Loading...
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.