Loading...
Imp. Proj. #542The City Council has previously approved a contract with Bonestroo, Rosene, Anderlik and Associates for architect and engineering services needed for the Public Works Remodeling project. The contract that was approved did not anticipate involvement of a construction manager. Since the City desires to retain E &V for project management services, the contract with Bonestroo needs to be modified. Staff recommends approval of the resolution. MOTION BY `3 2 SECOND BY _ 4 //-/) ��� --�-- Im Review: Administration: Finance: f� I CITY OF NEW HOPE RESOLUTION NO. 96 - 190 RESOLUTION APPROVING SECOND ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN THE CITY OF NEW HOPE AND BONESTROO, ROSENE, ANDERLIK AND ASSOCIATES FOR THE PUBLIC WORKS REMODELING PROJECT IMPROVEMENT 542; AUTHORIZING MAYOR AND CITY MANAGER TO SIGN WHEREAS, it is proposed to make improvements to the existing public works facility by construction of additional office space and remodeling portions of the facility; and, WHEREAS, the City of New Hope has entered into a contract with Bonestroo, Rosene, Anderlik and Associates and such contract did not anticipate the involvement of a construction manager in the project; and, WHEREAS, the City Council has directed the City Manger to negotiate a contract with E&V Consultants and Construction Managers to provide project management services; and, WHEREAS, the Addendum recognizes the retention of E&V Consultants and Construction Managers for project management services. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of New Hope, Hennepin County, Minnesota: 1. That the Second Addendum to Standard Form of Agreement Between the City of New Hope and Bonestroo, Rosene, Anderlik and Associates for the Public Works Remodeling Project Improvement 542 is hereby approved. 2. That the Mayor and City Manager are hereby authorized to sign. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 23rd day of September, 1996. Mayor Attest: _� _ City Clerk msword:g\reso1utn\pwbraa.doc SECOND ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT (No Construction Manager) Parties - The parties to this addendum are the City of New Hope (hereafter Owner) and Bonestroo, Rosene, Anderlik & Associates, Inc. (hereinafter Architect). 2. P urpose - The purpose of this Addendum is to modify the terms and conditions of the January 2, 1996 contract entered into between the Owner and Architect regarding construct ion of a Public Works Building remodeling. This Addendum shall be incorporated by reference into the January 2, 1996 contract as if it were fully set forth therein. If the terms of this Addendum conflict with the terms of said contract, the terms of this Addendum control. 3. Construction Phase - Administration of the Construction Contract - (paragraph 2.6 of contract) Subparagraph 2.6.3 states the "duties, responsibilities and limitations of authority of the Architect shall not be restricted, modified or extended without written agreement of the Owner and Architect. . . which consent shall not be unreasonably withheld. The parties hereto acknowledge, agree and consent to Owner's retention of E &V Consultants and Construction Managers to act as the Owner's Representative and coordinate functions between the Owner, Architect, Contractor awarded the project and E &V in accordance with the Team Responsibilities Chart attached hereto as Exhibit A. All terms of the January 2, 1996 Contract Between Owner and Architect shall be read consistent with and controlled by this Addendum and the Team Responsibilities Chart attached hereto. Dat ed : September 23 , 1996. E d w . , / s J . E r i c k on, It ��May�or ,, By -- - - -- - - - -- ARCHITECT: BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. BY Its President Daniel T. Donahue, Its City Manager c:1,wp51 \cnh \addendun,,pw2 �o rn a . o as as AO 0 0 O xW� Wed Z PL4 X X x x X x X X X X c Q Q to a 0 0 04 as > as 0 14 ca U) E Q 03 > 0 cn V) a. W Im rn rn W C. I GO Gq 0 � Z 0 in I. En 0.0 0 Z ' X X x 0 u ca o CQ 0 U co 0 �� -E u u > 4) ca 00 C4 t4 > cn r- 2 0. u U CL a ci 0 C4 al Im bb M 0 0 0 0 0 -Ei Z w > 0 r- 7 5 0 Ei CQ tu 0 > oll C> I I / n 0 om C/I /o < 0 CL > Z 0 W G 0 41) 2 0 0 > 0 � / � 0 ::1 ® \ it / * ¥ * > 2 ® / C4 0 E ° / C4 / � x cc 72 0 u 04 C4 0 C "a 0 0 "a 0 0 > Q Cl. Cl. t; � . k k ƒ \ / � � � � $ 0 / 4401 Xylon Avenue North New Hope, Minnesota 55428 -4898 September 26, 1996 Mr. Paul Gannon Bonestroo, Rosene, Anderlik & Associates, Inc. 2335 West Trunk Hwy 36 St. Paul, MN 55113 Dear Mr. Gannon: City Hall: 612- 531 -5100 Police: 612 -531 -5170 Public Works: 612- 533 -4823 TDD: 612 - 531 -5109 City Hal! Fax: 612 - 531 -5136 Police Fax: 612- 531 -5174 Public Works Fax: 612- 533 -7650 Fire Dept Fax: 612 - 531 -5175 At its meeting of September 23, 1996, the New Hope City Council approved the "Second Addendum to Standard Form of Agreement" Between the City of New Hope and Bonestroo, Rosene, Anderlik & Associates for the Public Works Remodeling Project. Enclosed is a fully,executed contract. Sincerely, q u z " - Valerie Leone, CMC City Clerk enc. cc: Jeannine Clancy, Director of Public Works Steve Sondrall, City Attorney Family Styled City For Family living _K9 • •' • In June, 1996, the City Council directed the City Manager to negotiate a contract with E &V Consultants and Construction Managers for project management services needed for the Public Works remodeling project. A contract has been developed and is before Council for consideration. Some of the key points of the contract include: • Compensation for services will be made on an hourly basis not to exceed $35,000. • E &V will serve as the primary coordinator among the key members of the project including City Staff, the Architect, and the General Contractor. • E &V will perform cost verification analysis and assist with value engineering. • E &V will review and manage the General Contractor's schedule to ensure a timely completion of the project. • E &V will assist the City in identifying an alternate location for Public Works operations during the project. • E &V will coordinate and review items such as proposal requests, change orders, supplemental instructions, etc. Staff recommends approval of the resolution. MOTION BY e- - SECOND BY TO: f f f� Review: Administration: Finance: CITY OF NEW HOPE RESOLUTION NO. 96- 191 RESOLUTION APPROVING CONTRACT BETWEEN E &V CONSULTANTS AND CONSTRUCTION MANAGERS FOR CONSTRUCTION MANAGEMENT SERVICES FOR THE PUBLIC WORKS REMODELING PROJECT IMPROVEMENT 542; AUTHORIZING THE MAYOR AND CITY MANAGER TO SIGN WHEREAS, it is proposed to make improvements to the existing public works facility by construction of additional office space and remodeling portions of the facility; and, WHEREAS, the City has received a proposal from E &V Consultants and Construction Managers for construction management services related to the public works remodeling project; and, WHEREAS, the City Council has directed the City Manager to negotiate a contract with E &V Consultants and Construction Managers setting forth the project scope of work, terms, conditions, and compensation for services. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF NEW HOPE, MINNESOTA: 1. That the contract between the City of New Hope and E &V Consultants and Construction Managers is hereby approved. 2. The Mayor and City Manager are authorized to sign. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota this 23rd day of September, 1996. Mayor Attest: & � - , '6' City Clerk msword \g: resolut \542 EVCON.doc SEP-18-96 WED 15:53 P. 02/17 CORMCK & SONDRALL, P.A. KT4VGN A. 2011DRALL ATTORNSYs AT LAW MICHAEL It LAR CUR MAMIN P. MALECHA Edinburgh Executive Office Plaza SHAMPI 0, WMY WILLIAM C. 61"T 8525 Edinbrook Crossing Suite #203 Brookiya Park, Minnesota 5544$ TMAPMONE (612) 42&WI 1" (012) 425-5867 September 18, 1996 Jeannine Clancy Director of Public Works City of New Hope 4401 Xylon Avenue North New Hope, mm 55428 RE: E&V Services Contract for Public Works Project Our File No: 99,11171 Dear Jeannine: Please find enclosed a revised E&V Services Contract for the referenced project. This contract includes the modifications we made to Paragraph 7 pursuant to our telephone conversation. it also includes the modifications I discussed in my September 17, 1996 letter to Dave Williams. As we discussed, this contract can be Placed on the Council agenda for September 23rd. I will forward to Dave Williams copies of these contracts for execution by E&V. As we also discussed, I do not believe it is necessary that E&V return the signed contracts prior to the City Council's approval a t the September 23rd meeting. Contact me if you have any other questions or comments regarding those contracts. Very truly yours, Steven A. Sondrall s1w Enclosure SEP-18-96 WED 15:53 VEM WNDRALL MIGMEL FL L*ftCVFj AnoRNEY.-, AT LAw ISAFMN P. MALECUA &Uaburgh Executive Office plaza VMLIAM C. SMArr 8525 Bdini)rook Crossing Suite #203 Brooklyn Park. Minnesota 55"3 TELEPHONE (61 42"671 FAX (6! 2) 42rv5s67 '- beptember Ia. I-age Mr. pave wijiiams E&V Consultants and Const rLfCt i On Managers , 51'801 Duluth St . , Gui te 345 MinneaPOIiS, MN 55422 P. 03/17 tow "MYNN MARON U. MMSY RE: Public Works Exparls-lion : Our i=Jile No: 99.1 Dear Dave f Enclose(3 is a revised contract in, connection with F&V's services on the Public Viorks pro ThiS Matter will ne placed on the City Counci agenda for approval a L i t s S e n t Pm h 9 r 2 a t 19` mn Q a , j n 1 :; - tid have mace zhe charges to paragraph 7 dea with indemn-;I fi cation as requested in Cheryl Badinger Sepiember 18,, Please have these docuinent signed and retu-m8d. to me. Z wilil have the City Clark obtain the appropriate signaturer, by thip- city officials and r Lj etur"n one copy to Y� for your files. Contact me if yot� have any further com.ments or questions. Very truly yours, ey,STEVEN ;;. SONDRALL Steven A. Sondrall New Hope City Attorney S1W Enclosure jeannigrye Clancy, Public Imorks D1 ec o ORIGIPJI- 1 Parties - The parties to this contract are E&V Consultants And Construction Managers (hereafter E&V) located at 5801 Duluth Street, Suite 345, Minneapolis, MN 55422 and The City Of New Hope, a Minnesota Municipal corporation (hereafter New Hope) located at 4401 Xylon Avenue North, New Hope, MN 55428. 2. Purpose of Contract - New Hope is undertaking a construction project to remodel and expand its existing Public Works building located at 5500 International Parkway, New Hope, MN. The project will include reconstruction of both the exterior and interior of the building. The project has been designed by the architectural\engineering firm of Bonestroo, Rosene, Anderlik & Associates, Inc (hereafter BRA). The project will be constructed using a general contractor having a direct contract with New Hope. All subcontractors on the project will contract with the general contractor awarded the contract. As New Hope's Owner Representative E&V will provide project management services to New Hope and will coordinate functions with New Hope, BRA and the general contractor as set out in paragraph 4 Scope Of Services. 3. Terms of Agreement - The term of this agreement shall be the length of time reasonably necessary to complete the project as designed by BRA. It is anticipated the project will be bid in the Fall, 1996 with construction commencing either Fall, 1996 or Spring, 1997 with completion by August, 1997. 4. Scope of Services - E&V agrees to provide all services as set out in the Team Responsibilities Chart attached hereto as exhibit A and further defined as follows: a. Conduct and record project team meetings as required to coordinate the design, bidding and construction of the project. b. Prepare a program schedule which gives duration and dates for the design, bidding and construction phases of the project. C. Evaluate construction phasing and review alternate plans with New Hope. Develop, plan and schedule for relocation, moving and occupying the new facility. Assist New Hope in obtaining and scheduling moving and relocation services. d. Review bidding documents provided by BRA. Contact prospective bidders, develop final bidders list and conduct pre-bid meetings. e Review contract schedule. Coordinate New Hope relocations and moving with contract schedule. Monitor schedule throughout construction phase. Notify New Hope of contractor delays which may impact the completion schedule of the project. 5. Payment Terms - New Hope shall make monthly payments to E&V based on invoices submitted by E&V showing itemized charges for the work performed based on the fee schedule attached as exhibit B. Said payments combined are not to exceed $35,000.00 during the contract period. Prior to each payment E&V agrees to submit detailed service reports including the following information: the name of the service provider, the date of service, a description of work performed and the time spent. 6. Records, Reports and Monitoring Procedures - E&V agrees to maintain and make available to New Hope or any of its duly authorized representatives all records relevant to the provision of services set out in the Scope of Services clause above including, but not limited to, financial records, expense statements and service delivery records. Further, E&V agrees to the following requirements regarding records: a E&V agrees to maintain all records relevant to the services provided under this agreement for two (2) years. b. New Hope or any of its duly authorized representatives may duplicate, use, and disclose all data delivered under this agreement. C. E&V insures the availability of all records during normal business hours, and will permit review for copying or transcription as often as reasonably necessary. 7. Indemnification and Insurance. a. Indemnity. 1. New Hope shall not be liable to E&V or its officers, agents, employees, lessees, licenses, invitees or trespassers in respect of, and E&V shall hold harmless and indemnify New Hope against liabilities, losses, damages, costs, expenses I (including reasonable attorney's fees) claims, actions, judgments and settlements of any nature whatsoever for any personal injury, death or property damage arising out of or resulting from any negligent act or omission of E&V in the performance of E&V's responsibilities under this agreement, but only to the extent the injury, death or damage has not been caused by the intentional acts or omissions or breach of this agreement by New Hope, its officers, employees or agents. 2. E&V shall not be liable to New Hope, its officers, agents, employees, lessees, licenses, invitees or trespassers in respect of, and New Hope shall hold harmless and indemnify E&V against liabilities, losses, damages, costs, expenses (including reasonable attorney's fees) claims, actions, judgments and settlements of any nature whatsoever for any personal injury, death or property or damage arising out of or resulting from any negligent act or omission of E&V in the performance of New Hope's responsibilities under this agreement, but only to the extent the injury, death or damage has not been caused by the intentional acts or omissions or breach of this agreement by E&V, its officers, employees or agents. b Insurance. E&V does further agree that in order to protect itself as well as the New Hope under the indemnity agreement provisions hereinabove set forth, it will at all time during the term of the agreement have and keep in force: 1. A single limit or combined limit excess umbrella commercial and general liability insurance policy of an amount of not less than $1,000,000 for property damage arising from one occurrence, $1,000,000 for damages arising from death and/or total bodily injuries arising from one occurrence, and $1,000,000 for total personal injuries arising from one occurrence. 2. A single limit or combined limit or excess umbrella automobile liability insurance policy covering E&V-owned, non-owned, and E&V vehicles used regularly in the provision of services under this agreement, in an amount of not less than $1,000,000 per accident property damage, $1,000,000 for death 3 or bodily injury and/or damages to any one person, and $1,000,000 for total bodily injuries and/or damages arising from any one accident. 3. Any policy obtained and maintained under this clause shall provide that it shall not be canceled, materially changed, or not renewed without thirty (30) days' prior notice thereof to New Hope. 4. Worker's Compensation insurance, if applicable. 8. Independent Contractor - E&V is to be and shall remain an independent contractor with respect to all services performed under this agreement. E&V represents that it has or will secure at its own expense all personnel required in performing the services under this agreement. Any and all personnel of E&V or other persons while engaged in the performance of any work or services required by E&V under this agreement shall have no contractual relationship with New Hope. Any and all claims that may or might arise under the Unemployment Compensation Act or the Workers' Compensation Act of the State of Minnesota on behalf of said personnel, arising out of employment or alleged employment, including without limitation, claims of discrimination against E&V, its officers, agents, contractors, or employee shall in no way be the responsibility of New Hope. E&V shall defend, indemnify, and hold harmless New Hope from any and all such claims regardless of any determination of any pertinent tribunal, agency, board, commission, or court. Such personnel or other persons shall neither require nor be entitled to any compensation, rights, or benefits of any kind whatsoever from New Hope, including without limitation, medical and hospital care, sick and vacation leave, Workers' Compensation, Unemployment Insurance, disability, severance pay, and PERA. 9. Merger and Modification. a. It is understood and agreed that the entire agreement between the parties is contained herein and that this agreement supersedes all oral agreements and negotiations between the parties relating to the subject matter hereof. All items referred to in this agreement are incorporated or attached and are deemed to be part of this agreement. 0 b. Any material alterations, variations, modifications, or waivers of provisions of this agreement shall be valid when they have been reduced to writing as an amendment to this agreement signed by the parties hereto. 10. Default. a. None of the parties shall be held responsible for delay or failure to perform hereunder when such delay or failure is due to fire, flood, epidemic, strikes, acts of God or the public enemy, unusually severe weather, legal acts of the public authorities, or delays or defaults caused by public carriers, which cannot reasonably be foreseen or provided against. b. Unless E&V"s default is excused under the provisions of this agreement, E&V, after receipt Of notice from New Hope of any of the following conditions or other circumstance warranting cancellation of this agreement, shall have ten ( 10) days (or longer such period as New Hope may authorize in writing) after receipt of notice to cure the specified failure: 1. If E&V fails to provide services called for by this agreement within the time specified herein or any extension thereof; or , 2. If E&V ie in such financial condition so as to endanger the performance of this agreement; or 3. If E&V fails to perform any of the other provisions of this agreement, or SO fails to prosecute the work so as to endanger the performance of this agreement in accordance with its terms; or 4. If it is discovered that material representations were made by E&V as to the conditions relied upon by New Hope which purported to exist by the terms of this agreement and all exhibits and documents attached hereto and incorporated by reference. If E&V f4ilu to cure the speoifiedconditioU after not ice within the prescribed period Of time, this agreement may be canceled immediately by New Hope. o. Waiver of any default shall not be deemed a waiver of any subsequent default. 9 11. Cancellation. a Not withstanding any other terms to the contrary herein, this agreement may be canceled by either party for any reason with thirty (30) days written notice delivered by f i rst cl ass mai 1 or i n person to t he address of t he of her party referenced above. b After receipt of a notice of cancellation under any provision of this agreement, and except as otherwise directed, E&V shall: 1. Discontinue provision of services under this ag reement on t he dat e, and to t he ext ent spec i f i ed, in the notice of cancellation. 2. Complete performance of such services as shall not have been canceled by the notice of cancellation. 3. Submit a revenue and expense statement for the performance of services prior to the effective date of cancellation within thirty (30) days of said date. 4. Maintain all records relating to performance of the canceled portion of the agreement as may be required by New Hope. 13. Governing Law - The parties acknowledge and agree this contract shall be governed by Minnesota law. IN WITNESS WHEREOF, the parties have agreed and signed below. THE City Of New Hope q Dated. I-- (a : m. 0 E&V Consultants And Construction Mangers Dated: By Its P e ident c: \wp5l \cnh\pubworks, e&v f � k � - g � E . � \ k w \ I c � \ R 2 � 4 � 2 \ m \\ � \\ a ¥ k k * x k k k x * ¥ / \ Q « » & � t t a 'J § & # 'p . '� '> •� '8 U 5 k / 4 � ƒ \ \ � \ / g Q « = o a t f op I M C) U z 4w In. C) \ ƒ\ Z '? '\ / x x \ k x \ ¥ u 0 » l% e \ � � $ / � k \ � / � / \ \ 7:3 0 9b 0 u i;o r. r. 0 0 Q 0 u �� .5 0 u 0 u 7; > . cd '/\ '� 0 > �o 0 0 / e o » � 44 In. / \ In Lei � � � / \ � \ tn to 4 CA \ ƒ k \ / \ \ '\ \ � � \ \ � 7 � \ / \ \ � § ® ƒ ƒ k § � § § E-0 2 q m \ @ o ® & � k � 4 S Cl) \ / m \ƒ /// \/\ X / © � \ \ \ / . � Q � j ch \ / § « � 0 � / 5 \ � � 7 $ 0 ( t `� � 4 / \ k ( . ( 5 � y � � \ / ƒ \ \ \ / / \ ; / 9 / 22 / Ms. Jeannine Clancv Director of Public Works Post -it" Fax Note' City of New Hope To 5500 International Parkway New Hope, MN 55428 co wW Phone RE: Proposal for Project Management Services Fqx New Hope Public Works Expansion/Remodel Dear Ms. Clancy- �, hi:sb P.01 Junc 18. 1996 7671 1, pheno N Thank you for the opportunity to present E &V Consultants and Construction Managers' proposal for project management services associated with the City of Ncw Hope's Public Works Expansion/ Remodeling Project. We are proposing a level of service which augments your staff and allows your department heads to manage their normal day - to-day operations with minimal disruption. As proposed earlier, an experienced team of professionals is available to assist you with the required services to successfully complete your upcoming project. Dave Williams will serve as your project manager and will be assisted by Cheryl Badinger. Scott Sandmann, although not included in this fee proposal, is available to assist. Our proposal is structured assuming that the project will be bid either with a small number of bid di or as a general trade package dependent on which is most advantagevus to the City of New Hope. We are proposing a project management approach which includes engineer cost/budget verification, front -end document development, bid solicitation and award, project schedule and cost control, and part time field coverage. Coordination of work on site will primarily be the responsibility of the general trade contractor, however, coordination between the owner, architect, and the contractors will be provided by E &V. The time frames that were used in developing our fee assumed that design completion and owner approval would be in early July, bid date early August, and contract award by mid August 1996. Constructhno will be in two phases_ the new 2dditinn and the remodeling of the existing building. Due to current steel deliveries, we anticipate construction to begin in October 1996 and building enclosure approximately mid to late December 1996 with the completion of the new addition by the end of February 1997. At this point we would move the public work's staff into the new addition and begin the remodeling of the existing building which could complete in April of 1997 with the site work completing in early Spring 1997. Mr. Williams will provide initial coordination with the owner and the architect and will continue to be a resource throughout the project. Ms. Badinger will eventually be the primary contact for this project and we've assumed that she will spend an average of 2 -3 hours a day throughout the course of the project either in the field or the home office. Our lump sum fee for project management services for the expansion and remodeling of the Public Works Facility is $32,760. This revised price reflects the extended work duration due to the sequencing of the work for the new and remodeled areas_ Exhibit B 5801 Duluth Street • Suite 345 - Minneapolis, MN 55427 Phone 612/545 -1355 o Fax 612/545 -1346 Equal Opportunity Employer - -111C V H Y+ nu. - 0U 21 09 :36 P, ®2 Ms. Jeannine Clancy City of New Hope June 18, 1996 Page 2 Personnel Estimated Hours Rate Estimated Fees Project Manager 162 S55.00 $8,910.00 Assistant Project Manager 510 $45.00 $22,950.00 Clerical 36 $25.00 $900.00 TOTAL $32,760.00 We hope we have captured the level of service you feel is required for this project. Please feel free to contact us if there are any additional clarifications that may be required. Very truly yours, David E. Williams Project Manager . .h; TA A V __ E&V romuhmnmj Gonarocnon mar"am Ms. Jeannine Clancy Director of Public Works City of New Hope 5500 International Parkway New Hope, MN 55428 RE: Proposal for Project Management Services New Hope Public Works Expansion/Remodel Dear Ms. Clancy: June 18, 1996 Post-it Fax Note 7671 Data To X k l lY� From GoA)ept Co PhoAF C phono k Fax R Fax I Thank you for the opportunity to present E&V Consultants and Construction Managers' proposal for project management services associated with the City of New Hope's Public Works Expansion/ Remodeling Project. We are proposing a level of service which augments your staff and allows your department heads to manage their normal day - today operations with minimal disruption. As proposed earlier, an experienced team of professionals is available to assist you with the required services to successfully complete your upcoming project. Dave Williams will serve as your project manager and will be assisted by Cheryl Badinger. Scott Sandmann, although not included in this fee proposal, is available to assist. Our proposal is structured assuming that the project will be bid either with a small number of bid divisions or as a general trade package dependent on which is most advantageous to the City of New Hope. We are proposing a project management approach which includes engineer cost/budget verification, front -end document development, bid solicitation and award, project schedule and cost control, and part time field coverage. Coordination of work on site will primarily be the responsibility of the general trade contractor, however, coordination between the owner, architect, and the contractors will be provided by E&V. The time frames that were used in developing our fee assumed that design completion and owner approval would be in early July, bid date early August, and contract award by mid August 1996. Corstructnno will be in two phases: the new addition and the remodeling of the existing building. Due to current steel deliveries, we anticipate construction to begin in October 1996 and building enclosure approximately mid to late December 1996 with the completion of the new addition by the end of February 1997. At this point we would move the public work's staff into the new addition and begin the remodeling of the existing building which could complete in April of 1997 with the site work completing in early Spring 1997. Mr. Williams will provide initial coordination with the owner and the architect and will continue to be a resource throughout the project. Ms. Badinger will eventually be the primary contact for this project and we've assumed that she will spend an average of 2 -3 hours a day throughout the course of the project either in the held or the home office. Our lump sum fee for project management services for the expansion and remodeling of the Public Works Facility is $32,760. This revised price reflects the extended work duration due to the sequencing of the work for the new and remodeled areas 5801 Duluth Street • Suite 345 . Minneapolis, MN 55427 Phone 6121545 -1355 e Fax 612/545.1346 Equal Opportunity Employer Ms. Jeannine Clancy City of New Hope June 18, 1996 Page 2 Personnel Estimated Hours Rate Estimated Fees Project Manager 162 $55.00 $8,910.00 Assistant Project Manager 510 $45.00 $22,950.00 Clerical 36 525.00 $900.00 TOTAL, $32,760.00 We hope we have captured the level of service you feel is required for this project. Please feel free to contact us if there are any additional clarifications that may be required. Very truly yours, ,J. r 1 David E. Williams Project Manager 4401 Xylon Avenue North New Hope, Minnesota 55428 -4898 September 26, 1996 Mr. Dave Williams, Project Manager E &V Consultants and Construction Managers 5801 Duluth St., Suite 345 Minneapolis, MN 55427 City Halh. 612- 531 -5100 Police: 612 - 531 -5170 Public Works: 612- 533 -4823 TDD: 612 - 531 -5109 City Hall Fax: 612 -531 -5136 Police Fax: 612- 531 -5174 Public Works Fax: 612 - 533 -7650 Fire Dept, Fax 612 -531 -5175 Enclosed is a fully executed Services Contract between E &V Consultants and Construction Managers and the City of New Hope for the Public Works remodeling project. The City looks forward to working with E &V on this project. Sincerely, Valerie Leone, CMC City Clerk cc: Jeannine Clancy, Director of Public Works Steve Sondrall, City Attorney (File No. 99.1 1157) Family Styled City 14 For Family Living COUNCIL 0 I *I \, Originating Department Approved for Agenda Agenda Section Public Works 11 -12 -96 Development & Plann Item No. By: Jeannine Clancy I By: f / 1 8.2 RESOLUTION AWARDING CONTRACT FOR THE CONSTRUCTION OF THE PUBLIC WORKS REMODELING PROJECT TO MIKKELSON -WULFF CONSTRUCTION, INC., IN THE AMOUNT OF $710,159; AUTHORIZING THE MAYOR AND CITY MANAGER TO SIGN (IMPROVEMENT PROJECT 542) The bids for the Public Works Remodeling project were opened on October 22, 1996. There were 14 bidders on this project, demonstrating extensive interest in the project by the construction community. Attachment A is the results of the bidding. The low bidder was Mikkelson - Wulff. Project Budget: On September 23, 1996, the New Hope City Council was advised that the Architect's estimated value of the project was $589,450. In addition, the Architect estimated that the cost of removing the existing paint and repainting the building was an additional $20,000. Project Alternates: The project was packaged with the following alternates. Alternate 1: Add a folding partition in Conference Room #132. Alternate 2: Delete the day room #114. Alternate 3: Add the work associated in remodeling Rooms #124, 125, and 126. These are the existing bathrooms in the facility. Alternate 4: Begin construction on November 11, 1996 and complete by May 30,1997. Alternate 5: Remove all existing paint through an abrasive process and repaint the exterior of the building. Results of the Bidding The low bidder, Mikkelson -Wulff Construction, Inc., submitted the following bid: I i • : go Review: Administration: Finance: Request For Action Construction Award - Project 542 November 12, 1996 Page 2 Base Bid: $687,959 Alternate 1: (Folding Partition) Alternate 2: (Delete Day Room) Alternate 3: (Remodel existing bathrooms) Alternate 4: (Construct project Winter 1996) Alternate 5: (Remove exterior paint, repaint) Given the base bid and the alternates, staff would request that the Base Bid plus Alternates 1, 2, 3, and 5 be accepted. This would result in a contract amount of $710,159. Staff from Public Works recommends these alternates for the following reasons: Alternate 1: This is the folding partition in the large conference room. This partition would allow this large room to be broken into two smaller conference rooms. In the event of a major storm which would require Public Works employees to stay at the facility, the conference room could serve as a location for rest. Alternate 2: This alternate deletes the day room from the project. The consensus of staff was that if the folding partition was installed allowing the large conference room to be broken into two smaller areas, the day room could be eliminated. Alternate 3: This alternate adds the remodeling of the existing restrooms. Public Works staff feels that the condition of the restrooms warrants remodeling. Alternate 4: This alternate allows the contractor to begin the work Winter, 1996 as opposed to Spring, 1997. Due to the cost associated with winter construction, staff does not recommend acceptance of this alternate. Alternate 5: This alternate provided for removal of the exterior paint and application of new paint. The building is in need to paint and staff believes that the Planning Commission would object to the deletion of this alternate. Funding Sources: The following funding sources are available for this project: Community Development Block Grant Funds $ 75,000 (for accessibility items only) 1996 Capital Improvement Program $150,000 Fund balances from Road and Bridge $485,159 Central Garage, and Labor Pool Total $710,159 All funds are currently on hand. No special financing or tax levy is required for the project. $687,959 Add $ 8,200 Deduct $ 16,000 Add $ 16,000 Add $ 45,000 Add $ 14,000 Given the base bid and the alternates, staff would request that the Base Bid plus Alternates 1, 2, 3, and 5 be accepted. This would result in a contract amount of $710,159. Staff from Public Works recommends these alternates for the following reasons: Alternate 1: This is the folding partition in the large conference room. This partition would allow this large room to be broken into two smaller conference rooms. In the event of a major storm which would require Public Works employees to stay at the facility, the conference room could serve as a location for rest. Alternate 2: This alternate deletes the day room from the project. The consensus of staff was that if the folding partition was installed allowing the large conference room to be broken into two smaller areas, the day room could be eliminated. Alternate 3: This alternate adds the remodeling of the existing restrooms. Public Works staff feels that the condition of the restrooms warrants remodeling. Alternate 4: This alternate allows the contractor to begin the work Winter, 1996 as opposed to Spring, 1997. Due to the cost associated with winter construction, staff does not recommend acceptance of this alternate. Alternate 5: This alternate provided for removal of the exterior paint and application of new paint. The building is in need to paint and staff believes that the Planning Commission would object to the deletion of this alternate. Funding Sources: The following funding sources are available for this project: Community Development Block Grant Funds $ 75,000 (for accessibility items only) 1996 Capital Improvement Program $150,000 Fund balances from Road and Bridge $485,159 Central Garage, and Labor Pool Total $710,159 All funds are currently on hand. No special financing or tax levy is required for the project. Request For Action Construction Award - Project 542 November 12, 1996 Page 3 Every effort will be made to maintain project costs during construction in the amount proposed by the contractor. Future Considerations Future projects that may be proposed for the Public Works facility include interior paint of the garage area, improving the access to the mechanic's shop, updating the exhaust system in the garage area, upgrading the roof in the existing garage, and upgrading the vehicle fueling system. G: Requests \542const. CITY OF NEW HOPE RESOLUTION NO. 96- 221 RESOLUTION AWARDING CONTRACT FOR THE CONSTRUCTION OF THE PUBLIC WORKS REMODELING PROJECT TO MIKKELSON-WULFF CONSTRUCTION, INC. IN THE AMOUNT OF $710,159; AUTHORIZING THE MAYOR AND CITY MANAGER TO SIGN (IMPROVEMENT PROJECT 542) WHEREAS, plans and specifications for the Public Works Remodeling Project have been prepared by Bonestroo, Rosene, Anderlik and Associates, and have been considered and approved by the New Hope City Council; and, WHEREAS, funding is available through the Community Development Block Grant program, the 1996 Capital Improvement Program, and balances in the Central Garage, Labor Pool, and Road and Bridge funds; and, WHEREAS, the City has advertised and accepted bids for work set forth in the project plans and specifications. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF NEW HOPE, MINNESOTA: 1. That the base bid and alternates 1, 2, 3 and 5 submitted by Mikkelson-Wulff Construction in the total amount of $710,159 is hereby approved. 2. That the Mayor and City Manager are authorized to sign the contract documents. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota this 12th day of November, 1996. Mayor Attest: City Clerk gAresolution\542cons.dod ui to 0 o) < CL 0 A eq ) a. U. It C . CD IR O O TS ci ea :2 In - 6 w 0 E 0 0 Z c 0- C .2 w 4a 0 0 6.9 CL CL = Z Ofn0.0 C . 4) x 0 W z w z c 0 E E 0 0 O' C) q 0 q 0 q 0 9 0 q 0 q 0 q 0 q 0 q O cl� CN co 0) C"! v C4 09 . 0 00 Ct U') ol U3 0 to co " 09� I . 0 00 cl� 0) — 04 0 C� LO C14 fA 0 00) C� 0 to to LO CO CD C fA . 0 C)o Ct cli — (09. 0 C� U') C%j 69 0 00 — 0 C) CD 00 0 0 0 6 C 0 Co co 'i — fA m — r- 06 C\1 09. O O O O o q a q & 1 p a q o I? 6 o O o q a 0 o 10 a 1 ? S q o I ? o q o q q . to CO C� O 0 0 v III IL o 0 oc � o 0 Ct o CD C:t o 0 ( Q a CD C� o 0 N Yi o 0 c 6 0 cl� to N 00 0 0 q o 0 q o 0 C � o a C o 0 C� a a C � o a Ct o 0 C� o 0 q N LO CO 0 W fl- q 0 0 6 d fA LO fA r'- 0 fa 0 6 W oll. M 69 — r r 6 0 64 M r V) r- — 01- I- 60, I- r ell in r 6 0 fA r- r 6 LO r fA 0 r 6% 0 — fA to 6% r- 6. r 6% I- 6-,)- CD O 0 9 0 0 0 0 9 m 0) C� 0 C) cct tn cli n co CN 't C 6 M rl- 6c* v LO fl- 6 rl- C F- 6c LO co 00 r- 64 r 69- 04 m I- 6 cn CD C) 00 O 0 U cu a E 0 .0 2 0 (D 0 cn U') LO 2 (D > m 6 o u :3 U) c 0 C-) 0 0 U� 0 0 c 4) 0) a J co N CD LO Ul) CL Wo c m >4 a CL E 0 0 a .2 t5 =$ 0 c 0 L) N r U) 0 LL C - 0 O to ul z 2 a. 0 0 a 0 0 (D z r - z 0() FL :03 - c o 0 W 0 — (D .> a = 0 m> 0 (D — M Cl) LO E w m c — C: 0 t 2 0 C.) c 0 CD c in v m LO z 2 E m m c 0 0 r .- V- M �a — IT LO LU z z ,j 2 0 -0 o CL co c co LO z 2 w z LO L o 'T r- cli W O (c M 0 kv < GO CO) N t L d. LL. 0 O tD O Of cli O 0 U) O V) 7s LU 0 0 F- es 0 B'OZ c = C a . 0 a. G. CY-1 0 d C to 0 .2 Z 0 04 3: CL 4) x 0 LU z w z @ E E 0 40 0 Cl 0 Cl Cl CD 0 0 0 Cl O C! 9 9 9 9 9 9 q 9 9 0 Q 0 0 CD C) 0 0 a 0 0 = 0 0 0 a Co CD 0 LO CD C) CL Ci CO C-4 0 IT M 0 04 a V) to qt Gi V 0 Ld C\i C6 CO C4 r-: 1: 6 6 z N 0F? r1' A. N to M 04 M 01" 6,3 M eq S a o S o o & CaD 0 O 0 Cl 0 CD C (aD D 0 oaoo c)c) O O o C:) r-- CD 0 o o o 0 C65 6 6 6 O 6 6 0 40 CD C) co 0 CD a C) cn Cl LO 0 0 LO 0 0 a Nt CL q CO CO U i V i C� V I Q cct CD q q CO cc� N `::� C-4 M CO W CO (D M It P- M 04 0 (MI) COMD 0 r- N 0) C14 co V- 44 V- 401- 614 64 — 6 69 69 619. 6c* — d4 61 64 64 C-4 6 69 — 61% 60 C) 0 C) m (0 C) C) LO 0) co C) C) 0 V� VL C� a 00 rl 0) 00 LO co 00 oo CD 04 0) 04 't w V). 64 Efl 4) C* co 04 LO co IT X CN It 0 ce) (0 LO LO LO Ul) LO to U') LO LO to LO 0 C: m E 0 'A C C O Z 0 W Z z Z O 0 0 (D (1) 2 >, 2 a o m C o 0 4: z Z o 0 (D C (D w CL 'a 73 E m -j E E - t: 0 0 >1 (D — c >1 0 c ca Cu a Co O.Moom M- 0 mm — -14 cowmux -"doom 0 0 cc r 0 4) a c 0>5 c >1 M 0 U) >, 0 Co 75 (D 4) 7 0 0 2 LO (D 70 M 0 CO O - 0 M 0 0 0 0 a) -a N co M a v = ( j . r 2 M CD 2 to (D Cl) IL U) 4401 Xylon Avenue North New Hope, Minnesota 55428 -4898 February 4, 1997 Mikkelson -Wulff Construction, Inc. 126 Blake Road North Hopkins, MN 55343 City Hall: 612 - 531 -5100 Police: 612 -531 -5170 Public Works: 612 - 533 -4823 TDD: 612 -531 -5109 SUBJECT: PUBLIC WORKS EXPANSION /REMODELING (IMPROVEMENT PROJECT NO. 542) City Hall Fax: 612- 531 -5136 Police Fax; 612 -531 -5174 Public Works Fax 612 - 533 -7650 Fire Dept. Fax 612 - 531 -5175 Enclosed are two fully executed copies of the contract documents for New Hope Project No. 542. One copy is for your records and the second copy should be transmitted to your bonding company. Contract documents are on file with our City Attorney and E &V Consultants. This contract was awarded by the New Hope City Council on November 12, 1996, for $710,159. Enclosed is a "Withholding Affidavit for Contractors" (IC -134 form). We cannot make final payment to contractors until this is approved by the Minnesota Department of Revenue and submitted to our office (Minnesota Statute 290.97). The form contains instructions for completion. Sincerely, Valerie Leone City Clerk, CMC enc. cc: Steve Sondrall, City Attorney Cheryl Badinger, E &V Consultants Jeannine Clancy, Director of Public Works Paul Gannon, Bonestroo, Rosene, Anderlik & Associates Family Styled City 44 �- For Family Living Bonestro Rosene Bidder Total Base Bid Address Telephone No. Anderlik Associate Y ers & Architects City, State, Zip Fax No. ADDENDUM NO. 2 NEW HOPE PUBLIC WORKS FACILITY EXPANSION/REMODELING FILE NO. 34183 NEW HOPE, MINNESOTA October 18, 1996 SPECIFICATIONS Opening Time: 2:00 P.M., C.D.S.T. Opening Date: Wednesday, October 22, 1996 This Addendum includes two (2) 8 -1 /2 x 11 pages. Section 06200 - Add Item 7 - KV 87 & 187 for shelf standards and brackets, support shelving 30" o.c. maximum. Section 06401 - Plastic laminate cabinets - Add 2.02.H. Melamine laminate. 2.03.C. provide Melamine laminate within all cabinets and drawers. Section 08200 - Wood doors. 1.01 Summary, A.2. Add 'sliding doors'. 2.01.6. Add 'door hardware for slide by doors by this section. 2.01.7. Omit 'or AWI ...' 34183Add2 A2 -1 Section 09300 - Quarry the 2.02.B. Revise tile size to 8 x 8 in lieu of 12 x 12. Color grey. Sheet A2 - 1. Add note "adjustable shelves at 18" o.c. vertical within two closets in lunchroom 135. 2. Add note "half high wall within clerical area similar to detail T /A6 without cabinet. 3. Room 114 -add door reference 11413, 114C to sliding doors in plan. 4. Detail C /A2 add note to bench detail 'galvanized tube sections 4 "x4 "xl /4" at 4' max. o.c. typical. 5. Reference Detail S /A6 at cabinets with sinks in Room 132 (Conference) and northeast corner of Lunchroom 135. Sheet A8 - 1. Door schedule -add the word 'wood' after the word 'sliding'. 2. Add door 114E & C similar to 139A. 3. Door 135 B & C revise door opening to 5'- 0" in lieu of 7'- 0 ". All product/manufacturers named herein must meet or exceed the requirements of those products specified in the Contract Documents. Approvals contingent upon receipt of substitution request form in Section 01600 - Materials and Equipment. Section Item Manufacturer 09950 Vinylwall Covering Essex Stoneacre II If you have questions on this project, please call Paul Gannon at 604 -4744. BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. 2335 WEST HIGHWAY 36 ST. PAUL, MROMSOTA 55113 (612) 636 -4600 34183Add2 A2 -2 Bonestro Rosen Bidder Total Base Bid Address Telephone No. Anderlik Associate P ers & Architects City, State, Zip Fax No. OCT 15 1996 ADDENDUM NO. 1 NEW HOPE PUBLIC WORKS FACILITY EXPANSION/REMODELING FILE NO. 34183 NEW HOPE, MINNESOTA October 14, 1996 Opening Time: 2:40 P.M., C.D.S.T. Opening Date: Wednesday, October 22, 1996 ADDENDUM i h This Addendum includes 8 -1/2 x 11 pages. Section 00400 - Add "Receipt of Materials" form. Replace Wage Decision MN 96 -7 with 8 modifications. Section 01500 - Temporary Facilities and Controls. Omit 1.04 Temporary Fence. Provide 1.12 temporary separation walls of 5/8" plywood and wood stud partitions and access doors as required to separate construction area from garage and openings between the existing building and the new addition prior to the full enclosure of the addition (see security). Section 08720 - Automatic Doors. Replace section with attachment 08720 - Power Operated Door System. Section 09650 - 2.02.A: Change the word "Armstrong" to "Azrock ". Section 10200 - Louvers and Vents - omit section. 34183Adl.Spc A.1-1 li•• Sheet D - Demolition Plan Add Note 8 as Follows: "Sawcut edge of existing slab 1 inch deep at areas of slab removal. Cut slab in straight lines. Leave existing WWF extended a minimum of 12 inches beyond sawcut ". Sheet A - Wall Section Detail C /A5 - Change angle brace at bottom of stair to a T.S. 3 x 3 x 3/16 vertical post. Connect to metal deck per Detail G /S5. Sheet A - Door Schedule: 1. Omit Door 110A. 2. Add Door 105A (to exterior) hardware to match 135D with the exception of omitting lever handle on the exterior only. 3. Doors 104A, 104B, 118A. Add the words "(By Owner)" after "Card Reader ". See electrical sections for provisions under this contract. Sheet S 1 - Foundation Plat} . . Add Note 11 as Follows: "Where new slab meets existing slab, overlap WWF a minimum of 12 inches. Tool joint in top of slab ". Sheet S2 - Roof Framing Plan Note that at new openings in existing west wall of building, provide W8 x 21 lintel, see Detail E/S5. Detail F /A5 - Note that for base connection of post to metal deck, see Detail G /S5. All product/manufacturers named herein must meet or exceed the requirements of those products specified in the Contract Documents. Approvals contingent upon receipt of substitution request form in Section 01600 - Materials and Equipment. 34183Adi.Spc Al-2 Section Item Manufacturer 07200 Insulation Diversifoam Certifoam 07270 Firestopping Rectorseal Metacaulk 07910 Roofing, (Felt and Firestone PLY 1V Insulation) Firestone 18099 + 09725 Seamless Quartz Florock - Floroquartz System 09950 Vinylwall Covering JM Lynne Brimstone H 10620 Partitions Wondoor Moudern Fold Audiowall 15 12690 Floor Mats Pawling Floor Mats If you have questions on this project, please call Paul Gannon at 604 -4744. BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. 2335 WEST HIGHWAY 36 ST. PAUL, MINNESOTA 55113 (612) 636 -4600 34183Ad1.Spc Al -3 ADDENDUM No. 1 PUBLIC WORKS EXPANSION/REINIODELING NEW HOPE, MINNESOTA NRA COMM. NO. 96-045 3: ELECTRICAL SPECIFICATION ITEMS PRIOR APPROVALS a The following manufactures are granted approval to bid work in accordance with the requirements of the Contract Documents. This approval does not relieve the equipment supplier of any responsibility to follow all aspects of the Contract Documents. Changes resulting from the substitution s affecting other trades shall be paid for by the Contractor making the substitution. S ECTION D ESCRIPTION 16500 Lighting Fixture Types A, B, and CI Fixture Tyne C Fixture Type D Fixture Type E Fixture Type F Fixture Type G Fixture Type X Fixture Type XI 16850 Heating Equipment SECTION 16620 - Generator and Trasnsfer Switch 1. Delete this section in its entirety. Columbia HC Series Columbia CS Series Prescolite CFT632 Series Prescolite 1224 -362 Prescolite SBX -50 -120/ T071S General Electric WILR07SOA 1LSN4DB Prescolite PEX- L- 4- R -EN -W Prescolite EDX4LED -R Electromode SECTION 16723 - Security System 1. Delete this section in it$ entirety. DRAWING ITEMS ti! SHEET E3 - Mail Level Power Plan 1. Delete equipment BL /, located in the vicinity of grid D -1. END OF MECHANICAL/ELECTRICAL Isla oral STD i i1if► i F :1%045`ADD J 045.DOC ADDENDUM No.1 PUBLIC WORKS EAP kNSION/REAIODELIN+G NEW HOPE, MINNESOTA NRA COMM. NO. 96 -045 DRAWING ITEMS SHEET ME - Mechanical /Electrical Equipment Schedules 1. Misc. Building Equiment: a. Revise the location of BL/6B to Rm. 140 iin lieu of Rm. 150. b. Add the following note to the Remarks for BL /6A and BL /6B: "Provide conduit to electric door strike.." MECHANICAL SPECIFICATION ITEMS PRIOR APPROVALS The following manufactures are granted approval to bid work in accordance with the requirements of the Contract Documents. This approval does not relieve the equipment supplier of any responsibility to follow all aspects of the Contract Documents. Changes resulting from the substitution s affecting other trades shall be paid for by the Contractor making the substitution. SECTION DESCRIPTION MANUFACTURER 15880 Grilles, Registers & Diffusers J &J Register SECTION 1.5880 - Air Distribution 1. Add paragraph, 15880 2.11 LOUVERS, as follows: "Louvers to be furnished by Division 15 to be Arrow (or acceptable substitute) 18 gauge galvanized steel�iouver Model FS -400 with type "F" flange and 1/2" mesh 19 gauge galvanized 0.041:" birdscreen. Provide baked enamel finish of color selected by the Architect from manufacturer's standard colors. See Drawings for size of louvers and louver type.'' 1. Add paragraph, 15880;3.09 LOUNT -RS, as follows: "Wall louvers and screens will be furnished and installed by Division 15. Provide collars and connection to louvers and blank off unused portions with insulated sheetmetal panels." DRAWING ITEMS . SHEET M4 - HVAC Plan,` 1. Clarify that the discharge louver for fan F -2 will be provided by the Division 15 Contractor. Coordinate the required size with the outlet dimensions of the fan. SECTION 08720. POWER OPERATED DOOR SYSTEM PART 1- GENERAL 1.01 SUMMARY A. Section Includes: 1. Low energy power operated door system. B. Related Sections: 1. Division 0 and Division 1 Sections. 2. Section 08400 - Entrances and Store Fronts. 3. Section 08700 - Finish Hardware. 4. Division 16 - Electrical. 1.02 QUALITY ASSURANCE A. Regulatory Agency Requirements: 1. Must meet State Building Code. 2. Hardware shall meet the requirements for the Americans with Disabilities Act. B. Installer shall have 3 years experience installing this kind of door. 1.03 SUBMITTALS A. Shop drawings construction of all parts, metal thickness, installation and erection details including connections, anchorage, fastening and sealing methods. Provide sections of typical members, dimensioned elevations, frame sizes, spaces of anchors and fasteners and details of accessories. B. Manufacturers recommendations for installations and operating manuals. 1.04 DELIVERY, STORAGE AND HANDLING A. Store materials off the ground. 34183 © 1996 Bonestroo, Rosene, Anderlik & Associates, Inc. 08720-1 B. Protect materials from weather and physical damage. RIESPAM•M, _, A. Provide manufacturers standard 1 year limited warranty. PART 2 - PRODUCTS 2.01 MATERIALS A. Doors shall be equal to Dor- O -Matic - Low Energy (Handicap Access Operators SR- Swing). B. The equipment must be designed to handle swing doors up to a weight of 250 pounds. C. Opening Speed: 1. The operator shall be field adjusted such that the opening speed of the door from its closed position to backcheck position or 80 shall be 3 seconds or longer as required by Table 1 of ANSI/BHMA A156.19 - 1990. 2. The opening time to fully open shall be 4 seconds or longer. D. Hold Open: The door shall be field adjusted to remain fully open for not less than 5 seconds. E. Closing Speed: The operator shall be field adjusted such that the closing speed of the door from its fully open position to 10° from closed shall be 3 seconds or longer as required by Table 1 of ANSI/BHMA A156.19 - 1990. 2. The closing time to fully closed shall be 4.5 seconds or longer. F. The force required to prevent a door from opening or closing shall not exceed 15 lbs. applied 1" from the latch edge of the door at any point in its opening or closing cycle. G. The door(s) shall be equipped with a sign(s) visible from either side of the door instructing the user as to the operation and function of the door. H. In the event of a power failure, the door shall open with a manual pressure not to exceed (15 lbs. for Senior - Swing) (8.5 lbs. for Mid - Swing) applied at a point 1" from the latch edge of the door and the operator shall act as a manual closer. 34183 © 1996 Bonestroo, Rosene, AnderU & Associates, Inc. 08720-2 I. Equipment: 1. The door operator must be a completely electro- mechanical motor -gear box assembly. 2. The operator control box must be an enclosed, fully microprocessed, self tuning unit. The control box must provide Opening Speed Adjustment, Backcheck Speed Adjustment, Closing Speed Adjustment and Degree of Latch Adjustment. The microprocessor must be capable of providing the following function options. a. Automatic "Sizing ": Upon the application of power and an initial activation signal to open, the operator shall slowly open, then close the door, automatically determining the total sweep requirements of a particular door and automatically set the Opening Backcheck and Closing latch positions within predetermined parameters. b. Hold Open Time Delay: User adjustable; a variable from 1 to 30 second time delay shall be designed into the control box such that the hold open time period shall not begin until after the door has reached its full open position. C. Push -N -Go: User switchable; upon manually opening the door approximately 5 °, the control box shall engage the operator and continue opening the door to its fully open position. The door shall remain open from 1 to 30 seconds depending upon the time delay selection. d. Safety Stop and Close: User selectable; the operator opening function is halted if an obstruction is encountered during the first 80 of the opening cycle. e. Power Boost Close: User switchable; temporarily applies additional closing power to ensure that all latching, locking and/or security hardware is engaged. The additional closing power is then removed. Alternate Action: User selectable; upon receipt of an activation signal, the operator will open the door and hold it open until a second signal is received allowing the operator to then close the door. 3. The door operator must be designed to operate between -30 °F ( -34 °C) and 160 °F. 4. All activation and optional swingpath control devices shall be designed to require 24 volts or less power input. 5. The operator shall be supplied with a 3 position switch to enable (ON) and disable (OFF) the activation controls for manual locking of the door or to signal the operator to hold the door open (HOLD OPEN) (3 position switch only). 34183 © 1996 Bonestroo, Rosene, Anderlik & Associates, Inc. 08720-3 6. All equipment must meet the requirements of the American National Standard for Power Assist and Low Energy Power Operated Doors, ANSI/BHMA A156.19 - 1990. J. Architectural Requirements: 1. The operator shall be contained within a 4 -1/2" by 5 -3/4" extruded aluminum header spanning the full width of the door opening to meet architectural sight line requirements. 2. The header shall be bottom loading to allow the unit to be recessed into ceiling or soffit areas above doors without transoms without the need of side access panels or special shafts. 3. The header shall be provided with (4) push plate activation switches: a. One on exterior aluminum bollard (4" x 4" x 44" tall) outside vestibule. b. Two on either side of aluminum bollard (4" x 4" x 44" tall) within vestibule. C. One on aluminum frame of vestibule within lobby. 4. Bollards are to be provided and installed as part of this section, including below slab conduit and wiring between activation switches. PART 3 - EXECUTION 3.01 INSPECTION A. Assure that tolerances shown on plans before starting installation. B. Check that surfaces to contact frames are free of debris. C. Electrical Contractor shall bring power to a junction box and electrical strike plate. D. Do not proceed with installation until unsatisfactory conditions are corrected. 3.02 INSTALLATION A. Comply with manufacturer's instructions for installation of frames, doors and hardware. B. The door operator(s) and accessories shall be installed by a factory trained and authorized Contractor in strict accordance with the Manufacturer's recommendations, ANSUBHMA A156.19 - 1990 and State and Local Codes. C. Anchor frames solidly to surrounding construction. 34183 ©1996 Bonestroo, Rosene, Anderlik & Associates, Inc. 08720 -4 D. Apply protective coating to separate aluminum from galvanically incompatible materials. E. Install sign(s) visible from either side of the door(s) per ANSIJBHMA A1S6.19 - 1990 and a service information decal. F. Wire all equipment. G. Demonstrate the unit to an authorized owner's representative. Review function options and safety requirements. Leave a copy of the equipment manual and service operation with the authorized owner's representative. 3.03 ADJUST AND CLEAN A. Adjust movable units to operate smoothly and to be weather -tight when closed. B. Lubricate hardware. C. Clean aluminum surfaces and remove excess sealants. D. Remove debris from this site. End of Section 34183 © 1996 Bonestroo, Rosene, Anderlik & Associates, Inc. 08720-$ __� \ � ' ; e X � ® 1 1 e • Y � • +y a ♦ �� ® � � i ' � ` i ♦ • ' ® ' � Y • � � _ ._ I \ ! C h _. ® . u e (i * w ® � W t f a d � - ® 7 ' ® � b � � � e ' • { .; _ t � .. � � a _. � • i'°°® • bV � v !� i i • TO: CDBG Program Administration, Hennepin County OPD FROM: Bidding Contractor SUBJECT:- RECEIPT OF MATERIALS I, , representing, (Officer /Owner of Company) hereby certify that I have (Name of Company) received the Federal Labor Standards package and Wage Determination No. MN96 -7 with 8 Modifications dated September 27, 1996 and the Equal Employment Opportunity Compliance package as applicable to construction work for: Labor Relations Project No. 96NIN405A00011, Proposed CDBG Funded Public Works (project name, year and number) Facility Remodeling and Addition, 5500 International Parkway, New Hope, Hennepin County, RM Signature Date LSRCTMTR General Decision.Number MN960007 Superseded General Decision No. MN950007 State: Minnesota Construction Type: BUILDING RESIDENTIAL County(ies): SHERBURNE IT A NOKA ITASCA ST LOUIS HENTON ASCA STEARNS C ROOCHICHING CARVER LAKE WASHINGTON COOK RAMSEY DAKOTA SCOTT BUILDING CONSTRUCTION PROJECTS (Does not include Treatment Plants) RESIDENTIAL CONSTRUCTION PROJECTS (Consisting of single family homes and apartments up to and including 4 stories, Does not include Leech Lake Indian Reservation) Modification Number Publication Date 0 1 05/03/1996 2 06/07/1996 3 06/21/1996 4 07/05/199 5 07/26/1996 6 08/09/1996 7 09/06/1996 g 09/27/199 ° ° ° ® ®____ °__ °-- - - ° - °_ MN960007 Page: 1 RECEivED n,71 s -ry - n ° ° ° ® ®____ °__ °-- - - ° - °_ MN960007 Page: 1 RECEivED n,71 COUNTY(ies): ANOKA HENNEPIN SHERBURNE BENTON ITASCA ST LOUIS CARLTON KOOCHICHING STEARNS CARVER LAKE WASHINGTON COOK RAMSEY DAKOTA SCOTT ASBE0034A 06/01/1996 Rates Fringes ANOKA, BENTON, CARVER, DAKOTA, HENNEPIN, RAMSEY, SCOTT, SHERBURNE, STEARNS & WASHINGTON COUNTIES: INSULATOR/ASBESTOS WORKERS (Includes application of all insulating materials, protective coverings, coatings & finishings to all types of mechanical systems) 24.13 8.18 ---------------------------------------------------------------- ASBE0049B 06/01/1996 Rates Fringes -CARLTON, COOK, ITASCA, KOOCHICHING, LAKE & ST. LOUIS COUNTIES.