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

Similar documents
LETTING : CALL : 056 COUNTIES : MILLE LACS

BID TABULATION BID REQUEST NO

SHORT FORM OF AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES

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

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

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

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

BID TABULATION PAGE 1 OF 8


WATER CHAPTER 8 PIPE INSTALLATION SYSTEM SPECIFICATIONS JUNE 2016

Right of Way Permits. Contact Information:

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

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

SARPY COUNTY AND SARPY CITIES WASTEWATER AGENCY

SUBDIVISION IMPROVEMENTS AGREEMENT

QUONSET DEVELOPMENT CORPORATION (QDC) INVITATION TO BID

CITY OF SOUTH SAN FRANCISCO GRADING PERMIT APPLICATION CHECKLIST

Rock Chalk Park - Infrastructure Report. July 2013

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

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

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

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

TEC Proposal: Date Issued: April 18, 2017

CLAIMS ADMINISTRATION SERVICES AGREEMENT

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

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

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

CONSULTING AGREEMENT STANDARD TERMS AND CONDITIONS

ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT UNIT PRICE AMOUNT

Engineer's Preliminary Estimate - 100% Submittal

Civil Design Consultants, Inc.

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

CAMIN CARGO CONTROL - TERMS AND CONDITIONS

SOFTWARE LICENSE AGREEMENT

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

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

PERMIT APPLICATION PLEASE PRINT CLEARLY AND FILL IN ALL APPLICABLE SECTIONS

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

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

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

PAYROLL SERVICE AGREEMENT

SUBCONTRACT (SHORT FORM)

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

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

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

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

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

AIA Document B141 TM 1997 Part

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

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

TOTAL QUANTITY UNIT COST UNIT

TOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number:

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

Film Fort Worth Filming Guidelines

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

Project Name, Improvement District No. Improvement District Number

DGR ENGINEERING Master Agreement for Professional Services Task Order Version

GENERAL SPECIFICIATIONS TABLE OF CONTENTS

QUOTATION ONLY -- NOT AN ORDER

CONSULTING SERVICES AGREEMENT [Lump Sum]

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

RICE UNIVERSITY SHORT FORM CONTRACT

NE WEST KINGSTON ROAD CULVERT REPLACEMENT

Addendum 1 13 TH Street Streetscape. September 1, 2017

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

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

AIA Document A133 TM 2009

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

TAMPA ELECTRIC COMPANY BRIGHT CHOICES Outdoor Lighting Agreement

DOUKPSC04 Rev Feb 2013

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT

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

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

thyssenkrupp Elevator Corporation Time and Material Proposal Water Damage Work Order

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

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

AIA Document B101 TM 2007

ANNEX A Standard Special Conditions For The Salvation Army

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

CUSTOMER S ACCEPTANCE OF

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

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

Document A Standard Abbreviated Form of Agreement Between Owner and Contractor

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

Proudly serving the Inland Northwest for over 36 years

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

Services Agreement for Public Safety Helicopter Support 1

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

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

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

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

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

C R D A Capital Region Development Authority

ARTICLE RIGHT-OF-WAY RULES AND REGULATIONS

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

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

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

CHEROKEE NATION DEPARTMENT OF TRANSPORTATION UTILITY RELOCATION AGREEMENT

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

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

Transcription:

AGENDA Sartell City Council Special Meeting Sartell City Hall July 31, 2017 5:30 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

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 2017 4th Avenue South Improvements, according to the plans and specifications. BACKGROUND: Bids were opened for the 2017 4th 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 $2,492,156.31. 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 $2,492,156.31 is less than the Engineer s opinion of probable construct cost for the project of $2,771,295.00 and is within the City s budget for this project. Braun Intertec s proposal of $36,693.00 for 2017 4th 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

Braun Intertec Corporation 3900 Roosevelt Road, Suite 113 Saint Cloud, MN 56301 Phone: 320.253.9940 Fax: 320.253.3054 Web: braunintertec.com July 11, 2017 Proposal QTB061176 Jon Halter, PE City of Sartell 125 Pine Cone Road North Sartell, MN 56377 Re: Proposal for Construction Materials Testing Services 2017 4 th Avenue South Street & Utility Improvements SP 220-117-004 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, 2017. A revised geotechnical report prepared by WSB & Associates, dated May 18, 2016. Discussions with you. AA/EOE

City of Sartell Proposal QTB061176 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.

City of Sartell Proposal QTB061176 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.

City of Sartell Proposal QTB061176 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.

City of Sartell Proposal QTB061176 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 $36,693.00. 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.

City of Sartell Proposal QTB061176 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.

City of Sartell Proposal QTB061176 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 320.980.3177 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

Project Proposal QTB061176 2017 4th Ave. South Street & Utility Imps, SP 220-117-004 Client: City of Sartell Jon Halter 125 Pine Cone Road North Sartell, MN 56377 320-253-2171 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 $13,173.00 207 Compaction Testing - Nuclear 90.00 Hour 78.00 $7,020.00 Work Activity Detail Qty Units Hrs/Unit Extension Utilities, Storm, Sanitary, Water Main 18.00 Trips 3.00 54.00 Granular Borrow 5.00 Trips 3.00 15.00 Aggregate Base 3.00 Trips 3.00 9.00 Subgrade Preparation 4.00 Trips 3.00 12.00 209 Sample pick-up 6.00 Hour 78.00 $468.00 1318 Standard Proctor Test(ASTM D 698) 10.00 Each 185.00 $1,850.00 1162 Sieve analysis & 200 wash (ASTM C 136 & C 117) per sample 8.00 Each 132.00 $1,056.00 1688 Percent crushed (ASTM D5821), per sample 1.00 Each 82.00 $82.00 1308 Nuclear moisture-density meter charge, per hour 90.00 Each 23.00 $2,070.00 1861 CMT Trip Charge 33.00 Each 19.00 $627.00 Activity 1.2 Concrete Testing $14,022.00 261 Concrete Testing 66.00 Hour 78.00 $5,148.00 Work Activity Detail Qty Units Hrs/Unit Extension Sidewalks 1.00 Trips 3.00 3.00 Curb & Gutter 10.00 Trips 3.00 30.00 Exterior Concrete & Driveway Aprons 2.00 Trips 3.00 6.00 Sign Bases & Misc. Items 9.00 Trips 3.00 27.00 1364 Compressive strength of concrete cylinders (ASTM C 39), per specimen 66.00 Each 30.00 $1,980.00 Work Activity Detail Qty Units Hrs/Unit Extension Sidewalks 1.00 Set 3.00 3.00 Curb & Gutter 10.00 Set 3.00 30.00 Sign Basese & Misc. Items 9.00 Set 3.00 27.00 Exterior Concrete & Driveway Aprons 2.00 Set 3.00 6.00 1162 Sieve analysis & 200 wash (ASTM C 136 & C 117) per sample 12.00 Each 132.00 $1,584.00 215 Concrete Ready Mix Plant Monitoring 24.00 Hour 102.00 $2,448.00 Work Activity Detail Qty Units Hrs/Unit Extension Curb & Gutter 5.00 Trips 4.00 20.00 Driveways 1.00 Trips 4.00 4.00 278 Concrete Cylinder Pick up 25.00 Hour 78.00 $1,950.00 Work Activity Detail Qty Units Hrs/Unit Extension Cylinder Pickup 20.00 Trips 1.25 25.00 1861 CMT Trip Charge 48.00 Each 19.00 $912.00 Activity 1.3 Pavement Testing $4,966.00 1530 Asphalt Content (ASTM D 2172/6307), per sample 4.00 Each 155.00 $620.00 1532 Extracted aggregate gradation (ASTM D 5444), per sample 4.00 Each 105.00 $420.00 07/11/2017 04:33 AM Page 1 of 2

Project Proposal QTB061176 2017 4th Ave. South Street & Utility Imps, SP 220-117-004 222 Bituminous Verification Testing 21.00 Hour 102.00 $2,142.00 Work Activity Detail Qty Units Hrs/Unit Extension Bituminous Plant Monitoring 3.00 Trips 7.00 21.00 1528 Rice specific gravity (ASTM D 2041), per sample 4.00 Each 82.00 $328.00 1705 Fine Aggregate Angularity (ASTM C1252), per sample 4.00 Each 78.00 $312.00 1568 Gyratory gravity (AASHTO T312), per sample 4.00 Each 185.00 $740.00 1688 Percent crushed (ASTM D5821), per sample 4.00 Each 82.00 $328.00 1861 CMT Trip Charge 4.00 Each 19.00 $76.00 Activity 1.4 Project Management $4,532.00 226 Project Manager 15.00 Hour 167.00 $2,505.00 1230 MnDOT Final Report 1.00 Each 1,000.00 $1,000.00 228 Senior Project Manager 1.00 Hour 187.00 $187.00 238 Project Assistant 10.00 Hour 84.00 $840.00 Phase 1 Total: $36,693.00 Proposal Total: $36,693.00 07/11/2017 04:33 AM Page 2 of 2

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

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

July 20, 2017 RE: Sartell, Minnesota 2017 4 th Avenue South Street and Utility Construction Project SP No. 220-117-004 SRPF No. 7317(258) SEH No. SARTE 141095 14 Honorable Mayor and Members of the City Council c/o Mary Degiovanni, Administrator City of Sartell 125 Pinecone Road North Sartell, MN 56377 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 $2,492,156.31. A complete tabulation of bids is enclosed. Base Bid $2,335,956.31 Alternate 1 Sternberg Lighting Unit $156,200.00 Total Base Bid Plus Alternate 1 $2,492,156.31 We know of no reason the project should not be awarded to the low bidder for the amount of $2,492,156.31. 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 071817 draft.docx Engineers Architects Planners Scientists Short Elliott Hendrickson Inc., 1200 25th Avenue South, P.O. Box 1717, St. Cloud, MN 56302-1717 SEH is 100% employee-owned sehinc.com 320.229.4300 800.572.0617 888.908.8166 fax

