Loading...
Imp. Proj. #550I IZ42i#11M �", Bids were opened on February 5, 1996 for the New Hope Elementary School storm sewer and grading improvements. Thirteen bids were received. The five lowest bidders are as follows: S.M. Hentges & Sons, Inc. $176,815.00 W.B. Miller, Inc. $188,282.50 Friedges, Inc. $191,372.50 Rohling Green Corp. $198,639.60 F.M. Frattalone Exc. & Grading, Inc. $204,511.40 In addition, staff recommends that alternates 2 and 3 be included in the award. They provide for a deduct for a 16 high backstop to be constructed vs. a 20' high backstop for field #2 and a 12 high backstop be constructed vs. a 20' backstop for field #3. This deduct totals $3,250 from the base bid. Therefore the contract award accepting the alternate for backstop height adjustment would total $173,565.00. The Robbinsdale School Board agreed at their 2/26/96 meeting to reimburse the City for the storm sewer portion of the project, a total of $42,155. The City's portion of the project becomes $131,410. TIF funding from the Ice Arena project will pay $63,000 because of the savings realized by using dirt from the Ice Arena and not having to pay to have that fill disposed of by that grading contractor. Staff recommends that the rest of the funding needed, $68,410, come from Road and Bridge for this project and that the bid be awarded to the low bidder, S.M. Hentges & Sons, Inc. 1 0 LOJ MW Review: Adniftiistration: Finance: f 7 CIZ1 CITY OF NEW HOPE RESOLUTION NO. 96-59 RESOLUTION AWARDING CONTRACT FOR NEW HOPE ELEMENTARY SCHOOL STORM SEWER AND GRADING IMPROVEMENTS INCLUDING ALTERNATES 2 & 3 (IMPROVEMENT PROJECT NO. 550) WHEREAS, pursuant to advertisement for bids for New Hope Elementary School Storm Sewer and Grading Improvements Project, bids were received, opened and tabulated according to law. Thirteen bids were received, the following bids were the five lowest received complying with the advertisement: Contractor: S.M. Hentges & Sons, W.B. Miller, Inc. Friedges, Inc. Rohling Green Corp. F.M. Frattalone Exc. Inc. & Grading, Inc. 9" $176,815.00 $188,282.50 $191,372.50 $198,639.60 $204,511.40 WHEREAS, Road and Bridge contains funding for this disbursement, and WHEREAS, TIF funding will be used as fill from the Ice Arena project will be used here instead of being disposed of outside the City at a much higher cost, and WHEREAS, The Robbinsdale Independent School District 281 Board of Directors resolved at their February 26, 1996 meeting to reimburse the City of New Hope for the storm sewer improvements, a total of $42,155, and WHEREAS, it appears that S.M. Hentges & Sons, Inc. is the lowest responsible bidder. NOW, THEREFORE, BE IT RESOLVED, by the City Council of the City of New Hope, Minnesota: 1 the Mayor and City Manager are hereby authorized and directed to enter into the attached contract with S.M. Hentges & Sons, Inc. in the name of the City of New Hope for New Hope Elementary School Storm Sewer and Grading Improvements according to the plans and specifications therefore approved by the City Council and on file in the office of the City Clerk. 2. The City Clerk is hereby authorized and directed to return forthwith to all bidders the deposits made with their bids, except that the deposits of the successful bidder and the next lowest bidder shall be retained until a contract has been signed. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 11th day of March, 1996. ayor Attest: lfze�� City Clerk — ' T y - 1tns+ene Pro'ect Name New Hope Elementary School, Storm Sewer & Grading Improvements Anderflk Assodat� Project No, 550 File No. 34176 Bid 4 nin 11:30 A.M., C.S.T., Monda , February 5, 1996 Owner Cit y of New Hope BID TABULATION Tabulation of l=ive Low Bids of Thirteen Received Bid No.1 Bid No. 2 Bid No. 3 S.M. Hentges W.B. Miller, Inc. Friedges, Inc. & Sons, Inc. No. Item Unit Part A - Site GradingiRestorationi (fill material stockpiled on -site) 1 Remmyc/Reiostall existing fence 2 Remove & dispose of ex. fence, poets 3 Furnish & insMU new fence. posts (2- 1x2'OD) 4 Remove existing backstop fencing 5 Salvage existing infield aglirw 6 suip/replace existing topsoil 7 Saivagefreinstall ex. goal posts wislee-VCs 8 Common excavation 9 Siltation fencing ODet. Plate SP -89) 10 Storm inlet prot*Ow (Det. Plate ERO.4) 11 Construct rock entrance (Det. Plate ERO -8) 12 Sod Total Pan A - Site Grading/Restoratioa Part. B - Storm 5eww Improvements 13 Remove existing a rbigati er 14 Remove ex. bituminous pavement 15 Remo- Wreinstall ex. split rail fencing 16 12 PVC, SDR 35 17 t2" Perforated PVC, SDR 35 (Fig. 3) 18 Std. CBMIH. 4' dia. wfR1642 Type C cstg. LF 230 EA 25 EA 25 EA 3 SY 4,000 SY 30,000 LS I CY 1:3,500 LF 400 LA 3 LS t SY 28,000 I.F SY 1.F LF LF EA 20 50 95 860 570 4 Unit Price 3.00 12,00 40.00 200.00 1.00 0.30 7.500.00 1.50 2.50 75.00 750.00 1.30 5.00 5.00 10_D0 15.00 16.50 1.,250.00 Total 690.00 300.00 1,000.00 600.00 4,000.00 9,000.00 7,500.00 20,250.00 1,000.00 225.00 750.00 36,400.00 $81,715.00 100.00 250.00 950.00 1 12,900.00 9,405.00 5,000.00 Unit Price 4 -25 8.00 40.00 350.00 0.60 0.35 600.00 3.00 1.50 150.00 1,000.00 1.50 4.25 2.30 5.00 14.00 15.00 1,00D.DO Total 977.50 200.00 1,000.00 1,050.00 2,400.00 10,500.00 600.00 40,500.00 600.00 450.00 1,000.00 42,000.00 3101,277.50 85.00 115.00 475.00 12,040.00 8,550.DD 4,000.00 Unit Price Total 4.40 5.00 43.00 450.00 0.60 0.60 2,300.00 1.60 1.50 16000 1,000.00 1.35 1,012.00 125.00 1,075.00 1,350.00 2,400.00 18,00000 2,300.00 21,600.00 600.00 480.00 1,000:00 37,800.00 S87,742.00 5.00 3:00 3.00 17.00 30.50 1,400.00 100.00 150.#1 285.00 14,620.00 17,385.00 5,fi00.00 I hereby certify that this is an exact 1'eprad t' n of rats r ceivec+' Mark A, Hanson, P. E, Registration No. 14260 Bid No. 4 Rohting Green Unit 1.82 5.20 19.30 208.00 0.70 0.75 322,00 3.00 3.00 100.00 1,400.00 t.46 418.60 130.00 482.50 624.00 2,800.00 22,500.00 32'2-01) 40,500.00 1,200.00 300.00 1,400.00 40,880.00 $111,557.10 10.00 10.00 4.60 12.50 15.00 970410 200.00 500.00 437.00 10,750.00 8,550.00 3,880.00 Bid No. 5 F.M. Frattalone Exc, & Grading, Inc. Unit Price T otal 3.95 14.10 48.00 368.00 0.23 0.8t 965.00 2.30 1.75 100.00 800.00 1.42 5.00 2.50 4.00 16.50 17.50 1,100.00 908.50 352.50 1.240.00 1,104.00 920.00 24,300.00 965.00 31,050.00 700.00 300.00 800.06 39,760.00 $102,360.00 100.00 125.00 380.00 14,194.00 9,975.00 4,400.00 341761bLwb2 19 Std CB w/R 1642 Type C cstg 24 Connect to ex. structure 21 Impr. pipe stabilization (6" deep) 22 Siltation fencing 23 Storm inlet protection 24 Construct curb and gutter 25 Aggregate base, Class 5 (100% ccusbed) 26 Type 31, bituminous base course (2" thick) 27 Type 41, bituminous wear course (1.5" thick) 28 Bituminous material formixture 29 Bituminous tack material 30 Sod Total Part B - Storm Sewer Improvements Part: C - Ball Field Construction 31 Redball diamond rock (4" !(rick) 32 4" P_E. drain pipe (Fig. 3) 33 Fencing (7 high) 34 Backstop fencing(2(Y high) 35 Concrete pavement (4" granular w/W 1CU10 wire woven fabric) 36 Player bench 37 Topsoil borrow Total Part C - Ball Feld Construction Total Part A - Site Grading/Restoration Tout Part B - Storm Sewer Total Part C • Ball Field Construction Total Base Bid Alternate 1- Site Grading/Restoration Part A. Site GradiaglRestoration (1111 material provided by contractor) 38 RemOYe /relnstalt existing fencing 39 Remove existing backstop fencing 40 Salvage existing infield aghme 4t Strip/replace, existing topsail 42 Salvagelransull ex. goal pouts wfsleeves 43 Conran borrow 44 Siltation fencing EA 3 950.00 2,850.00 1,000.()0 3,000.10 1,300.00 3,900.00 EA 5 350.00 1,750.00 240.00 (,000.00 400.04 2,000.00 LF 1,430 2.00 2,860.00 1.50 2,145.00 Lt0 1,573.40 LF 300 2.50 750.00 1.54 450.00 1.50 450.00 EA 8 50.00 400.00 150.00 1 160.00 1,280.00 LF 20 20.00 400.00 18.40 360.0D 25.00 500.00 TN 20 12.OD 240.00 15.00 300.00 15.00 300.00 TN 10 75.00 750.00 40.40 400.00 85.00 850.00 TN 8 75.00 600.40 50.00 400.00 90.00 720.00 TN 2 150.00 300.00 130.00 260.00 200.00 400.40 GA 10 5.00 50.00 5.00 50.00 2.00 20.00 SY 2,000 1.30 2,600.00 1.64 3,200.00 1.35 2,7{10.00 $198,639.60 $42,155.00 1.82 $38,030.00 3.95 552,833.00 TN Moo 15-OD 16,500.00 15.00 16,500.00 15.54 17,450.00 LF 345 7.00 2,415.40 3.00 1,035.00 7.50 2,587.50 LF 420 14.00 5,880.40 17.00 7,140.00 18.00 7,560.00 EA 3 3,750.40 41,250.00 3,640.00 14,800.00 4,000.00 12,000.00 SF 2,000 3.50 7,400.06 2.25 4,500.00 2.50 5,000.00 EA 6 1,250.00 7,500.00 1,000.00 6,000.04 700.00 4,200.00 CY 30D 8.00 2,400.00 10.00 3,000.00 8.00 2,400.06 $52,945.00 $48,975.00 $50,797.50 81,715.00 101,277.50 87,742.00 42,155.00 38,030.00 52,833.00 52,945.00 48,975.00 50,797.50 $176,815.00 .$188,282.50 S 191,372.50 LF 230 6.50 1,495.00 4.25 977.50 4.40 1,012.00 EA 3 200.00 600.00 300.00 900.04 450.00 1,350.00 SY 4,000 1.00 4,OOD.00 0.60 2,400.00 4.64 2,400.00 SY 34,000 4.30 9,0011.00 0.35 10,500.00 0.60 18,000.00 LS 1 7,506.00 7, 500.00 640.00 600.00 2,300.40 2,300.00 CY 13.500 654 87350.00 6.06 81,000.00 5.25 70,875.00 LF 400 2.50 1,000.00 1.50 600.00 1.50 600.00 834.00 2,490.00 1,100.00 3,300.00' 200.00 1,000.00 740.00 3,500.00 ISO 3,575.00 1.50 2,145.00 3.00 900.00 1.75 525.00 MOM 800.40 100.00 84(!.00 50.00 1,400.00 20.00 400.00 4L60 832.00 15.00 300.40 135.00 050.00 75.00 750.00 156.00 t,248.00 100.00 800.00 156.00 312.00 425.40 250.00 6.25 62.50 5.00 50.00 1.46 2,920.00 1.42 2,840.00 $40,806.50 $44.830.10 14.60 166060 -00 15.25 t6,775.00 3.00 1,035.00 12.00 4,140.00 4330 5,754.00 16.42 6,896.40 3,289.40 9,867.00 4,470.00 13,414.00 3.00 606.00 2.50 5,000.04 760.00 4,560.00 1,250.00 7,500.40 10.00 3,000.00 1200 3,600.00 $46,276.00 $57,321.40 111,557.10 102„360.00 40,806.54 44,830,00 44 276.00 57,321.40 $198,639.60 $204,511.40 1.82 418.60 3.95 908.50 208.00 624.00 368.00 1,104.00 0.70 2,80D.OD 013 92p.00 0.75 22,SMOD 0.81 24,300-00 322.00 322.00 965-Do 965.00 7.54 101,250.00 5.25 70.875.00 3.00 1,240.00 1.75 70(}.00 34176%t.wb2 45 Storm inlet protection EA 3 46 Sod SY 28,000 Taut Alternate 1- Site GmadifWltestoraation Alternate 2 47 Add or Deduct (circle one) from the unit price bid to construct 16 high backstop fencing in lieu of YY high backstop fencing (bid item #33) EA 3 Alternate 3 48 Add or Deduct (circle one) from the unit price- bid to construct IT high backstop fencing in lieu of 20' high backstop fencing (Item 1133) EA 3 Total Part A - Alternate 1- Site Grading*estwation Total Pad B . Storm Sewer (Base Bid) Total fart C - Ball )?field Construction (Base Bid) Total Alternate Bld 50.00 150.10 1.34 36,400.00 $147,895.00 Deduct (1,250.00) (3,750.40) Deduct (2,004,00) (6,000.00) 147,895.00 42,155.00 52,945.00 $244995.00 150.00 459.00 1.50 42,000.00 $13},427.50 Deduct (1,200.00) {3,600.00} Deduct ' (2,000.00) (61000.00) 139,427.50 38.030.00 48,975.00 $226,43150 160.00 480.00 1.35 37, 800.00 $1.34,817.00 Deduct (1,000.00) (3,000.00) Deduct (1,600.00) (4,800.00) 134 ,817.00 52, 833.00 50,797.50 $238,447.50 100.00 300.00 1.46 40,880.00 $170,294.60 Deduct (1,241.00) (3,723.00) Deduct (1,724.00) (5,172.00) 170,294.60 40,806.50 46,276.00 $257,377.10 i 100.00 300.00 1 1.42 39,760.00 fl $139,832.50 Q a i~ (A T Add 1,188.00 3,564.00 z C Add 3 2,055.00 6,165.00 CC G F 139,832.50 V 44,830.00 C 57,321.40 C $241,983.90 ' D U U C C 1.T. P: Cr, tTi 341761bcwb2 Bid No.1 Bid No. 2 Bid No. 3 Bid No. 4 Bid No. 5 Bid Bond 5% Bid Bond 5% Bid Bond 5% Bid Bond 5% Bid Bond 5% Bid Bond Cert.Check Cash Deposit Firm S.M. Hentges W.B. Miller, Inc. Friedges, Inc. RohGng Green Corp. F. M. Frattatone & Sons, Inc. Exc. & Grading, Inc. Address P.O. Box 69 6701 Norris Lke Rd. 9380 202nd St. 817 Gates Ave. 3066 Spruce Street City, State, Zip Jordan, MN 55352 Elk River, MN 55330 Lakeville, MN 55044 Blk River, MN 55330 St. Paul, MN 55117 By Steven M. Hentges William B. Miller John Friedges Gerald Rohling Mark R. Ryan Title President