HomeMy WebLinkAbout1983-038 CCRMember Gene Lhotka introduced the following resolution and
moved its adoption:
RESOLUTION NO. 83 -38
RESOLUTION ACCEPTING BID AND APPROVING CONTRACT 1983 -B
(MUNICIPAL GARAGE AND STORAGE BUILDING PROJECT NO. 1982 -28,
PHASE II)
WHEREAS, pursuant to an advertisement for bids for Improvement Project
No. 1982 -28, Phase II were received, opened, and tabulated by the City Clerk
and City Engineer on the 24th day of February, 1983. Said bids were as follows:
BASE ALTERNATE ALTERNATE
BIDDER BID NO. 1 NO. 2
Veit Construction, Inc. $333,333.33 $15,926.00 $2,378.00
David N. Volkman Construction, Inc. 337,827.00 18,402.00 2,000.00
Henry 0. Mikkelson Company 345,600.00 5,000.00 2,400.00
Construction General, Inc. 347,500.00 13,626.00 1,638.00
Falls Nyhusmoen 348,033.00 12,000.00 1,878.00
Voronyak Construction, Inc. 349,400.00 19,800.00 1,900.00
Lund Martin Construction Company 349,800.00 16,000.00 2,000.00
James Steele Construction Company 349,900.00 7,900.00 2,100.00
Shaw Lundquist Associates, Inc. 350,000.00 2,000.00 2,000.00
George W. Olsen Construction Co., Inc. 353,102.00 6,021.00 1,853.00
M. Kloster Madsen, Inc. 353,900.00 2,650.00 2,410.00
Construction 70, Inc. 354,950.00 2,684.00 1,800.00
Trucker Sheehy Contractors 357,300.00 16,000.00 2,000.00
Superior 77, Inc. 366,989.00 17,280.00 1,840.00
ABJ Enterprises, Inc. 372,049.00 0.00 1,700.00
Olson Construction Company, Inc. 375,800.00 12,200.00 900.00
Glanton Construction Company, Inc. 381,478.00 4,400.00 2,400.00
C.F. Haglin 386,000.00 20,000.00 2,500.00
Sheehy Construction Company 388,000.00 2,000.00 2,000.00
Karlin Construction 418,730.00 15,000.00 3,500.00
WHEREAS, it appears that Veit Construction, Inc. of Rogers, Minnesota,
is the lowest responsible bidder.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL of the City of
Brooklyn Center, Minnesota:
1. The Mayor and City Manager are hereby authorized and directed to
enter into the attached contract with Veit Construction, Inc. of
Rogers, Minnesota in the name of the City of Brooklyn Center, for
Improvement Project No. 1982 -28, Phase II according to the plans
and specifications therefor approved by the City Council and on
file in the office of the City Clerk.
RESOLUTION NO. 83 -38
2. 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 shall
be retained until a contract has been signed.
BE IT FURTHER RESOLVED that:
1. The estimated total cost of Improvement Project No. 1982 -28, Phase
II is amended according to the following schedule:
Construction Cost
Engineering Cost
City
Consultant
Administrative Cost
As Ordered
$402,980.00
4,270.00
32,000.00
4,030.00
$443,280.00
As Bid
$319,785.33
4,270.00
32,000.00
3,197.85
$359,253.18
2. The accounting for Improvement Project No. 1982 -28, Phase II shall
be done in the Capital Projects Fund (Division 40).
rl
�I
February 28, 1983
Date
ATTEST:
f
May'6r r"
Clerk
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, Celia Scott, Bill Hawes,
and Rich Theis;
and the following voted against the same: none,
whereupon said resolution was declared duly passed and adopted.