HomeMy WebLinkAbout1987-130 CCR1
1
1
Member Celia Scott
its adoption:
Bidder
Volk Sewer Water
Glendale Contracting
Old Is Gold Construction
Ro -So Contracting
B D Underground
introduced the following resolution and moved
RESOLUTION NO. 87-130
RESOLUTION ESTABLISHING WATERMAIN IMPROVEMENT PROJECT NO.
1987 -16 (PAUL DRIVE WATERMAIN), ACCEPTING QUOTATIONS AND
APPROVING CONTRACTS THEREFORE
WHEREAS, the City Engineer has reported to the City Council that it is
necessary and in the best interests of the City of Brooklyn Center, Minnesota to
install a watermain on Paul Drive; and
WHEREAS, the City Engineer has proposed plans and specifications for
the installation of such watermain; and
WHEREAS, pursuant to an advertisement for bids, a proposal has been
received for such improvement under Schedule A of the specifications. The
submitted proposal being as follows:
Bidder Bid Amount
Davies Water Equipment Co. $4,934.63
AND, WHEREAS, pursuant to an advertisement for bids, proposals have
also been received for such improvement under Schedule B of the specifications.
The submitted proposals as follows:
Bid Amount
$10,378.70
$10,622.50
$11,485.00
$17,630.00
$18,227.50
WHEREAS, the restoration of the street shall be completed by City
forces at an estimated cost of $4,500:
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL of the City of
Brooklyn Center, Minnesota, that:
1. The following project is hereby established:
PAUL DRIVE WATERMAIN PROJECT NO. 1987 -16
2. Accounting for Project No. 1987 -16 will be done in the Public
Utilities fund
3. The proposal of Davies Water Equipment Company of Brooklyn Center,
Minnesota in the amount of $4,934.63 is the lowest responsible
proposal received and the only proposal received and the City
Manager is hereby authorized and directed to enter into a contract
with said firm in that amount.
1
1
1
RESOLUTION NO. 87 -130
4. The proposal of Volk Sewer Water, Inc. of Brooklyn Park,
Minnesota in the amount of $10,378.70 is the lowest responsible
proposal received and the City Manager is hereby authorized and
directed to enter into a contract with said firm in that amount.
5. The City Clerk is hereby authorized and directed to return
forthwith to all bidders the deposit made with their proposal,
except that deposit of the successful bidder and the next lowest
bidder shall be retained until the contract has been signed.
BE IT FURTHER RESOLVED that:
1. The estimated cost of the Improvement Project No. 1987 -16 is hereby
established according to the following schedule.
Contract As Bid
Schedule A $4,934.63
Schedule B $10,378.70
Restoration $4,500.00
Technical Services (9 $1,783.00
Administrative (1 $198.00
Legal (1 $198.00
TOTAL EXPENSES $21,992.33
2. The estimated cost will be financed in the Public Utilities Fund.
June 22, 1987
Date
ATTEST:: .Z, 71. Jt,2
Clerk
Mayor
The motion for the adoption of the foregoing resolution was duly seconded by
member Bi11 Hawes and upon vote being taken thereon, the following
voted in favor thereof: Dean Nyquist, Gene Lhotka, Celia Scott, Bill Hawes, and
Rich Theis;
and the following voted against the same: none,
whereupon said resolution was declared duly passed and adopted.