Loading...
HomeMy WebLinkAbout2. Fire Station IIAGENDA ITEM: Fire Station II AGENDA SECTION: PREPARED BY: Dawn Weitzel, Assistant City Administrator AGENDA NO. 2 ATTACHMENTS: Project Budget Bid Tabulation Sheets Bid Analysis Alternates Document Billing statement: Vetter /Johnson and AMCON APPROVED BY: a RECOMMENDED ACTION: Give direction on how to proceed with the construction of Fire Station II. 4 ROSEMOLINT CITY COUNCIL City Council Special Work Session. February 7, 2006 EXECUTIVE SUMMARY BACKGROUND Bid results of the Fire Station II project originally were recorded at approximately $400,000 over the estimated construction hard costs. At the October 12 Work Session Council gave staff direction to move forward with the excavation and site utilities portion of the project and rebid the construction project. At the November 9 Work Session staff was directed to "value engineer" in ways that would least affect the overall aesthetics and quality of the facility. It was anticipated that the largest cost savings would be m several areas ehmmation of winter condition expenses, rewnting specifications to allow additional manufacturers of metal panels, the screen wall and metal roof; and elimination of the small sunshades over the windows. ISSUE On January 26 the second bid opening for the project was held. According to Scott Mohs, AMCON's Project Manager, the rebid was a great success with close to double the turnout. The City received 160 bids compared with 90 received dunng the first bid opening There appears to be a cost savings of approximately $300,000 on the base bids with a potential of another $70,000 savings with the alternates. The attached budget reflects the current bids as well as the rebidding process. Scott has indicated that he will be conducting interviews with the qualifying low bidders within the next few days. Qualifying contracts will be brought before Council for discussion during the Special Work Session and as a potential add -on item to the following Council meeting that evening. REVISED SCHEDULE January 26. Bid opening February 7: Special Council Work Session to review bids, possible approval of bids during the regula Council Meeting February 21: Regular Council Meeting, award additional contracts March: Mobilive for construction Funding Source ROSEMOUNT FIRE STATION #2 PROJECT BUDGET S -1 Bond Referendum (Net Proceeds) 2,500,000 S -2 Interest Income 5-4 Transfer of Funds (CIP) 250,000 Total 2,750,000 Code Expenditures Base Design Land Acquisition Development 1 Land Cost 2 Subtotal Project Development Costs 3 A/E Services Allowance (incl Civil, Struct M /E) 197,179 4 A/E Reimbursed Expenses 15,000 5 Geotechnical Services 2,600 6 Construction Testing 7,000 8 City Connnection and SAC/WAC fees 57,250 *Original budget was $0 (Assumed City transfer of funds) 9 Bid Advertisement and Pnnting 14,000 "Original budget was $25,000 Construction Cost 10 Construction Management Fee 93,840 11 Survey Staking 12 General Conditions 158,825 13 Construction Hard Costs 2,131,688 14 Voice, Video, Data Equip Connectivity (project costs) 13,000 15 FFE (project and design costs) 24,000 16 Contingency 211,000 Potential Alternate Savings Fund Balance Potential Fund Balance Subtotal 293,029 Subtotal 2,632,353 Total 2,925,382 (175,382) 70,792 (104,590) 2/2/2006 Mi104037 Rosemount Fire Station #21Budget\Rosemount