12
AGENDA ITEM # 9. 1. A-C c y of Pequot Lakes— -: REPORT TO CITY COUNCIL Report Prepared by: Nancy Malecha & Tim Houle Date: February 4, 2020 Subiect: Rasmussen Road & South Washington Avenue Improvement Project Report: A. Consider Bids Attached is the Engineer' s Letter of Recommendation for Bid Award and the Tabulation of Bids for the Rasmussen Road & South Washington Avenue Road & Utilities Improvement Project. We recommend the Council award the contract to RL Larson Excavating Inc. in the amount of$ 2, 396, 792. 43 as the lowest responsive, responsible bidder. B. Construction Phase En i eering Services Proposal Attached is the Proposal for Construction Phase Engineering Services from Widseth Smith Nolting ( WSN) in the estimated amount of 168, 000 for Council consideration. These services relate to administration, staking, and observation during the construction process. C. General Obligation Bond Preliminary Report Nancy Malecha is currently working with the City' s financial consultant, Jason Murray from David Drown Associates, on a preliminary general obligation bond report for this Project. Due to the short timeframe between the bid opening and the agenda packet deadline, this preliminary report will be presented to the Council at the Meeting. Jason Murray will be present at the March Sth City Council Meeting to present and review the final report and seek Council approval.

Pequot Lakes— · Council Action Requested: A. Council motion awarding the Rasmussen Road and South Washington Avenue Road & Utilities Improvement Project to RL Larson Excavating

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Pequot Lakes— · Council Action Requested: A. Council motion awarding the Rasmussen Road and South Washington Avenue Road & Utilities Improvement Project to RL Larson Excavating

AGENDA ITEM #9. 1. A-Cc y of

PequotLakes— -:

REPORT TO CITY COUNCIL

Report Prepared by: Nancy Malecha & Tim Houle

Date: February 4, 2020

Subiect: Rasmussen Road & South Washington Avenue Improvement Project

Report:

A. Consider Bids

Attached is the Engineer' s Letter of Recommendation for Bid Award

and the Tabulation of Bids for the Rasmussen Road & South

Washington Avenue Road & Utilities Improvement Project. We

recommend the Council award the contract to RL Larson ExcavatingInc. in the amount of$2,396,792.43 as the lowest responsive,

responsible bidder.

B. Construction Phase Eningeering Services ProposalAttached is the Proposal for Construction Phase Engineering Servicesfrom Widseth Smith Nolting (WSN) in the estimated amount of

168, 000 for Council consideration. These services relate to

administration, staking, and observation during the constructionprocess.

C. General Obligation Bond Preliminary ReportNancy Malecha is currently working with the City' s financialconsultant, Jason Murray from David Drown Associates, on apreliminary general obligation bond report for this Project. Due to the

short timeframe between the bid opening and the agenda packetdeadline, this preliminary report will be presented to the Council atthe Meeting.

Jason Murray will be present at the March Sth

City Council Meeting topresent and review the final report and seek Council approval.

Page 2: Pequot Lakes— · Council Action Requested: A. Council motion awarding the Rasmussen Road and South Washington Avenue Road & Utilities Improvement Project to RL Larson Excavating

Council Action Requested:

A. Council motion awarding the Rasmussen Road and South WashingtonAvenue Road & Utilities Improvement Project to RL Larson

Excavating in the amount of$2,396,792.43.B. Council motion approving the Construction Phase Engineering

Services Proposal from WSN in the estimated amount of$ 168,000.

Page 3: Pequot Lakes— · Council Action Requested: A. Council motion awarding the Rasmussen Road and South Washington Avenue Road & Utilities Improvement Project to RL Larson Excavating

anuary 2s, 202oWIDSETHSMITHNOLTING

3.. i i>.,,

7804 Industrial Park Road

Honorable Mayor and City CouncilPo x 2 20

City of Pequot LakesBa er, MN 56425-2720

4638 Main Street 218. 829 5117 O

Pe uot Lakes, MN 56472218829.2517 8

Q erainerd@wsn us com O

Widseth5mithNolting.com

RE: Rasmussen 8 S. Washington Road 8 Utilities Improvement Project

Engineer's Letter of Recommendation for Bid Award

WSN No. 0130B0072.000

Dear Mayor and City Council:

Pursuant to authority of the City Council and after proper legal advertisement, bids for the abovereferenced project were obtained at 10:00 a. m. in the Pequot Lakes City Hall on January 28, 2020.

The following unit price bids were received:

RL Larson Excavating Inc. 2, 396,792.43

Larson Excavating Contractors Inc. 2, 482,920.05

Borden Excavating Inc. 2, 541, 322. 50

Kuechle Underground Inc. 2, 678,960. 95

J. R. Ferche Inc. 2, 809,491. 00

R8R Excavating Inc. 3,024,821. 80

Gladen Construction Inc. 3, 370,000. 00

Engineer's Estimate 2, 636,714.60

Details of all bids are shown on the attached Tabulation of Bids. The bids were conforming to theplans, specifications, and advertisement.

Should the Council elect to proceed, we recommend that the Contract be awarded to RL Larson

Excavating, Inc., the lowest responsive, responsible bidder, on the basis of the unit prices in the bidproposal.

WIDSETH SMITH NOLTING

r

Y/,

t t Gr% /` 7;

Timothy M. Houle, P. E.

Enc. Tabulation of Bids— 3 pages

c: Tony Pohl, WSNWSN File

I ueincciin_ rchitectu c tiun m Ln ironmcntal

Page 4: Pequot Lakes— · Council Action Requested: A. Council motion awarding the Rasmussen Road and South Washington Avenue Road & Utilities Improvement Project to RL Larson Excavating

W7DSE7H SMITH NOLTING T.IBULATION OF B/ DS

7MN I durtrW hric Ro d 6 zter, MN SW25 NAME. Ri mosse Ro A t SouM Wnhl S[ on Aven e Ro d ud Utllitln Improvemeot Pro ect

NONE 21H29-5117 CLIENT CI quory of t I.akn DATE: ho ry 2i, 2050ROJEC7 IVO: 130E0072 TIME:] 0: 00 am

IL41. rw E rn tlK, l c. lan Eznvatlq CwhW n, IK. Wdn 4rn tl, l c K ecY UMe m q I e. JA Foclr, bc. R l R F. orrlK, lx GYde GMrvell ti i czzss n sise fObz] IJ11SbrJ RwA iomsunn..>n,ro.: sm 13IC5- 25 YAveNW, Ob. 11f II fE35 n N] JfUS"/ I

r.ncw[ ea scsraur SL MNS( lW ead nmscw nfe nvswcs u. e. 0 am ss s nm Xt e. rcr Mnss.tw nu. scKTCM S LC CONTMCT UMT UMT UMT Ulil'f I)N17' VMT UIIIi UNITNO NO IS[ MDLSCIIRiION UANiRY UNR lIIICL AMOUIVT ICL AMOUM MICE AMOUNi HUC[ AMOUNT RICt AMOUXi ) qCE AMOUNT tlfE AMOUNT IIICC AMOUNT