Page 1 TABULATION OF BIDS PROJECT NO.: SARTE 141095; SP 220-117-004; MN PROJ STPF 7317(258) NAME: 2017 4TH AVENUE SOUTH OWNER: SARTELL, MN BID DATE: 10:00 A.M., FRIDAY, JULY 14, 2017 1 2 3 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 1 2021.501 1.00 LUMP SUM MOBILIZATION $150,000.00 $150,000.00 $65,000.00 $65,000.00 $45,000.00 $45,000.00 $110,000.00 $110,000.00 2 2101.501 1.87 ACRE CLEARING $2,000.00 $3,740.00 $3,100.00 $5,797.00 $3,000.00 $5,610.00 $2,800.00 $5,236.00 3 2101.502 36.00 TREE CLEARING $200.00 $7,200.00 $52.00 $1,872.00 $80.00 $2,880.00 $77.00 $2,772.00 4 2101.506 1.87 ACRE GRUBBING $2,000.00 $3,740.00 $3,100.00 $5,797.00 $2,000.00 $3,740.00 $1,900.00 $3,553.00 5 2101.507 36.00 TREE GRUBBING $200.00 $7,200.00 $52.00 $1,872.00 $55.00 $1,980.00 $50.00 $1,800.00 6 2104.501 112.00 LIN FT REMOVE PIPE CULVERTS $5.00 $560.00 $6.00 $672.00 $2.00 $224.00 $4.00 $448.00 7 2104.501 186.00 LIN FT REMOVE SANITARY SERVICE $10.00 $1,860.00 $1.00 $186.00 $8.00 $1,488.00 $0.01 $1.86 PIPE 8 2104.501 333.00 LIN FT REMOVE WATER MAIN $5.00 $1,665.00 $6.00 $1,998.00 $10.00 $3,330.00 $0.01 $3.33 9 2104.501 74.00 LIN FT REMOVE CURB & GUTTER $4.00 $296.00 $2.00 $148.00 $4.00 $296.00 $4.00 $296.00 10 2104.505 255.00 SQ YD REMOVE BITUMINOUS $4.00 $1,020.00 $3.00 $765.00 $4.00 $1,020.00 $3.00 $765.00 DRIVEWAY PAVEMENT 11 2104.505 4,311.00 SQ YD REMOVE BITUMINOUS $3.50 $15,088.50 $2.00 $8,622.00 $2.00 $8,622.00 $2.00 $8,622.00 PAVEMENT 12 2104.509 2.00 EACH REMOVE PERMANENT $300.00 $600.00 $100.00 $200.00 $10.00 $20.00 $50.00 $100.00 BARRICADES 13 2104.509 2.00 EACH REMOVE SANITARY SEWER $1,500.00 $3,000.00 $400.00 $800.00 $500.00 $1,000.00 $200.00 $400.00 MANHOLE 14 2104.509 4.00 EACH REMOVE GATE VALVE AND $300.00 $1,200.00 $100.00 $400.00 $200.00 $800.00 $30.00 $120.00 BOX 15 2104.509 1.00 EACH REMOVE LIGHT FOUNDATION $500.00 $500.00 $600.00 $600.00 $500.00 $500.00 $700.00 $700.00 16 2104.509 1.00 EACH REMOVE LIGHTING UNIT $500.00 $500.00 $250.00 $250.00 $220.00 $220.00 $700.00 $700.00 17 2104.513 489.00 LIN FT SAWING BITUMINOUS $4.00 $1,956.00 $2.00 $978.00 $3.00 $1,467.00 $3.00 $1,467.00 PAVEMENT 18 2104.521 1,074.00 LIN FT SALVAGE CHAIN LINK FENCE $10.00 $10,740.00 $2.00 $2,148.00 $5.00 $5,370.00 $5.00 $5,370.00 19 2104.523 1.00 EACH SALVAGE VEHICULAR GATE $1,000.00 $1,000.00 $500.00 $500.00 $1,000.00 $1,000.00 $500.00 $500.00 20 2104.523 2.00 EACH SALVAGE HYDRANT $500.00 $1,000.00 $400.00 $800.00 $500.00 $1,000.00 $200.00 $400.00 21 2104.523 1.00 EACH SALVAGE SIGN $100.00 $100.00 $25.00 $25.00 $75.00 $75.00 $25.00 $25.00 22 2104.523 2.00 EACH SALVAGE MAIL BOX SUPPORT $100.00 $200.00 $50.00 $100.00 $50.00 $100.00 $25.00 $50.00 23 2105.501 17,066.00 CU YD COMMON EXCAVATION (P) $5.00 $85,330.00 $6.00 $102,396.00 $5.68 $96,934.88 $6.00 $102,396.00 24 2105.505 2,730.00 CU YD MUCK EXCAVATION $8.00 $21,840.00 $5.00 $13,650.00 $6.00 $16,380.00 $6.00 $16,380.00 25 2105.507 1,600.00 CU YD SUBGRADE EXCAVATION (P) $7.00 $11,200.00 $5.00 $8,000.00 $4.80 $7,680.00 $4.00 $6,400.00 26 2105.511 1,322.00 CU YD POND EXCAVATION (P) $8.00 $10,576.00 $5.00 $6,610.00 $10.00 $13,220.00 $6.00 $7,932.00 27 2105.521 40,668.00 CU YD GRANULAR BORROW (CV) $10.00 $406,680.00 $11.00 $447,348.00 $11.65 $473,782.20 $12.00 $488,016.00 28 2105.522 14,194.00 CU YD SELECT GRANULAR BORROW (CV) $12.00 $170,328.00 $11.00 $156,134.00 $11.65 $165,360.10 $12.00 $170,328.00 29 2105.601 1.00 LUMP SUM DEWATERING $50,000.00 $50,000.00 $0.01 $0.01 $0.01 $0.01 $20,000.00 $20,000.00 30 2105.604 20,551.00 SQ YD GEOTEXTILE FABRIC TYPE V $1.50 $30,826.50 $1.25 $25,688.75 $2.00 $41,102.00 $1.10 $22,606.10 31 2123.61 20.00 HOUR STREET SWEEPER (WITH $150.00 $3,000.00 $120.00 $2,400.00 $120.00 $2,400.00 $100.00 $2,000.00 PICKUP BROOM) 32 2211.503 5,472.00 CU YD AGGREGATE BASE (CV) $22.00 $120,384.00 $20.00 $109,440.00 $20.50 $112,176.00 $22.00 $120,384.00 CLASS 5 33 2357.502 889.00 GAL BITUMINOUS MATERIAL FOR $2.50 $2,222.50 $0.01 $8.89 $0.01 $8.89 $0.01 $8.89 TACK COAT 34 2360.501 2,199.00 TON TYPE SP 9.5 WEARING $64.00 $140,736.00 $54.20 $119,185.80 $55.00 $120,945.00 $54.00 $118,746.00 COURSE MIX (3,C) 35 2360.502 2,199.00 TON TYPE SP 12.5 NON WEAR $66.00 $145,134.00 $51.20 $112,588.80 $52.00 $114,348.00 $51.00 $112,149.00 COURSE MIX (3,C) 36 2360.503 632.00 TON TYPE SP 9.5 WEARING $65.00 $41,080.00 $60.20 $38,046.40 $61.00 $38,552.00 $60.00 $37,920.00 COURSE MIX (2,B) 2.5" THICK 37 2451.609 670.00 TON GRANULAR FOUNDATION $13.50 $9,045.00 $0.01 $6.70 $15.00 $10,050.00 $10.00 $6,700.00 AND/OR BEDDING 38 2501.515 8.00 EACH 12" RC PIPE APRON $350.00 $2,800.00 $650.00 $5,200.00 $500.00 $4,000.00 $600.00 $4,800.00 39 2501.515 6.00 EACH 15" RC PIPE APRON $400.00 $2,400.00 $700.00 $4,200.00 $550.00 $3,300.00 $700.00 $4,200.00 Short Elliott Hendrickson Inc., 1200 25th Avenue South, P.O. Box 1717, St. Cloud, MN 56302-1717 SEH is 100% employee-owned www.sehinc.com 320.229.4300 800.572.0617 888.908.8166 fax 7/14/2017

Page 2 TABULATION OF BIDS PROJECT NO.: SARTE 141095; SP 220-117-004; MN PROJ STPF 7317(258) NAME: 2017 4TH AVENUE SOUTH OWNER: SARTELL, MN BID DATE: 10:00 A.M., FRIDAY, JULY 14, 2017 1 2 3 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 40 2501.515 2.00 EACH 18" RC PIPE APRON $500.00 $1,000.00 $750.00 $1,500.00 $650.00 $1,300.00 $800.00 $1,600.00 41 2501.515 5.00 EACH 24" RC PIPE APRON $700.00 $3,500.00 $1,000.00 $5,000.00 $750.00 $3,750.00 $1,200.00 $6,000.00 42 2501.525 2.00 EACH 28" SPAN RC PIPE-ARCH $1,000.00 $2,000.00 $1,050.00 $2,100.00 $850.00 $1,700.00 $1,300.00 $2,600.00 APRON 43 2501.525 2.00 EACH 36" SPAN RC PIPE-ARCH $1,500.00 $3,000.00 $1,400.00 $2,800.00 $1,100.00 $2,200.00 $1,700.00 $3,400.00 APRON 44 2501.525 1.00 EACH 44" SPAN RC PIPE-ARCH $1,800.00 $1,800.00 $2,000.00 $2,000.00 $1,400.00 $1,400.00 $2,000.00 $2,000.00 APRON 45 2502.541 7,760.00 LIN FT 4" PERF PE PIPE DRAIN $5.00 $38,800.00 $3.00 $23,280.00 $3.50 $27,160.00 $4.00 $31,040.00 46 2503.603 110.00 LIN FT 6" PVC SANITARY SERVICE $25.00 $2,750.00 $24.00 $2,640.00 $20.00 $2,200.00 $18.00 $1,980.00 PIPE 47 2503.511 1,752.00 LIN FT 8" PVC PIPE SEWER $34.00 $59,568.00 $30.00 $52,560.00 $38.00 $66,576.00 $39.00 $68,328.00 48 2503.511 150.00 LIN FT 10" PVC PIPE SEWER $34.00 $5,100.00 $38.50 $5,775.00 $45.00 $6,750.00 $45.00 $6,750.00 49 2503.521 171.00 LIN FT 28" SPAN RC PIPE-ARCH $40.00 $6,840.00 $67.50 $11,542.50 $82.00 $14,022.00 $85.00 $14,535.00 SEWER CLASS IIA 50 2503.521 13.00 LIN FT 36" SPAN RC PIPE-ARCH $45.00 $585.00 $104.00 $1,352.00 $110.00 $1,430.00 $95.00 $1,235.00 SEWER CLASS IIA 51 2503.521 117.00 LIN FT 44" SPAN RC PIPE-ARCH $55.00 $6,435.00 $110.00 $12,870.00 $130.00 $15,210.00 $100.00 $11,700.00 SEWER CLASS IIA 52 2503.541 1,730.00 LIN FT 12" RC PIPE SEWER DESIGN $30.00 $51,900.00 $30.00 $51,900.00 $34.00 $58,820.00 $30.00 $51,900.00 3006 CLASS V 53 2503.541 742.00 LIN FT 15" RC PIPE SEWER DESIGN $32.00 $23,744.00 $32.00 $23,744.00 $38.00 $28,196.00 $31.00 $23,002.00 3006 CLASS V 54 2503.541 854.00 LIN FT 18" RC PIPE SEWER DESIGN $34.00 $29,036.00 $35.00 $29,890.00 $42.00 $35,868.00 $32.00 $27,328.00 3006 CLASS III 55 2503.541 241.00 LIN FT 24" RC PIPE SEWER DESIGN $35.00 $8,435.00 $41.50 $10,001.50 $48.00 $11,568.00 $40.00 $9,640.00 3006 CLASS III 56 2503.602 4.00 EACH CONNECT TO EXISTING $2,500.00 $10,000.00 $1,800.00 $7,200.00 $1,000.00 $4,000.00 $1,500.00 $6,000.00 SANITARY SEWER 57 2503.602 1.00 EACH CONNECT TO EXISTING $1,500.00 $1,500.00 $1,000.00 $1,000.00 $1,000.00 $1,000.00 $1,500.00 $1,500.00 STORM SEWER MANHOLE 58 2503.602 2.00 EACH CONNECT TO EXISTING $1,000.00 $2,000.00 $100.00 $200.00 $150.00 $300.00 $200.00 $400.00 SANITARY SEWER SERVICE 59 2503.602 2.00 EACH 8"X6" PVC WYE $300.00 $600.00 $300.00 $600.00 $250.00 $500.00 $500.00 $1,000.00 60 2503.602 3.00 EACH MANHOLE COATING $1,500.00 $4,500.00 $2,200.00 $6,600.00 $2,500.00 $7,500.00 $2,000.00 $6,000.00 61 2503.603 1,652.00 LIN FT VIDEO TAPE PIPE SEWER $1.50 $2,478.00 $1.50 $2,478.00 $1.80 $2,973.60 $1.15 $1,899.80 62 2504.601 1.00 LUMP SUM TEMPORARY WATER SERVICE $5,000.00 $5,000.00 $2,000.00 $2,000.00 $500.00 $500.00 $0.01 $0.01 63 2504.602 2.00 EACH CONNECT TO EXISTING $1,500.00 $3,000.00 $2,150.00 $4,300.00 $3,750.00 $7,500.00 $1,500.00 $3,000.00 WATER MAIN 64 2504.602 1.00 EACH CONNECT TO EXISTING $750.00 $750.00 $400.00 $400.00 $200.00 $200.00 $1,000.00 $1,000.00 WATER SERVICE 65 2504.602 9.00 EACH HYDRANT $3,800.00 $34,200.00 $4,250.00 $38,250.00 $3,550.00 $31,950.00 $4,000.00 $36,000.00 66 2504.602 9.00 EACH 6" GATE VALVE AND BOX $1,500.00 $13,500.00 $1,200.00 $10,800.00 $1,500.00 $13,500.00 $1,300.00 $11,700.00 67 2504.602 7.00 EACH 8" GATE VALVE AND BOX $1,800.00 $12,600.00 $1,600.00 $11,200.00 $1,900.00 $13,300.00 $1,600.00 $11,200.00 68 2504/602 9.00 EACH 12" GATE VALVE AND BOX $3,000.00 $27,000.00 $2,800.00 $25,200.00 $3,100.00 $27,900.00 $2,700.00 $24,300.00 69 2504.603 241.00 LIN FT 6" WATERMAIN DUCTILE IRON $28.00 $6,748.00 $36.25 $8,736.25 $28.00 $6,748.00 $32.00 $7,712.00 CL 52 70 2504.603 412.00 LIN FT 8" WATERMAIN DUCTILE IRON $32.00 $13,184.00 $41.50 $17,098.00 $32.00 $13,184.00 $36.00 $14,832.00 CL 52 71 2504.603 3,911.00 LIN FT 12" WATERMAIN DUCTILE $42.00 $164,262.00 $40.25 $157,417.75 $38.00 $148,618.00 $39.00 $152,529.00 IRON CL 50 72 2504.604 75.00 SQ YD 4" INSULATION $20.00 $1,500.00 $40.00 $3,000.00 $38.00 $2,850.00 $25.00 $1,875.00 73 2504.608 3,500.00 POUND DUCTILE IRON FITTINGS $8.00 $28,000.00 $7.30 $25,550.00 $6.00 $21,000.00 $8.00 $28,000.00 74 2506.501 125.00 LIN FT CONSTRUCT SANITARY MANHOLE 75 2506.502 3.00 EACH CONSTRUCT DRAINAGE STRUCTURE DES SPEC 1 76 2506.502 26.00 EACH CONSTRUCT DRAINAGE STRUCTURE DES H 77 2506.502 30.00 EACH CONSTRUCT DRAINAGE STRUCTURE DES 48-4020 78 2506.502 1.00 EACH CONSTRUCT DRAINAGE STRUCTURE DES 60-4020 79 2506.502 1.00 EACH CONSTRUCT DRAINAGE STRUCTURE DES 72-4020 $250.00 $31,250.00 $215.00 $26,875.00 $160.00 $20,000.00 $200.00 $25,000.00 $8,000.00 $24,000.00 $5,450.00 $16,350.00 $3,850.00 $11,550.00 $4,700.00 $14,100.00 $2,000.00 $52,000.00 $1,600.00 $41,600.00 $1,550.00 $40,300.00 $1,400.00 $36,400.00 $2,400.00 $72,000.00 $2,100.00 $63,000.00 $2,000.00 $60,000.00 $2,300.00 $69,000.00 $2,800.00 $2,800.00 $2,750.00 $2,750.00 $3,000.00 $3,000.00 $3,000.00 $3,000.00 $3,000.00 $3,000.00 $3,150.00 $3,150.00 $3,400.00 $3,400.00 $3,800.00 $3,800.00 Short Elliott Hendrickson Inc., 1200 25th Avenue South, P.O. Box 1717, St. Cloud, MN 56302-1717 SEH is 100% employee-owned www.sehinc.com 320.229.4300 800.572.0617 888.908.8166 fax 7/14/2017