Budget xls 1 W A fi ins es A IBB=n 199 IB5010 t 01110 012 Mit W91.1 5 s61 R „�C Iwsl S ktt'el 1 I0 inB 5 fi essa 1 99109 t 4157394 1510 0 600 IL5L 0 00100 E 0051 t Ea 00 t 0069 660 EC 644 410 soo's 1096 292 194 61 I 006139 096 000 00oax 0 1 000 t 1 919 G 90 et 6EC6 OL6'E9 t i W0IS f 20404 0 sewF 000 942 002 42 K 66990 f ZZ 09106 s 966'49 001191 9L( Z1 966'01 96✓OL Vie" i8 5 FIta0610 09 CK [LC S OO9 ZZ9 690 L9 f 25e09 8 6010 j la f 250 OW 601 90090 __f 002 92 1] 100 02 900 10 025 s 46.020 0 900 0 11. 600 l 000 CS/ S 690'606 S 066'94 09014 0069 009 09 s oEo Ejk ry I A mA COL CL 9z9 e 9ZL9E t I 0_ 9. I. 0x'+ae ma I 90I 0 +9009. 0 0 n wetluv rjA 740 9 nWriSal E0wn00W0111H 010nu0209w1a3 1 1 0000610900040090L01 µ00w0 00 4 1"4llpej 04.9394334. mon.no 04 4 4 9 0 .9 WWI H 14010 M _0 561404 'anu.nanc 01 40010 Noels spai0l09 bngfl HV HVPUCUn0015 �Inc+1 11 n rv./•rwm 1W1 0!O� Ie+0190a6 25 0000 3 V Mal/100 bu 250 151 000Bln001nv00 Isi we auPap 01V101I 00 0 0 90 3000 [TOOZL o L 0 010 sy LC0I v 2 a 1 lt co to Z co 1 a a 0 Z Q a 0 Q N O 0 o co O 1 0 co W W 0 N 0 O 0 :a re Ix O II) T a r r CD co d' [A c) O) M CD N O J to M r CO N Co Co LO O) ED E D CO CO CO CO O r W O 69 69- 69 69 64 64 a 69 64 N V COD CO N ti N J r Cr) M M r N r CD L CO CO CO 1- N N N cci 6) H 69. 69 Eft 0 64 69 64 s ff) LO Cr CO r D N CO O M O N O J CA uD r CD In Co CD N- 0) to to to Co Co co co N- CO O 64 fA 64 Eft 64 64 64 a 64 W H W re 0 Z 0 0 te 0 2 H x W o 1 0 z 0 F= 1- CO ix zt,, LL2o I- I M E E w W W 0 40 CO O 02 Ct re m i Q l-- in ix Z to LL 5 O 1- h M z Z r W W 0 CO 0 O 0 :2 ce oc 00 IIIIII� Z 0 P. a I— to LLI LI E I— H M D W W 0 co co O 072 ce ce m Base Bid I00'069'99 64,000.00I 66,600.00I I00'966'99 73,500 00 I 76,840.00I 83,000.00I 'CONTRACTOR IRTL Construction 'Commercial Drywall IFriedges Drywall IJ &D Drywall 'Olympic Wall Systems 'Quality Drywall (Minute -Ogle Z 0 1- H 0 Z LL g o F- H M w uJ O 0 :2 cc cc 03 C-11 DRYVVALL 0 Z 0 0 ce 0 a w N U z 0 a w 2 Z Z w wo CO CO re re C z 4,.. o O P O cc IX w z CO a E O zz"' 2 M 2 2 ww 0 U re° t/) w F- J Q 0 w a. i N i r U z 0 1- 1- to �o z Z M 2 5 a T CO 0 rd mm z 0 1= a I- cn w z LL E o Z Z r W W 0 tO N O 0 :2 W W m 0 Z N Q 0 o 06 a CO N f/) F z c 4 ii: 2St 0 1-- i.= 0 CO 22 1 m T N N Q Z 0 H H 0 LU Z LL H H M Z Z W W 0 co co O 0 ix re m m N N m 0 cN) N W N N N Ce 0 0 0 z O Z a m 2 Lz0 r LL C Z Z M CD 22 70 T. ww 0 1 co co cecea Z 0 P Q H co LL g o F H M Z Z 2 5 d R 0 CO 0 0 :2 ct re m Z 0 I- 0 W z I— o CO a Ce 0) O. w cZ t to mo LL 2 a 1 H M Z Z zz N wwo 1 N V 2 i'm Alt. #11 o oiti 6) (00'996) 1$ (140 00)1 I(OO•OZ Roo Loo oo) '(00'00 S Base Bid 100•06£`91Z 253,773.00 255,000.00 256,000.001 265,200.001 00 009'L9Z 00'0170 00'000'90E 349,600 00 351,570.00 (CONTRACTOR 1 •aul s1A0i �orgstrom Electric Wright Electric 'Phasor Electric 1 'Merit Electric 'Peoples Electric 'Mendota Electric 1 Bloomington Electric 3 1. 