AGENDA. Sartell City Council Special Meeting Sartell City Hall July 31, :30 pm. 2. Public Hearing - Vacation of Drainage and Utility Easements

Size: px
Start display at page:

Download "AGENDA. Sartell City Council Special Meeting Sartell City Hall July 31, :30 pm. 2. Public Hearing - Vacation of Drainage and Utility Easements"

Transcription

1 AGENDA Sartell City Council Special Meeting Sartell City Hall July 31, :30 pm 1. Agenda Review and Adoption 2. Public Hearing - Vacation of Drainage and Utility Easements 3. 4 th Avenue South Bid Award 4. Approving Plans and Ordering Bids on 2017 Street Projects 5. Finance Director Recommendation 6. Approval of Pay Vouchers 7. Commission Appointment 8. Adjourn

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

29

30

31

32 SARTELL CITY COUNCIL Originating Department: Engineering Meeting Date: July 31, 2017 AGENDA COVER SHEET Agenda Item No. 3 Agenda Section: Special Meeting Item: 4 th Avenue South Bid & Proposal Award STAFF RECOMMENDATION: Staff recommends approval of the resolution to enter into a contract with R. L. Larson Excavating, Inc. of St. Cloud, Minnesota, for the improvement of th Avenue South Improvements, according to the plans and specifications. BACKGROUND: Bids were opened for the th Avenue South Improvements and the low bid was submitted by R. L. Larson Excavating, Inc. of St. Cloud, Minnesota in the Base Bid Plus Alternate 1 amount of $2,492, A complete tabulation of bids is attached. The 4th Avenue project includes federal funding which means we are required to perform Quality Control and Quality Assurance (QC/QA) testing in accordance with the Minnesota Department of Transportation s (MnDOT s) 2016 Standard Specifications for construction. This project is using MnDOT s 2017 State Aid for Local Transportation (SALT) Schedule of Materials Control. Personnel with MnDOT certifications must complete the monitoring and testing. Braun Intertec will perform the required QA field testing and plant monitoring on the project. BUDGET/FISCAL IMPACT: R. L. Larson Excavating, Inc. s bid (Base Bid Plus Alternate 1) in the amount of $2,492, is less than the Engineer s opinion of probable construct cost for the project of $2,771, and is within the City s budget for this project. Braun Intertec s proposal of $36, for th Avenue South Street & Utility Improvements Construction Materials Testing Services is within the City s budget for this project. ATTACHMENTS: Braun Intertec Proposal, SEH award recommendation letter and 4 th Avenue South complete bid tabulation,and Resolution Awarding Bid. COUNCIL ACTIONS REQUESTED: 1. Motion to approve Resolution Awarding Bid 2. Motion to approve proposal of Braun Intertec

33 Braun Intertec Corporation 3900 Roosevelt Road, Suite 113 Saint Cloud, MN Phone: Fax: Web: braunintertec.com July 11, 2017 Proposal QTB Jon Halter, PE City of Sartell 125 Pine Cone Road North Sartell, MN Re: Proposal for Construction Materials Testing Services th Avenue South Street & Utility Improvements SP Sartell, Minnesota Dear Mr. Halter: Braun Intertec Corporation is pleased to submit this proposal to provide construction materials testing services for 4 th Avenue South Extension Project in Sartell, Minnesota. Our Understanding of Project We understand this project will include the construction of pavement subgrade preparation, aggregate base placement, new concrete curb and gutter, sidewalk, and driveways along with a new bituminous pavement. Improvements to the sanitary, storm, and water main utilities will also be part of this project. This project is a City of Sartell project with federal funding. Projects that are constructed with federal funding are required to perform Quality Control and Quality Assurance (QC/QA) testing in accordance with the Minnesota Department of Transportation s (MnDOT s) 2016 Standard Specifications for construction. This project is using MnDOT s 2017 State Aid for Local Transportation (SALT) Schedule of Materials Control. Personnel with MnDOT certifications must complete the monitoring and testing. Braun Intertec will perform the QA field testing and plant monitoring on the project as listed in our scope of services and as shown on our attached cost estimate table. The contractor will be responsible for performing all of the required QC testing and submitting all the documentation upon completion of the project. An audit of the project could be conducted upon completion. The audit may include reviewing tests and paperwork provided by your QC/QA representative. Available Project Information This proposal was prepared using the following documents and information. Project plans and specifications prepared by SEH, Inc., dated April 22, A revised geotechnical report prepared by WSB & Associates, dated May 18, Discussions with you. AA/EOE

34 City of Sartell Proposal QTB July 11, 2017 Page 2 Braun Intertec Project Personnel For this project, we will provide technicians that are MnDOT certified in each specialized field. We have many MnDOT certified employees. For the proposed scope of services, our staff will have the following certifications: Aggregate Production Grading & Base I Concrete Field I Concrete Plant I Bituminous Plant I MnDOT or ACI Strength Testing Accredited Laboratory In the 2017 Schedule of Material Control, which is part of this project s testing requirements, MnDOT requires laboratories performing acceptance tests for payment to be accredited by the AASHTO Resource (formerly AASHTO Materials Reference Laboratory [AMRL]) for all test procedures performed. Braun Intertec is one of the few independent testing companies that is accredited in the metro area/state. With Braun Intertec s Metro Material Laboratory typically operating 24 hours a day, laboratory test results are delivered in a timely manner to reduce delays resulting from test results. Scope of Services Testing services will be performed on an on-call, as-needed basis as requested and scheduled by you or your on-site project personnel. Based on our understanding of the project, we propose the following services. Soil Related Services Perform nuclear gauge density tests on sub-grade, embankment, aggregate base and utility backfill materials. Perform companion moisture content tests at time of compaction with contractor s quality control personnel on backfill materials. Perform gradation tests on granular bedding, granular borrow, select granular borrow, and aggregate base materials. Perform laboratory standard Proctor tests on backfill and fill materials. Prepare the preliminary and final grading and base report along with assembling the random sampling locations report for the aggregate base according to MnDOT Specifications. Concrete Field Testing Related Services Sample and test the plastic concrete for slump, air content, temperature prior to placement. Prepare 4-inch by 8-inch cylinders for compressive strength testing.

35 City of Sartell Proposal QTB July 11, 2017 Page 4 Laboratory compressive strength testing of cylinders. Perform concrete ready-mix batch plant inspections which include periodic observations of plant operations, collecting and submitting aggregate samples, cement samples and admixture samples for testing. Perform coarse and fine aggregate gradation tests. Develop the Weekly Concrete Reports for the Project Engineer s review and their submittal to MnDOT s Concrete Office. Bituminous Related Services Perform bituminous plant inspections which includes periodically observing the contractor s quality control testing, observing one set of contractor tests per day and collecting companion samples for quality assurance tests. Collect one verification sample per mix per day of production. Perform quality assurance tests on these samples which include Rice specific gravity, asphalt content, extracted aggregate gradation, gyratory density, coarse aggregate angularity, and fine aggregate angularity. MnDOT Independent Assurance (IA) On Federal funded projects, MnDOT requires one of their IA personnel observe the QC/QA representative performing soil, concrete and bituminous tests. We will schedule the IA visits as required for Braun Intertec Personnel. Reporting and Project Management Test results will be issued weekly for the project as the various tasks are performed. If, at any time, there are failing tests which do not appear to be in accordance with the plans and specifications or MnDOT s Schedule of Materials Control, we will notify the engineer s representative and any others that we are directed to notify. Before the final project closeout, we will issue a final report. The report will include the following: Braun Intertec technician roster for technicians that conducted testing on the project. Completed MnDOT Materials Certification Exceptions Summary for items tested by Braun Intertec. Completed Preliminary and Final Grading and Base Report. Completed IA Summary Report.

36 City of Sartell Proposal QTB July 11, 2017 Page 5 Moisture, Density, DCP, Proctor and Gradation tests. Concrete mix designs. Weekly concrete reports. Concrete compressive strength results. Completed test reports for samples sent to the MnDOT Materials Lab. Bituminous mix designs. Bituminous verification test results. Bituminous contractor s summary sheets. Copies of concrete and bituminous plant certifications. Basis of Scope of Work The costs associated with the proposed scope of services were estimated using the following assumptions. If the construction schedule is modified or the contractor completes the various phases of the project at different frequencies or durations than shown in this proposal, we may need to adjust the overall cost accordingly. The scope of work and number of trips required to perform these services are as shown in the attached table. Notable assumptions in developing our estimate include: Compaction testing will be performed using the nuclear density method on subgrade, aggregate base and utility backfill and fill material; a minimum of 2-3 tests will be conducted each trip with thirty trips estimated. We estimated twenty-two sets of concrete tests will be required to complete the project. Bituminous paving will be completed in 3-4 days for this project. We assume the project engineer of record will review and approve the contractor s quality control submittals and test results. You, or others you may designate, will provide us with current and approved plans and specifications for the project. Modification to these plans must also be sent to us so we can review their incorporation into the work. We will require a minimum of 24 hours notice for scheduling inspections for a specific time. Shorter than 24 hours notice may impact our ability to perform the requested services, and the associated impacts will be the responsibility of others.

37 City of Sartell Proposal QTB July 11, 2017 Page 6 If the work is completed at different rates than described above, this proposal should be revised. Cost and Invoicing We will furnish the services described herein for an estimated fee of $36, Our estimated costs are based on industry averages for construction production. Depending on the contractor s performance, our costs may be significantly reduced or slightly higher than estimated. A tabulation showing our estimated hourly and/or unit rates associated with our proposed scope of services is also attached. Because our services are directly controlled by the schedule and performance of others, the actual cost may vary from our estimate. Invoices for our services will be based on the actual number of hours provided for the project and the units tested. We will invoice you on a monthly basis. Additional Services and Overtime It is difficult to estimate all of the services, and the quantity of each service, that will be required for any project. Our services are also directly controlled by the schedule and performance of others. For these reasons, our actual hourly or unit quantities and associated fees may vary from those reported herein. If the number of hours or units ultimately required exceed those assumed for purposes of this proposal, they will be invoiced at the hourly or unit rates shown in the attached tabulation. If services are ultimately required that have not been identified or described herein, they will be invoiced in accordance with our current Schedule of Charges. Prior to exceeding our estimated fees, we will update you regarding the progress of our work. This cost estimate was developed with the understanding that the scope of services defined herein will be required and requested during our normal work hours of 7:00 a.m. to 4:00 p.m., Monday through Friday. Services that we are asked to provide to meet the project requirements or the contractor s construction schedule outside our normal work hours will be invoiced using an overtime rate factor. The factor for services provided outside our normal work hours or on Saturday will be 1.25 times the normal hourly rate for the service provided. The factor for services provided on Sunday or legal holidays will be 1.5 times the normal hourly rate for the service provided. We have not included premiums for overtime; however, we recommend that allowances and contingencies be made for overtime charges based on conversations with the contractor. You will be billed only for services provided on a time and material basis.

38 City of Sartell Proposal QTB July 11, 2017 Page 7 General Remarks We will be happy to meet with you to discuss our proposed scope of services further and clarify the various scope components. We appreciate the opportunity to present this proposal to you. After reviewing this proposal, please sign and return one copy to our office as notification of acceptance and authorization to proceed. If anything in this proposal is not consistent with your requirements, please let us know immediately. Braun Intertec will not release any written reports until we have received a signed agreement. Also, ordering services from Braun Intertec constitutes acceptance of the terms of this proposal including the attached General Conditions. The proposed fee is based on the scope of services described and the assumption that our services will be authorized within 30 days and that others will not delay us beyond our proposed schedule.

39 City of Sartell Proposal QTB July 11, 2017 Page 8 We include the Braun Intertec General Conditions, which provide additional terms and are a part of our agreement. To have questions answered or schedule a time to meet and discuss our approach to this project further, please contact Tom Henkemeyer at or thenkemeyer@braunintertec.com. Sincerely, BRAUN INTERTEC CORPORATION Thomas L. Henkemeyer Associate Principal/Senior Project Manager Shaun W. Sevigny, PE Principal Attachments: Cost Estimate Table General Conditions CMT (7/18/16) The proposal is accepted. We will reimburse you in accordance with this agreement, and you are authorized to proceed: Authorizer s Firm Authorizer s Signature Authorizer s Name (please print or type) Authorizer s Title Date

40 Project Proposal QTB th Ave. South Street & Utility Imps, SP Client: City of Sartell Jon Halter 125 Pine Cone Road North Sartell, MN Work Site Address: 4th Ave.South Sartell, MN Service Description: Construction Materials Testing Phase 1 Description Quantity Units Unit Price Extension MnDOT Testing Activity 1.1 Soil Testing $13, Compaction Testing - Nuclear Hour $7, Work Activity Detail Qty Units Hrs/Unit Extension Utilities, Storm, Sanitary, Water Main Trips Granular Borrow 5.00 Trips Aggregate Base 3.00 Trips Subgrade Preparation 4.00 Trips Sample pick-up 6.00 Hour $ Standard Proctor Test(ASTM D 698) Each $1, Sieve analysis & 200 wash (ASTM C 136 & C 117) per sample 8.00 Each $1, Percent crushed (ASTM D5821), per sample 1.00 Each $ Nuclear moisture-density meter charge, per hour Each $2, CMT Trip Charge Each $ Activity 1.2 Concrete Testing $14, Concrete Testing Hour $5, Work Activity Detail Qty Units Hrs/Unit Extension Sidewalks 1.00 Trips Curb & Gutter Trips Exterior Concrete & Driveway Aprons 2.00 Trips Sign Bases & Misc. Items 9.00 Trips Compressive strength of concrete cylinders (ASTM C 39), per specimen Each $1, Work Activity Detail Qty Units Hrs/Unit Extension Sidewalks 1.00 Set Curb & Gutter Set Sign Basese & Misc. Items 9.00 Set Exterior Concrete & Driveway Aprons 2.00 Set Sieve analysis & 200 wash (ASTM C 136 & C 117) per sample Each $1, Concrete Ready Mix Plant Monitoring Hour $2, Work Activity Detail Qty Units Hrs/Unit Extension Curb & Gutter 5.00 Trips Driveways 1.00 Trips Concrete Cylinder Pick up Hour $1, Work Activity Detail Qty Units Hrs/Unit Extension Cylinder Pickup Trips CMT Trip Charge Each $ Activity 1.3 Pavement Testing $4, Asphalt Content (ASTM D 2172/6307), per sample 4.00 Each $ Extracted aggregate gradation (ASTM D 5444), per sample 4.00 Each $ /11/ :33 AM Page 1 of 2

41 Project Proposal QTB th Ave. South Street & Utility Imps, SP Bituminous Verification Testing Hour $2, Work Activity Detail Qty Units Hrs/Unit Extension Bituminous Plant Monitoring 3.00 Trips Rice specific gravity (ASTM D 2041), per sample 4.00 Each $ Fine Aggregate Angularity (ASTM C1252), per sample 4.00 Each $ Gyratory gravity (AASHTO T312), per sample 4.00 Each $ Percent crushed (ASTM D5821), per sample 4.00 Each $ CMT Trip Charge 4.00 Each $76.00 Activity 1.4 Project Management $4, Project Manager Hour $2, MnDOT Final Report 1.00 Each 1, $1, Senior Project Manager 1.00 Hour $ Project Assistant Hour $ Phase 1 Total: $36, Proposal Total: $36, /11/ :33 AM Page 2 of 2

