HomeMy WebLinkAbout2015 Resolution No. 042,
• RESOLUTION NO . .!/;2:.--
SERIES OF 2015
A RESOLUTION AUfHORIZING A CONTRACT FOR THE ALLEN WATER TREATMENT
PLANT ROOF REPLACEMENT PROJECT UNDER SECTION 116 (b) OF THE HOME RULE
CHARTER.
WHEREAS, the main roof at the Allen Water Treatment Plant is past the projected life
expectancy and in need of replacement; and
WHEREAS, upon inspection by Englewood's insurance carrier, it was determined that the roofs
on the floc/sed, the meter shop and the dewatering building were storm damaged and need to be
replaced; and
WHEREAS, the project will involve removing and replacing the roofs, along with new utility
supports, on the main Allen Water Treatment Plant, the floc/sed building, meter shop and the
dewatering buildings; and
WHEREAS, the Englewood Water and Sewer Board recommended approval of the Allen Water
Treatment Plant Roofing Replacement Project to Alpine Roofing Company , Inc. at the February
10, 2015 meeting;
WHEREAS, a bid opening was held on December 18, 2014 the Allen Water Treatment Plant
Roof Replacement Project; and
WHEREAS, staff recommends accepting Alpine Roofing bid in the amount of $481,939 as the
most advantageous to the best interest of the City; and
WHEREAS, the City received a total of eight bids as detailed in the attached bid tabulation
sheet; and
WHEREAS, Contract West's bid was rejected for the following reasons:
• They are an out of state company that must secure a local work force to perform the
work.
• Concerns about Contract West installing a quality roof at the listed price.
• Consulting engineer's recommendation.
• Contract West has a difficult time keeping a full crew oflocal labor resulting in a
disorderly job site delays on previous Colorado project; and
WHEREAS , the Englewood City Council approved the 2014 Budget which this project but
completed in 2015 ; and
WHEREAS, under Section 116 (b) of the Englewood Home Rule Charter Council shall have
final approval of the lowest and best bid or all bids must be rejected. When no satisfactory bids
are received or for other reasons deemed expedient to Council, contracts for public works or
improvements may be negotiated, provided that contracts for which no competitive bids have
been requested shall be invalid unless accepted by resolution which shall declare the reason for
exception to the competitive bidding requirement.
1
NOW, TIIEREFORE, BE IT RESOLVED BY THE CITY COUNCil.. OF THE CITY OF
ENGLEWOOD, COLORADO, TIIAT:
Section 1. The City Council of the City of Englewood. Colorado hereby authorizes a Contract
for a new roof for the Allen Water Treatment Plant Roof Replacement P roject, as allowed by
Section 116 (b) of the Englewood Home Rule Charter.
ADOPTED AND APPROVED this 2nd day of March, 2015 .
I, Loucrishia A. Ellis, City Clerk for~ City of Englewood. Colorado, hereby certify the
above is a true copy of Resolution No.~ Series of 2015.
I.,,
2
,
•
•
COUNCIL COMMUNICATION
Date Agenda Item Subject
March 2, 2015 11 Ci Allen Plant Roof Repair
INITIATED BY STAFF SOURCE
Utilities Department Tom Brennan, Engineer IV
COUNCIL GOAL AND PREVIOUS COUNCIL ACTION
None.
RECOMMENDED ACTION
The Englewood Water and Sewer Board, at their meeting on February 10, 2015, recommended Council
approval, by resolution, of the bid for the Allen Water Treatment Plant Roofing Replacement Project to
Alpine Roofing Company, Inc., the lowest technically acceptable bidder, in the amount of $481,939.00.
BACKGROUND, ANALYSIS, AND ALTERNATIVES IDENTIFIED
The main roof at the Allen Filter Plant is past the projected life expectancy and in need of replacement The
existing roof system is 35 years old. Upon inspection by Englewood's insurance carrier, it was determined
that roofs on the floc/sed, the meter shop and the dewatering building were storm damaged and need to
be replaced.
The project will involve removing and replacing the roofs, along with new utility supports, on the main
Allen Water Treatment Plant, the floc/sed building, meter shop and the dewatering buildings.
FINANCIAL IMPACT
Requests for Bids were published for the Allen Plant Roof Replacement Project
A bid opening was held on December 18, 2014. The following responses were received:
Contract West Roofing, Inc.
