Loading...
Imp. Proj. #458• i 4 TOTAL BASE BID ADDENDUM NO. 1 LIFT STATION NO. 7 AND 10 RENOVATION PROJECT NO. 458 FILE NO. 34115 NEW HOPE, MINNESOTA August 21, 1990 OPENING TIME: 11 :30 A.M., C.D.S.T. OPENING DATE: Friday, August 24, 1990 ADDENDUM NO. 1 The following modifications are hereby made to the contract documents. SECTION 35,100 - SUBMERSIBLE PUMP LIFT STATION 35,100.3. The minimum motor horsepower for Lift Station No. 10 shall be 2.0 HP. 35,100.5. ABS pumps shall be added to the list of.base bid pumps. 35,100.10. The auxiliary power receptacle for the control panel at Lift Station No. 10 shall be Crouse -Hinds #AR1042 -S22. PLAN SHEET 4/4 The motor horsepower shall be changed to 2.0 HP minimum. BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. 2335 WEST HIGHWAY 36 ST. PAUL, MINNESOTA 55113 34115 LIFT STATION NO. 7 AND 10 RENOVATION PROJECT NO. 458 FILE NO. 34115 NEW HOPE, MINNESOTA 1990 INDEX Index Advertisement for Bids Information to Bidders Proposal Special Provisions 2200. Excavation, Backfill and Grading - Specific & General Requirements 2571. Plant Installation - Specific & General Requirements 2575. Turf Establishment - Specific Requirements General Requirements 24,000. Severs - Specific Requirements General Requirements 35,100. Submersible Pump Lift Station - Specific & General Requirements Plate 1-25 Sewer Bedding Methods Plate 2-9 Concrete Thrust Blocking Conditions of the Contract 34115 ADVERTISEMENT FOR BIDS Sealed bids will be received by the City of New Hope, Minnesota in the City Hall at 4401 Xylon Avenue N. until 11:30 A.M., C.D.S.T., on Friday, August 24, 1990, at which time they will be publicly opened and read aloud for the fur- nishing of all labor and materials and all else necessary for the following: LIFT STATION NOS. 7 AND 10 RENOVATION - PROJECT NO. 458 This project includes excavation, filling, site grading, landscaping, bituminous surfacing, concrete work, manholes, valves, piping, ventilation and other miscellaneous items. 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. 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 (5Z) 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 the 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 deposit of $35.00. See "Information to Bidders" for plan/specification deposit refund policy. The City Council reserves the right to reject any and all bids, to waive irregularities and informalities therein and further reserves the right to award the contract to the best interests of the City. Daniel Donahue, Manager City of New Hope, Minnesota 1,. I . DA PR OCEDURE: 1. BID specification, set and two extra proposals. Bids shall be submitted on the separate Proposal designated`BID COPY' and not in the specification book. The Proposa 1 sub- mitted as a bid shall be contained in a sealed envelope. Z, DEPOSIT AND RE FUND: Flans and, specifications may be obtained for the deposit amount stipulated in the Advertisement for Bids. . Planholders may obtain more than one set of plans and specifications for the stipulated amount, however, refunds will not be given for these additional sets. The following planholders need not return plans and specifications in order to receive a refund of deposit: a) Low prime bidder, or b) Successful low subcontractors d suppliers who notify deposit receptionist within 15 days of the bid. Refunds of :. specification those only, to : who return plans and specifications at least hour. hours before bid-letting 3. t r DR AWINGS AN D - SPECIFICATION SHEETS: Individual drawings arm specifications sheets may be purchased at the rate of Five Dollars ($5.00) peV sheet of drawings and Twenty-five cents ($0.25) per sheet of specificatio for .:: no refund will be made. P enn Contracting, Inc. CONTRACTOR $ 91.259. 00 _ TOTAL BASE BID PROPOSAL FOR LIFT STATION NO. 7 AND 10 RENOVATION PROJECT NO. 458 FILE NO. 34115 NEW HOPE, MINNESOTA 1990 OPENING TIME: 11:30 A.M., C.D.S.T. OPENING DATE: Fr A 24, 1990 Honorable City Council City of New Hope 4401 Xylon Avenue New Hope, Minnesota 55428 Dear Council Members: 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. 1 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 your Clerk and Bonestroo, Rosene, Anderlik & Associates, Inc., 2335 W. Trunk Highway 36, St. Paul, Minnesota 55113, as follows: PART I - LIFT STATION NO. 7 Lift station renovation near 40 -1/2 Avenue North and Jordan Avenue to include excavation, filling, site grading, concrete manhole work, valves, piping, miscellaneous metal work, electrical work, pump work, painting and all other miscellaneous items covered and implied with the plans and specifications for the LUMP SUM of: Thirty Seven Thousand, Five Hundred Eighty DOLLARS Zero CENTS LUMP SUM $ 37,580.00 TOTAL PART I - LIFT STATION NO. 7 ..........$ 37,580 P -1 PART II - LIFT S TATION NO. 10 Lift station replacement near Chicago Cutlery and 169 Frontage Road to include concrete work, pump replacements, valves, piping, miscellane- ous metal work, electrical work, painting and all other miscellaneous items covered and implied with the plans and specifications for the LUMP SUM of: Fifty Three Thousand, Six Hundred Seventy -nine DO LLARS Zero CENTS LUMP SUM $ 53 TOTAL PART II - LIFT STATION NO. 10 .........$ 53,679.00 TOTAL PART I - LIFT STATION NO. 7 $_ 37,580.00 TOTAL PART II - LIFT STATION NO. 10 53,679. TOTALBASE BID .......................$ 91,259.00 ALT ERNATE EQUIP BID Item 1. Ma nufacturer Add o Ded uct 2. 3. 4. 5. 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 stated therefor, in the manner prescribed in the specifica- tions. However, the low bidder shall be determined by adding the sums result- ing from multiplying the quantities stated by the unit prices bid therefor. Accompanying this bid is a bidder's bond, certified check or cash deposit in the amount of five percent (5 Z) DOLLARS of amount bid CENTS ($ ) which is at least five percent (5X) of the amount of my /our bid made payable to the City of New hope, Minnesota, 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. P -2 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 30 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 30 days after the date set for the opening of bids. Respectfully submitted, ( A Corporation Penn Contracting, Inc. (An Individual) Name of Bidder (A Partnership) (signed) By Dean Luxenburg Title Pre sident Dean Luxenburg Printed Name of Signer 1697 Peltier Lake Drive Address Centerville, MN 55038 City, State & Zip Code 426 -9150 Telephone No. P -3 2575. TURF ESTABLISHMENT General Requirements 2575.0. SPECIFICATION REFERENCED: Section 2575 of the Minnesota Department of Transportation "Standard Specifications for Construction" 1988 Edition and all amendments thereto shall apply except as modified or altered in the following General Requirements. 2575.1. DESCRIPTION: This work shall consist of establishing ground cover on designated areas in accordance with the plans and as specified herein. 2575.2. MATERIALS: 2575.2.1. SEED: All seed required on the project shall be furnished by the Contractor and meet the following requirements: A. All seeds shall conform to the requirements of the latest seed laws of the State of Minnesota, including those governing weed seed tolerances. B. Purity and germination requirements listed below shall be met. PURITY COMMON & BOTANICAL NAME MINIMUM Z GERMINATION MINIMUM Z Alfalfa, Creeping (Medicago Sativa) 99 85 White Clover (Trifolium Repens) 99 85 Park Kentucky bluegrass (Poa pratensis) 95 82 Perennial ryegrass (Lolium perene) 99 90 Smooth bromegrass (Bromus inermis) 90 85 Timothy (Phleum pratense) 99 85 Switchgrass (Panicum virgatum) 95 80 C. The seed mixture shall be one of the mixtures listed below as required in the Specific Requirements. 1 + ? 40.OZ Park Kentucky bluegrass 20.OZ Smooth bromegrass 6.02 Switchgrass 8.OZ Timothy 20.OX Perennial ryegrass 6.OZ White Clover MIXTURE 700 11.4Z Switchgrass 11.4Z Timothy 37.2Z Smooth bromegrass 11.4Z Creeping alfalfa 28.6Z Perennial ryegrass 2575.2.2. Topsoil: Topsoil used on this project shall be in general eccordance with the material described as Topsoil Borrow in Mn/DOT Specifi- cation 3877 and may contain a maximum of 20 percent organic material. The gradation requirements will be waived on topsoils natural to the site. 2/89-GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. 2575.2.3. Sod: Sod shall be cultured sod of a good quality. It shall be densely rooted Bluegrass or other approved permanent turf grasses, free of noxious weeds and objectionable grasses Before cutting, the sod shall be raked free of all debris and the grass cut to a length of approximately two (2") inches. All sod shall be cut in uniform strips not less than eighteen (18") inches in width. The thickness shall be such as to contain practically all of the dense root system of the grass, but never less than 3/4 inch. 2575.2.4. Mulch Material: Mulch material shall conform to the requirements of the following types with the type being specified in the Specific Requirements. jy2t_ 1- This type shall consist of grain straw, hay, cuttings of agricultural grasses and legumes. The material shall be free of seed bearing stalks of noxious grasses or weeds. The material shall not contain Canada thistle or leafy spurge fragments or seeds. At the time of delivery, the mulch shall be in an air dried condition. Type 2 & 3: This type mulch using emulsified asphalt shall not be used on the project. Type 4 TO 6: Mulch type 4 through 6 shall be as described in Mn/DOT Specification 3882.2 and shall be required when specified in the Specific Requirements. 2575.2.5. Fertilizer: Fertilizer furnished under this specification shall be a commercial grade containing at least the minimum nitrogen, phosphorus and potash specified as 12-12-12. 2575.2.6. Polypropylen Plastic Netting: Polypropylene plastic netting shall meet the requirements of Mn/DOT Specification 3883. 2575.2.7. Wood Fiber Blankets: Wood fiber blankets shall be in accordanc; - DO T Specification 3885. 2575.3.1. General: The areas to be seeded or sodded shall be covered with three (3) inches of suitable topsoil or as stated in the Specific Requirements. on the areas where mulch is required, the mulch must not lag the seeding by more than 24 hours. P449M 2/89-GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. Prior to sowing the seed or placing sod, the soil shall be loosened to s depth of approximately three (3) inches using discs, harrows, field diggers or other suitable cultivating equipment. 2575.3.3. Applying Fertilizer: Fertilizer shall be Commercial Grade 12-12-12 applied at the rate of 200 pounds per acre unless otherwise specified in the Specific Requirements using mechanical spreading devices which provide uniform distribution of the material over the designated areas. 2575.3.4. Sowing Seed: Seeding shall be done as soon as possible after finish grading has been completed. The rate of application and season of planting shall be as follows: Mixture Pounds Per Acre Season of Planting 500 50 April 15 - June 5 & July 20 - Sept. 20 700 50 April 15 - June 10 & July 20 - Sept. 20 The seeding date restrictions may be modified and dormant seeding will be allowed subject to the approval of the Engineer. Seed shall be sown by means of mechanical or hydro spreading of the seeds at the specified rate of application. An agricultural type seed drill will be required only where mulching is not specified. 2575.3.5. Applying Mulch: The rate of application of Type 1 mulch shall be approximately two (2) tons per acre. The mulch shall be anchored with a disc, clodbuster or other approved equipment. This equipment shall anchor the material by punching it into the soil to a depth of approximately 2 to 3 inches. The anchoring equipment shall be operated in a general direction at right angle to the direction of surface drainage wherever practical. All mulch shall be anchored the same day as it is placed. Applying other types of mulch material shall be in accordance with Mn/DOT Specification 2575.3F. 2/89-GENERAL Copyright .; III r: , onestroo, Rosene, Anderlik & Associates, Inc. 2/89-GENERAL Copyright 198• Bonestroo, Rosene, Anderlik & Associates, Inc. 2575.4. METHOD OF MEASUREMENT: 2575.4.1. Seeding: Seeding will be measured by original area seeded. Areas requiring reseeding where the original seed has failed to grow will not be added to the original measured area. 2575.4.2 Seed: All seed furnished and applied for both the original seeding and reseeding shall be measured by the weight of each mixture used. 2575.4.3. Mulch: Mulch materials will be measured separately by weight of each type furnished and acceptably applied mulch material used in remulching will be measured by weight and added to the mulch quantities originally used. 2575.4.4. Disc Anchoring: Disc anchoring of Type 1 mulch will be measured by the area in acres of mulch disced acceptably. 2575.4.5. Fertilizer: Commercial fertilizer will be measured by weight for each kind furnished and applied. 2575.4.6. Sodding: Sodding will be measured by the area sodded and accepted based on actual measurements taken along the surface of the sod. No additional payment will be made for areas resodded. Where sod is placed shingle style in waterways, the product of the sod strip length and the number of strips placed will be used as the measurement. 2575.4.7. Erosion Mats: Erosion mats of each kind will" be measured separately by the area covered. 2575.5. BASIS OF PAYMENT: Payment for Turf Establishment items at the contract prices per unit of measure shall be compensation in full for all topsoil, materials, preparation, installation and maintenance on the basis of the following schedule: Item No. Item Unit 2575.501 Seeding Acre 2575.502 Seed, Mixture Pound 2575.505 Sodding Square Yard 2575.511 Mulch Material, Type Ton 2575.519 Disc Anchoring Acre 2575.521 Polypropylene Plastic netting Square Yard 2575.523 Wood Fiber Blanket Square Yard 2575.531 Commercial Fertilizer Ton 2/89-GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000. SEWERS General Reauirements 24,000.1. DESCRIPTION: This work shall consist of the construction of sewers in accordance with the requirements of the Contract. Under the numbering sys- tem used herein numbers 24,000.2 - 24,000.2.N inclusive, deal with Material's; 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 unless specified otherwise, furnish all materials, equipment, tools.and labor necessary to do the work re- quired 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 ad- joining ground or structures where necessary; handle all drainage or ground- water; 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 exca- vated 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 en- countered in the installation of the work. All the work to completely con- struct the sewer facilities shall be done in strict accordance with the con- tract documents to which these General Requirements are a part. 24,000.1.8. 