Loading...
Imp. Proj. #468COUNCIL Z4 r Originating Department Approved for Agenda City Manager 1 10 -12 -92 Kirk McDonald BY: Management Assistant BY: Agenda Section Consent Item No. .: MOTION APPROVING FINAL PAY REQUEST TO VEIT & CO., INC. FOR FRED SIMS PARK GRADING PROJECT (IMPROVEMENT PROJECT NO. 468) IN THE AMOUNT OF $6,818.76 This is the final pay request from Veit & Co., Inc. for the Fred Sims Park Grading Project (Improvement Project No. 468). The final request is in the amount of $6,818.76. The final contract amount is $136,375.10 compared to the bid amount of $138,232.10. This contract included the grading at Fred Sims Park and several minor projects, including railroad ditch construction, grading the pond at Wincrest Apartments, installation of storm sewer at the new Animal Hospital, and installation of Fred Sims Park basketball court. The City Engineer reports that all work has been completed and recommends final payment in the amount of $6,818.76. Staff recommends approval of a motion approving the final pay request to Veit & Co., Inc. for the Fred Sims Park Grading Project (Improvement Project No. 468) in the amount of $6,818.76. MOTION BY C'_ SECOND BY Review: Administration: Finance: 11 10 -06- 1992 13:22 612 636 1311 BONESTR00 & ASSC. P.02 carets G, 8onesum P.E. Maward A, Sanford, PE, Michael P Rau, RE. Mites e. Jensen, P.E. pyp+yp 4 a�a Robert W Wtalnt, AV Keith A. Gordon, PE, Aynts M. RIrig, A,ICA L. Phillip Gravel III, P.E. B � a �r 4 s. s7 i V Joseph C. Andetilk, RE. Robert R, Pilabrk, RE, Thomas W, Fmnbn, P.E. Karen L. Wlemerl, PE. A p!A® Marvin L. Sorvals, PE. Richard W Fvstcr RE. Wchael C. Lynch, P.E. Gary D. Kristolu, Re. iIse r4v Richard E, ?Urner, P.E. David Q Loskota, PE, Jimts R. Nolan, P.E. F Tbdd Foster, P1, 10011L-.11010011 A �0� Glenn R. Cook, P.E. Tho E, Nq4 es, P.E. mas Robert C, Russek, A,LA, Jerry & Stun", PC Jerry D. Plertrleh, P.E. Kenneth P Anderson, PI:, Keith k. yapp, P.E. Shawn D, Gustafson, PC, Associ Rot>trt 4, SCnUnient, PE, 5usln M. Eberlin, CA& Mark A, Hanson, PE, Michael T. Ra urmann, P.E. Mark R. Robs, PE. Mark A. Selp, PE, Cecilia 011v4r PE, Charter A. Edckwn •Senlor Consultant Ted K, Field, P.E. Gary W, Morlen. PE, Leo M. PAv41sky e Eng in eers A & Thomas R. Anderson. AJ.A. Donald C. Rurgardt, PE, Daniel J, Edgerton, AE, Daryl K, Kkrchehman, P.E. Haman M, 01w J ames F. Engelhardt Thomas E, Angus. PE, Philip J, Caswell, RE, Ismael Martine &, PE, Mark D, "Ift P.E. October 6, 1992 City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 Attn: Mr. Dirk McDonald Community Development Coordinator Re: Fred Sims Park Grading Project File No. 34118 Dear Dirk: Attached is the 5th and Final Request for Payment for the above project. The final contract amount is $136,375.10 compared to the bid amount of $138,23110. All work has been completed and we recommend final payment to Veit & Co,, Inc, in the amount of $6,818.76. Also attached are the required Minnesota, Withholding IC -134 farms. If you have any questions, please contact me at this office. Yours very truly, BONESTROO, ROSENE, ANDERLIR & ASSOCIATES, INC. A ic Mark A. Hanson 0 ' r 4 : s Enclosures _ a 10 -06 -1992 13:23 612 636 1311 60NESTR00 & ASSC. P.03 Aawatroo AUNIatli as OW11 +t' City of Nuw I lope, 4401 Xylon Av N, Nuw I lope, MN 55428 Uutu Oct ober 6, 1992 Y ? or Period March 6, ty92 to t �tnt�er 6, 1 Request Nu. 5 & final Cuufrwtur Veit & Co,, inc., 14000 Vets MACO, Rogurs, MN 55374 IU10LJI39I' I PAYM LINT Fred Sims Turk Grading & BB Court, Diwh Cunstructiun Alang Soo Line lilt, Windcrest Apts. I'und Grading & Atamt►1 Ilospital Storm Sewsr File No. 34118 SUMMARY i Original Contrtwt Amount 2 Change Order - Addition 3 Change Ordur - 13c-duction 4 Revised Contract Amount S Value. Completed to Date 6 Material on Hand 7 Amount Curned 8 Less Retainage 9 Sub -Total 10 Less Amount paid Previously 11 AMOUNT DUE TH REQUEST FOR PAYMENT Nth, Rccommunded fur Approved by Contractor: WIT & CO., INC. Spt:cifiud Contract Completion Date: October Is, 1 991 by: /1I'+iOf"sli.UK & A SSOCINIUS, INC. 5 & Final $ 138,233.2U $ 138,232.2) 0 $ 136,375.10 $ 0.00 136,375,10 S U.UU t 136,375.10 S 129,55634 6,81 ts,76 Approved by (owner. Cl`IY OF N12W 110P14 MN Irate: 3411A.RrP 10 -06- 1992 13:23 612 636 1311 BONE5TR00 & A55C. P.04 34118AIT lit' -1 CootrW% Wit 4Nn,ad►y AaKmas Ma ltam Urslt Owtndty Prim 'Ib Dow °lb t.lucu lyart I -.EW S`iast Park I Near, $rub & ramova debris LS 1 2400.00 1 2-300.00 2 Common excavation (P) CY 8350 5.00 8,766 43.1330.00 3 Remove existing bit, trail or street Sr 3,110 0.40 2.806 1 4 Remove existing MI I or CB 1:A 5 300.00 5 1 50U.U0 5 Ramova existing rotaiuiug wall S1' 200 1.00 200 208.00 6 Remove existing couc. curb and gutter LIT 30 2.00 34 68.00 7 Remove 6" sstortit sewer LIT 467 1.00 467 467.UU 8 Rawavo 42" RCP 1.1 14 14.00 14 1416.00 9 11"iova 33" apron 13A 1 250.00 1 25U.0U 10 Remove 42" apron RA. 1 450.00 1 450.UU 11 2" bituuiwouu walk Sr 2,330 0.60 4,296 !-M.60 12 3" bituminous, street patch SIT 700 0.90 30t3 277.20 13 CL 5, 100% crushed, for trail alit patch TN 115 12.,00 119,61 1,435.32 14 CuucroW curl+ and guitcr I.1` 30 20.00 34 680.01) 15 Lower 4" water main L4? 110 10.00 122 1,220.00 16 lower 4" valves and hydrant LS 1 300.00 17 Salvage and reinstall 33" RCP LIB 18 100.00 Is 1.800.00 IS Salvage auJ rciustall 72' apron 1:.A 4 I 1000 1 1.OUO.UU 19 27' RC piled, Class 3 Ll% 2.53 40.00 261 1U.44U.UU 20 48" RC pipes, Glass 2 Lr 18 410100 18 1,6211.00 21 72" RC pipe, Class 2 Lr 12 190.00 12 22130.00 22 27" RC pile apron w /trash guerre f 1 1 A 1 700.00 1 700.00 23 48" RO pips, aprua w /irush guard 1:A 1 1,600.00 1 1,600.00 24 27" RC pilxs long ra4imu beads I3A 12 220.00 12 2.640.UU 25 Machanical treuch 4:oullsactiuu 1.1 367 1.00 486 486.UU 26 Std. 4' t1iu. MI-1 w /cstg. (Mil 101) IS 1 1.100.00 1 1.100.00 27 Ste. 4' diu. Mil w /cstg, (MI1 105) IS 1 1,100.00 1 1,100.UU 28 Sul. 6' cliu. MH w /csig, (MI-I 102) LS 1 2,000.00 1 2,000.00 29 27.3 box C R w/113067V mill. (CB106) IS 1 850.00 2 1,70U.W 30 Connect ex. 42" RCP to MI 102 1.,8 1 1.«50,00 1 1 250.00 31 Clugs 3 riprap in plavo CY 474 75,00 44 3.300.00 32 Channel construction 1..1' 380 5.00 275 1375.W 33 Sih ponces L 5UO 3,00 51) I5U,UO 34 'Cupioil borrow (CV) C.'Y i0 25,00 35 Sped mix. special w /n►ulch & 1'eriilirasr AC 3.1 1,200.W 2.4 2,880.00 34118AIT lit' -1 10-06 -1992 13:24 612 636 1311 r Nu Itessa 36 Sod with 3" azuct, topsoil 37 ,Staked sod with 3" topsoil 38 4' hig N o rway Spruce 39 4` high Pouderova Pitie 40 2" R&H Sullar Maple 41 2" B&B 1. udvu Rcchuoud 42 2' R&D Norwuy Maplo 43 2" B&B Pul Oak 44 2" IWI Marshull Suaadlaass Ash Total mart 1 • Fred Sims Park »rt 2 - alnst. o S 0 Li all 45 Ditch excuvaiicau 46 Scud Mix. No. 500 w /utuk;h & fertilizer Total Part 2 - Ditels Coast. Along 1411 tact 3 - Windt real Anti. Pond G rading 47 Poua1 excavatiou (CV) 48 Dispose of material off site (LV) 49 Ruumve exmss ulateriad 0 u s ide n (earth & cast) & 8rado Smooth 50 Sacd mix. Spgc, w /ulutch & (grldizer 51 Sod w/3" e x islivas topsoil Total Part 3 - Wiudufa xi Apts. Poud Grudiuu EaEl .4 •A :fin 52 Remove ux. 1 2" C'MI 53 12" PVC, SDIt 35 54 12" RC pipe, Ctasis S 55 12" RC pipe Apron w /trash guard 56 C1uas 3 riprap iu I)tua:u 47 Mucbuuival trough coulp:actiuu 58 Std- 4' dia, MI w /cstg. (Ml•1 103) S9 Std. V die. MI t w /cstg. (Mi 104) 60 C011 ex, 12" CMP to M11 104 BONESTROO & ASSC. P.OS LP Coatraact Unit quuatity Amousu U44 Quualisy Priax: TO L)uta 'I'D Uuh: SY 800 1,50 798 1.197.00 SY 650 2,0 300 1 �5ik1.00 EA 16 176.00 16 7,816,00 1:A 12 134.00 12 1,8413.00 2A 4 275,00 4 1 L.A 6 242,0 6 1,453,00 EA 7 220.00 7 1,5.10.00 lily 7 242.00 7 I JW 4.00 13A 4 220.00 4 —_ 13fi0�0__ 2.875.110 i.F 44 30.00 S106.7 LP 064 1.00 964 964.00 AC 0.3 3.000.00 0.44 S3,264.U0 CY 300 5.00 300 1 �5ik1.00 CY 500 8.00 590 4,730,00 is ! 2,275,00 1 2,75,00 AC 0.4 4,000.00 0.83 3 SY 1 25 5.00 Ll 10 11,00 6 66.00 LF d 35 23.00 125 2.875.110 i.F 44 30.00 44 11320,UU EA 1 515.00 1 521.00 CY K 75.00 8 600.00 1-11 175 4.00 175 1 LS 1 1.100.00 1 1,100'au 1-4 1 1,100.00 I 1 1 4 1 450.00 1 450.011 34 R1' 1a —�c6 -1392 13:24 612 636 1311 BONESTROO & ASSC. P.06 1Vcy Item Unit CmI uet Quantity Upit him 'f'.?ttaatily to Lma Anwaut lb w w 61 Res ex. 10 wide gravc trod, 6" thick LS 1 1.000.00 62 gilt feuce L.I. 50 5100 63 Seed mix, No. 500 w /utulch & fertil4cr AC 0110 5 64 Stakad sod w/3" exibtiv8 t opsoi) SY 28 5.00 Total Part 4 - Aniuml Hompital Storm Sower $8,211.00 1'a .5 . S 1 ('o 65 Sulva ga & reimiall chainliuk backstop I S ! 11000.00 66 C3rudc & prepare subgradv f Jill court and bucltritop Ls 1 600,00 1 600.00 67 CL 5 ttygregate base, 100% crushed TN 185 13.00 185 2,220,()0 68 1 -l/2" thick Type 31 bitutuiuouu bast S1. 4,680 0.44 4,757 2,093.08 69 1-1/2" thick Type 41 modified bit. wear Sp 4,680 0.50 4,757 2,378.50 70 13ituntiunus watcriul for tack coat OL 26 2.00 26 Al T01"l Puri 5 - l'r#d Sims Park 13B Court (MI $7,343.5tt Total Part 1 • Fred Sims Purls 106,721.52 Total Part 2 • Dilch Count. Aloug RR ! Total Pun 3 • Wiuth:rust Apls Poud ('lradutg 11,Smuo 'fatal Tart 4 - Auiutal I laspitul Storut Scwur 8.211.00 Total Part 5 - Fred Sintu Turk 1313 Court 7 .143.5K._ Total Work Coutplated to Bata $136,375,10 34118.11,17h li1' - 10-06-1992 13:24 612 636 1311 BONESTROO & ASSC. P.07 PA tdiar [Us Owner Now 1-lope, MN Projecl Fred Sims Park Grading & BB Court, Ditch Consir, Along 1111, Windurest Apts. Gr 1:.t Projoct No. File No. 34118 Contractor Veit & Co" Inc, 01ANow L- 0 1UHMS No. Date I R M PAYNIRM'SUMMA ;R No. Parkw Start 9.3-91 9.3-91 10-1.91 3 10-1.91 11.1-91 4 11-1.91 3-6-92 5 3-&92 10-6-92 6 10 Total Payment to Date Ratainage, Payment No, Total Value Complutud payment $29,853,75 67.121.87 26,982.07 5,598.65 6,818,76 $136,375.10 5 & Final 0100 $136,375.10 Retainage $1,371.25 5,103.90 6,524.09 6,818.76 0,00 Original Contract Change Ordurs Revised Contract Amount comple" $31,425,00 10" 130,481.78 136,375.10 116.375.10 $138.2.42.20 O.U0 $134,232.20 3411HAPP R1, -4 4401 Xylon Avenue North New Hope, Minnesota 55428 Phone: 531 -5100 FAX (612) 531-5174 October 14, 1992 Veit & Company 14000 Veit Place Rogers, MN 55374 SUBJECT: FINAL PAY REQUEST - PROJECT 468 (FRED SIMS PARK GRADING PROJECT) At its meeting of October 12, 1992, the New Hope city Council approved the final pay request for the fore - mentioned project to your company for $6,818.76. A check is being processed; however, it will not be released until we receive the IC- 134(s). Please mail the IC- 134(s) to my attention. Sincerely, 1 Alm Valerie Leone, CMC City Clerk cc: Mark Hanson, City Engineer Kay Ruhoff, Accountant Family Styled City For Family Living LETTER OF TRANSMITTAL Engineers & Architects 2335 West Highway 36 St. Paul, MN 55113 Bus. 612-636-4600 MN Toll Free 1-800-622-6573 BRA-102A TO: WE ARE SENDING YOU: ( Attached ❑ Under separate cover ❑ Shop drawings ❑ Specifications ❑ Plans ❑ Copy of letter ❑ Samples ❑ Change order EJ COPIES NO. SPEC. NO. DESCRIPTION CODE W yl THESE ARE TRANSMITTED (see code) approval F. No Exceptions Taken J. Resubmit - copies for review Fo your use G. Make Noted Corrections K. Submit - copies for distribution B. 7s re qestd H. Amend& Resubmit L. Return -corrected prints D. For review and comment 1. E. For Bids Due 19 REMARKS: COPY TO: Form Minnesota Department of Revenue RC g 4 ' ; M , ` } ' Withholding Affidavit for Contractors This affidavit must be approved by the Minnesota Department of Revenue before the State of Min nesota or any of its subdivisions can make final payment to contra Company name Minnesota ID number Veit & Company Inc. 900 -3428 Address 14000 Veit Place Month /year work began Rogers, M 55374 8/91 City State Zip Code i Month/year work ended 4/92 Total contract amount: $138,232.20 Telephone number Amount still due: (612 > 428 -2242 6,818.76 Did you have employees work on this project? Proj number: 4. 68 If none, explain who did the work: Project location: Fred Sims Park, NeW HODe, Address 4401 Mon Avenue North, New Ho NN 55428 Check the box that describes your involvement in the project and fill in alt information requested in that category: ❑ Sole contractor ❑ Subcontractor Ifyou are a subcontractor, fill in the name and address of the contractor that hired you: - E, Prime Contractor If you subcontracted out any work on this project, all of your subcontractors must file their own IC -134 affidavits and have them certified by the Department of Revenue before you can file your affidavit. For each subcontractor you had, fill in the business information below, and attach a copy of each subcontractor's certified IC -134. (If you need more space, attach a separate sheet.) Business name Address Owner /Officer Hennen Constr. 14520 Main Str. Rogers, MN Harry RffM ffinresota Valley Lard5Wing 10901 Nesbitt Amm South Blocafimtm, M Bi tt.rrd nags Consul ti ng 2456 Main Str. NE Mpl S. , MN I declare that all information I have filled in on this form is true and complete to the best of my knowledge and belief. I authorize the Department of Revenue to disclose pertinent information relating to this project, including sending copies of this form, to the prime cont_rpcW if I am a subcontractor, and to any subcontractors if I am a prime contractor, and to the contracting agency. Contractor's signat Title Date For certification, mail to: Minnesota Department of Revenue, Business Trust Tax Section Mail Station 6610, St. Paul, MN 55146 -6610 Certificate of Compliance with Minnesota Income Tax Withholding law Based on records of the Minnesota Department of Revenue, I certify that the contractor who has signed this certificate has fulfilled all the requirements of Minnesota Statutes 290.92 and 290.97 concerning the withholding of Minnesota income tax from wages paid to employees relating to contract services wO the state of Minnesota and /or its s Signature of authorized Department of Com name _ 1,i`? ew A as This affidavit must be approved by the Minnesota Department of Revenue before the State'of Minnesota or an y of its subdivisions can make fi pa yme nt to contracto Minnesota ID number Month /year work began Month/year work ended /P /S" Total contract amount: ac /�5- CAYA stat Zip Code A S 41 i7" Telephone number Did you have employees work on this project? If none, explain who did the work: le s' Amount still due: , Project number: Project location: M Address 4401 Xylon Avenue North, New Hope MV 55428 Check the box that describes your involvement in the project and fill in afl information requested in that category: ❑ Sale contractor Subcontractor If you are a subcontractor, fill in the name and address of the contractor that hired you: 65,17) y /'Claw lle-' "r !'I e'- r e e, 5 S 7 �/. Prime Contractor If you subcontracted out any work on this project, all of your subcontractors must file their own IC -134 affidavits and have them certified by the Department of Revenue before you can file your affidavit. For each subcontractor you had, fill in the business information below, and attach a copy of each subcontractor's certified IC -134. (If you need more space, attach a separate sheet.) Business name Address Owner /Officer Certificate of Compliance with Minnesota income Tax Withholding Law Based on records of the Minnesota Department of Revenue, I certify that the contractor who has signed this certificate has fulfilled all the requirements of Minnesota Statutes 290.92 and 290.97 concerning the withholding of Minnesota income tax from wages paid to employees relating to contract services with the state of Minnesota and /or its subdivisions. Signature of authorized Department of Revenue of4cIN Date � � Form .r Rev. 0/89 Wit g This $tat( Company name MINNESOTA VALLEY LA A#ess 10901 NESBITT AVENU City state BLOOMINGTON, MN. e # # ! by the Minnesota Department of Revenue before the subdivisions can make final payment to contractors. Telisphom number ( 612 ) 884 -6400 Minnesota to nuns 9 32 -181 R tti/year wo* began 9/9 Mor"ear watt ended 10/91 Total contract amount: $ 11,540.00 Amount still due: $ q1,540.00 Check the box that describes your involvement in the project and fill in all information requested in that category: ❑ Sole contractor LN Subcontractor if you are a subcontractor, fill in the name and address of the contractor that hired you: VEIT AND COMPANY 14000 VEIT PLACE, ROGERS, M. 55374 ❑ Prime Contractor If you subcontracted out any work on this project, all of your subcontractors must file their own IC -134 affidavits and have them certified by the Department of Revenue before you can file your affidavit. For each subcontractor you had, fill in the business information below, and attach a copy of each subcontractor's certified IC -134. (if you need more space, attach a separate sheet.) Business name Address Owner /Officer Certificate of Compliance with Minnesota Income Tax Withholding Law Based on records of the Minnesota Department of Revenue, I certify that the contractor who has signed this certificate has fulfilled all the requirements of Minnesota Statutes 290.92 and 290.97 concerning the withholding of Minnesota income tax from wages paid to employees relating to contract services with the state of Minnesota and /or its subdivisions. Signature of authorized Department of Revenue official Date -%'A, 4' r �' •, 1 rr Y�l A Fon to-Im Olt 11 1, , Stitto of Minnesota C-Oni ram Bitumir orus, CO'nsultihg & Comtrg. Co:., it 2456 Mai,n,,-Str"e'et 'N. : E. CW/ Sim" ZP cow mp1s MN 55434 T000hoft nurriDes 1612 ) 755.;-1888 Did you have employees work on this project? yes if none, explain wnO did the work Mika ID nuitiltiar 6636U5 Mwirtivyw wok Depart 08/91 MW*WW wank ended 10/91 - Total "now amo 10,775.65 Amou $04SUG; Project number. 468 Project location: Fred Sim at,—N -w- Project owner. Cit a NeIii pe-- Address 4401 Xylem AvenLie NDrth Wu Hom M 55 inl'i I 1 llillillililli'llo 111111 IN 111=0 I I I -- "I I I I m�ll'I 1, 11 lmii 1 11 Chm* the box ftt describes your involvement in the project and fill In all information requested in that category; ❑ Sale contractor Subcontractor If you are a subcontractor, fill in the name and address of the contractor that hired you: Q Prime Contractor If you subcontracted out any work on this project, all of your subcontractors must file their own IC-1 34 affidavits and have them certified by the Department of Revenue before you ban file your affidavit- For each subcontractor you had, fill in the business information below, and attach a copy of each subcontractor's certified 10-134. (It you need more space, attach a separate sheet.) Business name Address Owner/Officer I declare that all information I have filled in on thig'form 1S true and complite the best of my knowledge and belief. Feah the Department of Revenue to disclose pertinent information relating to this project, inciwding sending copies of INs form. to the prime contractor if I am a sutcDntraclor, and to any subcontraclors it I am a�rimt3 C ontractor , and to th CO �� For certification, mail to; Minnesota Department of Revenue, Business Trust Tax Section Mail Station 6610, St. Paul. MN 55146-6610 Certificate of Compliance with Minnesota Income Tax Withholding Law Based on records of the Minnesota Department of Revenue, I certify that the contractor Who has 6 'gn" "S Certificate has fulfilled all the requirements of Minnesota Statutes 290,92 and 290.97 concerning the withhokfing Of MinnOillift income tax from wages paid to employees relating to contract services with the state of Minnesota and/or its SuWvi6khW t M4V0 6 offical 0 F . 0 artment of Revenue Avit for Contractors Ainnesota Department of Revenue before the SlOng can make final payment to contractors. K; V COUNCIL Originating Department City Manager Kirk McDonald BY:Management Assistant MOTION APPROVING FINAL PAY GRADING PROJECT AND MISCELI THE AMOUNT OF $4,790 Approved for Agenda 12 -28 -92 Agenda Section Consent Item No. 6.12 'TO VEIT & CO., INC. FOR FRED SIMS PARK WORK (IMPROVEMENT PROJECT NO. 468) IN The City Council approved the 5th and Final Pay Request, in the amount of $6,818.76, from Veit & Co., Inc. for the Fred Sims Park Grading Project (Improvement Project No. 468) at the October 10th Council meeting. This contract included the grading at Fred Sims Park and several minor projects, including railroad ditch construction, grading the pond at Wincrest Apartments, installation of storm sewer at the New Hope Animal Hospital, and installation of the basketball court at Fred Sims Park. The City Engineer reports that after the pay request was approved it was discovered that certain items were not paid for as part of that request (items 61 -65). The Engineer has reviewed the omission with the contractor, who signed the previous pay request, implying that they agreed with the final contract amount. In summary, the previous final pay request was in error and items 61 -65 should have been paid and are owed to the contractor. Enclosed is the 6th and Final Pay Request which includes payment for items 61 -65. The amount due is $4,790 and the City Engineer recommends payments. The final contract amount is $141,165.10 compared to the bid amount of $138,232.10 and is a 2.1 % overrun from the bid amount. Staff recommends approval of a motion approving the Final Pay Request to Veit & Co., Inc. for the Fred Sims Park Grading Project (Improvement Project. No. 468) in the amount of $4,790. TO: Review: Administration: Finance: Q s. •: B®nestr ®Q Robert W Rosene, RE,- Joseph C. Anderlik. PE. R®sene Marlon E S umer, . PE. Ric hard E. Turner. PE. ® r � � d erlik & Glenn R. Cook. P.E. Thomas E. Noyes. PE. Robert G. Schunicht. P.E. iates AssocAssoc Susan M li C *Senior Consultant Engineers & Architects Agnes M. Ring. A.lk r Thomas W Peterson. PE. Michael C. Lynch. P.E. James R. Maland, P.E. Jerry D. Pertzsch, P.E. Kenneth P Anderson. P.E. Mark R. Rolfs, P.E. Mark A. Selo. P.E. Gary W. Morien, P.E. Daniel J. Edgerton. P.E. Daryl K. Kirschenman, P.E. Philip J. Caswell, P.E. Mark D. Wallis, P.E. L , rnnap —r , n, r.c. Karen L. Wiemen. PE. Gary D. Kristofitz. RE. F Todd Foster. PE. Keith R. Yapo PE. Shawn D. Gustafson, P.E. Cecilio Olivier, PE. Charles A. Erickson Leo M. Pawelsky Harlan M. Olson James F. Engelhardt Dear Larry: The 5th and Final Pay Request for the above project was sent to you on October 6, 1992. However, after reviewing that Final Pay Request, we discovered items 61, 62, 63, 64, and 65 were not paid for as part of that Pay Request. We have reviewed oux files and discussed the omission with the contractor. As you recall, the contractor had previously signed the 5th and Final Pay Request implying they agreed with the final contract amount. In summary, the 5th and Final Pay Request was in error and items 61 -65 should have been paid and are owed to the contractor. We apologize for the error. December 11, 1992 City of New Hope 4401 Xylon Avenue New Hope, MN 55428 Attention: Mr. Larry Watts Re: Project No. 468, Fred Sims Grading/Misc. work Viet & Co., Inc. Our File 34118 Keith A. Gordon. P.E. Robert R. Pfefferle. P.E. Richard W Foster. PE. David O. Loskota, PE. Robert C. Russek, A.I.A. Jerry A. Bourdon, PE. Mark A. Hanson, PE. Michael T Ratumarim P.E. Ted K. Field, P.E. Thomas R. Anderson, A.I.A. Donald C. Burgardt. PE. Thomas E. Angus, P.E. Ismael Martinez, P.E. Attached is the 6th and Final Pay Request which includes payment for items 61 -65. The amount due this 6th and Final Pay Request is $4,790 which we recommend payment. The I final contract amount is $141,165.10 and presents a 2.1% overrun from the bid amount. If you have any questions please feel free to contact me at this office. It re as thi :m MM:1K ANDERLIK & ASSOC - r .