Loading...
HomeMy WebLinkAbout8.k. Accept Jaycee Park Trail Construction Quotes and Award Contract CITY OF ROSEMOUNT EXECUTIVE SUNIlKARY FOR ACTION CITY COUNCIL MEETING DATE: JUNE 1, 1993 AGENDA ITEM: Accept Quotes / Award Project AGENDA SECTION: for Jaycee Park Trai1 Construction OLD BUSINESS PREPARED BY: David J. Bechtold, Director of AGE���� .� � �{ Parks and Recreation �� ATTACHMENTS: P VED BY• Copy of Specs and Jaycee Project Notes � The walking/biking trails in Jaycee Park are designed to accommodate points of access to the park as well as quality walking and biking through the park. One access is from the parking area on the southern section of the park. Another portion of the trail accesses •from Shannon Parkway and continues east/west across the park to Danbury Avenue. The trails are constructed of asphalt ten feet (10' ) in width in our parks. This is to allow for maintenance vehicles to be used without causing damage to the turf. The base and construction of the trail also takes into consideration the weight load of the maintenance vehicles. Quote sheets and specs were delivered to seven (7) vendors. That list and quotes received is: Bituminous Roadways, Inc. $25,432.00 Aero Asphalt $26,723.00 Ace Blacktop, Inc. $27,425.95 NW Asphalt, Inc. $28,241.80 Dakota Blacktopping No bid received McNamara Contracting, Inc. No bid received ' HC Johnson Co No bid received $16,895.00 for trail construction is scheduled to come from account #202-24435 and the remaining amount of $8,53'�'.00 is to come from- -�he.•-Park Dedication account. My xecommendation is to charge the appropriate accounts listed for the total quote amount of $25,432.00 and to award the project for trail materials and construction to Bituminuous Roadways. The project number is J-93.5. RECOMMENDED ACTION: Accept the quotes and to award the contract for the materials and labor for the construction of the trail in Jaycee Park, project (J-93 .5) to Bitumimous Roadways for the amount of $25,432.00 with $16,895.00 to come from account #202-24435 and $8,537.00 to come from Park Dedication funds. COUNCIL ACTION: coune193.3 . > -� JAYCEE PROJECT NOTES- There are several major projects yet to be campleted in Jaycee Park this year . I do not have the information ready at this meeting to � request a total package for your approval of all of the projects. But , in order to get a more complete perspective of the project list and the sequence in which they are planned I have included this summary page for you . Since the lighting project needs to be completed prior to the other projects it has been presented to you for approval ahead of the other items . The� following list is in the order i�n" which we plan to construct them . 1 . TRAIL & PARKING LOT LIGHTING AND UNDERGROUND WIRING a . Funding is from 1992 eneumbered CIP account # 202 - 24435 . b . To be installed by May 15 , 1993 , 2 . CONCRETE WORK AROUND SHELTER I a . Funding is from park dedication �' c . to be constructed as soon as possible d. major work is a part of the shelter construction project 3 . TRAILS a . Funding from encumbered CIP account # 202 - 24435 & park ded . b . To be constructed following lighting project 4 . INSTAL,L STORM SEWER CONNECTION a . Funding to come from park dedication b . To be installed in conjunction with trail installatian 5 . PLANT TREES �_ a . Funding to come from general, budget,t �par k ded . , & g'ran�'proj�.ct b . Planting to take place following trail installation c . Planting will continue in fall of 1993 and also during 1994 6 . IRRIGATION ( 2ND PHASE SOUTH SECTION OF PARK ) a . Funding to come from park dedication b . Project to be completed followins trail construction 7 . COMPLETE LANDSCAPE AROUND SHELTER a . Funding to come from park dedicatian . b . Project to take place followin�g trail installation 8 . RESEED PARK AREA IN AND AROUND RINKS AND AL50 SHEL'iER AREA a . Funding to come from park dedication b . Project to follow irrigation installation 9 . CONSTRUCT INFIELD OF BASEBALL/SOFTBALL AREA a . Funding to come from park dedicatian b . Project to be completed in fall of 1993 ��� � • k �. � � � � SPECIFICATIONS FOR � BITUMINOUS TRAIL AND APPURTENANT WORK IN JAYCEE PARK � PARK PROJECT NO. J-93-5 � CITY OF ROSEMOUNT, MINNESOTA � � I � � , . � � � PREPARED BY: ' CITY CJF ROSEMOUNT � 2875 145TH STREET WEST , P. O. BOX 510 ROSEMOUNT, MN 55068 � PARKS