Page 3 TABULATION OF BIDS PROJECT NO.: SARTE 141095; SP 220-117-004; MN PROJ STPF 7317(258) NAME: 2017 4TH AVENUE SOUTH OWNER: SARTELL, MN BID DATE: 10:00 A.M., FRIDAY, JULY 14, 2017 1 2 3 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 80 2506.502 1.00 EACH CONSTRUCT DRAINAGE $3,500.00 $3,500.00 $4,200.00 $4,200.00 $4,200.00 $4,200.00 $4,500.00 $4,500.00 STRUCTURE DES 84-4020 81 2506.522 1.00 EACH ADJUST FRAME & RING $300.00 $300.00 $300.00 $300.00 $300.00 $300.00 $700.00 $700.00 CASTING 82 2506.602 69.00 EACH CHIMNEY SEAL $250.00 $17,250.00 $200.00 $13,800.00 $250.00 $17,250.00 $140.00 $9,660.00 83 2506.602 7.00 EACH CASTING ASSEMBLY $250.00 $1,750.00 $550.00 $3,850.00 $625.00 $4,375.00 $280.00 $1,960.00 (SANITARY) 84 2511.501 125.40 CU YD RANDOM RIPRAP CLASS III $60.00 $7,524.00 $80.00 $10,032.00 $65.00 $8,151.00 $40.00 $5,016.00 85 2521.501 176.00 SQ FT 6" CONCRETE WALK $6.00 $1,056.00 $9.00 $1,584.00 $8.50 $1,496.00 $8.00 $1,408.00 86 2531.501 7,760.00 LIN FT CONCRETE CURB AND $12.00 $93,120.00 $12.50 $97,000.00 $13.00 $100,880.00 $12.30 $95,448.00 GUTTER DESIGN B618 87 2531.503 814.00 SQ YD CONCRETE MEDIAN $30.00 $24,420.00 $30.00 $24,420.00 $29.00 $23,606.00 $27.50 $22,385.00 88 2531.507 122.00 SQ YD 8" CONCRETE DRIVEWAY $50.00 $6,100.00 $59.00 $7,198.00 $62.00 $7,564.00 $58.50 $7,137.00 PAVEMENT 89 2531.618 20.00 SQ FT TRUNCATED DOMES $50.00 $1,000.00 $48.00 $960.00 $50.00 $1,000.00 $47.00 $940.00 90 2540.602 2.00 EACH INSTALL MAIL BOX SUPPORT $150.00 $300.00 $75.00 $150.00 $150.00 $300.00 $75.00 $150.00 91 2545.515 26.00 EACH LIGHT FOUNDATION DESIGN $775.00 $20,150.00 $665.00 $17,290.00 $700.00 $18,200.00 $900.00 $23,400.00 E MODIFIED 92 2545.523 7,600.00 LIN FT 2" NON-METALLIC CONDUIT $6.00 $45,600.00 $3.65 $27,740.00 $3.75 $28,500.00 $3.25 $24,700.00 93 2545.531 47,250.00 LIN FT UNDERGROUND WIRE 1 $1.70 $80,325.00 $0.95 $44,887.50 $1.00 $47,250.00 $1.30 $61,425.00 COND NO 4 94 2545.531 4,320.00 LIN FT UNDERGROUND WIRE 1 $1.00 $4,320.00 $0.30 $1,296.00 $0.35 $1,512.00 $0.60 $2,592.00 COND NO 12 95 2545.541 1.00 EACH SERVICE CABINET $6,300.00 $6,300.00 $3,400.00 $3,400.00 $3,500.00 $3,500.00 $4,000.00 $4,000.00 96 2545.544 1.00 EACH SERVICE EQUIPMENT $1,400.00 $1,400.00 $1,000.00 $1,000.00 $1,000.00 $1,000.00 $2,500.00 $2,500.00 97 2545.545 1.00 EACH EQUIPMENT PAD $1,350.00 $1,350.00 $700.00 $700.00 $750.00 $750.00 $800.00 $800.00 98 2545.553 1.00 EACH HANDHOLE $900.00 $900.00 $1,600.00 $1,600.00 $1,750.00 $1,750.00 $800.00 $800.00 99 2557.602 1.00 EACH INSTALL SALVAGED $5,000.00 $5,000.00 $1,000.00 $1,000.00 $1,500.00 $1,500.00 $1,800.00 $1,800.00 VEHICULAR GATE 100 2557.603 1,074.00 LIN FT INSTALL SALVAGED FENCE $15.00 $16,110.00 $12.00 $12,888.00 $15.00 $16,110.00 $15.00 $16,110.00 101 2563.601 1.00 LUMP SUM TRAFFIC CONTROL $5,000.00 $5,000.00 $2,000.00 $2,000.00 $2,000.00 $2,000.00 $1,800.00 $1,800.00 102 2563.531 131.00 SQ FT SIGN PANELS TYPE C $35.00 $4,585.00 $31.00 $4,061.00 $33.00 $4,323.00 $31.00 $4,061.00 103 2564.531 6.00 SQ FT SIGN PANELS TYPE D $35.00 $210.00 $35.00 $210.00 $35.00 $210.00 $34.00 $204.00 104 2564.602 1.00 EACH INSTALL SALVAGED SIGN $150.00 $150.00 $100.00 $100.00 $150.00 $150.00 $150.00 $150.00 105 2573.502 8,095.00 LIN FT SILT FENCE, TYPE MS $1.50 $12,142.50 $1.78 $14,409.10 $1.85 $14,975.75 $1.75 $14,166.25 106 2573.53 58.00 EACH STORM DRAIN INLET $150.00 $8,700.00 $70.00 $4,060.00 $110.00 $6,380.00 $200.00 $11,600.00 PROTECTION 107 2573.533 1,315.00 LIN FT SEDIMENT CONTROL LOG TYPE WOOD FIBER $4.00 $5,260.00 $2.45 $3,221.75 $2.50 $3,287.50 $2.40 $3,156.00 108 2573.535 1.00 LUMP SUM STABILIZED CONSTRUCTION EXIT $1,500.00 $1,500.00 $800.00 $800.00 $2,000.00 $2,000.00 $1,800.00 $1,800.00 109 2574.508 1,100.00 POUND FERTILIZER TYPE 1 $1.00 $1,100.00 $0.55 $605.00 $0.55 $605.00 $0.55 $605.00 110 2574.508 543.00 POUND FERTILIZER TYPE 3 $1.00 $543.00 $0.75 $407.25 $0.75 $407.25 $0.75 $407.25 111 2574.508 437.00 POUND FERTILIZER TYPE 4 $1.00 $437.00 $0.80 $349.60 $0.80 $349.60 $0.80 $349.60 112 2575.501 5.50 ACRE SEEDING $250.00 $1,375.00 $460.00 $2,530.00 $500.00 $2,750.00 $450.00 $2,475.00 113 2575.501 5.50 ACRE SEEDING (TEMPORARY) $500.00 $2,750.00 $180.00 $990.00 $200.00 $1,100.00 $175.00 $962.50 114 2575.502 155.00 POUND SEED MIXTURE 21-111 $3.50 $542.50 $2.00 $310.00 $2.00 $310.00 $1.95 $302.25 115 2575.502 95.00 POUND SEED MIXTURE 25-121 $3.50 $332.50 $4.00 $380.00 $4.00 $380.00 $3.90 $370.50 116 2575.502 335.00 POUND SEED MIXTURE 32-241 $6.00 $2,010.00 $8.35 $2,797.25 $8.50 $2,847.50 $8.20 $2,747.00 117 2575.502 58.00 POUND SEED MIXTURE 33-261 $6.00 $348.00 $22.00 $1,276.00 $23.00 $1,334.00 $21.65 $1,255.70 118 2575.523 12,963.00 SQ YD EROSION CONTROL BLANKETS CATEGORY 3 119 2575.572 2,000.00 SQ YD RAPID STABILIZATION METHOD 4 $2.00 $25,926.00 $1.27 $16,463.01 $1.30 $16,851.90 $1.25 $16,203.75 $2.00 $4,000.00 $1.27 $2,540.00 $1.30 $2,600.00 $1.25 $2,500.00 Short Elliott Hendrickson Inc., 1200 25th Avenue South, P.O. Box 1717, St. Cloud, MN 56302-1717 SEH is 100% employee-owned www.sehinc.com 320.229.4300 800.572.0617 888.908.8166 fax 7/14/2017

Page 4 TABULATION OF BIDS PROJECT NO.: SARTE 141095; SP 220-117-004; MN PROJ STPF 7317(258) NAME: 2017 4TH AVENUE SOUTH OWNER: SARTELL, MN BID DATE: 10:00 A.M., FRIDAY, JULY 14, 2017 1 2 3 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 120 2575.56 16,200.00 POUND HYDRAULIC BONDED FIBER $1.50 $24,300.00 $0.92 $14,904.00 $0.95 $15,390.00 $0.91 $14,742.00 MATRIX 121 2575.56 9,300.00 POUND HYDRAULIC STABILIZED $1.00 $9,300.00 $1.07 $9,951.00 $1.10 $10,230.00 $1.05 $9,765.00 FIBER MATRIX 122 2582.501 320.00 SQ FT PAVEMENT MESSAGE PAINT $20.00 $6,400.00 $5.10 $1,632.00 $5.25 $1,680.00 $5.00 $1,600.00 123 2582.501 320.00 SQ FT PAVEMENT MESSAGE EPOXY $20.00 $6,400.00 $6.65 $2,128.00 $6.80 $2,176.00 $6.50 $2,080.00 124 2582.502 15,025.00 LIN FT 4" SOLID LINE PAINT $0.25 $3,756.25 $0.20 $3,005.00 $0.20 $3,005.00 $0.18 $2,704.50 125 2582.502 75.00 LIN FT 24" SOLID LINE PAINT $4.00 $300.00 $3.25 $243.75 $3.15 $236.25 $3.00 $225.00 126 2582.502 1,850.00 LIN FT 4" BROKEN LINE PAINT $0.25 $462.50 $0.20 $370.00 $0.20 $370.00 $0.18 $333.00 127 2582.502 250.00 LIN FT 4" DOUBLE SOLID LINE PAINT $0.50 $125.00 $0.40 $100.00 $0.40 $100.00 $0.36 $90.00 128 2582.502 15,025.00 LIN FT 4" SOLID LINE EPOXY $0.25 $3,756.25 $0.30 $4,507.50 $0.35 $5,258.75 $0.29 $4,357.25 129 2582.502 75.00 LIN FT 24" SOLID LINE EPOXY $4.00 $300.00 $6.15 $461.25 $6.25 $468.75 $6.00 $450.00 130 2582.502 1,850.00 LIN FT 4" BROKEN LINE EPOXY $0.25 $462.50 $0.30 $555.00 $0.35 $647.50 $0.29 $536.50 131 2582.502 250.00 LIN FT 4" DOUBLE SOLID LINE EPOXY $0.50 $125.00 $0.60 $150.00 $0.65 $162.50 $0.58 $145.00 ALTERNATE 1 - STERNBERG LIGHTING UNIT. TOTAL BASE BID $2,697,486.50 $2,335,956.31 $2,417,684.93 $2,497,156.04 132 2545.511 1.00 EACH LIGHTING UNIT TYPE SPECIAL $6,500.00 $6,500.00 $8,700.00 $8,700.00 $9,000.00 $9,000.00 $8,647.80 $8,647.80 1. STERNBERG LIGHTING 133 2545.511 25.00 EACH LIGHTING UNIT TYPE SPECIAL $4,500.00 $112,500.00 $5,900.00 $147,500.00 $6,000.00 $150,000.00 $5,988.50 $149,712.50 2. STERNBERG LIGHTING TOTAL ALTERNATE 1 $119,000.00 $156,200.00 $159,000.00 $158,360.30 ALTERNATE 2 - HALOPHANE LIGHTING UNIT. 134 2545.511 1.00 EACH LIGHTING UNIT TYPE SPECIAL $6,500.00 $6,500.00 $7,600.00 $7,600.00 $8,000.00 $8,000.00 $8,789.90 $8,789.90 1. HALOPHANE LIGHTING 135 2545.511 25.00 EACH LIGHTING UNIT TYPE SPECIAL $4,500.00 $112,500.00 $6,000.00 $150,000.00 $6,100.00 $152,500.00 $6,445.25 $161,131.25 2. HALOPHANE LIGHTING TOTAL ALTERNATE 2 $119,000.00 $157,600.00 $160,500.00 $169,921.15 SUMMARY BASE BID $2,697,486.50 $2,335,956.31 $2,417,684.93 $2,497,156.04 BASE BID PLUS ALTERNATE 1 $2,816,486.50 $2,492,156.31 $2,576,684.93 $2,655,516.34 BASE BID PLUS ALTERNATE 2 $2,816,486.50 $2,493,556.31 $2,578,184.93 $2,667,077.19 P:\PT\S\SARTE\141095\6-bid-const\Bidding\[Bid Tabulation.xlsx]BIDTAB Short Elliott Hendrickson Inc., 1200 25th Avenue South, P.O. Box 1717, St. Cloud, MN 56302-1717 SEH is 100% employee-owned www.sehinc.com 320.229.4300 800.572.0617 888.908.8166 fax 7/14/2017

