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