Loading...
HomeMy WebLinkAbout1981-098 CCRMenber Bill Fignar introduced the following resolution and moved its adoption: RESOLUTION NO. 81 -98 RESOLUTION ACCEPTING BID AND APPROVING CONTRACT FORM (MODIFICATIONS TO LIFT STATION NO. 2, PROJECT NO. 1981 -09), CONTRACT 1981 -C WHEREAS, the City Clerk and the City Engineer have reported that on April 24, 1981, at 11:00 A.M., Central Standard Time, they opened and tabulated bids received for Modifications to Lift Station No. 2, Project No. 1981 -09, Contract 1981 -C, and that said bids were as follows: Lump Sum Bid Lump Sum Bid Lump Stun. Bid Lump Sum Bid Total Bidder Item 1 Item 2 Item 3 Item 4 Bid Pumps Motors Standby Gen. Alarm Telemetry Radio Unit Amount ACG Mechanical, Inc. $67,700. $33,700. $17,600. $16,900. $135,900. ABE Construction Co., Inc. 70,380. 27,970. 17,340. 26,020. 141,710. Shank Mechanical, Inc. 69,700. 29,000. 28,000. 16,000. 142,700. Orvedahl Con- struction, Inc. 75,000. 33,000. 18,000. 27,000. 153,000. Gridor Construction, Inc. 62,600. 46,500. 18,200. 27,600. 154,900. G. L. Contracting, Inc. 76,000. 34,275. 22,000. 32,000. 164,275. Hayes Contractors, Inc. 87,500. 35,750. 26,000. 15,500. 164,750. AMID, WHEREAS, ACG Mechanical, Inc., the apparent low bidder, has advised the City that their bid contained a $10,000 error, i.e., that their bid for Bid Item No. 4 should have been $26,900.00 instead of $16,900.00, thereby increasing their Total Bid Amount to $145,900.00 instead of $135,900.00; and the City Engineer and the City's consulting engineers for this project, Orr- Schelen Mayeron and Associates, Inc., have advised the City Council that a review of the bid process does indicate that, in fact, such error was made; and WHET,EAS, the base bid of ABE Construction Company, Inc. contemplates the use of alarm telemetry equipment and radio monitoring equipment which does not comply to the specifications and said con submitted an alternate proposal to furnish equipment complying with the specifications at an additional cost of $2,400.00, there- by making their Total Bid Amount $144,110.00; and WHEREAS, it has been determined by the City Engineer to the satisfaction of the City Council that the bid of Shank Mechanical, Inc., is the best bid submitted; and WHEREAS, the City Engineer and Orr- SchelenMayeron, and Associates, Inc. have reviewed the bids with representatives from the Minnesota Department of Trans- portion (MN /DOT), and said MN /DOT representatives concur in the City Engineer's RESOLUTION NO. 81 -98 1 1 rl L1 determination that the bid of Shank Mechanical, Inc. is the lowest responsible bid meeting the specifications; and NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Brooklyn Center, Minnesota, that the bid of Shank Mechanical, Inc., in the amount of $142,700.00, as to furnishing of all labor, materials, tools, and equipment in connection with the above mentioned improvement project according to the plans and specifications therefore now on file in the office of the City Clerk is deemed to be the best bid submitted for said work by a responsible bidder, and said bid is hereby accepted. BE IT FURTHER RESOLVED that the Mayor and City Manager are hereby authorized to execute a contract with said bidder. BE IT FURTHER RESOLVED that all City costs related to said project shall be appropriated from the Public Utilities fund. The current estimate of costs is as follows: BID ITEM NO. 3: Alarm System 0.00 28,000.00 28,000.00 BID ITEM NO. 4: Radio Monitor- ing Units 154 RA 0.00 $9,927.00 16,000.00 $142,700.00 Said appropriation shall amend the appropriation MAY 18, 1981 Date ATTEST: W �rlerk 16,000.00 $152,627.00 MN /DO'S' Est. City Particip. Share $59,685.00 $14,800.00 0.00 $34,142.00 0.00 $28,000.00 0.00 $16,000.00 $59,685.00 $92,942.00 made by Resolution No. 81 -66. v 04 �1 The ration 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 lgyquist, Bill Fignar, Gene Lhotka, and Celia Scott; and the following voted against the same: none, whereupon said resolution was declared duly passed and adopted Engineering Est. Construction Thtal Item Cost Cost Costs BID ITEM NO. 1: Lift Station Modification $4,785.00 69,700.00 74,485.00 BID ITEM NO. 2: Standby Power Generation $5,142.00 29,000.00 $34,142.00 BID ITEM NO. 3: Alarm System 0.00 28,000.00 28,000.00 BID ITEM NO. 4: Radio Monitor- ing Units 154 RA 0.00 $9,927.00 16,000.00 $142,700.00 Said appropriation shall amend the appropriation MAY 18, 1981 Date ATTEST: W �rlerk 16,000.00 $152,627.00 MN /DO'S' Est. City Particip. Share $59,685.00 $14,800.00 0.00 $34,142.00 0.00 $28,000.00 0.00 $16,000.00 $59,685.00 $92,942.00 made by Resolution No. 81 -66. v 04 �1 The ration 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 lgyquist, Bill Fignar, Gene Lhotka, and Celia Scott; and the following voted against the same: none, whereupon said resolution was declared duly passed and adopted