Laserfiche WebLink
Alternatives <br />Alternative #1 - Accept bids and award contract to the lowest responsible bidder, Douglas -Kerr Underground, <br />LLC of Mora, Minnesota in the amount of $241,875.50 for the base bid improvements only. Based on the <br />knowledge that these improvements need to be constructed (with some potential for parallel construction) before <br />McDonald's will close on the parcel, and since construction of the temporary stormwater improvements as reflected <br />in the base bid will allow for the greatest flexibility in development options in the future and will better allow us to <br />meet the timelines specified in the existing real estate contract, this is staffs preferred option. <br />Alternative #2 - Accept bids and award contract to the lowest responsible bidder, Douglas -Kerr Underground, LLC <br />of Mora, Minnesota in the amount of $311,993.55 for the base bid plus alternate bid improvements. This alternative <br />also addresses the fact that these improvements need to be constructed (with some potential for parallel <br />construction) before McDonald's will close on the parcel, and it will still meet the timelines specified in the existing <br />real estate contract. However, construction of the permanent stormwater improvements reflected in the alternate <br />bid will provide the least flexibility in development options in the future. Therefore, this is staffs second preferred <br />option. <br />Alternative #3 - Do not accept bids or award a contract at this time. This is not staffs recommended alternative. Per <br />the real estate contract, McDonald's possesses a right to cure provision so if the HRA does move forward with the <br />improvements, McDonald's could essentially choose to still proceed to closing, hold land sale proceeds in escrow (at <br />1.5 times the cost of completing the improvements), and could choose to complete the improvements using said <br />escrow funds. In addition, the real estate contract does specify that the HRA shall construct the improvements. <br />Staff therefore advises the HRA, after discussion with legal counsel, that Alternative #1 or #2 will provide the HRA <br />the most security and control over the installation of the improvements. <br />Recommendation: <br />Staff recommends that the HRA adopt Resolution 13 -06 -107 accepting bids and awarding a contract for the COR <br />TWO (Sunwood Retail) Stage 1 improvements for the base bid improvements only, which provides for <br />construction of the temporary stormwater improvements at this time which will reduce initial construction costs by <br />over $70,000 while allowing for the greatest flexibility for future site development proposals. <br />Funding Source: <br />The lowest responsible bid for the base bid improvements is $241,875.50, while the lowest responsible bid for the <br />base bid plus alternate bid is $311,993.55. Ultimately, funding for the improvements will come from land sale <br />proceeds but at this time only McDonald's USA, LLC, has committed to purchasing a parcel so the project will <br />require an interim funding source. Per the Real Estate Contract with McDonald's USA, LLC, the HRA must begin <br />construction on the improvements prior to closing with McDonald's so an interim funding source must be identified <br />at this time. The interim funding source is proposed to be the COR Revolving Fund. Based on this interim loan, the <br />interim funding will experience a negative interest. The HRA can then pay itself back through additional land <br />sales of the two remaining COR TWO parcels, with the intent being to split the construction costs for the Stage 1 <br />improvements between the three parcels on a pro -rata basis, which McDonalds has previously consented to. <br />Action: <br />Motion to adopt Resolution #HRA -13 -06 -107 accepting bids and awarding a contract for the COR TWO (Sunwood <br />Retail) Stage 1 improvements to the lowest responsible bidder, Douglas -Kerr Underground, LLC of Mora, <br />Minnesota in the amount of $241,875.50 for the base bid improvements only, or in the amount of $311,993.55 for <br />the base bid plus alternate bid improvements. <br />HRAres IP13 -11 AcptBidsAwdCntrct <br />Inbox <br />Attachments <br />Form Review <br />Reviewed By Date <br />