Loading...
Item 4.1ots1101 o MINNESOTA g DEPARTMENT INFORMATION Request for City Council Action ORIGINATING DEPARTMENT: REQUESTOR: MEETING DATE: Engineering City Engineer Wagner November 13, 2012 PRESENTER(s): REVIEWED BY: ITEM #: City Engineer Wagner City Administrator Johnson 4.1 AGENDA ITEM DETAILS RECOMMENDATION: City Staff recommends awarding Repair Various City Buildings project to the low bidder, Erickson Builders and Co., Inc. ARE YOU SEEKING APPROVAL OF A CONTRACT? IS A PUBLIC HEARING REQUIRED? Yes No BACKGROUND/JUSTIFICATION: Buildings at both the East Waste Water Treatment Facility (EWWTF) and the West Waste Water Treatment Facility(WWWTF) along with Pumphouse #3 had damage from storms. The cost to repair the damage will be covered by the League of MN Cities Insurance. The work is shown on Schedule "A" on the attached bid tab. Erickson Builders was the low bidder at $185,310.00. Schedule "B" included items that were specifically not covered by the LMC Insurance. Most of these items were the cause of poor workmanship during the installation of the roof and the construction observation provided by Bonestroo Roselene Anderlik Engineering (now acquired by Stantec). Bonestroos failure to notify either the contractor or the City of the workmanship not meeting specifications allowed the faulty work to remain in place and become the issues we have today. The low bidder for these items was also Erickson Builder with a cost of $76,008.00. The architects estimate for schedule "B" was approximately. $150,000. According to Loren Kohnen, of Metro West Inspection Services, this work should be completed ASAP. The other items in the bid were for spot repairs of roofing if Schedule "B" was not chosen. The contractor will be responsible for obtaining building permits for Schedule "B". Those building permits will total $1,469.45 for that portion. Schedule "A" building permit costs will be paid by the LMC Insurance. SUPPORTING DOCUMENTS: X ATTACHED ❑ NONE List: Bid Tabulation and Resolution 12-76 MOTION: (Please word motion as you would like it to appear in the minutes.) Motion to approve Resolution 2012-76 accepting bids and authorize entering into a contract with Erickson Builders and Co., Inc. for both Schedule "A" and Schedule "B" in the amount of $261,318.00 for Repair of Various City Buildings Project. BUDGET INFORMATION FUNDING: BUDGETED: X YES League of MN Cities Insurance - $185,310.00 Fund 602 Sewer Fund - $72,712 ❑ NO Fund 601 Water Fund - $3,296 ACTION TAKEN ❑ APPROVED AS REQUESTED ❑ DENIED ❑ TABLED ❑ OTHER (List changes) COMMENTS: BID TABULATION CITY OF OTSEGO Repair Various City Buildings Bids opened 2:30 p.m.., November 5, 2012. There were 3 bids received, as shown herein. Bid Schedule "A" - Insurance Items Erickson Builders and Co., Inc. Central Roofing Company Erickson Builders and Co., Inc. Central Roofing Company Marge Magnuson Construction Co., Inc. ITEM NO. ITEM DESCRIPTION ESTIMATED QUANTITY UNIT PRICE EXTENSION UNIT PRICE EXTENSION UNIT PRICE EXTENSION 1 East Blower Building1 NO. LUMP SUM $12,390.0 $12,390.0 $11,535.0 $11,535.0 $19,572.0 $19,572.00 2 East GBT Building1 West UV Building, Roof Sheathing/Shingle Roof System Demolition and New LUMP SUM $19,305.00 $19,305.0 28855.00 $28,855.0 $31,084.0 $31 084.00 3 East Control 1 LUMP SUM $00 $27 168.0 38500.0 $38,500. $33,685.0 $33,685.0 4 East Pretreatmerd/Distnfectari Building 1 LUMP SUM0 LUMP SUM $13,541.D14$13 310. 