Alpine Roofing Co., Inc.
Arapahoe Roofing & Sheet Metal, Inc.
Central States Roofing & Insulating, Inc.
Colorado Moisture Control, Inc.
Weathersure Systems, Inc.
United Materials
ACC Roofing, Inc.
$458,800.00
$481,939.00
$493,017.00
$495,064.00
$646,544.00
$657,042.00
$693,759.00
$819,000.00
The project engineer has reviewed and deemed the Alpine Roofing Company, Inc. bid the lowest,
echnically acceptable bidder in the amount of $481,939.00.
This project was budgeted for in 2014 at $800,000., but will be completed in 2015. The funds are available
from the fund balance carried over from 2014.
LIST OF ATTACHMENTS
Memo from Tom Brennan, Englewood Engineer dated Dec. 30, 2014
Email from Michael Groditski dated Dec. 23, 2014
Bid Tabulation Sheet
Contract of Construction
Approved Water and Sewer Board Meeting Minutes -February 10, 2015
Resolution
•
· ...
•
•
C f Ty 0 F ENGLEWOOD
MEMORANDUM
TO: Englewood Water & Sewer Board
FROM: Tom Brennan, Utilities Engineer
DATE: December 30, 2014
RE: Allen Plant Roof Bid
f recommend accepting Alpine Roofing bid in the amount of $481,939 as the most advantageous to the
best interest of the City .
We received a total of eight bids as detailed in the attached bid tabulation sheet. Contract West Roofing
was technically the lowest bidder at $458,800. Contract West's bid was rejected for the following
reasons. They are an out of state company that must secure a local work force to perform the work.
Also, their bid is over $100,000 less than the other bids for the actual roofing portion raising concerns
about Contract West installing a quality roof at the listed price. See attached consulting engineer's
recommendation for further explanation. Finally, Contract West did one project similar to ours in
Colorado. ·rn checking that project the owner stated that Contract West had a difficult time keeping a full
crew of local labor resulting in a disorderly Job site and project delays. There was also two insurance
claims for w~ter damage from leaks Incurred during the project.
This project was budgeted for in 2014 at $800,000, but will be completed in 2015. The funds are
available from the fund balance carried over from 2014 .
1000 Englewood Parkwav • En11l@wnnrt rnln,,-4,. an1 1 " nL -----------
Lindsay von Colditz
bject FW: Allen Plant Roof Bid
From: Groditski, Michael [mailto:MGroditski@wje.com1
Sent: Monday, December 22, 2014 3:15 PM
To: Tom Brennan
Subject: RE: Allen Plant Roof Bid
Tom,
My recommendation is to award the bid to Alpine Roofing Company. Here are my reasons for this
recommendation. The three low bidders have a range from $459,000 to $493,000. Yet the breakout of their
project costs are as follows:
Demolition New roof installation Project Administration Total Bid
tract West Roofing
Alpine Roofing
Arapahoe Roofing
$43,200
$61,939
$81,126
$310,041
$391,600
$387,241
$105,559 $458,800
$28,400 $481,939
$24,650 $493,017
23% of Contract West's bid is for administration costs. Alpine's administration cost is 5.8% and Arapahoe's
administration cost is 4.9%. That means that of the bid price, Contract West is only using 76% for the roof
installation as compared to 94.2% for Alpine and 95.1% for Arapahoe. Titls does not bode well for the owner.
What this appears to be is Contract West skimming a large amount of money off of the bid total which leaves
less for a quality roof installation. In tenns of dollars spent on the roofing installation, Contract West has bid
$353,241, Alpine has bid $453,539 and Arapahoe has bid $468,367. If Contract West's bid is accepted, they
will be spending over $100,000 less on the actual roofing as compared to Alpine Roofing. My opinion is that
they cannot install a quality roof at the price they have listed.
My understanding of Contract West Roofing is that they act as a broker on projects. They administer the project
but hire a roofing subcontract to perform the work, that is why they have such high administration costs. They
make their money on the brokering of the deal with the roofer, not the actual installation. I don't believe it is in
the City's Best interest to have a contractor installing a new roof system where they are spending $100,000 less
than the next two bidders.
I hope this helps, let me know if you have any other questions.
1
Mike Groditski, RRC, RRO
Associate Principal
mgroditski@wje.com
WJE
Wiss, Janney, Elstner Associates, Inc.
