Loading...
Imp. Proj. #579IS I' DIP11) D11-3 0 Originating Department Public Works Approved for Agenda 5 -27 -97 Agenda Section Development & Planning Item No. BY: Jeannine Clancy I By:// ( 8.5 RESOLUTION APPROVING CONTRACT BETWEEN THE CITY OF NEW HOPE AND WEST STAR CURB FOR THE 1997 SIDEWALK IMPROVEMENT PROGRAM (IMPROVEMENT #579) In April, 1997, the City Council approved the plans and authorized bidding of this project. The project includes removal and replacement or construction of sidewalks on Winnetka Avenue, Boone Avenue, a portion of Bass Lake Road, and the entrance to the New Hope Police Department. Bids were opened on May 21, 1997. The results of the bidding are presented in the attached bid tabulation. The contract documents have been prepared so that the City Council may award parts of the contract. As directed by the City Council in April, staff approached property owners to propose construction of new sidewalk on Winnetka Avenue (parts B, C, and D of the bid). Staff requested that the adjacent property owners finance two thirds of the construction cost of the sidewalk. This cost sharing was requested because the property is currently developed. The following contacts were made: • Mr. Jim Dahle - 4148 Winnetka (School District #281): Mr. Dahle indicated that he felt it was in the best interest of the District to evaluate this request along with the future plans for upgrading the intersection of 42n and Winnetka. The plans for the 42 and Winnetka construction are scheduled to be completed in early winter, 1997. • Mr. Roger Wentz - 4000 Winnetka (Dura Process): Mr. Wentz is not interested in paying for a portion of the sidewalk costs. TO: Review: Administration: Finance: Request for Action 1997 Sidewalk Improvement Project 579 May 27, 1997 • Mr. John Miner - 3510 Winnetka Avenue: Mr. Miner is not interested in paying for a portion of the sidewalk costs. As further directed by Council, staff approached the owner of the property at 8901 Bass Lake Road, Mr. A.C. Carlson (Part E of the bid). Staff requested that this property owner pay 100 percent of the cost of the sidewalk. This amount was requested because the property is vacant. Mr. Carlson is not interested in paying for the cost of the sidewalk. The City's options in constructing sidewalk adjacent to these properties are as follows: • Construct the sidewalk and pay for the cost out of MSA funds. Delay the construction of these sections of sidewalk until the 1999 project, and attempt to assess the cost to the property owner through special assessments. However, staff has been advised by Mr. Brad Bjorklund, the city's special projects appraiser, that unless the entire street is being reconstructed, the benefit of the sidewalk is immeasurable. Therefore, the City may be challenged by the property owner and would have a difficult time supporting the assessment. • Delay construction of the sidewalk at 8901 Bass Lake Road until the property develops. Based on the potential use of the sidewalk, the benefit to pedestrians, and the ability to fund the construction costs through Municipal State Aid and Community Development Block Grant funds, staff recommends that the sidewalks be constructed as part of the project. The project also includes construction of new sidewalk on the east side of Winnetka Avenue in the City of Crystal (Part F of the bid). Staff has approached the Crystal City Engineer and requested that Crystal pay 100 percent of the cost. Tom Mathisen, Crystal City Engineer, has indicated that Crystal will pay its share of the costs. A joint powers agreement will be prepared for Crystal's part of the project. The attached resolution approves the base bid of $248,710.10, which includes all parts of the contract. Should Council approve the resolution, a proposed project schedule is as follows: Award Contract May 27, 1997 Begin Construction June, 1997 Complete Construction September, 1997 Staff recommends approval of the resolution. CITY OF NEW HOPE RESOLUTION NO. 97- 94 RESOLUTION APPROVING CONTRACT BETWEEN THE CITY OF NEW HOPE AND WEST STAR CURB FOR THE 1997 SIDEWALK IMPROVEMENT PROGRAM (IMPROVEMENT #579); AUTHORIZING THE MAYOR AND CITY MANAGER TO SIGN WHEREAS, funding is through New Hope's allocation of Municipal State Aid, Community Development Block Grant funds, and the Capital Improvement Program for reconstruction of sidewalks; and, WHEREAS, the City Engineer has prepared plans, specifications, and contract terms; and, WHEREAS, the City has accepted bids for work described in the plans and specifications and has identified the lowest responsible and responsive bidder. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF NEW HOPE, MINNESOTA: 1. That the contract between the City of New Hope and West Star Curb in the amount of $243,422.60 is approved. 2. That the Mayor and City Manager are authorized to sign the contract documents. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota this 27th day of May, 1997. Mayor Attest: City Clerk PworksVesolutn\579awrd.doc MEMO DATE: May 16, 1997 TO: Jeannine Clancy FROM: Mark Hanson SUBJECT: 1997 Sidewalk Improvement Program City Project No. 579 Our File No. 34200 Reconstruct Existing Sidewalk Engineer's Estimate Part A — Sidewalk Boone Avenue (MSA Eligible) $95,110.00 Winnetka Avenue (MSA Eligible) 51,650.00 Ped. Ramps (Boone & Winnetka; CDBG) 39,367.50 Police Entrance 2,805.00 Subtotal $188,932.50 New Sidewalk Engineer's Estimate Part B — 3510 Winnetka Avenue $8,505.00 Part C — 4000 Winnetka Avenue (Dura- Process) 3,845.00 Part D — 4148 Winnetka Avenue (ISD 28 1) 18,295.00 Part E — 8901 Bass Lake Road (A.C. Carlson) 4,165.00 Part F — East Side Winnetka (Crystal /Cemeteries) 35,907.50 Subtotal $70,717.50 TOTAL $255,730.00 "I Improvement costs include 25% indirect costs. (2) Assessment assumes 213 improvement cost assessed. (3) Assessment assumes 100% improvement cost assessed (4) MSA Eligible assumes improvement cost +18% indirect costs (5) CDBG Eligible assumes improvement cost + 18% indirect costs Improvement New Hope MSA (4) CDBG (5) Crystal Cost (1) Assessment Cost Eligible Ped. Ramps Cost Part A $236,165.00 $236,165.00 $173,180.00 $46,450.00 Part B 10,630.00 $7,090.00 (2) 3,540.00 10,035.00 Part C 4,810.00 3,205.00 (2) 1,605.00 4,535.00 Part D 22,870.00 15,245.00 (2) 7,625.00 21,585.00 Part E 5,205.00 5,205.00 (3) 4,915.00 Part F 44,885.00 44,885.00 TOTAL $324,565.00 $30,745.00 $248,935.00 $214,250.00 $46,450.00 $44,885.00 "I Improvement costs include 25% indirect costs. (2) Assessment assumes 213 improvement cost assessed. (3) Assessment assumes 100% improvement cost assessed (4) MSA Eligible assumes improvement cost +18% indirect costs (5) CDBG Eligible assumes improvement cost + 18% indirect costs Bonestroo, Rosene, Anderlik and Associates, Inc. is an Affirmative Action /Equal Opportunity Employer Principals: Otto G. Bonestroo, BE. • Joseph C. Anderlik, P.E. • Marvin L. Sorvala, P.E. - Richard E. Turner, P.E. • Glenn R. Cook, P.E. • Robert G. Schunicht, P.E. • Jerry A. Bourdon, PE. Robert W. Rosene, PE. and Susan M. Eberlin, C.PA., Senior Consultants Associate Principals: Howard A. Sanford, RE. • Keith A. Gordon, P.E. • Robert R. Pfefferle, PE. . Richard W. Foster, P.E. • David O. Loskota, P.E. • Robert C. Russek, A.I.A. • Mark A. Hanson, RE. Michael T. Rautmann, P.E. • Ted K.Field, P.E. • Kenneth P Anderson, P.E. • Mark R. Rolfs, P.E. Sidney R Williamson, PE., R.S. • Robert E Kotsmith Offices: St. Paul, Rochester, Willmar and St. Cloud, MN • Milwaukee, WI May 22, 1997 City of New Hope 4401 Xylon Avenue New Hope, MN 55428 Re: Bid Tabulation Sidewalk Improvement Program City Project No. 579 File No. 34200 Honorable Mayor and City Council: Bids were opened for the Sidewalk Improvement Project on Wednesday, May 21, 1997. Transmitted herewith are ten (10) copies of the bid tabulation for your information and file. The bids have been reviewed and found to be in order. The following summarizes the results of the low three bids received: AMOUNT Low West Star Curb and Concrete $248,782.60 #2 Ron Kassa Construction, Inc. $260,747.00 #3 Gunderson Brothers $330,633.43 The low bidder on the project was West Star Curb and Concrete, from Watkins, Minnesota, with a Base Bid of $248,782.60. Watkins is located about 20 miles south of St. Cloud. We have never done work with this Contractor before, but checked several references and found them to be a reputable company. The specifications state that the City reserves the right to delete Parts B through F from the contract award if costs are not within the budget. A comparison of the Engineer's estimate and low bid is shown: Engineer's Low Estimate Part A Remove & Repl. Ex. Walks $188,932.50 Part B 3510 Winnetka Avenue 8,505.00 Part C 4000 Winn. Ave. Dura- Process Co. 3,845.00 Part D 4148 Winn. Ave. School District 18,295.00 Part E 8901 Bass Lake Road 4,165.00 Part F East Side Winn; City of Crystal 35,907.50 Total $259,650.00 Low Bidder % Difference $168,307.10 10.9 10,010.00 17.7 4,862.50 26.5 21,768.00 19.0 5,360.00 28.7 38,475.00 7.1 $248,782.60 4.2 2335 West Highway 36 it St. Paul, MN 55113 a 612-636-4600 ■ Fax: 612 -636 -1311 City of New Hope 4401 Xyllon Avenue New Hope, MN 55428 Page 2. Re: Bid Tabulation File No. 34200 Parts B through F were all higher than the Engineer's estimate, while Part A was 10.9% lower. We have contacted the City of Crystal regarding Part F and are waiting for their comments. City Staff recommends Parts A through F, contingent on Part F being acceptable to the City of Crystal. We are therefore recommending that the City award the project to West Star Curb and Concrete for the Base Bid of $248,782.60. The City may delete any of the Parts B through F by change order at a later date if details cannot be worked out with property owners and/or the City of Crystal. Should you have any questions, please feel free to contact me at 636 -4600. Sincerely, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. P l ny. Thomas W. Peterson, P.E. TWP:kf Encl. I hereby certify that this is an exact reprodu tion of bids receiv . Thomas W. Peterson, P.E. Registration No. 16610 No. Item Unit Qty. Bid No. 3 Part A - Removal and Replacement of Existing Walks West Star 2104.501 Remove curb and gutter LF 1,230 2104.503 Remove concrete walk SF 40,323 2104.505 Remove bituminous street surface SY 90 2105.525 Topsoil borrow (LV) CY 185 2211.503 Aggregate base, Class 5 CY 125 2331.521 Irregular width paving SY 231 2521.501 4" concrete walk SF 35,973 2521.501 6" concrete walk SF 800 0521.604 Sawing concrete walk LF 4,170 2531.501 Concrete curb and gutter, B624 LF 1,205 2531.501 Concrete curb and gutter, B612 LF 25 2531.501 Concrete curb and gutter, D412 LF 40 0531.602 Pedestrian curb ramp SF 4,750 0531.604 7" concrete valley gutter SY 50 0563.601 Traffic control LS 1 2575.505 Sodding, type lawn SY 2,530 13.58 Total Part A - Removal and Replacement of Ex. Walks 2.20 79,140.60 Part B - 3510 Winnetka Avenue (430 LF) 79,140.60 2.60 2104.501 Remove curb and gutter LF 20 2104.503 Remove concrete walk SF 40 2105.501 Common excavation CY 100 2105.525 Topsoil borrow (LV) CY 10 34200bt BID TABULATION Tabulation of Three Low Bids of Three Received Bid No.1 100.00 Bid No. 2 20.00 Bid No. 3 1,000.00 West Star Curb Ron Kassa 1,000.00 Gunderson Bros. and Concrete Construction, Inc. 100.00 13.25 132.50 BT -I Unit Unit Unit Price Total Price Total Price To 5.00 6,150.00 5.00 6,150.00 4.90 6,02 0.50 20,161.50 0.80 32,258.40 0.80 32,2 5 9.00 810.00 9.00 810.00 9.00 8 10.00 1,850.00 10.00 1,850.00 13.25 2,4 10.00 1,250.00 8.00 1,000.00 18.00 2,2 30.00 6,930.00 16.00 3,696.00 13.58 3,1 2.20 79,140.60 2.20 79,140.60 2.60 93,5 3.00 2,400.00 3.20 2,560.00 3.25 2,6 2.00 8,340.00 2.00 8,340.00 5.00 20,8 11.00 13,255.00 15.00 18,075.00 20.00 24,1 10.00 250.00 15.00 375.00 22.50 5 10.00 400.00 15.00 600.00 22.50 9 3.00 14,250.00 3.20 15,200.00 4.50 21,3 30.00 1,500.00 24.00 1,200.00 20.00 1, 1,500.00 1,500.00 1,600.00 1,600.00 2,000.00 2, 4.00 10,120.00 3.25 8,222.50 3.00 7,5 $168,307.10 $181,077.50 $221,4 5.00 100.00 0.50 20.00 10.00 1,000.00 10.00 100.00 a1 7.00 8.40 10.00 51.25 50.00 36.98 29.80 00.00 50.00 00.00 62.50 00.00 75.00 000.00 000.00 90.00 40.93 5.00 100.00 5.00 100.00 0.80 32.00 1.00 40.00 10.00 1,000.00 11.00 1,100.00 10.00 100.00 13.25 132.50 BT -I 0105.604 Granular (sand) base TN 90 2521.501 4" concrete walk SF 3,000 0521.604 Sawing concrete walk LF 25 2531.501 Concrete curb and gutter, Design B624 LF 20 0531.602 Pedestrian curb ramp SF 120 0563.601 Traffic control LS 1 2575.505 Sodding, type lawn SY 90 Total Part B - 3510 Winnetka Avenue Part C - 4000 Winnetka Avenue, Dura- Process Co. (207 L.F.) 2105.501 Common excavation CY 50 2105.525 Topsoil borrow (LV) CY 15 0105.604 Granular (sand) base TN 45 2521.501 4" concrete walk SF 1,450 0563.601 Traffic control LS 1 2575.505 Sodding, type lawn SY 50 Total Part C - 4000 Winnetka Avenue Part D - 4148 Winnetka Avenue 2104.501 Remove curb and gutter 2105.501 Common excavation 2105.525 Topsoil borrow (LV) 0105.604 Granular (sand) base 2521.501 4" concrete walk 0521.604 Sawing concrete walk 2531.501 Concrete curb and gutter, Design B624 0531.602 Pedestrian curb ramp 0563.601 Traffic control 2575.505 Sodding, type lawn Total Part D - 4148 Winnetka Avenue LF CY CY TN SF LF LF SF LS SY 60 250 25 185 6,440 10 60 240 250 Part E - 8901 Bass Lake Road (240 LF) 2105.501 Common excavation 2105.525 Topsoil borrow (LV) 0105.604 Granular (sand) base 2211.503 Aggregate base, Class 5 2331.521 Irregular width paving 2521.501 4" concrete walk 0563.601 Traffic control 2575.505 Sodding, type lawn Total Part E - 8901 Bass Lake Road CY CY TN CY SY SF LS SY 35 10 40 5 40 1,200 1 80 10.00 2.20 2.00 11.00 3.00 300.00 4.00 10.00 10.00 10.00 2.25 300.00 4.00 5.00 10.00 10.00 10.00 2.20 2.00 11.00 3.00 300.00 4.00 10.00 10.00 10.00 10.00 30.00 2.20 300.00 4.00 900.00 6,600.00 50.00 220.00 360.00 300.00 360.00 $10,010.00 500.00 150.00 450.00 3,262.50 300.00 200.00 $4,862.50 300.00 2,500.00 250.00 1,850.00 14,168.00 20.00 660.00 720.00 300.00 1,000.00 $21,768.00 350.00 100.00 400.00 50.00 1,200.00 2,640.00 300.00 320.00 $5,360.00 9.00 2.20 2.00 15.00 3.20 250.00 3.25 10.00 10.00 9.00 2.20 250.00 3.25 5.00 10.00 10.00 9.00 2.20 2.00 15.00 3.20 250.00 3.25 10.00 10.00 9.00 9.00 16.00 2.20 250.00 3.25 810.00 6,600.00 50.00 300.00 384.00 250.00 292.50 $9,918.50 500.00 150.00 405.00 3,190.00 250.00 162.50 $4,657.50 300.00 2,500.00 250.00 1,665.00 14,168.00 20.00 900.00 768.00 250.00 812.50 $21,633.50 350.00 100.00 360.00 45.00 640.00 2,640.00 250.00 260.00 $4,645.00 12.00 3.25 5.00 22.50 3.50 400.00 3.00 11.00 13.25 12.00 3.25 300.00 3.00 5.00 11.00 13.25 12.00 3.25 5.00 22.50 3.50 700.00 3.00 11.00 13.25 12.00 18.00 43.75 3.25 300.00 3.00 1,080.00 9,750.00 125.00 450.00 420.00 400.00 270.00 $13,867.50 550.00 198.75 540.00 4,712.50 300.00 150.00 $6,451.25 300.00 2,750.00 331.25 2,220.00 20,930.00 50.00 1,350.00 840.00 700.00 750.00 $30,221.25 385.00 132.50 480.00 90.00 1,750.00 3,900.00 300.00 240.00 $7,277.50 34200bt BT -2 0.50 Part F - East Side of Winnetka; City of Crystal (1,225 LF) 2104.501 Remove concrete walk SF 50 SP -I Brace and protect iron fence LS 1 2105.501 Common excavation CY 450 2105.525 Topsoil borrow (LV) CY 60 0105.604 Granular (sand) base TN 250 2211.503 Aggregate base, Class 5 CY 10 0411.603 Retaining wall - modular block SF 650 2521.501 4" concrete walk SF 8,400 0521.604 Sawing concrete walk LF 10 0563.601 Traffic control LS 1 2575.505 Sodding, type lawn SY 500 180.00 Total Part F - East Side of Winnetka; City of Crystal 9,750.00 16.40 Total Part A - Removal and Replacement of Ex. Walks 17.00 11,050.00 Total Part B - 3510 Winnetka Avenue 18,480.00 2.20 Total Part C - 4000 Winnetka Avenue, Dura- Process Co. 3.25 27,300.00 Total Part D - 4148 Winnetka Avenue; School District 20.00 2.00 Total Part E - 8901 Bass Lake Road 5.00 50.00 Total Part F - East Side of Winnetka; City of Crystal 300.00 250.00 Total Base Bid 1,000.00 0.50 25.00 0.80 40.00 1.00 50.00 200.00 200.00 300.00 300.00 1,500.00 1,500.00 10.00 4,500.00 10.00 4,500.00 11.00 4,950.00 10.00 600.00 10.00 600.00 13.25 795.00 10.00 2,500.00 9.00 2,250.00 12.00 3,000.00 10.00 100.00 9.00 90.00 18.00 180.00 15.00 9,750.00 16.40 10,660.00 17.00 11,050.00 2.20 18,480.00 2.20 18,480.00 3.25 27,300.00 2.00 20.00 2.00 20.00 5.00 50.00 300.00 300.00 250.00 250.00 1,000.00 1,000.00 4.00 2,000.00 3.25 1,625.00 3.00 1,500.00 $38,475.00 $38,815.00 $51,375.00 $168,307.10 $181,077.50 $221,440.93 10,010.00 9,918.50 13,867.50 4,862.50 4,657.50 6,451.25 21,768.00 21,633.50 30,221.25 5,360.00 4,645.00 7,277.50 38,475.00 38,815.00 51,375.00 $248,782.60 $260,747.00 $330,633.43 34200bt BT -3 Bid No. I Bid Bond 5% Bid Bond Cert.Check Cash Deposit Firm West Star Curb and Concrete Address City, State, Zip By Title Telephone No. Fax No. P.O. Box 201 Watkins MN 55389 Eldean Pearson Vice President (320) 764 -9582 (320) 764 -9582 Bid No. 2 I 5% Bid Bond Ron Kassa Construction, Inc. 7438 Upton Richfield MN 55423 Ron Kassa Owner 866 -6968 866 -1248 Bid No. 3 I 5% Bid Bond I Gunderson Brothers 2325 Snelling Ave. Mpls. MN 55404 Jeanne Gunderson Secretary 721 -6119 721 -6429 34200bt BT -4 STEVEN A. SONDRALL MICHAEL R. LAFLEUR MARTIN F. MALECHA WILLIAM C. STRAIT* *APPROVED ADR NEUTRAL I W June 16, 1997 CORRICK & SONDRALL, P.A. ATTORNEYS AT LAW Edinburgh Executive Office Plaza 8525 Edinbrook Crossing Suite #203 Brooklyn Park, Minnesota 55443 TELEPHONE (612) 425-5671 FAX (612) 425-5867 Larry Moe Moe Agency, Inc. 536 - 25th Avenue North P. O. Box 459 St. Cloud, MN 56302 RE: City of New Hope/ West Star Curb & Concrete Our File No. 99.11191 I LEGAL ASSISTANT SHARON D. DERBY Enclosed you will find the three sets of signature pages for the contracts and bonds for the Sidewalk Improvement Project. Also enclosed you will find a copy of the same, with the necessary changes in red. Please make the changes on all three sets, and return all to me for further handling. Thank you for your attention to this. you have any questions. Sincerel - 'iM"D r7 - Martin P. Malecha Assistant City Attorney m3m Enclosures Do not hesitate to call if cc: Valerie Leone, City Clerk Steven A. Sondrall, City Attorney July 1, 1997 4401 Xylon Avenue North New Hope, Minnesota 55428 -4898 West Star Curb Box 201 Watkins, MN 55389 City Hall: 612- 531 -5100 Police: 612 - 531 -5170 Public Works: 612 - 533 -4823 TDD: 612- 531 -5109 SUBJECT: 1997 SIDEWALK IMPROVEMENT PROGRAM (IMPROVEMENT PROJECT NO. 579) City Hall Fax: 612 - 531 -5136 Police Fax: 612 - 531 -5174 Public Works Fax: 612 -533 -7650 Fire Dept. Fax: 612 - 531 -5175 Enclosed are two fully executed copies of the contract documents for New Hope Project No. 579. 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 May 27, 1997, for $243,422.60. An addendum will follow to reflect the exclusion of Part E (8901 Bass Lake Road) for $5,360. 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, — h- kU- Valerie Leone City Clerk, CMC enc. cc: City Engineer's Office - Attn Thomas W. Peterson City Attorney Director of Public Works Family Styled City ti For Family Living BonestroO Rosene Anderiik & Bidder Total Base Bid Address Telephone No. Associate Engineers & Architects City, State, Zip Fax No. ADDENDUM NO. 1 SIDEWALK IMPROVEMENT PROJECT FILE NO. 34200 NEW HOPE, MINNESOTA May 15, 1997 Opening Time: 11:30 A.M., C.D.S.T. Opening Date: Wednesday, May 21, 1997 Addendum No.1 The attached bar chart - Project Schedule shall be included in the project specifications. The Contractor shall complete the schedule following project award and submit it to Vince VanderTop of Bonestroo & Associates. The City will then schedule the preconstruction conference to review the work. In the event the scheduled work is not completed in accordance with the specified completion dates, liquidated damages will be assessed, or a change order will be prepared extending the completion date. Section 2276 - Segmental Retaining Wall Units: 2276.2. Materials, Part A, last paragraph, add the following: The Anchor `Vertica' - 8" x 18" x 11" product manufactured by Anchor Block Co., St. Paul, MN is acceptable for this project. If you have questions on this project, please call Tom Peterson at 604 -4868. BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. 2335 WEST HIGHWAY 36 ST. PAUL, MINNESOTA 55113 (612) 636 -4600 34200Add1 1997 SIDEWALK IMPROVEMENT PROJECT ID Task Name 31 3 6 1 Jun'97 9 112 115 118 121124 127 1301 3 Jul 1 97 Aug '97 1 6 1 9 112 115 118 121124 127 130 1 2 1 5 1 8 111 14 117 120 123 126 1291 se 1 1 4 1 7 1101 13 i Contract Documents Pre - Construction Meeting Winnetka Avenue 27th - 36th 36th - 45th 45th - 54th 54th - 62nd Boone Avenue 27th - 36th 36th - 42nd 42nd - 49th 49th - 54th 54th - Bass Lake Road Bass Lake Road - 62nd Bass Lake Road 0 International Pkwy. City Hall - Police Entrance Restoration Punch List Items Final Contract 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 PROJECT SCHEDULE New Hope, MN City ProjectNo. 