DEPARTMENT � 423-447 5 � FAX 423-5203 � L I hereby certi#y that this plan, specification or report was prepared by me or under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of Minnesota. �t '�,�'�-- C. Osmundson, P.E. Date: May 14, 1993 Reg No. 19156 1 , > � , � � � � � � � � R � � . . . . . � BtTUMINOUS TRAILS AND APPURTENANT WORK IN JAYCEE PARK � PARK PROJECT NO. J-93-5 CITY OF ROSEMOUNT, MINNESOTA � TABLE OF CONTENTS � TITLE SHEET � CERTIFICATION � TABLE OF CONTENTS � BIDDING REQUIREMENTS � Advertisement for Bids Instruction to Bidders Bid Proposal � CONTRACT FORMS � Affidavit of Non-Collusion Contract for Construction Performance and Payment Bond Form � CONDITIONS OF THE CONTRACT � General Conditions Supplementary General Conditions � SPECIFtCAT10NS � Division 1 - General Requirements 01010 Summary � 01014 Work Sequence 01050 Field Engineering 01200 Project Meetings � 01300 Submittals 01400 Quality Control � 01515 Construction Water � � � � Tabie of Contents - Specifications - Continued � 01532 Tree and Piant Protection 01533 Barricades 01546 Protect Existing Utilities � 01547 Protect Existing Pavements 01561 Noise Control 01562 Dust Controf � 01568 Erosion Control 01710 Cleanup 01903 Compensation for Increased or Decreased Quantities � Division 2 - Sitework � 02000 Genaral 02021 Mobilization and Cleanup 02101 Clearing and Grubbing ' � 02104 Removing Miscellaneous Structures 02105 Excavation and Embankmsnt 02521 Walks � 02531 Concrete Curbing 02575 Turf Establishment � � � � � � � � � � ' � ADVERTISEMENT FQR BIDS BITUMINOUS TRAILS AND APPURTENANT WORK PARK PROJECT NO. J-93-5 ROSEMOUNT, MINNESOTA , � NOTICE IS HEREBY GIVEN that sealed proposals will be received at the City Cierk's Office in the City of Rosemount, Dakota County, Minnesota, at the Rasemount City Hall, 2875 145th Street West, Rosemount, Minnesata 55068, until 10.00 a.m. on the 28th day of May, 1993, and wili be publicly opened at said time and place by two or more designated officers or agents of the City of Rosemount. Said proposal to be for the furnishing of afl labor and materials for the canstruction complete in place of the following: Construct 1,800 I.f. of 8' wide bituminous trail and all appurtenant work. Proposals arriving after the designated time will be returned unopened. Th8 bids must be submitted on the proposal forms provided in accordance with cantract documents, plans and speci#ications as prepared by the City of Rosemount Parks Department, 2875 145th Street West, Rosemount, Minnesota 55068, which are on file with the City Clerk of Rosemount and may be seen at the office of the Consulting Engineers. Copies of Proposal Forms, Plans and Specifications for use by General Contractors submitting a bid may be obtained from the City af Rosemount Parks Department. No bids will be considered unless sealed and filed with the City Clerk of rosemount and accompanied by a cashier's check, bid bond or certified check, payable to the City Cierk of Rosemount for five percent t�°fo) of the amount bid to be forfeited as liquidated damages in the event the bid be accepted and the bidder should fail to enter promptly into a written contract and furnish the required bond. The City of Rosemount reserves the right to reject any and all bids. No bids may be withdrawn for a period of thirty (30) days from the date of opening bids. DATE: May 14, 1993 BY: ORDER OF THE CITY COUNCIL /sl Susan M. Walsh City Clerk Rosemount, Minnesota 4586.00 AND 4618.00 . INSTRUCTION TO BIDDERS INDEX PAGE NO. L Examination of Plans, Specifications and Site Work 1 2. Bid Security 1 3. Contract Documents 1 . � . ' 4. Preparation of Proposal 1 5. Conditions in the Bidders Proposal 2 6. Interpretation of Estimates 2 7. Delivery of Proposals 2 8, Rejection of Proposal . 