Loading...
HomeMy WebLinkAboutUntitled (2) FORM OF AGREEMENT THIS AGREEMENT,made and signed this 19 day of 5; I y ,2000,by and between the City of Oak Park Heights,hereinafter called the "Owner",and ODESA Construction 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 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 e•I p.,,, ,5— ,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) 19wBy „dist MAYOR By In the presence of: 061/556° CO 37 CONTRACTOR /L. . .: . # , By C16 e-0 .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: . -3A/Le.PN--) NOTARY PUBLIC-MINNESOTA ��/�� �. "+4 WASHINGTON COUNTY C / My Comm.Expires Jan 31, Commission Expires: 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 Ja 4o-n ) Ltift 1 44' On this i! day of x,2000 before me personally l� Y appeared and ,to me personally known who,being b me duly sw m, each did say that they are respectively the ('�p and of ODES �� K,a, with ay, 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(192t&V Commission Expires: —31- .26wiff LIMA OS nwrizawiewars - Mr s4M11ma1. Form of Agreement ODI Western Surety 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 � C2d (Seal) Western Surety Company (Surety) By e L John,Mat '(Seal) L. Johnson Attorney-in-Fact G-105578-C Western Surety 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, Inc. (Principal) By c. C aLv (Seal) Western Surety Company (Surety) By __ i/L/L1 L Johnson,Asst,Sec. (Seal) G-105579-B L• Jo L, on Attorney-in-Fact ACKNOWLEDGMENT OF SURETY (Attorney-in-Fact) STATE OF SOUTH DAKOTA }COUNTY OF MI��' as On this 30th day of June 200 • 0 before me, a notary public in and for said County, personally appeared L. Johnson, Assistant.Secretary me duly sworn, did say, that he is the Attorney-in-Factto me personally known and being by 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 • 19— Form 106 Air mmistnion Expires 3-20-2005 Notary Public D l 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,polici dmnifying 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 wait/ t• , od' or extend any bond or document executed for this Company,and to compromise and settle any and all claims orands pgaiilwr .against said Company. .t:'.* e ' z F..-7. rn Surety i further certifies that the following is a true and exact copy of Section 7 of the by-laws of Western Surety Ctir*ny duly adopted apfipw in force,to-wit: on r e os,",policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the cor 1 ', aof.i R,: pany by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other ' officers'*,tl (*directors may authorize. The President,any Vice President,Secretary,any Assistant Secretary,or the Treasurer may appoint AtfNf60iact 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 . ATTESTWESTE S RETY COMP Y a uttt4,-,... By_ T. Assistant Secretary Stephen T.Pate,President STATE OF SOUTH DAKOTA s COUNTY OF MINNEHAHA On this 30th 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. +60.e.c°°.60.4 Q0.6.004++°9°4°0+++0016.a0,+ s B. THOMAS I I �NOUTH AKOTA�s SEAL s SOUTH DAKOTA s I My Commission Expires 6-2-2003 s NotaryP 4bg��+,�s+,�,4�hg4+,�,a�bgw� + ublic +�, Form 672-11-95 i+ ACORD CEft-TIF1CATE-OF ttA$1LFr-tNSUR NICE- 0DATE 6/30 oo PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATIO4I Inc dba Trewick Insurance CHET-AND-A:ORFENS NO RIGHTS UPON'THE- JT, HAOER. THIS-CERTIFICATE DOES-NOT AMENDI-Cf 2 S 2nd Avenue Suite 140 ALTER THE COVERAGE AFFORDED BY THE POUCIES BEL Sauk Rapids, MN 56379 INSURERS AFFORDING-COVERAGE- 320-251-2552 INSURED Odesa Construction Inc INSURERA: Waseca Mutual Insurance Co 1 INSURER B: P O Box 205 INSURERa . Gilman,. MN 56333 ,INSURER D: ` I INSURER E: I COVERAGES I 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 POLICIES DESCRIBED-HEREIN IS-SUBJECT TOAU.THE TERMS EXCLUSIONS-AND CONDITIONS-OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. MIR TYPE OF INSURANCE POLICY NURSER POLICY EFFECTIVE POLICY EXPIRATION USS �.. .. GENERAL LIAELJTY EACH OCCURRENCE S1000, 000 X COMMERCIAL GENERAL UABIUTY PRE DAMAGE(Ary one faro) S 50 Ei9.0– CLAIMS MADE El OCCUR MED EXP(My one parson) $ 5,600 A_ CL 00013942 11/23/99 11/23/00 PERsoNAL&ADVINJURY $1,000,000 __1GENERAL AGGREGATE $2,000,600 GENT.AGGREGATE UMRT APPLIES PER: PRODUCTS-COMP/OP AGG S 2 000,000- , 00,d00 -1 Poucy n,Pro fl LOC _J AUTOMOBLEUASLITT 1 COMBI E-DSINHLELIMIf —ANY AUTO (Es q) s1,�000 049 ALL OMNED AUTOS -- BODILY INJURY-- SCHEDULED AUTOS- (Per person) s A X HIRED AUTOS CL 00013942 11/23/99 11/23/00 LY INJURY X NOOWNEDALITOS (Per s N — PROPERTY $ (Per**dent) GARAGELJAEITY ... AUTO ONLY-EA ACCIDENT S I ANY AUTO EA . -, V1 ACC S I — AUTO ONLY: AGO S EXCESS LIASLJTY EACH OCCURRENCE S 1 OCCUR n GLAIMSMADE. _- AGGREGATE S I — S 1 DEDUCTIBLES: J RETENTION S." S. 1 WORKERS COMPENSATE*AND.. O TSS EMPLOYERS*uAsarrY Certficlte ordered. ELEAfYI ACCIDENT.. $ from company .._ ELDISEASE-EAEMPLOYEE S ELDISEASE POLK,YLMIT S 1 OTHER 1 I DESCRIPTION of OPERATIONSILOCATIONSNIDOCLESEXCLUSIONS ADDED SY ENDORSENENT/SPECIAL PROWESS f CERTIFICATE HOLDER .AOSSIONAL SNIMED:=sum. um 1 awouLJaAROcoE ., City of Oak. Park Heights .. DAsa<nIELEOE, wI �e•.�TM.MIAIL_. 1.0`_ ' ELL 14168 Oak Park Blvd N ..ND SIINANMI TQTLIF-ICR,yXLFAILIAIEi11-m,,,,,,,•,, Oak- Park Heights, MN 55. 82.- ENwSs OF ANY IOW Wm.TEE S SORS', aASEN!t oN}' RwNwwFsAsnAm... AUnr1N>t'REMRESlRITATAIE ItACORD 25-S.(7l97). oACOBD_CGRPORATK>eUbiB ' " CITY OF OAK PARK HEIGHTS 14168 North 57th Street • P.O. Box 2007 • Oak Park Heights,MN'550822--2007 • Phone:-651/439-4439• Fax:651/439-0574 Proposal BID COPY = Valley View Park Boardwalk and Trail Project City of Oak Park Heights `Minnesota . _ MAY 2000 • Bidder:O/3f�9 Cogs s't✓c Total Bid: 3r` vZO7. Contact Name: ‘314.e.- . #44/.11,74./ . Telephone No.: 30=36.7-a��g Address:/630 Fax SP iKri /Id Fax No.: 3 z0- - (a72 36 E-mail:. City: State&Zi p' i�.n/ 533 Opening Time: 1:00 P.M.C.D.S.T. - Opening Date: v`etlnesday,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 550$2 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 andspecifications 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 Univ Price Total Price Trail 1 Clear and Grub(10'wide thru LS 1 $ ac) , i wetland to boardwalk est. 200 SY) 110(t, /OY, 2 Common Excavation for trail CY 400 $ (o $: 24100,°° 3 Subgrade Preparation for trail SY 1300 $ /59`? $ 1300,c' 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 foot wide thru wetland 9 � 5 Bituminous wear course, Type- TN 150 $ $ 41A, 8 foot wide in Prairie, 6-foot 40 oc wide thru wetland 7� /IVSD 6 Replace top soil over Class 5 to SY 400 edge of bituminous and other areas °`) disturbed by the trail construction. - 2 . "1`):� Storm sewer 7 4' Dia. MH 15 feet deep with 3 EA 1 $ foot sump&Neenah R-2560-G 77yo a 77(f.o 0 Beehive Grate in place 8 4' Dia.MH 12 feet deep with R- EA . 1 $ oa $ 1642-B casing in place 2 WOO, a.400, 9 12 ` RCP,CLS,2'-12' deep in LF 189 $ place 2•Y; 7 7°, 10 Reinforced Concrete Surge Basin i EA 1. I $ Od for 11 in DOA in rl x{.a I �y�Q 11 Rip Rap Class III,around surge CY 5 $ o a $, o� basin outlet Co -‘-)eco' 12 Geo-Textile Beneath Surge Basin SY 1 24 $ and Rip Rap I a 'f4 $ god 13 J Place topsoil over disturbed area. SY - 450 14 Wood fiber blanket erosion control SY 450 $ t ov $ 9 - 00 over storm sewer I �, F Boardwalk Construction $ $ 15 Clear and Grub along abandoned LS 1 $ $ roadway for boardwalk(est. 300 Soo od 3od,o0 SY) 16 Prepare Subgrade for supports EA 21 $ /(o,23 $- 3YO, 8-3 17 Place and compact Class 5 Gravel TN 20 $ $ for boardwalk supports 2�� 9S 3-67,°v 18 Place Concrete Conduits for EA 14 $ Z $ 9Y supports 12.5"X17" I Conduit /(O• `„ZZ(o, 19 Place Concrete Conduits for I EA 14 $ z I $ 9y Supports 15"X19" Conduit (6, 2„240, 20 Place Concrete Conduits for LA 4 $ zI $ v� Supports 15"X19"Stacked Conduit f Lt° (0 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 using EA 4 $ $ om 2"X6"X8' CCA treated boards 2S jd , • 22 Adjust height of supports using EA 6 $ 4"X6"X8' CCA treated timbers 37. . 225; 23 Adjust heightof supports using EA 4 $ 5-6 $ 00 6"X6"X8' CCA treated timbers ci3• 1 24 Place Rip Rap Class III around CY 10 $ o a $ oa supports near channels 25 Construct and install 6' wide X EA -16 $ $ ,o 14' Boardwalk sections with toeFes13 boards . 26 Construct and install 6' wide X EA 2 $ $ 14' Boardwalk sections with I l y7 t„aRS: railings 27 Construct and install 6'wide X 12' Boardwalk sections with '/-07, /-/CI4 railings - 28 Construct and install 6' wide X EA1 $ $ 1 1 16' Boardwalk sections with oO a _ f railings �oZS� ,. �oZ�SS�," 29 1 Silt fencing LF 500 $ 2,"` $ looc7;° 30 i Traffic Control on 56`"Street and LS I $ }D0,od $ Peller Ave: <{d 0 ec- 31 Mobilization and de-mobilization LS 1 $ 2fr.5ev,°'m $ 211SM s Total Bid $ 101,207,Is 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 $ 3,0 61,e ,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,certified check or cashdepositof the three lowest bidders for a period not to exceed 45 days after the date and time set for the opening of bids. Respectfully submitted,. ()I0I&A CONST IivC . A Corporation) (A.Partnership) Signer Title Printed or Typed Name of Signer ,i CITY OF 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 ' City of Oak Park Heights Valley View.Park Boardwalk and Trail Specifications May 2000 I INDEX Index I Advertisement for.Bid Information to Bidders Proposal I Special Provisions Submittals Protection and Adjustments of Structures I Clearing and Grubbing Excavation and Embankment Subgrade Preparation IAggregate Base Plant Mixed Bituminous Pavement Boardwalk Construction IStorm Sewer Construction Restoration and Turf Establishment Conditions of the Contract ' I hereby certify thatplan this and specification ecification was . prepared by me or under my direct supervision and I that I am a duly Registered Professional Engineer under the laws of the State of Minnesota. J on, P.E. Date: May 152000 Reg.No. 14915 t - ' Tree City U.S.A. CITY OF • OAK PARK HEIGHTS • 14168 North 57th Street • P.O.Box 2007 • Oak Park Heights,MN 55082-2007 • Phone 651(,4,39-4439 • Fax:651/439-0574 111 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 57th Street North)until 1:00 ' on Wednesday June 7, 2000, at which time they will be publicly opened and read aloudfor the furnishing of all labor and materials and all else necessary for the following: _ - Valley View Park Boardwalk and Trail Project consisting of the following app roxunate quantities: g Trail Construction: 200 SY Clearingand Grubbing „.- (over abandoned road in 400 CY Common Excavation _ I 1,300 SY Subgrade Preparation 210 TN Class 5 Gravel Placed and Compacted for Trail in Prairie 150 TN Bituminous Wear Course, Type 41A(8 Foot Prairie Tran) ' 189 FT 12 inch RCP Stormwater Pipe 2 EA 4 foot Diameter Drop Manhole • 1 EA Reinforced Concrete Surge Basin for 12 inch Pipe- 5 CY Class IV Rip Rap placed around Surge Basin 450 SY Wood Fiber Blanket 500 LF Silt Fencing Boardwalk Construction: I 300 SY Clearing and Grubbing (over abandoned road in wetland) 20 EA 6 feet wide by Wooden Boardwalk Sections ' 16' (12 ,.14' and lengths) 21 EA Constructions and Placement of Support Structures for Boardwalks I10 CY Rip Rap Class III around support structures Plans and specifications,proposal forms and contract documents may be seen-at the office of the . City Administrator, 14168 Oak Park Boulevard N., Oak Park Heights,Minnesota 55082(651- is 439-4439). IEach bid shall be accompanied by a bidder's bond naming the City of Oak Park Heights as obligee, certified check payable to the City of Oak Park Heights or a cash deposit equal to at least five percent(5%) of the amount of the bid. The bidder's bond shall be forfeited to the City I in the event that the bidder fails to enter into a contract. ' Tree City U.S.A. 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 may be withdrawn for a period of forty-five(45)days after the date and time set for the bid opening. ' 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. See "Information to Bidders"for plans/specification fee policy. The City Council reserves the right to reject nay and all bids,to waive irregularities and informalities therein and further reserves the right to award the contract in the best interest of the City. `sem \i-NrN Thomas Melena, City Administrator City of Oak Park Heights i 1 Information to Bidders Valley View Park Boardwalk and Trails Projects 1. BID PROPOSAL: Each planholder has been furnished a specification,plan set ' and one extra proposal. Bids shall be submitted on the separate Proposal Form designated"Bid Copy". The Proposal containing the bid shall be submitted in a sealed envelope labeled"Valley View Park Boardwalk and Trail". 2. PLAN AND SPECIFICATION POLICY: Plans and specifications are available on a non-refundable,per plan basis,with all contractors and vendors being ' charged$30 per plan set as stated in the Advertisement for Bids. Additional plan sets can be obtained at a cost of$40 non-refundable per plan set. ' 3. INDIVIDUAL DRAWINGS AND SPECIFICATIONS: Individual drawings can be obtained at a cost of$5.00 per sheet and additional copies of the specifications can be obtained for$15.00 per copy. These cost are non-refundable. 4. BID TABULATIONS: Planholders submitting a bid will be mailed,faxed or emailed a Bid Tabulation. Planholders not submitting a bid may purchase a copy ' of the Bid Tabulation for five dollars ($5.00). 1 1 1 I ,, CITY OF I OAK PARK HEIGHTS r y '_? ..,4,- .,-':' 14168 North 57th Street • P.O.Box 2007. Oak Park Heights;MN. 55082-2007 • Phone:651/439-4439 • Fax:651/439-0574 Proposal Valley View Park Boardwalk and-Trail Project City of Oak Park Heights:Minnesota _ MAY 2000 IBidder: Total Bid: . Contact Name: Telephone,No.: Address: Fax No.: City: E-mail State&Zip ti I - Opening Time: 1:00 P.M. C.D,S.T. Opening Date: Wednesday, June 7,200G ' Opening Location: Oak Park Heights.City Hall I Honorable City Council City of Oak Park Heights _ 14168 Oak Park Blvd. I • Oak Park Heights,MN 55082 Mayor and City Council: I The undersigned,being familiar with your local conditions,having'made all field inspections and investigations deemed necessary,having studied the plans and specifications for the Valley View I . 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 1 in accordance with the plans and specifications for the followin unit prices: p es. I No. Item Units Trail Quantity Unit Price Total Price 1 Clear and Grub (10'wide thru LS 1 wetland to boardwalk est.200SY) $ $ I 2 Common Excavation for trail CY 400 $ $ 3 Subgrade Preparation for trail SY ' 1300 $ $ I I Tree City U.S.A. ICity of Oak Park Heights Valley View Park Boardwalk and Trail I Proposal Page 2 of 4 No. Item Units Quantity Unit Price Total Price I4 Class 5 Gravel in place for trail TN 210 $ $ base, 10 foot wide in Prairie, 8 foot wide thru wetland I 5 Bituminous wear course, Type TN 150 $ $ 41A, 8 foot wide in Prairie, 6-foot I wide thru wetland 6 Replace top soil over Class 5 to SY 400 edge of bituminous and other areas I disturbed by the trail construction. Storm sewer 7 4' Dia. MH 15 feet deep with 3 EA 1 $ $ I foot sump&Neenah R-2560-G Beehive Grate in place 8 4' Dia. MH 12 feet deep with R- EA 1 $ $ I1642-B casing in place 9 12 ` RCP, CL5,2'-12' deep in LF 189 $ $ place I10 Reinforced Concrete Surge Basin EA 1 $ $ for 12 in RCP in place 1 Rip Rap Class III, around surge CY 5 $ $ Ii basin outlet 12 Geo-Textile Beneath Surge Basin SY 24 $ $ I and Rip Rap 13 Place topsoil over disturbed area. SY 450 14 Wood fiber blanket erosion control SY 450 $ $ I over storm sewer Boardwalk Construction $ $ 15 Clear and Grub along abandoned LS 1 $ $ I roadway for boardwalk(est. 300 SY) 16 Prepare Subgrade for supports EA 21 $ $ 17 Place and compact Class 5 Gravel TN 20 $ $ for boardwalk supports 18 Place Concrete Conduits for EA 14 $ $ Isupports 12.5"X 17" Conduit 19 Place Concrete Conduits for EA 14 $ $ Supports 15"X19" Conduit I20 Place Concrete Conduits for EA 4 $ $ Supports 15"X19" Stacked Conduit I I I ICity of Oak Park Heights Valley View Park Boardwalk and Trail I Proposal Page 3 of 4 INo. Item Units Quantity Unit Price Total Price 21 Adjust height of supports using EA 4 $ $ 2"X6"X8' CCA treated boards I22 Adjust height of supports using EA 6 $ $ 4"X6"X8' CCA treated timbers 23 Adjust height of supports using EA 4 $ $ I 6"X6"X8' CCA treated timbers 24 Place Rip Rap Class III around CY 10 $ $ I supports near channels 25 Construct and install 6' wide X EA 16 $ $ 14' Boardwalk sections with toe boards 26 Construct and install 6' wide X EA 2 $ $ 14' Boardwalk sections with I railings 27 Construct and install 6' wide X EA 1 $ $ 12' Boardwalk sections with I railings 28 Construct and install 6' wide X EA 1 $ $ 16' Boardwalk sections with Irailings 29 Silt fencing LF 500 $ $ 30 Traffic Control on 56th Street and LS 1 $ $ IPeller Ave. 31 Mobilization and de-mobilization LS 1 $ $ I Total Bid $ For purposes of awarding the contract the low bidder will be determined by multiplying the Iquantities 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. IAccompanying this bid is a bidder's bond, certified check, or cash deposit in the amount of $ , which is at least five percent(5%) of the amount of my/our bid made payable to I 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. I In submitting this bid the following is understood and agreed upon by undersigned: ed: � 1. The City of Oak Park Heights retains the right to reject any and all bids and to waive I 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. I I City of Oak Park Heights Valley View Park Boardwalk and Trail Proposal 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 for a period not to exceed 45 days after the date and time set for the opening of bids. ' Respectfully submitted, (A Corporation) Name (An Individual) (A Partnership) Signer Title 1 ' Printed or Typed Name of Signer 1 i City of Oak Park Heights Specifications ' Valley View Park Boardwalk and Trail 1 SP ECS' PROVISIONS 1 ------- 1. Project Description ' 2. Owner 3. Completion Date 4. Liquidation' Dama 5. Soil Conditio ges and Area Inspection 6. Utilities 7. Traffic ' 8. Construction Limits 9• Topsoil S and Enviro 10 S hipping and Respreadin ent� Sensitivity Specification References g ' 11. Tests 12. Scale 13. Preconstruction 14. Quantity Deviatio snference I,, 15. Site Survey Y and Support Locations Award of Contract ' 17. 18.7 Equal Opportunity e And affirmative Contractor Sure osis Compliance 19. Certificates of Compliance Deposit ' mpliance with MN Statutes 290.92 8c290.97 1 i I VV Boardwalk Special Provisions lof7 City of Oak Park Heights V leyyi P ViewVaalleark Boardwalk and Trail constructing a 280-foot long 1. ESCRIP'TTON' This project consists of 280- os from PROJECT DThe boardwalk road. I an abandoned farm ValleyView Park along vin lengths wooden boardwalk across then erro Pond wetland. having g the end of 56th al Street North cted in 6-foot wide sections fI The boardwalk will T e sectionsctio supported on 6X6 timberscribs pro(filled will e will be supe acting 1 with Class I p and on various sized concrete culverts. T Comp with II Rip where supports are to be constructed.Constructing twenty I the areas Constructing support structureS consist of clearing Constru ort structures. Railings to (20)20 boardwalkrng base material• them to the supp surface is eq sections and attaching ed along the boardwalk whenever the walking will be constructed ound• or greater than 30 inches above the gr and when ally flooded during large rainstormsted to I areav r construction is to be completed. Construction activitiesare liim es Theis allowed be to 14 feet in the narrowodam ong the abandoned roadway (12 Access to the will a strip for the eastern portion of the project. be , Street North Valley View Park along P be from 56th will be through coon equipment ng thel western portion ofi the project No construction trail leading to the boardwalk. the wetland to the north with a future the central channel connecting I allowed to traverse All work is Perm Pond. Hated as the Owner. I of Oak Park Heights is designated All work will o pwNER: The City protected wetland. _ h a DNR p Director. The Public Works public park andJohnson, to Public P.M. e 2. within a Mr. Jay through the Public Works coordinated with 651-439-4439 during office hours from 8:00A.M• phone number is 651 expected that the contractor will begin work within DATE: It is Council,which is scheduled for I 3. COMPLETION the City 2000. Award of contractbTequired by June 30, three followingrojeCt comp I May_,2000. in the Conditions Liquidated damages as specifiedfor each AGES: ($200.00)per calendar day 4. Lf UIDATED DAM Hundred Dollars I of the Contract lse on be WO Har► specified comp A INSPECTION: All prospective bidders are in their own minds, I SOIL CONDITIONS ANDA ct area prior to submitting,vegetation own has 5 di the of tare project During advised to inspectformer gravel road. ' in condition of the abandonconstruction arida activities of the the existing The area ofcoon , overgrown the roadbed. was submerged due to construction and wille be the beaver darn has been breached 1998 and 1999 the roadwaytl � It shall be the sole resident beavers.h C�dition throughout the project. what becoions prior to I maintained in toitheContractor to determine soil and responsibility submitting a bid. I 2of7 VV Boardwalk Special Provisions 11 City of Oak Park Hei Specifications ghts Valley View Park Boardwalk and Trail 1 6. UTILI No City owned utilities exist within contractor should 1 cable television expect to find telephone 1 n lines. the :r:uctiOnInes, els area. The Prior to any excavation in the area of this project 'gas mom, and exact location and depth obtained by calling thllowianutilities. Location the Contractor shall verify wing: and information can be the Utili Locations Gopher State One Call 651-454.0002 I Enron Utili Contacts N.S.P Elect (Northern Natural G N.S.P. Gas Gas) John Nelson U.S. West Tele B.J. ,t 651=674-4488 Media One phone Dave Stillman 651-779-3135 I Cable TV Tim Lange651-229-2589 City o f Oak Park Public 651-221 Works Pat Wagner 5359 Jay Johnson 612-531-4438 I The 651-439-4439 Contractor must exercise care and either buried or above ground. The ontrac1On ng near and/or protection of gro When working Iresponsibility of the C 1 existing facilities ardor must coordinate all utility lines ontlactor. Y cost for the relocation 7• such Work shall be ________TRAFFIC: The Contractor the 1 have sufficient shall be responsible directions for all traffic conformtominimize control on Uniform rm there inconvenience to all. warning signs on the project and shall I requirements of Traffic control P olect at all onfo Traffic control D the latest edition o f devices and temporary Traffic Control Devices and the methods limited to, Zone La April, 1995 the Minnesota Manual devices aflashers, "Road mood WorkLayouts. These Field Mance,for directed b Ahead" devices may include Y the Publicand "Trucks Hauling" , but are not The ab Works Director, g signs and I abandoned other Parking. No area of 56th Street shall be stored Parking or co used for construction or parked on the public str a s. will be staging and ction equipment ' It shall bernutted to be staged, the responsibility of streets, which may the Contractor to clean Y beco I work shall be me dirty from and Proposal for at the bid unit price for s the construction maintain adjacent Pro activity. the actual time kidsteer and power Payment for that spent cleaning Power broom included in the g and sweeping the area. Payment for VV Boardwalk Special Provisions 3 of 7 is I 111 City of Oak Park Hugh tions Valleys View Park Boardwalk and Trail I Valley include the operator. If broom either the skidsteer or powerwill shallbe required to sweep and hourly used of their operations,they the Engineer. street at their own expense,as directed by the Contractor is careless in responsibility clean the are the sole resp and safety measurese reson barricades,flashers, are responsibleall activities of All flagmen, The Contractor is advised that f work, uding throughout all shall ti of the Contractor. and warning the continuous traffic r controlcost I All cost related to traffic contro e the theLump Sum bid item. VITY This included in NTAL SENSITIVITY: be D ENVIRONMENTAL No activity I aLIMITS AN and a city p 8. CONSTRUCTIONectis a DNR protected wetland will be allowed and no project is outsidesroadbed. No activity from the wetlands on the the existing the central channelside project t ect allowed may cross on the south coon equipmenthethe pond/wetland 56th Street the prof cotton site to pa designated north side Accessof the project site will be limitedeto along d bythe the eastern side be theh Valley Y ctea ' site. toeside will throng The path will be constructed ill be Access to the westernNo toast the"Prairie Restoration Area". ort contract. ,� The Patti through of the project under a support co 1e Restoration Arc ea".' allowed to the startthe designated path within the Disturbance Are ".of the Owner ds co environmentally sensitive. off ofthose areas to be cleared for entire project area is considered elemieto only those sto b soils within the area owillstructures and access toI construction of support View Park• portion of Valley facilities are available at the upper aintained at the 1Cbe located on the Restroomof will be provided an tractor's Portable for all facilities proiei t personnel. Portable toilet facilities shall expense for portion o Street North. II of 56thwhich triggers an abandoned 5 acres the City will this project is less thanthe 5is not required, The area to bem disturbed by le an MPCA permitFiber blanket and on steep slopes• bed during the Water Permit. While stockpiles MPCA Storm around slopes disturbed require erosion control illapplied over the steep P erosion control material will be storm sewer construction. areas disturbed by D RESPREADING' All to complete this G AN operations necessary process the I 9. TOPSOIL STRIPPING and backfilling p r the topsoil removal installation, soil. During construction, ed of all topsoil. soil layer and place it at the stockpile Contras shall be stripe remove the p shallye accomplished in a manner Contractor shall carefully remove City. StockpilingAfter trailand manner I specified by of the topsoil with other soils.topsoil uniformly over the locations sp ed that preventsathe mixing read the salvaged installation the Contractor shall resp I disturbed area. 4 o 7 VV Boardwalk Special Provisions • City of O Specificationsk Heights I Valley View Park Boardwalk and Trail All cost associated with topsoil shall beassociated considered stripping, salvaging, and stockpiling and respreading ECIFICATIONe Project. P ading Department o IOi y REFERENCE: Where reference Department"is mentioned Specifications and d is made to the substituted. , itis Where reference to Minnesota "Public Works l reference to the understood to that the word "Owner" word Director". Engineer"shall b Owner"is 11 11. TEST AND a substituted with tests required The Owner Public wo ed ' m e y nottion. Thshall for all material and correlated items Director ms in adv by notification of r will be density specifications, advanced of s the Pit and scale responsible to assist the I subsequent ns' the Contractor starting work If ale location and other quant tests to shall reimburse any test fail o ss making periodic inspectionsarse Owner for meet the ensure compliancethe consensur o fthe cost of all traction activitieswith the specifications. the o related tole work site and an The Owner caner in gaining access to the project Perfo off site location where will be The Contractor will off site locations a tined• at1On when each Provide the ns to ins e work i or will I phase of the Owner a mi inspect the work in assist Project is ready for minimum of 24 hour advanced an inspection. anced notice 12. SCALE; I weighing e Contractor shall the items provide the necessary :: Pe :o s shed on a ton basis undescale and scale I provide the necessary of the Public these specifications. pecific ci le person for weights used in Works Director. The The scale All materials testing the scale. Contractor ticket with furnished to I the urnishfollowingthis project on a ton informatio basis shall have 1. Date non each ticket. assigned weight I2. Ticket Number 3. Supplier or pit locations 4. Project name S. Truck ID 6. Type of material 7. Gross, tare, and net weights. I Copies of all weight tickets must be provided to the 12. Public Works Director upon shall m�e STRUCTION CONFERENCE: ONFE P n schedule Swith TR CTIO to RENCE: Prior to to construction tdiscuss the starting work specifications. Phases, and method and means of supply, Contractor general review of pply° a Work VV Boardwalk S the plans and Special Provisions S of 7 City of Oak Park Heights • tions Valleys View Park Boardwalk and Trail I Valley items listed in the quantities for certain quantities.sls UANTITY DEVIATIONS: The q the requiredtoperformed 13. are the Engineer's best estimate of extent of work The a ate,Rip Proposalguaranteed and thecoon. Class 5 aggregate,g will dependfies stated are not onsa of construction. other5 items.aggre The quantities on site conditions at the time to vary more likely tides are firm the quantities for each size de t Rap, and excavation quantities on will co adjustment for any Owner prior g cof deckc No unit price I length of section• is allowed for any line item stated in the of and each quantities increased or decreasedq coon the Owner proposal. Prior to constru r T LOCATIONS: SUPPORT and stake the locations for each 14.SITE SURVEY AND arks on site will provide an elevation benchmarks that being the low support. d will be madeBase CT: Only one award OF CONTRA the low responsible biddersmTotal Park , 15. AW�'� of all work advisedrom that the normal bidding procedure the project on the combined t°� are Thursday and to awardThe award of Bid. All Contractors on Council meeting. I ei htfollowing Tuess a ao threce norma scheduled City o cit. H g at tre e of the City C maTuesday pleasure made may be delayed at the p costs related to the e allowed or considered for additional I No additionalhepro will pLIANCE: The City any delay ACTION COMPLIANCE: TY AFFIRMATIVE A Affirmative Action •UAL Park Heigham Equal Opportunity and A l conform toc applicable 16. E park Heights is an q required to follow andfor Equal , of Oak with the City is Contractor's duty Thera , sa contractorandthey apply to the It is the Contractor's state City laws to mens. Affirmative federal, Equal Opportunity and Opportunity and Affirmative compliance with and Opp applicable Equal OpporItunity to insure 1 with sanctions. responsibility Failure to comply lead to Contractor Action aequirements. requirements may Affirmative Action employmentR SURETY DEPOSIT When an Out-of State CONTRACTOR 000.00 the Contractor must 17.OUT-OF-STATE contract that exceeds$100, from the enters into a Surety Deposits for Out-of State Contractors, ContractorExemption fromIt the Contractor is exempt I file Form Minnesota ent of Revenue. with a copy f the form with the Department shall provide the City deposit requirements, Certification. If the Contractore not aexempt,the surety ent ercent of eac p ` shewi tyg the Revenue a ad tional eight(8)p avant e Revenue. wila withhold do ds to the Minnesota Dep the free) 1- the City d forward those fun calling(651)296-6181 or Contractor and can be obtained by , Forms and mf 800-657-3777. I 6of7 W Boardwalk Special Provisions City of 0 ak Specificat o Park Heights Valley View Park Boardwalk and Trail 18. CERTIFICATES Iit0Jsut0poTAsI9 onTIF: Upon COMPLIdRevisedrssh Portoa1SettlementIC134all Complpve of Contract with the s form,Affidavit Department of Governmental Subdivisions State o fvit for Ob representative Minnesotamng Final and forwarded is to be signed and can be obtained Warded to geed by the D Y of its Political or Section, Centennial by vv�ritin the City of Oak Park ePaghts. t of piRevenueof gtotheM• hei 297-3737, Office Building, es Department heights. Copies of this form Paul, Minnesota 55145 or calling(651) 1 1 1 1 1 1 VV Boardwalk Special Provisions 7 of 7 I 1 City of Oak Park Heights VallSpecificationsyark Boardwalk and Trail I Valley SUB TTS 1 complete list of all and submit a comp addresses, CTOR LIST: Prepare business CONT' . e subcontractors' names,_coniness ion 1• SUBCONTRACTOR � including� proposed telephone one nus, and contacts prior too or include the e number, list should a sources. If the , telephon The subcontactor s lis gravel and rip rap meeting. • luding class 5 gr construction location should material suppliers including cted off site the the site. 1 are to be constructed telephone number of boardwalks with contacts be listed alongestimated project SCHEDULE: Prepare and submit an indicating the CT SCIS meeting,2• PROJECT prior to or at the pre-construction nl project element. At dw schedule,startnz letion dates for eachde• mobilization,, , pled and completion trail grading,trail project schedule should placement of minimum the p sewer construction, ction, ' alk storm structure construction, inspection section construction,boardwalk support wner will prepare d installation, The project ns boardwalks, and site restoration. ro ect schedule. week. I schedule based on the Contractor' o Monday on each inspection schedules will be updatedshop drawings are DATA: If a shop 1 PROD the boar five cop WINGS A PRODUCT boardwalk, own r• Make 3. SHOP Dom' royal by the d for an alternate d f o of and approval large to show all I produced be submitted to a scale sufficiently drawingsdrawing accurately all shop I pertinent details. shall be incidental to the cost of Payment for all submittals I 4. PAYMENT: the project. I I 1of1 Valley View Park Boardwalk and Trail Submittals 1 City of Oak Park Heights Specifications Valley View Park Boardwalk and Trail I Protection and Adjustment Protection of S of Structures structure from aures: The Contractor and final grading.amage from any construction activity, responsible be , to nc fore the protection of all tY, to include but not limited to,rough Frame: Upon fin al mawixl be imum num of pdl such that the top nth Fading the storm ' 2 feet above the manhole is a sewer manhole Engineer. e final grade and manhole ani ole at the highest point minimum of 0.1 feet and and frame frame. frame elevation will be suf b a al made surrounding subject to approval e e Adjustment of Bee Hive ' abandoned railroad bed Catch Basin: will be BThe bee hive catch basin from all ed rasions. adjusted such that�,�, located water will flow ' at the edge of the Payment: Payment the catch basin for adjustments will be included in the price of the manhole. I I I I I Protection and Adjustment of Structures I of l I City of Oak Park Heights I Specifications and Trail Valley View Park Boardwalk I Clearing and Grubbing and I ing of brush frees,loose stumps windfalls, tion: This work shall consist from the ground and es,disloose toothe resultant Description: roots and debris in,r co odvarmice with /DOT Specification 2101. debris in ac minimum area necessary to and grubbing will be limited to e m n m clearing c the I Clearing Limits: Clearing trail and storm complete the installation of the boardwalk,outside of the limits of the abandoned roadbed through r permitted in I grubbing will be p e Oak tree that is wetland area. ass within 20 feet of a larg construction will pmark the tree prior path The Engineer will clearly are to be trimmed i Tree Protection:The Cnstruction damage• must be p to c protected ct o from contractor deems that that branches the trimino all cut to construction. If the causing ani and licensedctequipment form the approval of the City;V Arborist,Any accidental I to prevent by a u with .of Oak and surfaces will a sealedimmediately tree trimmer, the threatof t'.e damage)tnmm ed to minimize�n one hour surfaces beOakee be immediately damage to an I sealed. parking of equipment, storage of Driving over, storage protected.e the root zones of trees will bet prohibited oI The root zones of trees om aching,or cashing much as possible se comp sewer excavation. As materials ton the l iof the trail within the limits used for movement of equipment. d to the route will be surface. Brush.shall be construed as I with the ground a brash scythe as vegetationbe which can be cut with Bah; All bru�bss or othertn4 inches at a point 2 feet above the be treesl brush, diameter of less than four (4)having an average ground. All depressions from the grubbing a. Allideprshoo s I s and roots shall be removed from all cleared area. Grubbing: Stump ace of the ground,resulting be below the final surface with approved material. I backfilled and of in a licensed Disposal: All timber,brush, stumps and all debris will be disposedconstruction material DisP for organic material and at a licensed offsite cons I recycling facility landfill for non-organic material. as shown in the Payment for clearing and grubbing will be lumps sum Payment proposal. II loft Clearing and Grubbing II City of Oak Specificat on Park Heights I Valley View Park Boardwalk and Trail 1 Excavation and Embankment IDescription: This work Prairie shall consist of shaping wetlands. and removal of the loose materiabove e grading to the hail route through the Prairie Trail Co through the will consist of moron Excavation: Common excavation on the the excavation 6 inches of depth at the th e 10 foot wide trail a prairie portion of the tion shall be essentially downhill limit right way. The oil trail I Y horizontal for mit°f the excavation, will Wetland Trail Co the 10 foot width of The bottom of excavation Common Excavation: the trail. accumulated bove the e 8 tin width and only to removeeal along the wetland o I road gravel abandoned roadbed. loose portion of the Excavation materia] has will stop upon exposure of the I Storage of Excavated designated locations inMateria : Topsoil from Path shoulders sufficient m the excavation will be .rs"long the wetland quantity as needed to restore disturbed stockpiled on site as specified b portion of the Piled in abandonedY the en c trai j. ,. disturbed areas railroad bed engineer. In Locals materialand for the feet south of near where it ' general the disposal sites 11 this location. intersects with trail and will be will be ately 5 °! I at a site along the Drainage of Excavation; approximately 500 excavated The Contractor s drainageareas and sub- hall be res I channels cuts and shall provide and maintain le for area as incidental ' ditches, drama maintain all all drainage of ntel to the work,drainage swales, and/or culverts required and tempo I Inspection; quired within the tempprojecorary If the contractor Inspection: the Contractor encounters soft soils excavation and additional excavationll inform the that will not coin Ican be]neer. The En 11tt0torm aordered to gminspect the Measurement:nt: Prior to correct soft soils encountered. i of the excavation area. The Engineer embankment the Engineer shall cross section excavated quantities.n order to cross section ioni dethe completedhours in advance to co determined from the original Volumes will be calculated excavation completion I riginal and final cross sections.the averageand determine Payment: Co end area method as common excavation excavation I are sub' shall be paid for no additional coin subject to changeat the bid unit computed based onpensation to the bid uit from the quantity stated on Quantities for construction. the actual cross sectionsrice. The fianl u on the proposal with I Paymenthat the bid as determined anhtiy to be paid will be unit price shall be co by field measurements Burin considered compensation in full for during 1 Excavation and Embankment I of 2 City of Oak Park Heights Specifications directed by the engineer, Valley View Park Boardwalk and Trail ' all cost of excavation,salvaging only suitable materials as directed al toon site. nt and compaction of excavated material, placement , I I i 1 1 1 1 1 1 1 • 1 1 2of2 Excavation and Embankment City of O akII Specifications Park Heights Valley View Park Boardwalk and Trail Su preparation I IDescription: Prairie trails w°rk shall co andisvvors resist of fine foundation for compacting the exposed compacting the soil withinI building the trail. abandoned roadbed within the excavation Prairieation for the Trail Subgrade Pre ��the wetland to form I using a drum or pad foot compactor. . The 10 foot wide Wetland excavation shall be compactedcompacted I using Preparation: The g a drum or pad foot cornpaCtoot wide exposed roadbed Subgrade Ins shall b EngineerPections; 24 ho be Iwill be info urs prior to completion informed excavated l be i to installationestimated completion°f a subgrade co and refilled l the Class time. compaction the me. I Pa borrow marial gravel d re aggregate abase.ctedEngineer will inspect e Payment: Subgrade and reco Soft areas ubgrade preparation Preparation shall mpacted. will be no additional o ade are subject s all be paid for at dition the bid tout computed compensation to change from the Price. wetland based on the bid tout quantity stated Quantities for trail len the length of the Price. The final �n the proposal - . compensation e full e 8 foot prairie section of quantity to be will; all cost f width. Payment at the trail t 10 feet wield will be of subgrade preparation.bid unit price shall beth and the I considered I I I I I I Subgrade Preparation 1 of 1 City of Oak Park Heights I I VallSpecificationsyark Boardwalk and Trail I Valley Aggregate Base 1988 Specification for Construction" I 11 of Mn/DOT : Standard p t as modified or altered in this Section ndments thereto shall apply except Reference: I Edition and class 5 specification. compacting and leveling work shall consist of placing I This prairie and Wetland tr�ls. Description: T for the P IN/In/DOT Class 5 aggregate base material used in this project shall consist of Aggregate-. Aggregate materialI Age the Engineer shall aggregate base. aggregate base placement, Requirements-. Prior to I Construction Req excavation. and slope as shown inspect the surface of thece of 0.05 base to the depth, d width to a tolerance tract the aggregate base shall be g I The Contractor is to construct plan. The aggregate on the typical section e typical section. based on the t d and compacted to a plus or min +o ,.rµael will bc plac, base will be I feet ate Trail inc ga•e Base: Class through eth prairie. The aggregate P te Prairie - g"'v the 10 foot widethe bituminous trail. depth of four inches in installation of and compacted to s for the instal gravel will be placed leveled in preparation 5 aggregate abandoned roadbed.The ate Base Classthe aban bituminous trail Wetland Trail inc Aggregate foot wide trail over of the bed inches over the 8 preparation for the installation a depth of four placement,compaction and aggregate base will be leveled in prepay aggregate base placem ane The Engineer completion t I prior completion of the g� bituminous trail. 