Loading...
Imp. Proj. #644Zi D1011) 0 Z qr;TQV o Originating Department Approved for Agenda Agenda Section Public Works 6 -22 -98 Consent Jeannine Clancy Item No. By: By: 6.15 RESOLUTION APPROVING CONTRACTS WITH MIDWEST PIPELINE REHABILITATION, INC. AND G.L. CONTRACTING, INC. FOR WORK NECESSARY FOR THE INVESTIGATION AND REPAIR OF THE RHODE ISLAND AVENUE NORTH WATERMAIN (PROJECT 644) Some residents who live on Rhode Island Avenue between 60 and 61S Avenues have experienced poor water quality in the city water supply on an intermittent basis over the last few years. Staff presented this project to the Council at a meeting in May, 1998. Per Council's direction, the City Engineer has prepared plans and specifications for a project to correct the water quality problem. The project has been broken into two contracts to allow staff maximum supervision and control of the project. One contract includes cleaning and televising the watermain. The second contract includes providing a temporary water service to 18 residents, excavating the watermain near the hydrant located between 6016 and 6024 Rhode Island, repairing the hydrant, and patching the street. Since staff will not fully understand the scope of the project until the work is underway, both of the contracts have been structured with unit prices that will allow for additional work to be completed if necessary. Staff is requesting authority to complete up to an additional $25,000 in work for the project. However, staff wishes to note that if the televising reveals that there are extensive problems with the watermain and the work is in excess of $25,000, the course of action will be to undertake the necessary temporary repairs, sanitize the existing pipe and put it back into service, and re -bid the project at a later date. Staff received the following bids for the contract to clean and televise the pipe: Midwest Pipeline Rehabilitation $4,460 Infrastructure Technologies, Inc. $5,360 Q• • � c WANNI Review: Administration: Finance: tf Project 644 - Rhode Island Avenue Watermain June 22, 1998 Page 2 Staff received the following bids for the contract to provide the temporary water service, excavate the street, repair the watermain near the fire hydrant, and patch the street: G.L. Contracting $8,921.10 Dave Perkins Contracting $17,744.00 Schedule The milestone project schedule is as follows: Award Contracts June 22, 1998 Perform Work Julyl3 to July 27, 1998 Funding Funding for this project is available in the Water Enterprise Fund. Staff requests approval of the resolution which awards a contract to Midwest Pipeline in the amount of $4,460, awards a contract to G.L. Contracting in the amount of $8,921.10, and authorizes the City Manager to approve up to $25,000 in additional work should the site conditions warrant the work. G: Requests \98 \644AwardContract CITY OF NEW HOPE RESOLUTION NO. 98402 RESOLUTION APPROVING CONTRACTS WITH MIDWEST PIPELINE REHABILITATION, INC. AND G.L. CONTRACTING, INC. FOR THE INVESTIGATION AND REPAIR OF THE RHODE ISLAND AVENUE WATERMAIN (PROJECT #644); AUTHORIZING THE MAYOR AND CITY MANAGER TO SIGN WHEREAS, due to water quality issues being experienced by residents, the City is proposing to clean, televise, excavate and repair a section of watermain, patch the street, and provide a temporary water service to an area located on Rhode Island Avenue between 60 and 61S Avenues North; and, WHEREAS, funding for work is available in the Water Enterprise Fund; and, WHEREAS, the City Engineer has prepared plans, specifications, and contract terms for the work; and, WHEREAS, the City has accepted bids for work described in the plans and specifications and has identified the lowest responsible and responsive bidder. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF NEW HOPE, MINNESOTA: 1. That the contract between the City of New Hope and Midwest Pipeline Rehabilitation in the amount of $4,460 is approved. 2. That the contract between the City of New Hope and G.L. Contracting, Inc. in the amount of $8,921.10 is approved. 3. That the City Manager is authorized to approve additional work in the amount of $25,000 should it be determined necessary to successfully complete the project. 4. That the Mayor and City Manager are authorized to sign the contract documents. Adopted by the City Council of the City of New Ho of June, 1998. .10 Hennepin County, Minnesota this 22" day Attest: City Clerk GResolutnkW644ContractAward JA Bonestroo Bonestroo, Rosene, Anderlik and Associates, Inc. is an Affirmative Action /Equal Opportunity Employcr Princpais : Otto G. Bonestroo, RE. • Joseph C. Anderlik, P.E. • Marvin L. Sorvala, RE. Rosene Richard E. Turner, RE. • Glenn R. Cook, P.E. • Robert G. Schunicht, P.E. • Jerry A. Bourdon, P.E. Robert W. Rosene, P.E. and Susan M. Eberlin, C.P.A., Senior Consultants Ander Associate Principals: Howard A. Sanford, P.E. • Keith A. Gordon, P.E. , Robert R. Pfefferle, RE. Richard W. Foster, RE. • David O. Loskota, R.E. • Robert C. 2ussek, A.I.A. , Mark A. Hanson, P.E. Michael T. Rautmann, RE. • Ted K.Field, RE. • Kenneth R. Anderson, RE. • Mark. R. Rolfs, P.E. SS Sidney R Williamson, RE., L.S. • Robert F. Kotsmith • Agnes M. Ring •Michael R Rau, RE. I Allan Rick Schmidt, R.E. Engineers & Architects Offices: St. Paul, Rochester, Willmar and St. Cloud, MN • Milwaukee, 1,Yl6 Website: www.bonestroo.com ME MO TO: Jeannine Clancy FROM: Mark Hanson SUBJECT: Rhode Island (60 to 61"Avenue) Water Main Investigation Project No. 644, File 34 -98 -807 DATE: Jun 16, 1998 Quotes were received for the above project. Two quotes were received for televise/clean (investigation work) and water main excavation/temporary water service/water main repair (utility work.) The quotes provide flexibility dependent on the scope of work based on the agreed upon investigation and required utility work. It is our recommendation the work be awarded to the low contractor (No. 1) for each project based on the following work: No. I No. 2 Investigation Work Midw estPipeLine Rehabilitation. Inc. Infrastructure Technologies Inc. Televise water main (800 L19 $1,760 $760 Clear water main (400 LF) 1,860 3,800 New hose (400 LF) 840 800 Total X4,4 $5,360 No. I No. 2 Utility Work G & L Contracting Dave Perkins Temporary Water Service $3,779.50 $9,844,00 Water Main Excavation/ repair at hydrant 5,141.60 7,900.00 Total $8,921.10 $17,744 The Revised Quotation proposal for each project is attached and includes additional work in the event it is required for both projects. Dave Perkins Contracting, Inc. did provide a lower quote if we did include removalfreplacement of an estimated 200 LF of water main. However, at this time we don't expect the work to include mmoval/replacement of water main. Once the investigation work is completed and it is determined significant amounts of water main should be removed/replaced we can further evaluate whether we negotiate with G & L Contracting or receive bids for the required work at a later date. In summary, we recommend the investigation work be awarded to Midwest Pipeline Rehabilitation Inc. ($4,460) and the utility work be awarded to G & L Contracting ($8,921.10.) Following the award at the June 22, 1998 Council meeting, a meeting is scheduled for June 23, 1998 1:00 p.m. at Public Works to meet with both contractors to finalize the work. The work is expected to be done between July 13 and July 27. cc: Dave Swanson, G & L Contracting Pat Friedle, Midwest Pipeline Rehabilitation, Inc. 2335 West Highway 36 St. Paul, MN 55113 a 612 - 636-4600 a Fax: 612-636-1311 tRIJSAI R HL!S p 2 mnwce TO: 63613 i i 27. 206A 9 * 0 ?AM P. REVISED QUOTA77ON RHODE ISLAND (60TH TO 61ST AVEMM) WATBR M AIN TFLEVISEXLEAN PROJECT NO. 644 FILE NO. 34-98-807 NEW HOPE, )�3tOTA 1998 Return to: Mark Hanson Bonestroo, Rosem, Anderlik & Associates, Inc. 2335 West Highway 36 St. Pact, Minnesots 55113 No. 11*M Unit QtY. Volt Price Total Price Dose Quotation CM LF) t Toloviao water mai LF 11540 t 1.50 S 2 5 0.00 2 Ocan water main LF TM $ 4.65 � 3, 3 Cie" water main HR tt S 235.00 $ 1,880.00 4 Now boss t.F 750 i - _ 2.1� 0 ; 1,575,0Q Total Baca Quotatlon Z 9092,50 Alternate No. I Quotation (4" LF) 5 Tolovisso waw uWu 11F 540 S 2.20 1, 760.0 0 6 Clean wmer main LF 400 $ 4.65 S 1,46D-00 7 Clown water main RR t $ 235.00 S 940.00 .�c 8 Now Nm LF 400 i 2.10 S 840.00 TrKat AlteravA No. i Quoudoa 5,400.00 Tort Lf. '`i � c 34.48•t MBgaota.wb2 tt .CRUSADER BUS FINANCE TO: 63G1311 27. 206A 9:07AM P.0� The final amount of the contract shall be determined by multiplying the final measured quantities of the various items actually constructed and installed by the unit prices therefor, in the manner prescribed in the specifications. However, the low bidder shall be determined by adding the sums resulting from multiplying the quantities stated by the unit prices bid therefor. In submitting this quotation, it is understood that the Owner retains the right to reject any and all quotations and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this quotation, it is understood that payment will be by cash or check. Respectfully submitted, , Midwest Pipeline Rehabilitatibr`2 Corporation (An Individual) Na (A Partnership) Signer Vice President Title Patricia M. Friedle Printed Name of Signer 3A- 98- 8=quote.02 Q.2 bent By: Bonestroo & Associates; 6126474179; Jun -12 -98 11:22AM; Page 3/5 REVISED QUOTATION RHODE ISLAND (60TH TO 61ST AVENUE) WATER MAIN TELEVISFICLEAN PROTECT NO. 644 FILE NO. 34-99-807 NEW HOPE, MDWESOTA `Z 1998 Return to: Mark Hanson Bonestroo, Rosene, Anderlik & Associates, Inc. 2335 West Highway 36 St. Paul, Minnesota 55113 *- -ro--TA(- �,3 (0 v 3- 1- 98- 8078gaote.svb2 Q No. Item Unit Qtp. Unit Price Total Price Base Quotation (750 LF) I Televise water main LF 1 $ .95 $ 1 .4 2 5 .0 0 2 Clcan water main LF 750 $ _ 7.0 0 S c c n n c 3 Clean water main HR 8 $ _5 2 5- 0 0 $ 4. 2 0 0 .0 0 4 New hoso LF 750 $ 2.00 $ 1 f 500.00 Total Base Quotation $ 1 X 375 Alternate No. l Quotation (400 LF) 5 Televise water main LF 800 $ .95 S 760.00 6 Clean water main LF 400 S 9.50 S 3,800.00 7 Clean water main HR 4 5 525.00 $ 2, 8 New hose LF 400 S _ 2.0 0 $ 800.00 Total Alternam No. 1 Quotation $ 7 *- -ro--TA(- �,3 (0 v 3- 1- 98- 8078gaote.svb2 Q ,.roo & Associates; 6126474179; Jun -12 -98 11:22AM; Page 4/5 The final amount of the contract shall be determined by multiplying the final measured quantities of the various items actually constructed and installed by the unit prices therefor, in the manner prescribed in the specifications. However, the Iow bidder shall be determined by adding the sums resulting from multiplying the quantities stated by the unit prices bid therefor. In submitting this quotation, it is understood that the Owner retains the right to reject any and all quotations and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this quotation, it is understood that payment will be by cash or check. Respectfully submitted, A Carpomtto Infrastructure Technologies, Inc. ivi u NTame (A Partnership) 'Signer President Title Robert M. Thul Printed Name of Signer 34- 984U7Bquote.wb2 u -2(R) �: CITY OF NEW HOPE FAX NO.: 5315136 Sent By Sonsstrop & Associates; 8128474/79; 06 -16 -98 03:04P P.03 Jun -15 -08 3.41PM, Page V4 REYLS M QUOTATION RHODE ISL -VD (WTH TO 61ST AVENUE) WATER MAIN EXCAVAT1 WATER SERVtCFJ WATER MAIN REPAIR pROjr�cT No. 644 J s} � FILE � } N. 34 �� 9 } � } - � t7 �+ 1998 Retum to- Mark Hanwa Somtroo. Rosane. Anderlik A Asuxi=4, Im. 2335 West Highway 36 St. Paul, Minnesota 55113 Na isam unit Ql►. Uaitt Prim Total prkv I We" mans es=vs#ionhep6ir �, 2 s ;-t .5��t s �I " 2 T wait =-vim (> Island - 60W b 61st Av"me) LS is 3 ? ?C 3 V *W msia chi= Ow flan 20 LF) FA i $ `{ � S �( e'_ La ( 8 •� q Bitumi80Utt ttstnnvelftqtit SY 100 ToW Qwia $ 2 1 21"r% sa AJbKw is N& d • Wsttr Main Repair LWW Fed S 6' DIP. Cl. 32 (abandon eslatiag) LF 200 4 5 5 $ (� U�. L� ` 6 tw Caoct to saiadni wafer amie BA Z i 6t L' 6 S �'� CI 3 �= 7 Futiap LB 600 S � S � S Z( 8 Coaasoot C,456n; tsakkudal ora urri BA 6 $ 2 7 r L� $ ( ,'. -7 u 9 Bituasit:cNtsrtmoovalrr+apair SY Soo $ 3 C� y ' S be Altent►t® ?k I . WAftr Main Repair A khdrMt 10 W atw main axeavad0m/re;w& at hydrsm LS ss. >a- soa,Qo=,wba Q�J(j) 4 6,ciz 1 ,, I ,DM: CITY OF NEW HOPE FAX NO.: 5315136 06 -16 -98 03:e4P P.04 Jf J The final amount of the contract shall be determined by multiplying the final measured quantities of the various items actually constructed and installed by the unit prices therefor, in the manner prescribed in the specifications. However, the Iow bidder shall be determined by adding the sums resulting from multiplying the quantities stated by the unit prices bid therefor. In submitting this quotation, it is understood that the fawner retains the right to reject any and all quotations and to waive irregularities and informalities thcrcin and to award the cuntrdct to the best interests of the Owner. In submitting this quotation, it is understood that payment will be by cash or check. Respectfully submitted, C (A C orporatio n) . v tnd. (An Individual) e (A Partnership) Signer P -44--t— — Title Printed Name of Signer 34.98- 807Aquoie.wO Q.2 998 11:13 612 - 427 -3806 �orssiroo & Associate; DAVE PERKINS CONT IN I PAGE 02 t3tWhasCON .Jun -12 -98 2:37pm; p2 a 315 R0, $ox 217.. me. 9 14230 else St Ramsay, .Mtan#$0M 553030277 REYMED QUOTATIn' N RHODE ISLAND (60TH TO 61 ST AVENUE) WATER MAIN EXCAVATiON'MWORARY WATER SERVICE/ WATER MAIN REPAIR PRO I$CT NO. 644 FUX NO. 34-98-807 --� NEW HOPE, MlNNErSOTA 1998 ern to: Mark Hanson Boriestrao, Roscoe, Anderiik & Associates, Inc. 2335 Wcsr Highway 36 Si. Paul; Minnesota 55113 No. Item Unit Qty. Unit Prtce Tatitl Price W=r.cuuAC EA 2 3 00 .Z 5QQ. r s 7 .. 2 Tempora y water service (no& Islaxid • 60th to 62 at Avei;uo) Ls g"{ Wear taain repair (leas than 20 LF) EA 4 Bltuwit ous zvmovaltrcpair . SY too $ 24. as g 2 , °°• Totai ate s 2 2,444 • AJtcr=te No. I - W Main Repair UanW )Feet 5 6" DIP, Cl. 52 (abaudon exiatiug) _ I 200 g = •• 6 Connect to existing water main EA 2 g 7 Fittings LB 600 S $ Cahncx;t wcisting residential Plater service EA 6 S `jj s 9 Bimminous MMO'Y av repair SY 500 z' �r Alternate No. 2 - Wotw M.w Rep4r q xydnnt — 10 Water mace wtcavation/rnpok at hydrant Ls 3 . e -I(R) 7P Go. Ll 11:13 612 - 427 -3886 strop & Assoeiateg; 81 26 474179; DAVE PERKINS CONT IN PAGE 03 Jun -12 -98 2 :37PM; P e9e 418 0 Pont CUTRAMNC INC. 14230 8 St. P4M1+y, M ' n n 41 Qt 1 66303.0277 The final amount of the cozytract shall be deteruunad by multiplying the final measured quantities of the various items actually congmcted and installed by the unit prices therefor, in the manner prescribed in the specifications. However, ale low biddar shall be determined by adding the sums rtsuiting from multiplying the quantities stated b unit prices bid therefor. Y the In submitting this quotation, it is understood, that the Owner retains the. right to and a r ail quotations and to waive irregularitits and iufornudities therein and a to the best interests of tha Owner. to award the eont eject any In submitting this quotation, it is understood that Payment will be by crash or check. Respectfully subzrutted, Co Individual) Name —�_�An ual) (A Partnership) Sigacr Title - '_'_"" _ +d P Try Printed Name of Signer ..� U s07Aquotc.wb2 a-ua) July 24, 1998 4401 Xylon Avenue North New Hope, Minnesota 55428 -4898 Mr. Bob Friedle Midwest Pipeline Rehabilitation 205277 Avenue Northwest Isanti, MN 55040 Dear Mr. Friedle: City Hall: 612- 531 -5100 City Hall Fax: 612- 531 -5136 Police: 612 - 531 -5170 Police Fax. 612 - 531 -5174 Public Works: 612 - 533 -4823 Public Works Fax: 612 - 533 -7650 TDD: 612 - 531 -5109 Fire Dept, Fax: 612 - 531 -5175 Enclosed are executed copies of the contract documents for Project No. 644 (watermain televise /cleaning). Please forward one copy to your bonding company. Also enclosed is a "Withholding Affidavit for Contractors" (IC -134 form). We cannot make final payment to contractors until this is approved by the Minnesota Department of Revenue and submitted to our office (Minnesota Statute 290.97). The form contains instructions for completion. Sincerely, Valerie Leone City Clerk, CMC enc. cc: Mark Hanson, City Engineer Family Styled City I � For Family living Bonestroo Rosen Anderiik & Associates Engineers & Architects ADDENDUM NO. 1 RHODE ISLAND (60 TO 61 AVENUE) WATER MAIN TELEVISE/CLEAN PROJECT NO. 644 FILE NO. 34-98-807 NEW HOPE, MINNESOTA June 11, 1998 Quote Date: Tuesday, June 16, 1998, 11:30 A.M., C.D.S.T. Attached is a Revised Quotation form. 1) Addendum No. 1 provides for a reduced scope of work which provides for televising, cleaning, and retelevising 400 LF of water main. The televising and cleaning will be done north and south from the hydrant tee located between 6016 and 6029, Rhode Island. An Alternate No. 1 Quotation is attached for the reduced scope of work. The Contractor shall still provide the base quotation for televising and cleaning 750 LF which is also listed on the revised quotation form. The City's utility contractor will excavate and open cut the existing water main for televising and cleaning. 2) The "Clean water main" on an hourly basis provides for additional cleaning in the event the cleaning per lineal foot is not adequate. The Contractor is expected to use "state of the art" equipment for cleaning (Polly -Pigs, rotational head nozzles, etc.). 3) The Contractor shall thoroughly clean all equipment entering the water main system which may require new hose in accordance with the MHD (Minnesota Health Department). In the event new hose is required a bid unit price for new hose is provided. 4) The Contractor selected to do the work shall be available June 23 to meet with Public Works Staff and the selected utility contractor at 1:00 p.m. (New Hope Public Works Garage) to review the work. If you have any questions on this project, please call Mark Hanson at (612) 604 -4838. Bonestroo, Rosene, Anderlik and Associates, Inc. 2335 West Highway 36 St. Paul, Minnesota 55113 (612) 636 -4600 3498 -807B — Addendum No. 1 REVISED QUOTATION RHODE ISLAND (60TH TO 61ST AVENUE) WATER MAIN TELEVISE /CLEAN PROJECT NO. 644 FILE NO. 34 -98 -807 NEW HOPE, MINNESOTA 1998 Quote Due: Tuesday. June 16. 1998. 11:30 A.M.. C.D. S.T. Return to: Mark Hanson Bonestroo, Rosene, Anderlik & Associates, Inc. Midwest Pipeline Rehabilitation 2335 West Highway 36 St. Paul, Minnesota 55113 No. Item Unit Qty. Unit Price Total Price Base Quotation (750 LF) 1 Televise water main LF 1,500 $ $1.50 $ $2,250.00 2 Clean water main LF 750 $ $4.65 $ $3,487.50 3 Clean water main HR 8 $ $235.00 $ $1,880.00 4 New hose LF 750 $ $2.10 $ $1,575.00 Total Base Quotation $ $9,192.50 Alternate No. 1 Quotation (400 LF) 5 * Televise water main LF 800 $ $2.20 $ $1,760.00 6 * Clean water main LF 400 $ $4.65 $ $1,860.00 7 Clean water main HR 4 $ $235.00 $ $940.00 8 * New hose LF 400 $ $2.10 $ $840.00 Total Alternate No. 1 Quotation $ $5,400.00 * TOTAL AUTHORIZED WORK $4,460.00 34- 98- 8o7Bquote.wb2 Q -1(R) The final amount of the contract shall be determined by multiplying the final measured quantities of the various items actually constructed and installed by the unit prices therefor, in the manner prescribed in the specifications. However, the low bidder shall be determined by adding the sums resulting from multiplying the quantities stated by the unit prices bid therefor. In submitting this quotation, it is understood that the Owner retains the right to reject any and all quotations and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this quotation, it is understood that payment will be by cash or check. Printed Name of SIgner 34- 98- 807Bquote.wU Q-2(R) RHODE ISLAND (60 TO 61 AVENUE) WATER MAIN TELEVISE/CLEAN PROJECT NO. 644 FILE NO. 34 -98 -807 NEW HOPE, MINNESOTA 1998 Letter of Transmittal Table of Contents Quotation f[�c � itO_ "10 Special Provisions 1. Project Description 2. Owner 3. Sequence and Scheduling 4. Progress and Completion 5. Liquidated Damage 6. Preconstruction Conference 7. Use of Lands 8. Utility Contractor 9. Utilities 10. Traffic Control 11. Coordination 12. Use of Water 13. Equipment 14. Performance Bond/Insurance Certificates Technical Specifications 1. Scope of Work 2. General 3. Water Main Clearing 4. Television Inspection 5. Measurements for Payment City of New Hope Contract Figure 1 Water Main SPECIAL PROVISIONS 1. PROJECT DESCRIPTION: This project provides for cleaning, inspecting, and televising approximately 750 lineal feet of water main on Rhode Island Avenue between 60 Avenue and 61" Avenue. The size of cast iron water main is 6 inches (see attached drawing). 2. OWNER: The City of New Hope is designated as the Owner. 3. SEQUENCE AND SCHEDULING: The City Council will consider project award at a regular Council Meeting on June 22, 1998. The Contractor shall not commence construction until the Owner has issued a "Notice to Proceed ". This notice will not be issued until execution of the contract documents has been completed and a preconstruction conference has been held. For purposes of planning the work, the Contractor shall assume a start date of July 13, 1998. 4. PROGRESS AND COMPLETION• The Contractor shall start work immediately upon receiving the notice to proceed. All televising and cleaning work shall be completed 5 calendar days after the work begins. 5. LIQUIDATED DAMAGE: Liquidate damages as specified in Section 3.9 of the Conditions of the Contract shall be One Hundred Dollars ($100.00) per calendar day for each completion date not met. 6. PRECONSTRUCTION CONFERENCE: A preconstruction conference will be scheduled and coordinated with the water main repair Contractor after receipt by the Engineer of the Contractor's schedules. The conference will be held with the Contractors, City Public Works Director, City Engineer, representatives from utility companies, and other parties involved in the project. Construction methods and scheduling will be reviewed and any questions or procedures will be clarified. 7. USE OF LANDS: All work is to be done on public right -of -way or easements which are provided by the Owner. Operations shall be continued to within the limits of the right -of -way. The Contractor may dominate the site as necessary to the quick and expedient completion of the work. However, the Contractor shall limit the use of the site to the lands necessary to the current construction of the work. 8. UTILITY CONTRACTOR: The City of New Hope will contract with a utility contractor to provide the temporary water service and excavation for the exitlentry into the water main for the televising and cleaning contractor. The televising/cleaning contractor shall coordinate this work with the utility contractor. 9. UTILITIES: It shall be the responsibility of the Contractor to contact all utility companies through GOPHER STATE (454 -0002) prior to construction to determine the exact location of utilities. Locations and information can be obtained by calling the following: King Video Cable Northern States Power Company US West Telephone Duane Carlson 531 -4465 Robert Torres 493 -1671 Ron Tombarge 569 -2012 34 -98 -807 © 1998 Bonestroo, Rosene, Andedik & Associates, Inc. SPA SPECIAL PROVISIONS Minnegasco Rick Pilon 321 -5426 City of New Hope Public Works Guy Johnson 533 -4823 10. TRAFFIC CONTROL: The Contractor shall be responsible for all traffic control and shall have sufficient and adequate direction and warning signs on the project at all times. All traffic control devices and methods shall conform to the requirements of the latest editions of the Minnesota Manual on Uniform Traffic Control Devices Field Manual April 1995, for Temporary Traffic Control Zone Layouts. All costs associated with traffic control shall be incidental, with no direct compensation allowed. Access to adjacent homes shall be maintained by the Contractor at all times. 11. COORDINATION: The Contractor is responsible for coordinating the work of the contract and shall cooperate with others to cause the efficient and timely completion of the work. These responsibilities shall include, among others, the following: a. Inform emergency services and school district transportation coordinators of traffic situation as appropriate to the project circumstances. b. Inform New Hope Street Department of detours and road closings that will affect traffic. c. Inform electric, telephone, gas, cable TV and other non - municipal utilities of the planned schedule to allow for the planning of their work. d. Maintain and coordinate the access needs of the adjacent properties. 12. USE OF WATER: The use of hydrants is prohibited. Where water is needed for cleaning or other miscellaneous work, it shall be obtained at loading stations designated by the New Hope Public Works Department. 13. EOUIPMENT: The Contractor shall insure that all equipment used for cleaning and televising the water main is clean and sanitary before entering the main. The Contractor shall coordinate with the utility contractor disinfecting the water main after the cleaning and televising process. This work shall be incidental to the cost of the contract. 14. PERFORMANCE BOND/INSURANCE CERTIFICATES: The Contractor shall enter into a contract with the City of New Hope which will require a performance bond and insurance. END OF SECTION 34 -98 -807 © 1998 Bonestroo, Rosene, Anderlik & Associates, Inc. SP SPECIAL PROVISIONS TECHNICAL SPECIFICATIONS SECTION 1 -SCOPE OF WORK I. I The work required by the project shall consist of furnishing all labor, materials, equipment, and supervision; and performing all work necessary. The work shall consist of, but not necessarily be limited to, performing the following work tasks where specified: Water Main Cleaning Television Inspection SECTION 2 - GENERAL 2.1 Water main cleaning shall be performed with hydraulically propelled, high - velocity jet, or mechanically powered equipment. Selection of equipment shall be based on field conditions such as type and quantity of debris to be removed and size of water main. 2.2 Television inspection shall be required to reveal and document water main conditions SECTION 3 - WATER MAIN CLEANING 3.1 Intent: The intent of water main cleaning is to remove foreign materials from the lines to televise the main and locate any deteriorating pipe. Since the success of the other phases of work depends a great deal on the cleanliness of the lines, the importance of this phase of the operation is emphasized. It is recognized that there may be conditions such as broken pipe and major blockages that prevent cleaning from being accomplished or where additional damage would result if cleaning were attempted or continued. Should such conditions be encountered, the Contractor shall review these areas with the Engineer to evaluate the best way to proceed. 3.2 Cleaning Equipment: Water main cleaning equipment shall be capable of cleaning the 6" diameter cast iron pipe water main shown on the attached figure (polly -pigs, high velocity jet equipment, etc.). Poor water quality is known to exist in the area noted on the figure based on tests taken from residential water services in this area. The cleaning equipment shall remove deposits and not damage the interior walls of the pipe including joints, fittings, services, etc. The Contractor shall remove and dispose of all deposits from the pipe before the utility contractor puts the pipe back together. The cleaning equipment shall be thoroughly cleaned before entering the water main. 3.3 Cleaning Precautions: During water main cleaning operations, satisfactory precautions shall be taken in the use of cleaning equipment. When additional water from fire hydrants is necessary to avoid delay in normal work procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. 3.4 Pipe Cleaning: Selection of the equipment used shall be based on the conditions of lines at the time the work commences. The equipment and methods selected shall be satisfactory to the Owner's Representative. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the water lines. If cleaning Wan entire section cannot be 34 -98 -807 © 1998 Sonestroo, Rosene. Andertik & Associates, Inc. TS -1 TECHNICAL SPECIFICATIONS successfully performed from one end of the main, the equipment shall be set up on the other end and cleaning again attempted. If, again, successful cleaning cannot be performed or the equipment fails to traverse the entire water main section to be cleaned, the Contractor shall review this work with the Engineer. 3.6 Pumping: When pumping is required the Contractor shall supply the pumps, conduits, and other equipment. The Contractor will be responsible for furnishing the necessary labor and supervision to set up and operate the pumping system. 3.7 Material Removal: All dirt, sand, rocks, grease, and other solid or semi -solid material resulting from the cleaning operation shall be removed. 3.8 Disposal of Materials: All solids or semi - solids resulting from -the cleaning operations shall be removed from the site and disposed of at a site designated by the Contractor. All materials shall be removed from the site no less than at the end of each workday. Under NO circumstances will the Contractor be allowed to accumulate debris, etc., on the site of work. Vactor trucks or other similar equipment shall be utilized to prevent debris from accumulating on the ground. 3.9 Final Acceptance: Acceptance of water line cleaning shall be made upon the successful completion of the television inspection and shall be to the satisfaction of the Owner's Representative. If TV inspection shows the cleaning to be unsatisfactory, the Contractor shall be required to reclean and reinspect the water line until the cleaning is shown to be satisfactory. SECTION 4 - TELEVISION INSPECTION 4.1 Before and after cleaning, the pipe sections shall be visually inspected by means of closed- circuit television. Inspections shall be done (end to end) with water pumped out of the main. 4.2 The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Owner's Representative; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. 4.3 The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of the main's condition. In no cases will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation of the sewer conditions shall be used to move the camera through the sewer line. If during, the inspection operation, the television camera will not pass through the entire open section, the Contractor shall set up his equipment so that the inspection can be performed from the opposite end. If again, the camera fails to pass through the entire open section, the inspection shall be reviewed with the Engineer. 34 -98 -807 © 1998 Bonestroo. Rosen. Andertik & Associates. Inc. TS -2 TECHNICAL SPECIFICATIONS 4.4 When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communication shall be set up between the openings of the section being inspected to insure good communications between members of the crew. 4.5 The importance of accurate distance measurements is emphasized. Measurements for location of defects shall be above ground by means of a meter device. Marking on the cable, or the like, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll -a- tape, or other suitable device, and the accuracy shall be satisfactory to the Owner's Representative. 4.6 Documentation of the television results shall be as follows: a. Television Inspection Logs: Printed Iocation records shall be kept by the Contractor and will clearly show the location in relation to an adjacent opening of each defective point observed during inspection. In addition, other points of significance such as locations of private connections, hydrant leads, broken pipe, and other discernible features will be recorded and a copy of such records will be supplied to the Owner. b. Photographs: Instant developing, 35 mm, or other standard -size photographs of the television picture of problem areas shall be taken by the Contractor. In addition, the Contractor shall provide a minimum of 30 pictures which are representative of the existing water main. C. Videotape Recordings: The purpose of tape recording shall be to supply a visual and audio record of the water main. Videotape recording playback shall be at the same speed that it was recorded. Slow motion or stop- motion playback features shall be provided as directed by the Engineer. Title to the tape shall remain with the Contractor; however, a copy shall be provided to the Owner. 