President President President Vice President Telephone No. (612) 492 -5700 (612) 241 -0690 (612) 469 -2996 (612) 441 -5127 (612) 484 -0448 Fax No. (612-) 492 -5705 (612) 241 -0580 (612) 469 -1755 (612) 441 -3851 (612) 484 -7839 341761b1.w42 Bonestroo, Rosene, AnGerlik and Associates, Inc. is an Affi; mative Action /Equal Opportunity Employer Principals: Otto G. Bonestroo, P.E. • Joseph C. Anderlik, PE. • Marvin L. Sorvala, RE. Richard E. Turner, P.E. ® Glenn R. Cooi:, P.E. ® Thomas E. Noyes, P.E. • Robert G. Schunicht, P.E. Jerry A. Bourdon, PE. • Robert W Rosene, P.E. and Susan M. Eberlin, C.P.A., Senior Consultants Associate Principals: Hr,',vard A. Sanford, PE. • Keith A. Gordon, P.E. • Robert R. Pfefferle, PE. Richard kV, Foster, PE. • David O. Loskota, P.E. • Robert C. Russek, A.I.A. • Mark A. Hanson, P.E. Michael T Rautmann, P.E. - Ted K.Field, P.E. Offices: St. Paul and Rochester, MN • Mequon, Wl March 13, 1996 S.M. Hentges & Sons, Inc. PO Box 69 650 Quaker Avenue Jordan, MN 55352 Re: New Hope Elementary School Storm Sewer & Grading Improvements New Hope, Minnesota City Project No. 550 BRA File No. 34176 Gentlemen: �rcPi � Enclosed are five (5) copies of the contract documents between you and the City of New Hope covering the above referenced project. Please have your bonding company complete pages 51 through 61 of the Conditions of the Contract. The insurance and indemnity requirements of pages 13, 14, 15, & 16 shall be provided. After the bonding company has completed the documents, forward them to the attorney listed below who will review them for the City of New Hope. Steven A. Sondrall, Atty. Corrick & Sondrall 5525 Edinbrook Crossing #203 Brooklyn Park, MN 55443 -1993 After the necessary City officials have signed the contracts, please distribute as follows: 2 copies Contractor (one for your file and one for your bonding company) 1 copy City of New Hope 1 copy Bonestroo & Associates, Attn. Mark Hanson Upon receipt of a signed contract and a filed Certificate of Insurance, approved by the City Attorney, a pre - construction conference will be scheduled with you and the City to review the project. After the pre - construction conference, you will be issued a notice to proceed with the work as outlined in the plans and specifications. Yours very truly, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. Mark Hanson, P.E. MAH:PAH enc: 5 cc: City of New Hope; Steven Sondrall, Atty. 2335 West Highway 36 a St. Paul, MN 55113-3898 - t;. CORRICK & SONDRALL, P.A. STEVEN A. SONDRALL ATTORNEYS AT LAW LEQAL A88WAK MICHAEL R. LAFLEUR SHARON D. DERBY MARTIN P. MALECHA Edinburgh Executive Office Plaza WILLIAM C. STRAIT 8525 Edinbrook Crossing Suite #203 Brooklyn Park, Minnesota 55443 TELEPHONE (612) 425-5671 FAX (612) 425-5867 Ms. Valerie Leone City Clerk City of New Hope 4.401 Xylon Avenue North New Hope, MN 55428 RE: City Project No. 550 New Hope Elementary School/District 281 Ball Field Grading Improvements Dear Val: Enclosed are the Contracts for the above-captioned improvement, al I of which have been reviewed and are in order from a legal standpoint. I have also reviewed the Certificates of Insurance, and these are also in order from a legal standpoint. Very truly yours, Martin P. Malecha s3m Enclosures April 25, 1996 4401 Xylon Avenue North New Hope, Minnesota 55428 -4898 Mr. Steven Hentges, President S.M. Hentges & Sons, Inc. PO Box 69 Jordan, MN 55352 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 Dep't. Fax. 612 - 531 -5175 SUBJECT: NEW HOPE ELEMENTARY SCHOOL STORM SEWER AND GRADING IMPROVEMENTS (IMPROVEMENT PROJECT NO. 550) Enclosed are two fully executed copies of the contract documents for New Hope Project No. 550. One copy is for your records and the second copy should be transmitted to your bonding company. Contract documents are on file with our City Engineer and City Attorney. This contract was awarded by the New Hope City Council on March 11, 1996. The contract price includes alternates 2 and 3 (a deduct of $3,250) for a total contract amount of $173,565. Enclosed is return of your bid bond. Also enclosed is a "Withholding Affidavit for Contractors" (IC -134 form). We cannot make final payment to contractors until this is approved by the Minnesota Department of Revenue and submitted to our office (Minnesota Statute 290.97). The form contains instructions for completion. Sincerely, V ae &Lt - -V-u4� Valerie Leone City Clerk, MCMC enc. cc: City Engineer City Attorney Family Styled City J� i For Family Living 0 Bonestro Rosene Anderlik Bidder Total Base Bid Add Telephone No. Associates ngineers & Architects City, State, Zip Fax No. ADDENDUM NO. 2 NEW HOPE ELEMENTARY SCHOOL/DISTRICT 281 BALL FIELD GRADING IMPROVEMENTS CITY PROJECT NO. 550 FILE NO. 34176 NEW HOPE, MINNESOTA February 2, 1996 Opening Time: 11:30 A.M., C.S.T. Opening Date: Monday, February 5, 1996 Addendum No. 2 Proposal - Delete Page 4(R) of the Revised Proposal and replace with the attached Page 4 (R -2). The total price for Alternates 2 and 3 have been removed from the "Total Alternate Bid ". The Owner may elect to construct a portion or all of Alternate 2 or 3 which will be decided at the time of contract award. BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. 2335 WEST HIGHWAY 36 ST. PAUL, MINNESOTA 55113 (612) 636 -4600 34176Add2 Alternate 3 48 Add or Deduct (circle one) from the unit price bid to construct 12' high backstop fencing in lieu of 20' high backstop fencing (Item #33) EA Total Part A - Alternate 1 - Site Grading/Restoration Total Part B - Storm Sewer (Base Bid) Total Part C - Ball Field Construction (Base Bid) Total Alternate Bid 3$ $ 34176.WB2 P- 4(R -2) Rosen Bidder Total Base Address Telephone No. Anderlik Associate p glne Bonestroo ers & architects City, State, Zip Fax No. � • NEW HOPE ELEMENTARY SCHOOL /DISTRICT 281 BALL FIELD GRADING IMPROVEMENTS CITY PROJECT NO. 550 FILE NO. 34176 NEW HOPE, MINNESOTA January 30, 1996 '. r6mir, ! Opening Time: 11:30 A.M. C.S.T. Opening Date: Monday, February 5, 1996 Proposal - Delete the entire proposal and replace it with the attached Revised Proposal. Special Provisions 5. ALTERNATE BIDS: Delete this section and replace it with the following: The Owner reserves the right to award the contract to the contractor with the lowest total bid, based on the Total Base Bid or Total Alternate Bid.. Alternate 1 gives the Owner the option of having the contractor provide the 13,500 CY's of f111 material. This material shall be referred to as common borrow. If the Owner elects to award Alternate 1, there will not be fill material stockpiled on -site by others (common excavation). Alternates 2 and 3, provide the Owner with the option of constructing a 12', 16', or 20' high backstop fencing for any of the three ball fields. The Proposal has provided for 570 LF of 12" PVC Perforated Pipe. The Owner may increase or decrease this quantity by substituting with the bid item, 12" PVC pipe (non - perforated), as determined by the Engineer. 9. PLAYERS BENCH: Delete this paragraph and replace it with the following: The Contractor shall provide six player benches. The players benches are to be permanently mounted in the concrete pavement as shown on the plan sheets and as directed by the Engineer. Each bench shall be 21 feet long with an aluminum seat and back, steel frames, and all necessary hardware. Frames shall be 2 -7/8" O.D. galvanized steel tube with minimum of three legs. 34176Add1 A -1 Aluminum planks shall be extruded 0.078" thick, 6063 -TG alloy and temper, clear anodized to 204- Rl, with extruded end caps. Miracle Recreation Equipment, Model 1261 -1, or an approved equal. SECTION 2830 - CHAIN LINK FENCE 2.01.13. Delete this paragraph and replace it with the following: B. Fence and Backstop Posts: All posts shall be not - dipped galvanized, schedule 40 steel pipe and shall conform to the latest ASTM designation or .80 oz, aluminum per square foot, total both sides. Post sizes (O.D.) and weight shall be as listed below: 3.01.A. Delete this paragraph and replace it with the following: A. Post Setting: Set backstop posts plumb in concrete footings. Top of footing will be at grade, with the concrete rising above grade towards the post to shed water. Maximum post spacing shall be 10 ft. on center except for backstop fencing. The maximum post spacing for the backstop fencing is as follows: Center Backstop Backstop Bury Depth Foundation Post Type Diameter (Min) Weight (Min) (Min) Size (Min) 7' Fence Line Post 2 1 /2" 3.65 lb /ft. 3' -0" 10" dia. x 3'- 3" T Fence End and Corner Posts 3" 5.79 lb /ft. 3' -0" 12" dia. x 3'- 3" 20' Backstop Corner & End Post 4" 9.101b/ft. 5' -0" 18" dia. x 6' -3" 20' Backstop Line Post 4 9.10 lb /ft. 5' -0" 18" dia. x 6-3 " 12' Backstop Corner & End Post 3 5.79 lb /ft. 4' -0" 12" dia. x 4' -3" 12' Fence Line Post 2 1 /2" 3.651b/ft. 3' -0" 10" dia, x 3' -3" 16' Backstop Corner & End Post 3" 5.79 lb /ft. 4' -0" 18" dia. x 4' -3" 16' Backstop Line Posts 3 5.79 lb /ft. 4' -0" 18" dia. x 4' -3" 3.01.A. Delete this paragraph and replace it with the following: A. Post Setting: Set backstop posts plumb in concrete footings. Top of footing will be at grade, with the concrete rising above grade towards the post to shed water. Maximum post spacing shall be 10 ft. on center except for backstop fencing. The maximum post spacing for the backstop fencing is as follows: Center Backstop Backstop Wing 20' high 7' 9' 16' high 7' 9' 12' high 10' 9' Incorporate the attached fencing details. The attached Figure #2 indicates that the common excavation material will be stockpiled (by others) in the southwest corner of the New Hope Elementary School. The Contractor shall provide for overland drainage as shown on the figure at all times. BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. 2335 WEST HIGHWAY 36 ST. PAUL, MINNESOTA 55113 (612) 636 -4600 34176Addi A -2 Bonestro Rosen Anderlilc Associates Engineers & Archltects t. P 1•MIW REVISED PROPOSAL NEW HOPE ELEMENTARY SCHOOL STORM SEWER & GRADING IMPROVEMENTS PROJECT NO. 550 FILE NO. 34176 NEW HOPE, MINNESOTA 1996 Opening Time: 11:30 A.M., C.S.T. Opening Date: Monday, February 5, 1996 Honorable City Council City of New Hope 4401 Xylon Avenue North New Hope, Minnesota 55428 -4898 Dear Council Members: The undersigned, being familiar with your local conditions, having made the field inspections and investigations deemed necessary, having studied the plans and specifications for the work including Addenda Nos. and being familiar with all factors and other conditions affecting the work and cost thereof, hereby proposes to furnish all labor, tools, materials, skills, equipment and all else necessary to completely construct the project in accordance with the plans and specifications on file with you and Bonestroo, Rosene, Anderlik & Associates, Inc., 2335 West Highway 36, St. Paul, MN 55113, as follows: No. 1 2 3 4 5 6 Item Unit Qty. Unit Price Total Price Part A - Site Grading/Restoration (fill material stockpiled on -site) Remove/Reinstall existing fence LF Remove & dispose of ex. fence posts EA Furnish & install new fence posts(2- 1 /2 "OD) EA Remove existing backstop fencing EA Salvage existing infield aglime SY Strip /replace existing topsoil SY 230 $ $ 25 $ $ 25 $ $ 3$ $ 4,000 $ $ 30,000 $ $ 34176.WB2 p_1(R) 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Salvage/reinstall ex. goal posts w /sleeves LS Common excavation CY Siltation fencing (Det. Plate SP -89) LF Storm inlet protection (Det. Plate ERO -4) EA Construct rock entrance (Det. Plate ERO -8) LS Sod SY Total Part A - Site Grading/Restoration Part B - Storm Sewer Improvements Remove existing curb \gutter LF Remove ex. bituminous pavement SY Remove /reinstall ex. split rail fencing LF 12" PVC, SDR 35 LF 12" Perforated PVC, SDR 35 (Fig. 3) LF Std. CBMH, 