24 hours P ed of the estimated itum Inspection: Engineer will be inform placement°f leveling the base prior to the p the ton will inspect the aggregateunit price by I paid for at the aange from the Aggregate base material shall b base are subjectbid unit price. Payment Agg Quantities for aggregatecompensation to the the Engineer. compacted in place. e roposal with no additional d rovided to I stated on p compensation in full for all cost of quantity tickets will be collected the site anp• Copies of all weighprice shall be consideredI and leveling the aggregate base• the Payment at the bid unit pn placed excessively thick, placing,Compactingthickness. Said wasted or plan y aterial is being are in excess uare yard of are per I If the aggregate base course to deduct quantities that ods per sq Engineer reserves the rig material weighting quantities shall be based on m inch of thickness. ' I 1 of 1 Aggregate Base II City of Oak Specifications Heights I Valley View Park Boardwalk and Trail Plant Mixed Bituminous Pavement Reference: I Unless otherwise Supplemental Specifications wise noted and other is modified here dated May 2, 1994, Section sections o Mn/DOT n 2340 n ' mixeds work shall co shall apply shown bituminous-aggregate mi consist ofplacing coni on the trail sections and mixture Type 41A wear a t the inch I theses ar course of specified thick hot widthsant- Materials: specifications. Pecified IA. Aggregate: Aggregate egate shall the gradations for conform to as follows. Mix each type of mix as the requirements of sectio I Co Type 41 — indicated inn 3139 Course Mix Designation 41 WEA 500 Sate ize A pathwayepaz 9-1 specifically or B. Bituminous king Lot Wear I "Standard Material: Bituminous tuminous material shall Grade Asphalt Cement for pefo conform to Mn/DO ment shall be rman8. graded asphalt" T I Restrictions: The PG58-28. The Performance the shade Rear course Engineers.and away from artificial heat is 50ure shall degrees be placed when degrees or less, unless air temperature Plant Operations: approved by the in Plant for Bituminous bituminous I ominous Mi mixtures shall be Mixtures, adhering to firnished by a Con Contractor Testing: Mn/DOT s certification pr Contractor's Certified for all bituminous The Contractoram. I shall be required to mixtures, in accordance to Mn/DO Perform Compaction Operations: T Section quality control testing Specification 340.3 Compaction require 23to Mn/DOT I bituminous 2340.3 modified requirements shall maximums mixture shall be uniformly density method.conform to Mn/DOT Su specific gravity value. rmly compacted to a density not required lift of I Sufficient compaction equipment less than 91%of the used to compact the of proper size mixture to specified requirements.°od apical Thickness Remeth Requirements: After condition shall be be 2 inches +/- /inch. compaction, specified thickness plusAny co Pnstlon, the thickness of the I course co Prior authorization inch will be excluded and material triexcesazs was received used incourse shall from the Engineer fore pay quantities of the Prairie Trail: additional except Where I Plant- Place compact thickness. mixed bi lace ands-aggregate two (2)inch thick by ten wear course over the length of the Wide Plant Mix Bi Type 41A hot, Bituminous PavementPrairie trail. The I of 2 111 City of Oak Park Heights I and Trail to the downhill side Specificationsiew Park Boardwalkfinch dip , Valley um of one hal shall be level across its width to a maxim mal (8)foot wide Type 41A over the 10 foot width by eight prairie trail. I act a two(2)inch thickof the and comp to the either Place a ate wear course f the quarter inch dip Wetland Trail: ous-aS width to a maxim hot,plant-mixed bituminous-aggregate I The trial shall be level across its 11 be of the bituminous trail Engineer will side.nI Inspection: 24 hours prior to the placement Insp the ton of informed. unit price by paid for at the bid ti stated on the proposal material I mixture shall be ect to change from the quantity quantity Paymentdandaccepted.cum>nous The final a Copies of Quantities are subject the bid unitprice. ted. placed compensation tothe site and accep Payment at pwill c no sited based on the tonnage delivered to Engineer. I paid vei bei computed provided to theplacing and compensation in full for all cost t he bituminous i tickets shalll collected d at the site and1 l be incidental all we testing will I the bid unit price b ecc est of Contractor compacting the trail. Th item �vel thick,the Engineer If bite pay steel or placed excessively thickness. Said I paving material is being�'aexcess of planper square yard of If bituminous quantities that are in weighing 1 the0 pounds right to deduct qui ous material reserves the ed on bituminous I quantities shall be bas thickness. area per inch of I I I I I I I 2of2 Plant Mix Bituminous Pavement I City of Oak Specificat o Park Heights Valley View Park Boardwalk and Trail IBoardwalk Construction IDescription: This work shall boardwalk sectio consist of construction and I concrete conduits the abandoned placement of six and CCA Treated ned road through the (6)foot Materials: timbers. wetlands by wide a1s: A Wood Timber r Ground Supports: will be 4X6 X6 timbers I or 6 Timber supports that B. Wood Supports CCA heated to 0.6 retention.contact the conduit supports on Conduits: I PporWood used to C. Wood will be 2X6, 4X6, or 6X6 CCadjust the height of for Bo treated to concrete Boardwalk Sectioto 0.6 retention. CCA treated to 0.4 retention. I �' Wood used for boardwalk sectio D. Hardware: will be the construction screws, bolts I nare: on of the s, bolts, tiedowns boardwalks section and other metal hardware E. Concrete Conduit will be ai a used for uit Supports: galvanized. boardwalk section The concrete conduits to be have been to support the General Bo Pre-staged on 56th I 14-foot length Dimensions: All boardwalks will be six required to span the central will be constructed of 2X10 joist 16 •(6)foot wide. The 12 headers. nhal ch constructed with Inches on center. and channel will use o 2X10. The 16-foot Headers at 2X12 joist and 2X12'6 -ff000t double that is Decking material will be ble ' galvanized deck 6 foot lengths of drilled to screws Screw holes for 2X6 screwed to each prevent splitting connecting to the outside iso with two 3 inch co Toeboards tside joist will be pre_ will be installed : ::berssupportedalong all on 2X4 boards and sections without the a Toeboards attached railings. T the at the edges of ards will consist of Hurricane tiedo boardwalk Galvanized wns will be used to concrete conduits.ogles will be attach leGalvanized to connect timber boardwalk sections to timber Galvanized supports. Connection of anized deck will be used to °aidwalk section to I screws will be used to connect a the angles to anchors. the angle to the concrete connect angles to ti the deck conduit will be by 3/8-inch timber supports. I concrete sleeve Boardwalk Construction 1 of2 i City of Oak Park Heghis Seeley V e ons Valley View Park Boardwalk and Trail materials can be made only with prior • Substitutions of equivalent m ' Substitutions: Substitutions eck approval of the Engineer. ineer of the location that will v' s t the ons p the Eng The Engineer'rhe Contractor will inform of the construction.Inspection: The prior to the coon. are being cosi the early stages of construction. construction sitea during shown in the proposal. nt: Payment will be on a per unit basis as Payme , 1 1 i 1 1 1 1 1 t 2of2 Boardwalk Construction City of Oak Specificat o Park Heights Il I Valley View Park Boardwalk and Trail IStorm Sewer Construction IDescription. Storm the the anuppeon: St Valley ll be installed to at View control erosion I The outlet f abandon on ofd bed over a 4 Park The system will consist from the water ca Station 00+75.the inroad le will be a fop iameter drop manhnslst o w from su'ounded by Classn the second manhole run of 12 inch RCP toole with a beehive oot catch basin III rip rap. will be the second deep sump. Manhole a run of 12 inch RCP drop manhole at P Sta00+00: RCP at 12 feet, 3 foo Soot diameter by 15 footto a surge basin I inlet umP, inlet deep Manhole will be a Nee manhole truc for 12 nhah tire, outlet e Sta00+7S. r equivalent beehive 12 foot drop eve P manhole with a Neenhah R_1642_ Surge Basin: Sur The e area surrounding will be Elk B casting P rap resting on g the surill SieaRiver Concrete he obtained fromdi°textile fabric anwill be filled with approximately Surge Basun for 12 p rap shall Washout granular fill al. inch Pipe. mini be such as toa maximize adjacent to the s material. Granular cross s Ce ofio Class III minimizes erosion, nnize the tormse fill material area where the v'er. The cross SeC • will Installation: water flowstjon of n Pipes will be installed per into the prairie and Payment: Payment Mn/DOT Spec 2501 — I subject to char will be on a Culverts, compensation toe from the per unit basis as shown vin the bid unit price, stated on the proposal withooposal. Quantities are I I I I I Stone Sewer Construction I 1 of 1 1 City of Oak Park Heights 111 VallSpecifications w Park Boardwalk and Trail Valley tion and Turf Establishment Restora specified to origin or bed areas prairie mix to match the l consist of restoring for plant Description.. This work shat the City• restoration contractor Descrip The City's prairieseparate contract with final grade. efforts under a will be used for all previous restoration and storm sewer excavation 2 to 3 inches of 1 generally Stockpiled topsoilareas to from reshetored teal Topsoil: Stockp areas be restored will be covered site restoration. The and lightly compacted. 11 inform the topsoil evenly Pthe Contractor will prior restoration contractor. ately 2 weeks p Coordination: APP10 with the pie restoration contra Co will coordinateper the proposal.no Engineer whounit price basis placement on a the proposal with Payment for topsoil p quantity stated on P Payment: Pay ect to change from the q Quantities are subject to the bid unit price. additional compensat1On 1 1 1 1 1 1 1 1 . 1 1 of 1 Restortation and Turf Establishment I I CONDI�LES OF T I SECTION 1 _ OF Cp EZTRACT DEFINITIONS 1.1 ACTS OF GOD I1.2 ADDENDA 1.3 AGREEMENT 1.4 BID SECURITY I 1.5 BIDDER 1.6 CONTRACT 1 1.7 CONTRACT RACT DOCUMENTS CONTRACT PRICE 1.9 CONTRACTOR 1.10 CHANGE ORDER 1.11 DAY 1.12 DEFECTIVE 1.13 DRAGS I 1.14 ENGINEER 1.15 FIELD I ORDER 1.16 COMPLETION 1.18 NOTICE 1.19 NOTICE OO AWARD 1.20 OWNER PROCEED I1.21 PERFORMANCE AND PARENT BO 1.23 PROPOSAL NDS 1.24 RESIDENT I 1.25 SHOP DRAG CT REPRESENTATIVE 1.26 SPECIFICATIONS 1.27 ATIpNS SUBCONTTRACTO 1.28 SUBST R 1.29 SURETY COMPLETION I1.30 WRITTEN NO 1.31 WORK TILE I I Conditions of the Contract Contents ii I TABLE OF CONTENTS (CONT1D) I REQUIREMENTS , BIDDING ESTIMATES SECTION 2 - F QUANTITY ES 2 I PROPOSAL FORMS O INTERPRETATION CIFICAMATESTIONS WORK SITE 2.2 �� ON OF PLANS,SPE I 2 3 EXAMINATION 2.4 ADDENDA II.LION OF BID 2.5 PREPARATION AND/OR EXCEPTIONS 2.6 RESERV 2.7 BID SECURITY DELIVERY OF PROPOSAL 2. G OF PROPOSALS I 2 9 OPENING RMINATION EVALUATION OF PROPOSALS PRICE DETE 2.10 ON OF INDEPENDENT COMPLETION 2.11 CERTIFICATION CT,PROGRESS &COMP I AND EXECUTION OF CONT' WARD SECTION 3 A OF W 3.1 AW ARD OF CONTRACT T EXECUTION OF AGREEMENT , E�r1T 3.2 TO EXECUTE AGRE 3.3 FAIL 3.4 RETURN OF BID SECURITY TO PROCEED I 3 5 NOTICE 3.6 EtPLEllo 37F TIME �D DA1vIAGES 3.9 LIQUIDATE OUSE DOCUMENTS.INTENT AND RE I SECTION 4-CONT FCONT ACT DOCUMENTS 4.2 ORDER OF PRE I 4.1 INTENT O PRECEDENCE ,DISCREPANCIES 4.3 INSTRUCTIONS 4.4 ADDITIONS SPECIFICATIONS AT JOB I NS AND REUSE 5 DRAWINGS AND WINGS AND SPECIFICATIONS I 4. OWNERSHIP OF DRAWINGS 4.6 O� 4.7 DIMENSIONS I iii I Conditions of the Contract Contents U I SECTION g- TABLE OF CONT I 8.1 MATERIALS E CONTENTS CONT,D HIP 8.2 MATERIALS AND EQUIP/WENTE QUIPMENT, INSPECTION 8.3 EQUIVALENT MATERIALS MAT RJ P/WENT FURNISHED B D CONTRACTOR I MATERIALS FURNISHED B LS AND EQUIPMENT CONTRACTOR 8.4 STORAGE OF MATE Y 8.5 RIALS OWNER SAMPLES 8.6 FURNISHING OF PRODUCT 8.8 QUALITY OF EQUIP DATA 8.7 SHOP DRAWI 8.9 ACCESS NGS NT AND MATERIALS TO 8.10 TESTS AND OBSERVATION OF WO 8.11 AND INSPECTIONS RK 8.12 CUTTING AND THE WORK I 8.13 WARRANTY AND PATCHING 8.14 CORRECTION PERIODD GUARANTEE 8.15 CORRECTION 8.16 REMOVAL 8.17 OWNER ER ACCEPTANCE OF DEFECTIVE W DEFECTIVE WORK I 8.18 OWNER �'IAZ'STOP WOWORK RK SECTION g_MEASUREMENT, R MAY CORRECT DEFECTIVE I9.1 DETAILED PA YMENT AND 9.2 BREAKDOWN OF PROJECT ACCEPTANCE 9 3QUEST FOR PAYMENT CONTRACT AMOUNT 1 ENGINEER'S ACTION CTION A OWNER'S ACTION ON AN QUEST FOR PAYMENT CONTRALTO WITHHOLD FOR PAYMENT 9. S ON UBS T CONTRACTOR'S S WARRANTY PAYMENT I OF TI 9.8COMPLETION TITLE 9 9 PARTIAL UTILIZATION 1 FINAL INSPECTION 9.10 FINAL AL`PLICATION FOR FINAL PAYMENT R PA YMENT I 9.12 CONTRACTORS LAND ACCEPTANCE 9.13 WAIVER OF CLAIMS TINUING OBLIGATION I Conditions of the Contract Contents v • I TABLE OF CONTENTS CONT'D I SECTION 10 -CHANGES IN THE WORK I 10.1 CHANGE ORDERS FIELD ORDERS I 10.2 ORIZED WORK 10.3 UNAUTH RECOMMENDATIONS 10 4 ENGINEERRE I GE TO SURETY 10.5 NOTICE OF RC CHANGE COSTS 10. CLAIMSURING AN EMERGENCY I 10.7 WORK CT PRICE AND CONTRACT TIME SECTION 11 - CHANGE OF CONTRA I SE CT PRICE 11.1 CONTRA NGE IN CONTRACT PRICE 11.2 CHAT OF CHANGE I 11.3 BASIS CT SME 11.4 CHANGE OF CONTRA ,I,ER�NATION OF WORK AND SUSPENSION SPEND WORK SECTION O- RMA 12. OWNEMAY TERMINATE OWNER I I 12. OWNERCONVENIENCE TERMINATION BY THE RMIER 12 12.4 C O T Y STOP WORK CONTRACTOR MAY ON 13 -MISCELLANEOUSILITY SECTION ON OF LIAB 13.1 LIlVIITATI 13.2 REMEDIES PUBLIC CONVENIENCE 13.3 CROSSING UTILITIES,ETC. 13. 13 .5 SANITARY PROVISIONS OBJECTS , I 13.6 PRSSERV ATIONHISTORICAL 13.7 USE OF PREMISESI FORM OF AGREEMENT PERFORMANCE BOND BOND LABOR AND MATERIAL PAYMENT I vi Conditions of the Contract Contents I I I CONDITIONS OF THE CO I NTPACT SECTION 1 _______________DEFINITIONS I 1 1 ACTS OF GOD IAn Act of God is uncontrolled and unusual, extraord' not under s an uninfluenced Ind' and sudden manifestation of I of normal intensity u for the circumstances have been man and without human the forces tY the alocalitys h shall anticipated of nature 1.2- not be considered or expected. OrdinaryWeak n, that could IGod. weather Conditions Z :::cthsfl eg documents or thissued C prior to the opening ° 1.3 AGREEMENT tract Documents. f Bids, which clarify, correct or IThe Agreement is the tten Pe °rnlance of the Wor written bedwnent executed b I1.4 BID SECUITy in the Contract Doe he Owner and Contractor covering the The Bid Sec I °r Certified w7tyk'whereasrequired by the Adv pled check, Advertisement ging that the bidder or Bid Bond mens or Info Work, should the bidder for theill nter into an Agreement the Prop submitted g a cashier' I 1.5 work be a the O mltted b s ________BIDDER warded to hi caner for the c Y the bidder, m' Wing out of the I A Bidder is an individual or other entity submitting 1.6 CONTRACT a Proposal p°sal for the advertised The Contract Doc Work. agreement between Documents formthe agreements w the e dies hereto and Contract. e Contract represents the entire I prior negotiations and Integrated representations, or I I Conditions of the Contract I1-1 Section 1 • I Addenda issued prlOr t0 the o f including all Add after execution 1•� CONTRACT DOCUMENTSt o f the following, Modifications issued Documents consist Orders or other M I The Contract Do�umd Orders, II opening of bids, the Agreement: I(a)Drawings, and Addenda,I °�'ation to Bidders,ProposalI (b)Specifications: Documents(Advertisement,Add (1) BidI Bid Security); (2) Special Provisions; I General and Specific Requirements; (3) General and other conditions); (4) Conditions of the Contract( I(5) Performance Bond and Labor and'Material Payment Bond; (6) Form of Agreement; specifications; I Detail Plates and other drawings attached to speclf CT PRICE the Contract Documents as stated in the I 1.8 CONT' byOwner to Contractor under The moneys payable Agreement. ONTRA representative thereof named in the 1.9 C CTOR Contractor is the person or entity or authorized The Contract Documents. I 1. deletion or revision tl in GE ORDER an addition, after the II A v CHAN signed by Owner authoring a issued the Contract Price or the Contract Time A Witten order to Contractor the Work,or an adjustmentI date of the Agreement. 1.11 D?�Y measured from midnight to the next I A calendar day of twenty-four hours midnight. I 1-2 Conditions of the Contract Section 1 I • 1.12 DEFECTIVE IRefers to Contract Work that is unsatisfactory, damaged, referred t Dn the Co is does not meet faulty or deft IContract Doc the require an lent, does 1.13 DRAWINGS dents. merits of not conform to the SGS YPection, test or approval IThe Drags are issued by the En all plans, dra 1 all pertaining wings Wor uding revisions I 14 ENG the k provided thereto) or re for in the Contract reproductions thereof Documents.The EER Documenn 1.1 S FIELD ORDER eer is the person or entity or authorized representative ther I eof named in the Contract A written order issued ITime.Paragraph 10.2, but eer which orders min does not involve a change changes in ge in the the 1. 16 F Contract Work in accordance SAL COMpLETIOIV rice or the Contract The Work, including any punch list items ms, has been completed in all res I. 17MOD MODIFICATION Peck in accordance with the Contract D (a) A written Order, or amendment of the (c)a Field Order. Contract Documents signed by both ICE OF A WARD Parties, (b) a Change ge The�'ittennotice byO t theapparentsuccessful Bidder the apparent success ful I specified, Owner will sign and d the conditions precedent Bidder stating that upon 1. 19 PROCEEDeliver Agreement. P n NOTICE TOthe Agreeme enumerated therein,compliance by I the A written notice which the Contract by Owner to his obligation g Time will commence (with I gation under the C mmence to n COPY to Engineer) fixing Contract Documents. and o dents. which Contractor shall tstarto date on 1 Perform Conditions of the Contract I1-3 Section 1 ■ 1.2e OWNER representative I thereof named m the COnttact I The Owner is the person or entity or authorized rep Documents. CE AND PAYMENT BONDS by the 1.21 PERF 'N of security furnishedfaith on the I are the approved form a pledge of g the andI payment Bonds Bement as The Performance prior to the execution of the Agf the Contractor's default, fait of all and Surety an in the eventI der the Contract Documents and the P 1.22 Contractor the Surety p� of the Contractor and un obligations i Contractor's sing thereunder. I obligations OJE d under the Contract Documents may be The P� the Work to be provide Documents.The total construction of which the Contract Docum whole,or a part�indicated elsewhere in the I Bid Documents 123 pRppOSAL Work described in theed and secured bidder to perform the properly I Deal is the offer of a the prescribed Proposal form, The Prop and submitted on p when made out REPRESENTATIVE I PRE the site or any part thereof. 1.24 RESIDENT PROJECT ItE ed to representative of the Engineer who is assign The authorized repr prepared OP D�WINGS ch are specifically P 1.25 SHand other which distributor to illustrate illustrations, schedules supplier or distri performance diagrams, ufacturer, fabricator, standard schedules, P fabricator, All some portion i0� a Subcontractor, man brochures, edules, p by Contractor, the Work and all illustrations, by a manufacturer, equipment for some ortion ofand other formation prepared aterial t p instructions, diagrams Contractor to illustrate m charts, instru and submitted by supplier or distributor I Work• portion of the of the CIFCATIONS and consisting That1.26 SPE Document generally bound in booklet form I portion i e the Contract 7 (b)of the Conditions of the Contract. P Paragraph 1 documents identified in I CTOR th the Contractor and 1.27 SIJBCONT�' a direct contract wi but does not having o f the Contract, e person or other entity Tiers. I the Contractor in executing any material supe The Sue any behalf o his Subcontractor or any acts for or separate Contractor or I include any 1-4 Conditions of the Contract Section 1 • I 128 SUBSTANTIAL COMpLETION I The Work (°r a specified Engineer as evidenced part thereof) I in accordance with CY his certificate has Progressed rtificate of S to thepoint for the Purposes ontract Doc ubstantial Completion 'here, in payment is was ' the Work ' it is sufficientlyr) opinion of and "substantially in accordance t intended; orif rhat (or specified complete, I ubstanally co with Paragraph there be no such fled part) can P te, completed"as a gr ph 9.10 and 9, Cns"subs issue be utrliZed 1.29 SURETY applied to any Work refer tome terms ,subs d, when final "substantially A SuretySubstantial Completion thereof te" is the person or other entity executing the Contractor's Bid,, Performance and Payment WRITTEN NOTICE nt I Written Notice shall be deemed to I individualertmail to the individual ohave been or served if delivered in as oentity. cshallbe the duty of each er entity or to the last knowperson b Son or sent by registered I address until completion Parties to the °f such 1.31 Wpm pletion and acceptance of ie pleted construction The enl d under the Contractor the various separately furnishing labor and Documents. P ately identifiable I all as reqb uired by Wishing and Inco Work is the partsthereof the Contract Document°rating materials and result o f required to equipment performing services, into the construction, I I I I I Conditions of the Contract I1-5 Section 1 ■ I CONDITIONS OFTHE CONTRACT SECTION I2.1 PROPOSAL BIDDING RE AL FORMS UIIZENTS IThe Owner will furnish Proposal Forms to any NATION Qualified Bidder OF UANTITy ESTIMATES STI TE upon re The schedule � request be increased quantities as listed . S I , decreased or omitted the Proposal Contract Documents. necessary are to be considered 2.3 EXAMINATION �'to complete the Work approximate only and rna Each Bidder is OF PLANS SPECIFICATIONS abed� the Y Specifications required to NS �D WORK I that he and Plans. Submission care SITE I has made such ubniission o f a Proposal the site of the encountered posal Work and a character,amination, has familiarized a representation e re ' the proposal F furnished arized P septation °mss, Documents. quality and quantity of himself with has correlated his observations by Bidder 2.4 ADD tions wit work be performed and aeons to be SDA requirements of theserial ontroabe Any Addenda nda issued Prior to I and shall acknowledged made part o the time of receipt of proposals Y the Bidder in his Proposal. shall be included in the Proposal N OF BID each Addend shall be The bidder shall sub I spaces in nut his Proposal interlines bidder e Proposal must on the Pr shall ben, alteration or be filled in clearlyosal Form signed in erasure m and correctly by the I ink by the i must be initialed rrectly in Owner. All blank individual or by the signerink or 2.6 RESERVATIONS AND/ authorized representative f the proposal. Theden AnY I Reservations OR EXCEPTIONS ming the Proposal. 1'vations orPosal. will be dee exceptions shall be such reservations deemed to be a clearly Y stated I conditions, their or exceptions constitute into the and attached to additional stipulations tute a substantial prop°sal. d e erendered d;veaJ. They Proposal nor non-responsive, n the advertised termsthat if ro Qualify it in any other manner.Bidder shall make do Conditions of the Contract annex. Section 2 2-, 1 each Proposal shall be I or Information to Bidders, that the Bidder will 2 f BID SECURITY •sement for Bids, tont pledging each will, if shall be vertl requited form and am s Proposal onnaidd of the I I stipulated in the Advertisement dthe If so stip a gid Security inthe terms stated in his the faithful pert accompanied by with the Owner on 6 covering the Bidder refuse to Contract der in Section der. Should omit of the Bid enter into a described hereon arising thereunder. the an' Owner wish bonds as all obligations if required, enalty 'The payment of sh such bonds, not as a P been Contract and the fail to furnish damages, (a)the Agreement has such Contract or weer as liquidated til either award has enter into forfeited to the of Bidders un whoms be shall be forf • the Bid Security shed by the Contractor unaccepted Proposals may Security e right to retain so that Contractor will have made if required,have been elapsed executed and bonds, specified time d, I exec or (b) the sp rejected. been (c) all Proposals have been rej withdrawn,or I The envelope shall be OF PROPOSAL el sealed• and the Project 2.8 DELIVERY envelope and securely e of work opaque the Bidder, the typ ate walling envelope laced in an°paq in a separate Proposals shall be in I Each Proposal shall be P name and shall be enclosed All so marked as to indicate the envelopethe face thereof. If mailed, the sealedENCLOSED on , Designation. "PROPOSAL the time set for bid opening. with the notation " ig recipient before the office of the designated recip • e date and Place designated in the s PROPOSALS the time,2 r posalsOl'ENG OF and read aloud at Proposals will be opened publicly Advertisement. PROPOSALS omissions, alterations, U ATION OF PR ent for BidsI for 2. 10 EVALUATION V AL Proposal if it shows any Bidder further to reject any time established in es the right subsequent to the Bid Security• Thethe same or The ec Owner resewany requiredduties, , is submitted subseq ed by osals and readvertl$e "� inform irregularities, unaccompanied reject all Prop ht to waive any of receipt of bids, or is of the Owner to teOwner reserves the rig owls, comparison acknowledges the rig event,the unit price Proposals, control in the I ents.Inev any the Proposal. On and unit prices On fixed different Bid D°C deviations in prices summation thereof. or minor o f the stated unit or summ h1e basis o f the lowest irregularities the basis and the extension irreg will be made to unit price I Proposals between the of Proposals will be ma a discrepancy owls, comparison event of rice Prop ent. or lump sump responsive to the Advertisem price that is resp I I 2-2 Conditions of the Contract Section 2 11 • ' 2.11 CERTIFICATION OF BY sub INDEPENDENT PRICE DET mission o fa Proposal, each Bidder c EINATION (a) The prices in ertlfies that: communication or agreee ment have been arrived at Y competitor for the as a matters relating to bout consultation,without other in th:0 ; 1 .ve Prposacompetition; any other bidder bidder or not beenI (c) Nor to the Owner r will not be O gly Pt has disclosed to firm to submit or mtonde or will be bympg of the proposals; any sub made the Bidder mita Proposal for the to educe an purpose o fres any other person or tricting competition. I 1 1 1 1 1 Conditions of the Contract 2-3 Section 2 • I CONDITIONS OF THE CONTRACT SECS LETION OF WORK CT PROGRESS &COMP I A�EXECUTION OF CONTRA AWARD ted and `�� W ARD OF CONTRACT responsible bidder is accep the necessary 3.1 A osal of the lowest respoe Owner will send him subject to the responsive Prop ent for Bids, When the lowest resp Advertisement been awarded to him, e �' contract has e limit established in Notice that the aired. the time Documents and a where required. 1 Contract g of performance and Payment Bond, furnishing°f ward and OF AGREENT the Notice of A 3 2 EXECU f ION l within 15 days after receiving encs and return the I in the Contract Documents sial Bidder may be responsible bidderchshall, contained forms The lowest resp encs, sign Insurance Contract Documents, such Bonds and signed Agreement and er. required to ash to the Own AGREEMENT Bond, where L FAILURE TO ELUTE AGRE bidder to furnish an acceptable pier may have the 3 3 responsible specified, liquidated the lowest resp thin the time above sp ing the Bid as upon default I Upon the failure of Agreement within accompany Owner but and retain the Bid Security ed of the Own required, or to otos execute the the sole remedy see fit to adopt. annul This shall not be which it Y I option to enalty• legal remedy a es and not asapenalty. adopt any damages Owner may by the Bidder the 45 days UR1T' thin I RETURN OF BID SEC will be returned wi 3 4 e lowest responsible bidder, in the Special Provisions.The t that of returned upon receipt of the Prop Securities, except Proposals unless stated otherwise All Bid Securi ening of Prop bidder will be r I after the date of wef e lowest responsible Bid Security e e Bond. executed Agreement andI e Notice a Proceed. OTICE TO PROCEED and without T N is the date set forth in the once ent of the Work ats the Workregularlymanpower and I commencement and shall prosecute the Owner, with such The date of COQ' stated in the Contract Contractor shall begin writing byithin the time Thereupon, the directed in W unless otherwiseTete the I interruption, to comp equipment as is necessary Documents. I 3-1 Conditions of the Contract Section 3 II • 3.6 CONTRACT TIME IThe Contractor shall time stated complete, in e above in Conoran acceptable Contract annex all of or negligence.e beyondnthe the control f Documents, subject onlythe Work ten �10� Written notice ofthe Contractor to extension forcontracted for in be waived. Ys of the Occurrence °the e Contractor's claim for suchis °ntractors d r eeable within I event giving rise to the claim; l i ion shall be without their fault 3 7 SCHEDULE OF ; otherwise given Within COMPLETION the claim shall I The Contractor shall sub schedules which with dates shall shot' at such time I �' the order • me as may reasonably of completion at which the Contractor in which the Contractor ore by the quested of the several will start the several proposes Engineer, Parts. Parts O f to cam' on I 3.8 COMPUTATION OF the Work the Work, TIME and estimated dates when any period to exclude the first of time is referred falls on and include to in the Contract Jurisdiction the y or Sunda the last dayDocuments by da of such period such dayY or °nada If Ys' it shall be I shall be omitted from ill de a legal holidays by thelaw of any such period computed 3.9 LI UIDA TED DAMAGE putation of the od S applicable ' 3.9.1 Time is entitledthe essence withinto liquidated damages the contract. The Contractor time thereby a 1provided for in the Con the part of agrees 3.9.2 Should tract Documents.the Contractor tont the Owner will be mated damage Contractor fail to complete Complete the Work I e monies due or coming amount specified in thecec ctonbutasliquidd aduemte the iaefore the damages foraContractor povioO specified date,because ofdafthe s acor ll be paid to all be deducted the extreme specified date for every calendar the Owner not from unc Owner would sus me difficulty o fasce Completion, day that the a penalty fain. ascertaining and establishingi i d tua/ damages shall remain I ansa d the actual are specified herein amages which the I I I Conditions of the Contract Section 3 3-2 II I CONDITIONS OF THE CONTRACT I SECS CONTRACT DOCUMENTS:INTENT AND REUSE i CT DOCUMENTS en Owner and Contractor I 4.1 INTENT OF CONT' Agreement between rise the entire e Order. Documents comp written Chang , 4. 1'1 The Contrark They may be altered only by a wri as if called one is binding ambiguity or concerning The the Work. complementary;what is called for by conflict, am Documents are comp work the Contractor finds a at once and before Contract D ance of the engineer in writing Owner or 4.1.2 The the perform he shall report it to eng for by all. If, during eats, Contractor shall not be liable to Owner ct Documents, however, asha in the Contract D discrepancy in the Contract or discrepancy thereof. I with the affected thereby;ambiguity have known proceeding ort any conflict' Engineer for failure to rep knowledge thereof or should reasonably tete project (or part Engin a compthat may unless Contractor had actual kn describe Work and Drawings to Documents. Any produce the Specifications the Contract D being sequined to It is the intent uf the in accordance with Drawings as When words which 41 3 called for. I thereof) to be constructed Specifications Or specifically equipment, be inferred from the P Work,materials or eq p reasonably supplied whether or not it is spo describe Reference t0 standard be meaning are used such meaning or to the code intended resultOsha techn caor trade m with I have a well retell in accordance organization or association,shall mean the shall be interpreted technical society, implication, on the such wordsspecific or by p °f Bids (or, manuals torh codes of anytime of opening specifically specifications, tat authority,whether such reference be be otherwise sP I of any governmental manual or code in effect at except as mamanual or code (whether or specification, there were no Bids), latest standard sP reement if specification, a the duties and of the referenced standard sP ocuments) shall Chang those I effective date provision of any Contract D to ees from Documents However,no of their agents Ore Contract stated. orated by reference in the or any specifically incorporated Engineer, relations of the not sp Owner, Contractor Cla fg Clarifications and interpretations responsibilities Of 4.4. I set forth in the Contract Documents. Engineer as provided for in Paragraph the place of the Project. g of shall be issued by governed by the law I 4.1.4 The Contract Documents shall be g CEDENCE or provisions of the Contract Documents, 4.2 ORDER OF PRE 111 among any of the terms DO Precedence:under between or to the intent of the Order Contractof Pre conflict resorting the following If there be a be reconciled s 1 ing I which conflict cannot Paragraph 4. 