Loading...
Imp. Proj. #480COUNCIL � 1011 ! 0 . . • RESOLUTION AWARDING CONTRACT FOR MANHOLE FRAME REPLACEMENT AND GRADING OVERLAND DRAINAGE SWAILS FOR INFLOW REDUCTION (IMPROVEMENT PROJECT NO. 480 PHASE I) At the August 12th Council meeting the City Council passed a Resolution Approving Plans and Specifications for Sanitary Sewer and Related Improvements to Reduce Infiltration /Inflow and Eliminate Flooding of Homes Around Northwood Lake and Ordering Advertisement for Bids (Improvement Project No. 480 - Phase I). The plans and specifications addressed three major items under Phase I of the program to evaluate /improve /upgrade the sanitary sewer system as follows: 1. Remove and replace existing leaking manhole covers and frames at low points in the Cit, subject to flooding. 2. Improve overland drainage at low points to eliminate street and sewer flooding a Hillsboro /Northwood Parkway and 6060 Hillsboro Avenue. 3. Clean/televise trunk sanitary sewer lines to remove blockages, identify infiltration /inflow, settled sewer lines and manholes, and other maintenance type items. The above three items would be consolidated into two contracts; with one contract for the manhole replacement and overland drainage (swail) improvements, and one contract for cleaning /televising the trunk sanitary sewer lines. The estimated cost to remove and replace existing leaking manhole covers and frames at low points in the City and to construct two (2) overland drainage swails was $84,000, with the project being financed with retained earnings from the Sewer /Water Fund. The bid opening for this portion of the project will be conducted on Monday, September 9th, and the bids will be brought to the Council that evening for consideration and award - with a recommendation from the City Engineer. The enclosed preliminary resolution accepts the low bid, with the contractors and bid amounts to be inserted after the bid onenine. Staff recommends annroval of the resolution. TO: r Review: Administration: Finance: 11 CITY OF NEW HOPE RESOLUTION NO. 91 -148 RESOLUTION AWARDING CONTRACT FOR MANHOLE FRAME REPLACEMENT AND GRADING OVERLAND DRAINAGE SWAILS FOR INFLOW REDUCTION (IMPROVEMENT PROJECT NO. 480 - PHASE I) WHEREAS, pursuant to advertisement for bids for manhole frame replacement and grading overland drainage swails for inflow reduction, bids were received, opened and tabulated complying with the advertisement; and WHEREAS, there were eight (8) bids received; and WHEREAS, it appears that Sunram Landscaping is the lowest responsible bidder. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of New Hope, Minnesota: 1. The Mayor and City Manger are hereby authorized and directed to enter into the attached contract with Sunram Landscaping for $80,410 (base bid of $78,100 plus alternate No. 4 at $2,310) in the name of the City of New Hope for manhole frame replacement and grading overland drainage swails for inflow reduction according to the plans and specifications therefore approved by the City Council and on file in the office of the City Clerk. 2. The City Clerk is hereby authorized and directed to return forthwith to all bidders the deposits made with their bids, except that the deposits of the successful bidder and the next lowest bidder shall be retained until a contract has been signed. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 9th day of September, 1991. Mayor Attest: Q- &Z�. a, '�6 � City Clerk v T- September 9, 1991 City of New Hope 4401 Xylon Ave. N. New Hope, MN 55428 Attn: Mr. Daniel Donahue Re: Manhole Frame Replacement and Inflow Reduction Project No. 480 Our File No. 34133 Dear Dan, Bids were received September 9 for the above project. The low bid of the eight bids submitted is from Sunram Landscaping. The low bid is $78,100. The engineer's estimate is $75,000. In addition, four alternate bids were required. Alternate No. 1 and 2 provided for an internal chimney seal in lieu of a 6" concrete collar. No change in price was indicated. Alternates 3 and 4 provided for a timber retaining wall or a modular block wall for the drainage swale at Northwood Parkway, respectively. Alternate No. 3 Timber Wall Alternate No. 4 Modular Block Wall Add $1,575 $2,310 It's our recommendation Alternate No. 4 Modular Block Wall be included in the contract award. Therefore, it's recommended the contract be awarded to Sunram Landscaping based on the base bid ($78,100) plus Alternate No. 4 ($2,310) for a total contract award of $80,410. If you have any questions, please contact this office. Yours very truly, BON STR O, ROSENE, ANDERLIK & ASSOCIATES, INC. Mar A. Hanson MAH:li 34133.cor .�M " Otto G. Bonestroo, P.E. Keith A. Gordon, P.E. Mark R. Rolfs, P.E. Rene C. Plumart, A.I.A. JA Bonestroo Robert W. Rosen, P.E. Joseph C. Anderlik, P.E. Richard W Foster, P.E. Donald C. Burgardt, P.E. Robert C. Russek, A.I.A. Thomas E. Angus, P.E. Agnes M. Ring, A.I.C.P. Jerry D. Pertzsch, P.E. Ros ene Marvin L. Sorvala, P.E. Richard E. Turner, P.E. Glenn R. Cook, P.E. Thomas E. Noyes, P.E. Jerry A. Bourdon, P.E. Mark A. Hanson, P.E. Ted K. Field, 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, PE. Gary W. Morien, P.E. Karen L. Wiemeri, P.E. Robert G. Schunicht, P.E. Robert R. Pfefferle, P.E. Ismael Martinez, P.E. Keith R. Yapp, P.E. A ssociates Susan M. Eberlin, C.P.A. David O. Loskota, P.E. Mark D. Wallis, P.E. Charles A. Erickson Thomas W Peterson, P.E. Thomas R. Anderson, A.I.A. Leo M. Pawelsky Michael C. Lynch, P.E. Gary F Rylander, P.E. Harlan M. Olson Engineers & A r ch it ects James R. Maland, P.E. Miles B. Jensen, P.E. Kenneth P. Anderson, P.E. L. Phillip Gravel III, P.E. September 9, 1991 City of New Hope 4401 Xylon Ave. N. New Hope, MN 55428 Attn: Mr. Daniel Donahue Re: Manhole Frame Replacement and Inflow Reduction Project No. 480 Our File No. 34133 Dear Dan, Bids were received September 9 for the above project. The low bid of the eight bids submitted is from Sunram Landscaping. The low bid is $78,100. The engineer's estimate is $75,000. In addition, four alternate bids were required. Alternate No. 1 and 2 provided for an internal chimney seal in lieu of a 6" concrete collar. No change in price was indicated. Alternates 3 and 4 provided for a timber retaining wall or a modular block wall for the drainage swale at Northwood Parkway, respectively. Alternate No. 3 Timber Wall Alternate No. 4 Modular Block Wall Add $1,575 $2,310 It's our recommendation Alternate No. 4 Modular Block Wall be included in the contract award. Therefore, it's recommended the contract be awarded to Sunram Landscaping based on the base bid ($78,100) plus Alternate No. 4 ($2,310) for a total contract award of $80,410. If you have any questions, please contact this office. Yours very truly, BON STR O, ROSENE, ANDERLIK & ASSOCIATES, INC. Mar A. Hanson MAH:li 34133.cor .�M " �/ Bormtroo nfA Rosene Anderfik Associates Project Name Manhole Frame Replacement and Inflow Reduction Project No. 480 File No 34133 Bid 11:30 a.m. C.D.S.T. Monday, September 9, 1991 Owner City of New Hoe MN Opening , , y, A t3 A , E" "" s� �..,. BID TABULATION Tabulation of Five Low Bids of Eight Received I hereby certify that this is an exact r of bi Phil I_ Gravel, P.E Reg. No. 19864 34133.TAB BT -1 Bid No. 1 Bid No. 2 Bid No. 3 Bid No. 4 Bid No. 5 Sunram Landscaping Thomas & Sons Const. Penn Contracting Hardrives, Inc. Ford Construction I nc. Inc. Inc. Unit Unit Unit Unit Unit No. Item Unit ON Price Total Price Total Price Total Price Total Price Total Pan 1 - Sanitary Sewer Casting Replacement 1 Frame, ring, & estg. replacement w/bit. patch (residential street) EA 51 750.00 38,250.00 810.00 41,310.00 700.00 35,700.00 870.00 44,370.00 950.00 48,450.00 2 Frame, ring & cstg. replacement w/bit. patch (Boone, 45th & 49th Avenues) EA 8 800.00 6,400.00 850.00 6,800.00 800.00 6,400.00 980.00 7,840.00 1,000.00 8,000.00 3 Frame, ring, & est-. replacement w/bit. patch (Winnetla Avenue) EA 1 850.00 850.00 1,500.00 1,500.00 900.00 900.00 1,300.00 1,300.00 1,400.00 1,400.00 34133.TAB BT -1 No. Item Unit. C tv 4 Frame, ring, & cstg. replacement Bid No. 1 Bid No. 2 Bid No. 3 Bid No. 4 Bid No. 5 Sunram Landscaping Thomas & Sons Penn Contracting Hardrives, Inc. Ford Constructior 1,500.00 Const., Inc. Inc. 7,250.00 Inc. Unit Unit Unit Unit Unit Price Total Price Total Price Total Price Total Price Total 34133.TAB BT -2 w /concrete patch («innetka Avenue) EA 5 1,250.00 6,250.00 1,700.00 8,500.00 4,000.00 20,000.00 1,500.00 7,500.00 1,450.00 7,250.00 5 Frame, ring, & cstg. replacement w/sod (yard areas) EA 2 400.00 800.00 400.00 800.00 400M 800.00 400.00 800.00 680.00 1360.00 6 Replace casting only (MH 26) EA 1 200.00 200.00 300.00 300.00 100.00 100.00 400.00 400.00 130.00 130.00 7 Additional bitum. patch w/ aggreg. base SY 500 28.00 14,000.00 17.00 8,500.00 20.00 10,000.00 20.00 10,000.00 15.00 7,500.00 8 Remove concrete curb and gutter LF 100 8.00 800.00 4.00 400.00 2.00 200.00 5.00 500.00 6.00 600.00 9 Concrete curb and gutter LF 100 14.00 1,400.00 15.00 1,500.00 12.00 1,200.00 15.00 1,500.00 15.00 1,500.00 10 Bitum. patch for curb replacement SF 100 4.00 400.00 4.00 400.00 4.00 400.00 3.00 300.00 4.50 450.00 11 Highland sod w/topsoil behind curb replacement SY 25 10.00 250.00 6.00 150.00 4.00 100.00 5.00 125.00 6.00 150.00 Total Part I - Sanitary Sewer Casting Replacement $69,600.00 $70,160.00 $75,800.00 $ 74,635.00 $76,790.00 34133.TAB BT -2 No. Item Unit ()tv Bid No. i Bid No. 2 Bid No. 3 Sunram Landscaping Thomas & Sons Penn Contracting Unit Const_, Inc. Inc. Unit Unit Unit Price Total Price Total Price Total Bid No. 4 Bid No. 5 Hardrives, Inc. Ford Constructior Inc. Unit Unit Price Total Price Total 34133.TAB BT -3 Part 2 - Overland Drainage Swales 12 Excavation and grading for Northwood Parkway drainage Swale LS 1 700.00 700.00 700.00 700.00 2,000.00 2,000.00 2 2,000.00 1,800.00 1,800.00 13 Excavation and grading for Hillsboro Avenue drainage swale LS 1 650.00 650.00 1,000.00 1,000.00 2,500.00 2,500.00 2,000.00 2,000.00 1,000.00 1.000.00 14 Remove concrete curb and gutter LF 40 10.00 400.00 4.00 160.00 4.00 160.00 5.00 200.00 6.00 240.00 15 Concrete curb and gutter LF 40 15.00 600.00 15.00 600.00 20.00 800.00 25.00 1,000.00 15.00 600.00 16 Bituminous patch for curb replacement SF 40 5.00 200.00 4.00 160.00 4.00 160.00 3.00 120.00 4.50 180.00 17 Remove concrete walk SF 400 1.00 400.00 1.00 400.00 1.00 400.00 1.50 600.00 1.00 400.00 18 4" concrete walk w /4" sand base & prep SF 400 2.50 1,000.00 3.00 1,200.00 4.00 1,600.00 3.00 1,200.00 3.00 1,200.00 19 Class II riprap wjfabric & bedding C4' 20 65.00 1,300.00 75.00 1,500.00 30.00 600.00 100.00 2,000.00 50.00 1.000.00 34133.TAB BT -3 No. Item 20 Highland sod whopsoil Bid No. t Bid No. 2 Bid No. 3 Bid No. 4 Bid No. 5 Sunram Landscaping Thomas & Sons Penn Contracting Hardrives, Inc. Ford Construction $88,955.00 Cons In Inc. lnc. - Unit Unit Unit Unit Unit Unit Otv Price Total Price Total Price Total Price Total Price Total SY 1,300 2.50 3,250.00 3.50 4,550.00 2.50 3,250.00 • 4.00 5,200.00 5.00 6 Total Part 2 - Overland Drainage Swales $8,500.00 $10,270.00 $11,470.00 $14,320.00 $12,920.00 Total Part 1 - Sanitary Sewer Casting Replacement Total Part 2 - Overland Drainage Swales 69,600.00 8,500.00 70,160.00 10,270.00 75,800.00 11,4 70.00 74,635.00 14,320.00 76 12 Q20.00 Total Base Bid $78,100.00 $80 $87,270.00 $88,955.00 $89,710.00 Alternate No. 1 21 Frame, ring & casting replacement with bituminous patch (residential street) including internal chimney seal in lieu of 6" concrete collar EA 51 750.00 38,250.00 1,000.00 51,000.00 790.00 40,290.00 800.00 40,800.00 1,200.00 62,200.00 34133.TAB BT-4 Bid No. 1 Bid No. 2 Sunram Landscaping Thomas & Sons Const., Inc. Bid No. 3 Bid No. 4 Bid No. 5 Penn Contracting Hardrives, Inc. Ford Construction Inc. Inc. Unit Unit Unit Price Total Price Total Price Total Unit Unit No. Item unit Otv Price Total Price Total Alternate No. 2 22 Frame, ring & casting replacement with bituminous patch (Boone, 45th & 49th Avenue) including internal chimney seal in lieu of 6" concrete collar EA Alternate No. 3 23 Timber retaining wall (with tiebacks) for Northwood Parkway drainage Swale. 