HomeMy WebLinkAboutItem 06.dMarch 21, 2016
Item No.
AGREEMENT WITH FRIEDGES LANDSCAPING FOR
KENRICK AVENUE TRAIL SLOPE EROSION REPAIRS
Proposed Action
Staff recommends adoption of the following motion: Move to approve agreement with Friedges
Landscaping for Kenrick Avenue trail slope erosion repairs.
Overview
In the spring of 2014, the slope along Kenrick Avenue trail north of Marek's Towing eroded
twice as a result of significantly heavy rainfalls in May and June of 2014. The primary reason
for the erosion was the steep slopes and granular soils that make up the embankment. After
sharing this information with the Mayor & City Council at a work session, Staff and WSB &
Associates gave the contractor direction to flatten the slopes to at least a 2:1 grade by
constructing a Prefabricated Modular Block Wall (PMBW), along with seeding, blanketing, and
other erosion measures. The work was completed in the fall of 2014, and the soils above the
wall have stayed in place.
In 2015, slope erosion developed north and south of where the PMBW was constructed. Staff
has once again worked with WSB to find a solution to repair the eroded area and prevent any
additional erosion from reoccurring. The plan is to place approximately 400 cubic yards of
common borrow clay material that will be compacted in the areas of the slope that have been
eroding, along with the installation of seeding, erosion control blanket, sediment control logs,
and silt fence. The clay material, which shall be provided by the City, is more heavy and dense
than the existing soils on site, and shall be placed to establish a grade of 3:1 from the existing
fence along Kenrick Avenue trail down to the existing ground east of the base of existing slope.
Staff obtained quotes to complete the project, and the low quote was submitted by Friedges
Landscaping at a cost of $22,900 plus construction staking which shall not exceed $3,100. The
additional costs needed for the project would be funded through the Trail Improvement Fund.
Primary Issues to Consider
• Why is the project necessary?
Without the improvements, the slope embankment will continue to erode.
Supporting Information
• Agreement
• Kenrick Avenue trail slope erosion repair project manual
• Construction plan for slope erosion repair
• contractors
Financial Impact: $26,000 Budgeted: Y❑ NO Source: Trail Improvement Fund
Related Documents: (CIP, ERP, etc.):
Envision Lakeville Community Values: Good Value for Public Services
Report Completed by: John Hennen, Parks & Recreation Director
AGREEMENT
BETWEEN CITY OF LAKEVILLE AND FRIEDGES LANDSCAPING, INC
FOR KENRICK AVE TRAIL SLOPE EROSION REPAIRS
THIS AGREEMENT made this 21" day of March, 2016, by and between the CITY OF
LAKEVILLE, a Minnesota municipal corporation ("Owner" or "City") and FRIEDGES
LANDSCAPING, INC., a CORPORATION ORGANIZED & EXISTING UNDER THE
LAWS OF THE STATE OF MINNESOTA ("Contractor"). Owner and Contractor, in
consideration of the mutual covenants set forth herein, agree as follows:
1. CONTRACT DOCUMENTS. The following documents shall be referred to as
the "Contract Documents", all of which shall be taken together as a whole as the contract
between the parties as if they were set verbatim and in full herein:
A. This Agreement
B. Kenrick Avenue Trail Slope Erosion Repair Project Manual
C. Construction Plan for Slope Erosion Repair
D. Contractor's Quote
In the event of a conflict among the provisions of the Contract Documents, the order in which
they are listed above shall control in resolving any such conflicts. Contract Document "A" has
the first priority and Contract Document "D" has the last priority.
2. OBLIGATIONS OF THE CONTRACTOR. The Contractor shall provide the
goods, services, and perform the work in accordance with the Contract Documents. Contractor
shall not begin any work until the City has received the signed contract and has reviewed and
approved the insurance certificates and has given the Contractor a written notice to proceed.
3. CONTRACT PRICE. Owner shall pay Contractor for completion of the Vi%ork,
in accordance with the Contractor's quote.
4. PAYMENT PROCEDURES.
A. Contractor shall submit Applications for Payment. Applications for
Payment will be processed by the City Parks and Recreation Director.