2 � 9. Withdrawai of Proposals 2 ; 10. Public Opening of Proposals 2 ' 11. Disqualification of Bidders 2 # 12. Equipment 3 13. Furnishing of Evidenee of Respansibility 3 1 14. Re uirements of Contract Bond 3 q j I5. Failure to Execute Contract 3 � 16. Unit Prices 3 � 17. City Deleting Right 3 � ! i , � �; � �� � � � � � � � � INSTRUCTION TO BIDDERS � 1. EXAMINATION OF PLANS, SPECIFICATIaNS A.I�TD SITE WORK - The bidder shall examine to his satisfaction the quantities of work to be done as determi.ned k from the plans and specifica.tions. Quantities indicated by the Engi.neer on drawings � or elsewhere are estimated only, and bidders must rely on their own calculations. � Bidders shall be thoroughly familiar with Contract Documents including all General , � Conditions and Special Provisions. _ � . � i Bidders shall inform themselves of the character and magnitude of wark and the � � canditions under which the work is to be performed concerning the site of the work, � the structure of the ground, the existence of surface a.nd ground water, availability of drainage, the obstacles which may be encountered, means of approach ta the site, manner of delivery and handling materials, facilities of transporting equipment and all other relevant matters pertaining to the complete execution of thi.s contract No plea of ign.orance of conditions that exist or that may hereafter exist or of difficulties thafi will be encountered in the execution of the work hereunder which result from failure to make necessary examinations and investigations, will be accepted as a sufficient excuse for any failure or omission on the part of tbe Contractor to fulfill in every detail all the requirements of this contract, or will be accepted as a basis for any claim whatsoever for extra compensation or for an extension of time. No bidder may rely upon any statements or representations of any. officer, agent or employee of the Owner with reference to the conditions of the work, of the character of the soil or other hazards which may be encountered in the course of construction. 2. BID SECURITY - Each bid shall be aecompanied by a bid security in the form of and amount as specified in the Advertisement far Bids. Such bid security is a guarantee that the bidder will enter into a contract with the Owner for the worl� described in the proposal, and the amount of the bid security of a successful bidder shall be forfeited to the Owner as liquidated damages in the event that such bidder fails to enter into a contract and furnish Contractor's bond. 3. CONTRACT DOCtTMENTS - The Contract Documents will cansist of the Advertisement for Bids,Instructions to Bidders, CTeneral Gonditions, Supplementary General Conditions, Specifications, Proposal Form, Contract for Construction, Non-Collusion affidavit, Contract Bond, and all plans and drawings. These documents are on file with the Owner. 4. PREPAR.ATIOI�T OF PROP4SAL-The bidder shall submit his proposal on the form provided by the Engineer. The blank spaces in the proposal shall be filled in correctly with ink or where 2 .� . � indicated for each and every item for which a quantity is given, and the bidder shall siate the prices for which he proposes to do each item of the work contemplated. �l The bidder's ro osal shall be signed carrectly with ink. If the proposal is made by . P P an individual, his name and post office address shall be shown. If made by a firm or partnership, the name and post office address of each member of the firm or �� partnership shall be shown. If made by a corporation, the person signing the proposal shall show the name of the State under the law of which the corporation was chartered, and names, titles and business addresses of the President, secretary, �, � and treasurer. All bids for Corporations shall bear the official seal of the Corporation. � �'' S, OI�TDITIONS IN THE BIDDER' PROP AL - The bidder shall not stipulate in , his proposal any conditions not provided for on the praposal form. -; 6, INTERPRETATTON OF ESTIMATES - The Engineer's estimate of quantities as shown in the proposal shall be used as a basis of calculation upon which the award �� of contract will be made, but these quantities are not guara.nteed to be accu.rate and � are furnished without any liability on the part of the Owner. � �j 7. DELiVERY OF PROPOSALS - All bids shall be placed in a sealed envelope with a } statement therean showing the work covered by the bid, and addressed as stipulated , in the Advertisement for Bids. Proposals may be mailed or submitted in person. No �� bids will be received after the time set for receivi.ng them. Bids arriving by mail at the office of the 4wner after the hour designated far receiving bids will be returned to the sender unopened. �� if the show an omission, g, RETECTION 4F PROPOSAL-Proposals may be re�ected y Y �� alteration of form, additions not called for, conditional bids or alternate bids not ! specified or irregularities of any kind. Praposals in whieh the prices are obviously � �� unbalanced may be rejected. �. �� 9, WITHDRA�'VAL OF PROP SAL - A bidder may withdraw his praposal without .