* ASBESTOS WORKERS/INSULATORS (Includes application of all insulating materials, protective coverings, coatings & finishings to all types of mechanical system 20.11 9.25 ---------------------------------------------------------------- ASBE0205B 06/01/1994 Rates Fringes ANOKA, BENTON, CARLTON, CARVER, COOK, DAKOTA, HENNEPIN, ITASCA, KOOCHICHING, LAKE, RAMSEY, SCOTT, SHERBURNE, ST. LOUIS, STEARNS & WASHINGTON COUNTIES: HAZARDOUS MATERIAL HANDLERS (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging & disposing of all insulation materials, whether they contain asbestos or not, from mechanical systems) 14.55 3..45 ---------------------------------------------------------------- BOIL0647 BOILERMAKERS ------------ 01/Q1/1996 ----------------- Rates Fringes 21.-.5 7.86 - - - - - - - - - - - - - - - - - - - - - - - - - - - - Rates Fringes RAMSEY, SCOTT, SHERBURNE (City BRMN0001A 05/01/1996 ANOKA, CARVER, DAKOTA, HENNEPIN, ----------------------------------------------------------------------- MN960007 Page: 2 of Elk River) & WASHINGTON COUNTIES: BRICKLAYERS & STONEMASONS 22.94 ® - 5.51 ---------------------------------------------- - - - - -- --- - - - - -- BRMN0001D 05/01/1996 Rates Fringes ALL COUNTIES, EXCEPT the city of Duluth in ST. LOUIS COUNTY: MARBLE SETTERS 21.99 5.95 ----------------------------------- - - - - -- BRMN0001J 09/01/1994 Rates Fringes BENTON, SHERBURNE (Excluding city of Elk River) & STEARNS COUNTIES: BRICKLAYERS; BLOCK:LAYERS & 4.19 STONEMASONS 18.2? --------------------------------- - - - - -- BR14NO001M 09/01/1994 Rates Fringes BENTON & STEARNS COUNTIES: CEMENT MASONS & PLASTERERS 17.53 4.17 -------------------------------- - - - - -- BRMN0001Q 05/01/1996 Rates Fringes ALL COUNTIES, EXCEPT CARLTON, COOK, LAKE & ST. LOUIS (City of Duluth and south of Township Line 55): TILE SETTERS 21.65 5.84 BRMN0001U 05/01/1995 Rates Fringes MARBLE SETTERS' FINISHERS & TILE 4.99 SETTERS FINISHERS 18.55 BRMN0003B 05/01/1996 Rates Fringes CARLTON, COOK, LAKE & ST. LOUIS (South of a line between Townships #54 & #55, 2 miles north of Cotton) COUNTIES: BRICKLAYERS _ 22.92 3.62 ----------------------------- - - - - -- m .. BRMN0003C 05/01/1996 - -„ s:► tea .. Rates _ ST. LOUIS COUNTY (City of Duluth): ------------------------------------------ MN960007 Page: 3 MARBLE SETTERS & TILE SETTERS 19.14 3.57 ---------------------------------------------------------------- BRMN0005A 05/01/1996 Rates Fringes TERRAZZO WORKERS 22.91 5.15 ---------------------------------------------------------------- BRMN0015B 05/01/1996 Rates Fringes KOOCHICHING COUNTY: BRICKLAYERS 21.65 3.80 ---------------------------------------------------------------- BRMN0015D 05/01/1996 Rates Fringes KOOCHICHIEG COUNTY: CEMENT MASONS 21.25 3.80 ---------------------------------------------------------------- BRMN0016A 05/01/1996 Rates Fringes ITASCA & ST. LOUIS (North of a line between Townships #54 & # 55, 2 miles north of Cotton) COUNTIES: BRICKLAYERS 22.56 3.62 ---------------------------------------------------------------- CARP0190A 05/01/1996 Rates Fringes ANOKA, BENTON, CARVER, DAKOTA, HENNEPIN, RAMSEY, SCOTT, SHERBURNE, STEARNS & WASHINGTON COUNTIES: LATHERS 21.25 7.04 ---------------------------------------------------------------- CARP0361A 05/01/1995 Rates Fringes CARLTON, COOK, LAKE (South part,' excluding Sawbill Landing) & ST. LOUIS (Alborn, Arnold, Bartlett, Birch, Brookstone, Canyon, Clinton, Culver, Duluth, Floodwood, Gowan, Island, Kelsey, Lakewood, Meadowlands, Munger, Palmers, Payne, Prasit, Shaw & Taft) COUNTIES: SINGLE FAMILY AND DUPLEX RESIDENCES: Carpenters 15.81 5.55 ALL OTHER WORK: Carpenters 18.60 ,4 X55 Soft Floor Layers 17.66 5.65 ---------------------------------------------- - ---------- ----------------------------------------------------------------------- MN960007 Page: 4 CARP0361H 05/01/1995 Rates Fringes CARLTON, COOK, ITASCA, KOOCHICHING, LAKE, & ST. LOUIS COUNTIES: LATHERS 18.88 5.55 ---------------------------------------------------------- - - - - -- CARP0548A 05/01/1996 Rates Fringes ANOKA, BENTON, CARVER, DAKOTA, HENNEPIN, ITASCA (Westernmost one - tenth), RAMSEY, SCOTT, SHERBURNE, STEARNS & WASHINGTON COUNTIES: MILLWRIGHTS 21.14 7.69 ---------------------------------------------------------- - - - - -- CARP0596A 06/01/1993 Rates Fringes ANOKA, CARVER, DAKOTA, HENNEPIN, RAMSEY & WASHINGTON COUNTIES: SOFT FLOOR LAYERS 18.38 6.17 +a FOOTNOTE: a. 6 Paid Holidays: $2.24 per day for New Year's Day; Memorial Day; Independence Day; Labor Day; Thanksgiving Day; & Christmas Day ---------------------------------------------------------- - - - - -- CARP0606A 05/01/1995 Rates Fringes ITASCA, KOOCHICHING, LAKE (Northern part, including Sawbill Landing) & ST. LOUIS (Excluding Alborn, Arnold, Bartlett, Birch, Brookstone, Canyon, Clinton, Culver, Duluth, Floodwood, Gowan, Island, Kelsey, Lakewood, Meadowlands, monger, Palmers, Payne, CARPENTERS; PILEDRIVERMEN; & SOFT FLOOR LAYERS 16.04 6.15 ---------------------------------------------------------- - - - - -- CARP0930A 05/01/1993 BENTON, SHERBURNE (Excluding Southern Tip) & STEARNS COUNTIES: Carpenters: Commercial, including 4 story apartments Residential, including single dwellings, duplexes, row houses, town houses & walk -up apartments Rates Fringes 14.73 4.70 not to exceed 3 stories in height above ground 12.00 - 1.50 ----------- - - - - -- -'----------- ------------- ---- ----- -- - - -- ------------------------------------------------------------- --------- -- - -.. MN960007 Page: 5 CARP1348A 05/01/1995 Rates Fringes CARLTON, COOK, ITASCA (Excluding the westernmost one - tenth), KOOCHICHING, LAKE & ST. LOUIS COUNTIES: MILLWRIGHTS 19.45 4.75 --- - --------------- - ------- ------------------------------------- CARP9900A 05/01/1995 Rates Fringes CARPENTERS & PILEDRIVERMEN (Site Preparation, Excavation & Incidental Paving): AREA 1 20.43 6.80 AREA 2 18.63 5.25 AREA 3 18.63 5.25 AREA 4 19.63 5.55 AREA 5 19.63 5.55 AREA 6 19.08 6.10 AREA 7 19.08 6.10 AREA 8 15.85 5.50 AREA 9 20.03 5.55 AREA 10 19.08 6.10 AREA 1 - ANOKA, CARVER, DAKOTA, HENNEPIN, RAMSEY, SCOTT, SHERBURNE (SE one - fourth, Including Big Lake, Elk River & Zimmerman) & WASHINGTON COUNTIES AREA 2 - BENTON (Southern three - fourths, Including Foley), SHERBURNE (NW three- fourths, Including Clear Lake & Becker) & STEARNS COUNTIES AREA 3 - BENTON'COUNTY (Northern one - fourth, Excluding Foley) AREA 4 - CARLTON COUNTY AREA 5 - COOK, LAKE (Southern Half, Including Two Harbors, Isabella & Finland) & ST. LOUIS (Southern one- third, Including Fond Du Lac, Floodwood, Cotton & Proctor) COUNTIES AREA 6 - ITASCA (Eastern one - fourth, Including Keewatin & Nashwauk), K60CHICHING (SE Corner), LAKE (Northern Half, Excluding Two Harbors, Isabella & Finland) & ST. LOUIS (Northeast two - thirds, Including Cook, Cusson & Ely & Western Strip, Including Chisholm, Orr & Greaney) COUNTIES AREA 7 - ITASCA COUNTY (Western three - fourths, Excluding Keewatin & Nashwauk) AREA 8 - KOOCHICHING COUNTY (Excluding SE:Cornet) AREA 9 - ST. LOUIS COUNTY (Duluth) s '� AREA 10 - ST. LOUIS COUNTY (Northern Part, Inc'ludinq Rainy Lake Area) ------------------------------------------------------------------------ KN960007 Page: 6 CARP990OF 05/01/1995 Rates Fringes ANOKA, CARVER, DAKOTA, HENNEPIN, RAMSEY, SCOTT, SHERBURNE (Southern part, including Zimmerman, Big Lake & Elk River) & WASHINGTON COUNTIES: COMMERCIAL BUILDING: Carpenters & Piledrivermen 20.43 6.81 Insulators (Other than description of Residential) 20.43 6.81 RESIDENTIAL Carpenters & Piledrivermen 18.50 6.81 Insulators (Erection of or remodeling of wood frame structure, 4 stories or less; the remodeling of any existing residential structure 4 stories or less) 18.50 6.81 ---------------------------------------------------------------- ELEC0110A 06/01/1996 Rates Fringes ANOKA (Except Anoka & Fridley Townships & the cities of Andover, Anoka, Columbia Heights, Coon Rapids, Fridley, Hilltop, Ramsey Spring Lake Park), DAKOTA, RAMSEY, SHERBURNE (East of Becker & Santiago Townships) & WASHINGTON COUNTIES: ELECTRICIANS (Also includes new construction of multiple dwellings in excess of 4-plexes & all residential remodeling, rewiring & repairing of any apartment project exceeding 8 units or 400 amp service): CABLE SPLICERS ELEC0110D 07/29/1995 _ -7 8.= 4­0 23.27 8.56 ------------------------------------- ANOKA (Except Anoka, Fridley, Grow RAMSEY, SHERBURNE (East of Becker WASHINGTON COUNTIES: Rates Fringes & Ramsey Townships), DAKOTA, & Santiago Townships).& ELECTRICIANS (Up to & including 3 stories above grade in height) 17.47 5.81 ---------------------------------------------------------------- ELECO11OF 03/01/1993 Rat SOUND, SIGNAL & COMMUNICATIONS WORK: Technician (Installation of Controller Only) 19.22 Installer (Excluding Controller Fringes .58+a+b ------------- ------------------------------------- MN960007 Page: 7 Work) 11.31 .34+a+b FOOTNOTES: a. I year's service - 5 days' paid vacation; 2 10 days' paid vacation; 5 years' service - vacation; 7 years' service - 14 days paid service - 16 days' paid vacation; 11 years days' paid vacation; 12 years service - 20 vacation years' service - 12 days' paid vacation; 9 years' service - 18 days' paid b. 8 Paid Holidays: New Year's Day; Memorial Day; 4th of July; Labor Day; Thanksgiving Day; Day After Thanksgiving; the normal work day preceding Christmas Day; & Christmas Day ELECO242B 06/01/1996 Rates -Fringes CARLTON, COOK, ITASCA (Southerly 12 townships,• including Harris, 'Feely, Blackberry, Spang, Coodland, Sago & Wawina) , LAKE & ST. LOUIS (South part bounded on the north by the north line of Kelsey Township extended east & west) COUNTIES: ELECTRICIANS 24.51 6.37 ---------------------------------------------------------------- ELECO292A 06/01/1994 Rates Fringes ANOKA (Anoka & Fridley Townships & the cities of Andover, Anoka, Columbia Heights, Coon Rapids, Fridley, Hilltop, Ram sey & Spring Lake Park), CARVER, HENNEPIN & SCOTT COUNTIES: ELECTRICIANS (Also includes residential quarters over 3 stories): Electricians 21.82 9.01 Cable Splicers 22.32 9.22 ---------------------------------------------------------------- ELECO292C 12/01/1994 Rates Fringes ANOKA (Anoka & Fridley Townships & the cities of Andover, Anoka, Columbia Heights, Coon Rapids, Fridley, Hilltop, Ramsey & Spring Lake Park), CARVER, HENNEPIN & SCOTT COUNTIES: ELECTRICIANS (All new family dwellings up to & including 4 plexes and all residential remodeling, rewiring & repairing in apartment buildings up to & including a 400 ampere service limited to 3 floors occupied as living quarters floors & non- elevator, apartment buildings) 17.82 6.06 ---------------------------------------------------------------- ELECO294B 06/01/1996 ITASCA (Excluding section south of a of the south line of Grand Rapids & KOOCHICHING & ST. LOUIS (North part Rates ,Fringes line exte� ding & west Trout Lake Townships) bounded on the south by the MN960007 Page: 8 south line of Ellsburg Township, extended east & west) COUNTIES: ELECTRICIANS (Excluding work up to & including 6-plexes under one roof) : ELECTRICIANS 21.68 7.48 CABLE SPLICERS 22.23 7.67 ---------------------------------------------------------------- ELECO294C 04/01/1995 Rates ITASCA (Excluding section south of a line exten4 of the south line of Grand Rapids & Trout Lake KOOCHICHING & ST. LOUIS (North part bounded on south line of Ellsburg,Township, extended east Fringes ling east & west Townships), the south by the & west) COUNTIES: ELECTRICIANS (Up to & including 6-plexes under one roof) 15.70 5.53 ---------------------------------------------------------------- ELECO294F 03/01/1995 Rates Fringes ITASCA COUNTY (Excluding section south of a line extending east & west of the south line of Grand Rapids & Trout Lake Townships): ELECTRICIANS (Excluding work up to & including 6-plexes under one roof) : ELECTRICIANS 15.70 5.77 --------------------------------------------- ~ ------------------ ELECO343A 06/01/1995 Rates Fringes BENTON, SHERBURNE (Becker, Clear Lake, Haven, Palmer & Santiago Townships) & STEARNS COUNTIES: ELECTRICAL INSTALLATIONS OVER $300,000.00: Electricians 20-09 7.39 Cable Splicers 21.09 7.42 ELECTRICAL INSTALLATIONS UNDER $300,000-00: Electricians 17.04 6.98 Cable Splicers 18.04 7.01 ---------------------------------------------------------------- ELECO343F 06/01/1994 Rates Fri . nges . BENTON, SHERBURNE (Becker, Clear Lake, Haven, Palmer & Santiago Townships) & STEARNS COUNTIES: - ELECTRICIANS (Residential Construction) 13.87 9x.04 ----------------------------------------------- ------- ELEV0009A 07/03/1996 Rates Fringes -------------------------------------------------------------------------- MN960007 Page: 9 ANOKA, CARVER, DAKOTA, HENNEPIN & RAMSEY COUNTIES AND ALL AREAS WITHIN A 100 -MILE RADIUS OF MINNEAPOLIS -ST. PAUL STATE FAIR GROUNDS IN MINNEAPOLIS: ELEVATOR MECHANICS 23.79 6.12 +a +b FOOTNOTES: a. 7 Paid Holidays: New Year's Day; Memorial Day; Independence Day; Labor Day; Thanksgiving Day; The Day After Thanksgiving & Christmas Day b. Employer contributes 8% of regular hourly rate to vacation pay credit for employee who has worked in business more than 5 years; 6% for less than 5 years ---------------------------------------------------------- - - - - -- ELEV0009F 07/03/1996 Rates Fringes LAKE & ST. LOUIS COUNTIES AND ALL AREAS WITHIN A 10 -MILE RADIUS OF CITY HALL IN DULUTH: ELEVATOR MECHANICS 23.79 6.12 +a +b FOOTNOTES: a. 7 Paid Holidays: Day; Labor Day; & Christmas Day New Year's Day; Memorial Day; Independence Thanksgiving Day; The Day After Thanksgiving b. Employer contributes 8% of regular hourly rate to vacation pay credit for employee who has worked in business more than 5 years; 6% for less than 5 years ---------------------------------------------------------- - - - - -- ENGIO049D 05/01/1996 Rates Fringes POWER EQUIPMENT OPERATORS (Building & Residential Construction): GROUP 1 23.74 6.55 GROUP 2 23.40 6.55 GROUP 3 22.60 6.55 GROUP 4- 21.99 6.55 GROUP 5 21.65 6.55 GROUP 6 21.48 6.55 GROUP 7 19.97 6.55 GROUP 8 18.85 6.55 GROUP 9 18.29 6.55 POWER EQUIPMENT OPERATOR CLASSIFICATIONS GROUP 1 Helicopter Operator; Truck & Crawler Crane with 300' of Boom & Over, including Jib; & Toower Crane 300' & Over GROUP 2 - Truck & Crawler Crane with 200' of Boom, 3�p to but not including 300' of Boom, including Jib ; -- & Tower Crane 250' & Over MN960007 Page: 10 GROUP 3 - Truck & Crawler Crane with 150' of Boom, up to but not including 200 of Boom, including Jib; & Tower Crane 200' & Over GROUP 4 - Traveling Tower Crane; Master Mechanic; Pile Driving Operator (when 3 drums are used) & Tower Crane 150 & Over GROUP 5 - Truck & Crawler Crane, up to but not including 150 of Boom, including Jib; Crawler Backhoe; Derrick (Guy & Stiffleg); Hoist Engineer (3 drums or more); Locomotive.- Operator; Overhead Crane Operator- (inside building perimetet); Tower Crane (Stationary) 100' & Over; Tractor Operator with Boom; & Terrain Vehicle Crane GROUP 6 - Air Compressor Operator 450 CFM or Over; Pump Opera- tor and/or Conveyor Operator (2 or more machines); Hoist Engineer (2 drum); Mechanic; Pumperete or Complaco type Machine Operator; Forklift; Boom Truck Operator; Concrete Mixer Operator; Drill Rig - Heavy Rotary or Churn when used for Caisson Drilling for Elevator Cylinder or Building Construction; Front End Loader (Over 1 cu. yd.); Hoist Engineer (1 drum); Straddle Carrier Operator; Power Plant Engineer (100 KW & over on multiples equal to 10OKW & over) ; Tractor Operator over D2; & Well Point Pump Op., GROUP 7 - Concrete Batch Plant Operator; Gunite Operator; Tractor Operator D2 or similar size; & Front End Loader Operator, up to 1 cu. yd. GROUP 8 - Air Compressor Operator 450 CFM or Over; Pump and/or Conveyor Operator; Brakeman; Pick-up Sweeper (1 cu. yd. & over Hopper capacity); Truck Crane Oiler; & Welding Mach�_-.e Operator GROUP 9 - Mechanical Space Heater (Temporary Heat); Oiler or Greaser; & Elevator Operator --------------------------------------------------------------- ENGI0049'R 05/01/1996 Rates Fringes POWER EQUIPMENT OPERATORS (Site Preparation, Excavation Incidental Paving): ANOKA, CARVER, COOK, DAKOTA, HENNEPIN, LAKE, RAMSEY, SCOTT, SHERBURNE (S. of the northern boundary of T. 33-N & E. of the western boundary of R. 27-W), ST. LOUIS & WASHINGTON COUNTIES: GROUP 1 21.32 6.55 GROUP 2 2 0. - ;7 6.55 GROUP 3 20,59 6: GROUP 4 20.47 1 6.55 GROUP 5 17.43 6.55 GROUP 6 16.22 6.55 --------------------------------------------------------------------------- MN960007 Page: 11 BENTON (E. of the western right -of -way of U.S. Hwy #10), CARLTON, ITASCA (E. of the western right -of -way of Minn. Hwy #6), ROOCHICHING (E. of a N -S line from the Canadian border to Pelland, the western right -of -way of U.S. Hwy #71 from Pelland to Big Falls & Minn. Hwy #6), SHERBURNE (Excluding area S. of the northern boundary of T. 33 -N and E. of the western boundary of R. 27 -W) & STEARNS (E. of the western right -of -way of Minn. Hwy #15) COUNTIES: GROUP 1 19.71 6.55 GROUP 2 19.26 6.55 GROUP 3 19.09 6.55 GROUP 4 18.96 6.55 GROUP 5 16.39 6.55 GROUP 6 15.52 6.55 BENTON (Excluding E. of the western right -of -way of U.S. Hwy #10), ITASCA (Excluding area E. of the western right -of -way of Minn. Hwy #6), ROOCHICHING (Excluding area E. of a N -S line from the Canadian border to Pelland, the western right -of -way of U.S. Hwy #71 from Pelland to Big Falls & Minn. Hwy #6) & STEARNS (Excluding area E. of the Western right -of -way of Minn. Hwy #15) COUNTIES® GROUP 1 17.70 6.55 GROUP 2 16.77 6.55 GROUP 3 16.57 6.55 GROUP 4 16.46 6.55 GROUP 5 14.75 6.55 GROUP 6 14.15 6.55 POWER EQUIPMENT OPERATOR CLASSIFICATIONS GROUP 1 - Helicopter Pilot; *Crane with over 135' Boom, excluding Jib; Dragline, Crawler, Hydraulic Backhoe and /or other similar equipment with Shovel -type Controls 3 cu. yds. & over Mfg. rated Cap.; & Pile Driving when 3 Drums are in use GROUP 2 - Cableway; Concrete Mixer, Stationary Plant over 34E; Derrick (Guy or Stiffleg) (Power) (Skids or Stationary); Dragline, Crawler, Hydraulic Backhoe and /or similar equipment with Shovel -type Controls, up to 3 cu. yds. Mfg. rated cap.; Dredge or Engineers, Dredge (Power) & Engineer; Front End Loader, 5 cu. yds. & over; Grader or Motor Patrol, Finishing Earthwork & Bituminous; Locomotive Crane; Master Mechanic; Mixer (Paving) Concrete Paving, Road; Mole, including Power Supply; Mucking Machine, including Mucking Operations, Conway or similar type; Piledriving; Refrigeration Plant Engineer; Tandem Scraper; Tractor - Boom type; Truck Crane - Crawler Crane; & Tugboat 100 HP & over -s GROUP 3 - Dual Tractor; Elevating Grader; PumL=tete;_ --Scraper - Struck Cap. 32 cu. yds. & over; & Self - propelled Traveling Soil Stabilizer MN960007 Pages 12 GROUP 4 - Air Track Rock Drill; Articulated Hauler Terex, Caterpillar or similar type; Asphalt Bituminous Stabilizer Plant; Automatic Road Machine (CMI or similar); Backfiller; Concrete Batch Plant; Bituminous Roller (8 Tons & over); Bituminous Spreader & Finishing (Power); Boom Truck (Power operated Boom); Cat Tractors with Rock Wagons or similar types; Chip Harvester & Tree Cutter over 150 HP; Concrete Mixer on jobsite over 14S; Concrete Mobile; Crushing Plant (Gravel & Stone) or Gravel Washing, Crushing & Screening Plant; Curb Machine; Dope Machine (Pipeline); Drill Rigs, Heavy Rotary or Churn or Cable Drill; Fork Lift or Straddle Carrier; Fork Lift or Lumber Stacker; Front End Loader, over 1 cu. yd.; Hoist Engineer "(Power); Hydraulic Tree Planter; Launcherman (Tankerman or Pilot License); Lead Greaser; Locomotive; Mechanic; Milling, Grinding & Planing Machine; Multiple Machines, such as Air Compressors, Welding Machines, Generators, Pumps; Pavement Breaker or Tamping Machine (Power Driven) Mighty Mite or similar type; Pickup Sweeper, 1 cu. yd. & over Hopper Cap.; Pipeline Wrapping, Cleaning or Bending Machine; Power Plant Engineer, 100 K.W.H. & over; Power Actuated Horizontal Boring Machine, over 6"; Pugmill; Rubber- tired Farm Tractor, Backhoe Attach.; Scraper, up to 32 cu. yds.; Skid Steer Loader, over 1 cu. yd. with Backhoe Attachment; Slip Form (Power Driven) (Paving); Tie Tamper & Ballast Machine; Tractor, Bulldozer, over 50 HP with Power Take -of Trenching Machine (Sewer, Water, Gas) ; Well Point Installation; & Dismantling or Repair Mechanic GROUP 5 - Air Compressor, 600 CFM or over; Bituminous Roller (Under 8 tons); Bituminous Rubber-tired Roller; Concrete Distributor & Spreader Finishing Machine, Longitudinal Float, Joint Machine, & Spray; Concrete Saw (Multiple Blade) (Power Operated) Form Trench Digger (Power) ; Front End Loader, - -d P U J* 4 - a Gurall; up - L...; - X 2-ncl. .-u. y--; G�= - Mctcr �;�..+_- _-C 1' ; G n" - Hydraulic Log Splitter; Loader (Barber Greene or similar type); Payhauler or similar type; Post Hole Driving Machine/Post Hole Augar; Power Actuated Auger & Boring Machine; Power Actuated Jack; Pump; Self-propelled Chip Spreader (Flaherty or similar); Sheep Foot Compactor with Blade - 200 HP & over; Shouldering Machine (Power) Apsco or similar type inclu. self-propelled Sand & Chip Spreader; Stump Chipper & Tree Chipper; Tractor, Bulldozer, 50 HP or less; & Tree Farmer (Machine) GROUP 6 - Conveyor; Dredge Deck Hand; Fireman or Tank Car Heater; Gravel Screening Plant (Portable not Crushing or Washing) Greaser (Truck or Tractor); Leverman; Mechanic, Space Heater (Temporary Heat); Oiler (Power Shovel, Crane, Draqline); Power Sweeper; Roller on Gravel Compaction; S4;lf-propelled Vibrating Packer (35 HP & over) ; Sheep Foot RQjler; =actor, Wheel Type (over 50 HP); & Truck Crane Oiler *CRANE OVER 135' BOOM, EXCLUDING JIB - $ .25 ' PREMIU1j;' CRANE OVER 200' BOOM, EXCLUDING JIB - $ .50 PREMIUM --------------------------------------------------------------------------- MN960007 Page: 13 UNDERGROUND WORK: TUNNELS, SHAFTS, ETC. - $ .25 PREMIUM UNDER AIR PRESSURE - $ .50 PREMIUM ---------------------------------------------------------------- IRON0512A 05/01/1996 Rates Fringes ANOKA, BENTON, CARVER, DAKOTA, HENNEPIN RAMSEY, SCOTT, SHERBURNE, STEARNS & WASHINGTON COUNTIES: IRONWORKERS 22.85 7.59 ---------------------------------------------------------------- IRON0563B 05/01/1996 Rates Fringes CARLTON, COOK, ITASCA, KOOCHICHING, LAKE & ST. LOUIS COUNTIES: IRONWORKERS 19.25 9.17 ----------------- ~ ------------------------------- ~ -------------- LAB00010A 05/01/1995 Rates Fringes ANOKA, CARVER, DAKOTA, HENNEPIN, RAMSEY, SCOTT, SHERBURNE & WASHINGTON COUNTIES: LABORERS (Building & Residential Construction): GROUP 1 18.70 4478 GROUP 2 19.02 4.78 GROUP 3 19.32 4.78 FLAGPERSON 15.92 4.58 LABORER CLASSIFICATIONS GROUP 1 - Construction; Carpenter Tender; Concrete; Damp Proofer Below Grade; Drill Runner Tender; Dumpman - Dirt, Asphalt, Concrete, Cement; Heater Tender; Hot Tar Caulker - Corker; Joist Handler; Material Handler - Power Buggy; Rebar; Snow Blower Operator; Signal Person; Asbestos and Hazardous Waste Technician; Hydro Blast or Waterblast; Chain Saw Operator; Concrete Saw, Drill Operator; Concrete Vibrator; Demolition & Remodeling, Excluding Demolition of an entire Structural System; Mason Tender; Mortar Mixer - Cement or any other substitute Material or Composition; Pipe Handler; Pneumatic & Electric Tool, Jackhammer, Paving Buster, Chipping Hammer, Tamper Operator, etc.; Swing Stage Line Scaffold (Not includin "Patent" Scaffolding); Torchman - Gas, Electric, Thermal or similar-device.; & Remote Tamper GROUP 2 - Caisson Work; Nozzle Operator :- Gunit;a, Cement, Sandblasting; Pipelayer; Refractory Worker; S4*eting,,.Petter & Driver, Heavy Building Excavation; Undergrourid'Work'- Open Ditch or Excavation 8' Below Grade; & Underg�.nninq_, GROUP 3 - Driller for Blasting purposes; Dynamite Blaster or ------------------------------------------------- -------------------- -MN960007 Page: 14 substitute products Tovex TR, Water, Gas, Gel, Bristar, Silent Dynamite, etc. ---------------------------------------------------------- - - - - -- LAB00010D 0 Rates Fringes LANDSCAPE - SOD LAYERS (All work except Residential of 4 units or less) 9.13 3.39 ---------------------------------------------------------- - - - - -- LABOO111A 06/01/1994 Rates Fringes ANOKA, CARVER, HENNEPIN, SCOTT & SHERBURNE COUNTIES: PLASTER TENDERS 21.15 3.23 ---------------------------------------------------------- - - - - -- LAB00563A 05/01/1995 BENTON & STEARNS COUNTIES: Rates Fringes LABORERS (Building & Residential Construction): Total Construction Projects of Over $950,000.00: GROUP 1 13.20 4.58 GROUP 2 13.42 4.58 GROUP 3 13.47 4.58 GROUP 4 - FLAGPERSON 11.47 4.58 Total Construction Projects Under $950,000.00: GROUP 1 11.45 4.58 GROUP 2 11.67 4.58 GROUP 3 11.72 4.58 RCUP B - ••, 3 Gp_�,ct;p 4.58 LABORER CLASSIFICATIONS GROUP 1 - Construction; Asbestos & Hazardous Waste Technician; Carpenter Tender; Chain Saw Operator; Concrete Saw, Drill Operator; Concrete Vibrator; Concrete; Damp Proofer Below Grade; Demolition & Remodeling, Excluding Demolition of an entire Structural System; Dump Person - Dirt, Asphalt, Concrete, Cement; Heater Tender; Hot Tar Caulker - Corker; Hydro Blast or Waterblaster; Joist Handler; Mason Tender; Material Handler - Power Buggy; Mortar Mixer - Cement or any other Substitute material or Composition; Pipe Handler; Pneumatic & Electric Tools, Jackhammer, Paving Buster, Chipping Hammer, Tamper Operator, etc.; Rebar; RBmote Control Tamper; Signal Person; Snow Blower Operator; Swing Stq5e Li.nf-- Scaffold (Not including "Patent" Scaffolding); Torchpesson ­Gas, Electric, Thermal or similar device GROUP 2 - Caisson Work; Nozzle Operator - Gunite, Cement, --------------------------------------------------------------------------- MN960007 Page: 15 Sandblasting; Pipelayer; Refractory Worker; Sheeting Setter Driver, Heavy Building Excavation; Underground Work - Open Ditch or Excavation 8 Below Grade; & Underpinning GROUP 3 - Driller for Blasting Purposes; Dynamite Blaster or substitute products Tovel TR, Water, Gas, Gel, Bristar, Silent Dynamite, etc. LABO1091A 05/01/1996 Rates Fringes CARLTON, COOK, LAKE & ST. LOUIS (South of T 55 N) LABORERS (Building & Residential Construction): GROUP 1 15.95 5.39 GROUP 2 16.10 5.39 GROUP 3 16.35 5.39 GROUP 4 16.65 5.39 FLAGPERSON 14.05 5.39 LABORER CLASSIFICATIONS GROUP 1 - General; Carpenter Tender; Concrete Laborer; Damp Proofer Below Grade; Drill Runner Tender; Dumpman - Dirt, Asphalt, Concrete, Cement; Heater Tender; Hot Tar Caulker - Corker; Joist Handler; Rebar; Snow Blower Operator; Signalperson; Material Handler (All types Power Buggy,); Fire Control; Asbestos Removal; & Hazardous Waste GROUP 2 - Chain Saw Operator; Concrete Saw, Drill Operator; Concrete Vibrator; Demolition & Wrecking, Excluding Remodeling; Gunite, Sandblasting Machine Operator; Mason Tender; Mortar Mixer - Cement or any other substitute material or composition; Pipe Handler; Pneumatic & Electric Tools, Jackhammer, Paving Buster, Chipping Hammer, Tamper Operator, etc.; Swing Stage Line Scaffold (not including "patent" scaffolding); Torchman - Gas, Electric, Thermal or similar device; & Hydroblast GROUP -1 - Caisson Work; Nozzle Operator - Gunite, Cement, Sandblasting; Pipelayer; Refractory Worker; Sheeting Setter & Driver, Heavy Building Excavation; Underground Work - Open Ditch or Excavation 8' Below Grade; Underpinning; & Hod Carrier GROUP 4 - Driller for Blasting Purposes; Dynamite Blasters or substitute products Tovex TR, Water, Gas, Gel, Bristar, Silent Dynamite, etc.; Asbestos Abatement Worker; & Hazardous Waste Worker ------------------------------------------------ -------- LAB01091C 01/01/1995 Rates Fringes CARLTON, COOK, LAKE & ST. LOUIS (South of TR 55) COUNTIES: MN960007 Page: 16 LABORERS: Asbestos Abatement 15.87 5.39 ---------------------------------------------------------- - - - - -- T , AB O1097A - 05/01/1994 ITASCA, KOOCHICHING & ST. LOUIS Rates Fringes ( North of T 55 N) COUNTIES: LABORERS (COMMERC WORK WITH A TOTAL PROJECT COST OF $1,000,000.00 OR LESS INCLUDING GENERAL CONTRACTOR, MECHANICAL & ELECTRICAL CONTRACTOR BIDS): GROUP 1 12.81 4.35 GROUP 2 12.94 - 4.35 GROUP 3 13.17 4.35 GROUP 4 13.44 4.35 GROUP 5 11.10 4.35 GROUP 6 14.16 4.35 LABORERS (RESIDENTIAL WORK WITH A TOTAL PROJECT COST OF $1,000,000.00 OR LESS INCLUDING GENERAL CONTRACTOR, MECHANICAL & ELECTRICAL CONTRACTOR BIDS): GROUP 1 12.10 4.35 GROUP 2 12.22 4.35 GROUP 3 12.44 4.35 GROUP 4 12.69 4.35 GROUP 5 10.48 4.35 GROUP 6 13.37 4.35 LABORERS (ALL OTHER COMMERCIAL & RESIDENTIAL WORK): GROUP 1 14.23 4.35 GROUP 3 14.63 4.35 GROUP 4 14.93 4.35 GROUP 5 12.33 4.35 GROUP 6 15.73 4.35 LABORER CLASSIFICATIONS GROUP 1 - General; Carpenter Tender; Concrete; Damp Proofer Below Grade; Dumpman - Dirt, Asphalt, Concrete & Cement; Heater Tender; Hot Tar Caulker - Corker; Joist Handler; Material Handler - Power Buggy; Rebar; Signal Person; & Snowy Blower - Operator GROUP 2 - Chain Saw Operator; Concrete gaw, Drs.11 Operator; Concrete Vibrator; Demolition & Wrecking, ExcZid.ings;, Remodeling; Mason Tender; Mortar Mixer - Cemi_it- or'Any Other Substitute Material or Composition; Pipe H=dler;j?neumatic & Electric Tool, Jackhammer, Paving Buster, Chipping Harmer, Tamper Operator, Etc.; Swing Stage Line Scaffold (Not ------------------------------------------------------- -------------------- MN960007 Page: 17 including "Patent" Scaffolding); & Torchman - Gas, Electric, Thermal or similar device GROUP 3 - Creosote Handler; Caisson Work; Nozzle Operator Gunite, Cement, Sandblasting; Pipelayer; Sheeting Setter Driver, Heavy Building Excavation; Underground Work - Open Ditch or Excavation 8' Below Grade; Underpinning; & High Pay/Low Pay - 40 ft. Over or Under Ground Floor without Conventional Floor Areas GROUP 4 - Driller for Blasting Purposes; Dynamite Blaster or I substitute products; & Tovex TR Water, Gas, Gel, Bristar, Silent Dynamite, etc. GROUP 5 Flagperson GROUP 6 - Refractory Worker; & Asbestos Abatement Worker ---------------------------------------------------------------- LABO1097F 01/01/1995 Rates Fringes ITASCA, KOOCHICHING & ST. LOUIS (North of T 55 N) COUNTIES: LABORERS: Asbestos Abatement 15.87 5.39 ---------------------------------------------------------------- LAB09900A 05/01/1996 Rates Fringes LABORERS (Site Preparation, Excavation & Incidental Paving): ANOKA, CARVER, DAKOTA, HENNEPIN, RAMSEY, SCOTT, SHERBURNE & WASHINGTON COUNTIES: GROUP 1 18.02 4.72 GROUP 2 18.17 4.72 GROUP 3 18.22 4.72 GROUP 4 18.37 4.72 GROUP 5 18.47 4.72 GROUP 6 18.72 4.72 GROUP 7 14.47 4.32 BENTON & STEARNS COUNTIES: GROUP 1 14.32 4.72 GROUP 2 14.47 4.7.2 GROUP 3 14.52 4.72 GROUP 4 14.67 4.72 GROUP 5 14.7 - 4.72 A GROUP 6 15.02 Zio 4, w ;7 2 GROUP 7 11-42 *.5.2 - ARLTON, COOK, LAKE & ST. LOUIS (South of T. 55 N) COUNTIES: ------------------------------------------------------------------------ MN960007 Page: 18 GROUP 1 16.94 4.93 GROUP 2 17.09 4.93 GROUP 3 17.14 4.93 GROUP 4 17.29 4.93 GROUP 5 17.39 4.93 GROUP 6 17.64 4.93 GROUP 7 13.39 4.68 ITASCA & ST. LOUIS (North of T. 55 N) COUNTIES: GROUP 1 16.50 5.37 GROUP 2 16.65 5.37 GROUP 3 16.70 5.37 GROUP 4 - 16.85 5.37 GROUP 5 16.95 5.37 GROUP 6 17.20 5.37 GROUP 7 13.35 4.72 KOOCHICHING COUNTY: GROUP 1 12.42 3.67 GROUP 2 12.57 3.67 GROUP 3 12.62 3.67 GROUP 4 12.77 3.67 GROUP 5 12.87 3.67 GROUP 6 13.12 3.67 GROUP 7 10.42 3.62 LABORER CLASSIFICATIONS GROUP I - General; Bituminous Batcherman (Stationary Plant) Cement Coverman Batch Truck; Cement Handler - Bulk, Bag; Carpenter Tender; Concrete Batcherman; Concrete Handler, Caisson, Footings, Columns, Piling, Slabs, etc.; Concrete Shoveler, Tamper & Puddler (Paving); Concrete "Zongizudinai Floatman (Manual Bullfloat on Paving); Damp Proofer Below Grade; Drill Runner Tender; Dumpman (Dirt, Paver, Dumping Batch Trucks, etc.); Fabric Installer; Hydrant & Valve Setter; Hydro Blast or Waterblaster; Joint Filler (Concrete Pavement); Kettlema'n (Bituminous or Lead); Labor Wrecking Demolition; Pipe Handler; Power Buggy Operator; Powder Monkey; Reinforced Steel Laborer; Reinforced Steel Setter (Paving); Service Connection• . Maker (Water, Gas); Signalperson; Squeegeeman; Stabilizing Batcherman (Stationary Plant); Temporary Heater & Blower Tender; & Top Man (Sewer, Water or Gas Trench) GROUP 2 - Bituminous Worker - Shoveler, Raker, Floater, Squeegee; Utility; Brick.Tender - ; Compaction Equipment (Hand Operated); Conduit Layer; Curb Setter; Mortar Mixer; Sand Cushion Bedmaker; & Torchman - Gas, Electric, Thermal or Similar Device GROUP 3 - Chain Saw; Concrete Drilling; Concr-et e Mixer Operator; Concrete Sawer; Concrete Vibrator; Ditch & Other Work (More than 8 feet below starting level of manual work); Formsetter; --------------------------------------------------------- ----------------- MN960007 Page: 19 Joint Sawer, Mortar; Pneumatic Tools, Jackhamm r, Paving Buster, Chipping Hammer, etc.; & Stone Tender Mason Tender GROUP 4 - Bottom Man (Sewer, Water or Gas Trench - more than 8 feet below starting level of manual work); Brick or Block Paving Setter; Caisson Work; & Cofferdam Work GROUP 5 - Cement Gun Operator (1 1/2 or over); Driller - Air Track or Similar; Nozzleman (Gunite, Sandblasting, Cement); Pipelayer GROUP 6 - Asbestos & Hazardous Waste Technician; Blasting Powder Man (Dynamite or substitute products); Tunnel Miner; Tunnel Miner Tender; Tunnel Laborer; Underground Laborer; & Underpinning GROUP 7 - Flagperson PAIN0061A 05/01/1996 Rates Fringes DAKOTA, RAMSEY & WASHINGTON COUNTIES: PAINTERS: GROUP 1 GROUP 2 GROUP 3 20.55 15.41 21.30 om mm mm• PAINTER CLASSIFICATIONS GROUP 1 - Brush; Drywall Finisher; & Paperhanger GROUP 2 - Drywall Sander GROUP 3 - Sandblaster; Spray; Swing Stage; Boatswain Chair; Window Jack; Safety Belt; Erected Structural Steel; Bridges; & Application of Epoxy Materials & Materials containing over 50% Creosote -------- l -------------------------------------------------------- PAIN0106A 05/01/1992 Rates Fringes COOK, LAKE & ST. LOUIS COUNTIES: GLAZIERS 16.54 3.17+a FOOTNOTE:- a. 1 to 4 years' service - 1 week's paid vacation; 5 or more years service - 2 weeks' paid vacation ---------------------------------------- T -------- — -------- PAIN0106D 05/01/1995 Rates Fringes CARLTON, COOK, ITASCA, KOOCHICHING, LAKE & ST. LOUIS COUNTIES: ---------------- ------------------------------------------------------ MN960007 Page: 20 PAINTERS: New Commercial Building: Brush; Roller 19.86 4.41 Paperhanging; Spray; Steel; & Taping 20.46 4.41 Commercial Building Repaint & Residential: Brush; Roller; & Lead Base Paint Removal & Abatement with Basic Hand Tools such as Scrapers 18.39 4.41 Paperhanging; Spray; Steel; Taping; & Lead Base Paint Removal & Abatement with Other Than Basic Hand Tools 18.99 4.41 ---------------------------------------------------------------- PAINO386A 05/01/1996 Rates Fringes ANOKA, CARVER, HENNEPIN, SCOTT & SHERBURNE (South and East of a line drawn between the town of Santiago in Sherburne County and the town of Clearwater in Wright County) COUNTIES: PAINTERS: COMMERCIAL BUILDING CONSTRUCTION: Brush; Roller; & Wallpaper Hanger 21.32 5.97 Spray; Steel; Sandblaster; Swing 22.07 5.97 Stage & Epoxy RESIDENTIAL CONSTRUCTION: Eight Units or Less in One Building 21.32 5.97 ---------------------------------------------------------------- 3 3 6 C 0 Rates Fringes ANOKA, CARVER, HENNEPIN, SCOTT & SHERBURNE (South & east of a line drawn between the town of Santiago, Sherburne County and the town of Clearwater, Wright County) COUNTIES: PAINTERS: RESIDENTIAL OF 3 STORIES OR LESS IN HEIGHT: Drywall Taper/Finisher 16.87 6.15 ALL OTHER WORK: Drywall Taper/Finisher 21-09 6.15 Sander 15.82 6.15 ---------- ------------------------------------------------- PAIN0880A 05/01/1996 Rates; SIGN PAINTERS 19.01 .'I'.61+a+b+c FOOTNOTES: a. $100.00 per month ----- -------- ------------------------------------------------------------ MN960007 Page: 21 b. 8 Paid Holidays: New Year's Day; Memorial Day; Independence Day; Labor Day; Thanksgiving Day; the Day After Thanksgiving; the last working Day Before Christmas; & Christmas Day c. Vacation Pay: Employees hired before June 9, 1983 - 3 weeks' paid vacation at $1.14 per hour; Employees hired after June 9, 1983: 1 year or more of employment - 2 weeks paid vacation at $.80 per hour; Five or more years of employment - 3 weeks' paid vacation at $ -1.14 per hour. ---------------------------------------------------------- - - - - -- PAIN0884B 06/01/1996 Rates Fringes BENTON, SHERBURNE (Western one -half) & STEARNS COUNTIES: PAINTERS: Brush & Roller 15.75 3.81 Drywall Taper & Finisher 15.75 3.81 Drywall Sander & Sprayer 11.23 3.81 Sandblaster; Spray; Structural Steel; Swing Scaffolding; Safety Belts; Window Jack; Boatsman's Chair; Abrasive Blasting; & Steeplejack _________________________________ __________________- 16.75 3.81 ____________ PAIN1324A 06/01/1996 Rates Fringes ANOKA, BENTON, CARLTON, CARVER, DAKOTA, HENNEPIN, ITASCA, KOOCHICHING, RAMSEY, SCOTT, SHERBURNE, STEARNS & WASHINGTON COUNTIES: GLAZIERS 22.06 6.14 -----------------------------___- __------ __- ___-- __- ___- ___ - - -_- a PLAS0633A 05/01/1996 Rates Fringes ANOKA, CARVER, DAKOTA, HENNEPIN, RAMSEY, SCOTT, SHERBURNE & WASHINGTON COUNTIES: CEMENT MASONS (Building & Residential) - 21.49 6.41 PLASTERERS 21.49 6.41 ----------------------------------------- ---------------- PLAS0633D 05/01/1996 Rates, ,. Fringes ANOKA, CARVER, DAKOTA, HENNEPIN, RAMSEY, SCOTT, SHERBURNE & WASHINGTON COUNTIES: ------- _--------------------------------------------------------------- MN960007 Page: 22 CEMENT MASONS (Site Preparation, Excavation, & Incidental Paving) 21.39 6.41 ---------------------------------------------------------- - - - - -- PLAS0633K 05/01/1996 Rates Fringes CARLTON, COOK, LAKE & ST. LOUIS (South of T 5514) COUNTIES: CEMENT MASONS (Building & Residential) 17.94 7.17 ---------------------------------------------------------- - - - - -- PLAS0633N - 05/01/1996 Rates Fringes ITASCA & ST. LOUIS (North of T 55N) COUNTIES: CEMENT MASONS: Commercial Building 17.23 5.67 Residential 14.02 5.67 ---------------------------------------------------------- - - - - -- PLAS0633T 06/01/1996 CARLTON, COOK, LAKE & ST. LOUIS COUNTIES: Rates Fringes (South of T. #55 north) CEMENT MASONS (Site Preparation, Excavation & Incidental Paving) 19.96 7.17 ---------------------------------------------------------- - - - - -- PLAS0633X 05/01/1996 Rates Fringes IT.TiSCA & ST. LOUIS (North of T 55N) COUNTIES: CEMENT MASONS (Site Preparation, Excavation & Incidental Paving) 17.23 5.67 ---------------------------------------------------------- - - - - -- PLAS633GC 05/01/1996 Rates Fringes CARLTON, COOK, ITASCA, LAKE & ST. LOUIS COUNTIES: PLASTERERS 19.80 4.92 -------------------------------------------------------- -- - - - - -- PLUM0011A 05/01/1996 Rates- Fringes CARLTON, COOK (A strip 20 miles inland along the shores of Lake Superior), LAKE (A strip 20 miles inland along the shores of Lake Superior) & ST. LOUIS (South of an east-wqat ling.-drawn through Cotton) " COUNTIES : - PIPEFITTERS; PLUMBERS; & STEAMFITTERS 20.97 8.08 --------------------------------------------------------------------------- X1960007 Page: 23 PLUM0015A 05/01/1996 Rates Fringes ANOKA, CARVER, HENNEPIN, SCOTT & SHERBURNE (East of a line _ running northeasterly from the point of Wright County that lies furthest north to that point of Mille Lacs County that is south by west) COUNTIES: PLUMBERS 23.38 7.41+a FOOTNOTE: a. 1 Paid Holiday: Labor Day ----------- m -------------------------------------------------------- PLUM0034B 05/01/1996 Rates Fringes DAKOTA, RAMSEY & WASHINGTON COUNTIES: 24.26 7.07+a FOOTNOTE: a. 1 Paid Holiday: Labor Day ---------------------------------------------------------------- PLUM0308A 06/01/1995 Rates Fringes BENTON, SHERBURNE (West of a line running northeasterly from the northern point of Wright County to the SW tip of Mille Lacs County) & STEARNS COUNTIES: PLUMBERS & STEAMFITTERS: Single & multiple family dwellings up to & including 100-unit apartment houses 3 stories above ground 14.99 6.78 All Other Work 19.76 .6.78 ---------------------------------------------------------------- PLUM0417A 06/01/1995 Rates Fringes A-.iOKA, DAKOTA, HENNEPIN, RAMSEY, SCOTT & WASHINGTON COUNTIES: SPRINKLER FITTERS 22.73 9.11+a FOOTNOTE: a. 6 Paid Holidays: Memorial Day; July 4th; Friday before Labor Day; Labor Day; Columbus Day; & Thanksgiving Day ------------------------------------------------ PLUM0455B 05/01/1996 Rates s ftinges DAKOTA, RAMSEY & WASHINGTON COUNTIES: PIPEFITTERS & STEAMFITTERS 24.70 7.23 -------------------------------------------------------------- - - --- ---------- ----- -- - ----- ------------------------------------------ MN960007 Page: 24 PLUM0539A 05/01/1995 Rates Fringes ANOKA, CARVER, HENNEPIN, SCOTT & SHERBURNE (East of a line running northeasterly from the point of Wright County that lies furthest north to that point of Mille Lacs County that is south by west) PIPEFITTERS & STEAMFITTERS (Commercial Building) 24.08 6.81 ---------------------------------------------------------------- PLUM0539D 10/01/1993 Rates Fringes ANOKA, CARVER, HENNEPIN, SCOTT & SHERBURNE (East of a line running northeasterly from the point of Wright County that lies furthest north to that point.of Mille Lacs County that is south by west) COUNTIES: PIPEFITTERS & STEAMFITTERS (Residential Construction) 10.88 2.39 ---------------------------------------------------------------- PLUM0589A 06/01/1996 Rates Fringes COOK (Except a strip 20 miles inland along the shores of Lake Superior), ITASCA, LAKE (Except a strip 20 miles inland. along the shores of Lake Superior); & ST. LOUIS (North of an East-West line drawn through Cotton) COUNTIES: PIPEFITTERS; PLUMBERS; & STEAMFITTERS: Commercial Work under $60,000.00 & Residential Work 18.62 7.25 All Other Work 23.58 6.09 ----------------------------------------------------------------- PLUM0771A 06/01/1996 Rates Fringes KOOCHICHING COUNTY: PIPEFITTERS; PLUMBERS & STEAMFITTERS: Commercial Building Work Under $65,000-00 & Residential Construction 17.43 4.14+a All Other Work 22.57 7.90+a FOOTNOTE:- a. 2 Paid Holidays: 4th 6f July & Labor Day ------------------------------------ - - - - -- ------- :---------- - - - - -- ROOF0096C 07/01/1996 CARLTON, COOK, LAKE & ST. LOUIS Rates Fringes (Southern third) COUNTIES: --------------------------------------------------------------------------- -MN960007 Page: 25 ROOFERS 20.55 4.65 ------------------------------------------------------ ~~~ ------- ROOF0096E 05/01/1996 Rates Fringes ANOKA, CARVER, DAKOTA, HENNEPIN RAMSEY, SCOTT & WASHINGTON COUNTIES: Is 21.24 6.22+a FOOTNOTE: a. 1 Paid Holiday: Labor Day ---------------------------------------------------------------- ROOF0096M 06/01/1996 Rates Fringes BENTON, SHERBURNE & STEARNS COUNTIES: ROOFERS 18.90 4.05 ---------------------------------------------------------------- ROOF0096N 05/01/1995 Rates Fringes ITASCA, KOOCHICHING & ST. LOUIS (Northern two-thirds) COUNTIES: ROOFERS 15.15 3.70 ---------------------------------------------------------------- SFMN0669A 01/01/1995 Rates Fringes BENTON, CARLTON, CARVER, COOK, ITASCA, KOOCHICHING, LAKE, SHERBURNE, ST. LOUIS & STEARNS COUNTIES: SPRINKLER FITTERS: Commercial Building 19.26 6.28 Residential 15-195 1.69 ---------------------------------------------------------------- SHEE0010B 05/01/1996 Rates Fringes CARLTON, COOK, LAKE & ST. LOUIS (Southern one-third) COUNTIES: SHEET METAL WORKERS: Commercial Building Residential ------------------------------ 22.69 6.51 13.89 2.79 ------------------------------- SHEE0010C 05/01/1996 Rates Fringes ITASCA, KOOCHICHING & ST. LOUIS (Northern two-tlZzds) COUNTIES: SHEET METAL WORKERS: Commercial Building 20-89 . 7.05 Residential 14.21 6.85 ----------------------------------------------------- ~ ---------- ---------------------------------------------------------------------- MN960007 Page: 26 SHEE0010D 07/01/1995 Rates Fringes ANOKA, CARVER, DAKOTA, HENNEPIN, RAMSEY, SCOTT & WASHINGTON COUNTIES: SHEET MB'±AL WORKERS: Commercial Building 22.91 7.51+a Residential 14.72 4.15+a FOOTNOTE: a. 1 Paid Holiday: Labor Day SHEE001ON 07/01/1995 Rates Fringes BENTON, SHERBURNE & STEARNS COUNTIES: SHEET METAL WORKERS: Comm ercial Building. 19.77 6.49 Residential 11.26 6.49 ---------------------------------------------------------------- TEAM0160B 05/01/1996 Rates Fringes TRUCK DRIVERS (Site Preparation, Excavation & Incidental Paving): ANOKA, CARVER, COOK, DAKOTA, HENNEPIN, LAKE, RAMSEY, ST. LOUIS, SCOTT, SHERBURNE & WASHINGTON COUNTIES: GROUP 1 18.55 4.03 GROUP 2 18.00 4.03 GROUP 3 17.90 4.03 GROUP 4 17.65 4.03 BENTON, ITASCA (W. of T.H. #6), KOOCHICHING & STEARNS COUNTIES: GROUP 1 15.07 4.03 GROUP 2 14.56 4.03 GROUP 3-` 14.41 4.03 GROUP 4 14.41 4.03 CARLTON & ITASCA (E. of T.H. #6) COUNTIES: GROUP 1 17.60 4.03 GROUP 2 17.05 4.03 GROUP 3 16.95 4.03 GROUP 4 16.70 4.03 TRUCK DRIVER CLASSIFICATIONS - *Ai %I; GROUP 1 Boom; Mechanic; Off-Road; Tractor mailer_;;'Truck Driver (Operation of Hand & Power Operated Winch) -------------------------------------------------------------------------- MN960007 Page: 27 GROUP 2 - Tri Axles (Including Four Axles) GROUP 3 - Bituminous Distributor; & Tandem Axles GROUP 4 - .Bituminous Distributor Spray Operator (Rear End Oiler); Dumpman; Pilot Car; Self - propelled Packer; Single Axles; Slurry Operator; Tank Truck Tender (Gas, Oil, Road. it & Water); Tractor Operator (Wheel type used for any purpose) THE FOLLOWING CLASSIFICATIONS SHALL COME UNDER THE APPROPRIATE AXLE RATE WAGE GROUP: "A" Frame; Dry Batch Hauler; Dump; Ready -Mix Concrete; Slurry; Tank (Gas, Oil, Road Oil & Water) ---------------------------------------------------------- - - - - -- TEAMO221A 05/01/1991 Rates Fringes LANDSCAPE - SOD, TREES, SHRUBS & BLACK DIRT: Single Axles & Farm Tractors 10.10 2.65 Tandem Axles 10.25 2.65 Truck -Train Combination 10.40 2.65 ---------------------------------------------------------- - - - - -- TEAM0346A 05/01/1993 Rates Fringes ANOKA, CARLTON, CARVER, COOK, DAKOTA, HENNEPIN, ITASCA (East of T.H. #6), LAKE, RAMSEY, ST. LOUIS, SCOTT, SHERBURNE & WASHINGTON COUNTIES: TRUCK DRIVERS (Building & Residential Construction: GROUP 1 - Boom Truck Operator 16.25 2.65 GROUP 2 - Ready -Mix; Tractor - Trailer 15.90 2.65 GROUP 3 - Mechanic; Fork Lift Operator; & Tandem or 3 Axles 15.80 2.65 GROUP 4 - Farm Tractor; Single or 2 Axles; _______________________ & Dumps ___________ 14.95 ____ _____ 2.65 ______ ____ TEAM0563A 05/01/1995 Rates Fringes BENTON & STEARNS COUNTIES: TRUCK DRIVERS (Building & Residential Construction): Total .Construction Projects of Over $950,000 -00 13.20 Total Construction Projects Under $950,000.00 11.x-5 ---------------------------------------- - - - - -- - - - - -- : 6W -------- TEAM1097A 05/01/1994 Rates Fringes ITASCA (W. of T.A. #6) & KOOCHICHING COUNTIES: --------------------------------------------------------------------- MN960007 Page: 28 TRUCK DRIVERS: Building 13.31 Residential 12.60 ---------------------------------------------------------------- WELDORS Jftec I eive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5fa)(1)(v)). ---------------------------------------------------------------- In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for Of su=veys - t Wac7a and Hour --culd be with he Regional Office for the area in which the survey was conducted because those Regional offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, thep. - a*n 11 — interested party (those affected by the action) can - request review and reconsideration from the Wage and Hour Administrator ---------------------------------------------------------------- ---------- MN960007 Page: 29 (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be accompanied by a full statement of'Wd- interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) if the decision of the Administrator is not favoiable an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final END OF GENERAL DECISION .0 *io ----------------------------------------------------------------------- HN960007 Page: 30 SECTION 0000 1. TABLE OF CONTENTS NEW HOPE PUBLIC WORKS EXPANSION/REMODELING FILE NO. 34183 NEW HOPE, MINNESOTA 1996 CONDITIONS OF THE CONTRACT 00001. Table of Contents 00002. Professional Certifications 00030. Advertisement for Bids 00100. Information to Bidders 00300. Proposal 00400. Federal Labor Standards, Equal Employment Opportunity and Prevailing Wage Requirements Federal Forms and Certifications Receipt of Materials Form Contractor /Subcontractor Certification Section 3 Form Equal Employment Opportunity Certification (where contract total is $10,000 or more) Summary of Contractors Responsibilities HUD 4010 Federal Labor Standards Provisions Federal Wage Decision Packet (Prevailing Wage Rates) Equal Employment Opportunity Packet 00800. Supplementary Conditions 00860. List of Drawings 00900. Addenda DIVISION 1 - GENERAL REQUIREMENTS 01010. Summary of Work 01030. Alternates 01200. Project Meetings 01300. Submittals 01400. Quality Control 01500. Temporary Facilities and Controls 01600. Material and Equipment 01700. Contract Closeout 34183 Q 1996 Bonestroo, Rosene, Anderlik & Associates, Inc. 00001 -1 TABLE OF CONTENTS (CONT'D) DIVISION 2 - SITE WORK 02050. Site Demolition and Removals 02070. Selective Demolition 02200. Earthwork 02231. Crushed Aggregate Base Course 02270. Erosion and Sediment Control 02510. Plant Mixed Bituminous Paving 02520. Concrete Curb and Gutter and Pavements 02580. Pavement Markings 02930. Turf Establishment 02950. Landscaping DIVISION 3 - CONCRETE 03100. Concrete Formwork 03200. Concrete Reinforcement 03300. Cast -In -Place Concrete 03480. Precast Concrete Specialties DIVISION 4 - MASONRY 04200. Unit Masonry DIVISION 5 - METALS 05210. Steel Joists 05310. Steel Decking 05400. Cold - Formed Metal Framing 05500. Metal Fabrications DIVISION 6 - WOOD AND PLASTICS 06100. Rough Carpentry 06200. Finish Carpentry 06240. Laminated Plastic 06401. Plastic Laminate Cabinets DIVISION 7 - TBERMAL AND MOISTURE PROTECTION 07200. Insulation 07270. Firestopping 07410. Preformed Metal Roof and Wall Panels 07510. Built -Up Bituminous Roofing 07620. Sheet Metal Flashing and Trim 07920. Joint Sealant 34183 m 1996 Bonestroo, Rosene, AnderHk & Associates, Inc. 00001-2 TABLE OF CONTENTS (CONT'D) DIVISION 8 - DOORS AND WINDOWS 08100. Steel Doors and Frames 08200. Wood Doors 08400. Entrances and Store Fronts 08500. Aluminum Windows 08700. Finished Hardware 08720. Automatic Doors 08810. Glazing DIVISION 9 - FINISHES 09250. Gypsum Drywall 09300. Ceramic Tile 09510. Acoustical Treatment 09650. Resilient Flooring 09680. Carpeting 09725. Seamless Quartz Flooring 09900. Painting 09950. Vinyl Wall Covering 09980. Fiberglass Reinforced Panels DIVISION 10 - SPECIALTIES 10165. Plastic Laminate Toilet Compartments 10200. Louvers and Vents 10400. Signs 10520. Fire Protection Specialties 10620. Folding Partitions Alternate 10800. Toilet Accessories DIVISION 11 - EQUIPMENT DIVISION 12 - FURNISHINGS 12690. Floor Mats DIVISION 13 - SPECIAL CONSTRUCTION DIVISION 14 - CONVE SYSTEMS DIVISION 15 - MECHANICAL 15010. General Provisions - Mechanical 15050. Basic Materials and Methods - Mechanical 15170. Electrical Motors and Wiring 15190. Painting and Identification 34183 ©1996 Bonestroo, Rosene, AnderUk & Associates, Inc. 00001-3 15250. Mechanical Insulation 15300. Fire Protection 15400. Plumbing 15440. Plumbing Fixtures 15450. Plumbing Equipment 15480. Gas Piping Systems 15575. Gas Venting System 15860. Unitary Rooftop HVAC Units 15870. Power Ventilators 15880. Air Distribution 15930. Air Terminal Units 15993. Testing, Adjusting and Balancing DIVISION 16 - ELECTRICAL 16010. General Provisions - Electrical 16050. Basic Electrical Materials and Methods - Electrical 16400. Service and Distribution 16480. Motors and Controls 16500. Lighting 16620. Generator and Transfer Switch 16700. Communications 16721. Fire Alarm System 16723. Security System 16850. Heating Equipment Geotechnical Data Conditions of the Contract End of Section 34183 © 1996 Sonestroo, Rosene, Anderlik & Associates, Inc. 00001-4 SECTION 00002. PROFESSIONAL CERTIFICATIONS I hereby certify that this plan and specification was prepared by me or under my direct supervision and that I am a duly Registered Architect under the laws of the State of Minnesota. Robert C J Russek, A.I.A. Date: August 26, 1996 Reg. No. 17388 I hereby certify that this plan and specification was prepared by me or under my direct supervision and that I am a duly Registered Stru tural Engineer under the laws of the State of- Minn� 07,29 ' - Aam Reg. No. 17383 I hereby certify that this plan and specification was prepared by me or under my direct supervision and that I am a duly Registered Civil Engineer under the laws of the , =f Minnesota. G D. - stofitz, P.E. Date: Auszust 26, 1996 Reg. No. 22090 I hereby certify that this plan and specification was prepared by me or under my direct supervision and that I am a duly Registered Mechanical Engineer under the laws ofAW&ate of Minnesota. Date: August 26, 1996 Reg. No. 11274 34183 U 1996 Bonestroo, Rosene, Anderlik & Associates Inc. I hereby certify that this plan and specification was prepared by me or under my direct supervision and that I am a duly Registered Electrical Engineer under the laws of the S to of Minnesota. Andy Erdmann, P.E. Date: August 26, 1996 Reg. No. 11631 End of Section 34183 © 1996 Bonestroo, Rosene, Anderlik & Associates Inc. ADVERTISEMENT FOR BIDS Sealed bids will be received by the City of New Hope, Minnesota at the City Hall, at 4401 Xylon Avenue, until 2:00 P.M., C.D.S.T., on Tuesday, October 22,1996, at which time they will be publicly opened and read aloud for the furnishing of all labor and materials and all else necessary for the following: New Hope Public Works Expansion/Remodeling - Project No. 542 This project is a one story 4,000 square foot expansion and 3,000 square foot remodeling to the existing Public Works Facility, consisting of office and support spaces. The building is constructed of masonry bearing walls, bar joist roof structure with built up roofing. Mechanical, electrical and minor Civil/Sitework is included. Plans and specifications, proposal forms and contract documents may be seen at the office of the City Clerk, New Hope, Minnesota, at the office of Bonestroo, Rosene, Anderlik & Associates, Inc., Consulting Engineers and Architects, 2335 W. Trunk Highway 36, St. Paul, MN 55113, (612) 636 -4600, at the offices of E & V Consultants and Construction Managers, 5801 Duluth Street, Suite 345, Minneapolis, MN 55427, and the following exchanges: Construction Market Data, 9443 Science Center Drive, New Hope, MN 55428; F.W. Dodge, 7600 Parklawn, Suite 352, Minneapolis, MN 55435; Minneapolis Builders Exchange, 1123 Glenwood Avenue, Minneapolis, MN 55405; and St. Paul Builders Exchance, 445 Farrington Street, St. Paul, MN 55103. Each bid shall be accompanied by a bidder's bond naming the City of New Hope as obligee, certified check payable to the Clerk of the City of New Hope or a cash deposit equal to at least five percent (5 %) of the amount of the bid, which shall be forfeited to the City in the event that the bidder fails to enter into a contract. The City Council reserves the right to retain the deposits of the three lowest bidders for a period not to exceed 45 days after the date and time set for the opening of bids. No bids may be withdrawn for a period of forty-five (45) days after the date and time set for the opening of bids. Payment for the work will be by cash or check. Contractors desiring a copy of the plans and specifications and proposal forms may obtain them from the office of E & V Consultants and Construction Managers, upon payment of a non - refundable fee of $20.00. See "Information to Bidders" for plan/specification fee policy. The City Council reserves the right to reject any and all bids, to waive irregularities and informalities therein and further reserves the right to award the contract to the best interests of the City. NOTICE OF APPLICABILITY OF FEDERAL LABOR STANDARDS PREVAILING WAGE AND EQUAL EMPLOYMENT OPPORTUNITY REQUIREMENTS This is a federally assisted construction project. Therefore, all construction participants must comply with the provisions of Federal Labor Standards and the applicable Federal Wage Decision. Specific forms, certifications and reports are required to be submitted under these provisions. Failure to meet these requirements may result in penalties, including withholding of payment. PRE -BID CONFERENCE: Pre -Bid Conference will be held at New Hope Public Works Building, 5500 International Parkway, New Hope, MN 55428 on Wednesday, October 9th, 1996 at 10:30 A.M. Please notify Owners Representative of your attendance. Daniel Donahue, City Manager City of New Hope, Minnesota 34183 1 •• • • 1. BID PROPOSAL: Each planholder has been furnished a specification, plan set and two extra proposals. Bids shall be submitted on the separate Proposal Form designated "BID COPY" and not in the specification book The Proposal containing the bid shall be submitted in a sealed envelope. 1) As of October 1st, 1996 BRA plans and specifications shall only be available on a non- refundable, per plan basis, with all contractors and vendors being charged the same. 2) The cost of the plan packages shall be based on the estimated construction cost of the project. For projects with construction cost estimates of: $0 to 600,000 the plan cost will be $20 $600,000 to $1,200,000 the plan cost will be $30 $1,200,000 and up the plan cost will be $40 NOTE: For special projects (i.e., wastewater plants, buildings, etc.), the rate will be set for each individual project. 