HomeMy WebLinkAbout7.a. Review of Demolition Bids and Specifications for Repairs, Inc. Facility � �
CITY OF ROSEMOUNT
EXECUTIVE SIIbIlKARY FOR ACTION
PORT AUTHORITY COMMISSION MEETING DATE: OCTOBER 19, 1993
AGENDA ITEM: DEMOLITION BID SPECIFICATIONS AGENDA SECTION:
FOR REPAIRS, INC. SITE NEW BUSINESS
PREPARED BY: JOHN MILLER, AGENDA ��fl� �
ECONOMTC DEVELOPMENT COORDINATOR IVI � �
ATTAC�iENTS: DR.AFT BID SPECIFICATIONS AP VED
At the port authority meeting of October 2 there was discussion of the
Repairs, Inc. site and its future use. I was directed at that meeting to
prepare demolition bid specifications for your review and approval. That
work is attached with a proposed timetable that shows demolition and site
clearance to be completed by December 8, 1993 .
�
RECOI�2ENDED ACTION: Motion to approve (as amended) the draft bid
specifications and proposed timetable for the demolition and grading
of the ��Repairs, Inc. property" at 14390 South Robert Trail.
PORT AUTSORITY ACTION:
, .
PROPOSED TIMETABLE
,
, October 19 Present demolition specifications to the Port Authority
for approval.
October 21 Fax "Advertisement for Bids" to Dakota County
Tribune before noon for publication October 25 and to
the Construction Bulletin for publication on
; . �
October 26.
. October 25-26 "Advertisement for Bids° will be published.
November 9 Bid opening.
November 16 Port Authority approval of low bid.
November 18 "Notice to Proceed"
December 8 Demolition complete.
�
DEMOLITION BID FORM
�` * Bids Due - 2:00 p.m., Tuesday, November 9, 1993 * *
Tentative Bid Award - Tuesday, November 9, 1993
SITE LOCATION:
14390 South Robert Trail
COMPLETION DATE - 30 days after "Notice to Proceed°
NAME OF BIDDER
ADD�tESS
CONTACT PERSON
TELEPHONE .
BASE BID $
Bid forms must be received no later than
2:00 p.m., Tuesday, November 9, 1993
All bids must include a 10% cash/bid bond
Bids must be submitted in sealed
envelopes and marked:
DEMOLITION BIDS
Rosemount Port Authority
City of Rosemount
2875 - 145th Street West
Rosemount, MN 55068
For any questions regarding the bids
contact the Economic Development Coordinator's office
at 423-4411
. ,
DEMOLITION SPECIFICATIONS
DEMOLITION SITES / BIJII.DINGS:
BASE BID:
PROPERTY LOCATION AND DESCRIP'TZON
The subject property is located on the near north side of downtown Rosemount, Minnesota,
as shown on Figure 1. The property is locaxed in a commercial area.
The subject property is approximately .7 acres in size. The property is bordered by park and
public land to the north and east, Minnesota Highway 3 (South Robert Trail) to the west, and
by an occupied professional building to the south.
There are two buildings on the site. The ma.in building on the eastem part of the site is a
one-story, aluminum-sided building. The building contains Repairs, Inc., an automotive
repair facility and Southem Motors, a used car deatership measuring approximately 30 x 50
feet: The building on the sautheastern part of the site is a one-story aluminum-sided,
building, used primarily for storage measuring appro�cimately 16 x 40 feet. The majority of
the site is asphalt paved excepf for approximately 25 feet along the entire eastem boundary of
the site.
The property slopes to the east with a relief of 2 to 3 feet. The surroundi.ng area slopes to
the east. There are no surface water features at the property. Surface runoff at the site
appears to discharge to the east.
A phase 1 environmental analysis of the property was completed and no evidence of
contamination was reported. A map, to scale of the site titled Figure 4, Property Plan View,
is attached showing building locations and dimensions. The port authority makes no
representations regarding contamination of the site other than as reported in the phase 1
environmental analysis.
1. GF.NF,RAL DESCRIPTION OF WORK
The contractor may inspect all pmperties prior to Tuesday, November 9, 1993 during
normal business hours.