Engineers I Architects I Material Scientists
3609 South Wadsworth Bouelevard, Suite 400
Lakewood, Colorado 80235
P: 303-914-4300 F: 303-914-3000
http://www.wje.com 20 offices nationwide
·······••coNFIDENTIALITY NOTICE••·······
The information in this email may be confidential and/or privileged. This email is intended to be reviewed by
only the individual or organization named above. If you are not the intended recipient, or an authorized
representative of the intended recipient, you are hereby notified that any printing, saving, reviewing,
disseminating, or copying of this email and its attachments, if any, or the information contained herein is
prohibited. If you have received this email in error, please immediately notify the sender by return email and
~elete this email from your system.
2
•
•
....
·'
City of Englewood Bid Tabulation Sheet
Bid Opening Date: December 18, 2014 2:00 P.M. MST ·--:~;,-;._A · · · t ·t · ·••HB 0 dd .• ..,·.,·.·.-····1·· :·J:·t,.:,·,;, .. c· ppaf'.E:!l'l J_J).vv -: I et>:'-·:{:::;i \
ITEM BID: ITB-14-025 Allen Water Treatment Plant Roofing Replacement
1Vendor
Reclept of
Bid Bond I soa I Addendum
V/N Y/N 1 Y/N
Existing
Roofing
Demolition
New BUR
Roof System
Installation
..-ruJeCr
Moblllzation,
Admin,
Permits Total Bid Exceptions
.,contniCtJJV.est:Roof(i,g;: tnC:i:1;f .. -:~;;;::;_ ::·~_:::::~/·/ '.;~-~ ·.·_r:t\:·;~t:;~:i :;t•:t.:;~. :ft►~tit:-◄~.:iJ·t~1l 1:t-:tjc;~~~-~:t.~:~=t~~:~~ l:[~.\'"~G\:.:~{l:~~/~:;: ·:f\··· ·.:·/.;.;-. .'•.::#,•:~·/·,'!:'-:.~·~/::: · ~--• ·:: ·: ·:. ~ -.:: :: .. ;_/~-~ti.) .·.
69.1)1 ~S13ooo:East:STE~202~;':: -:;.:>.:?~1·; ·:~::? ;·:\:Jt) l~:t;::-r::/~:{•;;-t i~-1¥-j}1 ~.:;~-::.:'=tf}.~~,~1 f.·~~=.~t·~:~J¼:f:~i~j t:{:,~:(;1_!:;(=~·=:~=-:~-:~.t :-·:;:~; \~-~~:_. :~;~:~:-•:j·j·•:t:.1T-· \=-;'-:::_ :::~--~· -~-:~.: ... :-~:,:·:·: :.1:--~-~:.: ~--!:-:,: .. .-:-··:~::~/ ::;
1sa1t:l!akt!lci1y·;; UTr re4121.? :-::'-. ·.:·· -~~I r.-~t::·: :1/=:-:::-::; .. 1~:::~::.~::;=;:;:-·~(t :~t.f}=i=~ \:~~-:~~~~:~~~tt.:~; ~:~it1ft~~:~~f~.a.t.:1~-~-=~;:~:~~-~-::=t~i.::;.=;)~~:-:;/-r-:~·:·. 1:,t:: ·t:·:-~ .. ~~-:;: ~-~ ~t .: < ~-: , ; .. -.. · -:·: ~-,:,: : ·:. = }· :---;·:, ··:..; .. \ •',
1Deam!f:lafflttt4n··-.•Presldent::·:::.:; .:::-;:_;;:_-~=j·i:.~:;:_:;~/fJ :~:t\~f;)~~~~f;~:-1.~,;~~=~1 ~;j~,:~:~?~:t~$.f ~>~f)i"ri~-~}'~fl~;~:: i:=l?f~~f,{tt{ti:.t-4:•t~-tf{J:;; .. :-\·:.:/ ·_. :::.·~ ~\ ··:~ ·. ~::: :· -.. ! -~.: ... --~ f :,: .. : ~ .:~-: -;r~·-/J·: ~:i,
001 ;943,2427:,,:::t\:}:::·,: .:,.-;.,,."; ~"Ii'-.'.i/f_' .• i:{•.:.,.f:;:t½{ f~B~t;:YiiI3i ~t .. YH-.tt~NiYlt~~ }$~itil3f200~oo ~ '¥$~10;0.~n~oor }$~105";559~oo;; l.$1458;aoo~oo? No_n~,:1?:I? :,;
Alpl~~~o_o_fjng Co., Inc.
