Loading...
HomeMy WebLinkAbout1993 07-08 Special MeetingSPECIAL MEETING OF THE MAPLEWOOD CITY COUNCIL Thursday, July 8, 1993 Maplewood Room, City Hall 6:30 p.m. AGENDA A. CALL TO ORDER B. ROLL CALL C. APPROVAL OF AGENDA D. AWARD OF BIDS: COMMUNITY CENTER BID PACKAGE #3 1. General Construction Contract 2. Mechanical Construction Contract 3. Electrical Construction Contract E. ADJOURNMENT 0 1 AGENDA NO. D AGENDA REPORT TO: City Manager FROM: Assistant City Manager �rf�►�►'�'� ^�1 (J RE: AWARD OF BIDS: COMMUNITY CENTER BID PACKAGE #3: GEN FRAi., MECHANICAL, AND ELEG'TRiCAL CONSTRUCTION DATE: July 2 1993 INTRODUCTION The third hase of bid packages for the Community Center project is the general, P P g � mechanical and electrical construction. This is the bulk of the project work. The purpose f this report is to award the contracts to the lowest responsible bidders for rP ose P that construction. BACKGROUND At the May 24 meeting, the City Council approved the plans and specifications for the third bid package. The City Council also authorized staff to advertise for bids. In response to the advertising, we received six general bids, six mechanical bids, and eight electrical bids. The results of the bid opening are attached as Exhibit A. Alternates Twenty alternate components were also included in the bid. There were two types of alternates. In general, alternates. #9, 14, 17, 18, 19, and 20 are items which could have been deleted from the building if the bids had been higher than expected. The remainin g alternates are extra items that the City would like to add to the building. Examples of these alternates are extra storage space in the basement, operable partitions in the banquet area, and the finish on the pool deck. A list of the alternates is attached as Exhibit B. It's important to mention the alternates, because the selection of alternates changes the base bid and the lowest bidder. with Alternates # 1, 2, 3, 4, 5, 6 7, 8, 1 ON 1 OB, 11, 12 1 13 15 and 16 selected the lowest responsible bidder for the general construction is Adolphson & Peterson in the amount of $5,372,300. The lowest responsible bidder for the mechanical contract is Doody Mechanical in the amount of $2,125,300. The lowest responsible bidder for the electrical contract is Hunt Electric in the amount. of $964,560. See the attached Exhibit C which details the totals with the alternates selected. Alternate #8: Slip Stream Ozonator The base bid includes a. chlorine system for the swunmmg pools. Alternate #8 calls for a slip-stream, Y - stream ozonator system. stem. This system purifies the pool water with ozone and requires much less chlorine. Using less chlorine means better air quality and better long-term condition and ease of maintenance for the entire building. The architect is researching this type of water quality system. A letter from the pool consultant will be distributed at the meeting on Thursday.' Other pools including the University of Minnesota natatorium are being contacted concerning their water systems. AKRW s report will be presented at the meeting on Thursday night. Overall Project Bud et Exhibit D is the total project budget to date. The Construction Manager recommends that the City enter construction with a mirm of $500,000 in a construction ,contingency account. These funds are designated for unanticipated expenditures during construction. RECOMMENDATION It is recommended that the City Council adopt the attached resolutions which award the contract for general construction to Adolphson & Peterson in the amount of $ 5,372,300; the contract for mechanical construction to Doody Mechanical in the amount of $2,215,300; and the contract for electrical construction to Hunt Electric in ` the amount of $964,560 for the Community Center project; and authorize the Mayor and the City Manager to execute the necessary documents on behalf of the City. RESOLUTION FOR AWARD OF GENERAL CONSTRUCTION BID COMMUNITY CENTER PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF MAPLEWOOD, MINNESOTA that the bid of Adol hson & Peterson in the amount of $5,372.,300 is 'the lowest responsible bid for the general construction