1 1 39 13 b '91 'Vinco Electric J a 0 2 H W J W N N 1 0 z 0 1- 1- 0) wz to H M zz Z.. 52 ww CO CO Z 0 H a cn z Rio J I- I Z Z r I. Cr) 2 lu N Ili 111 0 22 73 Z O o Z Ce p Wz to O 2-O J zzM IL 25 I W W p 0 1 CO CO C it °Om co o LL z- Q HE M d Z Z LO a 2 d m N CD0 I 6# '11V I(0000 (4,600.00)1 1(00 0£b'L) la Base Bid I 100E099'96 12,725.001 100'0Z£'96 I 8,525.00 1CONTRACTOR 1AG Strobel Inc Twin City Acoustic J (Williams Construction Service IJ D Drywall ROSEMOUNT FIRE STATION Z 0 H Q w .c. to LL 2o F Z Z 2 m W W 0 w O 072 cc re m IX J Q IX r I- z U W a H N 2 wz U t r N H H' M r Q D D CO 25•' T N yeo U e W m H V) 0 2 Z a 0 0 2 1- W w 0) N 1 0 z 0 1- a 1— cn w g z L.T. 1--'1- z z C 0 c 0 c G C Ill Ill In co Z 0 F— a -J M CO Z z 2 o z M z D I- 2 d W co O a a' 0] z 0 N ctz E go Z Z el w R 0 0 0 0 .a CL Z Z 0 1- u) uW z LL h- M Z Z D W W 0 CO CO O 0 :2 m Z 0 1- Q F- u) w LL2o to Z Z 22' W W 0 co 0 O O .2 Q`ix m s# ;id I(oo•oos` t# ;IV (ocr000lg O c# ;ro 4# •41V Ea Base Bid 525,900 00 CONTRACTOR IGlencon Construction c 0 z 0 1- a N Z co LLgo Z Z M 7 7 22 ty W W N CO O O ce CC m C-06 MASONRY. C-10 Car z 0 z E 2 o z z W W a (0 w CC CO Z 0 Q H m w E o Ls. I ZZM r W W 0 U c[cc a-+ c G) CO CL CD c"') z 0 cn 1- LL O H F c j L T C R UJ CO CO 0 0 :2 {L N m z 0 1- w LL a O 5 2 111 111 0 In CO ya c CD L ilis U 0 r 1 E Z 0 1- Q F- N w LL 2 2 d W W 0 N N co 0 u 0 z 0 J a 0 0 O 0 Q 0 tit o o ti el 0 Z LL O Z 0 I 0 LL a Z Z III r N 5 2' 3 r W W o a V) N U c 0 z 0 E-- N tu LL E C H M T O 0 m W W 0 0 0 O 0 .a LL N m 4- y O to CD c l6 L L N 0 0 0 2 0 N t 0 0 0 V 0 W N 0 L 0 wo -o 0 w (00 L r Q U 00 N 0 w y O 0 L cu o rs r N 0 0 z 0 cn 1- w z m L. M O H 1- cr) z z C G w wo U) N O 0: IX cc m ONT: DEBCRIPTI. S ET 16' gg 0 ID Jan 31, 1006 11,1,. 3 TA 18I13I6. Budget a 4.. Bid -1st Bid ONT CTOR Sept 19, 1005 C-01 Excavation/Utilities Excavation/Utilities 5 120980 110969 110969 19 991) 3aln C0namnim C-02 AC Paving 5 64350 20000 68 950 5,650 5 (1 0501 =n 6 ing new Pav C -03 Landseapono n 5 51 57483 5 49870 6133 5 6131Reacno (1 aapmg 0 -04 Exterior concrete rels 5 39640 43950 5 42857 5 4260 5 (104315.13 Masters e -05 0 6 Concrete B Masonry 5 495859 522450 5 576 780 136541 5 (456201 SW sr Concrete auamny C -0 SISe( Fa 5 153 034 213 250 5 165 523 60166 5 (47 677) mwneadr Sigel Fabeaung C -08 Steel Erector 36320 64000 5 63426 5 28480 (1 380) Hawk 6 Sans steel Erection C-09 Precast Concrete 11 5 8789 S 9364 5 (2 251) a 5 nanson grugund Preuet 0-10 Carpemn 10940 5 42390 5 340 23440 5 (8 380) l 0 CmsaCompany ucn Company 0 -11 Drywall 60620 5 57969 5 58 690 5 (2651) 5 721 n l C -128 C -13 EPOM B Metal Race 1 5 176 300 122 709 60365 5 (53 5511 weaner cw 5ynems Inc C -14 Specialties 17250 5 27,522 5 18107 16272 5 (933o) COrmsaon supply C-15 HM Doors Frames 3C250 34800 5 34 500 4550 5 (30C) areoemucrtarevnra Uromy C -16 Glass B Glannq 5 50,491 76700 5 48706 5 26 219 5 (27 994) amore Fdasa C -17 Translucent Wall PaneLs 8 5 22923 5 22923 N L Halt C-18 Specially Doors 8 26 394 f 26394 5 3659 10155 overhead Door C- 198020 Plumbrnq B HVAC /Controls 247 093 5 214000 234 221 (33 093) 20 221 (7645)vivn su ,comtemm Pmarax Spring. C -21 Fre Protection 9C 000 5 35400 2' 755 5400 022 Electrma 287 996 281 CW 5 216 310 (6 B96) 5 (64 690) :Ens Inc C-23 Thug 3C350 5 48 600 31 749 10240 (16 8511 iResch Min Inc C -24 Flooring 15146 19320 5 20496 4174 1176 s co m gamily servos 025 Painting B Coatings 5 36225 27109 5 23435 12725 9 19 116j 2,625 (3674) 475 50,8 m P Panting Twin gi 0-26 Ho kers lGaB mOS 9625 12 027 Lockers 13,260 5 12300 13800 5 (960) 1500 Argun., Supply Supply 029 Woodwork 41,020 46025 41,995 5005 5 (40301 Casewoni C-29 Desino Architectural Clain Hold 6 7$65 6 1 m supor Care Compaq 0- 30 Sprov l Sprav1 (1501 0n 9 800 6,000 9900 (38001 00 ale 031 Metal Panels 5 14,520 49990 31900 35470 (18 090) wnm,OU Arcmmma