Loading...
Imp. Proj. #649• ..« Approved Public Works 1 -10 -2000 1 Consent By: Guy Johnson 1 6 MOTION APPROVING FINAL PAY REQUEST TO DAVE PERKINS CONTRACTING, IN THE AMOUNT $1,629.74, FOR THE 1999 BACKYARD DRAINAGE PROJECT (IMPROVEMENT PROJECT NO. 649) REQUESTED ACTION Staff is recommending that the Council pass a motion to accept Improvement Project 649 and approve final payment to Dave Perkins Contracting, in the amount of $1,629.74. BACKGROUND The 1999 Backyard Drainage Project consisted of storm sewer construction at 7916 28 Avenue North, 9125 34 Avenue North, and 2880 Valle Vista. The project included placing drainage piping to collect nuisance ponded water from existing backyards and shaping these areas to drain. The City Council awarded the contract to Dave Perkins Contracting on May 24, 1999. The project was completed during the summer of 1999. I The final value of construction is $32,595.00. This is approximately 14% less than the original contract amount of $37,852.00. Funds for the project are available hrough the Storm Water Utility Fund. ATTACHMENTS The Engineer's letter recommending final payment, signed final pay requests, and IC -134 forms are attached. • r TO: 2 " ,b t�L rr r I:RFAIPubworks \649 Final Pay Request 1 -10 -00 Bonestroo, Rosene, Ander,`ir; and Associates, Inc. is an Affirmative= Action /Equal Opportunity Employer Principals: Otto G. Bonestroo, P.E. • Joseph C. Anderlik, RE. • Marvin L. Sorvala, P.E. Glenn R. Cook, P.E. - Robert G. Schunicht, RE. • Jerry A. Bourdon, P.E. Robert W. Rosene, RE., Richard E. Turner, P.E. and Susan M. Eberlin, C.P.A., Senior Consultants Associate Principals. Howard A. Sanford, P.E. • Keith A. Gordon, RE. • Robert R. Pfefferie, RE. . Richard W. Foster, RE. • David O. Loskota, RE. Robert C. Russek, A.I.A. - Mark A. Hanson, RE. . Michael T. Rautmann, RE. • Ted K.Field, P.E. • Kenneth R Anderson, RE. • Mark R. Rolfs, RE. Sidney R Williamson, RE., L.S. • Robert E Kotsmith • Agnes M. Ring • Allan Rick Schmidt, RE. Offices: St. Paul, Rochester, Willmar and St. Cloud, MN + Milwaukee, WI Website: www.bonestroo.com December 28, 1999 Mr. Tom Schuster City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 -4898 Re: 1999 Backyard Drainage Project City Project No. 649 Our File No. 34 -98 -818 Dear Tom: All work has been completed for the 1999 Backyard Drainage Project. Therefore, we recommend final payment to Dave Perkins Contracting in the amount of $1,629.74 The final value of construction is $32,595.00. This is approximately 14% percent less than then original contract amount of $37,852.00. The areas disturbed during construction in the yards and streets were less than estimated in design. Consequently, less quantities were used to restore the streets and yards to their original condition. This accounted for the majority of cost savings. The signed final pay requests and IC -134 forms are attached. It is recommended that final payment be made after approval by the Council. Sincerely, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. Vincent T. Vander Top cc: Guy Johnson Mark Hanson 2335 West Highway 36 ® St. Paul, MN 55113 - 651-636-4600 ■ Fax: 651 - 636-1311 Bonestroo Rosene Anderlik & Associates Engineers & Architects )caner: City of New Hope 4401 Xylon Ave NNew Hope MN 55428 -4898 Date: November 23 1999 =or Period: 817/99 to 11/23/99 Request No: 2 / Final :ontractor: Dave Perkins Contracting 14230 Basalt St Ramsey MN 55303 -0277 REQUEST FOR PAYMENT 1999 BACKYARD DRAINAGE PROJECT BRA FILE NO. 34 -98 -818 CLIENT PROJECT NO, 649 SUMMARY 1 Original Contract Amount 2 Change Order - Addition 3 Change Order - Deduction 4 Revised Contract Amount 5 Value Completed to Date 6 Material on Hand 7 Amount Earned 8 Less Retainage 0% 9 Subtotal 10 Less Amount Paid Previously 11 AMOUNT DUE THIS REQUEST FOR PAYMENT NO $ 37.852.00 $ 0.00 $ 0.00 $ 37,852.00 $ 32,595.00 $ 0.00 $ 32, 595.00 $ 0.00 $ 32,595.00 $ 30,96526 $ 1,629.74 2 / Final Recommended for Approval by: BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. --L --- Approved by Contractor: DAVE E KINS CO RACTING Approved ner: CITY OF 7HoPE l Ili Specified Contract Completion Date: May 25, 1999 Date: request2- final.xls Total Part 1 - 7916 - 28th Avenue North $10,722.00 Total Part 2 - 9125 -34th Avenue North Contract Unit Quantity Amount No. Item Unit Quantity Price to Date to Date Part 1 - 7916 - 28th Avenue North 1 Remove concrete curb and gutter LF 40 10 12 $120.00 2 Remove bituminous pavement SY 70 5 40 $200.00 3 Sawing Bituminous Pavement LF 60 3 54 $162.00 4 Remove and reconstruct chain link fence LF 40 5 15 $75.00 5 Construct MH -1 with casting over pipe EA 1 2500 1 $2,500.00 6 12" PVC sanitary sewer, SDR 35 LF 159 25 159 $3,975.00 7 24" dia. yard drain w/R1642, Type C, grate EA 2 1100 1 $1,100.00 8 Sodding, lawn type SY 360 3 310 $930.00 9 Topsoil borrow CY 30 12 30 $360.00 10 Concrete curb and gutter LF 40 25 12 $300.00 11 Bituminous street patch SY 70 25 40 $1,000.00 Total Part 1 - 7916 - 28th Avenue North $10,722.00 Part 2 - 9125 -34th Avenue North 12 Construct MH -3 w /casting over pipe EA 1 1800 1 $1,800.00 13 12" Perforated drain pipe LF 34 28 34 $952.00 14 12" PVC sanitary sewer, SDR 35 LF 110 25 110 $2,750.00 15 24" dia. yard drain w/R1642, Type C, grate EA 2 1100 2 $2,200.00 16 Reshape yard swale LS 1 600 1 $600.00 17 Sodding, lawn type SY 550 3 400 $1,200.00 18 Topsoil borrow CY 40 12 40 $480.00 19 Remove concrete curb and gutter LF 20 10 12 $120.00 20 Remove bituminous pavement SY 40 5 22 $110.00 21 Sawing Bituminous Pavement LF 55 3 42 $126.00 22 Remove and reconstruct chain link fence LF 140 5 125 $625.00 23 Remove and reconstruct wood fence LF 50 5 50 $250.00 24 Concrete curb and gutter LF 20 25 12 $300.00 25 Bituminous street patch SY 40 25 22 $550.00 26 4" drain tile LF 100 15 100 $1,500.00 Total Part 2 - 9125 -34th Avenue North $13,563.00 Part 3 - 2880 Valle Vista 27 Connect 12" pipe to ex. CB EA 1 650 1 $650.00 28 12" Perforated drain pipe LF 195 28 195 $5,460.00 29 4" drain tile LF 10 20 10 $200.00 30 24" dia. yard drain w/R1642, Type C, grate EA 1 1100 1 $1,100.00 31 Sodding, lawn type SY 420 3 220 $660.00 32 Topsoil borrow CY 20 12 20 $240.00 Total Part 3 - 2880 Valle Vista $8,310.00 Total Part 1 - 7916 - 28th Avenue North $10,722.00 Total Part 2 - 9125 -34th Avenue North $13,563.00 Total Part 3 - 2880 Valle Vista $8,310.00 Total Work Completed To Date $32,595.00 requestMnal.xls PROJECT PAYMENT STATUS OWNER CITY OF NEW HOPE CLIENT PROJECT NO. 649 BRA FILE NO. 34 -98 -818 CONTRACTOR DAVE PERKINS CONTRACTING CHANGE ORDERS No. uate Description Amount Total Change Orders PAYMENT SUMMARY No. From To Pavment Ratninnna r:mmnlotad 1 05/25/99 08/06/99 30,965.26 1,629.75 32,595.01 2 / Final 08/07/99 11/23/99 1,629.74 Revised Contract 32,595.00 Material on Hand Total Payment to Date $32,595.00 Original Contract $37,852.00 Retains a Pay No. 2 / Final Change Orders Total Amount Earned $32,595.00 Revised Contract $37,852.00 requestMiinands Minnes Department o Withholding Affidavit for Contractors This affidavit must be approved by the Minnesota Department of Revenue before the State of Minnesota or any of its subdivisions can make final payment to contractors. Minnesota ID number Address Month /year work began 6A Daub Perkins Contractor ! City 14230 & alt St. N.W. Zip Code Month /year work ended /� Ramsey, MN 55303 � Total contract amount: ,X Telephone rum r Amount still due: ( 2 4 Did you have employees work on this project? Project number: If none, explain who did the work: Project location: N Project ow ner: Address Check the box that describes your involvement in the project and fill in all information requested in that category: ■ • Subcontractor If you are a subcontractor, fill in the name and address of the contractor that hired you: Prime Contractor If you subcontracted out any work on this project, all of your subcontractors must file their own IC -134 affidavits and have them certified by the Department of Revenue before you can file your affidavit. For each subcontractor you had, fill in the business information below, and attach a copy of each subcontractor's certified IC -134. (If you need more space, attach a separate sheet.) Business name Address Owner /Off &�e�K Lc"< ' 9hw NAH 9& Labsl&k4 I declare that all information I have filled in on this form is true and complete to the best of my knowledge and belief. I authorize the Department of Revenue to disclose pertinent information relating to this project, including sending copies of this form, to the prime contractor if I am a subcontractor, and to any subcontractors if I am a prime contractor, and to the contracting agency. For certification, mail to: Minnesota Department of Revenue, Business Trust Tax Section Mail Station 6610, St. Paul, MN 55146 -6610 Certificate of Compliance with Minnesota Income Tax Withholding Law Based on records of the Minnesota Department of Revenue, I certify that the contractor who has signed this certificate has fulfilled all the requirements of Minnesota Statutes 290.92 and 290.97 concerning the withholding of Minnesota income tax from wages paid to employees relating to contract services with the state of Minnesota and /or its subdivisions. Signature of authorized Department of Revenue official Date Instructions form IC-134 Who should file? If you are a prime contractor, a contractor, or a subcontractor who did work on a project for the state of Minnesota or any of its local government subdivisions — such as a county, city, or school district — you must file form IC -134 with the Minne- sota Department of Revenue. This affidavit must be certified and returned before the state or any of its subdivisions can make final payment for your work. When to file The IC -134 cannot be processed until you are finished with the work. Do not send the affidavit in for certification before the project is completed since it will only be returned to you unprocessed. if you are a subcontractor or sole contractor, file form IC -134 when you have completed your part of the project. If you are a prime contractor, file form IC -134 when the entire project is completed and you have received certified affidavits from all of your subcontractors. Where to file Fill out form IC -134 and mail the original and one copy to: Minnesota Department of Revenue Business Trust Tax Section Mail Station 6610 St. Paul, MN 55146 -6610 How to file If you have fulfilled the requirements of the withholding tax laws of Minnesota, the Department of Revenue will sign your affidavit, keep the copy, and return the original to you. If any withholding payments are due to the state, Minne- sota law (M.S. 290.97) requires that payment must be made by only money order, cashiers check, certified check, or cash. Take the certified affidavit to your prime contractor or to the governmental unit for which the work was done in order to receive your final payment. Minnesota tax identification number You must fill in your Minnesota tax identification number on the form. You must have a Minnesota tax ID number if you have employees who work in Minnesota. If you need a number, get form MBA, Application for Tax Identification Number, and file it with the Minnesota Depart- ment of Revenue. To get form MBA, call 296 -3781 from the Twin Cities area or 1- 800 -652 -9094 from elsewhere in Minnesota, or write to Minnesota Tax Forms, Mail Station 7131, St. Paul, MN 55146 -7131. You do not need a Minnesota identification number if you have no employees and did all the work yourself. If this is the case, fill in your Social Security number in the space for Minnesota ID number and explain who did the work. If you are a subcontractor who was hired to do work on a project and you subcontract all or a part of your portion of the project to another contractor, you become a prime contractor as well. If this is the case, fill out both the subcontractor and prime contractor areas on a single form. Use of information The Department of Revenue needs all the information, except your phone number, to determine whether you have met all state income tax withholding requirements. If all required information is not provided, the IC -134 will be returned to you for completion. All information on this affidavit is guaranteed private by state law. It cannot be given to others without your permission, except to the Internal Revenue Service, other states that guarantee that it will be kept private, and certain state or county agencies. If you need help or additional information to fill out this form, call 296 -6181 in the Twin Cities area. From elsewhere in Minnesota and from outside the state, call (toll -free) 1 -800- 657 -3777. Form Minnesota Department of Revenue �'. IC-134 Rev. 9/89 W ithholding This affidavit must be approved by the Minnesota Department of Revenue before the St ate of Minnesota o r any of its subdivision ca n make final p ayment to contr Company name 'Minnesota ID number k�esh Lam. . Sca..