Loading...
CCA 05/26/2017 1 cm ley SPECIAL CITY COUNCIL MEETING Frid OF MAY 26, 2017 The City of Fridley will not discriminate against or harass anyone in the admission or access to, or treatment, or employment in its services, programs, or activities because of race, color, creed, religion, national origin, sex, disability, age, marital status, sexual orientation or status with regard to public assistance. Upon request, accommodation will be provided to allow individuals with disabilities to participate in any of Fridley's services, programs, and activities. Hearing impaired persons who need an interpreter or other persons with disabilities who require auxiliary aids should contact Roberta Collins at 572-3500. (TTD/763-572-3534) ADOPTION OF AGENDA: NEW BUSINESS: 1. Receive Bids and Award Contract for the City of Fridley, Civic Campus Project No. 505: (9) Elevators; (31) Below Grade Waterproofing 2. Approve Assignment of Contracts for Civic Campus Construction from City of Fridley to McGough Construction Company. ADJOURN. at.Rl' Fridley FRIDLEY SPECIAL CITY COUNCIL MEETING OF MAY 26, 2017 1:00 p.m. — City Council Chambers Attendance Sheet Please print name, address and item number you are interested in. Print Name (Clearly) Address Item No. AGENDA ITEM Fridley CITY COUNCIL MEETING OF MAY 26, 2017 TO: Walter Wysopal, City Manager PW17-037 FROM: James Kosluchar, Public Works Director Scott Hickok, Community Development Director DATE: May 25, 2017 SUBJECT: Resolutions Receiving and Awarding Second Round of Bids for the Fridley Civic Campus Project 505 On Friday, May 26th at 10:00 AM, a second round of bids will be opened for the Fridley Civic Campus Project 505 for bid packages 8 (Elevators), and 31 (Waterproofing). These two packages received no bids on the initial bid round occurring on May 4. Responsive bids will be tabulated and presented to the City Council, along with most recent cost estimates, and a recommendation for award. The Lowest Qualifying Responsible Bidder Selection will be used for bidding of these packages, in order that their award can occur expediently. In addition, the low bid for package 6 (Acoustical Ceiling Tile) was withdrawn from the award package on Monday, May 22 A second award recommendation will be provided for this bid package and incorporated into the resolutions. Staff will recommend the City Council approve three actions for bids received, as follows: 1 . Move to receive the bids per the attached bid tabulation for the City of Fridley Civic Campus Project 505 (tabulation pending bid opening). 2. Approve the attached resolution Awarding Base Bid Labor and Miscellaneous Taxable Materials Bid Packages for the City of Fridley Civic Campus Project 505 Received on May 26, 2017(recommendation of award pending bid opening). 3. Approve the attached resolution Awarding Base Bid Tax-Exempt Materials Bid Packages for the City of Fridley Civic Campus Project 505 Received on May 26, 2017(recommendation of award pending bid opening). If the Council approves, staff will prepare the numerous contracts for signature and proceed with notifying the respective contractors of their award. JPK:jpk Attachments CITY OF FRIDLEY CIVIC COMPLEX PROJECT NO.505 BID PACKAGE:31.Waterproofing - LOWEST RESPONSIBLE BID TABULATION LETTING:5/26/17 10:00 AM Fridley Note:numbers in are corrected for mathematical errors in bid provided FRIENDLY•DRIVEN•RESPONSIVE Technical Waterproofing ESTIMATED Solutions,LLC DESCRIPTION COST BID BASE BID Labor&Miscellaneous Taxable Materials $ 269,600.00 Tax-Exempt Materials S 305.400.00 Total BASE BID $ 387,825.00 $ 575,000.00 $ - $ - $ - $ Performance and Payment Bond $ 14,400.00 ALTERNATE 1.Security Fence at Police Parking Labor&Miscellaneous Taxable Materials Tax-Exempt Materials Total ALTERNATE 1 5 - $ - $ $ - $ - $ ALTERNATE 2.Iron Enhanced Sand Filters Labor&Miscellaneous Taxable Materials Tax-Exempt Materials Total ALTERNATE 2 $ - $ - $ - $ - 5 - 5 ALTERNATE 3.Fireplace Labor&Miscellaneous Taxable Materials Tax-Exempt Materials Total ALTERNATE 3 $ - $ - $ - 5 - $ - $ ALTERNATE 