Loading...
IP #721COUNCIL REQUEST FOR ACTIN Originating Department Approved for Agenda Agenda Section Development & Planning Public Works March 24, 2003 Item No. By: Guy Johnson By: F RESOLUTION ORDERING CONSTRUCTkIK OF AND AWARDING CONTRACT FOR CONSTRUCTION OF THE 2003 STREET INFRASTRUCTURE PLAN IMPROVEMENT PROJECT NO. 721 (2003 Street Infrastructure Plan Improvement REQUESTED ACTION Staff requests approval of a resolution ordering construction of the 2003 Street Infrastructure Plan Improvements Project 721, and of a resolution awarding the contract to the low and responsible bidder, Northwest Asphalt Inc., in the amount of $258,708.35. This price is the total of the Base Bid of $207,861.25, and Alternate 1, $22,469.60, and Alternate 2, $28,377.50. The award of Alternate 1 is contingent on the acquisition of the easements necessary to complete this improvement. The Engineer's estimate for the base bid plus the two alternates was $289,000.00. BACKGROUND The 2003 Street Infrastructure Plan Improvements Project includes: • Mill and overlay of blacktop of Erickson Drive. • Water main improvements at 49 Avenue and the TH169 Frontage Road. • Street improvement and lane reconfiguration at 49 Avenue and TH 169 Frontage Road. Bids were also requested for two alternates. These are: • Alternate 1 -Storm sewer improvements at 59 and Wisconsin Avenues. • Alternate 2 -Storm sewer improvements at Decatur Avenue and Northwood Parkway. When Council approved plans and specifications for this project on February 24, 2003, the project included the rehabilitation of a portion of Zealand Avenue west of New Hope City Hall and a portion of Nevada Avenue just north of 42 Avenue. After consultation with GoodPointe Technology, Zealand Avenue was removed from the project because of its history of water main breaks. It has been decided that the proper maintenance for Zealand Avenue would be total reconstruction at a later time rather than a mill and overlay at this time. The work on Nevada Avenue was removed from the project after consultation with representatives from the City of Crystal. It has been determined that there will be cost savings and efficiencies in the construction by delaying this work until 2006 when it can be coordinated with work that Crystal is planning for its portion of Nevada Avenue at that time. MOTION BY SECOND BY TO: I:rra\NubworKs \ZUU3 \7Z1 KFA Awarding contract 3 -24 -03 Request for Action Ordering Project Awarding Bid Page 2 Bids were received from three firms. These are Hardrives, Inc., Midwest Asphalt Corp, and the low bidder, Northwest Asphalt, Inc. FUNDING Funding for this project is available in the Street Infrastructure Fund, the Utility Fund, and the Storm Water Fund. ATTACHMENTS The Engineer's memorandum and the resolution ordering the project and the resolution awarding the contract are attached. I \RFA\Pubworks\20031721 RFA Awarding Contract 3 -24 -03 RESOLUTION NO. 03- 54 RESOLUTION ORDERING CONSTRUCTION OF AND AWARDING A CONTRACT FOR CONSTRUCTION OF THE 2003 STREET INFRASTRUCTURE PLAN IMPROVEMENT PROJECT NO. 721 (2003 Street Infrastructure Plan Improvement) BE IT RESOLVED by the City Council of the City of New Hope as follows: 1. This Council considered and approved plans and specifications and ordered bids for construction of the 2003 Street Infrastructure Plan Improvement Project No. 721 (hereafter Project) at its meeting on February 24, 2003. This action and the City staff's bid advertisement action for the Project is hereby ratified and approved. Based on a consideration of these plans and specifications, presentations by the City staff and City Engineer on this project and this Councils own consideration for the need for this project, this Council does hereby determine to proceed with the making of said proposed improvement, and said improvement is hereby ordered 2. That advertisement for bids for the construction of said improvement was published in the New Hope - Golden Valley Sun -Post, the official newspaper of the City, on March 6, 2003 and in The Construction Bulletin on February 28 and March 7, 2003. 3. That bids for the construction of the 2003 Street Infrastructure Plan Improvement No. 721 were duly opened at the New Hope City Hall, 4401 Xylon Avenue North, at 1:30 p.m. on March 17, 2003 as heretofore authorized by this Council. 4. It is hereby found and determined by this Council that the bid of Northwest Asphalt Inc. for the construction of said project in the amount of $258,708.35 which includes a base bid of $207,861.25 and two alternate bids of $22,469.60 and $28,377.50 respectively is the lowest responsible bid submitted for the construction of said improvement; that Bonestroo, Rosene, Anderlik & Associates, Inc., Engineers for the City, have recommended to this Council the said low bid for the award of the contract for the construction to the designated lowest responsible bid. 5. The Mayor and Manager are authorized and directed to enter into an improvement contract for the construction of said improvement in the name of the City with Northwest Asphalt Inc., subject to the said contractor furnishing a public contractor's surety bond, conditioned as required by law. Adopted by the City Council this 24 day of March, 2003. r W. Peter Erick, Mayor Attest: t �' Valerie Leone, City Clerk —1— March 19, 2003 Bonestroo, Rosene, Anderlilc and Associates, Inc. is an Affirmative Action /Equal Opportunity Employer and Employee Owned Principals: Otto G. Bonestroo, P.E. • Marvin L. Sorvala, P.E. • Glenn R. Cook, RE. • Robert G. Schunicht, RE. Jerry A. Bourdon, R.E. • Mark A. Hanson, RE. Senior Consultants: Robert W. Rosene, RE. • Joseph C. Anderlik, RE. • Richard E. Turner, P.E. • Susan M. Eberlin, C.P.A. Associate Principals: Keith A. Gordon, P.E. • Robert R. Pfefferle, P.E. • Richard W. Foster, RE. • David O. Loskot,a, P.E. Michael T. Rautmann, P.E. • Ted K. Field, P.E. • Kenneth R Anderson, RE. • Mark R. Roll's, RE. • David A. Bonestroo, M.B.A. Sidney R Williamson, RE., L.S. • Agnes M. Ring, M.B.A. • Allan Rick Schmidt, P.E. • Thomas W. Peterson, RE. James R. M,aland, RE. • Miles B. Jensen, P.E. • L. Phillip Gravel III, RE. • Daniel J. Edgerton, RE. • Ismael Martinez, RE. Thomas A. Syfko, RE. • Sheldon J. Johnson • Dale A. Grove, RE. • Thomas A. Roushar, RE. • Robert J. Devery, RE. Offices: St. Paul, St. Cloud, Rochester and Willmar, MN • Milwvaukee, WI • Chicago, IL Website: www.bonestroo.com Honorable Mayor and City Council City of New Hope , 4401 Xylon Avenue N New Hope, MN 55428 -4843 Re: 2003 Street Infrastructure Plan Improvements Project City Project No. 721 File No. 34 -02 -136 Recommendation of Contract Award Bids were opened for the project stated above on Monday, March 17, 2003, at 1:30 PM, C.D.S.T. Transmitted herewith is the bid tabulation for your information and file. Copies will also be distributed to each bidder. There were a total of 3 bids. The following summarizes the results of the low 3 bids received: Contractor Bid Amount Alternate No. 1 Alternate No. 2 Low Northwest Asphalt Inc. $207,861.25 $22,469.60 $28,377.50 #2 Midwest Asphalt Corp. 210,122.30 29,46110 28,430.10 #3 Hardrives Inc. 217,128.70 33,211,65 28,957.10 Engineer's Estimate 244,000.00 24,000,00 21,000.00 The low bidder on the project was Northwest Asphalt Inc. with a Base Bid of $207,861.25. These bids have been reviewed and found to be in order. Base Bid Description The Base Bid amount includes the following work in the area of 49" Av Part Work Description Bid Amount 1 &2 Erickson Drive (Mill and Overlay, Curb and $51,586.25 Gutter Repair) 3 49"' Avenue Watermain 111,102.00 4 49"' Avenue Street Improvements 45,173.00 Base Bid Total 207,861.25 -nue and Erickson Drive: Estimate $65,500.00 121,000.00 57,500.00 244,000.00 All Parts compare favorably to the estimate and Council could consider contract award of the base bid. 2335 West Highway 36 a St. Paul, MN 55113 a 651- 636 -4600 m Fax: 651-636 -1311 City of New Hope March 19, 2003 Recommendation of Contract Award Page Two Alternate #1 — Storm Sewer Improvement — 8110 59"' Avenue N. This alternate was bid to address storm water concerns at 59"' Avenue and Wisconsin Avenue immediately upstream of Meadow Lake. The alternate includes: The construction of storm sewer in the ravine The removal of sediment at the end of the ravine The construction of a sump manhole at the upstream end of the storm sewer. The bid for this alternate is $22,469.90 which compares favorably to the estimate of $24,000.00. Based on this bid, Council could consider award of this alternate. This alternate and the construction impacts have not been reviewed in full detail with the adjacent property owners. If Council elects to award this portion of the contract, we recommend that the award be contingent upon receiving adequate access and easements to the property for construction and maintenance. Alternate #2 — Storm Sewer Improvements (Northwood Parkway/Decatur Avenue) This alternate was bid to improve storm water drainage at the southwest corner of the intersection of Northwood Parkway and Decatur Avenue. Storm sewer would be constructed from Northwood Park to the intersection. The bid includes excavation in Northwood Parkway. The bid for this alternate is $ $28,377.50, which is higher than the estimate of $21,000. Although the bid is higher than the estimate, all three of the bids received for this alternate a very comparable. On this basis, the Council could consider award of this alternate. If not, the improvement would likely be rebid in the future. The bid includes open- cutting Northwood Parkway, installing the storm sewer, and then patching the street. As another option, we also received quotes from other contractors to directional drill a storm sewer below Northwood Parkway. This would eliminate the need for opening and patching the street. Three quotes were solicited and two were received as follows: Contractor Bid Amount Low Minncomm Underground $6,352.00 #2 Red Pederson Utilities, Inc. $6,975.00 Equivalent Open -cut cost $4,055.00 Overall, the directional drilling option would cost an additional $2,297.00 versus cutting and patching the street. If this storm sewer is installed, staff recommends that directional drilling not be used because of the additional cost and because of potential conflicts with other existing underground utilities. Open - cutting the street may also allow the installation of a slightly larger storm sewer. City of New Hope March 19, 2003 Recommendation of Contract Award Page Three Summary If the City Council wishes to proceed with this project, Northwest Asphalt Inc. should be awarded the project on the Base Bid Amount of $207,861.25. Alternates #1 and #2 should also be considered based on the competitive bids received. Easements must be received from residents impacted by Alternate #1. Directional drilling is not recommended for Alternate #2. 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. Enclosures VTV:cmi 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, P.E. • Glenn R. Cook, P.E. • Robert G. Schunicht, RE. Jerry A. Bourdon, P.E. • Mark A. Hanson, RE. Senior Consultants: Robert W. Rosene, P.E. • Joseph C. Anderlik, P.E. • Richard E. Turner, P.E. • Susan M. Eberlin, C.P.A. Associate Principals: Keith A. Gordon, RE. • Robert R. Pfefferle, P.E. Richard W. Foster, RE. David O. Loskota, P.E. Michael T. Rautmann, RE. • Ted K. Field, RE. • Kenneth P Anderson, P.E. • Mark R. Rolfs, RE. • David A. Bonestroo, M.B.A. Sidney P Williamson, RE., L.S. • Agnes M. Ring, M.B.A. • Allan Rick Schmidt, RE. • Thomas W. Peterson, RE. James R. Maland, P.E. • Miles B. Jensen, RE. • L. Phillip Gravel 111, P.E. • Daniel J. Edgerton, PE. • Ismael Martinez, RE. Thomas A. Syfko, RE. • Sheldon J. Johnson • Dale A. Grove, RE. • Thomas A. Roushar, P.E. • Robert J. Devery, P.E. Offices: St. Paul, St. Cloud, Rochester and Willmar, MN • Milwaukee, WI • Chicago, IL Website: www.bonestroo.com April 9, 2003 Mr. Michael Pfeiffer Northwest Asphalt, Inc. 1451 Stagecoach Road Shakopee, MN 55379 Re: City of New Hope, Minnesota 2003 Street Infrastructure Plan Improvements Project City Project No. 721 File No. 34 -02 -136 Contract Documents Enclosed are four (4) copies of the contract documents between you and the City of New Hope covering the above- referenced project. Please complete Specification Section 00520 Agreement Form, Section 00610 Performance Bond, and Section 00620 Payment Bond. The insurance and indemnity requirements shall be provided. After completing the documents, forward them to the attorney listed below who will review them for the City of New Hope: Mr. Steven Sondrall, Jensen Swanson & Sondrall PA 8525 Edinborough Crossing #201 Brooklyn Park, MN 55443 -1983 After the necessary officials have signed the contracts, please distribute as follows: 2 copies Northwest Asphalt, Inc. (1 - your file, 1 - your bond company) 1 copy City of New Hope, Attention: Valerie Leone 1 copy Bonestroo & Associates, Attention: Vince Vander Top Upon r eceipt o f a s igned contract a nd o f iled C ertificate o f Insurance, approved b y t he C ity o f N ew H ope's Attorney, a pre - construction conference will be scheduled with you and the City of New Hope to review the project. Yours very truly, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. Vincent T. Vander Top, P.E. Enclosures: Four (4) Contract Documents cc: Steven Sondrall, City Attorney Valerie Leone, City of New Hope 2335 West Highway 36 ■ St. Paul, MN 55113 ■ 651-636-4600 ■ Fax: 651 - 636-1311 JENSEN • , t P Attorneys At Law 8525 EDINBROOK CROSSING, STE. 201 BROOKLYN PARK, MINNESOTA 55443 -1968 TELEPHONE (763) 424 -8811 • TELEFAx (763) 493 -5193 e -mail law @jensen- sondrall.com DOUGLAS J. DEBNER'- GORDON L. JENSEN' GLEN A. NORTON STEVEN A.SONDRALL STACY A. WOODS OF COUNSEL LORENS Q.BRYNESTAD April 25, 2003 VIA FACSIMILE TO: (763) 592 -6776 AND HAND DELIVERED Guy Johnson Public Works Director City of New Hope Department of Public Works 6500 International Parkway New Hope, MN 55428 Re: 2003 Street Infrastructure Plan Improvements Our File No. 99.10030 Dear Guy: Please find enclosed four original "2003 Infrastructure Plan Improvements ". Prior to approving the enclosed contracts for execution by the City, we required the following three documents from Northwest Asphalt, Inc.: 1. A letter stating who the "agent for service of process" will be; 2. A resolution of the Board of Directors of Northwest Asphalt, Inc. authorizing Michael B. Pfieffer to enter into the above - referenced Contract with the City; and 3. A revised Certificate of Insurance with corrected "cancellation" provision. 'Real Property Law Specialist Certified By The Minnesota State Bar Association 'Admitted in Iowa We have now received via facsimile all of the required documents, copies of which have also been enclosed for your reference, and the assurance that the necessary originals will be mailed to us. It is therefore, our opinion that the City may proceed with the execution of this contract. Please feel free to contact me with any questions or comments. Very truly yours, Douglas J. Debner JENSEN & SONDRALL, P.A. djd@ jensen- sondrall . corn After Hours Extension #137 Enclosures cc: Valerie Leone, City Clerk, City of New Hope P: \Attomey \DJD \2. City of Newt Hope \99.100300 - 2003 Janitorial Bid \001- Guy Johnson Ltrdoc 04/25/2003 10:06 A SPHALT "I INC. NORTHWEST ASPHALT IN NORTHWEST ASPHALT, INC. 'The bnfy way to pave,' 1451 STAGECOACH ROAD SHAKOPEE, MN 55379-2797 PHONE (952) 445-1003 FAX (952) 445-1056 www.nwasphalt.net April 24, 2003 Douglas J. Debner Jensen & Sondrall, P.A. 8525 Edinbrook Crossin& suite 2 Brooldyn Park, MN 55443.1968 Re: 2003 Street Jnfrastructure Plan Nnprove�ments City of New Hope, MN Dear Mr. Debner: As per your request, I am providing the following as our "Agent for Service of Process" for the above referenced project: Michael B. Pfeiffer, President if I can be of further assistance, please let we know. Sincerely, Ae-ot �Nt Michael B. Pfeiffer President MBP/sng AfteAellasiCity of Mw 11-r. 4.24-M 9524451056 AN EQUAL OPPORTUNITY EMPLOYER 04/25/2003 10:06 9524451056 NORTHWEST ASPHALT IN PAGE 03 MEETING MINUTES OF THE BOARD OF .DIRECTORS OF NORTHWEST ASPHALT, INC. ,A, special meeting of the Board of Directors of Northwest Asphalt, Inc. was held at 1451 Stagecoach Road, Shakopee:, Minnesota on the 24th day of ,April, 2003 at 4:00 P-m- The following Directors were present: Michael B. Pfeiffer Debra L. Hendrickson constituting the total directors of the corporation. Also in attendance were Sheila Geibe and Michael Sand. Michael B. Pfeiffer was selected to preside over the meeting. On motion duly made, seconded and carried, the directors unanimously waived formal notice of the meeting. The Chairman announced that all directors were present and that the meeting, having been duly convened, was ready to proceed with its business. Upon motion duly made, seconded and carried, it was: RESOLVED, that Michael B. Pfeiffer shall be authorized to enter into a contract with the City of New Hope, Minnesota to perform that City's 2003 Street Infrastructure Plan Improvements. There being no further business, on motion duly made, seconded and carried, the meeting was adjourned. *efla N. Geibe, Secretary APPROVED: Mich" Keiffe zit NW A Board oP IDtrcciara MWITIr APT 21 -03 04 -25 -03 10:30am From - ACORDIA �r •�!;•r • r , .w,.; , s:;asrs. >.v[>Slc.:ssrs ...•q�,yn•.,•.Y.•c.•�•Q• r "f'Ft" +kv •A. .ti. w..n nr• \.'.tn r..M.4t •.. >.3 >..i �\ n. .n .i PRODUCER 952 - 830.3000 Acorclia of Minnesota 4300 MarkeTftinm Dr. Ste #600 5100mington, MN 55435 INSURED Northwest Asphalt, Inc, West Swt)wrban Trucicing, Inc, 1451 Stagecoach Roaa Shakopae MN 55 ^79 95 T -856 P•02/02 F -647 i 'E "�,E.xS: :nR,S•St� ?•(i;'' %fii y� > {. ' :S ' ?r. • "r sm . .. ... A ° zS3.AR.!`'i' PATEIMM /00iVy } ■{,��� ^' •,�., : :' `, „. 4/25/03 THIS CERTIFICATE IS ISSUI =p AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGtiTS UPON TtiE CERTIFICATE HOLDER. TIiIS CERTIFICATE Doas NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED 5Y THE P OLICI E5 E3ELOW COMPANY A COMPANY a 2urtcli insurance Company Kemper Inswanae Compan COMPArvr C t.1 COMPANY _ --- A ,• ...wAn,tt°/. 5•:rt..ia •rte' r..£ :�..,..• °,�.i �� <^ h ^. m ':.. '•nn' r^ > .f�,� ^ n - , ' , > : : ° 2 : 'r .. .. ° rM > n .. �: Cx':.:Q 4-, .. n's V, f :�i.• y.;.. 'Y,,. ,':n. , .. r. ^. nn,nt r?`4.a1r :;..�:. «..' z.s,.. ^�o.�r. •14R. <kt..:.f" n:,.!p'.. •i .. .i & :�.^..'�•P'n :� >. ^.ir :.•. � .. THIS IS TO CERTIFY THAT THE POLICIES QF INSURANCE LISTED WOW HAVE; BEEN ISSUED T4 T11E INSURED NAMED AB FOR THE PDI.ICY PERIOD INDICATED, NOTWITHSTANDING A NY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY RE ISSUED OR MAY PERT Tmg INSURANCE AFFORDE 13Y THE POLICIES DESCREE3ER HE=REIN IS SUSJECT TO ALI, THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE E3EEN REDUCE]) BY PAID CLAIMS. TYPE OF IN%WRANCE P061CY NuMQ€R PQUCY EFFE PAUCY E%PRIATION DATE tMMIDONYI DATE IMI1410p/YYI uMITS (a] ERA;. uAd luri G LO 3725 98301 12/01/02 12/01 /03 GFNeRA{. AGGR EGATE 4 X �4U00 COMMERCIAL 6€N €RAI- LuA ;uTY PRODUCTS G _ /��(, '�K� - COMP/OP ACC 200000❑ CI-A MS MADE DA OCCUR PERSONAL & ADV IN s 10000 OWNER'S K, CO TRACTO 'S flO CO LTEI A MCI lvn Ur O ffftATtQNS2OCAT ION$IVF"ICLES/SAECIAL ITEMS PROJECT: 2003 STRIERT INFRASTRUCTURE PLAN IMPROVEMENTS PROJECT CITY PROJECT NO 721, THE CITY OF NEW HOPE, SONESTROO, ROSENE, ANDERLIK & ASSOCIATES ARE NAMED AS ADDITIONAL INSURED FOR THE ABOVE vcs; [ T3�R•aWb9 r•> n x'i :l mx. - , \ - s �:.a. ".. ^ n ra ^.n:nr. - ': � e' ' .zA w.,. a _ _ _ ............ ... -..._ , n.... ., p4\ \f... .•. .k.. - .rtn �: ^f. rd•... SZ?.. . '. . :. n•'i. n. I . :nitre is 1. '''•'� k. - ' - ' r . :��� •m n'}c. 4, ..•... rs.h''i• ,. rs!t^n��nl'itr.. >" ,x..x ar,^ n.. ,: :: "i. . t i: •, d. .. .. . .........,f . , ,. CITY OF NEW HOPE S ANY Of THE ABOVE D ESCRIItI:p POLICIES BE CANCELU!D 11151`01M T ExPIRATION DATE THEREOF. TnE ISSUING COMPANY WILL j +�ftjR MAIL CITY H ALI. 30 D AYS WRITTEN NDTICE TO THE CERTIFICATE 1`+QLD €11 NAM50 TO TH€ ISFT. 4401 XYLON AVENLIE NEW HOPE, MN ffimmwimbsuffm 4F :•�l`�.a N!•Si 6F::v ^'� >r'."pr^ :. •�� - n M r l•• w..nlr t'R 'Y' ��.tw....... w .ferny •.z,��� � :: �. :n. ` °.yt'•'v :Cn.tc ...:.!nn •i •..w.. t•..• � .... _ . .. ...... .... . .rte :l.n.u.. _ . " 1, ..Q.r,..t .... :$.S^.�,_ !'�.3?f�' :r s..3• :�. "'.4. " '� . _ .. .e _ ... . N R P T EACH OCCvAtt y t00000c FIRE DAMAGE IAny — tN[SI a s[stS000 MED EkP {Any ano peix ) COMBINED StNGI.E LIMIT A ANTOMOBILE X I.IASIUTY ANY AUTO SAP37259$401 12/01/02 12/01/03 s i r u m. ALL OWNED AuTQ$ looaooe -- -- - BODILY INju" {Pet pefoont SCNFQWI.ED AUTOS 4 X HIRED AUTOS — X BODILY INjwRY {Pea BcCetlnnq 1 NON -OWNED AUTOS PROPERTY DAMAGE 1 GARAGE LIABI"TY ANY AUTO AUTO ON(Y - EA ACCIDENT x -- A MER TI AUT OIW.r: €ACH ACCIDENT a AQQAEGATE EACH OCCURRENCE 0 1 5000000 13 EX CESS StAuj Ty X uMORELLA FORM OTHER THAN uMBREu.. FORM 3SX06913001 12/01/02 12101/03 AGGFt€GATE 1 5000000 A WORKERS COMPENSATION AMID FMPLOYERS NAMUTY 372598201 12101/02 -- 72/01103 /03 X "+ STA 0 rl- rf €{- F-ACn ACCIDENT 5 -__ ^ 5 00000 PA PROPRIETOR{ RTNERSlExECLITIV€ tNC6 OFFICER°, ARE ExC1 ATA-- I I- I EL DISEASE. PGLICY LIMIT 1 !000 9 r JU0 ^ €L EA O MP60YE-E 7 MCI lvn Ur O ffftATtQNS2OCAT ION$IVF"ICLES/SAECIAL ITEMS PROJECT: 2003 STRIERT INFRASTRUCTURE PLAN IMPROVEMENTS PROJECT CITY PROJECT NO 721, THE CITY OF NEW HOPE, SONESTROO, ROSENE, ANDERLIK & ASSOCIATES ARE NAMED AS ADDITIONAL INSURED FOR THE ABOVE vcs; [ T3�R•aWb9 r•> n x'i :l mx. - , \ - s �:.a. ".. ^ n ra ^.n:nr. - ': � e' ' .zA w.,. a _ _ _ ............ ... -..._ , n.... ., p4\ \f... .•. .k.. - .rtn �: ^f. rd•... SZ?.. . '. . :. n•'i. n. I . :nitre is 1. '''•'� k. - ' - ' r . :��� •m n'}c. 4, ..•... rs.h''i• ,. rs!t^n��nl'itr.. >" ,x..x ar,^ n.. ,: :: "i. . t i: •, d. .. .. . .........,f . , ,. CITY OF NEW HOPE S ANY Of THE ABOVE D ESCRIItI:p POLICIES BE CANCELU!D 11151`01M T ExPIRATION DATE THEREOF. TnE ISSUING COMPANY WILL j +�ftjR MAIL CITY H ALI. 30 D AYS WRITTEN NDTICE TO THE CERTIFICATE 1`+QLD €11 NAM50 TO TH€ ISFT. 4401 XYLON AVENLIE NEW HOPE, MN ffimmwimbsuffm 4F :•�l`�.a N!•Si 6F::v ^'� >r'."pr^ :. •�� - n M r l•• w..nlr t'R 'Y' ��.tw....... w .ferny •.z,��� � :: �. :n. ` °.yt'•'v :Cn.tc ...:.!nn •i •..w.. t•..