HomeMy WebLinkAbout6.d. Application for Final Payment - CR 42, City Project #163DATE: JANUARY 28, 1988
TO: MAYOR & CITY COUNCILMEMBERS
C/O ADMINISTRATOR JILK
FROM: CITY ENGINEER/PUBLIC WORKS DIRECTOR HEFT ?,,A
RE: ITEMS FOR THE FEBRUARY 2, 1988 COUNCIL MEETING
OLD BUSINESS
Project 0163, Accept Final Payment for County Road 42 Improvements
(CSAR 71 - US 52)
The County is billing us for the final construction and engineering cost, based
on our 45% share, for the County Road 42 street improvements completed last year.
The County is supplying a Certificate of Performance, a copy of which is
attached, that certifies the project is in compliance with the specifications and
special provisions of the Countys contract, and that the County inspected the
project to assure the quality of materials and workmanship. I am not aware of
any unfinished construction resulting from this project, and if there is I would
request the County to perform the necessary actions to complete any unfinished
work or correct any potential problem resulting from the work.
Therefore, I would recommend that Council approve this final payment to Dakota
County Highway Department in the amount of $53,021.10.
e _Invoice
DAKOTA &UNTY HIGHWAY DEPAItTMINT
7300 W. 147th Street, Suite 402 nxxaJGotd4�tXDrxrc?1]ii�l�ii(#jXii3t �° 082758
Apple Valley, NN 55124. xKA xn its(lr'�,�ttY1MV(>gS�Jlll4L'iWA ._.
SOLD TO: City of Rosemount RL
'CEI V j DATE December 31, 1987
City Hall 1✓ � [�
2875 - 145th Street gest
Rosemount, MN 55060 . JAN .2�
MrERKs OFFIE`i=
------------------
SALES -WORK MEMO NO. OESCRIPTION NT AMOUNT
.fir, ..... ... Y
.—FINAL ON COUNTY PROJECT 42-27
Construction $266,927.57
Less Previous Billing. 259,144.37
Construction Due Dakota County
Total Engineering $ 70,232.54
Less 55% County 38,627.90
Cities Share 45% 31,604.64
Plus 40% Hark -up 12,641.86
Engineering Due Dakota County
Equipment $ 2,203.11
Less 55% Share County 1,211.71
$ 7,783.20
$44,246.50
Cities Share 4511 $ 991.40
TOTAL DUE DAKOTA COUNTY' $53,021.10
Due upon receipt.
Any questions call: Cindy Glass 431-1150
MAKE CHECK PAYABLE TO: Dakota County Treasurer
Manpower;
Equipment;
Material S
TOTAL AIR;
pt9151Q11 /9 AnEquolOpportunityemploym
DATE: Deer 28; 1987
Norma Marsh
Dakota County Auditor
Dakota County Government Center
Hastings, Minnesota 55033
Kindly issue your warrant on the Road & Bridge Fund in favor of
680 NW 24th Street, Box 246
Bituminous Materials, Inc. Faribault, MN 55021
In the sum of $ 18,170.99 as payment of moneys due for L•he following:
Final Payment on County Project 42-27, SAP 19-642-22
As Per County Board Resolution Dated 12-29-87.
GJE/mjh
Paid - Warrant No.
Dated -
Yours very truly,
David L. Everds, P.E.
Dakota County Highway Engineer
AN EQUAI, OPPORTUNITY EMPLOYER
DOTA COUNTY HIGHWAY DEPARTMENT •
APPLE VALLEY, MINNESOTA
CERTIFICATE OF PERFORMANCE
County of Dakota Project No. C-42-27, SAI' 19-642-22
Name of Contractor___ Bituminous materials, Inc.
Contract No. Total Value of Work $591,547.37
Payable to Contractor on Final Estimate_ $18,170.99
I HEREBY CERTIFY that I have supervised construction of
the above referenced project(s), that all work has been 'completed
in accordance with the approved plans, that the project is in compliance
with the, specifications and special provisions, and that inspection
has been performed to assure the quality of materials and workmanship.
Date_ %Z—Z9—S% Signature_*
Countyi g w�ngineer
No. 736 11=1411;,", Form C-3
*felt* of the county Illtiway must>teer-Dept. AdmIa. Cost. Me. Rlt
CONTRACT' VOUCHER
The County of _DakotaDr.. To–Ai,.t~umino.us Naterials,._ Inc•_.__...._.__.._.______..___.._._.--.
Address–P_..0.._...B9Xx 2.46,_YaribaulL.,.-MN-550 2
Contract No, _—__ Date Approved 4_21787.- ___ Amount of Contract ..$570,60Q 51
Class or Work Grading,_.Aggregate ti-ase-&-Bituminous„_Sur€acgror Period Ending
Located tlotween CSA! 71_and T11 52
— --
„••gate••••„ wld
Project
No.