4.7 Report: a. The Contractor shall provide a brief report summarizing problem areas and recommended improvements to correct each problem. Estimated costs for each improvement, excluding areas where total reconstruction is required, shall be provided. The Engineer will provide estimated costs where total reconstruction is required. SECTION 5 - MEASUREMENTS FOR PAYMENT 4.1 All measurements shall be as specified or made by conventional means with accuracies consistent with field conditions and common practice. Should a discrepancy in measurement exist which is greater than 10%, the item in question shall be remeasured by both the Contractor and the Owner's Representative for verification. 4.2 Measurements for payment shall be based on the following schedule: a. Water main cleaning shall be paid for at the unit price bid per linear foot of each cleaning. Measurement of the actual number of feet cleaned shall be made from the 34 -98 -807 Q 1998 Bonestroo. Rosen, Anderlik & Associates, Inc. TS -3 TECHNICAL SPECIFICATIONS center of the openings in the main. In the event it's determined additional cleaning is required, the additional cleaning shall be authorized by the Engineer. The additional cleaning shall be measured on an hourly basis. The rate per hour shall include all costs incidental to the cleaning. b. Plugging or blocking of water flow shall be incidental to the work and shall not be considered for payment. C. Television inspection of designated water mains shall be paid for at the unit price bid per linear foot after each cleaning. Measurement of the actual number of feet inspected shall be made from the center of the openings. The televising shall also include providing colored videotapes of all water mains, photographs, and documentation. No additional payment shall be made for televising of water mains during nighttime hours. d. Preparation of the report shall be incidental to the televising. END OF SECTION 34 -98 -807 m 1998 Bonestroo, Rosene, Anderlik & Associates, Inc. TS -4 TECHNICAL SPECIFICATIONS CITY OF NEW HOPE CONTRACT FOR Project Name & Number For valuable consideration as set forth below, this contract dated the Date /Digit day of Month, 199 is made and signed by the City of New Hope (hereinafter "City ") andCompany. (hereinafter "Contractor"). 1. CONTRACT DOCUMENTS The Contractor hereby promises and agrees to perform and comply with all the provisions of this Contract and specifications, all of which are incorporated hereby by this reference. This Contract shall compromise the total agreement of the parties hereto. No oral order, objection or claim by any party to the other shall affect or modify any of the terms or obligations contained in this Contract. 2. THE WORK The work to be performed by Contractor under this Contract (hereinafter the "Work"), is defined in Exhibit A (request for proposal). Any modifications to the work defined in Exhibit A will be made in writing. 3. CONTRACT PRICE The City agrees to pay the contractor $Dollar Amountdollars (Dollar Amount Spelled Out), payable in accordance with the payment terms of the City of New Hope Instruction to Bidders. Contractor will be charged liquidated damages assessed in the amount of $100 per day for every calendar day that the contract remains uncompleted beyond the Date /digit day of Month, 199Year. Total amount of this contract shall not exceed Digital Dollar Amount. 4. COMPLETION DATE Contractor shall complete his performance under this Contract by the Date/Digit day of Month, 199 Year (hereinafter "Completion Date "). 5. INSURANCE /BOND Before beginning actual work under this Contract, the Contractor shall submit to the City and obtain the City's approval of a certificate of insurance on Standard Form C.I.C.C. -701 or ACORD 25 forms, showing the following insurance coverage and listing the City as a loss payee under the policies: a. General Contractor Liability: $1,000,000.00 b. Automobile Liability for all Automobiles: $1,000,000.00 c. Workman's Compensation: Statutory Amounts Contract Page 2 This certificate must provide for the above coverages to be in effect from the date of the Contract until 30 days after the Completion Date and must provide the insurance coverage will not be canceled by the insurance company without 30 days written notice to the City of intent to cancel. The certificate must further provide that the contractor's insurance coverage is primary coverage notwithstanding any insurance coverage carried by the City that may apply to injury or damage relating to the maintenance or repair of the City's streets or right -of -ways by either the City or any employee, agent, independent contractor or any other person or entity retained by the City to perform the services described herein. This certificate must further provide that the Contractor's insurance coverage is primary coverage notwithstanding any insurance coverage carried by the City that may apply to injury or damage relating to the maintenance or repair of the City's streets or right -of -ways by either the City or any employee, agent, independent contractor, or any other person or entity retained by the City to perform the services described herein. The Contractor shall furnish Performance and Materials /Labor Bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all Contractor's obligations under the Contract Documents. These Bonds shall remain in effect at least until one year after the date of final payment, except as otherwise provided by law. All Bonds shall be in the forms prescribed by the Contract Documents and be executed by such Sureties as (A) are licensed to conduct business in the State of Minnesota, and (B) are named in the current list of "Companies Holding certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All bonds signed by an agent must be accompanied by a certified copy of the authority to act. If the Surety on any Bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Minnesota or it ceases to meet the requirement of clauses (A) or (B) in the previous paragraph, Contractor shall within five days thereafter substitute another Bond and Surety, both of which shall be acceptable to City. All bonds and insurance are subject to the review and approval of the New Hope City Attorney. 6. LAWS, REGULATIONS AND SAFETY The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations applicable to performance under this Contract. 7. INDEMNIFICATION The Contractor agrees to indemnify, defend and hold the City harmless from any damages, including costs and attorney's fees, from any claims, demands, actions or causes of action arising out of any act or omission on the part of the Contractor or its agents, servants or employees in the performance of or with relation to any of the work or services performed or furnished by the contractor under this Contract. 8. ASSIGNMENT The Contractor shall not assign or transfer, whether by an assignment or notation or otherwise, any of its rights, duties, benefits, obligations, liabilities or responsibilities without prior written consent of the City. O O Q > Z a m m 0 m ul C. 0 O z 60TH ;AVE N ............ I < m > n <0 > X > C , M "0 Lo > co C) 0 c 00 0 > rn > A s z 71 LO A 0, % L4 ch CA rn Ln 0 CD Ck, > M wz� > -;.4 rn C) m aw o 0 Lft > --4 f < 0 rrr, c X ...... . .. ... M 3 4 .... — ........ ... . .......... .. ............... `y ...... ...... . ' 0 0 > ... .. . ....... .................... .......... , sa ........... .... Z (D 0 61ST AVE `'N Contract Page 3 9. NOTICE The address and telephone number of the Contractor for purposes of giving notices and any other purpose under this contract shall be Company Name & Address. The address of the City for purposes of giving notices and any other purpose under this contract shall be 4401 Xylon Avenue North, New Hope, MN 55428. The contact person for this contract is City Person in Charge of Contract. IN WITNESS WHEREOF, the parties to this Contract have hereunto set their hands and seals as of the day and year first above written. CITY OF NEW HOPE 0 /s/ W. Peter Enck Its Mayor B Its City Manager • ► : t olV Midwest Pipeline Rehab, Inc. /s/ Robert Roy Friedle Its Representative Contract Page 4 STATE OF MINNESOTA COUNTY OF HENNEPIN )SS. The foregoing was acknowledged before me this 199, by W. Peter Erick and Daniel J. Donahue, day of Manage the Mayor and City g espe vely, of the City of New Hope, a Minnesota municipal corporation, on behalf of said municipa corporation. VALERIE J, LEONE NOTARY commission Expires January 31, 2 STATE OF MINNESOTA ) COUNTY OF HENNEPIN ) ss. ) The foregoing was acknowledged before 199, by_ Of tC1 .\ , tea_ O—' i. Notary Public me on this i' day of on behalf of Notary P blic G:ContractiBasic Midwest Pipeline Rehabilitation 205277 Avenue Northwest Isanti, MN 55040 Re: Revised Proposal Rhode Island (60 to 61 Avenue) Water Main Televise /Clean Project No. 644 File No. 34 -98 -807 Attn: Mr. Bob Friedle Dear Mr. Friedle, Enclosed are four (4) copies of the contract documents between you and the City of New Hope covering the above referenced project. Please have your bonding company and insurance complete the necessary documentation based on the total approved amount ($4,460). Please forward to the City Clerk (Valerie Leone) who will review them for the City of New Hope. After the necessary officials have signed the contracts, the City Clerk will distribute them as follows: 2 copies Midwest Pipeline Rehabilitation (1 — your file, 1 — your bond company) 1 copy City of New Hope 1 copy Bonestroo & Associates, Attn: Mark Hanson If you have any questions, please contact this office. Yours very truly, BONESTROO, RO ENE, ANDERLIK & ASSOCIATES, INC. f Mark Hanson cc: Valerie Leone Jeannine Clancy 2335 West Highway 36 a St. Paul, MN 55113 612- 636-4600 x Fax: 612-636 -1311 Bonestroo, Rosene, Anderlik and Associates, Inc is an Affirmative Action, %Equal Opportunity Employer Bonestroo Principals: Otto G. Bonestroo, P.E. • Joseph C. Anderlik, P.E. • Marvin L. Sorvala, P.E. Richard E. Turner, PE. • Glenn R. Cook, P.E. • Robert G. Schunicht, P.E. • Jerry A. Bourdon, P.E. Rosene Robert W. Rosene, P.E. and Susan M. Eberlin, C.P.A., Senior Consultants Associate Principals: Howard A. Sanford, P.E. • Keith A. Gordon, P.E. • Robert R. Pfefferle, P.E. ■ / An erl k Richard W. Foster, PE. • David O. Loskota, RE. • Robert C. Russek, A.I.A. • Mark A. Hanson, PE. Michael T. Rautmann, PE. • Ted ICField, P.E. • Kenneth P Anderson, PE. • Mark R. Rolfs, PE. S ctc�tes illia o , RE., L.S. • Robert E Kotsmith • Agnes M. Ring • Michael P Rau, RE. Arlan Rick S Engineers & Architects Offices: St. Paul, Rochester, Willmar and St. Cloud, MN • Milwaukee, WI Website. www.bonestroo.com June 23, 1998 Midwest Pipeline Rehabilitation 205277 Avenue Northwest Isanti, MN 55040 Re: Revised Proposal Rhode Island (60 to 61 Avenue) Water Main Televise /Clean Project No. 644 File No. 34 -98 -807 Attn: Mr. Bob Friedle Dear Mr. Friedle, Enclosed are four (4) copies of the contract documents between you and the City of New Hope covering the above referenced project. Please have your bonding company and insurance complete the necessary documentation based on the total approved amount ($4,460). Please forward to the City Clerk (Valerie Leone) who will review them for the City of New Hope. After the necessary officials have signed the contracts, the City Clerk will distribute them as follows: 2 copies Midwest Pipeline Rehabilitation (1 — your file, 1 — your bond company) 1 copy City of New Hope 1 copy Bonestroo & Associates, Attn: Mark Hanson If you have any questions, please contact this office. Yours very truly, BONESTROO, RO ENE, ANDERLIK & ASSOCIATES, INC. f Mark Hanson cc: Valerie Leone Jeannine Clancy 2335 West Highway 36 a St. Paul, MN 55113 612- 636-4600 x Fax: 612-636 -1311 Bond premium iii be fi nal BOND N0. SA312503 adjusted by act rI a PERFORMANCE a PAYMENT BOND KNOW ALL MEN BY THESE. PRESENTS: `hat MIDWEST PIPELINE REHABILITATION, INC. P. 0. BOX 307 CAMBRIDGE, MN 55008 as Principal, hereinafter called the Principal, and STAR INSURANCE COMPANY a corporation organized and existing under the laws of the State of MI with its principal office i SOUTHFIELD, MI as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF NEW HOPE 4401 XYLON AVE. NO. NEW HOPE, MN 55428 as Obligee, hereinafter called the Obligee, in the just and full sum of FOUR THOUSAND FOUR HUNDRED SIXTY AND NO/ 100 ---------------------------------------------------------- ($4,460.00)Dollars, to the payment of which sum, well and truly to be made, the said Principal and Surety bind themselves, their respective heirs, administrators, executors, successors and assigns, jointly'and severally, firmly by these presents. Whereas, the Principal has entered into a certain written contract with the Obligee, dated the 23RD day of JUNE 19 9$ to FOR WATER MAIN TELEVISE /CLEAN, PROJECT NO. 644, FILE NO. 34 -98 -807 AT RHODE ISLAND (60TH TO 61ST AVENUE) NEW HOPE, MN Now, Therefore, the condition of this obligation is such that, if the Principal shall faithfully perform all of the obligations of the Principal under the contract, and shall fully indemnify and save harmless the Obligee from all cost and damage which the Obligee may suffer by reason of the failure of the Principal so to do and shall fully reimburse and repay the Obligee all reasonable outlays and expense which the Obligee may incur by reason of such failure; and shall pay at! persons who have contracts directly with the Principal for labor or materials in the performance of this contract. subject to the Obligee's priority, then this obligation shall be null and void, otherwise it shall remain in full force and effect. The foregoing obligation, however, is limited by the following express conditions, the performance of each of which shall be a condition precedent to any right of claim at recovery hereunder: 1. In the event of any default on the part of the Principal, a written statement of the particular facts showing the date and nature of such default shall be given by the Obligee to the Surety as promptly as possible after such default has become known to the Obligee, and shall be fo warded by registered mail to the Surety as its Home Office. 2. If the Principal shall fail to comply with the provisions of the contract to such an extent that the con- tract shall be forfeited, the Surety will have the right and opportunity to assume thr remainder of the contract and at its option to perform or sublet the same. 3. No action, suit or proceeding shall be had or maintained against the Surety on this instrument unless the same be brought or instituted and process served upon the Surety within twelve (12) months after completion of the work specified in said contract, whether such work be completed by the Principal, Surety or Obligee; but if there is any maintenance or guarantee period provided in the contract far which said Surety is liable, an action for maintenance may be brought within three (3) months from the expiration of the maintenance period, but not afterwards. Signed and sealed this 2ND day of T' Y A. ll. 19 98 MIDW T J=1 N R T ION/,' INC. c� r BY. „...:,.. '.':?.... _(Seal) nneipal STAR INSURANCE C MPANY (Seal) surety ACKNOWLEDGEMENT OF SURETY STATE OF MINNESOTA ) ) ss COUNTY OF HENNEPIN ) ON THIS 2ND DAY OF JULY , 19 , BEFORE ME PERSONALLY CAME THOMAS H. FAIRFIELD WHO, BEING BY ME DULY SWORN, DID DEPOSE AND SAY THAT HE IS AN ATTORNEY -IN -FACT OF THE STAR INSURANCE COMPANY AND KNOWS THE CORPORATE SEAL THEREOF; THAT THE SEAL AFFIXED TO SAID ANNEXED INSTRUMENT IS SUCH CORPORATE SEAL AND WAS THERETO AFFIXED BY AUTHORITY OF THE POWER OF ATTORNEY OF SAID COMPANY OF WHICH A CERTIFIED COPY IS HERETO ATTACHED AND THAT HE SIGNED SAID INSTRUMENT AS AN ATTORNEY -IN -FACT OF SAID COMPANY BY LIKE AUTHORITY. Acknowledged and Sworn to before me on the date above written (Notary Public) STAR INSURANCE GENERAL POWER OF ATTORNEY ` JA NO.: (Void unless numbered in red.) KNOW ALL MEN BY THESE PRESENTS, that Star Insurance Company has made, constituted: and appointed, and by these presents does make, constitute and apppoint THQMAS H. FAIRFIELD * MICHAEL D. WILLIAMS * WILLIAM J. NEMEC * BARBARA N. FAIRFIELD LAURIE A. ROSEMEYER OF MINNEAPOLIS, MINNESOTA its true and lawful attorney- m- fact, ctfor it and in its name, place, and stead to execute on behalf of the said Company, as surety, bonds, undertakings and contracts of suVV06 L1CP E' S provided that no bond or undertaking contract of suretyship executed under this authority shall exceed in amount the sum of TWO MILLION FIVE HUNDRED' THOUSAND ($2,500,000) DOLLARS. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company on the 7th day of January, 1993. "RESOLVED, that the Chainnan of the Board, the Vice Chairman of the Board, the President„ an Executive Vice President or a Senior Vice President or a Vice President of the Company be, and that each or any of them is, authorized to execute Powers of Attorney qualifying the attorney -in -fact named in the given Power of Attorney to execute in behalf of the Company bonds, undertakings and all contracts of suretyship; and that an Assistant Vice President, a Secretary or an Assistant Secretary be, and that each or any of them hereby is, authorized to attest the execution of any such Power of Attomey, and to attach thereto the seal of the Company, FURTHER RESOLVED, that the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, le, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so axed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached." IN WITNESS WHEREOF, STAR INSURANCE COMPANY has caused its official seal to be hereunto affixed, and these presents to be signed by one of its Senior Vice Presidents and attested by the Secretary this 4th day of February 1997. Attest: STAR INSURANCE COMPANY b a SEAL By Michael G. Costello, Secretary Marc S. Willner,`Senior, Vice President STATE OF MICHIGAN COUNT' OF OAKLAND }' On this 4th day of February, 1997, before me personally came Marc S. Willner, to me known, who being by me duly sworn, did depose and say that he is a Senior Vice President of STAR INSURANCE COMP ANY, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation, that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. APRIL M. ROBINSON ; NOTARY PUBLIC - OAKLAND COUNTY M1 AMY COMMISSION EXPIRES OY130 NOTARY PUBLIC My Commission Expires: CERTIFICATE 1, the undersigned, of STAR INSURANCE COMPANY „a Michigan corporation, DO HEREBY CERTIFY that the foregoing and attached Power "z of .Attorney remains in full force and has not been revoked; and furthermore that the Resolution of the Board of Directors, set forth in the said Power of Attorney, is now in force. Signed and sealed at the city of Southfield in the State of Michigan. Dated the ,2ND day of JULY 1998 BOND N0. SA3125036 . -.. , MIDWEST PIPELINE REHABILITATION, INC. Michael G.' Costello,” Secretary THIS DOCUMENT IS NOT VALID UNLESS PRINTED ON GREY SHADED BACKGROUND WITH A RED SERIAL NUMBER IN THE UPPER RIGHT HAND CORNER. THE BACK OF THIS DOCUMENT CONTAINS AN ARTIFICIAL WATERMARK -HOLD AT AN ANGLE TO VIEW IF YOU HAVE ANY QUESTIONS CONCERNING THE AUTHENTICITY OF THIS DOCUMENT, YOU ARE URGED TO CONTACT OUR POWER OF ATTORNEY CUSTODIAN AT 1-600 -262 -5252. CSG 000756 Rev. W97 6036 -Feb. 97 -T U L- — 1 2 —'9a SUN 1 16 -- � 91 F . 0 1 A'b' °" iIN RD . . . . . . PRODUCER 07/12/ .93 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION tvpar midweat Associates ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLM, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P.O. Box 368 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE loanti HN 55040-0368 COMPANY A general Casualty of wiaconain Clark O. aohnaoxt P n m* -4 hot _ ,-15 12 wq1JRw COMPANY a Regent Xnaurance Company COMPANY C Kidwent Pipeline Rehabilitation, Xnc. COMPANY P,O. Box 307 Cambridge M 55008 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT To WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 13 SUBJECT TO ALT. THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Co LTA TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE IMMIDDNY) POLICY CXPIRATION DATE IMMIOLINY) LIMITS GENERAL LIABILITY GENERAL AGGA0ATE 4 1,000,000 PRODUCTS - COMMP AdG 4 1,000,000, COMMERCIAL CfiNeRAL LIABILITY CC1 0118739 11/18/97 11/18/98 PERSONAL & ADV INJURY 4 1,000,000 CLAIMS MADE OCCUR EACH OCCURRENCE 4 1 000 0 000 OWNER'S & CONTRACTOR'S PROT FIR DAMAGE (Any ano nra) 0 50 l-000 MED EKIP /Any on$ perevo 4 5 AUTOMOBILE LIABILITY ANY AUTO CBA 0115739 11/18/97 11/15/98 COMBINED GIN(AF LIMIT 4 500,000 ALL OWNED AUTOS scHwmw AUTOS BODILY INJURY (Pa r p orm on) 4 . . I BODILY INJURY (Par occkklnsl 4 HIRED AUTOS 11011-OW.M AUTOS PROPERTY DAMAGE 0 GARAGE LIABILITY ANY AUTO AUTO ONLY • EA AC_C0GNT 0 OTHER THAN AUTO ONLY. EACH' ACCIDENT 0 AG$REOATK I EXCESS LIABILITY EACH OCCURRENCE 0 2,000,000 AGOACOATI f 2 Si UMBRELLA FORM CCX 0118739 11/18/97 11118198 OC $ IT11 M C ST � X OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND -AA _[I RL EACH ACCOENT I fMPLOYUQ'LIABfLIYY EL DISEASE - POLICY LIMIT III THE PROPRIETOR/ INCL PARTNERSIEXECUTIVi OFFICERS ARE: EXCL EL DISEASE • EA EMF`Li)YEg I OTHER DESCRIPTION GO OpERATIONtidCATIONiXC ITEMS SHOULD ANY OF THE ABOVE DESCRIBED POLICIES 139 CANCELLED BEFORE THE EKPIRAYION DATE THEREOF. THE ISSUING COMPANY WILL, ENDEAVOR TO MAIL 3 0 DAYS WRITTEN NOTICE TO THE CFATIFICATE HOLDER NAMED TO THE LEFT, city of Vow Hope 4401 Xylon Avonue North New Napo mW 5S428 BUT FAILURE TO MAIL SUCH NOTICE ALL IMPOSE No OBLIGATION OR LIABILITY OF ANAN40N THE jOMPqV, 71 AG YS OR REPRESENTATIVES. AUTHOIRIf� Clar '0. ITta ' ........... . .......... ...... Bonestroo, Rosene, Anderlik and Associates, Inc. is an Affirmative Action /Equal Opportunity Employer Principals: Otto G. Bonestroo, RE. • Joseph C. Anderlik, RE. • Marvin L. Sorvala, RE. - Richard E. Turner, RE. • Glenn R. Cook, R.E. • Robert G. Schunicht, P.E. • Jerry A. Bourdon, R.E. Robert W. Rosene, RE. and Susan M. Eberlin, C.P.A., Senior Consultants Associate Principals: Howard A. Sanford, RE. • Keith A. Gordon, RE. • Robert R. Pfefferle, RE. Richard W. Foster, P.E. • David O. Loskota, R.E. • Robert C. Russek, A.I.A. • Mark A. Hanson, RE. Michael T. Rautmann, RE. • Ted K.Field, RE. • Kenneth P. Anderson, RE. • Mark R. Rolfs, P.E. Sidney P Williamson, RE., L.S. • Robert F. Kotsmith • Agnes M. Ring • Michael P Rau, P.E. Allan Rick Schmidt, RE. Offices: St. Paul, Rochester, Willmar and St. Cloud, MN • Milwaukee, WI Website: www.bonestroo.com June 23, 1998 G & L Contracting 4300 Willow Drive Medina, MN 55340 Re: Revised Proposal Rhode Island (60 to 61 Avenue) Water Main Excavation/Temporary Water Service Water Main Repair Project No. 644 File No. 34 -98 -807 Attn: Mr. Dave Swanson Dear Mr. Swanson, Enclosed are four (4) copies of the contract documents between you and the City of New Hope covering the above referenced project. Please have your bonding company and insurance complete the necessary documentation based on the total approved amount ($8,921.10.) Please forward to the City Clerk (Valerie Leone) who will review them for the City of New Hope. After the necessary officials have signed the contracts, the City Clerk will distribute them as follows: 2 copies G & L Contracting, Inc. (1 — your file, 1 — your bond company) 1 copy City of New Hope 1 copy Bonestroo & Associates, Attn. Mark Hanson If you have any questions, please contact this office. Yours very truly, BONESTRO , ROS NE, ANDERLIK & ASSOCIATES, INC. Mark .Hanson cc: Valerie Leone Jeannine Clancy 2335 West Highway 36 a St. Paul, MN 55113 w 612-636 -4600 a Fax: 612-636 -1311 July 25, 1998 4401 Xylon Avenue North New Hope, Minnesota 55428 -4898 Mr. Dave Swanson G.L. Contracting 4300 Willow Drive Medina, MN 55340 City Hall: 612 - 531 -5100 Police: 612- 531 -5170 Public Works: 612 - 533 -4823 TDD: 612 -531 -5109 City Hall Fax. 612- 531 -5136 Police Fax: 612 -531 -5174 Public Works Fax 612 -533 -7650 Fire Dept. Fax. 612 -531 -5175 SUBJECT: TEMPORARY WATER SERVICE /WATERMAIN REPAIR - RHODE ISLAND AVENUE NORTH (PROJECT 644) Dear Mr. Swanson: Please sign all three copies (pg 3) of the enclosed contracts relative to the fore - mentioned project. Retain one copy for your files, return a fully executed contract to my attention, and forward one copy to your bonding company. Apparently the previous contracts were lacking the signature blanks. We have received the necessary bonds and insurance paperwork from your company. Also enclosed is a "Withholding Affidavit for Contractors" (IC -134 form). We cannot make final payment to contractors until this is approved by the Minnesota Department of Revenue and submitted to our office (Minnesota Statute 290.97). The form contains instructions for completion. Thanks for your cooperation. . Sincerely, 40 Valerie Leone, CMC City Clerk enc. cc: Mark Hanson, City Engineer Family Styled City For Family Living CITY OF NEW HOPE CONTRACT FOR Project 644 For valuable consideration as set forth below, this contract dated the 22 day of June, 1998, is made and signed by the City of New Hope (hereinafter "City") and G.L. Contracting, Inc. (hereinafter "Contractor"). 1. CONTRACT DOCUMENTS The Contractor hereby promises and agrees to perform and comply with all the provisions of this Contract and specifications, all of which are incorporated hereby by this reference. This Contract shall compromise the total agreement of the parties hereto. No oral order, objection or claim by any parry to the other shall affect or modify any of the terms or obligations contained in this Contract. 2. THE WORK The work to be performed by Contractor under this Contract (hereinafter the "Work "), is defined in Exhibit A (request for proposal). Any modifications to the work defined in Exhibit A will be made in writing. 3. CONTRACT PRICE The City agrees to pay the contractor $8,921.10, payable in accordance with the payment terms of the City of New Hope Instruction to Bidders. Contractor will be charged liquidated damages assessed in the amount of $100 per day for every calendar day that the contract remains uncompleted beyond the agreed upon completion date. 4. COMPLETION DATE Contractor shall complete his performance under this Contract by the days specified in the project specifications. 5. INSURANCE /BOND Before beginning actual work under this Contract, the Contractor shall submit to the City and obtain the City's approval of a certificate of insurance on Standard Form C. I.C.C.-701 or ACORD 25 forms, showing the following insurance coverage and listing the City as a loss payee under the policies: a. General Contractor Liability: $1,000,000.00 b. Automobile Liability for all Automobiles: $1,000,000.00 c. Workman's Compensation: Statutory Amounts Contract Page 2 This certificate must provide for the above coverages to be in effect from the date of the Contract until 30 days after the Completion Date and must provide the insurance coverage will not be canceled by the insurance company without 30 days written notice to the City of intent to cancel. The certificate must further provide that the contractor's insurance coverage is primary coverage notwithstanding any insurance coverage carried by the City that may apply to injury or damage relating to the maintenance or repair of the City's streets or right -of -ways by either the City or any employee, agent, independent contractor or any other person or entity retained by the City to perform the services described herein. This certificate must further provide that the Contractor's insurance coverage is primary coverage notwithstanding any insurance coverage carried by the City that may apply to injury or damage relating to the maintenance or repair of the City's streets or right -of -ways by either the City or any employee, agent, independent contractor, or any other person or entity retained by the City to perform the services described herein. The Contractor shall furnish Performance and Materials /Labor Bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all Contractor's obligations under the Contract Documents. These Bonds shall remain in effect at least until one year after the date of final payment, except as otherwise provided by law. All Bonds shall be in the forms prescribed by the Contract Documents and be executed by such Sureties as (A) are licensed to conduct business in the State of Minnesota, and (B) are named in the current list of "Companies Holding certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All bonds signed by an agent must be accompanied by a certified copy of the authority to act. If the Surety on any Bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Minnesota or it ceases to meet the requirement of clauses (A) or (B) in the previous paragraph, Contractor shall within five days thereafter substitute another Bond and Surety, both of which shall be acceptable to City. All bonds and insurance are subject to the review and approval of the New Hope City Attorney. 6. LAWS REGULATIONS AND SAFETY The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations applicable to performance under this Contract. 7. INDEMNIFICATION The Contractor agrees to indemnify, defend and hold the City harmless from any damages, including costs and attorney's fees, from any claims, demands, actions or causes of action''arising out of any act or omission on the part of the contractor or its agents, servants or employees in the performance of or with relation to any of the work or services performed or furnished by the contractor under this Contract. ASSIGNMENT The Contractor shall not assign or transfer, whether by an assignment or notation or otherwise, any of its rights, duties, benefits, obligations, liabilities or responsibilities without prior written consent of the City. Contract Page 3 9. NOTICE The address and telephone number of the Contractor for purposes of giving notices and any other purpose under this contract shall be G. L. Contracting, Inc. The address of the City for purposes of giving notices and any other purpose under this contract shall be 4401 Xylon Avenue North, New Hope, MN 55428. The contact person for this contract is Mark Hanson, City Engineer. IN WITNESS WHEREOF, the parties to this Contract have hereunto set their hands and seals as of the day and year first above written. STATE OF MINNESOTA ) ) ss. COUNTY OF HENNEPIN ) STATE OF MINNESOTA ) ) ss. COUNTY OF HENNEPIN ) CONTRACTOR f G.L. C `n 'actin •Inca By Its Representative The foregoing was acknowledged before me on this 2- - day of d , 1998, REVISED QUOTATION RHODE ISLAND (60TH TO 61 ST AVENUE) WATER MAIN EXCAVATION/TEMPORARY WATER SERVICE/ WATER MAIN REPAIR PROJECT NO. 644 FILE NO. 34 -98 -807 NEW HOPE, MINNESOTA 1998 Retam to: Mark Hanson Bonestroo, Rosene, Anderlik & Associates, Inc. G & L Contracting 2335 West Highway 36 St. Paul, Minnesota 55113 No. Item Unit Qty. Unit Price Total Price 1 Water main excavation/repair EA 2 $ 4,509.10 $ 9018.00 2 * Temporary water service (Rhode Island - 60th to 61st Avenue) LS 1 $ 3779.50 $ 3779.50 3 Water main repair (less than 20 LF) EA 1 $ 4281.80 $ 4281.80 4 Bituminous removal/repair SY 100 $ 41.40 $ 4140.00 Total Quote $ 21219.50 Alternate No. l - Water Main Repair Lineal Feet 5 6" DIP, Cl. 52 (abandon existing) LF 200 $ 55.10 $ 11020.00 6 Connect to existing water main EA 2 $ 496.00 $ 993.00 7 Fittings LB 600 $ 3.50 2100.00 8 Connect existing residential water service EA 6 $ 271.20 $ 1627.00 9 Bituminous removal/repair SY 500 $ 30.90 15450.00 Alternate No. 2 - Water Main Repair @ Hydrant 10 * Water main excavation/repair at hydrant LS 1 $ 5141.60 $ 5141.60 * TOTAL $8,921.10 3498- 807Aquote.wU Q -i(R) The final amount of the contract shall be determined by multiplying the final measured quantities of the various items actually constructed and installed by the unit prices therefor, in the manner prescribed in the specifications. However, the low bidder shall be determined by adding the sums resulting from multiplying the quantities stated by the unit prices bid therefor. In submitting this quotation, it is understood that the Owner retains the right to reject any and all quotations and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this quotation, it is understood that payment will be by cash or check. P Printed Name of Signer 3498- 807Aquote.wb2 Q-2(R) Bonestroo Rosene NEZM Anderlik & Associates Engineers & Architects pj / �j ADDENDUM NO. 1 RHODE ISLAND (60 TO 61 AVENUE) WATER MAIN EXCAVATION/TEMPORARY WATER SERVICE/ WATER MAIN REPAIR PROJECT NO. 644 FILE NO. 34-98-807 NEW HOPE, MINNESOTA June 11, 1998 Quote Date: Tuesday, June 16, 1998, 11:30 A.M., C.D.S.T. Attached is a Revised Quotation form. 1) Addendum No. 1 provides for a reduced scope of work which provides for one water main excavation /repair at the hydrant tee located between 6016 and 6029 Rhode Island. The televising /cleaning will be done north and south from the hydrant tee after it is removed. The temporary water service shall be provided as specified. It is anticipated that a repair at the hydrant lead and tee will be required. Alternate No. 2 — Water Main Repair at Hydrant is provided on the attached Revised Quotation form., The excavation shall include removal of the existing surface and removal of the existing tee to accommodate the televising and cleaning work. The repair shall include constructing a new hydrant tee, gate valve and 6" DIP, Class 52. The existing hydrant shall be salvaged and reinstalled. Street (bituminous, curb, etc.), driveway, and boulevard restoration shall be included in the lump sum bid for water main excavation /repair --at hydrant. 