• � .... _ . .. ...... .... . .rte :l.n.u.. _ . " 1, ..Q.r,..t .... :$.S^.�,_ !'�.3?f�' :r s..3• :�. "'.4. " '� . _ .. .e _ ... . JENSEN & SONDRALL, P.A. COPY 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 DOUGLAS J.DEBNER GORDON L. JENSEN' GLEN A. NORTON STEVEN A.SONDRALL STACY A. WOODS OF COUNSEL LORENS Q. BRYNESTAD April 25, 2003 VIA FACSIMILE TO: (763) 592 -6776 AND HAND DELIVERED Guy Johnson Public Works Director City of New Hope Department of Public Works 6500 International Parkway New Hope, MN 55428 Re: 2003 Street Infrastructure Plan Improvements Our File No. 99.10030 Dear Guy: Please find enclosed four original "2003 Infrastructure Plan Improvements". Prior to approving the enclosed contracts for execution by the City, we required the following three documents from Northwest Asphalt, Inc.: 1. A letter stating who the "agent for service of process" will be; 2. A resolution of the Board of Directors of Northwest Asphalt, Inc. authorizing Michael B. Pfieffer to enter into the above - referenced Contract with the City; and 3. A revised Certificate of Insurance with corrected "cancellation" provision. 'Real Property Law Specialist Certified By The Minnesota State Bar Association = Admitted in Iowa We have now received via facsimile all of the required documents, copies of which have also been enclosed for your reference, and the assurance that the necessary originals will be mailed to us. It is therefore, our opinion that the City may proceed with the execution of this contract. Please feel free to contact me with any questions or comments. Very truly yours, Douglas J. Debner JENSEN & SONDRALL, P.A. djd@ jensen- sondrall . com After Hours Extension #137 Enclosures cc: / Valerie Leone, City Clerk, City of New Hope P: \Anomey \DJD \2. City of Nev4Hope \99.100300 - 2003 Janitorial Bid \001- Guy Johnson Ltr.doc Leone Valerie From: Debner, Douglas [DJD @jensen- sondrall.com] Sent: Thursday, April 24, 2003 11:58 AM To: 'lanceg @nwasphalt.net` Cc: Leone Valerie Subject: 2003 New Hope Street Contract Lance- As we discussed on the telephone a few moments ago, my name is Doug Debner And I am the Assistant City Attorney for the City of New Hope. Unfortunately, we need a couple of additional documents from NW Asphalt before we can okay the City's signing of the contract. Those documents are: 1. A letter from Michael B. Pfeiffer as President specifying the name and address of the "Agent for Service of Process ". This was omitted from the contracts and so we will need this in writing from NW Asphalt before we can complete this portion of the contract for NW Asphalt. We will accept a faxed letter, but would also appreciate an original. 2. A resolution of the NW Asphalt Board of Directors stating that Michael B. Pfeiffer as President of NW Asphalt, Inc. is authorized to enter into a contract with the City of New Hope, Minnesota to perform that City's 2003 Street Infrastructure Plan Improvements. We will be needing at least one original of this and prefer two. We would also appreciate you faxing a copy of the resolution to us once it has been prepared so we will know the matter has been addressed. I am continuing with my review of the signing formalities of the contract and will let you know if anything else comes up. Otherwise, I appreciate you getting back to me as soon as possible on the above. am- Douglas J. Debner Jensen & Sondrall, P.A. 8525 Edinbrook Crossing, Suite 201 Brooklyn Park, Minnesota 55443 -1968 Voice 763/424 -8811, ext. 137 Fax 763/493 -5193 This transmittal may be a confidential attorney- client communication or may otherwise be privileged or confidential. If you are not the intended recipient, you are hereby notified that you have received this transmittal in error; any review, dissemination, distribution or copying of this transmittal is strictly prohibited. If you have received this communication in error, please notify us immediately by reply e -mail or 1 Leone Valerie From: Debner, Douglas [DJD@jensen-sondrall.com] Sent: Thursday, April 24, 2003 12:10 PM To: 'Ianceg@nwasphalt.net' Cc: Leone Valerie Subject: RE: 2003 New Hope Street Contract Lance Thought you may appreciate a quick acknowledgement that although a License No. was called for on the contracts, we do know that you do not have to be licensed for this type of work and so the failure to provide a License No. will not be a problem. Douglas J. Debner Jensen & Sondrall, P.A. 8525 Edinbrook Crossing, Suite 201 Brooklyn Park, Minnesota 55443-1968 Voice 763/424-8811, ext. 137 Fax 763/493-5193 This transmittal may be a confidential attorney-client communication or may otherwise be privileged or confidential. If you are not the intended recipient, you are hereby notified that you have received this transmittal in error; any review, dissemination, distribution or copying of this transmittal is strictly prohibited. If you have received this communication in error, please notify us immediately by reply e-mail or by telephone (call us collect at +1 763-424-8811) and immediately delete this message and all its attachments. 1 May 2, 2003 Mr. Michael Pfeiffer Northwest Asphalt, Inc. 1451 Stagecoach Road Shakopee, MN 55379 SUBJECT: 2003 STREET INFRASTRUCTURE PLAN IMPROVEMENTS IMPROVEMENT PROJECT NO. 721 Enclosed are two fully executed contract documents for New Hope Project No. 721. One set is for your records and the second set should be transmitted to your bonding company. This contract was awarded by the New Hope City Council, on March 24, 2003 for $258,708.35. 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. Should you have any questions regarding the project, please contact Guy Johnson, Director of Public Works, at 763-592-6766. Sincerely, Valerie Leone City Clerk, CMC enc. cc: Steve Sondrall, City Attorney Vince VanderTop, Assistant City Engineer Guy Johnson, Director of C p ft l � &NEwHOPE 4401 Xylon Avenue N orth * New Hope, Minnesota 55428-4898 * www. ci.new-hope.mn.us City Hall: 763-531-5100 * Police (non-emergency): 763-531-5170 * Public Works: 763-592-6777 + TDD: 763-531-5109 City Hall Fax: 763-531-5136 * Police Fax: 763-531-5174 * Public Works Fax: 763-592-6776 TABLE OF CONTENTS CITY PROJECT NO, 721 FILE NO. 34-02-136 on Introductory Information 00010 Table of Contents Bidding Requirements 00100 Advertisement for Bids 00200 Instructions to Bidders 00300 Information Available to Bidders 00410 Bid Form Specifications Division 1— General Requirements 01030 Alternates 01100 Summary 01200 Price & Payment Procedures 01310 Project Management and Coordination 01330 Submittal Procedures 01400 Quality Requirements 01500 Temporary Facilities and Controls 01570 Erosion and Sediment Control 01600 Product Requirements 01700 Execution Requirements 34-02-136 00010-1 0 2003 Bonestroo, Rosene, TABLE OF CONTENTS Anderlik & Associates, Inc. Division 2 ® Site Construction 02225 Removals 02230 Site Clearing 02280 Adjust Miscellaneous Structures 02315 Excavation and Fill 02318 Subgrade Preparation 02320 Trench Excavation and Backfill 02510 Water Main 02515 Water Services 02630 Storm Drainage 02720 Aggregate Base Course 02740 Plant Mixed Bituminous Pavement 02760 Signing and Pavement Markings 02770 Concrete Curb and Gutter 02775 Concrete Walks, Medians and Driveways 02920 Lawns and Grasses I hereby certify that this report, drawing, or specification was prepared by me or under my direct supervision and that I am a duly Licensed Engineer under the laws of the State of Minnesota. Vincent T. Vander Top, P.Ef Date: March 3, 2003 Reg. No. 25770 34-02-136 00010-2 0 2003 Bonestroo, Rosene, TABLE OF CONTENTS Anderlik & Associates, Inc. 0 1 i 0 a Sealed bids will be received by the City of New Hope, Minnesota in the City Hall at 4401 Xylon Avenue, until 1:30 P.M., C.D.S.T., on Monday, March 17, 2003, 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: 11 11, 111 11 1 l�ii i�, i roTEMM9MR ' . V Fille_No� 34-02-1 Consisting of the following approximate quantities: 7,500 SY 2" Mill and Overlay Bituminous Surface 1,800 LF Concrete Curb and Gutter 800 LF Watermain 750 LF Storm Sewer with Structures 1,800 TN Bituminous Pavement 1,800 LF Striping with Messages 4,100 SF Concrete Sidewalk Plans and specifications, bid 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 West Trunk Highway 36, St. Paul, MN 55113, (651) 636-4600. Plans can be also purchased with a credit card over the internet from our website at www.bonestroo.com. 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 60 days after the date and time set for the opening of bids. No bids may be withdrawn for a period of sixty (60) 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 34-02-136 ADVERTISEMENT FOR BIDS 1.01 Terms used in these Instructions to Bidders will have the meanings indicated in the General Conditions and Supplementary Conditions. Additional terms used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof: A. Bidder — The individual or entity who submits a Bid directly to Owner. B. Issuing Office — The office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered. C. Successful Bidder — The lowest, qualified, responsible Bidder to whom Owner (on the basis of Owner's evaluation as hereinafter provided) makes an award. 2.01 Complete sets of the Bidding Documents in the number and for the non-refundable sum stated in the Advertisement or Invitation to Bid may be obtained from the Issuing Office identified in the Advertisement or Invitation to Bid. 2.02 Complete sets of Bidding Documents must be used in preparing Bids; neither Owner nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.03 Owner and Engineer in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for any other use. 1 1 11 11 1 1 11 0 1 1 s i t 0 1 % • 3.01 To demonstrate Bidder's qualifications to perform the Work, each Bidder must be prepared to submit within five days of Owner's request written evidence of financial data, previous experience, present commitments, and such other data as may be called for below: A. Evidence of Bidder's qualification to do business in the State where the project is located or covenant to obtain such qualification prior to award of contract. B. Evidence of genuineness of Bid and lack of collusion in conjunction therewith. 34-02-136 @ 2003 Bonestroo, Rosene, Anderlik & Associates, Inc. 00200-1 INSTRUCTIONS TO BIDDERS 1 11 111 l� 11;� 1 lill 1 . 11 1 1 51 1� � i i�� !1111 A ! 111, 1 !111 IOU 0 � 4.01 Subsurface and Physical Conditions A. The Supplementary Conditions Identify: I Those reports of explorations and tests of subsurface conditions at or contiguous to the Site that Engineer has used in preparing the Bidding Documents. 2. Those drawings of physical conditions in or relating to existing surface and subsurface structures at or contiguous to the Site (except Underground Facilities) that Engineer has used in preparing the Bidding Documents. B. Copies of reports and drawings referenced in Paragraph 4.01A will be made available by Owner to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02 of the General Conditions has been identified and established in Paragraph 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions or information contained in such reports or shown or indicated in such drawings. 4.02 Underground Facilities A. Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the Site is based upon information and data furnished to Owner and Engineer by owners of such Underground Facilities, including Owner, or others, 4.03 Hazardous Environmental Condition A. The Supplementary Conditions identify those reports and drawings relating to a Hazardous Environmental Condition identified at the Site, if any, that Engineer has used in preparing the Bidding Documents. B. Copies of reports and drawings referenced in Paragraph 4.03.A will be made available by Owner to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.06 of the General Conditions has been identified and established in Paragraph 4.06 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions, or information contained in such reports or shown or indicated in such drawings. 34-02-136 @ 2003 Bonestroo, Rosene, Anderlik & Associates, Inc. 00200-2 INSTRUCTIONS TO BIDDERS 4.04 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions, other physical conditions and Underground Facilities, and possible changes in the Bidding Documents due to differing or unanticipated conditions appear in Paragraphs 4.02, 4.03, and 4.04 of the General Conditions. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the Site, if any, and possible changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work appear in Paragraph 4.06 of the General Conditions. 4.05 On request, Owner will provide Bidder access to the Site to conduct such examinations, investigations, explorations, tests, and studies as Bidder deems necessary for submission of a Bid. Bidder shall fill all holes and clean up and restore the Site to its former condition upon completion of such explorations, investigations, tests, and studies. 4.06 Reference is made to Article 7 of the Supplementary Conditions for the identification of the general nature of other work that is to be performed at the Site by Owner or others (such as utilities and other prime contractors) that relates to the Work for which a Bid is to be submitted. On request, Owner will provide to each Bidder for examination access to or copies of Contract Documents (other than portions thereof related to price) for such other work. 4.07 It is the responsibility of each Bidder before submitting a Bid to: A. examine and carefully study the Bidding Documents, including any Addenda and the other related data identified in the Bidding Documents; B. visit the Site and become familiar with and satisfy Bidder as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work; C. become familiar with and satisfy Bidder as to all federal, state, and local Laws and Regulations that may affect cost, progress, or performance of the Work; D. carefully study all 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 carefully study all reports and drawings of a Hazardous Environmental Condition, if any, at the Site which have been identified in the Supplementary Conditions as provided in Paragraph 4.06 of the General Conditions; 34-02-136 @ 2003 Bonestroo, Rosene, Anderlik & Associates. Inc. 00200-3 INSTRUCTIONS TO BIDDERS E. obtain and carefully study (or assume responsibility for doing 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 any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents, and safety precautions and programs incident thereto; F. agree at the time of submitting its Bid that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of its Bid for performance of the Work at the price bid and within the times and in accordance with the other terms and conditions of the Bidding Documents; G. become aware of the general nature of the work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents; H. correlate the information known to Bidder, information and observations 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. promptly give Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder discovers in the Bidding Documents and confirm that the written resolution thereof by Engineer is acceptable to Bidder; and J. determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work. 4.08 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Bidding Documents and applying any specific means, methods, techniques, sequences, and procedures of construction that may be shown or indicated or expressly required by the Bidding Documents, that Bidder has given Engineer written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in the Bidding Documents and the written resolutions thereof by Engineer are acceptable to Bidder, and that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 34-02-136 @ 2003 Bonestroo, Rosene, Anderlik & Associates, Inc. 00200-4 INSTRUCTIONS TO BIDDERS 5.01 The Site is identified in the Bidding Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment, or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or pen changes in existing faculties are to be obtained and paid for by Owner unless otherwise provided in the Bidding Documents. 6.01 All questions about the meaning or intent of the Bidding Documents are to be submitted to Engineer in writing. Interpretations or clarifications considered necessary by Engineer in response to such questions will be issued by addenda mailed or delivered to all parties recorded by Engineer as having received the Bidding Documents. Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 6.02 Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by Owner or Engineer. 7.01 A Bid must be accompanied by Bid security made payable to Owner in an amount of five percent of the Bidder's maximum Bid price and in the form of a certified or bank check or a Bid Bond issued by a surety meeting the requirements of Paragraphs 5.01 and 5.02 of the General Conditions. 7.02 The Bid security of the Successful Bidder will be retained until such Bidder has executed the Contract Documents, furnished the required contract security and met the other conditions of the Notice of Award, whereupon the Bid security will be returned. If the Successful Bidder fails to execute and deliver the Contract Documents and furnish the required contract security within 15 days after the Notice of Award, Owner may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid Security of any Bidders whom Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the earlier of the seventh day after the Effective date of the Agreement or 61 days after the Bid Opening, whereupon Bid Security furnished by such Bidders will be returned. 7.03 Bid security of other Bidders whom Owner believes do not have a reasonable chance of receiving the award will be returned within seven days after the Bid opening. 8.01 The number of days within which, or the dates by which, the Work is to be (a) Substantially Completed and (b) also completed and ready for final payment are set forth in the Agreement, 34-02-136 (D 2003 Bonestroo, Rosene, Anderlik & Associates, Inc. 00200-5 INSTRUCTIONS TO BIDDERS 9.01 Provisions for liquidated damages, if any, are set forth in the Agreement. 10.01 The Contract, if awarded, will be on the basis of materials and equipment specified or described in the Bidding Documents without consideration of possible substitute or "or-equal" items. Whenever it is specified or described in the Bidding Documents that a substitute or "or-equal" item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by Engineer is set forth in the General Conditions and may be supplemented in the General Requirements. 11.01 If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, individuals, or entities to be submitted to Owner in advance of a specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within five days after Bid opening, submit to Owner a list of all such Subcontractors, Suppliers, individuals, or entities proposed for those portions of the Work for which such identification is required. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, individual, or entity if requested by Owner. If Owner or Engineer, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, individual, or entity, Owner may, before the Notice of Award is given, request apparent Successful Bidder to submit a substitute, in which case apparent Successful Bidder shall submit an acceptable substitute, Bidder's Bid price will be increased (or decreased) by the difference in cost occasioned by such substitution, and Owner may consider such price adjustment in evaluating Bids and making the contract award. 11.02 If apparent Successful Bidder declines to make any such substitution, Owner may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, individuals, or entities. Declining to make requested substitutions will not constitute grounds for forfeiture of the Bid security of any Bidder. Any Subcontractor, Supplier, individual, or entity so listed and against which Owner or Engineer makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to Owner and Engineer subject to revocation of such acceptance after the Effective Date of the Agreement as provided in Paragraph 6.06 of the General Conditions. 11.03 Contractor shall not be required to employ any Subcontractor, Supplier, individual, or entity against whom Contractor has reasonable objection. 34-02-136 @ 2003 Bonestroo, Rosene, Anderlik & Associates, Inc. 00200-6 INSTRUCTIONS TO BIDDERS 12.01 The Bid Form is included with the Bidding Documents. Additional copies may be obtained from Engineer. 12.02 All blanks on the Bid Form shall be completed by printing in ink or by typewriter and the Bid signed. A Bid price shall be indicated for each Bid item listed therein. 12.03 A Bid by a corporation shall be executed in the corporate name by the president or a vice- president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. 12.04 A Bid by a partnership shall be executed in the partnership name and signed by a partner (whose title must appear under the signature), accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.05 A Bid by a limited liability company shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm must be shown below the signature. 12.06 A Bid by an individual shall show the Bidder's name and official address. 12.07 A Bid by a joint venture shall be executed by each joint venturer in the manner indicated on the Bid Form. The official address of the joint venture must be shown below the signature. 12.08 All names shall be typed or printed in ink below the signatures. 12.09 The Bid shall contain an acknowledgment of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10 The address and telephone number for communications regarding the Bid shall be shown. 12.11 The Bid shall contain evidence of Bidder's authority and qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the Contract. Bidder's state contractor license number for the state of the Project, if any, shall also be shown on the Bid Form. 34-02-136 © 2003 Bonestroo, Rosene, Anderlik & Associates, Inc. 00200-7 INSTRUCTIONS TO BIDDERS 13.01 Unit Price A. Bidders shall submit a Bid on a unit price basis for each item of Work listed in the Bid schedule. B The total of all estimated prices will be determined as the sum of the products of the estimated quantity of each item and the unit price Bid for the item. The final quantities and Contract Price will be determined in accordance with Paragraph 11.03 of the General Conditions. C. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. D. Bids will be compared on the basis of the "Total Base Bid" and this amount will be the basis for determining the lowest Bidder. 13,02 The Bid price shall include such amounts as the Bidder deems proper for overhead and profit on account of cash allowances, if any, named in the Contract Documents as provided in paragraph 11.02 of the General Conditions. 14.01 Each prospective Bidder is furnished one copy of the Bidding Documents with one separate unbound copy each of the Bid Form, and, if required, the Bid Bond. The unbound copy of the Bid Form is to be completed and submitted with the Bid security. 14.02 A Bid shall be submitted no later than the date and time prescribed and at the place indicated in the advertisement or invitation to Bid and shall be enclosed in an opaque sealed envelope plainly marked with the Project title (and, if applicable, the designated portion of the Project for which the Bid is submitted), the name and address of Bidder, and shall be accompanied by the Bid security and other required documents. If a Bid is sent by mail or other delivery system, the sealed envelope containing the Bid shall be enclosed in a separate envelope plainly marked on the outside with the notation "BID ENCLOSED." A mailed Bid shall be addressed to Owner's office. 15.01 A Bid maybe modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time for the opening of Bids. 15.02 Bids may be withdrawn after Bid opening only in accordance with the law. 34-02-136 @ 2003 Bonestroo, Rosene, Anderlik & Associates, Inc. 00200-8 INSTRUCTIONS TO BIDDERS 16.01 Bids will be opened at the time and place indicated in the advertisement or invitation to Bid and, unless obviously non-responsive, read aloud publicly. An abstract of the amounts of the base Bids and major alternates, if any, will be made available to Bidders after the opening of Bids. : 1 11 MROM 17.01 All Bids will remain subject to acceptance for the period of time stated in the Bid Form, but Owner may, in its sole discretion, release any Bid and return the Bid security prior to the end of this period. 18.01 If the Contract is awarded, Award shall be made on the basis of the lowest responsive, responsible, qualified Bidder determined by the Total Base Bid. 18.02 Owner reserves the right to reject any or all Bids, including without limitation, non-conforming, non-responsive, unbalanced, or conditional Bids. Owner further reserves the right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to be non-responsible. Owner may also reject the Bid of any Bidder if Owner believes that it would not be in the best interest of the Project to make an award to that Bidder. Owner also reserves the light to waive all informalities not involving price, time, or changes in the Work and to negotiate contract terms with the Successful Bidder. 18.03 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest, 18.04 In evaluating Bids, Owner will consider whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. 18.05 In evaluating Bidders, Owner will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors, Suppliers, and other individuals or entities must be submitted as provided in the Supplementary Conditions. 34-02-136 @ 2003 Bonestroo, Rosene, Anderlik & Associates, Inc. 00200-9 INSTRUCTIONS TO BIDDERS 18.06 Owner may conduct such investigations as Owner deems necessary to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers, individuals, or entities to perform the Work in accordance with the Contract Documents. As a condition of its Bid, Bidder is required to waive any and all claims, of whatever nature, against Owner, Engineer and their employees and agents, which arise out of or relate to such investigations 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. This waiver is not intended to restrict Bidder's rights to challenge a contract award pursuant to law. 18.07 If the Contract is to be awarded, Owner will award the Contract to the Bidder whose Bid is in the best interests of the Project. 19.01 Article 5 of the General Conditions, as may be modified by the Supplementary Conditions, sets forth Owner's requirements as to performance and payment Bonds and insurance. When the Successful Bidder delivers the executed Agreement to Owner, it must be accompanied by such Bonds. 20.01 When Owner gives a Notice of Award to the Successful Bidder, it shall be accompanied by the required number of unsigned counterparts of the Agreement with the other Contract Documents which are identified in the Agreement as attached thereto. Within 15 days thereafter, Successful Bidder shall sign and deliver the required number of counterparts of the Agreement and attached documents to Owner. Within ten days thereafter, Owner shall deliver one fully signed counterpart to Successful Bidder with a complete set of the Drawings with appropriate identification. 34-02-136 @ 2003 Bonestroo, Rosene, Anderlik & Associates, Inc. 00200-10 INSTRUCTIONS TO BIDDERS Portions of reports and drawings used by the Engineer in the preparation of the Bidding Documents are attached to this document, The Technical Data is identified in the Supplementary Conditions. Bidders are responsible for their own interpretation, verification, and use of the Technical Data contained in these reports and drawings consistent with the General Conditions and Supplementary Conditions. Reports, drawings, and other historical information regarding the Project may be available for Bidder's review at the Engineer's office. Schedule a viewing time with the Project Manager. 34-02-136 Q 2003 Bonestroo, Rosene, Anderlik & Associates, hie. INFORMATION TO BIDDERS Bonestroo I Rosen Anderlik & Associates Erymeers 6 Architects THIS BID IS SUBMITTED TO: City of New Hope 4401 Xvlon Avenue North New Hope, MN 55428 Opening Time: 1:30 P.M., C.D.S.T. Opening Date: Monday, March 17, 2003 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 terns 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 ]lid 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 subinitting di-is 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 visitul die Site and become fanriliai 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. 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. BIDDER: F r DOCUMENT 00410 REVISED BID FORM 2003 STREET INFRASTRUCTURE PLAN IMPROVEMENTS CITY PROJECT NO. 721 FILE NO, 34 -02 -136 NEW HOPE, MINNESOTA 2003 3402136BIDFORM.Us Revised By Addendum No, 1 00410-1(R) BID FORM 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 progr incident thereto. F. Bidder does not consider that any further examinations, investigations, 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. 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 he knowingly disclosed to any other Bidder or competitor prior to opening of the Bids. C. No attempt has been made or will he 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. 4.02 Bidder understands that the law may require the Owner, or Engineer at the Ownee 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. Frothing 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 1 1.03.8 of the General Conditions 340: 136131DFORM.xts Revised Rv Addendum Nm t 00410.2(R) BID FORM 15011e�>Lruu KU5eI1t✓ Hlluet t t 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 9 PART 1 - MILL & OVERLAY: LF 1 $ s %SSaQ uJ 1 MUBILiZATfON LS $ 2 BITUMINOUS WEAR COURSE, TYPE TN 450$ L $ `1 1 3 41A MILL BITUMINOUS PAVEMENT (2" SY 2700$ Q � 4 DEEP) REMOTE BITUMINOUS PAVEMENT SY 50$ P u TOTAL PART 2 - CURB & GUTTER Z 00 5 ADJUST VALVE BOX EA 4$ . $ 6 ADJUST MANHOLE CASTING EA 5 $ L40 of $ i 2 tY •u 7 REMOVE AND INSTALL NEW MH EA 2 $ ' o $ 14 CASTING EA W $ 7 S D 8 BITUMINOUS MATERIAL FOR TACK UAL 275 $ 0V 2,�q 15 COAT LF 865 $ s 16 TOTAL PART 1- MILL & OVERLAY SY 1200$ $ PART 2 - CURB & GUTTER; a U 9 REMOVE AND REPLACE CONCRETE LF 520$ $ CURB AND GUTTER d d 10 ADJUST CATCH BASIN CASTING EA 2 $ $ '. Q � 11 TOPSOIL AND SEED LF 520$ • $ � TOTAL PART 2 - CURB & GUTTER $ t 3 o PART 3 - WATERMAIN (49TH AVE.): WATER MAIN LF 350 $ 1J� $ 12 REMOVE 13 REMOVE HYDRANT EA 2 $ _ 14 REMOVE GATE VALVE EA 5 $� $ 7 S D ` 00 0V 2,�q 15 SAWING BITUMINOUS PAVEMENT LF 865 $ $ 16 REMOVE BITUMINOUS PAVEMENT SY 1200$ ° di7 (� 17 SALVAGE AND REINSTALL CY 140$ $ AGGREGATE BASF 18 REMOVE AND REPLACE CONCRETE LF 80 $ CURB AND GUTTER 3402136BRlFORM.Us R-is A By Ad&adam N•�. 1 004tO -3(R) $1fl FORM No. Item Units Qty unit Price Total Price 19 IMPROVED PIPE FOUNDATION LF 802 $ c $ LtEI b � — ter a a ` `p 1? u) 20 TYPE 31 BASE COURSE MIXTURE TN 140S $ 21 TYPE 4lA BITUMINOUS WEAR TN 140$ _ , v — $��'a6 COURSE Z, G au 22 DUCTILE IRON FITTINGS LB 3200S $ 23 HYDRANT EA 2$ a 4 CJ y $ 1UI zi I 24 CONNECT TO EXISTING WATER EA 3S — 1 00 v '0 $ 0 aa r MAIN / , y ` ��� �� p' 25 RECONNECT WATER SERVIC'FS FA is $ 26 4" GATE VALVE AND BOX EA o/ 1 $ 7 5 ar $ 27 6" GATE VALVE AND BOX EA 4$ is �I +� $ r J 28 8" GATE VALVE AND BOX EA 1 a a 29 12" BUTTERFLY VALVE AND BOX EA 1$ $ 30 4" SERVICE LINE LF dU 30$ 31 6" WATER MAIN - DUCTILE IRON, LF ev 62S 0 r� $ _ 0 CLASS 52 ba d " 32 8" WATER MAIN - DUCTILE IRON, LF 205.$ $ kSI CLASS 52 W (j aU Z ( D q 0 33 12" WATER MAIN - DUCTILE IRON, LF 555$ ' $ 34 CLASS 52 COMMON EXCAVATION CY ° 280$ $ Z L1 6 1 .� 35 AGGREGATE BASE, CLASS 5 (CV) CY 280$ $ _ 36 BITUMINOUS MATERIAL FOR TACK GAL 63 $ 7, 2� aU $ ^ COAT S-� r 00 � au 37 SILT FENCE, REGULAR LF 300$ $_ 38 TRAFFIC CONTROL LS i I70 $ TOTAL PART 3 - WATERMAIN (49TH $ fir V AVE.) P1102- ev PART 4 - STREET IMP. (49TH AVE.): 39 REMOVE CONCRETE CURB AND LF G UTTER 40 REMOVE CONCRETE SIDEWALK SY 41 B618 CONCRETE CURB AND GUTTER LF � 2ry 625$ ,3, 00 �j 0 0 y •' 225 $ $ C 615$ �' }� $ �� ,z 3402136I3IDFORM.x1s Revised B� Md-d— N.. t 00410 -4(R) BID FORM No. Item Units Qty Unit Price Total Price 42 4" CONCRETE WALK SF 2000 $ A ^ er $ v X3 0 F PAINT 56 4" SOLID LINE. YELLOW PAINT LF 80$ $ _ L� •. k LF 43 AGGREGATE BASE, CLASS 5 (CV) CY 130$ f u0 °� L G° $ _ 44 COMMON EXCAVATION CY 300S / 0 ` 1 0 �. v $ .� �/ 45 TYPE 31 BASE COURSE MIXTURE TN 45 $ uL 'pn $ 2 0 $ ARROW - PAINT �� 01 61 PAVEMENT MESSAGE. RIGHT TURN 46 TYPE 41 A BITUMINOUS WEAR TN 45 $ $ COURSE EA 7 $ $n - PAINT 47 BITUMINOUS MATERIAL FOR TACK GAL 20$ ' $_ 48 COAT REMOVE STORM SEWER PIPE LF 14$ X ° $ ° CY 80$ 65 SOD 3 W' 1000$ `�° 00 49 REMOVE CATCH BASIN EA 1 $ { / $ 50 TX Y CATCH BASIN EA 2$ 1 r s 4 04 $ 51 12" RCP STORM SEWER LF 29 $ ou 31 $ — — dd , S D c d Q 52 CONNECT TO EXISTING CATCH EA 1 $ $ BASIN OR MANHOLE _ s `S 1 • 53 FURNISH AND INSTALL NEW 27" EA 1 $ �l A $ STORM WATER MH CASTING o v ���✓�� 54 REMOVE EXISTING PAVEMENT LS 1 $ _ $ MARKINGS 55 4" DOUBLE SOLID LINE, YELLOW LF 520$ 20 $ L ' PAINT 56 4" SOLID LINE. YELLOW PAINT LF 80$ $ _ L� •. 57 4" SOLID LINE, WHITE PAINT LF 460$ 58 4" BROKEN LINE, WHITE PAINT LF 620$ I C $ w �° ` ✓ 54 PAV EMENT MBSSAGH, I.EF1' - T}1At3 FA I $ �_ $ ZL ARROW - PAINT 60 PAVF,MFNT MESSAGE, LEFT TURN EA 1 $ _ __ tG _. $ ARROW - PAINT �� :v 61 PAVEMENT MESSAGE. RIGHT TURN EA 2$ $ ARROW - PAINT 62 PAVEMENT MESSAGE, THRU ARROW EA 7 $ $ - PAINT `7 $ 63 SIGN PANELS SF 4$ $�i�a 64 TOPSOIL BORROW CY 80$ 65 SOD SY 1000$ `�° 00 $ °�1 s { / TOTAL PART 4 - STREET IMP. (49TH $ AVE.) 3402130 81UFOKA1.x15 Revised By Addendum Nu, 1 00410 -5 (R) BID FORM Du IC.7 L1 vu 1w>CUC Hl IucI I I No. Item Units Qty Unit Price Total Price BASE BID: TOTAL PART I - MILL & OVERLAY 66 67 68 69 70 71 72 73 74 75 76 77 78 TOTAL PART 2 - CURB & GUTTER TOTAL PART 3 - WATERMAIN (49TH AVE.) TOTAL. PART 4 - STREET IMP. (49TH AVE.) TOTAL BASE BID ALTERNATE NO.1 - STORM SEWER IMP. (8110 59TH AVE N): CLEAR AND GRUB Tree TOPSOIL BORROW CY COMMON EXCAVATION (ONSITE) CY COMMON EXCAVATION (HAUL CY OFFSETE) COMMON BORROW (FROM OFFSITE) CY 4' DIAMETER SUMP MH EA 4' DIAMETER MH EA IMPROVED PIPE FOUNDATION LF 24" HDPE STORM SEWER LF 24" CMP FLARED END SECTION EA CONNECT EX. STORM SEWER PIPE EA TO STRUCTURE $ CLASS III RANDOM RIPRAP CY SEEDING AND MULCH SY TOTAL ALTERNATE NO. I - STORM SEWER IMP. (8110 59TH AVE N) ALTERNATE NO.2 - STORM SEWER IMP. (NORTHWOOD PKWY/DECATUR AVE N): $ $ _ # � e 111102- rr $� t Y 13 $ � -U <0 ,y $ 3 v5 `a 52$ 115f _ $ - 2 (y 150$ $_ 150$ loos 1 $ �� $ 123$ $ 123$ $ �L 5 $ LOsou $ -- t au 4$ 4 ll u'�( 20 $ /mi . a yp. 460$ $ $ J ' /_i�(,a 60 3402136RDFORMAs Revised Ry Addendum No. I 00410 -6(R) BID FORM UVI I-, I I VV I \VJ G.i IG —11U-. 1 I No. Item Units Qty Unit Price Total Price 79 REMOVE AND REPLACE LS c0 1 $__ $ s�S 80 BITUMINOUS PATH REMOVE AND REPLACE CONCRETE LF r0 e u 40 $ CLT\D AND GUTTER 50 T S'�d 81 AGGREGATE BASE, CLASS 5 (CV) CY 30 $ $_ 82 SAWING BITUMINOUS PAVEMENT LF 90S 00 $ ry 83 BITUMINOUS PATCHING SY 75 $ 2W , eD $ 2L 84 TOPSOIL BORROW CY 70$ $ 85 IMPROVED PIPE FOUNDATION LF 253 $ h 19 $ ' �' 7 �' 86 12" PVC STORM SEWER, SDR 35 LF 253 $ $ ! 87 4' DIAMETER STORM CBN114 EA t / n lvs R7 1 $ _ 1 D G _ $ 1 88 4' DIAMETER STORM SEWER MH EA a BU 1 $ u $ 89 CONSTRUCT MH OVER EXISTING EA 1 $ 2 2 1' ti $ 90 PIPE SEEDING SY 630 $ � — S �l TOTAL ALTERNATE NO.2 - STORM $ ! SEWER. IMP. (NORTHWOOD PKWY/DECATUR AVE N) uov 1613WORM..k Rcvisd By Addendum No. t 00410 -7(R) 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 calendai 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 laid 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 00 If Bidder Is: An Individual Name (typed or printed): By: (Individual's signature) (SEAL) Doing business as: Business address: Phone No.: Fax No.: 3402136131DFORM.xis BID FORM Revised By Addendum No. t 0041 0-8(R) OVIICJII VV I HIIuC1 I I A Partnership Partnership Name: By: Name (typed or printed): Business address: (Signature of general partner) Phone No_: A Corporation Fax No.: Corporation Name: N� A k (SEAL) State of Incorporation: M 1 dbdtii('\\Q �� Type (Gener�Busi ess , Professional, Service, Limited Liability): By: Name (typed or prAted): M. -I C HA CL B • f 'r I rf o Title: <16 -�] Attest L ' (CORPORATE SEAL) (Signature of Corporate Secretary) Business address: lj q��t l /J � l l� Phone No -: < ,� W 10 6 Fax No.: 10 340213651DFORM.A15 Revised By Addendum No. I 00410 -9(R) BID FORM A Joint Venture Joint Venture Name: Al By: (Signature of joint venture partner) Name (typed or printed): Title: Business address: Phone No.: Fax No.: Joint Venturer Name: (SEAL) B y: (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 3402136BIGFORM.x15 Hr. and By Addendum No. 1 004 10- 1 O(R) BID FORM DOCUMENT 00520 AGREEMENT FORM THIS AGREEMENT is by and between the City of New Hope, Minnesota (hereinafter called Owner) and Northwest Asphalt, Inc„ (hereinafter called Contractor). Owner and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 - WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as 2003 Street Infrastructure Plan Improvements for the City of New Hope, Minnesota, City Project No. 721. ARTICLE 2 - ENGINEER 2.01 The Project has been designed by Bonestroo, Rosene, Anderlik and Associates, 2335 West Highway 36, St. Paul, MN 55113, who is hereinafter called Engineer and who is to act as Owner's representative, assume all duties and responsibilities, and will have the rights and authority assigned to Engineer in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. ARTICLE 3 - CONTRACT TIMES 3.01 Time of the Essence A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 3.02 Dates for Substantial Completion and Final Payment A. The Work will be substantially completed in phases by the following dates: a. All works is to be completed by August 29, 2003. b. All punch list work is to be completed by September 26, 2003. B. All work shall be ready for final payment in accordance with Paragraph 14.07 of the General Conditions on or before October 31, 2003. 3.03 Liquidated Damages A. Contractor and Owner recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.02 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty), Contractor shall pay Owner $200.00 for each day that expires after the time specified in Paragraph 3.02 for Substantial Completion until the Work is substantially complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by Owner, Contractor shall pay Owner $200.00 for each day that expires after the time specified in Paragraph 3.02 for completion and readiness for final payment until the Work is completed and ready for final payment. 34 -02 -136 ©2003 Bonestroo, Rosene, 00520 -1 Anderlik & Associates, Inc. AGREEMENT FORM ARTICLE 4 - CONTRACT PRICE 4.01 Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents in current funds as follows: For all Work, at the prices stated in Contractor's Bid, attached hereto as an exhibit for an Original Contract Amount of Two Hundred Fifty -Eight Thousand Seven Hundred Eight Dollars and Thirty -Five Cents ($258,708.35) for the Base Bid, Alternate No. 1, and Alternate No. 2 Bid Items. ARTICLE 5 - PAYMENT PROCEDURES 5.01 Submittal and Processing of Payments A. Contractor shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by Engineer as provided in the General Conditions. 5.02 Progress Payments; Retainage A. Owner shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, monthly during performance of the Work as provided in Paragraphs 5.02.A.1 and 5.02.A.2 below. All such payments will be measured by the schedule of values established in Paragraph 2.07.A of the General Conditions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements: 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below but, in each case, less the aggregate of payments previously made and less such amounts as Engineer may determine or Owner may withhold, in accordance with Paragraph 14.02 of the General Conditions: a. 95 % of Work completed (with the balance being retainage). b. 95 % of cost of materials and equipment not incorporated in the Work (with the balance being retainage). 2. Upon Substantial Completion, Owner shall pay an amount sufficient to increase total payments to Contractor to 100% of the Work completed, less such amounts as Engineer shall determine in accordance with Paragraph 14.02.13.5 of the General Conditions and less 100% of Engineer's estimate of the value of Work to be completed or corrected as shown on the tentative list of items to be completed or corrected attached to the certificate of Substantial Completion. 5.02 Progress Payments; Retainage A. Owner shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, once per month during performance of the Work as provided in Paragraphs 5.02.A.I and 5.02.A.2 below. All such payments will be measured by the schedule of values established in Paragraph 2.07.A of the General Conditions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements: 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below but, in each case, less the aggregate of payments previously made and less such amounts as Engineer may determine or Owner may withhold, in accordance with Paragraph 14.02 of the General Conditions: a. 95% of Work completed (with the balance being retainage), and b. 95% of cost of materials and equipment not incorporated in the Work (with the balance being retainage). 2. Upon Substantial Completion, Owner shall pay an amount sufficient to increase total payments to Contractor to 100% of the Work completed, less such amounts as Engineer shall determine in accordance with Paragraph 14.02.B.5 of the General Conditions and less 100% of Engineer's estimate of the value of Work to be completed or corrected as shown on the tentative list of items to be completed or corrected attached to the certificate of Substantial Completion. 34 -02 -136 ©2003 Bonestroo, Rosene, 00520 -2 Anderlik & Associates, Inc. AGREEMENT FORM 5.03 Final Payment A. Upon final completion and acceptance of the Work in accordance with Paragraph 14.07 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by Engineer as provided in said Paragraph 14.07. ARTICLE 6 - INTEREST 6.01 All moneys not paid when due as provided in Article 14 of the General Conditions shall bear interest at the rate the maximum rate allowed by law at the place of the Project. ARTICLE 7 - CONTRACTOR'S REPRESENTATIONS 7.01 In order to induce Owner to enter into this Agreement Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. Contractor 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. Contractor 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. D. Contractor 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, at the Site which has been identified in the Supplementary Conditions as provided in Paragraph 4.06 of the General Conditions. E. Contractor 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 Contractor, including applying the specific means, methods, techniques, sequences, and procedures of construction, if any, expressly required by the Contract Documents to be employed by Contractor, and safety precautions and programs incident thereto F. Contractor does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor 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 Contract Documents. H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Contractor. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 34 -02 -136 ©2003 Bonestroo, Rosene, 00520 -3 Anderlik & Associates, Inc. AGREEMENT FORM ARTICLE 8 - CONTRACT DOCUMENTS 8.01 Contents A. The Contract Documents consist of the following: 1. This Agreement. 2. Performance Bond, Payment Bond and other Bonds. 3. General Conditions. 4. Supplementary Conditions. 5. Specifications. 6. Drawings bearing the following general title: 2003 Street Infrastructure Plan Improvements 7. Addenda (Number One, inclusive). 8. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed. b. Contractor's Bid Form. c. Documentation submitted by Contractor prior to Notice of Award. d. Any modification, including Change Orders, duly delivered after execution of agreement. 