13 310.0 $14 231.00 $14,231.0 5 East Chemical Building 1 LUMP SUM LUMP SUM $9,039.0 $6,030.0 030.0 $13,725.00 $13,725.0 6 West Pretreatment Building1 West Control Building Roof Sheathing/Shingle Roof System Demolition and LUMP SUM$23 365.0 $31,001.0 $31.001.0( $45,801. $45.801.0 7 West Control Building1 New Sheathing/ hinle Roof System Replacement LUMP SUM00 LUMP SUM $31 418.0 $41 516. $41 518.0 $50800.00 $50.800.08 $27,975.00 West UV Buildin 1 LUMP SUM00 $18 001.0 20 620. $20 620.0 $24 314.00 $24.314.0 9 West Blower Buildin 1 LUMP SUM00 LUMPSUM $18 648.0 $41,455.001 S41,4564C $43,702. S43,702.0 10 West Well # 4 Pump House 3 1 LUMP SUM $16,435.001 $16,435.001 29 713.00 $20,713.001 $24,283.001 S24 283.0 Total Bid Schedule "A" $185,310.00 $282.535.00 $301,197.00 Total Bid Schedule "B" $76,008.00 $78,581.00 $103,726.00 Erickson Builders and Co., Inc. Central Roofing Company Marge Magnuson Construction Co., Inc. Bid Schedule "B" - Roof Issues ITEM I NO. ITEM DESCRIPTION ESTIMATED QUANTITY UNIT PRICE EXTENSION UNIT PRICE EXTENSION UNIT PRICE EXTENSION West UV Building, Roof Sheathing/Shingle Roof System Demolition and New 1 11 Sheathing/Shingle Roof S stem Replacement 1 LUMP SUM $13,450.00 313,450.00 $12,440.00 $12.440.00 $15.246.0 1 Wet Pretreatment Building Roof Sheathing/Shingle Roof System Demolition 1 LUMP SUM $3.60 $3.60 $2.25 $2.25 $13.00 $13.00 12 and New Sheathing Shingle Roof System Replacement LUMP SUM $14,816.00 $14,816.0 $14,511.00 $14,511.00 $20901.00 $20,901.0 West Control Building Roof Sheathing/Shingle Roof System Demolition and i 13 New Sheathing/ hinle Roof System Replacement LUMP SUM $23,842.0 $23,842.0 $22,180.00 $22,180.00 $27 975.00 $27,975.00 West Blower Building Roof Sheathing/Shingle Roof System Demolition and 1 14 lNew Sheathin Shin le Roof System Replacement LUMPSUM $20 804.00 $20604.0 $2650()()o $26,500.0 $32 988.00 $32 98B.0 15 Eest Well # 2 Pum House 1 LUMP SUM $3,296.00 $3,296.0 $2,950.00 $2,950.00 $6 618.00 $6,616.0 Total Bid Schedule "B" $76,008.00 $78,581.00 $103,726.00 SUMMARY OF BIDDING: Total Base Bid Schedule A through B Error in calculations. Erickson Builders and Co., Inc. ot901-2012 - bidtab- Repar Various City BuildingsBID TABULATION BT - 1 OF 1 $261,318.00 Central Roofing Company $341,116.00 Marge Magnuson Construction Co., Inc. $404,923.00 Erickson Builders and Co., Inc. Central Roofing Company Marge Magnuson Construction Co., Inc. Bid Schedule "C" -Alternate to Schedule B Using Sot Repairs ITEM I NO. ITEM DESCRIPTION ESTIMATED QUANTITY UNIT PRICE EXTENSION UNIT PRICE EXTENSION UNIT PRICE EXTENSION U-1 Total Cost per SF to Include materials, labor, overhead and profit for removal of and disposal of deteriorated wood roof deck and replace with new 1 1 deck LUMP SUM $3.60 $3.60 $2.25 $2.25 $13.00 $13.00 U-2 Total Cost per SF to include materials, labor, overhead and profit for removal of and disposal of deteriorated wood roof deck and replace with new 1 2 deck LUMP SUM $23.501 $23.50 S8.991 $8.991 $19.501 $19.50 SUMMARY OF BIDDING: Total Base Bid Schedule A through B Error in calculations. Erickson Builders and Co., Inc. ot901-2012 - bidtab- Repar Various City BuildingsBID TABULATION BT - 1 OF 1 $261,318.00 Central Roofing Company $341,116.00 Marge Magnuson Construction Co., Inc. $404,923.00 CHIROPRACTIC CONSENT FORM I hereby request and consent to the performance of chiropractic adjustments and any other chiropractic procedures, including examination tests, diagnostic x-ray(s), spinal adjustments, extremity adjustments, or other non-invasive chiropractic techniques on me (or on the patient named below for which I am legally responsible) which