1,the conflict shall be resolved by app Agreement; t (a) Agr Contract; (b)Conditions of the (c)Special Provisions; (d)Specific Requirements; 4-1 Conditions of the Contract Section 4 • I (e) General Requirements; (f)Drawings. I4.3 DISCREPANCIES IAny conflict, ambiguity or discrepancy in the Contract Documents of the Contractor fails brought immediate) ' no whomatter how arising out o f Engineer of which it w to bring Y to the attention of the Engineer any such conflict as or should have ambiguity I , ambiguity, have gusty or discrepancy for 4.4______________ __ADDITIONAL gusty, or discrepancy been aware, shall pancy to the INSTRUCTIONS assume the risk of loss Further or additional r or the use of Drawings rumay be issued by the En illustrate Chan g or other sneer during the progress of the Work Changes in the fieans to clary g Work or Field f the intent of the 4.5 DRAWINGS Orders. Contract Do SPECIFICATIONS cuments or to explain Contractor CATIONS qT JOB SITE shall keep one record copy Drawings samples of all S g the construction at the site Specifications, I delivered to process. ' in good order and , Drawinnotate to Addenda Engineer for These shall be annotated Modifications 4 6 Owner upon completion to En show all chap ' OWNERSHIP OFDRAWINGS Rq W Pletion of the Work.Engineer for examination and shallade I D INGSbe All original D AND SPECIFICATION AND RE remain ravings and Specifications his grope ns and USE to this Pro' ' Copses thereof other data Project and are will be furnished Prior written not to be used furnished to O by the Engineer Engineer. are and shall requirements g neer Sub project or be used onlyowith res publication in derogationpurposes in connection distribution to respect oth of the with the meetwithout the 4.7 DIMENSIONS Engineer's common law copyright are not to boffie regulatory I ght or other reserved Construed as Figured rued rights. dimensions on the ambiguity, orPlans will be discrepancyused ' Proceeding with t shall be in Preference the a he affected immediately to scaling the attention of the Work. Contractor Y brought to the Drawings. Engineer such Co shall assumeattention ofDrawings. Any conflicts, rint conflict, ambiguity, the risk of the Engineer before gusty, or discrepancy. loss for failure pancy, to bring to I I Conditions of the Contract Section 4 4-2 • CONDITIONS I OF THE CONTRACT 11SEC_ TION 5 POINTS AVAILABILITY OF LANDS PHYSICAL REFERENCE , S u on which the Work I ILITY OF LAND Documents,the lands p designated for 5 . Owner are design as indicated in the Contract Documes in existing furnish, ss thereto, and such other lands a anent g ed for I 5 1.1 O�,"net shallfor access Contract ofCo rights-of-way is for permanent structures otherwise provided in the is to be performed, Easements Owner, unless the use of Contractor. and paid for by facilities will be obtained that may be and access thereto ontractor Documents. and equipment. expense,provide for all additional f m riaof workmen to those 5.1.2 shall,at his p facilities or storage d operation int at his I shall Contractor oach construction fac storage of materials an e uired for temp and equipment, r ineand such additional areas which he may pro q machinery ents I confine his mthe Contract Documents areas described in expense. written , RIV ATE pIZOPFRTY for any purpose without obtaining ro erty 5 2 P private property reservation of all property,shall be responsible for the preservation shall use every f o I ht-of-way, carefully The Contractor shallwnor thereof,and he t to the street and/or rig shall protect agent has permission from the etc., along and adjacent thereto. He ones, damage or injury until an authorized trees, Bance to prevent markers until directed. I necessary monuments and property d them precaution damage all disturbance or wise ise referenced their location and shall no remove witnessed or otherwise principalcation of the I Work. SL1R� EYSestablish all base lines for then s adjacent to he W all 5.3 and make a I specified,the Owner shall number of bench ma ise sp ether with a suitable the Contractor shall dove i e locations and Unless otherwise work togstakes for p component parts of the atifo provided io the upon the inform including batter boards, responsible for carefully thereof Based for construction, Contractor shall be destruction necessary elevations. The and, in the case of the expense and detail surveysDints, lines and points and stakes, ed with other working points, reference p be caused by the bench otherwise, the Contractor shall that may preserving is negligence orbe responsible for y resulting from h and shall marks,reference points and stakes. damage resulting therefrom ssa loss or disturbance of such bench I unnecessary o f all utilities, the exact location of 5.4 UTIL_ I_T� verifying Prior to the start Project I be solely responsible for Specifications. companieshaving utilities in th The Contractor shall on the Drawings or referenced in the p whether or not shownContractor shall notify all utility any construction, 5-1 Conditions of the Contract Section 5 • I area protecting and tractor shall have so 1 cons maintaining sole responsibility construction, includinggall existing for providing teeing mains this responsibility, esponsibili limited to the period Project area d an support and °r other utility the Contractor of excavation, the entire for for such lines to es lines are Crosse actor shall ation, bac period of kf'illandcompaction. In whenever gas TIGATIONS meat'rupture or other l f�°jther stable support Reference investigationsis made to Reference iand tests otfhe subsontract Documents in affecting cost, subsurface or for identification Preparation °f or performance latent physical of those to c the progress or p of the Work w conditions at the reports Engin of Y or completeness Drawings and Specifications. Bich have site general information and if Inco been relied or otherwise conditions to n °nln Con incorporated into the reports or tests upon by Engineer his satisfaction tractor shall be the Contract Documents, not guaranteed as I Prior to submitting responsible for verifying they shall be 5.6 UNFORESEEN PHYSIC g a bid on the project. Eying site and subsurface `�' CONDITIONS Contractor shall all immediately notify conditions ns at the site Owner conditions°r referred to - and Engineer in Ming of I or in an existing ns and advise Oan there in the Contract Documents. structure Y subsurface or after, Owner weer in writing uments. En differing materially latent copies to En shall obtain the g if Engineer will Y from those further investigation I tests indicate and necessary gation or tests promptly review those indicate that Contractor n additions are necessary.EPromptly intended subs or latent that tests and anticipated t din the Con results of suchfurnish revisions Y Contractor, tract Doc Physical conditions investigations a Ch Documents, and which Which differ gatioiis or Change Order shall be h could not reasonably materially issued nably have incorporating the been necessary I I I I IConditions of th Section 5 e Contract S_2 • I CONDITIONS OF THE CONTRACT SECS LIC SAFETY I S LEGAL RESPONSIBILITY AND PUB INSURANCE AND BOND I INS ed be of obtained CE under this contract untilI 6.1 INSURAN commence work a certificate Engineer. The Contractor shall not General.. s Section and shall have and E g • surance required for The Contractor shall not comm all 6.1.1 G cored under this with the Own til insurance req policy clause Providing that all �w any o f the insurance p work on his subcontract on n a the certified copy commence policy shall written notice to Subcontractor to comped Each insurance thirty (30) days allow any been obtain Ce company I the Subcontractor has insurance 1 not be canceled by the ms CORD 25 it shall and Engineer of intent to cancel. C I C.C.701 or A Standard Form written notice to the Owner I Own on Stan insurance shall be submitted for 30 day of ins eci note the clause providing follows: Certificates specifically s clause shall read as expiration date forms and shall sp cel. before the I and Engineer of intent to cancancelled described policies be written notice to the certificate holder of the above d will mail 30 days 'Should the issuing company I thereof, the left:' Ce: The Contractor shall secure named to Insurance: and Employer's mdo er Liabili Compensation or indirectly I ee lifen & E Workmans directly Workmens Coms Contract, to ees to be engaged Contractor shall 6.12 n the of s employees Pie any to be is sublet, the Employer's and maintain during g required by law for all hi ce as q Compensation and in such Liability Insures' under this Contract. I Workmens directly on the Project similarly provide directly or in ee Benefit in the work to sun to be engagedother Employ e Subcontractor latter,s employeesCe required under any require ce for all the insurance Liability Insurance construction. Contractor shall ;a`°maintain the site of constru procure work. The required by : The Contractor shall p Acts in force or Automobile Liabili General and Comprehensive personal I rehensi e oGe General Contract, Contractors for Contractor during the lifefrom claims for damageshich may arise Automobile6.1.3 which shall protect him sdamage and maintain d ce claims for property himself or by any I Liability Insurance as well as frominsurance whether such operations be by them. The including accidental death, employed by either ofhazards: injury, under this contract, directly from operations anyone directly or in under the following I Subcontractor or byshall provide coverage shall be in amounts listed below and 1. Operations of Contractor. Contingent) , 2. Operations of Subcontractor 6-1 I Conditions of the Contract Section 6 • I 3. Products, including completed 4 Contractuale year after completion This ins 5• pro Liabilityrepletion or insurance is to be c (See Sectio acceptance°f the Vied for a 6. Broad Damage. e 6.1.5). work. I Form Property Minimum�' A11 Owned,Non-Owned Damage. Lirriits - d Hired Vehicles. I General Liability 1. Bodily injury $500,000 I00 each occurrence2. Property damage $500,000.00 co $ 100,000.00 eac completed operations I $200,000.00 ah occurrence Minimum Limits-Automobile mobile Liability I 1•Bodily injury $250,000.00 each $500,004 00 each person 2.Property damage occurrence $100,000.00 $200 each occurrence It is ,000.00 aggregate required that underground facilities,basic exclusions for so indicated as covered commonly known damage caused b I Conditions of wn as X, C, U exclusions, reexplosion, collapse m the declaration here collapse Contract will be n and on certificates , be removed and daof to where Pse do note waived on: 0%ebof insurance. from the Policies and blasting exist The exclusion o f ground This I g is not required, explosion will be projects where hazards ethe azards In addition wed on under plosion Excess n to all of the listed underground Projects Liability Policy in coverages, the policy in excess a minimum Contractor shall of$ 1,000,000 limit of$ 1,00 Procure and may be utilized to 0000.00. c maintain 6.1.4 ____________Builder's meet the above Y Umbrella � Umbrella Builder's Risk Insurance: listed basic covers Excess Liability Risk Insurance on a Before co coverages. materia]co commencement of contract Such insurance peril form the Work, the I Insureds, the msuraece s rri in the Contractor Owner hall contain an a full amount of shall agent, all Subcontractors, the Engineer and appropriate riderthe total construction construction , the the a his consultants totheiro include nst'uction and shall borne tepremises. equipment Contractors each of as Additional Named be bSuch insurance mayactors and officers, employees and shall clause but Subcontractors The Builder's not exceed$ 1,000.00 on the Risk the deductible amount I structures Insurance required herein only underground Y• The re shall apply to utilities requirements of t protects involving cons Iof the Work. property shall be the improvements waived on construction of Conditions of sole res and similar constructionPr°sects involving the Co responsibility of the Contractowork Section 6 Contract until fins] , but any 6-2 acceptance ■ I Work prior to I or use a portion or portions of the all agreed to occupy orprior to a time mutually the Owner findsillet it necessary occupancy shall not commenceor companiesem p If the such OccupI substantial completion thereof, r and to which the insurance company opolicy or policies.This insuranceactor and of the Contract to by the Owner and endorsement to the P Consent of the Con withheld. partial occupancy• eesContr Contractor roper' insurance haveconsented account of such p nc or use shall not be unreasonably P ed or lapsedosuch occupancy be cancelled or companies toand their insurance company and the Subcontractors their rights against each other (if and th I waive all rig and separate e extent The Owner and Contractoragainstthe Engineer fire Contractorsr s Perils any)to a and byinsurance applicable to and employees for damages caused agents and employees, other property a encs under this section or any Subcontract�surance provided covered by law, the Contractor ermitted by and employees I the work. To the fullest extent p and their agents to Insurance: Owner and the Engineer not limited Contractual and hold i harmless the Own engines, includingsuch 61 5 hollosses andWorkudgprbuten that any shall indemnifydamages, performance ofdisease or death, or from and againstari all claims, from the p in injury, sickness, the loss such Dux°f or resulting 1) itt butable to bodily Jincluding s,ion attorneys fees destruction sng g Is atm other than the Workany neg igent act or a to loss or expense ( ) ro erty ( , claim, damage' ible p P by by of them or to gr odtang whole or in part employedei in to injuryand (2) is caused init therefrom, one directly or less of r or notyany iateaa ridge use oneresufforSubcontractor,of them may be liable, reg ed to negate, ' of the Contractor, any of may obligation shall not be construed would otherwise exist as anyone by a p whose acts any hereunder. Such which indemnified obligation of indemnity part by a per' other right or I or otherwise reduce any this Section. by arty or person described in °f their agents or employees to any pthe Engineer or any employed by Owner or one directly or indirectly obligation I against nra the indemnification rindir ct indirectly In any and all claimsContractor, any Subcontractor, anyone amount or type of any employee of the of them may any liable,the the them or Section shall for not beee mact any way by Subcontractor under of any ofanyoneor for oreane ubconmployee benefit acts. ' under. this nefits payable theContractoracts or other compensation orb disability benefit damages, comp compensation acts, insurance shall be worker's or workmen s comp those covered by to I set forth herein shall uirements: Losses other than requirements as be necessary e Insurance theRe The insurance req Ce that may Minimum of Contractors. other insurance shall be their sole 6.1.6e MI the sole responsibilityrequirements only• Any Contractors and minimumprovided by be considered to be m stage must be p Owner provide adequate theI art oftheproject, ellbe place r6sponsibility• coverage the coverage e shall If a permanent boiler is to be installs as p and machinery and operation. This coverage 6 l.� Boiler Insurance' I taming all boiler inspection p responsible form for and Sub-Subcontractors. will be resp equipment is readySubcontractors an included in the interests when the er,the Contractor, of the Owner, 6-3 I Conditions of the Contract Section 6 I I6.2 PERFORMANCE 6 2.1 ContractorAND OTHER BONDS shall furnish Performance and P obligations under the Contract for the faithful Bonds, each in amount at least equal Bonds as , except as main in a all Contractor's is ns prescribed by are required by the otherwise provided ff :leastlicensedco the CoContract by lawCctor ial one current list conduct business in Documents and executedDocuments. Allshall also Bonds and the state where be by BOn shall be �A"Companies es Holding the Project is located, such Sureties in the I Audit Staff Bureau le Reinsuring Co ificates/o f Authority ated, and (B) are as (A) are be accompanied of Accounts Companies" �' Acceptable named y Parried by a certified ' U.S.USTreasury as Published in Circular ties on F the rtified copySure I of the authority thy Department. All Bonds u cular 570 Federal 6 2 2 If the to act. signed (amened) by the or its right Surety on an agent must ght to do Y Bond furnished b Iceases to business is to by Contractor is meet the requirements in anydeclared bankrupt or becomes insolvent Cher Bond Surety, both Ph 6.2.which sh Project is located it I etY, both of Contractor shall within 6.3 PATENTS FEESwhich shall thin A be acceptable to Contractor �ROYALTIES I shall pa all Performance Y license fees of patent rights the Work of an and royalties and i eci the CO Y invention, design, assume all costs i device is s copyrights held bygn, Process incident to actual specified in the Contract others. If a particular product or device which the use in the knowledge of Documents forinvention the Owner or use in , design, is the subject I Payment of any license Engineer its use is the performance of gn' process, product or Owner in the Contract fee or royalty subject tothe Work Engineer and Documents. to others, the existene patent rights or copyrights halland if to the anyone directly or indirectly Contractor shall of such rights shall bcallin I damages, losses Inde g for rights and expenses y employed by indemnify and hold disclosed by or copyrights (including attorneys' either of them fromharmless i and incorporationto the ys fees) and Owner Contract in the Work incident a use in the arising out of anyagainst all claims I Documents any invention, design, of Work infringement of patent of such rights. ' and shall defend gn, Process the or resulting ghts. nd all such claims Product from the ms in CO or device not s I 6.4_______________PERMITS connection with specified in the AND LICENSES any alleged infringement Al] permits and lice IContractor uses necessary for the prosecution charges,governmental commencement of the of the tal charges and i work. Contractor Work shall be inspection fees, shall secured 6.5 LAWS. ISG also pay all by the REGULATIONS AND SAFETY Public utility 6.5.1 Contractor 1 applicable shall give all Conditions of the Work I f Contractor and the Contract °ntractor obse comply with all laws Section 6 observes that the Specifications I 6-4 Pecifications or D ' rules and regulations Drawings are at variance • necessary changes shall be I and any performs any Work I prompt written notice thereof, if Contractornep toles and hen shall give Engineer Modification. laws ordinances, therewith, e Order or other M to such therefrom;however, appropriate Chang it to be contraryarising s are in readjustedi by an app in a positiono to know he shall bear allcosts s and Drawing I or beingEngineer,knowing in that the ulations, and without such notice to t gmake certain reg primary responsibility ordinances,rules and regulations. supervising all safety I it shall not be his p and accordance with such laws, maintainingprecautions for responsible for initiating, or loss to: shall be with the Work.He shall take all ne cessary' 6.5.2 Contractorconnection prevent damage, > I d programs in conn protection to precautionsand and shall provide the necessary P the safety other persons who may be affected thereby; employees on the Work and orated therein, whether in I(a) All P ent to be incorporated and all materials or equipment(b) All the Work lawns, walks' Ie on or off the site;and trees, shrubs, storage thereto, including relocation or o etty at the site or adjacent Hated for removal, c Other PrP structures and utilities not designated pavements, roadways stru orders the course of construction. rules,regulations and replacement in ordinances, or to protect them I 1 with all applicable laws o f persons or property jurisdiction for the safety required rbyt the conditicnsand 6.5.3 Contractor shall comply and maintain, as Teq He shall notify public body having jprotection. injury I of any s or loss. He shall erectfor its safety and them. All damage from damage' injury all necessary safeguards the Work may or indirectly, in progress of the Work, prosecution and (c) caused, emdirectly when employed by any owners adjacent utilitiesSection 6.5.2(b) directly or indirectly Contractor. I property referred tomshall or in remedied ed byl continue or loss to any byContractor, any Subcontractor orb bthe Work shall of them may and liable, haon of Owner and whole or onfor whose acts any e safety issued a notice to I of them or any and responsibilities for to and Engineer has duties Work is completed Contractor's all the until such time as table. Contractor that Work is acceptable. o f his organization at the site whose utY member superintendent unless nate a responsible Contractor's This person shall be 6.5.4 Contractor shalldesignate of accidents. to Owner. shall wi the P ting by Contractoragents and employees I Hated ill writing and their otherwise designated and Engineer s' fees) arising out the Owner including attorneys' including I agreesof to ,losses, and expenses(. 6.5.5 Contractor ds losses, damages anysafety law, regulation or code m theviolation of against all claims, Contractor's rodent precaution. without or limitationitfrom OSS) or any other p I 6-5 Conditions of the Contract i Section 6 I 6.6 WARNING SIGNS AND BAR The Contractor actor shall provide adequate signs b ibarricades and ns for barricades, colored lights and/or watc operation from sunset to sunrise. rotected at night by colored the safety is themen and d signal lights which public. All shall be 1 1 1 1 ' COnditi0 ns of the Contract 6-6 Section 6 ' • I CONDITIONS OF THE CONTRACT I SECSEC�N�7 _CONTRACTOR RELATIONS: I EER-OBER INDEMNIFICATION ENGINEER-OWNER-CONTRACTOR N GINARBIRp,TION: Y and I AUTHO�T The duties GINEEWS STATUS AND construction period. 7.1 ENthe construrepresentative during I Owner's representative during Owner's of Engineer as without written Engineer will thebe shall not be extended 7 1.1 Eng d limitations of authority Documents and responsibilities an set forth in the Contract Docum I construction are various stages of Owner and Engineer. ropriate to the vari consent of and to determine, in the site at intervals appropriate will make visits to o f the executedDocuments.Engineer is not I 7.1.2 Engineer the progress and quality the Contract Docum quantity of coon to observein accordance with the quality or n Owner re uir if the Work is-proceeding site inspections to check ne r will keep general, nous on- observations, Eng against defects and make exhaustive or continuous and on-site obserymrd Owner required dto f the basis of such the Work. progress of the Work and will endeavor to g informed of the I the Work. ro ect representative to deficiencies in furnish a resident project Representative Engineer willthe furnish The ResidentdeProject Owner and Engineer agree,performance o f and responsibilities e shall7.1.3 If bsautbor the pe O o f the Engineer. The duties I Engineer in o and directionand responsibilities of the assist ginter to delegate to work under the authoritynotthe Eng of the o the discretion of the authority duties Engineerf ct Representative shall 1 be toted thosecal n st the Resident Prole the Contract. It steal sand tasks are const ' the Resident s Pet oorth in Resident thatProareect within Representative may r toProject InRepresentativegeneral, ral, those dude the eneral, the duties of the R I Engineer to perform. In �e followings of,but shall not be limited to, General contract administration. I 1. work. measurements. 2• Unit Periodic e quantity andotheecord plana mud sur mems. 3 Unit price 9 and verify testsdisputes and perform performance. 4. Schedule, decision concerning 5 Monitor Contractor's progress p Provide information for the Engineer's review and 6. ProI such written clanflcations or defective work. promptness as Engineer s or otherwise)ari with reasonable form of Drawings reasonably inferable from the 7.1.4 Engineer will tuts (in thewith or clarification or of the Contract Doc shall be consistent written make interpretations whichContractor may determine e ContractoDocuments. If Contracteo obelievesac Time, may the I overall intent of increase in the0 or Section 11. interpretation justifies an a claim therefor as provided in Section 7"1 Conditions of the Contact Section 7 I 7.1.5 Engineer have will have authority to requireauthority to disapprove charge or not thewo k Tial inspection or refect which Work hjch is ge of or control over the worfabricated, installed testing of Work as provided defective, and 10 will also Dc6 Neither Engineer's shall have no authoritymcompleted. Engineer shall Paragraph 8. Documents P the w shall of have authority Work. such nor any decision tY t° act under this Subcontractor, shall n made by En Section 7 ntractor, glue rise to Engineer in good or elsewhere ' faith either to the Contract ai in employees or any other manufacturer, f byriCato su responsibility o f Engineer or not exercise n performing supplier or gineer to rcise 7.1 7 I f a distributor, orContractor, any shalle Resident Project g any of the work. any of thea. Y conformance provide a greater Representative is agents or to the re glee of assurance to ed to the project, the are for the benefit e q eater nes ofthe p not entract, er thatpurpose of ls effos xerciseone. Nei The Residethe work I Subcontractor, h authority shall Neither his authoritynt js constructed in ntractor, any all giveProject employees manufacturer, rise to any duty to act nor his decisiontRepresentative's efforts or an ' fabricator, supplier °r responsibility nto to exercise or Contract Representatives authority other person ng or ditor, or the ContractoDocentnor anY of the w° anY of their a any responsibilities of(� itatio rk The Resident gents O1 °nti act: çLPrns on EngiPro'orsnett Representative Superintendent.ty as set forth in lett "as Whenever ' ' or Contractor's Su undertake the „ allowed", orn the Contract Doc Ferintendent. any of the I "suitable", "acceptable", o f like e Documents the terms " used CePtable" effect °r "as ordered„ "as to describe t "proper", or "satisfactory",are use directed" ,� intended able",nems sfacto required", re Work that such requirements, direction, w r3'��' or adjecti;es the adjectives "reasonable", I for corn re menu n review or judgment of like nable , indicates that Ph , direction gment effect or al ante with the Contract , review Engineer as to import are IshalEngineer or Work, authority to undertake responsibility have authority Documents. The use of anwill be solely toe it is lhsuperviseY such term or evaluate the authority Engineer contrary to the or direct Paragraphs adjective never will Provisions ofp performance of the or procedures of construction,be responsible for C aragraphs 7 Work or En traction Contractor's 1.9 or 7. l• 10. Engineer will not bethe the Contract Documents.responsible for Contractor's precautions and methods, techniques, sequences Iare to perform incident thereto, and 7•l.10 Engineer the Work in Subcontractors, will not accordance with ntractors be responsible other persons at the site the agents °r employeesthe of acts or omissions o I 7.2. otherwise performing any Contractor of Contractor CONTRACTOR rmjng any of the or Subcontractor, or of any �S RESPONSIBILITIES work. , or of any I 7.2 ILITIES such attention Contractor shall s ntion thereto and a supervise and direct the I work in accord applying ante with the Contract such skills and expertise competently may b Conditions of the Contract tract Doc xPertise and efficient) Section 7 unlents. as maY be necessary Y, devoting The Contractor shall be solely perform the 7-2 Y responsible for • procedures of I sequences and work complies hips quality of workmanship, finished techniques, q responsible to see that the the means, methods, shall be resp construction. The Contractor a Work accurately u the Contract Documents. shall be main ned°nth accurately with Owner, The superintendent shall who is acceptable to the completion. given to the competent superintendent, to the Work until its comp cations e A comp envision and all communications be the responsibility of d give efficient supthe Contractor, cited, site an g to act on behalf of Contractor. It shall When req have full authority binding as if given to the all the Subcontractors. ant shall be asthe work of the Subcontractors. supervision and superintend superintendent to present e site top ' the Contractor's S sup shall be present ° the superintendentd lay out the Work qualified pensoririel to survey anI coordination. suitably Contractor shall at all times competent, Documents.provide comp bythe Contract D Contractor shall P ction as required I and perform construction and order at the site. employees discipline of hiserienCe maintain good disciplinethe conduct andskill and exp es be responsible for knowledge, employed by the 1 workmen must have sufficient kn workman manner, or appears to The Contractor shall at all times foreman and and/or any Subcontractors. Al assigned to them. Any work in a skillful mann immediately properly the work perform „ er shall beskillful removed to perform Prop does not p intemperate manner or totin a di or intemP r Work.Contractor or Subcontractor disorderly incompetent or to act in ain in any portion of theand workmanship be inco'mp employed again menu inspection and shall not be materials,equip duties with respect to n' 7.2.2.The Contractors e $et forth in Section 3, in Section 8. progress of the work ar are set forth respect to I duties 7.2.3. The Contractor's and 3.9.with resres onsibility and safety 3.6,3.7,3.8 and bonds,legal P I paragraphs ctor duties with respect to insurance 7.2.4.The Contra I are set forth in Section 6. SIBILITIES the Engineer. 7.3. OWNER5S 1ZESPON cations to the Contractor throughI Contract Documents The Owner shall issue all commune o f the Owner under theare due. 7.3. 1. er after they the data required to the Contractor promptly The Owner shall furnish as p providing, 7.32. tl and shall make paymentseasements and promptly lands and 5.1 and 5.3• The respect of providing in paragraph and tests of I 3 The Owner's duties in points are set forth investigations o f the reference of investigance 7.3 to establish copies of reports affecting perform engineering surveysthe Contractor Pand specifications. make available to preparing the drawings Owner shall conditions at the site or otherwiseI and latent physical upon by the Engineer in Prep subsurface work which have been relied 7-3 Conditions of the Contract Section 7 • Such reports Documents. are not guaranteed as to accuracy or completeness and 7.3.4. In co are not part of Section connection the Contract I 10, the O the Owner's rights to execute Change with (especiallythOin Ce ghts to request char ange Orders. certain instances as changes pa work in 7 3 provided inparagraph accordance with I S• The Owner's graph 10.4)is obligated forth in paragraph 8.10.2. responsibility in respect of certain inspections, tests and I7.3.6. In c 12 1 Paragraph with approvals is set graph 12 2 deals s right to stop certain circumstances. irc als work or sus I umsta12.2 with the Owner's right to terminate work,, See paragraphs 8. 7.4 ASSIGNMENT services of 17 and OF CONTRACT the Contractor under 11 The Contractor shall nee any Portion thereof neither sublet, sell Contractor is a Cooit his right, , transfer, assign or Otherwise dispose of stock in the entity, sublet therein of thisS C is the corporation , sell, transfer or as his Obligations the Contract or stockgiven, the Contractor , without thereunder, thereof, buts actor will be Prior written consent assign a majority , nor, if con percent of the totalhall perform, with Permitted to sublet of the Owner.f the outstanding stock shall original co his own organization,a portion of the c In case written all tele contract price. Work amounting or ase the Contractor of his liability under subcontractsuntmg to not less thanrate 7 Sor transferSO RIGHTS OF VARIOUS INTERESTS er the Contract or Bonds.of °ntract or corporate IWherever RESTS Work Work being done b covered by this established by Contract,by the Owner's forces or I general harmoy.agreement to secure respective ecoive rights of the varioussContractors is conte completion of the various interests involvedghl to 7.6 SEPARATE Portions be ICONTRACTS of the Work in The Owner may let Contractor Other contracts in I execution of hall cooperate their with Other connection with Contractors Work It shall be Contractors the Work of affecting the Contractor' with regard tothe Contractor. The estorageof permit him to CO g his Work and to s responsibility Engineer commence report to the h' to ins materials and g neer of such or complete his v, Engineer inspect all satisfactorily h irregularities work in a satisfactory any irregularities work by other of which he Could feted to shall indicate �'manner. which will Quid receive his Work the work of His failure to not Work of others not have receive The Contractors other Contractorsnotify the measure the after Work known n through reasonable inspection not be responsible has been between cora completed after the work in place It shall be Peresp thereof, whit for defects completed work byPace and re the responsibility of ch develop the Conditions others and the Dra ort to of the the Engineer immediately Contractor to Section 7 Contract wings I any difference 7-4 • I Owner or Engineer and any 7.7 SLJgCONTgp,CTS between the Own Bement I legal relationship under this Contractor's a Nothing herein shall create any be subject to the ctor's agreement and no Subcontractor shall have shall Subcontractor, upon receipt , . the Omer.The Contractor's award ofe names of the Contract Documents,the Contractor r thshall, P specified in the writing to the at the request 'Unless otherwise a Documents, submit in ed exceptthperson I 7 7'1 Contract t e Subcontractors may not be chang o of the executed for the Work. not employ any Subcontractor or other f the Contractor shallrincipal items of have Subcontractors proposed iOwner. to furnish the P inset may materials the consent of O those who are Owner or Eng writing or 1 or with against whom tincluding a substitute ag or organization identified r writing reasonable organizationwhether initially or as person and not identified nto in equipment), A Subcontractor or other table to Owner and erand objection. prior to the Notice of AwardEngineer shall 1 Contractor will be deemed acceptable or Eng Owner Engineer r e Notice of Award nation by Work. If Engineer prior to other person or organization rgan reject defective other by Owner or Eng ce of any Subcontractor, or Engineer to ccs tanright of Owner objection to any Subcontractor, Engineer. A p waiver of any reasonable Contractor shall constitute a ation has Notice of Award shall notafter due propinvestigation y after the Contractor shall not Owner or Engineer Contractor ein the Contract Price• t whom Contractor I organization le Subcontractor by person or person or organization against acceptable Subcontraacor,other ang submit anotherto any Subcontr , be required to employ s Subcontractors and I has reasonable objection. of persons ando of hi and responsible for all acts o omissions by them Contractor is directly or indirectly same extent ofat Nothing and 1 7.7.2 Contractor shall be fully them may be liable to the Contractor. and organizations actsons employed by inset r persons whose my of Owner or Eng nations forpersons directly betweenContractor, organizations the acts and ocreate of responsible for shall create any contractual relationshipirect contract�� e I resp nto organization having or to see to to, the Contract Documents person thof Owner or Engineer to pay except and any l itSubcontractorretor other person organization, other obligation any on or nor shall it create any s due any Subcontractor or other sh to any Brit of any money law. Owner or Engineer may furnish punts paid Subcontractor Contractorr other pays required by practicable, evidence of am otherwise be q to the extent p I on person or organization, Drawings account of specific Work done. the Work Specifications and the identificationsi of ate g and for in sdi of the ng the Work among Subcontractors 7 7.3 The divisions dividing shall not control Contractor in to an appTOpriate to be performed by any specific trade. will be pursuant Contractor by a Subcontractor will be y binds the Subcontractor ae Work performednContractor for Con 7.7.4 All and the Subcontractortrct Documents for the benefit of shall pay seri paragraph 6.1.4. agreement bettyand conditions of the required by p and I to the applicable terms aiver provisions as q Engineer and contains 7-5 1 Conditions of the Contract Section 7 • Ieach Subcontractor Factor a just share under policies issued pursU anyinsurance moneys received 7.8 ORAL o Paragraph b Contractor on account of AGREEMENTS6.1.4, Y INo oral order, the terms , objection, claim or obligations c0 or notice by any party of the Contract Documents contained in I whatsoever, umcon shall any of the Contract theothersshall refect or modify and is evide Other than b be held wnents� and rice s Y a definite) tO be waivednone of the of hall n introduced in agreed upon waiver or modified the provisions I b 7.9 IV0IVDISCRIN411VATT0 any proceeding of othe°r Wification tlieeof m any act For Work EMPLOYMENT alter or modification writing, under these Contract (a) That inDocuments, the Contractor agrees: this Contract e hag of CO ' es. I by reason of race, y subcontract or skilled labor for creed retract hereunder, d the performance of any work 1available to origin, discriminate' material supplier or under (b) That perform the against the vendor shall no Contractor Work to which such Person or shall, against or , material supplier employment relates;persons I intimidate or prate PPlier or vendor hued, rev e Work under this ent conspire e nt the employment o f shall, in an discriminate Contract o Prevent any person or personerson or perms, d1 innate 1 n account of race, creed (c) Violation of , color from the performance being Agreement bas section °r national o imance o f the between Owner and shall be cause for origin- (c) I 7. I O DECISIONS Contractor, cancellation or NS ON DIS termination of 7.10. AGREEMENTS the 1 Claims I the Owner relahnisPutes, disagreements, or Other Documents shall disputes, the execution °r matters in within a be referred initial) progress of the Question be Ireasonable time Work or th:interpretatithe between Contractor and 7.10.2 decision h he will Any clanof the Contract 1dii$, dispute, render in writing sagreement or except any which h pita disagreen1e other subject to arbitrationas been waived matter However, no demand for der Paragraph waived by the making or acceptance eptan at has been referred to the Engineer,I of belowof the date any such upon the written payment, shall be day after the °n which clan demand of either reasonable parties have the Engineer has e dispute or otherParty. date. opportunity to presented their evidencerendered his written matter may be made I do so, if the Engineer has not the Engineer or decision, or the tenth 7.10.3 I f °t rendered have been a decision of his written decision b given a appeal, no demand the Engineer isY that Conditions of the for arbitration made in Contract n of a clan writing and states Section 7 m, dispute or that it is final 7.6 other matter covered bybut subject to such decision • making the demand which the Pte' days' period will thirty days after the date on thin said the Owner and the 1 may be made later than demand arbitration winding upon initiated, The failure to final and have been received the decision• decision becoming proceedings proceedings , the Engineer's decision after arbitration supersede any arbitration result in meet renders a will not sup Contractor. If the Eng evidence but such decision may be enterable o the parties concerned. I unless the decision is acceptable or relating to, the TION arising out of, waived by the I 7.11 �gITRA matters in question which have been the and other m t for claims within All claims, disputesthereof, except demandarbitrationbe n tion making Documents or the breach ed by failure to with payment, or barn accordance "`'1 unless the Contract Docum of final paYm arbitration in then obtaining mang or acceptance shall be decided by Association m accordance time limits specified, the American Arbitration shall be conducted s the Arbitration Rules ofPre-arbitration discovery ere arbitration n relating entity II Industry otherwise. Pre-ar Civil Procedur • any person mutually agree Federal Rules of otherwise, other parties m 37 of the F joinder or consent of such 26 consolidation, without the writtenenforceable under the with Rules thethrough include by o this Agreement specifically I Contract Documents Engineer),not a Pte' arbitrate shall beand judgment including the Eng s agreement to arbitrators shall be gjurisdiction. ( or entity• This d rendered by the having person law The away with applicable law in any COQ to the r prevailing arbitration er arty on it in accordance writing with the ° P the may we entered uP shall be filed in shall be filed v�nth d for arbitration and a COPY ecified and in all , deman bitration Association, uestion has 7 112 Notice the the American Ar made within the time limits specified other matter if q equitable Contract and arbitration shall be claim, dispute or o f legal or 'l'he demand for ar after the when institution ed by the Engineer• n a reasonable time er the date would be barn other cases withi made aft uestion event shall it be ute, or other matter in q arisen, and In nO claim, disp , based on such proceedingsaprogress schedule during any applicable statute of limitations. and maintain th im and the Owner in writing. carrY on the Work agreed by I Contractor shall proceedings,allunless otherwise 7.11.3 The other legal arbitration or oth the DE�,nIFICATION and hold harmless , from and against all claims, damages' '7.12� bylaw, the Contractor shall indemnify fitted agents and employees sing out of or resulting from To the fullest extent permitted their ag e s fees amage, loss or expense g1) is I Owner and the Engineer andclaim, of tangible attr including but not limited to attorneys' e or destruction and expenses,Engineer provided that any or to injury toand (2)ac is losses o f Work P disease or death, therefrom, the performance , sickness, the loss of use resulting subcontractor, erform ess, than the Work itself) including Contractor, any of them cause in to bodily injury, f t one for whose acts any property (other byany negligent act or omission°f the denitrified hereunder. propany of art by a party in right or caused in whole or in part employed by it other indirectlyotherwise reduce any anyone directly whether or not is e,causeddge or may be liable,regardless not of construed to negate, Such obligation shall be 7-7 Conditions of the Contract III Section 7 1 obligation of indemnity demnity which would otherwise IIn any and exist as to any party or all claims person described in this In of them l of the Contractor,tthOwner or the Engineer under or anyone for any Subcontractor, or any of the' any this Section 'hose acts any of ctor, anyone directly agents or employan ees by worker's or manna shall or benefits m any way b able, the indirectly employed by workmen's compensation Payable by or for Y any Contractor o on Subcontractor obligation acts, disabilityor or tape of benefit acts �y Subcontractor or other employee benefit under der 1 1 1 ts. 1 Conditions o Section 7 f the Contract ' 7-8 • CONDITIONS OF THE CONTRACT SEC- WORKMANSHIP MATERIALS E•tJ1pl�NT INSPECTION ANDW , T FURNISHED BY CONTRACTOR construction E�UEpMEN co I 8.1 MATERIALS AND labor, transportation,telephone, water and all materials, equipment, light, heat, testing, I 8. 