9. The following, which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a. Written Amendments; b. Work Change Directives; c. Change Order(s). B. The documents listed in Paragraph 8.01.A are attached to this Agreement (except as expressly noted otherwise above). C. There are no Contract Documents other than those listed above in this Article 8. D. The Contract Documents may only be amended, modified, or supplemented as provided in Paragraph 3.05 of the General Conditions. 34 -02 -136 ©2003 Bonestroo, Rosene, 00520 -4 Anderlik & Associates, Inc. AGREEMENT FORM ARTICLE 9 - MISCELLANEOUS 9.01 Terms used in this Agreement will have the meanings indicated in the General Conditions 9.02 No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 9.03 Owner and Contractor each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 9.04 Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 34 -02 -136 ©2003 Bonestroo, Rosene, 00520 -5 Anderlik & Associates, Inc. AGREEMENT FORM IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement in duplicate. One counterpart each has been delivered to Owner and Contractor. All portions of the Contract Documents have been signed or identified by Owner and Contractor or on their behalf. This Agreement will be effective on L- 1 - 1 'Z (which is the Effective Date of the Agreement). Owner: j� Contractor: N orthwest • 9 NHFwo 41 [ SEAL] Attest 2� Address for giving notices: A) rZIP, 'V Designated Representative: Name: Title: Address: 'V�1 Y(, 1-64 Phone: 16 Facsimile: 26 3 - 6-3 " 5 lo [CORPORATE SEAL Attest Address for giving notices: 6 Cp 0-C-1 l :2< - 71 License No. (Where applicable) Agent for service of process: (If Contractor is a corporation or a partnership, attach evidence of authority to sign.) Designated Representative: Name: nlC C=am* U Cd 7-Z,5 L END OF DOCUMENT 34 -02 -136 ©2003 Bonestroo, Rosene 00520 -6 Anderlik & Associates, Inc. AGREEMENT FORM Bond No. 54- 134847 Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. ) NTRACTOR (Name and Address): Northwest Asphalt, Inc. 1451 Stagecoach Road Shakopee, MN 55379 VNBR (Name and Address): �ity of New Hope 1401 Xylon Avenue Vew Hope, MN 55428 SURETY (Name and Address of Principal Place of Business): United Fire & Casualty Company 118 Second Avenue S.E. P.O. Box 73909 Cedar Rapids, IA 52407 -3909 )NTRACT )ate: April 21, 2003 kmount: $258,708.35 )escription (Name and Location): 2003 Street Infrastructure Plan Improvements City Project No. 721 )ND )ate (Not earlier than Contract Date): April 21, 2003 lmount: $258,708.35 ✓Iodifieations to this Bond Form: None 'ety and Contractor, intending to be legally bound hereby, subject to the terms printed on the reverse side of hereof, do each cause this formance Bond to be duly executed on its behalf by its authorized officer, agent or representative. NTRACTOR AS PRINCIPAL SURETY , 3 npany: NORTHWEST ASPHALT, INC. (Corp. Seal) Company: f ITE FIRE && CASUALTJ COMPANY (Corp. Seal) nature: Signature ne and itle: f}2 <c 1xt€ t , l ;S — , 6 607- Name and - Title: Teresa Hamt ers, Attorney -in -Fact (Attach Power of Attorney) ace is provided below for signatures of additional parties, if required) NTRACTOR AS PRINCIPAL npany: (Corp. Seal) nature: ne and Title: SURETY Company: Signature: Name and Title: (Attach Power of Attorney) ;DC No. 1910 -28 -A (1996 Edition) inally prepared through the joint efforts of the Surety Association of America, Engineers Joint Contract Documents Committee, the Associated General Contractors of :rica, and the American Institute of Architects. (Corp. Seal) 01 -102 06610 -1 PERFORMANCE BOND The CONTRACTOR and the Surety, jointly and severally, bind themselves, their rs, executors, administrators, successors and assigns to the Owner for the performance :he Contract, which is incorporated herein by reference. If the CONTRACTOR performs the Contract, the Surety and the CONTRACTOR , e no obligation under this Bond, except to participate in conferences as provided in agraph 3.1. If there is not OWNER Default, the Surety's obligation under this Bond shall arise ;r. 3.1. The OWNER has notified the CONTRACTOR and the Surety at the Iresses described in paragraph 10 below, that the OWNER is considering declaring a NTRACTOR Default and has requested and attempted to arrange a conference with CONTRACTOR and the Surety to be held not later than fifteen days after receipt of h notice to discuss methods of performing the Contract. If the OWNER, the NTRACTOR and the Surety agree, the CONTRACTOR shall be allowed a tunable time to perform the Contract, but such an agreement shall not waive the INER's right, if any, subsequently to declare a CONTRACTOR Default; and 3.2. The OWNER has declared a CONTRACTOR Default and formally ninated the CONTRACTOR's right to complete the Contract. Such NTRACTOR Default shall not be declared earlier than twenty days after the NTRACTOR and the Surety have received notice as provided in paragraph 3.1: and 3.3. The OWNER has agreed to pay the Balance of the Contract Price to: 3.3.1. The Surety in accordance with the terms ofthe Contract; 3.3.2. Another contractor selected pursuant to paragraph 4.3 to perform Contract Vhen the OWNER has satisfied the conditions of paragraph 3, the Surety shall nptly and at the Surety's expense take one ofthe following actions: 4.1. Arrange for the CONTRACTOR, with consent of the OWNER, to perform complete the Contract; or 4.2. Undertake to perform and complete the Contract itself, through its agents or ugh independent contractors; or 43. Obtain bids or negotiated proposals from qualified contractors acceptable to OWNER for a contract for performance and completion ofthe Contract, arrange for a tract to be prepared for execution by the OWNER and the contractor selected with OWNER's concurrence, to be secured with performance and payment bonds ;uted by a qualified surety equivalent to the Bonds issued on the Contract, and pay to OWNER the amount of damages as described in paragraph 6 in excess of the nice of the Contract Price incurred by the OWNER resulting from the VTRACTOR Default; or 4.4. Waive its right to perform and complete, arrange for completion, or obtain w contractor and with reasonable promptness under the circumstances; 4.4.1. After investigation, determine the amount for which it may be 'e to the OWNER and, as soon as practicable after the amount is determined, tender nent therefore to the OWNER; or 4.4.2. Deny liability in whole or in part and notify the OWNER citing ons therefore, ? the Surety does not proceed as provided in paragraph 4 with reasonable raptness, the Surety shall be deemed to be in default on this Bond fifteen days after ipt of an additional written notice from the OWNER to the Surety demanding that Surety perform its obligations under this Bond, and the OWNER shall be entitled to rce any remedy available to the OWNER. If the Surety proceeds as provided in graph 4.4, and the OWNER refuses the payment tender or the Surety has denied nility, in whole or in part, without further notice the OWNER shall be entitled to ree any remedy available to the OWNER. 6. After the OWNER has tenninated the CONTRACTOR's right to complete the Contract, and if the Surety elects to act under paragraph 4.1, 4.2, or 4.3 above, then the responsibilities of the Surety to the OWNER shall not be greater than those of the CONTRACTOR under the Contract, and the responsibilities of the OWNER to the Surety shall not be greater than those of the OWNER under the Contract. To a limit of the amount of this Bond, but subject to commitment by the OWNER of the Balance of the Contract Price to mitigation of costs and damages on the Contract, the Surety is obligated without duplication for: 6.1. The responsibilities of the CONTRACTOR for correction of defective Work and completion ofthe Contract; 6.2. Additional legal, design professional and delay costs resulting from the CONTRACTOR's Default, and resulting from the actions or failure to act of the Surety under paragraph 4; and 6.3. Liquidated damages, or if no liquidated damages are specified in the Contract, actual damages caused by delayed performance or non - performance of the CONTRACTOR. 7. The Surety shall not be liable to the OWNER or others for obligations of the CONTRACTOR that are unrelated to the Contract, and the Balance ofthe Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the OWNER or its heirs, executors, administrators, or successors. 8. The Surety hereby waives notice of any change, including changes of time, to the Contract or to related subcontracts, purchase orders and other obligations. 9. Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the Work or part ofthe Work is located and shall be instituted within two years after CONTRACTOR Default or within two years after the CONTRACTOR ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 10. Notice to the Surety, the OWNER or the CONTRACTOR shall be mailed or delivered to the address shown on the signature page. 11. When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the Contract was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted here from and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 12. Definitions. 12.1. Balance of the Contract Price: The total amount payable by the OWNER to the CONTRACTOR under the Contract after all property adjustments have been made, including allowance to the CONTRACTOR of any amounts received or to be received by the OWNER in settlement of insurance or other Claims for damages to which the CONTRACTOR is entitled, reduced by all valid and proper payments made to or on behalf of the CONTRACTOR under the Contract. 12.2. Contract: The agreement between the OWNER and the CONTRACTOR identified on the signature page, including all Contract Documents and changes thereto. 12.3. CONTRACTOR Default: Failure of the CONTRACTOR, which has neither been remedied nor waived, to perform or otherwise to comply with the terms of the Contract. 12.4. OWNER Default: Failure ofthe OWNER, which has neither been remedied nor waived, to pay the CONTRACTOR as required by the Contract or to perform and complete or comply with the other terms thereof. (FOR IMFORMATION ONLY - Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Engineer or other party): Acordia 4300 MarketPointe Drive, Suite 600 Bloomington, MN 55435 952- 830 -3000 •01 -102 06610 -1 PERFORMANCE BOND POLICYHOLDER DISCLOSURE NOTICE OF O. INSURANCE BONDS SURETY You should know that, effective November 26, 2002, any losses sustained by the surety caused by certified acts of terrorism would be partially reimbursed to the surety by the United States under a formula established by federal law. Under this formula, the United States pays 90% of covered terrorism losses exceeding the statutorily established deductible paid by the surety providing the coverage. The portion of your bond premium that is attributable to coverage for acts of terrorism is $0.00. Before any charges are added for terrorism coverage in future surety products you purchase, you will be able to make a coverage election for a then specified premium charge. The existence of the federal terrorism insurance program does not affect the obligations you assume in the indemnity agreement. STATE OF / � Af 6 6' STATE OF MINNESOTA COUNTY OF HENNEPIN On this 21st day of April, 2003 before me appeared Teresa Hammers to be known, who being by me duly sworn, did say that she is the aforesaid Attorney-in-Fact of the United Fire & Casualty Company, a corporation; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed on behalf of said corporation by the aforesaid officer, by authority of its Board of directors; and the aforesaid officer acknowledged said instrument to be the free act and deed of said corporation, (Notary Pubpo ANET D. BUERG NO J AN ARV PUBLIC —MINNESOTA My Ouvolssion Expires 1-31-2005 Bond No. 54- 134847 Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. DNTRACTOR (Name and Address): Northwest Asphalt, Inc. 1451 Stagecoach Road Shakopee, MN 55379 WNER (Name and Address): City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 )NTRACT Date: April 21, 2003 kmount: $258,708.35 Description (Name and Location) SURETY (Name and Address of Principal Place of Business): United Fire & Casualty Company 118 Second Avenue S.E. P.O. Box 73909 Cedar Rapids, IA 52407 -3909 2003 Street Infrastructure Plan Improvements City Project No. 721 )ND Date (Not earlier than Contract Date): April 21, 2003 kmount: $258,708.35 dodifications to this Bond Form: None •ety and Contractor, intending to be legally bound hereby, subject to the terms printed on the reverse side of hereof, do each cause this formance Bond to be duly executed on its behalf by its authorized officer, agent or representative. fNTRACTOR AS PRINCIPAL SURETY ,�^ mpany: NORTHWEST ASPHALT, INC. (Corp. Seal) Company: UNITED F & CASUALTY COMPANY (Corp. Seal) nature: Signature: me and Title: t,.h cL �w f'c Name and Title: Teresa Hammers, Attorney -in -Fact (Attach Power of Attorney) ace is provided below for signatures of additional parties, if required) NTRACTOR AS PRINCIPAL npany: nature: me and Title: SURETY Company: Signature: Name and Title: (Attach Power of Attorney) 'DC No. 1910 -28 -A (1996 Edition) ;inally prepared through the joint efforts of the Surety Association of America, Engineers Joint Contract Documents Committee, the Associated General Contractors of Aca, and the American Institute of Architects, the American Subcontractors Association, and the Associated Specialty Contractors. 01 -102 06620 -1 PAYMENT BOND (Corp. Seal) (Corp. Seal) The CONTRACTOR and the Surety, jointly and severally, bind themselves, ;ir heirs, executors, administrators, successors and assigns to the OWNER to y for labor, materials and equipment furnished for use in the performance of s Contract, which is incorporated herein by reference. With respect to the OWNER, this obligation shall be null and void if the )NTRACTOR: 2.1. Promptly makes payment, directly or indirectly, for all sums due uniants, and 2.2. Defends, indemnities and holds harmless the OWNER from all ims, demands, liens or suits by any person or entity= who furnished labor, .terials or equipment for use in the performance of the Contract, provided the VNER has promptly notified the CONTRACTOR and the Surety (at the Tresses described in paragraph 12) of any claims, demands, liens or suits and dered defense of such claims, demands, liens or suits to the CONTRACTOR I the Surety, and provided there is no OWNER Default. With respect to Claimants, this obligation shall be null and void if the NTRACTOR promptly makes payment, directly or indirectly, for all sums The Surety shall have no obligation to Claimants under this Bond until 4.1. Claimants who are employed by or have a direct contract with the 1NTRACTOR have given notice to the Surety (at the addresses described in agraph 12) and sent a copy, or notice thereof, to the OWNER, stating that a im is being made under this Bond and, with substantial accuracy, the amount he claim. 4.2. Claimants who do not have a direct contract with the NTRACTOR: 1. Have furnished written notice to the CONTRACTOR and t a copy, or notice thereof, to the OWNER, within 90 days after having last formed labor or last furnished materials or equipment included in the claim ing, with substantial accuracy, the amount of the claim and the name of the ty to whom the materials were furnished or supplied or for whom the labor done or performed; and 2. Have either received a rejection in whole or in part from the NTRACTOR, or not received within 30 days of furnishing the above notice communication from the CONTRACTOR by which the CONTRACTOR indicated the claim will be paid directly or indirectly; and 3. Not having been paid within the above 30 days, have sent a [ten notice to the Surety and sent a copy, or notice thereof, to the OWNER, ing that a claim is being made under this Bond and enclosing a copy of the vious written notice furnished to the CONTRACTOR. f a notice required by paragraph 4 is given by the OWNER to the NTRACTOR or to the Surety, that is sufficient compliance. Vhen the Claimant has satisfied the conditions of paragraph 4, the Surety '1 promptly and at the Surety's expense take the following actions: 6.1. Send an answer to the Claimant, with a copy to the OWNER, within Jays after receipt of the claim, stating the amounts that are undisputed and basis for challenging any amounts that are disputed. 6.2. Pay or arrange for payment of any undisputed amounts. 'lie Surety's total obligation shall not exceed the amount of this Bond, and amount of this Bond shall be credited for any payments made in good faith lie Surety tmounts owed by the OWNER to the CONTRACTOR under the Contract I be used for the performance of the Contract and to satisfy claims, if any, er any Performance Bond. By the CONTRACTOR furnishing and the NER accepting this Bond, they agree that all funds earned by the 11TRACTOR in the performance of the Contract are dedicated to satisfy gations of the CONTRACTOR and the Surety under this Bond, subject to OWNER's priority to use the fluids for the completion of the Work. The Surety shall not be liable to the OWNER, Claimants or others for obligations of the CONTRACTOR that are unrelated to the Contract. The OWNER shall not be liable for payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 9. The Surety hereby waives notice of any change, including changes of time, to the Contract or to related Subcontracts, purchase orders and other obligations. 10. No suitor action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the location in which the Work or part of the Work is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by paragraph 4.1 or paragraph 4.2.3 or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of (1) of (2) first occurs. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 11. Notice to the Surety, the OWNER or the CONTRACTOR shall be mailed or delivered to the addresses shown on the signature page. Actual receipt of notice by Surety, the OWNER or the Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 12. When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the Contract was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted here from and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is, that this Bond shall be construed as a statutory Bond and not as a common law bond. 13. Upon request of any person or entity appearing to be a potential beneficiary of this Bond, the CONTRACTOR shall promptly furnish a copy of this Bond or shall permit a copy to be made. 14. DEFINITIONS 14.1. Claimant: An individual or entity having a direct contract with the CONTRACTOR or with a Subcontractor of the CONTRACTOR to furnish labor, materials or equipment for use in the performance of the Contract. The intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the Contract, architectural and engineering services required for performance of the Work of the CONTRACTOR and the CONTRACTOR's Subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished. 14.2. Contract: The agreement between the OWNER and the CONTRACTOR identified on the signature page, including all Contract Documents and changes thereto. 14.3. OWNER Default: Failure of the OWNER, which has neither been remedied nor waived, to pay the CONTRACTOR as required by the Contract or to perform and complete or comply with the other terns thereof. -01 -102 06620 -1 PAYMENT BOND POLICYHOLDER • a NOTICE OF TERRORISM INSURANCE COVERAGE SURETY BONDS You should know that, effective November 26, 2002, any losses sustained by the surety caused by certified acts of terrorism would be partially reimbursed to the surety by the United States under a formula established by federal law. Under this formula, the United States pays 90% of covered terrorism losses exceeding the statutorily established deductible paid by the surety providing the coverage. The portion of your bond premium that is attributable to coverage for acts of terrorism is $0.00. Before any charges are added for terrorism coverage in future surety products you purchase, you will be able to make a coverage election for a then specified premium charge. The existence of the federal terrorism insurance program does not affect the obligations you assume in the indemnity agreement. STATE OF / AJ nJ 6 -56 COUNTY OF " -rfi On this 21 st day of April, 2003 before me personally appeared - 9, pr_z / -�.- to me known, who being by me duly sworn, that he /she is the s ` b��s'' o f the Northwest Asphalt, Inc. the corporation described in and which executed the foregoing instrument; that he /she knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation; and that he /she signed his /her name thereto by like order. M w�. ­� , 'Lj --Qj (Notary Public) STATE OF MINNESOTA COUNTY OF HENNEPIN On this 21st day of April, 2003 before me appeared Teresa Hammers to be known, who being by me duly sworn, did say that she is the aforesaid Attorney -in -Fact of the United Fire & Casualty Company, a corporation; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed on behalf of said corporation by the aforesaid officer, by authority of its Board of directors; and the aforesaid officer acknowledged said instrument to be the free act and deed of said corporation. A I e" " '�(_ PA (Notary Public) Q � ')AN D. EAU NOTAW "UB IC — MINNESOTA My Ck mmn ssmn Expires 1 -31 -2005 d/ 49L sW 3s " 4hr .hnns "+n,MV'✓�,�,✓+1Rt�y. � SECTION 01030 A. This section identifies each alternate, and describes the basic changes to be incorporated into the work as part of that alternate. Refer also to the technical specifications and drawings for information. B. The project is bid in several "Parts," Each part describes a distinct part of the work to be completed: 1. Please refer to the Bid Form for the title of each part: a. Part 1 - Mill & Overlay. b. Part 2 - Curb & Gutter, C. Part 3 - Watermain (49 Ave). d. Part 4 - Street Improvements (49 Ave). 2. The Owner reserves the right to delete any "Part" from the project award based on budget constraints or other factors. C. Alternates may be accepted by the Owner in any order. Specific work may also be deleted by "Part." The acceptance of alternates and the deletion of any number of "Parts" may be used to determine the low bidder. I A. Each alternate describes a section of work to be completed. Please refer to the Bid Form for the title of each alternate: 1. Alternate No. 1 - Storm Sewer Imp. (8110 59 Ave N). 