4780VorkSt
Denver, CO 8D_2J6_
Robin Ticky • Preside!'t
303-295-7769 y V y $ 61,939.00 I $ 391,600.00 I $ 28,400.00 I $ 481,939.00 I None
1Colorado Moisture Control, Inc.
1
4950 E 56th Ave
:commerce City_!_ f:O _ 80022
:Richard Cohen, President
'303-447-9400 V y V $ 77,500.00 I$ 534,044.00 I $ 35,000.00 I $646,544.00 !None
1Arapahoe Roo_fi_ng & Sheet Metal, !!lE-_ .
i1501 S Arthur Ave
Loajs'v!lle, CO 80027
:eob Bellitt -President
'303-466-7386 V y y $ 81,126.00 j $387,241.00 j $ 24,650.00 I $493,017.00 I None
ACC Roofing, Inc.
!1713 E Lincoln Ave #B-3
iFort Collins, CO 80524
:Jonah Lovendahl -Owner
:970-493-2801 V y y $109,730.00 I$ 609,770.00 I $ 99,500.00 I $819,000.00 JNone
!United Materials
:5135 York St
•
-• •
Denver, CO 80216
Beth Gloss • Owner
303-623-4166 V y V $ 87,300.25 $537,083.75 $ 69,375.00 $693,759.00 None
Weathersure Systems, Inc.
3333 S Platte River Dr
Sheridan, CO 80110
Phil Owens -President
303-917-7327 y y V $ 71,250.00 $ 498,600.00 $ 87,192.00 $ 657,042.00 None
Central States Roofing & Insulating, Inc.
5925 Omaha Blvd
Colorado Springs, CO 80915
William Hauschildt -Vice President
719-570-1774 y y y $ 33,541.00 $399,176.00 $ 62,347.00 $ 495,064.00 None
CONTRACT FOR CONSTRUCTION #CFC/15-7
CITY OF ENGLEWOOD, COLORADO
THIS CONTRACT and agreement, made and entered into this 2nd day of March ,
2015, by and between the City of Englewood, a municipal corporation of the State of Colorado
hereinafter referred to as the "City", and
Alpine Roofing Co., Inc., whose address is
4780 Yark st , Deever, CD , ("Contractor"), commencing on the
day of Dec, 18 _, 20.JA and continuing for at least ten (10) days thereafter the City
advertised that sealed proposals would be received for furnishing all labor, tools, supplies,
equipment, materials and everything necessary and required for the following :
PROJECT: ALLEN WATER TREATMENT PLANT ROOFING REPLACEMENT
WHEREAS, proposals pursuant to said advertisement have been received by the Mayor and
City Council and have been certified by the Director of Utilities to the Mayor and City
Council with a recommendation that a contract for work be awarded to the above named
Contractor who was the lowest reliable and responsible bidder therefore, and
WHEREAS, pursuant to said recommendation, the Contract has been awarded to the above
named Contractor by the Mayor and City Council and said Contractor is now willing and able to
perform all of said work in accordance with said advertisement and his proposal.
NOW THEREFORE, in consideration of the compensation to be paid and the work to be
performed under this contract, the parties mutually agree as follows:
A. Contract Documents: It is agreed by the parties hereto that the following list of
instruments, drawings and documents which are attached or incorporated by
reference constitute and shall be ref erred to either as the Contract Documents or the
Contract and all of said instruments, drawings, and documents taken together as a
whole constitute the Contract between the parties hereto and they are as fully a part
of this agreement as if they were set out verbatim and in full:
Invitation to Bid
Contract (this instrument)
Insurance
Performance Payment Maintenance Bond
Technical Specifications
Drawings sheets __ _
B. Scope of Work: The Contractor agrees to and shall furnish all labor, tools, supplies,
equipment, materials and everything necessary for and required to do, perform and
complete all the work described, drawn, set forth, shown and 'included in said
Contract Documents.
C. Terms of Performance: The Contractor agrees to undertake the performance of the
work under this Contract within ten (1 O) days from being notified to commence work
by the Director of Uti 1 i ti es and agrees to fully complete said work by
9-30-15 , plus such extension or extensions of time as may be granted by
the Director of Utilities in accordance with the provisions of the Contract
Documents and Specifications .
