Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Valley View Park - Wetland Bridge
FORM OF AGREEMENT THIS AGREEMENT,made and signed this 19 day of —53 1 ,2000,by and between the City of Oak Park Heights,hereinafter called the "Owner",and ODESA Construction hereinafter called the "Contractor". THIS AGREEMENT WITNES SETH, that the Owner and the Contractor, for the consideration hereinafter stated, agree as follows: ARTICLE I. The Contractor hereby covenants and agrees to perform and execute all the provisions of the plans and specifications as prepared by the City of Oak Park Heights Public Works Department, Oak Park Heights, Minnesota, and indicated below under ARTICLE IV, as provided by the Owner for: Valley View Park Boardwalk and Trail Project and to do everything required by this Agreement and the Contract Documents. ARTICLE II. The Contractor agrees that the Work contemplated by this Contract shall be fully and satisfactorily completed on or before Sep-f,,,h p-er 1 2000. ARTICLE III. The Owner agrees to pay and the Contractor agrees to receive and accept payment in accordance with the prices bid for the unit or lump sum items as set forth in the conformed copy of Proposal Form hereto attached, which prices shall conform to those in the accepted Contractor's Proposal on file in the Office of the City Clerk, City of Oak Park Heights, the aggregate of which prices, based on the approximate schedule of quantities, is estimated to be $ 61,207.35. ARTICLE IV. The Contract Documents shall consist of the following component parts: (a)Drawings: PW VV-BW1 through PW VV-BW7 Dated 15 May 00 (b) Specifications. (1) Bid Documents (Advertisement, Addenda, Information to Bidders,Proposal and Bid Security); (2) Special Provisions; (3) General and Specific Conditions; (4) Conditions of the Contract(General and other conditions); (5) Performance and Payment Bonds; (6) Agreement; (7) Detail Plates and other drawings attached to specifications; This Agreement,together with the documents hereinabove mentioned, form the Contract and all documents are as fully a part of the Contract as if attached hereto or herein repeated. Form of Agreement IN WITNESS WHEREOF,the parties to this Agreement have hereunto set their hands and seals as of the day and year first above written. Attest: The (Seal) / By ' d MAYOR By In the presence of: O6f5' Ca"'-T CONTRACTOR A.. . 4 ... # , By 04-4 44-x/!-a^-t- /5U .TITLE CERTIFICATE OF ACKNOWLEDGMENT State of Minnesota ) )SS. County of Washington ) On this day of ,2000,before me personally appeared David Schaaf, to me personally known,being by me duly sworn, did say that he is the Mayor of the City of Oak Park Heights,that the seal affixed to the foregoing instrument is the seal of said City of and that said instrument was executed on behalf of the City of Oak Park Heights by authority of its City Council,and said Mayor, David Schaaf acknowledged the instrument to be the free act and deed of said City of Oak Park Heights. (Notarial Seal) JULIE R. JOHNSON • Notary Public: • eCdaivitep%.). rINOTARYPUBLIC_MINNESOTA : '" WASHINGTON COUNTY Commission Expires: V31/05 My Comm.Expires Jan.31,2005 Form of Agreement CERTIFICATE OF ACKNOWLEDGMENT (For use where Contractor is individual or partnership) State of Minnesota ) ) SS County of On this. day of ,2000, before me personally appeared ,to me personally known to be the person described in and who executed the foregoing instrument and acknowledged that_he executed the same as free act and deed. (Notarial Seal) Notary Public Commission Expires: CERTIFICATE OF ACKNOWLEDGMENT (For use where Contractor is a corporation) State of Minnesota ) ) SS County of m ) Litl On this //�h day of ,2000 before me personallyappeared t�l�''4' �r,,� PPe and ,to me personally known who,being b me dulysw m, each did say that they are respectively the (�,b and of ODFS �� K,o, ,'e--h that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was executed in behalf of the corporation by authority of its Board of Directors and said and acknowledged the instrument to be the free act and deed of the corporation. (Notarial Seal) Notary Public 0 r Commission Expires: /—3%- .26 0w ti MOM5 Form of Agreement DD% Western Surety Company PERFORMANCE BOND Bond Number: 69028180 KNOW ALL PERSONS BY THESE PRESENTS, That we Odesa Construction, Inc. of P.O. Box 205, Gilman, MN 56333 , hereinafter referred to as the Principal, and Western Surety Company as Surety, are held and firmly bound unto City of Oak Park Heights of 14168 Oak Park Blvd. N. , Oak Park Heights, MN 55082 , hereinafter referred to as the Obligee, in the sum of Sixty-One Thousand One Hundred Eighty-Eight and 30/100 Dollars($ 61,188.3 0 ),for the payment of which we bind ourselves, our legal representatives, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a contract with Obligee, dated the day of , for Boardwalk & Trail in Oak Park Heights NOW, THEREFORE, if the Principal shall faithfully perform such contract or shall indemnify and save harmless the Obligee from all cost and damage by reason of Principal's failure so to do, then this obligation shall be null and void; otherwise it shall remain in full force and effect. ANY PROCEEDING, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. NO RIGHT OF ACTION shall accrue on this Bond to or for the use of any person or corporation other than the Obligee named herein or the heirs, executors,,administrators or successors of the Obligee. SIGNED, SEALED AND DATED this 30th day of June , 2000 . Odesa Construction, Inc. (Principal) By C2C7 (Seal) Western Surety Company (Surety) L.Johnson, t Sec.(Seal) By 4L. Johnson Attorney-in-Fact G-105578-C • Western Surety Company PAYMENT BOND Bond Number: 69028180 KNOW ALL PERSONS BY THESE PRESENTS, That we Odesa Construction. Inc. of P.O. Box 205, Gilman, MN 56333 , hereinafter referred to as the Principal, and Western Surety Company as Surety, are held and firmly bound unto city of Oak Park Heights of 14168 Oak Park Blvd. N. , Oak Park Heights, MN 55082 , hereinafter referred to as the Obligee, in the sum of Sixty-One Thousand One Hundred Eighty-Eight and Dollars($61,188.30 ), for the payment of which we bind ourselves, our legal representatives, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a contract with Obligee, dated day of , for Boardwalk & Trail in Oak Park Heights copy of which contract is by reference made a part hereof. NOW, THEREFORE, if Principal shall, in accordance with applicable Statutes, promptly make payment to all persons supplying labor and material in the prosecution of the work provided for in said contract, and any and all duly authorized modifications of said contract that may hereafter be made, notice of which modifications to Surety being waived, then this obligation to be void; otherwise to remain in full force and effect. No suit or action shall be commenced hereunder (a) After the expiration of one (1) year following the date on which Principal ceased work on said contract it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. (b) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder. SIGNED, SEALED AND DATED this 30th day of June , 2000 Odesa onstruction, I . (Princincpal) By i c azv (Seal) Western Surety Company (Surety) By . t/L/[1 L Johnson,Asst Set. (Seal) G-105579-B L. Jo - -on Attorney-in-Fact ACKNOWLEDGMENT OF SURETY (Attorney-in-Fact) STATE OF SOUTH DAKOTA COUNTY OF MINNEHAHA sa • On this 30th day of June 2000 X_r before me, a notary public in and for said County, personally appeared L. Johnson, Assistant.Secretary to me personally known and being by me duly sworn, did say, that he is the Attorney-in-Fact of the WESTERN SURETY COMPANY, a corporation of Sioux Falls, South Dakota, cre- ated, organized and existing under and by virtue of the laws of the State of South Dakota, that the said instrument was executed on behalf of the said corporation by authority of its Board of Directors and that the said L• Johnson, Assistant Secretary acknowledges said instrument to be the free act and deed of said corporation and that he has authority to sign said instrument without affixing the corporate seal of said corporation. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my official seal at Sioux Falls South Dakota , the day and year last above written. My Commission expires IL ARP , 19_. 1. . CIL() Form 1G6-My bmmhsion Expires 3.20.2005 Notary Public Iss)ily 8 Western Surety Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That WESTERN SURETY COMPANY, a corporation organized and existing under the laws of the State of South Dakota, and authorized and licensed to do business in the States of Alabama, Alaska, Arizona, Arkansas, California, Colorado, Connecticut, Delaware, District of Columbia, Florida, Georgia, Hawaii, Idaho, Illinois, Indiana, Iowa, Kansas, Kentucky, Louisiana, Maine, Maryland, Massachusetts, Michigan, Minnesota, Mississippi, Missouri, Montana, Nebraska, Nevada, New Hampshire, New Jersey, New Mexico, New York, North Carolina, North Dakota, Ohio, Oklahoma, Oregon, Pennsylvania, Rhode Island, South Carolina, South Dakota, Tennessee, Texas, Utah, Vermont, Virginia, Washington, West Virginia, Wisconsin,Wyoming, and the United States of America, does hereby make,constitute and appoint L. Johnson . of Sioux Falls State of South Dakota , its regularly elected Assistant Secretary as Attorney-in-Fact, with full power and authority hereby conferred upon him to sign, execute, acknowledge and deliver for and on its behalf as Surety and as its act and deed,all of the following classes of documents to-wit: Indemnity,Surety and Undertakings that may be desired by contract,or may be given in any action or proceeding in any court of law or equity, policiirmigfInonifying employers against loss or damage caused by the misconduct of their employees;official,bail,and surety and fidelity• .<„ , , • in all cases where indemnity may be lawfully given; and with full power and authority to execute consents and waive �t• hod' or extend any bond or document executed for this Company,and to compromise and settle any and all claims ori " s r ` ,against said Company. , rn Surety Oliva*further certifies that the following is a true and exact copy of Section 7 of the by-laws of Western Surety Oirlany duly adopted artipw in force,to-wit: Sec% sS* coretion bond,jolicies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the °° of pany by the President, Secretary, any Assistant Secretary, Treasurer,or any Vice President, or by such other officeri*tligtaid of Directors may authorize. The President,any Vice President,Secretary,any Assistant Secretary,or the Treasurer may appoint AtOffehytkitOact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. In Witness Whereof, the said WESTERN SURETY COMPANY has caused these presents to be executed by its President with the corporate seal affixed this 30th day of June , 2000 . ATTEST WESTE S RETY COMP Y a . ui , 7 sy_ Assistant Secretary Stephen T.Pate,President STATE OF SOUTH DAKOTA s COUNTY OF MINNEHAHA On this 3 0th day of June , 2000 ,before me,a Notary Public,personally appeared Stephen T. Pate and A.Vietor who, being by me duly sworn, acknowledged that they signed the above Power of Attorney as President and Assistant Secretary, respectively, of the said WESTERN SURETY COMPANY, and acknowledged said instrument to be the voluntary act and deed of said Corporation. +4.0.00.0.0460.00.3/46,40,400,40,60.09c06,+ s B. THOMAS 1 t©s NOTARY PUBLIC SE s ss SOUTH DAKOTA s ,y' My Commission Expires 6-2-2003 S Notary Public + % 1( G,&s + Form 672-11-95 4r. ACORD CERTIFICATE•OF-tEABtt1TY`-INS-URANCE- DATEIIINOWpykr 06/30/2000 PRODOCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMAT1041 JT, Inc dba Trewick Insurance -AND-CONFERS THE- 2 S 2nd Avenue Suite 140 � ` THIP.-CERTIFICATE DOES-NOT.AME ALTER THE COVERAGE AFFORDED BY THE POUCIES BEL Sauk Rapids, MN 56379 320-251-2552 E- INSURED Odesa Construction Inc INSURERA: Waseca Mutual Insurance Co 1 INSURER 8: P O Box 205 INSURER Gilman,, MN 56333 .INSURER D: } 1 INSURER E 1 COVERAGES THE POUCIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH This CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE i BY THE POE DESCRIBED HEREIN IS-SUBJECT TAALL.TNE TERMS;EXCLUSIONSANB CQNDITIONSu-OFSUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POUCY PO GEEATYLIPAaEJTYOP INSURANCE POLICY NEER DATERSLAS EACH OCCURRENCE :1,000, 000 X COMIAERCIAL GENERAL LABILITY FIRE DAMAGE(Ary one tiro) $ 50 E.o O O— CLAIMS MADE I J OCCUR MED EXP(My e Person) $ 5,00 V A CL 00013942 11/23/99 11/23/00 PERSONAL&ADV INJURY _ sl,000,000 GENERAL AGGREGATE s 2,000,000 PER: PRODUCTS-COMPgPAGG s2GOO, dOOn n LOC AUTO N:ALE UABLITY f COM81NE9SNSLEUMIT ■ANY AUTO (Ea ) $1,000�000 III ALL OWNED AUTOS - r--' ■ SCHEDULED AUTOS_ ( pe s nINJ)'R'� S A in HIRED AUTOS CL 00013942 11/23/99 11/23/00 BODILY INJURY IR NON-OWNED AUTOS (PerecOJCerk) — s ©- } PROPERTY8MMA6E- $ (Per=Went) - GARAGE MINIM Aura ONLY-EA ACCIDENT _ $ I 1111 ANY AUTO - -- .. - OTHER-Ft * EA ACC s I AUTO ONLY: AGG $ 1—" EXCESS tinea 1rY EACH OCCURRENCE _ $ I ■ OCCUR El CJ.AIMS.MADE. _ AGGREGATE. $ I L.- A. 1 _ inDEDUCTIBLE $ J RETENTION S. -s. I WORKERS CONPmSSALION ANO.. WC STATU- om. fSSoLOYERS LIABILITY TORY UNITS- -. -ER Certfica.te ordered- E EACH ACCIDENT $ from company .._ ELDISEASE-EA EMPLOYEE_.s. ELDISEASE-POLICYU OTHER UM IT S r I- DESCRIP11011 OF OPERA110INULOCATIONENSISCLEINEXCLUSIONS ADDED BY d00RS NT1$PECAL PROVISIONS I CERTIFICATE HOLDER .ADOMONAL INIMMEEL awREAL r.,,,. 1 City of Oak. Park Heights . L DASILINERECIE,THEASSAMMUNBUREILVIPLFerOPAeIDA MAUL 10-- ohyamargi 14168 Oak Park Blvd N _.Noaicsw NAMERIO:TNELEET,ayLEAauNlmnn-sit>maau- Oak- Park Heights, MN.- 55II82--- -MrOSS-NOWISLg _ NM AWON- UABILRY0/A ,�'' RWr—Tr.I EW- Aln11RlPItaOIIITATNE . I9- ACORD 25-1(7197) "i aCa(tPOLZATl0N1d88 CITY OF OAK PARK HEIGHTS 14168 North 57th Street • P.O. Box 2007 • Oak Park Heights,MN 55082=2007 • Phone:-651/439-4435• Fax:651/439-0574 Proposal BID COPY Valley View Park Boardwalk and Trail Project City of Oak Park Heights`Minnesota MAY 2000 Bidder:00659 COnIST �'itl�. Total Bid: (0/ ac,7,3S- Contact Name: .094.e.• /fy£ithjotv Telephone No.. - _ 30=3s?-ac:14g - Address:1,a3aa 6000,.„ SP,'Ir. 4,9 FaxNo.: 3a0-36}^a(o7A City: G r L E-mail: State&'Zip: /tv $6333 Opening Time: 1:00 P.M.C.D.S.T, Opening Date: Wednesday,June 7,2000 Opening Location: Oak Park Heights City Hall _ Honorable City Council City of Oak Park Heights 14168 Oak Park Blvd. Oak Park Heights,MN 55082 Mayor and City Council: The undersigned,being familiar with your local conditions,having.made all field inspections and investigations deemed necessary,having studied the plans and specifications-for theValley View Park Boardwalk and Trail Project to include Addenda Nos. / and being familiar with all factors and other conditions affecting the work and cost thereof,hereby proposes to furnish all labor,tools,materials, skills, equipment,and all else necessary to completely construct the project in accordance with the plans and specifications for the following unit prices: No. Item Units Quantity Unit Price Total Price Trail 1 Clear and Grub(10'wide thru LS 1 $ ea I wetland to boardwalk est. 200 SY) //OS(, . $ /fact,oa 2 Common Excavation for trail ' CY 400 $ ea.ste $: aypo 00 3 Subgrade Preparation for trail SY 1300 $ /p`" $ 300.o" Tree City U.S.A. City of Oak Park Heights Valley View Park Boardwalk and Trail • Proposal BID COPY Page 2 of 4 No. Item Units Quantity Unit Price Total Price 4 Class 5 Gravel in place for trail TN 210 $ $ base, 10 foot wide in Prairie, 8 - „10 (t_s— foot wide thru wetland vsu 5 Bituminous wear course,Type- TN 150 $ • $ • 41A, 8 foot wide in Prairie, 6-foot "70 ""9 ec wide thru wetland 6 Replace top soil over Class 5 to SY 400 co edge of bituminous and other areas . pO - disturbed by the trail construction. °" • (")`': Storm sewer 7 4' Dia. MH 15 feet deep with 3 : _ EA 1 $foot sump&Neenah R-2560-G .??4,/ 06 06. 7 7 ,o O Beehive Grate in place 8 4' Dia.MH 12 feet deep with R- EA 1 $ oa $ ot3 1642-B casing in place ok(0(UC-i, -62.400, 9 12 ` RCP,CL5,2'-12' deep in LF 189 $ place ;Z 3: c f(1 g, 10 Reinforced Concrete Surge Basin $EA- 1. $ or)Gy for 11 in RCP in pi,�v Q OO,:_ 11 Rip Rap Class III,around surge CY 5 _,'$ a a $• ec basin outlet Coo' :3S 12 Geo-Textile Beneath Surge Basin SY 24 $ $ 440. { and Rip Rap I 0(1 S 13 I Place topsoil over disturbed area. SY 450 14 Wood fiber blanket erosion control SY 450 $ °v • S• . /do, over storm sewer 2 Boardwalk Construction $ $ 15 Clear and Grub along abandoned LS 1 $ $ roadway for boardwalk(est. 300 300 Co 30d,o° SY) 16 Prepare Subgrade for supports EA 21 $ /(o,23 $- 34/0, 83 17 Place and compact Class 5 Gravel TN 20 $ yS $ S'(o oe I` for boardwalk supports �, q, 18 Place Concrete Conduits for EA 14 $ 9Y Z( supports 12.5"X17" Conduit ��• $• 19 Place Concrete Conduits for EA Supports 15"X19" Conduit 14 $ !�, z I $ 2 Zep,ay 20 Place Concrete Conduits for EA 4 $ "LI $ v9 Supports 15"X19"Stacked Conduit r(p, (o 9. City of Oak Park Heights Valley View Park Boardwalk and Trail " Proposal BID COPY Page 3 of 4 No. Item Units Quantity Unit Price. Total Price 21 Adjust height of supports pports using EA . 4 $ $ om 2"X6"X8' CCA treated boards 2.5, 22 Adjust height of supports using EA 6 $ $22 $ 00 4"X6"X8' CCA treated timbers 37, 225 23 Adjust height of supports using EA 4 $ $,, vo 6"X6"X8' CCA treated timbers (13/6-0 - 24 Place Rip Rap Class III around CY 10 $ o a $ oa supports near channels ( CP5"4 25 Construct and install 6' wide X EA 16 $ 2S $ 14' Boardwalk sections with toe boards ` ? � ` 26 Construct and install 6' wide X EA 2 $ $ 14' Boardwalk sections with - railings �f Y�. �a9S, 27 Construct and install 6' wide X EA 1 $ $ 12' Boardwalk sections with O hd7�S"0. railings 28 Construct and install 6' wide X EA , 1 $ $ f 16' Boardwalk sections with ,�{� O° 494 d I railings I as'f a�SS`/. 29 1 Silt fencing LF 500 $ 2,"'" S. /cod- 30 i Traffic Control on 56th Street and LS 1 $ ad $ do 00 Peller Ave. 'f , 31 Mobilization and de-mobilization LS 1 $ 2 szo,°" 5 2a5-0,• : Total Bid, $ ‘i)ao7, For purposes of awarding the contract the low bidder will be determined by multiplying the quantities stated above by the unit prices bid. The final amount of the contract shall be determined by multiplying the final measured quantities of various items actually constructed and installed by the unit prices shown above, in the manner prescribed in the specifications. Accompanying this bid is a bidder's bond, certified check, or cash deposit in the amount of 00 $ 3,0 41, ,which is at least five percent(5%)of the amount of my/our bid made payable to the City of Oak Park Heights, and the same is subject to forfeiture in the event of default on the part of the undersigned or failure on the part of theundersigned to execute the prescribed contract and bond within fifteen(15)days after receiving the contract. In submitting this bid the following is understood and agreed upon by the undersigned: 1. The City of Oak Park Heights retains the right to reject any and all bids and to waive irregularities and informalities of any bid and to award the bid in the best interest of the City of Oak Park Heights. 2. Payment for the contract will be by check. ► City of Oak Park Heights Valley View Park Boardwalk and Trail • Proposal BID COPY Page 4 of 4 3. Bids may not be withdrawn for a period of 45 days after the date and time set for the opening of bids. 4. The City retains the right to hold the bidder's bond,i certified che_ck or cash deposit of the three lowest bidders for a period not to exceed 45 days after the dateand time set for the opening of bids. Respectfully submitted, es') Colvsr_ ivc . .� A Corporation) � (A Partnership) Signer' Title - I*LF 17,15 ,11/941 Printed or Typed Name of Signer -- , City of Oak Park Heights Specifications Valley View Park Boardwalk and Trail Excavation and Embankment Description: This work shall consist of shaping and grading to the trail route through the ' prairie area and removal of the loose material above the abandoned roadbed through the wetlands. 1 Prairie Trail Common Excavation: Common excavation on the prairie portion of the trail will consist of the removal of soil over the 10 foot wide trail right of way. The soil will be excavated to 6 inches of depth at the downhill limit of the excavation. The bottom of ' the excavation shall be essentially horizontal for the 10 foot width of the trail. Wetland Trail Common Excavation: Soil removal along the wetland portion of the ' excavation will be 8 foot in width and only to remove loose material which has accumulated above the abandoned roadbed. Excavation will stop upon exposure of the road gravel. Storage of Excavated Material: Topsoil from the excavation will be stockpiled in designated locations in sufficient quantity as needed to restore disturbed areas and for the Ipath shoulders along the wetland portion of the trail. Excess material will be disposed of on site as specified by the engineer. In general the disposal sites will be along the abandoned railroad bed near where it intersects with trail and at a site approximately 500 ' feet south of this location. Drainage of Excavation: The Contractor shall be responsible for all drainage of ' excavated areas and sub-cuts and shall provide and maintain all permanent and temporary drainage channels, ditches, drainage swales, and/or culverts required within the project area as incidental to the work. Inspection: If the contractor encounters soft soils that will not compact to form a firm subgrade the Contractor will inform the Engineer. The Engineer will inspect the ' excavation and additional excavation can be ordered to correct soft soils encountered. ' Measurement: Prior to any excavation or embankment the Engineer shall cross section the entire project area. The Engineer will be notified 24 hours in advance of completion of the excavation in order to cross section the completed excavation and determine ' excavated quantities. Volumes will be calculated by the average end area method as determined from the original and final cross sections. ' Payment: Common excavation shall be paid for at the bid unit price. Quantities for common excavation are subject to change from the quantity stated on the proposal with no additional compensation to the bid unit price. The fianl quantitiy to be paid will be ' computed based on the actual cross sections as determined by field measurements during construction. Payment at the bid unit price shall be considered compensation in full for 1 Excavation and Embankment 1 of 2 City of Oak Park Heights ' Specifications Valley View Park Boardwalk and Trail all cost of excavation, salvaging only suitable materials as directed by the engineer, placement and compaction of excavated material, and disposal on site. 1 1 1 i 1 1 1 1 1 1 1 Excavation and Embankment 2 of 2 ' City of Oak Park Heights Specifications Valley View Park Boardwalk and Trail Subgrade Preparation 1 Description: This work shall consist of compacting the soil within the excavation for the ' prairie trail and compacting the exposed abandoned roadbed within the wetland to form a firm foundation for building the trail. Prairie Trail Subgrade Preparation: The 10 foot wide excavation shall be compacted using a drum or pad foot compactor. ' Wetland Trail Subgrade Preparation: The 8 foot wide exposed roadbed shall be compacted using a drum or pad foot compactor. ' Subgrade Inspections: 24 hours prior to completion of the subgrade compaction the Engineer will be informed of the estimated completion time. The Engineer will inspect the subgrade prior to installation of the Class 5 gravel aggregate base. Soft areas will be excavated and refilled with granular borrow material and recompacted. Payment: Subgrade preparation shall be paid for at the bid unit price. Quantities for Isubgrade preparation are subject to change from the quantity stated on the proposal with no additional compensation to the bid unit price. The final quantity to be paid will be computed based on the length of the prairie section of the trail by 10 feet width and the ' wetland trail length and 8 foot of width. Payment at the bid unit price shall be considered compensation in full for all cost of subgrade preparation. 1 Subgrade Preparation 1 of 1 City of Oak Park Heights Specifications Valley View Park Boardwalk and Trail Aggregate Base Reference: Section 2211 of Mn/DOT : Standard Specification for Construction" 1988 Edition and all amendments thereto shall apply except as modified or altered in this specification. Description: This work shall consist of placing compacting and leveling class 5 aggregate base material for the prairie and wetland trails. Aggregate: Aggregate material used in this project shall consist of Mn/DOT Class 5 aggregate base. Construction Requirements: Prior to aggregate base placement,the Engineer shall inspect the surface of the excavation. The Contractor is to construct the aggregate base to the de on the typical section and plan. The aggregate base shall be gradedh and oslerape cashown feet plus or minus based on the typical section. to a tolerance of 0.05 Prairie Trail Aggregate Base: Class 5 aggregate I depth of four inches in the 10 foot wide throughte gravelprairriie. beThplaced andea compacted toe a leveled in preparation for the installation of thituminous trail, aggregate base will be Wetland Trail Aggregate Base: Class ' g 5 aggregate gravel will be placed and compacted to a depth of four inches over the 8 foot wide trail over the abandoned roadbed. The aggregate base will be leveled in preparation for the installation of the bituminous trail. Inspection: 24 hours prior completion of the aggregate base placement, compaction and leveling the Engineer will be informed of the estimated completion time. The Engineer will inspect the aggregate base prior to the placement of the bituminous trail. Payment: Aggregate base material shall be paid for at the bid unit price by the ton compacted in place. Quantities for aggregate base are subject to change from the quantity stated on the proposal with no additional compensation to the bid unit price. Copies of all weigh tickets will be collected at the site and provided to the Engineer. Payment at the bid unit price shall be considered compensation in full for all cost of placing, compacting and leveling the aggregate base. If the aggregate base course material is being wasted or placed excessively thick,the Engineer reserves the right to deduct quantities that are in excess of plan thickness. Said quantities shall be based on material weighting 110 pounds per square yard of are per inch of thickness. 1 Aggregate Base 1 of 1 City of Oak Park Heights Specifications Valley View Park Boardwalk and Trail Plant Mixed Bituminous Pavement ' Reference: Unless otherwise noted and modified herein, all sections on Mn/DOT Supplemental Specifications dated May 2, 1994, Section 2340 shall apply. ' Description: This work shall consist of placing compacting a two inch thick hot,plant- mixed bituminous-aggregate mixture Type 41A wear course of the specified widths ' shown on the trail sections and these specifications. ' Materials: A. Aggregate: Aggregate shall conform to the requirements of section 3139 and the gradations for each type of mix as indicated in table 3139-1,or specifically ' as follows: Mix Type 41 —Aggregate Size A Pathway,Parking Lot Wear Course Mix Designation 41 WEA 50055 ' B. Bituminous Material: Bituminous material shall conform to Mn/DOT "Standard Specifications for performance graded asphalt" The Performance Grade Asphalt Cement shall be PG58-28. Restrictions: The wear course mixture shall not be placed when the air temperature,in the shade and away from artificial heat,is 50 degrees or less,unless approved by the ' Engineers. ' Plant Operations: All bituminous mixtures shall be furnished by a Contractor's Certified Plant for Bituminous Mixtures, adhering to Mn/DOT's certification program. ' Contractor Testing: The Contractor shall be required to perform quality control testing for all bituminous mixtures, in accordance to Mn/DOT Section 2340.3E3. ' Compaction Operations: Compaction requirements shall conform to Mn/DOT Specification 2340.3H2 as modified specified density method. Each required lift of bituminous mixture shall be uniformly compacted to a density not less than 91%of the maximum specific gravity value. Sufficient compaction equipment of proper size and good mechanical condition shall be used to compact the mixture to specified requirements. Thickness Requirements: After compaction,the thickness of the trail wear course shall ' be 2 inches+/- 1/4 inch. Any course constructed and material used in excess of the specified thickness plus 1/4 inch will be excluded from the pay quantities, except where prior authorization was received from the Engineer for additional thickness. ' Trail: Place and compact a two (2) inch thick by ten(10) foot wide Type 41A hot, Prairie p plant-mixed bituminous-aggregate wear course over the length of the prairie trail. The Plant Mix Bituminous Pavement 1 of 2 City of Oak Park Heights Specifications Valley View Park Boardwalk and Trail trial shall be level across its width to a maximum of one half inch dip to the downhill side over the 10 foot width. Wetland Trail: Place and compact a two(2)inch thick by eight(8)foot wide Type 41A hot,plant-mixed bituminous-aggregate wear course over the length The trial shall be level across its width to a maximum of one quarterin if nch dip prairie the either side. Inspection: 24 hours prior to the placement of the bituminous trail Engineer will be ' informed. Payment: Bituminous mixture shall be paid for at the bid unit price by the ton of material , placed and accepted. Quantities are subject to change from the quantity stated on the proposal with no additional compensation to the bid unit price. The final quantity to be paid will be computed based on the tonnage delivered to the site and accepted. Copies of all weigh tickets will be collected at the site and provided to the Engineer. Payment at the bid unit price shall be considered compensation in full for all cost of placing and compacting the trail. The cost of Contractor testing will be incidental to the bituminous mixture pay item If bituminous paving material is being wasted or placed excessively thick,the Engineer reserves the right to deduct quantities that are in excess of the plan thickness. Said quantities shall be based on bituminous material weighing 110 pounds per area per inch of thickness. square yard of ' 1 1 1 i 1 1 1 Plant Mix Bituminous Pavement 2 of 2 ' City of Oak Park Heights Specifications Valley View Park Boardwalk and Trail Boardwalk Construction Description: This work shall consist of construction and placement of six(6)foot wide ' boardwalk sections supported above the abandoned road through the wetlands by recycled concrete conduits and CCA Treated timbers. Materials: A. Wood Timber Ground Supports: Wooden Timber supports that contact the ' ground will be 4X6 or 6X6 timbers CCA treated to 0.6 retention. B. Wood Supports on Conduits: Wood used to adjust the height of the concrete ' conduit supports will be 2X6,4X6, or 6X6 CCA treated to 0.6 retention. C. Wood for Boardwalk Sections: Wood used for boardwalk sections will be ' CCA treated to 0.4 retention. D. Hardware: Deck screws,bolts,tiedowns and other metal hardware used for ' the construction of the boardwalks section will be galvanized. E. Concrete Conduit Supports: The concrete conduits to be used to support the ' boardwalk section are supplied by the City and have been pre-staged on 56th Street. ' General Boardwalk Dimensions: All boardwalks will be six(6) foot wide. The 12 and 14-foot length sections will be constructed of 2X10 joist 16 inches on center. Headers at ' each end of the sections will be constructed with two 2X10. The 16-foot section that is required to span the central channel will use 2X12 joist and 2X12's for the double headers. Decking material will be 6 foot lengths of 2X6 screwed to each joist with two 3 inch galvanized deck screws. Screw holes for connecting to the outside joist will be pre- , drilled to prevent splitting. Toeboards will be installed along all sections without railings. Toeboards will consist of ' 4X4 timbers supported on 2X4 boards and attached at the edges of the boardwalk sections. ' Hurricane tiedowns will be used to attach boardwalk sections to timber supports. Galvanized angles will be used to connect timber supports or boardwalk section to concrete conduits. Galvanized bolts will be used to connect the angles to the deck ' sections. Galvanized deck screws will be used to connect angles to timber supports. Connection of the angle to the concrete conduit will be by 3/8-inch concrete sleeve ' anchors. Boardwalk Construction 1 of 2 City of Oak Park Heights , Specifications Valley View Park Boardwalk and Trail Substitutions: Substitutions of equivalent materials can be made only with the prior approval of the Engineer. , Inspection: The Contractor will inform the Engineer of the location that the deck sections , are being constructed prior to the start of the construction. The Engineer will visit the construction site during the early stages of construction. Payment: Payment will be on a per unit basis as shown in the proposal. 1 1 1 1 1 1 1 Boardwalk Construction 2 of 2 ' City of Oak Park Heights Specifications Valley View Park Boardwalk and Trail Storm Sewer Construction Description: Storm sewer will be installed to control erosion from the water flow from ' the upper portion of Valley View Park. The system will consist of a beehive catch basin at the abandon railroad bed over a 4 foot diameter drop manhole with a 3 foot deep sump. The outlet of the manhole will be a run of 12 inch RCP to the second drop manhole at ' Station 00+75. From the second manhole will be a run of 12 inch RCP to a surge basin surrounded by Class III rip rap. Manhole Sta00+00: 4 foot diameter by 15 foot deep manhole structure,outlet for 12 inch RCP at 12 feet, 3 foot sump,inlet will be a Neenhah R-2560-G or equivalent beehive inlet. ' Manhole Sta00+75: 12 foot drop manhole with a Neenhah R-1642-B casting. ' Surge Basin: Surge basin will be an Elk River Concrete Surge Basin for 12 inch pipe. The area surrounding the surgebasin will be filled with approximately 5 CY of Class III rip rap resting on Geotextile fabric and granular fill material. Granular fill material will ' be obtained from the washout area adjacent to the stormsewer. The cross section of the rip rap shall be such as to maximize the area where the water flows into the prairie and ' minimizes erosion. Installation: Pipes will be installed per Mn/DOT Spec 2501 —Culverts. Payment: Payment will be on a per unit basis as shown in the proposal. Quantities are subject to change from the quantity stated on the proposal with no additional compensation to the bid unit price. 1 i 1 Storm Sewer Construction 1 of 1 1 City of Oak Park Heights Specifications Valley View Park Boardwalk and Trail Restoration and Turf Establishment Description: This work shall consist of restoring disturbed areas to original or specified final grade. The City's prairie restoration contractor will plant prairie mix to match the previous restoration efforts under a separate contract with the City. Topsoil: Stockpiled topsoil from the trail and storm sewer excavation will be used for all ' site restoration. The areas to be restored will be covered generally with 2 to 3 inches of topsoil evenly spread and lightly compacted. Coordination: Approximately 2 weeks prior restoration ' Engineer who will coordinate with the prairie restoratinncontractoContractor will inform the Payment: Payment ' ym for topsoil placement on a unit price basis per the proposal. Quantities are subject to change from the quantity stated on the proposal with no additional compensation to the bid unit price. 1 1 1 1 1 1 1 1 Restortation and Turf Establishment 1 of 1 CONDITIONS OF THE CONTRACT ' TABLE OF CONTENTS SECTION 1 -DEFINITIONS ' 1.1 ACTS OF GOD 1.2 ADDENDA ' 1.3 AGREEMENT 1.4 BID SECURITY ' 1.5 BIDDER 1.6 CONTRACT 1.7 CONTRACT DOCUMENTS ' 1.8 CONTRACT PRICE 1.9 CONTRACTOR ' 1.10 CHANGE ORDER 1.11 DAY ' 1.12 DEFECTIVE 1.13 DRAWINGS 1.14 ENGINEER ' 1.15 FIELD ORDER 1.16 FINAL COMPLETION ' 1.17 MODIFICATION 1.18 NOTICE OF AWARD ' 1.19 NOTICE TO PROCEED 1.20 OWNER 1.21 PERFORMANCE AND PAYMENT BONDS 1.22 PROJECT 1.23 PROPOSAL 1.24 RESIDENT PROJECT REPRESENTATIVE 1.25 SHOP DRAWINGS ' 1.26 SPECIFICATIONS 1.27 SUBCONTRACTOR ' 1.28 SUBSTANTIAL COMPLETION 1.29 SURETY 1.30 WRITTEN NOTICE ' 1.31 WORK 1 Conditions of the Contract Contents TABLE OF CONTENTS (CONT'D) ' SECTION 2 -BIDDING REQUIREMENTS 2.1 PROPOSAL FORMS 2.2 INTERPRETATION OF QUANTITY ESTIMATES 2.3 EXAMINATION OF PLANS, SPECIFICATIONS AND WORK SITE 111 2.4 ADDENDA 2.5 PREPARATION OF BID , 2.6 RESERVATIONS AND/OR EXCEPTIONS 2.7 BID SECURITY 2.8 DELIVERY OF PROPOSAL 2.9 OPENING OF PROPOSALS 2.10 EVALUATION OF PROPOSALS 2.11 CERTIFICATION OF INDEPENDENT PRICE DETERMINATION SECTION 3 AWARD AND EXECUTION OF CONTRACT,PROGRESS &COMPLETION OF WORK 3.1 AWARD OF CONTRACT 3.2 EXECUTION OF AGREEMENT 3.3 FAILURE TO EXECUTE AGREEMENT 3.4 RETURN OF BID SECURITY 3.5 NOTICE TO PROCEED ' 3.6 CONTRACT TIME 3.7 SCHEDULE OF COMPLETION 3.8 COMPUTATION OF TIME 3.9 LIQUIDATED DAMAGES SECTION 4 - CONTRACT DOCUMENTS: INTENT AND REUSE 4.1 INTENT OF CONTRACT DOCUMENTS 4.2 ORDER OF PRECEDENCE 4.3 DISCREPANCIES ' 4.4 ADDITIONAL INSTRUCTIONS 4.5 DRAWINGS AND SPECIFICATIONS AT JOB SITE 111 4.6 OWNERSHIP OF DRAWINGS AND SPECIFICATIONS AND REUSE 4.7 DIMENSIONS Conditions of the Contract iii Contents TABLE OF CONTENTS(CONT'D) ' SECTION 8 -MATERIALS,EQUIPMENT,INSPECTION AND WORKMANSHIP 8.1 MATERIALS AND EQUIPMENT FURNISHED BY CONTRACTOR ' 8.2 EQUIVALENT MATERIALS AND EQUIPMENT 8.3 MATERIALS FURNISHED BY OWNER 8.4 STORAGE OF MATERIALS ' 8.5 SAMPLES 8.6 FURNISHING OF PRODUCT DATA 8.7 QUALITY OF EQUIPMENT AND MATERIALS 8.8 SHOP DRAWINGS ' 8.9 ACCESS TO AND OBSERVATION OF WORK 8.10 TESTS AND INSPECTIONS 8.11 UNCOVERING THE WORK 8.12 CUTTING AND PATCHING 8.13 WARRANTY AND GUARANTEE 1 8.14 CORRECTION PERIOD 8.15 CORRECTION OR REMOVAL OF DEFECTIVE WORK ' 8.16 ACCEPTANCE OF DEFECTIVE WORK 8.17 OWNER MAY STOP WORK ' 8.18 OWNER MAY CORRECT DEFECTIVE WORK SECTION 9-MEASUREMENT,PAYMENT AND PROJECT ACCEPTANCE 9.1 DETAILED BREAKDOWN OF CONTRACT AMOUNT 9.2 REQUEST FOR PAYMENT 9.3 ENGINEER'S ACTION ON A REQUEST FOR PAYMENT ' 9.4 OWNER'S ACTION ON AN APPROVED REQUEST FOR PAYMENT 9.5 OWNER'S RIGHT TO WITHHOLD PAYMENT ' 9.6 CONTRACTOR'S WARRANTY OF TITLE 9.7 SUBSTANTIAL COMPLETION 9.8 PARTIAL UTILIZATION 9.9 FINAL INSPECTION 9.10 FINAL APPLICATION FOR PAYMENT 9.11 FINAL PAYMENT AND ACCEPTANCE 9.12 CONTRACTOR'S CONTINUING OBLIGATION ' 9.13 WAIVER OF CLAIMS Conditions of the Contract v Contents I 1 TABLE OF CONTENTS (CONT' D) SECTION 10 - CHANGES IN THE WORK 10.1 CHANGE ORDERS 10.2 FIELD ORDERS 10.3 UNAUTHORIZED WORK 10.4 ENGINEER RECOMMENDATIONS 10.5 NOTICE OF CHANGE TO SURETY 10.6 CLAIMS FOR ADDITIONAL COSTS 10.7 WORK DURING AN EMERGENCY i SECTION 11 -CHANGE OF CONTRACT PRICE AND CONTRACT TIME 11.1 CONTRACT PRICE 11.2 CHANGE IN CONTRACT PRICE 11.3 BASIS OF CHANGE ' 11.4 CHANGE OF CONTRACT TIME SECTION 12- SUSPENSION OF WORK AND TERMINATION i 12.1 OWNER MAY SUSPEND WORK 12.2 OWNER MAY TERMINATE 12.3 CONVENIENCE TERMINATION BY THE OWNER 12.4 CONTRACTOR MAY STOP WORK OR TERMINATE SECTION _ , 13 MISCELLANEOUS 13.1 LIMITATION OF LIABILITY 13.2 REMEDIES 13.3 PUBLIC CONVENIENCE 13.4 CROSSING UTILITIES, ETC. 13.5 SANITARY PROVISIONS 13.6 PRESERVATION OF HISTORICAL OBJECTS 13.7 USE OF PREMISES FORM OF AGREEMENT PERFORMANCE BOND LABOR AND MATERIAL PAYMENT BOND 1 Conditions of the Contract vi Contents CONDITIONS OF THE CONTRACT ' SECTION 1 ' DEFINITIONS ' 1. 1 ACTS OF GOD An Act of God is an unusual, extraordinary and sudden manifestation of the forces of nature, uncontrolled and uninfluenced by the power of man and without human intervention,that could ' not under normal circumstances have been anticipated or expected. Ordinary weather conditions of normal intensity for the locality shall not be considered as an Act of God. 1.2 ADDENDA Written or graphic instruments issued prior to the opening of Bids, which clarify, correct or change the bidding documents or the Contract Documents. ' 1.3 AGREEMENT The Agreement is the written document executed by the Owner and Contractor covering the ' performance of the Work described in the Contract Documents. 1.4 BID SECUITY ' The Bid Security, where required by the Advertisement or Information to Bidders, is a cashier's or certified check, cash or Bid Bond accompanying the Proposal submitted by the bidder, ' pledging that the bidder will enter into an Agreement with the Owner for the carrying out of the Work, should the contract for the Work be awarded to him. ' 1.5 BIDDER A Bidder is an individual or other entity submitting a Proposal for the advertised Work. ' 1.6 CONTRACT ' The Contract Documents form the Contract. The Contract represents the entire and integrated agreement between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written or oral. I Conditions of the Contract 1-1 Section 1 1 1 1.7 CONTRACT DOCUMENTS ' The Contract Documents consist of the following, including all Addenda issued prior to the opening of bids,Field Orders, Change Orders or other Modifications issued after execution of the Agreement: (a)Drawings, (b) Specifications: (1) Bid Documents(Advertisement,Addenda,Information to B' ' Bid Security); adders,Proposal and (2) Special Provisions; (3) General and Specific Requirements; , (4) Conditions of the Contract(General and other conditions); (5) Performance Bond and Labor and Material Payment Bond; (6) Form of Agreement; (7) 111 Detail Plates sand other drawings attached to specifications;. 