Loading...
IP #706COUNCIL REQUEST FOR ACTION 2�� H 0 Originating Department Approved for Agenda Agenda Section Public Works September 10, 2001 Conse Item No. By: Guy Johnson By: 6.4 RESOLUTION AWARDING CONTRACf FOR THE CONSTRUCTION OF IMPROVEMENT PROJECT NO.706 (2001 BACKYARD DRAINAGE AND UTILITY IMPROVEMENTS) REQUESTED ACTION Staff requests approval of a resolution awarding the contract to the low and responsible bidder, Dave Perkins Contracting, Inc., in the amount of $41,645.00. BACKGROUND Bids were received for five backyard drainage projects and two utility repairs. The proposed backyard drainage projects were: Mr. Heroux of 9117 Northwood Parkway requested assistance in 1997. Mr. Krantz of 3051 Louisiana Avenue requested assistance in 1997. Mr. Miller of 2756 Ensign Avenue requested assistance in 1997. Ms. Koehler- Harris of 8115 Bass Lake Road requested assistance in 2001. Mrs. Ericson of 8937 47Y2 Avenue requested assistance in 2001. The two utility repairs proposed were the storm water system at the intersection of Ensign Avenue and Hopewood and the repair of a sanitary sewer service across Boone Avenue at 48' Avenue. Both of these repairs are extensive and will temporarily impact traffic flows in the area. FUNDING There were 4 bids received for this project. All of the bids significantly exceeded the Engineer's estimate of $100,500.00. After reviewing the bids, it was obvious to staff that not all parts of this project could be accomplished with the budgeted funds. Therefore, based on the severity of the drainage problem and the date of the original request, staff recommends that the City proceed with only two backyard drainage projects and one utility repair. The bids for the recommended portion of the work and the total bids are as follows: MOTION BY �1� s SECOND BY g TO: Q 1 1: RFAIPubworks \706Award13 ackyardDrainage Request For Action September 10, 2001 Page 2 Contractor Bid for Recommended Work Total Bid Amount Dave Perkins Contracting, Inc. $41,645.00 $140,645.00 Penn Contracting, Inc. $49,044.00 $147,476.00 F. F. Jedlicki, Inc. $73,924.00 $209,868.00 G.L. Contracting, Inc. $68,410.85 $214,296.35 The two backyard drainage projects recommended are: Mr. Heroux of 9117 Northwood Parkway requested assistance in 1997. Mr. Krantz of 3051 Louisiana Avenue requested assistance in 1997. The utility project recommended is the repair of the sanitary sewer service across Boone Avenue at 48 Avenue. Funds for the proposed Backyard Drainage Improvements have been approved in the 2001 Capital Improvement Program. Funds are available for the utility repair in the Utility's Operating Budget. At this time, it is recommended that Public Works crews patch the storm sewer and street at Hopewood and Ensign Avenues. This will be a temporary but long term repair. By making these patches now, it allows us to seek more favorable bids for a permanent repair at a later date. ATTACHMENTS Copies of the engineer's memorandum, the bid sheets, and the resolution are attached. CITY OF NEW HOPE RESOLUTION NO. O RESOLUTION APPROVING CONTRACT BETWEEN THE CITY {}F NEW HOPE AND DAVE PERKINS CONTRACTING, INC. FOR THE 2001 BACKYARD DRAINAGE AND UTILITY IMPROVEMENT (PROJECT 706) AUTHORIZING THE MAYOR AND CITY MANAGER TO SIGN WHEREAS, the city requires the assistance of8 contractor iD completing the 2O01 Backyard Drainage and Utility Repairs cODStnUCUOO project; and, WHEREAS, the City Engineer has prepared plans, specifications, and contract terms for the work; and, VVHE[{EA8 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, 1. That the contract between the []tv Of New Hope and D@V8 Perkins COOtr8CUOg. Inc. in the amount of $41,645.00 is approved. 2. That the Mayor and City Manager are authorized to sign the contract documents. /\dOD[ed by the City COUDCi| of the City Of New Hope, Hennepin County, Minnesota this 1OUl day Of September, 2001. Attest: Shaibn'Cassen, Mayor Pro tem Valerie Leone City Clerk Bonestroo, Rosene, Anderlik and Associates, Inc. is an Affirmative Action /Equal Opportunity Employer and Employee Owned Principals: Otto G. Bonestroo, P.E. • Marvin L. Sorvala, RE. + Glenn R. Cook, RE. Robert G. Schunicht, P.E. + Jerry A. Bourdon, RE. Senior Consultants: Robert W Rosene, P.E. - Joseph C. Anderlik, P.E. • Richard E. Turner, P.E. Susan M. Eberiin, C.P.A. Associate Principals: Howard A. Sanford, RE. • Keith A. Gordon, P.E. + Robert R. Pfefferle, P.E. Richard W. Foster, P.E. + David O. Loskota, P.E. • Robert C. Russek, A.I.A. • Mark A. Hanson, RE. Michael T. Rautmann, RE. + Ted K.Field, RE. + Kenneth P. Anderson, RE. • Mark R. Rolls, RE. - David A. Bonestroo, M.B.A. • Sidney P Williamson, RE., L.S. • Agnes M. Ring, M.B.A. + Allan Rick Schmidt, P.E. September 4, 2001 Honorable Mayor and City Council City of New Hope 4401. Xylon Avenue North New Hope, MN 55428 -4898 Offices: St. Paul, St. Cloud, Rochester and Willmar, MN + Milwaukee, WI Website: www.bonestroo.com Re: 2001 Backyard Drainage Improvements and Utility Repairs City Project No. 706 Bonestroo File No. 34 -01 -132 Recommendation of Contract Award Bids were opened for the project stated above on Tuesday, September 4, 2001 at 11:00 A.M. Transmitted herewith are ten (10) copies of the bid tabulation for your information and file. Copies will also be distributed to each bidder. There were a total of four (4) bids. The following summarizes the results of the bids received: Contractor Bid Amount Engineer's Estimate $100,500.00 Low Dave Perkins Contracting, Inc, $140,645.00 #2 Penn Contracting, Inc. $147,476.00 #3 F. F. Jedlicki, Inc. $209,868.00 #4 G. L. Contracting, Inc. $214,296.35 The low bidder on the project was Dave Perkins Contracting, Inc. with a base bid of $140,645. This is 40% higher than the Engineer's estimate of $100,500. These bids have been reviewed and found to be in order. The project was bid in seven parts: 5 parts are backyard drainage projects and 2 are utility repairs. The seven parts as bid by the low bidder, Dave Perkins Contracting, are as follows: I: \34 \3401132 \Word \Specifications \Specifications _Draft \clientbidtabltr.doc 2335 West Highway 36 a St. Paul, MN 55113 a 651 -636 -4600 a Fax: 651 - 636-1311 Project Project Part Name Bid Amount Engineer's Recommendation Part No. Estimate 1 8109 Bass Lake Road $12,395.00 $7,175.00 Do not award b 2 9117 Northwood Pkwy $20,775.00 $16,255.00 AWARD 3 3051 Louisiana Ave $6,100.00 $5,400.00 AWARD Q 4 2756 Ensign Ave. $15,360.00 $12,840.00 Do not award 5 8937 47 1 /2 Ave. $33,800.00 $28,335.00 Do not award 6 8616 48 Ave Sanitary $14,770.00 $10,855.00 AWARD •� Sewer Service �D 7 Hopewood Ave. and Ensign $37,445.00 $19,610.00 Do not award Ave. Storm Sewer Totals $1 40,645.00 $100,500.00 I: \34 \3401132 \Word \Specifications \Specifications _Draft \clientbidtabltr.doc 2335 West Highway 36 a St. Paul, MN 55113 a 651 -636 -4600 a Fax: 651 - 636-1311 RECOMMENDATION • It is recommended that Council not award all parts of the project because of budget constraints. • It is recommended that only two backyard drainage parts be awarded. The recommended projects are: Part 2 — 9117 Northwood Parkway Part 3 — 3051 Louisiana Ave. Both of these projects have been on the waiting list for a considerable time. Property owners have verbally agreed to provide the required easements. Also the bid amount is reasonably close to the estimate and within the budget. • It is recommended that Council not award Parts 1 and 4. These areas can be considered with future projects. It should be noted that not all property owners, at this time, have verbally agreed to provide the required easements. • It is recommended that Council not award Part 5. The property owners would like to see the improvements, however, this Part also carries the highest cost. The budget cannot accommodate this area at this time. • It is recommended that Council award Part 6. This sanitary sewer service repair must be completed this fall. • It is recommend that Council not award Part 7. Public Works crews will patch the street and storm sewer. More favorable bids will be sought at a later date. The option to award only a portion of the project is defined in the project specifications. If Council is in agreement with these recommendations, it is further recommended that the project be awarded to the low bidder, Dave Perkins Contracting, Inc. in the amount of $41,645.00. This is the sum of Parts 2, 3, and 6. The Contractor is also agreeable with this recommendation. Should you have any questions, please feel free to contact me at (651) 604 -4790 Yours very truly, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. Vincent T. Vander Top, P.E. cc: Mark Hanson Enclosures VTV /lae 1: \34 \3401132 \Word \Specifications \Specifications _Draft \clientbidtabltr.doc Bonestroo 1 $1,200.00 Tree Rosene Project Name: 2001 Backyard Drainage Improvements and Utility Repairs 1 hereby certify that this is an exact Anderlik & Associates City Project No.: 706 File No.: 34 -01 -132 reproduction of bids received. Engineers & Architects Bid Opening: Tuesday, September 4, 2001 at 11:00 A.M. Owner: City of New Hope LF 15 $3.00 Vincent T. Vander Top, P. . 