579 Bid Date: Award Date: Completion Date: 05 -21 -97 05 -27 -97 09 -05 -97 Task progress Milestone Summary Rolled Up Task Rolled Up Milestone Q Rolled Up Progress [0032LUelm"WIX EI Advertisement for Bids Information to Bidders 1. Bid procedure 2. BRA Plan and Specification Policy 3. Individual drawings & spec: sheets 4. Notice of Fed. Labor Standards, Prevailing wages and equal employment opportunity 5. Community Development Block Grant Regulations 6. Federal Forms and Certifications Proposal Reciept of Materials Form Contractor/SubContractor Certification Section 3 Form Equal Employment Opportunity Certification HUD 4010 Federal Labor Standards Provisions Federal Wage Decision (prevailing wage rates) Equal Employment Opportunity Packet Special Provisions 0563. Traffic Control and Maintenance of Traffic - Specific Requirements 2104. Remove Miscellaneous Structures - Specific and General Requirements 2105. Excavation and Embankment - Specific Requirements General Requirements 2211, Aggregate Base - Specific and General Requirements 2276. Segmental (Modular) Retaining Wall Units — Specific and General Requirements 2331. Plant-Mixed Bituminous Pavement - Specific and General Requirements 34200 0 1997 Bonestroo, , Rosene, Anderlik & Associates, Inc. 2521. Walks - Specific Requirements 2531. Concrete Curb and Gutter - Specific Requirements General Requirements 2573, Temporary Erosion Control - Specific and General Requirements 2575. Turf Establishment - Specific Requirements General Requirements I hereby certify that this plan and specification was prepared by me or under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of Minnesota. Thomas W. Peterson, P.E. �1997 � Reg. No. 16610 34200 © 1997 Bonestroo, Rosene, 1-2 Anderlik & Associates, Inc. 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.D.S.T., on Wednesday, May 21, 1997, 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: Sidewalk Inivrovement Program. Pr9jec No® 579 consisting of the following approximate quantities: 40,000 SF Remove Concrete Walk 900 CY Common Excavation 56,000 SF 4" Thick Concrete Walk 1,300 LF Remove and Replace Concrete Curb 5,100 SF Concrete Pedestrian Curb Ramp 4,200 LF Sawing Concrete 3,500 SY Sodding 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 of the plans and specifications and proposal forms may obtain them from the office of Bonestroo, Rosene, Anderlik & Associates, Inc., upon payment of a non-refundable fee of $20.00. See "Information to Bidders" for plan/specification fee 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 J. Donahue - City Manager City of New Hope, Minnesota 34200 © 1997 Bonestroo, Rosene, Anderlik & Associates, Inc. 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.D.S.T., on Wednesday, May 21, 1997, 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: Sidewalk ILuRrovement Program. Proiect No. 579 consisting of the following approximate quantities: 40,000 SF Remove Concrete Walk 900 CY Common Excavation 56,000 SF 4" Thick Concrete Walk 1,300 LF Remove and Replace Concrete Curb 5,100 SF Concrete Pedestrian Curb Ramp 4,200 LF Sawing Concrete 3,500 SY Sodding 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 of the plans and specifications and proposal forms may obtain them from the office of Bonestroo, Rosene, Anderlik & Associates, Inc., upon payment of a non-refundable fee of $20.00. See "Information to Bidders" for plan/specification fee 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 J. Donahue - City Manager City of New Hope, Minnesota 34200 0 1997 Bonestroo, Rosene, Anderlik & Associates, Inc. 1. BID PROCEDURE: Each planholder has been furnished a specification, plan set and one extra proposal. Bids shall be submitted on the separate Proposal Form designated "BID COPY" The Proposal containing the bid shall be submitted in a sealed envelope. 11N.71 � =V �JM M1111 V P,1110�-M�W, Wwaol �� I I MnMVITC-3 URN 2. BRA PLAN AND SPECIFICATION POLICY a) Plans and specifications shall only be available on a non-refundable, per plan basis, with all contractors and vendors being charged the same. Planholders may obtain more than one set of plans and specifications for the stipulated amount, however, all are non-refundable. 3. INDIVIDUAL DRAWINGS AND SPECIFICATION SHEETS: 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. 0XIM JV AIM 4 910 IM 91 ILI This is a federally assisted construction project. Therefore, all construction participants must comply with the provisions of the Federal Labor Standards and the applicable Federal Wage Decision. Specific forms, certifications and reports are required to be submitted under these provisions. Failure to meet these requirements may result in penalties, including witholding of payment. Further, where any contract involved in the project is equal to or greater than $ 10,000, the affected contractor(s) or subcontractor(s) must comply with Equal Employment Opportunity obligations as directed in the bid document. Fair Labor Standards (HUD 40 10) The contractor and all subcontractors shall comDli with all vrovisions of the Federal Fair Labor 34200 @ 1997 Bonestroo, Rosene, Anderlik & Associates, Inc. Section 3 Compliance Certification Form To the greatest extent feasible, opportunities for training and employment will be given to lower- income residents and contracts for work be awarded to business concerns located in or owned by persons residing in the project area. Equal Employment Opportunity The contractor, subcontractor and material supplier with contracts of $ 10,000 or more must comply with provisions of the Equal Employment Opportunity Provisions included in these project specifications. Preconstruction Conference A preconstruction conference will be held prior to the start of construction. Payroll Repgqi:ng Weekly payroll reports (WH-347) must be submitted to Hennepin County or its designee within seven days of the end of the payroll period. 6. The following forms must all be submitted with bid: a. Reciept of Materials. b. Contracot/Subcontractor Certification. C. Section 3 of the Housing and Urban Development Act of 1968 d. Equal Employment Opportunity Compliance Certificate. These forms are located after the bid proposal End of Section 34200 @ 1997 Bonestroo, Rosene, Anderlik & Associates, Inc. SIDEWALK IMPROVEMENT PROGRAM BOONE AVENUE & WINNETKA AVENUE CITY PROJECT NO. 579 FILE NO. 34200 NEW HOPE, MINNESOTA 1997 Opening Time: 11:30 a.m., C.D.S.T. Opening Date: Wednesday, May 21, 1997 Honorable City Council City of New Hope 4401 Xylon Av N New Hope MN 55428 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. 1 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 Total Price Part A - Removal and Replacement of Existing Walks 2104.501 Remove curb and gutter LF 1,230 5.00 6,150.00 2104.503 Remove concrete walk SF 40,323 0.50 20,161.50 2104.505 Remove bituminous street surface SY 90 9.00 810.00 2105.525 Topsoil borrow (LV) CY 185 10.00 1,850.00 2211.503 Aggregate base, Class 5 CY 125 10.00 1,250.00 2331.521 Irregular width paving SY 231 30.00 6,930.00 2521.501 4" concrete walk SF 35,973 2.20 79,140.60 2521.501 6" concrete walk SF 800 3.00 2,400.00 0521.604 Sawing concrete walk LF 4,170 2.00 8,340.00 2531.501 Concrete curb and gutter, B624 LF 1,205 11.00 13,255.00 2531.501 Concrete curb and gutter, B612 LF 25 10.00 250.00 34200\CONTRACT.WB2 Page 1 2531.501 Concrete curb and gutter, D412 LF 40 10.00 400.00 0531.602 Pedestrian curb ramp SF 4,750 3.00 14,250.00 0531.604 7" concrete valley gutter SY 50 30.00 1,500.00 0563.601 Traffic control LS 1 1,500.00 1,500.00 2575.505 Sodding, type lawn SY 2,530 4.00 10,120.00 Total Part A - Removal and Replacement of Ex. Walks $168,307.10 Part B - 3510 Winnetka Avenue (430 LF) 2104.501 Remove curb and gutter LF 20 5.00 100.00, 2104.503 Remove concrete walk SF 40 0.50 20.00 2105.501 Common excavation CY 100 10.00 1,000.00 2105.525 Topsoil borrow (LV) CY 10 10.00 100.00 0105.604 Granular (sand) base TN 90 10.00 900.00 2521.501 4" concrete walk SF 3,000 2.20 6,600.00 0521.604 Sawing concrete walk LF 25 2.00 50.00, 2531.501 Concrete curb and gutter, Design B LF 20 11.00 220.00 0531.602 Pedestrian curb ramp SF 120 3.00 360.00 0563.601 Traffic control LS 1 300.00 300.00 2575.505 Sodding, type lawn SY 90 4.00 360.00 Total Part B - 3510 Winnetka Avenue $10,010.00 Part C - 4000 Winnetka Avenue, Dura- Process Co. (207 L.F.) 2105.501 Common excavation CY 50 10.00 500.00 2105.525 Topsoil borrow (LV) CY 15 10.00 150.00 0105.604 Granular (sand) base TN 45 10.00 450.00 2521.501 4" concrete walk SF 1,450 2.25 3,262.50 0563.601 Traffic control LS 1 300.00 300.00 2575.505 Sodding, type lawn SY 50 4.00 200.00 Total Part C - 4000 Winnetka Avenue $4,862.50 Part D - 4148 Winnetka Avenue 2104.501 Remove curb and gutter LF 60 5.00 300.00 2105.501 Common excavation CY 250 10.00 2,500.00 2105.525 Topsoil borrow (LV) CY 25 10.00 250.00 0105.604 Granular (sand) base TN 185 10.00 1,850.00 34200 \CONTRACr.WB2 Page 2 2521.501 4" concrete walk SF 6,440 2.20 14,168.00 0521.604 Sawing concrete walk LF 10 2.00 20.00 2531.501 Concrete curb and gutter, Design B LF 60 11.00 660.00 0531.602 Pedestrian curb ramp SF 240 3.00 720.00 0563.601 Traffic control LS 1 300.00 300.00 2575.505 Sodding, type lawn SY 250 4.00 1,000.00 Total Part D - 4148 Winnetka Avenue $21,768.00 Part E - 8901 Bass Lake Road (240 LF) 2105.501 Common excavation CY 35 10.00 350.00 2105.525 Topsoil borrow (LV) CY 10 10.00 100.00 0105.604 Granular (sand) base TN 40 10.00 400.00 2211.503 Aggregate base, Class 5 CY 5 10.00 50.00 2331.521 Irregular width paving SY 40 30:00 1,200.00 2521.501 4" concrete walk SF 1,200 2.20 2,640.00. 0563.601 Traffic control LS 1 300.00 300.00 2575.505 Sodding, type lawn SY 80 4.00 320.00 Total Part E - 8901 Bass Lake Road $5,360.00 Part F - East Side of Winnetka; City of Crystal (1,225 LF) 2104.501 Remove concrete walk SF 50 0.50 25.00 SP -1 Brace and protect iron fence LS 1 200.00 200.00 2105.501 Common excavation CY 450 10.00 4,500.00 2105.525 Topsoil borrow (LV) CY 60 10.00 600.00 0105.604 Granular (sand) base TN 250 10.00 2,500.00 2211.503 Aggregate base, Class 5 CY 10 10.00 100.00 0411.603 Retaining wall - modular block SF 650 15.00 9,750.00 2521.501 4" concrete walk SF 8,400 2.20 18,480.00 0521.604 Sawing concrete walk LF 10 2.00 20.00 0563.601 Traffic control LS 1 300.00 300.00 2575.505 Sodding, type lawn SY 500 4.00 2,000.00 Total Part F - East Side of Winnetka; City of Crystal $38,475.00 34200 \CONTRACr.WB2 Page 3 Total Part A - Removal and Replacement of Ex. Walks Total Part B - 3510 Winnetka Avenue Total Part C - 4000 Winnetka Avenue, Dura- Process Co. Total Part D - 4148 Winnetka Avenue; School District Total Part E 8901 Bass Lake Road Total Part F - East Side of Winnetka; City of Crystal Total Base Bid 34200 \CONTRACT.WB2 Page 4 $168,307.10 10,010.00 4,862.50 21,768.00 5,360.00 38,475.00 $248,782.60 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 therefore, 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 therefore. Accompanying this bid is a bidder's bond certified check, or cash deposit in the amount of five percent (5 %) of amount bid , 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) West Star Curb & Concrete, Inc. (An Individual) Name (A Partnership) Signer Vice President Title Eldean Pearson Printed Name of Signer 34200 \CONTRACr.WB2 Page 5 DATE: S c� � R 1 TO: CDBG Program Administration, Hennepin County OPD FROM: Bidding Contractor SUBJECT: RECEIPT OF MATERIALS 12 0. rS 0 representing, (Officer /Owner of Company) o /% c .-eF hereby certify that I have (Name of Company) received the Federal Labor Standards package and Wage Determination No. MN97 -5 with 0 Modifications dated February 14, 1997 and the Equal Employment Opportunity Compliance package as applicable to construction work for: RE: Labor Relations Project No: 97MN405A00004. Proposed CDBG Funded Removal of Architectural Barriers Sidewalks Pedestrian Curb Ramps etc New Hope Hennepin County MI Signature S -- ca 1 - 9 / Date r CHA N G ES IN TEE IN7oRxATjoN BELOW XVJST BE SMDaTTED TO TEE AGENCY COMPLIANCEL 'nESENTATIVE. tur business is: C I sole proprietorship Partnership (general - or limited (check one) Corporation (S - orc - 2) other (aesc=z:Be) .ease attach copies o f the following as may be applicable: -atractor's Lice I nse Articles of incorporation written Partnership Agreement reement ;,ability insurance or cont--actor's Bond Executed project,contract/subcon ag -- -------------------------------------------------------------------- =ers _, or officers 01 te is name, title and address of the owner��, par r,vnpany are: _ADDRESS NAME M-Ms ♦ ♦' ffivwj S-L 6 estimated to work on this contract Estimated total number Estimated date employees will work ca site _L.: as the State of minnesota, Department Of jobs a Training, Tax Accounting, been presented ith information to allow status determination of whether any I of your workers are, or, avebeen, em ployees or subcont--actors? I X No yES [If so, please attach the detatminat-4on letter(s)) Page 2 of 2 our f' has been notified that a p conference was held on ............ SECTION 3 OF THE HOUSING AND URBAN DEVELOPMENT ACT OF 1968 Housing and Urban Development regulations implementing Section 3 of the Housing and Urban Development Act of 1968 requires that, to the greatest extent feasible, opportunities hies for training and employment be given to lower income residents of the project area and contracts for work in connection with the project be awarded to business concerns which are located in or owned in substantial part by persons residing in the area of the project. As evidence of Compliance, the undersigned certifies that he /she will: (1) Take affirmative steps to hire and train lower income residents of the project area, and (2) Solicit the participation of businesses located in or owned substantially by persons residing in the area of the project, (3) Maintain records and documentation on activities carried out for (1) and (2) above for periodic review by HUD officials to determine compliance. Signed ' ,.,e�t,r'a�►, Date S c 2 / _ Q 7 Title (/C [ ! Contractor /Company W S7z-r' 6 4 - - A o�C^ J4 t I nc-, - �t� S�,, Project Name �-�tc� a ta.a vhp ro o Q.+.� ,�+ of a Oa ^� Project Location (V Q- W qo�e_ Project Area Hennepin County Exhibit "B" B. PRIOR REPORTS: Seller, if it has participated in a previous contract or sub- contract subject to the Equal Opportunity Clause (41 C.F.R. Sec. 60-1.4 (a)(1) through (7), or the clause originally contained in section 301 of Executive Order No. 10925, or the clause contained in section 201 of the Executive Order No. 11114, has filed all required compliance reports. Seller shall obtain similar representations indicating submission of all required compliance reports, signed by proposed subcontractors, prior to awarding subcontracts not exempt from the Equal Opportunity Clause. C* CERTIFICATION OF NONSEGREGATED FACILITIES: Seller certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. Contractor certifies further that it will not maintain or provide for its emprloyees any segregated facilities at any of its establishments, and that it will not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. Seller agrees that a breach of this certifi- cationlis a violation of the Equal Opportunity Clause in this certificate. As used in this certification, the term "segregated facilities" means any waiting rooms, work area, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated an the basis of race, color, religion, or national origin, because of habit, local custom or other-wise. Contractor further agrees that (except where it has obtained identifical from proposed subcontractors for specific 'time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Oppqrtunity Clause; that it will retain such certifications in its files; and that it will forward the following notice to such proposed subcontractors (except where the proposed subcontractors have submitted identical certifl-cations for specific time periods): , `NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR CERTIFICATIONS OF NONSEGREGATED FACILITIES. A Certification of Nonsegregated facilities, as required by Section 60-1.8 of Title 41 of the Code of Federal Regulations, must be submitted prior to the award of a subcontract exceeding $10,060 1 - .�' a �� � U��p�n�m�u�g F ederal Labor Standards -- -- - �� and Urban Development^' mmmm I = = The Project or Program to which the construction work covered by this contract pertains is being assisted by the United States of America and the follow Federal Labor Standards prmvioonu,are included inthis Contrac pursuant m the provisions applicable tu such Federal assistance. u.1.W Minimum Wages. All laborers and mechanics employed or work- ing vpunmemd*mthnwom(orunue,theUnitedStateo*ovsivgAo,o/ 1aoro, under the Housing Act m194ain the construction n,development m the pn4*oV` will h* paid unconditionally and not less often than once a week, and without subsequent deduction o, rebate on any account (excep such payroll deductions ea.en`permmedby regulations ^issued uythe Secretary of | Labor under the Copeland Act (29 CFR Part 3). the full amount or' wages and `bona fide .fringe benefits (or Gash equivalents thorenO due au time o/ payment computed at rates not less than those contained inthe wage determination cv the Secretary m Labor which ioattached hereto and made a part hereof, regardless cx any oomroumoyl ` relationship which may be alleged 1o. exist between the contractor and such laborers and mechanics. `Contributions made ur costs reasonably .anticipated for bona fide fringe benefits under Section 1(b)pVuf the Davis-Bacon Act onbehalf nv laborers m mechanics are considered wages paid m such laborers o, mechanics, subject tn the provisions n;28CpRn.5(a)(1)(iv); also, regular contributions made o, costs incurred for more than o weekly period (but not less often than quarterly) under plans, funds, o, programs, which cover the particular weekly period, are deemed mue constructively made n, incurred during such weekly period. ' Such laborers ,and .mechanics shall be paid the r wage rate and fringe benefits onthe wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR' Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classifica- tion for the time actually worked therein: Provided, That the employer's pay- roll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under 29 CFR Part 5.5(a)(1)(il) and the Davis-Bacon poster (WH-1321) shall be posted at all times by the con- tractor and its subcontractors at the site of the work in a prominent and accessible, place where u can be easily seen uy the wor (ii) (a) Any class m laborers o, mechanics which ig not listed inthe wage determination and which iamue employed under the contract shall m* classified m conformance with the wage determination. HUD shall approve amadditional classification and 'wage 'rate and fringe benefits '` therefore only when 'the following criteria have `been 'met ,,'. ` (1) The work to be performed by the classification not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and ' (3) The proposed wage rate, including any bona fide fringe `bem+ fits,beam.a `mmnonah|eodoVonemptn0`mwaOoratea`numainedmme wage determination. ' V4x the contractor and the laborers and mechanics mmaemployed in the classification (if knuww.o, their representatives, and HUD o,its designee agree on the classification and wage rate (ino|uding the amount designated for fringe benefits where appmonate).o report m the action taken shall uo sent by HUD o, its designee vn the Administrator m the Wage and Hour Division, Employment Standards Administration, U.GDepartment of Labor, Washington, D/�2ou10. The Administrator, nranauthorized representative, will approve, modify, o, disapprove every additional classifi- cation actinnwmnmoOdaysmnmeip*and000uwouHoDn,itsdem|nnee o, will notify HUD n, its designee within the 3o-day period that additional time is necessary. (Approved by the Office or Management and Budget under OMB control number 121n-o140U k4ln the event the contractor, t laborers m mechanics woe employed in the classification n, their representatives, and HUD urits designee do not agree un the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), HUD m its designee sha refer the questions, includ the vi ews of all interested parties and the recommendation m HUD m its designee, to the Administrator for determination. The Administrator, or an authorized repre- sentative, will issue a determination within 30 days of receipt and so advise HUD or its designee o, will notify HUD n, its designee within the ou'day period that additional time innecessary. (Approved br the Office ov Man- agement aodewdgetunde,OMBCunon|wvmber121a'o14o.) (d) The wage rate (including fringe benefits where appropriate) determined pursuant m subparagraphs <1XNor(c)m this paragraph, s be paid to all workers performing work in the classif under this con- tract from the first day on which work is performed in the classification. (M) Whenever the minimum wage rate prescribed in the contract for u class cf laborers o, mechanics includes e fringe benefit which ionot expressed uaan hourly rate, the contractor shall eithe, pay the benefit ao stated in the wage determination mr shall pay another bona fide fringe benefit v'an hourly cash equivalent thereof. (iv)|f the contractor does not make payments mv trustee n, other third person, the contractor may consider am part d the wages m any laborer c, mechanic the amount m any costs reasonably anticipated inproviding bona fide fringe benefits under plan or program, Pmwd*u. That the Secretary of Labor has found, upon the written request m the contractor, that the applicable standards n/the oov/n-oucnn Act have been met. The Secretary m Labor may require the contractor m set aside inaseparate account assets for the meeting m obligations under the plan urprogram. (Approved uv the Office v/ Management and Budget under OMB Control Number 1215-0140.) 