2, Alternate No. 2 - Storm Sewer Imp. (Northwood Pkwy/Decatur Ave N). These alternates must be represented on the Bid Form as an add. The additional cost for corresponding sections must be listed. 34-02-136 Q 2003 Bonestroo, Rosene, 01030-1 Anderlik & Associates, Inc. ALTERNATES B. The Owner will not delete a portion of an "Alternate" except with the possibility of Alternate No. 2 — Storm Sewer Imp. (Northwood Pkwy/Decatur Ave N). The Owner may elect to not include the work required for the placement of the 64 L.F. of pipe under the street. The Owner may install this run of pipe using directional drilling (under a separate contract) prior to the execution of the contract involved with the 2003 Street Infrastructure Plan Improvements. The work required for this portion of the alternate would be replaced by the Bid Item for Connect Ex. Storm Sewer Pipe to Structure. Compensation will be paid using the Unit Bid Price for this item given in Alternate No. 1. JMM&*VM J 1 1111 WAD plaway I 1912a A. Certain Bid Form work items are included in anticipation of the possibility that conditions may be encountered which require this work. The estimates of quantities for these Bid Form items are based upon general experience in the area. They are included in the work to establish a bid unit price in the event such work is necessary to complete the project. The quantity is not guaranteed and the extent of Work required will be dependent upon prevailing conditions. As such, no unit price adjustment for any magnitude of increased or decreased quantities is allowed. 34-02-136 01030-2 Q 2003 Bonestroo, Rosene, Anderlik & Associates, Inc. ALTERNATES SECTION 01100 PARTI-GENERAL A. Basic description of the Project, and Work restrictions. A. Project Name: 2003 Street Infrastructure Plan Improvements, B. Description of Work: Project consists of the milling and overlay of existing streets, curb replacement, watermain replacement, existing street improvements, and storm sewer installation in the City of New Hope. A. Substantial Completion: August 29, 2003. B. Final Completion: October 31, 2003. C. The Contractor is to utilize the necessary equipment and manpower to meet the above completion dates. The Owner requires that the streets on the site be completed by the stated completion date in 1.03.A. D. The Contractor is to coordinate their schedule with the others at work on the site as stated in 1.05.C, in order to meet the completion dates set forth in the Supplemental Conditions of the Contract. A. Provisions for liquidated damages, if any, are set forth in the Agreement. 190' fl "A o'S A. Use of Site: I Contractor responsible for snow removal and disposal from the Owner's property if necessary to maintain access and working space during construction. 2. Keep existing driveways and entrances clear and available to the public and to the Owner. 34-02-136 0 2003 Bonestroo, Rosene, Anderlik & Associates, Inc. 01100-1 SUMMARY 3. If additional space is needed, obtain and pay for such space off site. B. Access to Site: 1 Contractor will limit their work to maintain one lane of traffic in each direction on roads at all times without the consent of the Engineer or Owner. C. Other Work at Site: I Private utilities (gas, electric, and phone) will be relocated to conform with the existing/design grade. The Contractor is to coordinate the work of the Contractor with those private utilities as necessary. D. Construction Time: 1. Contractor is to limit work to the period of 7 a.m. to 9 p.m., Monday through Friday, and 9 a.m. to 7 pm. on Saturdays. No work will be done on Sundays or holidays. Not Used PART 3 - EXECUTION A. All work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. mul - OX01=104"10-10 34-02-136 (D2003 Bonestroo, Rosene, Anderlik & Associates, Inc. 01100-2 SUMMARY SECTION 01200 I A. Administrative and procedural requirements for allowances, alternates, pricing of work, and request for payment procedures. A. Cash allowances have been included throughout the Technical Sections. These allowances are to be used for bidding purposes. Allowance costs in excess of the funds provided shall be paid by change order. At closeout of contract, allowance funds not authorized for payment will be credited to the Owner by change order. A. This article identifies each alternate by number, and describes the basic changes to be incorporated into the Work as part of that alternate. Refer also to the technical specifications and drawings for information. B Alternates may be accepted by the Owner in any order and may be used to determine the award of contract consistent with the Instructions to Bidders. A. Provide access and assist Engineer in determining actual quantities of Unit Price Work. B. Provide documentation to substantiate Unit Price Work. C. If the Contractor delivers and places more of any material that is paid for on a unit price basis than is required to perform the Work and thereby causes the materials to be wasted, the quantity wasted will be deducted from the final measurement for that Bid Item. 34-02-136 @ 2003 Bonestroo, Rosene, Anderlik & Associates, Inc. 01200-1 PRICE AND PAYMENT PROCEDURES IMIERA A. Engineer will provide initial application for payment form at the Preconstruction Conference. B. Submit one preliminary copy of progress payment application for review consistent with Article 14 of the General Conditions. Submit four signed copies of application for payment to Engineer prior to the dates identified at the Preconstruction Conference. C. Attach the following supporting documentation in addition to the requirements of General Conditions Article 14: 1. Documentation to substantiate unit price work. 2. Updated construction schedule consistent with Section 01330 — Submittal Procedures. VIORM Not Used A. All work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. 34-02-136 @ 2003 Bonestroo, Rosene, Anderlik & Associates, Inc. 01200-2 PRICE AND PAYMENT PROCEDURES SECTION 01310 wzammzffl�� A. General requirements for overall project coordination. A Notify Gopher State One Call before starting construction in a given area, requesting utility locates in the field. B. Project Utility Sources: Coordinate Work with the following utility owners. The following utilities are known to be on Site, and are shown on the Drawings in a general way: 1. Water & Sewer: Owner — Paul Coone (763) 592-6762. 2. Electric: Xcel Energy — Gregory S. Plumedahl (763) 493-1670. 3. Gas: Reliant Energy — Laura L. Hirsch (612) 321-5177. 4. Telephone: Qwest — Carrie Oster — (763) 571-8997. 5. Cable/Fiber Optics: AT&T Broadband — Doug Zahn (651) 493-5316. 6. Fiber Optics: Sprint — Doug Gilbertson (651) 772-6700. C. Owner requires 48 hour notice for all utility interruptions. A. Apply for, obtain, and comply with other permits, licenses, and approvals, which may be required for the Project. MCI! 1 1! 1 a A. Provide Engineer and Resident Project Representative a minimum of 48 hours notice in advance of the need for establishing lines and grades, measurements, grade checks, and observation of Work. B. Engineer will furnish a Resident Project Representative consistent with Paragraph 9.10 of the Supplementary Conditions. 34-02-136 0 2003 Bonestroo, Rosene, PROJECT MANAGEMENT AND Anderlik & Associates, Inc, 01310-1 COORDINATION A. Administrative Requirements: 1. Project Superintendent or 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. 2. Engineer will set the time and sites, and prepare the agenda for the meetings. 3. Engineer will prepare meeting minutes and distribute one copy to Contractor. Notify Engineer of inaccuracies or discrepancies in the meeting minutes within 5 calendar days of receipt of the minutes. 4. The attendance and cooperation of Subcontractors, and Suppliers may be required. B. Preconstruction Conference: 1 Provisions for the Preconstruction Conference are set forth in the General Conditions. 2. Requirements for preconstruction submittals are set forth in the General Conditions. C. Progress Meeting Procedures: 1. Engineer will schedule construction progress meetings throughout the duration of the Project to assess the progress of the Work, identify and discuss Project related issues, and discuss near-term construction activities. A. Sequencing and Scheduling: 1. Schedule the work as necessary to comply with the Completion Dates set forth in the Agreement. 2. The Contractor is responsible to schedule and coordinate all necessary work with the private utility companies and others at work on the project site. A. Submit a minimum of four copies of shop drawings plus the quantity of copies the Contractor wants returned. 34-02-136 @ 2003 Bonestroo, Rosene, PROJECT MANAGEMENT AND Anderlik & Associates, Inc. 01310-2 COORDINATION I Not Used I M . IBM W0 X41 011 A. All work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. 34-02-136 Q 2003 Bonestroo, Rosene, PROJECT MANAGEMENT AND Anderlik & Associates, Inc. 01310-3 COORDINATION SECTION 01330 PARTI - GENERAL A. General procedures and requirements for submittals during the course of construction. A. Schedule submittals consistent with the Contractor's schedule of shop drawings. Man I 0M a a] Dix" Not Used ma.-Mawaggk"I its A. Submit preliminary schedule and progress schedule consistent with the General Conditions. B. Prepare schedules on 11 inch by 17 inch sheets showing overall sequence of construction. Organize the schedule by work activity. Identify separate stages of each work activity: 1. List work items in chronological sequence. Show beginning and completion dates of each activity. Include all activities with an estimated duration of 3 days or longer. 2. Format schedule as a horizontal bar chart. Provide separate bars for each activity or trade. 3. Provide space for revisions and notations. 4. Identify interrelations between activities. 5. Include estimated times for preparation of submittals by Contractor, processing and review of submittals by Engineer, fabrication, delivery, and installation, testing, start-up, instruction of Owner, and clean-up. 34-02-136 0 2003 Bonestroo, Rosene, Anderlik & Associates, Inc. 01330-1 SUBMITTAL PROCEDURES C. As Work progresses, revise, update and resubmit schedule as requested by Engineer. At a minimum, update schedule with each Application for Payment. Show all activities started or finished since previous schedule was submitted and show percentage of completion for each activity. 3.02 EMERGENCY CONTACT LIST A. Before any Work at the Site is started, submit a typed list on 8-112" x 11" paper outlining 24 hour on-call contacts for the Project. This list shall include the Contractor's safety representative, key representatives from the Contractor, subcontractors, and suppliers. Include the following information for each contact: 1. Company name. 2. Contact person(s). 3. Local and mobile phone numbers. 4. Fax number. A. Conform to the requirements of Paragraph 6.17 of the General Conditions, except as modified herein. B. The minimum sheet size shall be 8-V2 inch x 11 inch. Non-legible copies will not be reviewed. C. Submit a minimum of three (3) copies of shop drawings plus the quantity of copies the Contractor wants returned. Each copy shall contain the following information: 1. Date of submission and date of any previous submittals. 2. Project Title. 3. Names of: Contractor, subcontractor, supplier, and manufacturer. 4. Identification of product and specification section number. 5. Identification of revisions from previous submittals. 6. A 4 inch by 4 inch blank space for the Engineer's stamp. D. Engineer's review will be in conformance with the requirements of Paragraph 6.17 of the General Conditions, except as modified herein. 34-02-136 Q 2003 Bonestroo, Rosene, Anderlik & Associates, Inc. 01330-2 SUBMMAL PROCEDURES E. Engineer will stamp shop drawings and indicate requirements for Contractor's review or resubmittal as follows: 1. "Approved" — Appears that items covered by the submittal will, after installation or incorporation into the Work, conform to the information given in the Contract Documents and appears to be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. "Approved as Noted" - Appears that items covered by the submittal will, after installation or incorporation into the Work, conform to the information given in the Contract Documents and appears to be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents, except as noted by Engineer. 3. "Revise and Resubmit" - Appears that items covered by the submittal will not, after installation or incorporation into the Work, conform to the information given in the Contract Documents and will not be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. Contractor shall revise submittal and conform to the resubmittal procedures described in Paragraph 6.17.E of the General Conditions. 4. "Not Approved" - Appears that items covered by the submittal will not, after installation or incorporation into the Work, conform to the information given in the Contract Documents and will not be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. Contractor shall conform to the resubmittal procedures described in Paragraph 6.17.F of the General Conditions. F. Engineer will return reviewed submittals to Contractor by U.S. Postal Service general delivery. If Contractor wants Engineer to expedite return delivery, Contractor shall notify Engineer in writing and reimburse Owner for delivery plus 15% mark-up. A. Submit three copies of all inspections, tests and approvals required in the Specifications, A. Submit welding certificates for each person, by name, assigned to do field welding of materials installed under this Contract. Certificates shall indicate that each person has passed tests specified by AWS and shall be submitted prior to execution of any welding. 34-02-136 (D 2003 Bonestroo, Rosene, Anderlik & Associates, Inc. 01330-3 SUBMITTAL PROCEDURES 3.06 MATERIAL AND SAFETY DATA SHEETS A. Furnish Owner with current copies of material safety data sheets for all chemicals and products on Site. 91[1 rmi I W. IN W3 1 A. All work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. Five 34-02-136 (D 2003 Bonestroo, Rosene, Anderlik & Associates, Inc. 01330-4 SUBMITTAL PROCEDURES SECTION 01400 I a I V I imid I A. Information required for conformance to regulatory requirements. B. Quality Assurance. C. Procedures to measure and report the quality and performance of the Work. A. Whenever reference is made to the Minnesota Department of Transportation Specifications, such reference shall mean "Standard Specifications for Construction," 2000 Edition and all subsequent revisions and supplements. The word "Engineer" is understood to refer to the Engineer for the Owner, A. Prior to start of Work, submit testing laboratory name for various specified tests for approval by Engineer. B. Submit copies of laboratory test results or analysis in consistent with 01330 — Submittal Procedures. C. Manufacturer's certificates of quality control or performance. A. Comply with industry standards of the region except where more restrictive tolerances or specified requirements indicate more rigid standards or more precise workmanship, 1.05 TESTS AND INSPECTIONS A. Conform to the requirements of Article 13 of the General Conditions except as modified herein. B. Notify Engineer 48 hours prior to expected time for operations requiring tests and inspections. 34-02-136 (D 2003 Bonestroo, Rosene, Anderlik & Associates, Inc. 01400-1 QUALITY REQUIREMENTS C. Provide incidental labor and facilities to obtain and handle samples at site or source, transport samples to laboratory, facilitate tests and inspections, and for storing and curing of test samples. A. After each inspection and test, submit three copies of laboratory report to Engineer. B. Include: Date issued, project title and number, name of inspector, date and time of sampling or inspection, identification of product and specifications section, location in the project, type of inspection or test, date of test, results of tests, and conformance with Contract Documents. A. Test samples and perform field tests. B. Provide qualified personnel. Cooperate with Engineer and Contractor in performance of services. C. Ascertain compliance with the requirements of the Contract Documents. D. When requested by Engineer, provide interpretation of test results. A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents. B. Laboratory may not approve or accept any portion of the work. C. Laboratory may not assume any duties of Contractor. D. Laboratory has no authority to stop work. A. If requested by Engineer, submit manufacturer's certificate with shop drawings, certifying that products meet or exceed specified requirements, executed by responsible officer. 180=0 1012143WW" RE IN A. Provide qualified representative to observe field conditions; conditions of surfaces and installation; quality of workmanship; start-up; of equipment; and test, adjust, and balance of equipment. 34-02-136 Q 2003 Bonestroo, Rosene, Anderlik & Associates, Inc. 01400-2 QUALITY REQUIREMENTS WAMWASM H Not Used [W.-V A. All work and costs of this Section shallbe incidental to the Project and included in the TOTAL BASE BID. 34-02-136 @ 2003 Bonestroo, Rosene, Anderlik & Associates, Inc, 01400-3 QUALITY REQUIREMENTS SECTION 01500 PART I - GENERAL 1.01 SECTION INCLUDES A. Temporary utilities and miscellaneous temporary facilities required during construction. A. State of Minnesota, Department of Transportation "Standard Specifications for Construction" - 2000 Edition. B. The Minnesota Manual on Uniform Traffic Control Devices (MMUTCD) including the Field Manual on Temporary Traffic Control Zone Layouts — Latest edition. fi A. Submit Traffic Management and Control Plan consistent with Section 01330 — Submittal Procedures. Plan shall include the following information: 1. Haul and access routes. 2. Traffic control measures. 3. Permits or applications required by local authorities. 4. Temporary facilities required. 0 0 3.01 MOBILI ATIOI A. Move personnel, equipment, materials, and all other items required to complete the Work to the Site. B. Establish Contractor offices and building or other facilities necessary for work on the Project. 34-02-136 0 2003 Bonestroo, Rosene, Anderlik & Associates, Inc. TEMPORARY FACHIT)ES 01500-1 AND CONTROLS C. Temporarily hold or relocate utilities, and any miscellaneous structures such as signs, power poles, guy wires, and mailboxes disturbed. 3.02 SIGNS, MAIL BOXES, ETC. REMOVAL AND REPLACEMENT A. Remove, store carefully, and replace all Non-City or County owned signs, posts, etc., that may be within the construction limits as directed by Engineer. Owner will remove and replace Owner's signs. B. Remove existing mailboxes and posts, and temporarily install in locations determined by Engineer or as shown on Drawings. Replace mailboxes prior to substantial completion. Removal, temporary re-installation, and replacement shall occur such that mail delivery is not interrupted. Mailboxes, posts, and appurtenances damaged during construction shall be replaced with new at no charge to Owner. A. Provide and maintain all temporary facilities, utilities, and controls as long as needed for the safe and proper completion of the Work. Remove all temporary facilities, utilities, and controls as rapidly as progress will permit, or as directed by Engineer. B. Temporary Water for Construction: Use of new or existing hydrants is prohibited except for testing and flushing of newly installed mains. 2. Obtain water for construction from locations designated by the Owner. C. Temporary Water Services: Maintain temporary potable water service to the structures identified on the Drawings. A. Sanitary Facilities: H Sanitary facilities are allowed but not required. Comply with all governing regulations, including safety and health codes, for sanitary fixtures and facilities. 34-02-136 0 2003 Bonestroo, Rosette, TEMPORARY FACILITIES Anderlik & Associates, Inc. 01500-2 AND CONTROLS IT ME, A. Pumping and Dewatering: 1. Provide draining, pumping, dewatering, and cleaning operations necessary to complete the Work. 2. Provide all necessary pumping to remove all surface water and groundwater from structures as required for the Work. Provide erosion control measures for discharge of water. 3. Protect Site and adjacent property to avoid damage. A. Provide and maintain all traffic control devices needed to guide, warn, control, and protect traffic throughout the project area. All traffic control devices and other protective measures shall conform to MMUTCD. B. Remove traffic control devices at the conclusion of the Work. C. Flaggers are required to protect construction vehicles during unloading construction materials. Conform to the requirements of the MMUTCD, the Flagging Handbook included in the Field Manual for Temporary Traffic Control Zone Layouts, and the following: while on duty, flaggers shall wear hard hats and reflectorized florescent orange rests; and flaggers shall be fully clothed when on duty with shirt or blouse, slacks or trouser, and sturdy shoes. D. Field Quality Control: 1. Daily inspect and insure that all traffic control devices required by the construction are in accordance with the MMUTCD. Any discrepancy between the actual devices in use and the required devices shall be immediately rectified. 2. Furnish names, addresses, and phone numbers of at least three (3) individuals responsible for the placement and maintenance of traffic control devices. At least one of these individuals shall be "on call" 24 hours per day, seven days per week, during the time any traffic control devices furnished and installed by the Contractor are in place. 3. Provide access for emergency vehicles and busses to A residences at all times. 34-02-136 (D 2003 Bonestroo, Rosene, Anderlik & Associates, Inc. TEMPORARY FACIUTIES 01500-3 AND CONTROLS 4. Respond to any request from the Engineer to improve or correct the usage of traffic control devices on, or related to, this Project, within one (1) hour of the time of notification. 