associated with Bid Package #3 for the Community Center project, and the Mayor and City Manager are hereby authorized and directed to enter into a contract with said bidder, for and on behalf of the City. RESOLUTION FOR AWARD OF MECHANICAL CONSTRUCTION BID COMMUNTI'Y CENTER PROJECT BE IT .RESOLVED BY THE CITY COUNCIL OF MAPLEWOOD, MINNESOTA that the bid of Doody Mechanical in the amount of $2 125,300 is the lowest responsible bid for the mechanical construction associated with Bid Package #3 for the Community Center project, and the M a and City Manager are hereby authorized and directed to enter Mayor ty g Into a contract with said bidder for and on behalf of the City. RESOLUTION FOR AWARD OF ELECTRICAL CONSTRUCTION BID COMMUNI'T'Y CEl\fTER PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF MAPLEWOOD, MINNESOTA that the bid of Hunt Electric in the amount of $964,560 is the lowest responsible bid for the electrical construction associated with Bid Package #3 for the Community Center project, and the Mayor and City Manager are hereby authorized and directed to enter into a contract With said bidder for and on behalf of the City. EXHIBIT A Project Maplewood Communit Center Bid Packa 43 General, Mechanical and Electrical .1111W I 11101 9•AA PM - . . . . . . . . . . . . ... ... ........... ------ - ..... Wool laillokmilim .. .. . -- ------- - ------- ...... .. ....... ----- - ------------- • - - ------------ -- --- . . . . . . Adelf"m & Bar-soo constrostion Knotess Constroodes moortm•ares■ Sk•• ce■s*■•tio■ Stahl constrosdon $5,187,000 $5,268,500, $5,173,000 $5,774,000 $5,426,00.0 $5,375,000 $34,000.00 $75,000.00 $68,000-00 $70,000.00 $60,000.00 $64,800.00 $20,100.00 $20,500.00 $21,000.00 $21,500.00 $21,000.00 $19,800.00 $11,300.00 411,500.00 $12,000.00 $12,400.00 $12,000.00 $11,200.00 $44,400.00 $45,000.00 $48,000.00 448,600.00 $46,000.00 445,700.00 (410,500.00) (49,000.00) .(414A00.00) (010,600-00) (411,000-00) (410,100.00) $8,200.00 $7,500.00 $8,600.00 $8,800.00 $11,000.00 $8,400.00 $13,800.00 $12,500.00 $14,500.00 $14,500.00 $11,000.00 $13,600.00 $12,000.00 $12,500.00 $13,000.00 $1 2,500.00 $17,000.00 $11,400.00 $1,900-00 $150.00 $2,000.00 $2,000.00 $2,000.00 41,850.00 ($8,200.00) (411,200.00) ($11,000.00 (413,875.00) ($12,000.00) ($18,000.00 $17,500.00 $9,700.00 $10,000.00 $24,760.00 $8,000.00 $6,700.00 (41,800.00) (43,000.00), (43,000.00) (41,500.00) ($2,000.00) ($2,900.00) $4.00 $5.00 $5.00 $5.00 $5.40 $4.19 $11.00 $8.00 $ub $12.00 $8-40 $12.50 (40.60 ( 00.80 ) (41.20) (41.20) (40-80) (00.51) $9.00 4 8. 50 49.00 $10.00 49-00 410.30 $9.00 $9 $10.00 $10.06 $10-00 $10.30 $10-50 49.00 $11.00 $11.00 $10-00 $11-85 $10-00 $15.00 $9.00 .410-00 $10.00 $4.00 $30.00 $10-00 $5.00 42.50 41.00 41.50 $11.00 41.50 $3.00 41.15 40-100 400.1000 80.315 125-150 54-197 1.6 1.8 1.6 1.8 1.6 1.8 x x x It x x x x x x x x Jubws sks"Motel Dood MeA■■i"I E & Some G"Wel shemostal NIWMWACOS. W"zW MOAG■i"I $2,049,000 $1,887,500 $1,935,500 $1,947,000 $2,038,000 02,128,995 $8,800.00 $10,000.00 09,000.00 $7,800.0.0 $8,000.00 48,180.00 027,000.00 020,800.00 021,000.00 $20,700.00 $22,500.00 $18,425.00 $12,000.00 $5,800.00 $5,700.00 $6,200.00 $8,300.00 $18,100.00 413,000.00 $9,400.00 $9,300.00 I $10,150.00 $10,250.00 $10,800.00 $202,000.00 $185,600.00 4183,900.00 $187,000.00 $193,000.00 4105,000.00 $1,200.00 $29,000.00 $12,000.00 $18,800-00 423,200.00 $25,000.00 $21,800.00 ($11,400.00) ($14,680.00 025,000.00) ($4,200.00 ($14,500.00 (411,000.00) $6,300-00 04,180.00 ($1,150.00) $5,500.00 ( 48,000.00 ) ($2,800.00) ($17,200.00) (019,400.00 . ( $,1 9,000.00 ) ($1 9,000.00) ($ 1 9,600.