Loading...
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