1.8 CONTRACT PRICE The moneys payable by Owner to Contractor under the Contract Documents as stated in the Agreement. ' 1.9 CONTRACTOR The Contractor is theerson or entity ' p or authorized representative thereof named in the Contract Documents. 1.10 CHANGE ORDER A written order to Contractor signed by Owner authorizing an addition,deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Time issued after the effective date of the Agreement. 1.11 DAY A calendar day of twenty-four hours measured from midnight to the next midnight. Conditions of the Contract 1-2 Section 1 ' 1.12 DEFECTIVE Refers to Work that is unsatisfactory, damaged, faulty or deficient, does not conform to the Contract Documents or does not meet the requirements of any inspection, test or approval referred to in the Contract Documents. ' 1.13 DRAWINGS The Drawings are all plans, drawings (including revisions thereto) or reproductions thereof ' issued by the Engineer pertaining to the Work provided for in the Contract Documents. 1.14 ENGINEER ' The Engineer is the person or entity or authorized representative thereof named in the Contract Documents. 1.15 FIELD ORDER ' A written order issued by Engineer which orders minor changes in the Work in accordance with Paragraph 10.2, but which does not involve a change in the Contract Price or the Contract ' Time. 1. 16 FINAL COMPLETION The Work, including any punch list items, has been completed in all respects in accordance with the Contract Documents. 1. 17 MODIFICATION (a) A written amendment of the Contract Documents signed by both parties, (b) a Change Order, or(c) a Field Order. ' 1. 18 NOTICE OF AWARD The written notice by Owner to the apparent successful Bidder stating that upon compliance by ' the apparent successful Bidder with the conditions precedent enumerated therein, within the time specified, Owner will sign and deliver the Agreement. ' 1. 19 NOTICE TO PROCEED A written notice given by Owner to Contractor (with a copy to Engineer) fixing the date on ' which the Contract Time will commence to run and on which Contractor shall start to perform his obligation under the Contract Documents. Conditions of the Contract 1-3 Section 1 1.20 OWNER The Owner is the person or entity or authorized representative thereof named in the Contract Documents. 1.21 PERFORMANCE AND PAYMENT BONDS The Performance and Payment Bonds are the approved form PP of security furnished by the Contractor and a Surety prior to the execution of the Agreement as a pledge of good faith on the part of the Contractor and the Surety in the event of the Contractor's default, covering the Contractor's faithful performance under the Contract Documents and the payment of all obligations arising thereunder. 1.22 PROJECT The total construction of which the Work to be provided under the Contract Documents may the whole,or a part as indicated elsewhere in the Contract Documents. be 1.23 PROPOSAL The Proposal is the offer of a bidder to perform the Work described in the Bid Docume when made out and submitted on the prescribed Proposal form nts P ,properly signed and secured. 1.24 RESIDENT PROJECT REPRESENTATIVE The authorized representative ' of the Engineer who is assigned to the site or any part thereof. 1.25 SHOP DRAWINGS All drawings, diagrams, illustrations, schedules and other data which are specifically prepared by Contractor, a Subcontractor, manufacturer, fabricator, supplier or distributor to illustrate some portion of the Work and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams and other information prepared by a manufacturer, fabricator, supplier or distributor and submitted by Contractor to illustrate material or equipment portion of the Work. for some 1.26 SPECIFCATIONS That portion of the Contract Document generally bound in booklet form and consisting of the ' documents identified in Paragraph 1.7(b)of the Conditions of the Contract. 1.27 SUBCONTRACTOR , The Subcontractor is the person or other entity having a direct contract with the Contractor and acts for or on behalf of the Contractor in executing any part of the Contract, but does not include any separate Contractor or his Subcontractor or any material suppliers. Conditions of the Contract 1-4 Section 1 1 128 SUBSTANTIAL COMPLETION ' The Work (or a specified part thereof) has progressed to the point where, in the opinion of Engineer as evidenced by his certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or specified part) can be utilized ' for the purposes for which it was intended; or if there be no such certificate issued, when final payment is due in accordance with Paragraph 9.10 and 9.11. The terms "substantially complete" a and "substantially completed" as applied to any Work refer to Substantial Completion thereof. 1.29 SURETY A Surety is the person or other entity executing the Contractor's Bid, Performance and Payment Bonds. ' 1.30 WRI I EN NOTICE ' Written Notice shall be deemed to have been served if delivered in person or sent by registered or certified mail to the individual or other entity or to the last known business address of such individual or entity. It shall be the duty of each party to advise the other parties to the ' Agreement as to any change in the business address until completion and acceptance of the Work. 1.31 WORK The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work is the result of performing services, ' furnishing labor and furnishing and incorporating materials and equipment into the construction, all as required by the Contract Documents. 1 1 1 Conditions of the Contract 1-5 Section 1 ' CONDITIONS OF THE CONTRACT SECTION 2 BIDDING REQUIREMENTS ' 2.1 PROPOSAL FORMS The Owner will furnish Proposal Forms to any qualified Bidder upon request. ' 2.2 INTERPRETATION OF QUANTITY ESTIMATES The schedule quantities as listed in the Proposal are to be considered approximate only and may be increased,decreased or omitted as necessary to complete the Work as described in the Contract Documents. ' 2.3 EXAMINATION OF PLANS, SPECIFICATIONS AND WORK SITE Each Bidder is required to examine carefully the site of the Work, the Proposal Forms, ' Specifications and Plans. Submission of a Proposal constitutes a representation by the Bidder that he has made such examination, has familiarized himself with the conditions to be ' encountered, the character, quality and quantity of work to be performed and material to be furnished and has correlated his observations with the requirements of these Contract Documents. ' 2.4 ADDENDA ' Any Addenda issued prior to the time of receipt of Proposals shall be included in the Proposal and shall be made part of the Contract Documents. Receipt of each Addendum shall be acknowledged by the Bidder in his Proposal. ' 2.5 PREPARATION OF BID ' The bidder shall submit his Proposal on the Proposal Form provided by the Owner. All blank spaces in the Proposal must be filled in clearly and correctly in ink or typewritten. Any interlineation, alteration or erasure must be initialed by the signer of the Proposal. The Proposal ' shall be signed in ink by the individual or authorized representative making the Proposal. ' 2.6 RESERVATIONS AND/OR EXCEPTIONS Reservations or exceptions shall be clearly stated in writing and attached to the Proposal. They ' will be deemed to be a part of and incorporated into the Proposal. Bidders are advised that if such reservations or exceptions constitute a substantial deviation from the advertised terms and conditions, their Proposals may be rendered non-responsive. The Bidder shall make no ' additional stipulations on the Proposal nor qualify it in any other manner. ' Conditions of the Contract 2-1 Section 2 1 t 2.7 BID SECURITY , If so stipulated in the Advertisement for Bids, or Information to Bidders, each Proposal shall be accompanied by a Bid Security in the required form and amount pledging that the Bidder will enter into a Contract with the Owner on the terms stated in his Proposal and will, if required, furnish bonds as described hereunder in Section 6 covering the faithful performance of the Contract and the payment of all obligations arising thereunder. Should the Bidder refuse to enter into such Contract or fail to furnish such bonds, if required, the amount of the Bid Security shall be forfeited to the Owner as liquidated damages, not as a penalty. The Owner will have the right to retain the Bid Security of Bidders until either(a) the Agreement has been executed and bonds, if required, have been furnished by the Contractor to whom an award has been made or (b) the specified time has elapsed so that unaccepted Proposals may be withdrawn, or(c)all Proposals have been rejected. 2.8 DELIVERY OF PROPOSAL ' Each Proposal shall be placed in an opaque envelope and securely sealed. The envelope shall be so marked as to indicate the name and address of the Bidder, the type of work and the Project Designation. If mailed, the sealed envelope shall be enclosed in a separate mailing envelope with the notation "PROPOSAL ENCLOSED" on the face thereof. All Proposals shall be in the office of the designated recipient before the time set for bid opening. 2.9 OPENING OF PROPOSALS Proposals will be opened publicly and read aloud at the ' tune, date and place designated in the Advertisement. 2. 10 EVALUATION OF PROPOSALS The Owner reserves the right to reject any Proposal if it shows any omissions, alterations, irregularities, is submitted subsequent to the time established in the Advertisement for Bids for receipt of bids, or is unaccompanied by any required Bid Security. The Bidder further acknowledges the right of the Owner to reject all Proposals and readvertise with the same or different Bid Documents. In any event, the Owner reserves the right to waive any informalities, irregularities or minor deviations in the Proposal. On unit price Proposals, comparison of Proposals will be made on the basis of the stated unit prices and unit prices will control in the event of a discrepancy between the unit price and the extension or summation thereof. On fixed or lump sum price Proposals, comparison of Proposals will be made on the basis of the lowest price that is responsive to the Advertisement. Conditions of the Contract 2-2 Section 2 1 ' 2.11 CERTIFICATION OF INDEPENDENT PRICE DETERMINATION By submission of a Proposal,each Bidder certifies that: ' (a) The prices in the Proposal have been arrived at independently,without consultation, communication or agreement as to any matters relating to such prices with any other bidder ' or with any competitor for the purpose of restricting competition; ' (b) The prices in the Proposal have not been or will not be knowingly disclosed to any other bidder or competitor prior to the Owner's opening of the Proposals; ' (c) No attempt has been made or will be made by the Bidder to induce any other person or film to submit or not to submit a Proposal for the purpose of restricting competition. 1 1 1 1 1 ' Conditions of the Contract 2-3 Section 2 CONDITIONS OF THE CONTRACT , SECTION 3 AWARD AND EXECUTION OF CONTRACT, PROGRESS & , COMPLETION OF WORK 3.1 AWARD OF CONTRACT ' When the lowest responsive Proposal of the lowest responsible bidder is accepted and within the time limit established in the Advertisement for Bids, the Owner will send him the necessary Contract Documents and a Notice that the contract has been awarded to him, subject to the furnishing of a Performance and Payment Bond,where required. , 3.2 EXECUTION OF AGREEMENT The lowest responsible bidder shall, within 15 days after receiving the Notice of Award and I Contract Documents, sign the Agreement contained in the Contract Documents and return the signed Agreement and such Bonds and Insurance forms as the successful Bidder may be required to furnish to the Owner. 3.3 FAILURE TO EXECUTE AGREEMENT 1 Upon the failure of the lowest responsible bidder to furnish an acceptable Bond, where required, or to execute the Agreement within the time above specified,the Owner may have the option to annul the award and retain the Bid Security accompanying the Bid as liquidated damages and not as a penalty. This shall not be the sole remedy of the Owner but upon default by the Bidder the Owner may adopt any legal remedy which it may see fit to adopt. 3.4 RETURN OF BID SECURITY All Bid Securities, except that of the lowest responsible bidder, will be returned within 45 days after the date of the opening of Proposals unless stated otherwise in the Special Provisions. The Bid Security of the lowest responsible bidder will be returned upon receipt of the properly executed Agreement and Bond. 3.5 NOTICE TO PROCEED The date of commencement of the Work is the date set forth in the Notice to Proceed. 1 Thereupon, the Contractor shall begin and shall prosecute the Work regularly and without interruption, unless otherwise directed in writing by the Owner, with such manpower and equipment as is necessary to complete the Work within the time stated in the Contract Documents. 1 Conditions of the Contract 3-1 Section 3 1 ' 3.6 CONTRACT TIME The Contractor shall complete, in an acceptable manner, all of the Work contracted for in the ' time stated in the Contract Documents, subject only to extension for unforeseeable delays above and beyond the control of the Contractor and his Subcontractors and without their fault or negligence. Written notice of the Contractor's claim for such extension shall be given within ' ten (10) days of the occurrence of the event giving rise to the claim; otherwise the claim shall be waived. 1 3.7 SCHEDULE OF COMPLETION The Contractor shall submit, at such time as may reasonably be requested by the Engineer, ' schedules which shall show the order in which the Contractor proposes to carry on the Work, with dates at which the Contractor will start the several parts of the Work and estimated dates ' of completion of the several parts. 3.8 COMPUTATION OF TIME ' When any period of time is referred to in the Contract Documents by days, it shall be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable ' jurisdiction, such day shall be omitted from the computation. ' 3.9 LIQUIDATED DAMAGES 3.9.1 Time is the essence of the contract. The Contractor thereby agrees that the Owner will be entitled to liquidated damages for failure on the part of the Contractor to complete the Work within the time limits provided for in the Contract Documents. ' 3.9.2 Should the Contractor fail to complete the project on or before the specified date, liquidated damages in the amount specified in the Special Provisions shall be deducted from any monies due or coming due to the Contractor or shall be paid to the Owner not as a penalty ' but as liquidated damages for each and every calendar day that the contract shall remain uncompleted after the specified date for Completion. Liquidated damages are specified herein because of the extreme difficulty of ascertaining and establishing the actual damages which the ' Owner would sustain. 1 ' Conditions of the Contract 3-2 Section 3 1 I CONDITIONS OF THE CONTRACT I SECTION 4 CONTRACT DOCUMENTS: INTENT AND RE USE I 4.1 INTENT OF CONTRACT DOCUMENTS I 4. 1.1 The Contract Documents comprise the entire Agreement between Owner and Contractor concerning the Work. They may be altered only by a written Change Order. I 4.1.2 The Contract Documents are complementary; what is called for by one is binding as if called for by all. If, during the performance of the Work, the Contractor finds a conflict, ambiguity or I discrepancy in the Contract Documents, he shall report it to engineer in writing at once and before proceeding with the Work affected thereby; however, Contractor shall not be liable to Owner or Engineer for failure to report any conflict, ambiguity or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof or should reasonably have known thereof. 4.1.3 It is the intent of the Specifications and Drawings to describe a complete project (or I thereof) to be constructed in accordance with the Contract Documents. Any Work that may reasonably be inferred from the Specifications or Drawings as being required to produce the intended result shall be supplied whether or not it is specifically called for. When words I have a well-known technical or trade meaning are used to describe Work, materials or equipment, such words shall be interpreted in accordance with such meaning. Reference to standard I specifications, manuals or codes of any technical society,organization or association,or to the code of any governmental authority,whether such reference be specific or by implication, shall mean the latest standard specification, manual or code in effect at the time of opening of Bids (or, on the I effective date of the Agreement if there were no Bids), except as may be otherwise specifically stated. However,no provision of any referenced standard specification, manual or code (whether or not specifically incorporated by reference in the Contract Documents) shall change the duties and I responsibilities of Owner, Contractor or Engineer, or any of their agents or employees from those set forth in the Contract Documents. Clarifications and interpretations of the Contract Documents shall be issued by Engineer as provided for in Paragraph 4.4. I 4.1.4 The Contract Documents shall be governed by the law of the place of the Project. 4.2 ORDER OF PRECEDENCE I If there be a conflict between or among any of the terms or provisions of the Contract Documents, I which conflict cannot be reconciled by resorting to the intent of the Contract Documents under Paragraph 4. 1,the conflict shall be resolved by applying the following Order of Precedence: I (a)Agreement; (b) Conditions of the Contract; (c) Special Provisions; I (d) Specific Requirements; Conditions of the Contract 4-1 I Section 4 I ' (e) General Requirements; (f)Drawings. 4.3 DISCREPANCIES Any conflict, ambiguity or discrepancy in the Contract Documents, no matter how seemingly ' insignificant to the Contractor, shall be brought immediately to the attention of the Engineer for clarification. Any Contractor who fails to bring any conflict, ambiguity or discrepancy to the attention of the Engineer of which it was or should have been aware, shall assume the risk of loss ' arising out of any such conflict, ambiguity, or discrepancy. 4.4 ADDITIONAL INSTRUCTIONS Further or additional instructions may be issued by the Engineer during the progress of the Work by the use of Drawings or other means to clarify the intent of the Contract Documents or to explain or illustrate Changes in the Work or Field Orders. ' 4.5 DRAWINGS AND SPECIFICATIONS AT JOB SITE Contractor shall keep one record copy of all Specifications, Drawings, Addenda, Modifications, Shop Drawings and samples at the site, in good order and annotated to show all changes made during the construction process. These shall be available to Engineer for examination and shall be delivered to Engineer for Owner upon completion of the Work. 4.6 OWNERSHIP OF DRAWINGS AND SPECIFICATION AND REUSE ' All original Drawings and Specifications and other data furnished by the Engineer are and shall remain his property. Copies thereof will be furnished to Owner and are to be used only with respect to this Project and are not to be used on any other project or extensions of this Project without the ' prior written consent of Engineer. Submission or distribution to meet official regulatory requirements or for other purposes in connection with the Project are not to be construed as publication in derogation of the Engineer's common law copyright or other reserved rights. ' 4.7 DIMENSIONS Figured dimensions on the plans will be used in preference to scaling the Drawings. Any conflicts, ambiguity, or discrepancy shall be immediately brought to the attention of the Engineer before proceeding with the affected Work. Contractor shall assume the risk of loss for failure to bring to the attention of the Engineer such conflict, ambiguity, or discrepancy. Conditions of the Contract 4-2 Section 4 i i CONDITIONS OF THE CONTRACT ' SECTION 5 AVAILABILITY OF LANDS, PHYSICAL CONDITIONS,REFERENCE ' POINTS 5.1 AVAILABILITY OF LANDS ' 5. 1.1 Owner shall furnish, as indicated in the Contract Documents,the lands upon which the Work is to be performed, rights-of-way for access thereto, and such other lands which are designated for the use of Contractor. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by Owner, unless otherwise provided in the Contract ontract ' 5.1.2 Contractor shall,at his expense,provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. Contractor shall confine his machinery and equipment, storage of materials and operation of workmen to those areas described in the Contract Documents and such additional areas which he may provide at his expense. 5.2 PRIVATE PROPFRTY 1 The Contractor shall not enter upon private property for any purpose without obtaining written permission from the owner thereof, and he shall be responsible for the preservation of all property, trees, monuments, etc., along and adjacent to the street and/or right-of-way, and shall use every precaution necessary to prevent damage or injury thereto. He shall protect carefully from disturbance or damage all monuments and property markers until an authorized agent has witnessed or otherwise referenced their location and shall not remove them until directed. 5.3 SURVEYS Unless otherwise specified, the Owner shall establish all base lines for the location of the principal component parts of the Work together with a suitable number of bench marks adjacent to the Work. Based upon the information provided by the Owner, the Contractor shall develop and make all detail surveys necessary for construction, including batter boards, stakes for pile locations and other working points, lines and elevations. The Contractor shall be responsible for carefully preserving bench marks, reference points and stakes, and, in the case of destruction thereof resulting from his negligence or otherwise, the Contractor shall be charged with the expense and damage resulting therefrom and shall be responsible for any mistakes that may be caused by the unnecessary loss or disturbance of such bench marks, reference points and stakes. 5.4 UTILITIES The Contractor shall be solely responsible for verifying the exact location of all utilities, , whether or not shown on the Drawings or referenced in the Specifications. Prior to the start of any construction, the Contractor shall notify all utility companies having utilities in the Project Conditions of the Contract 5-1 Section 5 1 area. The Contractor shall have sole responsibility for providing temporary support and for ' protecting and maintaining all existing utilities in the Project area during the entire period of construction, including but not limited to the period of excavation, backfill and compaction. In ' carrying out this responsibility, the Contractor shall exercise particular care, whenever gas mains or other utility lines are crossed, to provide compacted backfill or other stable support for such lines to prevent any detrimental displacement,rupture or other failure. 5.5 INVESTIGATIONS ' Reference is made to the Contract Documents for identification of those reports of investigations and tests of subsurface or latent physical conditions at the site or otherwise affecting cost, progress or performance of the Work which have been relied upon by Engineer ' in preparation of the Drawings and Specifications. Such reports or tests are not guaranteed as to accuracy or completeness and if incorporated into the Contract Documents, they shall be for general information only. Contractor shall be responsible for verifying site and subsurface ' conditions to his satisfaction prior to submitting a bid on the project. ' 5.6 UNFORESEEN PHYSICAL CONDITIONS Contractor shall immediately notify Owner and Engineer in writing of any subsurface or latent ' physical conditions at the site or in an existing structure differing materially from those indicated or referred to in the Contract Documents. Engineer will promptly review those conditions and advise Owner in writing if further investigation or tests are necessary. Promptly thereafter, Owner shall obtain the necessary additional investigations and tests and furnish copies to Engineer and Contractor. If Engineer finds that the results of such investigations or tests indicate that there are subsurface or latent physical conditions which differ materially from those intended in the Contract Documents, and which could not reasonably have been anticipated by Contractor, a Change Order shall be issued incorporating the necessary revisions. 1 1 ' Conditions of the Contract 5-2 Section 5 CONDITIONS OF THE CONTRACT SECTION 6 , INSURANCE,AND BONDS, LEGAL RESPONSIBILITY AND PUBLIC SAFETY 6.1 INSURANCE 6.1.1 General: The Contractor shall not commence work under this contract until he has obtained 111 all insurance required under this Section and shall have filed the certificate of insurance or the certified copy of the insurance policy with the Owner and Engineer. The Contractor shall not allow any Subcontractor to commence work on his subcontract until all insurance required for the Subcontractor has been obtained. Each insurance policy shall contain a clause providing that it shall not be canceled by the insurance company without thirty (30) days written notice to the Owner and Engineer of intent to cancel. Certificates of insurance shall be submitted on Standard Form C.I.C.C.-701 or ACORD 25 forms and shall specifically note the clause providing for 30 day written notice to the Owner and Engineer of intent to cancel. This clause shall read as follows: "Should any of the above described policies be cancelled before the thereof, the issuing company will mail 30 days written notice to the certificate der named to the left." 6.1.2 Workmen's Compensation & Employer Liability Insurance: The Contractor shall secure and maintain during the life of this Contract, Workman's Compensation and Employer's Liability Insurance as required by law for all his employees to be engaged directly or indirectly in the work on the project under this Contract. In case any work is sublet, the Contractor shall require the Subcontractor to similarly provide Workmen's Compensation and Employer's Liability Insurance for all the latter's employees to be engaged directly or indirectly in such work. The Contractor shall also maintain insurance required under any other Employee Benefit Acts in force or required by law at the site of construction. 6.1.3 Contractor Comprehensive General & Automobile Liability: The Contractor shall procure 1 and maintain during the life of this Contract, Contractor's Comprehensive General and Automobile Liability Insurance which shall protect him from claims for damages for personal injury, including accidental death, as well as from claims forroe P p rty damage which may arise from operations under this contract, whether such operations be by himself or by any Subcontractor or by anyone directly or indirectly employed by either of them. The insurance shall be in amounts listed below and shall provide coverage under the following hazards: 1. Operations of Contractor. 2. Operations of Subcontractor(Contingent). Conditions of the Contract 6-1 Section 6 I I 3. Products, including completed operations. This insurance is to be carried for a period of one year after completion or acceptance of the work. 4. Contractual Liability (See Section 6.1.5). 5. Property Damage. 6. Broad Form Property Damage. 7. All Owned,Non-Owned and Hired Vehicles. IMinimum Limits - General Liability I 1.Bodily injury $500,000.00 each occurrence $500,000.00 completed operations 1 2.Property damage$ 100,000.00 each occurrence $200,000.00 aggregate I Minimum Limits-Automobile Liability 1.Bodily injury $250,000.00 each person $500,000.00 each occurrence 2.Property damage $100,000.00 each occurrence I $200,000.00 aggregate It is required that basic exclusions for damage caused by explosion, collapse and damage to underground facilities, commonly known as X, C, U exclusions, be removed from the policies and Iso indicated as covered in the declaration and on certificates of insurance. This provision of the Conditions of the Contract will be waived on above ground projects where hazards of explosion ' and/or collapse do not exist. The exclusion of explosion will be allowed on underground projects where blasting is not required. I In addition to all of the listed coverages, the Contractor shall procure and maintain an Umbrella Excess Liability Policy in a minimum limit of $ 1,000,000.00. Any Umbrella Excess Liability policy in excess of$ 1,000,000 may be utilized to meet the above listed basic coverages. I6.1.4 Builder's Risk Insurance: Before commencement of the Work, the Contractor shall provide Builder's Risk Insurance on a multiple peril form in the full amount of the total construction and Imaterial contract. Such insurance shall contain an appropriate rider to include as Additional Named Insureds, the Owner, the Engineer and his consultants, and each of their officers, employees and agents, all Subcontractors, the equipment Contractors and all of their Subcontractors on the Iconstruction premises. Such insurance may have a deductible clause but the deductible amount shall be borne by the Contractor and shall not exceed$ 1,000.00. The Builder's Risk Insurance required herein shall apply to projects involving construction of structures and building only.The requirements of this section shall be waived on projects involving I only underground utilities, grading, street improvements and similar construction work, but any damage or loss to property shall be the sole responsibility of the Contractor until final acceptance of the Work. I Conditions of the Contract 6-2 Section 6 I If the Owner finds it necessary to occupy or use a portion orportiopror I to substantial completion thereof, such occupancy shall not commence prior to t me mutually agreed to by the Owner and Contractor and to which the insurance company or companies providing the property insurance have consented by endorsement to the policy or policies. This insurance shall not be cancelled or lapsed on account of such partial occupancy. Consent of the Contractor and of the insurance company or companies to such occupancy or use shall not be unreasonably withheld. I The Owner and Contractor waive all rights against each other and the Subcontractors and their I agents and employees and against the Engineer and separate Contractors (if any) and their Subcontractors' agents and employees, for damages caused by fire or other perils to the extent covered by insurance provided under this section or any other property insurance applicable toI the work. 6.1.5 Contractual Liability Insurance• To the fullest extent permitted by law, the Contractor I shall indemnify and hold harmless the Owner and the Engineer and their agents and employees from and against all claims, damages, losses and expenses, including but not limited to attorneys' fees arising out of or resulting from the performance of Work provided that any such I claim, damage, loss or expense (1) is attributable to bodily injury, a to injury to or destruction of tanroe sickness, disease or death, or ible g P property (other than the Work itself) including the loss of I use resulting therefrom, and (2) is caused in whole or in part by any negligent act or omission of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in I part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge or otherwise reduce any other right or obligation of indemnity which would otherwise exist to any party or person described in this Section. as I In any and all claims against the Owner or the Engineer or any of their agents or employees by Iany employee of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation under. this Section shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any Subcontractor under I worker's or workmen's compensation acts, disability benefit acts or other employee benefit acts. 6.1.6 Minimum Insurance Re uirements: Losses other than those covered by insurance shall be I the sole responsibility of the Contractors. The insurance requirements as set forth herein shall be considered to be minimum requirements only. Any other insurance that may be necessary to provide adequate coverage must be provided by the Contractors and shall be th ' I responsibility. etr sole 6.1.7 Boiler Insurance: If a permanent boiler is to be installed as part of thI ner will be responsible for maintaining all boiler and machinery coverage. This pro be placed in effect when the equipment is ready for inspection and operation. This coverage shall include the interests of the Owner, the Contractor, Subcontractors and Sub-Subcontractors. Conditions of the Contract 6-3 Section 6 I ' 6.2 PERFORMANCE AND OTHER BONDS 6,2.1 Contractor shall furnish Performance and Payment Bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all Contractor's obligations under the Contract Documents. These Bonds shall remain in effect at least until one year after the date of fmal payment, except as otherwise provided by law. Contractor shall also ' furnish such other Bonds as are required by the Contract Documents. All Bonds shall be in the forms prescribed by the Contract Documents and be executed by such Sureties as (A) are licensed to conduct business in the state where the Project is located, and (B) are named in the current list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of the authority to act. ' 6.2.2 If the Surety on any Bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of clauses(A) and (B) of Paragraph 6.2. 1, Contractor shall within ' five days thereafter substitute another Bond and Surety, both of which shall be acceptable to Owner. ' 6.3 PATENTS,FEES AND ROYALTIES Contractor shall pay all license fees and royalties and assume all costs incident to the use in the ' performance of the Work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product or device is specified in the Contract Documents for use in the performance of the Work and if to the ' actual knowledge of Owner or Engineer its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others,the existence of such rights shall be disclosed by Owner in the Contract Documents. Contractor shall indemnify and hold harmless Owner and ' Engineer and anyone directly or indirectly employed by either of them from and against all claims, damages, losses and expenses (including attorneys' fees) arising out of any infringement of patent ' rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product or device not specified in the Contract Documents, and shall defend all such claims in connection with any alleged infringement of such rights. 6.4 PERMITS AND LICENSES ' All permits and licenses necessary for the prosecution of the Work shall be secured by the Contractor prior to the commencement of the Work. Contractor shall also pay all public utility ' charges,governmental charges and inspection fees. 6.5 LAWS. REGULATIONS AND SAFETY ' 6.5.1 Contractor shall give all notices and comply with all laws, ordinances, rules and regulations applicable to the Work. If Contractor observes that the Specifications or Drawings are at variance Conditions of the Contract 6-4 Section 6 therewith, he shall give Engineer prompt written notice thereof, and any necessary changes shall be adjusted by an appropriate Change Order or other Modification. If Contractor performs any Work knowing or being in a position to know it to be contrary to such laws, ordinances, rules and regulations, and without such notice to Engineer, he shall bear all costs arising therefrom; however, it shall not be his primary responsibility to make certain that the Specifications and Drawings are in accordance with such laws,ordinances,rules and regulations. 6.5.2 Contractor shall be responsible , precautions and programs in connection with the Work. He mshallntake aing ll neced ssary supervising all precautionssaffoy the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: for (a)All employees on the Work and other persons who may be affected thereby; (b) All the Work and all materials or equipment to be incorporated therein, whether in storage on or off the site; and (c) Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. 6.5.3 Contractor shall comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. He shall erect and maintain, as required by the conditions and progress of the Work, all necessary safeguards for its safety and protection. He shall notify owners of adjacent utilities when prosecution of the Work may affect them. All damage, injury or loss to any property referred to in Section 6.5.2(b) and (c) caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor or any directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by Contractor. Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and Engineer has issued a notice to Owner and Contractor that Work is acceptable. 6.5.4 Contractor shall designate a responsible member of his organization at the site e duty shall be the prevention of accidents. This person shall be Contractor's superintendentsunle unless otherwise designated in writing by Contractor to Owner. 6.5.5 Contractor agrees to indemnify the Owner and Engineer and their agents and employees against all claims, demands, losses, damages and expenses (including attorneys'fees) arising out of or resulting from the Contractor's violation of any safety law, regulation or code (including without limitation OSHA) or any other prudent precaution. 1 Conditions of the Contract 6-5 Section 6 1 i ' 6.6 WARNING SIGNS AND BARRICADES The Contractor shall provide adequate signs, barricades, colored lights and/or watchmen and take all necessary precautions for the protection of the Work and the safety of the public. All barricades and obstructions shall be protected at night by colored signal lights which shall be ' kept in operation from sunset to sunrise. 1 1 i 1 ' Conditions of the Contract 6-6 Section 6 1 CONDITIONS OF THE CONTRACT , SECTION ENGINEER-OWNER-CONTRACTOR RELATIONS: ARBITRATION: INDEMNIFICATION 7.1 ENGINEER'S STATUS AND AUTHORITY 7.1.1 Engineer will be Owner's representative during the construction period. The duties and responsibilities and the limitations of authority of Engineer as Owner's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of Owner and Engineer. 7.1.2 Engineer will make visits to the site at intervals appropriate to the various stages of construction to observe the progress and quality of the executed Work and to determine, in general, if the Work is-proceeding in accordance with the Contract Documents. Engineer is not required to make exhaustive or continuous on-site inspections to check the quality or quantity of the Work. On the basis of such visits and on-site observations, Engineer will keep Owner informed of the progress of the Work and will endeavor to guard Owner against defects and deficiencies in the Work. 7.1.3 If Owner and Engineer agree, Engineer will furnish a resident project representative to assist Engineer in observing the performance of the Work. The Resident Project Representative shall work under the authority and direction of the Engineer. The duties and responsibilities of the Resident Project Representative shall not exceed those duties and responsibilities of the Engineer as set forth in the Contract. It shall be to the discretion of the Engineer to delegate to the Resident Project Representative those duties and tasks that are within the authority of the Engineer to perform. In general, the duties of the Resident Project Representative may consist of, but shall not be limited to,the following: 1. General contract administration. 2. Periodic observation of the work. 3. Unit price quantity and record plan measurements. 4. Schedule,perform and verify tests and inspections. 5. Monitor Contractor's progress performance. 6. Provide information for the Engineer's review and decision concerning disputes and defective work. 7.1.4 Engineer will issue with reasonable promptness such written clarifications or interpretations of the Contract Documents (in the form of Drawings or otherwise) as Engineer may determine necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. If Contractor believes that a written clarification or interpretation justifies an increase in the Contract Price or Contract Time, Contractor may make a claim therefor as provided in Section 10 or Section 11. Conditions of the Contract 7-1 Section 7 I I 7.1.5 Engineer will have authority to disapprove or reject Work which is defective, and will also have authority to require special inspection or testing of the Work as provided in Paragraph 8. 10, whether or not the Work is fabricated, installed or completed. The Engineer shall not have Icharge of or control over the Work and shall have no authority to stop the Work. 7.1.6 Neither Engineer's authority to act under this Section 7 or elsewhere in the Contract IDocuments nor any decision made by Engineer in good faith either to exercise or not exercise such authority shall give rise to any duty or responsibility of Engineer to Contractor, any Subcontractor, any manufacturer, fabricator, supplier or distributor, or any of their agents or Iemployees or any other person performing any of the Work. I 7.1.7 If a Resident Project Representative is assigned to the project, the purpose of his efforts shall be to provide a greater degree of assurance to the Owner that the Work is constructed in conformance to the requirements of the Contract. The Resident Project Representative's efforts I are for the benefit of the Owner alone.Neither his authority to act nor his decision to exercise or not exercise such authority shall give rise to any duty or responsibility to the Contractor, any Subcontractor, any manufacturer, fabricator, supplier or distributor, or any of their agents or I employees or any other person performing any of the Work. The Resident Project Representatives authority shall not exceed limitations on Engineer's authority as set forth in the Contract Documents nor shall the Resident Project Representative undertake any of the Iresponsibilities of Contractor, Subcontractors, or Contractor's Superintendent. 