4' dia. w/R1642 Type C cstg. EA Std CB w/R1642 Type C cstg EA Connect to ex. structure EA Impr. pipe stabilization (6" deep) LF Siltation fencing LF Storm inlet protection EA Construct curb and gutter LF Aggregate base, Class 5 (100% crushed) TN Type 31, bituminous base course (2" thick) TN Type 41, bituminous wear course (1.5" thick) TN Bituminous material for mixture TN Bituminous tack material GA Sod SY Total Part B - Storm Sewer Improvements Part C - Ball Field Construction 31 Redball diamond rock (4" thick) W 1$ $ 13,500 $ $ 400 $ $ 3$ $ 1$ $ 28,000 $ $ 3$ $ 20 $ $ 50 $ $ 95 $ $ 860 $ $ 570 $ $ 4$ $ 3$ $ 5$ $ 1,430 $ $ 300 $ $ 8$ $ 20 $ $ 20 $ $ 10 $ $ 8$ $ 2$ $ 10 $ $ 2,000 $ $ 1,100 $ $ 34176.WB2 P_2 (R) 32 4" P.E. drain pipe (Fig. 3) LF 345 $ $ 33 Fencing (Thigh) LF 420 $ $ 34 Backstop fencing (20' high) EA 3 $ $ 35 Concrete pavement (4" granular SF 40 Salvage existing infield aglime SY w /6x610/10 wire woven fabric) $ 2,000 $ $ 36 Player bench EA 6 $ $ 37 Topsoil borrow CY 300 $ $ CY Total Part C - B all Field Construction $ 44 $ Total Part A - Site Grading/Restoration $ Total Part B - Storm Sewer $ Total Part C - Ball Field Construction $ Total Base Bid $ Alternate 2 47 Add or Deduct (circle one) from the unit price bid to construct 16' high backstop fencing in lieu of 20' high backstop fencing (bid item #33) EA 3$ $ 34176.WB2 P_3 (R) Alternate 1 - Site Grading/Restoration Part A. Site Grading/Restoration (fill material provided by contractor) 38 Remove /reinstall existing fencing LF 230 $ $ 39 Remove existing backstop fencing EA 3 $ $ 40 Salvage existing infield aglime SY 4,000 $ $ 41 Strip /replace existing topsoil SY 30,000 $ $ 42 Salvage /reinstall ex. goal posts w /sleeves LS 1 $ $ 43 Common borrow CY 13,500 $ $ 44 Siltation fencing LF 400 $ $ 45 Storm inlet protection EA 3 $ $ 46 Sod SY 28,000 $ $ Total Alternate 1 - Site Grading/Restoration $ Alternate 2 47 Add or Deduct (circle one) from the unit price bid to construct 16' high backstop fencing in lieu of 20' high backstop fencing (bid item #33) EA 3$ $ 34176.WB2 P_3 (R) 48 Alternate 3 Add or Deduct (circle one) from the unit price bid to construct 12' high backstop fencing in lieu of 20' high backstop fencing (Item #33) BA Total Part A - Alternate 1 - Site Grading/Restoration Total Part B - Storm Sewer (Base Bid) Total Part C - Ball Field Construction (Base Bid) Total Alternate 2 - 16' High Backstop Fencing Total Alternate 3 - 12' High Backstop Fencing Total Alternate Bid 3$ $ 34176.WB2 P_4 (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. Accompanying this bid is a bidder's bond, certified check or cash deposit in the amount of $ , which is at least five percent (5%) of the amount of my /our bid made payable to the Owner, and the same is subject to forfeiture in the event of default on the part of the undersigned or failure on the part of the undersigned to execute the prescribed contract and bond within fifteen (15) days after its submittal to me /us. In submitting this bid, it is understood that the Owner retains the right to reject any and all bids and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this bid, it is understood that payment will be by cash or check. It is understood that bids may not be withdrawn for a period of 45 days after the date and time set for the opening of bids. It is understood that the Owner reserves the right to retain the certified check or bond of the three lowest bidders as determined by the Owner for a period not to exceed 45 days after the date set for the opening of bids. Respectfully submitted, Name Signer Title Printed Name of Signer (A Corporation) (An Individual) (A Partnership) 34176.WB2 P-5(R) TOP RAIL-/ ABRIC TOWARD 'LAYING FIELD MID RAIL AROUND DUGOUT ONLY BOTTOM RAIL 1 10' 1 5' 2' -6" 2' -6" /- -1 5 /8 "0 RAIL (TYP.) 9 GA. FABRIC ,-" 10' RAIL THIS SIDE -TYP. 4 " OVERLAP FABRIC HERE 6 GA. FABRIC BELOW 10' RAIL THIS SIDE TYP. EXTRA RAIL - CENTER 20.75' SECTION OF BACKSTOP ONLY —t-1 „ I (FABRIC BLOW -UP OF TOP SECTION :I f.: { 6 ' I. 1' -0 "4 FOR LINE POSTS 1' -2 "O FOR TERMINAL POSTS FENCE SECTION _20' HIGH BACKSTOP SECTION No Scale No Scaie Bonestroo Rosen MEIN e Anderlik b Associates comm. 1 5/8"0 RAIL (TYP.) 9 GA. FABRIC ABOVE 8' RAIL THIS SIDE —TYP. Varies (See Specification 8' for depth required) OVERLAP FABRIC y ° ' - HERE 6 GA. FABRIC BELOW 8' RAIL THIS SIDE 4' TYP, EXTRA RAIL — CENTER r 2 - 0,75' SECTION CF ACKSTOP ONLY 2' Varies (See Specification i for depth required) 3" Varies (See Specification for diameter required) 16' HIGH BACKSTOP SECTION No Scale 1 5/8 ° 0 RAIL (TYP.) 9 GA. FABRIC ABOVE 6' RAIL THIS SIDE —TYP. —� Varies (See Specification for depth required) 6' I { I _OVERLAP FABRIC I° HERE 6 GA. FABRIC BELOW j' RAIL THIS SIDE 3' TYP. I 1 Varies (See Specification I or depth required) 3" Varies (See Specification for diameter required) .. 12' HIGH BACKSTOP SECTION No Scale Bonestroo now Rosene Anderiik d Associates comm. Ai •t.7 ............... . I ]1} AVENUE/ N ... ..... ............._ .. ............... ._........_._... < <,,�.;:: 47TH -...._.-4 ............... - 93 4. 23 k-o a' Ex. Infield ' (Gravel) I 1 f�• NEW HOPE � ; f . 9 27. — �`- ``".. ' 927.96 � f ELEMENTARY ISCHOOL , 1 4 !�,,� \� TS58 930.50 - Ex. Infield 7 - -- -- -•._., m � r - - -x -_i (Gravel) IPROMCTIVE� -`� _.i ;FENCE i L, mAINTAIN t ` OVERLAND ' i DRAINAGE ® f r f -- 1 i — 1 Ex. Infield (Gravel) I \ .. 2 EXCESS MAMRIAL ;� 9A 93 5.66 _ - DISPOSAL— DISPOSAL— SITE - - - - -- c„ _ ,N� - - - - --� t , - - --�-- --- �- ---- i 4179C06.DWG JANUARY 1996 COMM. 34179 CONTRACT NEW HOPE ELEMENTARY SCHOOL STORM SEWER & GRADING IMPROVEMENTS FILE NO. 34176 NEW HOPE, MINNESOTA 1996 Honorable City Council City of New Hope 4401 Xylon Avenue North New Hope, Minnesota 55428 -4898 Dear Council Members: Opening Time: 11:30 a.m., C.S.T. Opening Date: Monday, February 5, 1996 The undersigned, being familiar with your local conditions, having made the field inspections and investigations deemed necessary, having studied the plans and specifications for the work including Addenda Nos. 1& 2 and being familiar with all factors and other conditions affecting the work and cost thereof, hereby proposes to furnish all labor, tools, materials, skills, equipment and all else necessary to completely construct the project in accordance with the plans and specifications on file with you and Bonestroo, Rosene, Anderlik & Associates, Inc., 2335 West Highway 36, St. Paul, MN 55113, as follows: No. Bonestroo Rosen Anterlik Bidder: S. M. Hent es & Sons, Inc. Total Base Bid $176,815.00 25 Part A - Site Grading/Restoration 300.00 Associates Address: PO Box 69; 650 Quaker Avenue Telephone No. 612.492.5700 1,000.00 3 Engineers 6 Naukeets City, State, Zip: Jordan, MN 55352 Fax No. 612.492.5705 CONTRACT NEW HOPE ELEMENTARY SCHOOL STORM SEWER & GRADING IMPROVEMENTS FILE NO. 34176 NEW HOPE, MINNESOTA 1996 Honorable City Council City of New Hope 4401 Xylon Avenue North New Hope, Minnesota 55428 -4898 Dear Council Members: Opening Time: 11:30 a.m., C.S.T. Opening Date: Monday, February 5, 1996 The undersigned, being familiar with your local conditions, having made the field inspections and investigations deemed necessary, having studied the plans and specifications for the work including Addenda Nos. 1& 2 and being familiar with all factors and other conditions affecting the work and cost thereof, hereby proposes to furnish all labor, tools, materials, skills, equipment and all else necessary to completely construct the project in accordance with the plans and specifications on file with you and Bonestroo, Rosene, Anderlik & Associates, Inc., 2335 West Highway 36, St. Paul, MN 55113, as follows: No. Item Unit 25 Part A - Site Grading/Restoration 300.00 25 fill material stockpiled on -site) 1,000.00 3 I Remove/Reinstall existing fence L.F 2 Remove & dispose of ex. fence posts EA 3 Furnish & install new fence posts(2- 1 /2 "OD) EA 4 Remove existing backstop fencing EA 5 Salvage existing infield aglime SY 6 Strip /replace existing topsoil SY 7 Salvage /reinstall ex. goal posts w /sleeves LS 8 Common excavation CY 9 Siltation fencing (Det. Plate SP -89) L.F Qty. Unit Price Total Price 230 3.00 690.00 25 12.00 300.00 25 40.00 1,000.00 3 200.00 600.00 4,000 1.00 4,000.00 30,000 0.30 9,000.00 1 7,500.00 7,500.00 13,500 1.50 20,250.00 400 2.50 1,000.00 34176 \contract.wb2 1 10 Storm inlet protection (Det. Plate ERO -4) 11 Construct rock entrance (Det. Plate ERO -8) 12 Sod Total Part A - Site Grading/Restoration Part B - Storm Sewer Improvements EA 3 75.00 225.00 LS 1 750.00 750.00 SY 28,000 1.30 36,400.00 $81,715.00 13 Remove existing curb \gutter LF 14 Remove ex. bituminous pavement SY 15 Remove/reinstall ex, split rail fencing LF 16 12" PVC, SDR 35 LF 17 12" Perforated PVC, SDR 35 (Fig. 3) LF 18 Std. CBMH, 4' dia. w/R1642 Type C cstg. EA 19 Std CB w/R1642 Type C cstg EA 20 Connect to ex. structure EA 21 Impr. pipe stabilization (6" deep) LF 22 Siltation fencing LF 23 Storm inlet protection EA 24 Construct curb and gutter LF 25 Aggregate base, Class 5 (100% crushed) TN 26 Type 31, bituminous base course (2" thick) TN 27 Type 41, bituminous wear course (1.5" thick) TN 28 Bituminous material for mixture TN 29 Bituminous tack material GA 30 Sod SY Total Part B - Storm Sewer Improvements $42,155.00 Part C - Ball Field Construction 31 Redball diamond rock (4" thick) TN 32 4" P.E. drain pipe (Fig. 3) LF 33 Fencing (Thigh) LF 34 Backstop fencing (20' high) EA 35 Concrete pavement (4" granular 860 w /6x6 10/10 wire woven fabric) SF 36 Player bench EA 20 5.00 100.00 50 5.00 250.00 95 10.00 950.00 860 15.00 12,900.00 570 16.50 9,405.00 4 1,250.00 5,000.00 3 950.00 2,850.00 5 350.00 1,750.00 1,430 2.00 2,860.00 300 2.50 750.00 8 50.00 400.00 20 20.00 400.00 20 12.00 240.00 10 75.00 750.00 8 75.00 600.00 2 150.00 300.00 10 5.00 50.00 2,000 1.30 2,600.00 $42,155.00 1,100 15.00 16,500.00 345 7.00 2,415.00 420 14.00 5,880.00 3 3,750.00 11,250.00 2,000 3.50 7,000.00 6 1,250.00 7,500.00 34176 \contract.wb2 2 37 Topsoil borrow CY Total Part C - Ball Field Construction Total Part A - Site Grading/Restoration Total Part B - Storm Sewer Total Part C - Ball Field Construction Total Base Bid Alternate 1 - Site Grading/Restoration Part A. Site Grading/Restoration (till material provided by contractor) 38 Remove /reinstall existing fencing LF 39 Remove existing backstop fencing EA 40 Salvage existing infield aglime SY 41 Strip /replace existing topsoil SY 42 Salvage /reinstall ex. goal posts w /sleeves LS 43 Common borrow CY 44 Siltation fencing LF 45 Storm inlet protection EA 46 Sod SY Total Alternate 1- Site Grading/Restoration $147,895.00 Alternate 2 47 Add or Deduct (circle one) from the unit price bid to construct 16' high backstop fencing in lieu of 20' high backstop fencing (bid item #33) EA Alternate 3 48 Add or Deduct (circle one) from the unit price bid to construct 12' high backstop fencing in lieu of 20' high backstop fencing (Item #33) EA 300 8.00 2,400.00 $52,945.00 81,715.00 42,155.00 52,945.00 $ 176,815.00 230 6.50 1,495.00 3 200.00 600.00 4,000 1.00 4,000.00 30,000 0.30 9,000.00 1 7,500.00 7,500.00 13,500 6.50 87,750.00 400 2.50 1,000.00 3 50.00 150.00 28,000 1.30 36,400.00 $147,895.00 Deduct 3 (1,250.00) (3,750.00) Deduct 3 (2,000.00) (6,000.00) 34176\contract.wb2 3 Total Part A - Alternate 1 - Site Grading/Restoration Total Part B - Storm Sewer (Base Bid) Total Part C - Ball Field Construction (Base Bid) Total Alternate Bid 147,895.00 42,155.00 52,945.00 $242,995.00 34176 \contract.wb2 'he final amount of the contract shall be determined by multiplying the final measured uantities of the various items actually constructed and installed by the unit prices ierefore, in the manner prescribed in the specifications. However, the low bidder shall e determined