Page 5 TABULATION OF BIDS PROJECT NO.: SARTE 141095; SP 220-117-004; MN PROJ ST NAME: 2017 4TH AVENUE SOUTH OWNER: SARTELL, MN BID DATE: 10:00 A.M., FRIDAY, JULY 14, 2017 4 5 6 7 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 1 2021.501 1.00 LUMP SUM MOBILIZATION 2 2101.501 1.87 ACRE CLEARING 3 2101.502 36.00 TREE CLEARING 4 2101.506 1.87 ACRE GRUBBING 5 2101.507 36.00 TREE GRUBBING 6 2104.501 112.00 LIN FT REMOVE PIPE CULVERTS 7 2104.501 186.00 LIN FT REMOVE SANITARY SERVICE PIPE 8 2104.501 333.00 LIN FT REMOVE WATER MAIN 9 2104.501 74.00 LIN FT REMOVE CURB & GUTTER 10 2104.505 255.00 SQ YD REMOVE BITUMINOUS DRIVEWAY PAVEMENT 11 2104.505 4,311.00 SQ YD REMOVE BITUMINOUS PAVEMENT 12 2104.509 2.00 EACH REMOVE PERMANENT BARRICADES 13 2104.509 2.00 EACH REMOVE SANITARY SEWER MANHOLE 14 2104.509 4.00 EACH REMOVE GATE VALVE AND BOX 15 2104.509 1.00 EACH REMOVE LIGHT FOUNDATION 16 2104.509 1.00 EACH REMOVE LIGHTING UNIT 17 2104.513 489.00 LIN FT SAWING BITUMINOUS PAVEMENT 18 2104.521 1,074.00 LIN FT SALVAGE CHAIN LINK FENCE 19 2104.523 1.00 EACH SALVAGE VEHICULAR GATE 20 2104.523 2.00 EACH SALVAGE HYDRANT 21 2104.523 1.00 EACH SALVAGE SIGN 22 2104.523 2.00 EACH SALVAGE MAIL BOX SUPPORT 23 2105.501 17,066.00 CU YD COMMON EXCAVATION (P) 24 2105.505 2,730.00 CU YD MUCK EXCAVATION 25 2105.507 1,600.00 CU YD SUBGRADE EXCAVATION (P) 26 2105.511 1,322.00 CU YD POND EXCAVATION (P) 27 2105.521 40,668.00 CU YD GRANULAR BORROW (CV) 28 2105.522 14,194.00 CU YD SELECT GRANULAR BORROW (CV) 29 2105.601 1.00 LUMP SUM DEWATERING 30 2105.604 20,551.00 SQ YD GEOTEXTILE FABRIC TYPE V 31 2123.61 20.00 HOUR STREET SWEEPER (WITH PICKUP BROOM) 32 2211.503 5,472.00 CU YD AGGREGATE BASE (CV) CLASS 5 33 2357.502 889.00 GAL BITUMINOUS MATERIAL FOR TACK COAT 34 2360.501 2,199.00 TON TYPE SP 9.5 WEARING COURSE MIX (3,C) 35 2360.502 2,199.00 TON TYPE SP 12.5 NON WEAR COURSE MIX (3,C) 36 2360.503 632.00 TON TYPE SP 9.5 WEARING COURSE MIX (2,B) 2.5" THICK 37 2451.609 670.00 TON GRANULAR FOUNDATION AND/OR BEDDING 38 2501.515 8.00 EACH 12" RC PIPE APRON 39 2501.515 6.00 EACH 15" RC PIPE APRON $92,000.00 $92,000.00 $56,545.48 $56,545.48 $75,000.00 $75,000.00 $70,000.00 $70,000.00 $4,400.00 $8,228.00 $4,326.00 $8,089.62 $4,300.00 $8,041.00 $3,400.00 $6,358.00 $80.00 $2,880.00 $77.00 $2,772.00 $77.00 $2,772.00 $60.00 $2,160.00 $1,555.00 $2,907.85 $1,545.00 $2,889.15 $1,545.00 $2,889.15 $3,400.00 $6,358.00 $55.00 $1,980.00 $52.00 $1,872.00 $52.00 $1,872.00 $60.00 $2,160.00 $6.25 $700.00 $6.00 $672.00 $6.20 $694.40 $9.00 $1,008.00 $4.00 $744.00 $11.00 $2,046.00 $8.00 $1,488.00 $15.00 $2,790.00 $3.00 $999.00 $11.00 $3,663.00 $8.00 $2,664.00 $6.00 $1,998.00 $6.00 $444.00 $5.20 $384.80 $5.15 $381.10 $5.00 $370.00 $4.00 $1,020.00 $3.10 $790.50 $3.10 $790.50 $5.00 $1,275.00 $2.00 $8,622.00 $1.94 $8,363.34 $1.95 $8,406.45 $1.70 $7,328.70 $150.00 $300.00 $26.00 $52.00 $25.00 $50.00 $60.00 $120.00 $425.00 $850.00 $342.00 $684.00 $410.00 $820.00 $350.00 $700.00 $175.00 $700.00 $130.00 $520.00 $77.00 $308.00 $125.00 $500.00 $275.00 $275.00 $257.00 $257.00 $720.00 $720.00 $350.00 $350.00 $225.00 $225.00 $155.00 $155.00 $720.00 $720.00 $250.00 $250.00 $4.25 $2,078.25 $5.00 $2,445.00 $3.95 $1,931.55 $3.50 $1,711.50 $3.10 $3,329.40 $5.00 $5,370.00 $5.00 $5,370.00 $5.00 $5,370.00 $650.00 $650.00 $1,030.00 $1,030.00 $1,030.00 $1,030.00 $750.00 $750.00 $410.00 $820.00 $325.00 $650.00 $510.00 $1,020.00 $250.00 $500.00 $350.00 $350.00 $26.00 $26.00 $26.00 $26.00 $30.00 $30.00 $60.00 $120.00 $57.00 $114.00 $57.00 $114.00 $125.00 $250.00 $7.50 $127,995.00 $7.47 $127,483.02 $7.45 $127,141.70 $5.00 $85,330.00 $6.25 $17,062.50 $6.18 $16,871.40 $6.20 $16,926.00 $5.50 $15,015.00 $6.00 $9,600.00 $5.92 $9,472.00 $5.90 $9,440.00 $7.00 $11,200.00 $8.35 $11,038.70 $8.29 $10,959.38 $8.30 $10,972.60 $5.50 $7,271.00 $11.40 $463,615.20 $13.24 $538,444.32 $13.20 $536,817.60 $16.00 $650,688.00 $13.00 $184,522.00 $14.42 $204,677.48 $14.40 $204,393.60 $16.75 $237,749.50 $0.01 $0.01 $21,850.42 $21,850.42 $25,400.00 $25,400.00 $30,000.00 $30,000.00 $1.10 $22,606.10 $1.08 $22,195.08 $1.10 $22,606.10 $0.95 $19,523.45 $110.00 $2,200.00 $128.75 $2,575.00 $128.00 $2,560.00 $120.00 $2,400.00 $21.00 $114,912.00 $22.66 $123,995.52 $23.00 $125,856.00 $25.00 $136,800.00 $0.01 $8.89 $0.10 $88.90 $0.01 $8.89 $0.50 $444.50 $55.00 $120,945.00 $55.62 $122,308.38 $56.00 $123,144.00 $60.00 $131,940.00 $52.00 $114,348.00 $52.53 $115,513.47 $53.00 $116,547.00 $57.00 $125,343.00 $62.00 $39,184.00 $61.80 $39,057.60 $62.00 $39,184.00 $67.00 $42,344.00 $25.00 $16,750.00 $0.01 $6.70 $21.00 $14,070.00 $36.00 $24,120.00 $795.00 $6,360.00 $702.00 $5,616.00 $860.00 $6,880.00 $530.00 $4,240.00 $820.00 $4,920.00 $725.00 $4,350.00 $940.00 $5,640.00 $550.00 $3,300.00 Short Elliott Hendrickson Inc., 1200 25th Avenue South, P.O. Box 1717, St. Cloud, MN 56302-1717 SEH is 100% employee-owned www.sehinc.com 320.229.4300 800.572.0617 888.908.8166 fax 7/14/2017