7.1.8 Whenever in the Contract Documents the terms "as ordered", "as directed", "as required", I "as allowed", or terms of like effect or import are used, or the adjectives "reasonable", "suitable", "acceptable", "proper", or "satisfactory", or adjectives of like effect or import are I used to describe requirements, direction, review or judgment of Engineer as to the Work, it is intended that such requirements, direction, review or judgment will be solely to evaluate the Work for compliance with the Contract Documents. The use of any such term or adjective never I indicates that Engineer shall have authority to supervise or direct performance of the Work or authority to undertake responsibility contrary to the provisions of Paragraphs 7.1.9 or 7. 1. 10. 1 7.1.9 Engineer will not be responsible for Contractor's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, and Engineer will not be responsible for Contractor's failure to perform the Work in accordance with Ithe Contract Documents. 7.1.10 Engineer will not be responsible for the acts or omissions of Contractor or of any ISubcontractors, or of the agents or employees of any Contractor or Subcontractor, or of any other persons at the site of otherwise performing any of the Work. I7.2. CONTRACTOR'S RESPONSIBILITIES 7.2. 1. The Contractor shall supervise and direct the work competently and efficiently, devoting Isuch attention thereto and applying such skills and expertise as may be necessary to perform the work in accordance with the Contract Documents. The Contractor shall be solely responsible for I Conditions of the Contract 7-2 Section 7 the means, methods, techniques, quality of workmanship, sequences and procedures of , construction. The Contractor shall be responsible to see that the finished work complies accurately with the Contract Documents. A competent superintendent, who is acceptablee ' Work site and give efficient supervision to the Work tuntil its completion. Tmaintained e su ereinon nd the shall have full authority to act on behalf of the Contractor, and all communications given to the superintendent shall be as binding as if given to the Contractor. It shall be the responsibility of the Contractor's superintendent to coordinate the work of all the Subcontractors. When required, the superintendent shall be present on the site to perform adequate supervision and ' coordination. 111 p Contractor shall provide competent, suitably qualified personnel to survey and lay and perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the site. The Contractor shall at all times be responsible for the conduct and discipline of his employees and/or any Subcontractors. All workmen must have sufficient knowledge, skill and experience to perform properly the work assigned to them. Any foreman and workman employed by the Contractor or Subcontractor who does not perform his work in a skillful manner, or appears to be incompetent or to act in a disorderly or intemperate manner shall be removed immediately and shall not be employed again in any portion of the Work. 7.2.2. The Contractor's duties with respect to materials, equipment, inspection and workmanshi are set forth in Section 8. p 7.2.3. The Contractor's duties with respect to progress of p gr the work are set forth in Section 3, paragraphs 3.6, 3.7, 3.8 and 3.9. 7.2.4. The Contractor duties with respect to insurance and bonds, , legal responsibility and safety are set forth in Section 6. 7.3. OWNER'S RESPONSIBILITIES 7.3. 1. The Owner shall issue all communications to the Contractor through the Engineer. ' 7.3.2. The Owner shall furnish the data required of the Owner under the Contract Documents promptly and shall make payments as provided to the Contractor promptly after they are due. 7.3.3. The Owner's duties in respect of providing lands and easements and providing, engineering surveys to establish reference points are set forth in paragraph 5.1 and 5.3. The Owner shall make available to the Contractor copies of reports of investigations and tests of subsurface and latent physical conditions at the site or otherwise affecting performance of the work which have been relied upon by the Engineer in preparing the drawings and specifications. Conditions of the Contract 7-3 Section 7 1 ' Such reports are not guaranteed as to accuracy or completeness and are not part of the Contract Documents. ' 7.3.4. In connection with the Owner's rights to request changes in the work in accordance with Section 10,the Owner(especially in certain instances as provided in paragraph 10.4) is obligated to execute Change Orders. 7.3.5. The Owner's responsibility in respect of certain inspections, tests and approvals is set forth in paragraph 8.10.2. 7.3.6. In connection with Owner's right to stop work or suspend work, see paragraphs 8.17 and ' 12.1. Paragraph 12.2 deals with the Owner's right to terminate services of the Contractor under certain circumstances. ' 7.4 ASSIGNMENT OF CONTRACT The Contractor shall neither sublet, sell, transfer, assign or otherwise dispose of the Contract or ' any portion thereof, or of his right, title or interest therein, or his obligations thereunder, nor, if this Contractor is a corporate entity, sublet, sell, transfer or assign a majority of the outstanding shares of stock in the corporation, without prior written consent of the Owner. In case written consent is given,the Contractor will be permitted to sublet a portion of the contract or corporate stock thereof, but shall perform, with his own organization, Work amounting to not less than 50 ' percent of the total original contract price. No subcontracts or transfer of contract or corporate stock shall release the Contractor of his liability under the Contract or Bonds. ' 7.5 RIGHTS OF VARIOUS INTERESTS Wherever Work being done by the Owner's forces or by other Contractors is contiguous to ' Work covered by this Contract, the respective rights of the various interests involved shall be established by agreement to secure the completion of the various portions of the Work in general harmony. ' 7.6 SEPARATE CONTRACTS The Owner may let other contracts in connection with the Work of the Contractor. The Contractor shall cooperate with other Contractors with regard to storage of materials and execution of their Work. It shall be the Contractor's responsibility to inspect all work by other Contractors affecting his Work and to report to the Engineer any irregularities which will not permit him to commence or complete his work in a satisfactory manner. His failure to notify the Engineer of such irregularities shall indicate the work of other Contractors has been ' satisfactorily completed to receive his Work. The Contractor shall not be responsible for defects of which he could not have known through reasonable inspection thereof, which develop in the ' Work of others after the Work is completed. It shall be the responsibility of the Contractor to measure the completed work in place and report to the Engineer immediately any difference between completed work by others and the Drawings. ' Conditions of the Contract 7-4 Section 7 7.7 SUBCONTRACTS Nothing herein shall create any legal relationship between the Owner or Engineer and any ' Subcontractor, and no Subcontractor shall have any rights under this Contractor's agreement with the Owner. The Contractor's award of subcontracts shall be subject to the following: 7.7.1 Unless otherwise specified , p ified in the Contract Documents, the Contractor shall, upon receipt of the executed Contract Documents, submit in writing to the Owner the names of the Subcontractors proposed for the Work. Subcontractors may not be changed except at the request or with the consent of the Owner. Contractor shall not employ any Subcontractor or other person or organization (including those who are to furnish the principal items of materials or equipment), whether initially or as a substitute against whom Owner or Engineer may have reasonable objection. A Subcontractor or other person or organization identified in writing to Owner and Engineer by Contractor prior to the Notice of Award and not objected to in writing by Owner or Engineer prior to the Notice of Award will be deemed acceptable to Owner and Engineer. Acceptance of any Subcontractor, other person or organization by Owner or Engineer shall not constitute a waiver of any right of Owner or Engineer to reject defective Work. If Owner or Engineer after due investigation has reasonable objection to any Subcontractor, other person or organization proposed by Contractor after the Notice of Award, Contractor shall submit another acceptable Subcontractor at no change in the Contract Price. Contractor shall not be required to employ any Subcontractor, other person or organization against whom Contractor has reasonable objection. 7.7.2 Contractor shall be fully responsible for all acts and omissions of his Subcontractors and of persons and organizations directly or indirectly employed by them and of persons and organizations for whose acts any of them may be liable to the same extent that Contractor is responsible for the acts and omissions of persons directly employed by Contractor. Nothing in the Contract Documents shall create any contractual relationship between Owner or Engineer and any Subcontractor or other person or organization having a direct contract with Contractor, nor shall it create any obligation on the part of Owner or Engineer to pay or to see to the payment of any moneys due any Subcontractor or other person or organization, except as may otherwise be required by law. Owner or Engineer may furnish to any Subcontractor or other person or organization, to the extent practicable, evidence of amounts paid to Contractor on account of specific Work done. 7.7.3 The divisions and sections of the Specifications and the identifications of any Drawings shall not control Contractor in dividing the Work among Subcontractors or delineating the Work to be performed by any specific trade. 7.7.4 All Work performed for Contractor by a Subcontractor will be pursuant to an appropriate ' agreement between Contractor and the Subcontractor which specifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of Owner and Engineer and contains waiver provisions as required by paragraph 6.1.4. Contractor shall pay Conditions of the Contract 7-5 Section 7 ' each Subcontractor a just share of any insurance moneys received by Contractor on account of losses under policies issued pursuant to paragraph 6.1.4. 7.8 ORAL AGREEMENTS No oral order, objection, claim or notice by any party to the others shall affect or modify any of the terms or obligations contained in any of the Contract Documents,and none of the provisions of the Contract Documents shall be held to be waived or modified by reason of any act whatsoever, other than by a definitely agreed upon waiver or modification thereof in writing, ' and no evidence shall be introduced in any proceeding of any other waiver or modification. 7.9 NONDISCRIN41NATIO IN EMPLOYMENT ' these Contract Documents,the Contractor a For Work underagrees: r (a) That in the hiring of common or skilled labor for the performance of any work under this Contract or any subcontract hereunder, no Contractor,material supplier or vendor shall, ' by reason of race, creed, color or national origin, discriminate against the person or persons who are qualified and available to perform the Work to which such employment relates; ' (b) That no Contractor, material supplier or vendor shall, in any manner, discriminate against or intimidate or prevent the employment of any person or persons, or on being hired, prevent or conspire to prevent any person or persons from the performance of the ' Work under this Contract on account of race, creed, color or national origin. (c) Violation of this section shall be cause for cancellation or termination of the ' Agreement between Owner and Contractor. 7. 10 DECISIONS ON DISAGREEMENTS ' 7.10.1 Claims, disputes, disagreements, or other matters in question between the Contractor and the Owner relating to the execution or progress of the Work or the interpretation of the Contract ' Documents shall be referred initially to the Engineer for decision which he will render in writing within a reasonable time. ' 7.10.2 Any claim, dispute, disagreement or other matter that has been referred to the Engineer, except any which has been waived by the making or acceptance of final payment, shall be ' subject to arbitration under Paragraph 7.11 below upon the written demand of either party. However, no demand for arbitration of any such claim, dispute or other matter may be made until the earlier of the date on which the Engineer has rendered his written decision, or the tenth ' day after the parties have presented their evidence to the Engineer or have been given a reasonable opportunity to do so, if the Engineer has not rendered his written decision by that date. ' 7.10.3 If a decision of the Engineer is made in writing and states that it is final but subject to appeal, no demand for arbitration of a claim, dispute or other matter covered by such decision 1 Conditions of the Contract 7-6 Section 7 1 may be made later than thirty days after the date on which the party making the demand i received the decision. The failure to demand arbitration within said thirty days' period will result in the Engineer's decision becoming final and binding upon the Owner and the Contractor. If the Engineer renders a decision after arbitration proceedings have been initiated, such decision may be entered as evidence but will not supersede any arbitration proceedings unless the decision is acceptable to the parties concerned. 7.11 ARBITRATION 7.11.1 All claims, disputes and other matters in question arising out of, or relating to, the Contract Documents or the breach thereof, except for claims which have been waived by the making or acceptance of final payment, or barred by failure to demand arbitration within the time limits specified, shall be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association then obtaining unless the parties mutually agree otherwise. Pre-arbitration discovery shall be conducted in accordance with Rules 26 through 37 of the Federal Rules of Civil Procedure. No arbitration relating to the Contract Documents shall include by consolidation,joinder or otherwise, any person or entity (including the Engineer),not a party to this Agreement without the written consent of such other person or entity. This agreement to arbitrate shall be specifically enforceable under the prevailing arbitration law. The award rendered by the arbitrators shall be final, and judgment may be entered upon it in accordance with applicable law in any court having jurisdiction. 7.11.2 Notice of the demand for arbitration shall be filed in writing with the other party to the Contract and with the American Arbitration Association, and a copy shall be filed with the Engineer. The demand for arbitration shall be made within the time limits specified and in all other cases within a reasonable time after the claim, dispute or other matter in question has arisen, and in no event shall it be made after the date when institution of legal or equitable proceedings based on such claim, dispute, or other matter in question would be barred by the applicable statute of limitations. 7.11.3 The Contractor shall carry on the Work and maintain the progress schedule during any arbitration or other legal proceedings, unless otherwise agreed by him and the Owner in writing. 7.12 INDEMNIFICATION To the fullest extent permitted by law, the Contractor shall indemnifys ' Owner and the Engineer and their agents and employees from and against all claims, damages, losses and expenses, including but not limited to attorneys' fees arising out of or resulting from the performance of Work provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) including the loss of use resulting therefrom, and (2) is caused in whole or in part by any negligent act or omission of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge or otherwise reduce any other right or Conditions of the Contract 7-7 Section 7 I obligation of indemnity which would otherwise exist as to any party or person described in this Section. In any and all claims against the Owner or the Engineer or any of their agents or employees by any employee of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable,the indemnification obligation ' under this Section shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any Subcontractor under worker's or workmen's compensation acts,disability benefit acts or other employee benefit acts. 1 1 1 ' Conditions of the Contract 7-8 Section 7 CONDITIONS OF THE CONTRACT , SECTION 8 MATERIALS E UIPMENT INSPECTION AND WO R.I<:MANSHIr 8.1 MATERIALS AND EOUEPMENT FURNISHED BY CONTRACTOR , 8. 1.1 Contractor shall furnish all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water and sanitary facilities and all other facilities and incidentals necessary for the execution, testing, initial operation and completion of the Work. 8.1.2 All materials used in the Work shall be of good quality, new unless otherwise provided for in the Contract Documents, shall meet the requirements of the Specifications, and shall not be incorporated into the Work until reviewed by the Engineer. If required by Engineer, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment. 8.1.3 All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturer, fabricator, supplier or distributor,'except as otherwise provided in the Contract Documents. 8.2 EQUIVALENT MATERIALS AND EQUIPMENT ' Whenever materials or equipment are specified or described in the Drawings or Specifications by using the name of a proprietary item or the name of a particular manufacturer, fabricator, supplier or distributor, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other manufacturers, fabricators, suppliers or distributors may be accepted by Engineer if sufficient information is submitted by Contractor to allow Engineer to determine that the material or equipment proposed is equivalent to that named. The procedure for review by Engineer will be as set forth in paragraphs 8.2.1 and 8.2.2 below as supplemented in the General and Specific Requirements. 8.2.1 Requests for review of substitute items of material and equipment will not be accepted b Engineer from anyone other than Contractor. If Contractor wishes to furnish or use a substitute item of material or equipment Contractor shall make written application to Engineer for acceptance thereof, certifying that the proposed substitute will perform adequately the functions called for by the general design, be similar and of equal substance to that specified and be suited to the same use and capable of performing the same function as that specified. The application will state whether or not acceptance of the substitute for use in the Work will require a change in the Drawings or Specifications to adapt the design to the substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that Conditions of the Contract 8-1 Section 8 specified shall be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs ' of redesign and claims of other Contractors affected by the resulting change, all of which shall be considered by Engineer in evaluating the proposed substitute. Engineer may require ' Contractor to furnish at Contractor's expense additional data about the proposed substitute. Engineer will be the sole judge of acceptability, and no substitute will be ordered or installed without Engineer's prior written acceptance. Owner may require Contractor to furnish at ' Contractor's expense a special performance guarantee or other surety with respect to any substitute. ' 8.2.2, Engineer will record time required by Engineer and Engineer's consultants in evaluating substitutions proposed by Contractor and in making changes in the Drawings or Specifications occasioned thereby. Whether or not Engineer accepts a proposed substitute, Contractor shall ' reimburse Owner for the charges of Engineer and Engineer's consultants for evaluating any proposed substitute. 8.3 MATERIALS FURNISHED BY OWNER 8.3.1 Materials specifically indicated shall be furnished by the Owner. Before incorporating ' any of the materials into the Work, the Contractor shall inspect the materials so furnished by the Owner. If the Contractor discovers any patent defects in material furnished by the Owner, ' he shall notify the Engineer. 8.3.2 Unless otherwise noted or specifically stated, materials furnished by the Owner are ' considered to be f.o.b. the nearest railroad station or truck line. The Contractor shall transport the materials to the job site, unload and properly protect all such materials from damage or loss. The Contractor shall be responsible for material loss or damage after receipt of materials at the point of delivery. 8.4 STORAGE OF MATERLA.LS ' Materials shall be so stored by the Contractor as to insure the preservation of their quality and fitness for the Work. When considered necessary, they shall be placed on wooden platforms or ' other hard, clean surfaces, and/or they shall be placed under cover and not on the ground. Stored materials shall be located so as to facilitate prompt inspection. Private property shall not be used for storage purposes without the written permission of the Owner or lessee thereof. 8.5 SAMPLES ' All samples called for in the Specifications or required by the Engineer shall be furnished by the Contractor and shall be submitted to the Engineer for his review. Samples shall be furnished so as not to delay the commencement or completion of the Project. The Contractor ' shall furnish such samples of material as may be required for examination and testing. All Conditions of the Contract 8-2 Section 8 1 materials and workmanship shall be in accordance with approved samples. All samples of ' materials for tests shall be taken according to methods provided for in the Specifications. 8.6 FURNISHING OF PRODUCT DATA ' Product Data are illustrations, standard schedules, performance charts, instructions, brochures, diagrams and other information furnished by the Contractor to illustrate a material, product or system for some portion of the Work. 8.6.1 The Contractor shall furnish one copy, or such additional copies as may be required q by the Special Provisions, of complete Product Data for every manufactured item of equipment and all components to be used in the Work, including specific performance data, material description, rating, capacity, working pressure, material gage or thickness, brand name, catalog number and general type. 8.6.2 This data shall be compiled bythe p Contractor and reviewed by the Engineer before any of the equipment is ordered. 8.6.3 All data shall be indexed according to specification section and paragraph for easy reference. ' 8.6.4 After review, this data shall become a part of the Contract, and may not be deviated from except upon written approval of the Engineer. I 8.6.5 Product Data for equipment reviewed by the Engineer does not in any case supersede the Contract Documents. The review by the Engineer shall not relieve the Contractor from responsibility for deviations from Drawings or Specifications unless he has in writing called the Engineer's attention to such deviations at the time of furnishing said data. Nor shall such review relieve the Contractor from responsibility for errors of any sort in the items furnished. The Contractor shall check the Work described by the Product Data with the Contract Documents for deviations and errors. 8.6.6 It shall be the responsibility of the p ty Contractor to insure that items to be furnished fit the space available. He shall make necessary field measurements to ascertain space requirements, including those for connections, and shall order such sizes and shapes or equipment that the final installation shall suit the intent and meaning of the Drawings and Specifications. 8.6.7 Where equipment requiring different arrangement of connections from those shown is allowed, it shall be the responsibility of the Contractor to install the equipment so as to allow for proper operation and in harmony with the intent of the Drawings and Specifications, and to make all changes in the work required by the different arrangement of connections. 8.6.8 Product Data shall be promptly submitted by the Contractor after he has reviewed, ' checked and approved the data to determine if they are in harmony with the requirements of the Project and with the provisions of the Contract Documents and after he has verified all field Conditions of the Contract 8_3 Section 8 measurements and construction criteria, materials, catalog numbers and similar data. In submitting the Product Data, the Contractor certifies that the work represented by the data has been coordinated with the Contract Documents and all relevant field conditions. 8.7 QUALITY OF EQUIPMENT AND MATERIALS ' 8.7.1 In order to establish standards of quality, the Engineer, in the Specifications, has referred to certain products by name and catalog number. This procedure is not to be construed as eliminating from competition other products of equal or better quality by other manufacturers where fully suitable in design unless otherwise specifically stated in the Specifications (see Section 8.2 for substitution procedure). If a product referenced by catalogue name or number is no longer available, Contractor shall recommend to Owner and Engineer another product of ' comparable quality. 8.7.2 The Contractor shall furnish the complete list of proposed desired substitutions prior to executing the Agreement, together with such engineering and Product Data as the Engineer may require. ' 8.7.3 The Contractor shall abide by the Engineer's recommendation when proposed substitute materials or items of equipment are not recommended for installation and shall furnish the ' specified material or item of equipment in such case. All proposals for substitutions shall be submitted in writing by the General Contractor and not by individual trades or material suppliers. The Engineer will review proposed substitutions and make his recommendation in writing within a reasonable time. ' 8.8 SHOP DRAWINGS 8.8.1 The Contractor shall provide Shop Drawings, settings, schedules and such other drawings ' as may be necessary for the prosecution of the Work in the shop and in the field as required by the Drawings, Specifications or Engineer's instructions. Deviations from the Drawings and Specifications shall be called to the attention of the Engineer at the time of the first submission ' of Shop Drawings and other drawings for approval. The Engineer's review of any drawings shall not release the Contractor from responsibility for such deviations. ' 8.8.2 Shop Drawings shall be promptly submitted by the Contractor after he has reviewed, checked and approved the data to determine that they are in harmony with the requirements of the Project and with the provisions of the Contract Documents and after he has verified all field measurements and construction criteria, materials, catalog numbers and similar data. By submitting the Shop Drawings, the Contractor certifies that the work represented by the Shop Drawings has been coordinated with the Contract Documents and all relevant field conditions. ' 8.8.3 Shop Drawings shall be submitted according to the following schedule: 111 Conditions of the Contract 8-4 Section 8 1 1 (a) Not less than three copies or such other number of copies as may be required by the Special Provisions shall be submitted with reasonable promptness and in such sequence as to prevent delay of the Work. (b) The Engineer shall, within fourteen (14) days ofthe submittal ' return one copy to the Contractor marked with Engineer's omme of any Shop Drawings, (c) The Contractor shall then promptly make any necessary corrections or changes to the Shop Drawings to conform to the comments made by the Engineer. , (d) Following completion of such corrections or changes, the Contractor shall promptly resubmit to the Engineer the required number of copies of the revised Shop Drawings. ' 8.8.4 Engineer will review with reasonable promptness Shop Drawings and samples, but Engineer's review shall be only for conformance with the design concept of the Project and for 111 compliance with the information given in the Contract Documents and shall not extend to means, methods, sequences, techniques or procedures of construction or to safety precautions or programs incident thereto. The review of a separate item as such will not indicate review of the assembly in which the item functions. Contractor shall make any corrections required by Engineer and shall return the required number of corrected copies of Shop Drawings and resubmit new samples for review. Contractor shall direct specific attention in writing to I revisions other than the corrections called for by Engineer on previous submittals. Contractor's stamp of approval on any Shop Drawing or sample shall constitute a representation to Owner and Engineer that Contractor has either determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data or assumes full responsibility for doing so, and that Contractor has reviewed or coordinated each Shop Drawing or sample with the requirements of the Work and the Contract Documents. 8.8.5 Where a Shop Drawing or sample is required by the Specifications,no related Work shall be commenced until the submittal has been reviewed by Engineer. 8.8.6 Engineer's review of Shop Drawings or samples shall not relieve Contractor from responsibility for any deviations from the Contract Documents unless Contractor has in writing called Engineer's attention to such deviation at the time or submission and Engineer has given written concurrence with the specific deviation, nor shall any concurrence by Engineer relieve Contractor from responsibility for errors or omissions in the Shop Drawings. 8.9 ACCESS TO AND OBSERVATION OF WORK 8.9.1 Engineer and Engineer's representatives, other representatives of Owner, testing agencies and governmental agencies with jurisdictional interests will have access to the Work at reasonable times for their observation, inspection and testing. Contractor shall provide proper and safe conditions for such access. Conditions of the Contract 8-5 Section 8 ' 8.9.2 All materials and equipment and each part or detail of the Work shall be subject at all times to observation by the Engineer and the Owner, and the Contractor will be responsible for strict adherence to the intent of the Contract Documents in regard to quality of materials, workmanship, and the diligent execution of the Work. Such observations may include mill, plant, or shop inspection, and any material furnished under these Specifications is subject to such observation. The Engineer and Owner shall be allowed access to all parts of the Work and shall be furnished with such information and assistance by the Contractor as is required to make such observations. ' 8. 10 TESTS AND INSPECTIONS ' 8.10.1 Contractor shall give Engineer timely notice of readiness of the Work for all required inspections,tests or approvals. ' 8.10.2 If any law, ordinance, rule, regulation, code, or order of any public body having jurisdiction requires any Work(or part thereof)to specifically be inspected,tested, or approved, Contractor shall assume full responsibility therefor, pay all costs in connection therewith and t furnish Engineer the required certificates of inspection, testing or approval. Contractor shall also be responsible for and shall pay all costs in connection with any inspection or testing ' required in connection with Owner's or Engineer's acceptance of a manufacturer, fabricator, supplier or distributor of materials or equipment proposed to be incorporated in the Work, or of materials or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. The cost of all other inspections, tests and approvals required by the Contract Documents shall be paid by Owner(unless otherwise specified). ' 8.10.3 All inspections, tests or approvals other than those required by law, ordinance, rule, regulation, code or order of any public body having jurisdiction shall be performed by organizations selected by or acceptable to Owner or Engineer. ' 8.10.4 If any Work that is to be inspected, tested or approved is covered overed without written concurrence of Engineer, it must, if requested by Engineer, be uncovered for observation. Such ' uncovering shall be at Contractor's expense unless Contractor has given Engineer timely notice of Contractor's intention to cover such Work and Engineer has not acted with reasonable tpromptness in response to such notice. 8.10.5 Neither observations by Engineer nor inspections, tests or approvals by others shall ' relieve Contractor from his obligations to perform the Work in accordance with the Contract Documents. ' 8.11 UNCOVERING WORK If any Work is covered contrary to the written request of Engineer, it must, if requested by ' Engineer, be uncovered for Engineer's observation and replaced at Contractor's expense. If Engineer considers it necessary or advisable that covered Work be visually examined by Engineer or inspected or tested by others, Contractor, at Engineer's request, shall uncover, Conditions of the Contract 8-6 ' Section 8 i expose or otherwise make available for observation, inspection or testing as Engineer may ' require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, Contractor shall bear all the expenses of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction, including compensation for additional professional services, and an appropriate deductive Change Order shall be issued. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction if he makes a claim therefor as provided herein. 8.12 CUTTING AND PATCHING The Contractor shall do all necessary cutting, fixing or patching of the Work that may be required to make its several parts fit together properly, or to properly receive the Work of the various trades, or, as required by the Drawings and Specifications, to complete the Work. He shall restore all such cut or patched work as approved by the Engineer. Cutting of existing structure that shall endanger the Work, adjacent property, workmen or the public shall not be done. 8.13 WARRANTY AND GUARANTEE ' Contractor warrants and guarantees to Owner and Engineer that all Work, including materials and equipment, will be in accordance with the Contract Documents and will not be faulty or defective. Prompt notice of all defects shall be given to Contractor upon discovery. All defective Work, whether or not in place, may be rejected, corrected or accepted as provided in paragraph 8.15 and 8.16. This warranty and guarantee shall be in addition to and not in ' limitation of any other warranty or guarantee required by law or by these Contract Documents, including the provisions of paragraph 8.14. 8.14 TWO YEAR CORRECTION PERIOD If within two years after the date of final acceptance of the project by the Owner or such longer ' period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, Contractor shall promptly, without cost to Owner and in accordance with Owner's written instructions, either correct such defective Work, or, if it has been rejected by Owner, remove it from the site and replace it with non-defective Work. N Contractor does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, Owner may have the defective Work corrected or the rejected Work removed and replaced, and all direct and indirect costs of such removal and replacement, including compensation for additional professional services, of Engineer or others, shall be paid by Contractor. This obligation shall survive any termination of the Agreement between Owner and Contractor. ' 1 Conditions of the Contract 8-7 Section 8 ' 8.15 CORRECTION OR REMOVAL OF DEFECTIVE WORK ' If required by Engineer, Contractor shall promptly, without cost to Owner and as specified by Engineer, either correct any defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by Engineer, remove it from the site and replace it with non-defective Work. 8.16 ACCEPTANCE OF DEFECTIVE WORK If, instead of requiring correction or removal and replacement of defective Work, Owner(and, prior to Engineer's recommendation of final payment, also Engineer) prefers to accept it, Owner may do so. In such case, if acceptance occurs prior to Engineer's recommendation of final payment, a Change Order shall be issued incorporating the necessary revisions in the ' Contract Documents, including appropriate reduction in the Contract Price; or, if the acceptance occurs after such recommendation, an appropriate amount shall be paid by Contractor to Owner. 8.17 OWNER MAY STOP THE WORK ' If the Work is defective, or Contractor fails to supply sufficient skilled workmen or suitable materials or equipment, Owner may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of Owner to stop the ' Work shall not give rise to any duty on the part of Owner to exercise this right for the benefit of Contractor or any other party. 8.18 OWNER MAY CORRECT DEFECTIVE WORK If Contractor fails within a reasonable time after written notice of Engineer to proceed to correct the defective Work or to remove and replace rejected Work as required by Engineer in accordance with Paragraph 8.15, or if Contractor fails to perform the Work in accordance with ' the Contract Documents (including any requirements of the progress schedule), Owner may, after seven days' written notice to Contractor, and Contractor's Surety, correct and remedy any such deficiency. In exercising its rights under this paragraph, Owner shall proceed ' expeditiously. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from all or part of the site, take possession of all or part of the Work, and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Owner's representatives, agents and employees such ' access to the site as may be necessary to enable Owner to exercise its rights under this paragraph. All direct and indirect costs of Owner in exercising such rights shall be charged against Contractor in an amount reviewed by Engineer, and such amounts shall be deducted ' from the Contract Price. Such direct and indirect costs shall include, in particular but without limitation, compensation for additional professional services required and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of ' Conditions of the Contract 8-8 Section 8 Contractor's defective Work. Contractor shall not be allowed an extension of the Contract Time ' because of any delay in performance of the Work attributable to the exercise by Owner of Owner's rights hereunder. 1 1 1 1 1 1 1 1 1 1 1 Conditions of the Contract 8-9 Section 8 ' I ' CONDITIONS OF THE CONTRACT SECTION 9 MEASUREMENT, PAYMENT AND PROJECT ACCEPTANCE 9.1 DETAILED BREAKDOWN OF CONTRACT AMOUNT ' Except in cases where unit prices form the basis for payment under the Contract Documents, the Contractor shall, within ten (10) days of receipt of the Contract Documents, submit an itemized breakdown of the Contract Amount having the value, including an allowance for ' profit and overhead, assigned to each part of the Work. Unless the breakdown of the Contract Amount is objected to by the Owner, it shall be used as the basis for all Requests for Payment. ' 9.2 REOUEST FOR PAYMENT The Contractor may submit periodically, but not more than once each month, a Request for ' Payment for Work done and materials delivered and stored on the site. Payment for materials stored on the site will be conditioned on the following: ' (a)The Contractor shall submit evidence to establish the Owner's title to such materials. (b)Acceptable provisions have been made for storage. ' (c) The Contractor shall provide and maintain insurance against all loss, theft, vandalism, damage and similar peril for the full value of the stored material. The insurance on the stored material shall name the Owner as insured. Each Request for Payment shall be itemized and computed from the Work completed on all items listed on the Detailed Breakdown of Contract Amount. Where unit prices are specified, ' the Request for Payment shall be based on the quantities completed. The Owner shall pay to the Contractor an amount not to exceed 95% of the amount earned under the Contract subject to the approval outlined in Section 9.3 and the provisions of Section 9.4 and 9.5. However, ' when the Work required under the Contract is 95% or more completed, upon recommendation of the Engineer, such portions of the retained money shall be released as the Owner determines are not required to be retained to protect the Owner's interest in satisfactory completion of the ' Contract. ' At the option of the Contractor, retainage shall be paid to the Contractor in accordance with the following: ' The Contractor may deposit bonds or securities with the Owner or in any bank or trust company to be held in lieu of cash retainage for the benefit of the Owner. In that event, the Owner shall reduce the retainage in an amount equal to the value of the bonds and securities ' and pay the amount of the reduction to the Contractor. The interest on the bonds or securities shall be payable to the Contractor as it accrues. Bonds and securities deposited or acquired in ' Conditions of the Contract 9-1 Section 9 1 lieu of retainage shall be of a character approved by the state treasurer including, but not ' limited to: a. Bills,certificates,notes or bonds of United States; b. Other obligations of the United States or its agencies; c. Obligations of any corporation wholly owned by the federal government; and d. Indebtedness of the Federal and National Mortgage Association. If the Owner incurs additional costs as the result of the exercise of the option described in this paragraph, the Owner may recover the costs from the Contractor by reducing the fmal payment due under the contract. As work on the contract progresses, the Owner shall, upon ' demand, inform the Contractor of all accrued costs. 