D. Indemnification: The city cannot and by this AgreemenVContract does not agree to
indemnify, hold harmless, exonerate or assume the defense of the Contractor or any
other person or entity, for any purpose. The Contractor shall defend, indemnify and
save harmless the City, its officers, agents and employees from any and all claims,
demands, suits, actions or proceedings of any kind or nature including Worker's
Compensation claims, in any way resulting from or arising out of this
AgreemenVContract: provided, however, that the Contractor need not indemnify or save
harmless the City, its officers, agents and employees from damages resulting from the
. sole negligence of the City's officers, agents and Employees.
E. Termination of Award for Convenience: The City may terminate the award at any
time by giving written notice to the Contractor of such termination and specifying the
effective date of such termination, at least thirty (30) days before the effective date of
such termination. In that event all finished or unfinished service, reports, material (s)
prepared or furnished by the Contractor after the award shall, at the option of the City,
become its property. If the award is terminated by the City as provided herein, the
Contractor will be paid that amount which bears the same ratio to the total compensation
as the services actually performed or material furnished bear to the total
services/materials the successful firm agreed to perform under this award, less
payments of compensation previously made. If the award is terminated due to the fault •
of the Contractor the clause relating to termination of the award for cause shall apply.
F. Termination of Award for Cause: If, through any cause, the Contractor shall fail to fulfill
in a ti mely and proper manner its obligations or if the Contractor shall violate any of the
covenants, agreements or stipulations of the award, the City shall have the right to
terminate the award by giving written notice to the Contractor of such termination and
specifying the effective date of termination . In that event, all furnished or unfinished
services, at the option of the City, become its property, and the Contractor shall be
entitled to receive just, equitable compensation for any satisfactory work documents,
prepared completed or materials as furnished.
Notwithstanding the above, the Contractor shall not be relieved of the
liability to the City for damages sustained by the City by virtue of breach of
the award by the Contractor and the City may withhold any payments to the
Contractor for the purpose of set off until such time as the exact amount of
damages due the City from the Contractor is determined. ·
G. Terms of Payment: The City agrees to pay the Contractor for the performance of all
the work required under this contract, and the Contractor agrees to accept as his full
and only compensation therefore, such sum o r sums of money as may be proper in
accordance with the price or prices set forth in the Contractor's proposal attached and
made a part hereof, the total estimated cost thereof being
four Hundred Eighty One Thousand Nine Hundred and •
.lWr t y Ni ne ($481 ,939.00). A 5°/0
retalnage of the awarded project .amount will be withheld .until final inspection and
acceptance by the Project Manager.
•
•
H. Appropriation of Funds: At present, $ 800,000.00 has been
appropriated for the project. Notwithstanding anything contained in this Agreement to
the contrary, the parties understand and acknowledge that _each party is subject to
Article X, § 20 of the Colorado Constitution ("TABOR"). The parties do not intend to
violate the terms and requirements of TABOR by the execution of this Agreement. It
is understood and agreed that this Agreement does not create a multi-fiscal year
direct or indirect debt or obligation within the meaning of TABOR and, notwithstanding
anything in this AgreemenVContract to the contrary, all payment obligations of the
City are expressly dependent and conditioned upon the continuing avanability of funds
beyond the term of the City's current fiscal period ending upon the next succeeding
December 31. Financial obligations of the City payable after the current fiscal year
are contingent upon funds for that purpose being appropriated, budgeted, and
otherwise made available in accordance with the rules, regulations, and resolutions of
the City and applicable law. Upon the failure to appropriate such funds, this
Agreement shall be deemed terminated. The City shall immediately notify the
Contractor or its assignee of such occurrence in the event of such termination.
I. Liquidated Damages: The City and Contractor recognize that time is of the essence in
this Agreement because of the public interest in health and safety, and that the City
will suffer financial loss, and inconvenience, if the Work is not complete within the
time specified in the bid documents, plus any extensions thereof allowed in
accordance with the General Conditions. They also recognize the delays, expense
and difficulties involved in proving, in a legal proceeding, the actual loss suffered by
the City if the Work is not complete on time. Accordingly, instead of requiring any
such proof, the City and Contractor agree that as liquidated damages for delay, but
not as a penalty, Contractor shall pay the City $0.00 for each day that expires after
the time specified for substantial completion until the Work is complete, and $0.00 for
each day that expires after the time specified for final completion until the Work is
finally complete.