42 General Conditions Construction Material Testing and Special Inspections Section 1: Agreement 1.1 Our agreement with you consists of these General Conditions and the accompanying written proposal or authorization ( Agreement ). This Agreement is the entire agreement between you and us. It supersedes prior agreements. It may be modified only in a writing signed by us, making specific reference to the provision modified. 1.2 The words you, we, us, and our include officers, employees, and subcontractors. 1.3 In the event you use a purchase order or other documentation to authorize our scope of work ( Services ), any conflicting or additional terms are not part of this Agreement. Directing us to start work prior to execution of this Agreement constitutes your acceptance. If, however, mutually acceptable terms cannot be established, we have the right to terminate this Agreement without liability to you or others, and you will compensate us for costs and expenses incurred up to the time of termination. Section 2: Our Responsibilities 2.1 We will provide Services specifically described in this Agreement. You agree that we are not responsible for services that are not expressly included in this Agreement. Unless otherwise agreed in writing, our findings, opinions, and recommendations will be provided to you in writing. You agree not to rely on oral findings, opinions, or recommendations without our written approval. 2.2 In performing our professional services, we will use that degree of care and skill ordinarily exercised under similar circumstances by reputable members of our profession practicing in the same locality. If you direct us to deviate from our recommended procedures, you agree to hold us harmless from claims, damages, and expenses arising out of your direction. If during the one year period following completion of Services it is determined that the above standards have not been met and you have promptly notified us in writing of such failure, we will perform, at our cost, such corrective services as may be necessary, within the original scope in this Agreement, to remedy such deficiency. Remedies set forth in this section constitute your sole and exclusive recourse with respect to the performance or quality of Services. 2.3 We will reference our field observations and sampling to available reference points, but we will not survey, set, or check the accuracy of those points unless we accept that duty in writing. Locations of field observations or sampling described in our report or shown on our sketches are based on information provided by others or estimates made by our personnel. You agree that such dimensions, depths, or elevations are approximations unless specifically stated otherwise in the report. You accept the inherent risk that samples or observations may not be representative of things not sampled or seen and further that site conditions may vary over distance or change over time. 2.4 Our duties do not include supervising or directing your representatives or contractors or commenting on, overseeing, or providing the means and methods of their services unless expressly set forth in this Agreement. We will not be responsible for the failure of your contractors, and the providing of Services will not relieve others of their responsibilities to you or to others. 2.5 We will provide a health and safety program for our employees, but we will not be responsible for contractor, owner, project, or site health or safety. 2.6 You will provide, at no cost to us, appropriate site safety measures as to work areas to be observed or inspected by us. Our employees are authorized by you to refuse to work under conditions that may be unsafe. 2.7 Unless a fixed fee is indicated, our price is an estimate of our project costs and expenses based on information available to us and our experience and knowledge. Such estimates are an exercise of our professional judgment and are not guaranteed or warranted. Actual costs may vary. You should allow a contingency in addition to estimated costs. Section 3: Your Responsibilities 3.1 You will provide us with prior environmental, geotechnical and other reports, specifications, plans, and information to which you have access about the site. You agree to provide us with all plans, changes in plans, and new information as to site conditions until we have completed Services. 3.2 You will provide access to the site. In the performance of Services some site damage is normal even when due care is exercised. We will use reasonable care to minimize damage to the site. We have not included the cost of restoration of damage in the estimated charges. 3.3 If we notify you that radiographic or gamma ray equipment or other nuclear testing or measuring device will be used, you will be responsible for the cooperation of your employees and your contractors in observing all radiation safety standards. 3.4 You will notify us of any knowledge or suspicion of the presence of hazardous or dangerous materials present on any work site. If we observe or suspect the presence of contaminants not anticipated in this Agreement, we may terminate Services without liability to you or to others, and you will compensate us for costs and expenses incurred up to the time of termination. 3.5 The time our field personnel spend on the job site depends upon the scheduling of the work we are observing or testing. You agree that any changes in scheduling may result in additional costs and agree to pay for those services at the rates listed in our cost estimate. 3.6 You agree to include us as an indemnified party in your contracts, if any, for work by others on the project, protecting us to the same degree as you are protected. You agree to list us as an Additional Insured under your liability insurance policies and to require subrogation be waived against us and that we will be added as an Additional Insured on all policies of insurance, including any policies required of your contractors or subcontractors, covering any construction or development activities to be performed on the project site. Section 4: Reports and Records 4.1 Unless you request otherwise, we will provide our report(s) in an electronic format. 4.2 Our reports, notes, calculations, and other documents and our computer software and data are instruments of our service to you, and they remain our property. We hereby grant you a license to use the reports and related information we provide only for the related project and for the purposes disclosed to us. You may not transfer our reports to others or use them for a purpose for which they were not prepared without our written approval. You agree to indemnify, defend, and hold us harmless from claims, damages, losses, and expenses, including attorney fees, arising out of such a transfer or use. 4.3 If you do not pay for Services in full as agreed, we may retain work not yet delivered to you and you agree to return to us all of our work that is in your possession or under your control. 4.4 Electronic data, reports, photographs, samples, and other materials provided by you or others may be discarded or returned to you, at our discretion, unless within 15 days of the report date you give us written direction to store or transfer the materials at your expense. Section 5: Compensation 5.1 You will pay for Services as stated in this Agreement. If such payment references our Schedule of Charges, the invoicing will be based upon the most current schedule. An estimated cost is not a firm figure. You agree to pay all sales taxes and other taxes based on your payment of our compensation. Our performance is subject to credit approval and payment of any specified retainer. 5.2 You will notify us of billing disputes within 15 days. You will pay undisputed portions of invoices upon receipt. You agree to pay interest on unpaid balances beginning 30 days after invoice dates at the rate of 1.5% per month, or at the maximum rate allowed by law. 5.3 If you direct us to invoice a third party, we may do so, but you agree to be responsible for our compensation unless the third party is GC-CMT Page 1 of 2

43 creditworthy (in our sole opinion) and provides written acceptance of all terms of this Agreement. 5.4 Your obligation to pay for Services under this Agreement is not contingent on your ability to obtain financing, governmental or regulatory agency approval, permits, final adjudication of any lawsuit, your successful completion of any project, receipt of payment from a third party, or any other event. No retainage will be withheld. 5.5 If you do not pay us in accordance with this Agreement, you agree to reimburse our costs and expenses for collection of the moneys invoiced, including but not limited to attorney fees, staff time, and other costs and expenses. 5.6 You agree to compensate us in accordance with our Schedule of Charges if we are asked or required to respond to legal process arising out of a proceeding related to the project and as to which we are not a party. 5.7 If we are delayed by factors beyond our control, or if project conditions or the scope or amount of work changes, or if changed labor conditions result in increased costs, decreased efficiency, or delays, or if the standards or methods change, we will give you timely notice, the schedule will be extended for each day of delay, and we will be compensated for costs and expenses incurred in accordance with our Schedule of Charges. 5.8 If you fail to pay us in accordance with this Agreement, we may consider the default a total breach of this Agreement and, at our option, terminate our duties without liability to you or to others, and you will compensate us for costs and expenses incurred up to the time of termination. 5.9 In consideration of our providing insurance to cover claims made by you, you hereby waive any right to offset fees otherwise due us. Section 6: Disputes, Damage, and Risk Allocation 6.1 Each of us will exercise good faith efforts to resolve disputes without litigation. Such efforts will include, but not be limited to, a meeting(s) attended by each party s representative(s) empowered to resolve the dispute. Before either of us commences an action against the other, disputes (except collections) will be submitted to mediation. 6.2 Notwithstanding anything to the contrary in this Agreement, neither party hereto shall be responsible or held liable to the other for punitive, indirect, incidental, or consequential damages, or liability for loss of use, loss of business opportunity, loss of profit or revenue, loss of product or output, or business interruption. 6.3 You and we agree that any action in relation to an alleged breach of our standard of care or this Agreement shall be commenced within one year of the date of the breach or of the date of substantial completion of Services, whichever is earlier, without regard to the date the breach is discovered. Any action not brought within that one year time period shall be barred, without regard to any other limitations period set forth by law or statute. We will not be liable unless you have notified us within 30 days of the date of such breach and unless you have given us an opportunity to investigate and to recommend ways of mitigating damages. You agree not to make a claim against us unless you have provided us at least 30 days prior to the institution of any legal proceeding against us with a written certificate executed by an appropriately licensed professional specifying and certifying each and every act or omission that you contend constitutes a violation of the standard of care governing our professional services. Should you fail to meet the conditions above, you agree to fully release us from any liability for such allegation. 6.4 For you to obtain the benefit of a fee which includes a reasonable allowance for risks, you agree that our aggregate liability for all claims will not exceed the fee paid for Services or $50,000, whichever is greater. If you are unwilling to accept this allocation of risk, we will increase our aggregate liability to $100,000 provided that, within 10 days of the date of this Agreement, you provide payment in an amount that will increase our fees by 10%, but not less than $500, to compensate us for the greater risk undertaken. This increased fee is not the purchase of insurance. 6.5 You agree to indemnify us from all liability to others in excess of the risk allocation stated herein and to insure this obligation. In addition, all indemnities and limitations of liability set forth in this Agreement apply however the same may arise, whether in contract, tort, statute, equity or other theory of law, including, but not limited to, the breach of any legal duty or the fault, negligence, or strict liability of either party. 6.6 This Agreement shall be governed, construed, and enforced in accordance with the laws of the state in which our servicing office is located, without regard to its conflict of laws rules. The laws of the state of our servicing office will govern all disputes, and all claims shall be heard in the state or federal courts for that state. Each of us waives trial by jury. 6.7 No officer or employee acting within the scope of employment shall have individual liability for his or her acts or omissions, and you agree not to make a claim against individual officers or employees. Section 7: General Indemnification 7.1 We will indemnify and hold you harmless from and against demands, damages, and expenses of others to the comparative extent they are caused by our negligent acts or omissions or those negligent acts or omissions of persons for whom we are legally responsible. You will indemnify and hold us harmless from and against demands, damages, and expenses of others to the comparative extent they are caused by your negligent acts or omissions or those negligent acts or omissions of persons for whom you are legally responsible. 7.2 To the extent it may be necessary to indemnify either of us under Section 7.1, you and we expressly waive, in favor of the other only, any immunity or exemption from liability that exists under any worker compensation law. Section 8: Miscellaneous Provisions 8.1 We will provide a certificate of insurance to you upon request. Any claim as an Additional Insured shall be limited to losses caused by our negligence. 8.2 You and we, for ourselves and our insurers, waive all claims and rights of subrogation for losses arising out of causes of loss covered by our respective insurance policies. 8.3 Neither of us will assign or transfer any interest, any claim, any cause of action, or any right against the other. Neither of us will assign or otherwise transfer or encumber any proceeds or expected proceeds or compensation from the project or project claims to any third person, whether directly or as collateral or otherwise. 8.4 This Agreement may be terminated early only in writing. You will compensate us for costs and expenses incurred up to the time of termination. 8.5 If any provision of this Agreement is held invalid or unenforceable, then such provision will be modified to reflect the parties' intention. All remaining provisions of this Agreement shall remain in full force and effect. 8.6 No waiver of any right or privilege of either party will occur upon such party's failure to insist on performance of any term, condition, or instruction, or failure to exercise any right or privilege or its waiver of any breach. GC-CMT Revised 7/18/2016 Page 2 of 2

44 July 20, 2017 RE: Sartell, Minnesota th Avenue South Street and Utility Construction Project SP No SRPF No. 7317(258) SEH No. SARTE Honorable Mayor and Members of the City Council c/o Mary Degiovanni, Administrator City of Sartell 125 Pinecone Road North Sartell, MN Dear Mayor and Members of the City Council: Bids were opened in the City Hall at 10:00 a.m. on Friday, July 14, 2017, for the above-referenced improvement. The low bid was submitted by R. L. Larson Excavating, Inc. of St. Cloud, Minnesota in the Base Bid Plus Alternate 1 amount of $2,492, A complete tabulation of bids is enclosed. Base Bid $2,335, Alternate 1 Sternberg Lighting Unit $156, Total Base Bid Plus Alternate 1 $2,492, We know of no reason the project should not be awarded to the low bidder for the amount of $2,492, Please contact me if you have any questions. Sincerely, April Ryan, PE Assistant City Engineer djg Enclosure c: Jon Kothenbeutel, City of Sartell (w/enclosure) Jon Halter, SEH (w/enclosure) p:\pt\s\sarte\141095\1-genl\14-corr\l city recommend award draft.docx Engineers Architects Planners Scientists Short Elliott Hendrickson Inc., th Avenue South, P.O. Box 1717, St. Cloud, MN SEH is 100% employee-owned sehinc.com fax

45 Page 1 TABULATION OF BIDS PROJECT NO.: SARTE ; SP ; MN PROJ STPF 7317(258) NAME: TH AVENUE SOUTH OWNER: SARTELL, MN BID DATE: 10:00 A.M., FRIDAY, JULY 14, ENGINEER'S ESTIMATE RL LARSON EXCAVATING J.R. FERCHE KUECHLE UNDERGROUND ITEM MnDOT NO. QUANTITY UNIT DESCRIPTION UNIT COST TOTAL UNIT COST TOTAL UNIT COST TOTAL UNIT COST TOTAL BASE BID LUMP SUM MOBILIZATION $150, $150, $65, $65, $45, $45, $110, $110, ACRE CLEARING $2, $3, $3, $5, $3, $5, $2, $5, TREE CLEARING $ $7, $52.00 $1, $80.00 $2, $77.00 $2, ACRE GRUBBING $2, $3, $3, $5, $2, $3, $1, $3, TREE GRUBBING $ $7, $52.00 $1, $55.00 $1, $50.00 $1, LIN FT REMOVE PIPE CULVERTS $5.00 $ $6.00 $ $2.00 $ $4.00 $ LIN FT REMOVE SANITARY SERVICE $10.00 $1, $1.00 $ $8.00 $1, $0.01 $1.86 PIPE LIN FT REMOVE WATER MAIN $5.00 $1, $6.00 $1, $10.00 $3, $0.01 $ LIN FT REMOVE CURB & GUTTER $4.00 $ $2.00 $ $4.00 $ $4.00 $ SQ YD REMOVE BITUMINOUS $4.00 $1, $3.00 $ $4.00 $1, $3.00 $ DRIVEWAY PAVEMENT , SQ YD REMOVE BITUMINOUS $3.50 $15, $2.00 $8, $2.00 $8, $2.00 $8, PAVEMENT EACH REMOVE PERMANENT $ $ $ $ $10.00 $20.00 $50.00 $ BARRICADES EACH REMOVE SANITARY SEWER $1, $3, $ $ $ $1, $ $ MANHOLE EACH REMOVE GATE VALVE AND $ $1, $ $ $ $ $30.00 $ BOX EACH REMOVE LIGHT FOUNDATION $ $ $ $ $ $ $ $ EACH REMOVE LIGHTING UNIT $ $ $ $ $ $ $ $ LIN FT SAWING BITUMINOUS $4.00 $1, $2.00 $ $3.00 $1, $3.00 $1, PAVEMENT , LIN FT SALVAGE CHAIN LINK FENCE $10.00 $10, $2.00 $2, $5.00 $5, $5.00 $5, EACH SALVAGE VEHICULAR GATE $1, $1, $ $ $1, $1, $ $ EACH SALVAGE HYDRANT $ $1, $ $ $ $1, $ $ EACH SALVAGE SIGN $ $ $25.00 $25.00 $75.00 $75.00 $25.00 $ EACH SALVAGE MAIL BOX SUPPORT $ $ $50.00 $ $50.00 $ $25.00 $ , CU YD COMMON EXCAVATION (P) $5.00 $85, $6.00 $102, $5.68 $96, $6.00 $102, , CU YD MUCK EXCAVATION $8.00 $21, $5.00 $13, $6.00 $16, $6.00 $16, , CU YD SUBGRADE EXCAVATION (P) $7.00 $11, $5.00 $8, $4.80 $7, $4.00 $6, , CU YD POND EXCAVATION (P) $8.00 $10, $5.00 $6, $10.00 $13, $6.00 $7, , CU YD GRANULAR BORROW (CV) $10.00 $406, $11.00 $447, $11.65 $473, $12.00 $488, , CU YD SELECT GRANULAR BORROW (CV) $12.00 $170, $11.00 $156, $11.65 $165, $12.00 $170, LUMP SUM DEWATERING $50, $50, $0.01 $0.01 $0.01 $0.01 $20, $20, , SQ YD GEOTEXTILE FABRIC TYPE V $1.50 $30, $1.25 $25, $2.00 $41, $1.10 $22, HOUR STREET SWEEPER (WITH $ $3, $ $2, $ $2, $ $2, PICKUP BROOM) , CU YD AGGREGATE BASE (CV) $22.00 $120, $20.00 $109, $20.50 $112, $22.00 $120, CLASS GAL BITUMINOUS MATERIAL FOR $2.50 $2, $0.01 $8.89 $0.01 $8.89 $0.01 $8.89 TACK COAT , TON TYPE SP 9.5 WEARING $64.00 $140, $54.20 $119, $55.00 $120, $54.00 $118, COURSE MIX (3,C) , TON TYPE SP 12.5 NON WEAR $66.00 $145, $51.20 $112, $52.00 $114, $51.00 $112, COURSE MIX (3,C) TON TYPE SP 9.5 WEARING $65.00 $41, $60.20 $38, $61.00 $38, $60.00 $37, COURSE MIX (2,B) 2.5" THICK TON GRANULAR FOUNDATION $13.50 $9, $0.01 $6.70 $15.00 $10, $10.00 $6, AND/OR BEDDING EACH 12" RC PIPE APRON $ $2, $ $5, $ $4, $ $4, EACH 15" RC PIPE APRON $ $2, $ $4, $ $3, $ $4, Short Elliott Hendrickson Inc., th Avenue South, P.O. Box 1717, St. Cloud, MN SEH is 100% employee-owned fax 7/14/2017