1 $1,500.00 LS Registration # 25770 $1,200.00 Bidder No. 1 Bidder No. 2 Bidder No. 3 Bidder No. 4 Tree Dave Perkins Contracting, Bid Tabulation Inc. Penn Contracting, Inc. F F Jedlicki, Inc. G L Contracting, Inc. Item $1,800.00 EA 2 Num Item Units Qty Unit Price Total (Unit Price Total (Unit Price Total (Unit Price Total BASE BID: Part 1 - 8109 Bass Lake Road: 1 Mobilization 2 Clear and grub 3 Clear and grub 4 Site grading 5 Common excavation (EV) 6 Silt fence, regular 7 Seeding, incl seed, fertilizer, mulch and disk anchor Total Part 1 - 8109 Bass Lake Road Part 2 - 9117 Northwood Parkway: 8 Mobilization 9 Traffic control 10 Clear and grub 11 4' dia storm sewer MH, incl R- 1642 -B cstg and conc adj rings 12 4' dia storm sewer CBMH, inc R- 3067 -V, cstg and conc adj rings 13 27" Diameter catch basin 14 12" PVC storm sewer, SDR 26 15 Sawing bituminous pavement 16 Remove bituminous pavement 17 Remove concrete curb and gutter 18 Aggregate base, Class 5 19 Bituminous base course, Patching, Type 31 20 Bituminous wear course, Patching, Type 41 WEB 50055 21 D418 surmountable concrete curb and gutter 22 Topsoil borrow (LV) 23 Sodding, lawn type Total Part 2 - 9117 Northwood Parkway LS 1 $1,200.00 Tree 9 $550.00 LS 1 $1,500.00 LS 1 $2,000.00 CY 120 $10.00 LF 15 $3.00 LS 1 $1,500.00 LS 1 $1,200.00 LS 1 $300.00 Tree 1 $550.00 EA 1 $1,800.00 EA 2 $1,800.00 EA 1 $1,400.00 LF 220 $30.00 LF 50 $5.00 SY 60 $10.00 LF 20 $10.00 CY 15 $25.00 TN 7 $100.00 TN 5 $100.00 LF 20 $30.00 CY 30 $10.00 SY 600 $3.00 $1,200.00 $1,200.00 $4,950.00 $600.00 $1,500.00 $1,500.00 $2,000.00 $1,000.00 $1,200.00 $15.00 $45.00 $4.00 $1,500.00 $1,900.00 ;12,395.00 $1,200.00 $1,200.00 $300.00 $1,300.00 $550.00 $200.00 $1,800.00 $1,650.00 $3,600.00 $1,750.00 $1,400.00 $1,100.00 $6,600.00 $29.00 $250.00 $4.00 $600.00 $4.00 $200.00 $5.00 $375.00 $20.00 $700.00 $100.00 $500.00 $100.00 $600.00 $22.00 $300.00 $15.00 $1,800.00 $4.00 $1,200.00 $1,000.00 $5,400.00 $200.00 $1,500.00 $1,200.00 $1,000.00 $2,000.00 $1,800.00 $45.00 $60.00 $2.00 $1,900.00 $1,500.00 $12,860.00 $1,200.00 $2,500.00 $1,300.00 $2,000.00 $200.00 $700.00 $1,650.00 $2,100.00 $3,500.00 $2,400.00 $1,100.00 $1,950.00 $6,380.00 $39.00 $200.00 $5.00 $240.00 $4.00 $100.00 $8.00 $300.00 $40.00 $700.00 $145.00 $500.00 $145.00 $440.00 $45.00 $450.00 $11.00 $2,400.00 $8.00 20,660.00 $1,000.00 $2,432.40 $1,800.00 $417.60 $1,200.00 $2,088.00 $2,000.00 $1,216.20 $5,400.00 $23.60 $30.00 $8.40 $1,500.00 $2,784.00 12,930.00 $2,500.00 $4,864.90 $2,000.00 $696.00 $700.00 $2.20 $2,100.00 $2,387.10 $4,800.00 $2,683.60 $1,950.00 $1,451.60 $8,580.00 $46.50 $250.00 $5.60 $240.00 $2.20 $160.00 $3.30 $600.00 $38.90 $1,015.00 $181.00 $725.00 $181.00 $900.00 $34.80 $330.00 $20.90 $4,800.00 $5.60 $3,758.40 $2,088.00 $1,216.20 $2,832.00 $126.00 $2,784.00 $15,237.00 $4,864.90 $696.00 $2.20 $2,387.10 $5,367.20 $1,451.60 $10,230.00 $280.00 $132.00 $66.00 $583.50 $1,267.00 $905.00 $696.00 $627.00 $3,360.00 $32,915.50 3401132BT BT -1 Bid Tabulation Item Item Units Qt Part 3 - 3051 Louisiana Avenue: 24 Mobilization 25 Salvage and Replace Wood Fence 26 Construct CB over existing pipe 27 Adjust 4' dia CBMH 28 Common excavation (EV) 29 Seeding, incl seed, fertilizer, mulch and disk anchor Total Part 3 - 3051 Louisiana Avenue Part 4 - 2756 Ensign Avenue: 30 Mobilization 31 Clear and grub 32 Transplant Shrub 33 Grub 34 Remove wood fence 35 Salvage and Install Mailbox 36 Salvage and Install Street Sign 37 Remove bituminous driveway 38 Sawing bituminous pavement 39 Connect to existing catch basin 40 4' dia storm sewer MH, incl R- 1642 -B cstg and conc adj rings 41 27" Diameter catch basin 42 12" PVC storm sewer, SDR 26 43 4" PVC, Sch. 40 service pipe 44 Aggregate base, Class 5 45 Type 41 bituminous for driveways 46 Topsoil borrow (LV) 47 Sodding, lawn type Total Part 4 - 2756 Ensign Avenue LS 1 LF 20 EA 1 LS 1 CY 20 LS 1 LS Tree EA Tree LF EA EA SY LF EA 1 2 5 1 30 2 1 35 15 1 EA EA LF LF CY TN CY SY 1 1 192 20 Bidder No. 1 Bidder No. 2 Bidder No. 3 Bidder No. 4 Dave Perkins Contracting, Penn Contracting, Inc. F F Jedlicki, Inc. G L Contracting, Inc. Inc. Jnit Price Total (Unit Price Total I Unit Price Total JUnit Price Total $1,200.00 Part 5 - 8937 47 112 Avenue: $1,200.00 $1,200.00 48 Mobilization LS 1 49 Brush Removal LS 1 50 Remove storm sewer sump EA 1 51 Remove bituminous path SY 15 52 Sawing bituminous pavement LF 15 53 Salvage and Install Fence LS 1 54 Connect to existing catch basin EA 1 55 Connect ex. drain tile to structure EA 1 56 27" Diameter catch basin EA 5 57 12" PVC storm sewer, SDR 26 LF 525 58 4" PVC, Sch. 40 service pipe LF 40 59 12" x 4" PVC wye EA 1 60 Aggregate base, Class 5 CY 3 Bidder No. 1 Bidder No. 2 Bidder No. 3 Bidder No. 4 Dave Perkins Contracting, Penn Contracting, Inc. F F Jedlicki, Inc. G L Contracting, Inc. Inc. Jnit Price Total (Unit Price Total I Unit Price Total JUnit Price Total $1,200.00 $1,200.00 $1,200.00 $1,200.00 $1,000.00 $1,000.00 $2,432.40 $2,432.40 $10.00 $200.00 $22.00 $440.00 $21.00 $420.00 $21.80 $436.00 $2,500.00 $2,500.00 $3,500.00 $3,500.00 $4,500.00 $4,500.00 $4,990.80 $4,990.80 $1,500.00 $1,500.00 $1,000.00 $1,000.00 $2,500.00 $2,500.00 $1,685.60 $1,685.60 $10.00 $200.00 $30.00 $600.00 $150.00 $3,000.00 $48.80 $976.00 $500.00 $500.00 $1,000.00 $ 1,000.00 $700.00 $700.00 $1,670.40 $1,670.40 $6,100.00 $7,740.00 $12,120.00 $12,191.20 $1,200.00 $1,200.00 $1,200.00 $1,200.00 $2,500.00 $2,500.00 $4,864.90 $4,864.90 $500.00 $1,000.00 $200.00 $400.00 $1,000.00 $2,000.00 $696.00 $1,392.00 $20.00 $100.00 $200.00 $1,000.00 $400.00 $2,000.00 $348.00 $1,740.00 $150.00 $150.00 $400.00 $400.00 $700.00 $700.00 $417.60 $417.60 $5.00 $150.00 $22.00 $660.00 $20.00 $600.00 $10.90 $327.00 $75.00 $150.00 $100.00 $200.00 $250.00 $500.00 $128.70 $257.40 $75.00 $75.00 $100.00 $100.00 $200.00 $200.00 $128.70 $128.70 $10.00 $350.00 $4.00 $140.00 $5.00 $175.00 $4.40 $154.00 $5.00 $75.00 $4.00 $60.00 $5.00 $75.00 $8.40 $126.00 $550.00 $550.00 $1,000.00 $1,000.00 $500.00 $500.00 $996.10 $996.10 $1,800.00 $1,800.00 $1,650.00 $1,650.00 $2,100.00 $2,100.00 $2,663.90 $2,663.90 $1,400.00 $1,400.00 $1,300.00 $1,300.00 $1,850.00 $1,850.00 $2,070.90 $2,070.90 $30.00 $5,760.00 $34.00 $6,528.00 $39.00 $7,488.00 $57.50 $11,040.00 $20.00 $400.00 $12.00 $240.00 $25.00 $500.00 $43.50 $870.00 $25.00 $200.00 $30.00 $240.00 $50.00 $400.00 $45.80 $366.40 $100.00 $600.00 $120.00 $720.00 $150.00 $900.00 $243.60 $1,461.60 $10.00 $200.00 $20.00 $400.00 $15.00 $300.00 $20.90 $418.00 $3.00 $1,200.00 $4.00 $1,600.00 $15.00 $6,000.00 $7.00 $2,800.00 $15,360.00 $17,838.00 $28,788.00 $32,094.50 $1,200.00 $1,200.00 $1,200.00 $1,200.00 $3,000.00 $3,000.00 $4,864.90 $4,864.90' $600.00 $600.00 $1,000.00 $1,000.00 $2,900.00 $2,900.00 $2,088.00 $2,088.00 $800.00 $800.00 $500.00 $500.00 $550.00 $550.00 $81.90 $81.90 $10.00 $150.00 $4.00 $60.00 $6.00 $90.00 $3.30 $49.50 $5.00 $75.00 $4.00 $60.00 $5.00 $75.00 $7.00 $105.00 $500.00 $500.00 $800.00 $800.00 $2,800.00 $2,800.00 $1,809.60 $1,809.60 $600.00 $600.00 $200.00 $200.00 $650.00 $650.00 $830.50 $830.50 $150.00 $150.00 $200.00 $200.00 $450.00 $450.00 $398.50 $398.50 $1,400.00 $7,000.00 $1,300.00 $6,500.00 $1,950.00 $9,750.00 $1,868.20 $9,341.00 $30.00 $15,750.00 $29.00 $15,225.00 $37.00 $19,425.00 $44.60 $23,415.00 $25.00 $1,000.00 $17.00 $680.00 $25.00 $1,000.00 $32.90 $1,316.00 $150.00 $150.00 $140.00 $140.00 $120.00 $120.00 $252.70 $252.70 $75.00 $225.00 $35.00 $105.00 $40.00 $120.00 $45.80 $137.40 3401132BT BT -2 Bid Tabulation Item Num Item Units Qty 61 Bituminous wear course, Type 41A, Pathway TN <' 62 Topsoil borrow (LV) CY 7( 63 Sodding, lawn type SY 150( Total Pan`. 5 - 8937 47 1f2 Avenue Bidder No. 1 Bidder No. 2 Bidder No. 3 Bidder No. 4 Dave Perkins Contracting, Penn Contracting, Inc. F F Jedlicki, Inc. G L Contracting, Inc. Inc. Unit Price Part 6 - 8616 48th Avenue: Unit Price Total 64 Mobilization LS 1 65 Traffic control LS 1 66 Remove bituminous pavement SY 10C 67 Sawing bituminous pavement LF 7E 68 Remove concrete curb and gutter LF 6( 69 Remove concrete sidewalk SF 12: 70 4" PVC Saddle EA 1 71 4" PVC, Sch. 40 service pipe LF 7C 72 Connect to existing sewer service EA 1 73 Insulate sanitary sewer service, 2" thick, 2 90 4' dia storm sewer CBMH, Inc R- 3067 -V, incl sand cushion SF 64 74 Aggregate base, Class 5 CY 3E 75 B618 concrete curb and gutter LF 6C 76 4" concrete sidewalk SF 125 77 Type 31 bituminous base course TN 1f 78 Bituminous binder course, Type 31 B TN 1 E 79 Bituminous wear course, Type 41 TN 12 80 Topsoil borrow (LV) CY E 81 Sodding, lawn type SY 10C $3.00 Total Part 6 - 8616 48th Avenue $1.00 $125.00 Bidder No. 1 Bidder No. 2 Bidder No. 3 Bidder No. 4 Dave Perkins Contracting, Penn Contracting, Inc. F F Jedlicki, Inc. G L Contracting, Inc. Inc. Unit Price Part 7 - Hopewood Avenue and Ensign Avenue Unit Price Total Storm Sewer: Total Unit Price 82 Mobilization LS 1 83 Traffic control LS 1 84 Remove bituminous pavement SY 195 85 Sawing bituminous pavement LF 100 86 Remove concrete curb and gutter LF 100 87 Remove catch basin EA 3 88 Remove reinforced concrete pipe (RCP) LF 73 89 5' dia storm sewer CBMH, Inc R- 3067 -V, $54,630.00 $55,249.00 cstg and cone adj rings EA 2 90 4' dia storm sewer CBMH, Inc R- 3067 -V, $1,500.00 $5,311.00 $5,311.00 estg and cone adj rings EA 1 91 15" RCP storm sewer, Class 5, 0' -8' deep LF 29 92 36" RCP storm sewer, Class 3 LF 44 93 Salvage and Install 36" RCP LF 40 94 B618 concrete curb and gutter LF 100 95 Aggregate base, Class 5 CY 45 Bidder No. 1 Bidder No. 2 Bidder No. 3 Bidder No. 4 Dave Perkins Contracting, Penn Contracting, Inc. F F Jedlicki, Inc. G L Contracting, Inc. Inc. Unit Price Total Unit Price Total Unit Price Total Unit Price Total $200.00 $400.00 $250.00 $500.00 $150.00 $300.00 $348.00 $696.00 $10.00 $700.00 $18.00 $1,260.00 $20.00 $1,400.00 $20.90 $1,463.00 $3.00 $4,500.00 $4.00 $6,000.00 $8.00 $12,000.00 $5.60 $8,400.00 $33,800.00 $34,430.00 $54,630.00 $55,249.00 $1,200.00 $1,200.00 $1,200.00 $1,200.00 $1,500.00 $1,500.00 $5,311.00 $5,311.00 $350.00 $350.00 $2,000.00 $2,000.00 $1,000.00 $1,000.00 $696.00 $696.00 $5.00 $500.00 $4.00 $400.00 $5.00 $500.00 $3.30 $330.00' $5.00 $375.00 $5.00 $375.00 $5.00 $375.00 $4.20 $315.00 $10.00 $600.00 $5.00 $300.00 $13.00 $780.00 $3.30 $198.00 $3.00 $375.00 $1.00 $125.00 $5.00 $625.00 $0.55 $68.75 $350.00 $350.00 $150.00 $150.00 $350.00 $350.00 $158.10 $158.10 $30.00 $2,100.00 $72.00 $5,040.00 $140.00 $9,800.00 $50.90 $3,563.00 $150.00 $150.00 $1,600.00 $1,600.00 $550.00 $550.00 $169.80 $169.80 $5.00 $320.00 $6.00 $384.00 $6.00 $384.00 $2.20 $140.80 $25.00 $875.00 $20.00 $700.00 $45.00 $1,575.00 $34.80 $1,218.00 $30.00 $1,800.00 $25.00 $1,500.00 $45.00 $2,700.00 $36.40 $2,184.00 $5.00 $625.00 $5.00 $625.00 $15.00 $1,875.00 $7.00 $875.00 $100.00 $1,800.00 $110.00 $1,980.00 $135.00 $2,430.00 $139.20 $2,505.60 $100.00 $1,800.00 $110.00 $1,980.00 $135.00 $2,430.00 $153.10 $2,755.80 $100.00 $1,200.00 $130.00 $1,560.00 $140.00 $1,680.00 $155.90 $1,870.80 $10.00 $50.00 $25.00 $125.00 $20.00 $100.00 $20.90 $104.50 $3.00 $300.00 $6.00 $600.00 $15.00 $1,500.00 $8.40 $840.00 $14,770.00 $20,644.00 $30,154.00 $23,304.15 $1,500.00 $1,500.00 $1,200.00 $1,200.00 $2,000.00 $2,000.00 $4,864.90 $4,864.90 $600.00 $600.00 $1,000.00 $1,000.00 $1,000.00 $1,000.00 $835.20 $835.20 $5.00 $975.00 $4.00 $780.00 $6.00 $1,170.00 $2.70 $526.50 $5.00 $500.00 $4.00 $400.00 $5.00 $500.00 $4.20 $420.00 $10.00 $1,000.00 $4.00 $400.00 $8.00 $800.00 $3.30 $330.00 $450.00 $1,350.00 $300.00 $900.00 $600.00 $1,800.00 $347.50 $1,042.50 $10.00 $730.00 $12.00 $876.00 $12.00 $876.00 $19.50 $1,423.50 $3,500.00 $7,000.00 $3,000.00 $6,000.00 $3,500.00 $7,000.00 $4,128.60 $8,257.20 $3,000.00 $3,000.00 $2,700.00 $2,700.00 $2,600.00 $2,600.00 $2,461.20 $2,461.20 $85.00 $2,465.00 $42.00 $1,218.00 $80.00 $2,320.00 $61.20 $1,774.80 $125.00 $5,500.00 $125.00 $5,500.00 $125.00 $5,500.00 $142.10 $6,252.40 $95.00 $3,800.00 $90.00 $3,600.00 $42.00 $1,680.00 $86.90 $3,476.00 $30.00 $3,000.00 $25.00 $2,500.00 $45.00 $4,500.00 $34.80 $3,480.00 $25.00 $1,125.00 $20.00 $900.00 $40.00 $1,800.00 $36.10 $1,624.50 3401132BT BT -3 Item Num Bid Tabulation Item Units Qt 96 Type 31 bituminous base course TN 20 97 Bituminous wear course, Type 41 TN 18 98 Topsoil borrow (LV) CY 5 99 Seeding, incl seed, fertilizer, mulch and $110.00 $1,980.00 $150.00 disk anchor LS 1 $10.00 Total Part 7 - Hopewood Avenue and Ensign $30.00 $150.00 $20.00 Avenue Storm Sewer $20.90 $104.50 BASE BID: Total Part 1 - 8109 Bass Lake Road Total Part 2 - 9117 Northwood Parkway Total Part 3 - 3051 Louisiana Avenue Total Part 4 - 2756 Ensign Avenue Total Part 5 - 8937 47 112 Avenue Total Part 6 - 8616 48th Avenue Total Part 7 - Hopewood Avenue and Ensign Avenue Storm Sewer TOTAL BASE BID Contractor Name and Address: Phone: Fax Signed By: Bid Security: Addenda Acknowledged: Bidder No. 1 Bidder No. 2 Dave Perkins Contracting, Penn Contracting, Inc. Inc. Bidder No. 3 F F Jedlicki, Inc. Bidder No. 4 G L Contracting, Inc. Unit Price Total Unit Price Total Unit Price Total Unit Price Total $125.00 $2,500.00 $110.00 $2,200.00 $140.00 $2,800.00 $125.30 $2,506.00 $125.00 $2,250.00 $110.00 $1,980.00 $150.00 $2,700.00 $125.30 $2,255.40 $10.00 $50.00 $30.00 $150.00 $20.00 $100.00 $20.90 $104.50 $100.00 $100.00 $1,000.00 $1,000.00 $450.00 $450.00 $1,670.40 $1,670.40 $37,445.00 $33,304.00 $39,596.00 $43,305.00 $12,395.00 $12,860.00 $12,930.00 $15,237.00 $20,775.00 $20,660.00 $31,650.00 $32,915.50 $6,100.00 $7,740.00 $12,120.00 $12,191.20 $15,360.00 $17,838.00 $28,788.00 $32,094.50 $33,800.00 $34,430.00 $54,630.00 $55,249.00 $14,770.00 $20,644.00 $30,154.00 $23,304.15 $37,445.00 $33,304.00 $39,596.00 $43,305.00 $140,645.00 $147,476.00 $209,868.00 $214,296.35 Dave Perkins Contracting, Penn Contracting, Inc. F F Jedlicki, Inc. G L Contracting, Inc. Inc. 13025 Central Ave NE #200 14203 W 62nd Street 4300 Willow Drive 14230 Basalt Street NW Blaine, MN 55434 Eden Prairie, MN 55346 Medina, MN 55340 Ramsey, MN 55303 (763) 427 -0109 (763) 767 -2141 (952) 934 -7272 (763) 478 -9529 (763) 427 -3806 (763) 767 -2545 (952) 934 -7273 (763) 404 -2350 Dave Perkins Dean Luxenburg Garrett Jedlicki Ralph E. Murphy Bid Bond Bid Bond Bid Bond Bid Bond None None None None 3401132BT BT -4 JENSEN C SONDRALL, P.A. GORDON L. JENSEN* NICOLE M.RITLANDt STEVEN A.SONDRALL WILLIAM C. STRAITt STAGY A. WOODS OF COUNSEL LORENS Q.BRYNESTAD *Real Property Law Specialist Certified By The Minnesota State Bar Association tQualified ADR Neutral Attorneys At Law 8525 EDINBROOK CROSSING, STE. 201 BROOKLYN PARK, MINNESOTA 55443 -1968 TELEPHONE (763) 424 -8811 • TELEFAx (763) 493 - 5193 e - mail law @ j ensen sondrall.com September 24, 2001 Valerie Leone City Clerk City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 ------------------------------- - - - - -- s HAND DELIVERED t � `------------------------------- - - - - -� Re: 2001 Backyard Drainage Improvements City Project No. 706 Our File No.: 99.67063 Dear Val: Enclosed please find five (5) copies of the contract and bonds for the referenced project, as well as the Certificate of Insurance. All are in order from a legal standpoint. Please call me if you have any questions. Very truly yours, ��_ Steven A. Sondrall, City Attorney, City of New Hope JENSEN & SONDRALL,P.A. saw; iensen- sundratl.com After Hours Extension #147 Enclosures cc: Dan Donahue, City Manager Kirk McDonald, Community Development Director Guy Johnson, Public Works Director Vince Vander Top, City Engineer CNH99.67063 -00I -Leone Ltr.wpd 4401 Xylon Avenue North New Hope, Minnesota 55428 -4898 www, ci. ne w -hope. m n. us September 27, 2001 Dave Perkins Contracting, Inc. 14230 Basalt St. NW Ramsey, MN 55303 City Hall. Police: Public Works TDD: 763 -531 -5100 763 - 531 -5170 763 - 533 -4823 763 - 531 -5109 City Hall Fax: 763 - 531 -5136 Police Fax: 763 - 531 -5174 Public Works Fax: 763- 533 -76561 SUBJECT: 2001 BACKYARD DRAINAGE IMPROVEMENTS AND UTILITY REPAIRS (IMPROVEMENT PROJECT NO. 706) Enclosed are two fully executed copies of the contract documents for New Hope Project No. 706. One copy is for your records and the second copy should be transmitted to your bonding company. This contract was awarded by the New Hope City Council on September 10, 2001, for $41,645. 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, Valerie Leone City Clerk, CMC enc. cc: Mark Hanson, City Engineer Steve Sondrall, City Attorney Guy Johnson, Director of Public Works Tom Schuster, Contract Manager Family Styled City;YI,. j��.� For Family Living ddl IMPROTEMENTS AND III UTILITY REPAIRS CITY PROJECT NO. 706 FILE NO. 34-01-132 i NEW HOPE M ik i m Index Advertisement for Bids Information to Bidders Proposal 01010. Summary of Work 01030. Alternates 01040. Coordination 01310. Project Meetings 01330. Submittals 01500. Temporary Facilities and Controls 01570. Erosion and Sediment Control 02225. Removals 02230. Site Clearing 02280. Adjust Miscellaneous Structures 02312. Subgrade Preparation 02315. Excavation and Fill 02320. Trench Excavation and Backfill 02535, Sanitary Services 02630. Storm Drainage 02720. Aggregate Base Course 02740. Plant Mixed Bituminous Pavements 02770. Concrete Curb and Gutter 02775. Concrete Paving 02920. Lawns and Grasses Conditions of the Contract I hereby certify that this plan, specification, or report was prepared by me or under my direct supervision and that I am a duly Licensed Professional Engineer under the laws of the State of Minnesota. Vincent T. Vander top Date: August 24, 2001 Reg. No. -, 2577 34-01-132 Q 2001 Bonestroo, Rosene, Anderlik & Associates, Inc. INDEX ADVERTISEMENT FOR BIDS Sealed bids will be received by the City of New Hope, Minnesota in the City Hall at 4401 Xylon Avenue, until 11:00 A.M., C.D.S.T., on Tuesday, September 4, 2001, 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: 2001 Backvard Drainatie Improvements and Utility Repairs — Project No. 706 consisting of the following approximate quantities: 980 LF 12" Storm Sewer with miscellaneous manholes, catch basins, grading and restoration at five (5) different locations. 45 LF 36" RCP 30 LF 15" RCP 70 LF 4" PVC Sanitary Service 2,500 SY Sodding 430 SY Bituminous Patching 140 LF Curb and Gutter Replacement 100 CY Topsoil Borrow 90 CY Class 5 Aggregate 1 LS Clearing and Grubbing 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, (651) 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 Iowest 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 $40.00. 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 Donahue, City Manager City of New Hope, Minnesota 34 -01 -132 ADVERTISEMENT FOR BIDS 1. BID FORM: Each planholder has been furnished a specification, plan set and one extra Bid Forms. Bids shall be submitted on the separate Bid Form designated "BID COPY." The Bid Form containing the bid shall be submitted in a sealed envelope. MM MULOW&M31 ft , 11 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. 4. BID TABULATION: Planholders submitting a bid will be mailed a Bid Tabulation. Planholders not submitting a bid may purchase a copy of the Bid Tabulation for Five Dollars ($5.00). END OF SECTION 34-01-132 INFORMATION TO BIDDERS Bonestroo Rosene min Anderlik & Associates Engineers & Architects Dave Perkins ConfiraON Inc- 14230 Basalt St. N.W. Ramsey, MN 55303 DOCUMENT 00410 BID FORM 2001 BACKYARD DRAINAGE IMPROVEMENTS AND UTILITY REPAIRS CITY PROJECT NO. 706 FILE NO. 34 -01 -132 NEW HOPE, MINNESOTA 2001 Opening Time: 11:00 A.M., C.D.S.T. Opening Date: Tuesday, September 4, 2001 THIS BID IS SUBMITTED TO: City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 -4898 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. The Bid will remain subject to acceptance for 60 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of OWNER. 3.01 In submitting this Bid, Bidder represents, as set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged. Addendum No. Addendum Date B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work. 401132BIDFORM 00410 -1 BID FORM D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in Paragraph 4.02 of the General Conditions, and (2) reports and drawings of a Hazardous Environmental Condition, if any, which has been identified in the Supplementary Conditions as provided in Paragraph 4.06 of the General Conditions. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investi gations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and obervations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. I• Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 4.01 Bidder further represents that: A. The prices in this Bid have been arrived at independently, without consultation, communication or agreement as to any matters relating to such prices with any other Bidder or with any competitor for the purpose of restricting competition. B. The prices in this Bid have not or will not be knowingly disclosed to any other Bidder or competitor prior to opening of the Bids. C. No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a Bid for the purpose of restricting competition. )1132BIDFORM 00410 -2 BID FORM Dave Perkins Contracting Inc. 14230 Basalt St. N.W. Ramsey, MN 55303 4.02 Bidder understands that the law may require the OWNER, or ENGINEER at the OWNER'S direction, to undertake an investigation and submit an evaluation concerning Bidder's responsiveness, responsibility and qualifications before awarding a contract. Bidder hereby waives any and all claims, of whatever nature, against OWNER, ENGINEER and their employees and agents, which arise out of or relate to such investigation and evaluation, and statements made as a result thereof, except for statements that can be shown by clear and convincing evidence to be intentionally false and made with actual malice. Nothing in this paragraph is intended to restrict Bidder's rights to challenge a contract pursuant to law. 