2. Withholding. HUD or its designee shall upon Its ow n action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract HUD or its desig- nee may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any . further payment, advance, or guarantee of funds until such violations have, ceased. HUD or its designee may, after written notice to the contractor, dis- burse such amounts withheld for and on account of the contractor or sub- contractor, to the respective employees to whom they are due. The Comp- troller General shall make such disbursements in the case of direct Davis-Bacon Act contracts. 3. (1) Payrolls and basic records. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her cor- rect classification, hourly rates of wages paid (including rates of contribu- tions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in, Section 1(b)(2�(B) of the Davis-l:�7con Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5 (a)(1)(iv) that the wages of any laborer or mechanic include the amount of pro- gram described in Section 1(b)(2)(B)or the Davis- Bacon Act the contractor shall maintain records which show that the commitment uo provide such Previous Edition uObsolete HUD-4010 (2-84 benefits is enforceable, that the plan or program is financially responsible, ` and that the plan or program has been communicated in writing to the antici- pated m the actual cost incurre mprovi such benefits. Contractors employ apprentices m trainees under approved programs sha maintain written evidence m the registration of apprenticeship programs and certifi- cation of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed m the applicable programs. (Approved bv the Office o/ Management and Budget under OMB Control Numbers 121s-o14o and 1o15-oO1r) (I!) (a) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to HUD or its designee if the agency is a party to the contract but if the agency is not such a party, the contractor will submit the payrolls to the applicant sponsor, or owner, as the case may be, for transmission to HUD or its designee. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR Part 6.5(a)(3)(i). This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Docu- ments (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, DC. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB Control Number (b) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be maintained under 29 CFR Part 5.5 (a)(3)(i) and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned,'without rebate, either directly or indirectly, and that no deductions have been made either directly or indi- rectly from the full wages earned, other than permissable deductions as set forth in 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the clas- sication of work performed, as specified in the applicable wage determina- tion incorporated into the contract. (c) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission cx the "Statement 'd Comp required by paragraph &3.(ii)(b)cx this section. @W The falsification of any of the above certifications may subject the contractor o, subcontractor m civil o, criminal prosecution under Section 1On1m Title 10 and Section un1o/ Title o1o, the United States Code. Vi0 The contractor or subcontractor shall make the records required under paragraph �3.(i)cx this section available for inspection, copying, m transcription uy authorized representatives cx HUD or its designee mthe Department m Labor, and shall permit such representatives tointerview employees during working hours on the job. If the contractor or subcon- tractor fails to submit the required records or to make them available, HUD or its designee may, after written notice to the contractor, sponsor, appli- cant, or owner, take such action as may be necessary to cause the sus- pension of any further payment, advance, or guarantee of funds. Further- more, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR Part 5.12. 4. (Q Apprentices and Trainees. Apprentices. Apprentices will be per- mitted to work at less than the predetermined rate for the work they per- formed when they.are employed pursuant,to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed ona payro atan apprentice wage rate, who is not registere or otherwise employed eestated above, shall be paid not less than the applicable wage rate on the wage determination for the classification o* � work actually performed. m addition, any apprentice performing work 6n ' the job site in excess of the ratio mad under the registered program shall be paid not less than the applicable wage rate on the wage determi- nation for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the jour- neyman's hourly rate) specified in the contractor's or subcontractor's regis- tered program shall be observed. Every apprenctice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification, If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Appren- ticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will nu longer he permitted mutilize apprentices au less than the applicable predetermined rate for the work performed until o acceptable program ioapproved. VV Trainees. Except uo provided mceCFno16, trainees will not bo permitted mwork at less than the predetermined rate for the work per- formed empl oyed pursuant to and individually i mui a program which has received prior approval, evidence6 by formal certifi- cation by the U.S. Department of Labor, Employment and Training Admini- stration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved 'by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the traine6s level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee pro- gram does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. mthe event the Employment and Training Admin- istration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predeter- mined rate for the work performed until an acceptable program is approved. (Ill) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11 246, as amended, and 29 CFR Part 30. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR Part 3 which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor will insert in any sub- contracts the clauses contained in 29 CFR 5,5(a)(1) through (10) and such other clauses as HUD or its designee may by appropriate instructions require, and also | requiring masuboommcmn`wn�clvue these clauses in any lower tier subcontracts, The prime contractor shall uo responsible for the compliance by any subcontractor or lower tier subcon- tractor waxaumeoontracto|vvsesin2SCFnportszi ' HUD-4010 (2-84) ',� � 7. Contracte termination; debarment. A breach of the contract clauses in CFR 5.5 may be grounds for termination of the contract, and for debar - .nt as a contractor and a subcontractor as provided in 29 CFR 5.12. S. Compliance with Davis -Bacon and Related Act Requirements. Ali rul- ;s and interpretations of the Davis -Bacon and Related Acts contained in CFR Parts 1, 3, and 5 are herein incorporated by reference in this ntract 9. Disputes concerning labor standards. Disputes arising out of the labor mdards provisions of this contract shall not be subject to the general Aputes clause of this contract. Such disputes shall be resolved in accor- nce with the procedures of the Department of labor set forth in 29 CFR As 5, 6, and 7. Disputes within the meaning of this clause include dis- tes between the contractor (or any of its subcontractors) and HUD or its signee, the U.S. Department of Labor, or the employees or their :)resentatives. 10. (1) Certification of Eligibility. By entering into this contract, the con- tactor certifies that neither it (nor he or she) nor any person or firm who s an interest in the contractor's firm is a person or firm ineligible to be carded Government contracts by virtue of Section 3(a) of the Davis - kcon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or partici- te in HUD programs pursuant to 24 CFR Part 24. (ii) No part of this contract shall be subcontracted to any person or firm eligible for award of a Government contract by virtue of Section 3(a) of D Davis -Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts participate in HUD programs pursuant to 24 CFR Part 24. (iii) The penalty for making false statements is prescribed in the U.S. iminal Code, 18 U.S.C. 1001. Additionally, U.S. Crimnai Code, Section i10, Title 18, U.S.C., "Federal Housing Administration transactions ", pro- les in part: "Whoever, for the purpose of. ..influencing in any way the otion of such Administration... makes, utters or publishes any statement, owing the same to be false... shall be fined not more than $5,000 or prisoned not more than two years, or both." 11. Complaints, Proceedings, or Testimony by Employees. No taborer or echanic to whom the wage, salary, or other labor standards provisions of is Contract are applicable shall be discharged or in any other manner scriminated against by the Contractor or any subcontractor because such nployee has filed any complaint or instituted or caused to be instituted , proceeding or has testified or is about to testify in any proceeding ider or relating to the labor standards applicable under this Contract to s employer. B Contract Work Hours and Safety Standards Act. As used in this para- aph, the terms "laborers" and "mechanics" include watchmen and jards. (1) Overtime requirements. No contractor or subcontractor contracting r any part of the contract work which may require or involve the employ - ent of laborers or mechanics shall require or permit any such laborer or echanic in any workweek in which he or she is employed on such work work in excess of eight hours in any calendar day or in excess of forty aurs in such workweek unless such laborer or mechanic receives com- pensation at a rate not less than one and one -half times the basic rate of pay for all hours worked in excess of eight hours in any calendar day or in excess of forty hours in such workweek, whichever is greater. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in subparagraph (1) of this paragraph, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcon- tractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be com- puted with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in sub- paragraph (1) of this paragraph, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of eight hours or in excess of the standard workweek of forty hours without pay- ment of the overtime wages required by the clause set forth in subpara- graph (1) of this paragraph. (3) Withholding for unpaid wages and liquidated damages. HUD or its designee shall upon its own action or upon written request of an autho- rized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contract, or any other Federally- assisted con- tract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in subparagraph (2) of this paragraph. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraph (1) through (4) of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontrac- tor with the clauses set forth in subparagraphs (1) through (4) of this paragraph. C. Health and Safety (1) No laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or danger- ous to his health and safety as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation. (2) The Contractor shall comply with all regulations issued by the Secretary of labor pursuant to Title 29 Part 1926 (formerly part 1518) and failure to comply may result in imposition of sanctions pursuant to the Con- tract Work Hours and Safety Standards Act (Public law 91 -54, 83 Stat 96). (3) The Contractor shall include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor. The Contractor shall take such action with respect to any subcontract as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions. HUD -4010 (2 -84) FEB 18 1986 Bob Isaacson, Staff Planner Urban Hennepin County A2353 Government Center Minneapolis, MN 55487 U.S. Deoartment of Housing and Urban Development Minneapolis-St Paul Office, Region.V 220 Second Street, South Minneapolis, Minnesota 55401-2195 SUB=: Repeal of Daily Overtime Compensation Requirements Applicable t* E Performing on Federal and Federally Assisted Contract;! The Department of Defense Authorization Act of 1986, enacted on November 8, 1985, contains a provision amending the Contract Work Hours and Safety St A (CWHSSA) and the Walsh-Healey Public Contracts Act (PCA). This new provision eliminates the requirement that contractors pay employees performing on Federal or Federally assisted construction contracts time and one-half the basic rates of pay for hours worked in excess of 8 hours per day on or after January 1, 1986. Overtime compensation will continue to be required under these statutes for hours in excess of 40 hours per week. The Department of Labor (DOL) has issued guidance to all Federal agencies advising that it would take no action to enforce daily overtime requirements with respect to hours worked on any Federal contracts after January 1, 1986. DCL notes that certain contractors may continue to have obligations to pay daily overtime compensation pursuant to State or local laws, collective bargaining agreements or employment contracts after January 1, 1986. However, DOL adds that whether contractual provisions agreed to prior to January 1, 1986, requiring overtime compensation after 8 hours of work can be enforced after January 1, 1986, is a question of contract law between the parties independent of the Department of Labor's authority under CWHSSA and PCA. Accordingly, HUD will not enforce CWHSSA daily overtime provisions which were executed prior to January 1, 1986, for contract work performed after that date. However, any daily overtime violations will be enforced on contracts executed before January 1, 1986, which took place PRIM to January 1, 1986. If you have any questions, concerning this matter, please contact our Labor Relations Director, Richard Nark, at (612) 349-3015. Sincerely, Thomas T. Feeney Area Manager RECEIVED FU� 1 91986 General Decision Number MN970005 Superseded General Decision No. MN960005 State: Minnesota A"w4ft* ----------------------------------------------------------------------- MN970005 Page: 1 COUNTY(ies): ANOKA HENNEPIN STEARNS BENTON LAKE WASHINGTON CARLTON RAMSEY WINONA CHISAGO SCOTT WRIGHT COOK SHERBURNE 5.25 DAKOTA ST LOUIS 5 ®25 BRMN00010 0510111996 Rates Fringes BENTON & STEARNS COUNTIES: CEMENT MASONS 17 ®90 5 ®80 ---------------------------------------- ------------------ - - - - -- CARP9900B 05/0111995 Rates Fringes CARPENTERS & PILEDRIVE N: AREA 1 20.43 6 ®80 AREA 2 18 ®63 5.25 AREA 3 18.63 5 ®25 AREA 4 19.63 5.55 AREA 5 19.63 5.55 AREA 6 19 ®08 6,10 AREA 7 20.03 5,55 AREA 8 19.08 6.10 AREA 9 18.59 4 ®84 AREA 10 17.09 6.34 AREA 1 - ANOKA, CHISAGO, DAKOTA, HENNEPIN, RAMSEY, SCOTT, SHERBURNE (SE one - fourth, Including Big Lake, Elk River & Zimmerman), WASHINGTON & WRIGHT (SE Part, Including Delano, Buffalo & Montrose) COUNTIES AREA 2 - BENTON (Southern three-fourths, Including Foley), SHERBURNE (NW three-fourths, Including Clear Lake & Becker), STEARNS & WRIGHT (NW Part, Including S. Haven & Maple Lake) COUNTIES AREA 3 - BENTON COUNTY (Northern one-fourth, Excluding Foley) AREA 5 - COOK, LAKE (Southern Half, Including Two Harbors, Isabella & Finland) & ST. LOUIS (Southern one-third, Including •• Du Lac, !••. !mil Cotton .. Proctor) AREA 6 - LAKE (Northern Half, Excluding Two Harbors, Isabella & Finland) & ST. LOUIS (Northeast two-thirds, Including Cook, Cusson & Ely & Western Strip, Including Chisholm, Orr & Greaney) COUNTIES AREA - .------- - -.-,« - ---- .- .- - - -- -------------------------------- -...-.. -- - - - - -- MN970005 Page: 2 AREA 8 - ST. LOUIS COUNTY (Northern Part, Including Rainy Lake Area) AREA •: O AREA 10 - WINONA COUNTY (St. Charles) -- --- --- -------- - --- -. A---- .......®...- ------- -..... --- ....®... -- ENGIO049F 05/01/1996 Rates Fringes POWER EQUIPMENT OPERATORS: ANOKA, CHISAGO (S. of the northern boundary of T. 34 -N & that part consisting substantially of the cities of Thomson, Cloquet, Scanlon & Carlton) , COOK, DAKOTA, HENNEPIN, LAKE, RAMSEY, SCOTT, SHERBURNE (S. of the northern boundary of T. 33 -N & E. of the western boundary of R. 27- W),*.ST. LOUIS, WASHINGTON & WRIGHT (E. of & inclu. Hwy #25) COUNTIES: GROUP 1 21.32 6.55 GROUP 2 24.77 6.55 GROUP 3 20.59 6.55 GROUP 4 20.47 6.55 GROUP 5 17.43 6.55 GROUP 6 16.22 6.55 GROUP 1 19.71 6.55 GROUP 2 19.26 6.55 GROUP 3 19.09 6.55 GROUP 4 18.96 6.55 GROUP 5 16.39 6.55 GROUP 6 15.52 6.55 BENTON (Excluding E. of the western right-of-way of U.S. Hwy 0 • • ( Excluding area E. of _ Western right-of-way Hwy #15) COUNTIES: r as . s - -- ---- ----- -------- --- - - -- -- aroma--- +r----- rwaeraaw+waemar --- -- ®sates -- row ---- -- r —row MN970005 Page: 3 GROUP 1 17.70 6.55 GROUP 2 16.77 6.55 GROUP 3 16.57 6.55 GROUP 4 16.46 6.55 GROUP 5 14.75 6.55 GROUP 6 14.15 6.55 r, GROUP 1 - Helicopter Pilot; *Crane with over 135 Boom, excluding Jib; Dragline, Crawler, Hydraulic Backhoe and/or other similar equipment with Shovel-type Controls 3 cu. yds. & over Mfg. rated Cap.; & Pile Driving when 3 Drums are in use GROUP 3 - Dual Tractor; Elevating Grader; Pumperete; Scraper - Struck Cap. 32 cu. yds. & over; & Self-propelled Traveling Soil Stabilizer GROUP 4 - Air Track Rock Drill; Articulated Hauler Terex, Caterpillar or similar type; Asphalt Bituminous Stabilizer Plant; Automatic Road Machine (CMI or similar); Backfiller; Concrete Batch Plant; Bituminous Roller (8 Tons & over) ; Bituminous Spreader & Finishing (Power); Boom Truck (Power operated Boom); Cat Tractors with Rock Wagons or similar types; Chip Harvester & Tree Cutter over 150 HP; Concrete Mixer on jobsite over 14S; Concrete Mobile; Crushing Plant (Gravel & Stone) or Gravel Washing, Crushing & Screening Plant; Curb Machine; Dope Machine (Pipeline); Drill Rigs, Heavy Rotary or Churn or Cable Drill; Fork Lift or Straddle Carrier; Fork Lift or Lumber Stacker; Front End Loader, over 1 cu. yd., Hoist Engineer (Power); Hydraulic Tree Planter; Launcherman (Tankerman or Pilot License); Lead Greaser; Locomotive; Mechanic; Milling, Grinding & Planing Machine; Multiple Machines, such as Air Compressors, Welding Machines, Generators, Pumps; Pavement Breaker or Tamping Machine (Power Driven) Mighty Mite or similar type; Pickup Sweeper, 1 cu. yd. & over Hopper Cap.; Pipeline Wrapping, Cleaning or Bending Machine; Power Plant Engineer, 100 K.W.H. & over; Power Actuated Horizontal Baring Machine, over 6"; Pugmill; Rubber- tired Farm Tractor, Backhoe Attach. ; Scraper, up to 32 cu. yds.; Skid Steer Loader, over 1 cu. yd. with Backhoe MN970005 Page: 4 *CRANE OVER 135° BOOM, EXCLUDING JIB - $ ®25 PREMIUM•, CRANE OVER 200` BOOM, EXCLUDING JIB - $ .50 PREMIUM UNDERGROUND WORK: TUNNELS, SHAFTS, ETC. - $ .25 PREMIUM UNDER AIR PRESSURE - $ .50 PREMIUM Rates Fringes SCOTT, COUNTIES: Mt(/► i+[# t Rates CARLTON, COOK, LAKE & ST. LOUIS COUNTIES: 19.25 Rates Fringes LANDSCAPE - SOD LAYERS 10.23 3.79 _-_------- ---------- --- - -- ------- _--- _------ -_---------- -- -- -- ----------------------------------------------------------------------- MN970005 Page: 5 MN970005 Page: 6 Rags Fringes LABORERS: OKA, CHISAGO, DAKOTA, HENNEPIN, R.AMSEY, SCOTT, SHERBURNE, WASHINGTON & WRIGHT COUNTIES: GROUP 1 18.02 4.78 GROUP 2 18.17 4.78 GROUP 3 18. 