46 Page 2 TABULATION OF BIDS PROJECT NO.: SARTE ; SP ; MN PROJ STPF 7317(258) NAME: TH AVENUE SOUTH OWNER: SARTELL, MN BID DATE: 10:00 A.M., FRIDAY, JULY 14, ENGINEER'S ESTIMATE RL LARSON EXCAVATING J.R. FERCHE KUECHLE UNDERGROUND ITEM MnDOT NO. QUANTITY UNIT DESCRIPTION UNIT COST TOTAL UNIT COST TOTAL UNIT COST TOTAL UNIT COST TOTAL EACH 18" RC PIPE APRON $ $1, $ $1, $ $1, $ $1, EACH 24" RC PIPE APRON $ $3, $1, $5, $ $3, $1, $6, EACH 28" SPAN RC PIPE-ARCH $1, $2, $1, $2, $ $1, $1, $2, APRON EACH 36" SPAN RC PIPE-ARCH $1, $3, $1, $2, $1, $2, $1, $3, APRON EACH 44" SPAN RC PIPE-ARCH $1, $1, $2, $2, $1, $1, $2, $2, APRON , LIN FT 4" PERF PE PIPE DRAIN $5.00 $38, $3.00 $23, $3.50 $27, $4.00 $31, LIN FT 6" PVC SANITARY SERVICE $25.00 $2, $24.00 $2, $20.00 $2, $18.00 $1, PIPE , LIN FT 8" PVC PIPE SEWER $34.00 $59, $30.00 $52, $38.00 $66, $39.00 $68, LIN FT 10" PVC PIPE SEWER $34.00 $5, $38.50 $5, $45.00 $6, $45.00 $6, LIN FT 28" SPAN RC PIPE-ARCH $40.00 $6, $67.50 $11, $82.00 $14, $85.00 $14, SEWER CLASS IIA LIN FT 36" SPAN RC PIPE-ARCH $45.00 $ $ $1, $ $1, $95.00 $1, SEWER CLASS IIA LIN FT 44" SPAN RC PIPE-ARCH $55.00 $6, $ $12, $ $15, $ $11, SEWER CLASS IIA , LIN FT 12" RC PIPE SEWER DESIGN $30.00 $51, $30.00 $51, $34.00 $58, $30.00 $51, CLASS V LIN FT 15" RC PIPE SEWER DESIGN $32.00 $23, $32.00 $23, $38.00 $28, $31.00 $23, CLASS V LIN FT 18" RC PIPE SEWER DESIGN $34.00 $29, $35.00 $29, $42.00 $35, $32.00 $27, CLASS III LIN FT 24" RC PIPE SEWER DESIGN $35.00 $8, $41.50 $10, $48.00 $11, $40.00 $9, CLASS III EACH CONNECT TO EXISTING $2, $10, $1, $7, $1, $4, $1, $6, SANITARY SEWER EACH CONNECT TO EXISTING $1, $1, $1, $1, $1, $1, $1, $1, STORM SEWER MANHOLE EACH CONNECT TO EXISTING $1, $2, $ $ $ $ $ $ SANITARY SEWER SERVICE EACH 8"X6" PVC WYE $ $ $ $ $ $ $ $1, EACH MANHOLE COATING $1, $4, $2, $6, $2, $7, $2, $6, , LIN FT VIDEO TAPE PIPE SEWER $1.50 $2, $1.50 $2, $1.80 $2, $1.15 $1, LUMP SUM TEMPORARY WATER SERVICE $5, $5, $2, $2, $ $ $0.01 $ EACH CONNECT TO EXISTING $1, $3, $2, $4, $3, $7, $1, $3, WATER MAIN EACH CONNECT TO EXISTING $ $ $ $ $ $ $1, $1, WATER SERVICE EACH HYDRANT $3, $34, $4, $38, $3, $31, $4, $36, EACH 6" GATE VALVE AND BOX $1, $13, $1, $10, $1, $13, $1, $11, EACH 8" GATE VALVE AND BOX $1, $12, $1, $11, $1, $13, $1, $11, / EACH 12" GATE VALVE AND BOX $3, $27, $2, $25, $3, $27, $2, $24, LIN FT 6" WATERMAIN DUCTILE IRON $28.00 $6, $36.25 $8, $28.00 $6, $32.00 $7, CL LIN FT 8" WATERMAIN DUCTILE IRON $32.00 $13, $41.50 $17, $32.00 $13, $36.00 $14, CL , LIN FT 12" WATERMAIN DUCTILE $42.00 $164, $40.25 $157, $38.00 $148, $39.00 $152, IRON CL SQ YD 4" INSULATION $20.00 $1, $40.00 $3, $38.00 $2, $25.00 $1, , POUND DUCTILE IRON FITTINGS $8.00 $28, $7.30 $25, $6.00 $21, $8.00 $28, LIN FT CONSTRUCT SANITARY MANHOLE EACH CONSTRUCT DRAINAGE STRUCTURE DES SPEC EACH CONSTRUCT DRAINAGE STRUCTURE DES H EACH CONSTRUCT DRAINAGE STRUCTURE DES EACH CONSTRUCT DRAINAGE STRUCTURE DES EACH CONSTRUCT DRAINAGE STRUCTURE DES $ $31, $ $26, $ $20, $ $25, $8, $24, $5, $16, $3, $11, $4, $14, $2, $52, $1, $41, $1, $40, $1, $36, $2, $72, $2, $63, $2, $60, $2, $69, $2, $2, $2, $2, $3, $3, $3, $3, $3, $3, $3, $3, $3, $3, $3, $3, Short Elliott Hendrickson Inc., th Avenue South, P.O. Box 1717, St. Cloud, MN SEH is 100% employee-owned fax 7/14/2017

47 Page 3 TABULATION OF BIDS PROJECT NO.: SARTE ; SP ; MN PROJ STPF 7317(258) NAME: TH AVENUE SOUTH OWNER: SARTELL, MN BID DATE: 10:00 A.M., FRIDAY, JULY 14, ENGINEER'S ESTIMATE RL LARSON EXCAVATING J.R. FERCHE KUECHLE UNDERGROUND ITEM MnDOT NO. QUANTITY UNIT DESCRIPTION UNIT COST TOTAL UNIT COST TOTAL UNIT COST TOTAL UNIT COST TOTAL EACH CONSTRUCT DRAINAGE $3, $3, $4, $4, $4, $4, $4, $4, STRUCTURE DES EACH ADJUST FRAME & RING $ $ $ $ $ $ $ $ CASTING EACH CHIMNEY SEAL $ $17, $ $13, $ $17, $ $9, EACH CASTING ASSEMBLY $ $1, $ $3, $ $4, $ $1, (SANITARY) CU YD RANDOM RIPRAP CLASS III $60.00 $7, $80.00 $10, $65.00 $8, $40.00 $5, SQ FT 6" CONCRETE WALK $6.00 $1, $9.00 $1, $8.50 $1, $8.00 $1, , LIN FT CONCRETE CURB AND $12.00 $93, $12.50 $97, $13.00 $100, $12.30 $95, GUTTER DESIGN B SQ YD CONCRETE MEDIAN $30.00 $24, $30.00 $24, $29.00 $23, $27.50 $22, SQ YD 8" CONCRETE DRIVEWAY $50.00 $6, $59.00 $7, $62.00 $7, $58.50 $7, PAVEMENT SQ FT TRUNCATED DOMES $50.00 $1, $48.00 $ $50.00 $1, $47.00 $ EACH INSTALL MAIL BOX SUPPORT $ $ $75.00 $ $ $ $75.00 $ EACH LIGHT FOUNDATION DESIGN $ $20, $ $17, $ $18, $ $23, E MODIFIED , LIN FT 2" NON-METALLIC CONDUIT $6.00 $45, $3.65 $27, $3.75 $28, $3.25 $24, , LIN FT UNDERGROUND WIRE 1 $1.70 $80, $0.95 $44, $1.00 $47, $1.30 $61, COND NO , LIN FT UNDERGROUND WIRE 1 $1.00 $4, $0.30 $1, $0.35 $1, $0.60 $2, COND NO EACH SERVICE CABINET $6, $6, $3, $3, $3, $3, $4, $4, EACH SERVICE EQUIPMENT $1, $1, $1, $1, $1, $1, $2, $2, EACH EQUIPMENT PAD $1, $1, $ $ $ $ $ $ EACH HANDHOLE $ $ $1, $1, $1, $1, $ $ EACH INSTALL SALVAGED $5, $5, $1, $1, $1, $1, $1, $1, VEHICULAR GATE , LIN FT INSTALL SALVAGED FENCE $15.00 $16, $12.00 $12, $15.00 $16, $15.00 $16, LUMP SUM TRAFFIC CONTROL $5, $5, $2, $2, $2, $2, $1, $1, SQ FT SIGN PANELS TYPE C $35.00 $4, $31.00 $4, $33.00 $4, $31.00 $4, SQ FT SIGN PANELS TYPE D $35.00 $ $35.00 $ $35.00 $ $34.00 $ EACH INSTALL SALVAGED SIGN $ $ $ $ $ $ $ $ , LIN FT SILT FENCE, TYPE MS $1.50 $12, $1.78 $14, $1.85 $14, $1.75 $14, EACH STORM DRAIN INLET $ $8, $70.00 $4, $ $6, $ $11, PROTECTION , LIN FT SEDIMENT CONTROL LOG TYPE WOOD FIBER $4.00 $5, $2.45 $3, $2.50 $3, $2.40 $3, LUMP SUM STABILIZED CONSTRUCTION EXIT $1, $1, $ $ $2, $2, $1, $1, , POUND FERTILIZER TYPE 1 $1.00 $1, $0.55 $ $0.55 $ $0.55 $ POUND FERTILIZER TYPE 3 $1.00 $ $0.75 $ $0.75 $ $0.75 $ POUND FERTILIZER TYPE 4 $1.00 $ $0.80 $ $0.80 $ $0.80 $ ACRE SEEDING $ $1, $ $2, $ $2, $ $2, ACRE SEEDING (TEMPORARY) $ $2, $ $ $ $1, $ $ POUND SEED MIXTURE $3.50 $ $2.00 $ $2.00 $ $1.95 $ POUND SEED MIXTURE $3.50 $ $4.00 $ $4.00 $ $3.90 $ POUND SEED MIXTURE $6.00 $2, $8.35 $2, $8.50 $2, $8.20 $2, POUND SEED MIXTURE $6.00 $ $22.00 $1, $23.00 $1, $21.65 $1, , SQ YD EROSION CONTROL BLANKETS CATEGORY , SQ YD RAPID STABILIZATION METHOD 4 $2.00 $25, $1.27 $16, $1.30 $16, $1.25 $16, $2.00 $4, $1.27 $2, $1.30 $2, $1.25 $2, Short Elliott Hendrickson Inc., th Avenue South, P.O. Box 1717, St. Cloud, MN SEH is 100% employee-owned fax 7/14/2017

48 Page 4 TABULATION OF BIDS PROJECT NO.: SARTE ; SP ; MN PROJ STPF 7317(258) NAME: TH AVENUE SOUTH OWNER: SARTELL, MN BID DATE: 10:00 A.M., FRIDAY, JULY 14, ENGINEER'S ESTIMATE RL LARSON EXCAVATING J.R. FERCHE KUECHLE UNDERGROUND ITEM MnDOT NO. QUANTITY UNIT DESCRIPTION UNIT COST TOTAL UNIT COST TOTAL UNIT COST TOTAL UNIT COST TOTAL , POUND HYDRAULIC BONDED FIBER $1.50 $24, $0.92 $14, $0.95 $15, $0.91 $14, MATRIX , POUND HYDRAULIC STABILIZED $1.00 $9, $1.07 $9, $1.10 $10, $1.05 $9, FIBER MATRIX SQ FT PAVEMENT MESSAGE PAINT $20.00 $6, $5.10 $1, $5.25 $1, $5.00 $1, SQ FT PAVEMENT MESSAGE EPOXY $20.00 $6, $6.65 $2, $6.80 $2, $6.50 $2, , LIN FT 4" SOLID LINE PAINT $0.25 $3, $0.20 $3, $0.20 $3, $0.18 $2, LIN FT 24" SOLID LINE PAINT $4.00 $ $3.25 $ $3.15 $ $3.00 $ , LIN FT 4" BROKEN LINE PAINT $0.25 $ $0.20 $ $0.20 $ $0.18 $ LIN FT 4" DOUBLE SOLID LINE PAINT $0.50 $ $0.40 $ $0.40 $ $0.36 $ , LIN FT 4" SOLID LINE EPOXY $0.25 $3, $0.30 $4, $0.35 $5, $0.29 $4, LIN FT 24" SOLID LINE EPOXY $4.00 $ $6.15 $ $6.25 $ $6.00 $ , LIN FT 4" BROKEN LINE EPOXY $0.25 $ $0.30 $ $0.35 $ $0.29 $ LIN FT 4" DOUBLE SOLID LINE EPOXY $0.50 $ $0.60 $ $0.65 $ $0.58 $ ALTERNATE 1 - STERNBERG LIGHTING UNIT. TOTAL BASE BID $2,697, $2,335, $2,417, $2,497, EACH LIGHTING UNIT TYPE SPECIAL $6, $6, $8, $8, $9, $9, $8, $8, STERNBERG LIGHTING EACH LIGHTING UNIT TYPE SPECIAL $4, $112, $5, $147, $6, $150, $5, $149, STERNBERG LIGHTING TOTAL ALTERNATE 1 $119, $156, $159, $158, ALTERNATE 2 - HALOPHANE LIGHTING UNIT EACH LIGHTING UNIT TYPE SPECIAL $6, $6, $7, $7, $8, $8, $8, $8, HALOPHANE LIGHTING EACH LIGHTING UNIT TYPE SPECIAL $4, $112, $6, $150, $6, $152, $6, $161, HALOPHANE LIGHTING TOTAL ALTERNATE 2 $119, $157, $160, $169, SUMMARY BASE BID $2,697, $2,335, $2,417, $2,497, BASE BID PLUS ALTERNATE 1 $2,816, $2,492, $2,576, $2,655, BASE BID PLUS ALTERNATE 2 $2,816, $2,493, $2,578, $2,667, P:\PT\S\SARTE\141095\6-bid-const\Bidding\[Bid Tabulation.xlsx]BIDTAB Short Elliott Hendrickson Inc., th Avenue South, P.O. Box 1717, St. Cloud, MN SEH is 100% employee-owned fax 7/14/2017

49 Page 5 TABULATION OF BIDS PROJECT NO.: SARTE ; SP ; MN PROJ ST NAME: TH AVENUE SOUTH OWNER: SARTELL, MN BID DATE: 10:00 A.M., FRIDAY, JULY 14, C&L EXCAVATING NORTHDALE CONSTRUCTION LATOUR CONSTRUCTION LANDWEHR CONSTRUCTION ITEM MnDOT NO. QUANTITY UNIT DESCRIPTION UNIT COST TOTAL UNIT COST TOTAL UNIT COST TOTAL UNIT COST TOTAL BASE BID LUMP SUM MOBILIZATION ACRE CLEARING TREE CLEARING ACRE GRUBBING TREE GRUBBING LIN FT REMOVE PIPE CULVERTS LIN FT REMOVE SANITARY SERVICE PIPE LIN FT REMOVE WATER MAIN LIN FT REMOVE CURB & GUTTER SQ YD REMOVE BITUMINOUS DRIVEWAY PAVEMENT , SQ YD REMOVE BITUMINOUS PAVEMENT EACH REMOVE PERMANENT BARRICADES EACH REMOVE SANITARY SEWER MANHOLE EACH REMOVE GATE VALVE AND BOX EACH REMOVE LIGHT FOUNDATION EACH REMOVE LIGHTING UNIT LIN FT SAWING BITUMINOUS PAVEMENT , LIN FT SALVAGE CHAIN LINK FENCE EACH SALVAGE VEHICULAR GATE EACH SALVAGE HYDRANT EACH SALVAGE SIGN EACH SALVAGE MAIL BOX SUPPORT , CU YD COMMON EXCAVATION (P) , CU YD MUCK EXCAVATION , CU YD SUBGRADE EXCAVATION (P) , CU YD POND EXCAVATION (P) , CU YD GRANULAR BORROW (CV) , CU YD SELECT GRANULAR BORROW (CV) LUMP SUM DEWATERING , SQ YD GEOTEXTILE FABRIC TYPE V HOUR STREET SWEEPER (WITH PICKUP BROOM) , CU YD AGGREGATE BASE (CV) CLASS GAL BITUMINOUS MATERIAL FOR TACK COAT , TON TYPE SP 9.5 WEARING COURSE MIX (3,C) , TON TYPE SP 12.5 NON WEAR COURSE MIX (3,C) TON TYPE SP 9.5 WEARING COURSE MIX (2,B) 2.5" THICK TON GRANULAR FOUNDATION AND/OR BEDDING EACH 12" RC PIPE APRON EACH 15" RC PIPE APRON $92, $92, $56, $56, $75, $75, $70, $70, $4, $8, $4, $8, $4, $8, $3, $6, $80.00 $2, $77.00 $2, $77.00 $2, $60.00 $2, $1, $2, $1, $2, $1, $2, $3, $6, $55.00 $1, $52.00 $1, $52.00 $1, $60.00 $2, $6.25 $ $6.00 $ $6.20 $ $9.00 $1, $4.00 $ $11.00 $2, $8.00 $1, $15.00 $2, $3.00 $ $11.00 $3, $8.00 $2, $6.00 $1, $6.00 $ $5.20 $ $5.15 $ $5.00 $ $4.00 $1, $3.10 $ $3.10 $ $5.00 $1, $2.00 $8, $1.94 $8, $1.95 $8, $1.70 $7, $ $ $26.00 $52.00 $25.00 $50.00 $60.00 $ $ $ $ $ $ $ $ $ $ $ $ $ $77.00 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $4.25 $2, $5.00 $2, $3.95 $1, $3.50 $1, $3.10 $3, $5.00 $5, $5.00 $5, $5.00 $5, $ $ $1, $1, $1, $1, $ $ $ $ $ $ $ $1, $ $ $ $ $26.00 $26.00 $26.00 $26.00 $30.00 $30.00 $60.00 $ $57.00 $ $57.00 $ $ $ $7.50 $127, $7.47 $127, $7.45 $127, $5.00 $85, $6.25 $17, $6.18 $16, $6.20 $16, $5.50 $15, $6.00 $9, $5.92 $9, $5.90 $9, $7.00 $11, $8.35 $11, $8.29 $10, $8.30 $10, $5.50 $7, $11.40 $463, $13.24 $538, $13.20 $536, $16.00 $650, $13.00 $184, $14.42 $204, $14.40 $204, $16.75 $237, $0.01 $0.01 $21, $21, $25, $25, $30, $30, $1.10 $22, $1.08 $22, $1.10 $22, $0.95 $19, $ $2, $ $2, $ $2, $ $2, $21.00 $114, $22.66 $123, $23.00 $125, $25.00 $136, $0.01 $8.89 $0.10 $88.90 $0.01 $8.89 $0.50 $ $55.00 $120, $55.62 $122, $56.00 $123, $60.00 $131, $52.00 $114, $52.53 $115, $53.00 $116, $57.00 $125, $62.00 $39, $61.80 $39, $62.00 $39, $67.00 $42, $25.00 $16, $0.01 $6.70 $21.00 $14, $36.00 $24, $ $6, $ $5, $ $6, $ $4, $ $4, $ $4, $ $5, $ $3, Short Elliott Hendrickson Inc., th Avenue South, P.O. Box 1717, St. Cloud, MN SEH is 100% employee-owned fax 7/14/2017

