Loading...
HomeMy WebLinkAbout00-268 . .r CITY OF LAKEVILLE RESOLUTION Date November 6, 2000 Resolution No, 2000-268 Motion By Johnson Seconded By Mulvihill RESOLUTION REJECTING CERTAIN BID PACKAGES, AWARDING BID PACKAGES, APPROVING ALTERNATES AND CHANGE ORDERS AND AUTHORIZING ISSUANCE OF PURCHASE ORDERS FOR IMPROVEMENT- PROJECT 00-18 CITY HALL EXPANSION/RENOVATION WHEREAS, the City of Lakeville executed an Architectural Services Agreement with Tushie-Montgomery & Associates and a Construction Management Services Agreement with Greystone Construction on May T5, 2000 for Improvement Project 00-18 City Hall Expansion/Renovation; and WHEREAS, the City of Lakeville approved plans and specifications and authorized the taking of bids for Improvement Project 00-18 on September 1$, 2000; and WHEREAS, the City of Lakeville hereby acknowledges receipt of bids received on October 3, 2000 as shown on Exhibit A attached hereto. NOW THEREFORE BE IT FURTHER RESOLVED by the City Council: L The City Council rejects the following bids: Bid Pkg. Descriution Contractor Amount 7 & 8 Concrete and Masonry Northland Concrete 192,000 T2 Skylights W. L. Halls 14,188 18 Caulking Seal Treat 11;665 20 _Carpet & VCT St. Paul Linoleum and Carpet 43,552 The reasons. for rejecting the bids are as follows: Concrete Masonry Bid Package. -Only one bid was submitted which was approximately. 49% higher than the estimated construction cost. This resulted in separating the bid package into six smaller packages. to accommodate design and schedule changes and reduce the cost of the bid package. r` Skylight Bid Package -The skylight was eliminated to reduce the cost of the project by approximately $15;000. Caulking Bid Package -Only one bid was received which was $9,165 higher than the estimated construction cost. Carpet Bid Package -The law bid was $7,800 over the estimated construction cost; therefore additional bids were pursued which resulted in cost savings. 2. The City Council hereby awards the following contracts to the lowest responsible bidders that meet bid specifications as listed below: Bid Description Contractor Amount 6 Detail. Excavation Imperial Developers 17,562 9 Metal Framing, Gypsum Drywall Friedges Drywall 98,184 10 ...Roofing & Sheetmetal Schwickerts 26,950 11 ` Aluminum Entrances Empirehouse 27,767 13 Selected Demolition Kellington Construction 53,789 14 General Carpentry J.S. Cates 91,000 15 Painting and Wall Covering Wasche 32,650 • 19 Acoustical Tile Twin City Acoustics 22,660 21 Ceramic and Porcelain Tile Grazzini Bros.. 5,385 23 Plumbing and Hydronics Ryan the Plumber 70,000 24 HVAC and Controls Kumar Mechanical. 130,500 25 Fire Protection Sprinkler General Sprinkler 20,780 26 Electrical Comm-Tech Electric 120,362 3. The City Council hereby approves Alternate- #4 relating to the Zone Hydronic System for the existing building: Contract Amount Ryan the Plumber 5,500. Kumar Mechanical 3,500 2 ~ v F ! , 4. The City. Council hereby approves the following change orders for Improvement Project 00-18: Original Change Revised Description Contractor CO # Contract Order Contract Structural Steel Supply.. Mid County Fabricators 1 29,815 687 30,502 Metal Framing,. Drywall Friedges Drywall 1 98,1, 84 (501) 97,683 Roofing & Sheetmetal Schwickerts 1 26,950 (500) 26,450 General Carpentry J.S. Cates 1 .91,000. (18,582) 72,418 .General Carpentry J.S. Cates 2 72,418 (204) 72,214 Acoustic Tile Twin City Acoustics 1 22,660 312 22,348 Fire Protection Sprinkler. General Sprinkler 1 20,780 (1,900) 18,88D 5. The City Council hereby authorizes issuance of purchase orders for the following: Bid Purchase Pkg• Description Vendor Order 5 Steel Erection AME Construction, LLC 8,500 7.A Ftgs, Foundations, Sibs & Sidewalks Halls Properties 47,344 8.A Brick Material Only Corning Donohue, Inc, 25,805 8.B .Brick. Access. & Precast Conc. Supply CCS. Concrete and Masonry 20,450 8.C Brick Installation and Precast Installation CCS .Concrete and Masonry 46,750 8.D. Interior Block Walls CCS Concrete and Masonry 8,135 8.E. Brick Cleaning CCS Concrete and Masonry 1,215 16 Window Blinds Blinds Plus 1,782 17 Floor Mats Construction Supply 814. 18 Caulking The Caulkers CO. Inc. 2,500 20 Carpet & VCT Shelton Interior Construction 16,454 20 Carpet & VCT TMI 25,000 27 Hardware Supply Wheeler Hardware 7,860 APPROVED AND ADOPTED by the City Council of the City of Lakeville, Minnesota, this 6th day of November, 2000. CITY OF KEVILLE By: Duane Zaun, May ATTEST: Charlene Friedge ,City Cle 3