2. FEE: Plans and specifications may be obtained for the non - refundable fee stipulated in the Advertisement for Bids. Planholders may obtain more than one set of plans and specifications for the stipulated amount, however, no refunds will be given for any sets. 3. INDIVIDUAL DRAWINGS AND SPECIFICATION SHEETS: Individual drawings and specifications sheets may be purchased at the rate of Five Dollars ($5.00) per sheet of drawings and Twenty -five cents ($0.25) per sheet of specifications for which no refund will be made. Revised Info.bidders © 1996 Bonestroo, Rosene, Anderlik & Associates, Inc. PROPOSAL PUBLIC WORKS REMODELING FILE NO. 34183 NEW HOPE, MINNESOTA 1996 Honorable City Council City of New Hope 4401 Xylon Av N New Hope, MN 55428 -4898 Dear Council Members: Opening Time: 2:00 p.m., C.S.T. Opening Date: Tuesday, October 22, 1996 The undersigned, being familiar with your local conditions, having made the field inspections and investigations deemed necessary, having studied the plans and specifications for the work including Addenda Nos. 1, 2 and being familiar with all factors and other conditions affecting the work and cost thereof, hereby proposes to furnish all labor, tools, materials, skills, equipment and all else necessary to completely construct the project in accordance with the plans and specifications on file with you and Bonestroo, Rosene, Anderlik & Associates, Inc., 2335 West Highway 36, St. Paul, MN 55113, as follows: No. Item Unit Qty. Unit Price 1 Base Bid: Remodeling of Public Works Lump Sum 2 Alternate No. 1: Folding Partition in the Large Conference Room Lump Sum 3 Alternate No. 2: Delete Day Room Lump Sum 4 Alternate No. 3: Remodel Existing Bathroo Lump Sum 5 Alternate No. 4: Construct Project in the Winter of 1996 Lump Sum 6 Alternate No. 5: Remove Exterior Paint and Repaint Lump Sum 34183 \CONTRACT.WB2 Total Price $687,959.00 $8,200.00 ($16,000.00) $16,000.00 $45,000.00 $14,000.00 The final amount of the contract shall be determined by multiplying the final measured quantities of the various items actually constructed and installed by the unit prices therefore, in the manner prescribed in the specifications. However, the low bidder shall be determined by adding the sums resulting from multiplying the quantities stated by the unit prices bid therefore. Accompanying this bid is a bidder's bond certified check, or cash deposit in the amount of five percent (5 %) of amount bid , which is at least five percent (5 %) of the amount of my /our bid made payable to the Owner, and the same is subject to forfeiture in the event of default on the part of the undersigned or failure on the part of the undersigned to execute the prescribed contract and bond within fifteen (15) days after its submittal to me /us. In submitting this bid, it is understood that the Owner retains the right to reject any and all bids and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this bid, it is understood that payment will be by cash or check. It is understood that bids may not be withdrawn for a period of 45 days after the date and time set for the opening of bids. It is understood that the Owner reserves the right to retain the certified check or bond of the three lowest bidders as determined by the Owner for a period not to exceed 45 days after the date set for the opening of bids. Respectfully submitted, (A Corporation) Mikkelson -Wulff Construction, Inc. (An Individual) Name (A Partnership) Signer Title Printed Name of Signer 34183 \CONTRACT.WB2 a II z I I VA ! This is a federally assisted construction project. Therefore, all construction participants must comply with the provisions of Federal Labor Standards and the applicable Federal Wage Decision. Specific forms, certifications and reports are required to be submitted under these provisions. Failure to meet these requirements may result in penalties, including withholding of payment. Further, where any contract involved in the project is equal to or greater than $10,000, the affected contractor(s) or subcontractor(s) must comply with Equal Employment Opportunity obligations as directed in the bid document. LSNOTICE. WP DATE: TO: CDBG Program Administration, Hennepin County OPD FROM: Bidding Contractor I, , representing, (Officer /Owner of Company) hereby certify that I have (Name of Company) received the Federal Labor Standards package and Wage Determination No. MN96 -7 with 7 Modifications dated September 6, 1996 and the Equal Employment Opportunity Compliance package as applicable to construction work for: Labor Relations Project No. 96MN405A00011, Proposed CDBG Funded Public Works (project name, year and number) Facility Remodeling and Addition 5500 International Parkway New Hope Hennepin County am Signature Date LSRCTMTR page I. of Z Tre form is to be c=pleted by each pr :LMS cont=act-Cr, subcontactor, lower tier subcontractor and supplier and should be returned to t:ta pri a c:atractzr of this project. The prime cantracm_zr is responsible for submission of the form to the agency's Comaliaaca Representative. dN=' CZANGas LY T= nZORM I":ON B=LOW MUST BE SBBP£IT"_"w TO T_ vv A== CCkMzMC°. Er QESE21T8'"24E . Project Name Project � Project Location General Contractor Name of Business Phone # Business address numoer street c -ty c::=ty state 2_'= :_decal Tax ldent4 icatica 4 State Tax 2deatific3ticn # Your contract is with :e aacunt of $ cr Coat.: ac a away a date? ~ (oat ::e or scope of worts to to pe_°c^ec1maearza.L) 3stimated c— lstica date? Ss t:ce e: ntract fcr supp ? ies c: ? y? any of the work be subec=aetad our? 21 so, to whew? .cu: bus teas is: ( j Sale P_c :r tetr=ad= ( j Pax - _=era::? p (genera _ or I meted - 2) (c!:eck one) t I C orporation (S _ or C ?) [ I Otter ?.ease attacr ccpies of tie fcllowi:g as may be appL'cable: Ccatractor's License Articles of :..ccz=cratica wr_d_a, Pa.°.: erscip Agreement *..:.abi.li;:.f Insurance or Contract_:r Bead zxeccted projecm ccatract /subccnd: act agreement =e name, title and add--ass of tie cwuer(s) ® , Partners _, or of_icers � cf the company are: Np%SV- 'T^z ADORMSS Total number of workers estimated to work on this contract Estimated total number c, employee •.cork heurs . Esti=ated date employees wi cegi= work on site .as the State of x 4 nn escta, Deeax=eut cf Jobs & T_aining, Tax Accounting, been presented :r? ..h izfermatian to allow statics detez=izat cn of whet: e: any of your warners arm, or, :ale been, employees or subcont:acar37 NO YEs (Ie so, please attac-h tie det = atica letter (a)I Pace 2 of 2 Our f_= has been notified that a precomst_- ueticn conference was held on and the pro Official: TES NO 1. Did attend said conference 2. Has read and understands the Minutes of the ?reconstruction Conference on Labor Standards policies and procedures 3. Has received his/her const_- ucr.on Payroll Package for the above referenced project 4. was provided Federal Labor Standards Provisions MM- and a copy of wage Determinaticm # issued Sy zae u.s. Deca -went of Labor. Persons) authorized to sign caxttilied Payroll Reports S) 2) 3 ) 4) we identify below the work class °_fications ®1) ,2)_,3)_ and aoplicable base wage rate payment a$ ® for our employees perfo=ing wosRcc on the project site. rte fringe benefit payment w�?r be: (a) paid direc -?y to each employee in the amount of [S ], (B) paid to a ncaunica c=pany benefit plan (attach copy) in the a=c=t of [S j; or, (C) as indicated below: Base Rate of Pan 3olidav vacation - 1) $ [ (c) + $ + S + E & we!. A:°aren Pension Dental National -rand P rcxction other ^_'otal wage S +S +S +S + $ + S +S S Base Rate cf Pav 3c idav vacation 2) S [(c) + S + $ + 3 t We!. Accrem Pension Dental Nat--coral rand P== --ticn Other Tctal wage $ +S +S +$ + S + $ +$— _$ I Base Rate of Pav BeUdav vacation 3) $ [(c) + $ + $ w g s we!. A:- Pens on Dental Nat?anal P*srd P.==ct-cn other Total l wage $ +S +s— +$�..® + S + $ +$. _$ I Principal officer (Please Print) PZ ccntragar Principal officer signature Date Housing and Urban Development regulations implementing Section 3 of the Housing and Urban Development Act of 1968 requires that, to the greatest extent feasible, opportunities for training and employment be given to lower income residents of the project area and contracts for work in connection with the project be awarded to business concerns which are located in or owned in substantial part by persons residing in the area of the project. As evidence of Compliance, the undersigned certifies that he /she will: (1) Take affirmative steps to hire and train lower income residents of the project area, and (2) Solicit the participation of businesses located in or owned substantially by persons residing in the area of the project, (3) Maintain records and documentation on activities carried out for (1) and (2) above for periodic review by HUD officials to determine compliance. Signed Date Title Contractor /Company Project Name Project Location Project Area Hennepin County LSSECTN3.FRM Exhibit "S" EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE CERTIFICATE As used in this certificate the term "subcontract" includes the term "purchase order" and all other agreements affectuating purchase of supplies or services. If this certificate is submitted as part of a bid or proposal the term "Seller" shall deemed to refer to the Bidder or Offeror, or Subcontractor or Supplier. This certi- ficate shall be renewed annually. Notwithstanding the foregoing, the cer made herein shal remain applicable until completion of all nonexempt contracts/ subcontracts awarded while this certificate is in effect. The undersigned Seller certifies the following to hereinafter referred to as Buyer: A. REPORTS: Within thirty (30) days after Buyer's award to Seller of any contract/ subcontract and prior to each March 31 thereafter during the performance of work under said subcontract, the Seller shall file Standard Form 100, entitled "Equal Employment Opportunity Employer. Information Report EEO -1" in accordance with instructions contained therein, unless Seller has either filed such report within 12 months preceding the date of award or is. not otherwise required by law or regula- tion to file such a report. B. PRIOR REPORTS: Seller, if it has participated in a previous contract or sub- contract subject to the Equal Opportunity Clause (41 C.F.R. Sec. 60 -1.4 (a)(1) through (7), or the clause originally contained in section 301 of Executive Order No. 10925, or the clause contained in section 201 of the Executive Order No. 11114, has filed all required compliance reports. Seller shall obtain similar representations indicating submission of all required compliance reports, signed by proposed subcontractors, prior to awarding subcontracts not exempt from the Equal Opportunity Clause. C: CERTIFICATION OF NONSEGREGATED FACILITIES: Seller certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform their services at any location, under its control, where segre facilities are maintained. Contractor certifies further that it wi11 not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit its employees to perform their services at any location, under its control where segregated facilities are ma Seller aar?ac than a br9ac` f�- cac + on'is a viu'acion of the Equai Opportunity Clause in this certificate. As used in this certification, the term "segregated facilities" means any waiting rooms, work area, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, or national origin, because of habit, local custom or otherwise. Contractor further agrees that (except where it . has obtained identificaI-certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause; that it will retain such certifications in its files; and that it will forward the following notice to such proposed subcontractors (except where the proposed subcontractors have submitted identical certiftions for specific time periods): ,-'NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR CERTIFICATIONS OF NONSEGREGATED FACILITIES. A Certification of Nonsegregated facilities, as required by Section 60 -1.8 of Title 41 of the Code of Federal Regulations, must be submitted prior to the award of a subcontract exceeding $10,000 which is not exempt from._the provisions of the Equal Opportuntiy Clause. (Note: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001). 0. AFFIRMATIVE ACTION COMPLIANCE PROGRAM: Prior to 120 days after receipt of any subcontract in the amount of $50,000 or more from Buyer, Seller, if it has 50 or more non - construction employees and is not otherwise exempt under 41 C.F.R. Part 60 -1, shall have developed for each of his establishments a written affirma- tive action compliance program as called for in 41 C.F.R. Sec. 60 -1.40. Seller will also require its lower -tier subcontractors who have 50 or more employees and . receive a subcontract of $50,000 or more and who are not otherwise exempt under 41 C.F.R. Part 60 -1 to establish written affirmative action compliance programs in accordance with 41 C.F.R. Sec. 60 -1.40. E. Seller certifies that it is not currently in receipt of any outstanding letters of deficiencies, show cause, probably cause, or other such notification of noncompliance with EEO regulations. Executed this day of 19 by: Firm Name By Title Seller SUMMARY OF CONTRACTOR RESPONSIBILITIES DATE: September 19, 1996 TO: Paul Gannon, Architect onestroo, Rosene, Anderlik & Associates FROM: god Waara, Office of Planning and Development SUBJECT: PREPARATION OF BID SPECIFICATIONS/LABOR STANDARDS AND EQUAL EMPLOYMENT OPPORTUNITY REQUIREMENTS All federally assisted construction projects of $2,000 or more, including the rehabilitation of non - residential structures and residential structures with eight or more units, must prepare project bid specifications. The bid spec's must include the attached information packet for Labor Standards and Equal Employment Opportunity and the applicable Prevailing Wage Determination (attached). This information must be included in its entirety, in the order received, in the bid spec's. ! W 01 E DKE0 W. I D1 . V 5 5 KIWI W 13A DWal i' 4 1902 DAV&S 'o !• I NS. 1 ill MINIM 101MH i Below is language recommended for use in the Instructions to Bidders section of the bid spec's. In addition, these responsibilities should be clearly identified in a Table of Contents located at the front of the bid specification, AND the required certifications should be submitted with the contractor's bid/proposal (see attached format). ! 1 ! ! ! Fair Labor Standards (HUD 4010) The contractor and all subcontractors shall comply with all provisions of the Federal Fair Labor Standards Provisions which are included in these project specifications. Payment of Prevailing Wages The contractors and all subcontractors are responsible for the payment of wages in accordance with the Federal Wage Decision included in these project specifications. Section 3 Compliance Certification Form To the greatest extent feasible, opportunities for training and employment will be given to lower- income residents and contracts for work be awarded to business concerns located in or owned by persons residing in the project area. Summary of Contractors Responsibilities Page 2 Equal EmploMent Opportunity The contractor, subcontractor and material supplier with contracts of $10,000 or more must comply with provisions of the Equal Employment Opportunity Provisions included in these project specifications. Preconstruction Conference A preconstruction conference will be held prior to the start of construction. Payroll Reporting Weekly payroll reports (WH -347) must be submitted to Hennepin County or its designee within seven days of the end of the payroll period. LSCNTSUM.MRY s Bob Isaacson, Staff Planner Urban Hennepin County A2353 Government Center Minneapolis, MN 55487 Dear Mr. Isaacson: U.S. Department of Housing and Urban Development Minneapolis -St. Paul Office, Region V 220 Second Street, South Minneapolis, Minnesota 55401 -2195 SUBJECT: Repeal of Daily Overtime Compensation Requirements Applicable to Employees Performing on Federal and Federally Assisted Contracts The Department of Defense Authorization Act of 1986, enacted on November 8, 1985, contains a provision amending the Contract Work Hours and Safety Standards Act (CWHSSA) and the Walsh - Healey Public Contracts Act (PCA). This new provision eliminates the requirement that contractors pay employees performing on Federal or Federally assisted construction contracts time and one -half the basic rates of pay for hours worked in excess of 8 hours per day on or after January 1, 1986. Overtime co will continue to be required under these statutes for hours in excess of 40 hours per week. The Department of Labor (DOL) has issued guidance to all Federal agencies advising that it would take no action to enforce daily overtime requirements with respect to hours worked on any Federal contracts after January 1, 1986. DCL notes that certain contractors may continue to have obligations to pay daily overtime compensation pursuant to State or local laws, collective bargaining agreements or employment contracts after January 1, 1986. However, DOL adds that whether contractual provisions agreed to prior to January 1, 1986, requiring overtime compensation after 8 hours of work can be enforced after Ja6mry 1, 1986, is a question of contract law between the parties independent of the Department of Labor's authority under CWHSSA and PCA. Accordingly, HUD will not enforce CWHSSA daily overtime provisions which were executed prior to Janaury 1, 1986, for contract work performed after that date. However, any daily overtime violations will be enforced on contracts executed before January 1, 1986, which took place PRICR to January 1, 1986. If you have any questions, concerning this matter, please contact our Labor Relations Director, Richard Nark, at (612) 349 -3015. Sincerely, Thomas T. Feeney Area Manager RECEIVED F E B 1 9 1986 U.S. Department of Housing and Urban Development Lpplicability 'he Project or Program to which the construction work covered by this ontract pertains is being assisted by the United States of America and the )flowing Federal Labor Standards Provisions are included in this Contract iursuant to the provisions applicable to such Federal assistance. A. 1. (1) Minimum Wages. All laborers and mechanics employed or work - ig upon the site of the work (or under the United States Housing Act of 937 or under the Housing Act of 1949 in the construction or development if the project), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except uch payroll deductions as are permitted by regulations issued by the secretary of Labor under the Copeland Act (29 CFR Part 3), the full amount 4 wages and bona fide fringe benefits (or cash equivalents thereof) due at me of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and iade a part hereof, regardless of any contractural relationship which may , e alleged to exist between the contractor and such laborers and iechanics. Contributions made or costs reasonably anticipated for bona de fringe benefits under Section 1(b)(2) of the Davis -Bacon Acton behalf -f laborers or mechanics are considered wages paid to such laborers or iechanics, subject to the provisions of 29 CFR also, regular ontributions made or costs incurred for more than a weekly period (but of less often than quarterly) under plans, funds, or programs, which cover ie particular weekly period, are deemed to be constructively made or inurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate ,nd fringe benefits on the wage determination for the classification of work ctually performed, without regard to skill, except as provided in 29 CFR 'art 5.5(x)(4). Laborers or mechanics performing work in more than one lassification may be compensated at the rate specified for each classifica- on for the time actually worked therein: Provided, That the employer's pay - oll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional ;lassification and wage rates conformed under 29 CFR Part 5.5(a)(1)(ii) and ie Davis -Bacon poster (WH -1321) shall be posted at all times by the con - , actor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (ii) (a) Any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the.contract shall ie classified in conformance with the wage determination. HUD shall ipprove an additional classification and wage rate and fringe benefits herefore only when the following criteria have been met (1) The work to be performed by the classification requested is not ierformed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction ndustry;and (3) The proposed wage rate, including any bona fide fringe bene- its, bears a reasonable relationship to the wage rates contained in the wage determination. (b) If the contractor and the laborers and mechanics to be employed n the classification (if known), or their representatives, and HUD or its lesignee agree on the classification and wage rate (including the amount lesignated for fringe benefits where appropriate), a report of the action aken shall be sent by HUD or its designee to the Administrator of the Wage ind Hour Division, Employment Standards Administration, U.S. Department )f Labor, Washington, D.C. 20210. The Administrator, or an authorized epresentative, will approve, modify, or disapprove every additional classifi- :ation action within 30 days of receipt and so advise HUD or its designee >r will notify HUD or its designee within the 30 -day period that additional :ime is necessary. (Approved by the Office of Management and Budget ender OMB control number 1215- 0140.) (c) in the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and HUD or its designee do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), Previous Edition is Obsolete HUD or its designee shall refer the questions, including the views of all interested parties and the recommendation of HUD or its designee, to the Administrator for determination. The Administrator, or an authorized repre- sentative, will issue a determination within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30 -day period that additional time is necessary. (Approved by the Office of Man- agement and Budget under OMB Control Number 1215- 0140.) (d) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(b) or (c) of this paragraph, shall be paid to all workers performing work in the classification under this con- tract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (w) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer c r mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met The Secretary of tabor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under OMB Control Number 1215- 0140.) 2. Withholding. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally- assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract In the event of failure to pay any laborer or mechanic, including any apprentice, trainee or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract, HUD or its desig- nee may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. HUD or its designee may, after written notice to the contractor, dis- burse such amounts withheld for and on account of the contractor or sub- contractor to the respective employees to whom they are due. The Comp- troller General shall make such disbursements in the case of direct Davis -Bacon Act contracts. 3. (1) Payrolls and basic records. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her cor- rect classification, hourly rates of wages paid (including rates of contribu- tions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in Section 1(b)(2)(B) of the Davis- b.7con Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5 (a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or pro- gram described in Section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such HUD -4010 (2 -84) (HB 1344.1) benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs antick pated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certifi- cation of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers 1215 -0140 and 1215- 0017.) (ii) (a) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to HUD or its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to HUD or its designee. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR Part 5.5(a)(3)(i). This information may be submitted in any form desired. Optional Form WH -347 is available for this purpose and may be purchased from the Superintendent of Docu- ments (Federal Stock Number 029 - 005 - 00014 -1), U.S. Government Printing Office, Washington, DC. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB Control Number 1215- 0149.) (b) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be maintained under 29 CFR Part 5.5 (a)(3)(i) and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indi- rectly from the full wages earned, other than permissable deductions as set forth in 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the clas- sication of work performed, as specified in the applicable wage determina- tion incorporated into the contract (c) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph A.3.(R)(b) of this section. (d) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph A.3.(i) of this section available for inspection, copying, or transcription by authorized representatives of HUD or its designee or the Department of tabor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcon- tractor fails to submit the required records or to make them available, HUD or its designee may, after written notice to the contractor, sponsor, appli- cant or owner, take such action as may be necessary to cause the sus- pension of any further payment, advance, or guarantee of funds. Further- more, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR Part 5.12. 4. (i) Apprentices and Trainees. Apprentices. Apprentices will be per- mitted to work at less than the predetermined rate for the work they per- formed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determi- nation for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the jour- neyman's hourly rate) specified in the contractor's or subcontractor's regis- tered program shall be observed. Every apprenctice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. It the event the Bureau of Apprenticeship and Training, or a State Appren- ticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (0) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work per- formed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certifi- cation by the U.S. Department of labor, Employment and Training Admini- stration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate; specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee pro- gram does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid no less than the applicable wage rate on the wage determination for the work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed, In the event the Employment and Training Admin- istration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predeter- mined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR Part 3 which are incorporated by reference in this contract 6. Subcontracts. The contractor or subcontractor will insert in any sub- contracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as HUD or its designee may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcon- tractor with all the contract clauses in 29 CFR Part 5.5. HUD -4010 (2 -84) 7. Contracte termination; debarment. A breach of the contract clauses in 9 CFR 5.5 may be grounds for termination of the contract, and for debar - ient as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis -Bacon and Related Act Requirements. All rul- igs and interpretations of the Davis -Bacon and Related Acts contained in ,9 CFR Parts 1, 3, and 5 are herein incorporated by reference in this ; ontract 9. Disputes concerning labor standards. Disputes arising out of the labor tandards provisions of this contract shall not be subject to the general lisputes clause of this contract Such disputes shall be resolved in accor- lance with the procedures of the Department of labor set forth in 29 CFR 'arts 5, 6, and 7. Disputes within the meaning of this clause include dis- iutes between the contractor (or any of its subcontractors) and HUD or its lesignee, the U.S. Department of Labor, or the employees or their epresentatives. 10. (i) Certification of Eligibility. By entering into this contract, the con - ractor certifies that neither it (nor he or she) nor any person or firm who sas an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis - 3acon Act or 29 CFR 5.12(x)(1) or to be awarded HUD contracts or partici- aate in HUD programs pursuant to 24 CFR Part 24. (ii) No part of this contract shall be subcontracted to any person or firm neligible for award of a Government contract by virtue of Section 3(a) of he Davis -Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts >r participate in HUD programs pursuant to 24 CFR Part 24. (M) The penalty for making false statements is prescribed in the U.S. ;riminal Code, 18 U.S.C. 1001. Additionally, U.S. Crimnal Code, Section 1010, Title 18, U.S.C., "Federal Housing Administration transactions ", pro- vides in part "Whoever, for the purpose of...influencing in any way the action of such Administration... makes, utters or publishes any statement, mowing the same to be false... shall be fined not more than $5,000 or mprisoned not more than two years, or both." 11. Complaints, Proceedings, or Testimony by Employees. No laborer or nechanic to whom the wage, salary, or other labor standards provisions of ;his Contract are applicable shall be discharged or in any other manner liscriminated against by the Contractor or any subcontractor because such amployee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding finder or relating to the labor standards applicable under this Contract to nis employer. B Contract Work Hours and Safety Standards Act As used in this para- graph, the terms "laborers" and "mechanics" include watchmen and guards. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employ- ment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of eight hours in any calendar day or in excess of forty hours in such workweek unless such laborer or mechanic receives com- pensation at a rate not less than one and one -half times the basic rate of pay for all hours worked in excess of eight hours in any calendar day or in excess of forty hours in such workweek, whichever is greater. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in subparagraph (1) of this paragraph, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcon- tractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be com- puted with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in sub- paragraph (1) of this paragraph, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of eight hours or in excess of the standard workweek of forty hours without pay- ment of the overtime wages required by the clause set forth in subpara- graph (1) of this paragraph. (3) Withholding for unpaid wages and liquidated damages. HUD or its designee shall upon its own action or upon written request of an autho- rized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contract, or any other Federally- assisted con- tract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in subparagraph (2) of this paragraph. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraph (1) through (4) of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontrac- tor with the clauses set forth in subparagraphs (1) through (4) of this paragraph. C. Health and Safety (1) No laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or danger- ous to his health and safety as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation. (2) The Contractor shall comply with all regulations issued by the Secretary of Labor pursuant to Title 29 Part 1926 (formerly part 1518) and failure to comply may result in imposition of sanctions pursuant to the Con- tract Work Hours and Safety Standards Act (Public Law 91 -54, 83 Stat 96). (3) The Contractor shall include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor. The Contractor shall take such action with respect to any subcontract as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions. HUD -4010 (2 -84) General Decision Number MN960007 Superseded General Decision No. MN950007 State: Minnesota Construction Type: BUILDING RESIDENTIAL County(ies): ANOKA HENNEPIN SHERBURNE BENTON ITASCA ST LOUIS CARLTON KOOCHICHING STEARNS CARVER LAKE WASHINGTON COOK RAMSEY DAKOTA SCOTT BUILDING CONSTRUCTION PROJECTS (Does not include Treatment Plants) RESIDENTIAL CONSTRUCTION PROJECTS (Consisting of single family homes and apartments up to and including 4 stories) Modification Number Publication Date 0 03/15/1996 1 05/03/1996 2 06/07/1996 3 06/21/1996 4 07/05/1996 5 07/26/1996 6 08/09/1996 7 09/06/1996 ----------------------------------------------------------------------- - - - - -- MN960007 Page: 1 COUNTY(ies): ANOKA BENTON CARLTON CARVER COOK DAKOTA HENNEPIN ITASCA KOOCHICHING LAKE RAMSEY SCOTT SHERBURNE ST LOUIS STEARNS WASHINGTON ASBE0034A 06/01/1996 Rates Fringes ANOKA, BENTON, CARVER, DAKOTA, HENNEPIN, RAMSEY, SCOTT, SHERBURNE, STEARNS & WASHINGTON COUNTIES: INSULATOR/ASBESTOS WORKERS (Includes application of all insulating materials, protective coverings, coatings & finishings to all types of mechanical systems) 24.13 8.18 * ASBE0049B 06/01/1996 Rates Fringes CARLTON, COOK, ITASCA, KOOCHICHING, LAKE & ST. LOUIS COUNTIES: ASBESTOS WORKERS/INSULATORS (Includes application of all insulating materials, protective coverings, coatings & finishings to all types of mechanical systems) 20.11 9.25 ---------------------------------------------------------------- ASBE0205B 06/01/1994 Rates Fringes ANOKA, BENTON, CARLTON, CARVER, COOK, DAKOTA, HENNEPIN, ITASCA, KOOCHICHING, LAKE, RAMSEY, SCOTT, SHERBURNE, ST. LOUIS, STEARNS & WASHINGTON COUNTIES: HAZARDOUS MATERIAL HANDLERS (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging & disposing of all insulation materials, whether they contain asbestos or not, from mechanical systems) 14.55 3.45 ---------------------------------------------------------------- BOIL0647B 01/01/1996 Rates Fringes BOILERMAKERS 21.15 7.86 ---------------------------------------------------------------- BRMN0001A 05/01/1996 Rates Fringes ANOKA, CARVER, DAKOTA, HENNEPIN, RAMSEY, SCOTT, SHERBURNE (City ------------------------------------------ ----------------------------- MN960007 Page: 2 of Elk River) & WASHINGTON COUNTIES: BRICKLAYERS & STONEMASONS 22.94 5.51 --------------------------------------- - - - - -- ALL COUNTIES, EXCEPT the city of Rates Fringes Duluth in ST. LOUIS COUNTY: MARBLE SETTERS 21.99 5.95 --------------------------------------- - - - - -- - -- BRMN0001J 09/01/1994 Rates Fringes BENTON, SHERBURNE (Excluding city of Elk River) & STEARNS COUNTIES: BRICKLAYERS; BLOCKLAYERS & STONEMASONS 18.27 4.19 ---------------------------------- ®------- - - - - -- BRMN0001M 09/01/1994 BENTON & STEARNS COUNTIES: Rates Fringes CEMENT MASONS & PLASTERERS 17.53 417 ------------------------------------------ - - - - -- BRMN0001Q 05/01/1996 Rates Fringes ALL COUNTIES, EXCEPT CARLTON, COOK, LAKE & ST. LOUIS (City of Duluth and south of Township Line 55): TILE SETTERS 21.65 5.84 ----------------------------------------- - - - - -- BRMN0001U 05/01/1996 MARBLE SETTERS' FINISHERS & TILE Rates Fringes SETTERS' FINISHERS 18.55 499 BRMN0003B 05/01/1996 Rates Fringes CARLTON, COOK, LAKE & ST. LOUIS (South of a line between Townships #54 & #55, 2 miles north of Cotton) COUNTIES: BRICKLAYERS 22.92 3.62 --------------------------------------------- - - - - -- BRMN0003C 05/01/1996 Rates Fringes ST. LOUIS COUNTY (City of Duluth): --------------- -- 3 -- ----------------------- - - - - -- MN960007 Page: MARBLE SETTERS & TILE SETTERS 19.14 3.57 ---------------------------------------------------------- - - - - -- BRMN0005A 05/01/1996 Rates Fringes TERRAZZO WORKERS 22.91 5.15 ---------------------------------------------------------- - - - - -- BRMN0015B 05/01/1996 Rates Fringes KOOCHICHING COUNTY: BRICKLAYERS 21.65 ------------------------------------- - - - - -- BRMN0015D 05/01/1996 KOOCHICHING COUNTY: Rates 3.80 ---------- - - - - -- Fringes CEMENT MASONS 21.25 3.80 -- -------------------------------------------------------- - - - - -- BRMN0016A 05/01/1996 Rates Fringes ITASCA & ST. LOUIS (North of a line between Townships #54 & #55, 2 miles north of Cotton) COUNTIES: BRICKLAYERS 22.56 3.62 ---------------------------------------------------------------- CARP0190A 05/01/1996 Rates Fringes ANOKA, BENTON, CARVER, DAKOTA, HENNEPIN, RAMSEY, SCOTT, SHERBURNE, STEARNS & WASHINGTON COUNTIES: LATHERS 21.25 7.04 ---------------------------------------------------------- - - - - -- CARP0361A 05/01/1995 Rates Fringes CARLTON, COOK, LAKE (South part, excluding Sawbill Landing) & ST. LOUIS (Alborn, Arnold, Bartlett, Birch, Brookstone, Canyon, Clinton, Culver, Duluth, Floodwood, Gowan, Island, Kelsey, Lakewood, Meadowlands, Munger, Palmers, Payne, Prasit, Shaw & Taft) COUNTIES: SINGLE FAMILY AND DUPLEX RESIDENCES: Carpenters 15.81 ALL OTHER WORK: Carpenters 5.55 5.55 Soft Floor Layers 17.66 5.65 ---------------------------------------------------------- - - - - -- ------------------------------------------------------------------------ MN960007 Page: 4 CARP0361H 05/01/1995 Rates Fringes CARLTON, COOK, ITASCA, KOOCHICHING, LAKE, & ST. LOUIS COUNTIES: LATHERS 18.88 5.55 ----------------------------------------- - - - - -- CARP0548A 05/01/1996 Rates Fringes ANOKA, BENTON, CARVER, DAKOTA, HENNEPIN, ITASCA (Westernmost one - tenth), RAMSEY, SCOTT, SHERBURNE, STEARNS & WASHINGTON COUNTIES: MILLWRIGHTS 21.14 7.69 ---------------------------------------------- - - - - -- CARP0596A 06/01/1993 Rates Fringes ANOKA, CARVER, DAKOTA, HENNEPIN, RAMSEY & WASHINGTON COUNTIES: SOFT FLOOR LAYERS 18.38 6.17 +a FOOTNOTE: a. 6 Paid Holidays: $2.24 per day for New Year's Day; Memorial Day; Independence Day; Labor Day; Thanksgiving Day; & Christmas Day ------------------------------------------------- - - - - -- CARP0606A 05/01/1995 Rates Fringes ITASCA, KOOCHICHING, LAKE (Northern part, including Sawbill Landing) & ST. LOUIS (Excluding Alborn, Arnold, Bartlett, Birch, Brookstone, Canyon, Clinton, Culver, Duluth, Floodwood, Gowan, Island, Kelsey, Lakewood, Meadowlands, Munger, Palmers, Payne, Prasit, Shaw & Taft) COUNTIES: CARPENTERS; PILEDRIVERMEN; & SOFT FLOOR LAYERS 16.04 6.15 -------------------------------------------- - - - - -- - - - - -- CARP0930A 05/01/1993 BENTON, SHERBURNE (Excluding Southern Rates Fringes Tip) & STEARNS COUNTIES: Carpenters: Commercial, including 4 story apartments 14.73 4.70 Residential, including single dwellings, duplexes, row houses, town houses & walk -up apartments not to exceed 3 stories in height above ground 12.00 1.50 -------------------------------------------- - - - - -- ----------------------------------------------------- TNSN960007 Page: 5 CARP1348A 05/01/1995 Rates Fringes CARLTON, COOK, ITASCA (Excluding the westernmost one - tenth), KOOCHICHING, LAKE & ST. LOUIS COUNTIES: MILLWRIGHTS 19.45 4.75 ---------------------------------------------------------- - - - - -- CARP9900A 05/01/1995 Rates Fringes CARPENTERS & PILEDRIVERMEN (Site Preparation, Excavation & Incidental Paving): AREA 1 20.43 6.80 AREA 2 18.63 5.25 AREA 3 18.63 5.25 AREA 4 19.63 5.55 AREA 5 19.63 5.55 AREA 6 19.08 6.10 AREA 7 19.08 6.10 AREA 8 15.85 5.50 AREA 9 20.03 5.55 AREA 10 19.08 6.10 AREA 1 - ANOKA, CARVER, DAKOTA, HENNEPIN, RAMSEY, SCOTT, SHERBURNE (SE one - fourth, Including Big Lake, Elk River & Zimmerman) & WASHINGTON COUNTIES AREA 2 - BENTON (Southern three - fourths, Including Foley), SHERBURNE (NW three - fourths, Including Clear Lake & Becker) & STEARNS COUNTIES AREA 3 - BENTON COUNTY (Northern one - fourth, Excluding Foley) AREA 4 - CARLTON COUNTY AREA 5 - COOK, LAKE (Southern Half, Including Two Harbors, Isabella & Finland) & ST. LOUIS (Southern one- third, Including Fond Du Lac, Floodwood, Cotton & Proctor) COUNTIES AREA 6 - ITASCA (Eastern one- fourth, Including Keewatin &_• Nashwauk), KOOCHICHING (SE Corner), LAKE (Northern Half, Excluding Two Harbors, Isabella & Finland) & ST. LOUIS (Northeast two - thirds, Including Cook, Cusson & Ely & Western Strip, Including Chisholm, Orr & Greaney) COUNTIES AREA 7 - ITASCA COUNTY (Western three- fourths, Excluding Keewatin & Nashwauk) AREA 8 - KOOCHICHING COUNTY (Excluding SE Corner) AREA 9 - ST. LOUIS COUNTY (Duluth) AREA 10 - ST. LOUIS COUNTY (Northern Part, Including Rainy Lake Area) _--------------- - - - - -. - - - - -. AN960007 Paget 6 CARP9900F 05/01/1995 ANOKA, CARVER, DAKOTA, HENNEPIN, RAMSEY, SCOTT, SHERBURNE (Southern part, including Zimmerman, Big Lake & Elk River) &. WASHINGTON COUNTIES: COMMERCIAL BUILDING: Carpenters & Piledrivermen 20.43 6.81 Insulators (Other than description of Residential) 20.43 6.81 RESIDENTIAL: Carpenters & Piledrivermen 18.50 6.81 Insulators (Erection of or remodeling of wood frame structure, 4 stories or less; the remodeling of any existing residential -- structure 4 stories or less) 18.50 6.81 ELECO110A 06/01/1996 ANOKA (Except Anoka & Fridley Townships a & cities of Frin Anoka, Columbia Heights, Coon Rapids, Fridley, Hilltop, Ramsey & Spring Lake Park), DAKOTA, RAMSEY, SHERBURNE (East of Becker & Santiago Townships) & WASHINGTON COUNTIES: ELECTRICIANS (Also includes new construction of multiple dwellings in excess of 4- plexes & all residential remodeling, rewiring & repairing of any apartment project exceeding 8 units or 400 amp service): ELECTRICIANS 22.67 8.56 CABLE SPLICERS 23.27 8.56 ELEC0110D 07/29/1995 ANOKA (Except Anoka, Fridley, Grow RAMSEY, SHERBURNE (East of Becker WASHINGTON COUNTIES: Rates Fringes & Ramsey Townships), DAKOTA, & Santiago Townships) & ELECTRICIANS (Up to & including 3 stories above grade in height) 17.47 5.81 ------------------------------- - - - - -- ELECO110F 03/01/1993 Rates Fringes SOUND, SIGNAL & COMMUNICATIONS WORK: Technician (Installation of Controller Only) 19.22 .58 +a +b Installer (Excluding Controller ------------------------------------ MN96O007 Page: 7 Work) 11.31 .34 +a +b FOOTNOTES: a. 1 year's service - 5 days' paid vacation; 2 10 days' paid vacation; 5 years' service - vacation; 7 years' service - 14 days' paid service - 16 days' paid vacation; 11 years' days' paid vacation; 12 years' service - 20 vacation b. 8 Paid Holidays: New Year's Day; Memorial Day; 4th of July; Labor Day; Thanksgiving Day; Day After Thanksgiving; the normal work day preceding Christmas Day; & Christmas Day years' service - 12 days' paid vacation; 9 years' service - 18 days' paid ---------------------------------------------------------------- ELECO242B 06/01/1996 Rates Fringes CARLTON, COOK, ITASCA (Southerly 12 townships, including Harris, Feely, Blackberry, Spang, Coodland, Sago & Wawina), LAKE & ST. LOUIS (South part bounded on the north by the north line of Kelsey Township extended east & west) COUNTIES: ELECTRICIANS 24.51 6.37 --------------------- ------------------------------------------- ELECO292A 06/01/1994 Rates Fringes ANOKA (Anoka & Fridley Townships & the cities of Andover, Anoka, Columbia Heights, Coon Rapids, Fridley, Hilltop, Ramsey & Spring Lake Park), CARVER, HENNEPIN & SCOTT COUNTIES: ELECTRICIANS (Also includes residential quarters over 3 stories): Electricians 21.82 9.01 Cable Splicers 22.32 9.22 ---------------------------------------------------------------- ELECO292C 12/01/1994 Rates Fringes ANOKA (Anoka & Fridley Townships & the cities of Andover, Anoka, Columbia Heights, Coon Rapids, Fridley, Hilltop, Ramsey & Spring Lake Park), CARVER, HENNEPIN & SCOTT COUNTIES: ELECTRICIANS (All new family dwellings up to & including 4 plexes and all residential remodeling, rewiring & repairing in apartment buildings up to & including a 400 ampere service limited to 3 floors occupied as living quarters floors & non - elevator apartment buildings) 17.82 6.06 ------------------------------------ ELECO294B 06/01/1996 ITASCA (Excluding section south of a of the south line of Grand Rapids & KOOCHICHING & ST. LOUIS (North part --------------------------------- MN960007 Rates Fringes line extending.east & west Trout Lake Townships), bounded on the south by the Page: 8 south line of Ellsburg Township, extended east & west) COUNTIES: ELECTRICIANS (Excluding work up to & including 6- plexes under one roof) ELECTRICIANS 21.68 7.48 CABLE SPLICERS 22.23 7.67 ---------------------------------------------------------- - - - - -- ELECO294C 04/01/1995 Rates Fringes ITASCA (Excluding section south of a line extending east & west of the south line of Grand Rapids & Trout Lake Townships), ROOCHICHING & ST. LOUIS (North part bounded on the south by the south line of Ellsburg Township, extended east & west) COUNTIES: ELECTRICIANS (Up to & including 6- plexes under one roof) 15.70 5.53 ---------------------------------------------------------- - - - - -- ELECO294F 03/01/1995 Rates Fringes ITASCA COUNTY (Excluding section south of a line extending east & west of the south line of Grand Rapids & Trout Lake Townships): ELECTRICIANS (Excluding work up to & including 6- plexes under one roof) : ELECTRICIANS 15.70 5.77 ---------------------------------------------------------- - - - - -- ELECO343A 06/01/1995 Rates Fringes BENTON, SHERBURNE (Becker, Clear Lake, Haven, Palmer & Santiago Townships) & STEARNS COUNTIES: ELECTRICIANS (Commercial Building Construction): ELECTRICAL INSTALLATIONS OVER $300,000.00: Electricians 20.09 7.39 Cable Splicers 21.09 7.42 ELECTRICAL INSTALLATIONS UNDER $300,000.00: Electricians 17.04 6.98 Cable Splicers 18.04 7.01 --------------------------------------------------------- - - - - -- ELECO343F 06/01/1994 Rates Fringes BENTON, SHERBURNE (Becker, Clear Lake, Haven, Palmer & Santiago Townships) & STEARNS COUNTIES: ELECTRICIANS (Residential Construction) 13.87 4.04 ---------------------------------------------------------- - - - - -- ELEV0009A 07/03/1996 Rates Fringes ---- ----- --- ------- --- --------------- --- ----------- -- ---- ------------- ------ - IMN960007 Page: 9 ANOKA, CARVER, DAKOTA, HENNEPIN & RAMSEY COUNTIES AND ALL AREAS WITHIN A 100 -MILE RADIUS OF MINNEAPOLIS -ST. PAUL STATE FAIR GROUNDS IN MINNEAPOLIS: ELEVATOR MECHANICS 23.79 6.12 +a +b FOOTNOTES: a. 7 Paid Holidays: New Year's Day; Memorial Day; Independence Day; Labor Day; Thanksgiving Day; The Day After Thanksgiving & Christmas Day b. Employer contributes 8% of regular 'hourly rate to vacation pay credit for employee who has worked in business more than 5 years; 6% for less than 5 years ---------------------------------------------------------- - - - - -- ELEV0009F 07/03/1996 Rates Fringes LAKE & ST. LOUIS COUNTIES AND ALL AREAS WITHIN A 10 -MILE RADIUS OF CITY HALL IN DULUTH: ELEVATOR MECHANICS 23.79 6.12 +a +b FOOTNOTES: a. 7 Paid Holidays: New Year's Day; Memorial Day; Independence Day; Labor Day; Thanksgiving Day; The Day After Thanksgiving & Christmas Day b. Employer contributes 8% of regular hourly rate to vacation pay credit for employee who has worked in business more than 5 years; 6% for less than 5 years ---------------------------------------------------------- - - - - -- ENGIO049D 05/01/1996 POWER EQUIPMENT OPERATORS GROUP 1 GROUP 2 GROUP 3 GROUP 4 GROUP 5 GROUP 6 GROUP 7 GROUP 8 GROUP 9 Rates Fringes (Building & Residential Construction): 23.74 6.55 23.40 6.55 22.60 6.55 21.99 6.55 21.65 6.55 21.48 6.55 19.97 6.55 18.85 6.55 18.29 6.55 POWER EQUIPMENT OPERATOR CLASSIFICATIONS GROUP 1 - Helicopter Operator; Truck & Crawler Crane with 300' of Boom & Over, including Jib; & Tower Crane 300' & .Aver GROUP 2 - Truck & Crawler Crane with 200' of Boom, �up to but not including 300' of Boom, including Jib; & Tower Crane 250' & Over ------------------------------------------------------------------- - - - - -. MN960007 Page: 10 GROUP 3 - Truck & Crawler Crane with 150' of Boom, up to but not including 200' of Boom, including Jib; & Tower Crane 200 & Over GROUP 4 - Traveling Tower Crane; Master Mechanic; Pile Driving Operator (when 3 drums are used); & Tower Crane 150 & Over GROUP 5 - Truck & Crawler Crane, up to but not including 150' of Boom, including Jib; Crawler Backhoe; Derrick (Guy & Stiffleg); Hoist Engineer (3 drums or more); Locomotive Operator; Overhead Crane Operator (inside building perimeter); Tower Crane (Stationary) 100' & Over; Tractor Operator with Boom; & Terrain Vehicle Crane GROUP 6 - Air Compressor Operator 450 CFM or Over; Pump Opera- tor and /or Conveyor Operator (2 or more machines); Hoist Engineer (2 drum); Mechanic; Pumperete or Complaco type Machine Operator; Forklift; Boom Truck Operator; Concrete Mixer Operator; Drill Rig - Heavy Rotary or Churn when used for Caisson Drilling for Elevator Cylinder or Building Construction; Front End Loader (Over 1 cu. yd.); Hoist Engineer (1 drum); Straddle Carrier Operator; Power Plant Engineer (100 KW & over on multiples equal to 10OKW & over); Tractor Operator over D2; & Well Point Pump Op. GROUP 7 - Concrete Batch Plant Operator; Gunite Operator; Tractor Operator D2 or similar size; & Front End Loader Operator, up to 1 cu. yd. GROUP 8 - Air Compressor Operator 450 CFM or Over; Pump and /or Conveyor Operator; Brakeman; Pick -up Sweeper (1 cu. yd. & over Hopper capacity); Truck Crane Oiler; & Welding Machine Operator GROUP 9 - Mechanical Space Heater (Temporary Heat); Oiler or Greaser; & Elevator Operator ---------------------------------------------------------------- ENGIO049H 05/01/1996 Rates Fringes POWER EQUIPMENT OPERATORS (Site Preparation, Excavation & Incidental Paving): ANOKA, CARVER, COOK, DAKOTA, HENNEPIN, LAKE, RAMSEY, SCOTT,' SHERBURNE (S. of the northern boundary of T. 33 -N & E. of the western boundary of R. 27 -W), ST. LOUIS & WASHINGTON COUNTIES: GROUP 1 21.32 6.55 GROUP 2 20.77 6.55 GROUP 3 20.59 6.55 GROUP 4 20.47 6.55 GROUP 5 17.43 6.55 GROUP 6 16.22 6.55 - - - - - -- - -- ,MN960007 Page: 11 BENTON (E. of the western right -of -way of U.S. Hwy #10), CARLTON, ITASCA (E. of the western right -of -way of Minn. Hwy #6), KOOCHICHING (E. of a N -S line from the Canadian border to Pelland, the western right -of -way of U.S. Hwy #71 from Pelland to Big Falls & Minn. Hwy #6), SHERBURNE (Excluding area S. of the northern boundary of T. 33 -N and E. of the western boundary of R. 27 -W) & STEARNS (E. of the western right -of -way of Minn. Hwy #15) COUNTIES: GROUP 1 19.71 6.55 GROUP 2 19.26 6.55 GROUP 3 19.09 6.55 GROUP 4 18.96 6.55 GROUP 5 16.39 6.55 GROUP 6 15.52 6.55 BENTON (Excluding E. of the western right -of -way of U.S. Hwy #10), ITASCA (Excluding area E. of the western right -of -way of Minn. Hwy #6), KOOCHICHING (Excluding area E. of a N -S line from the Canadian borderto Pelland, the western right -of -way of U.S. Hwy #71 from Pelland to Big Falls & Minn. Hwy #6) & STEARNS (Excluding area E. of the Western right -of -way of Minn. Hwy #15) COUNTIES: GROUP 1 17.70 6.55 GROUP 2 16.77 6.55 GROUP 3 16.57 6.55 GROUP 4 16.46 6.55 GROUP 5 14.75 6.55 GROUP 6 14.15 6.55 POWER EQUIPMENT OPERATOR CLASSIFICATIONS GROUP 1 - Helicopter Pilot; *Crane with over 135' Boom, excluding Jib; Dragline, Crawler, Hydraulic Backhoe and /or other similar equipment with Shovel -type Controls 3 cu. yds. & over Mfg. rated Cap.; & Pile Driving when 3 Drums are in use GROUP 2 - Cableway; Concrete Mixer, Stationary Plant over 34E; Derrick (Guy or Stiffleg) (Power) (Skids or Stationary); Dragline, Crawler, Hydraulic Backhoe and /or similar equipment with Shovel -type Controls, up to 3 cu. yds. Mfg. rated cap.; Dredge or Engineers, Dredge (Power) & Engineer; Front End Loader, 5 cu. yds. & over; Grader or Motor Patrol, Finishing Earthwork & Bituminous; Locomotive Crane; Master Mechanic; Mixer (Paving) Concrete Paving, Road; Mole, including Power Supply; Mucking Machine, including Mucking Operations, Conway or similar type; Piledriving; Refrigeration Plant Engineer; Tandem Scraper; Tractor - Boom type; Truck Crane - Crawler Crane; & Tugboat 100 HP & over GROUP 3 - Dual Tractor; Elevating Grader; Pumperete; Scraper - Struck Cap. 32 cu. yds. & over; & Self - propelled Traveling Soil Stabilizer MN960007 Page: 12 GROUP 4 - Air Track Rock Drill; Articulated Hauler Terex, Caterpillar or similar type; Asphalt Bituminous Stabilizer Plant; Automatic.Road Machine (CMI or similar); Backfiller; Concrete Batch Plant; Bituminous Roller (8 Tons & over); Bituminous Spreader & Finishing (Power); Boom Truck (Power operated Boom); Cat Tractors with Rock Wagons or similar types; Chip Harvester & Tree Cutter over 150 HP; Concrete Mixer on jobsite over 14S; Concrete Mobile; Crushing Plant (Gravel & Stone) or Gravel Washing, Crushing & Screening Plant; Curb Machine; Dope Machine (Pipeline); Drill Rigs, Heavy Rotary or Churn or Cable Drill; Fork Lift or Straddle Carrier; Fork Lift or Lumber Stacker; Front End Loader, over 1 cu. yd.; Hoist Engineer (Power); Hydraulic Tree Planter; Launcherman (Tankerman or Pilot License) ; Lead Greaser; Locomotive; Mechanic; Milling, Grinding & Planing Machine; Multiple Machines, such as Air Compressors, Welding Machines, Generators, Pumps; Pavement Breaker or Tamping Machine (Power Driven) Mighty Mite or similar type; Pickup Sweeper, 1 cu. yd. & over Hopper Cap.; Pipeline Wrapping, Cleaning or Bending Machine; Power Plant Engineer, 100 K.W.H. & over; Power Actuated Horizontal Boring Machine, over 6 Pugmill; Rubber- tired Farm Tractor, Backhoe Attach.; Scraper, up to 32 cu. yds.; Skid Steer Loader, over 1 cu. yd. with Backhoe Attachment; Slip Form (Power Driven) (Paving); Tie Tamper & Ballast Machine; Tractor, Bulldozer, over 50 HP with Power Take-off; Trenching Machine (Sewer, Water, Gas); Well Point Installation; & Dismantling or Repair Mechanic GROUP 5 - Air Compressor, 600 CFM or over; Bituminous Roller (Under 8 tons) ; Bituminous Rubber-tired Roller; Concrete Distributor & Spreader Finishing Machine, Longitudinal Float, Joint Machine, & Spray; Concrete Saw (Multiple Blade) (Power Operated); Form Trench Digger (Power); Front End Loader, up to & incl. 1 cu. yd.; Grader (Motor Patrol); Gunite Gunall; Hydraulic Log Splitter; Loader (Barber Greene or similar type); Payhauler or similar type; Post Hole Driving Machine/Post Hole Augar; Power Actuated Auger & Boring Machine; Power Actuated Jack; Pump; Self-propelled Chip Spreader (Flaherty or similar); Sheep Foot Compactor with Blade - 200 HP & over; Shouldering Machine (Power) Apsco or similar type inclu. self-propelled Sand & Chip Spreader; Stump Chipper & Tree Chipper; Tractor, Bulldozer, 50 HP or less; & Tree Farmer (Machine) GROUP 6 - Conveyor; Dredge Deck Hand; Fireman or Tank Car Heater; Gravel Screening Plant (Portable not Crushing or Washing); Greaser (Truck or Tractor); Leverman; Mechanic, Space Heater (Temporary Heat); Oiler (Power Shovel, Crane, Dragline); Power Sweeper; Roller on Gravel Compaction; Self-propelled Vibrating Packer (35 HP & over); Sheep Foot Roller; Tractor, Wheel Type (over 50 HP); & Truck Crane Oiler *CRANE OVER 135' BOOM, EXCLUDING JIB - $ .25 PREMIUM; CRANE OVER 200' BOOM, EXCLUDING JIB - $ .50 PREMIUM MN960007 Page: 13 UNDERGROUND WORK: TUNNELS, SHAFTS, ETC. - $ .25 PREMIUM UNDER AIR PRESSURE - $ .50 PREMIUM ---------------------------------------------------------- - - - - -- IRON0512A 05/01/1996 Rates Fringes ANOKA, BENTON, CARVER, DAKOTA, HENNEPIN, RAMSEY, SCOTT, SHERBURNE, STEARNS, & WASHINGTON COUNTIES: IRONWORKERS 22.85 7.59 IRON0563B 05/01/1996 Rates Fringes CARLTON, COOK, ITASCA, KOOCHICHING, LAKE & ST. LOUIS COUNTIES: IRONWORKERS 19.25 9.17 LAB 00010A 05/01/1995 Rates Fringes ANOKA, CARVER, DAKOTA, HENNEPIN, RAMSEY, SCOTT, SHERBURNE & WASHINGTON COUNTIES: LABORERS (Building & Residential Construction): GROUP 1 18.70 4.78 GROUP 2 19.02 4.78 GROUP 3 19.32 4.78 FLAGPERSON 15.92 4.58 LABORER CLASSIFICATIONS GROUP 1 - Construction; Carpenter Tender; Concrete; Damp Proofer Below Grade; Drill Runner Tender; Dumpman - Dirt, Asphalt, Concrete, Cement; Heater Tender; Hot Tar Caulker - Corker; Joist Handler; Material Handler - Power Buggy; Rebar; Snow Blower Operator; Signal Person; Asbestos and Hazardous Waste Technician; Hydro Blast or Waterblast; Chain Saw Operator; Concrete Saw, Drill Operator; Concrete Vibrator; Demolition & Remodeling, Excluding Demolition of an entire Structural System; Mason Tender; Mortar Mixer - Cement or any other substitute Material or Composition; Pipe Handler; Pneumatic & Electric Tool, Jackhammer, Paving Buster, Chipping Hammer, Tamper Operator, etc.; Swing Stage Line Scaffold (Not including "Patent" Scaffolding); Torchman - Gas, Electric, Thermal or similar device; & Remote Control Tamper GROUP 2 - Caisson Work; Nozzle Operator - Gunite, Cement, Sandblasting; Pipelayer; Refractory Worker; Sheeting Setter & Driver, Heavy Building Excavation; Underground Work - Open Ditch or Excavation 8' Below Grade; & Underpinning GROUP 3 - Driller for Blasting purposes; Dynamite Blaster or ------------------------------------------------------------------- - - - - -- MN960007 Page: 14 substitute products Tovex TR, Water, Gas, Gel, Bristar, Silent Dynamite, etc. LAB 00010D 05/01/1994 LANDSCAPE - SOD LAYERS (All work Rates Fringes except Residential of 4 units or less) 923 --------------------------------------- . 