HomeMy WebLinkAbout6.j. Receive City Hall Remodel Construction Bids and Award ContractsCITY OF ROSEMOUNT
EXECUTIVE SUMMARY FOR ACTION
CITY COUNCIL MEETING DATE: MAY 15, 2001
AGENDA ITEM: RECEIVE CITY HALL REMODEL
AGENDA SECTION:
CONSTRUCTION BIDS AND AWARD CONTRACTS
CONSENT
PREPARED BY: JIM PARSONS, COMMUNITY DEV. DIR.
AGEN 4 , ,
ATTACHMENTS: RESOLUTION; REPORT BY
APPROVED BY:
CONSTRUCTION MANAGER ( AMCON)
Background
The attached resolution lists the lowest responsible bid for the various construction contracts for the city hall
remodel project. Four contracts with budget amounts totaling $75,000 are not listed, either because the City did
not receive a bid or because of a bidding irregularity. They are paving, curb & Gutter, spray sound proofing and
lath & plaster.
The construction manager for the project, Amcon Construction, has prepared a report showing all contracts and
alternates recommended for award. The Amcon report shows a fund shortage of $2,382.
Staff and Amcon recommend approval of the contracts as listed in the Amcon report and the attached resolution.
RECOMMENDED ACTION: MOTION to adopt a RESOLUTION RECEIVING BIDS AND
AWARDING CONTRACTS FOR THE CITY HALL PROJECT.
COUNCIL ACTION:
CITY OF ROSEMOUNT
DAKOTA COUNTY, MINNESOTA
RESOLUTION 2001 —
A RESOLUTION RECEIVING BIDS AND AWARDING CONTRACTS
FOR THE CITY HALL PROJECT
BE IT RESOLVED, by the City Council of the City of Rosemount, Minnesota, as follows:
1 . All bids on purchase of the miscellaneous items for the City Hall Project are
hereby received and tabulated.
2. The bids listed below in the specified amounts for the construction of said
improvements are in accordance with the plans and specifications and
advertisement for bids. Each bid listed below is the lowest responsible bid for
its respective contract and is hereby accepted.
Contract
Number
Contractor's Name
Amount
Type of Work
C -1
Parkos Construction
$26,700
Earthwork
C -2
Parkos Construction
7,300
Site utilities
C -3
(to be determined)
AC paving
C -4
Kellington Construction
68,970
Demolition. Alternate #5:
C -6
KMH Erectors
45,715
leave existing concrete stair.
Structural steel - erection.
Alternate #5: leave existing
C -7
(see C -9 masonry contract)
-
concrete stair. Concrete
C -8
Hanson Spancrete Midwest
34,970
Pre -cast concrete
C -9
Serice Construction
323,495
Masonry
C -10
Kellington Construction
35,960
Carpentry/millwork/casework
C -11
C
Kramer Davis
6,235
Membrane waterproofing
-12
C
Friedges Drywall
136,400
Exterior finish system
-13
Weatherproof Systems
101,609
Roofing
C -14
Kendall Doors & Hardware
41,537
Hollow metal doors, frames,
C -15
Twin City Garage Door
29,140
hardware
Overhead doors
C -16
Empire House
12,112
Glass & glazing
C -17
Pella Windows & Doors
20,458
Aluminum -clad windows
C -18
(see C -12 exterior finish contract)
-
Gypsum board
C -19
Parkos Construction
41,800
Ceramic tile. Alternate I.
C -20
Grazzini
12,500
deduct for corridor tile, see C22
Alternate #4: add terrazzo
C -21
Twin Cities Acoustical
23,850
logo design in lobby floor.
Acoustical
RESOLUTION 2001 -
C -22
Resource Minnesota
57,000
Carpet and vinyl composite tile
(VCT). Alternate #3: provide
VCT in lieu of porcelain the in
corridors.
Painting, wall coverings & special
coatings
Chalk & tack boards. Combined
with C -28 & C -30.