�...�' � 91 4 7o 5' Address vd Mon[hlyear wor began ju G 9 City State Zip Code Month /year work ended 1,51 �ur�e, q C� ado° Total contract amount: Telephone number p Amount still due: 415 _ Did you have employees work on this project? i Project number: (� If none, explain who did the work: Pro ject location: �L dra "rojoct owner: - Address I A-Jfl N _ Check the box that describes your involvement in the project and fill in all information requested in that category: ❑ Sole contractor Subcontractor If you are a subcontractor, fill in the name and address of the contractor that hired you: ' Dave- I-ex 'rilS L - *c hnci 142? 5 �-� St �►'u ,Iu N��_3 ❑ Prime Contractor If you subcontracted out any work on this project, all of your subcontractors must file their own IC-134 affidavits and have them certified by the Department of Revenue before you can file your affidavit. For each subcontractor you had, fill in the business information below, and attach a copy of each subcontractor's certified IC -134. (If you need more space, attach a separate sheet.) Business name Address Owner /Officer I declare that all information I have filled in on this form is true and complete to the best of my knowledge and belief. f authorize the Department of Revenue to disclose pertinent information relating to this project, including sending copies of this form, to the prime contractor if I am a subcontr, ctor, and to an subcontractors if I am a prime contractor, and to the contracting a gency. Contractor' nature Title Date For certification, mail to: Minnesota Department of Revenue, Business Trust Tax Section Mail Station 6610, St. Paul, Mid 55146 -6610 Certificate of Compliance with Minnesota Income Tax Withholding Law Based on records of the Minnesota Department of Revenue, I certify that the contractor who has signed this certificate has fulfilled all the requirements of Minnesota Statutes 290.92 and 290.97 concerning the withholding of Minnesota income tax from wages paid to employees relating to contract services with the state of Minnesota and /or its subdivisions. Signature of authorized Department of Revenue official Date instructions for r xiY C -1 If you are a prime contractor, a contractor, or a subcontractor who did work on a project for the state of Minnesota or any of its local government subdivisions — such as a county, city, or school district — you must file form IC -134 with the Minne- sota Department of Revenue. This affidavit must be certified and returned before the state or any of its subdivisions can make final payment for your work. You must fill in your Minnesota tax identification number on the form. You must have a Minnesota tax ID number if you have employees who work in Minnesota. If you need a number, get form MBA, Application for Tax Identification Number, and file it with the Minnesota Depart- ment of Revenue. To get form MBA, call 296 -3781 from the Twin Cities area or 1- 800 -652 -9094 from elsewhere in Minnesota, or write to Minnesota Tax Forms, Mail Station 7131, St. Paul, MN 55146 -7131. r WT The IC -134 cannot be processed until you are finished with the work. Do not send the affidavit in for certification before the project is completed since it will only be returned to you unprocessed. If you are a subcontractor or sole contractor, file form IC -134 when you have corpleted your part of the project. If you are a prime contractor, file form IC -134 when the entire project is completed and you have received certified affidavits from all of your subcontractors. Where to fate Fill out form IC -134 and mail the original and one copy to: Minnesota Department of Revenue Business Trust Tax Section Mail Station 6610 St. Paul, MN 55146 -6610 How to file If you have fulfilled the requirements of the withholding tax laws of Minnesota, the Department of Revenue will sign your affidavit, keep the copy, and return the original to you. If any withholding payments are due to the state, Minne- sota law (M.S. 290.97) requires that payment must be made by only money order, cashiers check, certified check, or cash. Take the certified affidavit to your prime contractor or to the governmental unit for which the work was donq in nrrlar to receive your final payment. You do not need a Minnesota identification number if you have no employees and did all the work yourself. If this is the case, fill in your Social Security number in the space for Minnesota ID number and explain who did the work. project? tractor on the same If you are a subcontractor who was hired to do work on a project and you subcontract all or a part of your portion of the project to another contractor, you become a prime contractor as well. If this is the case, fill out both the subcontractor and prime contractor areas on a single form. Use of information The Department of Revenue needs all the information, except your phone number, to determine whether you have met all state income tax withholding requirements. If all required information is not provided, the IC -134 will be returned to you for completion. All information on this affidavit is guaranteed private by state law. It cannot be given to others without your permission, except to the Internal Revenue Service, other states that guarantee that it will be kept private, and certain state or county agencies. If you need help or additional information to fill out this form, call 296 -6181 in the Twin Cities area. From elsewhere in Minnesota and from outside the state, call (toll -free) 1 -800- 657 -3777. ' P.A. GORDON L. JENSEN* WILLIAM G. SWANSON STEVEN A.SONDRALL MARTIN P. MALECHA C.ALDEN PEARSONt DEAN A.TRONGARDt JULIE A. THILL OF COUNSEL LORENS Q.BRYNESTAD C O Attorneys At Law 8525 EDINBROOK CROSSING, STE. 201 BROOKLYN PARK, MINNESOTA 55443 -1999 TELEPHONE (612) 424 -8811 • TELEFAX (612) 493 -5193 E -MAIL iss @jsspa.com rN -, 4de L l August 17, 1999 Vince Vander Top Bonestroo, Rosene 2335 West Highway 36 St. Paul, MN 55113 RE. 1999 Backyard Drainage Easement 1 1999 Infrastructure Improvements Our File No. 99.66483 Dear Vince: Enclosed please find three copies of each of the following easements: 1. Utility Easement for John and Stacy Hemming, 1999 Backyard Drainage Project; 2. Utility Easement for James and Jane Rieder, 1999 Infrastructure Project: *Real Property Law Specialist Certified By The Minnesota State Bar Association tQualified ADR Neutral 3. Utility Easement for Thomas and Christine Schreyer, 1999 Infrastructure Project. For each property you will also find a copy of the easement sketch showing the location of the easement. I will need two signed copies of each easement. The third copy and the sketch are for the property owners to keep. Be sure to have the easements signed in the presence of a notary public Once you obtain the notarized signatures, please return two copies of each easement to me for further handling. If there are delays in getting some of the easements signed, at any point send me what you have, and we will get those Vince Vander Top August 17, 1999 Page 2 accepted by the City and recorded, rather than waiting until all of the easements are ready. These documents are based upon the current property records. Let me know if you discover that the ownership has changed. Also, be sure to notify us immediately if any of these properties are for sale. In that case, we will try to get that easement signed, accepted by the City, and recorded as soon as possible. Be sure to call if you have any questions. Sincerely, Martin P. Malecha Assistant City Attorney Enclosures cc: Kirk McDonald, Director of Community Development Guy Johnson, Director of Public Works Mark Hanson, City Engineer Steven A. Sondrall, City Attorney COUNCIL Section ----� Department Approved for Agenda �oo originating �p ^��^-~- Public Works 5-24-89 | Development & Planning lh:m No. By: Guy Johnson By- 8.2 RESOLUTION AWARDING CONTRACT FOR THE CONSTRUCTION OFIMPROVEMENT PROJECT NO. 649 (1999 BACKYARD DRAINAGE IMPROVEMENTS) REQUESTED ACTION Staff requests approval 0fa resolution awarding the contract to the low and responsible bidder, Dave Perkins Contracting, in the amount of $37,852. BACKGROUND The 1999 Backyard Drainage Project includes: • Part 1:7810 Avenue North. • Part 2:81253 Avenue North (Area with the sw pool issues) • Part 3: 28OD Valle Vista The proposed project schedule is: * Begin construction at the 9125 3& Ave. site (if all documents, contracts, and necessary easements are signed) on June 7, 1999 FUNDING Proposed revenue source for the project is the Storm Water Utility Fund. ATTACHMENTS /\ memorandum from the City Engineer and the resolution are attached. ������ WA CITY OF NEW HOPE RESOLUTION NO. 99- 87 RESOLUTION APPROVING CONTRACT BETWEEN THE CITY OF NEW HOPE AND DAVE PERKINS CONTRACTING FOR THE 1999 BACKYARD DRAINAGE IMPROVEMENT (PROJECT 649) AUTHORIZING THE MAYOR AND CITY MANAGER TO SIGN WHEREAS, the city requires the assistance of a contractor in completing the 1999 Backyard Drainage construction projects; and, WHEREAS, the City Engineer has prepared plans, specifications, and contract terms for the work; and, WHEREAS, the City has accepted bids for work described in the plans and specifications and has identified the lowest responsible and responsive bidder. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF NEW HOPE, MINNESOTA: 1. That the contract between the City of New Hope and Dave Perkins Contracting Inc. in the amount of $37,852 is approved. 2. That the Mayor and City Manager are authorized to sign the contract documents. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota this 24th day of May, 1999. 