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): All specific cash allowances are included in the price(s) set forth below and have been computed in accordance with paragraph 11.02 of the General Conditions. Unit Prices have been computed in accordance with paragraph 11.03.B of the General Conditions Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided, determined as provided in the Contract Documents. No. Item Units Qty Unit Price Total Price BASE BID: Part 1 - 8109 Bass Lake Road 1 Mobilization LS 1 $ ( i ZO 0 • p' $ �� •Z 6 00 2 Clear and grub Tree 9 $ 5 b o . uv 3 Clear and grub LS 1 $ 5 UU, 6 $ 4 Site grading LS 1 $ 21000. 00 $ 2 , 6 UD,' ° 5 Common excavation (EV) CY 120 $ /0 • o i i ZO d . o ° 6 Silt fence, regular LF 15 $ �• ° $ 4 5 . ° 7 Seeding, incl seed, fertilizer, mulch and disk anchor LS 1 $ i tj pd,ve $ 1I 500, v v Subtotal Part 1 - 8109 Bass Lake Road $ Part 2 - 9117 Northwood Parkway 8 Mobilization LS 1$ 2- Up, O V $ 1 2-6 Q p o 9 Traffic control LS 1$ 36 6, 00 $ 3 bo o o 401132BIDFORM 00410 -3 BID FORM Dave Perkins Contracting Inc. 14230 Basalt St. N.W. Ramsey, MN 55303 No. Item Units Qty Unit Price T Total Price 10 Clear and grub Tree 1 $ '650 . 0 0. $ I l 4' dia storm sewer MH, incI R- 1642 -B cstg and cone adj rings EA 1 12 4' dia storm sewer CBMH, inc R- 3067 -V, cstg and cone adj rings EA 2$ (� d 0 . d o $ 3, "Id 0 , 13 27" Diameter catch basin EA 1 $ � f 0 U , ° ° $ 1 y 0 0, 3,- 14 12" PVC storm sewer, SDR 26 LF 220 $ 3 U, ° ° $ (P , CIO 15 Sawing bituminous pavement LF 50$ 5 . 0 $ 2, 5 p o v 16 Remove bituminous pavement SY 60 $ �� . o ° $ 17 Remove concrete curb and gutter LF 20 $ _ �Q a ° $ 2-A0. a 18 Aggregate base, Class 5 CY 15 $ E° �' $ 57,5, 19 Bituminous base course, Patching, Type 31 TN 7$ 100 , o ° $ 76v, 20 Bituminous wear course, Patching, Type 41 WEB 50055 TN 5 $ Q (} a o $ 21 D418 surmountable concrete curb and gutter LF 20$ (� . ° ° $ b 0 a s 22 Topsoil borrow (LV) CY 30 $ 0 , ' ° $ 3 6 b a o 23 Sodding, lawn type SY 600 $ 3. v ° $ it B 0 a o Subtotal Part 2 - 9117 Northwood Parkway $ Z Q, 17 0 v Part 3 - 3051 Louisiana Avenue 24 Mobilization LS 1 $ 1 1 Z 6 D • ° J _ $ (� L � .'� ° 25 Salvage and Replace Wood Fence LF 20$ 10. ° `' $ LOD 06 26 Construct CB over existing pipe EA 1 $ 45 U0,°" $ 2,560. ° 27 Adjust 4' dia CBMH LS 1 $ 1, 1 5 D0, 28 Common excavation (EV) CY 20 $ 10 -' $ 2 29 Seeding, incl seed, fertilizer, mulch and disk anchor LS 1 $ 5 s 6 Subtotal Part 3 - 3051 Louisiana Avenue $ 401132BIDFORM 00410 -4 BID FORM Dave Perkins Contracting Inc. 14230 Basalt St. N.W. Ramsey, MN 55303 No. Item Units Qty Unit Price Total Price Part 4 - 2756 Ensign Avenue 30 Mobilization LS I $ 112 ° " $ ( . 00 31 Clear and grub Tree 2$ 5 0 0. ° $ 11 b 0 . ' ` 32 Transplant Shrub EA 5 $ 2-0 . 00 $ 2 0 0. 00 33 Grub Tree 1 $ 1 50 . 40 $ 5 34 Remove wood fence LF 30 $ 5, 0 0 $ 15 a a 35 Salvage and Install Mailbox EA 2$ - 75,00 $ �� • as 36 Salvage and Install Street Sign EA 1 $ 1 5 ° $ �. ob 37 Remove bituminous driveway SY 35 $ 10 .00 $ 35 0. 06 38 Sawing bituminous pavement LF 15 $ 5 . 8u as $ 75, 39 Connect to existing catch basin EA 1 $ 5d ao $ 5 40 4' dia storm sewer MH, incl R- 1642 -B cstg and cone adj rings EA 1 $ ', 9 d 0, o ° $ Q 0. of 41 27" Diameter catch basin EA 1 $ 1 Ll 0 6 d $ Lj 00, ° ° 42 12" PVC storm sewer, SDR 26 LF 192 $ 3 (3.06 _ $ 7(p0, 43 4" PVC, Sch. 40 service pipe LF 20$ O.00 $ ydd i6 44 Aggregate base, Class 5 CY 8 $ Z•5• o ° $ -- 2 60, °0 45 Type 41 bituminous for driveways TN 6 $ / • ° ` $ _ 6 ). o ll 46 Topsoil borrow (LV) CY 20 $ 10 $ Zoo a 47 Sodding, lawn type SY 400$ 3. as $ ,l 2,60." Subtotal Part 4 - 2756 Ensign Avenue $ �� (0 0. ° 401132BIDFOPM 00420 -5 BID FORM Dave Perkins Contracting Inc. 14230 Basalt St. N.W. Ramsey, MN 55303 No. Item Units Qty Unit Price Total Price Part 5 - 8937 47 1/2 Avenue 48 Mobilization LS 1 $ +1 M ( °O $ I 2-00. 49 Brush Removal LS 1 $ w i 46 $ (e w 00 50 Remove storm sewer sump EA 1 $ ��() .° $ W. 51 Remove bituminous path SY 15 $ e a $ f 5,0, oe 52 Sawing bituminous pavement LF 15 $ ° � o $ 7 5 0 0 53 Salvage and Install Fence LS 1 $ 50( o $ 00 54 Connect to existing catch basin EA 1 $ (P �, ° � $ tD �0 00 55 Connect ex. drain tile to structure EA 1 $ 115 0 , `' ° $ 1 56 27" Diameter catch basin EA 5 $ Yq 6 D . oo $ 7, b6b, 06 57 12" PVC storm sewer, SDR 26 LF 525 $ jo. 00 $ 15, 750 . a o 58 4" PVC, Sch. 40 service pipe LF 40$ 7- ° b $ 59 12" x 4" PVC Nvye EA 1 $ f 5C7 , ° O $ 15'p 60 Aggregate base, Class 5 CY 3 $ 7 . ° $ Z Z5 0 61 Bituminous wear course, Type 41A, Pathway TN 2$ ?iV 0 °O $ Lf - L)D • 5° 62 Topsoil borrow (LV) CY 70 $ 10. 0 0 $ 7D0 00 63 Sodding, lawn type SY 1500 $ 13, ° ° _ $ L 4 Subtotal Part 5 - 8937 47 1/2 Avenue $ 3�j 06 Part 6 - 8616 48th Avenue 64 Mobilization LS 1 $ Z Q 0, ° ° $ 1 1 2- 0 6. 0 0 65 Traffic control LS 1 $ � `JD $ 5d 0 o 66 Remove bituminous pavement SY 100 $ ''� • Y V $ 401132BIDFORM 00410 -6 BID FORM pave Perkins Contracting IN. 14230 Basalt St. N.W. Ramsey, MN 55303 No Item Units Qty Unit Price Total Price 67 Sawing bituminous pavement LF 75 $ 5, ° a $ 75 p0 68 Remove concrete curb and gutter LF 60$ 10, u 0 $ Ga s 69 Remove concrete sidewalk SF 125 $ a c� t, $ 3 7 o 70 4" PVC Saddle EA 1 $ 71 4" PVC, Sch. 40 service pipe LF 70 $ U . C $ Z, ( b b. 72 Connect to existing sewer service EA 1 $ o a $ 73 Insulate sanitary sewer service, 2" thick, incl sand cushion SF 64$ 0 0 5. $ J 2A °a 74 Aggregate base, Class 5 CY 35 $ $ 9354 " ,4 75 B618 concrete curb and gutter LF 60 $ 3�, °p $ 76 4" concrete sidewalk SF 125 $ $ 77 Type 31 bituminous base course TN 18 $ $ 78 Bituminous binder course, Type 31B TN 18 $ �� , ° U $ 79 Bituminous wear course, Type 41 TN 12$- 100, $ �i 2 00 80 Topsoil borrow (LV) CY 5 $ I °� $ �l�, a ° 81 Sodding, lawn type SY 100$ 3, 4, $ ° ` Subtotal Part 6 - 8616 48th Avenue $ Part 7 - Hopewood Avenue and Ensign Avenue Storm Sewer 82 Mobilization LS I $ FF �1 ✓� $ 11566. 83 Traffic control LS 1 $ � 0 U , °0 $ (� ()Q ° a 84 Remove bituminous pavement SY 195 $ C. $ q75, 00 85 Sawing bituminous pavement LF 100$ J . a 8 $ 660. 401132BIDFORM 00410 - BID FORM 01 I32BIDFORM 00410 -8 BID FORM Dave Perkins Contracting inC. 14230 Basalt St. N.W. Ramsey, MN 55303 No. Item Units Qty Unit Price Total Price 86 Remove concrete curb and gutter LF 100$ /0. ° o $ 1 87 Remove catch basin EA 3$ y o $ i t 3 5 Q 0 0 88 Remove reinforced concrete pipe (RCP) LF 73 $ 89 5' dia storm sewer CBMH, inc R- 3067 -V, cstg and conc adj rings EA 2 $ 3,5op. 0 $ 70UV. 6 90 4' dia storm sewer CBMH, inc R- 3067 -V, cstg and conc adj rings EA 1 $ z 3, CS 0 0 , ° ° $ 3 0 y L , a 91 15" RCP storm sewer, Class 5, 0' -8' deep LF 29$ 95. ' )o $ I 92 36" RCP storm sewer, Class 3 LF 44$ 2 5. ° ° $ 93 Salvage and Install 36" RCP LF 40$ Q5, y $ 3 60,ao 94 B618 concrete curb and gutter LF 100 $ Q. of $ 3 95 Aggregate base, Class 5 CY 45 $ 2 .5, ° $ `Z.�j, an. 96 Type 31 bituminous base course TN 20$ Z 5, ° o $ 56-b 00 97 Bituminous wear course, Type 41 TN 18 $ ' 2-�J, JO $ 2, 7-50 o a 98 Topsoil borrow (LV) CY 5$ $ 50 . - 0 99 Seeding, incl seed, fertilizer, mulch and disk anchor LS I$ 100 . 40 $ 10 Subtotal Part 7 - Hopewood Avenue and Ensign Avenue Storm Sewer $ 37 l J r - a ° 01 I32BIDFORM 00410 -8 BID FORM Dave Perkins Contracting Inc. 14230 Basalt St. N.W. Ramsey, MN 55303 No. Item Units Qty Unit Price Total Price BASE BID: Total Part 1 - 8109 Bass Lake Road $ Total Part 2 - 9117 Northwood Parkway $ 2-01 77 5 . ' 06 Total Part 3 - 3051 Louisiana Avenue $ b lo o. ,, Total Part 4 - 2756 Ensign Avenue (S Q,o $ 3(o 1 Total Part 5 - 8937 47 1/2 Avenue 2 $ �� Total Part 6 - 8616 48th Av 4 y f/ e 14, �NOi d Z7 Total Part 7 - Hopewood Avenue and Ensign Avenue Storm Sewer $ 3 - 7 1 4- f 5 o o TOTAL BASE BID ` $ '14 1�-, D ea 401132BIDFORM 00410 -9 BID FORM 6.01 Bidder agrees that the Work will be substantially completed and completed and ready for final payment in accordance with paragraph 14.07,13 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above, which shall be stated in the Agreement. 7.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security in the forth of Five Percent. 8.01 The terms used in this Bid with initial capital letters have the meanings indicated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. SUBMITTED on _ �� S a- , 20C I If Bidder Is: Dade Perkins Contracting I nc. An C ®� 14230 Basalt St. N.W. Ramsey, MN 55303 Name (typed or printed): A v .A"' By: ��,,�� ,L.f'.�,�.� (SEAL) (Individual's signature) Doing business as: Business address: A Dave Perkins Contraeting . Inc. .... Ramsey, MN 55303 Phone No.: " /p Fax No.: 4011329[DFORM 00410 -10 BID FORM 6.01 Bidder agrees that the Work will be substantially completed and completed and ready for final payment in accordance with paragraph 14.07.B of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above, which shall be stated in the Agreement. 7.01 The following documents are attached to and made a condition of this Bid: A. Required. Bid security in the form of Five Percent. 8.01 The terms used in this Bid with initial capital letters have the meanings indicated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. SUBMITTED on , 20 If Bidder Is An Individual Name (typed or printed): C Doing business as: Business address: (Individual's signature) (SEAL) Phone No.: Fax No.: 3401132BIDFORM 00410 -11 BID FORM A Joint Venture Joint Venture Name: (Signature of joint venture partner) Name (typed or printed): Title: Business address: Phone No.: Fax No.: Joint Venturer Name: (SEAL) LIM (Signature) Name (typed or printed): Title: Business address: Phone No.: Fax No.: Phone and Fax Number, and Address for receipt of official communications: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above). END OF DOCUMENT W1132BIDFORM 00410 -12 BID FORM SECTION 01010 SUMMARY OF WORK PART 1 - GENERAL 1.01 PROJECT DESCRIPTION The project includes improvements in seven (7) different areas or Parts as shown in the drawings. The project involves drainage improvements in backyards and private property in 5 Parts and the repair of storm sewer at Hopewood and Ensign Avenues and the repair of a sanitary sewer service at 4816 Boone Avenue. Refer to sheet G1.01 for improvement area locations in the City of New Hope. The Parts are as follows: Part I — 8109 Bass Lake Road Part 2 — 9117 Northwood Parkway Part 3 — 3051 Louisiana Avenue Part 4 — 2756 Ensign Avenue Part 5 — 8937 47 V2Avenuc Part 6 — 8616 48 Avenue Sanitary Service Part 7 — Hopewood Avenue/Ensign Avenue Storm Sewer 1.02 OWNER A. The City of New Hope is designated as the OWNER. 