50 Page 6 TABULATION OF BIDS PROJECT NO.: SARTE ; SP ; MN PROJ ST NAME: TH AVENUE SOUTH OWNER: SARTELL, MN BID DATE: 10:00 A.M., FRIDAY, JULY 14, C&L EXCAVATING NORTHDALE CONSTRUCTION LATOUR CONSTRUCTION LANDWEHR CONSTRUCTION ITEM MnDOT NO. QUANTITY UNIT DESCRIPTION UNIT COST TOTAL UNIT COST TOTAL UNIT COST TOTAL UNIT COST TOTAL EACH 18" RC PIPE APRON EACH 24" RC PIPE APRON EACH 28" SPAN RC PIPE-ARCH APRON EACH 36" SPAN RC PIPE-ARCH APRON EACH 44" SPAN RC PIPE-ARCH APRON , LIN FT 4" PERF PE PIPE DRAIN LIN FT 6" PVC SANITARY SERVICE PIPE , LIN FT 8" PVC PIPE SEWER LIN FT 10" PVC PIPE SEWER LIN FT 28" SPAN RC PIPE-ARCH SEWER CLASS IIA LIN FT 36" SPAN RC PIPE-ARCH SEWER CLASS IIA LIN FT 44" SPAN RC PIPE-ARCH SEWER CLASS IIA , LIN FT 12" RC PIPE SEWER DESIGN 3006 CLASS V LIN FT 15" RC PIPE SEWER DESIGN 3006 CLASS V LIN FT 18" RC PIPE SEWER DESIGN 3006 CLASS III LIN FT 24" RC PIPE SEWER DESIGN 3006 CLASS III EACH CONNECT TO EXISTING SANITARY SEWER EACH CONNECT TO EXISTING STORM SEWER MANHOLE EACH CONNECT TO EXISTING SANITARY SEWER SERVICE EACH 8"X6" PVC WYE EACH MANHOLE COATING , LIN FT VIDEO TAPE PIPE SEWER LUMP SUM TEMPORARY WATER SERVICE EACH CONNECT TO EXISTING WATER MAIN EACH CONNECT TO EXISTING WATER SERVICE EACH HYDRANT EACH 6" GATE VALVE AND BOX EACH 8" GATE VALVE AND BOX / EACH 12" GATE VALVE AND BOX LIN FT 6" WATERMAIN DUCTILE IRON CL LIN FT 8" WATERMAIN DUCTILE IRON CL , LIN FT 12" WATERMAIN DUCTILE IRON CL SQ YD 4" INSULATION , POUND DUCTILE IRON FITTINGS LIN FT CONSTRUCT SANITARY MANHOLE EACH CONSTRUCT DRAINAGE STRUCTURE DES SPEC EACH CONSTRUCT DRAINAGE STRUCTURE DES H EACH CONSTRUCT DRAINAGE STRUCTURE DES EACH CONSTRUCT DRAINAGE STRUCTURE DES EACH CONSTRUCT DRAINAGE STRUCTURE DES $ $1, $ $1, $1, $2, $ $1, $ $4, $ $4, $1, $7, $ $3, $1, $2, $ $1, $1, $3, $ $1, $1, $2, $1, $2, $2, $4, $1, $2, $1, $1, $1, $1, $2, $2, $1, $1, $6.00 $46, $6.03 $46, $6.00 $46, $4.20 $32, $20.00 $2, $29.00 $3, $40.70 $4, $64.00 $7, $44.00 $77, $30.61 $53, $50.60 $88, $27.00 $47, $49.00 $7, $30.47 $4, $54.40 $8, $47.00 $7, $86.00 $14, $80.37 $13, $78.00 $13, $75.75 $12, $ $1, $ $1, $ $1, $ $1, $ $14, $ $14, $ $14, $ $14, $35.60 $61, $37.72 $65, $31.60 $54, $29.00 $50, $37.40 $27, $38.10 $28, $33.30 $24, $32.75 $24, $40.30 $34, $41.00 $35, $38.70 $33, $35.75 $30, $48.25 $11, $55.00 $13, $44.00 $10, $46.75 $11, $1, $5, $1, $5, $1, $4, $ $1, $1, $1, $ $ $1, $1, $1, $1, $ $ $ $ $ $ $ $ $ $1, $ $ $ $ $ $ $2, $7, $2, $7, $2, $6, $4, $12, $1.10 $1, $2.01 $3, $1.55 $2, $1.75 $2, $5, $5, $0.01 $0.01 $1, $1, $1, $1, $1, $2, $ $1, $1, $2, $1, $2, $ $ $ $ $ $ $ $ $4, $39, $4, $37, $3, $35, $4, $38, $1, $12, $1, $11, $1, $14, $1, $13, $1, $12, $1, $12, $1, $13, $1, $13, $2, $24, $2, $26, $2, $26, $2, $26, $40.00 $9, $41.28 $9, $33.00 $7, $31.25 $7, $43.00 $17, $38.95 $16, $41.00 $16, $37.25 $15, $45.00 $175, $41.56 $162, $52.50 $205, $38.00 $148, $42.00 $3, $36.08 $2, $47.00 $3, $39.00 $2, $8.75 $30, $8.59 $30, $7.70 $26, $8.40 $29, $ $26, $ $28, $ $25, $ $40, $4, $13, $4, $14, $4, $13, $4, $12, $1, $46, $1, $40, $1, $41, $1, $37, $2, $66, $2, $66, $2, $61, $1, $53, $3, $3, $2, $2, $2, $2, $2, $2, $3, $3, $3, $3, $2, $2, $3, $3, Short Elliott Hendrickson Inc., th Avenue South, P.O. Box 1717, St. Cloud, MN SEH is 100% employee-owned fax 7/14/2017

51 Page 7 TABULATION OF BIDS PROJECT NO.: SARTE ; SP ; MN PROJ ST NAME: TH AVENUE SOUTH OWNER: SARTELL, MN BID DATE: 10:00 A.M., FRIDAY, JULY 14, C&L EXCAVATING NORTHDALE CONSTRUCTION LATOUR CONSTRUCTION LANDWEHR CONSTRUCTION ITEM MnDOT NO. QUANTITY UNIT DESCRIPTION UNIT COST TOTAL UNIT COST TOTAL UNIT COST TOTAL UNIT COST TOTAL EACH CONSTRUCT DRAINAGE STRUCTURE DES EACH ADJUST FRAME & RING CASTING EACH CHIMNEY SEAL EACH CASTING ASSEMBLY (SANITARY) CU YD RANDOM RIPRAP CLASS III SQ FT 6" CONCRETE WALK , LIN FT CONCRETE CURB AND GUTTER DESIGN B SQ YD CONCRETE MEDIAN SQ YD 8" CONCRETE DRIVEWAY PAVEMENT SQ FT TRUNCATED DOMES EACH INSTALL MAIL BOX SUPPORT EACH LIGHT FOUNDATION DESIGN E MODIFIED , LIN FT 2" NON-METALLIC CONDUIT , LIN FT UNDERGROUND WIRE 1 COND NO , LIN FT UNDERGROUND WIRE 1 COND NO EACH SERVICE CABINET EACH SERVICE EQUIPMENT EACH EQUIPMENT PAD EACH HANDHOLE EACH INSTALL SALVAGED VEHICULAR GATE , LIN FT INSTALL SALVAGED FENCE LUMP SUM TRAFFIC CONTROL SQ FT SIGN PANELS TYPE C SQ FT SIGN PANELS TYPE D EACH INSTALL SALVAGED SIGN , LIN FT SILT FENCE, TYPE MS EACH STORM DRAIN INLET PROTECTION , LIN FT SEDIMENT CONTROL LOG TYPE WOOD FIBER LUMP SUM STABILIZED CONSTRUCTION EXIT , POUND FERTILIZER TYPE POUND FERTILIZER TYPE POUND FERTILIZER TYPE ACRE SEEDING ACRE SEEDING (TEMPORARY) POUND SEED MIXTURE POUND SEED MIXTURE POUND SEED MIXTURE POUND SEED MIXTURE , SQ YD EROSION CONTROL BLANKETS CATEGORY , SQ YD RAPID STABILIZATION METHOD 4 $7, $7, $4, $4, $4, $4, $2, $2, $ $ $ $ $ $ $ $ $ $12, $ $11, $ $10, $ $17, $ $2, $ $6, $1, $7, $ $3, $55.00 $6, $87.70 $10, $57.00 $7, $70.00 $8, $8.30 $1, $9.24 $1, $8.20 $1, $10.40 $1, $12.75 $98, $12.67 $98, $12.70 $98, $13.78 $106, $31.00 $25, $31.33 $25, $31.40 $25, $35.50 $28, $66.00 $8, $60.26 $7, $60.20 $7, $70.00 $8, $49.00 $ $48.41 $ $48.40 $ $53.00 $1, $ $ $51.50 $ $ $ $90.00 $ $ $17, $ $20, $ $24, $ $18, $3.70 $28, $4.24 $32, $3.35 $25, $4.00 $30, $1.00 $47, $1.31 $61, $1.35 $63, $1.00 $47, $0.31 $1, $0.82 $3, $0.60 $2, $0.35 $1, $3, $3, $2, $2, $4, $4, $3, $3, $1, $1, $1, $1, $2, $2, $1, $1, $ $ $ $ $ $ $ $ $1, $1, $ $ $ $ $1, $1, $1, $1, $3, $3, $3, $3, $2, $2, $8.00 $8, $30.50 $32, $30.50 $32, $17.00 $18, $2, $2, $3, $3, $3, $3, $2, $2, $32.50 $4, $32.96 $4, $33.00 $4, $35.00 $4, $ $1, $51.50 $ $51.50 $ $38.00 $ $ $ $ $ $ $ $ $ $1.50 $12, $1.80 $14, $1.80 $14, $2.00 $16, $ $8, $ $8, $ $7, $ $9, $2.50 $3, $2.47 $3, $2.50 $3, $2.80 $3, $1, $1, $1, $1, $1, $1, $1, $1, $0.55 $ $0.55 $ $0.55 $ $0.60 $ $0.75 $ $0.74 $ $0.75 $ $0.85 $ $0.70 $ $0.78 $ $0.80 $ $0.85 $ $ $2, $ $2, $ $2, $ $2, $ $ $ $ $ $ $ $1, $2.00 $ $2.01 $ $2.00 $ $2.25 $ $4.00 $ $4.02 $ $4.00 $ $4.40 $ $8.50 $2, $8.45 $2, $8.45 $2, $9.15 $3, $22.50 $1, $22.30 $1, $22.30 $1, $24.20 $1, $1.30 $16, $1.29 $16, $1.30 $16, $1.50 $19, $1.30 $2, $1.29 $2, $1.30 $2, $1.50 $3, Short Elliott Hendrickson Inc., th Avenue South, P.O. Box 1717, St. Cloud, MN SEH is 100% employee-owned fax 7/14/2017

52 Page 8 TABULATION OF BIDS PROJECT NO.: SARTE ; SP ; MN PROJ ST NAME: TH AVENUE SOUTH OWNER: SARTELL, MN BID DATE: 10:00 A.M., FRIDAY, JULY 14, C&L EXCAVATING NORTHDALE CONSTRUCTION LATOUR CONSTRUCTION LANDWEHR CONSTRUCTION ITEM MnDOT NO. QUANTITY UNIT DESCRIPTION UNIT COST TOTAL UNIT COST TOTAL UNIT COST TOTAL UNIT COST TOTAL , POUND HYDRAULIC BONDED FIBER MATRIX , POUND HYDRAULIC STABILIZED FIBER MATRIX SQ FT PAVEMENT MESSAGE PAINT SQ FT PAVEMENT MESSAGE EPOXY , LIN FT 4" SOLID LINE PAINT LIN FT 24" SOLID LINE PAINT , LIN FT 4" BROKEN LINE PAINT LIN FT 4" DOUBLE SOLID LINE PAINT , LIN FT 4" SOLID LINE EPOXY LIN FT 24" SOLID LINE EPOXY , LIN FT 4" BROKEN LINE EPOXY LIN FT 4" DOUBLE SOLID LINE EPOXY TOTAL BASE BID $0.95 $15, $0.94 $15, $0.95 $15, $1.05 $17, $1.10 $10, $1.08 $10, $1.10 $10, $1.20 $11, $5.20 $1, $5.15 $1, $5.15 $1, $5.60 $1, $6.75 $2, $6.70 $2, $6.70 $2, $7.25 $2, $0.20 $3, $0.19 $2, $0.20 $3, $0.20 $3, $3.10 $ $3.09 $ $3.10 $ $3.35 $ $0.20 $ $0.19 $ $0.20 $ $0.20 $ $0.40 $ $0.37 $92.50 $0.35 $87.50 $0.45 $ $0.30 $4, $0.30 $4, $0.30 $4, $0.32 $4, $6.25 $ $6.18 $ $6.20 $ $6.75 $ $0.30 $ $0.30 $ $0.30 $ $0.35 $ $0.60 $ $0.60 $ $0.60 $ $0.65 $ $2,585, $2,672, $2,770, $2,774, ALTERNATE 1 - STERNBERG LIGHTING UNIT EACH LIGHTING UNIT TYPE SPECIAL 1. STERNBERG LIGHTING EACH LIGHTING UNIT TYPE SPECIAL 2. STERNBERG LIGHTING TOTAL ALTERNATE 1 $8, $8, $9, $9, $8, $8, $9, $9, $5, $147, $6, $159, $6, $151, $6, $162, $156, $169, $160, $172, ALTERNATE 2 - HALOPHANE LIGHTING UNIT EACH LIGHTING UNIT TYPE SPECIAL 1. HALOPHANE LIGHTING EACH LIGHTING UNIT TYPE SPECIAL 2. HALOPHANE LIGHTING TOTAL ALTERNATE 2 $7, $7, $9, $9, $8, $8, $8, $8, $6, $150, $6, $172, $6, $162, $6, $165, $157, $182, $171, $173, SUMMARY BASE BID BASE BID PLUS ALTERNATE 1 BASE BID PLUS ALTERNATE 2 $2,585, $2,672, $2,770, $2,774, $2,741, $2,841, $2,931, $2,946, $2,742, $2,854, $2,941, $2,947, P:\PT\S\SARTE\141095\6-bid-const\Bidding\[Bid Tabulation.xlsx]BIDTAB Short Elliott Hendrickson Inc., th Avenue South, P.O. Box 1717, St. Cloud, MN SEH is 100% employee-owned fax 7/14/2017

53 RESOLUTION NO. A RESOLUTION AWARDING BID WHEREAS, pursuant to an advertisement for bids for the th Avenue South Improvements, bids were received, opened, and tabulated according to law, and the following bids were received complying with the advertisement (see attached tabulation.), and WHEREAS, it appears that R. L. Larson Excavating, Inc. of St. Cloud, Minnesota, is the lowest responsible bidder. NOW, THEREFORE BE IT RESOLVED by the Sartell City Council that: 1. The Mayor and Clerk are hereby authorized and directed to enter into a contract with R. L. Larson Excavating, Inc. of St. Cloud, Minnesota, in the name of the city of Sartell, Minnesota for the improvement of th Avenue South Improvements, according to the plans and specifications therefor approved by the City Council and on file in the office of the City Clerk. 2. The City Clerk is hereby authorized and directed to return forthwith to all bidders the deposits made with their bids, except that the deposits of the successful bidder and the next lowest bidder shall be retained until a contract has been signed. I CERTIFY THAT the above resolution was adopted by the City Council of the City of Sartell on July 31, Sarah Jane Nicoll, Mayor ATTEST: Mary Degiovanni, City Administrator

54 SARTELL CITY COUNCIL Originating Department: Engineering Meeting Date: July 31, 2017 AGENDA COVER SHEET Agenda Item No. 4 Agenda Section: Special Meeting Item: 2017 Street Improvements Resolution Approving Plans and Ordering Advertisement for Bids STAFF RECOMMENDATION: Staff recommends approval of the attached Resolution. PREVIOUS COUNCIL ACTION: At the June 12 th, 2017 council meeting, Council authorized staff to prepare plans and specifications for several overlay projects, including sections of 19 th Avenue N, 7 th Street S., 5 th Avenue S., 4 th Street N., 5 th Avenue N., 9 th Street N., 10 th Avenue N., and Meadowlawn Court BACKGROUND: Per the Minnesota Statutes, Chapter 429 process, a resolution needs to be considered to approve plans and authorize advertisement of bids. BUDGET/FISCAL IMPACT: The estimated total construction cost after the design process is $869,719.31, which is over the budgetary estimate of $770,000 presented at the Council meeting in June as a part of the overly capital improvement plan. Depending on how bids come in for this project and the 27 th Street North Improvements, the City will award all or portions of the project to stay within desired budget. ATTACHMENTS: Selected plan sheets and resolution approving plans and authorizing advertisement for bids for the 2017 Street Improvements Project. COUNCIL ACTION REQUESTED: Motion to adopt Resolution Approving Plans and Authorizing Advertisement for Bids.