1 Mayor Attest: City Clerk I: Res\Pu bworks\649Resolution BackyardDrainage Bonestroo, Rosene, Anderlik and Associates, Inc. is <rn Affirmative Action /Equal Opportunity Employer Principals: Otto G. Bonestroo, PE. • Joseph C. Anderlik, PE. • Marvin L. Sorvala, RE. Glenn R. Cook. P.E. • Robert G. Schunicht, P.E. • Jerry A. Bourdon, RE. - Robert W. Rosene, PE., Richard E. Turner, P.E. and Susan M. Eberlin, C.P.A., Senior Consultants Associate Principals: Howard A. Sanford, P.E. • Keith A. Gordon, P.E. • Robert R. Pfefferle, P.E. Richard W. Foster, P.E. • David O. Loskota, P.E. • Robert C. Russek, A.I.A. • Mark A. Hanson, P.E. Michael T. Rautmann, P.E. • Ted K.Field, P.E. • Kenneth P. Anderson, P.E. • Mark R. Rolfs. PE. - Sidney P. Williamson, P.E., L.S. • Robert F. Kotsmith • Agnes M. Ring • Allan Rick Schmidt, P.E. Offices: St. Paul, Rochester, Willmar and St. Cloud, MN • Milwaukee, Wl W'ebsite: www.bonestroo.com May 19, 1999 Honorable Mayor and City Council City of New Hope 4401 Xylon Ave N New Hope, MN 55428 -4898 Re: City of New Hope 1999 Backyard Drainage Project BRA File No. 34 -98 -818 Honorable Mayor and City Council: Bids were opened for the project stated above on May 18, 1999. Transmitted herewith is a copy of the bid tabulation for your information and file. A copy will also be distributed to each bidder. There were a total of 2 bids. The following summarizes the results of the 2 bids received. Contractor Low Dave Perkins Contracting, Inc. #2 Ro -So Contracting, Inc. Bid Amount $37,852.00 $73,730.00 The low bidder on the project was Dave Perkins Contracting, Inc. with a base bid of $37,852.00. This compares to the engineers estimate of $50,000.00. These bids have been reviewed and found in order. Dave Perkins Contracting, Inc. has completed a number of similar projects for the City of New Hope in the past. Therefore, we recommend that the project be awarded to Dave Perkins Contracting, Inc. for the base bid amount of $37,852.00. Should you have any questions, please feel free to contact me. My direct dial phone number is (651) 604- 4790. Yours very truly, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. Vince Vander Top Enclosures VTV Jms 55113 ■ 651-636 ■Fax: 651 -636-1311 2335 West Highway 36 ■ St. Paul, MN Bonestroo Project Name: 1999 Backyard Drainage Project t hereby certify that this is an exact Rosene Anderlik & Project No.: File No.: 34 -98 -818 reproduction of bids received. Associates Engineers & Architects Bid Opening: 618199 12:00 AM Owner: CityofNewHo2e + i Vince Vander Top, P.E�' Registration No. 25770 Item Units Part 1 - 7916 - 28th Avenue North $400.00 1 Remove concrete curb and gutter LF 2 Remove bituminous pavement SY 3 Sawing Bituminous Pavement LF 4 Remove and reconstruct chain link LF fence $120.00 5 Construct MH -1 with casting over pipe EA 6 12" PVC sanitary sewer, SDR 35 LF 7 24" dia. yard drain w/R1642, Type C, EA grate $7,500.00 8 Sodding, lawn type SY 9 Topsoil borrow CY 10 Concrete curb and gutter LF 11 Bituminous street patch SY Total Part 1 - 7916 - 28th Avenue North $1,080.00 Part 2 -9125 -34th Avenue North $1,080.00 12 Construct MH -3 w /casting over pipe EA 13 12" Perforated drain pipe LF 14 12" PVC sanitary sewer, SDR 35 LF 15 24" dia. yard drain w/R1642, Type C. EA grate $1,750.00 16 Reshape yard swale LS 17 Sodding, lawn type SY 18 Topsoil borrow CY 19 Remove concrete curb and gutter LF 20 Remove bituminous pavement SY 21 Sawing Bituminous Pavement LF 22 Remove and reconstruct chain link LF fence 23 Remove and reconstruct wood fence LF 24 Concrete curb and gutter LF 25 Bituminous street patch SY 26 4" drain tile LF Total Part 2 - 9125 -34th Avenue North Part 3 - 2880 Valle Vista 27 Connect 12" pipe to ex. CB EA 28 12" Perforated drain pipe LF 29 4" drain tile LF 30 24" dia. yard drain w/R1642, Type C, EA grate 31 Sodding, lawn type SY 32 Topsoil borrow CY Total Part 3 - 2880 Valle Vista Total Part 1 - 7916 - 28th Avenue North Total Part 2 - 9125 -34th Avenue North Total Part 3 - 2880 Valle Vista Base Bid Total Contractor Name and 60.00 40.00 0 Bid No. 1 Bid No, 2 Dave Perkins Contracting Ro -So Contracting Unit Price Total I Unit Price Total $10.00 $400.00 $3.00 $120.00 $5.00 $350.00 $3.00 $210.00 $3.00 $180.00 $2.00 $120.00 $5.00 $200.00 $5.00 $200.00 $2,500.00 $2,500.00 $7,500.00 $7,500.00 $25.00 $3,975.00 $100.00 $15,900.00 $1,100.00 $2,200.00 $750.00 $1,500.00 $3.00 $1,080.00 $3.00 $1,080.00 $12.00 $360.00 $15.00 $450.00 $25.00 $1,000.00 $20.00 $800.00 $25.00 $1,750.00 $30.00 $2,100.00 $13.995.00 $29,980.00 1.00 $1,800.00 34.00 $28.00 110.00 $25.00 2.00 $1,100.00 1.00 $600.00 550.00 $3.00 40.00 $12.00 20.00 $10.00 40.00 $5.00 55.00 $3.00 140.00 $5.00 50.00 $5.00 20.00 $25.00 40.00 $25.00 100.00 $15.00 $1, $2, $165.00 $700.00 $250.00 $500.00 $1,000.00 $1,500.00 $14,947.00 $7,500.00 $125.00 $100.00 $750.00 $500.00 $3.00 $15.00 $3.00 $3.00 $2.00 $5.00 $10.00 $20.00 $40.00 $10.00 $7,500.00 $4,250.00 $11,000.00 $1,500.00 $500.00 $1,650.00 $600.00 $60.00 $120.00 $110.00 $700.00 $500,00 $400.00 $1,600.00 $1,000.00 $31,490.00 1.00 $650.00 $650.00 $4,000.00 $4,000.00 195.00 $28.00 $5,460.00 $30.00 $5,850.00 10.00 $20.00 $200.00 $10.00 $100.00 1.00 $1,100.00 $1,100.00 $750.00 $750.00 42000 $3.00 $1,260.00 $3.00 $1,260.00 20.00 $12.00 $240.00 $15:00 $300.00 $8,910.00 $12,260.00 $13,995.00 $29,980.00 $14,947.00 $31,490.00 ' - 8 , 910.0c) $12 , 2 60 . 00 $37,852.00 $73,730.00 ddress: Dave Perkins Contracting Ro-So Contracting 14230 Basalt St 7137 20th Ave N Ramsev, MN 55303 -0277 Centerville, MN 55038 Phone: (612) 427 -0109 Fax (612) 427 -3806 Signed By: Dave Perkins Title: President Bid Security: Bid Bond Addenda Acknowledged: One (651) 429 -2669 (651) 429 -0471 Mike Dabruzzi President Bid Bond One 3498818bt.xls BT -1 GORDON L. JENSEN* WILLIAM G. SWANSON STEVEN A.SONDRALL MARTIN P. MALECHA C.ALDEN PEARSONt DEAN A.TRONGARDt JULIE A. TRILL OF COUNSEL LORENS Q.BRYNESTAD *Real Property Law Specialist Certified By The Minnesota State Bar Association tQualified ADR Neutral Attorneys At Law 8525 EDINBROOK CROSSING, STE. 201 BROOKLYN PARK., MINNESOTA 55443 -1999 TELEPHONE (612) 424 -8811 • TELEFAx (612) 493 -5193 E -MAIL jss @isspa.com June 10, 1999 Valerie Leone City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 RE: 1999 Backyard Drainage Our File No. 99.10,000 Dear Valerie: Enclosed please find five copies of the contract and bonds for the above - referenced project, as well as the certificate of insurance. All are in order from a legal standpoint. Be sure to note that only one copy of the contract has an original bond. That contract has been marked "CNH Copy" on the top of the front cover. Two other copies of the contract have either missing signatures or notarization information. For our purposes that is unimportant, as long as the City has a fully executed copy. Please call me if you have any questions. Sincerely, Martin P. Malecha Assistant City Attorney cc: Daniel J. Donahue, City Manager Kirk McDonald, Director of Community Development Tom Schuster, Contract Manager Mark Hanson, City Engineer Steven A. Sondrall, City Attorney June 15, 1999 4401 Xylon Avenue North New Hope, Minnesota 55428 -4898 Dave Perkins Contracting, Inc. 14230 Basalt St. NW Ramsey, MN 55303 City Hall: 612- 531 -5100 Police: 612 - 531 -5170 Public Works: 612- 533 -4823 TDD: 612 -531 -5109 City Hall Fax: 612 -531 -5136 Police Fax: 612 -531 -5174 Public Works Fax: 612- 533 -7650 Fire Dept. Fax: 612 - 531 -5175 SUBJECT: 1999 BACKYARD DRAINAGE (IMPROVEMENT PROJECT NO. 649) Enclosed are two fully executed copies of the contract documents for New Hope Project No. 649. One copy is for your records and the second copy should be transmitted to your bonding company. This contract was awarded by the New Hope City Council on May 24, 1999, for $37,852. Enclosed is return of your bid bond. Also enclosed is a "Withholding Affidavit for Contractors" (IC -134 form). We cannot make final payment to contractors until this is approved by the Minnesota Department of Revenue and submitted to our office (Minnesota Statute 290.97). The form contains instructions for completion. Sincerely, Valerie Leone City Clerk, CMC enc. cc: Mark Hanson, City Engineer Steve Sondrall, City Attorney Guy Johnson, Acting Director of Public Works Tom Schuster, Contract Manager Family Styled City VJN� For Family Living CITY PROJECT NO. 649 FILE NO. 34-98-818 NEW HOPE, MINNESOTA 1999 Table of Contents Advertisement for Bids Information to Bidders Proposal Special Provisions 1700. Adjust Miscellaneous Structures - Specific Requirements General Requirements 2104. Remove Miscellaneous Structures - Specific and General Requirements 2531. Concrete Curb and Gutter — Specific & General Requirements 2573. Temporary Erosion Control - Specific and General Requirements 2575. Turf Establishment — Specific & General Requirements 2800. Bituminous Street Repair - Specific and General Requirements 24,000. Sewers — Specific Requirements General Requirements Figure I Location Plan Plate 1-10 Storm Sewer Junction Manhole with Reinforced Top Slab Plate 1-25B PVC Pipe Bedding Plate 4-1 Concrete Curb and Gutter Plate 4-9 B618 Curb & Gutter at Catch Basin Plate 4-10 Suiniountable Curb & Gutter at Catch Basin Plate SP-61 Seal Between Top Slab & Manhole Section Plate SP-89 Erosion Control (Silt Fence) Plate SP-93 Manhole with Reinforced Center and Top Slab Standard Detail 1000 Perforated Pipe Detail Standard Detail 1001 Yard Drain Plan Sheets I and 2 Conditions of the Contract 34-98-818 T-I C) 1999 Bonestroo, Rosene, Anderlik & Associates, Inc. TABLE OF CONTENTS I hereby certify that this plan and specification was prepared by me or under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of Minnesota. 19vate: Mav 7,1999 Reg. No. g 34-98-818 T-2 C 1999 Bonestroo, Rosene, Anderlik & Associates, Inc. TABLE OF CONTENTS Sealed bids will be received by the City of New Hope, Minnesota at the City Hall, at 4401 Xylon Avenue, until 11:30 A.M., C.D.S.T., on Tuesday, May 18, 1999, at which time they will be publicly opened and read aloud for the furnishing of all labor and materials and all else necessary for the following: 1999 49 400 LF 12" and 4" Storm Sewer and Draintile with miscellaneous manholes, catch basins, grading and restoration at two (2) different locations. Plans and specifications, proposal forms and contract documents may be seen at the office of the City Clerk-, New Hope, Minnesota, and at the office of Bonestroo Rosene, Anderlik & Associates, Inc., Consulting Engineers, 2335 W. Trunk Highway 36, St. Paul, MN 55113, (612) 636-4600. Each bid shall be accompanied by a bidder's bond naming the City of New Hope as obligee, certified check payable to the Clerk of the City of New Hope or a cash deposit equal to at least five percent (5%) of the amount of the bid, which shall be forfeited to the City in the event that the bidder fails to enter into a contract. The City Council reserves the right to retain the deposits of th,�, three lowest bidders for a period not to exceed 45 days after the date and time set for the opening of bids. No bids may be withdrawn for a period of forty-five (45) days after the date and time set for the opening of bids. Payment for the work will be by cash or check. Contractors desiring a copy of the plans and specifications and proposal forms may obtain them from the office of Bonestroo, Rosene, Anderlik & Associates, Inc., upon payment of a non-refundable fee of $30.00. See "Information to Bidders" for plardspecification fee policy. The City Council resenes the right to reject any and all bids, to waive irregularities and infornialities, therein and further reserves the right to award the contract to the best interests of the City. Daniel Donahue, City Manager City of New Hope, Minnesota 3498818 @ 1999 Bonestroo, Rosene, Anderlik & Associates, Inc, ADVERTISEMENT FOR BIDS 1. BID PROPOSAL: Each planholder has been furnished a specification, plan Set and one extjra proposal. Bids shall be submitted on the separate Proposal Form designated "BID COPY'% The Proposal containing the bid shall be submitted in a sealed envelope. Raw 1) Plans and speeffications shall only be avaiU- ble on a non-refundable, per plan basis, , with all contractors and vendors being charged the same. Plan holders may obtain more than one set of plans and speciffications for the stipulated amoun4 however, all are nolm-refundable. 