1 2021501 MOBILIZATION 1 LUMPSUM 5700, 00000 f100,00000 580,00000 fe0,00000 SE9,28600 SE9,28600 575, 00000 575,00000 5733,00000 5733,00000 5125,00000 5125,00000 j72,sE235 572. E8235 52 8,93767 52 8.937672 2101 505 CLPARING 103 ACRE 55,000 00 3z0, 150 00 52, 100 00 SE,183 00 j5,000 00 S2(1, 150 00 SI.000 00 576, 120 00 58,000 00 521, 1E0 00 S5,Dp0 00 523, 374 00 55, 000 00 520, 150 00 56,000 0p 524, 180 003 2101505 GRUBBMG 103 ACRE 55.00000 520, 15000 52. 10000 jE,16300 55,00000 f20, 15000 34.00000 518. 12000 58,00000 524, 1a(100 f{,80000 f1L,53E00 54. 00000 516. 12000 f5,00000 520, 150004 2101502 REMOVE MANHOLE( SANITARY) 8 EACH fE50 00 55, 100 00 5300 00 S1, D00 00 5150 00 5900 00 f 1, 000 00 58.000 00 5250 00 51, 500 00 3750 00 SI,500 00 SSt4 90 f3,50fl 40 51. 350 00 Sa, 100 005 2104 502 RQMOVE DRAUTAGE STRUC7l1RE 2 EACH 5800 00 51. 200 00 5300 00 5600 00 5150 00 5300 00 57. 000 00 22,000 00 5250 00 5500 00 5750 00 51. 500 00 5616 09 51, 692 1E S1, 700 00 52, 200 006 21a 50: REMOVE GATE VALVE AND BOX 9 EACH 5350 00 53, 150 00 5200 00 S1, E00 00 S25 00 5225 00 5200 W 27. D00 00 5200 00 S1, E00 00 5500 00 y/.500 00 3174 13 51, 567 17 f750 00 56, 750 007 210I 502 REMOVE HYDRANT 1 EACH 5900 00 53,800 00 5200 00 SE00 00 5100 00 y100 00 5500 00 52, 000 00 5300 00 51, 200 00 5500 00 f2.000 00 5391 EO 31. 587 20 5750 00 53,000 00E 2101502 REMOVE MAILBOX 35 EACH 5100 00 53, 500 00 f80 pp S2, 700 00 f51 00 f 7, 7t5 00 S40 00 57. 100 00 S25 00 5675 00 S75 00 52. 825 00 S25 00 fE75 00 f60 00 32, 100 009 2104 502 SALVAGE HYDRANT 1 EACH 52.000 00 52.000 00 SI00 00 yt00 00 52,000 00 52.000 00 52.500 00 52. 500 00 f1, 200 00 51. 200 00 5500 00 f500 00 51. 567 16 51. 567 1E 51. 450 00 j1, 50 0010 2101503 SAWING CONCRETE PAVEMENT FULL DEPTN 172 LIN F7 f8 00 51, 378 00 i8 00 f1, 032 00 yt 00 f6E8 00 510 00 51. 720 00 j4 00 S6Ea pp jg pp 51, 032 00 S4 75 5817 00 SB pp { 1. 032 0011 2101503 SAWQJG BITUMINOUS AVEM1tENT( FULL DEPTH) 956 LIN FC S3 75 S3, 5E5 00 Sz 50 32. 390 00 S4 00 $ 3,62100 ib 00 f5,738 00 S3 00 S2,E88 00 SZ`, 0 SZ. 3G0 00 51 E5 51. 768 80 y100 s3,62{ 0012 210a 503 REMO VE WATF1t MARJ 3355 [..¢. F[ S8 00 S26. E10 00 52 00 56. 710 00 f 1 00 53,355 00 S75 00 550. 325 00 S5 00 578.775 00 S10 00 533. 550 00 51 10 f4.8B7 00 S13 00 S43, B15 0013 210 503 REMOVE WATER SERVICE 835 LQJ FC $ 4 Op 52, 540 00 51 00 5835 00 51 00 3635 00 S15 00 t9,525 00 S7 00 5835 pp S10 00 56, 350 00 5217 51. 58E 45 St7 00 570, 795 001 2101503 REMOVE SANIiARY SEWER SERVICE 652 LAi Ff j$pp t3,2Ep pp tt pp 5852 pp Si 00 5652 00 515 00 fG,7E0 00 57 00 5852 00 510 00 SE, 520 00 52 40 S1. SW 80 513 00 fE,476 00I S 2101503 REMO VE SEWER PIPE( STORM 81 LQJ FT = 20 00 57. 220 00 316 00 5978 00 SS 00 $ 305 00 220 00 51. 220 00 S75 00 5915 00 S15 00 5915 00 316 94 51. 033 34 f25 00 57, 525 0016 2101503 REMOVE SEWER PIPE( SANITARY 1528 CIN FC S10 00 515,2E0 00 51 00 51, 526 00 51 00 57. 528 00 315 00 S22. D20 00 S1 00 51, 52L 00 S70 00 515, 2L0 00 5 03 51. 573 M 51 00 f21, 392 0017 210I 503 REMOVE CLTRB AND GU77ER 238 LQJ FT S4 00 S9/ 4 00 SS 00 51. 1 0 00 S3 00 5706 00 510 00 52, 360 00 f5 p0 51, 1L0 00 210 00 52. 360 00 S9 43 52.22518 S8 50 52, 008 00I S 2101503 REMOVE CIJRB 75 LW FT y/ 00 5300 00 SS 00 5375 00 S3 00 5225 00 S70 00 5750 00 S4 00 f300 00 S15 00 57. 125 00 51101 51. 050 75 S7 50 5582 5019 210 503 REMOVE CONCRE7E RETAIMNG WALL 122 LR7 FT S30 00 S3,8g0 0p S5 00 5610 00 S10 00 57, 220 00 515 00 S7. E30 00 S10 00 51. 220 00 S20 00 52. 4t0 00 S19 27 52. 350 94 f45 00 55,490 0020 210a 503 REMOVE WOOD RETAINING WALL 11 LIN F7 S75 00 51. 050 00 S20 00 S2E0 00 S25 00 5350 00 S50 00 5700 00 f25 00 5350 00 S40 00 5560 00 S86 11 5925 51 S75 00 51. 050 0021 2101503 SALVAGE RETAINMG WALL 22 LIN FT t65 00 S1. a70 00 S10 00 5220 00 S25 00 5550 00 5700 00 52. 200 00 f85 00 51,. 130 00 5700 00 52, 200 00 yt1 66 5918 52 5100 00 52. 200 0022 2104 501 REMOVe CONCRE7E PAVEMENT 2 0 S YD S15 00 53,600 00 S7 00 21. 6E0 00 SS 00 51. 200 00 S10 00 52,400 00 S4 DO 5960 00 SE 00 57. 920 00 210 61 52,801 EO S7 00 S1. 6E0 0023 2104 504 REMOVE BINMINOUS PAVEMEN7 1870E YD f4 00 572, 432 00 S2 5D SI5,270 00 S3 55 564,263 40 53 00 551, 32100 yl 00 572,132 00 S2 50 SI5,270 00 53 M 562,291 52 SZ 00 538.218 0024 210a 51 b 1tEMOVE CONCRETE WALK 622 S FT 52 50 51. 555 00 S2 00 51. 214 00 f 7 00 f622 00 SS 00 53, 110 00 $ 2 00 f1, 214 00 SS 00 53, 110 00 510 13 58,300 D6 53 25 52,021 5025 TEMPORARY POSTAL SERVICE i LUMP SUM $ 1, 000 00 51. 000 00 51. 290 00 51. 200 00 f5,000 00 55.000 00 51. 200 00 57. 200 00 f3,000 00 33,000 00 51, 500 00 57. 500 00 57. 000 00 57. 000 00 i8.5pp pp fd,$pp pp26 2101601 REMOVE MISCELLANEOUS STRUC' I' URES OOD STEPS t LUMP SUM 51. 000 00 51. 000 00 SZ`. 0 0 5250 00 5500 00 5500 00 51. 000 00 57. 000 00 SE, iO 00 jE50 00 f1, 000 00 f 7, 000 00 5925 57 5715 57 51. 000 00 57. 000 0027 2104 602 SALVAGE SIGN SPECIAL( 911) f 9 EACH f50 00 f050 OU 512 00 SZZE 00 S70 20 S1fl3 80 530 00 5570 00 S25 00 5 75 00 520 00 33E0 00 525 00 5/ 75 00 = 30 00 5570 0028 2104 602 SALVAGE SIGN 27 EACH 5700 00 52.700 00 5150 00 54.050 00 f112 DO 53,855 80 575 00 22.025 00 560 00 51, 620 00 5150 00 S. O50 00 525 00 5675 00 f35 00 Sfl45 0029 2105 507 COMMON EXCAVATION P) 6172 CU YD S20 00 5183. lA0 00 520 00 5183.M0 00 S12 00 596,06 00 S6 00 585. 376 00 S13 00 3106.236 00 S25 00 5204, 300 00 527 89 5177. 250 8E S12 75 5101, 193 0030 2105 507 CfiANNEL AND POND EXCAVATION P 5E00 N YD 515 00 567,000 00 515 00 fE7,000 00 S72 00 S6fl,C00 00 St 00 y/8,l00 00 S73 00 575,400 00 f15 00 SL7,000 00 518 73 597,034 00 S14 00 fE1, 200 0031 2116 509 AGGREGATE SIJRFACMG, CLASS 5 155 TON ylp 00 36,200 00 S20 00 53, 100 00 52010 53, 182 00 530 00 SIA50 00 f17 00 52. 635 00 S25 00 53. 675 00 527 58 y/,278 5 520 00 53, 100 0032 2123 51 COMMON LABORERS 24 HOUR 5100 00 52,400 00 5120 00 52, Ea0 00 565 00 57, 580 00 S75 00 f 1. L00 00 S85 00 52. 040 00 5100 00 52. 00 00 59E E2 52.368 LE S85 00 51. 560 0033 21? 3 61 SKID LOADER 21 HOUR 5150 00 53.800 00 5135 00 53, 210 00 5700 00 SZ, 00 0 5100 00 52,100 00 5120 00 $ 2, 8Ep p0 5130 00 53, 120 00 5265 61 56,379 4/ f750 00 53,800 0031 212361 STREE' CSWEEP¢ R WITHPICKUPBROOM 70 HOUR f15000 510, 50000 515000 510, 50000 512500 58,75000 5100DO 57, 00000 f10000 57,00000 572000 tL, 0000 525225 577,65750 512500 SE, 7500035 221 I 507 AGGREGATE BASE( CV) CLASS 5 P) 3767 CU YD S35 pp 5110, 615 00 52E 00 SE8,878 00 532 84 5103, 370 60 530 00 595. 010 00 S1E 00 S$ 7, 008 00 538 Op 5114, 072 00 529 Ei f9. 10E 27 S32 00 5101, 3410036 2360 509 IYPE SP9 5 WEARING COURSE MIXTURE 2, C) 1080 TON { t0 00 5321, E00 00 S80 00 5321, E00 00 S78 03 5318,Etl1 EO SE2 00 5332, fl20 00 S77 00 5312,82q 00 S68 00 5319. 1E0 00 576 50 5310, 590 00 S78 50 f310,590 0037 250I502 36^ RC IPeMRO( DESIGN3100G) 1 EACH 52.00000 52,00000 52.00000 52,00000 51, 75911 51, 75917 52,50000 SZ, 50000 33,20000 53,20000 51. 50000 57, 50000 53, 58603 53, 5E603 51. 59300 51, 5930038 2503 503 I:" RC PIPE SEWER DESIGN 3006 CLASS V 923 LIN Fi S50 00 546, 150 00 t{4 25 $ 40, 612 75 S11 84 536,{ 33 72 S40 00 $ 36, fl20 00 S65 00 f59,B95 00 S50 00 548, 150 00 $ BB 30 581, 14/ 90 5130 80 5120, 543 EO39 .' S03 503 I S" RC PIPE SEWF.R DESIGN 3006 CLASS v 322 LRJ F[ f60 0p 579, 320 00 S57 75 S1 E, 595 50 S48 77 515,059 fl4 545 00 51, 4D0 00 S70 00 522,540 00 S55 00 517. 710 00 571 61 s23, 122 82 5140 75 y15,321 5040 2503 507 Ii' RC PIfE SEWER DESIGN 3006 CLASS IV 390 LM FC f70 00 527, 300 00 S61 50 S23, D65 00 S52 87 520, 595 90 S60 00 523. 100 00 SLO 00 $ 31, 200 00 f57 00 522, 230 00 S15 E6 529,593 20 5117 35 515.766 5041 2503 503 21" RC PIPE SEWER DFSIGN 3006 CLASS IV 85 LIN FT jE0 00 { 5, 2p0 00 fyt pp S/, t8p 0p j59 05 53,83E 25 575 00 f1, 075 00 f0.5 00 55,525 00 583 00 S4, OB5 00 S92 94 56,617 10 5120 10 S7, EOe 5042 2503 503 27" RC PIPE SEN'ER DESIGN 3006 CLASS Iv 275 LM F1' SES 00 523, 375 00 S93 50 525, 712 50 585 53 523, 520 75 59U 00 521. 750 00 5170 00 530,250 00 586 00 524, 200 00 5135 56 f37,279 00 5148 90 S{ 0, fl47 5043 2503 503 33" RC PIPE SEWER DESIGN 3006 CLASS I V 978 LM F7 f700 00 597,D00 00 5120 00 5717, 380 00 f116 70 5111, 132 60 5730 00 5127. 110 00 5130 00 5127. 140 00 5115 00 5112,170 00 5175 35 5171, 192 30 5765 40 5781, 761 20M 2503503 36" RCPIPESEWERDESIGN3006CLASSN E61 LQJFT 512500 5107,82500 573000 5111. 93000 512910 5717, 15510 S1E000 5754, 96000 514000 5120,54000 513500 5116, 23500 576971 5163,36874 f178211 2153. 4302045 - MSULATION( 1'XE7C2" iHICK( STORM) 1 $ YD j100 00 j/00 Op fEp pp S32p pp f25 70 5702 M 525 00 5700 00 S16 00 584 00 S35 00 5110 00 59G 4l s397 78 S55 00 j220 00