4.Monument Sign Labor&Miscellaneous Taxable Materials Tax-Exempt Materials Total ALTERNATE 4 $ - $ - $ - $ - $ - $ ALTERNATE 5.Fuel Island Canopy Labor&Miscellaneous Taxable Materials Tax-Exempt Materials Total ALTERNATE 5 $ - $ - $ - $ - $ - $ ALTERNATE 6.Firing Range System&Equipment,HVAC System Labor&Miscellaneous Taxable Materials Tax-Exempt Materials _ Total ALTERNATE 6 $ - $ - $ - $ - $ - $ ALTERNATE 7.Overhead Crane,Runway Hoistway,and Hoist Labor&Miscellaneous Taxable Materials Tax-Exempt Materials Total ALTERNATE 7 $ - $ - $ - $ - $ - $ ALTERNATE 8.Insulated,Fritted Glass Units Labor&Miscellaneous Taxable Materials Tax-Exempt Materials Total ALTERNATE 8 $ - $ - $ - $ - $ - $ CITY OF FRIDLEY CIVIC COMPLEX PROJECT NO.505 S BID PACKAGE:8.Elevators LOWEST RESPONSIBLE BID TABULATION LETTING:5/26/17 10:00 AM Fridley Note:numbers in red are corrected for mathematical errors in bid provided FRIENDLY•DRIVEN•RESPONSIVE ESTIMATED KONE Inc. DESCRIPTION COST BID BASE BID Labor&Miscellaneous Taxable Materials $ 152,300.00 Tax-Exempt Materials $ 182,700.00 Total BASE BID $ 246,340.00 $ 335,000.00 $ - $ - _$ - $ Performance and Payment Bond $ 1,624.75 ALTERNATE 1.Security Fence at Police Parking Labor&Miscellaneous Taxable Materials Tax-Exempt Materials _ Total ALTERNATE 1 $ - $ - $ - $ - $ - $ ALTERNATE 2.Iron Enhanced Sand Filters Labor&Miscellaneous Taxable Materials Tax-Exempt Materials Total ALTERNATE 2 $ - $ - $ - $ - $ - $ ALTERNATE 3.Fireplace Labor&Miscellaneous Taxable Materials Tax-Exempt Materials Total ALTERNATE 3 $ - $ $ - $ - $ - $ ALTERNATE 4.Monument Sign Labor&Miscellaneous Taxable Materials Tax-Exempt Materials Total ALTERNATE 4 $ - $ .. $ - $ - $ - $ ALTERNATE 5.Fuel Island Canopy Labor&Miscellaneous Taxable Materials Tax-Exempt Materials Total ALTERNATE 5 $ - $ - $ - $ - $ - $ ALTERNATE 6.Firing Range System&Equipment,HVAC System Labor&Miscellaneous Taxable Materials Tax-Exempt Materials Total ALTERNATE 6 $ - I$ - $ - $ - $ - $ ALTERNATE 7.Overhead Crane,Runway Hoistway,and Hoist Labor&Miscellaneous Taxable Materials Tax-Exempt Materials Total ALTERNATE 7 $ - $ - $ - $ - $ - $ ALTERNATE 8.Insulated,Fritted Glass Units Labor&Miscellaneous Taxable Materials Tax-Exempt Materials Total ALTERNATE 8 $ $ - $ - $ - $ - $ RESOLUTION NO. 2017 - AWARDING CONTRACTS FOR BASE BID LABOR AND MISCELLANEOUS TAXABLE MATERIALS BID PACKAGES FOR THE CITY OF FRIDLEY CIVIC CAMPUS PROJECT 505 RECEIVED ON MAY 26, 2017 WHEREAS, the construction documents for new City facilities including a City Hall, Police Station, Fire Station, and Public Works Facility have been prepared in accordance with the City Council direction, and identified as the City of Fridley Civic Campus Project 505, and WHEREAS, bids for labor and miscellaneous taxable materials were solicited and a bid letting was held for two labor and miscellaneous taxable materials bid packages on May 26, 2017, and, WHEREAS, a number of qualifying, responsive bids were opened and read aloud on May 26, 2017, and received by the City Council on May 26, 2017, and WHEREAS, bids for labor and miscellaneous taxable materials were solicited and a bid letting was held for one labor and miscellaneous taxable materials bid packages on May 4, 2017, for which the low bid was awarded and subsequently withdrawn, and, WHEREAS, as predetermined and outlined in solicitations, the lowest responsible qualifying bid process was used for bid packages to determine the most favorable contractor in each respective category, and WHEREAS, the total amount of bids received is below estimate and within the established budget for this project, NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FRIDLEY, ANOKA COUNTY, MINNESOTA: 1. That the City Council hereby awards a contract to each respective contractor for labor and miscellaneous taxable materials tabulated in the attached award recommendation summary subject to posting of acceptable performance/payment bond and certificate of insurance, and 2. That the Mayor and City Manager are duly authorized to execute the associated contracts with the aforementioned contractors for the City of Fridley Civic Campus Project 505. PASSED AND ADOPTED BY THE CITY COUNCIL OF THE CITY OF FRIDLEY THIS 26th DAY OF MAY, 2017. ATTESTED SCOTT J. LUND - MAYOR DEBRA A. SKOGEN - CITY CLERK o in O o r O O Cr o O N O z Z 0 T O M N M V J -o O 1- N I-• a o 0 Q a W ii ! Ii a z o w Fe 0 o as s ? m W a a C w w w w P: o O O ,.