Page 6 TABULATION OF BIDS PROJECT NO.: SARTE 141095; SP 220-117-004; MN PROJ ST NAME: 2017 4TH AVENUE SOUTH OWNER: SARTELL, MN BID DATE: 10:00 A.M., FRIDAY, JULY 14, 2017 4 5 6 7 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 40 2501.515 2.00 EACH 18" RC PIPE APRON 41 2501.515 5.00 EACH 24" RC PIPE APRON 42 2501.525 2.00 EACH 28" SPAN RC PIPE-ARCH APRON 43 2501.525 2.00 EACH 36" SPAN RC PIPE-ARCH APRON 44 2501.525 1.00 EACH 44" SPAN RC PIPE-ARCH APRON 45 2502.541 7,760.00 LIN FT 4" PERF PE PIPE DRAIN 46 2503.603 110.00 LIN FT 6" PVC SANITARY SERVICE PIPE 47 2503.511 1,752.00 LIN FT 8" PVC PIPE SEWER 48 2503.511 150.00 LIN FT 10" PVC PIPE SEWER 49 2503.521 171.00 LIN FT 28" SPAN RC PIPE-ARCH SEWER CLASS IIA 50 2503.521 13.00 LIN FT 36" SPAN RC PIPE-ARCH SEWER CLASS IIA 51 2503.521 117.00 LIN FT 44" SPAN RC PIPE-ARCH SEWER CLASS IIA 52 2503.541 1,730.00 LIN FT 12" RC PIPE SEWER DESIGN 3006 CLASS V 53 2503.541 742.00 LIN FT 15" RC PIPE SEWER DESIGN 3006 CLASS V 54 2503.541 854.00 LIN FT 18" RC PIPE SEWER DESIGN 3006 CLASS III 55 2503.541 241.00 LIN FT 24" RC PIPE SEWER DESIGN 3006 CLASS III 56 2503.602 4.00 EACH CONNECT TO EXISTING SANITARY SEWER 57 2503.602 1.00 EACH CONNECT TO EXISTING STORM SEWER MANHOLE 58 2503.602 2.00 EACH CONNECT TO EXISTING SANITARY SEWER SERVICE 59 2503.602 2.00 EACH 8"X6" PVC WYE 60 2503.602 3.00 EACH MANHOLE COATING 61 2503.603 1,652.00 LIN FT VIDEO TAPE PIPE SEWER 62 2504.601 1.00 LUMP SUM TEMPORARY WATER SERVICE 63 2504.602 2.00 EACH CONNECT TO EXISTING WATER MAIN 64 2504.602 1.00 EACH CONNECT TO EXISTING WATER SERVICE 65 2504.602 9.00 EACH HYDRANT 66 2504.602 9.00 EACH 6" GATE VALVE AND BOX 67 2504.602 7.00 EACH 8" GATE VALVE AND BOX 68 2504/602 9.00 EACH 12" GATE VALVE AND BOX 69 2504.603 241.00 LIN FT 6" WATERMAIN DUCTILE IRON CL 52 70 2504.603 412.00 LIN FT 8" WATERMAIN DUCTILE IRON CL 52 71 2504.603 3,911.00 LIN FT 12" WATERMAIN DUCTILE IRON CL 50 72 2504.604 75.00 SQ YD 4" INSULATION 73 2504.608 3,500.00 POUND DUCTILE IRON FITTINGS 74 2506.501 125.00 LIN FT CONSTRUCT SANITARY MANHOLE 75 2506.502 3.00 EACH CONSTRUCT DRAINAGE STRUCTURE DES SPEC 1 76 2506.502 26.00 EACH CONSTRUCT DRAINAGE STRUCTURE DES H 77 2506.502 30.00 EACH CONSTRUCT DRAINAGE STRUCTURE DES 48-4020 78 2506.502 1.00 EACH CONSTRUCT DRAINAGE STRUCTURE DES 60-4020 79 2506.502 1.00 EACH CONSTRUCT DRAINAGE STRUCTURE DES 72-4020 $860.00 $1,720.00 $760.00 $1,520.00 $1,000.00 $2,000.00 $590.00 $1,180.00 $925.00 $4,625.00 $890.00 $4,450.00 $1,500.00 $7,500.00 $690.00 $3,450.00 $1,000.00 $2,000.00 $953.00 $1,906.00 $1,600.00 $3,200.00 $800.00 $1,600.00 $1,300.00 $2,600.00 $1,262.00 $2,524.00 $2,100.00 $4,200.00 $1,100.00 $2,200.00 $1,570.00 $1,570.00 $1,690.00 $1,690.00 $2,560.00 $2,560.00 $1,500.00 $1,500.00 $6.00 $46,560.00 $6.03 $46,792.80 $6.00 $46,560.00 $4.20 $32,592.00 $20.00 $2,200.00 $29.00 $3,190.00 $40.70 $4,477.00 $64.00 $7,040.00 $44.00 $77,088.00 $30.61 $53,628.72 $50.60 $88,651.20 $27.00 $47,304.00 $49.00 $7,350.00 $30.47 $4,570.50 $54.40 $8,160.00 $47.00 $7,050.00 $86.00 $14,706.00 $80.37 $13,743.27 $78.00 $13,338.00 $75.75 $12,953.25 $110.00 $1,430.00 $125.00 $1,625.00 $103.00 $1,339.00 $105.00 $1,365.00 $126.00 $14,742.00 $120.00 $14,040.00 $121.00 $14,157.00 $120.00 $14,040.00 $35.60 $61,588.00 $37.72 $65,255.60 $31.60 $54,668.00 $29.00 $50,170.00 $37.40 $27,750.80 $38.10 $28,270.20 $33.30 $24,708.60 $32.75 $24,300.50 $40.30 $34,416.20 $41.00 $35,014.00 $38.70 $33,049.80 $35.75 $30,530.50 $48.25 $11,628.25 $55.00 $13,255.00 $44.00 $10,604.00 $46.75 $11,266.75 $1,280.00 $5,120.00 $1,327.41 $5,309.64 $1,200.00 $4,800.00 $450.00 $1,800.00 $1,200.00 $1,200.00 $650.00 $650.00 $1,550.00 $1,550.00 $1,050.00 $1,050.00 $150.00 $300.00 $229.00 $458.00 $305.00 $610.00 $400.00 $800.00 $500.00 $1,000.00 $330.00 $660.00 $460.00 $920.00 $275.00 $550.00 $2,500.00 $7,500.00 $2,394.75 $7,184.25 $2,170.00 $6,510.00 $4,000.00 $12,000.00 $1.10 $1,817.20 $2.01 $3,320.52 $1.55 $2,560.60 $1.75 $2,891.00 $5,000.00 $5,000.00 $0.01 $0.01 $1,000.00 $1,000.00 $1,000.00 $1,000.00 $1,050.00 $2,100.00 $650.00 $1,300.00 $1,400.00 $2,800.00 $1,000.00 $2,000.00 $650.00 $650.00 $836.81 $836.81 $960.00 $960.00 $750.00 $750.00 $4,350.00 $39,150.00 $4,117.67 $37,059.03 $3,980.00 $35,820.00 $4,260.00 $38,340.00 $1,360.00 $12,240.00 $1,242.03 $11,178.27 $1,600.00 $14,400.00 $1,500.00 $13,500.00 $1,740.00 $12,180.00 $1,855.73 $12,990.11 $1,965.00 $13,755.00 $1,860.00 $13,020.00 $2,760.00 $24,840.00 $2,946.21 $26,515.89 $2,900.00 $26,100.00 $2,890.00 $26,010.00 $40.00 $9,640.00 $41.28 $9,948.48 $33.00 $7,953.00 $31.25 $7,531.25 $43.00 $17,716.00 $38.95 $16,047.40 $41.00 $16,892.00 $37.25 $15,347.00 $45.00 $175,995.00 $41.56 $162,541.16 $52.50 $205,327.50 $38.00 $148,618.00 $42.00 $3,150.00 $36.08 $2,706.00 $47.00 $3,525.00 $39.00 $2,925.00 $8.75 $30,625.00 $8.59 $30,065.00 $7.70 $26,950.00 $8.40 $29,400.00 $215.00 $26,875.00 $226.49 $28,311.25 $200.00 $25,000.00 $320.00 $40,000.00 $4,500.00 $13,500.00 $4,956.34 $14,869.02 $4,600.00 $13,800.00 $4,300.00 $12,900.00 $1,800.00 $46,800.00 $1,546.53 $40,209.78 $1,600.00 $41,600.00 $1,425.00 $37,050.00 $2,200.00 $66,000.00 $2,206.37 $66,191.10 $2,060.00 $61,800.00 $1,775.00 $53,250.00 $3,050.00 $3,050.00 $2,993.91 $2,993.91 $2,500.00 $2,500.00 $2,160.00 $2,160.00 $3,725.00 $3,725.00 $3,534.74 $3,534.74 $2,900.00 $2,900.00 $3,000.00 $3,000.00 Short Elliott Hendrickson Inc., 1200 25th Avenue South, P.O. Box 1717, St. Cloud, MN 56302-1717 SEH is 100% employee-owned www.sehinc.com 320.229.4300 800.572.0617 888.908.8166 fax 7/14/2017

Page 7 TABULATION OF BIDS PROJECT NO.: SARTE 141095; SP 220-117-004; MN PROJ ST NAME: 2017 4TH AVENUE SOUTH OWNER: SARTELL, MN BID DATE: 10:00 A.M., FRIDAY, JULY 14, 2017 4 5 6 7 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 80 2506.502 1.00 EACH CONSTRUCT DRAINAGE STRUCTURE DES 84-4020 81 2506.522 1.00 EACH ADJUST FRAME & RING CASTING 82 2506.602 69.00 EACH CHIMNEY SEAL 83 2506.602 7.00 EACH CASTING ASSEMBLY (SANITARY) 84 2511.501 125.40 CU YD RANDOM RIPRAP CLASS III 85 2521.501 176.00 SQ FT 6" CONCRETE WALK 86 2531.501 7,760.00 LIN FT CONCRETE CURB AND GUTTER DESIGN B618 87 2531.503 814.00 SQ YD CONCRETE MEDIAN 88 2531.507 122.00 SQ YD 8" CONCRETE DRIVEWAY PAVEMENT 89 2531.618 20.00 SQ FT TRUNCATED DOMES 90 2540.602 2.00 EACH INSTALL MAIL BOX SUPPORT 91 2545.515 26.00 EACH LIGHT FOUNDATION DESIGN E MODIFIED 92 2545.523 7,600.00 LIN FT 2" NON-METALLIC CONDUIT 93 2545.531 47,250.00 LIN FT UNDERGROUND WIRE 1 COND NO 4 94 2545.531 4,320.00 LIN FT UNDERGROUND WIRE 1 COND NO 12 95 2545.541 1.00 EACH SERVICE CABINET 96 2545.544 1.00 EACH SERVICE EQUIPMENT 97 2545.545 1.00 EACH EQUIPMENT PAD 98 2545.553 1.00 EACH HANDHOLE 99 2557.602 1.00 EACH INSTALL SALVAGED VEHICULAR GATE 100 2557.603 1,074.00 LIN FT INSTALL SALVAGED FENCE 101 2563.601 1.00 LUMP SUM TRAFFIC CONTROL 102 2563.531 131.00 SQ FT SIGN PANELS TYPE C 103 2564.531 6.00 SQ FT SIGN PANELS TYPE D 104 2564.602 1.00 EACH INSTALL SALVAGED SIGN 105 2573.502 8,095.00 LIN FT SILT FENCE, TYPE MS 106 2573.53 58.00 EACH STORM DRAIN INLET PROTECTION 107 2573.533 1,315.00 LIN FT SEDIMENT CONTROL LOG TYPE WOOD FIBER 108 2573.535 1.00 LUMP SUM STABILIZED CONSTRUCTION EXIT 109 2574.508 1,100.00 POUND FERTILIZER TYPE 1 110 2574.508 543.00 POUND FERTILIZER TYPE 3 111 2574.508 437.00 POUND FERTILIZER TYPE 4 112 2575.501 5.50 ACRE SEEDING 113 2575.501 5.50 ACRE SEEDING (TEMPORARY) 114 2575.502 155.00 POUND SEED MIXTURE 21-111 115 2575.502 95.00 POUND SEED MIXTURE 25-121 116 2575.502 335.00 POUND SEED MIXTURE 32-241 117 2575.502 58.00 POUND SEED MIXTURE 33-261 118 2575.523 12,963.00 SQ YD EROSION CONTROL BLANKETS CATEGORY 3 119 2575.572 2,000.00 SQ YD RAPID STABILIZATION METHOD 4 $7,200.00 $7,200.00 $4,935.35 $4,935.35 $4,000.00 $4,000.00 $2,600.00 $2,600.00 $500.00 $500.00 $470.13 $470.13 $520.00 $520.00 $500.00 $500.00 $180.00 $12,420.00 $169.20 $11,674.80 $150.00 $10,350.00 $260.00 $17,940.00 $400.00 $2,800.00 $950.00 $6,650.00 $1,040.00 $7,280.00 $445.00 $3,115.00 $55.00 $6,897.00 $87.70 $10,997.58 $57.00 $7,147.80 $70.00 $8,778.00 $8.30 $1,460.80 $9.24 $1,626.24 $8.20 $1,443.20 $10.40 $1,830.40 $12.75 $98,940.00 $12.67 $98,319.20 $12.70 $98,552.00 $13.78 $106,932.80 $31.00 $25,234.00 $31.33 $25,502.62 $31.40 $25,559.60 $35.50 $28,897.00 $66.00 $8,052.00 $60.26 $7,351.72 $60.20 $7,344.40 $70.00 $8,540.00 $49.00 $980.00 $48.41 $968.20 $48.40 $968.00 $53.00 $1,060.00 $100.00 $200.00 $51.50 $103.00 $210.00 $420.00 $90.00 $180.00 $675.00 $17,550.00 $784.78 $20,404.28 $930.00 $24,180.00 $730.00 $18,980.00 $3.70 $28,120.00 $4.24 $32,224.00 $3.35 $25,460.00 $4.00 $30,400.00 $1.00 $47,250.00 $1.31 $61,897.50 $1.35 $63,787.50 $1.00 $47,250.00 $0.31 $1,339.20 $0.82 $3,542.40 $0.60 $2,592.00 $0.35 $1,512.00 $3,500.00 $3,500.00 $2,760.72 $2,760.72 $4,100.00 $4,100.00 $3,800.00 $3,800.00 $1,015.00 $1,015.00 $1,250.33 $1,250.33 $2,575.00 $2,575.00 $1,100.00 $1,100.00 $715.00 $715.00 $878.30 $878.30 $820.00 $820.00 $775.00 $775.00 $1,565.00 $1,565.00 $679.05 $679.05 $820.00 $820.00 $1,700.00 $1,700.00 $1,000.00 $1,000.00 $3,090.00 $3,090.00 $3,100.00 $3,100.00 $2,200.00 $2,200.00 $8.00 $8,592.00 $30.50 $32,757.00 $30.50 $32,757.00 $17.00 $18,258.00 $2,000.00 $2,000.00 $3,090.00 $3,090.00 $3,100.00 $3,100.00 $2,100.00 $2,100.00 $32.50 $4,257.50 $32.96 $4,317.76 $33.00 $4,323.00 $35.00 $4,585.00 $215.00 $1,290.00 $51.50 $309.00 $51.50 $309.00 $38.00 $228.00 $165.00 $165.00 $103.00 $103.00 $103.00 $103.00 $168.00 $168.00 $1.50 $12,142.50 $1.80 $14,571.00 $1.80 $14,571.00 $2.00 $16,190.00 $150.00 $8,700.00 $154.50 $8,961.00 $136.00 $7,888.00 $170.00 $9,860.00 $2.50 $3,287.50 $2.47 $3,248.05 $2.50 $3,287.50 $2.80 $3,682.00 $1,500.00 $1,500.00 $1,236.00 $1,236.00 $1,230.00 $1,230.00 $1,500.00 $1,500.00 $0.55 $605.00 $0.55 $605.00 $0.55 $605.00 $0.60 $660.00 $0.75 $407.25 $0.74 $401.82 $0.75 $407.25 $0.85 $461.55 $0.70 $305.90 $0.78 $340.86 $0.80 $349.60 $0.85 $371.45 $475.00 $2,612.50 $463.50 $2,549.25 $460.00 $2,530.00 $500.00 $2,750.00 $180.00 $990.00 $180.25 $991.38 $180.00 $990.00 $195.00 $1,072.50 $2.00 $310.00 $2.01 $311.55 $2.00 $310.00 $2.25 $348.75 $4.00 $380.00 $4.02 $381.90 $4.00 $380.00 $4.40 $418.00 $8.50 $2,847.50 $8.45 $2,830.75 $8.45 $2,830.75 $9.15 $3,065.25 $22.50 $1,305.00 $22.30 $1,293.40 $22.30 $1,293.40 $24.20 $1,403.60 $1.30 $16,851.90 $1.29 $16,722.27 $1.30 $16,851.90 $1.50 $19,444.50 $1.30 $2,600.00 $1.29 $2,580.00 $1.30 $2,600.00 $1.50 $3,000.00 Short Elliott Hendrickson Inc., 1200 25th Avenue South, P.O. Box 1717, St. Cloud, MN 56302-1717 SEH is 100% employee-owned www.sehinc.com 320.229.4300 800.572.0617 888.908.8166 fax 7/14/2017