Detention equipment
Signs
Lockers
Fire protection specialities
Casework - supply
Entrance mats
Mechanical
Electrical
Audio - visual
Moving company
Office trailer & furniture
Office furniture
C -23
C -24
C -25
C -26
C -27
C -28
C -29
C -30
C -31
C -32
C -34
C -35
C -36
C -37
Wasche Commercial Finishings 37,120
Bartley Sales
Chief Industries
Signs Solutions
IF Equipment
(see C -24)
Wilke Sanderson
(see C -24)
Alliant Mechanical
Merit Electric
Alpha Video
Berger /Allied
GE Capital Modular Space
Minncor
OM]
8,800
8,990
14,100
53,953
529,927
208,870
105,744
5,500
5,100
225,494
3. The Mayor and Clerk are hereby authorized and directed to enter into a contract
with said bidders for the construction of said improvements for and on behalf
of the City of Rosemount.
4. The City Clerk is hereby authorized and directed to return forthwith to all bidders
the deposits made with their bids, except that the deposit of all successful
bidders and the next two lowest bidders shall be retained until a contract has
been executed.
ADOPTED this 15th day of May, 2001.
Cathy Busho, Mayor
ATTEST:
Linda Jentink, City Clerk
Motion by:
Voted in favor:
Voted against:
Seconded by:
2
I
Rosemount City Hall Expansion & Remodel
10- May -01
Roosemount
Minnesota
Prepared by:
AMCON CM
BUILDING ON EXPERIENCE
Revised 5/10/01
Description
Contract Summary
Budget Work Sheet
Bid Alternate Summary
Bid Result Summary
' Ems
Prepared by:
AMCON CM
Unt
Minnesota
Revised 5/10/01
C
May 10, 2001
A#AAMCON
Design • Construction • Construction Management
Rosemount City Council
Rosemount City Hall
2875 145 Street West
Rosemount, MN 55068 -0510
Re: Rosemount City Hall Expansion and Remodel
Recommendations for Contract Award
I Dear City Council Members,
'
We are pleased to present our Contract Award recommendations for the Rosemount City
Hall Expansion and Remodel, subsequent to the Bid Opening on May 8, 2001. These
recommendations are outlined in the " May 10, 2001 Contract Summary ", attached.
'
The Construction report summarizes the current Budget, and outlines the Contract
Awards, and recommendations for acceptance of various alternates. All contract
recommendations presented herein are contingent upon receipt, review and acceptance of
'
bidder qualification forms.
At this time we are continuing to evaluate the AC Paving bid. The low two bidders did
not acknowledge the two addendum's. I have budgeted for the third low bidder in your
'
packet.
'
Please notify us as to whether or not these contracts are accepted. If acceptable, we will
proceed with the issuance of contract documents and Notice to Proceed. We will also
officially notify all bidders of Awards.
If you have any questions, do not hesitate to contact me.
'
Sincerely,
AMCON CM
'
Greg Stotko
Attachment
Cc: Bob Vanney, Vanney Associates, Inc.
Todd Christopherson, Amcon CM
200 W. Hwy. 13 • Burnsville, Minnesota 55337
Phone: 612- 890 -1217 • FAX: 612- 890 -0064
'
Offices in Minneapolis • Milwaukee
ROSEMOUNT CITY HALL
Contract Summary
CONTRACTS RECOMMENDED FOR AWARD
C -1
Earthwork
C -2
Site Utilities
C -3
AC Paving
C -4
Demolition
C -5
Structural Steel - Supply
C -6
Structural Steel- Erection
C -7
Concrete
C -8
Precast Concrete
C -9
Masonry
C -10
Carpentry/ Millwork
C -11
Membrane Waterproofing
C -12
Exterior Finish System
C -13
Roofing / Sheet Metal
C -14
HM, FH, WD, HDWE - Supply
C -15
Overhead Doors
C -16
Glass /Glazing
C -17
Aluminum Clad Wood Windows
C -18
Gypsum Board
C -19
Ceramic Tile
C -20
Terrazzo
C -21
Acoustical
C -22
Carpet & VCT
C -23
Painting
C -24
Chalk & Tack Boards
C -25
Detention Equipment
C -26
Signs
C -27
Lockers
C -28
Fire Protection Specialties - Supply
C -29
Casework - Supply
C -30
Entrance Mats
C -31
Mechanical
C -32
Electrical
Parkos Construction
$
26,700
Parkos Construction
$
7,300
TBD
$
-
Kellington Construction
$
68,970
K & K Fabrication
$
69,800
KMH Erectors
$
45,715
Serice Construction, Inc. (C -7 & 9)
$
323,495
Hanson Spancrete Midwest
$
34,970
Serice Construction, Inc
See C -7
Kellington Construction
$
35,960
Kramer Davis
$
6,235
Friedges Drywall, Inc.(C -12 & 18)
$
136,400
Weather Proof Systems, Inc.