RCMa TOTAL S 2,097,568 5 1,395,600 5 1,131,686 386,031 5 (163,912) AAMCON DESIGN/BUILD CONSTRUCTION MANAGEMENT GkNckAL CONTRACTING Caulking Window Treatments Flag Pole Sgnege 9404033 Rosemount Fre &SSon RTB849.SLw 64 Nwlpn.ts 120006 ROSEMOUNT FIRE STATION #2 ROSEMOUNT, MN BID ANALYSIS 4000 2,250 4 000 6,000 0 1,834 4003 4,000 25 345 TOTAL 1,025,818 1,430,719 2,131,668 Bavems From Furst Bid Opening Alternate 61 Rock-faced block pattern 5 (6 600) Alternate #2 Full view overhead doors 5 12 021 Altercate #3 Chain link trash gate 5 14 850j Alternate 64 Trash enclosure screen wall (3030) Alternate #5 Sunshades 5 129 939) Alternate #6 Sunshades with windows 5 (2,542) Alternate #7 Soffit line- panels 5 (0,450) Alternate #8 Vinyl composite toe 5 (0,266) Akernate #9 Acoustical ceding tile (4,500) Alternate 610 Plastic laminate 0ounler tops 5 Alternate 611 Genrealor muffler (147) Alternate #12 Landscape (Black Hills Space) 7,715 Alternate #13 Landscape (Sumac) 9 300 Alternate 811 Landscape (spruce Sumac B damper) 6 465 (1,834) (4,000) 000) (25,345) 404,961 f (299,091 (299,091 Rosemount Fire Station Rosemount, MN PART 1 GENERAL 1.1 RELATED DOCUMENTS 1.2 SUMMARY SECTION 01 23 00 ALTERNATES A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section A. This Section includes administrative and procedural requirements governing Alternates 1 3 DEFINITIONS A. Definition: An altemate is an amount proposed by bidders and stated on the Bid Form for certain work defined in the Bidding Requirements that may be added to or deducted from the Base Bid amount if the Owner decides to accept a corresponding change in either the amount of construction to be completed, or in the products, materials, equipment, systems, or installation methods described in the Contract Documents. 1 The cost or credit for each altemate is the net addition to or deduction from the Contract Sum to incorporate the Alternate into the Work No other adjustments are made to the Contract Sum. 2. Bidder shall respond to all requested alternates on the Bid Form If the Bidder feels the alternate is not applicable to their portion of the work, the Bidder shall respond with the amount of Zero Dollars ($0). All Bidders shall accept the alternates approved by the Owner No response by the Bidder on the Bid Form will be interpreted to mean Zero Dollars ($0) 3. For Proposals that combine more than one contract, amounts for each alternate shall be the combined total of each alternate for all contracts being bid. 14 PROCEDURES A. Coordination Modify or adjust affected adjacent Work as necessary too completely and fully integrate that Work into the Project. 1. Include as part of each alternate miscellaneous devices, accessory objects, and similar items incidental to or required for a complete installation whether or not mentioned as part of the Alternate 2 Include as part of each alternate taxes (Federal, State, and Municipal) which are applicable to work involved in alternates as well as costs, if any, for increasing coverage of required bonds ALTERNATES 012300 -1 12/30/05 Rosemount Fire Station Rosemount, MN B. Notification. Immediately following the award of the Contract, notify each party involved, in writing, of the status of each alternate Indicate whether alternates have been accepted, rejected, or deferred for later consideration Include a complete descnption