Page 8 TABULATION OF BIDS PROJECT NO.: SARTE 141095; SP 220-117-004; MN PROJ ST NAME: 2017 4TH AVENUE SOUTH OWNER: SARTELL, MN BID DATE: 10:00 A.M., FRIDAY, JULY 14, 2017 4 5 6 7 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 120 2575.56 16,200.00 POUND HYDRAULIC BONDED FIBER MATRIX 121 2575.56 9,300.00 POUND HYDRAULIC STABILIZED FIBER MATRIX 122 2582.501 320.00 SQ FT PAVEMENT MESSAGE PAINT 123 2582.501 320.00 SQ FT PAVEMENT MESSAGE EPOXY 124 2582.502 15,025.00 LIN FT 4" SOLID LINE PAINT 125 2582.502 75.00 LIN FT 24" SOLID LINE PAINT 126 2582.502 1,850.00 LIN FT 4" BROKEN LINE PAINT 127 2582.502 250.00 LIN FT 4" DOUBLE SOLID LINE PAINT 128 2582.502 15,025.00 LIN FT 4" SOLID LINE EPOXY 129 2582.502 75.00 LIN FT 24" SOLID LINE EPOXY 130 2582.502 1,850.00 LIN FT 4" BROKEN LINE EPOXY 131 2582.502 250.00 LIN FT 4" DOUBLE SOLID LINE EPOXY TOTAL BASE BID $0.95 $15,390.00 $0.94 $15,228.00 $0.95 $15,390.00 $1.05 $17,010.00 $1.10 $10,230.00 $1.08 $10,044.00 $1.10 $10,230.00 $1.20 $11,160.00 $5.20 $1,664.00 $5.15 $1,648.00 $5.15 $1,648.00 $5.60 $1,792.00 $6.75 $2,160.00 $6.70 $2,144.00 $6.70 $2,144.00 $7.25 $2,320.00 $0.20 $3,005.00 $0.19 $2,854.75 $0.20 $3,005.00 $0.20 $3,005.00 $3.10 $232.50 $3.09 $231.75 $3.10 $232.50 $3.35 $251.25 $0.20 $370.00 $0.19 $351.50 $0.20 $370.00 $0.20 $370.00 $0.40 $100.00 $0.37 $92.50 $0.35 $87.50 $0.45 $112.50 $0.30 $4,507.50 $0.30 $4,507.50 $0.30 $4,507.50 $0.32 $4,808.00 $6.25 $468.75 $6.18 $463.50 $6.20 $465.00 $6.75 $506.25 $0.30 $555.00 $0.30 $555.00 $0.30 $555.00 $0.35 $647.50 $0.60 $150.00 $0.60 $150.00 $0.60 $150.00 $0.65 $162.50 $2,585,157.65 $2,672,407.93 $2,770,421.74 $2,774,281.70 ALTERNATE 1 - STERNBERG LIGHTING UNIT. 132 2545.511 1.00 EACH LIGHTING UNIT TYPE SPECIAL 1. STERNBERG LIGHTING 133 2545.511 25.00 EACH LIGHTING UNIT TYPE SPECIAL 2. STERNBERG LIGHTING TOTAL ALTERNATE 1 $8,750.00 $8,750.00 $9,603.12 $9,603.12 $8,775.00 $8,775.00 $9,600.00 $9,600.00 $5,900.00 $147,500.00 $6,392.42 $159,810.50 $6,075.00 $151,875.00 $6,500.00 $162,500.00 $156,250.00 $169,413.62 $160,650.00 $172,100.00 ALTERNATE 2 - HALOPHANE LIGHTING UNIT. 134 2545.511 1.00 EACH LIGHTING UNIT TYPE SPECIAL 1. HALOPHANE LIGHTING 135 2545.511 25.00 EACH LIGHTING UNIT TYPE SPECIAL 2. HALOPHANE LIGHTING TOTAL ALTERNATE 2 $7,650.00 $7,650.00 $9,773.89 $9,773.89 $8,900.00 $8,900.00 $8,500.00 $8,500.00 $6,000.00 $150,000.00 $6,899.34 $172,483.50 $6,500.00 $162,500.00 $6,600.00 $165,000.00 $157,650.00 $182,257.39 $171,400.00 $173,500.00 SUMMARY BASE BID BASE BID PLUS ALTERNATE 1 BASE BID PLUS ALTERNATE 2 $2,585,157.65 $2,672,407.93 $2,770,421.74 $2,774,281.70 $2,741,407.65 $2,841,821.55 $2,931,071.74 $2,946,381.70 $2,742,807.65 $2,854,665.32 $2,941,821.74 $2,947,781.70 P:\PT\S\SARTE\141095\6-bid-const\Bidding\[Bid Tabulation.xlsx]BIDTAB Short Elliott Hendrickson Inc., 1200 25th Avenue South, P.O. Box 1717, St. Cloud, MN 56302-1717 SEH is 100% employee-owned www.sehinc.com 320.229.4300 800.572.0617 888.908.8166 fax 7/14/2017

RESOLUTION NO. A RESOLUTION AWARDING BID WHEREAS, pursuant to an advertisement for bids for the 2017 4 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 2017 4 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, 2017. Sarah Jane Nicoll, Mayor ATTEST: Mary Degiovanni, City Administrator

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.

Know what's R

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, 2017. ATTEST: Mayor City Administrator P:\PT\S\SARTE\142586\1-genl\14-corr \Resolution Approving Plans and Advertisement_27th Street North.docx

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.

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 072090 7/10/2017 0717PPD02 07-2017 $25.00 PHONE REIMBURSEMENT-JULY Search Name ACKERMAN, TODD $25.00 Search Name ADVANCED INTEGRATED TECH 0717ADM02 171815434 $19.80 PHONE SERVICES 0717ADM02 171815434 -$28.23 PHONE SERVICES 0717ADM02 171815434 $21.79 PHONE SERVICES 0717ADM02 171815434 $105.64 PHONE SERVICES 0717ADM02 171815434 $21.79 PHONE SERVICES 0717ADM02 171815434 $21.79 PHONE SERVICES 0717ADM02 171815434 $67.00 PHONE SERVICES 0717ADM02 171815434 $292.64 PHONE SERVICES 0717ADM02 171815434 $36.58 PHONE SERVICES 0717ADM02 171815434 $1,515.83 PHONE SERVICES 0717ADM02 171815434 $100.52 PHONE SERVICES 0717ADM02 171815434 $146.32 PHONE SERVICES 0717ADM02 171815434 $36.58 PHONE SERVICES 0717ADM02 171815434 $219.51 PHONE SERVICES Search Name ADVANCED INTEGRATED TECH $2,577.56 Search Name ALEX AIR APPARATUS INC 0717FD02 33245 $585.61 COMPRESSOR SERVICE Search Name ALEX AIR APPARATUS INC $585.61 Search Name AMERIPRIDE LINEN/APPAREL SERV 0717PW02 2200934450 $26.82 SUPPLIES-MAINT 0717PW02 2200934450 $39.65 UNIFORMS 0717PW02 2200934450 $7.93 UNIFORMS 0717PW02 2200934450 $47.78 UNIFORMS 0717PW02 2200934450 $32.12 UNIFORMS 0717PW02 2200934450 $115.19 MATS, TOWELS, MOPS-MAINT 0717PW02 2200934451 $35.00 TOWELS, MOPS, MATS- UTILITY SHOP 0717PW02 2200936982 $7.93 UNIFORMS 0717PW02 2200936982 $32.12 UNIFORMS 0717PW02 2200936982 $14.38 MATS, TOWESLS, MOPS- MAINT 0717PW02 2200936982 $47.78 UNIFORMS 0717PW02 2200936982 $166.38 SUPPLIES- MAINT 0717PW02 2200936982 $39.65 UNIFORMS Search Name AMERIPRIDE LINEN/APPAREL SERV $612.73 Search Name ANDERSON, DOUGLAS 0717PW02 800 BROOKWOOD $257.57 DUPLICATE PAYMENT- REIM Search Name ANDERSON, DOUGLAS Search Name ANDY S TOWING LLC 0717PD02 211748 $257.57 $109.00 VEHICLE TOW Search Name ANDY S TOWING LLC Search Name BEHRENBRINKER, STEPHEN C $109.00 072091 7/10/2017 0717PPD02 07-2017 $3,443.41 ASSESSING SERVICES-JULY Search Name BEHRENBRINKER, STEPHEN C $3,443.41 Search Name BOUND TREE MEDICAL LLC 0717PD02 82559960 $95.05 HEARTSTART PADS-PD

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 072088 7/10/2017 0717PPD02 2017-2 $11,233.50 ARENA ABATEMENT Search Name BREMER BANK NA $11,233.50 Search Name BRIAN KLINEFELTER FOUNDATION 0717ADM02 07-2017 $60.00 PAYROLL DEDUCTION- JULY Search Name BRIAN KLINEFELTER FOUNDATION $60.00 Search Name BURL OAKS TOWNHOMES 072188 7/14/2017 0717PPD02 2017-1 $13,377.50 TIF DISTRICT 5-5 Search Name BURL OAKS TOWNHOMES $13,377.50 Search Name CDW GOVERNMENT, INC. 0717ADM02 JJH3696 $103.68 REPLACEMENT BACKUP DRIVES-CITY HA Search Name CDW GOVERNMENT, INC. Search Name CHARTER COMMUNICATIONS $103.68 072186 7/14/2017 0717PPD02 0198323070717 $97.45 TV/INTERNET-MAINT 072186 7/14/2017 0717PPD02 0296234070217 $104.99 INTERNET-PD Search Name CHARTER COMMUNICATIONS $202.44 Search Name CITI LITES INC Search Name CITI LITES INC 0717PW02 055305 $220.00 STREET LIGHT- LOCATES 0717PW02 055367 $110.00 LOCATES-STREET LIGHTS $330.00 Search Name CLIMATE AIR INC 0717PD02 40406 $135.50 BLDG REPAIR-PD 0717ADM02 40514 $185.25 HVAC REPAIRS-HALL Search Name CLIMATE AIR INC $320.75 Search Name CLOUDNET INC Search Name CLOUDNET INC 0717PD02 20170745069 $264.00 DOMAIN RENEWAL &EMAIL- PD $264.00 Search Name COLLINS BROS TOWING OF ST CLOU 0717PD02 49301 $60.00 DRUG FORFEITURE Search Name COLLINS BROS TOWING OF ST CLOU $60.00 Search Name COMM OF MMB TREAS DIV 0717PD02 2NDQTR2017 $220.00 ADMIN FINES- 2ND QTR Search Name COMM OF MMB TREAS DIV Search Name CROTEAU PLUMBING LLC 0717PW02 10059 $220.00 $843.00 LIFT STATION Search Name CROTEAU PLUMBING LLC Search Name DESIGN ELECTRIC INC 0717PW02 5310 $843.00 $27.00 SOUTH WATER PLANT 0717PW02 5422 $997.98 ROUND ABOUTS Search Name DESIGN ELECTRIC INC Search Name DIAMOND VOGEL 0717PW02 813133647 $1,024.98 $615.85 STREET STRIPING 0717PW02 813133753 $764.00 PAINT-STREETS

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 $1,379.85 Search Name EFTPS VOICE RESPONSE SYSTEM 003212E 7/18/2017 0717PPD02 07-14-2017 $4,216.97 07/14 EMPLOYER FICA 003212E 7/18/2017 0717PPD02 07-14-2017 $13,408.25 07/14 FED TAX W/HELD 003212E 7/18/2017 0717PPD02 07-14-2017 $4,216.97 07/14 EMPLOYEE FICA 003212E 7/18/2017 0717PPD02 07-14-2017 $1,772.08 07/14 EMPLOYEE MEDICARE 003212E 7/18/2017 0717PPD02 07-14-2017 $1,772.08 97/14 EMPLOYER MEDICARE Search Name EFTPS VOICE RESPONSE SYSTEM $25,386.35 Search Name EHLERS & ASSOCIATES INC 0717ADM02 74037 $95.00 2016 TIF REPORTS 0717ADM02 74037 $95.00 2016 TIF REPORTS 0717ADM02 74037 $95.00 2016 TIF REPORTS Search Name EHLERS & ASSOCIATES INC Search Name EMPOWER RETIREMENT $285.00 003210E 7/18/2017 0717PPD02 07-14-2017 $184.62 07/14 EMPLOYER CONTR TO PENSION-A 003211E 7/18/2017 0717PPD02 07-14-2017 $2,852.71 07/14 PAYROLL DEDUCTION 003210E 7/18/2017 0717PPD02 07-14-2017 $1,970.88 07/14 PAYROLL DEDUCTION Search Name EMPOWER RETIREMENT $5,008.21 Search Name FASTENAL COMPANY 0717PW02 MNSAU174035 $109.50 SIGNS 0717PW02 MNSAU174117 $15.48 PARK SUPPLIES 0717PW02 MNSAU174118 $192.42 EQUIPMENT REPAIRS 0717PW02 MNSAU174123 $36.25 SIGNS Search Name FASTENAL COMPANY Search Name FRANKLIN, ALEXA $353.65 Search Name FRANKLIN, ALEXA 0717FD02 2017 $75.00 ALCOHOL COMPLIANCE CHECKS $75.00 Search Name GATR OF SAUK RAPIDS 0717PW02 01P219071 $22.18 VEHICLE REPAIRS- STREETS 0717PW02 01P220751 $146.80 FILTERS- ALL DEPARTMENTS 0717PW02 01P220797 $113.86 PLOW TRUCK REPAIR- STREETS 0717PW02 01P221207 $314.73 DUMP TRUCK REPAIR- STREETS Search Name GATR OF SAUK RAPIDS Search Name GRANITE ELECTRONICS INC 0717FD02 153004668-1 $597.57 $45.00 BATTERY-FD Search Name GRANITE ELECTRONICS INC $45.00 Search Name HAWKINS WTR TREATMENT GRP INC 0717PW02 4106122 $1,155.00 CHEMICALS 0717PW02 4111423 $422.66 CHEMICALS Search Name HAWKINS WTR TREATMENT GRP INC $1,577.66 Search Name HEALTHPARTNERS 0717ADM02 73493536 $14,521.88 EE HEALTH/DENTAL- AUG 0717ADM02 73493536 $483.51 EE HEALTH/DENTAL- AUG 0717ADM02 73493536 $2,103.44 EE HEALTH/DENTAL- AUG 0717ADM02 73493536 $2,076.53 EE HEALTH/DENTAL- AUG 0717ADM02 73493536 $1,747.58 EE HEALTH/DENTAL- AUG 0717ADM02 73493536 $1,027.06 EE HEALTH/DENTAL- AUG

