Loading...
ITEM 6.2 Northwood Parkot NNESOTA DEPARTMENT INFORMATION Request for City Council Action ORGINATING DEPARTMENT: REQUESTOR: MEETING DATE: Parks and Recreation Ross Demant, Parks and May 23, 2016 Recreation Director PRESENTER(s) REVIEWED BY: ITEM #: Ross Demant, Parks & Lori Johnson, City Administrator 6.2 Recreation Director Adam Flaherty, Finance Director AGENDA ITEM DETAILS RECOMMENDATION: Staff recommends the approval of the change order and contracts for the construction of Northwood Pa rk. ARE YOU SEEKING APPROVAL OF A CONTRACT? IS A PUBLIC HEARING REQUIRED? Yes I No BACKGROUND/JUSTIFICATION: The Otsego City Council reviewed the Northwood Park construction budget and base bid at their meeting on March 14, 2016. During that discussion, Mayor Stockamp and Council Member Schroeder motioned to approve the base bid from GL Contracting for $376,179.65, also included in the motion was authorizing the Parks and Recreation Commission to review and provide final approval of the bid alternates for Northwood Park. The Commission reviewed the bid alternates at their March, 2016 Parks and Recreation Commission meeting. The alternates that the Commissioners had before them were installation of a steel pergola, masonry piers on the picnic shelter, a three row bleacher, ornamental fencing, and additional landscaping. During that discussion, Councilmember Schroeder indicated that he may be able to get a majority of the masonry supplies and labor donated, he went on to state that he would bring back color options and the amount he is able to get donated to the April, 2016 Parks and Recreation Commission meeting. The Commission voted unanimously to approve the additional landscaping and to table the review of the masonry piers until Councilmember Schroeder was able to bring back more information. At the April 2016 Parks and Recreation Commission meeting, Councilmen Schroeder brought a sample of the masonry piers that he could get donated and stated he could get the labor and a majority of the additional supplies donated. He did request if the Commission decided to proceed with the masonry work that they authorize up to $1,500 for miscellaneous supplies such as mortar and cleaner. The Commission voted unanimously to approve the installation of the masonry piers and to allow up to $1,500 spending on needed supplies and/or equipment. Also included with this request for action is a recommendation to approve quotes for the irrigation, landscaping, and electrical for Northwood Park. Staff contacted three contractors to provide quotes for the irrigation following the plans and specifications provided by the City. Advanced Irrigation provided the lowest quote at $54,435.00. The breakdown of the quotes from all contractors is as follows: • Advanced Irrigation $54,435.00 • Great Northern Landscaping $57,600.00 • Midwest Landscaping $58,100.00 Staff contacted two contractors to provide quotes for the landscaping following the plan and specifications provided by the City. Midwest Landscaping provided the lowest quote at $29,992.00. The Breakdown of the quotes from all of the contractors is as follows: • Midwest Landscaping $29,992.00 • J&T Construction $39,085.00 Staff contacted two contractors to provide quotes for installation of lights following the plans provided and specifications provided by the City. Northern Refrigeration and Power provided the lowest quote at $83,250.00, however, on March 24, 2016 Northern Refrigeration and Powerwithdrew their quote. W/H Services had provided the other quote at $88,500.00 and due to the long standing relationship the City has with W/H Services, Staff is recommending entering into a contract with W/R Services for installation of lights and Northwood Park. The approved concept design includes prairie grass planting in the gas line easement. Originally this was included in the bid from GL Contracting. However due to the complexity of growing Prairie Grass, Tim Wold from SRF Consulting suggested that the City create a change order and remove the prairie grass installation from the contract with GL Contracting and have Staff oversee the planting using a separate contractor. Staff contacted Prairie Grass Restorations to provide a quote for prairie grass seeding and maintenance. Prairie Grass Restorations provided a quote of $5,478.00, which is $1,379.25 less than the amount in bid provided by GL Contracting which was $6,857.25. The change order for the prairie seeding is attached to this RFA. During the construction meeting on May 11, 2016, it was discovered that construction testing for the concrete and trail substrate was not included with the project costs. Hakanson/Anderson was contacted and will coordinate the testing with the contractor that is currently doing the testing on the 80th Street project. Below is an updated budget: March 14, 2016 May 19, 2016 Base Bid (Includes things like earthwork, 376,179.65 Base Bid (Includes things like 378,690.00 bituminous, concrete, and site furnishings) earthwork, bituminous, concrete, and Including prairie grass and split rail fence site furnishings) Including adding masonry pier concrete $9,367.60 less prairie grass $6,857.25 Playground Equipment 90,000.00 Playground Equipment 90,000.00 Picnic Shelter 46,068.00 Picnic Shelter 46,068.00 Turf Grass Seeding 17,500.00 Turf Grass Seeding 17,500.00 Irrigation 50,000.00 Irrigation 54,435.00 Trail Lighting 71,000.00 Trail Lighting 88,500.00 Landscaping 30,000.00 Landscaping 30,000.00 Survey/ Staking 8,000,00 Survey/ Staking/ Construction Testing 11,000.00 Design Fees 41,500.00 Design Fees 41,500.00 Total Before Alternates 730,247.65 Total Before Alternates 757,693.00 Alternates Alternates Steel Pergola 15,000.00 Masonry Piers (Picnic Shelter) 14,495.20 Masonry for Piers (Picnic Shelter) 1,500.00 Bleacher 2,230.00 Ornamental Fencing 26,579.90 Deduct Split Rail Fencing -2,921.30 Landscaping 5,000.00 Landscaping 5,000.00 Prairie Grass Establishment 5,428.72 Alternates Total 60,383.80 Alternates Total 11,928.72 