of negotiated modifications to alternates. C Execute accepted alternates under the same conditions as other Work of this Contract D. Schedule: A "Schedule of Altemates" is included at the end of this Section Specification Sections referenced in the Schedule contain requirements for materials necessary to achieve the Work described under each alternate. PART 2- PRODUCTS A Not Applicable) PART 3 EXECUTION 3.1 SCHEDULE OF ALTERNATES Deduct Alternate #1 Eliminate certain rock -faced concrete masonry units used in the base and accent bands and substitute other sizes noted here: If less expensive, eliminate use of 4 "x 4 "x 12" and 4 "x 8 "x 24" rockface units in the base pattern and as the 8" high accent band. Instead, see revised base pattern shown on sheet A200 using only (2) unit sizes 4 "x 4 "x 16" and 4 "x 8 "x 16 Use 4 "x 8 "x 16" units for the accent band in lieu of 4 "x B "x 24" units. If less expensive, eliminate use of 2 2/3" high x 4" deep x 24" long accent bands shown for base bid, and instead, provide 2 213" high x 4" deep x 8" long (21/4" x 3 518" x 7 5/8 modular concrete masonry "brick" units with rockface fronts and ends as required Deduct Alternate #2 Provide 3" thick insulated steel doors equal to Raynor "Tri Core" sectional thermal doors with full -view window frames, square- edged, 42" x 14" at each of the upper eighteen (18) sectional units on each overhead door 110A, 110B and 110C with powder -coat finish color to be selected by Architect from full -line of one hundred plus colors in lieu of sectional, glazed aluminum doors specified in base bid All other specification data shall remain intact, except modifications recommended for these doors per manufacturer, including operators, wiring, hardware, tracks, supports, electric motors, switches, weather stripping, insulated, low -E, solar bronze glazing, etc Deduct Alternate #3 Provide total color chain link fencing in lieu of fixed louver gates and aluminum tube and plate masonry anchors, hinges and wall bumpers. Chain link fencing system to include all components, ie framework, chain link fabrics, gates, hardware, fittings and privacy slats (to block view of trash 100 for Section 05500, 1 02B Systems equal to Amenstar "PermaCoat PC -20 commercial weight manufactured by ALTERNATES 01 23 00 2 12/30/05 Rosemount Fire Station Rosemount, MN Ameristar Fence Products or approved equal: Zinc coated, galvanized steel per ASTM A653/A653M; Zinc coating per ASTM B6; G -90 commercial weight per ASTM A90, Framework strength and coating requirements per ASTM F1043, light industrial weight, "PermaCoat" process coating process- a multi- stage, high temperature, multi -layer coating process The polyester finish coat shall not crack, blister, fade or split with normal use Fence fabric shall be manufactured from galvanized steel wire; weight per ASTM F668 Wire shall be PVC coated per ASTM F668, class 2A- extruded and bonded, finished gauge '8" Fence fittings and gates shall be per ASTM F626 and ASTM F900 The coatings shall be the same "PermaCoat" color coating system. NOTE All fasteners to be stainless steel. Install chain link fence system per ASTM F567, with gate posts set per manufacturer's recommendations and as provided for on construction layout and detail plans required shop drawing submittals per Section 01 33 00 Note: Gate posts shall