()0 ) (419,000.00) 015-00 $15.00 $20.00 $145.00 1.6 1.6 1.6 1-6 1-8 1.8 x x x x x x x x x x x No ............................. ............................. Bl••■ia Elestrisal Commonwealth fintisof Elestris Swviw Cs. $1,119,000 $1,055,000 Withdrawn $13,500.00 $12,000.00 01,000.00 $675.00 $1,000.00 $350.00 $590.00 410,500.00 $9,780.00 0300.00 $4,500.00 (01,500.00 (444,000.00) 091000-00) 1.6 x x x x cophort Elostrio Co. Hoot Eleftis Parssa*@ Owtvie Posploo Elestris We1w Elestris $1,052,000 $938,000 $1,119,200 $1,020,000 $1,028,741 $12,930.00 $14,100.00 $12,000.00 $11,700.00 $11,000.00 $475.00 $1,000.00 $439.00 $425.00 $600.00 $498.00 $800.00 $350.00 $1,500.00 $385.00 $1,220.00 $800.00 $600-00 013,810.00 $11,210.00 410,000.00 013,660.00 $9,900.00 l $1,800.00 $4,600.00 $8,000.00 $570.00, $5,100.001 (01,000.00 (455,000.00) (428,000.00) (427,000.00) (455,593.00) (450,000.00) 1.4 1.8 1.5 1.6 1.6 x x x x x x x x x x Exh ibit B ALTERNATES EVALUATION NO APPROXIMATE DESCRIPTION ABILITY TO AESTHETIC DURABILITY FUNCTIONAL OTHER AMOUNT ADD LATER VALUE VALUE COMMENTS 1 $58,100.00 Additional Storage at Lower Level Impossible Great 2 $20,575.00 Two Additional Drop Nets Easy Moderate 3 $11,7 25.00 Batting Cage Easy Moderate 4 $21,150.00 Spa Moderate High 5 $5,800.00 Stainless Steel Gutter System Impossible Not of Added Value 6 $44,400.00 Tile Surfacing at Pool Deck Moderate Increased 7 $9,400.00 Aggregate Finish in Pool Moderate Increased 8 .............................. ...1.oA .....................8,200.00 $185,600.00 .................... :::::::.::.::::::::.:::::::::.:::::::::::;.;............. ..... ..................................:::.:::::::•:::::::::::::::::::::.:::.:::::::::::•::::::::::•:::............................................................... .�. � Slip- Stream Ozinator ............................... me. Add Operable Partition at Meeting Rooms Moderate % Easy ................... .. ........ ............................ . ..... ............................... ........................... g ..................... Hi .. „.................................................................. Increased water quality ...... .......... .. ............................... .......... .... ........................................ 10B $13,800.00 Add Operable Partition at Banquet Rooms Easy High 11 $11,210.00 Add Corridor Wall Sconces Difficult High Moderate 12 $3 6,000.00 Provide Additional Skylights (3 total) Difficult High 131 $6 .............: ... ......::.::..�............... 15 17 Add Pumps for Landscape Irrigation •::::::: ::::.... ........ ............................ ... P iers at U er Level PP Easy ..... Difficult ... . .. ... . ....................: Hi li g .... ' Increased ....... Dependent on site conditions .. .. --------- - - - - -- 16 $12 Total DDC Controls Difficult Great y. :'lad:: : # ... :� ;. �::::.�::. •:..; ::.:.:.:.................. ............................... , .. *. *. -. * .... 0 - ee000v :�: 3 .tct::�r�:# au:o :: #bey fags : ::::::.::.::::::::::::: •::::::: :::::::;::::::: :::::::::::::.::::::: :::::: :: ::;:::::::::::::::::::::::::::: :::::::::::::::��:::::::: •:::: :::::::.....::::::::::::::: �::��� :::::::= :::::::::::::::: =::: •:.;:::: .......... ��## :�1: ............... ........... ... . ........ . % . . . . ..... x-O...e.. ......... . .. ...... :� .s . ...... ....... .... s•. A f ...... ....... .. ....... :. .. . ...... . ....... ................. . ......... ....... ........................... % ............. ...... .. .. ....... ......... :. A. X �� f� �3Q . .: ..... ........ . % i. ................. .:X.. Xe. X . ..... . .. Xe .. ............... ... ........................ ...... . $40,000.00 Add Additional Landscaping Easy Great $100,000.00 Standing Seam Metal Roof at Gym Moderate Great Increased $449,660.00 TOTAL OF SELECTED ITEMS 7/6/93 Page 1 EXHIBIT C Project: Maplewood Community Center Bid Package: #3 General, Mechanical and Electrical 1..1., 1 14Q 7 -AA Dm .................... Nam .............. :.: Prime General . .... : ...... .. ... Adolfson &Peterson Knutson Construction Bor - Son Construction Stahl Construction ' Sheehy Construction ' Maertens- Brenny * ... * ;. 0 a% '$. 0*.*. .. $ 5187 000 $5,173,000 $ 5 268 500 $5,375,000 $5,426,000 $5,774,000 , , , - - - * ..... Aft-:1 $34 000.00 08,000.00 $75 000.00 $64 $ 60 000.00 $70,000.00 .................. ..... ... $20 10.0.00 $21,000.00 $20 500.00 , $19,800.00 $21,000.00 $21,500.00 AI. . $11 300.00 . $12,000.00 $11,50 0.00 $11,200.00. $12,000.00 $12,400.00 :��A t :CAI... G��� $44,400.00 $48,000.00 $45,000.00 $45,700.00 $46,000.00 $4800.00 �� AIt7 ........... $8,200.00 $8,600.00 $7,500.00 $8,400.00 $11,000.00 $8,900.00 $13,800.00 $14,500.00 $12,500.00 $13,600.00 $11,000.00 $14,500.00 1. 