Loading...
HomeMy WebLinkAbout6.r. Receive Bids and Ward Select Contracts for Fire Station II ProjectAGENDA ITEM: Receive Bids and Award Select Contracts for Fire Station II Project AGENDA SECTION: Add -On Consent PREPARED BY: Dawn Weitzel, Assistant City Administrator AGENDA NO. ATTACHMENTS: Resolution Construction Manager Report (AMCON) APPROVED BY: RECOMMENDED ACTION: Motion to adopt a resolution receiving bids and to award select contracts for the Fire Station 11 construction project. 4ROSEMOUNT CITY COUNCIL City Council Regular Meeting: February 7, 2006 EXECUTIVE SUMMARY BACKGROUND The attached resolution lists the lowest responsible bids for the AC Paving (C -02), Exterior Concrete (C- 04), Concrete and Masonry (C -05 and C -06), Steel Fabrication (C -07), Steel Erection (C -08) Precast Concrete (C -09), Carpentry (C -10), Drywall (C -11) Plumbing and HVAC /Controls (C -19 and C -20), Fire Protection (C -21) and Electrical (C -22) work for the Eire Station II construction The bids have been checked for accuracy and tabulated. The construction manager for the project, AMCON Construction, has prepared a report requesting approval to proceed with the contracts hsted in the attached resolution. By accepting the bids at this time, materials can be ordered and construction mobilized in mid March. At a future meeting, Staff will bring forth additional contracts for Council consideration. SUMMARY The attached resolution hsts the lowest responsible bids for select contracts m the construction of Fire Station II. CITY OF ROSEMOUNT DAKOTA COUNTY, MINNESOTA RESOLUTION 2006 A RESOLUTION RECEIVING BIDS AND AWARDING SELECT CONTRACTS FOR FIRE STATION II CONSTRUCTION PROJECT WHEREAS, the City Council of the City of Rosemount had ordered the second Advertisement for Bids for the construction of Fire Station II and such bids were opened and read aloud publicly on January 26, 2006, and NOW, THEREFORE, BE IT RESOLVED, by the City Council of the City of Rosemount, Minnesota, as follows. 1. All bids on the construction of Fire Station II have been received and tabulated. 2. The bid from Pine Bend Paving, Inc. in the amount of $68,950 for C -02 AC Paving is in accordance with the plans and specifications and advertisement for bids and is the lowest responsible bid and shall be and hereby is accepted 3. The bid from Curb Masters, Inc. in the amount of $42,857 for C -04 Exterior Concrete is in accordance with the plans and specifications and advertisement for bids and is the lowest responsible bid and shall be and hereby is accepted. 4. The bid from Stellar Concrete Masonry in the amount of $576,780 for C -05 and C -06 Concrete and Masonry is in accordance with the plans and specifications and advertisement for bids and is the lowest responsible bid and shall be and hereby is accepted. 5. The bid from Thurnbeck Steel Fabrication, Inc in the amount of $165,523 for C- 07 Steel Fabrication is in accordance with the plans and specifications and advertisement for bids and is the lowest responsible bid and shall be and hereby is accepted. 6. The bid from Hawk Sons, Inc in the amount of $63,420 for C -08 Steel Erection is in accordance with the plans and specifications and advertisement for bids and is the lowest responsible bid and shall be and hereby is accepted. 7. The bid from Hanson Structural Precast Midwest, Inc. in the amount of $9,364 for C -09 Precast Concrete is in accordance with the plans and specifications and advertisement for bids and is the lowest responsible bid and shall be and hereby is accepted. 8. The bid from J.S. Cates Construction Company, Inc. in the amount of $34,000 for C -10 Carpentry is in accordance with the plans and specifications and advertisement for bids and is the lowest responsible bid and shall be and hereby is accepted. ADOPTED this 7th day of February, 2006. ATTEST: 9. The bid from RTL Construction, Inc. in the amount of $58,690 for C -11 Drywall is in accordance with the plans and specifications and advertisement for bids and is the lowest responsible bid and shall be and hereby is accepted. 10. The bid from Superior Companies of Rochester, Inc. in the amount of $234,221 for C -19 and C -20 Plumbing and HVAC /Controls is in accordance with the plans and specifications and advertisement for bids and is the lowest responsible bid and shall be and hereby is accepted. 11. The bid from Viking Automatic Sprinkler Company in the amount of $27,755 for C -21 Fire Protection is in accordance with the plans and specifications and advertisement for bids and is the lowest responsible bid and shall be and hereby is accepted. 12. The bid from G.E I.S Inc. in the amount of $216,310 for C -22 Electrical is in accordance with the plans and specifications and advertisement for bids and is the lowest responsible bid and shall be and hereby is accepted. 