55 Know what's R

56

57

58

59

60

61

62

63

64

65

66

67

68

69

70

71 RESOLUTION NO. Resolution Approving Plans and Specifications and Ordering Advertisement for Bids WHEREAS, pursuant to a motion passed by the Council on June 12, 2017, the City Engineer (consulting engineer retained for the purpose) has prepared plans and specifications for the 2017 Street Improvements, and has presented such plans and specifications to the council for approval; NOW THEREFORE, BE RESOLVED BY THE CITY COUNCIL OF SARTELL, MINNESOTA: 1. Such plans and specifications are hereby approved and ordered placed on file in the Office of the City Clerk. 2. The City Administrator shall prepare and cause to be inserted in the official paper and on the City s official website an advertisement for bids upon the making of such improvement under such approved plans and specifications. The advertisement shall be published at least once, not less than 3 weeks before the date set for opening the bids, shall specify the work to be done, shall state that bids will be received by the Administrator until a time and date selected by the City Engineer, at which time they will be publicly opened in the Council Chambers of the City Hall by the City Administrator and Engineer, will then be tabulated, and will be considered for award at a future City Council meeting. Any bidder whose responsibility is questioned during consideration of the bid will be given an opportunity to address the Council on the issue of responsibility. No bids will be considered unless sealed and filed with the administrator and accompanied by a cash deposit, cashiers check, bid bond or certified check payable to the Clerk for 5 percent of the amount of such bid. Adopted by the Council this 31 st day of July, ATTEST: Mayor City Administrator P:\PT\S\SARTE\142586\1-genl\14-corr \Resolution Approving Plans and Advertisement_27th Street North.docx

72 SARTELL CITY COUNCIL Originating Department: Personnel Committee Meeting Date: July 31, 2017 AGENDA COVER SHEET Agenda Item No. 5 Agenda Section: Special Meeting Item: Finance Director Recommendation BACKGROUND: Personnel Committee screened applications and four qualified individuals were interviewed by a combination of Council Personnel Committee reps and key staff members. Final background checks and employment terms are being reviewed and a final hiring recommendation on Finance Director will be delivered to Council at your meeting. COUNCIL ACTION REQUESTED: Approval of Finance Director hiring recommendation to be delivered to Council.

73 CITY OF SARTELL Vendor Transactions-Agenda Packet 07/24/17 2:50 PM Page 1 CHECK Check Date Batch Name Invoice Amount Comments Search Name ACKERMAN, TODD /10/ PPD $25.00 PHONE REIMBURSEMENT-JULY Search Name ACKERMAN, TODD $25.00 Search Name ADVANCED INTEGRATED TECH 0717ADM $19.80 PHONE SERVICES 0717ADM $28.23 PHONE SERVICES 0717ADM $21.79 PHONE SERVICES 0717ADM $ PHONE SERVICES 0717ADM $21.79 PHONE SERVICES 0717ADM $21.79 PHONE SERVICES 0717ADM $67.00 PHONE SERVICES 0717ADM $ PHONE SERVICES 0717ADM $36.58 PHONE SERVICES 0717ADM $1, PHONE SERVICES 0717ADM $ PHONE SERVICES 0717ADM $ PHONE SERVICES 0717ADM $36.58 PHONE SERVICES 0717ADM $ PHONE SERVICES Search Name ADVANCED INTEGRATED TECH $2, Search Name ALEX AIR APPARATUS INC 0717FD $ COMPRESSOR SERVICE Search Name ALEX AIR APPARATUS INC $ Search Name AMERIPRIDE LINEN/APPAREL SERV 0717PW $26.82 SUPPLIES-MAINT 0717PW $39.65 UNIFORMS 0717PW $7.93 UNIFORMS 0717PW $47.78 UNIFORMS 0717PW $32.12 UNIFORMS 0717PW $ MATS, TOWELS, MOPS-MAINT 0717PW $35.00 TOWELS, MOPS, MATS- UTILITY SHOP 0717PW $7.93 UNIFORMS 0717PW $32.12 UNIFORMS 0717PW $14.38 MATS, TOWESLS, MOPS- MAINT 0717PW $47.78 UNIFORMS 0717PW $ SUPPLIES- MAINT 0717PW $39.65 UNIFORMS Search Name AMERIPRIDE LINEN/APPAREL SERV $ Search Name ANDERSON, DOUGLAS 0717PW BROOKWOOD $ DUPLICATE PAYMENT- REIM Search Name ANDERSON, DOUGLAS Search Name ANDY S TOWING LLC 0717PD $ $ VEHICLE TOW Search Name ANDY S TOWING LLC Search Name BEHRENBRINKER, STEPHEN C $ /10/ PPD $3, ASSESSING SERVICES-JULY Search Name BEHRENBRINKER, STEPHEN C $3, Search Name BOUND TREE MEDICAL LLC 0717PD $95.05 HEARTSTART PADS-PD

74 CITY OF SARTELL Vendor Transactions-Agenda Packet 07/24/17 2:50 PM Page 2 CHECK Check Date Search Name BOUND TREE MEDICAL LLC Batch Name Invoice Amount Comments $95.05 Search Name BREMER BANK NA /10/ PPD $11, ARENA ABATEMENT Search Name BREMER BANK NA $11, Search Name BRIAN KLINEFELTER FOUNDATION 0717ADM $60.00 PAYROLL DEDUCTION- JULY Search Name BRIAN KLINEFELTER FOUNDATION $60.00 Search Name BURL OAKS TOWNHOMES /14/ PPD $13, TIF DISTRICT 5-5 Search Name BURL OAKS TOWNHOMES $13, Search Name CDW GOVERNMENT, INC. 0717ADM02 JJH3696 $ REPLACEMENT BACKUP DRIVES-CITY HA Search Name CDW GOVERNMENT, INC. Search Name CHARTER COMMUNICATIONS $ /14/ PPD $97.45 TV/INTERNET-MAINT /14/ PPD $ INTERNET-PD Search Name CHARTER COMMUNICATIONS $ Search Name CITI LITES INC Search Name CITI LITES INC 0717PW $ STREET LIGHT- LOCATES 0717PW $ LOCATES-STREET LIGHTS $ Search Name CLIMATE AIR INC 0717PD $ BLDG REPAIR-PD 0717ADM $ HVAC REPAIRS-HALL Search Name CLIMATE AIR INC $ Search Name CLOUDNET INC Search Name CLOUDNET INC 0717PD $ DOMAIN RENEWAL & - PD $ Search Name COLLINS BROS TOWING OF ST CLOU 0717PD $60.00 DRUG FORFEITURE Search Name COLLINS BROS TOWING OF ST CLOU $60.00 Search Name COMM OF MMB TREAS DIV 0717PD02 2NDQTR2017 $ ADMIN FINES- 2ND QTR Search Name COMM OF MMB TREAS DIV Search Name CROTEAU PLUMBING LLC 0717PW $ $ LIFT STATION Search Name CROTEAU PLUMBING LLC Search Name DESIGN ELECTRIC INC 0717PW $ $27.00 SOUTH WATER PLANT 0717PW $ ROUND ABOUTS Search Name DESIGN ELECTRIC INC Search Name DIAMOND VOGEL 0717PW $1, $ STREET STRIPING 0717PW $ PAINT-STREETS

75 CITY OF SARTELL Vendor Transactions-Agenda Packet 07/24/17 2:50 PM Page 3 CHECK Check Date Search Name DIAMOND VOGEL Batch Name Invoice Amount Comments $1, Search Name EFTPS VOICE RESPONSE SYSTEM E 7/18/ PPD $4, /14 EMPLOYER FICA E 7/18/ PPD $13, /14 FED TAX W/HELD E 7/18/ PPD $4, /14 EMPLOYEE FICA E 7/18/ PPD $1, /14 EMPLOYEE MEDICARE E 7/18/ PPD $1, /14 EMPLOYER MEDICARE Search Name EFTPS VOICE RESPONSE SYSTEM $25, Search Name EHLERS & ASSOCIATES INC 0717ADM $ TIF REPORTS 0717ADM $ TIF REPORTS 0717ADM $ TIF REPORTS Search Name EHLERS & ASSOCIATES INC Search Name EMPOWER RETIREMENT $ E 7/18/ PPD $ /14 EMPLOYER CONTR TO PENSION-A E 7/18/ PPD $2, /14 PAYROLL DEDUCTION E 7/18/ PPD $1, /14 PAYROLL DEDUCTION Search Name EMPOWER RETIREMENT $5, Search Name FASTENAL COMPANY 0717PW02 MNSAU $ SIGNS 0717PW02 MNSAU $15.48 PARK SUPPLIES 0717PW02 MNSAU $ EQUIPMENT REPAIRS 0717PW02 MNSAU $36.25 SIGNS Search Name FASTENAL COMPANY Search Name FRANKLIN, ALEXA $ Search Name FRANKLIN, ALEXA 0717FD $75.00 ALCOHOL COMPLIANCE CHECKS $75.00 Search Name GATR OF SAUK RAPIDS 0717PW02 01P $22.18 VEHICLE REPAIRS- STREETS 0717PW02 01P $ FILTERS- ALL DEPARTMENTS 0717PW02 01P $ PLOW TRUCK REPAIR- STREETS 0717PW02 01P $ DUMP TRUCK REPAIR- STREETS Search Name GATR OF SAUK RAPIDS Search Name GRANITE ELECTRONICS INC 0717FD $ $45.00 BATTERY-FD Search Name GRANITE ELECTRONICS INC $45.00 Search Name HAWKINS WTR TREATMENT GRP INC 0717PW $1, CHEMICALS 0717PW $ CHEMICALS Search Name HAWKINS WTR TREATMENT GRP INC $1, Search Name HEALTHPARTNERS 0717ADM $14, EE HEALTH/DENTAL- AUG 0717ADM $ EE HEALTH/DENTAL- AUG 0717ADM $2, EE HEALTH/DENTAL- AUG 0717ADM $2, EE HEALTH/DENTAL- AUG 0717ADM $1, EE HEALTH/DENTAL- AUG 0717ADM $1, EE HEALTH/DENTAL- AUG

76 CITY OF SARTELL Vendor Transactions-Agenda Packet 07/24/17 2:50 PM Page 4 CHECK Check Date Search Name HEALTHPARTNERS Search Name HELENA CHEMICAL COMPANY Search Name HELENA CHEMICAL COMPANY Search Name HENKEMEYER LANDFILL INC Search Name HENKEMEYER LANDFILL INC Search Name HILDI INC Batch Name Invoice Amount Comments 0717ADM $5, EE HEALTH/DENTAL- AUG 0717ADM $32.00 COBRA DENTAL-AUG 0717ADM $4, EE CONTR TO INS- AUG 0717ADM $1, EE HEALTH/DENTAL- AUG $33, PW $ CHEMICALS 0717PW $ CHEMICALS $ PW $50.00 DISPOSAL $50.00 Search Name HILDI INC 0717ADM $2, FIRE RELIEF VALUATION $2, Search Name INDEPENDENT SCHOOL DISTRCT PW $4, MAY FUEL-UTIL 0717PD $2, MAY FUEL- PD 0717ADM $ MAY FUEL- INSP 0717FD $ MAY FUELS- FD 0717FD $ JUNE FUELS- FD 0717PD $2, JUNE FUEL- PD 0717ADM $ JUNE FUEL- INSP 0717PW $5, JUNE FUEL- MAINT Search Name INDEPENDENT SCHOOL DISTRCT 748 $16, Search Name INNOVATIVE OFFICE SOLUTIONS LL 0717PD02 IN $ OFFICE SUPPLIES Search Name INNOVATIVE OFFICE SOLUTIONS LL $ Search Name INTERSTATE ALL BATTERY CTR 0717PW $31.40 LOCATOR- WATER DEPT 0717PW $12.10 LOCATOR- WATER DEPT 0717PW $ BATTERIES Search Name INTERSTATE ALL BATTERY CTR $ Search Name KEEPRS INC Search Name KEEPRS INC 0717PD $75.99 UNIFORM- HANSON 0717PD $56.00 DIGITIZED LOGO 0717PD $8.00 UNIFORM- MILLER $ Search Name KRILLIAN INC Search Name KRILLIAN INC 0717PD $ TEES-PAL $ Search Name LAW ENFORCEMENT LABOR SERV INC 0717ADM $ UNION DUES- JULY Search Name LAW ENFORCEMENT LABOR SERV INC $ Search Name LAW ENFORCEMENT SYSTEMS, INC. 0717PD $ SUPPLIES- PD

77 CITY OF SARTELL Vendor Transactions-Agenda Packet 07/24/17 2:50 PM Page 5 CHECK Check Date Batch Name Invoice Search Name LAW ENFORCEMENT SYSTEMS, INC. Amount Comments $ Search Name LITTLE FALLS MACHINE INC. 0717PW $2, DUMP TRUCK- REPAIRS Search Name LITTLE FALLS MACHINE INC. Search Name LMC INSURANCE TRUST 0717ADM $2, $18, LIABILITY INSURANCE 0717ADM $ LIABILITY INSURANCE 0717ADM $1, LIABILITY INSURANCE 0717ADM $39, LIABILITY INSURANCE 0717ADM $3, LIABILITY INSURANCE 0717ADM $20, LIABILITY INSURANCE 0717ADM $16, LIABILITY INSURANCE 0717ADM $16, LIABILITY INSURANCE 0717ADM $20, LIABILITY INSURANCE 0717ADM $1, LIABILITY INSURANCE 0717ADM $13, LIABILITY INSURANCE 0717ADM $2, LIABILITY INSURANCE 0717ADM $ LIABILITY INSURANCE 0717ADM $6, WORK COMP PREM 0717ADM $ WORK COMP PREM 0717ADM $ WORK COMP PREM 0717ADM $ WORK COMP PREM 0717ADM $45.00 WORK COMP PREM 0717ADM $ WORK COMP PREM 0717ADM $7, WORK COMP PREM 0717ADM $3, WORK COMP PREM 0717ADM $33, WORK COMP PREM 0717ADM $21, WORK COMP PREM 0717ADM $ WORK COMP PREM 0717ADM $ WORK COMP PREM 0717ADM $ WORK COMP PREM 0717ADM $1, WORK COMP PREM 0717ADM $1, WORK COMP PREM 0717ADM $ WORK COMP PREM 0717ADM $14, WORK COMP PREM Search Name LMC INSURANCE TRUST Search Name MACQUEEN EQUIPMENT INC 0717PW02 W01195 $248, $1, SWEEPER REPAIRS Search Name MACQUEEN EQUIPMENT INC Search Name MARCO TECHNOLOGIES LLC 0717PD $1, $ COPIER CONTRACT PAYMENT- PD Search Name MARCO TECHNOLOGIES LLC $ Search Name MARCO TECHNOLOGIES LLC NW ADM02 INV $19, COMMUNITY CENTER AV PROJECT 0717FD02 INV $17.50 CONTRACT PAYMENT Search Name MARCO TECHNOLOGIES LLC NW7128 $19, Search Name MARTIN-MCALLISTER 0717PD $ CSO BG CHECK- PD Search Name MARTIN-MCALLISTER $500.00

78 CITY OF SARTELL Vendor Transactions-Agenda Packet 07/24/17 2:50 PM Page 6 CHECK Check Date Batch Name Invoice Amount Comments Search Name MATHEWS, STEVE /21/ PPD $ ALCOHOL COMPLIANCE CHECKS Search Name MATHEWS, STEVE $ Search Name MENARDS Search Name MENARDS 0717PW $7.78 LIFT STATION 1 $7.78 Search Name MIDSTATE INSPECTION SERV INC 0717ADM $ BUILDING INSEPCTION- JUNE Search Name MIDSTATE INSPECTION SERV INC $ Search Name MIDWAY IRON & METAL 0717PW $50.40 SHOP SUPPLIES Search Name MIDWAY IRON & METAL Search Name MIDWEST MACHINERY CO 0717PW $50.40 $84.73 JD TRACTOR- PW Search Name MIDWEST MACHINERY CO $84.73 Search Name MILLS PARTS CENTER-WILLMAR 0717PW $69.88 VEHICLE REPAIRS-SREETS Search Name MILLS PARTS CENTER-WILLMAR $69.88 Search Name MN BENEFIT ASSOCIATION /19/ PPD $1, PAYROLL DEDUCTION-JUN Search Name MN BENEFIT ASSOCIATION $1, Search Name MN DEPT OF LABOR & INDUSTRY E 7/18/ PPD02 2NDQTR2017 $6, BUILDING SURCHGS E 7/18/ PPD02 2NDQTR2017 $ PLUMBING SURCHGS E 7/18/ PPD02 2NDQTR2017 $ MECHANICAL SURCHGS E 7/18/ PPD02 2NDQTR2017 $84.86 SEWER SURCHGS E 7/18/ PPD02 2NDQTR2017 $ ELECTRICAL SURCHGS Search Name MN DEPT OF LABOR & INDUSTRY $7, Search Name MN DEPT OF REVENUE E 7/14/ PPD $5, /14 STATE TAX W/HELD Search Name MN DEPT OF REVENUE $5, Search Name MN DEPT OF REVENUE-SALES/USE E 7/12/ PPD $ SALES TAX PAYABLE-JUNE E 7/12/ PPD $8.00 USE TAX PAYABLE-JUNE E 7/12/ PPD $63.00 SALES TAX PAYABLE-JUNE Search Name MN DEPT OF REVENUE-SALES/USE $ Search Name MN TEAMSTERS-PUBLIC & LAW ENF 0717ADM02 JULY2017 $1, UNION DUES- JULY Search Name MN TEAMSTERS-PUBLIC & LAW ENF $1, Search Name MUSTANG SIGNS & GRAPHICS 0717PW $ STREET SIGNS Search Name MUSTANG SIGNS & GRAPHICS $ Search Name MUTT MITT 0717PW $ MUTT MITT