9.3 ENGINEER'S ACTION. ON A REO UEST FOR PAYMENT ' Within ten (10) days of submission of any Request for Payment by the Contractor, the Engineer shall recommend to Owner: ' (a)Approval of the Request for Payment as submitted; or, (b) Approval of such other amount as Engineer shall consider is due the Contractor, informing the Contractor in writing of his reasons for recommending approval of the modified amount; or, (c) Withholding of the Request for Payment, informing the Contractor in writing of his reasons for recommending withholding of the Request. 9.4 OWNER'S ACTION ON AN APPROVED REQUEST FOR PAYMENT ' Within thirty (30) days from the date of recommending approval of a Request for Payment by the Engineer, the Owner shall: (a)Pay the Request for Payment as recommended by the Engineer. (b) Pay such other amount in accordance with Section 9.5 as Owner shall decide is due the Contractor, informing the Contractor and the Engineer in writing of the reasons for paying the modified amount. ' (c) Withholding payment in accordance with Section 9.5 informing the Contractor and the Engineer in writing of Owner's reasons for withholding payment. 9.5 OWNER'S RIGHT TO WITHHOLD PAYMENT 9.5.1 The Owner may withhold payment in whole or in part to the extent necessary to protect itself from loss on account of any of the following causes: (a)Violation of any of the terms of the Contract Documents. (b)Defective work not remedied, or completed work which has been damaged. Conditions of the Contract 9_2 Section 9 1 (c) Reasonable evidence indicating potential filing of claims by other parties against the Contractor or Owner. (d) Failure of the Contractor to make payments to Subcontractors, materialmen or ' suppliers. (e)Damage to the Owner or any other person. (f) Contractor's unsatisfactory prosecution of the work. ' 9.5.2 When anyabove of the grounds for which payment is being withheld is removed, ' payment shall be made for the amount withheld. 9.5.3 Should the Owner fail to pay a Request for Payment within 30 days from the date of ' recommendation of approval by the Engineer and should he fail to inform the Engineer and Contractor in writing of the reasons for withholding payment, the Owner shall pay to the Contractor simple interest on the past due amount at an annual rate equal to the monthly index ' of long term United States bond yields for the month prior to the month in which the obligation is incurred plus an additional one percent per annum. ' 9.6 CONTRACTOR'S WARRANTY OF TITLE Contractor warrants and guarantees that title to all Work, materials and equipment covered by ' any Application for Payment, whether incorporated in the Project or not, will pass to Owner at the time of payment free and clear of all liens, claims, security interests and encumbrances (hereafter in these Conditions of the Contract referred to as "Liens"). ' 9.7 SUBSTANTIAL COMPLETION 9.7.1 When Contractor considers the entire Work ready for its intended use Contractor shall, in writing to Owner and Engineer, certify that the entire Work is substantially complete and ' request that Engineer issue a proposed. Certificate of Substantial Completion. Within a reasonable time thereafter, Owner, Contractor and Engineer shall make an inspection of the Work to determine the status of completion. If Engineer does not consider the Work ' substantially complete, Engineer will notify Contractor in writing giving his reasons therefor. If Engineer considers the Work substantially complete, Engineer will prepare and deliver to Owner a proposed Certificate of Substantial Completion which shall fix the date of Substantial ' Completion. There shall be attached to the proposed Certificate a list of items ("punch list") to be completed or corrected before final payment. ' 9.7.2 Owner shall have seven days after receipt of the Certificate during which he may make written objection to Engineer as to any provisions of the Certificate or attached list. If, after considering such objections, Engineer concludes that the Work is not substantially complete, ' Engineer will within fourteen days after submission of the proposed Certificate to Owner notify Contractor in writing, stating his reasons therefor. If, after consideration of Owner's objections, Engineer considers the Work substantially complete, Engineer will within said fourteen days execute and deliver to Owner and Contractor a final Certificate of Substantial Completion(with any revised list of items to be completed or corrected) reflecting such changes from the ' Conditions of the Contract 9-3 Section 9 1 proposed Certificate as he believes justified after consideration of any objections from Owner. I At the time of delivery of the proposed Certificate of Substantial Completion Engineer will deliver to Owner and Contractor a written recommendation as to division of responsibilities• pending final payment between Owner and Contractor with respect to security, operation, safety, maintenance,heat,utilities and insurance. Unless Owner and Contractor agree otherwise in writing and so inform Engineer prior to his issuing the final Certificate of Substantial Completion, Engineer's aforesaid recommendation will be binding on Owner and Contractor until final payment. Owner shall have the right to exclude Contractor from the Work after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the list of items to be completed or corrected. 9.8 PARTIAL UTILIZATION Use by Owner of completed portions of the work may be accomplished prior to Substantial Completion of all the Work subject to the following: 9.8.1 Owner at any time may request Contractor in writing to permit Owner to use any part of the Work which Owner believes to be substantially complete and which may be so used without significant interference with construction of the other parts of the Work. If Contractor agrees, Contractor will certify to Owner and Engineer that said part of the Work is substantially complete and request Engineer to issue a proposed Certificate of Substantial Completion for that part of the Work. 9.8.2: Within a reasonable time thereafter Owner, Contractor and Engineer shall make an inspection of that part of the Work to determine its status of completion. If Engineer does not consider that part of the Work to be substantially complete, Engineer will notify Owner and Contractor in writing giving his reasons therefor. If Engineer considers that part of the Work to be substantially complete, Engineer will execute and deliver to Owner and Contractor a proposed Certificate to that effect, fixing the date of Substantial Completion as to that part of the Work, attaching thereto a list of items to be completed or corrected before final payment. 9.8.3 Prior to issuing a Certificate of Substantial Completion as to part of the Work, Engineer will deliver to Owner and Contractor a written recommendation as to the division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, maintenance, utilities and insurance for that part of the Work which shall become binding upon Owner and Contractor at the time of issuing the final Certificate of Substantial Completion as to that part of the Work unless Owner and Contractor shall have otherwise agreed in writing and so informed Engineer. Owner shall have the right to exclude Contractor from any part of the Work which Engineer has so certified to be substantially complete, but Owner shall allow Contractor reasonable access to complete or correct items on the list of items to be completed or corrected. 9.8.4 In lieu of the issuance of a Certificate of Substantial completion as to part of the Work, Owner may take over operation of a facility constituting part of the Work whether or not it is Conditions of the Contract 9-4 Section 9 1 I substantially complete if such facility is functionally and separately usable; provided, that prior to 1 any such takeover, Owner and Contractor have agreedas safe to the division of maintenance, correc ions'period, between Owner and Contractor for security, operation, safety, heat,utilities and insurance with respect of such facility. 9.8.5 No occupancy of part of the Work or taking overof operations of a n 61 4, Paragraphfacility I 3 n respect accomplished prior to compliance with the requirements of Sectio of property insurance. I9.9 FINAL INSPECTION Upon written notice from Contractor that the Work is co app te,nEivngi neer of all pa make a final I inspection with Owner and Contractor and will notify Contractor which this inspection reveals that the Work is incomplete te dor enc defective. Contractor shall Iimmediately take such measures as are necessary to remedy sucs. 9.10 ICATION FOR PAYMENT FINAL APPL After Contractor has completed all items to be completed or corrected to schedules,thegusatisf a ti on on of Engineer and delivered all maintenance and operating instructions, certificates of inspection, marked-up record documents and otheocuments ork is -- -Mable (suired by to the Contract Documents, and after Engineer has indicatedthatlication for Final Payment following the the provisions of Section 9.12), Contractor may make App procedure for progress payments. The Final Application for clPayment other ata and be accompanied ro schedules asied by all Engineer 1 documentation called for in the Contract Documents and andulegally effective releases or waivers may reasonably require, together with complete (satisfactory to Owner) of all Liens arising out of or filed connectionor owith it lin fu11ue N an . In lieu thereof and as approved by Owner, Contractor may furnish receipts avit of Contractor that the releases and receipts include all labor, servicesial and el a d equ meat for ' which a Lien could be filed; a representation that all payr � might in any way be nd other indebtedness connected ritotherwiseh the r satisfied;k r c and, consentner or ss property of the Surety, if any, to final responsible, have been paid o payment. If any Subcontractor, manufacturer, fabricator, suppliecollateral satisfactory to Owner to r or distributor fails to furnish a receipt in full, Contractor shall furnish a Bond or other release or r p Iindemnify Owner against any Lien. T AND ACCEPTANCE 9.11 FINAL PAYMEN I 9.11.1 If, on the basis of Engineer's observation of the Work forduuriing construction and accompanying inspection, and Engineer's review of the Final ApplicationPayment documentation, all as required by the Contract Documents, Engineer is satisfied that the Work has ts, I been completed and Contractor has fulfilled all of his inalApplins cation ln the ContractDndicat ocumen in Engineer will, within ten days after receipt of the pp icatiofor Payment,to Owner for payment. writing his recommendation of payment and present the application Thereupon Engineer will give written notice to Owner and Contractor that the Work is acceptable Conditions of the Contract 9-5 Section 9 I subject to all applicable provisions of the Contract Documents. Otherwise, Application to Contractor, indicatinginge Engineer will return the payment, in which case Contractor shall take the neceasons ssary refusing to recommend final Application. corrections and resubmit the 9.11.2 If the Application I 9.11.2 If, Apr shall, and accompanying documentation are appropriate as to form and recommended by EngineeriIf thron ugh no faudays lt receipt thereof pay Contractor the amount I significantly delayed thereof and if Engineer of Contractor, final completion of the Work is Contractor's Final Application for Paymentg confirms, Owner shall, upon receipt of terminating the Agreement, make paymentof the and recommendation of Engineer, I completed and accepted. balance due for that portion of the Work filly 9.11.3 If any remaining balance to be held byI is less than the retainage stipulated in the Agreement, Work not fully completed or corrected required herein, the written consent of the Suretyto � and if Bonds have beent portion of the Work fully completed and accepted shall be furnished as with the Application for such payment. payment of the balance due for that submitted by Contractor to Engineer conditions governingSuch payment shall be made under the terms and I final payment, except that it shall not constitute a waiver of claims. 9.12 CONTRACTOR'S CONTINUING OBLIGATION I Contractor's obligation to perform and complete the Work in Documents shall be absolute. Neither recommendation of anyaccordance Engineer, nor the issuance of a Certificate of Substantial with the Contract I progress or final payment by Owner to Contractor under the Contract Documents, nonan Completion, nor any any part thereof by payment ory Owner, nor any act of acceptance by Y use nor yfailureey of the Work I issuance of a notice of acceptabilityby Owner any to do so, nor the correction of defective Work by Engineer pursuant to Sections 9. 10 or 9. 11, nor any accordance with the Contract Documents or a release of Contractor'ser shall constitute an acceptance Work in accordance with the Contract Documents. obligation to poerformrk tthe inI 9.13 WAIVER OF CLAIMS I The making and acceptance of final payment shall constitute: 9.13.1 A waiver of all claims by Owner a ai I unsettled Liens, from defective work a Bann g nst Contractor, except claims arising from 1pp g after final inspection pursuantI P Y with the Contract Documents or the terms of any specialwarrantieson or from failure to oin or guarantees specified therein; however, it shall not constitute a waiver by Owner of any rights in I respect to Contractor's continuing obligations under the Contract Documents• and 9.13.2 A waiver of all claims by Contractor against Owner other than those ' writing and still unsettled. previously made in Conditions of the Contract Section 9 9-6 I I CONDITIONS OF THE CONTRACT ' SECTION 10 CHANGES IN THE WORK ' 10. 1 CHANGE ORDERS Without invalidating the Agreement,Owner may,at any time or from time to time,order additions, deletions or revisions in the Work; these will be authorized by Change Orders. Upon receipt of a Change Order, Contractor shall proceed with the Work involved. All such Work shall be executed ' under the applicable conditions of the Contract Documents. If any Change Order causes an increase or decrease in the Contract Price, or an extension or shortening of the Contract time, an equitable adjustment will be made as provided in Section 10 or Section 11 on the basis of a claim ' made by either party. 10.2 FIELD ORDERS Engineer may authorize minor changes in the Work not involving an adjustment in the Contract Price or the Contract Time,which are consistent with the overall intent of the Contract Documents. ' These may be accomplished by a Field Order and shall be binding on Owner, and also on Contractor who shall perform the change promptly. If Contractor believes that a Field Order justifies an increase in the Contract Price or Contract Time, Contractor may make a claim therefor as provided herein. ' 10.3 UNAUTHORIZED WORK Additional Work performed without authorization of a Change Order will not entitle Contractor to ' an increase in the Contract Price or an extension of the Contract Time, except in the case of an emergency. 10.4 ENGINEER RECOMMENDATIONS Owner shall execute appropriate Change Orders prepared by Engineer covering changes in the ' Work which are required by Owner, or required because of unforeseen physical conditions or emergencies, or because of uncovering Work found not to be defective, or because of any other claim of Contractor for a change in the Contract Time or the Contract Price which is recommended by Engineer. 10.5 NOTICE OF CHANGE TO SURETY ' If notice of any change affecting the general scope of the Work or change in the Contract Price is required by the provisions of any Bond to be given to the Surety, it will be Contractor's ' responsibility to so notify the Surety, and the amount of each applicable Bond shall be adjusted accordingly. Contractor shall furnish proof of such adjustment to Owner. Conditions of the Contract 10-1 Section 10 1 10.6 CLAIMS FOR ADDITIONAL COSTS ' If the Contractor wishes to make a claim for an increase in the Contract Sum, he shall give the Engineer written notice thereof within ten (10) days after the occurrence of the event giving rise to such claim. This notice shall be given by the Contractor before proceeding to execute the Work, except in an emergency endangering life or property in which case the Contractor shall proceed in accordance with Paragraph 10.7.No such claim shall be valid unless so made. If the Owner and the Contractor cannot agree on the amount of the adjustment in the Contract Sum, it shall be referred to the Engineer in accordance with Paragraph 7.8. Any change in the Contract Sum resulting from such claim shall be authorized by Change Order. If the Contractor claims that additional cost is involved because of but not limited to (1) any written interpretation of the engineer, (2) any order by the Owner to stop the Work where the Contractor was not at fault, (3) any written order for a minor change in the Work or (4) failure of payment by the Owner,Contractor shall make such claim as provided in this Subparagraph. 10.7 WORK DURING AN EMERGENCY 10.7.1 In any emergency affecting the safety of persons or property, the Contractor shall act to prevent threatened damage, injury or loss. In all cases he shall, as soon as practicable, notify the Owner of the emergency and he shall not wait for the instructions before proceeding to protect both life and property. 10.7.2 Any additional compensation or extension of time claimed by the Contractor on account of said emergency work shall be determined under Paragraph 10.6. 1 t 1 1 1 Conditions of the Contract 10-2 Section 10 i CONDITIONS OF THE CONTRACT SECTION 11 CHANGE OF CONTRACT PRICE AND CONTRACT TIME 11. 1 CONTRACT PRICE The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to Contractor for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by Contractor shall be at his expense without change in the Contract Price. 11.2 CHANGE IN CONTRACT PRICE 11.2.1 Except where u it prices form the basis for payment under the Contract Documents, the Contract Price may only be changed by a Change Order. Any claim for an increase in the Contract Price shall be based on written notice delivered to Owner and Engineer within ten(10) days of the occurrence of the event giving rise to the claim. Notice of the amount of the claim with supporting data shall be delivered within thirty (30) days of such occurrence unless Engineer. allows an additional period of time to ascertain accurate cost data. All claims for adjustment in the Contract Price shall be determined by Engineer if Owner and Contractor cannot otherwise agree on the amount involved. Any change in the Contract Price resulting from any such claim shall be incorporated in a Change Order. 11.2.2 Where unit prices form the basis of payment and the quantity of any item of Work as given in the Proposal is increased or decreased, payment for such item will be made on the ' basis of actual quantity completed, at the contract unit price for such item. 11.3 BASIS OF CHANGE ' The method of determining the cost or credit to the Owner resulting from a change in the work shall be determined and mutually agreed upon by Owner and Contractor in advance of ' performance of the change in work in one or more of the following ways: 11.3.1 By mutual acceptance of a lump sum properly itemized, 11.3.2 By unit prices stated in the Contract Documents or subsequently agreed upon (unit prices shall include an allowance for Contractor's main office expense, overhead, profit and ' bond), or 11.3.3 By actual cost of the changed work, plus an allowance for overhead, supervision and ' profit, as defined as follows: 1. The "cost of the changed work" shall mean costs necessarily incurred in the proper ' performance of the changed work and paid by Contractor at rates not higher than the Conditions of the Contract 11-1 Section 11 I standard paid in the locality of the work (except with prior consent of the Owner) as more specifically defined as follows: I a. The cost of the changed work shall include: I (1) Wages paid for labor in the direct employ of Contractor in the performance of the changed work in the field or in the fabrication shop under applicable collective bargaining agreements or under a salary or wage schedule agreed upon by Contractor and Owner, plus a payroll markup of 40 percent to cover all overhead items applicable to payroll, such as insurance, taxes, F.I.C.A., workmen's compensation, I unemployment taxes, and union benefits. (2) Cost of all materials, supplies and equipment incorporated in the changed work. I (3) Cost, including maintenance of all materials, supplies, equipment, temporary facilities and hand tools owned by workmen, which are consumed in the' performance I of the changed work, and cost less salvage value on such items used but not consumed which remain the property of the Contractor. (4) Rental charges of all necessary machinery and equipment, exclusive of hand tools, used in performing the changed work, including installation, minor repairs and I replacements, dismantling, removal, transportation and delivery costs thereof at ren charges consistent with those prevailing in the area. tal I(5) Cost of additional premiums for all bonds and tor required by the Owner or contract documents to purchasenand maintain andwhce which the which is is I incurred as a result of performing the changed work. (6) Sales, use or similar taxes,related t6 the changed work and for which the Contractor is liable, imposed by any governmental authority. I rn (7) Permit fees, royalties, damages for infringement of patents and costs of defending I suits therefore,and deposits lost for causes other than the Contractor's negligence. (8) Losses and expenses, not compensated by insurance or otherwise sustained by the I Contractor in connection with the changed work provided they have resulted from causes other than the sole or joint fault or neglect of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them, or for whose acts any of them I may be liable. Such losses shall include settlements made with the written consent and approval of the Owner. No such losses and expenses shall be included in the cost of the changed work for the purpose of determining the Contractor's fees thereon. If howe , such loss requires reconstruction and the Contractor is placed in charge thereof, he shall be paid for his services an additional fee computed in proportion to the sum stated above for the original changed work. I Conditions of the Contract 11-2 I Section 11 I ' (9) Cost of "drayage," exclusive of any drayage between shop and jobsite, only when Contractor must hire an independent trucking firm and driver to perform special drayage services in performance of the changed work for which Contractor's skills, manpower and vehicles are inadequate. "Drayage" does not include transportation performed or which could have been performed by Contractor's drivers or vehicles but for their use on ' another project. (10) Costs incurred due to an emergency arising out of the changed work affecting the safety of persons and property. (11) Other costs incurred in the performance of the changed work if and to the extent approved in advance in writing by the Owner. (12) Cost of Subcontractors in performing the Contractor's work as changed shall be ' computed in accordance with this paragraph 11.3.3, computed in accordance with clauses 11.3.1,.2, or.3. b. The cost of the changed work shall exclude: (1) Salaries or other compensation for Contractor's officers, executive, general managers, project managers, estimators, engineers, timekeepers, surveyors, mechanics, warehousemen, auditors, accountants, purchasing and contracting agents, draftsmen (except sheetmetal draftsmen), stenographers, receptionists, and other staff employees, whether or not employed at Contractor's principal office, branch office or field office at the job site. (2) Expenses of Contractor's principal office, branch office or job site field office, including without limitation the expense for pickup trucks, office trailers, storage trailers,rental of office or storage space,telephone,heat, lights,etc. (3) Ownership cost of maintenance expenses for Contractor-owned equipment, ' including without limitation all construction equipment, trucks and vehicles, machines and all other owned equipment required for Contractor's performance of the Work. ' (4) Cost for purchase and maintenance of tools, materials, supplies and facilities not consumed during construction or incorporated in the work. ' (5) Contractor's capital expense, including interest on Contractor's capital employed for the work. ' (6) Overhead or general expenses of any kind, including but not limited to office or fabrication shop overhead or drafting and printing costs, except as may be expressly included in clause 11.3.3. 1 a above. ' Conditions of the Contract 11-3 Section 11 (7) Costs due to the negligence of Contractor, any Subcontractor, anyone directly or indirectly employed by any of them, or for whose acts any of them may be liable, including but not limited to injury or damage to persons or property, the correction of defective work, disposal of materials and equipment wrongly supplied, or making good any damage to property. (8)The cost of any item not specifically and expressly included in the terms described in clause 11. 3.3. 1 a above. 2.Allowances for profit,overhead and nonreimbursable costs shall be computed as follows: a.For the Contractor: ' (1) A minimum of 5% up to a maximum of 15% (the actual rate dependent of the Contractor's performance and assumed risks as determined in the sole discretion of the Owner) of all reimbursable costs defined in clauses 11.3.3. 1 a (1) through (12) above, and 0 7% (2) A minimum of 3/o up to a maximum of (as determined at the sole reasonable discretion of the Owner)for the work of Subcontractors supervised by the Contractor as computed in accordance with clause 11.3.3.No fee will be allowed on Subcontractor work not supervised by the Contractor. (3) For first, second, and other tier Subcontractors claiming compensation for changed work under clause 11.3.3.1(a) (12), their allowances shall be determined at the sole reasonable discretion of the Owner consistent with percentages in subclause(2) directly above. (4) The Owner shall have the right to examine, inspect, copy and audit the books and records of any Contractor or Subcontractor making claim for reimbursement for costs and allowances hereunder in order to verify the accuracy, correctness,completeness and propriety of all costs and allowances claimed. 11.4 CHANGE OF CONTRACT TIME 11.4.1 The Contract Time may only be changed by a Change Order. Any claim for an extension in the Contract Time shall be based on written notice delivered to Owner and Engineer within ten (10)days of the occurrence of the event giving rise to the claim.Notice of the extent of the claim with supporting data shall be delivered within thirty (30) days of such occurrence unless Engineer allows an additional period of time to ascertain more accurate data. All claims for adjustment in the Contract Time shall be determined by Engineer if Owner and Contractor cannot otherwise agree. Any change in the Contract Time resulting from any such claim shall be incorporated in a Change Order. ' Conditions of the Contract 11-4 Section 11 i ' 11.4.2 The Contract Time will be extended in an amount equal to time the control of Contractor if a claim is made therefor as provided in paragraph 11.4. 1eSuc beyondelaysd ' shall include, but not be limited to, acts or neglect by Owner, or to fires, floods, labor d epidemics,abnormal weather conditions,or acts of God. putes, ' 11.4.3 All time limits stated in the Contract Documents are of the essence of the Agreement he provisions of this paragraph 11.4 shall not exclude recovery for damages (including com enation for additional professional services)for delay by either party. P on i 1 i 1 ' Conditions of the Contract Section i 1 11-5 CONDITIONS OF THE CONTRACT SECTION 12 ' SUSPENSION OF WORK AND TERMINATION 12.1 OWNER MAY SUSPEND WORK Owner may, at any time and without cause, suspend the Work or any portion thereof for a period of not more than ninety days by notice in writing tor shall Contractor resume the Work on the date shallh o fix the date on which Work shall be resumed. C fixed. Contractor will be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension if he makes a claim therefor as provided in Sections 10 and 11. 12.2 OWNER MAY TERMINATE 12.2.1 Upon the occurrence of any one or more of the following events: ' (a)If Contractor is adjudged a bankrupt or insolvent, I(b)If Contractor makes a general assignment for the benefit of creditors, (c)If a trustee or receiver is appointed for Contractor or for any of Contractor's property, (d) If Contractor files a petition to take advantage of any debtor's act, or to reorganize under the bankruptcy or similar laws, (e) If Contractor repeatedly fails to supply sufficient skilled workmen or suitable materials or equipment, (f)If Contractor repeatedly fails to make prompt payments to Subcontractors or for labor, materials or equipment, (g) If Contractor disregards laws, ordinances, rules, regulations or orders of any public body having jurisdiction, (h)If Contractor disregards the authority of Engineer, or (i) If Contractor otherwise violates in any substantial way any provisions of the Contract Documents, Owner may after giving Contractor and his Surety seven days' written ce,the renin and te the services on Contractor, exclude Contractor from the site and take possession of all Contractor's tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by Contractor (without liability to Contractor for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which Owner has paid Contractor but which shall not be entitled to reiish the ceive any further rk as Owner may deem expedient. In such case Contractorfurther payment until the Work is finished. If the unpaid balance of the Contract Price exceeds the direct and indirect costs of completing the Work, including compensaor. If such costs exceed on for such unpaid ditional balance, ssional services, such excess shall be paid to Contras Contractor shall pay the difference to Owner. Such costs incurred by Owner shall be verified by Conditions of the Contract 12-1 Section 12 Engineer and incorporated in a Change Order, but in finishing the Work, Owner shall not be required to obtain the lowest figure for the Work performed. ' 12.2.2 Where Contractor's services have been so terminated by Owner, the termination shall not affect any rights of Owner against Contractor then existing or which may thereafter accrue. ' Any retention or payment of moneys due Contractor by Owner will not release Contractor from liability. ' 12.2.3 Upon seven days' written notice to Contractor and Engineer, Owner may, without cause and without prejudice to any other right or remedy, elect to abandon the Work and terminate the Agreement. In such case, Contractor shall be paid for all Work executed and any expense ' sustained plus reasonable termination expenses. 12.2.4 If, after notice of termination for failure to fulfill contract obligations, it is determined ' that the Contractor has not defaulted, the termination shall be deemed to have been effected for the convenience of the Owner and the Contractor shall be paid in accordance with paragraph P12.3. 12.3 CONVENIENCE TERMINATION BY THE OWNER The Owner reserves the right to terminate the Work under this contract in whole, or from time to time in part, and said termination for convenience shall not be construed as a breach of the ' Contract. If the Contract is terminated for convenience, the Owner shall give the Contractor written notice specifying the extent the Work of the Contract that is being terminated and the effective date of said termination. Upon receipt of the notice of termination, the Contractor shall stop work on the date and to the extent specified. The Contractor shall place no further orders nor incur any further costs for the terminated parts ' of the Work. The Contractor shall further terminate all orders and subcontracts relating to the terminated part of the Work. The Owner shall pay the Contractor for the value of the Work terminated as completed to the termination date together with a reasonable profit on the ' completed Work, but no damages or costs or lost profits. Disposition of the completed parts of the terminated work, materials, equipment and other tangible property shall be made as agreed upon by the Owner and Contractor. The title to any property and materials retained by the ' Owner shall accrue to the Owner immediately upon payment by the Owner to the Contractor. CONTRACTOR MAY STOP WORK OR TERMINATE P12.4 If,through no act or . g fault of Contractor, the Work is suspended for a period of more than ninety ' days by Owner or under an order of court or other public authority, or Engineer fails to act on any Application for Payment within thirty days to pay Contractor any sum finally determined to be due, the Contractor may, upon seven days' written notice to Owner and Engineer, terminate ' the Agreement and recover from Owner payment for all Work executed and any expense sustained plus reasonable termination expenses. In addition and in lieu of terminating the Agreement, if Engineer has failed to act on an Application for Payment or Owner has failed to ' Conditions of the Contract 12-2 Section 12 1 make any payment as aforesaid, Contractor may upon seven days' notice to Owner and Engineer stop the Work until payment of all amounts then due. The provisions of this paragraph shall not relieve Contractor of his obligations to carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with Owner. 1 1 i 1 Conditions of the Contract 12-3 Section 12 1 CONDITIONS OF THE CONTRACT ' SECTION 13 MISCELLANEOUS 13.1 LIMITATION OF LIABILITY In no event, either as a result of breach of contract, negligence, or otherwise, shall the Owner or Engineer or their agents or Employees be liable for damages or loss of profits, loss of use, loss of revenue, loss of ' bonding capacity, or any other special, indirect or consequential damages of any kind. To the extent the Contract Documents allow any liability to be imposed, the total liability of the Owner and Engineer for any loss, claim, or damage arising out of this agreement or the performance or breach thereof, shall be ' limited to the value of the work performed. 13.2 REMEDIES ' The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and ' obligations imposed upon Contractor herein and all of the rights and remedies available to Owner and Engineer thereunder, shall be in addition to, and shall not be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by law or ' contract, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph shall be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. All representations, warranties and guarantees made in the Contract Documents shall survive final payment and termination or completion of this Agreement. ' 13.3 PUBLIC CONVENIENCE ' The Contractor shall at all times so conduct his work as to insure the least possible obstruction to traffic and inconvenience to the general public and the residents in the vicinity of the Work, and to insure the protection of persons and property. No road or street shall be closed to the public except with the ' permission of the Owner and proper governmental authority. Fire hydrants on or adjacent to the Work shall be kept accessible to fire-fighting equipment at all times. Temporary provisions shall be made by the Contractor to insure the use of sidewalks and the proper functioning of all gutters, sewer inlets, ' drainage ditches and irrigation ditches, which shall not be obstructed. 13.4 CROSSING UTILITIES, ETC. ' Where the prosecution of the Work results in the crossing of highways, railroads, streets or utilities sunder the jurisdiction of state, county, city or other public or private entities, the Contractor shall secure written ' permission from the proper authority to cross said highway, railroad, street or utility before further prosecuting the Work. A copy of the written document granting permission shall be filed with the Owner and Engineer before any Work is done. The Contractor shall be required to obtain a written release from the applicable authority upon completion of the Work. A copy of this written release shall be filed with the Owner and Engineer before final acceptance of the Work is granted. ' Conditions of the Contract 13-1 Section 13 13.5 SANITARY PROVISIONS The Contractor shall provide and maintain such sanitary facilities for the use of his employees and those I of his Subcontractors as may be necessary to comply with the laws, rules or regulations of the Federal, State and local governments, or agencies or departments thereof. 13.6 PRESERVATION OF HISTORICAL OBJECTS 13.6.1 Where historical objects of potential archeological or paleontological nature are discovered within the areas on which the Contractor's operations are in progress, the Contractor shall restrict or suspend his operations in the immediate area of the discovery as may be necessary to preserve the discovered objects I until the Owner has made arrangements for their disposition or has recorded the desired data relative thereto. 13.6.2 The Contractor shall immediately notify the Owner of anyhistorical he maydiscover or objects become aware of as the Work is being prosecuted, and shall aid in the preservation and salvage program decided upon, as may be requested or ordered by the Owner. No Work which the Contractor considers to I be Extra Work shall be performed without the written authorization of the Owner. 13.6.3 The Owner shall have the right to restrict or suspend the Contractor's operations in the immediate I area where historical objects are discovered for a period not to exceed 72 hours,without claim being made by the Contractor for any damages he might suffer as a result thereof Any restrictions imposed shall not I remain in effect for a period exceeding 72 hours unless mutually agreed to in writing. 13.7 USE OF PREMISES ' Contractor shall confine construction equipment, the storage of materials and equipment and the operations of workmen to areas permitted by law, ordinances, permits or the requirements of the Contract ' Documents, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. 1 1 1 Conditions of the Contract 13-2 Section 13 1 tFORM OF AGREEMENT ' THIS AGREEMENT,made and signed this day of2000 by and between the City of Oak Park Heights,hereinafter called the "Owner", and hereinafter called the "Contractor". THIS AGREEMENT WITNESSETH, that the Owner and the Contractor, for the consideration hereinafter stated, agree as follows: ARTICLE I. The Contractor hereby covenants and agrees to perform and execute all the provisions of the plans and specifications as prepared by the City of Oak Park Heights Public Works Department, Oak Park Heights, Minnesota, and indicated below under ARTICLE IV, as provided by the Owner for: Valley View Park and Boardwalk Project ' and to do everything required by this Agreement and the Contract Documents. ' ARTICLE II. The Contractor agrees that the Work contemplated by this Contract shall be fully and satisfactorily completed on or before ,2000. ' ARTICLE III. The Owner agrees to pay and the Contractor agrees to receive and accept payment in accordance with the prices bid for the unit or lump sum items as set forth in the ' conformed copy of Proposal Form hereto attached, which prices shall conform to those in the accepted Contractor's Proposal on file in the Office of the City Clerk, City of oak Park Heights, the aggregate of which prices, based on the approximate schedule of quantities, is estimated to ' be$ ARTICLE IV. The Contract Documents shall consist of the following component parts: (a) Drawings. (b) Specifications. ' (1) Bid Documents (Advertisement,Addenda, Information to Bidders,Proposal and Bid Security); (2) Special Provisions; ' (3) General and Specific Conditions; (4) Conditions of the Contract(General and other conditions); (5) Performance and Payment Bonds; ' (6) Agreement; (7) Detail Plates and other drawings attached to specifications; Form of Agreement ' This Agreement,together with the documents hereinabove mentioned,form documents are as fully a part of the Contract as if attached hereto or herein peatedontract and all IN WITNESS WHEREOF,thearties p to this Agreement have hereunto set their hands and seals as of the day and year first above written. 