Loading...
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 .. . . . . . . � . � � '� ♦ . � �. � � � � .