B. Progress Payments; Retainage. Owner shall make 95% progress payments
on account of the Contract Price on the basis of Contractor's Applications
for Payment during performance of the Work.
C. Payments to Subcontractors.
(1) Prompt Payment to Subcontractors. Pursuant to Minn. Stat.
§ 471.25, Subd. 4a, the Contractor must pay any subcontractor
within ten (10) days of the Contractor's receipt of payment from
184651vl
the City for undisputed services provided by the subcontractor.
The Contractor must pay interest of 1 '/i percent per month or any
part of a month to the subcontractor on any undisputed amount not
paid on time to the subcontractor. The minimum monthly interest
penalty payment for an unpaid balance of $100.00 or more is
$ 10.00. For an unpaid balance of less than $100.00, the Contractor
shall pay the actual penalty due to the subcontractor.
(2) Fonn IC -134 (attached) required from general contractor. Minn.
Stat. § 290.92 requires that the City of Lakeville obtain a
Withholding Affidavit for Contractors, Form IC -134, before
making final payments to Contractors. This form needs to be
submitted by the Contractor to the Minnesota Department of
Revenue for approval.
The form is used to receive certification from the state that the
vendor has complied with the requirement to withhold and remit
state withholding taxes for employee salaries paid.
D. Final Payment. Upon final completion of the Work, Owner shall pay the
remainder of the Contract Price as recommended by the City Parks and
Recreation Director.
5. COMPLETION DATE. The Work must be completed by June 15, 2016.
6. CONTRACTOR'S REPRESENTATIONS.
A. Contractor has examined and carefully studied the Contract Documents
and other related data identified in the Contract Documents.
B. Contractor has visited the Site and become familiar with and is satisfied as
to the general, local, and Site conditions that may affect cost, progress, and
performance of the Work.
C. Contractor is familiar with and is satisfied as to all federal, state, and local
laws and regulations that may affect cost, progress, and performance of
the Work.
D. Contractor has carefully studied all: (1) reports of explorations and tests
of subsurface conditions at or contiguous to the Site and all drawings of
physical conditions in or relating to existing surface or subsurface
structures at or contiguous to the Site (except Underground Facilities)
which have been identified in the General Conditions and (2) reports and
drawings of a Hazardous Environmental Condition, if any, at the site.
2
18465]v1
E. Contractor has obtained and carefully studied (or assumes responsibility
for doing so) all additional or supplementary examinations, investigations,
explorations, tests, studies, and data concerning conditions (surface,
subsurface, and Underground Facilities) at or contiguous to the Site which
may affect cost, progress, or performance of the Work or which relate to
any aspect of the means, methods, techniques, sequences, and procedures
of construction to be employed by Contractor, including any specific
means, methods, techniques, sequences, and procedures of construction
expressly required by the Bidding Documents, and safety precautions and
programs incident thereto.
F. Contractor does not consider that any further examinations, investigations,
explorations, tests, studies, or data are necessary for the performance of
the Work at t'>ie Contract Price, within the Contract Times, and in
accordance with the other terms and conditions of the Contract
Documents.
G. Contractor is aware of the general nature of work to be performed by
Owner and others at the Site that relates to the Work as indicated in the
Contract Documents.
H. Contractor has correlated the information known to Contractor,
information and observations obtained from visits to the Site, reports and
drawings identified in the Contract Documents, and all additional
examinations, investigations, explorations, tests, studies, and data with the
Contract Documents.
The Contract Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for performance and famishing
of the Work.
J. Subcontracts:
(1) Unless otherwise specified in the Contract Documents, the
Contractor shall, upon receipt of the executed Contract Documents,
submit in writing to the Owner the names of the Subcontractors
proposed for the work. Subcontractors may not be changed except
at the request or with the consent of the Owner.
(2) The Contractor is responsible to the Owner for the acts and
omissions of the Contractor's subcontractors, and of their direct
and indirect employees, to the same extent as the Contractor is
responsible for the acts and omissions of the Contractor's
employees.
3
184651v1
(3) The Contract Documents shall not be construed as creating any
contractual relation between the Owner and any subcontractor.