1 Attest: ' The (Seal) i By MAYOR By 111 In the presence of: CONTRACTOR By .TITLE 1 CERTIFICATE OF ACKNOWLEDGMENT 1 ' State of Minnesota ) )SS. County of , ) ' On this dayof , 2000, before me personally appeared David Schaaf, to me personally known,being by me duly sworn,did say that he is the Mayor of the City of Oak Park Heights,that the seal affixed to the foregoing instrument is the seal of said City of and that said instrument was executed on behalf of the City of Oak Park Heights by authority of its City Council, and said Mayor, David Schaaf acknowledged the instrument to be the free act and deed of said City of Oak Park Heights. ' (Notarial Seal) ' Notary Public: Commission Expires: 1 Form of Agreement CERTIFICATE OF ACKNOWLEDGMENT NT (For use where Contractor is individual or partnership) State of Minnesota ) ' ) SS County of ) ' On this. day of , 2000, before me personally appeared to me personally known to be the person described in and who executed the foregoing instrument and acknowledged that_he executed the same as free act ' and deed. (Notarial Seal) Notary Public Commission Expires: CERTIFICATE OF ACKNOWLEDGMENT (For use where Contractor is a corporation) State of Minnesota ) ) SS County of ) ' On this day of ,2000 before me personally appeared ' and ,to me personally known who,being by me duly sworn, each did say that they are respectively the and of that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was executed in behalf of the corporation by authority of its Board of Directors and said and acknowledged the instrument to be the free act and deed of the corporation. ' (Notarial Seal) Notary Public Commission Expires: Form of Agreement PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: that as Principal ' (hereinafter called Contractor)and, as Surety(hereinafter called Surety) are held and firmly bound unto as Obligee(hereinafter called ' Obligee)in the amount of Dollars($ ), for the payment whereof Contractor and Surety bind themselves,their heirs, executors,administrators, ' successors and assigns,jointly and severally,firmly by these presents. WHEREAS, Contractors has by written agreement dated ,2000,entered into a ' contract with the Obligee for construction of Valley View park Boardwalk and Trail Project in accordance with Drawings and Specifications prepared by Oak Park Heights Public Works Department which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE,THE CONDITIONS OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract in conformance with the Contract Documents,and all guaranty, indemnity and warranty obligations specified therein,and shall promptly and faithfully remedy any breach of its obligations under the Contract Documents discovered within ' the time limits set by statute for commencement of actions, and shall pay any damages for unexcused late completion,then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration, changes or extetime of made by the Whenever the Contractor shall be, and d declared by the Obligee to be in default under the Contract, the Surety may promptly remedy the default, or shall promptly: I1 Complete the Contract in accordance with its terms and conditions, or if appropriate, (2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by the Obligee and the Surety jointly of the lowest possible bidder, arrange for a contract between such bidder and Surety, and Surety shall pay such bidder pursuant to such contract, ' while Obligee shall pay the Surety the cost of completion up to but not exceeding the balance of the contract price. The term "balance of the contract price". As used in this paragraph shall mean the total amount payable by the Obligee to Contractor under the Contract and any amendments thereto, less the amount paid by the Obligee to Contractor, or if appropriate, (3) Promptly pay such sums to the Obligee as the Obligee may be entitled from the Contractor under the Contract Documents, or for the breach thereof, but not exceeding the amount set forth in the ' first paragraph hereof. The surety agrees to be bound by any award granted to the Obligee against the Contractor in ' arbitration or judicial proceedings commended pursuant to the Contract Documents. 111 Perfomance Bond I No right of action shall accrue on this bond to or for the use of any person or corporation other than the Obligee named herein or the successors of the Obligee. Signed and sealed this day of 2000. ' Contractor: By Signature ' (Typed or Printed Name of Signers) Title Witness 1 By Signature ' (Typed or Printed Name of Signers) gn s) Title (If the Contractor is a partnership or joint venture, all partners or co-venturers must execute this Bond). Surety Address Phone No. ' Witness By Signature ' or (Typed Pruned Name of Signers) ' Title ' (Local Address and Telephone Number) (The attorney-in-fact shall attach hereto a copy of his power of attorney or other document authorizes him to act on behalf of and to bind the surety). which Perfomance Bond CERTIFICATE OF ACKNOWLEDGMENT BY PRINCIPAL (For use where Contractor is individual or partnership) t State of Minnesota ) )SS. County of ' On this day of to me known to be the person ,2000 before me personally appeared described in and who executed the foregoing bond,and acknowledged that he executed the same as free act and deed of ' the individual. Notary Public: Commission Expires: (Notarial Seal) ' CERTIFICATE OF ACKNOWLEDGMENT (For use where Contractor is a corporation) ' State of Minnesota ) )SS. County of On this day of .2000 before me personally appeared and to me personally known who,being by me duly sworn, did say that they are respectively the of ,that the seal affixed to the foregoing instrumental is the corporate seal of said corporation, and that said instrument was executed in ' behalf of the corporation by authority of the Board of Directors, and said and acknowledged the instrument to be the free act and deed of the said corporation. ' Notary Public: Commission Expires: ' (Notarial Seal) 1~ull Name of Surety Company Home Uttice Address Full Name of Surety Co. Name of Local Agency Address of Local ' Agency If this bond is executed outside of the State of Minnesota, it must be countersigned on the Performance Bond by a Minnesota resident agent of the Surety. Company. Name of Agent Affixing Countersignature Address ' (Affix here Power of Attorney and Acknowledgment of Corporate Surety). Pbond Acknowledgment ' LABOR AND MATERIAL PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: that as ' Principal, (hereinafter called Contractor)and, as Surety(hereinafter called Surety) are held and firmly bound unto as Obligee (hereinafter called Obligee) for the use and benefit of claimants as hereinbelow defined, ' in the amount of .Dollars ($ ), for the payment whereof Contractor and Surety bind themselves,their heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated entered into a contract with Obligee for construction of in accordance with Drawings and Specifications prepared by Oak park heights Public Works. which ' contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor ' shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract and shall keep the Project free and clear of all liens as provided in the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject,however, to the following conditions: ' 1. Claimant is defined as one permitted by applicable law to file a Public Contractor's Bond claim for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include without limitation that part of water, gas, ' power, light,heat, oil, gasoline, telephone service, rental of equipment, insurance premiums, taxes, and any items for which a claim or lien may be filed against the Obligee under the applicable law. ' 2. The above named Contractor and Surety hereby jointly and severally agree with the Obligee that every claimant as herein defined, who has not been paid in full may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such sums as may be justly due claimant, and have execution thereon. The Obligee shall not be liable for the payment of any costs or expenses of any such suit. ' 3.No suit or action shall be commenced hereunder by any claimant: (a)Unless claimant shall have filed a Public Contractors Bond Claim in the form and within the time provided under applicable law, or (b)After expiration of time for enforcement of a Public Contractors Bond Claim by legal action. 4. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder. 5. The Contractor and Surety shall keep the Project free and clear of liens and shall promptly remove any and all liens filed against the Project by claimants. ' Labor Bond 1 ' 6. The Obligee's right of action on this bond, or for the breach thereof, shall not be limited by the conditions set forth in paragraphs I through 3 above. 1 Contractor By Signature ' (Typed or Printed name of Signer) Title 1 Witness By signature ' (Typed or Printed name of Signer) Title (If the Contractor is a partnership or joint venture, all partners or co-venturers must execute this Bond). Surety ' Address ' Phone No. Witness 1 By Signature 1 (Typed or Printed Name of Signer) ' Title 1 (Local Address& Telephone Number) ' (The attomey-in-fact shall attach hereto a copy of his power of attorney or other document which authorizes him to act on behalf of and to bind the surety). 1 Labor Bond 1 CERTIFICATE OF ACKNOWLEDGMENT BY PRINCIPAL (For use where Contractor is individual or partnership) State of Minnesota ) )SS. County of ____ On this day of 2000 before meersonal to me known to be the persondescP ly appeared the foregoing bond, and acknowledged that_he executed the same as bed in and act a and deed o the individual. free deed of Notary Public: Commission Expires: p res: (Notarial Seal) CERTIFICATE OF ACKNOWLEDGMENT (For use where Contractor is a corporation) State of Minnesota ) )SS. County of ______) On this day of 2000 before me personally appeared to me personally known who, being by me duly sworn, did say that they are and respectively the of that the seal affixd te instrumental is the corporate seal of said corporation, and that said instrument was execut d in g behalf of the corporation by authority of the Board of Directors, and said acknowledged the instrument to be the free act and deed of the said corporation Notary Public: Commission Expires: (Notarial Seal) ame o ure ompany Address ome • ` ce Full Name of Surety Co. Name of Local Agency Address of Local Agency If this bond is executed outside of the State of Minnesota, and Material Payment Bond by a Minnesota resident agent lof the Surety. Comt must be pany.od n the Labor Name of Agent Affixing Countersignature tAddress (Affix here Power of Attorney and Acknowledgment of Corporate Surety). Labor Bond Acknowledgment wO _c a) co ' O O CD E°- ati � � � oa 0,3 0 Cr) U O C a O N m N O CI 'cf "I' I"- 00 00 O0 X N- 'Cr O LOO F- N i- e- ,N CO -a X a) E (C:' -a N re- Ne- NN N Z aj= D X a) Ed' a N N .- N ti Z o H N co co -0 X 12 E N C0 N N N C0 Z O m E o cn U) a`) O fa tX v N N N N N N N N co a Z U U O to CO O a) ' 3 C C N N N N N N N N CO O EZ . U a 12 -gV CO Y 0- 'ch co N N O r- r- r' .- .- N CO N Cr) co to to N Ch co N N a. L OO O O6 O O O O O O O O O O O O O O O O O O O O 0) m H N o ._ . ' O co Co C C • O( XO I CDN Tr = = "O V a v "a a) X O O C + + N + + + V •D C C C C C ODU 0a — �+. — +-. O O00000 DUUUU000 >, CO C° ,atnin0 � = • 5 3 'SUU O N V CO N- I- 0) f-NC C "a C C C CA O N- N- N- N- N N CXO V N >To � XXXVU 0000XXtntncocooco Li, LO to LO U to to u) N- N N N N N (Ni N • N to N- N. .-- N— M Nr O tO L() to to to O tf) tt) to Lt) to to O to O 'It CO M e- C2 C1 f0 I� N ti ti ti ti I,: t` ti N- N- 0 a. > d' T- d' d' �r Tr Tr Tr T' V d' Tr Tr Tr Tr Tr Tr d' d' d' Tr d' d' co U a) ti N- N. N- N- N. N- I's N- N- N. ti N- N N- N- P ti ti N- N N- N- CO Cd d C I- C _ r- co N- to M N- N- Cr) CO 0) - O I,- CO CO N- N- C,-) II 2 f0 1� ti O O O O O to to O O 0 0 0 0 0 0 f- r.. r- I` O > Tr Tr Tr ,. V Tr Tr Tr , Tr Tr Tr rt Tr N- ti tr Tr .4-,, d) N- N- ti N- ti N- ti N- N- N- N- N- ti N- N- N- N- N- N- ti N a) T) co _c co a) Tr Tr 'd' Tr Tr '4t tt V co N Tr Tr v Tr Tr v Tr v v ct U) a) a) J C C N O a sa 0 C i N CY) et to CO N- CO 0) O ‘-- N Cr)� d' LO CO I's CO CA N CU CO Y L (0 o -C E N (n ,- N co d' to CO N- Co CA O — N co co CO I- CO 0) 0 , 0 NC U) a) co sta fs bs ih el 8/4 survey diff V V3 7.85 754.62 746.77 W3 7.79 754.62 746.83 746.81 -0.02 0 8.03 754.62 746.59 746.54 -0.05 El 8.22 754.62 746.4 746.37 -0.03 E4 8.78 754.62 745.84 745.75 -0.09 E5 9.23 754.62 745.39 745.31 -0.08 E7 8.49 754.62 746.13 746.11 -0.02 E9 8.12 754.62 746.5 746.45 -0.05 El1 7.74 754.62 746.88 746.84 -0.04 E12 7.54 754.62 747.08 747.1 0.02 E14 6.95 754.62 747.67 747.64 -0.03 -0.39 -0.039 Levies from 56th Street 8/7/00 c @ 189.3 785.2 508693.973 203659.771 189.3 785.2 W E 508682.237 203675.461 783.42 508686.69 203676.51 781.53 508689.0395 203676.975 17.9 207.2 781.47 -3.73 508691.389 203677.439 781.41 EE 508694.898 203678.405 780.9 508671.532 203707.814 779.22 508675.114 203708.587 777.68 508677.16_ 203709.32 34.5 241.7 777.7 -3.7675 508679.206 203710.053 777.725 508683.738 203711.049 776.87 508662.354 203733.722 776.24 508667.072 203735.052 774.985 508668.7845 203735.214 27.2 268.9 775.06 -2.6475 508670.497 203735.375 775.125 508674.412 203736.344 774.535 508654.104 203761.445 773.985 508659.133 203762.002 772.7 508660.9745 203762.534 28.4 297.3 772.59 -2.465 508662.816 203763.066 772.48 508666.702 203763.117 772.415 508650.381 203812.668 770.925 508654.715 203811.665 770.265 508656.7085 203810.854 48.5 345.8 770.16 -2.43 508658.702 203810.043 770.055 508663.807 203809.387 769.725 508683.18 203846.155 766.25 508685.583 203842.073 765.88 508686.2715 203840.591 41.9 387.7 765.85 -4.3125 508686.96 203839.108 765.815 508689.209 203835.579 765.995 508699.378 203857.791 765- 764.62 508703.062 203852.671 20.7 408.4 764.62 -1.2275 508705.575 203847.511 764.835 508762.367 203891.128 70.7 479.1 763.3 -1.32, 508830.467 203933.092 80.0 559.1 761.49 -1.81 508865.02 203901.606 46.7 605.8 760.65 -0.845 508906.224 203846.491 68.8 674.6 759.72 -0.925 508951.632 203819.507 52.8 727.5 758.74 -0.985 509054.028 203788.169 107.1 834.5 757.56 -1.18 509114.871 203764.074 65.4 900.0 754.47 -3.09 O O ti LE L (0 IR ;IC N .01 '- .- .- .- N N (0 Z ‘, 1-.. r L (0 L fA E ' s N N0 g. Z O 1- t to 02 m Z E O N CN N N N (Ni N N N OD iZ o Oto m -1:2 >< T7 N N N N N N N V U) C OS O 0 zoo E - Lq N 1 Q 8 p O M r ..- NOOOOpO p �pp� , 0 0 r Or- N � M aw .1C (&010 O 000 O Q Q O O C1000O000OOOOFP,. t coo o .0 vu vu C Cv my C N 'G oT3 0 -0 C C cc Cc cm L L o00 C o .Q C � C � �' 0000000EEE c3U o f 0toR EX 0 E o E g EOQOOOO8 d t0 rr - X '- r (p mX � XmXXXXXXX XXX To O co X X C'- ( X X a Xtfl tU �XNtotf) NNNNNt� (Ost CO CO .t C 1 O a 1- N- 1- f, N- fes- 1,..: N- N- N- *. 1- I� 1- fl- > 'd' 'V' v '( v v v v v v vvvvvvvvvvv �_ o o N- N. i` 1- n. N- r- 1-- 1-- N N- N n- 1- r- N r. 1- 1. 1- N Ts .O C C O r co too r P- M CO co y- v 0p. 000DN. � y- r- M 2 > v N- hN. N N ' N N N N- N - ti ti � N N ~ 1 Q) t G r V V V V r V (0 N V 1 d' !r V N' d v v d' O 0 J C N tl 0 N OD CO O 5 W O r M t0 1 e- N M V 0 (0 N- CO O) r e- r r- . . . . . . N o C o -c 0 rNCOst �o (Ot� o00� 0 mt0 r N M ti co N. O r r r r r r r r r r N O7 N N".' 0 N 0 0) CO COO 00 t) CO N to CD U) '-- M 0 O N r< 0 ;- to CO to 0 Cd U[) r` M N. N N (Ni r r d r r 1 6 CID CO N V M O N N — (0. 7 N 0) co ID O N O M M to V r- T- r c- O r O m W I i i • W Lli CO to O) 0) 0 ) N. V, () N r- t N ca 0 CO- C4 N U 0 N 6 M t"' 0 O T7 c? N Q 4 C) to N co co. N h 0 N U) N. V � co CO77 'O -~' 0 s- M t'6M T-O O r- N Q N 7 O o OC CD M M M CO NOD (O N CO V OD O M r- U) CD N W •C� N -f 4 e- N M c- •- - O q r M Ci CI a) V V V V 0 4 4 V 4 0 0 \ 0 0 V 0 4 0 4 0 4 4 0 4 4 g 0 V 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 to M O 00Id) O TrTr.03CONOV U7 000N V COCflposNtOp00NCOP- E N CMT.:• T- 6 uiui 76T-a0or< co66 NNOODr• UA0NNC3) r• P- Ntto O '- 0a0 rnC)) CACOCACOCACD0O0000O0OD00OImo 00 . r- r- I` r- r- COCOCOCOCO O > NCO CO COIs- N. N. N. N. r` r` r- r. r- r- r- r` r- r- r- r- r- N- N- r- r- r- r- N. r- r- g• e m O U �(pp V N 0) c- r- CO e- N N N. 4p? Ns NV P.- 13 CO 00 .3 M CO pg CD ODD COCcoNcotCD CO Ni N O ~ CDN W N. N- N- r` N. N. N. N. N. CO Ps W CD v. p O tO U) 00 N Ps ' N N V CO 8 O LC) CV O tri 1- Op M M N n O •N ill-- p CO C C) O0) OD OD OD N. a) N. to n O CX) cip 0 0 n N. I N- ts CD P- r- W CAM r- CS) CO_ CO N` N. tCO O C00 ( ~ CD 000 Z1 1111171Cp Co CD 0 O .- 00 NOD OD r- ti O) ti N to CV j OOp 000 OOD m � OHO N. I. 0�0 CSO N. 0 CNO CSO — > -CA CO N. 0) CO CO •-� 0 N N N V O N CO�t U) d) pMp M NN O O) W pup pOO C') CS) CO C to Cp 0 W OD 000 8 CD CD OD ti ti ti 0 CPO P- P- N. 0 0 0 0 0 0 0 \ 0 \ 0 0 0 0 0 0 0 O e \ o o o 0 o coco r CA cr)e V 00 Un 00 r- a V L V co. `Co r- 0) N. CO 'd: N O O 0D 1 i to to O 0 rn r N N .(7.?; O `� '-- e•r- O a- , CR N r rI I I I I I i I �_ �e 0 0 0 � 0 ;e � 00o 0 O 0 0 0 0 U) o C 0 0 o 0 M N. CA M OO Cl. 0) a is: CD V CO N O CO Un N. M CO to r• N. 0 Un CV e; . e. ei o O Op CV CV 0 0 C7), CO , � I- O Si i N "" N eI N `� N. N. N. M N. N O U3 NO NV) ODUl )) NN N 0 N-CO N U 0) ON) co O UC) O N. 00 t1 e- CO Cr) •-. V N to co T- 4 C') N. rd 0) 0 0 CV CO p tf) 0rN 'd' g' COit � N N N co M c? c? I. — r OD N e- to M M 00 0) N 0 N. 10t) LO u u3 N. 1.0 C') N. COO N. co It e MOO CO a) O) r- O CO p c d V 0) V Q Cry CO N N -' e7 -7 '7C7 O O 'v7 co � � 1 OCOOMOOCOOMOOOtn V OMONOh- OC)) OMC=) 0000ts V r r C CO Tr tt) O al M tAOO uOOT � cL ~ u00NCDSNWPstOOVcoCD N r N V to r- P O O gUOCOr- 000V UlQDPsCLOti OrN03 r ter. T- r- r- r- e- v- NNNNNNCV NMM MMM M V 'rtOCOO1sC O CO N. M N. N. UL) CA CD (J) L.O. N V to C) N. N. O N. CO OD V N. CO co •-- O O O Co OO N r: O .1 •• - CA O r Co Lo V N N N V V N r` CO V CO Un 0 CO N 1- .- N CO N `' Cr) N O) U _ to G M UO') v. co coN 0r N 0 500 coO N h CO CV N 17 03 0.I. COO 0 N- CMO O 0 N to r r r r N r CO. tr) r U) 0) CO h N �t CO CD CO CO COO CV @v4 O 4 'a' cci r) r) •- ci 'd' O O T T m W r r r T r r r O W M to r N- O N r O <t Co co 0 N N 800 r M hO) NN T r t•i U) O co W T T r r r r r r r cd � 1 1 0 Ct 0 St co 0 O d, N. 00 r 0 O co ' -0 O O co V N: a) i- � r er- r r r r r 0) O 1 1 C) .� 0) NMN O h h •- CO N 0 CO CO 0) h 42 N 0 0 7 r- M co 0 ,- 0 a0 0 r CO Ni r r 0 1 W �. 0 0 0 0 0 0 0 0 0 0 0 0 0 0 tt) LO U) tt) U) tri USI Ui U) U) Ui Ui tO U) U) r O U) ti O N r N O r N M N ... m CD 6 U) U) V' Cri r O O (0 o 0 0 O CI) 00) 00) 0 0 0) 0 0) 0) co h h co DJ j N co O 00 N h h h h h h h N- h Q N 'c' IN- . 0) s 0 0) r' r- r CO r N N h 0) g VN' co coO0%0 0 C3) h co CA c.ei ori o o U) CCQ CO h CON003 CO CV W CO CO0h0 COho h h h N- N- N. n Cho ch0 W _ LO LO CO to LO O r W 0) 000 00 N , I''01 r �f 0 c' co.N Ch N 0 '� 0 • 0 co L pp h h N- h N- h CON- N I IN- N- Cho h W h h C)* CO r O MO N N- CO Co 003 N ° 2.19)lilfilLcceirIL8'Tri MM O 77 OU) ' N 0 IN,. tnNOroOr stT C O O Cb CTO N- CC) hco" 000 000 h O0o h h h IN- O N. N- hcN0 C0Ii h h N h 00o N- 0 0000 r IN- 0 N ui N N CO0N NCO LO Mp CO CV tri r CO CO � CO O 0 cri 0 Cp h W OQ OO0 h0 cohh h h coal h Ih+ ti f h h h 0 0 0 _ o o \ \ \ \ of a -F. * c o e e zg e 0 \o \ \ \ \ \ 6 0 0 0 o co ('qr 0C) 0to0h O o 0 co. 0 h O 0 h CO <t N o '1:1" (9 0j rCV CV N 0 r '- - P O 000QNNC9C9 ' U� (0 1 r T r r T r T r 1 I I 1 1 1 O 'e a `3' a \o ;e o c * c 0 0 0 0 0 0 0 0 •r": e N h O M h 0 M co. M 0 iT co leiLOU) LO h co 00 0 vii O O r N T r r r N O O O N N 0 O Cn 1 .- , l 1 1 / 1 1 1 CO To-d r 1 N 7' 1 r CV r 1 1 1 U) U) U) U) U) U) 0) N- CD N OO NN- U)CO NONM OOOr (V U 0) 0) CO 0 t j 4.. N- ti co O Cp r CN N 0 O CO Co r r d' 0 0 6 N QO O a) r N �t to 0 Q 11 r T e- N N I N CO or? M C? q' �C ` w I Y +-. Cr) - ODNrtnMO00O N 0 N- U7 CO to U) to h U) CO N- cD M T M CO CO 0) 0) •- 0 003 q �1 N d 0 Crj Cl) N CV CV efi •� 7 OOQ 7C? CD 1 1 � 1 t) r r 00 O �1 ►t) O 000M 6000c'0OOOto t' 0 MON0NOO, 0O0, 0IM,", Og. U0j0ci0h03OOtn � t�- C OjU) � C7 U) CA 00+-• 04 CO CV POU) C3) Oti ttj OCV � tnh030r- 0ohN co r Nd tnlil - 00 +� NU7tnOh- 00O0N =TU) O1NO to r r r r r r r r r N N N N N N N N M M M M M M d' d' to O CO h 00 0 0 Cp N- CO IN- h LO 0) 0 0) U) CV "ct U) 0) h N- 0 h CO CO r V N: CO CO 1 0 0 0 0 00 N h to N A r N M N r MN- N r c., N N Nr 'qt. N h m 'Ct CO tr) 0 Co m b 1- V ODESA Construction Inc. JUNJUN 2 3 2000P.O.Box 205 '0300 Golden Spike Rd Gilman, MN 56333 Phone(320)387-2469 1� Fax(320)387-2672 Email DEHMBC253@AOL.COM June 20,2000 City of Oak Park Heights Attn: Jay Johnson 14168 57th Street N. Box 2007 Oak Park Heights RE: Bidder's Qualifications Valley View Park Boardwalk and Trail City of Oak Park Heights Enclosed is a subcontractor list, supplier list, name of the on site superintendent and a list of similar projects we have worked on. Should you have any questions or comments, please contact this office. S' rely, Dale Herman ODESA /Uw t City of Oak Park Heights Valley View Park - Boardwalk and Trail Preliminary List of Subcontractors and Suppliers Subcontractors 1 Michael Watercott Const. Inc. Work to be performed on the following items. Rt 2 Box 128 Pierz,MN 56364 Item No: 2 -Excavation Office(320)968-7427 3 - Subgrade Prep Mobile(320)360-1433 4 - Class 5 Fax(320) 968-7427 2. Certified Aggregate Products Work to be performed on the following items. P. O. Box 155 Rice,MN 56367 Item No. 5 -Biuminous Phone(320) 630-1468 Suppliers 1. Foley Lumber Items Supplied: 240 Main Street Foley, MN 56329 Item No: 21 - Treated Boards Phone(320)968-6291 22 - Treated Boards Fax(320)968-9936 23 - Treated Boards 25 - Treated Boards 26 - Treated Boards 27 - Treated Boards 28 - Treated Boards 2. Independent Testing Technologies Inc. Items Supplied: P.O. Box 325 Waite Park,MN 56387 Item No: 5 -Bituminous Testing Phone (320) 253-4338 Fax(320)253-4547 3. Brock White Items Supplied: 580 41st Ave N Saint Cloud,MN 56303 Item No: 29 - Silt Fence Phone(320)251-5060 12 - Geotextile fabric 14 -Fiber Blanket 4. Barton Sand & Gravel Items Supplied: 15672 87th Street South Hastings,MN 55033 Item No: 4 - Class 5 Phone(651)436-4461 11 -Riprap 17 - Class 5 24 -Riprap 5. Elk River Concrete Items Supplied: 6550 Wedgewood Road P.O. Box 1660 Item No: 7 - 4'Manhole Maple Grove,MN 55311 8 -4'Manhole Phone(612)545-7473 9 - 12" RCP Fax(612) 545-8399 10 - Surge Basin 6. Construction Services Div. Items Supplied 8046 Old Hwy Rd N. St Cloud,MN 56301 Item No: 7 - Casting Phone(320)259-1294 8 - Casting Geyer Rental Items Supplied 1816 St Germain St St Cloud,MN Item No: 30 - Signs Phone(320)252-5522 0 4J 5,77: Su' G G _. Dale E. Herman 10300 Golden Spike Rd NE Gilman, MN 56333 Education 1980 Graduate of Foley High School, Foley, MN 1980-81 Carpenter Apprenticeship program St. Cloud Area Vocational Technical Institute Job Site Duties Interact with engineers, inspectors, owners, subcontractors,suppliers and others who affect the project completion A. Engineers: Consult with and discuss problems on the project. in some situations work with the engineer on the project to find a solution to a changed condition.Deal with independent engineers to have false work,cofferdams,deep excavations,heavy lifts and other items that safety or structural integrity needs a engineer's approval. B. Inspectors: Deal with inspectors on a day to day basis on the project. Attain their approval of work completed and check pay request for work done. C. Owners: Assure owner that the quality of our work will be acceptable and that it will be performed safely and timely. D. Sub- Contractors: Work with subcontractors to make sure they carry out there part of the contract in the allotted time and for the agreed upon price. E. Suppliers: Contact suppliers before and during the project to make sure the right materials are delivered at the proper time. F. Others: Deal with OSHA inspectors on safety.Deal with land owners,salesman,and utility personal.Also with Union officials. Job Administration *Hire Personnel to complete project. *Figure proper equipment needed for site. *Establish time and sequence for project. *Design forms and false work. *Read and interpret plans and specs for efficiency and cost effectiveness. *Handle day to day business activities on the job site. General Work Experience *Design forms * Set precast concrete *Build forms *Layout structures * Set forms *Establish Grade *Pour concrete *Drive piling,H,C.I.P., Sheet and open ended tubes. *Finish concrete *Demolition *Tie rebar *Install insulation,pipes and gates. Operate Equipment *Excavator *Crane *Dozer *Loader *Compactor Employment Experience ODESA Construction Inc. Nov. 1996 to present Position: Supt. Heartland Concrete: Little Falls, MN: Equipment Footings U of M:Minneapolis, MN: East River Road Parking Facility Turtle Lake: Amery,WI: Retaining Wall Lake Minnetonka:Excelsior, MN: MN/DNR, Shorefishing Area Berliner Lake: Carver County, MN: MN/DNR, Dam Quarry Park Phase II: Waite Park, MN: Stearns County,Park Improvements Nerstrand State Park: Nerstrand,MN, Drainage Rehab. Lake Wapogasset: Amery,WI: Lake Wapogasset,Dam Ringo Lake: Spicer,MN: MN/DNR, Shorefishing Area Loring Park:Minneapolis,MN: Minneapolis Park&Rec.,Floating Pier Twin Lakes: St.Louis Park, MN: Minnehaha Creek Watershed District,Ditch Cleaning Clearwater Creek: Kimball, MN: Clearwater Watershed District, Sediment Removal&Dam Briggs Lake: Duelm,MN: MN/DNR, Boat Access Quarry Park: Waite Park, MN: Stearns County, Park Improvements Painter Creek: Orono,MN: Minnehaha Creek Watershed District, Water Control Structures Redstone Construction April 1995 to Nov 1996 Position: Carpenter Projects: County road 3 bridge: Popple Creek,MN Hwy 7 bridge: Forbes, MN Hwy 23 bridge: St. Cloud, MN County road 35 bridge: Inger, MN D.H.Blattner 1992 to 1995 Position: Supt. Projects: Union Pacific bridge: Thornton, CA Union Pacific box culverts: Las Vegas, NV Union Pacific bridge: North Platte, NE Union Pacific bridge: Blue Mountains,OR Kremling Dam: Kremling,CO ODESA Construction Inc. 1991 to 1992 Position: Supt. Projects: Bass Lake outlet structure: Plymouth, MN Milking Parlor: Gilman,MN Milking Parlor: Foley, MN Milking Parlor: Sauk Rapids, MN D.H.Blattner 1987 to 1991 Position: Supt. Projects: Towac canal reach 2: Cortez,CO London road bridge&retaining walls: Duluth, MN Dam Diversion for Bureau of Reclamation: Belle Fourche, SD County road 133 bridge: Meadowlands, MN Adolfson&Peterson Jan 1989 to May 1989 Position: Carpenter Projects: Hwy 100 Bank: Minneapolis, MN Eden Prairie elementary: Eden Prairie, MN Daytons:Minneapolis, MN Rosemount Engineering Acid Explosion room:Eden Prairie, MN Circle Pines post office: Circle Pines, MN D.H.Blattner April 1983 to Dec 1988 Position: Foreman Projects: Mesabe Avenue bridge:Duluth, MN 1-35 Tunnel: Duluth,MN High bridge overlook: St.Paul, MN Bush Lake boat ramp:Blomington, MN Koch Oil Refinery: Rosemount, MN Hamline Ave.Pedestrian bridge:Roseville, MN John Ireland bridge: St.Paul, MN County road 112 bridge: Leseur, MN Lake Ave.bridge: Duluth, MN Loeffel-Engstrand Construction Sept 1980 to Mar 1983 Position: Carpenter Project: Addition to Hospital: Onamia, MN Addition to paper mill: Sartell, MN Trash Incinerator: St. Johns, MN [E@CEOW7,, [,) ODESA Construction Inc. JUN 2 3 2000 P.O.Box 205 0 Golden Spike Rd ]man, MN 56333 Phone(320)387-2469 Fax(320)387-2672 June 21,2000 ODESA Completed Projects List Project Location Owner Description 1. Quarry Park Phase 1 Waite Park Stearns County Parks Floating Boardwalk and Trails ** 2. Loring Park Minneapolis Minneapolis Park&Rec Floating Boardwalk** 3. Ringo Lake Spicer MN/DNR Shorefishing Pier and Trails 4. Lake Wapogasset Amery Wapogasset Lake Assoc. Dam,Retaining Walls and Path 5. Nerstrand State Park Nerstrand MN/DNR Site Work and Path 6. Quarry Park Phase II Waite Park Stearns County Parks Floating Boardwalk** 7. St Albans Bay Excelsior MN/DNR Shorefishing Pier and Trails ** Work done as a subcontractor. ACORD CERTIFICATE OFLIABILITY—INSURANCE 06/ 000 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY-ANT-CONFERS NO RIGHTS-UPON-THE- EXE JT, Inc dba Trewick Insurance HOLDER: -941S-CERTIFICATE DOES-NOT-AMEND; 2 S 2nd Avenue Suite 140 ALTER THE COVERAGE AFFORDED BY THE POLICIES BEL Sauk Rapids, MN 56379 11 © LE \U' 1IN�SAFFORDINGCOVERAGE-- ,� 320-251-2552 -INSURED Odesa Construction Inc INSURERA { 1 ca Mutual Insurance Co i P O Box 205 mi. _ s.-A-C: 1, Gilman, MN 56333 INSURER D: I I INSURER E: r COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE-AFFORDED-BY THE POLICIES DESCRIBED-HEREIN ISSUBJEC-TT TO-ALL THE TERMS EXCLUSONSANOCONDITIONS_OFSUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY EFFECTIVE POLICY EXPIRATION LIMITSIIN.TR TYPE OF INSURANCE POLICY NUMBER DAM MAM:W A_ -DATE-UMYDWYY3 - GENERAL LIABILITY ,EACH OCCURRENCE $1,.000, 000 X COMMERCIAL GENERAL LIABILITY ,_ FIRE DAMAGE(My one fire) $ 50,600 CLAIMS MADE X OCCUR _ MED EXP(My one person) $ 5, d 0 0 A CL 00013942 11/23/99 11/23/00 PERSONAL&ADV INJURY $1, 000,600 GENERAL AGGREGATE $2, 000,000 GEM_AGGREGATE UMIT APPLIES PER: PRODUCTS-COMP/OP AGG s 2, 0 0 0, d 0 0 n PJEC- n _ J POLICY LOC AUTOMOBILE BILITY B ANY AUTO _ (Ea accident) 1,0 0 0 0 0 0 ALL OWNEDAUTOS - (BPer LJORI"-- - $ SCHEDULED AUTOS. - - ) I A X. HIRED AUTOS CIS 00013942 11/23/99 11/23/00 BODILYINJURY $ (Per accident) X NON-OWNED AUTOS PROPERTY DAMAGE- $ (Per accident) GARAGE LIABILITY ONLY-EA ACCIDENT S 1 - -- I `OTtiERihfAl`t EAACC $ ANY AUTO AUTO ONLY: AGG $ =_— T EXCESS LIABILITY - _ .. _EACH OCCURRENCE $ OCCUR CLAMS.MADE _ AGGREGATE $ 1 -$ f DEDUCTIBLE RETENTION $ r _$ INC STATU- OTH- WORKERS COMPENSATION.AND... TORY-LIMITS---.. -ER-. EMPLOYERS'LIABILITY , Certficat.e ordered_. E .ECHPCCIDENI $ 1 from Company_. _ EL-.DISEASE-.EAEMPLOYEE_.$. E.L.DISEASE-POLICY LIMIT $ r OTHER DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESIEXCLU&ONS ADDED BY ENDORSEAAAENT/SPECIAL PROVISIONS I CERTIFICATE HOLDER_ I 1-ADOmOMAL INSURED;IP IeCIL. �eTTer:•_ - SNOWZI ANY_OE.TNi.AMDAIE City of Oak. Park Heights. •--asa-THEREOF, �= 1�,1__ 14168 Oak Park Blvd N NOTSNTOTNE.ciRTmelTESDE NArmT T IEF*.BUT_FM nOPTnoC.na2M•rr i Oak- Park Heights, MN- 55Il82_ -110-0BLIGAZIGII-OR-LMBILITY OrAWL moio-usiewme_essumetimmulasore • .AUTHOREPR tTA,TNE�,,., _ i >r "` ^'� ACOR025 (T[9T} J ®AGOBnOPsATod Valley View Park Boardwalk and Path Project Bid Summary Bid Opening: June 7, 2000 1:00P.M. Oak Park Heights City Hall Bidder/Plan Holder Bid Documents Bond Bid Price Complete ODESA Construction Yes Yes $61, 8.35 (Corrected from �— $61,207.35) C eai environmental No Bid No Bid No Bid associates inc Sunram Construction Yes Yes $77,025.00 (Corrected from $71,625.00) Nadeau Utility No Bid No Bid No Bid Item Units Quantity Odesa Construction Surnam Trail Bid Total Bid Total Clear and Grub LS 1 $1,104.00 $ 1,104.00 $2,000.00 $ 2,000.00 Common Excavation for Trail CY 400 $ 6.00 $ 2,400.00 $ 15.00 $ 6,000.00 Sub grade prep SY 1300 $ 1.00 $ 1,300.00 $ 1.50 $ 1,950.00 Class 5 gravel TN 210 $ 28.45 $ 5,974.50 $ 20.00 $ 4,200.00 Bit.Wear Course TN 150 $ 70.00 $10,500.00 $ 90.00 $13,500.00 Top Soil replacement SY 400 $ 2.00 $ 800.00 $ 2.50 $ 1,000.00 Storm Sewer $ - $ - 4' dia Man Hole w/beehive EA 1 $2,774.00 $ 2,774.00 $3,000.00 $ 3,000.00 4' Man Hole EA 1 $2,600.00 $ 2,600.00 $2,500.00 $ 2,500.00 12" RCP LF 189 $ 23.80 _$ 4,498.20 $ 35.00 $ 6,615.00 Surge Basin EA 1 $ 900.00 $ 900.00 $1,200.00 $ 1,200.00 Rip Rap CY 5 $ 65.00 $ 325.00 $ 100.00 $ 500.00 Geo-textile SY 24 $ 2.40 $ 57.60 $ 5.00 $ 120.00 Top Soil replacement SY 450 $ 2.00 $ 900.00 $ 1.00 $ 450.00 Wood fibre Blanket SY 450 $ 2.00 $ 900.00 $ 1.50 $ 675.00 Boardwalk Construction $ - $ - Clear and Grub LS 1 $ 300.00 $ 300.00 $2,000.00 $ 2,000.00 Prepare Subgrade EA 21 $ 16.23 $ 340.83 $ 100.00 $ 2,100.00 Class 5 gravel TN 20 $ 28.45 $ 569.00 $ 40.00 $ 800.00 Place 12.5X17 EA 14 $ 16.21 $ 226.94 $ 100.00 $ 1,400.00 Place 15 X 19 EA 14 $ 16.21 $ 226.94 $ 150.00 $ 2,100.00 Place 15X 19 stacked EA 4 $ 16.21 $ 64.84 $ 150.00 $ 600.00 2x6 height adjust EA 4 $ 25.50 $ 102.00 $ 50.00 $ 200.00 4x6 height adjust EA 6 $ 37.50 $ 225.00 $ 100.00 $ 600.00 6x6 height adjust EA 4 $ 43.50 $ 174.00 $ 105.00 $ 420.00 Rip Rap CY 10 $ 65.00 $ 650.00 $ 80.00 $ 800.00 14' boardwalk section w/toe EA 16 $ 899.25 $14,388.00 $1,000.00 $16,000.00 14' boardwalk with railings EA 2 $1,147.50 $ 2,295.00 $1,010.00 $ 2,020.00 12' boardwalk section EA 1 $1,107.50 $ 1,107.50 $ 975.00 $ 975.00 16' baordwalk section EA 1,245.00 $ 1,245.0O $1,300.00 $ 1,300.00 silt fencing LF 00 $ 2.00 $ 1,000.00 $ 2.00 $ 1,000.00 Traffic control LS 1 $ 400.00 $ 400.00 $ 500.00 $ 500.00 Mob&de mob LS 1 $2,850.00 _ $ 2,850.00 $ 500.00 $ 500.00 /1 $61,198.35 $77,025.00 \\> 4:-.4) A-1-r 1Y J1! °73S , A. " CITY OF OAK PARK HEIGHT - ...x.„---4....,:--...- 14168 North 57th Street •P.O.Box 2007 • Oak Park Heights,MN:55082-2007 •Phone;.65U439-4435.• Fax::651/439-0574 p COSY Pro osai. ;BILI „,I:W Valley View Park Boardwalk an Trail Pro e�ct i - Ci of t3' Oak Park Heigi�ts,;.iVinnesota MAY 2000 f Bidder:O J1 G�tiST -,,, Total Bid: //� ^ 3S` cPj o"�'�. Contact Name: LF £� � TeIephoneNo �Q=3 7-dt16q" Address:,6303 Fax SP,`Kn R� FaxNo.: 3 ao 31,.. 47A Com' Gs.4-n74/ E-mail.. State&zip: /77 Iv 6-6333- - • - - - YC ;:}thy . y, 1 Opening Time 1:00 P.M. C.D.S.T> Operi i,g Dae 1�'Gunesd''ay,lune 7,.2000 Opening Location:Oak Park.Heights City. Hail _ } t? , 7 2,;....,,,::::.,._-::::,:, -, ' _ Honorable City Council " City of Oak Park Heights 14168 Oak ParkBlvd: Oak Park Heights,MN 55082 Mayor and City Council: The undersigned,being familiar with your local conditions,havingmade all field inspections and investigations deemed necessary,having studied the plans and specifications-for the Valley View Park Boardwalk and Trail Project to include Addenda Nos. and being familiar with all factors and other conditions affecting the work and cost thereof,hereby proposes to furnish all labor,tools,materials, skills, equipment, and all else necessary to completely construct the project in accordance with the plans and specifications for the following unit prices: • No. Item Units Quantity Unit Price 'Total Price Trail ' 1 Clear and Grub(10'wide thru- LS 1 $ ""4 $ oO wetland to boardwalk est. 200 SY) /Dye /i'1, 2 Common.Excavation for trail CY 400 $ $ 2y�`ao 3 Subgrade Preparation for trail SY 1300 $ /nd S 1300,�� Tree City U.S.A. City of Oak Park Heights Valley View Park Boardwalk and.Trail • Proposal BID COPY Page 2 of 4 No. Item 4 Class 5 Gravel in place for trail Units Quantity Unit Price Total Price base, 10 foot wide in Prairie, 8 210 $ 9.� $ foot wide thru wetland 97`I 5 Bituminous wear course, Type 150 41A, 8 foot wide in Prairie, 6-foot wide thru wetland: 7 0O /dS011,oc 6 Replace top soil over Class 5 to edge of bituminous and other areas SY 400 00 disturbed by the trail constriction. oZ . ,°O Storm sewer IIIIIIIMIIIIIIIIIIIIIIIIIII 7 4' Dia. MH 15 feet deep with 3 EA1 $ $$ foot sump&'Neenah R-2560-G Beehive Grate in place- a�7y,cx� ai 77c,o° 8 4' Dia. MH 12 feet deep with R- EA 1 1642-B casing in place _ oa $ 9 12 ` RCP,CLS,2'42''deep in LF 189 o �UC�, . �(oC70,°`� place :$' a ,.. 20 _ 10 Reinforced Concrete Surge Basin EA_ ��' for l2 in RCP in nine •1. $ dp,. 06!fla• $' eci I1 Rip Rap Class III,around surge CY 9'44: basin outlet 5 $ , a $ 3 00 a67 12 Geo-Textile Beneath Surge Basin S and Rip Rap SY 24 $ �: �; $ S'7 60 ® Place topsoil over disturbed area. SY 450 . ago 14 Wood fiber blanket erosion control SY 90a,O1" over storm sewer 450 .. $ oo $ oo Boardwalk Construction 2• 940, 15 Clear and Grub along abandoned LS $ $ roadway for boardwalk(est. 300 1 co $ SY) 300 3odod 16 Prepare Subgrade for supports EA 21 17 Place and compact Class 5 Gravel TN 70 $ 3Y4, for boardwalk supports $ QS- $ S�o`I c►d 18 Place Concrete Conduits for EA 2�� ' supports 12.5"X17" Conduit 14 $ 1 • z I $ 9 19 Place Concrete Conduits for EA 22Co, Y (o Supports 15"X19" Conduit 14 $ 21 $ . 20 Place Concrete Conduits for EA r�` 2210,QY Supports 15"X19"Stacked Conduit 4 $ f(9( '2_1 $ 69.9. City of Oak Park Heights Valley View Park Boardwalk and Trail Proposal BID COPY Page 3 of 4 No. - Adjust of ® Units Quantity Unit Price. Total Price Elliii MN 2"X Adjust height CCAsupports using - 4 $ treated boards • .,,-5-6- $ o0 Adjust height of supports usingNI � - �'��- :. . , �tda, _ 6 4"X6„X8, CCA treated timbers. ,� 00 Adjust height of supports us 37 27.5' 111CCA treated 6-10 6"X6"X8' ing 4 $ timbersct 24 Place Rip Rap CIass III around 3, supportsnear channels 10all $ o a Construct and install 6' wide X EAS'od 16 $ $ 14' Boardwalk sections with toe boards 2 S 00 26 Construct and install,6' wide X ` 1 )��, $ iii 14' Boardwalk sections with railings ��`/�, 611 �a9S, 6621 Construct and install 6' wide X 12' Boardwalk sections with. NE, $ St) $ railings 1107, l_ld?'_6-10 128 1 C1onstruct and install 6'wide X EA iii ' Boardwalk sections with 1 $ railings /zs-y o0 easy,od 1 29 Silt fencing ® 500 30 Traffic Control on 56" Street and S /off Peller Ave: ® $ $ ® Mobilization and de-mobilization itDd,od W O, ao o �® $ 2ts�,� $ 2��, 8 ® Total Bid. $ ; ao7 35- For purposes of awarding the contract the low bidder will be determined quantities stated above by the unitprices bid. The by multiplying ag the by multiplying the final measuredofinal amount of the contract shall be determined the unit prices shown above,in the manner prescribed in the specifications. various items Y onstructed and installed by Accompanying this bid is a bidder's bond, certified check, or cash deposit in the $ 3 6l•oo , which is at least five percent(5%) of the amountamount of the City of Oak Park Heights, and the same is subject to forfeiture in thevent i defaultbid payable to part of the undersigned or failure on thepart of the. on the and bond withinundersigned to execute the prescribed contract fifteen (15)days after receiving the contract. In submitting this bid the following is understood and agreed upon by the undersigned: 1. The City of Oak Park Heights.retains the right to reject any bids and to waive irregularities and informalities of any bid and to award the d in the best interest of City of Oak Park Heights. the 2. Payment for the contract will be by check. CITY OF OAK PARK HEIGHTS.1: . .`•`'-' 14168 North 57th Street • P.O.Box 2007 •Oak Parklieights,MN 55082-2007 ••Phone:651/439-4439,•-Fax.651 439-0574 `Proposal ,BID COPY __,t%-:..;"1:--;i444-'1 Park Boardwalk and Tram Project.. ; ' Valley View , City of Oak Park.Heights,Minnesota. MAY 2000' Bidder: Total Bid. 1s tJc. - !_; wzs• - Contact Name: Telephone No - --F-e- Sur�Ra '74,3 Address: �; • -4Qy Fax No ?�OfQ —I5 Au ?le3 494-39S*1 City: �oeco r�akr t '_E-mail: State&Zip: , - Opening Time: 1:00 P.M. C.D.S:T. ' Opening Date: Wednesday, June 7,2000+ wK Opening Location: Oak Park Heights CityHall �, r �� Honorable City Council Y City of Oak Park Heights ` P 14168 Oak Park Blvd. Oak Park Heights,MN 55082 Mayor and City Council: The undersigned, being familiar with your localconditions,having made-all field inspections and investigations deemed necessary, having studied the plans and specifications for the.Valley View Park Boardwalk and Trail Project to include Addenda Nos. •C) andileing familiar with . all factors and other conditions affecting thework and cost thereof,hereby proposes to furnish all labor,tools,materials, skills, equipment,and all else necessary to completely construct the project in accordance with the plans and specifications for the following unit prices: [Nh. Item Units Quantity Unit Price. . Total Price Trail 1 Clear and Grub(10'wide thru LS 1 $ wetland to boardwalk est. 200 SY) ZO0O.0Z) Z_ 000.4"d 2 Common Excavation for trail' CY 400 $_ f Subgrade Preparation for trail SY 1300 1 $ I. 601 S 1950..E Tree City U.S.A. City of Oak Park Heights Valley View Park Boardwalk and Trail Proposal BID COPY Page 2 of 4 No. Item Units 4 Class 5 Gravel in place for trail Quantity $UPrice Total Price 1'N 210 $ $ - base, 10 foot wide in Prairie, 8 2.o.ab foot wide thru wetland q-.Z p0.0Z) 5 Bituminous wear course,Type TN 150 $ 41A, 8 foot wide in Prairie, 6-foot $ wide thru wetland g0'�O 13,500.0Z 6 Replace top soil over Class 5 to SY 400 edge of bituminous and other areas a • 5 O disturbed by the trail construction. 1000.00 Storm sewer 7 4' Dia. MH 15 feet deep with 3 EA 1 $ - $ "F foot sump&Neenah R-2560-G Beehive Grate in place 3000.ab 3000.00 8 4' Dia. MH 12 feet deep with R- EA 1 $ _ $ 1642-B casing in place Z 500.(la 9 12 ` RCP, CL5,2'-12' dee 2500.00 place P �inLF 189 $ 10 Reinforced Concrete Surge Basin EA 1 3 5.Cta (o(o 15.00 for 12 in RCP in place $ $ 11 Rip Rap Class III, around surge CY 5 1 ZOO.Cl?) l 20 0•C!a basin outlet $ $ I 12 Geo-Textile Beneath Surge Basin SY 24 500.� and Rip Rap $ $ ..�'. Cb (20.U0 13 Place topsoil over disturbed area. SY 450 14 Wood fiber blanket erosion control SY 450 $ t 450 .00over storm sewer $ 1. 50 05. (!b Boardwalk Construction $ $ 15 Clear and Grub along abandoned LS 1 $ roadway for boardwalk(est. 300 $ SY) ZOOo.ClD Z000.(10 16 Prepare Subgrade for supports EA 21 17 Place and compact Class 5 Gravel 20 $$ l - 0' $ 2.100.00 for boardwalk supports qb• lJZ� $ cro 18 Place Concrete Conduits for EA $ ' 14 $ $ supports 12.5"X17" Conduit 100.(!D 14o0.00 19 Place Concrete Conduits for EA 14 $ Supports 15"X19" Conduit SO. $ 20 Place Concrete Conduits for EA O� Supports 15"X19" Stacked 4 $ I Jr Q .(� $ Conduit Lao 0.10 City of Oak Park Heights Valley View Park Boardwalk and Trail Proposal BID COPY Page 3 of 4 No. Item Units Quantity Unit Price Total Price 21 Adjust height of supports using EA 4 $ $ 2"X6'X8' CCA treated boards 50, C ° 200.00 22 Adjust height of supports using EA 6 $ 4"X6"X8' CCA treated timbers 1 O O .u`" $ 23 Adjust height of supportsg �O 00• 6"X6"X8' CCA treated timbers 4 $ I O S.MI $ 24 Place Rip Rap Class III around �'ZA•00 supports near channels CY 10 $ 80.0b $ gO0.CO 25 Construct and install 6' wide X EA 16 $ 14' Boardwalk sections with toe $ boards l 000.0 0 14,000.dp 26 Construct and install 6' wide X EA 2 $ 14' Boardwalk sections with $ railings 1010.00 20 Z.O.UZj 27 Construct and install 6' wide X EA 1 $ 12' Boardwalk sections with $ railings 411$.00 5')S.00 28 Construct and install 6' wide X EA 1 $ 16' Boardwalk sections with $ railings 1300.a) 1300.00 29 Silt fencing LF 500 $ 30 Traffic Control on 56`" Street and LS 2. C) $ OOO.QD Peller Ave. 1 $ $ 31 Mobilization and de-mobilization LS .560.(1D 5�.� 1 $ Soo.00 $ 560.00 Total Bid $'j 1,6T-S.00 For purposes of awarding the contract the low bidder will be determined by multiplying the quantities stated above by the unit prices bid. The final amount of the contract shall be determined by multiplying the final measured quantities of various items actually constructed and installed by the unit prices shown above, in the manner prescribed in the specifications. Accompanying this bid is a bidder's bond, certified check, or cash deposit in the amount of $ 5 di. , which is at least five percent(5%)of the amount of my/our bid made payable to the City of Oak Park Heights, and the same is subject to forfeiture in the event of default on the part of the undersigned or failure on the part of the undersigned to execute the prescribed contract and bond within fifteen(15) days after receiving the contract. In submitting this bid the following is understood and agreed upon by the undersigned: 1. The City of Oak Park Heights retains the right to reject any and all bids and to waive irregularities and informalities of any bid and to award the bid in the best interest of the City of Oak Park Heights. 