�. -..� 1992 llu rl Attachment 2335 West Highway 36 • St. Paul, Minnesota 55113 is 612 - 636.4600 Yours very truly, eonestroo I Owner City of New Hope, 4401 Xylon Av N, New Hope, MN 55428 Date December 3, 1992 Rosene NEW ^"°exult For Period October 6, 1992 to December 1, 1992 Request No. 6 & Final Associates Contractor Veit & Co., Inc., 14000 Veit Place, R ogers, MN 553 REQUEST FOR PAYMENT Fred Sims Park Grading & 1313 Court, Ditch Construction Along Soo Line RR, Windcrest Apts. Pond Grading & Animal Hospital Storm Sewer File No. 34118 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 9 Sub -Total 10 Less Amount Paid Previously I 1 AMOUNT DUE THIS REQUEST FOR PAYMENT NO. 6 & Final Recommended for Approval by: BONES 00, ROS ANDERLIK & ASSOCIATES, INC. Approved by Contractor: VEIT & CO., Specified Contract Completion Date: October 18, 1991 34118.RFP $ 138,232.20 $ 138,232.20 $ 141,165.1 $ 0.00 $ 141,165.1 $ 0;00 $ 141,165.1 $ 136,375.10 $ 4,790.00 v Approved by Owner: CITY OF NEW HOPE, MN 10- 06- 1992 13 :23 612 636 1311 BONESTROO & A55U. h'.04 34118A PP RN I Coatraw Unit ciratlly Aawwui No. Item UAII Owmtity Mas TO Data '!b Dw a (;1}rt 1 - Frail Sims P:trk I Clear, grub & routove debris LS 1 21500.00 1 2500.00 2 Cou►utou exeuvatiou (1 CY 8350 5.00 5,766 43.830.UU 3 Remova uxixtiuy, bit, trail or streat SF 3,110 0.40 2.806 1.122.4U 4 kawavo c"liug MI I or CO l'.A 5 100,00 5 t SUO.tx1 5 Remove existing retaining wall St. 200 1.00 200 3100,00 6 Remove axistiug couc. curb nud gutter Liz 30 2.00 34 68.00 7 Reu►ovu 6" storui scwcr LIT 467 1.00 467 467,UU 8 Rawavo 42" RCl' LIZ 14 14.00 14 1516.00 9 Rvuiov s 33' aprou I?A 1 250.00 1 250,UU 10 Rawove 42" apron IIA I 450,00 1 4iU.U0 11 2' bilttu►iuuus walk Sr 2,330 0.60 4.296 2,M.60 12 3" bituutu►ous streut patch 81Z 700 0.90 308 277.20 13 CL 5. 100% crushud, for trail a patch TN 115 12.00 119.61 1,435.32 14 C oucrolu curb and Suttur 1..1 30 20.00 34 6150.00 15 Lower 4' water widu L.1° 110 10.00 122 1,220,00 16 Lower 4' valve and hydrant LS 1 300.00 17 Salvage mud reinstall 33" RCP LIB 18 100.00 18 1.$011.00 18 Sulvagu auJ rciuslull 72" aprou M 1 11000.00 1 1.000.UU 19 27' RC pipe, Class 3 U 253 40.510 261 IU.44U.00 20 48' RC pipe. Claws 2 Ll- 15 401W IS 11620,00 21 72" RC pike, Class 2 LIT 12 190.00 12 2. 22 27" RC pipe apron w /trash guard FA 1 700.00 1 700.00 23 48" RC piles apron w / trash guard EA l 1.600.W 1 1,600,00 24 27' RC pipe lung radio# beuds M 12 220.110 12 2,640.UU 25 Machauical treuch coulpautiou IX 367 1.00 486 416.UU 26 Std 4' Ilia. MI-I w /cut$. (Mlt 101) LS 1 1.100.00 1 1,100.00 27 Std. 4' dia. Mlt w /csq, (Ml1 105) 1.5 t 1,100.00 t 1,100.UU 28 Std 6' Ilia. MH w /csig. (MII 102) LS 1 2,000.00 1 2.000.00 29 ;tac.3 box CH wIR3067V cstg. (CB Is t 850.00 2 1 30 Coauact ex. 42' ita to Ml1 102 Ls 1 1930.00 1 1 .250.OU 31 Ckws 3 riprap in place CY 44 75.00 44 3300.00 32 Channel construction 1..1: 380 5.00 275 1375.011 33 Silt icuca LIT 500 3.00 5U 150,U0 34 Topsoil burrow (CV) Cy 50 25.00 35 Sued mix. special w /utulch & tertilicmr AC It 1.200.00 2.4 2.580.00 34118A PP RN I 10 -06 -1992 13:24 612 636 1311 BONESTR00 & ASSC. P.05 r Nn. !tern Unit cAntrad Quantity unit Price Quantity TO Data AM OUA t '1'D UnLa 36 Sod with 3" exist. toptioil SY 800 1,50 798 1119 ?.UU 37 Staked sod with 3" topsoil SY 650 2.00 3 4' high Norway S pruce EA 16 176.00 16 2,816.00 39 4' high Poudarosa Pine 1::A 12 154.00 12 1,8411.00 40 2" H&H Sugur Mupla RA 4 275.00 4 1110U,UU 41 2" B&B Uudvu Rc chii oud EA 6 242.00 6 1.452.OU 42 2" R&D Norway Malito 1_A 7 220.00 7 1,540,00 43 2" B&H Pitt Oak EA 7 242.00 7 I JW4.00 44 2" il.tctl Murshull Suucilmss Ash RA 4 220.00 4 ` ' 1701 " 1 Part I • Fred Sims Park $106.7:1.52 tat 2 - DilgL LA1111t. o S o I .i jig 45 [Rich cxcuvaliou 1 964 1.00 464 964.00 46 Seed Mix. No. S00 w /utuk h & fcrtilixcr AC 0.3 3.000.00 0.14 Total Pnrt 2 - Bitch Caw. Aloug 914 S3,264.0U 3 - Windcregi ag Paud Clr digit 47 frond excavation (CV) CY 300 5.00 300 I .Uo 48 DisPose of utaterial o ft site (LV) CY 500 9.00 590 4,720.W 49 Rutuav ex ce ss tuuteriui a m s slopua (north & uuxt) & grado au Is 1 2,275,00 1 2 h 5 , .475 50 S lil ix. Spec. w /uiulch & fertilizer AC 0.4 4,000.00 0.83 :1,320.UU 51 Sod w13" existing topsoil SY 125 5100 Total Pmrt 3 - Windcrast Apts. Pond Grudiug $11,815.00 Puri 4 - Aninuil ldoynital S o {I1aQilidGgi 52 Rawave ex. 12" CMII L1? 10 11.00 6 66.00 53 12" PVC, SD12 33 Lr 125 23.00 125 2.875.00 S4 12" RC pipa, Chun 5 LF 44 3 44 020.1x, 55 12" RC Pilo: apron w /trush guard RA 1 525.00 1 525.UO 56 Chats 3 rlprap to places CY. li 73.00 8 600,00 57 M ucbuu iv al IrauCh cautpactiou LA 175 1.00 175 175.UU 511 Std. 4' dim, MI w /cstg. (MH 103) LS 1 1,100.00 l 1,100.00 S9 Std. 4' din. MI w /estg. (M1f 104) Is 1 1,100,00 1 1.1001181 60 Cctauew ex. 12" CMP to MI 1 104 Is t 450.00 t 450.00 341 IBIRFP 1 10 -2 10 -06- 1992 13:24 612 636 1311 Nm !tom 6l Resitare ex. 10 wide gravel trail, 6" thick Q Silt fence 63 Send mix. No. 500 w /utuk h & fertilizer 64 Stakad sod w/3" existing topsoil 'fatal Part 4 - Auimul Hospital Storut Sower Pa S- Ered Sims > ro 65 Sulvage & reinstall chuial" backstop 66 Grade & prepare subgrado for 1111 twurt anti backstop 67 Cl. 5 aggregate base, 1009, crushed 68 ! -1/2" thick "Typo 31 bituminous baste 69 1 -1/2" thick Type 41 modiflad bit, wear 7U 1311uminous wateriul for tuck cout TQIAl ]'art 5 - Frcd Sims Park BH Court Total Pert 1 • Fred Slaw Park Total Part 2 - bitch Court. Along RR 'total Part 3 • Wiutlorost Ap►s Pond (iruding Total Part 4 - Auiutal I lospitul ytorut Sower Total Purl 5 - Fred Siuty Turk 1313 Court Total Work C`.outpWtetl to Dulls SONESTR00 & ASSC. P.06 Unit cntrnmx U411 Quantity Amoenl quantity Pries TO uaw t'a w- w LS 1 1.000.00 1.1' 50 5.00 AC 0110 5 SY 28 5.00 $8,211.00 14 1 11000.00 1..5 1 600.00 1 600.00 TN 185 13.00 183 2.220,t1U Sly 4,6110 0.44 4.757 2.00.08 Sp 4,680 0.50 4.757 2378.30 GL 26 2.04 26 ') 37,343.58 106,721.52 2,2k 4.0U 11.2315.UU 8.211.00 $136,375,10 34118AIT 1111 -3 10 -06- 1992 13:24 612 636 1511 BONESTROO & ASSC. P.07 Owner Now Hope, MN Project Fred Sims Park Grading & UB Court, Ditch Constr. Along 1111, Winderest Apts. Grading, Mc. Projet No. File No. 34118 Contractor Veit & Co., Inc. MANOR 91WER No. Date 1 2 3 Total Change Ordwx - Add PA EM' StIMMA No. Ptarkaal 1 Start 9.3.91 2 93.91 10 -1.91 3 10 -1.91 11.1.91 4 I1 -1.91 3 -6-92 5 3 -6.92 10 -6 -92 6 7 K 9 10 Total Payma:nt to Date ltctainage, Payment No. `Petal Value Complutud Payment $29,853.75 67,121.87 26,982.07 5,598.65 6,81 R.76 $ 136,375.10 5 & Final 0.00 $ 136,375,10 Retainrage $ 1,571.25 5,103.90 6,524.09 6,1;18.76 0.00 Original Contract Change Ordurs Revised Contract Amount Comple1w $31,42.5,00 102"079.6U 130,481.78 136,375.10 136,375.10 $138,132.20 U.UU $136,212?0 Satit►,t MS RP -4 010111 Di3 a QW Z44TOWOM The existing storm sewer outlet into the Bassett Creek Watershed at the newly constructed Animal Hospital at 3709 Winnetka Avenue North is causing bank erosion and corrective action has been ordered by the Water Management Commission. The Commission has ordered the owner to rebuild and stabilize the bank downstream from the clinic by extending the storm sewer pipe and outlet to the bottom of the slope due to continued washouts. Dr. Herman agreed to the City seeking bids and, depending on the outcome of the bids, having the work done through an assessment agreement. The City Engineer prepared a plan for the improvements and when the City sought bids for the Fred Sims Park Grading Project, three minor projects involving drainage improvements were included, one of which was the Animal Hospital storm sewer improvements. The Council accepted the lowest total bid on all the projects from Veit & Co., but the contract was written so that the Animal Hospital work could be deleted by change order if the owner was not agreeable to the cost and assessment. The bid price for the work at the Animal Hospital was $10,145.00 plus 25% of the construction cost for legal, engineering and administration, or a total cost of $12,681.25. Dr. Herman is agreeable to proceeding, has petitioned the City to construct a storm sewer and bank stabilization project on the property and has agreed to pay the entire cost of the project through special assessment. The enclosed RESOLUTION ORDERING CONSTRUCTION OF STORM SEWER IMPROVEMENTS AT 3709 WINNETKA AVENUE NORTH accepts the petition for the improvement and authorizes construction upon receipt of an executed Assessment Agreement. resolution. MOTION BY SECOND BY Review: Administration: Finance: CITY OF NEW HOPE RESOLUTION NO, 91-141 RESOLUTION ORDERING CONSTRUCTION OF STORM SEWER IMPROVEMENTS AT 3709 Y/ZNNETKA AVENUE NORTH WHEREAS, the existing storm sewer outlet into the Bassett Creek Watershed at 3708 Winnmtka Avenue North is causing bank erosion, and WHEREAS, the Bassett Creek Water Management Commission has ordered corrective motion, and WHEREAS, the real property upon which said storm sewer outlet is located, and which is served by said storm sewer outlet, is legally described as: Lot 1, Block 1, Tedesco Addition, Hennepin County, Minnesota (hereinafter "Property"), and WHEREAS, the Property is the only real property abutting the street named as the location of the improvement to be constructed, and WHEREAS, the owners of the Property are Randall J. Herman and Lori Herman, and WHEREAS, the Hermanm have petitioned the City of New Hope to construct storm sewer extension and bank atabilization project on the Property, and have agreed to pay the entire costs ~ said project through a special assessment against the Property, and WHEREAS, plans and specifications for said project dated May 24, 1991 have been prepared by Boneatrom, Rosen, Anderlik & Associates, the New Hope City Engineers. NOW THEREFORE, BE IT RESOLVED by the City Council of the City of New Hope: 1. The foregoing are found and determined to be true and accurate and are adopted as fact by this Council. 2. The petition for this improvement has been signed by the required percentage of owners of property affected thereby. 3. The Mayor and Manager are authorized and directed to enter into an Assessment Agreement in the name of the City with the Hmrmxuna. The storm sewer extension and bank stabilization project at the Property is ordered to be constructed, subj only to receipt of an executed Assessment Agreement. - ' Adopted by the City Council this 26th day of August 199 1 . d�� J V Edw. J Erickson, Mayor Attest: q� - z -� - 'e - Valerie Leone, City Clerk TRANSFER ENTSRED ASSESSMENT AGREEMENT Y 5 Fi TY r-ck THIS.A GREEMENT, is made and entered into on the �3 day of OzeirfS 1991, by and between the City of New Hope, a Munidipal Corporation of the State of Minnesota (hereinafter City) and Randall J. Herman and Lori Herman, husband and wife (hereinafter owners): WHEREAS, Owners are the fee owners of certain real estate located in Hennepin County, Minnesota, legally described as follows: Lot 1, Block 1, Tedesco Addition, (hereinafter Property), and WHEREAS, the City will construct a storm sewer extension and bank stablization project on the property, and WHEREAS, the City and the owners wish to enter into an agreement for the assessing of the cost of this project to the Property. NOW, THEREFORE, for full and adequate consideration, the City and Owners agree as follows: 1. That the City shall construct a storm sewer extension and bank stablization project on the Property, and the Owners acknowledge and agree that said project will specially benefit and serve the Property. Said storm sewer and bank stablization shall be constructed in accordance with the drawings attached hereto as Exhibit A, prepared by Bonestroo, Rosene, Anderlik & Associates, the New Hope City Engineers, and the plans and specifications for City Project No. 468 prepared by Bonestroo, Rosene, Anderlik & Associates dated May 24, 1991. 2. That the entire cost to construct said storm sewer extension and bank stablization shall be borne in full by the Owners, and the cost of the construction shall be based upon the actual costs as that term is hereinafter defined. Actual costs shall be defined to include the construction cost as finally determined, plus legal engineering and administrative costs of 25% of the final construction cost. The Owners acknowledge that the construction contract for said storm sewer extension and bank stablization has been awarded to Veit & Company, Inc. as a part of a larger contract including Fred Sims Park and storm sewer improvements. The base amount of the entire contract is $140,957.20, with the base amount of $10,145.00 for the storm sewer extension and bank stablization,to be constructed on the Property. 18A1026-MISC (99.64680) The Owners acknowledge and agree that the base construction cost may be increased by any change orders authorized by the New Hope City Engineers, and the final contract cost which Onwers agree to pay will include the base construction cost plus the cost of change orders, if any. Therefore, the actual costs for the storm sewer extension and bank stablization project shall be the base amount of $10,145.00 plus any increases due to change orders, plus 259 of the final construction amount as legal, engineering and administrative costs. The New Hope City Council shall by resolution determine the final actual costs of the project. 3. The Owners shall pay for the cost of the project by agreeing to a special assessment levied against the benefited Property pursuant to Minn. Stat. Chap. 429. The special assessment shall be payable in equal annual installments over a period of ten years, with interest on the assessment at a rate of nine percent per annum. In consideration of the City's agreement to construct said storm sewer extension and bank stablization, Owners agree to waive any statutory or common law challenge they may have to the City's authority to specially assess the Owners' Property for the cost of this improvement or the amount of the special assessment as determined pursuant to this Agreement. The Owners acknowledge and agree that the special benefit the Property will receive from this storm sewer extension and bank stablization improvement shall exceed the actual costs as defined herein and that the owners have requested the City to construct this improvement. THE CI Y OF NEW HOPE By It M yor Its City Manager Randall J. HVmn Lor" i H p,rm a n STATE OF MINNESOTA ) > eo. COUNTY OF HENNEpIN ) The was acknowledged before mm this 189 / , by Edw. J. Erickson Donahue, /the Mayor and City Manager, respectively, New Hope, a Minnesota municipal corporation, on municipal corporation. day of and Daniel J. of the City of behalf of said STATE OF MINNESOTA COUNTY OF HENNEPIN foregoing /I The husbao and wife. acknowledged before me this m< day of 199/ , by Randall J. Herman and Lori Herman, THIS DOCUMENT DRAFTED BY: CORRICK & SONDRALL, A PARTNERSHIP OF PROFESSIONAL CORPORATIONS 3811 West Broadway RobbiOsdale, MN 55422 t i i � � I i i i T o 50 100 MH -103 Scale in feet ANIMAL HOSPITAL STORM SEWER IMPROVEMENTS EXHIBIT A Page 1 ANIMAL HOSPITAL STORM SEWER IMPROVEMENTS I........ NOTE :::: I:::::::: ......::::::::::::::....FI�L'�& REGRADE :I.. ........ ....: ...... :�.... . :: :!' :ERODED *AREA: .:: ...... : I M •EXIS,•T1NG• 'MATERIAL: CiN C�DENTAL.).:'::::::::: :::::: :::�:::::::::'..... . : :::!::::::::.j: M H-= •1041... C ..................�. 917:0.. :::: : ::::�s�s.95::::':::::: :::' ......... ......... ....... Ex: PROFILE t + ................... ...:...:: i 91 _ ..._..... ... _ __. ' f�./ : ! ::::: CONNECT Ex. _CMP : ; : :::. .. ::::: TO M H — 104 .....�..:DESIGN�p�Rt��ILE� ..:: :`.........i........:; ::::::::: ....... 'MH 103:�z :125'= 12"::P1�C: SDR :35' .0 2;1:.60% ESTORE Ex•. ;890:0 .... ; I :: ::::::::: :...... :: ......... I O'.WIDE,.... ... I .........:......... :....... ..: RAVEL*TkAII.... :::.. :::::::::: :::::::::z :::::::::i.'::::::::: ..... ....... - �:::::::::j :::::: ::: :: :: :: :: : : : :: ::::�; ......... ......... .........: ....... . _ CL. -5 @Y ! 0.50 % : ' :�__....:�; ......... "' ....... ! :...... :: $0 .. - -- a . . . . : i _1 Ex: 2T: RCP: :SAN.: SEWER : : : : : : : : : . . .. . . . ......_ _ .W t � . . . . . . (VERIFY LOCATION IN FIELD) : ; � . . . . .. . . : t ::::::;::. RER FES :I : : : :.C4'`�:::::0 "a.. :: ::';:::: :::::I 8C u .Yd'. RIP RAP ........ ' + 'M I ...:::: + `r':::::::: I :::::::: : ....... s (INCIDENTAL). ':. ....... ............: :.......j......: :: � .......:. ::::::::: ::' ....... ,.._.. __..__. .. .... . ... ..... ... .. .. ... ... .. . I - -_..._ � 8.60 .......... o : ::,... o'........ :cD' I.........� r (y OCl i�- OQ . . ... . . . . .o 010) . i . . . . . . . . . . . . . . . 2 1 0 EXHIBIT A Page 2 CORRICK LAW OFFICES, P- A. WILLIAM J. CORRICK STEVEN A. SONDRALL, P.A. STEVEN A. SONDRALL MICHAEL R. LAFLEUR MARTIN P. MALECHA WILLIAM C. STRAIT CORRIGH & SONDIRALL A PARTNERSHIP OF PROFESSIONAL CORPORATIONS LAwYERs 3811 WEST BROADWAY Roi3BiNsDAhE, MINNESOTA 55422 TELEPHONE (612) 533-2241 FAX (512) 533-2243 LEGAL ASSISTANTS LAVONNE E. KESKE SHARON D. DERBY Mr. Kirk McDonald August 21, 1991 Page Two Be sure to call me if you have any questions. Sincerely, C_ -. -, 22 -'- : 2 k - - , 'J GY LIAR TIN P. LIALUCHA [EMIONIUMUTO "M s3t2 Enclosures cc: Daniel J. Donahu Valerie Leone 41 Steven A. SondraIT' H mix wy . . . . . . . . 0 EM 17=07 0 M. a] ffl �- W 1 . A storm sewer outlet at the southwest corner of said the bank has been ordered by the Basset Creek Water Management 3. The undersigned are the owners of the property at 37CE Winnetka Avenue North, which is the only property that will bz 4. The undersigned agree to the assessment of the entire cost of this improvement against the property at 3709 Winnetka i. This Petition shall have an effective date of June 7, Otto G. Bonestroo. PE Robert W Rosene. PE. JA Bonestroo Kelm n Gordon, PE. RKnard W Foster. PE. Mark R. Rods PE. Robert C Rusuk AJA Rene m C. PluarL n i n Agnes M Ring A IC P Josepn C Moerlrk. PE. Donald C 8urgarot. PE. Tnomas E Angus PE Jerry D Pertzxn, PE Marvin L Sorvala, PE q R ®S��f.. ferry A Bourdon, PE Howard A. Sarua4 PE. Cecao O+rvKC PE RKharg E. Turner. PE Mark n. Hanson, PE Daniel J. Edgerton, PE. kob aw, en R Dreo PE ■ w Glenn R. Cook. PE. �der'' Thomas E. Noyes PE. K Tea K. Field, PE Michael Mark & Shp, PE. Gary W Moren, PE f& T Rautmann. P.E. Phwp J. Casvve4 PE. "an L Wemen, PE. Robert G. Scnunicnt. PE. Associates M Eberon, CPA Rooert R, Ptetterle. PE. David O Loskota. PE Ismael Martinez PE. Mark D Waves, PE. Kertn R Yapp. PE. Charles n Erickson rnomas W Peterson. PE. Thomas R. Anderson, n.IA Leo M Paoeisky Engineers & Architects Michael C Lyncn, PE. Gary F. Rydnaer. PE. Harlan M. Olson James R Milano, PE. Mae fl Jensen, PE Kennem P Anderson. PE. L. Pnkkp Gravel III, PE, July 22, 1991 City of New Hope 4401 Xylon Ave. N. New Hope, MN 55428 Attn: Mr. Daniel Donahue Re: Fred Sims Park Grading - Project No. 468 Windcrest Apartments Pond Grading, Soo Line R.R., Ditch Cleaning (49th Avenue), Animal Hospital Storm Sewer Fred Sims Basketball Court Our File No. 34118 Dear Dan, Bids were received Monday, July 22, 1991 for the above project. The low bid of the 5 bids submitted is from Veit & Co., Inc. with a total base bid of $140,957.20. Listed below is a breakdown of the low bid compared to the engineer's estimate for each portion: As noted, the most significant difference compared to the engineer's estimate is Fred Sims Park (grading, storm sewer, landscape). The City of Crystal and New Hope have agreed to share in the cost of Fred Sims Parks 50150 (estimated cost $75,000 to $100,000). I have spoke with Bill Monk at the City of Crystal and he is committed to recommend to his council to proceed with the project provided New Hope is comfortable with the cost verse benefit. 34118.cor Page 1. 