�..1 . preji�dice to himself, provided he files a written request to the Owner before the hour of letting, and such withdrawal proposal may be modified and resubmitted by � the bidder at any time prior to the hour set far the opening of bids. ::...� 10. PUBLTC OPElVING OF PROPOSALS - Fropasals will be opened gublicly and read ;,� aloud in such place as designated at the time and the date set in the"Advertisement". Bidders or their authorized agents are invited to be presen� ..1 11. DISOUALIFICATION OF BIDDERS-More than one proposal for the same project from an individual firm, partnership or corporation under the same or di.fferent names will not be considered. Evidence that any bidder is interested in more than �� z. . . . . . . . . . 3 ,� � � ' CITY OF ROSEMOUNT EXECUTIVE SUNIlKARY FOR ACTION CITY COUNCIL MEETING DATE: JUNE 1, 1993 AGENDA ITEM: Accept Quotes / Award Project AGENDA SECTION: for Jaycee Park Trai1 Construction OLD BUSINESS PREPARED BY: David J. Bechtold, Director of AGE���� .� � �{ Parks and Recreation �� ATTACHMENTS: P VED BY• Copy of Specs and Jaycee Project Notes � The walking/biking trails in Jaycee Park are designed to accommodate points of access to the park as well as quality walking and biking through the park. One access is from the parking area on the southern section of the park. Another portion of the trail accesses •from Shannon Parkway and continues east/west across the park to Danbury Avenue. The trails are constructed of asphalt ten feet (10' ) in width in our parks. This is to allow for maintenance vehicles to be used without causing damage to the turf. The base and construction of the trail also takes into consideration the weight load of the maintenance vehicles. Quote sheets and specs were delivered to seven (7) vendors. That list and quotes received is: Bituminous Roadways, Inc. $25,432.00 Aero Asphalt $26,723.00 Ace Blacktop, Inc. $27,425.95 NW Asphalt, Inc. $28,241.80 Dakota Blacktopping No bid received McNamara Contracting, Inc. No bid received ' HC Johnson Co No bid received $16,895.00 for trail construction is scheduled to come from account #202-24435 and the remaining amount of $8,53'�'.00 is to come from- -�he.•-Park Dedication account. My xecommendation is to charge the appropriate accounts listed for the total quote amount of $25,432.00 and to award the project for trail materials and construction to Bituminuous Roadways. The project number is J-93.5. RECOMMENDED ACTION: Accept the quotes and to award the contract for the materials and labor for the construction of the trail in Jaycee Park, project (J-93 .5) to Bitumimous Roadways for the amount of $25,432.00 with $16,895.00 to come from account #202-24435 and $8,537.00 to come from Park Dedication funds. COUNCIL ACTION: coune193.3 �' . ' � one r p oposal for the same work v�nll cause re�ection of all such proposals. Collusion between the bidders will be considered sufficient cause for the rejection of all bids � ' so affected. . Failure an the part of any bidder to carry out previous contracts satisfactorily or his lack of the experience or equipment necessary for the satisfactory completion of the • work may be deemed sufficient cause for his disqualification, � 12. EnIJIPMENT - When requested by the Owner, the bidder shall furnish a complete � ; • � statement` of the make, .size, weight (where weight is one of the specified requirements), eondition and previous iength of service of all equipment to be used � � �; in the proposed work. 13.1 F`iTRtvISHING OF EVIDENCE OF RESPONSIBILITY - When requested by the �� Owner, the Bidder shall furnish a bala.nce sheet, certified by a certi.fied public --�� accountant as to a date not mare than sixty(60) days prior to the date of the opening � of the proposaLs which shall set forth outstandi.ng assets and liabiiities in reasonable � detail. The bidder shall also fiunish when requested, a list of work of a similar nature performed with dates of compledon thereo� The l�idder shall also furnish any other additional information relative to financial responsibility and competence to �i do the work as may be requested by the Owner prior to the acceptance of any proposal. � 14. 1�E UIREMENTS OF CONTRA B ND - The cce � CT • su ssful tiii��r, at t�e t.