=. N O o O U Q o 0 0 N K O M O • LLJ 0 F- Z O — N za a o co J O m a J X a H ua w w U J J • d' w Z W0 0 O LL O J W c N =O > C c I- Z N O fn V 2 W 3 N O m CD LLI O Q n A O C u U d W c C Z t .s Y I- V)N J Q W W Q Q Y O W Q J a m pQ x o 2 m Q ir, Q } F Z o Z D F- , � W U r F Z m W r Q Q - o 0 N Z J O r : wa re 18 W W g, 2, N _ m A J W Z LIJX00 2 N U w 3 ° -I1- Up o o •coMIn LL O -1 "- Q a a a a LL 0 p YYYY U W Q 0 Ca i a a a F> LL Q 0 0 0 0 3 U Q Q J m 53 m m RESOLUTION NO. 2017 - AWARDING CONTRACTS FOR BASE BID TAX-EXEMPT MATERIALS BID PACKAGES FOR THE CITY OF FRIDLEY CIVIC CAMPUS PROJECT 505 RECEIVED ON MAY 26, 2017 WHEREAS, the construction documents for new City facilities including a City Hall, Police Station, Fire Station, and Public Works Facility have been prepared in accordance with the City Council direction, and identified as the City of Fridley Civic Campus Project 505, and WHEREAS, bids for tax-exempt materials were solicited and a bid letting was held for 2 tax- exempt materials bid packages on May 26, 2017, and, WHEREAS, a number of qualifying, responsive bids were opened and read aloud on May 26, 2017, and received by the City Council on May 26, 2017, and WHEREAS, bids for labor and miscellaneous taxable materials were solicited and a bid letting was held for one labor and miscellaneous taxable materials bid packages on May 4, 2017, for which the low bid was awarded and subsequently withdrawn, and, WHEREAS, as predetermined and outlined in solicitations, the lowest responsible qualifying bid process was used for bid packages to determine the most favorable contractor in each respective category, and WHEREAS, the total amount of bids received is below estimate and within the established budget for this project, NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FRIDLEY, ANOKA COUNTY, MINNESOTA: 1. That the City Council hereby awards a contract to each respective contractor for labor and miscellaneous taxable materials tabulated in the attached award recommendation summary, and 2. That the Mayor and City Manager are duly authorized to execute the associated contracts with the aforementioned contractors for the City of Fridley Civic Campus Project 505. PASSED AND ADOPTED BY THE CITY COUNCIL OF THE CITY OF FRIDLEY THIS 26th DAY OF MAY, 2017. ATTESTED SCOTT J. LUND - MAYOR DEBRA A. SKOGEN - CITY CLERK k) (# § G 0 e Ce \ \ ® ® - } t ) L v e \ \ \ ■ « z i 2- I } 3 § UJ \ ) § k 0 2 _ _ _ \ S ( ui § § - 2 — ( - \ _ § § \ 45 § } � \ # CO j / w 0 « Y Q « a in @ o §■ Ca ® « » 6 § = Z .. z F- Q co 2 a k - o k 2 IX § § r ƒ ® � I- - ' ® EL § w Z 0 \ j 0 Ce O. I- w N f f ) q _ w k k k k f / I k X } } } } E > U § 0 0 « « e 2 2 2 2 AGENDA ITEM Fridley CITY COUNCIL MEETING OF MAY 26, 2017 Date: May 25, 2017 To: Walter T.Wysopal, City Manager From: Scott Hickok, Community Development Director Jim Kosluchar, Public Works Director Shelly Peterson, Finance Director Subject: Assignment of Contracts for Civic Campus Construction from City of Fridley to McGough Construction Company REQUEST The City of Fridley has accepted McGough Construction, its Construction Manager's, Guaranteed Maximum Price ("GMP"),which is conditioned on the City's Assignment of certain rights in the Prime Contract to the Construction Manager At Risk, as well as Assignment of rights in other contracts between the City and the Prime Contractors. By this Assignment,the City is assigning and retaining certain rights under the Prime Contract,such purchasing agent where appropriate and retaining various other rights, while McGough Construction Company is accepting and assuming those rights and obligations for the defined Work under the Prime Contract to carry out the Project Work for the GMP. Simply