1.1 Contractor shall furnishels, appliances, fuel, power, for the execution,Trent and machinery' and incidentals necessary equip and all other facilities initial sanitary enation completion of the Work. rovided I operation andquality, new unless othe�anedphall not initial p of good q esSother the Work shall be ents of the Specifications,aired by Engineer, materials used shall meet the requirements Engineer. If req kind I 8.1.2 All m Documents, the Eng aired tests) as to the for in the Contract into the Work until reviewed by reports °f req incorporated theevidence (including P be incorP sh satisfactory Contractor shall furnish equipment. used, cleaned and quality of materials and equipm connected, erected, lied, installed, conn manufacturer, fabricator, and equipment shall be applied, of the applicable m I provided in the Contract Documents. 11 8.1.3 All materials q with the instructions s p conditioned in or,accordance t as otherwise supplier or distributor, SANDE UIPMENT I�V ALENT MATERIAL Drawings or Specifications 8 2 E the Drawl g fabricator, e specified or described nhe awingsmanufor Specifications icat and ar P or the name of a particularI whenever materials or equipmentitem to establish the type, is name of a theonne�' is intended the of the item words indicating that no by using namingsuppliers or distributors supplier or distributor, the name is followed byens, fabricators, to allow ', re, materials r Unless of other manufacturers, named. quality or equipmentinformation is submitted bynt Contractoro that permitted, o deter lEngineer if sufficient inform ro proposed is equivalent and 8.2.2 below The may be accepted by equipment p P paragraphs 8.2. ire that the eer willl or ea Set forth in p Engineer to determine byEngineer be as General and Specific Requirements• accepted by s procedure for in review ant will not be 8.2 supplemented in the , of substitute items of material and equipment sh or use a substitute to furnish Engineer for for review Contractor.If Contractor wishesen application substitute item Requests °ne other than ` cation t to the fun ctions Engineer from any Contractor shall make perform of material or equipmentthat specified and be that the proposed substitute will to that specified. The eche certifying be similar and of equalfunction as suiteacceptanceoh edesign, the same fun Work will , and capable of performing the substitute for use in the called for by the general use acceptance ofdesign to the substitute and suited to the samewhether or not to adapt the Work is subject to require a will stateor Specifications connectionwiththe a change in the Drawings s of the proposed substituteis frombthato I the substitute in conn por use alof All variation whether or not incorporation se fee or royalty. payment of any g-1 Conditions of the Contract Section 8 I specified shall Il be identified Icosts replacement service will be • in the application and available of redesign and claims directly or • Ylication will fain maintenance, and all considered by result of indirectly also con ' repair Contractors from acceptance an itemized I Contractor furnish other actors affected °f such substituteestimate of be actor to m evaluating the by the result' g , including Engineer will be the sole Contractor's expense proposed subst�tute.change, all of which shall I Without Engineer's .lodge of acceptability, data Engineer Contractor'sexpense bprior ptabili to about the may require written acceptance.t3', and no sub proposed substitute, expense a S ptance. Owner stitu i will be substitute, pecial performance guarantee require ordered or I Conti. installed 8,2,2 or Other surety with tofurnish at Engineer will recordrespect to any substitutions time I occasioned proposed byrequired thereby. Contractor by Engineer and reimburse O y' Whether or not Engineer in ung changes Engineer's Drawing tants Owner for the characcepts a ges in in evaluaContractor s tin proposed substitute, charges of proposed Drawings °r Specifications I Engineer and P d substitute Engineer's consult ' Contractor shall 8.3 MATERIALS FURNISHED ants for evaluating an 8.3.1 Materials specifically BY�y`'NER Y the Oof the materiasintthelWlcated shall be furnished bthe O he shall notify the discovers shall inspect Owner. Before Engineer. any patent defects nmaterial furnthe i materials so Incorporating 8.3.2 Ufurnished by furnished Y I mess otherwise considered to be noted ors , f.r b the nearest railroad ally stated the materials to , materials loss. The Contractor.b. site, unload and station or truck line. The b I at theshall properly by the Owner are point of deliverybe responsible for Y Protect all such Contractor shall material loss materials from damage 8.4 STORAGE OF MAT °r damage after receipt of amage or ERLA LS materials Materials Shall be 1 fitness for the SO stored b Other hard Work. When c by the Contractor clean S considered as to ins Stored materials s surfaces, necessary, ore the Preservation of hall be , and/or they shall be they shall under their quality and I be used for storage locatedPlaced Placed on wooden Purposes so to facilitate under cover and platforms or without the prompt inspection, not on 8.5 SA�p S written permission Private property the ground I of the Owner or shall not All samples thereof amples called for i the Contractor in the Specifications I furnished and shall be or required b shall so as not t° dela submitted to the Engineer the Engineer furnish such samples Y the commencement gineer for his shall be furnished ment or by of material as may be eq Pletion of the Samples shall be I required for extniPrOlect. The natio Contractor Conditions of the nand testing. All Section 8 Contract 8-2 I roved samples.accordance with app the pecifications.les. All samples of I I and workmanship shall be in provided for in materialstests shall be taken according to methods p materials for PRODUCT DATA suctions,brochures, 8.6 FURNISHING OF performance charts, instructions, product or Data are illustrations, standard schedules, P shed bthe Contractor c illustrate a m Product ormation furnished diagrams and other information may be required by system for some portion of the or such additional copieslasd requipment one copy, for every mandata, material the The Contractor S, of furnishcomplete Product Data specific performance item a catalog of uthe Work, including p thickness,brand name, I the Special Provisions, be used ina material gage or and all components to working pressure,tion,rating, capacity, description, the Engineer before any of I number and general type• and reviewed by be compiled by the Contractor 8.6.2 This data shallI is ordered. specification section and Paragraph for easy the equipmentto 8.6.3 All data shall be indexed according e Contract, and may not be deviated from reference art o f th .4 After review,this data shall becom�ee. gu on written approval of the Eng case supersede the I exceptP the Engineer does not in any Contractor from reviewed byin Ming called the I Product Data for equipmentthe Engineer shall not relieve has or shall such 8.6.5 P Documents. The review by s or Specifications unless data. N I Contract Drawing -furnishingthe items furnished' for deviations fromthe time off sort said with the Contract responsibility to such deviations at for errors of any the Engineer's attention from responsibility the Product Data relieve the allCocheckractor the Work described by review shall check The Contractor and errors. shed fit the , Documents for deviations that items to be fes" Docurncertain space nicherequirements, responsibility of the ContractorasureeTnents to as ent that the the resp necessary field m and shapes or equipment incl It shall besand Specifications. He connections, and shall ordersuch e DIang space available. for �nnl make meaning installation 11 tb thoseon . shote is final installation shall suit the intent and ment of connections from t so as to allow l the equipment I requiring different arrange d Specifications, and to ent esp o f the Contractor to instal 8.6.7 where equipment responsibility the Drawings anections. allowed, it shall be thewith the intent of iof conn eges in and in work harmony the different arrangementI for proper operation in the required by hasreviewed, make all ChangContractor after he cements of the promptly submitted byarthe armony with the req Product Data shall be P if they and after he has verified all field 8 6 8 roved the data s ofdetermineContract Documents checked and app provisions the Project and with the P I 8-3 Conditions of the Contract Section 8 II Imeasurements submittingd construction been the Product Data, criteria, mate ' coordinated with ' the Contractor rials' catalog the Contract Documents that the numbers and 8.7 UALITy OF E uments and all relevantwork eldrepresented similar In I conditions by the data has PMENT AND MATERIALS 8.7.1 In order to establish to certain products by standards of eliminating namea and quality, the Engineer, where g from competition catalog n , in the Specifications, fully sui petition other fiber. jis Section table in Products o f e Procedure . has referred 8.2 for design unless otherwise equal °r better quality is not to be construed no ion substitution procedure). as ger available specificallyty by other Sects cable ' Contractor ure). If a Product referenced by ca manufacturers quality. shall recommend to in the Specifications (see comp 8.7.2 The Contractor end Owner and Engineer ng catalogue name or number is executing the actor shall diet product of furnish may require. Agreement,s , togetherhthe complete list of I nt with Proposed such engineering desired substitutions Prior to I Contractor shall materials or items abide by the � the Engineer specified ms of equipment Engineer's recommendation sub material or item are not recommended orinstallation when proposed substitute suppliers. The En by the General Contractor All proposals nand shall furnish subwriting will review ntractor and p sats for substi the writing within a reasonable time proposed not by individualtutions shall be I substitutions andtrades or 8.8 SHOP D make his recommendation ecomnrendat otnnn DRAWINGS 8.8.1 The Contractor as may be necessary shall provide Shop the Drawings, the Drawings, settings, gs, ssary foricationprosecution of schedules Specifications shall b °r Engineer's the Work in the shop and such other drawings shall notations the Contractor d other dra ttention o f ns• Deviations quired by wings for the Engineer from the Dra ' therfrom approval. The at the time of the first swings and 8 8.2 Shop ni responsibility for such deg t ns review of first submission checked P Drawings shall beany and approved Promptly sub drawings the Project the data to determine submitted by the measurements with the provisions rmine that the Contractor after merits and ns of the Contract Documents in h non he has reviewed submitting the Shopconstruction criteria rrinents y with the requirements ' ' Drawi Drawings, , materials and after he has v of Drawings has been coordinated the Contractor catalog verified all field certifies t g nuiribers and 8.8.3 ShopWith the Contract Documents the work represented data. . I Drawings bents and all relevantreSented by the Shop By schedule: g shall be sub field P miffed accordingconditions. to the following I Conditions of the Contract I8-4 Section 8 bythe be required number of copies as may sequence as to with reasonable promptness and in such III three copies or such other (a) Not less than submitted Special Provisions shall be submiShop Drawings prevent delay of the Work. of any I fourteen (14) days of the submittal I with Engineer's comments.(b)onehc Engineer shall,withines to the tum copy to the Contractor marked renecessary corrections or Chang promptly make any Engineer. (c) The Contractof shall the comments made by promptly Shop Drawings to conform the Contractor shall p I changes, Drawings completion of such corrections or (d) Following comp number of copies of the revised Shop Engineer the required and samples, but I resubmit to the promptness Shop Drags Project and for reasonable p concept of the willshall review ance with the design and shall not extend to I 8.8.4 Engineerfor conform encs precautions given in the Contract Documents to safety o Engineer's review the be only procedures of constor not indicate review of compliance `�� techniques or p such willrequired by I sequences, separate item as coot corrections r means, methods, The review of a Drawings and theprogramsassembly incidentn which thereto.theemfictions. Contractor shall make any co Shop in writing to in number of corrected cop the required direct specific attention s Contractor's Engineer and shall return Contractor shall previous submittal les for review. Engineer on representation C tont Owner resubmit new lamp corrections called for by le shall constitute a rep dhnensions, Drawing or sample ed and verified all quantities, 11 I revisions Engineer otherthan n any Shop ie assumes n stamp of approvaleither determined and similar data each Shop that Contractor has catalog numbers, ated and Engineer materialsreviewed or coordinated ctior doingisDocuments. and that Contractor has field construction and the Contract for Se requirements of the Work responsibility sample with the req no related Work shall Drawing or the Specifications, or sample is required by Engineer. Where a Shop Drawing been reviewed by Eng 8 be cuntil the submittal has Contractor from commenced les shall not relieveMing Drawings or samples Documents unless Contractor given I the Contract and Engineer has 8 8 6 Engineer's review of ShopEngineer relieve for any deviations from or submission responsibility submisconcursion by c deviation, nor shall any deviation at the time called Engineer's attention he such specific the Shop Drangs I written Cor fromnce with responsibility for errors or omissions in Contractor WORK OBSERVATION OF W testing agencies E.� ACCESS TO AND other representatives of Owner, Work the at and Engineer's representatives, will have access to provide proper 8n.1 Engineertwith jurisdictional interestsestingl Contractorec shall p I II ental agencies inspection and governmental their observation, reasonable times for I and safe conditions for such access. 8-5 Conditions of the Contract Section 8 I I8.9.2 All materials erials and equipment to observation byand each I strict adherence to e Engineer part or detail of times t ns the intent i and the Owner, and the Work shall be hien and the the Contract the Contractor subject at all plant, or shop diligent execution Documents in: eat will be responsiblesuch obse pinspection, and ofthe Work. for shall e r�'ahon. Thany material Such Quali ' ofmaterials to fd Ofurnished under ions may include null make such observations. such information shallbe allowed these Specifications I rvations. rmation and access to alls is sub' ' 8. 10 TESTS AND assistance by the Contrator ° the Work and I INSPECTIONS is required to 8.10.1 Contractor inspections shall give Engineer tests or approvals timely notice of readiness of the Work 8.10.2 If any re law, ordinance, rule for all required I Contractor requires any Work ' regulation, code, or of actor shall assume (or part thereof) ° specifically al a responsible the required cel rtificates therefor, be inspected public body having I nsible for ertificates of inspection, pay all coststested, orapproved,in supplier or distributor with Owner's or in connection approval. Contractor and materials of mate Engineer's anyactor shall rials acceptance inspection I incorporation equipment o submitted equipment po of a or testing rporation in the Work. miffed for approval to be incorporated fabricator Contract Doc The cost of al Prior to in the Documents shall be all other ins Contractor's Work, oro f 8.10 3 All ins paid by Owner(unless inspections, othetests and approvals purchase thereof for regulation inspections, tests orspecified). required by the code or order of approvals other than I organizations selected byanpublic those required or acceptable Owner having jurisdiction ion by law, ordinance, 8.10 4 If anyor Engineer. shall be rule, concurrence Work that is to be performed by 8.10.4of Engineer, it must, inspected, tested or uncovering shall be at Contractor's if requested byapproved is covered of Contractor's ontractor's ex Engineer, be I prom intention to pense unless uncovered written promptness in res cover such Contractor has for observation. poise to such Work and Engineergiven Engineer n Such notice, has timely notice 8.10.5 Neither not acted I relieve observations by with reaSOnable Contractor from his obligations er nor inspections, to sts or Documents. to perform the Work in accordance approvals by others I 8.11 UNCOVERING shall VE1uNG WORD e with the Contract If any Work I is covered Engineer, be contrary to the I i uncovered for Witten re g neer considers it Engineer's guest of Engineer, I Engineer observation must En i or inspected or tested by or advisable that and replaced ate Contractor's if requested by by others, Contractor, Work be actors ex e Conditions of the tractor visually examinedP nSe If I contract ' at Engineer's by Section 8 request, shall 8-6 uncover, • as Engineer may inspection or testing material and furnishing all necessary labor, I observation, insP expenses of se make available for bear all the exp expose or otherwise Work in question, Contractor shall of satisfactory that portion of the Work is defective, and testing and appropriate require, that such inspection and an app I equipment. If it is foundobservation, professional services, to defective, exposure, such uncovering, compensation for additionalp such Work is not foundthe Contract including issued. If,however, extension ofbeinspection, reconstruction, Contract Price or an I e Order shall beincrease in the osan observation, C Tim ,deductiveChang directly allowed anto such uncovering, exp Contactor shall bistable therefor as provided herein• both,c attributable es a claim , Time, orction if he mak testing and reconstruction CUTTING AND PATCHING of the Work that may be ching The on ct fixing 1 necessary cutting' o°rpotp openly receive the �o k thee several all n ether properly, to complete The Contractor shallarts fit tog and Specifications, Cutting of existing make its equip the Drawings p the Engineer. I required to as required byat as approved by en or the public shall not be various trades, or, cut or patched work workmen such the Work, adjacent property, shalcea hall endanger structure done. UARANTEE materials I D G Work, including g.13 WA�NTYand Engineer that all will not be faulty or guarantees to Owner ants and I warrants andaccordance with the Contract Documents on discovery. All Contractorwill be in given to up ted as provided in I and equipment, of all defects shall be cted, corrected Contractoror upand not in l Prompt notice lace,may be rejected, be in addition to ncs, defective. and guarantee shall defective Work,whether or not arrancy law or by these Contract Documents, g.15 and g.wa Thisor Santee required by ' paragraph other warranty guarantee including gn thetany of paragraph I including O YEAR CORRECTION PERIODthe Owner or such long If TWO acceptance of the project by guarantee longer s of any applicable specialants, I ears after the date of finalaw o by the term o f the Contract Documents, and I f within tWO y rescribed by s ecific provision er maybep tl onoftheithout costtatDo ifithas period of time as ants or by any p romp y required by the Contract Documents Contractor shall pWork. N I is found to be defective, Contractor either correct such defective Work,feor, ency w any Work ergs ,mitten in and replace it with or in an emeTg with Own the site instructions,accordanceOwner, remove from the terms of such instru hnve the defective Work I been rejected by a e, Owner may promptly complyof loss or damage, all direct and e the oWor Contractor does not p d replaced, services, of here delay would cause serious risk rofndirect costs of fionsu hf rthe rejected Work removed anenation for additional P survive any I corrected or including comp obligation shall sure removal and replacement, aid by Contractor.This Engineer or others, shall be p and Contractor. I the Agreement between Owner g-7 Conditions of the Contract Section 8 I I 8.15 CORRECTION 1 If required b OR REMOVAL OF DEFECTIVE WORK Engineer, either ' Contractor shall I ° d the Correct any rejected fective wnerwithoutOwner, whethercost to non-defective Work bor not fabricated Y Engineer, remove it from , installed specified by I 8.16 ACC h7r the site or Completed, ACCEPTANCE and replace it with OF DEFECTIVE WORK If, instead of requiring I Prior to Engineer's rcd vection or removal and Owner may do so, correction io replacement of final In such case n of final payment, alsodefective Work, Payment, a C , if acceptance Engineer) Owner(and, Contract Documents, oc Change Order shall occurs prior to Prefers to fin occurs al including be issued incorporatinggineersaccept it, Ptance g appro utionit the recommendation if of e Contractor toOwner. after such appropriate reduction necessary Owner recommendation, an appropriate the Contract dons in the 8.17 ppropnate unt s Price; or, if OW_______________OWNER R MAY STOP THE WORKamo hall be paid by If the Work is defective, or C materials or equipment, Contractor I until the Owner falls to supply sufficient Skilled shall not order has Contractor to stop Contractor give rise to been eliminated however, Work, or Ovvn en or suitable actor or any other party.Y duty°n the , however, thisY portion thereof, I part of Owner to exerciseright of Owner to 8.18stop OWNER MAY CORRECT DEF this right for the benefit of IIf Contractor DEFECTIVE WORK correct t fails within a reasonable he defective Worktime after accordance with Paragraph or to remove and re written notice of the Contractt thee aragraph 8 1 S Place re Engineer or if Jested En after seven days' Paragts Contractor fails to Work as re to proceed to (including perform the required by En such deficiencwritten notice tog any requirements of the Work in accord Engineer in I Y. In Contractor, and Contractor's SC accordance with expeditiously. To the exercising its schedule), exclude extent rights under tY, correct ), Owner may Contractor from necessary to co and remedy suspend m all or complete corrective paragraph, Owner shall any I p Contractor's part of the siteproceed construction equipment related site, Possession and remedial action, p quipment and machinery take of Contractor's of rPart o the wrier may elsewhere stored possession elsewhere. at thery at the site hh Work, and I here. Contractor site or for which O and intotools access tot shall allow O Owner incorporate in the Work ' appliances, he site Owner, Owner's representatives, paid Contractor but all materials and paragraph. All direct may be necessary to Presentatives which are stored I against Contractor in and indirect enable Owner to ' agents and costs of Owner in exercise employees such from the Contract p • � amount reviewed exercising its rights under this limitation Price. Such direct d by Engineer, g such rights shall be charged replacement of Work Costs shall includamounts shall be deducted of others destroyed professional se , in particular Conditions of the Contractyed or d rvices required and but without damaged by correction all costs of I Section 8repair and removal or replacement of 8-8 I n extension of the Contract on�c�e of Contractor shall not k attriallowed to the exercise bo ' me Contractor's defective Work. ino performance �O�anCe of the because of anyereunder. , Owner's rights 1 1 1 1 1 1 1 1 1 8-9 Conditions of the Contract Section 8 II I CONDITIONS OF THE CONTRACT 1 SECTION 9 MEASUREMENT PAYMENT AND PR I ACCEPTANCE EJECT 9.1 DETAILED BREAKDOWN OF CONTRACT AMOUNT IExcept in cases w the here unit prices form the basis for payment Iitemized Contractors ) days of receipt under the Contract Documents, Amount is objected to b assigned Amount having the mnents, subiiiit to each part ofvalue, including an Y the Owner, it shall be used Work. Unless an allowance for the breakdown of thContract 9.2 RE UEST as the basis for all Requests for FOR PAYMENT Payment. IThe Contractor Payment may submit periodically,dne but not stored on materials delivered more than once each mon the site will be conditioned on the following:stored on a Request for I the site. payment for materials (a) The Contractor shall submit (b)AcceptableCevidence to establish (c) provisions have been Contractor made for storage�e Owner's title to such materials. vandalism, damageshall provide and maintain insurance vandalism, ,othe stored and similarial shall name the full value of the store all loss, theft, The the Owner as insured, stored material. Each Request for pa items listed on the DetailedYment shall be itemized I the Request Breakdownand COmPuted from fornhe ment shall of Contract the Work the Contractor anbased on the Amount. Wherecompleted on all amount not to exceed 95% o fq�ntities completed. The prices are specified, I t to the approval outlined in the amount a weer shall the Work re Section 9.3 and the earned under the Contract wbj to pay whenof the required under the Contract is 95% or more of Section 9.4 Engineer, such portions of the retainedand 9 5 However, I are not Engineer, to be retained completed, upon Owner Contract. to money shall be released as the p recommendation protect the Owner's interest in satisfacto caner determines I At the p D' completion of the option of the Contractor, retainage shall be the following: paid to the Contractor in accordance with I The Contractor may deposit bonds company heCoto be heldmin licu ocashor securities with the Owner hall reduce retainage for the benefit o they O r in any ban] I and pay the retainage in anor trust the the reduction amount equal to the value ofcaner. In that recut, the shall be payable amountto the Contractor as tot acthe Contractor. theh bonds The interest on thebonds and securities I rues. Bonds and securitiesbod or ora qac Conditions of the Contract depositeduritis, Section 9 acquired in 9-1 11 lieu of retainage shall be of a character approved by the state treasurer including, but not I 111 limited to: United States or its agencies; I a.Bills,certificates,notes or bonds of United States; government; b. Other tions o ns othe . Obligations of any corporation wholly owned by thefederal c g a e Association. I and o g d.Indebtedness of the Federal and Nation exercise of the option described in of the reducing the final I the Owner incurs weer maynal costs as the resultostfrom the Contractor by Owneri shall,upon If recover the thisparagraph,due under the Owner payment due the contract. As work runa o contract progresses, ' demand,inform the Contractor of all accrued PAYMENT ENGINEER'S ACTION. ON A RE UEST FOR 9.3 ENGINE by the Contractor, the I days of submission of any Request for Payment Within ten (10) Y Engineer shall recommend to Owner: I Request for Payment as submitted; or, the (b)Approval l the camount as Engineer shall considerisr due recommending (a) Approval of such otherof his reasons f Contractor,pp the Contractor in writing I informing or, the Contractor in writing approval of the modified amount; Payment, informing of the Request for Pay o f the Request. I(c)o f is reasons ending withholding of his reasons for recommending APPROVED�•I,�ST FOR PAYMENT 9.4 OWNER'S ACTION ON AN date of recommending approval of a Request for Payment Within thirty (30) days from the I by the Engineer,the Owner shall: by the Engineer. the Request for Payment as recommendedOwner shall decide is (a)bPay such other amount in accordance with Section 9.5 as Own r writing ofd the due Pay the Contractor and the EngineerI the Contractor, informing reasons for paying the modified amount. g the Contractor payment in accordance with Section ri molding payment. (c)anteEngineer 'Withholding 'tin of Owner's reasons I and the Engineer in writing 9.5 OWNER'S RIGHT TO'WITHHOLD PAYMENT I a ment in whole or in part to the extent necessary to 9.5.1 The Owner may withhold P y of the following causes: protect itself from loss on account of any ct Documents. I(a)Violation of any of the terms of the Contra not remedied, or completed work which has been damage d. b Defective work I Conditions of the Contract 9-2 I Section 9 111 (c) Reasonable . against the ab evidence indicating potential 1 (d) Failure Contractor or Owner. filing of claims b of the Contractor to make by other Parties suppliers. payments to (e)Damage to Subcontractors, materi g the Owner oragmen or (f) Contractor's unsatisfactory other person. 9.5.2 When rY Prosecution of the work. Payment shall be of the above grounds for made for the amount withheld. payment is being withheld 9.5.3 Shouldis temoved, I recommendation of Owner fail to pay a Request for pa Contractor in aPProval by the En Payment within Contractors• wasting approval reasons for Engineer and should he fail 30 days from the date of simple interest theon the withholding ail tO mf° the C longnterm Statespast due amount at g annual rate the Owner Engineer and an annual a shall pay to the is incurred plus United atbondl yields for the month qua) to prior to thethe monthly index I percent per�� month in which the obligation 9.6 CONTRACTOR'S W Contractor wan. WARRANTY OF TITLE I ants and guarantees any Application for Pa that title to all Work the time o f a Payment, whether loco , materials and equipment P Yment free clear °rated in the Project or not 11 covered by (hereafter if these payment free andns of of all liens, claims , will passetocu O the Contract referred to ' security'interests and enc caner at 9.7 SUBSTANTIAL as "Liens"). encumbrances __ COI_____TION 9.7.1 When Contractor considers the entire writing to Owner Work ready ' request that Enand Engineer, certify that the for its intended use Engineer Esue a , cernContractor e reasonable time Proposed. Certificate Work is shall, in theeeafter, rtificate of Substantial complete and Work to Bete , Owner, Contractor shall ml Com I substantiallyamine the status of and Engineer Pletion. Within a d complete, Engineer Completion. If make considern inspection of the Engineer considers thewill notify Engineer does not substantially Contractor inthe Work Owner a proposed heWorkof Substantialtantially coni lete writing giving his reasons Completion. CompletionP ' Engineer will therefor. If O co There shall Certificate attached to which prepare and deliver tol completed or corrected beforeafinal the proposedhich shall fix the s ("punch cubs be Certificate a list of items Substantial I Payment. list") to 9.7.2 Owner shall written objection have seven days after receipt 9.7.2Ctsha to Engineer as to P of the Certificate d Iconsidering ctio objections, any provisions of the acing which list.e may Engineer will Engineer concludes Certificate or make within fourteen daysthat the Work is attached If Contractorngin after submission of thenot substantiallyafter Engineer considers sting his reasons complete, I therefor. If, proposedonCertificate to executethe Work substantially after consideration of Owner's Owner notify and Owner and Contracor a finalte' Engineer will objections, any list deliverof toems towithin said I be co Certificate of Subsfourteen days Conditionsy revised the Contract completed or corrected) such hal Completion reflecting such changes (with Section 9 from the I 9-3 ■ justified after consideration of any objections from Owner. Completion Engineer will proposedeCertificatedas he believesI delivery of the proposed Certificate of Substantial At the time of written recommendation as to division f responsibilities si operation, delivern to Owner and Contraetor a can Contractor with respect to ending final payment between Owner and I pending heat,utilities and insurance. prior to his safety, and so inform Engineer agree otherwise in writing I Unless Owner and Contractor Completion, Engineer's aforesaid recommendation xcwde issuing the final Owner and of SubstantialruOwner shall have t e right shall allow on Owner and Contractor until final payment. letion, completed or Contractor bindingI from the Work after the date roc Subsittantial the list of items to be complete o Contractor reasonable access to corrected. I Use by 9 g PARTIAL UTILIZATION fished prior to Substantial Owner of completed portions of the work may be accomp I Completion of all the Work subject to the following: e any art of the to permit Owner to be so used without I time may request Contractor in writingete and which may 9 g.r Owner at any agrees, parts of the Work. If Contractor agr complete Work which Owner believes ithco btrucc on of the other Work If Contractor Contractor certify with Engineer that said part of the I significant to Owner and g Completion for that part of the gwilln certify proposed Certificate of Substantial and request Engineer to issue a p P I Work. Engineer shall make an Contractor and Engineer doesknot the Work to determine its status of completion. If Eng Owner and I Within a reasonable time thereafter Owner, 9.8.2: part of complete, Engineer will notify inspection of that part of the Work to d consider that part of the Work to be substantially considers that wing his reasons therefor.If EngineerI Contractor in writing g Engineer will execute and deliver to Ownerand tion tp rt of the o e Certificate complete, the date of Substantial Completion Certihi ng e ttoa list of items t effect, gto be completed or corrected before final payment. attaching thereEngineer will I as to part of the Work, will 9.8.3 Prior to issuing a Certificate of written en l Completionoperation, safety, Contractor a written recommendation as tthe aecurity,ivision o p responsibilities pde nver to Owner and Owner and Contractor with respect all become binding upon I pending final payment between of the Completion as to utilities and insurance for that part final Certificate whichof Substantial Comp in and so Owntenance, sed in writing Owner and Contractor atn essthe time issuing the shall partw of the n Work the Work unless Owner and ContractorexcludeContractorse from any Contractor that part ofright to I informed Engineer. Owner shall have the complete, but Owner shall allow correct items on the list of items to be completed or corrected. which Engineer has so certified tobesubstantially reasonable access to complete or letion as to part of the Work, in part of the Work whether or not it is I 9.8.4 In lieu of the issuance of a Cert'' a of Substantial const constituting comp operation of a facility Owner may take over 9-4 Conditions of the Contract Section 9 I substantially complete if any such facility is functional) Owner and Y and separately between such takeover,eo and Contractor have a usable;provided,othatn heat, enities and insurancednContractor respect ecurity, Feed as to, the division co prior to operation, safety, maintenance responsibilities p ct of such facility, � correction I9.8•S No occupancy period, accomplished Pancy of part of the prior to compliance Work or taking over of roe with the requirements of Section 6.1.4ns of a I fproperty rry insurance. facility will be , Paragraph 3, in respect 9.9 FINAL,INSPECTION I Upon written notice inspection with from Contractor that the which this ins Owner and Contractor and will notify is complete, Engineer will 1 immediately inspection reveals fY Contractor in make a final take such that the Work is incomplete writing of all measures as are necessary plete or defective.nparticulars in 9.1 FINAL APPLICATION FOR PA to remedy such deficiencies. Contractor shall AfterGENT Contractor has I Engineer and delivered completedaall items to certificates of ins maintenance and be completed or corrected to inspection, l maintenance operating instructions, schedules guarantees, satisfaction of the Contract Documents, marked-up record documents and other documents -- I the Contract of Section 9.12),after gua , bonds,to Engineer has indicatedall as re procedure for Contractor that the Work is required by progress payments. Application make Application for Final acceptable (subject to procedure for 1pplicalled for in the s. Theeft Final cation for PasPayment following the may reasonably Documents and such other and Y require, together with completeaccompanied by all r (satisfactory to Owner)i of all Liens wth schedules as waivers thereof and as arising ouof or filed connectioneinaly releasestheor I approved by Owner, Contractor with the Contractor that thereleases y and receipts Contractor may furnish receipts or releases in Work. In lieu which a Lien could be filed; include all labor, services dull; i ant for whicer indebtedness connected a representation W tion that all i l and equipment and e ' responsible Payrolls, material and gU1Pment for have been ork for which Owner or his prope gin anyiwa and payment. If anypaid or otherwise satisfied; Su might in any, Subcontractor and, consent of the Sure way be I release or receipt S bco , manufacturer, fabricator, indemnifullfy Contractor shall furnish a Bond or other collateral distributor to final fr Owner against any Lien. furnish a ateral satisfactory to Owner to I 9.11 FINAL PAYMENT AND ACCEPTANCE 9.11.1 If, on the inspection, basis of Engineer's I and Engineer's review observation of the documentation, all as n of the Final Applrkication duringam construction comp required by the Contract Documents, Engineer s Payment andand final completed and Contractor has accompanying I beenencor fulfilled all of satisfied within ten days his obligations under the that the Work has writingnhis will, within Y after receipt of the FinalContract Documents,n Thereupon recommendation of payment and Application for pa I P Engineer will give written notice to present the Payment, indicate in Owner and application to Owner for Conditions of the Contractor that the payment. Section 9 Contract Work is 9-5 acceptable the I ions of the Contract Documents. Otherwise,Engineer will return applicableI proves to recommend final bject to all writingthe reasons for refusing shall make the necessary corrections and resubmit the payeApplication to whichhtrcase Contractors in payment, in case I Application. ro riate as to form and documentation are appropriate ap Contractor the amount substance,9.11. If the Application and accompanyingcompletion of amou t within thirty days afterof Contractorthereofnal �mpof , ecommeed Owner shall, no fault upon theeWork is ended by Engineer. If, throughs Owner shall, without si recommended Engineer so confirm , Engineer, and Contractor's delayed thereof and if of , Application for Payment and recommendationosteon of the Work fully naFinal App make payment of the balance due for that p terminating the Agreement, p Y completed and accepted. or corrected aging balance to be held by Owner for Work not fully completedshed as is9. less If any rem stipulated in the Agreement, and if Bonds have been furnished that herein,rhe write written sentto the payment of Engineer I is than Contractor to required the written completed and the e ted shall be submitted by accepted portion of the Workfullyh payment. Such payment shall be made ware of the terms and with the Applicationvfornsuch except that it shall not constituteI conditions governing final payment, G OBLIGATION I 9.12 CONTRACTOR'S CONT the Contract erform and complete the Work in accordance th payment by Contractor'senobligation sto P recommendation of any progress by of a Certificate of Substantial Completion, nor any payment Documents shall be asolute. Neither use or occupancy of the Work or II Engineer, nor the issuancefailure to o,nor the Owpato Contractor under the Contractact of acceptance by Owner nor any art thereof by Owner,nor anyEngineer pursuant to Sections 9. 