__-__
............... Aid Federal
Hlgghorsy Project
No._ No.
Funds
Encumbered
to Date
Total Value
of Work
Certified
Less
Deductions or
% Retained
–0–
Less
Previous
Payments
573,376.3f
Net
Amount
Due
$18,170.99
19-642-22 42-27
$570,609.51
$593,172.37
essLinuidat
d
Damages
TorwLs
$570,609.51
0–
573,376.3
$18,170.99
This is to certify that the Items of work shown In the Statement of Work Certified herein have been actually furnished for
the work comprising the above-4nentloned proJects In accordance with the plans and specifications heretofore approved.
Dated _-- — 17 _ 7 Q_.__.- _.. 1l...f_. Signature +.tTrG'r(f� .C, r.••'srC.r}r�
County Highway Engineer - - - - -- _---
CERTIFICATM OF FINAL ACCRIPCANCIII
The undersigned contractor does hereby certify that he has performed and completed all the work described herein In accord -
&nee with and pursuant to the terms of his contract, and does hereby accept this final voucher as being correct. full and complete
and does make claim for final p4yntent on this contract in accordance with this final voucher.
Contractor BITUMINOUS _MATERISr•-,,Ilytx�__.�._.
STATE OF MINNESOTA. And?-_.:l_�i�
County ofAnd----_.______.______ ---
r�Y
On this �_ _day of 19L . before me personally appeared
(individual AeknowledRement)
to me known to be the Verson who executed the foregoing acceptance and acknowledged that.--.. he—.executed the same as
tree act and deed.
!�/ s (Corporate Acknowledgment
'•�ALt�----�� ~� and-.c}<ia c C / IL� Jcx... ,�F , _- to me personally known. who.
being e�!ph by r9s duty sworn. each did say that they. }re respectively the G L4,
of the fdt i J_��' 2.1lL�•l��ALlIIC. •_cerporatlon named in the foregoing
Instrument, and that- he seal affixed to said Instrument is the co fate sea} of said oorgoration and the opid last Mont' wu signed
and sealed in behalf -- meld r authority of Its 1.i ACVj�(C�►r and said..;>�C LCaj_ti:I,t
and Signature
NOTAeknowi aged Bald 7 Instrument to be the tree act and deed .of said corporation.
BEAI
R
Public In �...r S.L.-._ _-. County,61peres �-Ljt(�te_.
�I4JJ_LL.jL�-�
---RICECOUNTI�___--- - __----_._
I 9-:-�
rtifltVt]Qt+MWK"jjjjff1 jiRll &tion has been made of the &bore noted contract. that the a ntraet has been completed.
that ill Com n th s final voucher has been performed and the total Talus of the work performed to
accordance with, and pursuant to. the terms of the contract N as shown to this final voucher.
Dated
Signature
I hereby certify to the completion of the above noted contract. The total value of htetwork s ttneer forth In this final voucher to
In accordance with the terms of said contract.
Dated Signature --_-_--_-------_--_---
Con struction-Maintenanee-Grid go-Ensl neer
I hereby recommend the above contract for acceptance and final payment.
Dated _�__..._.__ • I! _--- _- Signature — --.
___-_ _ Chief Engineer
In accordance with t e- foregoing, this toucher -is iieietiyiDDrored for [inns payment sod -the work Is accepted.
Dated at St. Paul, Minnesota, this __.___day of _ _- , It,
Signature
Commissioner of illphways----� '--
—._—._ _----__.. _----�zs-�z_.._.__.r—__:rte.�.-.er.•:_+._:=a_^---..�_._....r—•_:.xe•_es_:vm:^:ararsc_s:.:Lxx___i:�:c:-e•-
Contract Encumbrance nequlsitlon No. _ - _- _-_ , State Aid Highway No. -_____—..._._._.._.__ Authorisation
Sureties Approval for Finai Payment of Contrapt neceived
Voucher Checked by
Date __ _Y_ Schedule No. —___-.- For Month of . it
Date of Warrant __.__ , 1! --- Warrant Ne. `__ Date Checks Mailed .. _-___�_____-_ . 19 -_-_
DAKOTA COUNTY
CMNTY PROJECT 42-21 BITUR(
S. A. P. ND. j.�-1.7-642-aFINAL MATERItiLS, IW_
ITEM N0. ITEM
UNIT
..431.513 FIELD LADDRATORY, TYPE B
EACH
2111.511 CLEARING
ACRE
:101.582 CLEARING
TREE
'111.516 GRUBBING
ACRE
2111.507 GRUBBING
TREE
2104,501 REMOVE PIPE CULVERTS
LIN.FT,
2104.519 REMOVE MISC. STRUCTURE (R/R ABUT.) EACH
?104.509 REMOVE BOX CULVERT (TIMBER)
EACR
.114.521 SALVAGE FENCE
LIN.FT.