79 CITY OF SARTELL Vendor Transactions-Agenda Packet 07/24/17 2:50 PM Page 7 CHECK Search Name MUTT MITT Check Date Search Name NAPA CENTRAL MN Batch Name Invoice Amount Comments $ PD $ VEH REPAIR-PD 0717PD $ VEH REPAIR-PD Search Name NAPA CENTRAL MN $ Search Name O REILLY AUTO PARTS 0717FD $91.24 SUPPLIES- FD 0717PW $0.00 FLARING TOOL-PW 0717PW $22.99 FLARING TOOL-PW 0717PW $22.99 FLARING TOOL- PW 0717PW $35.98 SHOP SUPPLIES 0717PD $48.70 VEH REPAIR- PD 0717PW02 EB $6.21 MAY FIRST CALL EB Search Name O REILLY AUTO PARTS Search Name OFFICE DEPOT INC $ /19/ PPD $6.67 OFFICE SUPPLIES 0717FD $33.87 WALL FILE- FD Search Name OFFICE DEPOT INC $40.54 Search Name OXYGEN SERVICE COMPANY 0717PD $23.41 MEDICAL OXYGEN 0717PD $42.06 MEDICAL OXYGEN-PD Search Name OXYGEN SERVICE COMPANY $65.47 Search Name POWERHOUSE OUTDOOR EQUIP INC 0717PW $ EASY START BLOWER Search Name POWERHOUSE OUTDOOR EQUIP INC $ Search Name PROFESSIONAL OFFICE SERV INC 0717ADM $8.75 POSSIBILL VIEW ONLY 0717ADM $8.75 POSSIBILL VIEW ONLY Search Name PROFESSIONAL OFFICE SERV INC $17.50 Search Name PROFIELDS LLC Search Name PROFIELDS LLC 0717ADM $3, TURF MANAGEMENT 0717ADM $10, PROFESSIONAL SERVICES AGREEMENT $13, Search Name PUBLIC EMPLOYEE RETIREMENT ASN E 7/17/ PPD $5, /14 EMPLOYEE PERA E 7/17/ PPD $4, /14 EMPLOYER PERA E 7/17/ PPD $8, /14 EMPLOYER PERA E 7/17/ PPD $4, /14 EMPLOYEE PERA Search Name PUBLIC EMPLOYEE RETIREMENT ASN $22, Search Name RDO EQUIPMENT CO 0717FD02 P13361 $48.21 AIR COMPRESSOR- FD Search Name RDO EQUIPMENT CO Search Name ROYAL TIRE INC $48.21 Search Name ROYAL TIRE INC 0717PW $85.60 REPAIRS- JD TRACTOR 0717PW $ REPAIRS- J.D. TRACTOR $202.28

80 CITY OF SARTELL Vendor Transactions-Agenda Packet 07/24/17 2:50 PM Page 8 CHECK Check Date Batch Name Invoice Amount Comments Search Name SARIS CYCLING GROUP 0717ADM $3, BIKE RACKS, REPAIRS STNS Search Name SARIS CYCLING GROUP $3, Search Name SARTELL CHAMBER OF COMMERCE /10/ PPD $ PROF SERVICES Search Name SARTELL CHAMBER OF COMMERCE $ Search Name SARTELL HARDWARE HANK 0717FD $17.96 HOSE COUPLINGS- FD 0717PW $52.41 POOLS- PW 0717PW $7.99 MOUSE KILLER- COMPOST 0717PW $12.44 STREETS- PW 0717PW $5.99 COMPOST SHED- PW 0717PW $4.49 CELEBRATION POOL- PW Search Name SARTELL HARDWARE HANK $ Search Name SARTELL HOUSING LTD PARTNERSHI /14/ PPD $10, TIF DISTRICT 5-2 Search Name SARTELL HOUSING LTD PARTNERSHI $10, Search Name SARTELL NEWSLEADER /10/ PPD $1, AD FOR BIDGS-4TH AVE S /14/ PPD $ TH ST N BIDS /14/ PPD $ LODGING ORD ORD /14/ PPD $ I1&I2 ZONING ORD ORD Search Name SARTELL NEWSLEADER $2, Search Name SARTELL ST STEPHEN EDUC FOUND 0717ADM $40.00 PAYROLL DEDUCTION-JULY Search Name SARTELL ST STEPHEN EDUC FOUND $40.00 Search Name SATTLER JR, JAMES R 0717FD $90.00 FD EE APPRECIATION Search Name SATTLER JR, JAMES R Search Name SAUK RAPIDS, CITY OF 0717PD02 2ND QRT2017 $90.00 $5, GANG STRIKE FORCE POLICE OFFICER Search Name SAUK RAPIDS, CITY OF Search Name SHERWIN WILLIAMS 0717PW $5, $ FIRE HYDRO PAINT 0717PW $31.99 GENERAL REPAIR Search Name SHERWIN WILLIAMS Search Name SHIFT TECHNOLOGIES INC 0717PW $ $ REPAIRS- MAINT INTERNET Search Name SHIFT TECHNOLOGIES INC $ Search Name SHORT ELLIOTT HENDRICKSON INC 0717ADM $4, TH AVE S CONST SERV 0717ADM $2, CHAMPION FIELD 0717ADM $15, OVERLAY PROJECTS 0717ADM $15, GENERAL ENGINEERING 0717ADM $ OAK RIDGE HEIGHTS 0717ADM $ HERITAGE 70

81 CITY OF SARTELL Vendor Transactions-Agenda Packet 07/24/17 2:50 PM Page 9 CHECK Check Date Batch Name Invoice Search Name SHORT ELLIOTT HENDRICKSON INC Search Name SOFTPLAY LLC Amount Comments 0717ADM $ FERCHE SW ADM $1, BLATTNER ENERGY SOLAR GARDEN 0717ADM $1, WCA LGU 0717ADM $15, PINECONE RD IMP 0717ADM $9, CR 29 UTILITY IMPS 0717ADM $ GIS SMARTCONNECT SERV 0717ADM $14, TH ST N 0717ADM $3, WATER SYSTEM PLAN $84, /13/ PPD $32, COMMUNITY CENTER Search Name SOFTPLAY LLC Search Name ST CLOUD MEDICAL GROUP PA Search Name ST CLOUD MEDICAL GROUP PA Search Name STAPLES BUSINESS ADVANTAGE Search Name STAPLES BUSINESS ADVANTAGE Search Name STEARNS CNTY ENVIRONMENTAL SER $32, PD $ PHYSICAL EXAM- CSO $ ADM $55.50 OFFICE SUPPLIES- CITY HALL $ /19/ PPD $50.00 FOOD LICENSE-COPS COOKOUT Search Name STEARNS CNTY ENVIRONMENTAL SER Search Name STEARNS CNTY HWY DEPARTMENT Search Name STEARNS CNTY HWY DEPARTMENT Search Name STEARNS CNTY SHERIFFS DEPARTME Search Name STEARNS CNTY SHERIFFS DEPARTME Search Name STEARNS ELECTRIC ASSOCIATION $ ADM $4, CTY RD 1 $4, PD02 SD $ MDT UNITS $ /19/ PPD $ STREET LIGHTS /19/ PPD $ STREET LIGHTS /19/ PPD $20.00 CIVIL DEFENSE /19/ PPD $ STREET LIGHTS /19/ PPD $ POOL /19/ PPD $24.62 COMPOST SITE /19/ PPD $54.78 STREET LIGHTS /19/ PPD $24.90 STREET LIGHTS /19/ PPD $29.88 STREET LIGHTS /19/ PPD $14.94 STREET LIGHTS /19/ PPD $19.92 STREET LIGHTS /19/ PPD $9.96 STREET LIGHTS /19/ PPD $21.75 STREET LIGHTS /19/ PPD $42.81 STREET LIGHTS /19/ PPD $86.00 STREET LIGHTS /19/ PPD $64.07 STREET LIGHTS /19/ PPD $73.43 STREET LIGHTS /19/ PPD $39.85 STREET LIGHTS /19/ PPD $86.00 STREET LIGHTS /19/ PPD $3, PLANT

82 CITY OF SARTELL Vendor Transactions-Agenda Packet 07/24/17 2:50 PM Page 10 CHECK Check Date Batch Name Invoice Amount Comments /19/ PPD $55.00 STREET LIGHTS /19/ PPD $2, WELLS 15& /19/ PPD $24.90 STREET LIGHTS /19/ PPD $30.00 STREET LIGHTS /19/ PPD $19.92 STREET LIGHTS /19/ PPD $78.80 LIFT STATION /19/ PPD $1, STREET LIGHTS Search Name STEARNS ELECTRIC ASSOCIATION Search Name TERMINAL SUPPLY CO Search Name TERMINAL SUPPLY CO Search Name TOTAL ADMIN SERVICES CORP $9, PW $57.12 SHOP SUPPLIES $ E 7/18/ PPD $2, /14 HSA FLEX CONTR E 7/18/ PPD $ /14 MED FLEX CONTR E 7/18/ PPD $ /14 DAYCARE FLEX CONTR Search Name TOTAL ADMIN SERVICES CORP Search Name TRANS UNION LLC $3, Search Name TRANS UNION LLC 0717PD $23.52 BG CHECK FOR LIQOR LIC- PD $23.52 Search Name TRAUT WELLS INC 0717PW $92.00 WATER TESTING 0717PW $92.00 WATER TESTING Search Name TRAUT WELLS INC $ Search Name UNITED STATES POSTAL SERVICE 0717PD $ PO BOX RENTAL-PD Search Name UNITED STATES POSTAL SERVICE $ Search Name UNITED WAY OF CENTRAL MN 0717ADM02 07-JULY $30.00 PAYROLL DEDUCTION- JULY Search Name UNITED WAY OF CENTRAL MN Search Name US BANK (CREDIT CARD) 0717ADM $30.00 $16.10 ADOBE 0717ADM $66.00 MINNESOTA EROSION CONT 0717ADM $16.10 ADOBE 0717ADM $ EB BUILDING DEPARTMENT 0717PW $ STREET SIGNS 0717PW $20.00 BOILER LIC RENEW 0717PW $ TRAINING 0717PW $29.32 STREAMLIGHT-FD 0717PW $16.39 LICENSE TABS 0717ADM $99.00 THINK CREATIVE 0717ADM $59.96 SAMS- DARE/PD 0717ADM $5.00 TRANSFER BIG FILES 0717ADM $25.63 WORKSHOP 0717ADM $24.00 SURVEYMONKEY 0717ADM $1.00 BEACON 0717ADM $99.00 THINK CREATIVE 0717ADM $ SAMS- PAL/PD 0717PD $12.00 ST.CLOUD TIMES

83 CITY OF SARTELL Vendor Transactions-Agenda Packet 07/24/17 2:50 PM Page 11 CHECK Check Date Search Name US BANK (CREDIT CARD) Search Name US BANK CM 9690 Search Name US BANK CM 9690 Search Name VERIZON WIRELESS Batch Name Invoice Amount Comments 0717PD $12.00 ST.CLOUD TIMES-PD 0717PD $25.00 TLO 0717PD $11.95 SUPPLIES- PD 0717PD $ AMEM CONF 0717PD $ TRAINING-PD 0717PD $24.00 PAL 0717PD $ AMEM CONFERENCE 0717PD $27.95 SHRED IT- CITY HALL 0717PD $ MHZ MTG 0717PD $45.00 MOBILE INTERPRETAT 0717PD $9.29 EVOC TRNG 0717PD $60.95 SHRED IT- PD $2, ADM $ AGENT FEES- 2009B GO BONDS $ /19/ PPD $35.01 PHONE SERV-UTILITIES /19/ PPD $35.01 PHONE SERV-UTILITIES /19/ PPD $48.32 PHONE SERV-POOLS /19/ PPD $ PHONE SERV-PD /19/ PPD $10.02 PCRS SIGN Search Name VERIZON WIRELESS Search Name WACOSA $1, Search Name WACOSA 0717ADM $ CLEANING- CITY HALL $ Search Name WEX BANK E 7/18/ PPD $62.48 FUELS-PD Search Name WEX BANK $62.48 Search Name XCEL ENERGY Search Name XCEL ENERGY 0717PW $8, STREET LIGHTS 0717ADM $ STREET LIGHTS $9, Search Name ZIEGLER INC. Search Name ZIEGLER INC. 0717PW02 SW $ REPAIRS- SKID LOADER $ Search Name ZWIENER, SAMUEL 0717PW $50.00 BOOT ALLOWNCE Search Name ZWIENER, SAMUEL $50.00 $627,494.64

84 CITY OF SARTELL Voucher Payments-Fund Summary Adopted by the Sartell City Council this day of, /24/17 2:52 PM Page 1 Mayor Attest: Administrator FUND Descr Dr/Cr Amt GENERAL $364, PARK IMPROVEMENT $3, YOUTH PROGRAMS $ BEAUTIFICATION $3, FORFEITURE $60.00 LODGING TAX $ ECONOMIC DEVELOPMENT FUND $11, SEWER CAPACITY $84.86 PARK DISTRICT 5 $2, GO CIP BONDS 2009B $ PUBLIC IMPROVEMENT REVOLVING $10, PD EQUIPMENT FUND $50.00 STREET FUND $29, TH/50TH CAPITAL PROJECT $5, COMMUNITY CENTER PROJECT $52, CR 1/LESAUK/HERITAGE $4, PINECONE ROAD 2018 $15, CR 29 & EAST SIDE STREETS $9, TIF DISTRICT 5-2 (PHEASANT) $10, TIF DISTRICT 5-4 (REKER) $95.00 TIF DISTRICT 5-5 (BURL OAKS) $13, WATER FUND $61, SEWER FUND $26, $627,494.64

85

86

87

LETTING : CALL : 056 COUNTIES : MILLE LACS

LETTING : CALL : 056 COUNTIES : MILLE LACS S T A T E O F M I N N E S O T A PAGE : -1 NUMBER OF DAYS: 0 BRIDGE COUNT : 3 CONTRACT DESCRIPTION : GRADING, BIT PAVING & SURFACING, ROUNDABOUT, AND BRIDGES. CONTRACT LOCATION: LOCATED ON T.H. 95 AT THE

More information

BID TABULATION BID REQUEST NO

BID TABULATION BID REQUEST NO BID TABULATION BID REQUEST NO. 13-1046 1 LOWEST RESPONSIVE BIDDER Dakota Contracting Bidder: Corporation D & G Concrete Bidder: Construction, Inc. Carl V. Carlson Bidder: Company Address: 431 NORTH PHILLIPS

More information

SHORT FORM OF AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES

SHORT FORM OF AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES SHORT FORM OF AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES THIS IS AN AGREEMENT effective as of March 3, 2016 ( Effective Date ) between College Community School District ("Owner") and

More information

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders. Addendum #1 409 22nd Ave So PO Box 298 Brookings, SD 57006 Toll Free 1-855-323-6342 www.bannerassociates.com Project: Viborg Utility Improvements - 2017 Bid Date: 11:00 A.M., Local Time, March 15, 2017

More information

PART II - Prospect Street 37. 8" Ductile Iron CL52 Water Main 614 lin. ft. $ $ 49, $ $ 43, $ $ 46,050.

PART II - Prospect Street 37. 8 Ductile Iron CL52 Water Main 614 lin. ft. $ $ 49, $ $ 43, $ $ 46,050. BID TABULATION PAGE 1 OF 6 Engineer's Project Number: RI 124 Bid Deadline: Changed via addendum to July 2, 2018 at 2:00 p.m. local time BID PRE-BID ESTIMATE Kruczek Construction, Inc. Musson Bros., Inc.