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 con- form to t2e 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. CLAY PIPE: Clay sewer pipe and fittings shall conform to the re- quirements of the current A.S.T.M. Specification C -700 for extra strength clay sewer pipe. Extra strength pipe shall be used for all Vitrified Clay Sewer Pipe on the project. , 24,000.2.8. POLYVINYL CHLORIDE SEWER PIPE: Polyvinyl chloride sewer pipe and fittings shall be produced by a continuous extrusion process using Type 1, Grade 1 material as defined in A.S.T.M. Spec. D -1784. The design, dimensions and wall thickness shall be in accordance with ASTM Spec. D -3034, SDR 35. 1/88- 2400OG Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. RZI rx #. 24,000.2.C. REINFORCED CONCRETE SEWER PIPE: The sever pipe shall conform to the requirements of the Standard Specifications for Reinforced Concrete Sever 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". 24,000.2.E. DUCTILE IRON ' PIPE: Ductile iron pipe shall conform with the re- quirements of AWWA Standard C151 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 C104. Where ductile iron pipe is used as a I 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 IRON tings shall be mechanical fittings shall be desi have a standard thickness Standard C104. Ductile are considered equal. FITTINGS: Where ductile iron pipe is furnished, fit- joint in accordance with AWWA Standard C110. All gned for 150 psi working pressure. All fittings shall of cement mortar lining in accordance with AWWA iron fittings in accordance with AWWA Standard C-153 24,000.2.G. JOINTS AND JOINT MATERIALS: 24,000.2.G1. Clay Pi e�. Clay pipe joints shall be rubber or plastic type compression joints in accordance with A.S.T.M. Spec. C-425. Plain-end vitri- fied clay pipe may be used which employ Type B compression couplings in accor- dance with ASTM Specification 0594. 24,000.2.G2. Polyvinyl 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.G3. Concrete Pipe: Reinforced concrete pipe joints shall meet the requirements of ASTM Specification C-361 and shall be the Bureau of Reclama- tion Type R-4. Deformedconcrete pipe shall be jointed with material similar to Ram-Nek, Hamilton Kent, Kent Seal No. 2 or equal gasket material applied in accordance with manufacturer's recommendations. 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. PORNMMM 24,000.2.G4. 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 shall conform to AWWA Standard C111. 24,000.2.G5. Corrugated Metal Pipe: Corrugated metal pipe shall be joined using coupling bands in accordance with Mn/DOT Specification 3226. 24,000.2.H. MANHOLE AND CATCH BASIN FRAMES & COVERS: Cast iron for both man- holes and catch basin frames and covers shall be of the best grade of cast iron, free from all injurious defects and flaws and shall be Class 35 iron in accordance' with A.S.T.M. Spec. A-48. Each casting shall be sand blasted but no further coating or finish is required. Both the surface of the cover and frame in contact shall be machined for non-rocking protection. The words "SANITARY SEWER" or "STORM SEWER" shall be cast on top of each manhole cover in two inch letters where each is applicable. All manhole castings shall be furnished with two concealed type pick holes of a design approved by the Engineer. 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.I1. Cast Iron Manhole Steps: Cast iron manhole steps shall be manu- factured from hi-test metal having a minimum tensile strength 35,000 pounds per square inch. All manhole steps shall be Neenah Foundry Step No. R-1981J, Badger F-15 or equal. All steps shall conform to the requirements of A.S.T.M. Designation C-478. 24,000.2.12. Aluminum Manhole Steps: Aluminum manhole steps of a design sim- ilar to the cast iron steps specified may be used. Aluminum manhole steps shall be made of Apex Ternalloy No. 5 aluminum alloy. 24,000.2.13. Polypropylene Coated Manhole Steps: 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. 24,000.2.J. PRE-CAST CONCRETE MANHOLES: Precast concrete manholes shall be used for all manholes more than 6.5 deep from rim'to top of pipe and shall conform to the requirements of A.S.T.M. Designation C-478. Segmental block may be used for the lower portion of manholes over large diameter pipe up to the top of the largest pipe. Unless otherwise stated, the internal diameter shall be four feet. The upper section of the manhole shall be reduced to a smaller diameter opening by use of an eccentric pre -cast cone made expressly for this purpose. On manholes 8 ft. deep and greater the pre-cast section immediately below the cone section shall be one (1) foot in height. The vertical wall of the cone shall be on the downstream side of the manhole, except for pipe 36 inches in diameter or greater where steps will be placed to provide the most I 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. suitable access. A minimum of 2 rings and a maximum of four rings of adjustment shall be allowed. All manholes shall be watertight. Pre- cast manhole joints shall be rubber o-ring gasket type. All manhole steps shall be securely and neatly mortared in place. All lifting holes shall be neatly mortared up. Manhole bases may be pre-cast or poured in place. Poured in place bases must be acceptably cured before the manhole sections are placed on the hardened slab. The inverts of all manholes shall be shaped to the half section of equivalent size pipe conforming to the inlet and outlet pipe so as to allow for a free '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 precast 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 installa- tion of all small diameter concrete pipe severs 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. 1/88-2400OG Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000.2.M. MORTAR MATERIALS: Mortar used for laying up concrete block or brick manholes or used for plastering lift holes and exteriors of manholes shall consist of Standard Portland Cement Type I, Standard Serial Designation C-150. Lime shall conform to specifications for normal finishing hydrated lime, A.S.T.M. Serial Designation C-6 or specifications for hydraulic hydrated lime for structural purposes, A.S.T•M• Serial Designation C-141. Gradation shall be subject to the approval of the Engineer. 24,000.2.N. 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 50Z 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 100Z, by weight, shall pass the 1" sieve. 24,000.3.A. INSPECTION: 24,000.3.A1. Of Materials at Facto y® 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.A2. 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.A3. Field Inspection: All pipe and accessories shall be laid, jointed, tested for defects and for infiltration in the manner herein speci- fied as directed by the Engineer and subject to his approval. 24,000.3.A4. 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.Bl. Responsibility for Material Furnished • Contractor: The Con- tractor' 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 ► the manufacturer. I 1/88-2400OG Copyright 1988 �-.onestroo, Rosene, Anderl & Associates, 1/88-2400OG Copyright 1988 Wonestroo, Rosene, Anderlil Associates, 24,000.3.D5. Subsurface Exploration: It shall be the Contractor's responsi- bility to determine and verify the location of exist*ng pipes, valves or other underground structures as necessary to progress with the work with no addi- tional compensation Allowed. The Engineer shall make all known records avail- able. All known utilities are designated on the plans in a general way as stated in Section 24,000.3.D2. 24,000.3.D6. 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.E1. 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.Ell) 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 Regu- lations 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 Divi- sion of the State Industrial Commission or the requirements of the Occupation- al Safety and Health Act (OSHA) whichever is more restrictive. All surface water and ground water discharges shall be conducted to natural drainage channels, drains or storm severs. 1/88-2400OG Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. MIKIAM 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.E3.2. Class C-2 Atddinz 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.E3.4. Class A 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 • the trench all in accordance with the Standard Detail Plate. i1' Pipe Bedding: All polyvinyl chloride sever pipe shall • installed And bedded in accordance with ASTM specification D-2321, "Recom- mended Practice for Underground Installation of Flexible Thermoplastic Sever Pipe" with granular materials meeting Specification 24,000.2.N. used for all PVC pipe bedding. The granular materials shall be placed from a point 6" be- low the bottom of the pipe to a point 12" above the top of the pipe. 1/88-2400OG Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. Hamm= 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 notifi- cation of the Engineer, the Contractor shall be responsible for all repairs and correction of the installation without further compensation® 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 9MMMMM 1/88- 24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. ffalflum 1/88-2400OG Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. mmmmffl� 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik Associates, Inc. 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 lo- cation, depth to top of riser, type of connection provided, etc. Location shall be made in respect to nearest manhole center, downgrade from the ser- vice. This record shall be turned over to the Engineer at the end of each week. 24,000.5. MANHOLES: 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.B. 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. 24,000.5.C. CONCRETE BASE: Concrete base for manhole construction shall be of size and depth as shown on the plans. Concrete used for this purpose shall consist of one part Portland cement, two parts of clean sharp sand and four parts of graded coarse aggregate. Material used for this purpose shall be subject to the approval of the Engineer. Base shall be poured on undisturbed earth prior to setting the precast manhole sections. Precast concrete manhole bases shall be considered equal. 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 man- holes 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 15Z by volume of cement. Mortar used for laying concrete block shall consist of one part Port- land cement to two parts of sand to which lime or mortar mix may be added not to exceed fifteen percent (15Z) 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 ► constructed as required on the plans and in accordance with the standard Drop Inlet Detail Plate. 24,000-13 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000.6. BACKFILLING, CLEANING UP & MAINTAINING SURFACES: 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 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 sat- isfaction 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 con- struction described herein. Unless otherwise noted in the Special Provisions or Proposal all items of clean-up and restorations shall be considered inci- dental to the contract with no additional compensation allowed. 24,000.7. TESTING PIPE LINES 24,000.7.A. INFILTRATION IN SEWERS: Upon completion of the sever construc- tion, leakage tests shall be made to determine the amount of ground water in- filtration into the sewers. Measurements will be made by means of 90 V-notch weirs placed in the lines. Measurements shall be taken at all points where, in the opinion of the Engineer, the flow of water in the sewers is greater than the maximum allowable leakage. Tests may be taken between individual manholes and the infiltration in any given line shall not exceed the specified maximum allowable rate. The maximum allowable rate of leakage shall not exceed 100 gallons per mile per inch diameter of pipe per day. The Contractor shall furnish the weirs and other material and the labor for placing the weirs in the sewers and shall assist the Engineer in making the measurements. The Contractor shall receive no additional compensation for making the leakage tests or corrective work necessary to reduce leakage below the maximum allowed by the specifications. 24,000.8. METHOD OF MEASUREMENT: 24,000.8.A. TRENCH EXCAVATION: Trench excavation will be measured in linear feet of trench according to the zone classifications specified as follows: From 0' to 8 from 8 to 10 and in two foot increments thereafter, which are based on the total depth of the trench to the designated grade of the pipe invert. No deduction in depth will be made for rock encountered in the trench above the designated grade. Measurement will be made along the centerline of the sever and from center to center of all manholes, catch basins or junction fittings. 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000.8.B. SOLID ROCK EXCAVATION: If solid rock is encountered in the trench, such rock excavation shall be measured by volume in cubic yards and shall be measured from the top of the rock to a point six inches below the outside barrel of pipe and twelve inches from each side of inside diameter of pipe. The minimum trench width of the solid rock excavation shall be 36 inches. For measurement purposes volume will be computed based on vertical walls for the width specified above. 24,000.8.C. SEWER PIPE WITH BEDDING; Sever pipe of each diameter and classi- fication furnished and installed with associated pipe bedding will be measured separately by length in linear feet. Measurement will be made, along the cen- terline of the sever and from center to center of all manholes, catch basins or junction fittings. Where bends, tee manholes, flared end sections or other special shapes are in- stalled, the length of pipe replaced by these structures shall be deducted from the distance from center of manhole to center of manhole for pay purposes. The special structures will be paid for as separate bid items. 24,000.8.D. SERVICE CONNECTION: Wyes and tee branches of each diameter and classification furnished and installed will be measured as a unit. 24,000.8.E. SERVICE RISER PIPE: Sewer pipe used for service risers of each diameter and classification furnished and installed will be measured separate- ly by vertical length in linear feet from the centerline of the sever to the top of the last riser section. 