|
Timeframe:
<br />Staff estimates up to 15 minutes will be needed to present this case and respond to questions.
<br />Observations:
<br />As of the time this case was published, only 1 of the 4 property owners impacted by the alternate bid had
<br />confirmed they are agreeable to providing the required temporary easements, and no easement documents had
<br />been signed. The process for drafting the easement documents, meeting with residents to reach agreeable terms,
<br />obtaining all required signatures on the documents, then recording the documents with Anoka County, will take at
<br />least several weeks from the time the residents agree to provide the easements. Continuing to pursue the
<br />easements needed to construct the alternate bid would therefore likely delay the project, which has a substantial
<br />completion date of September 30, 2025. Additional costs may also be incurred by the City if the alternate bid is
<br />awarded but is not able to be constructed due to a lack of necessary recorded easements. For these reasons, staff
<br />recommend not awarding the alternate bid and instead adding a project to the CIP to complete this work in the
<br />future when the necessary easements have been obtained.
<br />Alternatives:
<br />Alternative #1 — Motion to adopt Resolution #25-099 Accepting Bids and Awarding a contract for Dickenson's
<br />Mississippi Estate Street Reconstructions to Dave Perkins Contracting, Inc. for the base bid total of $672,350.11.
<br />Alternative #2 — Motion to adopt Resolution #25-099 Accepting Bids and Awarding a contract for Dickenson's
<br />Mississippi Estate Street Reconstructions to Dave Perkins Contracting, Inc. for the base and alternate bids totaling
<br />$799,532.78.
<br />Alternative #3 — Motion of other.
<br />Funding Source:
<br />Funding for this improvement is proposed to come from Pavement Management Funds, Storm Water Utility
<br />Funds, Sanitary Sewer Utility Funds, and Water Utility Funds.
<br />Bids were advertised in the Anoka Union Herald on March 28 and April 4, 2025. On May 1, 2025, a total of six
<br />(6) bids were received, opened, and tabulated, and the following bids were found to comply with the
<br />advertisement for bids.
<br />CONTRACTOR BASE BID 'ALTERNATE BID TOTAL BID
<br />Dave Perkins Contracting, $672,350.11 $127,182.67 $799,532.78
<br />Inc.
<br />Douglas -Kerr Underground, +
<br />$706,559.01 $105,533.80 $812,092.81
<br />L.L.C.
<br />North Valley, Inc. $804,326.05 $134,139.30 $938,465.35
<br />Dressel Contracting, Inc. $822,879.21 $146,600.41 $969,479.62
<br />Northdale Construction $899,026.81 $152,989.57 $1 052 016.38
<br />Company, Inc. '
<br />Meyer Contracting, Inc. $937,087.18 $154,413.65 $1,091,500.83
<br />Engineer's Estimate $867,414.00 $141,157.75 $1,008,571.75
<br />Dave Perkins Contracting, Inc. of Nowthen, Minnesota, submitted the lowest responsible bid in the amount of
<br />$672,350.11 for the base bid of said improvements in accordance with the approved plans and specifications and
<br />advertisement for bids. Adding indirect costs in the amount of 23-percent brings the total project costs to
<br />$826,990.64.
<br />The low base bid is 22-percent less than the engineer's estimate, primarily due to lower than anticipated removal
<br />and excavation costs.
<br />
|