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 0717ADM02 73493536 $5,072.57 EE HEALTH/DENTAL- AUG 0717ADM02 73493536 $32.00 COBRA DENTAL-AUG 0717ADM02 73493536 $4,993.48 EE CONTR TO INS- AUG 0717ADM02 73493536 $1,263.78 EE HEALTH/DENTAL- AUG $33,321.83 0717PW02 134732248 $220.00 CHEMICALS 0717PW02 134732249 $305.79 CHEMICALS $525.79 0717PW02 91486 $50.00 DISPOSAL $50.00 Search Name HILDI INC 0717ADM02 8544 $2,700.00 FIRE RELIEF VALUATION $2,700.00 Search Name INDEPENDENT SCHOOL DISTRCT 748 0717PW02 05-2017 $4,389.86 MAY FUEL-UTIL 0717PD02 05-2017 $2,952.46 MAY FUEL- PD 0717ADM02 05-2017 $198.34 MAY FUEL- INSP 0717FD02 05-2017 $121.36 MAY FUELS- FD 0717FD02 06-2017 $201.47 JUNE FUELS- FD 0717PD02 06-2017 $2,935.51 JUNE FUEL- PD 0717ADM02 06-2017 $152.15 JUNE FUEL- INSP 0717PW02 06-2017 $5,416.32 JUNE FUEL- MAINT Search Name INDEPENDENT SCHOOL DISTRCT 748 $16,367.47 Search Name INNOVATIVE OFFICE SOLUTIONS LL 0717PD02 IN1662136 $767.17 OFFICE SUPPLIES Search Name INNOVATIVE OFFICE SOLUTIONS LL $767.17 Search Name INTERSTATE ALL BATTERY CTR 0717PW02 1922301006218 $31.40 LOCATOR- WATER DEPT 0717PW02 1922301006259 $12.10 LOCATOR- WATER DEPT 0717PW02 1922302001294 $140.64 BATTERIES Search Name INTERSTATE ALL BATTERY CTR $184.14 Search Name KEEPRS INC Search Name KEEPRS INC 0717PD02 346968-01 $75.99 UNIFORM- HANSON 0717PD02 349298 $56.00 DIGITIZED LOGO 0717PD02 349489 $8.00 UNIFORM- MILLER $139.99 Search Name KRILLIAN INC Search Name KRILLIAN INC 0717PD02 2394 $559.45 TEES-PAL $559.45 Search Name LAW ENFORCEMENT LABOR SERV INC 0717ADM02 07-2017 $833.00 UNION DUES- JULY Search Name LAW ENFORCEMENT LABOR SERV INC $833.00 Search Name LAW ENFORCEMENT SYSTEMS, INC. 0717PD02 198908 $121.00 SUPPLIES- PD

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 $121.00 Search Name LITTLE FALLS MACHINE INC. 0717PW02 00060717 $2,044.51 DUMP TRUCK- REPAIRS Search Name LITTLE FALLS MACHINE INC. Search Name LMC INSURANCE TRUST 0717ADM02 2017 $2,044.51 $18,701.00 LIABILITY INSURANCE 0717ADM02 2017 $400.00 LIABILITY INSURANCE 0717ADM02 2017 $1,800.00 LIABILITY INSURANCE 0717ADM02 2017 $39,646.00 LIABILITY INSURANCE 0717ADM02 2017 $3,111.00 LIABILITY INSURANCE 0717ADM02 2017 $20,259.00 LIABILITY INSURANCE 0717ADM02 2017 $16,545.00 LIABILITY INSURANCE 0717ADM02 2017 $16,420.00 LIABILITY INSURANCE 0717ADM02 2017 $20,987.00 LIABILITY INSURANCE 0717ADM02 2017 $1,164.00 LIABILITY INSURANCE 0717ADM02 2017 $13,487.00 LIABILITY INSURANCE 0717ADM02 2017 $2,553.00 LIABILITY INSURANCE 0717ADM02 2017 $978.00 LIABILITY INSURANCE 0717ADM02 2017-18 $6,366.00 WORK COMP PREM 0717ADM02 2017-18 $125.00 WORK COMP PREM 0717ADM02 2017-18 $407.00 WORK COMP PREM 0717ADM02 2017-18 $468.00 WORK COMP PREM 0717ADM02 2017-18 $45.00 WORK COMP PREM 0717ADM02 2017-18 $341.00 WORK COMP PREM 0717ADM02 2017-18 $7,569.00 WORK COMP PREM 0717ADM02 2017-18 $3,368.00 WORK COMP PREM 0717ADM02 2017-18 $33,950.00 WORK COMP PREM 0717ADM02 2017-18 $21,012.00 WORK COMP PREM 0717ADM02 2017-18 $125.00 WORK COMP PREM 0717ADM02 2017-18 $751.00 WORK COMP PREM 0717ADM02 2017-18 $250.00 WORK COMP PREM 0717ADM02 2017-18 $1,251.00 WORK COMP PREM 0717ADM02 2017-18 $1,368.00 WORK COMP PREM 0717ADM02 2017-18 $440.00 WORK COMP PREM 0717ADM02 2017-18 $14,401.00 WORK COMP PREM Search Name LMC INSURANCE TRUST Search Name MACQUEEN EQUIPMENT INC 0717PW02 W01195 $248,288.00 $1,961.93 SWEEPER REPAIRS Search Name MACQUEEN EQUIPMENT INC Search Name MARCO TECHNOLOGIES LLC 0717PD02 335347159 $1,961.93 $410.02 COPIER CONTRACT PAYMENT- PD Search Name MARCO TECHNOLOGIES LLC $410.02 Search Name MARCO TECHNOLOGIES LLC NW7128 0717ADM02 INV4417700 $19,975.00 COMMUNITY CENTER AV PROJECT 0717FD02 INV4434831 $17.50 CONTRACT PAYMENT Search Name MARCO TECHNOLOGIES LLC NW7128 $19,992.50 Search Name MARTIN-MCALLISTER 0717PD02 11125 $500.00 CSO BG CHECK- PD Search Name MARTIN-MCALLISTER $500.00

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 072195 7/21/2017 0717PPD02 2017 $100.00 ALCOHOL COMPLIANCE CHECKS Search Name MATHEWS, STEVE $100.00 Search Name MENARDS Search Name MENARDS 0717PW02 55508 $7.78 LIFT STATION 1 $7.78 Search Name MIDSTATE INSPECTION SERV INC 0717ADM02 06-2017 $300.00 BUILDING INSEPCTION- JUNE Search Name MIDSTATE INSPECTION SERV INC $300.00 Search Name MIDWAY IRON & METAL 0717PW02 358974 $50.40 SHOP SUPPLIES Search Name MIDWAY IRON & METAL Search Name MIDWEST MACHINERY CO 0717PW02 1496473 $50.40 $84.73 JD TRACTOR- PW Search Name MIDWEST MACHINERY CO $84.73 Search Name MILLS PARTS CENTER-WILLMAR 0717PW02 4031566 $69.88 VEHICLE REPAIRS-SREETS Search Name MILLS PARTS CENTER-WILLMAR $69.88 Search Name MN BENEFIT ASSOCIATION 072190 7/19/2017 0717PPD02 483-062017 $1,552.17 PAYROLL DEDUCTION-JUN Search Name MN BENEFIT ASSOCIATION $1,552.17 Search Name MN DEPT OF LABOR & INDUSTRY 003214E 7/18/2017 0717PPD02 2NDQTR2017 $6,599.07 BUILDING SURCHGS 003214E 7/18/2017 0717PPD02 2NDQTR2017 $184.56 PLUMBING SURCHGS 003214E 7/18/2017 0717PPD02 2NDQTR2017 $320.55 MECHANICAL SURCHGS 003214E 7/18/2017 0717PPD02 2NDQTR2017 $84.86 SEWER SURCHGS 003214E 7/18/2017 0717PPD02 2NDQTR2017 $107.52 ELECTRICAL SURCHGS Search Name MN DEPT OF LABOR & INDUSTRY $7,296.56 Search Name MN DEPT OF REVENUE 003208E 7/14/2017 0717PPD02 07-14-2017 $5,487.66 07/14 STATE TAX W/HELD Search Name MN DEPT OF REVENUE $5,487.66 Search Name MN DEPT OF REVENUE-SALES/USE 003207E 7/12/2017 0717PPD02 06-2017 $743.00 SALES TAX PAYABLE-JUNE 003207E 7/12/2017 0717PPD02 06-2017 $8.00 USE TAX PAYABLE-JUNE 003207E 7/12/2017 0717PPD02 06-2017 $63.00 SALES TAX PAYABLE-JUNE Search Name MN DEPT OF REVENUE-SALES/USE $814.00 Search Name MN TEAMSTERS-PUBLIC & LAW ENF 0717ADM02 JULY2017 $1,379.00 UNION DUES- JULY Search Name MN TEAMSTERS-PUBLIC & LAW ENF $1,379.00 Search Name MUSTANG SIGNS & GRAPHICS 0717PW02 19588 $539.25 STREET SIGNS Search Name MUSTANG SIGNS & GRAPHICS $539.25 Search Name MUTT MITT 0717PW02 166304 $836.13 MUTT MITT

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 $836.13 0717PD02 252444 $354.94 VEH REPAIR-PD 0717PD02 252537 $189.12 VEH REPAIR-PD Search Name NAPA CENTRAL MN $544.06 Search Name O REILLY AUTO PARTS 0717FD02 1572-138658 $91.24 SUPPLIES- FD 0717PW02 1572-141543 $0.00 FLARING TOOL-PW 0717PW02 1572-141543 $22.99 FLARING TOOL-PW 0717PW02 1572-141548 -$22.99 FLARING TOOL- PW 0717PW02 1572-142389 $35.98 SHOP SUPPLIES 0717PD02 1572-143625 $48.70 VEH REPAIR- PD 0717PW02 EB25799357 -$6.21 MAY FIRST CALL EB Search Name O REILLY AUTO PARTS Search Name OFFICE DEPOT INC $169.71 072191 7/19/2017 0717PPD02 937168675001 $6.67 OFFICE SUPPLIES 0717FD02 943061623-001 $33.87 WALL FILE- FD Search Name OFFICE DEPOT INC $40.54 Search Name OXYGEN SERVICE COMPANY 0717PD02 08087325 $23.41 MEDICAL OXYGEN 0717PD02 08087694 $42.06 MEDICAL OXYGEN-PD Search Name OXYGEN SERVICE COMPANY $65.47 Search Name POWERHOUSE OUTDOOR EQUIP INC 0717PW02 426663 $154.85 EASY START BLOWER Search Name POWERHOUSE OUTDOOR EQUIP INC $154.85 Search Name PROFESSIONAL OFFICE SERV INC 0717ADM02 002658746 $8.75 POSSIBILL VIEW ONLY 0717ADM02 002658746 $8.75 POSSIBILL VIEW ONLY Search Name PROFESSIONAL OFFICE SERV INC $17.50 Search Name PROFIELDS LLC Search Name PROFIELDS LLC 0717ADM02 07-2017 $3,300.00 TURF MANAGEMENT 0717ADM02 07-2017 $10,000.00 PROFESSIONAL SERVICES AGREEMENT $13,300.00 Search Name PUBLIC EMPLOYEE RETIREMENT ASN 003209E 7/17/2017 0717PPD02 07-14-2017 $5,362.11 07/14 EMPLOYEE PERA 003209E 7/17/2017 0717PPD02 07-14-2017 $4,702.93 07/14 EMPLOYER PERA 003209E 7/17/2017 0717PPD02 07-14-2017 $8,043.20 07/14 EMPLOYER PERA 003209E 7/17/2017 0717PPD02 07-14-2017 $4,075.86 07/14 EMPLOYEE PERA Search Name PUBLIC EMPLOYEE RETIREMENT ASN $22,184.10 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 0717PW02 305-109502 $85.60 REPAIRS- JD TRACTOR 0717PW02 305-109534 $116.68 REPAIRS- J.D. TRACTOR $202.28