5. Keep all traffic control signs and devices in a legible condition. This shall include, but not be limited to, removing grime and dust deposited on any device by traffic or natural causes, or when requested by Engineer. 6. Traffic Control is to be set to maintain a minimum of one lane of traffic in each direction for the duration of the project, 1 91 UV 1 0 MWAII ZVe A. Temporary Barriers: 1. Provide temporary covers, enclosures, markers, and barriers as necessary to protect Work. 2. Damage to the site caused by removal of temporary fencing including postholes, shall be promptly repaired by Contractor. During removal, at no time shall the work remain unattended if a dangerous condition exists because of incomplete removal or site repairing. A. A Bid Item has been provided for Mobilization. Measurement is Lump Sum. This will be considered payment in full for all work and costs if this item. B A Bid Item has been provided for Traffic Control. Measurement is Lump Sum. Payment at the Bid Unit Price is considered compensation in full for all materials and work required. C. Dewatering shall be considered incidental to the project. D. All work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. 34-02-136 (D 2003 Bonestwo, Rosene, TEMPORARY FACILITIES Anderlik & Associates, Inc. 01500-4 AND CONTROLS SECTION 01570 PART1-GENERAL 1.01 SECTION INCLUD! 5 A. Temporary measures to control soil erosion and sedimentation. 1.02 RELATED SECTIONS A. Section 02315 — Excavation and Fill. B. Section 02920 — Lawns and Grasses. A. Minnesota, Department of Transportation "Standard Specifications for Construction," 2000 Edition (MnDOT Spec.): I . 1803 — Prosecution of Work. 2. 2573 — Temporary Erosion Control. 3. Technical Memorandum No. 99-23-ENV-03 & Attachment. 4. Technical Memorandum No. 99-27-ENV-05. B. American Society of Testing and Materials (ASTM): I D4355 — Test Method for Deterioration of Geotextiles from Exposure to Ultraviolet Light and Water. 2. D4491— Test Methods for Water Permeability of Geotextiles by Permitivity, 3. D4632 — Test Method for Breaking Load and Elongation of Geotextiles. 4. D4751 — Test Method for Determining the Apparent Opening Size of a Geotextile. 34-02-136 0 2003 Bonestroo, Rosene, Anderlik & Associates, Inc. 01570-1 EROSION AND SEDIMENT CONTROL A. General: 1. This project does not disturb five or more acres of total land area. Submission of the application for the MPCA's General Storm Water Permit for Construction Activity is not required. I. Submit for approval, the plan of operations for accomplishing temporary and permanent erosion control. 2. Erosion control measures to be installed prior to any grading activities. I Permanent erosion control measures are to be installed when deemed appropriate during, the grading process. B. Contractor is responsible for the establishment of permanent turf in accordance with Section 02920 — Lawns and Grasses to prevent excessive soil erosion. C. Remove silt fence installations after the site has become stabilized and turf is developed to the extent that future erosion is unlikely: I Any ridge or depression left as a result of fence removal will be appropriately repaired and restored. 2. Materials remaining after removal shall become the property of the Contractor and shall be disposed of off the construction site. D. Remove bales after the slopes and ditches have been stabilized and turf developed to the extent that future erosion is unlikely: I . The bales may be used as mulch or be disposed of satisfactorily. 2. Ditches and slopes shall be reshaped, sumps and trenches filled, excess eroded material disposed of and turf established as required. 34-02-136 (5 2003 Bonestroo, Rosene, Anderlik & Associates, Inc. 01570-2 EROSION AND SEDIMENT CONTROL I C-01 SILT FENCE A. Standard Silt Fence: 1. Geotextile Fabric: Woven wire fabric with the following physical properties: a. Grab Tensile Strength (ASTM D4632): 100 lb. b. Apparent Opening Size (ASTM D4751): #20 — 70 sieve. C. Width: 36 inches. d. Ultraviolet Resistance (ASTM D4355): 70%. e. Furnish geotextile with protective wrapping to protect the fabric from ultraviolet radiation and abrasion due to shipping and handling. 2. Posts: 2 inch by 2 inch wood. A. Type I mulch or straw, hay, excelsior mulch, corn stalks, or other approved material, in good condition. B. All bales shall be either bound with wire or tied with nylon string. PART 3 - EXECUTION 3.01 INSTALLATION A. Silt Fence: 1. Silt fences will be installed in the locations shown on the Drawings and according to the manufacturer's specifications. 2. If the silt fence is longer than 600 feet, it shall be constructed in separate independent units, with each unit having a length less than 600 feet. All splices shall be avoided whenever possible. If necessary, splices will be made at a fence post and according to the manufacturer's specifications. 34-02-136 (D 2003 Bonestroo, Rosene, Anderlik & Associates, Inc. 01570-3 EROSION AND SEDIMENT CONTROL B. Bale Checks: 1. Bale Checks shall be installed in locations shown on the Drawings: a. The bales shall be installed so that the bindings run around the sides rather than along the tops and bottoms of the bale. C. Sandbag Barriers: Bags shall be about one-half to two-thirds full of clay, silt, or sand. The sacks shall be laid stretcherwise for the first layer, crosswise for the second layer, and alternating until the required height is reached. The sacks shall overlap at least one-third each way and be well mauled into place. D. Temporary Sediment Basins: Sediment basins will be excavated as a first priority when grading begins on the project. A. Conform to MnDOT Spec. 2573.3.1) and as follows: Contractor is responsible for inspection, maintenance and repair of any washouts or accumulations of sediment that occur as a result of the grading or construction. Restoration consists of grade repair, turf reestablishment, and street sweeping of mud and debris tracked from the site. 2. Contractor is responsible for the maintenance and repair of all temporary erosion control devices. 3. Inspection of all erosion control items will take place immediately after each runoff event and at least daily during prolonged rainfall. Any required repairs shall be made immediately. A. A Bid Item has been provided for Silt Fence, Regular. Measurement will be along the base of the fence from outside to outside of the end posts for each section of fence. Payment will constitute compensation in full for all work and cost to furnish and install and remove material in place. B. Any bale checks, dust control, sand bagging or temporary sediment basins installed shall be considered incidental to the cost of the project with no direct payment being made for the work 34-02-136 (D 2003 Ronestroo, Rosene, Anderlik & Associates, Inc. 01570-4 EROSION AND SEDIMENT CONTROL C. All other work and cost of this Section shall be incidental to the Project and included in the TOTAL BASE BID. 34-02-136 @ 2003 Bonestroo, Rosene, Anderlik & Associates, Inc. 01570-5 EROSION AND SEDIMENT CONTROL SECTION 01600 PART I - GENERAL 1.01 SECTIONINCLUDES A. Basic requirements for products used in the Work. A. Submit the following items consistent with Instructions to Bidders: 1. Written request for approval, with supporting documentation. B. Submit the following items consistent with Section 01330 — Submittal Procedures and General Conditions Article 6.05: 1. Shop drawings for named products and "or-equal" products. 2. Written application for substitute items, including supporting documentation. A. Procedures During Bidding: 1. Conform to the requirements of the Instructions to Bidders. B. Procedures During Construction: 0 Pj- 0 Scheduling of Submittals: Conform to the Contractor's Schedule of Submittals. Submittal Procedures: Conform to the requirements of Section 01300 — Submittal Procedures. Items not approved as "or-equal" may be resubmitted as a substitute item. 34-02-136 0 2003 Bonestroo, Rosene, PRODUCT Anderlik & Associates, Inc. 01600-1 REQUIREMENTS 4. Engineer will review Substitute Item Requests that conform to General Conditions Article 6.05.A.2.d and the following additional supporting documentation: a. Drawings and specifications. b. Installation lists. C. Performance data, including equipment capacity, strengths, weights, and dimensions. d. Catalog cut-sheets. e. Lists of deviations from and exceptions to the specifications. f. Detailed information for all buy-out items, including motors and drives. 9- Lists of materials of construction. h. Maintenance schedules of equipment, including buy-out items. i. Other information deemed necessary at the discretion of Engineer. 5. Incomplete submittals will be returned to Contractor without review. 6. Contract Times will not be modified due to substitute and "or-equal" review process. 7. Engineer shall not have to prove that an item is not an "or-equal." 8. Owner does not have to accept proposed Substitute Items. A. Procedures During Bidding: 1. Conform to the requirements of the Instructions to Bidders. B. Procedures During Construction: 1. Alternate material or equipment items accepted by the Owner and included in the Award of Contract become named materials or equipment. 2. Submit shop drawings and material certifications consistent with Section 01330 — Submittal Procedures. 34-02-136 (D 2003 Bonestroo, Rosene, PRODUCT Anderlik & Associates, Inc. 01600-2 REQUIREMENTS a0 6101" Not Used PART 3 - EXECUTION 3.01 DELIVERY A. Transport and handle products in accordance with the manufacturer's instructions, B. Handle and lift products only at designated lift points and by methods to avoid soiling, disfigurement, bending, over stressing, and damage. C. Store products on shelves, in bins, or in neat groups of like items, with seals and labels intact and legible, and in a manner to provide access for maintenance and inspection. D. Store loose granular materials on clean, solid, flat surfaces and prevent mixing with foreign matter. Store fabricated products supported above the ground on skids or blocking. Provide surface drainage to prevent erosion and ponding of water. E. Cover products subject to discoloration or deterioration with impervious sheet coveting and protect products from soiling and staining. F. Store and protect products which are subject to damage by the elements in weathertight, climate controlled enclosures and according to the manufacturer's instructions. Maintain temperature, ventilation, and humidity within ranges stated in the manufacturer's instructions. G. Attach applicable manufacturer's service instructions labeled "STORAGE SERVICE INSTRUCTIONS ENCLOSED" to exterior of each stored product. H. Inspect, maintain, and service stored products on a regularly scheduled basis, consistent with the manufacturer's instructions. I. Record inspection, maintenance, and services performed, and keep log available for review. J. Traffic control required for all deliveries to and from the project site shall be the responsibility of the Contractor. All flagmen, barricades, flares, and safety measures are the sole responsibility of the Contractor. 34-02-136 0 2003 Bonestroo; Rosene, Anderlik & Associates, Inc. PRODUCT 01600-3 REQUIREMENTS A. Protect from damage, all materials and equipment to be used in the completed facility. B. Provide temporary site security fencing around storage areas and as indicated on the Drawings. C. The Contractor shall provide the Owner and Engineer with keys or combinations to any locks that may be used to secure fencing gates. D. Storage areas and hazardous areas shall be protected by use of chain link fence around the perimeter of the area. This fencing is in addition to any other fencing required for site containment. A. The Contractor shall be responsible for removal, protection, storage, delivery, and installation of all Owner furnished equipment or materials unless otherwise specified. B. The Contractor shall be required to make all modifications to structures, equipment, and power to provide a complete and working installation of the Owner furnished products. C. The Contractor shall provide any materials or equipment required for the installation of the Owner supplied products including but not limited to electric wire and conduit, pipes, anchors, and supports. D. The Contractor shall be responsible for inspection of any existing Owner furnished products to verify characteristics prior to bidding. E. Install Owner furnished equipment in accordance with manufacturers recommendations and as specified in other sections. F. All costs associated with the complete installation of Owner furnished equipment shall be considered incidental to the project unless otherwise specified. A. All work and costs of this Section shall be included incidental to the Project and included in the TOTAL BASE BID. 34-02-136 0 2003 Bonestroo, Rosene, PRODUCT Anderlik & Associates, Inc. 01600-4 REQUIREMENTS SECTION 01700 I A. Requirements for overall execution of the Work and closeout of the contract for final payment. A. Submit the following items consistent with the Conditions of the Contract and Division 1— General Requirements sections: 1. Record Documents, Written Notification of Substantial Completion, Executed Certificate of Substantial Completion, Written Notification of Final Completion, Spare Parts, Operation and Maintenance Manuals, Instructions, Schedules, Warranties, Guarantees, Bonds, Certificates, Certificates of Inspection, and other documents 2. Final Application for Payment, including accompanying documentation IC -1 34 Forms, Not Used �W A. Acceptance of Conditions: By commencing Work, Contractor construes acceptance of the adjacent work as satisfactory to receive subsequent work. B. Existing Conditions: Before commencing work, inspect work completed by others that is adjacent to Work. If adjacent conditions prevent completion of work, Contractor will not commence work until the conditions are corrected. C. Inspect each product immediately prior to installation. Remove damaged products from Site. 34-02-136 (D 2003 Bdn6gtroo, Rosene, Anderlik & Associates, Inc. 01700-1 EXECUTION REQUIREMENTS A. Comply with the manufacturer's instructions for installation of manufactured products to the extent that these instructions are applicable and more explicit or more stringent than requirements indicated in the Contract Documents, B Secure work true to line and level, within recognized industry tolerances, with anchorage devices designed and sized to withstand stresses, vibration, and rocking. Allow for expansion and movement of building. C. Install each element of work during weather conditions and project status to ensure coordination of the Work. Isolate each element of work from incompatible work as necessary to prevent deterioration, D. Record installation details and prepare Record Documents consistent with the General Conditions. 3.03 SITE MAINTENANCE A. Maintain stockpiles, excavations, access roads, and all other work areas free from dust. Employ dust abatement techniques whenever a dust nuisance or hazard occurs, or as directed by Engineer. Comply with local ordinances. B. Protect hazardous work areas and hazardous material storage areas. C. Protect trees unless specifically indicated on Drawings. D. Clean access roads and haul routes with mechanical street sweeper. E. If Contractor fails to maintain Site, Engineer will provide written notice of Contractor's defective Work. Contractor will be given 12 hours from the notice to clean Site. After the 12 hour period, Owner may correct the defective work consistent with Article 13.09 of the Conditions of the Contract. A. Clean and protect work in progress and adjoining work, during handling and installation. Apply protective covering on installed work where it is required to ensure freedom from damage or deterioration. B. Clean and perform maintenance as frequently as necessary throughout construction period. Adjust and lubricate operable components to ensure operability without damage effects. 34-02-136 0 2003 Bonestroo, Rosene, Anderlik & Associates, Inca 01700-2 EXECUTION REQUIREMENTS A. Upon completion of the project and prior to final payment, the Contractor and all Subcontractors shall complete Minnesota Department of Revenue Revised Form IC-134. This form, affidavit for obtaining Final Settlement of Contract with the State of Minnesota and any of its Political or Governmental Subdivisions, is to be signed by a Department of Revenue representative and forwarded to the Owner. Copies of this form can be obtained by writing to the Minnesota Department of Revenue, Forms Section, Centennial Office Building, St. Paul, Minnesota, 55145 or calling (651) 297-3737. A. All work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. 34-02-136 0 2003 Bonestroo, Rosene, Anderlik & Associates, Inc. 01700-3 EXECUTION REQUIREMENTS COUNCIL M ** :q%J 4 Originating Department Public Works Approved for Agenda Agenda Section July 26, 2004 Consent Item No. 6.10 Y: Guy Johnson I By' RESOLUTION TO ACCEPT THE 2003 STREET INFRASTRUCTURE PLAN IMPROVEMENT PROJECT AND TO APPROVE FINAL PAYMENT REQUEST (IMPROVEMENT PROJECT 7211) REQUESTED ACTION Staff recommends that Council approve a resolution to accept the 2003 Street Infrastructure Improvement Project and authorize final payment to Northwest Asphalt Inc., in the amount of $13,746.63. BACKGROUND Council approved plans and specifications for this project on February 24, 2003, and awarded the project to Northwest Asphalt Inc. on March 24, 2003. The 2003 Street Infrastructure Plan Improvement Project included: • Mill and overlay of blacktop on Erickson Drive. • Water main improvements at 49th Avenue and the TH169 Frontage Road. • Street improvement and lane reconfiguration at 49th Avenue and TH169 Frontage Road. • Alternate 1 -Storm sewer improvements at 59th and Wisconsin Avenues. • Alternate 2 -Storm sewer improvements at Decatur Avenue and Northwood Parkway. Because of poor soils and the impact of groundwater, additional materials had to be used to reconstruct a portion of 49th Avenue after the installation of the new water main. The widening of 49th Avenue to allow for an improved eastbound merging lane and a dedicated westbound right -hand turn lane onto the TH169 Frontage Road required the removal of the boulevard on the south side of 49th Avenue. Because a portion of the boulevard was removed, and the proximity of the slope down to the wetland south of 49th Avenue, additional concrete was used to allow for a safer seven -foot wide sidewalk directly behind the curb for a portion of the sidewalk on the south side of the street. These two items cost an additional $11,094.25 and brought the project's total cost to $269,802.60. FUNDING Funds for this project are available through the Street Infrastructure Fund, the Utility Fund, and the Storm Water Fund. ATTACHMENTS Attached are the resolution and a copy of the engineer's memorandum recommending the acceptance of the project and the final pay request. MOTION BY 1/i/ SECOND BY TO: 2003 Infrastructure Final RESOLUTION NO. 04- 134 RESOLUTION ACCEPTING 2003 INFRASTRUCTURE IMPROVEMENT PROJECT AND APPROVING FINAL PAYMENT REQUEST (Improvement Project No. 721) BE IT RESOLVED by the City Council of the City of New Hope as follows: WHEREAS, this Council approved plans and specifications and awarded a contract to Northwest Asphalt, Inc.(hereafter Contractor) on March 24, 2003 for the construction of the 2003 Infrastructure Improvement Project No. 721, and WHEREAS, Contractor has now completed the project and has submitted its request for final payment on the project in the amount of $13,746.33, and WHEREAS, the Public Works Director and City Engineer have reviewed the work completed on the project and the Contractor's request for final payment and recommend said final payment be made to the Contractor per the City Engineer's July 15, 2004 memo. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of New Hope as follows: 1. That the final payment request of Northwest Asphalt, Inc. in the amount of $13,746.33 for the 2003 Infrastructure Improvement Project No. 721 is hereby approved. 2. That the work on the 2003 Infrastructure Improvement Project No. 721 is hereby accepted. Dated the 26 day of July, 2004. 4 Dolier,Mayor Attest: Valerie Leone, City Clerk P:'Arr0RNEY\CNH RESOLUTIONSICNH99- 10030.-002- RESOLUTION APPROVING 2003 STREET PROJECT 721,DOC —1— Bonestr6o Rosene Anderlik & Associates Engineers & Architects July 19, 2004 2335 West Highway 36 . St. Paul, MN 55113 Office: 651- 636 - 4600 ■ Fax: 651 -636 -1311 www.bonestroo.corn Mr. Guy Johnson City of New Hope Public Works 5500 International Parkway New Hope, MN 55428 Re: 2003 Street Infrastructure Plan Improvements Project City Project No. 721 Bonestroo Project No. 34 -02 -136 Dear Guy: Enclosed find the signed final pay request, the consent of surety to final payment, and the completed IC -134s for the 2003 Street Infrastructure Plan Improvements project. All work involved has been completed. We recommend final payment in the amount of $13,746.63. The original contract was for $258,708.35. The final value of work completed is $269,802.60, or $11,094.25 (4.3 %) more than the original contract. The additional expense is due to the need for additional aggregate base and bituminous material required to stabilize the street section when rebuilding 49 Avenue North. If you have questions, please contact me at 651- 604 -4938. Sincerely, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. �� C14-� Jason Quisberg enclosures St. Paul, St. Cloud, Rochester, Willmar, MN ° Milwaukee, WI ° Chicago, IL Affirmative Action /Equal Opportunity Employer and Employee Owned ¢sf:�':"� .rxr� f °H"t tt T lvi ^S-F"`• L'.� � `t {: ,a-a �,',xy� i 21 t 4",.fi "K 'wia, 104 Bonestroo Rosen Anderlik & Associates Engineers it Architects Owner: City of New Hope, 4401 X Ion Ave. N., New Hope, MN 55428 Date: July 15, 2004 For Period: 12/19/2003 to 7/15/2004 Req No: 5 AND FINAL Contractor: Northwest Asphalt Inc., 1451 Stagecoach Rd., Shakopee, MN 55379 CONTRACTOR'S REQUEST FOR PAYMENT 2003 STREET INFRASTRUCTURE PLAN IMPROVEMENTS BRA FILE NO. 34 -02 -136 CITY PROJECT NO. 721 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 Liquidated damages - 12 AMOUNT DUE THIS REQUEST FOR PAYMENT NO. 5 AND FINAL Recommended for Approval by: BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. Approved by Contractor: NORTHWESTASPH�A T �Qm i Specified Contract Completion Date: October 31. 