21®4.509 REMOVE R.C. PIPE APR(N
EACH
2104.523 SALVAGE METAL GATE
EACH
2104.523 SALVAGE R. C. PI PE APRON
EAC(
2165.501 COMMON EXCAVATION
25.88
2105.507 PUBGRADE EXCAVATION
CU. YD.
2115.521 GRANULAR BORROW (C.K)
CU. YD.
CU. YD.
105.525 TOPSOIL BORROW (L.V.)
CU. YD.
557.603 INSTALL FENCE, TEMPORARY
LIH.FT.
557.603 INSTALL FENCE, PERMANENT
LIN.Ft.
2211.501 PGGREGATE BASE,CLASS 5
1881.18 558.18
2221.511 AGIBREGA1 6TIU7LOERING CLASS 1
TON
TON
2331.584 BIT MATERIAL FOR MIXTURE
TON
2331.514 BASE COURSE MIXTURE
TON
2341.514 BIT MATERIAL FOR MIXTURE
TON
2341.508 NEARING COURSE MIXTURE
TUN
433.604 (ONST.MEDIAN' OPENING LS.B.ITEN
61"LUMP
2341.514 PIT MATERIAL FOR MIXTURE
SURA
TON
2341.510 BINDER COURSE MIXTURE
TON
2357.502 PIt MATERTAL FOR TACK COAT
108.01
1.35
GAL.
2531.501 CONCRETE CURB L GUTTER,DESIGN 5-518LIN.FT.
2575.501 ROADSIDE SEEDING (P)
99.
2575.502 SEED MIXTURE 5
ACRE
I.D.
2575.505 SODDING
So. YD.
2575.511 MULCH MATERIAL TYPE )
TON
.?`'.x75.519 DISC ANCMDRING (P)
ACRE
2506.589 CONSTRICT CATCH BASIN DESIGN N
M
',.11.511 16" C.S. PIPE alLVERT
LIN.FT.
2`.,01.511 12' R C. PIPE CULVERT CL.2
LIN. FT.
?501.511 224" R- C- PIPE INERT CL.2
LIN.FT.
2`-x01.511 24" R.C. PIPE CULVERT 0..3
LIN.FT.
5504.511 30" R.C. PIPE CULVERT CL.2
LIN.FT.
e:411.511 30" R. C PIPE CULVERT CL.4
LIN. FT.
wr81.515 18" G.S. PIPE AB`RONS
EAM
2-501.515 12" R.C. PIPE APR%&
EACH
2501.545 24' R.C. PIPE APRONS
EACH
ZOSI.515 30" R. C. PIPE APRONS
EACH
01.521 42' SPAN C. S. PIPE-AREH CULVERT
LIN.FT.
2581.521 44" SPAN R.C.P. -A CULVERT 0..4
l I N. FT.
c501.521 51' S'T'AN R.C.P. -A CULVERT CL.2
LIN. FT.
25@1.521 36" " R.C.P. -A CULVERT CL.4
7501.525
LIN.FT.
42" PIN 6. S. P. -A APRON
EACH
'Ol.a?5 44" R.C. PIPE -ARC♦ APRONS
EAM
=01.525 51" R.C. PIPE -ARCH AMIS
EACH
41.5£5 36" R.C. PIPE -ARCH APRONS
EACH
:Q:.573 INSTALL R.C. PIPE APRON
Epp!
511 IA,YDOM RIDRAP CLASS 2 (QUARRY ROCK)CU.YD.
131 7.11
'511.5@1 RANDIIM RIPRCP CLASS 5 (QUARRY ROCU
'04.521
CU. YD.
SALVAGE T -BARRIER -CLS. PLATE BEAM
LIN.FT.
.Z4 6V3 INSTALL T-DARRIER-DEG.PLATE BEAM
LIN.FT.
.73.501 14'E CHECK
19481.06 169.50
4125.08
2 09.50 11280.23
EACH
TOTAL LENGTH CL GRADIS388 FT.
CONTRACT
CONTRACT
CONTRACT FINAL
FINAL C5545
QUANTITY
UNIT PRICE
AMOUNT QUANTITY
AMOUNT Loin Cus
8,45
1.18
3.43
111
2.00
2888.08 1.18
2180.08 Jist 1
UNi
988.9
82.88
1888.11
75.88
3431.11 3.43
3438.10 1MG. 511543.550
3.43
1000.80
6151.18 99.88
3438.88 3.43
742109 4803.75
334!.58
68.88
25.88
1700.00 84.88
3480.88 1886.58
2111.18 1155.08
1543.58 `
984. N
1.00
2.18
1968. @1 9%.88
19%.18 Jim. 68
945.00
896.40
i'
I@@@."
