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