Overall Actual 790,631.45 Overall Actual 769,621.72 SUPPORTING DOCUMENTS: X ATTACHED ❑ NONE A. Quotes for the Installation of Irrigation B. Quotes for the Installation of Landscaping C. Quotes for the Installation of Lights D. Change order for Prairie Grass Seeding E. Prairie Grass Seeding Quote F. Contract for Advance Irrigation G. Contract for Midwest Landscapes H. Contract for W/H Services MOTION: (Please word motion as you would like it to appear in the minutes.) Motion to approve the quotes for the installation of the landscaping, prairie grass, lights, and irrigation for the construction of Northwood Park and approve Change Order No. 1 to the G L Contracting contract. BUDGET INFORMATION FUNDING: BUDGETED: X YES Fund # 203 Park Development NO ACTION TAKEN ❑ APPROVED AS REQUESTED ❑ DENIED ❑ TABLED ❑ OTHER (List changes) COMMENTS: —� Great Northern Landscapes, Inc. 19720 Iguana St. NW, Elk River, MN 55330 763-274-2678 Fax 763-274-2679 May 3, 2016 City Of Otsego Re: NORTHWOODS PARK IRRIGATION revision 2 Attn: Ross Demant, Ross: Please accept our bid for the irrigation portion of the above mentioned project. Our bid includes all materials, labor and applicable taxes. Irrigation - $57,600 ADDENDUM #1 acknowledged Thank you,, l 7g� U Mitch Wettschreck Equal Opportunity Employer TO Ross Demant City of Otsego 13400 90th St. NE Otsego, MN 55330 763.235.3155 QTY SIZE _ DESCRIPTION 1 EA Hunter, ACC w/o ped 1 Eck Wireless Rain Sensor 0 Eck Hunter Spray Heads 214 EA Hunter Rotor Heads 47 EA Hunter Control Valves 3 EA Drip Assembly Valve 1 EA Wilkins 2-975XL-2" RPZ 1988 LF Drip Line 2260 LF Mainline Pipe 240 LF Sleeving 54 EA Valve Box QUOTE IRRIGATION Northwoods Park Otsego, MN TOTAL May 3, 2016 NOTES * Quotation derived from Irrigation plan by Central Turf and Irrigation Supply dated 4-4-16. * Please note this quotation does NOT include special prevailing wage requirements. * Irrigation system designed to irrigate turf and planting areas. Isolated planting locations will receive drip irrigation, all new turf areas to receive overhead irrigation. * Bid to a 4" DIP pipe with bolted flange 12-18" above grade. Quotation includes associated plumbing for installation of the water meter, rp, and downstream piping. Price of water meter, rp, concrete pad, and 30"s30"x60" enclosure ins included within quotation. * Electrical outlet provided and installed within enclosure by others. * Please give at least 72 hours notice to provide sleeves under walks and drives. * All public utilities to be located through the Gopher State One Call System. * All private utilities to be located by site general contractor. Bid does not include any costs associated with any hidden underground obstructions such as rock and debris. rock and/or debris. * This irrigation system caries a (1) year labor warranty and a (1) year manufacturers defect warranty. 6221 Oakwood Ave. NE * Otsego, MN 55330 * 763-241-1320 ph 763-241-1340 fs (612) 599-8675 6737 LaBeaux Ave NE, Suite 4 Estimate Albertville, MN 55301 Customer Name City Of Otsego Date 5/3/2016 Address Site Address Northwoods Park City State MN ZIP Phone Qty Description Unit Price TOTAL 1 Lawn irrigation Installation Bid Per Centrals Design $54,435.00 -Hunter ACC 2-Wire Controller -141 1-25 Turf Rotors -56 Hunter Pro -Sprays -18 Hunter 1-20 Rotors -4,000' Drip Line -50 Hunter Electric Control Valves -water meter -RPZ -Green Steel Enclosure -Concrete Slab -Pea Rock In Valve Boxes SubTotal Payment Details Shipping & Handling Q Cash Taxes MN Q Check $54,435.00 _ TOTAL Signature Signature assures that the above service will be provided by Advanced Irrigation Inc. Payment due in full when above stated work is complete and satisfactory to customer. 3% additional charge on credit card payments. 2 year parts and labor warranty on irrigation only. Where quality and customer satisfaction comes first! 6 41 ICPI - a��a Hadscape Specialist Specializing in Landscape Construction Proposal Date: 3/07/16 City of Otsego Re: Northwoods Park All labor and materials to install plants, edging, fabric, mulch, landscape rock, boulders and machine move 20 trees provided by city as per plan L1: Note: Seed mix by others $39,085.00 17139-97"' Street S.E. Becker, MN 55308 Office: 763-262-1160 Fax: 763-261-5991 www.JTconstructioriMN.com jtconst@izoom.net 0 TJOIT��_f - LANDSCAPES Northwoods Park Otsego I MN March 8, 2016 DATE TO Ross Demant 763.235.3148 QTY SIZE DESCRIPTION 1 ea 4.5" BB Autumn Blaze Maple $450.00 $450.00. 2 ea 5" BB Autumn Blaze Maple $948.00 $1,896.00 1 ea Emerald Lustre Maple $381.00 $381.00 1 ea 4" BB Sentry Linden $380.00 $380.00 2 ea 4" Glenleven Linden $412.00 $824.00 2 ea 4" BB Greenspire Linden $364.00 $728.00 6 ea 4" BB Redmond Linden $364.00 $2,184.00 1 ea 3.5" BB Triumph Elm $395.00 $395.00 2 ea 3" BB Mystery Elm $338.00 $676.00 1 ea 4" BB Common Hackberry $423.00 $423.00 1 ea 3.5" BB River Birch $374.00 $374.00 1 ea 3" BB Autumn Brilliance Serviceberty $368.00 $368.00 1 ea 3" BB Japanse Tree Lilac $345.00 $345.00 2 ea 3.5" BB Ivory Silk Lilac $400.00 $800.00 4 ea 3" BB Spring Snow Crabapple $326.00 $1,304.00 1 ea 3.5" BB Harvest Gold Crabapple $392.00 $392.00 11 ea 8' BB Blackhills Spruce $333.00 $3,663.00 16 ea #5 cont. Little Devil Ninebark $46.00 $736.00 9 ea #5 cont. Dwarf Korean Lilac $39.00 $351.00 11 ea #5 cont. Anthony Waterer Spirea $33.00 $363.00 13 ea #5 cont. Goldmound Spirea $34.00 $442.00 11 ea #5 cont. Sea Green Juniper $39.00 $429.00 4 ea #5 cont. Broadmoor Juniper $40.00 $160.00 8 ea #1 cont. May Night Salvia $14.00 $112.00 56 ea #1 cont. Karl Foerster Grass $15.00 $840.00 36 ea #1 cont. Stella D'Oro Daylily $14.00 $504.00 14 ea #1 cont. Black-eyed Susan $14.00 $196.00 12 ea #1 cont. Autumn Joy Sedum $14.00 $168.00 40 CY Hardwood Mulch $75.00 $3,000.00 10 CY Hardwood Mulch (tree rings) $75.00 $750.00 3 CY 2"-4" River Rock $130.00 $390.00 280 LIT Vinyl Edging $2.25 $630.00 20 ea Machine Moved/Truck Spade Trees (from the city) $215.00 $4,300.00 11 ea 24"-36" Fieldstone Boulder $78.00 $858.00 1 LS