3.39 LABOO111A 06/01/1994 ANOKA, CARVER, HENNEPIN, SCOTT & SHERBURNE COUNTIES: Fringes PLASTER TENDERS 21.15 ------------------------------------- 3- 23 - - - -- LABOO563A 05/01/1995 BENTON & STEARNS COUNTIES: Rates Fringes LABORERS (Building & Residential Construction): Total Construction Projects of Over $950,000.00: GROUP GROUP 1 GROUP GROUP 2 13.20 4.58 GROUP 3 13.42 4.58 GROUP 4 - FLAGPERSON 13.47 11.47 4.58 4.58 4.58 Total Construction Projects Under $950,000.00: GROUP 1 GROUP 2 11.45 4.58 GROUP 3 11.67 4.58 GROUP 4 - FLAGPERSON 11.72 9.72 4.58 4.58 LABORER CLASSIFICATIONS GROUP 1 - Construction; Asbestos & Hazardous, Waste Technician; Carpenter Tender; Chain Saw Operator; Concrete Saw, Drill Operator; Concrete Vibrator; Concrete; Damp Proofer Below Grade; Demolition & Remodeling, Excluding Demolition of an entire Structural System; Dump Person - Dirt, Asphalt, Concrete, Cement; Heater Tender; Hot Tar Caulker - Corker; Hydro Blast or Waterblaster; Joist Handler; Mason Tender; Material Handler - Power Buggy; Mortar Mixer - Cement or anv other Substitute material or Composition; Pipe Handler; Pneumatic & Electric Tools, Jackhammer, Paving Buster, Chipping Hammer, Tamper Operator, etc.; Rebar; Remote Control Tamper; Signal Person; Snow Blower Operator; Swing Stage Line Scaffold (Not including "Patent" Scaffolding); Torchperson - Gas, Electric, Thermal or similar device GROUP 2 - Caisson Work; Nozzle Operator - Gunite, Cement, ---------------------------------Page: : - 15----- - - - - -- Sandblasting; Pipelayer; Refractory Worker; Sheeting Setter & Driver, Heavy Building Excavation; Underground Work - Open Ditch or Excavation 8' Below Grade; & Underpinning GROUP 3 - Driller for Blasting Purposes; Dynamite Blaster or substitute products Tovel TR, Water, Gas, Gel, Bristar, Silent Dynamite, etc. LAB01091A 05/01/1996 Rates Fringes CARLTON, COOK, LAKE & ST. LOUIS (South of T 55 N), COUNTIES: LABORERS (Building & Residential Construction): GROUP 1 15.95 5.39 GROUP 2 16.10 5.39 GROUP 3 16.35 5.39 GROUP 4 16.65 5.39 FLAGPERSON 14.05 5.39 LABORER CLASSIFICATIONS GROUP 1 - General; Carpenter Tender; Concrete Laborer; Damp Proofer Below Grade; Drill Runner Tender; Dumpman - Dirt, Asphalt, Concrete, Cement; Heater Tender; Hot Tar Caulker - Corker; Joist Handler; Rebar; Snow Blower Operator; Signalperson;'Material Handler (All types Power Buggy); Fire Control; Asbestos Removal; & Hazardous Waste GROUP 2 - Chain Saw Operator; Concrete Saw, Drill Operator; Concrete Vibrator; Demolition & Wrecking, Excluding Remodeling; Gunite, Sandblasting Machine Operator; Mason Tender; Mortar Mixer - Cement or any other substitute material or composition; Pipe Handler; Pneumatic & Electric Tools, Jackhammer, Paving Buster, Chipping Hammer, Tamper Operator, etc.; Swing Stage Line Scaffold (not including "patent" scaffolding); Torchman - Gas, Electric, Thermal or similar device; & Hydroblast GROUP 3 - Caisson Work; Nozzle Operator - Gunite, Cement, Sandblasting; Pipelayer; Refractory Worker; Sheeting Setter & Driver, Heavy Building Excavation; Underground Work - Open Ditch or Excavation 8' Below Grade; Underpinning; & Hod Carrier GROUP 4 - Driller for Blasting Purposes; Dynamite Blasters or substitute products Tovex TR, Water, Gas, Gel, Bristar, Silent Dynamite, etc.; Asbestos Abatement Worker; & Hazardous Waste Worker LAB01091C 01/01/1995 Rates Fringes CARLTON, COOK, LAKE & ST. LOUIS (South of TR 55) COUNTIES: MN960007 Page: 16 LABORERS: Asbestos Abatement 15.87 5.39 LABO1097A 05/01/1994 Rates Fringes ITASCA, KOOCHICHING & ST. LOUIS (North of T 55 N) COUNTIES: LABORERS (COMMERCIAL -WORK WITH A TOTAL PROJECT COST OF $1,000,000.00 OR LESS INCLUDING GENERAL CONTRACTOR, MECHANICAL & ELECTRICAL CONTRACTOR BIDS): GROUP 1 12.81 4.35 w GROUP 2 12.94 4.35 GROUP 3 13.17 4.35 GROUP 4 13.44 4.35 GROUP 5 11.10 4.35 GROUP 6 14.16 4.35 LABORERS (RESIDENTIAL WORK WITH A TOTAL PROJECT COST OF $1,000,000.00 OR LESS INCLUDING GENERAL CONTRACTOR, MECHANICAL & ELECTRICAL CONTRACTOR BIDS): GROUP 1 12.10 4.35 GROUP 2 12.22 4.35 GROUP 3 12.44 4.35 GROUP 4 12.69 4.35 GROUP 5 10.48 4.35 GROUP 6 13.37 4.35 LABORERS (ALL OTHER COMMERCIAL & RESIDENTIAL WORK): GROUP 1 14.23 4.35 GROUP 2 14.38 4.35 GROUP 3 14.63 4.35 GROUP 4 14.93 4.35 GROUP 5 12.33 4.35 GROUP 6 15.73 4.35 LABORER CLASSIFICATIONS GROUP 1 - General; Carpenter Tender; Concrete; Damp Proofer Below Grade; Dumpman - Dirt, Asphalt, Concrete & Cement; Heater Tender; Hot Tar Caulker - Corker; Joist Handler; Material Handler - Power Buggy; Rebar; Signal Person; & Snow Blower Operator GROUP 2 - Chain Saw Operator; Concrete Saw, Drill Operator; Concrete Vibrator; Demolition & Wrecking, Excluding Remodeling; Mason Tender; Mortar Mixer - Cement or Any Other Substitute Material or Composition; Pipe Handler; Pneumatic & Electric Tool, Jackhammer, Paving Buster, Chipping Hammer, Tamper Operator, Etc.; Swing Stage Line Scaffold (Not --------------------------------------- -------------------- MN960007 Page: 17 including "Patent" Scaffolding); & Torchman - Gas, Electric, Thermal or similar device GROUP 3 - Creosote Handler; Caisson Work; Nozzle Operator - Gunite, Cement, Sandblasting; Pipelayer; Sheeting Setter & Driver, Heavy Building Excavation; Underground Work - Open Ditch or Excavation 8° Below Grade; Underpinning; & High Pay /Low Pay - 40 ft. Over or Under Ground Floor without Conventional Floor Areas GROUP 4 - Driller for Blasting Purposes; Dynamite Blaster or substitute products; & Tovex TR, Water, Gas, Gel, Bristar, Silent Dynamite, etc. GROUP 5 - Flagperson GROUP 6 - Refractory Worker; & Asbestos Abatement Worker ---------------------------------------------------------------- T-AB01097F 01/01/1995 Rates Fringes ITASCA, KOOCHICHING & ST. LOUIS (North of T 55 N) COUNTIES: LABORERS: Asbestos Abatement 15.87 5.39 ---------------------------------------------------------- - - - - -- LAB09900A 05/01/1996 Rates Fringes LABORERS (Site Preparation, Excavation & Incidental Paving): ANOKA, CARVER, DAKOTA, HENNEPIN, RAMSEY, SCOTT, SHERBURNE & WASHINGTON COUNTIES: GROUP 1 18.02 4.72 GROUP 2 18.17 4.72 GROUP 3 18.22 4.72 GROUP 4 18.37 4.72 GROUP 5 18.47 4.72 GROUP 6 18.72 4.72 GROUP 7 14.47 4.32 BENTON & STEARNS COUNTIES: GROUP 1 14.32 4.72 GROUP 2 14.47 4.72 GROUP 3 14.52 4.72 GROUP 4 14.67 4.72 GROUP 5 14.77 4.72 GROUP 6 15.02 4.72 GROUP 7 11.42 4.52 CARLTON, COOK, LAKE & ST. LOUIS (South of T. 55 N) COUNTIES: _----------------------------------------------------------------------- MN960007 Page: 18 GROUP 1 16.94 4.93 GROUP 2 17.09 4.93 GROUP 3 17.14 4.93 GROUP 4 17.29 4.93 GROUP 5 17.39 4.93 GROUP 6 17.64 4.93 GROUP 7 13.39 4.68 ITASCA & ST. LOUIS (North of T. 55 N) COUNTIES: GROUP 1 16.50 5.37 GROUP 2 16.65 5.37 GROUP 3 16.70 5.37 GROUP 4 16.85 5.37 GROUP 5 16.95 5.37 GROUP 6 17.20 5.37 GROUP 7 13.35 4.72 KOOCHICHING COUNTY: GROUP 1 12.42 3.67 GROUP 2 12.57 3.67 GROUP 3 12.62 3.67 GROUP 4 12.77 3.67 GROUP 5 12.87 3.67 GROUP 6 13.12 3.67 GROUP 7 10.42 3.62 LABORER CLASSIFICATIONS GROUP 1 - General; Bituminous Batcherman (Stationary Plant); Cement Coverman Batch Truck; Cement Handler - Bulk, Bag; Carpenter Tender; Concrete Batcherman; Concrete Handler, Caisson, Footings, Columns, Piling, Slabs, etc.; Concrete Shoveler, Tamper & Puddler (Paving); Concrete Longitudinal Floatman (Manual Bullfloat on Paving); Damp Proofer Below Grade; Drill Runner Tender; Dumpman (Dirt, Paver, Dumping Batch Trucks, etc.); Fabric Installer; Hydrant & Valve Setter; Hydra Blast or Waterblaster; Joint Filler (Concrete Pavement); Kettleman (Bituminous or Lead); Labor Wrecking Demolition; Pipe Handler; Power Buggy Operator; Powder Monkey; Reinforced Steel Laborer; Reinforced Steel Setter (Paving); Service Connection Maker (Water, Gas); Signalperson; Squeegeeman; Stabilizing Batcherman (Stationary Plant); Temporary Heater & Blower Tender; & Top Man (Sewer, Water or Gas Trench) GROUP 2 - Bituminous Worker - Shoveler, Raker, Floater, Squeegee; Utility; Brick Tender; Compaction Equipment (Hand Operated); Conduit Layer; Curb Setter; Mortar Mixer; Sand Cushion Bedmaker; & Torchman - Gas, Electric, Thermal or Similar Device GROUP 3 - Chain Saw; Concrete Drilling; Concrete Mixer Operator; Concrete Sawer; Concrete Vibrator; Ditch & Other Work (More than 8 feet below starting level of manual work); Formsetter; ---------------------------------------------------------------- MN960007 Page: 19 Joint Sawer, Mortar; Pneumatic Tools, Jackhammer, Paving Buster, Chipping Hammer, etc.; & Stone Tender Mason Tender GROUP 4 - Bottom Man (Sewer, Water or Gas Trench - more than 8 feet below starting level of manual work); Brick or Block Paving Setter; Caisson Work; & Cofferdam Work GROUP 5 - Cement Gun Operator (1 1/2" or over); Driller - Air Track or Similar; Nozzleman (Gunite, Sandblasting, Cement); & Pipelayer GROUP 6 - Asbestos & Hazardous Waste Technician; Blasting Powder Man (Dynamite or substitute products); Tunnel Miner; Tunnel Miner Tender; Tunnel Laborer; Underground Laborer; & Underpinning GROUP 7 - Flagperson --------------------®------------------------------------------- PAIN0061A 05/01/1996 Rates Fringes DAKOTA, RAMSEY & WASHINGTON COUNTIES: PAINTERS: GROUP 1 20.55 6.69 GROUP 2 15.41 6.69 GROUP 3 21.30 6.69 PAINTER CLASSIFICATIONS GROUP 1 - Brush; Drywall Finisher; & Paperhanger GROUP 2 - Drywall Sander GROUP 3 - Sandblaster; Spray; Swing Stage; Boatswain Chair; Window Jack; Safety Belt; Erected Structural Steel; Bridges; & Application of Epoxy Materials & Materials containing over 50% Creosote ---------------------------------------------------------- - - - - -- PAIN0106A 05/01/1992 Rates Fringes COOK, LAKE & ST. LOUIS COUNTIES: GLAZIERS 16.54 3.17 +a FOOTNOTE: a. 1 to 4 years' service - 1 week's paid vacation; 5 or more years' service - 2 weeks' paid vacation ---------------------------------------------------------- - - - - -- PAIN0106D 05/01/1995 Rates Fringes CARLTON, COOK, ITASCA, KOOCHICHING, LAKE & ST. LOUIS COUNTIES: ------------------------------------------------------------------------ MN960007 Page: 20 PAINTERS: New Commercial Building: Brush; Roller 19.86 4.41 Paperhanging; Spray; Steel; & Taping 20.46 4.41 Commercial Building Repaint & Residential: Brush; Roller; & Lead Base Paint Removal & Abatement with Basic Hand Tools such as Scrapers 18.39 4.41 Paperhanging; Spray; Steel; Taping; & Lead Base Paint Removal & Abatement with Other Than Basic Hand Tools 18.99 4.41 ---------------------------------------------------------- - - - - -- PAINO386A 05/01/1996 - Rates Fringes ANOKA, CARVER, HENNEPIN, SCOTT & SHERBURNE (South and East of a line drawn between the town of Santiago in Sherburne County and the town of Clearwater in Wright County) COUNTIES: PAINTERS: COMMERCIAL BUILDING CONSTRUCTION: Brush; Roller; & Wallpaper Hanger 21.32 5.97 Spray; Steel; Sandblaster; Swing Stage & Epoxy 22.07 5.97 RESIDENTIAL CONSTRUCTION: Eight Units or Less in One Building 21.32 5.97 ---------------------------------------------------------- - - - - -- PAINO386C 05/01/1996 Rates Fringes ANOKA, CARVER, HENNEPIN, SCOTT & SHERBURNE (South & east of a line drawn between the town of Santiago, Sherburne County and the town of Clearwater, Wright County) COUNTIES: PAINTERS: RESIDENTIAL OF 3 STORIES OR LESS IN HEIGHT: Drywall Taper /Finisher 16.87 6.15 ALL OTHER WORK: Drywall Taper /Finisher 21.09 6.15 Sander 15.82 6.15 ---------------------------------------------------------- - - - - -- PAIN0880A 05/01/1996 Rates Fringes SIGN PAINTERS 19.01 1.61 +a +b +c FOOTNOTES: a. $100.00 per month ---------------------------------------------------------------------------- MN960007 Page: 21 b. 8 Paid Holidays: Independence Day; Thanksgiving; the Christmas Day c. Vacation Pay: Employees hired vacation at $1. New Year's Day; Memorial Day; Labor Day; Thanksgiving Day; the Day After last working Day Before Christmas; & before June 9, 1983 - 3 weeks' paid 14 per hour; Employees hired after June 9, 1983: l year or more of employment - 2 weeks' paid vacation at $.80 per hour; Five or more years of employment - 3 weeks' paid vacation at $1.14 per hour. __ ____ ____ _ ______ PAIN0884B 06/01/1996 Rates Fringes BENTON, SHERBURNE (Western one -half) & STEARNS COUNTIES: PAINTERS: Brush & Roller 15.75 3.81 Drywall Taper & Finisher 15.75 3.81 Drywall Sander & Sprayer 11.23 3.81 Sandblaster; Spray; Structural Steel; Swing Scaffolding; Safety Belts; Window Jack; Boatsman's Chair; Abrasive Blasting; & Steeplejack ---------------------------------------------------------- 16.75 3.81 - - - - -- PAIN1324A 06/01/1996 Rates Fringes ANOKA, BENTON, CARLTON, CARVER, DAKOTA, HENNEPIN, ITASCA, KOOCHICHING, RAMSEY, SCOTT, SHERBURNE, STEARNS & WASHINGTON COUNTIES: GLAZIERS 22.06 6.14 ---------------------------------------------------------- - - - - -- PLAS0633A 05/01/1996 Rates Fringes ANOKA, CARVER, DAKOTA, HENNEPIN, RAMSEY, SCOTT, SHERBURNE & WASHINGTON COUNTIES: CEMENT MASONS (Building & Residential) 21.49 6.41 PLASTERERS 21.49 6.41 --------------------------------- ---- ------ --- --- ---- ---- - -- ---- PLAS0633D 05/01/1996 Rates Fringes ANOKA, CARVER, DAKOTA, HENNEPIN, RAMSEY, SCOTT, SHERBURNE & WASHINGTON COUNTIES: ------------------------------------------------------------------------ MN960007 Page: 22 CEMENT MASONS (Site Preparation, Excavation, & Incidental Paving) 21.39 6.41 -------------------------------- ------------------------------- PLAS0633K 05/01/1996 Rates Fringes CARLTON, COOK, LAKE & ST. LOUIS (South of T 55N) COUNTIES: CEMENT MASONS (Building & Residential) 17.94 7.17 ---------------------------------------------------------------- PLAS0633N 05/01/1996 Rates Fringes ITASCA & ST. LOUIS (North of T 55N) COUNTIES: CEMENT MASONS: Commercial Building 17.23 5.67 Residential 14.02 5.67 ---------------------------------------------------------------- PLAS0633T 06/01/1996 Rates Fringes CARLTON, COOK, LAKE & ST. LOUIS (South of T. #55 north) COUNTIES: CEMENT MASONS (Site Preparation, Excavation & Incidental Paving) 19.96 7.17 ---------------------------------------------------------------- PLAS0633X 05/01/1996 Rates Fringes ITASCA & ST. LOUIS (North of T 55N) COUNTIES: CEMENT MASONS (Site Preparation, Excavation & Incidental Paving) 17.23 5.67 ---------------------------------------------------------------- PLAS6330C 05/01/1996 Rates Fringes CARLTON, COOK, ITASCA, LAKE & ST. LOUIS COUNTIES: PLASTERERS 19.80 4.92 ---------------------------------------------------------------- PLUM0011A 05/01/1996 Rates Fringes CARLTON, COOK (A strip 20 miles inland along the shores of Lake Superior), LAKE (A strip 20 miles inland along the shores of Lake Superior) & ST. LOUIS (South of an east-west line drawn through Cotton) COUNTIES: PIPEFITTERS; PLUMBERS; & STEAMFITTERS 20.97 W ----------------------------------------------------------------------------- MN960007 Page: 23 PLUM0015A 05/01/1996 - Rates Fringes ANOKA, CARVER, HENNEPIN, SCOTT & SHERBURNE (East of a line running northeasterly from the point of Wright County that lies furthest north to that point of Mille Lacs County that is south by west) COUNTIES: PLUMBERS 23.38 7.41+a FOOTNOTE: a. 1 Paid Holiday: Labor Day ---------------------------------------------------------------- 7 PLUM0034B 05/01/1996 Rates Fringes DAKOTA, RAMSEY & WASHINGTON COUNTIES: PLUMBERS 24.26 7.07+a FOOTNOTE: a. 1 Paid Holiday: Labor Day ---------------------------------------------------------------- PLUM0308A 06/01/1995 Rates Fringes BENTON, SHERBURNE (West of a line running northeasterly from the northern point of Wright County to the SW tip of Mille Lacs County) & STEARNS COUNTIES: PLUMBERS & STEAMFITTERS: Single & multiple family dwellings up to & including 100-unit apartment houses 3 stories above ground 14.99 6.78 All Other Work 19.76 6.78 ---------------------------------------------------------------- PLUM0417A 06/01/1995 Rates Fringes ANOKA, DAKOTA, HENNEPIN, RAMSEY, SCOTT & WASHINGTON COUNTIES: SPRINKLER FITTERS 22.73 9.11 +a FOOTNOTE: a. 6 Paid Holidays: Memorial Day; July 4th; Friday before Labor Day; Labor Day; Columbus Day; & Thanksgiving Day ---------------------------------------------------------------- PLUM0455B 05/01/1996 DAKOTA, RAMSEY & WASHINGTON COUNTIES: Rates Fringes PIPEFITTERS & STEAMFITTERS 24.70 7.23 ---------------------------------------------------------------- ------------------------------------------------------------------------ MN960007 Page: 24 PLUM0539A 05/01/1995 Rates Fringes ANOKA, CARVER, HENNEPIN, SCOTT & SHERBURNE (East of a line running northeasterly from the point of Wright County that lies furthest north to that point of Mille Lacs County that is south by west) COUNTIES: PIPEFITTERS & STEAMFITTERS (Commercial Building) 24.08 6.81 ---------------------------------------------------------- - - - - -- PLUM0539D 10/01/1993 Rates Fringes ANOKA, CARVER, HENNEPIN SCOTT & SHERBURNE (East of a line running northeasterly from the point of Wright County that lies furthest north to that point of Mille Lacs County that is south by west) COUNTIES: PIPEFITTERS & STEAMFITTERS (Residential Construction) 10.88 2.39 ---------------------------------------------------------- - - - - -- PLUM0589A 06/01/1996 Rates Fringes COOK (Except a strip 20 miles inland along the shores of Lake Superior), ITASCA, LAKE (Except a strip 20 miles inland along the shores of Lake Superior); & ST. LOUIS (North of an East -West line drawn through Cotton) COUNTIES: PIPEFITTERS; PLUMBERS; & STEAMFITTERS: Commercial Work under $60,000.00 & Residential Work 18.62 7.25 All Other Work 23.58 6.09 ---------------------------------------------------------------- PLUM0771A 06/01/1996 KOOCHICHING COUNTY: Rates Fringes PIPEFITTERS; PLUMBERS & STEAMFITTERS: Commercial Building Work Under $65,000.00 & Residential Construction 17.43 4.14 +a All Other Work 22.57 7.90 +a FOOTNOTE: a. 2 Paid Holidays: 4th of July & Labor Day ---------------------------------------------------------- - - - - -- ROOF0096C 07/01/1996 Rates Fringes CARLTON, COOK, LAKE & ST. LOUIS (Southern third) COUNTIES: --------------------------------------------------------------------------- MN960007 Page: 25 ROOFERS 20.55 4.65 ---------------------------------------------------------------- ROOF0096E 05/01/1996 Rates Fringes ANOKA, CARVER, DAKOTA, HENNEPIN, RAMSEY, SCOTT & WASHINGTON COUNTIES: 21.24 6.22+a FOOTNOTE: a. I Paid Holiday: Labor Day ---------------------------------------------------------------- ROOF0096M 06/01/1996 Rates Fringes BENTON, SHERBURNE & STEARNS COUNTIES: ROOFERS 18.90 4.05 --------------------- a -------------------------------------------- ROOF0096N 05/01/1995 Rates Fringes ITASCA, KOOCHICHING & ST. LOUIS (Northern two-thirds) COUNTIES: ROOFERS 15.15 3.70 ---------------------------------------------------------------- SFMN0669A 01/01/1995 Rates Fringes BENTON, CARLTON, CARVER, COOK, ITASCA, KOOCHICHING, LAKE, SHERBURNE, ST. LOUIS & STEARNS COUNTIES: SPRINKLER FITTERS: Commercial Building 19.26 6.28 Residential 15.195 1.69 ---------------------------------------------------------------- SHEE0010B 05/01/1996 Rates- Fringes CARLTON, COOK, LAKE & ST. LOUIS (Southern one-third) COUNTIES: SHEET METAL WORKERS: Commercial Building 22.69 6.51 Residential 13.89 2.79 ---------------------------------------------------------------- SHEE0010C 05/01/1996 Rates Fringes ITASCA, KOOCHICHING & ST. LOUIS (Northern two-thirds) COUNTIES: SHEET METAL WORKERS: Commercial Building 20.89 7.05 Residential 14.21 6.85 ---------------------------------------------------------------- ------------------------------------------------------------------------ MN960007 Page: 26 SHEE0010D 07/01/1995 Rates Fringes ANOKA, CARVER, DAKOTA, HENNEPIN, RAMSEY, SCOTT & WASHINGTON COUNTIES: SHEET METAL WORKERS: Commercial Building 22.91 7.51 +a Residential 14.72 4.15 +a FOOTNOTE: a. 1 Paid Holiday: Labor Day SHEE001ON 07/01/1995 Rates Fringes BENTON, SHERBURNE & STEARNS COUNTIES: SHEET METAL WORKERS: Commercial Building - 19.77 6.49 Residential ------------------------------------------------------------ 11.26 6.49 TEAM0160B 05/01/1996 Rates Fringes TRUCK DRIVERS (Site Preparation, Excavation & Incidental Paving): ANOKA, CARVER, COOK, DAKOTA, HENNEPIN, LAKE, RAMSEY, ST. LOUIS, SCOTT, SHERBURNE & WASHINGTON COUNTIES: GROUP 1 18.55 4.03 GROUP 2 18.00 4.03 GROUP 3 17.90 4.03 GROUP 4 17.65 4.03 BENTON, ITASCA (W. of T.H. #6), KOOCHICHING & STEARNS COUNTIES: GROUP 1 15.07 4.03 GROUP 2 14.56 4.03 GROUP 3 14.41 4.03 GROUP 4 14.41 4.03 CARLTON & ITASCA (E. of T.H. #6) COUNTIES: GROUP 1 17.60 4.03 GROUP 2 17.05 4.03 GROUP 3 16.95 4.03 GROUP 4 16.70 4.03 TRUCK DRIVER CLASSIFICATIONS GROUP 1 - Boom; Mechanic; Off -Road; Tractor Trailer; Truck Driver (Operation of Hand & Power Operated Winch) --------------------------------------------------------------------- MN960007 Page: 27 GROUP 2 - Tri Axles (Including Four Axles) GROUP 3 - Bituminous Distributor; & Tandem Axles GROUP 4 — Bituminous Distributor Spray Operator (Rear End Oiler); Dumpman; Pilot Car; Self - propelled Packer; Single Axles; Slurry Operator; Tank Truck Tender (Gas, Oil, Road Oil & Water); Tractor Operator (Wheel type used for any purpose) THE FOLLOWING CLASSIFICATIONS SHALL COME UNDER THE APPROPRIATE AXLE RATE WAGE GROUP: "A" Frame; Dry Batch Hauler; Dump; Ready -Mix Concrete; Slurry; Tank (Gas, Oil, Road Oil & Water) ---------------------------------------------------------- - - - - -- TEAMO221A 05/01/1991 Rates Fringes LANDSCAPE - SOD, TREES, SHRUBS & BLACK DIRT: Single Axles & Farm Tractors 10.10 2.65 Tandem Axles 10.25 2.65 Truck -Train Combination 10.40 2.65 ---------------------------------------------------------------- TEAM0346A 05/01/1993 Rates Fringes ANOKA, CARLTON, CARVER, COOK, DAKOTA, HENNEPIN, ITASCA (East of T.H. #6), LAKE, RAMSEY, ST. LOUIS, SCOTT, SHERBURNE & WASHINGTON COUNTIES: TRUCK DRIVERS (Building & Residential Construction: GROUP 1 - Boom Truck Operator 16.25 2.65 GROUP 2 - Ready -Mix; Tractor - Trailer 15.90 2.65 GROUP 3 - Mechanic; Fork Lift Operator; & Tandem or 3 Axles 15.80 2.65 GROUP 4 - Farm Tractor; Single or 2 Axles; ------------------------------------------------------ & Dumps 14.95 2.65 - - - - -- TEAM0563A 05/01/1995 Rates Fringes BENTON & STEARNS COUNTIES: TRUCK DRIVERS (Building & Residential Construction): Total Construction Projects of Over $950,000.00 13.20 Total Construction Projects Under $950,000.00 11.45 ---------------------------------------------------------- - - - - -- TEAM1097A 05/01/1994 Rates Fringes ITASCA (W. of T.H. #6) & KOOCHICHING COUNTIES: ------------------------------------------------------------------------ MN960007 Page: 28 TRUCK DRIVERS: Building Residential 13.31 12.60 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5-5(a)(1)(v)). ---------------------------------------------------------------- In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator ----------------------------------------------------------------------------- MN960007 Page: 29 (See 29 CYR Part 1.8 and 29 CFR'Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, V. W. Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U..S. Department of Labor 200 Constitution Avenue, N.W. Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION ------------------------------------------------------------------------ MN960007 Page: 30 EQUAL EMPL0 0PP0RTUN (EEO) OBLIGATIONS FEDE RALLY FUNDED C0NSTRUCTI ON C OR SUBC.ONT YMENT ITY UNDER OR ASSIS -TED 0NTRACTS RACTS 1 J U N E 1 9 7 9 Revised August.16, 1982 EQUAL EMPLOYMENT OPPORTUNITY INFORMATION PACKET All prime contractors and subcontractors who sign a Federal or Federally assisted construction contract assume the obligation of assuring equal employment opportunities to all people regardless of race, creed, color, sex, or national origin. The purpose of this packet is to inform you of your responsibilities regarding equal employment opportunity and to serve as a guide in accomplishing this. Responsibilities Summarized If your contract is: A. $10,000 or more you are responsible for: 1. Compliance with the E.E.O. Clauses of Executive Order 11246 as amended (Exhibit A). 2. Submittal of E.E.O. Compliance Certificate prior to award of contract (Exhibit B). 3. Submittal of Construction Contractor Identification Data Form (Exhibit C). 4. Employment goals and timetable for women and minorities as published in Appendix A & B (Exhibit A }. 5. Submittal of Monthly Employment Utilization Report Form CC -257 submitted b the 5th of each month (Exhibit D). Submit to address shown on form. 6. Inclusion of E.E.O. Clause in all contracts for Supplies or Services over $10,000. 7. Compliance Review and Enforcement Procedures. B. $50,000 or more and you have more than 50 non - construction employees you are responsible for: 1. Compliance with 1 -7 above. 2. Contractor must have an approved (AAP) Affirmative Action Plan. To be submitted with bid. C. Supplies and Services The E.E.O. Clause of Executive Order 11246 as amended is required in all contracts over $10,000 for Supplies or Services. TABLE OF CONTENTS This implementation instruction has been developed within the parameters of the applicable named regulations herein. Furthermore definitive interpre- tations may be requested of the Regional Office involved as necessary. OBLIGATIONS OF CONTRACTING AGENCIES, APPLICANTS /GRANTEES, NON - CONSTRUCTION CONTRACTORS 1. Solicitations - EEO Inclusions Page l 2. Notification to OFCCP of Awards Page 1 3. Administering Agency Obligations Page 1 4. Applicant /Grantee Obligations Page 1 OBLIGATIONS OF CONTRACTORS /SUBCONTRACTORS 1. Prime Obligations to Subcontractors Page 1 2. Prime /Subcontractor EEO Clause Obligations; Certi- ficates Required Prior to Award of Contract; Gen- eral Obligations. Page 1 -2 3. Prime /Subcontractor Obligations; Goals, Timetables and Affirmative Action Steps. Page 2 -3 4. Prime /Subcontractor Monthly Reporting Requirements. Page 3 -4 5. Prime /Subcontractor Obligation to Undergo Review of Compliance and Enforcement Procedures. Page 5 EXHIBITS (Clauses /Notices /Specifications to be Included in Contracts /Subcontracts may be found as follows:) A. Executive Order 11246 EEO Clauses Construction Contractor Affirmative Action Requirements -Goals and Timetables Disabled Veteran and Vietnam Era Veteran Affirmative Action Clause Handicapped Workers Affirmative Action Clause B. Equal Employment Opportunity Compliance Certificate C. Construction Contractor Identification Data D. Monthly Employment Utilization Report - CC257 (Sample only) E. Sample EEO Policy Statement F. Listing of Region V Office Locations and Jurisdictional Area Section 60- 1.4(b) Section 60 -4.2 Section 60 -4.3 Appendix A & B Section 250.4 Section 741.4 EXECUTIVE ORDER 11246, AS AMENDED BY 11375 EQUAL EMPLOYMENT OPPORTUNITY (EEO) AND IMPLEMENTING REGULATIONS, CHAPTER 60 -1, 60 -3, 60 -4, 60 -20, 60- 50,.60 -250 AND 60 -741. OBLIGATIONS OF CONTRACTING AGENCIES, APPLICANTS /GRANTEES, NON- CONSTRUCTION CONTRACTORS 1. Federal contracting agencies, applicants /grantees and non - construction contractors must include the provisions of 60 -4.2 in all solicitations for offers and bids on all federally funded or assisted construction contracts or subcontracts over $10,000. Further, all subsequent construction contracts/ subcontracts must include the EEO Claus of Executive Order 11246, as amended, (also required under chapter 60- 1.4(a)) and the provisions of 60 -4.2 and 60 -4.3, Notice and Standard Specifications. Contracts /sub- contracts awarded directly by a federal agency must also include the EEO Clause of 60 -250 ($10,000 floor) and 60 -741 ($2,500 floor). 2. Administering agencies must include the provisions of 60- 1.4(b) as a condition of any grant, contract, loan, insurance or guarantee involving federally assisted construction over $10,000. 3. Contracting Officials (defined as federal contracting agencies, applicants/ grantees or non - construction contractors who award contracts /subcontracts over $10,000) must obtain required certifications from applicable prime and subcontractors PRIOR to award.(See Exhibit B for detailed certifications required). 4. Each contracting official must notify the Office of Federal Contract Compliance ( OFCCP) Regional Office in which the work is to be performed within 10 days of the date of an award of a contract/ subcontract over $10,000 which is federally funded or assisted indicating the data shown in sections 1 and 2 of the attached Construction Contractor Identification Data form. Region V of OFCCP covers the states of Minnesota Wisconsin, Michigan, Illinois, Indiana and Ohio. 5. Applicants /grantees who are recipients of federal funds for assistance in con- struction projects are subject to the obligations contained in 60- 1.4(b). 6. Holds preconstruction conference with contractor at least 10 days prior to start o work. OBLIGATIONS OF FEDERAL CONSTRUCTION CONTRACTORS AND SUBCONTRACTORS I. Primes and subcontractors of any tier are subject to the same obligations and it is the responsibility of each to keep their subcontractors fully informed. The term contractor hereafter includes primes and subs and the term contract includes primes and subs. 2. EEO Clauses in contracts (whether physically present or by operation) cover the entire workforce of a contractor; craft and non -craft employees in all locations. a. EEO posters are required to be posted at construction and office sites. b. Unions must be notified of the EEO policy of the company and such notifi- cation must be posted at construction and office sites. Sample policy statement is attached. " c. Applicable job opportunities must be listed with the State Employment Service. (Craft positions are not usually considered applicable). OBLIGATIONS OF FEDERAL CONSTRUCTION CONTRACTORS AND SUBCONTRACTORS (CONTINUED) d. All contractors (primes and subs) must include the EEO Clause of Executive Order 11246, as amended. Contracts /subcontracts awarded directly by a federal agency must also include the EEO Clauses of 60 -250 ($10,000 floor) and 60 -741 ($2,500 floor). e. Contractor Certifications must be made in writing by primes and subs to contracting officials (or primes) prior to award of a contract/ subcontract. (Use Exhibit B). f. An EEO Coordinator must be designated to monitor the compliance with all EEO provisions. g. Personnel records must be identifiable by race, sex, job title and location of work performed in order to comply with reporting and show evidence of good faith affirmative action efforts. h. Technical assistance may be requested of your local OFCCP Area Office as it relates to your compliance with EEO provisions. 3. Construction Contractor Affirmative Action Requirements - Goals and Timetables. (Applies to construction craft positions only). (See Exhibit A): a. Under Chapter 60 -4.2 and 60 -4.3 of the regulations, federally funded or assisted contracts or subcontracts over $10,000 must include the applicable provisions of this chapter, effective May 8, 1978. Contracts awarded prior to May 8, 1978 remain subject to the regulation that existed at the time of award except for administrative procedures such as where reports are filed,'etc. This chapter of the regulations requires that contractors make every good faith effort to achieve the goals and time tables for women and minorities as published in Appendix A and B. These provisions are applicable by performance of such a federal contract even if they were not physically included in the contract. Work performed by construction craft workers (includes working foreperson, apprentices, journey persons, trainees) in non - covered areas is subject to the affirma= tive action requirements for minorities in the EEO Clause of the contract. Availability statistics for minorities for these areas can be provided to you upon request so you have have a guide as to what proper minority representation should be in non-covered areas in your crafts. b. Notification of award of all subcontracts over $10,000 must be submitted to Regional Office of Federal Contract Compliance Programs ( OFCCP) within 10 days after the date of award of any such subcontract by a prime or a sub. The notification must include the data shown in Sections 1 and 2 of the attached Construction Contractor Identification form. (Exhibit C). c. Minority goals are applicable to the aggregate workforce of contractors and subcontractors in the covered area - NOT just the federal projects. Female goals are applicable to the contractor /subcontractor aggregate workforce regardless of area, again, NOT just federal projects. Goals are a percentage of the total craft hours worked in a covered area. -2- OBLIGATIONS OF FEDERAL CONSTRUCTION CONTRACTORS AND SUBCONTRACTORS (CONTINUED) d. Goals are to be achieved uniformly throughout the length of the contract - NOT to be achieved by the end of the contract. Goals are to be achieved in each trade and should be achieved evenly on all projects, both federal and non - federal. Transfers of minorities or women from job to job for the sole purpose of meeting goals is a violation of the regulations. e. Hours worked by non -craft supervisory personnel (such as non - working foreperson) are not attributable to craft hours. Working foreperson hours will be counted as craft hours. Trainee /apprentice hours must be in an approved program, trainee must be employed by contractor during training, and contractor must have firm job offer for the trainee after completion of training (based upon available opportunities) in order to attribute training hours to crafts. f. All contractors and subcontractors that are signatory to an approved Hometown Plan and using *signatory craft local unions and who neither have been removed from *voluntary status are subject to: (1) Individual Compliance with the Plan provisions and the EEO Clauses in their federal contracts. (2) Providing documentation to demonstrate their compliance with the provisions of the Plan. (3) Removal from the voluntary status and sanction action for failing to have taken good faith to achieve their individual fair share of the Plan's goals or for violation of the EEO Clause. (4) All reporting requirements contained herein. ( *Signatory (voluntary compliance) craft unions are Part I trades; all non - signatory or removed craft unions (trades) are Part II and are subject to 60 -4 specifications.) g. In the event goals are not achieved the contractor is responsible for carrying out every good faith effort and must be able to demonstrate evidence of having made such efforts. These efforts consist of compliance with Chapter 60 -4 requirements and at least the conduct of those specific affirmative action steps contained at 60- 4.2(a). NOTE: that involvement with voluntary organizations (Hometown Plans, etc.) or union provisions may NOT be used as an excuse for not achieving goals, nor may it be used as an excuse for not taking the affirma- tive action steps. 4. Monthly Employment Utilization Report (MEUR). (CC -257 and Lists of Projects): a. This report is due to the OFCCP Area Office in which contractor's permanent address pay office location exists, regardless of where the work it bein performed Attached is a listing of all Region V Area Offices and their jurisdiction by county. In cases where a contractor's permanent address is located outside of Region V, the CC -257 will be submitted to the Area -3- OBLIGATIONS OF FEDERAL CONSTRUCTION CONTRACTORS AND SUBCONTRACTORS (CONTINUED) Office in Region V in which the project is located. In cases where an approved Hometown Plan exists, signatory contractors employing recognized Part I trades must also supply copies of applicable CC -257's to the Hometown Plan Administrative Committee. b. CC -257's are due in all applicable contractors /subco ntractors the 5th of the month following the award of the contract /subco It should be noted that non- reporting or untimely reporting could be cause for enforcement proceedings against the specific contractors/ subcontractor in violation. Prime contractors will not be penalized for a subcontractor's noncompliance provided it has carried out its own duties of keeping the subcontractors informed of their obligations. In order to accomplish timely reporting, hours should be cut off as of the end of the 3rd pay period of the month and reflect the previous 4 or 5 week period. All CC -257's are to be signed by an officer of the company being reported. c. In preparing CC- 257's, it is suggested that a calculator that runs a tape of figures be used to retain a record of the statistical accumula- tion and how it was done. This type of documentation is necessary when your CC -257's are validated during a review process. d. A CC -257 must be filled out for each covered area in which you have a federal project and must report aggregate hours worked by all crafts (working supervision, journey persons, apprentices) in the area whether on federal or non - federal jobs. Listing of all currently covered areas for minorities may be found in Chapter 60, Part 60 -4, Appendix B, of the Code of Federal Regulations, Title 41. e. In addition, a CC -257 indicating total hours worked by all crafts in all areas collectively must be submitted by the 5th of each month to cover female goal requirements. This report should cover all crafts paid out of the permanent address location except in permanent address is outside Region V, then it should report all crafts working in Region V. f. CC -257 reports continue to be filed during the length of the federal contract(s) even if all work on federal projects is suspended for any reason (whether, etc.). Negative reports are required. Final CC -257's should be clearly marked as such. Goals are applicable to the aggregate workforces during the entire length of the federal contract /subcontract period. g. A listing of all federal projects in Region V indicating the data shown on the attached Contractor identification Data form, Section 2, must be submitted with the initial CC -257 filing. The listing should also show non - federal projects in Region V indicating name and location. h. Subsequent listings of projects are to indicate only new and /or completed federal and non - federal projects and are to be filed monthly with subsequent CC -257 filings. -4- OBLIGATIONS OF FEDERAL CONSTRUCTION CONTRACTORS AND SUBCONTRACTORS (.CONTINUED) 5. Compliance Review and Enforcement Procedures: a. Time and records must be made available to OFCCP Area Offices as necessary for informal compliance and on -site compliance review activity. This process is a means by which this agency will determine whether or not you have complied with the applicable EEO regulations covering your entire workforce on the basis of your being a federal contractor or subcontractor. This process will include validation of the CC -257 submissions and visits to actual job sites for interview of workers as applicable. Following are data or other applicable actions that you are obligated to provide or perform: (Refusal to provide time or records would result in a noncompliance status). (1) An officer of the company with authority to make binding legal commitments be present during the review process. Other personnel involved with the employment processes of your company must be available as well. (2) All original payroll records relating to construction craft employee hours worked indicating race, sex, job title and status, and where the work was performed. (3) Listings of all current employees, applicants for employment, new hires, promotions, transfers, terminations, indicating dates of hire or application, date of personnel action taken, indicating race, sex, job titles and reasons for terminations or non - selections of applicants. (4) Written evidence of all good faith efforts made to comply with the affirmative action requirements of the regulations relating to your entire workforce. b. In the event the review of your compliance results in finding of non- compliance, it will be necessary that you make firm written commitments to correct all identified deficiencies, possibly in a formal Conciliation Agreement. Corrective actions will include making up minority or female work hours that may have been lost as a result of lack of good faith efforts. If the company is unwilling, refuses or does not respond to the agency request for written commitments, the noncompliance finding would be followed up with enforcement action as follows: (1) A show cause notice would be issued to the contractor giving 30 days to indicate why enforcement proceedings should not be instituted. (2) Non - resolution of the allegations of deficiency in the show cause notice within 30 days would result in a recommendation to issue company a 20 -day notice to request a hearing prior to sanction action to terminate, cancel and debar the contractor from doing business with the federal government. (3) Breach of commitments in a Conciliation Agreement or direct violations of the EEO Clauses (such as discrimination) may be processed directly through a hearing without the benefit of a show cause notice. -5- Exhibit "A" E.O. CLAUSE 11246 From E.O. 11246 as Amended (b) FEDERALLY ASSISTED CONSTRUCTION CONTRACTS Except as otherwise provided, the following language shall be included as a condition of any grant, contract, loan, insurance, or guarantee involving federally assisted construction which is not exempt from the requirements of the equal opportunity clause: The applicant hereby agrees that it will incorporate or cause to be incorporated into any contract for construction work or modification thereof, as defined in the regulations of the Secpet.ary of Labor at 41 CFR Chapter 60, which is paid for in whole or in part with funds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to a grant, contract, loan, insurance, or guarantee, or undertaken pursuant to any Federal program involving such grant, contract, loan, insurance, or guarantee, the following equal opportunity clause: During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to, the following: Employment, upgrading, demotion, or transfer; recuitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. (3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided by the Contract Compliance Officer advising the said labor union or workers' representatives of the con- tractor s commitment under this section, and shall post copies of the notice,in conspicuous places available to employees and applicants for employment. (4) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (5) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the Department and the Secretary of Labor cage 1 of 3 Exhibit "A" Fq for purposes of investigation to ascertain compliance with such rules: regulations, and orders. (6) in the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be cancelled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (7) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (l),through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the Department may direct as a means of enforcing such provisions, including sanctions for noncompliance: PROVIDED, HOWEVER, That in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the Department, the contractor may request the 'United States to enter into such litigation to protect the interest of the United States. The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: PROVIDED, That if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumen- tality or subdivision of such government which does not particpate in work on or under the contract. The applicant agrees that it will assist and cooperate actively with the Department and the Secretary of Labor in obtaining the compliance of con- tractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor; that it will furnish the Department and the Secretary of Labor such information as they may require for the supervision of such compliance; and that it will otherwise assist the Department in the discharge of its primary responsibility for securing compliance. The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demon- strated eligibility for, Government contracts and federally assisted con- struction contracts pursuant to the Executive order and will carry out such Page 2 Exhibit "A" sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the Department or the Secretary of Labor pursuant to Part II, Sub -part D of the Executive order. In addition:, the applicant agrees that if it fails or refuses to comply with these undertakings, the Department may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refusal occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings. (C) SUBCONTRAC Each nonexempt prime contractor or subcontractor shall include the equal opportunity clause in each of its nonexempt subcontracts. Authority: Part 130.15 (b) issued under Sec. 201, Executive Order 11246, 30 F.R. 12319; and 41 CFR 60- 1.4(b)(c). Page 3 of 3 Exhibit "A" § 604.2 - - Solicitations! (a) All Federal contracting officers and all applicants shall include the notice set forth in paragraph (d) of this section and the Standard Federal Equal Employmem Opportunity Con- struction Contract SpeciScattons set forth in 1 60-4.3 of this part in all so- hertataans for offers and bids on all Federal and federally assisted cort- struction contracts or subeonc2ets to be performe$ in geographical areas designated by the Director pursuant to § 60-4.6 of the part. Administering agencies s:nal"1 require the includion of the notice set forth in paragraph (d) of this seem and the specifications set forth in § 60-4.3 of this part as a condition of any grant contract. sub- contract, loan, insurance or guarantee involving federally assisted construc- tion covered by this part 60-4. (b) All nonconstruction contractors covered by Executive Order 11246 and the implementing regulations shall in- clude - the notice in paragraph (d) of' this section in all construction agree- ments which are necessary in whole or in part to the performance of the cov- ered nonconstruction contract. (c) Contracting officers. applicants and nonconstruction contractors shall given written notice to the Director within 10 .writing days of award of a contract subject to these provisions. The notification shall include the name, address and telephone number of the contractor, employer identifica- tion number: dollar amount of the contract, estimated starting and com- pletion dates of the contract; the con- tract number. and geographical area in which the contract is to be per- formed. (d) The following notice shall be in- cluded in. and shall be a part of, all so- licitations for offers and bids on all Federal and federally- assisted con- RULES AND REGULAVONS struction contracts or subcontracts in excess of $10.000 to be performed in geographical areas designed by the Di- rector pursuant to § 60=4.6 of this part (see 41 CPR 60 -4=a)k NOT= or REQmitruzirr PoR Asrtasuafvs AcrsoNr To Exs=r Ec uAL ExpLoymE xT OrroRSUN= (ExEcuxrvE ORDER 11246) I. The Offeh or's or Bidder's attention is called to the "Equal Opportunity Clause and the "Standard Federal Equal Employ- ment Opportunity Construction Contract Specifications" set forth herein. - I The goals and timetables for minority and female participation. expressed in per- centage terms for the Contractors aggegate workforce in each trade on all construction work in the covered area. are as follows.. Goats for Goals for female Timetables minority . participation in participation for each trade each -trade See Attached Appendix B A These: goals are applicable to all the Con- tractor's construction work (whether or not it.is Federal or federally assisted) performed in the covered area The Contractor's compliance with the Ex- ecutive Order and the regulations im 41 C7R Part 69-4 shall be based on its implementa� tiou of the Equal Opportunity Clause. spe- cific affirmadve action obligations .required by the specifications set forth in 41 CFTL 60- 4.U" and its efforts to meet the goals es- tablished for the geographical area where the contract resulting from this solicitation is to- be performed. The hours of minority and female employment and training must be sabstantlally uniform throughout the length of the contract and in each trade and the contractor shell make a good faith effort to employ minorities and worsen evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from proj- ect to project for the sole purpose of meet- ing the Contractors goals shall be a viola- tion of the contract. the Executive Order and the regulations in 41 CPR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3- The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award of any con- struction subcontract in excess of $10.000 at any tier for construction work under the contract resultingg from this solicitation. The notification shall list the name. address and telephone number of the subcontractor. employer identification number estimated dollar amount of the subcontract: estimated starting and completion dates of the sub- contract: and the geographical area in which the contract is to be performed 4. As used in this Notice, and in the con- tract resulting from this solicitation. the ^covered area" is (insert description of the geographical areas where the contract is to be performed giving the state, county and city, if any). . § 60-4.3 Equal opportunity clauses: (a.) The equal opportunity clause published at 41 CPR 60- 1.4(a) of this rul-e-k -V chapter is required to be included in. and is part of. all nonexempt Federal contracts and subcontracts. including construction contracts and subcon- tracts_ The equal opportunity clause published at 41 CFR 60- 1.4(b) is re- quired to be included in, and is a part of, all nonexempt federally assisted construction contracts and subcon- tracts. In addition to the clauses de- scribed above. all Federal contracting officers. all applicants and all noncon- struction contractors, as applicable, shall. include the specifications set forth in this section in all Federal and federally assisted construction con- tracts in excess of $10,000 to be per- formed in geographical areas designat- ed by the Director pursuant to § 60-4.6 of this part and in construction sub - contracts in excess of $10,000 neces- sary in whole or. in part to the per - formande of nonconstruction Federal contracts and subcontracts covered under the Executive Order. STANDARD FEDERAL Eq uAL EU2WYXEXT ,OP- PoaTuxrrs CoxsTRrcri Co=RAcT S PEci- ncaTiom (E=CUTivs ORDER 11246) L As used in these specifications: a - Covered area' means the geographical area described In the solicitation from which this contract resa ted` b. "Director" means Director. Office of Federal Contract Compliance . Programs. Baited States Departmem of Labor. or any_ person to whom the Director delegates an- thority: c. Employer identification number" means the Federat- Social Security number used on the Employer's Q•uaner`.y Federal Tax Return. B.S. Treasury Department Form 841. .d "Minority" includes W Black (all persons having origins in. any of the Black African racial groups not of Hispanic origin): (ii) Hispanic (all persons of _Mexican. Puerto Rican. Cuban. Central. or South American or other Spanish Culture or origin, regardless of race): (iii) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent,.or the Pacific Islands): and (iv) American Indian or Alaskan Native ( all persons having origins m any of the original peoples of Nbrth America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the Contractor or any Sub- contractor at any tier. subcontracts a por- tion of the work involving any construction trade., it shall physically include in each subcontract in excess of $10,000 the provi- sions of these specifications and the Notice which contains the applicable goals for mi- nority and female participation and which is set forth in the solicitations from which this contract resulted 3. if the Contractor is participating (pur- suant to 41 CPR 60 -4.5) in a Hometown Plan approved by the - U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work is the Plan area (including goals and timetables) shall be in accordance with that Plan for those FEDERAL REGISTER, VOL. 43, NO. 204 — FRIDAY, OCTOBER 20, 1978 Exhibit "4" 49256, trades which have unions participating in the Plan. Contractors must be able to dem- onstrate their participation in and compll- ance with the provisions of any such Home- town Plan. Each Contractor or Subcontrac- tor participating in an approved Plan is indi- vidually required to comply with its obliga- tions under the EEO clause, and to make a good faith effort to achieve each goai.under the Plan in each trade in which it has em ployees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcon- tractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards pro- vided in paragraphs 7a through p of these specifications. The goals set forth in the so- licitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minor- ity and female utilization the Contractor should reasonably be able to achieve in each. contruction trade in which it has - employees in the covered area. The Contractor is ex- pected to make substantially uniform pro- gress toward its goals in each craft during the period specified S. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a col- lective bargaining agreement, to refer either minorities or women shall excuse the Con- tractor's obligations under these specifica- tions, Executive Order 11246, or the regula- tions promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals. such appren- tices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commit- ment to employ the apprentices and train- ees at the completion of their. training, sub- ject to the availability of employment op= portunities. Trainees must be trained pursu- ant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific af- firmative actions to ensure equal employ - ment opportunity. The evaluation of the' Contractor's compliance with these specifi- cations shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these ef- forts fully, and shall implement affirmative action steps at least as extensive as the fol- lowing: a Ensure and maintain a working environ- ment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are as- signed to work. The Contractor, where pos- sible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, super- intendents, and other on -site supervisory personnel are aware of and carry out the Contractor's obligation to maihtain such a working environment, with specific atten- tion to minority or female individuals work- ing at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources. provide written notification to minority and female recruitment sources and to commu- nity organizations when. the Contractor or its unions have employment opportunities available.' and maintain a record of the orga- nizations' responses. RULES AND_ REGULATIONS c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off - the - street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such Individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or. if referred not employed by the Contractor, this shall be documented in the file with the reason therefor. along with whatever additional ac- tions the Contractor may have taken. d Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Con- tractor- has other - information that the union referral process has impeded the Con - tractor's efforts to meet its. obligations. e. Develop on- the -job training opportuni- ties and/or participate in training programs for the area which expressly include minor - ities and. women, including upgrading pro - grams and apprenticeship and trainee pro- grams relevant to the Contractors employ- ment needs, especially those , programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above-- L Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and request- ing their cooperation in assisting the Con- tractor In meeting its EEO obligations; by including it in any policy manual and collec- tive bargaining agreement; by publicizing it in the company newpaper, annual report. etc„ by specific review of the policy with all management personnel and with all mindr- ity and. female employees at least once a year and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construc- tion work is performed g Review, at least annually, the compa- ny's EEO policy and affirmative action obli- gations under these specifications with all employees having any responsibility for hiring, assignment: layoff, termination or other employment decisions including spe- cific review of these items with onsite super- visory - personnel such as Superintendents, General Foremen, etc., prior to the initi- ation of construction work at any job site. A written record shall be made and main- tained Identifying the time and place of these meetings. persons attending, subject - matter discussed and disposition of the sub- ject matter. h. Disseminate the Contractor's EEO policy externally by including it in any ad- vertising in the news media, specifically in- cluding minority and female news media and providing written notification to and discussing the Contractor's EEO policy with other *Contractors and Subcontractors with whom the Contractor does or anticipates doing business. I. Direct its recruitment efforts, both oral and written, to minority, female and com- munity organizations. to schools with mi- nority and female students and to minority and female recruitment and training organi- zations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the accept- ance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notifica- Lion to organizations such as the above. de. scribing the openings, screening procedures. and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and. where reasonable, provide after school, summer and vacation employ- ment to minority and female youth both on the site and in other areas of a Contractor's work force. k. Validate all tests and other selection re- quirements where there is an obligation to do so under 41 CFR Pan 60 -3. L Conduct, at least annually. an inventory and evaluation at least of all minority and female personnel for promotional opportu- nities and encourage these employees to seek or to prepare for, through appropriate training, etc., such dpportunities. m. Ensure that seniority practices. job classifications. work assignments and other personnel practices, do not have a discrimi- natory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Con- tractor's obligations under these specifica- tions are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that sep- arate or single -user toilet and necessary changing facilities shall be provided ' to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contrac- tors and suppliers, including circulation of solicitations to minority and female contrac- tor associations and other business associ- ations. p. Conduct a review, at least annually, of all supervisors' adherence to and perform- ance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to partici- pate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through p). The ef- forts of a contractor association, joint con- tractor- union. coatractor- community. or other similar group of which the contractor is a member and participant, may be assert- ed as fulfilling any one or more of its obliga- tions under 7a through p of these Specifica- tions provided that the contractor actively participates in the group. makes every effort to assure that the group has a posi- tive impact on the employment of minor- ities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a- good faith effort to meet its individual goals and timetables. and can provide access to documentation which demonstrates the ef- fectiveness of actions taken on behalf of the Contractor. The obligation to comply. how- ever, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a sepa- rate single goal for women have been estab- lished The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minor- ity groups, both male and female, and all women. both minority and non - minority. Consequently, the Contractor may be in vio- lation of the Executive Order if a particular group is employed in a substantially dispa- rate manner (for example, even though the FEDERAL REGISTER, VOL. 43, NO. 204 -- FRIDAY, OCTOBER. 