2) The City may use pay items from other parts dependent on the quantity of work based on the repair that is required. 3) The Contractor selected to do the work shall be available June 23r to meet with Public Works Staff and the selected televise /clean contractor at 1:00 p.m. (New Hope Public Works Garage) to review the work. If you have any questions on this project, please call Mark Hanson at (612) 604 -4838. Bonestroo, Rosene, Anderlik and Associates, Inc. 2335 West Highway 36 St. Paul, Minnesota 55113 (612) 636 -4600 34- 98 -807A — Addendum No. T REVISED QUOTATION RHODE ISLAND (60TH TO 61 ST AVENUE) WATER MAIN EXCAVATION/TEMPORARY WATER SERVICE/ WATER MAIN REPAIR PROJECT NO. 644 FILE NO. 34 -98 -807 NEW HOPE, MINNESOTA 1998 Return to: Mark Hanson Bonestroo, Rosene, Anderlik & Associates, Inc. 2335 West Highway 36 St. Paul, Minnesota 55113 No. Item Unit Qty. Unit Price Total Price 1 Water main excavation/repair EA 2 $ $ 2 Temporary water service (Rhode Island - 60th to 61st Avenue) LS 1 $ $ 3 Water main repair (less than 20 LF) EA 1 $ $ 4 Bituminous removal/repair SY 100 $ $ Total Quote $ Alternate No. 1 - Water Main Repair Lineal Feet 5 6" DIP, Cl. 52 (abandon existing) LF 200 $ $ 6 Connect to existing water main EA 2 $ $ Fittings LB 600 $ $ 8 Connect existing residential water service EA 6 $ $ 9 Bituminous removal/repair SY 500 $ $ Alternate No. 2 - Water Main Repair @ Hydrant 10 Water main excavation/repair at hydrant LS 1 $ $ 34- 98- 807Aquote.wb2 ¢i(R) The final amount of the contract shall be determined by multiplying the final measured quantities of the various items actually constructed and installed by the unit prices therefor, in the manner prescribed in the specifications. However, the low bidder shall be determined by adding the sums resulting from multiplying the quantities stated by the unit prices bid therefor. In submitting this quotation, it is understood that the Owner retains the right to reject any and all quotations and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this quotation, it is understood that payment will be by cash or check. Respectfully submitted, Name Signer Title Printed Name of Signer (A Corporation) (An Individual) (A Partnership) 34- 98- 807Aquete.wU Q-2(R) 3Ad .1S l 9 1 r, �; ` G o ti o c 4 * . ........... ................................. — _ _ — —... m . om c °• • u 1^ V � S ♦ _ 1 tu 1 2 Q Y r VCS `� v q 0 it LAJ a J � � Pte N 1 4 !D -� . TTY ( �.. a W '• \. O -� cr J r Q ! I I' ''- I • iQ CA o ; of D O �a 0 0 o N 3Ab z O Q C� ^ a V m Z � > z cr A H A 3 z G W " n W Q Z v 'gn J g � N � o W a 0 O } V Y RHODE ISLAND (60 TO 61 AVENUE) WATER MAIN EXCAVATION/TEMPORARY WATER SERVICE/ WATER MAIN REPAIR PROJECT NO. 644 FILE NO. 34-98-807 NEW HOPE, MINNESOTA 1998 TABLE OF CONTENTS Letter of Transmittal Table of Contents Quotation Special Provisions 1. Project Description 2. Owner 3. Sequence and Scheduling 4. Progress and Completion 5. Liquidated Damage 6. Preconstruction Conference 7. Use of Lands 8. Televise /Clean Contractor 9. Utilities 10. Traffic Control 11. Coordination 12. Use of Water 13. Water Main Excavation Repair 14. Temporary Water Service 15. Water Main Repair 16. Bituminous Removal/Repair 17. Alternate No. 1 18. Performance Bond/Insurance Speck Requirements Specification Reference 1. Description 2. Materials 3. Construction Requirements 3.1 General 3.E15 Interruption of Water Service 3.I Anchorage of Bends, Tees, Plugs 3.16. Permissible Leakage 3.K Disinfection 3.L. Backfilling City of New Hope Contract Figure 1 Water Main QUOTATION RHODE ISLAND (60TH TO 61ST AVENUE) WATER MAIN EXCAVATION/TEMPORARY WATER SERVICE/ WATER MAIN REPAIR PROJECT NO. 644 FILE NO. 34-98-807 NEW HOPE, MINNESOTA 1998 Return to: Mark Hanson Bonestroo, Rosene, Anderlik & Associates, Inc. 2335 West Highway 36 St. Paul, Minnesota 55113 No. Item 1 Water main excavation/repair 2 Temporary water service (Rhode Connect existing residential water service Island - 60th to 61st Avenue) 3 Water main repair (less than 20 LF) 4 Bituminous removal/repair Total Quote 5 6 7 8 9 K - - D - .. MIM M-1-MMS : ►� Unit EA LS EA SY Alternate No. 1- Water Main Repair Lineal Feet 6" DIP, Cl. 52 (abandon existing) LF Connect to existing water main EA Fittings LB Connect existing residential water service EA Bituminous removal/repair SY Total Quote Alternate No. I Qty. Unit Price Total Price 2$ $ 1$ $ I$ $ 100 $ $ 200 $ $ 2$ $ 600 $ $ 6$ $ 500 $ $ 34- 98- 807Aquote.wb2 Q-t The final amount of the contract shall be determined by multiplying the final measured quantities of the various items actually constructed and installed by the unit prices therefor, in the manner prescribed in the specifications. However, the low bidder shall be determined by adding the sums resulting from multiplying the quantities stated by the unit prices bid therefor. In submitting this quotation, it is understood that the Owner retains the right to reject any and all quotations and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this quotation, it is understood that payment will be by cash or check. Respectfully submitted, (A Corporation) (An Individual) Name (A Partnership) Signer Title Printed Name of Signer 3448- 807Aquote.wb2 Q-2 SPECIAL, PROVISIONS 1. PROJECT DESCRIPTION: This project provides for working with the City of New Hope and its televising/cleaning contractor to investigate approximately 750 feet of existing 6" diameter cast iron pipe water main in Rhode Island Avenue between 60 and 61 Avenue (see attached drawing). The Contractor's work shall include excavating to the existing water main to accommodate the televising/cleaning contractors, constructing a temporary water service and making the necessary repairs following the investigation work. 2. OWNER: Th City of New Hope is designated as the Owner. 3. SEOUENCE AND SCHEDULING: The City Council will consider project award at a regular Council Meeting on June 22, 1998. The Contractor shall not commence construction until the Owner has issued a "Notice to Proceed ". This notice will not be issued until execution of the contract documents has been completed and a preconstruction conference has been held. For purposes of planning the work, the Contractor shall assume a start date of July 13, 1998. 4. PROGRESS AND COMPLETION: The Contractor shall start work immediately upon receiving the notice to proceed. The Contractor shall coordinate the start date with the televise /cleaning contractor. All utility work shall be completed in 5 calendar days once the televising and cleaning work is complete, assuming the repair is less than 200 lineal feet. The bituminous street repair shall be completed 15 calendar days following the utility work. 5. LIQUIDATED DAMAGE: Liquidate damages as specified in Section 3.9 of the Conditions of the Contract shall be One Hundred Dollars ($100.00) per calendar day for each completion date not met. 6. PRECONSTRUCTION CONFERENCE: A preconstruction conference will be scheduled and coordinated with the water main repair Contractor after receipt by the Engineer of the Contractor's schedules. The conference will be held with the Contractors, City Public Works Director, City Engineer, representatives from utility companies, and other parties involved in the project. Construction methods and scheduling will be reviewed and any questions or procedures will be clarified. 7. USE OF LANDS: All work is to be done on public right -of -way or easements which are provided by the Owner. Operations shall be continued to within the limits of the right -of -way. The Contractor may dominate the site as necessary to the quick and expedient completion of the work. However, the Contractor shall limit the use of the site to the lands necessary to the current construction of the work. 8. TELEVISE /CLEAN CONTRACTOR: The City of New Hope will contract with a televising and cleaning contractor to televise and clean the water main. The utility contractor shall coordinate his work with the televise /clean contractor. 3498 -807 SP -1 ® 1998 Bonestroo, Rosene, Anderlik & Associates, Inc. SPECIAL PROVISIONS 9. UTILITIES: It shall be the responsibility of the Contractor to contact all utility companies through GOPHER STATE (454 -0002) prior to construction to determine the exact location of utilities. Locations and information can be obtained by calling the following: King Video Cable Northern States Power Company US West Telephone Minnegasco City of New Hope Public Works Duane Carlson 531 -4465 Robert Torres 493 -1671 Ron Tombarge 567 -2012 Rick Pilon 321 -5426 Guy Johnson 533 -4823 10. TRAFFIC CONTROL: The Contractor shall be responsible for all traffic control and shall have sufficient and adequate direction and warning signs on the project at all times. All traffic. control devices and methods shall conform to the requirements of the latest editions of the Minnesota Manual on Uniform Traffic Control Devices Field Manual April 1995, for Temporary Traffic Control Zone Layouts. All costs associated with traffic control shall be incidental, with no direct compensation allowed. Access to adjacent homes shall be maintained by contractor at all times. 11. COORDINATION: The Contractor is responsible for coordinating the work of the contract and shall cooperate with others to cause the efficient and timely completion of the work. These responsibilities shall include, among others, the following: a. Inform emergency services and school district transportation coordinators of traffic situation as appropriate to the project circumstances. b. Inform New Hope Street Department of detours and road closings that will affect traffic. C. Inform electric, telephone, gas, cable TV and other non - municipal utilities of the planned schedule to allow for the planning of their work. d. Maintain and coordinate the access needs of the adjacent properties. 12. USE OF WATER: The use of hydrants is prohibited. Where water is needed for miscellaneous work, it shall be obtained at loading stations designated by the New Hope Public Works Department. 13. WATER MAIN EXCAVATION REPAIR: The water main excavation shall include excavating to the existing water main and providing a cut -in over the existing pipe to accommodate the televising and cleaning operation to be done by the televise /clean contractor. The estimated number of excavations is two. However, in the event the City elects to make one excavation, payment will be for one excavation. The contractor shall repair the water main following the investigation and repair work. The contractor shall properly fence each excavation area with temporary fence at the end of each working day. 34-98 -807 SP -2 ® 1998 Bonestroo, Rosene, Anderlik & Associates, Inc. SPECIAL PROVISIONS 14. TEMPORARY WATER SERVICE: The Contractor shall install and maintain temporary water service to all homes on Rhode Island shut off from water service. The temporary water service will minimize disturbance to the residents and enable investigation work to proceed in a timely manner and the required repair following the investigation work. The temporary system shall provide adequate pressure and flow to each home. Coordinate all work with the City of New Hope Water Department. Coordinate and communicate with property owners regarding connection to homes and location of service lines. Provide ramping or shallow trenching at driveway and street crossings. Inform residents when work is to take place and the potential for temporary disruption of service during the switch to the temporary system. Provide emergency phone numbers of personnel to call during evenings and week ends. Maintain, inspect, and adjust the temporary piping as needed or directed throughout the construction. If staging of the temporary system is necessary, provide a schedule and description of how this is to be accomplished. Measurement and payment for the Temporary Water Service shall be at the lump sum bid unit price and shall include a minimum line pipe, fittings, service lines, staging, ramping, removal, and any other work involved with providing temporary water service (not limited to but including driveway and boulevard restoration). 15. WATER MAIN REPAIR: It is assumed following the investigation work, a spot water main repair will be required (less than 20 feet). The Contractor shall make the necessary repairs and provide all materials /fittings /connections, etc. 16. BITUMINOUS REMOVALJREPAIR: The excavation and repair of the water main will require bituminous removal/replacement. Bituminous Removal/Repair shall include bituminous removal (including a neat saw cut), excavation, Class 5 aggregate base (minimum 8" thick), bituminous mixture (minimum 3" thick, 2 lifts 1 -1/2" thick each), compaction, concrete curb repair, etc. Street repair shall be done in accordance with Mn/DOT Specifications. 17. ALTERNATE NO. 1: In the event the investigation indicates the repair is greater than 20 feet, the alternate bid unit prices shall be considered in determining the cost to make the repair. However, because the extent of work is not known, the City may elect to negotiate the repair work further, dependent on the length and type of repair. 18. PERFORMANCE BOND/INSURANCE: The Contractor shall enter into a contract with the City of New Hope which will require a performance bond and insurance. END OF SECTION 34 -98 -807 SP -3 ® 1998 Bonestroo, Rosen, Andedik & Associates, Inc. SPECIAL PROVISIONS 23,000. WATER MAIN Specific Requirements 23,000.0. SPECIFICATION REFERENCE: Unless otherwise noted or modified herein, all sections of the General Requirements shall apply. 23,000.1. DESCRIPTION: This work shall consist of installing ductile iron water main pipe and appurtenances. Also, a temporary water service system is necessary during construction. 23,000.2. MATERIALS: 23,000.2.A. Ductile Iron Pipe: Shall be Class 52. 23,000.3. CONSTRUCTION REQUIREMENTS: 23,000.3.1. General: All water main shall have seven feet six inches (T -6 ") minimum cover. Over depth shall be considered incidental work, with no direct payment allowed. 23,000.3.E15. Interruption of Water Service: No valve or hydrant is to be operated by individuals other than City personnel. Only under emergency conditions or after specific authorization is given by the City Public Works Director, shall the Contractor operate valves or hydrants. See Special Provisions for "Temporary Water System ". 23,000.3.I. Anchorage of Bends. Tees, and Plugs: All mechanical joints shall be installed with "Mega Lug" mechanical joint thrust restraint glands or approved equal. In addition to the restraint glands, poured -in -place concrete is required for thrust blocking. 23,000.3.16. Permissible Leakage: A drop in pressure over a two -hour test period exceeding 3 pounds shall be cause for rejection of the tested portion of water main. 23,000.3.K. Disinfection: Permatex No. 1 may not be used as the adhesive for attaching tablets to the top of the pipe. Adhesives shall be food -grade as defined under AWWA Specification No. C -651. The Contractor shall comply with all requirements in disinfecting the temporary water service and the existing water main following the investigation and repair. 23,000.3.L. Backfilling: Shall be completed with a hand operated mechanical tamper to a point one (1) foot above the pipe in six (6 ") inch lifts. The remainder of the trench shall be backfilled in one (1) foot lifts to the design subgrade. The backfill material shall be compacted to 95 percent of the standard Proctor density and be considered Type "C" as described in the General Requirements. The top three (T) feet of trenches beneath roads shall be compacted to 100% of the standard Proctor density. Any settlement of the road surfaces in excess of one (1 ") inch, as measured by a 10' straight edge, within the warranty period, shall be considered failure of the mechanical compaction and the contractor shall be required to repair such settlement with no additional payment therefor. END OF SECTION 34.98 -807 ® 1998 Bonestroo, Rosene, Anderlik & Associates, Inc. WATER &LAIN THE AMERICAN INSTITUTE OF ARCHITECTS Bond No. 54 -99502 AIA Document A312 Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): G. L. CONTRACTING, INC. 4300 WILLOW DRIVE MEDINA, MN 55340 OWNER (Name and Address): CITY OF NEW HOPE 4401 XYLON AVENUE NORTH NEW HOPE, MN 55428 SURETY (Name and Principal Place of Business): UNITED FIRE & CASUALTY COMPANY P. 0. BOX 73909 CEDAR RAPIDS, IA 52407 CONSTRUCTION CONTRACT Date: JUNE 25, 1998 Amount: EIGHT THOUSAND, NINE HUNDRED TWENTY -ONE AND 10/100 ($8,921.10) Description (Name and Location): RHODE ISLAND (60TH TO 61ST AVE.) WATERMAIN EXCAVATION/ TEMPORARY WATER SERVICE /WATERMAIN REPAIR, PROD. NO. 644 BOND Date (Not earlier than Construction Contract Date): JUNE 25, 1998 Amount: EIGHT THOUSAND, NINE HUNDRED TWENTY -ONE AND 10/100 ($8,921.00) Modifications to this Bond: (None Cl See Page 3 SURETY (FOR INFORMATION ONLY —Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or CEDARLEAF, CEDARLEAF & CEDARLEAF, INC. other party): 360 W. LARPENTEUR AVE. BONESTR00, ROSENE, ANDERLIK & ASSOCIATES, INC. ST. PAUL, MN 55113 2335 WEST HIGHWAY 36 612- 488 -6666 ST. PAUL, MN 55113 AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED. • AIA THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 A312 -1984 1 THIRD PRINTING • MARCH 1987 1 The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference. 2 If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except to participate in conferences as provided in Subparagraph 3.1. 3 If there is no Owner Default, the Surety's obligation under this Bond shall arise after: 3.1 The Owner has notified the Contractor and the Surety at its address described in Paragraph 10 below that the Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with the Contractor and the Surety to be held not later than fifteen days after receipt of such notice to discuss methods of performing the Construc- tion Contract. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reason- able time to perform the Construction Contract, but such an agreement shall not waive the Owner's right, if any, subsequently to declare a Contractor Default; and 3.2 The Owner has declared a Contractor Default and formally terminated the Contractor's right to complete the contract. Such Contractor Default shall not be de- clared earlier than twenty days after the Contractor and the Surety have received notice as provided in Sub- paragraph 3.1; and 3.3 The Owner has agreed to pay the Balance of the Contract Price to the Surety in accordance with the terms of the Construction Contract or to a contractor selected to perform the Construction Contract in accor- dance with the terms of the contract with the Owner. 4 When the Owner has satisfied the conditions of Para- graph 3, the Surety shall promptly and at the Surety's ex- pense take one of the following actions: 4.1 Arrange for the Contractor, with consent of the Owner, to perform and complete the Construction Contract; or 4.2 Undertake to perform and complete the Construc- tion Contract itself, through its agents or through inde- pendent contractors; or 4.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Con- struction Contract, arrange for a contract to be pre- pared for execution by the Owner and the contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 6 in ex- cess of the Balance of the Contract Price incurred by the Owner resulting from the Contractor's default; or 4.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances: .1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is deter- mined, tender payment therefor to the Owner; or .2 Deny liability in whole or in part and notify the Owner citing reasons therefor. 5 If the Surety does not proceed as provided in Paragraph 4 with reasonable promptness, the Surety shall be deemed to be in default on this Bond fifteen days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Subparagraph 4.4, and the Owner refuses the payment tendered or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. 6 After the Owner has terminated the Contractor's right to complete the Construction Contract, and if the Surety elects to act under Subparagraph 4.1, 4.2, or 4.3 above, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. To the limit of the amount of this Bond, but subject to commitment by the Owner of the Balance of the Contract Price to mitigation of costs and damages on the Construction Contract, the Sure- ty is obligated without duplication for: 6.1 The responsibilities of the Contractor for correc- tion of defective work and completion of the Construc- tion Contract; 6.2 Additional legal, design professional and delay costs resulting from the Contractor's Default, and re- sulting from the actions or failure to act of the Surety under Paragraph 4; and 6.3 Liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual dam- ages caused by delayed performance or non- perfor- mance of the Contractor. 7 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Con- struction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators or successors. 8 The Surety hereby waives notice of any change, includ- ing changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obliga- tions. 9 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 oc- curs first. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation avail- AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED. - AIA THE AMERICAN INSTITUTE OF .ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 A312 -1984 2 THIRD PRINTING • MARCH 1987 able to sureties as a defense in the jurisdiction of the suit shall be applicable. 10 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the sig- nature page. 11 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions con- forming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 12 DEFINITIONS 12.1 Balance of the Contract Price: The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Con- MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: tractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, re- duced by all valid and proper payments made to or on behalf of the Contractor under the Construction Con- tract. 12.2 Construction Contract: The agreement between the Owner and the Contractor identified on the sig- nature page, including all Contract Documents and changes thereto. 12.3 Contractor Default: Failure of the Contractor, which has neither been remedied nor waived, to per- form or otherwise to comply with the terms of the Construction Contract. 12.4 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Con- tractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Name and Title: Address: Signature: Name and Title: Address: AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED. • AIA THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 A312 -1984 3 THIRD PRINTING • MARCH 1987 THE AMERICAN INSTITUTE OF ARCHITECTS \� Bond No. 54 -99502 AIA Document A372 Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): G. L. CONTRACTING, INC. 4300 WILLOW DRIVE MEDINA, MN 55340 OWNER (Name and Address): CITY OF NEW HOPE 4401 XYLON AVENUE NORTH NEW HOPE, MN 55428 CONSTRUCTION CONTRACT SURETY (Name and Principal Place of Business): UNITED FIRE & CASUALTY COMPANY P. 0. BOX 73909 CEDAR RAPIDS, IA 52407 Date: JUNE 25, 1998 Amount: EIGHT THOUSAND, NINE HUNDRED TWENTY –ONE AND 10 /100 ($8,921.10) Description (Name and Location): RHODE ISLAND (60TH TO 61ST AVE.) WATERMAIN EXCAVATION/ TEMPORARY WATER SERVICE /WATERMAIN REPAIR, PROD. NO. 644 BOND Date (Not earlier than Construction Contract Date): JUNE 25, 1998 Amount: EIGHT THOUSAND, NINE HUNDRED TWENTY –ONE AND 10 /100 ($8,921.00) Modifications to this Bond: CKJ None El See Page 6 SURETY (FOR INFORMATION ONLY —Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or CEDARLEAF, CEDARLEAF & CEDARLEAF, INC. other party): 360 W. LARPENTEUR AVE. BONESTR00, ROSENE, ANDERLIK & ASSOCIATES, INC. ST. PAUL, MN 55113 2335 WEST HIGHWAY 36 612 -488 -6666 ST. PAUL, MN 55113 AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED. • AIA CA) THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 A312 -1984 4 THIRD PRINTING • MARCH 1987 1 The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the perfor- mance of the Construction Contract, which is incorpo- rated herein by reference. 2 With respect to the Owner, this obligation shall be null and void if the Contractor: 2.1 Promptly makes payment, directly or indirectly, for all sums due Claimants, and 2.2 Defends, indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity whose claim, demand, lien or suit is for the payment for labor, materials or equipment fur- nished for use in the performance of the Construction Contract, provided the Owner has promptly notified the Contractor and the Surety (at the address described in Paragraph 12) of any claims, demands, liens or suits and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety, and provided there is no Owner Default. 3 With respect to Claimants, this obligation shall be null and void if the Contractor promptly makes pay- ment, directly or indirectly, for all.sums due. 4 The Surety shall have no obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a direct contract with the Contractor have given notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct contract with the Contractor: .1 Have furnished written notice to the Con- tractor and sent a copy, or notice thereof, to the Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials were furnished or supplied or for whom the labor was done or performed; and .2 Have either received a rejection in whole or in part from the Contractor, or not received within 30 days of furnishing the above no- tice any communication from the Contractor by which the Contractor has indicated the claim will be paid directly or indirectly; and .3 Not having been paid within the above 30 days, have sent a written notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to the Contractor. 5 If a notice required by Paragraph 4 is given by the Owner to the Contractor or to the Surety, that is suffi- cient compliance. 6 When the Claimant has satisfied the conditions of Paragraph 4, the Surety shall promptly and at the Surety's expense take the following actions: 6.1 Send an answer to the Claimant, with a copy to the Owner, within 45 days after receipt of the claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed. 6.2 Pay or arrange for payment of any undisputed amounts. 7 The Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. 8 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the perfor- mance of the Construction Contract and to satisfy claims, if any, under any Construction Performance Bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and the Surety under this Bond, subject to the Owner's prior- ity to use the funds for the completion of the work. 9 The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelat- ed to the Construction Contract. The Owner shall not be liable for payment of any costs or expenses of any Claim- ant under this Bond, and shall have under this Bond no obli- gations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 10 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. 11 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent juris- diction in the location in which the work or part of the work is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by Subparagraph 4.1 or Clause 4.2.3, or (2) on which the last labor or service was performed by anyone or the last mate- rials or equipment were furnished by anyone under the Con- struction Contract, whichever of (1) or (2) first occurs. 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. 12 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page. Actual receipt of notice by Surety, the Owner or the Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions con- forming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED. • AIA° THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 A312 -1984 5 THIRD PRINTING • MARCH 1987 Bond shall be construed as a statutory bond and not as a common law bond. 14 Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor shall promptly furnish a copy of this Bond or shall permit a copy to be made. 15 DEFINITIONS 15.1 Claimant: An individual or entity having a direct contract with the Contractor orwith a subcontractor of the Contractor to furnish labor, materials or equip- ment for use in the performance of the Contract. The intent of this Bond shall be to include without limita- tion in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: Construction Contract, architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished. 15.2 Construction Contract: The agreement between the Owner and the Contractor identified on the sig- nature page, including all Contract Documents and changes thereto. 15.3 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Con- tractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Name and Title: Address: Signature: Name and Title: Address: AIA DOCUMENT A312 - PERFORMANCE BOND AND PAYMENT BOND - DECEMBER 1984 ED. - AIA THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 A312 -1984 6 THIRD PRINTING - MARCH 1987 STATE OF: Minnesota COUNTY OF: On this day, June 25, 1998, before me personally come(s) David G. Swanson — to me known, who, being by me duly sworn, deposes and says that he/she resides in the City of Medina, MN that he/she is the President of the G. L. Contracting, Inc. the corporation described in and which executed the foregoing instrument; that he/she knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by the order of the Board of Directors of said corporation, and that he/she signed his/her name thereto by like order. STATE OF: Minnesota COUNTY OF: Ramsey On this day, June 25, 1998, before me personally come(s) Jack Cedarleaf II, to me personally known, who being by me duly sworn, did say that he is the aforesaid officer or attorney-in-fact of the United Fire & Casualty Company a corporation; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed in behalf of said corporation by the aforesaid officer, by authority of its board of directors; and the aforesaid officer acknowledged said instrument to be the free act and deed of said corporation. l ��� s�r �C�ia�?��z/ Notary Public CH/ 55540 UNITED FIRE & CASUALTY COMPANY HOME OFFICE - CEDAR RAPIDS, IOWA u(I CERTIFIED COPY OF POWER OF ATTORNEY (Original on file at Home Office of Company - See Certification) KNOW ALL MEN BY THESE PRESENTS, That the UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Iowa, and having its principal office in Cedar Rapids, State of Iowa, does make, constitute and appont D. R. DOUGHERTY, OR JACK CEDARLEAF II, OR R. J. LARSEN, OR E. LANGE, OR CHRISTINE M. HANSEN, OR KURT C. LUNDBLAD, OR C. A. HOUSH, ALL INDIVIDUALLY of P 0 BOX 64717 ST PAUL MN 55164 its true and lawful Attorney(s) - in -Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature as follows: ANY AND ALL BONDS and to bind UNITED FIRE & CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of UNITED FIRE & CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. The Authority hereby granted shall expire JANUARY 8th 2000 unless sooner revoked. This power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company on April 18, 1973. "Article V - Surety Bonds and Undertakings. Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Company, may, from time to time, appoint by written certificates attorneys -in -fact to act In behalf of the Company In the execution of policies of insurance, bonds, undertakings and other obligatory Instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any powerol attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Vice President, the Board of Directors or any other officer of the Company may at any time revoke all power and authority previously given to any attorney -in -fact. � / ' CORPORATE Y. �NUUUN` IN WITNESS WHEREOF, the UNITED FIRE & CASUALTY COMPANY has caused these presents to be signed by its vice president and its corporate seal to be hereto affixed this 8th day of JANUARY ,A.D. 1998 State of Iowa, County of Linn, ss: UNITED FIRE & CASUALTY COMPANY B 1. AVice President On this 8th day of JANUARY 1998, before me personally came JEFFREY A. CHAPIN to me known, who being by me duly sworn, did depose and say: that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of the UNITED FIRE & CASUALTY COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporated seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. J �- �C, /z o ` *� SHERYL A. McVAY Notary Pu is t MY COMMISSION EXPIRES ow , March 4,2000 My commission expires MARCH 4 AN2000 CERTIFICATION 1, the undersigned officer of the UNITED FIRE & CASUALTY COMPANY, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the By -Laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Atto ey has not been revoked and is now in full force and effect. 'Knnrrrnh In testimony whereof I have hereunto subcribed my name and affix the corporate seal o the Company this 25th day of June 19 98 ti CORPORATE T / o $DEAL: .` Secretary r"�NUUra` A41 CERTIFICATE DA7/ DJ a / it ' 2 S / 06/25/98 8 PRODUCER " THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Cedarleaf , Cedarleaf &Cedarleaf ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 360 W. Larpenteur Ave. P.O. Box 64 717 Saint Paul, MN 55164 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY ACNA Insurance Companies INSURED G.L. Contracting, Inc. COMPANY B 4300 Willow Drive Medina, MN 55340 Co CANY COMPANY D COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE(MM /DD/YY) POLICY EXPIRATION DATE(MM /DD/YY) LIMITS • GENERAL LIABILITY C117587219 04/01/98 04/01/99 GENERALAGGREGATE s 2,00 , 000 X PRODUCTS- COMP/OP AGG 000 COMMERCIAL GENERAL LIABILITY CLAIMS MADE Fx� OCCUR PERSONAL &ADV INJURY $1 00 000 EACH OCCURRENCE $1 000, 000 WNER'S & CONTRACTOR'S PRO FIRE DAMAGE (Any one fire) $ 100 000 M ED EXP (Any one person) $ 5 000 • AUTOMOBILE LIABILITY ANYAUTO C117587222 04/01/98 04/01/99 COMBINED SINGLE LIMIT $1, 000, 000 X BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULEDAUTOS X BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS X PROPERTY DAMAGE S GARAGE LIABILITY AUTO ONLY -EA ACCIDENT $ OTHER THAN AUTOONLY: ANYAUTO EACH ACCIDENT $ AGGREGATE $ • EXCESS LIABILITY C135059047 04/01/98 04/01/99 EACH OCCURRENCE s5,000,000 AGGREGATE s5, 000,000 X UMBRELLA FORM $ OTHER THAN UMBRELLA FORM • WORKERS COMPENSATION AND WC117587236 04/01/98 04/01/99 X STATUTORY LIMITS _ EACH ACCIDENT $10 0,000 EMPLOYERS' LIABILITY DISEASE - POLICY LIMIT s5 00 ,000 THE PROPRIETOR/ INCL PARTNERS /EXECUTIVE OFFICERS ARE: EXCL DISEASE -EACH EMPLOYEE $10 0 , 0 0 0 OTHER DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES /SPECIAL ITEMS Job: Water Main Excavation /Temporary Water Service, Water Main Repair Project No. 644, File NO. 34 -98 -807 (See Attached Schedule.) CERTIFICATE BONDER CANCELLATION SHOULD ANYOF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORETHE City of New Hope EXPIRATION DATE TH EREOF, TH E ISSUING COMPANY WILL AIL '40_ DAYS WRITTEN NOTICE TO TH E CERTIFICATE HOLDER NAMED TO THE LEFT, AUTHORIZ R SE TATIVE I 1� ✓f p G G ACORD 25 S (3193) 1 of 2 # M5190 AM o ACORD CORPORATION 1993 It is understood and agreed that the City of New Hope is named as Additional Insured on a primary basis within the scope of the Insured's duties as respects General and Umbrella Liability policies. 7 COUNCIL Di ns) • • Originating Department Approved for Agenda Agenda Section Public Works 1 8 -10 -98 1 Ordinances & Res. Item No. By: Jeannine Clancy B 10.2 RESOLUTION APPROVING CONTRACT BETWEEN THE CITY OF NEW HOPE AND CORMAR CONTRACTING FOR CLEANING AND LINING THE WATERMAIN ON RHODE ISLAND AVENUE (PROJECT #644) Some residents who live on Rhode Island Avenue between 60' and 61' Avenues have experienced poor water quality and pressure problems in the city water supply on an intermittent basis over the last few years. Staff presented this project to the Council at a meeting in May, 1998. Per Council's direction, the City Engineer prepared specifications and staff accepted bids for a project to clean and televise the watermain, complete some repairs at a fire hydrant, and further investigate the cause of the water quality problem. In July, a temporary water service was set up in the neighborhood. The service was sanitized, and all homes were connected to the service. A section of the watermain was then excavated and cut open to allow the entire main to be televised. The pipe was found to be in good structural condition both internally and externally; however, the inside of the pipe contained significant iron and mineral deposits. The main is a cast iron pipe which was not lined with concrete - a standard in today's construction methods. It is believed that the iron and mineral deposits most likely contributed to the water quality and pressure problems that some residents were experiencing. After the main had been cleaned, it was sanitized and put back into service. However, as has been experienced by other cities, residents soon thereafter began experiencing poor water quality since the pipe is not lined. Staff has been in contact with the Director of Minneapolis Waterworks who has had experience in lining watermains. Staff learned that Minneapolis has lined three to four miles of comparable size pipe last year with good success, and has a contract to line the same quantity of pipe this MOTION BY no Review: Administration: Finance: Project 644 - Rhode Island Avenue Watermain August 10, 1998 Page 2 year. Minneapolis staff assisted New Hope by providing the contacts for their contractor and his competitor. Staff contacted the contractor for Minneapolis, Cormar Contracting, and provided them with a specification, standard contract, and request for quote. The scope of work includes mechanically cleaning the pipe, and then lining it with an epoxy material. Cormar Contracting quoted $18 /foot for this work. The second bidder on the Minneapolis project, Retussa, declined to bid. In a telephone conversation with the City Engineer, Retussa explained that they could not be competitive with the price that Cormar bid due to mobilization costs (both contractors are located out of state). Retussa is also not available in the time frame that New Hope desires the project to be accomplished. In addition to the work that Cormar would perform, G.L. Contracting would reconnect the temporary water service and excavate the pits needed to access the main. This work would be performed under a contract that was previously approved by Council in June. Staff wishes to note that the total cost to line this pipe will be approximately $50 per lineal foot. If the City were to construct a new pipe, the cost would be approximately $75 per lineal foot. Given the cost considerations, the positive experience that Minneapolis has had with lining pipes of this size, and the fact that the process is approved by the American Waterworks Association, staff recommends that the contract with Cormar Contracting be approved. If Council approves the contract with Cormar, work will begin in mid - August and will be completed within three weeks. Funding for this project is available in the Water Enterprise Fund. G: Requests \98 \644AwardContractCormar CITY OF NEW HOPE RESOLUTION NO. 98- 126 RESOLUTION APPROVING CONTRACT BETWEEN THE CITY OF NEW HOPE AND CORMAR CONTRACTING FOR CLEANING AND LINING THE WATERMAIN ON RHODE ISLAND AVENUE (PROJECT #644); AUTHORIZING THE MAYOR AND CITY MANAGER TO SIGN WHEREAS, due to water quality issues being experienced by residents, the City has cleaned and televised a section of watermain located in Rhode Island Avenue between 60' and 61' Avenues North; and, WHEREAS, during the course of cleaning and televising the watermain, the City found that the pipe that was in place was an unlined six inch cast iron pipe; and, WHEREAS, since the pipe appears to be in sound structural condition, the most economical solution to upgrading the pipe and therefore improving the water quality in the area is to line the pipe; and, WHEREAS, the City of Minneapolis recently solicited bids to perform a project in which a contractor has been selected to line watermains in Minneapolis with an epoxy material; and, WHEREAS, the City of New Hope has contacted the low bidder on the Minneapolis project, Cormar Contracting, and obtained a quote to clean and place an epoxy lining in the Rhode Island watermain; and, WHEREAS, the City of New Hope has also contacted the second bidder on the Minneapolis project, Retussa, Inc., who has declined to submit a quote due to their lack of availability and their inability to compete with Cormar, who will already be mobilized in the Twin Cities Metropolitan Area; and, WHEREAS, the City has prepared a contract with Cormar which describes the scope of work and sets forth specific requirements of the City; and, WHEREAS, funding for work is available in the Water Enterprise Fund; and, NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF NEW HOPE, MINNESOTA: 1. That the contract between the City of New Hope and Cormar Contracting in the amount of $14,400 is approved. 2. That the Mayor and City Manager are authorized to sign the contract documents. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota this 10th day of August, 1998. Mayor Attest: City Clerk G:Resolutn\98\644ContractAwardCormar BONESTROO ROSENE ANDERLIK August 5, 1998 Jeanni Clancy City of New Hope 5501 International Parkway. New Hope, MN 55428 1 6516361311 08/05/98 11:35 (5 :02/03 NO :086 11ane -irtom, Rosene, Andvilk' and A,cTorrerrrt lrrr 4 to AeO-w !fvi Act,n,i 'F,in.N (7ppprrrrgtty Flvyrtnyor Pwwr ipff% Otto G. 9uneit'roo. PE • lo t Andt .'I , ktuvrn t h'C• . Ric harci C. TLIrriet', I'.E. • olUYrn f+ t onk. 44 + Robot G !,�J iun u.l �1, Ilf.. fi,tl,y A firs Grrtfpn, t [: . Rubdrl W. IE4.Sl?nf', [if, WW t rUton M F`hrtitn f I'A, iCnp.!1 17(" SMIA tts Aosnrmrr 1r1r)C1p.373: Httiwitid A. S;drllftrCl, I +p KrHhi A ti,rnl„n Pf ir, +ht!if i I''1Cf1t I?E Wit hard W. 1'wlo, PE. + MY11 Cs, I r",SF:nr,t Pf • P4,li ert r. Rtr „b A I A • M.vr A Hdine, Pi Mlchmel T. Rtautmann. P.6 • led K ElOd. V . kt P Artavi %oo W.. , %irk R Knits. Pt . Sidney R, WIIILntllson, PE'.. L.S • Robarr h knicnuin . Aym-, M. twat , Mu 1001 i'' Nall, Pf. Allan ih.k SOunidi, P.E. f)(hrts'St Paul, RoOe ter, WUir'rint .Intl Sr Clerk, MN • Mliwmlkrr, W1 Wr[sitt!, www.bonestroo.com Re: Rhode Island Ave. Water main — epoxy lining City of New Hope, MN City Project No. 644 BRA Rile No. 34807 Dear Jeannine: A quote will be received from Cormar Contracting to apply an epoxy lining to the Rhode Island Ave. water main late this afternoon. I spoke to their estimator this morning and reviewed the scope of the pmjoct. Corniar Contracting is one of two cOntrilctOm that do this type of work nationwide. Cormar's office is in Hamilton, Ontario. The seco contractor, Retusa, Inc,, is located in Kans We are not aware of other epoxy lining contractors. Cormar will be conducting a $300,000 dollar lining job for the City of Minneapolis in the latter part of August, They are available to do Rhode Island Ave, water main imnx tdiately before the Minneapolis job. Retusa, Inc. was asked to submit a quote; however, they declined stating that they would not be able to compete with Carman. Cormar's larger job with the City of Minneapolis allows there to be touch more cost competitive. Mobilization costs for Retusa would be significant to do Rhode Island Ave only. Based on this information, it is recommended that the City act on Cormar's quote solely. Cormar's quote will be based on lining the entire water main at Rhode Ave, They recommended excavating pot holes at each end and a third hole in the middle. The water main would be lined in two, 400 -foot sections, This represents the most efficient setups for there to complete the project. Their quote will be based on this setup, It was not 2335 West Highway 36 ■ St. Paul, MN 55113 ■ 612 - 636 -4600 Fax. 612 -636 -1311 BONESTROO ROSENE ANDERLIK 9 6516361311 08/05/98 11:35 [5 :03/43 NO:086 necessary, in their opinion, to re -open the pit from previous repairs at the fire hydrant. Staff must discuss this methodology and coordination with G.L. Contracting. Construction is expected to begin in a couple of weeks. Cormar's schedule will be submitted with their quote. After the Council acts on the quote, residents must be notified and G.L, must be scheduled to perform the excavation work. t ;uy Johnson has been in contact with G.L. We will forward the quote when it is received. If you require additional information or have questions, Tease call me at 604- 4790, Sincerely, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. Vincent T. Vander Top cc: Paul Coone, City of New Hope Guy Johnson, City of New Dope Mark Hanson, Bonestroo, Rosene, Anderlik & Assoc. BONESTROO ROSENE ANDERLIK 08- AUC-98 1007AW FRa64 -CO R r 9AR 11T1L ! 1 Ct� N;M - 6516361311 2335 Wcat fUpwj4y #36 Sr PaUl. MN 55113 Anc rWon, Mr. vmc Vander ► Re: City of r , m .. i y 1 � M Ole= WO epaxy Rite 6" o iron WItterm4in. i 09:56 [5 :03/03 NO:116 T -988 P.92/01 F.$40 f1ti1' plrirc is based on the foiiowiM. x. .AU bypass, access ]Pits, ctrl dorat 4W xastoraTion to be col tpicted by others, b. 'Y pree accet pits req approx Teiy 400, apart with a 1 aisttaro = of 5' opc in the pipe. ThMk You for the opp ornWly of pricim than work, if You bAve ar. Y questiom please do not lesimm to can, 05/06/98 +006-812 -0900 CGRMAR CONTRACT1NO - !A Pbf1R1F UTILITIES COMPkNY 200 FACTFORT 8Ou6L MAM14TOM. ONTAR LOM 754 Tai._ 1 saod l S12*97 to FAX (905) 312-9000 Tranb--&m Sonestroo Rosene REM Fax /�nderfik & Assoaates Emgineen & Arehltcctr Date: July 28, 1998 To: Gary Sorohan Organization: Cormar Contracting Fax Number. 905- 312 -9800 From: Vince Vander Top Our File No: 34807 Pages to Follow: 5 Original Will Follow in Mail: Yes ❑ No Subject. City of New Hope, MN This fax is regarding the water main lining project in New Hope. A Twin Cities area map is attached describing the location of New Hope and the project area. Mark Hanson had previously spoken to you regarding the project. He asked me to forward project information to you. I have been acting as project engineer and inspector. Project History • Over the past 5 years, residents have experienced high iron content in their water. Recently, the complaints have become more frequent. The City sampled the water and identified the problem area. Hydraulic modeling also substantiated the problem area. Earlier this month, the City contracted two contractors: The first contractor excavated a hole, exposed the water main, and removed a ten -foot section. The second contractor cleaned the water main with a high pressure water nozzle. Residents were placed on a temporary water system during the cleaning work. The cleaning project was successful in removing a significant amount of wall deposits. • Recent flushing and resident contact indicates that the iron problem may persist. New Project Scope We are now contacting you to line the interior of the water main. Your name was obtained via the City of Minneapolis. We would anticipate the lining project to occur as follows: 1. The previous excavation contractor would return to excavate pits and remove section of water main. We understand that the lining operation requires the water main to be open on both sides. Refer to Figure 1 for proposed pit locations. a. The first pit would be excavated adjacent to the valve at 60 Ave. Bonestroo, Rosene, Anderlik and Associates 2335 West Highway 36 # St. Paul, MN 55113 # Phone: 612- 636 -4600 # Fax: 612- 636 -1311 c. The third pit would be excavated on the north end of Rhode Island near 61S Avenue. We understand that the lining operation is restricted to lengths of 450 feet. The city has not determined at this time if • the third pit will be 450 feet north of the second pit (this mean approximately the northerly 100 feet of water main will not be coated) Or if a fourth pit will be excavated at the valve at 61s' Avenue such that the entire water main along Rhode Island Avenue could be coated. 2. Your firm would perform the cleaning and lining operations after the pits are excavated. 3. The excavation contractor would reinstall and maintain the temporary water service. 4. The excavation contractor would repair the water main after your operations are completed. This includes installing new ductile iron pipe in the area of removals, chlorination, and the removal of the temporary service. We as that you submit a written quote for the cost of the work. Please call me to review this information before sending a quote. I will be out of the office this morning. If you are available, you can page me at 612 -510 -3681 and I will promptly return your call, or I will call you when I return this afternoon. My office number is 612- 604 -4790. Bonestroo, Rosene, Anderlik and Associates 2335 West Highway 36 # St. Paul, MN 55113 # Phone: 612- 636 -4600 4 Fax: 612 - 636 -1311 M ovs Twin Cities Area Street Map OC.IMId 169 71 ^•l- -a E15 ;A NW 9A: 17 jR rte, fBt�Av NW p p 1 t0 TPflricaton 0 1 i s s i Z \ Page Key W+ 173nlAV N14� ;: TO 7777n AV NK Saint j ae i: z� ` `"-_ ---�`` . A Clout\ River Ramsey' 4; ? ' �3 f m oo a # e » Otsego u WI40 %� Atue Lakc t 2 i - m £Ci l!5'7lA Av NN'i i { R- 4 °ti Z� 47 ± :Andove c0 ia9 f✓•QusL1eR �\ Albe • le �� J j y � y ° g Akpon a t j \ zl *reneNw 20.1 / W » Co Rd r19 ( ~FP 10 St Michael 241 / . f N C - T An+., ' � RdN � $unker Lwr Dayton 2� > , _,_ Uhf yak. Lab t a� R 1414AVN C Rapids Wl tO d. h<!m �y `1a4 n $• „ NNN t15M Ar Ao thf • g 717x. Mua ... t `ed eS' .qy h .. taw >K Tlowr i # 105 cna.�J�k - SDK), tam an t j 5 PD 1 ' A+ cks• '° �> ` 0N 10 Ar i2 r tJ+w,.. agar i t �- lake ,x l i co w ,zo 5 I Mortho r + t 1014 ArN M."" tO1t7AvN 107w AvN P� 610 1 S G kbo 213 97N H� N£ AA4ArN .:'m' reoran h�AArN 14 � Maple r a e ff ? •_ sawn yam ,�,, �s P e Br ktyn Park a h� Grove ;i 47 Pe Sdmaded7:� ''2 C/1 AvN 't 8.lefArN :�,� RDCkford 1 2 Zdi > ... _ a X 2S2 i s { _ 1 Fin ; • env D , ` ew. ta+< 216 267711 Ar F die q \ ?T N i tw ,v B+se G f teld ` r_ A N Q id of 92 Z- 26 CA�r� . Rebeem Loke S—A d Avner4o9 .. ■ r.�'7 , f ► 2 n � Lob 2 .Bou bN 5L » ' r 6 H w'� tp ..- Wuteehah 'S LaAe.'w C = t S7nY v 'i �� P girth Hoppe $ Td t bL- ..`: - "`'"rA,' S lkrt4 iwah, lahe f°j Ar A N NE NCO f, ndcnac edina ` ""'"`�° �' Itowple ,n S2a i depen ri AvN ce waa, � Ar ' IF ., Ir<n< Lckv ... Nni.(1d lde ued•d` 1Mn9rWa i ._ *�rnsr.% 1Y tre a', Ab F1 � 1 # ! l + N . i LlIke n � In Ar es \ a Orono tan ' ` Av vary, , taw i ra otlw s ...: a. c ,�h taA Long #Lake i .51 h Fo St w ,_ s�ol C WW Rd , Ba. 19 j Minnetrista ren A,.rth Af=ar 7br > C� ,Fnnaf+r• Lane Lrtr , . , r•: ,,nR. ... A n no �v R> �' O tt`; c H . WOodl wl is I 1 _ ibsr p ark !a den "" ._ %'W^r»fanfnG Dee;k,rvar, ,m 1i ? 'K, Park iV 1 7t takr Mound 7 0 µ, • ( �... • ,. t ,l0 7t 4Fr �opkin6 1. , » gs.nos� T�ks �` St o 4�' a i i a>rrrc'n.n i ce.. ra.` ` Say Graenv ow ` 8ont}acius f. ,'� �, ,.,., u`` 7 Minnetonisa <� i s°'"A'" » '"° 1 ' E_%celelf,r, B *4 ' ..of . R » ` ,. NENP PIN CO. \ T Shorewood ��F 3 �dlna F h 3 1 'CARVER C > , =t n , Lake L-W RO w �ajD l.,r,A t- r,f.,n �•`4� .__ — Richfield : r067n S7f Victoria v ¢ � n= h aw mo s w W Ewa* i' - � RoEd @n - . 1« 77 q.AM ..A + , - ?Et•9M �787A S,E 2! " Chenhasseh R. ....S;BrC 74�7$'Y+ - -.. - •'.)BZM S7f .yn''iKnF. O N i N. end >1SL9 a � cu Y � t /� rn cr P N l Lo i o •+ Q1 .Z z Q .. Q J �U \\ i Q H ( I Q - \\ U) O ° n Y om } p 00 Q U1 .._ . _ 'o CC a'. LJ OX >" W / �I �l a x r / ( N �n X109 c w CY Z O Q � o � m V) m w ;^ Z i 2 Z ° u Q � m w Q 3 'z dw c' O Z C[1 �/} w n w Un z Q z oz u w� LLi � CL V) 00 O ar S w a 30 w S Zwc>y 0 y v O aN i N. end >1SL9 a � cu Y � t /� rn cr P N l Lo i o •+ Q1 .Z z Q .. Q J �U \\ i Q H ( I Q - \\ U) O ° n Y om } p 00 Q U1 .._ . _ 'o CC a'. LJ OX >" W / �I �l a x r / ( N �n X109 c w CY Z O Q � o � m V) m w ;^ Z i 2 Z ° u Q � m w Q 3 'z dw c' O Z C[1 �/} w n w Un z Q z oz u w� LLi � CL V) 00 O ar S w a 30 w S Zwc>y Bonestroo Rose Fax Transmission Anderr ik & A=dates Englneers 6 Archttects Date: ,July 30, 1998 To: Gary Sorohan Organization: Cormar Contracting Fax Number: 905- 312 -9800 From: J,,-rT'p c� Our File No: 34807 Pages to Follow: 4 Original Will Follow in Mail: Yes ❑ No Subject: City of New Hope, Minnesota Gary, Attached find the standard contract used by the City of New Hope for projects of this magnitude. Please review this contract and plan your insurance and bonding accordingly. I look forward to talking with you on Wednesday and finalizing the scope and cost of the work. Sincerely, Vince Vander Top Ph. 612 - 604 -4790 Fax 612 - 636 -4600 Pager 612 - 510 -3681 e -mail: vvandertop@bonestroo.com Bonestroo, Rosene, Anderlik and Associates 2335 West Highway 36 # St. Paul, MN 55113 # Phone: 612- 636 -4600 # Fax: 612 -636 -1311 August 21, 1998 Randy Davis Chief Estimator Cormar Contracting 200 Eastport Boulevard Hamilton, Ontario L8H 7S4 Re: Rhode Island Ave. Water main — epoxy lining City of New Hope, MN City Project No. 644 BRA File No. 34807 Dear Randy: Enclosed are two fully executed copies of the contract documents for New Hope Project No. 644. One copy is for your records and the second copy should be signed and returned to the City of New Hope. This contract was awarded by the New Hope City Council on August 10, 1998, for $14,400. Item number 2 of the contract states that the work to be completed is described in Exhibit A. For the purposes of this contract, Exhibit A shall include the quote submitted by your company, and the "Specifications for the Cleaning and Lining of 8 inch and 6 inch Iron Water Mains for 1998 in Minneapolis ". Copies of these items are attached and considered part of the contract. The City of New Hope shall be defined as the Owner in the specifications in lieu of Minneapolis. Services to be provided by the City of Minneapolis, as identified in the specifications, will be provided by the City of New Hope. This corresponds to the items listed in your proposal. The contract quantities and access point locations are as identified in your proposal. Cormar Contracting shall meet all of the requirements of the specifications for the Rhode Island Avenue project. Packaging the contracts in this manner is consistent with our previous conversations with you and Gary Sorohan. 2335 West Highway 36 in St. Paul, MN 55113 ■ 612 - 636-4600 ■ Fax: 612 - 636-1311 Bonestroo, Rosene, Anderlik and Associates, Inc. is an Affirmative Action,'Equal Opportunity Employer Bones { � C®® Principals Otto G. Bonestroo, PE. • Joseph C. Anderlik, PE • Marvin L. Sorvala, P.E. - �•Q p R®J Richard E. Turner, P.E. • Glenn R. Cook, PE. • Robert G. Schunicht, P.E. • Jerry A. Bourdon, P.E. Robert W. Rosene, P.E. and Susan M. Eberlin, C.PA„ Senior Consultants Gn{,. AndLr1'ik Associate Principals: Howard A. Sanford, P.E. • Keith A. Gordon, PE. • Robert R. Pfefferle, P.E. Richard W. Foster, P.E. • David O. Loskota, PE. • Robert C. Pussek, A.I.A. • Mark A. Hanson, PE. Michael T. Rautmann, P.E. • Ted K.Field, RE. • Kenneth P Anderson, P.E. • Mark R. Rolfs, P.E. A..7 ®r"��`�S Sidney P. Williamson, RE., L.S. • Robert F. Kotsmith • Agnes M. Ring • Michael P. Rau, P.E. J 11.. i. J Allan Rick Schmidt, PE. Engineers &Architects Offices: St. Paul, Rochester, Willmar and St. Cloud, MN • Milwaukee, WI Website: wvvw.bonestroo.com August 21, 1998 Randy Davis Chief Estimator Cormar Contracting 200 Eastport Boulevard Hamilton, Ontario L8H 7S4 Re: Rhode Island Ave. Water main — epoxy lining City of New Hope, MN City Project No. 644 BRA File No. 34807 Dear Randy: Enclosed are two fully executed copies of the contract documents for New Hope Project No. 644. One copy is for your records and the second copy should be signed and returned to the City of New Hope. This contract was awarded by the New Hope City Council on August 10, 1998, for $14,400. Item number 2 of the contract states that the work to be completed is described in Exhibit A. For the purposes of this contract, Exhibit A shall include the quote submitted by your company, and the "Specifications for the Cleaning and Lining of 8 inch and 6 inch Iron Water Mains for 1998 in Minneapolis ". Copies of these items are attached and considered part of the contract. The City of New Hope shall be defined as the Owner in the specifications in lieu of Minneapolis. Services to be provided by the City of Minneapolis, as identified in the specifications, will be provided by the City of New Hope. This corresponds to the items listed in your proposal. The contract quantities and access point locations are as identified in your proposal. Cormar Contracting shall meet all of the requirements of the specifications for the Rhode Island Avenue project. Packaging the contracts in this manner is consistent with our previous conversations with you and Gary Sorohan. 2335 West Highway 36 in St. Paul, MN 55113 ■ 612 - 636-4600 ■ Fax: 612 - 636-1311 Also enclosed is a "withholding Affidavit for Contractors" (IC -134 form). We cannot make a final payment to contractors until this is approved by the Minnesota Department of Revenue and submitted to our office (Minnesota Statute 290.97). The form contains instructions for completion. If you require additional information or have questions, please call me at 604 -4790. Sincerely, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. Vincent T. Vander Top, P.E. cc: Jeannine Clancy, Director of Public Works Mark Hanson, City Engineer Steve Sondrall, City Attorney Tom Schuster, Contract Manager Valerie Leone, City Clerk F k � SPECIFICATIONS FOR THE CLEANING AND LINING OF 8 INCH AND 6 INCH CAST IRON WATER MAINS FOR 1998 TABLE OF CONTENTS ITEM DESCRIPTION -- PAGE SECTION A - NOTICE TO BIDDERS: 1. Contract Document 1 2. Allowances 1 3. Basis of Contract Award 1 4. Bidder to be Skilled 2 5. Right to Reject Bids 2 6. Responsibility of Contractor 3 7. Workmanship and Warranty 3 8. Measurement and Payment 4 SECTION B - CLEANING AND LINING OF 8 AND 6 INCH WATER MAINS: 1. Scope of Work 6 A. General 6 B. Work Included 6 C. Inspection 6 D. Contractor's Superintendence 7 E. Progress of Work 7 2. Services To Be Performed By The Minneapolis Water Works 7 3. Cleaning of the Water Main in Place By The Contractor 9 4. Lining Of The Water Main In Place By The Contractor 1 Wa I a 0 m I A • •` J i =: scr ci DATE: March 16, 1998 I s, • NO. o , , - ITEM DES RIPTION PA.^-- rT SECTION C IC SPECIFI CH WATER MAINS: 1. Type And Length Of Water Main To Be Cleaned And Lined 24 2. The Probable Points Of Access Openings Into The Water Main 26 3. Layout Of Job Schedule 27 4. Pertinent Miscellaneous Information 27 SECTION D GENERAL DITI NS - L ABQR 29 1 Definitions 30 2, Bids 32 3. Bid Prices 33 4, Bid Security 5. interpretation of Contract Documents 33 33 6. Measurements 34 7. Standards SECTION Q (CONTINUEPJ ITEM DESCRIPTION P AGE 8. Examination Of Drawings, Specifications, And Site 35 9. Contract 36 10. Performance Bond 36 11. Indemnification 36 12. Permits, Laws And Regulations 37 13. Employee Health And Welfare 38 14. Prosecution Of Work 38 15. Prosecution Of Work Near Public Utility Properties 39 16. Sub-Contractors 40 17. Other Contracts 40 18. Contractor's Responsibilities 41 19. Forfeiture Of Contract 42 20. Abandonment Of The Work 43 21. Changes In The Work 44 22. Delays And Extensions Of Time 45 23. Superintendence And Supervision 46 M SECTION D (CONTINUED) ITEM DESCRIPTION PAGE 24. Engineer's Status 47 25. The Right Of The Owner To Do The Work 48 26. Injunctions 48 27. Disputes And Litigation 49 28. Royalties And Patents 50 29. Materials 50 30. Damage To Existing Improvements 51 31. Discrimination 51 32. Sites To Be Kept Clean 52 33. Inspection Of Workmanship And Materials 52 34. Defective Work 54 35. Final Inspection 55 36. Monthly Payments 55 37. Final Payment 57 38. Warranty 57 0 SECTION E - INSURANCE REQUIREMENTS ITEM DESCRIPTI 1. Contractor's Insurance 59 2. Indemnification 61 DRAWINGS 62 D -6378 "Cleaning and Lining" 8" Water Main 485' of W 62nd St from Aldrich Ave S to the West. D -6379 "Cleaning and Lining" 6" Water Main Colfax Ln. /Aldrich Ave S. (W 61 st St to W 62nd St.485' of W 62nd St. D -6380 "Cleaning and Lining" 8" Water Main 435' of Dupont Ave S from W 61st St to the South. D-6383 "Cleaning and Lining" 8" Water Main in W 61st St from Dupont Ave S to Lyndale Ave S. D -6384 "Cleaning and Lining" 6" Water Main in Russell Ave N from 52nd Ave N to Dead End. D-6385 "Cleaning and Lining" 6" Water Main in Sheridan Ave S from W 62nd St to W 60th St. D-6386 "Cleaning and Lining" 8" Water Main in Dupont Av N from Shingle Creek Drive to 47th Av N. D-6387 "Cleaning and Lining" 6" Water Main in 14th Av S from E 33rd St to Dead End. VA DRAWINGS (CONT.) D -6388 "Cleaning and Lining" D -6389 "Cleaning and Lining" 8" Water Main in Newton Av S from Dead End North of Hawthorne Av W to Hawthorne Av W. 8" Water Main in Hawthorne Av W from Cedar Lake Rd S to 340 +1 - feet West. D -6390 "Cleaning and Lining" 6" Water Main in Forest Dale Rd from S of 52nd St and Upton Av S to S of Brookwood Terrace and Upton Av S. Also, Red Cedar Lane from Upton Ave S to Dead End. D -6391 "Cleaning and Lining" 8" Water Main in E 60th St from 13th Av S to 14th Av S. D-6392 "Cleaning and Lining" 6" Water Main in 13th Av S from Dead End North of E 60th St to E 60th St. D-6393 "Cleaning and Lining" 8" Water Main in E 62nd St from 14th Av S to Bloomington Av S. D-6394 "Cleaning and Lining" 6" Water Main in 14th Av S from Dead End North of E 60th St to E 60th St. D -6395 "Cleaning and Lining" 8" Water Main in Bloomington Av S from 61 st St to E 62nd St. D-6396 "Cleaning and Lining" 6" Water Main in Fremont Av S from W 53rd St to W 57th St. D -6397 "Cleaning and Lining" 6" Water Main in Newton Av S from W 53rd St to W 55th St. D -6398 "Cleaning and Lining" 6" Water Main in Oliver Av S from Cedar Lake Road to Dead End. -- Cleaning and Lining City Map vi Cleaning & Lining Specifications - 1998 Notice to Bidders SPECIFICATIONS FOR THE CLEANING AND LINING OF 8 AND 6 INCH CAST IRON WATER MAINS FOR 1998 • a 01:1115 All of the conditions contained in the Advertisement, Proposal, Specifications, and this Notice to Bidders are intended to form a complete Contract and shall be as binding as though repeated herein in full. Any additions, deletions, and changes in the Proposal and General Specifications, will be specified and referenced in the Specific Specifications. 2. ALLOWANCES The Bidders shall state on the Proposal Sheet the allowances on the amount of work involved such as number of additional (more than what the Water Works will provide) access holes, etc., if so specified in the Specific Specifications. Any decisions on allowances or alternates will be given in the contract. �• • • Fff" •� The award of the contract will be made to be lowest and most responsible bidder whose bid is in strict accordance with these Specifications. 1 Cleaning & Lining Specifications - 1998 Notice to Bidders The award of the Contract to the lowest Bidder will be based on a per unit foot cost and extended, from the footage, to the total price. The job of cleaning and lining the component parts of the water main, described in Item 1.0 of the Specific Specifications (Section C), will be based on the total price for the nominal thickness of lining therein described and the following other considerations. A rebate price, given in Item 2.0 of the Specific Specifications (Section C) will be deducted from the total bid price for any additional access holes or openings into the water main that the Contractor requires. See and conform with the Proposal Sheet attached to these Specifications in making the bid. 0: I No proposal will be considered from any Bidder unless known to be skilled and regularly engaged in work of similar character and magnitude covered by these Specifications. Each bid shall be accompanied by a written statement listing work done for at least three ownerships with locations, dimensions, and completion dates of work, similar in scope as that proposed for the Minneapolis Water Works. • The City of Minneapolis reserves the right to accept any bid, or to reject any or all Bids, to waive informalities, or technicalities deemed to be at its best interest. ig Cleaning & Lining Specifications - 1998 Notice to Bidders - 6. RESPONSIBILITY OF CONTRACTOR The Contractor is to make good, replace and renew at their own cost any expense, any loss or damage to the work occurring during the carrying out of this contract or prior to the final delivery and acceptance by the City of Minneapolis of this work by reason of accident, fire, tomado, water, theft, or for any reasons whatsoever not caused by the Owner, their agents or employees. The Contractor shall be wholly responsible for the carrying out of this work, and the delivery of the finished work in its entirety for the final acceptance by the City of Minneapolis. Any payment or payments made to the Contractor shall not be construed as relieving the Contractor from the responsibility for carrying out and delivery of said work. All materials furnished under this proposed contract must be new, of first quality and of the latest standards and specifications. The Contractor guarantees to restore the carrying capacity of the water main under the Contract to the Hazen- Williams Coefficient C of 110 for the 8 inch diameter water mains and 100 for the 6 inch water mains This Hazen - Williams Coefficient shall be based on the nominal diameter measured over a section or sections of water main relatively straight and level and having the nominal thickness of cement mortar or epoxy lining as specked. Should this section of water main contain bends, special fittings or increased lining thickness above the nominal thickness, adjustments shall be made when figuring the "C" coefficient according to accepted practice. 3 Cleaning & Lining Specifications - 1998 Notice to Bidders A deduction of one (1) percent of the total bid price shall be made for each two (2) points, or major fraction thereof, below the "C" coefficient of 110 for the 8 inch water mains, and "C" coefficient of 100 for the 6 inch water mains. The tests for the pipe coefficient shall be made by an independent engineering organization such as Pitometer Company. The cost of these tests will be paid for by the Contractor The pipe coefficient tests should be taken at a time when the flow (Q,MGD) is at or near maximum flow. The Minneapolis Water Works does not guarantee that a flow for a desired head loss will be achieved It will be the engineering organization's responsibility to conduct a reliable flow test from the water main flow conditions available at the time the flow test is conducted. Any flow tests judged to be unreliable by the Minneapolis Water Works will be disallowed and the Minneapolis Water Works will assume a "C" coefficient of 80 for the 8 inch water mains, a "C" coefficient of 70 for the 6 inch water mains when figuring the deductions for a pipe with a Hazen - Williams Coefficient, which is less than the required 110 for the 8 inch water mains and less than 100 for the 6 inch water mains. The Contractor shall further warrant, by Maintenance Bond, the pipe lining to be free from defects due to faulty materials or workmanship for a period of five (5) years from the time of completion of the job if such defects were not directly caused by maltreatment or other acts beyond their control. The quantities to be paid for shall be the number of linear feet of hand and hydraulic or mechanical cleaning and lining of the water main covered by this Specification. The measurements shall be from beginning to end of each section cleaned and lined 4 Cleaning & Lining Specifications - 1998 Notice to Bidders without deductions for valves, bends, branches, or other specials. Measurements will be taken from Water Works file drawings using horizontal stationing. Where the lengths of water main are not clearly shown, the Water Works will make horizontal field measurements for the particular section or sections of water main in questions. Eighty -five (85) percent of the total bid price will be paid by the City of Minneapolis after inspection and acceptance of all materials specified and after all the labor specified has been completed by the Contractor. The remaining fifteen (15) percent of the total bid price will be paid within six (6) months of the completion of the Contract, providing that all the terms set forth in these Specifications have been complied with, which includes the running of the flow tests. The final payment may be made earlier at the discretion of the Water Works Engineer. The making of the final payment shall not be construed as releasing the Contractor from the Warranty specified in Section A, Item 7, "Notice to Bidders." 6� 'Cleaning & Lining Specifications - 1998 Notice to Bidders SECTION B CLEANING AND LINING OF 8 AND 6 INCH WA TER MAINS A. neral: These Specifications, the Notice to Bidders, and the Specific Specifications shall all be part of the Contract between the City of Minneapolis Water Works and the successful Bidder. The AWWA standard for "Cement Mortar Lining Of Water Pipelines, 4 Inch And Larger, In Place," AWWA C602 -95 shall apply to all work if Cement Mortar Lining is used. AWWA M28 (Cleaning And Lining Water Mains) and WRC Manual- Insitu Epoxy Resin Lining - Operational Guidelines and Code of Practice shall - apply if Epoxy Lining is used. WRC Manual available from WRC Engineers and Scientists, 2655 Philmont Av, Huntington Valley, PA 19006 - Tele. (215) 938 -8444. B. Work Included Machine clean and line, in place, the water main described in Section C of the Specfc Specifications and in the Bid Sheet and shown on the drawings. C. In$9g i n: The Engineer placed upon the work by the Minneapolis Water Works shall have powers vested in him/her to see that the terms of the contract are carried out and that all work done and materials are in accordance with the Specifications. The Engineer shall be authorized to stop work whenever such stoppage may be necessary to insure the proper execution of said Specifications. The City may dig and cut out sections of the water main on each 500 foot cleaning and lining run to check the thickness of the lining for compliance with these Specifications. Any lining A Cleaning & Lining Specifications - 1998 Notice to Bidders which does not comply with the Specifications will result in a 10% penalty on a per foot basis for that 500 foot section of water main. D. Contractor's Superintendence The Contractor shall give their personal supervision to the work or have at the site of work at all times a competent and experienced foreman satisfactory to the Water Works and having authority to act for the Contractor. E. Proaress of Work A sufficient number of competent personnel must be employed by the Contractor to satisfy the Water Works so that the work will be completed by the time specified. Should it become necessary in the opinion of the Water Works to order more workers to be employed on the Contract, and the Contractor shall without good cause refuse or fail to employ said additional workers, then, after the notice of one week, the Water Works may at its discretion proceed to finish the work or portions thereof, and charge all costs against the Contractor. 2. SERVICE TO BE PERFORMED BY THE MINNEAPOLIS WATER WORKS A. Operation of all water main gates as required. B. Chlorination of all water mains as required. C. Supply the necessary amount of water for mortar mixing and flushing the main, free of charge, but only if the Minneapolis Water Works is able to supply the water from its own water mains. D. Open and Close existing access manholes where required. 7 Cleaning & Lining Specifications - 1998 Notice to Bidders E. Will make repairs to defective areas of the pipe not due to the negligence of the Contractor. F. The excavation and shielding of access holes for the cleaning machine entrance and exit, and the lining machine entrance and exit. These openings with their size and locations are given in Section C, item 2. Any options on these openings are also given. This is to include dewatering the shielding holes during excavation, maintaining lights and barricades for these access holes while they are open, and the proper backfilling and street repairs upon completion of their use. G. On all cast iron water mains the cleaning machine entrance opening, the cleaning machine exit opening, and the lining machine turn -around openings will be five foot cast iron sections removed from the water main. After the cleaning and lining is completed, the Minneapolis Water Works will reinstall the cast iron water main sections, backfill the excavation and make all street repairs. The location and other information about these water main openings can be found in Section C of these Specifications. H. The Minneapolis Water Works will operate all existing air valves, blow -offs, and hydrants. The Minneapolis Water Works will drain the water main where possible through existing blow -offs, hydrants and pitot taps. The Minneapolis Water Works does not guarantee that the water main will be completely drained. The Contractor will be responsible for any further drainage of the water main which may include pumping the water main. 9 Cleaning & Lining Specifications - 1998 Notice to Bidders The Minneapolis Water Works will provide temporary water service to consumers whose service is interrupted because of work done under this contract. 3. CLEANING OF THE WATER MAIN IN PLACE BY THE CONTRACTOR: A. The Contractor shall clean the 8 and 6 inch water mains by the drag or power boring technique. The cleaning device shall be designed for the size of the pipeline under this Contract. The cleaning devise shall be winched back and forth through the water main, until the water main is suitably cleaned. The Contractor shall ensure that rollers are fitted to the pipe to prevent possible damage to the pipe crown by the winch cables during the cleaning operation. After the water main has been mechanically cleaned, the Contractor shall flush the water main with water and squeegee the remaining water and debris out of the water main. The Contractor shall furnish all the necessary tools, equipment, materials and other appurtenances to readily complete the entire job. This includes all the dewatering of the water mains which may not completely drain. The dewatering may include pumping except as noted in Section B, Paragraph 2.17. B. The Contractor shall fumish the necessary supervisory personnel, skilled labor and common labor to readily complete the entire job except as noted in Paragraphs 2.A - 2.1 inclusive. C. The inside of the pipeline shall be thoroughly cleaned by machine or by hand of all material in order to result in as smooth and dean a surface as is D Cleaning & Lining Specifications - 1998 Notice to Bidders possible All cleaned pipe shall meet AWWA Standard C602 -95. The Contractor shall verify the degree of cleaning of the main by using closed circuit television (CCTV) equipment at the Contractors expense. The Contractor shall provide the video (VHS) to the Engineer upon completion of the contract. All pipe or sections of pipe which do not meet the above AWWA Standard will be recleaned. No cement mortar or epoXy lining will be allowed until the cleaned or recleaned water main is approved by the Minneapolis Water Works Inspectors Any section of the water main such as near gate valves, short radius bends, ends of sections, around rivets, and the areas adjacent to the lockbar, etc., that are inaccessible for machine cleaning shall be cleaned by hand. The degree of cleanliness for hand work shall be the same or better than results obtained from machine work. D. Rust, tubercles, deposits, old bituminous lining, wooded repair plugs, etc., shall be completely removed by machine or hand in order to expose a clean surface for correct "pre- plastering" operations. A hand tool heavier than a mortar trowel shall be used for difficult cleaning. See Article 3.A of this Section for the method of cleaning the 6 and 8 inch water mains. E. No linin will be allowed until the cleaned or recleaned water main is inspected and approved by the Minneapolis Water Works Engineer /inspector. All materials removed from the water main during the mechanical cleaning. hand cleaning. and high pressum washing shall be propedv disposed of by the Contractor_followina all Local. State and Federal reaulations Hill Cleaning & Lining Specifications - 1998 Notice to Bidders 4. LINING OF THE WATER MAIN IN PLACE BY THE CONTRACTOR: A. The Contractor shall produce a finished cement mortar or epoxy lining of the specified thickness on the inside of the pipeline as listed in the Specific Specifications (Section C) that will be smooth and have a Hazen- Williams capacity coefficient "C" to comply with the conditions of the guarantee under Section A, Item 7 of the Notice to Bidders. The Contractor will guarantee that the mortar or epoxy will remain in place under normal use on this pipe wall for a period of five (5) years and that the Contractor will repair same to the original condition, as specified, at their own expense if duly notified by the Water Works that it has not done so. B. The Contractor shall furnish all materials, tools, equipment, common labor, and skilled labor to satisfactorily complete the job. Water for mixing the mortar will be supplied without charge, except as noted in Section B, Item 2.C. The Contractor will supply all the hose or pipe for mortar mixing water. C. The mortar for lining shall be composed of cement, sand, and water, well mixed and of proper consistency to obtain a dense homogeneous lining that will firmly remain in place on the pipe surface. The water cement ratio shall be carefully controlled and kept to absolute minimum. Due allowance shall be made, as necessary, for moisture existing or collecting on the walls of the pipe. The Standard Specifications for Cement Mortar Lining of Water Pipelines sizes 4 inches and larger in place, AWWA C602 -95 shall apply. The sand shall be dry and a certified analysis of the sand shall be presented to the Engineer on the job. The proportions of cement and sand in the mortar for the lining shall be one part of Portland cement to one or 11 Cleaning & Lining Specifications -1998 Notice to Bidders one - and - one -half parts of screened sand by volume. The exact proportion of sand is to be determined by the characteristics of the sand available for the work. After all the ingredients, including the water, have been added, the mortar shall be mixed by machine for a sufficient length of time to obtain maximum plasticity, usually for at least three (3) minutes and then promptly used for lining the pipe. No mortar which has obtained its initial set shall be used. All Portland cement used in the mortar for the lining shall comply with latest revision of ASTM Designation C -150 Type 11. Only Type 11 Portland cement will be used. To improve the qualities of density, durability, and surface smoothness, the Contractor may substitute one (1) sack of natural cement weighing 80 pounds per cubic foot for one (1) of the sacks of Portland cement weighing 94 pounds per cubic foot for each batch of mortar using six (6) bags of Portland cement. Natural cement shall meet the latest revision of ASTM Designation C -10. The Contractor shall rye the Engineer in writing how the quality control for the mortar mix is established and controlled D. The cement mortar lining shall be placed by machine, the essentials of which shall be: 1. A head, revolving at high speed projecting and mortar against the wall of the pipe at a high velocity. The impelling force shall be centrifugal and no air shall be utilized in the process of mixing, conveying or application. 2. Attachments troweling a smooth surface finish to the applied mortar. The trowel arrangement shall be such that the pressure applied to W Cleaning & Lining Specifications - 1998 Notice to Bidders the lining will be uniform and produce a smooth surface without spiral shoulders and of uniform thickness. 3. Progression of the machine ahead of the lining so that nothing will come in contact with the troweled surface until it has attained its initial set. 4. The Contractor shall ensure that rollers are Fitted to the pipe to prevent possible damage to the pipe crown by winch cables during the lining operation. Only such machines as have successfully placed cement mortar linings similar to that herein specified and which have been in service and proved satisfactory for at least three (3) years will be acceptable. The minimum thickness of lining will be the nominal thickness with a plus tolerance of one - eighth (1/8) inch with no minus tolerance. The thickness of cement mortar lining over the top of the leaded joints or any other protrusions in the cast iron water main shall not be less than one -eight (1/8) inch plus. Cement mortar lining will be done by machine on straight sections and long radius bends of the pipelines. Untroweled cement mortar lining is acceptable in the lining of dead -end sections, in the lining of pipe that is excessively out of round in pipe 20 inches in diameter or less, and when pipeline segments contain caulked joints, sharp bends or angle points. The untroweled Finished surface shall be smooth and regular and it may exhibit a slightly dimpled appearance similar to the surface of an orange. Ridges or uneven build -up caused by irregularity in the travel rate of the machine shall not be allowed. In any case the acceptance or rejection of the untroweled lining will be at the 13 Cleaning & Lining Specifications - 1998 Notice to Bidders discretion of the Minneapolis Water Works Engineer or the Inspectors assigned to the project by the Minneapolis Water Works Engineer. Any defective lining material including, but not restricted to, sand pockets, voids, over - sanded areas, blisters, excessively cracked areas, and unsatisfactory thin spots shall be removed to the pipe wall, and the area shall be repaired by hand application to the same full required thickness and smoothness as the cement mortar lining by machine. E. The Contractor shall use air to clear out small domestic taps after cement mortar lining. The back flushing of the service taps must be accomplished in a manner that will not damage the freshly applied lining. Any damage to the service lines or stop boxes by the Contractor when back flushing the service taps, will be repaired by the Contractor at their expense. Any openings where the cement mortar lining is damaged shall be repaired, in accordance with directions from the Water Works Engineer. All service taps if any, will be shown on the water main drawings included with these Specifications. The lateral connections, air valves, blow -offs, manholes, and other appurtenances are shown on the water main drawings included with these Specifications. All other information pertaining to laterals and connections to the water main that is being lined can be found in Section 4.6 of AWWA C602 -95, "Cement Mortar Lining of Water Pipelines - 4 Inches and Larger In Place." F. Cement mortar lining of sharp bends, specials, and areas closely adjacent to valves where machine placing is impossible, together with the correcting of defective areas, shall be done by hand work. Hand placed mortar shall have a surface which has a uniform appearance, with smooth transitions to 14 Cleaning & Lining Specifications - 1998 Notice to Bidders the adjacent machine placed lining. Areas shall be thoroughly cleaned of all loose materials and, if necessary, shall be moistened with water just prior to the placing of the mortar being applied by hand. Cement mortar for hand work shall be of the same materials as the mortar for machine lining. Steel finishing trowels shall be used for the hand application of cement mortar. The outer edges of the hand - troweled areas will be brushed to reduce the abutting effect. All hand finishing work in a section of the pipeline shall be completed within 24 hours after the machine application of mortar lining to that particular section of the pipeline has been completed. Machine application of mortar lining shall be slowed down or stopped, if necessary, to assure hand patching of defective machine lined areas in accordance with the schedule. G. Curing operations will begin immediately after completion of the cement mortar lining and hand - finishing of a section of pipeline between openings, or one day's run of a machine. The section of pipe shall be closed at each end and manhole openings covered to prevent circulation of air and a moist atmosphere shall be maintained in this section of the pipeline to keep the lining damp and to prevent evaporation of water from the mortar lining. The Contractor at the Contractor's expense shall video tape the mortar lined pipe after proper curing time. The Video Tapes shall be VHS format and all tapes shall become the property of the owner upon project completion. Set tape counter to zero at the beginning of each run, referencing location. Sections of the mortar lined pipe will be filled with water by the Water Works as soon as possible after lining operations, but no pressure, except that induced by variations in grade of the pipeline, will be put on any section until the mortar lining has been in place for at least 24 hours. The Contractor shall be responsible for careful curing of the 15 Cleaning & Lining Specifications - 1998 Notice to Bidders mortar lining work of completed sections of the pipeline until such sections are filled with water by the Water Works. The exterior surface of pipe exposed to sunlight shall be sprinkled with water in the daytime during the lining, finishing and curing period. The sprinkling will be done by the Contractor with water furnished by the Water Works. Any restriction in flow of water to any lateral or service pipe due to the lining operation or cleaning operation shall be removed and the pipes restored to their original capacity by the Contractor. H. For the duration of the job, the Contractor must protect and keep covered all openings to the water main as may be necessary to prevent damage, breakage and /or freezing. Pipeline openings shall be insulated or heated to protect the cement mortar from freezing. If frost is in the ground within one (1) foot of the top of the pipeline, sufficient heat shall be applied to those sections of the pipeline to prevent damage to the cement mortar. This heat shall be continued for two (2) days after placing the cement mortar lining. This includes taking the necessary precautions to insure that the correct cement mortar mix has been applied to the water main and that the lining has properly adhered to the pipe wall, as per these Specifications. The Contractor shall also maintain lights, signing and barricades in accordance with Federal and State Highway Specifications for any of their equipment parked on a public thoroughfare. Also, any of the Minneapolis Water Works barricades or signing that the Contractor moves must be replaced at the end of the work day. The Contractor shall exercise due diligence to protect the work from weather conditions; all damage resulting from work under their charge shall be made good by the Contractor. The Contractor shall be responsible for cleaning up of the grounds, manholes, and gate chambers Cleaning & Lining Specifications - 1998 Notice to Bidders of their job sites and leave same free of rubbish, building materials, and debris, before final acceptance of the work. As soon as the Contractor has completed the cement mortar lining and curing of sections of pipeline between gate valves, the Minneapolis Water Works will fill and chlorinate the pipeline and place it in service or maintain the line full of water at system pressure until it can be placed in service. 1. The epoxy resin and hardener shall be certified by NSF (National Sanitation Foundation International) that they conform to the requirements of ANSI /NSF Standard 61. Product evaluation based on a single coat of 40 mils (DFT) with 16 hours cure. The epoxy lining shall be approved for use in potable water main 1° and larger in diameter. The epoxy resin shall be a two component, solvent free, moisture tolerant, VOC and benzyl alcohol free system. The epoxy resin system shall be manufactured in clearly distinguishable colors which when uniformly mixed, give a distinctive third color to provide a visual check of proper mixing. The epoxy resin system shall be supplied in clearly marked containers. Each container shall be marked with a batch number, date of manufacture, shelf life information, mix ratio and instructions for storage and safe handling. The epoxy lining must meet or exceed the following test requirements: Accelerated Testing: Lining epoxy shall be tested in an accelerated water environment for a minimum of eight years by an independent laboratory. 17 Cleaning & Lining Specifications - 1998 Notice to Bidders The epoxy lining system will be a GEOPDX 014 as manufactured by the Mercol Descaling Co. LTD and represented in the USA by ADTECT International Inc. of Kansas City, KS or an approved equal. J. Lining Equipment: 1. The lining equipment shall be certified by the epoxy manufacturer. The equipment shall be suitable for storage, heating, dispensing, mixing and application of the epoxy material in accordance with the epoxy manufacturer's requirements. 2. Each lining rig must have facilities to store the epoxy resin and hardener separately and to heat both according to the manufacturers instructions. The lining rig must provide facilities to recirculate the components in the reservoirs and through the lining hoses prior to lining. 3. The lining rig must use suitable positive displacement pumps capable of dispensing the two components separately at the correct mix ratio. It must be fitted with facilities for monitoring and recording the flow rates of both materials and the mix ratio and provide a hard copy printout of this information. 4. The output of the pumps should be linked to the winch speed control to ensure that linings or correct thickness are applied to both pipe diameters. K. Cleaning of Water Mains For Epoxy Lining: 19 Cleaning & Lining Specifications - 1998 Notice to Bidders 1. Clean and prepare water main in accordance with epoxy manufacturers recommended methods. 2. Clean the water main by repeated passages of the cleaner until all rust, tubercles, deposits, loose or deteriorated remains of existing interior pipe coatings and any foreign materials are removed from the main. 3. Introduce water into the main to flush out debris when cleaning. 4. If required, flush all services and sideline main connections after completion of cleaning operations to remove all debris. 5. Pass foam swabs through the cleaned main using compressed air until all remaining loose debris and standing water is removed from the main. 6. Verify and document the degree of cleaning and surface preparation of the main using Closed Circuit Television (CCTV) equipment. The Contractor shall provide the video to the Engineer upon completion of the Contract. L. Proving Water Mains: 1. The section of main to be lined shall be Proved prior to lining to demonstrate the lining machine is capable of being pulled through W Cleaning & Lining Specifications - 1998 Notice to Bidders the pipe without catching, momentarily or longer, on any obstructions (CCTV Inspection). 2. The City Water Works will excavate and remove any blockage in the water main which would prevent the lining machine from passing through the water main. Any bend or loop preventing the lining machine from being pulled through will require another access hole to be installed at he expense of the Minneapolis Water Works. 3. If water can not be prevented from entering the pipe through a service line the Minneapolis Water Works will drop the meter in the building and plug the house and street sides of the service line. 4. The cleaned water main shall be inspected via CCTV immediately prior to the application of the epoxy lining to ensure adequate level of surface preparation has been achieved and the absence of leaks and/or standing water. Reclean, flush, dewater and reinspect when necessary. M. Epoxy Lining Of Water Mains: The epoxy must be applied by an Approved Applicator trained by the epoxy and equipment manufacturer under an Approved Applicator Program. Consult the epoxy manufacturer's product data sheet for additional information and the Material Safety Data Sheet regarding material handling. 20 Cleaning & Lining Specifications - 1998 Notice to Bidders 2. The Contractor shall conduct pre - lining checks on lining equipment manufacturer's and epoxy manufacturer's recommendations. Included is verification of pump output and mix ratio and material temperatures. Record this and all pertinent site information of the lining sheet. A separate Lining Record Sheet shall be completed for each separate lining run and turned over the Engineer or his representative upon completion of the lining. 3. Prior to putting the delivery hoses into the main, pump and recirculate the epoxy components until the uniform operating temperature specified by the epoxy manufacturer has been reached. 4. Discontinue pumping and immediately pull the hoses through the pipe without delay. 5. Once the hoses are inserted, connect an approved static mixer and application head and check for proper operation. Visually check for correct mixing of the two epoxy components by test spraying the mixed epoxy into a container outside the pipeline and record the observed epoxy color on the Lining Record Sheet. 6. Begin epoxy lining when the operator is satisfied that the material flows are established and the epoxy lining color is consistent. 7. The minimum lining thickness of 40 mils shall be achieved in a single application. 21 Cleaning & Lining Specifications - 1998 Notice to Bidders 8. Do not apply epoxy resin lining when the pipe temperature is below 38 degrees Fahrenheit. 9. The Contractor shall dispose of all epoxy and cleaning agents in accordance with all applicable Local, State, and Federal rules and regulations. N. Curing: 1. Immediately after the epoxy lining has been completed and the section of pipe inspected, cap the ends of the main in order to prevent contamination and /or water from entering the pipe. 2. Allow the minimum cure period as specified by the epoxy manufacturer (16 hours). O. Inspection 1. The Contractor shall provide the Engineer with opportunity to visually inspect both ends of each lining run. 2. The Contractor will monitor the entire epoxy lining process including the performance of the lining rig pumps, the application head, the winch rate and the mix ratio. 3. The Contractor shall video tape the epoxy lined pipe after the curing time period using a camera with self - contained lighting, remote focus and color film. Video tapes shall be VHS format and all tapes shall W Cleaning & Lining Specifications - 1998 Notice to Bidders become the property of the Owner upon project completion. Set the tape counter to zero at the beginning of each run. Reference must be made as to the location of each run. Complete the Lining Record Sheet for each run and turn over the original to the Engineer. P. Lining Faults: 1. The WRC Manual - Insitu Epoxy Lining - Operational Guidelines and Code of Practice will govern regarding acceptable and unacceptable lining faults and suggested methods or correction. Q. Warranty Of Epoxy Lining: The Contractor shall warranty all materials and workmanship as stated in Item 7, page 3 and 4 or Section A - Notice to Bidder. Deteriorated epoxy lining resulting from negligence by the Contractor shall be repaired by patching, overlining or by removal and replacement as deemed necessary by the Contractor and The Minneapolis Water Works Engineer. Repairs or replacement shall include removal of defective epoxy lining, cleaning of the pipes, cutting and repairing or replacing access openings, and all incidental work. Repairs shall be in conformity with the Specifications and at the sole expense of the Contractor. 