Prune Existing Landscape Bed $180.00 $180.00 ADD ALTERNATE 9 ea 6' BB Black Hills Spruce $270.00 11 ea 6' BB White Pine $275.00 -See Next Page For Landscape Total & Notes TOTAL See Page 2 6221 Oakwood Ave. NE * Otsego, MN 55330 * 763-241-1320 ph 763-241-1340 fx 1 1 LANDSCAPES +L,,_NHDWF,ST LANDSCAPES Northwoods Park Whom- --Mood Otsego I MN March 8, 2016 DATE TO Ross Demant 763.235.3148 TOTAL $29,gw.00 ADD ALTERNATE TOTAL TOTAL W/ ALTERNATE 05,447.00 NOTES: * Anything not included is excluded * If disturbed area goes beyond limits (see takeoff plan), additional cost will be billed * Bid excludes irrigation - see additional page * Bid based on landscape plan L1 dated 2.23.16 * Bid assumes all topsoil / planting soil provided and installed by others * Bid excludes: irrigation, soils, hardscapes (retaining walls, pavers, etc.), maintenance, bonds or permits unless specified above * Tv idwest Landscapes will receive the site clean, weed free, free of construction debris and at required subgrade elevation ready to receive sod or mulch layer 6221 Oakwood Ave. NE * Otsego, MN 55330 * 763-241-1320 ph 763-241-1340 fx 2 AMAWR northland refrigeration • and power inc. 8660 East Beatrice Drive Clear Lake, MN 55319 (763)482-2846 Name/Address City of Otsego 13400 90th St. NE Otsego, MN 55330 E-mail wilson-nri rr otmail.com Estimate Date Fate No. 3/15/201639 Terms Progress Billing P.O Number Northwoods P Description Install lighting for new Northwoods Park to include the Qty Total Rate following: -(8) Decorative Pole mounted LED lights -Up to 3000' of underground uniduct -(8) pedestals -200 amps service with convenience outlets located at the main service -permits -(1) standard pole light with floods for ball field NOTE: 3000' is based off of a preliminary plan provided by the City of Otsego, additional amount to be invoiced on a Time & Material basis NOTE: surveying and pole location by others BID ON JOB 1 83,250.00 83,250.00 ------^--- CHANGE ORDER ------- March 24, 2016 > Increased price of BID from $71,000.00 to $83,250.00. (+$12,250.00) Total change to estimate +$12,250.00 ------------------------- Total $83,250.00 :0 0. SERVICES W.. JA PU 5_x 110,E-004 EIEt tl: Noe. R6,EIerd, MN 553n-WaD www.whe.org R-3-477-300..1-@ G :31a-2667 • FU, 7a -4T-M4 Estimate for Budgetaq Purposes Submitted to: Date: Aug 18th, 2015 City of Otsego 13400 901h St NE. Otsego, MN 55330 Attention: Ross Demant, Parks and Recreation Director Project Location: Otsego Wildflower Meadows Park Project Description: Furnish and install lighting system- including Sea LED trail lights and lea flood light behind the youth baseball field. (All underground wire will be placed in conduit) Price includes • 8ea 70W LED Holophane lantern style fixtures and Lexington poles • lea. AEL metal halide flood lights and pole (similar to existing flood at skating rink) • 9ea. Screw in anchor bases • 1546 if 2" non-metallic conduit • 4831 if #2 AL wire • 16031f #4 AL wire • lea hand hole • Service cabinet and equipment • Concrete pedestal pad • Timer for flood light • Mobilization Total Lumn sum installed price $88,500.00 (Eighty eight thousand five hundred dollars) • Tax included • Prices are for budgeting purposes • FOB Otsego, MN • Allow 8weeks for delivery 1 Lump Sum price does not include: • Sod restoration • Traffic control • Staking or surveying • Quantities in excess of those listed above • Any repair of damaged sprinkler systems or private underground utilities • Location or repair of any unmarked private utilities • Costs of bonding, licensing or permits other than electrical permit • Material and installation prices are for budgeting purposes only. Actual 2016 prices will be reviewed and adjusted based on current material pricing. Street li2htinlz maintenance Bea 70W LED fixture/pole-$5.00/month/luminaire lea Flood light/pole- $12.00 /month/luminaire based on fixture being used 4 months/yr. (winter only) WHServices City of Otsezo, MN Signature Phil Glawe Signature Title: Service Manager, Energy Set -vices Title: Date 811712015 Date of Acceptance 2 ILME 91 NGINEERS P L A N N E R 5 DESIGNERS Consulting Group, Inc. CHANGE ORDER NO. 1 City of Otsel7o 13400 901 Street NE Otsego, MN 55330 PROJECT: Northwood Park General Site Improvements CONTRACTOR: GL Contractine, Inc. 4300 Willow Drive Median, MN 55340 WHEREAS: Removal of Type A Seeding (Wildflower Mix). SRF No. 8805-1060 May 11, 2016 THEREFORE: In accordance with the terms of the Contract, GL Contracting, Inc. is hereby authorized to perform the improvements as described above. ORIGINAL CONTRACT SUMMARY $385,547.65 CHANGE ORDER #1 REVISED CONTRACT AMOUNT ISSUED BY: TiM Vt1,,0 SRF dOAULTING GROUP, INC. ACCEPTED: GL CONTRACTING, INC. APPROVED BY: Bonn CITY OF OTSEGO ($6,857.25) $378,690.40 DATE -e--e ► /'0"e DA E iF �(( DATE www.srfconsulting.com One Carlson Parkway North, Suite 150 1 Minneapolis, MN 5S447-4443 1 763.475.0010 Fax: 763.4752429 An Equal Opportunity Employer Date: 4/26/2oi6 Proposal to Create a Native Landscape at Northwood Park Otsego, MN Prepared for: City of Otsego Ross Demant 13400 got' St. NE Otsego, MN 55330 763-238-5744 RDemant@ci.otsego.mn.us Prepared by: Brad Vierkant Site Manager 763-631-9427 bvierl<ant(a_prairieresto.com Project Area: 1.5 acres Prairie Restorations. Inc. 31646128t' St. Princeton, MN 55371 www.prairieresto.com 1 A. Company Background: http://www.prairieresto.com/mission.shtm] (Follow the blue links to learn more) Prairie Restorations, Inc. (PRI) has been dedicated to the restoration and management of native plant communities for over 39 years. We are fortunate to have worked with thousands of clients on a wide variety of projects in both the public and private sectors throughout the Upper Midwest. The PRI staff currently consists of 45 full-time professionals and about an equal number of seasonal employees which operate out of six Minnesota locations. Most of the staff has B.S. degrees in natural resource related fields such as biology, forestry, horticulture or wildlife. As a full