24,000.8.F. CONSTRUCTING MANHOLES: Manholes will be measured by depth of the structure from the invert of the pipe to the top of the cover in linear feet, based on the dimensions as staked by the Engineer. 24,000.8.G. 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 low- est invert of the manhole to the invert of the pipe being served by the drop inlet. 24,000-17 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik I& Associates, Inc. 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 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. Excavation and backfilling of trench and associated pipe bedding shall be included in the price of sewer pipe furnished and installed. 24,000.9.8. SOLID ROCK EXCAVATION: Solid rock excavation will be paid for at the Contract Unit Price per cubic yard. 24,000.9.C. SEWER PIPE WITH BEDDING IN PLACE: Sewer pipe in each diameter and classification furnished and installed will be paid for at the Contract Price per linear foot which shall include payment for trench excavation and backfilling and associated pipe bedding. 24,000.9.D. DUCTILE IRON ' PIPE: Ductile iron pipe will be paid for at the Contract Unit Price per linear foot for each type and diameter of, pipe fur- nished which shall include payment for trench excavation and backfill. 24,000.9.E. WYE BRANCHES: Wye branches will be paid for at the Contract Unit Price for each unit furnished and installed of the size specified on the Pro- posal. 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 center- line of the sewer to the top of riser. Concrete reinforcement of the main sewer and riser pipe as described in Section 24,000.4.8. shall be considered as incidental and will not constitute a pay item. 24,000.9.G. CONSTRUCTING MANHOLES 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: Con- structing of manholes to a depth greater than eight (8) feet will be paid for at the Contract Unit Price per manhole plus the it 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. 1/88-2400OG Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. HMNEEMM 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 pipe foundation in place shall be paid for at the Contract Unit Price per lineal foot for each six inch layer placed below pipe bedding. 24,000.9.K. 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.L. 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 ex- tended manhole base, encasement, drop pipe, cast iron tee, cast iron pipe and concrete collar. Payment shall be made for sever 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". 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. Fffli�r- � M0 HAND SHAPED FROM FIRM UNDISTURBED SOI L Compacted V Backfill BC but nof'!:�R ess than 6" 0. 5 Bc min. \— Norma I I j r Bedding 0.5 Bc min. Coarse Filter Aggregate (Mn Dot Spec. 3149H Mod.) MWA61M LOAD FACTOR 1.5 CLASS C-2 HAND SHAPED FROM ANGULAR BEDDING MATERIAL Bc" Denotes outside diameter of Pipe Barrel w " Bc t 12 " Minimum 19� M 9-7-Mum l -J Bonestroo, Rosene, Anderlik 81 Assoc. Inc. Consulting Engineers St. Paul, Minnesota ?-0004 Concrete LOAD FACTOR 1,9 LOAD FACTOR 2.3 4� �O 5 U CONCRETE % V / n 9 w (r ON G. O u1Z ®D QaS H VY� � WE H N Z f' Q m � Li APPROX. 1:1 SLOPE WHERE DEPTH BLOW 1 PIPE EXCEEDS 6 SECTI a i B UTTRESS I E SI PIPE SIZE 22'/2 BENDS 45 BENDS 90 BENDS 8 D 8 0 8 D 6" i' -5" 1' -5" I' -5" 1' -5" 2' -I" I' -6" 8" 1' -5" 1' -5" 2'- l" i' -6" 2' -8' 2' -0" 12" 1'40" 1' -10" 3'- 4" 2'- 0" 4- 9" 2' -6' 16 3'- 0" 2' -0" 3' -10" 3'- 0" 6- 2" 3- 6" 20 3'- 6" 2' 8" 5 3 ° - 4 " 8'- 4 4 - 0" 24" 4'- 4" 3' -0" 6'°10" 3' -10" 9` -8" 5'-0" Bonestroo, ROsene, Anderlik & Assoc., Inc. Consulting Engineers St. Paul, Minnesota r NOTE 3 I. DIMENSIONS IN TABLE ARE BASED ON A WATER PRESSURE OF 150 PSI. AND AN EARTH RESISTANCE OF i TON PER SO. FT. 2, WOOD BLOCKING MAY BE USED IN LIEU OF OQNgPETE „FOR 6” a 8' 9 45 BENDS AND FOR 6 8 a 12 0 221/2 0 BENDS PROVIDED AREA IN CdNY4CT WITH EARTH IS SAME AS AREA SHOWI 3. DIMENSION C C C SHOULD BE LARGE ENOUGH TO MAKE ANGLE A EQUAL TO OR LARGER THAN 459 4. DIMENSION A, A A SHOULD BE AS LARGE AS POSSIBLE WITHOUT INTERFERRING WITH M. J. BOLTS. 5. SHAPE OF BACK OF BUTTRESS MAY VARY AS LONG AS POUR IS AGAINST FIRM UNDISTURBED EARTH. Revisions I Plate No. PLAN B FORM OF AGREEMENT Page - No 5. 7. 9. 1 RESPONSIBILITY AND SAFETY 13. RELATIONS, ARBITRATION PECTION AND WORKMANSHIP 25. PROJECT ACCEPTANCE 34. AND CONTRACT TIME 41. ,RMINATION 45. PERFORMANCE BOND LABOR AND PAYMENT BOND SECTION 3 - AWARD AND AND COMPL SECTION 4 - CONTRACT REFERENCE SECTION 6 - INSURANCE SECTION 7 - ENGINEER AND INDEM SECTION 8 - MATERIALS SECTION 10 - CHANGES I SECTION 11 - CHANGES 0 SECTION 12 - SUSPENSIO SECTION 13 - MISCELLAN FORM OF AGREEMENT Page - No 5. 7. 9. 1 RESPONSIBILITY AND SAFETY 13. RELATIONS, ARBITRATION PECTION AND WORKMANSHIP 25. PROJECT ACCEPTANCE 34. AND CONTRACT TIME 41. ,RMINATION 45. PERFORMANCE BOND LABOR AND PAYMENT BOND TABLE OF CONTENTS (CONT'D) SECTION 2 - BIDDING REQUIREMENTS 2.1 PROPOSAL FORMS 2.2 INTERPRETATION OF QUANTITY ESTIMATES 2.3 EXAMINATION OF PLANS, SPECIFICATIONS AND WORK SITE 2.4 ADDENDA 2.5 PREPARATION OF BID 2.6 RESERVATIONS AND/OR EXCEPTIONS 2.7 BID SECURITY 2.8 DELIVERY OF PROPOSAL 2.9 OPENING OF PROPOSALS 2.10 EVALUATION OF PROPOSALS 2.11 CERTIFICATION OF INDEPENDENT PRICE DETERMINATION SECTION 3 - AWARD AND EXECUTION OF CONTRACT, PROGRESS & COMPLETION OF WORK 3.1 AWARD OF CONTRACT 3.2 EXECUTION OF AGREEMENT 3.3 FAILURE TO EXECUTE AGREEMENT 3.4 RETURN OF BID SECURITY 3.5 NOTICE TO PROCEED 3.6 CONTRACT TIME 3.7 SCHEDULE OF COMPLETION 3.8 COMPUTATION OF TIME 3.9 LIQUIDATED DAMAGES RRCTTnN 4 - CONTRACT DOCUMENTS: INTENT AND REUSE 4.1 INTENT UY UUNTKAUT I)MUMEIN'lb 4.2 ORDER OF PRECEDENCE 4.3 DISCREPANCIES 4.4 ADDITIONAL INSTRUCTIONS 4.5 DRAWINGS AND SPECIFICATIONS AT JOB SITE 4.6 OWNERSHIP OF DRAWINGS AND SPECIFICATIONS AND REUSE 4.7 DIMENSIONS 2 1/85 - 8505b Copyright 1985 Bonestroo, Rosene, Anderlik & Associates, Inc. TABLE OF CONTENTS (CONT'D) SECTION 8 - MATERIALS, EQUIPMENT, INSPECTION AND WORKMANSHIP 8.1 MATERIALS AND EQUIPMENT FURNISHED BY CONTRACTOR 8.2 EQUIVALENT MATERIALS AND EQUIPMENT 8.3 MATERIALS FURNISHED BY OWNER 8.4 STORAGE OF MATERIALS 8.5 SAMPLES 8.6 FURNISHING OF PRODUCT DATA 8.7 QUALITY OF EQUIPMENT AND MATERIALS 8.8 SHOP DRAWINGS 8.9 ACCESS TO AND OBSERVATION OF WORK 8.10 TESTS AND INSPECTIONS 8.11 UNCOVERING THE WORK 8.12 CUTTING AND PATCHING 8.13 WARRANTY AND GUARANTEE 8.14 CORRECTION PERIOD 8.15 CORRECTION OR REMOVAL OF DEFECTIVE WORK 8.16 ACCEPTANCE OF DEFECTIVE WORK 8.17 OWNER MAY STOP WORK 8.18 OWNER MAY CORRECT DEFECTIVE WORK c 4 1/85 - 8505b Copyright 1985 Bones'troo, Rosene, Anderlik & Associates,;` Inc. TABLE OF 'CONTENTS (CONT'D) SECTION 9 ® MEASUREMENT, PAYMENT AND PROTECT ACCEPTANCE 9.1 DETAILED BREAKDOWN OF CONTRACT AMOUNT 9.2 REQUEST FOR PAYMENT 9.3 ENGINEER'S ACTION ON +A REQUEST FOR PAYMENT 9.4 OWNER'S ACTION ON AN APPROVED REQUEST FOR PAYMENT 9.5 OWNER'S RIGHT TO WITHHOLD PAYMENT 9.6 CONTRACTOR'S WARRANTY OF TITLE 9.7 SUBSTANTIAL COMPLETION 9.8 PARTIAL UTILIZATION 9.9 FINAL; INSPECTION 9`.10 FINAL APPLICATION FOR PAYMENT 9.11 FINAL PAYMENT AND ACCEPTANCE 9.12 CONTRACTOR'S CONTINUING OBLIGATION 9.13 WAIVER OF CLAIMS SECTION 10 - CHANGES IN THE WORK 10.1 CHANGE ORDERS 10.2 FIELD ORDERS 10.3 UNAUTHORIZED WORK 10.4 ENGINEER RECOMMENDATIONS 10.5 NOTICE OF CHANGE TO SURETY 10.6 CLAIMS FOR ADDITIONAL COSTS 10.7 WORK DURING AN EMERGENCY SECTION 11 - CHANGE OF CONTRACT PRICE AND CONTRACT TIME 11.1 CONTRACT PRICE 11.2 CHANGE IN CONTRACT PRICE 11.3 BASIS OF CHANGE: 11.4 CHANGE OF CONTRACT TIME 5 1/85 - 8505b Copyright 1985 Bonestroo, Rosene, Anderlik & Associates, Inc. TABLE OF CONTENTS (CONT`D) SECTION 12 - SUSPENSION OF WORK AND TERMINATION 12.1 OWNER MAY SUSPEND WORK 12.2 OWNER MAY TERMINATE 12.3 CONVENIENCE TERMINATION BY THE OWNER 12.4 CONTRACTOR MAY STOP WORK OR TERMINATE SECTION 13 - MISCELLANEOUS 13.1 LIMITATION OF LIABILITY 13.2 REMEDIES 13.3 PUBLIC CONVENIENCE 13.4 CROSSING UTILITIES, ETC. 13.5 SANITARY PROVISIONS 13.6 PRESERVATION OF HISTORICAL OBJECTS 13.7 USE OF PREMISES FORM OF AGREEMENT PERFORMANCE BOND LABOR AND MATERIAL PAYMENT BOND - 6`_ 1/85 - 8505b Copyright 1985 Bonestroo, Rosene, Anderl`ik & Associates, Inc.' 6.4 PERMITS AND LICENSES 7.5 RIGHTS OF VARIO INTERESTS 7.10 DECISIONS ON DISAGREEMENTS ASsociates, Inc. ments of the Specifications, and shall not be incorporated into the Work until reviewed by the Engineer. If required by Engineer, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment. 8.1.3 All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturer, fabricator, supplier or distributor, except as otherwise provided in the Contract Documents. 8.2 EQUIVALENT MATERIALS AND EQUIPMENT Whenever materials or equipment are specified or described in the Drawings or Specifications by using the name of a proprietary item or the name of a par- ticular manufacturer, fabricator, supplier or distributor, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no isubstitution is permitted, materials or equipment of other manufacturers, fabricators, suppliers or dis- tributors may be accepted by Engineer if sufficient information is submitted by Contractor to allow Engineer to determine that the material or equipment proposed is equivalent to that named. The procedure for review by Engineer will be as set forth in paragraphs 8.2.1 and 8.2.2 below as supplemented in the General and Specific Requirements. 8.2.1 Requests for review of substitute items of material and equipment will not be accepted by Engineer from anyone other than Contractor. If Contractor wishes to furnish or use a substitute item of material or equipment Contractor shall make written application to Engineer for acceptance thereof, certifying that the proposed substitute will perform adequately the functions called for by the general design, be similar and of equal substance to that specified and be suited to the same use and capable of performing the same function as that specified. The application will state whether or not acceptance of the sub- stitute for use in the Work will require a change in the Drawings or Specifi- cations to adapt the design to the substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified shall be identified in the application and available mainte- nance, repair and replacement service will be indicated. The application will also contain an.itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which shall be considered by Engineer in evaluating the proposed substitute. Engi- neer may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. Engineer will be the sole judge of acceptabil- ity, and no substitute will be ordered or installed without Engineer's prior written acceptance. owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. 4F , 1/85 - 8505b Copyright 1985 Bonestroo, Rosene, Anderlik & Associates, Inc. 8.6.1 The Contractor shall furnish one copy, or such additional copies as may be required by the Special Provisions, of complete Product Data for every manufacturered item of equipment and all components to be used in the Work, including specific performance data, material description, rating, capacity, working pressure, material gage or thickness, brand name, catalog number and general type. 8.6.2 This data shall be compiled by the Contractor and reviewed by the Engi- neer before any of the equipment is ordered. 8.6.3 All data shall be indexed according to specification section and para- graph for easy reference. 8.6.4 After review, this data shall become a part of the Contract, and may not be deviated from except upon written approval of the Engineer. 8.6.5 Product Data for equipment reviewed by the Engineer does not in any case supersede the Contract Documents. The review by the Engineer shall not relieve the Contractor from responsibility for deviations from Drawings or Specifications unless he has in writing called the Engineer's attention to such deviations at the time of furnishing said data. Nor shall such review relieve the Contractor from responsibility for errors of any sort in the items furnished. The Contractor shall check the Work described by the Product Data with the Contract Documents for deviations and errors. 8.6.6 It shall be the responsibility of the Contractor to insure that items to be furnished fit the space available. He shall make necessary field measurements to ascertain space requirements, including those for connections, and shall order such sizes and shapes or equipment that the final installation shall suit the intent and meaning of the Drawings and Specifications. 8.6.7 Where equipment requiring different arrangement of connections from those shown is allowed, it shall be the responsibility of the Contractor to install the equipment so as to allow for proper operation and in harmony with the intent of the Drawings and Specifications, and to make all changes in the work required by the different arrangement of connections. 8.6.8 Product Data shall be promptly submitted by the Contractor after he has reviewed, checked and approved the data to determine if they are in harmony with the requirements of the Project and with the provisions of the Contract Documents and after he has verified all field measurements and construction criteria, materials, catalog numbers and similar data. In submitting the Product Data, the Contractor certifies that the work represented by the data has been coordinated with the Contract Documents and all relevant field condi- tions. , 8.7 QUALITY-OF EgUIPMENT MATERIALS 8.7.1 In order to establish standards of quality, the Engineer, in the Spec- ifications, has referred to certain products by name and catalog number. This 28 1/85 - 8505b Copyright 1985 Bonestroo, Rosene, Anderlik & Associates, Inc. {d} Following completion of such corrections or changes, the Contractor 9.8.1 owner at any time may request Contractor in writing to permit Owner to use any part of the Work which Owner believes to be substantially complete and which may be so used without significant interference with construction of the other parts of thei Work. If Contractor agrees, Contractor will certify to Owner and Engineer that said part of the Work is substantially complete and request Engineer to issue a proposed Certificate of Substantial Completion for that part of the Work. 9.8.2 Within a reasonable time thereafter Owner, Contractor and Engineer shall make an inspection of that part of the Work to determine its status of completion. If Engineer does not consider that part of the Work to be sub- stantially complete, Engineer will notify owner and Contractor in writing giv- ing his reasons therefor. If Engineer considers that part of the Work to be substantially complete, Engineer will execute and deliver to owner and Con- tractor a proposed Certificate to that effect, fixing the date of Substantial Completion as to that part of the Work, attaching thereto a list of items to be completed or corrected before final payment. 