2. Payment for the contract will be by check. City of Oak Park Heights Valley View Park Boardwallc and Trail Proposal BID COPY Page 4 of 4 3. Bids may not be withdrawn for a period of 45 days after the date and time set for the opening of bids. 4. The City retains the right to hold the bidder's bond,certified check or cash deposit of the three lowest bidders fora for the openingProd not to exceed 45 days after the date and time set of bids. Respectfully submitted, Sun Name c-- A Corporation) (An s a vi. (A Partnership) signer Ti Printed or Typed Name of Signer , CITY OF ') 42 :: OAK PARK HEIGHTS 14168 North 57th Street • P.O.Box 2007 • Oak Park Heights,MN 55082-2007 • Phone:"651/439-4439 • Fax:651/439-0574 ADVERTISEMENT FOR BIDS Sealed bids will be received by the City of Oak Park Heights,Minnesota in the City Hall at 14168 Oak Park Boulevard North(formerly 14168 57Street No on Wednesday June 7,2000, at which time they will be publicly �)until 1:00 P.M., C.0 S:T., furnishing of all labor and materials and all else necessary for the followin: read aloud for the g Valle View Park Boardwalk and Trail Pro consistingof the quantities: following"a .:. . g ppI'oxunate Trail Construction: 200 SY Clearing and Grubbing(over abandoned road ' 400 CY m wetland) Common Excavation 1,300 SY .Subgrade Preparation 210 TN' Class 5 Gravel Placed and Compacted for_Trail 150 TN Bituminous Wear Course, T ia Prairie 189 FT 12 inch RCP Stormwater Pipe 41A(8 Foot Prairie Trail) 2 EA 4 foot Diameter Drop Manhole 1 EA Reinforced Concrete Surge Basin for 12 inch Pi"e- - 5 CY Class IV Rip Rap placed around Surge Basin 450 SY Wood Fiber Blanket 500 LF Silt Fencing Boardwalk Construction: 300 SY Clearing and Grubbing 20 EA 6 feet wide by Wooden Boardwalk k Secver tons in road wetland) 21 EA Constructions and Placement of Support Structures fo2', 14'r nd 16' lengths) 10 CY Rip Rap Class III around support structures Boardwalks Plans and specifications,proposal forms and contract documents N., Oak park Heimay be seen at the office of the City Administrator, 14168 Oak Park Boulevard 439-4439), ghts,Minnesota 55082(651- Each bid shall be accompanied by a bidder's bond namingthe City obligee, certified check payable to the City of Oak Park ei is of Oak Park Heights as Heights a cash deposit equal to at least five percent(5%) of the amount of the bid. The bidder's bond shat in the event that the bidder fails to enter into a contract. l be forfeited to the City Tree City U S.A. s • Advertisement of Bids City of Oak Park Heights Valley View Park Boardwalk and Trails June 2000 The City Council reserves the right to retain the deposits of the three lowest bidders for a period not to exceed forty-five(45)days after the date and time set for opening of bids. No bids ma be withdrawn for a period of forty-five(45)days after the date and time set for the bid o ening y p g. Payment for the work will be by check. Contractors desiring a copy of the plans and specifications and proposal forms may obtain them from the City of Oak Park Heights, upon the payment of a non-refundable fee of$40.00. S "Information to Bidders"for plans/specification fee policy. ee The City Council reserves the right to reject nay and all bids, to waive irregularities d informalities therein and further reserves the right to award the contract in the best inte es City. t of the hr--N 41111 Thomas Melena, City Administrator_ City of Oak Park Heights City of w R Oak Park Heights t"' 14168 57th Street N.•Box 2007.Oak Park Heights,MN 55082•Phone(651)439-4439•Fax 439-0574 Interoffice Memo To: Mayor and City Council From: Public Works Director, Jay Johnson, PE cc City Administrator, City Engineer, Community Development Director Daft 05/16/00 Re: Award of Bid for the Valley View Park Boardwalk and Trail Recommendation: Award the contract for the Valley View Park Boardwalk and Trail Project to ODESA Construction of Gilman, Minnesota on a unit price bases in accordance with the their bid prices and estimated project cost of$61,207.35. Project to be financed out of the Park and Recreation Development Fund. Background: The City Council authorized staff to advertise for bid the Valley View Park Boardwalk and Trail Project. The project was advertised in the Gazette and Courier Newspapers as well as the Construction Bulletin. Plans and specifications were sent to four companies and made available here at City Hall and at the construction Bulletin's Library in New Hope, Minnesota. We had at least two companies review the plans and specs at City Hall. Jay Johnson, Oak Park Heights Public Works Director and Julie Johnson, Oak Park Heights Administrative Secretary opened bids publicly, at City Hall at 1:00 PM on June 7`h. Mr. Lee Sunram was present at the bid opening. ODESA Construction of Gilman,Minnesota was the low bidder at an estimated cost of$61,207.35. The second bid was from Sunram Construction of Cocoran, Minnesota for$77,025.00. Item two of their bid was corrected from$600 to $6000. This is the first in-house designed project for the Public Works Department. Public Works will provide the construction inspection services for the project. Since the project is within a prairie restoration area, we will contract separate with our original prairie restoration contractor Eco- Tech for the reseeding of the prairie lands disturbed by this project. Attached are the bid summary and the two bids. TREE CITY U.S.A. V Mk City of Oak Park Heights 14168 57th Street N.•Box 2007.Oak Park Heights,MN 55082•Phone(651)439-4439•Fax 439-0574 Interoffice Memo To: Mayor and City Council From: Public Works Director, Jay Johnson, PE cc: City Administrator, City Engineer, Community Development Director Data 05/05/00 Re: Valley View Park Boardwalk Recommendation: Staff recommends that the City Council take the following actions in regards to the construction a the trail and boardwalk connecting 56th Street in the "Village Area"to the abandoned railroad bed in Valley View Park: 1. Approve Plans and Draft Specification 2. Authorize the "ADVERTISEMENT FOR BID" be published for general distribution and offered to selected contractors. 3. Set a bid opening date of June 7th, 2000. Background: During 1999 the City Council authorized the construction of a trail connection from the "Village Area" to lower Valley View Park utilizing the Park and Recreation Development Fund. Originally, a 5-foot wide boardwalk with augured pipe supports across the pond located above the abandoned farm road. The estimated cost of this boardwalk was $84,000. The second design of the project was for a floating boardwalk across the pond using TIF funds. The TIF funds had to be utilized by the end of 1999 to be eligible for park uses. This design was stopped after the preliminary evaluation showed indicated that the deadline would be difficult to achieve • and the City Council did not want to rush the project for the purpose of using TIF funding. The Council then approved the concept of the trail, authorized the use of Park and Recreation Development funds and sent it back to the staff for planning. The proposed design follows the abandoned farm road from 56th Street through the wetlands. The boardwalk is the same design as originally proposed except it has been expanded to-:.fix feet wide and railings have been added in areas where the deck of the boardwalk is 30 inches or more above the ground. The deck sections are supported on concrete conduits that have been recovered from a MNDOT road construction project. The design provided at the Council Workshop use concrete culverts. The concrete conduits are rectangular, will provide better support, and TREE CITY U.S.A. Valley View Boardwalk May 5,2000 require less disturbance of the roadbed to prepare the base. In addition, asphalt trail connections have been provided for to connect the boardwalk with 56th Street and Valley View Park. The trail will be six feet wide within the wetlands and 8 foot wide through the prairie. The trail is designed to be flush with the ground in the prairie and built on top of the roadbed in the wetland area. A short storm sewer is included in the design to correct an existing erosion problem where the farm road connected with the railroad bed. The DNR was consulted during the design of the boardwalk and stated that a DNR permit was not required as long as the boardwalk can be removed without mechanical equipment. The boardwalk can be disassembled and carried out and the conduits can be broken and removed manually. Turf re-establishment will be performed under a separate contract by our consultant who has planted the restoration area. Attached are the drawing set for the bid package and the Special Provision Section of the Specifications. Since this is the first project which the City Staff is preparing specifications the general specifications and contract language is still being typed. The estimated cost of the project is $60,000 and is to be funded from the Park and Recreation Development Fund. 2 TREE CITY U.S.A. City of Oak Park Heights DRAFT Valley View Park—Perro Pond Boardwalk 5/05/00 SPECAIL PROVISIONS INDEX 1. Project Description 2. Owner 3. Completion Date 4. Liquidation Damages 5. Soil Conditions and Area Inspection 6. Utilities 7. Traffic 8. Construction Limits and Environmental Sensitivity 9. Specification References 10. Tests 11. Scale 12. Preconstruction Conference 13. Quantity Deviations 14. Site Survey and Support Locations 15. Award of Contract 16. Equal Opportunity And affirmative Action Compliance 17. Out-Of-State Contractor Surety Deposit 18. Certificates of Compliance with MN Statutes 290.92 &290.97 VV Boardwalk Special Provisions City of Oak Park Heights DRAFT Valley View Park—Perro Pond Boardwalk 5/05/00 1. PROJECT DESCRIPTION: This project consists of constructing a 280-foot long wooden boardwalk across the Perro Pond wetland. The boardwalk extends from the end of 56th Street North to Valley View Park along an abandoned farm road. The boardwalk will be constructed in 6-foot wide sections having lengths of 12,14, and 16 feet. The sections will be supported on 6X6 timbers cribs (filled with Class II Rip Rap) and on various sized concrete culverts. The project will consist of clearing the areas where supports are to be constructed. Compacting and adjusting base material. Constructing support structures. Constructing twenty (20)boardwalk sections and attaching them to the support structures. Railings will be constructed along the boardwalk whenever the walking surface is equal to or greater than 30 inches above the ground. The area of construction is seasonally flooded during large rainstorms and when the beaver dam is allowed to be completed. Construction activities are limited to a narrow strip along the abandoned roadway (12 to 14 feet in width). Access will be from 56th Street North for the eastern portion of the project. Access to the western portion of the project will be through Valley View Park along the path of a future trail leading to the boardwalk. No construction equipment will be allowed to traverse the central channel connecting the wetland to the north with Perro Pond. 2. OWNER: The City of Oak Park Heights is designated as the Owner. All work is within a public park and through a DNR protected wetland. All work will be coordinated with Mr. Jay Johnson,the Public Works Director. The Public Works phone number is 651-439-4439 during office hours from 8:00A.M. to 4:30 P.M. 3. COMPLETION DATE: It is expected that the contractor will begin work within three following Award of contract by the City Council, which is scheduled for May_, 2000. Project completion is required by June 30, 2000. 4. LIQUIDATED DAMAGES• Liquidated damages as specified in the Conditions of the Contract shall be Two Hundred Dollars($200.00)per calendar day for each specified completion date. 5. SOIL CONDITIONS AND AREA INSPECTION: All prospective bidders are advised to inspect the entire project area prior to submitting, in their own minds, the existing condition of the abandoned roadbed and the vegetation which has overgrown the roadbed. The area of construction is a former gravel road. During 1998 and 1999 the roadway was submerged due to construction activities of the resident beavers. Currently, the beaver dam has been breached and will be maintained in this condition throughout the project. It shall be the sole responsibility of the Contractor to determine soil and water conditions prior to submitting a bid. VV Boardwalk Special Provisions City of Oak Park Heights DRAFT Valley View Park—Perro Pond Boardwalk 5/05/00 6. UTILITIES: No City owned utilities exist within the construction area. The contractor should expect to find telephone lines, electric lines, gas mains, and cable television lines. Prior to any excavation in the area of this project, the Contractor shall verify the exact location and depth of any utilities. Locations and information can be obtained by calling the fallowing: Utility Contacts Enron Corp. (Northern Natural Gas) John Nelson 674-4488 N.S.P Electric N.S.P. Gas Art Nielsen 612-779-3135 Dave Stillman 651-229-2589 U.S. West Telephone Tim Lange 612-221-5359 Media One Cable TV City of Oak Park Public Works Pat Wagner 612-531-4438 Jay Johnson 651-439-4439 Utility Locations Gopher State One Call 651-454-0002 The Contractor must exercise care and caution when working near all utility lines either buried or above ground. The Contractor must coordinate the relocation and/or protection of all existing facilities and any cost for such work shall be the responsibility of the Contractor. 7. TRAFFIC: The Contractor shall be responsible for all traffic control and shall have sufficient and adequate directions and warning signs on the project at all times to minimize the inconvenience to all. Traffic control devices and methods shall conform to the requirements of the latest edition of the Minnesota Manual on Uniform Traffic control Devices and the April, 1995 Field Manual for temporary Traffic Control Zone Layouts. These devices may include, but are not limited to, flashers, "Road Work Ahead"and "Trucks Hauling"signs and other devices as directed by the Public Works Director. The abandoned area of 56th Street shall be used for construction staging and parking. No parking or construction equipment will be permitted to be staged, stored, or parked on the public streets. It shall be the responsibility of the Contractor to clean and maintain streets, which may become dirty from the construction activity. Payment for that work shall be at the bid unit price for skidsteer and power broom included in the Proposal for the actual time spent cleaning and sweeping the area. Payment for hourly used of either the skidsteer or power broom shall include the operator. If VV Boardwalk Special Provisions City of Oak Park Heights DRAFT Valley View Park—Perro Pond Boardwalk 5/05/00 the Contractor is careless in their operations, they will be required to sweep and clean the street at their own expense, as directed by the Engineer. All flagmen, barricades, flashers, and safety measures are the sole responsibilit of the Contractor. The Contractor is advised that they are responsible for y continuous traffic control throughout all phases of work, including all activities of the subcontractors. All cost related to traffic control and warning shall be included in the Lump Sum bid item. 8. CONSTRUCTION LIMITS AND ENVIRONMENTAL SENSITIVITY: This project is within a DNR protected wetland and a city park. No activity will be allowed outside the existing roadbed. No activity will be allowed and no construction equipment may cross the central channel from the wetlands on the north side of the project site to the pond/wetland on the south side of the project site. Access to the eastern side of the site will be limited to 56th Street North. Access to the western side will be through Valley View Park along a designated path through the "Prairie Restoration Area". The path will be constructed by the Owner to the start of the project under a support contract. No traffic will be allowed off of the designated path within the "Prairie Restoration Area". The entire project area is considered environmentally sensitive. Disturbance of the soils within the area will be limited to only those areas to be cleared for construction of support structures and access to those sites. Restroom facilities are available at the upper portion of Valley View Park. Portable toilet facilities will be provided and maintained at the Contractor's expense for all project personnel. Portable toilet facilities shall be located on the abandoned portion of 56th Street North. 9. SPECIFICATION REFERENCE: Where referenced is made to the Minnesota Department of Highway Specifications and where reference to the word Department"is mentioned, it is understood to that the word "Owner"is substituted. All reference to the word "Engineer"shall be substituted with "Public Works Director". 10. TEST: The Owner shall pay for all material and density tests required in the specification. The Contractor will be responsible to assist the Public Works Director by notification of the pit and scale location and other correlated items in advanced of starting work. If any test fail to meet the specifications, the Contractor shall reimburse the Owner for the cost of all subsequent tests to ensure compliance with the specifications. 11. SCALE: The Contractor shall provide the necessary scale and scale person for weighing the items furnished on a ton basis under these specifications. The scale setup is subject to the approval of the Public Works Director. The Contract shall provide the necessary weights used in testing the scale. or VV Boardwalk Special Provisions City of Oak Park Heights DRAFT Valley View Park—Perro Pond Boardwalk 5/05/00 All materials furnished to this project on a ton basis shall have an assi n ticket with the following information on each ticket. g ed weight 1. Date 2. Ticket Number 3. Supplier or pit locations 4. Project name 5. Truck ID 6. Type of material 7. Gross, tare, and net weights. Copies of all weight tickets must be provided to the Public Works Di his request. Director upon 12. PRECONSTRUCTION CONFERENCE: Prior to starting work, the shall meet with Owner to discuss the method and means of supply, a ntractor Y work schedule as to construction phases, and general review of the plans and specifications. 13. QUANTITY DEVIATIONS The quantities for certain items listed in e Proposal are the Engineer's best estimate of the required quantities. Thequantities stated are not guaranteed and the actual extent of work to beerformed will depend on site conditions at the time of construction. Class 5 a re at P Rap, and excavation quantities are more likelyvary than other items. The to gg g e, RipOwner prior to construction will confirm the quantities for each size of cu and each length of deck section. No unit price adjustment for any magnitude o increased or decreased quantities is allowed for any line item stated in a of proposal. the 14. SITE SURVEY AND SUPPORT LOCATIONS: Prior to constructs will provide an elevation benchmarks on site and stake the locations for Ownerh support, e 15. AWAY OF CONT combined total of all work fromnthe low ey one s'on d 11 be made that being the low Bid. All Contractors are advised that the normal lbidding procedure fostated as r Oak Heights projects is to receive bids on Thursday and to award the project on Park following Tuesday at the normal scheduled City Council meeting. The w the made may be delayed at the pleasure of the City Council. awazd of No additional cost will be allowed or considered for additional costs any delay in the project. related to the 16. E•UAL OPPORTUNITY AFFIRMATIVE ACTION COMPLIANCE: of Oak Park Heights is an Equal Opportunity and Affirmative Action employer.City VV Boardwalk Special Provisions City of Oak Park Heights DRAFT Valley View Park—Perro Pond Boardwalk 5/05/00 The contractor with the City is required to follow and conform to applicable federal, state and City laws as they apply to the Contractor's dutyEqualfor Opportunity and Affirmative Action employment. It is the Contractor's responsibility to insure compliance with Equal Opportuni Action requirements. Failure to comply tY and Affirmative cable Equal Oppoity Affirmative Action employment requirements may lead to Contrracttortan t and 17. OUT-OF-STATE CONT r sanctions. CONTRACTOR SURETY DEPOSIT: When an Out-of State Contractor enters into a contract that exceeds $100,000.00; the Contractor must file Form SD-E, Exemption from Surety Deposits for Out-of State Contractors, with the Minnesota Department of Revenue. It the Contractor is exem surety deposit requirements, he shall provide the Citywith a copyp from the showing the Revenue Department certification. If the Contractor is note exxorm the City will withhold an additional eight (8) t empt, Contractor and forward those funds to the Minnesota Departeachment t of t to . the Forms and information can be obtained by callingRevenue. 1-800-657-3777. (y651)296-6181 or(toll free) 18. CERTIFICATES OF COMPLIANCE WITH MINNESOTA STATUTES 290.92 &290.97: Upon completion of the project and prior to final payment the contractor and all subcontractors shall complete Minnesota Department of Revenue Revised Form IC-134. This form, Affidavit for Obtaining Final Settlement of Contract with the State of Minnesota and any of its Political Governmental Subdivisions, is to be signed bypartment of Revenue the De or representative and forwarded to the City of Oak Park heights. Copies of this form can be obtained by writing to the Minnesota Department Section, Centennial Office Building, St. Paul, Minnesota 55145 or calling 297-3737, llmg ((6651) VV Boardwalk Special Provisions ' ADVERTISEMENTS of a new low pressure steam boiler at at FOR BIDS the Adams County CRUSHING & STOCKPILING Hettinger,North Dakota as described Courthouse,in GRAVEL withdrawn for a bids.riod of 60 days from specifications available from the office He Contract North Documents described bySealed bids will be received by the the_opening County of Prairie Norman County Board of The yBoard reserves the right of BRW,Inc.,700 Third Street South, Engineering, P.C., Commissioners at the office of the to reject informalities,and d Minneapolis,MN DAB aEo:Debbie theBismarck/Minot,North Dakota. County Auditor/Treasurer in the CityAnderson,up�oon payment of$35.00 per removal of exrktwillboilsist of the da, day of June,2000PM.toe U.S.set ON Se icIN docu Add as Minnesota until further reserves the right to award the removal of the low pressureboilsteamcontractnty. in the best interests of the additional$10.00e for mailing via the Mechanicinstallation Work alsos new tp os incidental steam crushing and stockpiling of gravel. County. U.SPostal Service.Bid documents will boil general and electrical work associated The tentative pit location for biddingCounty Auditor be available for review at Minneapolis urposes is a grave(pit in the SoutheasDakota/ qty'Minnesota and Paul Builders Exchanges,F.W. with installation of the boiler. uarter(5131/4) of the Northwest The Owner will receive sealed bids, Copect in Construction Market in duplicate, 2:00 P.M.MDT uarter(NWl/4),and the Southwest * Data,and the N.A.M.C.Please note uarter(SWI/4)of the Northeast LIGHTINGTRAILS related project in same area,S.P.91- The s until 2000,intheAdams uarter((SW1)4)ofihe18,rtheas `�PKNGLOT* separately estRiverParkwayith Trail Thursday, y,June Commission00,inteRoom R43W(F1 BIDS CLOSE JUN 22 av ilable to advertised, with planor e gh C untyinger,North Dakota.Proposals (Flom Township). Hennepin County,MN available MnDoT. f P The approximate quantities based ADVERTISEMENT FOR BIDS- related project received after that time will not be on cubic ands are as follows: to be received.Proposalsafter will be no and cu y2:00 m. receivedttment. publicly read aloud. O Cubic Yards Class 5 District Hennepin Regional Park p' May 2000 at the City of The Contract Documents maybe Aggregate Material, Crushed and Minneapolis Mut/06i02Department. PARK at office,909 Stockpiled on site. Hennepin County,Minnesota 05-19/05-26/06 02 examinedBaathe Engineer'sne,Northoce,Dakota, Proposals may be obtained at the Ski For and Parking Lot at Cleary thenOwner'sAvenue,Bisoffice,and also at the Norman County Highway Department, Lake Regional Park Parking Cleary PLAYGROUND DOSS • tfhe eowing Builders and al s: 814East Main Street,Ada,MN 56510- Notice is hereby given that sealed BIDS CLOSE 12 Bismarck-Mandan Builders Bids must be accompanied by a the Su bids ill be received in the office of New Ho MN Exchange-Bismarck-Mandan Mandan,North d certified ds sk ore accompanied bondtein tha Rethe Sonet nark estDistrict,burban Hennepin n ptytyin AD ed bids willMl FOR BIDS- Construction Market Data-New amount of five(5)percent of the bid, Road 9,Plymouth,MN 55441n299 Sealed bids be received by the Hope Minnesota made payable to the Norman County and opened bythe Superintendent at City of New Hope Minnesota at the Construction Plans Exchange- City Hall,at 0,at .T.,on nue,until Bismarck,North Dakota g Treasurer. 2:00 P.M.,CDT on June 22,2000 for 11:00 A.M. C.D.5.T.,on Mondayy Builders Exchange- The County Board reserves the right furnishing all labor,materials,equipment June 12,2000,at which time they will DickinsonNorB Dakota g to reject anyor all bids and to waive and skill required for work described e9 P be publicly opened and read aloud for F.W.Dickinson,Dodge - Minneapolis, any irregularities. in the drawings and specifications. the all else a all labor and materials Minnesota P Dated:May 17,2000 gg and all ere necessary for the ollowing: 73 Fargo-Moorhead Builders Exchange Richard Muster Proposal forms and other contract Liberty Park Project -Fargo,North Dakota g Auditor/Treasurer documents are on file in the office of the Improvements,Ci Norman County,Minnesota Superintendent,Suburban Hennepin Improvements, t3 Project No.play Grand Forks Builders Exchange- 05-26/06-02/06-09 Regional Park District, 12615 County Demolish and remove existing Grand Forks,North Dakota Road 9,Plymouth,MN 55441-1299, °1 mast. Md Forks,Nis rth DBuildakota Exchange- the Minneapolis and St.Paul Builders' Furnish and install cnew play Minneapolis,MinneMinnesota Exchanges,and the Plan Room of F. mproveme with improvements. Miscellaneous site site Minot Builders Exchange-Minot, PARKS&RECREATION DW.ata. Dodge and Construction Market NOS Dakota Data. improvements work includes but is not Si Paul Builders Exchange-Si Paul, *PARK DEMOLITION, Bidders may obtain complete sets limited to concretenie play edge,concrete Minnesota GRADE WK ETC* of drawings and specifications from P furniture,drinkingio . Williston Builders Exchange - BIDS CLOSE JUN 23 this office,located on CountyRoad 9, fountain and landscaping restoration Williston,North Dakota Dakota Counttyy Plymouth,MN upon deposit f fifteen formsnd contract specifications, proposal be may be the ADVERTISEMENT MEmy,MN BIDS- dollars($15.00)for each set.De sitsy of Copiesoirie mayEngee ,obtained at the OfficeasPARK BYLLESNT REGIONALdrawings Newen at the office oo the City Clerk, will be refunded upon return of Hope,Minnesota,and at the office Avenue,Bismarck, ordi Da Ora upon and specifications in good condition of Bonestroo,Rosene,Anderlik deposit of $50.00 per set. Any DEMOLITION,GRADE WORK withinenten(10)days after the bids are unsuccessful Bidder,upon return of set AND CLEAN UP opened. Associates,Inc.,Consulting Engineers, within ten days of the opening of Bids, OF BUILDINGS AND WASTE The current minimum wage rate r 2335 W.Trunk Highway 36,St.Paul, will be refunded his depose in full. MATERIALS hour to be paid for each classifi M1155113,(651)636 4600, Partial may be from the DAKOTA COUNTY PARKS work shall-be the local prevailing rate, Each bid shall be acromp�i of be a Engineer sets form the cost obtained$1.50roper DEPARTMENT including fringe benefits as defied in Hope bidder's bond namingithe City New Drawing Sheet $0.15 per Specification Sealed bids will be received at the Minnesota Statute 177.42. obligee,ce�titfiyed check payable page.Such payment is nen-refundable. offices of Dakota CountyGovernment No bid will be considered unless a cto ash deposilerk of tequalto at r, Hope upfive The Owner reserves the right to waive Complex,Auditors Ont ove West se edand filed withthbS� time and pp any and to accept or reject Highwayomply #Au Hastings e 55033,on prime and percent s all b of the amount of the bid, any informalities allbids. Friday,June 23,2000 at 10:00 am accompanied bya Bidder's Bond or which shall a forfeited the Cite in the Each Bid must be accompanied by a local time,at whch time theywill be Certified Check ade payable without a contract. any bidder fails to enter into separate envelope containing a Bidder's Publicly opened and read aloufor the recourse to the Suburban Hennepin The Bond in a sum equal to five percent of following Regional Park District in an amount to retain the adeposits of treserves e ethree the the full amount of the Bid,executed by Demolition,gradework and clean u equal to ce of the base bid. A bidders for a period not to exceed he the Bidder as Principal and by a Surety of farm buildings,structures and waste Performance Bond and a Labor and days after the date and time set for th45 e Company authorized to do business in materials at(3)locations in Randolph, Material the t Bond in the full opening of bids. No bids may be this State, conditioned that if the P amount of the contract sum will be withdrawn for aperiod of fort -five MN.The work consists of the bidder required of the successful bidder. y Principal's Bid be accepted and Contract providing all labor and equipment for q be awarded to the Principal, the demolition,clean up and removal of all No bid may be withdrawn for a (45)days after the date and .forty-five me set for Principal,within ten days after notice of building structures and waste materials; period of forty-five(45)calendar days the opening of bids. award will execute and effect a Contract also grading and filling of all excavated after bids are opened,The Board Y Payment for the work will be by in accordance with the terms of the areas. the right to reject any or all bidsancash or check. Principal's Bid and a Contractor's Bond A Mandatory pre-bid to waive irregularities and formalities in plansCand specifications fcatii n a copy of the as required by law and the regulations Bond meNotice: A ad for pr 19th, order to award the contract in the best and s twin tem and the and qui ed by l ons of the eguernin s 2000mee at 10:00 a.m.le the foJunrmee Knox interests of the Suburban Hennepin of B may obtain them from the office Board. Property,5000-292nd Street East, Regional Park District. P of Bonestroo, Rosene,Anderlik All Bidders must be licensed for the Randolph,MN.All bidders must BY Order of the Board of Associates, Inc., upon $35.0payment of a highest amount of their Bids,as provided attend. Commissioners non-refundable fee of$35.00.See by North Dakota Century Code Section Plans and s SUBURBAN HENNEPIN "Information to Bidders" for 43-07-05,and also as prescribed by pPecifications are on file for REGIONAL PARK DISTRICT plan/specification it policy. ins action Dakota County Parks Section 43-09-09. Departmont,at - 127thCunt East, Douglas F.Bryant r The City Council reservesids, the right No Bid will be read or considered Hastings,Mn 55033. Superintendent& to reject any and all bids,to waive which does not fully comply with the Plans andsare Secretary to the Board irregularities and informalities therein above provisions as to Bond and from the office specifications Countay parks 06-02/06-09 and further reserves the right to award Licenses, and any deficient Bid Department,8500- 127th Street East, the contract to the best interests of the submitted will be resealed and returned Hastings,Mn 55033. MILL RUINS PARK PH I IMP City. to the Bidder immediately. Contact:Arden Page at(651)438- BIDS CLOSE JUN 8 Daniel Donahue,City Manager No Bidder may withdraw his Bid 4663 Minneapolis,MN City of New Hope,Minnesota within 30 days after the actual opening No bids be considered unless ADVERTISEMENT FOR BIDS 05-26/06-02 of Bids. sealed and filed will be the DakotadereCountyFOR MILL RUINS PARK PHASE I Adams County and by a mony IMPROVEMENTS BOARDWALK TRAH, Hettinger,North Dakota 58639 order,Auditor and check,accompaniedor bid bond, Sealed proposals will be received in STORM SEWER Betty Svihovec,Adams County order, to Dakota bidabond, the office of the Cityof Minneapolis BIDS Park HSE JUN 7 Auditor for the of County the bid.This Purchasing Agent,35South 5th Street ADVERTISE Het FOR BIDS Dated this Day of will be amount the %oft ase liquidatedbiThis —Room 323M City Hall,Minneapolis, 05-26/06- T06-09 —'2000 damagestakenin by the Chu bid be accepted MN 55415,until 2.00 p.m.,CDST, Boa of Oak Park Heights and e shall fail to enter oto June 8,2000 for the Park and Recreation Sealed bids wiTrail and received bySewerthe and fulfill biddera written coftract furnish the Board on Offl.Publ.#5429-BIDS City Oak ark Heights,ll be eM nnecotain MACHINERY&SUPPLIES and fulfill performance bond for sh0% FOR MILL RUINS PARK PHASE I the City Hall at 1416y8 Oak Park of the contract amount and provide the labor, pies,to tequipment Boulevard North)until 1:00(formerly C.D.S.T. CRUSHING& insurance coverages as specified. and incidentals necessary for work on Wednesday The County reserves the right to including miscellaneous removals,mass time they will bJune e publicly opened and BIDSSTOCKPILING GRAVELretain the deposits of the three(3)lowestthe furnishing in go at which Norman CLOSECouJUN 22 bidders for a period not to exceed 60 excavation,lock retaining e aiconstruction tion construction modular read materials ter for furnishing ef all labor NOTICE FOR BIDS- days after the date and time set for the bituminous roadway,and slope ees f and opening of bids. No bid maybeg the falley i ie and all else necessary or p g all in accordance with plans and Valley View Park Boardwalk and JUNE 2,2000 CONSTRUCTION BULLETIN 103 , ADVERTISEMENTS FOR BIDS 'frail approximate consistingtof the following foseen at d contract documents the office of the City Clerk, (45)days afterbe withdrawn rtheperiod of date and t.forty-five me et for Contractor's be Qualification Statement". to submit ap"Trail Co struction: Savage,Minnesota and at the office of the opening of bids. Owner reserves the right to reject ail Construction: g 200 SY Clearing and the City Engineer,6000 McColl Drive, cash rncheck�r the work will be by any irregularities oor all r nformalitiess and to in bids oive r Grubbing Savage,Minnesota 55378. 400 CY Common No bids will be considered unless Contractors desiring a copy of the bidding. Excavation sealed and acgcompanieyd by a bidder's plans and specifications and proposal PampKeyllingstad,Superintendent 1,300 SY Subgrade bondnaming certithe fied check payable to the as forms Bonestroo Rosene,Anobtain them from tdhe office erlikk& 27Independent 50 Minnesota State High2396 Preparationy payment ce0 TN Ca r Gravel City eClerksof equal City least fivegpercent non-refundable fee of$35.00.See Grove City,MN 56243 Placed and Compacted forBTrailm (5SREBID-SCHOOLS 150 e. Bituminous (5%)of eta nedamountforfeited f ia bid,which pfee p licy.rs" for Wear Course.Type 41A in th I forma i or Bias set forth plan/specification e lgg FI' 12 inch RCP in the Information for Bidders. The City Council reserves the right CONSTSE R PRJS Stormwater Pipe The Council reserves the right to to reject any and all bids,to waive BIDSBLOS JUN 15 2 E 4 foot retain the deposits of the three lowest irregularities and informalities therein ck!Diameter Drop Manhole bidders for a period not to exceed sixty and further reserves the right to award INVITATION TO BIDDERS- the 1 EA Reinforced (60)days after the date and time set for the contract to the best interests of the ConREBID of ea nippy proposals and Concrete Surge Basin for 12 inch Pipe the opening of bids.No bids may be City. Mueller,Clerk Plumbing,EBIDof Temperature AC and 5 Cy Class III Rip withdrawn for a period of sixty(60) Mary ol, Rap placed around Surge Basin days after the date and time set for the City of Apple Valley,Minnesota Reroofing and Wmdow Replacement 450 SY Wood Fiber opening of bids. 05-26/06-02 Construction for Independent School Payment for the work will be by District No.726,Sherburne County, 50Blanket Pa Y *REMODEL SCHOOL Becker,Minnesota,will be received by Boardwalk LF Silt Fencing cashC or check. ENTRY/CLASSROOM* Independent School District No.726, Construction:Ceaplans and desiring a copy of the BIDS CLOSE JUN 9 Becker.Minnesota,on Thursday,June 300 SY Clearing and and specifications and proposal Atwater MN IS 2000 at 2:00 PM,local time,at the 2Grubbing orms may obtaini them from60the office ADVERTISEMENT FOR BIDS- Office of the Superintendent,Becker EA t6 `wide by Drive,the City Savage,Minnesota a 55378,McColl ACGC North Elementary School High School,in accordance with the Wooden6Boardwalk Sections(12',14' hMidoeaosa$30upon will receive bids for Remodel of Earlyplans and project manual prepared by and 16'lengths) payment of thirty dollars($30)—non- Childhood Entry and Classroom,subject Birkeland Arc sects,Inc. 21 EA Constructions refundable. to terms and conditions contained in Bids will be opened and read at the ^f and Placement of SupportStructures Note:The City of Savage has adopted Plans and Specifications prepared by above time and place.Bids submitted for Boardwalks a standard documentto be used for 10 CY Rip Rap Class utilit and street construction within SEH.Bids will be on Multiple Prime after the stated time will be returned yy City.. Conract basis. unopened. III Plansned support specifications, the Ci Each contractorquidto bidding an The Owner will receive,by mail or Separate bids will be received on contractoct documentsocmay be this project isrequired document to purchasea personal delivery at ISD No. 2396 the following formsseenand the officeof may "Spa d this ContractandaacDocuments ntsaentitled, ffices,27250 MN Highway 4,Grove * 1999 Maintenance Building- Aen at t 8 Oak Cary "Standard i Documenttyand Ci MN,sealed bids from qualified Mechanical HVAC & Plumbing BoulevardodaN.