4.78 GROUP 4 18.37 4.78 GROUP 5 18.47 4.78 GROUP 6 18.72 4.78 GROUP 7 14.47 4.38 BENTON & STEARNS COUNTIES: GROUP 1 14.32 4.78 GROUP 2 14.47 4.78 GROUP 3 14.52 4.78 GROUP 4 14.67 4.78 GROUP 5 14.77 4.78 GROUP 6 15.02 4.78 GROUP 7 11.42 4.58 CARLTON, COOK, LAKE & ST. LOUIS (South of T. 55 N) COUNTIES: GROUP 1 16.94 4.99 GROUP 2 17.09 4.99 GROUP 3 17.14 4.99 GROUP 4 17.29 4.99 GROUP 5 17.39 4.99 GROUP 6 17.64 4.99 GROUP 7 13.39 4.74 ST. LOUIS (forth of T. 55 N) COUNTY: GROUP 1 16.50 5.43 GROUP 2 16.65 5.43 GROUP 3 16.70 5.43 GROUP 4 16.85 5.43 GROUP 5 16.95 5.43 GROUP 6 17.20 5.43 GROUP 7 13.35 4.78 WINONA COUNTY: GROUP 1 15.92 4.38 GROUP 2 16.07 4.38 GROUP 3 16.12 4.38 GROUP 4 16.27 4.38 GROUP 5 16.37 4.38 GROUP 6 16.62 4.38 MN970005 Page: 6 GROUP 7 13.02 4.18 GROUP 2 - Bituminous Worker - Shoveler, Raker, Floater, Squeegee; Utility; Brick Tender; Compaction Equipment (Hand Operated); Conduit Layer; Curb Setter; Mortar Mixer; Sand Cushion Bedmaker; & Torchman - Gas, Electric, Thermal or Similar Device GROUP 3 - Chain Saw; Concrete Drilling; Concrete Mixer Operator; Concrete Sawer; Concrete Vibrator; Ditch & Other Work (More than 8 feet below starting level of manual work); Formsetter; Joint Sawer, Mortar; Pneumatic Tools, Jackhammer, Paving Buster, Chipping Hammer, etc ®; & Stone Tender Mason Tender GROUP 4 - Bottom Man (Sewer, Water or Gas Trench - more than 8 feet below starting level of manual work); Brick or Block Paving Setter; Caisson Work; & Cofferdam Work GROUP 5 - Cement Gun Operator (1 1/2 or over); Driller - Air Track or Similar; Nozzleman (Gunite, Sandblasting, Cement); & Pipelayer GROUP 6 - Asbestos & Hazardous Waste Technician; Blasting Powder Man (Dynamite or substitute products); Tunnel Miner; Tunnel Miner Tender; Tunnel Laborer; Underground Laborer; & Underpinning M Rates CHISAGO, DAKOTA, RAMSEY & WASHINGTON COUNTIES: 20.55 MN970005 Page: 7 PAINO386G 05/01/1996 Rates Fringes ANOKA, HENNEPIN, SCOTT, SHERBURNE (South & East of a lane drawn between the town of Santiago in Sherburne County and the town of Clearwater in Wright County) & WRIGHT COUNTIES: PAINTERS: Brush & Roller 21.32 5.97 Spray; Steel; Sandblaster; Swing Stage & Epoxy 22.07 5.97 PAIN0681C 08/22/1996 WINONA COUNTY: Rates Fringes CORPORATE CITY LIMITS OF WINONA: Brush & Roller 19.08 4.36 Steel 19.33 4.36 Sandblasting & Spray 19.58 4.36 Stageman & Beltman 20.08 4.36 MN970005 Page® 8 �.. .ii iii ii w i- • • _ .: ., Ro ller Brush & Steel Sandblasting & Spray Stage Sta geman & Be ltman 16.22 4.36 16.43 4.36 16.64 4.36 17.07 4.36 APPLICATION OF EPDXY, CREOSOTE OR ALL OTHER HIGHLY TOXIC PR EMIUM 11:�11 i• i •r, Rates Fringes BENTON, SHERBURNE (Western one - half, North & West of a line drawn between the city of Santiago in Sherburne County & the city of Clearwater in Wright County) & STEARNS COUNTIES: PAINTERS: Brush & Roller 15.75 �W* Sandblaster; Spray; Structural Steel; Swing Scaffolding, Safety Belts; Boatsman's Chair; Bridges; & Abrasive Blasting 16.75 3.51 MN970005 Page: 9 MN970005 Paget 10 Rates Fringes TRUCK DRIVERS: ANOKA, CHISAGO (S. of T. 34-N), COOK, DAKOTA, HENNEPIN, LAKE, RAMSEY, ST. LOUTS, SCOTT, SHERBURNE, WASHINGTON & WRIGHT COUNTIES: GROUP 1 18 ®55 4.03 GROUP 2 15.00 4.03 GROUP 3 17.90 4.03 GROUP 4 17.55 4 ®03 BENTON, CHISAGO (N. of T. 34a-N) & STEARNS COUNTIES: GROUP 1 15 ®07 4.03 GROUP 2 14.56 4 ®03 GROUP 3 14,41 4.03 GROUP 4 14.41 4.03 CPRLTON COUNTY: GROUP 1 17.50 4.03 GROUP 2 17.05 4.03 MN970005 Paget 10 GROUP 3 16.95 4.03 GROUP 4 16.70 4.03 WINONA COUNTY: GROUP 1 16.75 4.03 GROUP 2 16.20 4.03 GROUP 3 16.10 4.03 GROUP 4 15.90 4.03 TRUCK DRIVER CLASSIFICATIONS GROUP 1 - Boom; Mechanic - Of f -Road; Tractor Trailer; Truck Driver (Operation • Hand & Power Operated Winch) GROUP 2 - Tri Axles (Including Four Axles) GROUP 3 - Bituminous Distributor; & Tandem Axles WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. -------- ------------- -- 1.) Has there been an initial decision in the matter? This can be: • an existing published wage determination • a survey underlying a wage determination • a Wage and Hour Division letter setting forth a position on a wage determination matter ----------------------------------------------------------------------- MN970005 Page: 11 With regard to any other matter not yet ripe for the formal process described here, initiall contact should be with the Branch of Construction Wage Determinations. Write to: Wage and Hour Administrator ----------------------------------------------------------------------- MN970005 Page: 12 E- Q U A L E M P L 0 0 P P 0 R T U N ( E E 0 ) O B L I G A T I O N S FEDERALLY FUNDED C0 N S T R U C T 1 ON C OR S U B C,O N T Y M E N T I T Y U N D E R 0R A S S I S T E D 0 N T R A C T S R A C T S 1 J U N E 1 9 7 9 Revised August-16, 1982 If your contract i s : _.. . A. $10,000 or more you are responsible:fbr 1.... Compli with the E E. O. 'Clauses of Executive Order 11246 as amended (Exhibit A). 2. : SubmittaT_of ,E..E.O....Complfiance Certifi p of�: contract (Exhibit 6).. prior to award „ . 3.. " Submittals of Construction Contractor Identification Data Form (Exhibit: C).. 4 >. Employment and timetable for women and minorities as published in Appendix A & 3 (Exhibit A). This implementation instruction has been developed within the parameters of the applicable named regulations herein. Furthe7;more definitive interpre- tations may be requested of the Regional Office involved as necessary. OBLIGATIONS OF CONTRACTING AGENCIES 2 -APPLICANTS /GRANTEES ,_N0,N,-CONSTRUCTION - CONTRACTORS. 1- ' Sol i citations EEO Inclusions Page T 2.., ards Notification to OFCCP of Awards page 3. Administering Agency Obligations Page' 4. Applicant/Grantee Obligations Page OBLIGATIONS OF CONTRACTORS/SUBCONTRACTORS 1. Prime Obligations to Subcontractors Page 2. Prime/Subcontractor EEO Clause I Obligations; - Certi-;� ficates Required Prior to Award of Contract; Gen -., eral Obligations. Page 1-2 3. Prime/Subcontractor Obligations; Goals, Timetables and Affirmative Action Steps. ,Page 2-3 4. Prime/Subcontractor.Monthly Reporting Requirements- ' Page 3-4 5. Prime/Subcontractor Obligation to Undergo Review ..,,of Compliance and Enforcement Procedures. Page 5 EXHIBITS (Clauses/Notices/Specifications be Included in Contracts/Subcontracts may be found as follows:) A. Executive Order,11246 EEO Clauses Section 60-1.4(b Construction Contractor Affirmative Section 60-4.2 Action Requirements-Goals and Timetables' Section 60-4.3 Appendix A & B E. Sample EEO Policy Statement F. Listing of Region V Office Locations and Jurisdictional Area •: s � i a y1 • .! •t f r� !. .1 i l .1 �j� J71 : 1 .. • � is • • l ! # • • l,° R 3 .�� �'., • .. �. t � • }. i • ..fi ^ M • [ s • • ! ... • • • • ! • y . ,. •, � � • � • ,. , ^•_ t . ,� -• - • • • . • «- _ s . � i _ s. • °• • ' � +� . • • � � � , • k t s. • j ' • ' • �.. !. F: • `s� t �. • � • � • . ` ', i i 1 �. ', f 111 •• .,• ^• - • • .•• .• - • - � � • • ••.- •. • t .: • !• e • ^ '; t iii -•- •` !� , t, ". b. Notification ♦ award of all subcontracts over $10,000 must be submitted to Regional Office of,Federal Contract Compliance Programs (OFCCP) within 10 days,after the. date. • award of any such subcontract • a prime or a sub.. The notification must include the data shown in Sections I and 2 • the attached ' Construction Contractor Identification form. (Exhibit C). OBLIGATION . S OF FEDERAL I CONSTRUCTION CONTRACTORS AND SUBCONTRACTORS (CONTINUED),;' . . i, .'• !- • it .. , # •� .� • # i •' (4) - All reporting requirements contained herein.: ('Signatory (voluntary compliance) craft unions are Part I trades; all non -- signatory or removed craft unions are-Part II and are subject to 60 -4 specifications. M 5. Compliance Review and Enforcement Procedures: a. Time and records must be made available to OFCCP Area Offices as necessary for informal compliance and on-site compliance review activity. This process is a means by which this agency will determine whether or not you have complied with the applicable EEO regulations covering your entire workforce on ' the basis of your being a federal contractor or subcontractor. This process will include validation of the CC-257 submissions and visits to actual job sites for interview of workers as applicable. Following are data or other applicable actions that you are obligated to provide or perform: .(Refusal to provide time or records would result in a noncompliance status). (1) An officer of the company with authority to make binding legal commitments be present during the review process. Other personnel involved with the employment processes of your company must be available as well. (2) All original payroll records relating to construction craft employee hours worked indicating race, sex, job title and status, and where the work was performed. (3) Listings of all current employees, applicants for employment, new hires, promotions, transfers, terminations, indicating dates of hire or application, date of personnel action taken, indicating race, sex, job titles and reasons for terminations or non-selections of applicants. (4) Written evidence of all good faith efforts made to comply with the affirmative action requirements of the regulations relating to your entire workforce. b. In the event the review of your compliance results in finding of non- compliance, it will be necessary that you make firm written commitments to correct all identified deficiencies, possibly in a formal Conciliation Agreement. Corrective actions will include making up minority or female work hours that may have been lost as a result of lack of good faith efforts. If the company is unwilling, refuses or does not respond to the agency request for written commitments, the noncompliance findi►ig would be followed up with enforcement action as follows:, (1) A show cause notice would be issued to the contractor giving 30 days to indicate why enforcement proceedings should not be instituted. (2) Non-resolution of the allegations of deficiency in the show cause notice within 30 days would result in a recommendation to issue company a 20-day notice to request a hearing prior to sanction action to terminate, cancel and debar the contractor from doing business with the federal government. (3) Breach of commitments in a Conciliation Agreement or direct violations of the EEO Clauses (such as discrimination) may be processed directly through a hearing without the benefit of a show cause notice. 10 E.O. USE 11246 From E.O. 11246 as Amended The contract= will furnish all infor=tion and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books,xemcords, and accounts by the Department.and the Secretary of Labor MITIT-SyMM �-M Exhibit. "A" sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the Department or the Secretary of Labor pursuant to Part II, Sub -part D of the Executive - order. In addition, the applicant agrees that if it fails or refuses to comply with these undertakings, the Department may take any or all of the following actions:_ Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refusal occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings. (c). SUBCONTRACTS Each - nonexempt prime contractor or subcontractor shall include the equal opportunity clause in each of its nonexempt subcontracts. Authority: Part 130.15 (b) issued under Sec. 201, Executive Order 11246, 30 F.R. 12919, and 41 CFR 60- 1.4(b)(c). Page 3 of 3 Exhibit "A" 49256 U ANA REGULATIONS trades which have unions participating in c; Maintain a. current file of the names. other training by any recruitment source the Contractors must be able to and telephone numbers of each the Contractor shall send written notiftcaa onstrate their on In and co ll- minority and female off-the- t applicant don to organizations such as the above, de- =cc with the. of any such Horne- and minority-.or- female referral. from a scribing the openings, screening procedures. town Am Each . Contractor or Subcontrac- union. i recruitment source or community and tests to be used in the selection process. .tar participating in an approved flan is indl- organization and of what action was taken J. Encourage present minority and female Vidually required to comply with its oblige- with respect to each such individual. If such employees to recruit other minority persons tions under the O ° to a individual sent to the union hiring hall and women and. where reasonable. provide good faith effort to eve at.under for referral and was not referred to the after school, summer and vacation employ- the Plan in each trade in which it ' Contractor by the union or. if referred, not meni to minority and female youth both on Ployees. The overall good faith performance employed, by the Contractor. this shall be the site and in other areas of a Contractor's by other ConQmctors or Subcontractors ' documented in the file with the reason work force. toward-a, in art approved Plan. does not therefor. alonc with whatever additional ac- k. Validate all tests and other selection re- excuse any covered, Contractor's or Subcon -- tions the Contractor may have takam - q ments where there is an obligation to traztxnOs fail to faith efforts to d. vide to written notification do so under 4E CPR Part 60-3. achieve the etabl to the Director when the union or- unions L Conduct. at least annually. an inventory 4. The Contractor shall Implement the with. which. the Contractor has a collective and evaluation at least of all minority and 'specific affirmative-action pro- bargaining : nt has not referred to female perms for promotional opportu- vided in hs 7a through p of these the Contractor as minority person or woman nittes and encourage these employees to _The goals. set forth in -the by the "Con tor:- or when the, Con- seek or to prepare for; through appropriate lice on. from which, con resulted tractor has' other Information that 'the- training. etc., such opportunities. e "as. percentages of the. total union referral process has impeded the Con- m that seniority practices. job hours of employment, and Mining of minor - tractoes efforts to meet its obligations classifications, work assignments and other Ity and female uttlEzation the Contractor e. Develop on- the -Job training opportunl- personnel practices. do not have a discrimi- should reasonably be able to achieve In each., ties o4 participate in training programs natory effect by continually monitoring all coutruction trade In which it has employees for the area which expressly include minor -- personnel and employment related actitIties in the: covered The Contractor is ex- sties and, Women. including upgrading pro- to ensure that the EEO policy and the Con - to make substantially uniform apprenticeship and trainee pro­ tractor's obligations under these specific&- Its goal& in each craft during grams relevant to the Contractor's employ- . , tions are being carried outs the period specifted. meat needs. especially those Programs n that all facilities and company 5-NeitherthepravWomai-anYcoilwdve funded or approved by the Department of activities am nonsegregated. except that sep- - :nor the failure by a Labor. The. Contractor s notice , e- or single-user toilet and necessary union with-whom the. - .a.col- ' of then Programs tkw-sources compiled ichanging,Acilitles shall be provided' to lective bargaining agreement. to refer either under vem priftay between the sex minoritles.or women- excuse the Con- f. Disseminate the Contractor's EEO '- o. Document and maintain a record of all tractoes obligations r these policy by' providing notice of the policy to solicitation of offers for subcontracts from tions. Executive Order 11246, or the unions and Mining programs and request- ` minority and female construction contrac- tions promulgated pursuant thereto. Ing their cooperation In assisting the Con- • tors and suppliers. Includitw circulation of (L . In, o for the nonworking In m .its EEO ob on by 'solicitations to minority and-fa male, con ,hours of: to be g-it in policy collec= ,y for tions d' other business coup in - app u - ' tive by` pub It _ ons. 4 b ... tices an& trainees must be employed by the . in - newpaper, ammRI report. y ...;p. Conduct, a review. at least annually. of Co period. and etc.; by of the with all alt supervisors adherence. to perform - the mutt. have' a a: t- marumement personnel and with SM mindr- er-,the Con toes EEO, policies =ant to ploy the - apprentices and train- ity . female employees at least once a and affirmative action obligatiom ees at. the completion of In traininc. sub- : and by the company EEO , & Contractors am encouraged to partici- Ject to the availability of employm op-: policy on'bulletin boards accessible to in pate In 'voluntary associations which assist porturdtim Trainees must be trained p - to training the employees at each location where construe- 'tion is -.in fulfilling one or mom of their affirmative - asst Programs approved y work performed. action obligations (7a through p). The ef• t?...r°. Department of Labor., •' r. Review. at least annually, the compa-• , forts of a. contractor association, Joint con- T. Contractor shall e s inn af- , ny's EEO policy and affirmative action obit- tractor- union... contractor-community. or firmative to ensure equal employ- cations under these specifications with,.all o ¢similar group of which. the contractor= meat opportunity. The evaluation of the employees having any responsibility -for Is a member and Participant. may be assert -` Can or's compliance with these specifi- hiring, assignment; - layoff termination or ed as fulfilling any one or more of .Its obli - cations shall, be based upon its. effort to other employment decisions including spe- tions under 7a through p of these achieve maxintuar results from its actions. cific review of 'these items with onsite super- 'elo iirovided that: the contractor• actively The Contractor: shall document these ef° visory. personnel such as Superintendents, participates An the group. makes every forts fully. and shad implement affirmative 'Otneral. Foremen. etc-'prior to the Initi- effort to assure that the group has a, post - action stem at least as extensive as the tot- anon of construction work at any Job site. A Live- impact on the. employment of manor - to _ rd shall be - ales and women in the industry, ensum a. and maintain a Working n- tained Identifying the time and piece of 'that the. concrete. benefits of the program ment free of harassmenL Intimidation. and these meetings, persons attendinst. subject are reflected in the Contractors minority coercion at all sit4m. and in all facilities at -matter discussed. and disposition of the sub- and female workforce participation. makes a -' w the Contractor's employ Ject matter.. good faith effort to meet its individual goals signed to wort. The,Contractor. where h. Disseminate the Con ors EEO and timetables, d can provide . seem to sible. will assign two or more woman to each policy externally by including It in =7 ad- documentation which. demonstrates the ef. construction,proJect. The Contractor vertising in the news media6 specifically in- fectiVeness of actions taken on behalf of the specifically ensure that all foremen. r- eluding minority and female news Contractor.' The obligation to comply. how. intendant& and other - on -site supervisory and. providing written notification to d ever, is the Contractor's and failure of such personnel am aware of and carry out the discussing the Contractor's EEO policy with a. group to fulfill an Obligation .shall not be a Contractor's obligation to twin such a other' Contractors and Subcontractors with defense for the Contractor's noncompliance. working environment. with specific atten- whom the Contractor does or anticipates 9. 'A single goal for minorities and a sepa- tion to minority or female. individuals work- doing buslnos& rate single goal for women have • been estab- ing at such sites or, in such facilities. I. Direct Its recruitment efforts., bath oral fished: The Contractor. however, is required b. Establish and maintain a current list of and written, to. minority. fenuac and, com- to provide equal: employment ' opportunity minority and female recruitment sources. munity organizations. to schools 'with mi- and to take affirmative action for all minor- provide written notification to minority and narity and female students and to minority Ity groups, bona male and-femaie. and a n female - recruitment so and to conunu- d female recruitment and training o - women. both minority and - non- minority. nity organIZ011ons when. the Contractor or nations serving the Contractors recruitment Consequently, the Contractor may be in `'fo- its unions have employment opportunities area and employment needs, Not later than aation of the Executive Order if a particular available.and maintain &:record of the orgL. one month prior to the date for the accept- group Is employed a substantially dispa- tions', po .. =cc of applications for apprenticeship or rate mann (for example. even though the RDEML RMISTM VOL 43 204—FRIDAY, OCrOUR. 20, 1978 3 Continued RUM AND'. R .. bONS z VOL D. r. UJ% DEPARTMENT OF LABOR EkWWYMENr STANDARDS ADMINtSTRATION OFFICZ OF F=19RAL CONTHACr COMPUA"C PROG""S WOMEN AND MINORITIES IN CONSTRUCTION e p r int from r Volume 43,'No. 88 - Friday, May 5, 1978, Pages 19473-19474) Goals anCTimetibles off1m. of vedwal-cono" campam"_ Goals ?for— Timetab I e (Percent) WOMM AM MINDIUM N COMMUC"ON Omsk ow nmeftbws fw p @a , 116 " d mmedrf From Apr., '1, 19 78 anti T Mar. 31, 1979 3.1 ftdwpawm kv *a cwomcsm woo" From Apr- 1, . 1979 anti T_ Mar 31, 1980 5.0 From Ap 1 31 - 1980 unti far%a- Keice_ 6.9 Acwcr. otfice, of Federal Coutma F grams. Labor. Complilance M ACTIOM C427'ection. SUBDIARY'. This notice is a porree- ti o f th notice establishing goals and timetables f female and minor- it ut f construction con- u 6 t ors an d s ubcontractors subject to Z Order 11246. = amended e (30M12319,3ZFRU303)_ EPMCTrVE DATE: M" & 1973. pon ptMTp= nfPORMATION CONTACT' VUllam Raymond., Associate Direc- tor. OFCCF. 202-523-0447- QUPPLEMENTART nFFOMIATIOM in FR Doc. 78-9M appearinc at 43 1.1,899 (April 7, 19783. the Depart- ment of or published a notice es- t goals and timetables for f an d m i nor ity utilization. for co contzwtors subject to Ex­ ecutive Order 112468 an amended.-The- April T. 1973. n otice contained Appen- dix A which established goals and ti-- met lee for female UtnJ=U fan _ and Appendix B - which established ffoals. and timetables for minoritY utfliza- tiom A num of errors were con t i th a ppendi ces. and because th a ppendices we expected to be used constantly by p officers and full documents we republished in full as corrected. Dated: April 25.1973. WuMon 1. Roucthu. 11# tai; O'FCC&a Federn1 'Register [Vol. 44.: No'. 175 .g ridgy, September T, 1979 J Notices Appendix._. Until_ further notice, the fol 1 owing goals arid. timetables for minority utilization shall be included.in all Federal or federally - assisted construction contracts and subcontracts in excess of $10,000 to be performed.in'the respective covered areas. The- goals.are applicable to the.contractor'_s aggregate on -site construction work- force whether or.not part of that is performing work on a Federal or federally '-assisted construction „contract or subcontract. SOTA E(X1NOMIC AREA _ ➢A Lamar to Guthrie ` *:. to Des ... IA Jasper a: SL . k&N ,. IA Hwy - "- I A Jefferson .. IA Lee .; ... IA Keokuk .. 61�rSi Paaef MS9 -Wt- ° 25 ➢A Louisa . .: ➢A Lucas �' ►A Madison wCouvir ` MO Cloak to Mahaska MN .. _ too Codarflap,6%IA, ... IA Marion IA MaNhall MH Dakota ..^ .- a .. .. .... .. SMSA !A Monroe a 1360 ' Cedar R0011% 1A­ M t.T to Poweshwk Seoe1 < k'Y*;, .x IALku+: 1:5 IA Ringgold. Ring M" W Nos -SMSA ._,.,.,,,.,. .......,�...