2335 West Highway 36 • St. Paul, Minnesota 55113 • 612 - 636 -4600 Engineer's Estimate Low Bid Fred Sims Park Grading, Storm Sewer, Landscape $ 89,000 $107,952.00 Soo Line R.R. Ditch Cleaning 4,000 1,864.00 Windcrest Apartments Pond Grading/Cleaning 9,000 12,725.00 Animal Hospital Storm Sewer Extension 10,000 10,145.00 Fred Sims Park Basketball Court 8,000 8,271.20 TOTAL $120,000 $140,957.20 As noted, the most significant difference compared to the engineer's estimate is Fred Sims Park (grading, storm sewer, landscape). The City of Crystal and New Hope have agreed to share in the cost of Fred Sims Parks 50150 (estimated cost $75,000 to $100,000). I have spoke with Bill Monk at the City of Crystal and he is committed to recommend to his council to proceed with the project provided New Hope is comfortable with the cost verse benefit. 34118.cor Page 1. 2335 West Highway 36 • St. Paul, Minnesota 55113 • 612 - 636 -4600 The Soo Line R.R. Ditch Cleaning and Windcrest Apartments (Pond Grading/Cleanino is maintenance type work previously discussed. It should be noted the previous quote for Windcrest Apartments as part of a proposed change order with Science Industry Park was $8,197 compared to this bid of $12,725.00. I am prsently waiting to hear from Shingobee Builders, Inc. if they are still agreeable to do the work based on their previous quote. The work associated with the storm sewer extension at the Animal Hospital is based on a request from the Owner. The City will proceed with this work only if the Owner is agreeabe to its cost and assessment. This work can be deleted by change order at a later date dependent upon the desires of the Owner. If you have any questions, please contact this office. Yours very truly, BONFjSTROO, R SENE, ANDERLIK & ASSOCIATES, INC. s Mar A. Hanson MAH:li Pape 2. 34118.cor 4� 4401 Xylon Avenue North New Hope, Minnesota 55428 Phone: 533 -1521 August 9, 1991 Mr. Randy Herman New Hope Animal Hospital 3709 Winnetka Avenue North New Hope, MN 55427 Subject: ANIMAL HOSPITAL STORM SEWER IMPROVEMENTS Dear Randy: I am enclosing for your information the plan that was prepared by the City Engineer for storm sewer improvements at the Animal Hospital. The plan was developed based on the Bassett Creek Water Management Commission's May 31st letter which stated that the slope downstream of the storm sewer outlet, located near the southwest corner of the site, was severely eroded and that for effective erosion control the slope must be stabilized and the storm sewer outlet must be extended to the bottom of the slope. The plan was developed because you had agreed to the City seeking bids and possibly having the work done through an assessment agreement. The plan includes the installation of two manholes with castings, installation of 125 feet of 12 -inch PVC pipe, a pipe apron with trash guard, rip rap, silt fence, pipe to manhole connections, sod, seedmix and mulch with fertilizer, and restoration of the existing 10 -foot wide gravel trail at the bottom of the slope. The City sought bids on the Fred Sims Park Grading Project and included three minor projects involving drainage improvements along with the park project. The Animal Hospital storm sewer improve- ments was one of the three minor projects included. I have enclosed a tabulation of bids on all the projects for your informa- tion. The lowest total bid on all the projects was submitted by Veit & Co., Inc. for $140,957.20. The Council accepted the low total bid, but the contract was written so that the Animal Hospital work could be deleted by change order, depending upon your desire to either proceed with the City contract or do the work through another contractor. You can see that there were five bids submitted on your project ranging from $7,450 to $14,391. The bid that Veit & Co. submitted was $10,145. I have contacted the low bidder on your work, S. M. Hentges & Sons, to see if they were interested in doing the work (we would delete your work from the Veit contract and prepare a separate agreement with Hentges) , but they have not responded which indicates to me that they are not interested in the work. Family Styled City For Family Living -2- As we discussed, there would be a standard 25% add-on to any bid if it is assessed through the City to cover engineering, legal and administrative expenses, as a good deal of staff time and pro- fessional services have been spent on this project: developing the plan, preparing the assessment agreement, preparing the contracts, etc. Therefore, if you want Veit to do the work and assess it through the City the total cost would be $10,145 + $2,536.25 (25%) or a total of $12,681.25. You had asked if you could send the plan out, seek your own bids, and then have the project assessed. According to the City Attorney, the answer is no. If you want the project placed on the assessment roll it must be performed under a City contract. Please review the enclosed information and let me know as soon as possible if you want to proceed to have the work done and assessed or not. If you want the work done, the City Council needs to approve the assessment agreement and we need to determine the number of years over which the project will be assessed. If you do not want the work done through a City contract or assessed, we will delete the work from the contract and you can make your own arrangements. The decision is totally up to you. Please contact me if you have any comments or questions and thanks for your cooperation. Sincerely, Kirk McDonald Management Assistant/Community Development Coordinator KM/lb Enclosure: Plans and Bids cc: Dan Donahue, City Manager Steve Sondrall, City Attorney Mark Hanson, City Engineer Doug Sandstad, Building Official File: Improvement Project 468 BASSETT CREEK WATER MANAGEMENT COMMISSION Crvstal son. Attorney Curtis A. Pearson. Leonard Kremer, Engineer • Valle 1100 Ist National Bank Place West Barr Engineering Company Medicine Lake Minneapolis, Minnesota 55402 7803 Glenroy Road Minneapolis Minnetonka (General Address) Minneapolis, Minnesota 55439 -3123 New Hope Phone: 612/338 -4200 Phone: 612/830 -0555 Plymouth Fax 612/338.2625 Fax: 612/835 -0501 • Robbinsdale • St. Louis Park May 31, 1991 Mr. Doug Sandstad Building Official JUN 3 199 City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 — RE: Bassett Creek Watershed Erosion Control Inspection New Hope Animal Hospital Dear Mr. Sandstad: We have inspected construction sites and developments in the Bassett Creek Watershed for conformance to erosion and sediment control policies. The slope downstream of the stormsewer outlet located near the southwest corner of the above referenced site has been severely eroded. For effective erosion control, the slope must be stabilized and the stormsewer outlet must be extended to the bottom of the slope. Please contact me at 830 -0555 if you have questions or would like to discuss corrective measures for the site. Sincerely, BASSETT CREEK WATER MANAGEMENT COMMISSION r /1 1 , j , , J ames P. Herbert, P.E. Engineer for the Commission JPH /lah c: Dan Donahue 23 \27 \051 \DS0524.LTR 4401 Xylon Avenue North New Hope, Minnesota 55428 Phone: 533 -1521 June 4, 1991 Dr. Randy Herman 3709 Winnetka Ave. N. New Hope, MN 55427 Dear Randy: Please see the attached order from the Bassett Creek Watershed Management Commission to rebuild, and stabilize the bank downstream (south) of your clinic. Note that they are requiring you to extend the storm sewer pipe and outlet to the bottom of the slope since continued washouts have occurred since the building was built. As the intermediary in this matter, the City of New Hope would be glad to discuss the matter, but defers to the Watershed Commission. Please call James Herbert, Engineer for the Watershed Commission at 830 -0555 or myself at 531 -5122 if you should have any questions. Thanks in advance for your cooperation. Sin rely, D g Sandstad Building Official /Zoning Administrator cc: Daniel J. Donahue, City Manager Mark Hanson, City Engineer File Family Styled City For Family living THIS AGREEMENT, is made and entered into on the 4 rCt day of !&C 1991, by and between the City of New Hope, a MU i ei pal corporation of the State of Minnesota (hereinafter City) and Randall J. Herman and Lori Herman, husband and wife (hereinafter owners): WHEREAS, Owners are the fee owners of certain real estate located in Hennepin County, Minnesota, legally described as follows: Lot 1, Block 1, Tedesco Addition, WHEREAS, the City will construct a storm sewer extension and bank stablization project on the property, and WHEREAS, the City and the Owners wish to enter into an agreement for the assessing of the cost of this project to the Property. NOW, THEREFORE, for full and adequate consideration, the City and Owners agree as follows: Or- =341112=01 ffm STATE OF MINNESOTA ) ss. COUNTY OF HENNEPIN The foregoing was acknowledged before me this �Allu,L day of �Z 199/ , by Randall J. Herman and Lori Herman, husba and wife. CORRICK & SONDRALL, A PARTNERSHD* OF PROFESSIONAL CORPORATIONS 3811 West Broadway Robbinsdale, MN 55422 1 10 n , - Z LLJ Z LLI Q I Ex. r --- - - - --, r ---------- Existing Building L — — — — — — — — — — 12 AMP Ex. CB -------------------- ------ ------------- Existing Parking Lot ------------- — --------------- MH-104 6 1 ANIMAL HOSPITAL STORM SEWER IMPROVEMENTS EXHIBIT A Page I I 0 50 100 Scale in feet ANIMAL HOSPITAL STORM SEWER IMPROVEMENTS ::::::...... .... N — OTE• :..�:: : j......... 1......... I 4 ......... ::::::F'I�t_ & REGRADE " :::::: ::::::::: ::::::::: I :::......: ::.............::::ERODED'AREA: w /. : :: : :: ::::::::: i:........; - EXIS,TING - MATERIAL ......: :'::::.:0 NCjDENTAL).: ::::::::: t::�:::::::::1........:! .. .... ': Mac' 10A1 :::: :::::l 917:0.. .........1918 ..........::::: _ _... ._:........ _............. ! .... ........ . _;_._...__ _ : ,,...�..l. _�_..._ - ..._.__ _._ x.920 ... ...i.........; r. : t ............... .... .... ' .. I , ! ...... t=x.. 112.. AMP' ; .. , .... Ex: PROFILE , :: ' ' ......... . ......::. . ........ 910 .. ' ......... ......:_..: ::. _.�� j ._ ....... ::.......:.......:: :::: : YO M H — 104:::'....... ..... ..:DDS {GN s P�RC��'I�E� • •/" .. ..... ......... ......... � ' ......... _.._.:. . �.i 900 ........ ___. .�_:�__::::: ......... y -1-. , ... -- - ESTORE 'Ex.. :: MH' '103i� 125:-- 12"::PVC: SDR :35 ::0 21:6 :: : O'.WIDE!.... .:..!890 0 i :�' ::::!:::::::: :�:::::::::':::::::::`::::::::: RAVEL..- TkAlf... :_� �.: ' .�._�.:.: -:_:.� ��_ �� :.. ^: "..I_..�:_ 890 r j ......... .........: i.... M ... ^ 44 .._ 1 2., : MCP N •CL..5 _ ,0.50 __ __..: I Ex. 2T: RCP. SAN.. : . . ..... . . ; (VERIFY- LOCATION IN FIELD) . . . . . . . . . . . . . . . . . t . . . . . . . . . °°.::::::.'::::::: I .......... :BCu.Y0.•R1P ::..::: :::: "+ : °1- `T':.......�.......::E . ........:...... RAP ....... ......... wf FILTER •FA ...... ..... v :°?� ..... ° °'. ....... ! ! 870 .... SHA . .. ..... . E• RAIN . :: . :::: ' ::::::::: ::::::::: I : ..._._.._.. i ... , ... Q NCIDENTAQ..''...... :::��......: ::I _......... .......... _.........__....... _. _ ..........._ ....__.......... _.. 04 0a co 2 1 0 X11 COUNCIL • • z i Originating Department City Manager Daniel Donahue By: M Approved for Agenda 11 -12 -91 Agenda Section Consent Item No. 6.11 RESOLUTION ADOPTING ASSESSMENT FOR STORM SEWER IMPROVEMENT AT 3709 WINNETKA AVENUE NORTH This resolution adopts the special assessment against Dr. Herman's property at 3709 Winnetka Avenue North. A public hearing is not required since an "Assessment Agreement" has been entered between the property owner and the City. The $13,068.75 assessment is payable over 10 years at 9% interest. Staff recommends adoption of the resolution. SECOND BY , jr ' Review: Administration: Finance: RESOLUTION NO. 91 -193 RESOLUTION ADOPTING ASSESSMENT FOR STORM SEWER IMPROVEMENT AT AT 3709 WINNETKA AVENUE NORTH WHEREAS, pursuant to that certain Assessment Agreement dated August 23, 1991 between the City and the property owners, the City Council has met and considered the proposed assessment for the storm sewer at 3709 Winnetka Avenue North; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of New Hope as follows: 1. Such proposed assessment, a copy of which is attached hereto and made a part hereof is hereby accepted and shall constitute the special assessment against the lands named therein, and each tract of land therein is hereby found to be benefited by the proposed improvement. 2. Such assessments shall be as follows: a. The assessments shall be payable in equal annual installments extending over a period of ten (10) years, the first of said installments to be payable with general taxes for the year 1992, collectible with such taxes during the year 1992. b. To the first installment shall be added interest at the rate of nine (9 %) percent per annum on the entire principal amount of the assessment from the date of this resolution until December 31 of the year in which such installment is payable. To each subsequent installment, when due there shall be added interest for one year at said rate on the unpaid principal amount of the assessment. C. The owner of any property so assessed may at any time prior to the certification of the assessment or the first installment thereof to the County Auditor, pay the whole of the principal amount of the assessment on such property with interest accrued to the date of payment to the City Finance Director or Assessment Clerk, except that no interest shall be charged if the entire assessment is paid within 30 days from the date hereof; and such property owner may at any time prior to November 15 of any year pay to the County Auditor the entire principal amount of the assessment remaining due with interest accrued to December 31 of the year in which said payment is made. 3. The City Clerk shall forthwith transmit a certified duplicate copy of this assessment to the County Auditor to be extended on the tax list of the County. 1991. Adopted by the City Council this 12th day of November Attest: /Edw. J. , A?riickson, Mayor Valerie Le6 City Clerk WED, OCT 30, 1991, 1:30 PM PAGE i PROPOSED ASSESSMENT ROLLS FOR IMP PROJ #468 S/A # PROPERTY ID ADDN # S/A ASSESSED AMT ------------------------------------------------------ 012354 18- 118 -21 -44 -0037 02528 13,068.75 13,068.75* COUNCIL • N • •' • Originating Department City Manager i Daniel Donahue By: RESOLUTION DECLARING COST TO BE ASSESSED AND ORDERING PREPARATION OF PROPOSED ASSESSMENT IN CONNECTION WITH STORM SEWER IMPROVEMENT AT 3709 WNNETKA AVENUE NORTH Storm sewer and bank stabilization work was necessary at the newly constructed Animal Hospital at 3709 Winnetka Avenue North. On August 26, 1991, the Council adopted the resolution ordering construction (as part of Project #468). Dr. Herman agreed to paying for the entire cost of the project through a special assessment and an Assessment Agreement has been executed. The bid price for the work was $10,145 plus 25% of the construction cost for legal, engineering and administration, or a total estimated cost of $12,681.25. The final cost is $13,068.75 or $387.50 higher than the estimate. Staff recommends adoption of the resolution. TO: f Approved for Agenda 11 -12 -91 SECOND BY Agenda Section Consent Item No. 6.10 f Review: Administration: Finance: all X810 RESOLUTION NO. 91-192 RESOLUTION DECLARING COST TO BE ASSESSED AND ORDERING PREPARATION OF PROPOSED ASSESSMENT IN CONNECTION WITH STORM SEWER IMPROVEMENT AT 3709 WINNETKA AVENUE NORTH WHEREAS, contracts have been let for the construction of the Animal Hospital Storm Sewer Improvement at 3709 Winnetka Avenue North in the City, and WHEREAS, said construction has been completed, and WHEREAS, the cost of said storm sewer construction was $10,455.00 plus legal engineering and administrative costs of 25%, or $2,613.75, for a total cost of $13,068.75. NOW THEREFORE, BE IT RESOLVED by the City Council of the City of New Hope as follows: 1. The City Council hereby determines that, pursuant to an Assessment Agreement dated August 23, 1991 between the City and the property owners, the City shall pay none of said cost, and the sum of $13,068.75 shall be assessed against benefitted property owners based upon benefits received without regard to cash valuation. 2. The City Clerk shall forthwith prepare a proposed assessment in the amount of $13,068.75 against the property. 3. The City Clerk shall, upon the completion of such proposed assessment, notify the Council thereof. Adopted by the City Council this 12th day of November 1991 Edw. r i ckson, Mayor - 14� Attest: Valerie Leone, City Clerk CORRICK LAW OFFICES, PA. WILLIAM J. CORRICK STEVEN A. SONDRALL, P.A. STEVEN A.SONDRALL MICHEAL R. LAFLEUR MARTIN P. MALECHA WILLIAM C STRAIT CORMICK & SONDRALL A PARTNERSHIP OF PROFESSIONAL CORPORATIONS LAWYERS Edinburgh Executive Office Plaza 8525 Edinbrook Crossing Suite #203 Brooklyn Park, Minnesota 55443 TELEPHONE (612) 425-5671 FAX(612)425 -5667 Valerie Leone City Clerk City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 RE: Herman Assessment Agreemen Our File No: 99.64680 1 Enclosed please find the following- LEGAL ASSISTANTS LAVONNE E. KESKE SHARON D. DERBY 1 Resolution Declaring Cost to be Assessed and ordering Preparation of Proposed Assessment in Connection with Storm Sewer Improvement at 3709 Winnetka Avenue North. 2. Resolution Adopting Assessment for Storm Sew Improvement at 3709 Winnetka Avenue North. I As a practical matter, you can prepare the assessment roll before the Council meeting and attach it to the resolution adopting the assessment. Then both resolutions can be considered at the November 12th meeting. Please contact me if you have any questions. Sincerely, Martin P. Malecha sat Enclosures cc: Daniel J. Donahue Kirk McDonald Steven A. Sondrall, Esq. 4401 Xylon Avenue No. New Hope, MN 55428 Attn: Mr. Daniel Donahue Re: Animal Hospital Our File No. 34118 Dear Dan, We have completed the construction for the storm sewer extension at the Animal Hospital located on Winnetka Avenue north of 36th. Listed below is the bid amount compared to the final amount: Animal Hospital Storm Sewer Extension Bid Amount $10,145.00 Final Amount $10,455.00 It's my understanding a flat fee of 25% is to be added for legal, engineering, administration, etc. Therefore, the amount to be assessed is $13,068.75. If you have any questions, please feel free to contact me at this office. Yours very truly, 1301 R OSEI tE, ANL`ErcLIK ASS:�CiA T ES, 11S %. t� Mark A. Hanson MAH:li cc: Larry Watts Marty Malecha, City Atty. 34118.cor Otto G. Bonestroo, P.E. Keith A. Gordon, P.E. Mark R. Rolls, P.E. Rene C. Plumart, A.I.A. Bonestroo Robert W. Rosen, P.E. Richard W. Foster, P.E. Robert C. Russek, A.I.A. Agnes M. Ring, A.I.C.P. JA Joseph C. Andedik, P.E. Donald C. Burgardt, P.E. Thomas E. Angus, P.E. Jerry D. Pertzsch, P.E. Rosene Marvin L. Sorvala, P.E. Richard E. Turner, PE. R. Cook, P.E. Thomas E. Noyes, P.E. Jerry A. Bourdon, P.E. Mark A. Hanson, P.E. Ted K. Field, P.E. Michael T. Rautmann, P.E. Howard A. Sanford, P.E. Daniel J. Edgerton, P.E. Mark A. Seip, P.E. Philip J. Caswell, P.E. Cecilio Olivier, P.E. Robert R. Dreblow, P.E. Gary W. Morien, P.E. Karen L. Wiemeri, P.E. NEM Glenn Associates Robert G. Schunicht, P.E. Susan M. Eberlin, C.P.A. Robert R. PlIefferle, P.E. David O. Loskota, P.E. Ismael Martinez, P.E. Mark D. Wallis, P.E. Keith R. Yapp, P.E. Charles A. Erickson Thomas W. Peterson, P.E. Thomas R. Anderson, A.I.A. Leo M. Pawelsky Michael C. Lynch, P.E. Gary F. Rylander, P.E. Harlan M. Olson Engineers & Architects James R. Maland, P.E. Miles B. Jensen, P.E. October 29, 1991 Kenneth P. Anderson, P. E. L. Phillip Gravel III, P.E. City of New Hope *` t 4401 Xylon Avenue No. New Hope, MN 55428 Attn: Mr. Daniel Donahue Re: Animal Hospital Our File No. 34118 Dear Dan, We have completed the construction for the storm sewer extension at the Animal Hospital located on Winnetka Avenue north of 36th. Listed below is the bid amount compared to the final amount: Animal Hospital Storm Sewer Extension Bid Amount $10,145.00 Final Amount $10,455.00 It's my understanding a flat fee of 25% is to be added for legal, engineering, administration, etc. Therefore, the amount to be assessed is $13,068.75. If you have any questions, please feel free to contact me at this office. Yours very truly, 1301 R OSEI tE, ANL`ErcLIK ASS:�CiA T ES, 11S %. t� Mark A. Hanson MAH:li cc: Larry Watts Marty Malecha, City Atty. 34118.cor Sonestroo Bidder Total Base Bid Rosene now AMerilk & " Associates I Address Telephone No. City, State, Zip Fax. No. Ero� A Ahl� Sr. .., .._ ON 31 FILE NO. 34118 11:30 AM., CD.S.T. Monday, July 22, MI mm ay • �- s I Q reffA m ki I All project clearing and grubbing shall be in accordance with Mn/DOT Standard Specification 2101. Clearing and grubbing for Fred Sims Park shall be included in the lump sum bid for "Clear, grub, & remove debris". Clearing and grubbing for Windcrest apartments shall be considered incidental to "Pond Excavation" and the lump sum bid for "Remove excess material on side slopes & grade smooth". This work shall also include the removal and off-site disposal of previously placed debris in the pond area and on the side slopes. Any clearing and grubbing necessary for the storm sewer construction for the Animal Hospital shall be considered incidental to the cost of the storm sewer. In accordance with Item 9 of the Special Provisions, all prospective bidders are advised to inspect the entire project area prior to bidding. BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. 