2) The amount for the bid package wiR be staW, i1a the Advertisement for Bid! Dollars 1998 GemerZinfo 0 1998 Bcacumo, Rosene, Anderbk & Associates, Jnc, Bonestro Bose Bidder: Dave Perkins Contracting Inc. Total Base Bid $37,852.00 Address: 14230 Basalt St. N.W. Telephone No. 427 -0109 Anderlik Associate i Engineers & Architect State, Zip: Ramsey, N 55303 Fax No. 427 -3806 city, M St . Paul • Milwlw a r— PROPOSAL 1999 BACKYARD DRAINAGE PROJECT CITY PROJECT NO. 649 FILE NO. 34 -98 -818 NEW HOPE, MINNESOTA 1999 Honorable City Council City of New Hope 4401 Xylon Ave. N. New Hope, Minnesota 55428 Dear Council Members: Opening Time: 11:30 A.M., C.D.S.T. Opening Date: Tuesday, May 18, 1999 The undersigned, being familiar with your local conditions, having made the field inspections and investigations deemed necessary, having studied the plans and specifications for the work including Addenda Nos. -l- and being familiar with all factors and other conditions affecting the work and cost thereof, hereby proposes to furnish all labor, tools, materials, skills, equipment and all else necessary to completely construct the project in accordance with the plans and specifications on file with you and Bonestroo, Rosene, Anderlik & Associates, Inc., 2335 West Highway 36, St. Paul, MN 55113, as follows: No. Item Unit Qty. Unit Price Total Price Part 1 - 7916 - 28th Avenue North 1 Remove concrete curb and gutter LF 40 $10.00 $400.00 2 Remove bituminous pavement SY 70 $5.00 $350.00 3 Sawing Bituminous Pavement LF 60 $3.00 $180.00 4 Remove and reconstruct chain link LF 40 $5.00 $200.00 fence 5 Construct MH -1 with casting over EA 1 $2,500.00 $2,500.00 pipe 6 12" PVC sanitary sewer, SDR 35 LF 159 $25.00 $3,975.00 7 24" dia. yard drain w/R1642, Type EA 2 $1,100.00 $2,200.00 C, grate 8 Sodding, lawn type SY 360 $3.00 $1,080.00 34 -98 -81 Mcontract.wb2 P-1 9 Topsoil borrow CY 30 $12.00 $360.00 10 Concrete curb and gutter LF 40 $25.00 $1,000.00 11 Bituminous street patch SY 70 $25.00 $1,750.00 Total Part 1 - 7916 - 28th Avenue $13,995.00 North Part 2 - 9125 -34th Avenue North 12 Construct MH -3 w /casting over pipe EA 1 $1,800.00 $1,800.00 13 12" Perforated drain pipe LF 34 $28.00 $952.00 14 12" PVC sanitary sewer, SDR 35 LF 110 $25.00 $2,750.00 15 24" dia. yard drain w/R1642, Type EA 2 $1,100.00 $2,200.00 C, grate 16 Reshape yard swale LS 1 $600.00 $600.00 17 Sodding, lawn type SY 550 $3.00 $1,650.00 18 Topsoil borrow CY 40 $12.00 $480.00 19 Remove concrete curb and gutter LF 20 $10.00 $200.00 20 Remove bituminous pavement SY 40 $5.00 $200.00 21 Sawing Bituminous Pavement LF 55 $3.00 $165.00 22 Remove and reconstruct chain link LF 140 $5.00 $700.00 fence 23 Remove and reconstruct wood fence LF 50 $5.00 $250.00 24 Concrete curb and gutter LF 20 $25.00 $500.00 25 Bituminous street patch SY 40 $25.00 $1,000.00 26 4" drain the LF 100 $15.00 $1,500.00 Total Part 2 - 9125 -34th Avenue $14,947.00 North Part 3 - 2880 Valle Vista 27 Connect 12" pipe to ex. CB EA 1 $650.00 $650.00 28 12" Perforated drain pipe LF 195 $28.00 $5,460.00 29 4" drain tile LF 10 $20.00 $200.00 30 24" dia. yard drain w/R 1642, Type EA 1 $1,100.00 $1,100.00 C, grate 31 Sodding, lawn type SY 420 $3.00 $1,260.00 32 Topsoil borrow CY 20 $12.00 $240.00 Total Part 3 - 2880 Valle Vista $8,910.00 34 -98 -8 1 8 \contract.wK P -2 Total Part 1 - 7916 - 28th Avenue North Total Part 2 - 9125 -34th Avenue North Total Part 3 - 2880 Valle Vista Base Bid Total $13,995.00 $14,947.00 $8,910.00 $37,852.00 34- 98- 818 \contract.wb2 P-3 The final amount of the contract shall be determined by multiplying the final measured quantities of the various items actually constructed and installed by the unit prices therefore, in the manner prescribed in the specifications. However, the low bidder shall be determined by adding the sums resulting from multiplying the quantities stated by the unit prices bid therefore. Accompanying this bid is a bidder's bond certified check, or cash deposit in the amount of five percent (5 of amount bid , which is at least five percent (5 %) of the amount of my /our bid made payable to the Owner, and the same is subject to forfeiture in the event of default on the part of the undersigned or failure on the part of the undersigned to execute the prescribed contract and bond within fifteen (15) days after its submittal to me /us. In submitting this bid, it is understood that the Owner retains the right to reject any and all bids and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this bid, it is understood that payment will be by cash or check. It is understood that bids may not be withdrawn for a period of 45 days after the date and time set for the opening of bids. It is understood that the Owner reserves the right to retain the certified check or bond of the three lowest bidders as determined by the Owner for a period not to exceed 45 days after the date set for the opening of bids. Respectfully submitted, (A Corporation) Dave Perkins Contracting, Inc. (An Individual) Name (A Partnership) Dave Perkins Signer President Title Dave Perkins Printed Name of Signer 34 -98- 818 \contract.wK P-4 General Rec�tarez�ents 1700.1. DESCRIPTION: This work shall consist of adjusting manholes, removing and replacing adjusting catch basins and gate valve boxes. 1700.2. LOCATION: The plans indicate the locations of each manhole, catch basin and gate valve within the project. The necessary vertical adjustments will be determined by the Engineer, and generally as indicated on the schedule • adjustments. The Contractor shall be responsible for the protection of all existing structures during the course of the work. The Engineer shall assist with the initial location of all manholes, catch basins and gate valve boxes. The Contractor along with the Engineer and a representative of the Owner shall inspect all manholes, catch basins and gate valve boxes prior to beginning construction. Any foreign material found in these structures will be removed immediately by the Owner's forces. Thereafter, the Contractor will Ve responsible for removing any such foreign material which may enter the structures during the construction period. 1700.3.1. h,�u�t Manhole & Catch_Basin Frames_- Where existing frame is within 0.10 feet of plan grade no adjustment is to • made. In such cases the crown or gutter shall be either lowered or raised, as the case may be, to put the street and frame at the same grade. Where the frame must be adjusted upward the Contractor shall accomplish thl adjustment with standard concrete adjustment rings of the same size as the cM.: e or slab opening. Each adjusting ring shall be placed in a full mortar bed with the frame also resting in a full mortar bed. Adjusting rings need to raise the casting to grade shall be incidental to the adjust item. I 1700-1 3/89 - GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. 3/89-GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. 1700.4.4. Adjust Boxes. Adjusting valve boxes will be measured by the number of valve boxes adjusted. 170094.5. Valve Box Extensions: Valve box extensions shall be measured by the lineal feet of extensions furnished and installed. 1700.5. BASIS OF PAYMENT: Payment for manhole and valve adjustments at the contract unit price shall be payment in full for all costs incidental to these items. Payment shall be made based on the following schedule: End of Section 1700-3 3/89-GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. General Requirements 24,000.1. DESCRIPTION: This work shall consist of the construction of sewers in accordance with the requirements of the Contract. Under the numbering system used herein numbers 24,000.2 - 24,000.2.N inclusive, deal with Materials; 24,000.3 - 24,000.7.A inclusive, deal with Construction Requirements; 24,000.8 - 24,000.8.K inclusive, deal with Method of Measurement and 24,000.9 - 24,000.9.M, inclusive, deal with Basis of Payment. It is intended that when the Standard Specifications do not cover the subject matter necessary to be covered, additional numbers in the appropriate section may be utilized in the Specific Requirements and the numerical sequence preserved. 24,000.1.A. Work Included: The Contractor shall, unless specified otherwise, furnish all materials, equipment, tools and labor necessary to do the work required under his contract and unload, haul and distribute all pipe, castings, fittings, manholes and accessories, The Contractor shall also excavate the trenches and pits to the required dimensions; sheet, brace and support the adjoining ground or structures where necessary; handle all drainage or groundwater; provide barricades, guards and warning lights; lay and test, the pipe, castings, fittings, manholes and accessories; backfill and consolidate the trenches and pits; maintain the surface over the trench; remove surplus excavated material; and clean the site of the work. The Contractor shall also furnish all equipment, tools, labor and materials required to rearrange sewers, conduits, ducts, pipes or other structures encountered in the installation of the work. All the work to completely construct the sewer facilities shall be done in strict accordance with the contract documents to which these General Requirements are a part. 24,000.1.E. Specification Reference: In these General Requirements reference is made to the Minnesota Department of Transportation Specifications which shall mean the "Standard Specifications for Highway Construction" of the Mn/DOT, dated January 1, 1983 and subsequent amendments. 24,000.2. MATERIALS: The materials used in this work shall be new and conform to the requirements for class, kind and size of material specified below or as altered or more specifically described in the "Specific Requirements", "Special Provisions" and "Proposal". 24,000.2,A. �C�I..Pi�e. Clay sewer pipe and fittings shall conform to the requirements of the current A.S.T.M. Specification C- for extra strength clay sewer pipe. Extra strength pipe shall be used for all Vitrified Clay Sewer Pipe on the project. 24,000.2.E. rplyvinyl Chloride Sewer e. Polyvinyl chloride sewer pipe,and fittings shall be produced by a continuous extrusion process using Type 1, Grade I material as defined in A.S.T.M. Spec. D-1784. The design, dimensions and wall thickness shall be in accordance with ASTIVI Spec. D-3034, SIR 35. 24,000-G,-neral (3/94) Copyright 1994 Bonestroo, Rosene, Atiderlik & Associates, Inc. 24,000-1 24,000.2.0. Reinforced Concrete Sewer Pipe: The sewer pipe shall conform to the requirements of the Standard Specifications for Reinforced Concrete Sewer Pipe, A.S.T.M. Designation C-76 of the class designated on the plans and in the Proposal. 24,000.2.D. Corrugated Metal Pipe: Corrugated metal pipe shall conform to the Standard Specifications for Corrugated Metal Pipe Culvert of the A.A.S.H.O. Specification M-36 with exceptions and additions as noted in Mn/DOT Specification 3226. The kind of base metal and gauge is stated in the "Specific Requirements". If any special coating is required, it will be stated in the "Specific Requirements". 24,000I.E. Ductile Iron Pine: Ductile iron pipe shall conform with the requirements of -AWNAIA Standard 0151 of the class and type stated in the "Specific Requirements". All ductile iron pipe shall have mechanical or push-on type joints and shall have a standard thickness cement mortar lining in accordance with AWWA Standard 0104. Where ductile iron pipe is used as a pressure line receiving discharge from a pumping station, all joints shall be electrically conductive by use of copper straps or approved conductive gaskets with copper inserts. 24,000.2.F. Cast Tron Efttings,- Where ductile iron pipe is furnished, fittings shall be mechanical joint in accordance with AWWA Standard 0110. All fittings shall be designed for 150 psi working pressure. All fittings shall have a standard thickness of cement mortar lining in accordance with AWWA Standard 0104. Ductile iron fittings in accordance with AWWA Standard C-153 are considered equal. 24,000.2.01-. Joints and Joint Materials: 24,000.2.01-.1. QU Pine: Clay pipe joints shall be rubber or plastic type compression joints in accordance with A.S.T.M. Spec. C-425. Plain-end vitrified clay pipe may be used which employ Type B compression couplings in accordance with AS TM Specification 0594. 24,000.2.01.2. Polwinyl Chloride Pipe: Polyvinyl chloride pipe joints shall be bell and spigot type with solvent cement applied in accordance with the manufacturer's recommendations. Gasketed push-on type joints are considered equal. 