23 Cleaning & Lining Specifications -1998 Notice to Bidders SPECIFICATIONS FOR THE CLEANING AND LINING OF 8 INCH AND 6 INCH CAST IRON WATER MAINS FOR 1998 SECTION C - SPECIFIC SPECIFICATIONS - 8 AND 61NCH WATER MAINS The eight (8) and six (6) inch diameter water mains to be cleaned and lined are scattered in the City Limits of Minneapolis. The eight (8) and six (6) inch diameter water mains are cast iron bell and spigot pipe with a thickness of approximately .60 and .55 inches respectively and were laid between the years 1922 to 1946. Each section of cast iron water main is approximately 20 feet long. The Hazen- Williams "C° Coefficient for these water mains are unknown. This section of the Specifications covers specific information about the 8 and 6 inch water mains that are to be cleaned and lined. The water mains that are to be cleaned and lined are shown in Minneapolis Water Works Drawing D-6378 - D -6380, D-6383 - D -6398. These drawings also show the location of the openings into the water mains. The approximate number of feet of 8 and 6 inch water mains to be cleaned is 5375 feet and 10,790 feet respectively. The water mains shall be cleaned by the drag or power boring technique. The cleaning device shall be winched back and forth through the lines, until the mains are suitably cleaned. After the water main has been mechanically cleaned, the Contractor 24 Cleaning & Lining Specifications - 1998 Notice to Bidders shall flush the water main with water and squeegee the remaining water and debris out of the water main. The nominal thickness of cement mortar lining for the 8 and 6 inch water mains shall be 3/16 inch thick. Tolerances for mortar lining thickness shall be plus 1/8 inch with no minus tolerance. The nominal thickness of epoxy lining for the 8" and 6" water mains shall be a minimum of 40 mils (1 mm). There are no construction drawings showing the profile of the 8 and 6 inch water mains to be cleaned and lined. A water main location drawing is included which shows the street locations, size of mains, valves and hydrants. There are domestic taps on the water mains. The Minneapolis Water Works will provide temporary water service for these customers. Minneapolis Water Works drawing D -6378 - D -6380, D -6383 - D6398 show the size and location of these taps. After the water mains are cement mortar lined the Contractor shall clean all service taps by back flushing with air before the mortar sets. The back flushing must be accomplished in a manner that will not damage the freshly applied lining. An damage to the service lines or stop boxes due to the back flushing shall be repaired at the Contractor's expense. 25 Cleaning & Lining Specifications - 1998 Notice to Bidders 2. THE PROBABLE POINTS OF ACCESS OPENINGS INTO THE WATER MAIN The access openings into the 8 and 6 inch water mains for the cleaning and lining machines will be 5 foot sections of pipe cut out of the cast iron water main. The 5 foot sections of pipe will be cut out and reinstalled by the Minneapolis Water Works. The location of these openings are shown on Minneapolis Water Works Drawing #D -6378 - D -6380, D -6383 - D -6398 which are included in these Specifications. The distance between access openings average approximately 475 feet for the 8" and 6" water mains. Any of the access openings shown on the drawings can be changed if required by the Contractor providing the new locations are accessible to the Water Works. Additional access openings (5 foot sections) required by the Contractor after the job is started, shall be charged against the Contractor as follows: A five foot access section cut out of the cast iron water main, two pipe couplings or sleeves, and an 8 foot shield hole is 70Q00 each. This is an estimated cost. The Contractor will pay the actual costs incurred by the Minneapolis Water Works. The aforementioned estimate for extra access openings includes opening the excavation, cutting the pipe and closing up after the Contractor has completed his /her work. The Contractor shall inform the Water Works before work is started that additional openings into the water main will be needed. All known taps, fire hydrants and laterals are shown on the "D" Drawing included with these Specifications. 26 Cleaning & Lining Specifications - 1998 Notice to Bidders The Contractor will schedule the 8 and 6 inch water mains cleaning and lining job such that the work is completed on or about September 15, 1998. Since the Minneapolis Water Works is excavating all access openings and installing the temporary piping, the Minneapolis Water Works shall be notified by the Contractor as soon as possible of their job schedule. The access openings and temporary piping must be completed before the Contractor can start the work. The cleaning and lining operation may begin at any of the street locations, at the joint convenience of the Contractor and the Minneapolis Water Works. There are approximately 16,100 feet of 8 and 6 inch water mains to be mechanically cleaned and lined. The Contractor under no circumstances will be allowed to start lining any section of cleaned water main until the Water Works Engineer has approved that the water main is cleaned according to Specifications. All lateral water mains and gate valves connected to or on the water main to be cleaned and lined are shown on the water main drawings included with these Specifications. The profile of the 8 and 6 inch water main is unknown. The Contractor will be able to use fittings on the temporary piping for water for their cement mortar mixing and cement mortar lining operations. If it is not possible to use the temporary piping, the Contractor will have to rent a water tank truck to provide the 27 Cleaning & Lining Specifications - 1998 Notice to Bidders water. The Contractor will provide all the necessary hoses and pumps needed for the cement mortar mixing and cement mortar lining operations. The Contractor will not be allowed extra compensation for out of round water mains. After the water mains are cement mortar lined, the Contractor shall clean all the domestic taps on the 8 and 6 inch water mains by back flushing with air or water mortar lining sets. The back flushing must be accomplished in a manner that will not damage the freshly applied lining. Any damage done to the service lines or stop boxes by the Contractor when back flushing the service taps, will be repaired by the Contractor at his/her expense. The cleaned and lined 8 and 6 inch water mains shall have a pipe coefficient, "C" of 110 and 100 respectively. The tests for the pipe coefficient shall be made by an independent engineering organization, such as Pitometer Company. The cost of these tests will be paid by the Contractor It will be the Engineering Organization's responsibility to conduct a reliable flow test from the pipe flow conditions available at the time the flow test is conducted. M Cleaning & Lining Specifications - 1998 Notice to Bidders SPECIFICATIONS FOR THE CLEANING AND LINING OF 8 INCH AND 6 INCH CAST IRON WATER MAINS FOR 1998 SECTION D - GENERAL CONDITIONS - LABOR THE FOLLOWING GENERAL CONDITIONS APPLY UNLESS THEY ARE SPECIFICALLY MODIFIED IN THE SPECIAL CONDITIONS. •, , For the purpose of this Contract and Specifications, the following words are used in accordance with these definitions. A. Owner: The City of Minneapolis Water Works acting for the City Council. B. Engineer: The Director 'of the Water Works for the City of Minneapolis, acting through the Director's duly authorized representatives in the Water Works Distribution Division. C. Contractor: The bidder to whom the contract is awarded. D. Sub - Contractor: Any individual, firm, or corporation having a direct Contract with the Contractor, and includes one who furnished work and /or materials to be incorporated in the work according to the Plans and Specifications. Sub - Contractors shall have no contractual relations with the City. m Cleaning & Lining Specifications - 9998 Notice to Bidders E. Bidder: Any individual, firm, or corporation submitting a proposal for the work contemplated, acting directly or through a duly authorized representative. F. Inspector: An authorized representative of the Engineer, assigned to make any or all necessary inspections of the work performed and the materials furnished by the Contractor. Bidders shall submit their bids in duplicate, executed upon the form accompanying these Specifications. All blank spaces indicated on the form must be completely filled in with amounts stated in words and figures. In case of a difference in written words and figures in the Proposal, the amount stated in words shall govern. Signatures must be in longhand and executed by a principal duly authorized to enter into the Contract. The Bidder's legal name is to be fully stated. The complete form shall be without alteration or erasure. Each bidder shall include in the proposal and itemized list of all equipment and the name of the manufacturer of the equipment the bidder proposes to furnish. This list shall not include name tags, wiring between items of equipment, or sub- assemblies and their components which are incorporated into standard functional items of equipment. Proposals shall also include drawings and descriptive literature showing the type, arrangement and principal dimensions of all equipment to be furnished. RM Cleaning & Lining Specifications - 1998 Notice to Bidders If the bidder is an individual, partnership or non - incorporated organization, the bid shall be signed by a member of the firm with the names and addresses of the other members attached. If a corporation, the signature shall include corporate name, business address, state in which incorporated and the names and addresses of the principal officers of the corporation shall be attached. Signatures shall be in handwriting by two corporate officers, or by any other authorized representative or representatives of the corporation, provided that their authority to sign on behalf of the corporation shall be attached. From the bid opening date until thirty (30) days thereafter, no bidder may, without the consent of the City, withdraw their proposal. The owner reserves the right to accept or reject any or all bids or any part of any bid. No oral, telegraphic or telephone proposals or modifications will be considered. The successful bidder, or the bidder's duly authorized representative shall execute and deliver to the office of the Purchasing Agent, Public Service Center, Minneapolis, Minnesota, the formal Construction Contract, within ten (10) calendar days after the same has been mailed or otherwise fumished to the contractor for execution. In the case the bidder fails to execute and deliver the contract within this time, the Owner shall have the right to declare the Contract breached and the amount of the bid bond or bid deposit shall be forfeited to and become the property of the Owner as liquidation damages and not as a penalty, covering only the administrative costs of bid letting and /or re- bidding, and without precluding other damage claims or losses of the Owner, such as those arising out of delay, price 31 Cleaning & Lining Specifications - 1998 Notice to Bidders changes, loss of other contracts, loss of income, inability of the Owner to fulfill other contracts, delay or loss of use of occupancy of the building or facility, loss of other benefits of this Contract, or other damages, direct or consequential arising out of a breach of the Contract or failure to perform the same by the successful bidder. The quantities as shown in the proposal shall be used as a basis of calculation upon which the award of Contract will be made, but these quantities are not guaranteed to be accurate and are famished without any liability on the part of the City. More than one Proposal from an individual, firm, partnership or corporation under the same or different names will not be considered. Evidence that any bidder is interested in more than one proposal for the same work will cause rejection of all such proposals affected by such interest. Evidence of collusion between the bidders will be considered sufficient cause for the rejection of all bids so affected. The bid prices quoted in the proposal shall include all labor, material, equipment, engineering, drawings and manuals necessary to fully complete the work as set forth in the Specifications. It is the intention of the Specifications to provide finished work. Any items omitted therefrom which are clearly necessary for the completion of the work, or its appurtenances, shall be considered a portion of the work though not directly specified. 32 Cleaning & Lining Specifications - 1998 Notice to Bidders 4. BID SECURITY Bids must be accompanied by a bid deposit of 5% of total bids in the form of a certified check or bidder's corporate surety bond. If a certified check is used, it shall be made payable to the City of Minneapolis, Finance Officer. The City shall be entitled to retain the bid deposits, or to recover under the bid bond, as liquidation damages and not as a penalty, for the items of loss and damage specified in Section Two (2) (BIDS), in the event of failure of the bidder to execute the construction contract in the manner provided. Q h , Lei • 1 1 s• If any person contemplating submitting a bid is in doubt as to the meaning of any part of the Plans, Specifications, or other Contract documents, they may submit to the Director of the Water Works, a written request for the interpretation thereof, at least one week prior to bid opening date. The person submitting a request will be responsible for its prompt delivery. Any interpretation in contract documents will be made by an addendum duly issued and a copy of such addendum will be mailed or delivered to each person on record as receiving a set of such documents. The City will not be responsible in any way for any other explanation of the contract documents. 6. MEASUREMENTS Before ordering any material or doing any work, each Contractor shall verify all measurements and shall be responsible for the same. 33 Cleaning & Lining Specifications - 1998 Notice to Bidders No extra charge or compensation will be allowed on account of differences between actual dimensions and measurements indicated on the drawings; and the difference which may be found, shall be submitted to the Engineer for consideration before proceeding with the work. U.S. Standard Measures will be used in the measurement of all work acceptably completed and such measurements will be used as a basis for the computation of the quantities of work performed. Linear measurements will be taken horizontally on all work except structures which will be measured according to the neat lines shown on the plans or as ordered. Where work is to be paid for by units of length, area, volume or with regard to weight, only the net amount of work actually done, as it shall appear in the finished work and measured as hereinafter specified shall be paid for, local customs to the contrary, notwithstanding. For the estimating of quantities in which the computation of areas by geometric methods would be comparatively laborious, it is stipulated and agreed that the Planimeter shall be considered an instrument of precision adapted to the measurement of such areas. Any material specified by reference to the number, symbol, or title of a specific standard such as Commercial Standard, a Federal Specification, a Trade Association Standard or similar standard shall comply with the requirements in the latest revision thereof, except as limited to type, class or grade, or modified in such reference. Reference in the Specifications to any article, device, product, material, fixture, form or type of construction by name, make or catalog number shall be interpreted as establishing a standard of quality and shall not be construed as limiting competition. Any article, device, product, material, fixture, form or type of c Cleaning & Lining Specifications - 1998 Notice to Bidders construction may be used which, in the judgement of the Minneapolis Water Works Engineering Office, is equal to that specified and approved in writing as such. 8. EX AMINATION OF DRAWINGS, SPECIFICATIONS AND SITE Before submitting their bid, the bidders shall carefully examine the drawings and entire contents of the Specifications prepared for the work so as to be thoroughly familiar with all the requirements. The bidders shall visit the site of the work to acquaint themselves with all the local conditions affecting the Contract, the obstacles which may be encountered, and all other conditions relative to the work to be performed, and if awarded the Contract, shall not be allowed any extra compensation by reason of any unforeseen difficulties or obstacles which the bidder could have discovered or reasonably anticipated prior to the bidding. The plans for this improvement and Specifications accompanying them shall be considered as a whole, and anything shown or called for in one and omitted in the other is as binding as if called for or shown on both. Figure dimensions shall in all cases be used in preferences to scale dimensions. Any work not herein specified which may be fairly implied as included in this improvement shall be done by the Contractor without extra pay. Special provisions and detail plans are intended to modify and shall take precedence over the Standard Plans and Standard Specifications. All work shall be completed in accordance with the Plans and Specifications, and in compliance with the laws of the State of Minnesota and the Ordinances of the City of Minneapolis so far as applicable. 35 Cleaning & Lining Specifications - 1998 Notice to Bidders Before submitting a bid, all Contractors must carefully examine the Plans and Specifications and judge for themselves the difficulties which may arise on the site of the work. 9. CONTRACT The agreement which the bidders agree to enter into shall be in full conformity with the terms of these Specifications. The documents which will form the contractual agreement between the Owner and the Contractor are the Call for Bids, the Bid, the Specifications, the Drawings, and any written addenda thereto issued by the Engineer prior to the opening of bids, and the written Construction Contract. The Contractor shall under no circumstances assign this Contract without the written permission of the Owner. The Contractor shall famish the Owner, within ten (10) days after notice of acceptance of bid, a bond. issued by a surety company, approved by the Owner, in full amount of the Contract. 11. INDEMNIFICATION The Contractor shall indemnify and hold harmless Water Works, its officers and employees from all suits, actions, and claims of any character brought because of injuries or damages received or sustained by any person, persons or property on account of the operations of the said Contractor, or on account of or in Cleaning & Lining Specifications - 1998 Notice to Bidders consequence of any neglect in safeguarding the work; or through the use of unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of said Contractor or Sub - Contractor, or because of any claims arising or amounts recovered from infringements of patent, trademark, or copyright; or because of any claims arising or amounts recovered under the Workmen's Compensation Act, or under any other law, ordinance, order or decree. In the event any such action is brought therefore against any of said indemnities, the Contractor shall assume full responsibility for the defense thereof, and upon the Contractors failure to do so on proper notice, the Owner reserves the right to defend such action and to charge all costs thereof to the Contractor. �f The Contractor shall obtain all necessary permits and licenses; pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. When requested, the Contractor shall furnish the Project Engineer with evidence indicating that the Contractor has complied with the permit, license and tax requirements. The Contractor shall keep informed and comply with all Federal, State, County and City laws, ordinances, and regulations affecting his Contract or those employed by the Contractor. If the Contractor shall discover any provisions in the Plans, Contract or these Specifications on any direction of the Engineer or Inspector which is contrary to or inconsistent with any such law, ordinance, regulation or 37 Cleaning & Lining Specifications - 1998 Notice to Bidders decree; the Contractor shall forthwith report its inconsistency to the Engineer in writing. 13. EMPLOYEE HEALTH AND WELFARE The Contractor shall provide and maintain all sanitary and safety accommodations for the use and protection of the Contractor's employees as may be necessary to provide for their health and welfare and comply with State, Federal, and local codes and regulations. Employee safety and sanitation facility regulations are set forth in the Minnesota Occupational Safety and Health Act and the Federal Department of Labor's Safety and Health Regulations for Construction. 101 o The Contractor shall commence work not later than ten (10) days after execution of the Contract and receipt of notice to proceed and shall fully complete all work on the project within the time stated in the specifications. The Contractor shall submit, at such times as may reasonably be requested by the Engineer, schedules which shall submit, at such times as may reasonably be requested by the Engineer, schedules which shall show the order in which the Contractor proposes to carry on the work, with dates at which the Contractor will start the several parts of the work, and estimated dates of completion of the several parts. If deemed necessary by the Engineer, heJshe shall have the right to change such schedule of operation as required. Prosecution of the work must also be coordinated with the Engineer, such that the activities of the Contractor shall not interfere with the necessary activities of the Owner. M3 Cleaning & Lining Specifications - 1998 Notice to Bidders 15. PROSECUTION OF WORK NEAR PUBLIC UTILITY PROPERTIES All properties of public utility companies or municipalities which, in the opinion of the Engineer, will interfere with the completion of the project, will, except as otherwise provided in the Contract, be moved by the Owners to new locations in accordance with the conditions set fort in the utility permit granted by the City. The Contractor shall preserve and protect all such properties which are above the ground surface, and also those below the ground surface whose approximate locations are shown in the plans, or of whose existence the Contractor is notified before such properties are damaged by his /her operations. The Contractor snail assume full responsibility for reimbursing the owners thereof for any damage to such properties which may be caused by the Contractor's operations, and he /she shall at no time hinder or interfere with any person engaged in protecting or moving utility properties. The Contractor shall give notice to the Owners of all known utilities at least forty - eight (48) hours before starting any construction operations which will affect such properties. If, during the course of his/her operations he /she discovers utility properties which were not known to exist, he /she shall immediately notify the owner thereof, and the Engineer. If the Contractor is required to perform any special work or use special methods along or adjacent to any public utility property located below the ground surface and whose existence was not indicated in the original contract fair and equitable compensation will be made for the cost of such special work or construction methods. K9 Cleaning & Lining Specifications - 1998 Notice to Bidders Should the Contractor desire to have any temporary alterations or moves made in public utility properties for his/her own benefit, which alterations or moves would not be otherwise required, the Contractor shall make necessary arrangements with the Owner and bear all expenses. 16. SUB - CONTRACTORS No part of the work shall be sublet without the approval of the Owner, and assurance satisfactory to the Owner that the sub - contractor will comply with all of the requirements of the Specifications. The Contractor, within seventy -two (72) hours after the contract is awarded, shall submit in writing the names of all proposed sub - contractors to the Owner, who shall have the right to reject such as he deems unsatisfactory. It shall be the responsibility of the contractor to bind any sub - contractors to the contractor, to perform all of the sub - contractor's work strictly in accordance with the specifications; but there shall be no contractual or quasi - contractual relation between the owner and any sub - contractor. 17. OTHER CONTRACTS The City may award other contracts for additional work, and the Contractor shall fully cooperate with such other contracts and carefully fit his /her own work to the work provided under Contracts as may be directed by the Engineer. The Contracts shall not commit or permit any act which will interfere with the performance of work by any other Contractor. 40 Cleaning & Lining Specifications - 1998 Notice to Bidders 18. CONTRACTOR'S RESPONSIBILITIES The Contractor shall fumish all necessary machinery, tools, labor and materials of every character required, and shall fully complete the work in accordance with the Plans, Specifications, and Detail Drawings, for the bid price. All equipment to be installed must be approved by the Engineer prior to starting the work. Such approval by the Engineer shall not be construed as any waiver by the Owner, or as any release in favor to the Contractor, or any obligation of the Contractor pertaining to satisfactory completion of the project, the quality of work and material, or any obligation of the Contractor under Article Thirty -Eight (38) (Warranty) of these General Conditions. The entire work to be performed under the contract for this improvement is to be at the Contractor's risk, and the Contractor is to assume the responsibility for and risk of all damages to the work or to the property adjacent to or on the line of said work. The Contractor shall have charge of and be responsible for the entire improvement until its completion and acceptance. It shall be his responsibility to maintain all stages of work in a safe and suitable condition at all times, including nights, week -ends, and holidays. The Contractor shall make observations of his/her work during such periods as are necessary to insure proper care of the work. The Contractor shall designate one person as superintendent or foreman who shall supervise and have charge of the job and to whom the Engineer or Inspector may communicate. Communications by the Engineer or Inspector to such foreman or superintendent shall be received by him/her on behalf of , and shall be binding upon, the Contractor. If any person employed on the work shall refuse or neglect to perform his /her work in accordance with the Contract, or his/her duty; in any thing relating to the work, or shall appear to be incompetent, disorderly or 41 Cleaning & Lining Specifications - 1998 Notice to Bidders unfaithful, the Contractor shall promptly take steps to correct said employee or to discharge him/her as the case may warrant. 19. FORFEITURE OF CONTRACT A. If at any time the Engineer is of the opinion that the work in unnecessarily delayed, and will therefore not be finished within the prescribed time, the Engineer shall notify the Contractor, in writing to that effect. If the Contractor does not, within three (3) days thereafter, take such measures as will, in the judgement of the Engineer, insure the satisfactory completion of the work the Owner may then notify the said Contractor to discontinue all work under the Contract for this improvement, and the Contractor shall immediately respect such notice and stop work, and cease to have any rights to the possession of the grounds. B. If the Contractor shall assign the Contract for this improvement without the written consent of the Owner, or shall abandon the work thereon or shall neglect or refuse to comply with these Specifications, or with instructions given pursuant to the Contract terms, or with the laws of the State of Minnesota or Ordinances of the City of Minneapolis, the Owner shall have the right to cancel said Contract. C. In the event of defalcations by the Contractor of the nature described in A or B above, the Owner may thereupon relet said Contract or employ such forces as may be considered advisable to complete the work, and charge the cost of all labor and materials necessary for such completion to the Contractor, and the amount so charged shall be deducted and paid by the 42 Cleaning & Lining Specifications - 1998 Notice to Bidders City out of such monies as may then be due to, or may afterward become due, to the Contractor under the construction contract for this improvement. If the amount so paid by the Owner is less than the amount which would have been payable to the Contractor if the Contract had been fulfilled by the Contractor, and if the portion of the work finished by the Contractor has been accepted by the City, the Contractor shall be entitled to receive the difference. If such amount paid by the Owner is greater than the amount the Contractor would have been entitled to upon fulfillment of the Contract by the Contractor, the Contractor shall pay to the Owner the amount of the excess. D. The canceling or re- letting of any part or all of the work or materials as provided above shall not entitle the Contractor to any claim for damages on account thereof, nor shall it affect the right of the Owner to recover damages which may arise from the failure or defalcation of the Contractor. E. In case the Owner assumes control of the work under the Contract for this improvement for any of the above reasons, the Owner shall have the right to seize all machinery, tools, and materials on the work at the Contractor's expense. If the Contractor abandons the work or refuses to comply with the provisions of the Plans and Specifications, the Owner has the right to notify the Contractor's surety and require said to complete the work in accordance with a aforesaid Plans and Specifications. 