6 2503 603 CLF W AND VIDEO 7APE PIPE SEWER- MAINLINe 1565 LIN} T f2 50 53,962 50 51 50 52. 377 50 SZ 32 53,677 20 52 00 53. 170 00 S2 50 f3,962 50 32 00 53,170 00 S7 20 51. 902 00 S2 00 f3,170 0017 2501601 TRACING WIRE SYSTEM( WATERMNN& WATER SERVICES 1 00 LUMP SUM 57,500 00 57.500 00 51 00 S1 00 57.408 65 57.409 65 55.000 00 55, 000 00 5 00 00 SEW 00 57. 500 00 57. 500 00 56,590 07 58,590 07 514,037 00 514,037 00b 2501607 TRACER WIRE SYSTEM( SANITARY SEWER& SEWER SERV 1 00 WMP SUM f5,000 00 s5,000 00 S1 00 S1 00 55,009 02 55,009 02 55.000 00 55, 000 00 $ 00 00 j400 00 jS.pOp 00 S5.ppp pp 53, 178 43 53, 17a 43 j6,9Q0 00 56,90p p019 2506 502 ADNST FRAME AND RQJG CASTING t EACH f1, 500 00 51. 500 00 y100 00 y100 00 5637 53 5837 53 51. 500 00 51. 500 p0 5900 00 5900 00 5350 00 5350 00 5469 47 s48917 5 50 00 5750 0050 2506 503 CONSTRUC'f DRA¢ iAGE STRUCTURE DESIGN SD- 4a 76 20 LIN Ff Sl50 0p 535. 1 W 00 5512 00 540,03E 40 3576 77 545, 103 41 5350 00 527, 370 00 55 0 00 542,22L 00 5450 00 535. 190 00 f835 21 519,673 42 5542 00 542, 36t 4051 2506.503 CONSTRUCT DRAAIAGE SiRUCfURE DESIGN 1E 1020 53 10 LIN Fl y100 00 521, 240 00 5345 00 S1E. 319 50 S40E 19 S21, D71 E9 5350 00 S1L, 565 00 5350 00 51E,565 00 Sl00 00 521, 210 00 553t 70 # 6.804 97 5365 00 519,361 5057 2506 503 CONSTRUCT DRAINAGE STRUCIURE DESIGN 60-0/(120 61 02 LQJ FL 5550 00 533. 561 00 ytpp 00 S21, IOE 00 5534 74 532,629 63 5500 00 530, 510 00 f190 00 f28,699 a0 5550 00 533. 5C1 00 5817 03 539,481 77 5497 00 530. 328 G153 2506 503 CONSTRUC'I DRAINAGE STR[ 1CiURE DESIGN 72- 020 7 92 LA7 F7' SBSp pp f6. 71a 00 5830 00 y1,969 60 j971 37 f7,693 25 f6W 00 56, 732 00 5730 00 f5,781 80 f9p0 00 57. 12L 00 51, 013 11 SE, 023 63 SEE7 00 57,025 0154 2506602 CA57A1GASSEMBLY STORM 31 EACH SE0000 = 21,L0000 596500 529,91500 f1, 39971 543, 39101 51, 40000 543,40000 51. 00000 53i,00000 57, 00000 531, 00000 31. 4E219 545,91769 51. 56500 yM,5150055 2511 501 GEOTEXTILE FILiER 7' YPE N 250 S YD j3 5p j875 00 S7 00 2250 00 53 10 f775 00 510 00 52, 500 00 f5 Op 51, 250 00 S2 00 Z500 00 5183 51, 207 50 53 75 f937 5056 251 I 507 RANDOM RIPRAP CUSS IV 145 CU YD S75 00 510,875 00 5100 00 5/ 1. 500 00 5100 00 j14,500 00 f60 00 511. 60D 00 5710 00 515.950 00 5100 00 514, 500 00 5120 55 f 17, 479 75 5755 00 222,175 0057 2521 516 4" CONCREI'E WALK 1D1E8 S FT S8 00 S70fl. 126 00 SS ES 5108. 399 E0 55 75 5104. SE1 00 S8 00 5109. 12s 00 f8 20 5112.765 60 S8 00 5709. 12L 00 511 26 5204.796 6E S5 25 595.187 00SE 2521 516 CONCRE7E PAVERS 4862 Ff S12 00 559, 5 100 S8 00 S11, 85t 00 59 96 549. 520 76 510 00 547, 620 00 Sfl 00 544,858 00 S7 7 00 551, 582 00 514 03 589,618 EB 59 00 yN,65E 0059 2531 501 CONCRETE MEDIAN 29 S Ff S25 00 j725 00 S21 00 5809 00 S30 40 5661 60 S21 00 5809 00 S20 00 5580 00 525 00 5725 00 MO 28 SSdE 12 525 00 5725 0060 2511 501 CONCRETE C[ 1RB AND GUiTER DESIGN 661E 1119 LQv FI' S20 00 Sd2, flD0 00 51E 5 f78,519 05 S78 35 576, 134 15 S20 00 S62 960 00 S78 00 57{. 682 00 520 00 582, 9 0 00 517 50 572.807 50 518 00 574, 662 0067 2531 503 SURMOI,TJTABLE CONCRETE CURB AND GUi7ER 41 5 I.Q: FI' S20 00 SE2, 900 00 S1E 00 571,610 00 S17 64 573.& 18 EO S79 00 S7E, 755 00 S17 00 570,465 00 519 50 St0.E27 50 S77 00 570,485 00 S77 50 572.537 506: 2531507 6" CONCREI'EDRIVEWAYPAVEMENT 34E S YD 57000 524, 36000 38200 527. 57800 56212 521, 81778 55800 519, 4LE00 55600 520, 18400 SBSOp j22,82q00 51078E 537,47281 55800 f20, 7y/ pp63 253150' 7 8" CONCAETEDRIVEWAYPAVEMEhT 281 S YD SE000 520,88000 57100 578, 53100 57130 S1a, 80830 58500 516,90.500 56800 517,71d00 57500 518, 57500 513366 53.t,6E528 58700 517.1870064 2531 604 i" CONCRETE VALLEY GUTTER 84 5 YD 5120 00 570,OE0 00 S60 00 56, 720 00 S t 50 58. 648 00 575 00 58. 300 00 575 00 56,300 00 S90 00 57, 560 00 f75 00 56,300 00 S60 00 f8.720 0065 2531 61! TRiJNCATED D04fES 252 S FI' S50 00 512,800 00 512 00 510, 564 00 541 EO 570, 533 80 S40 00 570. 080 00 540 00 510,080 00 545 00 511, 310 00 S40 00 510,Od0 00 S12 00 510, 56 0066 2540 602 WOOD STAIRWAY 1 EACH 52,000 00 52.000 00 52.000 00 52. 000 00 SE00 00 SE00 00 53,000 00 53, 000 00 57, 500 00 57. 500 00 52. 000 00 SZ. WO 00 51, 250 00 51. 250 00 52, 000 00 SZ.WO 0067 2540 602 MAIL BOX SUPPORT 31 EACH 5350 00 571. 900 00 f115 00 S3, B10 00 5702 00 53, IBE 00 5100 00 53,400 00 595 00 53,230 00 5150 00 55,100 00 S95 00 53,230 00 f125 00 51, 25D 006E 25r0 603 AISTALL RETAINING WALL 20 LA1 FC 5150 00 53.000 00 S40 00 $ 00 00 5355 00 57.100 00 SZ00 0 SI,000 00 5100 00 SZ. 000 00 5300 00 SB, 000 00 tl7 e6 3633 20 5300 00 56,000 0069 25a5 502 LIGH7[NG UNR 7YPE SPECIAL 12 EACH f3,000 00 536,000 00 56,202 00 571. 42100 58,543 OS 578,518 60 SB, I15 00 576, 9E0 00 56,000 00 572,000 00 57, 500 00 500. 00 00 55,907 00 570,LM 00 56,000 00 572.000 00

m- m vu m,. n, iiuec,ryorrewo cav uoemn-wm s. mwa. aswuemo oa wi aenmzax. wm. m, a, oaswue p000e nbmrmowuoeao znbr.e.PAGEIo( 2

Page 5: Pequot Lakes— · Council Action Requested: A. Council motion awarding the Rasmussen Road and South Washington Avenue Road & Utilities Improvement Project to RL Larson Excavating

N7DSE7HSMITH VOLTING T. BULATIONOFB/DS

7! M IotlosMal P rk RoaA, E: ter, MN 56123 NAME Ri mu uo Ro d f SooN Wuhi Etou A e ae Rwd od Utltltla Imprvvemn lrvject

HONE 21i- 629-5117 CLIENT City of tequot L 4n DATE: Juury St, 2020PROJEC7 NO: 130E0072 TUfE: 10: 00 am

ILL 4n.[ aav Wti, l c. laru EznvWo{ CMrM n, l c bNn Eaev W, lK Kr<Ye UtleRmtl, l c IA Fnde, toc R 11 EauvNy, IK. Gitle GMnc1bR K-

33551II StSE rObtl 1JIIOMrk IN I fftSme wy. 55, lOMxSOf I7if5- 25 YAveMV, Oba12f II f325wt\ US] I

LNGQiLER' SGSTNUIE S C MNSC)W IW MNSWO MerNM MNSfKS KI h 1 QIS5J5l IIIa,/ UVS[ 1{ l O tcY MNSS) SO yMIVSNf1

REM S Ef CONI'MC7 UMT UMT UNIT UMT UMT UNIT UIiIT UNIT

NO It0 IT[ MDESCRIRION UANTIiV IIMi tqCE AMOUNT pC[ AMOUNT IUCE AMOUKF tR10E AMOUNT NCL AMOOHT RICE AMOUNT IqCC wMOUNi tlCL AMOUNT

70 25a5 502 LIGHT FOUNDATION DESIGN E MODIFIED 12 EACH 5600 00 59.800 00 5878 00 59.792 00 571100 S6.SBE 00 5700 00 56,400 00 SEW 00 59,600 00 f900 00 S10,E00 00 5777 00 59.32100 fM10 00 S9.b00 00