1 $36,000.00 $39,000.00. $37,500.00 $34,200.00 $ 51,000.00. $37,5000 Ali ......... $17,500.00 $10,000.00 $9,700.00 $6,700.00 $ 8,000.00 $24,760.00 ............. ��l 1 : ::.:::::::: ::::::::::::: .................... :oa . $5,372,300.00 $5 ,394,100.00 $5 ,487,700.00 $5,579,400.00 $ 5,646,000.00 $6,012,160.00 • . Doody Mechanical $1 887 500 $10 000.00 , $20,800.00 $9,400.00 $185,600.00 $12,00.0.00 $2,125,300.00 Egan &Sons $1,935,500 $ - , $21,000.00 $9,300.00 $183,900.00 $1800.00 $2,177 G eneral era Sheetmetal $1, 947,000 $7, 800.00 $20,700.00 $10,150.00 $187,000.00 $23,200.00 $2,195,850.00 Wenzel Mechanical $2 ,128,995 $8,180.00 $18,425.00 $10,800.00 $105,000.00 $21,800.00 $2,293,200.00 N e wM ech Cos. $2,036,000 $8,000.00 $22,500.00 $10,250.00 $193,00 $25,000.00 $2,294 Albers Sheetmetal $2 $8,800.00 $27,000.00 - $13,000.00 $202 $29,000.00 $2,328,800.00 ......:.:.... , ...................:::,:::: :::: .............. ..................... P........ aaca .... ......... .. ........ Hunt, Elec 000 $14 100.00 $475.00 $425.00 $350.00 $11,210.00 $964,560.00 Peoples Electric $1 $11,700.00 $385.00 $13,660.00 $1,045,745.00 Weber Electric $1,028,741 $11 $439.00 $498.00 $1,220.00- $9 $1,051,798.00 Commonwealth Electrical $1,055,000 $12,000.00 $ 675.00 $ 590.00 $9,7806-00 $1,078,045.00 Ge p hart Electric $1,052, $1 $800.00 $13,810.00 $1 Bloomington Electrical $1,119,000 $13 $1,000.00 $1,000.00 $350.00 $10,500.00 $1,145 Parson's Electric $1,119 $12 $1,000.00 $ 600.00 $1,500.00 $ 600.00 $ 600.00 $10 $1,145,500.00 Electric Service Bid Withdrawn EXHIBIT D 7/?J93 McGOUGH CONSTRUCTION COMPANY, INC Page 1 of 1 Contract Cost Status Report Maplewood Community Center owner: City of Maplewood Architect: AKRW Architects ................. :i .................. .................. .................. .............. ... Racka : -: e . ... 9..... .... ....... :;C: Nurib ........................... :;a r .................... ............................. **-*-*, ................... ....................... ...... I ......... .............. ................... .................... ............................ t`o . Descri i n :: . P ...... ..:............................ ... . ... :o : trac Q ..... ..... ........................................................... ........................................................... ........................................................... ........................................................... ........ ..... ........ ................................... fi eta ................................. ................................ ................................. ................... :Bud et ::: :: 9....... ::ou . ...... : Vim. �rti- 'oa ..................... .......... ................ ................................ ' : 'd: *:� : : : : :: aiiirar. ::A.;:::: m. n ... +ha :.::es 9:......... .......................... :A to i ed = ::::: �.... ..PP . :Q: .......................... :::khan: 9.. :;:::. r er . :::::::::::::::::: ............ t: ............... 4 tract : : u: va e: +�: ................. ........ tar : a 9.. :0 XX �'deraitie ................. ... :::::::. N :s . : o #t ............. A.. e ........... 9.... i ........ R ma Mir .............. 9:.:.:.:..: ............... Qv deb::::: r. n :-Cod. struct1: n.. ..' ...::�t: o s .................. ............................... lillililibililillililim 1 Site Prep /Demolition F.M. Frattalone $83 $83,620 ($763) $82,857 $82,857 $763 2 Soil Correct ion/Ut il. Steininger Const. $175 $124,000 $124,000 $124,000 $51,000 3 General w /Bond $5,372,300 0 0 $5,372 3 Mech/Pool w /Bond $2,125 $0 $0 $2,125 3 Electrical w /Bond . $964,560 $0 $0 $964,560 Testing Contractor Braun Intertec Eng'g $45 $35 $35,000 $35,000 $10 Purchase Property City of Maplewood $146 $146 ($3,100) $143,410 $143 $3 CM /Owner Costs McGough/Maplewood $100,000 $0 $ 0 $0 $100,000 Const. Manager McGough Const. $285 $285 $285,000 $285 $0 SAC /Misc. Charges City of Maplewood $54,599 $0 $0 $54,599 Arch. /Eng. Fees AKRW Architects $568 $568,800 $568 $568 $0 A/E Const. Phase AKRW Architects $142,200 $0 $0 $142 F.F.E. Allowance City of Maplewood $591,702 $0 $0 -$591 Preconstruct. Testing Braun Intertec Eng'g $10 $5,030 $5 $5 $4,970 Survey Work Kemper /Environscience $7,000 $3,501 $3501 $3,501 $3,499 Bid Advertising Miscellaneous $750 $167 $167 $167 $583 Relocate Pioneer Pr. City of Maplewood $20,000 $3 $3,218 $3,218 $16,782 Permits /I nspection Allowance $50 $0 $0 $50 $0 $0 $0 $0 $0 $0 $0 $0 $0 Subtotal $10,742,341 $1,254,846 ($3,863) $0 $1,250,983 $0 $1 $9,491,358 Const. Contingency $500,000 $500,000 ............... . . .............. .. ..... . . ................ . ......... "ot . s ................ ........... ... ........ ..... ................... ....... :y ............. I .... ......... ................... ....... I ........ .......... ........ :Q 28 Q : : :: ::::::: AX :t 98 .......... ...... McGough Construction Co., Inc. 2737 Fairview.Avenue North, St. Paul, Minnesota 55113 Phone: (612) 633 -5050 Fax: (612) 633 -5673 P • TABULATION OE - BIDS BID PACKAGE #3: COMMUNITY CENTER Pursuant to due call.and notice thereof, a special meeting of the officials.designated for a bid opening by the City Council of Maplewood was convened at 2.00 p.m., Thursday, July 1, 1993. The purpose of this meeting was to receive, open and publicly read aloud bids for Bid Package #3 for the Maplewood Community Center: General, Mechanical and Electrical Construction. Representatives of the Owner present were: Mark Adamson, McGough Construction acting as the Construction Manager; City Manager Michael McGuire; Assistant City Manager Gretchen Maglich; Councilmember George Rossbach; and Ms. Marianne Repp- O'Brien, Mr. Duane Kell, and Mr. Fred Richter, representatives from the architectural firm of AKRW. The advertisement for Bid Package #3 was read. (See attached). Bids opened and Assistant City Manager Maglich read them aloud. (See attached bid tabulation). Electric Service Co. (electrical contract) requested that their bid be pulled before it was read. This was due to an error in the base bid. Electric Service Co. pulled their bid. The meeting was adjourned at 2 :54 p.m. 4 T EME NTS R 81DS �3ry� D'O/ E R 1 S z, led closing tune for the receipt of bids. Bids will be rejected for any alter - ations or erasures unless the alteration or erasure is corrected as provided for in the Instructions To Bidders. The right is reserved to accept or REJECT ANY OR ALL BIS AND /OR PARTS OF BIDS AND WAIVE INFORMALITIES THEREIN. THE ADJU'T'ANT GENERAL STATE OF MINNESOTA 06 -18 .EARLY INTER V CEN- BIDS CLOSE JUL 9 Mahnomen, MN INVITATION TO BID - PRO- JECT. Early Intervention Center, Mahnomen MN 56557 BIDS ;HOSE. Friday, July 9, 1993 4:00 p.m. CDST PROJECT #. 931030. DATE OF .ISSUE. June 1993 BY.. EAPC, 3065 DcMERS AVENUE, GRAND FORKS, NORTH DAKOTA 58201. PHONE: (701) 775 - 5507. FAX: ((701) 772 -3605. OUTLINE OF PROJECT. One story buildin on a cleared site, approxiinate:ly sq. ft. Masonry :bearing exterior walls. Steel frame .roof. TYPE OF BIDS. Single. combined -bids will be received for all portions of the work. The successful bidder will be the single Prime Contractor for the Protect. THE OWNER: Independent School District No. 432, Mahnomen, MN 56557 BID PLACE. The office of the Superintendent of Schools in the exist - T High .School at Mahnomen, MN 56357. Bids received after the designated time will not be accepted. All interest - _d parties are invited to attend. Bids will be opened and publicly read A loud. It is the bidders responsibility o see that mailed or delivered bids are in the hands of the Owner prior to the :ime of the bid opening. OBTAINING DOCUMENTS. :Drawings and Specifications may be examined at the Architect/Engineer's _office, and the Owner's office at the .Addresses shown above and: .Construction Bulletin.Dodge Plan , Zoom and SCAN in Minneapolis. - Ainnesota Builders Exchanges at - )uluth, Minneapolis, St. Paul, St. loud. North Dakota Builders Exchanges at Fargo. Grand .Forks. .'ouch Dakato Buililers Exchanges at sapid City, Plains in Sioux Falls, Aberdeen. One set of bidding documents may .)e obtained by rime bidders and n a'or mechanical and electrical sub - )id from EAPC upon request. No lepositis required. Partial or complete sets of prints ,.nd specifications mI be obtained rom EAPC by other the above. 