More information

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following:

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following: Crushed Surfacing Base Course, per ton. The unit contract price per ton for Crushed Surfacing Top Course and Crushed Surfacing Base Course shall include the cost for all labor, materials, equipment and

More information

BID TAB PROJECT: REPLACEMENT OF ALBON ROAD BRIDGE NO. 606, PID NO BID OPEN: MAY 9, 2012 COMPLETION DATE: NOVEMBER 16, 2012

BID TAB PROJECT: REPLACEMENT OF ALBON ROAD BRIDGE NO. 606, PID NO BID OPEN: MAY 9, 2012 COMPLETION DATE: NOVEMBER 16, 2012 Page 1 BID TAB PROJECT: REPLACEMENT OF ALBON ROAD BRIDGE NO. 606, PID NO. 87786 BID OPEN: MAY 9, 2012 COMPLETION DATE: NOVEMBER 16, 2012 ROADWAY 1 201 CLEARING AND GRUBBING 1 LUMP $4,500.00 $4,500.00 $10,016.00

More information

BID TABULATION PAGE 1 OF 8

BID TABULATION PAGE 1 OF 8 BID TABULATION PAGE 1 OF 8 BID PRE-BID ESTIMATE A-1 Excavating, Inc. Maddrell Excavating, LLC Bloomer, WI Brodhead, WI BASE BID CTP P Utility Work 1. 8" SDR 35 Sanitary Sewer Main 3,656 lin. $ 69.00 $

More information

7 31 32 33 34 35 37 38 39 40 41 42 43 A G R E E M E N T Between Morrison County, The City of Pierz and Rich Prairie Sewer and Water District THIS AGREEMENT is made and entered into between Morrison

More information

WATER CHAPTER 8 PIPE INSTALLATION SYSTEM SPECIFICATIONS JUNE 2016

WATER CHAPTER 8 PIPE INSTALLATION SYSTEM SPECIFICATIONS JUNE 2016 SECTION 6 ENGINEERING STANDARDS CHAPTER 8 PIPE INSTALLATION 6.1. GENERAL CONSTRUCTION STANDARDS The following is in addition to Denver Water Engineering Standards Chapter 8 - Pipe Installation. All excavations

More information

Right of Way Permits. Contact Information:

Right of Way Permits. Contact Information: Right of Way Permits A Right-of-Way Use Permit is required for any work performed in the public right-of-way (including but not limited to sewer or water extensions, franchise utility work, storm drainage,

More information

2017 TRAIL PAVING TENDER DOCUMENT FOR. THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87

2017 TRAIL PAVING TENDER DOCUMENT FOR. THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87 2017 TRAIL PAVING TENDER DOCUMENT FOR THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87-1 - Municipal District of Bonnyville No. 87 2017 Trail Paving INVITATION TO TENDER The Municipal District of Bonnyville

More information

Village of Fife Lake 616 Bates/Box 298 Fife Lake, MI Phone: (231) Fax: (231)

Village of Fife Lake 616 Bates/Box 298 Fife Lake, MI Phone: (231) Fax: (231) Village of Fife Lake 616 Bates/Box 298 Fife Lake, MI 49633 Phone: (231)879-4291 Fax: (231)879-5153 RIGHT OF WAY PERMIT APPLICATION APPLICATION AND PERMIT TO CONSTRUCT, OPERATE, USE AND/OR MAINTAIN WITHIN

More information

SARPY COUNTY AND SARPY CITIES WASTEWATER AGENCY

SARPY COUNTY AND SARPY CITIES WASTEWATER AGENCY SARPY COUNTY AND SARPY CITIES WASTEWATER AGENCY RESOLUTION APPROVING AGREEMENT WITH HDR FOR ENGINEERING SERVICES RELATED TO THE SOUTHERN SARPY COUNTY WASTEWATER TREATMENT STUDY PHASE 2B WHEREAS, Sarpy

More information

SUBDIVISION IMPROVEMENTS AGREEMENT

SUBDIVISION IMPROVEMENTS AGREEMENT SUBDIVISION IMPROVEMENTS AGREEMENT THIS AGREEMENT, made between GLEN DEVELOPMENT COMPANY, hereinafter called the "Subdivider," and El Paso County by and through the Board of County Commissioners of El

More information

QUONSET DEVELOPMENT CORPORATION (QDC) INVITATION TO BID

QUONSET DEVELOPMENT CORPORATION (QDC) INVITATION TO BID QUONSET DEVELOPMENT CORPORATION (QDC) A BID is solicited for the following work: INVITATION TO BID Name of Project: Background & Description of Work: Pavement Repairs: Utility Connections: On-Call Pavement

More information

CITY OF SOUTH SAN FRANCISCO GRADING PERMIT APPLICATION CHECKLIST

CITY OF SOUTH SAN FRANCISCO GRADING PERMIT APPLICATION CHECKLIST CITY OF SOUTH SAN FRANCISCO GRADING PERMIT APPLICATION CHECKLIST Applicant shall provide three (3) copies of the following attachments: Geotechnical Report (Soils Report with grading specifications and

More information

Rock Chalk Park - Infrastructure Report. July 2013

Rock Chalk Park - Infrastructure Report. July 2013 Rock Chalk Park Infrastructure Report July 2013 The following report is the first monthly report for the construction of infrastructure at Rock Chalk Park. The format follows the sections outlined in the

More information

Subject: Addendum No. 1 Project #C CCE Parking Lot Replacement Phase 2 Robert Bishop Drive 4380 Richmond Road, Highland Hills, Ohio 44122

Subject: Addendum No. 1 Project #C CCE Parking Lot Replacement Phase 2 Robert Bishop Drive 4380 Richmond Road, Highland Hills, Ohio 44122 Addendum No. 1 Page One To: From: All Plan Holders of Record CT Consultants, Inc. Gene E. Arters, P.E. on behalf of Cuyahoga Community College Subject: Addendum No. 1 Project #C20166009 CCE Parking Lot

More information

Standard Form of Agreement Between Owner and Architect for a Federally Funded or Federally Insured Project

Standard Form of Agreement Between Owner and Architect for a Federally Funded or Federally Insured Project Document B108 2009 Standard Form of Agreement Between Owner and Architect for a Federally Funded or Federally Insured Project AGREEMENT made as of the in the year (In words, indicate day, month and year.)

More information

Bid No.: PO Box Cone Rd Asphalt Ave th Ave. E. Dunedin, FL Tampa, FL Tampa, FL Palmetto, FL 34221

Bid No.: PO Box Cone Rd Asphalt Ave th Ave. E. Dunedin, FL Tampa, FL Tampa, FL Palmetto, FL 34221 Bid : 7379 GENERAL 1 2 3 4 @ unit $ total $ @ unit $ total $ @ unit $ total $ @ unit $ total $ G-1.1 Mobilization 1 LS $ 450,000.00 $ 450,000.00 $ 720,000.00 $ 720,000.00 $ 750,000.00 $ 750,000.00 $ 530,000.00

More information

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2 Page 1 of 16 ITB-PW-U-15-02 Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2 ISSUE DATE: January 7, 2015 DUE DATE: January 15, 2015 at 2:00 p.m. SUBJECT: Miscellaneous Changes INTENT: This

More information

TEC Proposal: Date Issued: April 18, 2017

TEC Proposal: Date Issued: April 18, 2017 1343 Rochester Road PO Box 249 Troy, Michigan 48099-0249 (248) 588-6200 or (313) T-E-S-T-I-N-G Fax (248) 588-6232 www.testingengineers.com Date Issued:, Director 167 Fourth Street Belleville, Michigan

More information

CLAIMS ADMINISTRATION SERVICES AGREEMENT

CLAIMS ADMINISTRATION SERVICES AGREEMENT CLAIMS ADMINISTRATION SERVICES AGREEMENT This Claims Administration Services Agreement (the "Agreement") is made and entered into by and between XYZ School District ("Client") and Keenan & Associates ("Keenan").

More information

S T A T E O F M I N N E S O T A D E P A R T M E N T O F T R A N S P O R T A T I O N DATE : 05/17/00 PAGE : 1 TABULATION OF BIDS

S T A T E O F M I N N E S O T A D E P A R T M E N T O F T R A N S P O R T A T I O N DATE : 05/17/00 PAGE : 1 TABULATION OF BIDS PAGE : 1 CONTRACT DESCRIPTION : SP 03-626-17/ PLH 0399 (248) CONTRACT LOCATION: CSAH 26 WITHIN THE TAMARAC NATIONAL WILDLIFE REFUGE RECOMMENDATION: AWARD TO LOW BIDDER --------------------------------------------------------------------

More information

69889/AV/lm. Recipients of C-TRAN ITB # Fourth Plain BRT Maintenance Facility Expansion. DATE: June 25, SUBJECT: Addendum #11

69889/AV/lm. Recipients of C-TRAN ITB # Fourth Plain BRT Maintenance Facility Expansion. DATE: June 25, SUBJECT: Addendum #11 69889/AV/lm TO: Recipients of C-TRAN ITB #2015-04 Fourth Plain BRT Maintenance Facility Expansion DATE: June 25, 2015 SUBJECT: Addendum #11 C-TRAN has revised the following sections of the Invitation to

More information

AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN the Owner: (Name, legal status and address)

AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN the Owner: (Name, legal status and address) Document A134 2009 Standard Form of Agreement Between Owner and Construction Manager as Constructor where the basis of payment is the Cost of the Work Plus a Fee without a Guaranteed Maximum Price AGREEMENT

More information

CONSULTING AGREEMENT STANDARD TERMS AND CONDITIONS

CONSULTING AGREEMENT STANDARD TERMS AND CONDITIONS CONSULTING AGREEMENT STANDARD TERMS AND CONDITIONS The following Standard Terms and Conditions, together with the attached scope of services constitute the terms of the Agreement between ("Consultant")

More information

ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT UNIT PRICE AMOUNT

ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT UNIT PRICE AMOUNT Engineering Estimate R. D. Johnson Excavating Co., Inc 1 Mobilization Lump Sum 1 $ 85,000.00 $ 85,000.00 $ 18,000.00 $ 18,000.00 2 Contractor Construction Staking Lump Sum 1 $ 15,000.00 $ 15,000.00 $ 8,760.00

More information

Engineer's Preliminary Estimate - 100% Submittal

Engineer's Preliminary Estimate - 100% Submittal EA 284700 1 070010 PROGRESS SCHEDULE (CRITICAL PATH) LS 1 $ 15,000 $ 15,000 2 071325 TEMPORARY FENCE (TYPE ESA) M 1250 $ 10 $ 12,500 3 074019 PREPARE STORM WATER POLLUTION PREVENTION PLAN LS 1 $ 7,000

More information

Civil Design Consultants, Inc.

Civil Design Consultants, Inc. Civil Design Consultants, Inc. AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES Project: CLIENT: Dakota Ridge waterline replacement Dakota Ridge Homeowner s Association ENGINEER: Civil Design Consultants,

More information

AVGPR14.Y01 2/11/2014 DOES NOT INCLUDE STATE AID PROJECTS ALL ITEMS BETWEEN 12/01/13 AND 12/31/13 BY ITEM GROUP

AVGPR14.Y01 2/11/2014 DOES NOT INCLUDE STATE AID PROJECTS ALL ITEMS BETWEEN 12/01/13 AND 12/31/13 BY ITEM GROUP AVERAGE BID PRICES FOR AWARDED PROJECTS 14:48 Tuesday, February 11, 2014 1 2011 2011.601/00003 CONSTRUCTION SURVEYING LS 1 $19 $18,500.00 1 2013 2013.602/00022 ROAD/WEATHER SENSOR AND CABLE EACH 3 $32

More information

CAMIN CARGO CONTROL - TERMS AND CONDITIONS

CAMIN CARGO CONTROL - TERMS AND CONDITIONS CAMIN CARGO CONTROL - TERMS AND CONDITIONS - 2018 Unless otherwise specifically agreed to in writing, Camin Cargo Control (hereinafter called "the Company"), undertakes services in accordance with these

More information

SOFTWARE LICENSE AGREEMENT

SOFTWARE LICENSE AGREEMENT USE OF SUBMITTAL EXCHANGE ON THIS PROJECT IS GOVERNED BY THE SOFTWARE LICENSE AGREEMENT. IF SUBSCRIBER DOES NOT AGREE TO ALL OF THE TERMS AND CONDITIONS OF THIS AGREEMENT, DO NOT USE THE SERVICE. BY USING

More information

CITY OF CHINO ENGINEERING COST ESTIMATE. Quantity Unit Item Unit Total Cost Price Per Item. LS Traffic Control (5% of construction cost) 5% $

CITY OF CHINO ENGINEERING COST ESTIMATE. Quantity Unit Item Unit Total Cost Price Per Item. LS Traffic Control (5% of construction cost) 5% $ RESOLUTION NO 2015078 STREETS LS Traffic Control (5% of construction cost) 5% $ LS Clear & Grub Site (5% of construction cost) 5% $ EA Tree Removal $ 800.00 $ CY Concrete Removal $ 300.00 $ CY AC Pavement

More information

2018 Road Improvements Engineer's Project Number: LK 01 Bid Deadline: May 1, 2018 at 2:00 p.m. local time

2018 Road Improvements Engineer's Project Number: LK 01 Bid Deadline: May 1, 2018 at 2:00 p.m. local time TABULATION PAGE 1 OF 6 PRE- ESTIMATE Pitlik and Wick, Inc. CONTRACT A - BASE Highway X (Friedle Road to Dam Road) A1.1 Single Layer Chip Seal 75,100 sq. yds. $ 2.50 $ 187,750.00 $ 1.60 $ 120,160.00 $ 1.19

More information

PERMIT APPLICATION PLEASE PRINT CLEARLY AND FILL IN ALL APPLICABLE SECTIONS

PERMIT APPLICATION PLEASE PRINT CLEARLY AND FILL IN ALL APPLICABLE SECTIONS CONTRACTOR OWNER/ AGENT APPLICANT CITY OF DALY CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION 333 90 th Street, 1 st Floor, Daly City, CA 94015 Tel: (650) 991-8064 Fax: (650) 991-8243 ENGINEERING

More information

19th & Barker Roundabout / Waterline Improvement Project No. 56-CP12-901(C) Cost Breakdown

19th & Barker Roundabout / Waterline Improvement Project No. 56-CP12-901(C) Cost Breakdown 19th & Barker Roundabout / Waterline Improvement Project No. 56CP12901(C) Cost Breakdown Engineering Fees: Original Contract $ 71,861.00 Additional Services $ 8,744.00 Waterline Contract $ 17,500.00 TOTAL

More information

JANUARY 18, Reference Specifications, Attachment to Form 96 (BID FORM), Bid Proposal: Respectfully submitted,

JANUARY 18, Reference Specifications, Attachment to Form 96 (BID FORM), Bid Proposal: Respectfully submitted, ADDENDUM NO. 3 TO THE PLANS AND SPECIFICATIONS for STREET AND STORM SEWER IMPROVEMENTS ON HANCOCK AND WASHINGTON STREETS for the FRENCH LICK REDEVELOPMENT COMMISSION ORANGE COUNTY, INDIANA MEI PROJECT

More information

2015 Financial Assurance 8/6/2015 Estimate Form (with pre-plat construction)

2015 Financial Assurance 8/6/2015 Estimate Form (with pre-plat construction) 2015 Financial Assurance 8/6/2015 Estimate Form (with pre-plat construction) Project Information The Glen at Widefield Filing No. 9 PDD File: SF-185 9/25/2018 Project Name Section 1 - Grading and Erosion

More information

PAYROLL SERVICE AGREEMENT

PAYROLL SERVICE AGREEMENT PAYROLL SERVICE AGREEMENT YOUR NAME: DATE: This Payroll Services Agreement (this Agreement ) is made as of the day of, 20 for the effective service commencement date of, between Client identified above

More information

SUBCONTRACT (SHORT FORM)

SUBCONTRACT (SHORT FORM) SUBCONTRACTOR: PHONE SUBCONTRACT (SHORT FORM) PROJECT: LOCATION: This agreement is made and effective, by and between SUN CONSTRUCTION & FACILITY SERVICES, INC. (Contractor) and (Subcontractor) which are

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance CITY OF MOBILE REQUEST FOR QUOTES April 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Locations: Project Number: Service Contract - Escalator Inspections

More information

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2018 BITUMINOUS PAVING PROGRAM JUDDVILLE ROAD FROM CLINTON COUNTY LINE (MERIDIAN ROAD) TO GENESSEE COUNTY LINE (M-13) IN SHIAWASSEE COUNTY + / - 22.34 MILES

More information

Welcome to the Model Residential Owner/Design Consultant Professional Service Agreement

Welcome to the Model Residential Owner/Design Consultant Professional Service Agreement Welcome to the Model Residential Owner/Design Consultant Professional Service Agreement The Council for the Construction Law Section of the Washington State Bar Association prepared this Model Residential

More information

2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE IV SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL

2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE IV SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

AIA Document B141 TM 1997 Part

AIA Document B141 TM 1997 Part 1 AIA Document B141 TM 1997 Part Standard Form of Agreement Between Owner and Architect with Standard Form of Architect's Services TABLE OF ARTICLES 1.1 INITIAL INFORMATION 1.2 RESPONSIBILITIES OF THE

More information

Florida Forestry Service October 6, 2015 Blackwater Forestry Center Proposal No.: P Munson Hwy Milton, FL 32570

Florida Forestry Service October 6, 2015 Blackwater Forestry Center Proposal No.: P Munson Hwy Milton, FL 32570 Panama City Office 7500 McElvey Road, Suite A Panama City Beach, FL 32408 Tel: (850) 769-4773 Fax: (850) 872-9967 www.soearth.com Geotechnical, Environmental & Construction Materials Testing FL Certificate

More information

REQUEST FOR PROPOSALS ADA SIDEWALK RAMP REPLACEMENT 2019 Construction Season. SUBMITTAL DUE DATE: 2:00 p.m. on Tuesday, March 19, 2019

REQUEST FOR PROPOSALS ADA SIDEWALK RAMP REPLACEMENT 2019 Construction Season. SUBMITTAL DUE DATE: 2:00 p.m. on Tuesday, March 19, 2019 REQUEST FOR PROPOSALS ADA SIDEWALK RAMP REPLACEMENT 2019 Construction Season SUBMITTAL DUE DATE: 2:00 p.m. on Tuesday, March 19, 2019 PROPOSALS MUST BE MAILED OR DELIVERD TO: City of Kearney, Attn: Lauren

More information

TOTAL QUANTITY UNIT COST UNIT

TOTAL QUANTITY UNIT COST UNIT BASE BID DIVISION 1 - GENERAL 1 1070-206-A-0 TRAFFIC CONTROL LS 1 $ 10,000 $ 10,000 $3,000.00 $3,000.00 $5,600.00 $5,600.00 2 2010-108-B-0 CLEARING AND GRUBBING AC 5 $ 9,000 $ 45,000 $7,192.50 $35,962.50

More information

TOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number:

TOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number: TOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number: APPLICATION DATE: ADDRESS OF WORK OR ENCROACHMENT: CROSS STREET: STARTING DATE: APN: - - No. Street City/Township ESTIMATED COST: $ COMPLETION

More information

VILLAGE OF SPENCER, WISCONSIN DEMOLITION OF 108 NORTH LASALLE STREET, SPENCER, WISCONSIN (COMMERCIAL BUILDING SUBJECT TO RAZE ORDER) INVITATION TO BID

VILLAGE OF SPENCER, WISCONSIN DEMOLITION OF 108 NORTH LASALLE STREET, SPENCER, WISCONSIN (COMMERCIAL BUILDING SUBJECT TO RAZE ORDER) INVITATION TO BID VILLAGE OF SPENCER, WISCONSIN DEMOLITION OF 108 NORTH LASALLE STREET, SPENCER, WISCONSIN (COMMERCIAL BUILDING SUBJECT TO RAZE ORDER) INVITATION TO BID Sealed Bids labeled Commercial Building Demolition

More information

Film Fort Worth Filming Guidelines

Film Fort Worth Filming Guidelines Film Fort Worth Filming Guidelines Film Fort Worth Production Information Sheet I. Purpose II. III. IV. City Control Permit Requirements Application Fees V. Use of City Equipment and Personnel VI. VII.