(4) The Contractor shall bind every subcontractor by the terms of the
Contract Documents.
7. WORKER'S COMPENSATION. The Contractor shall obtain and maintain for
the duration of this Contract, statutory Worker's Compensation Insurance and Employer's
Liability Insurance as required under the laws of the State of Minnesota.
8. COMPREHENSIVE GENERAL LIABILITY. Contractor shall obtain the
following minimum insurance coverage and maintain it at all times throughout the life of the
Contract, with the City included as an additional name insured on a primary and noncontributory
basis. The Contractor shall furnish the City a certificate of insurance satisfactory to the City
evidencing the required coverage:
Bodily Injury: $2,000,000 each occurrence
$2,000,000 aggregate products and
completed operations
Property Damage: $2,000,000 each occurrence
$2,000,000 aggregate
Contractual Liability (identifying the contract):
Bodily Injury: $2,000,000 each occurrence
Property Damage: $2,000,000 each occurrence
$2,000,000 aggregate
Comprehensive Automobile Liability (owned, non -owned, hired):
Bodily Injury: $2,000,000 each occurrence
$2,000,000 each accident
Property Damage: $2,000,000 each occurrence
9. WARRANTY. The Contractor warrants all work to be performed by it pursuant
to this Agreement against poor material (aside from the common borrow clay material provided
by the City) and faulty workmanship. The warranty period is one year or until 80% of the
pennanent cover is established as determined by the City Parks and Recreation Director
whichever first occurs.
The Contractor shall be held responsible for any and all defects in workmanship and
materials which may develop in any part of the contracted service, and upon proper notification
by the City shall immediately replace, without cost to the City, any such faulty work.
4
184651 v]
10. INDEMNITY. The Contractor agrees to indemnify and hold the City harmless
from any claim made by third parties as a result of the services performed by it. In addition, the
Contractor shall reimburse the City for any cost of reasonable attorney's fees it may incur as a
result of any such claims.
11. PERFORMANCE AND PAYMENT BONDS. Perfonnance and Payment
Bonds are not required.
12. MISCELLANEOUS.
A. Terms used in this Agreement have the meanings stated in the General
Conditions.
B. Owner and Contractor each binds itself, its partners, successors, assigns
and legal representatives to the other party hereto, its partners, successors,
assigns and legal representatives in respect to all covenants, agreements,
and obligations contained in the Contract Documents.
C. Any provision or part of the Contract Documents held to be void or
unenforceable under any law or regulation shall be deemed stricken, and
all remaining provisions shall continue to be valid and binding upon
Owner and Contractor, who agree that the Contract Documents shall be
reformed to replace such stricken provision or part thereof with a valid and
enforceable provision that comes as close as possible to expressing the
intention of the stricken provisions.
D. Data Practices/Records.
(1) All data created, collected, received, maintained or disseminated
for any purpose in the course of this Contract is governed by the
Minnesota Government Data Practices Act, Minn. Stat. Ch. 13, any
other applicable state statute, or any state rules adopted to
implement the act, as well as federal regulations on data privacy.
(2) All books, records, documents and accounting procedures and
practices to the Contractor and its subcontractors, if any, relative to
this Contract are subject to examination by the City.
E. Patented devices, materials and processes. If the Contract requires, or the
Contractor desires, the use of any design, devise, material or process
covered by letters, patent or copyright, trademark or trade name, the
Contractor shall provide for such use by suitable legal agreement with the
patentee or owner and a copy of said agreement shall be filed with the
Owner. If no such agreement is made or filed as noted, the Contractor
S
184651 v l
shall indemnify and hold harmless the Owner from any and all claims for
infringement by reason of the use of any such patented designed, device,
material or process, or any trademark or trade name or copyright in
connection with the Project agreed to be performed under the Contract,
and shall indemnify and defend the Owner for any costs, liability,
expenses and attorney's fees that result from any such infringement.
F. Assignment. Neither party may assign, sublet, or transfer any interest or
obligation in this Contract without the prior written consent of the other
party, and then only upon such terms and conditions as both parties may
agree to and set for in writing.
