Loading...
Imp. Proj. #487COUNCIL Originating Department Approved for A developm Lion City Manager I I & Planning Kirk McDonald 5 -9 -94 Item No. By: Management Assistant I By 8.3 RESOLUTION AWARDING CONTRACT FOR CONSTRUCTION OF PUBLIC WORKS SALT STORAGE BUILDING AND SITE IMPROVEMENTS, IMPROVEMENT PROJECT NO. 487 On March 28th the City Council approved Resolution 94 -47 Approving Plans and Specifications and Ordering Advertisement for Bids for Public Works Salt Storage Building and Site Improvements, Improvement Project No. 487. Bids for the project will be opened on May 5th and staff is requesting that the Council consider the award of the bid at the May 9th Council meeting. These plans were developed in conjunction with the platting /combination of the existing Public Works property with Outlot A, Custom Mold Addition. The City is proposing to construct a salt/sand storage dome on the east side of the site behind the existing building and is proposing to develop the newly acquired property on the south to accommodate storage of excavated materials, street construction materials, and a sludge drying pit. Additional landscaping, concrete curb and gutter, and fencing to match existing are also proposed. The proposed salt dome is intended to reduce /minimize pollution of diluted salts after rain or snow events, help prevent salt from entering the stormwater system, and should help reduce negative environmental effects. The sand /salt pile used for sanding streets in winter has been exposed to the elements in the past and with this new system it will be mixed outside and loaded onto a conveyor belt and transferred to the dome for storage. The dome will have a 2,100 ton storage capacity, cement walls, a wood with brown asphalt shingle roof, and a height of 35 feet. The electric conveyor system is designed to load the dome from the center of the building and will be built through the roof so that the top of the conveyor is not exposed to the elements and is not visible to surrounding properties. The proposed storage area/bins will help to separate and store various materials and ultimately provide for a neater appearing Public Works storage yard. Kel Review: SECOND BY d&-1A -' Administration: Finance: Request for Action Improvement Project No. 487 Page 2 The estimated cost for the improvements is $377,700 and the project is proposed to be financed from the 1994 Capital Improvement Program. Staff has prepared the enclosed sample RESOLUTION AWARDING CONTRACT FOR THE CONSTRUCTION OF PUBLIC WORKS SALT STORAGE BUILDING AND SITE IMPROVEMENTS, IMPROVEMENT PROJECT NO. 487. The final resolution with the low bid and contractor will be presented at the meeting. CITY OF NEW HOPE RESOLUTION NO. 94- 69 RESOLUTION AWARDING CONTRACT FOR CONSTRUCTION OF PUBLIC WORKS SALT STORAGE BUILDING AND SITE IMPROVEMENTS IMPROVEMENT PROJECT NO. 487 BE IT RESOLVED by the City Council of the City of New Hope as follows: 1. That bids for the construction of Public Works Salt Storage Building and Site Improvements, Improvement Project No. 487 were duly opened at the New Hope City Hall, 4401 Xylon Avenue North, at 11:30 o'clock a.m. on the 5th day of May, 1994, as heretofore authorized by this Council. 2 That advertisement for bids for the construction of said improvement was published in the New Hope - Golden Valley Sun -Post, the official newspaper of the City, on the 6th Day of April, 1994, and in the Construction Bulletin on the 18th and 25th days of April, 1994. 3. It is hereby found and determined by this Council that the bid of C.S. McCrossan in the amount of $329,416.37 is the lowest responsible bid submitted for the construction of said improvement; that Bonestroo, Rosene, Anderlik & Associates, Inc., Engineers for the City, have recommended to this Council the said low bid for the award of the contract for the construction to the designated lowest responsible bid. 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 this 9th day of May, 1994. Attest: Aiaie City Clerk Mayor 1 i ' •' Sealed bids will be received by the City of New Hope, Minnesota in the City Hall at 4401 Xylon Avenue until 11:30 A.M., C.D.S.T., on Thursday, May 5, 1994, at which time they will be publicly opened and read aloud for the furnishing of all labor and materials and all else necessary for the following: Public Works Site Improvements Salt Storage Building - City Project No. 487 6,300 CY Site Grading 540 LF Sanitary/Storm Sewer Pipe 8,500 SY Bituminous Paving 1 LS Salt Storage Dome Building (70' dia., 2,400 ton capacity) I LS Conveyor for Loading 40 EA Landscape Plantings with miscellaneous manholes, concrete curb, and restoration. Plans and specifications, proposal forms and contract documents may be seen at the office of the City Clerk, New Hope, Minnesota, and at the office of Bonestroo, Rosene, Anderlik & Associates, Inc., Consulting Engineers, 2335 W. Trunk Highway 36, St. Paul, MN 55113, (612) 636 -4600. Each bid shall be accompanied by a bidder's bond naming the City of New Hope as obligee, certified check payable to the Clerk of the City of New Hope or a cash deposit equal to at least five percent (5 %) of the amount of the bid, which shall be forfeited to the City in the event that the bidder fails to enter into a contract. The City Council reserves the right to retain the deposits of the three lowest bidders for a period not to exceed 90 days after the date and time set for the opening of bids. No bids may be withdrawn for a period of ninety (90) days after the date and time set for the opening of bids. Payment for the work will be by cash or check. Contractors desiring a copy of the plans and specifications and proposal forms may obtain them from the office of Bonestroo, Rosene, Anderlik & Associates, Inc., upon payment of a deposit of $40.00. 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 34138ad Otto G. Bonestroo, P.E. Howard A. Sanford, PE, Agnes M. Ring, A.I.C.P Miles B. Jensen, PE. Robert W. Rosene. RE.* Keith A. Gordon. PE. Philip J. Pyne, P.E. L Phillip Gravel, PE. Joseph C. Anderlik, P.E. Robert R. Pfefferle, PE. Thomas W. Peterson, PE. Karen L. Wiemeri, PE. Marvin L. Sorvala, P.E. Richard W. Foster. P.E. Michael C. Lynch, P.E. Gary D. Kristofitz, PE, Richard E. Turner. P.E. David O. Loskota. P.E. James R. Maland, P.E. F Todd Foster, PE. Glenn R. Cook, P.E. Robert C. Russek. A.I.A. Jerry D. Perrzsch, P.E. Keith R. Yapp. P.E. Thomas E. Noyes, P.E. Jerry A. Bourdon, PE. Scott J. Arganek, PE. Douglas J. Benoit, P.E. Robert G. Schunicht, P.E. Mark A. Hanson, P.E. Kenneth P. Anderson, P.E. Shawn D. Gustafson, RE. Susan M. Eberlin, C.P.A. Michael T. Rautmann, P.E. Mark R. Rolfs, P.E. Cecilio Olivier, P.E. *Senior Consultant Ted K. Field, PE. Mark A. Sep, P.E. Paul G. Heuer, PE. Thomas R. Anderson, A.I.A. Gary W. Morien, P.E. John P. Golder, P.E. Donald C. Burgardt, PE. Daniel J. Edgerton, P.E. Charles A. Erickson Thomas E. Angus, P.E. A. Rick Schmidt, PE. Leo M. Pawelsky Ismael Martinez, P.E. Philip J. Caswell, PE, Harlan M. Olson Michael P. Rau, P.E. Mark D. Wallis, P.E. James F. Engelhardt March 23, 1994 City of New Hope 4401 Xylon Avenue N. New Hope, MN 55428 Attention: Mr. Kirk McDonald Re: Public Works Salt Storage Site Improvements City Project No. 487 File No. 34138 Dear Kirk: Attached is the engineer's estimate for the salt storage building and site improvements at New Hope Public Works. The total estimated construction cost is $377,700 which includes 5% contingency. The attached cost estimate itemizes the cost for each improvement based on the attached plans. If you have any questions please contact this office. Yours very truly, BONESTROO ANDERLIK & ASSOCIATES INC. Mark . Hanson MAH :lk Attachment 2335 West Highway 36 • St. Paul, MN 55113 • 612 -636 -4600 ENGINEER'S ESTIMATE Salt Storage /Site Improvements New Hope Public Works City Project No. 487 File 34138 $359,740 + 5% Contingencies 17,960 $377,700 Lump Sum Salt Storage Building w /electric $100,000 Lump Sum Conveyor w /conveyor pit 58,000 6300 CY Site grading @ $4.00 /cy 25,200 150 LF Sanitary sewer to sludge pit @ $28.00/lf 4,200 390 LF Storm sewer w /catch basins @ $36.00/lf 14,040 Lump Sum Storage area excavated material 14,000 Lump Sum Sludge drying area 7,000 260 LF Jersey harries @ $15.00/lf 3,900 Lump Sum Relocate propane tank 1,500 1200 LF Perimeter concrete curb @ $6.00 /lf 7,200 8500 SY Bituminous paving @ $12.00 /sy 102,000 600 LF Perimeter cyclone fence @ $12.00 /lf 7,200 40 Each Landscape plantings @ $200.00 /ea 8,000 3000 SY Sod /seed @ $2.50 /sq.yd. 7,500 $359,740 + 5% Contingencies 17,960 $377,700 AYK3NYp "114* e, AYE ao w V — —s a m a 29 — o � m 893.95 _ 5 q h O O x �a M1 q NEW HOPE, MINNESOTA eonestroo PUBUC WORKS GARAGE K30 Roeene (-4 ¢ GRADING PUN A seoc i t d Asocistea East Research Center Road r— ,.- K � � �A N s� g n 8� f T Awt.mw �i . .T �2 ,l . ..D '� --. AYK3NYp "114* e, AYE ao w V — —s a m a 29 — o � m 893.95 _ 5 q h O O x �a M1 q NEW HOPE, MINNESOTA eonestroo PUBUC WORKS GARAGE K30 Roeene (-4 ¢ GRADING PUN A seoc i t d Asocistea East Research Center Road r— ,.- K � � �A g n T Awt.mw �i . .T �2 ,l . ..D '� --. e+Wn...n a A.m,.er w oai"R �� __.....- ._.......v.._.-- - - - -i- .. � I ,i r— ,.- K � � �A g n �i . .T �2 o- +0. e+Wn...n a A.m,.er w oai"R emu' s.«.c ,i «,�xn • nv» ao�apOBry NYId 3e<lSCNYl 9 4 a�u ioy 3oyev°J smom onend . .��,... oojjeouoe U ViOS3NNIW `3dOH M3N g! 1� ", 1-11 1 !e �� Ri a n d � i a�V 1st z x �a 0 Hill 19 1,F _J Q Q Z z 4 Y Z Z 0 � LD Z� �N Z WO . 0 a 0 ,. N CL x W ® O j W "'N "= El ' .. 0 �} k 6aIVE 4? r Q L) D a J a. W j d m V u W O V Z 0 V (n Z � O 0 U m a N N g CL W W x N N O W N J ® ®00 g! 1� ", 1-11 1 !e �� Ri a n d � i a�V 1st z x �a 0 Hill 19 1,F _J Q Q Z z 4 Y Z Z 0 � LD Z� �N Z WO . 0 a 0 ,. N CL x W ® O j W "'N "= El ' .. 0 �} k 6aIVE 4? r Q 9 )11110pu OU00ou NOLLYA313 ONY Nyld ONI(nnS 30"O1S iNS 30YdVD SMOM 0118nd ViOS3NNIV4 - 3dOH M3N rM M= 1 "AY LJ 0 Um W Pill o � V) 0 7 F- LJ LLJ mz .6• 0 CL 00 May 9, 1994 Mr. Daniel Donahue City of New Hope 4401 Xylon Ave. N. New Hope, MN 55428 Re: Public Works Site Improvements Project No. 487 Our File No. 34138 Dear Dan: Howard A. Sanford, PE. Bonestroo Otto G, Bonestroo, P.E. Robert W. Rosene. PE' Joseph L. Ak, P.E. Keith A. Gordon, P.E. R oSen� Ma in L. Sorvalarvala, P.E. Richard E. Turner, P.E. L A = y A nderl'k & r Associates Glenn R. Cook, P.E. Thomas E. Noyes, P.E. Robert G. Schunicht. PE. Susan M. Eberlin, C.P.A. Richard W Foster P.E. Michael C. Lynch, P.E. *Senior Consultant Engineers & Architects James R. Maland, P.E. May 9, 1994 Mr. Daniel Donahue City of New Hope 4401 Xylon Ave. N. New Hope, MN 55428 Re: Public Works Site Improvements Project No. 487 Our File No. 34138 Dear Dan: Howard A. Sanford, PE. Agnes M Ring, A.LC.P. Miles B Jensen. PE. Keith A. Gordon, P.E. Philip J. Pyne. P.E. L. Phillip Gravel. P.E. Robert R. Pfefferle, P.E. Thomas W. Peterson, P.E. Karen L. Wiemeri, P.E. Richard W Foster P.E. Michael C. Lynch, P.E. Gary D. Kristofitz, P.E. David O. Loskota, P.E. James R. Maland, P.E. E Todd Foster, P.E. Robert C. Russek, A.I.A. Jerry D. Pertzsch, P.E. Keith R. Yapp, P.E. Jerry A. Bourdon, P.E. Scott J. Arganek, P.E. Douglas J. Benoit. P.E. Mark A. Hanson. P.E. Kenneth P. Anderson, P. E. Shawn D. Gustafson, P.E. Michael T Rautmann. P.E. Mark R. Rolfs. P.E. Cecilio Olivier. P.E. Ted K. Field. P.E. Mark A. Seip, P.E. Paul G. Heuer, P.E. Thomas R. Anderson. A.I.A. Gary W. Morien, P.E. John P. Gorder, P.E. Donald C. Burgardt, P.E. Daniel J. Edgerton, P.E. Charles A. Erickson Thomas E. Angus. P.E. A. Rick Schmidt, PE. Leo M. Pawelsky Ismael Martinez, P.E. Philip J. Caswell, P.E. Harlan M. Olson Michael P. Rau, P.E. Mark D. Wallis, P.E. James F. Engelhardt Bids were received on Thursday, May 5, 1994, for the above referenced project. The low bid of the five (5) bids submitted was from C.S. McCrossan, with a total base bid of $423,736.87. The engineer's estimate is $380,000.00. The biggest discrepancy between the engineer's estimate and the low bid involves the conveyor (engineer's estimate: $55,000.00; low bid: $94,320.50). Listed below is the low bid amount compared to the amount budgeted since 1992, including some of the larger bid items. Low Bid Budgeted C.S. McCrossan Since 1992 Vertical Dome Storage Conveyor & Conveyor Pit Storage Area Sludge Drying Pit Balance, Site Improvements Total 110,103.00 122,000.00 94,320.50 22,000.00 31,000.00 20,000.00 168,313.37 169,000.00 $423,736.87 $313,000.00 Public Works has reviewed the bids and, to comply with the budget amount, is recommending the conveyor and conveyor pit not be included in the contract award. The contract award, excluding these two items, is $329,416.37. Although it's not recommended, the storage area could be excluded ($31,000.00), if additional reductions are required. It should be noted the excess material from the Public Works site will be placed on the future Adult Day Care site located immediately to the east. The excess material will be graded and restored (seeded) to an acceptable manner in the disposal area. At the time the Adult Day Care site is developed, the better material will be used to develop the site, and the poorer material will be hauled from the site. 2335 West Highway 36 - St. Paul, MN 55113 - 612 - 636 -4600 Mr. Daniel Donahue City of New Hope Page -2- If you have any questions, please contact this office. Yours very truly, BONESTROO, RO ENE, DERLIK & ASSOCIATES, INC. Mark A. Hanson May 9, 1994 cc: Roger Paulson JA Bonestroo ene Anderfilk ss cites Engineers & Architects May 11, 1994 C.S. McCrossan Construction, Inc. 7865 Jefferson Hwy Maple Grove, MN 55369 Re: Public Works Site Improvements Salt Storage Building New Hope, MN City Project No. 487 Our File NO. 34138 Gentlemen: L. Phillip Gravel, PE. Karen L. Wiemeri, P.E. Gary D. Kristofitz, P.E. F. Todd Foster, P.E. Keith R. Yapp, P.E. Douglas J. Benoit, PE. Shawn D. Gustafson, PE. Cecilio Olivier, P.E. Paul G. Heuer, P.E. John P. Gorder, PE. Charles A. Erickson Leo M. Pawelsky Harlan M. Olson James F Engelhardt Enclosed are five (5) copies of the contract documents between you and the City of New Hope covering the above referenced project. Please have your bonding company complete pages 51 through 61 of the Conditions of the Contract. The insurance and indemnity requirements of pages 13, 14, 15, & 16 shall be provided. After the bonding company has completed the documents, forward them to the attorney listed below who will review them for the City of New Hope. Mr. Steven A. Sondrall Corrick & Sondrall 8525 Edinbrook Crossing - #203 Brooklyn Park, MN 55443 -1993 After the necessary City officials have signed the contracts, please distribute as follows: 2 copies Contractor (one for your file and one for your bonding company) 1 copy City 1 copy City Attorney 1 copy Bonestroo & Associates Upon receipt of a signed contract and a filed Certificate of Insurance, approved by the City Attorney, a pre- construction conference will be scheduled with you and the City to review the project. After the pre - construction conference, you will be issued a notice to proceed with the work as outlined in the plans and specifications. Yours very truly, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. /I/ . G Mark A. Hanson MAH: pr Enc.: 5 Otto G. Bonestroo. PE. Howard A. Sanford, P.E. Agnes M. Ring, AJ.C.P. Robert W. Rosene, P.E.