71 25I5 502 LIGHT SERVICE CABINET- TYPE LI t EACH f5,500 00 f5,500 00 j5.500 00 55.500 00 f5,3M 00 55,30100 f5.500 00 55,500 00 55. 500 00 55,500 00 f8,000 00 f8,000 00 55,224 00 f5.22/ 00 55, 500 00 55,500 0072 2545 501 E UIPMENT PAD i EACH 5750 00 5750 00 5913 00 5913 00 5883 00 5863 00 5650 00 5850 00 5900 00 5 10 00 $ 1, 000 00 f7. 000 00 f 70 00 SE70 00 5900 00 5900 0073 2515 502 SERVICE E UIPMENT 1 EACH 5500 00 5500 00 5472 00 y172 00 5765 00 5765 00 SE00 00 SE00 00 5500 00 f500 00 5700 00 5700 00 f450 00 f450 00 f500 00 5500 0074 25I5 502 HANDHOLE t EACH 5850 00 55.200 00 51. 01 L 00 58,144 00 5628 32 55,026 58 5620 00 54.960 00 f1. 000 00 SE, 000 00 51, 200 00 59.600 00 f970 00 f7,780 00 51, 000 00 SC, 000 0075 2515 501 GROUND¢JG ELEC7RODE GROUND ROD) 12 EACH 5100 00 57. 200 00 544 00 f52E 00 SE9 76 57. 077 12 SEt 00 21. 056 00 S42 00 5504 00 560 00 5720 00 S12 00 S50{ 00 545 00 5540 0076 2515 503 1" NON-ME7ALLIC CONDUIi 150 LIN FC yl 50 f675 00 53 40 3510 00 S1 89 5263 50 f2 00 5300 00 5100 5800 00 ZI 00 5600 00 S3 20 S4E0 00 S3 50 5525 0077 25I5 503 2" NON-METAI. I.IC CONDUIT 3000 LIN Ff j5 00 515.000 00 SI 35 513.050 00 SI 31 513,020 00 54 25 512,750 00 j4 15 512, 450 00 SI 75 511, 250 00 SI 11 512. 330 00 54 25 572,750 00

7ff 2545 503 3' NON-METALLIC CONDUIT IRECfIONAL BOAE 500 LRJ FI' $ 6 00 53,000 00 S78 00 St,000 00 j2318 511. 730 00 S23 00 511. 500 00 515 20 57. 800 00 S17 50 iE. 750 00 S15 20 57.600 00 576 00 Sa, 000 0079 25t5 503 UNDERGROUND WIRE 1/ C 4 AWG 12000 LQJ Ff S1 25 575,000 00 S7 80 519.200 00 52 01 521,480 00 S2 00 524,000 00 51 50 51L, 000 00 22 00 524, 000 00 51 50 516. 000 00 S7 50 S1L,000 00

80 2545 503 UNDERGROUI iD WIRE 1/ C( BARE) 6 AWG 200 LIN F1' S1 10 5220 00 S1 50 t300 00 52 01 S10a 00 S2 00 5400 00 51 5 S2G0 00 SZ 00 540 00 S7 11 5282 00 S1 50 5300 00sl 2515 503 UNDERGROUND WIRE 1/ C BARE) E AWG 4000 LQJ Ff S1 00 y/.000 00 57 35 f5,400 00 21 99 57,980 00 f2 00 SE. 000 00 S1 30 55,200 00 21 75 57,000 00 51 27 55,080 00 $ 110 35,800 00s2 2545 503 UNDEAGROIIND N' IRE 1/ C ARE 10 AWG 2500 LIN Ff f0 90 52250 00 S1 00 52, 500 00 S0 79 51, 975 00 51 00 52, 500 00 57 00 52, 500 00 31 15 52,875 00 f0 97 Sz.425 00 51 00 52,500 00E3 25l560] SERVICEMETERCONNCETIONNTILITYMETERBASE 1 EACH 550000 550000 51, 31500 51, 31500 561200 f81200 51, 80000 51, 60000 51, 25000 51, 25000 51, 50000 51, 50000 51. 25000 51. 25000 51. 50000 51, 50000

M 2563 601 TRAFFIC CONTROL 1 00 LUMP SUM 510. 000 00 510.000 00 5. 000 00 $ 8.000 00 510. 73e 00 570. 136 00 57. 500 00 57. 500 00 f6.000 00 i6.000 00 SE. 500 00 58. 500 00 tL.000 00 58.000 00 511. 000 00 511, 000 00s5 256151I SIGN PANEI.S TYPE C 79 28 S Ff S60 00 54,755 60 578 00 58, 1 2 28 S75 48 55.962 51 S50 00 53,983 00 545 00 53,588 70 5100 00 57,928 00 S85 00 55, 151 90 SEO 00 j8,340 a(1b6 256I 601 RJSTALL SIGN TYPE SPECIAL 911) 19 EACH 5125 00 22.375 00 S25 00 5475 00 520 40 5367 80 S50 00 Sfl50 00 S25 00 S{ 75 00 S30 00 5570 00 S10 00 f780 00 f55 00 51, 015 0087 2573 501 EROSION CONiROL SUPER VISOR 1 DO LUMP SUM 52,000 00 52.000 00 53.500 00 53.SOD 00 52. 550 00 52.550 00 52, 000 00 52.000 00 SZ. E00 00 52. E00 00 55,000 00 55, 000 00 57. 000 00 51, 000 00 53.000 00 53,000 00bs 2573 502 STABILIZED CONS7RUCTION EXIT 1 00 LUML SUM 55,000 00 55,000 00 51. 500 00 f1. 500 00 52, 550 00 SZ.550 00 55.000 00 55.000 00 510,000 00 510, 000 00 55,000 00 55,000 00 55.770 65 55, 770 65 518,000 00 578,000 00s9 25 3 502 STORM DRA( N MLET PROTECTION 32 EACH $ 200 00 56,100 00 5200 00 58,400 OD 5102 00 53,284 00 5700 00 53.200 00 5300 00 59,600 00 5200 W 58.400 00 5150 00 SI,800 00 5200 00 f8.100 0090 2573 503 SILT FENCE,7' YPE MS 985 LM FI 53 00 52.955 00 S3 85 f3,595 25 S3 06 53,01 10 51 00 5965 00 SZ 50 52, 482 50 53 00 S2, fl55 00 S2 50 32,162 50 54 00 53,910 00

91 2573 503 SEDIMENT CONTROL tAG 7YPE COMPOST 1075 LItJ Ff S 00 51,300 00 SS 50 55,912 50 S5 10 SS,IE2 50 54 00 t4,300 00 SS 00 55,375 00 55 75 S8, 1L7 25 SS 00 55, 375 00 55 00 f5,375 0092 2574 507 SCREENED TOPSOIL BORROW( Cv) 1911 CU YD S30 00 557, 330 00 S3E 00 S72,B1E 00 S25 50 518,730 50 S35 00 566.6E5 00 521 00 y10. 131 00 S55 00 5105, 105 00 551 67 S9E. 711 37 f38 00 f6E,796 0093 2574 50! FERTILIZER TYPE 1 716 POUND SO 75 S53E 50 SO 60 5130 EO ft 53 57, 098 54 S1 00 S71E 00 51 00 f716 00 S7 00 5716 00 51 00 f716 00 SO 50 5359 0094 2575 SOa EROSION CONTROL BLANKETS CATEGORY 3 3700 S YD SZ 50 S9.Zfi0 00 S7 80 55,920 00 53 O6 571, 322 00 S3 00 511, 100 00 S2 00 57,400 00 52 25 SE, 325 00 SZ 00 57.400 00 S7 75 f8,475 0095 2575 505 SEEDMG 3 59 ACRE 5 00 00 51, 36 00 52,825 00 59.423 75 55,100 00 518,309 00 32,500 00 56.fl75 00 51. 500 00 S5.3E5 00 51. 500 00 55, 385 00 51, 500 00 S5, 3L5 00 SZ. 500 00 SE.975 0096 2575 50E SEED MIX"1' URE 25- I51 518 POUND s100 52,072 00 SB 00 53. 108 00 f3 OB 21, 565 OL f5 00 52,590 00 55 00 52,590 00 53 50 51. 73 00 SS 00 52, 590 00 SS 5 52.97E 5097 2575 506 SEED MIXTURE 33- 262 50 POUND s6 00 5300 00 S20 00 51. 000 00 510 20 5570 00 525 00 51, 250 00 S15 00 5750 00 S3 50 5775 00 515 00 5750 00 51 E 80 5930 009E 2575 506 HYDRAUI,IC REMPORCED FIBER MATRIX 5710 POUND 52 50 574, 350 00 52 65 578, 359 00 S0 77 54,419 t0 S7 50 56,810 00 S2 50 574,350 00 j2 30 513, 202 00 52 50 511. 350 00 53 00 517,220 0099 25E25031" SOUDLINEPAINT 1320 LP7fT f025 f33000 f125 51, 85000 5117 51. 5 440 5750 51. 98000 5715 51. 51800 SO55 572800 5115 51, 51d00 5125 51, 85000100 25f2 503 1" SOLID LINE PAINT( GORE AREAS) 727 L1N FT f0 50 S b3 W 51 25 5908 75 51 17 SL50 59 51 50 S1. Ofl0 50 S1 15 5 36 05 S1 75 51. 272 25 S1 15 5838 05 51 25 S90E 75101 25E2 503 4" SOLID LI1vE PAIN7( PARKING STALLS) 1978 LIN FT SO 50 59E9 00 51 25 Sz,472 50 51 17 f2.31126 51 50 S2.B67 00 St 15 52.274 70 S1 75 53,181 50 S1 15 f2,274 70 51 25 52.472 50

102 : SE2 503{" BROKEN[. Q: E PAINT 1330 LQJ FI' f0 25 5332 50 51 25 21, 862 50 f1 17 51, 556 10 57 50 51. 995 00 S7 15 f1, 529 50 S0 75 5997 50 S1 15 51. 529 50 21 25 31, 862 50103 25E2 503 6" SOLm LP]E PAINT SQS LIN F7 St 50 5877 50 52 10 51, 22E 50 SZ a 51, 193 40 Sz 00 51, 170 00 SZ 00 51, 170 00 SS 50 f3,217 50 f2 00 31, 110 00 S2 00 57, 170 00