G. Waiver. In the particular event that either party shall at any time or times
waive any breach of this Contract by the other, such waiver shall not
constitute a waiver of any other or any succeeding breach of this Contract
by either party, whether of the same or any other covenant, condition or
obligation.
H. Governing Law/Venue. The laws of the State of Minnesota govern the
interpretation of this Contract. In the event of litigation, the exclusive
venue shall be in the District Court of the State of Minnesota for Dakota
County.
I. Severability. If any provision, term or condition of this Contract is found
to be or become unenforceable or invalid, it shall not affect the remaining
provisions, terms and conditions of this Contract, unless such invalid or
unenforceable provision, term or condition renders this Contract
impossible to perform. Such remaining terms and conditions of the
Contract shall continue in full force and effect and shall continue to
operate as the parties' entire contract.
Entire Agreement. This Contract represents the entire agreement of the
parties and is a final, complete and all inclusive statement of the terms
thereof, and supersedes and terminates any prior agreement(s),
understandings or written or verbal representations made between the
parties with respect thereto.
K. Permits and Licenses; Rights -of -Way and Easements. The Contractor
shall give all notices necessary and incidental to the construction and
completion of the Project. The City will obtain all necessary rights-of-
way and easements. The Contractor shall not be entitled to any additional
compensation for any construction delay resulting from the City's not
timely obtaining rights-of-way or easements.
L. If the work is delayed or the sequencing of work is altered because of the
action or inaction of the Owner, the Contractor shall be allowed a time
6
184651YI
extension to complete the work but shall not be entitled to any other
compensation.
OWNER:
CITY OF LAKEVILLE
Mm
AND
Matt Little, Mayor
Charlene Friedges, City Clerk
7
184651vI
CONTRACTOR:
FRIEDGES LANDSCAPING, INC.
B
Its•
I
Manual
City of Lakeville
20195 Holyoke Avenue o Lakeville, MIS 55044
September 30, 2015
Kenrick Avenue irailF F.
Slope. Erosion Repair
City of Lakeville,
Dakota County, Minnesota
WSB Project No. 1715-84
701 Xenia Avenue South, Suite 300
Minneapolis, MN 55416
WITOB Tel: (763) 541-4800 Fax (763)541-1700
Q„sro�� wsbeng.com
TABLE OF CONTENTS
BID FORM
TABLE OF CONTENTS
SPECIFICATIONS
Division S — Special Provisions
KENRICK AVE TRAIL SLOPE EROSION REPAIR TABLE OF CONTENTS
BID FORM FOR SLOPE EROSION REPAIR
KENRICK AVENUE TRAIL, LAKEVILLE, MN
The undersigned does declare that this quote complies with all Terms and Conditions as
set forth in the Bid Documents and Specifications dated September 30, 2015, and is
made without improper connection with any other person making a bid on this work, and
is in all respects fair and without collusion or fraud.
The undersign proposes a total lump sum cost detailed below for all labor, equipment,
disposal, and materials necessary for repair of the slope erosion at the location designated
in the plans along Kenrick Avenue in Lakeville, MN as described in the Bid Documents
and Specifications:
Total Project Bid :
Contractor Name:
Address:
Phone Number:
Contact Email Address:
Dollars ($
Fax Number:
Date:
I hereby certify that I am authorized to sign as a Representative for the Contractor.
Contractor Name (print):
Contractor Signature:
Title:
BID CHECKLIST
Please submit all of the following with your quote. Incomplete quotes will be rejected.
1. Signed bid;
2. Proof of insurance in accordance with Section S-4 of the Special Provisions
(listing the City of Lakeville and WSB as additional insureds);
Kenrick Avenue Trail Slope Erosion Repair
City of Lakeville
visibility apparel becomes faded, worn, torn, dirty, or defaced, reducing the conspicuity of the apparel, the apparel
shall be removed from service and replaced with new apparel.
(F) When work will be performed between the official hours of sunset and sunrise, all appropriate
practices for night work will apply. .