�me for the execution of the contract, shall furrush and at all times maintain a satisfactory and sufficient bond in full amount of the contract as required by law with a corporate S surety satisfactory to the Owner. The Form of Bond is that required by Statute. Personal sureties will not be approved. �? 15. FAILURE T4 EXECUTE C NTRA - Failure to furnish the Contract . � . ti�n.� m a sum equal to the amount of the award, or to execute the contract withi.n ten (10) �� days, as specified, shall be just cause for the annuiment o�the award, and it shall be understood by the bidder that in the event af the annulment of the award, the amount of the guaranty deposited with the proposal shall be retained by the Owner, - �� not as a penalty, but as Liquidated Damages. � . 16. ITNTT PRTCES - In case of error in the extension of prices, the unit bid prices shall � govern. The Owner reserves the right to waive any informality in the bids at his � discretion. �; 17. CITY DELETIQN R1GHT- The City reserves the right to delete an line item from Y J the base bid prior to final contract execution. � �� � 4 _� � ,� �' . ' � one r p oposal for the same work v�nll cause re�ection of all such proposals. Collusion between the bidders will be considered sufficient cause for the rejection of all bids � ' so affected. . Failure an the part of any bidder to carry out previous contracts satisfactorily or his lack of the experience or equipment necessary for the satisfactory completion of the • work may be deemed sufficient cause for his disqualification, � 12. EnIJIPMENT - When requested by the Owner, the bidder shall furnish a complete � ; • � statement` of the make, .size, weight (where weight is one of the specified requirements), eondition and previous iength of service of all equipment to be used � � �; in the proposed work. 13.1 F`iTRtvISHING OF EVIDENCE OF RESPONSIBILITY - When requested by the �� Owner, the Bidder shall furnish a bala.nce sheet, certified by a certi.fied public --�� accountant as to a date not mare than sixty(60) days prior to the date of the opening � of the proposaLs which shall set forth outstandi.ng assets and liabiiities in reasonable � detail. The bidder shall also fiunish when requested, a list of work of a similar nature performed with dates of compledon thereo� The l�idder shall also furnish any other additional information relative to financial responsibility and competence to �i do the work as may be requested by the Owner prior to the acceptance of any proposal. � 14. 1�E UIREMENTS OF CONTRA B ND - The cce � CT • su ssful tiii��r, at t�e t.�me for the execution of the contract, shall furrush and at all times maintain a satisfactory and sufficient bond in full amount of the contract as required by law with a corporate S surety satisfactory to the Owner. The Form of Bond is that required by Statute. Personal sureties will not be approved. �? 15. FAILURE T4 EXECUTE C NTRA - Failure to furnish the Contract . � . ti�n.� m a sum equal to the amount of the award, or to execute the contract withi.n ten (10) �� days, as specified, shall be just cause for the annuiment o�the award, and it shall be understood by the bidder that in the event af the annulment of the award, the amount of the guaranty deposited with the proposal shall be retained by the Owner, - �� not as a penalty, but as Liquidated Damages. � . 16. ITNTT PRTCES - In case of error in the extension of prices, the unit bid prices shall � govern. The Owner reserves the right to waive any informality in the bids at his � discretion. �; 17. CITY DELETIQN R1GHT- The City reserves the right to delete an line item from Y J the base bid prior to final contract execution. � �� � 4 _� � ,� TOTAL BID BIDDER'S FIRM NAME $ OFFICtAL ADDRESS: . TELEPHONE NO.: FAX NO.: PROPOSALFORM BITUMINOUS TRAILS AND APPURTENANT WORK IN JAYCEE PARK PARK PROJECT NO. J-93-5 CiTY OF ROSEMOUNT, MlNNESOTA To The City Council of Rosemount, Minnesota 2875 145th Street West. Rosemount, Minnesota 5506$ City Officials: 1 . The following proposai is made for furnishing and instaliing the Bituminaus Trails and Appurtenant Work, Jaycee Park, Park Project No. J-93-5, City of Rosemount, Minnesota. 