6" x 6" brown treated timbers 8 800.00 6,400.00 1,000.00 8,000.00 890.00 7,120.00 900.00 7,200.00 1,250.00 10.000.00 SF 210 7.50 1,575.00 10.00 2,100.00 20.00 4,200.00 16.00 3.360.00 5.00 1,050.00 34133.TAB BT-5 No. Item 24 Alternate No. 4 Keystone retaining wall for Northwood Park drainage swale. Tan, rockface Unit tv Bid No. I Bid No. 2 Sunram Landscaping Thomas & Sons Hardrives, Inc. ConSL In Unit Unit Price Total Price Total Bid No. 3 Bid No. 4 Bid No. 5 Penn Contracting Hardrives, Inc. Ford Construction Inc. Inc Unit Unit Unit Price Total Price Total Price Total Keystone blocks w /non - beveled rap blocks SF 210 11.00 2.310.00 15.00 3.150.00 15.00 3150.00 16.00 3,360.00 9.00 1.890.00 34133.TAF BT-6 Bid No.1 Bid No. 2 Bid No. 3 Bid No. 4 Bid No. 5 Bid Bond, Five Percent Five Percent Five Percent Five Percent Cert. check, Five Percent Cash deposit Firm Sunram Landscaping Thomas & Sons Const. Penn Contracting, Inc. Hardrives, Inc. Ford Construction Co. Inc. Inc. BV Lee Sunram Steve J. Thomas Dean Luxenburg Stanley M. Hemphill Lance R. Ford Title Owner President President Project Manager President Address 7675 Trov Lane P.O. Box 303 1697 Peltier Lake Drive 9724 10th Avenue North P.O. Box 667 city, state, Maple Grove, Minnesota Rogers, Minnesota Centerville, Minnesota Plymouth, Minnesota Excelsior, Minnesota Zip Code 55369 55374 55038 55441 55331 -0667 Telephone 420 -2140 (612) 428 -2229 426 -9150 (612) 542 -9060 (612) 470 -9613 Fax No. 420 -2140 (612) 428 -4776 429 -4699 (612) 542 -8750 (612) 470 -9631 34133.TAB BT -7 Sonestroo ai Rosen I'ates� Bidder Total Base Bid Address Telephone No. City, State, Zip Fax. No. Si. P.W. M , S " 9 '"°"` ` - �` M U PROPOSAL MANHOLE FRAME REPLACEMENT AND INFLOW REDUCTION [aTI WAR aZtel10 011i;[S -r: FILE NO. 34133 NEW HOPE, MINNESOTA 1991 Honorable City Council City of New Hope 4401 Xylon Avenue North New Hope, Minnesota 55428 Dear Council Members: Opening Time: Opening Date: 11:30 A.M., CD.S.T. Monday, September 9, 1991 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. 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 - Sanitary Sewer Casting 1 Frame, ring, & cstg. replacement w /bit. patch (residential street) EA 51 $ $ 2 Frame, ring & cstg. replacement w /bit. patch (Boone, 45th & 49th Avenues) EA 8 $ $ 3 Frame, ring, & cstg. replacement w /bit. patch (Winnetka Avenue) EA 1 $ $ 34133.PRO P -1 No. Item Unit 4 Frame, ring, & cstg. replacement $ 500 w /concretepatch (Winnetka Avenue) EA 5 Frame, ring, & cstg. replacement w /sod $ 100 (yard areas) EA 6 Replace casting only (MH 26) EA 7 Additional bitum. patch w/ aggreg. base SY 8 Remove concrete curb and gutter LF 9 Concrete curb and gutter LF 10 Bitum. patch for curb replacement SF it Highland sod w /topsoil behind curb replacement SY Total Part 1 - Sanitary Sewer Casting Replacement Qty Unit Price Total Price 5 $ $ 2 Part 2 - Overland Drainage Swales $ 12 Excavation and grading for Northwood $ 500 Parkway drainage swale LS 13 Excavation and grading for Hillsboro $ 100 Avenue drainage swale LS 14 Remove concrete curb and gutter LF 15 Concrete curb and gutter LF 16 Bituminous patch for curb replacement SF 17 Remove concrete walk SF 18 4" concrete walk w/4 "sand base & prep SF Qty Unit Price Total Price 5 $ $ 2 $ $ 1 $ $ 500 $ $ 100 $ $ 100 $ $ 100 $ $ 25 $ $ 1 $ 1 $ $ 40 $ $ 40 $ $ 40 $ $ 400 $ $ 400 $ $ 34133TRO P -2 No. Item 19 Class II riprap w /fabric& bedding 20 Highland sod w /topsoil Total Part 2 - Overland Drainage Swales Total Part 1 - Sanitary Sewer Casting Replacement Total Part 2 - Overland Drainage Swales TOTAL BASE BID Unit Qty Unit Price Total Price CY 20 $ $ SY 1,300 $ $ 34133.PRO P -3 July 16, 1991 City of New Hope 4401 Xylon Avenue N. New Hope, MN 55428 Attn: Mr. Daniel Donahue Re: Northwood Lake Sanitary Sewer Investigation City Project No. 480 Our File No. 34130 Dear Dan, On May 15, 1991 and June 25, 1991 we met with residents along Northwood Lake to review and discuss the sanitary sewer flooding they experienced this spring. As a result of those meetings, we were instructed to investigate alternatives to reduce the sanitary sewer flooding in this area. Based on our analysis, three factors contribute to their sanitary sewer flooding: Amount of flow Condition of existing sanitary sewer Hydraulic capacity of existing sanitary sewer relative to basement elevations AMO OF FLOW: Listed below are the estimated sanitary sewer flows and water consumption for New Hope based on certain conditions. Otto G Bonestoc. PE Keith A Gordon, PE Mark R Roifs. PE Rene' P._^a^ B ®• e ■ Q es t oo Robert W Ro Se ^e. PE RiC rard W Foster PE RODe¢ C RuSSe K, A A Acres V R -r: i C y ■ J A Joseph C Ar,der�k PE Donald C Burgarot. PE Thomas E Angus. PE ;em/ D - e-zsc^ 'E R ®�7�ii1 ,fr Marvin L Sorvala. PE Richard E Turner PE. Jerry A Bourdon. PE Mark A Hanson. PE. Howard A Santoro. PE Daniel J Edgerton. PE Ceo+io C::"e ?E Rooert R Dreoidw PE ® a Anderl'k & Gienn R COOK. PE Thomas E Noyes. PE Teo K c,eid. PE Michael T Rautmann PE Mark A Seep, PE. Philip J. Caswell. PE Gary A/ blcrer PE Karen L '. eme- -E iates AssocASSQC Robert G Schun,chr PE Susan M Eberlin, CPA Rooert R Pfeffene. PE David O Loskota. PE Ismael Martinez, PE- Mark D Wallis, PE, Keith R Yapp. PE Charles A E "CKSOr Thomas W Peterson. PE. Thomas R Anderson, A.I.A. Leo M Pawelsky Michael C Lynch PE. Gary F Rylander. PE. Harlan M Olson Engineers & Architects James R Maland. PE Miles 8 Jensen, PE Kenneth P Anderson, PE. L. Phillip Gravel III, PE. July 16, 1991 City of New Hope 4401 Xylon Avenue N. New Hope, MN 55428 Attn: Mr. Daniel Donahue Re: Northwood Lake Sanitary Sewer Investigation City Project No. 480 Our File No. 34130 Dear Dan, On May 15, 1991 and June 25, 1991 we met with residents along Northwood Lake to review and discuss the sanitary sewer flooding they experienced this spring. As a result of those meetings, we were instructed to investigate alternatives to reduce the sanitary sewer flooding in this area. Based on our analysis, three factors contribute to their sanitary sewer flooding: Amount of flow Condition of existing sanitary sewer Hydraulic capacity of existing sanitary sewer relative to basement elevations AMO OF FLOW: Listed below are the estimated sanitary sewer flows and water consumption for New Hope based on certain conditions. The sanitary sewer flows on May 5 through May 6, 1991 resulted in sanitary sewer flooding for many of the homes along Northwood Lake. Listed below is the recorded flows at the MWCC Lift Station during this time. Page 1. 34130.cor 2335 West Highway 36 + St. Paul, Minnesota SS113 • 612- 636 -4600 MGD GPM (Million Gals./Day) (Gallons/Minute) Average Water - Consumption 2.3 1,600 Average Recorded Flow per MWCC 2.7 1,900 Average Flow per 1979 Comprehensive Plan 3.5 2,400 Capacity Existing Sewer at MWCC Lift Station 7.9 5,500 Basements Flood at Northwood Lake 10.0 7,000 The sanitary sewer flows on May 5 through May 6, 1991 resulted in sanitary sewer flooding for many of the homes along Northwood Lake. Listed below is the recorded flows at the MWCC Lift Station during this time. Page 1. 34130.cor 2335 West Highway 36 + St. Paul, Minnesota SS113 • 612- 636 -4600 May 5 Midnight (12:00) 2,500 GPM 4:30 A.M. 1,900 GPM 6:00 A.M. 2,100 GPM 7:00 A.M. 2,300 GPM 8:00 A.M. 2,800 GPM 9:00 A.M. 3,300 GPM 10:00 A.M. 4,100 GPM 11:00 A.M. 4,600 GPM Noon (12:00) 1:00 P.M. 5,300 GPM 6:00 P.M. 7,000 GPM 10:00 P.M. 7,200 GPM 11:00 P.M. 7,000 GPM May 6 Midnight (12:00) 7,000 GPM Gradual drop during day May 7 Midnight (12:00) 4,000 GPM The flow in the sanitary sewer system at MWCC's Lift Station when flooding occurs to the homes along Northwood Lake is approximately 7,000 GPM (10.0 MGD). An acceptable peak flow factor based on average sanitary sewer flows for 3.5 MGD (2,400 GPM) is 2.5. Therefore, the acceptable peak flow is 8.7 MGD or 6,000 GPM (2.5 x 3.5 MGD). Therefore, the unacceptable peak flow is approximately 1,000 GPM. Therefore, a reduction in the wastewater flow of 1,000 GPM or more during a major storm event through removal of infiltration /inflow will reduce and /or eliminate flooding of the homes along Northwood Lake. Listed below is how infiltration/inflow enters the sanitary sewer system. Also listed is the estimated range of infiltration/inflow that can enter the sanitary sewer system from a given source. Footing drain 0 -30 GPM Non - machined manhole covers wholes at flooding low points 0 -15 GPM Leaking pipe joints and manholes 0 -5 GPM The removal of each source will reduce infiltration/inflow. The removal of footing drains must be done through a more restrictive ordinance. Removal and replacement of manhole covers and frames throughout the entire City (estimated 2,000) is not cost effective. However, it is cost effective to remove and replace leaking manhole covers and frames at all low points subject to flooding (estimate 75 each at $1,000). Attached is a study conducted by Neenah identifying the amount of infiltration/inflow through leaking manhole covers with holes. Repair of leaking pipe joints and manholes will be discussed as part of televising the existing trunk sewers. Page 2. 34130.cor CONDITION OF EXISTING SEWER: The existing sanitary sewer system in New Hope in many areas is in excess of 30 years old. Its design life is 50 years. Public Works as part of the street resurfacing program has cleaned and televised all lateral lines. Repairs of manholes and pipes have been made as required. However, the 45,000 lineal feet of trunk sanitary sewer in New Hope (12" thru 33" in diameter) have not been televised. Due to the amount of flow in the trunk sewer lines the extent of cleaning has been minimal. Therefore, it is recommended cleaning and televising of the trunk sewers be done to identify infiltration/inflow, settled sewer lines and manholes, and other maintenance type items. Attached is a drawing which identifies the trunk sanitary sewers in New Hope which have not been televised. Because the majority of our trunk sewer lines exist below the groundwater, it is anticipated leaking pipe joints and manholes do exist. In addition, due to the critical elevation of the homes along Northwood Lake, it is imperative that the trunk sewer downstream from Northwood Lake to the MWCC Lift Station not experience any blockage due to faulty pipe or manholes. Once the televising is complete, it is anticipated additional repairs will be required. HYDRAULIC CAPACITY EMSTING SANITARY SEWER/BASEMENT ELEVA110N: The hydraulic capacity of the existing trunk and lateral sanitary sewers in the area of Northwood Lake to the MWCC Pump Station has sufficient capacity for the average sewer flows plus the required peak flow factor. Sufficient capacity implies the sanitary sewer flow does not exceed the top of the sewer pipe at any given location along the sewer line. Attached is a drawing which shows the sewer profile from Northwood Lake to the MWCC Pump Station. Also identified are critical basement elevations adjacent to Northwood Lake. The basement elevations identified are those which are known to experience sewer backups. The sewer backups resulted from a combination of the following: Excessive flow (infiltration/inflow) Partial blockage in downstream sewers Limited capacity in sewer due to existing conditions The first two items must be addressed by reducing infiltration/inflow and cleaning/televising/maintaining existing sewers. The third item addresses areas in the existing sanitary sewer where capacity is restricted due to excessive flows resulting from limitation in the existing sanitary sewer system assuming no blockage. In analyzing the existing sewer system serving Northwood Lake, two areas warrant consideration for improvement: Upgrade 15" Sewer to 21" in Boone Avenue (MH -520 to MH -438) - 610' -21" Upgrade 9" Sewer to 12" in Northwwood Parkway (MH -992 to MH -623) - 1,134' -12" The attached drawing indicates the sewer profile resulting from the May 5 storm event and the sewer profile if the improvements as recommended are made to the systemA noted four of the critical homes would not have flooded if the improvement as recommended existed during this storm event and estimated sewer flow. Listed below is the estimated sewer flow at each manhole that would have had to result for the homes on Northwood Parkway to flood assuming no blockage in the downstream pipe during the May 5 storm. Page 3. May 5 Sewer Flow Design Flow Existing Sewer vs May,,, 5 (MG Capacity (MGDI MH 438 4.42 5.17 MH 520 1.37 1.65 MH 623 0.43 1.08 MH 747 0.30 0.63 MH 992 0.21 0.59 May 5 Sewer Flow % cf Fbw Design (MGD) vs May,,, 5 5.37 +20% 1.84 +35% 0.80 +85% 0.60 +100% 0.45 +100% SUMMARY /CONCLUSION: Based on the findings presented herein, it's recommended a program be considered to further evaluate /improve /upgrade the sanitary sewers in New Hope. Listed below based on priority is a recommended program to be considered by the City. • Eliminate footing drains by a more aggressive ordinance - Remove and replace existing manhole covers and frames at low points which flood Estimate 75 each at $1,000 /each $ 75,000 - Improve overland drainage at low points to eliminate street and sewer flooding Hillsboro/Northwood Parkway $ 5,000 6060 Hillsboro Avenue $ 4,000 - Clean/televise trunk sanitary sewer $ 75,000 - Improvements resulting from sewer televising Grout leaking pipe joints $ 50,000 Grout leaking manholes $ 20,000 Sewer dig -ups and repairs ? - Upgrade existing sewers Boone Ave. (MH 520 -438) 15" to 21" (610') $ 75,000 Northwood Parkway (MH 992.623) 9" to 12" (1,134') $60.00 0 TOTAL $364 Page 4. 