10 or 9. 11, nor any any pacceptance of Work not in issuance of a notice acceptability byneTg shall constitute Contractor's ptancobligetion to the correctioncof defective Work by accordance with the Contract Documents or a release of Work in accordance with the Contract Documents. 9.13 WAIVER OF CLAIMS I The making and acceptance of final payment shall constitute: except claims arising from I against Contractor, P Owner pursuant to Section 9.9 or 9 A waiver of defectiveall claims by appearing after final inspection p special warranties or unsettledfaLiens, from work app Documents or the terms of any p rights in l with the Contract Owner of any from guaranteese comply however,it shall not constitute a waiver by ospecified therein; Contractor's continuing obligations under the Contract Documents; and respect to than those previously made in waiver of all claims by Contractor against Owner other 9.13.2 A Iwriting and still unsettled. Conditions of the Contract 9-6 Section 9 I I 1 CONDITIONS OF THE CONTRACT ISECTION 10 I CHANGES IN THE WORK 10. 1 CHANGE OS I Without invalidating orrevisions the Agreement, Owner may, the Work; these will be authored b r from time tod rs. U order cadditions, fa Change Order, Contractor shall proceed with theChange t I under the Work involved. All such Orders. Upon applicable conditions of All such Work shall be executed increase decrease in the Contract Documents. If increase or de the Contract Price, or an extension or shorten n Changeo Ianadjustment will be made as provided in Section 10 or SectionOrder causes an made by either party g o the Contract time, m 11 on the basis of a claim 10.2 FIELD ORDERS I Engineer g ter may authorize minor changes in IPrice Contract g the Work not involving Thesericeor the be Time, which are consistent with an adjustment in the Y accomplished bythe overall intent of the Contract Doc Contract Contractor who shah a Field Order perform and shall be binding on Owner, uments. on ' Cont aces oaincrease in the change promptly. If Contractor believes that and also Order j the Contract Price or Contract Time, asu provided herein. a. Orfer Contractor may make a claim therefor I 10.3 UNAUTHORIZED WORK IAdditional Work performed without authorization of an increaseain the Contract Price or a Change an ey. an extension of the Contract Time, except not entitle Contractor to , in the case of an I10.4 ENGINEER RECOMMENDATIONS Owner shall execute a Work which appropriate Change Orders re emergencies, areor because of ed y Owner, or re prepared by Engineer covering changes in the I ng Work found not to be defective, opbecause of anycal ions or by Engineer. change in the Contract Time or the Contract Price which is other 10.5 NOTICE OF recommended ICHANGE TO SURETY If notice of any change affecting the general scope of the Work or change in the Y provisions of responsibility the so notify any Bond to be givenContract Contrceactor's is responsibility fY the Surety, and the amount of each Surety, Contractor shall furnish it will be Contractor's I proof of such adjustment applicable Bond shall be adjusted J tment to Owner. Conditions of the Contract Section 10 10-1 10.6 CLAIMS FOR ADDITIONAL COSTS he shall give the , giving rise e Contractor wishes to make a claim for an increase fter the occurrence of thct �event g Work, If the nto execute ing Engineer written notice thereof bewgive ten (10)e Contractor before proceeding proceed in o claim. This notice shall given by such endangering life or property in which case then ContractorIshalle and the accordancecin emergency 10. 10.7.No such claim shall be valid unlessit shall be referred to owith Paragraph r cannot agree on the amount of the adjustment the Contracttontract Sum resulting from the acto a h 7.8. Any the Engineer in accordance with Paragrp such claim shall be authorized by Change Order. that additional cost is involved because of but not li ited tw(e)e ne writtenIf the Coner pret ionclaifms he (2) any order by the Owner to pWq failure e retation of the engineer, in the Work or ( ) f Coa interpretation anywritten order for a minor change payment byr theas not Owner,at Co, (3) provided in this Subparagraph• payment the Contractor shall make such claim as 10.7 WORK DURING AN EMERGENCY of arsons or property, the Contractor shall act to 10. emergency affecting the safety P practicable,s all ac the pre e to any injury or loss. In all cases he shall, as soon as proceeding to protect prevent threatened damage, J ry of the emergency and he shall not wait for the instructions before p Owner both life and property. or extension of time claimed by the Contractor on account of 10.7.2 Any additional compensation rah 10.6. said emergency work shall be determined under Parag P 1 1 1 1 1 ,Conditions of the Contract 10-2 Section 10 I I CONDITIONS OF THE CONTRACT SECTION 11 CHANGE OF CONTRACT PRICE AND CON I 11. 1 CONTRACT TRACT TIME PRICE I The Contract Price constitutes the total co to Contractor or peconsti n compensation (subject to authorized undertaken byg the Work. All duties, res razed adjustments I Contractor shall be at his expense without changeVins )payable and obligations assigned to or 11.2 CHANGE 1N CONTRACT the Contract Price. RACT PRICE I 11.2.1 Except where u it Contract Pricey prices form the basis for Price shallao based on nly be changed n ed bpayment under the Contract Doc I y a Change Order. Any Documents, the days Contract the occurrence en notice delivered to Owner claim for an (10) IIn'ence of the event givingwrier and Engineerincrease in the with ofheocsupporting data shall be delnrise to the claim. Notice of amount of ten aim ' Engineer. a shall beal thin thirty (30) da s the ocur of the claim Engineer. adjustment. allowsin the Contract Price shall beof te to Y of such occurrence cannot otherwise nnined n naccnrate cost data. unless I'wise agree on the determined by Engineer if O `� claimsfor I from any such claim shall be incorporated amount involved. Any wrier and Con rporated in a change in the Contract Price resulting Change Order. 11.2.2 Where unit I the pro prices form the basis of Proposal is increased or ment and the quantity givens in actual ropos decreased, payment for such itemof any itembmade Work the quantitycompleted, at the contract unit price for such item will be on 11.3 BASIS OF CHANGE The method of determining I shall be ote g the cost or credit to the O determined and mutuall a caner resultin performance of the changey greed upon b O g from a change in the woof in work in one or more of thecanor and Contractor in I 11.3.1 By mutual acceptance followingadvance of ways: of a lump sum properly itemized, 11.3.2 By unit I prices shall include es stated in the Contract Documents or subsequently bond),s s an allowance for Contractor's main office expense, Y agreed upon overhead (unit I , profit and 11.3.3 By actual cost of profit, as defined as followse changed work, plus an allowance ante for overhead, supervision and 1• The "cost of the char performance of changed work shall mean costs necessarily I the changed work and paidby Contractor at Incurred Conditions of the Contract rates not higher in the proper Section 11 11-1 gear than the I standard paid in the locality of the work (except with prior consent of the Owner) as more I Ispecifically defined as follows: a.The cost of the changed work shall include: or in the performance of the I ormlrerform (1)Wages paid for labor in the direct employ of Contractunder appfcollective changed work in the field or in the fabrication shop agreed upon by Contractor or wage schedule I bargaining agreements or under a salary to cover all overhead plus a payroll markup of 40 percentitems a p Owner, insurance, taxes, F.I.C.A., workmen's compensation, applicable to payroll, such as I unemployment taxes, and union benefits. work. Cost of all materials, supplies and equipment incorporated in the changed (2) I including maintenance of all materials, supplies, equipment, temporary facilities(3Cost, workmen, which are consumed in the' performance and hand tools owned by ' of the changed work, and cost less salvage value on such items used but not consumed which remain the property of the Contractor. machinery and equipment, exclusive of hand tools, I (4) Rental charges of all necessary including installation,. minor repairs erforming the changed work, costs thereof at rental charges consistent with thoseI usederemoval, transportation and delivery in p replacements, dismantling, in the area. prevailing is nalpremiums for all bonds and insurance dwhiic the retain and which is I required) Cost ofy hd�tio purchase an by the Owner or contractee changed work. incurred as a result of performing I use or similar taxes,related t6 the changed work and for which the Contractor (6) Sales, I is liable, imposed by any governmental authority. for infringement of patents and costs of defending suits(7) Permit fees,, royalties, damagesencs. I therefore,and deposits lost for causes other than the Contractor's negligence. not compensated by insurance or otherwise sustained by the Contractor) Losses and expenses, changed work provided they have resulted actor, from in connection with the lt or neglect of the Contractor, any them I causes other than the sole or joint fa an toed by any of them, or for whose acts any of may ldiable. uoindirectly emploade yed intt the cost t the I liable. Such losses shall include settlements shall be included the written consent and approval be lir the fees thereon. If, however, of worke Owner.purpose determining the Contractor'sh losses and charge thereof,he shall changed for thep rPI fee computed in proportion to the sum stated above such loss requires reconstruction and the Contractor is placedin c be paid for his services an additional for the original changed work. I Conditions of the Contract 11-2 Section 11 I I I (9) Cost of "drayage," exclusive Contractor must hire an independent trucking fine andbetween shop and jobsite, only I services in performance of the changed work for whicC driver to perforin special drayage and vehicles are inadequate. "Drayage" Contractor's skills, manpower which could have been performed does not include transportation performed or I another project. by Contractor's drivers or vehicles but for their use on (10) Costs incurred due to an emergency arising out of the changed work affecting the I safety of persons and property. I (11) Other costs incurred in the performance of the changed work if and to the extent approved in advance in writing by the Owner. I (12) Cost of Subcontractors in performing the Contractor's work computed in accordance with this paragraph 11.3.3, computed in as changed shall be clauses 11.3.1,.2, or.3. Iaccordance with b. The cost of the changed work shall exclude: I (1) Salaries or other compensation for Contractor's officers, managers, project managers, estimators executive, hanics, warehousemen, auditors, accountants ' engineers, timekeepers, surveyors, general I (except sheetmetal draftsmen), stenographers,accountants, purchasing and contracting agents, draftsmen whether or not employed at Contractor's principal office,brancc d other the job site. staff employees, Ih office or field office at (2) Expenses of Contractor's principal office, branch office including without limitation the expense for icku or job site field office, p trucks, office trailers, storage I trailers, rental of office or storage space P telephone,heat, lights, etc. I (3) Ownership cost of maintenance expenses for Con including without limitation all construction equipment, mocks am-o and all other ownedcaned equipment, equipment required for Contractor's performance of the eWor machines I (4) Cost for purchase and k. maintenance of tools, materials, supplies and facilities not consumed during construction or incorporated in the work. I (5) Contractor's capital expense, including interest on Contractor's capital employed the work. Ifor (6) Overhead or general expenses of any kind, includingbut fabrication shop overhead or drafting and printing costs, except as may be expressly included in clause 11.3.3. 1 a above. not limited to office or IConditions of the Contract Section 11 11-3 I Subcontractor, anyone directly or I (7) Costs due to the negligence of Contractor, any i be liable, indirectly employed by any of them, or for whose acts any of them mhe correction or dama a to persons or property, , f including but not limited to injury g or making good defective work, disposal of materials and equipment wrongly supplied, any damage to property. I The cost of any item not specifically and expressly included in the terms described in ) clause 11. 3.3. 1 a above. I 2.A for profit,overhead and nonreimbursable costs shall be computed as follows: I a.For the Contractor: A minimum of 5% up to a maximum of 15% (the actual e solededp depsendent f the I the C(1) ontractor's p erformance and assumed risks as determined throw h 12above, C Owner) of all reimbursable costs defined in clauses 11.3.3. 1 a (1) g and I sole (2) A minimum of 3% up to a maximum of 7% (as determined at the by the easoracble e or discretion of the Owner)for the work of Subcontractors supervised as computed in accordance with clause 11.3.3.No fee will be allowed on Subcontractor work not supervised by the Contractor. I (3) For first, second, and other tier Subcontractors claiming c detnsation at then sole gedw ork under clause 11.3.3.1(a) (12), their allowances shall I w reasonable discretion of the Owner consistent with percentages in subclause (2) directly above. I The Owner shall have the right to examine, inspect, copy and audit the books and (4) claim for reimbursement for costs records of any Contractor or Subcontractor making and allowances hereunder in order to verify the accuracy,correctness,completeness and I propriety of all costs and allowances claimed. 11.4 CH,AN GE OF CONTRACT TIME by a Change Order. Any claim for an extension 11.4.1 The Contract Time may only be changedI Contract Time shall be based on written notice delivered to Notice of and extent Engineer the claim in the rise to the claim. (10) days of the occurrence of the event giving 30 days such occurrence unless Engineer with supporting data shall be delivered within thirty (30) Y I additionalperiod of time to ascertain more accurate data. All claims for canadtusthe nt in allows an Engineer if Owner an the Contract Time shall be determined by g such claim shall be incorporated in a agree. Any change in the Contract Time resulting from any I Change Order. Conditions of the Contract 11-4 I Section 11 ' 11.4.2 The Contract Time will be extended in ual to the control of Contractor if a claim is made therefor as provamount ided ed in time lost due to delays beyond ' shall include, but not be limited acts or neglect byO epidemics,abnormal weather ed to,iacts or acts of God. 1 d , a Such delays caner, or to fires, floods, labor disputes, od. ' 11.4.3 All time limits stated in the Contract Documents are of the provisions of this paragraph 11.4 shall not exclude recoveryessence of the A for additional professional services)for delay for damages (including . The by either compensation Agreement. ' party. i 1 Conditions of the Contract Section 11 11-5 1 I CONDITIONS OF THE CONTRACT SECTION 12 SUSPENSION OF WORK AND TERMINATION I OW__ USPEND WOE portione Work or any thereof for a I Owner may, at any time and without cause, suspend �o Contractor and Engineer which shall period of not more than ninety days by notice in writing the date on which Work shall be resumed. Contractor shall r esume Price ore ano k on thedate the fix ed an increase in the ContractI fixed. Contractor will be allowed Contract Time, or both, directly attributable to any suspension if he makes a claim therefor as provided in Sections 10 and 11. I 12.2 OWNERMAY TERMINATE I 12.2.1 Upon the occurrence of any one or more of the following events: (a)If Contractor is adjudged a bankrupt or insolvent, (b)If Contractor makes a generagnm rat for r the benefit forany creditors, re itors,actor's property, (c)If a trustee or receiver is appointed(d) If Contractor files a petition to take advantage of any debtor's act, or to reorganize I under the bankruptcy or similar laws, (e) If Contractor repeatedly fails to supply sufficient skilled workmen or suitable materials or equipment, If Contractor repeatedly fails to make prompt payments to Subcontractors or for labor,m111 aterials 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 (i) If Contractor otherwise violates in any substantial way any provisions of the Contract Documents, Contractor and his Surety seven days' written notice, terminate the Owner may after giving ossession of the Work and of services on Contractor, exclude Contractor from the site and take p at the site and use the all Contractor's tools, appliances, construction equipment and machinery I ility to for same to the full extent they could be used by Contractor (withou�iment stored at tContractor or trespass or conversion), incorporate but which are materialsstoredelsewhere, and finish the Work as for which Owner has paid ContractorI Owner maydeem expedient. In such case Contractor shall not theentitled to t Price receive any the further paymentt until the Work is finished.If the unpaid balanceni compensation for additional professional I and indirect costs of completing the Work, including P ices such excess shall be paid to Contractor. If such costs exceed eeudns such unpaid be verifiedbale, services, I Contractor shall pay the difference to Owner. Such costs incurred y 12-1 Conditions of the Contract I Section 12 I IEngineer and incorporated in a Ch required to obtain the lowest figure Change Order, but in finishing Ifor the Workperformed. g the Work, Owner shall not be 12.2.2 Where Contractor's services have been so not affect any rights of Ownerterminated I Any retention orrights against Contractor then existingby Owner,may terminationeraftaccrue.shall liability. payment of moneys due Contractor by or which Owner will not release ontractor from I 12.2.3 Uponm days'Witten notice to Contractor and and without sevenide to Engineer, the Agreement. In suchecase, other right or remedy, Owner may, without cause I , Contractor shall be elect to abandon the Work sustained plus reasonable termination paid for all Work executed and any terminate expenses. y expense I12.2.4 If, after notice of to that theoContractor has termination for failure to fulfill contract obligations it the convenience o f the O t defaulted, the termination shall be deemed to have Owner and is determined I 12.3. the Contractor shall be been effected for Paid in accordance with paragraph 12.3 CONVENIENCE TERMINATION RMIlVATION B Y THE OWNER The Owner reserves the right to terminate the Work under this per, and said termination for convenience shall not be const in whole, or I Contract. If the Contract is terminatedfrom time Contract. t. If Co for convenience, construed give a the Contractorh othe effective written ve date specifying of it theiextent the Work of Contract Owner shall the Contract that is beinge I shallestop work on saidd date Upon receipt of the notice of termination, the and the and to the extent specified. Contractor The Contractor shall place no I of the Work. further orders nor incur The Contractor shall further terminate allnordefirs her costs for the terminated part of theterminated parts terminatedWork. The Owner shalland subcontracts relating to the I as to the to pay the Contractor for the value of completed Work, but completednd termination date toer the Work damages or costs or lost profits. witn of the reasonable the terminated work profit on the upon by the Owner, materials, equipment and other completede I Owner shall accrue toant and Contractor. tangible property shall is parts of The title to any property and materials retained as agreed Owner immediate) 12.4 CONT immediately upon payment by the Owner to the Contractor.by I CONTRACTOR MAY STOP WO RK OR TERMINATE If, through no act or fault of Contractor, the Work I days by Owner or is suspended fora e under an order of coperiod of more than anyon Application for Pa � or other public authority, ninety be the Contractormay, within thirty days to �', sum Engineer failsee to acteto I upon seven days' pay Contractor any finally the due, the Co and recover y written notice to O Y determined t sustainedemus termination Owner payment for Owener and Engineer, Agreement, ifu reasonable ehas failed tin expenses. In additionitandork in lieu and terminateh in lieu of terminating expense Conditions of the Contract act on an Application for Paymenteminating the Section 12 or Owner has failed to 12-2 a ment as aforesaid, Contractor may upon seven days' notice to Owner and Engineer stop the Work until payment make any p y a ment of all amounts then due.The provisions of this paragraph of his obligations to carry on the Work in accordance with the shall not relieveContractor ut delay during disputes and disagreements with Owner. progress schedule and , • 1 1 1 1 1 1 Conditions of the Contract 12-3 ' Section 12 I CONDITIONS OF THE CONTRACT SECTION 13 IMISCELLANEOUS 13.1 LIMITATION OF LIABILITY In no event, either as a result of or their agents or be breach able forf damages contract, negligence, or otherwise, ' bonding capacity, or any Employees special ages or loss of profits, lof use, floss r v noru , lEngineer ContractdDocumentspallowy , indirect or consequentialof oevenue any loss, claim, any liability to be imposed, damages of the any kind• and loss of or damage arisingP , the total liability Ownerthe extent the limited to, the value damage work eout of this agreement or En performed. the Performance or breach Engineer for thereof, shall be 13.2 REMEDIES IThe duties and obligations imposed b hereunder to the parties hereto by these General Conditions I obligations imposed u ' and, in particular butand the rights and remedies available thereunder, shall Contractor herein withouterightslimitation, the warranties, be and all of the lbl guarantees and Engineerghts and available o addition to, and remediesyavailable to I and shall not be construed in Owner and contract, by remediesiwary any or all of them which are otherwiseany redo r a limitation by lawof, of this warranty or guarantee byor imposed t oc men , any Paragraph shall be other provisions of or I provisionscoovecn with each as effective as if repeated specifically Contract Doc particular p Documents, and the representations, duty, obligation, right Yin the Contract and termination' r'arranties and:guarantees made in g and remedyDocuments in or completion of the Contract Doc to which they apply. All I this Agreement. Documents shall survive final payment 13.3 PUBLIC CONVENIENCE IThe Contractor shall at all times so conduct his work and inconvenience as to insure protection d inca the general public and the residents in the vicinity theible obs persons and property. vicinity of Work,obstruction to traffic I f the Owner No road or street shall be closed to and to insure the shall permissionbe kept the sible o fide proper per governmental authorithe public except the Contractor to insure fire-fighting equipment �� Fire h P with the g qui ment at all times. Temporary on or adjacent to the Worky I drainage ditches and irrigation use of sidewalkse P°Tart provisions ehall be gation ditches, which annot be proper tenctioning of all made by loch shall obstructed. gutters, sewer inlets, 13.4 CROSSING UTILITIES ETC. I Where the prosecution of the Work results in the crossing of highways, the jurisdiction of state, county,jurisdiction proper city or other public or private entities, railroads,Contractor h l secure under prosecuting P per authority to cross saidthe shall secure and Engineere before A copy of the highway, railroad, street or utilitywntten I written document granting before further thea any Work is done. The Contractorshallbrequiredto shall be filed the applicable authority upon completion of the Work. A co with the Owner Owner and Engineer beforeponfinal acceptance copy of this fele a written releasefilefrom gwritten release shall be filed with I P dace of the Work is granted. Conditions of the Contract Section 13 13-1 13.5 SANITARY PROVISIONS r the use of his employees and those I facilities for with the laws, rules or regulations of the Federal, The Contractor shall provide and maintainto complsuch y of his Subcontractors as may be necessary State and local governments,or agencies or departments thereof. 13.6 PRESERVATION OF HISTORICAL OBJECTS ease discovered within I potential archeological or paleontological nature 13. the areas.1 Where historical objects ntr or'of operations are in progress, the Contractor shall restrict or suspend his the ron which the Contractor's cove as may be necessary to preserve the discovered objects I operations in the immediate area of the discovery until the Owner has made arrangements for their disposition or has recorded the desired a ve thereto. discover or become aware of as the Work is being prosecuted,13.6.2 The Contractor shall immediatelynotify the Owner of any historical objects he may and shall aid in the preservation and salvage programdecided upon, as may be requested or ordered by the Owner.No Work which the Contractor considers to be Extra Work shall be performed without the written authorization of the Owner. have the right to restrict or suspend the Contractor's operationsoclaim being made m de diate I area 13.6.3 The Ownerri al objectsll period not to exceed 72 hours, be shall not area where historical are discovered for a restrictions imposedI es he might suffer as a result thereofeagreed writing. by the Contractor for any damages remain in effect for a period exceeding 72 hours unless mutually gr 13.7 OF PREMISES equipment and the shall confine construction equipment, the storage of materials and eq p I Contractorlaw, ordinances, permits or the requirements of the Contract permitted by equipment or ct operations of workmen to areas premises with construction eq p Documents, and shall not unreasonably encumber the materials or equipment. 1 1 1 13-2 Conditions of the Contract , Section 13 tFORM OF AGREEMENT ' THIS AGREEMENT,made and signed this day of ,2000,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: ' ValleyView Park and Boardwalk Project 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 the Contract and all documents are as fully a part of the Contract as if attached hereto or herein repeated. IN WITNESS WHEREOF,the parties to this Agreement have hereunto set their hands and seals as of the day and year first above written. 1 Attest: The (Seal) By MAYOR By In the presence of: CONTRACTOR By .TITLE 1 CERTIFICATE OF ACKNOWLEDGMENT 1 ' State of Minnesota ) )SS. County of ' 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) ' Notary Public: Commission Expires: t 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 ) 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: 1 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 extension of time made by the Obligee. Whenever the Contractor shall be, and declared by the Obligee to be in default under the Contract, the Surety may promptly remedy the default, or shall promptly: (1) 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, tand 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. 1 Perfomance Bond 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 ' By Signature ' (Typed or Printed Name of Signers) ' Title (If the Contractor is a partnership or joint venture,all partners or co-venturers must execute this Bond). Surety Address 1 Phone No. ' Witness By Signature 1 (Typed or Printed 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 which authorizes him to act on behalf of and to bind the surety). Perfomance Bond I CERTIFICATE OF ACKNOWLEDGMENT BY PRINCIPAL I (For use where Contractor is individual or partnership) State of Minnesota ) I )SS. County of _____) IOn this day of ,2000 before me personally appeared to me known to be the person described in and who executed the foregoing bond, and acknowledged that_he executed the same as free act and deed of I the individual. Notary Public: ICommission Expires: (Notarial Seal) ICERTIFICATE OF ACKNOWLEDGMENT (For use where Contractor is a corporation) IState of Minnesota ) )SS. I County of _,__ On this day of .2000 before me personally appeared and I ,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 I 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. INotary Public: Commission Expires: I (Notarial Seal) IFull Name of Surety Company Home Office Address Full Name of Surety Co. Name of Local Agency Address of Local Agency IIf 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 I (Affix here Power of Attorney and Acknowledgment of Corporate Surety). I 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 Suretyshall keepthe free and clear of liens and shall promptly ProjectP p Y remove any and all liens filed against the Project by claimants. ' Labor Bond ' 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. Contractor By Signature (Typed or Printed name of Signer) Title I 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). 1 Surety ' Address Phone No. Witness 1 By Signature (Typed or Printed Name of Signer) Title (Local Address&Telephone Number) (The attorney-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 I CERTIFICATE OF ACKNOWLEDGMENT BY PRINCIPAL (For use where Contractor is individual or partnership) State of Minnesota ) I )SS. County of _________) On this day of __,2000 before me personallyeapribed in and who executed to me known to be the person free act and deed of the foregoing bond, and acknowledged that he executed the same as 1 the individual. Notary Public: ICommission Expires: Seal) ) CERTIFICATE OF ACKNOWLEDGMENT (For use where Contractor is a corporation) ' State of Minnesota ) )SS. County of _______ ' appeared and _da of________ 2000 before me personally that theyare On this —,to me personally known who,being by me duly sworn,did say of that the seal affixed to the foregoing On theand instrumental is the corporate seal of said corporation,of Direr orsazansaid instrument was executed m behalf of the corporation by authority of the Board acknowledged the instrument to be the free act and deed of the said corporation. Notary Public: ICommission Expires: I (Notarial Seal) lame o ure ompany ome • ` ce 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, must e beSu _--_ety. I (Notari on the Labor and Material Payment Bond by a Minnesota resident agent of y. Name of Agent Affixing Countersignature Address (Affix here Power of Attorney and Acknowledgment of Corporate Surety). Labor Bond Acknowledgment W Cl) m Wo o 3 ' O CO 0) -1 O) 01 - W N - O i Cfl Cb v O 01 A W " O 3 z w C -, m m O O CO CO -.4 0) 01 -P. W N) -x O CO OD -.4 O) U1 -/' W N -1 I 7 0 ' p- O C N = I- CD fD OA A A A A A p N m A A p. 1. CD 5 m m• m m --1 -I v -.1 -4 ,1 -4 -4 -4 -4 -3 -4 --A -4 -4 -4 -4 -,i -4 -4m ., A A A .Nv A A A .NA .. A A A A A .P A A A A < p 4 -J v v v A - 07 Q) O) O) O 0) CT U1 Ul Cr O) 0) O) O) O) v v CSU C A W ~ 6 6 v C)1 IN —, CO 6 W v —. 63 6 �l 6 - A p Q 0) M 6 �l �l -1 -1 -1 -1 �l -1 �l -1 �l -1 �l -1 �l �l -1 -.J �l �l -1 -1 �i m C -, A A A A A A A A A A A .N .NA .4 A A A < -0 O -� W W . U1 01 U1 U1 Cr C, U1 U1 Cn U1 U1 U1 U1 CI1 C 1 01 . W -. p' 0 0 - -' U1 U1 Cn , U1 N N N N N N N N X X X X X 6 66 X x 0 0 0 j 0 0 X X _C X m N A O) O --4 --i --4 -4 -4 CO CO Q Q Q Q 7 CO v ,I O A N CD XXX () C7 C C c - C Q- 0 6 6 Qo X X `< O O C7 O n n n n n p p rt F c— 0. O C7 n O O W 0 0 0 0 0 m 3 + + + 4. .-- = ,_, ,, x hi C C C C C C C - 0) O) W cm = — m a W w Q 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 5 0 0 0 0 0 0 0 , m., 0 N INW W N 6 6 W W N W N -, s -, j O N N W A -O x Fe 01\• -1a 3. m N N N N N N N N o X o m 6 0 C Z "0 C7 — c v C)1 0 O N N N N N N N N C X c CO -, C 0 0 3-n 3 z m O 0 a N N N a X o- y O) m p C --JN _. N N 0- -D. 3 N 0) N '-! 4:: -„ N [...) 1.) - - N - N u O) 3 -'• 0) (CCD O N O A x A J la O P 0 0) 00 .1 03 CO 0 O N) W N O D o O n T.- W 7 O 03 Q v v -.4 -.4 , -1 A 13 A A A O 3 0 CO 00 O) CO 3 O 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 E11 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 8/7100 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, S 1 N- O g L U) t- -; (0 - N N V *^ r v- r N N Z o H X B Z 'V N r e- N CO 0 r r z m E ° u) .0 XA C N N N N N N N N CO Z c Oto N O , = WE X C N N N N N N N r Z V E N � OVOOO � ,r-- MO r r N iO Oo('.) 8888888 —co _. m 0 O 0 0 0 O O Q O O 0 0 0 0 0 0 0 0 0 0 0 P m O C i V' Ci) = — L — 7 .+ to _ co _ u) 3 3 5 7 5 5 .5 L s_ CO $ oO 0 -02 .0 C m v � -0 mvr C2 2222 c $ . 2 0 E `- o 0 o E C � o .0 o Cn 0 0 0 0 0 0 o E E E p A m00VHUxo Exu E0 EV 5. 0000n. tir. ppp >� O E Er - (D (A r WOQ) 000 (o (C D W X I— F" XXrXr XX rX ,- X `' XXXX ��{{ XXXXXXXXX m O X Xc .O" N `rx om �XwX0XNtntnt�fNCVNN000V CO CO r + r r r 0 p C U) m L0 to U) U) U) to to u) U) (A m U) m (A to 0 to m U) O C1 N 1� 1.- N- N- I� P- N- I` N- N- tom• I` h I- N- I� N- tom- N- N- N- > V. V. V. 'V' g V' V' V' V' V' V' V V' 'V V. 'V V V' V- V O N r- r ti N- N- N- N- N- N- N- N. N- N- N- r- N` N- Is O - CO N+ to (NO r N- CO CO Q) r V' tL) O CO OO r .- CO 3 N- (D OWN (0 tO LI) U) t!j (000 ,6600v N- v ti N- tom- N NI- N-- � ! N- huh N N ti N F- � 5 L C v- '- '- '- a'- e'- r CO .N- '- r v-� r e.- e.- - r ..- e.- .. O J C O -0 C u e- N Cr) Nt. t[) (O N- co () O r N M V tf) (O N. CO 0) N 0 CO C o V tN (nr N M V to 0t� 00 O ee- eN- M- `r- es- s- .~-- � sN O M O co.NO O) N (D (0 tf Op N to (n0 to , r vi C�) U) U) CD Ui n C�) n N O N n � r ,-- v .- 1 I ' N N (N , , 0) M (0CD N VM ON N r- (D r- N O) M 49, W O - N O 66 to .t r- r- r- r- O7 0 Ow W . 01 (0. (O (D o m mo N U) n v, r- U) N CCU m 0 , , 0 rrC - 0 0 r' 4 N 4 ceN MOD N M CD CV n0 N 0 n ' - r-- to N -0 ..., 0 .� .` p r-( o (M (ri r- 6 O Q CV O C a' mM M M (D (NU) (DCV CO -4 co (D M r- U) NW QN 1' O r- N Mr- i 7 O 4 r' M 0 0 a. V 4 -1. NI -t V' et -4 � `d" etV' TV' V- �r' et' CV V -' �' � V OV' tO N 66666666666666666666666666660 N r- r- r- r' r- r- r- r- r- r- r- r' r- r^ I . . . . . . . . r- r- r- r- r- y, m (DO0 V V OOMNO V WONNvm OOON V OWOCD VWWNWN E CO CC+) r- r- CDCX) tt'iUi ('oCMr^ 00r- (i) toCONN00ti 00NN0 � ti �7 u) > ` OOOmmmmmmmCA0000cococDcoowni� nnnl� (O (DCD mcomo n nnnt\ r- N. „ r.