104 256: 516 PAVEMENT MESSAGE PAINT 218 S Ff f3 25 5702 00 S8 50 Si. E36 00 = 2 01 f140 61 S70 00 52, 160 00 SE 00 51, 72a 00 S1E 00 f3,456 00 fE 00 51. 72E 00 S10 00 52, 160 00105 2611 IA 6" PVC WATERMAIN PiPE 210 LQJ FT 535 00 57. 350 00 S27 LO SS, E3E 00 135 0{ 5, 35e 10 S33 00 56,930 00 f62 00 513,020 00 j40 00 $ 8,l00 00 SIS 95 59, 649 50 S7L DO 518,3a0 00106 7611 U !" VC WA7"ERMAA' PfPE 3310 LIN Ff 540 00 5132. 100 00 S34 00 5112. 540 00 S38 75 S 728, 282 50 f40 00 5732. 100 00 S84 00 S2t 1, 640 00 S42 00 5139.020 00 537 EB 5725.318 80 S67 60 5289,958 00107 261I B 6" GATE VALVE& BpX w/ ADAPI'OR 8 EACH 51, 750 00 514. 000 00 51, 400 00 511, 200 00 57, 157 91 571. 615 2E 52.000 00 576,000 00 51. 500 00 512. 000 00 57. 500 00 512, 000 00 53, 1E0 39 525, 143 12 52. 175 00 517,100 00

IOE 2611 a6 !' GATE VALVE& BOX w/ ADArTOR 10 EACH 52. 300 00 523, 000 00 f1.E50 DO 516, 500 00 52.028 8 520, 286 40 52.500 DO 525,000 00 $ 2, 000 00 520.000 00 52.000 00 SZ0, 000 W 53,502! 8 535, 024 60 52.175 00 524,750 00109 2611 4C 1" CORPORATION S70P 33 EACH 5800 00 519. E00 00 5800 00 519, E00 00 5257 99 SE, 573 67 SI00 00 513, 200 00 5620 00 320,480 00 SI00 00 573,200 00 51. 779 25 SSS, 775 25 560 00 579,932 00110 2611 oD 1" CIIRB STOP AND BOX 33 EACH 5700 00 523, 100 00 5625 00 Sn1.b25 00 5275 20 59. 081 80 N00 00 513, 200 00 f130 00 511, 190 00 SI00 00 573, 200 00 2235 18 f7.780 2C 5471 00 515,513 001 I 1 7600 D MSULATION( 47( E' X2" TFflCK : LAYERS) 150 YD S50 00 57,500 00 SIO 00 58, 000 00 S25 70 53. 855 00 S50 00 57. 500 00 S16 DO 52.400 00 S30 00 51, 500 00 S31 52 51, 728 00 S50 00 57. 500 00

112 ? 611 IE FIYDRANT 8 EACH 54. 500 00 53E.000 00 51,850 00 53E, E00 00 55,697 56 S S, SEO 48 54,500 00 538. 000 00 51,700 00 537,800 00 y1,500 00 536. 000 00 Sb. 800 05 S52, E00 40 55, 130 00 $ 11, 010 00113 261 I IE RJSTALL HYDRANT( FftOM$ ALVAGE) 1 EACH 57. 500 00 21. 500 00 51, 500 00 51. 500 00 S3.OE0 97 S3,OE0 97 52.500 00 52, 500 00 51, 100 00 51, 100 00 51, 500 00 51, 500 00 51. 7 E 65 57. 71E 85 51, 875 00 51. 875 00

114 2611 IH DUCTQ.E IRON WATERMAIN FIl"fMGS 2225 POUND SS 50 512.237 50 S6 30 511. 017 50 j6 64 575,219 00 SE 00 517, 00 00 S6 00 513,350 00 SB 50 511.162 50 513 53 530, 104 25 29 U 521. 001001 I S 261 I 11 1" SERVICE PIPE 1159 LIN FT SZO 00 523, 1 EO 00 514 00 f18,226 00 52E 97 533,576 23 f30 00 531, 770 00 S30 00 534, 770 00 530 00 531. 70 00 516 85 521, 647 15 S79 00 f91. 561 00116 26114I CONNECTTOECISTMGSERVICEPIPE 27 EACH 5250.00 56,75000 575000 y1.05000 575501 j4,7D527 S25U00 Sb.`. A00 524000 56.4E000 f35000 59.45000 56297 51. 70019 542100 571. 36700

117 - CONNEC7TOEXIS7MGWATERMARJ 8 EACH 51, 50000 512.00000 52.00000 516,00000 51, 02505 SE, 20040 51, 50000 572, 00000 53,00000 524,00000 57. 00000 SE, 00000 51, 65219 SU, 1752 SEOE00 56,181001 I S 2621 4A t" PVC SEWER PIPE SDR 26 1585 LIN FI' f80 00 SA5. 100 00 f3100 S53A90 00 565 43 5103, 708 55 53E 00 560,230 00 564 00 5101,M0 00 940 00 583,100 00 552 07 $ 82,530 95 5107 30 f780,560 50119 2621! B SANRAItY SEWER MANHOLE, MnDOT DESIGN 1007C 8 EACH 53, 750 00 522. 500 00 53, 750 00 SZZ, Fi00 00 51. 1 M 39 S24,D88 31 55,000 00 530.000 00 54,300 00 S25, E00 00 53,500 00 521, 000 00 N,857 15 527. 912 90 54.637 00 527,7E8 00120 2621 4BI MANHOLE EXCESS DEPTH 11 LIN F1' 2 70 00 52. 310 00 5750 00 51. 650 00 f235/ 7 52, 590 17 5200 00 52. 200 00 5130 00 51, 430 00 5175 00 51. 925 00 54t8 28 55,349 O8 6327 00 23,597 00121 2621 4F 4" PVC SERVICE PIPE( SCH 10) 719 LM FT S 521, 570 00 Si 50 510,425 50 S26 83 519. 290 77 530 00 527. 570 00 530 00 521. 570 00 530 00 521, 570 00 513 35 59. 596& 5 S76 EO 555,219 20122 2621 F t" X 1" PVC WYE 21 EACH 5400 00 fE,400 00 SE75 00 518, 375 00 5320 Ei 56,737 01 5200 00 54,200 00 f550 00 571, 550 00 5350 00 57,350 00 57, 682 23 S3t,908 83 5469 00 59,dt9 00123 2621 IF 4" PVC CLEAN OUT IUSER( SCH 10)( DETAIL 5- 12 15 EACH f1. 2Q0 00 51D,000 00 5300 00 54.500 00 5538 OS 58,040 75 SI00 00 58.000 00 5560 00 f6,100 00 5250 00 53, 750 00 5765 88 571. 465 20 f597 10 fE,a68 502 - CONNECT TO EXI57ING SANITARY SEWER MANHOLE 2 FACH j1, 500 00 $ 3,000 00 51. 400 00 S2. EW 00 53, 033 38 58, 086 78 52.000 00 34,000 00 58,000 00 51E,000 00 51, 500 00 53,000 00 S2. 5M E3 f5.069 86 52.840 00 S5.2L0 00

125 - CONNEC7 TO EXISTING SANITARY SEWeR PIPE 1 EACH 57, 000 00 SI,000 00 51, 100 00 55, 600 00 52. 055 01 $ 8,220 OI 51. 000 00 54, 000 00 57,000 00 528,000 00 57, 000 00 SI,000 00 N77 09 57. 888 36 f520 00 S2,Od0 00126 - CONNECT TO EX157MG SEWER SERVICE PIPE 21 EACH 5250 00 f5.250 00 5100 00 52. 100 00 5155 01 53,255 21 5250 00 55,250 00 5330 00 58.930 00 3350 00 57, 350 00 5306 07 56,127 47 S 0 56,105 00

TOTAL S2,6J6, 71 60 S1J%, 792 3 52, t2,920.05 52y11 22. 50 52,67i,960 95 f2,l09, 91 00 53,OU,til t0 SJa70,00000

TOTAL

i hQeby cerafy[ hat Uus tnbWanon s a true and cortect wp} of Ihe b ds for th<REV 01' 29 2020

Rssmussen Rwd& South Wuhmgton A mue Road and l.nLt es Lnpro. cmmt Ro ect gpRDEN EXCAVATING INC- ITEM11 106 REVISED FROM 51 5 0 00 TO 5132 J00 00

F— '"

56606 01129i2020

NAME TONY POFII„ P E REG NO DATE

m vuwr o msw oerny orrey„ i tc auosoo 2- ttum sm w. a a s w, nmp u yv iioawn mrv uam Ro. a. na s wssn ao oa e a mro. uoow oeoon e a r. n,. ence z r z

Page 6: Pequot Lakes— · Council Action Requested: A. Council motion awarding the Rasmussen Road and South Washington Avenue Road & Utilities Improvement Project to RL Larson Excavating

WIDSETHSMITH

anuary 28, 202o NOLTING

I tameid I3, i lu

7804 Industrial Park Road

PO Box 2720

Honorable Mayor and Council MembersBaMer, MN 56425-2720

City of Pequot Lakes 218.829 5117 0

4638 County ROad 1121s.szs.z5i B

Brainerd@wsn. us. com

Pequot Lakes, MN 56472-0361WidsethSmithNolting.com

RE: Proposal for Construction Phase Engineering ServicesRasmussen Rd & South Washington Ave Road 8 Utilities Improvement Project

Pequot Lakes, MN

Honorable Mayor and Council Members:

In anticipation of bids being acceptable for the above referenced project, we have prepared aproposal for construction phase engineering services for this project.

We have worked with the City Public Works Staff on previous projects. But, due to the type ofwork and various tasks facing the City Public Works Staff, we understand that our assistancewill be needed.

We will provide the following services after the City Council awards the construction Contract:

1. Issue a Notice of Award to the Contractor, and request bonds and insurance.

2. Review the Contractor's bonds and insurance for conformity to the construction Contract,obtain signatures on the Agreement, and prepare conformed construction Contracts for the

City, the Contractor, and our project files.

3. Send out invites, prepare an agenda, conduct the pre- construction meeting, and distributeminutes.

4. Coordinate, in conjunction with the Contractor and the City, with utilities.

5. Review the Contractor's schedules.

6. Review the Contractor' s shop drawings on materials to be incorporated into the work.

7. Establish horizontal and vertical control in the field for construction staking and for use bythe Contractor.

8. Provide construction staking for sanitary sewer, watermain, storm drainage, roadwaygrading, and curb and gutter for the Contractor as specified in the construction documents.