1.03 ENGINEER A. Bonestroo, Rosene, Anderlik & Associates, Inc., is designated as the ENGINEER. B. Contact Person: Vince Vander Top, Phone No. 651-604-4790 Pager No. 612-510-3681 Cellular No. 612-805-8255 1.04 AWARD OF CONTRACT A. It is the intent of the OWNER to encourage competitive bidding on each and all aspects of this project. Only one award will be made, that being to the low combined total of all work from the low responsible bidder. B. The ONNER reserves the right to award any combination of the improvement areas. Some areas may not be included in the contract because of budget constraints or the inability to secure easements. The contract will be awarded to the low responsible bidder based on the total bid price of the awarded areas, 34-01-132 @ 2001 Bonestroo, Rosene, Anderlik & Associates, Inc. 01010-1 SUMMARY OF WORK A. Award Date: The bid must be returned by 11:00 a.m. September 4, 2001. Bids will be presented to the City Council September 10, 2001 at which time award is anticipated. B. Start Date: The CONTRACTOR shall Dot commence work until the OWNER has issued a "Notice to Proceed." This notice shall be issued when execution of the contract documents has been completed. C. Completion Date: The CONTRACTOR shall complete all work by November 2, 2001. A. If the completion date is not met, liquidated damages, shall be as follows. One Hundred Dollars ($100.00) per calendar day, 1.07 SPECIFICATION REFERENCE Where the Minnesota Department of Transportation specifications are referred to herein and where a reference to the word "State" is mentioned, it is understood that the word "OWNER" is substituted, All reference to the word "Engineer" shall be interpreted as the ENGINEER for the City of New Hope. Minnesota Department of Transportation Specifications for Construction, 2000 Edition and revisions thereto shall apply except as noted herein, A. The general sequence of work shall be at the option of the CONTRACTORs, except as outlined in Section 01040 and subject to the approval of the ENGINEER and the OWNER. 1.09 QUANTITY DEVIATIONS A. Bid Form work item quantities are estimated and are based upon general experience in the area. The quantity is not guaranteed and the extent of the work required will be dependent upon prevailing condition, As such, no unit price adjustment for any magnitude of increased or decreased quantities will be allowed. 34-01-132 (D 2001 Bonestrov, Rosene, Anderlik & Associates, Inc. 01010-2 SUMMARY OF WORK 1. 10 WORKING HOURS A. All work shall be accomplished between the hours of 7:00 A.M. and 9:00 P.M. Monday through Friday, and 7:00 A.M. to 7:00 P.M. on Saturday. No construction activity will be permitted on Sundays or Holidays unless necessitated by an emergency or authorized in writing by the OWNER or its representative. The CONTRACTOR must comply with all City ordinances to construct this project. Not Used. PART 3 — EXECUTION 3.01 MEASUREMENT AND PAYMENT Not Used, 34-01-132 @ 2001 Bonestroo, Rosene, Anderlik & Associates, Inc. 01010-3 SUMMARY OFNATORK SECTION 01030 ALTERNATES A. This project is bid in Parts. Seven Parts are included in the project. I A. The OWNER reserves the right to award any combination of the Parts. Some Parts may not be included in the contract because of budget constraints or the inability to secure easements. The contract will be awarded to the low responsible bidder based on the total bid price of the awarded Parts. 34-01-132 C 2001 Bonestroo, Rosene, Anderlik & Associates, Inc. ALTERNATES SECTION 01040 COORDINATION PART 1 - GENERAL 1.01 SECTION INCLUDES A. General requirements for overall project coordination. 1.02 RELATED SECTIONS A. General Conditions, Supplemental Conditions, Conditions of the Contract and Division 1 sections apply to the work of this section. 1.03 SUBMITTALS A. List of Subcontractors. B. Construction schedule. 1.04 GENERAL A. Coordinate work with the OWNER's personnel to minimize interruptions to the City Hall operation. B. Do not operate valves or equipment without OWNER's permission. C. Coordinate all work and Subcontractors to avoid delays in construction progress. 1.05 UTILITIES A. Verify location of all existing utilities prior to construction, B. All known existing utilities are shown on the plan in a general way only and the OWNER does not warrant the exact location. It shall be the CONTRACTOR's responsibility to verify all existing utilities and to check with utility companies prior to starting work. The CONTRACTOR shall also be responsible for taking all necessary precautions to prevent damage to existing utility lines. The crossing, relocation, removal, shoring, compaction and other protective procedures necessary to protect the utilities shall be considered incidental to the project. C. All utility construction costs incurred by private Owners (Excell, Minnegasco, Qwest, Media One) which are the responsibility of the City of New Hope shall be billed directly to the City without mark-up by the CONTRACTOR. 34-01-132 (D 2001 Bonestroo, Rosene, Anderlik & Associates, Inc. 01040-1 COORDINATION 1.06 USE OF LANDS A. All work is on Public ROW or within easement obtained by the OWNER. The CONTRACTOR may utilize the site as necessary to the quick and expedient completion of the work, However, the CONTRACTOR shall limit his or her use of the site to the lands necessary to the current construction of his work. Storage on the site shall be kept to a minimum. Damage to sites beyond that required for access to the projects shall be restored at the CONTRACTOR's expense. 1.07 CONSTRUCTION INSPECTION A. The CONTRACTOR is hereby informed that a construction inspector will be made available to the project. The Construction Inspector will be a liaison between the ENGINEER and the CONTRACTOR. The Construction Inspector will assist the Project ENGINEER. in confirming that the project is completed in accordance with approved plans, specifications and the contract documents. B. The Construction Inspector will generally be present at the project site during significant construction activity and/or installations, The Construction Inspector will be authorized to inspect each part or all of the work completed and all of the materials supplied or furnished for the project, C. The Construction Inspector will notify the project ENGINEER, and document in writing, failures of work or materials to conform with approved plans and specifications. The Inspector will have the authority to reject unacceptable materials, and will make recommendations to the Project ENGINEER regarding the rejection of any work determined to be unacceptable. The ENGINEER or his/her agent shall be allowed access to all parts of the work, and shall be furnished with such information and assistance from the CONTRACTOR to make inspections. D. CONTRACTOR shall notify ENGINEER at least 24 hours prior to significant construction activity and/or installations to allow scheduling of construction inspector. 01,940 A. The CONTRACTOR shall review the survey staking needs of the project with the ENGINEER at the preconstruction meeting and periodically during the course of the work. The CONTRACTOR shall give the ENGINEER no less than 48 hours advance notice of the need for additional stakes. The CONTRACTOR shall be provided with one set of stakes. Any restaking of the work shall be deducted from the amounts due the CONTRACTOR. PART 2, - PRODUCTS Not Used 34-01-132 @ 2001 Bonestroo, Rosene, Anderlik &Associates, Inc. COORDINATION I Not Used END OF SECTION 34-01-132 @ 2001 Bonestroo, Rosene, Anderlik & Associates, Inc. 01040-3 COORDINATION SECTION 01310 PARTI - GENERAL 1.01 PRECONSTRUCTION MEETING A. A preconstruction meeting will be scheduled within five days after receipt of signed contract documents. B. Attendance by CONTRACTOR's authorized representatives and all major subcontractors will be required. The ENGINEER, Inspector, and OWNER's Representative will attend. C. The CONTRACTOR shall submit a written work schedule at the preconstruction meeting, 1.02 PROGRESS MEETINGS A. Progress meetings may be scheduled by the ENGINEER. Attendance by the CONTRACTOR and key Subcontractors will be required. A minimum 24-hour notice will be given for all meetings. B. Persons designated by the CONTRACTOR to attend and participate in the project meetings shall have all required authority to commit the CONTRACTOR to solutions agreed upon in the project meetings, C. Subcontractors, material suppliers, and others may be invited to attend project meetings in which their aspects of work are involved. END OF SECTION 34-01-132 @ 2001 Bonestroo, Rosene, Anderlik & Associates, Inc. PROJECT MEETINGS SECTION 01330 SUBMITTALS PART 1 - GENERAL 1.01 PROGRESS SCHEDULE A. Prepare and submit an estimated progress schedule for the work prior to the preconstruction meeting. B. Maintain one copy of the progress schedule at the job site. C. During construction revise the progress schedule as necessary to conform to the current status of the work. Submit revised copies of the progress schedule, as required. 1.02 SUBCONTRACTOR LIST A. Prepare and submit a complete list of all subcontractors. Include the subcontractors name, address, telephone number, and contact person. Submit after award of contract and before preconstruction meeting. 