24,000.2.6.3. Concrete Pie: Reinforced concrete pipe joints shall meet the requirements of AST M Specification C-361 and shall be the Bureau of Reclamation Type R-4. Deformed concrete pipe shall be jointed with material similar to Ram-Nek, Hamilton Kent, Kent Sea! No. 2 or equal gasket material applied in accordance with manufacturer's recommendations. 24,000.2.01.4. Ductile Iron Pipe: Gaskets for mechanical joint and push-on joint pipe shall be designated and manufactured to exact dimensions to assure a liquid tight joint. All joints for pipe used as a pressure line shall be installed with an electric contact through every joint. Joints shalt conform to AWWA Standard 0111. 24,000-Gerteral (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000-2 24,000.2.G5. Corrugated Metal Pive: Corrugated metal pipe shall be joined using coupling bands in accordance with Mn/DOT Specification 3226. The type, style and weight of all manhole castings, special castings and catch basin castings shall be as stated in the "Specific Requirements". 24,000.2.1. Manhole Steps: 24,000.2.1.3. Polypropylene Coated Manhole StUs. Polypropylene molded over steel reinforcing rod and similar in design to the cast iron steps specified may be used.. All such steps shall be M.A.. Industries (SP-1-PF-) Manhole Step, or equal. 24,000-Gleneral (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000-3 uninterrupted flow with all surfaces sloping to the flow line. Manholes may be supplied with preformed inverts and watertight pipe connections for all lines 15" in diameter or smaller. Preformed inverts will not be allowed where pipe grades are 2 percent or greater unless design grade is built through the manhole. All manholes, catch basin manholes and catch basins shall be constructed in accordance with the detail plates included in the contract documents. Where manhole or catch basin depths are less than 6.5 feet from rim to top of pipe, they shall be built with precast concrete manhole sections and a pkecast concrete manhole slab with offset opening suitable for street loading. Where manholes are constructed using a precast concrete manhole top slab, the pre-cast section immediately below the slab shall be one (1) foot in height. "Mini-Tee" type precast manhole bottom sections may be used for the installation of all small diameter concrete pipe sewers in lieu of the construction method described above. 24,000.2.K. Pre-Cast Segmental Block: Eight inch precast segmental radial block may be used for the lower portion of manhole over large diameter pipe and for shallow manholes and catch basins. Concrete used in the manufacture of these blocks shall conform to the requirements of A.S.T.M. "Specifications for Concrete & Masonry Units for Construction of Catch Basins & Manholes", Serial Designation C-139. The exterior of all block manholes shall be plastered with one-half inch of mortar as per Paragraph 24,000.5.D. 24,000-General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc, 24,000-4 24,000.2.1. Granular Materials: Granular materials used for improved pipe foundation, special pipe bedding, or PVC pipe bedding where improved pipe foundation is required shall meet the requirements of Mn/DOT Specification 3149H, Coarse Filter Aggregate except that hard, durable crushed carbonate quarry rock may also be used. The material shall have the following crushing requirements. Not less than 50% of the material, by weight, that is retained on the No. 4 sieve shall have one or more crushed faces. Granular materials used for pipe bedding in rock and for PVC pipe bedding where improved pipe foundation is not required shall meet the requirements of Mn/DOT Specification 3149A, Granular Borrow, except that 100%, by weight, shall pass the 1" sieve. 24,000.3.A.1. Of Materials at Factory: All materials, whether furnished by the Owner or by the Contractor are subject, at the discretion of the Owner, to inspection and approval at the plant of the manufacturer. 24,000.3.A.2. Of Materials at Delivery Point: During the process of unloading, all pipe and accessories shall be inspected by the Contractor for loss or damage in transit. No shipment of material shall be accepted by the Contractor until or unless notation of any lost or damaged material shall have been made on the bill of lading by the agent of the carrier. 24,000.3.A.3. Field Inspection: All pipe and accessories shall be laid, jointed, tested for defects and for infiltration in the manner herein specified as directed by the Engineer and subject to his approval. 24,000.3.A.4. Disposition of Defective Material: All material found during the progress of the work to have cracks, flaws or other defects will be rejected by the Engineer and the Contractor shall promptly remove from the site of the work such defective material. 24,000.3.8. Contractor's Responsibility for Material: 24,000.3.8.I. 1_ esponsibility for Material Furnished by Contractor: ' The Contractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or that has become damaged after delivery by the manufacturer. 24,000.3.B.2. Responsibility for Safe Storage: The Contractor shall be responsible for the sa' storage of material furnished by or to him, and accepted • him, and intended for the worl until it has been incorporated in the completed project. 24,000.3.C. Handling Pive & Accessories: Pipe and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the project by the Contractor; they shall at all times be handled with care to avoid damage. 24,000-Gerieral (3194) Copyright 1994 Bon Roscm, Anderlik & Associates, Inc. 24,000-5 24,000.3.D. Alignment & Grade & Underground, Surface & Overhead Utilities: 24,000.3.D.1. General: All pipe shall be laid and maintained to the required lines and grades; with tees, wyes, catch basins, special structures and manholes at the required locations; and with joints centered and spigots home. Deviation from grade in excess of 0.05 percent may be cause for removal and relaying pipe at the Contractor's expense. 24,000.3.D.2. Existing Utilities: Existing water and sewer mains, and other underground utilities, are shown on the plans only by general location. The Owner does not guarantee that the utilities are complete or that the locations are as shown on the plans, and the Contractor shall be solely responsible for verifying the exact location of each of these utilities, without additional compensation. Prior to the start of any construction, the Contractor shall notify all utility companies having utilities in the Project Area. The Contractor shall have sole responsibility for providing temporary support and for protecting and maintaining all existing utilities in the Project Area during the entire period of construction, including but not limited to the period of excavation, backfill and compaction. In carrying out this responsibility, the Contractor shall exercise particular care, whenever gas mains or other utility lines are crossed, to provide compacted backfill or other stable support for such lines to prevent any detrimental displacement, rupture or other failure. 24,000.3.D.3. Deviations Occasioned by Other Utility Structures: Wherever existing utility structures or branch connections leading to main sewers or to main drains or other conduits, ducts, I pipe or structures present obstructions to the grade and alignment of the pipe, they shall be permanently supported, removed, relocated, or reconstructed by the Contractor through cooperation with the Owner of the utility, structure or obstruction involved. In those instances where their relocation or reconstruction is impracticable, a deviation from the grade will be ordered and the change shall be made in the manner directed with extra compensation allowed therefore at unit prices, if applicable. 24,000.3.D.4. Deviation with Engineer's Consent: No deviation shall be made from the required line or grade except with the written consent of the Engineer, 24,000.3.D.5. Subsurface Exploration: It shall be the Contractor's responsibility to determine and verify the 'location of existing pipes, valves or other underground structures as necessary to progress with the work with no additional compensation allowed. The Engineer shall make all known records available. All known utilities are designated on the plans in a general way as stated in Section 24,000.3.132. 24,000-Gcperal (3/94) Copyright 1994 Bonestroo, Rosem, Anderlik & Associates, Inc. 24,000-6 24,000.3.D.6. Overhead Utilities & Obstructions: Overhead utilities, poles, etc., shall be protected against damage by the Contractor and if damaged by the Contractor, shall be replaced by him. Should it become necessary during the progress of the work to remove or relocate existing poles, overhead utilities and obstructions, the Owner shall cause the same to be done at no expense to the Contractor unless otherwise provided for in the "Special Provisions" or "Specific Requirement". It will be the duty of the Contractor to visit the site and make exact determination of the existence of any such facility prior to the submission of his bid. 24,000.3.E. Excavation & Preparation of Trench: 24,000.3.E.1. Description: The trench shall be dug to the alignment and depth shown on the plans and only so far in advance of pipe laying as Engineer shall specify. The trench shall be so braced (Section 24,000.3.E.11) and drained that workmen may work safely and efficiently therein. All trenches shall be excavated and/or sheeted and braced in accordance with applicable State Regulations relating to industrial safety to a safe angle of repose. Such angle of repose shall be no less than that required by the Accident Prevention Division of the State Industrial Commission or the requirements of the Occupational Safety and Health Act (OSHA) whichever is more restrictive. All surface water and groundwater discharges shall be conducted to natural drainage channels, drains or storm sewers. 24,000.3.E.2. Width: The trench width at the top of the excavation may vary with and depend upon the depth of trench and the nature of the excavated material encountered, but in any case shall be of ample width to permit the pipe to be laid and jointed properly and the backfill to be placed and compacted properly. The minimum width of unsheeted trench shall be 18 inches and for pipe 10 inches or larger at least one foot greater than the nominal diameter of the pipe. All trenches shall be excavated to conform to the State Industrial Commission Safety requirements and applicable OSI-LA, Standards. 24,000-General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000-7 The Contractor may, at his option, elect to use a Class C-2 bedding in lieu of Class C-1 bedding, without any additional compensation allowed therefor. 24,000.3.E.3.2. Class C-2 Beddip& Where Class C-2 bedding is specified or allowed, the pipe shall be bedded on granular materials meeting 24,000.2.N specifications. The depth of bedding shall be one fourth of the outside diameter of the pipe barrel, but not less than six inches in accordance with the standard detail plates. 24,000.3.E.3.3. Class B Bedding: Where Class B bedding is specified or allowed, the pipe shall be bedded on granular materials meeting 24,000.2.N. specifications. The depth of bedding shall be one fourth of the outside diameter of the pipe barrel, but not less than six inches, plus one half of the outside diameter of the pipe barrel all in accordance with the standard detail plate. 24,000.3.E.3.4. Class A Bedding: Where Class A bedding is specified or allowed, the pipe shall be bedded in the same manner as for Class C-1 bedding except that 2000 psi concrete shall be placed around the pipe from the bottom of the trench to a point one half the outside diameter of the pipe barrel above the bottom of the trench all in accordance with the Standard Detail Plate. 