9. Provide a construction observer. This person will coordinate with City Public Works Staffwhen they can observe construction. Due to the type of work and other Public Works Staffduties we anticipate our construction observer will be on- site 5 days a week for 10 hours a

day over an estimated 12-week construction schedule.

10. Prepare agendas, conduct weekly on- site progress meetings, and distribute minutes.

t. n ncc ius U hrtc tutc tiu c ins Ln u, nmental

Page 7: Pequot Lakes— · Council Action Requested: A. Council motion awarding the Rasmussen Road and South Washington Avenue Road & Utilities Improvement Project to RL Larson Excavating

January 28, 202o WIDSETHProposal for Rasmussen and South Washington Construction Phase

SMITHCity of Pequot LakesPage 2 NOLTING

11. Answer questions from the Contractor, and construction observer.

12. Coordinate with the material and field testing geotechnical firm hired by the City.

13. Work with the Contractor on draft payment applications, prepare final monthly paymentapplications for the City Council to consider, and transmit all necessary related paperworkbetween the City and the Contractor.

14. Conduct a walk-through with the City and the Contractor towards the completion of theproject, and prepare a " punch list" of items the Contractor still needs to complete.

15. Address with the Contractor the various paperwork items to close out the constructionContract.

16. Conduct" As-Built" survey and prepare drawings.

Schedule

We have not received a schedule from the apparent low bid Contractor, so the start date of our

services along with the length of our services is an estimate at this time.

The construction Contract Documents indicate construction needs to be substantially completeby October 16"', 2020.

Fee

Our fee is based on the above tasks.

Note that the level and costs of our services is very dependent on the performance of theContractor, and to some degree, on weather and other factors outside of our control.

We propose to perForm the above tasks on an hourly basis, in accordance with the attached feeschedule, for an estimated amount of a168,000.

If we need to provide services other than those listed above, or if we need to spend more time

with the Contractor than we originally anticipated, we will review such situations with the Citystaff and then with the City Council.

We plan on being at your February 4th City Council meeting to answer questions.

If you are in agreement with our proposed scope of services, please sign and return one copy ofthis letter for our records. We appreciate the opportunity serve the City.

Widseth Smith Nolting 8 Associates, Inc.

Timothy M. oule, P. E.

Civil Engineer Vice- President

Page 8: Pequot Lakes— · Council Action Requested: A. Council motion awarding the Rasmussen Road and South Washington Avenue Road & Utilities Improvement Project to RL Larson Excavating

January 28, Zo2oWIDSETH

Proposal for Rasmussen and South Washington Construction PhaseSMITHCity of Pequot Lakes

Page 3 NOLTING

Attachments: General Provisions of Professional Services Agreement

2020 WSN Fee Schedule

c: WSN File

Accepted by the City of Pequot Lakes: The above proposal is satisfactory and WSN isauthorized to do the work as specified and in accordance with the attached General Conditions.

Payment will be made monthly in accordance with the terms on the attached fee schedule.

Printed Name Title

Signature Date

Printed Name Title

Signature Date

Page 9: Pequot Lakes— · Council Action Requested: A. Council motion awarding the Rasmussen Road and South Washington Avenue Road & Utilities Improvement Project to RL Larson Excavating

General Provisions of ProfessionalB TheCLIENTwillpaythebalance

WIDSETHstated on the invoice unless CLIENT

Services Agreement notifiesWSNinwrihngoftheparUcular

item that is alleged to be mcorrect within SMITH15 days from the date of invoice, in which ,

NOLTINGThese General Provisions are intended to be used in con unc6on with a letter-type Agreement y, only the disputed item will remainor a Request for Services between Widseth Smith NolGng, a Minnesota Corporation, hereinafter undue until resolved by the parties Allreferred to as WSN, and a CLIENT, wherein the CLIENT engages WSN to provide certain accounts unpaid after 30 days from lhe ~

w K

Archdeclural, and/ or Engineering services on a Pro ed date of onginal invo ce shall be subject to a service charge of 1% per month, or the

maximum amount authorized by law, whichever is less. WSN shall be en6tled to recover allAs used here n, the term" this AgreemenC refers to( 1) the WSN Proposal Letter which reasonable costs and disbursements, including reasonable attomeys fees, incurred inbecomes the Letter Agreement upon its acceptance by the Client,( 2) these General Prowsions connection with collecting amount owed by CLIENT. In addihon, WSN may, after givingand( 3) any attached Exhibits, as if they were part of one and the same document With respect seven days wntten noUce to the CLIENT, suspend services and withhold deliverables underto the order of precedence, any attached Exhibits shall govem over these General Provisions, this Agreement until WSN has been paid in full for all amounts then due for services,and the Letter Agreement shall govem over any attached Exhibits and these General expenses and charges CLIENT agrees that WSN shall not be responsible for any claim forProvisions. These documents supersede all prior communications and constftute the entire delay or other consequential damages ansing from suspension of services hereunder. UponAgreement beMeen the parties. Amendments to this Agreement must be in writing and signed payment m full by Cl ent and WSN' s resump6on of services, the time for perfortnance ofby both CLIENT and WSN WSN' s services shall be equitably adjusted to acoount for the period of suspension and other

reasonable time necessary to resume performance

ARTICLE 1. PERIOD OF SERVICE

The tertn of this Agreement for the perfortnance of services hereunder shall be as set forth in ARTICLE 4. ABANDONMENT, CHANGE OF PLAN AND TERMINATIONthe Letter Agreement. In this regard, any lump sum or estimated maximum payment amounts Either Party has the right to terminate this Agreement upon seven days written notice Inset forth in the Letter Agreement have been establ shed in anticipation of an orderly and addi6on, the CLIENT may at any time, reduce the scope of this Agreement Such reduction incontinuous progress of the Pro ect in accordance with the schedule set forth in the Letter scope shall be set forth in a wnrien no6ce from the CLIENT to WSN In the event ofAgreement or any Exhibits attached thereto WSN shall be enGtled to an equitable adjustment unresolved dispute over change in soope or changed conditwns, this Agreement may also beto its fee should there be an intemiption of services, or amendment to the schedule terminated upon seven days written notice as prowded above.

In the event of termination, and upon payment in full for all work performed and expensesARTICLE 2. SCOPE OF SERVICES incurred to the date of termination, doaments that are identified as deliverables under theThe scope of services covered by this Agreement shall be as set forth in the Letter Agreement Letter Agreement whether finished or unfinished shall be made available by WSN to theor a Request for Services. Such scope of serwces shall be adequately descnbed in order that CLIEN7 pursuant to Art cle 5, and there shall be no further payment obligation of the CLIENTboth the CLIENT and WSN have an understanding of the expected work to be perfortned. to WSN under this Agreement excepl for payment of an amount for WSN's ant cipated profit

on the value of the services not perfortned by WSN and computed in accordance with theIf WSN is of the opinion that any work they have been directed to perfortn is beyond the Scope provisions of Article 3 and the Letter Agreement

of this Agreement, or that the level of effort required significantly exceeds that esUmated due tochanged conditions and thereby constitutes extra work, they shall noGfy the CLIENT of that fact. In the event of a reduction in scope of the Pro ect work, WSN shall be paid for the workExtra v ork, additanal compensation for same, and exlenswn of time for completion shall be performed and expenses incurred on the Pro ect work thus reduced and for any completedcovered by a revision to the Letter Agreement or Request for Services and entered into by both and abandoned work, for which payment has not been made, computed in accordance nthparUes the prowsions of Article 3 and the Letter Agreement

ARTICLE 3. COMPENSATION TO WSN ARTICLE 5. DISPOSITION OF PLANS, REPORTS AND OTHER DATAA. Compensation to WSN for services described in this Agreement shall be on a Lump Sum All reports, plans, specifications, field data and notes and other documents, induding all

basis, Percentage of Construction, and/ or Hourly Rate basis as des gnated in the Letter documents on electronic med a, prepared by WSN or its consultants are Instruments ofAgreement and as hereinafter descnbed Service and shall remain the property of WSN or its consultants, respectively. WSN and its

subconsultants retain all common law, statutory and other reserved rights, including, without1 A Lump Sum method of payment for WSN' s serwces shall apply to all or parts of a wnrk limitatron, copynght. WSN and rts subconsuttants maintain the right to determine if

scope where WSN' s tasks can be readdy defined and/or where the level of effort required production will be made, and allowable fortnat for production, of any electronic media or datato accomplish such tasks can be estimated with a reasonable degree of accuracy. The to CLIENT or any third- party Upon payment in full of monies due pursuant to theCLIENT shall make monthly payments to WSN vnthin 30 days of date of invoice based Agreement, WSN shall make hard cop es available to the CLIENT, of all documents that areon an estimated percentage of comple6on of WSN' s services identified as deliverables under the Letter Agreement If the documents have not been

finished( including, but not limited to, comple6on of final quality control), then WSN shall have2 A Percentage of Constniction or an HouAy Rate meNod of payment of WSN's sernces no liability for any claims expenses or damages that may anse out of items that could have

shall apply to all or parts of a work scope where WSN' s tasks cannot be readily defined been corrected dunng completionlqualiry control. Any Instruments of Service provided areand/or where the Ievel of effort required to accomplish such tasks cannot be estimated not intended or represented to be suitable for reuse by the CLIENT or others on extensionswith any reasonable degree of aa;uracy. Under an Houriy Rate method of payment, of the Pro ect or any other project. Any modificahon or reuse without written venfica6on orWSN shall be paid for the actual hours worked on the Project by WSN technical adaptation by WSN for the specific purpose intended nll be at CLIENT's sole risk andpersonnel times an hourly billing rate established foreach employee Hourly billing rates without liability or legal exposure to WSN CLIENT shall indemnify, defend and hold harmlessshall include compensatwn for all salary costs, payrotl burden, general, and WSN from any and all suits or claims of third paRies ansing out of use of unfinishedadmin strative overhead and professional fee In a Percentage of ConstrucUon method documents, or modificaGon or reuse of finished documents, which is not specifically verified,of payment, final compensation w ll be based on actual bids if the pro ect is bid and adapted, or authonzed in wnting by WSN. This indemnity shall survive the termination of thisWSN' s estimate to the CLIENT d the pro ect is not bid. A rate schedule shall be Agreement.

fumished by WSN to CLIENT upon which to base penodic payments to WSN.Should WSN choose to deliver to CLIENT documents in electronic fortn, CLIENT