* Keith A. Gordon, P.E. Thomas W. Peterson, P.E. Joseph C. Anderlik, P.E. Robert R. Pfefferle, P.E. Michael C. Lynch, P.E. Marvin L. Sorvala, P.E. Richard W. Foster, P.E. James R. Maland. P.E. Richard E. Turner, P.E. David O. Loskota, P.E. Jerry D. Pertzsch. P.E. Glenn R. Cook, P.E. Robert C. Russek, A.I.A. Scott J. Arganek, P.E. Thomas E. Noyes, PE. Jerry A. Bourdon, PE. Kenneth P. Anderson, P.E. Robert G. Schunicht. P.E. Mark A. Hanson. P.E. Mark R. Rolfs, P.E. Susan M. Eberlin, C.P.A. Michael T. Rautmann, P.E. Mark A. Seip, PE. *Senior Consultant Ted K. Field, BE. Gary W. Morien, P.E. Thomas R. Anderson, A.I.A. Paul J. Gannon, A.I.A. Donald C. Burgardt, P.E. Daniel J. Edgerton, P.E. Thomas A. Syfko, P.E. A. Rick Schmidt, PE. Frederic J. Stenborg, P.E. Philip J. Caswell, P.E. Ismael Martinez, P.E. Mark D. Wallis, P.E. Michael P. Rau, P.E. Miles B. Jensen, P.E. col fist k S.i' cc: City of New Hope Steven A. Sondrall, Attorney , m,..,.,.., 2335 West Highway 36 9 St. Paul, MN 55113 • 612 -636 - 4600. CORRICK & SONDRALL, P.A. STEVEN A. SONDRALL ATTORNEYS AT LAW LEGAL ASSISTANT MICHAEL R. LAFLEUR MARTIN P. MALECHA Edinburgh Executive Office Plaza LAVONNE E. KESKE WILLIAM C. STRAIT 8525 Edinbrook Crossing SHARON D. DERBY Suite #203 Brooklyn Park, Minnesota 55443 TELEPHONE (612) 425-5671 FAX (612) 425-5867 May 23, 1994 Ms. Valerie Leone City Clerk City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 RE: City Project No. 487 Salt Storage Building Dear Val: Enclosed are the Contracts for the above-captioned improvement, all of which have been reviewed and are in order from a legal standpoint. I have also reviewed the Certificates of Insurance, which are also in order from a legal standpoint. Very truly yours, A.V Martin P. Malecha s3m Enclosures 4401 Xylon Avenue North Telephone: 612 -531 -5100 City Hall Fax: #612 - 531 -51 �- ,. New Hope, Minnesota 55428 -4898 TDD Line: 612 -531 -5109 Police Fax. #612 -531 -5 Public Works Fax #612 -533 65! May 25, 1994 C.S. McCrossan Construction, Inc. 7865 Jefferson Hwy. Maple Grove, MN 55369 SUBJECT: PROJECT 487 (SALT STORAGE BUILDING) Enclosed are two fully executed copies of the contract documents for New Hope Project No. 487. One copy is for your records and the second copy should be transmitted to your bonding company. Also enclosed is return of your bid bond. Contract documents are on file with our City Engineer and City Attorney. Also enclosed is a "Withholding Affidavit for Contractors" (IC -134 form). We cannot make final payment to contractors until this is approved by the Minnesota Department of Revenue and submitted to our office (Minnesota Statute 290.97). The form contains instructions for completion. Sincerely, �--h&ut �," Valerie Leone City Clerk, MCMC enc. cc: Mark Hanson, City Engineer Steve Sondrall, City Attorney Roger Paulson, Director of Public Works Family Styled City For Family Living Sonestroo Bidder Total Base Bid ® Rosene Anderlik & Associates Address Telephone No. City, State, Zip Fax. No. aul, s & h1 Eng' aul, in-ta Si. P ADDENDUM NO. 1 PUBLIC WORKS SITE IMPROVEMENTS SALT STORAGE BUILDING CITY PROJECT NO. 487 FILE NO. 34138 NEW HOPE, MINNESOTA April 28, 1994 Opening Time: 11:30 A.M., C.D.S.T. Opening Date: Thurs., May 5, 1994 ADDENDUM NO. 1 SPECIFICATIONS Section 13125 - Panelized Wood Dome Structure Paragraph 1.04.A. Add the following as an acceptable manufacturer: Domes America, Naperville, IL and distributed by Bulk Storage, Inc., Crete, IL, (708) 672 -3113. BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. 2335 WEST TRUNK HIGHWAY 36 ST. PAUL, MINNESOTA 55113 (612) 636 -4600 34138ALADD PUBLIC WORKS SITE IMPROVEMENTS SALT STORAGE BUILDING CITY PROJECT NO. 487 FILE NO. 34138 NEW HOPE, MINNESOTA 1994 C I AN 101 ke'l I Table of Contents Advertisement for Bids Information to Bidders Proposal Special Provisions 1300. Submittals - Specific & General Requirements 2101. Clearing & Grubbing - Specific & General Requirements 2104. Removing Miscellaneous Structures - Specific & General Requirements 2105. Excavation & Embankment - Specific & General Requirements 2211. Aggregate Base - Specific & General Requirements 2331. Plant-Mixed Bituminous Pavement - Specific & General Requirements 2357. Bituminous Tack Coat - Specific & General Requirements 2531. Concrete Curb and Gutter - Specific & General Requirements 2557. Fencing - Specific & General Requirements 2571. Plant Installation - Specific & General Requirements 2573. Temporary Erosion Control - Specific & General Requirements 2575. Turf Establishment - Specific & General Requirements 03300. Cast-in-Place Concrete - Specific & General Requirements 13125. Panelized Wood Dome Structure 14500. Conveyor 16050. Basic Electric Materials & Methods 24,000. Sewers - Specific Requirements General Requirements 34138 Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. T-1 Plate 1-25 Plate 1-25A Plate 4-1 Plate 4-9 Plate SP-60 Plate SP-89 Plate SP-104 Soil Borings Supplemental Conditions of the Contract Conditions of the Contract 34138 Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. I hereby certify that this plan and specification was prepared by me or under my direct supervision and that I am a duly Registered Professional Engineer under laws f t tate of Minnesota. Mark A .E. Date: April 11, 1994 Reg. No. 14260 KE Sealed bids will be received by the City of New Hope, Minnesota in the City Hall at 4401 Xylon Avenue until 11:30 A.M., C.D.S.T., on Thursday, May 5, 1994, at which time they will be publicly opened and read aloud for the furnishing of all labor and materials and all else necessary for the following: Public Works Site Improvements/Salt Storage Building- City Project No. 487 6,300 CY Site Grading 540 LF Sanitary/Storm Sewer Pipe 8,500 SY Bituminous Paving 1 LS Salt Storage Dome Building (70' dia., 2,400 ton capacity) 1 LS Conveyor for Loading 40 EA Landscape Plantings with miscellaneous iriaiiholes, concrete curb, and restoration. Plans and specifications, proposal forms and contract documents may be seen at the office of the City Clerk, New Hope, Minnesota, and at the office of Bonestroo, Rosene, Anderlik & Associates, Inc., Consulting Engineers, 2335 W. Trunk Highway 36, St. Paul, MN 55113, (612) 636-4600. Each bid shall be accompanied by a bidder's bond naming the City of New Hope as obligee, certified check payable to the Clerk of the City of New Hope or a cash deposit equal to at least five percent (5%) of the amount of the bid, which shall be forfeited to the City in the event that the bidder fails to enter into a contract. The City Council reserves the right to retain the deposits of the three lowest bidders for a period not to exceed 90 days after the date and time set for the opening of bids. No bids may be withdrawn for a period of ninety (90) days after the date and time set for the opening of bids. Payment for the work will be by cash or check. Contractors desiring a copy of the plans and specifications and proposal forms may obtain them from the office of Bonestroo, Rosene, Anderlik & Associates, Inc., upon payment of a deposit of $40.00. 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 34138ad 1. BID PROCEDURE: Each planholder has been furnished a specification, plan set and two extra proposals. Bids shall be submitted on the separate Proposal Form designated "BID COPY" and not in the specification book. The Proposal containing the bid shall be submitted in a sealed envelope. 2. DEPOSIT AND REFUND: Plans and specifications may be obtained for the deposit amount stipulated in the Advertisement for Bids. Planholders may obtain more than one set of plans and specifications for the stipulated amount, however, refunds will not be given for these additional sets. Refunds of deposit will be made to all bidders, subcontractors, and suppliers who return pl ans lans 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 to receive a refund of deposit: a) Low • - bidder, or b) 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 the bid-letting hour. 3. INDIVIDUAL DRAWINGS AND SPECIFICATION SHEETS: Individual drawings and specifications sheets may be purchased at the rate of Five Dollars ($5.00) per sheet of drawings and Twenty-five cents ($0.25) per sheet of specifications for which no refund will be made. 1994 Gene�al eonestroo Bidder C.S. McC'rossan Construction, Inc. Total Base Bid $423,736.87 Rosen Address 7865 Jefferson Hwy Telephone No. 425 -4167 Anderllk & Associates En Pa' I ""' M N SL ft tlinnn o uli City, State, Zip Maple Grove, MN 5.5369 Fax. No. 425 -0520 PROPOSAL PUBLIC WORKS SITE IMPROVEMENTS SALT STORAGE BUILDING CITY PROJECT NO. 487 FILE NO. 34138 NEW HOPE, MINNESOTA 1994 Opening Time: Opening Date: Honorable City Council City of New Hope 4401 Xylon Avenue North New Hope, Minnesota 55428 Dear Council Members: 11:30 A.M., C. D.S.T. Thursday, May 5 1994 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 Addendum No. 1 and being familiar with all factors and other conditions affecting the work and cost thereof, hereby proposes to furnish all labor, tools, materials, skills, equipment and all else necessary to completely construct the project in accordance with the plans and specifications on file with your Clerk and Bonestroo, Rosene, Anderlik & Associates, Inc., 2335 W.Trunk Highway 36, St. Paul, Minnesota 55113, as follows: No. Item Base Bid 1 Remove bituminous pavement 2 Salvage & reinstall ex. cyclone fence 3 Clear and grub trees 4 Common excavation 5 Subgrade excavation 6 Grade overland swale from Lee Bros. 7 Topsoil borrow Unit Qty Unit Price Total Price SY 4,200 $ 2.03 $ 8,526.00 LF 520 6.86 3,567.20 LS 1 509.52 509.52 IS 1 18,883.00 18,883.00 CY 200 1.40 280.00 IS 1 1,500.00 1,500.00 CY 300 5.75 1,725.00 34138.PRO p - No. Item Unit Qty Unit Price Total Price 8 Aggregate base, Cl. 5, 100% crushed TN 5,800 $ 7.25 $ 42,050.00 9 Type 31 bituminous base course TN 1,500 11.55 17,325.00 10 Type 41 bituminous wear course TN 750 12.89 9,667.50 11 Type 41 bituminous wear course for patching (between curb and fence) TN 60 45.31 2,718.60 12 Bituminous material for mixture TN 120 110.00 13,200.00 13 Bituminous material for tack coat GL 400 1.00 400.00 14 B618 concrete curb LF 1,170 6.96 8,143.20 15 15" RCP, Class 5 LF 390 24.71 9,636.90 16 Std. CB w/R3067V casting EA 2 851.52 1,703.04 17 Connect to existing CBMH EA 1 126.18 126.18 18 Reconstruct CBMH to MH w/R164213 estg. EA 1 707.97 707.97 19 Remove CBMH EA 1 200.00 200.00 20 Remove storm sewer pipe LF 20 6.80 136.00 21 6" PVC, SDR 26 LF 135 15.26 2,060.10 22 6" PVC cleanout EA 1 100.00 100.00 23 Connect 6" PVC to ex. MH EA 1 91.84 91.84 24 Storage area (Design Special 1) LS 1 31,000.00 31,000.00 25 Sludge drying pit (Design Special 2) LS 1 20,000.00 20,000.00 26 Vertical dome storage w /electric wiring (2400 ton capacity) LS 1 110,103.00 110,103.00 27 Conveyor w /electric wiring LS 1 86,589.75 86,589.75 28 Improved pipe fud., 6" depth increment LF 400 0.50 200.00 29 Conveyor pit LS 1 7,730.75 7,730.75 30 Relocate existing propane tank LS 1 1,498.00 1,498.00 31 6" diameter bollard EA 4 203.81 815.24 32 Jersey barriers LF 200 25.00 5,000.00 33 4' high Colorado Green Spruce EA 22 128.40 2,824.80 34138TRO P -2 No. Item Unit Qty Unit Price Total Price 34 4' high Black Hills Square EA 6 $ 128.40 $ 770.40 35 2" diameter Red Splendor Crab Apple EA 8 160.50 1,284.00 36 2" diameter Marshall's Seedless Ash EA 2 160.50 321.00 37 6' high cyclone fence LF 470 16.90 7,943.00 38 Sod SY 1,000 1.77 1,770.00 39 Seed w /3" ex.topsoil, mulch & fertilizer AC 1.5 1,043.25 1,564.88 40 Siltation fence LF 500 2.03 1,015.00 41 Erosion control and catch basin EA 2 25.00 5Q00 Total Base Bid $423,736.87 Alternate Bid 42 Recycled crushed concrete base course in lieu of aggregate base Cl. 5, 100% crushed (ADD or DEDUCT) TN 5,800 1.08 6,264.00 Total Alternate Bid $6.264.00 34138TRO P_3 The final amount of the contract shall be determined by multiplying the final measured quantities of the various items actually constructed and installed by the unit prices therefor, in the manner prescribed in the specifications. However, the low bidder shall be determined by adding the sums resulting from multiplying the quantities stated by the unit prices bid therefor. Accompanying this bid is a bidder's bond certified check or cash deposit in the amount of $ five percent (5 %) of amount bid which is at least five percent (5 %) of the amount of my /our bid made payable to the Owner, and the same is subject to forfeiture in the event of default on the part of the undersigned or failure on the part of the undersigned to execute the prescribed contract and band within fifteen (15) days after its submittal to me /us. In submitting this bid it is understood that the Owner retains the right to reject any and all bids and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this bid, it is understood that payment will be by cash or check. It is understood that bids may not be withdrawn for a period of 45 days after the date and time set for the opening of bids. It is understood that the Owner reserves the right to retain the certified check or bond of the three lowest bidders as determined by the Owner for a period not to exceed 45 days after the date set for the opening of bids. Respectfully submitted, (A Corporation) C.S. McCrossan Construction, Inc. (An Individual) Name of Bidder (A Partnership) (Signed) Jane McCrossan Signer Vice President Title Jane McCrossan Printed Name of Signer 34138.PRO P_4 111 • General Requirements 24,000.1. DESCRIPTION: This work shall consist of the construction of sewers in accordance with the requirements of the Contract. Under the numbering system used herein numbers 24,000.2 - 24,000.2.N inclusive, deal with Materials; 24,000.3 - 24,000.7.A inclusive, deal with Construction Requirements; 24,000.8 - 24,000.8.K inclusive, deal with Method of Measurement and 24,000.9 - 24,000.9.M, inclusive, deal with Basis of Payment. It is intended that when the Standard Specifications do not cover the subject matter necessary to be covered, additional numbers in the appropriate section may be utilized in the Specific Requirements and the numerical sequence preserved. 24,000.1.A. Work Included: The Contractor shall, unless specified otherwise, furnish all materials, equipment, tools and labor necessary to do the work required under his contract and unload, haul and distribute all pipe, castings, fittings, manholes and accessories. The Contractor shall also excavate the trenches and pits to the required dimensions; sheet, brace and support the adjoining ground or structures where necessary; handle all drainage or groundwater; provide barricades, guards and warning lights; lay and test the pipe, castings, fittings, manholes and accessories; backfill and consolidate the trenches and pits; maintain the surface over the trench; remove surplus excavated material; and clean the site of the work. The Contractor shall also furnish all equipment, tools, labor and materials required to rearrange sewers, conduits, ducts, pipes or other structures encountered in the installation of the work. All the work to completely construct the sewer facilities shall be done in strict accordance with the contract documents to which these General Requirements are a part. 24,000.1.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: The materials used in this work shall be new and conform to the requirements for class, kind and size of material specified below or as altered or more specifically described in the "Specific Requirements ", "Special Provisions" and "Proposal ". 24,000.2.A. Clay Pipe: Clay sewer pipe and fittings shall conform to the requirements of the current A.S.T.M. Specification C -700 for extra strength clay sewer pipe. Extra strength pipe shall be used for all Vitrified Clay Sewer Pipe on the project. 