$
101,609
Kendall Doors & Hardware
$
41,537
Twin City Garage Door Co.
$
29,140
Empirehouse
$
12,112
Pella Doors & Windows
$
20,458
Friedges Drywall, Inc.
See C -12
Parkos Construction
$
41,800
Alternate #4
$
-
Twin City Acoustical, Inc
$
23,850
Resource MN, Inc.
$
57,000
Wasche Commercial Finishes
$
37,120
Bartley Sales Co.(C- 24,28, &30)
$
3,068
Chief Industries, Inc.
$
8,800
Signs Solutions
$
8,990
JF Equipment
$
14,100
Bartley Sales Co.
See C -24
Wilke- Sanderson
$
53,953
Bartley Sales Co.
See C -24
Alliant Mechanical
$
529,927
Merit Electric Co.
$
208,870
TOTAL
$1,947,879
ALTERNATES RECOMMENDED FOR AWARD
A3 VCT & Vinyl Base in lieu of Porcelain Tile & Tile base
A4 Terazzo Logo Design
A5 Delete removal of concrete stair
TOTAL 1 $ 2,368
(6,132)
12,500
(4,000)
' Prepared by: Page 1 of 2
AMCON CM Revised 5110/01
ROSEMOUNT CITY HALL
Contract Summary
'
CONTRACTS PENDING AWARD
C -3 AC Paving
$25,570.00
Curb and Gutter
$5,000.00
'
Spray Sound Proofing
$10,000.00
Lath and Plaster
$5,000.00
'
TOTAL
$
45,570
CHANGE ORDERS PREVIOUSLY APPROVED
TOTAL
$0
CHANGE ORDERS RECOMMENDED FOR APPROVAL
TOTAL
$0
'
CHANGE ORDERS PENDING APPROVAL
'
TOTAL
$0
'
PROJECT COST SUMMARY
Contracts Recommended for Award
$1,947,879.00
General Conditions Budgeted
$111,994.00
'
Change Orders Previously Approved
Change Orders Recommended for Approval
$0.00
$0.00
Sub-total
$2,059,873.00
Contracts for Future Award
$
45,570.00
Change Orders Pending Approval
$0.00
Sub -total
$45,570.00
TOTAL
$2,105,443.00
Alternates Recommended for Approval
$
2,368
Prepared by:
Page 2 of 2
'
AMCON CM
Revised 5/10/01
Rosemount City Hall
Expansion Remodeling
Funding Source
City of Rosemount
Expenditures
Proiect Development Costs
A/E Base Fee
A/E Reimbursables
AN consultant
Land Costs
Legal Fees
Financing Costs
City Road & Utility Fees
Public Utility charges
Geotechnical Services
Surveying
Bid Advertisement and Printing
Construction Testing
Furnishings and Equipment
Furniture Systems
Audio visual Systems
Security and Access Systems
Telephone System
Computer Network
5/10/01
Budget Work Sheet
Budget May 10 2001
3,128,079
Total 3,128, 079
Budget Cost Budget
Vanney Associates
Vanney Associates
Mark Moore
Allied
WSB
Vanney Associates
Sub - totals
229,150