1.03 SUBMITTAL LIST A. Prepare and submit a complete and comprehensive schedule of all submittals anticipated to be made during the project. B. Include a list of each item for which CONTRACTORS drawings, shop drawings, product data, samples, guarantees, or other types of submittals are required. A. Submit five copies of shop drawings and product data required. Three copies will be retained and two copies will be returned to the CONTRACTOR. Submit a reproducible sepia of all drawings larger than 11 " x 17". B. Shop drawings and product data shall be submitted with the CONTRACTOR's stamp of approval. Shop drawings and product data submitted without this stamp will not be reviewed and will be returned to the CONTRACTOR for their approval and resubmission. C. Shop drawings and product data shall be clearly identified as to project, CONTRACTOR, manufacturer, specification section and item submitted. Any substitutions or deviations from the requirements of the contract documents shall be noted in writing. 34-01-132 @ 2001 Bonestroo, Rosene, Anderlik & Associates, Inc. 01330-1 SUBMITTALS D. Make all shop drawings accurately to a scale sufficiently large to show all pertinent aspects of the item and its method of connection to the work. E. Clearly mark each copy of product data to identify information being submitted and delete information which does not apply. Supplement standard information as necessary. Show dimensions and other selected characteristics. F. Maintain one copy of approved shop drawings and product data at the site with the record drawings. 1.05 TEST REPORTS A. Submit three copies of all inspections, tests and approvals required in the contract documents. 1.06 PAYMENT A. Payment for all submittals shall be incidental to the cost of the project. END OF SECTION 34-01-132 @ 2001 Bonestroo, Rosene, Anderlik & Associates, Inc. 01330-2 SUBMITTALS PART I - GENERAL 1.01 GENERAL A. No signs or advertisements will be allowed to be displayed on the premises without the approval of the ENGINEER. B. No temporary facilities are anticipated. 1.02 TEMPORARY FIELD OFFICES A. Temporary field office is not required. 1.03 MOBILIZATION A. A Bid Item is included in each Part for Mobilization. The item is measured by the lump sum and will be paid in full upon completion of the respective Part, 1.04 TRAFFIC CONTROL A. Part I — 8109 Bass Lake Road: L Not required. B. Part 2 — 9117 Northwood Parkway: 1. Provide Road Closed signs and barricades at the following intersections: a. Hillsboro Ave, and Northwood Pkwy. b. Hillsboro Ave. and Independence Ave. 2. Signs shall be in place during storm sewer and pavement restoration work. 3. Submit a detour plan including signage and barricades according to MMUTCD requirements. 4. Streets shall be open to through traffic at the end of each work day. No open trenches shall be left over night. 34-01-132 @ 2001 Bonestroo, Rosene, Anderlik & Associates, Inc. TEMPORARY FACILITIES AND CONTROLS C. Part 3, 4, and 5 — 3051 Lousiana, 2756 Ensign, and 8937 47 %2 Avenues: 1. Not required. D. Part 6 — 8616 48 Avenue: 1. Provide a detour via Aquila Ave and 48 Ave. 2. Submit a detour plan including signage and barricades according to MMUTCD requirements. 3. Detour shall be allowed for 1 working day only during the repair of the sanitary service. 4. The disturbed portion of Boone Avenue shall be restored with Class 5 and opened to through traffic after the sanitary service repair. Placement and removal of excess Class 5 shall be incidental to the Traffic Control for this Part 5. The street pavement shall be restored within at least 5 days of the service repair. Pavement restoration shall be completed with flaggers and temporary traffic control such that traffic is maintained on Boone Avenue in both directions. E. Part 7 — Hopewood Ave and Ensign Ave Storm Sewer: Provide Road Closed signs and barricades at the following intersections: a. Ensign Ave. and Boone Ave. b. Hopewood Ave. and Boone Ave. C. Ensign Ave, and 4e Ave. 2. Signs shall be in place during Storm sewer and pavement restoration work. 3. Submit a detour plan including signage and barricades according to MMUTCD requirements. 4. Streets shall be open to through traffic at the end of each work day. No open trenches shall be left over night. END OF SECTION 34-01-132 Oc 2001 Bonestroo, Rosene, Anderlik & Associates, Inc. TEMPORARY FACILITIES AND CONTROLS SECTION 01570 LW&*M1*)0=&4M-3 9) 010 UkWwel 109 tkol I PART 1 - GENERAL 1.01 SECTION INCLUDES A. This work shall consist of temporary measures to control soil erosion and sedimentation throughout the duration of all phases of work in accordance with the design and details indicated on the plans and approved in the contract, 1.02 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction; 2000 Edition. B. American Society for Testing and Materials (ASTM): 1 ASTM D4355 — Test Method for Deterioration of Geotextiles from Exposure to Ultra. 2. ASTM D4491 — Test Methods for Water Permeability of Geotextiles by Pernimitivity. 3. ASTM D4632 — Test Method for Grab Breaking Load and Elongation of Geotextiles. A. This work shall consist of temporary measures to control soil erosion and sedimentation throughout the duration of all phases of work in accordance with the design and details indicated on the plans and approved in the contract. B. Temporary erosion controls are short lived devices such as straw bale structures, silt curtains, sediment traps or other means to temporarily protect the over-all work prior to the installation of permanent erosion controls or to supplement the permanent measures. C. It shall include furnishing, installing and maintaining erosion or sediment control devices as required in the Plans or as directed by the ENGINEER. D. Dust control may be required to prevent dust from drifting to adjacent areas. Use water to control dust if requested by the ENGINEER or OWNER, 34-01-132 @ 2001 Boriestroo, Rosene, Anderlik & Associates, Inc, 01570-1 EROSION AND SEDIMENT CONTROL A. CONTRACTOR is responsible for clean up of any erosion of sediment that may occur - including street sweeping of mud and debris tracked from the site. B. CONTRACTOR is responsible for the maintenance and cleaning of all temporary erosion control devices. C. CONTRACTOR shall inspect all silt fences immediately after each runoff event and at least daily during prolonged rainfall. Any required repairs shall be made immediately. When sediment deposits reach approximately one-half the height of the silt fence, the sediment shall either be replaced or a second silt fence installed. D. The CONTRACTOR shall inspect and repair any general washouts that occur as a result of the grading or construction. Restoration shall consist of both grade repair and turf reestablishment. E. The CONTRACTOR shall inspect pipe crossings or slope drains after each rainfall that produces runoff. Any needed repairs shall be made promptly. The slope drain shall not be crossed by construction equipment. The apron shall be inspected periodically to check for scour. Any needed repairs shall be made promptly to prevent further damage. F. The CONTRACTOR shall inspect installed diversion mounds after all significant runoff events. Any damage shall be repaired promptly. Sediment shall be removed from the channel and restoration made as necessary. 1.05 SEQUENCING AND SCHEDULING A. General: The CONTRACTOR shall submit for approval, the plan of operations required for accomplishing temporary and permanent erosion control. 2. Installation of temporary erosion and sedimentation control measures shall be coordinated with all phases of work. The CONTRACTOR shall complete grading, finishing, and installation of permanent or temporary erosion controls on a section-by-section basis. He shall also establish permanent turf in accordance with Section 02920 — LAWNS AND GRASSES to prevent excessive soil erosion, B. Install silt fence and bale checks prior to starting any construction operations, which might cause any sedimentation or siltation. 34-01-132 @ 2001 Bonestroo, Rosene, Anderlik & Associates, Inc. 01570-2 EROSION AND SEDIMENT CONTROL C. Silt fence shall be removed, as determined by the ENGINEER, after the slopes and ditches have been stabilized and turf developed to the extent that future erosion is unlikely. Materials remaining after removal shall become the property of the CONTRACTOR and shall be disposed of off the construction site. & i 0 9 us 2.01 SILT FENCE A. Geotextile Fabric: Either woven or non-woven polyester, polypropylene, stabilized nylon, polyethylene or polyvinylidene chloride: 1. Criteria: Property Test Method Minimum Requiremen Grab Strength* ASTM-D-4632 100 lbs Elongation* ASTM-D-4632 15% min. to 50% max. at 45 lbs Permitivity ASTM-D-4491 0.01 sec Equivalent Opening Size CW-02215-77 20 to 50 (coarse soils)" 50 to 140 (fine soils)** Width 36 inches Ultraviolet Resistance ASTM-D-4355 90% 12" per min. strain rate Coarse soils with less than 50 percent of the particles passing through a #200 sieve, fine soils with greater than 50 percent of the particles passing through a #200 sieve. The CONTRACTOR shall furnish the ENGINEER, at the time of delivery of the geotextile fabric, a manufacturer's Certificate of Compliance that the geotextile fabric as furnished meets the above requirements. 2. The geotextile fabric shall be furnished in a wrapping, which will protect the fabric from ultraviolet radiation and from abrasion due to shipping and hauling. The geotextile is to be kept dry until installed. B. Posts: 2-inch by 2-inch diameter wood posts or standard steel fence posts weighing not less than 1.33 pounds per lineal foot, with a minimum length of 30 inches plus burial depth. 34-01-132 @ 2001 Bonestroo, Rosene, Anderlik & Associates, Inc. 01570-3 EROSION AND SEDIMENT CONTROL PART 3 - EXECUTION 3.01 INSTALLATION A. Silt Fence: Silt fence shall be erected prior to starting any construction operation, which might cause any sedimentation or siltation to be carried away from the project site. Silt fence shall be installed on the contour and constructed so that flow cannot bypass the ends. 1 Silt fences may be constructed with or without supporting fences such as snow fences or wire mesh fences. If support fences are included, they shall be strong enough to withstand the load from ponded water and trapped sediment. The support posts shall be spaced at 8 feet or less, and shall be driven at least 2 feet into the ground. 3. When a silt fence is installed without a supporting fence, the posts shall be spaced at 4 feet or less and be placed or driven at least 30 inches into the ground. 