Loading...
HomeMy WebLinkAbout1987-056 CCRMember Gene Lhotka introduced the following resolution and moved its adoption: RESOLUTION NO. 87 -56 RESOLUTION ACCEPTING BID AND AWARDING CONTRACT FOR IMPROVEMENT PROJECT NO. 1986 -21, EARLE BROWN FARM STREETSCAPE IMPROVEMENT PROJECT. PHASE III STREETSCAPE LIGHTING. CONTRACT 1986 -R WHEREAS, pursuant to an advertisement for bids for the Earle Brown Farm Streetscape Improvement Project, Phase III Streetscape Lighting, Improvement Project No. 1986 -21, bids were received, opened, and tabulated by the City Clerk and the Director of Public Works, on the 26th day of February, 1987. Said bids were as follows: Bidder Bid Amount McNerney Industries Killmer Electric Company, Inc. Egan -McKay Electric Collins Electric Electric Service Company 233,313.00 242,401.00 245,263.00 245,566.00 268,961.00 AND, WHEREAS, the City Engineer has advised the City that the bid submitted by McNerney Industries, Inc., does not comply with the Specifications because the bid was not accompanied by the specified bid security; and WHEREAS, the bid submitted by Killmer Electric Company, Inc. of 7901 Brooklyn Boulevard, Brooklyn Park, Minnesota is the lowest responsible bid which complies with the Specifications: NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL of the City of Brooklyn Center, Minnesota that: 1. The bid submitted by McNerney Industries, Inc. of 633 Upland Avenue, Elk River, Minnesota 55330 is hereby rejected on the basis of failure to comply with the bid security requirements of the Specifications. 2. The bid submitted by Killmer Electric Company, Inc. is hereby declared to be the lowest bid by a responsible contractor which complies with the requirements of the Specifications. 3. The Mayor and City Manager are hereby authorized and directed to enter into the attached contract, in the amount of $242,401.00 with Killmer Electric Company, Inc. of 7901 Brooklyn Boulevard, Brooklyn Park, Minnesota 55445 in the name of the City of Brooklyn Center, for Improvement Project No. 1986 -21, Contract 1986 -R according to the Plans and Specifications therefor approved by the City Council and on file in the office of the City Clerk. 4. The City Clerk is hereby authorized and directed to return forthwith to all bidders the deposits made with their bids, except that the deposit of the successful bidder and the next lowest bidder (i.e. Egan -McKay Electric) shall be retained until a contract has been signed. 1 1 RESOLUTION NO. 87 ATTEST: BE IT FURTHER RESOLVED that: 1. The estimated cost of Improvement Project No. 1986 -21 is hereby amended from $347,145.08 to $265,571.00 according to the following schedule: As Approved As Bid Shingle Creek Parkway Lighting 83,848.00 63,754.13 Other Lighting 237.794.93 178.646.87 Subtotal 321,642.93 242,401.00 Technical Services Consultant 12,649.29 18,320.00 City 6,420.00 0.00 Administration 3,216.43 2,425.00 Legal 3.216.43 2.425.00 TOTAL EXPENSES 347,145.08 265,571.00 2. The estimated costs to be financed as follows: MSA Accounts 2600 (Expendable) 2611 (Restricted Reserve) 2613 (State Approved Projects) Capital Project Fund (Division General Fund (Division H.R.A. TOTAL REVENUE .0 x Clerk March 23, 1987 Date May As Approved As Bid 90,492.47) 69,848.09) 90,492.47 67,848.09 347.145.08 265.571.00 347,145.08 265,571.00 3. The City expects to be reimbursed by Municipal State Aid to the extent of $69,848.09. 4. Any difference that arises between the reimbursement from Municipal State Aid and the contribution by the Housing and Redevelopment Authority to finance the project remains in the City State Aid Fund and may, at the Council's discretion, be used for projects or matching funds on State Aid qualified streets. The motion for the adoption of the foregoing resolution was duly seconded by member Celia Scott and upon vote being taken thereon, the following voted in favor thereof: Dean Nyquist, Gene Lhotka, and Celia_Scott; and the following voted against the same: Bill Hawes and Rich Theis; whereupon said resolution was declared duly passed and adopted.