service restoration company, PRI is able to provide our clients expertise and service in all facets of native landscape restoration. Along with consulting, design, installation and land management services, we also produce our own local ecotype seed and plant materials which are used on all of our projects. The PRI Team is committed to and passionate about protecting and enhancing our valuable natural resources. It is this dedication that is brought to each and every one of our projects. We are proud to offer the best expertise, services and products available in the industry and appreciate the opportunity to provide you with this proposal. B. Site preparation: http://www.prairieresto.com/installation preparation.shtml 1. In areas with actively growing vegetation, apply a glyphosate herbicide (Roundup' or equivalent) and a triclopyr herbicide (Garton 3A° or equivalent) with appropriate surfactants, as per manufacturer's directions. Allow a minimum of 30 days before disturbing the vegetation with other procedures. 2. After herbicide application, the project area will be fine graded (to be done by the general contractor or excavator). Grading should remove Siberian elm trees. 3. Disk or till the soil to a depth of 4". 4. Harrow or rake the soil to create a smooth seedbed. C. Seed and Seeding: http://www.prairieresto.com/installation seeding.shtml 1. Seeding dates will be in the spring or summer before August 10th or in the fall between September 20th and freeze-up. 2. All grass seed will be applied with a seed drill designed for native seeding (Truax® or equivalent). 3. All wildflower seed will be applied by broadcasting. 4. The seed mixes will consist of the following species and amounts: 2 Grass Seed lbs. /project area PRI Short Dry Grass Mix: 40% Little bluestem, 35% Side oats grama, 13% Blue grama, 4% Poverty oat grass, 4% June grass, 2% Sand dropseed, 2% Prairie dropseed, all by PLS weight ............................................. 15 http://www.prairieresto.com/CategoryList-php?cID=12 Wildflower Seed oz. /project area Butterfly weed (Asclepias tuberoso)...................................................1 Wild lupine (Lupinus perennis)........................................................... 3 PRI Short Dry Wildflower Mix: 17% Purple prairie clover, 16% Black-eyed Susan, 15% Hoary vervain, 10% Leadplant, 10% White prairie clover, 4% Bush clover, 4% Showy Penstemon, 3% Stiff tickseed, 3% Azure aster, 2% Common milkweed, 2% Rough blazing star, 2% Wild bergamot, 2% Prairie cinquefoil, 2% Prairie rose, 2% Gray goldenrod, 2% Stiff goldenrod, 2% Western spiderwort, 1% Golden Alexander, 0.5% Yarrow, 0.5% Northern bedstraw, all by PLS weight .................................................. 28 PRI Mixed Height Mesic Wildflower Mix: 15% Purple prairie clover, 13% Black-eyed Susan, 12% Hoary vervain, 10% White prairie clover, 9% Leadplant, 7% Common ox-eye, 4% Bush clover, 4% Smooth aster, 4% Azure aster, 4% Golden Alexander, 3% Wild bergamot, 3% Stiff goldenrod, 3% Blue vervain, 2% Prairie cinquefoil,2% Gray goldenrod, 1% Common milkweed, 1% Stiff tickseed, 1% Canada tick trefoil, 1% Meadow blazing star, 0.5% Yarrow, 0.5% Northern bedstraw, all by PLS weight..................................................16 http://www.prairieresto.com/CategorVL!st.php?clD=13 D. Erosion Control: http://www.prairieresto.com/installation erosion.shtml 1. Cover crop will be sown along with the native grasses. The seeded areas will be mulched with clean straw at a rate of 1.5 tons per acre. 3. The straw will be disk anchored immediately after mulching. E. Plants and Planting: 1. Optionally, the planting can be further diversified with wildflower and/or grass plants. These will be planted individually in appropriate microhabitats throughout, or in designated areas of the project. 2. From the following list a minimum of 12 species will be used. 3. Depending on budget, plant a total of 500-1,500 plugs. 3 Wildflowers http://www.prairieresto.com/CategoryList-phP?CID=10 Fragrant giant hyssop (Agastache foeniculum) Prairie onion (Allium stellatum) Leadplant (Amorpha canescens) Canada anemone (Anemone canadensis) Thimbleweed (Anemone cylindrica) Pasque flower (Anemone patens) Pussytoes (Antennaria neglecta) Butterfly weed (Asclepius tuberoso) Whorled milkweed (Asclepias verticillata) Tooth -leaved primrose (Colylophusserrulatus) Harebell (Campanula rotundifolia) New Jersey tea (Ceanothus americanus) Stiff tickseed (Coreopsis palmota) Slender penstemon (Penstemon gracilis) Showy penstemon (Penstemon grandiflorus) White prairie clover (Dolea candida) Silky prairie clover (Dalea villosa) Prairie larkspur (Delphinium virescens) Northern bedstraw (Galium boreale) Wild geranium (Geranium maculatum) Purple avens (Geum rivale) Prairie smoke (Geum triflorum) Common ox-eye (Heliopsis helianthoides) Golden aster (Heterotheca villoso) Alum -root (Heuchera richardsonii) Long -leaved bluets (Houstonia longifolia) Rough blazing star (Liatris aspera) Cylindric blazing star (Liatris cylindracea) Meadow blazing star (Liatris ligulistylis) Dotted blazing star (Liatris punctata) Prairie phlox (Phlox pilosa) Prairie cinquefoil (Potentilla arguta) Gray goldenrod (Solidago nemoralis) Upland goldenrod (Solidago ptarmicoides) Stiff goldenrod (Solidago rigida) Showy goldenrod (Solidago speciosa) Lindley's aster (Symphyotrichum ciliolatum) Heath aster (Symphyotrichum ericoides) Smooth aster (Symphyotrichum laeve) Calico aster (Symphyotrichum lateriflorum) Golden alexanders (Zizia aurea) Grasses and Sedges httP://www.prairieresto.com/CategoryList.i3hp?clD=12 Kalm's brome (Bromus kolmii) Prairie dropseed (Sporobolus heterolepis) F. Management: http://www.i3rairieresto.coin/management overview.shtml Management (maintenance) plays a vital role in the eventual success of any native landscape installation, especially during the establishment period. Active management of your native landscape is highly recommended to give the project the best opportunity for long term success. 