My WebLink
|
Help
|
About
|
Sign Out
Home
2009_0420_Packet_Exec
Roseville
>
City Council
>
City Council Meeting Packets
>
2009
>
2009_0420_Packet_Exec
Metadata
Thumbnails
Annotations
Entry Properties
Last modified
1/9/2012 2:40:32 PM
Creation date
4/20/2009 8:54:23 AM
Metadata
Fields
Template:
General
There are no annotations on this page.
Document management portal powered by Laserfiche WebLink 9 © 1998-2015
Laserfiche.
All rights reserved.
/
110
PDF
Print
Pages to print
Enter page numbers and/or page ranges separated by commas. For example, 1,3,5-12.
After downloading, print the document using a PDF reader (e.g. Adobe Reader).
View images
View plain text
Tower Asphalt, Inc 10.37% <br />Frattalone Companies 5.67% <br />Asphalt Surface Technology Corp. <br />(aka ASTECH) 3.69% <br />TA Schifsky & Sons, Inc 3.94% <br />North Valley, Inc 2.12% <br />Hardrives, Inc. 1.12% <br />Midwest Asphalt Corporation 4.66% <br />Park Construction 3.43% <br />The City has the right to reject any and all Sids, to waive any and all informalities not involving <br />price. We have reviewed the contract and bids with the City Attorney and have been advised <br />that since the inconsistency with Mobilization involves price and is a condition of the contract, it <br />would not be considered an informality that could be waived. As a result, staff is recommending <br />that we reject the two lowest bidders, Tower Asphalt, Inc and Frattalone Companies because of <br />non-compliance with General Provision section 249.0. <br />We have reviewed Asphalt Surface Technology Corp. (aka ASTECH Corp.)'s references and <br />confirmed that they are a responsible bidder. Staff received positive references from the project <br />engineer's for Anoka County- Slaine Airport, Forest Lake, Maple Grove, Orono, Plymouth, and <br />St. Michael. All of these Agencies have contracted with ASTECH Corp. in the last 2 years. <br />Staff recommends that we award the Contract to Asphalt Surface Technology Corp. (aka <br />ASTECH Corp.). Since they are the lowest responsible bidder whose bid conforms with City <br />Specifications. <br />Another option available to the city is to reject all bids and re bid this project. This option would <br />delay the Council award of bid to June and risk the completion of the project this construction <br />season. Another risk is that bids could increase as well. Given the competitiveness of the bids <br />received staff does not feel it is likely that bids would decrease. <br />FINANCIAL IMPACTS <br />We received 8 bids for this project. The lowest responsible bid submitted by Asphalt Surface <br />Technology Corp. (aka ASTECH Corp.), $2,491,836.78, is 25% lower than the Engineer's <br />construction estimate of $3,323,839.50. <br />This project is proposed to be paid for using Municipal State Aid funds; as well as Street, <br />Watermain, Storm Sewer, and Sanitary Sewer Infrastructure funds. <br />A portion of the costs for Segment 1: Roselawn Avenue Reconstruction is proposed to be <br />assessed. The Feasibility Report for this project set the proposed assessment rate at $48.06. <br />This was based on the Engineer's Estimate. Sased on the bids, we anticipate that this rate will <br />be reduced by at least 20% to around $40/ foot. <br />This project is proposed to be completed by Fall 2009. Final assessment amounts would be <br />determined following an assessment hearing in the Fall of 2010 and a thorough review of the <br />project costs and proposed assessments by the City Council. The property owners can either pay <br />the assessments up front in October 2010, or have them added to their property t�es with an <br />Page 3 of 4 <br />
The URL can be used to link to this page
Your browser does not support the video tag.