More information

BID TABULATION REPORT ABRAM STREET (SH CITY LIMITS) PROJECT No. PWST09016 BID OPENED : April 22, 2014 at 1:30 p.m.

BID TABULATION REPORT ABRAM STREET (SH CITY LIMITS) PROJECT No. PWST09016 BID OPENED : April 22, 2014 at 1:30 p.m. PAVING IMPROVEMENTS 101 Mobilization and Bonds, LS 1 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 102 Right-of-way Preparation LS 1 $ 365,500.00

More information

Project Name, Improvement District No. Improvement District Number

Project Name, Improvement District No. Improvement District Number CONTRACT THIS AGREEMENT, made and entered into this day of, 20, between the City of Fargo (a Municipal Corporation, under the laws of North Dakota) by the City Commission, hereinafter called the City,

More information

DGR ENGINEERING Master Agreement for Professional Services Task Order Version

DGR ENGINEERING Master Agreement for Professional Services Task Order Version DGR ENGINEERING Master Agreement for Professional Services Task Order Version THIS AGREEMENT is entered into on the 7th day of March, 2016, by and between the City of Volga, South Dakota, hereinafter referred

More information

GENERAL SPECIFICIATIONS TABLE OF CONTENTS

GENERAL SPECIFICIATIONS TABLE OF CONTENTS GENERAL SPECIFICIATIONS TABLE OF CONTENTS GS.1 CONTROL OF WORK 2 GS.2 CONTRACT DRAWINGS AND SPECIFICATIONS 2 GS.3 BID SCHEDULE FORM 2 GS.4 AWARD OF CONTRACT 2 GS.5 PERMITS AND RIGHTS-OF-WAY 3 GS.6 PROSECUTION

More information

QUOTATION ONLY -- NOT AN ORDER

QUOTATION ONLY -- NOT AN ORDER QUOTATION ONLY -- NOT AN ORDER CONTRACTOR: DATE: September 11, 2018 NOTE: RE: Quotations must be received by 1:00 p.m., September 21, 2018 Pacific Daylight Time, to be considered. INSTALLATION OF UNDGROUND

More information

CONSULTING SERVICES AGREEMENT [Lump Sum]

CONSULTING SERVICES AGREEMENT [Lump Sum] MWH CONTRACT No. CONSULTING SERVICES AGREEMENT [Lump Sum] This agreement ( Agreement ), with an effective date of September 20, 2013, is by and between the CITY OF NORTH ROYALTON ( CLIENT ) and MWH Americas,

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

RICE UNIVERSITY SHORT FORM CONTRACT

RICE UNIVERSITY SHORT FORM CONTRACT RICE UNIVERSITY SHORT FORM CONTRACT This Rice University Short Form Contract (this Contract ) is entered into by and between WILLIAM MARSH RICE UNIVERSITY, a Texas non-profit corporation (the University

More information

NE WEST KINGSTON ROAD CULVERT REPLACEMENT

NE WEST KINGSTON ROAD CULVERT REPLACEMENT NE WEST KINGSTON ROAD CULVERT REPLACEMENT KITSAP COUNTY MILE POST 1.28 TO 1.44 PUBLIC WORKS BID TABULATION SECTION PREPARED: BLB LENGTH: 0.16 Mile REVISED: DATE: March 7, 2017 SCHEDULE A - ROADWAY IMPROVEMENTS

More information

Addendum 1 13 TH Street Streetscape. September 1, 2017

Addendum 1 13 TH Street Streetscape. September 1, 2017 Addendum 1 13 TH Street Streetscape September 1, 2017 ACKNOWLEDGEMENT OF RECEIPT OF THIS ADDENDUM IS NOT REQUIRED. ADDENDUMS ARE POSTED ON THE CITY WEB SITE AND PROPOSER IS RESPONSIBLE TO CHECK THIS SITE

More information

TERMS AND CONDITIONS OF SALE (REV. 11/16)

TERMS AND CONDITIONS OF SALE (REV. 11/16) TERMS AND CONDITIONS OF SALE (REV. 11/16) 1. Definitions. The term Arconic means Aerospace & Automotive Products, a business unit of Arconic Inc. The term Buyer means the individual, corporation or other

More information

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

More information

AIA Document A133 TM 2009

AIA Document A133 TM 2009 AIA Document A133 TM 2009 Standard Form of Agreement Between Owner and Construction Manager as Constructor where the basis of payment is the Cost of the Work Plus a Fee with a Guaranteed Maximum Price

More information

STANDARD TERMS AND CONDITIONS FOR THE SALE OF GOODS ALL MARKETS EXCEPT OIL AND GAS

STANDARD TERMS AND CONDITIONS FOR THE SALE OF GOODS ALL MARKETS EXCEPT OIL AND GAS STANDARD TERMS AND CONDITIONS FOR THE SALE OF GOODS ALL MARKETS EXCEPT OIL AND GAS 1. Scope of Application These terms and conditions of sale ( T&C ) apply to all sales by our company ( Supplier ) of goods

More information

TAMPA ELECTRIC COMPANY BRIGHT CHOICES Outdoor Lighting Agreement

TAMPA ELECTRIC COMPANY BRIGHT CHOICES Outdoor Lighting Agreement TAMPA ELECTRIC COMPANY BRIGHT CHOICES Outdoor Lighting Agreement Pursuant to the terms and conditions set forth in this outdoor lighting agreement (the Agreement ), Tampa Electric Company (the Company

More information

DOUKPSC04 Rev Feb 2013

DOUKPSC04 Rev Feb 2013 DOUKPSC04 Purchasing Standard conditions for the Purchase of Consultancy Services 1 DEFINITIONS In the Contract (as hereinafter defined) the following words and expressions shall have the meanings hereby

More information

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT SPECIFICATIONS FOR OLMSTED STONE ARCH BRIDGE REPAIR PROJECT CITY OF JEFFERSONTOWN, KENTUCKY CITY HALL 10416 Watterson Trail Jeffersontown, Kentucky 40299 May 28, 2013 NOTICE TO BIDDERS The City of Jeffersontown,

More information

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES On this day of, 2017, the Board of Commissioners of the Port of New Orleans hereinafter sometimes

More information

Certified Bid Tabulation Southeast Residential Community Parking Development South Dakota State University

Certified Bid Tabulation Southeast Residential Community Parking Development South Dakota State University Base Bid - Parking Lot Construction Number Grading and Surfacing Items Quantity Unit C-1 Mobilization 1 LS $ 60,000.00 $ 60,000.00 $ 82,000.00 $ 82,000.00 $ 18,255.59 $ 18,255.59 C-2 Traffic Control 1

More information

thyssenkrupp Elevator Corporation Time and Material Proposal Water Damage Work Order

thyssenkrupp Elevator Corporation Time and Material Proposal Water Damage Work Order Time and Material Proposal Water Damage Work Order July 03, 2018 Purchaser: Williamson County Facilities Location: Williamson County Facilities Address: 3101 Se Inner Loop 3101 Se Inner Loop City/State/Zip:

More information

INVITATION TO BID. CONTRACT PERIOD: The contract shall cover the County s needs for the period of July 21, 2015 through July 20, 2015.

INVITATION TO BID. CONTRACT PERIOD: The contract shall cover the County s needs for the period of July 21, 2015 through July 20, 2015. INVITATION TO BID The Etowah County Commission will, on June 22, 2015 in the Commission Chambers, 1st floor, 800 Forrest Avenue, Gadsden, AL, receive competitive bids on SUPERPAVE BITUMINOUS CONCRETE ASPHALT

More information

REQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN GENERAL INFORMATION LOOMIS PARK MASTER PLAN

REQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN GENERAL INFORMATION LOOMIS PARK MASTER PLAN REQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN Issue Date: August 1, 2016 Proposal Receipt Date: Issuing Office: August 29, 2016, 3:00 PM Parks and Recreation The City of Jackson, Michigan is requesting

More information

AIA Document B101 TM 2007

AIA Document B101 TM 2007 AIA Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AS MODIFIED BY OWNER AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect

More information

ANNEX A Standard Special Conditions For The Salvation Army

ANNEX A Standard Special Conditions For The Salvation Army ANNEX A Standard Special Conditions For The Salvation Army TO BE ATTACHED TO AIA B101-2007 EDITION ABBREVIATED STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT 1. Contract Documents. This Annex supplements,

More information

ENGINEER'S ESTIMATE OF PROBABLE COST CCTA I 680 NORTH EXPRESS LANE PROJECT (SOUTHBOUND ONLY) EA 04 4H % PS&E Submittal

ENGINEER'S ESTIMATE OF PROBABLE COST CCTA I 680 NORTH EXPRESS LANE PROJECT (SOUTHBOUND ONLY) EA 04 4H % PS&E Submittal Page: 1 of 8 (F) Description 1 050000A CONTRACTOR STAKING LS 1 $ $ 2 070030 LEAD COMPLIANCE PLAN LS 1 $ $ 3 080000A POTHOLING LS 1 $ 50,000.00 $ 50,000.00 4 080050 PROGRESS SCHEDULE (CRITICAL PATH METHOD)

More information

CUSTOMER S ACCEPTANCE OF

CUSTOMER S ACCEPTANCE OF Force Vector Master Contract for Equipment Rental and Services 1) FVI s Business. (a) Force Vector, Inc., an Illinois corporation, ( FVI ) rents various types of industrial equipment ( Rented Equipment

More information

GENERAL: WITNESSETH: That the said Contractor and the said District, for consideration hereinafter named agree as follows: DESCRIPTION OF WORK:

GENERAL: WITNESSETH: That the said Contractor and the said District, for consideration hereinafter named agree as follows: DESCRIPTION OF WORK: GENERAL: This Contract made and entered into this day of, 2013, by and between the Sundown Sanitary Sewer District, hereinafter called "District", and, hereinafter called "Contractor", duly authorized

More information

1. Agency shall perform the work described in Terms of Agreement, Parargraph 1 of this Agreement.

1. Agency shall perform the work described in Terms of Agreement, Parargraph 1 of this Agreement. b. State shall reimburse Agency one hundred (100) percent of eligible, actual costs incurred in carrying out the Project, up to the maximum amount of state funds committed for the Project. 3. Agency is

More information

Document A Standard Abbreviated Form of Agreement Between Owner and Contractor

Document A Standard Abbreviated Form of Agreement Between Owner and Contractor Document A104 2017 Standard Abbreviated Form of Agreement Between Owner and Contractor AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Owner: (Name, legal

More information

NC STATE SURPLUS PROPERTY AGENCY BID CONTRACT. RE-Bid # D05083 Bid Opening: May 8, 10:00AM

NC STATE SURPLUS PROPERTY AGENCY BID CONTRACT. RE-Bid # D05083 Bid Opening: May 8, 10:00AM Bids will be publicly opened at the NC State Surplus Property Agency (SSPA) at the time and date specified. By signature, I certify that all bidder information is accurate and I agree to the Instructions,

More information

Proudly serving the Inland Northwest for over 36 years

Proudly serving the Inland Northwest for over 36 years 1101 North Fancher Rd. Spokane Valley, WA 99212 Tel: 509.535.8841 Fax: 509.535.9589 Proudly serving the Inland Northwest for over 36 years Wandermere Estates Home Owners Association March 8, 2016 C/O Web

More information

ADDENDUM No. 1 January 29, Paving Program Village of Milford

ADDENDUM No. 1 January 29, Paving Program Village of Milford ADDENDUM No. 1 2018 Paving Program Village of Milford The following changes, additions, and/or clarifications to the Contract Documents shall be incorporated in said documents and shall be allowed for

More information

Services Agreement for Public Safety Helicopter Support 1

Services Agreement for Public Safety Helicopter Support 1 SERVICES AGREEMENT FOR PUBLIC SAFETY HELICOPTER SUPPORT BETWEEN THE CITY OF HUNTINGTON BEACH AND THE CITY OF NEWPORT BEACH This ("Agreement") is made by and between the City of Huntington Beach, a California

More information

BIDDER'S PROPOSAL TO THE HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL

BIDDER'S PROPOSAL TO THE HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL Bidders submitting proposals shall be very careful to follow all requirements in connection therewith. A checklist has been attached for guidance in complying with all phases of the bid process and project.

More information

MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water)

MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water) MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water) THIS MASTER PURCHASE AGREEMENT (this Agreement ) is made and entered into this day of, 201 (the Effective Date ), by and between

More information

January 5, Eric Koppel Custard Insurance Adjusters, Inc. PO Box Charleston, SC

January 5, Eric Koppel Custard Insurance Adjusters, Inc. PO Box Charleston, SC January 5, 2010 Eric Koppel Custard Insurance Adjusters, Inc. PO Box 22466 Charleston, SC 29413 ekoppel@custard.com Proposal for Driven Pile Vibration Analysis Ashley Hall Media Center 172 Rutledge Avenue

More information

"Payment Account" is the checking account from which bill payments will be debited.

Payment Account is the checking account from which bill payments will be debited. TERMS AND CONDITIONS OF BILL PAYER SERVICE SERVICE DEFINITIONS "Service" means the Bill Payment Service offered by Wings Financial Credit Union ( we, our, us ), through CheckFree Services Corporation.

More information

1. Advertisement for Bids: Delete with additive alternate bid items as shown on revised Advertisement for Bid.

1. Advertisement for Bids: Delete with additive alternate bid items as shown on revised Advertisement for Bid. ADDENDUM NO. 1 PROJECT: DUNHAM LIFT STATION REPLACEMENT PHASE ONE CLIENT: CITY OF ST. JOSEPH ISSUE DATE: 11/01/18 The following clarifications and changes shall be included in the Plans and Specifications

More information

C R D A Capital Region Development Authority

C R D A Capital Region Development Authority C R D A Capital Region Development Authority 100 Columbus Boulevard Suite 500 Hartford, CT 06103-2819 Tel (860) 527-0100 Fax (860) 527-0133 www.crdact.net September 26, 2018 Addendum #3 Regional Market

More information

ARTICLE RIGHT-OF-WAY RULES AND REGULATIONS

ARTICLE RIGHT-OF-WAY RULES AND REGULATIONS Page 1 of 8 ARTICLE 3.1000. RIGHT-OF-WAY RULES AND REGULATIONS Sec. 3.1001. Findings and purpose. The purpose of this article is to: (a) Assist in the management of facilities placed in, on or over the

More information

Encroachment Permit. Permit Fee: Receipt #: Bond Fee: Receipt #: Expiration Date: Phone# Mailing Address:

Encroachment Permit. Permit Fee: Receipt #: Bond Fee: Receipt #: Expiration Date: Phone# Mailing Address: A (Office Use Only) Encroachment Permit Permit #: City of Seaside Public Works 440 Harcourt Avenue Seaside, Ca 93955 Phone: (831) 899-6825, Fax: (831) 899-6211 All information except signature must be

More information

TERMS AND CONDITIONS OF TRANSPORTATION SERVICES PROVIDED BY KTI, INC., a TRANSPORTATION PROPERTY BROKER

TERMS AND CONDITIONS OF TRANSPORTATION SERVICES PROVIDED BY KTI, INC., a TRANSPORTATION PROPERTY BROKER TERMS AND CONDITIONS OF TRANSPORTATION SERVICES PROVIDED BY KTI, INC., a TRANSPORTATION PROPERTY BROKER Last Updated: May 1, 2015 All shipments to or from the SHIPPER, which shall include the exporter,

More information

2012 WATER & SEWER ALLEY CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD

2012 WATER & SEWER ALLEY CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

CHEROKEE NATION DEPARTMENT OF TRANSPORTATION UTILITY RELOCATION AGREEMENT

CHEROKEE NATION DEPARTMENT OF TRANSPORTATION UTILITY RELOCATION AGREEMENT CHEROKEE NATION DEPARTMENT OF TRANSPORTATION UTILITY RELOCATION AGREEMENT PROJECT NAME: PROJECT NO.: COUNTY: UTILITY COMPANY: THIS AGREEMENT, made and entered into by and between the Department of Transportation,

More information

33 Ditch Bottom Inlet (DBI) -Type E $ 2, EA - 0 $ - 35 Ditch Bottom Inlet (DBI) -Type H (Modified) $ 5, EA $ 5,600.

33 Ditch Bottom Inlet (DBI) -Type E $ 2, EA - 0 $ - 35 Ditch Bottom Inlet (DBI) -Type H (Modified) $ 5, EA $ 5,600. CITY OF PLANT CITY WHEELER STREET RE-ALIGNMENT Opinion of Probable Construction Costs (Final Plans) Rev 7/22/2010 Rev 8/2/2010 Rev 8/27/20012 Bid Cost per Estimated Extended Item Item Unit Units Wheeler

More information

SALEM CITY. NET METERING LICENSE AGREEMENT For Customer-Owned Electric Generating Systems of 100kW or Less

SALEM CITY. NET METERING LICENSE AGREEMENT For Customer-Owned Electric Generating Systems of 100kW or Less SALEM CITY NET METERING LICENSE AGREEMENT For Customer-Owned Electric Generating Systems of 100kW or Less This NET METERING LICENSE AGREEMENT ( Agreement ) is between ( Customer ) and Salem City ( Salem

More information