header-left
File #: 1016-21    Version: 1 Name: Recommendation for Bid# 95-2021 Fleet Services Heavy Duty Concrete Replacement Project
Type: Resolution Status: Approved
File created: 10/6/2021 In control: Urban County Council
On agenda: 10/14/2021 Final action: 10/14/2021
Enactment date: 10/14/2021 Enactment #: R-572-2021
Title: A Resolution accepting the bid of Olympic Construction LLC, in the amount of $174,400, for Fleet Services Heavy Duty Concrete Replacement, for the Div. of Facilities and Fleet Management, and authorizing the Mayor, on behalf of the Lexington-Fayette Urban County Government, to execute an Agreement with Olympic Construction LLC, related to the bid. (7 Bids, Low) [Baradaran]
Attachments: 1. Olympic Construction, 2. Contract Agreement 95-2021, 3. 00740755.pdf, 4. R-572-2021, 5. Contract #199-2021

Title

A Resolution accepting the bid of Olympic Construction LLC, in the amount of $174,400, for Fleet Services Heavy Duty Concrete Replacement, for the Div. of Facilities and Fleet Management, and authorizing the Mayor, on behalf of the Lexington-Fayette Urban County Government, to execute an Agreement with Olympic Construction LLC, related to the bid. (7 Bids, Low)  [Baradaran]

 

 

Summary

 

Lexington Fayette Urban County Government

Bid Recommendation

 

 

Division of Central Purchasing

Bid Title: Fleet Services Heavy Duty Concrete Replacement

Bid Number:  95-2021

Buyer:   S. Stone

Advertising Date:  9-15-2021

Opening Date:   10-6-2021

Number of Bid Submitted:   7

Recommended Bid Amount: $174,400.00

  XX     Fixed Bid            Price Contract          Unit Price Bid   XX     Contract Included

Division Requesting/Recommending: Division of Facilities and Fleet Management

 

 

Vendor

Address

Amount

Lowest

Olympic Construction LLC

Nicholasville, KY

$174,400.00

Second

Marrillia Design & Construction

Lexington, KY

$195,000.00

Third

Brown General Contractors

Georgetown, KY

$244,900.00

Recommended Vendors

 

Award to:   Olympic Construction LLC

Award Amount:  $174,400.00

 

Reason for Recommendation

XX                     Bidder submitted lowest bid responsive to specifications.

                     Multiple Awards to low bidders for item(s) or group(s).                     

                     One or Non-low bid. See attachment(s) for explanation.

                     Walk-on

XX                     2 Readings

                     Other:

Budget/Accounting Information:

Fund

Dept

Sect

Acct

Project

Bud Ref

Amount

Avail Budget

2612

707201

0001

90314

 FL_HVY_LOT_2022-REPAIR_MTN 

2022

$82,500.00

$82,500

1115

707201

0001

90314

 

 

$68,925.00

 $162,375

4002

707201

0001

90314

 

 

$22,975.00

 $29,375

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

body

BE IT RESOLVED BY THE COUNCIL OF THE LEXINGTON-FAYETTE URBAN COUNTY GOVERNMENT:

                     Section 1 - That the bid of Olympic Construction LLC, in the amount of $174,400.00, for Fleet Services Heavy Duty Concrete Replacement, for the Division of Facilities and Fleet Management, be and hereby is accepted and approved as to the specifications and amounts set forth in the terms of the bid and agreement, which are attached hereto and incorporated herein by reference, and the Mayor, on behalf of the Lexington-Fayette Urban County Government, be and hereby is authorized to execute the attached agreement with Olympic Construction LLC, related to the bid.

                     Section 2 - That an amount, not to exceed the sum of $174,400.00, be and hereby is approved for payment to Olympic Construction LLC, from accounts #2612-707201-90314 ($82,500.00), #1115-707201-90314 ($68,925.00), and #4002-707201-90314 ($22,975.00), pursuant to the terms of the bid and agreement.

                     Section 3 - That this Resolution shall become effective on the date of its passage.

                     PASSED URBAN COUNTY COUNCIL:

 

 

 

 

                                                                                                                              _________________________________

                                                                                                                              MAYOR

 

ATTEST:

 

________________________________