are recommended by the doctor of chiropractic named below and/or other licensed doctors of chiropractic who now or in the future render treatment to me while employed by, working for or associated with, or serving as back-up for the doctor of chiropractic named below. I understand the sole intention of the care is to optimize the transmission of nerve impulses throughout the spinal cord to reduce the likelihood of injury and optimize athletic performance. Provided care is not intended to replace treatment for acute athletic injuries or conditions typically provided by an athletic trainer, emergency medical technician or a medical physician. I understand that, as with any health care procedure, there are certain complications, which may arise. I do not expect the doctor to be able to anticipate all risks and complications and I wish to rely on the doctor to exercise judgment during the course of the procedure(s) which the doctor feels at the time, based upon the facts then known, are in my best interest. I understand that the results are not guaranteed. I have read or have had read to me the above explanation of the chiropractic adjustment. By signing below, I state that I have weighed the risks involved in undergoing treatment and have myself decided that it is in my best interest to undergo the chiropractic treatment recommended. I hereby give my consent to that treatment. I intend this consent form to cover the entire course of treatment for my present condition and for any future conditions(s) for which I seek treatment. Print Name of Doctor Dr. Charlie Bammert DO NOT SIGN UNTIL YOU HAVE READ AND UNDERSTAND THE ABOVE. Printed name of Patient Signature of Patient Date Signature of Patients' Representative (if minor or physically incapacitated) Date Witness to Patients' Signature Date RESOLUTION NO. 2012-76 RESOLUTION ACCEPTING BID WHEREAS, pursuant to an advertisement for bids for the construction of City of Otsego, Repair Various City Buildings, bids were received, opened and tabulated according to law, and the following bids were received complying with the advertisement: Erickson Builders and Co., Inc. Central Roofing Company Marge Magnuson Construction Co., Inc Erickson Builders and Co., Inc. Central Roofing Company Marge Magnuson Construction Co., Inc Erickson Builders and Co., Inc. Central Roofing Company Marge Magnuson Construction Co., Inc. Total Insurance Bid $185,310.00 $262,535.00 $301,197.00 Total Roof & Other Issues Not Covered by Insurance Bid $76,008.00 $78,581.00 $103,726.00 Total Bid $261,318.00 $341,116.00 $404,923.00 AND WHEREAS, it appears that Erickson Builders and Co., Inc. of St. Michael, Minnesota is the lowest responsible bidder, NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF OTSEGO MINNESOTA: 1. The mayor and clerk are hereby authorized and directed to enter into a contract with Erickson Builders and Co., Inc. of St. Michael, Minnesota in the name of the City of Otsego for the Repair Various City Buildings, according to the plans and specifications therefore approved by the city council and on file in the office of the City Clerk. 2. The City Clerk is hereby authorized and directed to return forthwith to all bidders the bid bond made with their bids, except that the bid bond of the successful bidder and the next lowest bidder shall be retained until a contract has been signed. Adopted by the city council this 13th day of November, 2012. Motioned By: Seconded By: All in Favor: Those Opposed: Jessica Stockamp, Mayor Tami Loff, Clerk