20, 1978 60 -4.3 Continued a Exhibit " A " Contractor has achieved its goals for women generally, the Contractor may be in viola- tion of the Executive Order if a-specific mi- nority group of women is underutilized). 10. The Contractor shall not use the goals and timetables, or affirmative action stand- ards to discriminate against any person be- cause of race, color. religion- sex. or national origin 11. The Contractor shall not enter into any Subcontract with any person or firm de- barred from Government contracts pursu- ant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Oppor- tunity Clause. including suspension. termi- nation and cancellation of existing'subcon- tracts as may be imposed or ordered pursu- ant to Executive Order 11246, as amended and its implementing regulatiom by the Office of Federal Contract 'Compliance Pro - grams. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Execu- tive Order 11246. as amended. - 13. The Contractor. In fulfilling its obliga- tioris under these specifications. shall imple- ment specific affirmative action ste= at least as extensive as. those standards pre - scribed in paragraph 7 of these specifica- tions. so as to achieve maximum results from its efforts to ensure equal employment opportunity. It the Contractor fails to comply with the requirements of the Execu- tive Order. the implementing regulations. or these specifications. the Director shall pro - ceed in accordance with 41 CFR 60.4.8. 14 The Contractor shall designate a re- sponsible official to all employment related activity to ensure that the company EEO policy is being carried- out. to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee the name., address, tele- phone numbers, construction trade, union affiliation if any. `employee identification number when assigned, social security number. race. sex. status (e.g- mechanic ap- prentice trainee, helper. or laborer). dates of changes in status. hours worked per week in the indicated trade. rate of pay. and loca- tions at which the work was performed. Records shall be maintained in an easily un- derstandabie and retrievable form: however. to the degree that existing records, satisfy this requirement. contractors shall not be required to maintaiasepamte records. 15. Nothing herein provided shall be con- strued as a limitation upon the application of other laws which establish different standards of compliance or upon the appli- cation of requirements for the hiring of local or other* area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). (b) The nonce set forth in 41 CFR 60-4.2 and the specifications set forth in 41 CFR 60-4.3 replace the ' New Form for Federal Equal Employment Opportunity.Bid Conditions for Feder- al and Federally Assisted Construction published at 41 FR 32482 and com- monly known as the Model Federal EEO Bid Conditions. and the New Form shall not be used after the. regu- lations in 41. GFR Part 60-4 become ef- fective. FEDERAL REGISTER, VOL. 43, NO. 204 — FRIDAY, OCTOBER 20, 1978 8)21/78 U.S. DEPARTMENT OF LABOR Appendix "A EMPLOYMENT STANDARDS ADMINISTRATION or plCa on PaoaRAt. Co"TRACT COMPUANCZ PROGRAMS WOMEN AND MINORITIES IN CONSTRUCTION Reprint fiem Federal Re ' er, Volume 43, No. 88 PSiday, May 5, 1978, Pages 19473- 19474) Goals and Timetables [4510 -47, APPrsmrs A The following Boats and timetables for female utilization shall be included in all Federal and federally assisted construction cont -sets and subcontracts in excess of 310,600. The goals are appileable to the con- tractors aggregate on -site construction workforce whether or not part of that work- force is performing work on a Federal or federally. assisted construction contract or suocontract. Area covered: Goals for Women apply na- tionwide. oHI. Goals Timetable (Percent) womu,i Am mmo11sm w coNmucnoN wmme&y From Apr. 1, 1978 until Mara 31, 1979 3.1 PWtiapaaea in me ied,st r From Apr. 1, 1979 until Mar. 31, 1980 5.0 From Apr. 1, 1980 until fjrlFra- Ra}ice- 6.9 AGENCY: Office of Federal Contract Compliance Programs. Labor. ACTION: Correction. SUMMARY: This notice is a oorrec- tion of the notice establishing goals and timetables .for female and minor- ity utilization for construction con- tractors and subcontractors subject to Executive Order 11246. as amended (30 FR 12319. 32 FR 14303). EFFECTIVE DATE: May 8, 197& FOR FURTHER INFORMATION CONTACT W illilam Raymond. Associate Direc- tor, OFCCF, 202 -523 -9447. SL*PPLEMENTARY INFORMATION: In FR Doc. 78 -9084 appearing at 43 F. 1•.899 (April 7, 1978), the Depart- ment of Labor published a notice es- tablishing goals and timetables for female and minority utilization for construction contractors subject to Ex- ecutive Order 11246, as amended. The Apr"' ?, 1978, notice contained Appen- dix A Which established goals and ti- metables for female utilization and Appendix B Which established goals and timetables for minority utiliza- tion. A number of errors Were con- tained in the appendices. and because the appendices are expected to be used constantly by procurement officers and full documents are republished in full as corrected. Dated: April 25,1978. WELDOR J. ROUGFAU, Director, OFCCP. APPrsmrs A The following Boats and timetables for female utilization shall be included in all Federal and federally assisted construction cont -sets and subcontracts in excess of 310,600. The goals are appileable to the con- tractors aggregate on -site construction workforce whether or not part of that work- force is performing work on a Federal or federally. assisted construction contract or suocontract. Area covered: Goals for Women apply na- tionwide. APPENIPIX $ Federal Register / Vol. 44. No. 175 / I riday, September 7, 1979 / Notices Appendix B Until further notice, the following goals and timetables for minority utilization shall be included in all Federal or federally- assisted construction contracts and subcontracts in excess of $10,000 to be performed in'the respective covered areas. The goals are applicable to the contractor's aggregate on -site construction work- force whether or not part of that workforce is performing work on a Federal or federally- assisted construction contract or subcontract. MINNESOTA ECONOMIC AREA IA Chraan to Guthrie 096 Mimeepolis -St Patel. MN IA Des Moines IA Jasper IA Henry IA Jefferson SMLSA $120 MirmeapollsSt. Pad. MN -WI _.....�..........._ MN A What' MN Caner MN Chisel MN Dakota MN Hertrneein ✓ MN Scott MN Washwgton MN Wright MN St Crobt NW St Cloud. MN Benton MN Sherburne MN storm MN ANkin MN Big Store MN BWe Earth MN Brown Ap'1 Cass MN Chippewa MN Crow Wing MN Douglas MN Farb" MN Good MN Grant MN Isanti . MN Kanabec. : LMN Kandyolti MN Lac fAW Pads MN Le Sueur MN MCL00d MN Martin MN Meeker MN Mille Lacs MN Morrison MN t4e1 MRN Pkne MN Pope MN Rer MN Moe MN Sibley MIN Slevem MN SwrR MN Todd . MN Traverse MN Wadene MN Waseca ' MN Watonwan MN Yellow Medidne WI Burma IM'Piel WI Pock 097 Rochester. MN fMt.SA PX Rochester. MN MN Olmsted MOMSMSA comes. »..._... MN Dodge MN Fillm" MN Freeborn MN Mower MN Steele ' MN Wsbaahe IOWA ECONOMIC AREA 098 Dubuque, IA IMSA D ubuque. IA ............. ......_. G Dubuque NW -eAM ootmbea...__.___...»_....._..._.___._....— R Jo Dawess M AMamake s IA Clayton N Daleww iW Jackson `N Wwashaek M CSewlord Will Gram Ya Lehiyedis IA Lee IA Keokuk 2.9 to Louisa IA Lures IA Muscatine IA Madison MO Clark I o Mahaska 0.5 1.4 0.9 0.6 0.5 100 Cedar Rapds, IA SMSA 1360 Cedar Rapids. IA..._..»............ IA Urn NorSMSA counties . »._... IA Benton IA Cedar tA Iowa IA Johnson IA Jones IA Washington 101 Waterbo.lA SMSA 8920 Waterioo•Cedar F IA Black Hawk Non-SMSA counties IA Bremer IA Buchanan IA Butler. IA Cerro Gordo IA Chickasaw IA Fayette IA Floyd IA Franklin IA Grundy IA Hancock IA Harr" IA Howard IA Mitchell IA Wirmegago IA Worth 102 Fort Dodge, IA Non -SMSA counties.»._ IA Buena Vista Calhoun IA Carroll IA Clay IA Dickinson IA Emmet IA Greene 1A Hamilton IA Humboldt IA Kossuth IA Palo Alto M4 Pocahontas IA Sac IA Webster IA Wright 103 Sioux City, LA SMSA 7720 Sioux Gty. IA-NE IA Woodbury NE Dakota Non-SMSA counties.______...._,....... ,.....� IA Cherokee 'A Crawford IA Ida IA Monona IA O'Brien IA Plymouth IA Sioux NE Antelope NE Cedar NE Cur ng NE Dixon NE Knox , NE Madison NE Pierce NE Stanton NE Thurston NE Wayne SO Ban Homme SO Clay SO Union SO Yankton 1.7 1.5 4.7 F37 0.4 1.9 12 '1A Marion IA Marshall IA Monroe IA Poweshiek IA Ringgold IA Story IA Tama IA Union IA Van Buren IA Wapeno IA Wayne MISSOURI ECONOMIC AREA 105 Kansas City. M-0 SMSA 3760 Kansas City. MO- KS..._.._ KS Johnson KS Wyandotte MO Cass MO Clay MO Jackson MO Platte MO Ray 4150 Lawrence. KS -_._ -- KS Douglas 7000 St. Joseph. MO... MO Andrew MO Buchanan Non -SMSA coumtres. _.......„. KS Anderson KS Atchison KS Brown KS Dompnan KS Frank" KS Leavenworth KS Lunn KS Miami MO Atchison MO Bates MO Benton MO Caldwell MO Carroll MO Clinton MO Daviess MO Dekalb MO Gentry MO Grundy MO Hanson MO Henry MO Holt MO Johnson NO Lafayette MO Livingston MO Mercer - MO Nodaway MO Pettis MO Saline MO Worth 106 Columbia. MO SMSA 1740 Columbia, MO._. ...-._._._......_.._._......_._ MO Boone Non -SMSA counties­....„. MO Adair MO Audrain MO Callaway MO Camden MO Chariton MO Cole MO Cooper MO Howard. MO Knox - MO Unn . MO Macon MO Miller MO Moniteau 12.7 72 3.2 110.0 63 4.0 RULES AND REGULATIONS �-fi 250.4 . Affirmative action clause. Each agency - and' each contractor and subcontractor shall include the .following affirmative action clause in each of its covered government con- tracts or subcontracts Cand mod ifica.- tions, renewals, or extensions thereof If not. included irr the original con- tract ): AmRxAnvE ACTION FOR. DISABLED VETERANS AND VETERANS of THE V IBTNAM EBA (a) The contractor will not discriminate against any employee or applicant for em- ployment because he or she is a disabled veteran or veteran of the Vietnam era in regard to any position for which the em- ployee or applicant for employment is quali- fied.. The contractor agrees to take affirma- tive action to employ, advance in employ- ment and otherwise treat qualified disabled veterans and veterans of the Vietnam era without discrimination based upon their dis- ability or veterans status irr all employment practices such as the following Employ- ment upgrading, demotion or transfer, re. cruitment. advertising. layoff or termina- tion, rates of pay or other forms of compere. sati6n. and selection for training, including apprenticeship. (b) The contractor agrees that all suitable employment openings of the 'contractor which. exist at the time of the execution of this contract and those which occur during the performance. of -this contract, including those not generated by this contract and in- - eluding those occurring at an establishment of the contractor other than the one where- in. the contract is being performed but ex- cluding those. of independently operated' corporate affiliates, shall be listed at an. appropriate local office of the State employ- ment service system wherein the opening occurs.. The contractor further agrees to provide such reports to such local office re= garding employment openings and hires as may be required. State and local government agencies hold- ing Federal contracts of $10.000 or more shall also list all their suitable openings with the appropriate office of the State em- ployment service, but are not required to provide those reports set fortlx in para- graphs (d7 and (e). (c) -f isttnr of. emproyinent-openinsg with the employment'service sy3tem- ptn3uantA0 _ this clause shall be made at. least, concur rently with the use of any other recruit ment source or effort. and shall involve the normal obligations which attach to the plac- ing of a bona fide job order, including the acceptance of referrals of veterans non - veterans. The listing of employment open- ings does not require the hiring of any par- ticular job applicant or from any particular group of job applicants, and nothing herein is intended to relieve the contractor from any requirements in Executive Orders or regulations regarding nondiscrimination in employment. (d) The reports required by paragraph (b) of this clause shall include. but not be limit-' ,ed to. periodic reports which shall be filed 'at Ieast quarterly with the appropriate local office or; where the eontractor'has more . than one hiring location`in a State.'with the central office of that State employment service. Such reports shall indicate for each hiring location (D the number of individ- uals Hired during. the reporting period..(2) the number of nondisabled veterans of the Vietnam era hired, (3)'the number of dis- abled veterans of the Vietnam ,era hired. and (4) the total number of disabled veter- ans hired. The reports should include cov- ered veterans hired for on- the -job training under 3a U.S.c. 1787. The contractor shall submit a report;wfthin 30 days after the end of each reporting pericid wherein any per - formanm ig made on` this contract Identify- ing data for each hiring, location. The- con- tractor shall maintain at each hiring'loes- tion copies of the reports submitted until the expiration of one year after final pad- ment under the contract, during which time these reports and related documentation shall be made available, upon request. for examina by any authorized representa- tivw of the contracting officer or of the Sec- retary of Labor. Documentation ,would in- blude-personneI. records respecting job open - ings, recruitment and placement. ' (e) Whenever the contractor becomes con - .tractuailY bound to the listing provisions of this clause. it shall advise the employment service system in each State where it has es- tablishments of the name and location of each hiring location in the State. As long as the contractor is contractually bound - to these provisions and has so advised the State system, there is no need to advise the State system of subsequent contracts. The contractor may advise the State system when it is no longer bound by this contract clause-. (f) This clause does not apply to the list- ing of employment openings which occur and are filled outside of the 50 States- the District. of Columbia, Puerto Rico. Guam. and the Virgin Islands (g) The provisions of paragraphs (b)., to). (d), and (e) of this clause do not apply to openings which the contractor proposes: to fill from within. his owix organization or to fill pursuant,to a customary and traditional employer -union hiring arrangement. This exclusion does not apply to a particular opening once an employer decides to consid- er applicants outside of his own organza- . tion or employer -union arrangement for that opening. . (h) As used. in this clause: (1) "All suitable employment openings" includes, but`is not limited to, openings which occur in the fol- Towing lob categories: Production and non- production: plant and office: Iaborers and FEDERAL REGISTER, VOL 43, NO. 204 — FRIDAY, OCTOBER 20, 1978 Exhibit "A" mechanics: supervisory and nonsupervisory: technical: and executive: administrative. and professional openings as are compensat- rd on a salary basis of less than $25.000 per year. This term includes full -time employ- ment, temporary employment of more than 3 days' duration. and part -time employment. It does not include openings which.the con tractor proposes to fill from within his own organization or to fill pursuant to a custom- ary and traditional employer -union hiring arrangement nor openings in an educational institution which are restricted to students ' of that institution.. Under the most compel- ling circumstances an employment opening may not be suitable for listing, including such situations where the needs of the Gov- ernment cannot reasonably be otherwise supplied" where listing would be contrary to national security. or where the requirement of Iisting would otherwise not be for the best interest of the Government. (2) "Appropriate office of the State em- ployment service system" means the Iocal office of the Federal -State national system of public employment offices with assigned responsibility for serving the area where the employment opening is to be filled. includ- ing the District of Columbia. Guain. Puerto Rico, and the Virgin Islands. (3) "Openings which the contractor pro - p6ses to fill from'within his own organiza- tion" means employment openings • for which no consideration will be given to per- sons outside the contractor's organization (including any affiliates. subsidiaries: and the parent companies) and includes any openings which the contractor proposes to fill from regularly established "recall** lists. (4) "Openings which the contractor pro- poses to fill pursuant to a customary and traditional employer -union hiring arrange- ment" means employment openings which the contractor proposes to fill from union halls. which is part of the customary and traditional hiring relationship which exists between the contractor and representatives of his employees. (i) The contractor agrees to comply with the rules, regulations. and relevant orders of the Secretary of Labor issued pursuant to the Act. (j) In the event of the contractor's non- compliance with the requirements of this clause, actions for noncompliance may be taken in accordance with the roles. regula- tions, and relevant orders of the Secretary of Labor issued pursuant to the Act. (k) The contractor agrees to post in con- spicuous places, available to employees and applicants for employment. notices in a form to be- prescribed by the Director. pro- vided by or through the contracting officer. Such notice shall state the contractor's obli- gation under the law to take. affirmative action to employ and advance in employ- ment qualified disabled veterans and veter- ans of the Vietnam era for employment. and the rights of applicants and employees. (1) The contractor will notify each labor union or representative of workers with which it has a collective bargaining agree- ment or other contract understanding. that the contractor is bound by the terms of the Vietnam Era Veterans Readjustment Assist- ance Act. and is committed to take affirma- tive action to employ and.advance in em- ployment qualified disabled veterans and veterans of the Vietnam era. (m) The contractor will include the provi- sions of this clause id every subcontract or purch order of $10.000 or more unless exempted by rules, regulations. or orders of the Secretary issued pursuant to the Act. so that such provisions will be binding .upon each subcontractor or vendor. The contrac. tor will take such action with respect to any subcontract or purchase order as the Direc- tor of the Office of Federal Contract Com- pliance Programs may direct to enforce such provisions, including action for non. compliance. 60 -4,3 Continued RULES AND REGULATIONS Exhibit "A" Contractor has achieved its goals for seamen generally, the Contractor may be in viola- tion of the Executive Order if a. specific mi- nority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative aotion stand - ards to discriminate against any person be- cause of race, color, religion, sex, or national origin. 11. The Contractor shall not enter unto any Subcontract with any person or firm de- . barred. from Government contracts .pursu- ant to Executive Order 11246- - 12. The Contractor shall carry out such sanctions, and penalties for violation of these specifications and of the Equal Oppor- tunity Clause, including suspension, termi- nation and cancellation of existing'subcon- tracts -as may be imposed or ordered pursu- ant to Executive Order 11246, as amended, and its implementing regulations, by the- Office of Federal Contract Compliance Pro - grams. Any Coptractor who .fads to carry out such sanctions and penalties shall be in violation of these specifications and Execu- tive Order 11246. as amended 13. The Contractor. in fulfilling its obliga -- 'tions under these' specifications, shall Imple- ment specific affirmative action step3, at least as extensive as. those standards pre - scribed in paragraph 7 of these specifics - tiorm so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Execu- tive Order, the implementing regulations, or these specifications. the Director shall pro- Geed in accordance with 41 CPR 60.4.8. 14-. The Contractor shall designate a re- sponsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to- kcep records. Records shall at least include for each employee the name., address, tele- phone numbers. construction trade, union affiliation if any, "employee identification ' number. when- "assigned,, social security number, race, sex, status (og.. mechanic, ap- prentice trainee, helper, or laborer), dates of changes in status. hours worked per week in the indicated trade, rate of pay, and loca- tions at which the work was performed. Records shall be maintained in an easily un- derstandable and retrievable form; however. to the degree that existing records,satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided sha11 be con- strued as a limitation upon the application of other laws which establish different,- - standards of compliance or upon the appii- eation of requirements for the- hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). (b) The notice set forth in 41 CFR 60-4.2 and the specifications set forth in 41 CFR 60-4.3 replace " the ' New Form for Federal Equal Employment Opportunity.Bid Conditions for Feder - al and Federally Assisted Construction published at 41 FR . 32482 and com- monly known as the Model Federal ._EEO Bid Conditions, and the New Form shall not be used after the regu latior in 41- C:PM Part 60jk beeorae.ef- fective.. ". FEDERAL REGISTER, MOL 43, NO. 204 — FRIDAY, OCTOBER 20, 1978 Exhibit "B" EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE CERTIFICATE As used in this certificate the term "subcontract" includes the term "purchase order" and all other agreements affectuating purchase of supplies or services. If this certificate is submitted as part of a bid or proposal the term "Seller" shall deemed to refer to the Bidder or Offeror, or Subcontractor or Supplier. This certi- ficate shall be renewed annually. Notwithstanding the foregoing,'the certifications made herein shall remain applicable until completion of all nonexempt contracts/ subcontracts awarded while this certificate is in effect. The undersigned Seller certifies the following to hereinafter referred to as Buyer: A. REPORTS: Within thirty (30) days after Buyer's award to Seller of any contract/ subcontract and prior to each March 31 thereafter during the performance of work under said subcontract, the Seller shall file Standard Form 100, entitled "Equal Employment Opportunity Employer Information Report EEO -1" in accordance with instructions contained therein, unless Seller has either filed such report within 12 months preceding the date of award or is not otherwise required by law or regula- tion to file such a report. B. PRIOR REPORTS: Seller, if it has participated in a previous contract or sub- contract subject to the Equal Opportunity Clause (41 C.F.R. Sec. 60 -1.4 (a)(1) through (7), or the clause originally contained in section 301 of Executive Order No. 10925, or the clause contained in section 201 of the Executive Order No. 11114, has filed all required compliance reports. Seller shall obtain similar representations indicating submission of all required compliance reports, signed by proposed subcontractors, prior to awarding subcontracts not exempt from the Equal Opportunity Clause. C. CERTIFICATION OF NONSEGREGATED FACILITIES: Seller certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. Contractor certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. Seiler agrees that a breach of this certifi- cation'is a violation of the Equal Opportunity Clause in this certificate. As used in this certification, the term "segregated facilities" means any waiting rooms, work area, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, or national origin, because of habit, local custom or otherwise. Contractor further agrees that (except where it has obtained identifical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause; that it will retain such certifications in its files; and that it will forward the following notice to such proposed subcontractors (except where the proposed subcontractors have submitted identical certifications for specific time periods): NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR CERTIFICATIONS OF NONSEGREGATED FACILITIES. A Certification of Nonsegregated facilities, as required by Section 60 -1.8 of Title 41 of the Code of Federal Regulations, must be submitted prior to the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportuntiy Clause. (Note: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001). D. AFFIRMATIVE ACTION COMPLIANCE PROGRAM Prior to 120 days after receipt of any subcontract in the amount of $50,000 or more from Buyer, Seller, if it has 50 or more non - construction employees and is not otherwise exempt under 41 C.F.R. Part 60 -1, shall have developed for each of his establishments a written affirma- tive action compliance program as called for in 41 C.F.R. Sec. 60 -1.40. Seller will also require its lower -tier subcontractors who have 50 or more employees and receive a subcontract of $50,000 or more and who are not otherwise exempt under 41 C.F.R. Part 60 -1 to establish written affirmative action compliance programs in accordance with 41 C.F.R. Sec. 60 -1.40. E. Seller certifies that it is not currently in receipt of any outstanding letters of deficiencies, show cause, probably cause, or other such notification of noncompliance with EEO regulations. Executed this day of 19 by: Firm Name By Title Seiler Exhibit "C" CONSTRUCTION CONTRACTOR IDENTIFICATION DATA - (FOR AWARD NOTIFICATIONS) Section 1 Prime Sub Employer /Contractor Identification Number Contractor /Subcontractor Name Permanent Address (Pay Office) City, State, Zip Code Chief Executive Officer Name and Title EEO.Officer Name and Title Area Code and Phone Number Section 2 Funding Agency and Location URBAN HENNEPIN COUNTY COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM, 300 S. 6th Street, Minneapolis, MN 4 Applicant/Grantee Agency Name and Location City of Contracting Agency Company Prime Name ity o Address, City, State, Zip Code City of Contracting Agency7ompany Contact Point Name Area Code and Phone Number (612) Project Name and Number Year Project # Project City, County, State, Zip Code Hennepin Minnesota Contract /Subcontract Award Date / Contract /Subcontract Dollar Amount Contract /Subcontract Number Estimated Contract /Subcontract Completion Date i 0' > U'j co cc --I -j LU cc U. < z < uj LO LU 2 — Z z LU 0 I= 0 0 I 02 Z CL C%) U) r— tD &L 0 IW 0 M < LL U- Q z ul 2 O LL U) 0 uj LL N N -C A. 0 uj = O < M > }- w0 M C) _ 2 a. =) 2 CD N 0 .0 tD 'cr c4 CD N CIJ C cn m M C*Q qt:r Z Lu < 0 LU Q 4- O ibe 4- 0 lrt 4- 0 a Q Q <Z 0 co 0 M 0 CO 0 L 0 D 2 Z 2 LU LU u C' N CC) N m LL U, Z co u LU LL. er 4.0 ko 4.) P� U., LU r Oct m 0 co M -t:r 0 C'i m LU CNJ 4- 4- 0 'bk 4- 0 'ark co �A cc �A LU > a < CV 4- 0 Lf) ca z 4.) 0 LU 4= tv %0 C cc —I- qcr to CD C) w m m 0 Z Q 4= tz CD Tr tz 41 C) r- CM 4j C> r 4j f" CQ co •.% 0 Fo- Ex rl_ 41 4D r- 0 ko C'j 0 0 00 v 0 01 Q N w LC) 0 -cr —4-) M 4-) r�. 0 0 < q:r z z Z W < LL z UQ v > a: !2 -j 0 z LLJ 0 ::* U. & E Lop so << Cl 40 W CL CO Q '::� Lu 2 Z� < < 0 t\ tD LL 0 V) 1-. Z < 4; < r— L) > Z LL 0 LZ > rn m - C) to U) U. uj cc co t- U < 0 - LU 2 0 _j < U. Z <QZ C �c m D z to I Lr) 0 5 = Z � < < UJ Z '.) c:c < < N M Z et < w r'j = = LU 2 -AlkwI Ar mom- 0 = en N - jw - z 2 > CL LU uj < z 0 i LL uj 2 Cc > 0 0 I LL 2 < LU = c .S CL C CD 0 0 0 z U. 2 0 tD C'4 Lu o > W CD co co CD co co < Z Z 0 U. < Z 2 Ch � 4M Co %0 locr co ko cn AV.) JH j uj Q t qe - co - .*i rr :' gn q* CO <Ujo > < U- t0 y O¢ . ..... LU Q. U m R o 1:6 o > 2 2 O 0 Q to 4C CD 'An N W w CO 0 -W . N r : Im M 40 cn . O U. ko AD z 0 CV C < 0. ° p w i 2 Y lu 2 Y w 1) -J Y w y w w m = Z ui z w > z w LU z 0 > Z U3 a Z 0 'U w Z 6 > z v W w z J.= 0 C m E M :R p7 E M 7c a m < �7 co z LL E Q m D CI. ir m LU o co -1 < f- 90) " < A < co x w z ui Lu < C.) Cn uj 0 0 z .14 r, S . O . LU Z LU W LL o E LU Ly LLJ z LU Z < > tn LAJ LAJ bd tn C-) cc CL I.- 0 uj CL 0 -1 < CC F to > z LAJ V) 0 z 0 C 6. a LLJ LLJ < < 'n W t cr V) o o o P tj CC LLJ P INSTRUCTIONS FOR FILING MONTHLY EMPLOYMENT UTILIZATION REPORT (CC-257) The Monthly Utilization Report is to be completed by each subject contractor (both prime and sub) and signed by a responsible official of the company. The reports are to be filed by the 5th day of each month during the term of the contract, and they shall include the total work -hours for each employee classification in each trade in the covered area for the monthly reporting period. The prime contractor shall submit a report for its aggregate work force and collect and submit reports for each subcontractor's aggregate work force to the Federal compliance agency that has Executive Order 11246 responsibility. (Additional copies of this form may be obtained from the U.S. Department of Labor, Employment Standards Administration, OFCCP's regional office for your area.) Compliance Agency ..... ...........................U.S. Government agency assigned responsibility for equal employ - ment opportunity. (Secure this information from the contracting officer.) Federal Funding Agency . ............................ Government agency funding project (in whole or in part). If more than one agency, list all 4. Reporting Period ............... 5. Construction Trade ........ 6. Work -Hours of Empioyment (a-e) .........n .. 777 - M as directed by the compliance agency, beginning with Give date of the contract. do ... those construction crafts which contractor employs in the red area. a. The total number of male hours and the total number of female hoursworked by employees in each classification. b.-e. The total number of male hours and the total number of female hours worked by each specified group of minority employees in each classification. Classification ...... ............................The level of accomplishment or status of the worker in the trade (Journey Worker, Apprentice, Trainee) 7. Minority Percentage .. ............................The percentage of total minority work -hours of all work -hours (the sum of columns 6b, 6c, 6d, and 6e divided by column 6a; just one figure for each construction trade). 8. Female Percentage ....... ......... . ..........For each trade the number reported in 6a. F divided by the sum of the numbers reported in 6s. M and F. 9. Total Number of Employees ........................Total number of male and total number of female employees work- ing in each classification of each trade in the contractor's aggregate work force during reporting period. 10. Total Number of Minority Employees .................Total number of male minority employees and total number of female minority employees working in each classification in each trade in the contractor's aggregate work force during reporting period. Exhibit "E" EQUAL EMPLOYMENT OPPORTUNITY/AFFIRMATIVE ACTION POLICY STATEMENT It is the policy of to afford equal opportunity for employment to all individuals regardless of race, color, relig- sex, or national origin. The corporation is basically committed to this policy by our status as a Federal Government contractor. We are far more strongly bound to the policy by the fact that adherence to the principles involved is the only acceptable American way of life. Therefore, this corporation will take affirmative action to ensure that we will (1) recruit, hire and promote all job classifications without regard to race, color, religion, sex or national origin, except where sex is a bona fide occupational qualification; (2) base decisions on employment so as to further the principle of equal employment opportunity; (3) ensure that promotion decisions are in accord with principles of equal enm')lcy- ment opportunity by imposing only valid requirements for promotional opportunities; (4) ensure that all personnel actions such as sponsored training, education, tuition assistance, social and recreation programs will be administered without regard to race, color, religion, sex or national origin, except where sex is a bona fide occupational qualification. Additionally intends full compliance with Handicapped and Veteran Affirmative Action requirements. The successful achievement of a nondiscriminatory employment program requires a maximum of cooperation between management and employees. In fulfilling its part in this cooperative effort, management is obliged to lead the way by establishing and implementin affirmative procedures and practices which will ensure our objective, namely equitable employment opportunity for all. Minority and Female employees are encouraged to particinate in all company activities and refer applicants. 1 have designated the (General Superintendent of Indiana Operations), to be assisted by the (Project Superintendent), to direct the establishment of and to monitor the implementation of personnel procedures to guide our affirmative action program. This official is charged with designing and implementing audit and reporting systems that will keep management informed on a monthly basis of the status of the equal employment opportunity area. Supervision has been made to understand that their work performance is being evaluated on the basis of their equal employment opportunity efforts and results, as well as other criteria. It shall be a responsibility of supervisors to take actions to prevent harassment of employees placed through affirmative action efforts. S A M P L E SIGNATURE: TITLE: (PRESIDENT) DATE: *NOTE: Prime and Subcontractors must designate in their who will administer the Enterprises Program". with contracts of $500,000. or more, policy statement the liaison officer rnn+-r;qnt-_nr "Minority Business U.S. Department of Housing and Urban Development S. go Z Minnesota State Office 220 Second Street, South Minneapolis, MN 55401-2195 September 17, 1996 Rodney Waara Senior Planner Hennepin County Planning & Development 10709 Wayzata Boulevard #2-60 Minnetonka, MN 55305 Dear Rodney Waara: SUBJECT- Contract Number: 96MN405AO0011 Contract Name : Public works facility remodeling Contract Location: 5500 Internitional Parkway New Hope, MN Enclosed is a copy of the U.S. Department of Labor wage decision that applies to this contract (MN960007 , dated 09/06/96). The wage decision, as well as the appropriate contract language, must be physically incorporated into the bid specificiations before release to prospective bidders. This wage decision does not include an expiration date but the U.S. Department of Labor may issue a modified or supersedeas decision. Therefore, please contact our office 10 days prior to bid opening (or the day before contract award if there is no bid opening) to determine if there is a more current decision. If you have any questions, please feel free to contact me at 612/370-3015. Sincerely, Judy McIntire Labor Relations Specialist Enclosure ----------------------------------------------------------------- CONTRACT STATUS REPORT: As each item is completed, fill in the date and send a copy of this page to our office. Bid Opening Date----- Contract Award Date----- Was the wage decision included in the contract? Yes/No Construction Start Date Construction Completion Date----- Attach a Wage Restitution Accomplished Form (if applicable) RECEIVED SEP 1 8 1996 Exhibit "F" DEPARTMENT OF LABOR REGION V, CHICAGO ESA /OFCCP AREA OFFICE JURISDICTION BY COUNTY MINNEAPOLIS AREA OFFICE Area Director United States Department of Labor ESA /OFCCP 220 South Second Street Minneapolis, Minnesota 55401 AC (612) 370 -3177 SECTION 00800. SUPPLEMENTARY CONDITIONS PARTI - GENERAL 1.01 SECTION INCLUDES A. The Supplementary Conditions modify, delete or add to the Conditions of the Contract. ( �: 711T��� `I�I��YI�.YIILt71Ya�i���1�: t • ►1� II • 2.01 AMENDMENT TO ARTICLE 1.14 ENGINEER A. The term 'Engineer" shall be taken to mean "Engineer or Architect ". The "Engineer /Architect" shall be the authorized representative of the entity named in the Contract Documents. The terms "Engineer" and "Architect" can be used interchangeably. 2.02 AMENDMENTS TO ARTICLE 2.2 INTERPRETATION OF QUANTITY ESTIMATES A. This article shall be deleted. There shall be no Quantity Estimates as part of this project. 2.,03 AMENDMENTS TO ARTICLE 2.10 EVALUATION OF PROPOSALS A. Delete all references to unit prices and unit price Proposals. There shall be no unit prices as part of this project. A. To clarify the Order of Precedence, the Agreement shall have the highest priority followed by the other documents in the order listed. 2.05 AMENDMENTS TO ARTICLE 6.6 WARNING SIGNS AND BARRICADES A. Delete references to the need for colored lights and night protection by colored signal lights. t ul ►It ►�i Ali • �_ : C��I f Ceti► 0cY•Y+Yllkrll WW"I►1r7_�•J�II CAS :irl�i� A. Amend paragraph 3 as follows: 1. Delete references to "resident project representative ". A full -time Resident Project Representative will not be required on this project. 34183 © 1996 Bonestroo, Rosene, Anderlik & Associates Inc. 00800 -1 2.07 AMENDMENTS TO ARTICLE 7.4 ASSIGNMENT OF CONTRACT A. The Contractor shall not be required to "...perform with his own organization, work amounting to not less than 50 percent of the total original contract price ". 2.08 AMENDMENTS TO ARTICLE 8.1 QUALITY OF EQIMM-ENT AND MATERIALS A. Substitutions will only be allowed by prior written approval during the bidding process or as otherwise noted in Section 01600 Material and Equipment. 2.09 AMENDMENTS TO ARTICLE 9.1 DETAILED BREAKDOWN OF CONTRACT AMOUNT A. Delete reference to unit prices. 2.10 AMENDMENTS TO ARTICLE 9.2 REQUEST FOR PAYMENT A. Delete reference to unit prices. 2.11 AMENDMENTS TO ARTICLE 9.9 FINAL INSPECTION A. The date of Final Inspection must occur on or before the Completion Date specified in the Contract Documents or liquidated damages shall be enforced. All deficiencies listed during the Engineer /Architect's Final Inspection must be completed within fourteen (14) days after the date of Final Inspection or liquidated damages shall be enforced. 2.12 AMENDMENTS TO ARTICLE 11.2 CHANGE IN CONTRACT PRICE A. Amend paragraph 1 as follows: 1. Delete references to unit prices. 2.13 AMENDMENTS TO FORM OF AGREEMENT A. Amend Article III as follows: 1. Delete reference to unit prices and the schedule of quantities. 34183 © 1996 Bonestroo, Rosene, Anderhk & Associates Inc. oasoa -2 B. Amend Article IV as follows: 1. Component parts of Specifications shall be: a. Bid Documents (Advertisement for Bids, Addenda, Instructions to Bidders, Bid Forms - Proposal, Bid Bond). b. Conditions of the Contract. C. Supplementary Conditions. d. Agreement. e. Performance Bond. f. Labor and Material Payment Bond. g. Technical Specifications (Division 1 -16). h. Detail Plates and other drawings attached to the Specifications. End of Section 34183 © 1996 Bonestroo, Rosene, AnderR & Associates Inc. 00800 -3 SECTION 00860. LIST OF DRAWINGS PART 1 - GENERAL GENERAL Al Title Sheet CIVIL, Cl Site Demolition Plan C2 Site Plan C3 Landscape Plan DEMOLITION DI Demolition Floor Plan and Mezzanine ._IMM- Al Floor Plan and Mezzanine Plan A2 Partial Floor Plan A3 Building Elevations A4 Building Sections A5 Wall Sections A6 Interior Elevations and Sections A7 Room Finish Schedule and Details A8 Door Window Schedules and Details A9 Reflected Ceiling Plan A10 Roof Plan and Details STRUCTURAL S1 Foundation Plan S2 Roof Framing Plan S3 Structural Notes and Details S4 Details S5 Roof Plan and Details MECHANICAL ME1 Schedules M 1 Plumbing Demolition Floor Plans M2 HVAC Demolition, Floor Plan and Mezzanine M3 Plumbing and Fire Protection Plans M4 HVAC Plan Floor Plan and Mezzanine M5 Isometrics and Details 34183 © 1996 Bonestroo, Rosene, Anderlik & Associates, Inc. 00860 -1 Ir ZG �' E1 Electrical Demolition E2 Lighting Plan E3 Power Plan E4 Fire Alarm, Security and Intercom Plan E5 Schedules and Details E6 Riser Diagram End of Section 34183 © 1996 Bonestroo, Rosene, Ander& & Associates, Inc. 00860 -2 SECTION 01010. SUMMARY OF WORK PART 1 - GENERAL 1.01 PROJECT DESCRIPTION A. Contractor shall supply all labor, materials, transportation, apparatus, equipment and services required to provide the general construction, mechanical and electrical work for the New Hope Public Works Facility Expansion/Remodeling. Part 1.01 "Section Includes" of each division herein shall be interpreted as meaning furnish and install. B. Requirements of sections in Division 0 and Division 1 extend and apply to all work and material supplied by contractor, subcontractors, material suppliers and shall be included as a part of each section of this specification. 1.02 DIVISION OF CONTRACT A. The General Contractor shall be the prime coordinator of the work and their schedule and progress shall govern the work of other contractors and subcontractors. The General Contractor shall notify their subcontractors and other contractors within a reasonable time of phases or items of the work requiring the incorporation of their work. The subcontractors and other contractors shall, after such notification and within a reasonable time, proceed with the furnishing, installation, laying out or incorporation of their work so as not to delay or impede the general contractor or job progress. 1.03 WORK UNDER SEPARATE CONTRACTS A. The Owner retains the option of issuing separate contracts for other work in connection with the project. �• Jj B A. The City of New Hope is designated as the Owner. A. Bonestroo, Rosene, Anderlik & Associates, Inc., is designated as the Engineer /Architect. 1.06 LAYOUT A. The General Contractor shall lay out all work, including stairs, partitions and openings in partitions. This layout shall be for the use of all trades. Each subcontractor shall then lay out their own work and be responsible for any damages to their work or that of others occasioned by their errors or failure to check properly and verify all measurements. 34183 © 1996 Bonestroo, Rosene 01010 -1 Anderlik & Associates, Inc. B. Subcontractors for all phases of the work and the prime contractor for mechanical and electrical work are responsible for layout of their work, and they shall base their lay out on the work lines established by the General Contractor. 1.07 EXAMINATION OF THE SITE A. It is required and expected that each contractor, before submitting a proposal for work required under this specification, shall visit the site, make a thorough examination of existing conditions, take all necessary measurements, and thoroughly familiarize themselves with all existing conditions and all of the limitations pertaining to the work herein contemplated. B. No additional compensation will be allowed because of the contractor's misunderstanding as to the amount of work involved or their lack of knowledge of any of the conditions pertaining to the work based on their failure to make examination of the site. C. The submission of a proposal shall be considered assurance that the contractor has visited the site and made a thorough examination of conditions and limitations. D. See the Information to Bidders for the Pre -Bid Conference Date and Time. 1.08 EXAMINATION OF THE DOCUMENTS A. Extent of specifications and drawings defining work to be performed under this project are listed in the Table of Contents and List of Drawings, respectively, and any addenda subsequently issued amending those sections. It is the bidder's sole responsibility to verify that they have received all sheets of drawings and specifications. No claim for additional compensation will be allowed due to lack of complete information at time of bid. B. It is expected that in the event that any of these specifications are not clear or if there are any discrepancies, these will be brought to the attention of the Architect/Engineer prior to submission of bids and a decision in writing will be rendered as soon as possible. C. The Divisions 2 through 16 primarily apply to the various trade divisions, but contractor and all subcontractors shall be bound to the information and requirements of the complete set of specifications. Mention or indication of extent of work under any work Division or Specification Section is done only for the convenience of contractor and shall not be construed as describing all work required under that Division or Section, nor establishing any trade or jurisdictional requirements. A. The construction start date is March 1, 1997. The substantial completion date, as defined in the Supplementary Conditions shall be July 31, 1997. The final completion date shall be August 7, 1997. 34183 © 1996 Bonestroo, Rosene, Anderlik & Associates, Inc. 01010 -2 1.10 LIQUIDATED DAMAGES A. Liquidated damages, as specified in the Supplementary Conditions, shall be Three Hundred Dollars ($300.00) per calendar day. Refer also to Conditions of the Contract 3.6 contract time and 3.9 liquidated damages. 1.1 l SEQUENCE OF WORK/OWNER OCCUPANCY A. The general sequence of work shall be at the option of the contractors, except as outlined below and subject to the approval of the Architect/Engineer and the Owner. However, work shall be carried on simultaneously at as many points as will, in the judgement of the Architect/Engineer and Owner, enable the work to be completed within the prescribed time. The Contractor shall submit a coordination plan, which shall be based on the phases outlined below, for Owners approval. End of Section 34183 ©1996 Bonestroo, Rosene, Anderlik & Associates, Inc. 01010 -3 SECTION 01030. ALTERNATES PART 1 - GENERAL 1.01 DESCRIPTION A. This section 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 low bidder. A. Alternate No. 1: Add folding partition as described in Specification Section 10620 and shown on Architectural and Structural Drawings. B. Alternate No. 2: Omit Day Room 114 including two exterior walls. Window, roof, floor, finishes, mechanical, electrical work and Door/Frame No. 114A. Replace wall east of Vestibule 118 with typical exterior wall construction Detail A/A5. C. Alternate No. 3: Add all work associated with remodeling Rooms 124, 125 and 126, including all Mechanical, Electrical and finish work. D. Alternate No. 4: Start construction November 11, 1996, Substantial Completion May 16, 1997, Final Completion May 30, 1997. E. Alternate No. 5: Abrasive remove existing paint and repaint garage exterior including H.M. Doors, O.H.D. and walls, as shown on the exterior elevation and as identified in Section 09900 Painting. Provide metal accent band Detail G /A5. End of Section 34183 © 1996 Bonestroo, Rosene, Anderlik & Associates, Inc. SECTION 01200. PROJECT MEETINGS PART 1- GENERAL 1.01 PRECONSTRUCTION MEETING A. A preconstruction meeting will be scheduled within five days after receipt of signed contract documents. B. The Contractor shall provide attendance by authorized representatives of the contractor and all major subcontractors. 1.02 PROGRESS MEETINGS A. Progress meetings may be scheduled by the Architect. B. Persons designated by the Contractor to attend and participate in the project meetings shall have all required authority to commit the Contractor to solutions agreed upon in the project meetings. C. Subcontractors, material suppliers, and others may be invited to attend project meetings in which their aspects of work are involved. End of Section 34183 © 1996 Bonestroo, Rosene, Anderlik & Associates, Inc. 01200 -1 SECTION 01300. SUBMITTALS PART 1 - GENERAL 1.01 PROGRESS SCHEDULE A. Prepare and submit an estimated progress schedule for the work prior to the issuance of the Notice to Proceed. B. Maintain one copy of the progress schedule at the job site. C. During construction revise the progress schedule as necessary to conform to the current status of the work. Submit revised copies of the progress schedule, as required. 1.02 SUBCONTRACTOR LIST A. Prepare and submit a complete list of all subcontractors. Include the subcontractors name, address, telephone number, and contact person. 1.03 SUBMITTAL LIST A. Prepare and submit a complete and comprehensive schedule of all submittals anticipated to be made during the project. This list is due prior to the first Request for Payment. B. Include a list of each item for which contractors drawings, shop drawings, product data, samples, guarantees, or other types of submittals are required. A. Submit five copies of shop drawings and product data required. Three copies will be retained and two copies will be returned to the contractor. Submit a reproducible sepia of all drawings larger than 11" x 17 ". B. Shop drawings and product data shall be submitted with the contractor's stamp of approval. Shop drawings and product data submitted without this stamp will not be reviewed and will be returned to the contractor for their approval and resubmission. C. Shop drawings and product data shall be clearly identified as to project, contractor, manufacturer, specification section and item submitted. Any substitutions or deviations from the requirements of the contract documents shall be noted in writing. 34183 ©1996 Bonestroo, Rosene, Anderlik & Associates, Inc. 01300 -1 D. Make all shop drawings accurately to a scale sufficiently large to show all pertinent aspects of the item and its method of connection to the work. E. Clearly mark each copy of product data to identify information being submitted and delete information which does not apply. Supplement standard information as necessary. Show dimensions and other selected characteristics. F. Maintain one copy of approved shop drawings and product data at the site with the record drawings. 1.05 SAMPLES A. Samples shall be clearly identified as to project, contractor, manufacturer, specification section, product, type, color range, texture, finish and other identifying data. B. Samples shall be accompanied by a letter of transmittal with the contractor's approval and other supporting information. C. Submit two samples of each item required, unless otherwise specified. The Owner will retain one approved sample and the Architect/Engineer will retain one. D. Provide all samples required for color schedules for both interior and exterior finishes within 30 days after the Notice to Proceed is issued. 1.06 TEST REPORTS A. Submit three copies of all inspections, tests and approvals required in the contract documents. End of Section 34183 © 1996 Bonestroo, Rosene, Anderlik & Associates, Inc. 01300 °2 SECTION 01400. QUALITY CONTROL 1.01 TESTING LABORATORY SERVICES A. Cooperate with the Owner's selected testing laboratory and all others responsible for testing and inspecting the work. B. The Owner will pay for initial testing services when owner is required to pay for tests herein. See technical sections for who is to pay for the tests. C. When the initial tests indicate noncompliance with the contract documents, all subsequent retesting shall be performed by the same testing agency and the costs for retesting shall be paid by the Contractor. 1.02 SAMPLES A. Unless otherwise provided in the specifications, the contractor shall provide all materials, samples, mock -ups or assemblies for all tests specified in various sections of specifications or as directed by Architect/Engineer. 1.03 TESTING STANDARDS A. Tests shall be provided and accomplished in accordance with the standard used as the reference for the particular material or product, unless other test methods or criterion are specified. In the absence of a reference standard, tests shall be accomplished in accordance with applicable ASTM Standards of Test Methods. 1.04 QUALIFICATION TESTING A. In addition to tests specified, should the contractor propose a product, material, method of assembly that is of unknown or questionable quality to the Architect/Engineer, the Architect/Engineer may require and order suitable tests to establish a basis for acceptance or rejection. Such tests will be paid for by the contractor, or by the subcontractor requesting approval. "Standard" test reports or reports on "similar" material will not be accepted. B. The Owner and Architect/Engineer reserve the right to require certification or other proof that the material, assembly, equipment or other product proposed to be furnished for this project is in compliance with any test or standard called for. The certificate shall be signed by a representative of the independent testing laboratory or a responsible official of the firm supplying the product, as acceptable to the Owner and Architect/Engineer. The certificate shall be a sworn statement and shall be notarized. 34183 © 1996 Bonestroo, Rosene, Anderlik & Associates, Inc. 01400 -1 C. Any tests required to qualify the contractor or any of their workmen for any phase of the work, and any test of a method, system or equipment that may be required by specification or law to qualify the item use, shall be made or taken without cost to the Owner or Architect/Engineer. 1.05 INSPECTIONS A. Should specifications, Architect/Engineer's instructions, laws, ordinances, or any public authority require any work to be inspected or approved, contractor shall give timely notice of its readiness for inspection and a reasonable date fixed for such inspection. If any work should be covered up without approval or consent of approving agency, or Architect/Engineer, it must be uncovered for examination at contractor's expense. End of Section 34183 © 1996 Bonestroo, Rosene, Anderlik & Associates, Inc. 01400 -2 SECTION 01500. 0 1:15 '••1• 1 1 r a 1 A. Arrange for and provide temporary facilities and controls. Pay all costs until final acceptance of the work. B. Make all temporary connections to utilities and services in locations acceptable to the Owner, Architect, and local authorities having jurisdiction. Furnish all necessary labor and materials. Maintain connections and remove the temporary installation and connections when no longer required. Restore the services and sources of supply to proper operating condition. C. Pay costs for temporary electrical power, temporary water, and temporary heating. 1.02 PROJECT IDENTIFICATION A. No signs or advertisements will be allowed to be displayed on the premises without the approval of the Architect. B. One construction sign shall be provided by the Contractor and shall be subject to the review of the Architect and the approval of the Owner. Text and lettering shall be provided for at a later date. C. Erect the construction sign on the site where directed approximately 4 ft x 8 ft in size, of 314 in. plywood with suitable frame, moldings, and supports. Use Douglas Fir Overlaid Plywood, Grade B -B high density, exterior, good two sides, complying with PS -1. The sign shall be primed and given two coats of approved white paint. Lettering shall be black of an approved type, size, and layout as directed by the Architect. Sign shall contain the name of the building. Owner, Architect, Contractor, and such other reasonable information as the Architect or Owner may require. 1.03 TEMPORARY CONSTRUCTION OPENINGS A. Provide openings in slabs, walls, and partitions for moving in large pieces of equipment. Close and restore openings and finish them after the equipment is in place. Structural modification, if required, shall be subject to review by the Architect. 34183 © 1996 Bonestroo, Rosene, 01500 -1 Anderlik & Associates, Inc. A. Provide and maintain a temporary fence to enclose designated areas at the job site. Provide gates for access to the enclosed area. Gates shall be of substantial construction, cross - braced, hung on heavy strap hinges, and shall have suitable hasps and padlocks. Submit shop drawings of fence and gates for review of Architect and Owner. Paint the fence with two coats of an approved paint. B. Remove the fence upon completion of the work or as directed by the Owner. 1.05 TEMPORARY FIELD OFFICES A. Provide and maintain a field office with a telephone at the job site. In addition, provide a temporary office with not less than 200 sq. ft. of space for the use of the Architect and Construction Superintendent at the construction site. The office shall be complete with light, heat, air conditioning, toilet facilities, electric water cooler, plan racks, four - drawer metal file with lock, shelves for samples, tables, chairs, and janitor service. When it becomes possible to establish an office in the building, office accommodation of approximately the same size as those in the field offices, including the services above, shall be provided and maintained until the issuance of a certificate of substantial completion. Field and temporary offices shall be removed when no longer required. Provide a telephone for the Architect and pay all charges for installation and calls including long distance calls. B. Construction shanties, sheds, and temporary facilities provided as required above, or for the contractor's convenience, shall be maintained in good condition and neat appearance. I 1• • I a OR I I • 0 A. Provide temporary heat as required during construction to protect the work from freezing or frost damage, and to ensure suitable working conditions. In areas of the building where work is being conducted, the temperature shall be maintained as specified, but not less than 45oF. Under no circumstances shall the temperature be allowed to reach a level that will cause damage to any portion of the work. B. Temporary heating shall be by smokeless portable unit heaters of type listed by Underwriter's Laboratories, Factory Mutual, and the Fire Marshall. Pay for fuel, maintenance, and attendance required in connection with the portable unit heaters. Interior or exterior surfaces damaged by the use of these space heaters shall be replaced by new materials or be refinished. C. The building shall be considered enclosed when it has reached the stage when exterior walls have been erected, the roof substantially completed, exterior openings closed up either by the permanently glazed windows and doors or by adequate temporary closing, and the building is ready for interior masonry and plastering operations. 