Loading...
HomeMy WebLinkAbout4.a. Review and Approval of Demolition Bid Documents for the Community Center / Armory SiteCITY OF ROSEMOUNT EXECUTIVE SUMMARY FOR ACTION PORT AUTHORITY COMMISSION MEETING DATE: MARCH 16, 1993 AGENDA ITEM: DEMOLITION BID DOCUMENTS FOR AGENDA SECTION: ARMORY/COMMUNITY CENTER NEW BUSINESS PREPARED BY: JOHN MILLER,AGENDMtfum ECONOMIC DEVELOPMENT COORDINATOR nr , Li A :bye ATTACHMENTS: SCHEDULE AND BID DOCUMENTS APPIZOVED BY,s f V Attached for your review and approval are the bid documents to remove the four buildings from the Armory/Community Center site. The schedule shows the buildings being removed between May l and June 1. All of the businesses have agreed to vacate the site by May 1. Please check the bid documents for anything Mr. Osmundson and I may have missed. RECOMMENDED ACTION: Motion to approve the bid documents (as amended) and to direct the Port Authority staff to publish the required notices. PORT AUTHORITY ACTION: 14 PROPOSED TIMETABLE March 16 Present demolition specifications to the Port Authority for approval. March 22 Fax "Advertisement for Bids" to Farmington Independent before noon for publication March 25 and to the Construction Bulletin for publication on March 26. March 25-26 "Advertisement for Bids" will be published. April 13 Bid opening. April 20 Port Authority approval of low bid. May 1 "Notice to Proceed" June 1 Demolition complete. CITY OF ROSEMOUNT ADVERTISEMENT FOR BIDS DEMOLITION CONTRACT NOTICE is hereby given that sealed bids will be received by the Rosemount Port Authority until 2:00 p.m., Thursday, April 13, 1993 at the Rosemount City Hall, at which time they will be publicly opened and read aloud, for the furnishing of all labor and materials for a demolition contract. The general scope of work involves the demolition and removal of four commercial metal buildings at sites owned by the Rosemount Port Authority. Bid forms and contract specifications may be seen and obtained from the City of Rosemount by contacting the City Clerk's office, 2875 - 145th Street West, Rosemount, MN 55068, (612) 423-4411. Susan M. Walsh City Clerk Rosemount, MN DEMOLITION BID FORM * * Bids Due - 2:00 p.m., Tuesday, April 13, 1993 * * Tentative Bid Award - Tuesday, April 20, 1993 SITE LOCATIONS: 13955 South Robert Trail 13965 South Robert Trail 13975 South Robert Trail 13985 South Robert Trail COMPLETION DATE - 30 days after "Notice to Proceed" NAME OF BIDDER CONTACT PERSON TELEPHONE BASE BID $. Bid forms must be received no later than 2:00 p.m., Tuesday, April 13, 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 / BUILDINGS: BASE BID: PROPERTY LOCATION AND DESCRIPTION The subject property is located on the north side of downtown Rosemount, Minnesota, as shown on Figure 1. The property is located in a light industrial and commercial area. The subject property is approximately 1.1 acres in size. Its configuration, improvements, and key features are shown on Figure 2. The property is bordered by new construction (armory, community center) to the north and west, Minnesota Highway 3 (South Robert Trail) to the east, and by a Rosemount High School athletic field to the south. The subject property is divided into four separate parcels: • 13955 South Robert Trail, 0 13965 South Robert Trail, • 13975 South Robert Trail, • 13985 South Robert Trail, 13955 Parcel Rosemount, Minnesota Rosemount, Minnesota Rosemount, Minnesota Rosemount, Minnesota The northernmost parcel, 13955 South Robert Trail, is 21,809 square feet in size and contains a one-story auto body shop with adjoining office. The building is constructed at grade and is 3,781 square feet in size. It has a private water well and septic which are shared with 13965 South Robert Trail and is serviced by electric, telephone and natural gas. The building was used as an auto body shop, operated as A & G Autobody. The building was reportedly constructed in 1981. 13965 Parcel The parcel at 13965 South Robert Trail is 7,428 square feet in size and contains a two-story pole barn structure housing a small engine repair shop. The building is constructed at grade and is 3,032 square feet in size. It shares well and septic with 13955 South Robert Trail, and is serviced by electric, telephone and natural gas. The building was used as a small engine repair shop operated as Dakota Small Engine Repair. The building was reportedly constructed in 1983. 13975 Parcel The parcel at 13975 South Robert Trail is 9,285 square feet in size and contains a one-story corrugated steel arched roof building. The building is constructed at grade with concrete foundation and footings and is 1,408 square feet in size. It is serviced by electric, natural gas, and telephone, has private septic and shares a water well with 13985 South Robert Trail. One abandoned septic tank reportedly exists on the property below the rear addition. The building was used as an auto repair shop operated as Rick's Auto Repair. The building was reportedly constructed in 1957. 