2335 WEST TRUNK HIGHWAY 36 ST. PAUL, MINNESOTA 55113 34118.ADD Sonestroo Bidder ToW Base Bid Address Telephone No. Rosen NEW Anderlik & " Associates City, State, Zip Fax. No. En & A,&I St. P-1 . MI—M FRED SIMS PARK GRADING, SOO LINE RR DITCJ Data= MIMI! "IMMIrIM- Opening Date. Monday, July 22, 1991 PROPOSAL - Attached is a revised Proposal to be used for bidding purposes adding Part 5 - Fred Sims Park BB Court. CONVOMMM BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. 2335 WEST TRUNK HIGHWAY 36 ST. PAUL, MINNESOTA 55113 34118.PRO �( eonestroo Bidder Veit & Co., Inc. Total Base Bid $138,232.20 ® Rosene Address 14000 Veit Place Telephone No. 428 -2292 �aiIlk City, State, Zip Rog ers, MN 55374 Fax No. 428 -Veit e r p M1 e°" ` """""° St. M ArdO REVISED PROPOSAL FRED SIMS PARK GRADING, SOO LINE RR DITCH WINDCREST APTS. GRADING, AND ANIMAL HOSPITAL STORM SEWER FILE NO. 34118 NEW HOPE, MINNESOTA 1991 Opening Time: 11.:30 A.M., C.D.S.T. Opening Date: Monday, July 22, 1991 Honorable City Council City of New Hope 4401 Xylon Avenue North New Hope, Minnesota 55428 Dear Council Members: The undersigned, being familiar with your local conditions, having made the field inspections and investigations deemed necessary, having studied the plans and specifications for the work including Addenda Nos. 1 & 2 and being familiar with all factors and other conditions affecting the work and cost thereof, hereby proposes to furnish all labor, tools, materials, skills, equipment and all else necessary to completely construct the project in accordance with the plans and specifications on file with your Clerk and Bonestroo, Rosene, Anderlik & Associates, Inc., 2335 W.Trunk Highway 36, St. Paul, Minnesota 55113, as follows: No. Item Unit Qty Unit Price Total Price Part 1 - Fred Sims Park 1 Clear, grub & remove debris 2 Common excavation (P) 3 Remove existing bit. trail or street 4 Remove existing MH or CB 5 Remove existing retaining wall 6 Remove existing conc. curb and gutter LS 1 2,500.00 $ 2,500.00 CY 8,350 5.00 41,750.00 SF 3,110 0.40 1,244.00 EA 5 300.00 1,500.00 SF 200 1.00 200.00 LF 30 2.00 60.00 34118rev.PRO P -1 No. Item Unit Qty Unit Price Total Price 7 Remove 6" storm sewer LF 467 1.00 $ 467.00 8 Remove 42" RCP LF 14 14.00 196.00 9 Remove 33" apron EA 1 250.00 250.00 10 Remove 42" apron EA 1 450.00 450.00 11 T bituminous walk SF 2,330 0.60 1,398.00 12 3" bituminous street patch SF 700 0.90 630.00 13 Cl. 5, 100% crushed, for trail & patch TN 115 12.00 1,380.00 14 Concrete curb and gutter LF 30 20.00 600.00 15 Lower 4" water main LF 110 10.00 1,100.00 16 Lower 4" valve and hydrant LS 1 300.00 300.00 17 Salvage and reinstall 33" RCP LF 18 100.00 1,800.00 18 Salvage and reinstall 72" apron EA 1 1,000.00 1,000.00 19 27" RC pipe, Class 3 LF 253 40.00 10,120.00 20 48" RC pipe, Class 2 LF 18 90.00 1,620.00 21 72" RC pipe, Class 2 LF 12 190.00 2,280.00 22 27" RC pipe apron w /trashguard EA 1 700.00 700.00 23 48" RC pipe apron w /trashguard EA 1 1,600.00 1,600.00 24 27" RC pipe long radius bends EA 12 220.00 2,640.00 25 Mechanical trench compaction LF 367 1.00 367.00 26 Std. 4' dia. MH w /cstg.(MH 101) LS 1 1,100.00 1,100.00 27 Std. 4' dia. MH w /cstg.(MH 105) LS 1 1,100.00 1,100.00 28 Std. 6' dia. MH w /cstg.(MH 102) LS 1 2,000.00 2,000.00 29 2x3 box CB w /R3067V cstg. (CB 106) LS 1 850.00 850.00 30 Connect ex. 42" RCP to MH 102 LS 1 1,250.00 1,250.00 31 Class 3 riprap in place CY 44 75.00 3,300.00 32 Channel construction LF 380 5.00 1,900.00 34118rev.PRO P_2 No. Item Unit Qty Unit Price Total Price 33 Silt fence LF 500 3.00 $ 1,500.00 34 Topsoil borrow (CV) CY 50 25.00 1,250.00 35 Seed mix. special w /mulch& fertilizer AC 3.1 1,200.00 3,720.00 36 Sod with 3" exist. topsoil SY 800 1.50 1,200.00 37 Staked sod with 3" topsoil SY 650 2.00 1,300.00 38 4' high Norway Spruce EA 16 176.00 2,816.00 39 4' high Ponderosa Pine EA 12 154.00 1,848.00 40 2" B &B Sugar Maple EA 4 275.00 1,100.00 41 2" B &B Linden Redmond EA 6 242.00 1,452.00 42 2" B &B Norway Maple EA 7 220.00 1,540.00 43 2" B &B Pin Oak EA 7 242.00 1,694.00 44 2" B &B Marshall Seedless Ash EA 4 220.00 880.0 TOTAL PART 1 - FRED SIMS PARK $107,952.00 Part 2 - Ditch Const. Along Soo Line RR 45 Ditch excavation LF 964 1.00 $ 964.00 46 Seed Mix. No. 500 w /mulch& fertilizer AC 0.3 3,000.00 900.00 TOTAL PART 2 - DITCH CONST. ALONG RR $1,864.00 Part 3 - Windcrest Apts. Pond Grading 47 Pond excavation (CV) CY 300 5.00 $1,500.00 48 Dispose of material off site (LV) CY 500 8.00 4,000.00 49 Remove excess material on side slopes (north & east) & grade smooth LS 1 2,275.00 2,275.00 50 Seed mix. Spec. w /mulch & fertilizer AC 0.4 4,000.00 1,600.00 51 Sod w /3" existing topsoil SY 125 5.00 625.00 TOTAL PART 3 - WINDCREST APTS. POND GRADING $10,000.00 34118rev.PRO P -3 No. Item Unit Qty Unit Price Total Price Part 4 - Animal Hospital Storm Sewer 52 Remove ex. 12" CMP LF 10 11.00 $ 110.00 53 12" PVC, SDR 35 LF 125 23.00 2,875.00 54 12" RC pipe, Class 5 LF 44 30.00 1,320.00 55 12" RC pipe apron w /trashguard EA 1 525.00 525.00 56 Class 3 riprap in place CY 8 75.00 600.00 57 Mechanical trench compaction LF 175 1.00 175.00 58 Std. 4' dia. MH w /cstg.(MH 103) LS 1 1,100.00 1,100.00 59 Std. 4' dia. MH w /cstg.(MH 104) LS 1 1,100.00 1,100.00 60 Connect ex. IT CMP to MH 104 LS 1 450.00 450.00 61 Restore ex. 10' wide gravel trail, 6" thick LS 1 1,000.00 1,000.00 62 Silt fence LF 50 5.00 250.00 63 Seed mix. No. 500 w /mulch & fertilizer AC 0.10 5,000.00 500.00 64 Staked sod w/3 "existing topsoil SY 28 5.00 --140M TOTAL PART 4 - ANIMAL HOSPITAL STORM SEWER $10,145.00 Part 5 - Fred Sims Park BB Court 65 Salvage & reinstall chainlink backstop LS 1 1,000.00 $ 1,000.00 66 Grade & prepare subgrade for BB court and backstop LS 1 600.00 600.00 67 Cl. 5 aggregate base, 100% crushed TN 185 12.00 2,220.00 68 1 -1/2" thick Type 31 bituminous base SF 4,680 0.44 2,059.20 69 1 -1/2" thick Type 41 modified bit. wear SF 4,680 0.50 2,340.00 70 Bituminous material for tack coat GL 26 2.00 52.00 TOTAL PART 5 - FRED SIMS PARK BB COURT $8,271.20 34118rev.PRO P -4 No. Item Unit Qty Unit Price Total Price Total Part 1 - Fred Sims Park Total Part 2 - Ditch Const. Along RR Total Part 3 - Windcrest Apts. Pond Grading Total Part 4 - Animal Hospital Storm Sewer Total Part 5 - Fred Sims Park BB Court TOTAL BASE BID 34118rev.PRO P - $107,952.00 $ 1,864.00 $ 1.0,000.00 $ 10,145.00 $�ZL2Sl $138,232.20 The final amount of the contract shall be determined by multiplying the final measured quantities of the various items actually constructed and installed by the unit prices 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 %)__, which is at least five percent (5 %) of the amount my /our bid made payable to the Owner, and the same is subject to forfeiture in the event of default on the part of the undersigned or failure on the part of the undersigned to execute the prescribed contract and bond within fifteen (15) days after its submittal to me /us. In submitting this bid it is understood that the Owner retains the right to reject any and all bids and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this bid, it is understood that payment will be by cash or check. It is understood that bids may not be withdrawn for a period of 45 days after the date and time set for the opening of bids. It is understood that the Owner reserves the right to retain the certified check or bond of the three lowest bidders as determined by the Owner for a period not to exceed 45 days after the date set for the opening of bids. Respectfully submitted, (A Cor por_ati.oa) Veit & C omoany, Inc. (An Individual) Name of Bidder (A Partnership) (Signed) Vaughn Veit Signer President Title Vaughn Vei Printed Name of Signer 3411Rrev.PRO p_6 0 15 30 W5mmmm=w-- I'll Scale in feet M . 4s F� 1 � i 4� �N, MR REMOVE EX. STORM SEWER NEW HOPE, MINNESOTA FIGURE 1 FRED SI S PAR 34118F01.DWG 12 JULY 1991 COMM. 34118 Advertisement for Bids Information to Bidders Proposal Special Provisions 1700. Adjust Miscellaneous Structures - Specific Requirements 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 2521. Walks - Specific & General Requirements 2531. Concrete Curb and Gutter - Specific & General Requirements 2571. Plant Installation - Specific & General Requirements 2573. Temporary Erosion Control - Specific & General Requirements 2575. Turf Establishment - Specific & General Requirements 23,000. Water Main - Specific Requirements General Requirements 24,000. Sewers - Specific Requirements General Requirements 34118 1-1 101 WO ! RN I Plate 1 -8 Storm Sewer Manhole Plate 1 -9 Junction Manhole Storm Sewer Plate 1 -10 Storm Sewer Junction Manhole with Reinforced Top Slab Plate 1 -19 Type II Catch Basin Plate 1 -25 Bedding Methods for RCP, VCP, & DIP Plate 1 -25A Improved Foundation for RCP, VCP, & DIP Plate 1 -25B PVC Pipe Bedding Plate 1 -28 Flared End Section and Trash Guard Plate 4 -1 Concrete Curb and Gutter Plate 4 -9 B618 Curb & Gutter Construction at Catch Basin Plate 4 -10 Surmountable Curb & Gutter Construction at Catch Basin Plate SP -60 Concrete Collar on Type II Catch Basin Plate SP -61 Seal Between Top Slab & Manhole Section Plate SP -89 Erosion Control (Silt Fence) Plate SP -93 Manhole with Reinforced Center and Top Slab Supplemental Conditions of the Contract Conditions of the Contract W Mark Hanson, i. s• Reg. No. 14260 34118 I -2 ADVERTISEMENT FOR BIDS Sealed bids will be received by the City of New Hope, Minnesota in the City Hall at 4401 Xylon Avenue N. until 11:30 A.M., C.D.S.T., on Monday, July 22, 1991, 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: FRED SIMS PARK GRADING (STORM WATER RETENTION IMPROVEMENTS) - PROJECT NO. 468 12,000 CY Common Excavation 360 LF 72", 48', 33 27" RCP Storm Sewer 50 EA Tree Plantings with miscellaneous 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 (5Z) of the amount of the bid, which shall be forfeited to the City in the event that the bidder fails to enter into a contract. The City Council reserves the right to retain the deposits of the three lowest bidders for a period not to exceed 45 days after the date and time set for the opening of bids. No bids may be withdrawn for a period of forty-five (45) days after the date and time set for the opening of bids. Payment for the work will be by cash or check. Contractors desiring a copy of the plans and specifications and proposal forms may obtain them from the office of Bonestroo, Rosene, Anderlik & Associates, Inc., upon payment of a deposit of $35.00. See "Information to Bidders" for plan/specification deposit refund policy. The City Council reserves the right to reject any and all bids, to waive irregularities and informalities therein and further reserves the right to award the contract to the best interests of the City. Daniel Donahue, Manager City of New Hope, Minnesota 34118S 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 plans and specifications, in good condition, within 15 days of the bid date provided they: a) Were a prime bidder who submitted a bona-fide bid to the Owner, or b) Submitted quotes to at least two prime bidders which are identified with the returned plans and specifications. The following planholders need not return plans and specifications to receive a refund of deposit: z) Low prime bidder, • 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. 1989 General Sonestroo Bidder Total Base Bid now Rosen AAndedik & ssociates " I Address Telephone No. City, State, Zip Fay. No. En A ArChl� St. PaUf� MJ--t. — ---- 0 a= Opening Date: n - M�� Honorable City Council City of New Hope 4401 Xylon Avenue North New Hope, Minnesota 55428 Dear Council Members: The undersigned, being familiar with yo iif local conditions, having made the field inspections and investigations deemed necessa , aving studied the plans and specifications for the work including Addenda Nos. nd being familiar with all factors and other conditions affecting the work and cost ereof, hereby proposes to furnish all labor, tools, materials, skills, equipment and se necessary to completely construct the project in accordance with the plans and s ifications on file with your Clerk and Bonestroo, Rosene, Anderlik & Associates, Inc 335 W.Trunk Highway 36, St. Paul, Minnesota 55113, as follows: No. MP Unit Qty Unit Price Total Price 1 Clear, grub & remove debris 2 Common excavation (P) 3 Remove existing bit. trail or street 4 Remove existing MH or CB 5 Remove existing retaining wall 6 Remove existing conc. curb and gutter 7 Remove 6" storm sewer LS 1 CY 8,350 $ SF 3,110 $ EA 5 $ $— SF 200 $ LF 30 $ LF 467 $ 34118TRO P-1 No. item unit Oty Unit Price Total Price 8 Remove 42" RCP LF 14 9 Remove 33" apron EA 1 10 Remove 42" apron EA I 11 2" bituminous walk SF 2,330 12 3" bituminous street patch SF 700 13 Cl. 5, 100% crushed, for trail & patch TN 115 14 Concrete curb and gutter LF 30 15 Lower 4" water main LF 110 16 Lower 4" valve and hydrant LS 1 17 Salvage and reinstall 33" RCP LF 18 18 Salvage and reinstall 72" apron EA 1 $ 19 27" RC pipe, Class 3 LF 253 20 48" RC pipe, Class 2 LF 18 21 72" RC pipe, Class 2 LF 12 $ $ 22 27" RC pipe apron w/trashguard EA 1 23 48" RC pipe apron w/trashguard EA 1 24 27" RC pipe long radius bends EA 12 25 Mechanical trench compaction LF 367 $ 26 Std. 4' dia. MH w/cstg.(MH 101) LS 1 $- 27 Std. 4' dia. MH w/cstg. (MH 105) LS 1 $ 28 Std. 6' dia. MH w/cstg. (MH 102) LS 1 $ 29 2x3 box CB w/R3067V cstg. (CB106) LS 1 $ 30 Connect ex. 42" RCP to MH 102 LS 1 31 Class 3 riprap in place CY 44 32 Channel construction LF 380 $ $ 33 Silt fence LF 500 $- 34118TRO P-2 No. item Unit Qty unit Price Total Price 34 Topsoil borrow (CV) CY 50 $ 35 Seed mix. special w/mulch& fertilizer AC 3.1 $ 36 Sod with 3" exist. topsoil SY 800 37 Staked sod with 3" topsoil SY 650 $ 38 4' high Norway Spruce EA 16 $ 39 4' high Ponderosa Pine EA 12 40 2" B&B Sugar Maple EA 4 $ 41 2" B&B Linden Redmond EA 6 $- 42 2" B&B Norway Maple EA 7 $ 43 2" B&B Pin Oak EA 7 44 2" B&B Marshall Seedless ASh EA 4 $ Total Part 1 - Fred Sims Park $ 45 Part 2 - Ditch Const. Alollg Soo Line RR Ditch excavation LF 964 46 Seed Mix. No. 500 w/mulch& fertilizer AC 0.3 Total Part 2 - Ditch Const. Along RR Part 3 - )Yindgre5t Ants. Pond!GCiradin 47 Pond excavation (CV) CY 300 48 Dispose of material off site (LV) CY 500 49 Remove excess material on side slopes (north & east) & grade smooth LS 1 50 Seed mix. Spec. w/mulch & fertilizer AC 0.4 $ 51 Sod w /3" existing topsoil SY 125 Total Part 3 - Winderest Apts, Pond Grading 34118TRO P-3 No. item Unit Total Part I - Fred Sims Park Total Part 2 - Ditch Const. Along RR Total Part 3 - Windcrest Apts. Pond Grading Total Part 4 - Animal Hospital Storm Sewer TOTAL BASE BID Qty Unit Price Total Price 10 Part 4 - Animal Hospital Storm Sewer 50 52 Remove ex. 12" CMP LF 53 12" PVC, SDR 35 LF 54 12" RC pipe, Class 5 LF 55 12" RC pipe apron w/trashguard EA 56 Class 3 riprap in place CY 57 Mechanical trench compaction LF 58 Std. 4' dia. MH w/cstg. (MH 103) LS 59 Std. 4' dia. MH w/estg. (MH 104) LS 60 Connect ex. 12" CMP to MH 104 LS 61 Restore ex. 10' wide gravel trail, 6" thick LS 62 Silt fence LF 63 Seed mix. No. 500 w/mulch& fertilizer AC 64 Staked sod w /3" existing topsoil SY Total Part 4 - Animal Hospital Storm Sewer Total Part I - Fred Sims Park Total Part 2 - Ditch Const. Along RR Total Part 3 - Windcrest Apts. Pond Grading Total Part 4 - Animal Hospital Storm Sewer TOTAL BASE BID Qty Unit Price Total Price 10 -- $- 50 125 0.10 $ 44 $ 1 8 $ 175 $ 1 $ $ 1 1 I -- $- 50 0.10 $ 28 $ 34118.PRO P-4 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 $ , which is at least five percent (5%) of the amount my/our bid made payable to the Owner, and the same is subject to forfeiture in the event of default on the part of the undersigned or failure on the part of the undersigned to execute the prescribed contract and bond within fifteen (15) days after its submittal to me/us. In submitting this bid it is understood that the Owner retains the right to reject any and all bids and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. i 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) (An Individual) Name of Bidder (A Partnership) Signer Title Printed Name of Signer 34118TRO P-5 1700. ADJUST MISCELLANEOUS STRUCTURES General Requirement 1700.1. DESCRIPTION: This work shall consist of adjusting manholes, removing and replacing frames, adjusting catch basins and gate valve boxes. 1700.2. LOCATION: The plans indicate the locations of each manhole, catch basin and gate valve within the project. The necessary vertical adjustments will be determined by the Engineer, and generally as indicated on the schedule of adjustments. The Contractor shall be responsible for the protection of all existing structures during the course of the work. The Engineer shall assist with the initial location of all manholes, catch basins and gate valve boxes. The Contractor along with the Engineer and a representative of the Owner shall inspect all manholes, catch basins and gate valve boxes prior to beginning construction. Any foreign material found in these structures will be removed immediately by the Owner's forces. Thereafter, the Contractor will be responsible for removing any such foreign material which may enter the structures during the construction period. 1700.3. CONSTRUCTION REqj! I REMENZS. 1700.3.1. Where existing frame is within 0.10 feet of plan grade no adjustment is to be made. In such cases the crown or gutter shall be either lowered or raised, as the case may be, to put the street and frame at the same grade. Where the frame must be adjusted upward the Contractor shall accomplish this adjustment with standard concrete adjustment rings of the same size as the cone or slab opening. Each adjusting ring shall be placed in a full mortar bed with the frame also resting in a full mortar bed. Adjusting rings needed to raise the casting to grade shall be incidental to the adjust item. IMIM a 3/89-GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. MUM 3/89-GENERAL Copyright 1989 Bonestroo, osene, Anderlik R & Associates, Inc. 1700.4.4. Adjust Valve Boxes: Adjusting valve boxes will be measured by the number of valve boxes adjusted. 1700.4.5. Valve Box Extensions: Valve box extensions shall be measured by the lineal feet of extensions furnished and installed. 1700.5. BASIS OF PAYMENT: Payment for manhole and valve adjustments at the contract unit price shall be payment in full for all costs incidental o these items. Payment shall be made based on the following schedule: Item No. Item Unit 1700.501 Adjust Manhole & Catch Basin Frames Each 1700.502 Remove and Replace Manhole & Catch Basin Frame Each 1700.503 Reconstruct manhole Lin.ft. 1700.504 Adjust Valve Boxes Each 1700.505 Valve Box Extensions Lin.ft. End of Section 1700-3 3/89-GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,000. WATER MAIN General Requirements 23,000.1. DESCRIPTION: This work shall consist of the construction of water mains in accordance with the requirements of the Contract. Under the number- ing system used herein number 23,000.2. - 23,000.2.G inclusive, deal with MATERIALS; 23,000.3. - 23,000.3.LB inclusive, deal with CONSTRUCTION REQUIRE- MENTS; 23,000.4. - 23,000.4.1. inclusive, deal with METHOD OF MEASUREMENT AND PAYMENT. It is intended that when the Standard Specifications do not cover the subject matter necessary to be covered that the additional numbers in the appropriate section may be utilized in the "Specific Requirements" and the numerical sequence preserved. 23,000.1.A. WORK INCLUDED: The Contractor shall, unless otherwise specified, furnish all materials, equipment, tools and labor necessary to do the work required under his contract and unload, have and distribute all pipe, fit- tings, valves, hydrants 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 ground water; provide barricades, guards, and warning lights; lay and test the pipe, fittings, valves, hydrants 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 and other structures encountered in the installation of the work. All the work to completely construct the water facilities shall be done in strict accordance with the contract documents to which these General Requirements are a part. 23,000.1.B. SPECIFICATION REFERENCE: In these General Requirements reference is made to the Minnesota Department of Transportation Specifications which shall mean the "Standard Specifications for Construction, 1988 Edition", and subsequent amendments. 23,000.2. MATERIALS: The materials used in this work shall be new and conform to the requirements for kind and size of material specified herein or as altered in the "Specific Requirements", "Special Provisions" and "Proposal". 23,000.2.A. DUCTILE IRON PIPE: All ductile iron pipe shall be in !accordance with AWWA 0151 of the Class as shown an the plans, "Specific Requirements", and/or "Proposal". All pipe shall be furnished with standard thickness cement mortar lining conforming with AWWA 0104. All pipe shall have push-on joints as specified in AWWA Cill and shall be electrically conductive. 23,000-1 2300OG Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,000.2.B. CAST IRON FITTINGS: All fittings shall be mechanical joint unless otherwise indicated and shall be in accordance with AWWA C110. All fittings shall be designed for not less than 250 psi working pressure and shall have a standard thickness cement mortar lining conforming with AWWA C104. Ductile iron compact fittings as specified in C153 with standard thick- ness lining are acceptable in lieu of cast iron fittings. 23,000.2.0. RUBBER GASKETS: Rubber gaskets for mechanical joints and push -on joints shall conform to AWWA C111 and shall be designed and manufactured to exact dimensions to assure a liquid -tight joint. All joints shall be in- stalled with an electrical contact through every joint. 