34130.cor If the City could reduce its annual infiltration/inflow by 5% (40 million gallons per year) a savings of $50,000 per year could result. Therefore, over a 10 year period excluding interest, a $500,000 savings could result. Presently New Hope's annual charge to MWCC is $900,000 to $1,000,000 per year. If you have any questions, please contact this office. Yours very truly, BO STROO OSENE, ANDERLIK & ASSOCIATES, INC. Mar A. Hanson 5 Page 5. 34130.cor September 11, 1991 Otto G. Bonestroo, P.E. Robert W. Rosen, P.E. Joseph C. Anderlik, P.E. Marvin L. Sorvala, P.E. Richard E. Turner, P.E. Glenn R. Cook, P.E. Thomas E. Noyes, P.E. Robert G. Schunicht, P.E. Susan M. Eberlin, C.P.A. ct f Sunram Landscaping 7675 Troy Lane Maple Grove, MN 55369 Re: Manhole Frame Replacement and Inflow Reduction Our File No. 34133 Keith A. Gordon, P.E. Mark R. Rolfs, P.E. Rene C. Plumart, A.I.A. Richard W. Foster, P.E. Robert C. Russek, A.I.A. Agnes M. Ring, A.I.C.P. Donald C. Burgardt, P.E. Thomas E. Angus, P.E. Jerry D. Pertzsch, P.E. Jerry A. Bourdon, P.E. Howard A. Sanford, P.E. Cecilio Olivier, P.E. Mark A. Hanson, P.E. Daniel J. Edgerton, P.E. Robert R. Drebiow, P.E. Ted K. Field, P.E. Mark A. Seip, P.E. Gary W. Morien, P.E. Michael T Rautmann, P.E. Philip J. Caswell, P.E. Karen L. Wiemeri, P.E. Robert R. Pfefferie, P.E. Ismael Martinez, P.E. Keith R. Yapp, P.E. David O. Loskota, P.E. Mark D. Wallis, P.E. Charles A. Erickson Thomas W. Peterson, P.E. Thomas R. Anderson, A.I.A. Leo M. Pawelsky Michael C. Lynch, P.E. Gary F. Rylander, P.E. Harlan M. Olson James R. Maland, P.E. Miles 8, Jensen, P.E. Kenneth P. Anderson, P.E. L. Phillip Gravel III, P.E. Gentlemen: Enclosed are five (5) copies of the contract documents between you and the City of New Hope covering the above referenced project. Please have your bonding company complete pages 51 through 61 of the Conditions of the Contract. The insurance and indemnity requirements of pages 13, 14, 15, & 16 shall be provided. After the bonding company has completed the documents, forward them to Corrick & , who will review them for the City of New Hope. After the necessary City officials have signed the contracts you will be sent two copies, one for your file and one for your bonding company. One copy will be retained by the City for their file, one by the attorney, and one will be sent to us for our file. Upon receipt of a signed contract and a filed Certificate of Insurance, approved by the City Attorney, a pre - construction conference will be scheduled with you and the City to review the project. After the pre- construction conference, you will be issued a notice to proceed with the work as outlined in the plans and specifications. Yours very truly, BONESTR00, ROSE E, ANDERLIK & ASSOCIATES, INC. r Mark A. Hanson MAH:lk Enclosures: 5 cc: ^pity of New Hope Corrick & Sondrall 2335 West Highway 36 9 St. Paul, Minnesota 55113 # .00 * 35th Anniversary CORRICK LAW OFFICES, PA. WILLIAM J. CORRICK STEVEN A. SONDRALL, PA. STEVEN A.SONDRALL MICHEAL R. LAFLEUR MARTIN P. MALECHA WILLIAM C. STRAIT Ms. Valerie Leone City Clerk City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 CORRICK & SONDP-AJL A PARTNERSHIP OF PROFESSIONAL CORPORATIONS LAWYERS Edinburgh Executive Office Plaza 8525 Edinbrook Crossing Suite #203 Brooklyn Park, Minnesota 55443 TELEPHONE (612) 425-5671 FAX (61 425-5867 RE: City Project No. 480 Manhole Frame Replacement and Inflow Reduction LEGAL ASSISTANTS LAVONNE E. KESKE SHARON D. DERBY Enclosed are the Certificates of Insurance and Contracts for the above-captioned improvement, all of which have been reviewed and are in order from a legal standpoint. Very truly yours, N77 ^ 4 6, " Martin P. Malecha saw Enclosures 4401 Xylon Avenue North New Hope. Minnesota 55428 Phone. 531 -5100 FAX ;612; 531 5 1 --' October 7, 1991 Sunram Landscaping 7675 Troy Lane Maple Grove, MN 55369 SUBJECT: PROJECT 480 (NORTHWOOD PARKWAY DRAINAGE PROJECT) MANHOLE FRAME REPLACEMENT AND INFLOW REDUCTION Enclosed are two fully executed copies of the contract documents for New Hope Project No. 480. One copy is for your records and the second copy should be transmitted to your bonding company. Also enclosed is return of your bid bond. Contract documents are also being transmitted to our City Attorney and City Engineer. The City Council approved this contract at its meeting of September 9, 1991. Also enclosed is a "Withholding Affidavit for Contractors" (IC -134 form). We cannot make final payment to contractors until this is approved by the Minnesota Department of Revenue and submitted to our office (Minnesota Statute 290.97). The form contains instructions for completion. Sincerely, Valerie Leone City Clerk enclosure - IC -134 form cc: City Attorney City Engineer Family Styled City For Family Living Sonestroo Rosen Anderiik & Associates Bidder Total Base Bid Address Telephone No. City, State, Zip Fax. No. EnW—, " . st Paul, Minn w MANHOLE FRAME REPLACEMENT F-10 1 16311210 • N 0101 y • CITY PROJECT NO. 480 FILE NO. 34133 NEW HOPE, MINNESOTA September 4, 1991 Opening Time: 11:30 AM-, C- D.S.T. Opening Date: Monday, September 9, 1991 PROPOSAL - Attach the following sheet to the proposal to be used for bidding purposes. This addendum adds an alternate for internal chimney seals in lieu of 6" concrete collars. Internal chimney seals shall be Cretex brand or approved equal. Adjustments with internal chimney seal will still require new concrete adjustment rings with Ram -nek seal between rings. This addendum also adds alternates for retaining wall at Northwood Parkway drainage swale. Contract award will be based on the lowest base bid or any combination of alternates desired by the Owner. Unit prices below shall reflect the entire cost for adjustment including removals, frame, casting, rings, and patching. If alternative items are used, corresponding items in base bid will be deleted. 34133.ADD A -1 Unit ALTERNATE N 1 Frame, ring, and cstg. replacement w/bit. patch (residential street) including internal chimney seal in lieu of 6" concrete collar ALTERNATE NO. 2 EA 51 $ Frame, ring, and cstg. replacement w/bit. patch (Boone, 45th, & 49th Ave.) including internal chimney seal in lieu of 6" concrete collar EA ALTERNATE NO.3 Timber retaining wall (w /tiebacks) for Northwood Parkway drainage swale. 6 "x6" treated timbers (brown) SF ALTERNATE NO.4 Keystone retaining wall for Northwood Parkway drainage swale. Tan, rockface Keystone blocks w /non - beveled cap blocks SF 8 $ 210 $ 210 $ Total Ea BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. 2335 WEST TRUNK HIGHWAY 36 ST. PAUL, MINNESOTA 55113 34133-ADD A -2 NEW HOPE , MINNESOTA 1991 1700, Adjust Miscellaneous Structures - Specific Requirements General Requirements I Wlffl 1 111, .. 34133 1-1 "allox"Uskly Ime E LOZ = Plate 4-1 Concrete Curb and Gutter Plate SP-1 Hennepin County Concrete Repair Plate Plate SP-2 Concrete Special Specifications (Henn. Co.) Plate SP-3 Hennepin County Concrete Repair Plate A-1 Plate SP-89 Erosion Control (Silt Fence) �,upplemental Conditions • the Contract Conditions • the Contract I hereby certify that this plan and specification was prepared by me or under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of Minnesota. - � J 4 iav-4 Phil Gravel, P.E. M. August 23, 1991 Reg. No. 19864 34133 1-2 Sealed bids will be received by the City of New Hope, Minnesota in the City Hall at 4401 Xylon Avenue until 11:30 A.M., C.D.S.T. on Monday, September 9, 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: Manhole Frame Replacement and Inflow Reduction - Proiect No. 480 68 EA Replace Rings, Frame, and Casting on Existing Manholes 300 LF Grade Overland Drainage Swales Plans and specifications, proposal forms and contract documents may be seen at the office of the City Clerk, New Hope Minnesota, and at the office of Bonestroo, Rosene, Anderlik & Associates, Inc., Consulting Engineers, 2335 W. Trunk Highway 36, St. Paul, MN 55113, (612) 636-4600. Each bid shall be accompanied by a bidder's bond naming the City of New Hope as obligee, certified check payable to the Clerk of the City of New Hope or a cash deposit equal to at least five percent (5 %) of the amount of the bid, which shall be forfeited. to the City in the event that the bidder fails to enter into a contract. The City Council reserves the right to retain the deposits of the three lowest bidders for a period not to exceed 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 $30.00. See "Information to Bidders" for plan/specification deposit refund policy. The City Council reserves the right to reject any and all bids, to waive irregularities and informalities therein and further reserves the right to award the contract to the best interests of the City. Daniel Donahue, Manager City of New Hope, Minnesota 34133ad 1. BID PROCEDURE Each planbolder 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: a) Low prime bidder, or b) Successful low subcontractors and suppliers who notify the receptionist within 15 days of the bid. Refunds of deposit will also be made, for one set of plans and specifications only, to those planholders who return plans and specifications at least 48 hours before the bid-letting hour. 3. INDIVIDUAL DRAWINGS AND SPECIFICATION SHEETS: Individual drawings and specifications sheets may be purchased at the rate of Five Dollars ($5.00) per sheet of drawings and Twenty-five cents ($0.25) per sheet of specifications for which no refund will be made. 1989 General Bonestroo Bidder Sunram Landscaping Total Base Bid $80,410.00 Rosene ® Anderlik 8 Associates Address 7675 Troy Lane Telephone N o. 420 -2140 City, State, Zip Maple Grove, MN 55369 Fax. No. 420 -2140 $�, pWt, Pod, MkvrfoU i NeW�ecn st, PROPOSAL MANHOLE FRAME REPLACEMENT AND INFLOW REDUCTION CITY PROJECT NO. 480 FILE NO. 34133 NEW HOPE, MINNESOTA 1991 Opening Tune: 11:30 A.M., C U.S.T. Opening Date: Monday, September 9, 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 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 - Sanitary Sewer Casting Replacement 1. Frame, ring, 8c cstg, replacement w /bit. patch (residential street) EA 51 750.00 $38,250.00 2 Frame, ring & estg. replacement w /bit. patch (Boone, 45th & 49th Avenues) EA 8 800.00 6,400.00 34133TRO P -1 No. Item Unit Qty Unit Price Total Price 3 Frame, ring, & cstg. replacement w /bit. patch (Winnetka Avenue) EA 1 850.00 $ 850.00 4 Frame, ring, & cstg. replacement w /concretepatch (Winnetka Avenue) EA 5 1,250.00 6,250.00 5 Frame, ring, & cstg. replacement w /sod (yard areas) EA 2 400.00 800.00 6 Replace casting only (MH 26) EA 1 200.00 200.00 7 Additional bitum. patch w /aggreg. base