2. During the germination year, the project area may need to be mowed to control annual weed development. If a "closed" canopy of weed cover develops, it should be mowed to aid in the growth of the prairie seedlings by reducing competition. Mowing may also be necessary if the weeds are about to set seed. Optimum cutting height, depending on the wildflower species present, is typically 4 to 6 inches. It is important that the clippings are finely mulched in order to prevent smothering. PRI can provide the mowing services if desired. In years following the first growing season, Integrated Plant Management (IPM) services are utilized to control annual, biennial and perennial weed species within the developing native landscape. Typical IPM services include spot herbicide spraying, spot mowing, herbicide wicking or hand weeding. These services are billed on a per trip cost agreed upon prior to the growing season. 4 4. Prescribed burning is a highly effective management tool and may be recommended for your project as it matures. Burning stimulates native species to grow more robustly and also help to deter the presence of many non-native and/or woody species. Prescribed burning, when recommended, will be provided as a separate lump sum cost. G. Anticipated Management: The following table conveys the anticipated management procedures for your project during the first 3 growing seasons. Estimates for these procedures are provided in the cost section of this proposal. Year Projected Management Procedures 2016 Complete site mowings to control annual weed canopy (2 or 3 mowings as needed). Project monitoring 2017 Complete site mowing Integrated Plant Management (IPM) — includes spot spraying, spot mowing, wicking, hand weeding, and other techniques to control weeds and invasive species (3 to 4 visits are typical) Project monitoring 2018 Integrated Plant Management (IPM) — 3 to 4 visits are typical Project monitoring Future Management Estimates: Growing season 1 (assumes 2 IPM visits)....................................................... $600 Growing season 2 (assumes 2-3 IPM visits) .................................................... $800 Growing season 3 (assumes 2-3 IPM visits) .................................................... $800 Please note: The Future Management Estimates are meant to convey typical management costs for projects of similar size and characteristics. Prior to each growing season, you will receive a specified quote from your project manager detailing the recommended management strategies and associated costs for your project. 61 H. Costs: Quote Praide Restorations, Inc. #248 Prairie Restorations. Inc. 31040 128th Street 04t20l2010 Princeton MN 55371 United States B®Th TOTAL Otsego Puhfic Works 13400 9M St. NE Otsego MN 55330 $ 5, 4 7 8 United Sues United .2 Expires: 0511012016 Explras Exp. Cloes Sales Rep smpptn9 Nsfihod 0511MO16 0412dM16 BradleyVierlmrd MyPLS Item Options Rats Amount 1 Project management and mcbT¢alion 0 $394.35 1 Site preparation. seed. seeding and mulching 0 $5,083.87 as specified. Optional natrve plant seedlings 0 50-00 50114M C 5225feach 1,000-1.499 a $2 151each 1,500+ a $2.00f each Subtotal $5,47822 TOW $5,47822 lof 1 C I. Guarantee: Prairie Restorations, Inc. (PRI) has a great tradition of successfully installing native landscapes throughout the Upper Midwest. We feel our expertise in this industry is second to none and we stand behind every one of our projects. Because we are confident in our abilities to provide you with the best possible materials and services, we are proud to offer the following guarantee: On projects installed by PRI crews within the specified dates, we will guarantee successful establishment within three full growing seasons, given the following conditions: 1. That PRI materials and PRI installation services are used on the project. 2. That the failure of the project is not due to the actions of others. 3. That PRI staff has been consistently involved with the maintenance of the project (consultation with the client or direct utilization of PRI management services) from the time of germination until the end of the third growing season (i.e. mowing, spot spraying, and controlled burning). This outline provides a step-by-step plan for accomplishing the restoration of this site. If successful establishment does not occur within three full growing seasons, all necessary steps will be taken to ensure the eventual success of the project, at no additional charge. For purposes of this guarantee, successful establishment is defined as follows: That the presence of at least 75% of the original seeded or planted species can be found on site, and that the overall density of vegetation is comprised of no less than 75% native species. J. Contract: If you accept the proposal as written and want to proceed with the project, please sign the contract below. Owner: Date: Signed: Project: Contractor: Prairie Restorations, Inc. Signed: Brad Vierkant — Site Manager Prairie Restorations, Inc. 31646 128th Street Princeton, MN 55371 Title: Contract Value Date: Restoration outline prepared by Prairie Restorations, Inc. (PRI), Princeton, Minnesota 7 CITY OF OTSEGO SERVICES CONTRACT AGREEMENT, made this 23ra Day of May 2016, between the CITY OF OTSEGO, a political subdivision ("CITY") and Advanced Irrigation ("CONTRACTOR"); RECITALS CITY has awarded to CONTRACTOR the job described below, Description of Project: Provide installation of the irrigation at Northwood Park in the amount of $54,435.00 following the plans specifications provided by the City. 1. Contract Performance. CONTRACTOR shall complete performance of the PROJECT in accordance with the Advanced Irrigation Quote dated May 3, 2016. 