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