SY 500 28.00 14,000.00 8 Remove concrete curb and gutter LF 100 8.00 800.00 9 Concrete curb and gutter LF 100 14.00 1,400.00 1.0 Bitum. patch for curb replacement SF 100 4.00 400.00 11 Highland sod w /topsoil behind curb replacement SY 25 10.00 ._,?SS M Total Part 1. - Sanitary Sewer Casting Replacement $69,600.00 Part 2 - Overland Drainage Swales 12 Excavation and grading for Northwood Parkway drainage swale LS 1 700.00 $ 700.00 13 Excavation and grading for Hillsboro Avenue drainage Swale LS 1 '650.00 650.00 1.4 Remove concrete curb and gutter LF 40 10.00 401.00 15 Concrete curb and gutter LF 40 15.00 600.00 16 Bituminous patch for curb replacement SF 40 5.00 200.00 17 Remove concrete walk SF 400 1.00 400.00 18 4" concrete walk w /4" sand base & prep SF 400 2.50 1,000.00 34133TRO P -2 No. Item Unit Qty Unit Price Total Price 19 Class II riprap w /fabric& bedding CY 20 65.00 $1,300.00 20 Highland sod w /topsoil SY 1,300 2.50 3,22, Total Part 2 - Overland Drainage Swales $8,500.00 Total Part 1 - Sanitary Sewer Casting Replacement $69,600.00 Total Part 2 - Overland Drainage Swales B.SOQ Total Base Bid $78,100.00 c 34133TRO P -3 The final amount of the contract shall be determined by multiplying the final measured quantities of the various items actually constructed and installed by the unit prices therefor, in the manner prescribed in the specifications. However, the low bidder shall be determined by adding the sums resulting from multiplying the quantities stated by the unit prices bid therefor. Accompanying this bid is a bidder's bond certified check or cash deposit in the amount of $ five perce (5%) , which is at least five percent (5 %) of the amount of my /our bid made payable to the Owner, and the same is subject to forfeiture in the event of default on the part of the undersigned or failure on the part of the undersigned to execute the prescribed contract and bond within fifteen (15) days after its submittal to me /us. In submitting this bid it is understood that the Owner retains the right to reject any and all bids and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this bid, it is understood that payment will be by cash or check. It is understood that bids may not be withdrawn for a period of 45 days after the date and time set for the opening of bids. It is understood that the Owner reserves the right to retain the certified check or bond of the three lowest bidders as determined by the Owner for a period not to exceed 45 days after the date set for the opening of bids. Respectfully submitted, (A Corporation) Sunram Landscaping ( An Individual) Name of Bidder (A Partnership) (Signed) Lee Sunram Signer Owner Title Lee Sunram Printed Name of Signer 34133TRO P -4 _Unit Total ALTERN NO. 1 4 Frame, ring, and cstg. replacement w/bit. patch (residential street) including internal chimney seal in lieu of 6" concrete collar EA 51. $ 750.00 $ 38.250. ALTERNATE NO._ 2 Frame, ring, and cstg. replacement w/bit. patch (Boone, 45th, & 49th Ave.) including internal chimney seal in lieu of 6" concrete collar EA 8 $ 800.0 $ 6 400.00 ALTERNATE NO. 3 Timber retaining wall (w /tiebacks) for Northwood Parkway drainage swale. 6 "x6" treated timbers (brown) SF 210 $ 7.50 $ 1,575.00 ALTERNATE NO. _4 Keystone retaining wall for Northwood Parkway drainage Swale. Tan, rockface Keystone blocks w /non - beveled cap blocks SF 210 $ 11.00 $ 10.00 BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. 2335 WEST TRUNK HIGHWAY 36 ST. PAUL, MINNESOTA 55113 34133.ADD A -2 1700. ADJUST MISCELLANEOUS STRUCTURES General Requirements 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 REQUIREMENTS: 1700.3.1. Adjust Manhole & Catch Basin Frames; 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. Where the frame is to be adjusted downward, this shall be accomplished by removing the necessary number of adjustment rings from the structure. The frame shall then be reset in a full mortar bed to grade. Regardless of the direction of adjustment, no shims of any material will be allowed. The minimum thickness of all mortar joints shall be at least 1/4 inch with a maximum allowable thickness of 1/2 inch. All excess mortar from the joint shall be wiped clean from the inside of all rings and frame. All manhole castings must be replaced prior to the placing of the final wear course. "HMM 3/89-GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. Care shall be taken to prevent sand, chunks of concrete or any other debris from entering the structures. 1700.3.2. Remove and Replace Manhole and Catch Basin Frames: Where included in the proposal or the Specific Requirements of Section 1700, the Engineer may elect to have the Contractor remove all manhole and catch basin castings and rings if any at the beginning of the construction work. The Contractor then shall cover the openings with suitable steel plates and continue to construct and compact the subbase and base courses. Prior to placing the curbing or final wear course, the Contractor shall raise all structures to final grade following all construction requirements outlined in 1700.3.1. drainage into catch basins must be maintained during the time the casting is removed. During the same time period, the Contractor shall be responsible to keep surface water and dirt from entering the sanitary sewer system. Adjusting rings needed to raise the casting to grade shall be incidental to the remove and replace item. 1700.3.3. Reconstruct Manhole & Catch Basins: Where the Engineer requires, or where it is impossible to adjust the structure with the addition or removal of adjustment rings, reconstruction will be necessary. In such cases it will be necessary to add or remove manhole sections. Pre -cast manhole joints shall be rubber 0 -ring gasket type to match existing joint. In absence of. the 0 -ring joint, older style manhole joints shall be sealed using a material similar to Ram -Nek or equal gasket material applied in accordance with manufacturer's recommendation. 1700.3.4. Adjust Valve Boxes: Valve boxes shall be adjusted to grade prior to the placing of the final wear course. Thorough tamping of the material around the valve box is required. All valve boxes are the sectional screw - threaded adjustable type. 1700.3.5. Valve Box Extensions: Where valve boxes cannot be adjusted without the use of extensions this item will be necessary. The contractor shall remove the upper sections, place the necessary extension and replace the upper section. Thorough tamping of material around the valve box is required. Valve box extensions that fit inside the regular top section are not acceptable. 1700.4. METHOD OF MEASUREMENT: 1700.4.1. Adjust Manhole & Catch Basin Frames: Adjusting frames or ring castings will be measured by the number of casting assemblies adjusted. 1700.4.2. Remove and Replace Manhole and Catch Basin Fra mes: Remove and replace frames will be measured by the number of castings removed and replaced. 1700.4.3. Reconstruct Manholes: Reconstructing manholes shall be measured by the lineal feet of adjustment for manholes reconstructed. 1700 -2 3/89- GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik & 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 to 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. B 4 g g o RIPRAP 1 A Of Al � o a 4 B CLASS 2 RIPRAP REQUIREMENTS 5D 12" TO 24" 4 cubic yards -- 27" TO 33" 8 cubic yards 36" TO 48" 1 2 cubic yards PLAN 54" AND UP 16 cubic yards (One cubic yard is approximately 2,800 lbs.) 2P RIPRAP 3 1 GRANULAR FILTER SECTION A-A (PER MnDOT 3601.28) GEOTEXTILE FILTER TYPE T W g RIPRAP GRANULAR FILTER (PER MnDOT 3601.2B) SECTION B GEOTEXTILE FILTER TYPE T Lost Revision: May 1989 ( Plate No. 1-28A 1-28 A. DWG Sonestroo Rosene Anderlik & Associates Engineer& & Architects St. Paul, Minnesota Lost Revision: May 1989 ( Plate No. 1-28A 1-28 A. DWG 6 Distance to Q- variable 1/2 -- - r 3` - J 'a is TYPE A _ eA 1 /2 11 iv II sloe 3 /4" e,r ft. STANDARD SECTION ` p . M.H.D. B6 p .. -. II .' p CONCRETE CURB a GUTTER 811 1 i 6" Distance to variable 1/2 r io b i 1/2 r" slo 3/4 l er ft, d___- STANDARD SECTION p C\j b A II M .H.D. B624 II A CONCRETE CURB Ek GUTTER 24 3 "r TYPE C slo 3 J411 r ft.� 1/2 STANDARD SECTION Y b `. r SURMOUNTABLE -. .. CONCRETE CURB a GUTTER 121 1 1/2 r 3 r Distance to Ck v ariabl e - - -- - - - - - -- - - -- (0 � 114 � - Bituminous surface TYPE 66 D " m STANDARD SECTION M. H. D. B6 (g — Gravel base - °Vd.1 CONCRETE CURB TYpe TYpe'B Curb 1 /2 "r 3 11r 1 /2 "r i! TYPE ° A B, C D _.. A �- -�i\\ slope 3!4 per STANDARD SECTION DRIVEWAY _ 0 16' A, 2 21.1Tvpe 8_'i 12 62 T ype C Banestr ®o, Rosene, Revisions Plate No. Anderlik & Assoc, Inc. STA DETAILS Consulting Engineers CONCRETE CURB a GUTTER 4 -1 St. Pouf, Minnesota CUNT REPAIR \ #«?2? #.5±. ?� T*\ t§ ■. f?■ * » ? #f«?# ? INSTALL DOWEL BARS AS » BY THE COU NTY SECT »� � §y¥ „ < ««a a*+« ASSEMBLY � �`� \6 <,> REQUIRED) .a Q:» \ SECTION % 61am 7his section supercedes Section A found on the back of the Utility Permit and Special Provisions(Hennepin County Form HC 5137[4-841) 1. openings The opening made in a concrete pavement must be so located that no edge is within three'(3) feet of a contraction, expansion, or longitudinal joint. If the edge of the opening is within three (3) feet of a contraction, expansion or longitudinal joint the concrete pavement must be removed to the joint. (See attached Plate A, A-1). Before breaking the concrete, the slab must be cut with a concrete saw to a depth of nct, less than 1/3 of the slat thickness, and the exact locations thereof niust be appr.-ve ]c�• the Hennepin County Departnent of Transportation. if the concrete is re:-L-,ve without presawing, the entire panel must be removed and replaced. 411 2. Bazkfill and Compaction After the excavation has been completed, the requirements for the backfill, i.e., kind of raterial compaction, etc., shall be the same as specified for the repairs made for "Trenching or Sub- surface Operations". (See paragraph "C" below). 3. Conc:el-e Placement Con:rete and concrete placement shall be in accordance with specifications 2461 and 2301 of the 19S3 minnesota Department of Transportation's Standard Specifications for Construction and any supplements thereto, except as amended herein, and in a--:crdaLr,:e with Hennepin County plates A and A-1. The final finish must be burlap dragged or broomed so that it will match the surface of the an approved membrane curing conpound. All construction joints mist be replaced. The fresh concrete patch must be protected fron. traffic a rdni==, of 72 hours. ,7T I HENNEPIN COUNTY DEPARTMENT OF PUBLIC WORKS HENNEFiN 320 Wd, Ave. SoLft) __ F Hopkins, Minnesota 55343 -8468 SP-2 �� '' Engineering fabric, MiraV "Envirofenc or equal. Fabric anchorage trench Backfill trench with tamped natural soil ,- I -N2t% Attach fabric t support posts with loth and staples .IM 61 Support post anchorage in —situ soil NX032941930 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 an bids for 45 days prior to awarding the Contract. When an out-of-state Contractor enters into a contract that exceeds $100,000.00, the Contractor must file Form SD-E, Exemption from Surety Deposits for Out-of- State Contractors, with the Minnesota Department of Revenue. If the Contractor is exempt from the surety deposit requirements, he shall provide the Owner with a copy of the form showing the Revenue Department certification. If the Contractor is not exempt, the Owner will withhold an additional eight (8) percent of each payment made to the Contractor and forward those funds to the Minnesota Department of Revenue. Forms and information can be obtained by calling (612) 296-6181 or (toll free) 1-800-657-3777. AMD Upon completion of the project and prior to final payment, the Contractor and all subcontractors shall complete Minnesota Department of Revenue Form IC-134, revised September, 1989. This form, Withholding Affidavit for Contractors, must be stamped and dated by the Department of Revenue and forwarded to the Owner. Contractors can obtain copies of this form from the Owner or from the Minnesota Department of Revenue, Mail Station 4450, St. Paul, MN 55416 or by calling (612) 296-6181. 