The Contractor shall provide sufficient numbers of light plants to adequately illuminate the work
area as determined by the Engineer. All costs incurred to provide such light plants shall be incidental to the lump
sum traffic control.
All Contractor's personnel, except operators who will remain in their vehicles at all times, shall
wear reflectively striped (approximately 10 in [33 feet] of striping), highly visible, short sleeved one or two piece
coveralls (color and striping pattern to be determined by the District Traffic Engineer), at all times while working on
the Project. These coveralls shall be considered an incidental expense for which no direct compensation will be
made. Any Contractor's employee found on the Project not wearing the prescribed reflective coveralls will be
immediately ordered off the Project by the Engineer.
(G) All temporary rigid signs shall be fabricated with an approved retroreflective sheeting material of
the appropriate color, and be listed on the Qualified Product Listing (QPL) for either "Sheeting for Rigid Signs" or
"High Performance Sheeting for Rigid Signs". Signs remaining inplace that still apply during temporary operations
need no change in sign sheeting.
To visually identify approved retroreflective sign sheeting on temporary rigid signs in the field
signs shall have an easily identifiable marking on the face. This marking verifies that the sign sheeting is Approved
for Rigid Sign Use as found on the QPL. Although still required to meet sheeting standards, temporary rigid signs 4
sq. feet and under in size and all barricades and route markers will be exempt from this marking. The appropriate
marking shall be used for each type of the approved sheeting types. Refer to the instructions for the marking of
temporary signs which may be found on the APL or directly at the following link:
http://www.dot.state.mn. us/products/sign in g//pdf/typelabel.12df
The retroreflective sheeting types and qualified products used for temporary signs and barricades
can be found at: httn://www.dot.state.mn.us/productslsiRnina/sheetine.html.
S-1.1 MAINTENANCE AND STAGING OF TRAFFIC CONTROL
(A) The Contractor shall maintain, at all times, the existing traffic movements along Kenrick .Avenue.
(B) All signs installed on roads open to traffic that are not consistent with traffic operations shall be
covered as directed by the Engineer. The cover should be a plate of solid material covering the entire legend or all
of that part of the legend that is inappropriate. This cover shall be bolted to the sign and shall use a minimum of
3 mm [1/8 inch] plastic washers between the sign face and the cover. See Figures 8.2A, 8.2B and 8.3C of the
Traffic Engineering Manual for details.
.ill Traffic Control shall be considered incidental for which no compensation shall
be made.
S-2 (1508) CONSTRUCTION STAKES, LINES AND GRADES
The provisions of MnDOT 1508 are hereby modified and supplemented as follows:
S-2.1 The following is added to the first paragraph of MnDOT 1508:
SPECIAL PROVISIONS
PAGE 2
Kenrick Avenue Trail Slope Erosion Repair
City of Lakeville
The Owner will furnish lath for all control points and Right of Way hubs established in advance of
construction staking.
The Contractor shall furnish lath for any construction stakes he/she wants protected. The Engineer
will place the lath at the time of construction staking.
The Engineer will set the following construction stakes:
(A) One set of slope points.
S-2.2 The following is added to the fourth paragraph of MnDOT 1508:
The cost of replacing stakes and marks will be based on the actual number of hours of field and
office work in accordance with the following wage and equipment rates:
Hourly Rates
Engineer or Land Surveyor $150 per hour
3 -person crew $174 per hour
2 -person crew $149 per hour
1 -person crew $114 per hour
S-3 (1706) EMPLOYEE HEALTH AND WELFARE
The provisions of MnDOT 1706 are supplemented with the following:
S-3.1 All construction operations shall be conducted in compliance with applicable laws, regulations and industry
standards as described in MnDOT 1706. The Contractor shall be considered to be fully responsible for the
development, implementation and enforcement of all safety requirements on the Project, notwithstanding any
actions MPRB may take to help ensure compliance with those requiremenis.
S-3.2 The Contractor shall not use any motor vehicle equipment on this Project having an obstructed view to the
rear unless:
(A) The vehicle has a reverse signal alarm which is audible above the surrounding noise level; or
(B) The vehicle is backed up only when an observer signals that it is safe to do so.