24,000.2.B. Polyvinyl Chloride Sewer Pipe: Polyvinyl chloride sewer pipe and fittings shall be produced by a continuous extrusion process using Type 1, Grade 1 material as defined in A.S.T.M. Spec. D -1784. The design, dimensions and wall thickness shall be in accordance with ASTM Spec. D -3034, SDR 35. 24,000 - General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -1 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 (1!1:: "esignated on tllt; flans and in Ilic. 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 requirements 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 �'opper straps or approved conductive gaskets with copper inserts. 24,000.2.F. Cast Iron Fittings: Where ductile iron pipe is furnished, fittings shall be mechanical joint in accordance with AWWA Standard 0110. All fittings shall be designed for 150 psi working pressure. All fittings shall have a standard thickness of cement mortar lining in accordance with AWWA Standard C104. Ductile iron fittings in accordance with AWWA Standard C -153 are considered equal. 24,000.2.G. Joints and Joint Materials: 24,000.2.G.1. 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 vitrified clay pipe may be used which employ Type B compression couplings in accordance with ASTM Specification C594. 24,000.2.G.2. Polyvinyl Chloride Pipe: Polyvinyl chloride pipe joints shall be bell and spigot type with solvent cement applied in accordance with the manufacturer's recommendations. Gasketed push -on type joints are considered equal. 24,000.2.G.3. Concrete Pipe: Reinforced concrete pipe joints shall meet the requirements of ASTM Specification C -361 and shall be the Bureau of Reclamation Type R -4. Deformed concrete pipe shall be jointed with material similar to Ram -Nek, Hamilton Kent, Kent Seal No. 2 or equal gasket material applied in accordance with manufacturer's recommendations. 24,000.2.G.4. Ductile Iron Pipe: Gaskets for mechanical joint and push -on joint pipe shall be designated and manufactured to exact dimensions to assure a liquid tight joint. All joints for pipe used as a pressure line shall be installed with an electric contact through every joint. Joints shall conform to AWWA Standard C111. 24,000 - General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -2 24,000.2.G5. Corrugated Metal Pipe: Corrugated metal pipe shall be joined using coupling bands in accordance with Mn/DOT Specification 3226. 24,000.2.H. Manhole and Catch Basin Frames & Covers: Cast iron for both manholes and catch basin frames and covers shall be of the best grade of cast iron, free from all injurious defects and flaws and shall be Class 35 iron in accordance with A.S.T.M. Spec. A -48. Each casting shall be sand blasted but no further coating or finish is required. Both the surface of the cover and frame in contact shall be machined for non - rocking protection. The words "SANITARY SEWER" or "STORM SEWER" shall be cast on top of each manhole cover in two inch letters where each is applicable. All manhole castings shall be furnished with two concealed type pick holes of a design approved by the Engineer. The type, style and weight of all manhole castings, special castings and catch basin castings shall be as stated in the "Specific Requirements ". 24,000.2.I. Manhole Steps: 24,000.2.I.1. Cast Iron Manhole Steps: Cast iron manhole steps shall be manufactured from hi -test metal having a minimum tensile strength 35,000 pounds per square inch. All manhole steps shall be Neenah Foundry Step No. R- 1981J, Badger F -15 or equal. All steps shall conform to the requirements of A.S.T.M. Designation C -478. 24,000.2.I.2. Aluminum Manhole Steps: Aluminum manhole steps of a design similar to the cast iron steps specified may be used. Aluminum manhole steps shall be made of Apex Ternalloy No. 5 aluminum alloy. 24,000.2.I.3. Polypropylene Coated Manhole Steams: Polypropylene molded over steel reinforcing rod and similar in design to the cast iron steps specified may be used. All such steps shall be M.A. Industries (SP -1 -PF) Manhole Step, or equal. 24,000.2.J. Pre -Cast Concrete Manholes: Precast concrete manholes shall be used for all manholes more than 6.5' deep from rim to top of pipe and shall conform to the requirements of A.S.T.M. Designation C -478. Segmental block may be used for the lower portion of manholes over large diameter pipe up to the top of the largest pipe. Unless otherwise stated, the internal diameter shall be four feet. The upper section of the manhole shall be reduced to a smaller diameter opening by use of an eccentric pre -cast cone made expressly for this purpose. On manholes 8 ft. deep and greater the pre -cast section immediately below the cone section shall be one (1 foot in height). The vertical wall of the cone shall be on the downstream side of the manhole, except for pipe 36 inches in diameter or greater where steps will be placed to provide the most suitable access. A minimum of 2 rings and a maximum of four rings of adjustment shall be allowed. All manholes shall be watertight. Precast manhole joints shall be rubber o -ring gasket type. All manhole steps shall be securely and neatly mortared in place. All lifting holes shall be neatly mortared up. Manhole bases may be pre -cast or poured in place. Poured in place bases must be acceptably cured before the manhole sections are placed on the hardened slab. The inverts of all manholes shall be shaped to the half section of equivalent size pipe conforming to the inlet and outlet pipe so as to allow for a free 24,000- General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -3 uninterrupted flow with all surfaces sloping to the flow line. Manholes may be supplied with preformed inverts and watertight pipe connections for all lines 15" in diameter or smaller. Preformed inverts will not be allowed where pipe grades are 2 percent or greater unless design grade is built through the manhole. All manholes, catch basin manholes and catch basins shall be constructed in accordance with the detail plates included in the contract documents. Where manhole or catch basin depths are less than 6.5 feet from rim to top of pipe, they shall be built with precast concrete manhole sections and a precast concrete manhole slab with offset opening suitable for street loading. Where manholes are constructed using a precast concrete manhole top slab, the pre -cast section immediately below the slab shall be one (1) foot in height. "Mini -Tee" type precast manhole bottom sections may be used for the installation of all small diameter concrete pipe sewers in lieu of the construction method described above. 24,000.2.K. Pre -Cast Segmental Block: Eight inch precast segmental radial block may be used for the lower portion of manhole over large diameter pipe and for shallow manholes and catch basins. Concrete used in the manufacture of these blocks shall conform to the requirements of A.S.T.M. "Specifications for Concrete & Masonry Units for Construction of Catch Basins & Manholes ", Serial Designation C -139. The exterior of all block manholes shall be plastered with one -half inch of mortar as per Paragraph 24,000.5.D. 24,000.2.L. Concrete Materials: Concrete for monolithic concrete manholes and all manhole bases shall consist of Standard Portland Cement Type I, clean washed sand and crushed rock and gravel free from deleterious materials. Portland cement shall conform to A.S.T.M. Specifications, Portland Cement Type I, Standard Serial Designation C -150. Gradation shall be subject to the approval of the Engineer with proper water - cement ratio to obtain a concrete testing not less than 3000 pounds per square inch in 28 days. 24,000.2.M. Mortar Materials: Mortar used for laying up concrete block or brick manholes or used for plastering lift holes and exteriors of manholes shall consist of Standard Portland Cement Type I, Standard Serial Designation C -150. Lime shall conform to specifications for normal finishing hydrated lime, A.S.T.M. Serial Designation C -6 or specifications for hydraulic hydrated lime for structural purposes, A.S.T.M. Serial Designation C -141. Gradation shall be subject to the approval of the Engineer. 24,000 - General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -4 24,000.2.N. Granular Materials: Granular materials used for improved pipe foundation, special pipe bedding, or PVC pipe bedding where improved pipe foundation is required shall meet the requirements of Mn/DOT Specification 3149H, Coarse Filter Aggregate except that hard, durable crushed carbonate quarry rock may also be used. The material shall have the following crushing requirements. Not less than 50% of the material, by weight, that is retained on the No. 4 sieve shall have one or more crushed faces. Granular materials used for pipe bedding in rock and for PVC pipe bedding where improved pipe foundation is not required shall meet the requirements of Mn/DOT Specification 3149A, Granular Borrow, except that 100 %, by weight, shall pass the 1" sieve. 24,000.3. CONSTRUCTION REQUIREMENTS: 24,000.3.A. Inspection: 24,000.3.A.1. Of Materials at Factory: All materials, whether furnished by the Owner or by the Contractor are subject, at the discretion of the Owner, to inspection and approval at the plant of the manufacturer. 24,000.3.A.2. Of Materials at Delivery Point: During the process of unloading, all pipe and accessories shall be inspected by the Contractor for loss or damage in transit. No shipment of material shall be accepted by the Contractor until or unless notation of any lost or damaged material shall have been made on the bill of lading by the agent of the carrier. 24,000.3.A.3. Field Inspection: All pipe and accessories shall be laid, jointed, tested for defects and for infiltration in the manner herein specified as directed by the Engineer and subject to his approval. 24,000.3.A.4. Disposition of Defective Material: All material found during the progress of the work to have cracks, flaws or other defects will be rejected by the Engineer and the Contractor shall promptly remove from the site of the work such defective material. 24,000.3.B. Contractor's Responsibility for Material: 24,000.3.B.1. Responsibility for Material Furnished by Contractor: The Contractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or that has become damaged after delivery by the manufacturer. 24,000.3.B.2. Responsibility for Safe Storage: The Contractor shall be responsible for the safe storage of material furnished by or to him, and accepted 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 - General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -5 24,000.3.D. Alignment & Grade & Underground, Surface & Overhead Utilities: 24,000.3.D.1. General: All pipe shall be laid and maintained to the required lines and grades; with tees, wyes, catch basins, special structures and manholes at the required locations; and with joints centered and spigots home. Deviation from grade in excess of 0.05 percent may be cause for removal and relaying pipe at the Contractor's expense. 24,000.3.D.2. Existing Utilities: Existing water and sewer mains, and other underground utilities, are shown on the plans only by general location. The Owner does not guarantee that the utilities are complete or that the locations are as shown on the plans, and the Contractor shall be solely responsible for verifying the exact location of each of these utilities, without additional compensation. Prior to the start of any construction, the Contractor shall notify all utility companies having utilities in the Project Area. The Contractor shall have sole responsibility for providing temporary support and for protecting and maintaining all existing utilities in the Project Area during the entire period of construction, including but not limited to the period of excavation, backfill and compaction. In carrying out this responsibility, the Contractor shall exercise particular care, whenever gas mains or other utility lines are crossed, to provide compacted backfill or other stable support for such lines to prevent any detrimental displacement, rupture or other failure. 24,000.3.D.3. Deviations Occasioned by Other Utility Structures: Wherever existing utility structures or branch connections leading to main sewers or to main drains or other conduits, ducts, pipe or structures present obstructions to the grade and alignment of the pipe, they shall be permanently supported, removed, relocated, or reconstructed by the Contractor through cooperation with the Owner of the utility, structure or obstruction involved. In those instances where their relocation or reconstruction is impracticable, a deviation from the grade will be ordered and the change shall be made in the manner directed with extra compensation allowed therefore at unit prices, if applicable. 24,000.3.D.4. Deviation with Engineer's Consent: No deviation shall be made from the required line or grade except with the written consent of the Engineer. 24,000.3.D.5. Subsurface Exploration: It shall be the Contractor's responsibility to determine and verify the location of existing pipes, valves or other underground structures as necessary to progress with the work with no additional compensation allowed. The Engineer shall make all known records available. All known utilities are designated on the plans in a general way as stated in Section 24,000.3.D2. 24,000 - General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -6 24,000.3.D.6. Overhead Utilities & Obstructions: Overhead utilities, poles, etc., shall be protected against damage by the Contractor and if damaged by the Contractor, shall be replaced by him. Should it become necessary during the progress of the work to remove or relocate existing poles, overhead utilities and obstructions, the Owner shall cause the same to be done at no expense to the Contractor unless otherwise provided for in the "Special Provisions" or "Specific Requirement ". It will be the duty of the Contractor to visit the site and make exact determination of the existence of any such facility prior to the submission of his bid. 24,000.3.E. Excavation & Preparation of Trench: 24,000.3.E.1. Description: The trench shall be dug to the alignment and depth shown on the plans and only so far in advance of pipe laying as Engineer shall specify. The trench shall be so braced (Section 24,000.3.E.11) and drained that workmen may work safely and efficiently therein. All trenches shall be excavated and /or sheeted and braced in accordance with applicable State Regulations relating to industrial safety to a safe angle of repose. Such angle of repose shall be no less than that required by the Accident Prevention Division of the State Industrial Commission or the requirements of the Occupational Safety and Health Act (OSHA) whichever is more restrictive. All surface water and groundwater discharges shall be conducted to natural drainage channels, drains or storm sewers. 24,000.3.E.2. Width: The trench width at the top of the excavation may vary with and depend upon the depth of trench and the nature of the excavated material encountered, but in any case shall be of ample width to permit the pipe to be laid and jointed properly and the backfill to be placed and compacted properly. The minimum width of unsheeted trench shall be 18 inches and for pipe 10 inches or larger at least one foot greater than the nominal diameter of the pipe. All trenches shall be excavated to conform to the State Industrial Commission Safety requirements and applicable OSHA Standards. 