2. The undersigned certifies that the Contract Documents listed in the instructions to Bidders have been carefully examined, and that the site of the work has been personaily inspected. The Undersigned declares that the amount and nature of the work to be dane is understood, and that at no time will rnisunderstanding o# the Contract Documents be pleaded. On the basis of the Cantract Documents the Undersigned proposed to furnish all necessary apparatus and other means of construction, to do all the work and furnish atl the materials in the manner specified, and to accept as full compensation therefore the sum of the various products obtained by multiplying each unit price herein bid for the work or materiats, by quantities thereof actually incorporated in the completed project, as determined by the Engineer. The Undersigned understands that the quantities mentioned herein are approximate only, and are subject to increase or decrease, and hereby proposes ta perform atl quantities of work as either increased or decreased, in accordance with the provisions of the specifications, at the unit prices bid in the following Proposal Schedutes, unless such schedule designates lump sum bids. 4586.00 AND 4618.00 P. F. - 1 i � .. � 3. PROPQSED SCHEDULE: The Bidder agrees to perform all work described in the specifications and shown on the plans for the foliowing unit prices: ITEM SPEC. ITEM TOTAL UNITS UNIT TOTAL N0. N0. aUANTITIES PRICE � Remove Concrete Curb &Gutter 50 LF L. F. $ S 2 Ped Ramps 2 EA E.A. S S 3 2" Bituminous Walk 352 Ton TON 5 S ¢ CL�f5 100°,6 Crushed Limerock 660 Ton TON $ $ 5 Concrete Curb & Gutter, 50 LF L. F. S 5 Design B-618 6 Concrete Aprons/Infront of Bfdg 55 Sq. Ft. S. F. $ $ 7 Sodding-Type A 800 S. Y. S. Y. S S GRAND TOTAL BID $ � , � � 4586.00 AND 4618.00 P. F. - 2 l � � � 4. The basis of award of the contract will be an the Grand Total Bid. 5. The Undersigned further proposes to execute the Contract Agreement and to furnish satisfactory bond within ten (10) days after notice of the award of contract has been received. The Undersigned further proposes to begi.n work as specified, to complete the work on or before date specified, and to maintain at all times a Contract Bond, approved by the City, in an amount equal to the total bid. 6. In submitting t�u.s proposal it is understood that the right is reserved by the Owner to reject any or all proposals and to waive informalities. - 7. In submitting this proposal, the Undersigned aclaiowledbes receipt of Addenda Nos. issued to the Contract Documents. 8. If a corporation, what is the state of incorporation? � 9. If a partnership, state full name of all co-partners. . -f � } 1 , Official Address F'um Name ; ; By 1 � T�tie ; s _ B Y , � Date ].990 Title � I � . 4586.00 AND 4618.00 P.F. - 3 � - - - ; . . � � . , !;� AFFIDAVIT AND INFORMATION REQLTiRED OF BIDDERS Affidavit of Non-Collusion: I hereby sweaz (or affirm) under the penalty for perjury: (1) That I am the bidder (if the bidder is an individual), a partner in the bidder (if the bidder is a partnership), or an officer of employee of the bidding corporation having authority to sign on its behalf (if the bidder is a corporation); (2} That the attached bid or bids have been arrived at by the bidder inde-pendently, and � have been submitted without collusion with, and without any agreement, � understanding, or planned common course of action with, any other vendor of materials, supplies, equipment or services described in the invitation to bid, designed to limit independent bidding or campetition; (3) That the contents of the bid or bids have not been communicated by the bidder or its surety on any bond fizrnished with the bid or bids, and will not be comnzzunicated to any such person prior to the official opening of the bid or bids; and (4) That I have fully informed myself regarding the accuracy of the statements made in this affidavit. Signed: � Firm Name: Subscribed and sworn to before me this day of— . 19_ Notary Public My eommission expires . 