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 0717ADM02 640646 $3,358.20 BIKE RACKS, REPAIRS STNS Search Name SARIS CYCLING GROUP $3,358.20 Search Name SARTELL CHAMBER OF COMMERCE 072089 7/10/2017 0717PPD02 07-2017 $833.33 PROF SERVICES Search Name SARTELL CHAMBER OF COMMERCE $833.33 Search Name SARTELL HARDWARE HANK 0717FD02 139777 $17.96 HOSE COUPLINGS- FD 0717PW02 144374 $52.41 POOLS- PW 0717PW02 96727 $7.99 MOUSE KILLER- COMPOST 0717PW02 97039 $12.44 STREETS- PW 0717PW02 97085 $5.99 COMPOST SHED- PW 0717PW02 97190 $4.49 CELEBRATION POOL- PW Search Name SARTELL HARDWARE HANK $101.28 Search Name SARTELL HOUSING LTD PARTNERSHI 072187 7/14/2017 0717PPD02 2017-1 $10,447.30 TIF DISTRICT 5-2 Search Name SARTELL HOUSING LTD PARTNERSHI $10,447.30 Search Name SARTELL NEWSLEADER 072087 7/10/2017 0717PPD02 39859 $1,093.93 AD FOR BIDGS-4TH AVE S 072189 7/14/2017 0717PPD02 39885 $875.14 27TH ST N BIDS 072189 7/14/2017 0717PPD02 39885 $148.96 LODGING ORD 2017-09ORD 072189 7/14/2017 0717PPD02 39885 $176.89 I1&I2 ZONING ORD 2017-10ORD Search Name SARTELL NEWSLEADER $2,294.92 Search Name SARTELL ST STEPHEN EDUC FOUND 0717ADM02 07-2017 $40.00 PAYROLL DEDUCTION-JULY Search Name SARTELL ST STEPHEN EDUC FOUND $40.00 Search Name SATTLER JR, JAMES R 0717FD02 7182017 $90.00 FD EE APPRECIATION Search Name SATTLER JR, JAMES R Search Name SAUK RAPIDS, CITY OF 0717PD02 2ND QRT2017 $90.00 $5,322.81 GANG STRIKE FORCE POLICE OFFICER Search Name SAUK RAPIDS, CITY OF Search Name SHERWIN WILLIAMS 0717PW02 6821-6 $5,322.81 $230.25 FIRE HYDRO PAINT 0717PW02 8894-7 $31.99 GENERAL REPAIR Search Name SHERWIN WILLIAMS Search Name SHIFT TECHNOLOGIES INC 0717PW02 07072017 $262.24 $157.60 REPAIRS- MAINT INTERNET Search Name SHIFT TECHNOLOGIES INC $157.60 Search Name SHORT ELLIOTT HENDRICKSON INC 0717ADM02 335360 $4,536.12 4TH AVE S CONST SERV 0717ADM02 335362 $2,075.00 2017 CHAMPION FIELD 0717ADM02 335364 $15,476.00 2017 OVERLAY PROJECTS 0717ADM02 335520 $15,311.07 GENERAL ENGINEERING 0717ADM02 335520 $400.00 OAK RIDGE HEIGHTS 0717ADM02 335520 $227.25 HERITAGE 70

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 0717ADM02 335520 $300.00 FERCHE SW 35 0717ADM02 335520 $1,500.00 BLATTNER ENERGY SOLAR GARDEN 0717ADM02 335520 $1,414.00 WCA LGU 0717ADM02 335521 $15,281.98 2018 PINECONE RD IMP 0717ADM02 335524 $9,700.25 2018 CR 29 UTILITY IMPS 0717ADM02 335525 $401.50 GIS SMARTCONNECT SERV 0717ADM02 335528 $14,400.00 27TH ST N 0717ADM02 335614 $3,430.00 WATER SYSTEM PLAN $84,453.17 072185 7/13/2017 0717PPD02 2017-1 $32,873.00 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 $32,873.00 0717PD02 559174 $404.00 PHYSICAL EXAM- CSO $404.00 0717ADM02 8045307668 $55.50 OFFICE SUPPLIES- CITY HALL $55.50 072193 7/19/2017 0717PPD02 2017 $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 $50.00 0717ADM02 179-2017 $4,459.00 CTY RD 1 $4,459.00 0717PD02 SD17-0156 $739.44 MDT UNITS $739.44 072194 7/19/2017 0717PPD02 10191700 $251.00 STREET LIGHTS 072194 7/19/2017 0717PPD02 10191800 $279.00 STREET LIGHTS 072194 7/19/2017 0717PPD02 10248200 $20.00 CIVIL DEFENSE 072194 7/19/2017 0717PPD02 10441600 $135.00 STREET LIGHTS 072194 7/19/2017 0717PPD02 10459401 $322.39 POOL 072194 7/19/2017 0717PPD02 10461600 $24.62 COMPOST SITE 072194 7/19/2017 0717PPD02 10491600 $54.78 STREET LIGHTS 072194 7/19/2017 0717PPD02 10545000 $24.90 STREET LIGHTS 072194 7/19/2017 0717PPD02 10545100 $29.88 STREET LIGHTS 072194 7/19/2017 0717PPD02 10545200 $14.94 STREET LIGHTS 072194 7/19/2017 0717PPD02 10545300 $19.92 STREET LIGHTS 072194 7/19/2017 0717PPD02 10545400 $9.96 STREET LIGHTS 072194 7/19/2017 0717PPD02 10628400 $21.75 STREET LIGHTS 072194 7/19/2017 0717PPD02 10648700 $42.81 STREET LIGHTS 072194 7/19/2017 0717PPD02 10690800 $86.00 STREET LIGHTS 072194 7/19/2017 0717PPD02 10690900 $64.07 STREET LIGHTS 072194 7/19/2017 0717PPD02 10691000 $73.43 STREET LIGHTS 072194 7/19/2017 0717PPD02 10691100 $39.85 STREET LIGHTS 072194 7/19/2017 0717PPD02 10710600 $86.00 STREET LIGHTS 072194 7/19/2017 0717PPD02 10878900 $3,436.00 PLANT

CITY OF SARTELL Vendor Transactions-Agenda Packet 07/24/17 2:50 PM Page 10 CHECK Check Date Batch Name Invoice Amount Comments 072194 7/19/2017 0717PPD02 10900900 $55.00 STREET LIGHTS 072194 7/19/2017 0717PPD02 11244800 $2,377.34 WELLS 15&16 072194 7/19/2017 0717PPD02 12324100 $24.90 STREET LIGHTS 072194 7/19/2017 0717PPD02 12359300 $30.00 STREET LIGHTS 072194 7/19/2017 0717PPD02 12361800 $19.92 STREET LIGHTS 072194 7/19/2017 0717PPD02 5463910 $78.80 LIFT STATION 072194 7/19/2017 0717PPD02 6401510 $1,604.40 STREET LIGHTS Search Name STEARNS ELECTRIC ASSOCIATION Search Name TERMINAL SUPPLY CO Search Name TERMINAL SUPPLY CO Search Name TOTAL ADMIN SERVICES CORP $9,226.66 0717PW02 34530-00 $57.12 SHOP SUPPLIES $57.12 003213E 7/18/2017 0717PPD02 07-14-2017 $2,499.55 07/14 HSA FLEX CONTR 003213E 7/18/2017 0717PPD02 07-14-2017 $122.00 07/14 MED FLEX CONTR 003213E 7/18/2017 0717PPD02 07-14-2017 $500.00 07/14 DAYCARE FLEX CONTR Search Name TOTAL ADMIN SERVICES CORP Search Name TRANS UNION LLC $3,121.55 Search Name TRANS UNION LLC 0717PD02 06725440 $23.52 BG CHECK FOR LIQOR LIC- PD $23.52 Search Name TRAUT WELLS INC 0717PW02 298329 $92.00 WATER TESTING 0717PW02 298446 $92.00 WATER TESTING Search Name TRAUT WELLS INC $184.00 Search Name UNITED STATES POSTAL SERVICE 0717PD02 2017-334 $166.00 PO BOX RENTAL-PD Search Name UNITED STATES POSTAL SERVICE $166.00 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) 0717ADM02 1627 $30.00 $16.10 ADOBE 0717ADM02 1627 $66.00 MINNESOTA EROSION CONT 0717ADM02 1627 $16.10 ADOBE 0717ADM02 1627 $130.00 EB BUILDING DEPARTMENT 0717PW02 2011 $199.22 STREET SIGNS 0717PW02 2011 $20.00 BOILER LIC RENEW 0717PW02 2011 $230.00 TRAINING 0717PW02 2011 $29.32 STREAMLIGHT-FD 0717PW02 2011 $16.39 LICENSE TABS 0717ADM02 2111 $99.00 THINK CREATIVE 0717ADM02 2111 $59.96 SAMS- DARE/PD 0717ADM02 2111 $5.00 TRANSFER BIG FILES 0717ADM02 2111 $25.63 WORKSHOP 0717ADM02 2111 $24.00 SURVEYMONKEY 0717ADM02 2111 $1.00 BEACON 0717ADM02 2111 $99.00 THINK CREATIVE 0717ADM02 2111 $308.34 SAMS- PAL/PD 0717PD02 7173 $12.00 ST.CLOUD TIMES

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 0717PD02 7173 $12.00 ST.CLOUD TIMES-PD 0717PD02 7173 $25.00 TLO 0717PD02 7173 $11.95 SUPPLIES- PD 0717PD02 7173 $602.00 AMEM CONF 0717PD02 7173 $218.19 TRAINING-PD 0717PD02 7173 $24.00 PAL 0717PD02 7173 $200.00 AMEM CONFERENCE 0717PD02 7173 $27.95 SHRED IT- CITY HALL 0717PD02 7173 $13.36 800 MHZ MTG 0717PD02 7173 $45.00 MOBILE INTERPRETAT 0717PD02 7173 $9.29 EVOC TRNG 0717PD02 7173 $60.95 SHRED IT- PD $2,606.75 0717ADM02 4678705 $450.00 AGENT FEES- 2009B GO BONDS $450.00 072192 7/19/2017 0717PPD02 9788430655 $35.01 PHONE SERV-UTILITIES 072192 7/19/2017 0717PPD02 9788430655 $35.01 PHONE SERV-UTILITIES 072192 7/19/2017 0717PPD02 9788430655 $48.32 PHONE SERV-POOLS 072192 7/19/2017 0717PPD02 9788430655 $923.40 PHONE SERV-PD 072192 7/19/2017 0717PPD02 9788716829 $10.02 PCRS SIGN Search Name VERIZON WIRELESS Search Name WACOSA $1,051.76 Search Name WACOSA 0717ADM02 00027834 $230.32 CLEANING- CITY HALL $230.32 Search Name WEX BANK 003215E 7/18/2017 0717PPD02 50482163 $62.48 FUELS-PD Search Name WEX BANK $62.48 Search Name XCEL ENERGY Search Name XCEL ENERGY 0717PW02 552511144 $8,159.23 STREET LIGHTS 0717ADM02 552910570 $926.52 STREET LIGHTS $9,085.75 Search Name ZIEGLER INC. Search Name ZIEGLER INC. 0717PW02 SW080146856 $741.79 REPAIRS- SKID LOADER $741.79 Search Name ZWIENER, SAMUEL 0717PW02 07-2017 $50.00 BOOT ALLOWNCE Search Name ZWIENER, SAMUEL $50.00 $627,494.64

CITY OF SARTELL Voucher Payments-Fund Summary Adopted by the Sartell City Council this day of, 2017 07/24/17 2:52 PM Page 1 Mayor Attest: Administrator FUND Descr Dr/Cr Amt GENERAL $364,307.59 PARK IMPROVEMENT $3,358.20 YOUTH PROGRAMS $951.75 BEAUTIFICATION $3,310.02 FORFEITURE $60.00 LODGING TAX $833.33 ECONOMIC DEVELOPMENT FUND $11,233.50 SEWER CAPACITY $84.86 PARK DISTRICT 5 $2,075.00 GO CIP BONDS 2009B $450.00 PUBLIC IMPROVEMENT REVOLVING $10,875.14 PD EQUIPMENT FUND $50.00 STREET FUND $29,876.00 4TH/50TH CAPITAL PROJECT $5,630.05 COMMUNITY CENTER PROJECT $52,848.00 CR 1/LESAUK/HERITAGE $4,459.00 PINECONE ROAD 2018 $15,281.98 CR 29 & EAST SIDE STREETS $9,700.25 TIF DISTRICT 5-2 (PHEASANT) $10,542.30 TIF DISTRICT 5-4 (REKER) $95.00 TIF DISTRICT 5-5 (BURL OAKS) $13,472.50 WATER FUND $61,965.33 SEWER FUND $26,034.84 $627,494.64