4. For all installations, the fabric shall be anchored in a trench dug on the up- slope side of the posts. The trench should be at least 6 inches deep and 6 inches wide. The fabric shall be laid in the trench, which is backfilled and compacted. 5. The filter fabric shall be furnished in a continuous roll to avoid splices. When a splice cannot be avoided, it shall be made at a fence post. The fabric shall be overlapped 6 inches, folded over and securely fastened. 6. All silt fences shall be inspected immediately after each runoff event and at least daily during prolonged rainfall. Any required repairs shall be made immediately. When sediment deposits reach approximately one -half the height of the silt fence, the sediment shall either be replaced or a second silt fence installed. 7. Silt fence shall be removed, as determined by the ENGINEER, after the slopes and ditches have been stabilized and turf developed to the extent that future erosion is unlikely. Materials remaining after removal shall become the property of the CONTRACTOR and shall be disposed of off the construction site. 34 -01 -132 © 2001 Bonestroo, Rosene, Anderlik & Associates, Inc. 01570 -4 EROSION AND SEDIMENT CONTROL 3.04 MEASUREMENT AND PAYMENT A. Payment for silt fence shall be on a lineal foot basis. 34-01-132 @ 2001 Bonestroo, Rosene, Anderlik & Associates, Inc. 01570-5 EROSION AND SEDIMENT CONTROL ACKNOWLEDGMENT OF SURETY (Attorney -in -Fact) State Of MINNESOTA County Of DAKOTA On this 17th day of September , in the year 2001 . Before me personally appeared M. A. Jones known to me to be the Attorneyin -Fact of Capitol Indemnity Corporation company described in and which executed the foregoing instrument, and acknowledged to me that she/he signed said instrument as Attorney -in -Fact of the said company and subscribed the name of Capitol Indemnity Corpo ration thereof as surety, and his own name as Attorney-in -Fact. �'lQiARY °U�3L_IC - `,MINNESOTA <: W7 Oa C)TA CC U7Y K -- — v Co t,ic C. fires ,l n. 31, 2f 05 Notary Public rooytw INDEMNITY CORPORATION 4610 UNIVERSITY AVENUE, SUITE 1400, MADISON, WISCONSIN 53705 -0900 PLEASE ADDRESS REPLY TO P.O. BOX 5900, MADISON, WI 53705 -0900 PHONE (608) 231 -4450 • FAX (608) 231 -2029 Known a ll men b y these Presents, That the CAPITOL INDEMNITY CORPORATION, a corporation of the State of Wisconsin, having its principal offices in the City of Madison, Wisconsin, does make, constitutes and appoint ------------------------------ - - - - -- LITTON E.S. FIELD, LITTON E.S. FIELD, JR., _ M. A. JONES, ----------------------------- , _-- OR F..E. LAUNSTEIN is true and lawful Attorneys) -in -fact, to make, execute, seal and deliver for and on its behalf, as surety, and as its act and , seed, any and all bonds, undertakings and contracts of suretyship, provided that no bond or undertaking. €fir, contract of ,uretyship executed under this authority shall exceed in amount the sum of -------------------------------- - - - - -- ---- - - - - -- NOT TO EXCEED $4,000,000.00 ------ -------- - - - - -- ------------ - - - - -- - - - -- - - - - - -- This Power of Attorney is granted and is signed and seald b facsimile under and by the authority of the following, Iesolution adopted by the Board of Directors of CAPITOL INDEMNITY CORPORATION at a meeting duty called and held !n the 5th day of May 1960: ° ,a "RESOLVED, that the President, and Vice - President the Secretary or Treasurer, acting individually or otherwise, be and they hereby are granted the power nd authorization to appoint by a Power of Attorney for the purposes only of executing and attesting bonds and undertakings, and other writings obligatory in the ature thereof, one or more resident vice - presidents, assistant secretaries and attorney(s) -in -fact, each appointee to have the powers and duties usual to such ffices to the business of this company; the signature of such officers and seal of the Company may be affixed to any such power of attorney or to any certificate dating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the :ompany, and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with ,spect to any bond or undertaking or other writing obligatory in the nature thereof to which it is attached. Any such appointment may be revoked, for cause, or , ithout cause, by any of said officers, at anytime." IN WITNESS WHEREOF, the CAPITOL INDEMNITY CORPORATION has caused these presents to be signed by s officer undersigned and its corporate seal to be hereto affixed duly attested by its Secretary, this 1st day of June, 1999. CAPITOL INDEMNITY CORPORATION ,ttest: �' �� V A1AltilUllll /U //l - � J e.o VIr glline M..Schulte, Secretary Q r Fait President TATE OF WISCONSIN ���of��rrletnllall�v OUNTY OF DANE On the I Morn,' did del APITOL INDI lows the seal � order of the TATE OF WI1c day of June, JONSIN D., 1990, before me personally came George A Fait, to me known, who being by me duly, tt he resides in the County of Dane, State of Wisconsin; that he is the President of ' IATION, the corporation described in and which executed the above instrument; that he ation; that the seal affixed to said instrument is such corporate seal; that it was so affixed of said corporation and that he signed his name thereto by like order. O F F l f w l s U Oo � // OUNTY OF DANE JANE _ * F. * Jane F. Endres ENDRES Notary Public, Dane Co., Wl yo ` ,c ��`� My Commission Expires March 23 2003 vl fll/1111 l lilt ll1 \ \ \ \\ CERTIFICATE I, the undersigned, duly elected to the office stated 'below, now the incumbent in CAPITOL INDEMNITY, DRPORATION, a Wisconsin Corporation, authorized to make this certificate, DO HERESY CERTIFY that the foregoing, tached Power of Attorney remains in full force and has not been revoked; and furthermore that the Resolution of the )ard of Directors, set forth in the Power of Attorney is now in force. Signed and sealed at the City of Madison. (Dated day of Se tember _ 200 , f l Tre asurer This power is valid only if the power of attorney number printed in the upper right hand corner apears in red. Photocopies, carbon other reproductions are not binding on the company. Inquiries concerning this power of attorney maybe directed to the Bond Manager Lgi UU1 /001 QCORD C ERTIFICAT E _ F LIABILITY 4 /17 /2001 INSURANCE 9 /v/Za DUCER (651)227 -8405 FAX (651)227 -0507 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION C. Field & Company ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 0 North Robert Street HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED eY THE POLICIES BELOW, 0. Box 64016 — J . Paul, MN 55164 INSURERS AFFORDING COVERAGE RED Dave Perkins Contracting Inc INSURER A: West American Insurance Co 14230 Basalt Street NW INSURER B: Ohio Casualty Group Ramsey, MN 55303 INSURER C: State Fund Mutual Insurance Co INSURER D: INSURER E: 'ERAGES G Dnl In;oe - - - -- - - - - -- • •- •- - -- •- •...+.,. w , v + na nNwr«U "Amcu Atsuvt MJK 711E POLICY PERIOD INDICATED. NOTWITHSTANDING IY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR Y PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH , LICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION DATE MM D GENERAL LIABILITY LW (02) 52707808 04/30/2001 04/30/2002 EARRENCE $ 1 , 00 00 X COMMERCIAL GENERAL LIABILITY FI DAMAGE (Any one fire} $ 1()0,0 CLAIMS MADE ®OCCUR M one person) $ 5 00 g IMITS PEADV INJURY S 1 000 OO X XCU Covered GE GOREGATE i 1 , 000 , 00 GEN'L AGGREGATE LIMIT APPLIES PER; POLICY PR- COMPfOP AGCC $ �, + t100 'a X PRO• JECT LOC AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS AW 52707808 04/30/2001 04/30/Z00Z COINGLE LIMIT (Ea $ 500 , 00 X SCHEDULED AUTOS HIRED AUTOS BODILY INJURY (Per peson) $ X NON OWNED AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per acoldent) 9ARAGELIAEILTTY ANY AUTO AUTO ONLY - EA ACCIDENT S OTHER THAN EA ACC AUTO ONLY; AGO S S iXCESS LIABILITY OCCUR FI CLAIMS MADE BX0(02) 52707808 04/30/2001 04/30/2002 EACH OCCU RRENCE S 2,000 AGG REGATE $ 2,00 " °' DEDUCTIBLE ( RETENTION S 10,00 ""'- • ° °• 5 1ORKERS COMPENSATION AND MPLOYERS' LIABILITY 1 5576.202 04/30/2001 04/30/2002 X TORYLIMtTS ER E.L. EACH ACCIDENT $ L000, E.L. DISEASE, FA FMPI C)YF S 1, E.L. DISEASE - POLICY LIMB S - 1,000 00 Disease Policy Limit applies THER istallatian Floater - LW (022 52707808 04 /34/2401 04/30/2002 ;00,000 to accident and disease. PTION OF OPE MXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS Backyard Drainage Improvements & Utility Repairs, City Project No. 706 u vv rlla nv, sv - vs - tse. ficate holder, Owner, and Engineer are added as additional insureds uding professional services) under the general liability for this project, FICATE HOLDER ADDITIONAL City of New Hope Steve Sondrall 4401 Xylon Avenue New Hope, MN 55428 A CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL MMOM MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFF, DI? l�I ifd€ �raXs �4df J�t�XI�IJrS�41El�k'l4tiYax}EXXX AUTHORIZED REPRESENTATIVE '7 J 15-45 (7197) FAX: (763)493 -5193 8 COUNCTI, 0 REQUEST FOR ACTION OQ kr Originating Department Approved for Agenda Agenda Section Public Works September 24, 2001 Consent Item No. By: Guy Johnson By: 6.7 MOTION APPROVING THE ADDITION F A CITY FIRE HYDRANT REPLACEMENT PROJECT TO THE 2001 BACKYARD DRAINAGE AND UTILITY IMPROVEMENT CONTRACT (PROJECT NO. 706) REQUESTED ACTION Staff is recommending that the Council approve the addition of a City fire hydrant replacement project, to the "2001 Backyard Drainage and Utility Improvement" contract with Dave Perkins Contracting, Inc. at a cost of $19,810.00. BACKGROUND The fire hydrant in the northeast corner of 32 " Avenue and Winnetka Avenue was hit and damaged by a motor vehicle last month. There were no witnesses and the driver of the vehicle has not been identified. The hydrant has been hit, damaged, and repaired a number of times in the past. The damage this time is extensive and will require the replacement of the hydrant. Staff is also recommending that the new hydrant be relocated approximately twenty (20) feet north of its current location at the corner. The work will be rather complex because of the multiple number of utilities buried in the right of way. While the work is in progress, a lane closure will be required on Winnetka Avenue. FUNDING The three quotes received for this work are: Dave Perkins Contraction, Inc. $19,810.00 Valley Rich Company, Inc. $22,060.00 G.L. Contracting, Inc. $27,790.30 Funds are available for utility repair in the utility operating budget. ATTACHMENTS Copies of the three quotes are attached. 