Loading...
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