The Contractor, upon receiving the "Notice to Proceed" for this contract work, shall
enter upon the premises and do any and all things necessazy to accomplish the
contract work as described herein, and to protect the premises from damage by
unauthorized persons. All work completed shall be done in accordanee with state and
local code requirements; and necessary permits must be secured at the contractor's
expense. The Contractor also will be required to eliminate and keep eliminated, any
unsafe or hazardous conditions that e�st or that may arise before completion of the
contract. The work consists generally of demolition and removal, basement
backf'illing, compaction and other miscellaneous improvements and grading on
property within the project area.
2
� �_
as well as those renovations involving removal of at least 260 linear feet (80 linear
meters) of friable asbestos material on pipes, or at least 160 square feet (15 square
meters) of friable asbestos material on other facility components.
5. INSPECTION AND CONTROL
A. Field inspection, with specific respect to Contractor's strict compliance with
the terms, conditions and spec�cations of the Contract, shall be completed by
the city's Public Works Department. The contra.ctor shall be responsible for
timely notification to the Public Works Department.
B. Bacl�'illing and grading of basements and other excavated areas shall not be
commenced without the prior inspection and authorization of the Public Works
Department. He/she shall certify the completed jobs as completed in keeping
with the terms and specifications of the demolition contract.
C. If the Contxactor uncovers or encounters any buried fuel tank(s), all work must
cease and the Public Works Department must be notified immediately.
D. Gontractor is responsible for all necessary permits and approvals regarding
well closure with federal, state, and county agencies.
6. OBSERVATION OF WORK
The Director of Public Works and his representatives shall at all times have access to
� the Project and Project Site, The Contractor shall provide proper facilities for such
access and for observation required by the Director of Public Works.
The Director of Public Works may make visits to the site at intervals appropriate to
the various stages of construction to observe the progress and quality of the work and
to determine, in general, if the work is proceeding in accordance with the Contract
Documents. Contractor agrees that the Director of Public Works' observations or
determinations, or Director of Public Works' failure to make said observations or
determinations, shall not be the basis of any claim by Contractor, its agents,
employees, subcontractors or delegatees against the owner or Director of Public
Works for damage to property or injury to the Contractor, its agents, employees,
subcontractors or delegates.
If the specifications, the Director of Public Works' instructions, laws, ordinances, or
any public authority require any work to be specially tested or approved, the
Contractor shall give the Director of Public Works timely notice of its rea.di.ness for
the inspection, and if the inspection is by authority other than the Director of Public
Works, of the date fixed for such inspection. Inspections by the Director of Public
Works shall be promptly made, and where pra.cticable, at the source of supply. If
any material shall be covered up without approval or consent of the Director of Public
Works, it must, if required by the Director of Public Works, be uncovered at the
Contractor's expense.
4
Re-examination of questioned work may be ordered by the Director of Public Works,
and if so ordered, the work must be uncovered by the Contractor. If such work be
found in accordance with the contract documents, the owner shall pay the cost of re-
examination and replacement. If such work be found not in accordance with the
contract documents, the Contractor shall pay such cost. If work performed by the
Contractor is uncovered by a third party at the request of the Director of Public
Works, and is not in accordance with the contract documents, the Contractor shall pay
the cost of uncovering and replacing the work and materials.
7. DAMAGE, REPAIRS, SAFETY AND SECURITY
A. Damage to public improvements (utilities and roadways) resulting from
demolition operations shall be the responsibility of-the Contractor and be
repaired or replaced at his/her expense. He/she shall be responsible for and
replace or repair at his/her expense, damages to private property, as a result of
demolition operations. �
B. The Contractor shall furnish and erect at his/her expense, adequate temporary
fences, ba.rricades and warning lights for the safety control and protection of
vehicular and pedestrian traffic, if deemed necessary by the City.
C. Dust Control: The Contractor will be required to maintain a source of water
and a hose to adequately dampen and water down the structures as the
demolition proceeds. Under no circumstances will dust and debris be allowed
to blow or sca.tter from the demolition areas as a result of the Contractor's
operation. When it appears that the use of water during the demolition work
under certain weather conditions will crea.te a hazard to the general public, the
Contra.ctor shall notify the Public Works Department, who will detennine
whether the existing conditions necessitaxe the use of water. The contractor
shall not be allowed to use or operate fire hydrants.