24,000-General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000-8 24,000.3.E.5. Improved Pipe Foundation: When the bottom of the trench is soft or where in the opinion of the Engineer unsatisfactory foundation conditions exist, the Contractor shall excavate to a depth to insure proper foundation. The excavation shall then be brought up to pipe grade with thoroughly compacted granular materials meeting Specification 24,000.2.N. No payment will be made for rock installed without the knowledge or consent of the Engineer nor will payment be made for rock installed only for dewatering purposes. Payment will be made for only the authorized granular foundation material placed under the pipe. It shall be the Contractor's responsibility to notify the Engineer of changing soil conditions which may be of poor bearing capacity and when organic soils are encountered. Where utilities are placed on unstable soils without notification of the Engineer, the Contractor shall be responsible for all repairs and correction of the installation without further compensation, 24,000.3.E.6. Pie Clearance in Rock: Ledge rock, boulders and large stones shall be removed to provide a clearance of at least 6 inches below the outside barrel of the pipe and to a clear width of 6 inches on each side of all pipe and appurtenances for pipe 15 inches or less in diameter; for pipes larger than 15 inches, a clearance of 6 inches below and a clear width of 9 inches on each side of outside diameter of pipe shall be provided. Adequate clearance for properly jointing pipe laid in rock trenches shall be provided at bell holes. 24,000.3.E.7. Pipe Bedding in Rock: Where rock is encountered, the space between the rock and the pipe surfaces shall be backfilled with granular materials meeting specification 24,000.2.N. and thoroughly tamped. The material from the trench excavation, other than rock, boulders, peat, silt or other unacceptable material, shall be considered as suitable material. No additional compensation for placing or tamping this material, shall be allowed. However, in the event that additional material must be hauled in, the hauling of the suitable granular material for the pipe bed shall be paid for on a weight basis only when ordered placed by the Engineer. 24,000.3.E.8. Solid Rock Excavation Defined: Solid rock excavation shall include such rocks as are not decomposed, weathered or shattered and which will require blasting, barring, wedging or use of air tools for removal. Under this classification shall be included the removal of any concrete or masonry structures (except concrete pavement, curb, gutter and sidewalk) or boulders exceeding one-half (1/2) cubic yard in volume that may be encountered in the work. 24,000.3.EJ0. Bell Holes Required: Bell holes of ample dimensions shall be dug in trenches at each joint to permit the jointing to be made properly. 24,000-General (3/94) Copyrigbt 1994 Bonestroo, Rosene, A-nderlik & Associates, Inc. 24,000-9 24,000.3.E.11. Braced & Sheeted Trenches: The Contractor shall adequately brace and sheet excavations wherever necessary to prevent caving or damage to nearby property. The cost of this temporary sheeting and bracing, unless provided for otherwise, shall be considered as part of the excavation costs without additional compensation to the Contractor. Trench sheeting or bracing shall remain in place until the pipe has been laid, tested for defects and repaired if necessary, and the earth around it compacted to a depth of one foot over the top of the pipe. Sheeting, bracing, etc. placed in the "pipe zone" (that part of the trench below a distance of one foot above the top of the pipe) shall not be removed without the written permission or written order of the Engineer. Sheeting ordered left in place by the Engineer shall be paid for at the unit price bid. The Contractor may also leave in place, at his own expense, any sheeting or bracing in addition to that ordered left in place by the Engineer necessary to prevent injury or damage to persons, corporations, or property, whether public or private, for which the Contractor under the terms of this contract is liable. 24,000.3.E.12. Manner of Piling Excavated Material: All excavated material shall be piled in a manner that will not endanger the work and that will avoid obstructing sidewalks and driveways. Gutters shall be kept clear or other satisfactory provisions made for street drainage. 24,000.3.E.13. Maintenance of Traffic: When traffic cannot be diverted, it will be permitted to use the highway at all times. the Contractor shall at his own expense erect and maintain warning signs and warning barricades. The Contractor shall at his own expense, place and maintain acceptable warning lights and barricades to protect persons from injury and to avoid property damage. 24,000.3.E.14. Property Protection: Trees, fences, poles and all other property shall be protected unless their removal is authorized; and any property damaged shall be satisfactorily restored by the Contractor, or adequate compensation therefor shall be the responsibility of the Contractor. Where tree trimming is required, all cut surfaces one inch or more in diameter shall be covered with a coat of asphalt paint. 24,000-General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000-10 24,000.3.E.15. Interruption of Water Service: No valve or other control on the existing system shall be operated for any purpose by the Contractor without approval of the Engineer and all consumers affected by such operation shall be notified by the Contractor at least an hour before the operation and advised of the probable time when service will be restored, 24,000.3.E.16. Tunneling, Jacking or Excavation Other Than Oven Trench: Where pipe cannot be placed by open trench excavation, the method for placing and payment thereof shall be stated in the "Specific Requirements". 24,000.3.E.9.7. Manner of Handling Pipe & Accessories Into Trench: Proper 'Implements, tools and facilities satisfactory to the Engineer shall be provided and used by the Contractor for the safe and convenient prosecution of the work. 24,000.3.E.18. Pipe Kept Clean: All foreign matter or dirt shall be removed from the inside of the pipe before it is lowered. into its position in the trench, and it shall be kept clean by approved means during and after laying. All matter entering the pipe shall be removed by the Contractor prior to acceptance with no additional compensation allowed. 24,000.3.E.19. Laying the Pipe: The spigot shall be lubricated, centered in the bell, the pipe shoved into position and brought into true alignment; it shall be secured there with earth carefully tamped under and on each side of it, excepting at the bell holes. Care shall be taken to prevent dirt from entering the joint space. Z:� 24,000.3.E.20. Preventing Trench Water From Entering Pike°. All openings along the line of sewer shall be securely closed, and at the suspension of work at any time, suitable stoppers shall be placed to prevent water, earth or other substances from entering the sewer. 24,000.3.E.21. Bell Ends to Face Direction of La id Pipe laying shall proceed upgrade with spigot ends pointing in the direction of flow. 24,000.3.E.22. Railroad & Highway Crossing: When any railroad or highway is crossed, all precautionary construction measures required by the railroad or highway shall be followed. Railroad or highway crossings shall be jacking or tunneling and construction and permit requirements shall be as stated in the "Specific Requirements". 24.000.3.E.23. Unsuitable conditions for LaingYipe, No pipe shall be laid in water or when the trench conditions are unsuitable for such work. 24,000 - General (3194) Copyright 1994 Bon"troo, Rosenc, Anderlik & Associates, Inc. 24,000-11 After joints are made, any superfluous material inside the pipe shall be removed by means of an approved follower or scraper. All ' Joints must be watertight, and any leaks or defects discovered must be immediately repaired. Any pipe which has been disturbed after being laid must be taken up, the joint cleaned and properly relaid as directed by the Engineer. Joints connecting cast iron pipe with concrete or clay pipes shall be made with a concrete collar completely surrounding the joint or approved adapter. Where a sewer line outlets to grade or where the line is terminated with a flared end section, the Contractor shall fasten at least the last three (3) joints together by the use of "U" bolt fasteners approved and as recommended by the pipe manufacturers. 24,000.4. SERVICE CONNECTIONS: 24,000.4.A. Wye Branches: Extra strength wye branches shall be placed at the locations directed by the Engineer. The wye branch shall be placed so that the Wye is located at approximately a 45o angle from horizontal. 'Vitrified or other suitable plugs shall be provided for the openings. Plugs shall be installed with Atlastic 77, Sonolastic Sealant or equal joint material or shall be specifically designed for the opening to be plugged, 24,000.4.B. Risers: Standard weight cast iron soil pipe shall be used as risers to extend service connections to a point within 10 feet of the street grade or as directed. Risers shall be installed in accordance with the standard service riser detail plate. Care shall be taken in backfilling so as not to damage the riser installation. Suitable plugs shall be provided for the openings properly sealed. 24,000.4.C. Records & Location of Service Connections: It shall be the duty of the Contractor to keep an accurate record of service connections, as to location, depth to top of riser, type of connection provided, etc. Location shall be made in respect to nearest manhole center, downgrade from the service. This record shall be turned over to the Engineer at the end of each week. . I OHIM 24,000.5.A. General: All reference to manholes shall apply equally to catch basin structures in this section of the specifications. 24,000.5.13. Excavation: Excavation shall be to a depth and size to provide for construction of the manholes and catch basins as shown in detail on the plans. 24,000-Gencra1 (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000-12 24,000.5.D. Walls: Material to be used in the walls of manholes shall be as specified in Section 24,000.2. All external surfaces of concrete block manholes if permitted shall be plastered with a 1/2 inch coat of Portland cement mortar. Mortar shall contain one part of cement to three parts of suitable plaster sand. Lime or mortar mix shall be used in amount necessary to make a suitable mixture for plastering purposes, but not to exceed 15% by volume of cement. Mortar used for laying concrete block shall consist of one part Portland cement to two parts of sand to which lime or mortar mix may be added not to exceed fifteen percent (15%) by volume of cement. 24,000.5.E. Manhole Steps: Manhole steps shall be of the type as specified in Section 24,000.2.J. Spacing shall be as shown on the detailed manhole plans, but not greater than 16 inches in vertical alignment. 24,000.5.F. Placing Manhole Rings & Covers: The frame or ring casting shall be set to the designation elevation in a full mortar bed. 24,000.5.G. Placing Catch Basin Frames & Covers: Where catch basins are to be placed to final grade and castings are to be installed in curbing, then the casting and all adjusting rings shall be encased in concrete at least 4 inches in thickness. Where curb and street work is to be done under separate contract the casting frame shall be set in mortar only. 24,000.5.H. Drop Manhole Inlets: Encased drop inlets shall be constructed as required on the plans and in accordance with the standard Drop Inlet Detail Plate. 