23,000.2.D. FIRE HYDRANTS: All hydrants shall be of a uniform make. The following information will be furnished in the "Specific Requirements ": (1) Size of valve opening; (2) Depth of trench and cover; (3) No. and size of hose connections; (4) No. and size of steamer connections; (5) Size and type of pipe connections; (8) Direction of opening; (7) Type of threads, hose connec- tions; (8) Type of threads, steamer connection; (9) Shape and size of opera - ting nut; (10) Open or closed drain holes; (11) Hydrant accessories such as flags, wrenches or drain pumps. 23,000.2.E. GATE VALVE AND BOX: Gate valves shall be bronze mounted, iron body valves conforming with requirements of AWWA 509. All valves shall have O -ring seals with non - rising stems and shall open to the left. Valves shall be equipped with mechanical joint ends in accordance with AWWA 0111. Valve boxes shall be cast iron, screw -type, adjustable for 7 -1/2 foot depth of cover. Valves and boxes shall be considered as integral units. Gate valve boxes shall be three piece, Clow F- 2450H, Mueller J- 10380, or equal. 23,000.2.F. BUTTERFLY VALVE AND BOX: Butterfly valves shall be cast iron body rubber seated, tight closure valves in accordance with AWWA C504. Butterfly valves shall be furnished with mechanical joint ends conforming to AWWA C111. The valve operator is an integral part of the butterfly valve and shall be constructed to operate without maintenance under ground water conditions. Valve operators shall be manufactured by the valve manufacturer and /or in valve sizes 20 inch diameter and larger shall be equal to 90 worm gear actuators as manufactured by Limitorque Corporation or equal for buried service. Valve boxes shall be cast iron and shall be two or three piece type with screw adjustable top section for 7 -1/2 foot depth of cover. == 23000G Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,000.2.G. GRANULAR MATERIALS: Materials used for improved pipe foundation of pipe bedding shall meet the requirements of Mn/DOT Specification 3149H Course Filter Aggregate, except that hard, durable crushed carbonate quarry rock may also be used. The material shall have the following crushing requirements: Not less than 50Z of the material, by weight, that is retained on the No. 4 sieve shall have one or more crushed faces. 23,000.3. CONSTRUCTION REQUIREMENTS: 23,000.3.A. INSPECTION: 23,000.3.A1. Of Materials at Delivery Point: During the process of unload- ing, all pipe and accessories shall be inspected by the Contractor for loss or damage in transit. 23,000.3.A2. Field Inspection: All pipe and accessories shall be laid, jointed, disinfected and tested for defects and leakage in the manner herein specified. 23,000.3.A3. Disposition of Defective Material: All material found during the progress of the work to have cracks, flaws or other defects will be rejected by the Engineer and the Contractor shall promptly remove from the site of the work such defective material. 23,000.3.B. CONTRACTOR'S RESPONSIBILITY FOR MATERIAL: 23,000.331. 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 in handling after delivery by the manufacturer. This shall include the furnishing of all material and labor required for the replacement of installed material discovered defective prior to the final acceptance of the work. 23,000.3.B2. 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. 23,000.3.C1. General: Pipe and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the project by the Contractor. They shall at all times be handled with care to avoid damage. 2300OG Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,000.3.D. ALIGNMENT & GRADE & UNDERGROUND, SURFACE & OVERHEAD UTILITIES 23,000.3.D1. General: All pipe shall be laid and maintained to the required lines and grades; with hydrants, valves and fittings at the required loca- tions; and with joints centered and spigots home; and with all valve and hydrant stems plumb. 23,000.3.D2. Existing Utilities: Existing water and sever mains, and other underground utilities, are shown on the plans only by general location. The. Owner does not guarantee the locations as shown on the plans, nor is it guaranteed that all utilities are shown. 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 responsi- bility, 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. 23,000.3.D3. Deviations Occasioned by Other Utility Structures: Wherever existing utility structures or branch connections leading to main severs 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 instan- ces 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 appli- cable. 23,000.3.D4. Deviation with Engineer's Consent; No deviation shall be made from the required line or grade except with the written consent of the Engi- neer. 23,000.3.D5. Subsurface EEploration: It shall be the Contractor's responsi- bility to determine and verify the location of existing pipes, valves or other underground structures as necessary to progress with the work with no addi- tional compensation allowed. The Engineer shall make all known records available. All known utilities are designated on the plans in a general way as stated in Section 23,000.3.D2. 2300OG Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,000.3.D6. Overhead Utilities and Obstructions: Overhead utilities, poles, etc. shall be protected against damages 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 Requirements". It will be the duty of the Contractor to visit the site and make exact determination of the existence of any such facilities prior to the submission of his bid. 23,000.3.E. EXCAVATION AND PREPARATION OF TRENCH: 23,000.3.E1. Description: The trench shall be dug to the alignment and depth shown on the plans and only so far in advance of pipe laying as Engineer shall specify in the "Specific Requirements". The trench shall be so braced (Section 23,000.3.E10.) and drained that workmen may work safely and efficiently there- in. The discharge pipes shall be led to natural drainage channels. 23,000.3.E2. Width: The trench width 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 proper- ly and the backfill to be placed and compacted properly. The minimum width of unsheeted trenches at the top of the pipe shall be 30 inches, and for pipe 12 inches in diameter or larger it shall be one foot greater on each side of the nominal diameter of the pipe. All trenches shall be excavated to conform to the requirements of the State Industrial Commission or the Office of OSHA, whichever is more restrictive. 23,000.3.E3. Pipe Foundation in Good Soil: 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 a bearing for its full length. Bell holes shall be excavated to insure the pipe resting for its entire length upon the bottom of the trench and to permit jointing to be made properly. 23,000.3.E4. 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. 23,000.3.E5. Pipe Foundation in Poor Soil: When the trench bottom at sub- grade is soft and, in the opinion of the Engineer cannot support the pipe, a further depth and/or width shall be excavated and refilled to pipe foundation grade with well compacted granular materials for improved pipe foundation. 2300OG Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. It shall be the Contractor's responsibility to notify the Engineer of changing soil conditions which may be of poor bearing capacity and when organic soils are encountered. Where utilities are placed on unstable soils without notifi- cation of the Engineer, the Contractor shall be responsible for all repairs and correction of the installation without further compensation. 23,000.3.E6. Pipe Clearance in Rock: Ledge rock, boulders and large stones shall be removed to provide a clearance of at least 6 inches on each side of all pipe and appurtenances for pipe 16 inches or less in diameter; for pipes larger than 16 inches a clearance of 9 inches below and clear width of 9 inches on each side of inside diameter of pipe shall be provided. Adequate clearance for properly jointing pipe laid in rock trenches shall be provided at bell holes. 23,000.3.E7. Pipe Foundation in Rock: The space between the bottom of the trench and rock and the bottom of the pipe shall be backfilled with granular base material thoroughly tamped. Generally speaking, the material from the trench excavation other than rock or boulders 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 when ordered by the Engineer. Weight slips shall be delivered to the Engineer daily. 23,000.3.E8. 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 of any boulders or concrete or masonry structure (except concrete pavement, curb, gutter and sidewalk) exceeding one -half (1/2) cubic yard in volume that may be encountered in the work. 23,000.3.E9. Blasting Procedure: Blasting for excavation will not proceed until the Contractor has notified the Engineer of the necessity so to do, such notification shall in no manner relieve the Contractor of the hazards and liability contingent on 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. 23,000.3.E10. Braced and Sheeted Trenches: Sheeting, bracing, etc. shall be put in place and maintained as may be required to support the sides of the excavation and to prevent any movement which may in any way endanger person- nel, insure or delay the work, or endanger adjacent buildings or other structures. Where sheeting and bracing are used, the trench width shall be increased accordingly. Trench sheeting shall remain in place until pipe has E= 23000G Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. been laid, tested for defects and repaired if necessary, and the earth around it compacted to a depth of one foot or over the top of the pipe. It shall be the Contractor's responsibility and duty to be familiar with local and state laws and municipal ordinances relating to this type of work and he shall assume the responsibility for compliance therewith. 23,000.3.Ell. Manner 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. 23,000.3.E12. Barricades. Guards, and Safety Provisions: To protect persons from injury and to avoid property damage, adequate barricades, construction signs, fences, flashers and guards as required shall be placed and maintained during the progress of the construction work and until it is safe for traffic to use the trenched roadway. 23,000.3.E13. Traffic and Utility Controls: Excavations for pipe laying operations shall be conducted in a manner to cause the least interruption to traffic. Hydrants under pressure, valve boxes, curb stop boxes, fire or police call boxes or other utility controls shall be left unobstructed and accessible during the construction period. 23,000.3.E14. Private Pro Protection: Trees, fences, poles and all other private property shall be protected unless their removal is authorized and any property damage shall be satisfactorily restored by the Contractor or adequate compensation therefore shall be the responsibility of the Contrac- tor. Where tree trimming is required, all cut surfaces one inch or more in diameter shall be covered with a coat of asphalt paint. 23,000.3.E15. Interruption of Water Services: No valve or other control on the existing system shall be operated for any purpose by the Contractor with- out approval of the Engineer and all consumers affected by such operation shall be notified by the Contractor at least an hour before the operation and be advised of the probable time when service will be restored. 23,000.3.E.16. Tunneling, Jacking or Excavation Other Than Open Trench: Where pipe cannot be placed by open trench excavation, the method for placing shall be stated in the "Specific Requirements". 23,000.3.E17. Manner of Handling Pipe and Accessories Into Trench: Proper implements, tools and facilities satisfactory to the Engineer shall be pro- vided and used by the Contractor for the safe and convenient prosecution of the work. 23,000.3.E18. Before lowering and while suspended, the pipe shall be carefully inspected for defects and cracks. Any defective, damaged or unsound pipe shall be rejected. 2300OG Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,000.3.E19. Pipe Kept Clean: All foreign matter or dirt shall be removed from the inside of the pipe before it is lowered into its position in the trench, and it shall be kept clean by approved means during and after laying. 23,000.3.E20. Preventing Trench Water From Entering Pipe: All openings along the line of water main shall be securely closed, as directed, and at the sus- pension of work at any time, suitable stoppers shall be placed to prevent earth or other substances from entering water main. 23,000.3.E21. Railroad and Highway Crossings: When any railroad or highway is crossed, all precautionary construction measures required by the Railroad and Highway Department shall be followed. Railroad or highway crossings shall be jacking or tunneling and construction and permit requirements shall be as stated in the "Specific Requirements". 23,000.3.E22. Unsuitable Conditions for Laving Pipe: No pipe shall be laid in water or when the trench conditions are unsuitable for such work. 23,000.3.F. JOINTING: All jointing of mechanical joint pipe and push-on joint pipe shall be in accordance with the requirements of A.W.W.A. Speci- fication C600. 23,000.3.F1. Preparation of Pipe Ends: Before laying the pipes, the outside of the spigot and the inside of the bell shall be wire brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are made. 23,000.3.G. SETTING VALVES, VALVE BOXES AND FITTINGS 23,000.3.G1. General: Valves and pipe fittings shall be set and jointed to new pipe in the manner heretofore specified for cleaning, laying and jointing pipe. 23,000.3.G2. Setting Valves: All valves shall be set where directed by the Engineer. Valves and boxes shall be supported on a concrete block as shown on the detail drawings. Valve boxes shall be maintained centered and plumb over the operating nut of the valve. Tops of the valve boxes shall be set flush with the existing surface and shall be set so as to provide 12 inches of up- ward adjustment. Each valve box shall be marked with a 4" x 4" timber, 6' long set with 2 feet of the post exposed above grade. 23,000.3.H. SETTING HYDRANTS: 23,000.3.H1. Location: All hydrants shall be set where directed by the engineer. A grade stake and location stake will be provided by the Engineer at each hydrant. No hydrant shall be set until such a grade stake has been placed. 2300OG Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,000.3.H2. Procedure: All hydrants shall be supported on an 8 inch concrete block or equal concrete base. Each hydrant shall be braced as shown on the detail drawings. After each hydrant has been set, there shall be placed around the base of the hydrant, not less than one cubic yard of gravel or crushed rock from which all fine material has been removed. A layer of polyethylene, minimum 4 mil. thickness, shall be carefully placed over the rock to prevent the backfill from entering the voids in the drain rock. All hydrants must be maintained in a plumb position during the backfilling opera- tion. 23,000.3.1. ANCHORAGE OF BENDS, TEES AND PLUGS: 23,000.3.I1. General: All bends, tees, hydrants and plugs shall be securely braced against undisturbed soil using timbers, precast concrete block with wooden wedges or poured in place concrete thrust blocks. Method of anchorage must be reviewed with and approved by the Engineer prior to backfilling. 23,000.3.J. TESTING PIPE LINES: 23,000.3.J1. Pressure During Tests: After the pipe has been laid and back- filled as specified, all newly laid pipe, or any valved section of it shall, unless otherwise specified, be subjected to hydrostatic or air pressure of 150 lbs. per square inch. The test must be conducted under the observation of the Engineer and with his approval. 23,000.3.J2. Duration of Pressure Test: The duration of each pressure test shall be at least two (2) hours. 23,000.3.J3. Procedure: All pipe or sections thereof shall be slowly filled with water from a safe source if a hydrostatic test is used, and the specified test pressure, measured at the lowest point of elevation, shall be applied by means of a pump connected to the pipe in a satisfactory manner. The pump, pipe connection, taps, gauges and all necessary apparatus shall be furnished by the Contractor. Gauges and measuring devices must meet with the approval of the Engineer. The test gauge shall be calibrated in one pound increments and operate smoothly and accurately. 23,000.3.J4. Ex Air Before Test: Before applying hydrostatic test pressure, all air shall be expelled from the pipe. To accomplish this, taps shall be made, if necessary, at points at highest elevation and afterward' tightly plugged. 23,000.3.J5. Examination Under Pressure: Any cracked or defective pipes, fittings, valves or hydrants discovered in consequence of the pressure test shall be removed and replaced by the Contractor with sound material in the manner provided and the test shall be repeated until satisfactory to the Engi- neer. 2300OG Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,000.3.J6. Permissible Leakage: A drop in pressure over a 30 minute test period exceeding 3 pounds shall be cause for rejection of the project. All leaks shall be corrected and the test repeated until the pressure drop is within the 3 pound limit. 23,000.3.J7. Conductivity: Conductivity shall be provided throughout the water system by use of copper straps or approved conductive gaskets with copper inserts. All fittings shall be mechanical joint with copper straps. Lead tipped gaskets will not be approved for conductivity. Copper jumper straps between sections of pipe shall be not less than 1/16" x 3/4" strap bolted to shop welded pipe straps of the same size. Bolts shall be 5/16" diameter bronze. For all locations where shop welded straps are not available, field welds shall be made using the Cadweld method with size 32 cartridge. Each field weld shall be properly made after filing the surface of the pipe to a clean bare metal over the entire area of the weld. Straps bolted to mechanical joint fittings shall be not less than 1/16" x 1 -1/2 ". All straps shall be securely fastened and backfill placed so as to not damage the conductivity. Conductivity test shall be performed on all mains after they have been pres- sure tested and are full of water at normal operating pressure. A direct current of 350 amps at 30 volts shall be passed through the line for 4 minutes. Current flow shall be measured continuously on a suitable ammeter and shall remain steady without interruption or excessive fluctuation through- out the period. At the end of the 4 minute period, the current shall be raised to 400 amps for 1 minute without fluctuation. Insufficient current or wide fluctuations of ammeter needle shall be evidence of defective conduc- tivity which shall be isolated, corrected and retested. Acceptable equipment for the test shall be arc welding machines with adequate sized cables to carry the test current without voltage drop or overheating. Conductivity test shall be carried out in the presence of the Engineer or his duly authorized agent. Caution shall be exercised at all times when working with electrical equipment and wires during the conductivity test. 23,000.3.x. DISINFECTION: 23,000.3.x1. General: After completion of the installation and testing, the Contractor shall disinfect the new pipe, valves and fittings as described in A.W.W.A. Specification No. C651 by use of the Tablet Method which is generally described as follows: The Contractor shall place hypochlorite tablets in each section of pipe and also in hydrants, hydrant branches and other appurtenances during construc- tion. The tablets shall be attached to the top of the pipe with an adhesive such as "Permatex" No. 1 or other approved material. 23000G Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. When the installation has been completed, the main shall be filled with water at a velocity of less than 1 foot per second. This water shall remain in the pipe for at least 24 hours. After the 24 hour .retention period, the heavily chlorinated water shall be flushed from the main until the chlorine concentra- tion in the water leaving the main is less than 1 ppm. Tests are required to determine chlorine residual at the end of the 24 hour retention period and after flushing to ascertain that the heavily chlorinated water has been removed from the pipeline. At the end of the 24 hour retention period, the main shall contain not less than 10 ppm chlorine. The number of tablets required per 20 foot length of pipe based on 3k grain available chlorine per tablet is as follows~ Diameter No. _ Tablets 4" 1 6" 2 8" 3 10" 4 12" 5 16" 9 18" 12 20" 14 24" 20 After final flushing and before the main is placed in operation, samples shall be collected and tested to show the absence of coliform organisms. If the initial disinfection fails to produce satisfactory bacteriological samples, the main shall be reflushed and resampled. If further samples show the presence of coliform organisms, then the mains shall be rechlorinated by the continuous feed or slug method of chlorination until satisfactory results are obtained. 23,000.3.L. BACKFILLING, CLEANING UP AND MAINTAINING SURFACES: 23,000.3.L1. Backfilling Procedure at Pipe Zone: Granular material or other suitable backfill material free from rocks, boulders and other unsuitable sub- stances shall be deposited in the trench simultaneously on both sides of the pipe for the full width of the trench to a height of at least six (6) inches above the top of the pipe. The backfill shall be hand placed and thoroughly compacted to fill all spaces under and adjacent to the pipe. 23000G Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,000.3.L2. 