S-3.3 A $500.00 monetary deduction (per incident) will be assessed by MPRB for violations of safety
standards and requirements that have the potential for loss of life and/or limb of Project personnel or the
public. The areas of special concern include, but are not limited to excavation stability protection, fall protection,
protection from overhead hazards, vehicle backup protection (see S-25.3 above), confined space safety, blasting
operations, and personal safety devices.
S-3.4 None of the monetary deductions listed above shall be considered by the Contractor as allowance of
noncompliance incidents of these safety requirements on this Project.
S-4 (1714) RESPONSIBILITY FOR DAMAGE CLAIMS; INSURANCE
Responsibility for damage claims shall be in accordance with the provisions of Specification 1714 and
the following:
SPECIAL PROVISIONS
PAGE 3
Kenrick Avenue Trail Slope Erosion Repair
City of Lakeville
The Contractor, Contractor's subcontractor and sub -subcontractors agree to indemnify and save
harmless the City, its officers and employees against any and all costs, damages, and claims
whatsoever for damage or injury to any person or persons, firm or corporations arising out of any
negligent or intentional act of the Contractor, its agents, officers or employees during the performance
of this agreement.
The Contractor, Contractor's subcontractor and sub -subcontractors shall provide and maintain in force
during the life of the contract and until the contract has been fully accepted, insurance coverage in the
following amounts:
The Contractor agrees that in order to protect itself as well as the City from claims arising out of the
Contractor's activities under this Agreement, it will at all times during the term of this Agreement keep
in force policies of insurance providing:
1) General Liability and Automobile Liability insurance.
2) Workers Compensation Insurance. Limits per applicable State and Federal Laws.
3) All such policies shall provide limits not less than the tort liability limitations set forth in
Minnesota Statutes Section 466.04.
4) City shall be endorsed as an Additional Insured on all policies obtained and maintained under this
clause. All policies shall provide that they shall not be canceled, materially changed, or
not renewed without thirty days prior notice thereof to the City.
5) Certificates of Insurance evidencing the insurance required under this clause must be provided to
the City before the effective date of this Agreement and at other times during the term of
this Agreement as requested by the City.
Before the execution date of a Contract, the Contractor will furnish to the City, certificates of
insurance, naming the City as additional insured.
Any policy obtained and maintained under this clause shall provide that it shall not be cancelled, materially changed,
or not renewed without thirty day's notice thereof to the City.
S-5 (1806) DETERMINATION AND EXTENSION OF CONTRACT TIME
The Contract Time will be determined in accordance with the provisions of MnDOT 1806 and the
following:
S-5.1 Construction operations shall be started within eight (8) Calendar Days after the date of Notice of Contract
Approval. Construction operations shall not commence prior to Contract Approval.
S-5.2 Working Hours
The Contractor must follow the City of Lakeville working hours. Any work done outside of the working
hours, including starting and warming up equipment, loading and unloading equipment and material delivery
operations outside of these hours and on holiday is permitted only with prior written authorization.
S-6 (2105) COMMON BORROW (CV
'The Contractor's Lump Sum quote shall include hauling and placement of 400 cubic
yards of common borrow material (clay). Clay material shall be placed and compacted in the areas of the slope that
have been eroded as directed by the Engineer. The clay material shall be placed to establish a grade of I(V):3(H)
from the existing fence along the Kenrick Ave Trail down to the existing ground east of the base of the existing
slope. The common borrow material shall be supplied by the City of Lakeville, up to a maximum quantity of
400 cubic�yards. The Contractor shall haul the material from the City of Lakeville Central Maintenance Facility
(7570 179 Street W, Lakeville, MN) to the project site.
SPECIAL PROVISIONS
PAGE 4
Kenrick Avenue Trail Slope Erosion Repair
City of Lakeville
If additional Common Borrow is required, as deemed by the Engineer, above the 400 cubic yards
to be supplied by the City of Lakeville, it shall be paid at the Negotiated Price per cubic yard.