24,000.6. BACKFILLING, CLEANING UP & MAINIAINING SURFACES: 24,000.6.A. Backfilliniz Procedure at Pipe Zone: All trenches and excavations shall be backfilled immediately after pipe is laid therein. For backfill up to a level of one foot over the top of the pipe, only selected materials free from rock, boulders, debris or other high void content substances, shall be used. The backfilling-shall be placed completely under the pipe haunches in uniform layers not exceeding 4 inches in depth. Each layer shall be placed, then carefully and uniformly tamped to eliminate the possibility of lateral displacement and to provide uniform support completely under the pipe haunches. The backfill material shall be moistened if necessary, tamped in 4 inch layers and thoroughly compacted under and on each side of the pipe to provide solid backing against the external surface of the pipe. The installation and backfilling of polyvinyl chloride pipe shall be in accordance with A.S.T.M. D-2321 with special attention given to compacting the backfill material around the pipe to at least 95 percent of maximum density to a distance of one foot above the top of the pipe. 24,000-General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000-13 24,000.6.B. Backfill Procedure Above Pipe Zone: (Type "A") Procedure where settlement is allowable. Succeeding layers of backfill may contain coarser materials and shall be free from pieces of rock, concrete or clay lump more than one cubic foot in volume, roots, stumps, tin cans, rubbish, frozen materials and other similar articles whose presence in the backfill would cause excessive settlement. This type of backfilling may be accomplished above the pipe zone by any mechanical means or otherwise, at the option of the Contractor. Surface shall be maintained in passable condition for traffic until date of final inspection. Backfilling under exposed existing utilities shall be compacted to prevent settlement and any future displacement. 24,000.6.C. Backfill Procedure Above Pipe Zone: (Type "C") Succeeding layers of backfill may contain coarser materials and shall be free from pieces of rock, concrete or clay lump more than one cubic foot in volume, roots, stumps, tin cans, rubbish, frozen materials and other similar articles whose presence in the backfill would cause excessive settlement. This type of backfilling may be compacted by puddling with hose and long pipe nozzle or by flooding the trench, as the backfilling is accomplished above the pipe zone by any mechanical means or otherwise at the option of the Contractor. It is important that proper precautions be taken to prevent flooding of the pipe when flooding the trench, and the Contractor shall be wholly responsible for neglect of these precautions. 24,000.6.D. Procedure Where No Settlement is Allowable: (Type "C") Succeeding layers of backfill may contain coarser materials and shall be free from pieces of rock, concrete or clay lump more than one cubic foot in volume, roots, stumps, tin cans, rubbish, frozen materials and other similar articles whose presence in the backfill would cause excessive settlement. This type of backfilling shall be placed in uniform layers, before compaction, of approximately 6 inches, tamped by mechanical means to the density specified in the Specific Requirements. 24,000.6.E. Procedure Where No Settlement is Allowable: (Type "D") Succeeding layers of backfill shall be made of selected materials meeting requirements as set forth in the "Specific Requirements." This type of backfilling shall be placed in uniform layers, before compaction, of approximately 6 inches, tamped by mechanical means to the density specified in the Specific Requirements. 24,000.6.F. Density Tests: Density tests will be performed by an approved soils testing firm at various locations and depths throughout the project as directed by the Engineer. The Contractor shall cooperate fully and provide assistance as necessary to complete these tests with no additional compensation being made to the Contractor. All testing costs pertaining to passing tests shall be paid for by the Owner. All testing costs pertaining to failing tests will be charged to and paid for by the contractor. Where areas have not been compacted sufficiently to meet specific density requirements, these areas shall be excavated and recompacted until the density requirements are met. All cost for the work associated with recompaction shall be the Contractor's sole responsibility. 24,000-General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000-14 24,000.6.G. Deficiency of Backfill, By Whom Supplied: Any deficiency in the quantity of material for backfilling the trenches, or for filling depressions caused by settlement, shall be supplied by the Contractor with no extra compensation allowed. Any settlement which occurs shall be refilled by the Contractor. Material shall be provided at the Contractor's expense and the material shall be approved by the Engineer. 24,000.6.H. Disposal of Excess Materials and Debris: Unless otherwise specified, excavated material either not suitable or not required for fill material shall be disposed of by the Contractor outside of the right-of-way at his expense in any manner he may elect subject to the provisions of the following paragraph. Before dumping such materials or debris on a private or public land, the Contractor must obtain from the Owner of such land written pen for such dumping and a waiver of all claims against the Owner for any damage to such land which may result therefrom together with all permits required by law for such dumping. A copy of such permission, waiver of claims and permit shall be filed with the Engineer before said disposal is made. 24,000.6.f. Restoration of Surface: All surfaces disturbed during the construction period, whether caused by actual excavation, deposition of excavated material, or by the construction equipment, shall be returned to its original conditions or better. Exceptions to the above, if any, or special instructions pertaining to any particular section of the project will be outlined in the "Special Provisions". 24,000.6.J. Cleaning Up: Surplus pipe line material, tools and temporary structures shall be removed by the Contractor, and all dirt, rubbish, caused by his operations and excess earth from excavations shall be hauled to a dump provided by the Contractor and the construction site shall be left to the satisfaction of the Engineer. Clean up and restoration shall include the replacement and restoration of all street signs, mailboxes, posts, fences and similar items disturbed by the construction described herein. Unless othemise noted in the Special Provisions or Proposal all items of clean-up and restorations shall be considered incidental to the contract with no additional compensation allowed, The maximum allowable rate of leakage shall not exceed 1.00 gallons per mile per inch diameter of pipe per day. 24,000-Cicneral (3/94) Copyright 1994 Bonestroo. Roseric., Andwlik & Associates, Lic. 24,000-15 24,000- General (3194) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000-16 24,000.8.0. Constructing Catch Basins: Catch basins will be measured by the number of catch basins completed as to shape, size, and depth according to the plans. 24,000.8.H. Improved Pipe Foundation: Granular materials placed for improving pipe foundation below the specified pipe bedding shall be measured by the lineal foot of pipe placed with improved foundation in six inch depth increments of granular material placed. As an example, if two feet of granular material is required for improved pipe foundation under a 12" pipe installed with C-2 bedding; six inches of material is required for Class C-2 bedding and improved pipe foundation shall be measured as three lineal feet, six inches deep. 24,000.8.J. Drop Inlets: Drop inlets will be measured by depth from the lowest invert of the manhole to the invert of the pipe being served by the drop inlet. 24,000.8.K. Special Structures & Appurtenances: Methods of measurement for special structures and appurtenances not included above shall be as stated in the "Special Provisions," "Specific Requirements," and "Proposal". 24,000.9. BASIS OF PAYMENT: 24,000.9.A. Trench Excavation & Backfill: Regardless of the width excavated, sewer pipe furnished and installed with bedding will be paid for at the Contract Unit Price per linear foot of pipe falling within each of the following depth zones as measured from the profile grade: From 0' to 8', from 8' to 10', and two foot increments thereafter, 24,000-General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000-17 24,000.9.F. Service Riser Pipe: Service riser pipe will be paid for at the Contract Unit Price per linear foot for the vertical distance from the centerline of the sewer to the top of riser. Concrete reinforcement of the main sewer and riser pipe as described in Section 24,000.4.B. shall be considered as incidental and will not constitute a pay item. 24,000.9.0-. Constructing nholes to Depth of Eight Feet: Constructing of manholes to a depth of eight, (8) feet will be paid for at the Contract Unit Price per manhole which shall include furnishing and placing the manhole frame and cover. This section also applies to all catch basin manholes and catch basins. 24,000.9.H. Constructing Manholes to a Depth Greater than Eight Feet. Constructing of manholes to a depth greater than eight (8) feet will be paid for at the Contract Unit Price per manhole plus the unit price per linear foot for each foot of depth that is greater than eight feet. This section also applies to all catch basin manholes and catch basins. 24,000.9.1. Constructing Catch Basins: Constructing catch basins as shown on the plans will be paid for at the Contract Unit Price per catch basin which shall include furnishing and placing the catch basin frame and grating. 24,000.9.J. Improved Pipe Foundation: Authorized granular materials for improving Firm foundation in place shall be paid for at the Contract Unit Price per lineal foot for each six in layer placed below pipe bedding. I 24,000.9.1. Sand Cushion: Granular material for a sand cushion in place in rock excavation shall be paid for at the Contract Unit Price per ton. 24,000.9.2,. Drop Inlet Pipe: Drop inlets in place shall be paid for at the Contract Unit Price per linear foot which shall be payment in full for the extended manhole base, encasement, drop pipe, cast iron tee, cast iron pipe and concrete collar. Payment shall be made for sewer pipe from center to center of all manholes as per Section 24,000.8.0. when cast iron pipe is extended for drop inlets. 24,000.9.M. Special Structures & Appurtenances: Basis of payment for special structures and appurtenances not included above shall be stated in the "Special Provisions," "Specific Requirement," and "Proposal". Fort �*�V 24,000 - General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000-18 C 9 11 t` � � � � .�� u;�, � � „� �+t �� �� �� � + f ar »ut bottom of rnonhm|e to 1/2 meter at pipe and slope grout toward invert. 9 � C � FOIFEWIMV nho|e steps shall be placed that offset vertical portion cone is facing downstream. Neenah fn3rne and cover or equal lettered, "Storm Sewer" with 2 concealed pick holes. K4|nirnunn of 2 rnoxirnurn of 6 concrete adjustment rings with full bed of mortar between each. Kdoxinnurn 24"Ad'uotrnent Allowed InclUding Rings And Costing. 0" Precast Reinforced Concrete Manhole Slab with #4 Bars at 5 o.c. Each ' arid 2—#4 Bans at all Sides of Openin Manhole steps, Copolymer Polypropylene Plastic, With 1/2 Grade 60 Steel Reinforcement Or Fouo[ 16 On Center. AU 'oints in manhole to have °0" ring rubber gaskets. Pipe ahoU be out out flush with inside face of wall. 8° thick x 8`-0 diameter precast concrete slob with #4 @ 8" e.vv. STANDARD DETAILS STORM SEWER JUNCTION MANHOLE WITH REINFORCED TOP SLAB Lost ision. Feb. 1995 T BRA Plate No, R1642B 27" 7" Ess.Bro.309 27" 7" 9 � C � FOIFEWIMV nho|e steps shall be placed that offset vertical portion cone is facing downstream. Neenah fn3rne and cover or equal lettered, "Storm Sewer" with 2 concealed pick holes. K4|nirnunn of 2 rnoxirnurn of 6 concrete adjustment rings with full bed of mortar between each. Kdoxinnurn 24"Ad'uotrnent Allowed InclUding Rings And Costing. 