-..... ➢A Story !A Osman ,. ° :: _ ., to Tama ,.. MN SL rAft to Cadar -. IA Union 0.5 IA Iowa - - to Van Soren UK Samoa [A Johnson' .. .. `, ' IA Jones IA Wapello MN Sherburne to W on ... :' ➢A Wayne ,,. :..• _ lim sum” MISSOURI ECONOMIC AREA tdt - Wa IA ` .3 SMSA .. • :105 Kairms City. MO ei9 MN Mo Earth Wa Falls. to aT' .. -- 1ABtaok•.Havrk '.„ SMSA 3760 Kansas City, 5.......�.....,. _ ,,: 12,7 hm Sam, PNcn, SMSA routes 2„o KS Johnsen UN Can. IA $rstner - - r Wyandotte .: - to Buchanan .. MO Cass Crew , : to B - Ma Clay MN Douglas to Cena Gordo _ _ - MO Jackson: F .. >..: .. �.:. . to Check .:. -.. .. , . ,.. MO Platte . I" Grard. �.. . ➢A Fayette s IA Floyd MO Ray 4150 Lawrence. KS _ �: 7.2: k to F KS Douglas to GrumIll 7000 SL Joseph, MO. 32 �Mal KamilliioW 1A Hancock MO AMreve, ' a _ to Hiordin MO B .;. ® .. MH to Howard ... - NOtP :Caen4�s: «..,... 10.0 _ ,.::., i :: IA Mitchell .. -..; `:.. '.. KS Anderson : UN Meeker, IA WIT"Wegago _ KS Atcheson MN Los IA Worth KS Brown ;. MN Mordson :.. 102 Forl IA KS Dornpnaae .. Mat Plas .. - Noa-SMSA count' , . 0.4 : KS' Frank m KS Les4ornrohpt Mail Avoi IA Buena Vista IA Calhoun KS Lsut MN Romirbir to Carroll . <. KS Numb MN R100 ,. ., IA Clay MO Atchison .. - IA Dickin Ma Bates M" Sir „. to MO Benton ... .. , .. .: IA Greens MO Calif”" MN Tork3 to Hettaltoae MO Carrot! MN T LA MO Ctthton ..�" W „ , ., ...,:..• ;:; - . .. IA K84sUtn ... .. MO Devises - W r. IA Palo At➢o ", MO Dekatb MM Walonwarl to Pocahontas MO Garrey MN YONOW medicine IA Sac MO Grundy WI Burned IA Webster MO Harrison yet Pierce IA Wright '. MO Henry _ 097 Rochester, MN 1Q3 OM. to MO Ho" . MO Johnson VASA SMSA •., MO Lafayette M N 1.4 7720 Sioux City, IA-NE. 15 MO Livingston ' to Woodbury MO Mercer . „ m 0 5 . NE Dakota. MO Noda . MN Dodge. Non -SMSA cotxalies .,_.....,._ ............. t.2 Ma Peters MH IA Ma S alina Mat F aisal ” ➢A Crawford MO Worth .. .:. IA We ,: :. IA 10$ Colurabta. MO .... M" Stsew 'e MN W ...... .. .. to O'Brien SMSA : - IA Plymouth 1740 Col MO---.— 63 ILA ECONOMIC AREA IA Sinus MO $errs (Xibuque - NE Ant SA . » 4.0 _ N E ' MO Adak - - : to 0.6 ;. r NE ... NE Dixon MO A .. IADAuquo ., Ma Callawa y MO Ca " 0:5 NE M MO Chanton -- 6.. ,. NE Pierce Mo Cold, NF Stanton : HE Thurston MO IA Delawa HE Wayne MO K ese s = 11A Lr $D Ctay • - .. .. SO Union MO Made 101 Great So Yankton Ma Miller r MO Monftso _; , -.3.., exhibit "A" (d) Z&ttngr oV empf t h mechanics): supervisoffand nonsuperaisory: the employmenir to `= technical and executive;, . fve. this clause- shall. be m at. least cor url,; and professional openings as are compensat- rently witft• the use of any' other t pd on a .basis of less than $x25.000 per Arent sintfie •or- effort and' shall involve` tfte year. This term includes full -time employ - normal obligations• which attach. to the Plac- = ment. temporary employment of more than Ing of a bona fide• job order. including the 3 days' duration. and part -time employment- acceptance of referrals of veterirw and non It does not include openings which the con- :veterans. T`,ae° employment open- = - Lractorproses to fill from within his own ings does not require the hiring of any par- organization or to fill pursuant to a custom- ticular job applicant or from any particular ary and traditional employer -union hiring group of job applicants and nothing herein arritmement nor openings in an educational Is Intended to- relieve the contractor from, ,. institution which - are restricted-to students any requirements In. Ekecutive Orders or . of that institution...L7ndertlre most compel- regul ations regarding nondiscrimination• in ling circumstances an employment opening employmento - may not be suitable for listing. including (d) The reports required by p h�M -. . such situations where the of the Gov -- of this clause shall Include. but not be limit - ernment cannot reasonably be otherwise ed tos periodic reports which shag be filed WPPtled:. where listing would be contrary to at least quarterIvwith- the appropriate local national security, or here the requirement RULES AND REGULATIONS office or .where the con or' more 4 of listing would otherwise not be for the than one hiring location In a State: wittr the best Interest of the Government. central office of that State employment (2) - Appropriate office of the- State em- service. Such reports shall indicate for each ployment - service system°', means the local - hiring location (1) the number of individ- ' office of the Federal- State-national system uals hired during the reporting period. -(2) of public employment offices with assigned the number of nondisabled veterans of the responsibi)ity for serving the'area where the -§.fn0� iSOA _. AWirmative action clause. Vietnam era hired, (3) the number of dis. employment opening Is to be. filled. inglud- ach agency - arid' each contractor &bled' veterans of the Vietnam era. hired. ing the District bf Columbia..Guaas; Puerto ' and subcontractor shall include the (4) the total number' of disabled veter- . 'Rico, and the Virgin lslands. •< " affirma action clause In hired. The reports should. Include cov -" '(33 -Openings which the contractor pro - _following ered veterans hired for on- the -job training poises to fill trom'within his own organiza- each: o1 its covered government eon under 311. LT.S;C, 5787, The contractor shall Lion" - means employment - ,openings' for tracts or subcontracts Land modifica- submit a report.withirr 30 days after the end ' which no consideration will be given to per - genewals; or extensions thereof of each reportIM period wherein, any sorts outside the contractor's organi lot included in the on . Con isr orr this contract ldmtify- .(including any affiliates- and Ins data, for . T eo�t- the parent companies) and" includes any tractor shall maintain at each hiring openings which the contractor proposes to Arm vgAcxrox FOR DISARLM VLTERAXS lion copies of the reports submitted until fill from regularly: established � lists. AND VLTERAM of THE V1salaAx the expiration of one year- after final ps.f- , (4) "Openings whichr the contractor pro. ac (a) The contractor will not' " iminate Arent under the contract„ during which time poses to fill pursuant . to a customary and against any employee or applicant ' forrem - these reports. and related documentation traditional employer-union .hiring ge " ployment be use he or she is: dissblecl ll.be made available, upon for ' ment means employment openings - which veteran' or veteran of.' the Ff em, in tiori by, any autho represent& the contractor proposes to till from union re W any position for which thee em tives - of the contracting officer or of the Sec halls. which is part of the and p or app fores is d _ retary of Labor Documentation would- In- • traditional hiring relationship' which exists The- contractor a=tes t1kDM gf . dude-personneL records respecting job• n '° between the contractor: and representatives tive act4on to employ. Im - employ. hags, recruitment and placement .. , of his employees. a e ment and otherwise: treat qualified disabled (e) Whenever the contractor con- (I) The contractor agrees to comply with . veteran., and- veterans of the Vietnam era tractually bound to 'the listing provisions of the rules. regulations. and relevant orders of without discrimination based upon theirdis -, this clause.- it shall advise the employment the Secretary of Labor issued' pursuant to ability or veterans status is all employment service system in each State where it has es- the Act practices such as the following Employ -' tablishments of the name and location of (j) In the -event of the contractor's non- ment upgrading, demotion or transfer, re- each. hiring location In the State. As. long as compliance with. the requirements of this cruitment, advertising. layoff or termina- the contractor is contractually bound -to clause. actions for noncompliance may be tion, rates of pay or other forms of'coropen- these provisions and has.. so advised the taken in accordance with the rules. regula- satidn, and selection for ; Including State system. there is no need to advise: the tions. and relevant orders of the Secretary apprenticeship. State system of subsequent contracts. The of labor issued pursuant to the ,act.. , (b) The contractor agrees that all suitable contractor may advise the Staate system (k) The contractor agrees to post in con - employment openings of the . contractor .when it Is no longer bound by this contract spic ious places. available. to employees ,and which, exist at the time of the execution of clause- applicants for employment. "notices in a this contract and those which' occur during (i) This clause does' not apply to the list- form to be prescribed by the Director. pro- the performance. of-this contract. including ing' of employment openings which occur vided by or through the contracting officer. those not generated, by this contract and in- and are filled outside of the 50 States. the Such notice shall state the contractor's obil- eluding those occurring at an establishment District of Columbia, Puerto Rico. Guam.. • gation under the Iawv to take., affirmative of the contractor other than the one where - and the Vi action to employ and advance in employ - in. the contract Is being Performed• but ex- (g) The provisrons of paragraphs 4h) .fc). meat qualified disabled veterans and veter- eluding' those: of independently operated M. and (e) of this clause do not apply to Fans of the Vietnam era for employment, and corporate affiliates.. shall be listed at an, openings which the contractor proposes to the right&of applicants and employees. appropnate local office of the State employ- fill• from within. his. own: organiz or' to (1) The contractor will notify each labor ment service system wherein the opening. fill pursuant, to a customary and traditional union or representative `of workers with . occurs,. The, contractor further agree to employer -union hiring.. This his, which it has a collective bargaining" agree- ..provide such reports to such local office re- . exclusfori does not apply to. a. particular ment or other contract understanding. that garding employment openings and hires as opening once an employer decides to consid- the contractor is bound by the tt.rms of the maybe required. ' er' applicants outside of his own o i , - ". Vietnam Era Veterans Readjustment Assist- . State and local government agencies hold- tion or employer - union arrangement for- ante Act, and is committed to take affirma- ing. Federal contracts of 410.000 or more that opening live action to-employ and , advance in em. shall also list all their suitable- openings . (h) - A& used in this clause - All suitable ployment qualified, disabled veterans and with the appropriate office of the. State. ern- employment ope " includes, but' is: not veterans of the Vietnam eras. ployment service. but are not. required to limited to, openings, which- occur In the° tol- (m) The contractor will Include the provi- provide those reports set fortIr trr pa m categories: Production and non - sions of this clause la every,. subcontract or graphs (d) and (e). production: -p t and office.. laborers and p urchase , order of $10.0 or more unless - exempted by rules. regulations. ,or orders of • the Secretary issued pursuant to the Act. so that such provisions will be binding upon eac subcontractor or vendor. The contme- tor will take-such action.with respect to any subcontract or purchase order as the Direc- tor of the Office of Federal Contract Corn. FEDMAL ItEGIM44 VOL ,. AY, 0CM lt 20i 1978 pllance Programs may direct to enforce such provisions,.. including action for non- compliance. _3 Continued RULES AND REGULAnONS-: Contractor has achieved its goals for women generally. the Contractor may be in viola- tion of the Executive Order if a-specifIc mi- nority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative altion stand- ards to discriminate against any person be- cause- of race, color, religion. sey, or national origin. 1:1. The Contractor shall not enter Into any Subcontract with any person or firm de- barred. from Government contracts .pursu- ant to Executive. Order 11246- 12. The Contractor shall carry out such sanctions - and penalties for violation of these specifications and of the Equal Oppor- tunity Clause, including suspension. termi- nation and cancellation of existing'subcon- tracts -as may be imposed or ordered pursu- ant to Executive Order 11246, as amended.. and its implementing regulations.. by the• Office of Federal Contract 'Compliance Pro- grams. Any Coptractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Execu- tive Order 11246, as amended. 13. The Contractor, in fulfilling its obliga tions under these specifications, shall iraple- ment specific affirmative action stem at least as extensive as. those standards pre - scribed in Paragraph 7 of these specifica- tions, so as. to achieve maximum results from its efforti to ensure equal employment 6pportunity. LE the Contractor falls to comply with the requirements of the Execu- tive Order, the implementing regulations, or these specifications,. the Director shall pro- ceed In accordance with 41 CPR 60,4.8. M The Contractor shall designste- a re- sponsible official to monitor all employment related activity to ensure that the company EEG Policy is being carried out« to submit- reports relating to the provisions hereof as may be required by the Government and to- -keep records. Records shall at least include for each employee the name., address, tele- phone numbers. construction trade, union affiliation if any, •employee identification number.. wherr- -assigned- social security number. race, sex, status (e.g- mechanic; aP- Prentice trainee, helper. or laborer), dates of changes in star= hours worked per week in the indicated -trade.. rate of, pay, and loca- tions at which the. work was performed. Records shall be maintained in an easily un- derstandable and retrievable form; however. to the degree that existing recorda. satisfy this requirement, contractors shall not be required to maintain-separate records. 1. 15, Nothing herein provided sha ' U be con- strued. as a limitation upon the application. of- other laws which. establish different- standards of compliance or upon the appli- cation. of requirements for the- hiring of local.' or other area residents -(e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). (b) The notice. set forth in 41 CPR 60-4.2 and the s pecifications set; forth in 41 CFM 60-4.3 replace ' the 'New Form for Federal Equal Employment Opportunity.Bid. Conditions for Feder- al and- Federally Assisted Construction - .Published at 41 FR. and com- monly known as the .Model Federal. EEO Bid Conditlobs, and the New Form sball not be used after the regu- lation&1n.41_CWRPWt 604_beeobme%ef;- fective,.' s. Exhibit "A!' FEDERAL, REGISTER, VOL 43, NO. iO4--MIDAY,, OCrOSER 20,1974 �° i cancelled, t of'suspended In whole or to Ravi GDG Me cupumulur "my , x y q_, . ! 12346678 of federally assisted constr contracts. .6 1 F EMALE: 10; :,a 19 further ntracts U.S. r� -r - — - ------------- NAME AND LOCATION OF CONTRACTOR fVNDI G C�!�t.ttCc: XYZ COMPANY AGEN INDIANA & JONES AVE INDIANAPOLIS IND. 46402 DOD ._. — _.. 6. WORK HOURS OF EMPLOYMENT Wedasal & Non-Federal) . TOTAL. NUMBER of TOTAL NUM BER . O MINO ' 6a. TOTAL ALL 61a. BLAC 6c. 6d. AS IAN OR 6e, AMERICA I 7. ' Tot al All CONSTRUCTION TRADE Classifications EMPLOYEES 6Y TRADE $dot of iilspanic origin! PiISFASdIC f'e4 !C ISLANDERS ALASKAN MINORITY PE RCENTA GE FEMALE P E:Iv oYEES EMPLOYEES M �F M F M NATIVE M F M F M F Journey wo rker 1200. 1 00 310. 1 ( 570 of ( 100 Of 7 1 3 AP PRENTICE . 1 60 ... 1 60 tota of total of CARPENTER TFiAIiEE 1460) 1460) '350 :` 0 160 6.8% 8 1 sus TOTAL Journey w orker .. 300 2 PLASTERER APPRENTICE TRAINEE r StJa TOTAL N 0 0 2 6 Jo workev 960 { 160.1 ( 1 60 of APPRENTICE i total of IRON WORKER TRAINEE 960) §UH -TOTAL ` 60 , , a 150 6 . ? 0 6 i Journey worker 610 ' 290. ( 290 o 2 APPRENTICE . tota of ASBESTOS WORK IftAINEE s 0 61 A 0) 47 06% 0 4 2 SUP - TO AL Journey 3250 t 140 480 160 160 ( 1140 of ( 320 of 20 1 5 APPRENT 300 100 160 18 0 total of total of 2 1 1 1 ELECTRICIAN TRAINEE TRAINEE 3870) 3870) S UB-TOTAL 50 . 0 `.' ; 00 6 60 : 2 ®5 8m 3 22 2 6 1 TOTAL JOURNEY !YORKERS 6320 240 1080 160 260 160 (2860 of total of (4 20 o total of 39 2 11 T APPRENTICES 450 180 160 180 160 7200) 7200) 3 1 2 1 TOTAL TRAINEES OMIN APPOOVAL NO. 44-01396 _� FORM CC -257 lRay. 9/791 Compliance Agency ...... ...........................U.S. Government agency assigned responsibility for equal employ- ment opportunity. (Secure this information from the contracting officed Federal Funding Agency .. ...........................U.S. Government agency funding projecir (in whole or in parri. if more than one agency, list all. Classification ...... ............................The level of accomplishment or status of the worker in the trade (journey Worker, Apprentice, Traineei . 7, Minority Percentage .......................The percentage of total minority work-hours of all work-hours (the sum of columns 6b. 6c, 6d. and & divided by column 6s; iust one figure for each construction tradel. 8. Female Percentage ........... ................... For each trade the number reported in 6a. F divided by the sum of the numbers reocirted in 6s. M and F. 1 EXhlblt °t" EQUAL EMPLOYMENT OPPORTUNITY /AFFIRMATIVE ACTION POLICY STATEMENT, it is the Policy Of We�� to afford equal opportunity �4 �-_ for employment to all individuals regardless of race color, religion, sex, or national origin. The corporation is basically committed to this policy by our status as a Federal Government contractor. We are far more strongly bound to the policy by the fact that adherence to the principles involved is the only acceptable American way of Life. Therefore, this corporation will take affirmative action to ensure that we will. (1) recruit-, hire and promote all job classifications without regard to race, color, religion, sex or national origin, except where sex is a bona fide occupational qualification; (Z) base decisions on employment so as to further the principle of equal employment opportunity; (3) ensure that promotion.decisions are in accord with principles of equal employ -. ment opportunity by imposing only valid requirements for promotional opportunities; (4) ensure that all personnel actions such as sponsored training, education, tuition assistance, social and recreation programs will be administered without regard to race, color, religion, sex or national.origint except where sex is a bona fide occupational, qualification., Additionally We- 0_Uk=)_D intends full compliance with Handicapped. and Veteran Affirm ative Action requirements. The successful.achievement of a nondiscriminatory employment program requires a,maximum of cooperation between management and employees. In fulfilling its part in this cooperative effort, management is obliged to lead the way by establishing and implementing affirmative procedures and practices which will ensure our objective, namely equitable employment opportunity for all.. Minority and Female employees are encouraged to participate in all company activities and refer applicants- Z have designated the (General Superintendent of Indiana Operations), to be assisted by the (project Superintendent), to direct the establishment of and to monitor the implementation of personnel procedures to guide our affirmative action program. 'This- official is charged with designing and implementing audit and reporting systems that will keep management informed on a monthly basis of the status of the equal employment opportunity area. Supervision has been made to understand that their work performance is being evaluated on the basis of their equal employment opportunity efforts and results, as well as other criteria. It •shall be a responsibility of Supervisors to take actions to prevent harassment of employees placed through affirmative action efforts® S A M P L. E *NOTE: Prime and Subcontractor's must designate. in their who will administer 19 the Enterprises Program .. with contracts of $5 Or more policy the liaison officer Contractor.'s "Minority Business ESA /OECCP f s, Area Director United States Department of labor ESAIOFCCP 220 South Second Street Minneapolis, Minnesota 55401 AC (612) 370 -3177 GENERAL REQUIREMENTS 2105.0. SPECIFICATION REFERENCE- Section 2105 of the Minnesota Department of Transportation, "Standard Specifications for Construction," 1988 Edition and all amendments thereto shall apply except as modified or altered in the following General Requirements. 2105.1. DESCRIPTION: This work shall consist of the construction of excavations and embankments from within the limits of the construction area and the disposal of such excavated materials in accordance with M.H.D. Specification 2105. 2105.2. MATERIALS: 2105.2.1. Excavation Material: Classification of excavated materials on each section of the project will be as shown on the plans or as determined by Engineer as the work progresses. The excavations will be classified as Common Excavation, Rock Excavation, Muck Excavation and Common and Rock Channel Excavation. 2105.2. Common Excavation: Shall consist of all excavation materials not classified below as Rock Excavation, Muck Excavation and Common and Rock Channel Excavation. Common Excavation shall include Subgrade. Excavation when a separate item therefore is not included in the Proposal. 