- nr' nnr- n - nnni� nnnNN nn O a C otp U) m , rs- r- co , NN n CA n V' N M CD I C3 O MO '"� M 6 co M Mn M co t[) n W co 00 n n n n n N- co N- ti CD co W n n n n n mr 8 0) to U) 40N n r U/ to CO 2 N ON M M = r- O0 M C'M ' � .1' p CO N O O tD m m OO m O0 00 e- N M OD n n n n N- n co to N- O in co W C. NN N tN- ((OO n m r- CD M- D 'VN n M OD Un 0 CNCmoN000 N 00 M _ U) tMMM 0 r0 n COrN. N- Nri N D r 0 I OD OO 00 n OW n n 0 n (0 n 0 ) 0N09120 � 5 Is- r- n 1. N. N n n n n n n ti n am CO n m CD O N NNM N M MM NN ) r CU) o VN N W ppO WOonco co MmDA nnnnO m0 r^ n al N n n N N O e c \ o o \ \ \ e ? a - e \ c \ \ 0 0 0 p. V- to `4 co 00 n 0 m n (o rt N M M i- m m 't OO U) OD N N Q (9 •m r N• N N O r- r- r- r- O O O 00• I- N- (9 C9 t[) t� r r r- r• r- r- r- r- r- r r-- , I I I I I I I I I I I w O e c e e c o e a e` 0 0 e of o e o a `oE c2 0 0 ma) -4 CD N O00 ON M 00 m n n O M nmMMM mi- n N Q q 0 -f NOO N '�' GV N O ci ai � OU) .- N ,- � , ,- Nr W , , , , , , , N On N N NN N- n n Cr) r`- N to to U) tootomto NN cu O N U) C)? m Co 0 u) 4 O n W CO m 0 'Ct N N 4 cci. i �' '- N N N N o M U) m r- N 0 to V M M M l' N 01,- L) M Loo U) n to M n U) n CO r- OONr- LoC') m00m CE) 0 r- V: V c) st0 n n D rt' VM - M M M m m r- O N 0 A- M + f c;i ' 777999 V O ( OMOO (00M000tot0 CONON- OmO000000nv - rOov om Nouric) auic) or- � trioNntri6o rrooritig6u) oui 6oa) rivn ' a) rNt ) nnOOr- NooDnMNNNNNMMMnO ( N ( U)NNN7C ' CVVOCM ` 0 (O n m nn u) m 0 t3? to N VU) C) NN0NCU) - 0 m O ‘- triLC N n n a0 M r^ OOOCDONntr) Cr- N M Nr- M r-- N i N N N V V N n U V CO U) 0 (D a) '5 r- C) U) p t0 O O CO 0 0) r U) r d O 0) SP S1 SP N r 0) N N CO 0 N N- St M U) C1 N h- -t' 00 O�t ico v CO U) (0 M(YOU) 0) t, CO N NT NT O a- P N co U) P M U) 1- U) 0) CD N- N VCO CD CD M to N @ .0 O C. O 'P aM M) 0) e- N d U) co CO 00 N w ' r P r e- r r r r r 0 w CO .p C) U) r h- O N r 0 '7 o) a) 0 N N eP TD. ti, Cp00 e CM f� � eN- � cr- CP 6 co CO CO 0 QO 0) N- O 0 '.;:r CD 0) O SP N CO r O^ O co, '+3 C.l O ,- h: O r= N r- r M M co CO 40 cc) 01o I I r r r r r r a.- a.) LU x 0 co M N CO N- N. r M N 0) CO M 0) N- tt 0) � � w0)I I r M CO 0 ) � O W W 0 0 o 0 00 00 0 o 0 0 o 0 0 o U) tri U) U) U) to U) U) U) U) U) U) U) U) o CD CO P CD co N- O) N r N U) r N. M N C CC CMN ,- ON- U) 0 •V C) r O U) .a' 'a7 o 0) 0) 0) 0) 0) 0) 0) N) U) OO CO -4 a 0 OOQ 00 co N- N- N N- N. N- N. N. N- N. N- N 0) 8 C) 0) r r r CD qi- N N N- 0) N- a N M CO C P O O N X 00 coNCO co N 0 CO Cd V N M N- w OO co t- N. N. ti h. N- N- N- N- co Co LLy N- ti N- N- h• 0) r 0 0) to U)) CO. ON N- r U) coU) cocoN qo co csr W N- N- N. r-- 0) 0) M — (0 Co (0 N t- M CO U) N. U) a) N M 0) U) N U) co U) Moi O U) `_ P c) i U) (I° OO (Ni CO 00 CO 6 V. ti Cr) U) COu- 0 0 0 0) r CO CO P h r's00 . 0) N N U) N CD r ) Vv co 0o 0o t` co co N. n co N- ai N- 0 (Ocot` CD0U) ai 0) n U . N- N- N- N h r-- N- ~ cu r- � titi1*-- N 0) CC) h- 0) a) CO e- O N VN N N CCOO N N0) D CO W 8 S 000 0 0) CO N- N- M O tD h- N- ti ti ti f- U) 0 0 \ \ \ o �e e \ c \ \ e * \ o oe o o aE oe oL' oe Q o U) �P O CO l'-,..., O 0) t- CO 'GJ; (N Cr) M P 0) 0) R o0 co co h N T Sit C) •�- N N CD P e- r P- P. O O O CZt Ni T (� Ul Ut P P P P P P P r P P P P 1 1 I I I I I I I I I I O & V CD N U) CO U) N. CO CO 0) N. N. O M N- 0) M 00 M 0) r N 0 0 0 0 v NC) (.4 't (N 0 O C7) co U? OUii7 (i77 (3). %-- 1 1 1 1 I I I I N 0 h. N N N- N h- h• r M N- N U) co to t!) U) U) a) U) 0) N- CO CO 0 N U) 0) 0) MO U) 0 N- CO �- NONM000) PN O Cr) N- r d' N) O O N CC) O '� CD 0) P <t N U) O to 00 r I � r r N N ' CV I Cf) (O4) M � i � rt. � 9 .+ 1 1 N 0ti U) CO U) U) U) N. U) CO h• U) ti co COr (Ni- U) M0) M0) co O r Nt ) "4 O O N- h- CD V; Mr Ma) COOOPO O M t N -r (M C*7 N N CV 'Gi .- 1- r' O O Q r t�) tV t 1 1 / 1 I 1 I I 1 I I V VV CI' Co Ci ui Ci 0 U) Ci O r- t+ U) O N r U) O O ti U) 7- O 00 U) h U) 0 6 I) ti 03 0) 0) U) � t+ �j 0) m PNtPtt7 ~ � 00 � � T- w- 1- .v- 1- NNNNNNNNSMMMC0OMOV V U) CC000N- OOCO a_ 0 CO N. M ti ti U) to O 0) U) N U) 0) N- N. 0 h- CO CO r Gf 0)) N M (Ni- N N-- co co +" D O O CO 00 N N- 0 C• N N N SP V N N. CO VP CD U) 0 CD U P C C C r-,)1 ODESA Construction Inc. JUN 2 3 2000 11 P.O.Box 205 '0300 Golden Spike Rd LI/ Gilman, MN 56333 Phone(320)387-2469 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, Y-14 1)44/)."°"`` Dale Herman ODESA • - E (- A- D 11\(/ /uuu 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 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, 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 Ha.mline 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 IECtEDW7, 11,:t's) ODESA Construction Inc. JUN 2 3 2000 \ P.O.Box 205 0 Golden Spike Rd t.)Oilman, 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 Steams 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 Steams County Parks Floating Boardwalk** 7. St Albans Bay Excelsior MN/DNR Shorefishing Pier and Trails ** Work done as a subcontractor. ACORD CERTIFICATE-OF LFA-BILITIF INSURANCE- �TEQ/A..,"' PRODUCER �, 06/30/2000 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMAT1019 JT, Inc dba Trewick Insurance ONLY-AND CONFERS NO RIGHTS- UPON-THE E 2 S 2nd Avenue Suite 140 HOLDER: TM-CE RTIFICATEDOES-NOTA��.saiTrin Sauk Ra pi , ds MN 5 63 7 9 1:E ALTER THE COVERAGE AFFORDED BY THE POLICIES BEL 320-251-2552 l5 G' E _ \v/ NSU , -,)E IRERSAFFORDING-COVERAGE , INSURED Odesa Construction Inc J/ INSURERA Waseca Mutual Insurance CO P 0 Box 205 "" IS.(i:Yi. '. Gilman, MN 56333 S ERD: INSURRER D_ f I COVERAGES INSURER E: r 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 PERTA)N,THE INSURANCE-AFFORDE-0BY THE POLICIES DESCRIBED ICRON-IS SUBJECT TO-ALL-THE TERMS.EXCLUSIONS-AND-CONDI.TIONS.OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVEPOLICY EXPIRATION GENERAL LIABILITY _-�---- -OM1TFIrL UNITS X COMMERCIAL GENERAL LIABILITY .EACH OCCURRENCE $1 0 0 000 FIRE DAMAGE(My one fire) $ 50, 600 j0,b00 CLAIMS MADE I X I OCCUR _ A CL 00013942 MEDEXP(Aryoneperson) $ 5, 000 11/23/99 11/23/00 PERSONAL BADV INJURY $1, 000, 6)00 GENERAL AGGREGATE $2, 000, 6 0 0 GEN'L AGGREGATE LIMIT APPLIES PER: _ POLICY n P a LOCPRODUCTS-COMP/DP AGG $2, 000, 4 0 0 1 AUTOMOBILE LIABILITY ANY AUTO - COMBINED-SINGLE-0M1 (Ea accident) $1,--000,000 ALL OWNED AUTOS SCHEDULED AUTOS BerILY persNJURY-- $ A X HIRED AUTOS ( person) CIS 00013942 11/23/99 11/23/00 X NON-OWNED AUTOS BODILY INJURY (Per accident) $ PROPERTY-DAMAGE- (Peraccident) $ GARAGE LIABILITY ... IANY AUTO - - AUTO ONLY-EA ACCIDENT $ 1 -OTHER-THAN- EAACC $ EXCESS LIABIIJTY AUTO ONLY: AGG $ IOCCUR CLAIMS.MADE- - _ EACH. OCCURRENCE $ .1 AGGREGATE. $ _ DEDUCTIBLE r.. _ ' RETENTION $ $ J WORKERS COMPENSATION MEL .$-. 1 EMPLOYERS'LIABILITY I WC STATU- 1OTH- Certficate ordered_ ACHA MIDE F� from company F FAr`,H ACCIDENT $ --- -- - E.L.DISEASE-EA EMPLOYEE_.$ ' OTHER E.L.DISEASE-POLICY LIMIT $ .r 1 DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS / 1 CERTIFICATE HOLDER I I ADognotua.uasuRED;slsusER LETTER _ cANceu.arlolat- r sElouLaAuucoe City of Oak. Park Heights. --.. . ama-THERE0E,THLissuilIGLINSUREILVIII 1 PungAwma TO MAH- 14168 Oak Park Blvd N ICL- Oak_ Park Hel hts ._ Noaua: ariccompelc. DFAus WEDSaiNELEET,MST FALURETn,pysn - ,1, 4 MN 55D82__ _B POSIL MGoBLINAmowOR-LIAwuTY OF AIM - RSPRSBrNswT issue_- - - �AUTHORqEPRTATNE , 1 ,h`dWal_9.- ACORD 25.5.(TI97). Q.ACOsaCORPOItAT'IOeF.' 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,,15 (Corrected from �— $61,207.35) Cv 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 14, 1,245.05 $ 1245.0V $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 $61,198.35 $77,025.00 a 'T; l 6(a..0.3s CITY OF OAK PARK HEIGHTS ..j..-- ---....- 14168 North 57th Street •P.O.Box 2007 • Oak Park Heights,MN:5508,2'-2007,•Phone;651/439-4439• Fax 651/ 439-0574 - A ' . . • Proposal BIB COPS t r"` Valley View Park Boardwalk aid' i ,poj City of Oak ParkHei e�ct �rtsx�lVFnnesota MAY 200 ' Bidder 0QF..5 9 G 6.4)57- 1',/c Total-Bid: Contact Name: e..F #4.41.1/9.4./ Telephone No..7 _ Address:/cod Gococ,,, vino 4,9 FaxNo.:- 3 zo-z4),.a47" ' City: G ( 4, e/ E-mail. State&Zip: t/ 533.3 Opening Time: 1:00 PM C.D.S-T V y D ate: v�' ' lam` echiesday; June 7,.20v0 ' Opening Location: Oak.Park Heights City Hail :� , r 1 .f..,,......,,`,,,,,::::,..----,' 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 - investigations deemed necessary, inspections and having studied the plans and s cifications-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 constructthero'ect in accordance with the plans and specifications for the following unit prices: P No. Item Units Quantity Unit Price -Total Price Trail 1 Clear and Grub(10'wide thru LS 1 wetland to boardwalk est. 200 SY) -ad $. . 40 I2 Common.Excavation for trail � ' �f Oy` ��aY� C 400 $ y °° 3 Subgrade Preparation for trail 1 SY 1300 $ '' $ 30o. 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 I Quantity Unit Price Total Price 4 Class 5 Gravel in place for trail TN - 210 $: _ $ - base, 10 foot wide in Prairie, 8 it foot wide thru wetland - ---' . s--474.,5z) ' 5 Bituminous wear course, Type TN 150 . ' $ •41A, 8 foot wide in Prairie,6-foot oo o0 wide thru wetland: /� /f.�S_Od,. - 6 Replace top soil over Class 5 to SY 400 edge of bituminous and other areas oo 00 disturbed by the trail construction. $O4. Storm sewer • 7 4' Dia. MH 15 feet deep with 3 EA 1 $ - ea foot sump&Neenah R 2560-G ^� Beehive Grate in place aZ7/`/, a 77`x, 8 4' Dia. MH 12 feet deep with R- EA . - 1 $, oa $. 1642-B casing in place _: • okipao.: . �oOC, 9 12 ' RCP,CL5,2'-12' deep in LF . 189 $ $ place 23 ' -9417 g 20 I0- Reinforced Concrete Surge Basin EA 1. $ for 11 inRCP inT.1ace : ` '. mV $dQ, paQ CO 11 Rip Rap Class III, around surge CY 5 $. / ea. $- ao basin outlet 6,C3 ,S 12 Geo-Textile Beneath Surge Basin SY 24 $ -- and Rip Rap a ` $ 5-7� god 13 Place topsoil over disturbed area. SY - 450 - a.,ad 900,° 421 14 Wood fiber blanket erosion control SY 450 $ over storm sewer °� oo $ a.- 9Oo, Boardwalk Construction $. 15 Clear and Grub along abandoned LS 1 $ $ roadway for boardwalk(est. 300 SY) roadway 30e o0 16 Prepare Subgrade for supports EA 21 $ /�,23 $ BYO" 83 17 Place and compact Class 5 Gravel TN 20 $ . for boardwalk supports 2?, YS' $ S(O11°� 18 Place Concrete Conduits for EA 14 $ zi $ supports 12.5"X17" Conduit �(o, 22(o.9y 19 Place Concrete Conduits for EA 14 $ z i $ qy Supports 15"X19" Conduit 16, 224, 20 Place Concrete Conduits for EA 4 $ zr Supports 15"X19"Stacked Conduit i6), $ &cf.*(f 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 $ $ o0 2'X6"X8' CCA treated boards �S, /OZ _ 22 Adjust height of supports using EA 6 ,; $ $ as 4"X6"X8' CCA treated timbers. 37. . 22 23 Adjust height of supports using EA 4 $ 5-0 $ o0 6"X6"X8' CCA treated limbers 30 17'1, 24 Place Rip.Rap Class III around CY 10 $ o a $ od supports near channels ( C°1/45Z, - 25 Construct and install 6' wide X EA " -16. $ $ 14' Boardwalk sections with toe C 113 boards ` . 26 Construct and install 6' wide X EA 2 $ $ 6-a 14 Boardwalk sections with Vacs railings° l< Y 7 27 Construct and install 6' wide X EA " 1 $, $ 513 s 12' Boardwalk sections with. I/, ], [Id ca railings 28 Construct and install 6'wide X EA : 1 $ $ - 1 1 16' Boardwalk sections with o0 °41# Irailing s - _f ZSR/... f a,S'`�, 29 Silt fencing LF 500 $ 2, $ 1000,a" 30 Traffic Control on 56th Street and LS 1 $ cad $ °° Peller Ave: , coo, 31 Mobilization and de-mobilization LS 1 $ 2 frst',°'m $ Total-Bid $ lol 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 bidis a bidder's bond,certified check, or cash deposit in the amount of $ 3,041,°O ,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 Heightsretains 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 . : ._ 14168 North 57th Street • P.O.Box 2007 • Oak Park-Heights,MN 55082-2007•,Phone:651/4394439 p Fax:651/439-0574 'Proposal COPY'BID: ?.. . Valley View Park Boardwalk and T�`yProjecC z '' ' City of Oak Park.Heights,Minnesota: . MAY 2000 _ Bidder: sc, n- .„ •• Total-Bid.. �!•- 43 Z$ QQ,. Contact Name: Address: L v ,. Telephone No.: ZrOp . _ Fax No. '� + ., City: corco .. E-mail a State&Zip:Via: 5$ Opening Time: 1:00 P.M. C D.S.T. Opening Date: Wednesday, June 7,2000 Opening Location Oak Park Heights Ciity 1 ,� � HonorableCityCouncil , A City of Oak Park Heights 1 14168 Oak Park Blvd. .` Oak Park Heights,MN 55082 Mayor and City Council: The undersigned, being familiar with your local conditions,Navin investigations deemed necessary, g made all field inspections and having studied the plans and specifications for the.Valley View Park Boardwalk and Trail Project to.include Addenda Nos. . all factors and other conditions affecting the work and cost thereof,hereby poses to familiarrswithl labor,tools,materials, skills, equipment, and all else necessary y proposes to furnish all in accordance with the plans and specifications for the following nes: construct the project unit prices: No. Units Quantity Unit Price 1 Total Price i Clear and Grub(10'wide tiro ®® wetland to boardw 1 ' alk est 200 SY) ® Common Excavation for trail1111 Z000Ob 400 $ • Subgrade Preparation for trail liEnii 1300- $ 1. 50 $ 1 - • . i • ; Tree City US.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 -1° , foot wide thru wetland q"�O 5 Bituminous wear course,Type TN 150 $ $ 41A, 8 foot wide in Prairie, 6-foot 90.00 13,500.4a wide thru wetland 6 Replace top soil over Class 5 to SY 400 edge of bituminous and other areas a . 5 O 1000.00 disturbed by the trail construction. Storm sewer 7 4' Dia. MH 15 feet deep with 3 EA 1 $ $ foot sump&Neenah R-2560-G 3000.da 3000.00 Beehive Grate in place 8 4' Dia. MH 12 feet deep with R- EA 1 $ $ 1642-B casing in place Z 506.UCR) Z 50 0.00 9 12 ` RCP, CL5,2'-12' deep in LF 189 $ $ place 35.Cb talo 15.00 10 Reinforced Concrete Surge Basin EA 1 $ $ for 12 in RCP in place 1200.CZ (2,0 0.co 11 Rip Rap Class III,around surge CY 5 $ $ basin outlet I Oa .ua 500.(Q)) 12 Geo-Textile Beneath Surge Basin SY 24 $ $ and Rip Rap 5. ab (2.0.(lo 13 Place topsoil over disturbed area. SY 450 ( . 6 450 .00 14 Wood fiber blanket erosion control SY 450 $ $ over storm sewer 1 . 5 0 4, 15. Cti Boardwalk Construction $ $ 15 Clear and Grub along abandoned LS 1 $ $ roadway for boardwalk(est. 300 ZOOO•C b Z000.an SY) 16 Prepare Subgrade for supports EA 21 $ (00.(10 $ 2.100.00 17 Place and compact Class 5 Gravel TN 20 $ 40.03 $ for boardwalk supports 8 00.60 18 Place Concrete Conduits for EA 14 $ $ supports 12.5"X17" Conduit '61) 1 x.00.00 19 Place Concrete Conduits for EA 14 $ $ Supports 15"X19" Conduit 154, 2100.LID 20 Place Concrete Conduits for EA 4 $ Supports 15"X19" Stacked Conduit 150 .uu $ 1.000,i0 City of Oak Park Heights Valley View Park Boardwalk and Trail Proposal BID COPY Page 3 of 4 No. Item Units 21 Adjust height of sug Quantity Unit Price Total Price Gill 2"X6'X8' CCA treated boards 54). db 22 Adjust height of supports using 6 200 QO 4"X6"X8' CCA treated timbers la $ I O O .Cla $ 23 Adjust height of supports using EA 4 �0 00.dp $ 6"X6"X8' CCA treated timbers I O 5.(!a $ 24 Place Rip Rap Class III around 4�'00 supports near channels 1111 10 $ 80.(10 $ 25 Construct and install 6' wide X EA 16 $ $00.CJp 14' Boardwalk sections with toe $ boards 100 0.O • 14,OOO.m 26 Construct and install 6' wide X EA 2 $ 14' Boardwalk sections with $ railings l o l 0.0 0 2.0 ZO.(ft) 27 Construct and install 6' wide X EA 1 $ 12' Boardwalk sections with $ railings 5.75.00 ”s.QO 28 Construct and install 6' wide X EA 1 $ 16' Boardwalk sections with $ railings 13oO.u() 13 00.00 29 Silt fencing LF 30 Traffic Control on 56' Street and LS 5 1 $ 2,p p MO �l� Peller Ave. 1 $ $ 31 Mobilization and de-mobilization .5-00.a 600.CO LS $ Sao _- Total B d'ao $ 00. 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 fmal measured quantities of various items actually constructed and installed b the unit prices shown above, in the manner prescribed in the specifications, y Accompanying this bid is a bidder's bond, certified check, or cash deposit in the amount of $____5___t__, 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 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,certified check or cash deposit of the three lowest bidders fora period not to exceed 45 days after the date and time set for the opening of bids. Respectfully submitted, .D S u^p�.a M �--0 wT J c_ A Corporation) Name (Anlndividual) LIZA . c (A Partnership) Signer i2n.,S►.dn.�' Ti Sunv-rar+-1 Printed or Typed Name of Signer CITY OF /--ot 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,Minnesotain the City Hall at 14168 Oak Park Boulevard North(formerly 14168 57 ' StreetNorth)until 1:00 PM, C.DST., on Wednesday June 7,2000, at which time they will be publicly opened and.read aloud for the furnishing of all labor and materials and all else necessary for the following: Valley View Park Boardwalk and Trail Project consisting of. the following approximate quantities: Trail Construction: - 200 SY Clearing and Grubbing(over abandoned road in wetland) 400 CY Common Excavation 1,300 SY Subgrade Preparation 210 TN Class 5 Gravel Placed and Compacted for Trail m=Prairie 150 TN Bituminous Wear:Course,;Type 41A(8 Foot Prairie Trail),. 189 FT 12 inch RCP Stormwater Pipe 2 EA 4 foot Diameter Drop Manhole 1 EA Reinforced Concrete Surge Basin for 12 inch_Pipe'- .' 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(over abandoned road in wetland) 20 EA 6 feet wide by Wooden Boardwalk Sections (12', 14' and 16'lengths) 21 EA Constructions and Placement of Support Structures for Boardwalks 10 CY Rip Rap Class III around support structures Plans and specifications,proposal forms and contract documents may be seen at the office of the City Administrator,14168 Oak Park Boulevard N., Oak Park Heights, Minnesota 55082(651- 439-4439). Each bid shall be accompanied by a bidder's bond naming the City of Oak Park Heights as obligee, certified check payable to the City of Oak Park Heights or a cash deposit equal to at least five percent(5%) of the amount of the bid. The bidder's bond shall be forfeited to the City in the event that the bidder fails to enter into a contract. Tree City U.S.A. 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 may be withdrawn for a period of forty-five (45)days after the date and time set for the bid opening. 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. See "Information to Bidders"for plans/specification fee policy. The City Council reserves the right to reject nay and all bids, to waive irregularities and informalities therein and further reserves the right to award the contract in the best interest of the City. � hr\ Thomas Melena, City Administrator City of Oak Park Heights 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 05/16/00 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 7th. 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. r city0f 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 six 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 SPE CAIL 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 Art Nielsen 612-779-3135 N.S.P. Gas Dave Stillman 651-229-2589 U.S. West Telephone Tim Lange 612-221-5359 Media One Cable TV Pat Wagner 612-531-4438 City of Oak Park Public Works 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 adjacent 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 responsibility of the Contractor. The Contractor is advised that they are responsible for 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 Contractor shall provide the necessary weights used in testing the scale. 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 assigned weight ticket with the following information on each ticket. 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 Director upon his request. 12. PRECONSTRUCTION CONFERENCE: Prior to starting work,the Contractor shall meet with Owner to discuss the method and means of supply, a work schedule as to construction phases, and general review of the plans and specifications. 13. QUANTITY DEVIATIONS: The quantities for certain items listed in the Proposal are the Engineer's best estimate of the required quantities. The quantities stated are not guaranteed and the actual extent of work to be performed will depend on site conditions at the time of construction. Class 5 aggregate, Rip Rap, and excavation quantities are more likely to vary than other items. The Owner prior to construction will confirm the quantities for each size of culvert and each length of deck section.No unit price adjustment for any magnitude of increased or decreased quantities is allowed for any line item stated in the proposal. 14. SITE SURVEY AND SUPPORT LOCATIONS: Prior to construction the Owner will provide an elevation benchmarks on site and stake the locations for each support. 15. AWARD OF CONTRACT: Only one award will be made that being the low combined total of all work from the low responsible bidder stated as Total Base Bid. All Contractors are advised that the normal bidding procedure for Oak Park Heights projects is to receive bids on Thursday and to award the project on the following Tuesday at the normal scheduled City Council meeting. The award of made may be delayed at the pleasure of the City Council. No additional cost will be allowed or considered for additional costs related to the any delay in the project. 16. EQUAL OPPORTUNITY AFFIRMATIVE ACTION COMPLIANCE: The City of Oak Park Heights is an Equal Opportunity and Affirmative Action employer. 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 duty for Equal Opportunity and Affirmative Action employment. It is the Contractor's responsibility to insure compliance with Equal Opportunity and Affirmative Action requirements. Failure to comply with applicable Equal Opportunity and Affirmative Action employment requirements may lead to Contractor sanctions. 17. OUT-OF-STATE 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 exempt from the surety deposit requirements,he shall provide the City with a copy of the form showing the Revenue Department certification. If the Contractor is not exempt, the City will withhold an additional eight(8)percent of each payment made to the Contractor and forward those funds to the Minnesota Department of Revenue. Forms and information can be obtained by calling(y651)296-6181 or(toll free) 1-800-657-3777. 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 or Governmental Subdivisions, is to be signed by the Department of Revenue representative and forwarded to the City of Oak Park heights. Copies of this form can be obtained by writing to the Minnesota Department of Revenue, Forms Section, Centennial Office Building, St. Paul, Minnesota 55145 or calling(651) 297-3737, VV Boardwalk Special Provisions 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 necessary for the be withdrawn for a period of sixty(60) accepted.Bids containing any alteration in accordance with and shall bid upon complete construction of the play days after the scheduled 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. correction printed in ink or typewritten CONTRACT DOCUMENT: Equipment Project. OWNER:City of Lakeville and initialed in ink beside the correction Contract Documents are on file for BIDS:Sealed bids shall be addressed 20195 Holyoke Avenue by the person signing the bid. inspection at the City of Lakeville's to the City Clerk,City of Lakeville, Lakeville,Minnesota 55044-9177 The City of Lakeville herebynotifies Engineering Department,the offices of 20195 Holyoke Avenue,Lakeville, Charlene Friedges all bidders that in regard to any Parsons Transportation Group Inc.,F.W. Minnesota 55044-9177,and shall be City Clerk invitations to bid, advertisements, Dodge Corporation,Minneapolis and endorsed with the name and address of 05-19/05-26 solicitations,or contracts to be entered St. Paul Builders Exchanges, and the Bidder and the contract for which the into pursuant to this project,businesses Construction Market Data.Copies of bid is being submitted on the outside of *PLAYGROUND owned and controlled by minorities or the documents may be obtained in the sealed envelope.All bidders shall bid EQUIPMENT PROJECT* women will be afforded maximum person at the office of Parsons in accordance with and 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: GREENRIDGE PARK color, sex, age,religion, ancestry, additional cost of$10.00 per set to cover Contract Documents are on file for PLAYGROUND EQUIPMENT affectional preference,disability,pubhc postage and handling.Both amounts inspection at the City of Lakeville's PROJECT assistance status,marital status,or are non-refundable.No partial sets or Engineering Department,the offices of CITY PROJECT NO.00-8 national origin. individual sheets will be distributed. Parsons Transportation Group Inc.,F.W. CITY OF LAKEVILLE, Chapter 377 of the Minnesota BID SECURITY:A certified check, Dodge Corporation,Minneapolis and MINNESOTA Statutes prohibits gifts from interested cashier's check,or satisfactory bid bond St. Paul Builders Exchanges, and OWNER:The City of Lakeville, persons to local officials.Local officials payable to the City of Lakeville in an Construction Market Data.Copies of Minnesota,hereby gives notice that includes any individuals who purchase, amount of not less than five percent the documents may be obtained in sealed bids will be received in the offices advise,or recommend on the purchase (5%)of the total amount of the bid shall person at the office of Parsons of the City Clerk in the City of Lakeville, of goods and/or services. accompany each bid as a guarantee that Transportation Group Inc.for a non- Dakota County, Minnesota,for the Year 2000 Compliance: Seller if the bid is accepted,the Bidder will refundable deposit of$15.00. If so following described project: represents,warrants,and covenants that execute and file the contract performance requested,copies will be mailed at an SCOPE OF WORK: Greenridge the mechandise and/or service is bond,public contractor's bond,and additional cost of$10.00 per set to cover Park:pplayggrround equipment, designed to be used prior to,during, insurance certificate(s)as required the postage and handling.Both amounts TIME..Sealed Bids will be received and after the calendar year 2000 A.D. Contract Documents whin tent(10) 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 distributed. Holyoke Avenue,Lakeville,Minnesota will operate during such time period Notice of Award of Contract by the City BID SECURITY:A certified check, 55644-9177 until 2:00 P.M., on without error relating to date data. of Lakeville.Failure on the part of the cashier's check,or satisfactory bid 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 the of the Bidder's certified check,cashier's amount of not less than five percent bids received by the City Clerk at 2:00 Americans with Disabilities Act of 1990 check, or bid bond to the City of (5%)of the total amount of the bid shall P.M.for the furnishing of all labor, (ADA). Lakeville as liquidated damages. accompany each bid as a guarantee that tools,equipment,matenals,and every BID WITHDRAWAL:No bids shall CONTRACT SECURITY: The if the bid is accepted,the Bidder will other articlepor thing necessaryfor the be withdrawn for a period of sixty(60) Bidder to whom a Contract is awarded execute and file the contract performance complete construction of e play days after the scheduled opening of the shall be required to furnish both a bond,public contractor's bond,and equipment improvements associated bids without the consent of the City performance bond and a public insurance certificate(s)as required by the with Greenridge Park Playground Council of the City of Lakeville. contractor's bond acceptable to the City Contract Documents within ten(10) Equipment Project. OWNER:City of Lakeville of Lakeville for 100 percent of the calendar days after issuance of the BIDS:Sealed bids shall be addressed 20195 Holyoke Avenue contract price for each of the above Notice of Award of Contract by the City to the City Clerk,City of Lakeville, Lakeville,Minnesota 55044-9177 bonds in accordance with the of Lakeville.Failure on the part of the 20195 Holyoke Avenue, Lakeville, Charlene Friedges requirements of the Contract Documents. Bidder to do so will result in forfeiture Minnesota 55044-9177,and shall be City Clerk BID REJECTION:The City of of the Bidder's certified check,cashier's endorsed with the name and address of 05-19/05-26 Lakeville,Minnesota,reserves the right check, or bid bond to the City of the Bidder and the contract for which the to reject any and all bids,waive any Lakeville as liquidated damages. bid is being submitted on the outside of *PARK SITE informalities in bidding,or to accept CONTRACT SECURITY: The the sealed envelope.All bidders shall bid IMPROVEMENT PROJECTS* the bid that best serves the interests of Bidder to whom a Contract is awarded in accordance with and shall bid upon BIDS CLOSE JUN 8 the City of Lakeville.Bids must be shall be required to furnish both a the Bid Proposal Form attached to the Lakeville MN typewritten and signed in ink, in performance bond and a public Contract Documents. NOTICE TO BIDDERS- handwriting. No fax bids will be contractor's bond acceptable to the City CONTRACT DOCUMENT: GREENRIDGE PARK, accepted.Bids containing any alteration of Lakeville for 100 percent of the Contract Documents are on file for KENSINGTON PARK, AND or erasure will be rejected unless contract price for each of the above inspection at the City of Lakeville's VALLEY LAKE PARK alteration or erasure is crossed out and bonds in accordance with the Engineering Department,the offices of SITE IMPROVEMENT correction printed in ink or typewritten . requirements of the Contract Documents. Parsons Transportation Group Inc.,F.W. PROJECTS and initialed in ink beside the correction BID REJECTION: The City of Dodge Corporation,Minneapolis and CITY PROJECT NOS.00-8,00-9, by the person signing the bid. Lakeville,Minnesota,reserves the right St. Paul Builders Exchanges, and AND 00-10 The City of Lakeville hereby notifies to reject any and all bids,waive any Construction Market Data.Copies of CITY OF LAKEVILLE, all bidders that in regard to any informalities in bidding,or to accept the documents may be obtained in MINNESOTA invitations to bid,advertisements, 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 project,businesses typewritten and signed in ink, in refundable deposit of$15.00. If so sealed bids will be received in the offices owned and controlled by minorities or handwriting. No fax bids will be requested,copies will be mailed at an of the City Clerk in the City of Lakeville, women will be afforded maximum accepted.Bids containing any alteration additional cost of$10.00 per set to cover Dakota County, Minnesota,for the feasible opportunity to submit bids or erasure will be rejected unless postage and handling.Both amounts following described project: and/or proposals and will not be subject 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 distributed. Park:finish grading,landscaping, color, sex, age,religion, ancestry, and initialed in ink beside the correction BID SECURITY:A certified check, ballfield infield,backstop,player affectional preference,disability,public by the person signing the bid. cashier's check,or satisfactory bid bond benches,parking lot,1/4 court,bike assistance status, marital status, or The City of Lakeville hereby notifies payable to the City of Lakeville in an rack,and-park benches;Kensington national origin. all bidders that in regard to any amount of not less than five percent Park:finish grading, andscapin Chapter 377 of the Minnesota invitations to bid, advertisements, (5%)of the total amount of the bid shall backstop,player benches,and 1/4 Statutes prohibits gifts from interested solicitations,or contracts to be entered accompany each bid as a guarantee that court; officials.persons to local Local officials 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,warrants,and covenants that to discrimination on the basis of race, calendar days after issuance of the projects. the mechandise and/or service is color, sex,age, religion, ancestry, Notice of Award of Contract by the City .Sealed Bids will be receive designed to be used prior to,during, .affectional preference,disability,public of Lakeville.Failure on the part of the at the Office of the City Clerk,20195 and after the calendar year 2000 A.D. assistance status, marital status,or Bidder to do so will result in forfeiture Holyoke Avenue,Lakeville,Minnesota and that the merchandise and/or service national origin. of the Bidder's certified check,cashier's 55044-9177 until 2:00 P.M., on will operate during such time period Chapter 377 of the Minnesota check, or bid bond to the City of Thursday,June 8,2000.The City Clerk without error relating to date data. Statutes prohibits gifts from interested Lakeville as liquidated damages. will publicly open and read aloud all All successful bidder(s) will be persons to local officials.Local officials CONTRACT SECURITY: The bids received by the City Clerk at 2:00 required to comply fully with the includes any individuals who purchase, Bidder to whom a Contract is awarded P.M. for the furnishing of all labor, Americans with Disabilities Act of 1990 advise,or recommend on the purchase shall be required to furnish both a tools,equipment,materials,and every (ADA). of goods and/or services. performance bond and a public other article or thing necessary for the BID WITHDRAWAL:No bids shall Year 2000 Compliance: Seller contractor's bond acceptable to the City complete construction of the play be withdrawn for ariod of sixty(60) represents,warrants,and covenants that of Lakeville for 100 percent of the equipment improvements associated days after the scheduled opening of the the mechandise and/or service is contract price for each of the above with Greenridge Park,Kensington Park, bids without the consent of the City designed to be used prior to,during, bonds in accordance with the and Valley Lake Park Site Improvement Council of the City of Lakeville. and after the calendar year 2000 A.D. requirements of the Contract Documents. Projects. OWNER:City of Lakeville and that the merchandise and/or service BID REJECTION: The City of IDS:Sealed bids shall be addressed 20195 Holyoke Avenue will operate during such time period Lakeville.Minnesota,reserves the right to the City Clerk,City of Lakeville, Lakeville,Minnesota 55044-9177 without error relating to date data. to reject any and all bids, waive any 20195 Holyoke Avenue, Lakeville, Charlene Friedges All successful bidder(s) will be informalities in bidding,or to accept Minnesota.5044-9177,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 ADVERTISEMENTS FOR BIDS *MILL RUINS PARK PH I IMP* said office publicly opened and read the contract in the best interest of the Location:Soudan Underground BIDS CLOSE JUN 8 aloud. City. Mine State Park Minneapolis,MN The CONTRACT DOCUMENTS Thomas Melena.CityAdministrator Soudan,Minnesota ADVERTISEMENT FOR BIDS may be examined at the following City of Oak Park Heights The Project consists of cavern FOR MILL RUINS PARK PHASE I locations: 05-19/05-26/06-02 IMPROVEMENTS 1.Howard R.Green Company,1326 the Soudan for a Underground experiment at Sealed proposals will be received in Energy Park Drive,St.Paul,MiN 55108. *2000 PARK IMPROVEMENTS* majm°rydf die wort iss tilocated ��s the office of the Cityof Minneapolis Cies of the CONTRACT BIDS CLOSE JUN 13 in Purchasing Agent,35South 5th Street DOCUMENTS may be obtained at the Savage,MN approximately_ly one cof . —Room 323M City Hall,Minneapolis, office of Howard R.Green Company underground.cThe worknconsistseof MN 55415,until 2.00 p.m.,CDST, located at 1326 Energy Park Drive,St. City of SavageMinnesota - water ate structural steel,m, hoistsandon sppri ggkrrleey June 8,2000 for the Park and Recreation Paul,MN 55108 upon payment of NOTICE IS HEREBY GIVEN that system,chillfire ed waterpr supply,elecctrical Board on Off..Publ.#5429-BIDS $25.00 for each set(non-refundable). sealed proposals will be received by power distribution system,lighting FOR MILL RUINS PARK PHASE I Date:April2000 the City Council of the City of Savage, systems,fire alarm system,. g IMPROVEMENTS,to furnish all Maurie Anderson Scott CounMinnesota, yy sy m hydraulic labor,materials,suppplies,equipment Parks Director City the office 6000 and gates,atgoundico,chain-link unit fenny and incidentals necessary for work 05-12/05-19/05-26 McCollc City Drive,iveSSaavage Hall, and walls, egrond cover,ships ladders,masonry including miscellaneous removals,mass a.m.on heMi13thta Day553of8 stairs fabrications,ndhandrails, ships ladders, excavation,construction of modular *BOARDWALK,TRAIL, untilJune,10:000will the systems, metale ,joint and than,steel firestop andd block retaining walls,construction of STORM SEWER* tsaid time and be publicly opened systems, hardware,rdasten , a bituminous roadway,and slope seeding, BIDS CLOSE JUN 7 dt d o and plor a e two orth more firers,nguwir desi azar officers or agents of the ��g'painting, all in accordance with plans and Oak Park Heights MN gn pp City and hydic extinguishers,lwiremshpartitions, specifications available from the office ADVERTISEMENT FOR BIDS furnishing of all said ma rials for and approximate value of the of BRW,Inc.,700 Third Street South, City of Oak Park Heights the construction,complete in place,in proposed contract is estimated to be Minneapolis,MN 55415,attn:Debbie Boardwalk,Trail and Storm Sewer accordance with plans and specifications $4,700,000. Anderson,upon payment of$35.00 per Sealed bids will be received by the for the following: The majority of the Work shall be set NON REFUNDABLE.Add as City of Oak Park Heights,Minnesota in City Project No.2000-06 completed'by March 1,2001. additional$10.00 for mailing via the the City Hall at 14168 Oak Park 2000 Park Improvements Evaluation of competing proposals is U.S.Postal Service.Bid documents will Boulevard North(formerly 14168 57th Major Items based on be available for review at Minneapolis Street North)until 1:00 P.M C.D.S.T., Common Excavation 19,000 Yards Any award willbebased on price. and St.Paul Builders Exchanges,F.W. on Wednesday June 7,2001,at which CL.5 Agg.Base 2,820 Tons University's determination of the best Dodge Corporation,Construction Market time they will be publicly opened and Bituminous 1,300 Tons overall Proposal. Data,and the N.A.M.C.Please note read aloud for the furnishing of all labor Curb and Gutter 1,100 L.F. pp related project in same area,S.P.91- and materials and all else necessary for Concrete Sidewalk 522 S.Y. Proposals time,will be accepted until 2:00 090-01,West River Parkway Bike Trail, the following: aner p.m.,focalsil Juneereceived ved separately advertised, with plans Valley View Park Boardwalk and Plansoand specifications,necessarappurtenances oposal Regents of the University ersity of Minnethe sota available from MnDoT.Proposals for the 'hail Project consisting of the following forms and contract documents maybe at Facilities Management Purchasing related projectjto be received through approximate quantities: seen at the office of the CityClrk, Services,400 Dog g 2:00 p.m. ay 25,2000 at the City of Trail Construction: Savage, nith Avenue E, Minneapolis,ap,319 Minneapolis Purchasing Department. 