HomeMy WebLinkAbout6.k. Payment #6 & Final - Well House #14, City Project #382AGENDA ITEM: Payment #6 Final Well House #14,
City Project #382
AGENDA SECTION:
Consent
PREPARED BY: Andrew J. Brotzler, PE, City Engineer
AGENDA NO. (p4.
ATTACHMENTS: Payment Voucher; Letter from WSB
APPROVED BY: 0
RECOMMENDED ACTION: Motion to Approve Payment #6 and Final to Rice Lake
Construction Group for Well House #14, City Project #382, and Accept for Perpetual
Maintenance.
4 ROSEMOUNT
City Council Meeting: May 6, 2008
BACKGROUND:
CITY COUNCIL
EXECUTIVE SUMMARY
This item is on the agenda to request Payment #6 and final to Rice Lake Construction Group in the
amount of $66,572.85 for Well House #14, City Project #382. The final cost of the project was $514,723,
which is 3.1% under the revised contract amount of $531,286.
The project was funded entirely by the Water Core Fund.
SUMMARY:
Staff recommends that Council approve Payment #6 and final for the project and accept for perpetual
maintenance subject to the following conditions.
1. Satisfactory showing that the contractor has complied with the provisions of Minnesota Statutes
290.92 requiring withholding state income tax.
2. Evidence in the form of an affidavit that all claims against the contractor by reasons of the
contract have been fully paid or satisfactorily secured.
3. Consent of Surety to Final Payment Certification from the contractor's surety.
G: \ENGPROJ 382\ Pay menr #6WellHouseFinalCC5- 6- 08.doc
e
WSB
&Associates, Inc. Infrastructure 1 Engineering 1 Planning 1 Construction 701 Xenia Avenue South
Suite 300
April 11, 2008 Minneapolis, MN 55416
Tel: 763-541-4800
Mr. Andy Brotzler, PE Fax: 763- 541 -1700
City Engineer
City of Rosemount
2875 145 Street West
Rosemount, MN 55068
Re: Construction Pay Voucher No. 6 (Final) and
Final Project Documents
Well House No. 14
City of Rosemount Project No. 382
WSB Project No. 1391 -020
Dear Mr. Brotzler:
Please find enclosed Construction Pay Voucher No. 6 (final) in the amount of $66,572.85 for the
above- referenced project. This is the final pay voucher for the project and is for final electrical and
controls, punch list items, and the retainage. The quantities completed to date have been reviewed
and agreed upon by the contractor and we hereby recommend that the City of Rosemount approve
Construction Pay Voucher No. 6 (final) for Rice Lake Construction Group.
The project has resulted in the completion of Well House No. 14, including a pump, piping,
appurtenances, chemical feed, mechanical systems, electrical systems, and site work. Final paperwork
is attached and includes:
1. Contractor's Affidavit of Payment of Debts and Claims
2. Contractor's Affidavit of Release of Liens
3. Consent of Surety to Final Payment
4. IC134 Forms Withholding Affidavit for Contractors
5. Lien Waivers
If you have any questions or comments regarding the enclosed, please contact me at 763 287 -8316.
Thank you.
Sincerely,
WSB Associates, Inc.
!J
if
Nancy D. eigler, P
fir4y
Senior Project Manager
Enclosures
cc: Cindy Dorniden, City of Rosemount
Craig Habighorst, Rice Lake Construction Group
srb
Minneapolis 1 St. CIqFl[ }pq•M339l -0: 139! -0?06'HOUSE 14 VOUCHERSLTR VO 6 FYLCTY -a brarzler- O WO810
Fnual Onoortunity Employer
WSB
Associates, Inc.
Owner: City of Rosemount Date: February 29, 2008
For Period: 09/23/06 to 11/09/07
Request No: 6 and FINAL
Contractor: Rice Lake Construction Group
SUMMARY
1 Original Contract Amount
2 Change Order Addition
3 Change Order Deduction
4 Revised Contract Amount
5 Value Completed to Date
6 Material on Hand
7 Amount Earned
8 Less Retainage 0%
9 Subtotal
10 Less Amount Paid Previously
11 AMOUNT DUE THIS PAY VOUCHER NO.
Recommended for Approval by:
WSB Associates, Inc.
S2� d e�(.�
Project Manager /Engineer
PAY VOUCHER
WELL HOUSE NO. 14
CITY OF ROSEMOUNT PROJECT NO. 382
WSB PROJECT NO. 1391 -020
6 and FINAL
Specified Contract Completion Date: Date:
November 15, 2006
0.00
3,914.00
Approved by Contractor: Approved by Owner:
RICE LAKE CONSTRUCTON GROUP CITY OF ROSEMOUNT
Sew dhL-
535,200.00
531,286.00
514,723.00
0.00
514,723.00
0.00
514,723.00
448,150.15
66,572.85
Page 1 o12 FIWPININ11391 -0211391.030 WHOUSE 14 VOUCHERS11391 -020 Voucher No 6 FNL.rIsVO 6 Cover
WSB
Associates, Inc.