by adding the sums resulting from multiplying the quantities stated by the nit prices bid therefore. Lccompanying this bid is a bidder's bond certified check, or cash deposit in the amount of ve percent (5 %) of amount bid , which is at least five percent (5 %) of the amount of ly /our bid made payable to the Owner, and the same is subject to forfeiture in the vent of default on the part of the undersigned or failure on the part of the undersigned execute the prescribed contract and bond within fifteen (15) days after its submittal > me /us. 1 submitting this bid, it is understood that the Owner retains the right to reject any and tl bids and to waive irregularities and informalities therein and to award the contract to ie best interests of the Owner. i submitting this bid, it is understood that payment will be by cash or check. is understood that bids may not be withdrawn for a period of 45 days after the date and me set for the opening of bids. It is understood that the Owner reserves the right to stain the certified check or bond of the three lowest bidders as determined by the Owner >r a period not to exceed 45 days after the date set for the opening of bids. Respectfully submitted, S. A Hentges & Sons, Inc. Name Steven A Hentges Signer President Title Steven A Hentges Printed Name of Signer (A Corporation) (An Individual) (A Partnership) F A o° r ;i 7ftontract.wb2 T F I '-ab le-() -Cantents Table of Contents Advertisement for Bids Information to Bidders Proposal Plate 1-18 Special Provisions 02200. Site Earthwork 02222. Excavating, Backfilling and Compaction for U #k F�S 02231. Crushed Aggregate Base Course 02270. Erosion & Sedirilerlt Control 02510. Plant Mixed Bituminous Pavement 02720. Storm Sewers 02830. Chain Link Fence 02930. Turf Establishment 03100. Concrete Formwork 03200. Concrete Reinforcement 03300. Cast-In-Place Concrete Plate 1-10 Storm Sewer Manhole Detail Plate 1-15 Type I Catch Basin Manhole Plate 1-18 Type I Catch Basin Plate 1-25B Bedding Methods for PVC Plate SP-89 Siltation Fence Plate ERO-4 Inlet Protection Plate ERO-S Rock Construction Entrance; 34176 T-1 T—ahie —of Figure I - Storm Sower/Grading Plan Figure 2 - Storm Sewer Profiles/Ballfield DeAail figure 3 - 12 " PVC Perfonated Pipe DraimM " PE Infield Draintile Details Stipplemental Conditions of the Contract Conditions of the Contract I hereby cc .I that this plan and specification was prepaied by me wr under my direct supervision and that I am a duly Registerc-d.professional Engineer tinder the laws of th,y State of MinrMIS0WI, Mark )5.. Hanson, P.E. Date: _,t, 2.2199fi__ Reg. No, _1426(j_ 34176 T-2 MWIMS110"014018 Sealed bids will be received by the City of New Hope, Minnesota in the City Hall at 4401 Xylon Avenue until 11:30 A.M., C.S.T., on Monday, February 5, 1996, at which time they will be publicly opened and read aloud for the furnishing of all labor and materials and all else necessary for the following: New Hope Elementary School - Ballfield Reconstruction - Project No. 550 15,000 CY Common Excavation/Borrow 530 LF Furnish & Install Backstops & Fencing 1,400 LF 12" Storm Sewer Pipe 1,100 TN Infield Aglime 24,000 SY Sod 3,600 SF Concrete Pavement Plans and specifications, proposal forms and contract documents may be seen at the office of the City Clerk, New Hope Minnesota, and at the office of Bonestroo, Rosene, Anderlik & Associates, Inc., Consulting Engineers, 2335 W. Trunk Highway 36, St. Paul, MN 55113, (612) 636-4600. Each bid shall be accompanied by a bidder's bond naming the City of New Hope as obligee, certified check payable to the Clerk of the City of New Hope or a cash deposit equal to at least five percent (5%) of the amount of the bid, which shall be forfeited to the City in the event that the bidder fails to enter into a contract. The City Council reserves the right to retain the deposits of the three lowest bidders for a period not to exceed 45 days after the date and time set for the opening of bids. No bids may be withdrawn for a period of forty-five (45) days after the date and time set for the opening of bids. Payment for the work will be by cash or check. Contractors desiring a copy • the plans and specifications and proposal forms may obtain them fro the office of Bonestroo, Rosene, Anderlik & Associates, Inc., upon payment of a deposit of $30.011 See "information to Bidders" for plan/specification deposit refund policy. The City Council reserves the right to reject any and all bids, to waive irregularities and informalities therein and further reserves the right to award the contract to the best interests of the City. Daniel Donahue, Manager 34176ad INFORMATION TO BIDDERS 1. BID PROCEDURE: Each planholder has been furnished a specification, plan set an W two extra prop Bids shall be submitted on the separate Proposal Form designatevi "BID COPY" and not in the on book. The Proposal contang the bid shall be submitted in a sealed envelope. 2. XMIPOSIT AND REFUND: Plans and specifications may be obtained for the deposit amount stipulated in the Advertisement for Bids. Planholders may obtain more than one set of plans and specifications for the stipulated amount, however, refunds will not be given for these additional sets. Refunds of deposit will be made to all bidders, subcontractors, and suppliers who return plans and specifications, in good condition, within 15 days of the bid date provided they: a) Were a prime bidder who submitted a bona-fide bid to tile Owner, or b) Submitted quotes to at least two prime bidders which are identified with the returned plans and specifications. The following planholders need not return plans and specifications to receive a refund of deposit: a) Low prime bidder, or b) Successful low subcontractors and suppliers who notify the receptionist Within 15 days of the bid. Refunds of deposit will also be made, for one set of plans and specificatiolls v t those planholders who return plans and specifications at least 48 hours befoir !� the bid-letting hour. 3 INDIVI ` DUAL DRA�MING� AMLSPECIFICATIO : Individual drawings and specifications sheets may be purchased at the rate of Five Dollars ($5.00) per sheet of drawings and Twenty-five cents ($0.25) per sheet of specifications for which no refund will be made. 1994 General Bonestroo Rosen Bidder Total Base Bid Anderlilc Assotiate Address Telephone No. �En u-Uffli Architect City, State, Zip Fax No. PROPOSAL NEW HOPE ELEMENTARY SCHOOL STORM SEWER & GRADING IMPROVEMENTS PROJECT NO. 550 FILE NO. 34176 NEW HOPE, MINNESOTA 1996 Opening Time: 11:30 A.M., C.S.T. Opening Date: Monday, February 5, 1996 Honorable City Council City of New Hope 4401 Xylon Avenue North New Hope, Minnesota 55428 -4898 Dear Council Members: The undersigned, being familiar with your local conditions, having made the field inspections and investigations deemed necessary, having studied the plans and specifications for the work including Addenda Nos. and being familiar with all factors and other conditions affecting the work and cost thereof, hereby proposes to furnish all labor, tools, materials, skills, equipment and all else necessary to completely construct the project in accordance with the plans and specifications on file with you and Bonestroo, Rosene, Anderlik & Associates, Inc., 2335 West Highway 36, St. Paul, MN 55113, as follows: No. Item Unit Qty. Unit Price Part A - Site Grading/Restoration (fill material stockpiled on -site) 1 Remove/Reinstall existing fence LF 230 $ 2 Remove & dispose of ex. fence posts EA 25 $ 3 Furnish & install new fence posts(2- 1 /2 "OD) EA 25 $ 4 Remove existing backstop fencing EA 3 $ 5 Salvage existing infield aglime SY 4,000 $ 6 Strip /replace existing topsoil SY 30,000 $ Total Price $ 34176.WB2 P_1 7 Salvage /reinstall ex. goal posts w /sleeves LS 8 Common excavation CY 9 Siltation fencing (Det. Plate SP -89) LF 10 Storm inlet protection (Det. Plate ERO -4) EA 11 Construct rock entrance (Det. Plate ERO -8) LS 12 Sod SY Total Part A - Site Grading/Restoration 12" PVC, SDR 35 Part C - Ball Field Construction 30 Redball diamond rock (4" thick) TN 31 4" P.E. drain pipe (Fig. 3) LF 32 Fencing (Thigh) LF 34176.WB2 P-2 1 $ Part B - Storm Sewer Improvements 13,500 $ 13 Remove existing curb \gutter LF 14 Remove ex. bituminous pavement SY 15 Remove /reinstall ex. split rail fencing LF 16 12" PVC, SDR 35 LF 17 12" Perforated PVC, SDR 35 (Fig. 3) LF 18 Std. CBMH, 4' dia. w/R1642 Type C cstg. EA 19 Std CB w/R1642 Type C cstg EA 20 Connect to ex. structure EA 21 Impr. pipe stabilization (6" deep) LF 22 Siltation fencing LF 23 Storm inlet protection EA 24 Aggregate base, Class 5 (100% crushed) TN 25 Type 31, bituminous base course (2" thick) TN 26 Type 41, bituminous wear course (1.5" thick) TN 27 Bituminous material for mixture TN 28 Bituminous tack material GA 29 Sod SY $ Total Part B - Storm Sewer Improvements $ Part C - Ball Field Construction 30 Redball diamond rock (4" thick) TN 31 4" P.E. drain pipe (Fig. 3) LF 32 Fencing (Thigh) LF 34176.WB2 P-2 1 $ $ 13,500 $ $ 400 $ $ 3 $ $ 1 $ $ 28,000 $ $ 20 $ $ 50 $ $ 95 $ $ 860 $ $ 570 $ $ 4 $ $ 3 $ $ 5 $ $ 1,430 $ $ 300 $ $ 8 $ $ 20 $ $ 10 $ $ 8 $ $ 2 $ $ 10 $ $ 2,000 $ $ 1,100 $ $ 345 $ $ 420 $ $ 33 Backstop fencing (20' high) EA 3 $ $ 34 Concrete pavement (4" granular SF w /6x6 10/10 wire woven fabric) 2,000 $ $ 35 Player bench EA 6 $ $ 36 Topsoil borrow CY 300 $ $ Total Part C - Ball Field Construction $ Total Part A - Site Grading/Restoration $ Total Part B - Storm Sewer $ Total Part C - Ball Field Construction $ Total Base Bid $ Alternate 1 - Site Grading/Restoration Part A. Site Grading/Restoration (fill material provided by contractor) 37 Remove /reinstall existing fencing LF 230 $ $ 38 Remove existing backstop fencing EA 3 $ $ 39 Salvage existing infield aglime SY 4,000 $ $ 40 Strip /replace existing topsoil SY 30,000 $ $ 41 Salvage /reinstall ex. goal posts w /sleeves LS 1 $ $ 42 Common borrow CY 13,500 $ $ 43 Siltation fencing LF 400 $ $ 44 Storm inlet protection EA 3 $ $ 45 Sod SY 28,000 $ $ Total Alternate 1. Site Grading/Restoration $ Total Part A - Alternate 1 - Site Grading/Restoration $ Total Part B - Storm Sewer (Base Bid) $ Total Part C - Ball Field Construction (Base Bid) $ Total Alternate #1 Bid 34176.WB2 P_3 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. Accompanying this bid is a bidder's bond, certified check or cash deposit in the amount of $ , which is at least five percent (5 %) of the amount of my /our bid made payable to the Owner, and the same is subject to forfeiture in the event of default on the part of the undersigned or failure on the part of the undersigned to execute the prescribed contract and bond within fifteen (15) days after its submittal to me /us. In submitting this bid, it is understood that the Owner retains the right to reject any and all bids and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this bid, it is understood that payment will be by cash or check. It is understood that bids may not be withdrawn for a period of 45 days after the date and time set for the opening of bids. It is understood that the Owner reserves the right to retain the certified check or bond of the three lowest bidders as determined by the Owner for a period not to exceed 45 days after the date set for the opening of bids. Respectfully submitted, (A Corporation) (An Individual) Name (A Partnership) Signer Title Printed Name of Signer 34176.WB2 P_4 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. Accompanying this bid is a bidder's bond, certified check or cash deposit in the amount of $ , which is at least five percent (5 %) of the amount of my /our bid made payable to the Owner, and the same is subject to forfeiture in the event of default on the part of the undersigned or failure on the part of the undersigned to execute the prescribed contract and bond within fifteen (15) days after its submittal to me /us. In submitting this bid, it is understood that the Owner retains the right to reject any and all bids and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this bid, it is understood that payment will be by cash or check. It is understood that bids may not be withdrawn for a period of 45 days after the date and time set for the opening of bids. It is understood that the Owner reserves the right to retain the certified check or bond of the three lowest bidders as determined by the Owner for a period not to exceed 45 days after the date set for the opening of bids. Respectfully submitted, Name Signer Title Printed Name of Signer (A Corporation) (An Individual) (A Partnership) 34176.WB2 P_4 I 0 x- Iluz s• bI;A a� I • Flow m r: P m i O • `l r• �a • i i� 5" `. 