2. Compliance with Applicable Regulations. CONTRACTOR shall, pursuant to performance, comply with all applicable rules, regulations, statutes or ordinances of any other unit or agency of government, including but not limited to those relating to non- discrimination in hiring or labor practices, payment of all required withholding taxes, workers' compensation and unemployment compensation insurance, liability insurance, OSHA or other safety rules and regulations, construction practices, environmental practices, wetland protection measures, vehicular safety and/or weight restrictions, refuse disposal practices, and notices to employees, whether or not such rules, regulations, statutes or ordinances are set forth or adopted by reference in the Submission Requirements herein. Pursuant to Laws of Minnesota 1995, Chapter 31, if CONTRACTOR shall fail to pay any subcontractor hired by CONTRACTOR under this project within 10 days after CONTRACTOR receives payment from CITY for work for which CONTRACTOR is liable to any subcontractor, CONTRACTOR shall be liable to the subcontractor for interest on the unpaid balance, at the rate of 1.5 per cent per month. Any subcontractor aggrieved by CONTRACTOR'S failure to remit payment to the subcontractor shall, for the purpose of enforcement, be considered a third -party beneficiary of this contract. However, nothing in this contract shall be deemed to impose upon CITY any duty to monitor, enforce or otherwise become involved in payments from CONTRACTOR to any subcontractor. 3. Indemnification. CONTRACTOR shall indemnify and save harmless CITY from any liability arising out of CONTRACTOR's failure to observe compliance with Paragraph 2 above, specifically including, without limitation, liability arising out of the improper disposal or storage of any hazardous waste by CONTRACTOR or any entity hired or used by CONTRACTOR for such disposal. 4. "Warranty of workmanship Products and Timely Completion. In addition to any warranty which might be part of the Plans and Specifications/Proposal, CONTRACTOR warrants that all work completed in connection with the PROJECT shall be done in a workmanlike and timely manner and in accord with applicable industry standards and that all chemicals and other products utilized by CONTRACTOR will be chosen for their effectiveness for the purpose used. Where materials are being furnished by CONTRACTOR, CONTRACTOR warrants that all materials will be of good quality and suited for the purpose for which they are intended." 5. Compliance with Statutory Requirements A. Data Practices Compliance: Contractor may have access to data collected or maintained by the City to the extent necessary to perform Contractor's obligations under this contract. Contractor agrees to maintain all data obtained from the City in the same manner as the City is required under the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13. Contractor will not release or disclose the contents of data classified as not public to any person except at the written direction of the City. Contractor agrees to defend and indemnify the City from any claim, liability, damage or loss asserted against the City as a result of Contractor's failure to comply with the requirement of the Act or this contract. Upon termination of this contract, Contractor agrees to return data to the City, as requested by the City. B. Worker's Compensation Contractor shall, at the time of execution of this contract, furnish evidence satisfactory to the City that Contractor maintains or is exempt from maintaining Worker's Compensation coverage, pursuant to Minnesota Statutes Chapter 176.182. C. Income Tax Withholding Prior to the time of final payment of any amounts owing to Contractor under this agreement, Contractor shall furnish a copy of Form IC-134, certified by the Minnesota Department of Revenue, documenting that all withholding tax requirements have been observed by Contractor. D. Audit Pursuant to Minnesota Statutes Chapter 16C.05 (subd. 5), the books and records of Contractor which are relevant to the services being performed under this Contract shall be subject to inspection in accord with said statute, for a period of six years from the date of final payment hereunder. 4. Performance and Payment Security (Check One) X Contractor is not required to post any performance and payment security as a condition of this Contract by reason of the fact that the contract amount is for less than $75,000.00, and City is not requiring performance security. Contractor is required to post performance and payment security acceptable to the City, even though the contract price is less than $75,000.00. Contractor is required to post performance and payment security because the contract price is more than $75,000.00. Note: Regardless of which option above is checked, if performance and payment security is required, the security shall meet that standards outlined in Minnesota Statutes Chapter 574.26. 5. Notices Any notice which is or should be required to be given to CONTRACTOR shall be sufficient if addressed as follows, and deposited, postage prepaid, in the regular United States Mail. Notice shall be deemed to have been received on the third business day following the postmark: Advanced Irrigation 6737 Labeaux Ave. NE, Suite 4 Albertville, MN 55301 6. Termination Either parry may terminate this agreement on 30 days written notice to the other. 7. Payment City shall remit to Contractor the amounts billed for services assuming that Contractor has fully complied with all of the terms of this agreement, completing the project in a timely and compliant manner. IN WITNESS WHEREOF, the parties have executed this Agreement the date above written. CITY OF OTSEGO By Mayor By CONTRACTOR Its City Clerk CITY OF OTSEGO SERVICES CONTRACT AGREEMENT, made this 23`d Day of May 2016, between the CITY OF OTSEGO, a political subdivision ("CITY") and Midwest Landscaping ("CONTRACTOR"); RECITALS CITY has awarded to CONTRACTOR the job described below, Description of Project: Provide installation of the landscaping at Northwood Park in the amount of $35,447 following the plans specifications provided by the City. 1. Contract Performance. CONTRACTOR shall complete performance of the PROJECT in accordance with the Midwest Landscape Quote dated March 8, 2016. 