8. SALVAGE RIGHTS
The Contractor shall assume all salvage rights to materials identif'ied for demolition
and removal upon receiving the "Notice to Proceed.°
9. DISPOSAL OF DEBRIS
The Contractor is required to properly dispose of all debris genera.ted by the building
demolition, clearing and site preparation. These materials must be disposed of off the
project site. The Contractor must dispose of the materials in accordance with all
local, State and Federal regulations. The Contractor must designate, in writing, the
debris disposal site, and provide the Ciry with disposal weight tickets from the
designated site.
5
10. INSURANCE REQUIREMENTS
The Contractor shall furnish the following insurance requirements within seven (7)
days of the award of bid or initiation of work whichever i 1
s ess:
A. Workers Compensation:
State and Federal Sta.tutory
Employer's Liability $100,000
B. Comprehensive General Liability
Bodily InjurS' $250,000 (each)
$500,000 (aggregate)
Property Damage $250,000 (each)
$St?0,000 (aggregate)
C. Comprehensive Automobile
- - Bodily InjurY $250,000 (ea.ch)
$500,000 (aggregate)
Property Damage $100,000 (per occurrence)
D. Excess Liability Umbrella
Annual Aggregate $l,000,00Q
11. PAYMENT
Payment for the work shall be on the basis of the lump sum bid prices. Upon
completion and acceptance of the work by the Public Works Department and
Rosemount Port Authority, payment shall be made.
6
y �V\`l i e�\,�/`c�� a .� p� � � � � - � � �� T,�� \
-�J s ��- e ., � I 9�� 1
E� �° O � �1 `(\�\�.�-%� � `� 4 I �
� � V �./ � . ,Q � 979 � � �
9
NE ' �0 O o ' , x'g� 4'� ' � b
�- o
O / Sah '
�O O � � � ' � � N � �
° ePh
,o 0 o C Cem � i PNO � Q
•.�-- v a- •o p o Ro�K o s
a �
:• � 9 U l...... ��; � :.i�1, N�GPG SRa ower � � �
�:. M e� fe 701 ........«� G G � / �Y• ' f
o, T� OSElY�, U T '• �
d.s s r.� x';: . ■ f,,
'� 9 � e 0 �" ' ...��....... :�... .M. .= G7 V 969 ' ' -- �2 . � .
:_�'L,�;' .. :r�=. .. �: : ; �
..��'" c�: ° ... ....... 'r�: .° W .... c�° �
;Da118ra �BOv�£ ••••• q�l�� � VP �
�: Park� •;�� '� ....... •� :�: ::;r � � -.--. �_ � _._� .,,,,�
��1.� 4�..... Pk ;k:r /og4'
;��� • w� �pQ
� � �� I t 95c �Q� .
z4:�:a:::a�ET a�. Wa=[e �� n � t � '
e 'v-VIODER , 33 T T/ON � e ; ♦ r \ � • . �
— ° _ I .t,� � � ��� 2�'� 1 � —
95� �� i ' � �
� o �� Q .�.
� �`"-�- --- ! ---- -- ' � � � : _
���/" �' ,. � i ! i :i� � `
•° � estArea ` '0 . "��
� ► 0���� � w � ! �-�. �C i '� u' ..� -
� � ,,` � �����;� ��! ��� � �` i'1j �;, i 1 3 n,�
./—�'�-,— � ��_'''����.� ��� /��JL . �_95c�t--- -- aa � 95i �
� -��- � ` � t1 — i .. �^ ��-- ;i b � '
��`y�i .� h � � �i n a� {a an -
,J � , ` � °' Y' 'r, n v/!/�\ ,.
,C �� �� �L � /"1 V� 9"/��G�rav�1 Pit � l� j u O u � ���
" ,�J iI % �.t�� (`':J � H �!� W� q aa q .
� ,�-�', : r-`' � .V•: � � f }: ��aa�$:�= c p .