S-7 FINAL ESTIMATE AND FINAL PAYMENT
The following provisions shall apply to preparation of the Final Estimate and execution of Final
Payment under this Contract:
5-7.1 FINAL ESTIMATE
State Law provides that the final estimate will be made within 90 dans after completion of all
work required under this Contract. If, however, the total value of the Contract exceeds $2,000,000.00, the 90 day
requirement will not apply and the time allowed for making such final estimate shall be 180 days after the work
under this Contract has been, in all things. completed to the satisfaction of the Commissioner.
SPECIAL PROVISIONS
PAGE 5
:N,.ME: K:\01715-040\Catl\ExhIbIts\,bpe F.apalr\New 'IrFe Plan\1715_tz,.agn
U)
0
D
r
m
Cl)
`�"�tDO pAi
KEOKG
h BLVD.
KEY
AVE.
9' CIR.
`��J-;
lz
KENRIU : AVE.
TR.
0 1
o
- o0
o p Im lig x_
II II II II II � z�
Nzo
o O
z
n C7
y z
N
o �
o �
z c�
PI{
O
�1
;mo
€�
co
o
r`
N
0
T
3�
i Fn
r+i
N
�
Z
C
T
N
r—
�
ZI
rn
V
rn
�
a
m
0
0
Rm'
�
_.
z
m
v
V
O
O
T
-
=
m� Q
1
$ A
F
cn
l j
Nzo
o O
z
n C7
y z
N
o �
o �
z c�
PI{
O
�1
;mo
€�
co
o
r`
N
0
T
t
7
r+i
N
�
Z
C
T
N
r—
�
ZI
rn
V
E
�
a
m
0
0
�
z
m
v
V
O
g�
Nzo
o O
z
;mo
€�
co
o
r`
N
9v
m
N9;
1.,�
RG D
:IExo
m
a� N
V
|
,. ,■ !!, �
§m§ ■§ �G� |
SEY§
22m §
a
j;q |§ �
\ \
�
�
|
\
��(
t6
■ `
- \
;
-
\�:■
2
g,
\■��
. k\�
§
.
§
,
E �
\
CD
\
§
,
(D§
f
i
>
5
-3�
\
g
\
§
(
■„
§
\
§§!
§
2k
k
�
§
!
§
}
!
�
no
§'
\
,
§
`
>
5
g
(
■„
§;
§§!
§
2k
�
Q 0
(\
�
�
�
.
}�q
� i ƒ/.
�
�
\�$
�
SD §
/\ /
zl_
(D
CO
0
lo
n
m
�\
-
q
�
:0
0 m
:.1
0
z
P A
MIN
l
1
... ...
:'.
::I:
:: ::I:
:: ::
.........
....:...I.�....
:....:. .::...::I.
........
..<.
.::: ....:'.::....::
I
�� V I•
:.:
. .
...
. . . .
...
. . .
...
c..
_
...
.... .......
:, ..
.:
... :: /
�. ...
... ..
�-
::. ; ...
::..
.
... ..
��
_.:
_
..
::.:
;...
::.
....
.... ::..' . ...:
:
.. .
:t...
....
I•i•: :: :: :'::
r
...
AI. ,.
`=
s
a'
...
....
...........�e:::
...
.... ..
I ......
.i.: �..
..
..
. :: ..
..
..
:..::
.. ...
/ ..
... .. .. ...
...
�.�
pR .a
_..
.. ' . ..
.. ..
. ..
9
-
..._
..- ... .
.
. . .
. . . .
y.+I
ate-...
.
-
.... ..........
-
........j
.........
... ..
..
I
.. .
n
....
....
. :I .. :
.:
I. . ...
�
, _.
�a
.
a;
:f:
.. .. . . ....
Pr.
.
. . . . .
.. .. ..
..
.. .. .. ...
.. ... :. ....
.... ... .. ...
': ..: .: ...
. . __.
_:,
_ . ::..
::
, . . ,
...
:.
R:.'
:.:
F
_ .. . �....
.... ..
r
�..
�...
....
...
y ..
.... L.
....
:'
:I: ::
:: ::
.. ..
'J
m
:
:'
..,J..
.,.. ... rn ...
_
...:
a
rn
z
z
...
.
I.