3. In addiGon to the foregoing, WSN shall be reimbursed for items and services as set forth acknowledges that differences may exist between any electronic files delivered and thein the Letter Agreement or Fee Schedule and the follow ng D rect Expenses when pnnted hard opy Copies of documents that may be relied upon by CLfENT are limited toincurred in the performance of the work the printed harcl op es that are signed and/or sealed by WSN. Files in electronic form are

only for conven ence of CLIENT. Any conclusan or infortnation obtained or denved froma) Travel and subsistence such electronic documents will be at users sole nsk. CLIENT adcnowledges that the usefulb) Specialized computer serwces or programs. life of some fortns of elecVonic media may be limited because of deterioration of the media orc) Outside professional and technical sernces vnth cost defined as the amount billed obsolescence of the computer hardware andlor soflware systems Therefore, WSN makes

WSN. no representa6on that such media will be fully usable beyond 30 days from date of delivery tod) fdentifiaWe reproduction and reprographic costs CLIENTe) Other expenses for items such as pertnit application fees, license fees, or other

additional items and services whether or not specifically identified in the Letter ARTICLE 6. CLIENT' S ACCEPTANCE BY PURCHASE ORDER OR OTHER MEANSAgreement or Fee Schedule In lieu of or in addiUon to signing the aoceptance blank on the Letter Agreement, the CLIENT

may accept this Agreement by permitting WSN to commence work on the pro ecl or by4 The CLIENT shall make monthly payments to WSN vnthin 30 days of date of invoice issuing a pur hase order signed by a duly authorized representaUve Such purchase orcier

based on computations made in accordance w th the above charges for serv ces shall incorporate by reference the tertns and conditions of this P qreement In the event of aprovided and expenses incurred to date, accompanied by supporting evdence as conAict between the terms and conditions of this Agreement and those contained in theavailable CLIENT' s purchase order, the tertns and conditions ot this Agreement shall govem.

NoMrithstanding any purchase order provisions to the contrary, no warcantees, express orimplied, are made by WSN

Page 10: Pequot Lakes— · Council Action Requested: A. Council motion awarding the Rasmussen Road and South Washington Avenue Road & Utilities Improvement Project to RL Larson Excavating

ARTICLE 7. CLIENT' S RESPONSIBILRIES 10 Provide" record" draHnngs and speafications for all existing physical features,A To permit WSN to perfortn the services required hereunder, the CLIENT shall supply, in strudures, eqwpment, uhlities, or facilihes wh ch are pertinent to the Pro ect, to the

proper time and sequence, the follow ng at no expense to WSN extent available

1 Provide all program, budget, or other necessary mfortnation regarding its reqwrements 11 Prov de other services, matenals, or data as may be set forth in the Letteras necessary for orclerly progress of the work. Agreement or any Exhibits attached hereto

2. Designate in wnting, a person to act as CLIENT's representaUve with respect to the B WSN may use any CLIENT provided infortnaUon in perfortning its services WSN shall beservices to be rendered under this Agreement Such person shall have authonty to entitled to rely on the accuracy and completeness of infortnation fumished by theVansmit instruc6ons, receive instructbns, receive information, interpret and define CLIENT If WSN finds that any infortna6on fumished by the CLIENT is in error or isCLIENT' s policies with respect to WSN' s serv ces. inadequate for its purpose, WSN shall endeavor to nohfy the CLIENT However, WSN

shall not be held responsible for any errors or omissions that may arise as a esult of3. Fumish, as reqwred for performance of WSN' s sernces( except to the extent prowded eRoneous or incomplete infortnation prowded by CLIENT

otherwise in the Letter Agreement or any Exhibits attached hereto), data prepared by orservices of others, including Hnthout limitation, core bonngs, probes and subsurfaceexploratrons, hydrographic and geohydrologic surveys, laboratory tests and inspecGons ARTICLE S. OPINIONS OF COS7

of samples, materials and equipment, appropnate professanal interpretaUons of all of Opi rons of probable pro ecl cost, constructan cost, financial evaluaUons, feasiblity stud es,the foregoing; environmental assessmenl and impact statements, property, boundary economic analyses of altemate solutions and uGlitanan consideratans of operations and

easement, right-0f-way, topographic and utility surveys, property descnptions, zoning, maintenance costs prowded for in the Letter Agreement or any Exhibits attached hereto aredeed and other land use resViction; and other special data rwt covered in the Letter to be made on the basis of WSN' s experience and qualificatwns and represent WSN's

Agreement or any Exhibits attached hereto udgmenl as an expenenced design professronal It is recognized, however, that WSN dces

not have contml over the cost of labor, matenal, eqwpment or serwces fumished by others or4 Prov Je access to, and make all provisions for WSN to enter upon publ cly or pnvately over market conddrons or contradors' methods of determining their pnces, and thal any

owned property as reqwred to perfortn the work evaluaGon of any facihty to be constructed, or acqwred, or work to be performed on the basisof WSN' s cost opinions must, of necessity, be specula6ve un61 completron of constructan or

5 Act as liaison with other agenaes or involved parties to carry out necessary acqwsiUon Accorclingly, WSN dces not guarantee that pr posals, bds or actual costs nll notcoordination and negotiaGons, fumish approvals and permits from all govemmental substanUally vary from opinions, evaluations or stud es submiried by WSN to CLIENTauthont es hav ng urisdicbon over the Project and such approvals and consents from hereunder

others as may be necessary for completion of the Project.

6 Examine all reports, sketches, drawings, speafica6ons and other documents prepared ARTICLE 9. CONSTRUCTION PHASE SERVICES

and presented by WSN, obtain adwce of an attomey, insurance counsebr or others as CLIENT adcnowledges that it is customary for the architecl or engineer who is responsible forCLIENT deems necessary for such examina6on and render in writing, deasrons the preparatbn and fumishing of Draw ngs and SpeaficaUons and other construchon- relatedpeAaining thereto nthin a reasonable time so as not to delay the serwces of WSN documents to be employed to prowde professanal services dunng the B dding and

ConstrucUon Phases of the Pro ect,( 1) to interpret and clanfy the documentation so7. Give prompt wntten notice to WSN whenever CLIENT observes or otherwise becomes fumished and to modify the same as circumstances revealed during bidding and constructron

aware of any development that affects the scope of 6ming of WSN' s sernces or any may dictate,( 2) in connecUon w th acceptance of substitute or equal items of matenals anddefect in the wvrk of Construction Contractor(s), Consultants or WSN eqwpment proposed by bidders and Contractor(s),( 3) in connecUon with approval of shop

dra nnngs and sample submittals, and( 4) as a result of and in response to WSN' s detecting in8 IniUate action, where appropnate, to identify and investgate the nature and extent of advance of perfortnance of affected work inconsistenc es or irregulanties in such

asbestos andlor pollution in the Project and to abate andlor remove the same as may documentation CLIENT agrees that if WSN is not empbyed to prowde such professional

be reqwred by federal, state or local statule, ordinance, code, rule, or regulation now services dunng the Bidding( if the work is put out for b 1s) and the Construction Phases ofexisting or hereinafter enacted or amended. For purposes of this Agreement," pollution" the Pro ect, WSN will not be responsible for, and CLIENT shall indemnify and hold WSN, itsand" pollutanY shall mean any solid, liquid, gaseous or thermal imtant or contaminant, offrczrs, consuttant(s), subcontractor(s), employees and agents harmless from, all claims,

mcluding smoke, vapor, soot, alkalis, chemicals and hazardous or toxic waste damages, losses and expenses includmg attomeys'( ees ansing out of, or resulting from, anyHazardous or toxic waste means any substance, waste pollutant or contaminant now or interpretatan, danficahon, subsbtutron acceptance, shop draHnng or sample approval orhereafter included within such terms under any federal, state or bcal statute, modificatron of such documenta6on issued or camed out by CLIENT or others Nothingordinance, code, rule or regulaUon now exisling or hereinafter enacted or amended. contained in this paragraph shall be construed to release WSN, its officers, consultant( s),

Waste fuRher includes materials to be recycled, recondi6oned or reclaimed subcontractor(s), empbyees and agents from liability for failure to perform in accordance v nthprofessional standards any duty or responsiahty wh ch WSN has undertaken or assumed

If WSN encounters, or reasonably suspects that d has enoountered, asbestos or under this Agreement

pollution in the Pro ect, WSN shall cease activiry on the Project and promptly noGfy theCLIENT, who shall proceed as set forth above. Unless othenmse speafically prov dedin the Letter Agreement, the services to be prov ded by WSN do not include ARTICLE 10. REVIEW OF SHOP DRAWINGS AND SUBMITTALS

identification of asbestos or pollution, and WSN has no duty to identify or attempt to WSN may review and approve or take other appropnate action on the contraclors submittalsiden6fy the same w thin the area of the Pro ect or shop drawings for the limited purpose of chec ng for general confortnance Hnth informaUon

given and desgn concept expressed in the Contracl Documents Rev ew and/or approval of

With respect to the foregoing, CLIENT acknowiedges and agrees ihat WSN is not a submittals is not conducted for the purpose of determining accuracy and completeness ofuser, handler, generator, operator, treater, storer, transporter or disposer of asbestos or other details or for substantiating instructans for installation or performance of eqwpment orpollution wh ch may be encountered by WSN on the Project. It is further understood systems, all of wh ch remain the exclusive responsibility of the contractor WSN's rewewand agreed that services WSN will undertake for CLIENT may be uninsurable andlor approval shall not constitute approval of safety precauhons, or any construcUonobligatrons involving the presence or potential presence of asbestos or pollutbn means, methods, techniques, sequences or procedures WSN' s approval of a speafic item

Therefore, CLIENT agrees, except( 1) such liability as may anse oul of WSN' s sole shall not indicate approval of an assembly of wh ch the item is a component WSN' s rewewnegligence in the performance of sernces under this Agreement or( 2) to the extent of and/or approval shall not reheve contrador for any dewatrons from the requvements of theinsurance coverage availaWe for the daim, to hold harmless, indemnify and defend contract documents nor fran the responsibility for errors or omissions on items such as sizes,WSN and WSN' s officers, subcnntractor(s), employees and agents from and againsl dimensions, quanGUes, colors, or loca6ons Contractor shall remain solely responsible for

any and all claims, lawsuits, damages, liabihty and costs, including, but nol limded to, compliance w th any manufacturer reqwrements and recommendatans

costs of defense, ansing out of or in any way connected vnth the presence, discharge,release, or escape of asbestos or pollutan This indemnificaGon is intended to applyonly to existing conditions and not to conditions caused or created by WSN This ARTICLE 11. REVIEW OF PAY APPLICATIONS

indemnificatron shall survive the tertnination of this Agreement If mcluded in the soope of services, any rewew or certificatan of any pay applications, orcertificates of compleUon shall be based upon WSN' s observatbn of the Work and on the

