HomeMy WebLinkAbout6.j. Receive Bids/Awards Contract-Harmony 2nd Addition Street & Utility Improvements Project #394AGENDA ITEM: Receive Bids /Award Contract Harmony
2nd Addition Street Utility
Improvements, City Project #394
AGENDA SECTION:
Consent
PREPARED BY: Andrew J. Brotzler, P.E., City Engineer 1�
AGEI$4,.
ATTACHMENTS: None
APPROVED BY:0)
RECOMMENDED ACTION: Motion to Adopt a Resolution Receiving Bids and Awarding
the Contract for Harmony 2nd Addition Street and Utility Improvements, City Project #394
4 ROSEMOUNT
City Council Meeting: July 19, 2005
BACKGROUND
SUMMARY
CITY COUNCIL
EXECUTIVE SUMMARY
On Friday, July 15, 2005, bids for the referenced project were received and read aloud publicly. The bids
will then be reviewed for accuracy before a recommendation can be made
The Harmony 2n Addition Street and Utility Improvement Project consists of the construction of streets
and utilities to serve 56 units within the Harmony 2n Addition of the Brockway development. All costs
associated with the project will be funded by the Developer, Contractor Property Developer Company,
except for trunk utility overslztng. Trunk utility overslzing costs will be funded by Cote Utility Funds.
The tabulation of bidders, resolution and letter of recommendation to award will be provided at the
Council meeting.
G \ENGPROJ\ 394 \Rec &dsAwardContractCC7 -19-05 doc
ATTEST:
A RESOLUTION RECEIVING BIDS AND AWARDING CONTRACT
FOR THE HARMONY 2 ADDITION STREET AND UTILITY IMPROVEMENTS
CITY PROJECT #394
BE IT RESOLVED, by the City Council of the City of Rosemount, Minnesota, as follows.
1. All bids on construction of the Reflections Street and Utility Improvements are hereby
received and tabulated.
2. The bid of Ryan Contracting Co., in the amount of $1,516,821.90 for the construction of
said improvements are in accordance with the plans and specifications and advertisement for
bids is the lowest responsible bid and shall be and hereby is accepted.
3. The Mayor and Clerk are hereby authorized and directed to enter into a contract with said
bidder for the construction of said improvements for and on behalf of the City of
Rosemount.
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 all successful bidder and the next
two lowest bidders shall be retained until a contract has been executed
ADOPTED this 19 day of July, 2005.
Linda Jentink, City Clerk
CITY OF ROSEMOUNT
DAKOTA COUNTY, MINNESOTA
RESOLUTION 2005
William H Droste, Mayor
Motion by: Seconded by:
Voted in favor:
Voted against:
WSB
a7B
Infrastructure 1 Engineering 1 Planning 1 Construction 701 Xenia Avenue South
Associates, Inc
Suite 300
Minneapolis, MN 55416
July 15, 2005 Tel 763 -541 -4800
Fax 763 541 -1700
Honorable Mayor and City Council
City of Rosemount
2875 145 Street West
Rosemount, MN 55068
Re: Harmony 2 Addition
Street and Utility Construction
and Appurtenant Work
City of Rosemount Project No. 394
WSB Project No. 1643 -00
Dear Mayor and Council Members:
Bids were received for the above referenced project on Friday, July 15, 2005, and were opened
and read aloud A total of seven bids were received. The bids were checked for mathematical
accuracy and tabulated. Please find enclosed the bid tabulation indicating the low bidder as Ryan
Contracting Co., Shakopee, Minnesota.
We recommend that the City Council consider these bids and award a contract to Ryan
Contracting Co. based on the results of the bids received.
Sincerely,
WSB Associates, Inc.
Anthony A. Aderhold, P.E.
Project Manager
Enclosure
cc: Ryan Contracting Co.
Andy Brotzler, City of Rosemount
Cindy Domiden, City of Rosemount
srb
coo.,,.,,,a.rim. ,raxw m ,e„urmaiounuurxascnm,ti+bumeepohs 1 St Cloud
Equal Opportunity Employer
PROJECT:
Harmony 2nd Addition
Street and Utility Construction and Appurtenant Work
City of Rosemount Project No. 394
LOCATION:
Rosemount, MN
WSB PROJECT NO.:
1643 -00
Bids Opened: Friday, July 15, 2005 at 10:00 a.m.
Contractor
1 Ryan Contracting Co.
2 Three Rivers Construction, Inc.
3 Dahn Construction Company, LLC
4 S. J. Louis Construction, Inc.
5 Northdale Construction Co Inc.
6 Barbarossa and Sons, Inc.
7 Richard Knutson, Inc
Engineer's Opinion of Cost
Anthony A Aderhold, P E Project Manager
Denotes corrected figure
Addendum No. 1
Received Bid Security Total Bid
I hereby certify that this is a true and correct tabulation of the bids as received on July 15, 2005
$1,516,821 90
$1,567,226 49
j $15,79,359.24f
$1,620,796 60
:1,629,246,5;`?
$1,724,629 66
--$1-731 506 7D=
$1,450,657.25
1643-00 Bid Tab Summary