24,000.3.E.3. Pipe Bedding: All sewer pipe shall be bedded for strength purposes in accordance with the class of bedding specified in the Specific Requirements, as detailed in the Standard Detail Plates, or as indicated on the plans and /or proposal. Where no specific class of pipe bedding is listed, it shall be understood to be Class C -1 bedding. Side fills and the area over the pipe to the depths indicated on the sewer bedding detail shall be filled with natural trench material carefully compacted in place. 24,000.3.E.3.1. Class C -1 Bedding >: Where Class C -1 bedding is specified or allowed with existing materials, the trench shall have a bottom conforming to the grade to which the pipe is to be laid. The pipe shall be laid upon sound soil, cut true and even so that the barrel of the pipe will have bearing over at least 50 percent of the pipe width for its entire length. Bell holes shall be excavated to insure that the pipe rests for its entire length upon the bottom of the trench. When a uniform trench bottom cannot be formed as specified, Class C -2 bedding shall be used. 24,000 - General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -7 The Contractor may, at his option, elect to use a Class C -2 bedding in lieu of Class C -1 bedding, without any additional compensation allowed therefor. 24,000.3.E.3.2. Class C -2 Bedding Where Class C -2 bedding is specified or allowed, the pipe shall be bedded on granular materials meeting 24,000.2.N specifications. The depth of bedding shall be one fourth of the outside diameter of the pipe barrel, but not less than six inches in accordance with the standard detail plates. 24,000.3.E.3.3. Class B Bedding: Where Class B bedding is specified or allowed, the pipe shall be bedded on granular materials meeting 24,000.2.N. specifications. The depth of bedding shall be one fourth of the outside diameter of the pipe barrel, but not less than six inches, plus one half of the outside diameter of the pipe barrel all in accordance with the standard detail plate. 24,000.3.E.3.4. Class A Bedding: Where Class A bedding is specified or allowed, the pipe shall be bedded in the same manner as for Class C -1 bedding except that 2000 psi concrete shall be placed around the pipe from the bottom of the trench to a point one half the outside diameter of the pipe barrel above the bottom of the trench all in accordance with the Standard Detail Plate. 24,000.3.E.3.5. PVC Pipe Bedding: All polyvinyl chloride sewer pipe shall be installed and bedded in accordance with ASTM specification D -2321, "Recommended Practice for Underground Installation of Flexible Thermoplastic Sewer Pipe" with granular materials meeting Specification 24,000.2.N. used for all PVC pipe bedding. The granular materials shall be placed from a point 6" below the bottom of the pipe to a point 12" above the top of the pipe. Bedding requirements shall include mechanical compaction of sand and gravel material surrounding the pipe to at least ninety -five (95 %) percent of maximum density as described in ASTM Methods D698 to prevent deflection of the pipe cross - section. Payment for such bedding and compaction operations shall be considered incidental to the installation of the sewer pipe. Where existing soils are of non - granular nature, the Contractor shall furnish sand or gravel material for pipe bedding as incidental to the cost of the pipe. The Owner reserves the right to measure deflection of PVC sewer pipe 30 days after placement of backfill material in the trench and at any time during the warranty period. Deflections greater than five (5 %) percent of the inside pipe diameter shall be considered failure of the bedding procedure and the Contractor may be required to re- excavate the trench and provide additional compaction along the side of the sewer pipe with no additional compensation for such work. Deflection testing of PVC pipe shall be performed by the contractor with no additional compensation allowed therefor. 24,000.3.E.4. Correcting Faulty Grade: Any part of the trench excavated below grade shall be corrected with approved material thoroughly compacted without additional compensation to the Contractor. 24,000- General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -8 24,000.3.E.5. Improved Pipe Foundation: When the bottom of the trench is soft or where in the opinion of the Engineer unsatisfactory foundation conditions exist, the Contractor shall excavate to a depth to insure proper foundation. The excavation shall then be brought up to pipe grade with thoroughly compacted granular materials meeting Specification 24,000.2.N. No payment will be made for rock installed without the knowledge or consent of the Engineer nor will payment be made for rock installed only for dewatering purposes. Payment will be made for only the authorized granular foundation material placed under the pipe. It shall be the Contractor's responsibility to notify the Engineer of changing soil conditions which may be of poor bearing capacity and when organic soils are encountered. Where utilities are placed on unstable soils without notification of the Engineer, the Contractor shall be responsible for all repairs and correction of the installation without further compensation. 24,000.3.E.6. Pipe Clearance in Rock: Ledge rock, boulders and large stones shall be removed to provide a clearance of at least 6 inches below the outside barrel of the pipe and to a clear width of 6 inches on each side of all pipe and appurtenances for pipe 15 inches or less in diameter; for pipes larger than 15 inches, a clearance of 6 inches below and a clear width of 9 inches on each side of outside diameter of pipe shall be provided. Adequate clearance for properly jointing pipe laid in rock trenches shall be provided at bell holes. 24,000.3.E.7. Pipe Bedding in Rock: Where rock is encountered, the space between the rock and the pipe surfaces shall be backfilled with granular materials meeting specification 24,000.2.N. and thoroughly tamped. The material from the trench excavation, other than rock, boulders, peat, silt or other unacceptable material, shall be considered as suitable material. No additional compensation for placing or tamping this material shall be allowed. However, in the event that additional material must be hauled in, the hauling of the suitable granular material for the pipe bed shall be paid for on a weight basis only when ordered placed by the Engineer. 24,000.3.E.8. Solid Rock Excavation Defined: Solid rock excavation shall include such rocks as are not decomposed, weathered or shattered and which will require blasting, barring, wedging or use of air tools for removal. Under this classification shall be included the removal of any concrete or masonry structures (except concrete pavement, curb, gutter and sidewalk) or boulders exceeding one -half (1/2) cubic yard in volume that may be encountered in the work. 24,000.3.E.9. Blasting Procedure: Blasting for excavation will not proceed until the Contractor has notified the Engineer of the necessity to do so, such notification shall in no manner relieve the Contractor of the hazards and liability contingent in blasting operations. The hours of blasting will be fixed by the Owner. Any damage caused by blasting shall be repaired by the Contractor at his expense. The Contractor's methods of procedure relative to blasting shall conform to local and state laws and municipal ordinances. 24,000.3.E.10. Bell Holes Required: Bell holes of ample dimensions shall be dug in trenches at each joint to permit the jointing to be made properly. 24,000 - General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -9 24,000.3.E.11. Braced & Sheeted Trenches: The Contractor shall adequately brace and sheet excavations wherever necessary to prevent caving or damage to nearby property. The cost of this temporary sheeting and bracing, unless provided for otherwise, shall be considered as part of the excavation costs without additional compensation to the Contractor. Trench sheeting or bracing shall remain in place until the pipe has been laid, tested for defects and repaired if necessary, and the earth around it compacted to a depth of one foot over the top of the pipe. Sheeting, bracing, etc. placed in the "pipe zone" (that part of the trench below a distance of one foot above the top of the pipe) shall not be removed without the written permission or written order of the Engineer. Sheeting ordered left in place by the Engineer shall be paid for at the unit price bid. The Contractor may also leave in place, at his own expense, any sheeting or bracing in addition to that ordered left in place by the Engineer necessary to prevent injury or damage to persons, corporations, or property, whether public or private, for which the Contractor under the terms of this contract is liable. 24,000.3.E.12. Manner of Piling Excavated Material: All excavated material shall be piled in a manner that will not endanger the work and that will avoid obstructing sidewalks and driveways. Gutters shall be kept clear or other satisfactory provisions made for street drainage. 24,000.3.E.13. Maintenance of Traffic: When traffic cannot be diverted, it will be permitted to use the highway at all times. the Contractor shall at his own expense erect and maintain warning signs and warning barricades. The Contractor shall at his own expense, place and maintain acceptable warning lights and barricades to protect persons from injury and to avoid property damage. At all dangerous intersections, bypasses, and intercepting roads, the Contractor shall at his own expense furnish, erect and maintain such warning barricades as are necessary and required by the Engineer, and he shall place and maintain acceptable warning lights at each. It shall be the Contractor's responsibility to check and inspect all lights and barricades at all times including Sundays and Holidays. He shall maintain the streets in a passable condition, shall conduct his work so as to create a minimum amount of inconvenience to traffic and shall furnish not less than two flagmen at each location where loading or depositing of material requires the turning of the trucks on any state highway or "main street" and where the operation of construction equipment endangers traffic. Temporary suspension of work does not relieve the Contractor of the responsibility outlined in the above requirements. 24,000.3.E.14. Property Protection Trees, fences, poles and all other property shall be protected unless their removal is authorized; and any property damaged shall be satisfactorily restored by the Contractor, or adequate compensation therefor shall be the responsibility of the Contractor. Where tree trimming is required, all cut surfaces one inch or more in diameter shall be covered with a coat of asphalt paint. 24,000 - General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -10 24,000.3.E.15. Interruption of Water Service: No valve or other control on the existing system shall be operated for any purpose by the Contractor without approval of the Engineer and all consumers affected by such operation shall be notified by the Contractor at least an hour before the operation and advised of the probable time when service will be restored. 24,000.3.E.16. Tunnelin , Jg, acking or Excavation Other Than Open Trench: Where pipe cannot be placed by open trench excavation, the method for placing and payment thereof shall be stated in the "Specific Requirements ". 24,000.3.E.17. Manner of Handling Pipe & Accessories Into Trench: Proper implements, tools and facilities satisfactory to the Engineer shall be provided and used by the Contractor for the safe and convenient prosecution of the work. 24,000.3.E.18. Pipe Dept Clean: All foreign matter or dirt shall be removed from the inside of the pipe before it is lowered into its position in the trench, and it shall be kept clean by approved means during and after laying. All matter entering the pipe shall be removed by the Contractor prior to acceptance with no additional compensation allowed. 24,000.3.E.19. Lavin the he Pipe. The spigot shall be lubricated, centered in the bell, the pipe shoved into position and brought into true alignment; it shall be secured there with earth carefully tamped under and on each side of it, excepting at the bell holes. Care shall be taken to prevent dirt from entering the joint space. 24,000.3.E.20. Preventing Trench Water From Entering Pipe: All openings along the line of sewer shall be securely closed, and at the suspension of work at any time, suitable stoppers shall be placed to prevent water, earth or other substances from entering the sewer. 24,000.3.E.21. Bell Ends to Face Direction of La yin Pipe laying shall proceed upgrade with spigot ends pointing in the direction of flow. 24,000.3.E.22. Railroad & Highway Crossing: When any railroad or highway is crossed, all precautionary construction measures required by the railroad or highway shall be followed. Railroad or highway crossings shall be jacking or tunneling and construction and permit requirements shall be as stated in the "Specific Requirements ". 24,000.3.E.23. Unsuitable conditions for Laving Pipe: No pipe shall be laid in water or when the trench conditions are unsuitable for such work. 24,000.3.E.24. Jointing: Joints for vitrified clay and concrete pipe shall be made by wiping the joints clean, applying the manufacturer's recommended lubricant compound over the entire joint surface and then inserting the spigot end into the bell with sufficient force to properly seat the pipes. Joints for polyvinyl chloride pipe shall be made by the use of a solvent cement or push - on rubber gaskets. All jointing procedure shall be in accordance with the recommendations of the pipe manufacturer. 24,000- General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -11 After joints are made, any superfluous material inside the pipe shall be removed by means of an approved follower or scraper. All joints must be watertight, and any leaks or defects discovered must be immediately repaired. Any pipe which has been disturbed after being laid must be taken up, the joint cleaned and properly relaid as directed by the Engineer. Joints connecting cast iron pipe with concrete or clay pipes shall be made with a concrete collar completely surrounding the joint or approved adapter. Where a sewer line outlets to grade or where the line is terminated with a flared end section, the Contractor shall fasten at least the last three (3) joints together by the use of "U" bolt fasteners approved and as recommended by the pipe manufacturers. 24,000.4. SERVICE CONNECTIONS: 24,000.4.A. Wye Branches: Extra strength wye branches shall be placed at the locations directed by the Engineer. The wye branch shall be placed so that the Wye is located at approximately a 45o angle from horizontal. Vitrified or other suitable plugs shall be provided for the openings. Plugs shall be installed with Atlastic 77, Sonolastic Sealant or equal joint material or shall be specifically designed for the opening to be plugged. 24,000.4.B. Risers: Standard weight cast iron soil pipe shall be used as risers to extend service connections to a point within 10 feet of the street grade or as directed. Risers shall be installed in accordance with the standard service riser detail plate. Care shall be taken in backfilling so as not to damage the riser installation. Suitable plugs shall be provided for the openings, properly sealed. 24,000.4.C. Records & Location of Service Connections: It shall be the duty of the Contractor to keep an accurate record of service connections, as to location, depth to top of riser, type of connection provided, etc. Location shall be made in respect to nearest manhole center, downgrade from the service. This record shall be turned over to the Engineer at the end of each week. 24,000.5. MANHOLES: 24,000.5.A. General: All reference to manholes shall apply equally to catch basin structures in this section of the specifications. 24,000.5.B. Excavation: Excavation shall be to a depth and size to provide for construction of the manholes and catch basins as shown in detail on the plans. 24,000.5.C. Concrete Base: Concrete base for manhole construction shall be of size and depth as shown on the plans. Concrete used for this purpose shall consist of one part Portland cement, two parts of clean sharp sand and four parts of graded coarse aggregate. Material used for this purpose shall be subject to the approval of the Engineer. Base shall be poured on undisturbed earth prior to setting the precast manhole sections. Precast concrete manhole bases shall be considered equal. 24,000 - General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -12 24,000.5.D. Walls: Material to be used in the walls of manholes shall be as specified in Section 24,000.2. All external surfaces of concrete block manholes if permitted shall be plastered with a 1/2 inch coat of Portland cement mortar. Mortar shall contain one part of cement to three parts of suitable plaster sand. Lime or mortar mix shall be used in amount necessary to make a suitable mixture for plastering purposes, but not to exceed 15% by volume of cement. Mortar used for laying concrete block shall consist of one part Portland cement to two parts of sand to which lime or mortar mix may be added not to exceed fifteen percent (15 %) by volume of cement. 24,000.5.E. Manhole Steps: Manhole steps shall be of the type as specified in Section 24,000.2.J. Spacing shall be as shown on the detailed manhole plans, but not greater than 16 inches in vertical alignment. 24,000.5.F. Placing Manhole Rings & Covers: The frame or ring casting shall be set to the designation elevation in a full mortar bed. 24,000.5.G. Placing Catch Basin Frames & Covers: Where catch basins are to be placed to final grade and castings are to be installed in curbing, then the casting and all adjusting rings shall be encased in concrete at least 4 inches in thickness. Where curb and street work is to be done under separate contract the casting frame shall be set in mortar only. 24,000.5.H. Drop Manhole Inlets: Encased drop inlets shall be constructed as required on the plans and in accordance with the standard Drop Inlet Detail Plate. 24,000.6. BACKFILLING CLEANING UP & 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 accordance with A.S.T.M. D -2321 with special attention given to compacting the backfill material around the pipe to at least 95 percent of maximum density to a distance of one foot above the top of the pipe. 24,000- General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -13 24,000.6.13. Backfill Procedure Above Pipe Zone: (Type "A ") Procedure where settlement is allowable. Succeeding layers of backfill may contain coarser materials and shall be free from pieces of rock, concrete or clay lump more than one cubic foot in volume, roots, stumps, tin cans, rubbish, frozen materials and other similar articles whose presence in the backfill would cause excessive settlement. This type of backfilling may be accomplished above the pipe zone by any mechanical means or otherwise, at the option of the Contractor. Surface shall be maintained in passable condition for traffic until date of final inspection. Backfilling under exposed existing utilities shall be compacted to prevent settlement and any future displacement. 24,000.6.C. Backfill Procedure Above Pipe Zone:. (Type "C ") Succeeding layers of backfill may contain coarser materials and shall be free from pieces of rock, concrete or clay lump more than one cubic foot in volume, roots, stumps, tin cans, rubbish, frozen materials and other similar articles whose presence in the backfill would cause excessive settlement. This type of backfilling may be compacted by puddling with hose and long pipe nozzle or by flooding the trench, as the backfilling is accomplished above the pipe zone by any mechanical means or otherwise at the option of the Contractor. It is important that proper precautions be taken to prevent flooding of the pipe when flooding the trench, and the Contractor shall be wholly responsible for neglect of these precautions. 24,000.6.D. Procedure Where No Settlement is Allowable: (Type "C ") Succeeding layers of backfill may contain coarser materials and shall be free from pieces of rock, concrete or clay lump more than one cubic foot in volume, roots, stumps, tin cans, rubbish, frozen materials and other similar articles whose presence in the backfill would cause excessive settlement. This type of backfilling shall be placed in uniform layers, before compaction, of approximately 6 inches, tamped by mechanical means to the density specified in the Specific Requirements. 24,000.6.E. Procedure Where No Settlement is Allowable: (Type "D ") Succeeding layers of backfill shall be made of selected materials meeting requirements as set forth in the "Specific Requirements." This type of backfilling shall be placed in uniform layers, before compaction, of approximately 6 inches, tamped by mechanical means to the density specified in the Specific Requirements. 24,000.6.F. Density Tests: Density tests will be performed by an approved soils testing firm at various locations and depths throughout the project as directed by the Engineer. The Contractor shall cooperate fully and provide assistance as necessary to complete these tests with no additional compensation being made to the Contractor. All testing costs pertaining to passing tests shall be paid for by the Owner. All testing costs pertaining to failing tests will be charged to and paid for by the contractor. Where areas have not been compacted sufficiently to meet specific density requirements, these areas shall be excavated and recompacted until the density requirements are met. All cost for the work associated with recompaction shall be the Contractor's sole responsibility. 24,000- General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -14 24,000.6.G. Deficiency of Backfill. By Whom Sup 1p led: Any deficiency in the quantity of material for backfilling the trenches, or for filling depressions caused by settlement, shall be supplied by the Contractor with no extra compensation allowed. Any settlement which occurs shall be refilled by the Contractor. Material shall be provided at the Contractor's expense and the material shall be approved by the Engineer. 24,000.6.H. Disposal of Excess Materials and Debris: Unless otherwise specified, excavated material either not suitable or not required for fill material shall be disposed of by the Contractor outside of the right -of -way at his expense in any manner he may elect subject to the provisions of the following paragraph. Before dumping such materials or debris on a private or public land, the Contractor must obtain from the Owner of such land written 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.I. Restoration of Surface: All surfaces disturbed during the construction period, whether caused by actual excavation, deposition of excavated material, or by the construction equipment, shall be returned to its original conditions or better. Exceptions to the above, if any, or special instructions pertaining to any particular section of the project will be outlined in the "Special Provisions ". 24,000.6.J. Cleaning Up: Surplus pipe line material, tools and temporary structures shall be removed by the Contractor, and all dirt, rubbish, caused by his operations and excess earth from excavations shall be hauled to a dump provided by the Contractor and the construction site shall be left to the satisfaction of the Engineer. Clean up and restoration shall include the replacement and restoration of all street signs, mailboxes, posts, fences and similar items disturbed by the construction described herein. Unless otherwise noted in the Special Provisions or Proposal all items of clean -up and restorations shall be considered incidental to the contract with no additional compensation allowed. 24,000.7. TESTING PIPE LINES: 24,000.7.A. Infiltration in Sewers: Upon completion of the sewer construction, leakage tests shall be made to determine the amount of ground water infiltration into the sewers. Measurements will be made by means of 90n 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. 24,000 - General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -15 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. 111: •� • 24,000.8.A. Trench Excavation: Trench excavation will be measured in linear feet of trench according to the zone classifications specified as follows: From 0' to 8', from 8' to 10', and in two foot increments thereafter, which are based on the total depth of the trench to the designated grade of the pipe invert. No deduction in depth will be made for rock encountered in the trench above the designated grade. Measurement will be made along the centerline of the sewer and from center to center of all manholes, catch basins or junction fittings. 24,000.8.13. 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 classification furnished and installed with associated pipe bedding will be measured separately by length in linear feet. Measurement will be made along the centerline 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 installed, 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 separately by vertical length in linear feet from the centerline of the sewer to the top of the last riser section. 24,000.8.F. Constructing Manholes: Manholes will be measured by depth of the structure from the invert of the pipe to the top of the cover in linear feet, based on the dimensions as staked by the Engineer. 24,000 - General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -16 24,000.8.G. Constructing Catch Basins: Catch basins will be measured by the number of catch basins completed as to shape, size, and depth according to the plans. 24,000.8.H. Improved Pipe Foundation: Granular materials placed for improving pipe foundation below the specified pipe bedding shall be measured by the lineal foot of pipe placed with improved foundation in six inch depth increments of granular material placed. As an example, if two feet of granular material is required for improved pipe foundation under a 12" pipe installed with C -2 bedding; six inches of material is required for Class C -2 bedding and improved pipe foundation shall be measured as three lineal feet, six inches deep. 24,000.8.J. Drop Inlets: Drop inlets will be measured by depth from the lowest invert of the manhole to the invert of the pipe being served by the drop inlet. 24,000.8.K. Special Structures & Appurtenances: Methods of measurement for special structures and appurtenances not included above shall be as stated in the "Special Provisions," "Specific Requirements," and "Proposal ". 111 • : � Y���7��`i►rif�r111� 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. 24,000.9.13. Solid Rock Excavation: Solid rock excavation will be paid for at the Contract Unit Price per cubic yard. 24,000.9.0. 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 Pie: Ductile iron pipe will be paid for at the Contract Unit Price per linear foot for each type and diameter of pipe furnished 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 Proposal. 24,000 - General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -17 24,000.9.F. Service Riser Pipe: Service riser pipe will be paid for at the Contract Unit Price per linear foot for the vertical distance from the centerline of the sewer to the top of riser. Concrete reinforcement of the main sewer and riser pipe as described in Section 24,000.4.B. shall be considered as incidental and will not constitute a pay item. 24,000.9.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: Constructing of manholes to a depth greater than eight (8) feet will be paid for at the Contract Unit Price per manhole plus the unit price per linear foot for each foot of depth that is greater than eight feet. This section also applies to all catch basin manholes and catch basins. 24,000.9.I. 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.x. 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 Iinear foot which shall be payment in full for the extended manhole base, encasement, drop pipe, cast iron tee, cast iron pipe and concrete collar. Payment shall be made for sewer pipe from center to center of all manholes as per Section 24,000.8.C. when cast iron pipe is extended for drop inlets. 24,000.9.M. Special Structures & Appurtenances: Basis of payment for special structures and appurtenances not included above shall be stated in the "Special Provisions," "Specific Requirement," and 'Proposal ". End of Section 24,000 - General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -18 36" Back of curb o _ , s Direction of flow FM �r N ? T WD i NOTE: i Right hand grate shown c i 1 i s Catchbasin costinq Neenah R3067 or equal with DR. or DL. grate. 3`radius curb box Min. of 2 , Max, of 3 concrete adjustment rings allowed. PLAN Crate to be 2" below gutter grade. Slope gutter 5` each side of Catchbasin. T of Cur I Vor is ble EC T I O N 8onestroo , Rosene, Anderiik & Assoc. Consulting Engineers St. Paul, Minn. STANOAP n DETAILS TYPE -U C4TC1 ?BASIN is PI N M M Revisions Plate No. Jan. 1981 rj! 1 —l9 «r: r 24 x 36` Preca - ; ®::R.; y ., 5 f- - -3"of grout III ■ � • • EC T I O N 8onestroo , Rosene, Anderiik & Assoc. Consulting Engineers St. Paul, Minn. STANOAP n DETAILS TYPE -U C4TC1 ?BASIN is PI N M M Revisions Plate No. Jan. 1981 rj! 1 —l9 LOAD FACTOR 1,5 LOAD FACTOR 1.5 /.8c /� c' 6 min. / _ Compacted Backfill tl III HI - I - IL B but not • 0.5 Be min. Tess than 6 ' ° ° �'''•• •• ; 'o.•. a;.. °.°: •. w Normal __ II IC II 13 Bedding 0.5 Be min. Coarse Filter Aggregate ar (Mn Dot Spec. 3149H Mod.) CLASS C -I CLASS C -2 HAND SHAPED FROM HAND SHAPED FROM FIRM UNDISTURBED ANGULAR BEDDING SOIL MATERIAL Be" Denotes outside diameter of Pipe Barrel w Be t 12 Minimum LOAD FACTOR 1.9 LOAD FACTOR 2.3 Compacted Backf ill — A w --- Compacted I Backfill 0.5 Be less than 6 i Coarse Filter Aggregate (Mn DOT Spec. 3149H Modified) CLASS A CONCRETE BACKFILL TO 0.5 OF OUTSIDE DIAMETER WITH SHAPED BEDDING 2000 Concrete Soeestroo, Rosene, STANDARD DETAILS Revisions Plate No. Anderlik & Assoc. Inc. JAN. 1986 Consulting Engineers BEDDING METHODS 1 -25 St. Pout, Minnesota FOR RCP, VCP a DIP Compacted Backfill Variable ii/Type of Beddi Pay Depth I ncrements (Typical) it Bc" Denotes outside diameter of Pipe Barrel - Coarse Filter Aggregate (Mn DOT Spec. Modified) Bonestroo, Rosene, STANDARD DETAILS Revisions Anderlik a Assoc. Inc. JAN, 1986 Consulting Engineers IMPROVED FOUNDATION St. Poul, Minnesota FOR RCP, VCP & DIP 3149H Plate No. 1 -25A „— 6 Distance to C variable r TYPE "Au 1/ slo e 3f4 er ft. STANDARD SECTION M' M.M.D. B618 p d .. . : CONCRETE CURB B GUTTER 18 6 Dista to variable - -- -- -- - - - - -- r a 'o TYPE B „ �/ 1/2 r ° s /4 "" er ft. {— loe 3 STANDARD SECTION - M.H.D. B624 b CONCRETE CURB a GUTTER D F 24 " "C” 3 TYPE slo STANDARD SECTION M SURMOUNTABLE r CONCRETE CURB a GUTTER F— 12 -- 1 2 _ 1/2 r_�, f;3 r Distance to v ariabl e (a , 6 Bituminous surface YPE es D u I / ; STANDARD SECTION M.H.D. BS N - p + t; — Gravel base CONCRETE CURB Type"A "or Type "B " Curb - -- I/ 2"r 5 '� 3 " "r - 112 "`r TYPE ` A C D , r ) slope 3/4 per STANDARD SECTION DRIVEWAY 10 16!T A "TypeB 12 12 —7 e C Bonestroo, Rosene, Revisions Plate No. Anderlik R Assoc, Inc. STANDARD DETAILS Consulting Engineers CONCRETE CURB a GUTTER 4-1 St. Paul, Minnesota B618 conc. cur a gutter. Catchbasin f Ek cover. I 10 Min. Transition 10'M Transitio 8618 curb a gutter Top of curb 2 -No.4 rebars Expansion Design gutter Joint line grade. Neenah frame 8 cover or equal R -3067 with Type DL grate SECTION Bonestroo Rosene SPECIAL DETAILS Revisions Plate No. Anderlik and Assoc. Inc. 2 -19 -82 JKI Consulting Engineers 86113 CURB a GUTTER _g St. Paul, Minn. CONSTRUCTION AT CATCH BASIN 2" x 2" wood stakes 8' Maximum spacing N it z of runoff ° Di --- to Engineering fabric, Mirafi "Envirofence" or equal. Fabric anchorage trench Backfill trench with tamped natural soil cV Z CL Lij 1 6" Support post anchorage in —situ soil Note: Attach fabric to support posts with lath and staples �• -� r SILTATION FENCE Last Revision: May, 1990 Plate No. SP--89 Bonest roo Rosene Anderlik & Associates Engineers & Architects St. Paul, Minnesota �• -� r SILTATION FENCE Last Revision: May, 1990 Plate No. SP--89 PLAN �- ---' -� A -- Storm Ca tch r Bas in 6 O 1$ Storm Sewer Catch Basin err D Wood Stakes 2 Per Sale X4 0 Silt Coot xti! ) Fenc - As Specified - Back by snow fe ,for support. Bottom . of ric to be Buried to O� Pre vent Underwashing. S torm r - - Catch Saa ® Q/� ®W ood S t akes Per (/ � a� 2 r Sale Catchbosin casting Neenah R -3067 or equal. 3" rrodius curb box Finish Min. 2, Max. 3 Conc. adjustment rings. VW A • a . �® e "x 36` Precast Bongstroo, Rosene, Anderlik & Assoc., Inc. Consulting Engineers St. Paul, tAnnesota No. 3 rebar (to extend 12" beyond each side of casting Embedded in conc. collar and curb. r SPECIAL DETAILS CONCRETE ENC ON 1; CATCHBASIN Conc. collar to encase casting and rings. Conc. curb mix shall be used for cons. collar. El Grout shall be placed inside, between and outside of cons. adjustment rings. Conc. or metal shims shall be used to level casting. Apr. 1985 10 PROPOSED DOME STORAGE 72' DIAMETER CYCLONE FENCE ��- APPROXIMATE L0CA11ON OF STANDARD PENETRATION TEST BORING. GEOTECHN|CAL EVALUAT SALT STORAGE BUILDING INTERNATIONAL PARKWAY NEW HOPE. MINNESOTA DRAWN B( KMR 06-30-93 1 APP'D by: RWV 06-30-93 OF JOB No. BABX-93-280 DWG. NO- AH=280FIGURE L OG OF 1 PROJECT: BABX93-280 GEOTECHNICAL EVALUATION City of New Hope Salt Storage Building New Hope, Minnesota Elev. Depth ASTM Description of Materials 96.7 0.0 Symbol (ASTM D2488) FILL town FILL: 5" Bituminous over 8" Poorly Gr 95.6 1.1 An open triangle in the water and Gravel, brown, moist. the depth at which FILL: Sandy Lean Clay, with fine Grav - 10 ,11 111,11 and gray, moist to wet. groundwater level in the boring on the date indicated. 11 Groundwater levels fluctuate. 1 1,1,11 I, 1,11 1 1 1 1 1 1 1,1,11 1,1,11 i, 1 1,1 OA 1 BORING: T -1 LOCATION: See attached sketch. DATE: 5/27/93 1 SCALE: V = 4' 1 13PF Tests or Notes Sand Benchmark: Floor existing building, assumed 100.0'. town 10 An open triangle in the water level (WL) column indicates the depth at which groundwater was observed 7 while drilling. A solid triangle indicates the groundwater level in the boring on the date indicated. 11 Groundwater levels fluctuate. 11 IV r 7 Fibrous, black, wet. (Swamp Deposit) M= 79.7 17.0 - - - -- - -- - - -- oL i s ORGANIC CLAY, Organic Clay with shells, olive 2 MC = 142% green and gray, wet. (Swamp Deposit) g 72.7 24.0 G SP POORLY RADED SAND, fine - to medium- grained, with a trace of fine gravel, gray, 20 Water down 23' with 29' of waterbearing medium dense. hollow stem auger in the (Alluvium) ground. Water down 10' immediately after withdrawal of auger. Boring then backfilled. - 66.2 30.5 17 1END � OF BORING . ,,, — roil Braun Intertec - 6/29/93 ST -1 page 1 of 1 SECTION 00800. SUPPLEMENTARY CONDITIONS 1.01 SECTION INCLUDES A. The Supplementary Conditions modify, delete or add to the Conditions of the Contract. PART 2 - AMENDMENTS TO THE GENERAL CONDITIONS 2.01 AMENDMENT TO ARTICLE 1.14 ENGINEER A. The term 'Engineer" shall be taken to mean 'Engineer or Architect ". The "Engineer /Architect" shall be the authorized representative of the entity named in the Contract Documents. The terms "Engineer" and "Architect" can be used interchangeably. 2.02 AMENDMENTS TO ARTICLE 2.2 INTERPRETATION OF QUANTITY ESTIMATES A. This article shall be deleted. There shall be no Quantity Estimates as part of this project. 2.03 AMENDMENTS TO ARTICLE 2.10 EVALUATION OF PROPOSALS A. Delete all references to unit prices and unit price Proposals. There shall be no unit prices as part of this project. 2.04 AMENDMENTS TO ARTICLE 4.2 ORDER OF PRECEDENCE A. To clarify the Order of Precedence, the Agreement shall have the highest priority followed by the other documents in order listed. 2.05 AMENDMENTS TO ARTICLE 6.6 WARNING SIGNS AND BARRICADES A. Delete references to the need for colored lights and night protection by colored signal lights. New Hope - 1994 Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 00800 -1 2.06 AMENDMENTS TO ARTICLE 7.1 ENGINEER'S STATUS AND AUTHORITY A. Amend Paragraph 3 as follows: 1. Delete references to "resident project representative ". A full -time Resident Project Representative will not be required on this project. 2.07 AMENDMENTS TO ARTICLE 7.4 ASSIGNMENT OF CONTRACT A. The Contractor shall not be required to "...perform with his own organization, work amounting to not less than SO percent of the total original contract price ". 2.08 AMENDMENTS TO ARTICLE 8.1 QUALITY OF EQUIPMENT AND MATERIALS A. Substitutions will only be allowed by prior written approval during the bidding process or as otherwise noted in Section 01600 Material and Equipment. 2.09 AMENDMENTS TO ARTICLE 9.1 DETAILED BREAKDOWN OF CONTRACT AMOUNT A. Delete reference to unit prices. 2.10 AMENDMENTS TO ARTICLE 9.2 REQUEST FOR PAYMENT A. Delete reference to unit prices. 2.11 AMENDMENTS TO ARTICLE 9.9 FINAL INSPECTION A. The date of Final Inspection must occur on or before the Completion Date specified in the Contract Documents or liquidated damages shall be enforced. All deficiencies listed during the Engineer /Architect's Final Inspection or liquidated damages shall be enforced. 2.12 AMENDMENTS TO ARTICLE 11.2 CHANGE IN CONTRACT PRICE A. Amend Paragraph 1 as follows: 1. Delete references to unit prices. New Hope - 1994 Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 00800 -2 2.13 AMENDMENTS TO FORM OF AGREEMENT A. Amend Article III as follows: 1. Delete reference to unit prices and the schedule of quantities. B. Amend Article IV as follows: 1. Component parts of Specifications shall be: a. Bid Documents (Invitation for Bids, Addenda, Instructions to Bidders, Bid Forms - Proposal, Bid Bond). b. Conditions of the Contract. C. Supplementary Conditions. d. Agreement. e. Performance Bond. f. Labor and Material Payment Bond. g. Technical Specifications (Div. 1 -16). h. Detail Plates and other drawings attached to the Specifications. End of Section New Hope - 1994 Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 00800 -3 Fbr verification of the aulhenfic�bi of thls Power of Attorney you may caH, coHeck 906-658-3500 and ask for the Power af Attorney clerk. Please refer to the Power of Attorney number, the above maned rndMdual(s) and detaft of the bond to vvWch the power �s attached, In New York, Mal 212-627M444, ....<.... :.... .. y },{ *. 4Y d � 4 i t '+ �r .. ✓.. tn..e ,..w . ",..:w � � �SB� ISSUE DATE (MMJDOJYx :: 5/13/94 T PRODUCER TE IS ISSUED AS A MATTER OF INFORMATION ONLY AND Marsh & McLennan, Incorp RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE 3 6 0 Norwest AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE 0 Center OW. Minneapolis, MN 55402 COMPANIES AFFORDING COVERAGE LETTER A ST. PAUL FIRE & MAR INS CO INSURED LETTER B WESTCHESTER FIRE INS CO C S MCCrossan Inc Etal P O BOX 12 40 LLETTER C Maple Grove, MN 55311 -6240 COMPANY LETTER COMPANY E LETTER 06 ... n. ,. 77777 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM /DD/YY) POLICY EXPIRATION DATE (MM /DD/YY) • GENERAL LIABILITY KKO6300211 12 12 GENERAL AGGREGATE $ 20 00000 X PRODUCTS - COMP /OP AGG. $ 200000 I COMMERCIAL GENERAL LIABILITY CLAIMS MADE ®OCCUR. PERSONAL & ADV. INJURY $ 1000000 EACH OCCURRENCE $ 1000000 OWNER'S & CONTRACTOR'S PROT. FIRE DAMAGE (Any one fire) $ 50000 MED. EXPENSE (Any oneperson) $ 5000 • AUTOMOBILE LIABIUTY 806300211 12/01/93 12/01/94 COMBINED SINGLE X ANY AUTO LIMIT $ 1000000 BODILY INJURY ALL OWNED AUTOS SCHEDULED AUTOS (Per person) $ BODILY INJURY HIRED AUTOS NON -OWNED AUTOS (Per accident) $ GARAGE LIABILITY $ PROPERTY DAMAGE B EXCESS LIABILITY 542 12/01/93 12/01/94 EACH OCCURRENCE $ 5000000 AGGREGATE $ X UMBRELLA FORM OTHER THAN UMBRELLA FORM A WORKER'S COMPENSATION W V A6301743 12/01/93 12/01/94 X I STATUroRY uMITs EACH ACCIDENT $ 50 0000 AND DISEASE- POLICY LIMIT $ 500000 EMPLOYERS' LIABILITY DISEASE -EACH EMPLOYEE _......__ $ 500000 OTHER DESCRIPTION OF OPERATIONS /LOCATIONS/VEMCLES /SPECM ITEMS Res Public Works Site Improvements, Salt Storage Building, New Hope, MN City Project No. 487 �RT�FI�ATh H©#.,�ER........ ....,..: ,....� ..... ....... °• . �ALNCE#.LATIQ�€ . <... ,.. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City Of New Hope EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILMRXMXAVAX 4401 Xylon Avenue NOY th 3a? MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE New Hope, MN 5 5 428 a LEFT, I€dfi3GH€ IIi3 � N36X0V =QQKi6 X )=ZKXXXXX X3�ICKMXKNMXLIDKX "IltrWYA=X ==X§===NXXXXX AU % D PREATIVE COUNCIL .; 14 Dloqllj Originating Department Approved for Agenda VpABp ASqp City Manager I & Planning Kirk, McDonald I 7 - 25 - 94 I Item No. By: Management Assistant By: 8.6 RESOLUTION APPROVING CHANGE ORDER NO. 1 FOR PUBLIC WORKS SITE IMPROVEMENTS (IMPROVEMENT PROJECT NO. 487) IN THE AMOUNT OF $12,866.35 The City Council awarded the bid for the Public Works Site Improvements /Salt Storage Building (Improvement Project No. 487) to C.S. McCrossan on May 9th in the amount of $329,416.37. Subsequent to that award and the start of work several changes were necessary, as listed below: 1. It was decided after the bids were received that the condition of the southerly drive warranted reconstruction. Therefore, the cost to remove the existing pavement and construct new is included. Cost $4,920.90. 2. It was felt rather than replace the bituminous surface around the fuel pump island as bid, it would be more desirable to construct a concrete pavement. Cost $1,458.00. 3. It was bid that the concrete rubble located in the fill area would be separated and replaced on the future Adult Day Care site. After determining the quantity of material and reviewing the effort to haul the material off site, it was felt it would be more desirable to haul the material off site at this time. Cost $500.00. 4. Debris from trucks, landmowers, etc. is presently washed off next to the public works building near the east garage door and it is preferred to do this washing operation along the east curb line. Therefore, a 2 -1/2" diameter PVC line was installed across the yard to the east curb line where a yard hydrant will be constructed. Cost $2,600.00. 0 • 0 Review: Administration: 0 "f D Gr ty'-&c Finance: i • �, Request for Action July 25, 1994 Page 2 5. Custom Mold, after reviewing the public works site plan, encouraged public works to relocate their sludge drying pit to the north or east from its present location (away from the front entrance of Custom Mold). Therefore, the sludge drying pit was relocated 90' north. The additional work includes 20' 6" PVC sewer and 60'x40' grading/bituminous pavement. Cost $3,387.45. The total estimated cost for the Change Order is $12,866.35. Staff recommends approval of the attached resolution which approves Change Order No. 1 in the amount of $12,866.35. CITY OF NEW HOPE RESOLUTION NO. 94- 113 RESOLUTION APPROVING CHANGE ORDER NO. 1 FOR PUBLIC WORKS SITE IMPROVEMENTS IMPROVEMENT PROJECT NO. 487 IN THE AMOUNT OF $12,866.35 WHEREAS, the New Hope City Council accepted a bid at the May 9th Council meeting from C. S. McCrossan, Inc, for the construction of the Public Works Site Improvements and Salt Storage Building (Improvement Project No. 487) in the amount of $329,416.37; and WHEREAS, it has been determined that certain modifications were necessary due to the condition of the southerly drive, the original location of the sludge pit, an improved surface around the fuel pump island, the installation of a water line for the washing operation, and due to hauling debris off of the site; and WHEREAS, the estimated cost for the modifications is $12,866.35. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of New Hope, hereby approves Change Order No. 1 for the Public Works Site and Salt Storage Building Improvements (Improvement Project No. 487) in the amount of $12,866.35 for modifications and that the original contract amount of $329,416.37 is hereby increased to $342,282.72 for the making of said improvements. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 25th day of July, 1994. AMay Attest: City Clerk ,1 July 18, 1994 City of New Hope 4401 Xylon Ave. N. New Hope, MN 55428 Attn: Kirk McDonald Re: Public Works Site Improvements Project No. 487, Our File 34138 Dear Kirk: Howard A. Sanford, P.E. Agnes M. Ring, A.I.C,P. Otto G. Bonestroo, P.E. Robert W. Rosene, RE.* Keith A. Gordon, P.E. S r Joseph C. Anderlik, P.E. Robert R. Pfefferle, P.E. Ro sene Marvin L. Sorvala, P.E. Richard W. Foster, P.E. James R. Maland, P.E. Richard E. Turner, PE. David O. Loskota. P.E. �1 Glenn R. Cook, PE. Robert C. Russek, A.I.A. Scott J. Arganek, PE. �! Thomas E. Noyes, P.E. Kenneth P. Anderson, PE. Shawn D. Gustafson, P.E. C''�e1 Robert G. Schunicht, P.E. Susan M. Eberlin, C.P.A. Cedlio Olivier, P.E. Michael T Rautmann, P. E. Mark A. Seip, P.E. Senior Consultant Engineers & Architects Gary W. Morien, P.E. July 18, 1994 City of New Hope 4401 Xylon Ave. N. New Hope, MN 55428 Attn: Kirk McDonald Re: Public Works Site Improvements Project No. 487, Our File 34138 Dear Kirk: Howard A. Sanford, P.E. Agnes M. Ring, A.I.C,P. L. Phillip Gravel. RE- Keith A. Gordon, P.E. Thomas W Peterson, P.E. Karen L. Wiemeri, P.E. Robert R. Pfefferle, P.E. Michael C. Lynch, P.E. Gary D. Kristofitz, P.E. Richard W. Foster, P.E. James R. Maland, P.E. F Todd Foster, P.E. David O. Loskota. P.E. Jerry D. Pertzsch, P.E. Keith R. Yapp, P.E. Robert C. Russek, A.I.A. Scott J. Arganek, PE. Douglas J. Benoit, PE. Jerry A. Bourdon, PE. Kenneth P. Anderson, PE. Shawn D. Gustafson, P.E. Mark A. Hanson, P.E. Mark R. Rolfs, P.E. Cedlio Olivier, P.E. Michael T Rautmann, P. E. Mark A. Seip, P.E. Paul G. Heuer, P.E. Ted K. Field, P.E. Gary W. Morien, P.E. John P Gorder, P.E. Thomas R. Anderson, A.I.A. Paul J. Gannon, A.I.A. Charles A. Erickson Donald C. Burgardt, P.E. Daniel J. Edgerton, P.E. Leo M. Pawelsky Thomas A. Syfko, P.E. A. Rick Schmidt, P.E. Harlan M. Olson Frederic J. Stenborg, PE. Philip J. Caswell, P.E. James F Engelhardt Ismael Martinez, P.E. Mark D. Wallis, P.E. Michael P. Rau, P.E. Miles B. Jensen, P.E. Attached is Change Order No. 1 for the above project. The change order is separated into five sections discussed as follows: Part A: It was decided after the bids were received that the condition of the southerly drive warranteed reconstruction. Therefore the cost to remove the existing pavement and construct new is included. Cost $4,920.90 Part B: It was felt rather than replace the bituminous surface around the fuel pump island as bid, it would be more desirable to construct a concrete pavement. Cost $1,458.00. Part C: It was bid that the concrete rubble located in the fill area would be separated and placed on the future Adult Day Care site. When the Adult Day Care site developed it was assumed the concrete rubble would be hauled off site as part of that project. After determining the quantity of material and reviewing the effort to haul the material off site, it was felt it would more desirable to haul the material off site at this time. Cost $500. Part D: Debris from trucks, landmowers, etc. is presently washed off next to the public works building near the east garage door. It's preferred to do this washing operation along the east curb line. Therefore a 2 -1/2" diameter PVC line (3' -4' deep) is included across the yard to the east curb line where a 3/4" and 1 -1/2" yard hydrant will be constructed. The line will be drained in the winter. Cost $2,600. 2335 West Highway 36 • St. Paul, MN 55113 • 612 -636 -4600 City of New Hope Page 2 July 15, 1994 Re: Public Works Site Improvements Part E: Custom Mold after reviewing the public works site plan encourage public works to relocate their sludge drying pit to the north or east from its present location. Therefore, the sludge drying pit is relocated 90' north. The additional work includes 20' 6" PVC sewer and 60'x40' grading/bituminous pavement. Cost $3,387.45. The total estimated cost for Change Order No 1 is $12,866.35. If you have any questions please contact this office. Yours very truly, BONESTROO, R SENE, ANDERLIK & ASSOCIATES, INC. Mark A. Hanson MAH :jlm COUNCIL �, # . Originating Department City Manager Kirk McDonald Management Assistant I By: 8 -22 -94 ,Ne ipn & Planning lirm .� 8.3 RESOLUTION APPROVING CHANGE ORDER NO. 2 FOR PUBLIC WORKS SITE IMPROVEMENTS (IMPROVEMENT PROJECT NO 487) IN THE AMOUNT OF $4,370.50 The City Council awarded the bid for the Public Works Site Improvements /Salt Storage Building (Improvement Project No. 487) to C.S. McCrossan on May 9th in the amount of $329,416.37. Subsequent to that award and the start of work, several modifications were necessary due to the condition of the southerly drive, the location of the sludge pit, an improved surface around the fuel pump island, the installation of a water line, and due to hauling debris off of the site. These modifications were approved at the July 25th Council meeting as Change Order No. 1 in the amount of $12,866.35, which increased the contract amount to $342,282.72. Staff is requesting consideration of Change Order No. 2, which would include relocating the fence along the north property line. This item was not included in the original bid and the estimated cost is outlined below: Item Quantil Salvage and replace fence 200 L.F. Remove bituminous pavement 175 S.Y. Class 5, 4" aggregate base 60 Ton Bituminous pavement 38 Ton 6' high cyclone fence 15 L.F. TOTAL CHANGE ORDER NO. 2 Unit Price $ 6.86 2.03 7.25 45.31 16.90 Price $1,372.00 560.00 435.00 1,750.00 253.50 The change order will be funded out of capital improvement budget surplus. The enclosed resolution approves the change order in the amount of $4,370.50 and staff recommends approval of the resolution. MOTION BY SECOND BY � a � L -} TO: Review: Administration: Approved for Agenda Finance: CITY OF NEW HOPE RESOLUTION NO. 94 -126 RESOLUTION APPROVING CHANGE ORDER NO. 2 FOR PUBLIC WORKS SITE IMPROVEMENTS IMPROVEMENT PROJECT NO. 487 IN THE AMOUNT OF $4,370.50 WHEREAS, the New Hope City Council accepted a bid at the May 9th Council meeting from C. S. McCrossan, Inc. for the construction of the Public Works Site Improvements and Salt Storage Building (Improvement Project No. 487) in the amount of $329,416.37; and WHEREAS, at the July 25th Council meeting the City Council approved Change Order No. 1 in the amount of $12,866.35, increasing the contract amount from $329,416.37 to $342,282.72, for modifications that were necessary due to the condition of the southerly drive, the original location of the sludge pit, an improved surface around the fuel pump island, the installation of a water line for the washing operation, and due to hauling debris off of the site; and WHEREAS, it has been determined that additional modifications are necessary to relocate and reinstall the perimeter fence on the north property line; and WHEREAS, the estimated cost for the additional modifications is $4,370.50. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of New Hope, hereby approves Change Order No. 2 for the Public Works Site and Salt Storage Building Improvements (Improvement Project No. 487) in the amount of $4,370.50 for additional modifications and that the revised contract amount of $342,282.72 is hereby increased to $346,653.22 for the making of said improvements. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 22nd day of August, 1994. t y or Attest: - Z City Clerk 8onestroo, Rosene, Anderlik and Associates Inc. is an Affirmative ActionlEqual Opportunity Employer August 17, 1994 Mr. Kirk McDonald City of New Hope 4401 Xylon Avenue N. New Hope, MN 55428 Re: Public Works Site Improvements Salt Storage Building ject No. 487 "No 3TM Dear Kirk: Mark D. Wallis, PE. Miles B. Jensen, P.E. L. Phillip Gravel, P.E. Karen L. Wiemeri, P.E. Gary D. Kristofitz, P.E. Keith R. Yapp, PE. Douglas J. Benoit, P.E. Shawn D, Gustafson, P.E. Cecilio Olivier, P.E. Paul G. Heuer, P.E. John P Gorder, P.E. Charles A. Erickson Leo M. Paevelsky Harlan M. Olson James F. Engelhardt Prior to construction, the fence along the north property line was approximately eleven feet from the actual property line. In order to pickup an additional ten feet of additional storage room, the fence was moved to within one foot of the actual property line. This change will increase quantities by the following amount: Item Salvage and replace fence Remove bituminous pavement Class 5, 4" aggregate base Bituminous pavement 6' high cyclone fence Total Q uanti1 y Unit Price Price 200 L.F. $ 6.86 $1,372.00 275 S.Y. 2.03 560.00 60 Ton 7.25 435.00 38 Ton 45.31 1,750.00 1.5 L.F, 16.90 253.50 $4,370.50 The original project included a conveyor and conveyor pit. The total cost of these two items was $94,320.50. To reduce the cost of the project, these two items were deleted from the contract awarded to C.S. McCrossan Company. The conveyor would aid in the stockpiling of the salt /sand mixture in the dome. A revised conveyor system has been looked at. This cost of the revised system is as follows: Item Price Belt conveyor $43,226.40 Fiberglass cover for conveyor 5,925.15 Automatic tube system 5,250.00 Total $54,401.55 Otto G. Bonestroo, P.E. Howard A. Sanford, PE. Michael P RLu, PE. Robert W. Rosene, RE* Keith A. Gordon, PE. Agnes M. Ring, A.IC.P. Joseph C. Anderlik, P.E. Robert R. Pfefferle, P.E. Thomas W. Peterson, PE. Marvin L. Sorvala, PE. Richard W. Foster, P.E. Michael C. Lynch, P.E. Richard E. Turner, P.E. David O. Loskota, P.E. James R. Maland, P.E. Glenn R. Cook;, PE. Robert C. Russek, A,LA. Jerry D. Pertzsch, P.E. Thomas E. Noyes, P.E. Jerry A. Bourdon, PE. Scott J. Arganek, P.E. Robert G. Schunicht, PE. Mark A. Hanson, P.E. Kenneth P Anderson, P.E. Susan M. Eberlin, C.P.A. Michael T, Rautmann, PE. Mark R. Rolfs, P.E. *Senior Consultant Ted K. Field, P.E. Mark A. Sells, PE. Thomas R. Anderson, A.I.A. Gary W. Morien, PE. Donald C. Burgardt, P.E. Paul J. Gannon, A.I.A. Thomas A, Syfko, P.E. Daniel J. Edgerton, PE, Frederic J. Stenbo =g, P.E. A. Rick Schmidt, P.E. Ismael Martinez, P.E. Philip J. Caswell, PE. 2335 West Highway 36 * St. Paul, IVIN 55113 e ,, Mr. Kirk McDonald City of New Hope Re: Public Works Site Impr. Page 2 August 17, 1994 Bonestroo, Rosene, Anderlik and Associates, Inc. recommends that these items be included in the contract as a change order. The total cost of these two items is $58,772.05. Yours very truly, :• •• ROSEiAE, J ry D. IPertzsch ANDERLIK & ASSOCIATES, INC. East Research Center Road A %MJN✓Q � - -M z r Qo _ % 'M On -x*w 00 (a 40 °o ff 0 O�00 rm� \J 00 10 1 9 1 'j ... ... ... . RZ a ftw • r9wutw O C o 1j X ff Ll NEW HOPE, MINNESOTA Bonestroo PUBLIC WORKS GARAGE p sen* 4 GRADING PLAN Ahalarlik 6 A"ociafee RZ a ftw • r9wutw O C o 1j X ff a ftw • r9wutw O C o 1j X ff i -1 A m ; N vX ' W 41 v VI Fzz I N o� z m-4 z 0 D � F P w €� AID NEW HOPE, MINNESOTA I Sonestroo PUBLIC WORKS GARAGE Rosene And orlik Associates b LANDSCAPE PLAN Associates s 21 p1 1 � i l l H g 5 111 a ow • ux..w y AO ! n v� 0 c � rn r 0 Q ® ® g r � m N N O m 2 s N �, 0 s $ O a x m _ o Qz —Z _I z n C i -1 A m ; N vX ' W 41 v VI Fzz I N o� z m-4 z 0 D � F P w €� AID NEW HOPE, MINNESOTA I Sonestroo PUBLIC WORKS GARAGE Rosene And orlik Associates b LANDSCAPE PLAN Associates s 21 p1 1 � i l l H g 5 111 a ow • ux..w y AO ! n v� 0 c � rn r 0 Q ® ® g r � m N N O m 0 s $ O a x m _ o Qz —Z _I z n C U) o vmNi xx i' ) m 0 m m r z 'a m C m rri 0 Z m . T, ?4 0 . e i :9 Z > "Am IWA Z m Fn 22 . . m �? z 0 m F . NEW HOPE, MINNESOTA PUBUC WORKS GARAGE Aoeene SALT STORAGE BUILDING Andarlik d PLAN AND ELEVATION Aseociates K ftw mo�- • AYNWdtl N, NEW HOPE, MINNESOTA PUBUC WORKS GARAGE Aoeene SALT STORAGE BUILDING Andarlik d PLAN AND ELEVATION Aseociates K ftw mo�- • I WINCORPORAT E D A August 16, 1994 2735 So. Hwy 55 / Eagan, MN 55121 / Phone (612) 456-9225 Post-it" Fax Note 7671 Date "0' / —Y' pager TO From Co.. Dept. Phone # Phone# Fax # Fax 4 Quote #8143-94 Page 1 of 4 Territory #06 C.S. MC CROSSAN, INC. BOX 1240 7865 JEFFERSON HIGHWAY MAPLE GROVE, MN 55311 Attention: Jim Helgestad 425-4167 Re: City of New Hope Dear Mr. Helgestad: Conveyors Incorporated is pleased to offer the following proposal for a salt/sand handling conveyor. One (1) - 24 X 99 Truss frame belt conveyor, 200 FPM belt speed, consisting of: - Head section, 16 dia crowned and lagged pulley with shaft and bearings - Tail section, 14 dia wing tail pulley with shaft, screw type take-up and bearings - Frame section, 3 11 dia schedule 40 pipe with 1-1/2 dia schedule 40 pipe cross bracing, 18 deep - Belt, black, 2 ply, 220# with chevron top - Idlers, Cema B, 4 11 dia cans, regreaseable, impact idlers in loading zone on 1 centers - Hopper, receiving, 8 long, 1/4 plate - Spout, discharge, with rubber boot, 1/4 plate - Supports, 3 11 dia pipe 1 COMPLETE DESIGN AND MANUFACTURING OF MATERIAL HANDLING SYSTEMS - Drive section, 10 HP 3- 60 -460v electric motor, reducer, motor mount and guard - Special paint Price: $ 41,168.00 Add for: Fiberglass covers - per foot price $ 57.00 Automatic lube system - Price Later We thank you for the opportunity to offer this quotation. If we can provide further assistance, please contact us at your convenience. QUOTES ARE GOOD FOR SIXTY (60) DAYS. Sincerely, ,.'J.Kroll /Mire Erickson JK /ME:sg 1 11 • Engineers & Architects 2335 West Highway 36 St. Paul, MN 55113 Bus. 612-636-4600 Fax 612-636-1311 DATE � Z V I PROJECT NO. q j 36 11NT111 RE Pus L'C C Woe/<_ ':�irra�r — At, ❑ Plans '49 Change order lc�:)For approval F. No Exceptions Taken J. Resubmit - copies for review B. For your use G. Make Noted Corrections K. Submit copies for distribution C. As requested H. Amend Resubmit L. Return corrected prints D. For review and comment I. E. For Bids Due 19 REMARKS: Gt 5 E_ 5-r-6,00 A*jD AU_ c-oeme-5: Lq 2 01 0 4 V a Of= /Q E4J A? 6 - COPY TO: SIGNED: THESE ARE TRANSMITTED (see code) tt �tiz i c tik tt {\ ;fir �1�Uti t`t1 .� l � t ,i4 t�'�all�'��tlt ,� 111 ltl x 111.. t i t 11in � t�� t 1t t� tt r t t f' t Re: Salt Storage Building Project No. 487 CSM Job #1385 Dear Mr. Watts, Enclosed please find four signed copies of Change Order 2 for the above refrenced project. Please feel free to call our office with any questions that you might have. Sincerely, Domenica Gravett Administrative Coordinator 4401 Xylon Avenue North Telephone: 612 - 531 -5100 City Hall Fax: #612 -531 -5136 New Hope, Minnesota 55428 -4898 TDD Line: 612 -531 -5109 Police Fax: #612 - 531 -5174 Public Works Fax: #612- 533 -7650 September 9, 1994 C.S. McCrossan Construction, Inc. 7865 Jefferson Hwy. Maple Grove, MN 55369 0 SUBJECT: CHANGE ORDER NO. 2 - IMPROVEMENT PROJECT 487 Enclosed are two fully executed copies of the above - referenced Change Order for your records. Please forward one copy to your bonding company. The change order was approved on August 22, 1994, by the New Hope City Council. If you have any questions, please contact me. Sincerely, hi l XC Valerie Leone City Clerk enc. cc: City Engineer Family Styled City For Family Living COUNCIL i z , RESOLUTION APPROVING CHANGE ORDER NO. 3 FOR PUBLIC WORKS SITE IMPROVEMENTS (IMPROVEMENT PROJECT NO. 487) IN THE AMOUNT OF $535.00 The attached resolution approves Change Order No. 3 for the Public Works Site Improvements and Salt Storage Building Project (Improvement Project No. 487), which is a $535.00 deduct from the revised contract amount. The deduct is due to the fact that Public Works applied a concrete sealer to the paved areas instead of proceeding with the linseed oil treatment originally specified in the contract. The total contract would be reduced from $346,653.22 to $346,118.22. Staff recommends approval of the resolution. Review: Administration: Finance: CITY OF NEW HOPE RESOLUTION NO. 94- 168 RESOLUTION APPROVING CHANGE ORDER NO. 3 FOR PUBLIC WORKS SITE IMPROVEMENTS IMPROVEMENT PROJECT NO. 487 IN THE AMOUNT OF $535.00 WHEREAS, the New Hope City Council accepted a bid at the May 9th Council meeting from C. S. McCrossan, Inc. for the construction of the Public Works Site Improvements and Salt Storage Building (Improvement Project No. 487) in the amount of $329,416.37; and WHEREAS, at the July 25th Council meeting, the City Council approved Change Order No. 1 in the amount of $12,866.35, increasing the contract amount to $342,282.72, for modifications that were necessary due to the condition of the southerly drive, the original location of the sludge pit, an improved surface around the fuel pump island, the installation of a water line for the washing operation, and due to hauling debris off of the site; and WHEREAS, at the August 22nd Council meeting, the City Council approved Change Order No. 2 in the amount of $4,370.50, increasing the contract amount to $346,653.22, for additional modifications that were necessary to relocate and re- install the perimeter fence on the north property line; and WHEREAS, it has been determined that a deduct for the project is in order because the original bid included the placement of a linseed oil treatment on the concrete and Public Works elected to do this work with a different material, therefore the linseed oil treatment is deleted from the work; and WHEREAS, the estimated cost of the deduct is $535.00. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of New Hope, hereby approves Change Order No. 3 for the Public Works Site and Salt Storage Building Improvements (Improvement Project No. 487) in the deduct amount of $535.00 for the deletion of the linseed oil treatment and that the revised contract amount of $346,653.22 is hereby decreased to $346,118.22 for the making of said improvements. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 14th day of November, 1994. Aa�yor Attest: ity Clerk 60nesttt7Lt hbsene, r4nderilk anal Assoclares, Inc. is an Ah7rmathe AcNorzlEqua! (Dpportunity Emprayrr November 8, 1994 Mr. Kirk McDonald City of New Hope 4401 Xylon Ave. N. New Hope, MN 55428 Otto G. Honestroo. P.E. Robert W Rosent, PE." Joseph C. Andeglik, P.C. Marvin L. Sorvyla, P.E. Richard E. 