5".@®
18@0.00 1.08
1881.18 558.18
450.(NU
2182.11
8.58
50.00 1.08,
1091.18 2416.00
588.18 275.18
!208.08
225.@0
4.08
58.88
x.08 4.88
664.48
288.88 1 I1.0A
543.60
1.98
1.08
188.18
100.08 1.08
108.88 55.00
98.18
45.08
56623.88
108.01
1.35
1100.00 2.08
200.10 1 I8. M
99.
13277.88
1.45
75631.85 54819.08
74085.65 40763..11
33302.5544:
15000.00
1.95
19251.65 28413.88
29598.85 16279.37
13319.48
I mo' M
4.00
29250.08 12794.00
2494L 30 13721.57
11226.74
277.00
8.75
fim. @0 12@4.08
4816.00 2648.80
2167.20
2182.18
1.25
267.75 371.00
2727.58 536.10
271.59 152.63
124.88
27690.18
3, �
299
98.58 29387.@8
6�• � 368.58
184323.85 57378.12
311.50
1!8.18
6.88
660.88
8.00 1.10
46945.73.
221.00
4900.06
121.00
9.07
26741.08 243.40
29451.48 16198.27
13253.13,
227.08
121.08
44443.18 5871.88
45993.97 25296.68
20697.29
3783.00
9.07
27467.88 240.98
34311.61 4815.80
29148.98 16831.98
131 7.11
1.00
7508.18
7500.00 1.08
3641L IS 20828.83
7500.10
16381.22
161.08
3225.00
121.08
19481.06 169.50
4125.08
2 09.50 11280.23
3375.88
9229.28
2898.88
9.07
8.75
29250.75 3530.00
32817.16 17619.41
14407.70
775.00
7.58
2167.56 2]24.08
2043.06 1123.65
919.35
5.60
96.00
5812.50 780.00
514.88
5858.18 3217.50
2632.58
288.00
3.45
5.68
%6.08 280.00
514.18 277.20
%6.08
226.88
16W.08
1.05
17356.50 16226.08
531.38
17037.38 9378.52
434.78
7666.79
11.20
5.68
155.00
45. M
1736.00 11.20
1736.80 954.88
181.20
4.80
491.00
252.00 5.68
1961.08 4.08
252.18 138.68
1 !3.48
559.88
18.88
18062.18 480.08
1968.88 1078.08
8640.08 4752.00
882.08
801.@0
138.10
15.08
4588.08 294.08
4418.01 2425.58
3888.00
1984.58
167.00
19.88
19.88
2622.00 200.00
3m.00 2098.00
1710.08
12.10
58.08
3173.08 175.01
3325.80 1880.75
1496.25
80.80
27.00
600.88 12.00
2376.08 88.80
601.00 330.00
210.00
22.00
76.00
1540.08 18. @@
2376.00 1306.80
1268.08 693.10
1069.28
4.00
158. @0
600.80 4.08
618.00 330.08
567.08
4.80
2.80
225.00
275.08
• @0 6.80
1351.00 742.56
278.@0
617.50
209.80
J0.80
5.x8.00 2.00
11458.00 211.08
550. @@ 302.58
10500.10 $775. @8
247.50
4.
x4 80
8.00
•`x•00
57.80
5450.08 169.00
5450.08 2997.58
4725.80
9452.50
88.00
40.88
21888.0@ 304.80
21888.00 12838.48
.
9849.6@
8.08
580.08
3528.06 166.0@
40@0. 00
66;8.80 3652. M
2388. N
2.08
5@0.88
6.08
1800.0@ 2. @0
31". 00 1650. @8
1358.80
4.80
680.80
240&00 4. M
18@0.01 5`50.00
2408. @0 1320.06
480. @1
2.00
1.00
350.80
708. @8 4. @6
1400.00 770. @0
1088. QB
630.80
140.0@
100.10
35. @6
1 @& @@ 2. @0
280.00 110.@8
9@. 0@
39& OA
35.08
4900.00 14L 00
49@@.@0 2695.@0
22@5.@8
88.08
2.00
13825.00 395.00
IM- @@ 7603.75
3825176.00
6221. 25
80.80
14.00
88.01!
1232.88 80.80
176.18 96.80
79.90
1 @0.00
4.00
400.00 10. @@
!232. 00 677.60
554.40
46.08 ee"2.041
18.00
TONAL COST 570609.51 593172.37 326244.00 266927.57