19_ Bidder's E: I. Number. (Number used on Employer's Quarterly Federal Tax Return, U.S. Treasury D�part-ment Farm 941): Fair Trade Items: List below each item upon which a bid is made, the price of which is affected by a resale price maintenance or "fair trade" contract between the bidder and the person or firm supplying the item to the bidder. (Use reverse side if necessary}. . i � CONTRACT FOR CONSTRUCTION TH1S AGREEMENT, made and entered into as of the day of , ` 19_, by and between the , a municipal corporation under the laws of the State of Minnesota, hereinafter cailed the "Owner", and , hereinaftercalled the "Contractor". WlTNESSETH: . That in consideration of their mutual eovenants and agreements as hereinafter set forth, the Owner for itseif and the Contractor for itse(f, its successors, and assigns, covenants and agrees as follows; to-wit: 1 . The Contractor agrees to furnish all the neeessary materials, labor, use of tools, equipment, plant and every other thing necessary to perform the work designated and referred to in this contract, including all Contractor's superintendence and to fiumish everything necessary for the completion of the improvement which is the subject of this agreement texcept such things as the Owner has specifically agreed to provide, according to the contract documentsl; and agrees under penalty of a public contractor's corporate surety bond in the amount of (S ) to perform and complete the work shown in the plans and drawings, entitled " " prepared by City of Rosemount, and dated , 19 , and to conform in all respects with the provisions and requirements of the general conditions, supplementary general conditions and specifiications for said improvement, which is entitled " " for the Owner prepared by Gity of Rosemount Parks Department and dated , �9_ 2. The Contractor agrees that performance shall be in accordance with the terms, requirements and conditions of this instrument, and laws of the State of Minnesota, and the following documents, ADVERTISEMENT FOR BIDS for said Improvement No. for the Owner. PROPOSQL by the Contractor, presented to the Councit of the Owner on . 19 and accepted by the Owner on , 19�, , � � � � CONTRACT DOCUMENTS for said Improvement No. dated � � , 19 referred to in the preceding paragraph of this Agreement and made a part of the aforementioned proposal. PLANS AND DRAWlNGS for said Impravement No. as identified in a preceding paragraph of this Agreement and which are dated , 19_. ANY ADDENDA to the plans, drawings, general conditions and specifications for said Improvement No. which addenda were prepared by the City of Rosemount. PUBLIC CONTRACTOR'S SURETY BOND in the principal sum of the amount bid. Eaeh and all of the aforementioned contract documents are hereby incorporated into this Agreement by specific reference and the terms and provisions thereof are and constitute a part of this Agreement as though attached hereto or fully set forth herein. 3. The Owner agrees to pay the Contractor for the performance of this Agreement and the Contractor agrees to accept in fuli compensation therefor, the sums set forth within the aforementioned proposal of the Contractor for each unit and each type of unit of work to be performed. It is understood and agreed that the said proposal is for the construction of said Improvement No. on a unit price basis in accordance with the said proposal, and that sum of 5 as set out in said proposal, is the sum af the unit prices, multiplied by the estimated quantities o# the respective units of wark listed therein. IN WiTNESS WHEREOF, the parties hereto have hereunto set their hands and seals as of the day and year first above written. CONTRACTOR OWNER BY BY . Mayor BY BY Manager (Corporate Seal) (City Seal) BY � Authorized Official _ _. � PERFORMA.I�T E AND PAYMENT BOND ' KNOW A.LL MEN BY THESE PRESENTS that we � , as principal and (a corporatian certified by the Minnesota Com.mission of Insurance and authorized to act as a surety as provided in Minnesota Statutes Sec. 71.31 and 574.15) a Surety, are held and firmly bound unto the a Minnesota - corporation, hereinafter called the "Obligee", for the use of the Obligee and of all persons and corporatians doing work or furnishing skill, too�s, machinery, materials ar insura.nce . premiums, or equipment or supplies, far any camp maintained for the feeding or keepi.ng of inen and animals engaged under, or for the purpose o� the contract described below, in � the amount of Dollars ($ j, for the payment of which well and truly to be made we bind ourselves, and each of us, and our, and each of our, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a written contract with the Obligee dated , 19 , for the regularity and validity of which is hereby affirmed and for which a bond is required by Minnesota Statutes Section 574.26, NOW T'HEREFORE, if the Principal shall perfarm and complete said contract in accordance with its terms