not connect to masonry screen wall adjacent. Gates to be 8' -0" high per drawings. Deduct Alternate #4 Delete the masonry screenwall (brick and backup CMU) and associated concrete footings and reinforcing bar at the south side of trash enclosure. Also delete the precast concrete cap for that section of screenwall. Deduct Alternate #5 Eliminate extruded aluminum sunshades per Section 05500, Metal Fabrications and all details, components and coordination of trades shown on drawing elevations and sections Brick and CMU veneer does not change per this alternate except sunshade brackets will not penetrate these veneer components, so Joint and sealant all around each bracket will not be required and will thus factor into the deduct costs expected for this alternate Coordination at steel beams and /or bond beams will be required for modifications as well as structural components to remain. See structural documents. NOTE Through -wall flashing and continuous cavity /mortar protection mesh and weeps will move down to above lintels. Deduct Alternate #6 Change aluminum storefront framing described in Section 08450, 2.01A, EFCO Thermal 960 wall system to EFCO System 5600, 214" by 6" deep curtain wall system at all openings with same glazing per original specification per Section 08800 for integral sunshades [NOTE. This deduct alternate is contingent upon acceptance of Deduct Alternate "5" eliminating the base bid, wall- structure mounted extruded aluminum sunshades by Section 05500 Provide "E- Sunshade 36" Tapered Sunshade, to be captured within frames at south and east openings only at this System 5600: Provide Bullnose Covers E- Sunshades; Provide tapered arms and captured clips to vertical curtainwall mullions; Provide elliptical airfoil blades, 4" on- center supported between tapered arms, All components to be extruded aluminum Ultrapon 70% PVDF to be selected from full -range of over one hundred colors available at the shop drawing phase to ALTERNATES 012300 12/30/05 Rosemount Fire Station Rosemount, MN coordinate with other building color selections. Provide shop drawing submittals per Section 01 33 00. Deduct Alternate #7 Eliminate the single skin liner panels at all exposed to view areas of metal roofs and overhangs and instead, clip off all through fasteners from standing seam metal roof at these exposed to view areas to minimum through length (per manufacturer's strict requirements) and then prepare, prime and finish paint the exposed bottom of the structural deck strictly per Section 09900 to exactly match the color of the standing seam roof and related trim components Deduct Alternate #8 Provide Vinyl Composition Tile (VCT) flooring in lieu of resilient linoleum sheet flooring per Section 09650 Resilient Flooring Submittals and specifications data is provided in Section 09650 Color(s) and pattern(s) per drawings and Section 09000 —Color Schedule Listing Deduct Alternate #9 Provide "Frost ClimaPlus 2'x 2'x W, tegular with SLB edge by USG Interiors, Inc. or equal by Armstrong for both type "A" and type T" units as called for on drawings and per Section 09510, 2 01, in lieu of the Armstrong "Ultima" products listed therein Use 15/16 -inch standard white Donn suspension system including tees, wall angles and hangers or equivalent Prelude system by Armstrong Deduct Alternate #10 Provide plastic