34183 © 1996 Bonestroo, Rosene, Anderlik & Associates, Inc. 01500 -2 D. After the building, or any major portion thereof, has been enclosed the permanent heating system may be used for temporary heat. E. When the permanent heating system, or a suitable portion thereof, is in operating condition, the system may be used for temporary heating, provided that the Contractor (1) obtains approval of the Architect; (2) assumes full responsibility for the entire heating system; and (3) pays all costs for fuel, operation, maintenance, and restoration of the system. F. Provide adequate ventilation as required to keep the temperature of the building within lOoF of the ambient outdoor temperature when such ambient temperature exceeds 70oF, and to prevent accumulation of excess moisture or to prevent excess thermal movement in the building. G. When the permanent air circulation system, or a suitable portion thereof, is in operating condition, it may be used without refrigeration or chilling, provided that the Contractor (1) obtains approval from the Architect; (2) assumes full responsibility for the system which he is using; and (3) pays costs for power, operation, maintenance, and restoration of the system. Provide temporary filters to filter air being distributed through the duct work to the supply outlets; disposable filters shall be placed in front of exhaust registers to keep construction dirt out of exhaust duct work. The Contractor shall clean the interior of the air handling units and duct work prior to acceptance of the work. H. Upon conclusion of the temporary heating period, remove temporary piping, temporary heating units, or other equipment. Pay all costs in connection with repairing any damage caused by the installation or removal of temporary heating equipment. CIean and recondition those parts of permanent heating and air circulation systems used for temporary service. A. Make arrangements with the local electric company for temporary electrical service to the construction site. Provide equipment for temporary power and lighting. Pay all charges for equipment, installation and for current used. The electrical service shall be of adequate capacity for tools and equipment without overloading the temporary facilities and shall be made available for power lighting, and construction operations of all trades. B. In addition to the electrical service, provide power distribution as required throughout structure of 120/208 V, three - phase, four -wire, 60 cycle, ac. The terminations of power distribution shall be at convenient locations in the building. Terminations shall be provided for each voltage supply complete with circuit breakers, disconnect switches, and other electrical devices as required to protect the power supply system. C. A temporary lighting system shall be furnished, installed, and maintained to satisfy minimum requirements of safety and security. The temporary lighting system shall supply general illumination in all building areas. Supply not less than 1 W /ft of floor area for illumination in the areas where work is being performed. 34183 © 1996 Bonestroo, Rosene, Anderlik & Associates, Inc. 01500 -3 D. Temporary equipment and wiring for power and lighting shall be in accordance with governing codes. Temporary wiring shall be maintained in a safe manner and not constitute a hazard to persons or property. E. When the permanent electrical power and lighting systems are in operating condition, they may be used for temporary power and lighting for construction purposes, provided that the Contractor (1) obtains the approval of the Architect; (2) assumes full responsibility for the entire power and lighting systems; and (3) pays costs for power, operation, maintenance, and restoration of the systems. F. At the completion of the construction work, remove all temporary wiring, lighting, and other temporary electrical equipment and devices. G. Provide temporary power for owners two temporary office trailers. Service shall include a 200 amp, 3 phase circuit to each of two temporary trailers on the site. Provide temporary discount switch and cables as required. 1.08 TEMPORARY ROADS AND ACCESS TO SITE A. Access to the site for delivery of construction material or equipment shall be made only from locations designated by the Owner. A. Provide and maintain temporary ladders, ramps, runways, chutes, (and so on), as required for the proper execution of the work. B. All apparatus, equipment, and construction shall meet requirements of the Labor Law and other state or local laws. C. As soon as permanent stairs are erected, provide temporary protective treads, handrails, and shaft protection. 1.10 TEMPORARY TOILETS A. Provide and maintain in a sanitary condition enclosed weather tight toilets for the use of construction personnel. Locate within the contract limits. Upon completion of the work, remove toilets. Installation shall be in accordance with all applicable codes and regulations of authorities having jurisdiction. Chemical toilets will be permitted. The number of toilet rooms required shall be in accordance with the ANSI Standard Safety Code for Building Construction, OSHA, or other local authorities. 34183 © 1996 Bonestroo, Rosene, 01500 -4 Anderlik & Associates, Inc. 1. 11 TEMPORARY WATER SERVICE A. Owner will make existing water service available to the Contractor for use in construction without cost. The Contractor is to make necessary connections, acceptable to the Owner, at the Contractors expense. 1.12 SECURITY A. Provide temporary enclosures required for protecting the project from the exterior, for providing passageways, for the protection of openings both exterior and interior, and any other location where required. B. Take adequate precautions against fire. Keep flammable material at an absolute minimum and ensure that such material is properly handled and stored. Do not permit fires to be built or open salamanders to be used in any part of the work. 1.13 WATER AND SNOW CONTROL A. From the commencement to the completion of the work, keep all parts of the site and the project free from accumulation of water. Supply, maintain, and operate all necessary pumping and bailing equipment. B. Remove snow and ice for the protection of the work. Protect the work against weather damage. End of Section 34183 ©1996 Bonestroo, Rosene, Anderlik & Associates, Inc. 01500 -5 SECTION 01600. MATERIAL AND EQUIPMENT 1.01 SUBSTITUTIONS A. Whenever materials or equipment are specified or described in the contract documents by using the name of a proprietary item or the name of a particular manufacturer, fabricator, supplier, or distributor, the contractor must supply the product named unless they have written authority from the Architect/Engineer to make a substitution. B. Substitute items of material and equipment shall be subject to the review and approval of the Architect. C. During the bidding process, no substitution will be considered unless written request has been submitted by a General Contractor (not Subcontractor or Material Supplier) to the Architect for approval at least ten (10) days prior to bid date on the Substitution Request Form attached. D. Each request for substitution shall include a complete description of the proposed substitute, the name of the material or equipment for which it is to be substituted, drawings, cuts, performance and test data, and any other data or information necessary for a complete evaluation. E. If the Architect approves any proposed substitution, such approval will be set forth in an Addendum. F. The Contractor shall not be relieved from the responsibility of furnishing material or equipment equal in quality, design, and efficiency to those specified. G. If a substitution is allowed for any reason, the Contractor shall bear full responsibility for fitting that substitution into the project and shall make any necessary adjustments. No extra payment shall be made for extra work made necessary by a substitution requested by the Contractor. End of Section 34183 © 1996 Bonestroo, Rosene, Anderlik & Associates, Inc. Substitution Request TO: PROJECT: SPECIFIED ITEM: Section Page Paragraph Description The undersigned request consideration of the following: PROPOSED SUBSTITUTION: Attached data includes product description, specifications, drawings, photographs, performance and test data adequate for evaluation of the request, applicable portions of the data are clearly identified. Attached data also includes a description of changes to the Contract Documents that the proposed substitution will require for its proper installation. The undersigned certifies that the following paragraphs, unless modified by attachments are correct: 1. The proposed substitution does not affect dimensions shown on Drawings. 2. The undersigned will pay for changes to the building design, including engineering design, detailing and construction costs caused by the requested substitution. 3. The proposed substitution will have no adverse affect on other trades, the construction schedule or specified warranty requirements. 4. Maintenance and service parts will be locally available for the proposed substitution. The undersigned further states that the function, appearance and quality of the proposed substitution are equivalent or superior to the specified item Submitted by: Signature: Firm: Address: Date: Telephone: For use by the A/E ❑ Approved ❑ Approved as noted ❑ Not Approved ❑ Received too late Date: Remarks: IAgenem1\specslsubst.req SECTION 01700. CONTRACT CLOSEOUT PART 1 - GENERAL 1.01 CLEANING A. Prior to the inspection for substantial completion of the work, remove waste material and rubbish from the building and site. Remove protective coatings, barriers, and other protective devices, temporary work and surplus materials. B. Thoroughly clean the building and site to leave them in a clean, neat, and orderly condition, ready for occupancy and use by the Owner. C. Wash and polish glass on both surfaces. D. Dust, dusted, vacuum, vacuumed, wash, washed and clean to remove stains, dust and dirt from finished spaces. E. Wash, clean, and sterilize plumbing fixtures. F. Remove construction dirt and debris from the interior of ductwork and air handling equipment. G. Replace or thoroughly clean filters for air handling equipment according to the manufacturer's instructions. H. Dust, vacuum, and wash light fixtures and other electrical work. Replace burned out lamps. I. Maintain the work in a clean condition until the work is substantially complete. J. After substantial completion, remove waste material and rubbish and clean up dirt caused by the work. K. Upon completion of the work, remove tools, construction equipment, machinery and surplus materials from the building and site. A. Maintain a set of drawings and specifications at the job site for documentation of changes to the contract documents. Identify the documents with the title "RECORD DOCUMENTS - JOB SET ". 34183 © 1996 Bonestroo, Rosene, 01700 -1 Anderlik & Associates, Inc. B. Throughout the progress of the work, maintain an accurate record of all changes in the Contract Documents. Clearly describe the change by note and by graphic line. Date all entries. C. Dimension the centerline of each item within 1 ". Clearly identify the item by accurate note. Show the vertical location of the item. D. Submit the final Record Documents for review and approval prior to final payment. A. Prepare and submit Operating and Maintenance Manuals and instruct the Owner's personnel in the use and maintenance of all operating equipment. B. Prior to substantial completion, submit two copies of Operating and Maintenance Manuals of all operating equipment. The manuals shall be neatly edited with similar equipment grouped, pages tabbed and indexed. All material shall be printed or typewritten, and individual pages shall be set into plastic page covers. The manuals shall contain the following: 1. Operating instructions and recommendations as to fuel and other materials to be used in or with the item. 2. Manufacturer's complete data sheets. 3. Cleaning instructions including recommended cleaning materials. 4. Lubrication data and schedules. 5. Maintenance data, repair and adjustment data including manufacturer's instructions. 6. Parts list with numbers, recommended parts to stock and nearest parts depot and service organization. 7. Assembly drawings, wiring diagrams, mechanical diagrams, and installation diagrams and instructions. C. After substantial completion, arrange to meet with the Owner's designated personnel and instruct them in the use, operation, care, and cleaning of the equipment. A. Submit warranties, bonds, service and maintenance contracts as specified in the Contract Documents. 34183 © 1996 Bonestroo, Rosene, Q 1700 -2 Anderlik & Associates, Inc. B. Submit two copies of each submittal, neatly typed and in orderly sequence. C. Provide complete information on each item including product item, firm, date of warranty, bond or service contract, contract requirements, and contractor's name. 1.05 REINSPECTION FEES A. If the Architect/Engineer is required to perform reinspections due to failure of the work to comply with the claims of status of completion made by the contractor or due to problems with the methods or materials of construction: Owner will compensate Architect/Engineer for such additional services. 2. Owner will deduct the amount of such compensation from the final payment to the Contractor. 1.06 TESTING A. Prior to instruction of operating employees, each system will be energized, started and operated through the entire range of operational conditions. B. No equipment shall be tested or operated for any purpose until it has been fully lubricated and permanently connected for normal operation. C. Equipment shall be tested to verify that all characteristics are consistent with design criteria. This includes, but may not be limited to: operating pressures, flow rates, running temperatures, voltage at outlets and disconnects, amperage draw of all electric motors, and operational characteristics of refrigeration systems. 1.07 CERTIFICATE OF OCCUPANCY A. Provide all final inspections required prior to occupancy by either State or local jurisdictions. B. Provide Certificates of Occupancy or Partial Certificate of Occupancy prior to obtaining the Substantial Completion Certificate from the Architect. 1.08 SUBSTANTIAL COMPLETION A. The work shall be considered substantially complete when the Architect issues a Substantial Completion Certificate. B. The following items shall be completed prior to issuing the certificate: 1. Work shall be clean. 34183 © 1996 Bonestroo, Rosene, Anderhk & Associates, Inc. 01700 -3 2. Certificate of occupancy obtained from building official. 3. All life safety items. 4. The work is accessible from an approved parking area. 5. A punch list inspection is completed. 1.09 FINAL PAYMENT A. Upon completion of the project work and as a condition of final payment, the contractor shall prepare and submit to the Architect/Engineer for transmission to the Owner, all exhibits required by the Project Manual including: 1. Consent of Surety to Final Payment. 2. Affidavit of Payment of Withholding of Income Taxes Before Final Payment. 3. Guarantees and Warranties. 4. Record Documents - Job Set. 5. Operating and Maintenance Data. End of Section 34183 © 1996 Bonestroo, Rosene, Anderhk & Associates, Inc. 01700 -4 SECTION 04200. UNIT MASONRY PART 1 - GENERAL 1.01 SECTION INCLUDES A. Furnish and install all masonry construction. 1.02 SUBMITTALS A. Submittals shall conform to Section 01300 - Submittals. B. Submit concrete block test reports for each type furnished. C. Submit masonry prism test results. D. Submit product data for horizontal block wall reinforcement, reinforcement bar positioners, flashing, and flashing adhesive. E. Submit shop drawings for precast concrete window sills showing all pertinent details and dimensions. F. Submit color samples for glazed concrete block. 1.03 QUALITY ASSURANCE A. Testing Concrete Masonry Units: 1. Test three concrete blocks of each type used in construction, prior to starting construction. 2. Test concrete block for conformance to ASTM C90 in accordance with testing methods outlined in ASTM C140 and C426. 3. All costs of testing shall be paid by the Contractor. B. Testing Concrete Block Prisms: I. One set of five concrete block prisms shall be constructed and tested prior to construction. All prisms shall be ungrouted. 2. One set of three concrete block prisms shall be constructed and tested during construction. All prisms shall be ungrouted. 34183 O 1996 Bonestroo, Rosene, AnderU & Associates, Inc. 04200 -1 3. Prisms shall consist of 3 concrete block laid in stack bond. Concrete block shall be 12" wide x 16" long x 8" high. 4. Test prisms in accordance with ASTM E447. The acceptance test result shall be the average of each set of prisms tested 28 days after construction. 5. Masonry prisms shall have a minimum compressive strength at 28 days of 2000 psi. 6. Prisms shall be constructed in the field and stored undisturbed for 48 to 96 hours under wet material above 500F. The prisms shall then be transported undisturbed to the laboratory. The contractor shall be responsible for delivery of the test cylinders to the laboratory. 7. All costs of testing shall be paid by the contractor. 8. If prism tests fail to meet specified strength requirements, contractor shall cut prisms from the finished masonry as directed by the Engineer. If prism tests fail to meet structural requirements, promptly remove and replace or reinforce as directed by the Engineer. Testing and remedial work shall be at no additional cost to the Owner. 1.04 PRODUCT HANDLING A. Store concrete block off ground to prevent contamination by mud, dust or materials likely to cause staining or other defects. Cover materials to protect from elements. B. Maintain protective board at exposed external corners which may be damaged by construction activities. Provide such protection without damaging completed work. C. Do not store concrete block, reinforcement, scaffolding, or other material on finished slab surfaces. PART 2 - PRODUCTS 2.01 MORTAR MATERIALS A. Portland Cement: ASTM C150, Type I. B. Hydrated Lime: ASTM C207, Type S. C. Sand: ASTM C144. D. Water: Clean, potable and free from deleterious amounts of oil, acid, alkali, vegetable matter or other foreign material. 34183 ©1996 Bonestroo, Rosene, Anderlik & Associates, Inc. 04200 -2 B. Rain Hood and Collar: 1. 24 -gauge galvanized sheet metal shop fabricated to sizes and shapes shown on drawings. These pieces shall have a standard shop finish. Install at hot pipes (I 800F. or above). C. Pipe Flashing: 1. Flashing at other than hot pipes shall be molded boot furnished and installed by the Section 07500. D. Scupper Sump: 1. Shop- fabricated from prefinished sheet metal as noted in 2.02. Flash all around scupper opening as shown on the drawings. Provide a gravel retainer at each scupper opening. E. Downspout: 1. Shop - fabricated from prefinished sheet metal as noted in 2.02. 2. Straps and anchors of matching material 10' on center maximum. 3. Fasteners: As required. 4. Style: SMACNA Figure F (open faced). 5. Size: 4" deep, 6" wide. 6. End Condition: Flare out at 45 ° degree angle at 12" above grade. F. Metal Drip: 1. Metal drips at door heads shall be fabricated from pre - finished sheet metal as specified in Section 2.02. G. Cap Flashing at Curbs, Screen, Walls, Etc.: 1. Shop fabricated from pre - finished sheet metal in Section 2.02. See plan for size and shape. Form edge into a drip. Provide shop - formed hold -down cleat. H. Reglet and Cap Flashing (Masonry): 1. Type MA- MASONRY Springlok Flashing System by Fry Reglet Corporation or equal. Made from 26 oz. galvanized steel with standard zinc finish. 1 -112" wide top flange. 34183 ©1996 Bonestroo, Rosene, Ander& & Associates, Inc. 07620 -3 I. Reglet and Cap Flashing (Concrete): Type CO - Concrete reglet by Fry Reglet Corporation. Face of reglet covered with cloth tape to prevent grout from getting into reglet. PART 3 - EXECUTION 3.01 INSTALLATION A. Install all materials in accordance with the manufacturer's recommendations to provide a watertight installation. B. Shop fabricate and install using recognized sheet metal processes. C. Use color- matched touch -up paint to field- repair any scratched or damaged areas whether from shop fabrication, shipping or field installation. Obtain touch -up paint from pre - finished sheet metal manufacturer. D. If soldering is necessary mechanically remove pre - finished coating. E. Perform all fabrication and installation with the strippable protective film in place on pre - finished material. F. After completing installation immediately remove strippable film. Extended exposure of strippable film to ultra violet light may damage paint coating underneath. G. All exposed fasteners shall match finished materials. Field paint if necessary under this section with touch -up paint obtained from prefinished sheet metal manufacturer. H. Install receiver (reglet) for thru -wall flashing in a thin application of mortar above and below. Snap insert in place at completion of the base flashing work. I. Install concrete reglet with connector clips and staples furnished by the manufacturer. J. Leave a 1/2" joint between abutting parts for expansion at coping and install 4" wide cover Plate. K. Seal all metal penetrations including, reglets, cover plates, with sealant or mastic. L. Seal along joint between flashing and wall or roofing materials. End of Section 34183 © 1996 Bonestroo, Rosene, AnderR &..Associates, Inc. 07620 -4 MMI 0 WO 0 1 W 1 1 W." No a: "I A. Adjust moveable units to operate smoothly and to be weather tight when closed. B. Lubricate hardware and moving parts. C. Clean aluminum surfaces and remove excess sealants. D. Remove debris from work site. E. Leave window units in closed position to protect against dirt and elements. End of Section 34183 ©1996 Bonestroo> Rosene, Q$SQO -S Anderlik & Associates, Inc. B. Adjust and lubricate all hardware. 3.02 INSTRUCTION A. Instruct Owner in the adjustment of door closers. A. See Door Schedule on Sheet A8. End of Section 34183 D 1996 Bonestroo, Rosene, 08700-5 Anderlik & Associates, Inc. CORRICK & SONDFALL, P.A. STEVEN A. SONDRALL ATTORNEYS AT LAW LEGtA"WANT MICHAEL R. LAFLEUR SHARON D. DERBY MARTIN P. MALECHA Edinburgh Executive Office Plaza WILLIAM C. STRAIT 8525 Edinbrook Crossing Suite #203 Brooklyn Park, Minnesota 55443 TELEPHONE (612) 425-5671 FAX (612) 425-5867 January 29, 1997 Valerie Leone City Clerk City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 RE: Public Works Expansion/Remodeling Improvement No. 542 Enclosed are the Certificates of Insurance and Contracts for the above-captioned improvement, all of which have been reviewed and are in order from a legal standpoint. Very truly yours, _yk Martin P. Malecha Assistant City Attorney im Enclosures cc: Mark Hanson Steven A. Sondrall ..... .:.... ��''++ ... wit DATE InmulroD/rn _ MIR1tE 77$, 12104/96 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE AmeriStar Agency, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 8421 Wayzata Blvd., Ste 301 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE Bolden Valley NN 55426 -1355 COMPANY A state Fund Mutual Ins. Co. Phone No. 6 12- 542 -8377 Fax No. INSURED COMPANY B CNA Insurance Companies COMPANY C Mikkel son -Wul Construction, Inc. 126 Blake Road Hopkins HN 55343 COMPANY D THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PER100 INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YYI POLICY EXPIRATION DATE (MM/DD/YY) LIMITS GENERAL LIABILITY GENERAL AGGREGATE s2000000 $ PRODUCTS - COMP /OPAGG 52000 B COMMERCIAL GENERAL LIABILITY GL1044150780 03/26/96 03/26/97 CLAIMS MADE ® OCCUR PERSONAL & ADV INJURY $1000000 EACH OCCURRENCE 01000000 OWNER'S & CONTRACTOR'S PROT FIRE DAMAGE (Any one fire) $50000 MED EXP (Any one person) $ 5000 B AUTOMOBILE LIABILITY ANY AUTO BUA1044150794 03/26/96 03/26/97 COMBINED SINGLE LIMIT $1000000 $ BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS $ BODILY INJURY (Per accident) S HIRED AUTOS NON -OWNED AUTOS $ PROPERTY DAMAGE S GARAGE LIABILITY AUTO ONLY - EA ACCIDENT S OTHER THAN AUTO ONLY: ANY AUTO EACH ACCIDENT S y AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ 1000000 AGGREGATE $100 B $ UMBRELLA FORM CUP1044150813 03/26/96 03/26/97 $ OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND WC STATU- O TORY LIMITS ER EL EACH ACCIDENT _ $100 EMPLOYERS' LIABILITY EL DISEASE - POLICY LIMIT S5000OO A THE PROPRIETOR/ INCL PARTNERS /EXECUTIVE OFFICERS ARE: EXCL 002727210 01/08/96 01/08/97 EL DISEASE - EA EMPLOYEE $100000 OTHER DESCRIPTION OF OPERATIONS /LOCATIONS;"CLES /SPECIAL ITEMS Policy Limit Applies to Accident and Disease Bonestroo Rosene Anderlik & Associates and City of New are listed as additional insureds Project: Public Works Remodeling New Hope, MN BRA file No.34183 CIE FtTiFtGA I E HOLDER CANCELLATION " BONSTMN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE Bonestroo Rosene Anderl ik & EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL MAIL As sociates 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 2335 West Highway 36 St.Paul MN 55113 -3898 rHORIZEI R EPRESENTATIVE ,.� I , AGORD'2 -s 1 9i ! MACORD CORPORATION 7988 03/24/93 11:33 F.9X 515 2Z8 8014 - - - - -- - OLD REP. SIJRETY ------ -------------------- - Mloos I WSTRUCTIONS: 1. This sides is to be completed by a notary public for both the Principal and the Surety. 2. Rlease attach the Power of Attorney for the Surety listed herein. ACKNO WLEOG�VtENT OF INDIVIDUAL STATE OF } • ACKNOWLEDGMENT OF PRINCIPAL COUNTY OF } On this day of 194 , hefore me personalty appeared Ncrary Public this bond form. who acknowledged that this bond was executed for the purposes therein contained. (Notary Seal) ACKNOWLEDGMENT OF PARTNERSHIP M STATE OF ) } ss. COUNTY OF ) On this day of , known to me to be the individual whose name is subscribad on ACKNOWLEDGMENT OF PRINCIPAL 199 , before me personally appeared known to me to be a partner in the partnership whose nar;e is subscribed on this bond form, who acknowledged to me that the bond was executed on behalf of the parnership far the purposes *.herein contained. (Notary Seal) Notary Public ACKNOWLEDGMENT OF CORPORATION ST ATE OF ) } ss. COUNTY OF ) On this day of ACKNOWLEDGMENT OF PRINCIPAL , 199 , before me personally appeared , who acknowledged that he or she is the of a corporation whose name is subscribed on this bond form, and that. as a corporate officer, he or she is authorized to execute the bond for the purposes therein contained. (Notary Seal) Notary Public ACKNOWLEDGMENT OF SURETY STATE OF Minnesota ) ) sz• ACKNOWLEDGMENT OF SURETY COUNTY OF Tier n ) On this 27th day of December 199 6 before me personally appeared Jennifer E.G. Hostutler , who acknowledged that he or she is the attorney in fact who is authorized to sign on behalf of -- Old Republic Surety Company ►.a Originating Department Public Works By: Jeannine Clancy M Approved for Agenda Agenda Section Ordinances & Resolutions Item No. 10.4 RESOLUTION APPROVING CONTRACT WITH BONESTROO, ROSENE, ANDERLIK & ASSOCIATES FOR DESIGN OF THE PUBLIC WORKS REMODELING PROJECT, IMPROVEMENT PROJECT 542, AUTHORIZING THE MAYOR AND CITY MANAGER On December 11, 1995, the City Council authorized staff to negotiate a contract with Bonestroo, Rosene, Anderlik & Associates for services needed to prepare plans and specifications required for the proposed remodeling of the Public Works Facility. Staff has completed negotiations and the scope of work, terms, conditions, and compensation for services are set forth in the proposed contract. Staff recommends approval of the resolution. msword/d:rfarmd1!.doe MYNTO SM SECOND BY ' TO: �� X�2 - Z . Review: Administration: Finance: fi.9IIIj CITY OF NEW HOPE RESOLUTION NO. 96- 16 RESOLUTION APPROVING CONTRACT BETWEEN THE CITY OF NEW HOPE AND BONESTROO, ROSENE, ANDERLIK & ASSOCIATES FOR DESIGN SERVICES PUBLIC WORKS REMODELING PROJECT IMPROVEMENT 542 AUTHORIZING THE MAYOR AND CITY MANAGER TO SIGN WHEREAS, it is proposed to make improvements to the existing Public Works facility in order to meet current functional requirements and to address any building and fire code deficiencies that may exist; and, WHEREAS, the City has received a proposal from Bonestroo, Rosene, Anderlik & Associates for architectural and engineering design services associated with the preparation of plans and specifications required for the project; and, WHEREAS, the City has negotiated a contract with Bonestroo, Rosene, Anderlik & Associates setting forth the project scope of work, terms, conditions, and compensation for services. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF NEW HOPE, MINNESOTA: 1. That the contract between the City of New Hope and Bonestroo, Rosene, Anderlik & Associates is approved. 2. The Mayor and City Manager are authorized to sign. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota this 8th day of January, 1996. 1 Mayor Attest: City Clerk msword/d:resrd11doc Bonest r o Bonestrco. Pcsene, Anderlik and Associates, lnc, is an Affirmative Action. Equal Opp ?rtunrty Employer Otto G. Bonestroc?. PE. Ho,a rrd A. Sanford, PE Michael C Lynch, PE nnan K Gage, PE Rosene Ectrert G Fus ne 'e` Keith A Gcrdon. PE James 7, M hard, PE Ke th P Y-7ro PE Joseph C And ­rlik PE c aert R. Pfefferle, PE Jerr, D Perrzsr I PE. Co-,Qlas J Berm' PE Anderlik ✓lar,in L Sc r - N<r PE. r hard E Turn r EE ich rrd'J. Foster, PE. Ea, , O Lcskcta, RE Scott J Argane. "E. Kenneth P Ander %cn, i'E ,ha , n P Gust,fson. PE Cc -i c (.. vi'r PE Glean 3. Cook. P.E. Robert C Russek, fi I.A- Mark R. Rolfs, PE. Paul G Heuer, PE. A ssocta}�� Thomas E (`gyr es, PE Jerry A. Bouldon, PE. Mark A Seip, RE J,hn P Gorder, RE (, Rc Lert G Sch.inirhr, PE. Mark A. Hanson, PE. Gar 'Al. Morien, PE Can D Bct um, PE. Engineers & Architects Susan M Eberi;n, CPA Ser icr Consult snt Mirhzvel T Rautmann, PE. Ted K Field, PE Paul J. Gannon, A LA, Daniel 1 Edgerton, PE. Jeffrey J. Ehlei nger, PE Juteph R Rhein, PE. Thomas R- Arderson, A_I.A, A, Pack Schrri, PE Lee M. Mann, PE. Donald C. Eurgardt, PE. Philip J. Caswell, PE. Charles A. Erickson Thomas A. Syfko, PE. Mark D. 'Nallis, PE. Leta M. Pavvelsky Frederic J. Stenborg, PE. Miles B. Jensen, PE. Harlan M. Olson January 8, 1996 Ismael Martine?. PE L Phillip Gravel, PE Aires M Ring lviichaeI P Rau, PE. Karen L 4iemen, PE lames F Engelhardt Thomas W. Peterson, PE- Gory D. Kristofrtz, PE. City of New Hope 4401 Xylon Ave. N. New Hope, MN 55428 -4898 Attention: Mr. Daniel Donahue City Manager Dear Dan: Enclosed are original copies of two agreements, signed by our firm, for the following projects: Public Works Building remodeling (duplicate copies) Ice Arena (triplicate copies - -one copy is for the construction manager) Each contains, stapled to the back, a signed copy of the addendum prepared by Steven Sondrall, City Attorney. Please have both agreements executed by the City and return one signed copy of each to me. Please also send to me a completely executed copy of the agreement between the City and E &V Consultants and Construction Managers. We appreciate these opportunities to continue serving the City of New Hope and look forward to working with your and your staff on these significant projects. Sincerely, BON: STROO, ENE, ANDERLIK AND ASSOCIATES, INC. Mar A. Hanson Associate Principal Enclosures 2335 West Highway 36 ■ St. Paul, MN 55113 ■ 612-636 -4600 T H E A -M E R I C A N I N S T I T U T E O F A R C H I T E C T S AIA Document B141 Standard Form of Agreement Between Owner and Architect iP' : r1 #�7��C�P►l THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES; CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. AGREEMENT made as of the second day of January in the year of Nineteen Hundred and Ninety-Six BETWEEN the Owner: City of New Hope (Name and address) 4401 Xylon Ave. N. phone: 531 -5100 New Hope, MN 55428 -4898 fax: 531 -5136 and the Architect: Bonestroo, Rosene, Anderlik & Associates, Inc. phone: 636 -4600 (iVame and address) 2335 W. Hwy 36 fax: 636 -1311 St. Paul, MN 55113 For the following Project: (Include detailed description of Project, location, address and scope.) Public Works Building remodeling. See Appendix A. The Owner and Architect agree as set forth below. Copyright 1917, 1926, 1948, 1951, 1953, 1958, 1961, 1963, 1966, 1967, 1970, 1974, 1977, eQ 1987 by The American Institute of Architects, 1735 New York Avenue, N.W., Washington, D.C. 20006. Reproduction of the material herein or substantial quotation of its provisions without written permission of the AIA violates the copyright laws of the United States and will be subject to legal prosecution. AIA DOCUMENT 8141 • OWNER - ARCHITECT AGREEMENT • FOURTEENTH EDITION • AIAT • �';) 1913' THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, N.W., WASHINGTON, D.C. 20006 B1 41 -1987 1 WARNING: Unlicensed photocopying violates U.S, copyright laws and is subject to legal prosecution. EDITOR'S NOTE From time to time, the AIA makes minor corrections and clarifications in its documents as they are reprinted. Changes in the 7/88 reprinting of the 1987 edition of B141 were made in Subparagraphs 2.6.1 and 11.3.2. Changes in this 6/92 reprinting were made in Subparagraph 2.6.10 and Paragraph 4.5. See Section C of the Instruction Sheet for a detailed description of these changes. TERMS AND CONDITIONS OF AGREEMENT BETWEEN OWNER AND ARCHITECT ARTICLE 1 ARCHITECT'S RESPONSIBILITIES 1.1 ARCHITECT'S SERVICES 1.1.1 The Architect's services consist of those services per- formed by the Architect, Architect's employees and Architect's consultants as enumerated in Articles 2 and 3 of this Agreement and any other services included in Article 12. 1.1.2 The Architect's services shall be performed as expedi- tiously as is consistent with professional skill and care and the orderly progress of the Work. Upon request of the Owner, the Architect shall submit for the Owner's approval a schedule for the performance of the Architect's services which may be adjusted as the Project proceeds, and shall include allowances for periods of time required for the Owner's review and for approval of submissions by authorities having jurisdiction over the Project. Time limits established by this schedule approved by the Owner shall not, except for reasonable cause, be exceeded by the Architect or Owner. 1.1.3 The services covered by this Agreement are subject to the time limitations contained in Subparagraph 11.5.1. ARTICLE 2 SCOPE OF ARCHITECT'S BASIC SERVICES 2.1 DEFINITION 2.1.1 The Architect's Basic Services consist of those described in Paragraphs 2.2 through 2.6 and any other services identified in Article 12 as part of Basic Services, and include normal struc- tural, mechanical and electrical engineering services. 2.2 SCHEMATIC DESIGN PHASE 2.2.1 The Architect shall review the program furnished by the Owner to ascertain the requirements of the Project and shall arrive at a mutual understanding of such requirements with the Owner. 2.2.2 The Architect shall provide a preliminary evaluation of the Owner's program, schedule and construction budget requirements, each in terms of the other, subject to the limita- tions set forth in Subparagraph 5.2,1. 2.2.3 The Architect shall review with the Owner alternative approaches to design and construction of the Project. 2.2.4 Based on the mutually agreed -upon program, schedule and construction budget requirements, the Architect shall prepare, for approval by the Owner, Schematic Design Docu- ments consisting of drawings and other documents illustrating the scale and relationship of Project components. 2.2.5 The Architect shall submit to the Owner a preliminary estimate of Construction Cost based on current area, volume or other unit costs. 2.3 DESIGN DEVELOPMENT PHASE 2.3.1 Based on the approved Schematic Design Documents and any adjustments authorized by the Owner in the program, schedule or construction budget, the Architect shall prepare. for approval by the Owner, Design Development Documents consisting of drawings and other documents to fix and describe the size and character of the Project as to architectural, struc- tural, mechanical and electrical systems, materials and such other elements as may be appropriate. 2.3.2 The Architect shall advise the Owner of any adjustments to the preliminary estimate of Construction Cost. 2.4 CONSTRUCTION DOCUMENTS PHASE 2.4.1 Based on the approved Design Development Docu- ments and any further adjustments in the scope or quality of the Project or in the construction budget authorized by the Owner, the Architect shall prepare, for approval by the Owner, Construction Documents consisting of Drawings and Specifica- tions setting forth in detail the requirements for the construc- tion of the Project. 2.4.2 The Architect shall assist the Owner in the preparation of the necessary bidding information, bidding forms, the Condi- tions of the Contract, and the form of Agreement between the Owner and Contractor. 2.4.3 The Architect shall advise the Owner of any adjustments to previous preliminary estimates of Construction Cost indi- cated by changes in requirements or general market conditions. 2,4.4 The Architect shall assist the Owner in connection with the Owner's responsibility for filing documents required for the approval of governmental authorities having jurisdiction over the Project. 2.5 BIDDING OR NEGOTIATION PHASE 2.5.1 The Architect, following the Owner's approval of the Construction Documents and of the latest preliminary estimate of Construction Cost, shall assist the Owner in obtaining bids or negotiated proposals and assist in awarding and preparing contracts for construction. 2.6 CONSTRUCTION PHASE — ADMINISTRATION OF THE CONSTRUCTION CONTRACT 2.6.1 The Architect's responsibility to provide Basic Services for the Construction Phase under this Agreement commences with the award of the Contract for Construction and termi- nates at the earlier of the issuance to the Owner of the final Certificate for Payment or 00 days after the date of SLINS1211- tial Completion of the %`Fork. 2.6.2 The Architect shall provide administration of the Con- tract for Construction as set forth below and in the edition of AIA Document A201, General Conditions of the Contract for Construction, current as of the date of this Agreement, unless otherwise provided in this Agreement. 2.6.3 Duties, responsibilities and limitations of authority of the Architect shall not be restricted, modified or extended without written agreement of the Owner and Architect with consent of the Contractor, which consent shall not be unreasonably withheld. AIA DOCUMENT 8141 - OWNER - ARCHITECT AGREEMENT - FOCR EDITION - AIA " " - D198 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, N.W., WASHINGTON, D.C. 20006 8141 -1987 2 WARNING: Unlicensed photocopying violates U.S. copyright laws and is subject to legal prosecution. 2.6.4 The Architect shall be a representative of and shall advise and consult with the Owner (1) during construction until final Payment to the Contractor is due, and (2) as an Additional Ser- vice at the Owners direction from time to time during the cor- rection period described in the Contract for Construction. The Architect shall have authority to act on behalf of the Owner only to the extent provided in this Agreement unless otherwise modified by written instrument. 2.6.5 The Architect shall visit the site at intervals appropriate to the stage of construction or as otherwise agreed by the Owner and Architect in writing to become generally familiar with the progress and quality of the Work completed and to determine in general if the Work is being performed in a man- ner indicating that the Work when completed will be in accor- dance with the Contract Documents. However, the Architect shall not be required to make exhaustive or continuous on -site inspections to check the quality or quantity of the Work. On the basis of on -site observations as an architect, the Architect shall keep the Owner informed of the progress and quality of the Work, and shall endeavor to guard the Owner against defects and deficiencies in the Work. (More extensive site representation mat' be agreed to as an Additional Service, as described in Paragraph 3.2.) 2.6.6 The Architect shall not have control over or charge of and shall not be responsible for construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the Work, since these are solely the Contractor's responsibility under the Contract for Construction. The Architect shall not be responsible for the Contractor's schedules or failure to carry out the Work in accor- dance with the Contract Documents. The Architect shall not have control over or charge of acts or omissions of the Contrac- tor, Subcontractors, or their agents or employees, or of any other persons performing portions of the Work. 2.6.7 The Architect shall at all times have access to the Work wherever it is in preparation or progress. 2.6.8 Except as may otherwise be provided in the Contract Documents or when direct communications have been spe- cially authorized, the Owner and Contractor shall communicate through the Architect. Communications by and with the Archi- tect's consultants shall be through the Architect. 2.6.9 Based on the Architect's observations and evaluations of the Contractor's Applications for Payment, the Architect shall review and certify the amounts due the Contractor. 2.6.10 The Architect's certification for payment shall consti- tute a representation to the Owner, based on the Architect's observations at the site as provided in Subparagraph 2.6.5 and on the data comprising the Contractor's Application for Pay- ment, that, to the best of the Architect's knowledge, informa- tion and belief, the N ork has progressed to the point indicated and the quality of «ork is in accordance with the Contract Documents. The foregoing representations are subject to an evaluation of the Work for conformance with the Contract Documents upon Substantial Completion, to results of subse- quent tests and inspections, to minor deviations from the Con- tract Documents correctable prior to completion and to spe- cific qualifications expressed by the Architect. The issuance of a Certificate for Payment shall further constitute a representation that the Contractor is entitled to payment in the amount certi- fied. However, the issuance of a Certificate for Payment shall not be a representation that the Architect has (1) made exhaus- tive or continuous on -site inspections to check the quality or quantity of the Work, (2) reviewed construction means, meth- ods, techniques, sequences or procedures, (3) reviewed copies of requisitions received from Subcontractors and material sup- pliers and other data requested by the Owner to substantiate the Contractor's right to payment or (4) ascertained how or for what purpose the Contractor has used money previously paid on account of the Contract Sum. 2.6.11 The Architect shall have authority to reject Work which does not conform to the Contract Documents. Whenever the Architect considers it necessary or advisable for implementa- tion of the intent of the Contract Documents, the Architect will have authority to require additional inspection or testing of the Work in accordance with the provisions of the Contract Docu- ments, whether or not such Work is fabricated, installed or completed. However, neither this authorit of the Architect nor a decision made in good faith either to exercise or not to exer- cise such authority shall give rise to a duty or responsibility of the Architect to the Contractor, Subcontractors, material and equipment suppliers, their agents or employees or other per- sons performing portions of the Work. 2.6.12 The Architect shall review and approve or take other appropriate action upon Contractor's submittals such as Shop Drawings, Product Data and Samples, but only for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. The Architect's action shall be taken with such reasonable promptness as to cause no delay in the Work or in the con- struction of the Owner or of separate contractors, while allow- ing sufficient time in the Architect's professional judgment to permit adequate review. Review of such submittals is not con- ducted for the purpose of determining the accuracy and com- pleteness of other details such as dimensions and quantities or for substantiating instructions for installation or performance of equipment or systems designed by the Contractor. all of which remain the responsibility of the Contractor to the extent required by the Contract Documents. The Architect's review shall not constitute approval of safety precautions or, unless otherwise specifically stated by the Architect, of construction means, methods, techniques, sequences or procedures. The Architect's approval of a specific item shall not indicate approval of an assembly of which the item is a component. When professional certification of performance characteristics of materials, systems or equipment is required by the Contract Documents, the Architect shall be entitled to rely upon such certification to establish that the materials, systems or equip- ment will meet the performance criteria required bt the Con- tract Documents. 2.6.13 The Architect shall prepare Change Orders and Con- struction Change Directives, with supporting documentation and data if deemed necessary by the Architect as provided in Subparagraphs 3. 1.1 and 3.3.3. for the Owner's approval and execution in accordance with the Contract Documents, and may authorize minor changes in the Work not involving an adjustment in the Contract Sum or an extension of the Contract Time which are not inconsistent with the intent of the Contract Documents. 2.6.14 The Architect shall conduct inspections to determine the date or dates of Substantial Completion and the date of final completion, shall receive and forward to the Owner for the Owner's review and records written warranties and related documents required by the Contract Documents and assem- bled by the Contractor, and shall issue a final Certificate for Pav- ment upon compliance with the requirements of the Contract Documents. 3 �1�1 -1957 AIA DOCUMENT B141 • OWNER - ARCHITECT AGREEMENT • FOURTEENTH EDITION • AIA° • ©1987 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, N.W., WASHINGTON, D.C. 20006 WARNING: Unlicensed photocopying violates U.S, copyright laws and is subject to legal prosecution. 2.6.15 The Architect shall interpret and decide matters con- cerning performance of the Owner and Contractor under the requirements of the Contract Documents on written request of either the Owner or Contractor. The Architect's response to such requests shall be made with reasonable promptness and within any time limits agreed upon. 2.6.16 Interpretations and decisions of the Architect shall be consistent with the intent of and reasonably inferable from the Contract Documents and shall be in writing or in the form of drawings. When making such interpretations and initial deci- sions, the Architect shall endeavor to secure faithful perfor- mance by both Owner and Contractor, shall not show partiality to either, and shall not be liable for results of interpretations or decisions so rendered in good faith. 2.6.17 The Architect's decisions on matters relating to aesthe- tic effect shall be final if consistent with the intent expressed in the Contract Documents. 2.6.18 The Architect shall render written decisions within a reasonable time on all claims, disputes or other matters in ques- tion between the Owner and Contractor relating to the execu- tion or progress of the Work as provided in the Contract Documents. 2.6.19 The Architect's decisions on claims, disputes or other matters, including those in question between the Owner and Contractor, except for those relating to aesthetic effect as pro- vided in Subparagraph 2.6.17, shall be subject to arbitration as provided in this Agreement and in the Contract Documents. ARTICLE 3 ADDITIONAL SERVICES 3.1 GENERAL 3.1.1 The services described in this Article 3 are not included in Basic Services unless so identified in Article 12, and they shall be paid for by the Owner as provided in this Agreement, in addition to the compensation for Basic Services. The services described under Paragraphs 3.2 and 3.4 shall only be provided if authorized or confirmed in writing by the Owner. If services described under Contingent Additional Services in Paragraph 3.3 are required due to circumstances beyond the Architect's control, the Architect shall notify the Owner prior to com- mencing such services. If the Owner deems that such services described under Paragraph 3.3 are not required, the Owner shall give prompt written notice to the Architect. If the Owner indicates in writing that all or part of such Contingent Addi- tional Services are not required, the Architect shall have no obli- gation to provide those services. 3.2 PROJECT REPRESENTATION BEYOND BASIC SERVICES 3.2.1 If more extensive representation at the site than is described in Subparagraph 2.6.5 is required, the Architect shall provide one or more Project Representatives to assist in carry- ing out such additional on -site responsibilities. 3.2.2 Project Representatives shall be selected, employed and directed by the Architect, and the Architect shall be compen- sated therefor as agreed by the Owner and Architect. The duties, responsibilities and limitations of authority of Project Representatives shall be as described in the edition of AI.A Document B352 current as of the date of this Agreement, unless otherwise agreed. 3,2.3 Through the observations by such Project Represen- tatives, the Architect shall endeavor to provide further protec- tion for the Owner against defects and deficiencies in the Work, but the furnishing of such project representation shall not modify the rights, responsibilities or obligations of the Architect as described elsewhere in this Agreement. 3.3 CONTINGENT ADDITIONAL SERVICES 3.3.1 Making revisions in Drawings, Specifications or other documents when such revisions are: .1 inconsistent with approvals or instructions previously given by the Owner, including revisions made neces- sary by adjustments in the Owner's program or Proj- ect budget; .2 required oy the enactment or revision of codes, laws or regulations subsequent to the preparation of such documents; or .3 due to changes required as a result of the Owner's fail- ure to render decisions in a timely manner. 3.3.2 Providing services required because of significant changes in the Project including, but not limited to, size, qual- ity, complexity, the Owner's schedule, or the method of bid- ding or negotiating and contracting for construction, except for services required under Subparagraph 5.2.5. 3.3.3 Preparing Drawings, Specifications and other documen- tation and supporting data, evaluating Contractor's proposals, and providing other services in connection with Change Orders and Construction Change Directives. 3.3.4 Providing services in connection with evaluating substi- tutions proposed by the Contractor and making subsequent revisions to Drawings. Specifications and other documentation resulting therefrom. 3.3.5 Providing consultation concerning replacement of Work damaged by fire or other cause during construction, and fur- nishing services required in connection with the replacement of such Work. 3.3.6 Providing services made necessary by the default of the Contractor, by major defects or deficiencies in the Work of the Contractor, or by failure of performance of either the Owner or Contractor under the Contract for Construction. 3.3.7 Providing services in evaluating an extensive number of claims submitted by the Contractor or others in connection with the Work. 3.3.8 Providing services in connection with a public hearing, arbitration proceeding or legal proceeding except where the Architect is party thereto. 3.3.9 Preparing documents for alternate, separate or sequential bids or providing services in connection with bidding, negotia- tion or construction prior to the completion of the Construc- tion Documents Phase. 3.4 OPTIONAL ADDITIONAL SERVICES 3.4,1 Providing analyses of the Owner's needs and program- ming the requirements of the Project. 3.4.2 Providing financial feasibility or other special studies. 3.4.3 Providing planning surveys, site evaluations or com- parative studies of prospective sites. AIA DOCUMENT 8141 - OWNER - ARCHITECT AGREEMENT - FOURTEENTH EDITION - AIAM - ©1987 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, N.W., WASHINGTON, D.C. 20006 8141 -1987 4 WARNING: Unlicensed photocopying violates U.S. copyright laws and is subject to legal prosecution. 3.4.4 Providing special surveys, environmental studies and submissions required for approvals of governmental authorities or others having jurisdiction over the Project. 3.4.5 Providing services relative to future facilities, systems and equipment. 3.4.6 Providing services to investigate existing conditions or facilities or to make measured drawings thereof. 3.4.7 Providing services to verify the accuracy of drawings or other information furnished by the Owner. 3.4.8 Providing coordination of construction performed by separate contractors or by the Owner's own forces and coordi- nation of services required jn connection with construction performed and equipment supplied by the Owner. 3.4.9 Providing services in connection with the work of a con- struction manager or separate consultants retained by the Owner. 3.4.10 Providing detailed estimates of Construction Cost 3.4.11 Providing detailed quantity surveys or inventories of material, equipment and labor. 3.4.12 Providing analyses of owning and operating costs. 3.4.13 Providing interior design and other similar services required for or in connection with the selection, procurement or installation of furniture, furnishings and related equipment. 3.4.14 Providing services for planning tenant or rental spaces. 3.4.15 Making investigations, inventories of materials or equip- ment, or valuations and detailed appraisals of existing facilities. 3.4.16 Preparing a set of reproducible record drawings show- ing significant changes in the Work made during construction based on marked -up prints, drawings and other data furnished by the Contractor to the Architect. 3.4.17 Providing assistance in the utilization of equipment or systems such as testing, adjusting and balancing, preparation of operation and maintenance manuals, training personnel for operation and maintenance, and consultation during operation, 3.4.18 Providing services after issuance to the Owner of the final Certificate for Payment, or in the absence of a final Cer- tificate for Payment, more than 60 days after the date of Sub- stantial Completion of the Work. 3.4.19 Providing services of consultants for other than archi- tectural, structural, mechanical and electrical engineering por- tions of the Project provided as a part of Basic Services. 3.4.20 Providing any other services not otherwise included in this Agreement or not customarily furnished in accordance with generally accepted architectural practice. ARTICLE 4 OWNER'S RESPONSIBILITIES 4.1 The Owner shall provide full information regarding requirements for the Project, including a program which shall set forth the Owner's objectives, schedule, constraints and cri- teria, including space requirements and relationships, flexi- bility, expandability, special equipment, systems and site requirements. 4.2 The Owner shall establish and update an overall budget for the Project, including the Construction Cost, the Owner's other costs and reasonable contingencies related to all of these costs. 4.3 If requested by the Architect, the Owner shall furnish evi- dence that financial arrangements have been made to fulfill the Owner's obligations under this Agreement. 4.4 The Owner shall designate a representative authorized to act on the Owner's behalf with respect to the Project. The Owner or such authorized representative shall render decisions in a timely manner pertaining to documents submitted by the Architect in order to avoid unreasonable delay in the orderly and sequential progress of the Architect's services. 4.5 The Owner shall furnish surveys describing physical characteristics, legal limitations and utility locations for the site of the Project, and a written legal description of the site. The surveys and legal information shall include, as applicable, grades and lines of streets, alleys, pavements and adjoining property and structures; adjacent drainage; rights -of -way, restrictions, easements, encroachments, zoning, deed restric- tions, boundaries and contours of the site; locations, dimen- sions and necessary data pertaining to existing buildings, other improvements and trees; and information concerning available utility services and lines, both public and private, above and below grade, including inverts and depths. All the information on the survey shall be referenced to a Project benchmark. 4.6 The Owner shall furnish the services of geotechnical engi- neers when such services are requested by the Architect. Such services may include but are not limited to test borings, test pits, determinations of soli bearing values, percolation tests, evaluations of hazardous materials, ground corrosion and resis- tivity tests, including necessary operations for anticipating sub- soil conditions, with reports and appropriate professional recommendations. 