put,the City is signing over the contracts for the various elements of the Civic campus project. Those contracts involving labor will be awarded officially once their individual insurance and bond items are in place. Attached to this memo is not only the resolution before you for consideration, but also the exhibits that validate the assignment of the Prime Contract to McGough Construction Company and also show the notification documents that will be used to announce the Assignment of the contracts to McGough Construction Company. Those contracts being assigned are: 6. Ceiling Tile- Minnesota Acoustics 8. Elevators- KONE Inc. 31.Waterproofing-Technical Waterproofing, LLC STAFF RECOMMENDATION Staff recommends that the City Council approve the attached Resolution in form,which assigns the contracts awarded for the City Hall, Police, Fire, and Public Works facilities project to McGough Construction as Prime Contractor, CMAR in accordance with the document provisions that have been described therein. Staff further recommends that Council Authorize the Mayor and City Manager to sign each document necessary in the assignment of the various contracts. Signatures will be required upon receipt of the bond and insurance information from each contractor. RESOLUTION NO. A RESOLUTION ALLOWING THE ASSIGNMENT TO MCGOUGH CONSTRUCTION COMPANY,LLC AS PRIME CONTRACTOR AND ASSIGNMENT OF CONTRACTS BETWEEN THE CITY OF FRIDLEYAND SPECIFIC INDIVIDUAL CONTRACTORS TO MCGOUGH AS THE CITY OF FRIDLEY'S CONSTRUCTION MANAGER AT RISK FOR THE CITY OF FRIDLEY'S CIVIC CAMPUS PROJECT WHICH INCLUDES: CITY HALL,POLICE,FIRE AND THE PUBLIC WORKS BUILDINGS WHEREAS, The City Council has contracted with McGough Construction Company, LLC as its Construction Manager; and WHEREAS, The City Council has accepted the Guaranteed Maximum Price (GMP) from McGough Construction Company, LLC, making McGough its Construction Manager At Risk (CMAR); and WHEREAS, A formal bid process commenced with bid packets available for 31 contacts began with packets available on March 25, 2017; and WHEREAS, respondents to eighteen (18) of the bid categories were evaluated by a lowest responsible bid process according to bid guidelines; and WHEREAS,respondents to thirteen(13) of the bid categories were and evaluated by a best value bid process,which included contractor interviews; and WHEREAS, the processes have resulted in twenty eight (28) of the thirty one (31) categories being successfully bid and awarded by City Council on Monday, May 22, 2017; and WHEREAS, based on a re-advertisement for two bid categories that had not received responses at the bid opening on May 4, 2017; and WHEREAS, those additional bid contract responses have been received from contractors and a bid opening for those contracts happened at 10:00am, May 26, 2017; and WHEREAS, the City is now ready to award contracts for Bid Packet #8, Elevators and Bid Packet#31, Waterproofing; and WHEREAS, the City erroneously approved the award of a contract for acoustical tile to a company rather than the most responsible bid Minnesota Acoustics and this resolutions also seeks to correct that error; and Resolution No. 2017- Page 2 WHEREAS, now that those contractors are known and contracts are ready to be signed, it is most appropriate to have the CMAR manage the contracts; and WHEREAS, The Prime Contract Assignment to McGough Construction Company is attached as Exhibit A; and WHEREAS, The Standard Assignment Letter to be issued is attached as Exhibit B; and WHEREAS, The City's Purchasing Agent Assignment Letter can be viewed in Exhibit C; and WHEREAS, those contracts that include materials and labor will require bond and insurance submittals prior to award and be awarded once those items have been provided, through a notification letter attached as Exhibit D; and WHEREAS, those contract award recipients can be identified as follows: (also attached as EXHIBIT B): 1. Elevators - KONE Inc 2. Waterproofing- Technical Waterproofing, LLC 3. Ceiling Tile, Minnesota Acoustics WHEREAS,All contract award recipients will require bond