4'- or b. ti • 6' -0 D i_0 ,.. max.. -�A 0 I I I LSkspe grout Z'/ft 5ECTIQN Not to Scale For 6'diam. Manhole an B' precast slob is Required Neenah frame and cover, or equal. with 2 concealed pick holes, see specs, for costing numbers. Concrete Adjusting Rings, min. of 2, max. of 3 req'd. STAN DETAILS STORM SEWER Consulting Engineers ! JUNCTION MANHOLE WITH REINFORCED St. Paul. hoinn. TOP SLAB r • ��� • �6 "Precost Reinforced Concrete Manhole Slab # 4 Bars of 5 Each way 2 -1* 4 Bars All Sides of Opening Manhole steps, Neenah R1961J or equal, 15 "o.c. Aluminum steps approved. V ' Where sewer runs straight through a standard manhole, the pipe shall be continuous, The to 1/2 of the e shall be broken out after complet on. All Joints in manhole to have "0`'ring :,A rubber gasket Minimum slob thickness 6" for 14' depth tr Increase thickness I" for each 4'of depth yreoter than 14, and reinforce with 6 x 6" 10/10 mesh. Use opening in 4' M.H. section to 24" dia. I 8'� precast segmental ►,r ' ° concrete block to be 1 used with 24 dia. or larger. Pipe shall be cut out flush with inside face of wall. Compact to top of first pipe to first Idnt STAN DETAILS STORM SEWER Consulting Engineers ! JUNCTION MANHOLE WITH REINFORCED St. Paul. hoinn. TOP SLAB r • ��� • 27" round 0 opening for R3250 -A costing, or equal. Dimension from back of curb to center of pipe, 6'dia. MH= 2 "bk., 8 d io. MH = 12" back. Catch basin casting, Neenah R3250-A, or equal. (w /D.L. or D.R. grate) Min. of 2, Max. of 3 concrete adjustment rings. 6" precast reinforced concrete slab Precast manhole sections All joints in manhole to have "d' ring rubber gaskets. Manhole steps 15" O.C. R -1981J or equal aluminum steps approved. 8 " precast segmental concrete block to the top of the pipe, for manholes with pipe diameter over 24 ", Ploster exterior. Use opening in 4 manhole section to 24" diameter. Min. slab th'ickrness, d' for 14 "depth. Increase I "for each 4' of depth greater than 14' and reinforce with 6'x 6' 10 /10 mesh. Grout bottom Bonestroo, Rosene Revisions Plate No. Anderlik a Assoc.,Inc. STANDARD DETAILS Jan. 1980 Consulting Engineers TYPE I Nov. 1983 1-15 St. Paul, Minnesota CATCHBASIN MANHOLE Back of curb 0 LE Left hand grate shown Grate to be :�' below gutter grade. Slope gutter 5' each side of catchbasin Match existing curb • both Side , or future , concrete curb fi. C 3� O O V a- 0 0 0 27 3 Grout v A 1 � � I 48 64 #1 Not to Scale Bonestroo, Rosene, Anderlik a Assoc., Inc. Consulting Engineers St. Paul, Minnesota ST ANDA RD TYPE I CATCHBASIN Catch basin frame and grate Neenah R 3250A or equal, Minimum of 2 maximum of 3 adjusting rings allowed Reinforced prgpast cone section or 8 segmental concrete block Revisions Plate No. Aug, 74 1 - !8 Compacted Backfill . . . . . . . . . . . . . . + .. 7 + + + + 6" . . . . . . . . . . . . . . . . . . . . . . . . . . + + + + + + 7 1 + + Bc + + ij+ +++ + + + + 4 =1 +54c + L7:2) F + 4" + + c+12" Min. "Bc" Denotes outside diameter of pipe Cl 0111 Granular Borrow MnDOT Spec. 3149A Mod. MECHANICAL COMPACTION REQUIRED AT SPRINGLINE loin 1_ Compacted Backfill . . . . . . . . . . . . . ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . Course Filter . . . . . . Bc . . . . . . Aggr. MnDot 0.513c' + + + S ec. 3149H Mod, . . . . . . . . . . . p T + + + . . . . . - . . . . . . . . . . . . . 6" Pay Depth increments (Typ.) Foundation I If I I Ll 1 111 =" I I I =I ... I 11= - I I I = c+12" Min. "Bc" Denotes outside I B .- diameter of pipe PIPE FOUNDATION & BEDDING IN POOR SOILS STANDARD DETAILS Bedding Methods for VCP or PVC Lost Revision. May 1994 "Plate No. 1-25B 1-25B.DWG sonesiroo Rosene OLAN Anderlik & " Associates En 6 W.kNq St. Paul, Minnesota STANDARD DETAILS Bedding Methods for VCP or PVC Lost Revision. May 1994 "Plate No. 1-25B 1-25B.DWG HOMEWARD BOUND E — — --------- COOPER 0 100 HIGHSCHOOL Spale in toe 07-118-21-41-01 r� 1 1 �- r� F 'T �- 1 j 107-118-21 X- ----------------------- - - ----- - ------ 20 14) 2 4Z FF DELL X 42 331 rJ c 117 4T -A - - � f � 15 � � 2 41 6[ 14 a 63 12 7 0 T I,3 81 C2 u tt 4 2 9 SS r SS Q�, W1 ------ — -- — -- l d 10 2 L rl 21 1 w GL 4 C Z c Q0 "0 O 0 0 a Is m Cc < X mo & REPLACE 90' D(STING WOOD 45 ez SPLIT tNL FENCE j < (n ow 0 2; 0 / Link F-o T� 0 uj 0 z z z = Yj. Ex 6 w. < Z > Chd CL Li k F.— z 0 Lu 00 L0 V u a j : 0. W -j < M w A, -DD - uj z z 0- 0 uj z 34176 .L£ 2 ¢I Z< O! N( �Y���IlH a lnsd l9 H�o11WaV 9 �aeeu�8u3 g 11j apu 4 9 V S3 IU08d /SlIV130 '099 'ON 1031`08d ONd .1110 llaV S- N31UA08dWi ONIGV80 013L -n euesoa l9Z 13181S10 /100HOS kWiN3Vi3l3 3dOH M3N °O VIOS3NNIN '3dOH M3N 7. : at Q : Q , c ......... ..... ... �. . ......... ... .....: Q C) ........ ::A ....... . .... .... ......... ... ..... .... . . ........ ......... . ........ .... . .. ..... .... ......... ......... ......... ......... :ors ..... .. ... .... .... ..............::.:.. .:::L +1 .....z ::: N ::: .... ................:: ........ QC}::::: ....... .. ....... ......... ......... ........ ....... : ........ .. ....... ...... ... ......... .......... .. ..... .. ........ ........ ... , ...ray ::::: .. _..... ......... ........ ... ... .... ... :::: ...... .. .......................... ... ........ ..........:....... ........................... _ ... .... ......... ......... ......... ......... ......... ..... ..... ......... ......... .. - ... ... .. ......... .. .. ....... ........ .. ....... ......... ......... ... .. ...... v::: ......... ......... ......... ....... ::: :::. rte ....... . ............... ......... w o..... . ......... ......... .......... ....I.,....... .... ...... . : : :: ........ . .... ....... ........ .... .... a_a .::::::: ' ....... .. ......... ......... M ......... ......... ......... ....... ..... .... ......... .... _.._ ................ .. ...... ....... .................. ............................ ............ ...... ......... .h; d -....... ter ::: ....... .L£ 2 ¢I Z< O! N( �Y���IlH a lnsd l9 H�o11WaV 9 �aeeu�8u3 g 11j apu 4 9 V S3 IU08d /SlIV130 '099 'ON 1031`08d ONd .1110 llaV S- N31UA08dWi ONIGV80 013L -n euesoa l9Z 13181S10 /100HOS kWiN3Vi3l3 3dOH M3N °O VIOS3NNIN '3dOH M3N 7. : at Q : Q , c ......... ..... ... �. . ......... ... .....: 0 q N ........ ::A ....... . .... .... ......... ... ..... .... . . ........ ......... . ........ .... . .. :ors ..... .. ... .... .... ..............::.:.. .:::L +1 .....z ::: v :: ::: .... ................:: ................ ...............:. .. ® ............................. :::: ...... .. .......................... ... ......... ......... ......... ......... ..... v::: ...... ......... :::::. .... ......... ......... ......... 0 q N � 2 ! W 4" AGLIME TOPSOIL AND SOD COMPACTED SUBGRADE MINIMUM 4" PEA GRAVEL AT SIDES OF SUBDRAIN SLOPE PIPE TO DRAIN —,Iil 111 MINIMUM 0.5% SLOPE 4" PERFORATED DRAINAGE PIPE — WRAP WITH FILTER FABRIC TY PICA L S ECTION - INF IELD DR SY STE M No Scale / Shope to drain as directed by Engineer. Course Filter Aggregate o��C 6" Min. Sandy Loom MnDOT 3149.21-1 OOOCOQo 0 Topsoil w /Sod 12" min. D.QO ____._12" perforated pipe wrapped w/ geotextile fabric (MnDot Type 36" Min. STANDARD DETAILS 12" PERFORATED PIPE DRAIN SUPPLEMENTAL CONDITIONS OF THE CONTRACT 3.1 AWARD OF CONTRACT The award of the project shall be made to the lowest responsible bidder based on the lowest base bid amount. The Owner reserves the right to retain all bids for 45 days prior to awarding the Contract. The Owner reserves the right to delete one or more Parts of the Project either before or after contract award. No additional compensation shall be granted if any portion of the project is deleted. OUT -OF -STATE CONTRACTOR SURETY DEPOSIT When an out -of -state Contractor enters into a contract that exceed $100,000.00, the Contractor must file Form SD -E, Exemption from Surety Deposits for Out -of -State Contractors, with the Minnesota Department of Revenue. If the Contractor is exempt from the surety deposit requirements, he shall provide the Owner with a copy of the form showing the Revenue Department certification. If the Contractor is not exempt, the Owner will withhold an additional eight (8) percent of each payment made to the Contractor and forward those funds to the Minnesota Department of Revenue. Forms and information can be obtained by calling (612) 296 -6181 or(too free) 1- 800 -657 -3777. CERTIFICATE OF COMPLIANCE WITH MINNESOTA STATUTES 290.92 & 290.97 Upon completion of the project and prior to final payment, the Contractor and all subcontractors shall complete Minnesota Department of Revenue Form IC -134, revised September, 1989. This form, Withholding Affidavit for Contractors, must be stamped and dated by the Department of Revenue and forwarded to the Owner. Contractors can obtain copies of this form from the Owner or from the Minnesota Department of Revenue, Mail Station 4450, St. Paul, MN 55416 or by calling (612) 296- 6181. 34176 © 1996 Bonestroo, Rosene, Anderlik & Associates, Inc. 0 401M. CERTIFICATE OF! INSURANCE CSR CW DATE(MM /DD /YY) HENTSMI 03/19/96 JCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Insurance Services, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 0 Bren Road East, 3rd Floor ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. netonka MN 55343 -9612 COMPANIES AFFORDING COVERAGE COMPANY No. 612- 945 -0200 Fax No. A Transcontinental Ins. Co. -CNA ED COMPANY B Transportation Ins. Co. -CNA COMPANY S M Hentges & Sons Inc C Federal Insurance Co. -Chubb P 0 BOX 69 Jordan MN 55352 COMPANY D ERA'GES HIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD JDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS ERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, XCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS DATE (MM /DD /YY) DATE (MM /DD /YY) GENERAL LIABILITY GENERAL AGGREGATE S 2000000 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE 1XI OCCUR OWNER'S & CONTRACTOR'S PROT A 129965106 Includes Broad Form Property Damage, XCU 05/16/95 05/16/96 PRODUCTS - COMP /OPAGG 5 20 PERSONAL & ADV INJURY $ 1000000 EACH OCCURRENCE $ 1000000 X Per Project FIRE DAMAGE (Any one fire) $ 50000 Aggregate Applies MED EXP (Any one person) $ 5000 NUTOMOBILE LIABILITY X ANY AUTO A 129945812 05/16/95 05/16/96 COMBINED SINGLE LIMIT 51000000 -- ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ X _ HIRED AUTOS BODILY INJURY 5 X NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE 5 - 3ARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN AUTO ONLY: ANY AUTO EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE 5 5000000 X UMBRELLA FORM 7973 -78 -50 05/16/95 05/16/96 AGGREGATE 55000000 $ OTHER THAN UMBRELLA FORM NORKERS COMPENSATION AND X STATUTORY LIMITS EMPLOYERS' LIABILITY EACH ACCIDENT S 500000 `HE PROPRIETOR./ INCL WC 1 29945826 05/16/95 05/16/96 DISEASE - POLICY LIMIT $500000 'ARTNERS /EXECUTIVE DISEASE - EACH EMPLOYEE $500000 )FFICERSARE: EXCL )THER IPTION OF OPERATIONS /LOCATIONS /VEHICLES /SPECIAL ITEMS New Hope Elementary School storm sewer & grading improvements, New e, MN, City Project No. 550, BRA File No. 34176. IFICATE HOLDER CANCELLATION NEWHOP 1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL MAIL 3 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, City of New Hope 4401 Xylon Avenue North Y New Hope MN 55428 AUTHORIZED REPRESE TIVE,f�/j m . `.. 