34133 Copyright 1991 Bonestroo, Rosene, Anderlik & Associates, Inc. MINNETONKA, MN ach in his individual capacity, its true and lawful Attorney -In -Fact with full power and authority to sign, seal, and execute i its behalf any and all bonds and undertakings and other obligatory instruments of similar nature (except bonds guaran- !eing the payment of principal and interest of notes, mortgage bonds and mortgages) in penalties not exceeding the sum of ONE HUNDRED THOUSAND AND NO /100 DOLLARS ( S 100,000.00 ) rid to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized fI'icers of the Company; and all acts of said Attorney pursuant to the authority hereby given are hereby ratified and con - rmed. This Power of Attorney is made and executed pursuant to and by authority of the following By -Laws duly adopted by the oard of Directors of the Company. RTICLE IX - EXECUTION OF CONTRACTS "Section 2. Bonds, undertakings, and other obligatory instruments of similar nature, other than policies and endorsements, issued y the Corporation shall be validly executed and binding on the Corporation when signed by the President, or a Vice President, or by ttorney(s) -In -Fact appointed by the President, or by a Vice President." "Section 3. The President, or a Vice President, shall have the power to appoint agents of the Corporation, or other persons, as ttorney(s) -In -Fact to act on behalf of the Corporation in the execution of bonds, undertakings, and other obligatory instruments of similar iture, other than policies and endorsements with full power to bind the Corporation by their signature and execution of any such instru- ent. The appointment of such Attorney(s) -In -Fact shall be accomplished by Powers of Attorney signed by the President, or a Vice Pres- ent. This Power of Attorney is signed and sealed by facsimile under and by the following By -Laws duly adopted by the Board Directors of the Company. RTICLE IX - EXECUTION OF CONTRACTS "Section 4. The Secretary, or an Assistant Secretary, is authorized to certify that any such Power of Attorney so signed shall be didly executed and binding on the Corporation; and to certify that any bond, undertaking, or obligatory instrument of similar nature, other .an policies and endorsements, to which this Power of Attorney is attached is and shall continue to be a valid and binding obligation of the orporation, according to its terms, when executed by Attorney(s) -In -Fact appointed by the President or a Vice President." "Section S. It shall not be necessary to the valid execution and binding effect of the Corporation of any bond, undertaking, or >ligatory instrument of similar nature, other than policies and endorsements, signed on behalf of the Corporation by the President, or a ice President, or Attorney(s) -In -Fact appointed by the President, or a Vice President, or any Power of Attorney executed on behalf of the orporation appointing Attorney(s) -In -Fact to act for the Corporation, or of any certificate to be executed by the Secretary, or an Assistant !cretary, as hereinabove in Section 2, 3, and 4 of this Article provided, that the corporate seal be affixed to any such instrument but the srson authorized to sign such instrument may affix the corporate seal, and a facsimile corporate seal affixed to any such instrument shall as effective and binding as the original seal." "Section 6. A facsimile signature of the President, or of a Vice President, affixed to any bond, undertaking, or obligatory instrument similar nature, other than policies and endorsements, or to a Power of Attorney signed by such President, or a Vice President, as herein Sections 2 and 3 provided, or a facsimile signature of the Secretary, or of an Assistant Secretary to any certificate as herein in Section 4 ovided, shall be effective and binding upon the Corporation with the same force and effect as the original signatures of any such officers." "Section 7. A facsimile signature of a former officer shall be of the same validity as that of an existing officer, when affixed to any )licy or endorsement, any bond or undertaking, any Power of Attorney or certificate, as herein in Section 1, 2, 3 and 4 provided." yr WITNESS WHEREOF, the Company has caused these presents to be signed by its President and its corporate seal to hereunto affixed this 31 day of JULY 1.989 MUTUAL INSURANCE COMPANY 0� 0 President BATE OF IOWA o � B DUNTY OF POLK ss , k* x On this 31 day of JULY T8 - 9 , before personally came John E. Evans, to me known, who, being by me duly sworn, I depose and say that he is President of ALLIED Mutual surance Company, the corporation described in and which executed the above strument; that he knows the seal of said corporation, that e seal affixed to said instrument is such corporation seal; that it was so affixed irsuant to authority given by the Board of Directors of said corporation and that he has sig ed his name thereto pursuant to like author- , and acknowledged the same to be the act and deed of said corporation. /y S. A. Denning \ p \�, ff S. A. DENNING Notary Public in a d for the State of I a MY COMMISSION EXPIRES 104 1 4 -13 -9 2 CERTIFICATE I, the undersigned, Secretary of ALLIED Mutual Insurance Company, a corporation organized under the laws of the ate of Iowa, do hereby certify that the foregoing Power of Attorney is still in force, and further certify that Section 2, 3, 4, 6 and 7 of Article IX of the By -Laws of the Company set forth in said Power of Attorney are still in force. IN TESTIMONY WHEREOF, I have subscribed my name and affixed the seal of the company is 19th day of September ' 19 91 + -,' � =t SEAL:s` This Power of Attorney expires ��p� o "` ! Secretary ;386 07/31/92 (06 -89) 00 ONLY FOR ACKNOWLEDGEMENT OF INDIVIDUAL OR PARTNERSHIP CONTRACTOR TE OF MINNESOTA ) } ss. my of -.__- Hen nepin ) his 19th day of September 19 91 , personally came Lee W. Sunram — - - -- — to me well known to be the identical person described ONLY FOR ACKNOWLEDGMENT OF CORPORATE CONTRACTOR 1"E OF MINNESOTA ) ss_ qty of ? this ___ day of . 1 9 , before me personally appeared , to me personally known, who being by me duly sworn, did say of corporation; that the seal affixed to the foregoing bond is the Corporate Seal of the )ration, and that said instrument was executed in behalf of the corporation by authority of its Board of Directors; that knowledged said instrument to be the free act and deed of the corporation. ,U My commission expires , 19 a ACKNOWLEDGMENT OF CORPORATE SURETY 'E OF ) t Y of Hennepin } u ' } ,i 19th day of Septembe . 19 ' 91 , before me Personally appeared Ramona E. Meier to me personally known, eing by me duly sworn, did say that he is the Attorney -in -Fact, of the ALLIED Mutuai Insurance Company, the corporation > name is affixed to the foregoing instrument; that the seal affixed to the foregoing instrument is the corporate seal of the said 'ation: and that said instrument was executed in benatf of said corporation by authority of its board of directors.and said Ramona E. Meier `— acknowledged that he executed said instrument as ey -in -Fact as the free act and deed of said corporation. DIANE M. �MARSH NOTARY PUSIX - MINNESOTA �i }. i .' d RIPTION OF OPERATIONS/LOCATIONSNEHICI-ES/SPECIAL ITEMS City of New Hope Attn: Marty Malecha Suite 203 8525 Edenbrook Crossing Brooklvn Park. MN 55443 ! i ! • RESOLUTION AWARDING CONTRACT FOR CLEANING AND TELEVISING TRUNK SANITARY SEWER LINES (IMPROVEMENT PROJECT 480 PHASE I) At the August 12th Council meeting the City Council passed a Resolution Approving Plans and Specifications for Sanitary Sewer and Related Improvements to Reduce Infiltration /Inflow and Eliminate Flooding of Homes Around Northwood Lake and Ordering Advertisement for Bids (Improvement Project No. 480 - Phase I). The plans and specifications addressed three major items under Phase I of the program to evaluate /improve /upgrade the sanitary sewer system as follows: 1. Remove and replace existing leaking manhole covers and frames at low points in the City subject to flooding. 2. Improve overland drainage at low points to eliminate street and sewer flooding at Hillsboro /Northwood Parkway and 6060 Hillsboro Avenue. 3. Clean /televise trunk sanitary sewer lines to remove blockages, identify infiltration/inflow, settled sewer lines and manholes, and other maintenance type items. The above three items would be consolidated into two contracts; with one contract for the manhole replacement and overland drainage (swail) improvements, and one contract for cleaning /televising the trunk sanitary sewer fines. The estimated cost to clean and televise the trunk sanitary sewers was $75,000, with the project being financed with retained earnings from the Sewer /Water Fund. The bid opening for this portion of the project will be conducted on Monday, September 9th, and the bids will be brought to the Council that evening for consideration and award - with a recommendation from the City Engineer. The enclosed preliminary resolution accepts the low bid, with the contractors and bid amounts to be inserted after the bid opening. Staff recommends approval of the resolution. MOTION BY * �`'�'L C L 1 SECOND BY Review: Administration: Finance: 0' X010 CITY OF NEW HOPE RESOLUTION NO. 91 -149 RESOLUTION AWARDING CONTRACT FOR CLEANING AND TELEVISING TRUNK SANITARY SEWER LINES (IMPROVEMENT PROJECT' NO. 480 - PHASE I) WHEREAS, pursuant to advertisement for bids for the cleaning and televising of trunk sanitary sewer lines, bids were received, opened and tabulated according to law, and the following bids were received complying witih the advertisement: Contractors Pipe Services Corp. Visu -Sewer Total Bid $ 79,713 $225,029 AND WHEREAS, it appears that Pipe Services Corp. is the lowest responsible bidder. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of New Hope, Minnesota: 1. The Mayor and City Manger are hereby authorized and directed to enter into the attached contract with Pipe Services Corp. in the name of the City of New Hope for the cleaning and televising of trunk sanitary sewer lines according to the plans and specifications therefor approved by the City Council and on file in the office of the City Clerk. 2. The City Clerk is hereby authorized and directed to return forthwith to all bidders the deposits made with their bids, except that the deposits of the successful bidder and the next lowest bidder shall be retained until a contract has been signed. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 9th day of September, 1991. A ,--, I . ��& -4 - Mayor A , Attest: City Clerk Engineers & Architects September 9, 1991 City of New Hope 4401 Xylon Ave. N. New Hope, MN 55428 Attn: Mr. Daniel Donahue Re: Trunk Sanitary Sewer Televising, Inspection and Cleaning Project No. 480 File No. 34130 Dear Dan, Keith A. Gordon, P.E. Mark R. Rolls, P.E. Otto G. Bonestroo, P.E. Richard W. Foster, P.E. ° Bonest Robert W. Rosene, P.E. JA ■ oo Joseph C. Anderlik, P.E. Jerry A. Bourdon, P.E. Rosene Marvin L. Sorvala, P.E. Richard E. Turner, P.E. Glenn R. Cook, P.E. Thomas E. Noyes, P.E. Mark A. Hanson, P.E. Daniel J. Edgerton, P.E. Robert R. Dreblow, P.E. A ssociates Robert G. Schunicht, P.E. Susan M. Eberlin, C.P.A. Engineers & Architects September 9, 1991 City of New Hope 4401 Xylon Ave. N. New Hope, MN 55428 Attn: Mr. Daniel Donahue Re: Trunk Sanitary Sewer Televising, Inspection and Cleaning Project No. 480 File No. 34130 Dear Dan, Keith A. Gordon, P.E. Mark R. Rolls, P.E. Rene C. Piumart, A.LA. Richard W. Foster, P.E. Robert C. Russek, A.I.A. Agnes M. Ring, A.I.C.P. Donald C. Burgardt, P.E. Thomas E. Angus, P.E. Jerry D. Pertzsch, P.E. Jerry A. Bourdon, P.E. Howard A. Sanford, P.E. Cecilio Olivier, P.E. Mark A. Hanson, P.E. Daniel J. Edgerton, P.E. Robert R. Dreblow, P.E. Ted K. Field, P.E. Mark A. Seip, P.E. Gary W. Morien, P.E. Michael T. Rautmann, P.E. Philip J. Caswell, P.E. Karen L. Wiemeri, P.E. Robert R. Pfefferle, P.E. Ismael Martinez, P.E. Keith R. Yapp, RE. David O. Loskota, P.E. Mark D. Wallis, P.E. Charles A. Erickson Thomas W. Peterson, P.E. Thomas R. Anderson, A.I.A. Leo M. Pawelsky Michael C. Lynch, P.E. Gary F. Rylander, P.E. Harlan M. Olson James R. Maland, P.E. Miles B. Jensen, P.E. Kenneth P. Anderson, P.E. L. Phillip Gravel III, P.E. Bids were received September 9 for the above project. The low bid of the two bids submitted is from Pipe Services Corporation. The low bid is $79,713.00. The engineer's estimate is $90,000. As noted, the 2nd bid is $225,029.00. The main difference between the two bids is in the sewer cleaning. The amount of debris in the sewer lines was provided to each contractor based on recent manhole inspection by Public Works. The specification requires the contractor to completely clean the sewer lines and be responsible for disposal of the debris. The manner in which each contractor approached the sewer cleaning is significant. The other issue associated with sewer cleaning is the disposal of sewer debris in a proper and legal manner. This is not only an issue with sewer cleaning contractors but also municipalities. In summary, the scope of the work is to identify major problems in our trunk sewer and evaluate how to correct each problem. Clearly the 2nd bidder has attached more effort to the sewer cleaning. Other than visual inspection at various manholes, we at the City have no way to know how much cleaning is actually required. It's our recommendation to award the contract to Pipe Services Corporation for $79,713.00. It's our intention to have the contractor comply with the cleaning portion of the specification and not make any compromises. However, dependent on certain conditions, a future contract or additions to this contract may be required based on further investigation. If you have any questions, please contact this office. Yours very truly, BON SZHa O, OSENE, ANDERLIK & ASSOCIATES, INC. Mar A. nso 233S West Highway 36 * St. Paul, Minnesota SS1 13 e w0 Bonestroo Project Name Trunk Sanit Se wer Televising, Inspection & Cleaning WICIE Rosen Anderlik & Associates Projed No 480 File No. 34130 Bid Opening 11:30 a.m., C.D.S.T., Monday, September 9, 1991 Owner City of New Hope, MN t & ArcMtccts St. P.W. Past, Minnesota D TABULATION Tabulation of Two Low Bids of Two Received Bid No. S Unit Price Total 34130.TAB BT -2 Bid No. 1 Bid No. 2 Bid No. 3 Bid No. 4 Pipe Services Visu -Sewer Clean & Corporation Seal, Inc. Unit Unit Unit Unit No. Item Unit amity Price Total Price Total Price Total Price Total Part 1 - Sewer Cleaning 1 33" sanitary sewer cleaning LF 5,100 1.25 6,375.00 5.00 25,500.00 2 27" sanitary sewer cleaning LF 5,270 1.25 6,587.50 4.50 23,715.00 3 24" sanitary sewer cleaning LF 17,370 1.00 17,370.00 4.00 69,480.00 4 21" sanitary sewer cleaning LF 5,460 1.00 5,460.00 3.50 19,110.00 5 18" sanitary sewer cleaning LF 2,250 1.00 2,250.00 3.00 6,750.00 6 15" sanitary sewer cleaning LF 2,220 1.00 2,220.00 2.50 5,550.00 7 12" sanitary sewer cleaning LF 10,290 0.50 5,145.00 2.00 20,580,00 Bid No. S Unit Price Total 34130.TAB BT -2 Bid No. 1 Bid No. 2 Bid No. 3 Bid No. 4 Pipe Services Visu -Sewer Clean & Corporation Seal, Inc. Unit Unit Unit Unit No. Item Unit Qty Price Total Price Total Price Total Price Total Bid No. 5 Unit Price Total 8 48" storm sewer cleaning (Winnetka Ave.) LF 130 3.00 390.00 8.00 1,040.00 Total Part 1 - Sewer Cleaning $45,797.50 $171,725.00 Part 2 - Pumping & Bypassing 9 Set up bypass pumping EA 10 Bypass pumping operation HR 4 50.00 200.00 1,000.00 4,000.00 24 50.00 1,200.00 400.00 9,600.00 Total Part 2 - Pumping & Bypassing $1,400.00 $13,600.00 Part 3 - Television & Manhole Inspection it 33" sanitary sewer televising LF 5,100 0.75 3,825.00 0.60 3,060.00 12 27' sanitary sewer televising LF 5,270 0.75 3,952.50 0.60 3,162.00 13 24" sanitary sewer televising LF 17,370 0.60 10,422.00 0.60 10,422.00 14 21" sanitary sewer televising LF 5,460 0.60 3,276.00 0.60 3,276.00 34130.TAB BT -2 Bid No. 1 Bid No. 2 Pipe Services Visu -Sewer Clean & Corporation Seal, Inc. Unit Unit No. Item Unit Qty Price Total Price Total Bid No. 3 Unit Price Bid No. 4 Unit Total Price Total Bid No. 5 Unit Price Total 15 18" sanitary sewer televising LF 2,250 0.50 1,125.00 0.60 1,350.00 16 15" sanitary sewer televising LF 2,220 0.50 1,110.00 0.60 1,332.00 17 12" sanitary sewer televising LF 10,290 0.50 5,145.00 0.60 6,174.00 18 48" storm sewer televising LF 130 2.00 260.00 0.60 78.00 19 Resetup of televising equipment EA 10 100.00 1,000.00 125.00 1,250.00 20 Manhole inspection logs EA 180 5.00 900.00 45.00 8,100.00 21 Report EA 1 1,500.00 1,500.00 1,500.00 1,500.00 Total Part 3 - Television & MH Inspection $32,515.50 $39,704.00 Total Part 1 - Sewer Cleaning 45,797.50 171,725.00 Total Part 2 - Pumping & Bypassing 1,400.00 13,600.00 Total Part 3 - Television & MH Inspection 32,515.50 39,704.00 TOTAL BASE BID $79,713.00 $225,029.00 34130.TAB BT -3 Bid No.1 Bid No. 2 Bid No. 3 Bid No. 4 Bid No. 5 Bid Bond, Five Percent Five Percent Cert. check, Cash deposit Firm Pipe Services Visu -Sewer Clean & Corporation Seal, Inc. By Roger Gottschalk John F. Grove Title Vice President District Manager Address 13708 Inverness Road 2849 Hedberg Drive City, state, Minnetonka, Minnesota Minnetonka, Minnesota Zip Code 55343 55343 Telephone (612) 938 -9614 (612) 593 -1907 Fax No. 1 (612) 593 -7622 34130.TAB BT-4 EW :GEN 33" HOPE, MINNESOTA = TRUNK SANITARY SEWER = PIPE DIAMETER 0 2000 4000 Scale in feet R /'� {' r ti. Otto G Bonestroo. PE w®•nes / ®® Joseph C Andeeik R ose nf. Marvin L SO V PE Richard E Turner. er. PE . NEW Anderlik & } �• A ssoClates Glenn R Cdok. PE Thomas E. Noyes. PE RObefT G Schunicht PE Susan M Eberlin. CPA Engineer Archit Jerry A Bourdon. PE July 16, 1991 City of New Hope 4401 Xylon Avenue N. New Hope, MN 55428 Attn: Mr. Daniel Donahue Re: Northwood Lake Sanitary Sewer Investigation City Project No. 480 Our File No. 34130 Dear Dan, Keith A Gordon. PE. Mark R Rah, PE Rene C P', -aq. R,Char l W Fosrer PE Robert C RUSeK. A I A Acres V A C P Donald C Burgardt PE. Thomas E Angus, PE Jerry D 'e^zsc- °E Jerry A Bourdon. PE Howard A Sanford. PE Cecl'o O' =vie' PE Mark A Hanson, PE Daniel J Edgerton. PE RoberT R D'eclow PE Ted K Field. PE Mark A Seep, PE. Gary W Mcren RE Michael T Rautmdnn, PE. Philip J. Caswell, PE. Karen L W,eme, PE Robert R. Pfefferle. PE. Ismael Mamnez. PE. Keith R vaQo, PE David O Loskota. PE. Mark D Wallis, PE. Charles A EriCKSOn Thomas W Peterson, PE, Thomas R. Anderson. A.I.A. Leo M Pawelsky Michael C Lynch, PE Gary F Rylander. PE Harlan M Olson James R. Malana. PE. Miles 8. Jensen. PE. Kenneth P Anderson, P.E. L. Phillip Gravel III, PE. On May 15, 1991 and June 25, 1991 we met with residents along Northwood Lake to review and discuss the sanitary sewer flooding they experienced this spring. As a result of those meetings, we were instructed to investigate alternatives to reduce the sanitary sewer flooding in this area. Based on our analysis, three factors contribute to their sanitary sewer flooding: ® Amount of flow • Condition of existing sanitary sewer Hydrau:i, capacity of ex sting sanitary sewer relative to basement elevations AMOU OF FLOW. Listed below are the estimated sanitary sewer flows and water consumption for New Hope based on certain conditions. MGD GPM (Million Gals./Day) (Gallons/Minute) Average Water - Consumption 2.3 1,600 Average Recorded Flow per MWCC 2.7 1,900 Average Flow per 1979 Comprehensive Plan 3.5 2,400 Capacity Existing Sewer at MWCC Lift Station 7.9 5,500 Basements Flood at Northwood Lake 10.0 7,000 The sanitary sewer flows on May 5 through May 6, 1991 resulted in sanitary sewer flooding for many of the homes along Northwood Lake. Listed below is the recorded flows at the MWCC Lift Station during this time. Page 1. 34130.cor 2335 West Highway 36 • St. Paul, Minnesota SS113 • 612 -636 -4600 May 5 Midnight (12:00) 2,500 GPM 4:30 A.M. 1,900 GPM 6:00 A.M. 2,100 GPM 7:00 A.M. 2,300 GPM 8:00 A.M. 2,800 GPM 9:00 A.M. 3,300 GPM 10:00 A.M. 4,100 GPM 11:00 A.M. 4,600 GPM Noon (12:00) 1:00 P.M. 5,300 GPM 6:00 P.M. 7,000 GPM 10:00 P.M. 7,200 GPM 11:00 P.M. 7,000 GPM May 6 Midnight (12:00) 7,000 GPM Gradual drop during day May 7 Midnight (12:00) 4,000 GPM The flow in the sanitary sewer system at MWCC's Lift Station when flooding occurs to the homes along Northwood Lake is approximately 7,000 GPM (10.0 MGD). An acceptable peak flow factor based on average sanitary sewer flows for 3.5 MGD (2,400 GPM) is 2.5. Therefore, the acceptable peak flow is 8.7 MGD or 6,000 GPM (2.5 x 3.5 MGD). Therefore, the unacceptable peak flow is approximately 1,000 GPM. Therefore, a reduction in the wastewater flow of 1,000 GPM or more during a major storm event through removal of infiltration /inflow will reduce and /or eliminate flooding of the homes along Northwood Lake. Listed below is how infiltration/inflow enters the sanitary sewer system. Also listed is the estimated range of infiltration/inflow that can enter the sanitary sewer system from a given source. Footing drain 0 -30 GPM Non - machined manhole covers wholes at flooding low points 0 -15 GPM Lealdng pipe joints and manholes 0 -5 GPM The removal of each source will reduce infiltration/inflow. The removal of footing drains must be done through a more restrictive ordinance. Removal and replacement of manhole covers and frames throughout the entire City (estimated 2,000) is not cost effective. However, it is cost effective to remove and replace leaking manhole covers and frames at all low points subject to flooding (estimate 75 each at $1,000). Attached is a study conducted by Neenah identifying the amount of infiltration/inflow through leaking manhole covers with holes. Repair of leaking pipe joints and manholes will be discussed as part of televising the existing trunk sewers. Page 2. 34130.cor CONDITION OF EXISTING SEWER:, The existing sanitary sewer system in New Hope in many areas is in excess of 30 years old. Its design life is 50 years. Public Works as part of the street resurfacing program has cleaned and televised all lateral lines. Repairs of manholes and pipes have been made as required. However, the 45,000 lineal feet of trunk sanitary sewer in New Hope (12" thru 33" in diameter) have not been televised. Due to the amount of flow in the trunk sewer lines the extent of cleaning has been minimal. Therefore, it is recommended cleaning and televising of the trunk sewers be done to identify infiltration/inflow, settled sewer lines and manholes, and other maintenance type items. Attached is a drawing which identifies the trunk sanitary sewers in New Hope which have not been televised. Because the majority of our trunk sewer lines exist below the groundwater, it is anticipated leaking pipe joints and manholes do exist. In addition, due to the critical elevation of the homes along Northwood Lake, it is imperative that the trunk sewer downstream from Northwood Lake to the MWCC Lift Station not experience any blockage due to faulty pipe or manholes. Once the televising is complete, it is anticipated additional repairs will be required. HYDRAULIC CAPACITY EXISTING SANITARY SEWER/BASEMENT ELEVATION: The hydraulic capacity of the existing trunk and lateral sanitary sewers in the area of Northwood Lake to the MWCC Pump Station has sufficient capacity for the average sewer flows plus the required peak flow factor. Sufficient capacity implies the sanitary sewer flow does not exceed the top of the sewer pipe at any given location along the sewer line. Attached is a drawing which shows the sewer profile from Northwood Lake to the MWCC Pump Station. Also identified are critical basement elevations adjacent to Northwood Lake. The basement elevations identified are those which are known to experience sewer backups. The sewer backups resulted from a combination of the following: Excessive flow (infiltration/inflow) Partial blockage in downstream sewers Limited capacity in sewer due to existing conditions The first two items must be addressed by reducing infiltration/inflow and cleaning/televising/maintaining existing sewers. The third item addresses areas in the existing sanitary sewer where capacity is restricted due to excessive flows resulting from limitation in the existing sanitary sewer system assuming no blockage. In analyzing the existing sewer system serving Northwood Lake, two areas warrant consideration for improvement: Upgrade 15" Sewer to 21" in Boone Avenue (MH -520 to MH -438) - 610' -21" Upgrade 9" Sewer to 12" in Northwwood Parkway (NH -992 to MH -623) - 1,134' -12" The attached drawing indicates the sewer profile resulting from the May 5 storm event and the sewer profile if the improvements as recommended are made to the system.As noted four of the critical homes would not have flooded if the improvement as recommended existed during this storm event and estimated sewer flow. Listed below is the estimated sewer flow at each manhole that would have had to result for the homes on Northwood Parkway to flood assuming no blockage in the downstream pipe during the May 5 storm. Page 3. SUMIVIARECONCLUSION: Based on the findings presented herein, it's recommended a program be considered to further evaluate /improve /upgrade the sanitary sewers in New Hope. Listed below based on priority is a recommended program to be considered by the City. - Eliminate footing drains by a more aggressive ordinance - Remove and replace existing manhole covers and frames at low points which flood Estimate 75 each at $1,000 /each $ 75,000 - Improve overland drainage at low points to eliminate street and sewer flooding Hillsboro/Northwood Parkway $ 5,000 6060 Hillsboro Avenue $ 4,000 - Clean/televise trunk sanitary sewer $ 75,000 - Improvements resulting from sewer televising Grout leaking pipe joints $ 50,000 Grout leaking manholes $ 20,000 Sewer dig -ups and repairs ? - Upgrade existing sewers Boone Ave. (MH 520 -438) 15" to 21" (610') $ 75,000 Northwood Parkway (MH 992 -623) 9" to 12" (1,134') $60.00 0 TOTAL $ Page 4. 