9 Prov ie such accounting, independent cost estimating and insurance counseling data compnsing the contractors applicatron for payment, and shall indicate that to the best ofsernces as may be required for the Pro ect, such legal services as CLIENT may reqwre WSN' s knowledge, mformatan and bel ef, lhe quantity and quality of the Work is in generalor WSN may reasonably request with regard to legal issues pertainmg to the Pro ect conformance+ nth the ConUacl Doaiments The issuance of a certficate for payment or

including any that may be raised by Contractor(s), such audiUng service as CLIENT substantial completion is not a representa6on that WSN has made exhaustive or conhnuous

may require to asceRain how or for what purpose any Contractor has used the moneys inspections, reviewed construction means and methods, venfied any badc- up dala prov dedpaid under the constructron conUact, and such inspectron services as CLIENT may by the contrador, or ascertained how or for what purpose the contrador has used moneyrequire to ascertain that Contractor( s) are complying with any law, rule, regulation, prevrously pad by CLIENTordinance, code or order applicable to their fumishing and performing the work

Page 11: Pequot Lakes— · Council Action Requested: A. Council motion awarding the Rasmussen Road and South Washington Avenue Road & Utilities Improvement Project to RL Larson Excavating

ARTICLE 12. REQUESTS FOR INFORMATION( RFI) ARTICLE 19. NO THIRD- PARTY BENEFICIARIES

If included in the scope of services, WSN w ll prowde, with reasonable promptness, wntten Nothing contained in this Agreement shall create a conVactual rela6onship or a cause ofresponses to requests from any contractor for clanfica6on, interpretation or infortnation on the ac6on by a third-parry agamst either WSN or CLIENT. WSN' s services pursuant to thisrequirements of the Contract Documenis. If Contractor's RFI's are, in WSN' s professronal Agreement are being perfortned solely for the CLIENT's benefit, and no other party or entityopinion, for information readily apparent from reasonaWe observation of field conditrons or shall have any claim against WSN because of this Agreementrewew of the Contract Documents, or are reasonably inferable therefrom, WSN shall be entitledto compensation for Additional Services for WSN's time in responding to such requests.CLIENT may wish to make the Contractor responsible to the CLIENT for all such charges for ARTICLE Z0. CORPORATE PROTECTION

addiGonal services as described in this article. It is intended by the parties to this Agreement that WSN' s services in connection with thePro ect shall not subject WSN' s individual employees, officers or directors to any personallegal exposure for the risks associated nth this Project. Therefore, and noNuithstanding

ARTICLE 13. CONSTRUCTION OBSERVATION anything to the contrary, CLIENT agrees that as the CLIENT's sole and exclusive remedy,If included in the scope of services, WSN will make site visits as specified in the scope of any claim, demand or swl shall be directed andlor asserted only against WSN, a Minnesotaservices in order to observe the progress of the Work completed Such site visits and corporation, and not against any of WSN's individual empbyees, officers or directors.observations are not intended to be an exhaustive check or detailed inspecUon, but rather are to

allow WSN to become generally familiar vnth the Work. WSN shall keep CLIENT informedabout the progress of the Work and shalt advise the CLIENT about observed deficiencies in the ARTICLE 21. CONTROLLING LAW

Work WSN shall not supernse, direct or have control over any Contractors work, nor have This Agreement is to be govemed by the laws of the State of Minnesotaany responsibi ity for the consVuction means, methods, technpues, sequences or proceduresselected by the Contractor nor for the Contractor' s safety precautwns or programs in connec6onw th the Work. These rights and responsibilities are solely those of the Contractor. WSN shall ARTICLE 22. ASSIGNMENT OF RISK

not be responsible for any acts or omissions of any Contractor and shall not be responsible for In recognition of the relative risks and benefits of the pro ect to both the CLIENT and WSN,

any Contractor's failure to perform the Work in accordance with the Contract Documents or any the risks have been allocated such that the CLIENT agrees, to the fuilest extent permitted byapplirable laws, codes, regulations, or industry standards law, to limit the liabiliry of WSN, employees of WSN and sub consultants, to the CLIENT and

to all constructbn conVactors, subcontractors, agents and assigns on the project for any andIf construction observation serv ces are not included in the scope of services, CLIENT assumes all claims, losses, costs, damages of any nature whatscever or claims expenses from anyall responsibility for interpretation of the Contract Documenis and for construction observaGon, cause or causes, so that total aggregate liability of WSN, employees of WSN and sub-and the CLIENT waives any claims against WSN that are connected with the performance of consultants, to all those named shall not exceed WSN's total fee received for services

such services rendered on this pro ect Such claims and causes include, but are not limited to negligence,

professional errors or omissions, strict liability, breach of contract or wartanty

ARTICLE 14. BETTERMENT

If, due to WSN's negl gence, a required item or component of the Pro ect is omitted from the ARTICLE 23. NON- DISCRIMINATION

construction documenGs, WSN shall not be responsible for paying the cost required to add such WSN will comply with the provisions of applicable federal, state and local statutes,item or component to the extent that such item or component would have been required and ordinances and regulations pertaining to human rights and non iiscnminationincluded in the onginal construction documents. In no event, Hnll WSN be responsible for anycost or expense that provides bettertnent or upgrades or enhances the value of the Pro ect

ARTICLE 24. SEVERABILRY

Any prowsion or portion thereof in this Agreement which is held to be void or unenforceaWeARTICLE 15. CERTIFICATIONS, GUARANTEES AND WARRANTIES under any law shall be deemed stricken and all remaining provisans shall continue to beWSN shall not be required to sign any documents, no matter by who requested, that would valid and binding beM en CLIENT and WSN All limits of liability and indemni6es containedresult in WSN hav ng to ceRify, guarantee or warrant the existence of conditions whose in the Agreement shall surwve the complelion or tertninatron of the Agreement.

existence WSN cannot asceRain CLIENT agrees not to make resolutron of any dispute withWSN or payment of any amount due to WSN in any way contingent upon WSN signing suchcertifica6on

ARTICLE 25. PRE• LIEN NOTICE

Pursuant to the Agreement WSN will be performing services inARTICLE 16. CONTINGENCY FUND

connection with improvements of real property and may contract withCLIENT and WSN agree that ceAain increased costs and changes may be reqwred because ofpossible omissions, ambiguities or inconsistenaes in the plans and specificatwns prepared by subconsultants or subcontractors as appropriate to fumish labor, SkillWSN, and therefore, that the final construction cost of the Project may exceed the bids, contract and/ or materials in the performance of the work. Accordingly, CLIENTamount or estimated construc6on cost. CLIENT agrees to set aside a reserve in the amount of

is entitled under Minnesota faw to the following Notice:5% of the Pro ect construct costs as a conGngency to be used, as required, to pay for any suchincreased costs and changes. CLIENT further agrees to make no claim by way of direct orthird- party aclion against WSN w th respect to any increased costs Mnthin the contingency a) Any person or company supplying labor or materials for thisbecause of such changes or because of any claims made by any Contrador relating to such

improvement to your property may file a lien against yourchanges.

property if that person or company is not paid for itscontributions.

ARTICLE 17. INSURANCE

WSN shall procure and maintain insurance for protection from daims against it under Nrorkers'compensation acts, claims for damages because of bodily in ury including personal in ury, b) Under Minnesota law, you have the right to pay persons uvhosickness or disease or death of any and all employees or of any person other than such supplied labor or materials for this improvement directly andemployees, and from claims against it for damages because of injury to or destruction of

deduct this amount from our contract price, or withhold theproperty including loss of use resulting therefrom

amounts due from us until 120 days after completion of theAlso, WSN shall procure and maintain professional liability insurance for protection from claims improvement unless we give you a lien waiver signed byansing oui of performance of professional services caused by any negligent act, error, or

persons who supplied any labor or materials for theomission for which WSN is legally liableimprovement and who gave you timely notice.

CerGficates of insurance Hnll be provided to ihe CLIENT upon request

ARTICLE 18. ASSI6NMENT

Neither PaRy to this Agreement shall transfer, sublet or assign any nghts or duties under orinterest in this Agreement, including but not limited to monies that are due or monies that maybe due, without the prior written consent of the other party. Subcontracting to subconsultants,nortnally contemplated by WSN as a generally accepted business practice, shall not beconsidered an assignment for purposes of this Agreement

Page 12: Pequot Lakes— · Council Action Requested: A. Council motion awarding the Rasmussen Road and South Washington Avenue Road & Utilities Improvement Project to RL Larson Excavating

WIDSETH SMITH NOLTING

2020 FEE SCHEDULE

Erwineer/ Arcfiibect/ Survevor/ ScientistlWetland SoecialistlGeoarauh r

Levei I 110.00

Levet II 135.00

Level III 160.00

Level N 170.00

LevN V 185.00

Technidan

Leve1I 73.00

Level II 92.00

Level III 110.00

Level N 125.00

Level V 140.00

Computer Systems Specialist 150.00

Senior Funding Speciatist 125.00

Marfceting Specialist 110.00

Funding Specialist 95.00

Administrative Assistant 70.00

Mileage( Federai Standard Rate) subject hv IRS 6uidNines

Meais/ Lodging Cost

Stakes& F endable Materials Cost

Waste Water Sampler 40.00/ DayISCO Flow Recorder 60.00JDayPhotaonization Detettion Meter 80.00/ DaYExplosimeter 50.00/ DaYProduct Reoovery Equipment 35. 00/ Day

Survey-Grade GPS( Global Positioning System) 75.00/ Hour

Mapping GPS( Giobal Positioning System) 150.00/ DaySoil Driliing Rig 35.00/ Hotx

Groundwater Sampling Equipment 75.00/ aYSuboontractors Cost Plus 10%

Black& White Copies: 8'/ z x 11 0. 10

Bladc& White Copies: li x 17 0.50

Biadc& White Copies: 24 x 36 3. 00

Color Copies: 8' Fe x 11 2. 00

Color Copies: i l x 17 4.00

Color Copies: 24 x 36 12.00

Color Plots: 42 x 48 22.00