200 SY Clearing and the City Engineer,6000 M thell office e, Minnesota sota 55455,until the teti 05-19/05-26/06-02 GrubbingCY Savage,Minnesota 55378. when the names of the RFP respondents 4002000 TRAIL IMPROVEMENTS Excavation Common No bids will be considered unless will be read aloud. BIDS CLOSMAY 31 sealed and accompanied by a bidder's Proposal Schedule: 1,300 SY Subgrade bond naming the City of Savage as Mandatory pre-proposal tour as New Brighton,MN Preparation obligee,certified check payable to the specified herein. ADVERTISEMENT FOR BIDS- 210 TN Class 5 Gravel City Clrk of the City of Savage or a Proposal evaluation and New Brighton Parks and Recreation Placed and Compacted for Trail cash deposit equal to at least five percent clarification:June 16,2000 to June 23, Family Service Center,400 10th 150 TN Bituminous (5%)of the amount of the bid,which 2000. Street NW Wear Course.Type 41A shall be returned or forfeited as set forth New Brighton,MN 55112 189 FT 12 inch RCP in the Information for Bidders. Proposal op�Interviews: nDo uments�may 28, bbe Separate sealed BIDS for the Stormwater Pipe The Council reserves the right to examined at: construction of the 2000 Trail 2 EA 4 foot retain the deposits of the three lowest CNA Consulting Engineers,2800 Improvements-major quantities include: Diameter Drop Manhole bidders for a period not to exceed sixty University Ave SE,Minneapolis,MN 1200 SY remove bituminous pavement, I EA Reinforced (60)days after the date and time set for 55414 200 CY common borrow,6900 LF Concrete Surge Basin for 12 inch Pipe the opening of bids.No bids may be Builder's Exchanges in Minneapolis, common excavation,2300 TN CL 5 5 CY Class III Rip withdrawn for a period of sixty(60) St.Paul and Duluth,Minnesota. aggregate base, 1300 TN bituminous Rap placed around Surge Basin days after the date and time set for the Construction Market Data Plan paving,and seed/sod restoration. 450 SY Wood Fiber opening of bids. Room,New Hope,Minnesota. Bids will be received by the New Blanket Payment for the work will be by F.W. Dodge Plan Room, Brighton Parks and Recreation at the 500 LF Silt Fencing cash or check. office of the New Brighton Parks and Boardwalk Construction: a Minneapolis,Minnesota. Documents Recreation,Family Service Center,400 300 SY Clearing and plans and specifications and coppropoof sal may be e obtained at thies of the e CNA Consulting 10th Street NW,New Brighton MN Grubbing forms may obtain them from the office Engineers office in accordance with the 55112 until 9:00 a.m. local time, 20 EA 6 'wide byof the City Engineer,6000 McColl Instructions to Proposers,upon making Wednesday,May 31,2000,and then at Wooden Boardwalk Sections(12',14' Drive,Savage,Minnesota 55378,upon a deposit by check in the amount of said office publicly opened and read and 16'lengths) payment of thirty dollars($30)—non- $150.00, made payable to CNA aloud. 21 EA Constructions refundable. Consulting Engineers. The CONTRACT DOCUMENTS and Placement of Support Structures Note:The City of Savage has adopted Direct communications regarding may be examined at the following for Boardwalks a standard document to be used for this project to the Architect's/Engineer's locations: 10 CY Rip Rap Class utility and street construction within Project Manager,D.Lee Petersen,phone 1.Howard R.Green Company,1326 III around support structures the City. Each contractor bidding on 612-379-8805. Energy pPark Drive,St.Paul,MN 55108. Plans and specifications,proposal this project is required to purchase a by Each proposal shall be accompanied DOCUMENTS mane CONTRACT y be obtained at the seen and the contract off documents the Cityyy "Standa dthis Conttractdocument Do Documents and Cona tractr Proposal Cost Proposal in the form office of Howard R.Green Company Administrator, 14168 Oak Park Technical Specifications for Utility and of a Surety Bond, certified check, located at 1326 Energy Park Drive,St. Boulevard N., Oak Park Hei hts, Street Construction,City of Savage, cashier's check. Paul, MN 55108 upon payment of Minnesota 55082(651-439-4439. Minnesota"June 1997.This standard The an successful agmenproposer shall furnish the $25.00 for each set(non-refundable). Each bid shall be accomppanie by a document includes the contract Performance and Payment Bonds in the Date:April 2000 bidder's bond naming the Cityof Oak documents and technical specifications full amount of the contract. Maurie Anderson Park Heights as obligee,certifid check which are the basis for each project and The University reserves the right to Parks Director payable to the City of Oak Park Heights referenced as such in the Special reject any and all Proposals,accept any 05-12/05-19/05-26 or a cash deposit equal to at least five Provisions.A copy can be obtained Proposal, waive informalities in percent(5%)of the amount of the bid. from the Savage Engineering proposals submitted,and waive minor 2000 BITUMINOUS The bidder's bond shall be forfeited to Department for the sum of forty dollars discrepancies in Proposal procedures, ACTIVITY AREA the City in the event that the bidder ($40.00)per copy. as it deems to be in its best interest. BIDS CLOSE MAY 31 fails to enter into a contract. The Council reserves the right to The University of Minnesota New Brighton,MN The City Council reserves the right reject any and all bids, waive complies with Equal Employment ADVERTISEMENT FOR BIDS- to retain the deposits of the three lowest irregularities and informalities therein Opportunity and Affirmative Action New Brighton Parks and Recreation bidders for a period not to exceed forty- and further reserves the right to award Policies for contractors and suppliers. Family Service Center,400 10th five(45)days after the date and time set the contract for the best interests of the Pre-Proposal access to the work site Street NW for opening of bids. No bids may be city. is limited to specific times and dates.A New Brighton,MN 55112 withdrawn for a period of forty-five By order of the Savage City Council, mandatory pre-proposal meeting and Separate sealed BIDS for the (45)days after the date and time set for this 15th day of March,2000. tour of the work site is scheduled for construction of the 2000 Bituminous the bid opening. Jeff Sandberg 12:15 pm to 4:30 pm Tuesday,May 30, Activity Area Improvements-major Payment for the work will be by Assistant City Engineer 2000. Representatives from the quantities include: 600 CY common check. 05-19/05-26/06-02 following disciplines are required to borrow, 2 LS common excavation,1300 Contractors desiring a copy of the attend: prime contractor, piping TN CL 5 aggregate base, 900 TN plans and specifications and proposal SOUDAN UG CAVERN- contractor,fire protection contractor, bituminous paving,2000 LF 4"striping, forms may obtain them from the City of OUTFITTING steel erection contractor,and materials and seed/sod restoration. Oak Park Heights,upon the payment BIDS CLOSE JUN 16 handling equipment contractor. Bids will be received by the New of a non-refundable fee of$40.00.See Soudan,MN Persons unable to attend the May 30, Brighton Parks and Recreation at the "Information to Bidders" for REQUEST FOR PROPOSALS- 2000 tour may attend an alternate office of the New Brighton Parks and plans/specification fee policy. UNIVERSITY OF MINNESOTA tour on June 1,2000 at 12:15 pm. Recreation,Family Service Center,400 The City Council reserves the right MINOS FAR DETECTOR However,the prime contractor is 55112 10th Street NW,New Brighton MN to reject nay and all bids, to waive LABORATORY required to attend the May 30,2000 Wednesday,May ay 1,2000°and thenai and furtther reservesarities and informalities the right to award UM PROJECT NO.896-00-1998 siiteNG rvis t.Nott alternate will be be just en 134 CONSTRUCTION BULLETIN MAY 19, 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, correction printed in ink or typewritten the bid that best es in serves gthe interests or to of persont the atithes may ce ofe tPa sons ANDCITY OF LAKEVILLE by andinitialed person in inkbesidet e the correction the City of Lakeville.Bids must be Transportation Group Inc.,111 Third MINNESOTA person signing Lakeville h bid. pThe City of hereby notifies typewritten and signed in ink, in Ave.South,Suite 350 Minneapolis, OWNER:The City of Lakeville, all bidders that in regarddto any handwriting. No fax bids will be MN 55401(612)332-0421,for a non- Minnesota,hereby gives notice that invitations to bid, advertisements, accepted.Bids containing any alteration refundable deposit of$15.00. If so sealed bids will be received in the offices solicitations,or contracts to be entered or erasure will be rejected unless requested,copies will be mailed at an of the Ci Clerk n the City of Lakeville, into pursuant to this project,businesses alteration or erasure is crossed out and additional cost of$10.00 per set to cover Dakota County, Minnesota,for the owned and controlled by minorities or correction printed in ink or typewritten postage and handling.Both amounts following described project: women will be afforded maximum and initialed m ink beside the correction are non-refundable.No partial sets or SCOPE OF WORK: Greenridge feasible opportunity to submit bids by the person signing the bid. individual sheets will be distributed. Park:finish grading,landscaping, and/or proposals and will not be subject The City of Lakeville herebynotifies BID SECURITY:A certified check, ballfield infield,backstop,player to discrimination on the basis of race, all bidders that in regardtoany cashier's check,or satisfactory bid bond benches,parking lot,1/4 court,bike color,sex,age,religion, ancestry, invitations to bid,advertisements, payable to the City of Lakeville in an rack,and-park benches,'Kensington affection(prefeence,disaility, public solicitations,or contracts to be entered amount of not less than five percent Park:finish grading,landscaping, assistance status,marital status,or into pursuant to this project,businesses (5%)of the total amount of the bid shall backstop,player benches,and 1/4 national origin. owned and controlled by minorities or accompany each bid as a guarantee that court; Chapter 377 of the Minnesota women will be afforded maximum if the bid is accepted,the Bidder will and Valley Lake Park:bituminous Statutes prohibits_gifts from interested feasible opportunity to submit bids execute and file the contract performance trail widening and construction of a persons to local officials.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.All work shall be done advise,or recommend on the purchase color, sex,age,religion, ancestry, Contract Documents within ten(10) under one contract for all three park of goods and/or services. affectional preference,disability,public calendar days after issuance of the projects. Year 2000 Compliance: Seller assistance status,marital status,or Notice of Award of Contract by the City .Sealed Bids will be receive represents,warrants,and covenants that national origin. of Lakeville.Failure on the part of the at the Office of the City Clerk,20195 the mechandise and/or service is Chapter 377 of the Minnesota Bidder to do so will result in forfeiture Holyoke Avenue,Lakeville,Minnesota designed to be used prior to,during, Statutes prohibits gifts from interested of the Bidder's certified check,cashier's 55044-9177 until 2:00 P.M., on and after the calendar year 2000 A.D. persons to local officials.Local officials check, or bid bond to the City of Thursday,June 8,2000.The City Clerk and that the merchandise and/or service includes any individuals who purchase, Lakeville as liquidated damages. will publicly open and read aloud all will operate during such time period advise,or recommend on the purchase CONTRACT SECURITY: The bids received by the City Clerk at 2:00 without error relating to date data of goods and/or services. Bidder to whom a Contract is awarded P.M. for the furnishing of all labor, All successful bidder(s)will be Year 2000 Compliance: Seller shall be required to furnish both a tools,equipment,materials,and every required to comply fully with the represents,warrants,and covenants that performance bond and a public other article or thing necessary for the Americans with Disabilities Act of 1990 the mechandise and/or service is contractor's bond acceptable to the City complete construction of the play (ADA). designed to be used prior to,during, of Lakeville for 100 percent of the equipment improvements associated B WITHDRAWAL:No bids shall and after the calendar year 2000 A.D. contract price for each of the above with Greenridge Park,Kensington Park, be withdrawn for a period of sixty(60) and that the merchandise and/or service bonds in accordance with the and Valley Lake Park Site Improvement days after the schededd opening of the will operate during such time perioduuements of the Contract Documents. Projects. bids without the consent of the City without error relating to date data. BID REJECTION:The City of IDS:Sealed bids shall be addressed Council of the City of Lakeville. All successful bidder(s)will be Lakeville,Minnesota,reserves the right to the City Clerk,City of Lakeville, OWNER:City of Lakeville required to comply fully with the to reject any and all bids,waive any 20195 Holyoke Avenue, Lakeville, 20195 Holyoke Avenue Americans with Disabilities Act of 1990 informalities in bidding,or to accept Minnesota 55044-9177,and shall be Lakeville,Minnesota 55044-9177 (ADA). the bid that best serves the interests of endorsed with the name and address of Charlene Friedges BID WITHDRAWAL:No bids shall the City of Lakeville.Bids must be the Bidder and the contract for which the City Clerk be withdrawn fora period of sixty(60) typewritten and signed in ink, in bid is being submitted on the outside of 05-19/05-26 days after the scheduled opening of the handwriting. No fax bids will be the sealed envelope.All bidders shall bid bids without the consent of the City accepted.Bids containing any alteration in accordance with and shall bid upon MILL RUINS PARK PH I IMP Council of the City of Lakeville. or erasure will be rejected unless the Bid Proposal Form attached to the BIDS CLOSE JUN 8 OWNER:City of Lakeville alteration or erasure is crossed out and Contract Documents. Minneapolis,MN 20195 Holyoke Avenue correction printed in ink or typewritten CONTRACT DOCUMENT: ADVERTISEMET FOR BIDS Lakeville,Minnesota 55044-9177 and initialed in ink beside the correction Contract Documents are on file for FOR MILL RUINS PARK PHASE I Charlene Friedges by the person signing the bid. inspection at the City of Lakeville's IMPROVEMENTS City Clerk The City of Lakeville herebynotifies Engineering Department,the offices of Sealed proposals will be received in 05-19/05-26 all bidders that in regard to to any Parsons Transportation Group Inc.,EW. the office of the Cityof Minneapolis PLAYGROUND invitations to bid, advertisements, Dodge Corporation,Minneapolis and Purchasing Agent,35South 5th Street t 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, IDS CLOSE JUN 8 owned and controlled b 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 Offi.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 furnish all PLAYGROUND EQUIPMENT to discrimination on the basis of race, MN 55401(612)332-0421 for a non- labor,materials,suppplies,equipment PROJECT color, sex, age, religion, ancestry, refundable deposit of$40.00. If so and incidentals necessary for work CITY PROJECT NO.00-8 affectional preference,disability,public requested,copies will be mailed at an including miscellaneous removals,mass CITY OF LAKEVILLE, assistance status, marital status, or additional cost of$10.00 per set to cover excavation,construction of modular MINNESOTA national origin. postage and handling.Both amounts block retaining walls,construction of OWNER:The City of Lakeville, Chapter 377 of the Minnesota are non-refundable.No partial sets or bituminous roadway,and slope seeding, Minnesota,hereby gives notice that Statutes prohibits gifts from interested individual sheets will be distributed. all in accordance with plans and sealed bids will be received in the offices persons to local officials.Local officials BID SECURITY:A certified check, specifications available from the office of the Ci Clerk in the City of Lakeville, includes any individuals who purchase, cashier's check,or satisfactory bid bond of BRW,Inc.,700 Third Street South, Dakota County,Minnesota,for the advise,or recommend on the purchase payable to the City of Lakeville in an Minneapolis,MN 55415,attn:Debbie 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 Year 2000 Compliance: Seller (5%)of the total amount of the bid shall set NON REFUNDABLE.Add as Parq playground equipment. represents,warrants,and covenants that accompany each bid as a guarantee that additional$10.00 for mailing via the TiME..Sealed Bids will be received the mechandise and/or service is if the bid is accepted,the Bidder will U.S.Postal Service.Bid documents will at the Office of the City Clerk,20195 designed to be used prior to,during, execute and file the contract performance be available for review at Minneapolis Holyoke Avenue,Lakeville,Minnesota and after the calendar year 2000 A.D. bond,public contractor's bond, and and St.Paul Builders Exchanges,F.W. 55044-9177 until 2:00 P.M., on and that the merchandise and/or service insurance certificate(s)as required by the Dodge Corporation,Construction Market Thursday,June 8,2000.The City Clerk will operate during such time period Contract Documents within ten(10) Data,and the N.A.M.C.Please note will publicly open and read aloud all without error relating to date data. calendar days after issuance of the related project in same area, S.P.91- bids received by the City Clerk at 2:00 All successful bidder(s) will be Notice of Award of Contract by the City 090-01,West River Parkway Bike Trail, P.M. for the furnishing of all labor, required to comply fully with the of Lakeville.Failure on the part of the separately advertised, with plans tools,equipment,materials,and every Americans with Disabilities Act of 1990 Bidder to do so will result in forfeiture available from MnDoT.Proposals for the other article or thing necessary for the (ADA). of the Bidder's certified check,cashier's related project to be received through complete construction of the play BID WITHDRAWAL:No bids shall check, or bid bond to the City of 2:00 p.m.May 25,2000 at the City of equipment improvements associated be withdrawn for a period of sixty(60) Lakeville as liquidated damages. Minneapolis Purchasing Department. with Greenridge Park Playground days after the scheduled opening of the CONTRACT SECURITY: The 05-19/05-26/06-02 Equipment Project. bids without the consent of the City Bidder to whom a Contract is awarded BIDS:Sealed bids shall be addressed Council of the City of Lakeville. shall be required to furnish both a 2000 TRAIL IMPROVEMENTS to the City Clerk,City of Lakeville, OWNER:City of Lakeville performance bond and a public BIDS CLOSE MAY 31 20195 Holyoke Avenue,Lakeville, 20195 Holyoke Avenue contractor's bond acceptable to the City New Brighton,MN Minnesota 55044-9177,and shall be Lakeville,Minnesota 55044-9177 of Lakeville for 100 percent of the ADVERTISEMENT FOR BIDS- endorsed with the name and address of Charlene Friedges contract price for each of the above New Brighton Parks and Recreation the Bidder and the contract for which the City Clerk bonds in accordance with the Family Service Center,400 10th bid is being submitted on the outside of 05-19/05-26 requirements of the Contract Documents. Street NW the sealed envelope.All bidders shall bid BID REJECTION: The City of New Brighton,MN 55112 in accordance with and shall bid upon PARK SITE Lakeville,Minnesota,reserves the right Separate sealed BIDS for the the Bid Proposal Form attached to the IMPROVEMENT PROJECTS to reject any and all bids,waive any construction of the 2000 Trail Contract Documents. BIDS CLOSE JUN 8 informalities in bidding,or to accept Improvements-major quantities include: CONTRACT DOCUMENT: Lakeville,MN the bid that best serves the interests of 1200 SY remove bituminous pavement, Contract Documents are on file for NOTICE TO BIDDERS- the City of Lakeville. Bids must be 200 CY common borrow, 6900 LF inspection at the City of Lakeville's GREENRIDGE PARK, typewritten and signed in ink, in common excavation,2300 TN CL 5 Engineering Department,the offices of KENSINGTON PARK, AND handwriting. No fax bids will be aggregate base, 1300 TN bituminous Parsons Transportation Group Inc.,F.W. VALLEY LAKE PARK accepted.Bids containing any alteration paving,and seed/sod restoration. 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 Brighton Parks and Recreation at the The City Council reserves the right plans and specifications and proposal PUBLIC BUILDINGS office of the New Brighton Parks and to retain the deposits of the three lowest forms may obtain them from the City of Recreation,Family Service Center,400 bidders for a period not to exceed 45 Oak Park Heights,upon the paymentT; REPLACEMENT* 10th Street NW,New Brighton MN days after the date and time set for the of a non-refundable fee of 540.00.See *ROOF CLOSE JUN N 55112 until 9:00 a.m. local time, opening of bids. No bids may be "Information to Bidders" for BIDS 4 Wednesday,May 31,2000,and then at withdrawn for a period of forty-five plans/specification fee policy. Albany,MN said office publicly opened and read (45)days after the date and time set for The City Council reserves the right NOTICE TO BIDDERS- aloud. the opening of bids. to reject nay and all bids,to waive Sealed bids for ROOF The CONTRACT DOCUMENTS Payment for the work will be by irregularities and informalities therein REPLACEMENT,for the Stearns may be examined at the following cash or check. and further reserves the right to award CountyPublic Worcs,Albany,MN will locations: Contractors desiring a copy of the the contract in the best interest of the be received at the Office of the Stearns 1.Howard R.Green Company,1326lans and specifications and proposal City. County Auditor until 10:00 A.M.June En Park Drive,St.Paul,MN 55108. forms may obtain them from the office Thomas Melena,City Administrator 14,2000 and will bepublicly ? at Copies of the CONTRACT of Bonestroo, Rosene,Anderlik& City of Oak Park Heights that time.Bids received after that time DOCUMENTS may be obtained at the Associates,Inc.,upon payment of a 05-19/05-26/06-02 will be returned unopened to the sender. office of Howard R.Green Company non-refundable fee of$35.00.See All bids should be submitted to: located at 1326 Energy Park Drive,St. "Information to Bidders" for 2000 PARK IMPROVEMENTS Stearns County Auditor Paul, MN 55108 upon payment of plan/specification fee policy. BIDS CLOSE JUN 13 Administration Center,Room I48 $25.00 for each set(non-refundable). The City Council reserves the right Savage,MN 705 Courthouse Square Date:April2000 to reject any and all bids,to waive ADVERTISEMENT FOR BIDS- St.Cloud,MN 56303 Maurie Anderson irregularities and informalities therein City of Savage,Minnesota (320)656-3900 Parks Director and further reserves the right to award NOTICE IS HEREBY GIVEN that Specifications, details and 05-12/05-19/05-26 the contract to the best interests of the sealedro osals will be received bydocumentation may be obtained from the City. the CityCouncilof the City of Savagfollowing: 2000 BITUMINOUS Daniel Donahue,City Manager Scott County,Minnesota,at the office of STEARNS COUNTY ACTIVITY AREA City of New Hope,Minnesota the City Clerk,Savage City Hall,6000 PURCHASING BIDS CLOSE MAY 31 05-26/06-02 McColl Drive,Savage,Minnesota 55378 ADMINISTRATION CENTER, New Brighton,MN until 10:00 a.m.on the 13th Day of ROOM 47 ADVERTISEMENT FOR BIDS- BOARDWALK.TTRAIL, June,2000 and will be publicly opened 705 COURTHOUSE SQUARE New Brighton Parks and Recreation STORM SEWER at said time and place by two or more ST.CLOUD,MN 56303 Family Service Center,400 10th BIDS CLOSE JUN 7 designated officers or agents of the City (320)656-3607 Street NW Oak Park Heights,MN of Savage,said proposals to be for Bill Davison New Brighton,MN 55112 ADVERTISEMENT FOR BIDS furnishing of all labor and materials for Stearns County Purchasing Agent Separate sealed BIDS for the City of Oak Park Heights the construction,complete in place,in 05-26 construction of the 2000 Bituminous Boardwalk,Trail and Storm Sewer accordance with plans and specifications MISC.DISTRICT Activity Area Improvements-major Sealed bids will be received by the for the following: IMPROVEMENTS IMPROVE quantities include: 600 CY common City of Oak Park Heights,Minnesota in Cityty Pro1'ect No.2000-06 ROVE borrow, 2 LS common excavation,1300 the City Hall at 14168 Oak Park 20NI0 Park Improvements BIDS Alexandria,JUN 15 MN TN CL 5 aggregate base, 900 TN Boulevard North(formerly 14168 57th Major Items RE VEST FOR BIDS- bituminous paving,2000 LF 4"striping, Street North)until 1:00 P.M C.D.S.T., Common Excavation 19,000 Yards Q and seed/sod restoration. on Wednesday June 7,2000,at which CL.5 Agg.Base 2,820 Tons BID OPENING- Bids will be received by the New time they will be publicly opened and Bituminous 1,300 Tons Contractor's sealed Proposals for the Brighton Parks and Recreation at the read aloud for the furnishing of all labor Curb and Gutter 1,100 L.F. 2000 Alexandria Public Schools office of the New Brighton Parks and and materials and all else necessary for Concrete Sidewalk 522 S.Y. Miscellaneous District Improvements Recreation,Family Service Center,400 the following: and other necessary appurtenances will be received by the Independent 10th Street NW,New Brighton MN Valley View Park Boardwalk and Plans and specifications,proposal School District No.206,Alexandria, 55112 until 9:15 a.m. local time, Trail Project consisting of the following forms and contract documents maybe Minnesota,on Thursday,June 15, Wednesday,May 31,2000,and then at approximaterquantities: seen at the office of the City Clrk, 2000,until 2:00 p.m.at the office of the said office publicly opened and read Trail Construction: Savage,Minnesota and at the office of Superintendent of Schools, in aloud. 200 SY Clearing and the City Engineer,6000 McColl Drive, Alexandria,Minnesota,in accordance The CONTRACT DOCUMENTS Grubbing Savage,Minnesota 55378. with the plans and specifications may be examined at the following 400 CY Common No bids will be considered unless prepared y Abendroth, Rego & locations : Excavation sealed and accompanied bya bidder's Youngquist Architects,Inc.,5217 1.Howard R.Green Company,1326 1,300 SY Subgrade bond naming the City ofSavageas Wayzata Boulevard,St.Louis Park, Energy Park Drive,St.Paul,MN 55108. Preparation obligee,certified check payable to the Minnesota 55416. Copies of the CONTRACT 210 TN Class 5 Gravel City Clerk of the City of Savage or a Bids will be opened publicly and DOCUMENTS may be obtained at the Placed and Compacted for Trail cash deposit equal to at least five percent read aloud at the above time and place. office of Howard R.Green Company 150 TN Bituminous (5%)of the amount of the bid,which Bids received after 2:00 p.m.will be located at 1326 Energy Park Drive,St. Wear Course,Type 41A shall be returned or forfeited as set forth returned unopened. Paul, MN 55108 upon payment of 189 FT 12 inch RCP in the Information for Bidders. A single bid will be received for $25.00 for each set(non-refundable). Stormwater Pipe The Council reserves the right to each Base Bid as outlined below: Date:April 2000 2 EA 4 foot retain the deposits of the three lowest Base Bid A - Tennis Court Maurie Anderson Diameter Drop Manhole bidders for a period not to exceed sixty Resurfacing Parks Director 1 EA Reinforced (60)days after the date and time set for Base Bid B -Discovery Middle 05-12/05-19/05-26 Concrete Surge Basin for 12 inch Pipe the opening of bids. No bids may be School Parking Modifications 5 CY Class III Rip withdrawn for a period of sixty(60) Base Bid C-Lincoln Elementary *LIBERTY PARK PLAY Rap placed around Surge Basin days after the date and time set for the Tunnel Pipe Insulating GROUND IMPS* 450 SY Wood Fiber opening of bids. Base Bid D-Lincoln Elementary BIDS CLOSE JUN 12 Blanket Payment for the work will be by Fire Protection and Ceiling New Hope MN 500 LF Silt Fencing cash or check. Modifications ADVERTISEMENT FOR BIDS- Boardwalk Construction: Contractors desiring a copy of the Envelopes containing bids must be Sealed bids will be received by the 300 SY Clearing and plans and specifications and proposal sealed,marked on the lower left-hand City of New Hope,Minnesota at the Grubbing forms may obtain them from the office corner"Sealed Bid Enclosed"with the City Hall,at 4401 Nylon Avenue,until 20 EA 6 'wide byof the City Engineer, 6000 McColl name and address of the bidder and the 11:00 A.M. C.D.S.T.,on Monday Wooden Boardwalk Sections(12',14' Dre,Savage,Minnesota 55378,upon date and hour of the opening and June 12,20d0,at which time they will and 16'lengths) payment of thirty dollars($30)—non- addressed to: be publicly opened and read aloud for 21 EA Constructions refundable. Board of Education the furnishing of all labor and materials and Placement of Support Structures Note:The City of Savage has adopted Independent School District 206 and all else necessary for the following: for Boardwalks a standard document to be used for 715 Elm Street Liberty Park Playground 10 CY Rip Rap Class utility and street construction within Alexandria,Minnesota 56308 Improvements,City Project No.673 III around support structures the City.Each contractor bidding on BID SECURITY- Demolish and remove existing play Plans and specifications,proposal this project is required to purchase a Each bidder must accompany his equipment. forms and contract documents may be copy of this standard document entitled, Proposal with a Cashier's Check,Bid Furnish and install new play seen at the office of the City " tandard Contract Documents and Bond orCertified Check equalto5%a of equipment with miscellaneous site Administrator, 14168 Oak Park Technical Specifications for Utility and the amount of the Proposal payable to improvements. Miscellaneous site Boulevard N., Oak Park Heights, Street Construction,City of Savage, the Owner as a guarantee of prompt improvements work includes but is not Minnesota 55082(651-439-4439). Minnesota"June 1997.This standard execution of the Contract in accordance limited to concrete play edge,concrete Each bid shall be accompanied by a document includes the contract with the Proposal and Contract walk and pad,site furniture,drinking bidder's bond naming the Cityof Oak documents and technical specifications Documents,and that he will furnish fountain and landscaping restoration. Park Heights as obligee,certified check which are the basis for each project and bond acceptable to the Owner covering Plans and specifications, proposal payable to the City of Oak Park Heights referenced as such in the Special performance of the Contract. forms and contract documents may be or a cash deposit equal to at least five Provisions.A copy can be obtained Copies of the Drawings, seen at the office of the City Clerk, percent(5%)of the amount of the bid. from the Savage Engineering Specifications and other Contract New Hope,Minnesota,and at the office The bidder's bond shall be forfeited to Department for the sum of forty dollars Documents are on file at the Architect's of Bonestroo, Rosene,Anderlik& the City in the event that the bidder ($40.00)per copy. office and at the following offices: Associates,Inc..Consulting Engineers, fails to enter into a contract. The Council reserves the right to Minneapolis Builders Exchange 2335 W.Trunk Highway 36,S.Paul, The City Council reserves the right reject any and all bids, waive 1123 Glenwood Avenue MN 55113.(651)636-4600. to retain the deposits of the three lowest irregularities and informalities therein Minneapolis,MN 55405; Each bid shall be accompanied by a bidders for a penod not to exceed forty- and further reserves the right to award St.Paul Builders Exchange bidder's bond naming the City of New five(45)days after the date and time set the contract for the best interests of the 445 Farrington Street Hope as obligee,certified check payable for opening of bids. No bids may be city. St.Paul,MN 55103; to the Clerk of die City of New Hope or withdrawn for a period of forty-five By order of the Savage City Council, St.Cloud Builders Exchange a cash deposit equal to at least five (45)days after the date and time set for this 15th day of March,2000. 30 Sixth Avenue South percent(5%)of the amount of the bid, the bid opening. Jeff Sandberg St.Cloud,MN 56301; which shall be forfeited to the City in the Payment for the work will be by Assistant City Engineer Faro Builders Exchange event that the bidder fails to enter into check. 05-19/05-26/06-02 1010 Page Drive a contract. Contractors desiring a copy of the Fargo,ND 58102; 50 CONSTRUCTION BULLETIN MAY26, 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,atm:Debbie the Contract Documents prepared by Norman County Board of to reject any and/or all bids,and to Anderson,von paymentof$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 low pressure steam crushing and stockpiling of gravel. County Auditor and Si Paul Builders Exchanges,F.W. boiler.Work also consists of incidental The tentative pit location for bidding Dakota County,Minnesota Dodge Corporation,Construction Market 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(SE-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 County Courthouse 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.May 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 Highway 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 Nylon 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 Munter 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.Paulof drawings and specifications from fountain and landscaping restoration. Minnesota GRADE WK,ETC* this office,located on County Road 9, Plans and specifications,proposal Williston Builders Exchange - BIDS CLOSE JUN 23 Plymouth,MN upon deposit of fifteen forms and contract documents maybe Dakota Count MN p p Williston,North Dakota y 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 of Prairie Engineering,P.C.,909 Basin LAKE BYLLESBY REGIONAL and specifications in good condition of Bonestroo,Rosene,Anderlik& Avenue,Bismarck,North Dakota u n PARK within ten(10)days after the bids are Associates,Inc.,Consulting Engineers, deposit of $50.00 per set. Any DEMOLITION,GRADE WORK opened. 2335 W.Trunk Highway 36,St.Paul, unsuccessful Bidder,upon return of set AND CLEAN UP The current minimum wage rate per MN 55113,(651)636-4600. within ten days of the opening of Bids, OF BUILDINGS AND WASTE hour to be d for each classification of Each bid shall be accom anied bya pe MATERIALS par p will be refunded his deposit in full. work shall be the local prevailing rate, bidder's bond namingthe City of New Partial sets may be obtained from the DAKOTA COUNTY PARKS including fringe benefits as defined in Hope as obligee,certified check payable Engineer for the cost of$1.50 per DEPARTMENT Minnesota Statute 177.42, to the Clerk of the City of New(lope or Drawing Sheet or$0.15 per Specification Sealed bids will be received at the No bid will be considered unless a cash deposit equal to at least five page.Such payment is non-refundable. offices of Dakota Count Government sealed and filed with the Superintendent percent(5%)of the amount of the bid, The Owner reserves the right to waive Complex,Auditors Hastings, West before the stated bid time and which shall be forfeited to the City in the anany or all informalities and to accept or reject HihwaFriday,yJu a 23,12000 at 10 00 am Certifion ed Check anied madeBidder's payableBond without a contract.the bidder fails to enter into Each Bid must be accompanied by a local time,at which time they will be recourse to the Suburban Hennepin The City Council reserves the right separate envelope containing a Bidder's publicly opened and read aloud for the Regional Park District in an amount to retain the deposits of the three lowest Bond in a sum equal to five percent of following: equal to 5% of the base bid. A bidders for a period not to exceed 45 the full amount of the Bid,executed by Demolition,gradework and clean up Performance Bond and a Labor and days after the date and time set for the the Bidder as Principal and by a Surety of farm buildings,structures and waste Material Payment Bond in the full opening of bids. No bids may be Company authorized to do business in materials at(3)locations in Randolph, amount of the contract sum will be withdrawn for a period of forty-five this State, conditioned that if the MN.The work consists of the bidder required of the successful bidder. (45)days after the date and time set for Principal's Bid be accepted and Contract providing all labor and equipment for No bid may be withdrawn for a the opening of bids. be awarded to the Principal, the demolition,clean up and removal of all period of forty-five(45)calendar days Payment for the work will be by Principal,within ten days after notice of building structures and waste materials; after bids are opened.The Board reserves cash or check. award,will execute and effect a Contract also grading and filling of all excavated the right to reject any or all bids and Contractors desiring a copy of the in accordance with the terms of the areas. to waive irregularities and formalities in plans and specifications and proposal Principal's Bid and a Contractor's Bond Notice: A Mandatory pre-bid order to award the contract in the best forms may obtain them from the office as required by law and the regulations meeting is scheduled for June 19th, interests of the Suburban Hennepin of Bonestroo, Rosene,Anderlik& and determinations of the Governin 2000 at 10:00 am,at the former Knox Regional Park District. Associates,Inc.,upon payment of a Board. g Property,5000-292nd Street East, By Order of the Board of non-refundable fee of$35.00.See All Bidders must be licensed for the Randolph,MN.All bidders must Commissioners "Information to .Bidders" for highest amount of theirBids,as provided attend. SUBURBAN HENNEPIN ghpro plan/specification fee policy. by North Dakota Century Code Section Plans and specifications are on file for REGIONAL PARK DISTRICT The City Council reserves the right 43-07-05,and also as prescribed by inspection at Dakota County Parks Douglas F.Bryant to reject any and all bids,to waive Section 43-09-09. Department,8500- 127th Street East, Superintendent& irregularities and informalities therein No Bid will be read or considered Hastings,Mn 55033. Secretary to the Board and further reserves the right to award which does fully comply with the Plans and specifications are available 06-02/uo-09 the contract to the best interests of the above provisions as to Bond and from the office of Dakota County Parks City Licenses, and any deficient Bid Department,8500- 127th Street East, MILL RUINS PARK PHI IMP Daniel Donahue,City Manager submitted will be resealed and returned Hastings,Mn 55033. BIDS CLOSE JUN 8 City of New Hope,Minnesota to the Bidder immediately. Contact:Arden Page at(651)438- Minneapolis,MN 05-26/06-02 No Bidder may withdraw his Bid 4663 ADVERTISEMENT FOR BIDS within 30 days after the actual opening No bids will be considered unless FOR MILL RUINS PARK PHASE I BOARDWALK TRAIL, of Bids. sealed and filed with the Dakota County IMPROVEMENTS STORM SEWER Adams Count Auditor and accompanied by a money Sealed proposals will be received in BIDS CLOSE JUN 7 Hettinger,North Dakota 58639 order,certified check, or bid bond, the office of the Cityof Minneapolis Oak Park Heights,MN Betty Svihovec,Adams County payable to Dakota County Treasurer, Purchasing Agent,350 South 5th Street ADVERTISEMENT FOR BIDS Auditor for the amount of 5%of the bid.This —Room 323M City Hall,Minneapolis, City of Oak Park Heights Dated this Day of 2000 will be taken by the County as liquidated MN 55415,until 2.00 p.m.,CDST, Boardwalk,Trail and Storm Sewer 05-26/06-02/06-09 — damages in the event the bid be accepted June 8,2000 for the Park and Recreation Sealed bids will be received by the 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 MACHINERY&SUPPLIES required performance bond for 100% IMPROVEMENTS,to furnish all Boulevard North(formerl 14168 57th of the contract amount and provide the labor,materials.suppplies,equipment Street North)until 1:00 P.M. C.