0 25 -S (3/93) ; OACORD CORPORATION 1993 ' 0111 . 0 0 Z Originating Department Parks and Recreation BY: Shari French Approved for Agenda May 13, 1996 M Agenda Section Consent Item No. 6.12 RESOLUTION APPROVING CHANGE ORDER #1 WITH S. M. HENTGES & SONS, INC. FOR NEW HOPE ELEMENTARY SCHOOL STORM SEWER & GRADING IMPROVEMENTS (IMPROVEMENT PROJECT NO. 550) IN THE AMOUNT OF Change Order #1 for Project No. 550, New Hope Elementary School Storm Sewer & Grading Improvements is for: •additional storm sewer pipe and catch basins in the construction area (estimated cost $4,600 - to be reimbursed by the school district) •additional storm sewer pipe and catch basins for 8516 & 8508 46th Avenue North to resolve backyard drainage problems (estimated cost $2,845) •additional storm sewer pipe and catch basins to solve backyard drainage problems at 8300 46th Avenue and 4601-4609 Xylon Avenue North (estimated cost $3,721) With this change the entire contract now totals $187,981. Staff and engineer recommend approval of change order #1. Staff further recommends that the funding needed for the additional City expense of $6,566 come from the Road and Bridge Fund. MOTION BY SECOND BY TO. v2(4 Review: Administration: Finance: CITY OF NEW HOPE RESOLUTION NO. 96 - 100 RESOLUTION APPROVING CHANGE ORDER #1 WITH S. M. HENTGES & SONS, INC. FOR NEW HOPE ELEMENTARY SCHOOL STORM SEWER & GRADING IMPROVEMENTS (IMPROVEMENT PROJECT NO. 550) IN THE AMOUNT OF $11,166.00 WHEREAS, the City of New Hope authorized on March 11, 1996 Improvement Project No. 550, (New Hope Elementary School Storm Sewer & Grading Improvements) for the contractual sum of $176,815; and WHEREAS, Change order #1 totaling $11,166 is for: •additional storm sewer pipe and catch basins in the original construction area (estimated cost $4,600 - requested by and to be reimbursed by Robbinsdale School District #281) *additional storm sewer pipe and catch basins for 8516 & 8508 46th Avenue North to resolve backyard drainage problems (estimated cost $2,845) *additional storm sewer pipe and catch basins to solve backyard drainage problems at 8300 46th Avenue and 4601 -4609 Xylon Avenue North (estimated cost $3,721) NOW, THEREFORE, BE IT RESOLVED, that the City Council of the City of New Hope approves change order no. 1 to the contract with S.M. Hentges & Sons, Inc. in the amount of $11,166 as part of Improvement Project No. 550 (New Hope Elementary School Storm Sewer & Grading Improvements). Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 13th day of May 1996. I yr 6Z�� S Attest:' City Clerk Bonestroo, Rose Anderlik +nd Associates, Inc. is an Affi,tmative Action /Equal Opporf unity Emproyer PrinciPal.r: Otto G. Bonestroo, P.E. • Joseph C. Anderlik, P.E. ® Ntarvin L. Sorvala, P.E. Richard E. Turner, P.E. - Glenn R. Cook, RE. • Thomas E. Noyes, PE.. Robert G. Schun cht, P.E. Jerry A. Bourdon, P.E. • Robert W. Rosene, P.E. and Susan M. Eb� CPA., Senior Consult, nta Associate Poncipels: Howard A. Sanford, PE • Keith A. Gordon, P.E. • Robert R. Pfefterle, P.E. Richard W. Foster, P.E. • Datiid O. Lost -ota, P.E. - Robert C. Pussck, A.I.A. • .Mark A. Hansor„ P.E. Michael T. Rauun <inn, P.E.. Ted K.Field, P.E. Offices: St. Paul and Rochester, MN • Mequon, WI May 6, 1996 Ms. Shari French City of New Hope 4401 Xylon Ave. N. New Hope, MN 55428 ^ 4 ^ U t f 7 .i Re: Change Order No. 1 New Hope Elementary School Storm Sewer and Grading Improvements City Project No. 550 Our File No. 34176 Dear Shari: Attached is Change Order No. 1 for the above referenced project which is separated into three parts, described as follows: • Robbinsdale School District 281 has requested additional storm sewer pipe and catch basins be constructed based on their revised grading plan (estimated cost: $4,600). • Based on the results of the neighborhood meeting held with the nearby residents, it was discussed that additional storm sewer pipe and catch basins be considered near 8516 and 8508 - 46th Avenue to improve backyard drainage (estimated cost: $2,845). • Based on the discussions at the neighborhood meeting, property owners at 8300 - 46th Avenue and 4601 -4609 Xylon Avenue requested additional storm sewer pipe and catch basins be considered (estimated cost: $3,721). In summary, the total cost estimate for Change Order No. 1 is $11,166. If you have any questions, please contact this office. Sincerely, BONESTROO, ROSEN ANDERLIK & ASSOCIATES, INC. Mark Hanson MAH:pr Encl. 2335 West Highway 36 * St. Paul, MN 55113-3898 w 612-636-4600 May 16, 1996 4401 Xylon Avenue North New Hope, Minnesota 55428 -4898 S.M. Hentges & Sons, Inc. 650 Quaker Avenue, Suite 200 PO Box 69 Jordan, MN 55352 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 Dep't. Fax. 612 -531 -5175 SUBJECT: CHANGE ORDER NO. 1 FOR $11,166 - IMPROVEMENT PROJECT 550 Enclosed are two fully executed copies of the above - referenced Change Order for your records. Please forward one copy to your bonding company. The change order was approved on May 13, 1996, by the New Hope City Council. If you have any questions, please contact me. Sincerely, Valerie Leone City Clerk enc. cc: City Engineer Family Styled City For Family Living 'OP COUNCIL 1 - , 4 Dliq It Di3 a 1*) " • Parks and Recreation August 27, 1996 Item No. BY: Shari French By: Originating Department Approved for Agenda Agenda Section RESOLUTION APPROVING CHANGE ORDER #2 WITH S. M. HENTGES & SONS, INC. FOR NEW HOPE ELEMENTARY SCHOOL STORM SEWER & GRADING IMPROVEMENTS (IMPROVEMENT PROJECT NO. 550) WITH COST SHARED WITH This request for action has been continued from August 26, 1996 to allow the Council the opportunity to inspect the ballfield and the condition described. Staff is recommending that the storm sewer piping be added to the project, with safety being the primary reason. The City Manager has discussed the Robbinsdale School District's role in this change order with Mr. Jim Dahle and they've agreed to pay 2/3 of the estimated cost of $5,275. This would make the City's share in this change order $1,758 and District 281's share $3,517. Change Order #2 for Project No. 550, New Hope Elementary School Storm Sewer & Grading Improvements is for: *additional 205 LF storm sewer pipe and catch basin plus related quantities for the west side of ballfield #2 estimated cost $5,275 With this change the entire contract now totals approximately $193,256. Staff and engineer recommend approval of change order #2. Staff further recommends that the funding needed for the additional City expense come from the Road and Bridge Fund. • • i SECOND BY Review: Administration: Finance: • 11 CITY OF NEW HOPE RESOLUTION NO. 96 - 173 RESOLUTION APPROVING CHANGE ORDER #2 WITH S. M. HENTGES & SONS, INC. FOR NEW HOPE ELEMENTARY SCHOOL STORM SEWER & GRADING IMPROVEMENTS (IMPROVEMENT PROJECT NO. 550) WITH COST SHARED WITH ROBBINSDALE SCHOOL DISTRICT 281 WHEREAS, the City of New Hope authorized on March 11, 1996 Improvement Project No. 550, (New Hope Elementary School Storm Sewer. &'Grading Improvements) for the contractual sum of $176,815; and WHEREAS, Change order #1 totaling $11,166 was authorized on May 13, 1996; and WHEREAS, change order #2 includes additional 205 LF storm sewer pipe and catch basin plus related quantities for the west side of ballfield #2. - WHEREAS, the Robbinsdale School District #281 has agreed to share in the cost of this change order by paying 2/3 of the estimated total cost of $5,275. NOW, THEREFORE, BE IT RESOLVED, that the City Council of the City of New Hope approves change order no. 2 to the contract with S.M. Hentges & Sons, Inc. in the estimated amount of $5,275 as part of Improvement Project No. 550 (New Hope Elementary School Storm Sewer & Grading Improvements). Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 27th day of August 1996. I_• !: Mayor Attest: - X City Clerk SONESTR00 ASSOCIATES 6126361311 08/26196 14:46 x_:03 NO:657 , .-...� ^....r ®. ...k, + ...� .. ....... .........a..... L .,. -_ -._ ,+' •_ y _ '! 'r r . REMOVE do RELOCATE l 230' EXISTING CHAIN (22s') LINK FENCE LV Ex. •' GOAL POSTS 07 - 118 -2 43--02 1 CITY OF NEW HOPE _ {610 ,,, A.'l � . 9 . 0 0 V ! co I I Ism I ex. * ITYP ` 1 I STN L 45` -4 PE SALVAGE Ex. DRAIN TILIr i j W& POSTS s _ -ems: SHAPE INFIELD SUPGRAOE Q 1.00x TO DRAIN TILE + • I F4. InligW 3� 4 4? ; t (GtdWlj sn t ' k _.k i 4" PV'fU�,iP Q •• ' K��rTI{� .. w,�. 036 ,,^, ' BONESTZOO ASSOCIATES 6126361311 08/26/96 14:46 (5 :02 NO:657 5 /tip /cl (. ' ?oscn. Anderin: and Associates, uz is x,' Afbnnativc� Action /Equ,;l (J,cportunitj Einployer September 6, 1996 Ms. Shari French City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 -4898 Re: New Hope Elementary School City Project No. 550 Our File No. 34176 Dear Shari: t7 nci,r_ds: Otto G. Bonesn _o.:2E. • Joseph C. Anderlik, PE. • Marvin L. Sorvala, PE. - Richord E. Turner, P.E. Glenn R. Cook, PE. • Thomas E. Noyes, P.E. • Robert G. Schunicht, P.E. Jerry A. Bourdon. P.E. Robert W. Kosene, PE, end Susan f,'` Eherlin, C.P.A., Senior Consultants Asstvri, Priirapal� Ho+ ird A. Sanford, PE. • Keith A. G�>rdon, PE. • Robert R. Pfefferk,, P.E. - Richcrrd W. Foster, P.E. • Ovid O. Loskota, PE. • f..obert C. I?ussck, AJ.A. • Mark A. Hanson, RE. Me chael T. Rautrviann_ P.E. • Tsd K.Field, P.E. • Kenneth P. Anderson, P.E. • Mark R. Roll's, PE. Sidney R Williamson, P.E., L.S. • Robert F. KotsmW Office,, St. Paul, Rochester, Willmar and St. Cloud, RAN • Mequon, WI Enclosed are four copies of Change Order No. 2 for the above - referenced project. Part I (concrete maintenance curb) was authorized by Jim Dahle while Part 11 (storm sewer adjacent to Aquila) was approved by Council and agreed to by Jim Dahle. Please review, sign, and distribute as noted. If you have any questions, please contact this office. Yours very truly, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. Mark A. Hanson MAHa Enclosures cc: Joe Illetschko 2335 West Highway 36 * St. Paul, MN 55113-3898 a 612-63 -4600 4401 Xylon Avenue North New Hope, Minnesota 55428-4898 September 17, 1996 S.M. Hentges & Sons, Inc. 650 Quaker Avenue, Suite 200 PO Box 69 Jordan, MN 55352 City Halt: 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: CHANGE ORDER NO. 2 FOR $6,152.50 - IMPROVEMENT PROJECT 550 Enclosed are two fully executed copies of the above-referenced Change Order for your records. Please forward one copy to your bonding company. The change order contains 2 parts: Part A for $877.50 and Part B for $5,275. It was approved by the New Hope City Council on August 27, 1996. If you have any questions, please contact me. Sincerely, Valerie Leone City Clerk enc. cc: Mark Hanson - Bonestroo, Rosene, Anderlik & Associates Jim Dahle - Robbinsdale School District No. 281 Family Styled City va� For Family Living COUNCIL MOTION APPROVING FINAL PAYMENT TO S.M. HENTGES & SONS, INC. IN THE AMOUNT OF $4,250.00 FOR NEW HOPE ELEMENTARY SCHOOL STORM SEWER AND GRADING IMPROVEMENTS (IMPROVEMENT PROJECT NO. 550);; - This is the final pay request for the New Hope Elementary School storm sewer and grading improvements (Improvement Project No. 550). The original contract amount was $173,565.00 and the Council approved two change orders on the project, for a revised contract amount of $190,883.50. The final payment due to S.M. Hentges is $4,250.00. The final amount is approximately 4.02% under the revised contract amount due to minor differences between estimated quantities bid and actual quantities used. The City Engineer reports that all work on the