2105.2.3. Rock Excavation: Shall consist of all materials that cannot be excavated without blasting or ripping and all boulders and other detached stones each of which has a volume of 1 cubic yard or more. 2105.2.4. Muck Excavation: Shall consist of the excavation of organic matter that is removed from below the natural ground level of marshes, swamps and bogs to provide a stable foundation for the construction of embankments. Sound material above the organic matter shall be removed insofar as practical as Common Excavation. When material becomes insufficiently stable to properly support scraper equipment, the balance of the organic material shall be removed as Muck Excavation. 2105.2.5. Subgrade Excavation: Shall consist of all excavation made below the top of the final graded surface of the road and not classified as rock or muck excavation. Topsoil stripping shall be included in this classification. 2105.2.6. Common Channel Excavation: Will consist of the excavation of open ditches or channel changes. 2105.2.7. Rock Channel Excavation: Shall consist of the same material classification as described above for Rock Excavation, but only in the excavation of open ditches or channel changes. 9/95-Genual\Standard 0 1995 Bonesftoo, Rosene-, Anderlik & Assodaios, Inc. 2105-1 2105.2.8. Borrow Material: Borrow material shall consist of all materials excavated from areas designated on the plans as borrow site. All Borrow Excavation will be sub-classified as Common Borrow. 2105.3.1. General: No excavation or embankment shall be done on any area until all ice and snow and all grass, weeds or other vegetation over 6 inches high have been removed therefrom, if it is necessary in the prosecution of the work to interrupt existing surface drainage, the Contractor shall provide and maintain temporary drainage facilities until permanent facilities are completed. The Contractor shall be responsible for proper drainage of A excavations and embankments. Where large boulders or ledge rock are encountered the Engineer shall immediately be notified so that proper measurement or profile can be made for pay quantities. All topsoil shall be removed within the construction limits and shall be stockpiled at a location within the site as directed by the Engineer. This work must be done prior to any excavation or embankment work being done on all particular parts of the project. All topsoil must remain on the site and shall be considered the property of the Owner. 2105.3.2. Preparation of Embankment Foundation: Where embankment is to be construction over swamp, marsh or other locations where the foundation material is unstable, the foundation shall be excavated to remove all or part of the unstable material as indicated in the plans or directed by the Engineer. Dewatering required to provide a stable foundation for construction of embankments will be incidental to the construction. 2105.3.3. Excavation Operation: Excavations in all cases shall be made to the alignment, cross section, and grade as shown on the plans and staked by the Engineer. Excavation of unstable materials below grade shall be down under the direction of the Engineer as the subsurface conditions are disclosed. At the ends of cuts the back slopes shall be so modified as to blend into the surface of the original ground. 2105.3.4. DiSDOsition of Excavated Material: Excavated materials shall be utilized to the fullest extent practicable with granular materials generally being placed in the uppermost position of the embankment. Excavated organic material and other excavated material unsuitable for embankment construction shall be temporarily deposited outside of the construction limits or as directed by the Engineer. After drying out sufficiently for respreading, clay material can be spread as part of the boulevard fills and organic material can be spread not over I foot deep on the outer 10 feet of boulevards and on the back slopes of the fill sections. Excess material shall be disposed of in the adjacent areas as directed by the Engineer. The material need not be moved further than normally feasible with a blade or dozer. 9/95-GeMaMtandard 041995 Bonestoo, Rosene, And,odik be Asscciatw, Inc. 2105-2 Excess Common Channel Excavation shall be deposited as spoil backs adjacent to the excavation. Where the excavation is channel change, the excess material shall be used to fill the old channel, so far as is practical. Spoil banks shall be not less than 4 feet from the excavation, shall be neatly shaped and shall be provided with sufficient openings to permit natural drainage from the adjacent land. No mechanical compaction of spoil banks and fill in abandoned channel, the topsoil in the excavation shall be spread on the top of the fill. 2105.3.5. Placing Embankments: Excavations below subgrade shall be back-filled with selected soil or sand gravel material as specified in the contract. Embankment material shall be deposited and spread in relatively uniform layers approximately parallel to the profile grade and extending over the full width of the embankment. Topsoil may not be used as fill. All topsoil shall be placed and respread on the boulevards and backslopes after completion of the grading. 2105.3.6. Compacting Embankments: Roadway embankments shall be compacted by the method hereinafter described as "Ordinary Compaction". 9195-GeneraINStandard (0 1995 Bonestroo, Rosew, Andexlik & Msodalos, , Itc. 2105-3 ITEM NO. ITEM UNIT 2105.501 Common Excavation Cubic Yard 2105.503 Rock Excavation Cubic Yard 2105.505 Muck Excavation Cubic Yard 2105.507 Subgrade Excavation Cubic Yard 2105.511 Common Channel Excavation Cubic Yard 2105.513 Rock Channel Excavation Cubic Yard 2105.523 Common Borrow Cubic Yard End of Section 9/95-GeneraMtandard (D 1995 Bonwtroo, Rosen, Anderlik & Associatm, Inc., 2105-4 2531. CONCRETE'CURB &,GVTTER General Requirements 2531.1. SCOPE: Concrete curb and concrete curb and gutter shall be con- structed in accordance with these specifications and in conformity to the lines and grades shown on the plan.s. 4��Y- �' � 2531.2.A. CEMENT: The type of cement to be used shall be as specified by the Engineer, and shall conform to the A.S.T.M. Specifications for Portland Cement; Designation C-150 (Type I); or or Air-Entraining Portland Cement, Designation C-175 (Type I-A) or (Type III-A). 2531.2.8. ADMIXTURES: Air-entraining admixtures which are added to concrete mixtures shall conform to the A.S.T.M. Specification for Air-Entraining Admixture for Concrete; Designation C-260. 2531.2.C. AGGREGATES: Fine and coarse aggregates shall conform to the A.S.T.M. Specification for Concrete Aggregates, Designation C-33. 2531.2.D. WATER: The water used in mixing concrete shall be clean, free from acid, alkali, vegetable or other organic matter. 2531.2.E. JOINT FILLER: The joint filler shall be of anon - extruding joint material conforming to the A.S.T.M. Specification for Preformed Expansion Joint Filler for Concrete (Non-extruding and Resilient Types); Designation D-544. 2531.2.F. SAND-GRAVEL BACKFILL: Sand-gravel backfill may be any pit-run gravel, screened to eliminate all stones which will be retained on a lk inch screen. 2531.3. CONSTRUCTION REQUIREMENTS: 2531.3.A. MEASURING: The method of measuring the materials for the concrete Or mortar, including water, shall be one which will insure separate and uni- form proportions of each of the materials at all times. 2531.3.8. PROPORTIONING: Concrete shall conform to the following: Minimum Cement Content Maximum Water Content Entrained Air Min. 28 Day Compressive Strength 5.5 sacks/cu.yd. 6 gals./sack 5kZ + IkZ 3,000 lbs./sq.in. 2531-1 3/89-GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik Associates, Inc. 2531-3.C. ADMIXTURES: Air-Entraining Admixtures shall not be added to concrete mixtures in the field without the approval of the Engineer. If such approval is granted, the admixture shall conform to Section 2531.2.8., and shall be added in the amount and in the manner prescribed by the manufacturer so that the air content of the concrete shall not be less than four (4) nor more than seven (7) percent. 2531.4. MIXING: 2531.4.A. METHOD: All concrete shall be mixed in a stationary batch mixer or truck mixer unless manual mixing is authorized by the Engineer. 1. If a stationary batch mixer is used, the mixer drum shall be of adequate size to accommodate the maximum batch and shall conform to the Concrete Mixer Standards adopted by the Mixer Manufacturers Bureau of the Associated General Contractors of America. The mixer drum shall be rotated at the rate specified by its manufacturer. When a stationary batch mixer is used for complete mixing, the minimum mixing time for mixers of one (1) cubic yard capacity or less shall be one (1) minute: for larger capacities of mixers the mixing time shall be increased at the rate of one-quarter minute for each additional cubic yard or fraction thereof. The mixing time shall begin when the correct proportions of cement and aggregates are placed in the mixer. A portion of the water shall be placed in the mixer in advance of the cement and aggregates. The full amount of water required to produce a mix of the consistency herein specified, shall be added to the 'cement and aggregates before one-quarter (k) of the mixing time has elapsed. The size of the batch shall not exceed the maximum rates capacity as specified by the manufacturer of the mixer. The drum shall be completely emptied before receiving material for the succeeding batch. 2. Truck mixers, if used, shall be of the revolving drum type When a truck mixer is used for mixing the concrete, the drum shall be rotated at mixing speed for not less than fifty (50) nor more than one hundred (100) revolutions after all of the ingredients of each batch are placed in the drum. When a truck mixer is used for the complete mixing of the concrete, the mixing operation shall begin within thirty (30) minutes after the cement has been intermingled with the aggregates. The size of the batch shall not exceed the manufacturer's rated capacity as shown on a metal rating plate which shall be attached in a prominent place on the truck mixer. The drum shall be completely emptied before receiving material for the succeeding batch. 3. The mixing time at stationary batch mixers may be reduced to the minimum required (about thirty seconds) to intermingle the ingredients when truck mixers are used to deliver the mix to the site of the work. When this practice is followed, each batch shall be thoroughly mixed in the truck mixer by rotating the drum at mixing speed for not less than fifty (50) nor more than one hundred (100) revolutions. 2531-2 3/89-GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. 1 4. If manual mixing is authorized by the Engineer, the cement and aggregates shall be mixed dry on a watertight platform until the mixture is of uniform color. The full amount of water required shall then be added and the mixing continued until the mass is of the consistency herein specified. 2531.4.8. CONSISTENCY. The aggregates, cement and water shall be thoroughly mixed in accordance with these specifications to produce a homogeneous mass which can be deposited in the forms without segregation. The consistency of the mix shall be such that the slump shall not exceed three (3) inches plus or minus one-half (k) inch. 2531.4.0. DELIVERY: Concrete shall be delivered to the site of the work with a satisfactory degree of uniformity at the consistency specified and shall be hauled in a watertight container in which segregation will not take place and from which the concrete can be discharged freely. 1. Concrete shall be delivered to the site of the work and discharged from the hauling container within a period of 90 minutes after the introduction of the mixing water to the dry materials unless otherwise specified by the Engineer. 2. Slump tests of individual samples taken at approximately the one-quarter (1/4) and three-quarter (3/4) points of the load during discharge shall not differ by more than two (2) inches. 2531.4.D. RETEMPERING: The retempering of mortar or concrete which has partially hardened, with or without additional materials or water, is .prohibited. 2531.4.E. SECTION: The dimensions of the curb section and the depth 'of the sand-gravel backfill shall conform to those shown on the plans. 2531.5. PREPARATION OF FOUNDATION: The width of the trench shall be such that the forms can be properly set and the backfill properly compacted. The trench shall be excavated to the required elevation and the bottom thereof shall be compacted to the satisfaction of the Engineer. Sand-gravel backfill shall then be placed to the depth indicated in the plans and compacted. 2531.6. FORMS: 2531.6.A. MATERIALS: Forms shall be free from warp and of sufficient strength to resist springing out of shape. Face forms shall be shaped to conform to the design of the curb as specified in the plans. Wood forms shall be oiled with a light clear commercial paraffin oil. All mortar and dirt shall be removed from forms that have been previously used. 2531.6.B. SETTING: All forms shall be set true to alignment and grade, and shall be substantially staked and braced. When tested with a ten foot straight edge, the tops of the forms shall not show a variation of over 1/8 2531-3 3/89-GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. inch from a straight line. The sides of the straight forms shall not show a variation of more than one-quarter (_k) inch from a straight line. Sections of straight forms not over ten (10) feet long may be used for curves having radii of 150 feet or more. 2531.6.C. , SLIP FORM: When approved by the Engineer, equipment utilizing a moving form may be used. Forming equipment shall be controlled to,.follow precisely the line and grade established for the curb. Finished curb shall meet the alignment and grade tolerances shown in Paragraph 2531.6.8. above: 2531.7. JOINTS: 2531.7.A. SPACING: Where practical, all joints in the curb shall align with like joints in adjoining work. Expansion joints shall be formed by inserting in the forms preformed expansion joint material one-half (k) inch thick and cut true to the shape of the curb at intervals of not more than sixty (60) feet.® Maximum spacing of expansion joints for slip formed shall be 200 feet. Preformed expansion joint material one-half (k) inch thick shall be inserted between the curb and the face or faces of any abutting concrete or masonry except pavements. Contraction joints shall be formed by inserting within the forms metal plates not over one-eighth (1/8) inch thick at intervals of ten (10) feet unless otherwise shown in the plans or directed by the Engineer. These plates shall be removed at the same time as the face forms. Metal division plates with the bottom portion cut so as to allow the lower half of the gutter section to con- tinue.across the contraction joint are required. 2531.7.B. REINFORCING: At all new service trenches or as directed by the Engineer, two (2) #4 reinforcing rods shall be placed in the lower, portion of the curb and gutter section. Rods shall extend not less than 6 feet beyond the center of the service line trench. The unit price per lineal foot of curb reinforcing includes 2 lineal feet of reinforcing and the labor involved in the placing. Rods shall be straight and shall have at least 2 inch coverage on all sides. 2531.8. CONCRETE: 2531.8.A. PLACING CONCRETE: Immediately before placing the concrete the insides of the forms shall be wetted and the foundation moistened with . water. The concrete shall be placed in the forms by hand shoveling and shall be thoroughly compacted b� hand tamping or internal vibrating. ing. 2531-4 3/89-GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik Associates, Inc. 2531.8.B_ COLD WEATHER POURING: Concrete shall not be deposited when it appears likely that the air temperature may fall below 40 F. during the pouring or within the following 24 hours unless preparations are made and precautions taken to prevent any damage to the concrete resulting from the low temperature. When placing concrete in cold weather, the Contractor shall plan and prosecute his' work in a manner which will assure satisfactory results. Any concrete damaged by freezing shall be removed and replaced by the Con- tractor at his own expense. Concrete when deposited in the forms shall have a temperature of not less than 55 degrees F. nor more than 100 degrees F. The concrete shall be maintained at not less than the minimum temperature of 55 degrees F. for at least 72 hours after placing, or longer if necessary, until the concrete has thoroughly hardened. Concrete shall not be deposited on a frozen foundation. 2531.8.0. FINISHING: After concrete is poured into the forms it shall be puddled and spaded so as to insure a thorough mixture, eliminate air pockets, and create uniform and smooth sides. Before the concrete has thoroughly set, and while the concrete is still green, the face forms shall be removed and the front and top sides shall be finished with a float or steel trowel to make a uniform finished surface. 2531.8.D. ROUNDING CORNERS: Wherever corners are to be rounded, special steel trowels shall be used while the concrete is workable and the corners constructed to the dimensions herein specified. For combined curb and gutter, the top and side of curb and gutter may be finished by the use of a special shaped trowel or curb-and-gutter machine which will shape the entire upper surfaces in accordance with the dimensions and shape specified. This trowel shall be used immediately upon removing the front form of the curb and while the concrete is still workable but firm enough to stand up. 2531.8.E. SMOOTHNESS: The top and face of the curb and also the top of the apron on combined curb and gutter must be finished true to line. Curb and gutter must be finished true to line and grade after which the surface shall be brushed lightly with a whitewash brush. This brushing shall be done at right angles to the line of the curb. The back forms shall remain in place for a period of not less than 12 hours. After removing the back forms any cavities shall be filled with mortar. . 2531.8.F. CURING & PROTECTION: As soon as the concrete has hardened sufficiently to prevent damage, the finished surface shall be covered with white polyethylene film well weighted at the edge with earth. Polyethylene film shall be kept in place not less than 5 days. When high early strength cement is used the minimum curing period shall be forty-eight (48) hours. An acceptable alternate to the above procedure is the use of spray-on curing compound which shall be applied to the surface of the curb and gutter immediately after the final brushing. The compound must contain a fugitive dye. As soon as the concrete has hardened sufficiently to prevent damage, the 2531-5 3/89-GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. 0 finished surface shall be covered for not less than 48 hours with white polyethylene film, well weighted at the edges with earth. An acceptable alternate to the use of polyethylene film is to provide a second, heavy application of spray-on curing compound 4 to 8 hours after first coat. The freshly finished surface shall be protected from hot sun and drying winds until it can be covered as above specified. The concrete surface must not be damaged or pitted by rain. The Contractor shall erect and maintain suitable barriers to protect the finished surface. Any section damaged from traffic or other causes occuring prior to its official acceptance, shall be repaired or replaced by the Contractor at his own expense in a manner satisfactory to the Engineer. The covering shall be removed and disposed of by the Contractor before the work is officially accepted by the Engineer. 2531.9. BACKFILLING: 2531.9.A. METHOD: After the removal of forms, the trench shall be backfilled with selected material from the excavation. Where the ground surface adjacent to the back of the curb is lower than the top of the curb, backfill shall be placed at the slope indicated in the plans. 2531.9.8. DISPOSAL OF EXCESS MATERIAL: Any excavated material which cannot be so used shall be disposed of by the Contractor as directed by the Engineer within a distance of one-half (�) mile from the site of the work. 2531.10. METHOD OF MEASUREMENT: Except as otherwise provided below, concrete curb and gutter and concrete curb of each design and size constructed will be measured along the face of the curb at the gutter line by length. At alleys and private entrances the length of curb or curb and gutter will be constructed to be the length along the street curb line (measured as if the entrance did not exist) plus the length of any curb (or curb and gutter) which extends beyond the curbed portion of the return. 2531.11. BASIS OF PAYMENT; Constructing concrete curb and gutter and concrete curb including sand-gravel backfill will be paid for on the basis of the following schedule: 2531.11.A. CONCRETE CURB & GUTTER: Concrete curb shall be paid for at the contract unit price per linear foot. 2531.11.8. CONCRETE CURB: Concrete curb shall be paid for at the contract unit price per linear foot. 2531.11.0. CONCRETE GUTTER: Concrete gutter shall be paid for at the contract unit price per linear foot. 2531.11.D. REINFORCING: Reinforcing shall be paid for at the contract unit price per linear foot of curb and gutter reinforced. End of Section 2531-6 3/89-GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. General Requirements 2575.0. SPEC CATION REFERENCED: 2575 of the Minnesota Department of Transportation "Standard Specifications for Construction" 1988 Edition and all amendments thereto shall apply except as modified or altered in the following General Requirements, 2575.1. DESCRIPTION- This work shall consist of establishing ground cover on designated areas in accordance with the plans and as specified herein. 