'he sets or partial sets will be dis- cibuted upon receipt of payment for he information charged at the current eproduction rate. one of this pay - aent will be refunded. Completeness nd adequacy of the list of documents quested shall be the responsibility of lie person ma in request. BID SECURITY. Bid Security in he amount of five (5%) percent of the lid including all add alternates, must ccompany each Bid in accord with .ke Instructions to Bidders 10.7. Cash, udders Bond, cashier's checks or cer- fled check WILL BE accepted. THE OWNER reserves the right to . irregularities, to reject Bids and hold alllids for a period of 10 days fter the date fixed for the opening Hereof. By order of: Mahnomen MN 56557 Phone: 21 A- 935 -2211; Fax: 218- 35 -5921 06 -18 / 06 -25 / 07 -02 .COMMUNITY CENTER BID PKG. #3 BIDS CLOSE JUL 1 Maplewood MN ADVERTISEMER FOR BIDS - he City of Maplewood, Minnesota ill accept sealed bids for the general ne 18, 1993 (Division 2 - 14 excluding pool), mechanical (Division 15 including oof), and electrical construction Division 16) for the Maplewood community enter site - Bid #3. Sealed bids will be accepted until Thursday, July 1, 1993, 2 p.m. at which time bids will be opened and read publicly in the City Council Chambers. The City reserves the right to waive irregularities in the bids received and bidding procedures and to reject an yy and all bids. Bid docu- ments will be available at McGough Construction, 2737 Fairview Avenue North, St. Paul 55113. Lucille E. Aurelius City Clerk City of Maplewood, MN 06 -U4 / 06 -11 / 06 -18 1993 SWIMMING POOL REROOFING BIDS CLOSE JUL 6 hilluca, hIN ADVERTISEMENT FOR BIDS - 1993 Swimming ool Reroofing, Milaca High School, 1 SD No. 9 i Z, Milaca, MN, Comm. No. 322 -12 (93413) Independent School District 912, Milaca, Minnesota, will receive bids for the High School Swimming Pool Reroofing. Bids will be accepted only from bidders who can, upon request, demonstrate to the District that they are thoroughly experienced and quali- fied to execute the work as described in the Contract Documents. Bidders to whom award of a Contract is under consideration may be required to sub - mit to the District a properly executed AIA Document A305, Contractor's Qualification Statement. Independent School District No. 912 will receive sealed bids from qualified bidders until 2:00 p.m., C.D.T., on July 6 1993. Bids will be received by mail or delivery at tike District Offices at that time. Bids will be publicly opened read aloud, tabu- lated, and reviewed for recommenda- tion to the School Board at the next regular meetin . A prebid jobsite and roof inspec- tion is scheduled for 2:00 p.m., Jue 29, 1993. Bids should be submitted in dupli- cate on the Form provided by the Owner, enclosed in a sealed envelope and addressed to Independent School District 912, 500 Southwest Fourth Street, Milaca MN 56353 -1147. The envelope should be clearly marked, in the lower right hand corner as follows: BID ENCLOSED, PROJECT NAME: 1993 Swimming Pool Reroofing, OWNER NAME: Milaca High School, PROJECT LOCATION: ISD No. 912, Milaca, MN, BID DUE: TIME: 2:00 p.m., DATE: July 6, 1993. Copies of the Contract Documents for use b qualified bidders may be obtained from the Architect: SEH, 113 South 5th Avenue, PO. Box 1717, St. Cloud, MN 56302 -1717 (612) 252- 4740, (800) 572 -0617, )FAX: (612) 251 -8760. Drawings and Specifications are on file for inspection at the following offices: SER, 113 South 5th Avenue, P.O. Box 1717, St. Cloud, MN 56302- 1717; St. Cloud Builders Exchange , 26 North 61h Avenue P.O. Box 746, St. Cloud, MN 5630 Construction Bulletin, 8401 73rd Avenue North, Suite 82, Brooklyn Park, MN 55428; F. W. Dodge Corporation, 7600 Park Lawn Avenue, Suite 352, Minneapo- lis, MN 55435.. Bidders shall inspect the Plans and Specifications, and visit the site before submitting their proposal. Submission of a bid will be construed as conclu- sive proof that the bidder is thorough- ly familiar with the site of the work and all project requirements. Bidders will be required