43 Cleaning & Lining Specifications - 1998 Notice to Bidders Should the Contractor abandon the work, fail to complete, or refuse to complete the work embraced in this Contract, or fail to pay just claims for labor and materials, including the cost of labor and materials famished, incurred or sub- contracted for which are not included in the Specifications and not authorized by the Owner as provided herein, the Owner reserves the right to charge against the Contractor all costs and damages sustained thereby, including all legal, engineering or other costs caused by such abandonment, failure or refusal. The legal costs will also include the Owner's costs of prosecuting or defending, negotiating or settling and suits in connection with such abandonment, failure or refusal or non - payment of claims wherein the Owner is made a defendant; and the Contractor agrees to pay all such costs, including reasonable attorney fees. 21. CHANGES IN THE WORK The Owner may order extra work or make changes by altering, adding to, or deducting from the work without invalidating the Contract, and the contract price will be adjusted accordingly. No such order for extra work or change shall be valid unless authorized by official action of the Owner and communicated to the Contractor in writing. All such work shall be executed under the conditions of the original Contract, except that any claims for extension of time caused thereby shall be adjusted at the time of ordering such change. The Contractor shall be compensated for any authorized extra work or materials upon the basis of prevailing reasonable market value thereof, to be determined in one or more of the following ways: A. by negotiated lump sum properly itemized. E. El Cleaning & Lining Specifications - 1998 Notice to Bidders B. by unit prices stated in the Contract Documents or subsequently agreed .. C. by cost and mutually acceptable fixed or percentage fee. If the Contractor shall discover prior to or during construction anything in the Plans and Specifications or in supplementary directions by the Engineer which in the opinion of the Contractor appears to be faulty engineering design, the Contractor shall forthwith advise the Engineer in writing of the particulars. It is understood and agreed that, if no objection is raised by the Contractor under the provisions of this paragraph, the Contractor waives any right to contest the provisions of the Contract on the basis of faulty engineering or design. If the Contractor believes that any instructions by drawing or otherwise, given subsequent to award of a Contract, to be unfair or involve extra cost under this Contract for which the Contractor would be entitled extra compensation, the Contractor shall give the Engineer written notice thereof within a reasonable time after the receipt of such instructions, and in any event before proceeding to execute the work, except in emergency endangering life or property, and the procedure shall then be - as provided for changes in the work. No such claim will be valid unless so made. * - ACOILIMIORN 14191111M The Contractor herewith specifically waives claims for damages for any hindrance or delay. The Contractor will, in lieu thereof, be granted extensions of time for which liquidated damages will not be claimed by the City for the following causes: A delay caused to the Contractor by any suit or other legal action against the City 45 Cleaning & Lining Specifications - 1998 Notice to Bidders will entitle the Contractor to an equivalent extension of time unless the period of such delay exceeds ninety (90) days. When such period is exceeded, the Citywill, upon request by the Contractor in writing, either terminate the Contract or grant a further extension of time, at the election of the City. In the event of such termination after such ninety (90) days, the Contractor shall be paid the reasonable contract value, in accordance with the Contract terms, or work and materials furnished. In the event of such extension after said ninety (90) days, the Contractor shall be entitled to an increase in price equivalent to any increase in the cost of labor or materials for the project, which increase shall be verified and substantiated by competent documentary and accounting evidence thereof furnished by the Contractor, and such increase shall be accomplished in the manner provided herein for change orders. If the Contractor be delayed at any time in the progress of the work by any act or neglect of the City or the Engineer or any employee of either, or by another Contractor employed by the City, or by strike, fire, unusual delay in transportation, unavoidable casualties, or other causes beyond the Contractor's control, or by any cause which, in the opinion of the Engineer, shall justify the delay, then the time of completion shall be extended for such reasonable a time as the Engineer may decide. No such extension shall be made for delay occurring more than fifteen (15) days before claim therefore is made in writing to the Engineer. The Contractor shall keep on the job, during its continuance, a superintendent and any necessary assistants competent to -perform the work. The superintendent shall not be changed by the Contractor, except with the consent of the Engineer unless the superintendent proves unsatisfactory to the Contractor and ceases to 46 Cleaning & Lining Specifications - 1998 Notice to Bidders be in the Contractors employ. The superintendent shall represent the Contractor in the Contractor's absence, and all communications given to the superintendent shall be as binding as if given to the Contractor. Other communications shall be so confirmed on written request in each case. The Contractor shall give efficient supervision to the work, using the Contractor's best skill and attention, shall carefully study and compare all Drawings, Specifications, and other instructions and shall at once report to the Engineer any error, inconsistency, or omission which the Contractor may discover, but the Contractor shall not be held responsible for their existence or discovery. The Contractor will be supplied, by the Engineer, copies of the Plans and Specifications. The Contractor shall have said Plans and Specifications available on the work site at all times during the prosecution of the work. The Contractor shall give the work his/her constant attention to facilitate the progress thereof and shall cooperate with the Engineer in setting and preserving stakes, bench marks, etc., and in all other things that are necessary for satisfactory completion of the work contemplated. 24. ENGINEER'S STATUS The Engineer shall be the agent of the Owner only to the extent that the Engineer has been so authorized by affirmative action of the City Council. The Engineer has authority to stop the work whenever such stoppage may be necessary to insure proper execution of the Contract. The Engineer is recognized by both parties to the Contract as the original, but not final, interpreter of the Contract Documents. The Engineer shall, within a reasonable time, make original, but not final, decision on all claims of the Contractor, on all matters relating to the 47 Cleaning & Lining Specifications - 1998 Notice to Bidders execution and progress or the work, or the interpretation of the Contract Documents. The Engineer shall make original decisions on questions as to quality of material furnished for the work, and on questions regarding the interpretation of the Plans and Specifications relating to the work, and to the amount and quality of the several kinds of work performed, and materials fumished which are to be paid for under the Contract. Any work not specifically provided in the Plans, but which may be fairly implied or understood, as included in the Contract, shall be done by the Contractor without extra charge, and the Engineer shall be permitted to make such corrections and interpretations as may be deemed necessary for such fulfillment of the Plans and Specifications. t • TV • s• •- If the Contractor should neglect to prosecute the work properly or fail to perform any provision of the Contract, the Owner after three (3) days written notice to the Contractor, may without prejudice to any other remedy the Owner may have, make good such deficiencies and may deduct the cost thereof from the payment then or thereafter due to the Contractor, provided, however, that the Engineer shall approve both such action and the amount charged to the Contractor. If by reason of any court proceedings, instituted by any third party or by the City, effecting, directly or indirectly, the construction or completion of any portion or portions of this improvement, the Contractor or the Owner shall be unable to construct or complete said portions of the work, and if in consequence thereof it shall, in the discretion of the City Council, be impractical to construct or complete any other portion or portions thereof, the Contractor shall, and does hereby waive Cleaning & Lining Specifications - 1998 Notice to Bidders any and all claims for damages because of such inability to complete the improvement as planned. In such event, the Engineer shall have the right to report any such improvement as completed, and the Contractor shall accept as full payment for his /her work on said improvement a sum of money determined in strict accordance with his /her proposal for the Contract, upon the basis of, and in proportion to the amount of work actually completed up to the time of stopping thereof. Any questions arising between the Inspector, placed upon the work by the Engineer, and the Contractor or the Contractor's Superintendent or Foreman, as to the meaning and intent of any part of the Plans or Specifications for this improvement shall be immediately brought to the attention of the Engineer and will be adjusted in the first instance by the Engineer. Failure on the part of the Engineer or his/her representative to discover and condemn or reject bad or inferior work or materials shall not be construed as an acceptance of any such work or materials, or any part of all of the improvement. To prevent disputes and litigations, it is further agreed by the parties hereto that the Engineer shall determine, in the first instance, the volume and quality of the several kinds of work embraced in these improvements. The Engineer shall decide, in the first instance, all questions relative to the execution of the work and the interpretation of the Plans and Specifications. w e Cleaning & Lining Specifications - 1998 Notice to Bidders 28. ROYALTIES AND PATENTS The Contractor shall pay all royalties and license fees. The Contractor shall defend all suits or claims for infringement of any patent rights and shall hold the Owner harmless for loss on account thereof, except that the Owner shall be responsible for all such loss when a particular design, process, or the product of a particular manufacturer or manufacturers is specified, but if the Contractor has reason to believe that the design, process or product specified is an infringement of a patent, the Contractor shall be responsible for such loss unless he/she promptly gave such information to the Engineer. Unless otherwise specified, all materials shall be new, and both workmanship and materials shall be of good quality. From the commencement of the work until the completion of the same, the Contractor shall be solely responsible for the work covered by this Contract and for materials delivered at the site. The Contractor may be required to, at any time, furnish a complete statement of the origin, composition, and manufacturer of any or all materials required in the work, or to submit samples of the same. The source of supply of the materials to be supplied shall be approved by the Engineer before delivery is started. The approval of the source of any material will stand only so long as the material itself conforms to the Specifications. 50 Cleaning & Lining Specifications - 1998 Notice to Bidders 30. DAMAGE TO EXISTING IMPROVEMENTS All damage to existing property or structures shall be repaired promptly by the Contractor. Such repairs shall be made according to the requirements of the Standard Specifications which govern such property or structures. 31. DISCRIMINATION Every Contract for or on behalf of the Owner shall be deemed to contain provisions by which the Contractor agrees ........................... A. That, in the hiring of common or skilled labor for the performance of any work under the Contract, or any sub - contract thereunder, no contractor, material supplier or vendor, shall, by reason of race, color, creed, religion, ancestry, national origin, sex (except where sex is a BFOQ), affectional preference, handicap (physical or mental), marital status, familial status, status with regard to public assistance, Vietnam era veteran status or age discriminate against the person or persons who are citizens of the United States who are qualified and available to perform the work to which such employment relates. B. That no contractor, material supplier or vendor shall in any manner discriminate against, or intimidate or prevent the employment of any such person or persons, or on being hired, prevent or conspire to prevent any such person or persons from the performance of work under the Contract which is contrary to the City of Minneapolis' Discrimination Policy as specified in Item "A" above. 51 Cleaning & Lining Specifications - 1998 Notice to Bidders C. That this Contract may be canceled or terminated by the Owner, and all money due, or to become due hereunder, may be forfeited for a second or any subsequent violation of the terms or conditions of this Contract. D. The exact terms of the contract pertaining to antidiscrimination and human rights shall be as contained in the form of the Construction Contract attached hereto and made a part of these Specifications. 32. SITES TO BE KEPT CLEAN The Contractor shall clean and keep clean the waste, materials or refuse resulting from the Contractor's operations, the site of work, the streets of work and public property occupied by the Contractor. Equipment not usable on the work site shall be promptly removed and the adjacent premises maintained in a neat and orderly condition at all times. Advertising signs in general will not be permitted on the work site. Upon completion of the work and before acceptance and final payment shall be made, the Contractor shall remove from the street, equipment, rubbish and temporary structures, restore in an acceptable manner all property, both public and private, which has been damaged during the prosecution of the work, and shall leave the site in a neat and presentable condition. 33. INSPECTION OF WORKMANSHIP AND MATERIALS All workmanship and materials, either at the installation or intended for it, are subject to the inspection and approval of the Engineer, either during manufacture or any other time and the Contractor must render such facilities as the Engineer 52 Cleaning & Lining Specifications - 1998 Notice to Bidders considers necessary for the inspection of such materials and work, whatever they may be. No materials or work shall be covered by the Contractor prior to the Engineer's inspection. If covered prior to such inspection they shall be uncovered by the Contractor at the request of the Engineer, and at the expense of the Contractor. The Engineer may order the work to be uncovered even though he /she may have been given an opportunity to inspect the same prior to its being covered. In such case, if the work, when uncovered, is found unacceptable under the contract terms, the Contractor shall bear all necessary expense of the uncovering, and of necessary corrections, repairs or replacements. If the work when uncovered complies with the contract terms the expenses of such uncovering and re- covering shall be bome by the Owner. The Engineer may reject and require immediate removal from the construction and premises of any material or work which is not in compliance with the Specifications. Any error or defect which may be discovered before final acceptance of the work must be corrected by the Contractor regardless of previous inspection. If, in the opinion of the Engineer, it is not expedient to correct injured work not done in compliance with the Contract, the Owner shall have the right, but is not required, to deduct the difference in value between the work done and that called for by the Contract, in accordance with competent cost estimates; and such deduction shall not be construed as a waiver, release or compromise of any other losses, costs, damages or causes of action of the Owner arising out such noncomplying work or materials; and the Contractor shall make good faith efforts to negotiate and consummate fair and proper settlement of such losses, cost, damages or causes of action. A, Cleaning & Lining Specifications - 1998 Notice to Bidders 34. DEFECTIVE WORK All work not conforming to the requirements of these Specifications shall be considered as defective and will be rejected. The Contractor shall remove and renew or repair all such defective work as ordered, in writing, by the Engineer. Should the Contractor fail, or refuse to remove or renew any defective work within ten (10) days, or to make any necessary repairs in an acceptable manner and in accordance with the requirements of these Specifications within the time indicated in writing, the Engineer shall have the authority to cause the unacceptable or defective work to be removed and renewed and or repaired at the Contractor's expense. Any expense incurred by the Owner in making these removals, renewals, or repairs, which the Contractor has failed or refused to make, shall be paid for out of any monies due or to become due the Contractor, or may be recovered from the Contractor and the surety under the Contractor's performance bond. The continued failure or refusal on the part of the Contractor to make any or all necessary repairs promptly, fully and in an acceptable manner shall be sufficient cause for the Owner, at the Owner's option, to purchase materials, tools and equipment, and employ labor or contract with any other individual, firm or corporation to perform and complete the work. All cost and expenses incurred thereby shall be charged against the Contractor, and the amount thereof shall be deducted from any monies due or which may become due the Contractor under this Contract, or shall be charged against the performance bond deposited. Any work performed, as described in this paragraph, shall not relieve the Contractor in any way from this responsibility for the work performed by the Contractor. 54 Cleaning & Lining Specifications - 1998 Notice to Bidders 35. FINAL INSPECTION The Engineer will make final inspection of all work included in the contract or any portion thereof, as soon as practicable after notification by the Contractor that such work is nearing completion. If such work is not acceptable to the Engineer, at the time of the Engineer's inspection the Engineer will advise the Contractor in writing as to the particular defects to be remedied before such work can be accepted. If, within a period of ten (10) days after such notification the Contractor has not taken steps to speedily complete the work as directed, the Engineer may, without further notice and without in any way impairing the Contract, make such other arrangements as the Engineer may deem necessary to have such work completed in a satisfactory manner. The cost of so completing such work shall be deducted for same from any monies due, or which may become due the Contractor on the Contractor's Contract. 36. MONTHLY PAYMENTS The Contractor may request partial payment during the progress of the work by submitting to the Engineer before the first application for payment, an itemized schedule as stated under Article 14 of these General Conditions. The schedule shall be supported by such evidence as the Engineer may require to establish its correctness. In applying for payment the Contractor shall submit a statement based on the "breakdown" schedule itemized in such form as the Engineer may direct showing the Contractor's right to the payment claimed. If payments are to be made on account of materials delivered and suitable stored at the site but not incorporated into the work, they shall, if required by the Engineer, be conditional upon submission by the Contractor of bills of sale or such procedure as will establish the Owner's title to such material or otherwise adequately protect the 55 Cleaning & Lining Specifications - 1998 Notice to Bidders Owner's title to such material or otherwise adequately protect the Owner's interest, except that no payment shall be made on account of materials delivered and stored at the site, until a substantial and bona fide start has been actually made on the construction covered by this Contract. Payments will be made no more often than once each month and only on the basis of the periodical estimate for partial payments which have been approved by the Engineer and as follows: Ninety (90) percent of the value of the work executed, or materials or equipment furnished, in approved manner including all approved additions or deductions and less any previous payments made to the Contractor or payments made for the Contractor's account. The making of progressive payments shall not be construed in any way as an acceptance or any of the work by the Owner and the making of such payments shall in no way relieve the Contractor from any of the requirements of the Contract documents. All prior estimates and partial payments shall be subject to correction on each periodical estimate for partial payment submitted as well as on the final payment. After final approval and acceptance by the Engineer of all materials and work embraced in the Contract, the Owner shall pay the Contractor the balance retained. 56 Cleaning & Lining Specifications - 1998 Notice to Bidders 37. FINAL PAYMENT Final payment for the work done on this Contract is dependent on the approval of the completed project by the Engineer, acceptance thereof by the Owner, and a satisfactory showing by the Contractor that the Contractor has complied with the provisions of Minnesota Statutes Annotated 290.92 requiring the withdrawal of State Income Tax for wages paid employees on this project. Receipt by the Clerk of the Owner, of a Certificate of Compliance from the Commissioner of Taxation will satisfy this requirement. The Contractor is advised that before such certificate can be issued, the Contractor must first place on file with the Commissioner of Taxation an affidavit that the Contractor has complied with the provisions of M.S.A. 290.92. The required affidavit form will be supplied by the Commissioner of Taxation, Centennial Building, St. Paul, MN 55101, on request. Final payment will not be made until the Contractor shall have filed with the Owner evidence in the form of an affidavit and such other evidence as may be required that all claims against the Contractor by reasons of the Contract have been fully paid or satisfactorily secured. If such evidence is not furnished, the Owner may retain out of any amount deemed due said Contractor sums sufficient to cover all unreceipted and unpaid and /or works, materials or claims. The Contractor shall be held responsible for any and all defects in workmanship, materials and equipment which may be developed in any part of the entire installation furnished by the Contractor, and upon written notice by the Engineer shall immediately replace and make good without expense to the Owner any such faulty part or parts and any damage done by reason of same, during the period of 57 Cleaning & Lining Specifications - 1998 Notice to Bidders five (5) years from the date of final acceptance of the installation of the Owner. Should the Contractor fail to make good the defective parts within a period of thirty (30) days of such notifications, after written notice has been given him/her, the Owner may replace these parts, charging the expense of same to the Contractor. Where materials or equipment installed carry a warranty by the manufacturer /s for a longer period of time, the warranty of the Contractor provided herein shall be correspondingly extended. It is agreed that this Article 38 shall not be construed to be the exclusive remedy of the Owner. 6*1 Cleaning & Lining Specifications - 1998 Notice to Bidders SPECIFICATIONS FOR THE CLEANING AND LINING OF 8 INCH AND 6 INCH CAST IRON WATER MAINS SECTION E - INSURANCE REQUIREMENTS 1. CONTRACTOR'S INSURANCE All insurance secured by the Contractor shall be issued by insurance companies acceptable to the City and admitted in Minnesota. The insurance specified may be in a policy or polices of insurance, primary or excess. The Contractor shall secure and maintain the following insurance: A. Workers' Compensation Insurance that meets the statutory obligations with Coverage B - Employer's Liability limits of at least $100,000 each accident, $500,000 disease - policy limit and $100,000 disease - each employee. B. Commercial General Liability Insurance with limits of at least $1,000,000 general aggregate, $1,000,000 products, - completed operations, $1,000,000 personal and advertising injury, $1,000,000 each occurrence, $50,000 fire damage, and $5,000 medical expense any one person. The policy shall be on an "occurrence" basis, shall include contractual liability coverage and the City shall be named an additional insured. W Cleaning & Lining Specifications - 1998 Notice to Bidders C. Commercial Automobile Liability Insurance covering all owned, non- owned and hired automobiles with limits of at least $1,000,000 per accident. D. Property Insurance covering all materials, equipment, supplies or goods that are intended for specific installation in the project, while such materials, equipment, supplies or goods are located at the project site, stored off site or in transit are the property of the Contractor not the property of the City of Minneapolis and any responsibility for insurance coverage before the City accepts the project as completed will be the responsibility of the Contractor. Acceptance of the insurance by the City shall not relieve, limit or decrease the liability of the Contractor. Any policy deductibles or retentions shall be the responsibility of the Contractor. The Contractor shall control any special or unusual hazards and be responsible for any damages that may result from those hazards. The City does not represent that the insurance requirements are sufficient to protect the Contractor's interests or provide adequate coverage. Evidence of coverage is to be provided on a City approved Certificate of Insurance. A thirty (30) day written notice is required if the policy is canceled, not - renewed or materially changed. The Contractor shall require any of its subcontractors to comply with these provisions. l Cleaning & Lining Specifications - 199 Notice to Bidders 2. INDEMNIFICATION: The Contractor will take all precautions to protect the public against injury and will defend, indemnify and hold the City, its officers, its employees and its agents harmless from all damages and claims of damages that may arise by reason of any negligence, malfeasance, misfeasance, or nonfeasance on the part of the Contractor while engaged in the performance of this Agreement, and against all loss by reason of the failure of the Contractor in any respect to fully perform all obligations under this Agreement. 61 01-AUG -98 10:1 TALI FROM- f3yRNAR August 6, 1998. Bonestroo, Rosene, Anderlik and Associates 2335 West Highway #36 St. Paul, MN 55113 Attention: Mr. Vince Vander Top Re: City of New Hope, Minnesom Dear Sir: +906 -312 -9800 We are pleased to provide a price for the following work: 1) Meebanically clean and epoxy line 6" cast iron Watermain, T -889 P.02/02 F -316 8011' @ $18.00/ft = $14400.00 Our price is based on the following: a. All bypass, access pits, chlorination and restoration to be cot ipleted by others. b. Three access pits required approximately 400' apart with a t iinimum of 5' opening in the pipe. Thank you for the opportunity of pricing this work, if you have ar y questions please do not hesitate w call. Since f handy Davis Chief Estimator CORMAR CONTRACTING - A ?MILIP UTILITIES COMP4N7 r % 200 FASTPORT BOULEVARD. n"n.TOK O"TARIO L ®M 754 TEL. 19031 312 -97 4 FAX (205) 312*9800 lk September 23, 1998 City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 Re: Project 644 Cleaning and lining watermain on Rhode Island Attn: Jeannine Clancy Director of Public Works Dear Jeannine: Attached are the executed copies of contracts, bonds and certificate of insurance forms for the above noted contract. Should you have any questions, please do not hesitate to call. Sincerely, Randy Davis Chief Estimator CORMAR CONTRACTING - A PHILIP UTILITIES COMPANY 200 EASTPORT BOULEVARD, HAMILTON, ONTARIO LSH 7S4 TEL: (905) 312 -9700 FAX: (905) 312 -9800 %a .' CITY OF NEW HOPE CONTRACT FOR CLEANING AND LINING WATERMAIN ON RHODE ISLAND PROJECT 644 For valuable consideration as set forth below, this contract dated the 12th day of August, 1998, is made and signed by the City of New Hope (hereinafter "City ") and Cormar Contracting. (hereinafter "Contractor'). 1. CONTRACT DOCUMENTS The Contractor hereby promises and agrees to perform and comply with all the provisions of this Contract and specifications, all of which are incorporated hereby by this reference. This Contract shall compromise the total agreement of the parties hereto. No oral order, objection or claim by any party to the other shall affect or modify any of the terms or obligations contained in this Contract. 2. THE WORK The work to be performed by Contractor under this Contract (hereinafter the "Work "), is defined in Exhibit A (request for proposal). Any modifications to the work defined in Exhibit A will be made in writing. 3. CONTRACT PRICE The City agrees to pay the contractor $14,400 dollars (Fourteen thousand four hundred dollars), payable in accordance with the payment terms of the City of New Hope Instruction to Bidders. Contractor will be charged liquidated damages assessed in the amount of $100 per day for every calendar day that the contract remains uncompleted beyond the 15th day of October, 1998. Total amount of this contract shall not exceed $14,400. 4. COMPLETION DATE Contractor shall complete his performance under this Contract by the 15th day of October, 1998 (hereinafter "Completion Date "). 5. INSURANCE /BOND Before beginning actual work under this Contract, the Contractor shall submit to the City and obtain the City's approval of a certificate of insurance on Standard Form C.I.C.C. -701 or ACORD 25 forms, showing the following insurance coverage and listing the City as a loss payee under the policies: a. General Contractor Liability: $1,000,000.00 b. Automobile Liability for all Automobiles: $1,000,000.00 c. Workman's Compensation: Statutory Amounts Contract Page 2 This certificate must provide for the above coverages to be in effect from the date of the Contract until 30 days after the Completion Date and must provide the insurance coverage will not be canceled by the insurance company without 30 days written notice to the City of intent to cancel. The certificate must further provide that the contractor's insurance coverage is primary coverage notwithstanding any insurance coverage carried by the City that may apply to injury or damage relating to the maintenance or repair of the City's streets or right -of -ways by either the City or any employee, agent, independent contractor or any other person or entity retained by the City to perform the services described herein. This certificate must further provide that the Contractor's insurance coverage is primary coverage notwithstanding any insurance coverage carried by the City that may apply to injury or damage relating to the maintenance or repair of the City's streets or right -of -ways by either the City or any employee, agent, independent contractor, or any other person or entity retained by the City to perform the services described herein. The Contractor shall furnish Performance and Materials /Labor Bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all Contractor's obligations under the Contract Documents, These Bonds shall remain in effect at least until one year after the date of final payment, except as otherwise provided by law. All Bonds shall be in the forms prescribed by the Contract Documents and be executed by such Sureties as (A) are licensed to conduct business in the State of Minnesota, and (B) are named in the current list of "Companies Holding certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All bonds signed by an agent must be accompanied by a certified copy of the authority to act. If the Surety on any Bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Minnesota or it ceases to meet the requirement of clauses (A) or (B) in the previous paragraph, Contractor shall within five days thereafter substitute another Bond and Surety, both of which shall be acceptable to City. All bonds and insurance are subject to the review and approval of the New Hope City Attorney. 6. LAWS REGULATIONS AND SAFETY The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations applicable to performance under this Contract. M10 The Contractor agrees to indemnify, defend and hold the City harmless from any damages, including costs and attorney's fees, from any claims, demands, actions or causes of action arising out of any act or omission on the part of the Contractor or its agents, servants or employees in the performance of or with relation to any of the work or services performed or furnished by the contractor under this Contract. 8. ASSIGNMENT The Contractor shall not assign or transfer, whether by an assignment or notation or otherwise, any of its rights, duties, benefits, obligations, liabilities or responsibilities without prior written consent of the City. Contract Page 3 9!0 The address and telephone number of the Contractor for purposes of giving notices and any other purpose under this contract shall be Cormar Contracting, 200 Eastport Boulevard, Hamilton, Ontario. The address of the City for purposes of giving notices and any other purpose under this contract shall be 4401 Xylon Avenue North, New Hope, MN 55428. The contact person for this contract is Jeannine Clancy, Director of Public Works, at 533 -4823, Ext. 16. IN WITNESS WHEREOF, the parties to this Contract have hereunto set their hands and seals as of the day and year first above written. CONTRACTOR ol— r �._ �7 _.