229,150
10,000
10,000
0
0
0
0
5,000
5,000
0
0
0
0
0
0
2,500
2,500
1,500
1,500
40,000
40,000
3,500
3,500
291,650 0 291,650
Paula Graf
250,000
225,000
Mark Moore
90,000
105,000
Videotronix
80,000
80,000
Frontier
10,000
10,000
CIT
35,200
25,000
Sub - totals
465,200 0
445,000
Temporary Move Expenses
Trailer Rental (including Furniture)
Temporary Utilities
Temporary Computer Network CIT
Temporary Telephone System Frontier
Moving Company
Sub - totals
Construction Cost
Construction Hard Costs
Construction Manager Fee
Contingency
Recommended Alternates
Uncommited Funds
AMCON CM
20,000
20,000
8,000
8,000
15,000
15,000
5,000
5,000
6,000
6,000
54,000 0 54,000
Contractors (to be bid)
1,997,229
2,105,443
Amcon CM
70,000
70,000
250,000
162,000
0
2,368
Sub - totals
2,317,229 0
2,339,811
Totals
$3,128,079 $0
$3,130,461
(Fund Shortage)
0
1 11
(2,382)
Rosemount City Hall Est..xls
Total Project Cost 41901
ROSEMOUNT CITY HALL
BID ALTERNATE SUMMARY
ALTERNATE #1 Provide cost for use of Brick Type B in lieu of Brick Type A.
No costs submitted on this alternate.
ALTERNATE #2 Cost to leave existing Ceramic Tile in Vestibule 101, Lobby
102, Stair 103, Vestibule 201, Lobby 202, & Stair 203.
Deduct: $15,400
ALTERNATE #3 Cost to provide Vinyl Composite Tile and Vinyl Base in lieu
of Porcelain Tile -4 and Porcelain Tile Base in Corridors 113,
124, & 125.
Deduct: $6,132
ALTERNATE #4 Cost to add Terrazzo Logo Design in tile floor at Lobby 202.
Add: $12,500
ALTERNATE #5 Cost to delete removal of existing concrete stair.
Deduct: $4,000
AMCON CM
05/10/01
BIJWLTSWUJ M WOUW%Y H 9M M M M _
EXPANSION REMODEL
CONTRACT PACKAGE / BIDDER
BOND
ADDENDA
BASE BID
ESTIMATES
ALT Al
ALT A2
ALT A3
ALT A4
ALT A5
C -1: EARTHWORK
PARKOS CONSTRUCTION COMPANY
Y
1&2
$26,700.00
C -2: SITE UTILITIES
PARKOS CONSTRUCTION CO
Y
1 &2
$7,300.00
C -3: AC PAVING
PENDING
$0.00
C -4: DEMOLITION
KELLINGTON CONSTRUCTION
Y
1 &2
$68,970.00
$1,900.00
$3,600.00
C -5: STRUCTURAL STEEL - SUPPLY
K & K FABRICATION
Y
1&2
$69,800.00
C -6: STURCTURAL STEEL - ERECTION
KMH ERECTORS
Y
1 &2
$45,715.00
$400.00
C -7: CONCRETE
IN MASONRY BID
Y
1,2, &3
$0.00
C -8: PRECAST CONCRETE
HANSON SPANCRETE MIDWEST, INC.
Y
1,2, &3
$34,970.00
C -9: MASONRY
SERICE CONSTRUCTION, INC.