2 13985 Parcel The parcel at 13985 South Robert Trail is the southernmost of the four parcels. It is 9,370 square feet in size and contains a one-story wood frame building. The front portion of the building is constructed at grade, while the rear portion of the building includes a partial basement. The at grade square footage of the building is 2,379 square feet. The building is serviced by electric, natural gas and telephone, has private septic and shares a water well with 13975 South Robert Trail. The building is currently used as a restaurant and upholstery repair shop. The restaurant was operated as Reno's Pizza and the upholstery repair shop was operated as Tourdot Upholstery Shop. The building was reportedly constructed in 1951. 1. GENERAL DESCRIPTION OF WORK The contractor may inspect all properties prior to Tuesday, April 13, 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 necessary 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 accordance 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 exist or that may arise before completion of the contract. The work consists generally of demolition and removal, basement backfilling, compaction and other miscellaneous improvements and grading on property within the project area. The City will submit notice to all public and private utility companies to terminate utility services. The Contractor is responsible for contacting the public and private utility companies and for performing any special instructions regarding the severance and/or capping of buried or above ground services during demolition. 2. DEMOLITION AND REMOVAL The work under this contract consists of the following: A. Demolition and removal of three commercial metal buildings and one wood frame structure. B. Removal of all footings, foundations, slabs, walls, floors, porches, sheds, steps, waste oil above -ground storage tanks, and appurtenances of all structures. C. Removal of any cesspools, cisterns, septic tanks or fuel tanks uncovered or encountered in the course of work. D. Abandonment of all wells. Well abandonment shall be accomplished per all Minnesota Department of Health and Dakota County Health Department regulations. E. Removal and disposal from the site of all demolition debris, junk, equipment, trash, tires and all other movable materials on the site. The Contractor must furnish the City with the name and location of the permitted disposal site. 3 3. EXCAVATION AND GRADING All excavated and disturbed areas shall be backfilled and graded according to the following: A. Fill material shall be any pit run granular or crusher run compactable materials that will pass through a 3/4 inch sieve, free of all organic material. B. All fill materials shall be placed in lifts not exceeding one foot, measured loose, and be compacted by mechanical compactor or other equipment, approved by the City, to obtain sufficient compaction and consolidation. C. All disturbed areas shall be filled and graded to match existing grades and provide for reasonable drainage consistent with existing grades. 4. INSPECTION AND CONTROL A. Field inspection, with specific respect to Contractor's strict compliance with the terms, conditions and specifications of the Contract, shall be completed by the city's Public Works Department. The contractor shall be responsible for timely notification to the Public Works Department. B. Backfilling 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 Contractor uncovers or encounters any buried fuel tank(s), all work must cease and the Public Works Department must be notified immediately. D. Contractor is responsible for all necessary permits and approvals regarding well closure with federal, state, and county agencies. 5. 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 readiness 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 practicable, at the source of supply. If 9 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. 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. 6. 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, barricades 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 scatter 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 create a hazard to the general public, the Contractor shall notify the Public Works Department, who will determine whether the existing conditions necessitate the use of water. The contractor shall not be allowed to use or operate fire hydrants. 7. SALVAGE RIGHTS The Contractor shall assume all salvage rights to materials identified for demolition and removal upon receiving the "Notice to Proceed." 8. DISPOSAL OF DEBRIS The Contractor is required to properly dispose of all debris generated 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 City with disposal weight tickets from the designated site. 9. INSURANCE REQUIREMENTS The Contractor shall furnish the following insurance requirements within seven (7) days of the award of bid: 5 A. Workers Compensation: State and Federal Employer's Liability B. Comprehensive General Liability Bodily Injury Property Damage C. Comprehensive Automobile Bodily Injury Property Damage D. Excess Liability Umbrella Annual Aggregate 10. PAYMENT Statutory $100,000 $250,000 (each) $500,000 (aggregate) $250,000 (each) $500,000 (aggregate) $250,000 (each) $500,000 (aggregate) $100,000 (per occurrence) $1,000,000 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. 0