0" Precast Reinforced Concrete Manhole Slab with #4 Bars at 5 o.c. Each ' arid 2—#4 Bans at all Sides of Openin Manhole steps, Copolymer Polypropylene Plastic, With 1/2 Grade 60 Steel Reinforcement Or Fouo[ 16 On Center. AU 'oints in manhole to have °0" ring rubber gaskets. Pipe ahoU be out out flush with inside face of wall. 8° thick x 8`-0 diameter precast concrete slob with #4 @ 8" e.vv. STANDARD DETAILS STORM SEWER JUNCTION MANHOLE WITH REINFORCED TOP SLAB Lost ision. Feb. 1995 T BRA Plate No, + + + + + + + /z + + + + + + + + Granular Borrow + + + + + + yWnDOT Spec. + + + 3149A Mod. + + + 8" ++~+++++++++^��� � diameter of pipe Pipe Foundation Improvement material (3149H Mod.) considered incidental with cost of pipe and tranular borrow material (3149A Mod.) in this area Compacte io+'12LMinj "Dia" Denotes outside diameter of pipe BEDDING METHODS FOR PVC K LostRevision - : May 1996 ffBRAP]Iot�e N]o 1 -25B 1-258.DWQ Foundation Mo d. increments typ. io+'12LMinj "Dia" Denotes outside diameter of pipe BEDDING METHODS FOR PVC K LostRevision - : May 1996 ffBRAP]Iot�e N]o 1 -25B 1-258.DWQ Distance to � variable 1/2r 3r J 1 /2ffr ti slope 3 4 per ft m Q !s 8" 24" 6" Distan to vari 1/2"r slope 3 /off per ft tv 4 1 8„ 1 6" Dis tance to variable 1/2 r {fr 1/2"r Q slope �o I/ per ft 2 92_4- 01.DWG 1 =1 Cotohbosin Frame Qc Cover Neenah R-3067 or equal with type DL Grate �� �� �� �� NOTE Catchbusin to be depressed 2° below design gutter line grade ISOMETRIC No Scale ° � .� c ' of 18 Min. Transition m Top Of u x 2' | Curb \ | No Scale ° 10' Min Transition � | |x / | uu 12 — #4 Rebors Frame 8c Coating B618 CURB & GUTTER I CONSTRUCTION AT CATCHBASIM Sonestroo Rosene Associates Engineers & Architects St. Paul, Minnesota B618 CURB & GUTTER I CONSTRUCTION AT CATCHBASIM NOTE: Surmountable Curb & Gutter to be formed into a 8618 type at catchbosin. Catchbasin Frame & Cover Neenah R-3067 or equal with type DL Grate I NOTE Catchbasin to be depressed 2" below design gutter line grade. V , Surmountable Concrete Curb & Gutter #4 Rebors 0 C . 0 - - 10 ' Min. Transition Top of 2" x 0- Curb Design gutter line grade \— 2 — #4 Rebors Frame & Costing 0. a 0 0. LO "Last — Revisiio — n, �I Mar., 1983 FPI Na. I S 0"' M E TR I C No Scale 10' Min. Transition C 0 CL x Uj Sonestroo Rosene & V Anderlik I Associates Engineers & Architects St. Paul, Minnesota 0. a 0 0. LO "Last — Revisiio — n, �I Mar., 1983 FPI Na. I S 0"' M E TR I C No Scale 10' Min. Transition C 0 CL x Uj F Precast concrete top slob. 5 STANDARD DETAILS SEAL BETWEEN TOP SLAB & MANHOLE SECTION SP-61 DWG Bonestroo Posene Anderlik Associates Engineers & Architects St. Paul, Minnesota STANDARD DETAILS SEAL BETWEEN TOP SLAB & MANHOLE SECTION SP-61 DWG 2" x 2" wood staket 8' Maximum spacing X :2 :D :2 z 5� r�) Direction Of runo" 0 Support post anchororm in--situ soil I Engineering fabric, Mircfi "Envirofence" or equal. Fabric anchorage trench Backfill trench with tamped natural soil cat I . 6" 11 Note: Attach fabric to support posts with loth and staples Bonestroo Rosene Anderiik & Associates Engineers & Architects St. Paul, Minnesota Engineering fabric, Mircfi "Envirofence" or equal. Fabric anchorage trench Backfill trench with tamped natural soil cat I . 6" 11 Note: Attach fabric to support posts with loth and staples Grout buttorn of rnonhO|e to 112 diameter at pipe and slope grout 2" toward invert. Manhole steps uhoU be placed so that offset vertical portion of cone is facing downstream. --� /A| " 'ointe in manhole to have ---- "0 ring rubber gaskets. PLAN Neenoh R16428 fnJrne and cover or equal with 2 concealed pick holes. � 0 | ' oo ^ ( | J o==fp |1 | L 6 SECTION Minimum of 2 maximum of 4 concrete adjustment rings with full bed of mortar between each. 6" Precast reinforced concrete manhole 2—#4 bars all sides of opening. Manhole steps, Neenah R1981J or c-qual, 16" on center. Ah,in steps approved. 8" Precast reinforced concrete manhole 2—#4 bars all sides of opening. Where sewer runs straight through a standard manhole, the pipe shall be continuous. The top 1/2 of the pipe shall be broken out after completion. Pipe shall be cut out flush with inside face of wall. Compact to top of pipe, to first joint. Minimum slab thickness, 6" for 14' depth. increase thickness 1" for each 4' of depth greater than 14', and reinforce with 6"x6" 10/10 mesh. STANDARD DETAILS MANHOLE WITH REINFORCED CENTER & TOP SLABS 992��� Sonestroo Rosen e Engineers & Architects St. Paul, Minnesota Minimum of 2 maximum of 4 concrete adjustment rings with full bed of mortar between each. 6" Precast reinforced concrete manhole 2—#4 bars all sides of opening. Manhole steps, Neenah R1981J or c-qual, 16" on center. Ah,in steps approved. 8" Precast reinforced concrete manhole 2—#4 bars all sides of opening. Where sewer runs straight through a standard manhole, the pipe shall be continuous. The top 1/2 of the pipe shall be broken out after completion. Pipe shall be cut out flush with inside face of wall. Compact to top of pipe, to first joint. Minimum slab thickness, 6" for 14' depth. increase thickness 1" for each 4' of depth greater than 14', and reinforce with 6"x6" 10/10 mesh. STANDARD DETAILS MANHOLE WITH REINFORCED CENTER & TOP SLABS 992��� 12" min. Perforated pipe (MnDot Type I) L 36" Min,-,] I " I STANDARD DETAILS PERFORATED PIPE DRAIN R-1642 Frame W/ Type C Grate 24 D iq.12" Perforated Pipe (See Trench Detail) LGrout invert Precast Concrete Bose Slab STANDARD ' YARD DRAIN (YD) Lost :Revision: Feb . 191915� BRA Plate No. 1001 I : 1 ( ra O . U O+ 961 .2 0 +00 Get b r I ' ° m x atn A e. A enbe ' m " z 1 .............. �.....,.. ..- .�....�.. — .. A " v (D - -. ..—... ....— ...— ..— ...— ....... —..—. �.....— I �.,.... z A z 964.3 toi` IV Q O O 1 +20 W O u a r-t- ° c U a Q Q I I N m m z > > m a n - -_ C m m rI°I i z - I I' y; I A N i I y ° • Ix I : n 1 1 I C D Z z G Q I I I 0 V w v -. G� 1I •. Z 3. Z g. Q � I ii Qi fl C Z3d U - H. - -NOD - Er vnZ 3 f 'n O -o I IJf •° _ _- D DO DO wf Os � ': I i Q aX0 - m II Fla Q I ° Amerfu ° EI a "F ° ° .......... .............. _...........- x _ _ ..... -.., N-"- — — — — — — — — — — � R � Z r0 tD tD cp A O O 0 0 V O O g NEW HOPE, MINNESOTA x B ones Enpine<ra 4 Arc l(ecl. rt ri ap[cp "UmSex w C[x Ox "" 1999 BACKYARD DRAINAGE PROJECT Rosene c° DRAINAGE IMPROVEMENTS ® Anderlik 6 N CITY PROJECT No, 649 Associates al. ram • uneauees °"E 6 9 nee. "°. e m"cs mm f,. uum� a asaul°..e. la"o m u. a. va e a�'.0 "fir +s"n,"�u°�°xcm O 1 10 N N I ' oa t m ' 0 _nS ° ti,.N ° ° y i. y - _._....� - _ _. I; I: Q0 eI y , e 3 N N p p m_ H n r 00 r H zr 921.2 0 0 +20 t -. . 918.00 -E .{..666 ♦ ♦ i + 9 924:4 0 0 - -_;. _ -._ : I :• _ _ oN z g o F F I n e , F I 925.8 < < p p Nt�i A t , AO: m m n 923,$ 1 1 +70 Y Y) . m I } 9 ... l- I O N , , i r r I I 919:0 - '.rn I - I I .. L L n n + 9 9218 I1 - --- . .. -.. .� 920.0 - Z uI I o° o o o oN o o � m m m m w w t to Im 961 .2 0 +00 Get b r I ' ° m x atn A e. A enbe ' m " z 1 .............. �.....,.. ..- .�....�.. — .. A " v (D - -. ..—... ....— ...— ..— ...— ....... —..—. �.....— I �.,.... z A z 964.3 toi` IV Q O O 1 +20 W O u a r-t- ° c U a Q Q I I N m m z > > m a n - -_ C m m rI°I i z - I I' y; I A N i I y ° • Ix I : n 1 1 I C D Z z G Q I I I 0 V w v -. G� 1I •. Z 3. Z g. Q � I ii Qi fl C Z3d U - H. - -NOD - Er vnZ 3 f 'n O -o I IJf •° _ _- D DO DO wf Os � ': I i Q aX0 - m II Fla Q I ° Amerfu ° EI a "F ° ° .......... .............. _...........- x _ _ ..... -.., N-"- — — — — — — — — — — � R � Z r0 tD tD cp A O O 0 0 V O O g NEW HOPE, MINNESOTA x B ones Enpine<ra 4 Arc l(ecl. rt ri ap[cp "UmSex w C[x Ox "" 1999 BACKYARD DRAINAGE PROJECT Rosene c° DRAINAGE IMPROVEMENTS ® Anderlik 6 N CITY PROJECT No, 649 Associates al. ram • uneauees °"E 6 9 nee. "°. e m"cs mm f,. uum� a asaul°..e. la"o m u. a. va e a�'.0 "fir +s"n,"�u°�°xcm m " z 1 .............. �.....,.. ..- .�....�.. — .. A " v (D - -. ..—... ....— ...— ..— ...— ....... —..—. �.....— I �.,.... z A z 964.3 toi` IV Q O O 1 +20 W O u a r-t- ° c U a Q Q I I N m m z > > m a n - -_ C m m rI°I i z - I I' y; I A N i I y ° • Ix I : n 1 1 I C D Z z G Q I I I 0 V w v -. G� 1I •. Z 3. Z g. Q � I ii Qi fl C Z3d U - H. - -NOD - Er vnZ 3 f 'n O -o I IJf •° _ _- D DO DO wf Os � ': I i Q aX0 - m II Fla Q I ° Amerfu ° EI a "F ° ° .......... .............. _...........- x _ _ ..... -.., N-"- — — — — — — — — — — � R � Z r0 tD tD cp A O O 0 0 V O O g NEW HOPE, MINNESOTA x B ones Enpine<ra 4 Arc l(ecl. rt ri ap[cp "UmSex w C[x Ox "" 1999 BACKYARD DRAINAGE PROJECT Rosene c° DRAINAGE IMPROVEMENTS ® Anderlik 6 N CITY PROJECT No, 649 Associates al. ram • uneauees °"E 6 9 nee. "°. e m"cs mm f,. uum� a asaul°..e. la"o m u. a. va e a�'.0 "fir +s"n,"�u°�°xcm WINNETKA .. _ O �� r rl A r o x N ° fV a NEW HOPE, MINNESOTA I nSonestroo 1999 BACKYARD DRAINAGE PROJECT �e Rosene Anderl(k & N em DRAINAGE IMPROVEMENTS Associates CITY PROJECT No. 649 En9leeers a bTeeeeb P- D 00 0 oo 0 0 ° O to w o 0 970.1 0 +00 o - -910.1 _ II 11 11 11 + 910.8 11 11 11 1I .. - bll 912.0 x Nil _ T + 9,2.0 ° c �i' tU 1 I � - •' j .•' 2 i o 912,06 ° 2 +72 • «,r '^ ' k 1� 912.0 2 +99 913 2 3 +47 1 1e � N 1 „ � (Field Ve ily) <> D + 914.0 3 +97 22.5• BED 6 t p o ro 914.0 0 R� N; D i° r 91 a.o ro D s s< s +az ° 9140 _ u a 1 0 `N n ° - .. 0 z O .. .. N / O c7 O O O •. . VI .. _ O �� r rl A r o x N ° fV a NEW HOPE, MINNESOTA I nSonestroo 1999 BACKYARD DRAINAGE PROJECT �e Rosene Anderl(k & N em DRAINAGE IMPROVEMENTS Associates CITY PROJECT No. 649 En9leeers a bTeeeeb P- D FKUUUL,tK (651)227-8405 FAX (651)227-0507 r. C. Field & Company 530 North Robert St reet P.O. Box 64016 St. Paul, MN 55164 Attn: Carole Matson Eut 21 wVUmtb -------------- ................ —......... ............ --......... ----...... —� Dave Perkins Contracting, Inc. 14230 Basalt street ww | Ramsey, Mw 55303-0277 uo/nz/1nyo ONLY AND CONFERS wV RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND Ow ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY Transportation Insurance Co. COMPANY Transcontinental Insurance Co COMPANY COMPANY THIS mm CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED m THE INSURED NAMED ABOVE FOR THE POLICY PERIO1 INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. --`-----................ — ........ -----................. .............................................. ............... ----[----------�---------------------- icv �psnp/woomxwos � pou«'womoen �pouovsppecnve�puuovsxnnxnuw� LIMITS DATE (MM/DD/YY) DATE (MM/DDfYY) LTR Project: City of New xove, sy Backyard Drainage project, client proj #o«y, onx pzle #34-98-818 uonest,00, nosene, xnuerlix m Assocs. Engineers m Architects Attu: Vince Vander rop, P.E. xaas west Highway ss St. pam. Mm 55113 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL RWEA)qW MAIL 3u_ DAYS WRITTEN NOTICE rn THE CERTIFICATE HOLDER NAMED roTHE LEFT, AUTHORIZED REPRESENTATIVE Nan o//io/nuzc . � GENERAL LIABILITY GENERAL AGGREGATE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE X :OCCUR: OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE $ 1,000,000 FIRE DAMAGE (Any one fire) $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ X ANY AUTO X ALL OWNED AUTOS BODILY INJURY X SCHEDULED AUTOS Per person) $ X HIRED AUTOS BODILY INJURY X NON-OWNED AUTOS a (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ OTHER THAN UMBRELLA FORM Retention $ 10,000 WORKERS COMPENSATION AND IAI 111- LIM EL EACH ACCIDENT $ 100,000 PARTNERS/EXECUTIVE EL DISEASE - POLICY LIMIT $ 500,000 OFFICERS ARE: EXCL EL DISEASE - EA EMPLOYEE $ OTHER :Hired/Rented Equipment $25,000 Limit; $500 Ded., ACV A �01077062311 04/30/1999 04/30/2000 Project: City of New xove, sy Backyard Drainage project, client proj #o«y, onx pzle #34-98-818 uonest,00, nosene, xnuerlix m Assocs. Engineers m Architects Attu: Vince Vander rop, P.E. xaas west Highway ss St. pam. Mm 55113 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL RWEA)qW MAIL 3u_ DAYS WRITTEN NOTICE rn THE CERTIFICATE HOLDER NAMED roTHE LEFT, AUTHORIZED REPRESENTATIVE Nan o//io/nuzc . �