„ Oak Park Park Street Cl Specifications tion,C for f Savage,d bidders until 10:00 a.m.,Friday,June Construction N 8 ( He[g. Minns uta"Juneon,'i. is 9,2000,at which time bids will be *Part I-Pre K-2 Elementary and Minnesota bid shall be accompani ). document includesn1 This standard opened nd tabulated accordingto law. 2000 Additions and Alterations to Eachbnaming th, ani byy ka document tenithe contract �A Pre-bid Conference will not be Existing Elementary School Temperature Parkk Heights bond the City of Oak which are the and basis for h taroject ands held. Control Construction ylothe as obligee,Ok Park check which are as siuchi inch project and Enclose bids in sealed envelope, * Part II - 2000 Additions and payable cash City o Oakatlast Live referenced such in the Spacial addressed to Pam Kyllin stad, Alterations to Becker High School and or a deposit equal to least ve fromsi the.A copy can be Engineeringeg Superintendent,ISD No.2396,7250 Fieldhouse Temperature Control percent(e%�of the amounteof the did. Dom the ravage IYM State Highway 4,Gorve City,MN Construction The City ins bond shall that forfeited bidderto ( .00)per forthesum of forty dollars 56243.Clearly mark envelope in lower * Part II- 2000 Additions and failsee City o the event the ($¢0he copy. right-hand corner as follows: Alterations to Becker High School and Thto enter into a Council reserves the etract. ect anyn a desalt tdshe right to waive BID ENCLOSED Fieldhouse Reroofin Costruction to retain t)a de osits of the three lowest reject irregularities and informalities therein PROJECT NAME:Early Childhood * Part II- 2000 Additions and Alterations Becker HighSchool bidders for a period not to exceed forty- and(further reserves the right to award RemodejER NAME:ISD No.2396 ieldhons to BWindowrReplacement andnt five(45)days after the date and time set the contract for the best interests of the OPROJECT LOCATION: North Construction on for opening of bids. No bids may be city ElementarySchool,Atwater,MN Envelopes containing bids must be (4withdrawn ys for a perioda of time setfor B1 15th dr of the Savageh, City Council, BID DUE:TIME:10:00 a.m. sealed,marked on the upper left hand thee)days after the date and for this 15tS day of March,2000. DATE:June 9,2000 corner"Proposals"with the name and ay fent for Assistants Sandberg Qualified bidders may obtain copies address of the Bidder and the date and Payment for the work will be by 05- 9City Engineer of ontract Documents and Plans and hour of the openin and addressed to: check. OS-19/05-26 I 06-02 Specifications after May 11,2000,from: Independent School District No. Contractors desiring a copy of the EH 726 plans and specifications and proposal SEH 25th Avenue South 12000 Hancock Street forms may obtain them from the City of PUBLIC BUILDINGS PO Box 1717 Becker,MN 55308 Oak Park Heights,upon the payment St.Cloud,MN 56302-1717 Each bidder must accompany his of a non-refundable fee Bidders"of defor SALT STORAGE BUILDING (320)229-4300 proposal with a bid bond or certified "Information n for BIDS CLOSE JUN 13 A plan deposit of$30.00 made check equal to five(5%)percent of the pl he City Council fee reserves Apple Valley,MN payable to SEH will be required for amount of the proposal payable to the The City nay reserves the waive ADVERTISEMENT FOR BIDS- each set of BiddingDocuments in Owner as a guarantee of prompt to reject and all bids,to Sealed bids will be received by the accordance with ection 00210 - execution of the contract in accordance andfurtherirregularities reserves informalities right award Cityof Apple Valley,Minnesota in the Supplementary Instructions to Bidders. with the proposal and the contract and rinthethe right st ward PP y $5.00 the contract in the best interest of the 2: Hall at Cedar Avenue until A separate check for for postage documents andthat ne will furnish bond City. 2:00 P.M.,C.D.S.T.,on Tuesday,June and handling will be required for each to the Owner covering performance of Thomas Melena,City,Administrator 13 2000,at which time they will be set to be mailed.Deposit is refundable the contract. City of Oak Park Heights publicly opened and read aloud for the only to bidders who return Bidding Copies of the plans,specifications 05-19/05-26/06-02 fumishing of all labor and materials Documents,undamaged,to SEH within and other contract documents are on and all else necessary for the following: seven(7)days after bid opening.The file in the following offices and are 2000 PARK IMPROVEMENTS Salt Storage Building postage and handling fee is non- available for public inspections: BIDS CLOSE JUN 13 Construction of a 11,200 square foot refundable. (See Section 00210 for Birkeland Architects,Inc., 111 East Savage_,MN wood building with wood truss,decking information on ordering more than one ThirdAvenueHastings,MN and 79- ADVERTISEMENT FOR BIDS- and shingled roof.Concrete foundation, set.) E City_of Savage,Minnesota wood walls and buttresses.Interior and Plans and Specifications will be on Minneapolis, MN; the Builder's NOTICE IS HEREBY GIVEN that exterior paving,base installation,soil file for inspection at following offices Exchange of Minneapolis,St.Paul,St. sealed proposals will be received by correction,and minor utility work is Supr erintendent tenden0of ISD 2396cand the Cloud,Duluth, MN;theuilder's Exchane and the City Council, of the City office Savage, required. p Scott County,Minnesota,at the office of Plans and specifications,proposal office of SEH in St.Cloud,as well as the °Dodge�orporationaMinnea [lis.MN: the City Clerk,Savage City Hall,6000 forms and contract documents may be following: Market McColl Drive,Savage,Minnesota 55378 seen at the office of the City Clerk, St.Cloud Builders Exchange Now Ho �MN and Data, the Room).n. until 10:00 a.m.on the 13th Day of Apple Valley,Minnesota,and at the St.Cloud,MN; June,2000 and will be publicly opened office of Bonestroo,Rosene,Andrlik& Mid-Minnesota Builder'stendentcicer,of School District No.726. at said time and place by two or more Associates,Inc.,Consulting Engineers, Exchange Contractors may obtain documents designated officers or agents of the City 2335 W.Trunk Highway 36,St.Paul, WMankatoiuilder's Exchange from the Architect's office upon deposit of Savage,said proposals to be for MN 55113,(651)636-4600. of the amount noted.Deposits will be furnishing of all labor and materials for Each bid shall be accompanied of bbpy a Mankato,MN; providee required to to all that submit �o construction, witth plansianld completein in s Valley as bonddder's naming certified hthe eck payable a bid bond of le Bidders will ive percent(5%)of bid bids refunded anced return the prime bidders in good for the following_:_ to the City of Apple Valle or a cash amount. Bidders will be required to condition within ten days after the receipt City Project-No.2000-06 deposit equal to at least five percent provide Performance and Payment of bids.deither: 2000 ParImprovements (5 o)of the amount of the bid,which Bonds of one hundred percent(100%) Major Items shall be forfeited to the City in the event of bid amount in accordance with *Request M Pre nK-2ana Building ul Elementary and Common Excavation 19,000 Yards that the bidder fails to enter into a Minnesota Contracts overss Section$5,000 are74.26.equired 2000 Additions and Alterations to Bi u Ago.Base 2,8o0 Tons contract. Bituminous 1,300 Tons The City Council reserves the right by law to have 100 percent Performance Existing* Elementary Curb and Gutter 1.100 L.F. to retain the deposits of the three lowest and Payment Bonds. The Owner may Part II - 2000 Additions and aConcrete Sidewalknd other necessary Sa 2 S.Y.appurtenances bidders for a the period nand time set for the 45 require egrcent Performancets to have and Payment Alterations to Becker High School iop proposal opening of bids. No bids may be Bonds added byAlternate.Contractors ($150.00/set) Plans and specifications,p p P g 104 CONSTRUCTION BULLETIN JUNE 2,2000 ADVERTISEMENTS FOR BIDS 'hail Project consisting of the following forms and contract documents may be withdrawn for a period of forty-five may be requested to submit approximate quantities: seen at the office of the City Clerk, (45)days after the date and time set for "Contractor's 'frail Construction: Savage,Minnesota and at the office of the opening of bids. Qualification e right Statement".reject 20 SY Clearing and the City Engineer,6000 McColl Drive, Payment for the work will be by any0or all bids ea detoaive 400 Grubbing CY Savage,Minnesota 55378. cash or check. irregularities Excavation Common No bids will be considered unless Contractors desiring a copy of the biddinor informalities in bids or 1,300vSY sealed and accompanied by a bidder's plans and specifications and proposal Pain Kyllingstad,Superintendent Preparation Subgrade bond naming the City of Savage as forms may obtain them from the officeIndependentperi" 210 TN Class 5 Gravel obligee,certified check payable to the of Bonestroo, Rosene,Anderlik& 27250 inet Schooltatte Highway 4 Placed and Compacted for ss 5 City depositClerk of the City of Savage or a Associates,Inc.,upon a went of a Grove City,MN 56243 150 TN (5%a)of the amount equal of the bid,percenteast five h "Information bletoce of Bidders" for 06-02 Wear Course,Type 41A shall shall 189 FT 12 inch RCP be returned or forfeited as set forth plan/specification fee policy. Stormwater FT in the Information for Bidders. The City Council reserves the right REBID ONSTR PR SCHOOLS EA2 4 footThe Council reserves the right to to reject any and all bids,to waive Diameter Drop Manhole retain the deposits of the three lowest irregularities and informalities therein BIDS CLOSE N 15 EA bidders for a period not to exceed sixty and further reserves the right to award Reinforced (60)days after the date and time set for the contract to the best interests of the Con rTATI'e�BIDDERS- Concrete Surge Basin for 12 inch Pipe the opening of bids.No bids may be Ci Contractor's sealed proposals for the CY Class III Rip withdrawn for a period of sixty City. REBID ofem Mechanica a HVAC and Rap placed around Surge Basin days after the datand time set for City of Apel le allley, Plumbing, Temperature Control, 450 SY Wood Fiber opening of2 06-02PY Minnesota Reroofing,and Window Replacement Blanket pe gnbids. OS- 6/ Construction No. for Independent School 500 LF Silt FencingPayment for the work will be by District No.726,Sherburne County, BoardwalkF Construction: cash or check. *REMODEL SCHOOL SY Contractors desiring a copy of the ENTRY/CLASSROOM* Becker,Minnesota, Districti be received No.7 by 6, GrubbingClearing and plans and specifications and proposal BIDS CLOSE JUN 9 Independent School No.726, 20 EA forms may obtain them from the office Atwater MN Becker,inn L,Thursday,June 6 `wide by of the City Engineer, 6000 McColl ADVERTISEMENT FOR BIDS- 15 Office of the Superintendent,P ten (natthe Wooden Boardwalk Sections(12',14' Drive,Savage,Minnesota 55378,upon ACGC North Elementary School h School,in aacodancewiith tkhee and 16'lengths) payment of thirty dollars($30)—non- will receive bids for Remodel of Early plans and project manual prepared by 21 EA Constructions refundable. p p x and Placement of SupportCStructures Childhood Entry and Classroom,subject Birkeland Architects,Inc. for Boardwalks a Note:The City of Savage has adopted to terms and conditions containedinin Bids will be opened and read at the 10 CY Rip Rap Class utilityy and document constru t coe nstruction SEHr .and sswill Specifications ono Multiple Prime above stand ated time will returned III around support structures the City.Each contractor bidding on Contract basis. Plans and- pecifications,proposal this project is required to purchase a The Owner will receive,by mail or unopepara forms and contract documents maybe copy of this standard document entitled, personal delivery at ISD No. 2396 the Separate will be received on seen at the office of the City `Standard Contract Documents and offices,27250 MN Highway 4,Grove 1999 Maintenance Administrator, 14168 Oak Park Technical Specifications for Utility and City,MN,sealed bid from qualifid Mechanical CPlumbing Boulevard N., Oak Park Hei hts, Street Construction,City of Savage, bidders until 10:00 a Friday, Minnesota 55082(651-439-4439§ Minnesota"June 1997.This standard 9,2000,at which time bids ilJune Construction I �K-2 Elementary and Each bid shall be accomppani by a document includes the contract opened and tabulated according to law. 2000 Additions and Alterations to bidder's bond naming the Cityty of Oak documents and technical specifications A Pre-bid Conference will not be Existin ElementarySchool Temperature Park Heights as oblige,certified check which are the basis for eachg payable to the City of Oak Park Heights project and held. Control Construction or a th equal tok at five referenced as such in the Special Enclose bids in sealed envelope, * Part H - 2000 Additions and or a cash depositof the least the bid. Provisions.A copy can beg obtained addressed to Pain Kyllingstad, Alterations to Becker High School and The ent( % bond amounti be forfeitedfd. from the Savage Engineering Supperintendent,ISD No.2396,27250 Fieldhouse Temperature Control the City bidder'sin theod event that be the dto D�epartment for the sum of forty dollars MN State Highway 4,Gorve City,MN Construction fails to enter into a contract. ($40.00)per copy. 56243.Clearly mark envelope in lower * Part II-2000 Additions and The Cit Council reserves the riht The Council reserves the right to right-hand corner as follows: Alterations to Becker High School and g reject any and all bids, waive BID ENCLOSED to retain the deposits of the three lowest irregularities and informalities therein PROJECT NAME:EarlyChildhood Fieldhouse* Part Reroofing ConstructionAdditions bidders for a period not to exceed forty- and further reserves the right to award Remodel * II -2000 g�.h Soo and five(45)days after the date and time set the contract for the best interests of the OWNER NAME:ISD No.2396 FAlterations to ieldhouse Window Replacement for for opening of bids. No bids may be city. PROJECT LOCATION: North Construction withdrawn for a period of forty-five By order of the Savage City Council, Elementary School,Atwater,MN (45)days after the date and time set for this 15th day of March,2000. BID DiJEEnvelopes containing bids must be the bid opening. Jeff SandbergTIME:10:00 a.m. sealed,marked on the upper left hand Payment for the work will be by DATE:June 9,2000 corner"Proposals"with the name and check. Assistant City Engineer Qualified bidders may obtain copies address of the Bidder and the date and 05-19/05-26/06-02 of contract Documents and Plans and hour of the addressedopening and to: Contractors desiring a copy of the plans and specifications and pro osal Specifications after May 11,2000,from: Independent School District No. forms may obtain them from the City of SEH 726 Oak Park Heights,u on thhe payment PUBLIC BUILDINGS 1200 25th Avenue South 12000 Hancock Street of a non-refundable fee of$40.00.See PO Box 1717 Becker,MN 55308 "Information to Bidders" for SALT STORAGE BUILDING St.Cloud,MN 56302-1717 Each bidder must accompany his plans/specification fee policy. BIDS CLOSE JUN 13 (32A pp0)229-4300 proposal with a bid bond or certified The City Council reserves the right Apple Valley,MN payable to SMIlan swill bof e requiir d for amount equal00 made check he five (sal)percent epayable tof the the to reject nay and all bids,to waive ADVERTISEMENT FOR BIDS- each set of Bidding Documents in Owner as a guarantef prompt irregularities and informalities therein Sealed bids will be received by the accordance with Section 00210 - execution of the contract in accordance and further reserves the right to award City of Apple Valley,Minnesota in the Supplementary Instructions to Bidders. with the proposal and the contract the contract in the best interest of the City Hall at 14200 Cedar Avenue until A separate check for$5.00 for postage documents and that he will furnish bond City. 2:00 P.M.,C.D.S.T.,on Tuesday,June p Thomas Melena,City Administrator 13 2000,at which time theywill be seand handling will Depositrequired for each to the Owner covering performance of City of Oak Park Heights publicly opened and read aloufor the only ttobrodded.who is n Bi refundable the contract. 05-19/05-26/06-02 furnishing of all labor and materials Documents,undamaged,who return Bidding Copies of the contract documents mentfications and all else necessaryfor the following: days after to SEH withie and in ther lowg offices are aree 2000 PARK IMPROVEMENTS Salt Storage Bding g postage(7) after bid opening.The availablefile following offices andti BIDS CLOSE JUN 13 Construction of a 11,200 square foot and handlingeti fee is0 non- Birkeland for i public c ic., 111 East Savage,MNq information . (See Section more0than one Thirdland Architects,Inc., and 799s- wood mld building roof.Concretentruss,decking on ordering than one Street,Hastings,MN - ADVERTISE ENT FOR BIDS- and shingled foundation, set.) g City of Savage,Minnesota wood walls and buttresses.Interior and 13th Avenue NE Suite 209, NOTICE IS HEREBY GIVEN that exterior paving,base installation,soil ans and Specifications will be on Exchange Minneapolis,s, MN;'the St.Builder's1,St. sealed proposals will be received by correction,and minor utilitywork is aftere for inspection 2000,0aatfthe officeinc offices Cloud,D lu Minneapolis, Paul, d the City Council of the City of Savage, required. May 11, the of the Cloud,Duluth,Mankato,Willmar,and Scott County,Minnesota,at the office of Plans and specifications,proposal Superintendent of ISD 2396 and the Rochester,MN;the Builder's Exchange P Pbe office of SEH in St.Cloud,as well as the Dodge Far o rp onion, the F. : the City Clerk,Savage City Hall,ce o forms and contract documents may al following: g McColl Drive,Savage,Minnesota 55378 seen at the office of the City Clerk, St.Cloud Builders Exchan a Construction Corporation,Minneapolis,MN: until 10:00 a.m.on the 13th Day of Apple Valley,Minnesota,and at theg wHop , MarketData,with the Owner. June,2000 and will be publicly opened office of Bonestroo,Rosene,Anderlik& M.d Cloud,MiMN; New Hope, School and with Owner, at said time and place by two or more Associates,Inc.,Consulting Engineers, Mi -Minnesota Builder's Independent MN.nt District No.726, designated officers or agents of the City 2335 W.Trunk Highway36,St.Paul, ExchangeWBecker, of Savage, said proposals to be for MN 55113,(651)636-400. Willmar, Builder'sMN; Contractors may obtain upondments furnishing of all labor and materials for Each bid shall be accompanied bya Mankato Exchange of the the amountnttncte office will be the construction,complete in place,in bidder's bond namingthe Cityof Apple BBidderso,MN; refundeduired to provide noted.Deposits will submit accordance with plans and specifications Valley as obligee,certified chck payable a bid bond offive epercent(5%)of bid bids return the documents in good for the following: to the City of Apple Valleyor a cash amount. Bidders will be required to condition within ten days after the receipt City Project-No.2000-06 deposit equal to at least fve percent provide Performance and Payment 2000 Park Improvements (5 a of the amount of the bid,which B00% of bids. Major Itemsodd amount one inniac ordent e with RequestMaintenance99e: shallbe forfeited to the City in the event of bid accordance with Common Excavation 19,000 Yards that the bidder fails to enter into a Minnesota Statutes Section 574.26. *Part - eK-2Elementary CL.5 Agg.Base 2,820 Tons contract. Contracts *Part I-Pre K-2 and Bituminous 1,300 Tons The City Council reserves the right by law to have 100$pereenPerforare mance Existinguired 2000 Elementary Alterations to Curb and Gutter 1,100 L.F. to retain the deposits of the three lowest and Payment Bonds. The Owner may tt0a00 Concrete Sidewalk 522 S.Y. bidders for a period not to exceed 45 require other Contracts to have 100 Alterationsl to Becker High tS School and other necessary appurtenances days after the date and time set for the percent Performance and Payment Deposit Plans and specifications,proposal opening of bids. No bids may be Bonds added by Alternate.Contractors ($150.00/set) 104 CONSTRUCTION BULLETIN JUNE 2,2000 ADVERTISEMENTS FOR BIDS of a new low pressure steam boiler at at CRUSHING &STOCKPILING withdrawn for a period of 60 days from specifications available from the office the Adams County Courthouse, GRAVEL the opening of bids. of BRW,Inc.,700 Third Street South, Hettinger,North Dakota,as described in Sealed bids will be received by the The County Board reserves the right Minneapolis,MN 55415,attn:Debbie the Contract Documents prepared by Norman County Board of to reject any and/or all bids,and to Anderson,uonpaymentof$35.00per Prairie Engineering, P.C., Commissioners at the office of the waive irregularities,informalities,and set NON REFUNDABLE.Add as Bismarck/Minot,North Dakota. County Auditor/Treasurer in the City further reserves the right to award the additional$10.00 for mailing via the Mechanical work will consist of of Ada,Minnesota until 1:00 P.M.on contract in the best interests of the U.S.Postal Service.Bid documents will removal of the existing boiler and the 22nd day of June,2000 for the County. be available for review at Minneapolis installation of a new lowssure steam crushingand stockpilingof gravel. County Auditor and St.Paul Builders Exchanges,F.W. boiler.Work also consists of incidental The tentative pit locanon for bidding Dakota County,Minnesota Dodge Corporation,Construction Madcet general and electrical work associated urposes is a gravel pit in the Southeast 06-02/06-09 Data,and the N.A.M.C.Please note with installation of the boiler. uarter(S 1/4) of the Northwest related project in same area,S.P.91- The Owner will receive sealed bids, uarter(NW 1/4),and the Southwest 'LIGHTING TRAILS 090-01,West River Parkway Bike Trail, in duplicate,until 2:00 P.M.MDT, uarter(SW 1/4) of the Northeast &PKNG LOT* separately advertised, with plans Thursday,June 15,2000,in the Adams uarter(NE1/4)ofSection 18,T143N, BIDS CLOSE JUN 22 available from MnDoT.Proposals for the ' CountyCourthouse Commission Room R43W(Flom Township). Hennepin County,MN related project to be received through in Hettinger,North Dakota.Proposals The approximate quantities based ADVERTISEMENT FOR BIDS- 2:00 p.m.Mayy 25,2000 at the City of received after that time will not be on cubic yards are as follows: Suburban Hennepin Regional Park Minneapolis Purchasing Department. accepted.Proposals will be opened and 25,000 Cubic Yards Class 5 District 05-19/05-26/06-02 publicly read aloud. Aggregate Material, Crushed and Hennepin County,Minnesota The Contract Documents may be Stockpiled on site. For Lighting for Cross-Country LIBERTY PARK examined at the Engineer's office,909 Proposals may be obtained at the Ski Trails and Parking Lot at Cleary PLAYGROUND IMPS Basin Avenue,Bismarck,North Dakota, Norman County FIighway Department, Lake Regional Park-2000 BIDS CLOSE JUN 12 the Owner's office,and also at the 814 East Main Street,Ada,MN 56510- Notice is hereby given that sealed New Hope MN following Builders Exchanges: 1318. bids will be received in the office of ADVERTISEMENT FOR BIDS- Bismarck-Mandan Builders Bids must be accompanied by a the Superintendent,Suburban Hennepin Sealed bids will be received by the Exchange-Mandan,North Dakota certified check or bidder's bond in the Regional Park District, 12615 County City of New Hope,Minnesota at the Construction Market Data-New amount of five(5)percent of the bid, Road 9,Plymouth,MN 55441-1299 City Hall,at 4401 Xylon Avenue,until Hope,Minnesota made payable to the Norman County and opened by the Superintendent at 11:00 A.M, C.D.S.T.,on Monday, Construction Plans Exchange- Treasurer. 2:00 P.M.,CDT on June 22,2000 for June 12,2000,at which time they will Bismarck,North Dakota The County Board reserves the right furnishing all labor,materials,equipment be publicly opened and read aloud for Dickinson Builders Exchange- to reject any,or all bids and to waive and skill required for work described the furnishing of all labor and materials Dickinson,North Dakota any irregularities. in the drawings and specifications. and all else necessary for the following: F.W. Dodge - Minneapolis, Dated:May 17,2000 Proposal forms and other contract Liberty Park Playground Minnesota Richard Hunter documents are on file in the office of the Improvements,City Project No.673 ' Fargo-Moorhead Builders Exchange Auditor/Treasurer Superintendent,Suburban Hennepin Demolish and remove existing play -Fargo,North Dakota Norman County,Minnesota Regional Park District,12615 County equipment. Grand Forks Builders Exchange- 05-26/06-02/06-09 Road 9,Plymouth,MN 55441-1299 Furnish and install new play Grand Forks,North Dakota the Minneapolis and St.Paul Builders' equipment with miscellaneous site Minneapolis Builders Exchange- Exchanges,and the Plan Room of F. improvements.Miscellaneous site Minneapolis,Minnesota PARKS&RECREATION W.Dodge and Construction Market improvements work includes but is not Minot Builders Exchange-Minot, Data limited to concrete play edge,concrete North Dakota *PARK DEMOLITION Bidders may obtain complete sets walk and pad,site furniture,drinking St Paul Builders Exchange-St.Paul, GRADE WK,ETC* of drawings and specifications from fountain and landscaping restoration. Minnesota tPaul BIDS CLOSEWK JUN* this office,located on County Road 9, Plans and specifications,proposal Williston Builders Exchange - Plymouth,MN upon deposit of fifteen forms and contract documents maybe Williston,North Dakota Dakota County MN dollars($15.00)for each set.Deposits seen at the office of the City Clrk, Copies may.be obtained at the Office ADVERTISEMENT FOR BIDS- will be refunded upon return of drawings New Hope,Minnesota,and at the office p Y LAKE BYLLESBY REGIONAL and specifications in good condition of Bonestroo,Rosene,Anderlik& of Prairie Engineering,P.C.,909 Basin Avenue,Bismarck,North Dakota upon PARK DEMOLITION,GRADE WORK within ten(10)days after the bids are Associates,Inc.,Consulting Engineers,deposit of $50.00 per set. Any AND CLEAN UP opened. 2335 W.Trunk Highway 36,St.Paul,The current minimum wage rate per MN 55113,(651)636-4600. unsuccessful Bidder,upon return of set OF BUILDINGS AND WASTE hour to bed for each classification of Each bid shall be accompanied by a within ten days of the opening of Bids, MATERIALS work shall-be the local prevailing rate, bidder's bond naming the City of New will be refunded his deposit in full. DAKOTA COUNTY PARKS including fringe benefits as defined in Hope as obligee,certified check payable Partial sets may be obtained from the DEPARTMENT Minnesota Statute 177.42. to the Clerk of the City of New Hope or Engineer for the cost of$1.50 per Sealed bids will be received at the No bid will be considered unless a cash deposit equal to at least five Drawing Sheet or$0.15 per Specification offices of Dakota Count Government sealed and filed with the Superintendent percent(5%)of the amount of the bid, page.Such payment is non-refundable. Complex,Auditors Office,1590 West before the stated bid time and which shall be forfeited to the City in the inc Owner reserves the right to waive Highway#55,Hastings,MN 55033,on accompanied by a Bidder's Bond or event that the bidder fails to enter into any informalities and to accept or reject Friday,June 23,2000 at 10:00 am Certified Check made payable without a contract. any or all bids. local time,at which time they will be recourse to the Suburban Hennepin The City Council reserves the right Each Bid must be accompanied by a publicly opened and read aloud for the Regional Park District in an amount to retain the deposits of the three lowest separate envelope containing a Bidder's following equal to 5% of the base bid. A bidders for a period not to exceed 45 Bond in a sum equal to five percent of Demolition,gradework and clean up Performance Bond and a Labor and days after the date and time set for the the full amount of the Bid,executed by of farm buildings,structures and waste Material Payment Bond in the full opening of bids. No bids may be the Bidder as Principal and by a Surety materials at(3)locations in Randolph, amount of the contract sum will be withdrawn for a period of forty-five Company authorized to do business in MN.The work consists of the bidder required of the successful bidder. (45)days after the date and time set for this State, conditioned that if the providing all labor and equipment for No bid may be withdrawn for a the opening of bids. Principal's Bid be accepted and Contract demolition,clean up and removal of all period of forty-five(45)calendar days Payment for the work will be by be awarded to the Principal, the building structures and waste materials; after bids are opened.The Board reserves cash or check. Principal,within ten days after notice of also grading and filling of all excavated the right to reject any or all bids and Contractors desiring a copy of the award,will execute and effect a Contract areas. to waive irregularities and formalities in plans and specifications and proposal in accordance with the terms of the Notice: A Mandatory pre-bid order to award the contract in the best forms may obtain them from the office Principal's Bid and a Contractor's Bond meeting is scheduled for June 19th, interests of the Suburban Hennepin of Bonestroo,Rosene,Anderlik& as required by law and the regulations 2000 at 10:00 a.m.at the former Knox Regional Park District. Associates,Inc.,upon payment of a and determinations of the Governing Property,5000-292nd Street East, By Order of the Board of non-refundable fee of$35.00.See Board. Randolph,MN.All bidders must Commissioners "Information to Bidders" for All Bidders must be licensed for the attend. SUBURBAN HENNEPIN plan/specification fee policy. highest amount of their Bids,as provided Plans and specifications are on file for REGIONAL PARK DISTRICT The City Council reserves the right by North Dakota Century Code Section inspection at Dakota County Parks Douglas F.Bryant to reject any and all bids,to waive 43-07-05, and also as prescribed by Department,8500- 127th Street East,Hastings,Mn 55033. Superintendent& irregularities and informalities therein Section 43-09-09. Secretary to the Board and further reserves the right to award No Bid will be read or considered Plans and specifications are available 06-02/06-09 the contract to the best interests of the which does not fully comply with the from the office of Dakota County Parks City. above provisions as to Bond and Department,8500- 127th Street East, MILL RUINS PARK PH I IMP Daniel Donahue,City Manager Licenses, and any deficient Bid Hastings,Mn 55033. BIDS CLOSE JUN 8 City of New Hope,Minnesota submitted will be resealed and returned Contact:Arden Page at(651)438- Minneapolis MN 05-26/06-02 to the Bidder immediately. 4663 ADVERTISEMENT FOR BIDS No Bidder may withdraw his Bid No bids will be considered unless FOR MILL RUINS PARK PHASE I BOARDWALK,TRAIL, within 30 days after the actual opening sealed and filed with the Dakota County IMPROVEMENTS STORM SWER of Bids. Auditor and accompanied by a money Sealed proposals will be received in BIDS CLOSE JUN 7 Adams County order,certified check, or bid bond, the office of the Cityof Minneapolis Oak Park Heiehts,MN Hettinger,North Dakota 58639 For to Dakota County Treasurer, Purchasing Agent.350 South 5th Street ADVERTISEMENNIT''FOR BIDS Betty Svihovec,Adams County for the amount of 5%of the bid.This —Room 323M City Hall.Minneapolis, City of Oak Park Heights Auditor will be taken by the County as liquidated MN 55415.until 2.00 p.m.,CDST, Boardwalk,Trail and Storm Sewer Dated this Day of_,2000 damages in the event the bid be accepted June 8,2000 for the Park and Recreation Sealed bids will be received by the 05-26/06-02/06-09 and the bidder shall fail to enter into Board on Offl.Publ.#5429-BIDS City of Oak Park Heights,Minnesota in and fulfill a written contract,furnish the FOR MILL RUINS PARK PHASE I the City Hall at 14168 Oak Park required performance bond for 100% IMPROVEMENTS,to furnish all Boulevard North(formerlyy_14168 57th MACHINERY&SUPPLIES of the contract amount and provide the labor,materials,suppplies,equipment Street North)until 1:00 P.MC.D.S.T., insurance coverages as specified. and incidentals necessary for work on Wednesday June 7,2000,at which CRUSHING& The County reserves the right to including miscellaneous removals,mass time they will be publicly opened and STOCKPILING GRAVEL retain the deposits of the three(3)lowest excavation,construction of modular read aloud for the furnishing of all labor BIDS CLOSE JUN 22 bidders for a period not to exceed 60 block retaining walls,construction of and materials and all else necessary for Norman County,MN days after the date and time set for the bituminous roadway,and slope seeding, the following: NOTICE FOR BIDS- opening of bids. No bid may be all in accordance with plans and Valley View Park Boardwalk and JUNE 2,2000 CONSTRUCTION BULLETIN 103 - ADVERTISEMENTS FOR BIDS Brighton Parks and Recreation at the office onf tPa New Brighton Parks and The City Council reserves the right plans and specifications and proposal enter,400 to retain the deposits of the three lowest forms may obtain them from the City of Recreation,Family Service CPUBLIC BUILDINGS 10th Street NW,New Brighton MN bidders for a period not to exceed 45 Oak Park Heights,upon the pa merit g days after the date and time set for the of a non-refundable tee of$40.00.See 55112 until 9:00 a.m. local time, opening of bids. No bids maybe Wednesday,May 31,2000,and then at withdrawn for a period of forty-five plans/specification *ROOF REPLACEMENTS `Information to Bidders" for BIDS CLOSE JUN 14 said office publicly opened and read (45)days after the date and time set for aloud. P peity Council fee policy. Albany, ER The CONTRACT DOCUMENTS the opening of bids. to rejectneaytansy and all bids, waive NOTICE TO BIDDERS- may be examined at the followingPayment for the work will be bySealed bids for ROOF locations: cash or check irregularities and informalities therein REPLACEMENT,for the Stearns Contractors desiring a copyof the and further reserves the right to award County Public Works,Albany,MN will 1.Howard R. Company,1326 gthe contract in the best interest of the p En Park Drive,Green Paul, plans and specifications and proposal Ci be received t the Office of the Stearns ergy55108, forms may obtain them from the office CountyAuditor until icl opened June Copies of the CONTRACT of Bonestroo, Rosene,Anderlik& Thomas City Administrator 14,auuuand e DOCUMENTS mthy be obtained at the of Bonestr Inc., upon a merit of a wre ei Pubaftyat office of Howazd R. aGreen Com an05-1y /Oak Pazk Heights ar b ureBids received atter a st rim. located at 1326 Energy Park Drive,Si non-refundable-refunlonbletffee of$35.00.rsSee 05-19/05-26/_002 willlbe returned be submitted to the, at 3210 upon kyment of 2000 PARK IMPROVEMENTS All bids Stearns Counttyy Auuditorr�to: Paul, for 551 set(non-refundable).aymenplan/specification fee policy. Date:Aprilc e0 The City Council reserves the right BIDS CLOSE JUN 13 705AdministrationoCourthouse Center,quRoom I48 Maine Anderson000 to reject any and all bids, to waiveSava�gge''ADVERTISEMENT S05 oud, Ne 6303re Pazks a irregularities and informalities therein vamMi FOR BIDS- (3 0) 56,MN 56303 Parks05-12/05 Director o/05-26 and further reserves the right to award NCICity ICof IS 1- Minnesota Specifications, pec 656-3900 the contract to the best interests of the sealedproposals wi1lll be recBY eived that Sdocmeen tier ay be details 2000 BITUMINOUS City. the City Council of the Cityof Savage, ACTIVITY BITUMINOUS Daniel Donahue,City Manager Scott County, following: BIDS IVITY MAY 31 City of New Hope,MinnesotaClerk,,Minnesota, the office of RC A SIN COUNTY New BrOgShton,MN 05-26/06-02 Mc City Drive,ve 'av ge, City Hall,6000 PURCHASING ADVERTISEMENT McColl aSavoie,he Minnesota Day of ADMINISTRATION CENTER, NT FOR BIDS- BOARDWAL until 10:000a.m.will the 13th of ROOM 47 New Brighton Parks and Recreation K, June, time and be publicly opened Family Service Center,400 10th STORM SEWER ID' 705 COURTHOUSE STARE Street NW BIDS CLOSE JUN 7 at said and place by two or more ST.CLOUD,MN 5630 New Brighton,MN 55112 Oak Park Heights,MN designatedgofficers oragents the City (320))656-3607 ADVERTISEMENFOR BIDS fuoish ng off l proposals to bel for ll Davison Separate sealed BIDS for the City of Oak Park Heights o�gctalllaborpadmntplacefor construction of the 2000 Bituminous S the construction,complete in place,in Stearns County Purchasing Agent Activity Area Improvements-major Boardwalk,Trail and Storm Sewer acconlance with plans and specifications 05-26 J Sealed bids will be received by the for the following.: quantities include:600 CY common borrow, 2 LS common excavation,1300 the CitOak y Hallk Heights,1418 Oak Parkg MISC.DISTRICT TN CL 5 aggregateMinnesota in 20City Project-No.Improvements IMPROVEMENTSDS base, 900 TN Boulevard North(formerly 14168 57th Major rIte BIDS CLOSE Alexandria, N 5 bituminous paving,2000 LF 4"striping, Street North)until 1:00 PAL,C.D.S.T., Major Items and seed/sod restoration. esdAlexandria,MN Bids willobee received bythe New on Wedn aat Common Excavation 1Tons Yards BOP N FOR BIDS- Y June d BituminousCL. Base 0 Tonson BID OPENING- time they will be publiclyopenedof and bad Iter 1,100Contractor's sealed pro Brighton Parks and Recreation at the read aloud for theProposals office of the New Brighton Parks and furnishing labor Curb and Gutter 1,100 L.F. 2000 Alexandria Public Schools Recreation,Family Service Center,400 and materials and all else necessary for Concrete Sidewalk 522 S.Y. Miscellaneous District Improvements I Oth Street NW,New Brighton MN the following: and other necessary appurtenanceswill be received by the Independent g Valley View Park Boardwalk andarYsproposal 15, 112 until 9:15 a.m, local time, Trail Project consisting of the followingPlans and tracidocuons, m Wednesday,May 31,2000,and then at approximate quantities: School District No.206,Alexandria, d office M y 3 opened and read seen andat conotract of the Cityts may Minnesota,on0 at office ofe the aloud. ail Construction: seen e,Minnesotae eof the hoffice Clerk, Supe until de p.m.ft the o , the The CONTRACT DOCUMENTS 200 SY Clearingand Savage, and at the Drive, Superintendent of Schools, in Grubbing the City Engineer,6000 McColl Alexandria,Minnesota,in accordance may be examined at the following 400 CY Savage,Minnesota 55378. with the tans and specifications locations: Excavation Common No bids will be considered unless pp pared p 1.Howard R. Comppany,1326 1,300 SY sealed and accompanied by a bidder's Yours st Abetects, , c,, 7 Energy Park R. GreenSt.Paul,MN 55108. Subgrade bond naming the City of Savage as WayzatauBou Boulevard,St.Louis Park, Copies of the CONTRACT210obligee,certified check payable to the Minnesota 55416. DOCUMENTS may obtained at the Placed and Compacted for Traily officeClass 5 Gravel CityClrk of the Cityof S DOC of Howard R.be obtained 150 % Savage or a read Bids will be opened publicly and located at 1 oPark Drive,S Company Wear Course,Type 41A shall cash�)deposit equal nto oatf least five percent aloud a the terabove2:00me and place. Paul, 551082Energygn kyment ofshall a returned the amount forfeited thetsbid,whichoreused r eceived neer p.m,will be 189 FT 12 inch RCP in the Information for Bidders set forth re A singled bid will be received for $25.00 for each set(non-refundable). Stormwateripepe each setApril 2 EA The Council reserves the right to each Base Bid as outlined below: Date:aAnderson Diameter Drop Manhole foot retain the deposits of the three lowest Base Bid A Parks DirectorEA bidders for a period not to exceed sixty Resurfacing Tennis Court 05-12/05-19/05-26Reinforced (60)days after the date and time set for Base Bid B -Discovery Middle Concrete Surge Basin for 12 inch Pipe the opening of bids.No bids may be School Parkin Modifications *LIBERTY PARK PLAY5 CY Class III Rip � g GROUND IMPS* Rap placed around Surge Basin withdrawn for a period of sixty(60) Base Bid C-Lincoln Elementary 450 SY g days after the date and time set for the Tunnel PipeInsulating BIDS CLOSE JUN 12 Blanket Wood Fiber opening of bids. New Hope MN Payment for the work will be by FireaseProtection rotd D cti nincandEleCeiling ADVERTISEMENT FNR BIDS- 500 LF Silt Fencing cash or check. SealedADVE bids will be r FOReB by Dthe Bo30rdwalk Construction: Modifications City of New Hope,Minnesota at the SY Clearingand Contractors desiring a copy of the Envelopes containing bids must be Grubbing plans and specifications and proposal sealed,marked on the lower left-hand City Hall,at 440 Nylon Avenue,until 20 EA forms may obtain them from the office corner"Sealed Bid Enclosed"with the 11:00 A.M. 40I N T.,on Monday 6 'wide by of the City Engineer, 6000 McColl name and address of the bidder and the June 12,20.30,at which time they will and 16'dlengths) alk Sections(12',14' Drive,Savage,Minnesota 55378,upon date and hour of the opening and payment of thirty dollars($30)—non- addressed to: be publicly opened and read aloud for the famishing of all labor rid materials 21 EA Constructions refundable. Pand all else necessary for the following: fo rBoardwalks acement of Support Structures Note:The City of Savage has adopted 7Independent School District 206 Liberty City Playground 10 a standard document to be used for 715 Elm Street Improvements,Park Project No. d III around support structuipsRap Class utilityand street construction within Alexandria,Minnesota 56308 Demolish and remove existing play Plans and specifications,proposal this project the a shrequired toto purchason e a EachSECURITY bid err m s- t accompany his -qui merit. forms and contract documents may be Furnish and new play oen the office of the Cit copy of this standard document entitled, Proposal with a Cashier's Check,Bid equipment and installsallaneous siteaseen atstthe 14168 Oak Park "Standard Contract Documents and Bond or Certified Check equal to5%of improvements. Miscellaneous site Boulevard N., Oak Park Hei hts, Street Construction,Cityof Savage, the Owner as a_guarantee of prompt Technical Specifications for Utility and the amount of the Proposal payable to improvements work includes but is not g improved to concretecs play edge,deis not Minnesota 55082(651-439-4439). Minnesota"June 1997.This standard execution of the ontract in accordance walk and pad,site dge,drinking Each bid shall be accompanithe CCbyy a document includes the e contract with the Proposal and Contract fountain and landscaping restoration.g Park Heights ase bligee certified cheey of ck which are the basis for each pro]ect and bond acceptable to the Owner covering g documents and technical s specifications Documents,and that he will furnish Plans and specifications,proposal payable to the Cityof Oak Park Heights referenced as such in the Special forms and contract documents may be or a cash deposit qual to at least five Provisions.A copy can be obtained Copies of the Drawings, seen at the of the City Clerk, P . performancepof the Contract. of Hope,t officeotf and at the office prcent(5%)of the amount of the bid. from the Savage Engineering Specifications and other Contract New Bonestroo, Rosene,Anderlik& The bidder's bond shall be forfeited to Department for the sum of forty dollars Documents are on file at the Architect's Associates,Inc.,Consulting Engineers, failse City inrthe v event tthat the bidder ($400.00)per copy. 2335 W.Trunk Highway 36,St.Paul, The Council reserves the right to office 1123 Glenwood Builders Exchange MN 55113,(651)k' 636-4600. The City Council reserves the right reject any and all bids, waive 1123 Glenwood Avenue Each bid shallbe a-4600. bya to retain the deposits of the three lowest irregularities and informalities therein Minneapolis,MN 55405; bidder's bond namin the Cit of Nw five °r days0afteordthe date and time set the contract for the best interests of the 445 Farrington Street City Ry rid further reserves the right to award St.Paul Builders Exchange Hope as obligee,certified check payable for opening of bids. No bids may be city. to the Clerk of the Cityof New Hope or withdrawngg P for a period of forty-five By order of the Savage Cityty Council, St.Paul,MN 55103; a cash deposit equalto at least five (45)days after the date and time set for this 15th dayof March,2000. 30.Cloud Builders Exchange percent(5%)of the amount of the bid, the bid opening, which shall be forfeited to the City in the Payment for the work will be byJeff Sandberg St.SixthCloud, ,MN Avenue South event that the bidder failsoto enter into check. Assistant City Engineer t.Cloud,MN 5Exch a contract. 