4.6.1 The Owner shall furnish the services of other consul- tants when such services are reasonably required by the scope of the Project and are requested by the Architect. 4.7 The Owner shall furnish structural, mechanical, chemical. air and water pollution tests, tests for hazardous materials, and other laboratory and environmental tests, inspections and reports required by law or the Contract Documents. 4.8 The Owner shall furnish all legal, accounting and insurance counseling services as may be necessary at any time for the Project, including auditing services the Owner ma require to verify the Contractor's Applications for Payment or to ascertain how or for what purposes the Contractor has used the money paid by or on behalf of the Owner. 4.9 The services, information, surveys and reports required by Paragraphs 4.5 through 4.8 shall be furnished at the Owner's expense, and the Architect shall be entitled to rely upon the accuracy and completeness thereof. 4.10 Prompt written notice shall be given by the Owner to the Architect if the Owner becomes aware of any fault or defect in the Project or nonconformance with the Contract Documents, 4.11 The proposed language of certificates or certifications requested of the Architect or Architect's consultants shall be submitted to the Architect for review and approval at least 14 days prior to execution. The Owner shall not request certifica- tions that would require knowledge or services beyond the scope of this Agreement. 5 B141.1 987 A THE A DOCUMENT ERIANIN OF ARCHITECTS,! AGREEMENT 3 NEW YORK A VENUE, NW., WASHIINGTON,D.0 20006 WARNING: Unlicensed photocopying violates U.S. copyright laws and is subject to legal prosecution. ARTICLE 5 CONSTRUCTION COST 5.1 DEFINITION 5.1.1 The Construction Cost shall be the total cost or esti- mated cost to the Owner of all elements of the Project designed or specified by the Architect. 5.1.2 The Construction Cost shall include the cost at current market rates of labor and materials furnished by the Owner and equipment designed, specified, selected or specially provided for by the Architect, plus a reasonable allowance for the Con- tractor's overhead and profit. In addition, a reasonable allow- ance for contingencies shall be included for market conditions at the time of bidding and for changes in the Work during construction. 5.1.3 Construction Cost does not include the compensation of the Architect and Architect's consultants, the costs of the land, rights -of -way, financing or other costs which are the respon- sibility of the Owner as provided in Article 4. 5.2 RESPONSIBILITY FOR CONSTRUCTION COST 5.2.1 Evaluations of the Owner's Project budget, preliminary estimates of Construction Cost and detailed estimates of Con- struction Cost, if any, prepared by the Architect, represent the Architect's best judgment as a design professional familiar with the construction industry. It is recognized, however, that nei- ther the Architect nor the Owner has control over the cost of labor, materials or equipment, over the Contractor's methods of determining bid prices, or over competitive bidding, market or negotiating conditions. Accordingly, the Architect cannot and does not warrant or represent that bids or negotiated prices will not vary from the Owner's Project budget or from any estimate of Construction Cost or evaluation prepared or agreed to by the Architect. 5.2.2 No fixed limit of Construction Cost shall be established as a condition of this Agreement by the furnishing, proposal or establishment of a Project budget, unless such fixed limit has been agreed upon in writing and signed by the parties hereto. If such a fixed limit has been established, the Architect shall be permitted to include contingencies for design, bidding and price escalation, to determine what materials, equipment, com- ponent systems and types of construction are to be included in the Contract Documents, to make reasonable adjustments in the scope of the Project and to include in the Contract Docu- ments alternate bids to adjust the Construction Cost to the fixed limit. Fixed limits, if anv, shall be increased in the amount of an increase in the Contract Sum occurring after execution of the Contract for Construction. 5.2.3 If the Bidding or Negotiation Phase has not commenced within 90 days after the Architect submits the Construction Documents to the Owner, any Project budget or fixed limit of Construction Cost shall be adjusted to reflect changes in the general level of prices in the construction industry between the date of submission of the Construction Documents to the Owner and the date on which proposals are sought. 5.2.4 If a fixed limit of Construction Cost (adjusted as pro- vided in Subparagraph 5.2.3) is exceeded by the lowest bona fide bid or negotiated proposal, the Owner shall: .1 give written approval of an increase in such fixed limit; .2 authorize rebidding or renegotiating of the Project within a reasonable time; .3 if the Project is abandoned, terminate in accordance with Paragraph 8.3; or .4 cooperate in revising the Project scope and quality as required to reduce the Construction Cost. 5.2.5 If the Owner chooses to proceed under Clause 5.2.4.4, the Architect, without additional charge, shall modify the Con- tract Documents as necessary to comply with the fixed limit, if established as a condition of this Agreement. The modification of Contract Documents shall be the limit of the Architect's responsibility arising out of the establishment of a fixed limit. The Architect shall be entitled to compensation in accordance with this Agreement for all services performed whether or not the Construction Phase is commenced. ARTICLE 6 USE OF ARCHITECT'S DRAWINGS, SPECIFICATIONS AND OTHER DOCUMENTS 6.1 The Drawings, Specifications and other documents pre- pared by the Architect for this Project are instruments of the Architect's service for use solely with respect to this Project and, unless otherwise provided, the Architect shall be deemed the author of these documents and shall retain all common law, statutory and other reserved rights, including the copyright. The Owner shall be permitted to retain copies, including repro- ducible copies, of the Architect's Drawings, Specifications and other documents for information and reference in connection with the Owner's use and occupancy of the Project. The Archi- tect's Drawings, Specifications or other documents shall not be used by the Owner or others on other projects, for additions to this Project or for completion of this Project by others, unless the Architect is adjudged to be in default under this Agreement, except by agreement in writing and with appropriate compen- sation to the Architect. 6.2 Submission or distribution of documents to meet official regulatory requirements or for similar purposes in connection with the Project is not to be construed as publication in deroga- tion of the Architect's reserved rights. ARTICLE 7 ARBITRATION 7.1 Claims, disputes or other matters in question between the parties to this Agreement arising out of or relating to this Agree- ment or breach thereof shall be subject to and decided by arbi- tration in accordance with the Construction Industry Arbitra- tion Rules of the American Arbitration Association currently in effect unless the parties mutually agree otherwise. 7.2 Demand for arbitration shall be filed in writing with the other party to this Agreement and with the American Arbitra- tion Association. A demand for arbitration shall be made within a reasonable time after the claim, dispute or other matter in question has arisen. In no event shall the demand for arbitration be made after the date when institution of legal or equitable proceedings based on such claim, dispute or other matter in question would be barred by the applicable statutes of limitations. 7.3 No arbitration arising out of or relating to this Agreement shall include, by consolidation, joinder or in any other manner, an additional person or entity not a party to this Agreement, AIA DOCUMENT 8141 • OWNER- ARCHITECT AGREEMENT • FOURTEENTH EDITION • ALA" • ©1987 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, N.W., WASHINGTON, D.C. 20006 WARNING: Unlicensed photocopying violates U.S. copyright laws and is subject to legal prosecution. except by written consent containing a specific reference to this Agreement signed by the Owner, Architect, and any other person or entity sought to be joined. Consent to arbitration involving an additional person or entity shall not constitute consent to arbitration of any claim, dispute or other matter in question not described in the written consent or with a person or entity not named or described therein. The foregoing agree- ment to arbitrate and other agreements to arbitrate with an additional person or entity duly consented to by the parties to this Agreement shall be specifically enforceable in accordance with applicable law in any court having jurisdiction thereof. 7.4 The award rendered by the arbitrator or arbitrators shall be final, and judgment may be entered upon it in accordance with applicable law in any court having jurisdiction thereof. ARTICLE 8 TERMINATION, SUSPENSION OR ABANDONMENT 8.1 This Agreement may be terminated by either party upon not less than seven days' written notice should the other party fail substantially to perform in accordance with the terms of this Agreement through no fault of the parry initiating the tennination. 8.2 If the Project is suspended by the Owner for more than 30 consecutive days, the Architect shall be compensated for ser- vices performed prior to notice of such suspension. When the Project is resumed, the Architect's compensation shall be equi- tably adjusted to provide for expenses incurred in the interrup- tion and resumption of the Architect's services. 8.3 This Agreement may be terminated by the Owner upon not less than seven days' written notice to the Architect in the event that the Project is permanently abandoned. If the Project is abandoned by the Owner for more than 90 consecutive days, the Architect may terminate this Agreement by giving written notice. 8.4 Failure of the Owner to make payments to the Architect in accordance with this Agreement shall be considered substantial nonperformance and cause for termination. 8.5 If the Owner fails to make payment when due the Archi- tect for services and expenses, the Architect may, upon seven days' written notice to the Owner, suspend performance of ser- vices under this Agreement. Unless payment in full is received by the Architect within seven days of the date of the notice, the suspension shall take effect without further notice. In the event of a suspension of services, the Architect shall have no liability to the Owner for delay or damage caused the Owner because of such suspension of services. 8.6 In the event of termination not the fault of the Architect, the Architect shall be compensated for services performed prior to termination, together with Reimbursable Expenses then due and all Termination Expenses as defined in Paragraph 8.7. 8.7 Termination Expenses are in addition to compensation for Basic and Additional Services, and include expenses which are directly attributable to termination. Termination Expenses shall be computed as a percentage of the total compensation for Basic Services and Additional Services earned to the time of ter- mination, as follows: .1 Twenty percent of the total compensation for Basic and Additional Services earned to date if termination occurs before or during the predesign, site analysis, or Schematic Design Phases; or .2 Ten percent of the total compensation for Basic and Additional Services earned to date if termination occurs during the Design Development Phase; or .3 Five percent of the total compensation for Basic and Additional Services earned to date if termination occurs during any subsequent phase. ARTICLE 9 MISCELLANEOUS PROVISIONS 9.1 Unless otherwise provided, this Agreement shall be gov- erned by the law of the principal place of business of the Architect. 9.2 Terms in this Agreement shall have the same meaning as those in AIA Document A201, General Conditions of the Con- tract for Construction, current as of the date of this Agreement. 9.3 Causes of action between the parties to this Agreement pertaining to acts or failures to act shall be deemed to have accrued and the applicable statutes of limitations shall com- mence to run not later than either the date of Substantial Com- pletion for acts or failures to act occurring prior to Substantial Completion, or the date of issuance of the final Certificate for Payment for acts or failures to act occurring after Substantial Completion. 9.4 The Owner and Architect waive all rights against each other and against the contractors, consultants, agents and employees of the other for damages, but only to the extent cov- ered by property insurance during construction, except such rights as they may have to the proceeds of such insurance as set forth in the edition of AIA Document A201, General Conditions of the Contract for Construction, current as of the date of this Agreement. The Owner and Architect each shall require similar waivers from their contractors, consultants and agents. 9.5 The Owner and Architect, respectively, bind themselves, their partners, successors, assigns and legal representatives to the other party to this Agreement and to the partners, succes- sors, assigns and legal representatives of such other party with respect to all covenants of this Agreement. Neither Owner nor Architect shall assign this Agreement without the written con- sent of the other. 9.6 This Agreement represents the entire and integrated agree- ment between the Owner and Architect and supersedes all prior negotiations, representations or agreements, either writ- ten or oral. This Agreement may be amended only by written instrument signed by both Owner and Architect. 9.7 Nothing contained in this Agreement shall create a contrac- tual relationship with or a cause of action in favor of a third party against either the Owner or Architect. 9.8 Unless otherwise provided in this Agreement, the Architect and Architect's consultants shall have no responsibility for the discovery, presence, handling, removal or disposal of'or expo- sure of persons to hazardous materials in any form at the Project site, including but not limited to asbestos, asbestos products, polychlorinated biphenyl (PCB) or other toxic substances. 9.9 The Architect shall have the right to include representa- tions of the design of the Project, including photographs of the exterior and interior, among the Architect's promotional and professional materials. The Architect's materials shall not include the Owner's confidential or proprietary information if the Owner has previously advised the Architect in writing of AIA DOCUMENT 8141 o OWNER - ARCHITECT AGREEMENT • FOURTEENTH EDITION • AIA® • ©1987 7 8141 -1987 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, N.W., WASHINGTON, D.C. 20006 WARNING: Unlicensed photocopying violates U.S. copyright laws and is subject to legal prosecution. the specific information considered by the Owner to be confi- dential or proprietary. The Owner shall provide professional credit for the Architect on the construction sign and in the pro- motional materials for the Project. ARTICLE 10 PAYMENTS TO THE ARCHITECT 10.1 DIRECT PERSONNEL EXPENSE 10.1.1 Direct Personnel Expense is defined as the direct salaries of the Architect's personnel engaged on the Project and the portion of the cost of their mandatory and customary con- tributions and benefits related thereto, such as employment taxes and other statutory employee benefits, insurance, sick leave, holidays, vacations, pensions and similar contributions and benefits. 10.2 REIMBURSABLE EXPENSES 10.2.1 Reimbursable Expenses are in addition to compensa- tion for Basic and Additional Services and include expenses incurred by the Architect and Architect's employees and con- sultants in the interest of the Project, as identified in the follow- ing Clauses. 10.2.1.1 Expense of transportation in connection with the Project; expenses in connection with authorized out -of -town travel; long- distance communications; and fees paid for secur- ing approval of authorities having jurisdiction over the Project. 10.2.1.2 Expense of reproductions, postage and handling of Drawings, Specifications and other documents. 10.2.1.3 If authorized in advance by the Owner, expense of overtime work requiring higher than regular rates. 10.2.1.4 Expense of renderings, models and mock -ups requested by the Owner. 10.2.1.5 Expense of additional insurance coverage or limits, including professional liability insurance, requested by the Owner in excess of that normally carried by the Architect and Architect's consultants. 10.3 PAYMENTS ON ACCOUNT OF BASIC SERVICES 10.3.1 An initial payment as set forth in Paragraph 11.1 is the minimum payment under this Agreement. 10.3.2 Subsequent payments for Basic Services shall be made monthly and, avhere applicable, shall be in proportion to ser- vices performed within each phase of service, on the basis set forth in Subparagraph 11.2?. 10.3.3 If and to the extent that the time initially established in Subparagraph 11.5.1 of this Agreement is exceeded or extended through no fault of the Architect, compensation for any ser- vices rendered during the additional period of time shall be computed in the manner set forth in Subparagraph 11.3.2. 10.3.4 When compensation is based on a percentage of Con- struction Cost and any portions of the Project are deleted or otherwise not constructed, compensation for those portions of the Project shall be payable to the extent services are per- formed on those portions, in accordance with the schedule set forth in Subparagraph 11.2.2, based on (1) the lowest bona fide bid or negotiated proposal, or (2) if no such bid or proposal is received, the most recent preliminary estimate of Construction Cost or detailed estimate of Construction Cost for such por- tions of the Project. 10.4 PAYMENTS ON ACCOUNT OF ADDITIONAL SERVICES 10.4.1 Payments on account of the Architect's Additional Services and for Reimbursable Expenses shall be made monthly upon presentation of the Architect's statement of services ren- dered or expenses incurred. 10.5 PAYMENTS WITHHELD 10.5.1 No deductions shall be made from the Architect's com- pensation on account of penalty, liquidated damages or other SLIMS withheld from payments to contractors, or on account of the cost of changes in the Work other than those for which the Architect has been found to be liable. 10.6 ARCHITECT'S ACCOUNTING RECORDS 10.6.1 Records of Reimbursable Expenses and expenses per- taining to Additional Services and services performed on the basis of a multiple of Direct Personnel Expense shall be avail- able to the Owner or the OR - ner's authorized representative at mutually convenient times. ARTICLE 11 BASIS OF COMPENSATION The Owner shall compensate the Architect as follows: 11.1 AN INITIAL PAYMENT of NONE Dollars (S shall be made upon execution of this :Agreement and credited to the Owner's account at final payment. 11.2 BASIC COMPENSATION 11.2.1 FOR BASIC SERVICES, as described in Article 2, and anv other services included in Article 12 as part of Basic Services, Basic Compensation shall be computed as follows: (Insert hcsis oj" compensation, including stipulateil sums. multiples or percentages, and identy phases to which particular methods of compensation applI, if necessary.) See Article 12 AIA DOCUMENT 8141 • OWNER .ARCHITECT AGREEMENT • FOURTEENTH EDITION • AIA® • @198 THE AMERICAN INSTITUTE OF ARCHITECTS, 1 -35 NEW YORK AVENUE, N.W., WASHINGTON, D.C. 20006 B141-1987 S WARNING: Unlicensed photocopying violates U.S. copyright laws and is subject to legal prosecution. 11.2.2 Where compensation is based on a stipulated sum or percentage of Construction Cost, progress payments for Basic Services in each phase shall total the following percentages of the total Basic Compensation payable: (Insert additional phases as appropriate.) See Article 12 Schematic Design Phase: Design Development Phase: Construction Documents Phase: Bidding or Negotiation Phase: Construction Phase: Total Basic Compensation: percent( %) percent ( %) percent( %) percent( %) percent ( %) one hundred percent (100 %) 11.3 COMPENSATION FOR ADDITIONAL SERVICES 11.3.1 FOR PROJECT REPRESENTATION BEYOND BASIC SERVICES, as described in Paragraph 3.2, compensation shall be com- puted as follows: On an hourly basis in accordance with Appendix C, Hourly Billing Rates. 11.3.2 FOR ADDITIONAL SERVICES OF THE ARCHITECT, as described in Articles 3 and 12, other than (1) Additional Project Representation, as described in Paragraph 3.2, and (2) services included in Article 12 as part of Basic Services, but excluding services of consultants, compensation shall be computed as follows: (Insert basis of compensation. includintg rates and /or multiples of Direct Personnel pense for Principals and employees, anti identiJi' Principals and ctassify employees. it required. Idenaty) specific services to which particular methods of 6y compensation apply: if necessary) On an hourly basis in accordance with Appendix C, Hourly Billing Rates. 11.3.3 FOR ADDITIONAL SERVICES OF CONSULTANTS, including additional structural, mechanical and electrical engineering services and those provided under Subparagraph 3.4.19 or identified in Article 12 as part of Additional Services, a multiple of ( 1.0 ) times the amounts billed to the Architect for such services. (Identify specific types (f consultants in Article 12, tf required.) 11.4 REIMBURSABLE EXPENSES 11.4.1 FOR REIMBURSABLE EXPENSES, as described in Paragraph 10.2, and any other items included in Article 12 as Reimbursable Expenses, a multiple of ( 1 . 0 ) times the expenses incurred by the Architect, the Architect's employees and consultants in the interest of the Project. 11.5 ADDITIONAL PROVISIONS 11.5.1 IF THE BASIC SERVICES covered by this Agreement have not been completed within ( ) months of the date hereof, through no fault of the Architect, extension of the Architect's services beyond that time shall be compensated as provided in Subparagraphs 10. 3.3 and 11.3.2. 11.5.2 Pavments are due and payable thirty ( 30 ) days from the date of the Architect's invoice. Amounts unpaid thirty -one ( 31 ) days after the invoice date shall bear interest at the rate entered below or in the absence thereof at the legal rate prevailing from time to time at the principal place of business of the Architect. (Insert rate of interest agreed upon.) (Usury laws and requirements under the Federal Truth in Lending Act, similar state and local consumer credit Taus and otber regulations at the Owners and Archi- tect's principal places of business. the location of the Project and elsewhere may affect the validity of this provision. Specific legal advice should be obtained with respect to deletions or modifications, and also regarding requirements such as written disclosures or waivers.) g 8141 -198T AIA DOCUMENT 8141 • OWNER - ARCHITECT AGREEMENT • FOURTEENTH EDITION • AIA° • ©1987 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, N.W., WASHINGTON, D.C. 20006 WARNING: Unlicensed photocopying violates U.S. copyright laws and is subject to legal prosecution. 11.5.3 The rates and multiples set forth for Additional Services shall be annually adjusted in accordance with normal salary review practices of the Architect. F—T5DPW4 (Insert descriptions of other services, identify Additional Services included within Basic Compensation and modifications to the payment and compensation terms included in this Agreement.) See page 11. This Agreement entered into as of the day and year first written above. OWNER Daniel J. Donahue, Manager ARCHITECT (Signature) Otto G. Bonestroo, CEO (Printed name and title) M1 CTION: You should sign a original AIA document which has this caution printed in red. AU n An original assures that changes will not be obscured as may occur when documents are reproduced. AIA DOCUMENT 8141 • OWNER-ARCHITECT AGREEMENT • FOURTEENTH EDITION • AIAS • @1987 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, N.W., WASHINGTON, D.C. 20006 0141-1987 10 WARNING: Unlicensed photocopying violates U.S. copyright laws and is subject to legal prosecution. (Signature) Article 12 Other Conditions The provisions of this Article shall take precedence over all other provisions of this Agreement. 12.1 Scope of Architect's Services 12.1.1 The scope of the Project is defined in Appendix A. Architect's Basic Services shall be as described in Article 2 and as further outlined in Appendix B. 12.1.2 Architect's services are modified as follows: 1) Before Architect may proceed to the succeeding phase of Basic Services, the Owner's written approval is required at Owner acceptance of completed: A) Schematic design B) Background floor plan. Written preliminary approval of the Building Inspector is also required for proceeding with Design Development. C) Design development documents D) Construction documents E) Recommendation for award of construction contracts 2) Architect shall respond to only written Owner instructions and review comments as submitted by the Owner's designated representative. 3) Architect shall follow the requirements of the State and local building codes and local zoning ordinances. Owner shall notify the Architect in writing of any other regulations that Owner becomes aware of that may apply to the Project. 4) Prior to initiation of Architect's services, Owner shall inform the Architect in writing of any design and construction standards with which the Owner shall require the Architect to comply in the performance of its services. 5) Basic Services during the design phases (Schematic Design through Bidding) include Architect's attendance at up to eight meetings with the Owner. If the Owner desires Architect attendance at additional meetings, Architect shall prepare for, attend, and document such additional meetings as Additional Services. 6) Modify Paragraph 5.2.1 to add the following: The low, responsive, responsible bid may exceed the Architect's estimate of Construction Cost by as much as 20 percent. JAMKf1AGRWH0PE1.039 11 12.2 Compensation 12.2.1 For Basic Services as described in Sections 2.2 through 2.5 ( "Design" phases), Owner shall pay Architect a Design Fee of 8.7 percent of the construction cost of the Project, which reflects a credit for the value of prior schematic design work completed. 12.2.2 For Basic Services as described in Section 2.6 (Construction Phase), Owner shall pay Architect on an hourly basis in accordance with Appendix B, Billing Rate Schedule. 12.2.3 Progress payments shall be made in proportion to services performed as reasonably estimated by the Architect. The cumulative fee for design Basic Services due upon completion of each design phase of the Project shall be as noted below, less any portion of the design fee previously paid. Cumulative Design Fee as a Percentage of Project Phase Project Construction Cost Schematic Design 1.7% Design Development 3.9% Construction Documents 8.3% Bidding Assistance 8.8% 12.2.4 Invoices for services rendered and costs incurred may be issued to the Owner monthly for the value of services completed to -date plus costs incurred as Reimbursable Expenses. 12.3 Omissions by Architect Inadvertent omissions by Architect in the Owner - approved Construction Documents may require additions or changes to the Project and/or the Construction Documents during construction. Inadvertent omissions are defined as omitted items that were specifically requested in writing by the Owner or which are required by the building code, and do not include the circumstances described in Paragraph 3.3. Solutions to address inadvertent omissions will be negotiated with the Contractor as Change Orders for approval by the Owner. The construction cost of these Change Orders, whether or not components of the Contractor's original bid, shall be paid by the Owner and not by the Architect. Architect's sole liability to the Owner for inadvertent omissions shall be to prepare Change Orders as a part of Basic Services and not as Additional Services. Architect's liability to owner for any and all claims, losses, expenses or damages arising out of the project or this agreement from any cause including but not limited to the Architect's negligence, errors, or omissions shall not exceed the insurance proceeds available at the time of settlement or judgment. This limitation shall apply regardless of the cause of action or legal theory pled or asserted. J:Vv1"GRW HOPE1.039 12 12.5 Insurance 12.5.1 Architect agrees to maintain a professional liability insurance policy, insuring payment of damages for legal liability arising out of the performance of professional services for the Owner, in the insured's capacity as Architect, if such legal liability is caused by negligent acts, errors or omissions of the insured or of any person or organization for whom the insured is legally liable and responsible, to an amount of not more than $1,000,000 for each claim, subject to a limit of $1,000,000 annual aggregate, on a claims -made basis. Such insurance cannot be canceled until thirty days after the Owner has received written notice of the insured's intention to cancel the insurance. 12.5.2 The Architect shall maintain: 1) Statutory workers compensation and employers' liability insurance coverage. 2) Comprehensive general liability insurance coverage and automobile liability insurance coverage in the sum of not less than $1,000,000 per policy. 12.6 Schedule Both the Architect and the Owner will put forth reasonable efforts to complete their respective duties in a timely manner, according to the estimated durations in the preliminary schedule outlined below. Because the Architect's performance must be rendered with due diligence and be governed by sound professional practices, the Architect is not responsible for delays occasioned by factors beyond its control. Event Estimated Duration Schematic design through construction documents 10 - 12 weeks Bidding and contract award 4 - 5 weeks Construction 5 months JAMKT\AGRWH0PE1.039 13 Appendix r Sc ope of Pro Project Description/Program: New Hope Public Works Building Remodeling/Expansion. Approximate Project Size and Layout: As depicted on Architect's conceptual design layouts (copy attached) dated October 9 and 12, and November 8, 1995. Approximately 6,000 sq.ft. will be remodeled; 2,000 sq.ft. will be new construction. Preliminary Program and Estimated Construction Cost: Estimated at $500,000, as outlined on the Architect's Preliminary Cost Estimate (copy attached) as prepared from the conceptual design layouts. The estimated construction cost includes the cost of all work within five feet of the building perimeter but does not include minor utility relocations and connections nor minor grading, paving and curbing to accommodate guest and handicapped parking. Actual building cost will depend on the final building program and level of design to be approved by the Owner. Owner should allow for an additional 3 - 5 percent of the construction cost for change order additions to the work during construction. JAMKTIAGRWH0PE1.039 14 O O C N 4 a , y I�' r \ xx a Ty i 3 ri g ti r fi= P R b t 3t ,�, ,; �` f ���� �i PUBLIC WORKS • PRELIMINARY COST ESTIMATE CITY OF NEW • ' FILE NO. 34183 1.0 General Condition 2.0 Site Work 3.0 Concrete 4.0 Masonry Excavation Footings Precast Floor Ext walls Partitions 8" plant 2" T 4" scab 12" C block 8" C block 7780 sf 1760 sf 1760 sf 240 sf 1760 sf 3220 sf 2690 sf 7.53 1.6 3.48 5.77(m430) 3.77 5.0 Steel 6.0 Wood / Plastic 7.0 Envelope Roof Stairs Cabinets Roofing Insulation Gravel stop Bar joist/deck Steel /conc P laminate 13.36(m230) 6.60(m220) 1760 sf 8.23 1.5 6909.75(m230) 130 If 231.99(m 170) Ballasted Eporr 1760 sf R 38 1760 sf 24 G. metal 1760 sf 2.01 1.28 0.14 8.0 Doors / Entries Aluminum 4 2797.2 Windows Single leaf HMxHM 34 581.64 Windows Aluminum 200 sf 32.19 9.0 finishes 10.0 Specials $2,820.00 $6,130.00 $1,390.00 $6,640.00 $43,020.00 $17,750.00 $14,490.00 $10,370.00 *$30,160.00 $3,540.00 $2,250.00 $250.00 *$11,190.00 $19,780.00 $6,440.00 $25,810.00 $7,700.00 $8,300.00 - $32,370.00 $16,420.00 $980.00 $8,430.00 *$1,250.00 *$710.00 - $1,340.00 Sub total this page $338,410.00 Partitions Furing Wall Foor Ceiling Broom part Lockers Kitchen equip S stud /GBD Insul /GBD Paint S vinyl /carpet Susp AC tile Metal Range Refrigerator Microwave 3910 sf 6.60(m220) 2460 sf 3.13(m670) 15660 sf 0.53 7780 sf 4.16 7780 sf 2.11 300 sf 3.26 44 191.48(m310) 1 1251.53(m220) 1 704.85(m220) 1 137.20(m220) 14.0 Conveyors Elevator 18941.00(m230) $58,940.00 15.0 Mechanical Plumbing Floor mtd. 16 3313.35 $53,010.00 HVAC Warm air 1650 SF 4.04 $6,610.00 Sprinkler Lt. hazard 1650 SF 1.9 $3,140.00 16.0 Electric Power 200 A 1650 SF 0.31 $510.00 Lights Flour 3 OFC 7780 SF 4.41 $34,310.00 F Alarm 5.77 7780 SF 0.21 $1,630.00 0.053 $2,640.00 Stairs 1 Total Estimated Construction Cost $6,910.00 G cond. $496,620.00 Floor Area 7780 SF Unit Price (SF) $63.80 Alternates 1. Paint external walls - exist 14430 sf 0.53 $7,650.00 2. Paint interior part - exist 43980 sf 0.53 $23,310.00 3. Update sprinkler - exist 7890 sf 2.85 (m230) $22,490.00 4. Update HVAC - exist building insuficient information 5. Rebuild shops masonry walls 2490 sf 6.6 $16,430.00 Pre cast 1040 sf 5.77 $6,000.00 Wall finish 4980 sf 0.053 $2,640.00 Stairs 1 6909.75 $6,910.00 G cond. 1040 sf 7.53 $7,830.00 Total $39,810.00 02- Jan -96 ITTITTArw Included in Pro `ect? Task Description Additional Information Yes No 1 Project Management X 1.01 Travel time pre-design and design phases X 1.02 Travel time construction phase x 1.03 Review Owner input x 1.04 Consult with special agencies x 1.05 Reviewspecial regulations x 1.06 Market stud x 1.07 Planning Commission meeting 1 meeting x 1.08 City Council meeting 2 meetings x 1.09 Special Review Board meeting 1 meeting d ring design x 1.10 Public hearin s meetings x 1.11 Project meetings, design phases 7 -8 meetings x 1.12 Document existing conditions 2 Pre-Design 2.01 Space needs study Completed under previous study. 2.02 Building program Completed under previous study. 2.03 Bubble diagrams (space adjacencies Com leted under previous study. 2.04 Special equipment research Completed under previous study. 2.05 Field measurements and photos Completed under previous study. x 2.06 Site analysis x 2.07 Site selection chart x 2.08 Environmental stud x 2.09 Hazardous material stud x 2.10 Building code analysis x 2.11 Budget stud x 2.12 Zoning research x 2.13 Site surve J:\MK-r\DATA\COS-RNHOPEPW1.WB1 02- Jan -96 Appendix Included in Pro ct? Task Description Additional Information Yes No 3 Schematic Design X 3.01 Compare alternatives Two levels vs. one level X 3.02 Draft sketches--plan section and elevation X 3.03 Site plan X 3.04 Structural concept plan X 3.05 S stems concept plan X 3.06 Pers ective drawin X 3.07 Presentation drawings X 3.08 Operations cost estimate X 3.09 Interior design X 3.10 Acoustical design X 3.11 Opinion of probable construction cost X 3.12 Fixed limit of construction cost X 3.13 Colored marker renderin X 3.14 Presentation model 3D X 3.15 Outlinespecification 4 Design Development X 4.01 Approved background floor plan X 4.02 Compare structural systems X 4.03 Compare mechanical s stems X 4.04 Special electrical -- sounds stem Intercom X 4.05 Special electrical-security system Key ad for doors Hirsch X 4.06 Structural layout plan X 4.07 HVAC layout plan X 4.08 Electrical layout plan X 4.09 Cataloq cut booklet X 4.10 Room finish schedule X 4.11 Energy payback comparisons X 4.12 Site utilities bey and building perimeter X 4.13 Traffic engineering Curb cut be necessary. X 4.14 Outlinespecification X 1 4.15 Opinion of Probable Construction Cost X 4.16 Fixed limit of construction cost J:\MK-F\DATA\COS-RNHOPEPW1.WB1 02- Jan -96 Appendix B Included in Project? Task Description Additional Information Yes No 5 Construction Documents / Bidding Assistance X 5.01 Demolition plans X 5.02 Bid alternates X 5.03 Site engineering drawings X 5.04 Landscape drawings X 5.05 Architectural drawings X 5.06 Structural drawings X 5.07 Mechanical drawings X 5.08 Electrical drawings X 5.09 Special Equipment X 5.10 Short formspecifications X 5.11 Standardspecifications X 5.12 Construction management bid packages X 5.13 Special code reviews X 5.14 Special agency reviews X 5.15 Special specification standards X 5.16 Printing bidding documents Expenses are reimbursable. X 5.17 'Or Equal" specifications X 5.18 Bidder pre-qualification X 5.19 Value en ineerin X 5.20 Evaluate substitutions/approve equals X 5.21 Opinion of Probable Construction Cost X 5.22 Fixed limit of construction cost 6 Construction Phase Services X 6.01 Full -time inspection X 6.02 Weekly inspection X 6.03 Bi-weeklv inspection X 6.04 Inspection as determined Architect X 6.05 Limited inspections no. X 6.06 Special meetings no. X 6.07 Special inspection structural X 6.08 Shop drawing review X 6.09 Testing coordination X 6.10 Re -ins ections X 6.11 Start-up services X 6.12 Operations instructions X 6.13 Record plans X 6.14 Construction contract administration J: \MKT\DATA \COST\NHOP.EPWI.WB1 ••- r 6 Classification Hourly Rate Senior Principal $87.00 Principal /Project Manager /Sr. Scientist 77.50 Registered Engineer /Architect 67.00 Project Engineer /Architect 58.50 Graduate Engineer /Architect/Scientist/Field Supervisor 53.50 Senior Drafter 48.00 Senior Technician /Inspector /Drafter 45.00 Technician 32.00 Word Processor 31.50 Clerical / Printing 25.00 Total Station Equipment 20.00 GIS Workstation Equipment 20.00 These rates are adjusted annually in accordance with the normal review procedures of Bonestroo, Rosene, Anderlik and Associates, Inc. J: \MKT\DATA \RATE \96RATES.WB1 ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT (No Construction Manager) 1 . Parties - The parties to this addendum are the C i t y of New Hope (hereafter Owner) and Bonestroo, Rosene, Anderlik & Associates, Inc. (hereinafter Architect). 2. Purpose - The purpose of this Addendum is to modify the terms and conditions of the January 2, 1996 contract entered into between the Owner and Architect regarding construction of a Public Works Building remodeling. This Addendum shall be incorporated by reference into the January 2, 1996 contract as if it were fully set forth therein. If the terms of this Addendum conflict with the terms of said contract, the terms of this Addendum control. 3. Bidding or Negotiation Phase - (paragraph 2.5 of contract) The parties acknowledge and agree that the project is subject to the Uniform Municipal Contracting Law, Minn. St at . §471.345 and that all bidding, negotiations, or preparation of contracts for the performance of t h i s improvement w i l l be made in compliance with said statute section. The parties also acknowledge and agree that all contractors who work on this improvement shall provide performance and labor and material payment bonds in an amount equal to their contract amount, as also required by state law. 4. Construction Document Phase - (paragraph 2.4 of the contract) Subparagraph 2.4.4 is amended by requiring the Architect to prepare and file all documents on behalf of the Owner to gain approval of all governmental authorities having jurisdiction over the project. 5. Construction Phase - Administration of the Construction - (paragraph 2.6 of the contract) a. Subparagraph 2.6.3 is amended to read: Duties, responsibilities and limitations of authority of the Architect as the Owner's representative during construction shall not be restricted, modified or extended without written agreement of the Owner and Architect. b. Subparagraph 2.6.8 is deleted. C. The last sentence of subparagraph 2.6.10 is deleted. The Architect does hereby agree it will do the following before it issues a certificate of payment: i. inspect the work for quality and quantity; ii. substantiate the Contractor's right to payment for material stored off -site and substantiate that the Contractor has adequate insurance protecting said material before payment is made; iii. substantiate that all subcontractors and material suppliers of Contractor have been paid for work Contractor has billed and been paid on their behalf. d. In subparagraph 2.6.15, the words "and decided" are deleted from the first line. e. In subparagraph 2.6.16, the words "and decisions" in the first line are deleted, and the entire second sentence is also deleted. The following language is added: The Architect acknowledges that it is the agent of Owner and has a fiduciary obligation to Owner to oversee the construction of this project as designed and planned by Architect. f. Subparagraph 2.6.17 is deleted. g. In subparagraph 2.6.19, the word "decisions" in the first line is changed to "interpretations ", and the clause "except for those relating to aesthetic effect as provided in Subparagraph 2.6.17," is deleted. 6. Additional Services - (Article 3 of contract) a. Subparagraph 3.1 .1 is modified by the addition of ",3.3," between "3.2" and "and 3.4" in the fifth line, and the deletion of the last three sentences of said subparagraph. 7. Owner's Responsibilities - (Article 4 of contract) a. Paragraph 4.2 is deleted. b. Paragraph 4.5 is amended by requiring the Architect to be responsible for all survey requirements described in said paragraph. Further, this responsibility shall be included in the Design Phase compensation for basis services as provided by paragraph 12.2.1 of the contract. c. Paragraph 4.6 is amended to require the Architect to determine the need and extent of all required geotechnicai engineering services and coordinate the hiring of a geotechnical engineer to provide all required services. K 8. Termination of Agreement - (Article 8 of contract) a. The words "and all termination expenses as defined in paragraph 8.7" are deleted from paragraph 8.6. b. Paragraph 8.7 is deleted from this contract. 9. Miscellaneous Provisions - (Article 9 of contract) a. Paragraph 9.8 is amended to require the Architect to coordinate the removal of any hazardous material found at the project. Owner agrees to pay the Architect a mutually agreed upon fee for this work as additional services under paragraph 3 of the agreement. 10. Reimbursable Expense - (Article 10 of contract) a. Subparagraphs 10.2.1.5 and 10.2.1.6 are deleted. 11. Basic Compensation - (paragraph 12.2.1 and 11.3.2 of contact) Architect agrees that any services Architect provides pursuant to paragraphs 3.4.6, 3.4.7 and 3.4.10 shall be considered basic services and not optional additional services and shall be included in the lump sum percentage fee provied in paragraph 12.2.1. Architect further agrees paragraph 11.3.2 shall be amended to read "1.0" as a billing rate for services of additional consultants hired by Architect per paragraph 3.4.19. Dated: 9 "99&�4 1996. OWNER: CITY OF NEW HOPE its R = tt C Daniel J 'Donahue, Its City Manager c: \wp51 \cnh \addendum.pwb M 4401 Xylon Avenue North New Hope, Minnesota 55428-4898 January 11, 1996 Mr. Mark Hanson Bonestroo, Rosene, Anderlik & Associates 2335 West Highway 36 St. Paul, MN 55113 City Hall: 612-531-5100 Police: 612-531-5170 Public Works: 612-533-4823 TDD: 612-531-5109 City Hall Fax: 612-531-5136 Police Fax: 612-531-5174 Public Works Fax. 612-533-7650 Fire Dept. Fax, 612-531-5175 SUBJECT: AGREEMENT FOR DESIGN OF PUBLIC WORKS REMODELING PROJECT (IMPROVEMENT PROJECT NO. 542) Enclosed is a fully executed copy of the fore-mentioned agreement. This document was approved by the New Hope City Council at its meeting of January 8, 1996. A copy of the contract will also be transmitted to the City Attorney's office. Sincerely, Valerie Leone, MCMC City Clerk enc. cc: Steve Sondrall, City Attorney (w/enc) Jeannine Clancy, Director of Public Works Family Styled City 1 � . For Family Living *j CITY MANAGER TO SIGN Bonestroo, Rosene, Anderlik and Associates (BRAA) is in the process of preparing plans and specifications for the Public Works remodeling project. In order for their design work to continue, an evaluation of the subsurface soil conditions needs to be conducted and a geotechnical report needs to be developed. As set forth in the contract between BRAA and the City, the cost for this report is the responsibility of the City. On behalf of the City, BRAA has obtained a proposal for the geotechnical investigation from American Engineering Testing. The cost of the borings and report will not exceed $2000.00. Staff recommends approval of the resolution subject to: 1. Review and approval of the agreement by the City Attorney; and, 2. Provision of Professional Liability, General Liability, Automobile and Worker's Compensation in amounts satisfactory to the City. nisword:g\requests \pwbng.doc MOTION BY Laa SECOND BY / t Review: Administration: Finance: t1 I CITY OF NEW HOPE RESOLUTION NO. 96- 113 RESOLUTION APPROVING AGREEMENT BETWEEN THE CITY OF NEW HOPE AND AMERICAN ENGINEERING TESTING, INC. FOR GEOTECHNICAL SERVICES PUBLIC WORK REMODELING PROJECT 542 AUTHORIZING THE MAYOR AND CITY MANAGER TO SIGN WHEREAS, the New Hope City Council has authorized the preparation of plans and specifications for the Public Works Remodeling project; and, WHEREAS, the City is required to obtain geotechnical information in order to allow the design development of the project to progress; and, WHEREAS, a proposed agreement has been prepared with American Engineering Testing, Inc. setting forth the project scope of work, terms, conditions, and compensation for services. NOW, THEREFORE, D BY THE CITY COUNCIL OF THE CITY OF i' 1 • 1. That the agreement between the City of New Hope and American Engineering Testing is approved. 2. The Mayor and City Manager are authorized to sign. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota this 28th day of May, 1996. Z Mayor Attest: City Clerk msword: g\resolut \pwbng. doc City of New Hope Memorandum DATE: June 7, 1996 TO: Valerie Leone, City Clerk FROM: Jeannine Clancy, Director of Public Works SUBJECT: Agreement with American Engineering Testing I have had the referenced agreement review by the City Attorney per direction by the City Council. As a result of the review, the addendum has been prepared. Please obtain signatures from the Mayor and City Manager. Please retain the original and send copies to the following: Mr. Steve Koenes, American Engineering Testing Mr. Jerry Pertzsch, Bonestroo, Rosene, Anderlik and Associates Ardis Skogman, Public Works Thank you. June 11, 1996 4401 Xylon Avenue North New Hope, Minnesota 55428 -4898 Mr. Steven Koenes, PE American Engineering Testing, Inc. 2102 University Avenue West St. Paul, MN 55114 Dear Mr. Koenes: City Hall: 612 -531 -5100 Police: 612 - 531 -5170 Public Works: 612- 533 -4823 TOO: 612 - 531 -5109 City Had Fax: 612 -531 -5136 Police Fax: 612 - 531 -5174 Public Works Fax: 612 - 533 -7650 Fire Dep't, Fax: 612 - 531 -5175 Enclosed is a fully executed copy of the proposal and addendum for geotechnical services for the Public Works remodeling project. The New Hope City Council approved the agreement at its meeting of May 28, 1996. Should you have any questions, please contact Jeannine Clancy at 533 -4823. Sincerely, Valerie Leone, MCMC City Clerk enc. cc: Jerry Pertzsch, Bonestroo, Rosene, Anderlik & Associates Ardis Skogman, New Hope Public Works Family Styled City -'� For Family Living 1141 ti i t May 10, 1996 City of New Hope c/o Bonestroo Rosene Anderlik & Associates 2335 West Highway 36 St. Paul, MN 55113 Attn: Jerry Pertzsch RE: Proposal for Geotechnical Services New Hope Public Works Building Addition New Hope, Minnesota Dear Mr. Pertzsch: CONSULTANTS * GEOTECHNICAL * MATERIALS * ENVIRONMENTAL American Engineering Testing, Inc. is pleased to offer you subsurface exploration and geotechnical review services for the above - referenced project. This proposal is being submitted per your request of May 9, 1996. This letter is intended to define our scope of work, and to present you with an estimate of our fee, the anticipated schedule and other information regarding our services. Purpose of Study The purpose of this geotechnical work is to explore the subsurface conditions at the site, and based on our characterization of the obtained data, to prepare a geotechnical engineering report presenting comments and recommendations to assist you and your project team in planning and construction. Project Information The project includes the addition of approximately 4400 square feet to the existing public works building and adding eight parking spaces. We assume the proposed addition will have masonry perimeter bearing walls with bar joist roof construction. For purposes of this proposal, we assume bearing wall loads of up to 5 kips per lineal foot. The floor slab will match the elevation of the existing floor slab. "AN AFFIRMATIVE ACTION EMPLOYER" 2102 University Ave" W . t. Paul, MN 55114 - 612- 9® tF1 - Fax 612 - 669-1376 Duluth -Mankato -Rochester Wausau Jerry Pertzsch May 10, 1996 Page 2 Fieldwork As discussed with your consultants, our subsurface exploration program will consist of the following: • Perform three (3) standard penetration test borings (ASTM:D1586) to a depth of 21' each. This proposal is based on 63 lineal feet of test boring. The proposed boring locations are shown on the attached sketch. • Arrange clearance of underground public utilities through the Gopher State One Call System. • Seal the boreholes per Minnesota Department of Health requirements. • Dimension and document boring locations based on existing surface features. • Obtain surface elevations at each boring location based on provided /assumed benchmarks. Based on our understanding of site conditions, the borings are planned to be drilled with a truck drill rig. Soil Laboratory Testing Our services will include mechanical laboratory testing of selected soil samples to aid in judging engineering properties of the soils. In this proposal, we have budgeted $100 for geotechnical laboratory testing. If conditions are encountered which indicate the laboratory program should be expanded for proper evaluation, we will review the recommended tests and associated cost with you prior to proceeding. Engineering Report Following the field and laboratory work, a formal engineering report will be prepared and submitted. This report will include logs of the test borings, the laboratory test results, a review of engineering properties of the on -site soils, and our geotechnical engineering opinions and recommendations regarding the following: • Grading procedures to prepare the building area for structural support, including comments on the suitability of the on -site soils for reuse as fill • Foundation types and depths, including allowable soil bearing capacity and estimates of foundation settlement • Feasibility of increasing foundation loads on existing footing from 3000 psf to 3500 psf and resulting settlements. Jerry Pertzsch May 10, 1996 Page 4 Remarks We appreciate the opportunity to submit this proposal to you and look forward to working with you on this project. If you have any questions regarding our services, or need additional information, please do not hesitate to contact me. Sincerely, ' i'�L o/ X'Z�e� teven D. Koenes, PE Principal Engineer Phone: (612) 659 -1304 Fax: (612) 659 -1379 SDK /SM Attachments PROPOSAL ACCEPT CE BY: c Signature: Company: City of New Hope Date: Signature: Company: City of New Hope Date: Acceptance of the proposal includes acceptance of the services agreement and addendum attached herein. o m 0 0 rri M 0 M X I Cn rrl x z rn r. 0 V Z i 0 C 6 FVhj*C z PROJECT NEW HOPE PUBLIC WORKS BUILDING New Hope, Minnesota SUBJECT Proposed Boring Location Sketch SCALE DRAWN BY CHECKED BY None SDK DATE May 10, 1996 PAGE 1 of 1 ADDENDUM TO PROPOSAL FOR GEOTECHNICAL SERVICES AND SERVICE AGREEMENT PUBLIC WORKS REMODELING PROJECT 1. Parties - The parties to this addendum are the City of New Hope (hereinafter Client) and American Engineering Testing, Inc. (hereinafter AET). 2. Purpose - The purpose of this addendum is to modify the proposal of geotechnical services and the service agreement between the parties for the public works remodeling project dated May 10, 1996. 3. Client Contact - The client's representative shall be Ms. Jeannine Clancy, Director of Public Works, City of New Hope, 4401 Xylon Avenue North, New Hope, Minnesota 55428. 4. Insurance - Service Agreement Section 7 is amended to require that AET meet the following requirements relative to insurance: Before the Contractor begins work on this Contract, the City shall receive, subject to the approval of the City Attorney, a certificate of insurance on Standard Form C.I.C.C. -701 or ACORD 25 forms, showing the following insurance coverage and listing the City as an additional insured: a. General Contractor Liability: $1,000,000.00 b. Automobile Liability for all automobiles: $1,000,000.00 C. Workman's Compensation: Statutory Amounts This certificate must provide for the above coverages to be in effect from the date of the contract until 30 days after the Completion Date, and must prove the insurance coverages will not be canceled by the insurance company within 30 days written notice to the City of intent to cancel. The certificate must further provide that the contractor's insurance coverage is primary coverage notwithstanding any insurance coverage carried by the City that may apply to injury or damage relating to the maintenance or repair of the City's streets or right -of -ways by either the City or any employee, agent, independent contractor or any other person or entity retained by the City to perform the herein services where the injury or damage is caused by the contractor's negligence. 5. Litigation Reimbursement - Service Agreement Section 10 shall be deleted. 6. Limitation of Liability - Service Agreement Section 12 shall be amended to provide the Client the full amount of AET's professional liability insurance coverage which shall not be less than $1,000,000. msword: c \documents\remodeling \soils.doc SERVICE AGREEMENT TERMS AND CONDITIONS SECTION 1 - RESPONSIBILITIES 1_1 - The party to whom the proposal /contract is addressed is the Client of American Engineering Testing, Inc. (AET). 1_2 - Prior to AET performing work, Client will provide AET with all information that may affect the cost, progress, safety and performance of the work. This includes, but is not limited to, information on proposed and existing construction, all pertinent sections of contracts between Client and property owner, site safety plans or other documents which may control or affect AET's work. If new information becomes available during AET's work, Client will provide such information to AET in a timely manner. Also, Client will provide a representative for timely answers to project - related questions by AET. 1_3 - Work by AET will not relieve other persons of their responsibility to perform work according to the contract documents or specifications, and AET will not be held responsible for work or omissions by Client and other persons. AET will not be responsible for directing or supervising the work of others, unless specifically authorized in writing. 1_4 - Work by AET often includes sampling at specific locations. Inherent with such sampling is variation between sampling locations. Client recognizes this uncertainty and the associated risk, and acknowledges that opinions developed by AET, based on the samples, are qualified to that extent. 1_5 - AET is not responsible for interpretations or modifications of AET's recommendations by other persons. 1_6 - Should changed conditions be alleged, Client agrees to notify AET before evidence of change is no longer accessible for evaluation. SE CTION 2 SITE ACCESS AND RESTORATIO 2.1 - Client will furnish AET safe and legal site access. 2_2 - It is understood by Client that in the normal course of the work, some damage to the site or materials may occur. AET will take reasonable precautions to minimize such damage. Restoration of the site is the responsibility of the Client. SECTION 3 - SAFETY 3_1 - Client shall inform AET of any known or suspected hazardous materials or unsafe conditions at the work site. If, during the course of AET's work, such materials or conditions are discovered, AET reserves the right to take measures to protect AET personnel and equipment or to immediately terminate services. Client shall be responsible for payment of such additional protection costs. 3_2 - AET shall only be responsible for safety of AET employees at the work site. The Client or other persons shall be responsible for the safety of all other persons at the site. SECTION 4 - SAMPLES 4_1 - Client is responsible for informing AET of any known or suspected hazardous materials prior to submittal to AET. All samples obtained by, or submitted to, AET remain the property of the Client during and after the work. Any known or suspected hazardous material samples will be returned to the Client at AET's discretion. 4_2 - Non - hazardous samples will be held for 30 days and then discarded unless, within 30 days' of the report date, the Client provides a written request that AET store or ship the samples, at the Client's expense. SECTION 5 - PROJECT RECORDS The project records prepared by AET will remain the property of AET. AET shall retain these records for a period of three years following submission of the report, during which period the project records can be made available to Client at AET's office at reasonable times. SECTION 6 - STANDARD OF CARE AET will perform services consistent with the level of care and skill normally performed by other firms in the profession at the time of this service and in this geographic area, under similar budgetary constraints. No other warranty is implied or intended. 