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 mate- rials 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 Contrac- tor. On traveled streets, completed backfill shall be rolled by wheel type or crawler type equipment weighing not less than 6 tons. Surface shall be main- tained 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. 23,000.3.1.3. Backfilling Procedure Above Pipe Zone: (Type "b ") 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 could cause excessive settlement. This type of back- filling 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. 23,000.3.L4. Procedure Where No Settlement is Allowable: (Type "c ") Succeeding layers of backfill may contain coarser materials and shall be free from pieces of rocks, concrete or clay lump more than one -third 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. 23,000.3.L5. 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 approxi- mately 6 inches, tamped by mechanical means to the density specified in the Specific Requirements. It shall be the duty of the Contractor to remove excavated materials not used in backfilling to a location as designated in the "Specific Requirements ". 23,000.3.L6. Deficiency of Backfill, By Whom Supplied: Any deficiency in the quantity of material for backfilling the trenches or for filling depressions caused by settlement shall be supplied by the Contractor with no extra compen- 230000 Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. sation allowed. Any settlement which occurs shall be refilled by the Contrac- tor. Material shall be at the Contractor's expense and of a material approved by the Engineer. 23,000.3.L7. Restoration of Surface: All surfaces shall be returned to the original grade and contour. Any excess dirt caused by displacement due to structures shall be removed by the Contractor to a location as designated with no extra compensation. 23,000.3.L8. Cleaning Up: Surplus pipe line material, tools and temporary structures shall be removed by the Contractor and all dirt and rubbish caused by his operations and excess earth from excavations shall be hauled to a dump provided by the Contractor and the construction site shall be left to the satisfaction of the Engineer. Clean up operations shall be accomplished promptly after tests are completed. 23,000.4. METHOD OF MEASUREMENT AND PAYMENT: 23,000.4.A. PIPE IN PLACE: Pipe will be paid for at the contract price per linear foot, which shall include the cost of furnishing all pipe, rubber gas- ket, joints and other material and of delivering, handling, laying, trenching, bedding, backfilling, compaction, testing and all material or work necessary to install the pipe complete in place at the depth above specified. The length of pipe for which payment is made shall be the actual overall length measured along the axis of the pipe without regard to intervening valves or fittings. All jacking shall be paid for at the contract unit price per linear foot which shall include both the water pipe and the casing under roadway and railroad, complete as specified previously under Section 23,000.3.E21. Payment shall be made for the jacking length specified unless unforseen conditions require a change in length of jacking. 23,000.4.8. CAST IRON FITTINGS: Cast iron specials will be paid for at the contract price per pound installed, said weights to include fittings, glands, bolts and gaskets. Payment for cast iron fittings shall be for the published weights of mechanical joint fittings as listed in A.W.W.A. C110. If ductile iron fittings are used, the weight for payment shall be the equivalent cast iron weight. 23,000.4-0. HYDRANTS: Hydrants will be paid for at the contract unit price per hydrant installed complete with gravel, concrete base and bracing, but does not include the auxiliary hydrant valve which shall be paid for under another item of these specifications if required. 23,000-13 2300OG Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,000.4.D. GATE VALVES AND BOXES: Gate valves and boxes, including exten- sions, will be paid for at the contract unit price per valve and box installed for each size. 23,000.4.E. BUTTERFLY VALVES AND BOXES: Butterfly valves, operators and boxes, including extensions, will be paid for at the contract unit per valve and box installed for each size. 23,000.4.F. IMPROVED PIPE FOUNDATION MATERIAL: The additional granular material required below the specified bedding shall be paid for per lineal foot of improved pipe foundation placed for each six (6) inch thickness of granular material placed. 23,000.4.G. ROCK EXCAVATION: If rock is encountered in the trench, such rock excavation shall be measured by volume'in cubic yards and shall be measured from the top of the rock to a point six (6) inches below the bottom of the pipe and twelve (12) inches from each side of the inside diameter of the pipe. The minimum trench width of the rock excavation shall be 36 inches. Payment shall be at the contract unit price per cubic yard. 23,000.4.H. SAND CUSHION: Granular material used for a sand cushion in areas of rock excavation where suitable materials are not available on site shall be paid for at the contract unit price per ton of material deposited under and around the pipe. 23,000.4.I. SPECIAL STRUCTURES AND APPURTENANCES: Basis of payment for special structures and appurtenances not included above shall be stated in the "Special Provisions ", "Specific Requirements" and /or "Proposal ". End of Section 23,000 -14 23000G Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000. SEWERS General Requirements 24,000.1. DESCRIPTION: This work shall consist of the construction of sewers in accordance with the requirements of the Contract. Under the numbering sys- tem used herein numbers 24,000.2 - 24,000.2.N inclusive, deal with Materials; 24,000.3 - 24,000.7.A inclusive, deal with Construction Requirements; 24,000.8 - 24,000.8.K inclusive, deal with Method of Measurement and 24,000.9 - 24,000.9.M, inclusive, deal with Basis of Payment. It is intended that when the Standard Specifications do not cover the subject matter necessary to be covered, additional numbers in the appropr., iate section may be utilized in the Specific Requirements and the numerical sequence preserved. 24,006'.l.A. WORK INCLUDED: The Contractor shall, unless specified otherwise, furnish all materials, equipment, tools and labor necessary to do the work re- quired under his contract and unload, haul and distribute all pipe, castings, fittings, manholes and accessories. The Contractor shall also excavate the trenches and pits to the required dimensions; sheet, brace and support the ad- joining ground or structures where necessary; handle all drainage or ground- water;' provide barricades, guards and warning lights; lay and test the pipe, castings, fittings, manholes and accessories; backfill and consolidate the trenches and pits; maintain the surface over the trench; remove surplus exca- vated and clean the site of the work. The Cohtractor shall also furnish all equipment, tools, labor and materials required to rearrange sewers, conduits, ducts, pipes or other structures en- countered in the installation of the work. All the work to completely con- struct the sever facilities shall be done in strict accordance with the con- tract documents to which these General Requirements are a part. 24,000.1.8. ' SPECIFICATION REFERENCE: In these General Requirements reference is made to the Minnesota Department of Transportation Specifications which shall mean the "Standard Specifications for Highway Construction" of the Mn/DOT, dated January 1, 1983 and subsequent amendments. 24,000.2. MATERIALS: The materials used in this work shall be new and con- form to tYe requirements for class, kind and size of material specified below or as altered or more specifically described in the "Specific Requirements", "Special Provisions" and "Proposal". 24,000.2.A. CLAY PIPE: Clay sewer pipe and fittings shall conform to the re- quirements of the current A.S.T.M. Specification C-700 for extra strength clay sever pipe. Extra strength pipe shall be used for all Vitrified Clay Sewer Pipe on the project. 24,000.2.8. POLYVINYL CHLORIDE SEWER PIPE: Polyvinyl chloride sever pipe and fittings shall be produced by a continuous extrusion process using Type 1, Grade 1 material as defined in A.S.T.M. Spec. D-1784. The design, dimensions and wall thickness shall be in accordance with ASTM Spec. D-3034, SDR 35. 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. pxv�� 24,000.2.0. REINFORCED CONCRETE SEWER PIPE: The sever pipe shall conform to the requirements of the Standard Specifications for Reinforced Concrete Sever Pipe, A.S.T.M. Designation C-76 of the class designated on the plans and in the Proposal. 24,000.2.D. CORRUGATED METAL PIPE: Corrugated metal pipe shall conform to the Standard Specifications for Corrugated Metal Pipe Culvert.of the A.A.S Specification M-36 with exceptions and additions as noted in Mn/DOT Specification 3226. The kind of base metal and gauge is stated in the "Specific Requirements". If any special coating is required, it will be stated in the "Specific Requirements". 24,000.2.E. DUCTILE IRON PIPE: Ductile iron pipe shall conform with the re- quirements of AWWA Standard 0151 of the class and type stated in the "Specific Requirements". All ductile iron pipe shall have mechanical or push-on type joints and shall have a standard thickness cement mortar lining in accordance with AWWA Standard C104. Where ductile iron pipe is used as a pressure line receiving discharge from a pumping station, all joints shall be electrically conductive by use of copper straps or approved conductive gaskets with copper inserts. 24,000.2.F. CAST IRON tings shall be mechanical fittings shall be desi have a standard thickness Standard C104. Ductile are considered equal. FITTINGS: Where ductile iron pipe is furnished, fit- joint in accordance with AWWA Standard C110. All fined for 150 psi working pressure. All fittings shall of cement mortar lining in accordance with AWWA iron fittings in accordance with AWWA Standard C-153 24,000.2.G. JOINTS AND JOINT MATERIALS: 24,000.2.G1. 2Lay Pipe: Clay pipe joints shall be rubber or plastic type compression joints in accordance with A.S.T.M. Spec. C-425. Plain-end vitri- fied clay pipe may be used which employ Type B compression couplings in accor- dance with ASTM Specification C594. 24,000.2.G2. Polyvinyl Chloride Pine: Polyvinyl chloride pipe joints shall be bell and spigot type with solvent cement applied in accordance with the manufacturer's recommendations. Gasketed push-on type joints are considered equal. 24,000.2.G3. Concrete Pipe: Reinforced concrete pipe joints shall meet the requirements of ASTM Specification C-361 and shall be the Bureau of Reclama- tion Type R-4. Deformedconcrete pipe shall be jointed with material similar to Ram-Nek, Hamilton Kent, Kent Seal No. 2 or equal gasket material applied in accordance with manufacturer's recommendations. 1/88-2400OG Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 1/88-2400OG Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. suitable access. A minimum of 2 rings and a maximum of four rings_of adjustment shall be allowed. All 'manholes shall be watertight. Pre- cast manhole joints shall be rubber o-ring gasket type. All manhole steps shall be securely and neatly mortared in place. All lifting holes shall be neatly mortared up. Manhole bases may be pre-cast or poured in place. Poured in place bases must be acceptably cured before the manhole sections are placed on the hardened slab. The inverts of all manholes shall be shaped to the half section of equivalent size pipe conforming to the inlet and outlet pipe so as to allow for a free 'uninterrupted flow with all surfaces sloping to the flow line. Manholes may be supplied with preformed inverts and watertight pipe connections for all lines 15" in diameter or smaller. Preformed inverts will not be allowed where pipe grades are 2 percent or greater unless design grade is built through the manhole. All manholes, catch basin manholes and catch basins shall be constructed in accordance with the detail plates included in the contract documents. Where manhole or catch basin depths are less than 6.5 feet from rim to top of pipe, they shall be built with precast concrete manhole sections and a precast concrete manhole slab with offset opening suitable for street loading. Where manholes are constructed using a precast concrete manhole top slab, the pre-cast section immediately below the slab shall be one (1) foot in height. "Mini -Tee" type precast manhole bottom sections may be used for the installa- tion of all small diameter concrete pipe severs in lieu of the construction method described above. 24,000.2.K. PRE-CAST SEGMENTAL BLOCK: Eight inch precast segmental radial block may be used for the lower portion of manhole over large diameter pipe and for shallow manholes and catch basins. Concrete used in the manufacture of these blocks shall conform to the requirements of A.S.T.M. "Specifications for Concrete & Masonry Units for Construction of Catch Basins & Manholes", Serial Designation C-139. The exterior of all block manholes shall be plastered with one-half inch of mortar as per Paragraph 24,000.5.D. 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 ap- proval of the Engineer with proper water-cement ratio to obtain a concrete testing not less than 3000 pounds per square inch in 28 days. 's 01 Copyright 1988 :• s• Rosene, Anderlik & Associates, Inc. 24,000.2.M. MORTAR MATERIALS: Mortar used for laying up concrete block or brick manholes or used for plastering lift holes and exteriors of manholes shall consist of Standard Portland Cement Type I, Standard Serial Designation C-150. Lime shall conform to specifications for normal finishing hydrated lime, A.S.T.M. Serial Designation C-6 or specifications for hydraulic hydrated lime for structural purposes, A.S.T.M. Serial Designation C-141. Gradation shall be subject to the approval of the Engineer. 24,000.2.N. GRANULAR MATERIALS: Granular materials used for improved pipe foundation, special pipe bedding, or PVC pipe bedding where improved pipe foundation is required shall meet the requirements of Mn/DOT Specification 3149H, Coarse Filter Aggregate except that hard, durable crushed carbonate quarry rock may also 'be used. The material shall have the following crushing requirements. Not less than 50Z of the material, by weight, that is retained on the No. 4 sieve shall have one or more crushed faces. Granular materials used for pipe bedding in rock and for PVC pipe bedding where improved pipe foundation is not required shall meet the requirements of Mn/DOT Specification 3149A, Granular Borrow, except that 100X, by weight, shall pass the 1" sieve. 24,000.3. CONSTRUCTION REQUIREMEATS: 24,000.3.A. INSPECTION: 24,000.3.B1. Responsibility for Material Furnished by The Con- tractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or that has become damaged after delivery by the manufacturer. 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000.3.B2. Responsibility for Safe Stora The Contractor shall be re- sponsible for the safe storage of material furnished by or to him, and ac- cepted by him, and intended for the work, until it has been incorporated in the completed project., 24,000.3.C. HANDLING PIPE & ACCESSORIES: Pipe and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the project by the Contractor; they shall at all times be handled with care to avoid damage. 24,000.3.D. ALIGNMENT & GRADE & UNDERGROUND. SURFACE & OVERHEAD UTILITIES: 24,000.3.D1. General: , All pipe shall be laid and maintained to the required lines and grades; with tees, wyes, catch basins, special structures and man- holes at the required locations; and with joints centered and spigots home. Deviation from grade in excess of 0.05 percent may be cause for removal and relaying pipe at the Contractor's expense. 24,000.3.D2. Existing Utilities: Existing water and sever mains, and other underground utilities, are shown on the plans only by general location. The Owner does not guarantee that the utilities are complete or that the locations are as shown on the plans, and the Contractor shall be solely responsible for verifying the exact location of each of these utilities, without additional compensation. Prior to the start of any construction, the Contractor shall notify all utility companies having utilities in the Project Area. The Con- tractor shall have sole responsibility for providing temporary support and for protecting and maintaining all existing utilities in the Project Area during the entire period of construction, including but not limited to the period of excavation, backfill and compaction. In carrying out this responsibility, the Contractor shall exercise particular care, whenever gas mains or other utility lines are crossed, to provide compacted backfill or other stable support for such lines to prevent any detrimental displacement, rupture or other failure. 24,000.3.D3. Deviations Occasioned by Other Utility Structures: Wherever ex- fisting utility structures or branch connections leading to main severs 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 devia- tion from the grade will be ordered and the change shall be made in the manner directed with extra compensation allowed therefore at unit prices, if appli- cable. 24,000.3.D4. Deviation with Engineer's Consent: No deviation shall be made from the required line or grade except with the written consent of the Engi- neer. 24,000-6 1/88-2400OG Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000.3.D5. ' Subsurface Exploration: It shall be the Contractor's responsi- bility to determine and verify the location of existing pipes, valves or other underground structures as necessary to progress with the work with no addi- tional compensation allowed. The Engineer shall make all known records avail- able. All known utilities are designated on the plans in a general way as stated in Section 24,000.3.D2. 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. NMRSKIM 24,000.3.E3.1. 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 bot- tom of the trench. When a uniform trench bottom cannot be formed as speci- fied, Class C-2 bedding shall be used. The contractor may, at his option, elect to use a Class C-2 bedding in lieu of Class C-1 bedding, without any additional compensation allowed therefor. 24,000.3.E3.2. Class C-2 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.E3.3. 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 dia- meter 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.E3.4. 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.E3.5. PVC Pipe Bedding: All polyvinyl chloride sever pipe shall be installed and bedded in accordance with ASTM specification D-2321, "Recom- mended Practice for Underground Installation of Flexible Thermoplastic Sever Pipe" with granular materials meeting Specification 24,000.2.N. used for all PVC pipe bedding. The granular materials shall be placed from a point 6" be- low the bottom of the pipe to a point 12" above the top of the pipe. Bedding requirements shall include mechanical compaction of sand and gravel material surrounding the pipe to at least ninety-five (95Z) 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 sever 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. 1/88-2400OG Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. The Owner reserves the right to measure deflection of PVC sever pipe 30 days after placement of backfill material in the trench and at any time during the warranty period. Deflections greater than five (5Z) percent of the inside pipe diameter shall be considered failure of the bedding procedure and the Contrac- tor may be required to re-excavate the trench and provide additional compaction along the side Of the sever 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.E4. Correcting Faul Grade® Any part of the trench excavated below grade shall be corrected with approved material thoroughly compacted without additional compensation to the Contractor. 24,000.3.E5. 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 devatering 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 notifi- cation of the Engineer, the Contractor shall be responsible for all repairs and correction of the installation without further compensation. 1/88-2400OG Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. Masrr 24,000.3.E8. Solid Rock Excavation Defined: Solid rock excavation shall in- clude 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.E9. 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 lia- bility contingent in blasting operations. The hours of blasting will be fixed by the Owner. Any damage caused by blasting shall be repaired by the Contrac- tor at his expense. The Contractor's methods of procedure relative to blast- ing shall conform to local and state laws and municipal ordinances. 24,000.3.E10. Bell Holes Required: Bell holes of ample dimensions shall be dug in trenches at each joint to permit the jointing to be made properly. 24,000.3.Ell. 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 pro- vided for otherwise, shall be considered as part of the excavation costs with- out additional compensation to the Contractor. Trench sheeting or bracing shall remain in place until the pipe has been laid, tested for defects and re- paired 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 be- low 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.E12. 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.E13. 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. 