05-19/05-26/06-02 Fargo0 age Drive Exchange Contractors desiring a copy of the 1arg Page Drive 50 Fargo,ND 58102; CONSTRUCTION BULLETIN MAY 26,2000 ADVERTISEMENTS FOR BIDS Lakeville,Minnesota,reserves the right St. Paul Builders Exchanges, and PROJECTS alteration or erasure is crossed out and to reject any and all bids,waive any Construction Market Data.Copies of CITY PROJECT NOS.00-8,00-9, correctioninitialed printed ink or typewritten informalities in bidding,or to accept the documents may be obtained in AND 00-10 bythe person signing the bed. the bid that best serves the interests of person at the office of Parsons CITY OF LAKEVILLE, the eofiigthereby notifies the City of Lakeville.Bids must be Transportation GroupInc.,111 Third MINNESOTA The City of Lakeville, all bidderseCity that Lakevillein regard to any typewritten and signed in ink, in Ave.South,Suite 350 Minneapolis, handwriting.Bids containing anyswill be alteration refundable1 3of$15 00.If so sealed bids for a non- will be rryeceived in the offices solicitations,tor c contracts to ibe entered or erasure will be rejected unless requested,copies will be mailed at an of the City Clerk in the City of Lakeville, into pursuant to this projyect,businesses alteration or erasure is crossed out and additional cost of$10.00 per set to cover Dakota County,Minnesota,for the Womeand controlledbe by maximum minorities or correction printed in ink or typewritten postage and handling.Both amounts following described project: to and initialed rsin ink beside thei correction indinon-refundable. idual he its w�ll be distributed.or Park:finish gradiOF ng,landscaping, and/or proposalsnand will not be subject t bids by the piton signing keillethehereby bid. player to discrimination on the basis of race, The City of Lakeville notifies BID SECURITY:A certifiedbid bond benches,parkingiot,,1/4tcou t bike color,sex,age,religion,ancestry, all bidders to that in regard tom any payable to the City offv hrt, di invitations bid,advertisements, payable the of Lakeville in an rack,and-park benches;Kensingtonppggaffectional preference:disability,public solicitations,or contracts to be entered amount of not less than five percent Park:finish grading, benches,landscaping, Ud national aassistance status,marital status,or into pursuant to this project,businesses (5%)of the total amount of the bid shall backstop,player i nal origin.r377 of the Minnesota owned and controlled by minorities or accompany each bid as a guarantee that court; Lake gifts feasible opportunity p t obe rtu ityrto submit maximum if the bids execute rd is and file the co tact perfothe er will rmance trail and and oonstructtio of a persons to local Local officials and/or proposals and will not be subject bond,public contractor's bond,and new bituminous trail to spur to trail includes any individuals who purchase, to discrimination on the basis of race, insurance certificate(s)as required by the along CR 46.one conAll lawork for allhall be three doneadvise, of pods recommend on the purchase color, sex, age,religion,ancestry, Contract Documents within ten(10) Year Compliance: Seller affectional preference,disability,public calendar days after issuance of the projects• S��Bids will be receive represents,er2000 rarto,and covenantsn : Sller assistancehat ol or status,marital status,or Nof ae f Award Fa Ff ailure the bpart City 1M� designed ao di used prior to,during, national origin. of Lakeville.Failure on the part of the at the Office of the City Clerk,20195 the mechanbedise and/or service is Chapter 377 gifts the Minnesota Bidder to do so will result in forfeiture Holyoke Avenue,Lakeville,Minnesota and after the g Statutes to localioffiiials rLLocal officials check,Bidder's bid bond to ted he cashier's of Thursday,i77 June until 2000.The City Clerk and that the merchandise and/orrsservice includes any individuals who purchase, Lakeville as liquidated damages. will publicly open and read aloud all will operate relating,to date during such time period advise,or ommrnd on the purchase Biddeerlto whom a Contract iT s awarded PY: The .M ds�forithe by of Clerk laboat r, without All suerroccessful bidder(s)dw ll be of goods and/or services. p comply Year 2000r Co, nd co�e: Seller shall performance bond bond ands a bothpublic other'article or thing necessary for the required stwith Diabilities Act of 1990 with the represents,warrants,and covenants that p the mechandise and/or service is contractor's bond acceptable to the City complete construction of the play (ADA cep of the equipment im improvements associated BID)WITHDRAWAL:No bids shall designeddaafter toh be used prior A.Dg. of Lakeville foro percentprid of the) and air the calendar year 2000 A.D. contract price for each of the above with Greenidge Park,Kensington Park, be ywithdrawn for a period of sixtyg60) and that the merchandise and/or service bonds in accordance with the and Valley Lake Park Site Improvement bidsdas wier the hout the consent f the City will operate during such time period req uiremnts of the Contract Documents. Projects. without error relating to date data. BID REJECTION:The City of BIDS:Sealed bids shall be addressed Council of the City of Lakeville. - reqAll uired to complyfully bidder(s) wilbe l to Lakeville, any all bids,waive reserves the any 20195 Ht to the olyoke Clerk, Lakeville, 0 OWNER:olyoke Avenue (AD ).Americans with Disabilities Act of 1990 the bid that best serves gthe interests or to of ndorsedt ta witth the name and address of Charleand shall be ne Fn ge of 55044-9177 s (ADA). BID WITHDRAWAL No bids shall the ewrriitt typewritten Lakeville. signed dBids niiink,be bid is being submitted contract for the 05-19/Clerk5-26 be withdrawn ch a ed o e sixty(60) yp days air the scheduled opening of the handwriting. No fax bids will be the sealed envelope.All bidders shall bid Counwithout l ofuthte City oconsent Lkeville. City or erasure Bidswill betrrejected unless the on in Bid Proposal Form attachce with and shall ed to pon MILL the BIDSICLOS JUN 8 OWNER:City of I akeville alteration or erasure is crossed out and Contract Documents. Minneapolis,MN 20195 Holyoke Avenue correction printed in ink or typewritten CONTRACT DOCUMENT: ADVERTISEMENT FOR BIDS Lakeville,Minnesota 55044-9177 and initialed in ink beside the correction Contract Documents at ntsCity re on file oe Lakeville's FOR MILL RUINS PARK PHASE I Charlene Friedges by the person signing e e bid. gi ENTS City Clerk The City of Lakeville hereby notifies Engineering Department,the offices of Sealed proposals will be received in 05-19/05-26 all bidders that in regard to any Parsons Transportation Group Inc.,F.W. the office of the City of Minneapolis invitations to bid, advertisements, Dodge Corporation,Minneapolis and Purchasing Agent,350 South 5th Street PLAYGROUND solicitations,or contracts to be entered St. Paul Builders Exchanges, and —Room 323M City Hall,Minneapolis, EQUIPMENT PROJECT into pursuant to this project,businesses Construction Market Data.Copies of MN 55415 until 2:00 p.m.,CDST, BIDS CLOSE JUN 8 owned and controlled by minorities or the documents may be obtained in June 8,2000 for the Park and Recreation Lakeville MN women will be afforded maximum person at the office of Parsons Board on OM.Publ.#5429-BIDS NOTICE TO BIDDERS- feasible opportunity to submit bids Transportation Group Inc..111 Third FOR MILL RUINS PARK PHASE I GREENRIDGE PARK and/or proposals and will not be subject Ave.South,Suite 350,Minneapolis, IMPROVEMENTS,to furnishgall PLAYGROUNDECEQUIPMENT to coo ,discrimination ex, , religion,, ancestry, refundablef 55401(depos332of$4b 00.If so anfor a non- d i materials, necessary for work ent PROJECT affectional reference,disability,public requested,copies will be mailed at an including miscellaneous removals,mass CITY PROJECT NO.00-8 P to cover CITY OF LAKEVILLE, assistance or status, marital status,or postage cost of ng.Both amounts block retaininconstruction wa walls, cnouuction of modular MINNESOTA national origin. postage OWNER:The City of Lakeville, Chapter 377 gifts the Minnesota are non-refundable.No partiall be dsets or bituminous roadway,and slope sung, sMinnesota,ealed bids will be received in the offices persons to localiofficials.Local officials individual ISECURITYs :A certified check,k, spifi ations availableall in accordance ifrom the office Dakotaof the tiCClerk in the ounty,Minns of of,Lakeville,e advise,os r any on the individuals who purchase, payable to the City of or satisfactory id noan Mind of nns polis,MN 5 415,attn:RW,Inc.,700 Third Street following described project: of goods and/or services. amount of not less than five percent Anderson,upon payment of$35.00 per SCOPE OF WORK:Greenridge represents,warrants,and covenants Sellerliance: (5%) accompthe any each h bid as a guarantee thal amount of the bid at addit tioOnal REFUNDABLE. 10( for mailing Add via the Park:playground equipment. P TIME..Sealed Bids will be received the mechandise and/or service isgif the bid is accepted,the Bidder will U.S.Postal Service.Bid documentswill at Holyokke Avenue,Lkeville,eMines 9ta and after theae used calendar year rior 2000 A D. bond,publexecute and ic contractor's e the contract bond t and and Sce be t.able for review at Paul Builders Exchanges,F.W. 55044-9y1177 until 2:00 P.M., on and that the merchandise and/or service insurance cernficate(s)as required by the Dodge Corporation,Construction Market will publicly, op open d read ala Clerk will d all without errorrelating to date data.such time calendar Contract days after Documents issithin tenuance of the Data, and the project in me area,.M.C. Bike S.Rn91 P.M rfor hby the Clerk at nor, re All uired tosuccessful complya ully withlbe Notice of Award of the of Lkeville.Failu a on the part of ththe e separate y advertest River tiisr d awiith lTrail, s tools, for the furnishing, of all labor, q abbiBidder to do will result in tools,equipment,materials,and for the Americans with Disabilities Act of 1990 of the Bidder's certified check,cashier's relatede project tom be reT.ceoive through othersals for the completeele or thingtion of the eoptry (� WITHDRAWAL:No bids shall check, or bid bond to the City of 2:00 p.m.May25,2000 at the City of equimeconstruction of associated ter B (60) liquidatedasMinneapolis withpGreenridge Park tPlayground days after the scheduled opening sixty ftLakeville, ONRACT SECURITY: The 0519/05-26 06-02 g Department. Equipment Project. bids without the consent of the City Bidder to whom a Contract is awarded 2 BIDS:Sealed bids shall be addressed Council of the City of Lakeville. shall be requiredee boto and furnish ah publicbth 2�BIDSIL IMP IMPROVEMENTS t2 the9City ek,City of Lakeville, OWNER:City of Lakeville contractor's bond acceptable to the City New Brighton,MN 1 Minnesota5 Holyoke Avenue,and shall Lakeville,, La 20195 Holyoke Avenue percent NTE S- with the name ds of Charlene,Minnesota 55044-9177 of contract trice for leach of the above New Brighton Parks and RecrNT FOR eation theenBiddeorsedr the and address Charlene Friedges bonds in accordance with the Family Service Center,400 10th the Biddenanthe submitted on the for outsidesthe City Clerk requirements of the Contract Documents. Street NW pieseled envelope.g biddersthe hllof 05-19/05-26 BID REJECTION:The City of New Brighton,MN 55112 the sealed witandh n shall bid PARK SITE Lkeville,Minnesota,reserves the right Separate sealed BIDS for the in Bid Proposal al Form shall biduponhto the Bid Proposal Form attached to the IMPROVEMENT BIDS OSE JUN PROJECTS informalities es in bidding,and all tor totve accept Imppstruction of the ovements-major quantities0Trail in include: Contract Documents. Lakeville Mthe bid that best serves the interests of 1200 SY remove bituminous pavement, CONTRACT DOCUMENT: the Cityof Lakeville. Bids must be 200 CY common borrow, 6900 LF Contracto Documents are on file for NOTICE TO BIDDERS- inspection at the City of Lakeville's GREENRIDGE PARK, typewritten gand signed in ink, in common excavation,2300 TN CL 5 Engineering Department,the offices of KENSINGTON PARK, AND handwriting. wBids containing faxbidsawer l be be paving,te base,e 1300 TN ora bituminous Dodge Corporation, Group Inc.,F.W. VALLEY LAKE PARKaccepted. Dodge Corporation,Minneapolis and SITE IMPROVEMENT or erasure will be rejected unless Bids will be received by the New MAY 26,2000 CONSTRUCTION BULLETIN 49 • ADVERTISEMENTS FOR BIDS *MILL RUINS PARKJUNI IMP* said office publicly opened and read BIDS PARPH8 aloud. the contract in the best interest of the ADVERTISEMENT MN FOR BIDS The CONTRACT DOCUMENTS City. Location:Soudan Underground FOR MILL RUINS PARK PHASEmaybe examined at the followingThomas Melena,CityAdministrator Mine State Park IMPROVEMENTS I locations: City of Oak Park Heights Soudan,Minnesota Sealed proposals will be received in 1.Howard R.Green Company,1326 05-19/05-26/06-02 The Project consists of cavern Ene Park Drive,St.Paul,MN 55108. *2000 PARK majorioutfittino fore a physicss aced caverns ve at s the the City of rgy the Soudan Underground Mine.The Purchasing officegof Agent,tei South Minneapolisth Street Copies of the CONTRACT IMPROVEMENTS* —Room 323M ,3 Hall,Minneapolis, DOCUMENTS may be obtained at the BIDS CLOSE JUN 13 underground. outhe wait is orated in of MN 55415, til y. . office of Howard R.Green Company ISEWSav�gNTF sacin l ely one-halfn mile p m.,CDST, located at 1326 Energy Park Drive St. Cni of Sav gMFOR BIDS- 0 at ersys em, The work consists eof r June 8,2000 for Park and Recreation Paul,MN 55108 upon payment of City Sava e, structural steel,hoists and ggrrea Board on 0ffl.the Pa. and - g MinnesotaBYGIwater system,oe water supports ecnklei FOR MILL PARK#5429-BIDSD I $25.00 for each set(non-refundable). NOTICE IS HEREBY GIVEN that power chilled nsu 1 , i IMPROVEMENTS,to furnish all Date:a Anderson2000 sealed proposals will be received e, power distribution system,lighting labor,materials,suppplies,equipment Mauna the City Council of the City of Savage, systems,fire al and incidentals necessary for work Parks Director Scott County,Minnesota,at the office of '�system,hydraulic including miscellaneous 05-12/OS-19/OS-26 the City Clerk,Savage City Hall,6000 elevators, ground fences excavation,dingconstruction removals,modularma * until 10oll:00 a.m.Savage,Minnesota Sof andl 'ground aner,unit masonry block co walls,construction of BOARDWALK TRAILwalls,emetal joint shipsdosladders, an retaining roadway,and slope ctionseeding, STORM SEWER* June, time and lbetwoDay metal stairs and re,handrails, t all bituminousin accordance with plans anBIDS CLOSE d said d officersand placeapublicly°�n� systems,extinguishers, sealants,steel doors and by two or more specificationsancw fromtheand Oak Park Heights,MN offSa atge aioragentsof the City door hardware,glazing,painting, of BRW,Inc.,s available Street South, ` DVERTISEMENT FOR BIDS of Savage, said proposalsorandmaterials tbe fr � he � mesh artiti ue of the of BR poMN 5 i d,arta:Debbie City of Oak Park Heights t e con t of all labor plcfor and ushyed contractn is . MiAnnneapolis, rson,upon a Boardwalk,Trail and Storm Sewer the :dance with ens andts in place,in 4,700, approximate s estimated tobeset NON payment of$35.00 per Sealed bids will be received bythe f for theafice win plans specifications proposed REFUNDABLE.Add as City of Oak Park Heights, following: $4 700,000. additional$10.00 mailing via the the City Hall at 14168 Oak Parkg The majority of the Work shall be Postal Service.forre MOaks Pa in City Park Improvements No.2000-06 1 U.U.S..Postafor at documentswill Boulevard North(formerly 14168 57th Major Pare completed byto March 1,2001 and St.availablebreviewat Minneapolis F.li Street North)until 1:00 P.M.,yy Major Items Evaluationwadwillof competing based on thes Dodge Co Exchanges, on WednesdayCt .S.T.,which Common Excavation 19,000 Yards based on criteria that will include price. g Corporation,Builders ction Market time they will be upne 7,y oened and CL.5 Agg.Base 2,820 Tons Any award iben based the Data,and the ion,Co st read aloud for the furnishing University's overall determination of best Data, projectdtein same N.A.M.C. Please S.P.note91- shingofall labor Cub and s Gutterte1,100 Tons relate ,West River Parkway Bike Trail, and materials and all else necessaryfor Curb and L.F. Proposal. separately with plans the following: Concrete Sidewalk 522 S.Y. p.m.Proposals will be accepted 000:12:00 available from M advertised,pro Valley View Park Boardwalk and and other necessary appurtenances ,focal time,June y16,of received2000.b related project to throughf �e Tim Project consisting of the followingPlans and specifications,proposalProposals will be by the 2:00 m. forms and contract documents may be Regents of the University Minnesota p• May 25,be received at the aP Trail roximate quantities: seen at the office of the City Clrk, at Facilities Management ring, 2:00 p.m. Purchasing5,20at City 200 Construction: Savage,Minnesota and at the office of Services,Avenue DoOh Purchasing 05-19/05-26/06-02 pent' SY Clearingandowe Building, Grubbing the City Engineer,6000 McColl Drive, 15th SE, Minneapolis, 2000 TRAIL IMPROVEMENTSCommon Savage,Minnesota 55378. Men the mss of until the stated times, BIDS CLOSE Exca40v0ation CY No bids will be considered unless when the names the RFP respondents New Brighton,MAY 31 SY sealed and accompanied by a bidder's will be read aloud. ADVERTISEMENT FOR BIDS- Preparation 1,300 Subgrade bond naming the City of Savage as Mand taoryhpre-p: New Brighton Parks and Recreation 210P Class 5 Gravel obligee,certified check payable to thepre-proposal l tour as Family 400 10th Placed and Compacted for Trail City Clerk of the City of Savage or a specified herein. Street NW150 1 N cash deposit equal to at least five g Proposal evaluation and New Brighton,Service Center, Wear Course, Bituminous (5%)of the amount of the bid,percenthic2000. June 16,20pp to June 23, 189 FT 41A shall be returned or forfeited as set forth 2� Separate BIDS for the Sto1mwaterFipe 12 inch RCP PropasallnDocuments 2000 construction sealedof the 2000 Trail AA in the Information for Bidders. Proposal Documents may be Im vemtio -major quantities include: Diameter Drop4 The Council reserves the right to E Manhole foot retain the deposits of the three lowest examined at: 1200SY remove bituminous pavement 1 A bidders for a CNA yConsultingAveE 200 CY common borrow, ave LF Reinforced period not and exceed sixty Engineers,2800 Concrete Su ge Basin for 12 inch Pipe University Ave hart Minneapolis,MN hs common excavation, 2300 TN CL 5 C Y (60)days after the date time set for 55414 5 Class III Ripwithdrawn openingwof bids.Nf bids may0) Builder's andExchanges n eson aggregate TN bituminous Rap placed around Surge Basin withdrawn for a period of sixty(60) Minneapolis, paving,and base,e1300 restoration. days after the date and time set fothSt.Paul and Duluth, Bids will be received by the New BlanketSY Wood Fiber opening of bids. Minnesota. Brighton Parks and Recreation at the 500 LF Construction Market Data Plan office of the New Brighton Parks and Payment for the work will be byRoom,New Hope,Minnesota. Silt Fencing cash or check. F.W. DodgPlan Room, Recreation,Family Service Center,400 Boardwalk Construction: 10th Street New Brighton MN Grubbing 3Sy Contractors desiring a copyof the Minneapolis,Minnesota. ClearingandCopies of the Proposal Documents 10th until NW, a.m. local plans and specifications and proposal may be obtained at the CNA Consulting Wednesday,May 31,20b11,and then time,at 20 EA 6 `wide by forms may obtain them from the office Engineers office in accordance with the 551said office publicly opened and read Wooden Boardwalk Sections(12',14' of the City Engqineer,6000 McColl Instructions it to Pro aloud. and 16'lengths) Drive,Savage,Minnesota 55378,upon posere,upon making 21 EA payment of thirty dollars($3p — P a deposit by check in the amount of The CONTRACT DOCUMENTS Constructions refundable. ) non- $150.00, made payable to CNA may be examined at the followingand Placement of Support Structures locations: for Boardwalks Note:The City of Savage has usedadConsulting Engineers, 1.Howard R.Green Company,1326 III around sup10 port structuresip Rap Class utilitya n and document bofor Direct communications regarding Ene Parkthis project to theArchitect's/EngineerD. LeePetersen, rr , hos rrggyy Drive,St.Paul,MN 55108. Plans and specifications,proposal this project the a isrequiredto purchase a Protect proposal Manager, shallLee a accompanied phone COpies of the CONTRACT forms and contract documents may bebidding 612-379-8805. office maybe obtained at the forms at the act the City Each y of 5%of the DOCUMENTS of TSrdcopy"Standard this standard documentDocuments entitled, b a Proposal security in of the Green Company Administrator, 14168 Oak ParkccalContractctiDocuments andy located at 1326 Energy Park Drive,St. Boulevard N., Contractor's Cost Proposal the form Paul, MN upon of Technical Specifications for Utilityand Oak Park Hei his, of a Surety Bond, certified check, Paul, for 551085s8tupon-rppayment , Minnesota 55082(651-439-4439. Minnesota"ns Juneuno9 City of Savage, cashier's check. Date:April 2000 ) Each bid shall be accompattie byy a includes t This standard Mauna Anderson bidder's bond naming the Cityof Oak document thdocuments and technical pee contractPerformance The successful proposer shad furnish $25.0Park Heights as obligee,certified check which are the basis for each project and Perform University and Payment reserves Bhe right in the Parks Director ggJJ full amount of the contract. 05-12/05-19/05-26 payable to the City of Oak Park Heights referenced as such in the SpecialThe any ivd all the eight to or a cash deposit equal to at least five Provisions.A copy percent(5%)of the amount of the bid. from the Savage Engineeringreject and Proposals,accept any 2000 BITUMINOUS The bidder's bond shall be forfeited to Savage can be obtained Proposal, waive informalities in Y AREU the City the event that the udder discrepancies ies in Proposalo,and waive minor BIDS MAY 31 Department for the sum of forty dollars discrepancies in procedures, New CLOSESMN fails to enter into a contract. ($40.00)The per copy.itreservesas it heems i er it its best nest. ADVERTISEMENT FON BIDS- The City Council reserves the right reject anyn anall b ds,right to to retain the deposits of the three lowest irregularities and informalities thereinOpportunity The University of Minnesota New Brighton Parks and Recreation bidders for a period not to exceed forty- complies with Equal Employment Family Service Center,400 10th tTy- and further reserves the right to award Policies ufor cand ontractors and supplierosn Street NWfive(45)days after the date and time set the contract for the best interests of the New Brighton,MN 55112 for opening of bids. No bids may be city. withdrawn for a period of forty-five y iry Pre-Proposal access lo mtheting sited Separate sealed BIDS for the (45)days after the date and time set for this 15th day March,2000.0Council, is limited to specific times and dates.A construction of the 2000 Bituminous the bid opening. mandatory pre-proposal Activity Area Improvements-major yp ppm meeting and Payment for the work will be byJeff Sandbergtour of the work fife is scheduled for quantities include: 600 CY check. 12:15 pm to 4:30 pm llresday,May 30, borrow, 2 LS common excavation,common1300 Assistant City Engineer Representatives from the TN CL 5 aggregateContractors desiring a copy of the 05-19/05-26/0�p2 followingttendprimeiipliare required to base, 900 TN plans and specifications and proposal SOUDAN UG CAVERN- bituminous paving,2000 LF 4"striping, forms mayobtain attend: contractor,piping and seed/sod irestoration.00 tain them from theCity of OUTFITTING contractor,fire protection and catectoy Bids will be received b the New Oak Park Heights, upon the payment handlingtaequipment contractor, Y of a non-refundable tee of$40.00.See BIDS CLOSE JUN 16ad materials Brighton0, Parks and Recreation at the contractor. office of the New Brighton nand "Information to Bidders" for Soudan,PRMNOPOSALS 2000 tour unable to aattend theMayto Recreation.FamilyServiceParks and plans/specification fee policy. REQUEST FOR F FINN SS- tour J may a 2000 ataalte12:15rnate pm. Street NW,New Brighton MN The City Council reserves the right MINOS FARTY OFDETEC OTR However,ur June 1,prime o ct r is g to reject nayand all bids, to waive MINOS DETECTOR 55112 until 9:15 a.m.,local time, LABORATORY the contractor is 55112un : 31,m., and theniat irregularities nd informalities thereinrequirede alternateto the May 30,e2000sta Wednesday,Mayand further reserves the right to award CAVERN OUTFITTING y UM PROJECT N0.896-00-1998 tour. The tour will be just a 134 site visit.No information will be given CONSTRUCTION BULLETIN MAY 19,2000 ADVERTISEMENTS FOR BIDS • P.M.for the furnishing of all labor, (ADA). typewritten and signed in ink, in bid is being submitted on the outside of tools,equipment,materials,and every BID WITHDRAWAL:No bids shall handwriting. No fax bids will be the sealed envelope.All bidders shall bid other article or thing necessaryfor the be withdrawn for a period of sixty(60) accepted.Bids containing any alteration in accordance with and shall bid upon complete construction of e play days after the schedled opening of the or erasure will be rejected unless the Bid Proposal Form attached to the equipment improvements associated bids without the consent of the City alteration or erasure is crossed out and Contract Documents. with Kensington Park Playground Council of the City of Lakeville of e and initialed inted inkin ink or beside thecorrection Contract written ct Documentslarre on ifile for Equipment Project. Holyoke theperson signing the bid. inspection at the City of Lakeville's BIDS:Sealed bids shall be addressed Lakeville,20195 M Avenue byThe . of g g to the City Clerk,City of Lakeville, Minnesota 55044-9177 all bidders that Lakeviller regard to many Parsons Tr nspottation Department, roup Inc.,offices of M 20195 o Holyoke Avenue,andLakeville,shall Charlene Cl Friedges invitations to bid, advertisements, Dodge Corporation,Minneapolis and Minnesota with the name seas beof City Clerk solicitations,or contracts to be entered St. Paul Builders Exchanges,and the endorsedathe name and address of 05-19/05-26 into pursuant to this project,businesses Construction Market Data.Copies of bid Biddengnee cosubmittedntract on for which the *PLAYGROUND owned and controlled by minorities or the documents may be obtained in bid is being .Al bidders the outside of women will be afforded maximum person at the office of Parsons the sealed nc elwit and bidders shall bin EQUIPMENT PROJECT* in accordance with shall bid upon BIDS CLOSE JUN 8 feasible opportunity to submit bids Transportation Group Inc.for a non- the Bid Proposal Form attached to the Lakeville MN and/or proposals and will not be subject refundable deposit of$40.00.If so Contract Documents. NOTICE TO BIDDERS- to discrimination on the basis of race, requested,copies will be mailed at an CONTRACT DOCUMENT: GREENRIDGEPARK color, sex, age,religion,ancestry, additional cost of$10.00peerset tocover Contract Documents are on file for PLAYGROUND EQUIPMENT assistancef preference, referen e,'disability,tlsttpublic are age and dundaMng.Both amounts is inspection at the City of Lakeville's PROJECTindividual sheets will be distributed. or Engineering Department,the offices of CITY PROJECT NO.00-8 national origin. certified Parsons Transportation Group Inc.,F.W. CITY OF LAKEVILLE, Statutes 377itgiftsofrom interested cashieIDr's check or satisfactory bid bo d Dodge Builders Exchanges, and MINNESOTA to the Cityof Lakeville in an St.Paul Builders Exchanges, and OWNER:The City of Lakeville, persons to local officials.Local officials payable Construction Market Data.Copies of Minnesota,hereby gives notice that includes any individuals who purchase, amount of not less than five pershall cent the documents may be obtained in sealed bids will be received in the offices advise,aor recommend n the purchase (accompanyf the ofal h d amounts f the bride person at the office of Parsons of the City Clerk in the City of Lakeville, goods that Transportation Group Inc.for a non- Dakota County,Minnesota,for the Year w and cove: Seller lnts hat if bidsffiae the contract tBidderowill refundable o i deposit d If so following OF bed WORK: represents, requested,copies will be mailed at an SCOPE OF WOgRK: Greenridge the mechandise and/or service isgbond,public contractor's bond,athe nd postage lndst ofd ling. pot set to cover Par p_aged Bidsiwill be received andent. nafter thned toe calendare used prior year 2000 A.D. insurance certificate(s)s within then 10) enref ridable. Both amounts TIM ...Sealed are non-refundable.No partial sets or at the Office of the City,Clerk,20195 and that the merchandise and/or service calendar days after issuance of the individual sheets will be istributed. Holyoke Avenue,Lakeville,Minnesota will operate during such time period Notice of Award of Contract by the City BID SECURITY:A certified check, 55044-9177 until 2:00 P.M., on without error relating to date data. of Lakeville.Failure on the part of the cashier's check,or satisfactorybid bond Thursday,June 8,2000.The City Clerk All successful bidder(s)will be Bidder to do so will result in forfeiture payable to the City of Lakeville in an will publicly open and read aloud all required to comply fully with 1tthe he check,Bidder's rid to check,iCity of s amount of not less than five percent bids received by the City Clerk at 2:00 Americans with hek,Lakeville as ii bondod$damages. (5%)of the total amount of the bid shall P.M.for the furnishing of all labor, (ADA)• y accompany each bid as a guarantee that tools,equipment,materials,and every BID WITHDRAWAL:No bids shall BidderCONTRACT oa SECURIs Y: The if the bid is accepted,the Bidder will other article or thing necessaryfor the be withdrawn for a period of sixty(60) execute and file the contact performance complete construction of e play days after the scheduled opening of the shall be required to furnish erformance bond and a public a insurance public certificate(s)contractor's bond,andtwithpGreenridr eyParkts Ced ouncil ls [hout the of the Cityc nsent of the of Lakeville. City contractor's bond acceptable to the City onDocumentsas requiredyOWNER:City f Lakeville of Lakeville for 100 percent of the calendar das withinun ten(t0)he Equipment Project.biPlayground20195 Holyoke Avenue contract price for each of the above Notice of aafterfC issuance the BIDS: shall addressed y Notice of Award of Contract by the City to the City Clerk,City of Lakeville, Lakeville,Minnesota 55044-9177 bondsinof � n�� wih the of Lakeville.Failure on the part of the 20195 Holyoke Avenue,Lakeville, Charlene Friedges BID The City of Bidder to do so will result in forfeiture Minnesota 55044-9177,and shall be City Clerk BIDREJECTION:T theCi right of the Bidder's certified check,cashier's endorsed with the name and address of 05-19/05-26 to Lakeville,eany and Minnesota,, waive any check, or bid bond to the City of the Bidder and the contract for which the *PARK SITE informalities any in bidding,bids, to accept Lakeville as liquidated damages. bid is being submitted on the outside ofthe CONTRACT SECURITY: The the sealed envelope.All bidders shall bid IMPROVEMENT PROJECTS* the id thatobest serves the interestsmube of Bidder to whom a Contract is awarded in accordance with and shall bid upon BIDSLOS JU 8 typewrittenCityfe signed in fust in shall be required to furnish both a the Bid Proposal Form attached to the NOTICE TO BIDDERS- handwriting.and fax bids will n performance bond and a public Contract Documents. Bids coo fax anyalterationw contractor's bond acceptable to the City CONTRACT DOCUMENT: GREENRIDGE PARK, accepted. ged of Lakeville for 100 percent of the Contract Documents are on file for KENSINGTON PARK, AND ore erasure or erasure iswill outunless contract price for each of the above inspection at the City of Lakeville's VALLEY LAKE PARK bonds in accordance with the Engineering Department,the offices of SITE IMPROVEMENT ccoorrrection pprinttedkinn ink or correction n requirements of the Contract Documents. Parsons Transportation Group Inc,,F.W. PROJECTS theperson signingthe bid. BID REJECTION: The City of Dodge Corporation,Minneapolis and CITY PROJECT NOS.00-8,00-9, by the f hereby notifies Lakeville,Minnesota,reserves the right St. Paul Builders Exchanges, and AND 00-10 all that Lakevillein regard to any to reject any and all bids,waive any Construction Market Data.Copies of CITY OF LAKEVILLE, bidderss to bid, advertisements, to any informalities in bidding,or to accept the documents may be obtained in MINNESOTA the bid that best serves the interests of person at the office of Parsons OWNER:The City of Lakeville, solicitations,or contracts to be entered the City of Lakeville.Bids must be Transportation Group Inc.for a non- Minnesota,hereby gives notice that into pursuant to this projyyeminorities or ct,businesses handwriting.and Nos fax bids will be requested,in q� copie esit of willbe mailee.If so sealed bids will be d at an of three City Clerk in the City of Lakeville, womenived in the offices owned nwill bd e afforto ded maximum accepted.Bids containing any alteration additional cost of$10.00 per set to cover Dakota County,Minnesota,for the feasible aziasobl eoppo opportunity will not be submit bids or erasure will be rejected unless postage and handling.Both amounts following described project: proposals bject alteration or erasure is crossed out and are non-refundable.No partial sets or SCOPE OF WORK: Greenridge to discrimination on the basis of race, correction printed in ink or typewritten individual sheets will be istributed. Park:finish grading,landscaping, color, sex, age,religion, ancestry, and initialed in ink beside the correction BID SECURITY:A certified check, ballfield pinfield,backstop,player affectional preference,disability,pubhc by the person signing the bid. cashier's to check, osatisfactory atsf acto y bid roan be rhes,andpark benclothes;Kensington court, bbike aassistance i status,marital status,or The City of Lakeville herebytnotifies payableCity all bidders that in regard any amount of not less than five percentshall Park:finish player benches,and 1/4 Statutes prohibit gifts frominte inf the terested invitationsta to bid,advertisements,toered ( othe totalbidamount f the bid backstop,ply to local officials.Local officials insolicitations,to untoro this contractse t,be entered if teaccompany id each bid as,a guaranteeBiddr that court; persons into pursuant to this project,businesses if the bid is accepted,the Bidder will anValley Lake Park:bituminous includes any individuals who purchase, owned and controlled by minorities or execute and file the contract performance trail widening and construction of a advise,or recommend on the purchase women will be afforded maximum bond, public contractor's bond, and new bituminous trail to spur to trail of goods and/or services. feasible opportunity to submit bids insurance certificate(s)as required by the along CR 46.All work shall be done Year 2000 Compliance: Seller and/or proposals and will not be subject Contract Documents within ten(10) under one contract for all three park represents, mechandise warrants,and/or covenantsse that t to discrimination on the basis of race, calendar days after issuance of the projects, �e�d Bids will be receive thei mea a bedi used priororse,during, color,sex, age,religion, ancestry, Notice of Award of Contract by the City 'MW ...Sealed affection,preference,disability,public of Lakeville.Failure on the part of the at trfeiture yhe Office of the City Clerk,20195 and after the calendar year 2000 AID. assistance service or status,marital status,or Bidder to do of the Bidder's cre will tified check,cashier's 550,44-9177 oke uunttiil Lakeville, PMinnesota M., on will opo ate dunngsiuch time period nationalhorigin. Chapter 377 of the Minnesota check, or bid q bond to the idated gCity of Thursday,June 8,2000.The Ciry Clerk without error relating read aloud all All successful bidder(s) to date ata. be �oc ssto%aios gcialsfr�al oericials L CONTRACT SECURITY: The bids receivedes. will by the Cen ity Clerk at 2:00 required to comply fully w will includes any individuals who purchase, Bidder to whom a Contract is awarded P.M. for thehfurnishing of all labor, Americans with Disabilities Act of 1990 advise,o,or and/or recommendis on the purchase shall erfor'mancetred to bond and furnisha poth a public otheroh 'article or thing materials,n ce ry or thand e (ADA).BIIWITHDRAWAL:No bids shall of goods 00s omcei P Year 2000 Compliance: Seller contractor's bond acce00pptppable to the City complete construction of the play berovements associated ywithdrawn for a period of sixgtof y(60) heremechandise taand nd/o covenants serice is contractcf ontact price forille for leach of the above ercent of the equipment thpGreenidge Park,Kensington Park, bids without ths after the e consent of the City designed to be used prior to,during, bonds in accordance with the and Valley Lake Park Site Improvement CouunWNl ERhCCii off f Lakeville. and after the calendar year 2000 A.D. requirements of the Contract Documents. ProjeIDS:Sealed bids shall be addressed cts. OWN Holyoke Avenue akev and that the merchandise and/or service BID REJECTION: The City of B0195 will operate during such time period Lakeville,Minnesota.reserves the right to the City Clerk,City of Lakeville, Charleneakevil ,Minnesota i es to 55044-9177 without error relating to date data. to reject any and all bids,waive any 20195 Holyoke Avenue,Lakeville, g s All successful bidder(s) will be informalities in bidding,or to accept Minnesota 55044-9177,and shall be City Clerk required to comply fully with the the bid that best serves the interests of endorsed with the name and address of 05-19/05-26 Americans with Disabilities Act of 1990 the City of Lakeville. Bids must be the Bidder and the contract for which the MAY 19,2000 CONSTRUCTION BULLETIN 133 A I t Ahx ,i(g s . r i 1 hi rn z.. d A 5wV A. N D 3 • ila g 1, n z *� � g s z x ik / 20 i7 Si \ CJS N N ` v �, • • // W ' Q -a--- �," I a. - mM is N N N N N �t J N •NT R o ' i • ..--, ••-•• ._-,. 1 4 .L„ e 'Z' i+ • i 1 N --•___,,, - 6 a c •• • + co N a o •• •• • i w N y S ' • 7 g z M es r D i z o v v d N ) Q Q '+...rte �+s —� P'1 -' t �y �"�-'„ r�, "—...0 r.,l.� ray jj • C .1)\•P N N g / .,' a N N w N • AYH JEN PlaLekau j R. ' N N M Nom/ N N + N N -N N. so N N • N N: - IN N\ N 'R}N N p N. 1 ,7...,__„.,...---. • .♦ M iZ. N:. S, N. N • N.` a Ia. N. •. •I.N. N .,, p • N Yi \ . \ \ \ o ! � � N 1 p 1 .. ( 4 N i a �. N 11 7 " M .. N 1c i' N a ' ------=',..,-- rot Pt $ 8 E se 2 ����� I ! i y " i JIPM&II1i ,w 111111111 .111111111111111111`f • 1 OCSIUDOZ,,c tN+./ •NN- S Si .11 1N1! b •NN N- o _ .. _ N - - - +r� ;, -NEON- rcy a = M. -lie 4. -•NN rit('ii,� . , • a g p g _,N- • -+..N.- -- d r may„++" wirg t. } �•ti .`. 2is '' yti,?` . � �, y w+t ' e'., : ., I;": :) i � _ 4 11 7 d Olti r � kill 4, i ux s ig a a se 51 4 i 1 i i i i 011,4,,,,,,,, yy/f �..� ® .�= Iia r J SWrif� .®.®.�^ p _ ImEimE ' w Ltp. .« P� a ' � 1 . k il ' .4 n a MIL', ( 1 slitir"t'' / Nallt - 1 i ,,4f , z , a APRRO%wATE WCA1Ot IIIC7 0 -L. i i `` / aim II;g� :X1. / / /e'� .114 2 t,., -.a i$ g a s P 411 A n Z I F ,'. ' ., ' , ,-- . i : )f . ^ , w,S'. art s,n..k: .w ova ".:.`` �' .., Mpf,a z- , ' � ;, <.n. .. ;;q:•., '. ....‘,,,,,,,,,,,,4t I --, A+t R Ah �` ` ��1� '�r Ash - .., ('/ N �FI�H�� u i 1 °�y. r"' t l' 'I .-'1.— , T Y 1 a a I1 R Y) .ta ` i Y ''�.. (7.CITY 01 OAK PARK H'�N'+' � y \. ^q eF°d s CITY OF 9AYRT'1NASN Co HWY �W + 8 P a, r y # i t fi'`e. g�eQhs „' � LL, if e t' § \ Q .n , , _ cs t ,-- - - — -- q °w al-- ��' `I 6 r . ' 10 10,14'0 I-0 r-11 Iii la 1 0 ad * ”.2 eo d,fe'';.” :1i 0 , ,,„,-,p- „;..011 \ s , gl'..S. 40, 4-'. i .4. 000,,o,,i 42,_,...00° 0 \ ''.'5, * 2,10____ 7,,,,, . Itl' • „. , ,0,10or \ ..0,1001/Ittiooirr•- ''' - ti, . 400-5* 40, 10100.100. 0 0 , 0 v., ‘400 - �'Y 00W --,- rims poi. ,0 wsc ,o, .4 16-.1 �al r 4'r ,,t.--..."'a*y •-.fit- Y liti 07 niA GOND 51 N 'al'263 DEED a ,.�01/ X0 sE r vEa alk i vf,l EN• �� +.k ' • t : tit-. 4 '‘4j � 1"" to�' .AS` OA 11.° .11.111111 ; L�.000 s e 5fif � \ • , , 1 ,.., i i\ , • *1110 \ ...i i * 4 4 *Itl' a >1 gi r _ WallilliX t-`NY 14111 . �1� R LLSf[r 300 aid N 3AV Hi6 W N 15 O21tH1 031,0 vA n LLSPL> 300 1.•140141.•14014 ,3321iS O211H1 031'0'31/A , • "„"'. it:`r LLS1L♦ ON 300 2134 HL210N 133d1S 021£ 031v33A LL° LP 9P' 000 bad H1a0N 1332115 Oat 031V3VA � *�a of rtnw w w w w r w -iiiiii g snowyn 3 �y 9 r .w I, '-• ''% ig '‘/` 0) • r.. ,, ., ,, 4" 'k. , e, ......, , ,r, , , .... .,,,,,.- -- ,, - , 4* ' ' . tt et°4\11-1•164'T,,,,, - ,....,,, ,, ,,,, t,..,-,- -. ,t h �w�" ! rpt ♦�p t- -i..,,i 161,: .• 1332lSS H15 .33'21^'IN '' r � z, �<.. �� is � � ` -- — 'lit 1 ,I ' w I� ... - mus i 15 41'-' iiii ' •--....'"--' 'I : 1......„ • '---. .4:''.---- ' di./ "' p c. O `'"'l 2 • "1"' Q r i,..* z. :-- '''':1 -u, "" -- .4 -' enc • a®1/am ti, L.cgs'— 1 i y r n ♦) io o a n • w w c JGt t 6£ ON. .•• 2134 H1dON 133'1$ 1-38 031'�'t'A * �1d -aws . >-"-� A _ _ _ w w oa w w t w �► o� r co1� w r o�' �r r ,w � ','N �w ` • I 111.--4 ♦ v r. 17' LAC f / .- 7 }i a ® w w ` w r w w w I w w i w 1 , 1 1 / " ' e".'"' ,oto $ r) r� o �l n a ., p g • ` - i{ . M ,M IN w 0 w i P. : '":. ^.:.1.0.. 3 : (. 5 �, i 1 , aamor __Una iOd) _ : 1 a 4a' / • o e. o `'% •4 v • w c a , Vita t t-_,. t/ �y r �w r r r� r � /r w r � 1' r , 2 a i0 4 a a X A` p a a_ . r 9 �/ �' 13 TILS HL Q� $ /" ad) e Nis-c.. SUN 300 218d 133211 Hllt10!03j'r:W�t - "^+ ....,. N Il '.." Ii `` i >{ i 1 ON 300 dad . x • Kmil ang iiii .. w a.' M or �+.. so « w; . n t __._ 1/1,1 t ,iiii * ii. III I I,... §m F, iiifx ww :axle 'AM ee, 4a a (' rWgI r e4 • I %4 1 I ( 7 rot \\\\i c\,,N\,\\\,) o oo v . _ ,i .r.i . ,\. (,/:..4i a Iii H 1 i t 2 /4'41 , ,.�. ti // / I ! 1 . .-.,,i ,ej,........,.,./ , , ,, M .,� , , t �." - SQA ~ 1 4, ,ej., .,411011i • GG t _ R cl`si LLc tP ON 300 83d _.-- .—,.-- el 111111 4 ta\ ,..1,"I''' % II t:---';---* 1 ....1 < is M* ' .• ;s •^s SPO .- rf P �n ♦ n ON DOG d 3 N 15 H19 43LYYVA 15 pip!s- i _AI § ' op .• _ ill„ , ,,,, „s, ,. .,,,t*, /i � 21 � .. N . 41 11111 oa bh _____A riii,ov..e..."......___......0.,1 ut,14 ad),...* 1 Al Ala 121 "ii . t\i\ /77 1.'\ .0, q''D ..,' 11,10.7.. es:01 ......:”.'ill.' ..„,„,,,k, 6' .4* / ..ss''‘ V'''' , 010 _._ _ "0,7..„. , . ..., ... c, „..... .. A .... .._.....„. gIt .r * p r1111 «_ r 9Z H c• - 21/1111 I +-I-- ,,r'i.,.. S., agisiw,..4 \_.,tr.„0,1 ........_ 9,„„. 0 ., $ -, . , " i FR1111 -'....' 7 //// i 0.1311,V M'_ t