02DPM011(3/96) AMERICAN ENGINEERING TESTING, INC. Service Agreement - Page 2 SECTION 7 - INSURANCE AET carries Worker's Compensation, Property Damage and Professional Liability insurance. AET will furnish certificates of insurance to Client upon request. SECTION 8 - DELAYS If AET work delays are caused by Client, work of others, strikes, natural causes, weather, or other items beyond AET's control, a reasonable time extension for performance of work shall be granted, and AET shall receive an equitable fee adjustment. SECTION 9 - PAYMENT. INTEREST AND BREACH 9_1 - Invoices are due on receipt. Client will inform AET of invoice questions or disagreements within 15 days of invoice date; unless so informed, invoices are deemed correct. 9_2 - Client agrees to pay interest on unpaid invoice balances at a rate of 1.5 % per month, or the maximum allowed by law, whichever is less, beginning 30 days after invoice date. 9_3 - If any invoice remains unpaid for 60 days, such non - payment shall be a material breach of this agreement. As a result of such material breach, AET may, at its sole option, terminate all duties to the Client or other persons, without liability. 9_4 - Client will pay all AET collection expenses and attorney fees relating to past due fees which the Client owes under this agreement. SECTION 10-- LITIGATION REIMBURSEMENT Payment of AET costs for Client lawsuits against AET which are dismissed or are judged substantially in AET's favor will be the Client's responsibility. Applicable costs include, but are not limited to, attorney and expert witness fees, court costs, and AET costs. SECTION 11 - MUTUAL INDEMNIFICATION 11.1 - AET agrees to hold harmless and indemnify Client from and against liability arising out of AEI's negligent performance of the work, subject to any limitations, other indemnifications or other provisions Client and AET have agreed to in writing. 11.2 - Client agrees to hold harmless and indemnify AET from and against liability arising out of Client's negligent conduct, subject to any limitations, other indemnifications or other provisions Client and AET have agreed to. 11.3 - If Client has indemnity agreement with other persons, the Client shall include AET as a beneficiary. SECTION 12 - LIMITATION OF LIABILITY Client agrees to limit AET's liability to Client arising from professional acts, errors or omissions, such that the total aggregate liability of AET shall not exceed $50,000. SECTION 13 - TERMINATION After 7 days written notice, either party may elect to terminate work for justifiable reasons. In this event, the Client shall pay for all work performed, including demobilization and reporting costs to complete the file. SECTION 14 - SEVERABILITY Any provisions of this agreement later held to violate a law or regulation shall be deemed void, and all remaining provisions shall continue in force. However, Client and AET will in good faith attempt to replace an invalid or unenforceable provision with one that is valid and enforceable, and which comes as close as possible to expressing the intent of the original provision. SECTION 15 - ENTIRE AGREEMENT This agreement, including attached appendices, is the entire agreement between AET and Client. This agreement nullifies any previous written or oral agreements, including purchase /work orders. Any modifications to this agreement must be in writing. 02DPM011(3/96) AMERICAN ENGINEERING INC. SUBSURFACE BORING SUPPLEMENT TO TERMS AND CONDITIONS SECTION 16 - UNDERGROUND UTILITY AND STRUCTURE CLEARANCE 16.1 - It is necessary that borings, excavations and other penetrations be located such that they maintain a minimum safe distance from underground utilities or other man-made improvements. Client shall advise AET of all utilities that service or are located on the site, as well as any underground improvements located on the site. AET will contact state notification centers, where available, or individual utility owners where a state notification center is not available prior to drilling. 16.2 - Public utility owners may not provide the locating service on private property. In such situations, the Client is responsible for location of such utilities prior to drilling. 16.3 - The property owner may have private underground improvements which cannot be cleared through the state notification center or public utility owners. The Client is responsible for location of these improvements. 16.4 - AET will not be responsible for any damages to "non- located" or incorrectly located underground utilities or other man-made improvements. SECTION 17 - CONTAMINATION 17.1 - Client acknowledges and accepts that unavoidable contamination risks may be associated with AET's subsurface drilling, sampling and installation of monitoring devices. Risks include, but are not limited to, cross contamination created by linking contaminated zones to uncontaminated zones during the drilling process; containment and proper disposal of known or suspected hazardous materials, drill cuttings and drill fluids; and decontamination of equipment and disposal and replacement of contaminated consumables. Client and AET agree that the discovery of unanticipated actual or suspected hazardous materials may make it necessary for AET to take immediate measures to protect human health and safety, and/or the environment. Client and AET also agree that the discovery of such materials constitutes a changed condition which may result in added costs to the Client, and may require a renegotiation of work scope or termination of services. 17.2 - Because subsurface sampling is a necessary aspect of AET's work performed on the Client's behalf, Client agrees to hold harmless and indemnify AET from and against liability associated with contamination. SECTION 18 - LOST EQUIPMENT Equipment lost in bore holes may be required to be retrieved or properly abandoned by government agencies. Client agrees to pay AET all costs related to retrieving and/or abandoning such equipment at AET fee schedule rates, unless agreed otherwise. SECTION 19 - LIMITATIONS OF SUBSURFACE EXPLORATION Client recognizes that unavoidable risks occur whenever engineering or related disciplines are applied to identify subsurface conditions. Even a comprehensive sampling and testing program performed in accordance with a professional standard of care may fail to detect certain conditions, because they are hidden. For similar reasons, actual environmental, geologic and geotechnical conditions that AET characterizes to exist between sampling points may differ significantly from those that actually exist. The passage of time also must be considered, and Client recognizes that, due to natural occurrences or direct or indirect human activities at the site or distant from it, actual conditions discovered may change. Client recognizes that nothing can be done to eliminate the risks associated with these limitations. 02DPM012(3/96) AMERICAN ENGINEERING TESTING, INC. III Y U-." w .id 1 A N:, . CERTIFICATE F INSURANCE AA ERI-A, D 06 / 06 / 96 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE St Paul Agency Inc 245 E Roselawn Ave HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. St Paul MN 55117 -1943 COMPANIES AFFORDING COVERAGE Phone No. 612- 488-0789 Fax No. COMPANY A Travelers Ins Co INSURED American Consulting Inc COMPANY B Reliance National American Engineering Testing Inc /Am Petrographic Inc Am Equipment Leasing Inc COMPANY C State Fund Mutual Insurance Co COMPANY D Hartford Underwriters Ins Grp 2102 Univ Ave W St Paul MN 55114 COVERAGES TIES IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. W T YPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YY) POLICY EXPIRATION DATE (MM/DD/YY) LIMITS A GENERAL. LJABB 1TY X COMMERCIAL. GENERAL LIABILITY CLAIMS MADE 1 OCCUR P660539K8B96TIA96 01/01/96 01/01/97 GENERAL AGGREGATE $_ 2000000 PRODUCTS - COMP /OP AGO $ 2000000 PERSONAL & ADV INJURY $ 1000000 EACH OCCURRENCE $ 1000000 OWNER'S & CONTRACTOR'S PROT FIRE DAMAGE (Any one fire) $ 5000W MED EXP (Any me person) $ 5000 A AUTOMOBILE LIABILITY ANY AUTO P660539KBB96TIA96 01/01/96 01/01/97 COMBINED SINGLE LIMIT $ 1000000 X ALL OWNED AUTOS BODILY INJURY (Per person) $ SCHEDULED AUTOS HIRED AUTOS BODILY INJURY (Per accident) $ X X NON -OWNED AUTOS - PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN AUTO ONLY: ANY AUTO EACH ACCIDENT $ AGGREGATE $ A EXCESS LIABILITY X UMBRELLA FORM CUP836J9052IND96 01/01/96 01/01/97 EACH OCCURRENCE $ 30 00000 AGGREGATE $ 3000 $ OTHER THAN UMBRELLA FORM C D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY STATUTORY LIMITS EACH AC CIDENT $ 50 0000 _ DISEASE - POLICY LIMIT $ 500000 THE PROPRIETOR/ INCL PARTNERSIEXECUTTVE OFFICERS ARE: EXCL 103822.301 MN ONLY 77WZKV4530 WI ONLY 08/01/95 11/23/95 07/01/96 11/23/96 DISrASE - EACH EMPi oYEE $ 500000 OTHER 8 PROFESSIONAL LIAB NTF163429901 07/02/95 07/02/96 RETENTION 65000 LIMIT OF LIABILITY 1000000/2000000 TOTAL CLM DESCRIPTION OF OPERA TIONSJLOCATIONS NMCLESISPECIAL ITEMS MN WC POL LMT APPLY ACC /DISEASE F 5337650 CERTIFICATE HOLDER CANCELLATION NEWHOPE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF NEW HOPE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL MS JEANNINE CLANCY 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, DIRECTOR OF PUBLIC WORKS BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 4401 XYL.ON AVE NO NEW HOPE MN 55428 OF ANY KIND UPON PANY, ITS A REPRESENTATIVES AUTHORIZED REPRESEAAWVE ACORD 25 -5 0193) RD RATION 1993 COUNCIL 1-5 Dialij • Originating Department Approved for Agenda Agenda Section Public Works 1 3/10/97 1 Consent Item No. B Y : Jeannine Clancy By: 6.10 APPROVAL OF BID AND AUTHORIZATION TO PURCHASE ASBESTOS ABATEMENT SERVICES FROM EXCEL ENVIRONMENTAL FOR PUBLIC WORKS FACILITY (PROJECT 542) - $3,090 Asbestos was found in the floor tile mastic at the Public Works facility. Staff has received the following quotes to abate the asbestos: Vendor Bid Excel Environmental $3,090.00 Mavo Systems $3,200.00 MTD Construction/A-1 Abatement $4,622.38 Staff recommends approval of the quote from Excel Environmental in the amount of $3,090. Rul", • SECOND BY TO: 414j�� I 11 J Review: Administration: Finance: FEB-21-1997 13:00 E & V, INCORPORATED 612 545 1346 P.02/04 I a f of'.. " WI 6*biw 0 . . Feb-19-9► 05952P V 914073960793 P.02 2181 UnW*nft *mm Wout Suft 03 89W P" Mkv*90& SSI 14 (612) 646-SM a Sax (619) 649-IM Fcbruwy 19, 199► Dear GMF F I ,Xcc E nv i Tomnen t a L I propos to remove ft 107 sq. feet of asbarAos contsin i Door the and Mustic for dw P*e Of: Thm thousand ninety dall"s $3.090-00 Removal will be In WCOV&D0 to pj00,WuM OUW'Aed on 8ket& Of MCI' This proposa Indudep mdefials, labor, dis"W, occum"m bwed asbcAos Wbility insurano. O Wnga t rtM ove wpoting and have 9M 01M of tumble- objects. If YOU have any fiu*cr quodons concem ]hi propow feet fte to 00 OW at 645. 5556. Subject: Retnarks: e z We request a response from you by We are: o Sending by mail For your. o Information o Sending by FAX only o Review and, comment U Approval o Records 0 Distribution o Revision and resubmittal If transmission was not modved pmpedy. pleases comes the sander at the phone number below. o Sending as requested E &V Consultants and Construction Managers 6801 Duluth Street, Suite 345 Minneapolis, MN 65422 Phone (692} 6451355 a Fox (692) 6461346 14zo Na 14df us 334 Colt) 331 -63S e t617CI 3414106 !� 901$1 =191 m Xul ,"� t7 it LO:91 3€3L L$ -8t J a oowd `oNx v.LHf4tJl"iflEtmo ow -." 9om&vcvw#. LB /Btim !POATOO*U i . f=EB -21 -1997 13:01 E & Vy INCORPORATED . 612 545 1346 P.04%04 ❑; 1�.u\ � . ' ,. .. ::�.� mn r+ b ky,.t• cv�;.ktesr, �r,:xa.� nor. �. ,...�..: r .. • R f r- - q r,•.x;.. �.nn5r..q•;n• � , .•�,•.r...:::: :•'hy; ;`:`v;� ",:,..,;ggti., . ..rtiliSw$;WOds � �R7.�i��., +r'"., ���1��+�C'�'i" r .r .. • ^� .�. •�'/tL.'1�;1YI�tc�,^"��i3�' •�' °:. ."r�''•� . Ott► M Ott Ptgal¢IZ '! 1199? 3E tPM'l�t g WM) 4"XM "RTA erM A i ARA'tRMii•NT 79" MM. TAMR T.i O T. I4M, MN M14 612.71i4.W97 f3TT? T" RM"ALFOR A'BA7't;YytMM W )RK- M,00'Te T M AM MASTIC. RF.tk OVAT. Unwed wort armA T.tmd% Rooms. Conidor.RecmAltommdOffics Aram 'Fatal Aid: $2.74 par wpm* ftx* vc 1,447 - $4,QW -M From: T?aryl Ham ■ 0A 4401 Xylon Avenue North New Hope, Minnesota 55428 -4898 March 11, 1997 Mr. Todd L. Erickson Excel Environmental 2161 University Avenue West, #203 St. Paul, MN 55114 City Hall: 612 - 531 -5100 Police: 612 - 531 -5170 Public Works: 612- 533 -4823 TDD: 612 - 531 -5109 RE: Removal of Asbestos From Public Works Facility Dear Mr. Erickson: City Hall Fax: 612- 531 -5136 Police Fax: 612 -531 -5174 Public Works Fax: 612 - 533 -7650 Fire Dept. Fax. 612 -531 -5175 The New Hope City Council, at its meeting of March 10, 1997, awarded the bid for the above referenced services to your company in the amount of $3,090. Thank you for submitting a bid. A purchase order will be sent under separate cover. Please telephone Jeannine Clancy, 533 -4823, should you have any questions. Sincerely, Valerie Leone, CMC City Clerk cc: Jeannine Clancy Family Styled City ANO For Family living 4401 Xylon Avenue North New Hope, Minnesota 55428 -4898 March 11, 1997 Mr. Jeff Bergo Mavo Systems 1428 Marshall Street NE Minneapolis, MN 55413 City Halt: 612- 531 -5100 Police: 612- 531 -5170 Public Works: 612- 533 -4823 TDD: 612 -531 -5109 RE: Removal of Asbestos From Public Works Facility Dear Mr. Bergo: City Hall Fax: 612 -531 -5136 Police Fax: 612- 531 -5174 Public Works Fax: 612 -533 -7650 Fire Dept. Fax. 612- 531 -5175 The New Hope City Council, at its meeting of March 10, 1997, awarded the bid for the above referenced services to Excel Environmental in the amount of $3,090. Thank you for submitting a bid. Please telephone Jeannine Clancy, 533 -4823, should you have any questions. Sincerely, Valerie Leone, CMC City Clerk cc: Jeannine Clancy Family Styled City For Family Living 4401 Xylon Avenue North New Hope, Minnesota 55428 -4898 March 11, 1997 Mr. Daryl Herzog MTD Construction 7829 Lois Lane Lino Lakes, MN 55014 City Hall: 612- 531 -5100 Police: 612- 531 -5170 Public Works: 612- 533 -4823 TDD: 612 - 531 -5109 RE: Removal of Asbestos From Public Works Facility Dear Mr. Herzog: City Hall Fax: 612 -531 -5136 Police Fax. 612 - 531 -5174 Public Works Fax: 612- 533 -7650 Fire Dept Fax: 612- 531 -5175 The New Hope City Council, at its meeting of March 10, 1997, awarded the bid for the above referenced products to Excel Environmental in the amount of $3,090. Thank you for submitting a bid. Please telephone Jeannine Clancy, 533 -4823, should you have any questions. Sincerely, Valerie Leone, CMC City Clerk cc: Jeannine Clancy I n Family Styled City For Family Living Y 1,14 Dial 0 D11Z 11111111 i Public Works Approved for Agenda 10 -13 -97 Agenda Section Consent Item No. By: Jeannine Clancy I B 6) O / 6.8 RESOLUTION APPROVING CHANGE ORDER NOS. 1 & 2 TO CONTRACT WITH MIKKELSON -WULFF CONSTRUCTION, INC., IMPROVEMENT PROJECT 542, PUBLIC WORKS EXPANSION \REMODELING; AUTHORIZING THE CITY MANAGER TO SIGN Change Order No. 1 includes the following changes to the contract with Mikkelson -Wulff Construction, Inc.: 1. Delete new door and frames 117A, 117B and 119A.. These are existing doors that were reused and painted rather than replaced. {$1,402} 2. Delete the relocation of the washer and dryer included with the associated plumbing. (The washer and dryer will remain in place.) {$1,200.00} 3. Modify the type of light fixture proposed in order to utilize existing {$970.04} fixtures as much as possible. These items result in a credit to the city in the amount of $3,572.04. Change Order No. 2 includes the following changes to the contract with Mikkelson -Wulff Construction, Inc.: 1. Demolition of existing ductwork that was in conflict with the proposed improvements. (PR -2) $1,524.17 2. Relocation of an exhaust fan to the print room. This room needs additional exhaust due to the type of ammonia printer used for reproducing blue line drawings. (PR -5) $1,260.37 egae s F �¢ MOTION BY -� e SECOND BY Review: Administration: Finance: Originating Department • 1I Request for Action Project 542 - Change Orders 1 & 2 October 13, 1997 Page 2 3. Delete finishes in Room 106 and modify the HVAC system in central garage office. (PR -6) {$848.29} 4. Provide wiring to all thermostats.(FCA -4) $873.07 5. Relocate speaker from locker room to central garage area and provide two additional telephone data lines in the office areas. (FCA -4) $188.18 6. Provide additional Class 5 material in driveway due to poor soils. (FCA -21) $1,524.32 7. Provides chains to hang lights in locker room and central garage office where ductwork conflicted with lighting. (FCA -22) $324.94 8. Demo plans revisions to masonry wall; delete light fixtures in room 117 {$925.35) 9. Delete occupancy sensor in room 132 (conference room), change, floor drain in Room 132C; add plumbing chase in Room 112. $1,355.54 10. Change locker room wall be provide one hour rating between central garage and locker room. $408.24 11. Provide 25 new plastic lenses for re -used fixtures — old lenses are yellowed. (PR -12) $771.32 12. Provide new curbing for existing rooftop unit. Existing unit was installed improperly and resulted in the roof leaking. (PR -13) $7,186.58 13. Add two lights in the conference room due to and one in the lunch room. Designed lighting is inadequate (PR -14) $584.00 14. Provide new mop sink for janitor closet. Existing mop sink was deteriorated and could not be reused as indicated by the plans. (FCA -3) $362.14 15. Provide drywall ceiling in the print room instead of the proposed acoustical tile in order to confine the odors related to the ammonia printer. (FCA -6) $1,049.23 16. Provide a dry wall frame in men's locker room to obtain one hour rating. Provide bigger doors at 104A and 1046 to fit existing width not shown on plans. (FCA -9) $459.53 Request for Action Project 542 - Change Orders 1 & 2 October 13, 1997 Page 3 17. Grout corner footing in northwest corner of (FCA -10) 18. Stabilize soils under building footing (west door near mechanical room) due to poor and saturated soils. 19. Provide sheet metal backing for new furniture that is attached to drywall. (FCA -12) 20. Delete Wausau windows and provide Cronstrom in order to reduce cost of project (FCA -13) 21. Delete exterior pre- finished metal flashing accent strip throughout new addition. (FCA 15) 22. Tuckpoint existing building due to failure of mortar joints exposed after building was sandblasted. (FCA -17) 23. Change exterior trench drain to a less expensive option. (FCA -18) 24. Reconfigure asphalt and delete curb and gutter along north side of property. (FCA -20) 25. Replace moldy drywall in janitors closet. 26. Provide color for mortar used in gray rockface block. $121.83 $1,121.43 $1,000.00 {$7,000.00} {$2,400.00} $23,623.27 {$1,012.50} $1,807.63 $221.29 287.50 $33,868.44 While this change order includes many items, the majority of the costs are related to two items; the tuckpointing of the existing building and the installation of curbing for an existing HVAC unit. These two items resulted in additional cost of the project in the amount of $30,809.85. The changes that added cost to the project are offset by credits that the City received in the amount of $15,758.18. These credits were the result of the architect, construction manager, contractor and staff investigating cost savings ideas throughout the course of construction. The total of the two change orders results in an add to the contract with Milkkelson -Wulff in the amount of $30,296.40. Staff recommends approval of the resolution. g \requests \542co1 CITY OF NEW HOPE RESOLUTION NO. 97 -173 RESOLUTION APPROVING CHANGE ORDER NOS. 1 & 2 TO CONTRACT WITH MIKKELSON -WULFF CONSTRUCTION, INC. IMPROVEMENT PROJECT 542 PUBLIC WORKS EXPANSION/REMODELING; AUTHORIZING THE CITY MANAGER TO SIGN WHEREAS, the City has entered into a contract with Mikkelson -Wulff Construction, Inc. for the expansion and remodeling of the Public Works facility; and, WHEREAS, during the course of construction, modifications have been made to the approved plans and specifications to address existing field situations and conditions; and, WHEREAS, the City has received a cost proposal from Mikkelson -Wulff Construction, Inc. to modify the terms of the contract to address the field conditions. NOW, THEREFORE, BE IT RESOLVED, by the City Council of the City of New Hope, Hennepin County, Minnesota: 1. That the City Council hereby approves Change Order No. 1 in the deduct amount of $3,572.04 and Change Order No. 2 in the add amount of $33,868.44. 2. That the City Manager is authorized to sign Change Order Nos. 1 and 2 to the contract with Mikkelson -Wulff Construction, Inc. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 13 day of October, 1997. Attest: C City Clerk "I.. " - le Mayor gkesolutn \542Col 4401 Xylon Avenue North New Hope, Minnesota 55428 -4898 October 15, 1997 Mikkelson -Wulff Construction, Inc. 126 Blake Road N. Hopkins, MN 55343 City Hall: 612 - 531 -5100 Police: 612- 531 -5170 Public Works: 612 - 533 -4823 TOO: 612.531 -5109 City Hall Fax: 612 -531 -5136 Police Fax: 612 -531 -5174 Public Works Fax: 612 - 533 -7650 Fire Dep't. Fax: 612 -531 -5175 SUBJECT: CHANGE ORDER NOS. 1 AND 2 - IMPROVEMENT PROJECT NO. 542 Enclosed are two fully executed copies of each of the above - referenced Change Orders for your records. Please forward one copy of each to your bonding company. The change orders were approved on October 13, 1997, by the New Hope City Council. If you have any questions, please contact me. Sincerely, Valerie Leone City Clerk, CMC enc. cc: Mark Hanson, City Engineer Jeannine Clancy, Director of Public Works For Family Living Family Styled City �� �� ��� Request for Action Project 542 - Change Order 3 December 8, 1997 Page 2 7. Install and remove wiring for three Owner trailers for telephone and data. $826.03 8. Repair existing gate valve for water heater. $140.04 9. Delete vinyl wall covering on three walls in the offices. <$703.69> 10. Delete vinyl composite tile (VCT) and vinyl base in Central Garage Storage /Office, Rm 117. The VCT would not have withstood the weight of the storage racks. <$590.29> 11. Shot blast concrete floor to remove existing paint surface and install an quartz epoxy floor in Central Garage Storage /Office, Rm 117. The epoxy flooring will provide a durable surface for the use of the room. $2,932.13 12. Add a GFI (Ground Fault Interrupt) outlet by the sink in the northeast corner of the lunch room. Outlet requested for placement of coffee maker. $87.53 13. Delete two "F" fixtures at front exterior soffits. Architectural plans indicated two fixtures and electrical plans indicated four fixtures. There was a conflict with the size of the soffit and fixture. After evaluation it was determined there would be sufficient light with two fixtures. <$384.00> 14. Provide pump rental and additional hours for dewatering due to ground water that was encountered at the southeast corner addition footing and at the exterior of door 105 (communications /laundry room). The water migrated from under the existing building and the contractor would not have been able to anticipate at the time of bidding. $928.65 15. Rework lunch room cabinet door and drawer due to interference with range; add shelf pads for shelf brackets not originally specified in the specifications; install sink panel in lunch room to hide piping for entrance to lunch room; revise entrance closet shelf rod to have both standard and handicap hanging heights, specifications called for entire rod to be handicap height; switch locks on door 105 to comply with building code. These items were noted on punch list to be added to the project. $1,863.35 Request for Action Project 542 - Change Order 3 December 8, 1997 Page 3 16. Add a steel lintel plate above north entrance, door 118A, for support of masonry above the door. None indicated on the plans. $203.02 17. Add four (4) smoke detectors and one (1) fire strobe as required by the fire inspector during final inspection. $1,675.03 18. Change Order No. 2 added 28 replacement light lens. Upon measurement of the fixtures it was discovered 16 lens frames were deteriorated and could not be repaired. This line item voids the add of the 28 light lenses in Change Order No. 2. <$771.32> 19. Replace sixteen (16) new 2'x 4' light fixtures to match the existing type of fixture and replace twelve (12) light lenses. $1,330.39 20. Remove and replace asphalt near employee entrance. The new asphalt area did not drain properly and resulted in ponding at the north entrance. An area was removed from the new asphalt and existing asphalt to provide positive drainage to the northeast portion of the property. The slope is minimal in this area to allow for adequate surface asphalt area. The add is for the portion in the existing asphalt. $1,976.44 These items result in an extra cost to the city in the amount of: $14,858.18 This is the final change order for the project. The change order represents changes made at the city's request resulting in either added or deleted items, or changes to address field conditions. The total amount of change orders for the project is $45,154.58. This represents an increase cost of six percent to the original contract amount. Of the total change order amount, almost $31,000 was related to two items; tuckpointing the building and installation of curbing around an existing HVAC unit. While staff always strives to minimize the amount of change orders, it is difficult to anticipate all issues that arise during construction. This is particularly true given the fact that a portion of the project included remodeling the existing office space. Staff recommends approval of the resolution. COUNCIL Change Order No. 3 includes the following changes to the contract with Mikkelson -Wulff Construction, Inc.: 1. Provide locks on cabinet doors in lunchroom for storage of supplies. $292.41 2. Add three data outlets and two power outlets to meet communication needs. Provide conduit and rough -in box for future security card reader at door 104B in the garage area. $1,402.60 3. Install heat tape and an "on" indicator switch for manual control of operations for the roof drains. The heat tape will prevent ice build up at the outlet to the exterior. $1,265.85 4. Relocate light switch and add an additional light in corridor 131 north of lunch room as required by the fire marshall. $378.55 5. Provide room identification signs for six (6) offices to be consistent with signage typical at City Hall. $337.00 6. Install and remove temporary power to additional 10' x 40' owner trailer. An additional trailer was added to provide adequate space for staff. $1,668.46 MOTION BY SECOND BY Ho Review: Administration: Finance: i�i�Qf71)I!1 CITY OF NEW HOPE RESOLUTION NO. 97 -211 RESOLUTION APPROVING CHANGE ORDER NO. 3 TO CONTRACT WITH MIKKELSON -WULFF CONSTRUCTION, INC. IMPROVEMENT PROJECT 542 PUBLIC WORKS EXPANSION /REMODELING; AUTHORIZING THE CITY MANAGER TO SIGN WHEREAS, the City has entered into a contract with Mikkelson -Wulff Construction, Inc. for the expansion and remodeling of the Public Works facility; and, WHEREAS, during the course of construction, modifications have been made to the approved plans and specifications to address existing field situations and conditions; and, WHEREAS, the City has received a cost proposal from Mikkelson -Wulff Construction, Inc. to modify the terms of the contract to address the field conditions. NOW, THEREFORE, BE IT RESOLVED, by the City Council of the City of New Hope, Hennepin County, Minnesota: 1. That the City Council hereby approves Change Order No. 3 in the amount of $14,858.18. 2. That the City Manager is authorized to sign Change Order No. 3 to the contract with Mikkelson -Wulff Construction, Inc. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 8tn day of December, 1997. Attest: City Clerk Mayor G: Resolutn \542CO 4401 Xylon Avenue North New Hope, Minnesota 55428 -4898 December 10, 1997 City Hall: 612- 531 -5100 Police: 612 - 531 -5170 Public Works: 612 - 533 -4823 TDD: 612 - 531 -5109 Mikkelson -Wulff Construction, Inc. 126 Blake Road N. Hopkins, MN 55343 City Hall Fax: 612 -531 -5136 Police Fax: 612 - 531 -5174 Public Works Fax. 612 - 533 -7650 Fire Dep't, Fax: 612 -531 -5175 SUBJECT: CHANGE ORDER NO. 3 - IMPROVEMENT PROJECT NO. 542 Enclosed are two fully executed copies of each of the above - referenced Change Orders for your records. Please forward one copy of each to your bonding company. The change orders were approved on December 8, 1997, by the New Hope City Council. If you have any questions, please contact me. Sincerely, Valerie Leone City Clerk, CMC enc. cc: Mark Hanson, City Engineer Jeannine Clancy, Director of Public Works Cheryl Badinger, E &V Family Styled City �,��g For Family Living IIKP 5 '76!S�5 COUNCIL I Ori�'inating Department Approved for Agenda Agenda Section Public Works 1 8-24-98 1 Consent Item No. By: Jeannine Clancy By: e 1 6.10 MOTION APPROVING FINAL PAY REQUEST TO MIKKELSON - WULFF CONSTRUCTION, INC., IN THE AMOUNT $37,765.68 FOR THE NEW HOPE PUBLIC WORKS EXPANSION AND REMODELING PROJECT (PROJECT 542) Mikkelson - Wulff Construction, Inc., has requested final payment for work related to the expansion and remodeling project at the New Hope Public Works building. The final pay request is in the amount of $37,765.68. The total amount of change orders for this project which have been previously approved by Council is $45,154.58. The total value of the completed construction was $755,318.58. Therefore, the total increase in the contract was approximately six percent. The project architect reports that all work has been satisfactorily completed and recommends that final payment be made to Mikkelson - Wulff Construction, Inc., in the amount of $37,765.68. Staff recommends approval of the motion. SECOND BY TO: /7 Review: Administration: Finance: NOUTOM REQUEST FOR PAYMENT PUBLIC WORKS REMODELING CITY PROJECT NO. 542 File No. 34 -98 -183 SU B4ARY 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 9 Subtotal 10 Less Amount Paid Previously 11 AMOUNT DUE THIS REQUEST FOR PAYMENT NO. 10/Final Recommended for Approval by: BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. See attached for signature. Approved by Contractor: Mikkelson -Wulff Construction, Inc. See attached for signature. Specified Contract Completion Date: $ 48,726.62 $ 3,572.04 Approved by Owner: City of New Hope $ 710,159.00 $ 755,313.58 $ 755,313.58 $ 0.00 $ 755,313.58 $ 0.00 $ 755,313.58 $ 717,547.90 $ 37,765.68 Date: 1: \34\34183\RQUESTI O. WB2 — ," u u u ❑ ❑ F r ❑ rl l0 Cf) (3) 0 r-i I (Y) N C) -, co I m (Y') —1 I O (N (y) (2) u C Z 0 U >1 U) < w 1-0 3 E-4 CO Cr, Lr Ln ❑ L() 4 Lr 1 z 0 Lr cn w ri) = 0 Cf) U) u 3 rC 0 < F � 0 Lzi 0 E a H 0 x U) nQ z as rz co 1 124 W W Lo U E-1 W Z Cl () - a4 4 04 0 Z 0 H H 0 m f< x 0 0 W O L() W F w z rn Ln z U O 04 0 z F > la4 0 x 0 E-i 0 3 :T O O H U) O E-1 0 Q. U 0 (Y) z z 11 0 44 ( H FJ4 IZ) Ln E-1 a � Lr) r l) 3 1:4 z z X E-1 (n 0 � - U) < U) 0 a �-1 z u k.0 f 0 z z C) z 0 .j V 0 U Q) O z LU IL �5 u cc C� rl o 0 V ti U �rl z �'- u 0 m Oz — CL U o Cl) cc 8 — cat Z ' U ' = G u O�O - e u 0 0 Lo rH O co cc CC) Iq co to Lr Ln ❑ L() 4 14 cn Ln C'j r-i (N w io tlo (D Ln in Lr Lr) IZ3 if) 0 w U w � � t% I 1 1 .4 1 . , . O 2 cc z 0 z 3 RE 0 Ir L4 W 0 z 0 ul 0 z R w U) LU Lr , LU rl z Lu -j 4) V O rn rn — Cq m O Ln Z LU 0 U. W UJ 0 5: E Ul () x IL Cl) W ui -i \10 r co LD ry) w ❑ z w Cc z LU cc m M I LLP Q 1 ui cc C) z z LL w z 00 UN z Ln (Y) � Iq I ❑ 00 Ln C'j (N w io tlo Ln 0 w U w p C ofd o w o O 0 UJ 00 Lf, ul 0 z R w U) LU Lr , LU rl z Lu -j 4) V O rn rn — Cq m O Ln Z LU 0 U. W UJ 0 5: E Ul () x IL Cl) W ui -i \10 r co LD ry) w ❑ z w Cc z LU cc m M I LLP Q 1 ui cc C) z z LL w z 00 UN z Ln (Y) I Ln (Y) I I 00 Ln C'j (N io tlo Ln r- in 00 0 o w n° 0 0 Z Z C - 6 a) V ra as E 0 (D 0 0 0 z 2 E W O > 0 oz 5 0 • .5 z Im 2.s q 0 C, V Z y c y g oz w z :E E z C) 0 z 0 0 z C,l as z w 2 z 0 °z 0 Ilowfilb INSTRUCTION SHE& ----------- A. GENERAL INFORMATION , 1. Purpose ano ;elated Documents A-Ul 1)ocurnenv� CTQ AMkMA"nd Cablac RX Pqwwnl A to 1W in"! in U Quvikm whh AAA Dixonliall C, klocu Jc Igigiicd m Ev u m a PmKct Mwn a (Ammaym No 3 Ina 4putam "uh dw Uumn. Ax"UIAO by QW TIM me 0 W"'d io ATA Awmana A20, (Twivad CWilh ms of the c ConmtCL 1'01 (a 2, Use of Current Documents Prow to u q nq ALA Axamcm, Uw (ocr shi luld umnaR Ow MA, an MA n miAmlean dqmi or a on-onnUA Donrawral, HM N) Amermirle A-' cu rcylt cd "A ca, h 3. Limited License for Reproduction ALI INwway, (LIU h a c tip y40ired vowk and may lel bc: W em ad kan in dic wsown Polo- ("t tN,:A1A.The (owmiaem A hmmAd w R umd w a amwmAW -Oat ib On wINT & cmunit PMTMCd bC , 3; 1e; 11 C4 i` k1R,A1dkg'1 M `sue ill the S w, ,c MbAy owl Dow 5 mi 011A Ikermimm us mpnow-c' this rgit !h;vs Hi Jlle.'Iuncdtan howli Nodwo a nmlr (i3apbuku How n) MmIumPOT A HmAd Am, is hud, ummod W n*61 piu-yJkascrlv uk +cjxrodla C arn",lxo- I"M klmn aqw, of a COM140cd 1wexelaum Goo NR MY An Im j&nnnAM 00 a pMTWW LkMP L MWOM WP"A0fieP BTOI!ihkiiy'd vidnom Able mpmq tit _lie AA B. COUMLEVNG THE CUO2 FORM. Allca flit" has c vinqvio"I A1AEJdcuumq GAN (AlmWbm Ewa summxT h1wmw0n Qyqdd Ike monhTma X,7 LA JXwnnw;a (70, AM Amuma MA CMOs me "a- pymyw. Thc amua%ar Mviuldaiia-, G702, hkio, it aild, sulanit it, toklet➢ex yvith 0, 03, ro tht, ArchireT, Tle' Archfto, eh( '�ild revknv GM2 mW GTO mij W OM"n, *'kvPtAQ c"qhw We ANAmb (ndhow A T Pgawra on (03. The Amhhur 'MY mmy a fEwn, anKman than d1w ;;; THU! 1), jouralsolt U I pmogrThw 9,5 and 9A 4 AWL Um it's Qwc q"A"An hAW A Hgwv (g f MZ 00 GOO sm h= lx- ell ux" io conf(wm to to amamy MrAd my aras an xrtd 0 LirAold bt VmwMdmdw0Ami an jhoruuc§� wwk in Plea,5i note lbat ej ?,hlar iwv 'unts shn"la-el belfa,"l ev-e fig ille""4i tarloopme; onb% NuA am nW AWU•I it ljku aduicll cwmkm ?An CWI�, APPUCMnON FOR PAYMENT CONTRACTOR'S mmon ";vl t,,, l:l�7�a%,,t� �:l 0 wsmv Awh QA"wat 01v afl nw i'^I- pod by Qw y k1l, ,r 'F 'of Or , "ra'll fl,34ncw, a d, N'b- 0MGMAL CONTRACT SUM.... Net change h y Change Ordem W-n &MM k MW ow, nmu=ai: V C=MWA W M OWE 0 4a ORI ao T13TAL COMPLETED 9 STORED M ON& A, ra: ViMAINLA R E U N AGE, w WWI& md —" W ax vl , rjQT aa (A �(, Auyp n , 'D n " two ww,d I 1- P- 0 'e"— A/ I ! " 05wn F " ww" how V Roxwgo onn 5, , 104 .., a 1 Q € T � I 01AL EARNED LESS RETAINAGE ..... (I v ,- , Lit= A gl LESS PREV*US CERI�FICATES FOR PAYMENT C AM 0--- CURRENT PAYNIENT ME ......... RALANCE TO FINISH, 04 RETAMAGE 41 Do 14� ex 4eo 40 ARCHITECT'S CERTIFICATE FOR PAYMENT ,,aoa), l—lakh 9s rel sal i D,x',,',aCkkA , ila,�lc' n� "NI ta, C�aimwt D-�I,rwwA� an'! �tw AMOUNT CERTtFIED. .......... I I nw ,a rwo nw& Im" omm M t_ a> MA wymw Q NMM "M WM at _ ,,E, _ . . _ _ ._ . __ _ C. MAKING PAYMENT P (A wrQu add snAu Mynaw dim, dyby the 0ga nh=h6olow dymawn wARA!,the Anli nnAIA I Fr m"s GNt N91whin am, 0ALoam Am Q `alt m, the 1vWqjAtd A"M conaahn 10a: twily: am! 0ITS", (0hu (Amucav pyinalt yKnAhns in MAC "I any ndar T,artv q ,.+ al'i5 i t (; "0"". D, EXECUTION OF THE DOCUMENT -e !` - NgwcMela IV Ad induar dwCaLwTv hi otal dwy 2al O AT Q0yWM&fm p,Mi!cT '!C.) al "' d the a. daa - in no kr "hwh uwym a VWOU08 Ow Apuy"em. Who U qTnj I Us; a "qw A Ow O1 2 CWI) rn CY LLJ W V O 0 >Z Z I O V F5 0 z w U) DO Z) CL w CL 0 r W Z U Z 2� 0 C) U) Z 0 C) U- LL -j D 0 w W- 0 C 0 Z 8,- F 0 z 0 ca O u) Q) 4 C) v 0 Q) C) 0 U I m z e Q e 0. M rn o F is =.2 ha zC Z 0 0- A k . 0 z Q 0- • c D pa UZ w 2 0 M z z z z -ImAi , I- w 1 0 air 110 I ww O a oa xv U =a o C? q q R R R q R C! q R R q R q q R C! R q q zo�l Z 10� lop 10- 10- 10- - laiz 10- Q CD 0 40 CD 0 CD 10 Q a CD 0 0 CD 40 0 (D CD CD 0 Q (D Q Q 0 0 0 0 0 Q 0 00 CD CD CD 0 40 CD 0 00 ,6Wc¢ T w Q a c. c, 0 o a 0 �O 0 a 0 0 C� o 00 c, Q 40 '0 0 Q 0 0 Q 0 Q 0 0 40 0 0 Q 40 0 CD 40 Q CD 40 CD CD 0 O + 0; Oi (d 4 O c; N 06 O Cq 6 6 6 O 06 6 O M 6 6 C; 6 Z 0* q T q C) Q LO Q CS 03 0 US 00 00 CD 00 w 0 0 Q 0 P - (0 V LO 1 0 LO qt 00 Q fl- 40 T W M LO LO r (0 CO LO t- LO �: CO 6 M c CA W� - tf r L6 V r 0� 0 ti rl: r W� T- CM q z Z w Z O 0 40 a Q C) C) Q CD Q C) Q 0 CD ° CD a a M w CD CD 0 W Q CD m a 0:1 W I' Lf! t":, cc) et W! Lo Lo ' c c� C� h, C� r cc� v! q W) V- co P- CO 0 M M 0) W) V r LO r r 0) 0) (': 1-- v- LO C14 r r r 04 0) CD CD CD O O O O O O O 0 CD 0 0 0 Q 40 0 0 CD Q C R C R q q q R R q q R R R R q q q q q R R q C! 0) 0) co le 0 0 N 00 Q N CD 0 0 0 00 0 0 m 0 CD 0 CD CO Nt T- V Q 0 LO 0 CD 0) Q LO 00 00 Q 0 0 W Q 0 CD CD r- CO et LO W) LO V 00 CD V- CD T- CO M U) LO W 00 La r- to t: CO O M vi C� W� 4 U� ci r.: t: r W N r r r C (D O z w w U) (!) 0 z w Z O P C9 0 M 0 z 0 LF) WY E 0 0 0 z Em W L) a :( w 0 LLI U) Z5 —Z C) W 4 a a. -i 0 0 0 0 V) Ca 5 w z z z 0 z 5; m w 0 w Q wo CEO >> 0 z n z W 2 < 2 LL, U) U) WOROMU.0 w w ww Z M z U) 0 > M z Cl) uj w 0 (1) Lw CL L , UJ I-- �- I M CO a a C) Q a M v 04 N I m z e Q e 0. M rn o F is =.2 ha zC Z 0 0- A k . 0 z Q 0- • c D pa UZ w 2 0 M z z z z -ImAi , I- w 1 0 air 110 I U) C; w C ' ) w w cr- C) 0 > z Z LL O z z < X W U) ry � CL C) w CL 0 r w z C) Z Z 0 LIJ C) UJ 3: Z 0 z C) LL 0 LL -i D z 0 z U) -i W Z 0 C.) (D z (:) Z �p U ca O u u > U 0 u C) 0 =3 0 V C (7) 0) Y7 2 4) z w 1 0 6 z 0 0 rn 0 u 1 CL z 7- D :S U , - r 5 z z 0 I wW z av Q Q 0 Q 0 40 Q m Q Q Q 0 Q Q Q 0 Q Q Q zc�l Z 0 0 Q (D 0 Q 0 Q Q CD Q Q 0 0 Q Q 0 0 0 Q 0 0 CD 0 0 Q Q 0 Q Q 0 a Q Q Q Q Q Q 0 Q Q Q Q Q 40 C) CD CD Q Q CD CD Q Q Q 0 Q Q Q 0 0 Q 0 C7 Qww^ 40 (D 0 Q 0 0 Q a 0 Q Q Q 0 0 a 0 Q 0 a (D Q 400(DOCO + 0; ci ci 6 (D 0) 0 0 0 (D 00 N w MMONMWMwr - 0 Q w r- tf) IV LO 0 Q I r- Q w w w ti r- w m r- m w Q w 0 W le 00 M 04 et tD O ri ti: C6 TZ C4 Lfi C9 6 (6 M Q z w z 0 c C z Q. w 40 0 0 0 0 a 40 0 Q 0 a O 0 0 Q 0 0 0 0 0 CD 0 Cl 0 a 0 Q 40 0 Q a a 0 (D Q 0 0 (D 0 a Cl CD C; c; C; 6 C; 6 C; co C; C; C; ci C; C; 6 6 C; 6 C; C; C; E z CD 0 0 00 a a 0 0 CD 0 C) 0 (D C> 0 0 0 a a 0 R q q R R q q R R R q C! R q q q q q q q R + w 0 C) CD lot co 0 a r LO W) W) 0 V- LO LO W) CD r- to 0. (3) 0 C) Q to 00 cm 00 m 01 0 cm m LO 0) OD t- 0 CD w r-- LO qt to o a 1- Q w w w I f- 0 m r.- m w 0 m a (D & If 06 M a 4 t0 O eh n 6 6 & cli 04 r r r r r r 04 Q Q 40 CD CD C) cz 0 0 Q Q 0 0 0 0 Q Q Q a 0 Q Q Q 000 C) (D CD 0 Q cz 0 0 Q 00 Q CD 0 0 of 6 6 ci .4 06 6 c; V-: 4 ui ui L6 C; V-: ui ui vi 6 ti ui 0) 0 Q 0 CD 00 C4 00 V) 0) CD IN Cl) LO 0) 00 t- 0 0 W h w IV W) o 40 1 1*- 0 (D 00 Lo t r- LO CO) h 0) co Q 0) CD ce li 06 M a of (6 6 'i I C; VZ ci L6 V V 6 (6 M 04 o V) Z z 0 0 w UJ U. _U) W 0 0 wo� 0 E 0 0 0 0 CO 0 gy m ED cn co 0. m ¢m m m 'a M W M < R _3 CL L) < C 0 < < < 0 < z U LU W -i -i -1 0 -i w 0 CO) q (.) < CD CL w 0 w W Iq :) m a a LL. W LL. co �d a 2 0 a CD LL w -J S2 W 0 0 LU w M w 0 z 0 z 0 Z w M wO Q C, CD CD Q 40 o Q (D 0 0 Cl CD 0 Q O r r C4 CM Q 0 a 0 C (7) 0) Y7 2 4) z w 1 0 6 z 0 0 rn 0 u 1 CL z 7- D :S U , - r 5 z z 0 I INSTRUCTION SWEET F()RAIA A. GENERAL INFORMATION 1. Purpose and ReWed Documents A00,Tmuot G701 Qldkxku at! C "KNOW kn Wql4nW Mv ow uNd k "mjuo�b v WAKAIA [W= (00, COWL A nqhO An it I C-' ", v ovum on 0 To, tAgnra"I a •0 un 0 a on 0-0m> Q._ w 40� aw . " Wn,nm oj Wonto It Q0100"s I 000�aw ATOM 0"SUL M Avk'�' 2. Use of (harenA Documents A w nor A , jQnoV: ii., a A mm" a jqtln U v I CA kn .A A Q. Q"­ do a . P�hsy M " t. 3. Limfted Lcen se for Reproductlon AD P You zN We is 2YPMM� WA WA M I A q1 h1qu ton,! plan A I qv Aw'qw, YoNn" on & N -m V Dw a Kamm 4 bm" 41d 5 , kv in" v in 1 5 g QW, G xvi � r. )W;; ny 1 N 1 V'n. k im, lo'd P �,vv n' two A ; ,.vii. an vi-AW 1 vI nkQ a y"wo A 0 C-"00% 0 z wwow At V AW OVA B. CONWLEVNG THE C003 FORM: Headirig: nonnn wwmm yN.m am it wmaw, (v xv r,miq a vv. Aj I vw�v nn I _ j' wc 0 W Rquava, CoWnsA omit 'M hyWaQ, OnvnPun 1104"nVOW Wo'" n th K m f3w nvhmnQwT Orvin oil . o PvWnl rnut Low At y aim" F ounnh rrvwt. ,r ,jj .,._ r .Jo Column Commn F: WT Wn ibn AWON 006L HOW Nmvq hT "IRK ps" -w in "0jn n" UK Vow M§mn "W- n"OMM a N,, hw'o"V"! ho 1-1 b"ju 1 , Hap VOMA Sao& 1AW AN -010 Z'i i�!_" CWumnH:WrmT­nw lit or Change Orders. TWA vyd�xn GAS MWOP on, a him! A mum njunn A! 0QanqevMd0Ni"H 1 0014 rod n m-,': Mr, , C(Mr. .Vwla. Y1" Z.j n d 4" , o 2" e` '4' R32 O UJ D (D w w O C) O < > z Z I Z 0 �5 Z ui U) 00 D M ui CL 0 r 3: LLJ Z U Z Z 0 U) Z 0 C) LL LL -j 0 U) -j w I-- u me O z � 4 zQQH o Ell O u U O 1 -p u = cq s. o CA CD Lk x c ! P 0 > 0 F A X.2 wp H 0 ..2 0 z 0 0.2 0 U) C R D o �a z %2 wQ w z z z Q (D Z aw SON- IR ags'4 WFNZ WW hex U C) Q m Q Q m m Q 0 0 m Q Q Q m m Q Q 0 Q Q Q q q q q q q q q q q C! q q q C) Z 00000000 0 0 00000000 0 000 �- CD Q Q 0 0 a Q 40 0 0 10 0 0 0 0 Q Q 0 (D 0 a Co O Q 0 0 0 Q 40 0 (Z 0 Q Q 0 0 0 0 0 0 0 CD Q Q Q QD (z) �wo + g w 0 0 0 0 Q CD 40 0 CD Q 0 0 0 Q 0 0 0 0 Q 40 40 0 CD Q Q Q Q 0 = 40 0 Cl 40 CD 0 Q CD CD C) Q 0 40 CI CD + () C; C; O t1 O M r.: Q6 . 4 L(i C; to C; 6 C4 6 C; C; O C; 6 (6 0 Z E. U CD CD r- to V co CD 00 0) 0 CD I CD 0 0 U) 4 0 0 (5 O Q 0 Lf) t` 00 n M N 00 (0 V) n C%J 0 CM N M Lf) U) N 0 4 a Csi ci 06 a a W cl� 4 r: a VZ V-r TZ VZ VZ TZ Itz V- V- V) .1 >, I < z UD O 44 O 0 Q Q Cl 0 0 Q Q a 0 0 CD Q Q 0 0 0 O 0 a 0 C ! q q q 0 C! 0 0 R R R q R q q q q q R �), 0 Q 0 Q 0 0 0 0 a 0 0 0 0 0 0 0 a 0 a P. c) L) Z > W� CD 0 0 o o CD C) 40 o o g CD a o 0 a (D M 0 0 a a 40 0 0 0 0 a a a 0 0 CD 0 a a + C� C C Lf ! o c� P 1 1 Cl ! o c" I R c! r- N Q C.4 N M U) to N Q Q 0 CD Q Q Q Q a 000 0 Q 0 0 N a oc� a a L6 a 4 V-r a TZ T.: Ir Itz TZ T- V-� V- 0 T om. Cl) z 0 w -j 0 w M O o o o o o o Ix o P w w co m (a M 0 M 0 LU 0 o _j _j _ -j _ 0 C.) LL ou z 0 X N 0 Z M Lu z (j) LU w 0 R 2 m -1 0. 0 55 W < ZZUZZZZ M -j LU 0 w a aan. 99 cl Hz a CD 40 a to 0 LO 40 LO OD N t, 00 co N m 00 m M CA CD Lk x c ! P 0 > 0 F A X.2 wp H 0 ..2 0 z 0 0.2 0 U) C R D o �a z %2 wQ w z z z Q (D Z aw SON- IR ags'4 WFNZ INSTRUCTION SHEET WRAJA MCLOWN C (IV KI A. GENE14AL NFORNIATiON P,urpose and eWed Documents jy,mvvw� QWI_1411�4 n Xn k K�s Ly� 4 UTX- �& "UPCVM�W (T yo q Ac '_'­"�; ADO uw�w Pn k�, A! W0 &W ",Xn woopqv"A Oct ko4y, ".v+MAA A z T"M A WAd Kl A%WYnK: a AD! n (AW 0 a! WNW"" WIA"WOR it "i 5 A! nin 2, Use of Currvt Docurnents AI O, An C I ma"c vu K a A" n141 N' ""C' ... P'" A ­ "t P7. I Wiled Ucense for Reproductlan 01 Q - UOM iris V M A m4n- V tons h% W a '; .l n= : Alt it, rhym=1 K pgaAA! Wy r"M " _ww n1h ni,n"A M,m rwp", K� 4 Wo w &Nmy IN r" 5iTIA p CIA -001 0 R! I MW MN n c� a :(Wq?ACq'T nin "W 1 V'V�wv 0� C q vv AK" � � G NZ B. CONWLEnNG TME CUO3 FORM: Heading: �ii' �,, n, "'� 0, a pynrm "a-Can UK ON 0 cop A"y v un co ns�p PC Py �Wn' CoWns A, 8 & C: cnn- lvnA "M wy W &M SOMAS 1 n NOTT"I Y QW'vnAWW- non 11 010 4 K CIL K - al 1c sob" v :0 on ow K� un qmn�hll A rp W, I : ( Column 0 —A - -Am 1 Act C-nAj; 14 4' (0'"vs D ;K uh F OM !"I now � . .. On 'Ap Column E: Av I �n n A- 41 K� WL 04 0 Column F: on I hvn� 0, o0m hn mzy w"as Q v0" PTO r t dn' To -1. Yin nak 1 ev Q7 'Mo Ah% V i - M i I f is IC LIC r Cohirrin, G: i �n '4� '4� 4 �,a C st xe' u, f , " ", " " � "r; 1 'v ' v � i "la; 1 pj AW I0 4 0 to Q120 4, yn "n" 812 U) w o 0) C ' ) w UJ De > z Z Fl z 0 �5 Z X LU C/) v co Z) CL LLJ a- 0 r 3: ui Z I 0 O f r Z 0 F- Lu C) p LU U) z 0 (.) Z U- 0 LL -j D M 0 Z U) -j Y Z 0 C-) O z E- 0 72. 0 U O u 0 M 4� o 0 U I 2 z 2 t 0) Wa z m C6 a) J t9 .. a O ;z K. D z zw 0 ww'14� P ww z W xv 0 0 Q Q 0 0 U x o C! 0 0 0 0 0 0 0 C! C! o C! 0 0 o R CR Z I.R I.pl - �z -Ol 'R I. 0� op 0 CDQO 40 (DOO T- V- T- T- V- VM V- V- VM V T" C)C=IQOOOOOOOOOOO Q 0 0 Q (R CR C! C! q (R R q 00 O 0 40 lqt 0 0 0 0 0 40 Cl Z H (5 0 0 40 (5 m T- 00 (5 0 T- 0 t- 0 F- 40 0 0 40 w cm LO r• o LO CV) r. P. to W) to N CD C4 V) vm (6 (6 r r cli 'Ri z Z O 0 a Cl m 0 0 a a 40 Q 0 0 0 Q 0o 0 0 0 0 0 0 C 0 40 Q Q �z CD o o a a o o o CD (D o C) CD 40 Q O Q 0 QOOQQOocQQOQCDO 40 oloo 6 6 c; C; C5 ci (d 06 'd c; (6 .4 C; C; C; 00 0 Q Q CD 0 0 M r 00 0 0 r 0 f` Q r- CD 40 CD Q W C LO 1+ M &0 M t- t- W) to to C-4 (D N V) CD a CD CD CD 0 0 a 0 Q Q m m m 40 Q 0 (D 0 Q Q Q CD Q Q Q 0 M r M Q 0 r a t- 0 r. CD CD CD U Q w eq c r r C4 Z ul 0 -np 0 z (D V) 0 0 0 0 :;t U) 0 0 0 LLJ F- 0. LLI U) (.) UJ 03 U) < IL LU Cd Z < J -i -i U) U) -J -J 4L) W -J ui 0 0 w O Z z L) U- 0 W < I.- (L 03 m U) a. (L LU 0 LU tL -i z ui _j 0 ui 2 2 w 0 0 0 M 0 _ z 0 z CD a In 0 0 0 0 0 CD Q a to co (D 0 N 04 0 0) CD r 00 O ( O (1 � W W I 2 z 2 t 0) Wa z m C6 a) J t9 .. a O ;z K. D z zw 0 ww'14� P INSTRUCTION SHEET A, GENERAL INFORMA Pu,rpose and Related Documents A j nr : a ! . _�, t. i ji, L -, , ji !A - %c, !I: , ­i��', ( n I 1 r '". U, . PP "c" W nano . Q;"Wm I hv Mm I yn""nv At h am c4mcr on To wn UwYv,c an c t I `n 2 Usfiot Cur�ent f)ocumen. 3, Limited Ucvnse for Reproduction A U 11 G 7b 3 I it � �'- �,, �'i ,_ 1 1 T p, - v a r j 1 1 n u q i , a 1 w r- p n NK iva _ c M qW A in 0 1 4 1 0 i b 0 Y 0 1 A 1 a n v 0 W - 0 n - " v n _ A " - W Wind K n W 0 a Qc N I q U M L K q " 0 1 " 0 A c M 0 M 0 v 1 0 0 = 0 V A 4i, i;- c 0 0 U AK v M n 1 " vi P P W n v (A V 0 i 0 i A' I 1A n ", d on "At n W PwSlAw joy Pn 0% W? -nmv: ra "I'Ac B. COMPLETNG IAE CUO3 FORM Heading IPW 00 in a if` MM T " "KM n 0 0 > 0 A r 00 0 n W V 0 'M AK 0 . AAWn i ( it � A, q? :4 - 1 Columns A. 0 & Q Wv shown A-1 W—KOW by W00>2 To n X0 r,OqMK &PP Coknrmn M P . .in Ct 1 npml Winux 0 S & inn 5 -�n c(iJ;nr F (Mano Kai ompn.0w njOxi �1 K� A , m� z,'. 'A 0, V'] Z; n �� f", CoMmin E"Ww hw t 0, 'kn- f Au a Maj W Mi i Mumn F: Qn, rinre th. vVe %W00 10 x Zy Ajoij 2P 10 tov"X V toncrOTY-m! nAYMho,s Y 1 XMM do qyWl-n Q n W-00" A h :b MAW CoWn H: Lou ha- Ev Sly" - Nwvn� c Ono C G"nAT d WN vK -"Nnn 13 CC 4 j! Q A " S; W" "NV (,Oumn , Iz,nAn t� jno�xwhov v "Onnq wmysvv� Wc �nh onwo Ch eke Kc . s . k"OnTy" in M 5, top vViak" S c 00 Wn 10 or, I PA- K at P, Pnopm Q� 6 �t 60= 1 son chnv� US v �s An A -TW.4A"N" to son onn Koo 00 0- Qk , of 0 r4 K ex Nit 00'. Cti, lown- Wm kn K Y,1 .1:..` t. W On lrymulac 1 nwvi (a tho 1 71 0 W1, C, n 40 (4_ n , Wo ---- - - ------ o I it t 1 co WAT a 1 inn 451 4 IVJlli 16111 0 1 qw; 50 aw Win 2 V With Ism", kopl-, 1 0 812 C ' ) W ry 0 < >z Z T Q3 1 O z O Z < W to O a. 0 r W z U Z z 0 U) z 0 C) U- LL -j D z 0 U) -j W C) 0 z 0 u O O CC C*4 0) CF) 4- C; R A z d u =.2 Oa z 0 z wL x 0 0 U) 41 A 0 n D Z D z z wW V a C4 v V la la Q Q Q 0 0 0 0 0 40 CD CD 0 Q 00000000 C) + OCDOOaOOOOCDC)Oo Q 0 0 0 a Q CD 0 CD 0 0 a 0 0 0 0 CD CD 0 0 CD 00000000 0 + 2 00 efo11: C; C; C; 46 C; MONWWWNO (0 00 M M N ce U O V.: VZ 0> N M Vr N lr of 00 q z ia V 0 0 , 0 Q 0 0 0 a a CD 40 a Q 0® 0 0 Q Q Q 000400 0 Q Q 0 Q 0 0 0 Q C; C; ci P. 0 V Ca + U a, (2) CS 0 0 0 o o 0 CS co CS 25 cl W) MQNw LCD wNQ Q Q Q Cl (6 06 M M a 06 M e Irz V VZ N r er 06 V- T- T- z 0 0 J Q z LLI 0- z 0 0 W 0 LL < Lu CL < CL Z 0 -Ji- MBMJE O-JOMZ WWI-- Ww z a0a O = x z W y -i LLI N Er u- w < 0 1.- - W ca I L) E J >> > W o uj W F C3, 0 m (D 0 a 40 O V O 0 ell O Ln LO C*4 0) CF) 4- C; R A z d u =.2 Oa z 0 z wL x 0 0 U) 41 A 0 n D Z D z z & m smviT A. GENERAL WFORMAVON 1, Purpose and FWamed 0wm�onnents aen","no *r czuukan o,rpVWu.mm mzo`ummmuurmxmuuum"n Aft o "ncmmn,`amx-mumPuu /nvmvmzmnv"mmcvx,m^'i�f .c�n1-1�mm rI ;c �uCun�v' su�u��m^c6�`.u��u,p^./czmwon,cr»eu.u'c.nu ail" ` 4"z,ocu,nu,u�"owrm'�rn�ou"n:^oxm�,u��u�o�,,,�|/ AV— pn4c^xm/,nirmt:zvux|n^\u,sumoaws, Vmc^ru"z^ No" G�ou cmj/u no I a the' cWno `w�x 'ucv*cuuy'! PIT yut:,m mayur ur*cuu.nsvuxcnm,w,v/,ruu»u Z Use of Cumam«Documems axumncu^",u��su^ou��}mu��:oxn^xmx/^uuu`onun~pw«*u� /llr�*c �mxxwr�umn,.'u`^uuaamu;r1vmm~ 1�u°c,0m4u xx�.00�o`rom|-`mco�r»up'croru Con u,W t ie� m. , nr, I L,Jnlited License for Reproduo mn As Mn x,nmn,M / Wxm mx"m^^uurm�u,xu»,,�vvun�/c� �un.xo^,ars7nf/°uc"pxho|vy4�..,4uou oxm` rwnnx/u"^n�.. 000 ,u.uk1 uu, u° cvm.0 m u,uo,/vmn. o,`mm +uex,o` I`ncno/, 4 |uusW mh- o*a -An K. mc.Qynz' d n �| bv u`o /� m'cn&a u,i - u umeimum/.qva A TNT /, n column F: eoc meI,du.�vcorm*:rmupvm.^//sum /A,"W hvaucn,1 m Ih,�n^ xm'ucm ito`o tom A6swM h "goo, p a$,unumunwonm�M omjaw�u�m^ ,uo,oum' mom^�/uuu«u_ 'n is mo ,w/,o`ivvm, t cu VOW u*umumum°zo P ALO* � mxn,x�uounm��mo,w^un�uxnnuvmn�wmxkc.xnp�^�—rm.p�x nr.mvmnfo.rxouKcm1"|u0wpcmrn.in. I W�»r,uwuu�^xumno�vuuumnc B. COMPLEENG THE C FORM Mew0g,r0/mk^zcOm mzo`ummmuurmxmuuum"n Aft o "ncmmn,`amx-mumPuu uWu movem rmmV, CoMmns A,8 & C:n,u^*"uum"^Anxk/ur"`mIu—yurWk�u/hxnx1m AV— pn4c^xm/,nirmt:zvux|n^\u,sumoaws, `w�x 'ucv*cuuy'! W Arc olla, Womo'n nc Ton nu wuw /unuuvm||,°'`dTxc^n�wx,*o mayur ur*cuu.nsvuxcnm,w,v/,ruu»u vim o/numx`,uo`6xn,u0*^^,m vn o�sw|,.,.:u|�,�u�hr"��u/cu axumncu^",u��su^ou��}mu��:oxn^xmx/^uuu`onun~pw«*u� /llr�*c �mxxwr�umn,.'u`^uuaamu;r1vmm~ .�M ���m���`.�^w�umocn�|�����m��If t ie� m. As Mn x,nmn,M / Wxm mx"m^^uurm�u,xu»,,�vvun�/c� oxm` rwnnx/u"^n�.. 000 ,u.uk1 uu, u° cvm.0 m u,uo,/vmn. Column E:unic,ucwmnnu",rnxvxu"nWcu,|^'u,uu ncmri`uzmxF^' mA mlol Qc /mzm�x���uu�/vnh�. ��p^,p|m­:/muorn�wuoupnuo^xmu! �� !u lvyn^�_/(oxomop., column F: eoc meI,du.�vcorm*:rmupvm.^//sum /A,"W hvaucn,1 m Ih,�n^ ito`o tom A6swM h "goo, p a$,unumunwonm�M omjaw�u�m^ nyou m, .`cd/,m)i hx,o ,w/,o`ivvm, omv fl� ,nu^~ uu|^^m/o.unuxxua�m��pn��'u,x=�.um*�uau,no mxn,x�uounm��mo,w^un�uxnnuvmn�wmxkc.xnp�^�—rm.p�x nr.mvmnfo.rxouKcm1"|u0wpcmrn.in. I W�»r,uwuu�^xumno�vuuumnc ����m�'oocr�m:,x�u/o�,uu uenu�/om/omc/ua*suu i�u�ud��o`xmno mmuu^^»��uunumm,�mcw�� pnU*z *x�n,00xum,o�o+�uamx*u noo ��uvau/o^��`ammuo CAmMe ovarx*uo"m»^ MOO- c^go^u0m|��oo=~*u6uv6,unmo;�ucmi'xu�,vo|��c�|`umcxo`om�o� *o4on AN m oo mvaounr un'n. nsyuuK cuunxc no" .^ic Inc `�pum,cVom�,"" man ,wm ',n8 m,m, u.'� u,o �nu vru.v |�w�c ,,uumr n,,x,ucm^u`Jumox- XTuoW;/ nm�Jpao,kruu �'o^ m^ 'mc^nrmm:con V ou^�nkmno,m`vam ox muyp^o ^n `mu 60Wxao^`Qm mraumqd`­j/n300. x /oy,oxvs 11"k ow anm row s mv�uojp uxun*a � 0 mmx� u*VAn/ it I I ts 812 Ell C C/) ') w :D 0 C) W W 0 > z Z I z 0 F/) Z CL X W U) m :D 0- W 0- 0 Z LU Z L 0 C. O O O 0 Z z 0 C Lu UJ 3: Cl) z 0 z C) 11 0 M 0 z w Z 0 0 0 00 z z 0 0 0 FC O Q) V O 6 6 ai 6 6 6 r-: 6 6 6 (4 06 06 0 c, C C) Lo Q 0 N m in o T (S r- o 1, w W) 06 Lo vl cl V: V: V: N M M li Z2 za Ca O Qy 0 U �D z �4 C 0 �4 - > F w 0 0 0 0 0 0 0 CD cp 0 0 0 CD cI -Rt -e . Q Q CD 0 0 0 Q Q Q 0 0 0 Q Q Q le T- . . . . . . . . . . . . 0 Lo o lo o 0 0) o cl o r, c, ui 6 C4 cd 06 Q N 0 0 0 Q N M W Q T Q P. 0 1� W 0 V! C) 06 L6 V� r•M V-r VZ VZ ci M V� li 00 LO oi O O O O O O 00 LO oi w a r cc� %6 M cli VZ VZ V M RF Oo to 0 z z D 0 U) ui z 0 -i w W W 1..: 1-: L L cl DO U w 000 w D W W W z w LU w 000 0 z z Z LU z z z I-- LIJ 0 LU 1-- 0 K o -i Z -i w d z CD 0 a a CD z z CL C; ME < UJ lzo ui uj vt 23 0- 6 6 ai 6 6 6 r-: 6 6 6 (4 06 06 0 c, C C) Lo Q 0 N m in o T (S r- o 1, w W) 06 Lo vl cl V: V: V: N M M li Z2 za Ca O Qy 0 U �D z �4 C 0 �4 - > F w 0 0 0 0 0 0 0 CD cp 0 0 0 CD cI -Rt -e . Q Q CD 0 0 0 Q Q Q 0 0 0 Q Q Q le T- . . . . . . . . . . . . 0 Lo o lo o 0 0) o cl o r, c, ui 6 C4 cd 06 Q N 0 0 0 Q N M W Q T Q P. 0 1� W 0 V! C) 06 L6 V� r•M V-r VZ VZ ci M V� li 00 LO oi O O O O O O 00 LO oi CM 0) 0) cr) 0 8 z e ch 0 0 —0 CL wq Oo z V) z an z LLJ z uS z Qw NO r cc� %6 M cli VZ VZ V M RF Oo to 0 z z D 0 U) ui z 0 -i w W W 1..: 1-: L L cl DO U w 000 w D W W W z w LU w 000 0 z z Z LU z z z I-- LIJ 0 LU 1-- 0 K o -i Z -i w d z CD 0 a a CD CM 0) 0) cr) 0 8 z e ch 0 0 —0 CL wq Oo z V) z an z LLJ z uS z Qw NO INSTRUCTION SHEET AJA i F G"70"" A. GENERAL INFORIMATK)N * Pttrpose and Retated Docuinents I in, OnVIA L. ­";', now An W W ocwwnM A '_. Wm'j it U a, MF Am i VAwnya nth t I E n„� . in �nmw '. c­ Ord w A2MjWW K YORAYA 0 0 - On!"; IT GY01 114-i- jQ79hWq) * Llse of Ctvrent Docufvents 1 he to r jvn? 1 ornQ W AL4 an Ali caq y mnnt (T.x n­ a 'uqiiA A Q Wntm io Lin dAn Gk QVA IB 3. LimhedLicense for Reproduction At b"Imum G76A in 1 Goywhwd no UK an i mo r 1% INrn "AV Wd (W ty?' A1001 V'Wl 41 -0- 0411: P"n aV aw bo- s�p w- � wmn j, md _q -,my A-W in 1 , TT i hu nVA n) c w qv:,"onc I ibQj w&, . Tion. P P, V; nad jymo"W W-ac'"ne Kanx4mo rvy n­ 1. 1 in 11Y va, a o am itj intmonNa- rj ra oxinvM4 100W nls. r mW "n-y ynxqn"_i wp_"� y 0"�- B. CONWLEVNG WE CUO3 FORM: in a uhmon "W"MI Ono Mn" W V, ."Moo , a ON 11 0' o Won CtAurnns A, B & Q Tay olumn ...lti f-,ag4atni ix 1 40, W Am Pat MS M it 0 Man "41 rwy toy "Un - 'Who: Wn' a - QK, sonsum as To- Amwnn a m 0 my"I n ENO 4 to PIT a (W as Mh MTymbo Q.q"I Tin hymb�w. r"! it , 000W twine „ , (W hV Si c"W' ho- , a Wx'? i Wn 1 ..01, ni cmnuy on 1- vom t AQnrn' M1 AN 50 -K a Oka A A" 4V -3 a bn i" anho -W i: 11 1 _ 0 " »^t TA ;ue "J'Ity ";_' un J k f t C, I , ijLl I, r.� 01 !­.S (n�- Column Do i'm -" `II Awm to "" tv 1 " Wn"i W � i V_d n ". I � N 1 it v , RAnany h O �n s C 1 x" y opt C' Fit /, d­o:E'(f)!u"nr FVWT�W I'm An x Inv n 4, 0 n- V HP l' ) " :I t,dsc % . Column T Nim 1 e7 .:l. v�v. r 4 Wh 1 (a !OR& A W ta, , y to .L Ln lor „ h, Wm kA in no In& NO '00 n h 1 TV A, 1!' `5' ..5 ,>L: i� nr 1,_ cM' J ' o uoa'o i''. CW= F. hcv 1. , An 0 MAo wk I nw 3l >1 — 1 Wy .. AI J ; "s 5 Mao awd ca rv:' , Mno mom 9- Wt A Vj a 0 t. A W U. y , n 3W OW "§1 )"L" -, ,. "t 11 QV cynv� Rn ym d "W"Ad"L no n' n' Ph in j cc lunk ywyn 15N va"naw 1 ) it is nX%_­ V palwl i. a IC '..1.= 1 An"A � M As "Anvn = 1 im"pun n" t', - C HMI EX (MR 0 IV, a- Alk pc -L) CoWn Gn4y !"- ja V-A W a aw, A E d K CO Wn 04 P ­W% in! I "k"V'"wr calumin , a ,zt. pi'.:h d J "I " _ i Vo .. . . ... .. . M . i t, z " s 1 f— Y , a W 1 TAT 1 0 MYS usn" zeal 1 6 1 0 X1 t T 812 "InVqm PROJECT PAYMENT STATUS Owner City of New Hope Project No. 34 -98 -183 File No. 34 -98 -183 Contractor Mikkelson -Wulff Construction, Inc. CHANGE ORDERS Nn_ Date Decerintinn Amnnnt 1 02/14/97 Miscellaneous Items 3,572.00) 2 10/03/97 Additional Work 33,868.44 3 12/01/97 1 Additional Work 14,858.18 Total Change Orders $45,154.62 PAYMENT SUMMARY Nn_ Perin! Pavment Retainaue Cmmnlete'd 1 Start 03/31/97 74,350.80 3,913.20 78,264.00 2 03/31/97 04/30/97 135,631.50 11,051.70 221,034.00 3 1 04/30/97 05/31/97 99,845.00 16,306.70 326,134.00 4 05/31/97 06130/97 1 171,314.45 25,323.25 506,465.00 5 06/30/97 07/31/97 130,383.70 32,185.55 643,711.00 6 07/31/97 08/31/97 58,136.20 35,245.35 704,907.00 7 08/31/97 09/30/97 1,596.00 35,329.35 706,587.00 8 08/31/97 09/30/97 33,868.40 35,329.35 740,455.40 9 09/30/97 12/31/98 12,421.85 37,765.68 1 755,313.58 10 12/31!98 08/10/98 37,765.68 755,313.58 Material on Hand Total Payment to Date $755,313.58 Original Contract $710,159.00 Retaina e, Payment No. 10lF' Change Orders 45,154.62 Total Amount Earned $755,313.58 Revised Contract $755,313.62 I: \34 \34183 \RQUEST1 O. WB2 Bonestroo, Rosene, Anderlik and Associates, Inc. is in Affirmative Action /Equal Opportunity Employer Principals. Otto G. Bonestroo, PE. • Joseph C. Anderlik, P.E. • Marvin L. Sorvala, P.E. Richard E. Turner, PE. • Glenn R. Cook, PE. • Robert G. Schunicht, PE. • Jerry A. Bourdon, PE. Robert W. Rosene, P.E. and Susan M. Eberlin, C.P.A., Senior Consultants Associate Principals. Howard A. Sanford, RE. • Keith A. Gordon, P.E. • Robert R. Pfefferle, PE. Richard W. Foster, P.E. • David O. Loskota, P.E. • Robert C. Russek, A.I.A. • Mark A. Hanson, P.E. Michael T. Rautmann, P.E. • Ted K.Field, P.E. • Kenneth R Anderson, P.E. • Mark R. Rolls, PE. Sidney R Williamson, PE., L.S. • Robert E Kotsmith Offices: St. Paul, Rochester, Willmar and St. Cloud, MN • Milwvaukee, WI August 11, 1998 Ms. Jeannine Clancy City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 Re: New Hope Public Works Expansion and Remodeling City Project No. 542 Our File No. 34183 Dear Jeannine: Attached please find the final Pay Application for the above project along with contact closeout documents identified in E & V s letter of 7/30/98. There is also a letter from E & V requesting an additional warranty from Mikkelson -Wulff Construction. Please note sections 8.13 and 8.14 of the General Conditions currently obligates Mikkelson -Wulff to a two year warranty /correction period. I enjoyed working with you and your staff on this project and hope that it is satisfactory. Please call me if you have any questions. Thank you. Sincerely, /r on, AIA PJG: cv Attachments cc: MAH, Bonestroo & Associates Cheryl Badinger, E & V 2335 West Highway 36 a St. Paul, MN 55113 n 612-636 -4600 a Fax: 612-636 -1311 Forrrf `3 �) 1`i l °t' Minnesota Department of Revenue IC -134 � Rev. 9/89 W ithholding Ai i r Contractors This affidavit must be approved by the Minnesota Department of Revenue before the State of Minnesota or any of its subdivisio can m ake final pay to contra ctors. Company name MIKKELSON —WULFF CONSTRUCTION,IdC. Address 126 BLAKE ROAD NORTH Minnesota to number 6468244 ,. Month /year work began 11/96 city State Zip Code Month /year work ended HOPKINS, MN 55343 1 09/97 Total contract amount: 706,587.00 Telephone number Amount still due: (612) 933 -5666 35 Check the box that describes your involvement in the project and fill in all information requested in that category: ❑ Sole contractor ❑ Subcontractor If you are a subcontractor, fill in the name and address of the contractor that hired you: Prime Contractor If you subcontracted out any work on this project, all of your subcontractors must file their own IC -134 affidavits and have them certified by the Department of Revenue before you can file your affidavit. For each subcontractor you had, fill in the business information below, and attach a cop of each subcontractor's certified IC -134. (if you need more spare, attach a separate sheet.) �9 GEPHART ELECTRIC , 3550 LABOR RD r 1__PA_U1_ MN __CAR0L_- ._iE11IEI2' WILLIS L. GILLIARD,PO BOX 17, ST.MI MN WILLIS L. GILLI (,_ ., O WN W.V.NELSON CONSTR.,4205 PI KNOB RD,EAGAN MN MIKE NE LSON, PRES. AUTO ENTRACE PROD BERS LN.N O.,PLYMOUTH,MN LEON DAUG HUE,PRI R.A.M. E NTERPRISES,1735 RAND OLPH AJE,ST.PAUL, MN DENNIS PU BBITS,P RES .a BUILDING REST. OAKCREST AVE.,ST. PAUL, MN DALE ZOBIE, PRESIDENT I declare that all information I have filled in on this form is true and complete to the best of my knowledge and belief. I authorize the Department of Revenue to disclose pertin nt informatio relating to this project, including sending copies of this form, n,_.. th, nrimo r ntr Mnr if 1 am a miha6nfrarMnC andYo anv sub,(o� tractors if i am a prime contractor, and to the contracting ag C For certification, mail to: Minne epartment of Revenue, Business Trust Tax Section Mail Station 6610, St. Paul, MN 55146 -6610 Certificate of Compliance with Minnesota Income Tax Withholding Law Based on records of the Minnesota Department of Revenue, I certify that the contractor who has signed this certificate has fulfilled all the requirements of Minnesota Statutes 290.92 and 290.97 concerning the withholding of Minnesota income tax from wages pa id to employees relating to contract services with the state of Minnesota and /or its subdivisions. Signature of authorized Department of RRevenue / q[ / fic�I . Data