9.8.3 Prior to issuing a Certificate of Substantial Completion as to part of the Work, Engineer will deliver to Owner and Contractor a written recommenda- tion as to the division of responsibili.ties pending final payment between Owner and Contractor with respect to security, operation, safety, maintenance, utilities and insurance for that part of the Work which shall become binding upon Owner and Contractor at the time of issuing the final Certificate of Sub- stantial Completion as to that part of the Work unless Owner and Contractor shall have otherwise agreed in writing and so informed Engineer. Owner shall have the fright to exclude Contractor from any part of the Work which Engineer has so certified to be substantially complete, but Owner shall allow Contrac- tor reasonable access to complete or correct items on the list of items to be completed or corrected. 9.8.4 In lieu of the issuance of a Certificate of Substantial completion as to part of the Work, Owner may take over operation of a facility constituting part of the Work whether or not it is substantially complete if such facility is functionally and separately usable; provided, that prior to any such take- over, Owner and Contractor have agreed as to the division of responsibilities between owner and Contractor for security, operation, safety, maintenance, correction period, heat, utilities and insurance with respect of such facility. 9.8.5 No occupancy of part of the Work or taking over of operations of a facility will be accomplished prior to compliance with the requirements of Section 6.1.4, Paragraph 3, in respect of property insurance. 9.9 FINAL INSPECTION Upon written notice from Contractor that the Work is complete, Engineer will make a final inspection with owner and Contractor and will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to remedy such deficiencies. -37- 1185 - 8507b Copyright 1985 Bonestroo, Rosene, Anderlik & Associates, Inc. 9.10 FINAL APPLICATION FOR PAYMENT This Agreement, together with the documents hereinabove mentioned, form the Contract and all documents are as fully apart of the Contract as if attached hereto or herein repeated. IN WITNESS WHEREOF, the parties to this Agreement have hereunto set their hands and seals as of the day and year first above written. SUB-CODE RED enn Contracting, Inc. 697 Peltier Lake Drive enterville, MN 55038 2 7 19 W 5 1990 . ....... ... . ...... ... ...... . .... ......... ....... ___ - __ 1111­11111 ')"URANCE ISSUE DATE (MMIDD/YY) 9-24-90 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW COMPANIES AFFORDING COVERAGE COMPAN LETTER Y A USF&G COMPANY Employee Benefit Administration LETTER B COMPANY c LETTER COMPANY LETTER D COMPANY LETTER E THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD NDICATED, 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. TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION DATE (M%A,/I2D DATE (MM/DD!YY) ALL LIMITS IN THOUSANDS 3ENERAL LIABILITY GENERAL AGGREGATE $ 1,500 X COMMERCIAL GENERAL LIABILITY PROD UCTS-COM P/OPS AGGREGATE $ 500 I CLAIMS MADE OCCUR. 1CG 125278007 00 9-12-90 2-5-91 PERSONAL & ADVERTISING INJURY $ 750 x OWNER'S & CONTRACTOR'S PROT. EACH OCCURRENCE $ 750 FIRE DAMAGE (Any one fire) $ 50 MEDICAL EXPENSE (Any one person) $ 5 kUTOMOBILE LIABILITY COMBINED 750 SINGLE X ANY AUTO LIMIT ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS 1AB 12583675 00 9-24-90 2-5-91 (Per person) X HIRED AUTOS BODILY :INJURY $ X NON-OWNED AUTOS (Per accident) GARAGE LIABILITY PROPERTY DAMAGE $ EXCESS LIABILITY Pending 9-12-90 2-5-91 EACH AGGREGATE OCCURRENCE 1,000 1,000 OTHER THAN UMBRELLA FORM STATUTORY WORKER'S COMPENSATION 100 AND 04-047 2-5-90 2-5-91 $ (EACH ACCIDENT) 500 $ (DISEASE—POLICY LIMIT) EMPLOYERS' LIABILITY $ 100 (DISEASE—EACH EMPLOYEE: )THEIR ;RIPTION OF OPERATIONS / LOCATIONS /VEHICLES /RESTRICTIONS /SPECIAL ITEMS SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE The City of New Hope EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL E4146WQ4-4-0 4401 Xylon Ave N MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE iew Hope, MN 55428 LEFT, 1_141316PP4 GF- ANY-411­111 — WP9N THR AUTHORIZED RBPRASENTATIVE jx )RD 25-S (3/88) 0 1 :A CORPORATION 196 STATE OF MINNESOTA) ) SS COUNTY OF HENNEPIN) On this _ day of 19 � , before me a Notary Public within and for said County perso ally appeared THOMAS H. FAIRFIELD to me personally known, who being by me duly sworn he did say that he is the ATTORNEY -IN -FACT of TRANSAMERICA PREMIER INSURANCE COMPANY, the corporation named in the foregoing instrument, and that the seal affixed to said instrument is the corporate seal of said corporation, and that said instrument was signed and sealed in behalf of said corporation by authority of its Board of Directors and said THOMAS H. FAIRFIELD, acknowledged said instrument to be the free act and deed of said corporation. i� 4fiY f Fer yy `r4M` Via: .yy hflFy`y+C.w,3 n 3 `' NOTARY PUBLIC TRANSAMEFJCA SPECIALTY INSURANCE GPA N°_ 3368 P O f Attorney valid on ly if num in r ed. Transamerica Premier Insurance Company General Power of Attorney Administrarive Office: Orange, California Know All Men by These Presents, That Transamerica Premier Insurance Company, a corporation duly organized and existing under the laws of the State of California, and having its administrative office in Orange, Orange County, California, does by these presents make, constitute and appoint THOMAS H. FAIRFIELD of Minneapolis and State of Minnesota its true and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver CONTRACT BONDS S.B.A. Guarantee Agreement) — MAXIMUM PENALTY $500,000.00 OTHER CONTRACT BONDS — MAXIMUM PENALTY $50,000.00 ALL OTHER BONDS — MAXIMUM PENALTY $10,000.00 THIS POWER OF ATTORNEY SHALL TERMINATE AND BE OF NO FURTHER EFFECT AFTER DECEMBER 31, 1991" and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s) -in -Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of the Transamerica Premier Insurance Company, at a meeting held on the 12th day of June, 1984. "Be it Resolved, that the President, any Vice- President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any or more suitable persons as Attorney(s) -in -Fact to represent and act for and on 'behalf of the Company subject to the following provisions: "Section 1. Attorney -in -Fact. Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity, consents of surety and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." In Witness Whereof, Transamerica Premier Insurance Company has caused these presents to be signed by its President and its corporate seal to be hereto affixed this 2nd day of October AD 19 f y TRANSAMERICA P EMIER INSURANCE COMPAN t I N CORIIORATE D 'c B State of California ,'Ut 1, 1941 y ss.: County of Orange �' __.✓� �L'AE(i 0Rt+ On this 2nd day of October in the year 1989 , before me Kim Buchanan , a notary public, personally appeared Jack M. Trapp personally known to me to be the person who executed the within instrument as President on behalf of the corporation therein named and acknowledg to_rrle That It corporation executed it. 0 f1ClAL SEAL 1 r" 1 Khlt BUCHANAN Ft, IA P ^I dC ' nPF:CE y Notar Public J MY c owlissiori @ %PI Es N:`'. ,. ?1 F I, the under ii ecre ary 'i�r n a e Ica Premi r"fnsurance Company hereby certify that the above and foregoing is a full, true an correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in force and effect. And I do hereby further certify that the Certification of this Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolution adopted by the Board of Directors of the Transamerica Premier Insurance Company at a meeting duly called and held on the 12th of June, 1984, and that said resolution has not been amended or repealed: "Resolved, that the signature of the Secretary or any Assistant Secretary of this Corporation, and the seal of the Corporation, may be affixed or printed by facsimile to any certificate to a Power of Attorney of this Corporation, and that such printed facsimile signature and seal shall be valid and binding upon this Corporation." GIVEN under my hand and the seal of said Company, this- 19 THIS POWER OF ATTORNEY EFFECTIVE ONLY IF ATTACHED TO BOND N0. TPI- 032168 PENN CONTRACTING, INC. 300248 day of SEPTEMBER ot 1v �e_ Secretary 5 -88 Bids were received as follows for making improvements to sanitary sewer lift stations #7 and #10: Contractor Bid Gridor Construction $93,920 Penn Contracting $91,259 The project will be financed by the utility fund and by an assessment to Chicago Cutlery. Staff recommends awarding the bid to Penn Contracting for the amount of $91,259. Review: Administration: Finance: W11 RESOLUTION NO. 90 - 167 RESOLUTION AWARDING CONTRACT FOR THE CONSTRUCTION OF SANITARY SEWER IMPROVEMENT NO. 458 BE IT RESOLVED by the City Council of the City of New Hope as follows: 1. That bids for the construction of Sanitary Sewer Improvement No. 458 were duly opened at the New Hope City Hall, 4401 Xylon Avenue North, at 11:30 o'clock A.M. on August 24, 1990 as heretofore authorized by this Council. 2. That advertisement for bids for the construction of said improvement was published in the New Hope - Golden Valley Post, the official newspaper of the City, on the lst day of August, 1990, and in the Construction Bulletin on the 3rd and 10th days of August, 1990. 3. It is hereby found and determined by this Council that the bid of Penn Contracting for the construction of said project in the amount of $91,259 is the lowest responsible bid submitted for the construction of said improvement; that Bonestroo, Rosene, Anderlik & Associates, Inc., Engineers for the City, have recommended to this Council the said low bid for the award of the contract for the construction to the designated lowest responsible bidder. 4. The Mayor and Manager are authorized and directed to enter into an improvement contract for the construction of said improvement in the name of the City with the lowest responsible bidder, subject to the said contractor furnishing a public contractor's surety bond, conditioned as required by law. Adopted by the Council this 27th day of August, 1990. 4w��'r / Edw. J. Erickson, Mayor Attest: Valerie Leone, City Clerk CORRICK LAW OFFICES, P.A. WILLIAM J. CORRICK STEVEN A. SONDRALL, P.A. STEVEN A. SONDRALL MICHAEL R. LAFLEUR MARTIN P. MALECHA WILLIAM C. STRAIT August 1, 1990 Mr. Daniel J. Donahue City Manager City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 CORRICK & SONDRALL A PARTNERSHIP OF PROFESSIONAL CORPORATIONS LAWYERS 3811 WEST BROADWAY ROBBINSDALE, MINNESOTA 55422 TELEPHONE (612) 533-2241 FAX (612) 533-2243 RE: Project No. 458 - Sanitary Sewer Improvements Our File No. 99.64580 Dear Dan: LEGAL ASSISTANTS LAVONNE E. KESKE SHARON D. DERBY Please find enclosed a proposed Resolution Awarding Contract for the Construction of Sanitary Sewer Improvement No. 458. This Resolution is for consideration at the August 27th, 1990 Council meeting. Paragraph three of the Resolution can be amended at the Council meeting after the contractor and bid amount is determined at the August 24th bid opening. After the Council meeting we will provide an amended Resolution including the contractor and bid amount for the official City minutes and the bond transcript for this project. If you have any questions, please do not hesitate to contact me. Very truly yours, Steven A. Sondrall slW Enclosure cc: Kirk McDonald Mark Hanson Valerie L-one TABULATION OF TWO LOW BIDS OF TWO RECEIVED PROPOSAL FOR LIFT STATION NO 7 & 10 RENOVATION NEW HOPE, MN PROJECT NO. 458 FILE NO. 34115 BID OPENING 11:30 A.M., C.D.S.T., FRIDAY, AUGUST 24, 1990 I hereby certify that this is an exact reproduction of bids received. Reg.No.16722 Mark R. Rolfs,a-E. 1 PENN CONTRACTING PROPOSAL ITEM INC.____l Description Quantit Units PART I - LIFT STATION NO. 7 PART II - LIFT STATION O. 10 Unit Price Total ROMMENUMENNIM 2 GRIDOR CONSTRUCTION INC. Unit Price Total gffirmlmmm��$ 5137,580.00 $29,610.00 L.S. L.S. 53,679.00 L.S. 64,310.00 $53,679.00 $64,310.00 M40*11-10a PROPOSAL FOR LIFT STATION HO. _7& 10 RENOVATION NEW HOPE, MN PAGE 2 PROJECT NO. 458 WTTY NO. 1 PENN CONTRACTING 2 GRIDOR CONSTRUCTION PROPOSAL ITEM INC. INC.. Unit unit Description Quantity units Price Total Price Total . I TOTAL PART I LIFT STATION NO. 7 $37,580.00 $29,610-00 TOTAL PART II LIFT STATION NO. 10 53,679.00 64,310.00 TOTAL BASE BID $91,259.00 $93,920.00 1. Item Manufacturer Amount ADD/DEDUCT 2. Item Manufacturer Amount ADD/DEDUCT 3. Item Manufacturer Amount ADD/DEDUCT PROPOSAL FOR LIFT STATION NO. 7 & 10 RENOVATION NEW HOPE MN PAGE 3 PROJECT NO. 458 FILE NO. 34115 1 PENN CONTRACTING 2 GRIDOR CONSTRUCTION PROPOSAL ITEM INC. INC. Unit Unit Description Quantity Units Price Total Price Total BID BOND, CERT. CHECK, CASH DEP. FIRM 5X 5X PENN CONTRACTING GRIDOR CONSTRUCTION INC. INC. DEAN LUXENBURG HAROLD THEISEN PRESIDENT PRESIDENT 1697 PELTIER LAKE DR 1886 BERKSHIRE LANE CENTERVILLE, MN PLYMOUTH, MN 55441 55038 (612) 426 -9150 (612) 559 -3734 pffm City of New Hope 4401 Xylon Avenue No. New Hope, MN 55428 Attn: Mr. Dan Donahue Re: Lift Station No. 7 & 10 Renovation Project No. 458 Our File No. 34115 Dear Dan, James R. Maland, P.E. Kenneth P. Anderson, PE, Mark R. Rolfs, P.E. Robert C. Russek, A.I.A. Thomas E. Angus, PE. Howard A. Sanford, P.E. Daniel J. Edgerton, P.E. Mark A. Sella, P.E. Philip J. Caswell, P.E. Ismael Martinez, P.E. Mark D. Wallis, P.E. Thomas R. Anderson, A.I.A. Gary F Rylander, P.E. Miles B. Jensen, P.E. L. Phillip Gravel 111, P.E. Rene C. Plumart, A.I.A. Agnes M. Ring, A.I.C.P. Jerry D. Pertzsch, P.E. Cecilio Olivier, P.E. Charles A. Erickson Leo M. Paweisky Harlan M. Olson Bids were received Friday, August 24, 1990 for the above project. The low bid of the two bids received was from Penn Contracting, Inc. with a total base bid of $91,259.00. Listed below is a breakdown of the low bid for each lift station compared to the amount estimated in the preliminary report. Preliminary Low Bid Report Amount Lift Station No. 7 $ 57,000 $37,580 Lift Station No. 10 49,000 53,679 $106,000 $91,259 As noted, the low bid amount is less than the amount estimated in the prelim- inary report. Therefore, we recommend award of Project No. 458 to Penn Con- tracting, Inc. in the amount of $91,259. In