and insurance information prior to contract assignments to the CMAR and will receive the latter attached as EXHIBIT D: and WHEREAS, signatures by the Mayor and City Manager will be required on the re-assignment documents and those signature dates may be staggered, and NOW,THEREFORE, BE IT RESOLVED,that the City Council of the City of Fridley approves the assignment of contracts as stated to McGough Construction Company, its CMAR and authorizes the Mayor and City Manager to sign the Award/assignment documents as appropriate. This resolution hereby adopted by the City Council of the City of Fridley. PASSED AND ADOPTED BY THE CITY COUNCIL OF THE CITY OF FRIDLEY THIS 26th DAY OF MAY,2017. SCOTT J. LUND—MAYOR ATTEST: DEBRA A. SKOGEN - CITY CLERK EXHIBIT A Assignment of Prime Contract THIS ASSIGNMENT is made and effective this day of , 2017, by the City of Fridley, a municipal corporation ("Owner") to McGough Construction Co., LLC, a Minnesota corporation("Construction Manager"). RECITALS A. Owner and Construction Manager have entered into that certain agreement entitled Standard Form of Construction Management Agreement between Owner and Construction Manager as Constructor, A133-2009, dated May 23, 2016, and as amended, March 9, 2017 ("CM Agreement") regarding the construction project in the City described therein ("Project"). B. Construction of the Project facility has been competitively bid pursuant to Minnesota law and Owner has awarded the bid for the performance of to and entered into a contract with describing the documents included in the contract and setting forth the terms and conditions of the Work. Specifically, the contract provisions describing all documents forming the contract between Prime Contractor and Owner hereby assigned include Article 1 and Section 9.1.7 of the AIA A132 —2009 together with the AIA A232 -2009 General Conditions of Contract, comprising the contract documents ("Prime Contract"). C. Owner has accepted Construction Manager's Guaranteed Maximum Price ("GMP"), which is conditioned on Owner assignment of certain rights in the Prime Contract to the Construction Manager, as well as assignment of rights in other Prime Contracts between Owner and the Prime Contractors. D. By this Assignment, Owner is assigning and retaining certain rights under the Prime Contract and Construction Manager is accepting and assuming those rights and obligations for the defined Work under the Prime Contract to carry out the Project Work for the GMP. NOW THEREFORE, for valuable consideration, the receipt and sufficiency of which is hereby acknowledged,the parties agrees to the following: 1. The Recitals are made a part of this Assignment. 2. Unless expressly retained, reserved or qualified in paragraph 4 below, Owner assigns all its rights, duties, and obligations under the Prime Contract to Construction Manager, which hereby assumes such rights, duties, and obligations. 493296v6 FR655-1 3. By this Assignment, and notwithstanding any language to the apparent contrary in CM Agreement, Construction Manager assumes direct management and control over the Prime Contractor in carrying out the Project Work to accomplish timely completion of the Work in accordance with the Prime Contract. 4. Owner does not hereby assign and expressly reserves the rights, duties and obligations contained in the following provisions of AIA A232-2009, and in those sections in AIA A132-2009 and A232 that are a part of or otherwise relate directly thereto: a. The right to require that all Work performed during the Project under Owner's assigned rights to Construction Manager be procured pursuant to the requirements of the Uniform Municipal Contracting Law, Minn. Stat. § 471.345, including but not limited to section 2.4 of the A232; b. Rights inuring to the Owner in sections 3.5.1, 3.9.3, 3.11, 3.12.8, 3.16, 3.17, 3.18.1, 4.2.16, 4.13, 4.2.16, Article 9 payment, Article 15 and rights to legal remedies available under the Prime Contract, and final approval of the Work; c. Owner's rights and obligations under sections 2.1, 2.2, 3.3.1, 3.7.4, 