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