2575.2.1. SEED: All seed required on the project shall be furnished by the Contractor and meet the following requirements: A. All seeds shall conform to the requirements of the latest seed laws of the State, including those governing labeling and weed seed tolerances. B. Purity and germination requirements listed below shall be met. Purity Germination Minimum Mmimum % Alfalfa, Creeping (Medicago Sativa) 99 85 Alsike Clover (Trifolium Hybridum) 99 85 White Clover (Trifolium Repens) 99 85 Park Kentucky bluegrass (Pos Pratensis) 95 82 Perennial ryegrass (Lohum. Perene) 99 90 Smooth Bromegrass (Bromus Inermis) 90 85 Timothy (PhIeum Pratense) 99 85 Switchgrass (Panicum Virgatum) 95 80 Es The seed mixture shall be one of the mixtures listed below as required in the Specific Requirements. Mixture 500 40.0% Park Kentucky Bluegrass 20.0% Smooth Bromegrass 6.0% Switchgrass 8.0% Timothy 20.0% Perennial Ryegrass 6.0% White Clover Mixture 700 11.4% Switchgrass 11.4% Timothy 37.2% Smooth Bromegrass 11.4% Creeping Alfalfa 28.6% Perennial Ryegrass GerMpecMandard ©1995 Bonestroo, Rosene, Anderlik & Associates, Inc. 2575-1 Mixture 400 28.6% Alkali Grass 28.6% Park Kentucky Bluegrass 28.6% Dawson Red Fescue 14.2% Perennial Ryegrass Mixture 650 25% Bluegrass, "Elite" Kentucky 25% Bluegrass, "Improved" Kentucky 25% Bluegrass, "L.M." Kentucky 15% Red Fescue 10% Perennial Ryegrass Mixture 800 35% Creeping Alfalfa 20% Smooth Bromegrass 7.5% Redtop 20% Perennial Ryegrass 7.5% Switchgrass 10.0% Timothy Mixture 1000 100% Winter Wheat Mixture 1150 100% Cerial Rye Mixture 600 53.3% Park Kentucky Bluegrass 26.7% Red Fescue 4.0% Redtop 2.7% White Clover 13.3 Perennial Ryegrass Mixture 675 33.4% Bluegrass, "Nugget" Kentucky 33.4% Bluegrass, "Glade" Kentucky 33.3% Fescue, "Ruby" Creeping Red Mixture 900 6.7% Alfalfa 13.3% Smooth Bromegrass 6.7% Alsike Clover 11.1 % Red Clover 6.7% Sand Dropseed 20.0 %© Perennial Ryegrass 6.7% Timothy 28.8% Hairy Vetch Mixture ].100 100% Oats 2575.2.2. Topsoil: Topsoil used on this project shall be in general accordance with the material described as Topsoil Borrow in Mn/DOT Specification 3877 and may contain a maximum of 20 percent organic material. The gradation requirements will be waived on topsoils natural to the site. 2575.2.3. Sod: Sod shall consist of density-rooted bluegrass or other approved permanent turf grasses. Sod shall be cultured sod of a good quality. It shall be densely rooted Bluegrass or other approved permanent turf grasses, free of noxious weeds and objectionable grasses. Before cutting, the sod shall be raked free of all debris and the grass cut to a length of approximately two (2") inches. All sod shall be cut in uniform strips not less than twelve (12") in width. The thickness shall be such as to contain practically all of the dense root system of the grass, but never less than 3/4 inch. Genlqj—'Ist-d-d ©1995 Boneswoo, Rosene, Anderfik & Assodatw, Inc. 2575-2 Lawn and Boulevard Sod: This type of sod shall be high quality type with a lush appearance, dense, of uniform texture and bright color throughout. The sod shall be weed free and shall contain no more than 1/4 inch of thatch over the base soil. Erosion Control Sod This sod shall be a low maintenance type, dense and of uniform texture. The sod shall be free of noxious weeds and shall contain less than 3% grassy weeds, sedges, broad leaf weeds or course grasses. Pasture Sod: This sod is to be used for revegatating dry sand and infertile sites. This sod shall be harvested from local pastures or lawns. The sod shall consist of local bluegrasses or other approved fiat,- stemmed permanent turf grasses. All pasture sod shall be inspected at the harvest site and approved by the Engineer prior to cutting. 2575.2.4. Mulch Material: Mulch material. shall conform to the requirements of the following types with the type being specified in the Specific Requirements. Type 1- This type shall consist of grain straw, hay, cuttings of agricultural grasses and legumes. The material shall be free of seed bearing stalks of noxious grasses or weeds. The material shall not contain Canada thistle or leafy spurge fragments or seeds. At he time of delivery, the mulch shall be in an air dried condition. Type 2 and 3: This type mulch using emulsified asphalt shall not be used on the project. Type 4 to 6: Mulch type 4 through 6 shall be as described in Mn/DOT Specification 3882.2 and shall be required when specified in the Specific Requirements. 2575.2.5. Fertilizer: Fertilizer famished under this specification shall be a commercial grade containing at least the minimum nitrogen, phosphorus and potassium specified as 20- 10 -10. 2575.2.6. Polypropylene Plastic Netting:, Polypropylene plastic netting shall meet the requirements of Mn/DOT Specification 3883. 2575.2.7. Wood Fiber Blankets: Wood fiber blankets shall be in accordance with Mn/DOT Specification 3885. 2575.3.1. General: The areas to be seeded or sodded shall be covered with three (3) inches of suitable topsoil or as stated in the Specific Requirements. On the areas where mulch is required, the mulch must not lag the seeding by more than 24 hours. 2575.3.2. Soil Preparation: Immediately in advance of the sodding and seeding the areas shall be raked clean of all stones, clods, roots and other objectionable matter. The areas to be sodded or seeded shall be reasonably smooth and blend with the contour of the adjoining areas. The finished surface shall be flush with or slightly below the surface of adjoining turf, walks, curbs., etc. GenVp-s\st-dard 0 1995 Bonestroo, Rosene, AnderU & Associates, Inc, 2575-3 Prior to sowing the seed or placing sod, the soil shall be loosened to a depth of approximately three (3) inches using discs, harrows, field diggers or other suitable cultivating equipment. In compacted areas, the Engineer may require ripping, additional equipment, or other necessary measures to assure proper soil loosening. 2575.3.3. A pplying F ertilizer: Fertilizer shall be applied at the rate of 400 pounds per acre unless otherwise specified in the Specific Requirements using mechanical spreading devices which provide uniform distribution of the material over the designated areas. 2575.3.4. ' Sowing Seed: Upon delivery the seed shall be protected from moisture until it is used. Seeding shall be done as soon as possible after finish grading has been completed. Seed shall be sown uniformly at the specified rate of application specified. The rate of application and season of planting shall be as follows: Mixture Pounds Per Acre Season of Planting 500 50 April 15 - June I & July 20 - September 20 600 75 April 15 - June I & July 20 - September 20 700 35 April 15 - June 1 & July 20 - September 20 800 40 April 15 - August 15 900 45 April 1 - September I 1100 80 April I - September 1 1150 35 April 15 - June 1 & August 15 - October 15 The seeding date restrictions may be modified and dormant seeding will be allowed subject to the approval of the Engineer. Seed shall be sown by means of mechanical or hydro spreading of the seeds at the specified rate of application. The use of hand operated mechanical spreaders may be permitted only on areas which are inaccessible to, or too small for, the other equipment approved herein. An agricultural type seed drill will be required only where mulching is not specified. Gen\Tecs)standard (D 1995 Bonestroo, Rosew, Anderlik & Associates, Inc. 2575-4 All seeded areas shall have the seedbed firmed after seeding and prior to mulching. The soil firming shall be done with a drag, c or other approved soil fuming equipment. Soil firming or seed covering shall be accomplished after seeding, 2575.3.5. A NIAgg Mulch: The rate of application of Type I mulch shall be approximately two (2) tons per acre. The mulch shall be anchored with a disc, clodbuster or other approved equipment. this equipment shall anchor the material by punching it into the soil to a depth of approximately 2 to 3 inches. The anchoring equipment shall be operated in a general direction at right angle to the direction of surface drainage wherever practical. All mulch shall be anchored immediately after placement unless otherwise authorized by the Engineer. Applying other types of mulch material shall be in accordance with Mn/DOT Specification 2575.3F. Interim seeding shall be required on grading areas where the permanent seeding cannot be performed because of contract requirements for temporary construction (by passes, etc.) or because topsoil placement and permanent seeding are to be accomplished under a future contract. Topsoil covering will not be required for interim seeding if the subsoil is reasonably suitable for plant growth, as determined by the Engineer. 2575.3.6. T m orga Mulch g: When directed by the f —p in , Engineer, mulch material conforming to Type 1 or 4 may be placed during times when seeding is not permitted. The area shall be shaped and the soil loosened to anchor the mulch as directed by the Engineer. 2575.3.7. Placing Sod: All sod shall be placed within 24 hours after being cut. During this period, it shall be protected against drying out by being covered as may be necessary. The sod strips shall be carefully placed by hand, beginning at the bottom. of the slope and progressing upward. The length of the strips on slopes shall be laid with staggered joints and the edges of all strips shall be tightly pressed against the edges of adjoining strips. Sod laid adjacent to in place improvement and existing turf shall be neatly abutted and shall be such that drainage will be conducted over the surface with no overlapping allowed. Elsewhere, the outside edges of the sodded areas shall be rolled in or banked flush with soil, thoroughly compacted to form a flush surface as directed by the Engineer. Overlapping of sod strips, shingle style will be required in waterways where directed by the Engineer, in which case the sod strip shall be laid at the right angles to the flow of water. Although pegging of sod is not specifically required it is understood that the Contractor will be responsible for the successful establishment of the sod including repair or replacement of sod which becomes displaced or damaged due to the lack of protection or proper care. After the sod has been placed, the sod shall be watered and'compressed into the underlying soil by rolling or tamping. In dry periods, the Engineer may require the watering of areas to be sodded prior to the sod placement. GeMspecsWandard Q 199513onestroo, Rosene, Anderlik & Associates, Inc. 2575-5 2575.3.8. Placing Erosion Mats: Erosion mats shall be installed in accordance with M-n/DOT Specification 2575.3.K. 2575.3.9. Maintenance: All sod placed under the contract shall be watered and maintained by the Contractor until acceptance by the Engineer. Upon being placed, the sod shall be maintained for at least 30 growing days before final inspection and acceptance will be made. A "growing day" shall be defined as any calendar day exclusive of those days from June 10 to August 10 and those days from November I to May 5, subject to such adjustment of those dates as are authorized and made, depending on prevailing conditions. During the maintenance period, all sod which is presumed dead, damaged, or has become infected with weeds shall be replaced with new sod as directed by the Engineer. Areas replaced with new sod shall be maintained by the Contractor for at least 20 growing days after placement. When so directed by the Engineer, the Contractor shall reseed any areas on which the original seed has failed to grow. If mulching is required on the project, the reseeded area shall also be remulched. The Contractor shall maintain the wood fiber blanket installation for 30 days, The Contractor shall thoroughly water the blankets immediately after placement, with additional watering performed as necessary. The Contractor shall be responsible for controlling erosion and establishing a permanent vegetative cover. In the event of seeding failure or erosion during the maintenance period, the Contractor shall restore such areas at no additional cost. Until final acceptance of the work, all maintenance, replacement and repair work shall be performed at the expense of the Contractor, except that the additional seed and mulch material used for reseeding and remulching will be measured and paid for at the contract unit prices provided the original work was performed satisfactorily in accordance with requirements. 2575.3.10. Accgptance of Work: Seeding will generally se accepted by increment area upon satisfactory completion of the seeding and mulching and anchoring if specified. Acceptance of seeding will relieve the Contractor of responsibility for maintenance except for reseeding and remulching as directed by the Engineer. Upon satisfactory placement of the original sod, payment for sod placed will be authorized at the contract unit price subject to retainage provisions of the Conditions of the Contract. Upon expiration of the sod maintenance period, the Contractor shall immediately replace all presumed dead and damaged sod, or sod which has become infected with weeds. Areas replaced with new sod shall have the maintenance period extended by 20 days after replacement. Final payment shall not be made until after the maintenance period or extended period and acceptance by the Engineer. Erosion mats will be accepted at the time of accepting the seeding and mulching over which the mats are placed. Any repairs ordered by the Engineer after acceptance of the erosion mats will be compensated for at the contract prices. GenNspecs\standard a 1995 Bonestroo, Rosene, Anderlik & Associates, Inc. 2575-6 2575.4. 1. Seeding: Seeding will be measured by original area seeded. Areas requiring reseeding where the original seed has failed to grow will not be added to the original measured area. 2575.4.2. Seed: All seed furnished and applied for both the original seeding and reseeding shall be measured by the weight of each mixture used. 2575.4.3. Mulch: Mulch materials will be measured separately by weight of each type furnished and acceptably applied mulch material used in rernulching will be measured by weight and added to the mulch quantities originally used. 2575.4.4. Disc Anchoring: Disc anchoring of Type I mulch will be measured by the area in acres of mulch disced acceptably. 2575.4.5. Fertilizer: Commercial fertilizer will be measured by weight for each kind furnished and applied. 2575.4.6. Sodding: Sodding will be measured by the area sodded and accepted based on actual measurements taken along the surface of the sod. No additional payment will be made for arcs resodded. Where sod is placed shingle style in waterways, the product of the sod strip length and the number of strips placed will be used as the measurement. 2475.4.7. Erosion Mats: Erosion mats of each kind will be measured separately by the area covered. 2575.5. BASIS OF PAYMENT: Payment for Turf Establishment items at the contract prices per unit of measure shall be compensation in full for all topsoil, materials, preparation, installation and maintenance on the basis of the following schedule: Item No. Item 2575.501 Seeding 2575.502 Seed, Mixture 2575.505 Sodding Type 2575.511 Mulch Material, Type 2575.519 Disc Anchoring 2575.521 Polypropylene Plastic Netting 2575.523 Wood Fiber Blanket 2575.531 Commercial Fertilizer End of Section Unit Acre Pound Square Yard Ton Acre Square Yard Square Yard Ton GeA\specsVtmdard ©1995 Bonestroo, Rosew, Anderlik & Associates, Inc. 2575-7 ACKNOWLEDGMENT OF PRINCIPAL (INDIVIDUAL) ,TE OF ) LINTY OF ) this clay of 19 , before me personally appeared , to me known to be that Person decribed in and who cuted the -foregoing bond and acknowledges to me that cuted the same. Notary Public ACKNOWLEDGMENT OF PRINCIPAL (PARTNLRSMP) ,T£ OF _ ) LINTY OF this day of 29 , before me per,onaS2y appespod , to me known to be the Personts) described in who executed the foregoing bond and acknowledges to me that cuted the same. -- Notary Public ACKNOWLEDGMENT OF PRINCIPAL (CORPORATION) ,TE OF ) LINTY OF } this day of 19 , before me personally appeared to me known, who, being by me duly sworn, did say that s the of the ►rporation, that the seal affixed to the foregoing bond is the corporate seal of the corporation, and said bond was executed in behalf of the corporation by authority of its Board of Directors. Notary Public ACKNOWLEDGEMENT OF CORPORATE SURETY (Power of Attomev mast be attached.) .TE OF STEVEN A. SONDRALL MICHAEL R. LAFLEUR MARTIN P. MALECHA WILLIAM C. STRAIT* *APPROVED ADR NEUTRAL June 18, 1997 CORRICK & SONDRALL, P.A. ATTORNEYS AT LAW Edinburgh Executive Office Plaza 8525 Edinbrook Crossing Suite #203 Brooklyn Park, Minnesota 55443 TELEPHONE (612) 425-5671 FAX (612) 425-5867 Valerie Leone City Clerk City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 RE: Sidewalk Improvement Project Boone Avenue and Winnetka Avenue Our File No. 99.11191 li- LEGAL ASSISTANT SHARON D. DERBY Enclosed are the Certificates of Insurance and Contracts for the above-referenced improvement, all of which have been reviewed and are in order from a legal standpoint. Note that only one copy of the Contract is signed, though there are two additional copies of the bonds. Have Peter and than sign the one complete copy of the Contract. Then make four copies of the signature/bond pages (Contract pages 51 through the end, including the Power of Attorney and acknowledgment). Finally, send out a set of the copied signature/bond pages with each copy of the rest of the contract, to the usual recipients. My intent here is for the City to keep the one fully signed copy of the Contract, and everyone else to get the contract book plus a copy of the signature/bond pages. Let me know if you have any questions. Very truly yours, Martin P. Malecha Assistant City Attorney maw Enclosures cc: Mark Hanson Steven A. Sondrall ABA DOCUMENT 0705 This certificate is issued as a matter of information only and confers no rights upon the addressee. It does not amend, extend or alter the coverage afforded by the policies listed below. Name and Address of insured B ins Curb & Concret e Wa ki MN 55389 Covering (Project Name and Location) Sidewalk Improvement Project New Hope MN Addressee: r (OW"r) City of New Hope 4401 Xylon Ave N New Hope MN 55428 This is to certify that the- following described policies,, subject to their terms, conditions and exclusions, have been issued to the above named insured a nd are in force at this time. TYPE OF INSURANCE o CO. CODE POLICY NUMBER EXPIRATION DATE LIMITS OF LIABILITY IN THOUSANDS C 1. (a) Workers' Compensation E Statutory OCCURREN EA H CE A GGREGATE ;,;_;;:;:; •,.: (b) Employer's Liabili B 60 - 00019 3/31 / $ ..:: Each Accident 2. Comprehensive General Liability including: t§ Premises - Operations A. 91178906 4/15/9 Bodily Injury $ $ ® independent Contractors Property Damage $ $ M Products and Completed Operations Broad Form Property Damage Bodily i u ry 000 00 $ . r 2 ,000,000 $ 2 , � Contractual Liability and Property �I Explosion and Collapse Damage Combined Hazard ® Underground Hazard *Applies to Products and Completed $ ® Personal Injury with Employment Exclusion Operations Hazard (Personal Deleted injury) 3. Comprehensive Automobile jury $ Liability rson) ' FsT s M Owned A 91178906 4 ' Bun $ ® Hired cident) M Non -Owned Dam $ Bodily Injury $ 1 000 00 ' and Property ' i. Excess Liability Combined . Umbrella Form A 91178906 4/14/9 Lage ly injury $ 2;000, 00 Property $ , , [D Other than Umbrella age Combined i. Other (Specify) Products and Completed Operations coverage will be maintained for a minimum period of M 1 Q 2 year(s) after final payment. Has each of the above listed policies been endorsed to reflect the company's obligation to notify the addressee in the event of cancellation or non - renewal? ) ff Yes ® No ARTIFICATION hereby certify that I am an authorized representative of each of the insurance companies listed above, and that the cover - ges afforded under the policies listed above will not be cancelled or allowed to expire unless thirty (30) days written notice as been given to the addressee of this certificate. Moe Agency, Inc. ame of issuing Agency Signature of thorized Representative P.O. Box 459, St Cloud MN 56302 6/06/97 ddress Date of issue IA DOCUMENT GAIS • CERTIFICATE OF INSURANCE • NOVEMBER 1978 EDITION • AIA O • 01976 INS dE AMERICAN TITUTE OF ARCHITECTS, Ins NEW YORK AVENUE, N.W., WASHINGTON, D.C. 20006 G705 -7978 COMPANIES AFFORDING COVERAGE A GRE Insurance Group B Michigan Physicians C D E F August 13, 1997 4401 Xylon Avenue North H,cpe, ; 'A.,gnesota 55428 -4898 West Star Curb Box 201 Watkins, MN 55389 Cty Hail: 612 -531 -5100 Police: 612.531 -5170 Public Vorks: 612- 533 -4823 TDD: 612 -531 -5109 SUBJECT: 1997 SIDEWALK IMPROVEMENT PROJECT City Hall Fax: 612.531 5 1 1 3 6 Police Fax: 612 -531 5 ; ,4 Pubk`c Wcrks Fax: 612- 533 - 650 Fire Dept. Fax: 612. 