and shall pay, as they may become due, all just claim for such work, tools, machinery, skill, materials, i.nsurance premiums, equipment and supplies, and shail save the Obligee harmless from all costs and chazges that may occur on account of the doing of the work specified and for the enforcing of the terrns of this bond if action is brought hereon, including reasonable attorney fees, in any case where such action is successfully maintained and for the compliance with the Iaws appertai.ning thereto, then this bond shall be void, but otherwise shall remain in full force and effect. No assignment, modifications, or change in the contract, or change in the work covered thereby, nor any extension of time for completion of the contract, shall release the Surety on this bond. � Sealed with our seals and dated this day of 19 E ' , _ , Witnesses to Contractor's Signature: By (Seal of Contractor if a Corporation} I� �a Tts Witness to Surety's Signature: Its ��. DOCUMENT 00800 SUPPLEMENTARY CONDITIONS � TABLE OF CONTENTS �RTICLE NUMBER TITLE S.C. 1 Definitions S.C. 1.18 Engineer' s Consultant S.C. 2.3 Commencement of Contract Time; Notice to Proceed S.C. 4. 1 Availability of Lands S.C. 4.2 - 4.3 Subsurface and Physical Conditions S.C. 4.4. Z Reference Points S.C. 5.4 Contractors Liability Insurance S.C. 6.3 Labor, Materials and Equipment S.C. 6.13 Permits S.C. 6.14 Laws and Regulations S.C. 7. 1 Related Work at Site S.C. 9.11 Decision on DiSputes S.C. 11.2 Change of Contract Price S.C. 11.9.3 Unit Price Work � ' S.C. 12. 1 Change of Contract Time S.C. 13.12 Correction Period S.C. 14.2 Application for Progress Payment S.C. 14.7 Review of Applications for Progress Payment S.C. 14.8 Substantial Completion S.C. 14.12 Final Application for Payment 00800 - 1 MASTER E[.�('.I1tIC Co. Prepared for: City of Rosemount i2467Boone Avanue Sauffi City Hall Savage,M'inaesoA9 SS378 Phone: (612)890-3555 fax: (612)890-3095 LIGH'IING CUMFARISON F.FFI+CIENCY BENF.F175 of t��1NG� NSP rate KWFi: 50.06 EXISiII�TG — FIXTURE'S PROPOS�?D — Fp�IURE'S To#al Hours af Annual Savin NSP Rebate Watt's per Total Watt's per Total Wattap,�e Usage KWH Plectric Percent Plan TYPE F'ucture Quanti Watta e TYPE Fixture Quanti Watta Saved Year Usa Cost Saved Amount No. 2 L 1 X 4 96 24 2,304 2 L T 8 62 24 1,488 816 572 467 �28 35% �163 3 2 L 1 X 4 96 20 1,920 4 L T 8 110 10 1,100 $20 572 469 �28 43% 5164 3 2 L 2 X 4 96 24 2,304 2 L T 8 54 24 1,296 1008 4 576 4,613 �277 44% $242 3 3 L 2 X 4 148 66 9,768 3 L T 8 89 66 5,874 3,894 4,457 17,356 �1,041 40% �779 3 4 L 2 X 4 192 4 768 4 L T 8 110 4 440 328 572 188 �11 43°t� �66 3 5 L 4 X 4 288 3 864 4 L T 8 110 3 330 534 3,120 1,666 $100 629'o 5107 3 200w R—C`an 20Q 13 2,600 120 ER40 120 13 1,560 1,040 3,120 3,?A5 $195 40°!o 5208 3 Total 154 20 528 12 088 440 28 002 $1680 41% �1688 PROGRAM COS'P PROGRAM RECOVERY PERIOD PROGRAM SAVII�TGS — first�ear Material Cost 56,111 Total Cost 58,851 IIectric Savings 51,680 I.abor $2,475 Less— Rebate (51,688) NSP Rebate �1,688 Ballast Disposal Net $7,163 Tax Savings Lamp Recycle $265 Average Yearly Saving� $1,680 Other Savings . Total Cost $8,851 Simple Recovery Period 4�3 Total Saving� �3,368 MASIER E[Z�,,G'I�tIC Co. Prepared for: City of Rosemount 12467Boane Avrenue Sout�h Shop Savag�,M'inaesota SS378 Phone: (612)89Q-3555 fax: (612)890-3095 LiG�IING COMPARL'SON EFFICIENGY BENEFII`5 of CSANGE NSP rate KW�I: $0.06 g,�IISi'ING — gIXIVRE'S PROPOS�ED — FTXT'�7RE'S Total Hours of Annual Savin NSP Rebate Watt's per Total Wat�a per Total Wattage Usage KWH Electric Peroent Plan TYPE F'ixture Quanti Watta TYPE Fixture Quanti Watta Saved er Yeaz Usa Cost Saved Amount No. 4 L 2 X 4 192 12 2,304 4 L T $ 110 12 1,3?A 984 3,146 3,096 �186 43°l0 �15Y7 3 2 L 1 X 4 96 25 2,400 2 L T 8 62 25 1,550 850 3,146 2,674 �160 35% S17Q 3 2 L 1 X 4 96 6 576 4 L T 8 110 3 330 246 3 146 774 �46 43�v $49 3 Z L 1 X 8 172 3 516 2 L T 8 119 3 357 iS9 3,146 500 S30 31% �32 3 4 L 1 X 4 192 2 384 4 L T 8 110 2 220 164 3,146 516 �31 43% �33 3 Total 48 180 3 777 403 15 730 7 560 �454 39% $481 PROGRAM COSr PROGRAM RECOVERY PERIOD PROGRAM SAVII�TGS —first ar Material Cost �1,968 Total Cost �2,774 IIectric Saving8 5454 I.abor 5713 Less—Rebate {�481) NSP Rebate 5481 Ballast I�isposal Net �2,294 Tax Savinps Lamp Recycle S94 Average Yearly Savings 454 �ther 5avings T`otal Cost _� Simple Reoovery Period 5.„1 Total Saving� �r4