--� Its Representativo ,-' Contract Page 4 STATE OFMINNESOTA ) ' >ss. COUNTY {)FHENNEP|N ) �� ^/���// he foregoing was acknowledged before me � /u day of 199k byVK Peter Enok and Daniel J. Donahue, the Mayor and City Manager, ral9pentivek/.of the City of New Hope, o Minnesota municipal corporation, on behalf ofsaid municipal corporation. STATE OFMINNESOTA ) )so. COUNTY OFHENNEP|N ) The foregoing was acknowledged before me on 199f , by � "BR�C� �RCH0KL0 �k!WE'm Comm�suno� c, R �a Hond nodudnn mf �mxo� VYatsr��n mn� Bou� rjcjot day of on behalf of THE AMERICAN INSTITUTE OF ARCHITECTS LABOR & MATERIAL PAYMENT BOND (AIA 311) Know All Men By These Presents: THAT CORMAR CONTRACTING LIMITED AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA unto THE CITY OF NEW HOPE BOND #: 190456025 , as Principal, and , as Surety, are held and firmly bound , as Obligee, in the sum of Fourteen- Thousand - Four - Hundred and 001100 dollars ( $14,400.00 ) Dollars, for the payment of which sum, well and truly to be made, the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, The Principal has entered into a written contract dated 9/25/98 with the Obligee for CLEANING AND LINING WATERMAIN ON RHOED ISLAND PROJECT 644 in accordance with drawings and specifications prepared by 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 Prinicpal 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, then this obligaton shall be void: otherwise it shall remain in full force and effect, subject, however, to the following conditions: 1. A claimant is defined as one having a direct contract with the Principal or with a Subcontractor of the Principal for labor, material or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the Contract. 2. The above named Principal and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final payment for such sum or sums as may be justly due claimant, and have execution thereon, The Owner shall not be liabile 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, other than one having a direct contract with the Principal, shall have given written notice to any two of the following: The Principal, The Owner, or the Surety above named, whithin ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or perfomed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in any envelope addressed to the Principal, Owner or Surety, at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by public officer. b) 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. c) Other than in a state court of competent jursidiction in and for the country 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 no elsewhere. 4. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder. inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvements, whether or not claim for the amount of such lien be presented under and against this bond. Signed and Sealed this 17 day of September j (Witness) 1998 CORMAR CONTRACTING LIMITED (Principal) L. (Title) 9A WV0A*-CASUALTY COMPANY OF REAPING, PENNSYLVANIA PAMELA K. RIFE WC Record #: 4420 THE AMERICAN INSTITUTE OF ARCHITECTS PERFORMANCE, BOND (AIA 311) Know All Men By These Presents: THAT CORMAR CONTRACTING LIMITED AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA THE CITY OF NEW HOPE Fourteen- Thousand - Four - Hundred and 00/100 dollars BOND #: 190456025 , as Principal, and , as Surety, are held and firmly bound , as Obligee, in the sum of ( $14,400.00 ) Dollars, for the payment of which sum, well and truly to be made, the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, The Principal has entered into a written contract dated 9/25198 with the Obligee for CLEANING AND LINING WATERMAIN ON RHOED ISLAND PROJECT 644 in accordance with drawings and specifications prepared by 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 and faithfully perform said Contract, 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 or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default or shall promptly 1. Complete the Contract in accordance with its terms and conditions, or 2. Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available as work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price" as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. Any suit under this bond must be instituted before the expiration of two (2) years from the date on which final payment under the Contract falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators or successors of Owner. Signed and Sealed this 17 day of September , 1998 f (Witness) CORMAR (Principal) (Title) TY COMPANY OPAEADING, PENNSYLVANIA PAMELA K. RIFE WC Record #: 4420 P OWER IE ATTO A ppo pqMG I NDUIDUAL ATTORNEY-PIT Know All Men By These Presents, That CONTINENTAL CASUALTY COMPANY, an Illinois corporation, NATIONAL FIRE INSURANCE COMPAN OF HARTFORD, a Connecticut corporation, AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a Pennsylvania corporation (herein collectively called "the CNA Surety Companies "), are duty brganized and existing corporations having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signature and seals herein affixed hereby make, constitute and appoint Rosalie A. Maresca, Pamela K. Rife,' Mark Fitzgerald, Elizabeth Marrero..Jhdlviduati at NeW TOrK, IVeW IU1 t+ their true and lawful Attomey(s) -in -Fact with full power and authority hereby conferred to sign, sea{ and execute for and. on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fatly and to the same extent as if such instruments were signed by a duly authorized officer of their corporations and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed, This Power of Attorney is made and executed pursuant to and by authority of the By -Laws and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the corporations. In Witness Whereof, the CNA Sureties Campaniles have caused these presents to be signed by their Group Vice President and their corporate seals to be hereto affixed on this 13th day of December 1996 CONTINENTAL CASUALTY COMPANY 1NSUA��; NATIONAL FIRE INSURANCE COMPANY OF HARTFORD ,UZ AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA c?g *tstoRPSt�.�,a JULY 11. 9- iae7 NARK • �� M.C. Vannahme Group Vice President State of Illinois, County of Cook, ss: December 1956 • , before me personally came On this 13th day of M. C. Vannahme , to me known, who, being by me duly sworn, did depose and say: that he resides in the Village of Darien State of Illinois; that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA described In and which executed the above instrument; that he knows the seals of said corporations; that the seats affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuent,to Tike authority, and acknuwiedgas Marna to be the act and deed of said corporations. NOTARY PUBLIC r Co. My Commission Expires June 5, 2000 Eileen T. Pachuta Notary Public CERTIFICATE 1, John M. Littler , Assistant Secretary of CONTINENTAL CASUALTY COMPANY, tATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By-Law and Resolution of the Board of Directors of each corporation printed on the reverse are still in fo rce. In.testimo whereof I have hereunto subscribed my name and affixed the seals of the said corporations re to stet this day of p$' CONTINENTAL CASUALTY COMPANY, fit? Nl+ty ° �.@� NATIOONAL FIRE INSURANCE COMPANY OF HARTFORD AME111CAN CASUALTY COMPANY OF READING, PENNSYLVANIA C so SEAL NARn" s 1887 _ John M. Littler Assistant Secretary (Rev. ?ti 4195) 1 R351 M211 ON 9/17/98 , BEFORE ME PERSONALLY CAME PAMELA K. RIFE, TO ME KNOWN WHO BEING BY ME DULY SWORN DID DEPOSE AND SAY THAT BE/SHE RESIDES IN NEW YORK, NY_, AND THAT HE/SHE IS AN ATTORNEY- IN-FACT OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA -1 THE CORPORATION DESCRIBED IN, AND WHICH EXECUTED THE WITHIN INSTRUMENT; THAT HE/SHE KNOWS THE SEAL OF SAID CORPORATION; AND THAT HE/SHE SIGNED HIS/HER NAME THERETO BY LIKE ORDER; AND THAT THE SAID COMPANY HAS RECEIVED FROM THE SUPERINTENDENT OF INSURANCE OF THE STATE OF NEW YORK, AND SUCH CERTIFICATE HAS NOT BEEN REVOKED AMY BAXTER Z Z" Notary Public. State of Now York No.01BA5085901 Qualified in Kings County NOTAR PUB�41 Commission Expires Sept. 29,1999 CORPORATE ACKNOWLEDGEMENT OF ON THIS '�& DAY OF -- 199e- BEFORE ME PERSONALLY CAME ,TO ME KNOWN, WHO, BEING DULY SWORN, DID DEPOSE AND SAY; THAT HE/SHE RESIDES IN AND THAT HE/SHE IS THE TW e - , 7 L - L gp, THE CORPORATION DESCRIBED IN AND WHICH EXECUTED THE ABOVE INSTRUMENT; THAT HE/SHE KNOWS TEE SEAL OF THE SAID CORPORATION; THAT THE SEAL AFFIXED TO SAID INSTRUMENT IS SUCH' SEAL; THAT IT WAS SO AFFIXED BY THE ORDER OF THE BOARD OF DIRECTORS OF SAID CORPORATION, AND THAT 111E/SHE SIGNED HIS NAME THERETO BY LIKE ORDER. NOTARY PUBLIC S � 1r bF ool" a INSUR COMP AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA STATEMENT OF ASSETS AND LIABILITIES December 31, 1997 ASSETS: Cash $ 667,306 Short-term investments (principally U.S. Government Obligations) 40,393,574 United States Government obligations 714,216,832 Other public bonds 187,383,428 Industrial and miscellaneous bonds 41,469,233 Preferred stocks - Common stocks of affiliated companies 289,109,872 Other common stocks 1,611,732 Real Estate 408,229 Premiums and agents' balances in course of collection 63,658,272 Premiums, agents balances and installments booked but deferred and not yet due 21,287,575 Accrued retrospective premiums 33,373,309 Accrued interest dividends and rents 10,416,307 Other Assets 71,152,473 Admitted Assets $ 1,475,148,142 LIABILITIES: Unearned premium reserve $ 129,705,862 Reserve for loss and loss adjustment expense 822,040,713 Reserve for taxes, licenses and fees Cnciuding federal income taxes) 5,347,154 Other Liabilities 31,973,069 Total Liabilities $ 989,066,798 SURPLUS: Capital paid up ($5.00 par value) Shares authorized: 2,000,000 issued: 840,000' $ 4,200,000 Surplus 481,881,343 Surplus as Regards Policyholders 486,081,343 Total 1,475,148,141 Failure of items to add to totals shown is due to rounding. State of Illinois ) ) ss County of Cook) On this 20th day of April, 1997, before me came Patricia L. Kubera and Mary A. Ribikawskis, known to me personally to be the Group Vice President and the Assistant Secretary, respectively, of the American Casualty Company of Reading, Pennsylvania being fully sworn, certify and attest that the foregoing statement is a true and correct statement of the assets and liabiliti s of the said company as of the date showD in th t , Mary A 'bikawskis, Assistant Secretary Patricica L. Kubera, Croup Vice-PresicTe Notary Public "OFFICIAL SEAL" s + MARY JO ABEL NOTARY PUBLIC, STATE OF ILLINOIS o * My Commission Expires Mar. 6, 2000 ± + +soa +o +o+ + + + 0000eso + + + + + eso xWnrd1v.vA8 .sKrrs7.:a.s Acco ay7Isa 3:40 AM A 9115/98 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE WILLIS CORROON HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 145 KING STREET WEST, SUITE 1200 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. TORONTO, ONT. M5H 1J8 CANADA COMPANIES AFFORDING COVERAGE ATTN: JUDY JOSOL COMPANY COMMERCE & INDUSTRY INSURANCE COMPANY A INSURED CORMAR CONTRACTING LIMITED COMPANY A WHOLLY -OWNED SUBSIDIARY OF PHILIP SERVICES CORP B 200 EASTPORT BLVD, COMPANY HAMILTON, ONTARIO C AMERICAN INTERNATIONAL SPECIALTY LINES CO. L8H 7S4 ATTN: RANDY DAVIS- FAX NO.: 905 - 312 -9800 COMPANY D MIME THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED B Y THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YY) POLICY EXPIRATION DATE (MM /DD/YY) LIMITS GENERAL LIABILITY GENERAL AGGREGATE $ 2 X COMMERCIAL GENERAL LIABILITY GL1525551 10/31/97 10/31/98 PRODUCT - COMP /OP AGG $ 1,000 CLAIMS MADE X OCCUR PERSONAL & ADV INJURY $ 1 A OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE $ 1,000,000 FIRE DAMAGE (Any one fire) $ 1 MED EXP (Anyone person) $ 10,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 X ANY AUTO ALL OWNED AUTOS BODILY INJURY $ A CAI 691845 10/31/97 10131/98 (Per person) SCHEDULED AUTOS X HIRED AUTOS BODILY INJURY $ X NON -OWNED AUTOS (Per accident) - - -- PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER T HAN AUTO ONLY: EACH ACCIDE $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ 5,000,000 X UMBRELLA FORM BE1525552 10/31/97 10/31/98 AGGREGATE $ 5 A OTHER THAN UMBRELLA FORM $ WORKER'S COMPENSATION AND X ToRVi A MIrs ER _ EMPLOYERS' LIABILITY NWA011286504 12/31/97 12/31/98 EL EA A $ 1,00 0,000 B THE PROPRIETOR/ INCL _ EL DISEASE - POLICY LIMIT $ 1,00 000 PARTNERS /EXECUTIVE OFFICERS ARE: HEXCL EL DISEASE - EA EMPLOYEE $ 1 0%%CTOR'S POLLUTION $5,000,000 PER OCCURRENCE C LIABILITY POLLUTION ERRORS & OMISSIONS COPS7619609 10/31/97 10/31/98 $5,000,000 AGGREGATE INCLUDING ASBESTOS ABATEMENT & LEAD LIABILITY ABATEMENT DESCRIPTION OF OPERATIONS (LOCATIONSNEHICLESISPECIAL ITEMS THE CERTIFICATE HOLDER IS ADDED AS AN ADDITIONAL INSURED, BUT ONLY WITH RESPECT TO LIABILITY ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED. RE: PROJECT #644; CLEANING AND LINING WATERMAIN ON RHODE ISLAND SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE THE CITY OF NEW HOPE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL *)WMKXX MAIL 4401 XYLON AVENUE NORTH 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, NEW HOPE, MN AX N NX XXXOXXX 55428 XixxkAx)w"y6ll)o CXY)kxx "xw<xw I xx" i xxwmx AUTHORIZED REPRESENTATIVE lr,t., <1i. ..,itt �S,y1,..b �a. ` 1 "1 ,hhsl�.s „.p:X. ,1 tt. ..apt' I' i s 'i i ' ' Originating Department Approved for Agenda Agenda Section Public Works 2 -22 -99 Consent Item No. By: Guy Johnson I By: U/ 1 6.7 MOTION APPROVING FINAL PAY REQUEST TO G.L. CONTRACTING INC. IN THE AMOUNT $37,078.34 FOR THE RHODE ISLAND WATER MAIN REPAIR (PROJECT 644) I , (-nntracfing Inc. has requested final paayment for Q "lurk related t� the lining of the Rhode III Island water main between 60 Avenue and 61' Avenue. The final pay request is in the amount of $37,078.34. The project was completed in two phases. The first phase included installation of a temporary water service for the neighborhood, excavation of the water main to allow Midwest Pipeline Rehabilitation to clean and inspect the pipe, installation of a new fire hydrant, and temporary restoration of the street. After the cleaning and inspection of the water main pipe, it was determined that the pipe would need to be replaced or a liner installed. The decision was made to line the pipe and Council approved the contract for this phase of the work on August 8, 1998. This phase included putting the temporary water service back on line, excavation of the water main in certain areas to allow Cormar Contracting to line the inside of the pipe, replacing portions of water main at both ends of the project that could not be lined, removal of the temporary water services, and final restoration of the street. The City Engineer's office reports that all work has been satisfactorily completed and recommends that final payment be made to G.L. Contracting Inc. in the amount of $37,078.34. Staff recommends approval of the motion. I: Rfa \Pubworks\Fina1644G1 MOTION BY 61W4 0 0C ` TO: Review: Administration: Finance: Bonestroo, Rosene, Anderlik and Associates, Inc. is an Affirmative Actiorr:Equal Opportunity Employer Princip.. -Ns: Otto G. Bonestroo, P.E. • Joseph C. Anderlik, P.E. • Marvin L. Sorvala, RE. Richard E. Turner, P.E. • Glenn R. Cook, RE. • Robert G. Schunicht, P.E. • Jerry A. Bourdon, P.E. Robert W Rosene, P.E. and Susan M. Eberlin, C.P.A., Senior Consultants Associ,,.te Principals: Howard A. Sanford, P.E. • Keith A. Gordon, P.E. • Robert R. Pfefferle, P.E. Richard W. Foster, P.E. • David O. Loskota, P.E. • Robert C. Russek, A.I.A. • Mark A. Hanson, RE. Michael T. Rautmann, PE. • Ted K.Field, P.E. • Kenneth P Anderson, PE. • Mark R. Rolfs, RE. Sidney R Williamson, PE., L.S. • Robert E Kotsmith • Agnes M. Ring • Michael R Rau, P.E. Allan Rick Schmidt, P.E. Offices: St. Paul, Rochester, Willmar and St. Cloud, MN • Milwaukee, W1 Website: , �vsvw.bonestroo.com January 26, 1999 G.L. Contracting Inc 4300 Willow Drive Medina, MN 55340 Re: City of New Hope Rhode Island Water Main Repair New Hope Project No. 644 BRA File No. 00034 -98 -807 To Whom It May Concern: Transmitted herewith are five (5) of Request for Payment No. 1 and Final for the above - mentioned project. Please keep the copy marked Contractors Copy for your records and sign and return the remaining four (4) copies to me. In order to final this project, the City also requires a completed Minnesota Withholding Form IC- 134. Please send this signed form with the copies of the pay request to our office to my attention. Should you have any questions regarding this, please feel free to call me at (651) 604 -4790. Very Truly Yours, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. 7':� ---- � , '�" - -, �!: �- � Vince T. Vander Top Enclosures VTV:dsb cor34- 98- 80 7contractorpayestltrfinal2.doc 2335 West Highway 36 a St. Paul, Mid 55113 a 651 - 636-4600 a F ax: 651-636 -1311 Bonestr Owner: City of New Hope 4401 X Ion Ave N, New Hope, MN, 55428 -4898 Date: Janua 26, 1999 Rosen Andertik & For Period: 7/23/98 to 1/25/99 Request No: i /Final Associates :n ineers S Architects Contractor: G L Contracting, 4300 Willow Drive, Medina, MN 55340 REQUEST FOR PAYMENT RHODE ISLAND WATERMAIN REPAIR BRA FILE NO. 00034 -98 -807 NEW HOPE PROJECT NO. 644 SUMMARY 1 Original Contract Amount 2 Change Order - Addition $ 3 Change Order - Deduction $ 4 Revised Contract Amount 5 Value Completed to Date 6 Material on Hand 7 Amount Earned 8 Less Retainage 0% 9 Subtotal 10 Less Amount Paid Previously 11 AMOUNT DUE THIS REQUEST FOR PAYMENT NO. 1/Final Recommended for Approval by: BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. Ol Approved by Contractor: G L CONTRACTING INC $ 37,078.34 n nn $ 37,078.34 $ 37,078.34 $ 0.00 $ 37,078.34 $ 0.00 $ 37,078.34 $ 0.00 $ 37.078.34 Specified Contract Completion Date: Date: fiq glcontracting RequestAs No. Item Unit Invoice # 036728 1 Temporary water service LS 2 Water main excavationlrepair at hydrant LS 3 Construct new hydrant LS Total Invoice # 036728 Invoice # 036831 4 Reconstruct water service, excavate access pits, water main materials LS Total Invoice # 036831 Invoice # 036981 5 Remove water service LS Total Invoice # 036981 Invoice # 036982 6 Maintain water service LS Total Invoice # 036982 Invoice # 036983 7 Remove /Replace water main - Rhode Island N. End LS Total Invoice # 036983 Invoice # 036984 8 Remove /replace water main - Rhode Island S. End LS Total Invoice # 036984 Invoice # 036985 9 Street restoration LS Total Invoice # 036985 Total Invoice # 036728 Total Invoice # 036831 Total Invoice # 036981 Total Invoice # 036982 Total Invoice # 036983 Total Invoice # 036984 Total Invoice # 036985 Total Work Completed to Date Contract Unit Quantity Price 1 $3,779.50 1 $4,331.60 1 $1,200.00 Quantity Amount to Date to Date 1 $3,779.50 1 $4,331.60 1 $1,200.00 $9,311.10 1 $6,319.79 1 $900.00 1 1 $379.50 1 $8,159.83 1 $6,140.82 1 $5,867.30 1 $6,31979 $6,319.79 1 $379.50 $379.50 1 $8,159.83 $8,159.83 1 $6,140.82 $6,140.82 1 $5,867.30 $5,867.30 $9,311.10 $6,319.79 $900.00 $379.50 $8,159.83 $6,140.82 $5,867.30 $37,078.34 glcontracting RequestAs PROJECT PAYMENT STATUS OWNER CITY OF NEW HOPE NEW HOPE PROJECT NO. 644 BRA FILE NO. 00034 -98 -807 CONTRACTOR G L CONTRACTING INC CHANGE ORDERS Date Description Amount Total Change Orders PAYMENT SUMMARY No. From To Payment Retainage Completed 1 /Final 07/23/98 01/25/99 37,078.34 I 37,078.34 Material on Hand Total Payment to Date $37,078.34 Original Contract $37,078.34 Retains a Pay No 1 /Final Chan e Orders Total Amount Earned $37,078.34 Revised Contract $37,078.34 glcontracting RequestAs UNNINNOWANNIMANNINIUM MINNESOTA Department of Revenue Withholding Affidavit for Contractors % This affidavit must be approved by the Minnesota Department of Revenue before the state of Minnesota or any of its subdivisions can make final payment to contractors. xt. rL 4 E o «C C 2' 4A IC -134 Please type or print clearly. This will be your moiling label for returning the completed form. — — — — — — — — — — — — ��Com any name Daytime phone Minnesota withholding tax ID number �_ 1 (&)2 -) J - 7 S/- "1 9L4 0 tS"WzS, Address ( Total contract amount 1 Month /year work began City State Zip Code I Amount still due Month /year work ended $ — Vv Project number Project location Project owner Address City State Zip code Did you hav employees work on this project? IQ Yes ❑ No If no, who did the work? Check the box that describes your involvement in the project and fill in all information requested. ❑ Sole contractor ❑ Subcontractor Name of contractor who hired you Address Prime contractor —If you subcontracted out any work on this project, all of your subcontractors must file their own IC -134 affidavits and have them certified by the Department of Revenue before you can file your affidavit. For each subcontractor you had, fill in the information below and attach a copy of each subcontractor's certified IC -134. If you need more space, attach a separate sheet. Business name Address Owner /Officer Withholding Division, Mail Station 6610, St. Paul, MN 55146 -6610 Certificate of Compliance Based on records of the Minnesota Department of Revenue, I certify that the contractor who has signed this certificate has fulfilled all the requirements of Minnesota Statutes 290.92 and 290.97 concerning the withholding of Minnesota income tax from wages paid to employees relating to contract services with the state of Minnesota and /or its subdivisions. Department of Revenue approval Date U�02e� FEB 18 tq�QQ Stock No. 5000134 )Rev. 11 /46) Printed om ,ecycje6 p aper with 10% post - consumer waste using soy -based ink. t declare that all information I have filled in on this form is true and complete to the best of my knowledge and belief. I authorize the Department of Revenue to disclose pertinent information relating to this project, including sending copies of this form, to the prime contractor if I am a subcontractor, and to any subcontractors if I am a prime contractor, and to the contracting agency. Originating Departrn Approved for Agenda Agenda Section Public Works 1 11/8/99 1 Consent By: Guy Johnson ! 6.7 MOTION APPROVING FINAL PAY REQUEST TO CORMAR CONTRACTING IN THE AMOUNT OF $12,906.00 FOR CLEANING AND LINING THE RHODE ISLAND AVENUE WATER MAIN (CITY PROJECT NO. 644) REQUESTED ACTION Staff is recommending that the Council pass a motion to accept Improvement Project 644 and approve final payment to Cormar Contracting in the amount of $12,906.00. BACKGROUND This project involved cleaning the water main on Rhode Island Avenue between 60 and 61 st Avenues and lining the water main with an epoxy coating. Inspections had revealed that the water main in this area did not have a typical mortar lining and that rust deposits on the pipe wall were contaminating water in this main. While the City Engineer reported that all work was satisfactorily completed several months ago, the signed Withholding Affidavit (IC -134) has just recently been received from the contractor. The Engineer recommends that final payment be made to Cormar Contracting. FUNDING The final amount for work completed is $12,906.00. Funding for this project is available through the Water Department Operating Budget. ATTACHMENTS The pay request and the Engineer's letter recommending final payment is attached. • TO: P'- ldi' I: RFA\Pworks1644F1na1 .� MDT October 21, 1999 Tom Schuster City of New Hope Public Works 5500 International Parkway New Hope, MN 55428 Re: Rhode Island Ave. Water main — epoxy lining City Project No. 644 BRA File No. 34 -98 -807 Dear Tom: Last summer and fall Cormar Contracting completed a water main cleaning and lining project in Rhode Island Avenue between 60 and 61" Avenues. Previous inspections revealed that the water main did not have a standard or typical interior cement mortar lining. Consequently corrosion and rust deposits on the pipe wall were contaminating the water and restricting flow rates. Cormar Contracting removed the deposits and applied an epoxy lining. Water quality complaints have been eliminated and flow rates restored. The work was completed as specified and the water main appears to be functioning adequately. Attached find signed pay requests from Cormar contracting. A signed Withholding Affidavit (IC -134 form) was recently sent directly to the City. Also, attached is the project documentation received from Cormar. The documentation includes epoxy test strips and project reports.. A video tape of the water main was forwarded previously. We are also enclosing pictures of the construction and lining process. All information should be filed for future reference. Final payment in the amount of $12,906.00 represents compensation for cleaning and Iining 717 lineal feet of 6 -inch water main at the bid unit price of $18.00/L.F. The City has not made partial payments previously. We recommend that full payment be made to Cormar for work completed. Payment should be in the requested amount of $12,906,00. Sincerely, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. Vincent T. Vander Top cc: Guy Johnson Paul Coone Dale Reed Mark Hanson Bonestroo Rosene Anderlik & Associates Engineers & Architects Owner: City of New Hope 4401 Xylon Ave N New Hope, MN 55428 -4898 Date: December 15 1998 For Period: 11/1/98 to 12/15/98 Request NO: 1 /Final :,ontractor: Cormar Contracting 200 Eastport Blvd, Hamilton, Ontario 1-81-1 7S4 REQUEST FOR PAYMENT RHODE ISLAND WATERMAIN 60TH TO 61ST TELEVISE AND CLEANING BRA FILE NO. 00034 - 98-807 CLIENT PROJECT NO. 644 SUMMARY 1 Original Contract Amount 2 Change Order - Addition $ 0.00 3 Change Order - Deduction $ 4 Revised Contract Amount 5 Value Completed to Date 6 Material on Hand 7 Amount Earned 8 Less Retainage 0% 9 Subtotal 10 Less Amount Paid Previously 11 AMOUNT DUE THIS REQUEST FOR PAYMENT NO, 1 /Final Recommended for Approval by: BONEST 00, ROSENE, ANDERLIK & ASSOCIATES, INC. Approved by Contractor. CORMAR CONTRACTING Specified Contract Completion Date: 30 s'F $ 12,906.00 $ 12,906.00 $ 12,906.00 $ 0.00 $ 12.906.00 $ 0.00 $ 12.906.00 $ 0.00 $ 12.906.00 Approved by Owner: CITY OF NEW HOPE j Date: // l� CC requesUds M Contract Unit Base Bid Item Unit Quantity Price Clean and epoxy line 6" - cast iron water main LF 717 $18.00 Total Base Bid Total Base Bid Total Work Completed To Date Quantity Amount to Date to Date 717 $12,906.00 $12,906.00 $12,906.00 $12,906.00 requestAs PROJECT PAYMENT STATUS OWNER CITY OF NEW HOPE CLIENT PROJECT NO. 644 BRA FILE NO. 00034-98-807 CONTRACTOR CORMAR CONTRACTING CHANGE ORDERS No. nnta r%-- --'-A.- - - PAYMENT SUMMARY No. From To Payment Retainage Completed I/Final I 11/01/98 12/15/98 12,906.00 t 1 12,906.00 Material on Hand Total Payment to Date $12,906.00 Original Contract ruiwwit Retainage Pay No 1/Final Chanqe Orders Total Change Orders $12,906-00 PAYMENT SUMMARY No. From To Payment Retainage Completed I/Final I 11/01/98 12/15/98 12,906.00 t 1 12,906.00 Material on Hand Total Payment to Date $12,906.00 Original Contract $12,906.00 Retainage Pay No 1/Final Chanqe Orders Total Amount Earned $12,906-00 Revised Contract $12,906.00 requesUds This afticavit must be approved 13 the M Department of Revenue Defore the State Of Minnesota or any Of as subdivisions can make final payment to contraemrs. C..%.y rWW coRmAR coNTRAcT= LTD - A=rdw 200 EASMRT BLVD QVIF S=e zVP 0WO HAMILTON ONTARIO, CANAIDA L8H 7S4 m9novy0af #1M Dow SSPT0MF.R 1998 F --yoff -01V- tw4ua I O=BER 1998 TOM COW.,cl wn6unt $12,906.00 Tompno" AumW ( 905) 312-9700 Did you nave employees work on This pro YES it none. - 64ain who (3 Me *GrK: Amowm;adl Ooo' $12,906.00 numDer. I Prog= owner. CITY OF NEW 11= - Ad&es!a 440-1 XYTCZSl AVE NOW4 WW IMP IN 111111 malliFikiftolmilllill 1 11 Check the box that descrioes your involvement in the project ana fill in all information r0quSwVd 10 that mlfRgc'rY-' � Solie contractor F subcontractor it you are a subcontractor, fill in the name and aclaress of the contractor that Lured you: ❑ prime contractor it you subcontracted out any work on This project, all of your subcontractors must the their c-n IC - 1 34 affidavits and have them certified by the Department of Revenue before you can file your affidavit. For each subcontractor You had, fill in the business information below, and alTactl , co a Co of each subcontractor's certified IC-134. (it you need more space, attach a separate sheet., susin name Address Owner/Officer tomeomaimyKnoonecipampall— la— all Information I Hero dined in on triis form is mm and cOmPlil" Se nMng mptes of Tills roan, hen R to ad== paMnent intormaW raiat w tn.s pral=, inawaft ---hrkj WE rz For certification, Mal TO: Minnesota Department of Revenue, Business Trust Tax SGGE'on Mail Station 6610, St- Paul, MN 55146-6610 C o f Compliance with Minnesota Income Tax VAInholding UW Based on records of the Minnesota Department of Revenue, I c0mfY that the contractor who has signed this certificatO has f all the requirements of Minwsota Statures 290.92 and 290.97 concerning the iiintrihol4ing of Minnesota income tax from wages pair to employees relating To contract services with Ine 5taTe of Minnesota and/or its suodivlslons. Claw - i�-- OT — AW=nzU0 IPTHQ n k Vr OCT Bo Bonestroo, Rosene, Anderlik and Associates, Inc. is an Affirmative Action /Equal Opportunity Employer Principals: Otto G. Bonestroo, PE. • Joseph C. Anderlik. P.E. • Marvin L. Sorvala, P.E. - R®sene Glenn R. Cook, P.E. • Robert G. Schunicht, PE. • Jerry A. Bourdon, PE. Robert W. Rosene, P.E.. Richard E. Turner, P.E. and Susan M. Eberlin, C.P.A., Senior Consultants MEMM Associate Principals. Howard A. Sanford, P.E. • Keith A. Gordon, P.E. • Robert R. Pfefferle, P.E. Anderiik Richard W. Foster, P.E. • David O. Loskota, PE. • Robert C. Russek, A.I.A. • Mark A. Hanson, P.E. Michael T. Rautmann, P.E. • Ted K.Field, P.E. • Kenneth P Anderson, PE. • Mark R. Rolfs, P.E. Sidney A ssociates P Williamson, P.E., L.S. • Robert E Kotsmith • Agnes M Ring • Allan Rick Schmidt, P.E. Offices: St. Paul, Rochester, Willmar and St. Cloud, MN • Milwaukee. WI Engineers & Architects Website: www.bonestroo.com August 11, 1999 G. C. Sorohan Division Manager Cormar Contracting 200 Eastport Boulevard Hamilton, Ontario L8H 7S4 Re: Rhode Island Ave. Water main — epoxy lining City of New Hope, MN City Project No. 644 BRA File No. 34 -98 -807 Dear Gary: We have received the signed pay request and Minnesota Department of Revenue Withholding Affidavit for Contractors (Form IC -134). The IC -134 was not signed by a Minnesota Department of Revenue official. This must be done to certify the form. Certification can be completed by mailing one original and one copy of the form to the address shown on the bottom of the form. Final and complete payment will be made after a certified original form is received. The original form mailed last week is attached. We will retain the signed pay request. Sincerely, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. Vincent T. Vander Top cc: Guy Johnson, Director of Public Works Mark Hanson, City Engineer Tom Schuster, Contract Manager Valerie Leone, City Clerk 2335 West Highway 36 n St. Paul, MN 55113 ■ 651-636-4600 ■ Fax: 651-636 -1311 8onestroo, Rosene, Anderlik and Associates, Inc. is an Affirmative Action /Equal Opportunity Employer Principals: Otto G. Bonestroo, PE. • Joseph C. Anderlik, P.E. • Marvin L. Sorvala, PE. Glenn R. Cook, PE. • Robert G. Schunicht, P.E. • Jerry A. Bourdon, PE, Robert W. Rosene, P.E., Richard E. Turner, P.E. and Susan M. Eberlin, C.P.A., Senior Consultants Associate Principals: Howard A. Sanford, P.E. • Keith A. Gordon, P.E. • Robert R. Pfefferle. PE. Richard W. Foster, PE. • David O. Loskota, PE. • Robert C. Russek, A.I.A. • Mark A. Hanson, PE. Michael T. Rautmann, P.E. • Ted K.Field, P.E. • Kenneth P Anderson, P.E. • Mark R. Rolfs, P.E. Sidney P Williamson, PE., L.S. • Robert F. Kotsmith • Agnes M. Ring • Allan Rick Schmidt, P.E. Offices: St. Paul. Rochester, Willmar and St. Cloud, MN • Milwaukee, WI Website: www.bonestroo.com June 1, 1999 G. C. Tanager >ntracting )rt Boulevard Ontario L8H 7S4 Rhode Island Ave. Water main — epoxy lining City of New Hope, MN City Project No. 644 BRA File No. 34 -98 -807 Dear Gary: Last summer and fall Cormar Contracting completed a water main cleaning and lining project in the City of New Hope, Minnesota. The work was completed as specified and the water main appears to be functioning adequately. The City was prepared to make final payment in December of 1998. At that time the City requested IC -134 forms from Cormar as is required by the State of Minnesota. These forms were forwarded to you previously on two occasions. Please complete these forms such that final payment can be made and the project closed. If you require additional information or have questions, please call me at 651- 604 -4790. Sincerely, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. Vincent T. Vander Top cc: Guy Johnson, Director of Public Works Mark Hanson, City Engineer Tom Schuster, Contract Manager Valerie Leone, City Clerk 2335 West Highway 36 ■ St. Paul, MN 55113 ■ 651- 636 -4600 ■ Fax: 651-636-1311