2. Compliance with Applicable Regulations. CONTRACTOR shall, pursuant to performance, comply with all applicable rules, regulations, statutes or ordinances of any other unit or agency of government, including but not limited to those relating to non- discrimination in hiring or labor practices, payment of all required withholding taxes, workers' compensation and unemployment compensation insurance, liability insurance, OSHA or other safety rules and regulations, construction practices, environmental practices, wetland protection measures, vehicular safety and/or weight restrictions, refuse disposal practices, and notices to employees, whether or not such rules, regulations, statutes or ordinances are set forth or adopted by reference in the Submission Requirements herein. Pursuant to Laws of Minnesota 1995, Chapter 31, if CONTRACTOR shall fail to pay any subcontractor hired by CONTRACTOR under this project within 10 days after CONTRACTOR receives payment from CITY for work for which CONTRACTOR is liable to any subcontractor, CONTRACTOR shall be liable to the subcontractor for interest on the unpaid balance, at the rate of 1.5 per cent per month. Any subcontractor aggrieved by CONTRACTOR'S failure to remit payment to the subcontractor shall, for the purpose of enforcement, be considered a third -party beneficiary of this contract. However, nothing in this contract shall be deemed to impose upon CITY any duty to monitor, enforce or otherwise become involved in payments from CONTRACTOR to any subcontractor. 3. Indemnification. CONTRACTOR shall indemnify and save harmless CITY from any liability arising out of CONTRACTOR's failure to observe compliance with Paragraph 2 above, specifically including, without limitation, liability arising out of the improper disposal or storage of any hazardous waste by CONTRACTOR or any entity hired or used by CONTRACTOR for such disposal. 4. "Warranty of Workmanship Products and Timely Completion. In addition to any warranty which might be part of the Plans and Specifications/Proposal, CONTRACTOR warrants that all work completed in connection with the PROJECT shall be done in a workmanlike and timely manner and in accord with applicable industry standards and that all chemicals and other products utilized by CONTRACTOR will be chosen for their effectiveness for the purpose used. Where materials are being furnished by CONTRACTOR, CONTRACTOR warrants that all materials will be of good quality and suited for the purpose for which they are intended." Compliance with Statutory Requirements A. Data Practices Compliance: Contractor may have access to data collected or maintained by the City to the extent necessary to perform Contractor's obligations under this contract. Contractor agrees to maintain all data obtained from the City in the same manner as the City is required under the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13. Contractor will not release or disclose the contents of data classified as not public to any person except at the written direction of the City. Contractor agrees to defend and indemnify the City from any claim, liability, damage or loss asserted against the City as a result of Contractor's failure to comply with the requirement of the Act or this contract. Upon termination of this contract, Contractor agrees to return data to the City, as requested by the City. B. Worker's Compensation Contractor shall, at the time of execution of this contract, furnish evidence satisfactory to the City that Contractor maintains or is exempt from maintaining Worker's Compensation coverage, pursuant to Minnesota Statutes Chapter 176.182. C. Income Tax Withholding Prior to the time of final payment of any amounts owing to Contractor under this agreement, Contractor shall fiarnish a copy of Form IC-134, certified by the Minnesota Department of Revenue, documenting that all withholding tax requirements have been observed by Contractor. D. Audit Pursuant to Minnesota Statutes Chapter 16C.05 (subd. 5), the books and records of Contractor which are relevant to the services being performed under this Contract shall be subject to inspection in accord with said statute, for a period of six years from the date of final payment hereunder. 4. Performance and Payment Secur (Check One) X Contractor is not required to post any performance and payment security as a condition of this Contract by reason of the fact that the contract amount is for less than $75,000.00, and City is not requiring performance security. Contractor is required to post performance and payment security acceptable to the City, even though the contract price is less than $75,000.00. Contractor is required to post performance and payment security because the contract price is more than $75,000.00. Note: Regardless of which option above is checked, ifperformance and payment security is required, the security shall meet that standards outlined in Minnesota Statutes Chapter 574.26. 5. Notices Any notice which is or should be required to be given to CONTRACTOR shall be sufficient if addressed as follows, and deposited, postage prepaid, in the regular United States Mail. Notice shall be deemed to have been received on the third business day following the postmark: Midwest Landscapes 6221 Oakwood Avenue Otsego, MN 55330 6. Termination Either party may terminate this agreement on 30 days written notice to the other. 7. Payment City shall remit to Contractor the amounts billed for services assuming that Contractor has fully complied with all of the terms of this agreement, completing the project in a timely and compliant manner. IN WITNESS WHEREOF, the parties have executed this Agreement the date above written. CITY OF OTSEGO In Mayor CONTRACTOR Its City Clerk CITY OF OTSEGO SERVICES CONTRACT AGREEMENT, made this 231d Day of May 2016, between the CITY OF OTSEGO, a political subdivision ("CITY") and W/H Services ("CONTRACTOR"); RECITALS CITY has awarded to CONTRACTOR the job described below, Description of Project: Provide installation of lighting features at Northwood Park in the amount of $88,500 following the plans specifications provided by the City. 1. Contract Performance. CONTRACTOR shall complete performance of the PROJECT in accordance with the W/H Service Quote dated August 18, 2015. 