34130.cor Design Flow Existing Sewer May 5 Sewer Flow % cf Fbw Des�n (MG Capacijy (MGD) (MGD) vs May 5 MH 438 4.42 5.17 5.37 +20% MH 520 1.37 1.65 1.84 +35% MH 623 0.43 1.08 0.80 +85% MH 747 0.30 0.63 0.60 +100% MH 992 0.21 0.59 0.45 +100% SUMIVIARECONCLUSION: Based on the findings presented herein, it's recommended a program be considered to further evaluate /improve /upgrade the sanitary sewers in New Hope. Listed below based on priority is a recommended program to be considered by the City. - Eliminate footing drains by a more aggressive ordinance - Remove and replace existing manhole covers and frames at low points which flood Estimate 75 each at $1,000 /each $ 75,000 - Improve overland drainage at low points to eliminate street and sewer flooding Hillsboro/Northwood Parkway $ 5,000 6060 Hillsboro Avenue $ 4,000 - Clean/televise trunk sanitary sewer $ 75,000 - Improvements resulting from sewer televising Grout leaking pipe joints $ 50,000 Grout leaking manholes $ 20,000 Sewer dig -ups and repairs ? - Upgrade existing sewers Boone Ave. (MH 520 -438) 15" to 21" (610') $ 75,000 Northwood Parkway (MH 992 -623) 9" to 12" (1,134') $60.00 0 TOTAL $ Page 4. 34130.cor If the City could reduce its annual infiltration/inflow by 5% (40 million gallons per year) a savings of $50,000 per year could result. Therefore, over a 10 year period excluding interest, a $500,000 savings could result. Presently New Hope's annual charge to MWCC is $900,000 to $1,000,000 per year. If you have any questions, please contact this office. Yours very truly, BONYSTROO OSENE, ANDERLIK & ASSOCIATES, INC. 0, Mar A. Hanson MAH:li Page 5. 34130.cor Engineers & Architects September 10, 1991 Otto G. Bonestroo, P.E. Robert W Rosene, P.E. Joseph C. Anderlik, P.E. Marvin L. Sorvala, P.E. Richard E. Turner, P.E. Glenn R. Cook P.E. Thomas E. Noyes, P.E. Robert G. Schunicht, P.E. Susan M. Eberlin, C.P.A. v Pipe Services Corporation 13708 Inverness Road Minnetonka, MN 55343 Re: City of New Hope Trunk Sanitary Sewer Televising, Inspection, and Cleaning Our File No. 34130 Gentlemen: Keith A. Gordon, P.E. Mark R. Rolfs, P.E. Rene C. Plumart, A.I.A. Richard W. Foster, P.E. Robert C. Russek, A.I.A. Agnes M. Ring, A.I.C.P. Donald C. Burgardt, P.E. Thomas E. Angus, P.E. Jerry D. Pertzsch, P.E. Jerry A. Bourdon, P.E. Howard A. Sanford, P.E. Cecilio Olivier, P.E. Mark A. Hanson, P.E. Daniel J. Edgerton, P.E. Robert R. Dreblow, P.E. Ted K. Field, P.E. Mark A. Seip, P.E. Gary W Morien, P.E. Michael T. Rautmann, HE. Philip J. Caswell, P.E. Karen L. Wiemeri, RE. Robert R. Pfefferle, P.E. Ismael Martinez, P.E. Keith R. Yapp, P.E. David O. Loskota, P.E. Mark D. Wallis, P.E. Charles A. Erickson Thomas W. Peterson, P.E. Thomas R. Anderson, A.I.A. Leo M. Pawelsky Michael C. Lynch, P.E. Gary F. Rylander, P.E. Harlan M. Olson James R. Maland, P.E. Miles B. Jensen, P.E. Kenneth P. Anderson, P.E. L. Phillip Gravel III, P.E. Enclosed are five (5) copies of the contract documents between you and the City of New Hope covering the above referenced project. Please have your bonding company complete pages 51 through 61 of the Conditions of the Contract. The insurance and indemnity requirements of pages 13, 14, 15, & 16 shall be provided. After the bonding company has completed the documents, forward them to Carrick & Sondrall, Attorney - - law, Edinburgh Executive Office Plaza, 8525 Edinbrook Crossing,_ Brooklyn Park, MN 55443 , who will review them for the City of New Hope. After the necessary City officials have signed the contracts you will be sent two copies, one for your file and one for your bonding company. One copy will be retained by the City for their file, one by the attorney, and one will be sent to us for our file. Upon receipt of a signed contract and a filed Certificate of Insurance, approved by the City Attorney, a pre - construction conference will be scheduled with you and the City to review the project. After the pre- construction conference, you will be issued a notice to proceed with the work as outlined in the plans and specifications. Yours very truly, 7747 ANDERLIK & ASSOCIATES, INC. Mark A. Hanson MAH:lk Enclosures: 5 cc: �`ity of New Hope Corrick & Sondrall, Attorney -at -Law � 1 1 111 11111 !��l CORRICK LAW OFFICES, PA. WILLIAM J.CORRICK STEVEN A. SONDRALL, P.A. STEVEN A.SONDRALL MICHEAL R. LAFLEUR MARTIN P. MALECHA WILLIAM C. STRAIT September 26, 1991 CORMCK & SONDRALL A PARTNERSHIP OF PROFESSIONAL CORPORATIONS LAWYERS Edinburgh Executive Office Plaza 8525 Edinbrook Crossing Suite #203 Brooklyn Park, Minnesota 55443 TELEPHONE (612) 425-5671 FAX (612) 425-5867 Ms. Valerie Leone City Clerk City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 LEGAL ASSISTANTS LAVONNE E. KESKE SHARON D. DERBY RE: City Project ' 480 Trunk Sanitary "S.6wer Televising, Inspection and Cleaning Dear Val: Enclosed are t e Certificates" - ' f Insurance and Contracts for the above-captioned improvement, all of which have been reviewed and are in order from a legal stand oint. Very truly yours, N IV V V Martin P. Malecha sat Enclosures 4401 Xylon Avenue North New Hope. Minnesota 55428 Phone: 531 -5100 FAX 6�2! 53, � --- October 1, 1991 Pipe Services Corp. 13708 Inverness Road Minnetonka, MN 55343 SUBJECT: PROJECT 480 (NORTHWOOD PARKWAY DRAINAGE PROJECT) TELEVISING, INSPECTION AND CLEANING OF TRUNK SANITARY SEWER Enclosed are two fully executed copies of the contract documents for New Hope Project No. 480. One copy is for your records and the second copy should be transmitted to your bonding company. Also enclosed is return of your bid bond. Contract documents are also being transmitted to our City Attorney and City Engineer. The City Council approved this contract at its meeting of September 9, 1991. Also enclosed is a "Withholding Affidavit for Contractors" (IC -134 form). We cannot make final payment to contractors until this is approved by the Minnesota Department of Revenue and submitted to our office (Minnesota Statute 290.97). The form contains instructions for completion. Sincerely, 11) Lk_ Valerie Leone City Clerk enclosure - IC -134 form cc: City Attorney City Engineer Family Styled City For Family Living �p OFFICIAL FILE COPY TRUNK SANITARY SEWER TELEVISING, INSPECTION, & CLEANING CITY PROJECT NO. 480 FILE NO. 34130 NEW HOPE, MINNESOTA 1991 INDEX Index Advertisement for Bids Information to Bidders Proposal Special Provisions Section 1 Scope of Work Section 2 General Section 3 Sewer Line Cleaning Section 4 Sewer Flow Control Section 5 Television & Manhole Inspection Measurement for Payment Supplemental Conditions of the Contract Conditions of the Contract I hereby certify that this plan and specification was prepared by me or under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of Minnesota. Mark A. Hanson, P.E. Date: August 30, 1991 Reg. No. 1.4260 34130 MUM Sealed bids will be received by the City of New Hope, Minnesota in the City Hall at 4401 Xylon Avenue until 11:30 A.M., C.D.S.T. on Monday, September 9, 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: Trunk Sanitary Sewer Televising. Inspection. and Cleaning - Project No. 480 Clean/televise approximately 48,000 (18" to 33" diameter) lin.ft. of trunk sanitary sewer to remove blockages and identify 1/1 sources, settled sewer lines, and other maintenance items. Plans and specifications, proposal forms and contract documents may be seen at the office of the City Clerk, New Hope Minnesota, and at the office of Bonestroo, Rosene, Anderlik & Associates, Inc., Consulting Engineers, 2335 W. Trunk Highway 36, St. Paul, MN 55113, (612) 636-4600. Each bid shall be accompanied by a bidder's bond naming the City of New Hope as obligee, certified check payable to the Clerk of the City of New Hope or a cash deposit equal to at least five percent (5%) of the amount of the bid, which shall be forfeited to the City in the event that the bidder fails to enter into a contract. The City Council reserves the right to retain the deposits of the three lowest bidders for a period not to exceed 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 34130ad INFORMATION TO BIDDERS 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: a) Low prime bidder, or j 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 Pipe Services Corporation Total Base Bid $79,713.00 Rosen Anmerl►k Assoclates Address 1 3708 Inverness Road Telephone No. 612 - 9 38 -9614 City State, Zip Minnetonka, MN 5 5343 Fax. No. t " ° ` . ` ` A St. P.O w * , . PROPOSAL TRUNK SANITARY SEWER TELEVISING, INSPECTION, & CLEANING CITY PROJECT NO. 480 FILE NO. 34130 NEW HOPE, MINNESOTA 1991 Opening Time: 1.1:30 A.M., C.D.S.T. Opening Date: Monday September 9, 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. 0 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 - Sewer Cleaning 1. 