J. Assignment: Contractor shall notr at any time, assign any interest in this Agreement or
the other Contract Documents to any person or entity without the prior written consent
of the City specifically including, but without limitation, moneys that may become due
and moneys that are due may not be assigned without such consent ( except to the
extent that the effect of this restriction may be limited by law). Any attempted
assignment which is not in compliance with the terms hereof shall be null and void.
Unless specifically stated to the contrary in any written consent to an Assignment, no
Assignment will release or discharge the Assignor from any duty or responsibility
under the Contract Documents.
K. Contract Binding: It is agreed that this Contract shall be binding on and inure to the
benefit of the parties hereto, their heirs, executors, administrators, assigns, and
successors.
L. Contractors Guarantee: The Contractor shall guarantee that work and associated
incidentals shall remain in good order and repair for a period of two (2) years from all
causes arising from defective workmanship and materials, and to make all repairs
arising from said causes during such period without further compensation. The
determination of the necessity for the repair or replacement of said project, and
associated incidentals or any portion thereof, shall rest entirely with the Director of
Utilities whose decision upon the matter shall be final and obligatory upon the -
Contractor.
VERIFICATION OF COMPLIANCE WITH C.R.S. 8•17.5•101 ET.SEQ. REGARDING HIRING
OF ILLEGAL ALIENS
(a) Employees, Contractors and Subcontractors : Contractor shall not knowingly employ
or contract with an Illegal alien to perform work under this Contract. Contractor shall not contract
with a subcontractor that fails to certify to the Contractor that the subcontractor will not
knowingly employ or contract with an illegal alien to perform work under this Contract. {CRS 8-
17 .5-102(2)(a)(I) & (II).]
(b) Verification: Contractor will participate in either the E-Verify program or the Department
program, as defined in C .R.S. 8-17.5-101 (3.3) and 8-17.5-101 (3.7) respectively, in order to
confirm the employment eligibility of all employees who are newly hired for employment to
perform work under this public contract. Contractor is prohibited from using the E-Verify
program or the Department program procedures to undertake pre-employment screening of job
applicants while this contract is being performed.
(c) Duty to Terminate a Subcontract: If Contractor obtains actual knowledge that a
subcontractor performing work under this Contract knowingly employs or contracts with an
illegal alien, the Contractor shall:
(1) notify the subcontractor and the City within three days that the Contractor has
actual knowledge that the subcontractor is employing or contracting with an illegal alien; •
and ·
(2) terminate the sub-contract with the subcontractor if, within three days of
receiving notice required pursuant to this paragraph the subcontractor does not stop
employing or contracting w ith the illegal alien; except that the Contractor shall not
terminate the contract with the subcontractor if during such three days the subcontractor
provides information to establish that the subcontractor has not knowingly employed or
contracted with the illegal alien.
(d) Duty to Comply with State Investigation: Contractor shall comply with any reasonable
request of the Colorado Department of Labor and Employment made in the course of an
investigation by that the Department is undertaking pursuant to C.R.S. 8-17.5-102 (5).
(e) Damages for Breach of Contract: The City may terminate this contract for a breach of
contract, in whole or in part, due·to Contractor's breach of any section of this paragraph or
provisions requir ed pursuant to C.R.S. 8-17.5-102. Contractor shall be liable for actual and
consequential damages to the City in addition to any other legal or equitable remedy the City
may be entitled to for a breach of this Contract under this Paragraph.
IN WITNESS WHEREOF, the parties hereto have executed this Contract the day and year
first written above .
•
CITY OF ENGLEWOOD
By: Date:
(Department Director)
By: Date:
(City Manager)
By: Date:
(Mayor)
ATTEST: __________ _
City Clerk
Alpine Roofing Co., Inc.
Contractor (print company name)
By: ~141, 9' ~-Date: __ 2/_3/_15 __ _
(Signature)' (J
Robin J. Tichy, President
(Print name and Title)
STATE OF Colorado
COUNTY OF Denver
)
) ss.
)
On this 3rd day of February , 20--1,5before me personally appeared_
Robin J, Tichy • known to me to be the President of
Alpine Roofing Co. , Inc. • the corporation that executed the
within and foregoing instrument, and acknowledged the said instrument to be the free and
voluntary act and deed of said corporation for the uses and purposes therein mentioned, and on
oath stated that he was authorized to execute said instrument.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day
and year first above written.