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 tarnishing 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 Trail 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 darn and time set for "Contractor's Qualification Statement". ail Construction: Savage,Minnesota and at the office of the opening of bids. Owner reserves the right to reject 200 SY Clearing and the City Engineer,6000 McColl Drive, Payment for the work will be by any or all bids and to waive any Grubbing Savage,Minnesota 55378. cash or check. irregularities or informalities in bids or 400 CY Common No bids will be considered unless Contractors desiring a copy of the bidding. Excavation sealed and accompanied by a bidder's plans and specifications and proposal Pam Kyllingstad,Superintendent 1,300 SY Subgrade bond naming the City of Savage as forms may obtain them from the office Independent School District 2396 Preparation obligee,certified check payable to the of Bonestroo,Rosene,Anderlik& 27250 Minnesota State Highway 4 210 TN Class 5 Gravel City Clerk of the City of Savage or a Associates,Inc.,upon payment of a Grove City,MN 56243 Placed and Compacted for Trail cash deposit equal to at least five percent non-refundable fee of$35.00.See 06-02 150 TN Bituminous (5%)of the amount of the bid,which "Information to Bidders" for " Wear Course,Type 41A shall be returned or forfeited as set forth plan/specification fee policy. REBID-SCHOOLS 189 FT 12 inch RCP in the Information for Bidders. The City Council reserves the right CONSTR PRJS Stormwater Pipe The Council reserves the right to to reject any and all bids,to waive BIDS CLOSE JUN 15 2 EA 4 foot retain the deposits of the three lowest irregularities and informalities therein Becker MN Diameter Drop Manhole bidders for a period not to exceed sixty and further reserves the right to award INVITATION TO BIDDERS- 1 EA Reinforced (60)days after the date and time set for the contract to the best interests of the Contractor's sealed proposals for the Concrete Surge Basin for 12 inch Pipe the opening of bids.No bids may be CityREBID of Mechanical HVAC and 5 CY Class III Rip withdrawn for a period of sixty(60) Mary Mueller,Clerk Plumbing, Temperature Control, Rap placed around Surge Basin days after the date and time set for the City of Apple Valley,Minnesota Reroofing,and Window Replacement 450 SY Wood Fiber opening of bids. 05-26/06-02 Construction for Independent School Blanket Payment for the work will be by * District No.726,Sherburne County 500 LF Silt Fencing cash or check. REMODEL SCHOOL Becker,Minnesota,will be received by Boardwalk Construction: Contractors desiring a copy of the ENTRY/CLASSROOM* Independent School District No.726, 300 SY Clearing and plans and specifications and proposal BIDS CLOSE JUN 9 Becker,Minn on Thursday,June Grubbing forms may obtain them from the office Atwater MN 15 2000 at 2:00 P local time,at the 20 EA 6 'wide by of the City Engineer, 6000 McColl ADVERTISEMENT FOR BIDS- Of=fice of the Superintendent,Becker Wooden Boardwalk Sections(12',14' Drive,Savage,Minnesota 55378,upon ACGC North ElementarySchool High School,in accordance with the and 16'lengths) payment of thirty dollars($30)—non- will receive bids for Remodof Early plans and project manual prepared by 21 EA Constructions refundable. Childhood Entry and Classroom,subject Birkeland Architects,Inc. and Placement of Support Structures Note:The City of Savage has adopted to terms and conditions contained in Bids will be opened and read at the for Boardwalks a standard document to be used for Plans and Specifications prepared by above time and place.Bids submitted 10 CY Rip Rap Class utility and street construction within SEH.Bids will be on Multiple Prime after the stated time will be returned III around support structures the City.Each contractor bidding on Contract basis. unopened. Plans and-specifications,proposal this project is required to purchase a The Owner will receive,by mail or Separate bids will be received on forms and contract documents may be copy of this standard document entitled, personal delivery at ISD No. 2396 the following: seen at the office of the City "Standard Contract Documents and offices,27250 MN Highway 4,Grove * 1999 Maintenance Building- Administrator, 14168 Oak Park Technical Specifications for Utility and City,MN,sealed bids from qualified Mechanical HVAC & Plumbing Boulevard N., Oak Park Hei hts, Street Construction,City of Savage, bidders until 10:00 a.m.,Friday,June Construction Minnesota 55082(651-439-4439. Minnesota"June 1997.This standard 9,2000,at which time bids will be *Part I-Pre K-2 Elementary and Each bid shall be accompani by a document includes the contract opened and tabulated according to law. 2000 Additions and Alterations to bidder's bond naming the City of Oak documents and technical specifications A Pre-bid Conference will not be Existing Elementary School Temperature Park Heights as obligee,certified check which are the basis for each project and held. Control Construction payable to the City of Oak Park Heights referenced as such in the Special Enclose bids in sealed envelope, * Part II - 2000 Additions and or a cash deposit equal to at least five Provisions.A copy can be obtained addressed to Pam Kyllingstad, Alterations to Becker High School and percent(5%)of the amount of the bid. from the Savage EngineeringSuperintendent,ISD No.2396,27250 Fieldhouse Temperature Control The bidder's bond shall be forfeited to Department for the sum of forty dollars MN State Highway 4,Gorve City,MN Construction the City in the event that the bidder ($.0.00) r copy. 56243.Clearly mark envelope in lower * Part II- 2000 Additions and fails to enter into a contract. The Council reserves the right to right-hand corner as follows: Alterations to Becker High School and The City Council reserves the right reject any and all bids, waive BID ENCLOSED Fieldhouse Reroofing Construction to retain the deposits of the three lowest irregularities and informalities therein PROJECT NAME:Early Childhood * Part II -2000 Additions and bidders for a period not to exceed forty- and further reserves the right to award Remodel Alterations to Becker High School and five(45)days after the date and time set the contract for the best interests of the OWNER NAME:ISD No.2396 Fieldhouse Window Replacement for opening of bids. No bids may be city. PROJECT LOCATION: North Construction withdrawn for a period of forty-five - y order of the Savage City Council, Elementary School,Atwater,MN Envelopes containing bids must be (45)days after the date and time set for this 15th day of March,2000 BID DUE:TIME:10:00 a.m. sealed,marked on the upper left hand the bid opening. Jeff Sandberg DATE:June 9,2000 corner"Proposals"withthe name and Payment for the work will be by Assistant City Engineer Qualified bidders may obtain copies address of the Bidder and the date and check. 05-19/05-26/06-02 of Contract Documents and Plans and hour of the opening and addressed to: Contractors desiring a copy of the Specifications after May 11,2000,from: Independent School District No. plans and specifications and proposal SEH 726 fomes may obtain them from the City of 1200 25th Avenue South 12000 Hancock Street Oak Park Heights,upon the payment PUBLIC BUILDINGS PO Box 1717 Becker,MN 55308 of a non-refundable fee of$40.00.See St.Cloud,MN 56302-1717 Each bidder must accompany his Information to Bidders" for SALT STORAGE BUILDING (320)229-4300 proposal with a bid bond or certified plans/specification fee policy. BIDS CLOSE JUN 13 A plan depposit of$30.00 made check equal to five(5%)percent of the The City Council reserves the right Apple Valley,MN payable to SMr1 will be required for amount of the proposal payable to the to reject nay and all bids,to waive ADVERTISEMENT FOR BIDS- each set of Bidding Documents in Owner as a guarantee of 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. 2:110 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 furnishing 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 11200 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 Third Street,Hastings,MN and 79- ADVERTISEMENT FOR BIDS- and shingled roof.Concrete foundation, set) 13th Avenue NE, Suite 209, 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 after May 11,2000,at the office of the Cloud,Duluth,Mankato,Willmar,and the Cit Council of the City of Savage, reghired. Superintendent of ISD 2396 and the Rochester,MN;the Builder's Exchange Scott County,Minnesota,at the office of Plans and specifications,proposal office of SEH in St.Cloud,as well as the of Fargo-Moorhead, ND; the F.W. the City Clerk,Savage City Hall,6000 forms and contract documents may be following: Dodge Corporation,Minneapolis,MN: McColl Drive,Savage,Minnesota 55378 seen at the office of the City Clerk, St.Cloud Builders Exchange Construction Market Data,(Plan Room), until 10:00 a.m.on the 13th Day of Apple Valley,Minnesota,and at the St.Cloud,MN; New Hope,MN;and with the Owner, June,2000 and will be publicly opened office of Bonestroo,Rosene,Anderlik& Mid-Minnesota Builder's Independent School District No.726, at said time and place by two or more Associates,Inc.,Consulting Engineers, Exchange Becker,MN. designated officers or agents of the City 2335 W.Trunk Highway 36,St.Paul, Willmar,MN; Contractors may obtain documents of Savage, said proposals to be for MN 55113,(651)6364600. Mankato Builder's Exchange from the Architect's office upon deposit furnishing of all labor and materials for Each bid shall be accompanied by a Mankato,MN; of the amount noted.Deposits will be the construction,complete in place,in bidder's bond naming the City of Apple Bidders will be required to provide refunded to all prime bidders that submit accordance with plans and specifications Valley as obligee,certified check payable a bid bond of five percent(5%)of bid bids and return the documents in good for the following; to the City of Apple Valley 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. 20110 Park Improvements (5%)of the amount of the bid,which Bonds of one hundred percent(100%) Request either: Major Items shall be forfeited to the City in the event of bid amount in accordance with * 1999 Maintenance Building Common Excavation 19,000 Yards that the bidder fails to enter into a Minnesota Statutes Section 574.26. *Part I-Pre K-2 Elementary and CL.5 Agg.Base 2,820 Tons contract. Contracts over$15,000 are required 2000 Additions and Alterations to 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 Concrete Sidewalk 522 S.Y. bidders for a period not to exceed 45 require other Contracts to have 100 Alterations to Becker High 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 I , 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 Qualification Statement". Trail Construction: Savage,Minnesota and at the office of the opening of bids. Owner reserves the right to reject 200 SY Clearing and the City Engineer,6000 McColl Drive, Payment for the work will be by any or all bids and to waive any Grubbing Savage,Minnesota 55378. cash or check. irregularities or informalities in bids or 400 CY Common No bids will be considered unless Contractors desiring a copy of the bidding. Excavation sealed and accompanied by a bidder's plans and specifications and proposal Pam Kyllingstad,Superintendent 1,300 SY Subgrade bond naming the City of Savage as forms may obtain them from the office Independent School District 2396 Preparation obligee,certified check payable to the of Bonestroo,Rosene,Anderlik& 27250 Minnesota State Highway 4 210 TN Class 5 Gravel City Clerk of the City of Savage or a Associates,Inc.,upon payment of a Grove City,MN 56243 Placed and Compacted for Trail cash deposit equal to at least five percent non-refundable fee of$35.00.See 06-02 150 TN Bituminous (5%)of the amount of the bid,which "Information to Bidders" for Wear Course,Type 41A shall be returned or forfeited as set forth plan/specification fee policy. REBID-SCHOOLS 189 FT 12 inch RCP in the Information for Bidders. The City Council reserves the right CONSTR PRJS Stormwater Pipe The Council reserves the right to to reject any and all bids,to waive BIDS CLOSE JUN 15 2 EA 4 foot retain the deposits of the three lowest irregularities and informalities therein Becker MN Diameter DropManhole bidders for a period not to exceed sixty and further reserves the right to award INVITATION TO BIDDERS- 1 EA Reinforced (60)days after the date and time set for the contract to the best interests of the Contractor's sealed for the Concrete Surge Basin for 12 inch Pipe the opening of bids.No bids may be City. REBID of Mechaniccar proposals and 5 CY Class III Rip withdrawn for a period of sixty(60) Mary Mueller,Clerk Plumbing, Temperature Control, Rap placed around Surge Basin days after the date and time set for the City of Apple Valley,Minnesota Reroofing,and Window Replacement 450 SY Wood Fiber opening of bids. 05-26/06-02 Construction for Independent School Blanket Payment for the work will be by District No.726,Sherburne County, 500 LF Silt Fencing cash or check. *REMODEL SCHOOL Becker,Minnesota,will be received by Boardwalk Construction: Contractors desiring a copy of the ENTRY/CLASSROOM* Independent School District No.726, 300 SY Clearing and plans and specifications and proposal BIDS CLOSE JUN 9 Becker,Minnesota,on Thursday,June Grubbing forms may obtain them from the office Atwater MN 15 2000 at 2:00 P.M.,local time,at the 20 EA 6 'wide by of the City Engineer,6000 McColl ADVERTISEMENT FOR BIDS- Office of the Superintendent,Becker Wooden Boardwalk Sections(12',14' Drive,Savage,Minnesota 55378,upon ACGC North ElementarySchool High School,in accordance with the and 16'lengths) payment of thirty dollars($30)—non- will receive bids for Remodof Early plans and project manual prepared by 21 EA Constructions refundable. Childhood Entry and Classroom,subject Birkeland Arctects,Inc. "a and Placement of Support Structures Note:The City of Savage has adopted to terms and conditions contained in Bids will be opened and read at the for Boardwalks a standard document to be used for Plans and Specifications prepared by above time and place.Bids submitted 10 CY Rip Rap Class utility and street construction within SEH.Bids will be on Multiple Prime after the stated time will be returned III around support structures the City.Each contractor bidding on Contract basis. unopened. - -• ••• Plans and-specifications,proposal this project is required to purchase a The Owner will receive,by mail or Separate bids will be received on forms and contract documents may be copy of this standard document entitled, personal delivery at ISD No. 2396 the following: seen at the office of the City "Standard Contract Documents and offices,27250 MN Highway 4,Grove * 1999 Maintenance Building- Administrator, 14168 Oak Park Technical Specifications for Utility and City,MN,sealed bids from qualified Mechanical HVAC & Plumbing Boulevard N., Oak Park Hef hts, Street Construction,City of Savage, bidders until 10:00 a.m.,Friday,Jane Construction Minnesota 55082(651-439-4439. Minnesota"June 1997.This standard 9,2000,at which time bids will be Part I-Pre K-2 Elementary and Each bid shall be accompaniedby a document includes the contract opened and tabulated according to law. 2000 Additions and Alterations to bidder's bond naming the City of Oak documents and technical specifications A Pre-bid Conference will not be Existing Elementary School Temperature Park Heights as obligee,certified check which are the basis for each project and held. Control Construction payable to the City of Oak Park Heights referenced as such in the Special Enclose bids in sealed envelope, Part II- 2000 Additions and or a cash deposit equal to at least Eve Provisions.A copy can be obtained addressed to Pam Kyllingstad, Alterations to Becker High School and percent(5%)of the amount of the bid. from the Savage Engineering Superintendent,ISD No.2396,27250 Fieldhouse Temperature Control The bidder's bond shall be forfeited to Department for the sum of forty dollars MN State Highway 4,Gorve City,MN Construction the City in the event that the bidder ($40.00)per copy. 56243.Clearly mark envelope in lower Part II - 2000 Additions and fails to enter into a contract. The Council reserves the right to right-hand corner as follows: Alterations to Becker High School and The City Council reserves the right reject any and all bids, waive BID ENCLOSED Fieldhouse Reroofing Construction to retain the deposits of the three lowest irregularities and informalities therein PROJECT NAME:Early Childhood Part II- 2000 Additions and bidders for a period not to exceed forty- and further reserves the right to award Remodel Alterations to Becker High School and five(45)days after the date and time set the contract for the best interests of the OWNER NAME:ISD No.2396 Fieldhouse Window Replacement 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, ElementarySchool,Atwater,MN Envelopes containing bids must be (45)days after the date and time set for this 15th day of March,2000. BID DUE:TIME:10:00 a.m. sealed,marked on the upper left hand the bid opening. Jeff Sandberg DATE:June 9,2000 corner"Proposals"with the name and Payment for the work will be by Assistant City Engineer Qualified bidders may obtain copies address of the Bidder and the date and check. 05-19/05-26/06-02 of Contract Documents and Plans and hour of the opening and addressed to: Contractors desiring a copy of the Specifications after May 11,2000,from Independent School District No. plans and specifications and proposal SEH 726 forms may obtain them from the City of 1200 25th Avenue South 12000 Hancock Street Oak Park Heights,upon the payment PUBLIC BUILDINGS PO Box 1717 Becker,MN 55308 of a non-refundable tee of$40.00.See St.Cloud,MN 56302-1717 Each bidder must accompany his "Information to Bidders" for SALT STORAGE BUILDING (320)229-4300 proposal with a bid bond or certified plans/specification fee policy. BIDS CLOSE JUN 13 A plan deposit of$30.00 made check equal to five(5%)percent of the The City Council reserves the right Apple Valley,MN payable to SEH will be required for amount of the proposal payable to the to reject nay and all bids,to waive ADVERTISEMENT FOR BIDS- each set of Bidding Documents in Owner as a guarantee of 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 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 furnishing 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 Third Street,Hastings,MN and 79- ADVERTISEMENT T FOR BIDS- and shingled roof.Concrete foundation, set.) 13th Avenue NE, Suite 209. 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 after May I I,2000,at the office of the Cloud,Duluth,Mankato,Willmar,and the City Council of the City of Savage, required. Superintendent of ISD 2396 and the Rochester,MN;the Builder's Exchange Scott County,Minnesota,at the office of Plans and specifications,proposal office of SEH in St.Cloud,as well as the of Fargo-Moorhead, ND; the F.W. the City Clerk,Savage City Hall,6000 forms and contract documents maybe following: Dodge Corporation,Minneapolis,MN: McColl Drive,Savage,Minnesota 55378 seen at the office of the City Clrk, St.Cloud Builders Exchange Construction Market Data,(Plan Room). until 10:00 a.m.on the 13th Day of Apple Valley, Minnesota,and at the St.Cloud,MN; New Hope,MN;and with the Owner. June,2000 and will be publicly opened office of Bonestroo,Rosene,Anderlik& Mid-Minnesota Builder's Independent School District No.726. at said time and place by two or more Associates,Inc.,Consulting Engineers, Exchange Becker,MN. designated officers or agents of the City 2335 W.Trunk Highway 36,S.Paul, Willmar,MN; Contractors may obtain documents of Savage, said proposals to be for MN 55113,(651)636-4600. Mankato Builder's Exchange from the Architect's office upon deposit furnishing of all labor and materials for Each bid shall be accompanied by a Mankato,MN; of the amount noted.Deposits will be the construction,complete in place,in bidder's bond naming the City of Apple Bidders will be required to provide refunded to all prime bidders that submit accordance with plans and specifications Valley as obligee,certified check payable a bid bond of five percent(5%)of bid bids and return the documents in good for the following_:_ to the City of Apple Valley 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 Live percent provide Performance and Payment of bids. 2000 Park Improvements (5%)of the amount of the bid,which Bonds of one hundred percent(100%) Request either: Major Items shall be forfeited to the City in the event of bid amount in accordance with * 1999 Maintenance Building Common Excavation 19,000 Yards that the bidder fails to enter into a Minnesota Statutes Section 574.26. *Part I-Pre K-2 Elementary and CL.5 Agg.Base 2,820 Tons contract. Contracts over$15,000 are required 2000 Additions and Alterations to 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 Concrete Sidewalk 522 S.Y. bidders for a period not to exceed 45 require other Contracts to have 100 Alterations to Becker High 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 2,200C 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 pe Hettinger,North Dakota,as described in Sealed bids will be received bythe the opee County of Bbids. _ M BRW,Inc,,700 T415 Street South, the Contract Documents prepared by Norman County Board of to rejecnand/or all bids, d to Anderson,von payment of$35.00 per 1drightMinneapolis,MN y55415,attn:Debbie 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. installation of a new low pressure steam crushing and stockpiling of gravel. County Auditor be available for review at Minneapolis boiler.Work also consists of incidental The tentative pit location for bidding Dakota County,Minnesota and Dodge Paul Builders Exchanges,F.W. general and electrical work associated urposes is a gravel pit in the Southeast 06-02/06-09 ta,and the N.A.M.C.Please note with installation of the boiler. uarter(SEI/4) of the Northwest Data, the ame note 91- The Owner will receive sealed bids, uarter(NW I/4),and the Southwest *LIGHTING TRAILS rely project in same area,S.P.in duplicate,until 2:00 P.M.MDTuarter(SW 1/4)of the NortheastLOT* separately West fiver ised with plans Thursday,June 15,2000,in the Adams uarter(NE1/4)ofSection 18,T143N, &PKNGLOS avparae fro advertised, osah pi the CountyCourthouse Commission Room R43W(Flom Township). BIDS CLOSE JUN 22 available line MnDot Proposals kw ge in Hettinger,North Dakota.Proposals quantities Hennepin County,R B related .Haag to 2000e received through of received after that time will not be on cubic yards are as follows: based ADVERTISEMENT eRegional F gio�� Minneapolis2:00 a o ayy 25, at the City . accepted.Proposals will be opened and 25,000 Cubic Yards Class 5 District 05-1 / Purchasin Department. publicly read aloud. Aggregate Material, Crushed and Hennepin County,Minnesota OS-19/OS-26/06 02 The Contract Documents may be Stockpiled on site. For Lightingfor Cross-Country examined at the Engineer's office,909 Proposals may be obtained at the Ski Trails and arking Lot at Cleary LIBERTY PIM Basin Avenue,Bismarck,North Dakota, Norman County liighwa Department, Lake Regional Park-2000 Y PLAYGROUNDDIMPS the Owner's office,and also at the 814 East Main Street,Ada,MN 56510- Notice is herebygiven that sealed BIDS CLOSE JUN 12 following Builders Exchanges: 1318. s New Hope MN Bismarck-Mandan Builders Bids must be accompanied bya the Superintendent,will be received in the office Hennepinof ADVd bids will MENT FOR BIDS- Exchange-Mandan,North Dakota certified check or bidder's bond in he Regioal az Ditrrict,Suburban1untyy City ofeNew Hoe Miinnnesota at the hhe Construction Market Data-New amount of five(5)percent of the bid, Road 9,Plymouth,MN 55441-1299 yy Hope,Minnesota made payable to the Norman County and opened by the Superintendent at 11:00 A.M.,C..D.. .T.�oneMonday, Construction Plans Exchange- Treasurer. 2:00 P.M.,CDT on June 22,2000 fory, Bismarck,North Dakota The County Board reserves the right furnishing all labor,materials, Junee2,publicly op at which time they will Dickinson Builders Exchange- to reject any or all bids and to waive and skill required for work describedombthe fiihiinogofall 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:May17,2000 Proposal forms and other contract Liberty Park Playground Minnesota Richard Mnterr documents are on file in the office of the Impprovements,City Project No.673 Fargo-Moorhead Builders Exchange Auditor/Treasurer Superintendent, Suburban Hennepin D -Fargo,North Dakota Norman County,Minnesota Re ional Park District, 12615 County emolish and remove existing play Grand Forks Builders Exchange- 05-26/06-02/06-09 Road 9, Plymouth,MN 55441-1299, Furnisequipment. Grand Forks,North Dakota the Minneapolis and St.Paul Builders' equiipment with miscellaneous d install new play 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. North Dakota DEMOLITION, may P limited to concrete play edge,concrete St Paul Builders Exchange-St Paul, *PARKBidders obtain complete sets walk and pad,site furniture,drinking Minnesota GRADE WK,ETC* of drawings and specifications from fountain and landscaping restoration. Williston Builders Exchange - BIDS CLOSE JUN 23 this office,located on County Road 9, Plans and specifications,proposal Williston,North Dakota g Plymouth,MN upon deposit of fifteen forms and contract documents,maybe Dakota Coun MN dollars($15.00)for each set.Deposits seen at the office of the City Clrk, Copies may be obtained at the Office LAKEDADVERTISEMENT OR BIDS- will be refunded upon return of drawings New Hope,Minnesota,and at the office of Prairie Engineering,P.C.,909 Basin PARK and specifications in good condition of Bonestroo, Rosene,Anderlik& Avenue,Bismarck,North Dakota a within ten(10)days after the bids are Associates,Inc.,Consulting En sets, deposit of $50.00 per set. Any DEMOLITION,GRADE WORK opened. g gin unsuccessful Bidder,upon return of set AND CLEAN UP The current minimum wage rate r 2335 W.Trunk Hipp�hway 36,St Paul, within ten days of the opening of Bids, OF BUILDINGS AND WASTE g per MN 55113,(651)636-4600. will be refunded his deposit in full. MATERIALS hour to be aid for each classification of Each bid shall be accompanied be a Partial sets may be obtained from the DAKOTA COUNTY PARKS work shall-be the local prevailing rate, bidder's bond naming the(styty of New Engineer for the cost of$1.50 per DEPARTMENT including fringe benefits as defined in Hope as obligee,certified check payable Drawing Sheet or$0.15Specification Sealed bids will be received at the Minnesota Statute 177.42. to the Clerk of the City of New lupe or perudoffices of Dakota County No bid will be considered unless a cash deposit equal to at least five page.Such payment is non-refundable. Complex,Auditors Government West sealed and filed with the Superintendent percent 5% of the amount of the bid, The Owner reserves the right to waive p before the stated bid time and which shall be forfeited to the City in the any informalities and to accept or reject Highway #55,Hastings,MN 55033,on accompanied by a Bidder's Bond or event that the bidder fails to enter into any or all bids. y,June 23?2000 at 10:00 am Certified Check made payable without a contract. Each Bid must be accompanied by a publicly 1 time,opened at which read they yd for il be e recourse to the Suburban Hennepin The City Council reserves the right separate envelope containing a Bidder's publicly Regional Park District in an amount to retain the deposits of the three lowest Bond in a sum equal to five percent of equal to 5% of the base bid. A bidders for a period not to exceed 45 the the full amount of the Bid,executed by of Demolition,a tiogradeu ork and and clean waup Performance Bond and a Labor and days after the date and time set for the Company authorized to do bal and ust ess in materials at(3)locationsin Randolph, Material Payment Bond in the full opening of bids. No bids may be pMN.The work consists of the bidder amount of the contract sum will be withdrawn for a period of forty-five this State, conditioned that if therequired of the successful bidder. Principal's Bid be accepted and Contract providing all labor and equipment for (45)days after the date and time set for be awarded to the Principal, the demolition,clean up and removal of allo bid may be withdrawn for a the opening of bids. by Principal,within ten days after notice of building structures and waste materials; period of forty-five(45)calendar days Payment for the work will be award,will execute and effect a Contract also grading and filling of all excavated after bids are opened.The Board reserves cash or check. areas. the right to reject any or all bids and Contractors desiring a copy of the in accordance with the terms of the to waive irreguarities and formalities in plans and specifications and proposal Principal's Bid and a Contractor's Bond Notice: A Mandatoryled for lpre-bid order to award the contract in the best forms mayobtain them from the office as required by law and the regulations meeting0atis 10.00 a.muat the formune er Knox interests of the Suburban Hennepin of Associates, Rosene,Anderlik& a Bo determinations of the Governing Property,5000-292nd Street East, Regional Park District. Associates, Inc., upon payment of See All Bidders must be licensed for the Randolph,MN.All bidders must By Order of the Board of non-refundable fee of$35.00. highest amount of their Bids,asprovided Commissioners attend. "Information tot Bidders" for b North Dakota CenturyCode ection specifications are on file for SUBURBAN HENNEPIN plan/specification tee policy. Plans and ific Parks REGIONAL PARK DISTRICT The City Council reserves the right Section n 43-09-09 so as prescribed by at Street East, Douglas F.Bryant to reject any and all bids, to he waive Hastings,Mn 55033.. Superintendent& irregularities No Bid will be read or considered g• g lances and informalities therein which does not fullycomply with the specifications are available Secretary to the Board p Plans and ific 06-02/06-09 and further reserves the right to award above provisions as to Bond and from the office of Dakota County Parks the contract to the best interests of the Licenses, and any deficient Bid Department,8500- 127th Street East, MILL RUINS PARK PH I IMP City. submitted will be resealed and returned Hastings,Mn 55033. Daniel Donahue,City Manager Contact:Arden PageBIDS CLOSE JUN 8 Cit to the Bidder immediately. at(651)438- Minneapolis,MN City of New Hope,Minnesota No Bidder may withdraw his Bid 4663 ADVERTISEMENT FOR BIDS 05-26/06-02 No bids will be considered unless FOR MILL RUINS PARK PHASE I BOARDWALK TRAIL, within 30 days after the actual opening of Bids. sealed and filed with the Dakota County IMPROVEMENTS STORM SEWER Adams County Auditor and accompanied by a money Sealed proposals will be received in BIDS CLOSE JUN 7 Hettinger,North Dakota 58639 order,certified check, or bid bond, the office of the Cityof Minneapolis Oak Park Heights MN ayable to Dakota County Treasurer, Purchasing Agent,35South 5th Street ADVERTISEMENT FOR BIDS Betty Svihovec,Adams County For or the amount of 5%of the bid.This —Room 323MCity Hall,Minneapolis, City of Oak Park Heights Dated this Day of_,2000 wili be taken by the County as liquidated MN 55415, until 2:00 p.m.,CAST, BH S 05-26/06-02/06-09 damages in the event the bid be acceptede alk Nail and Jim Sewer and the bidder shall fail to enter into Juneoad on ff for Publ.#542and 9 BIDS City of Oak Park Heights,reation Sealed bids will be received by the in and fulfill a written contract,furnish the FOR MILL RUINS PARK PHASE I the City Hall at 14168 Oak Park MACHINERY&SUPPLIES required performance bond for 100% IMPROVEMENTS,to furnish all Boulevard North(formerly 14168 57th of the contract amount and provide the labor,materials,suppplies,equipment Street North)until 1:00 P.M. C.D.S.T., CRUSHING& insuThe rance coverages as specified. and incidentals necessary for work on Wednesday Junep7,2000,at which STOCKPILING GRAVEL retain the deposits of the three(3)lowest excavation,s the right to miscellaneous ontrution of modular ar read alomass time ud for ltbe he furnishing of all land abor 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 (#igL.,..i...,...i\—) - o i I-, ei 11 v ,UF i os, r /- 1 T iv g `tee ' z .1,\_,„..-, Z \?\, -_- Z ‘ i F �� i Z g 1,, \ , M9pE S0. J r �' mA iR y � � a -----4-- --- �' / $ a • • 7 T. / Ic ' i ��� ,ti o/a r/' - i .. � 4 ♦ w w i. (pEll _ �� PLAT) $ . �- 3, & ? i 7 _ - i N a a a ♦ Q7 N aa a • • ♦ i N N b a I • ,, z 1.1 C / iv 4 i , i , C,I s hi ( � �, fir_ Z � i :: • V q 4 ,,w • q uir N iu z .)°t r a a r "• a • • r a r r 11111 i s „--e a ♦ N , a o • a ♦ N j �, ` ----r--- _ A IIII1IUII "�ti� — a i$r a • • t a a ,e�-��---,w 1 T \ 1 - nolo ,., i y i a. t ry 1 fall ...a_, -- S `J _ "`.taa _i - it.i --7--w-- tw _. i Ba g ig i� r r I oa r 1 r I �13i .� o. $C I y,1 f _ (PFat vu Y?......1,3.-1T ... y -,sr- a' .1 '0".' Jif u 1 1 ' r eooe.f- 1,'• war.) t__ r o 88..` a.. AGECOAcH I 'J. -•`Ile. «we- i -+o►- •.- -Ism," NC -tea. 'w 1 -9-;'9 4 I , g - �� 0,60466 r s _ r E , A H ti g� C 0 Myyy- 1.,4- l•. .per 4 „.6t.. ' •1010 c I + 11 C'i7•y RAW$ -, _ * .-'�I® I i $ 1 ; \'\ �1 }-,o T ,fir., �? e y ,. _: : n g I R os r n ill C■ it i 4P 41. a . . 4 . 0 :--111:1111 A. t _ .. X10 r® .M,� 1 .§1 -7 .i '' a + aa1 Y 41.0 •'.4 JXS ' r 4., iliPpAppip I ,,,,5 . IlL Co,. ,01, , . i f a CO ^ %' t -.> '• a N `$ N !P { Az Rt XXXyg J 1 nF R1,81AlArE t0 nr •Or>r � ; � 1 � � { � R a - `''- v ' - O > 1 ^: '� a r. a t. FM C?Yt M. •l *j -.841 °A y� / 3)3: • Z a ' , , •a xl - a , i a1 sr• � a� � us aQ ' ( � I--- -r ooe'-_ 1 - a ,n - o -- ,r 4.- t - E ,`,:; i 0 D I { / f ,t / a fr d ' a 0 A,eft` $ s aS � � l�j . IIrY` rwMr.un- -rte- a I } \, —rw L '''('`.\ X.`Y•,-; a CITY OF BAYPOR7 — — — • �J i j_1., 7lJflJ ,. u' -/ mss: Iii, +. p�•� �y F ._ ,-- --\.\ I11si �y, ‘,"�, • 3 . \ i '''\ \04,,, ,40,_ -3 ,,,,,,,___„,_..,,,, \ 4 '''''''''. > • .3.01 3:013113.033 1003030 N031.:1 Pi I 0. W - :gifs-i,01°J.1 14114. ,..4 - '*—......9440014 li in, . i,ii. _ -1 r _� 01.e� ,A 41 tp kA i a , hTi .�4 NII'S 1` '\4i u'� tea+'' / • s11 it! \ pe r xa / 4 . ie • --Io '000.W. a ~ . ,„, S yro N 8K 10 . 201 '\ `n°� ti. r SE00' 5 9v 251 OEE ik } d t Te t tM, _1: 1.r. , j. Ut�•m 1� 1111111111.1101 a - LY..704 t ON0935 03v7vA ,, ?;y / a !a a a 1 $! 1"e heti / li g. . •. O F r z1 . , 11111/ *1* -- \C • 111151M1,11111111111 a. ®®— op 111111111M s a a a .1C r' yy R LLS,LY 700 Mad N 34v.H16 N 15 4Mi11L 031v7vA n LLSPLY XX) M1MON .33M1S.Q?NNL A31v7VA © �` n LCStLY ON 700 Mad H1a0N i33iSLS 0M£ 031YDwn LL:• La gr. 700 Ei3d 1{1aON 133a1S Qa£ O11Y3IN *snow" • . "' - a. a .a �--. ,---s ,-- ° « 4 f IM r x: N—, G i" .TH - 4 ' r' I • aY r7 f a. • F • a O : _ 1r- .. .. I d' � � O F4.0 b ... ,. • • _ ! ..,� • to z '. N 133�J.Ls H1S "r`3:ksr'� " x :. ,,w,,p .r- n,. I, y' '''''-'-'-• ..'-s .'�"> .--- w ' r ate. ' k //� �y �,s.t nisi..• . w . I p •g. r / /Y �..� / i�.:' - -teat-- d" Y ' $ a 1„•,.....t[,,,,,4e,,,e.'" Z1- ,„ , , . . - -- -— ----- 1 ,:,,-li • ' 44 1 _ av f♦• O 1 ra jr. : M"'+ a , 00.3,-. N n • : ,' ; :;;rz •-___.:a:ip 1-mi. '. si, ----:--'-- , I AA---�.y..`' ----- gyp . '--.e F 1r� ^ o �. .----$1: g s-11 14 N '� N /� p N �11'.►�� ' •IY yj •��.� p f! i� �• � � _.: D _��.n. " 1 ^y 3 � 3..._z,i1110.... r 14. ..„... -0--_-,.. -r......... ..._....„. .._____.,____,,,_....„... i ,et / m I:� 61 # N`'\ „tin r r 01 r r is le ” si es M • •F.r n ! 'tom.`--p `-, #J R� ! ,_.0,z `. 1 v ..��. f ~I AN `j .' • p ' i.. y1 • F O R • �: fF $ *,. r �/ Q§ r' CI y - — J• F O OP O . N A f 1-A " a —161 � I 1 9. `,F .} � 11 E 99 r `<'+�' Ilt..it � ^ •• •• � � '' � � _ � � 1 1..a. . i (LYid tad) �.,,�„i 4F f r • �i� ,tll •f • •e ! i '� -1 triI ti., i a I. *—,. _.—.. ---• `—, ." 1 -- • rµ d r�r\ r roi r r a► t w e iii -s- MILLS I ,bf O c: tc c aid 133aL wmo3 o3rr*+ 41"'"' i_ . a r A r r }w -4 4- . 4--__..-•-• / r 3e .,31 il 704 mow ' `. y,7n„Tn tit --- � ' ' � IL�� ai.�— iMYs� tite ,, . i Ir Cr'. ,'z^ , a , ,,,,,,,-- `,:1,,, i : W -btW 7 . C� MIL r . , 1 ._....:....,....ems. J. ... a I ty_m 1 i 4 I 1 ,A. 7 -, ..._ _........„----- _..1, ..... g \ \ H 1 \, \\ 1 i , I \\ i V it §i b 1 g i i 2 / 22 I / I / / -----. ,.., 0 1 _.. ki oo • 1 gi. 1 / / 1 I / # dh t.D , /ez I §. / /,,,t. / 1 , 1 -4/t/ //"7/ /100 I k' / i I I .. , I _ I . , 'g I„ ... do .1-- ;^ , otao,00tism JO',AT' , 0,,,,,.. .• -- ,fino c„,it&,,-!,.: ., .- I \ e , , I ,, , • i,,, 13- , Id. , r T 1 A , ...r Ik. : \ k 1 9" LLGtti, ON aoa 834' 1 f' \ :, ft 111, Ilk "-- ..-...-. ---.. .." \ 0 le y N ;SX sr414 - - .,\ 4 '-' e•\ .0 1 f It .....,abi 1 W ,t,) fOrifiliP.-004"-4‘ .4. I ......._ .,... ... ..1C',:,,/.. . U19 a3ivD - , i t _ --.---,.",- N 1 -z - 411.1.:' • `6- i N Jo " .1 .1.Ai i 4 $1 ,.111 -'\\'-' , ot at 1 iv• opippir,- / .10F" I.,' -- .....„. 1 7dee ' ' --''' *Adi•f*AF"; .*l,lT.irVt.,elpv 4 - -Irifidg- * — : 31 -k - - — ••- tx . , # \ ,,r-' _\„.\1•% „ p A wr,,,,itolliro,::aw, ,,,D ,e' ,..,,, s ,,,*''' \A\•-' ,-- 4 ,... 0 0 I, .:4 ' II_.... ... g - - - „ ....0 - .., ).. c, • — 6 1 0 \ "' 4 ..." „, 9,____.....--... or or' , - 14 / Aid ,„.i. \ ,E, .e. 01 , .4 Nirmm a'''' i to Y, • 401 9- • ofr. - • II r' Of PI * to • P. * 416 2 :: 2 i'1 2 .... .....-... ...----. -- i / e„„,,,,c, • --r- „ „ r-. .. . , , . 1 ....., / ta 000:7:77 1 , -.1....„ . rts, —441"al— .......- ' F -- 4 , , A -... k ,/ , IC •"" I , .4 , fr ,,7\ ' i 1 .....••- S 10'.- — o - •s% $ \'C.) „...,,,,, c,,1 CA' _...... .......- / ./ I \ 1 0 in v" A * • \ li;', Alt*, .,,' ..0 '' \- 1.' z to ....." , e • ,or, ,/' "i s tr, -M-— L \-) ''''. I, t 'r A ,' dr'• 6§ • 0 ec i -- it z t ,„, • , co Fir P.' 00$.1f- ,e`' r• C,I. " .""44.4.4....44° ....