2. Compliance with Applicable Regulations. CONTRACTOR shall, pursuant to performance, comply with all applicable rules, regulations, statutes or ordinances of any other unit or agency of government, including but not limited to those relating to non- discrimination in hiring or labor practices, payment of all required withholding taxes, workers' compensation and unemployment compensation insurance, liability insurance, OSHA or other safety rules and regulations, construction practices, environmental practices, wetland protection measures, vehicular safety and/or weight restrictions, refuse disposal practices, and notices to employees, whether or not such rules, regulations, statutes or ordinances are set forth or adopted by reference in the Submission Requirements herein. Pursuant to Laws of Minnesota 1995, Chapter 31, if CONTRACTOR shall fail to pay any subcontractor hired by CONTRACTOR under this project within 10 days after CONTRACTOR receives payment from CITY for work for which CONTRACTOR is liable to any subcontractor, CONTRACTOR shall be liable to the subcontractor for interest on the unpaid balance, at the rate of 1.5 per cent per month. Any subcontractor aggrieved by CONTRACTOR'S failure to remit payment to the subcontractor shall, for the purpose of enforcement, be considered a third -parry beneficiary of this contract. However, nothing in this contract shall be deemed to impose upon CITY any duty to monitor, enforce or otherwise become involved in payments from CONTRACTOR to any subcontractor. 3. Indemnification. CONTRACTOR shall indemnify and save harmless CITY from any liability arising out of CONTRACTOR's failure to observe compliance with Paragraph 2 above, specifically including, without limitation, liability arising out of the improper disposal or storage of any hazardous waste by CONTRACTOR or any entity hired or used by CONTRACTOR for such disposal. 4. "Warranty of Workmanship, Products and Timely Completion. In addition to any warranty which might be part of the Plans and Specifications/Proposal, CONTRACTOR warrants that all work completed in connection with the PROJECT shall be done in a workmanlike and timely manner and in accord with applicable industry standards and that all chemicals and other products utilized by CONTRACTOR will be chosen for their effectiveness for the purpose used. Where materials are being furnished by CONTRACTOR, CONTRACTOR warrants that all materials will be of good quality and suited for the purpose for which they are intended." 5. Compliance with StatutopLRequirements A. Data Practices Compliance: Contractor may have access to data collected or maintained by the City to the extent necessary to perform Contractor's obligations under this contract. Contractor agrees to maintain all data obtained from the City in the same manner as the City is required under the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13. Contractor will not release or disclose the contents of data classified as not public to any person except at the written direction of the City. Contractor agrees to defend and indemnify the City from any claim, liability, damage or loss asserted against the City as a result of Contractor's failure to comply with the requirement of the Act or this contract. Upon termination of this contract, Contractor agrees to return data to the City, as requested by the City. B. Worker's Compensation Contractor shall, at the time of execution of this contract, furnish evidence satisfactory to the City that Contractor maintains or is exempt from maintaining Worker's Compensation coverage, pursuant to Minnesota Statutes Chapter 176.182. C. Income Tax Withholding Prior to the time of final payment of any amounts owing to Contractor under this agreement, Contractor shall furnish a copy of Form IC-134, certified by the Minnesota Department of Revenue, documenting that all withholding tax requirements have been observed by Contractor. D. Audit Pursuant to Minnesota Statutes Chapter 16C.05 (subd. 5), the books and records of Contractor which are relevant to the services being performed under this Contract shall be subj ect to inspection in accord with said statute, for a period of six years from the date of final payment hereunder. 4. Performance and Payment Seggdly (Check One) Contractor is not required to post any performance and payment security as a condition of this Contract by reason of the fact that the contract amount is for less than $75,000.00, and City is not requiring performance security. Contractor is required to post performance and payment security acceptable to the City, even though the contract price is less than $75,000.00. X Contractor is required to post performance and payment security because the contract price is more than $75,000.00. Note: Regardless of which option above is checked, ifperformance and payment security is required, the security shall meet that standards outlined in Minnesota Statutes Chapter 574.26. 5. Notices Any notice which is or should be required to be given to CONTRACTOR shall be sufficient if addressed as follows, and deposited, postage prepaid, in the regular United States Mail. Notice shall be deemed to have been received on the third business day following the postmark: W/H Services 6800 Electric Drive Rockford, MN 55373-0330 6. Termination Either party may terminate this agreement on 30 days written notice to the other. 7. Payment City shall remit to Contractor the amounts billed for services assuming that Contractor has fully complied with all of the terms of this agreement, completing the project in a timely and compliant manner. IN WITNESS WHEREOF, the parties have executed this Agreement the date above written. CITY OF OTSEGO Mayor CONTRACTOR Its City Clerk