2L" SECOND BY TO: 4 4 42L �,L 1. RfakPubworks\32ndWinnetkaFireHydrant QUOTE Winnetka Avenue (CSAH 156) and 32" Avenue Hydrant Repair/Relocation New Hope, Minnesota City Project (General) BRAA Project 34 -Gen E01 -25 Return to: Vince Vander Top Fax Number 651 - 636 -1311 Office Number 651 -604 -4790 Pager 612 -510 -3681 Cellular 612 -805 -8255 BONESTROO, RO SENE, ANDERLIK & ASSOCIATES, INC. UNIT TOTAL ITEM UrifiT QTY COST COST 1. Mobilization LS 1 3 12 0 0 . J 1 t '2-0 L) ° 2. Traffic Control LS 1 0 60 . 0" t Q b • a c� 3. Bituminous Pavement Removal SY 45 1 Y5 0, 4. Sawcut Bituminous Pavement LF 60 Q • 4 l `l n.04 5. Remove Concrete Curb and Gutter LF 40 o d Z C) o . 6N 6. Remove Concrete Sidewalk SF 200 v p ZU U .aa 7. Remove Hydrant Riser LS 1 ��Q•eJ 5o�a0 8. Hydrant, Water Main, and Fittings LS 1 tqt ,3 0 • 7I a 6 D . 9. Class 5 Aggregate (crushed limestone) TN 18 3 5, " D 10. Bituminous Base — Type 31 TN 22 1, A o v. ad 11. Bituminous Wear — Type 41 TN 4 on 6 12. Concrete Sidewalk SF 200 •� n 0 0 3 - 40 13. Concrete Curb - B624 LF 40 Q 1 2-0 1) • a a 14. Restoration — Topsoil Borrow /Seed LS 1 2 • ° a Z G0 . 03 Dave PerkInS CalltractIllg Inc. 14230 Basalt St. N.W. j r, g , 110 Ramsey, MN 55303 Total Quote Name: Signature: Printed Name Signer: I W IC i Y}3 Title: -esfd tit-o- g _ .. +� 11ALL #CH CO., INC. WAT 4i QUOTE Vftntim A (CtQ' IAII ) Arid .V AM•snm: RyarNm Rap#"alomson Nww HoM Mkmk4a City Projed (Gene;sl) SRAA Pn4act 34-Gm 101.25 Rdum ta: Vkm VOW&W Top FjM NYmbrr 63143Gj3U Qlfics ftanbnc WI- 694.47" Pater 6�Si� -361 Cmnbr 6l24W5 W ,,,,�, -.., � 13�, A3�.RitK dt t?Q i� ►�S IbT+C. IA7�l4 U R i Aio'3 UNrr QTY QTY {r6J3 d c ogr 1. mobifizatitm LS L 2. Trathc Canflol LS 1 9.Cao 3. alturiai"m ftywang SY 45 4. S&W=t Blftmhxms Psvtia M LF 4 & L :p4"' �4f7 !L Kcmov* Caoncrate Curb ttw +[ "a" LF 40 y d• Rc wyo Coua-eft SWaft k Sir 240 7. Ramv.t aydrm Rtm LS 1 S. *dasu4 WttLtpr MaEn, WW F3tt¢UP La 1 9. CIM 3 (cry & *tstozW TN i 1m $Ctumiz<ans Be= -Type 31 Tit = 11. %t mnAom= W mw - TY" 41 Tm 4 12. Concr*ft8M#wjdk SF 20 . 13. C.ouav" Cgrb - EM LF 48 14. Rtstort dt n - T'opwa Sorlr.1$ta 1$ y l� — g _ .. +� 11ALL #CH CO., INC. WAT 4i INC. w V QUAN I 1t p A � C y 7 ,� e �,�ya � t y $s.618-40 $ $5 �y t 1 i i y LS $ $3,906,00 $ $3,006-UO 3 mWo r 4 45 S SY $ $4.40 $ $199.00 4 - SAW EIT 6 60 L LF $ $6.60 $ $396,110 5 FEMCLF3 4 40 L LF $ $3.30 S Si92.00 S FEMSClEWALK 2 200 E EF $ $0.56 $ $1io.Q0 7 FEMM'i) 1 1 $ $567 $ $357.60+ 8 HYD WM & F41T1i 1 1 i iB $ $8,300.70 $ $8,300.703 0 { + 8 ' ' T N T $ $31.20 $ $561.8 0 + + i � 8 liY 1 1'44 •LO $ 3,172.40 $ $27,790.30 6• 4401 Xylon Avenue North New Hope, Minnesota 55428 -4898 www.ci.new- hope.mn.us October 23, 2001 Dave Perkins Contracting 14230 Basalt Street NW Ramsey, MN 55303 Subject: Change Order No. 1 — Project No. 706 City Hall: Police: Public Works TDD: 763 - 531 -5100 763 - 531 -5170 763- 533 -4823 763 - 531 -5109 City Hall Fax: 763 - 531 -5136 Police Fax: 763 - 531 -5174 Public Works Fax: 763 -533 -7650 Enclosed is a fully executed change order for the 2001 backyard drainage improvements (Improvement Project No. 706). This change order includes the addition of a fire hydrant at 32" d and Winnetka Avenues for $19,810. The change order was approved by the New Hope City Council at its meeting of September 24, 2001. Sincerely, a -A ( 711 " C Valerie Leone, CMC City Clerk Enc. cc: Guy Johnson, Public Works Director Vince VanderTop, BRAA Family Styled City 4* `� � For Family Living COUNCIL I:Rfa\Pubworks \2002 \706ChangeOrder #2 RFA REQUEST FOR ACTI 2�� H 0Q<v Originating Department Approved for Agenda Agenda Section Public Works June 10, 2002 Consent Item No. f By: Guy Johnson By: ;' 6 . 7 RESOLUTION APPROVING CHANGE ORDER NO. 2 TO CONTRACT WITH DAVE PERKINS CONTRACTING, INC., IMPROVEMENT PROJECT 706 (2001 BACKYARD DRAINAGE AND UTILITY IMPROVEMENTS) /F REQUESTED ACTION Staff is recommending that the Council approve Change Order No. 2 for the 2001 Backyard Drainage and Utility Improvement Project contract, in the amount of $37,445.00, to Dave Perkins Contracting, Inc. BACKGROUND Change Order No. 2 represents compensation for proposed additional work on the original contract. On September 10, 2001, Council awarded a contract to Dave Perkins Contracting, Inc. for two backyard drainage projects and one utility repair. The contractor's original bid of $140,645.00 had also included three additional backyard drainage projects and one additional utility repair. Because of funding restraints, this work was dropped from the recommended improvement project in 2001. The utility work that was dropped last year was the replacement of a severely deteriorated storm water system at the intersection of Ensign Avenue and Hopewood Lane. After this work was eliminated from last years improvement project, temporary repairs were made by staff to try and insure that the system would not fail during the winter, and to allow minor street surface improvements. Dave Perkins Contracting, Inc. has agreed to honor their 2001 bid for this work. Staff proposes that the city have Dave Perkins Contracting, Inc. proceed with this work prior to Duk Duk Daze. Also the city is currently advertising for bids for the proposed 2002 Sealcoat Project. If the city proceeds with the seal coat project this year, it would start after Duk Duk Daze. The Ensign and Hopewood area is included to the proposed sealcoat project. FUNDING The total cost for this change order is $37,445.00. Funding is available in the stormwater- operating budget. ATTACHMENTS Change Order No. 2 and the resolution are attached. MOTION BY SECOND BY TO: I:Rfa\Pubworks \2002 \706ChangeOrder #2 RFA CITY OF NEW HOPE RESOLUTION NO. 02 -94 RESOLUTION APPROVING CHANGE ORDER NO. 2 TO THE CONTRACT WITH DAVE PERKINS CONTRACTING, INC., IMPROVEMENT PROJECT 706 (2001 BACKYARD DRAINAGE AND UTILITY IMPROVEMENT) WHEREAS, the City has entered into a contract with Dave Perkins Contracting, Inc. for the 2001 Backyard Drainage and Utility Improvement; and, WHEREAS, portions of the original project were deleted for funding reasons; and, WHEREAS, funds are now available to complete an additional portion of the project; and' WHEREAS, the City has received a cost proposal from Dave Perkins Contracting, Inc. to modify the terms of the contract to address this addition; and, NOW, THEREFORE, BE IT RESOLVED, by the City Council of the City of New Hope, Hennepin County, Minnesota: 1. That the City Council hereby approves Change Order No. 2 to the contract with Dave Perkins Contracting, Inc., in the amount of $37,445.00. 2. That the City Manager is authorized to sign Change Order No. 2 to the contract Dave Perkins Contracting, Inc. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 10 day of June, 2002. Mayor Attest: /Ltu �414 City Clew I: Rfat2002WMhangeOrder #2 Resolution June 6, 2002 Mr. Dave Perkins Dave Perkins Contracting Inc, P.O. Box 277 14230 Basalt Street Ramsey, MN 55303 -0277 Re: 2001 Backyard Drainage Improvements New Hope, MN Bonestroo File No. 34 -01 -132 Dear Dave: The attached Change Order #2 will add the Hopewood Lane/Ensign Avenue storm sewer repair to the project. All work will be paid according to the quoted unit prices. Please sign all copies of the change order and return them to my attention. Sincerely, BONESTROO ROSENE ANDERLIK & ASSOCIATES, INC. Vince Vander Top Enclosures 2335 West Highway 36 w St. Paul, MN 55113 a 651 -636 -4600 x Fax: 651-636-1311 Bonestroo, Rosene, Anderlik and Associates, Inc. is an Affirmative Action /Equal Opportunity Employer Bonestroo and Employee Owned Principals: Otto G. Bonestroo, PE. • Marvin L. Sorvala, BE. • Glenn R. Cook, P.E. • Robert G. Schunicht, PE. MON e Jerry A. Bourdon, PE. Anderlik & Senior Consultants: Robert W. Rosene, P.E. • Joseph C. Anderlik, P.E. • Richard E. Turner, P.E. • Susan M. Eberlin, C.PA. A ssociates Associate Principals: Keith A. Gordon, RE. • Robert R. Pfefferle, RE. • Richard W. Foster, PE. • David O. Loskota, PE. Mark A. Hanson, RE • Michael T. Rautmann, P.E. • Ted K. Field, BE. • Kenneth P. Anderson, PE. • Mark R. Rolfs, P.E. David A. Bonestroo, M.B.A. • Sidney P Williamson, P.E., L.S. • Agnes M. Ring, M.B.A. • Allan Rick Schmidt, RE. Engineers & Architects 9 Thomas W. Peterson, PE. - James R. Maland, RE. • Miles B. Jensen, P.E. • L. Phillip Gravel III, PE. • Daniel J. Edgerton, P.E. Ismael Martinez, RE. • Thomas A. Syfko, P.E. • Sheldon J. Johnson • Dale A. Grove, PE. • Thomas A. Roushar, PE. Robert J. Devery, P.E. Offices: St. Paul, St. Cloud, Rochester and Willmar, MN • Milwaukee, WI • Chicago, IL Website: www.bonestroo.com June 6, 2002 Mr. Dave Perkins Dave Perkins Contracting Inc, P.O. Box 277 14230 Basalt Street Ramsey, MN 55303 -0277 Re: 2001 Backyard Drainage Improvements New Hope, MN Bonestroo File No. 34 -01 -132 Dear Dave: The attached Change Order #2 will add the Hopewood Lane/Ensign Avenue storm sewer repair to the project. All work will be paid according to the quoted unit prices. Please sign all copies of the change order and return them to my attention. Sincerely, BONESTROO ROSENE ANDERLIK & ASSOCIATES, INC. Vince Vander Top Enclosures 2335 West Highway 36 w St. Paul, MN 55113 a 651 -636 -4600 x Fax: 651-636-1311 4401 Xylon Avenue North New Hope, Minnesota 55428-4898 www.ci.new-hope.mn.us June 17, 2002 Dave Perkins Contracting, Inc. 14230 Basalt St. Ramsey, MN 55303 City Hall: 763-531-5100 Police: 763-531-5170 Public Works: 763-533-4823 TDD: 763-531-5109 City Hall Fax: 763-531-5136 Police Fax: 763-531-5174 Public Works Fax: 763-533-7650 Subject: Change Order No. 2 — Project No.706 (2001 Backyard Drainange and Utility Improvements) Enclosed for your records are two fully executed copies for the above-referenced Change Order. Please forward one copy to your bonding company. The change order amount was $37,445. This change order was approved by the New Hope City Council at its meeting of June 10, 2002. Sincerely, Valerie Leone, CMC City Clerk Enc. cc: Guy Johnson, Public Works Director Vince VanderTop, BRAA Family Styled City For Family Living