531 -5175 Enclosed please find two fully executed copies of the Addendum to the fore - referenced contract. The addendum deletes Part E and adjusts the contract price accordingly. Please forward one copy of the addendum to your bonding company. Sincerely, r � Valerie Leone, CMC City Clerk enc. cc: City Engineer's Office - Attn Thomas W. Peterson City Attorney Director of Public Works j - Family Styled City � � , � _ �' For Family Living STEVEN A. SONDRALL MICHAEL R, LAFLEUR MARTIN P. MALECHA WILLIAM C. STRAIT* *APPROVED ADR NEUTRAL CORRICK & SONDRALL, P.A. ATTORNEYS AT LAW Edinburgh Executive Office Plaza 8525 Edinbrook Crossing Suite #203 Brooklyn Park, Minnesota 55443 TELEPHONE (612) 425-5671 FAX (612) 425-5867 DE"IMMIZ Valerie Leone City of New Hope -4401 Xylon Avenue North New Hope, MN 55428 RE: Sidewalk Improvement Project Our File No. 99.11191 LEGAL ASSISTANT SHARON D. DERBY Enclosed you will find five signed and notarized copies of the Addendum to the original Contract. The Addendum deletes Part E and also adjusts the contract price. Please get Peter and Dan to sign all copies ♦ the Addendum, notarize their signatures, and mail a copy of the Addendum to all parties who received a copy of the original contract. Martin P. Malecha Assistant City Attorney cc: Daniel J. Donahue Mark Hanson Steven A. Sondrall COIUUCK & SONDRALL, P.A. STEVEN A. SC)NDRALL ATTORNEYS AT LAW LEGAL ASSISTANT MICHAEL R LAFLEUR Edinburgh Executive Office Plaza SHARON D. DERBY MARTIN P. MALECHA 8525 Edinbrook Crossing WILLIAM C. STRAIT* Suite #203 Brooklyn Park, Minnesota 55443 *APPROVED ADR NEUTRAL TELEPHONE (612) 425-5671 FAX (612) 425-5867 July 3, 1997 Craig Stelton West Star Curb & Concrete, Inc. Box 201 Watkins, MN 55389 RE: Sidewalk Improvement Project Boone Avenue and Winnetka Avenue City of New Hope Our File No, 99.11191 Dear Mr. Stelton: As you know, the Contract for the above- referenced project needs amending to exclude Part E of the bid. The enclosed Amendment to Form of Agreement takes care of that. Please sign, along with Eldean Pearson, all five copies of the Amendment in the presence of a notary public, and return all copies to me. I will forward them to the City for signature by the City Manager and Mayor. A copy of the fully signed amendment will then be sent to all recipients of the original contract. Thank you for your attention to this. Please contact me if you have any questions. Sincerely, "IGNED Martin P. Malecha Assistant City Attorney m3w Enclosures cc: Kirk McDonald, Management Assistant Valerie Leone, City Clerk THIS W" Tom Schuster, Contract Manager Mark Hanson, City Engineer Steven A. Sondrall, City Attorney ADDENDUM TO FORM OF AGREEMENT SIDEWALK IMPROVEMENT CONTRACT BOONE AVENUE AND WINNETKA AVENUE This Addendum is made and signed this _31 day of July, 1997 by and between the City of New Hope (hereinafter called the "City "), and West Star Curb & Concrete, Inc. (hereinafter called the "Contractor "), and amends that certain Form of Agreement dated May 27, 1997 for Sidewalk Improvement Project Boone Avenue and Winnetka Avenue New Hope, Minnesota, (hereinafter called the "Agreement "). For good and valuable consideration, the City and Contractor agree as follows: 1. In the event of a conflict between the terms of this Addendum and the terms of the Agreement, the terms of this Addendum shall control. 2. The work known as Part E - 8901 Bass.Lake Road (240 LF) shall be deleted from the Agreement, and shall not be performed by the Contractor. 3. The Contract Sum shall be reduced by the amount of $5,360.00, so as a result of this Addendum the Contract Sum shall be $243,422.60 or Two hundred forty -three thousand four hundred twenty -two and 60 /100ths Dollars. 4. The terms of this Addendum shall constitute a Change Order and shall be the entire adjustment between the City and the Contractor. West Star Curb & Concrete, Inc. Contractor By ai, Its` By i`LS City of New Hope By Its Mayor By' V Xf v Its Ma'adber State of Minnesota ) ) S5. County Of 8{ \ On t his day of_July, 19%7, before ma personally appeared known wno by me ou/>\ y each did say that they are respectively the @nd of West Star Curb & Concrete, Inc,, that the Seal affixed 10 the foregoing instrument is the corporate Seal of Said corporation, and that said instrument was executed on behalf of (4he corporation by h Directors and said and edged the instrument to be the free act and MITARY 02M. 31 2000 j State of Minnesota County of Hennepin 8S. ' 94 , On thie day qf 1897, before me personally appeared W. Peter Erick and Daniel J. Donahue, to me personally known, being by me duly sworn, each did say that they are respectively the mayor and manager Of the City of New Hope, that the seal affixed to the foregoing instrument is the seal of said City of New Hope/ and that said instrument was executed on behalf of the City of New Hope by the authority of its City Council, and said mayor and manager acknowledged the instrument to be the free act and deed of said City of New Hope. (NV MINNESOTA 31on Expires 31, 2OW otury Public COUNCIL This easement is associated with the 1997 Sidewalk Project. In order to complete a section of sidewalk located adjacent to 3665 Boone Avenue North, the contractor must gain access to the property at 3665 Boone Avenue North. The easement permits the contractor to remove a retaining wall, adjust the elevation of the sidewalk, and seed the area after it has been graded. This approach is the best means of reconstructing the sidewalk while leaving a large silver maple tree in place. The property owner has been cooperative with the City and the contractor and has signed the easement. Staff requests approval of the resolution. MOT BY SECOND BY T O: �pil' fib vlt 7 Review: Administration: Finance: w CITY OF NEW HOPE RESOLUTION NO. 97-198 RESOLUTION ACCEPTING ENTRY AGREEMENT AND TEMPORARY CONSTRUCTION EASEMENT AT 3665 BOONE AVENUE NORTH FOR CITY IMPROVEMENT PROJECT NO. 579 WHEREAS, the City of New Hope has authorized construction of a 1997 Sidewalk Project 579; and, WHEREAS, the Project involves sidewalk improvements adjacent to a property known as 3665 Boone Avenue North; and, WHEREAS, the owner of 3665 Boone Avenue North will grant the City of New Hope a temporary construction easement, a copy of which is attached hereto as Exhibit A, and is incorporated herein by reference; and, WHEREAS, the easement contains certain duties and obligations on the part of the City; and WHEREAS, it would be in the best interests of the City and its people to accept the easement. NOW, THEREFORE, BE IT RESOLVED, by the City Council of the City of New Hope, Hennepin County, Minnesota, as follows: 1. That the above recitals are incorporated by reference. 2. That the easement attached hereto as Exhibit A is hereby accepted. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 8 th day of December, 1997. Mayor 'Z — Attest: l el- City Clerk - G:Reso1utn\528Accep ) I WIN I . , [ mm DI I Min mi 3665 Boone Avenue The undersigned, owner(s) of the property legally described as: Lot 3, Block 5, Northwood Terrace I" Addition, Hennepin County, Minnesota, do hereby consent to the entry by the City of New Hope, its designated agents and assigns, and by the general contractor employed by the City, its subcontractors and agents, onto that portion of the property described above and designated on the attached Construction Easement Sketch of Easement Description, for the purpose of construction of a public improvement in the form of a sidewalk. The undersigned owners hereby agree to permit the entry and use of the above - described property by the City of New Hope and its designated agents for the purpose set forth herein. As part of this Agreement, the City will have the existing retaining wall permanently removed as shown on the Construction Easement Sketch of Easement Description. The City of New Hope, its agents and assigns, and the general contractor agree that at the conclusion of construction of the sidewalk, the above - described property will be restored to a condition equivalent to or better than its condition as of the date of this agreement, except that the City will not be responsible for replacing or restoring the retaining wall and any other such items addressed in the preceding paragraph. This Temporary Construction Agreement shall remain in effect until December 31, 1997, and at such time it will automatically terminate and be null and void without notice or without further action by any party hereto. In consideration for this, the City of New Hope agrees to construct said sidewalk without specially assessing the undersigned property owners. Dated this day of , 1997. Property Owners: • I z M I FM go U-90 1 • 1' • • "• ' • is 341342001r -o -e.doc • f �: F �. • 4 CT O ?� Q ' /7 ° �+r• i d 36 r O� 97 6 '} =6.49 j c': CP �Q cr. •� `' ? Ar � B9 p h h1 d A�V:a�� �? S ®r An Ok ;° o% 1 ti W 'h �. W 90 ¢ p 0 ti e' 6 `,,. q• (. `: i .9 e p 0 • is R §� , 25- /20 800 3 N /rte � � � 0 q, R =6a.b f• 6 ��, � u 1 ,� 19 p $3 0 y ol W i I 0 s Aj JM 0 v A 14 �' �p 4 ff - l ' Bonestroo Rosene Anderlik & Associates Engineers & Architects Client: Page: Project: Proj. No: Calculations For: Prepared By: Date: Reviewed By: Date: be5Cr;p�c,a� E yv� / )Fa �tl , , , a i Rewwe- %fis,- -K _ ;h5 411 ,N 1 order L e-k — , - , . A "FrPiG ivt. hivg. ele /a f:o,% aL4d � f de ✓ 34 t o' , 7'ki`S q re-4t A br, .5j cde we, l k /ocrG� ,-X-An Y4 #101 dt w % Gd .be seedeal. 4401 Xylon Avenue North City Hall: 612- 531 -5100 City Hall Fax: 612 - 531 -5136 New Hope, Minnesota 55428 -4898 Police: 612 - 531 -5170 Police Fax: 612 -531 -5174 Public Works: 612 -533 -4823 Public Works Fax: 612. 533 -7650 TDD: 612 -531 -5109 Fire Dept. Fax: 612 -531 -5175 December 10, 1997 Mr. Mike Settimi 3665 Boone Avenue North New Hope, MN 55427 Dear Mr. Settimi: Enclosed is a fully executed "Entry Agreement and Certificate of Temporary Construction Easement ". This document was accepted by the City Council at its meeting of December 8, 1997. As you know, the easement provides the City access onto your property in order to complete sidewalk improvements as described on the attachment. Thank you for your cooperation in this matter. Please contact our Public Works Driector, Jeannine Clancy, at 533 -4823 ext. 16, if you have any questions. Sincerely, ku Valerie Leone, CMC City Clerk enc. cc: Jeannine Clancy Tom Schuster Glen Gustafson Family Styled City rvi For Family Living �tiJ WSITATM Originating Department Public Works BY: Jeannine Clancy I t4 D101 ! . ! M Approved for Agenda 9 -14 -98 Agenda Section Consent Item No. 6.12 MOTION APPROVING FINAL PAY REQUEST TO WEST STAR CURB AND CONCRETE IN THE AMOUNT $13,989.15 FOR THE 1997 SIDEWALK IMPROVEMENT PROGRAM (PROJECT 579) West Star Curb and Concrete has requested final payment for work related to the 1997 Sidewalk Improvement Project. The final pay request is in the amount of $13,989.15. The total value of the completed construction was $279,782.95. This amount is $31,000.35 (12.4 %) over the original contract amount. The increased cost is due to an expanded scope of work. During the course of the project, staff and residents identified additional panels that needed to be removed and replaced. The City Engineer's office reports that all work has been satisfactorily completed and recommends that final payment be made to West Star Curb and Concrete in the amount of $13,989.15 Staff recommends approval of the motion. Qla SECOND BY TO: �. Review: Administration: Finance: +� August 13, 1998 Mr. Tom Schuster City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 -4898 Re: 1997 Sidewalk Improvement Program City Project No. 579 Our File No. 34200 Dear Tom: The contract for the 1997 Sidewalk Improvement Program is complete. All final punch list and repair work was completed this spring. Please refer to the final pay request for the final pay amounts. Attached along with the request are the IC -134 forms. It is recommended that West Star Curb and Concrete be paid in full for the work completed. This includes the release of the project retainage. The final contract amount is 12.4 % over the bid amount ($31,000.35). The overage is due to additional sidewalk panels being removed and reconstructed (approximately 2400 square feet). The additional sidewalk replacement was the result of further investigation and staff /resident input. If you have any questions please call me at 604 -4790. Sincerely, Vince Vander Top, PE 2335 West Highway 36 a St. Paul, MN 55113 m 00 * Fax: 612-636-1311 Check the box that dosed/b" your In voivwnwt In the proJoct and fill in all Information requested in that category: Q .aN ❑ 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 -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.) 1 declare that a 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. Certificate of Cornpi"ce 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. :1;)L 4 i 7snn For certification, mail to: Minnesota Department of Revenue, Business Trust Tax Section Mail Station 6610, St. Paul, MN 55146 -6610 IC- 13144 MOOS&" print cisadyy. This *0 be your motting label far mfurning the wmpWad kwm. i. IC�ny name _ 1 Do""* ph C ' SUNRAM CONSTRUCTION, INC. i61 2J 420 -2140 ,t>L a ' Address a ' Total oonkact arnoVnl 20010 75TH AVEN NORTH ( $ 5,520.00 i' City Stab ZIP Code Amount All us L,, CORCORAN, MN 55340 ( .00 1997 Protect mrmbsr Protect location I MPROVEMENTS, BOONE AVENUE & WINNETKA AVENUE, NEW HOPE f ¢ Proled owner Address Clty Swte Zip cods Y OF NEW HOPE NEW HOPE, MINNESOTA J Old you have employees work on thts proiscN . yes No M nor, who 01141 Ow works Check the box that describes your Involvement In the project and All In all informatton wgrbsMd. ❑ Subcontractor K # Name of controctor who hired you T M _STAR CURB & CONCRETE, 271 CENTRAL AVENUE, PO BOX 201, WATKINS, 553 ress q ❑ Prime contractor —IF you subcontracted out any work on this project, all of your subcontractors must file their r won IC -134 affidavits and have them certified by the Department of Revenue before you can file your affidavit. For each i subcontractor you had, fill in the information below and attach a copy of each subcontractor's certified 10 134. If you need more space, attach a separate sheet. Bgeln®es_nome Address /ma y y y Ey I doctors that all Information t have filled in on this form is true and complete to the best of m knowledge and belief. 1 tsvthsx►z® tM DepatNnn► e of Revenue to disclose pertinent information relating to this prolect, including sending copies af form, to the prime contractor if t at" a subcorttroetm, and to any subcontractors if I am a prime controctor, and to the contracting agency. Contractor's sigrty�tare ' -- -'— `fi Mail to: MN Dept. of Revenue, Withholding Division, Mail Station 6610, St. Paul, MN 551A6-6610 Comfit of C®mpliamo Based on records of the Minnesota Department of Revenue, I certify that the contractor who has signed this certificate has fulfilled oil the requirements of Minnesota Statutes 290.92 and 240.97 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. oapatint.nt of R.wnus approval � 1 19 o . MGtnaelo *04*ld4 to R! nurnba 1870470 sets No. soml s A REQUEST FOR PAYMENT SIDEWALK IMPROVEMENT PROGRAM BOONE AVENUE AND WIl4NETKA AVENUE File No. 34200 SUMMARY Ci of New Ho e, 4401 X lon Avenue North, New Ho e, MN 55428 Date: Au st 11, 1998 Original Contract Amount t 1 For Period: December 1, 1997 to Au st 11, 1998 Re uest No: 4 & Final Contractor: West Star Curb and Concrete, P.O. Box 201, Watkins, MN 55389 Revised Contract Amount 5 Value Completed to Date 6 Material on Hand 7 Amount Earned 8 Less Retainage 0% 9 Subtotal REQUEST FOR PAYMENT SIDEWALK IMPROVEMENT PROGRAM BOONE AVENUE AND WIl4NETKA AVENUE File No. 34200 SUMMARY Ci of New Ho e, 4401 X lon Avenue North, New Ho e, MN 55428 Date: Au st 11, 1998 Original Contract Amount t Owner: For Period: December 1, 1997 to Au st 11, 1998 Re uest No: 4 & Final Contractor: West Star Curb and Concrete, P.O. Box 201, Watkins, MN 55389 REQUEST FOR PAYMENT SIDEWALK IMPROVEMENT PROGRAM BOONE AVENUE AND WIl4NETKA AVENUE File No. 34200 SUMMARY 1 Original Contract Amount 2 Change Order - Addition 3 Change Order - Deduction 4 Revised Contract Amount 5 Value Completed to Date 6 Material on Hand 7 Amount Earned 8 Less Retainage 0% 9 Subtotal 10 Less Amount Paid Previously 11 AMOUNT DUE THIS REQUEST FOR PAYMENT NO. 4 & Final Approved by Contractor: West Star Curb and Concrete Specified Contract Completion Date: Approved by Owner: City of New hope $ 248,782.60 $ 248,782.60 $ 279,782.95 $ 0.00 $ 279,782.95 $ 0.00 $ 279,782.95 $ 265,793.80 $ 13,989.15 1:134\34200 \R E Q U E ST3. W B 2 Date: f No. Item 2104.501 2104.503 2104.505 2105.525 2211.503 2331.521 2521.501 2521.501 0521.604 2531.501 2531.501 2531.501 0531.602 0531.604 0563.601 2575.505 2104.501 2104.503 2105.501 2105.525 0105.604 2521.501 0521.604 2531.501 0531.602 0563.601 2575.505 2105.501 2105.525 0105.604 2521.501 0563.601 Unit Contract Quantity Remove curb and gutter LF Remove concrete walk SF Remove bituminous street surface SY Topsoil borrow (LV) CY Aggregate base, Class 5 CY Irregular width paving SY 4" concrete walk SF 6" concrete walk SF Sawing concrete walk LF Concrete curb and gutter, B624 LF Concrete curb and gutter, B612 LF Concrete curb and gutter, D412 LF Pedestrian curb ramp SF T' concrete valley gutter SY Traffic control LS Sodding, type lawn SY Total Part A - Removal and Replacement of Ex. Walks Part B - 3510 Winnetka Avenue (430 LF) Remove curb and gutter Remove concrete walk Common excavation Topsoil borrow (LV) Granular (sand) base 4" concrete walk Sawing concrete walk Concrete curb and gutter, Design B624 Pedestrian curb ramp Traffic control Sodding, type lawn Total Part B - 3510 Winnetka Avenue 1,230 40,323 90 185 125 231 35,973 800 4,170 1,205 25 40 4,750 50 1 2,530 Unit Quantity Amount Price to Date to Date 5.00 0.50 9.00 10.00 10.00 30.00 2.20 3.00 2.00 11.00 10.00 10.00 3.00 30.00 1,500.00 4.00 1,085.5 5,427.50 52,238.50 26,119.25 549 4,941.00 252 2,520.00 120 1,200.00 448 13,440.00 45,372.00 99,818.40 2,614.00 7,842.00 5,500 11,000.00 1,248.5 13,733.50 0 LF 40 400.00 4,342.50 13,027.50 23 690.00 1 1,500.00 2,400 9,600.00 $211,259.15 LF 20 5.00 SF 40 0.50 CY 100 10.00 CY 10 10.00 TN 90 10.00 SF 3,000 2.20 LF 25 2.00 LF 20 11.00 SF 120 3.00 LS 1 300.00 SY 90 4.00 Part C - 4000 Winnetka Avenue, Dura- Process Co. (207 L.F.) Common excavation CY 50 Topsoil borrow (LV) CY 15 Granular (sand) base TN 45 4" concrete walk SF 1,450 Traffic control LS 1 24 120.00 91 910.00 15 150.00 75 750.00 2,787 6,131.40 24 264.00 70 210.00 1 300.00 90 360.00 1:\34\34200 \REQUEST3.W B2 $9,195.40 10.00 47 470.00 10.00 20 200.00 10.00 40 400.00 2.25 1,450 3,262.50 300.00 1 300.00 1:\34\34200 \REQUEST3.W B2 2575.505 Sodding, type lawn SY 50 4.00 50 200.00 Total Part C - 4000 Winnetka Avenue $4,832.50 Part D - 4148 Winnetka Avenue 2104.501 Remove curb and gutter LF 60 5.00 74 370.00 2105.501 Common excavation CY 250 10.00 205 2,050.00 2105.525 Topsoil borrow (LV) CY 25 10.00 30 300.00 0105.604 Granular (sand) base TN 185 10.00 155 1,550.00 2521.501 4" concrete walk SF 6,440 2.20 6,049 13,307.80 0521.604 Sawing concrete walk LF 10 2.00 2531.501 Concrete curb and gutter, Design B624 LF 60 11.00 74 814.00 0531.602 Pedestrian curb ramp SF 240 3.00 243 729.00 0563.601 Traffic control LS 1 300.00 1 300.00 2575.505 Sodding, type lawn SY 250 4.00 250 1,000.00 Total Part D - 4148 Winnetka Avenue $20,420.80 Part E - 8901 Bass Lake Road (240 LF) 2105.501 Common excavation CY 35 10.00 2105.525 Topsoil borrow (LV) CY 10 10.00 0105.604 Granular (sand) base TN 40 10.00 2211.503 Aggregate base, Class 5 CY 5 10.00 2331.521 Irregular width paving SY 40 30.00 2521.501 4" concrete walk SF 1,200 2.20 0563.601 Traffic control LS 1 300.00 2575.505. Sodding, type lawn SY 80 4.00 Total Part E - 8901 Bass Lake Road $0.00 Part F - East Side of Winnetka; City of Crystal (1,225 LF) 2104.501 Remove concrete walk SF 50 0.50 55 27.50 SP -1 Brace and protect iron fence LS 1 200.00 1 200.00 2105.501 Common excavation CY 450 10.00 340 3,400.00 2105.525 Topsoil borrow (LV) CY 60 10.00 80 800.00 0105.604 Granular (sand) base TN 250 10.00 205 2,050.00 2211.503 Aggregate base, Class 5 CY 10 10.00 10 100.00 0411.603 Retaining wall - modular block SF 650 15.00 460 6,900.00 2521.501 4" concrete walk SF 8,400 2.20 8,308 18,277.60 0521.604 Sawing concrete walk LF 10 2.00 10 20.00 0563.601 Traffic control LS 1 300.00 1 300.00 2575.505 Sodding, type lawn SY 500 4.00 500 2,000.00 Total Part F - East Side of Winnetka; City of Crystal $34,075.10 1:\34\34200 \REQUEST3.W B2 Total Part A - Removal and Replacement of Ex. Walks Total Part B - 3510 Winnetka Avenue Total Part C - 4000 Winnetka Avenue, Dura - Process Co. Total Part D - 4148 Winnetka Avenue; School District Total Part E - 8901 Bass Lake Road Total Part F - East Side of Winnetka; City of Crystal Total Work Completed to Date $211,259.15 9,195.40 4,832.50 20,420.80 0.00 34,075.10 $279,782.95 1:134\34200 \R E Q U E ST3. W B2 PROJECT PAYMENT STATUS Owner City of New Hope Project No. 34200 File No. 34200 Contractor West Star Curb and Concrete No. Date Description Amount 1 2 3 Total Change Orders PAYMENT SUMMARY No. Perind Pavment Retainave Cmmnleted 1 Start 08/08/97 87,099.75 4,584.20 91,683.95 2 08/08197 09/17/97 73,260.25 8,440.00 168,800.00 3 09117/97 12/01/97 105,433.80 13,989.15 279,782.95 4 12/01/97 08/11/98 13,989.15 279,782.95 5 6 7 8 9 10 Material on Hand Total Payment to Date $279,782.95 Original Contract $248,782.60 Retaina e, Payment No. 4 & Change Orders Total Amount Earned $279,782.95 Revised Contract $248,782.60 1:\34 \R E Q U E ST3. W 82