Y
1,2, &3
$323,495.00
Prepared by AMCON CM
_ BI !LTS IARI M M M PWOUPWY HW M M M M _
EXPANSION REMODEL
CONTRACT PACKAGE /BIDDER
BOND
ADDENDA
BASE BID
ESTIMATES
ALT Al
ALT A2
ALTA3
ALT A4
ALT A5
C -10: CARP ENTRY/Ml LLWORK /CW
KELLINGTON CONSTRUCTION INC
Y
1 &2
$35,960.00
C -11: MEMBRANE WATERPROOFING
KRAMER DAVIS
NO
1
$6,235.00
C -12: EXTERIOR FINISH SYSTEM
FRIEDGES DRYWALL INC. (COMBINED 12 & 18)
Y
1 &2
$136,400.00
C -13: ROOFING
WEATHERPROOF SYSTEMS NOT ON CORRECT BID FORM
Y
?
$101,609.00
C -14: HM, FH, WD, HDWE - SUPPLY
KENDALL DOORS & HARDWARE
Y
$41,537.00
C -15: OVERHEAD DOORS /R F D
TWIN CITY GARAGE DOOR CO
Y
1 &2
$29,140.00
C -16: GLASS & GLAZING
EMPIREHOUSE
Y
1 &2
$12,112.00
C -17: ALUM. -CLAD WOOD WINDOWS
PELLA WINDOWS AND DOORS
N
N
$20,458.00
C -18: GYP BOARD
SEE C -12
C -19: CERAMIC TILE
PARKOS CONSTRUCTION
Y
1 &2
$41,800.00
$13,500.00
$7,855.00
Prepared by AMCON CM
_ BIIWLTSWtIAJ NWIOUNWY HW M _
EXPANSION REMODEL
CONTRACT PACKAGE /BIDDER
BOND
ADDENDA
BASE BID
ESTIMATES
ALT Al
ALT A2
ALT A3
ALT A4
ALT A5
C -20: TERRAZZO
GRAZZINI
Y
1
$0.00
$12,500.00
C -21: ACOUSTICAL
TWIN CITIES ACOUSTICAL INC
Y
1 &2
$23,850.00
C -22: CARPET & VCT
RESOURCE MN INC
Y
1 &2
$57,000.00
$1,723.00
C -23: PTG, WALL CVRGS & SPECIAL COATINGS
WASCHE COMMERCIAL FINISHINGS INC
Y
1 &2
$37,120.00
C -24: CHALK & TACK BOARDS
BARTLEY SALES CO COMBINED 24,28,30)
Y
1 &2
$3,068.00
C -25: DETENTION EQUIPMENT
CHIEF INDUSTRIES, INC.
N
N
$8,800.00
C -26: SIGNS
SIGNS SOLUTIONS
Y
1&2
$8,990.00
C -27: LOCKERS
JF EQUIPMENT CO
Y
1 &2
$14,100.00
C -28: FIRE PROTECTION SPECIALTIES - SUPPLY
SEE C -24
C -29: CASEWORK - SUPPLY
WILKE SANDERSON
Y
1 &2
$53,953.00
Prepared by AMCON CM
_ BIWLTSWAR'A M MWOURMY HA M M M M M M XF _
EXPANSION REMODEL
CONTRACT PACKAGE / BIDDER
BOND
ADDENDA
BASE BID
ESTIMATES
ALT Al
ALT A2
ALT A3
ALT A4
ALT A5
C -30: ENTRANCE MATS
SEE C -24
N
$0.00
C -31: MECHANICAL
ALLIANT MECHANICAL,
Y
1&2
$529,927.00
C -32: ELECTRICAL
MERIT ELECTRIC CO
Y
1&2
$208,870.00
C -33: DATA, VOICE, CABLE
BUDGET
$0.00
AC PAVING
PINE BEND BLACKTOP, INC.
Y
1 &2
$25,570.00
CURB & GUTTER
$0.00
$5,000.00
SPRAY SOUND PROOFING
$0.00
$10,000.00
LATH & PLASTER
$0.00
$5,000.00
SUBTOTAL
$1,973,449.00
$20,000.00
($15,400.00)
($6,132.00)
$12,500.00
($4,000.00)
TOTAL
$1,993,449.00
GENERAL CONDITIONS
$111,994.00
GRAND TOTAL
$2,105,44100
Prepared by AMCON CM