. .
x.
-..
. :: :::
m
..
.f.
::.
.... ... •I . .. ....
.... ...
.. ... ....
.... ... ::: ::..
>
..
: ..
' ' 'I
..
... ...
:
.. ..
- .. .:
..
: : :
.. .. ..
t�.: : 'o. : : ..
... .... .... ....
. .. .: : :
y N
y
(
...
f/
TA—,..i'.
iq
- }N
...
o: ,1.
i.n..
p
....-.......
... -
..
..
...
.. .
:
... .... _...
1. _ ._. .. :
'
...C'`.... :.:...
.::" :A:
:..... . C.:
yB.
..,._.-
�N
.. -
...., .. ... ..
g
.. ... .. ... ...
! Lnit
�.... ....
I
. .
'n& .........
_.. _.
1.
./
....
%.
.
L .
. ... ...
.._. ... - .... .1 _ _ .. .....
77: ... _ .
:...
...
._ ........D
. ... .
b......
f
......... ......... ....
t
y/
j
..
..
.
�1:
. . .
b_.
.. .,
.._. ..
1 :.
(::
.,..
_ .-.
:V
�. .... ..:....
...
�.,
.... ..
.... ... .... ... ....
. ....
m•
w :
s
I
b
_
///
\
•�3..._
._
_..
�•
.,__.. .. ..,
... ...
...
3.
...
::
..
!..
.... :: .:!::
:: :: :.l'
..
!.. ....,....
... ..: :!:: :::
L.
::: :::
I
:j:
::
... ..
::: :.: .:;. .:..
.. .
..
... . ::
0
A
...
:.... .... . 1
.........._. .. ..1. ....
.... :.
.... .
.
.. .:::
!
.I
!
:..
..: ...
..
.. .
:!
sa
..
.. .........
_
9�
..
... ... .:
:: .. :. i�... .........
:.: ::
...
:: ...
... ... .... ........
... .:: .:: :: ...
A
-..
.. _. ....._.
.
._ .. ..
....
... ..
.
S.
.. /� .........
yS11
-..'..........
....
......
.... .... ... .. ...
.. ..
�.
. ..
.. .........
. . . . .
... .f : _
._.. _..
......
.. ..
. .... ...... ._
...
_
fA
<' .
_
..../-
/.
.. ....
. .. .. ...
.... ... .. ...
�..
.
G
..
. y
:.
..
...
.... ...
... ..:! :
{ : ...
...
... ...
;..
:! ::
...:.
{: ..
n
!
..I
. ...
...
.. ..
...
M,o
y
.:.
:: :�.J . . :
! o a
�. J:
n
BID FORM FOR SLOPE EROSION REPAIR
KENRICK AVENUE TRAIL, LAKEVILLE, MN
The undersigned does declare that this quote complies with all Terms and Conditions as
set forth in the Bid Documents and Specifications dated September 30, 2015, and is
made without improper connection with any other person making a bid on this work, and
is in all respects fair and without collusion or fraud.
The undersign proposes a total lump sum cost detailed below for all labor, equipment,
disposal, and materials necessary for repair of the slope erosion at the location designated
in the plans along Kenrick Avenue in Lakeville, MN as described in the Bid Documents
and Specifications:
Total Project Bid :
lw ,. 4,16�l►e �„a�/}�.►,� i►�e1i�. Dollars (S��,
Contractor Name: r;r�.ie p �a S CC1.O,r.l Date: 10 -Ao — IS
Address: _ CT/ �(� ���t 64,,l GAG S
Phone Number: C1.S.� W �i aC146 Fax Number. `T S gL' 4 1 1 1 `J` ,5
Contact Email Address: J I)Vn i0i i erg C d0A
I hereby certify that I am authorized to sign as a Representative for the Contractor.
Contractor Name (prii
Contractor Signature:
Title: (0. of '-
BID CHECKLIST
Please submit all of the following with your quote. Incomplete quotes will be rejected.
1. Signed bid;
Z. Proof of insurance in accordance with Section S-4 of the Special Provisions
(listing the City of Lakeville and WSB as additional insureds);