2003 $ 258,708.35 E $ 258,708.35 $ 269,802.60 $ 0.00 $ 269,802.60 $ 0.00 $ 269,802.60 $ 256,055.97 $ 0.00 $ 13 746.63 Approved by Owner: CITY OF NEW HOPE Date: 3402136RE05Finai. xis No. Item PART 1 - MILL & OVERLAY: 1 MOBILIZATION 2 BITUMINOUS WEAR COURSE, TYPE 41A 3 MILL BITUMINOUS PAVEMENT (2" DEEP) 4 REMOVE BITUMINOUS PAVEMENT 5 ADJUST VALVE BOX 6 ADJUST MANHOLE CASTING 7 REMOVE AND INSTALL NEW MH CASTING 8 BITUMINOUS MATERIAL FOR TACK COAT Total PART 1 - MILL & OVERLAY: PART 1 - MILL & OVERLAY: - Bid Amount Total - $41,206.25 $37,500.50 Contract Unit Current Quantity Amount Unit Quantity Price Quantity to Date to Date LS 1 15500.00 1 $15,500.00 TN 450 43.50 387 $16,834.50 SY 2700 1.00 2436 $2,436.00 SY 50 10.00 23 $230.00 EA 4 125.00 1 $125.00 EA 5 250.00 6 $1,500.00 EA 2 350.00 1 $350.00 GAL 275 1.75 300 $525.00 $37,500.50 3402136REQSFinai.xis PART 2 - CURB & GUTTER: 9 REMOVE AND REPLACE CONCRETE CURB AND GUTTEF LF 520 16.75 564 $9,447.00 10 ADJUST CATCH BASIN CASTING EA 2 185.00 1 $185.00 11 TOPSOIL AND SEED LF 520 2.50 399 $997.50 Total PART 2 - CURB & GUTTER: $10,629.50 PART 2 - CURB & GUTTER: - Bid Amount Total - $10,380.00 PART 3 - WATERMAIN (49TH AVE.): 12 REMOVE WATER MAIN LF 350 10.00 350 $3,500.00 13 REMOVE HYDRANT EA 2 200.00 2 $400.00 14 REMOVE GATE VALVE EA 5 150.00 4 $600.00 15 SAWING BITUMINOUS PAVEMENT LF 865 3.00 623 $1,869.00 16 REMOVE BITUMINOUS PAVEMENT SY 1200 2.75 910 $2,502.50 17 SALVAGE AND REINSTALL AGGREGATE BASE CY 140 8.50 100 $850.00 18 REMOVE AND REPLACE CONCRETE CURB AND GUTTEF LF 80 27.50 104 $2,860.OD 19 IMPROVED PIPE FOUNDATION LF 802 3.00 802 $2,406.00 20 TYPE 31 BASE COURSE MIXTURE TN 140 58.00 203 $11,774.00 21 TYPE 41A BITUMINOUS WEAR COURSE TN 140 6035 165 $10,023.75 22 DUCTILE IRON FITTINGS LB 3200 2.05 2768 $5,674.40 23 HYDRANT EA 2 3010.00 2 $6,020.00 24 CONNECT TO EXISTING WATER MAIN EA 3 1000.00 3 $3,000.00 25 RECONNECT WATER SERVICES EA 1 1000.00 1 $1,000.00 26 4" GATE VALVE AND BOX EA 1 675.00 $0.00 27 6" GATE VALVE AND BOX EA 4 685.00 5 $3,425.00 28 8" GATE VALVE AND BOX EA 1 950.00 1 $950.00 29 12" BUTTERFLY VALVE AND BOX EA 1 1195.00 1 $1,195.00 30 4" SERVICE LINE LF 30 30.00 $0.00 31 6" WATER MAIN - DUCTILE IRON, CLASS 52 LF 62 30.00 96 $2,880.00 32 8" WATER MAIN - DUCTILE IRON, CLASS 52 LF 205 28.00 200 $5,600.00 33 12" WATER MAIN - DUCTILE IRON, CLASS 52 LF 555 38.00 537 $20,406.00 34 COMMON EXCAVATION CY 280 10.50 280 $2,940.00 35 AGGREGATE BASE, CLASS 5 (CV) CY 280 35.50 426 $15,123.00 36 BITUMINOUS MATERIAL FOR TACK COAT GAL 63 2.00 40 $80.00 37 SILT FENCE, REGULAR LF 300 3.00 $0.00 38 TRAFFIC CONTROL LS 1 12500.00 1 $12,500.00 Total PART 3 - WATERMAIN (49TH AVE.): $117,578.65 PART 3 - WATERMAIN (49TH AVE.): - Bid Amount Total - $111,102.00 PART 4 - STREET IMP. (49TH AVE.): 39 REMOVE CONCRETE CURB AND GUTTER LF 625 100 885 $2,655.00 40 REMOVE CONCRETE SIDEWALK SY 225 5.00 234 $1,170.00 41 B618 CONCRETE CURB AND GUTTER LF 615 8.75 883 $7,726.25 42 4" CONCRETE WALK SF 2000 4.25 2856 $12,138.00 43 AGGREGATE BASE, CLASS 5 (CV) CY 130 35.50 200 $7,100.00 44 COMMON EXCAVATION CY 300 10.50 300 $3,150.00 45 TYPE 31 BASE COURSE MIXTURE TN 45 58.00 66 $3,828.00 46 TYPE 41A BITUMINOUS WEAR COURSE TN 45 60.75 57 $3,462.75 47 BITUMINOUS MATERIAL FOR TACK COAT GAL 20 2.00 20 $40.00 48 REMOVE STORM SEWER PIPE LF 14 10.00 14 $140.00 49 REMOVE CATCH BASIN EA 1 300.00 1 $300.00 50 Z X T CATCH BASIN EA 2 1150.00 2 $2,300.00 51 12" RCP STORM SEWER LF 29 32.00 28 $896.00 52 CONNECT TO EXISTING CATCH BASIN OR MANHOLE EA 1 750.00 1 $750.00 3402136REQSFinai.xis ALTERNATE NO.2 - STORM SEWER IMP. (NORTHWOOD PKWY /DECATUR AVE N): - Bid Amount Total - $28,377.50 Total PART 1 - MILL & OVERLAY: Total PART 2 - CURB & GUTTER: Total PART 3 - WATERMAIN (49TH AVE.): Total PART 4 - STREET IMP. (49TH AVE.): Total ALTERNATE NOA - STORM SEWER IMP. (8110 59TH AVE N): Total ALTERNATE NO. 2 - STORM SEWER IMP. (NORTHWOOD PKWY /DECATUR AVE N): Total Work Completed To Date $37,500.50 $10,629.50 $117,578.65 $56,342.20 $20,712.00 $27,039.75 $269,802.60 3402136 RE Q5Final.xls Contract Unit Current Quantity Amount No. Item Unit Quantity Price Quantity to Date to Date 53 FURNISH AND INSTALL NEW 27" STORM WATER MH CASTING EA 1 875.00 1 $875.00 54 REMOVE EXISTING PAVEMENT MARKINGS LS 1 1800.00 1 $1,800.00 55 4" DOUBLE SOLID LINE, YELLOW PAINT LF 520 1.20 751 $901.20 56 4" SOLID LINE, YELLOW PAINT LF 80 0.60 $0.00 57 4" SOLID LINE, WHITE PAINT LF 460 0.60 450 $270.00 58 4" BROKEN LINE, WHITE PAINT LF 620 0.10 700 $70.00 59 PAVEMENT MESSAGE, LEFT - THRU ARROW - PAINT EA 1 120.00 1 $120.00 60 PAVEMENT MESSAGE, LEFT TURN ARROW - PAINT EA 1 60.00 1 $60.00 61 PAVEMENT MESSAGE, RIGHT TURN ARROW - PAINT EA 2 60.00 2 $120.00 62 PAVEMENT MESSAGE, THRU ARROW - PAINT EA 7 60.00 8 $480.00 63 SIGN PANELS SF 4 30.00 9 9 $270.00 64 TOPSOIL BORROW CY 80 15.00 48 $720.00 65 SOD SY 1000 5.00 1000 $5,000.00 Total PART 4 - STREET IMP. (49TH AVE.): $56,342.20 PART 4 - STREET IMP. (49TH AVE_): - Bid Amount Total - $45,173.00 ALTERNATE NO.1 - STORM SEWER IMP. (8110 59TH AVE N): 66 CLEAR AND GRUB TREE 13 250.00 9 $2,250.00 67 TOPSOIL BORROW CY 52 15.00 $0.00 68 COMMON EXCAVATION (ONSITE) CY 150 6.00 100 $600.00 69 COMMON EXCAVATION (HAUL OFFSITE) CY 150 8.50 $0.00 70 COMMON BORROW (FROM OFFSITE) CY 100 10.50 317 $3,328.50 71 4' DIAMETER MH EA 1 2500.00 1 $2,500.00 72 4' DIAMETER MH EA 1 1625.00 1 $1,625.00 73 IMPROVED PIPE FOUNDATION LF 123 4.00 $0.00 74 24" HDPE STORM SEWER LF 123 36.20 130 $4,706.00 75 24" CMP FLARED END SECTION EA 1 495.00 1 $495.00 76 CONNECT EX. STORM SEWER PIPE TO STRUCTURE EA 4 750.00 3 $2,250.00 77 CLASS III RANDOM RIPRAP CY 20 75.00 20 $1,500.00 78 SEEDING AND MULCH SY 460 2.50 583 $1,457.50 Total ALTERNATE NO.1 - STORM SEWER IMP. (8110 59TH AVE N): $20,712.00 ALTERNATE NO.1 - STORM SEWER IMP. (8110 59TH AVE N): - Bid Amount Total - $22,469.60 ALTERNATE NO. 2 - STORM SEWER IMP. (NORTHWOOD PKWY /DECATUR AVE N): 79 REMOVE AND REPLACE BITUMINOUS PATH LS 1 6885.00 1 $6,885.00 80 REMOVE AND REPLACE CONCRETE CURB AND GUTTEF LF 40 27.50 38 $1,045.00 81 AGGREGATE BASE, CLASS 5 (CV) CY 30 35.50 46 $1,633.00 82 SAWING BITUMINOUS PAVEMENT LF 90 3.00 78 $234.00 83 BITUMINOUS PATCHING SY 75 29.00 65 $1,885.00 84 TOPSOIL BORROW CY 70 15.00 $0.00 85 IMPROVED PIPE FOUNDATION LF 253 4.00 $0.00 86 12" PVC STORM SEWER, SDR 35 LF 253 31.00 253 $7,843.00 87 4' DIAMETER STORM CBMH EA 1 1625.00 1 $1,625.00 88 4' DIAMETER STORM SEWER MH EA 1 1625.00 1 $1,625.00 89 CONSTRUCT MH OVER EXISTING PIPE EA 1 2625.00 1 $2,625.00 90 SEEDING SY 630 1.75 937 $1,639.75 Total ALTERNATE NO. 2 - STORM SEWER IMP. (NORTHWOOD PKWY /DECATUR AVE N): $27,039.75 ALTERNATE NO.2 - STORM SEWER IMP. (NORTHWOOD PKWY /DECATUR AVE N): - Bid Amount Total - $28,377.50 Total PART 1 - MILL & OVERLAY: Total PART 2 - CURB & GUTTER: Total PART 3 - WATERMAIN (49TH AVE.): Total PART 4 - STREET IMP. (49TH AVE.): Total ALTERNATE NOA - STORM SEWER IMP. (8110 59TH AVE N): Total ALTERNATE NO. 2 - STORM SEWER IMP. (NORTHWOOD PKWY /DECATUR AVE N): Total Work Completed To Date $37,500.50 $10,629.50 $117,578.65 $56,342.20 $20,712.00 $27,039.75 $269,802.60 3402136 RE Q5Final.xls PROJECT PAYMENT STATUS OWNER CITY OF NEW HOPE CITY PROJECT NO. 721 BRA FILE NO. 34 -02 -136 CONTRACTOR NORTHWEST ASPHALT INC CHANGE ORDERS No. Date Description Amoum Total Change Orders PAYMENT SUMMARY o,......,...,4 Rotninano Comnleted 1 05/01/2003 06/10/03 106,540.84 5,607.41 112,148.25 2 06/11/2003 07/09/03 99,942.28 10,867.53 217,350.65 3 07/1012003 10/02/03 18,233.78 11,827.21 236,544.11 4 10/03/2003 12/18/03 31,339.07 13,476.63 269,532.60 5 AND FINAL 12/19/2003 07/15/04 13,746.63 269,802.60 Material on Hand Total Payment to Date $269,802.60 Original Contract $258,708.35 Retaina e Pay No. 5 AND FINAL Change Orders Total Amount Earned $269,802.60 Revised Contract $258,708.35 3402136REQ5Fi nai.xls S ASPHALT INC. June 25, 2004 Jason Quisberg Bonestroo, Rosene, Anderlik & Associates, Inc. 2335 West Highway 36 St Paul MN 55113 Re: 2003 Infrastructure Plan Improvements Project City Project No. 721 New Hope, MN Dear Jason: Enclosed you will find the close -out submittals the for above referenced project: 1. Consent of Surety To Final Payment 2. IC -134s for Northwest Asphalt and all subcontractors If you need any further documentation please let either Lance Guentzel or me know. /sng enclosures /Sheila /New Hope Submittals 6 -25 -04 AN EQUAL OPPORTUNITY EMPLOYER • • • 2 10 F AIA Document G707 (Instructions on reverse side) OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ Bond No. 54- 134847 OTHER ❑ TO OWNER: (Name and address) City of New Hope 4401 Xylon Avenue New Hope, MN 55428 PROJECT: (Nanne and address) 2003 Street Infrastructure Plan Improvements City Project No. 721 ARCHITECT'S PROJECT NO.: CONTRACT FOR: Street Infrastructure Improvements CONTRACT DATED: April 21, 2003 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (Insert name and address of 5'urehy United Fire & Casualty Company 118 Second Avenue S.E. P.O. Box 73909 Cedar Rapids, IA 52407 -3909 on bond of (lrrser�t name arad address gfContractor Northwest Asphalt, Inc. 1451 Stagecoach Road Shakpee, MN 55379 SURETY, , CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety of any of its obligations to (Insert name and address of owner) City of New Hope 4401 Xylon Avenue New Hope, MN 55428 as set forth in said Surety's bond. IN VGtITNESS WHEREOF, the Surety has hereunto set its hand on this date: March 17, 2004 (Insert in rtritirrg the mmnth 1ollotreel h)' the ntnneric date and Pear.) , OWNER, INSTRUCTION SHEET Wr, � f r ENt N A. GENERAL, INFORMATION 1, Purpose j 4, Limited License for Reproduction 8, CHANGES FROM THE PREVIOUS EDITIO?"4 d C. COMPLETING THE G707 FORM ? 'T"") PT } i F 4 .1 D. EXECUTION OFTHE DOCUMENT 494 WSTRUCTM SHEET FOR MA DOCUMEN'r G707 G70'7---1994 UNITED FIRE & CASUALTY COMPANY HOME OFFICE - CEDAR RAPIDS, iOWA CERT'IFIEC? COPY OF POWER OF ATTORNI (Original on file at Home Office of Company - See Ce rporation duly organized and existing foes make, constitute and appoint ?. HUGHES, OR TOY D. LVIDUALLY of BLOOMINGTON :xecute in its behalf all lawful bonds, J UALTY COMPANY. This power of Attorney is made and executed pursuant to and by authority, of the foils ;tors of the Company on April 18, 1573.' "Article V - Surety Bonds and Undertakings" Section 2, Appointment of Attorney -in- Fact. "The President or any Vice President, or from time to time, appoint by written certificates attorneys -in -fact to act in behalf of tt insurance, bonds, undertakings and other obligatory instruments of like nature. The si and the Corporate seal, may be affixed by facsimile to any power of attorney or sped either authorized hereby, such signature and seal, when so used, being adopted by tl such officer and the original seal of the Company, to be valid and binding upon the Cc though manually affixed, Such attorneys -in fact, subject to the limitations set forth in shall Have full power to bind the Company by their signature and execution of any su, 1HER it and its 01 uch instruments were signed by the �, pursuant to the authority hereby evoked by UNITED FIRE & By -Law duly adopted by Board of Ad by ?x CASUALTY COMPANY 1, !t County of Linn, ss; ' of December, 2002,' before me; personally came Randy A. vho being by me duly sworn, did depose and say, that he resides in Ce e UNITED FIRE & CASUALTY COMPANY, the corporation described it Teal of said corporation; that the seal affixed to the said instrument is su 'en by the Board of Directors of said corporation and that he signed his same to be the act and deed of said corporation. Vice President Ramlo ar Rapids, State of Iowa; that he is a Vice and which executed the above instrument; that h corporate seal; that it was so affixed pursuant iame thereto pursuant to like authority, and Public - nmission expires: 10/26/2004 rtify that I have compared the foregoing copy of :)mey'has not been revoked and is now in full force' and effect. ribed my name and affixed the corporate seal of the said Company 20 2 Secretary 1'%LLl�I iii l `Jv Irk uepartment ©r re v enue Withholding Affidavit for Contractors - . This affidavit must be approved by the Minnesota Depar'menT of Revenue before the state of ..`Minnesota or any of its subdivisions can make finesl payment to con;Tactors. Plecse ; fpe cr pint decrhj. Otis , 41 be ycur ncilirg icbel er retLTning ,$e completed form_ — — — — — — � Daytime hone Minnesota withholding tax iD number C — — — — — — — ompany name p' NORTHWEST ASPHALT, INC. ! (952 445 -1003 1 5333310 � I Total contract amount j Month /year work began r a U V ' Address Project number I Project location 721 2003 STREET INFRASTRUCTURE PLAN IMPROV Project owner Address City State Zip code CITY OF NEW.HOP 4401 XYLON AVENUE N ORT H NEW HO M N 554 Did you have employees work on this project? F11 Yes D No If no, who did the work? Check the box that describes your involvement in the project and fill in all information requested. ❑ Sole contractor ❑ Subcontractor Name of contractor who hired you Prime contractor — you subcontracted out any work on this project, a of your subcontractors must file their own IC -134 affidavits and have them ._ertifi °d by the Department of Revenue before you can. file your affidavit. For each subcontractor you had, fill in the information below and attach a copy of each suconira�ut's certified iC -13�. If yes. need more space, attach a separate sheet. Business name Address Owner /Officer AAA STRIPING SERVICE CO P 0 BOX 339, ROGERS, MN 55374 ACE BLA CKTOP, INC. 7280 DICKMAN TRAIL, INVER GROVE HEIGHTS, MN 55076 CURB MASTERS, INC. 500 WEST POPLAR STREET, STIL LWATER, MN 550 82 EROSION PLUS, INC. 3101 WEST 2 20TH STREET, JORDAN, MN 55352 i declare that all in formation I have filled in on this form is true and complete to the best of m knowledge and belief 1 authorize the Department of Revenue to disclose pertinent information relating to this project including sending copies of this form, to the prime contractor if 1 am a subcontractor, and to any subcontractors if I amyq prime contractor, and to the contracting agency_ c r s st natu r' t CORPORATE SECRETARY 2/27/04 M 1 to: MN Dept. of Revenue, Withholding Division, Mai! Station St. Paui, MN 55146b6i0 Certificate of Compliance Based on records of the Minnesota Department of Revenue, I certify that the contractor who has signed this certificate has fulfilled all the requirements of Minnesota Statutes 290.92 and 290.97 concerning the withholding. of Minnesota income tax from wages paid to employees relating to contract services with the state of Minnesota and /or its subdivisions. Department of Revenue approval a Date 'r" , r � Stock No. 5000134 (Rev. 11/951 Printed on recycled paper with TO% post-consumer waste using soy -based ink_ 1451 STAGECOACH ROAD { $ 270 088.25 i MAY 2003 # { city State Zip Code { Amount still due ;Mon h /year work ended SHAKOPEE. - - - _MN - -- 55379 - -- J 13,476.63 j NOV 2003 Project number I Project location 721 2003 STREET INFRASTRUCTURE PLAN IMPROV Project owner Address City State Zip code CITY OF NEW.HOP 4401 XYLON AVENUE N ORT H NEW HO M N 554 Did you have employees work on this project? F11 Yes D No If no, who did the work? Check the box that describes your involvement in the project and fill in all information requested. ❑ Sole contractor ❑ Subcontractor Name of contractor who hired you Prime contractor — you subcontracted out any work on this project, a of your subcontractors must file their own IC -134 affidavits and have them ._ertifi °d by the Department of Revenue before you can. file your affidavit. For each subcontractor you had, fill in the information below and attach a copy of each suconira�ut's certified iC -13�. If yes. need more space, attach a separate sheet. Business name Address Owner /Officer AAA STRIPING SERVICE CO P 0 BOX 339, ROGERS, MN 55374 ACE BLA CKTOP, INC. 7280 DICKMAN TRAIL, INVER GROVE HEIGHTS, MN 55076 CURB MASTERS, INC. 500 WEST POPLAR STREET, STIL LWATER, MN 550 82 EROSION PLUS, INC. 3101 WEST 2 20TH STREET, JORDAN, MN 55352 i declare that all in formation I have filled in on this form is true and complete to the best of m knowledge and belief 1 authorize the Department of Revenue to disclose pertinent information relating to this project including sending copies of this form, to the prime contractor if 1 am a subcontractor, and to any subcontractors if I amyq prime contractor, and to the contracting agency_ c r s st natu r' t CORPORATE SECRETARY 2/27/04 M 1 to: MN Dept. of Revenue, Withholding Division, Mai! Station St. Paui, MN 55146b6i0 Certificate of Compliance Based on records of the Minnesota Department of Revenue, I certify that the contractor who has signed this certificate has fulfilled all the requirements of Minnesota Statutes 290.92 and 290.97 concerning the withholding. of Minnesota income tax from wages paid to employees relating to contract services with the state of Minnesota and /or its subdivisions. Department of Revenue approval a Date 'r" , r � Stock No. 5000134 (Rev. 11/951 Printed on recycled paper with TO% post-consumer waste using soy -based ink_ Instructions for Form I- Who must file? If you are a prime contractor, a contractor or a subcontractor who did work on a project for the state of Minnesota or any of its local government subdivisions — such as a county, city or school district — you must file Form IC -134 with the Minnesota Department of Revenue. This affidavit must be certified and returned before the state or any of its subdivisions can make final payment for your work. When to file The IC -134 cannot be processed until you finish the work_ If you send it in for certification before the project is completed, it will be returned to you unprocessed. If you are a subcontractor or sole contractor, send in the form when you have completed your part of the project. If you are a prime contractor, send in the form, when 4 :1rie entire project is completed and you have received certified affidavits from all of your subcontractors. How to file If you have fulfilled the requirements of Minnesota withholding tax laws, the Department of Revenue will sign your affidavit and return it to you.. If any withholding payments are due to the state, Minnesota law requires that paymentbe made by money order, cashiers check, certified check or cash (M.S. 290.97). Are you a prime contractor and a subcontractor on the same project? If you were hired as a subcontractor to do work on,a project, and you subcontracted all or a part of your portion of the project to another contractor, you are a prime contractor as well. Fill out both the subcontractor and prime contractor areas on a single form. Where to file Mail to: Nall Dept. of R;avenue Withholding Tax Division Mail Station 6610. St. Paul MN 55146 -6610 .- You must fill in your Minnesota withholding tax ID number on the form. You must have a Minnesota tax ID number if you have employees who work in Minnesota. If you do not have a Minnesota ID number, you must apply for one..' Call (612) 282 -5225 or 1-800-657- 3605. Or write to the following address to request an application (Form ABR). Minnesota Tax Forms Mail Station 1421 St. Paul, MN 55146 -1421 If you have no employees and did all the work yourself, you do not need a Minnesota tax ID number. If this is the case, fill in your Social Security number in the space for Minnesota tax ID number and explain who did the work. Submit the certified affidavit to your prime contractor or to the government unit for which the work was done in order to receive your final payment, Use of informction The Department of Revenue needs_ all the information, except your phone number, to determine if you have met all state income tax withholding requirements. If all required information is not provided, the IC -134 will be returned to you for completion. All information on this affidavit is private by state law. It cannot be given to others without your permission, except to the Internal Revenue Service, other states that guarantee the same privacy and certain government agencies as provided by law. Information and assistance If you need help or additional information to fill out this form, call (612) 282 -9999 or 1- 800 -657 -3594. Hearing, speech or visually unpaired? 'rDD %TTY users may, contact the department through the Minnesota Relay Service. Call 1-800- 627- 3529. If you need information in an . alternative format, such as Braille, large print or audio tape, we will provide it. If you need more IC -134 forms, call (612) 296 -4444 or 1-$00- 657 - FORM. Or write to: Minnesota Tax Forms Mail Station 1421 St. Paul, MN 55146 -1421 MIN - JESOTA Department of Revenue W ithholding i i for Contractors This affidavit must be approved by the Minnesota Department of Revenue before the state of Minnesota or any of its subdivisions can make final payment to contractors. 6 Please type or print deory. This will be your mailing label for returning the completed form. C ompany name � Daytime phone 1 AAA STRIPING SERVICE CO 1 1763 428 -4322 Address I Total contract amount PO BOX 339 1 $ 3,573.'62 1 city State Zip Code I Amount still due `ROGERS _ _ _ _ MN _55374 55374 _ _ J $ 178.68 Month /year work began Project number Project location 7,21 _ _, 49TH.AV NORTH, 20 3 STREET IMP Project owner Address City State - Zip code 'CITY OF NEW HOPE uia you 'hove etoplo las •r.; arc on thi: proise? ❑ Yes ❑ No If no, who did the work? Check the box that describes your involvement in the project and fill in all information requested. ❑ Sale contractor ® Subcontractor NORTHWEST ASPHALT INC Name of contractor who hired you 1451 STAGECOACH RD SHA -KOPEE MN 553_7 Address (�] Prime contractor --If you subcontracted out any work on this project, all of your subcontractors must file their own IC -134 affidavits and have them certified by the Department of Revenue before you can file your affidavit. For each subcontractor you had, fill in the information below and attach a copy of each subcontractor's certified IC-1 34. If you need more space, attach a separate sheet. Business name Address Owner /Officer I declare that all information I have filled in on this form is true and complete to the best of my knowledge and belief. i authorize the Deportment of Revenue to disclose pertinent information relating to this project including sending copies of this form, to the prime contractor if I am a subcontractor, andfiaAny subcontractors if f am a prime contractor, and to the contracting agency. 