to rovide a bid bond of five percent (596) of the bid amount and a performance bond of one hundred percent (100%) of the bid amount in accordance with Min- nesota Statutes Section 574.26. Independent School District No. 912 reserves the right to reject any or all bids and to waive any irregularities or informalities in the bids or biddin . CONSTRUCTION SCHEDUL�: Prebid Ins pection...June 29, 1993; Bid Opening...July 6, 1993; Award & Notice to Proceed ... July 9, 1993; Sub- stantial Completion... August 27, 1993 INDEPENDENT SCHOOL DIS- TRICT NO. 912, MILACA, MIN- NESOTA 06-18/06-25 REPLACE KITCHEN CABINETS BIDS CLOSE JUL 8 Minneapolis MN ADVERTISEMENT FOR BIDS - PROJECT NUMBER 151 -92 -1405 The work shall be completed with- in 180 calendar days after the Notice to Proceed.. Prime bis close 2:00 pm Local Time, July 8, 1993, Minneapolis Min- nesota Sealed bids for the replacement of kitchen cabinets in eleven housing units at Como Married Student Hous- ing, Twin Cities Campus of the Uni versity of Minnesota, will be received by the board of Regents of the Univer- sity of Minnesota at the Facilities Management Purchasin Services, 100 Sops Buildin 319 15th Avenue SE Minneapolis, -Minnesota 55455, until the above stated time when they will be publicly opened and read aloud. Prime contract bids will be received for a single lump sum con- tract. The project is the replacement of kitchen cabinets in twelve housing units at Como Married Student Hous- ing; the contract may be extended to include kitchens in up to 250 addition- al housing units on agrrement of the University and contractor. Installation Of each set of kitchen cabinets must take place within one working day; the housing unit involved will . be occupied throughout the project. Prospective bidders may examine bidding documents durin normal business hours beginning5une 18, 1993 at: 1. The office of Hokanson/Lunning Associates Inc., 644 Summit Avenue, St. Paul RN. 2. University of Minnesota Facili- ties Management, Purchasing Services, 100 Shops Building 319 15th Avenue SE, Minneap olis, Nit 55455. 3. The Builders Exchanges in St. Paul and Minneapolis, Minnesota. 4. The F.W. Dodge Plan Room, Minneapolis, MN. 5. Construction Bulletin Plan Room, Brooklyn Park, Minnesota. 6. National Association of Minority Contractors, 1121 Glenwood Avenue North, Minneapolis, Minnesota, 55405. B. Copies of the Bidding Docu- ments may be obtained at Hokanson/Lunning Associates, Inc., 644 Summit Avenue, St. Paul, Min- nesota in accordance with the Instruc- tions to Bidders upon making a deposit by check in the amount of twenty five dollars ($25.00) made payable to Hokanson/Lunning Associ- ates, Inc. Documents will be available after June 18, 1993. Direct communi- cation r��eggardin this protect to the Pro ject Manger, -Mr. Brad Hokanson, 221 -0915. Each prime and subcontract bid shall be accompanied by a bid security of 5% of the maximum amount of the bid in the form of a certified check, cashier's check or surety bond. The successful prime contract bid- der shall furnish a Performance Bond in the full amount of the contract. The Board of Regents of the Uni- versity of Minnesota reserves the right to reject any or all bids, waive irregu- larities in bids submitted, and to WAIve minor discrepanies in bidding pruc:e- dures. The University the right to separately bid any or all future kitchen cabinet replacement not included with the original twelve units under this project. The University of Minnesota adheres to the Regents Policy of Equal Employment Opportunity and Affirmative Action for contractors and supppliers. Sids will be awarded in compli- ance with the University of Minnesota Small Business Procurement Program. Pre -bid access to the work site is limited to specific times and dates. A pre -bid tour of. the work site is sched- uled for 10 AM, CDT, June 29, 1993. Two units will be available at that time. The tour will begin at the office of Mr. Jerry � Erickson, 1024 27th Avenue SE, Minneapolis, Minnesota. REGENTS OF THE UNIVERSI- TY OF MINNESOTA By: Denis Larson Senior Buyer 06 -18 / 06-25 PILOT CITY HEALTH CENTER BIDS CLOSE JUN 29 Minnea�ppolis MN