'Nrner. P.E. Glenn R. Cook, F.E. Thomas E. Noyes, PE Robert G. Schunicht, P.E. Susan M. Eberlln. C.P.A. "Senior Consultant Re: Change Order No. 3 Public Works Site Improvements Project No, 487 Our File No. 34138 Dear Dirk: Howard A. Santoro. P.E. Keith A. Gordon, P.E. Robert R. Pterterte, P.E. Richard W. Foster, P.E. David D. Loskota. P.E. Robert C, Russek, AJ.A Jerry A. apugion, P.E. Mark A. Hanson, P.E. Michael T, Rautmann, RE, Ted K. Fltld, RE, Thomas R. Anderson. A.I.A. Donald C. BurgaM P.E. thomas A, Syfko. PE. Frederic J. Stenl}org, P.E. Ismael Martinez, P.E. Michael P, Rau, P.G. AgneF M. Ring, A.LGP. Thomas W. Peterson, P.E. Michael C. Lynch. RE. James R. Maiand, PE. Jerry D. Rtrulch, P.E. Scott J. Arganek, P.E. Kenneth P Anderson. P.E. Mark R, Roth, P.r, Mark A. Selp, P.E. Gary W Morten. P.E. Paut J, Gannon, AJ A. Daniel J. Edgerton, P.E. A. Rrck Sethrrlldt, P.E. Philip J. Caswell, RE Mark b. Walfi;, P.C. Miles B. Jensen, P.E. L. Phfillp Gravel. P.E. Karen L. Wlemeri, PE, Gary G. Krlstofltz, P €. kelth R. Y.IPA P.E. Douglas J Benoit, P.E. Shawn D. Gustafson, F.E. Cecilia Olivier, P.E. Paul G. Heuer, P.E. John P. Gordec RE, Charles A. Erickson Leo M. Paweisky Martin M. Olson James F. Engelhardt Attached is Change Order No, 3 for the above referenced project, The Change Order provides for a $535.00 deduct from the unit price bid for the salt storage building. The bid included placement of a linseed oil treatmentdn the concrete. Public Works elected to do this work with a different material, Therefore, the linseed oil treatment is deleted from the work. If you have any questions, please contact this office. Yours very truly, BO TIt ENE, ANDERLIK & ASSOCIATES, INC. Mary . Hanson 7 Eno. v:r - .0 F-0 CA 'OSSV 2 0081S9N09 TT2T 929 ET9 6Z:9T tb66T -90—TT JA Sonestroo Bonestroo, Rosene, Anderlik and Associates Inc. is an Affirmative Action/Equal Opportunity Employer G. Bonestroo, P.E. Howard A. Sanford, P.E. Michael P. Rau. PE. Mark D. Wallis, P.E. Ro Robert W. Rosene, RE.* Keith A. Gordon, RE, Agnes M. Ring, A.I.C.P Miles B. Jensen, P.E. Joseph C. Anderlik, P.E, Robert R. Pfefferle, P.E. Thomas W Peterson, P.E. L. Phillip Gravel, P.E. ■ Marvin L. Sorvala, P.E. Richard W. Foster. P.E. Michael C. Lynch. P.E. Karen L. Wiemen, PE. �p GC' Richard E. Turner, P.E. David O. Loskota, P.E, James R. Maland, P.E. Gary D. Kristofitz, P.E. �+ S J cia es Glenn R. Cook, P.E. Thomas E. Noyes, P.E. Robert C. Russek, A.I.A. Jerry A. Bourdon, P.E. Jerry D. Pertzsch, PE. Scott J. Arganek, P.E. Keith R. Yapp, P.E. Douglas J. Benoit, PE. Robert G. Schunicht, P.E. Mark A, Hanson, P.E. Kenneth P Anderson, RE. Shawn D. Gustafson, PE. p L. IBteCt$ En Engin ee rs $e �rC� 9 Susan M. ECerlin, C.P.A. *Senior Consultant Michael T. Rautmann, P.E. Ted K. Field, PE, Mark R. Rolfs, PE, Mark A. Seip, PE. Cecilio Olivier, P.E. Paul G. Heuer, P.E. Thomas R. Anderson, A.I.A. Gary W, Morien, PE. John P, Gorder, PE, Donald C. Burgardt, P.E. Paul J. Gannon. A,I.A. Charles A. Erickson November 8, 1994 Thomas A. Syfko, P.E. Frederic J. Stenborg, P.E. Daniel J. Edgerton, P.E. A. Rick Schmidt, PE. Leo M. Paweisky Harlan M. Olson Ismael Martinez, PE. Philip J. Caswell, PE. James F Engelhardt Mr. Kirk McDonald City of New Hope 4401 Xylon Ave. N. New Hope, MN 55428 Re: Change Order No. 3 Public Works Site Improvements Project No. 487 Our File No. 34138 Dear Kirk: Attached is Change Order No. 3 for the above referenced project. The Change Order provides for a $535.00 deduct from the unit price bid for the salt storage building. The bid included placement of a linseed oil treatmentdn the concrete. Public Works elected to do this work with a different material. Therefore, the linseed oil treatment is deleted from the work. If you have any questions, please contact this office. Yours very truly, BONS T7;x SENE, ANDERLIK &ASSOCIATES, INC. Mark A. Hanson Enc. 2335 West Fiighw�y 3G St. Paul, 1!1 551 3 612- 636 -4600 eonest►oo Owner City of New Hope, 4401;Xylon Ave. N'., Now Hope, MN 55428 Date October 25, 1094 Rosene' Aoderilk 8 Assodates Contractor C.S. McCrossan Const. 7855 Jefferson ;Hwy, Maple Grove, MN 55369 Change Order No. 3 Bond Co. #249593 -94 T.C.Field & Co., P.O. Box 6401 St. Paul, MN 55164 4401 Xylon Avenue North Telephone: 612 -531 -5100 City Hall Fax: #612- 531 -5136 New Hope, Minnesota 55428 -4898 TDD Line: 612- 531 -5109 Police Fax: #612- 531 -517 Public Works Fax: #612- 533 -7650 November 17, 1994 C.S. McCrossan Construction 7865 Jefferson Hwy. Maple Grove, MN 55369 SUBJECT: CHANGE ORDER NO. 3 - IMPROVEMENT PROJECT 487 Enclosed are two fully executed copies of the above - referenced Change Order for your records. Please forward one copy to your bonding company. The change order was approved on November 14, 1994, by the New Hope City Counci"1 . If you have any questions, please contact me. Sincerely, 4' i Valerie Leone City Clerk enc. cc: Mark Hanson, City Engineer Roger Paulson, Director of Public Works Family Styled City For Family Living * Originating Department Approved for Agenda Agenda Section Public Works 11 -27 -95 Consent Item No. B y' Jeannine Clancy I B y : I 6.7 MOTION APPROVING FINAL PAY REQUEST TO C. S. MC CROS SAN CONSTRUCTION, INC., FOR PUBLIC WORKS SITE IMPROVEMENTS AND SALT STORAGE BUILDING (IMPROVEMENT PROJECT #487) IN THE AMOUNT OF $19,680.23. This is the final pay request for C. S. McCrossan Construction, Inc., for Public Works Site Improvements and Salt Storage Building (Improvement Project No. 487). The final request is in the amount of $19,680.23. The original contract amount was $329,416.37 and the final contract amount is $371,226.70. The final amount reflects previously approved change orders and quantity adjustments. The City Engineer has indicated that the work on this project has been satisfactorily completed and recommends approval of the final payment. Staff requests that the City Council approve the final pay request to C. S. McCrossan for Improvement Project No. 487 in the amount of $19,680.23 MOTION BY M Review: 0010300M Administration: Finance: • If November 20, 1995 Ms. Jeannine Clancy City of New Hope 4401 Xylon Ave. N. New Hope, MN 55428 Bonestroo, 'o.cer,�, °,r ier and I1, �c , res, Inc. rs ov Afhrms,rv,° Actic n/Ecual Oppertcnity Errp'oye; Ottc, C, Bonesti so, P.E. H, A. Sanford, :?E. h^,ichnel C. L,nch, PE. Brian K. Getge, PE. Robert ,. R,. - ene, RE." Kurth Gordon, CE. Jams '.ladand, FE. efth f, r'app, PE. Joseph C ',n,Serlik, PE. Pobert R Pfelferle, E.E. Jerry D. Perrzsch, PE. D suglac J, Benoit. PE. m , in L Scr gala, RE- Richard 'A . Fcster, P.E. Scott J A'ganek, PE. ` -n r.rn D. Gu?tefson, BE_ Rlchar4 E Turne PE Ca i<J O. Los[ or PE. Kenneth P Anderson, RE, Ceciho Olivier, PE. Glenn 4 C_ ok, PE. Gabcrt C. Ru - ,ek, --,.La Mark R Rulf >, PE, Paul G. Heuer, PE_ Thomtas E Ncec, RE. Jerr, A,. Fourdin, P.E. Mirk A. Sella, FE. John P. Gorder, PE. Robert 5 �&unicht, PE. P,lar . ,�,_ Hanson, PE G,�r;; t- ' >'or,en, PE. D in D F"),, urn, PE. C:rsan 'A El' erlin, C P Al chael 7 Rautmann, PE Paul J G�;nnc n, A I ;T, Jeffn�, J. Ehleringer, P.E. Senior CanSdtant ''ud K Feld, PE EBniel J. Edgerton, P_E. Joseph R Rhein, PE. Thimas R_ i T , I- ,+ Pick `rhmidt, RE. Lee M hgann, RE. Donald C, Burq_rdt, I Philip J Cass <ell, PE. ch.ilcs r',. Erick -n Th:)mas A. r fko, FE U-irk D '.t "Alis, PE. Le N Pak olsk•, Frederic J- Stenbora, PE. Miles E, Jensen, PE. Harkin 'd Olson Ismael A,4artinez, PE L, Phillip Grp ,-I, PE- Aries qs, Finn ,t0ichaei P Rau, BE, Karen L .k ,emeri, PE. James F Er;elh , rdt Thomss')X Peterson, RE. Garu D. Kristof,tz, RE, Re: Public Works Site Improvements Project No. 487 Our File No. 34138 Dear Jeannine: Attached is the Final Pay Request for the above referenced project. The final contract amount is $371,226.70, which includes Change Order Nos. 1, 2 and 3. The final contract amount is 7.2% over the bid amount ( +$25,138.45). The overage is due to additional Class 5 aggregate base and bituminous surface needed to correct/improve soft spots in the subgrade. In addition, approximately 160 lineal feet of new 6' high cyclone fence was constructed over what was estimated. Although the existing cyclone fence was salvaged and reconstructed, portions of the fence could not be reconstructed. All work has been satisfactorily completed and we recommend final payment in the amount of $19,680.23. If you have any questions, please contact this office. Sincerely, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. P Mark A. Hanson MAH:pr Encl. 2335 West Highway 36 a St. Paul, MN 55113 a 612-636-4600 sonestro Rosen Anderlik Associat Owner City of New Hope, 4401 Xylon Ave. N., New Hope, MN 55428 Date November 2, 1995 For Period October 1, 1994 to October 31, 1995 Request No.5 & Final imers &Architec Contractor C.S. McCrossan Construction, Inc., 7865 Jefferson Hwy, Maple Grove, MN 55369 REQUEST FOR PAYMENT Public Works Site Improvements Salt Storage Building Project No. 487 File No. 34138 SUMMARY 1 Original Contract Amount 2 Change Order - Addition 3 Change Order - Deduction 4 Revised Contract Amount 5 Value Completed to Date 6 Material on Hand 7 Amount Earned 8 Less Retainage 5% 9 Sub -Total 10 Less Amount Paid Previously 11 AMOUNT DUE THIS REQUEST FOR PAYMENT NO. Recommended for Approval by: BONESTROO, ROSE , ANDERLIK & ASSOCIATES, INC. Approved by Contractor: C.S. MCCROSSAN CONSTRUCTION, INC. $ 329,416.37 $ 17,206.88 $ 535.00 5 & Final Approved by Owner: CITY OF NEW HOPE, MN Specified Contract Completion Date: SEPTEMBER 2, 1994 346,088.25 $ 371,226.70 $ 0.00 $ 371,226.70 $ 0.00 $ 371,226.70 $ 351,546.47 $ 19,680.23 Date: 34138.RFP No. Item Contract Unit Quantity Amount Unit Quantity Price To Date To Date Base Bid 1 Remove bituminous pavement SY 4,200 2.03 4,745 9,632.35 2 Salvage & reinstall ex. cyclone fence LF 520 6.86 453 3,107.58 3 Clear and grub trees LS 1 509.52 1 509.52 4 Common excavation LS 1 18,883.00 1.0 18,883.00 5 Subgrade excavation CY 200 1.40 200 280.00 6 Grade overland swale from Lee Bros. LS 1 1,500.00 1 1,500.00 7 Topsoil borrow CY 300 5.75 366 2,104.50 8 Aggregate base, Cl. 5, 100% crushed TN 5,800 7.25 8,226.91 59,645.10 9 Type 31 bituminous base course TN 1,500 11.55 1,334.28 15,410.93 10 Type 41 bituminous wear course TN 750 12.89 1,004.59 12,949.17 11 Type 41 bituminous wear course for patching (between curb and fence) TN 60 45.31 90.73 4,110.98 12 Bituminous material for mixture TN 120 110.00 109.43 12,037.30 13 Bituminous material for tack coat GL 400 1.00 519 519.00 14 B618 concrete curb LF 1,170 6.96 1,276.5 8,884.44 15 15" RCP, Class 5 LF 390 24.71 389 9,612.19 16 Std. CB w /R3067V casting EA 2 851.52 2 1,703.04 17 Connect to existing CBMH EA 1 126.18 1 126.18 18 Reconstruct CBMH to MH w /R1642B cstg. EA 1 707.97 1 707.97 19 Remove CBMH EA 1 200.00 1 200.00 20 Remove storm sewer pipe LF 20 6.80 20 136.00 21 6" PVC, SDR 26 LF 135 15.26 150 2,289.00 22 6" PVC cleanout EA 1 100.00 1 100.00 23 Connect 6" PVC to ex. MH EA 1 91.84 1 91.84 24 Storage area (Design Special 1) LS 1 31,000.00 1 31,000.00 25 Sludge drying pit (Design Special 2) LS 1 20,000.00 1 20,000.00 26 Vertical dome storage w /electric wiring (2400 ton capacity) LS 1 110,103.00 1 110,103.00 27 Improved pipe fnd., 6" depth increment LF 400 0.50 40 20.00 28 Relocate existing propane tank LS 1 1,498.00 1 1,498.00 29 6" diameter bollard EA 4 203.81 4 815.24 30 Jersey barriers LF 200 25.00 200 5,000.00 31 4' high Colorado Green Spruce EA 22 128.40 22 2,824.80 32 4' high Black Hills Square EA 6 128.40 6 770.40 33 2" diameter Red Splendor Crab Apple EA 8 160.50 8 1,284.00 34138.RFP RP -1 No. Item Contract Unit Quantity Amount Unit Quantity Price To Date To Date 34 2" diameter Marshall's Seedless Ash EA 2 160.50 2 321.00 35 6' high cyclone fence LF 470 16.90 630 10,647.00 36 Sod SY 1,000 1.77 1,716 3,037.32 37 Seed w!3" ex.topsoil, mulch & fertilizer AC 1.5 1,043.25 1.93 2,013.47 38 Siltation fence LF 500 2.03 526 1,067.78 39 Erosion control and catch basin EA 2 25.00 2 50-00 Total Base Bid $354,992.10 Change Order No. 1 Part A - Reconstruct driveway south of Public Works Building 1 Remove surmountable curb & gutter LF 50 4.50 54.5 245.25 2 Remove concrete driveway apron SY 13 10.00 3 Remove concrete curb (no gutter) LF 60 2.50 203 507.50 4 Remove bituminous pavement SY 340 2.03 355 720.65 5 Type 31 bituminous base course TN 60 11.55 60 693.00 6 Type 41 bituminous wear course TN 30 12.89 30 386.70 7 Bituminous material for mixture TN 5 110.00 5 550.00 8 Bituminous material for tack coat GAL 16 1.00 16 16.00 9 B618 concrete curb & gutter LF 190 7.00 203 1,421.00 10 Surmountable curb & gutter LF 50 15.00 54.5 817.50 Total Part A $5,357.60 Part B - Concrete slab at pump island 11 Concrete pavement (8" thick) SY 45 32.40 67.56 2 1 RR 94 Total Part B $2,188.94 Part C - Remove concrete rubble from fill area and haul to landfill 12 Remove concrete rubble LS 1 500.00 1 500.00 Total Part C $500.00 34138.RFP RP -2 No. Item Contract Unit Quantity Amount Unit Quantity Price To Date To Date Part D - Construct 2 -1/2" diameter water line from building to east side yard and provide two vard hydrants (1 -1/2" 3/4 ") 13 Bituminous pavement removal SY 10 5.00 6 30.00 14 2 -1/2" PVC (Schedule 40) LF 160 6.00 155 930.00 15 3/4" yard hydrant EA 1 150.00 16 1 -1/2" yard hydrant EA 1 500.00 17 2 -1/2" x 3/4" PVC wye EA 1 36.00 18 2 -1/2" 90 degree bends EA 2 31.00 2 62.00 19 2 -1/2" to 1 -1/2" reducer EA 1 42.00 20 Connection at garage EA 1 300.00 1 300.00 21 Bituminous patching TN 5 100.00 Total Part D $1,322.00 Part E - Relocate sludge drying pit 60' east and provide 270 sq. yd. additional pavement 22 Common excavation LS 1 400.00 1 400.00 23 Aggregate base, Cl 5, 100% crushed TN 170 7.25 170 1,232.50 24 Type 31 bituminous base course TN 50 11.55 50 577.50 25 Type 41 bituminous wear course TN 25 12.89 25 322.25 26 Bituminous material for mixture TN 5 110.00 5 550.00 27 6" PVC, SDR -26 LF 20 15.26 34 518.84 Total Part E $3,601.09 Total Part A 5,357.60 Total Part B 2,188.94 Total Part C 500 Total Part D 1,322.00 Total Part E q �,p1 nq Total Change Order No. 1 $12,969.63 34138.RFP RP -3 No. Item Contract Unit Quantity Amount Unit Quantity Price To Date To Date Chance Order No. 2 1 Salvage and replace fence LF 200 6.86 200 1,372.00 2 Remove bituminous pavement SY 275 2.03 223 452.69 3 Class 5, 4" aggregate base TN 60 7.25 4 Bituminous pavement TN 38 45.31 38 1,721.78 5 6' high cyclone fence LF 15 16.90 15 253-50 Total Change Order No. 2 $3,799.97 Change Order No. 3 1 Delete linseed oil treatment LS (1) 535.00 (1) (5_5 O )1_ Total Change Order No. 3 ($535.00) Total Base Bid 354,992.10 Total Change Order No. 1 12,969.63 Total Change Order No. 2 3,799.97 Total Change Order No. 3 (43` 5 w) Total Work Completed to Date $371,226.70 34138.RFP RP -4 PROJECT PA YMENT STATUS Owner City of New Hope Project Public Works Site Improvements - Salt Storage Building Project No. 487 File No. 34138 Contractor C.S. McCrossan Construction, Inc. CHANGE ORDERS No. Date Amount 1 7 -14 -94 Relocate driveway; concrete slab at pump island; remove concrete rubble; construct water line $12,866.35 and provide yard hydrants; relocate sludge drying pit and provide additional pavement. 2 8 -30 -94 Relocate fence on north side of property to within one foot of property line. 4,340.53 3 10 -25 -94 Delete linseed oil treatment. (535.00) Total Change Orders - Add $16,671.88 PAYMENT SUMMARY No. Period Payment Retainage Completed 1 Start 7 -1 -94 $27,727.17 $1,459.33 $29,186.50 2 7 -1 -94 8 -1 -94 81,780.49 .5,763.56 115,271.22 3 8 -1 -94 9 -1 -94 183,960.20 15,445.68 308,913.54 4 9 -1 -94 10 -1 -94 58,078.61 18,502.45 370,048.92 5 10 -1 -94 10 -31 -95 19, 680.23 0.00 371,226.70 6 7 8 9 10 Total Payment to Date $371,226.70 Original Contract $329,416.37 Retainage,Pymt.No.5 & Final 0.00 Change Orders 16,671.88 Total Amount Earned $371,226.70 Revised Contract $346,088.25 34138. RFP RP -5