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