27 SECRETARY 11/17/03 to: MN Dept. of Revenue, Wit olding Division, Moil Station 6610, St. Paul, Mir! 55146-6610 Certificate of Compliance Based on records of the Minnesota Department of Revenue,'i certify that the contractor who has signed this certificate has fulfilled all the requirements of Minnesota Statutes 290.92 and 290.97 concerning the withholding of Minnesota income tax from wages paid to employees relating to contract services with the state of Minnesota and /or its subdivisions. Deportment of Revenue approval � Date ,.: 0 _�_ e . Y 2003 IC -134 Minnesota withholding tax ID number 6290`.797 Stock No. 5000134 (Rev. 11/951 Printed on recycled paper with 10% paslconsumer waste using soy -based ink. 02/25/2004 16:15 FAX 6514509057 ACE BLACKTOP U. VV-L HAI 4 'MINNESOTA Department of Revenue Withholding Affidavit for Contractors IC- 1 34 This affidavit must be opproved by the Minnesota Deportment of Revenue before the state of Minnesota or any of its subdivisions can make final poyment to contractors. Noiecinvmbe! I Project lorotion AIP Prviect owner Address City Did you hc&e employees ­o4 on thin proiecl? �y es 0 No If no, who did the work P Check the box that describes your involvement in the project and fill in off information requested. ❑ Sole contractor Subcontractor Nome Of Confrot:for who hired y oii 12 - 7 . 7. Addtu�3 .. I —.-./ Prime contractor —If you subcontracted out any work on this project, all of your subcontractors must file their own IC-) 34 affidavits and have them certified by the Deportment of Revenue before you can File your affidavit, For each subcontractor you had, fill in the information below and attach 0 copy of each subcontractor's certified IC -1 34. If you need more space, attach a separate sheet. Business none Address Owner/officer I declare that oil information I have fill in on this form 1 true and complete to the 1- of my knowledge and belief. I outhorize the Department of Revem)c to disclose pertinent informotion relating to this project, including sending copies of this form, to the prime contractor if I am a --Av&-ontracror, and to any subcontractors if I am a prime contractor, and 1 the contracting agency. signature ifle Date Mail to: Division, Moil Sterflon 6610, St. F. IT, ]��W-q 0 oqzAMAN Depp. of Revenue. Certificate of Compliance Based on records of the Minnesota Deportment 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 withholdin of Minnesota income tax fW,m woge5 paid to employees relolinct to contract services with the state of Minnesota and /or its subdivisions. Ogg clrnT�,otv of.RuvcnvezpprcvaI, Dote MAP 0 AI 2P Sk;ft Zip code Sock No. 5000134 fke. 1 1/96) Printed on roty,11d paper w1l6 10 pose tuswrrrr w(,%' wing 5oybus !A Please type or print clearly. This will be your moiling 16W for returning the rompleted for — — — — — ------ -._._— Company name Daytime phone Winnesoso withholding tax fl) number 0 Tottl contract om6unt - 7 — 5V Month/year work began City Slate zip Code Amount still due Month /year work- ended Noiecinvmbe! I Project lorotion AIP Prviect owner Address City Did you hc&e employees ­o4 on thin proiecl? �y es 0 No If no, who did the work P Check the box that describes your involvement in the project and fill in off information requested. ❑ Sole contractor Subcontractor Nome Of Confrot:for who hired y oii 12 - 7 . 7. Addtu�3 .. I —.-./ Prime contractor —If you subcontracted out any work on this project, all of your subcontractors must file their own IC-) 34 affidavits and have them certified by the Deportment of Revenue before you can File your affidavit, For each subcontractor you had, fill in the information below and attach 0 copy of each subcontractor's certified IC -1 34. If you need more space, attach a separate sheet. Business none Address Owner/officer I declare that oil information I have fill in on this form 1 true and complete to the 1- of my knowledge and belief. I outhorize the Department of Revem)c to disclose pertinent informotion relating to this project, including sending copies of this form, to the prime contractor if I am a --Av&-ontracror, and to any subcontractors if I am a prime contractor, and 1 the contracting agency. signature ifle Date Mail to: Division, Moil Sterflon 6610, St. F. IT, ]��W-q 0 oqzAMAN Depp. of Revenue. Certificate of Compliance Based on records of the Minnesota Deportment 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 withholdin of Minnesota income tax fW,m woge5 paid to employees relolinct to contract services with the state of Minnesota and /or its subdivisions. Ogg clrnT�,otv of.RuvcnvezpprcvaI, Dote MAP 0 AI 2P Sk;ft Zip code Sock No. 5000134 fke. 1 1/96) Printed on roty,11d paper w1l6 10 pose tuswrrrr w(,%' wing 5oybus !A MUNNIVSOTA Department of Revenue Withholding Affidavit for Contractors IC-134 t' This affidavit must be approved by the Minnesota Department of Revenue before the state of Minnesota or any of its subdivisions can make Not payment to contractors. C Project number Project location 0 49th Ave Street Project New Hope *a Project owner Address City State Zip code E City of New Hope Nwry Hope IVIN g I L 2 1 Yes []No if no, who did the work? C Did you haw employees work on this project? n- Check the box that describes your involvement in the project and fill in all information requested [:] Sole contractor 21 Subcontractor Nome of contractor who hired you Northwest Asphalt, Inc Address 1451 Stagecoach Road Shakopee, mn 55379-2797 0 F Prime contractor—If you subcontracted out any work on this project, all of your subcontractors must file their own IG I 34 affidavits; and have them certified by the Department of Revenue before you can file your afficlovit- For ec-,ch subcontractor you had, fill in the information below and attach a copy of each subcontractor's certified IC -1 34_ If you need more space, attach a separate sheet. Business name Address Owner/Officer I declare that all inbrmaiian I have filled in on this form is from and complete to the best of my knowled and belief / authorize the Department of Revenue to othdose pertinent information relating to this project, including sending copies of this form, to the prime contractor if t am a subcontractor, and to any subcontractors if I am a prime contractor, and to the contracting agmrxy Co 9ws signakirp T* Date N 11�, )k, I'V ),� 0 0 1--) Mail to: MN Dept. of Revenue, Withholding Division, Mail Station 6610, St. Paul, MN 5514"610 5M7116fil �vfc -�- �� Based on records of the Minnesota Department of Revenue, I certify that the contractor who has signed this certificate has fulfilled all the requirements of Minnesota Statutes 290-92 and 290.97 concerning the withholding of Minnesota income tax from wages paid to employees relating to contract services with the state of Minnesota and/or its subdivisions. Department of Revenue approval Date JAN 0 2 Stock No- 50001 34 (Rev- 11/" Printed on recycled Paper with 10% p'oa' tinsumer waste using soy�bosed ink Please type or print dearly Ibis will be your mailing label for returning the completed form. 12 / C , c — xnp. — ny name Daytime phone M tax ID number IL 1 Curb Masters, Inc 1 (651) 351-9200 2207114 N. I Address I TO" conkuct amurd Month /yew work began o 0 500 W Poplar Street $ 33,159.45 5/2003 CL City State Zip Code i Amount still due Month/yew work ended Stillwater IVIN 55082 J $4,685.81 7/2003 C Project number Project location 0 49th Ave Street Project New Hope *a Project owner Address City State Zip code E City of New Hope Nwry Hope IVIN g I L 2 1 Yes []No if no, who did the work? C Did you haw employees work on this project? n- Check the box that describes your involvement in the project and fill in all information requested [:] Sole contractor 21 Subcontractor Nome of contractor who hired you Northwest Asphalt, Inc Address 1451 Stagecoach Road Shakopee, mn 55379-2797 0 F Prime contractor—If you subcontracted out any work on this project, all of your subcontractors must file their own IG I 34 affidavits; and have them certified by the Department of Revenue before you can file your afficlovit- For ec-,ch subcontractor you had, fill in the information below and attach a copy of each subcontractor's certified IC -1 34_ If you need more space, attach a separate sheet. Business name Address Owner/Officer I declare that all inbrmaiian I have filled in on this form is from and complete to the best of my knowled and belief / authorize the Department of Revenue to othdose pertinent information relating to this project, including sending copies of this form, to the prime contractor if t am a subcontractor, and to any subcontractors if I am a prime contractor, and to the contracting agmrxy Co 9ws signakirp T* Date N 11�, )k, I'V ),� 0 0 1--) Mail to: MN Dept. of Revenue, Withholding Division, Mail Station 6610, St. Paul, MN 5514"610 5M7116fil �vfc -�- �� Based on records of the Minnesota Department of Revenue, I certify that the contractor who has signed this certificate has fulfilled all the requirements of Minnesota Statutes 290-92 and 290.97 concerning the withholding of Minnesota income tax from wages paid to employees relating to contract services with the state of Minnesota and/or its subdivisions. Department of Revenue approval Date JAN 0 2 Stock No- 50001 34 (Rev- 11/" Printed on recycled Paper with 10% p'oa' tinsumer waste using soy�bosed ink Dec y 10 03 1.1:25r Al Larson 852 492 5010 p.1 NflNNESOTA Depaxfimexit of Revenue ithho ding Affidavit for Contractors 'C This aflydav# must be approved by the Mlnnewfa Depa ryirts V of Revenue before the state or Minnesolc or rang of its subdivisions can make final payment t0 Contra iOrs_ Check lbe box that describes your involvement irr the po jbcl and All in all information roquvsied ^�rrt El Sale contractor i Subcontractor Ncmr of contractor who Fred you Address »2 C Lj prime Contractor —!f you subconirected out any work on this proiect, all of your subcontractors miT5t file their own IC - 134 off idavits and have them certified 4 the Da p grimeni of Rev( heioreyou can file your affidavil_ For'eoch subcontro you h fill in the in formation below and atioc o copy of each subcontractor's certified IC. 13d. If you need more space, attach a separate sheet, susinees none+ Addmsc r= �vmetf Gfflen l declare that all inlormalian l trove tilled in an this i rnr is Bela and COmAlety try the best Ol m kAewlodr7r onrt r r;Grf. l authori. e 1h.- Orradment of Revenue In disclose Partin inlgrmanan relating .io 164 fynjee, in4 n) sending Copies rit A ii fprm, to the fuimr,• contractor if /am a vtmc*r trau, and (a any su6canuuttors if (am 0 10 0me contrucror, and to the canoacting vgancy__ r. Maul tra; Ml J Oep:. of Revenue} Withholding Division, Mail Station 6610, St MN 65146.66I O Certificate of Complicrice Sased on records of the Minnesota Department of Rr_wenue, l certify that the contractor who has sicnod this certificate has fulfillod all thy requirements of Minclesata Statutes 290.92 and 290.97 conceming tht_ withholcling of Minnesota income fox from wages paid to employees relating to contract services with the state of Minnesota and /or its subdivisions. Deparimew of Kevenue approwd Date ,.,�a MAP 0 PleasQ tyt}e 7rprint dearl1,. J"his w47 be yarn mailing h7hallarreArming dre camp+ -fi- F[v rn. ".: I Cpm cn nartt9,, Daytlmo phon4 i Minnasoio withholding lax ID wm6 .> z ( mdres5 ' MTR - I Tdot con Cnflvtnit 136 ) tM101�it7� �Ca �^'tYtt t18r�an I o'5�u t .p ' / V ,J I m6nf� /ywr work ended } Cly 5t6 CZde I Amount s3itt diner -- —,J f — Prniact Mtmtwr Ftotnc} tocatian 4L j, . 0; * "' Pro ct owner � Ae j ld r ; Qid you hove loyert s ❑ hta If na, who did the workZ Check lbe box that describes your involvement irr the po jbcl and All in all information roquvsied ^�rrt El Sale contractor i Subcontractor Ncmr of contractor who Fred you Address »2 C Lj prime Contractor —!f you subconirected out any work on this proiect, all of your subcontractors miT5t file their own IC - 134 off idavits and have them certified 4 the Da p grimeni of Rev( heioreyou can file your affidavil_ For'eoch subcontro you h fill in the in formation below and atioc o copy of each subcontractor's certified IC. 13d. If you need more space, attach a separate sheet, susinees none+ Addmsc r= �vmetf Gfflen l declare that all inlormalian l trove tilled in an this i rnr is Bela and COmAlety try the best Ol m kAewlodr7r onrt r r;Grf. l authori. e 1h.- Orradment of Revenue In disclose Partin inlgrmanan relating .io 164 fynjee, in4 n) sending Copies rit A ii fprm, to the fuimr,• contractor if /am a vtmc*r trau, and (a any su6canuuttors if (am 0 10 0me contrucror, and to the canoacting vgancy__ r. Maul tra; Ml J Oep:. of Revenue} Withholding Division, Mail Station 6610, St MN 65146.66I O Certificate of Complicrice Sased on records of the Minnesota Department of Rr_wenue, l certify that the contractor who has sicnod this certificate has fulfillod all thy requirements of Minclesata Statutes 290.92 and 290.97 conceming tht_ withholcling of Minnesota income fox from wages paid to employees relating to contract services with the state of Minnesota and /or its subdivisions. Deparimew of Kevenue approwd Date ,.,�a MAP 0 Bonestroo Rosen Anderlik & Associates Engineers & Architects Dwner: City of New Hope, 4401 Xylon Ave. N., New Hope MN 55428 Date: July 15 2004 =or Period: 12/19/2003 to 7/15/2004 Request No: 5 AND FINAL contractor: Northwest Asphalt Inc., 1451 Stagecoach Rd. Shakopee MN 55379 CONTRACTOR'S REQUEST FOR PAYMENT 2003 STREET INFRASTRUCTURE PLAN IMPROVEMENTS BRA FILE NO. 34 -02 -136 CITY PROJECT NO. 721 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 Liquidated damages - 12 AMOUNT DUE THIS REQUEST FOR PAYMENT NO. $ 0.00 $ 0.00 5 AND FINAL Recommended for Approval by: BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. $ 258,708.35 $ 258,70835 $ 269,802.60 $ 0.00 $ 269,802.60 $ 0.00 $ 269,802.60 $ 256,055.97 $ 0.00 $ 13 746.63 Approved by Owner: NEW HOPE Specified Contract Completion Date: October 31, 2003 Date: 3402136 REQ5 Final. xis 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 PART 3 - WATERMAIN (49TH AVE.): REMOVE WATER MAIN LF REMOVE HYDRANT Contract Unit Current Quantity Amount No. Item Unit Quantity Price Quantity to Date to Date IMPROVED PIPE FOUNDATION PART 1 - MILL & OVERLAY: TYPE 31 BASE COURSE MIXTURE TN TYPE 41A BITUMINOUS WEAR COURSE TN DUCTILE IRON FITTINGS 1 MOBILIZATION LS 1 15500.00 1 $15,500.00 2 BITUMINOUS WEAR COURSE, TYPE 41A TN 450 43.50 387 $16,834.50 3 MILL BITUMINOUS PAVEMENT (2" DEEP) SY 2700 1.00 2436 $2,436.00 4 REMOVE BITUMINOUS PAVEMENT SY 50 10.00 23 $230.00 5 ADJUST VALVE BOX EA 4 125.00 1 $125.00 6 ADJUST MANHOLE CASTING EA 5 250.00 6 $1,500.00 7 REMOVE AND INSTALL NEW MH CASTING EA 2 350.00 1 $350.00 8 BITUMINOUS MATERIAL FOR TACK COAT GAL 275 1.75 300 $525.00 30.00 Total PART 1 - MILL & OVERLAY: $2,880.00 205 28.00 200 $37,500.50 555 PART 1 - MILL & OVERLAY: - Bid Amount Total - $41,206.25 537 $20,406.00 280 10.50 280 $2,940.00 PART 2 - CURB & GUTTER: 35.50 426 $15,123.00 63 2.00 9 REMOVE AND REPLACE CONCRETE CURB AND GUTTEF LF 520 16.75 564 $9,447.00 10 ADJUST CATCH BASIN CASTING EA 2 185.00 1 $185.00 11 TOPSOIL AND SEED LF 520 2.50 399 $997.50 Total PART 2 - CURB & GUTTER: $10,629.50 PART 2 - CURB & GUTTER: - Bid Amount Total - $10,380.00 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 PART 3 - WATERMAIN (49TH AVE.): REMOVE WATER MAIN LF REMOVE HYDRANT EA REMOVE GATE VALVE EA SAWING BITUMINOUS PAVEMENT LF REMOVE BITUMINOUS PAVEMENT SY SALVAGE AND REINSTALL AGGREGATE BASE CY REMOVE AND REPLACE CONCRETE CURB AND GUTTEF LF IMPROVED PIPE FOUNDATION LF TYPE 31 BASE COURSE MIXTURE TN TYPE 41A BITUMINOUS WEAR COURSE TN DUCTILE IRON FITTINGS LB HYDRANT EA CONNECT TO EXISTING WATER MAIN EA RECONNECT WATER SERVICES EA 4" GATE VALVE AND BOX EA 6" GATE VALVE AND BOX EA 8" GATE VALVE AND BOX EA 12" BUTTERFLY VALVE AND BOX EA 4" SERVICE LINE LF 6" WATER MAIN - DUCTILE IRON, CLASS 52 LF 8" WATER MAIN - DUCTILE IRON, CLASS 52 LF 12" WATER MAIN - DUCTILE IRON, CLASS 52 LF COMMON EXCAVATION CY AGGREGATE BASE, CLASS 5 (CV) CY BITUMINOUS MATERIAL FOR TACK COAT GAL SILT FENCE, REGULAR LF TRAFFIC CONTROL LS Total PART 3 - WATERMAIN (49TH AVE.): $1,000.00 PART 3 - WATERMAIN (49TH AVE.): - Bid Amount Total - $111,102.00 675.00 PART 4 - STREET IMP. (49TH AVE.): REMOVE CONCRETE CURB AND GUTTER REMOVE CONCRETE SIDEWALK B618 CONCRETE CURB AND GUTTER 4" CONCRETE WALK AGGREGATE BASE, CLASS 5 (CV) COMMON EXCAVATION TYPE 31 BASE COURSE MIXTURE TYPE 41A BITUMINOUS WEAR COURSE BITUMINOUS MATERIAL FOR TACK COAT REMOVE STORM SEWER PIPE REMOVE CATCH BASIN 2'X S CATCH BASIN 12" RCP STORM SEWER CONNECT TO EXISTING CATCH BASIN OR MANHOLE 350 10.00 350 $3,500.00 2 200.00 2 $400.00 5 150.00 4 $600.00 865 3.00 623 $1,869.00 1200 2.75 910 $2,502.50 140 8.50 100 $850.00 80 27.50 104 $2,860.00 802 3.00 802 $2,406.00 140 58.00 203 $11,774.00 140 60.75 165 $10,023.75 3200 2.05 2768 $5,674.40 2 3010.00 2 $6,020.00 3 1000.00 3 $3,000.00 1 1000.00 1 $1,000.00 1 675.00 2 $0.00 4 685.00 5 $3,425.00 1 950.00 1 $950.00 1 1195.00 1 $1,195.00 30 30.00 $0.00 62 30.00 96 $2,880.00 205 28.00 200 $5,600.00 555 38.00 537 $20,406.00 280 10.50 280 $2,940.00 280 35.50 426 $15,123.00 63 2.00 40 $80.00 300 3.00 $0.00 1 12500.00 1 $12,500.00 $117,578.65 LF 625 3.00 885 $2,655.00 SY 225 5.00 234 $1,170.00 LF 615 8.75 883 $7,726.25 SF 2000 4.25 2856 $12,138.00 CY 130 35.50 200 $7,100.00 CY 300 10.50 300 $3,150.00 TN 45 58.00 66 $3,828.00 TN 45 60.75 57 $3,462.75 GAL 20 2.00 20 $40.00 LF 14 10.00 14 $140.00 EA 1 300.00 1 $300.00 EA 2 1150.00 2 $2,300.00 LF 29 32.00 28 $896.00 EA 1 750.00 1 $750.00 3402136REQ5Final.xls ALTERNATE NO. 2 - STORM SEWER IMP. (NORTHWOOD PKWY /DECATUR AVE N): - Bid Amount Total - $28,377.50 Total PART 1 - MILL & OVERLAY: Total PART 2 - CURB & GUTTER: Total PART 3 - WATERMAIN (49TH AVE.): Total PART 4 - STREET IMP. (49TH AVE.): Total ALTERNATE NO.1 - STORM SEWER IMP. (8110 59TH AVE N): Total ALTERNATE NO. 2 - STORM SEWER IMP. (NORTHWOOD PKWY /DECATUR AVE N): Total Work Completed To Date $37,500.50 $10,629.50 $117,578.65 $56,342.20 $20,712.00 $27,039.75 $269,802.60 3402136R EQ5Final.xis Contract Unit Current Quantity Amount No. Item Unit Quantity Price Quantity to Date to Date 53 FURNISH AND INSTALL NEW 27" STORM WATER MH CASTING EA 1 875.00 1 $875.00 54 REMOVE EXISTING PAVEMENT MARKINGS LS 1 1800.00 1 $1,800.00 55 4" DOUBLE SOLID LINE, YELLOW PAINT LF 520 1.20 751 $90120 56 4" SOLID LINE, YELLOW PAINT LF 80 0.60 $0.00 57 4" SOLID LINE, WHITE PAINT LF 460 0.60 450 $270.00 58 4" BROKEN LINE, WHITE PAINT LF 620 0.10 700 $70.00 59 PAVEMENT MESSAGE, LEFT - THRU ARROW - PAINT EA 1 120.00 1 $120.00 60 PAVEMENT MESSAGE, LEFT TURN ARROW - PAINT EA 1 60.00 1 $60.00 61 PAVEMENT MESSAGE, RIGHT TURN ARROW - PAINT EA 2 60.00 2 $120.00 62 PAVEMENT MESSAGE, THRU ARROW - PAINT EA 7 60.00 8 $480.00 63 SIGN PANELS SF 4 30.00 9 9 $270.00 64 TOPSOIL BORROW CY 80 15.00 48 $720.00 65 SOD SY 1000 5.00 1000 $5,000.00 Total PART 4 - STREET IMP. (49TH AVE.): $56,34220 PART 4 - STREET IMP. (49TH AVE.): - Bid Amount Total - $45,173.00 ALTERNATE NO.1 - STORM SEWER IMP. (8110 59TH AVE N): 66 CLEAR AND GRUB TREE 13 250.00 9 $2,250.00 67 TOPSOIL BORROW CY 52 15.00 $0.00 68 COMMON EXCAVATION (ONSiTE) CY 150 6.00 100 $600.00 69 COMMON EXCAVATION (HAUL OFFSITE) CY 150 8.50 $0.00 70 COMMON BORROW (FROM OFFSITE) CY 100 10.50 317 $3,328.50 71 4' DIAMETER MH EA 1 2500.00 1 $2,500.00 72 4' DIAMETER MH EA 1 1625.00 1 $1,625.00 73 IMPROVED PIPE FOUNDATION LF 123 4.00 $0.00 74 24" HDPE STORM SEWER LF 123 36.20 130 $4,706.00 75 24" CMP FLARED END SECTION EA 1 495.00 1 $495.00 76 CONNECT EX. STORM SEWER PIPE TO STRUCTURE EA 4 750.00 3 $2,250.00 77 CLASS III RANDOM RIPRAP CY 20 75.00 20 $1,500.00 78 SEEDING AND MULCH SY 460 2.50 583 $1,457.50 Total ALTERNATE NO.1 - STORM SEWER IMP. (8110 59TH AVE N): $20,712.00 ALTERNATE NO.1 - STORM SEWER IMP. (8110 59TH AVE N): - Bid Amount Total - $22,469.60 ALTERNATE NO. 2 - STORM SEWER IMP. (NORTHWOOD PKWY /DECATUR AVE N): 79 REMOVE AND REPLACE BITUMINOUS PATH LS 1 6885.00 1 $6,885.00 80 REMOVE AND REPLACE CONCRETE CURB AND GUTTEf LF 40 27.50 38 $1,045.00 81 AGGREGATE BASE, CLASS 5 (CV) CY 30 35.50 46 $1,633.00 82 SAWING BITUMINOUS PAVEMENT LF 90 100 78 $234.00 83 BITUMINOUS PATCHING SY 75 29.00 65 $1,885.00 84 TOPSOIL BORROW CY 70 15.00 $0.00 85 IMPROVED PIPE FOUNDATION LF 253 4.00 $0.00 86 12" PVC STORM SEWER, SDR 35 LF 253 31.00 253 $7,843.00 87 4' DIAMETER STORM CBMH EA 1 1625.00 1 $1,625.00 88 4' DIAMETER STORM SEWER MH EA 1 1625.00 1 $1,625.00 89 CONSTRUCT MH OVER EXISTING PIPE EA 1 2625.00 1 $2,625.00 90 SEEDING SY 630 1.75 937 $1,639.75 Total ALTERNATE NO. 2 - STORM SEWER IMP. (NORTHWOOD PKWY /DECATUR AVE N): $27,039.75 ALTERNATE NO. 2 - STORM SEWER IMP. (NORTHWOOD PKWY /DECATUR AVE N): - Bid Amount Total - $28,377.50 Total PART 1 - MILL & OVERLAY: Total PART 2 - CURB & GUTTER: Total PART 3 - WATERMAIN (49TH AVE.): Total PART 4 - STREET IMP. (49TH AVE.): Total ALTERNATE NO.1 - STORM SEWER IMP. (8110 59TH AVE N): Total ALTERNATE NO. 2 - STORM SEWER IMP. (NORTHWOOD PKWY /DECATUR AVE N): Total Work Completed To Date $37,500.50 $10,629.50 $117,578.65 $56,342.20 $20,712.00 $27,039.75 $269,802.60 3402136R EQ5Final.xis PROJECT PAYMENT STATUS OWNER CITY OF NEW HOPE CITY PROJECT NO. 721 BRA FILE NO. 34-02-136 CONTRACTOR NORTHWEST ASPHALT INC CHANGE ORDERS No. Date Descr Total Change Orders PAYMENT SUMMARY No. From Tn Pnumant 1 05/01/2003 06/10/03 106,54084 5,607.41 112,148.25 2 06/11/2003 07/09/03 99,942.28 10,867.53 217,350.65 3 07/10/2003 10/02/03 18,233.78 11,827.21 236,544.11 4 1 10/03/2003 12/18/03 31,339.07 13476.63 269,532.60 5 AND FINAL 1 12/19/2003 07/15/04 13,746.63 269,802.60 Material onHand Total Payment to Date $269,802.60 Original Contract $258,708.35 Retainage Pay No. 5 AND FINAL Chanqe Orders Total Amount Earned $269,802.60 Revised Contract $258,708.35 3402136nEQ5Finmx1s