13. The Mayor and Clerk are hereby authorized and directed to enter into a contract with said bidders in the construction of Fire Station II for and on behalf of the City of Rosemount. William H. Droste, Mayor Linda Jentink, City Clerk Motion by: Seconded by: Voted in favor Voted against: Rosemount Fire Station #2 Contract Recommendations Amcon CM would like to give the following recommendations to the Rosemount City Council for the following contracts bid on January 31, 2006. C -02 AC Paving Amcon recommends Pine Bend Paving, Inc. for this contract in the amount of $68,950 C -04 Exterior Concrete Amcon recommends Curb Masters, Inc for this contract in the amount of $42,857. C -05 and C -06 Concrete Masonry Amcon recommends Stellar Concrete Masonry for this contract in the amount of $576,780. C -07 Steel Fabrication Amcon recommends Thurnbeck Steel Fabrication Inc. for this contract in the amount of 5165,523 C -08 Steel Erection Amcon recommends Hawk Sons, Inc for this contract in the amount of $63,420 C09 Precast Concrete Amcon recommends Hanson Structural Precast Midwest, Inc. for this contract in the amount of S9,364. C -10 Carpentry Amcon recommends J S. Cates Construction Company, Inc for this contract in the amount of $34,000. C -11 Drywall Iron Mountain Construction, Inc. submitted a combined bid with C -26 "Acoustical Ceilings They were the apparent low bidder for both contracts but after verifying their bid we have found errors in their number. At this point they will not be able to proceed with the contract Amcon recommends RTL Construction, Inc for this contract in the amount of $58,690. C -19 C -20 Plumbing HVAC /Controls Amcon recommends Superior Companies of Rochester, Inc. for this contract in the amount of $234,221 Amcon CM 2/7/2006 Rosemount Fire Station #2 Contract Recommendations C -21 Fire Protection Amcon recommends Viking Automatic Sprinkler Company for this contract in the amount of $27,755. C -22 Electrical Amcon recommends G E.I.S., Inc for this contract in the amount of $216,310. Amcon CM 2/7/2006 CITY OF ROSEMOUNT DAKOTA COUNTY, MINNESOTA RESOLUTION 2006 A RESOLUTION RECEIVING BIDS AND AWARDING SELECT CONTRACTS FOR FIRE STATION II CONSTRUCTION PROJECT -o (9 n/ (.r. WHEREAS, the City Council of the City of Rosemount had ordered the second Advertisement for Bids for the construction of Fire Station II and such bids were opened and read aloud pubhcly on January 26, 2006; and NOW, THEREFORE, BE IT RESOLVED, by the City Council of the City of Rosemount, Minnesota, as follows: 1. All bids on the construction of Fire Station II have been received and tabulated. 2. The bid from Pine Bend Paving, Inc. in the amount of $68,950 for C -02 AC Paving is m accordance with the plans and specifications and advertisement for bids and is the lowest responsible bid and shall be and hereby is accepted. 3. The bid from Curb Masters, Inc. m the amount of $42,857 for C -04 Exterior Concrete is in accordance with the plans and specifications and advertisement for bids and is the lowest responsible bid and shall be and hereby is accepted. 4. The bid from Stellar Concrete Masonry in the amount of $576,780 for C -05 and C -06 Concrete and Masonry is in accordance with the plans and specifications and advertisement for bids and is the lowest responsible bid and shall be and hereby is accepted. 5. The bid from Thumbeck Steel Fabrication, Inc. in the amount of $165,523 for C -07 Steel Fabrication is in accordance with the plans and specifications and advertisement for bids and is the lowest responsible bid and shall be and hereby is accepted. 6. The bid from Hawk Sons, Inc. m the amount of $63,420 for C -08 Steel Erection is in accordance with the plans and specifications and advertisement for bids and is the lowest responsible bid and shall be and hereby is accepted. 7. The bid from Hanson Structural Precast Midwest, Inc. in the amount of $9,364 for C -09 Precast Concrete is m accordance with the plans and specifications and advertisement for bids and is the lowest responsible bid and shall be and hereby is accepted. 8. The bid from J.S. Cates Construction Company, Inc. in the amount of $34,000 for C -10 Carpentry is in accordance with the plans and specifications and advertisement for bids and is the lowest responsible bid and shall be and hereby is accepted. A 11 EST: 9. The bid from RTL Construction, Inc. in the amount of $58,690 for C -11 Drywall is in accordance with the plans and specifications and advertisement for bids and is the lowest responsible bid and shall be and hereby is accepted. 10. The bid from Superior Companies of Rochester, Inc. in the amount of $234,221 for C -19 and C -20 Plumbing and HVAC/Controls is in accordance with the plans and specifications and advertisement for bids and is the lowest responsible bid and shall be and hereby is accepted. 11. The bid from Viking Automatic Sprinkler Company in the amount of $27,755 for C -21 Fire Protection is in accordance with the plans and specifications and advertisement for bids and is the lowest responsible bid and shall be and hereby is accepted. 12. The bid from G.E.I.S., Inc. in the amount of $216,310 for C -22 Electrical is in accordance with the plans and specifications and advertisement for bids and is the lowest responsible bid and shall be and hereby is accepted. 13. The Mayor and Clerk are hereby authorized and directed to enter into a contract with said bidders in the construction of Fire Station II for and on behalf of the City of Rosemount. ADOPTED this 7th day of February, 2006. Linda Jentink, City Clerk William H Droste, Mayor RESOLUTION 2006 11 Motion by: Seconded by: Voted in favor: Voted against: 2