project has been satisfactorily completed and the appropriate withholding forms have been provided. The City Engineer recommends approval of the final payment. Staff recommends approval of a motion approving final payment to S.M. Hentges & Sons, Inc. in the amount of $4,250.00 for the New Hope Elementary School storm sewer and grading improvements (Improvement Project No. 550). TO: Review: Administration: Finance: June 6, 1997 Mr. Larry Watts Finance Director City of New Hope 4401 Xylon Avenue N. New Hope, MN, 55428 Re: New Hope Elementary School Storm Sewer and Grading Improvements File No. 34176 Dear Honorable Mayor & City Council: Transmitted herewith are three (3) copies of Request for Payment No. 6 & Final along with the required signed Minnesota Withholding Form IC -134 for the above mentioned project. The work on this project has been satisfactorily completed and we recommend payment at this time. The final amount is approximately 4.02% under the revised contract amount due to minor differences between estimated quantities bid and actual quantities used. Should you have any questions regarding this project, please feel free to call me. Very truly yours, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. Ma anson Enclosure 2335 West HighwaY 36 ® St. Caul, MN 55113 - 612-636 -4600 ■ Fax: 312-636-1311° Sonestroo, Rosene, Anderlik and Associates, Inc. is an AffirmativeAction /Equal Opportunity Employer „Q } Boes too Principals: Otto G. Bonestroo, P.E.. • Joseph C. Anderlik, PE. • Marvin L Sorvaia, P.E. Rosene Richard E. Turner, P.E. • 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 Anderlik Associate 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, P.E. Michael T. Rautmann, P.E. • Ted K.Field, P.E. • Kenneth P. Anderson, P.E. • Mark R.Rolfs, P.E. J A ssociates Sidney P. Williamson, RE., R.S. • Robert F Kotsmith Officer. St. Paul, Rochester, Willmar and St. Cloud, MN • Milwaukee, WI Engineers & Architects June 6, 1997 Mr. Larry Watts Finance Director City of New Hope 4401 Xylon Avenue N. New Hope, MN, 55428 Re: New Hope Elementary School Storm Sewer and Grading Improvements File No. 34176 Dear Honorable Mayor & City Council: Transmitted herewith are three (3) copies of Request for Payment No. 6 & Final along with the required signed Minnesota Withholding Form IC -134 for the above mentioned project. The work on this project has been satisfactorily completed and we recommend payment at this time. The final amount is approximately 4.02% under the revised contract amount due to minor differences between estimated quantities bid and actual quantities used. Should you have any questions regarding this project, please feel free to call me. Very truly yours, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. Ma anson Enclosure 2335 West HighwaY 36 ® St. Caul, MN 55113 - 612-636 -4600 ■ Fax: 312-636-1311° Baroestm R.Sem Andertit A sso d a t es Owner: City of New Hope, 4401 X lon Avenue North, New Hope, MN 55428 -4898 Date: � Dec. 17, 1996 For Period: December 17, 1996 to June 6, 1997 Request No: 6/Final z Contractor: S.M. Hent es & Sons, Inc., P.O. Box 69, Jordan, MN 55352 REQUEST FOR PAYMENT . NEW HOPE ELEMENTARY SCHOOL STORM SEWER & GRADING IMPROVEMENTS File No. 34176 SUMMARY 1 Original Contract Amount $ 173,565.00 2 Change Order - Addition $ 17,318.50 3 Change Order - Deduction $ 4 Revised Contract Amount $ 190,883.50 5 Value Completed to Date $ 183,214.71 6 Material on Hand $ 0 7 Amount Earned $ 183,214.71 8 Less Retainage $ 0.00 9 Subtotal $ 183,214.71 10 Less Amount Paid Previously $ 178,964.71 11 AMOUNT DUE THIS REQUEST FOR PAYMENT NO. 6/Final $ 4,250.00 Recommended for Approval by: BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. - APM ved by Contractor: S.M. entges & Sons, Inc. i Specified Contract Completion Date: Approved by Owner: City of New Hope Date: Contract No. Item Unit Quantity 1 Remove/Reinstall existing fence LF 230 2 Remove & dispose of ex. fence posts EA 25 3 Furnish & install new fence posts(2- 1/2 "OD) EA 25 4 Remove existing backstop fencing EA 3 5 Salvage existing infield aglime SY 4,000 6 Strip /replace existing topsoil SY 30,000 7 Salvage/reinstall ex. goal posts w /sleeves LS 1 8 Common excavation CY 13,500 9 Siltation fencing (Det. Plate SP -89) LF 400 10 Storm inlet protection (Det. Plate ERO-4) FA 3 11 Construct rock entrance (Det. Plate ERO -8) LS 1 12 Sod SY 28,000 5.00 Total Part A - Site Grading/Restoration 1.30 2,000 Part B - Storm Sewer Improvements 13 Remove existing curb \gutter LF 20 14 Remove ex. bituminous pavement SY 50 15 Remove/reinstall ex. split rail fencing IF 95 16 12" PVC, SDR 35 LF 860 17 12" Perforated PVC, SDR 35 (Fig. 3) LF 570 18 Std. CBMH, 4' dia. w/R1642 Type C cstg. EA 4 19 Std CB w/R1642 Type C cstg EA 3 20 Connect to ex. structure EA 5 21 Impr. pipe stabilization (6" deep) LF 1,430 22 Siltation fencing LF 300 23 Storm inlet protection EA 8 24 Construct curb and gutter LF 20 25 Aggregate base, Class 5 (100% crushed) TN 20 26 Type 31, bituminous base course (2" thick) TN 10 27 Type 41, bituminous wear course (1.5" thick) TN 8 28 Bituminous material for mixture TN 2 29 Bituminous tack material GA 10 30 Sod SY 2,000 Total Part B - Storm Sewer Improvements Unit Quantity Amount Price to Date to Date 3.00 230 690.00 12.00 25 300.00 40.00 25 1,000.00 200.00 3 600.00 1.00 4,000 4,000.00 0.30 30,000 9,000.00 7,500.00 1.0 7,500.00 1.50 13,500 20,250.00 2.50 465 1,162.50 75.00 3 .225.00 750.00 1 750.00 1.30 28,000 36,400.00 75.00 8 $81,877.50 5.00 20 100.00 5.00 50 250.00 10.00 95 950.00 15.00 814.20 12,213.00 16.50 731 12,061.50 1,250.00 4 5,000.00 950.00 3 2,850.00 350.00 2 700.00 2.00 2.50 300 750.00 50.00 8 400.00 20.00 20 400.00 12.00 17.63 211.56 75.00 10 750.00 75.00 8 600.00 150.00 1.08 162.00 5.00 1.30 2,000 2,600.00 $39,998.06 Part C - Ball Field Construction 31 Redball diamond rock (4" thick) TN 1,100 15.00 1,060.81 15,912.15 32 4" P.E. drain pipe (Fig. 3) LF 345 7.00 345 2,415.00 33 Fencing (Thigh) LF 420 14.00 414 5,796.00 34 Backstop fencing (20' high) EA 1 3,750.00 1 3,750.00 Backstop fencing (16' high) EA 1 2,500.00 1 2,500.00 Backstop fencing (12' high) EA 1 1,750.00 1 1,750.00 35 Concrete pavement (4" granular w /6x6 10/10 wire woven fabric) SF 2,000 3.50 2,000 7,000.00 36 Player bench EA 6 1,250.00 6 7,500.00 37 Topsoil borrow CY 300 8.00 Total Part C - BalI Field Construction $46,623.15 Total Part A - Site Grading/Restoration 81,877.50 Total Part B - Storm Sewer 39,998.06 Total Part C - Ball Field Construction 46,623.15 Total $168,498.71 Change Order No.1 Part 1 -Addd storm sewer pipe & catch basin . 40 12" PVC SDR 35 LF 50 15.00 50 750.00 41 CBMH 4' dia. w/R1642 Type C casting EA 1 1,250.00 1 1,250.00 42 Sod SY 2,000 1.30 325 422.50 Total Part 1 $2,422.50 Part 2 -Addtl storm sewer, catch basin, sump pump 43 12" PVC, SDR 35 LF 85 15.00 60 900.00 44 4" PVC drainpipe stubbed for C.B. to property line (19 L EA 2 50.00 2 100.00 45 Std. CB w/R1642 type C grate EA 1 1,250.00 1 1,250.00 46 Improve pipe stabilization (6" deep) LF 85 2.00 60 120.00 47 Storm inlet protection EA 1 50.00 1 50.00 Total Part 2 $2,420.00 Part 3 -Drain pipe, fence, topsoil, swale, sod 1 12" PVC, SDR 35 LF 45 15.00 45 675.00 2 4" PVC drain pipe stubbed from CB EA 3 50.00 3 150.00 3 Std. CB wt 1642 type C grate EA 1 1,250.00 1 1,250.00 4 Remove/reinstall existing fence LF 90 3.00 90 270.00 5 Remove and dispose of ex. fence posts EA & 12.00 8 96.00 6 Furnish and install new fence posts EA 8 40.00 8 320.00 . 7 Improve pipe stabilization 6" deep LF 45 2.00 45 90.00 8 Storm inlet protection EA 1 50.00 1 50.00 9 Strip/replace existing topsoil SY 200 0.30 200 60.00 10 Regrade swale (80'x 25') LS 1 500.00 1 500.00 11 Sod SY 200 1.30 200 260.00 Total Part 3 $3,721.00 " TOTAL CHANGE ORDER NO.1 $8,563.50 Change Order No. 2 Part A 1 Concrete maintenance strip LF 117 7.50 117 877.50 Total Part A $877.50 Part B 2 12" PVC, SDR 35 LF 205 15.00 205 3,075.00 3 Std. CB EA 1 950.00 1 950.00 4 Common Excavation CY 600 1.50 600 900.00 5 Connection To Existing Storm Sewer EA 1 350.00 1 350.00 Total Part B $5,275.00 TOTAL CHANGE ORDER NO.2 $6,152.50 Total Part A - Site Grading/Restoration 81,877.50 Total Part B - Storm Sewer (Base Bid) 39,998.06 Total Part C - Ball Field Construction (Base Bid) 46,623.15 Total Change Order No. 1 8,563.50 Total Change Order No. 2 6,152.50 Total Work Completed to Date $183,214.71 PROJECT PAYMENT STATUS Owner City of New Hope Project No. 550 File No. 34176 Contractor S.M. Hentges & Sons, Inc. CHANGE ORDERS No. Date Description Amount 1 02/29/96 Additional storm sewer pipe 11,166.00 2 09/03/96 Provide concrete maintenanece strip/additional storm sewer and gradi 6,152.50 3 11,936.74 - 76,844.50 Total Chan Le Orders $17,318.50 PAYMENT SUMMARY Nn_ PPrinri Pavment Retaina a Completed 1 Start 07/01/96 61,065.53 3,213.98 64,279.50 2 07/01/96 08/15/96 11,936.74 3,842.23 76,844.50 3 08/15/96 09105196 54,354.25 6,702.98 134,059.50 4 09/05/96 10/01/96 16,762.27 7,585.20 134,059.50 5 10/01/96 12/17/96 34,845.91 500.00 179,464.71 6 12 -17 -96 6 -6-97 4,250.00 183,214.71 7 8 9 10 Material on Hand Total Payment to Date $183,214.70 Original Contract $173,565.00 Retaina e, Payment No. 6/Final Change Orders 17,318.50 Total Amount Earned $183,214.70 Revised Contract $190,883.50 ,_ V 6 - s l e Form IC -134 Minnesota Department of Revenue Rev. 1.1/90 .. 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. _ Company name f ` S . 7 € ^E f Address 17 0 n City ¢ e Pta t Code 4 mdJP Please type or print clearly above. This will be your mailing label for returning the completed form. Telephone number Minnesota ID number 73 1 .2 '5 Momhryear work began 7- 9 C' Month /year work ended L T Total contract amount / `7 5 & 5'. r z a­ nr �ill ra, o M Did you have employees work on this project? if riot ae, explain who did the work: Project location: f L OS 0 Project owner: C ,te p Address 44 i f 0 6 '%C I) In, Check the box that describes your involvement in the project and fill in all information requested in that category: _ Sole contractor awl Subcontractor If you are a subcontractor, fill in the name and address of the contractor that hired you: Prime Contractor If you subcontracted out any work on this project, all of your subcontractors must file their own IC - 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 attach a copy of each subcontractor's certified IC -134. (If you need more space, attach a separate sheet.) Business name Address O:vner /Officer jck — — -- — a -- - - -- 70 a/i AL ` v I 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 t any subcontractors if I am a prime contractor, and to the co agency" Contractor's signature Title — Date For certificatio"ail original aHd one copy to: Minnesota Department of Revenue, Business Trust Tax Section Mail Station 6610, St. Paul, MN 55146 -6610 Certificate of Compliance with Minnesota Income Tax Withholding Law 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. Signature of authorized Department of Revenue official r Date ~� G O Stock No. 5000734 ,..: i, Form N t IC -134 Minnesota Department of Revenue Rev. 11/90 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. Company name Minnesota ID number m ¢. a Address - l l3 tll» ct" Y ,Ve KW Lai , City State Zip Code �/�'�`'� Month /year work began Month /year work ended 4, Please type or print clearly above. This will be your I Total contract amount: mailing label for returning the completed form. %� me number Did you have employees work on this project? If none, explain who did the work: Amount still due: i t , r 1 Pmiect numhec �7 " ZT Address Check the box that describes your involvement in the project and fill in all information requested in that category: ❑ Sole contractor Subcontractor If you are a subcontractor, fill in the name and address of the