addition, an easement is required from Chicago Cutlery for the reconstruc- tion of Lift Station No. 10. The specifications allow for the deletion of Lift Station No. 10 at a later date if the easement acquisition becomes diffi- cult. Therefore, the contract award shall include each lift station with the understanding Lift Station No. 10 maybe deleted if the required easement can't be acquired. If you have any questions, please contact this office. Yours very truly, BONETR00, ROSE E, ANDERLIK Makk" A. Hanson MAH:li 30 & ASSOCIATES, INC. r �' Otto G. Bonestroo, P.E. Keith A. Gordon, P.E. Bonestroo JA Robert W. Rosen, P.E. Richard W. Foster, P.E. Joseph C. Anderlik, P.E. Donald C. Burgardt, P.E. Marvin L. Sorvala, P.E. Jerry A. Bourdon, P.E. Rosene Richard E. Turner, P.E. Mark A. Hanson, P.E. ® James C. Olson, PE. Glenn R. Cook, P.E. Ted K. Field, P.E. Michael T. Rautmann, P.E. Thomas E. Noyes, P.E. Robert R. Pfefferle, P.E. A ssociates Robert G. Schunicht, P.E. David O. Loskota, P.E. Susan M. Eberlin, C.P.A. Thomas W. Peterson, P.E. Michael C. Lynch, P.E. Engineers & Architects August 27, 1990 City of New Hope 4401 Xylon Avenue No. New Hope, MN 55428 Attn: Mr. Dan Donahue Re: Lift Station No. 7 & 10 Renovation Project No. 458 Our File No. 34115 Dear Dan, James R. Maland, P.E. Kenneth P. Anderson, PE, Mark R. Rolfs, P.E. Robert C. Russek, A.I.A. Thomas E. Angus, PE. Howard A. Sanford, P.E. Daniel J. Edgerton, P.E. Mark A. Sella, P.E. Philip J. Caswell, P.E. Ismael Martinez, P.E. Mark D. Wallis, P.E. Thomas R. Anderson, A.I.A. Gary F Rylander, P.E. Miles B. Jensen, P.E. L. Phillip Gravel 111, P.E. Rene C. Plumart, A.I.A. Agnes M. Ring, A.I.C.P. Jerry D. Pertzsch, P.E. Cecilio Olivier, P.E. Charles A. Erickson Leo M. Paweisky Harlan M. Olson Bids were received Friday, August 24, 1990 for the above project. The low bid of the two bids received was from Penn Contracting, Inc. with a total base bid of $91,259.00. Listed below is a breakdown of the low bid for each lift station compared to the amount estimated in the preliminary report. Preliminary Low Bid Report Amount Lift Station No. 7 $ 57,000 $37,580 Lift Station No. 10 49,000 53,679 $106,000 $91,259 As noted, the low bid amount is less than the amount estimated in the prelim- inary report. Therefore, we recommend award of Project No. 458 to Penn Con- tracting, Inc. in the amount of $91,259. In addition, an easement is required from Chicago Cutlery for the reconstruc- tion of Lift Station No. 10. The specifications allow for the deletion of Lift Station No. 10 at a later date if the easement acquisition becomes diffi- cult. Therefore, the contract award shall include each lift station with the understanding Lift Station No. 10 maybe deleted if the required easement can't be acquired. If you have any questions, please contact this office. Yours very truly, BONETR00, ROSE E, ANDERLIK Makk" A. Hanson MAH:li 30 & ASSOCIATES, INC. r �' a • • • 72 In 0 • •` & • Renovatio For •> • • • ` • ,, April 2, 1990 Honorable Mayor and Council City of New Hope 4401 Xylon Avenue No, New Hope, MN 55428 Otto G. Bonestroo, P.E. Robert W. Rosene, P.E. Joseph C. Anderlik, P.E. Richard E. Turner, P.E. James C. Olson, P.E. Glenn R. Cook, P.E. Thomas E. Noyes. RE- Robert G. Schunicht, P.E. Marvin L. Sorvala, P.E. Keith A. Gordon, P.E. Richard W Foster, P.E. Donald C. Burgardt, P.E. Jerry A. Bourdon, P.E. Mark A. Hanson. PE. Ted K. Field, P.E. Michael T Rautmann, P.E. Robert R. Pfefferle, P.E. David O. Loskota, P.E. Thomas W. Peterson, P.E. Michael C. Lynch, PE. James R. Maland, PE. Kenneth P Anderson, P.E. Mark R. Rolfs, P.E. Robert C. Russek, A.I.A. Thomas E. Angus, P.E. Howard A. Sanford, P.E. Daniel J. Edgerton, P.E. Mark A. Seip P.E. Philip J. Caswell, P.E. Mark D. Wallis, P.E. Thomas R. Anderson, A.LA. Gary F Rylandec P.E. Miles B. Jensen, P.E. L. Phillip Gravel III, P.E. Charles A. Erickson Leo M. Pawelsky Harlan M. Olson Susan M. Eberlin, C.P.A. Re: Sanitary Sewer Lift Station Nos. 7 and 10 Renovation Project No. 458 File No. 34115 Dear Mayor and Council: Transmitted herewith is our report on the and 10, Project No. 458. This report covers each station and a preliminary cost estimate f We would be pleased to meet with the Council mutually convenient time to discuss any aspect Yours very truly, BONESTR00, ROSENE, ANDERLIK & ASSOCIATES, INC. -0�� k Mark R. Rolfs MRR:li RPT34115 renovation of Lift Station Nos. 7 the modifications proposed at or each. and other interested parties at a of this report. I hereby certify that this report was prepared by me or under my direct supervision and that I am a duly Registered Professional Engineer under the laws of t#e Sta a pVHinnesota. Mark A. Hanson Date: April 2, 1990 Reg. No. 14260 2335 West Highway 36 • St. Paul, Minnesota 55113 • 612- 636 -4600 SCOPE: This project provides for the renovation of Sanitary Sewer Lift Sta- tion Nos. 7 and 10. The improvements to Lift Station No. 7 are required due to the age of the pumps and the general deterioration of the lower piping. The improvements to Lift Station No. 10 are required due to the complete in- adequacy of this station and the associated high maintenance costs. FEASIBILITY AND RECOMMENDATIONS: This project is feasible from an engineering standpoint and is in accordance with the Master Utility Plan for the City of New Hope. The project as outlined herein can best be accomplished as a single contract. DISCUSSION: Lift Station No. 7 - Lift Station No. 7 is located in the northwest corner of the intersection of 40 -1/2 Avenue No. and Jordan Avenue No. as shown on Figure 1. This lift station was installed in the 1970's and is typical of the duplex submersible lift station type. The concrete structure for this station is generally in good condition. However, the piping, valves and ladder in the lower portion of this station have suffered a considerable degree of corro- sion. The ladder is missing several steps which makes entry into the station quite hazardous. The top hatch is also in relatively poor condition. The reconstruction at Lift Station No. 7 will essentially consist of replacing the pumps, valves and discharge piping up to the single force main connection. Additionally a new ladder will be installed in the station. The station will also receive a new top slab and hatch and will be adjusted to match the exist- Page 1. RPT34115 ing grade. Because the lift station is located in a residential area, a mini- mal amount of landscaping is also included. Lift Station No. 10 - Lift Station No. 10 is located in the northeast corner of the intersection of the Highway 169 frontage road and the driveway entrance to the Chicago Cutlery facility as shown on Figure 1. The lift station was installed in the 1970's and consists of a 4 foot diameter manhole containing a single submersible grinder pump. This grinder pump discharges through a 2 inch diameter force main to a gravity manhole located approximately 300 feet to the north. This lift station has been exteemely troublesome for the City's Public Works Department. Records in.�li that personnel have spent more time with failures at this lift station than at all the other lift stations com- bined. There are several reasons for this. Firstly, the station has only one pump, so if it fails the station is completely out of service. Secondly, the lift station serves only the Chicago Cutlery Facility. This facility produces a waste that contains a high amount of sludge which, in turn, contains a large percentage of metal filings. A sample of the sludge ( 1421) and of the influ- ent wastewater ( #137) was obtained and sent to a laboratory for analysis. The results of this analysis are presented in Table 1. As shown, the sludge con- tains a high concentration of iron. The_ influent wastewater appears satis- factory, but since the sludge is present and does contain a large amount of iron, it is suspected that at times the influent water must contain higher concentration of iron. For these reasons, it is recommended that this lift station be abandoned entirely and that a new duplex submersible lift station be constructed. A new 4 inch diameter ductile iron force main would be constructed from the new lift Page 2. RPT34115 station to the existing gravity manhole. The proposed lift station pumps would incorporate several design components to protect the pumps from the dam- aging influent wastewater. TABLE 1 CITY OF NEW HOPE Parameter 1421 1137 LDL Method Total Suspended Solids, mg /L 182,000 71 1 A: 160.2 Chromium, mg /L 1.600 1.3 0.007 B: 6010 Chromium, mg /Kg '-,600 15,000 2.8 B: 6010 Iron, mg /L 11,000 7.8 0.007 B: 6010 Iron, mg /Kg 61,000 94,000 2.8 B: 6010 Manganese, mg /L 88 0.05 0.007 B: 6010 Manganese, mg /Kg 480 570 2.8 B: 6010 Molybdenum, mg /L 9.5 ND 0.02 B: 6010 Molybdenum, mg /Kg 52 ND 8.3 B: 6010 Nickel, mg /L 55 0.05 0.01 B: 6010 Nickel, mg /Kg 300 606 5.5 B: 6010 Volume of sample that passed through filter, mis 2.0 140 NA - - -- Dried weight of suspended solids retained on filter, g 0.3644 0.0117 NA - - -- mg/Kg - milligrams per kilogram mg /L - milligrams per liter (parts - per - million) LDL - Lower Detectible Limit ND - Not Detected; none present above Lower Detectable Limit NA - Not Applicable Laboratory No. 4410 90 -3254 Page 3. RPT34115 Additionally, it is recommended that the City require Chicago cutlery to par- ticipate in future pump repair costs. This would provide Chicago Cutlery with an incentive to remove the iron filings from the wastewater prior to its dis- charge to the sanitary sewer. COST ESTIMATE: Cost estimates based on the recommended method of lift station reconstruction at each lift station are presented -as follows: LIFT STATION NO. 7 - Open excavation, 8' diameter MH section adjusted to ex- isting grade, new top slab and aluminum hatch, new pumps, valves, piping, ladder, landscaping and other required accessories .................. $57,000. LIFT STATION NO. 10 - Furnish and install new duplex submersible lift station and 4 inch diameter force main ................... I .................. $49,000. Total Construction $106,000 +20x Legal, Eng., Admin & Bond Interest 21.200 TOTAL ................. J........... $127,200 The total estimated project cost is $127,200 which includes contingencies and all related overhead. Overhead costs are estimated at 20I and include legal, engineering, administration, and bond interest. Page 4. RPT34115 ASSESSMENTS AND REVENUE: Costs associated with the renovation of Lift Station No. 7 are intended to be financed by the utility fund. However, a portion of the costs associated with the renovation of Lift Station No. 10 are proposed to be assessed to Chicago Cutlery because its upgrade is beyond the scope of the Lift Station Reconstruction Program in New Hope. In determining the amount to be assessed, the estimated sewer flow from Chicago Cutlery was com- pared to the estimated flow for commercial industrial property as presented in the 1979 Comprehensive Sanitary Sewer Plan. In comparing the sewer flows, Chicago Cutlery exceeds the 1979 Comprehensive Sanitary Sewer Plan flows on an average of 150X and more. Therefore, it is proposed to assess Chicago Cutlery 41X of the costs associated with the upgrade of Lift Station No. 10. The estimated assessment to Chicago Cutlery is listed below: Parcel Total Identification Owner Assessment SCIENCE INDUSTRY CENTER 2ND ADDITION Lot 1, Part of Block 1 Chicago Cutlery $ 24,108 Revenue sources to cover the cost of this project are summarized below: Project Cost Revenue Balance Sanitary Sewer No. 7 & 10 Renovation $127,200 Chicago Cutlery Assessment 24,108 $127,200 $ 24,108 $103,092 The estimated revenue required from the utility fund is $103,092. Page 5. RPT34115 COUNCIL • • Utility easements have been received from Chicago Cutlery for Improvement Project. 458 - Lift Station Nos. 7 and 10 Renovation. Our City Attorney's office has prepared standard easement documents which require acceptance by the City Council. Staff recommends adoption of the resolution. • M OTOINDJUSIVA Review: Administration: Finance: RESOLUTION NO. 90 - 200 RESOLUTION ACCEPTING EASEMENT FOR CONSTRUCTION AND MAINTENANCE OF PUBLIC IMPROVEMENT AT CHICAGO CUTLERY, INC. BE IT RESOLVED by the City Council of the City of New Hope as follows: 1. That a certain easement for construction and maintenance of public improvement for public utilities, including • new lift station, has been obtained from Chicago Cutlery, Inc., • copy of which is attached as Exhibit A. That said easement involves certain covenants and agreements on the part of the City. That acceptance of said easement is necessary for the successful construction and maintenance of the lift station and any future facilities. 2. It is hereby found and determined that this Council accepts the Easement for Construction and Maintenance of Public Improvement from Chicago Cutlery, Inc. Dated this 13th day of November , 1990. E J. Erickson, Mayor Attest: J, City Clerk EASEMENT FOR CONSTRUCTION AND MAINTENANCE OF PUBLIC IMPROVEMENT THIS INDENTURE, executed on the V�A day of Oar nj a g Ew 1990, to take effect as of September 1, 1990, between CHICAGO CUTLERY, INC., a Florida corporation (herein "First Party") And the CITY OF NEW HOPE, a Minnesota municipal corporation (herein "City"). WHEREAS, First Party is the fee owner of the following described property (herein "Property"): Lot 1, Block 1, Science Industry Center 2nd Addition, according to the plat thereof on file or of record in the office of the Registrar of Titles in and for Hennepin County, Minnesota. WHEREAS, the City is desirous of obtaining a utility easement over, under and across said Property, WITNESSETH; That the First Party in consideration of the sum of One Dollar ($1.00) and other good and valuable consideration to it in hand paid by the City, the receipt whereof is hereby acknowledged, does hereby grant, bargain and convey unto the said City, its successors and assigns, forever, a permanent easement including the full and free right and authority to enter upon the easement tract herein described below and to construct and maintain public utilities to be constructed therein. The permanent easement herein described shall continue forever as a permanent easement over, under and across said tract and the City shall have the right to make such use as is reasonably necessary and advisable in the construction, maintenance and operation of public utilities. The permanent easement herein granted is situated over, under and across a tract of land in the County of Hennepin, State of Minnesota, described as follows, to-wit: The north 25.00 feet of the west 52.01 feet of Lot 1, Block 1, Science Industry Center 2nd Addition, Hennepin County, Minnesota. The above described easement is subject to that certain drainage easement dedicated to the public on the plat of Science Industry Center 2nd Addition filed in the Office of the Hennepin County Recorder as Document No. 4024405 and in the Office of the Hennepin County Registrar of Titles as Document No. 1075062. EXHIBIT A 1 CHICAGO C TLERYJNC'* -Its PresicyentV By )2 V , 'V _l - Its 1 ,rnLeakurer STATE OF INDIANA ss COUNTY OF VIGO The foregoing was acknowledged before me this 444 day of r 1990, by ' I Z A ) tL4 A LAY Mea and the 5z�?C-5-- - 0&: �N 7-- and respectively, of CHICAGO CUTLERY, INC., a Florida corporation, on behalf of said corporation. otary Pu — 7 — ,6 - ,e ez5,4 4• ex' Z O OU,*J - 7'(/ 00 V' ' 10 This Document was Drafted by: CORRICK & SONDRALL, a Partnership of Professional Corporations 3811 West Broadway Robbinsdale, MN 55422 ( 612 ) 533-2241, a I, the undersigned, being the duly qualified and acting Clerk of the City of New Hope, Minnesota, hereby certify that the Council of said City has duly accepted the foregoing easement. Dated: City Clerk N CORRICK LAW OFFICES, P.A. WILLIAM J. CORRICK STEVEN A. SONDRALL, P.A. STEVEN A. SONDRALL MICHAEL R. LAFLEUR MARTIN P. MALECHA WILLIAM C. STRAIT October 16, 1990 Mr. Daniel J. Donahue City Manager City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 CORRICK & SONDRALL A PARTNERSHIP OF PROFESSIONAL CORPORATIONS LAWYERS 3811 WEST BROADWAY ROBBINSDALE, MINNESOTA 55422 TELEPHONE (612) S33-2241 FAX (612) 533-2243 RE: Lift Station 7 & 10 Renovation Our File No. 99.64580 LEGAL ASSISTANTS LAVONNE E. KESKE SHARON D. HOFSTAD We have received executed utility easements from Chicago Cutlery for the above-referenced project. These are standard easement documents prepared by our office and require acceptance by the City Council. By copy of this letter, I am sending the original of a Resolution Accepting the Easement to Valerie. A copy of that Resolution is enclosed. It would be appropriate to place this matter on the consent agenda. Steve will meet with Valerie after the acceptance to obtain her signature and the City seal on the originals of the easement. Please contact me if you have any questions. Sincerely, Martin P. Malecha sat Enclosures cc: Steven A. Sondrall, Esq. Valerie Leone, City Clerk COUNCIL 0 . •: Originating Department I Approved for Agenda I Agenda Section City Manager Cons Kirk McDonald 7 -22 -91 Item No. By: Management Assistant By: f 6.11 MOTION APPROVING FINAL PAY REQUEST FOR LIFT STATIONS NO. 7 AND 10 RENOVATION (IMPROVEMENT PROJECT NO. 458) This is the 4th and Final Pay Request for Lift Stations No. 7 and 10 Renovation (Improvement Project No. 458) in the amount of $7,983.45. The project has been completed according to the approved plans, specifications, and Change Order No. 1. The City Engineer recommends that the City accept the project and pay the contractor the final amount due. Staff recommends approval of a motion approving the Final Pay Request for Lift Stations No. 7 and 10 Renovation. MOTION BY TO: Review: Administration: SECOND BY UZ I Finance: June 25, 1991 City of New Hope 4401 Xylon Avenue No. New Hope, MN 55428 Attn: Mr. Kirk McDonald Re: Lift Station No. 7 & 10 Renovation Project No. 458 Our File No. 34115 Dear Kirk: Attached is the 4th and Final Pay Request for this project. We recommend the City accept this project and pay the contractor the final amount due. The project has been completed according to the plans, specifications and Change Order No. 1. I have attached a copy of the contractors IC -134 Form for the City's records. If you have any questions about this project, please call. Yours very truly, BONE TR00, ROS NE, APiDERLIK & ASSOCIATES, INC. Mar A. Hanson MAH:li Encl. cc: Roger Paulson Ltr2 2335 West Highway 36 • St. Paul, Minnesota 55113 ® 612 -636 -4600 C pn Otto G. Bonestroo, PE. Robert W. Rosene, P.E. Keith A. Gordon, P.E. Richard W. Foster, P.E. Mark R. Rolfs, P.E. Robert C. Russek, A.I.A. Rene C. Plumart, A.I.A. Agnes M. Ring, A.I.C.P. J ® Joseph C. Anderlik, P.E. Donald C. Burgardt, P.E. Thomas E. Angus, P.E. Jerry D. Pertzsch, P.E. Rosene nderlik at Marvin L. Sorvala, PE. Richard E. Turner, P.E. Glenn R. Cook, P.E. Thomas E. Noyes, P.E. Jerry A. Bourdon, P.E. Mark A. Hanson, P.E. Ted K. Field, RE, Michael T Rautmann, P.E. Howard A. Sanford, P.E. Daniel J. Edgerton, P.E. Mark A. Seip, RE. Philip J. Caswell, P.E. Cecilio Olivier, P.E. Robert R. Dreblow, P.E. Gary W Morien, P.E. Karen L. Wiemen, RE. A ssociates Robert G. Schunicht, P.E. Susan M. Eberlin, C.PA. Robert R. Pfefferle, P.E. David O. Loskota, P.E. Ismael Martinez, P.E. Mark D. Wallis, P.E. Keith R. Yapp, P.E. Charles A. Erickson Thomas W. Peterson, P.E. Thomas R. Anderson, A.I.A. Leo M. Pawelsky Engineers & Architects Michael C. Lynch, P.E. James R. Maland, P.E. Gary F. Rylander, P.E. Miles B. Jensen, P.E. Harlan M. Olson Kenneth P. Anderson, P.E. L. Phillip Gravel III, P.E. June 25, 1991 City of New Hope 4401 Xylon Avenue No. New Hope, MN 55428 Attn: Mr. Kirk McDonald Re: Lift Station No. 7 & 10 Renovation Project No. 458 Our File No. 34115 Dear Kirk: Attached is the 4th and Final Pay Request for this project. We recommend the City accept this project and pay the contractor the final amount due. The project has been completed according to the plans, specifications and Change Order No. 1. I have attached a copy of the contractors IC -134 Form for the City's records. If you have any questions about this project, please call. Yours very truly, BONE TR00, ROS NE, APiDERLIK & ASSOCIATES, INC. Mar A. Hanson MAH:li Encl. cc: Roger Paulson Ltr2 2335 West Highway 36 • St. Paul, Minnesota 55113 ® 612 -636 -4600 REQUEST FOR PAYMENT DATE: May 6, 1991 PLACE: New Hope, Minnesota PROJECT: Lift Station No. 7 & 10 Renovation PROJECT NO.: FILE NO.: 34115 CONTRACTOR: Penn Contracting, Inc. ADDRESS: 1697 Peltier Lake Drive Centerville MN 55038 REQUEST FOR PAYMENT NO.: 4 & FINAL 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 X 9. Sub -Total $ 9,510.00 10. Less Amount Paid Previously 11. AMOUNT DUE THIS REQUEST FOR PAYMENT NO.: 4 & F Recommended for Approval by: $ 91,259.00 $ 100 769.00 $ 100 769.00 $ 0.00 $ 100,769.00 $ 0.00 $ 100 769.00 $ 92 785.55 $ 7,983.45 BONESTR00, ROSENE, ANDERLIK & ASSO IATES, INC By: OWNER APPROVAL: By By Date: Approved By: PENN CONTRACTING, INC. Co ract By: 34115PR FOR PERIOD: From: Dec. 1, 1990 To: May 1, 1991 SPECIFIED CONTRACT COMPLETION DATE: November 1, 1990 PROJECT: Lift Station No. 7 & 10 Renovation PLACE: New Hope, Minnesota CONTRACTOR: Penn Contracting, Inc. Contract Item PART I - LIFT STATION NO. 7 Lift station renovation near 40� Av N & Jordan Av to incl excay., filling, site grading, concr. MH work, valves, piping, misc. metal work, electrical work, pump work, painting & etc. TOTAL PART I - LIFT STATION NO. 7 PART II - LIFT STATION NO. 10 STATEMENT OF WORK Unit Unit Price L.S. $37,580.00 PAYMENT NO.: 4 & FINAL FILE NO.: 34115 DATE: May 6, 1991 Est'd Quantity Amount Quantity To Date To Date L S 100X $37.580.00 $37,580.00 Lift station replacement near Chicago Cutlery & 169 Frontage Road to incl. concrete work, pump replacements, valves, piping, misc. metal work, electrical work, painting & etc. L.S. $53,679.00 L S 100X $53,679.00 TOTAL PART II - LIFT STATION NO. 10 $53,679.00 CHANGE ORDER NO. 1 PART A Raise couplings in both Lift Sta. No. 7 & No. 10 L.S. $760.00 1 1 $760.00 PART B Repair ex. MH adjacent to 5540 Winnetka Ave. North L.S. 6,950.00 1 1 6,950.00 PART C Remove add'l 12'x 12' concrete panel for Hennepin County L.S. $1,800.00 1 1 $1,800.00 TOTAL CHANGE ORDER NO. 1 $9,510.00 Page 1 34115PR PROJECT: Lift Station No. 7 & 10 Renovation PLACE: New Hope, Minnesota CONTRACTOR: Penn Contracting, Inc. Contract Item TOTAL PART I - LIFT STATION NO. 7 TOTAL PART II - LIFT STATION NO. 10 TOTAL CHANGE ORDER NO. 1 TOTAL WORK COMPLETED TO DATE STATEMENT OF WORK Unit Unit Price Page 2 PAYMENT NO.: 4 & FINAL FILE NO.: 34115 DATE: May 6, 1991 Est'd Quantity Amount Q uantit y To Date To Date $37,580.00 53,679.00 9,510.00 $100,769.00 34115PR PROJECT PAYMENT STATUS CITY: New Hope, Minnesota PROJECT: Lift Station 7 & 10 Renovation PROJECT NO.: 458 FILE NO.: 34115 CONTRACTOR: Penn Contracting, Inc. ORIGINAL CONTRACT AMOUNT TOTAL CHANGE ORDERS REVISED CONTRACT AMOUNT $91,259.00 $9,510.00 $100,769.00 DATE NO. CHANGE ORDER DESCRIPTION AMOUNT 10 -25 -90 1 Raise L.Sta. couplings; Repair MH; Remove concrete panel $9,510.00 2 3 TOTAL CHANGE ORDERS - ADD PROJECT PAYMENT SUMMARY: PAYMENT PERIOD NO. FROM TO 1 2 3 4 5 6 Start 10 -1 -90 11 -1 -90 12 -1 -90 9 -28 -90 10 -31 -90 11 -30 -90 5 -1 -91 TOTAL PAYMENT TO DATE RETAINAGE FOR PAYMENT NO. 4 & F TOTAL VALUE COMPLETED PAYMENT THIS VOUCHER $21,375.00 32,683.32 38,727.23 7,983.45 $100,769.00 VALUE COMPLETED $22,500.00 56,903.50 97,669.00 100,769.00 • I ## RETAINAGE $1,125.00 2,845.18 4,883.45 0.00 34115PR Form Minnesota Department of Revenue IC-1 8 ' tholding Affidavit for Contractors This affidavit must be approved by the Minnesota Department of Revenue before the State of Minnesota or any of i subdivisions can make final pay to co ntractors. JUL TL Company name Address PENN CnPJ T RACTING, INC. 1697 PELTIER LAKE DRIVE City CENTERVILIsFp MN 55038 Zip code BUS: 612-426-9150 FAX: 429 -4699 Minnesota ID number Z S(3 (, LA Month /year work began C�C� 0 Month/year work ended 3 IV Q - , \��1 Total contract amount: Telephone number ( (D i -) LA Lko - H t��O Did you have employees work on this project? If none, explain who did the work: " 0 S Project number: l Project locatio �• i Project owner: C., Address t \,k c m k V 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: 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. 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 subcontrac if I am a prime contractor, and to the contracting agency. _9_9 Amount still due: C �-' 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 a zed�epartment SvenW official 4 0 Date �.;;" JUL l6 1�1 COUNCIL 0 V 0 • Originating Department Approved for Agenda Agenda Section Finance /Admin. 8 -26 -91 Consent Larry Watts Item No. 6.6 By: By: RESOLUTION DETERMINING TOTAL COST AND DIRECTING CITY CLERK TO PREPARE ASSESSMENT ROLL FOR IMPROVEMENT PROJECT NO. 458 (LIFT STATION NOS. 7 AND 10 RENOVATION) AND PUBLISH NOTICE ESTABLISHING PUBLIC HEARING TO CONSIDER SPECIAL ASSESSMENTS TO Staff recommends adoption of the resolution establishing a public hearing on September 23, 1991. The total project cost is $116,153.45. The amount to be assessed to Chicago Cutlery is $29,890.96 over 10 years at 9% interest. MOTION BY % Sri SECOND BY l� t Review: Administration: Finance: RFA -001 CITY OF NEW HOPE RESOLUTION NO. 91 -143 RESOLUTION DETERMINING TOTAL COST AND DIRECTING CITY CLERK TO PREPARE ASSESSMENT ROLL FOR IMPROVEMENT PROJECT NO. 458 (LIFT STATION NOS. 7 AND 10 RENOVATION) AND PUBLISH NOTICE ESTABLISHING PUBLIC HEARING TO CONSIDER SPECIAL ASSESSMENTS TO BENEFITTED PROPERTY WHEREAS, the New Hope City Council did, after hearing upon notice published and mailed as required by law, on June 11, 1990 order construction of Sanitary Sewer Lift Station Improvement No. 458; and WHEREAS, on August 27, 1990, the City Council did award the contract for the construction of said improvements to Penn Contracting, 1697 Peltier Lake Drive, Centerville, MN; and WHEREAS, the City Council did direct and hereby approves and ratifies staff's action of determining expenses incurred in making the improvement; and WHEREAS, the total cost of the project is $116,153.45 and the amount to be assessed is $29,890.96 as itemized below; and WHEREAS, Minnesota Statutes Section 429.061 requires that a proposed assessment roll shall be prepared by the City Clerk with the assistance of the City Engineer and made available for public inspection, and that this Council shall consider said assessment roll at a public hearing after giving proper notice to the affected property owners. NOW, THEREFORE, BE IT RESOLVED, by the Council of the City of New Hope as follows: 1. That it is hereby determined that the total cost to be assessed is as hereinafter set forth: Total Project Cost City Share Amount To Be Assessed $116,153.45 $86,262.49 $29,890.96 2. Assessments shall be payable in equal annual installments extending over a period of 10 years, and shall bear interest at a rate of nine percent per annum from the date of the adoption of the assessment resolution. 3. That the City Clerk, with such engineering and legal assistance as shall be required, shall tabulate the entire amount to be assessed for the improvement against every assessable tract, piece or parcel benefitted by the making of such improvement, in accordance with provisions of Minnesota Statutes, and shall file a copy of such proposed assessment in the Clerk's office for public inspection. 4. That the City Clerk is directed to publish the public hearing notice in the New Hope- Golden Valley post setting a public hearing on September 23, 1991, to consider the proposed assessment roll. 5. That the City Clerk is directed to mail notice of said public hearing to all owners of benefitted property set forth in the proposed assessment roll. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 26th day of August, 1991. Mayor (-k , Attest: City Clerk NOTICE OF PUBLIC HEARING ON PROPOSED SPECIAL ASSESSMENTS FOR STREET IMPROVEMENT NO. 458 (LIFT STATION NOS. 7 AND 10 RENOVATION) City of New Hope, Minnesota 1. Notice is hereby given that the City Council of the City of New Hope, Minnesota, will meet at the City Hall, 4401 Xylon Avenue North, on Monday, the 23rd day of September, 1991 at 7:00 p.m., or as soon thereafter as the matter may be heard, to hear, consider and pass upon all written or oral objections, if any, to the proposed assessment for the public improvements of the City described in the caption and hereafter. The proposed assessment rolls are now on file in the office of the City Clerk and are open to public inspection by all persons interested. Written and oral objections, if any, to the proposed assessment will be considered at this meeting, and the Council may consider any objections to the amount of the proposed individual assessment at an adjourned meeting upon such further notice to the affected property owners as it deems advisable. 2. The general nature of the improvement was the renovation of sanitary sewer lift station nos. 7 and 10 including piping, valves, pumps, top slabs and hatches, landscaping, fittings, manholes, property services and all other appurtenant works and services reasonably required therefor in the City of New Hope, County of Hennepin, State of Minnesota, described as in No. 3 below: 3. The area proposed to be assessed is as follows: Lot 1, Block 1, Science Industry Center 2nd Addition, Hennepin County. (5420 Highway 169, PID #06- 118 -21 33 0007) 4. The total cost of the proposed assessment is $29,890.96. 5. The area proposed to be assessed for the making of the improvements stated in No. 3, above, shall include all of the lots and parcels (a) abutting the streets as platted in the plats above named, or (b) within or abutting the tracts of land described above. 6. No appeal may be taken as to the amount of any individual assessment unless a written objection signed by the affected property owner is filed with the City Clerk prior to the assessment hearing or presented to the presiding officer at the hearing. All objections to the assessment not received at the assessment hearing in the manner prescribed by M.S. Section 429.061 are waived unless the failure to object at the assessment hearing is due to a reasonable cause. 7. An owner may appeal an assessment to the District Court of Hennepin County pursuant to Minnesota Statutes, Sec. 429.081 by serving notice of the appeal upon the Mayor or Clerk of the City within 30 days after the adoption of the assessment and filing such notice with the District Court within ten days after service upon the Mayor or Clerk. 8. The City has an ordinance permitting the deferment of the levy of special assessment on a hardship basis for citizens age 65 or above, as authorized in M.S. 435.193 through 435.195. The procedure to apply for said deferment is set forth in New Hope Code Section 1.60 et al, a copy of which can be obtained from the City Clerk. 9. The notice of this hearing mailed to property owners contains additional information. BY ORDER OF CITY COUNCIL Valerie Leone, City Clerk Dated the 28th day of August, 1991. (for publication in the New Hope - Golden Valley Post September 4, 1991) Attention: Daniel Donahue Re: Lift Station No. 7 & 10 Renovation Project No. 458, Our File No. 34115 Dear Dan: Larry and I have determined the final costs for the above project. The final project cost compared to the estimated amount in the feasibility report is listed below: Feasibility Report Lift Station No. 7 Lift Station No. 10 i ', .: iii tt Ohl - .A. - ilLl $127,200.00 Final Amount $ 43,248.67 72.904.78 $116,153.45 As noted, the final amount is less than the amount estimated in the feasibility report. However, the final cost for Lift Station No. 10 exceeded the estimated amount in the feasibility report while the final cost for Lift Station No. 7 was less that the amount estimated in the feasibility report. The feasibility report proposed to assess Chicago Cutlery (Science Industry Center 2nd Addition, Lot 1 Block 1) 41% of the total cost for Lift Station No. 10. Listed below is the final assessment to Lot 1 Block 1 compared to the estimated amount. Estimated Assessment Science Industry Center 2nd Addition Lot 1 Block 1 $24,108.00 Final Assessment $29,890.96 2335 West Highway 36 St. Paul, Minnesota 55113 ® 612- 636 -4600 Otto G. Bonestroo, RE. Keith A. Gordon, P.E. Mark R. Rolfs, P.E. Rene C. Piumart, A.I.A. Bonestroo Robert W. Rosene, P.E. Richard W. Foster, P.E. Robert C. Russek, A.I.A. Agnes M. Ring, AJ.C.P. Joseph C. Anderlik, PE, Donald C. Burgardt, P.E. Thomas E. Angus, P.E. Jerry D. Pertzsch, P.E. Rosene Marvin L. Sorvala, P.E. P.E. Jerry A, Bourdon, P.E. A. Howard A. Sanford, P.E. Daniel J. Edgerton, P.E. Cecilio Olivier, P.E. Robert R. Dreblow, P.E. Richard E. Turner, Mark Hanson, P.E. Glenn R. Cook, P.E. Ted K. Field, P.E. Mark A. Seip, PE. Gary W Morien, P.E. Thomas E. Noyes, P.E. Michael T Rautmann, P.E. Philip J. Caswell, P.E. Karen L. Wiemeri, P.E. Robert G. Schunicht, P.E. Robert R. Pfefferle, RE. Ismael Martinez, P.E. Keith R. Yapp, P.E. As sociates Susan M. Eberlin, G.P.A. David O. Loskota, P.E. Mark D. Wallis, P.E. Charles A. Erickson Thomas W. Peterson, P.E. Thomas R. Anderson, A.I.A. Leo M. Pawelsky Michael C. Lynch, P.E. Gary F. Rylander, P.E. Harlan M. Olson Engineers & A James R. Maland, P.E. Miles B. Jensen, P.E. Kenneth P. Anderson, PE, L. Phillip Gravel III, P.E. July 18, 1991 'i Yr33 h �'c. City of New Hope 4401 Xylon Avenue N. New Hope, MN 55428 Attention: Daniel Donahue Re: Lift Station No. 7 & 10 Renovation Project No. 458, Our File No. 34115 Dear Dan: Larry and I have determined the final costs for the above project. The final project cost compared to the estimated amount in the feasibility report is listed below: Feasibility Report Lift Station No. 7 Lift Station No. 10 i ', .: iii tt Ohl - .A. - ilLl $127,200.00 Final Amount $ 43,248.67 72.904.78 $116,153.45 As noted, the final amount is less than the amount estimated in the feasibility report. However, the final cost for Lift Station No. 10 exceeded the estimated amount in the feasibility report while the final cost for Lift Station No. 7 was less that the amount estimated in the feasibility report. The feasibility report proposed to assess Chicago Cutlery (Science Industry Center 2nd Addition, Lot 1 Block 1) 41% of the total cost for Lift Station No. 10. Listed below is the final assessment to Lot 1 Block 1 compared to the estimated amount. Estimated Assessment Science Industry Center 2nd Addition Lot 1 Block 1 $24,108.00 Final Assessment $29,890.96 2335 West Highway 36 St. Paul, Minnesota 55113 ® 612- 636 -4600 City of New Hope Mr. Daniel Donahue Page 2 July 18, 1991 Part of the additional costs for Lift Station No. 10 were due to NSP to providing three phase power ($4,340.10). This cost was not included in the feasibility report. If you have any questions please contact this office. Yours very truly, BON STROO, ROSENE, ANDERLIK & ASSOCIATES, INC. Mar Hanson MH:lk cc: Larry Watts Kirk McDonald Steve Sondrall AFFIDAVIT OF MAILING HEARING NOTICE IMPROVEMENT PROJECT #458 SANITARY SEWER LIFT STATION NOS. 7 & 10 RENOVATION STATE OF MINNESOTA) COUNTY OF HENNEPIN) ss CITY OF NEW HOPE) I, the undersigned being the duly qualified City Clerk of the Citv of New Hobe. Minnesota. herebv attest and certifv that: On September 9, 1991, acting on behalf of said City, I deposited in the United States mail at New Hope, Minnesota, copies of the attached notice of a hearing on Improvement Project No. 458, mailed first class, with postage thereon fully prepaid, addressed to the persons at the addresses appearing opposite their respective names, list attached. There is a delivery service by United States mail between the place of mailing and the places so addressed. UY A City Clerk Subscribed and sworn to before me this day ofxf/ 19 my commission expires ' No ry'Public N o County m FAX (612) 531 \l�l — N NOTICE OF HEARING ON �•.� ASSESSMENTS FOR SANITARY SEWER LIFT STATION NOS. 7 & 10 RENOVATION IMPROVEMENT PROJECT NO. 458 TO: ADDRESS: PID #: YOUR ASSESSMENT: INTEREST RATE /TERM: Chicago Cutlery 5420 Highway 169 06- 118 -21 33 0007 $29,890.96 9% Over 10 Years TIME AND PLACE Notice is hereby given that the City Council of the City GENERAL NATURE OF of New Hope, Minnesota, will meet in the City Hall at IMPROVEMENTS: 4401 Xylon Avenue North in the City of New Hope, Minnesota, on the 23rd day of September, 1991, at 7 o'clock p.m. to consider objections to the proposed assessments for Sanitary Sewer Lift Station Improvement No. 458 heretofore ordered by the City Council. The general nature of the improvement was the renovation of sanitary sewer lift station nos. 7 and 10 including piping, valves, pumps, top slabs and hatches, landscaping, fittings, manholes, property services and all other appurtenant works and services reasonably required therefor. ASSESSMENT ROLL The proposed assessment roll is on file with the City OPEN TO Clerk and open to public inspection. INSPECTION: AREA PROPOSED TO The area proposed to be assessed consists of every lot, BE ASSESSED: piece of parcel of land benefitted by said improvement, which has been ordered made and is as follows, in the City of New Hope, Minnesota: PID NUMBERIADDRESS LEGAL DESCRIPTION 06- 118 -21 33 0007 Lot 1, Block 1, Science Industry Center 2nd Addition TOTAL AMOUNT OF The total amount proposed to be assessed is $29,890.96. PROPOSED ASSESSMENT: WRITTEN OR ORAL Written or oral objections will be considered at the OBJECTIONS: hearing. Pa e 1 Family Styled City For Family Living RIGHT OF APPEAL: An owner of property to be assessed may appeal the assessment to the district court of Hennepin County pursuant to Minnesota Statutes, Section 429.081 by serving notice of the appeal upon the Mayor or Clerk of the City within 30 days after the adoption of the assessment and filing such notice with the district court within ten days after service upon the Mayor or Clerk. LIMITATION OF No appeal may be taken as to the amount of any assessment APPEAL: adopted by the City Council unless a written objection signed by the affected property owner is filed with the Clerk prior to the assessment hearing or presented to the presiding officer at the hearing. All objections to the assessments not received at the assessment hearing in the manner prescribed by Minnesota Statutes, Section 429.061 are waived, unless the failure to object to the assessment hearing is due to a reasonable cause. DEFERMENT OF Under the provisions of Minnesota Statutes, Sections ASSESSMENTS: 435.193 to 435.195, the City may, at its discretion, defer the payment of assessments for any homestead property owned by a person 65 years of age or older for whom it would be a hardship to make the payments. The procedure for applying for such a deferment is set forth in New Hope Code 1.60 et. al., a copy of which is available upon request at the office of the City Clerk. SPECIFIC AMOUNT TO The amount to be specifically assessed against your BE ASSESSED: particular lot, piece, or parcel of land is $29,890.96. PREPAYMENT: You may prepay the entire assessment to the Finance Director or Assessment Clerk of the City until the assessment roll is certified to the County Auditor; after certification to the County Auditor, prepayments of the entire amount remaining due may be made to the Finance Director or Assessment Clerk at any time prior to November 15 of any year, provided that the installment and interest in process of collection on the current tax list shall be paid to the County Treasurer and the remaining principal balance shall be paid to the City Finance Director or Assessment Clerk. NO PARTIAL The City Council has not authorized the partial PREPAYMENT: prepayment of assessments prior to certification of the assessment or the first installment thereof to the County Auditor. Page 2 PREPAYMENT WITHOUT No interest shall be charged if the entire assessment is INTEREST, OR WITH paid within 30 days from the adoption of the assessment INTEREST TO END OF roll. At any time prior to Novembe'P of any year, the YEAR: owner may prepay to the Finance Director or Assessment Clerk the whole assessment remaining due with interest accrued to December 31 of the year in which the prepayment is made, provided that the installment and interest in process of collection on the current tax list shall be paid to the County Treasurer and the remaining principal balance shall be paid to the City Finance Director or Assessment Clerk. INTEREST RATE: If the assessment is not prepaid within 30 days from the adoption of the assessment roll, interest will accrue on the assessment at the rate of 9 %. Interest accrues from the date to be specified in the resolution levying the assessment, but not earlier than the date of such resolution. Dated: September 9. 1991 BY ORDER OF THE CITY COUNCIL L � Valerie Leone, C'ty Clerk Page 3 'i • ©� Y 1 4401 Xylon Avenue North New Hope, Minnesota 55428 E 06- 118 -21 33 0007 CHICAGO CUTLERY CO. CONSUMER PRODUCTS INC. 5420 HIGHWAY 169 NEW HOPE MN 55428 COUNCIL The public hearing to consider the assessment on the Lift Stations No. 7 and No. 10 Renovation Project (Improvement Project No. 458) will be held at the September 23rd Council meeting. The enclosed resolution adopts the assessment roll for the project. The final project cost compared to the estimated amount in the feasibility report is listed below: Feasibility Final Report Amount Lift Station No. 7 $ 68,400 $ 43,248.67 Lift Station No. 10 58,800 72,904.78 TOTAL $127 $116,153.45 The final total amount is less than estimated, however, the cost for Lift Station No. 10 exceeded the estimated amount and cost for Lift Station No. 7 was less than the estimated amount. Chicago Cutlery is being assessed for 41% of the total cost for the Lift Station No. 10 renovation (the same percentage proposed in the feasibility report). Due to the fact that the Lift Station No. 10 renovation exceeded the estimated cost, the final assessment of $29,890.96 exceeds the original estimated assessment of $24,108.00. A portion of the additional costs for Lift Station No. 10 were due to NSP providing three phase power ($4,340), as this cost was not included in the feasibility report. Staff recommends approval of the Resolution Adopting Assessment for Improvement Project No. 458. • • M Review: Administration: Finance: RFA -001 CORRICK LAW OFFICES, PA. WILLIAM J. CORRICK STEVEN A. SONDRALL, PA. STEVEN A.SONDRALL MICHEAL R. LAFLEUR MARTIN P. MALEOHA WILLIAM C. STRAIT CORMCK & SONDRALL A PARTNERSHIP OF PROFESSIONAL CORPORATIONS LAwYERs Edinburgh Executive Office Plaza 8525 Edinbrook Crossing Suite #203 Brooklyn Park, Minnesota 55443 TELEPHONE (612) 425-5671 FAX (612) 426-5867 Valerie Leone City Clerk City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 RE: Project No. 458/Lift Station Nos. 7 & 10 Renovation Our File No: 99.64580 LEGAL ASSISTANTS LAVONNE E. KESKE SHARON D. DERBY The public hearing to consider the assessment on the referenced project is scheduled for September 23rd, 1991. Please find enclosed a Resolution Adopting the Assessment for consideration at the September 23rd Council meeting. Please note that the assessment roll should be attached to the V Resolution for the Council's review at said meeting. It is also my understanding that you will handle the certification process of the assessment roll after it is adopted by the Council with the County. Please forward to me two certified copies of this Y Resolution after it is adopted and copies of the certification V process to the County when it is completed. Fu . 