My commission expires: 1/25/2017
PAULIN .S. NWAY
NOTARY PUBLIC
STATE OF COLORADO
NOTARY 1019934000048
MY COMMISSION EXPIRES 01/2512017
, .
Present:
Absent:
Also present:
WATER & SEWER BOARD
MINUTES
FEBRUARY 10, 2015
Wiggins, Penn, Lay, Gillit, Oakley, Habenicht, Waggoner, Moore,
Bums. Olson
None
Stewart Fonda, Director of Utilities
Tom Brennan, Utilities Engineer N
John Bock, Manager of Administration
The meeting was called to order at 5:00 p.m.
fl
1. MINUfES OF THE JANUARY 13, 2014 MEETING.
The Board received the minutes of the January 13, 2015 Water & Sewer Board meeting.
Motion: To approve the Minutes of the January 13, 2015 Water & Sewer Board
meeting as written.
Moved: Penn Seconded: Habenicht
Abstain: Olson
Motion carried.
g
2. ALLEN PLANT ROOF REP AIR BID.
The main roof at the Allen Filter Plant is past the projected life expectancy and in need of
replacement. The existing roof system is 35 years old. Upon inspection by Englewood's
insurance carrier, it was determined that roofs on the floc/sed building, meter shop and
the dewatering building were storm damaged and needed to be replaced.
Eight bids were received. The project engineer bas reviewed the bids and deemed Alpine
Roofing Inc. The lowest, technically acceptable bidder in the amount of $481,939 .00.
Motion:
Moved:
To recommend Council approval, by motion, to accept the bid from
Alpine Roofing, Inc. for the Allen Plant Roof Repair project in the amount
of $481,939.00.
Waggoner Seconded: Oakley
Motion carried.
D
3. WATER METER & ERT PURCHASE.
The Utilities Department purchases water meters needed to for an entire year by
requesting one large bid proposal for additional cost savings. The Utilities Department is
converting the metering system to the ITRON Automatic Meter Reading System. A
portion of the meters will be resold to Englewood customers for new installations as part
of the flat-rate-to-meter conversion process. Some of the meter stock will be used to
replace inactive or poorly fun~tioning meters.
Englewood's meter order is being placed in conjunction with Denver Water Board's
Contract with National Meter for the best quantity price. Meters and ERTs will be
purchased from National Meter & Automation for the amount of $84,254.36, of this
approximately $20,000 will be resold to Englewood customers for flat-rate-to-meter
conversions.
Motion:
Moved:
Motion carried.
Recommend Council approval, by motion, for the purchase of
water meters and ERTs from National Meter and Automation, Inc.
in the amount of $84,254.36.
Burns Seconded: Waggoner
•.
E1
4. COWEEN DICKERSON -2835 S. PENNSYLVANIA ST. -BILL
REDUCTION.
The Board received correspondence from Coween Dickerson of 2835 S. Pennsylvania St.
regarding her request to reduce her water and sewer bill. Mr. Back's responses were also
included.
The property's meter readings were steady and then spiked and came back down.
Utilities Technicians investigated and found no evidence of leaks. The meter register was
also replaced. The old register was tested by a State approved test tank and found to be
accurate . As a courtesy, Mr. Bock made a one-time adjustment. Ms . Dickerson has
continued to protest her bill, requiring extensive staff time.
Motion: Direct staff to not deal with Ms. Dickerson any further on these issues and
to inform her that she must direct further correspondence from her to the
Water and Sewer Board.
Moved: Gillit Seconded: Habenict
Motion carried.
g
5. USGS GAUGING STATION.
The U.S. Geological Survey, Urban Drainage and the City of Englewood contribute to
the cost of maintaining the flow gauge at Union A venue and the water quality monitor at
the Littleton/Englewood Wastewater treatment Plant. This information is used to make
calls for water releases from Chatfield to maintain levels at the Union Avenue Reservoir
and determine state water quality permit requirements. This contract will be presented to
City Council through the Wastewater Treatment Plant administrative staff.
The meeting adjourned at 5: 14 p.m.
The next Water and Sewer board meeting will be March 10, 2015 at 5:00 in the
Community Development Conference Room.
Respectfully submitted,
Cathy Burrage
Recording Secretary