3.7.5, 3.12.10, 3.13.3, 4.1, 4.2, 6.1, 6.2, 7.1, 7.2 when involving Owner, 7.3, 9.3, 10.2.8, 10.3, Article 11, 12.2, 13.5. IN WITNESS WHEREOF, the undersigned parties have executed this Assignment effective the date first above written. CITY OF FRIDLEY MCGOUGH CONSTRUCTION CO., LLC Owner Construction Manager By: By: Its: Its: By: Its: 4 493296v6 FR655-1 EXHIBIT B Date Mr. Greg Hedin Construction Executive McGough Construction Co., LLC 2737 Fairview Avenue North St. Paul, MN 55113 Re: Assignment Letter Bid Package No. # Bid Scopes—Tax Exempt Materials Fridley Civic Complex Fridley, Minnesota Dear Mr. Hedin: The City of Fridley, MN ("City") has received competitive bids from various trade contractors for the tax- exempt materials portion of the Project. After reviewing those bids, the City has determined that Purchasing Agent Agreements should be awarded to the successful bidders listed on Exhibit A attached hereto (the "Successful Bidders") in the amounts of the accepted bids. The City has notified the Successful Bidders of the award. In lieu of entering into direct Purchasing Agent Agreements with the Successful Bidders and then assigning those Purchasing Agent Agreements to McGough Construction Co., LLC ("McGough"), the City desires to assign its right to enter into binding Purchasing Agent Agreements with the Successful Bidders to McGough, whereupon McGough will enter into Purchasing Agent Agreements directly with the Successful Bidders. Therefore, the City hereby assigns its aforementioned right to enter into binding Purchasing Agent Agreements with the Successful Bidders to McGough. By signing below, McGough hereby accepts the assignment and agrees to enter into Purchasing Agent Agreements with the Successful Bidders as provided herein. Sincerely, CITY OF FRIDLEY Name, Title Date: Name, Title (If 2nd Signature is required) Date: Approved: Greg Hedin Date: McGough Construction Co., LLC EXHIBIT A Fridley Civic Complex Fridley, MN Bid Package No. #Awarded Bidders—Tax-Exempt Materials Bid Scope No. # - Name of Bid Scope Bid Scope No. # - Name of Bid Scope Bid Scope No. # - Name of Bid Scope 6 493296v6 FR655-1 EXHIBIT C Date Mr. Greg Hedin Construction Executive McGough Construction Co., LLC 2737 Fairview Avenue North St. Paul, MN 55113 Re: Assignment Letter Bid Package No. #Bid Scopes—Tax Exempt Materials Fridley Civic Complex Fridley, Minnesota Dear Mr. Hedin: The City of Fridley, MN ("City") has received competitive bids from various trade contractors for the tax- exempt materials portion of the Project. After reviewing those bids, the City has determined that Purchasing Agent Agreements should be awarded to the successful bidders listed on Exhibit A attached hereto (the "Successful Bidders") in the amounts of the accepted bids. The City has notified the Successful Bidders of the award. In lieu of entering into direct Purchasing Agent Agreements with the Successful Bidders and then assigning those Purchasing Agent Agreements to McGough Construction Co., LLC ("McGough"), the City desires to assign its right to enter into binding Purchasing Agent Agreements with the Successful Bidders to McGough, whereupon McGough will enter into Purchasing Agent Agreements directly with the Successful Bidders. Therefore, the City hereby assigns its aforementioned right to enter into binding Purchasing Agent Agreements with the Successful Bidders to McGough. By signing below, McGough hereby accepts the assignment and agrees to enter into Purchasing Agent Agreements with the Successful Bidders as provided herein. Sincerely, CITY OF FRIDLEY Name, Title Date: Name, Title (If rd Signature is required) Date: Approved: Greg Hedin Date: McGough Construction Co., LLC EXHIBIT A Fridley Civic Complex Fridley, MN Bid Package No. #Awarded Bidders—Tax-Exempt Materials Bid Scope No. #16- Furnish Doors Bid Scope No. # 28 - Structural Steel/ Misc. Metals Furnish EXHIBIT D Contracts to Be Assigned in Accordance With Attached Resolution 1. Elevators- KONE Inc 2. Waterproofing-Technical Waterproofing, LLC 3. Ceiling Tile - Minnesota Acoustics