1/88-24000G Copyright 1.988 Bonestroo, Rosene, Anderlik & Associates, Inc. MV�R At all dangerous intersections, bypasses, and intercepting roads, the Contrac- tor shall at his own expense furnish, erect and maintain such warning barri- cades 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 re- sponsibility to check and inspect all lights and barricades at all times in- cluding Sundays and Holidays. He shall maintain the streets in a passable condition, shall conduct his work so as to create a minimum amount of incon- venience to traffic and shall furnish not less than two flagmen at each loca- tion 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.E14. Trees, fences, poles and all other prop- erty 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. 24,000.3.El5. 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.E16. Tunneling, Jacking 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.El7. Manner of Handling Pipe & Accessories Into Trench: Proper im- plements, tools and facilities satisfactory to the Engineer shall be provided and used • the Contractor for the safe and convenient prosecution • the work. 24,000.3.El8. Pipe Kept Clean: All. foreign matter or dirt shall be removed from the inside of the pipe before it is lowered into its position in the trench, and it shall be kept clean by approved means during and after laying. All matter entering the pipe shall be removed by the Contractor prior to ac- ce• tance with no additional compensation allowed. 24,000.3.El9. 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 • each side of it, excepting at the bell holes. Care shall be taken to prevent dirt from en- tering the joint space. 24,000.3.E20. Preyenting__Tren�h Water From All openings along the line of �_e_vershall be closed, and at the suspension of work at any time, suitable stoppers shall be placed to prevent water, earth • other substances from entering the sewer. 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000.3.E21. Bell Ends to Face Direction of_l&yi Ln&. Pipe laying shall pro- ceed upgrade with spigot ends pointing in the direction of flow. 24,000.3.E22. 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.E23. Unsuitable conditions for Laying Pipe: No pipe shall be laid in water or when the trench conditions are unsuitable for such work. 24,000.3.E24. 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 sifficient force to properly seat the pipes. Joints for polyvinyl chloride pipe shall be made by the use of a solvent cement or pushon rubber gaskets. All jointing procedure shall be in accordance with the recommendations of the pipe manufacturer. After joints are made, any superfluous material inside the pipe shall be re- moved by means of an approved follower or scraper. All joints must be water- tight, 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: 1/88-2400OG Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. IMF 24,000.4-0. RECORDS & LOCATION OF SERVILE CONNECTIONS. It shall be the duty of the Contractor to keep an accurate record of service connections, as to lo- cation, depth to top of riser, type of connection provided, etc. Location shall be made in respect to nearest manhole center, downgrade from the ser- vice. This record shall be turned over to the Engineer at the end of each week. 24,000.5-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.E. MANHOLE STEPS: Manhole steps shall be of the type as specified in Section 24,000.2.7. Spacing shall be as shown on the detailed manhole plans, but not greater than 16 inches in vertical alignment. ter MANHOLE RINOS a COVERS: The frame or ring casting shall be set to the esignation 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. 1/88-24000G 24,000-13 Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000.6. BACKFILLING, CLEANING UP & MAINTAINING SURFACES: The backfill material shall be moistened if necessary, tamped in 4 inch layers and thoroughly compacted under and on each side of the pipe to provide solid backing against the external surface of the pipe. The installation and backfilling of polyvinyl chloride pipe shall be in accor- dance with A.S.T.M. D-2321 with special attention given to compacting the backfill material around the pipe to at least 95 percent of maximum density to a distance of one foot above the top of the pipe. 1/88-2400OG Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000.6.E. PROCEDURE WHERE NO SETTLEMENT IS ALLOWABLE: (Type "d") Succeed- ing layers of backfill shall be made of selected materials meeting require- ments as set forth in the "Specific Requirements." This type of backfilling shall be placed in uniform layers, before compaction, of approximately 6 inches, tamped by mechanical means to the density specified in the Specific Requirements. 1/88-2400OG Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000.6.J. CLEANING UP: Surplus pipe line material, tools and temporary structures shall be removed by the Contractor, and all dirt, rubbish, caused by his operations and excess earth from excavations shall be hauled to a dump provided by the Contractor and the construction site shall be left to the sat- isfaction of the Engineer. Clean up and restoration shall include the replacement and restoration of all street signs, mailboxes, posts, fences and similar items disturbed by the con- struction described herein. Unless otherwise noted in the Special Provisions or Proposal all items of clean-up and restorations shall be considered inci- dental to the contract with no additional compensation allowed. 24,000.7. TESTING PIPE LINES 24,000.7.A. INFILTRATION IN SEWERS: Upon completion of the sever construc- tion, leakage tests shall be made to determine the amount of ground water in- filtration into the severs. Measurements will be made by means of 90 V-notch weirs placed in the lines. Measurements shall be taken at all points where, in the opinion of the Engineer, the flow of water in the severs is greater than the maximum allowable leakage. Tests may be taken between individual manholes and the infiltration in any given line shall not exceed the specified maximum allowable rate. The maximum allowable rate of leakage shall not exceed 100 gallons per mile per inch diameter of pipe per day. The Contractor shall furnish the weirs and other material and the labor for placing the weirs in the sewers and shall assist the Engineer in making the measurements. The Contractor shall receive no additional compensation for making the leakage tests or corrective work necessary to reduce leakage below the maximum allowed by the specifications. 24,000.8. METHOD OF MEASUREMENT: 24,000.8.A. TRENCH EXCAVATION: Trench excavation will be measured in linear feet of trench according to the zone classifications specified as follows: From 0 to 8', from 8 to 10', and in two foot increments thereafter, which are based on the total depth of the trench to the designated grade of the pipe invert. No deduction in depth will be made for rock encountered in the trench above the designated grade. Measurement will be made along the centerline of the sever and from center to center of all manholes, catch basins or junction fittings. 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000.8.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." From 0 1 to 8 from 8' to 10 1 , and two foot increments thereafter. Excavation and backfilling of trench and associated pipe bedding shall be included in the price of sever pipe furnished and installed. 24,000.9.B. 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 PIPE: Ductile iron pipe will be paid for at the Contract Unit Price per linear — foot for each type and diameter of, pipe fur- nished which shall include payment for trench excavation and backfill. 24,000.9.E. WYE BRANCHES: Wye branches will be paid for at the Contract Unit Price for each — unit furnished and installed of the size specified on the Pro- posal. 24,000.9.F. SERVICE RISER PIPE: Service riser pipe will be paid for at the Contract Unit Fr per linear — foot for the vertical distance from the center- line of the sever to the top of riser. Concrete reinforcement of the main sever and riser pipe as described in Section 24,000.4.B. shall be considered as incidental and will not constitute a pay item. 24,000.9.G. CONSTRUCTING MANHOLES TO DEPTH OF EIGHT FEET' Constructing of manholes to a depth of eight (8) feet will be paid for at the Contract Unit Price per manhole which shall include furnishing and placing the manhole frame and cover. This section also applies to all catch basin manholes and catch basins. 24,000.9.H. CONSTRUCTING MANHOLES TO A DEPTH GREATER THAN EIGHT FEET: Con- structing of 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. 24,000-18 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000.9.1. CONSTRUCTING CATCH BASINS: Constructing catch basins as shown on the plans will be paid for at the Contract Unit Price per, catch basin which shall include furnishing and placing the catch basin frame and grating. 24,000.9.J. IMPROVED PIPE FOUNDATION: Authorized granular materials for improving pipe foundation in place shall be paid for at the Contract Unit Price per lineal foot for each six inch layer placed below pipe bedding. 24,000.9.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 linear foot which shall be payment in full for the ex- tended manhole base, encasement, drop pipe, cast iron tee, cast iron pipe and concrete collar. Payment shall be made for sewer pipe from center to center of all manholes as per Section 24,000.8.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 ". 1/88- 2400OG Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. y ,: Ql Manhole steps shall be placed so that off - set vertical portion of cone is facing downstream, for all lines up to 36" diameter. >Place steps on right hand side when facing down stream for all lines 36"and over am of manhole to !ter of pipe and slope toward Invert. 13 1::::� r, p A c °.a 0 r „� ® s„ _.— c, B _ "- b , "a Neenah frame and cover, or equal. with 2 concealed pickholes. . See specifications for casting number. Minimum of 2, maximum of 3 Concrete adjustment rings allowed. All joints in manhole to have "0' ring rubber gaskets. Manhole steps, Neenah R1981 J or equal, IS " o. c. Aluminum steps approved. Where sewer runs straight through a standard manhole, the pipe shall be continuous. The top 1/2 of the pipe shall be broken out after completion 8" Precast segmental concrete block to be built up to the top of the pipe, for manhole with pipe over 24" diam, Plaster exterior. Pipe shall be cut out flush with inside face of wall. Use opening in 4' M H section to 24'" d i am. Minimum slab thickness, 6 "" for 14" .depth. Increase thickness I for each 4 of depth greatr than 14; and reinforce with 6x6" 10 /10 mesh `• Anderlik a Assoc., Inc. Consulting Engineers St. Paul, Minnesota Revisions Plate No. STANDARD DETAILS Jan. 1980 1 -8 STORM SEWER MANHOLE Flow PL A SECTION Not to noo|e Anderlik a Assoc., Inc. Consulting Engineers St Paul Minnesota Manhole steps shall be placed so that the off-set vertical portion of the cone is facing downstream. Grout bottom of rnmnho|e to 1/2 diameter at pipe and slope grout 2" toward invert. Neenah frame and cover, orequal. with 2nonoeiod pick holes. see specs. for costing numbnr. Minimum of 2, maximum of 5 concrete adjustment rings allowed. Manhole steps, Neenah R 1981 or equal, 15"a,C. Aluminum steps approved. All joints in manhole to have "O"ring rubber 400keis. Pipe ohoU be cut out flush with inside face of wall. Use opening in ^!NiHL section to 24/' dio. ' 8' precast segmental ' concrete bkock. to be used with 24dim.orlarger Minimum slab thickness, 6" for 14'demth. increase thickness i" for each 4' of depth greater than 14', and reinforce with 6"x6" 10/0 mesh. � JUNCTION MANHOLE STORM SEWER Revisions Plate No. Aug. 74 Jan. 79 |-S Jno 80 � U I m. mm mArm IFT111111111111il � ���� � \� . \ ���/ - Flow A �� > %:w® /��� F Rosen@, i STANDARD DETAILS Rev! Anderlik a Assoc. STORM SEWER AtIG. 197 J an. 19130 consulting Engineer JVNCTION MANHOLE WITH REINFORCED St. Paul. Minfl TOP SLAB m Back of curb 0 Direction of flow •' •o costinq: Neenah R3067 or equal with a1' •: DL. grate. 3"radius curb box � Min. of 2 , Max. of 3 concrete adjustment rings allowed. 0.9 m NOTE: Right hand grate shown 24 x 36" Precast 5 r--3"of grout 4 FO 31 —TI CIL Bonestroo Rosene, Anderlik Assoc. Consulting Engineers St. Paul,Minn. STANDAPD DETAILS 1 v PE IT E lm X Oj rn - 1101 le 0 Revisions Plate No. Jan. 1981 di ► -19 LOAD FACTOR 1.5 LOAD FACTOR 1.5 1 6"min. 1!17 1 A A Bc" Denotes outside diameter of Pipe Barrel " Bc t 12 " Minimum X.M. =-4 w CLASS B HAND SHAPED FROM ANGULAR BEDDING MATERIAL Bonestroo, Rosene, Anderfik a Assoc. Inc. Consulting "Engineers St. Paul, Minnesota STANDARD DETAILS BEDDING METHODS FOR RCPVCP a DIP 2000 Concrete Revisions Plote No. JAN. 1986 1-25 LOAD FACTOR 1.9 LOAD FACTOR 2.3 Compacted Backfill Variable w/Type of Bedding Pay Depth I ncrements (Typical) Bc Denotes outside diameter of Pipe Barrel Bonestroo, Rosene, Anderlik a Assoc. Inc. Consulting Engineers St. Poul, Minnesota STANDARD DETAIL IMPROVED FOUNDATIO FOR RCP, VCP a DIP -Coarse Filter Aggregate (Mn DOT Spec. 3149H Modified) Revisions Plate No. JAN. 1986 1 -25A Compacted Back fill 12" Granular Borrow (Mn DOT Spec. 3149A, Modified) - Minimum= Bc + 12"_1 PIPE FOUNDATION & BEDDING IN GOOD SOILS Compacted Backfill B 1 BC 112 Bedding ? 6 Ir F 0 6 Pay Depth d Increments Foundation 6 Variab ,(Typical) Coarse Filter Bc" Denotes outside Minimum a 2d+Bc + Aggregate diameter of Pipe (Mn. DOT Spec. 3149H Barrel Modified) PIPE FOUNDATION a BEDDING IN POOR SOILS Bonestroo, Rosene, Anderlik a Assoc. Inc. Consulting Engineers SL Paul, Minnesota STANDARD DETAILS PVC PIPE FOUNDATION a BEDDING METHODS Revisions I Plote No. I I— 25B 91� �#W SIZE of PIPE Cu. Yd. 54' a Over 16 36" to 48" 12 27" to 33" 8 24!' & Less 4 1 2" to 18" 3 1�'o 4!' 5 /, " , 21" to 4Z 1" 0 6' 1 8 ! 46'to 72" 1 12' 1" Bonestroo, Rosene, Anderlik a Assoc. Inc. Consulting Engineers St. Paul Minn. t 6" Max. _T STANDARD DETAILS FLARED END SECTION AND TRASH GUARD A__L_._ i--AL Revisions I Plate No. 1.28 Provide 3 clips • fasten Trash Guard to Flared End. Hot dip galvanize after fabrication, SIDE VIEW "-- Tie lost 3 joints. Use 2 tie bolt fasteners per' oint Installed at 60* from top or bottom of pipe 4 —; Hand placed Rip-Rap I'deep Individual stones shall weigh not less than 50lbs. each Set with Grout Size of Pipe Bars H" Bolts 1 2" to 18" 3 1�'o 4!' 5 /, " , 21" to 4Z 1" 0 6' 1 8 ! 46'to 72" 1 12' 1" Bonestroo, Rosene, Anderlik a Assoc. Inc. Consulting Engineers St. Paul Minn. t 6" Max. _T STANDARD DETAILS FLARED END SECTION AND TRASH GUARD A__L_._ i--AL Revisions I Plate No. 1.28 Provide 3 clips • fasten Trash Guard to Flared End. Hot dip galvanize after fabrication, SIDE VIEW 6 Distance to CL va riable 1&' � - -- 3 "r _ _ PE 1111 TYPE \ � iv slo a 3/4 e ft. 112 r e STANDARD SECTION M.H.D. 8616 CONCRETE CURB 81 GUTTER B {, 18" „ 6" Distance to variable 1!2 r , - p II p , 3 r d slo 3/4" e ft. {_ 112 r N p � _— _ TYPE 1111 STANDARD SECTION M.H.D. B624 p ° p b CONCRETE CURB 81 GUTTER D A 24" 1/2 "r � 3 slo 34` fr ft.,l 1I2 ° r �° T YPE it ^ 11 ii STANDARD SECTION SURMOUNTABLE b p - CONCRETE CURB a GUTTER 1/2 r >,3 r Distance to variable _ ° 6 "° P - Bituminous surface TYPE 11 " STANDARD SECTION _ M.H.D. 86 N p ++ a – travel base CONCRETE CURB Type', 'or TypWB Curb — —, It ft. TYPE ° C D slope 3/4 per STANDARD SECTION DRIVEWAY — 0 � - 16 " ! Type A 12 12 —T tae C Bonestrao, Rosene, STANDARD DETAILS Revisions Plate No. Anderlik & Assoc, Inc. Consulting Engineers CONCRETE CURB a GUTTER 4 -1 St. Paul, Minnesota 8618 conc. cur Ek gutter. Catchbasin frame 81 cover. 10'Min. Transition B618 curb a gutter---7 11111� 10'Min. Transiti 04 I I --Top of curb n-# 2 - No.4 rebors Expansion--J Joint Neenah frame a cover or equal R-3067 with Type DL grate Bonestroo Rosene SPECIAL DETAILS Revisions Plate No. Anderlik and Assoc. Inc. B618 CURB a GUTTER 2-19-82 JKI 4-9 Consulting Engineers St. Paul, Minn. CONSTRUCTION AT CATCH BASIN NOTE: Surmountable curb 8 gutter to be formed into a B 618 type curb at catchbasin castings. Catchbosin fro & cover Surmountable curb a gutter Y 00 pePfeS 112 -1 10' Min. Transition Surmountable curb a gutter M Min- Transition Top of curb T 2-No.4 rebors Expansion Joint Neenah frame & cover or equal. R-3067 with Type DL grate Bonestroo , Rosene SPECIAL DETAILS Anderlik Ek Assoc. Inc. Consulting Engineers SURMOUNTABLE CURB 8 GUTTER St. Paul, Minn. CONSTRUCTION AT CATCHBASIN Plate No. ONX Catchbosin .; Neenah • ., equal. 3' rzdius curb box .,, Min. 2, Max. Conc. adjustment rings. ':s .• 'r Assoc., Consulting St Paul, ,f M No. 3 rebar (to extend 12" beyond each side of casting) Embedded in conc. collar and curb. I SPECIAL DETAILS '%"30NCRETE ENCASED CASTING ON .. CATCHBASIN Cone. collar to encase casting and rings. Conc. curb mix shall be used for conc. collar. El Grout shall be placed inside, between and outside of conc. adjustment rings. Conc. or metal shims shall be used to level casting. A I t Precast conc, structure top stab. Acc ess hole ope (see spec. for s ize ) Rom-neck or equal e• seal between top o slab and manhole section. r U - - 4' -0" or 6' -0" Di Manhole Section ®? 5" p (see spec.) +O. ®' 'p Manhole steps ( see spec. ) A I t Oillml Qupport post anchorage irl—situ soil wood stakez 8' Maximum spacing Fabric anchorage trench Backfill trench with tamped natural soil IN B-atc Attach fabric to support posts with lath and staples SILTATION FENCE Lost Revision:' May, 1••0 0 — 10 SP-8• Bonestroo Rosene Anderlik & Associates Engineers 4 Architects St. Paul, Minnesota wood stakez 8' Maximum spacing Fabric anchorage trench Backfill trench with tamped natural soil IN B-atc Attach fabric to support posts with lath and staples SILTATION FENCE Lost Revision:' May, 1••0 0 — 10 SP-8• Pi/\N - - � = O -/ _ _ ~ .� �' ~ , ,^ , " Neenah frame and oover, or equal. with 2 concealed pick 'hoAes. See specification for costing number, Concrete adjusting rings, min of 2 max. of 3 roqd. Manhole steps. Neorc� P198|J or equal ---^ 15 o.c Aluminum steps approved ------ 5" Precast reinforced concrete manhole slob. *4 bars at 5"n.c.,uooh way. 2—#4 bars o|| sides ofopening. 8" Precast reinforced onrc'e^e manhole slob. 41 5 bars at 6 eo.wy. 2-�4bons all sides of opening All joints in manhole to I)cve ' rubber gaskets Minimum slab thickness 6"hn, 14' depth Increase thickness |" for each 4' of depth greater Yhqn 14' rind reinforce with / �--�i�n ���|i b flush cut out uwh W/~� vnos� of wall � � Manhole steps shall he ploced , o thnt nf/'c°+ .."'fi,"/ ""rf/"" The award of the project shall be made to the lowest responsible bidder based on the lowest base bid amount. The Owner reserves the right to retain all bids for 45 days prior to awarding the Contract. 34118 Copyright 1991 Bonestroo, Rosene, Anderlik & Associates, Inc, 4 STATE OF MINNESOTA ' 'COUNTY OF Washington On this lst M.A. Jones day of to me personally known who, being duly sworn, did say that he is the Attorney of the Universal Surety Company that the seal affixed to the foregoing instrument is the corporate seal of said corporation; that said instrument was signed and sealed on behalf of said corporation by authority of its Board of Directors, and said M.A. Jones acknowledged said instrument to be the free act and deed of said corporation. X AAAAAAA4AAAAAAAA AAAAAAAAAAAAAAAAAAkA, < JULIE A. KINNEAR NOT�f7YPUBLIC- WA,'��—'- Kik COUNITY N ry Public < My Ccrnn on "ts "me 3a, 3993 it Q - 0 2 W �wp August 1 19 . before me appeared STATE OF MINNESOTA COUNTY OF Washington On this M.A. Jones lst day of August JI 1991 , before me appeared to me personally known who, being duly sworn, did say that he is the Attorney-in-Fact of the Universal Surety - Company that the seal affixed to the foregoing instrument is the corporate seal of said corporation; that said instrument was signed and sealed on behalf of said corporation by authority of its Board of Directors, and said M.A. Jones acknowledged said instrument to be the free c t a "A < JIU! :,7 A. N E y w N6tary Public m i . . .1 11 s L INCOLN, NEBRASKA POWER OF ATTORNEY ll cxiv All men 13tt ` 4vsie Presents. That the UNIVERSAL SURETY COMPANY, a corporation of the State of Nebraska, having its principal office in the City of Lincoln, Nebraska, pursuant to the following By -Law, which was adopted by the Board of Directors of the said Company on July 23, 1981, to -wit: "Article V- Section 6. RESIDENT OFFICERS AND ATTORNEYS -IN -FACT. The President or any Vice- President, acting with any Secretary or Assistant Secretary, shall have the authority to appoint Resident Vice- Presidents and Attorneys -In -Fact, with the power and authority to sign, execute, acknowledge and deliver on its behalf, as Surety: Any and all undertakings of suretyship and to affix thereto the corporate seal of the corporation. The President or any Vice - President, acting with any Secretary or Assistant Secretary, shall also have the authority to remove and revoke the authority of any such appointee at any time." does hereby make, constitute and appoint Litton E. S. Field or R. L. Domler or M. A. Jones or Litton E. S. Field, Jr, or Jay Nisbet, St. Paul, Minnesota its true and lawful Attorneys) -In -Fact, to make, execute, seal and deliver for and on its behalf, as Surety: Any and all undertakings of suretyship And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its offices in Lincoln, Nebraska, in their own persons. The following Resolution was adopted at the Regular Meeting of the Board of Directors of the Universal Surety Company, held on July 23, 1981: "RESOLVED, That the signatures of officers of the Company and the seal of the Company may be affixed by facsimile to any Power of Attorney executed in accordance with Article V- Section 6 of the Company By -Laws; and that any such Power of Attorney bearing such facsimile signatures, including the facsimile signature of a certifying Assistant Secretary and facsimile seal shall be valid and binding upon the Company with respect to any bond, undertaking or contract of suretyship to which it is attached." All authority hereby conferred shall remain in full force and effect until terminated by the Company. IN WITNESS WHEREOF, UNIVERSAL SURETY COMPANY has caused these presents to be signed by its Vice- President and its corporate seal to be hereunto affixed this 17th day of October , 19-90 . UNIVERSAL SURETY COMPANY OPPORATE i B y Secretary Vice resident E State of Nebraska ss. County of Lancaster) On this 17th day of October 19 90 , before me personally came Robert L. Privett , to me known, who being by me duly sworn, did depose and say that (s)he resides in the County of Lancaster, State of Nebraska; that (s)he is the Vice- President of the UNIVERSAL SURETY COMPANY, the corporation described in and which executed the above instrument; that (s)he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation; that (s)he signed (his) (her) name by like order; and that By -Law, Article V- Section 6, adopted by the Board of Directors of said Company, referred to in the preceding instrument, is now in force. P erald 0 Ziens O t ENERAL NOTARIAL. SEAL TATE - NEe RABKA My Commission Expires 8 - 22 -9 3 Notary Public r I, Thomas A. Tallman , Assistant Secretary of UNIVERSAL SURETY COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by said UNIVERSAL SURETY COMPANY, which is still in full force and effect. Signed and sealed at the City of Lincoln, Nebraska this 1st day of A ut "Ill-91 . Ga.