laminate, PL -2, per section 09000 Color Schedule Listing at Kitchen 117 "peninsula Telephone Service Counter in Corridor 125 and room 117 countertops (1% inches) and all splashes in lieu of solid polymer (SP -1) tops and splashes as noted for base bid on drawings and specs Note, (PL) tops to have matching PVC color- matched edges per Section 06400. All other original specification data per Section 06400 shall apply. Deduct Alternate #11 Change natural gas engine generator muffler type to industrial type in lieu of critical type as recommended by engine manufacturer. This item is located in section 16622. The following specifications should also be followed. 1 Minimum sound attenuation of 12 db at 500 Hz 2 Sound level measured at a distance of 25 feet (8 m) from exhaust discharge after installation is complete shall be 87 dBA or less. Deduct Alternate #12 (Landscape Alternate #1j No -mow seed area west of building and northern parking lot Delete 1 Greenspire Linden 3 Amur Maple Seed Mix Add: 41 Black Hills Spruce Picea Glauca Densata 3ft. B &B ALTERNATES 012300 -4 12/30/05 Rosemount Fire Station Rosemount, MN Deduct Alternate #13 (Landscape Alternate #2) Planted in staggered rows 12' to 15' on center Mulched to a depth of 4" with hardwood chips Mulch must be anchored No -mow seed area west of building and northern parking lot Delete: 1 Greenspire Linden 3 Amur Maple Seed Mix Add: 240 Gro -low Fragrant Sumac Rhus Aromatica Planted in staggered rows 4' on center Mulched to a depth of 4" with hardwood chips Mulch must be anchored Deduct Alternate #14 (Landscape Alternate #3) No -mow seed area west of building and northern parking lot Delete' 1 Greenspire Linden 3 Amur Maple Add: 25 Black Hills Spruce Picea Glauca Densata, 3ft B&B 27 Gro -low Fragrant Sumac Rhus Aromatica, 2'- 3' /5gal 24 Sea Green Juniper- Juniperus chin. Sea Green, 12 /2ga1. Spruce planted 12' to 15' on center Sumac planter 4' on center Mulched to a depth of 4" with hardwood chips No -mow seed mix between building /retaining wall and planting areas END OF SECTION 01 23 00 ALTERNATES 012300 -5 12/30/05 VETTER JOHNSON ail ARCHITECTS January 10, 2006 City of Rosemount, City Hall 2875 145 Street West Rosemount, MN 55068 -4997 Attn: Dawn Weitzel, Assistant City Administrator Re Professional Services for City of Rosemount Project No 0502/ 0502 -R Invoice No. 7 Per our Agreement, AIA B141 /CMa, 1992 Edition dated February 15, 2005, we submit an invoice for additional professional services and reimbursable expenses for re- bidding modifications for October through December 31, 2005: 1. For Additional Services based upon the contract for such services defined in Articles 11 and 12 to "modify drawings and specifications" due to a revision of project scope and costs due to the results of the September 29, 2005 bid For VJA: Principal. 81 0 hours X $150/hr. $12,150.00 Technician 4 139 hours X $38/hr. 5,282 00 For Clark Engineering Principal: 6.5 hours X $147.50/hr 958.75 (Structural Engineering): Cad Tech: 9.5 hours X $68.50/hr 650 75 Admin 5 hour X $50 /hr 25.00 For Gausman Moore Engineers: Principal: 5.5 hours X $135/hr 742.50 (Mechanical and Elect. Engineering). Senior Designer 17 5 hrs X $110.00/hr. 1,925 DO Designer /Drafter 1: 13.0 hrs X $100.00/hr. 1,300 00 Word Processor. 