May 2, 2008
Honorable Mayo
City of Rosemo
2875 145 Stre
Rosemount, MN
Re: 2008 Stre
City of R
WSB Pro
Dear Mayor and
Bids were receiv
and read aloud.
we noticed that
an irregularity
estimated quantit
unit of square fee
bid form docume
of the unit price i
actual amount wi
for a total estima
This total estima
Upon review of
with the city's le
the re- advertis
28, 2008 and pre
2008. Based on
available for the
pricing informati
An additional op
pavement remov
After review, thi
Infrastructure Engineering Planning Construction
and City Council Members
t
t West
55068
t Improvement Project
semount Project No. 418
ect No. 1668 -31
ouncil Members:
701 Xenia Avenue South
Suite 300
Minneapolis, MN 55416
Tel: 763 541 -4800
Fax: 763 541 -1700
for the above referenced project on Friday, April 25, 2008 and were opened
total of ten bids were received for the project. In preparing the bid tabulation
e had made an error in a bid item unit of measurement. This error resulted in
ongst the bids received for the bituminous pavement removal item and the
for the completion of work associated with this item. In essence, the bid item
should have been square yards to correlate with the quantity identified in the
t. Our engineers estimate and feasibility report had correct prices, but because
sue, the bids are lower than they should be. Increasing the quantity to the
1 result in an estimated increase of $243,528.00 to the bid price of $743,280.23,
ed amount of $986,808.23 using the bid price of $1.39 in the low bidders bid.
amount is inline with the initial estimated construction cost of $936,479.50.
e discrepancy in the bids for the item of bituminous pavement removal and
al counsel advice, we are recommending that Council reject all bids and ratify
nt of bids for the entire project. This will allow bids to be received on May
ented to the City Council for consideration to award a contract on June 3,
e scope of the 2008 Street Improvement Project, there will be adequate time
ompletion of the project by September 2008. We would not release any
n, in regards to the original bid, with the exception of the total bids.
ion of awarding the project to the low bidder and rebidding only the bituminous
item was discussed among City staff, the low bidder, and the City attorney.
option was dismissed by all parties.
CADaruments and SetnngskadVncol SetnngslTempornry Internet Fiks1OL103131UpdatedL7R RECMMOTN 05010&dac
Honorable Mayor and Council
May 2, 2008
Page 2
As we pride ours:lves at WSB Associates, Inc. for our quality control and quality review as a
part of the WSB ay, we sincerely regret that this erroneous discrepancy occurred. As such, all
engineering costs associated with the administration of rebidding will be borne by WSB
Associates, Inc.
Should you have y questions or comments, please do not hesitate to contact me.
Sincerely,
WSB Associates, Inc.
Anthony A. Ader old, PE
Project Manager
Enclosure
cc: Andy Bro ler, City of Rosemount
Cindy Do iden, City of Rosemount
Bret Weis, WSB Associates, Inc.
tsf
C:IDanrnenn ardSeMngslcadiLocal SerUngslTemparary Mrernet Files10LKB431UpJmedL77tRECMMDTN 050706doc
1. All bids are hereby rejected
ADOPTED this 6th day of May, 2008.
ATTEST:
Amy Domeier, City Clerk
Motion by:
Voted in favor:
Voted against:
CITY OF ROSEMOUNT
DAKOTA COUNTY, MINNESOTA
RESOLUTION 2008
A RESOLUTION RECEIVING BIDS, REJECTING ALL BIDS
AND AUTHORIZE RE- ADVERTISING THE CONTRACT FOR
2008 STREET IMPROVEMENTS PROJECT
CITY PROJECT #418
WHEREAS, the City Council of the City of Rosemount had ordered the Advertisement for Bids for the 2008
Street Improvements Project, City Project #418 and such bids were opened and read aloud publicly on April 25,
2008; and
WHEREAS, because of the irregularity in the bid form documents, the Council has determined that it is in the
public interest to reject all bids and readvertise.
NOW, THEREFORE, BE IT RESOLVED, by the City Council of the City of Rosemount, Minnesota:
2. The City Clerk shall prepare and cause to be inserted in the official City newspaper and the Construction
Bulletin a re- advertisement for bids upon the making of such improvements under such approved plans
and specifications for City Project #418.
3. The advertisement shall be published in each of said publications at least once not less than three (3)
weeks before the date set for opening bids, shall specify the work to be done, shall state the bids will be
publicly opened as soon as possible at the Rosemount City Hall in said City and that no bids will be
considerec unless sealed and filed with the City Clerk and accompanied by a cash deposit, cashier's
check, bid bond or certified check payable to the City Clerk for five (5 percent of the amount of such
bid.
William H. Droste, Mayor
Seconded by: