Loading...
Imp. Proj. #456Driveway Design, Inc. CONTRACTOR _ $285,135.20 TOTAL BASE BID ADDENDUM NO. 2 COMMUNITY CENTER PARKING LOT IMPROVEMENTS CITY PROJECT NO. 456 FILE NO. 34114 NEW HOPE, MINNESOTA March 7, 1990 OPENING TIME: 10:30 A.M., C.S.T. OPENING DATE: Monday, March 12, 1990 ADDENDUM NO. 2 PROPOSAL: 1.) The estimated quantity for bidding purposes for 2" flexible PVC con- duit Schedule 80 w /rope (Part I) - Parking Lot A shall be changed from 600' to 1,200 2.) Class 5 crushed concrete base shall be considered an equal for Class 5 100X crushed aggregate base. BONESTR00, ROSENE, ANDERLIK & ASSOCS., INC. 2335 W. Trunk Highway 36 St. Paul, MN 55113 ADDENDUM CONTD005 Driveway Design, Inc. CONTRACTOR $285,135.20 TOTAL BASE BID ADDENDUM NO. 1 COMMUNITY CENTER PARKING LOT IMPROVEMENTS CITY PROJECT NO. 456 FILE NO. 34114 NEW HOPE, MINNESOTA March 2, 1990 OPENING TIME: 11:30 A.M., C.S.T. OPENING DATE: Thursday, Mar. 8, 1990 ADDENDUM NO. 1 BID DATE: The bid time has been changed to Monday, March 12, 1990, 10:30 A.M., C.S.T. The contract award will still be considered at the March 12, 1990 Council Meeting. The contractor shall still assume an early start date of March 19, 1990. PROPOSAL: The following pay items shall be added to Part I - Parking Lot A of the bid proposal and incorporated in the total base bid. 35 Lin.ft. Brick retaining wall w /foundation & footing (Plate SP -112A) @ One Hundred Twelve DOLLARS No CENTS $ 112.00 /lin.ft. $ 3,920.00 1,200 Lin.ft. Furnish & install 2" flexible PVC conduit Schedule 80 w /rope @ Two DOLLARS Fifty CENTS $ 2.50 /lin.ft. $ 3,000.00 4,020 Ton Cl. 5 10OZ crushed aggregate base in lieu of Cl. 5 aggregate base @ One DOLLARS No CENTS $ 1.00 /ton $ 4,020.00 Page 4 of the bid proposal. It was intended that "dbl luminar" stated with "Modular block retaining wall" be incorporated with the next pay item to read as follows: 1 Each Parking lot lighting unit (dbl. luminar) @ DOLLARS CENTS $ /each $ SPECIAL PROVISIONS 25. BRICK RETAINING WALL: The brick retaining wall is intended to replace the modular block retaining wall specified immediately west of the bathhouse. The brick retaining wall shall be constructed in accordance with the attached detail Plate (SP- 112A). Payment shall be at the bid unit price per lineal foot including footing, foundation, brick and all miscellaneous items associated with the construction. F ;1034�0111114� MW CONTD005 26. PVC FLEXIBLE CONDUIT: The contractor is required to install a 2" PVC flexible conduit (Schedule 80) between the City Hall and the proposed new fire station located immediately south of the swimming pool. The alignment is basically along the east side of the swimming pool to the southeast corner of City Hall. Payment shall be at the bid unit price per lineal foot and shall include all costs associated with its installation. Restoration on the surface shall be paid at the bid unit price for the type of restoration required. The 2" PVC conduit shall be manufactured by Carlon Co. Catalogue No. 11811 or equal. 27. CLASS 5 100X CRUSHED AGGREGATE BASE: Due to the accelerated construction schedule and the potential for wet weather, the contractor shall provide a price increase per ton for Class 5 100X crushed aggregate base in lieu of Class 5 aggregate base. The bid price per ton included in ADDENDUM NO. 1 shall include the increased cost for Class 5 100X crushed in lieu of Class 5. 28. BRIC PAVER: The brick paver shall be Endicott Brick, Lehigh Brick or equal. materials The color of the brick paver shall be at the owners discretion and available not comparable to the new bathhouse. 29. SOIL BORINGS: The Owner has had soil borings taken at selected locations which are attached to this addendum. The boring locations, method of boring and information obtained from the borings were based upon design considerations. The information was not obtained nor intended for the purposes of analyzing construction methods, making progress estimates, or evaluating other constructability concerns. It is the contractor's duty to explore, test, and analyze the subsurface conditions with regard to the constructability factors that may affect work to the extent and in the manner he believes is appropriate to the nature of the work. However, to the extent that the soil boring information obtained by the Owner benefits the bidders by supplementing their own site investigation information, it is provided as a separate document. Information provided concerning soil conditions is subject to the warranty and "limitations of investigation" of the soil investigation report. BONESTR00, ROSENE, ANDERLIK & ASSOCS., INC. 2335 W. Trunk Highway 36 St. Paul, MN 55113 ADDENDUM Al -2 CONTD005 is It Bond Beam With I-No.5. Grout Solid. 8 it Conc. Block- With Golv. Joint Reinf. Every f%.& L:Ijffz- 0 Class 5 Aggregate Base �11. U011"WROIL71, OM f1clit"IMIFTUM Scale: I'al, ALLIED TEST DRILLING COMPANY A D 4000 BEAU D'RUE DRIVE EAGAN, MN 55122 Exploration - Evaluation - Foundation Engineering (612) 452-6913 . February 1990 Mr Phi "L Gr , P E Eone.-troo Il'osene Anderlik & Assoc Inc 2 3 35 West Highway 36 R "" S-11' I Investigation Proposed Parking Lot Expansilon rl I , New Hope ,, I " - y H a 11 New Hope, �",nne.sota City Project 456 I - i e c t 9 0 021 As per your authorization we have performed two power f light auger borings in the above referenced vicinity. Owing to the simplicity of the project, please accept this letter and at- tachments as our report. We understand that the purpose of the work was to determine soil profiles in the vicinity of proposed parking lot expansion for the New Hope City Hall. Upon this data you will make your own de- clsion as to necessary sub cut , design values, etc. Boring locations and elevation-, are as per your determination and staking. Enclosed are logs of the borings. Method of investiga- tion, soil classification system, a boring log key, limitations of soil investigations, etc, are as per other projects we have performed for you in the recent past. The borings indicate considerable variation in Soils in upper zones, probably the result of landscaping in this area. Fill material is present at Boring I to 2 of depth, with topsoil buried from 2' to 3'. Boring 2 indicates no topsoil, in favor of what appears to be 1' of sand fill. However, it should be pointed out that the upper 2'+ of both borings was frozen, making sampling somewhat difficult. In both borings, basal soil is at first clay loam, A true clay, rather gritty, is present at depth in Boring 1. (3ravel contents are usually low. Moisture levels are normal to -somewhat over- optimum. 3roundwater was encountered in Boring 1 at 5. 8' . Boring 2 met with refusal at 7', probably due to encountering a boulder. As per your advice, we did not pursue this further. Ar Phil GraveL, FE 28 February 090 Vage We are essentially passing on this information without an intense degree of analysis or additional recommendations. However, it should be pointed out that the upper fill and organic soils as nubgrade could be unsuitable for pavement support. An invoice for our services is enclosed. Kindly examine and, if atinwable, forward to the City of New Hope together with your recommendations as to payment. 1 hope this provides you the information you are seeking, If you or anyone Rise has any questions on this or any other matter, or Af we can be of service in any additional capacity, do not hesi- tate to nontact us at your convenience. sincerely, ALLIED TEST DR) PKING COMPANY Patrick Presider " =)1 " in PE es. enclosures r XYlon Ave N t City Hall C i 'I All `W a N Q O rn U O S4 a r OC a a A � e v a 0 s�. cn +J 0 +J 2 0 2 0 O . ] v1 H N N ®O � � ® 0 � p4 C tU 2 O d H H O ® C4 t O �u X PQ H v ,O2 U . 'CJ o � . Ln U) r� II O i 0 �4 Q4 N Q O rn U O S4 a r iiiiiiiiiii IIIIIIIIIIIIq 11111!111 1111111111 111 111 Brown Clay Loam (CL) W/ tr gravel mo i s t to v moist, w/ occ red 7 iron stain 10- w/ a little 'Gravel 11- mottled Em nkmw AM= 12�. IIEU Bore hole backfilled with na- tive cuttings on 28 February 1990 EFE WATER LEVEL MEASUREMENTS SAMPLED CASING �'AVE-IN DRILLING WATER ATE TIME DEPTH - DEPTH DEPTH MUD LEVEL LEVEL Feb 3: 00 1 , 0 10: 45 -- 12'10" 5'10" Crew Chief: G Eagles Method'S" Power Flight Auger Baring ComPleted: 27 February 1990 Proposed Parking Lot Expansion - ftew hope City hall PROJECT: 30o - 4401 Xylon Avenue North, New Hope, Minnesota LOG OF BORING NO: I & OTHER TESTS DESCRI P*nON AN D C LASSI FICATION F z i rnp j =T'. wnq Ok Brown Loam (ML) gravel when thawe FA Lt Blue-gray Clay Loam (CL) FA w/ tr gravel stains ytnic-t to v moist. w/ red iron j Brown Clay Loam (CL) W/ tr gravel mo i s t to v moist, w/ occ red 7 iron stain 10- w/ a little 'Gravel 11- mottled Em nkmw AM= 12�. IIEU Bore hole backfilled with na- tive cuttings on 28 February 1990 EFE WATER LEVEL MEASUREMENTS SAMPLED CASING �'AVE-IN DRILLING WATER ATE TIME DEPTH - DEPTH DEPTH MUD LEVEL LEVEL Feb 3: 00 1 , 0 10: 45 -- 12'10" 5'10" Crew Chief: G Eagles Method'S" Power Flight Auger Baring ComPleted: 27 February 1990 ALLIED TEST DRILLING COMPANY I WATER LEVEL MEASUREMENTS DATE TIME SAMPLED CASING �.AWIN DRILLING WATER DEPTH DE PTH DEPTH INUD LEVEL LEVEL 7 Feb 7 a l still Ln qrot Crew Chief: . . . . a F'a In I I- c; Method- 5" Power Flight Auger Boring Completed: 27 February 199Q - Proposed Parking Lot Expansion New Hope City Hall PROJECT. S= l - 4401 Xvlon Avenue North- New Hope. Minnesota LOG OF BORING NO: DEPTH SURFACE ELEVATION: 917.0 SAMPLE LAS A OTHER TESTS IN GEOL Y OG N WB ��j -- _ ­ FEET DESCRIPTION AND CLASSIFICATION TYPE R W DEN R.L. it Brown Loamy Sand (SM) - W/ some gravel w/ organic traces F A F z moist when tF�awed Gray-brown Clay Loam (CL) 2 FA 2 w/ a little gravel Fz moist to v moist when thawed) 3 FA 3 lue-gray Clay Loam (CL) w/ a little gravel 4 moist to v moist 4 FA Gray 3 moist ' very gritty 5 FA moist to v moist 7� Refusal - End of Boring I WATER LEVEL MEASUREMENTS DATE TIME SAMPLED CASING �.AWIN DRILLING WATER DEPTH DE PTH DEPTH INUD LEVEL LEVEL 7 Feb 7 a l still Ln qrot Crew Chief: . . . . a F'a In I I- c; Method- 5" Power Flight Auger Boring Completed: 27 February 199Q - PROJECT: Boring Log Key W LOG • BORING NO: LAB A OTHER TESTS E Fq 3- -1— 11 1 1 Visual Classification of Soil 4- According to Unified Soil Origin Classification Symbol Shown of Soil 5- in Parentheses Is Is 17 Is 0 II ALiquid Limit Plastic Limit Dry Density of Soil in Pounds Per Cubic Foot Moisture Content of Soil as a Percent of Dry Soil Weight Length of Soil fin Inches) Recovered in Split Spoon Sample ndicates Type of Sample: SS = Split Spoon FA = Flight Auger N = None EIE WATER LEVEL MEASUREMENTS DRILLING DATA Crew Chief Method: Number of 7- Hammer Blows to Drive 8- Split Spoon One Foot 9- (dual values indicate each 6 increment) 10- Indicates By 11- Y = Yes N = No 12� if Soil is Water Bearing 13 % Water Level 141 Is Is 17 Is 0 II ALiquid Limit Plastic Limit Dry Density of Soil in Pounds Per Cubic Foot Moisture Content of Soil as a Percent of Dry Soil Weight Length of Soil fin Inches) Recovered in Split Spoon Sample ndicates Type of Sample: SS = Split Spoon FA = Flight Auger N = None EIE WATER LEVEL MEASUREMENTS DRILLING DATA Crew Chief Method: ALLIED TEST DRILLING COMPANY Attachment to Soils 9epart METHOD OF INVESTIGATION AUGER SWINGS Method of g Unless otherwise specified, per- Formed except, instances, drilling (a general indication of inplace compaction). Soils classified by apersonnel ani r -L Cn order establish possible occurance of ground- Aowever, ricus meteorological and geological influences which occur over a large area and time.spen and which can affect the site, an accurate measurement of the highest annual ground- water or range in Fluctuations thereof usually cannot be determined in the time frame and scope allowed for most investigations. - erved wate groundwater Attachment to Soil Investigation Report CLAY 100% Vl TEXTURAL CLASSIFICATION OF SOILS ev from: Mn/OOT Grading & ease Manuel Figure 6 5-692.603 Note: The term "Loam" refers to a particular mixture of sand, silt, and less than 20% clay. Adjectives describe the predominating material(s) in a loam. AASHTO Gradation specifications: Gravel 2.Dmm+ Sand 0.074 - 2.0 mm Silt 0.005 - 0.074 mm Clay less than 0.005 mm Q� 0 0 014 O 6 ALLIED TEST DRILLING UNIFIED SOIL CLASSIFICATION SYSTEM (ASTM D -24$7) (MAJOR DIVISION, SYMBOL C7 Cn z ..a H GRAVELS > LESS THAN H 50% U) PASSING O #4 SIEVE 0 GREATER N LESS THA Hm THAN C7 Cn z ..a H SILTS H (!) AND O cn CLAYS a SANDS Ca LIQUID wa° GREATER LESS THA Hm THAN az 50% PASSING W E-+ #4 SIEVE uo SILTS aU) AND <U) CLAYS Ow LIQUID U-1 LIMIT DESCRIPTIONS SW WELL- GRADED SANDS, GRAVELLY SANDS, LITTLE OR N O FINES SP POORLY - GRADED SANDS, GRAVELLY SANDS, LITTLE OR NO FINES SM I SILTY SANDS, SAND -SILT MIXTURES CH I INORGANIC CLAYS OF HIGH PLASTICITY, FAT CLAYS OH ORGANIC CLAYS OF MEDIUM TO HIGH PLASTICITY, ORGANIC SILTS PEAT, HUMUS, SWAMP SOILS WITH HIGH ORGANIC PT CONTENTS SYMBOLS DUAL ` BORDERLINE ASIM SILTS AND CLAYS z H LIQUID c a n LIMIT LESS THA cn a o/ 50% 0 En ` SILTS 1:4 z AND x w CLAYS H E LIQUID a a H LIMIT E, GREATER W O THAN zwo H (Y,N 50% Cs+ 0:k DESCRIPTIONS SW WELL- GRADED SANDS, GRAVELLY SANDS, LITTLE OR N O FINES SP POORLY - GRADED SANDS, GRAVELLY SANDS, LITTLE OR NO FINES SM I SILTY SANDS, SAND -SILT MIXTURES CH I INORGANIC CLAYS OF HIGH PLASTICITY, FAT CLAYS OH ORGANIC CLAYS OF MEDIUM TO HIGH PLASTICITY, ORGANIC SILTS PEAT, HUMUS, SWAMP SOILS WITH HIGH ORGANIC PT CONTENTS SYMBOLS DUAL ` BORDERLINE ASIM I5 341145 E 23,000. Water Main - Specific Requirements General Requirements 24,000. Severs - Specific Requirements General Requirements Plate 1-1 Sanitary Sewer Manhole Plate 1-9 Junction Manhole Storm Sewer Plate 1-10 Junction Manhole w/Reinforced Top Slab Plate 1-15 Type I Catch Basin Manhole Plate 1-16 Type II Catch Basin Manhole Plate 1-25A Improved Foundation for RCP, VCP, & DIP Plate 1-25B PVC Pipe Foundation & Bedding Methods Plate 2-9 Concrete Thrust Blocking Plate 4-1 Concrete Curb and Gutter Plate SP-112 Keystone Retaining Wall 0 Height Plate SP-113 Keystone Retaining Wall 4'-8' Height Supplemental Conditions of the Contract Conditions of the Contract Date: February 21,_.l9,..90 Reg. No. 14260 HE mi-mm 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.S.T., on Thursday, March 8, 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- COMMUNITY CENTER. PARKING LOT IMPROVEMENTS - PROJECT NO, 456 360 Lin.ft. 6 11 PVC Sanitary Sewer 210 Lin.ft. 4" DIP Water Main 1,200 Lin.ft. 18 11 , 12" RCP Storm Sewer LUMP SUM Demolition Existing Bathhouse 9,000 Sq.yds. Bituminous Surfacing 1,500 Lin.ft. Concrete Curb and Gutter 7 Each Light Standards Parking Lot Lighting with miscellaneous manholes, catch basins, grading, decorative brick, retaining walls, trees, sod, and correlated appi 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 Bonestrpo, Rosene, Knderlik & Associates, Inc., Consulting Engineers, 2335 W. Trunk Highway 36, St. Paul, Mn. 5511.3. 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 forras may obtain them from the office of Bonestroo, Rosene, Anderlik & Associates, Inc., upon payment of a deposit of $30.00. 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 M'Euo �� * 1. BID PROCEDURE: Each planhQlder has been furnished a specification, plan zo� set and two extra proposals. Bids shall be submitted on the separate Proposal designated "BID COPY" and not in the__AR:)2e book. The Proposal sub- mitted as a bid shall be contained in a sealed envelope. 2. DEPOSIT AND REFUND: Plans and specifications may be obtained for the for Bids. Planholders ma po y desit amou�nts�tipula�ted in the Advertisement obtain more than one set of plans and specifications for the stipulat.Ad amount, however, refunds will not be given for these additional sets. Refunds of deposit will be made to all bidders, subcontractors, and suppliers who return plans and specifications in good condition within 15 days of the bid date provided they: a) Were a prime bidder who submitted a bona-fide bid to the Owner, or b) submitted quotes to at least two prime bidders which are identified with the returned plans and specifications, The following planholders need not return plans and specifications in order to receive a refund of deposit: a) Low prime bidder, or Successful low subcontractors and suppliers who notify the receptionist within 15 days of the bid® Refunds of deposit will also be made for one set of plans and specifications, only, to those planholders who return plans and specifications at least 48 hours before bid-letting hour. 3. INDIVIDUAL DRAWINGS AND SPECI_FICATIONSHEETS- Individual drawings and specifications sheets may be purchased at the rate of Five Dollars ($5.00) per sheet of drawins and Twenty-five cents sheet g of specifications for which no refund will be made. • Driveway Design, Inc. CONTRACTOR $285,135.20 TOTAL BASE BID PROPOSAL FOR COMMUNITY CENTER PARKING LOT IMPROVEMENTS PROJECT NO. 456 FILE NO. 34114 NEW HOPE, MINNESOTA 1990 OPENING TIME: 11:30 A.M., C.S.T. OPENING DATE: Thursday, March 8, 1990 Honorable City Council City of New Hope 4401 Xylon Avenue North 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. 1,2 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 - PARKING LOT A (City Hall /Bathhouse) 6,600 Sq.yds. Remove bituminous pavement @ No DOLLARS Fifty CENTS $ 0.50 /sq.yd. $ 3,300.00 700 Lin.ft. Remove concrete curb and gutter @ One DOLLARS Ninety CENTS $ 1.90 /lin.ft. $ 1,330.00 200 Sq.yds. Remove concrete pavement @ Three DOLLARS No CENTS $ 3.00 /sq.yd. $ 600.00 8,100 Sq.yds. Subgrade preparation @ No DOLLARS Twenty -two CENTS $ .22 /sq.yd. $ 1,782.00 500 Cu.yds. Common excavation (P) @ Five DOLLARS Fifty CENTS $ 5.50 /cu.yd. $ 2,750.00 CONTD005 570 Cu.yds. Common borrow (CV) @ No DOLLARS One CENTS $ 0.01 /cu.yd. $ 5.70 800 Cu.yds. Subgrade excavation @ Six DOLLARS No CENTS $ 6.00 /cu.yd. $ 4,800.00 12 Each Transplant existing tree @ One hundred fifty DOLLARS No CENTS $ 150.00 /each $ 1,800.00 3,000 Ton Class 5 1002 crushed aggregate base (Per Addn. 11) (Class 5 aggregate base @ $6.50 /ton) @ Seven DOLLARS Fifty CENTS $ 7.50 /ton $ 22,500.00 750 Ton 2331 bituminous base course @ Sixteen DOLLARS Fifty CENTS $ 16.50 /ton $ 12,375.00 750 Ton 2341 bituminous wear course @ Eighteen DOLLARS Fifty CENTS $ 18.50 /ton $ 13,875.00 86 Ton Bituminous material for mixture @ One hundred thirty five DOLLARS No CENTS $ 135.00 /ton. $ 11,610.00 400 Gals. Bituminous material for tack coat @ Three DOLLARS No CENTS $ 3.00 /gal. $ 1,200.00 1,550 Lin.ft. B612 concrete curb and gutter @ Six DOLLARS Fifty CENTS $ 6.50 /lin.ft. $ 10,075.00 7,850 Sq.ft. 4" concrete walk with 2' -3" joint spacing and 6" Class 5 aggregate base @ Two DOLLARS Twenty CENTS $ 2.20 /sq.ft. $ 17,270.00 100 Sq.ft. 4 concrete walk & median w /6" Cl. 5 aggregate base @ Three DOLLARS No CENTS $ 3.00 /sq.ft. $ 300.00 1,500 Sq.ft. Brick paver w /2" compacted sand and 6" Class 5 aggregate base @ Five DOLLARS Twenty -five CENTS $ 5.25 /sq.ft. $ 7,875.00 29 Each Marshall Seedless Ash - 3" cal. BxB @ Two hundred fifty DOLLARS No CENTS $ 250.00 /each $ 7,250.00 92 Each Goldflame spirea (24 ", No. 7 container) @ Nineteen DOLLARS No CENTS $ 19.00 /each $ 1,748.00 10 Cu.yds. 3" rock mulch @ Thirty DOLLARS No CENTS $ 30.00 /cu.yd. $ 300.00 80 Cu.yds. Topsoil borrow (LV) @ Fourteen DOLLARS No CENTS $ 14.00 /cu.yd. $ 1,120.00 P -2 CONTD005 1,000 Sq.yds. Sod w /3" existing topsoil @ LOT B (Police /City Staff) One DOLLARS Thirty -five CENTS $ 1.35 /sq.yd. $ 1,350.00 35 Lin.ft. Brick retaining wall w /fdn. & footing - Plate SP -112A (Per Addn. 11) (Modular block retaining wall - 70 s.f. @ $8.50 /s.f.) 1.00 /sq.yd. $ One Hundred Twelve DOLLARS No CENTS $ 112.00 /lin.ft. $ 3,920.00 2 Each Furnish and install parking lot lighting unit @ 240 One thousand two hundred DOLLARS No CENTS $1,200.00 @ /each $ 2,400.00 4 Each Install existing parking lot lighting unit DOLLARS Ninety CENTS $ 1.90 /lin.ft. $ furnished by City @ Six hundred fifty DOLLARS No CENTS $ 650.00 /each $ 2,600.00 8 Each Furnish and install pedestrian lighting unit @ Five Two thousand sixty six DOLLARS No CENTS $2,066.00 DOLLARS No /each $ 16,528.00 2,000 Lin.ft. Underground wire, 1 conductor No. 6 AWG @ No DOLLARS Forty CENTS $ 0.40 /lin.ft. $ 800.00 1,000 Lin.ft. Underground wire, 1 conductor No. 8 AWG @ DOLLARS Forty No DOLLARS Forty CENTS $ 0.40 /lin.ft. $ 400.00 1,000 Lin.ft. 1" rigid PVC conduit @ One DOLLARS No CENTS $ 1.00 /lin.ft. $ 1,000.00 LUMP SUM Miscellaneous electrical connections and requirements @ Two thousand two hundred DOLLARS No CENTS LUMP SUM $ 2,200.00 2,900 Lin.ft. 4" solid line, white paint @ No DOLLARS Twenty CENTS $ 0.20 / lin.ft. $ 580.00 5 Each Furnish and install handicap parking signs @ Two hundred DOLLARS No CENTS $ 200.00 /each $ 1,000.00 1,200 Lin.ft. Furnish & install 2" flexible PVC conduit schedule 80 (Per Addn. 11) w /rope @ $2.50 /lin.ft. Two DOLLARS Fifty CENTS $ 2.50 /lin.ft. $ 3,000.00 TOTAL PART I - PARKING LOT A ................$ 159,643.70 PART II - PARKING LOT B (Police /City Staff) 1,500 Sq.yds. Remove bituminous pavement @ One DOLLARS No CENTS $ 1.00 /sq.yd. $ 1,500.00 240 Lin.ft. Remove concrete curb and gutter @ One DOLLARS Ninety CENTS $ 1.90 /lin.ft. $ 456.00 35 Sq.yds. Remove concrete pavement @ Five DOLLARS No CENTS $ 5.00 /sq.yd. $ 175.00 2,800 Sq.yds. Subgrade preparation @ No DOLLARS Forty CENTS $ 0.40 /sq.yd. $ 1,120.00 P -3 CONTDOCS 2,000 , Cu.yds. Common excavation (P) @ Four DOLLARS Twenty -five CENTS $ 4.25 /cu.yd. $ 8,500.00 50 Cu.yds. Subgrade excavation @ Ten DOLLARS No CENTS $ 10.00 /cu.yd. $ 500.00 4 Each Transplant existing tree @ One hundred fifty DOLLARS No CENTS $ 150.00 /each $ 600.00 1,020 Ton Class 5 10OX crushed aggregate base (Cl. 5 aggregate (Per Addn. 11) base @ $6.50 /ton) Seven DOLLARS Fifty CENTS $ 7.50 /ton $ 7,650.00 220 Ton 2331 bituminous base course @ Seventeen DOLLARS Fifty CENTS $ 17.50 /ton $ 3,850.00 220 Ton 2341 bituminous wear course @ Nineteen DOLLARS Fifty CENTS $ 19.50 /ton $ 4,290.00 60 Ton 2" thick bituminous trail and driveway (cemetary) @ Nineteen DOLLARS Fifty CENTS $ 19.50 /ton $ 1,170.00 30 Ton Bituminous material for mixture @ One hundred thirty five DOLLARS No CENTS $ 135.00 ton $ 4,050.00 120 Gals. Bituminous material for tack coat @ Three DOLLARS No CENTS $ 3.00 /gal. $ 360.00 810 Lin.ft. B612 concrete curb and gutter @ Six DOLLARS Fifty CENTS $ 6.50 / lin.ft. $ 5,265.00 310 Sq.ft. 4" concrete walk and 6" Class 5 aggregate base @ Three DOLLARS No CENTS $ 3.00 /sq.ft. $ 930.00 50 Cu.yds. Topsoil borrow (LV) @ Sixteen DOLLARS No CENTS $ 16.00 /cu.yd. $ 800.00 1,300 Sq.yds. Sod w /3" existing topsoil @ One DOLLARS Thirty -five CENTS $ 1.35 /sq.yd. $ 1,755.00 540 Sq.ft. Modular block retaining wall (dbl. luminar) @ Eight DOLLARS Fifty CENTS $ 8.50 / sq.ft. $ 4,590.00 1 Each Parking lot lighting unit @ One thousand five hundred DOLLARS No CENTS $1,500.00 /each $ 1,500.00 190 Lin.ft. Underground wire, 1 conductor No. 12 @ No DOLLARS Fifty CENTS $ 0.50 /lin.ft. $ 95.00 190 Lin.ft. 3/4" rigid PVC conduit @ One DOLLARS No CENTS $ 1.00 /lin.ft. $ 190.00 P -4 CONTD005 LUMP SUM Miscellaneous electrical connections and requirements @ Five hundred DOLLARS No CENTS LUMP SUM $ 500.00 850 Lin.ft. 4" solid line, white paint @ No DOLLARS Twenty CENTS $ 0.20 /lin.ft. $ 170.00 TOTAL PART II - PARKING LOT B ...............$ 50,016.00 PART III - UTILITIES 1,100 Lin.ft. 18" RCP Class 5 in place @ Twenty DOLLARS Seventy -five CENTS $ 20.75 /lin.ft. $ 22,825.00 125 Lin.ft. 15" RCP Class 5 in place @ Twenty DOLLARS No CENTS $ 20.00 /lin.ft. $ 2,500.00 360 Lin.ft. 6" PVC SDR 35, w /bedding, in place @ Eleven DOLLARS Fifty CENTS $ 11.501in.ft. $ 4,140.00 20 Lin.ft. 4" PVC SDR 35, w /bedding, in place @ Twenty DOLLARS No CENTS $ 20.00 /lin.ft. $ 400.00 200 Lin.ft. 4 DIP Cl. 52, in place @ Seventeen DOLLARS No CENTS $ 17.00 /lin.ft. $ 3,400.00 4 Each Std. MH w /R -1642B cstg. @ Nine hundred fifty DOLLARS No CENTS $ 950.00 /each $ 3,800.00 1 Each Std. CBMH w /R -3067V cstg. @ One thousand fifty DOLLARS No CENTS $1,050.00 /each $ 1,050.00 2 Each Std. CB w /R -3067V cstg. @ Nine hundred DOLLARS No CENTS $ 900.00 /each $ 1,800.00 2 Each Std. CBMH w /existing cstg. @ Eight hundred fifty DOLLARS No CENTS $ 850.00 /each $ 1,700.00 1 Each 4" resilient, wedge gate valve & box @ Three hundred fifty DOLLARS No CENTS $ 350.00 /each $ 350.00 200 Lbs. Fittings (DIP) @ One DOLLARS 0.50 CENTS $ 1.50 /lb. $ 300.00 1 Each 4 water clean -out w /4 "x4" tee & tapped coupling @ Three hundred fifty DOLLARS No CENTS $ 350.00 /each $ 350.00 1 Each Connect 4" DIP to existing 4 DIP @ Two hundred fifty DOLLARS No CENTS $ 240.00 /each $ 240.00 1 Each Plug 2" copper to old bathhouse and concession building at 4" CIP @ Two hundred forty DOLLARS No CENTS $ 240.00 /each $ 240.00 P -5 CONTD005 1 Each Plug 2" copper in drain MH at Concession Bldg. @ Two hundred forty DOLLARS No CENTS $ 240.00 /each $ 240.00 1 Each Plug 6" CIP sewer to old bathhouse at fire station @ Two hundred forty DOLLARS No CENTS $ 240.00 /each $ 240.00 1 Each Connect 4 PVC to existing 4" cleanout at concession building @ Two hundred forty DOLLARS No CENTS $ 240.00 /each $ 240.00 1 Each Construct MH over existing 6 VCP @ One thousand one hundred DOLLARS No CENTS $1,150.00 /each $ 1,150.00 1 Each Connect 6 "x5" PVC reducer to existing 5" PVC @ Two hundred DOLLARS No CENTS $ 200.00 /each $ 200.00 LUMP SUM Connect existing sewer to CBMH 4 & MH 5 @ One thousand one hundred DOLLARS No CENTS LUMP SUM $ 1,100.00 4 Each Remove existing MH's & CB's (plug sewer lines) @ Three hundred DOLLARS No CENTS $ 300.00 /each $ 1,200.00 1 Each Connect 18" RCP to existing manhole @ Two hundred fifty DOLLARS No CENTS $ 250.00 /each $ 250.00 15 Lin.ft. Surmountable concrete curb and gutter @ Fifteen DOLLARS No CENTS $ 15.00 /lin.ft. $ 225.00 30 Sq.yds. Bituminous mixture for patch (3" thick) @ Twenty five DOLLARS No CENTS $ 25.00 /sq.yd. $ 750.00 2,000 Lin.ft. Improved pipe foundation per 6" depth increment @ One DOLLARS Twenty CENTS $ 1.20 /lin.ft. $ 2,400.00 1,805 Lin.ft. Mechanical trench compaction @ No DOLLARS Sixty CENTS $ 0.60 /lin.ft. $ 1,083.00 200 Cu.yds. Topsoil borrow (LV) @ Fourteen DOLLARS No CENTS $ 14.00 /cu.yd. $ 2,800.00 4,000 Sq.yds. Sod w /3" existing topsoil @ One DOLLARS Thirty -five CENTS $ 1.35 /sq.yd. $ 5,400.00 1.0 Ac. Seed with mulch and fertilizer @ Two thousand five hundred DOLLARS No CENTS $2,500.00 /acre $ 2,500.00 TOTAL PART III - UTILITIES ..................$ 62,873.00 P -6 CONTDOCS PART IV - BATHHOUSE DEMOLITION /FIRE STATION ELECTRICAL REVISION LUMP SUM Demolish existing bathhouse and provide compacted 159,643.70 granular backfill @ PART II - PARKING LOT B (POLICE /CITY STAFF) Nine thousand DOLLARS No TOTAL CENTS LUMP SUM $ 9,000.00 - UTILITIES 62 873.00 TOTAL PART 110 Lin.ft. Furnish and install 6' high chain link fence with TOTAL BASE 2" diameter posts @ ........ ..............................$ 285 135.20 Eleven DOLLARS No CENTS $ 11.00 /lin.ft. $ 1,210.00 1 Each Remove existing MH and plug 6" CIP sewer @ Four hundred fifty DOLLARS No CENTS $ 450.00 /each $ 450.00 LUMP SUM Revise electric service to fire station @ One thousand two hundred DOLLARS No CENTS LUMP SUM $ 1,200.00 550 Sq.yds. Sod with 3" existing topsoil @ One DOLLARS Thirty -five CENTS $ 1.35 /sq.yd. $ 742.50 TOTAL PART IV - BATHHOUSE DEM. /FIRE STA. ELECT. REVISION....$ 12,602.50 TOTAL PART I - PARKING LOT A (CITY HALL /BATHHOUSE) $ 159,643.70 TOTAL PART II - PARKING LOT B (POLICE /CITY STAFF) 50,016.00 TOTAL PART III - UTILITIES 62 873.00 TOTAL PART IV - BATHHOUSE DEM. /FIRE STA. ELEC. REV. 12,602.50 TOTAL BASE BID ........ ..............................$ 285 135.20 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 (52) DOLLARS of amt. bid GENTS ($ ) 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. 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. P -7 C0NTD0C5 In submitting this bid it is understood that payment will be by cash or check. It is understood that bids may not be withdrawn for a period of 45 days after the date and time set for the opening of bids. It is understood that the Owner reserves the right to retain the certified check or bond of the three lowest bidders as determined by the Owner for a period not to exceed 45 days after the date set for the opening of bids. Respectfully submitted, ( A Corporation Driveway Design, Inc. (An Individual) Name of Bidder (A Partnership) (Signed) By Randall M. Johnson Title President Randall M. Johnson Printed Name of Signer 4810 W. Medicine Lake Drive Address Plymouth, MN 55442 City, State & Zip Code (612) 559 -9004 Telephone No. Ems? CONTDOCS 2300OG Copyright 1990 Bonestroo, Rose e And erli & Associates, inc. 2300OG Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inca 23,000.2.G. GRANULAR MATERIALS: Materials used for improved pipe foundation of pipe bedding shall meet the requirements of Mn/DOT Specification 3149H Course 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. 23,000.3.A. INSPECTION: 23,000.3.A1. Of Materials at Delivery Point; During the process of unload- ing, all pipe and accessories shall be inspected by the Contractor for loss or damage in transit. 23,000.3.A2. Field Inspection: All pipe and accessories shall be laid, jointed, disinfected and tested for defects and leakage in the manner herein specified. 23,000.3.A3. 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. 23,000.3.B2. Responsibility for Safe St2L. - The Contractor shall be responsible for the safe storage of material furnished by or to him and .eccepted by him and intended for the work, until it has been incorporated in the completed project. 23,000.3.0. HANDLING PIPE AND ACCESSORIES: 23,000.3.Cl. General: Pipe and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the project by the Contractor. They shall at all times be handled with care to avoid damage. 2300OG Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 2300OG Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 2300OG Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 2300OG Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. been laid, tested for defects and repaired if necessary, and the earth around it compacted to a depth of one foot or over the top of the pipe. It shall be the Contractor's responsibility and duty to be familiar with local and state laws and municipal ordinances relating to this type of work and he shall assume the responsibility for compliance therewith. 23,000.3.Ell. Manner 2L—P All excavated material shall be piled in a manner that will not endanger the work and that will avoid obstructing sidewalks and driveways. Gutters shall be kept clear or other satisfactory provisions made for street drainage, 23,000.3.E12. Ba rric ade To protect persons from injury and to avoid property damage, adequate barricades, construction signs, fences, flashers and guards as required shall be placed and maintained during the progress • the construction work and until it is safe for traffic to use the trenched roadway. 23,000.3.E13. Traffic and Utility Controls: Excavations for pipe laying operations shall be conducted in a manner to cause the least interruption to traffic. Hydrants under pressure, valve boxes, curb stop boxes, fire or police call boxes or other utility controls shall be left unobstructed and accessible during the construction period. 23,000.3.El5. Interruption of Water Services: No valve or other control on the existing system shall be operated for any purpose o by the Cntractor with- out approval of the Engineer and all consumers affected by such operation shall be notified by the Contractor at least an hour before the operation and be advised of the probable time when service will be restored. 23,000.3.E.16. Tunneli ench: Where pipe cannot be placed by open trench excavation, the method for placing shall be stated in the "Specific Requirements". 23,000.3.E17. Manner of °£tench® Proper implements, tools and facilities satisfactory to the Engineer shall be pro- vided and used by the Contractor for the safe and convenient prosecution of the work. 23,000.3.E18. Inspectioniefore Installation Before lowering and while suspended, the pipe shall be carefully inspected for defects and cracks. Any defective, damaged or unsound pipe shall be rejected. 2300OG Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,000.3.E19. Pipe Kept Clean: All foreign matter or dirt shall be removed from the inside of the pipe before it is lowered into its position in the trench, and it shall be kept clean by approved means during and after laying. 23,000.3.E20. Preventing Trench Water From Entering 2e Pi All openings along the line of water main shall be securely closed, as directed, and at the sus- pension of work at any time, suitable stoppers shall be placed to prevent earth or other substances from entering water main. 23,000.3.E21. Railroad and Highway Crossings: When any railroad or highway is crossed, all precautionary construction measures required by the Railroad and Highway Department shall be followed. Railroad or highway crossings shall be jacking or tunneling and construction and permit requirements shall be as stated in the "Specific Requirements". 23,000.3.E22. Unsuitable Conditions for Laying No pipe shall be laid in water or when the trench conditions are unsuitable for such work. 23,000.3.F. JOINTING: All jointing of mechanical joint pipe and push-on joint pipe shall be in accordance with the requirements of A.W.W.A. Speci- fication C600. 23,000.3.Fl. Preparation • Pipe Ends: Before laying the pipes, the outside of the spigot and the inside of the bell shall be wire brushed and wiped clean znd dry. Pipe ends shall be kept clean until joints are made. 23,000.3.G. SETTING VALVES, VALVE BOXES AND FITTINGS 23,000.3.G1. General: Valves and pipe fittings shall be set and jointed to new pipe in the manner heretofore specified for cleaning, laying and jointing pipe. 23,000.3.H1. Location: All hydrants shall be set where directed by the engineer. A grade stake and location stake will be provided by the Engineer at each hydrant. No hydrant shall be set until such a grade stake has been placed. 2300OG Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,000.3.H2. Procedure: All hydrants shall be supported on an 8 inch concrete block or equal concrete base. Each hydrant shall be braced as shown on the detail drawings. After each hydrant has been set, there shall be placed around the base of the hydrant, not less than one cubic yard of gravel or crushed rock from which all fine material has been removed. A layer of polyethylene, minimum 4 mil. thickness, shall be carefully placed over the rock to prevent the backfill from entering the voids in the drain rock. All hydrants must be maintained in a plumb position during the backfilling opera- tion. 23,000.3.1. ANCHORAGE OF BENDS, TEES AND PLUGS: 2300OG Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,000.3.J6. Permissible Leakage: A drop in pressure over a 30 minute test period exceeding 3 pounds shall be cause for rejection of the project. All leaks shall be corrected and the test repeated until the pressure drop is within the 3 pound limit. 23,000.3.J7. Conductivity: Conductivity shall be provided throughout the water system by use of copper straps or approved conductive gaskets with copper inserts. All fittings shall be mechanical joint with copper straps. Lead tipped gaskets will not be approved for conductivity. Copper jumper straps between sections of pipe shall be not less than 1/16" x 3/4" strap bolted to shop welded pipe straps of the same size. Bolts shall be 5/16" diameter bronze. For all locations where shop welded straps are not available, field welds shall be made using the Cadweld method with size 32 cartridge. Each field weld shall be properly made after filing the surface of the pipe to a clean bare metal over the entire area of the weld. Straps bolted to mechanical joint fittings shall be not less than 1/16" x 1 - 1/2 11 . All straps shall be securely fastened and backfill placed so as to not damage the conductivity. Conductivity test shall be performed on all mains after they have been pres- sure tested and are full of water at normal operating pressure. A direct current of 350 amps at 30 volts shall be passed through the line for 4 minutes. Current flow shall be measured continuously on a suitable ammeter and shall remain steady without interruption or excessive fluctuation through- out the period. At the end of the 4 minute period, the current shall be raised to 400 amps for 1 minute without fluctuation. Insufficient current or wide fluctuations of ammeter needle shall be evidence of defective conduc- tivity which shall be isolated, corrected and retested. Acceptable equipment for the test shall be arc welding machines with adequate sized cables to carry the test current without voltage drop or overheating. Conductivity test shall be carried out in the presence of the Engineer or his duly authorized agent. Caution shall be exercised at all times when working with electrical equipment and wires during the conductivity test. 23,000.3.x. DISINFECTION: 23,000.3.K1. General: After completion of the installation and testing, the Contractor shall disinfect the new pipe, valves and fittings as described in A.W.W.A. Specification No. C651 by use of the Tablet Method which is generally described as follows: The Contractor shall place hypochlorite tablets in each section of pipe and also in hydrants, hydrant branches and other appurtenances during construc- tion. The tablets shall be attached to the top of the pipe with an adhesive such as "Permatex" No. 1 or other approved material. �t 23000G Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. When the installation has been completed, the main shall be filled with water at a velocity of less than 1 foot per second. This water shall remain in the pipe for at least 24 hours. After the 24 hour retention period, the heavily chlorinated water shall be flushed from the main until the chlorine concentra- tion in the water leaving the main is less than 1 ppm. Tests are required to determine chlorine residual at the end of the 24 hour retention period and after flushing to ascertain that the heavily chlorinatm-i water has been removed from the pipeline. At the end of the 24 hour retention period, the main shall contain not less than 10 ppm chlorine. The number of tablets required per 20 foot length of pipe based on 3k grain Rvaila► le chlorine per tablet is as follows: Diameter No. of Tablets 4" 1 6" 2 8 11 3 1011 4 12 11 5 16" 9 16" 12 20 11 14 24" 20 2300OG Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 2300OG Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. sation allowed. Any settlement which occurs shall be refilled by the Contrac- tor. Material shall be at the Contractor's expense and of a material approved by the Engineer. 23,000.3.L7. Restoration of Surface: All surfaces shall be returned to the original grade and contour. Any excess dirt caused by displacement due to structures shall be removed by the Contractor to a location as designated with no extra compensation. 23,000.3.L8. Surplus pipe line material, tools and temporary structures shall be removed by the Contractor and all dirt and rubbish caused by his operations and excess earth from excavations shall be hauled to a dump provided by the Contractor and the construction site shall be left to the satisfaction of the Engineer. Clean up operations shall be accomplished promptly after tests are completed. 23,000.4. METHOD OF MEASUREMENT AND PAYMENT: 23,000.4.A. PIPE IN PLACE: Pipe will be paid for at the contract price per linear foot, which shall include the cost of furnishing all pipe, rubber gas- ket, joints and other material and of delivering, handling, laying, trenching, bedding, backfilling, compaction, testing and all material or work necessary • install the pipe complete in place at the depth above specified. The length of pipe for which payment is made shall be the actual overall length measured along the axis of the pipe without regard to intervening valves or fittings. All jacking shall be paid for at the contract unit price per linear foot which shall include both the water pipe and the casing under roadway and railroad, complete as specified previously under Section 23,000.3.E21, Payment shall be made for the jacking length specified unless unforseen conditions require a change in length of jacking. 23,000.4.B. CAST IRON FITTINGS: Cast iron specials will be paid for at the contract price per pound installed, said weights to include fittings, glands, bolts and gaskets. Payment for cast iron fittings shall be for the published weights of mechanical joint fittings as listed in A.W.W.A. C110. If ductile iron fittings are used, the weight for payment shall be the equivalent cast iron weight. 23,000.4.0. HYDRANTS: Hydrants will be paid for at the contract unit price per hydrant installed complete with gravel, concrete base and bracing, but does not include the auxiliary hydrant valve which shall be paid for under another item of these specifications if required. 2300OG Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,000.4.D. GATE VALVES AND BOXES: Gate valves and boxes, including exten- sions, will be paid for at the contract unit price per valve and box installed for each size. 23,000.4.E. BUTTERFLY VALVES AND BOXES: Butterfly valves, operators and boxes, including extensions, will be paid for at the contract unit per valve and box installed for each size. 23,000.4.F. IMPROVED PIPE FOUNDATION MATERIAL: The additional granular material required below the specified bedding shall be paid for per lineal foot of improved pipe foundation placed for each six (6) inch thickness of granular material placed. 23,000.4.G. ROCK EXCAVATION: If 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 (6) inches below the bottom of the pipe and twelve (12) inches from each side of the inside diameter of the pipe. The minimum trench width of the rock excavation shall be 36 inches. Payment shall be at the contract unit price per cubic yard. 23,000.4.H. SAND CUSHION: Granular material used for a sand cushion in areas of rock excavation where suitable materials are not available on site shall be paid for at the contract unit price per ton of material deposited under and around the pipe. 23,000.4.1. SPECIAL STRUCTURES AND APPURTENANCES: Basis of payment for special structures and appurtenances not included above shall be stated in the "Special Provisions", "Specific Requirements" and/or "Proposal". End of Section 23,000-14 2300OG Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000. SEWERS General Requirements 24,000.1. DESCRIPTION: This work shall consist of the construction of sewers in accordance with the requirements of the Contract. Under the numbering sys- tem used herein numbers 24,000.2 - 24,000.2.N inclusive, deal with Materials; 24,000.3 - 24,000.7.A inclusive, deal with Construction Requirements; 24,000.8 - 24,000.8.K inclusive, deal with Method of Measurement and 24,000.9 - 24,000.9.M, inclusive, deal with Basis of Payment. It is intended that when the Standard Specifications do not cover the subject matter necessary to be covered, additional numbers in the appropriate section may be utilized in the Specific Requirements and the numerical sequence preserved. 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.B. 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: "J"he materials used in this work shall be new and con- form to tle requirements for class, kind and size of materia.1 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 plpe 18'cd fittC. IXgs sha" : onlf`orm, to h te re- quirements of the current &,,S.T.M. Specification C-700 fior strength clay sewer pipe. Extra strength pipe shall be used for all Virrified Clay Sewer Pipe on the project. 24,000.2.B. POLn`1.LM% CHLORIDE SEWER PIPE1 Polyvinyl c11orlde sewer pipe, , ,�uid 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 wltii AST14 Spec D-3034, SDR 35. 24,000 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000.2.C. REINFORCED CONCRETE SEWER PIPE: The sewer pipe shall conform to the requirements of the Standard Specifications for Reinforced Concrete Sewer Pipe, A.S.T.M. Designation C-76 of the class designated on the plans and in the Proposal. 24,000.2.D. CORRUGATED METAL PIPE: Corrugated metal pipe shall conform to the Standard Specifications for Corrugated Metal Pipe Culvert of the A.A.S.H.O. Specification M-36 with exceptions and additions as noted in Mn/DOT Specification 3226. The kind of base metal and gauge is stated in the "Specific Requirements". If any special coating is required, it will be stated in the "Specific Requirements'. 24,000.2.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 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 0104. Ductile are considered equal. FITTINGS: Where ductile iron pipe is furnished, fit- joint in accordance with AWWA Standard C110. All fined 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.Gl. Clay Pipe: Clay pipe joints shall be rubber or plastic type compression joints in accordance with A.S.T.M. Spec. C-425. Plain-end vitri- fie• clay pipe may be used which employ Type B compression couplings in accor- dance with ASTM Specification C594. 24,000.2.G2. Polyvinyl Chloride P' 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 t.. Specification C-361 and shall be the Bureau of Reclama- tion Type R-4. Deformed concrete pipe shall be jointed with material similar to Ram-Nek, Hamilton Kent, Kent Seal No. 2 or equal gasket material applied in accordance with manufacti.irer's recommendations. 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 1/88-2400OG Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. Granular materials used for pipe bedding in rock and for PVC pipe bedding where improved pipe foundation is riot required shall meet the requirements of Mn/DOT Specification 3149A, Granular Borrow, except that 1002, by weight, shall pass the 1" sieve. 24,000.3. CONSTRUCTION_RE_Q1TIREMENTS:_ 24,000.3. 1.. Of Materials at Factory: All materials, whether furnished by the Owner or by the Contractor are subject, at the discretion of the owner, to inspection and approval at the plant of the manufacturer. 24,000.3.2. Of Materials at Delivery Point; During the process of unloading, all pipe and accessories shall be inspected by the Contractor for loss or damage in transit. No shipment of material shall be accepted by the Contractor until or unless notation of any lost or damaged material shall have been made on the bill of lading by the agent of the carrier. 24,000.3.A3. Field - ..._ nspection .. Q ll pipe and accessories shall be laid, jointed, tested for defects and f, infiltration in the manner herein speci.- fied as directed by the Engineer and subject to his approval. 24,000.3.A4. 1jLsML),§ition ' of — Def ' ec t r " l ive Meter ' 1 All material found during the progress of the work to 'have -, flaws or other defects will be rejected by the Engineer and the C'ontractor shall promptly remove from the site of the work such defective material.. 24,000.343. CONTRACTOR'S RESPONSIBILITY TvOJR MATERIAL. 24,000..3.01® Mnter"'Ilal. F U � rn-sbed by Contractor. The Con- 11 tractor shall be resq?o for all a. DAy.­, by him and he shall replace at his own expense such matey la,,l that is fourid to be defective in manufacture or that has become damaged after clk,,Iive ry by th manufacturer. 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, In.c. 24, 00'0 -- 5 24,000.3.B2. Responsibility for Safe Storage: The Contractor shall be re- sponsible for the safe storage of material furnished by or to him, and ac- cepted by him, and intended for the work, until it has been incorporated in the completed project. 24,000.3.C. HANDLING PIPE & ACCESSORIES: Pipe and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the project by the Contractor; they shall at all times be handled with care to avoid damage. 24,000.3.D. ALIGNMENT & GRADE & UNDERGROUND, SURFACE & OVERHEAD UTILITIES: 24,000.3.D1. General: All pipe shall be laid and maintained to the required lines and grades; with tees, wyes, catch basins, special structures and man- holes at the required locations; and with joints centered and spigots home. Deviation from grade in excess of 0.05 percent may be cause for removal and relaying pipe at the Contractor's expense. 24,000.3.D2. Existing Utilities: Existing water and sewer mains, and other underground utilities, are shown on the plans only by general location. The Owner does not guarantee that the utilities are complete or that the locations are as shown on the plans, and the Contractor shall be solely responsible for verifying the exact location of each of these utilities, without additional compensation. Prior to the start of any construction, the Contractor shall notify all utility companies having utilities in the Project Area. The Con- tractor shall have sole responsibility for providing temporary support and for protecting and maintaining all existing utilities in the Project Area during the entire period of construction, including but not limited to the period of excavation, backfill and compaction. In carrying out this responsibility, the Contractor shall exercise particular care, whenever gas mains or other utility lines are crossed, to provide compacted backfill or other stable support for such lines to prevent any detrimental displacement, rupture or other failure. 24,000.3.D3. Deviations OccasiontAb Oth er Wherever ex- isting utility structures or branch connections leading to main sewers or tc main drains or other conduits, ducts, pipe or structures present obstructions to the grade and alignment of the pipe, they shall be permanently supported, removed, relocated, or reconstructed by the Contractor through cooperation witf the Owner of the utility, structure or obstruction involved. In those instances where their relocation or reconstruction is impracticable, a devia- tion from the grade will be ordered and the change shall be made in the manner directed with extra compensation allowed therefore at unit prices, if appli- cable. 24,000.3.D4. Deviation with Engineer's Consent: No deviation shall be made from the required line or grade except with the written consent of the Engi- neer. 1/88-24000G Copyright 1.988 Bonestroo, Rosene, Anderlik & Associates, Inc. MIKIRM 24,000.3.D5. Subsurface Exploration: It shall be the Contractor's responsi- bility to determine and verify the location of existing 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.E. EXCAVATION & PREPARATION OF TRENCH: 1/88-240000 Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 1/88-2400OG Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000-9 1/88-2400OG Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 1/88-2400OG Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000-11 1/88-240000 Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 1/88-240000 Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000-13 1/88-2400OG Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000.6. BACKFILLING, CLEANING UP & MAINTAINING SURFACES: 24,000.6.A. BACKFILLING PROCEDURE AT PIPE ZONE: All trenches and excavations shall be backfilled immediately after pipe is laid therein. For backfill up to a level of one foot over the top of the pipe, only selected materials free from rock, boulders, debris or other high void content substances, shall be used. The backfilling shall be placed completely under the pipe haunches in uniform layers not exceeding 4 inches in depth. Each layer shall be placed, then carefully and uniformly tamped to eliminate the possibility of lateral displacement and to provide uniform support completely under the pipe haunches. The backfill material shall be moistened if necessary, tamped in 4 inch layers and thoroughly compacted under and on each side of the pipe to provide solid backing against the external surface of the pipe. The installation and backfilling of polyvinyl chloride pipe shall be in accor- dance with A.S.T.M. D-2321 with special attention given to compacting the backfill material around the pipe to at least 95 percent of maximum density to a distance of one foot above the top of the pipe. 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000.6.E. PROCEDURE WHERE NO SETTLEMENT IS ALLOWABLE: (Type "d") Succeed- ing layers of backfill shall be made of selected materials meeting require- ments as set forth in the "Specific Requirements." This type of backfilling shall be placed in uniform layers, before compaction, of approximately 6 inches, tamped by mechanical means to the density specified in the Specific Requirements. 24,000.6.F. DENSITY TESTS: Density tests will be performed by an approved soils testing firm at various locations and depths throughout the project as directed by the Engineer. The Contractor shall cooperate fully and provide assistance as necessary to complete these tests with no additional compensa- tion being made to the Contractor. All testing costs pertaining to passing tests shall be paid for by the owner. All testing costs pertaining to failing tests will be charged to and paid for by the contractor. Where areas have not been compacted sufficiently to meet specific density re- quirements, these areas shall be excavated and recompacted until the density requirements are met. All cost for the work associated with recompaction shall be the Contractor's sole responsibility. 24,000.6.G. DEFICIENCY OF BACKFILL BY WHOM SUPPLIED- Any deficiency in the quantity of material for backfilling the trenches, or for filling depressions caused by settlement, shall be supplied by the Contractor with no extra com- pensation allowed. Any settlement which occurs shall be refilled by the Con- tractor. Material shall be provided at the Contractor's expense and the mate- rial shall be approved by the Engineer. fied, excavated materi shall be disposed of by the pense in any manner he paragraph. either not suitable • not Contractor outside of the may elect subject to the Unless otherwise speci- I required for fill materia right-of-way at his ex- rovisions of the following Before dumping such materials or debris on a private or public land, the Con- tractor must obtain from the Owner of such land written permission for such dumping and a waiver of all claims against the Owner for any damage to such land which may result therefrom together with all permits required by law for such dumping. A copy of such permission, waiver of claims and permit shall be filed with the Engineer before said disposal is made. 24,000.6.1. RESTORATION OF SURFACE: All surfaces disturbed during the con- struction period, whether caused by actual excavation, depoon • excavatet naterial. or by the construction equipment, shall be returned to its original conditions or better. Exceptions to the above, if any, or special instruc- tions pertaining to any particular section of the project will be outlined in the "Special Provisions." 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.A. TRENCH EXCAVATION: Trench excavation will be measured in linear feet of trenc�_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 trenct above the designated grade. Measurement will be made along the centerline of the sewer and from center tc 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: Sewer 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 sewer 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 sewer to the top of the last riser section. 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & 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 width excavated, sewer pipe furnished and installed with bedding will be paid for at the Contract Unit Price per linear foot of pipe falling within each of the following depth zones as measured from the profile grade: From 0 to 8 from 8' to 10 and two foot increments thereafter. 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.B. 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 m�nholes to a depth greater than eight (8) feet will be paid for at the Contract Unit Price per manhole plus the unit price per linear foot for each foot of depth that is greater than eight feet. This section also applies to all catch basin manholes and catch basins. 1/88-2400OG Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. WNWENM 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 sewer pipe from center to center of all manholes as per Section 24,000.8.0. when cast iron pipe is extended for drop inlets. 24,000.9.M. SPECIAL STRUCTURES & APPURTENANCES: structures and appurtenances not included above shall Provisions," "Specific Requirement," and "Proposal". 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. Basis of payment for special be stated in the "Special Manhole steps shall be placed so that off -set vertical portion of cone is facing downstream — _ ° 0 Bonestroo, Rosario, Anderlik 8, Assoc.. Inc. Consulting Engineers St. Paul, Minnesota CASTING f manhole to it pipe and slope 'd invert. - Pipe shall be cut out flush with inside face of wall. Compact to_ top of pipe,to first joint. Note. Kor-n - ' seat manhole or equal considered acceptable alternate STANDARD DETAILS SANITARY SEWER MANHOLE WMI / / f manhole to it pipe and slope 'd invert. - Pipe shall be cut out flush with inside face of wall. Compact to_ top of pipe,to first joint. Note. Kor-n - ' seat manhole or equal considered acceptable alternate STANDARD DETAILS SANITARY SEWER MANHOLE WMI / / 01 Flow Grout bottom of manhole to 1/2 diameter at pipe and slope grout 2" toward invert. Neenah frame and cover, or equal. with 2 conceled pick holes. see specs, for costing number, 0 I I ills Bonestroo, Rosene Anderlik Ek Assoc., Inc. Consulting Engineers St Paul, Minnesota I P'k.- a Pipe shall be cut out flush with inside face of wall. Use opening section to 2 4 dia. precast segmenta I i concrete block. to be used with 24 "dia. or larger. in mum slab thickness, 6" for 14'depth.� Increase thickness I" for each depth greater than 14', and reinforce with 6% 6" , 10 / 10 mesh. I STANDARD DETAILS JUNCTION MANHOLE STORM SEWER U M-.- I lu m STANDARD DETAILS Andtrllk, Assoc. STORM SEWER Aqq. 1974 Consulting Eagifteers --21 JVNCTION MANHOLE WITH REINFORCED J on. 1980 St. Poul. mine TOP SLAB 27" round 0 opening for R3250-A costing, or equal. Dimension from bock of curb to center of pipe, 6'dia.MH=2"bk,, 1' dia. MH = 12" back. Catch basin casting, Neenah R325 0-A , or equal. (w/ D. or D.R. grate) Min. of 2, Max. of 3 concrete adjustment rings. 6' 1 precast reinforced concrete slab All joints in manhole to hove li d' ring rubber gaskets. Use opening in 4! manhole section t 0 24' 1 diameter. Min. slab th'ickn-ess, d' fa 14"depth. Increase I"for each 4' of d-epth greater than 14' and reinforce with d'x 6: WAREM Bonestroo, Rosene Anderlik a Assoc, Inc. Consulting Engineers St. Paul, Minnesota Revisions *4« «* Jan. 1980 J Nov. 1983 1 1-15 Catch basin costing, Weenah R3067 or equal Min. of 2 Max. of 3 concrete adjustment rlA l ot ,,, precast reinforced concrete slab I st manhole sections Al I joints in manhole to have Ol d' ring rubber gasket. Manhole steps le'Q C. R-198IJ or equal aluminum steps approved 8!'precost segmental concrete block to the top of the pipe, for manholes with pipe diameter over 24". Plaster exterior. Use opening in 4'manhole sectior to 24' diameter. Min. slab thickness, 6" for 14' depth. Increase I"for each 4« of depth greater than 14' and reinforce vdth 6 x 6 all ¢+» «, +t Rosens Anderlik Ek Assoa-,ln Consulting Engineers st, Paul, Minnesot I]' STANDARD DETAILS TYPE :M CATCHBASIN MANHOLE S + ) nm j 0 d o • Variable JS 0 0 L Lzo "I I a 14 1 1 11 it Bc Denotes outside diameter of Pipe Barrel 0 Bonestroo, Rosene, STANDARD DETAILS -Anderlik 8 Assoc. Inc. Consulting Engineers IMPROVED FOUNDATION St. Paul, Minnesota FOR RCP, VCP & DIP 6 Pay Dept h I ncrements 6" (Typical) -Coarse Filter Aggregate (Mn DOT Spec. 3149H Modified) • lid lam! y . Backfill It Bedding It N Granular Borrow (MnDOT Spec. 3149A, Moed) 51 Minim u = BC , + 12' PIPE FOUNDATION a BEDDING IN GOOD SOILS ";T: l Compacted Backfill .. Bc 12 Bedding 6 Pay Depth Foundation d 6 Increments Variabl , (Typical) 7 I "'— Coarse Filter It Bc" Denotes outside L Minimum = 2d+Bc+12' I Aggregate diameter of Pipe (Mn. DOT Spec. 3149H Barrel Modified) PIPE FOUNDATION a BEDDING IN POOR SOILS Bonestroo, Rosene, Anderlik a Assoc. Inc. Consulting Engineers St. Poul, Minnesota STANDARD DETAILS PVC PIPE FOUNDATION St BEDDING METHODS I PLAN BENI 1. DIMENSIONS IN TABLE ARE BASED ON A WATER PRESSURE OF 150 PS 1. AND AN EARTH RESISTANCE OF I TON PER $0. FT. 2 WOOD BLOCKING MAY BE USED IN LIEU OF qRETE FOR 6" 8 8" 9 45 BENDS AND FOR 6 8 a 12 " 0 221/2 0 BENDS PROVIDED AREA IN c6NY4CT WITH EARTH IS SAME AS AREA SHOW! 3. DIMENSION C C C SHOULD BE LARGE ENOUGH TO MAKE ANGLE 0 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. Bonestroo, Rosene, Anderlik & Assoc., Inc. Consulting Engineers St. Paul, Minnesota 9m • ffl - 6 Distance to C variable 1/2" r 3 r Ma 1/2 r TYPE A - 3/4" er f I. — sl e STANDARD SECTION CONCRETE CURB & GUTTER 18 6 Distance to variable 1/2 r 3 11 slo 9 3/411 er ft. C\j 1/2 3 s i o 314' r ft 0 12 1 12" 1/2"r r Me TYPE It B of STANDARD SECTION M.H.D. B624 CONCRETE CURB a GUTTER STANDARD SECTION SURMOUNTABLE CONCRETE CURB & GUTTER surface TYPE " D" STANDARD SECTION M. H. D. B6 Grovel base CONCRETE CURB Type'W or Type'B" Curb 311 r TYPE — A, B,C,D s l o pe 3/4" it, STANDARD SECTION DRIVEWAY in 1- 10" j 16'!Type A, 'IT B r-- 12 -' 127—TVDe C Bonestroo, Rosene, Anderlik a Assoc, Inc. Consulting Engineers St Paul, Minnesota STANDARD DETAILS CONCRETE CURB a GUTTER "Vt I a'1 �A' I m m 4" CAP STONE Bonestro• , Rosene Anderlik aAssoc., Inc. Consult ling Engineers ST Pbul, Minnesota KEYSTONE RETAINING WALJ O'to 4' HEIGHT 0 , VIIIIIII19171= 1/2"/GOURSE BATTER TYR Bonestroo, Rosene Anderlik a Assoc., Inc. Consu Itl ing Engineers ST Paul , Minnesota STANDARD DETA H.S KEYSTONE RETAINING WALL 4'to 8' HEIGHT 9�1111111 3 TENSAR GEOGRID OD I REINFORCING ATS -, PRODUCT NO. SRI X 2 0 6' CC) -0" MIN x -1 X - 1 < co C\j 0 0 ® x C\j 0 2 b 8"KEYSTONE 6" MIN. COMPACTED GRANULAR CONC. UNIT FILL, MN/ DOT SPEC. 3149. 2 A Bonestroo, Rosene Anderlik a Assoc., Inc. Consu Itl ing Engineers ST Paul , Minnesota STANDARD DETA H.S KEYSTONE RETAINING WALL 4'to 8' HEIGHT 9�1111111 SUPPLEMENTAL CONDITIONS OF THE CONTRACT 3.1. AWARD OF CONTRACT The ward of the project shall be made to the lowest responsible bidder based on the lowest base bid amount. The owner reserves the right to retain all bids for 45 days prior to warding the Contract. 8.14. ONE -YEAR CORRECTION PERIOD The correction period is herewith revised to two years. OUT -OF -STATE CONTRACTOR SURETY DEPOSIT When an out -of -state Contractor enters into a contract that exceeds $100,000.00, the Contractor must file Form SD -E, Exemption from Surety Deposits for Out -of- State Contractors, with the Minnesota Department of Revenue. If the Contractor is exempt from the surety deposit requirements, he shall provide the Owner with a copy of the form showing the Revenue Department certification. If the Contractor is not exempt, the Owner will withhold an additional eight (8) percent of each payment made to the Contractor and forward those funds to the Minnesota Department of Revenue. Forms and information can be obtained by calling (612) 296 -6181 or (toll free) 1 -800- 657 -3777. CERTIFICATE OF COMPLIANCE WITH MINNESOTA STATUES 290.92 & 290.97 Upon completion of the project and prior to final payment, the Contractor and all subcontractors shall complete Minnesota Department of Revenue Form IC -134, revised September, 1989. This form, Withholding Affidavit for Contractors, must be stamped and dated by the Department of Revenue and forwarded to the Owner. Contractors can obtain copies of this form from the Owner or from the Minnesota Department of Revenue, Mail Station 4450, St. Paul, MN 55416 or by calling (612) 296 -6181. 34114S Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 7.2.3. The Contractor's duties with respect to progress of the work are set forth in Section 3, paragraphs 3.6, 3.7,;3.8 and 3.9. 7.2.4. The Contractor' duties with respect to insurance and bonds, legal responsibility and safety are set forth in Section 6. 7.3. OWNER'S RESPONSIBILITIES 7.3.1. The Owner shall issue all communications to the Contractor through the Engineer. 7.3.2. The Owner shall furnish the data required of the Owner under the Con - tract Documents promptly and shall make payments as provided to the Contractor promptly after they are due. 7.3.3. The Owner's 'duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in paragraph 5.1 and 53. The Owner shall make available to the Contractor copies of reports of investigations and tests of subsurface and latent physi- cal conditions at the site or otherwise" affecting performance of the work which have been relied upon by the Engineer in preparing the drawings and specifications. Such reports are not guaranteed as to accuracy or complete- ness and are not part of the Contract Documents. 7.3.4. In connection with the Owner's rights to request changes in the work in `accordance with Section 10, the Owner (especially in certain instances as provided in paragraph 10.4) is obligated to execute Change Orders.' 7.3.5. The Owner's responsibility in respect of certain, inspections, tests and approvals is set forth in paragraph; 8.10.2. 7.3.6. In connection with Owner's right to stop work or suspend work, see paragraphs 8.17 and !12.1. Paragraph 12.2 deals with the Owner's right to terminate: services of the Contractor under certain circumstances. 7.4 ASSIGNMENT OF CONTRACT The Contractor shall neither sublet, sell, transfer, assign or otherwise dis'- pose'of the Contract or any portion thereof, or of his right,; title or 'inter- est therein, or his 'l obligations thereunder, nor, if this Contractor is a cor- porate entity, sublet, sell, transfer or assign a majority of the outstanding shares of 'stock in the corporation, without prior written consent of the Owner. In case written consent is given, the Contractor will be permitted to sublet a portion of the contract or corporate stock thereof, but shall per - form, with his own organization, Work amounting to not less than 50 percent of the total original contract price. No subcontracts or transfer of contract or corporate stock shall release the Contractor of his liability under the Con- tract or Bonds. - 1 1/85'- 8505b Copyright 1985 Bonestroo, Rosene, Anderl'ik & Associates, Inc. 7.5 RIGHTS OF VARIOU INTERESTS Wherever Work being done by the Owner's forces or by other Contractors is con - tiguous to Work covered by this Contract, the respective rights of the various interest's involved shall be established by agreement to secure the completion of the various portions of the Work in general harmony, 7.6 SEPARATE CONTRACTS The Owner may let other contracts in connection with the Work of the Contrac- tor. The Contractor shall cooperate with other Contractors' with regard to storage of materials and execution of their Work.' It shall be the Contrac- tor's responsibility to inspect all work by other Contractors affecting his Work and to report to the Engineer any 'irregularities which will not permit him to commence or complete his work in a satisfactory manner. His failure to notify the Engineer of such irregularities shall indicate the work of other Contractors has been satisfactorily completed to receive his Work. The Con - tractor shall not be responsible for defects of which he could not have known through reasonable inspection thereof, which develop in the Work of others after the Work is completed. It shall be the responsibility of the Contractor to measure the completed work in place and report to the Engineer immediately any difference between completed work by others and the Drawings. 7.7 SUBCONTRACTS Nothing herein shall create any legal relationship between the Owner or Engi- neer and any subcontractor, and no subcontractor shall have any rights under this Contractor's agreement with the Owner. The Contractor's award of sub- contracts shall be ''subject to the following: 7.7.1 Unless otherwise specified in the Contract Documents, the Contractor shall, upon receipt of the executed Contract Documents, submit in writing to the Owner the names of the Subcontractors proposed for the Work. Subcontrac- tors may not be changed except at the request or with the consent of the Owner. Contractor shall not employ any Subcontractor or other person or organization (including those who are to furnish the principal items of mater- ials or equipment), whether initially or as a substitute against whom Owner or Engineer may have reasonable objection. A Subcontractor or other person or organization identified in writing to Owner and Engineer by Contractor prior to the Notice of Award and not objected to in writing by Owner or Engineer prior to the Notice of Award will be deemed acceptable to Owner and Engineer. Acceptance of any Subcontractor, other person or organization by Owner or Engineer shall not constitute a waiver of any right of Owner or Engineer to reject defective Work. If Owner or Engineer after due investigation has reasonable objection to any Subcontractor, other person or organization pro- posed by Contractor after the Notice of Award, Contractor shall submit another acceptable Subcontractor at no change in the Contract Price'. Contractor shall not be required to employ any Subcontractor, other person or organization against whom Contractor has reasonable objection. az 1/85 - 8505b Copyright 1985 Bonestroo, Ro'sene, Anderlik & Associates, Inc. 8.2.2 Engineer will record time required by Engineer and Engineer's con- sultants in evaluating substitutions proposed by Contractor and in making changes in the Drawings or Specifications occasioned thereby. Whether or not Engineer accepts a proposed substitute, Contractor shall reimburse owner for the charges of Engineer and Engineer's consultants for evaluating any proposed substitute. 8.3 MATERIALS FURNISHED BY OWNER 8.3.1 Materials specifically indicated shall be furnished by the Owner. Be- fore incorporating any of the materials into the Work, the Contractor shall inspect the materials so furnished by the Owner. If the Contractor discovers any patent defects in material furnished by the Owner, he shall notify the Engineer. 8.3.2 Unless otherwise noted or specifically stated, materials furnished by the Owner are considered to be f.o.b. the nearest railroad station or truck line. The Contractor shall transport the materials to the job site, unload and properly protect all such materials from damage or loss. The shall be responsible for material loss or damage after receipt of materials at the point of delivery. 8.4 STORAGE OF MATERIALS Materials shall be so stored by the Contractor as to insure the preservation of their quality and fitness for the Work. When considered necessary, they shall be placed on wooden platforms or other hard, glean surfaces, and/or they shall be placed under cover and not on the ground. 'Stored materials shall be located so as to facilitate prompt inspection. Private property shall not be used for storage purposes without the written permission of the Owner or les- see thereof. 8.5 SAMPLES All samples called for in the Specifications or required by the Engineer shall be furnished by the Contractor and shall be submitted to the Engineer for his review. Samples shall be furnished so as not to delay the commencement or completion of the Project. The Contractor shall furnish such samples of mate- rial as may be required for examination and testing. All materials and work-, manship shall be in accordance with approved samples. All samples of mate- rials for tests shall be taken according to methods provided for in the Specifications. 8.6 FURNISHING OF PRODUCT DATA Product Data are illustrations, standard schedules, performance charts, in- structions, brochures, diagrams and other information furnished by the Con- tractor to illustrate a material, product or system for some portion of the Work. - >27 - 1/85 - 8505b Copyright 1985 Bonestroo, Rosene, Anderlik Associates, Inc. 8.6.1 The Contractor shall 3 be required by the Special Pi manufacturered item of equipn including specific performan( working pressure, material gz general type. 8.6.2 This data shall be con neer before any of the equipn 8.6.3 All data shall be'ind( graph for easy reference. 8.6.4 After review, this dal be deviated from except upon! 8,6.5 Product Data for equil supersede the !Contract Docum( the Contractor from responsit Specifications unless he has deviations at the time of fu the Contractor from responsil furnished. The Contractor sl with the Contract Documents 8.6.6 It shall be the respo be furnished fit the space a` measurements to ascertain sp< and shall order such sizes a7 shall suit the intent and me 8.6.7 Where equipment requi those shown is allowed, it sl install the equipment so as j the intent of the Drawings al work required by the differe 8.6.8 Product Data shall be reviewed, checked and approv with the requirements of the Documents and after he has ve criteria, materials, catalog, Product Data, the Contractor has been coordinated with th4 tions. 8.7 QUALITY OF EgU IPMENT AST] 8.7.1 In order to 'establish ifications, has referred to 1/85 _ 8545b Copyright. 1985 Bonestroo, Rosene, Anderlik &'Associates, Inc. SECTION ,9 MEASUREMENT, P AND PROJECT ACCEPTANCE 9.1 DETAILED BREAKDOWN OF CONTRACT AMOUNT Except in cases where unit prices form the basis for payment under the Con - tract Documents, the Contractor shall, within ten (10) days of receipt of the Contract Documents, submit an itemized breakdown of the Contract Amount having the value, including an allowance for profit and overhead, assigned to each part of the Work. Unless the 'breakdown iof the Contract Amount is objected to by the Owner, it shall be used as the basis for all Requests for Payment. 9.2 REQUEST FOR PAYMENT The Contractor may !submit periodically, but not more than once each month!, a Request for Payment' for Work done and materials !delivered and stored on the site. Payment' for materials stored on the site will be conditioned on the following: (a) The Contractor shall submit evidence to establish the Owner's title to such materials. (b) Acceptable provisions have been made for storage. (c) The Contractor shall provide and maintain insurance against all loss,, theft, vandalism, damage and similar peril for the full value of the stored material. The insurance on the stored material shall name the owner as insured. Each Request for Payment shall be itemized' and computed from the Work com- pleted on all items listed on the Detailed Breakdown of Contract Amount. Where unit prices are specified, the Request for Payment shall be based on the quantities completed. The Owner shall pay to the Contractor an amount not to exceed 95% of the amount earned under the Contract subject to the approval outlined in Section 9.3 and the provisions of Section' 9.4 and 9.5. However, when the Work required under the Contract is 95% or more completed, upon recommendation of the Engineer, such portions of the retained money shall be released as the Owner determines are not required to be retained to protect the Owner's interest in satisfactory completion of the 'Contract. 9.3 ENGINEER'S ACTION ON A REQUEST FOR PAYMENT Within ten (10) days of submission of any Request for Payment by the Contrac- tor,' the Engineer shall recommend to Owner (a) Approval of the Request. for Payment as submitted, or, (b) Approval of such other amount as Engineer shah consider is due the Contractor, informing the Contractor in writing of his reasons for recommending approval of the modified amount; or, 1185 - 8507b Copyright 1985 Bonestroo, Rosene, Ander'lik & Associates, Inc. If the Contractor claims that ad( limited to (1) any written inter] the Owner to stop the Work when written order for a minor change 11.2 CHANGE IN 'CONTRACT PRICE Contractor in advance of performance of the change in work in one or more of the 'following ways:' 11.3.1 By mutual acceptance of a lump sum properly itemized, 11.3.2 By unit prices stated' in the Contract Documents or subsequently agreed upon (unit prices shall include an allowance for Contractor's main office ex- pense, overhead, profit and bond), or 11.3.3 By actual cost of the changed c work, plus an allowance for overhead, supervision and profit, as defined as follows: 1. The "cost of the changed work shall mean costs necessarily incurred in the proper ;performance of the changed work and paid by Contractor' at rates not higher than the standard paid in the locality of the work (except with prior consent of the Owner) as more specifically defined as 'follows: a. The cost of the changed work shall include: (1) Wages paid for labor in the direct employ of Contractor in the performance of the changed work in the field or in the fabrication shop under` applicable collP (-tl.vr bargaining agreements or under a salary or wage schedule agreed upon by 'Contractor and Owner, plus a payroll markup of 40 percent to cover all overhead items applicable to payroll, such as insurance, taxes, F.I.C.A., workmen's' compensation, unemployment taxes, and union benefits. (2) Cost of all materials, supplies and equipment incorporated in the changed work. (3) Cost,`, including maintenance of all materials, supplies, equip - ment, ;temporary ;facilities and hand tools owned by workmen, which are consumed in the performance of the changed work, and cost less salvage value on such items used but not consumed which remain the property of the Contractor. (4) Rental charges of all necessary machinery and equipment, exclu- sive of hand tools, used in performing; the changed work, including installation, minor ;repairs and replacements, dismantling,, removal, transportation and delivery costs thereof at rental charges consistent with those ; prevailing ' in the area. (5) Cost of additional premiums for all ,bonds and insurance which the Contractor is required by the Owner or contract documents to purchase and maintain and which is incurred as a result of performing the changed work. (6) Sales, use or similar taxes, related to the changed work and for which the Contractor is liable,; imposed by any governmental authority. (7) Permit fees, royalties, damages for infringment of patents and costs of defending suits therefore, and deposits last for causes other; than the Contractor's negligence, 42 1/85 - 8507b Copyright 1985 Bonestroo, Rosene, Anderlik & Associates, Inc. (d) If Contractor files a petition to take advantage of any debtor's act, or to reorganize under the bankruptcy or similar laws, (e) If Contractor 'repeatedly fails to supply sufficient skilled workmen or suitable materials or equipment, (f) If Contractor repeatedly fails to make prompt payments to Subcontrac- tors or for labor, materials or equipment, (g) If Contractor disregards laws, ordinances, rules, regulations or orders of any public body having jurisdiction, (h) If Contractor disregards the authority of Engineer, or (i) If Contractor otherwise violates in any substantial way any provisions of the Contract Documents, Owner may after giving Contractor and his Surety seven days' written notice, terminate the services on Contractor, exclude Contractor from the site and take possession of the Work and of all Contractor's tools, appliances, con - struction equipment and 'machinery at the site and use the same to the full ex- tent they could be used by Contractor (without' liability to Contractor for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which Owner has paid contractor but which are stored elsewhere, and finish the Work as Owner may deem expedient.' In such case Con - tractor shall not be entitled to receive any further payment until the Work is finished.` If the unpaid balance of the Contract' Price exceeds the direct and indirect costs of completing the Work,' including compensation for additional professional services, such excess shall be ',paid to Contractor. If such costs exceed such unpaid balance, Contractor shall pay the difference to Owner. Such costs incurred by Owner shall be verified by Engineer and incorporated in a Change Order, but in finishing the Work, Owner shall not be required to.ob- tain the lowest figure for the Work performed. 12.2.2 Where Contractor's services have been so terminated by Owner, the ter- mination shall not affect any rights of Owner against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Con - tractor by Owner will not release Contractor from liability.' 12.2.3 Upon seven days' written notice to Contractor and Engineer, Owner may, without cause and without prejudice to any other right or remedy, elect to abandon the Work and terminate the Agreement. In such case, Contractor shall be paid for all Work executed and any expense sustained plus reasonable ter - mination expenses. 12.2.4 If, after notice of termination for failure to fulfill contract obligations, it is determined that the Contractor has not defaulted, the termination shall be deemed to have been effected for the convenience of the Owner and the Contractor shall be paid in accordance with paragraph 12.3. -46- 1/85 - 8507b Copyright 1985 Bonestroo, Ros'ene, Anderlik & Associates, Inc'. 12.3 CONVENIENCE TERMINATION BY THE OWNER The Owner reserves the right to terminate the Work under this contract in whole, or from time to time in part, and said termination for convenience shall not be construed as a breach of the Contract. If the Contract is ter- minated for convenience, ithe owner shall give the Contractor written notice specifying the extent the Work of the Contract that is being terminated and the effective date of said termination. Upon receipt of the notice of termi- nation, the Contractor shall stop work on the date and to the extent speci- fied. The Contractor shall place no further orders nor incur any further costs for the terminated parts of the Work. The Contractor shall further ter- minate all orders and subcontracts relating to the terminated part of the Work. The Owner shall pay the Contractor for the value of the Work terminated as completed to the termination date together with a reasonable profit on the completed Work, but no damages or costs or lost profits. Disposition of the completed parts of the terminated work, materials, equipment and other tang- ible property shall be made as agreed upon by the Owner and Contractor. The title to any property and materials retained by the Owner shall accrue to the owner immediately upon payment by the Owner to the Contractor. 12.4 CONTRACTOR MAY STOP WORK OR TERMTNATE If, through no act or fault of Contractor, the Work is suspended for a period of more than ninety days by owner or under an order of court or other public authority, or Engineer fails to act on any Application for Payment within thirty days to pay Contractor any sum finally determined to be due, the Con- tractor may, upon seven days' written notice to Owner and Engineer, terminate the Agreement and recover from owner payment for all Work executed and any ex- pense sustained plus reasonable termination expenses. In addition and in lieu of terminating the Agreement, if Engineer has failed to act on an Application for Payment or Owner has failed to make any payment as aforesaid, Contractor may upon seven days °r notice to owner and Engineer stop the Work until payment of all amounts then due. The provisions of this paragraph shall not relieve Contractor of his obligations to carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with Owner. SECTION 13 MISCELLANEOUS 13.1 LIMITATION OF LIABILITY In no event, either as a result of breach of contract, negligence, or other- wise, shall the Ownpr or Engineer or their agents or Employees be liable for damages or loss of profits, loss of use, loss of revenue, loss of bonding ca- pacity, or any other special, indirect or consequential damages of any kind. To the extent the Contract Documents allow any liability to be imposed, the total liability of the Owner and Engineer for any loss, claim, or damage aris- ing out of this agreement or the performance or breach thereof, shall be lim- ited to the value of the work performed. - 47 1/85 - 8507b Copyright 1985 Bonestroo, Rosene, Anderlik & Associates, Inc. 13.6 PRESERVATION OF HISTORICAL OBJECTS 13.6.1 Where historical objects of; potential 'archeological or paleonto- A=m interregional Group 1930 West 77th Street, Ste 210 Wine, MN 0435 1=612-893-1400 COMPANIES AFFORDING COVERAGE AUTOMOBILE LIAB C .X: AN,.' RUTO jX: K! OKSO UTHRHV PAS& X PRIV PASS) !: HUED KTHS 1XI NOVORED AUNS Gum Lunny n=A FUM OTHER FCO'Ir'lg WORKERS' COMP AND EMPLOYMRS' LjjPj !OTHER BP 5599 BP 5599 7/19/89 -------------- 7/19/89 INNUMMMMI 7/19/90 7/19/90 1 AN h3h BODILY XURY (PER AM PROFUTY ]AREGE 05 CDRBUED 00 i6e) BT & P9 ! un= 1000 11000 100 500 100 ]AEASEQ2 ENTNIq ---------------- 1TERS , roject #456 Kderlying policy limits for Property Damage Auto Liability are per iccurrence and are not aggregate ?7FRKE too" z"s ch=Rnos S= AND OF HE AHVE HEnAED T=N BE CAKEIAD BEERE AE Ell"- 1DEUX DAY HUEY, ME 30 ity of New Hope DUE WH7H{ NONE TO THE 2N7FNKE HOLDER ARED 15 THE =xkx 401 Xylon Ave. No. ew Hope, MN 5428 ORD 25 (8/84) NEMMMMM NQ RAKE UHN TEE CUTIFHATE HEDER, THIS CHEF= OUR UT 0ND, EXTEND OR ALAR THE NOEUGE ANOUR SY THE TKIZHS SEN0 - — ----------- - COMPANY - LETHR A WESTERN NATIONAL MUTUAL )riveway Design Inc. Lanet Johnson ------- 1850 W. Medicine Lake Road ZORPSMY ATAR C Ilymouth, MN --------- - - ------------------ -------- — -------- 15441 HTHER D 1 COMPANY HTTER E aVERAGN HIS : TO HERPY HAT NIHHS OF ASHARE AHED HLH ENE BUN :HHD TO HE ThRZD NAND ABUS HR 71! poy:y PUND 12=h Euwwmum ANY rig as Tnm OR CONDIZION OP HE CHTRACT OR OHN DOCUMENT ETH RUHN 7 U12 THE ZERNAUTZ MAY BE HSAD CP MAY PERTAIN, 11 !NSUNFE AHOUR K THE 15RAS HER= HEIR is SUNECT 7 AU THMS, EXHISM ED NNE71HS H SUCH P010HE, TYPE OF 152HRE Pow Runn ?KAY EFF 1 PKEY HE KREHIMIXITS Z THONANDS -- - ------- ----------------------- ME 1 ATS LEE D7 IRE GENERAL LIABILITY ----------------- ------- NURMEHNE EORH BP 5599 P7/19/90 jASK 500 1500 ym— COLIAPS HAZARn too 1200 OPER - --- ---- - - 1D PERII-� "IN 1 - 1. 1 1 , 1 1 , y AUTOMOBILE LIAB C .X: AN,.' RUTO jX: K! OKSO UTHRHV PAS& X PRIV PASS) !: HUED KTHS 1XI NOVORED AUNS Gum Lunny n=A FUM OTHER FCO'Ir'lg WORKERS' COMP AND EMPLOYMRS' LjjPj !OTHER BP 5599 BP 5599 7/19/89 -------------- 7/19/89 INNUMMMMI 7/19/90 7/19/90 1 AN h3h BODILY XURY (PER AM PROFUTY ]AREGE 05 CDRBUED 00 i6e) BT & P9 ! un= 1000 11000 100 500 100 ]AEASEQ2 ENTNIq ---------------- 1TERS , roject #456 Kderlying policy limits for Property Damage Auto Liability are per iccurrence and are not aggregate ?7FRKE too" z"s ch=Rnos S= AND OF HE AHVE HEnAED T=N BE CAKEIAD BEERE AE Ell"- 1DEUX DAY HUEY, ME 30 ity of New Hope DUE WH7H{ NONE TO THE 2N7FNKE HOLDER ARED 15 THE =xkx 401 Xylon Ave. No. ew Hope, MN 5428 ORD 25 (8/84) NEMMMMM NQ RAKE UHN TEE CUTIFHATE HEDER, THIS CHEF= OUR UT 0ND, EXTEND OR ALAR THE NOEUGE ANOUR SY THE TKIZHS SEN0 - — ----------- - Originating Department City Manager By: Dan Donahue 1• DP �i 1 1 o • Approved for Agenda LIM 3 -12 -90 Agenda Section Ord. & Res. Item No. 10.4 RES01UTION AUTHORIZING THE MAYOR AND CITY MANAGER TO ENTER INTO AN WITH NSP CCHPANY FOR ETECTRICAL WORK NECESSARY FOR AUrHCRTZ12TG PAYMU OF $20,000 This relates to electrical work associated with the parking lot and bathhouse development. If the resolution awarding the contract for construction of #456 is approved (RFA 10.3), then staff reconnends adoption of this resolution. MOTION BY ( X' `�L- u 16%' SECOND BY Review: Administration: Finance: RFA -001 STATEMENT OF WORK REQUESTED FORM 17 -7012 (12-81) RAW, NORTHERN STATES POWER COMPANY February 20, 19 90 WORK REQUESTED BY City of New Hope WORK TO BE AT City of New Hope Municipal Pool and Fire Station ADDRESS 4301 Xyl on Avenue North New Hope, Minnesota CONSISTING OF: Remove 4 spans of 1 phase and 3 phase overhead facilities serving the existing Honsey Pool, Fire Station. Install underground facilities to serve new bath house and renovated Activity Center. Reconnect underground pri ary cable to existing City Administrative Building. New Fire Station to have seperate underground service. All restoration to be the responsibility of City of New Hope, The facilities installed or removed by the Company shall be the property of the Company and any payment by customer shall not entitle customer to any ownership interest or right therein. The undersigned hereby requests and authorizes the NORTHERN STATES POWER COMPANY to do the work described above, and in consideration thereof, agrees to pay Twenty Tho usand and 00 /100 ($ 20, 000.00 ), in accordance with the following terms: i nvoice from Northern States Power Company Payable within 30 days after receipt of Cr it Approv Receipt of the above amount hereby acknowledged on behalf of NSP by NORTHERN,STATES P WER COMPANY Customer City o New Ho e By By NSP Representative S.W. Iskierka Const. $ Rem. $ ORIGINAL — DIVISION ACCOUNTING Division Brooklyn Center NSP Proj. No. NHGC XYL AAW Maint. $ Oper. $ Transf. $ Total $ COPY — CUSTOMER COPY -- DIVISION DISTRIBUTION ENGINEERING 4401 Xylon Avenue North New Hope, Minnesota 55428 Phone: 533 -1521 March 16, 1990 s. w. Iskierka Northern States Power Company 4501 68th Avenue North Brooklyn Center, MN 55429 Enclosed are three copies of "Statement of Work Requested" for the project at the New Hope Municipal Pool and Fire Station. At its March 12, 1990 Ming, the New Hope City Council authorized the work. Please sign all three statements and return one fully executed copy to my attention. Sincerely, 1 Valerie Leone City Clerk enc. Family Styled City For Family Living rm 9 �1#9 1 • . 21 "A kv. M • D : 1W QWMA IM, J VAN I Z, WHEREAS, electrical work is necessary for the parking lot and bathhouse development (project 456) ; and WHEREAS, Northern States Power Ccapany will perform this electrical work for the amount of $20, 000; and WHEREAS, ccepletion of the electrical work mist be ac carplished prior to the parking lot project. NOW, THEREFORE, BE IT RESOLVED that the City Council approves entering into an agreement with NSP Ccapany for electrical work and authorizes payment of $20,000. BE IT FURITM RESOLVED that the City Manager be authorized to sign the agreement on behalf of the City of New Hope. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 12th day of March, 1990. Mayor Attest: city Clerk PERPETUAL EASEMENT FOR UTILITIES AND PARKING LOT PURPOSES That part of the Northwest Quarter of the Northeast Quarter of Section 18, Township 118, Range 21, Hennepin County, Minnesota, described as follows: Commencing at the Northeast corner of Registered Land Survey No. 324, according to said document on file and of record in the office of the Registrar of Titles, Hennepin County, Minnesota; thence East, along the North line of said Northwest Quarter of the Northeast Quarter, a distance of 57.00 feet; thence South, at right angles, a distance of 33.00 feet to the actual point of beginning of said tract to be described; thence continuing South along said right angle line, to be hereinafter referred to as "Line A", a distance of 65.00 feet to an intersection with a line running Northwesterly at right angles from the centerline of Xylon Avenue; thence Southeasterly along the last described right angle line, to be hereinafter referred to as "Line B", to the East line of said Northwest Quarter of the Northeast Quarter; thence Northerly, along said East line of the Northwest Quarter of the Northeast Quarter to an intersection with a line parallel to and distant 70.00 feet Northeasterly of the above referenced "Line B", as measured at right angles to said referenced "Line B"; thence Northwesterly, along said parallel line to an intersection with a line extended Easterly from said point of beginning, as measured at right angles to the above referenced "Line A:; thence westerly, along the last described line, to the point of beginning. March 30, 1990 Job #295A03 TEMPORARY EASEMENT FOR UTILITY AND PARKING LOT PURPOSES That part of the Northwest Quarter of the Northeast Quarter of Section 18, Township 118, Range 21, Hennepin County, Minnesota, described as follows: Commencing at the Northeast corner of Registered Land Survey No. 324, according to said document on file and of record in the office of the Registrar of Titles, Hennepin County, Minnesota; thence East, along the North line of said Northwest Quarter of the Northeast Quarter, a distance of 57.00 feet; thence South, at right angles, along a line to be hereinafter referred to as "Line A", a distance of 33.00 feet to a point to be hereinafter referred to as "Point C"; thence continuing South, along the southerly extension of said referenced "Line A", a distance of 65.00 feet to an intersection with a line running Northwesterly at right angles from the centerline of Xylon Avenue; thence Southeasterly along the last described right angle line, to be hereinafter referred to as "Line B", to the East line of said Northwest Quarter of the Northeast Quarter; thence Northerly, along said East line of the Northwest Quarter of the Northeast Quarter to an intersection with a line parallel to and distant 70.00 feet Northeasterly of the above referenced "Line B", as measured at right angles to said referenced "Line B"; said point of intersection is to be the actual point of beginning of said described tract; thence Northwesterly along said parallel line to an intersection with a line extended Easterly from the above referenced "Point C", as measured at right angles to the above referenced "Line A:; thence westerly, along the last described line, to the above referenced "Point C"; thence Northerly, along the above referenced "Line A" to an intersection with said North line of the Northwest Quarter of the Northeast Quarter; thence Easterly along said North line of the Northwest Quarter of the Northeast Quarter to the Northeast corner of said Northwest Quarter of the Northeast Quarter; thence Southerly along said East line of the Northwest Quarter of the Northeast Quarter, to the point of beginning. March 30, 1990 Job #285A03 �� \ ! ! J C &OW-C .w, WOOD F { Q 0 W FENCE �.� ! 0 1 II - -� - - -- oarot% ! ! —BIT //� EDGE �000 Z' \. I I--,_ aw 1 f 1 XISTING ERFOROED, DRAIN FIELD AREA E MAINTAIN STING \PIPE PERFORATED AS REQUIRE'' I--,_ aw 1 f 1 V z H Cr] +-J 0 4J Z 0 Z 0 >A..' O r i p H D? N N H 0 o O�4-�4 �o < c w ra v Z O 0 n �y H H O 0 �i r >1 o it x a as a 3 �•,oz X 41 V 5 o Ln U Q - 0 c4 w ALLIED TEST DRILLING COMPANY Proposed Parking Lot Expansion - New Hope City Hall PROJECT: 90021 - 4401 Xylon Avenue North, New Hope, Minnesota LOG OF BORING NO: 1 DEPTH SURFACE ELEVATION: 91.5.8 SAMPLE LAS & OTHER TESTS--- IN FEET GEOLOGY N WS / DESCRIPTION AND CLASSIFICATION TYPE R W - DEN L. L P.L] Ok Brown-black Sl Organic Loam FA W/ undecomposed vegetation (OL-ML) 1 F (moist when tLawedLj Dk Brown Loam (ML) Fz (moist 2 FA w/ tr gravel when thawee) Black Organic Clay Loam (OLJ q FA 3- w/ undec etation traces omposed ve � v moi 7 4-Lt Blue-gray Clay Loam (CL) A FA w/ tr gravel stains moist to v moist, w/ red iron 5- Brown Clay - Loam (CL) 5 FA 6- w/ tr gravel 5.8 moist to V moist, W/ occ red 7 -n iron stain El 10 w/ a little Gravel I I 1 61 FA 11- mottled jF4 13 Blue-gray Clay (CH) 7 FA 14- gritty w/ a little gravel 15 moist to V moist End of Boring - No Refusal 17 is 19- Bore hole backfilled with na- 20- tive cuttings on 28 February 1 990 21- WATER LEVEL MEASUREMENTS DRILLING DATA SAMPLED CASING :.AVE•IN OAILLING WATER DATE TIME DEPTH DEPTH DEPTH MUDLEVEL LEVEL Crew Chief: Q Eagles 27 Feb 3:00 15 14, M Power Fli Auger 28 10: 12'10 5'10 F_ I Boring Completed: 27 February 1990 I ALLIED TEST DRILLING COMPA"MI Proposed Parking Lot Expansion - New Hope City Hall PROJECT. 90021 - 4401 Xylon Avenue North, New Hope, Minnesota LOG OF BORING NO: 2 DEPTH SURFACE ELEVATION: 917.0 SAMPLE LAB & OTHER TESTS IN GEOLOGY N WE TYPE L L IPZI FEET DESCRIPTION AND CLASSIFICATION R W DEN Dk Brown Loamy Sand (SM) FA w/ some gravel w/ organic traces Fz (moist when thawed) ; Gray-brown Clay Loam (CL) FA 2- w/ a little gravel �Fz (moist to v moist when thawed) 3 FA 3-Blue-gray Clay Loam (CL) �w/ little gravel 4 FA 4- moist V moist Gray moist very gritty 5 FA moist to v moist 6- 7 1 ] Refusal - End of Boring 9 10 11 12 13• 14- 15- Bore hole backfilled witn na- 16- tive cuttings on 28 February 1 9 17- I PE `E WATER LEVEL MEASUREMENTS SAMPLED CA SING � �_s.VE-IN DAILLdNG WATER ' M DATE TIME I DEPTH ' DEPTT H DEPTH MUD LEVEL LEVEL 7 Feb 7 a still m aroi 8 11 11:15 lafter auger w/d) 6'9" , None Crew Chief: G r Method- 5" Power Flight Auger Boring Cornpleted 27 Febrj�ar�� 1 JS0. ALLIED TEST DRILLING COMPANY PROJECT: Boring Log Key eee� LOG OF BORING NO: DEP q LAS & OTHER STS 3TH 114 FE ET DESCRIPTION AND CLASSIFICATION 1 i� 3- -1— 11 II Visual Classification of Soil 4- According to Unified Soil Origin Classification Symbol Shown of Soil 5- in Parentheses 16 17 is 19 20 21 WATER LEVEL MEASUREMENTS DATE nu E ­ FSAMPLED I CASING CAVE-IN I DRILLING WATER TDEPTH DEPTH I DEPTH tMUD LEVE LEVEL I fi I A-Liquid Limit Plastic Limit I Dry Density of Soil in Pounds Per Cubic Foot Moisture Content of soil as a Percent of Dry Soil Weight Length of Soil (in Inches) Recovered in Split Spoon Sample Indicates Type of Sample: SS = Split Spoon FA = Flight Auger N = None Crew Chief. Method: Boring Compieted: I Number of 7- Hammer Blows to Drive 8- Split Spoon One Foot 9- (dual values indicate each 6 increment) 10- Indicates By I Y = Yes N = No 12 if Soil is 131 Water Bearing Water Level 141 15 16 17 is 19 20 21 WATER LEVEL MEASUREMENTS DATE nu E ­ FSAMPLED I CASING CAVE-IN I DRILLING WATER TDEPTH DEPTH I DEPTH tMUD LEVE LEVEL I fi I A-Liquid Limit Plastic Limit I Dry Density of Soil in Pounds Per Cubic Foot Moisture Content of soil as a Percent of Dry Soil Weight Length of Soil (in Inches) Recovered in Split Spoon Sample Indicates Type of Sample: SS = Split Spoon FA = Flight Auger N = None Crew Chief. Method: Boring Compieted: I Attachment to Soil Investigation Report ALLIED TEST DRILLING COMPANY CLAY 100% TEXTURAL CLASSIFICATION OF SOILS from: Mn/DOT Grading & Base Manual Figure B 5-592-603 Note: The term "Loam" refers to a particular mixture of sand, silt, and less than 20% clay. Adjectives describe the predominating material(s) in a loam. AASHTO Gradation specifications: Gravel 2.0mm+ Sand 0.074 - 2.0 mm Silt 0.005 - 0.074 mm Clay less than 0.005 mm ALLIED TEST DRILLING UNIFIED SOIL CLASSIFICATION SYSTEM (ASTM D -2487) MAJOR DIVISION SYMBOL DESCRIPTIONS GW WELL- GRADED GRAVELS AND GRAVEL -SAND MIXTURES WITH LITTLE OR NO FINES GRAVELS GP POOR - GRADED GRAVELS AND GRAVEL -SAND MIXTURES w > LESS THAN WITH LITTLE OR NO FINES H 50% `n PASSING GM SILTY GRAVEL, GRAVEL- SAND -SILT MIXTURE C) #4 SIEVE 0 N GC CLAYEY GRAVELS, GRAVEL -SAND -CLAY MIXTURES U) z � H H U1 SW WELL - GRADED SANDS, GRAVELLY SANDS, LITTLE OR a SANDS NO FINES Q ° z o GREATER POORLY - GRADED SANDS, GRAVELLY SANDS, LITTLE OR H Ln THAN SP NO FINES az 50% W H PASSING 44 SIEVE SM SILTY SANDS, SAND -SILT MIXTURES rn a U <U) o Sc CLAYEY SANDS, SAND -CLAY MIXTURES INORGANIC SILTS AND VERY FINE SANDS, ROCK FLOUR, SILTS ML SILTY OR CLAYEY FINE SANDS OR CLAYEY SILTS WITH AND SLIGHT PLASTICITY INORGANIC CLAYS OF LOW TO MEDIUM PLASTICITY, CLAYS H LIQUID CL GRAVELLY CLAYS, SANDY CLAYS, SILTY CLAYS, LIMIT LEAN CLAYS via LESS THAN ORGANIC SILTS AND ORGANIC SILTY CLAYS OF LOW -� 50% OL PLASTICITY 0 in ` SILTS INORGANIC SILTS, MICACEOUS OR DIATOMACEOUS p � w AND MH FINE SAND OR SILTY SOILS x w CLAYS CH INORGANIC CLAYS OF HIGH PLASTICITY, FAT CLAYS H Ei a H LIQUID LIMIT H GREATER o H THAN OH ORGANIC CLAYS OF MEDIUM TO HIGH PLASTICITY, w w c7 50% ORGANIC SILTS PEAT, HUMUS, SWAMP SOILS WITH HIGH ORGANIC PT CONTENTS DUAL SYMBOLS USED FOR BORDERLINE CASES COUNCIL I "'A 5101 • " • • Originating Department Approved for Agenda Agenda Section Parks and Recreation 12/10/90 Consent Item No. Shari French By: By: 6.12 RESOLUTION APPROVING ADDITIONAL COST OF $41,152.69; ACCEPTANCE OF PROJECT NO. 456 (COMMUNITY CENTER PARK IMPROVEMENTS); AND AUTHORIZATION TO MAKE FINAL PAYMENT TO DRIVEWAY DESIGN, INC. The cost change totaling $41,152.69 is detailed on the attached letter from Mark Hanson. It includes quantity increases in sod, seed, concrete, water service materials, and Class 5. Staff recommends approval. MOTION BY A SECOND BY ? t TO: Review: Administration: Finance: CITY OF NEW HOPE RESOLUTION NO. 90 -220 RESOLUTION APPROVING ADDITIONAL COST OF $41,152.69; ACCEPTANCE OF PROJECT 456 (COMMUNITY CENTER PARK IMPROVEMENTS); AND AUTHORIZATION TO MAKE FINAL PAYMENT TO DRIVEWAY DESIGN, INC. WHEREAS, The City of New Hope authorized on March 12, 1990, Improvement Project 456 for the contractual sum of $285,135.20; and WHEREAS, change orders #1 & 2 were approved on 9/10/90 bringing the contractual sum to $295,160.04; and WHEREAS, change order #2 was amended by $526.13 bringing the contractual sum to $295,686.17; and WHEREAS, change order #3 was approved bringing the contractual sum to $296,436.17; and WHEREAS, quantity changes detailed on the attached letter, totaling $41,152.69, were deemed necessary to complete the project in the best possible manner; and WHEREAS, staff recommends that the project be accepted; and WHEREAS, staff further recommends that final payment to Driveway Design, Inc. be made. NOW, THEREFORE, BE IT RESOLVED, that the City Council of the City of New Hope approves the additional cost of $41,152.69 to the contract with Driveway Design, Inc. as part of Improvement Project 456 (Community Center Park Improvements) which brings the total contract to $337,588.86. BE IT FURTHER RESOLVED, that the City Council of the City of New Hope accepts Improvement Project 456 (Community Center Park Improvements) and authorizes final payment to be made to Driveway Design, Inc. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 10th day of December, 1990. Mayor Attest: City Clerk L'� / c Otto G. Bonestroo, P.E. Keith A. Gordon, P.E. Kenneth P Anderson, P.E. Miles B. Jensen, PE. Robert W. Rosene, P.E. Richard W. Foster, P.E. Mark R. Rolfs, PE. L. Phillip Gravel III, P.E. Joseph C. Anderlik, P.E. Donald C. Burgardt, P.E. Robert C. Russek, A.I.A. Rene C. Plumart, A.I.A. Marvin L. Sorvala, P.E. Jerry A. Bourdon, P.E. Thomas E. Angus, P.E. Agnes M. Ring, A.I.C.P. Richard E. Turner, P.E. Mark A. Hanson, P.E. Howard A. Sanford, PE. Jerry D. Pertzsch, PE. James C. Olson, P.E. Ted K. Field, P.E. Daniel J. Edgerton, P.E. Cecilio Olivier, P.E. Glenn R. Cook, P.E. Michael T. Rautmann, P.E. Mark A. Seip, PE. Robert R. Dreblow, P.E. Thomas E. Noyes, PE. Robert R. Pfefferle, P.E. Philip J. Caswell, P.E. Gary W Morien, P.E. Robert G. Schunicht, P.E. David O. Loskota, P.E. Ismael Martinez, P.E. Charles A. Erickson Susan M. Eberlin, C.PA. Thomas W. Peterson, P.E. Mark D. Wallis, P.E. Leo M. Pawelsky Michael C. Lynch, P.E. Thomas R. Anderson, A.I.A. Harlan M. Olson James R. Maland, P.E. Gary F Rylander, P.E. December 5, 1990 City of New Hope 4401 Xylon Ave. N. New Hope, MN 55428 Attn: Mr. Daniel Donahue Re: Community Center Parking Lot Improvements City Project No. 456 Our File No. 34114 Dear Dan, Attached is the 5th and Final Pay Request for the above project. Also attached is Change Order No. 3 ( +$750) which provides for straightening and removing existing light standards at the swimming pool and city hall. Listed below is the bid amount for each section compared to the final amount. As noted, the final contract amount is + 14.08% above the bid amount which incudes Change Orders No. 2 & 3. Change Order No. 1 did not include a cost increase or decrease but a change in scope of work. The cost increase ($41,678.82) is due to additional quantities required to complete the work from what was estimated at the time of bidding. Listed below are the significant items /quantities which increased from what was estimated: - Additional sod and seeding was constructed adjacent to the softball fields, skating rink, theater, and old fire station ( +$10,182,85). Page 1. LTR3 2335 West Highway 36 a St. Paul, Minnesota 55113 a 612 - 636 -4600 Bid Final % Amount Amount Deviation City Hall/Bathhouse Parking Lot $159,643.70 $175,632.22 Police /City Staff Parking Lot 50,016.00 61,699.07 Utilities 62,873.00 77,162,60 Bathhouse Demo/Fire Station Elec. Rev. 12,602.50 11 Change Orders No. 2 & 3 10.774.84 11300.97 TOTAL $295,910.04 $337 +14.08% As noted, the final contract amount is + 14.08% above the bid amount which incudes Change Orders No. 2 & 3. Change Order No. 1 did not include a cost increase or decrease but a change in scope of work. The cost increase ($41,678.82) is due to additional quantities required to complete the work from what was estimated at the time of bidding. Listed below are the significant items /quantities which increased from what was estimated: - Additional sod and seeding was constructed adjacent to the softball fields, skating rink, theater, and old fire station ( +$10,182,85). Page 1. LTR3 2335 West Highway 36 a St. Paul, Minnesota 55113 a 612 - 636 -4600 The width of sidewalk in front of City Hall was increased from 5' to 9', the concrete apron in front of the police garage was reconstructed, the concrete pavement beneath the old radio tower and garbage enclosure was reconstructed, and additional sidewalk along Xylon Avenue was removed and reconstructed ( +$7,676.03). The water service to the concession stand had to be reconstructed because the bathhouse contractor removed the existing water service between the new bathhouse and concession stand. The existing sewer service was not located off Zealand Avenue in accordance with the record plan so Zealand Avenue had to be open cut to connect the sewer from the new bathhouse. It was determined that the 6" PVC drain beneath the existing tennis court be connected to the new storm sewer ( +$8,546.50). Due to the wet spring and the need to complete the parking lots in a timely manner additional common excavation was required to obtain dry material and additional Class 5 was constructed beneath the sidewalk in the area of the theater and park shelter building ( +$8,682.88). All work has been satisfactorily completed. We recommend approval of Change Order No. 3 ( +$750) and payment of this 5th and final payment for $26,177.92. If you have any questions, please contact myself at this office. Yours very truly, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. Mark A. Hanson cc: Shari French Page 2. LTR3 REQUEST FOR PAYMENT DATE: December 3 1990 PLACE: New Hope, Minnesota PROJECT: Community Center Parking Lot Improvements PROJECT NO.: FILE NO.: 34114 CONTRACTOR: Driveway Design, Inc. ADDRESS: 4810 W. Medicine Lake Drive Plymouth, MN 55442 REQUEST FOR PAYMENT NO.: 5 & FINAL 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 10. Less Amount Paid Previously FOR PERIOD: From: Sep. 1, 1990 To: Nov. 16, 1990 SPECIFIED CONTRACT COMPLETION DATE: Apr 13 90 1st Deadline May 25 90 2nd Deadline Jun 4 90 3rd Deadline Jun 29 90 Entire Project $ 11 300.97 11. AMOUNT DUE THIS REQUEST FOR PAYMENT NO.: 5 & F OWNER APPROVAL: B A d CJ By Recommended for Approval by: $ 285 135.20 $ 296,436.17 $ 337 588.86 $ 0.00 $ 337 588.86 $ 0.00 $ 337 588.86 $ 311 410.94 $ 26,177.92 Date: Approved By: DRIVEWAY DESIGN, INC. Contractor By; 34114PR PROJECT: Community Center Parking Lot Improvements PAYMENT NO.: 5 & FINAL PLACE: New Hope, Minnesota FILE NO.: 34114 CONTRACTOR: Driveway Design, Inc. DATE: December 3 1990 STATEMENT OF WORK Contract Item Unit PART _I - PARKING LOT A (CITY HALL /BATHHOUSE Remove bituminous pavement S.Y. Remove concrete curb and gutter L.F. Remove concrete pavement S.Y. Subgrade preparation S.Y. Common excavation (P) C.Y. Common borrow (CV) C.Y. Subgrade excavation C.Y. Transplant existing tree Each 2331 bituminous base course Ton 2341 bituminous wear course Ton Bituminous material for mixture Ton Bituminous material for tack coat Gal. B612 concrete curb and gutter L.F. 4" concrete walk with 2' -3" joint 11,154.00 spacing & 6" Cl. 5 aggregate base S.F. 4" concrete walk & median w /6" Cl. 5 aggregate base S.F. Brick paver w /2" compacted sand 1,860.00 & 6" Class 5 aggregate base S.F. Marshall Seedless Ash - 3" cal. BxB Each Goldflame spirea (24 ", No. 7 container) Each 870.15 Page 1 34114PR 750 Unit Est'd Quantity Amount Price Quantity To Date To Date $0.50 6,600 4,601 $2,300.50 1.90 700 1,071 2,034.90 3.00 200 289 867.00 0.22 8,100 8,100 1,782.00 5.50 500 2,028 11,154.00 0.01 570 6.00 800 310 1,860.00 150.00 12 13 1,950.00 16.50 750 870.15 14,357.48 18.50 750 714.7 13,221.95 135.00 86 88.9 12,001.50 3.00 400 320 960.00 6.50 1,550 1,817.8 11,815.70 2.20 7,850 9,104.46 20,029.81 3.00 100 72 216.00 5.25 1,500 1086.7 5,705.18 250.00 29 28 7,000.00 19.00 92 94 1,786.00 PROJECT: Community Center Parking Lot Improvements PAYMENT NO.: 5 & FINAL PLACE: New Hope, Minnesota FILE NO.: 34114 CONTRACTOR: Driveway Design, Inc. DATE: December 3, 1990 STATEMENT OF WORK Page 2 34114PR Unit Est'd Quantity Amount Contract Item Unit Price Quantity To Date To Date PART I - PARKING LOT A (CITY HALL /BATHHOUSE), CONT'D. 3" rock mulch C.Y. 30.00 10 10 300.00 Topsoil borrow (LV) C.Y. 14.00 80 80 1,120.00 Sod w /3" existing topsoil S.Y. 1.35 1,000 4,000 5,400.00 Furnish & install parking lot lighting unit Each 1,200.00 2 2 2,400.00 Install existing parking lot lighting unit furnished by City Each 650.00 4 4 2,600.00 Furnish & install pedestrian lighting unit Each 2,066.00 8 8 16,528.00 Underground wire, 1 conductor No. 6 AWG L.F. 0.40 2,000 4,300 1,720.00 Underground wire, 1 conductor No. 8 AWG L.F. 0.40 1,000 1,900 760.00 1" rigid PVC conduit L.F. 1.00 1,000 1,680 1,680.00 Misc. electrical connections & requirements L.S. 2,200.00 L S 1 2,200.00 4" solid line, white paint L.F. 0.20 2,900 3,022 604.40 Furnish /install handicap parking signs Each 200.00 5 5 1,000.00 Class 5 aggregate base, 1002 crushed Ton 7.50 3,000 3,045.04 22,837.80 Brick retaining wall w /foundation & footing (Plate SP -112A) L.F. 112.00 35 35 3,920.00 Furnish & install 2" flexible PVC conduit Schedule 80 w /rope L.F. 2.50 1,200 1,408 3,520.00 TOTAL PART I - PARKING LOT A $175,632.22 Page 2 34114PR PROJECT: Community Center Parking Lot Improvements PLACE: New Hope, Minnesota CONTRACTOR: Driveway Design, Inc STATEMENT OF WORK PAYMENT NO.: 5 & FINAL FILE NO.: 34114 DATE: December 3, 1990 Unit Est'd Quantity Amount Contract Item Unit Price 11 tit To Date To Date PART II - PARKING LOT B (POLICE /CITY STAFF Remove bituminous pavement S.Y. $1.00 Remove concrete curb and gutter L.F. 1.90 Remove concrete pavement S.Y. 5.00 Subgrade preparation S.Y. 0.40 Common excavation (P) C.Y. 4.25 Subgrade excavation C.Y. 10.00 Transplant existing tree Each 150.00 Class 5 aggregate base, 100X crushed Ton 7.50 2331 bituminous base course Ton 17.50 2341 bituminous wear course Ton 19.50 2" thick bituminous trail 105.6 2,059.20 & driveway (cemetary) Ton 19.50 Bituminous material for mixture Ton 135.00 Bituminous material for tack coat Gal. 3.00 B612 concrete curb and gutter L.F. 6.50 4" concrete walk & 6" Cl 5 aggreg. base S.F. 3.00 Topsoil borrow (LV) C.Y. 16.00 Sod w/3" existing topsoil S.Y. 1.35 Modular block retaining wall S.F. 8.50 Parking lot lighting unit (dbl. luminar) Each 1,500.00 34114PR Page 3 1,500 1,500 $1,500.00 240 338 642.20 35 207 1,035.00 2,800 2,800 1,120.00 2,000 2,004 8,517.00 50 4 4 600.00 1,020 1,395.86 10,468.95 220 234.3 4,100.25 220 239.2 4,664.40 60 105.6 2,059.20 30 32.36 4,368.60 120 10 30.00 810 913 5,934.50 310 1,253.24 3,759.72 50 50 800.00 1,300 3,991 5,387.85 540 500 4,250.00 1 1 1,500.00 PROJECT: Community Center Parking Lot Improvements PLACE: New Hope, Minnesota CONTRACTOR: Driveway Design, Inc. Contract Item STATEMENT OF WORK Unit Unit Price PART II - PARKING LOT B (POLICE /CITY STAFF), CONT'D. Underground wire, 1 conductor No. 12 L.F. 3/4" rigid PVC conduit L.F. Misc. electrical connections & requirements L.S. 4" solid line, white paint L.F. TOTAL PART II - PARKING LOT B PART III - UTILITIES 18" RCP Class 5 in place 15" RCP Class 5 in place 6" PVC SDR 35, w /bedding, in place 4" PVC SDR 35, w /bedding, in place 4" DIP Cl. 52, in place Std. MH w /R -1642B cstg. Std. CBMH w /R -3067V cstg. Std. CB w /R -3067V cstg. Std. CBMH w /existing cstg. 4" resilient, wedge gate valve & box Fittings (DIP) 4" water clean -out w /4 "x4" tee & tapped coupling 0.50 1.00 500.00 0.20 PAYMENT NO.: 5 & FINAL FILE NO.: 34114 DATE: December 3 1990 Est'd Quantity Amount Quantity To Date To Date 190 190 95.00 190 190 190.00 L S 1 500.00 850 882 176.40 $61,699.07 L.F. $20.75 1,100 1,104 $22,908.00 L.F. 20.00 125 121 2,420.00 L.F. 11.50 360 829 9,533.50 L.F. 20.00 20 45 900.00 L.F. 17.00 200 218 3,706.00 Each 950.00 4 4 3,800.00 Each 1,050.00 1 1 1,050.00 Each 900.00 2 2 1,800.00 Each 850.00 2 2 1,700.00 Each 350.00 1 1 350.00 Lbs. 1.50 200 1,208 1,812.00 Each 350.00 1 1 350.00 Page 4 34114PR PROJECT: Communitv Center Parking Lot Improvements PLACE: New Hope, Minnesota CONTRACTOR: Driveway Design, Inc. STATEMENT OF WORK Unit Contract Item Unit Price PART III - UTILITIES, CONT'D. Connect 4" DIP to existing 4" DIP Each Plug 2" copper to old bathhouse and 480.00 concession building at 4" CIP Each Plug 2" copper in drain 240.00 MH at Concession Bldg. Each Plug 6" CIP sewer to old 240.00 bathhouse at fire station Each Connect 4" PVC to existing 4" cleanout 240.00 at concession building Each Construct MH over existing 6" VCP Each Connect 6 "x5" PVC reducer to ex. 5" PVC Each Connect existing sewer to CBMH 4 & MH 5 L.S. Remove existing MH's 1 & CB's (plug sewer lines) Each Connect 18" RCP to existing manhole Each Surmountable concrete curb and gutter L.F. Bituminous mixture for patch (3" thick) S.Y. Improved pipe foundation 2,100.00 per 6" depth increment L.F. Mechanical trench compaction L.F. Topsoil borrow (LV) C.Y. Sod w /3" existing topsoil S.Y. PAYMENT NO.: 5 & FINAL FILE NO.: 34114 DATE: December 3, 1990 Est'd Quantity Amount Quantity To Date To Date 240.00 1 2 480.00 240.00 1 1 240.00 240.00 1 1 240.00 240.00 1 1 240.00 240.00 1 1 240.00 1,150.00 1 1 1,150.00 200.00 1 1 200.00 1,100.00 L S 1 1,100.00 300.00 4 7 2,100.00 250.00 1 1 250.00 15.00 15 33.6 504.00 25.00 30 102.3 2,557.50 1.20 2,000 1,800 2,160.00 0.60 1,805 2,126 1,275.60 14.00 200 264 3,696.00 1.35 4,000 4,000 5,400.00 Page 5 34114PR PROJECT: Community Center Parking Lot Improvements PLACE: New Hope, Minnesota CONTRACTOR: Driveway Design, Inc. STATEMENT OF WORK PAYMENT NO.: 5 & FINAL FILE NO.: 34114 DATE: December 3, 1990 Page 6 34114PR Unit Est'd Quantity Amount Contract Item Unit Price Quantity To Date To Date PART III - UTILITIES, CONT'D. Seed with mulch and fertilizer Ac. 2,500.00 1 2 5,000.00 TOTAL PART III - UTILITIES $77,162.60 PART IV - BATHHOUSE DEMOLITION /FIRE STATION ELECTRICAL REVISION Demolish existing bathhouse & provide compacted granular backfill L.S. $9,000.00 L S 1 $9,000.00 Furnish & install 6' high chain link fence with 2" diameter posts L.F. 11.00 110 104 1,144.00 Remove existing MH & plug 6" CIP sewer Each 450.00 1 1 450.00 Revise electric service to fire station L.S. 1,200.00 L S 1 1,200.00 Sod with 3 existing topsoil S.Y. 1.35 550 TOTAL PART IV - BH DEMOL. /FS ELECT. REV $11,794.00 CHANGE ORDER NO. 1 - REVISE ELECTRICAL SERVICE TO FIRE STATION $0.00 CHANGE ORDER NO. 2 PART A Class 5 100X crushed limestone in lieu of Class 5 crushed concrete Ton $1.25 4,020 4,440.9 $5,551.13 TOTAL PART A - ADD $5,551.13 PART B Wood split rail fence L.F. $10.00 100 100 $1,000.00 TOTAL PART B - ADD $1,000.00 Page 6 34114PR PROJECT: Community Center Parking Lot Improvements PAYMENT NO.: 5 & FINAL PLACE: New Hope, Minnesota FILE NO.: 34114 CONTRACTOR: Driveway Design, Inc. DATE: December 3, 1990 STATEMENT OF WORK Unit Est'd Quantity Amount Contract Item Unit Price Quantity To Date To Date CHANGE ORDER NO. 2, CONT'D. PART C Remove & reconstruct pool deck & fencing L.S. $3,398.84 1 1 $3,398.84 TOTAL PART C - ADD $3,398.84 PART D Remove base for radio tower & reconstruct base for garbage enclosure L.S. $302.00 1 1 $302.00 TOTAL PART D - ADD $302.00 PART E 100 amp panel for pedestrian & parking lot lighting L.S. $299.00 1 1 $299.00 TOTAL PART E - ADD $299.00 TOTAL PART A $5,551.13 TOTAL PART B 1,000.00 TOTAL PART C 3,398.84 TOTAL PART D 302.00 TOTAL PART E 299.00 TOTAL CHANGE ORDER NO. 2 - ADD $10,550.97 Page 7 34114PR PROJECT: Community Center Parking Lot Improvements PLACE: New Hope, Minnesota CONTRACTOR: Driveway Design, Inc. Contract Item CHANGE ORDER NO. 3 Straighten existing swim pool lights Remove existing lights at City Hall TOTAL CHANGE ORDER NO. 3 - ADD TOTAL PART I - PARKING LOT A TOTAL PART II - PARKING LOT B TOTAL PART III - UTILITIES TOTAL PART IV - BH DEMOL. /FS ELECT. REV TOTAL CHANGE ORDER NO. 1 - NO CHANGE TOTAL CHANGE ORDER NO. 2 - ADD TOTAL CHANGE ORDER NO. 3 - ADD TOTAL WORK COMPLETED TO DATE STATEMENT OF WORK Unit Unit Price $175,632.22 61,699.07 77,162.60 11,794.00 0.00 10,550.97 750.00 $337,588.86 PAYMENT NO.: 5 & FINAL FILE NO.: 34114 DATE: December 3 1990 Est'd Quantity Amount Quantity To Date To Date Each $150.00 3 3 $450.00 Each 150.00 2 2 300.00 Y! J V. V V Page 8 31334PR PROJECT PAYMENT STATUS CITY: New Hope, Minnesota PROJECT: Community Center Parking Lot Improvements PROJECT NO.: 456 FILE NO.: 34114 CONTRACTOR: Driveway Design, Inc. ORIGINAL CONTRACT AMOUNT TOTAL CHANGE ORDERS REVISED CONTRACT AMOUNT $285,135.20 $11,300.97 $296,436.17 DATE NO. CHANGE ORDER DESCRIPTION 3/26/90 1 Revised Electric Service to Fire Station 8/13/90 2 Limestone in lieu of concrete, Wood split rail fence, Remove fencing, Remove radio tower, Lighting 11/26/90 3 Adjustments to light standards TOTAL CHANGE ORDERS - ADD PROJECT PAYMENT SUMMARY: PAYMENT PERIOD NO. FROM TO 1 Start 5 -8 -90 2 5 -9 -90 6 -4 -90 3 6 -4 -90 7 -4 -90 4 7 -5 -90 9 -1 -90 5 9 -1 -90 11 -16 -90 6 PAYMENT THIS VOUCHER $92,012.63 85,584.35 113,665.74 20,148.22 26,177.92 VALUE COMPLETED AMOUNT $0.00 10,550.97 750.00 y --------- RETAINAGE TOTAL PAYMENT TO DATE RETAINAGE FOR PAYMENT NO. 5 & F TOTAL VALUE COMPLETED $337,588.86 aJJ,, -)UU.UU $96,855.40 186,944.19 306,592.34 327,800.99 337,588.86 $4,842.77 9,347.21 15,329.62 16,390.05 0.00 34114PR Originating Department City Manager By: Dan Donahue Approved for Agenda Agenda Section Ord. & Res. 3-12-90 Item No. By: 10.3 J 1111111 00 0. 1 INS-01-131010 K I a � P -• voln Di 1 2 k A wifft - -• • The City received bids for Improvement Project 456 on March 12, 1990. Staff will present the results on Monday night. MOTION BY SECOND BY /WI&L" LL W*♦ Review: Administration: Finance: RESO=ON . rW Caq'P2T • FOR THE CONSTRUCITON OF *U243= CE= PARK IMPFUVEMENTS (PRaJECr NO BE IT RESOLVED by the City Council of the City of New Hope as follows: 1. That bids for the construction of Improvement Project 456 were duly opened at the New Hope City Hall, 4401 Xylon Avenue North, at 10:30 a.m. on the 12th day of March, 1990. 2. That advertisement for bids for the construction of said improvement was published in the New Hcpe- Golden Valley Post, the official newspaper of the City, on the 14th day of March, 1990, and in the Construction Bulletin on the 16th and 23rd days of March, 1990. 3. It is hereby found and determined by this Cm=il that the bid of Driveway Design, Incfor the construction of said project in the amount of 285,730.20 is the lowest responsible bid submitted for the construction of said improvement; that Bonestroo, Rosene, Anderlik & Associates, Inc., Engineers for the City, have reccmT nded to this Council the said law 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 City Council of the City of New Hope, Hennepin County, Minnesota, this 12th day of March, 1990. �1< c F- l Mayor Attest: / l �{- City Clerk March 12, 1990 City of New Hope 4401 Xylon Avenue No. New Hope, MN 55428 Attn: Daniel Donahue Otto G. Bonestroo, P.E. Robert W. Rosen, PE. Joseph C. Anderlik, 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. Marvin L. Sorvala, P.E. Keith A. Gordon, P.E. Richard W. Foster, P.E. Donad C. Burgardt, PE, Jerry A. Bourdon, P.E. Mark A. Hanson, P.E. Ted K. Field, PE. Michael T. Rautmann, PE. Robert R. Pfefferle, P.E. David O. Loskota, P.E. Thomas W. Peterson, PE. Re: Community Center Parking Lot Improvements Project No. 456, Our File No. 34114 Dear Dan: Michael C. Lynch, P.E. James R. Maland, P.E. Kenneth P. Anderson, P.E. Mark R. Rolfs, P.E. Robert C. Russek, A.I.A. Thomas E. Angus, P.E. Howard A. Sanford, PE. Daniel J. Edgerton, P.E. Mark A. Seip, P.E. Philip J. Caswell, P.E. Mark a Wallis. P.E. Thomas R. Anderson, A.I.A. Gary E 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. Bids were received March 12, 1990 for the above project. The low bid of the 7 bids submitted is from Driveway Design, Inc. with a total base bid of $285,135.30. The engineer's estimate is $340,000. A preliminary report presenting costs for this project was never prepared by our office. Listed below is a break down of the costs submitted with the low bid. Low Bid City Hall /Bathhouse Parking Lot $159,643.70 Police /City Staff Parking Lot 50,016.00 Utilities 62,873.00 Bathhouse Demolition /Firestation Electric Revision 12,602.50 Total Base Bid $285,135.20 Our firm has never worked with Driveway Design, Inc. However, after a brief discussion with Randy Johnson (Owner) it appears they are more than capable in doing the work. In addition, much of the work requires subcontractors which have worked with the City before. Therefore if the City feel's everything is in order for this project to proceed, it's our may recommendation that the contract be awarded to Driveway Design, Inc. If you have any questions or require additional information please contact this office. Yours very truly, BONESTR00, ROSENE, ANDERLIK & ASSOCIATES, INC. Mark - A. Hanson MAH:dh MAH /20 2335 West Highway 36 • St. Paul, Minnesota 55113 9 612 -636 -4600 0 8 8 0 8 8 8 8 8 0 o N Ic t WN w CL M w U� U; 00 > A ., m N S S tn C; M: N 10 N L ^ 10 O. Ct C; C� 41 41 .0 10 U, 41 0 10 >1 41 u 4 1. 0 �� s C, p C! tn T LA ( In �0 o 9- All v tn to 9 h z .I - C; W 0 OD cc in tn 8 r- LA 0 Ln 1- t^ OD 0. w N O 0 V; fn rn 8 C Z 8 S 0 �s 8 8 Cj tn C� i Z: M CJ rn 0 X ce 0 N ui ,6 LA •0 0 C; 8 8 C) S 0 WN O O C; LA C; S I 's O M I- C; O fn o 00 in o 00 Wi 'O 1,- C3 N N rn M C) 8 N w 8 - o . . 1^ Z 41 U , . Lf! 'o w L^ fl; 10 N t4l W : >: >: >: >: >: > u 0 0 LL U, w I.- w 0 'o Ln r- In in co cm LA 1 0 OR 0 w 00 U M , 0 t- u r0 N 41 - 0 'A 0 4 1 4 VWXM"tno 41 411 E ~ 4 cn t E 4, 4 .0 W W 0 :3 Cc - 0 4' t O " , G 0 , c CD 0 m >- 0 m 41 0 m 41 m o u N c cc 3 Ln D CL t- 5 m 2: O 0. u a 41 > m 2: 0 1 0 Ln 0 0 , - 0. 4 > Q M 0 a :0" > U - -MLL- C O CL U, C O O 0 o V O UID-DW M :� -, U w CL U m U. C; z z u '0 _ 82 - c ld z W C M CL -0 .0 0 , 0 0 U in U 6 u (L > > L a L- — > ' — - U L 0 w 0 w a .9 a 2 .9 1 5 " tn rn 4 CL ta u m co M CL w VOW300tol—ri CL Q1 co 0 U w CL a. v L T U. R U Co 4- M W M M O O z a t- O W a a U N 10 N � F u h W U T a N ul In H �) t// w N IL N a+ O i a a rn � a o 0 S j L M U 2 01 ON 1O-I v K W N d �+ u u c a N m 41 2 0 N 3 Z ti N J U M a a) NI C . 10 7 d O Ln Ln r S M r o O r r S S d O 1 0 0 •O 8 0 tA N O u1 N 4 r 00 Ln w N . N M N 60 w M W 9 S S pp S Ln M p 0 p 0 N r w -t a o O r In In Vl h In 1O r N 8 N 8 i� to 01 e - w v O O O 0 u�t N h �O grt w o S 8 0 rn �o ri O• O (4 N In In 1 r w O h M M w N O p � N1 w h f� w O Ol M N w I In M N N w L [� N ix J Z S W U S S p 8 .,. w (n J N o S 8 w O O Ol m 8 a � � N N U N r O N 0 •� �_ !9 4 a W 3 0. U) w f a a o a o_ / a o S S pp S Ln M p 0 p 0 N r w -t a o O r In In Vl h In 1O r N 8 N 8 i� to 01 e - w v O O O 0 u�t N h �O grt w o S 8 0 rn �o ri O• O (4 N In In 1 r w O h M M w N O p � N1 w h f� w O Ol M N w I In M N N w W ix S S S S p 8 .,. W J o S 8 w O O Ol U) 8 a � ul O N O r O N 0 !9 N W w Q S 8 a o_ / 1 v, N N N H m J M S J r a a r N J J J J J 1 S 8 8 O O 8 S S O O O O O O s s r l a N r r Ill r H S S vi ui J In O J r r 1! 1 8 8 8 S S 8 8 U; UN o in rz r � O S Vl N �t J O O J r r p S pM O S pp O ppO pM O O N It N OD h .Q r N O w p p N O O N N0 J r r O J r 1 g 8 $ O o O O O p N p N p S N It N N O C r r N w S 8 M !n N J r O J r r J N U u to >- J J W J N J r J LA In > L W K N r � F w N 1+ a w J v v w � a u 1 0 O W -+ Ol v Q O 41 m I c n 10 x a, c �d C 8 '' N E to ++ N / u A .G p� •.U- c X N C . O d H O. C 3 i1 N 4J a+ a v •> / • c � m v L Q o Y 0 • `1= 'Q 3 L li � IX S S pp S Ln M p 0 p 0 N r w -t a o O r In In Vl h In 1O r N 8 N 8 i� to 01 e - w v O O O 0 u�t N h �O grt w o S 8 0 rn �o ri O• O (4 N In In 1 r w O h M M w N O p � N1 w h f� w O Ol M N w I In M N N w W ix v W J w co U) a � � O O H 0 !9 N W Q {31 a o_ / 1 1 N N N H m as a a m m J J J J J 1 O O O d O M § 2 § § [ 2 z z } / § < § In k \ \ e § ) } \ c- ) § 0 § k % ( , 8 I § a § § k ) d k ® � ° \ z § z a § � § _ { a / # k i | / § n § a § f 0 / 2 § 9- j 0 a ■ § e ) § k § m IL < ' c :3 z § w � ) . § r in § ; ; § I w« 7 a � _ < 8} a[ 2 k E§ § * £ z 2 § ca § 0 f R ~ % & � 10 & _ � § ' 2 m = w , 2 ) / ) \ 2 \ 4,t § § »� 2 k Q 3 £ ej 2 S Q R _ a b t § - 8 $ _\ m b k_ \ / q k § in j / � k 3 It k z § � 2 2 2 J Ln 7 z k § \ § f » - § Q > 7 , L s§ f ;� . a 6 © - § » — a / § n § § u / § § k z n § § k § § m L, ca w« e / § n Our File No. 34114 COMMUNITY CENTER PARKING LOT IMPR. NEW HOPE,MN. BID TIMEe 10:30 C.S.T. BID DATEe MARCH 12,1990 CONTRACTORS 1• A. & B. ELECTRIC, INC. ALBER CONSTRUCTION INC. 3 • _B HOLM BROS. 4. EGAN —MCKAY ELECTRICAL CONT. 5. AUSTIN P. KELLER CONST. HARDRIVES, IN C. - . 7. NORTH STAR WATERWORKS, PROD. 20. VEIT COMPANY INC. 9. KILLMER ELECTRIC,CO, INC. 10. PENN CONTRATORS t6j:ti`- Col DRIVEWAY DESIGN,•'INC. 12 • B _ 1G n _ UNDER (:RQ INC . 13. JAY BROS, INC. 14 _F.F. JEDLICKI INC. 1S. 0. & P. CONT. INC. 16. COLLINS ELECTRIC CO. . 1 • � O1rLnS & SONS CONST CO. 18. METRO ELECTRIC CONST. CO. 19. _MET. INC. 20. H.R.S. CONSTRUCTION • 21. GLENDALE CONT. INC. 22 - WRTHWEST SST 23. PREFERREB PAVING, INC. 24. ALBRECHT LANDDSCAPING . _ STATE MFiG .IC& _ Rave grki Cant, Inc. 27 • V,A T,1.F.v PAVTN(' TNt _ ENGINEERS ESTIMATE $340,000 TOTAL BAS B ID v G �.� � `���• �.5 gip c 0" MEMORANDUM To City Council From: Dan Donahue, City Manager Date: March 12, 1990 Subj: Community Center Parking Lot Bids were opened this morning on the Community Center Parking lot project. Low bid was for $286,730 which was under the amount of the City Engineer who had estimated it at $300,000. Mark Hanson is evaluating the bids and will report to you this evening. The bid looked good at the time of opening but he will report to you on his evaluation. There are some contingencies and assumptions in the low bid that are based on the cemetery property and whether it will be done as part of this project. I can't tell you yet on what the cemetery will do. I'm pressing them for an answer and hope to have something very soon. You should be aware that one of the bidders is complaining that we accepted a bid at 10:32 AM by the council clock and the deadline was 10:30 AM. The city attorney will comment if you want on this but the two minutes does not constitute invalidating the bids and we can proceed to award to the lowest responsible bidder. On the back of this memo is the budget for all of the approved projects associated with the Community Park Developments. It incorporates all of the costs including the bid here. I have built in a $20,000 contingency amount and the costs assume that the cemetery property will be included. At the end of this year we will be short $83,580 in interest earnings to pay for all of the projects. I propose to finance this amount as the interest earnings for 1991 will more than make up for this deficit. In fact, we will end 1991 with about a $148,000 surplus assuming no additional funds are committed for anything. Originating Department Manager Approved for Agenda M 3-26-90 Agenda Section Consent Item No. 6.4 RES0=CN AlAENDING RES0=CN NO. 90-55 11 RESO=0N AWARDING 60N� FOR THE CONSTRUCTION OF COMM(MTY CENTER PARK IMPROVEMENTS, Resolution No. 90-55 was adopted March 12, 1990. The low bid was submitted by Driveway Design, Inc. for $285,730.20. Due to changes regarding the modular block retaining wall, the bid amount has been decreased to $285,135.20. This resolution corrects our records. MOTION BY SECOND BY TO: Review: Administration: Finance: • • "RESO=0N ARTARDING CONTRACT FOR THE CONSTRUCITON OF CCHMUNITY CENTER PARK IMPFDVEMENTS (P!RQJECT NO Wf REAS, Resolution No. 90 -55 was adopted at the March 12, 1990, council meeting awarding the contract for construction of Project 456 to Driveway Design Inc. for $285,730.20; and MM EAS, the modular block retaining wall included in Part I was deleted and replaced by addenchm no. 1. NOW, THEREFORE, BE IT RESOLVED, that the total bid amount is decreased to $285,135.20. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 26th day of March., 1990. Mayor Attest: � City Clerk 4401 Xylon Avenue North New Hope, Minnesota 55428 Phone: 533 -1521 April 12, 1990 Driveway Design, Inc. 4810 W. Medicine Lake Road Plymouth, MN 55442 Enclosed a• - two fully executed c• • of - abave eferenced Change Order fOr 1y•u ur records. Please forward one copy to your borx1ing ••: i•. If you have any questions, please contact me. Sincerely, Valerie Leone City Clerk enc. cc: City Engineer Family Styled City For Family Living XQUAMIR 11 01( ill *3 • . 4 Originating Department Parks and Recreation Shari French By: M_ Approved for Agenda 9/10/90 Agenda Section Consent Item No. 6.9 RESOLUTION APPROVING CHANGE ORDER #2 FOR IMPROVEMENT PROJECT NO. 456 (COMMUNITY CENTER PARK IMPROVEMENTS) A change order is necessary related to the parking lot improvement project. The additional work that was not bid as part of the project includes: -Class 5, 100% crushed limestone in lieu of Class 5, 100% crushed concrete - $5,025.00 -Wood split rail fence at cemetery - $1,000.00 -Existing pool deck & fencing repair - $3,398.84 -Removal of radio tower base and garbage enclosure base $302.00 -New load center for pedestrian & parking lot lighting $299.00 The total of change order #2 is $10,024.84. The crushed limestone was a change because of the extremely wet weather. The crushed concrete takes much longer to dry out in case of rain. The split rail fence was needed because of the stone wall built along the cemetery path. The pool deck and fencing repair was necessary because of the construction related to the new fire MOTION BY SECOND BY W-03 Review: Administration: Finance: station site as well as the new bathhouse facility. A decision was made to relocate the radio tower and this was the best time to do it, while the parking lot was under construction. The load center for pedestrian and parking lot lighting was determined to be needed after the bid. Staff recommends approval. CITY OF NEW HOPE RESOLUTION NO. 90 -171 RESOLUTION APPROVING CHANGE ORDER NO. 2 WITH DRIVEWAY DESIGN, INC. FOR IMPROVEMENT PROJECT 456, COMMUNITY CENTER PARK IMPROVEMENTS IN THE AMOUNT OF $10,024.84 WHEREAS, The City of New Hope authorized on March 12, 1990, Improvement Project 456, for the contractual sum of $285,135.20; and WHEREAS, five items as detailed on the change order were deemed necessary to complete the project in the best possible manner, totaling $10,024.84. NOW, THEREFORE, BE IT RESOLVED, that the City Council of the City of New Hope approves change order No. 2 to the contract with Driveway Design, Inc. in the amount of $10,024.84 as part of Improvement Project No. 456 (Community Center Park Improvements) which brings the total contract to $295,160.04. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 10th day of September, 1990. Mayor Attest: �h , j 4 City Clerk City of New Hope 4401 Xylon Avenue No. New Hope, MN 55428 Attn: Mr. Dan Donahue Re: Community Center Parking Lot Project No. 456 Our File No. 34114 Dear Dan, James R. Maland, P.E. 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. Ismael Martinez, RE, Mark D. Wallis, P.E. Thomas R. Anderson, A.I.A. Gary E Rylander, RE. 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, RE. Cecilio Olivier, P.E. Charles A. Erickson Leo M. Pawelsky Harlan M. Olson Enclosed are three (3) copies of Change Order No. 2 for the above project. This change order includes additional work which was not bid as part of the contract and is listed as follows: - Class 5, 100% crushed limestone in lieu of Class 5, 100% crushed concrete $ 5,025.00 - Wood split rail fence at cemetery 1,000.00 - Existing pool deck & fencing repair 3,398.84 - Removal of radio tower base and garbage enclosure base 302.00 - New load center for pedestrian & parking lot lighting 299.00 TOTAL CHANGE ORDER NO. 2 ............................ $10,024.84 We recommend approval of Change Order No. 2. If you have any questions, please feel free to contact me at this office. cc: Shari French 30 2335 Vilest Highway 36 ® St. Paul, Minnesota 55113 ® 612- 636 -4600 Otto G. Bonestroo, P.E. Keith A. Gordon, P.E. Bonestroo Robert W. Rosene, P.E. Richard W. Foster, P.E. Joseph C. Anderlik, P.E. Donald C. Burgardt, P.E. 'n Marvin L. Sorvala, P.E. Jerry A. Bourdon, P.E. Rosene Richard E. Turner, P.E. Mark A. Hanson, P.E. WAM James C. Olson, P.E. Glenn R. Cook, P.E. Ted K. Field, P.E. Michael T Rautmann, RE, 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 September 5, 1990 City of New Hope 4401 Xylon Avenue No. New Hope, MN 55428 Attn: Mr. Dan Donahue Re: Community Center Parking Lot Project No. 456 Our File No. 34114 Dear Dan, James R. Maland, P.E. 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. Ismael Martinez, RE, Mark D. Wallis, P.E. Thomas R. Anderson, A.I.A. Gary E Rylander, RE. 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, RE. Cecilio Olivier, P.E. Charles A. Erickson Leo M. Pawelsky Harlan M. Olson Enclosed are three (3) copies of Change Order No. 2 for the above project. This change order includes additional work which was not bid as part of the contract and is listed as follows: - Class 5, 100% crushed limestone in lieu of Class 5, 100% crushed concrete $ 5,025.00 - Wood split rail fence at cemetery 1,000.00 - Existing pool deck & fencing repair 3,398.84 - Removal of radio tower base and garbage enclosure base 302.00 - New load center for pedestrian & parking lot lighting 299.00 TOTAL CHANGE ORDER NO. 2 ............................ $10,024.84 We recommend approval of Change Order No. 2. If you have any questions, please feel free to contact me at this office. cc: Shari French 30 2335 Vilest Highway 36 ® St. Paul, Minnesota 55113 ® 612- 636 -4600 4401 Xyion Avenue North New Hope, Minnesota 55428 Phone: 533 -1521 September 14, 1990 Driveway Design, Inc. 4810 W. Medicine Lake Drive Plymouth, MN 55442 SUBJECT: CHANGE ORDER #2 - IMPROVEMENT PROJECT 456 COMMUNITY CENTER PARKING LOT Enclosed are two fully executed copies 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 59011A 0�1 111 oi3 0 z 19 Originating Department By: Parks and Recreation Approved for Agenda 12/10/90 Agenda Section Consent Item No. 6.10 Shari French By: RESOLUTION APPROVING AMENDMENT TO CHANGE ORDER #2 FOR IMPROVEMENT PROJECT NO. 456 (COMMUNITY CENTER PARK IMPROVEMENTS) IN THE AMOUNT OF $526.13. An amendment to change order No. 2 on Improvement Project No. 456 (Community Center Park Improvements) in the amount of $526.13 is necessary. The additional dollar amount is needed to pay for crushed limestone. A larger quantity was needed than originally estimated when the change order was approved. Staff recommends approval. MOTION BY LLIL ! SECOND BY Review: Administration: Finance: 11 CITY OF NEW HOPE RESOLUTION NO. 9 0 - 218 RESOLUTION APPROVING AMENDMENT TO CHANGE ORDER #2 FOR IMPROVEMENT PROJECT NO. 456 (COMMUNITY CENTER PARK IMPROVEMENTS) IN THE AMOUNT OF $526.13. WHEREAS, the City of New Hope authorized on March 12, 1990, Improvement Project 456 (Community Center Park Improvements), for the contractual sum of $285,135.20; and WHEREAS, a change order was approved on 9/10/90 bringing the contractual sum to $295,160.04; and WHEREAS, additional crushed limestone was deemed necessary to complete the project in the best possible manner, totaling $526.13. NOW, THEREFORE, BE IT RESOLVED, that the City Council of the City of New Hope approves the amendment to change order #2 to the contract with Driveway Design, Inc. in the amount of $526.13 as part of Improvement Project No. 456 (Community Center Park Improvements) which brings the total contract to $295,686.17. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 10th day of December, 1990. Mayor Attest: City Clerk CHANGE ORDER DATE: August 13, 1990 PLACE: New Hope, Minnesota FILE NO: 34114 PROJECT: Community Center Parking Lot PROJECT NO.: 456 CONTRACTOR: Driveway Design, Inc., 4810 W. Medicine Lake Dr, Plymouth, MN 55442 BOND CO.: Amer. Business Ins. Agency, 7701 York Ave. S, Mple, MN 55435 Attn: Mary J. Cole (State Surety Co.) CHANGE ORDER NO.: 2 DESCRIPTION OF WORK: Change Order Item Unit Est'd Total Unit Price Quantity Amount PART A The specification provided for Class 5 10OX crushed concrete. Due to excessive rain during construction it was determined to use Class 5 1001 crushed limestone. Class 5 1001 crushed limestone in lieu of Class 5 crushed concrete Ton $1.25 4,020 $5,025.00 TOTAL PART A - ADD $5,025.00 PART B It was determined a wood split rail fence be constructed on top of the modular block retaining wall located near the cemetery. Wood split rail fence L.F. $10.00 100 $1,000.00 TOTAL PART B - ADD $1,000.00 PART C Additional pool deck and fencing was removed and reconstructed due to it's condition and the new location of the future fire station Remove & reconstruct pool deck & fencing L.S. $3,398.84 L.S. $3,398.84 TOTAL PART C - ADD $3,398.84 CHANGE ORDER DATE: August 13, 1990 PLACE: New Hope, Minnesota FILE NO: 34114 PROJECTS Community Center Parking Lot PROJECT NO.: 456 CONTRACTOR: Driveway Design, Inc., 4810 W. Medicine Lake Dr, Plymouth, MN 55442 BOND CO.: Amer. Business Ins. Agency, 7701 York Ave. S, Mpla, MN 55435 Attn: Mary J. Cole (State Surety Co.) CHANGE ORDER NO: 2 Change Order Item PART D Unit Est'd Total Unit Price Quantity Amount It was determined the existing radio tower be removed and the garbage enclosure concrete base be removed and reconstructed. Remove & base for radio tower and reconstruct base for garbage enclosure L.S. 302.00 L.S. $302.00 TOTAL PART D - ADD $302.00 PART E The breakers in existing electric panel are no longer available, therefore a new load center was required to feed new pedestrian and parking lot lighting. 100 amp panel for pedestrian & parking lot lighting L.S. $299.00 L.S. $299.00 TOTAL PART E - ADD $299.00 CHANGE ORDER DATES August 13, 1990 PLACES New Hope, Minnesota FILE NO: 34114 PROJECT: Community Center Parking Lot PROJECT NO.: 456 CONTRACTOR: Driveway Design, Inc., 4810 W. Medicine Lake Dr, Plymouth, MN 55442 BOND CO.: Amer. Business Ins. Agency, 7701 York Ave. S, Mpls, MN 55435 Attn: Mary J. Cole (State Surety Co.) CHANGE ORDER NO: 2 TOTAL PART A Class 5 Crushed Limestone TOTAL PART B Wood Split Rail Fence TOTAL PART C Pool Deck and Fencing TOTAL PART D Radio Tower and Garbage Enclosure TOTAL PART E Electric Panel $5,025.00 1,000.00 3,398.84 302.00 299.00 TOTAL THIS CHANGE ORDER NO. 2 ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER NO. 2 - ADD REVISED CONTRACT AMOUNT Approved by: CIS OF NEW POPE, MINNESOTA $10,024.84 $285,135.20 0.00 10,024.84 $295,160.04 Recommended for Approval by: BONESTR00, ROSENE, ANDERLIK & ASSOCIATES, INC. Approved by: DRIV D IGN, /�/ By _. _, IF Distribution 1 - City 1 - Bonding Co. 1 - Contractor 1 -BRA a COUNCIL � 01i D14110 oi3 0 z I Originating Department Approved for Agenda Agenda Section Parks and Recreation 12/10/90 Consent Item No. By. Shari French By: 6.11 RESOLUTION APPROVING CHANGE ORDER #3 FOR IMPROVEMENT PROJECT NO. 456 (COMMUNITY CENTER PARK IMPROVEMENTS) IN THE AMOUNT OF $750.00 A change order is necessary related to the parking lot improvement project. The additional work that was not bid as part of the project includes straightening light poles at the pool and removing two existing light standards at City Hall. The total of change order #3 is $750.00. Staff recommends approval. MOTION BY SECOND BY — LZ - ICA-� TO: &L 2 P3 Review: Administration: Finance: CITY OF NEW HOPE RESOLUTION NO. 90 -219 RESOLUTION APPROVING CHANGE ORDER NO. 3 WITH DRIVEWAY DESIGN, INC. FOR IMPROVEMENT PROJECT 456, COMMUNITY CENTER PARK IMPROVEMENTS IN THE AMOUNT OF $750.00 WHEREAS, the City of New Hope authorized on March 12, 1990, Improvement Project 456, for the contractual sum of $285,135.20; and WHEREAS, a change order was approved on 9/10/90 bringing the contractual sum to $295,160.04; and WHEREAS, change order #2 was amended by $526.13 bringing the contractual sum to $295,686.17; and WHEREAS, two items as detailed on change order #3 were deemed necessary to complete the project in the best possible manner, totaling $750.00. NOW, THEREFORE, BE IT RESOLVED, that the City Council of the City of New Hope approves change order no. 3 to the contract with Driveway Design, Inc. in the amount of $750.00 as part of Improvement Project No. 456 (Community Center Park Improvements) which brings the total contract to $296,436.17. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 10th day of December, 1990. Mayor Attest: w-C�� ak City Clerk 4401 Xylon Avenue North New Hope, Minnesota 55428 Phone: 533 -1521 December 11, 1990 Driveway Design 4810 W. Medicine Lake Dr. Plymouth, MN 55442 SUBJECT: CHANGE ORDER #3 - IMPROVEMENT PROJECT 456 COMMUNITY CENTER PARK IMPROVEMENTS 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, LL � X Valerie Leone City Clerk enc. cc: City Engineer Family Styled City For Family Living