�Ci� 5 R. ^.RP9RATF o As stant Secretary Aura u 7 1991 .Cl ®1 ICER FOSTER- FRANZEN- CARLSON 200 W. BDWY, P.O. BOX 188 MONTICELLO, MN 55362 SUB -CODE VEIT & COMPANY INC 14000 VEIT PLACE ROGERS MN 55374 COMPANY C LETTER IS SUBJECT TO ALL THE TERMS, _...__ COMPANY . _ ..._. _ ...... _... .......... ... ........ _ _... ........... ................ D LETTER _............,.._ . ..... ._......... __.._.. ............ ALL LIMITS IN THOUSANDS COMPANY ...... ._ ......................._......_.................._..............................._ ............__...._............ E LETTER ............. PRODUCTS COMP /OPS AGGREGATE $ 1 �00 _ __.._....._ 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. .._........_._. __. __... ....__ _. _ ............. _........_ TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION DATE (MM /DD/YY) DATE (MM /DD/YY) _............,.._ . ..... ._......... __.._.. ............ ALL LIMITS IN THOUSANDS _ ............... ............... _._ .. ......._.. ._.......... _..............._..._...... NERAL LIABILITY ....... __................. _ GENERAL AGGREGATE $ 2, COMMERCIAL GENERAL LIABILITY ....... ............. PRODUCTS COMP /OPS AGGREGATE $ 1 �00 _ __.._....._ CLAIMS MADE X OCCUR. ................... PERSONAL & ADVERTISING INJURY $ 1,000...... CD06128266 01/01/91 01/01/92 OWNER'S &CONTRACTOR'S PROT. EACH OCCURRENCE $ 1,000 .................... FIRE DAMAGE (Anyone fire) $ 50 ............................ ............................... _.... ._...._... __. _...' MEDICAL EXPENSE (Any one person) $ TOMOBILE LIABILITY COMBINED ANY AUTO LIMT $ 1,000 ALL OWNED AUTOS _.. _..... BODILY SCHEDULED AUTOS INJURY $ (Per person) CD06128266 01/01/91 01/01/92 -- - - - -- HIRED AUTOS BODILY NON -OWNED AUTOS INJURY $ (Per accident) GARAGE LIABILITY _.._.. _._...... _._...... PROPERTY $ DAMAGE :ESS LIABILITY EACH AGGREGATE " OCCURRENCE 6054790 01/01/91 01!01/92 $ 1,000 :$ 1,000 OTHER THAN UMBRELLA FORM .. ....._ ... .... ... ..... ......... ........ . WORKER'S COMPENSATION .. STATUTORY ....: AND 000607.106 01/08/91 01/08/92 . ..........................10Q.. (EACHACCiDENT) $ "500 (DISEASES - POLICY LIMIT) EMPLOYERS' LIABILITY _$......._........._.. ... ....... ........................:... .................... ..........; 100 (DISEASES-EACH EMPLOYEE) ... ...... . ......... ...... ... ........ IER ....: . .......... ................ ......:.................................:.......... ...................... . .... ...... rION OF OPERATIONS /LOCATIONS/VEHICLES /SPECIAL ITEMS ......... ......................... *POLICY LIMIT APPLIES TO ACCIDENT AND DISEASE. CITY OF NEW HOPE 4401 XYLON AVE NO NEW HOPE MN 55428 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL I Ill! MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLfi D TO THE LEFT AUTHORIZED IMPROVEMENT #326 Schedule of Construction Costs DATE 1977 3/14 Bonestroo, Rosene 4111 Bonestroo, Rosene 5123 Bonestroo, Rosene CHECK MAJOR NUMBER AMOUNT CONSTRUCTION ENGINEERING LEGAL PUBLISHING PERMITS 7577 7821 8330 1978 $ 1,530.00 660.00 119 Bonestroo,Rosene 10674 4124 Bonestroo, Rosene 11623 6112 Bonestroo, Rosene 11957 6112 Post Publishing 11980 7/10 Bonestroo, Rosene 12234 8114 Bonestroo, Rosene 12490 9111 Bonestroo, Rosene 12857 10 /10 Minn. State Treasurer 13114 10/10 Bonestroo, Rosene 13136 I0/10 Corrick and Wood 13137 11113 Bonestroo, Rosene 13376 11117 Corrick and Wood 13462 12126 Bonestroo, Rosene 13752 12129 Minn.State Treasurer 13810 1979 30,000.00 1/8 Post Publishing 13875 118 Kramer Appraisal 13880 1122 Post Publishing 13944 1122 Chapman Publishing 13982 212 Kramer Appraisal 14083 2126 Old Dutch 14167 2126 YMCA 14168 2126 District #282 14169 2126 Hebert 14171 2126 Bonestroo, Rosene 14202 2126 Bonestroo, Rosene 14218 3112 FINS Railroad 14270 3126 Bonestroo, Rosene 14401 3126 Corrick and Wood 14408 3125 Soil Exploration 14409 3122 Bonestroo, Rosene 952 419 MNS Railroad 24480 419 Void Check #14270 14270 4123 Rehbein Brothers 14626 4123 Corrick and Wood 14675 5114 Berg I4758 5114 Bonestroo, Rosene 14762 5114 Rerat 14847 5114 Rehbein Brothers 14896 5129 James Daniels 14951 5129 Corrick and Wood 14952 6111 Rehbein Brothers 15096 6125 Bonestroo, Rosene 15186 7123 Bonestroo, Rosene 15369 8123 Bonestroo, Rosene 15484 8117 Rehbein 15653 (100.00) TOTAL COSTS EASEMENTS SOIL TESTING $ 1,530.00 $ 1,530.00 660.00 660.00 44.00 44.00 $ 2,234.00 2,234.00 75.00 75.00 25.00 25.00 75.00 75.00 550.00 22.43 $22.43 528.00 528.00 $ 550.00 .282.00 282.00 75.00 75.00 17.18' 15.00 $ 15.00 \ 155.00 155.00 2,599.00 65.60 $2,599.00 175.00 175.00 1,700.00 742.00 742.00 125.00 125.00 1,700.00 25.00 30,000.00 ,25.00 $ _ 4,918.43 $1,515.00 $3,341.00 $22.43 $ 40.00 17.11 17.11 550.00 $ 550.00 17.18 17.18' 65.60 65.60 1,700.00 1,700.00 30,000.00 30,000.00 2,890.00 2,890.00 10,500.00 10,500.00 100.00 100.00 1,797.58 1,797.58 13,120.98 13,120.98 100.00 100.00" 1,705.00 ;::1,705.00 1,995.00 1,995.00 , 1,797.58 $1,797.58 (1,797.58) (1,797.58) 100.00 100.00 (100.00) (100.00) 43,721.84 $43,721.84 10.00 10.00 200.00 200.00 3,766.00 3,766.00 200.00 200.00 41,453.89 41,453.89 200.00 200.00 7.00 7.00 13,039.20 13,039.20 1,062.00 1,062.00 608.30 608.30 914.60 914.60 29,127.02 29,127.02 f 5198,868.30 $127 $ 21,276.88 �2,U22.00 _ 99.89 100.00 6,340. $ 1,797.58 CITY OF NEW HOPE - IMPROVEMENT #326 SCHEDULE OF CONSTRUCTION COSTS - OLD DUTCH STORM SEWER PROJECT Following Costs Prepared for 1979 Assessment Hearings 's Project Costs Paid - 1977 Project Costs Paid - 1978 Project Costs Paid - 1979 Total Paid to 10122179 Additional Estimated Costs W. G. Rehbein v Bonestroo, Rosene City of Crystal- Construction City of Crystal- Engineering Legal and Other Costs Re- lated to Easement 122,045.55 122,045.55 3,473.15 3,473.15 88,612.50 88,612.50 8,965.00 8,965.00 2,322.00 2,322.00 431,438.93 338,000.00 37,364.03 5,353.00 122.32 40.00 48,662.00 1,797.58 100.00 Less 50% of Costs Relating to City of Crystal's Share of Costs 215,658.30 169,000.00 18,682.01 2,676.50 - 20.00 24,331.00 898.79 50.00 City of New Hope's Share of Costs Bond Selling Costs Clerical /Administration Costs at 4.5% of Total Project TOTAL COSTS $2I5,780.63 $ 169,000.00 $ 18,682.02 $ 2,676.50 $,122.32 $ 20.00 $ 24,331.00 $ 898.79• 50.00 4,615.62 $4,615.6 10,385.16 _ 10,385.16 $ 230,781.41 $ 169,000.00 $ 18,682.02 $ 2,676.50': $ 122.32 $ 20.00 $ 24,331.00 $ 898.79 $ 50.00 $10,385.16 $4,615.6 U CLERICAL BOND MAJOR ADMINIST. SELLING TOTAL CONSTRUCTION ENGINEERING LEGAL PUBLISHING PERMITS EASEMENTS SOIL TEST. PERMITS COSTS COSTS 2,234.00 2,234.00 4,918.43 1,515.00 3,341.00 22.43 40.00 198 868.30 127 341.95 21,176.88 2,012.00 99.89 $46,340.00 $1,797.58 $100.00 $206,020.73 $127,341.95 $24,925.88 $5,353.00 $ 122.32 $ 40.00 $46,340.00 $1,797.58 $100.00 Additional Estimated Costs W. G. Rehbein v Bonestroo, Rosene City of Crystal- Construction City of Crystal- Engineering Legal and Other Costs Re- lated to Easement 122,045.55 122,045.55 3,473.15 3,473.15 88,612.50 88,612.50 8,965.00 8,965.00 2,322.00 2,322.00 431,438.93 338,000.00 37,364.03 5,353.00 122.32 40.00 48,662.00 1,797.58 100.00 Less 50% of Costs Relating to City of Crystal's Share of Costs 215,658.30 169,000.00 18,682.01 2,676.50 - 20.00 24,331.00 898.79 50.00 City of New Hope's Share of Costs Bond Selling Costs Clerical /Administration Costs at 4.5% of Total Project TOTAL COSTS $2I5,780.63 $ 169,000.00 $ 18,682.02 $ 2,676.50 $,122.32 $ 20.00 $ 24,331.00 $ 898.79• 50.00 4,615.62 $4,615.6 10,385.16 _ 10,385.16 $ 230,781.41 $ 169,000.00 $ 18,682.02 $ 2,676.50': $ 122.32 $ 20.00 $ 24,331.00 $ 898.79 $ 50.00 $10,385.16 $4,615.6 U t . r U01 I IM pill to i WA 1 1 ' i i 6 -15 -78 635 property owners were notified of Proposed Project 326 2 -26 -79 Contract approved by New Hope City Council. Awarded to W & G Rehbein Bros. (Hugo, MN) for $249,387.50 Old Dutch Pond Improvements: 1,650 Lin. ft. 24" R.C.P. 220 Lin. ft. Jack 36" R.C.P. 46,000 Cu. yds. Pond Excavation and correlated appurtenances. 8 -27 -79 Resolution Determining Total Estimated Cost and Directing Preparation of Assessment Roll Total Cost Joint Project $446,439.71 Total Cost to New Hope 230,781.40 City Share 150,746.68 Amount to be Assessed 80,034.72 9 -24 -79 Assessment Hearing - 8% over 10 years 9/20/90 Joint and Cooperative Agreement This Agreement, made and entered into this - 16th day of February —, 1979, between the City of Crystal, a Minnesota municipal corporation ("Crystal"), and the City of New Hope, a Minnesota municipal corporation ("New Hope"). Witnesseth: Whereas, Crystal and New Hope are adjacent municipalities with a common' boundary; and Whereas, storm surface and runoff waters flow from New Hope and Crystal within a common drainage area comprised generally of New Hope Drainage District IV and the Memory Lane Ponding Area in Crystal (the "Drainage Area"), and Whereas, the parties deem it desirable, feasible and practical to alleviate periodic flooding in the Drainage Area by jointly constructing public improvements therein consisting of the following improvement projects: a) New Hope Storm Sewer Improvement Project No. 326 (the "New Hope Project"), consisting of the construction of a ponding area in the area of 41st and Quebec Avenue North in New Hope capable.of providing at least 30 acre feet of water storage, plus piping necessary to direct surface waters to the site and an outlet structure; 4 b) Crystal Improvement No. 58-A (the "Crystal Project") consisting of the construction of a 72'! diameter pipe under Louisiana Avenue North in the City of Crystal to drain the area on the west side of said street and Memory Lane Pond to replace the existing 48" pipe in the vicinity of 44th Avenue North; (the two improvement projects herein collectively referred to as the "Joint Project"), and Whereas, the total estimated cost (the "Cost") of the Joint Project as shown by the preliminary reports of the Crystal and New Hope engineers is $390,000, consisting of $340,000 in costs for the New Hope Project and $50,000 in costs for the Crystal Project, and as shown in the preliminary reports of the respective engineers of the cities attached hereto as Exhibits A and B, and Whereas, Crystal Improvement No. 58-A was duly ordered by its City Council pursuant to Minnesota Statutes, chapter 429, on May 10, 1978 and New Hope Storm Sewer Improvement Project was duly ordered by its City Council on June 26, 1978, and Whereas, Crystal and New Hope have determined that it is in their best interests to construct the Project as a joint and cooperative undertaking pursuant to Minnesota Statutes, Section 471.59. Now, therefore, in consideration of the mutual promises and covenants contained herein, Crystal and New Hope agree as follows: I. Construction of The Joint Project 1. The Joint Project shall be constructed and cost shared by Crystal and New Hope as provided in this Agreement. 1.01. Chapter 429 Proceedings. The Crystal Project and the New Hope•Project shall be constructed by the respective cities in accordance with the procedures set forth in Minnesota Statutes, Chapter 429. 1.02. Plans and Specifications. Plans and specifications for the Crystal and New Hope Projects, respectively, shall be prepared by the city engineers of each city or by engineers retained by either of them. Prior to advertising for bids for contracts based on such plans and specifications, the plans and specifications for each project shall be approved by both city councils. Prior to the award of a contract for Project work, each city shall submit the bias therefor to the other, together with its recommendations, for city approval, and no contract for Project work shall be awarded by either city without such approval. 1,03. Supervision. The construction of the New Hope Project shall be supervised by the New Hope Engineer, and the construction of the Crystal Project shall be supervised by the Crystal Engineer. The engineers and their staffs shall cooperate fully in the construction of the Joint Project, but neither city shall have any responsibility for the supervision of the Project of the other. All records, reports and other data relating to the -2- Joint Project and necessary to its successful completion shall be made available by each city to the other. II. Cost and Cost Sharing 2. Cost of Joint Project The Cost of the Joint Project shall be determined and apportioned to the cities as provided in this Article. 2.01. Determination of Cost The Cost of the Joint Project includes construction, contract costs, normal contingencies, engineering, legal and land acquisition costs, and all other costs normally attributed by the cities to projects constructed under Minnesota Statutes, Chapter 429, except administrative costs. Contract costs shall be determined on a unit price basis as set forth in the contracts and based upon final quantities as measured by the City Engineers upon completion of the Joint Project. In determining the cost of the Joint Project, any reimbursement (actual or projected) of the cost of the Joint Project for either municipality from any source, such as federal or state funds, shall be first deducted frcm the total costs and the remaining cost shall be divided as stated in section 2.02. If either city receives such reimbursement after payment in full by that city for the Joint Project, the other municipality shall be paid an amount equal to one -half of such reimbursement. 2.02. Sharing of Cost The Cost shall be paid 50% by New Hope and 50% by Crystal. Within 60 days after an award by either city to the successful bidder for the improvement for which that city is responsible hereunder, the other city shall deposit with the treasurer of the awarding city 45% of the total amount of the cont=act and estimated engineering and legal costs for the project. The remaining 50, as adjusted to actual costs, is to be paid to the awarding city upon completion of the project and submission to the non - awarding city of the final estimate for the project by the engineer of the awarding city, showing the final construction cost for the project. The respective party's share of attorney, engineezing, -3- and other unpaid costs in section 2.01, above, and land acquisition costs, including attorney fees, shall be paid by each party to the other promptly upon billing by each party, based upon actual condemnation awards or amounts paid. III. Ponding Area and Outflow Gate 3. Efficient Operation The cities recognize that the efficient operation of the Joint Project is dependent on the water - bearing condition of the ponding area therein and the correct operation of the outflow structure regulating the discharge from the ponding area. 3.01. Maintenance The ponding area and outflow structure shall be maintained by New Hope. If in the judgment of both parties, major repairs or reconstruction of the outflow structure, or dredging of the ponding area, is necessary for their proper operation, New Hope agrees to make such repairs or perform such dredging and the cities hereby agree that 50% of the cost of such work will be paid by each city forthwith. 3.02. Operation of Outflow Structure Crystal is responsible for the proper operation of the outflow gate. New Hope may establish elevations which Crystal agrees to observe in the operation of the outflow structure, provided that such elevations shall always be su;h as to maintain a storage capacity in the ponding area of not less than 30 -acre feet, when full, over and above the minimum depth established by New Hope. New Hope may operate the outflow structure when circumstances so dictate, provided that the 30 -acre feet storage capacity of the ponding area is not compromised by such operation. IV. Participation 4. General The cities agree that the Joint Project is an undertaking by them to alleviate the periodic flooding in the Drainage Area. The cities further agree that the equal payment of the cost of the Joint Project represents a good faith undertaking by them to deal with this specific problem and that this Agreement -4- is not to be construed as a departure by either city from their respective storm water drainage policies. New Hope has accepted the Crystal concept, but does not accept any responsibility for the design, other than for the execution of the concept, into actual plans and specifications by its own engineers and for construction of the New Hope portion of the Joint Project in accordance with approved plans and specifications. 4.01. Conditions of Participation. It is agreed by the cities that participation by New Hope in this Agreement constitutes the final participation of New Hope in the cost of protecting Crystal properties from flooding which has resulted' from storm water drainage flowing into Crystal from New Hope Drainage District IV. With this agreement as to final participation in mind, New Hope hereby agrees that: a) It will not enlarge said Drainage I District as it exists on the date of this Agreement; b) It will not enlarg; or modify the storm sewer facilities within said District existing on the date of this Agreement so as to,increase the rate of flow of storm water into Memory Lane Pond; C) It will not by its affirmative act reduce the storage capacity of the ponding area constructed - as part of the Joint Project or any other ponding area within the District; and d) it will consider improving the ponding area at 45th Avenue and Winnetka Avenue in New Hope to determine if it considers such improvement feasible. 4.02. Further Cooperation. Except for the provisions of' section 4.01, nothing in this Agreement is to be construed as preventing the cities from conducting further negotiations as to the appropriate methods to deal cooperatively with the problems of store water control in the Drainage Area or any other area in - which the cities have dommon storm water drainage. V. Miscellaneous 5.01. Limitation of Liabilities. It is further agreed that any and all employees of New Hope and all other persons engageE by New Hope in the performance of any work or services required, am volunteered, or provided for herein to be performed by New Hope and shall not be considered employees of Crystal, and that any and all claims that may or might arise under the Worker's Compensation Act of the State of* Minnesota on behalf of said employees while so engaged and any and all claims made by any third parties as a consequence of any act or omission on the part of said employees while so engaged in any of the work or services provided to be rendered herein shall in no way be the obligation or responsibility of Crystal. Also, any and all employees of Crystal and all other persons engaged by Crystal in the performance of any work or services required or provided for herein to be performed by Crystal shall not be considered employees of New Hope, and that any and all claims that may or might arise under the Worker's Compensation Act of the State of Minnesota on behalf of said employees while so engaged and any and all claims made by any third parties as a consequence of any act or omission on the part of said employees so engaged on any of the work or services provided to be rendered herein shall in no way be the obligation or responsibility of New Hope. 5.02. Term of Agreement This agreement shall remain in force throughout the useful life of the Joint Project. 5.03. Time New Hope and Crystal agree to proceed with due diligence to complete the Joint Project as promptly as possible and in conformance to the plans and specifications, but no later than December 31, 1979. 5.04. Amendment This Agreement may be amended at any time by mutual consent of the cities set forth in a written amendment hereto. In Witness Thereof, the cities ha «e caused this agreement to be executed by their proper officers on their respective behalf pursuant to resolutions duly adopted by their respective governing bodies. CITY OF NEW HOPE By z its fdayo v and By 4 L 1 4 IS4 City an I s City anagtr CITY OF CRYSTAL BY Its May= and By Its City Manager -7-