` ` v /.��1 , f\ �f^� ; `l ��� e. sasss ` a F_.ss�a��: a . a n . .
i /�
J \� � �w '� � Q�r , . Y� . V• , '� ' ai� ,.
f�'�, t� �0 1 1..�.�i Q. 7 �✓'V N� �� � � u •�
� , f�'� 1, � " / m: i��'� n :
ra.e i�
��;°��''��� �� �, ���^ , i r�,��+�p � :
1�V��S ET•CORPO� E`"! � 3� 39'�DARY � . � 1�•' � �
955 . Q � gst. �3a , ROSEStOUNT
��'v��', V���) '��,!�' s�.f� `,y / � 1 i l60t o� i STREST �,.
\ I /� � d , ' i:�
f`�, \ - � % �,'� .��� i =:�' Q � " ��
;
1 , �� '' � 9So
�,..�, �,;r-� �` ,, --T---�. � ,
� � _ � \ � u /�r. � ,� �p
r , �� �� i� c/���1 f � � �i (�� � a�.
�.'�\�� .::r.o:. ,_ ,t.'`���`iY�{ �I ` ', �1 � / �`' _t�.-../1 C�'�-� C\ � � t
- _ . �
C
FARM(NGT�N, MN QUAQRANGLE FlGURE 1-PROPERTY LOCATlQN MAP �
ENVIRONMENTAL PROFILE �
tN E S 29 T 115 N R 19 W PN �2•00272 �'
SITE �MGS 11UELL LOCATIONS 1439Q SOUTH ROBERT TRAIL. �
ROSEM�UNT, MN 55068 '
N �
o Fr 2c�o FT a�eoo FT
EnPro Assessment Corp , ;;
�
-€:
�;
t,
€,
. . . . - ':,�w�...wwM1 a trn�rwr. s+ ^� w u r wunn
. .,.. ^.: ii1 J+ 1 �'
..:a'. r w�..4���I+.w';,4t� hMiH,.._i i I ���'�.i{�;�iM�:� �, ��'ri,".�1,�+�� �' '.i��: v;�i �.' �� { :I��.ik�t �
�:
�,�.;, ��& t ��; � q�i�x �U x, �;,4a 19��S�E„�'tl��i+�9�!i, .�, 4, � I .�;., „��� � � i�' ,rt:, �;,;, , 'I I �I � � ,
'' t . �� �' , ,� •IJ�-- CUNCRCTH PAQ VEHICIESI � '
VEHICLES S�-2 TMIlE115 I
i
�
• ( �
�
� � I
� � � '
I '
i I
1 �
I � 1
1
� I1
� � 4 � SB-3 i
� I I VEIIICLESI � �
� , 0 TMILER9 s8.4 ,
� � 58-1 O I'
oI �
, , oo Q ,
c� , . I .
s � YEFiICLEB � �
REPAIRS,INC. ., �
• � I OFFICE x
. � ♦ � I
�
( , '
VEHIGLEB �
, , fi
,
I souTe xcr TnnicEns � ,
MOTORS �
OFFICE I N
�
, I . . . . 1 . .. � • .
FUIINACE �
------ - t � � A I .
� � x SB-5
I � '
�
. � V[FIICLES � I
�--- ---...._..._ ------ ------- --------__--__ __--------- J
--------- - LEOEND � rni�rswnsiien
---._. rnoeen�v uNe .
,_,i... nw�niNauwe cTn'" FIGURE 4- PROPERTY PLAN VIEW �
� r 601LBORINO(SB) �,. . swRcii oox ENVIRONMENTAL PROFILE
p onuM . . . ,� nuMrs��:n �PN�2-00272
o cn�Noens . 14390 S4UTH R�BERT TRA1L , .
� FLAMMADLEWASTE1IlAP RpSEMOUNT, MN 55Q88
� CHEMICAL 9TOflA�E
A68EST06 SAMPLE LOCA710N [}- HYDRAULIC LFT �.
X ,�r.�
� � �'EnPro Assessment Corp
0 APPROX. 20 FT 40 FT `
. . � . . . � .i,.
� . . . •r .. . . . . . . � . � � '�
♦ . � �. � � � � .