contractor that hired you: Jt* / we ❑ 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 business information below, and attach a copy of each subcontractor's certified 1C -134. (If you need more space, attach a separate sheet.) Business name Address Owner /Officer Certificate of Compliance with Minnesota Income Tax Withholding Law 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 i s ubdivi s i ons. Signature of authorized Department of Revenue official' Date iL ( 10 Stock No. 5000134 Instructi • Fo rm IC-1 34 Who should file? If you are a prime contractor, a contrac- tor, or a subcontractor who did work on a project for the state of Minnesota or any of its local government subdivisions — such as a county, city, or school district — you must file Form IC -134 with the Minnesota Department of Revenue. This affidavit must be certified and returned before the state or any of its subdivisions can make final payment for your work. When to flk The iC -134 cannot be processed until you are finished with the work. Do not send the affidavit in for certification before the project is completed since it will only be returned to you unproc- essed. If you are a subcontractor or sole contractor, file Form IC -134 when you have completed your part of the project. If you are a prime contractor, file Form IC -134 when the entire project is completed and you have received certified affidavits from all of your subcontractors. Where to file Fill out Form IC -134 and mail the original and one copy to: Minnesota Department of Revenue Business Trust Tax Section Mail Station 6610 St. Paul, MN 55146 -6610 How to file If you have fulfilled the requirements of the withholding tax laws of Minnesota, the Department of Revenue will sign your affidavit, keep the copy, and return the original to you. If you want it returned to a different mailing address, please enclose a mailing label or preaddressed envelope. If any withholding payments are due to the state, Minnesota law (M.S. 290.97) requires that payment must be made by only money order, cashiers check, certified check, or racF�, Take the certified affidavit to your prime contractor or to the governmental unit for which the work was done in order to receive your final payment. Minnesota tax identification number You must fill in your Minnesota tax identification number on the form. You must have a Minnesota tax ID number if you have employees who work in Minnesota. If you need a number, get Form MBA, Application for Tax Identification Number, and file it with the Minnesota Department of Revenue. To get Form MBA, call 296 -3781 from the Twin Cities area or 1 -800- 652 -9094 from elsewhere in Minnesota, or write to Minnesota Tax Forms, Mail Station 7131, St. Paul, MN 55146 -7131. If you have no employees and did all the work yourself, you do not need a � ir?it2s%ta identifiCativi� iiu:Tib @r. If Wi' is the case, fill in your Social Security number in the space for Minnesota ID number and explain who did the work. Are you a prime contractor and a subcontractor on the same project? If you are a subcontractor who was hired to do work on a project and you subcontract all or a part of your portion of the project to another contractor, you become a prime contractor as well. If this is the case, fill out both the subcon- tractor and prime contractor areas on a single form. Use of information The Department of Revenue needs all the i- formatio. n, except your phone number, to determine whether you have met all state income tax withholding requirements. If all required information is not provided, the IC -134 will be returned to you for completion. All information on this affidavit is guaranteed private by state law. It cannot be given to others without your permission, except to the Internal Revenue Service, other states that guarantee that it will be kept private, and certain state or county agencies. If you need help or additional informa- tion to fill out this form, call 296 -6181 in the Twin Cities area. From elsewhere in Minnesota and from outside the state, call (toll -free) 1- 800 - 657 -3777. To get more 1C -134 forms If you need more IC -134 forms, call 296 -3781 from the Twin Cities area or 1- 800 - 652 -9094 from elsewhere in Minnesota, or write to Minnesota Tax Forms, Mail Station 7131, St. Paul, MN 55146-7131 . Form f t " �. .� .* ���� Form ' Minnesota department of Revenue Rev. 11/90 W ithholding 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. Company name Minnesota ID number Address Month /year work began City State Zip Code Month /year work ended / f Please type or print clearly above. This will be your Total contract amount: / mailing label for re turning the completed form. 2 A a o Telephone number Amount still due: (.,5 dt ) °,1 A it Did you have employees work on this project? Project nur �c. �ri2 ;%l/ -V 626 J _ If none, explain who did the work: Project location: Nr Project owner: . L{-, G Address leE!,U lvc r e / -- Check the box that describes your involvement in the project and fill in all information requested in that category: ❑ Sole contractor ❑ Subcontractor If you are a subcontractor, fill in the name and address of the contractor that hired you: 5 4 S J C1 t/ d / `- r r ✓n ❑ Prime Contractor tu 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 business information below, and attach a copy of each subcontractor's certified IC -134. (If you need more space, attach a separate sheet.) Business name A dd r ess O wn e r /Off For certification, mail original and one copy to: Minnesota Department of Revenue, Business Trust Tax Section Mail Station 6610, St. Paul, MN 55146 -6610 1 5 7- Certificate of Compliance with Minnesota Income Tax Withholding Law 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. Signature of authorized Department of Revenue official t to UZ Stock No. 5000134 Instructions o 4 Who should file? If you are a prime contractor, a contrac- tor, or a subcontractor who did work on a project for the state of Minnesota or any of its local government subdivisions — such as a county, city, or school district —you must file Form IC -134 with the Minnesota Department of Revenue. This affidavit must be certified and returned before the state or any of its subdivisions can make final payment for your work. When to file The IC -134 cannot be processed until you are finished with the work. Do not send the affidavit in for certification before the project is completed since it will only be returned to you unproc- essed. If you are a subcontractor or sole contractor, file Form IC -134 when you have completed your part of the project. If you are a prime contractor, file Form IC -134 when the entire project is completed and you have received certified affidavits from all of your subcontractors. Where to file Fill out Form IC -134 and mail the original and one copy to: Minnesota Department of Revenue Business Trust Tax Section Mail Station 6610 St. Paul, MN 55146 -6610 How to file If you have fulfilled the requirements of the withholding tax laws of Minnesota, the Department of Revenue will sign your affidavit, keep the copy, and return the original to you. If you want it returned to a different mailing address, please enclose a mailing label or preaddressed envelope. If any withholding payments are slue to the state, Minnesota law (M.S. 290.97) requires that payment must be made by only money order, cashiers check, certified check, or cash. Take the certified affidavit to your prime contractor or to the governmental unit for which the work was done in order to receive your final payment. Minnesota tax identification number You must fill in your Minnesota tax identification number on the form. You must have a Minnesota tax ID number if you have employees who work in Minnesota. If you need a number, get Form MBA, Application for Tax Identification Number, and file it with the Minnesota Department of Revenue. To get Form MBA, call 296 -3781 from the Twin Cities area or 1 -800- 652 -9094 from elsewhere in Minnesota, or write to Minnesota Tax Forms, Mail Station 7131, St. Paul, MN 55146 -7131. If you have no employees and did all the work yourself, you do not need a Minnesota identification number. If this is the case, fill in your Social Security number in the space for Minnesota ID number and explain who did the work. Are you a prime contractor and a subcontractor on the same project? If you are a subcontractor who was hired to do work on a project and you subcontract all or a part of your portion of the project to another contractor, you become a prime contractor as well. If this is the case, fill out both the subcon- tractor and prime contractor areas on a single form. Use of information The Department of Revenue needs all the information, except your phone number, to determine whether you have met all state income tax withholding requirements. If all required information is not provided, the IC -134 will be returned to you for completion. All information on this affidavit is guaranteed private by state law. It cannot be given to others without your permission, except to the Internal Revenue Service, other states that guarantee that it will be kept private, and certain state or county agencies. If you need help or additional informa- tion to fill out this form, call 296 -6181 in the Twin Cities area. From elsewhere in Minnesota and from outside the state, call (toll -free) 1- 800 - 657 -3777. To get more IC -134 forms If you need more IC -134 forms, call 296 -3781 from the Twin Cities area or 1- 800 - 652 -9094 from elsewhere in Minnesota, or write to Minnesota Tax Forms, Mail Station 7131, St. Paul, MN 55146 -7131. M w a S" For cerfikation tt original an cM 009. De partment Minnuotv f. MW SMI[on r l „ .. i ?, E 1 w t x v � t yes .!+c. �':. • �" ,:F `'> { ' ' ( y�V TOTAL. P.02 817 8522 ' A � FUH totfm Rev. 11 90 NOV 4 199 iuisg Minnesota Department of Revenue Withholding Affidavit for Contractors Company name 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. Minnesota ID number Address 61 Zx I" City Slate Zip Code Please type or print clearly above. This will be your mailing label for returning the completed form Monthiyear work began C J Month,year work ended Total contract amount, lis 133 Amount still due: Telephone number (XDQ oc_ Lk L _ Project number: CD Did you have employees work on this project If rione, explain who did the work: Project location: N�2A— HOPI _p!g=Lqwn v 'A Address Check the box that describes your involvement in the project and fill in all information requested in that category: Sole contractor Subcontractor If you are a subcontractor, fill in the name and address of the c ontractor that hired you: 5 - L! A -5 - L 11) L Prime Contractor If you subcontracted out any work on this project. all of your subcontractors must file their own IC-' 3- 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 attach a copy of each subcontractor's certified IC-134. (If you need more space, attach a separate sheet) Business name Add ress -- Ow . nerOff i - cer I declare that j,imformal,on I nave filled in on this form is true and complete to the best Of My Knowledge .1110 Dellet lauthorize the Department 3f Revenue to disclose pertinent information relating to this project. including sending copies of this form, to tho prsmo contractor it Jam A ubContr,10of—Ind to,iny -ailocontraclofs if lam a prime contractor. and to the contracting agency Title Contractor s signature Date 0, For certification, mail original and one copy to: Minnesota Department of Revenue. Business Trust Tax Section Mail Station 6610, St. Paul, MN 55146-6610 Certificate of Compliance with Minnesota Income Tax Withholding Law 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. Date Signature of authorized Department of Revenue offictal. J 96 Stock No. 5000134