4, Contact me if you have any questions. Very truly yours, n7w cc: Daniel J. Donahue, City Manager Kirk McDonald, Management Asst. Larry Watts, Finance Director RESOLUTION NO. 91-160 RESOLUTION ADOPTING ASSESSMENT FOR IMPROVEMENT PROJECT NO. 458 (LIFT STATION NOS. 7 AND 10 RENOVATION) WHEREAS, pursuant to notice duly given as required by law, the City Council has met, heard and passed upon all objections to the proposed assessment for Improvement Project No. 458, and has amended such proposed assessment as it deems just; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of New Hope as follows: 1. Such proposed assessment, a copy of which is attached hereto and made a part hereof is hereby accepted and shall constitute the special assessment against the lands named therein, and each tract of land therein is hereby found to be benefited by the proposed improvement. 2. Such assessments shall be as follows: a. The assessments shall be payable in equal annual installments extending over a period of ten (10) years, the first of said installments to be payable with general taxes for the year 1992, collectible with such taxes during the year 1992. b. To the first installment shall be added interest at the rate of nine (9%) percent per annum on the entire principal amount of the assessment from the date of this resolution until December 31 of the year in which such installment is payable. To each subsequent installment, when due there shall be added interest for one year at said rate on the unpaid principal amount of the assessment. C. The owner of any property so assessed may at any time prior to the certification of the assessment or the first installment thereof to the County Auditor, pay the whole of the principal amount of the assessment on such property with interest accrued to the date of payment to the City Finance Director or Assessment Clerk, except that no interest shall be charged if the entire assessment is paid within 30 days from the date hereof; and such property owner may at any time prior to November 15 of any year pay to the County Auditor the entire principal amount of the assessment remaining due with interest accrued to December 31 of the year in which said payment is made. 3. The City Clerk shall forthwith transmit a certified duplicate copy of this assessment to the County Auditor to be extended on the tax list of the County. 1991. Adopted by the City Council t Attest: Valerie Leone, City Clerk his 2 day of September C� �rJ K = dw. . J r`i ckson , Mayor 4401 Xylon Avenue North New Hope. Minnesota 55428 Phone: 531 -5 FAX - 6 -' _ 5 _ _ - ""ASSESSMENTS NOTICE OF HEARING ON �••.— FOR SANITARY SEWER LIFT STATION NOS. 7 & 10 RENOVATION IMPROVEMENT PROJECT NO. 458 TO: ADDRESS: PID #: YOUR ASSESSMENT: INTEREST RATE /TERM: Chicago Cutlery 5420 Highway 169 06- 118 -21 33 0007 $29,890.96 9% Over 10 Years TIME AND PLACE Notice is hereby given that the City Council of the City GENERAL NATURE OF of New Hope, Minnesota, will meet in the City Hall at IMPROVEMENTS: 4401 Xylon Avenue North in the City of New Hope, Minnesota, on the 23rd day of September, 1991, at 7 o'clock p.m. to consider objections to the proposed assessments for Sanitary Sewer Lift Station Improvement No. 458 heretofore ordered by the City Council. The general nature of the improvement was the renovation of sanitary sewer lift station nos. 7 and 10 including piping, valves, pumps, top slabs and hatches, landscaping, fittings, manholes, property services and all other appurtenant works and services reasonably required therefor. ASSESSMENT ROLL The proposed assessment roll is on file with the City OPEN TO Clerk and open to public inspection. INSPECTION: AREA PROPOSED TO The area proposed to be assessed consists of every lot, BE ASSESSED: piece of parcel of land benefitted by said improvement, which has been ordered made and is as follows, in the City of New Hope, Minnesota: PID NUMBERIADDRESS LEGAL DESCRIPTION 06- 118 -21 33 0007 Lot 1, Block 1, Science Industry Center 2nd Addition TOTAL AMOUNT OF The total amount proposed to be assessed is $29,890.96. PROPOSED ASSESSMENT: WRITTEN OR ORAL Written or oral objections will be considered at the OBJECTIONS: hearing. Pa e 1 Family Styled City For Family Living RIGHT OF APPEAL: An owner of property to be assessed may appeal the assessment to the district court of Hennepin County pursuant to Minnesota Statutes, Section 429.081 by serving notice of the appeal upon the Mayor or Clerk of the City within 30 days after the adoption of the assessment and filing such notice with the district court within ten days after service upon the Mayor or Clerk. LIMITATION OF No appeal may be taken as to the amount of any assessment APPEAL: adopted by the City Council unless a written objection signed by the affected property owner is filed with the Clerk prior to the assessment hearing or presented to the presiding officer at the hearing. All objections to the assessments not received at the assessment hearing in the manner prescribed by Minnesota Statutes, Section 429.061 are waived, unless the failure to object to the assessment hearing is due to a reasonable cause. DEFERMENT OF Under the provisions of Minnesota Statutes, Sections ASSESSMENTS: 435.193 to 435.195, the City may, at its discretion, defer the payment of assessments for any homestead property owned by a person 65 years of age or older for whom it would be a hardship to make the payments. The procedure for applying for such a deferment is set forth in New Hope Code 1.60 et. al., a copy of which is available upon request at the office of the City Clerk. SPECIFIC AMOUNT TO The amount to be specifically assessed against your BE ASSESSED: particular lot, piece, or parcel of land is $29,890.96. PREPAYMENT: You may prepay the entire assessment to the Finance Director or Assessment Clerk of the City until the assessment roll is certified to the County Auditor; after certification to the County Auditor, prepayments of the entire amount remaining due may be made to the Finance Director or Assessment Clerk at any time prior to November 15 of any year, provided that the installment and interest in process of collection on the current tax list shall be paid to the County Treasurer and the remaining principal balance shall be paid to the City Finance Director or Assessment Clerk. NO PARTIAL The City Council has not authorized the partial PREPAYMENT: prepayment of assessments prior to certification of the assessment or the first installment thereof to the County Auditor. Page 2 PREPAYMENT WITHOUT No interest shall be charged if the entire assessment is INTEREST, OR WITH paid within 30 days from the adoption of the assessment INTEREST TO END OF roll. At any time prior to November of any year, the YEAR: owner may prepay to the Finance Director or Assessment Clerk the whole assessment remaining due with interest accrued to December 31 of the year in which the prepayment is made,, provided that the installment and interest in process of collection on the current tax list shall be paid to the County Treasurer and the remaining principal balance shall be paid to the City Finance Director or Assessment Clerk. INTEREST RATE: If the assessment is not prepaid within 30 days from the adoption of the assessment roll, interest will accrue on the assessment at the rate of 9 %. Interest accrues from the date to be specified in the resolution levying the assessment, but not earlier than the date of such resolution. Dated: September 9. 1991 BY ORDER OF THE CITY COUNCIL Valerie Leone7, CYty Clerk Page 3 B one t Otto G, Bonestroo, PE. Robert W Rosene, PE. Keith A. Gordon. PE. Richard W Foster, PE, Mark R. RoIH. PE. Robert C. Russek, A.I.A. Rene C. Plumart. A I A Agnes M. Ring. A ICY roo Joseph C. Anderlik. PE. Donald C. Surgardt. PE Thomas E. Angus, PE. Jerry D. Pertzsch. PE Rosene Marvin L. Sorvala, PE. Jerry A. Bourdon. PE. Howard A. Sanford. PE Ceolio Olivier, PE, Richard E. Turner, PE. Mark A. Hanson, PE. Daniel J. Edgerton, P.E. Robert R. Dreblow. PE ® Anderl & Glenn R. Cook, PE. Thomas E Noyes, PE Ted K. Field, PE. Michael T Rautmann, PE. Mark A. Seip, PE, Philip J Caswell. PE. Gary W Moren, PE Karen L. Wiemen. PE Robert G. Schunicht, PE. Robert R. Pfefferle, PE. Ismael Martinez, PE. Keith R. Yapp, PE. c ♦ c Ass ®��� Susan M. Eberiin. CPA David O. Loskota. PE Mark D Wallis, PE. Charles A. Erickson {.e l Thomas W Peterson, PE. Thomas R. Anderson. A.I.A. Leo M. Pawelsky Michael C. Lynch. PE. Gary F Rylander, PE. Harlan M. Olson Engineers & Architects James R. Maland. P.E Miles S. Jensen, PE. Kenneth P Anderson, PE, L Phillip Gravel III, P.E. July 18, 1991 City of New Hope 4 1 1' �U r 4401 Xylon Avenue N. New Hope, MN 55428 Attention: Daniel Donahue Re: Lift Station No. 7 & 10 Renovation Project No. 458, Our File No. 34115 Dear Dan: Larry and I have determined the final costs for the above project. The final project cost compared to the estimated amount in the feasibility report is listed below: Feasibility Report Lift Station No. 7 Lift Station No. 10 TOTAL $ 68,400.00 58,800.00 $127,200.00 Final Amount $ 43,248.67 72,904.78 $116,153.45 As noted, the final amount is less than the amount estimated in the feasibility report. However, the final cost for Lift Station No. 10 exceeded the estimated amount in the feasibility report while the final cost for Lift Station No. 7 was less that the amount estimated in the feasibility report. The feasibility report proposed to assess Chicago Cutlery (Science Industry Center 2nd Addition, Lot 1 Block 1) 41% of the total cost for Lift Station No. 10. Listed below is the final assessment to Lot 1 Block 1 compared to the estimated amount. Estimated Assessment Science Industry Center 2nd Addition Lot 1 Block 1 $24,108.00 Final Assessment $29,890.96 2335 West Highway 36 • St. Paul, Minnesota SS113 • 612- 636 -4600 0 City of New Hope Mr. Daniel Donahue Page 2 July 18, 1991 Part of the additional costs for Lift Station No. 10 were due to NSP to providing three phase power ($4,340.10). This cost was not included in the feasibility report. If you have any questions please contact this office. Yours very truly, BONF,STROO, ROSENE, ANDERLIK & ASSOCIATES, INC. ,N" Mark Hanson MH:lk cc: Larry Watts Kirk McDonald Steve Sondrall TUE, SEP 17, 1991, 2:13 PM PROPOSED ASSESSMENT ROLLS FOR IMP PROJ #458 S/A # PROPERTY ID ADDN # S/A ASSESSED AMT ------------------------------------------------------ 012230 06- 118 -21 -33 -0007 62427 29,890.96 29,890.96* PAGE i I& 1_1s e Cl l- ,�._ 10 +!lid x.1�341 .1 •.7c «i s�► i Originating Department Approved for Agenda Agenda Section Consent Manager 11 -13 -90 Dan Donahue Item No. By: By: 6.11 RESOLUTION APPROVING CHANGE O PER NO. 1 ON PROJECT 458 (LIFT STATION NOS. 7 AND 10 RENOVATION) WITH PENN CONTRACTING IN THE AMOUNT OF $9 There are three items in this change order. The first is for $760 and is for an extension of a pipe which allows for faster coupling to an emergency pump in the event of a lift station failure. The second and third items are not related to this project. Hennepin County ordered the City to make emergency repairs in front of 5540 Winnetka Avenue due to a collapsed city -owned manhole in the County road. The work here has already been done. Funding will come from surplus in Road and Bridge Fund. MOTION BY 4,- 1 1 SECOND BY TO: 0.1L. � - / .6 r 7 L _ C.L z Review: Administration: Finance: fly�1I1j CITY OF NEW HOPE RESOLUTION NO. 90 -201 RESOLUTION APPROVING CHANGE ORDER NO. 1 FOR IMPROVEMENT PROJECT NO. 458 (LIFT STATION NOS. 7 AND 10 RENOVATION) WITH PENN CONTRACTING IN THE AMOUNT OF $9,510 WHEREAS, the City of New Hope authorized on August 27, 1990, Improvement Project No. 458, for the contractual sum of $91,259; and WHEREAS, change order no. 1 consists of A) installation of pipe extensions in Lift Station No. 7 and No. 10 to raise quick disconnect couplings as requested by Public Works ($760), B) repair of an existing manhole at 5540 Winnetka Avenue to include necessary road repair as agreed to by Hennepin County and New Hope Public Works ($6,950), and C) repair of an additional section of road way as requested by Hennepin County ($1,800). WHEREAS, Hennepin County will reimburse the City for work included in Item C. NOW, THEREFORE, BE IT RESOLVED, that the City Council of the City of New Hope approves change order no. 1 to the contract with Penn Contracting in the amount of $9,510 as part of Improvement Project No. 458 which brings the total contract to $100,769. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 13th day of November, 1990. ayor Attest: City Clerk i November 1, 1990 City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 Attn: Mr. Daniel J. Donahue Otto G. Bonestroo, P.E. Robert W. Rosene, P.E. Joseph C. Anderlik, P.E. Marvin L. Sorvala, P.E. Richard E. Turner, P.E. James C. Olson, P.E. Glenn R. Cook, P.E. Thomas E. Noyes, P.E. Robert G. Schunicht, P.E. Susan M. Eberlin, C.P.A. Re: Lift Station No. 7 & 10 Renovation Project No. 458 Our File No. 34115 Dear Mr. Donahue: Keith A. Gordon, P.E. Richard W. Foster, P.E. Donald C. Burgardt, P.E. Jerry A. Bourdon, PE. Mark A. Hanson, P.E. Ted K. Field, P.E. Michael T Rautmann, P. E. Robert R. Pfefferle, P.E. David O. Loskota, P.E. Thomas W. Peterson, P.E. Michael C. Lynch, P.E. James R. Maland, P.E. Kenneth P. Anderson, P.E. Mark R. Rolfs, PE. Robert C. Russek, A.I.A. Thomas E. Angus, P.E. Howard A. Sanford, P.E. Daniel J. Edgerton, PE. Mark A. Seip, P.E. Philip J. Caswell, P.E. Ismael Martinez, P.E. Mark D. Wallis, P.E. Thomas R. Anderson, A.I.A. Gary F. Rylander, P.E. Miles B. Jensen, P.E. L. Phillip Gravel III, P.E. Rene C. Plumart, A.I.A. Agnes M. Ring, A.I.C.P. Jerry D. Pertzsch, P.E. Cecilio Olivier, PE. Charles A. Erickson Leo M. Pawelsky Harlan M. Olson Attached is Change Order No. 1 for the Lift Station No. 7 & 10 project. The following items are included in this change order: Item A: Install pipe extensions in Lift Station No. 7 and No. 10 to raise quick disconnect couplings as requested by Public Works ($760). Item B: Repair an existing manhole at 5540 Winnetka Avenue to include necessary road repair as agreed to by Hennepin County and New Hope Public Works ($6950). Item C: Repair an additional section of road way as requested by Hennepin County ($1800). Item C is additional work requested by Hennepin County and they have agreed to reimburse the city for this work. Item B is the city's responsibility. We recommend approval of Change Order No. 1 in the amount of $9510. If you have any questions on this Change Order No. 1 please call. Yours very truly, Enclosure 34134115/ �s =; ��� 4401 Xylon Avenue North New Hope, Minnesota 55428 Phone: 533 -1521 November 16, 1990 Penn Contracting Inc 1697 Peltier Lake Drive Centerville, MN 55038 SUBJECT: CHANGE ORDER #1 - IMPROVEMENT PROJECT 458 LIFT STATION NOS. 7 & 10 RENOVATION Enclosed are two fully executed copies of the above - referenced Change Order for your records. Please forward one copy to your bonding company. If you have any questions, please contact me. Sincerely, Valerie Leone City Clerk enc. cc: City Engineer Family Styled City For Family Living