ADVERTISEIMEWf FOR BIDS - Sealed proposals will be received in the office of the Hen. neppin County Purchasing Division, A -2205 Govern- ment Center, Minneapolis, MN 55487, until 2:00 p.m, Tuesday, JUNE 29, 1993, at which time they will be pub- lic: ) opened and read aloud for; , P!I OT CITY HEALTH TH CEN I Ell, CONTRACT NO s. 2588A3, 2595A3, 2598A3, 2606A3, 26A9A3, 2608A3, 2610A3. THE BID DOCUMENTS MAY BE VIEWED AT : Hennepin County Purchasing; F.W. Dodge Plan Room; Minneapolis /St. Paul Builder's Exchange- the office of the Architect, Smiley G Nyburg Associates; TCM /PC'L Construction Manager; the National Association of Minority Contractors, 1123 Glenwood Avenue, Minneapolis; and the Office of Con- struction Market Data, Brooklyn Park. BID DOCUMENTS WILL BE AVAILABLE FROM: Smile Glotter Nyburg Associates (SGN), 1021 LaSalle Avenue, Minneapolis, Min- nesota 55403, Attention: tlmars Pred- itis Phone: (612)332 -1401, Fax: (61 332 -1405. Plan Deposit: 1 SET - $100.00/SET Deposits will be returned to all bid- ders who submit bona fide; bids and return documents in good condition within (10) days after the receipt of bids. . SPECIAL INSTRUCTIONS: County will accept separate bids that will be administered by TCM /PCL Construction Manager. William E. Binger Purchasing Manager Tele hone: 348 -3181 06- I� ASBESTOS REMOVAL. BIDS CLOSE JUL 2 Moorhead MN ADVERTISEMENT FOR BIDS - DEPT.DIV. SEQ. NO.: 26137/07514 ACCOUNT 1D. NUMBER: 782052. DEPT.: MINNESOTA STATE UNI- VERSITY SYSTEM. Sealed Proposals for ASBESTOS REMOVAL, BRIDGES HALL, MOORHEAD STATE UNIVERSITY, MOORHEAD, MINNESOTA will be received by the Division of Materials Management, Room 112, State Administration Building 50 Sher- burne Avenue St. Paul, Minnesota 55155, until 3:60 PM, July 2, 1993, at which time the proposals will be opened and publicly read aloud. Proposaf Forms Contract Docu- ments, Plans and specifications as prepared by the Project Engineer; Ashley .Engineering, Inc.- are on file at the office of the. 1.) bivisioik of Materials Management. 2.) above named Project Engineer. 3.) following Builders Exchanges: Fargo - Moorhead, St. Paul, and Minneapolis. 4.) Nation- al Association of Minority Contractors of Minnesota. 5.)Construction Bulletin Plan room. 6.) Dodge Plan room. Sets of Proposal Forms and Plans and Specifications for use by Contrac- tors in submitting a bid may be obtained at the following address: Ashley Engineering, Inc., 299 Coon Rapids Boulevard, Coon Rapids, Min- nesota 55433, (612) 786 -1827. A deposit of $25.00 is required for each set. Each bid which totals over $15,000.00 must be accompanied by a either certified check, ppayable to the State of Minnesota, in the sum of not less than five percent (5%) of the total bid or a corporate surety b ond for the same amount issued by a surety com- 65 OVERALL COMMUNFIY CENTER PROJECT BUDGET CONSTRUCTION COSTS - see Exhibit D OWNER COSTS - see Exhibit D CONSTRUCTION CONTINGENCY - see Exhibit D SUBTOTAL * This is the budget that AIdt gave the City in its design study in October, 1992. LAND COSTS Wicklander (Included in Construction Costs) Monette Pearson Fulk 1800 House SUBTOTAL $ 9,351,889 1,390,452 500.000 $ $ 548,750 435,000 65.000 ** g 1 ** The total cost of the Fulk P roperty was $640,000 which included two homes and one commercial building. The land associated with one home and the commercial building (1810 E. County Road B) is valued at $575,000. This is the Park & Rec Maintenance building. Its cost was not included in the Community Center project. PRELIMINARY STUDIES $ 93,800 (Appraisals, soil tests, feasibility study, preliminary architectural study) SUBTOTAL TOTAL In addition, the following costs will have an impact on the amount for which the City will bond: $ 93, $12.384.8 Additional land urchase - $ 500,000 is budgeted in 1997 to purchase the Wonder- Hostess Thrift building on the corner of White Bear Avenue and E. County Road B. Start-up operational costs - The center is expected to open in September, 1994. Funds for personnel and start-up costs are needed before membership or program revenues begin coming in. An estimate for these costs is $150,000.