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.