6 75 hrs. X $50 00 /hr 337 50 so now due Sub -Total this period: $23,371.50 2. Reimbursable Expenses: (Through December 31, 2005) Postage/delivery 106.39 Travel /Mileage 48.5 cents per mile 79.42 Reproduction /photography /copies 242 48 Phone/ fax 0.00 Meals/lodging/misc. 0.00 SubTotal this period: $428.29 Total Additional Services and Reimbursable Expenses this billing period: $23,799.79 Thank you for the opportunity to provide professional services for the City of Rosemount, Please remit payment to: VETTER JOHNSON ARCHITECTS, INC. 0 4 it#' Mark etter, principal 5101 Highway 55 Suite 2000 Minneapolis, MN 55422 763•545•6500 FAX 545•6277 January 2, 2006 City of Rosemount 2875 145 St W Rosemount, MN 55068 ASAAMCON DESIGN /BUILD I CONSTRUCTION MANAGEMENT 1 GENERAL CONTRACTING Attention, Mr Jamie Verbrugge, City Administrator Subject Construction Management Contract Fire Station 2 Dear Mr. Verbrugge We are requesting an adjustment of our fee for professional CM services. As you are aware, the project was designed and bid last fall Much to everyone's disappointment, the project was hit by poor bid results for reasons completely outside the control of Amcon or the City of Rosemount. This was discussed at length after the bidding and it was recommended and agreed that the best approach would be to redesign some portions of the project and re -bid the project with an early spring of 2006 start anticipated It is anticipated that a combination of redesign and better timing will result in more favorable bid results for the City of Rosemount. We are currently in the process of bidding the revised plans and anticipate a much better result on January 26 when we are scheduled to open the bids While most of the contracts are being re -bid, we did proceed with the City's authorization with the site grading and site utility work last fall in order to get a quicker start this spring The site grading involved some additional services related to unanticipated soil corrections, however, the work was accomplished prior to the winter freeze up as planned Based upon the extended project schedule involved in the re- design and re -bid process along with doing the site grading and utility work separately from the building construction, we request additional compensation through the professional fee portion of our contract Approximately three months of additional time involving project management, principal, and administrative support are involved In addition, the bidding process is very time intensive as we have discussed with staff and council the importance of generating a large number of bids in order to maximize competition ano receive the best bid pricing possible for the City of Rosemount With this in mind, we propose a $16,500 increase in our professional services fee Please call me if you have any questions regarding this adjustment. Thank you for the opportunity to continue serving the City of Rosemount as construction manager Sincerely, Amcon CM, LLC Tod Christoph rson, P E. President 1715 Yankee Doodle Road, Suite 200 1 Eagan, Minnesota 55121 -1616 1 Tel 651 379 9090 1 Fax 651 379 9091 Ernad custsery @amconconst•uction com 1 Webs'te www amconconstructior. com Rosemount Fire Station 2 1/3/2006 Additional Hours Re- design and Re -bid Project Hours Rate Total Project Manager 120 90 10,800 Principal 20 150 3,000 Administrative Support Staff 60 45 2,700 Total Additional Fee 16,500