33" sanitary sewer cleaning LF 5,100 1.25 $ 6,375.00 2 27" sanitary sewer cleaning LF 5,270 1.25 6,587.50 3 24" sanitary sewer cleaning LF 17,370 1.00 17,370.00 4 21" sanitary sewer cleaning LF 5,460 1.00 5,460.0 5 18" sanitary sewer cleaning LF 2,250 1.00 2,250.00 6 15" sanitary sewer cleaning LF 2,220 1.00 2,220.00 7 12" sanitary sewer cleaning LF 10,290 0.50 5,145.00 8 48" storm sewer cleaning (Winnetka Ave.) LF 130 3.00 —39A00 Total Part 1 - Sewer Cleaning $45,797.50 34130TRO P-1 No. Item Unit Qty Unit Price Total Price Part 2 - Pumping & Bypassing 9 Set up bypass pumping EA 4 50.00 $ 200.00 10 Bypass pumping operation HR 24 50.00 1, (21 m Total Part 2 - Pumping & Bypassing $1,400.00 Fart 3 - Television & Manhole Inspection 1.1 33" sanitary sewer televising LF 5,100 0.75 $ 3,825.00 12 27" sanitary sewer televising LF 5,270 0.75 3,952.50 13 24" sanitary sewer televising LF 17,370 0.60 10,422.00 14 21" sanitary sewer televising LF 5,460 0.60 3,276.00 15 18" sanitary sewer televising LF 2,250 0.50 1,125.00 16 1.5" sanitary sewer televising LF 2,220 0.50 1,110.00 17 12" sanitary sewer televising LF 10,290 0.50 5,145.00 18 48" storm sewer televising LF 130 2.00 260.00 19 Resetup of televising equipment EA 10 100.00 1,000.00 20 Manhole inspection logs EA 180 5.00 900.00 21 Report EA 1 1,500.00 1.5 Total Part 3 - Television & MH Inspection $32,51.5.50 Total Part 1 - Sewer Cleaning $45,797.50 Total Part 2 - Pumping & Bypassing $ 1,400.00 Total Part 3 - Television & MH Inspection $32.515M TOTAL. BASE BID $79,713.00 34130TRO P -2 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 Dercent (5 %) , which is at least five percent (5 %) of the amount of my /our bid made payable to the Owner, and the same is subject to forfeiture in the event of default on the part of the undersigned or failure on the part of the undersigned to execute the prescribed contract and bond within fifteen (15) days after its submittal to me /us. In submitting this bid it is understood that the Owner retains the right to reject any and all bids and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this bid, it is understood that payment will be by cash or check. It is understood that bids may not be withdrawn for a period of 45 days after the date and time set for the opening of bids. It is understood that the Owner reserves the right to retain the certified check or bond of the three lowest bidders as determined by the Owner for a period not to exceed 45 days after the date set for the opening of bids. Respectfully submitted, (A Carmra ion) Pi Services Cor poration (An Individual) Name of Bidder (A Partnership) (Signed) Ro ger Gottschalk Signer Vice President Title Roger Gottschalk Printed Name of Signer 34130TRO P -3 SUPPLEMENTAL CONDITIONS OF THE CONTRACT 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. OUT-OF-STATE CONTRACTOR SURETY DEPOSI When an out-of-state Contractor enters into a contract that exceeds $100,000.00, the Contractor must file Form SD-E, Exemption from Surety Deposits for Out-of- State Contractors, with the Minnesota Department of Revenue. If the Contractor is exempt from the surety deposit requirements, he shall provide the Owner with a copy of the form showing the Revenue Department certification. If the Contractor is not exempt, the Owner will withhold an additional eight (8) percent of each payment made to the Contractor and forward those funds to the Minnesota Department of Revenue. Forms and information can be obtained by calling (612) 296-6181 or (toll free) 1-800-657-3777. CERTIFICATE OF COMPLL WITH MINNESOTA STATUES 290.92 & 290.97 Upon completion of the project and prior to final payment, the Contractor and all subcontractors shall complete Minnesota Department of Revenue Form IC-134, revised September, 1989. This form, Withholding Affidavit for Contractors, must be stamped and dated by the Department of Revenue and forwarded to the Owner. Contractors can obtain copies of this form from the Owner or from the Minnesota Department of Revenue, Mail Station 4450, St. Paul, MN 55416 or by calling (612) 296-6181. 34130 ACKNOWLEDGEMENT OF SURETY State of Minnesota County of Hennepin On this 16th } SS: day of September 19 91 , before me personally appeared Gary McBride to me known, who, being by me duly sworn, did depose and say: that s /he resides at Oakdale, MN , that s /he is the Attorney -in -f act of United Fire & Casualty Compa ACKNOWLEDGEMENT OF CORPORATION State of ) County of SS: On this day of , 19 , before me personally appeared , to me known, who, being by me first duly sworn, did depose and say that s /he resides in , that s /he is the of ) the corporation described in and which executed the foregoing instrument; that s /he knows the corporate seal of said corporation, that the corporate seal affixed to said instrument is such corporate seal, that it was so affixed by order and authority of the Board of Directors of said corporation, and that s /he signed his /her name thereto by like order and authority. s Notary Public Un UNITED FIRE & CASUALTY COMPANY HOME OFFICE -- CEDAR RAPIDS, IOWA CERTIFIED COPY OF POWER OF ATTORNEY (Original on file at Home Office of Company — See Certification) KNOW ALL MEN BY THESE PRESENTS, That the UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Iowa, and having its principal office in Cedar Rapids, State of Iowa, does make, constitute and appoint Richard J. Ahmann, Jr. , or Richard J. Ahmann III, or Philip A. Shanley, or Gary McBride, All Individually. of Eden Praire, Minnesota its true and lawful Attorney(s) -in -Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature as follows: Any and all bonds in an amount not exceeding Five Hundred Thousand and no /100 -- ($500,000.00) Dollars. and to bind UNITED FIRE & CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of UNITED FIRE & CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. The Authority hereby granted shall expire April 13 19 92 unless sooner revoked. This power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the Company on April 18, 1973. "Article V — Surety Bonds and Undertakings." Section 2, Appointment of Auorney -in- Fact. "'I he President or any Vice President, or any other officer of the Company, may. from time to time, appoint h\ written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurrn:c, bonds, undertakings and other obligatory instruments of like nature. I he signature of any officer authorized hereby, and the C',uporate seal, may be affixed by facsimile to any poker of attorney or special power of attorney or certification of either authorrcd hereby; such signature and seal, when so used, bei rig adopted by t lie Compan} as t lie original signatore of such oflicerand the original seal of the Company. to be valid and binding upon the Company with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority shall have full power to hind the Company by their signature and execution of an) such instruments and to attach the seal of the Company thereto. The ]'resident or any Vice President. the Board of Directors or any other officer of the Company may at any time revoke all power and authority previously given tr any attorney -in- ]'act. IN WITNESS WHEREOF, the UNITED FIRE & CASUALTY COMPANY has caused these presents to be signed by its vice president and its corporate seal to be hereto affixed this r CORPORATE' 13th day of April A.D. 19 90 SSAL UNITED FIRE & CASUALTY COMPANY �'a4j,; KwD' ;,a By Vice State of Iowa, County of Linn, ss: resident On this 13th day of April 19 90 before me personally came Maynard L. Hansen to me known, who being by me duly sworn, did depose and say: that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of the UNITED FIRE & CASUALTY COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. LOIS M. SCHUCHMANN MY COMMISSION EXPIRES Notary Public 0 August 10, 1992 My commission expires August 10 1 1992 CERTIFICATION I, the undersigned officer of the UNITED FIRE & CASUALTY COMPANY, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the By -Laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. +�+a +trrf1tn, In testimony whereof I have hereunto subscribed my name and affixed the cor- poste seal of the said CORPORATE? 19SAG Company this 16tkay of September 19 91 Secretary ACKNOWLEDGEMENT OF SURETY State of Minnesota ) SS. County of Hennepin ) On this 1 ht day of Selltembpr 19 91 before me personally appeared Gary McBride to me known, who, being by me duly sworn, did depose and say: that s /he resides at Oakdale, MN , that s /he is the Attorney —in —Fact of United Fire & Casualty Company ACKNOWLEDGEMENT OF CORPORATION State of } County of } SS: On this day of 19 , before me personally appeared , to me known, who, being by me first duly sworn, did depose and say that s /he resides in that s /he is the of , the corporation described in and which executed the foregoing instrument; that s /he knows the corporate seal of said corporation, that the corporate seal affixed to said instrument is such corporate seal, that it was so affixed by order and authority of the Board of Directors of said corporation, and that s /he signed his /her name thereto by like order and authority. Notary Public UNITED FIRE & CASUALTY COMPANY HOME OFFICE — CEDAR RAPIDS, IOWA Un CERTIFIED COPY OF POWER OF ATTORNEY (Original on file at Home Office of Company — See Certification) KNOW ALL MEN BY THESE PRESENTS, That the UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Iowa, and having its principal office in Cedar Rapids, State of Iowa, does make, constitute and appoint Richard J. Ahmann, Jr. , or Richard J. Ahmann III, or Philip A. Shanley, or Gary McBride, All Individually. of Eden Praire, Minnesota its true and lawful Attorney(s) -in -Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature as follows: Any and all bonds in an amount not exceeding Five Hundred Thousand and noj100 -- ($500,000.00) Dollars. and to bind UNITED FIRE & CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of UNITED FIRE & CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. The Authority hereby granted shall expire April 13 19 92 unless sooner revoked. This power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company on April 18, 1973, "Article V — Surety Bonds and Undertakings." tiecIion 2, Appointment of Atlurney -in -Fact. ­I he President or any Vice President, or any other officer oft he Company, may, from time to time, appoint h'N written certificates attorneys -rtt -fact to act in behall' of the Company in the execution of policies of utsuran : g e. bonds, undertakings and other obligatory instruments of like nature. 1 he signature of any officerauthorized hereby, and the C'Oiporate seal, may be affixed by facsimile to any power Of attorney or special power of attorney or certification of either authorvcd hereby; such signature and seal, when so used, bcingadopted by the Company as the original signature of such ollicerand the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. Stich attorneys -in -fact, subject to the limitations set forth in their respective certificates ofauthority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. I he President or any Vice President- the Board of Directors or any other officer of the Company may at any time revoke all power and authoruy previously given to auy attorney -in -fact. IN WITNESS WHEREOF, the UNITED FIRE & CASUALTY COMPANY has caused these ` � %P',`,cA5U %1., presents to be signed by its vice president and its corporate seal to be hereto affixed this a`� � CORPORATE 13th day of April A.D. 19 90 BSdI» UNITED FIRE & CASUALTY COMPANY �•quint• �LM�.SZMI By State of Iowa, County of Linn, ss: Vice resident On this 13th day of April 19 90 before me personally came Maynard L, Hansen to me known, who being by me duly sworn, did depose and say: that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of the UNITED FIRE & CASUALTY COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. LOIS M. SCHUCHMANN MY COMMISSION EXPIRES Notary Public o , August 10, 1992 My commission expires August 10 1992 CERTIFICATION I, the undersigned officer of the UNITED FIRE & CASUALTY COMPANY, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the By -Laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. 01t+ttttl +rn, In testimony whereof I have hereunto subscribed my name and affixed the cor- porate seal of the said CORPORATE+ � REAL Company this 16th day of September 19 91 Secretary SEP 2 c 1qgj PRODUCER ! THIS C88Tl0O&TD ID lDSV8D AS & 0&TTB8 OF INFORMATION ONLY AND CONFERS ( POLICY PLANNERS, INC. | NO RIGHTS UPQN THE CERTIFICATE HOLDER THIS CERTlF{CAJE D8EG NOT AMN0 | INSDRANCE AGENTS GR8UP | | 494V VlKIkS URlYE, #325 | | E8lWA, MN. 554350307 | CDMPANY | | | � COMP&NY ( JNSUREB PIPE SERVICES CO0PORATI0N � | CSMPANY LETTER � | 1370 INVERNESS ROAD � COMPANY � MlNNETOWKA MN | L | 55343 | COMP&NY | = C O V E R A G E S ==========================================================================( THl5 IS TO CERTIFY THAT THE POLICIES INDlCATED, WOTWlTHST�0lNG ANY �ERTlFlCATE MAY BE lSSUED OR MAY OF INSURANCE REQUlREMEAT, PERTAlN, THE TERM INSURANCE LlSTED OR C0ND10ON BELOW HAVE OF ANY AFFORDED BY BEEN lSSUED TO THE INSURED CUNTKACT OR OTHER DDCGMENT THE PQLlClES DESCRl8ED HEREIN NAMED A8RE WITH RESPECT lS SUBJECT FDR THE PDLlCY 4061: TO QCK THS ( T0 ALL THE TERMS. ( � } vo TPE OF | POLICY EFF. T E | ]POLICY EXP.| TE | ( | | [X] Comwercial General Liability| A | [ } Claias KAe [X] Occur. 1 CUP 3 524 %N 03/26/91 | 03C@/9 2 | [ l Cmer's & Cootractor's | AUTOHO8lLE LlABlLlTY Prnt.| |_$5�N�_| 75V � | [% All Imed Autos 1 | [X] Hired Autos | [X} vam-cmed Autos | CWP 3 | 524 000 | | V3/26/91 I0JORF | V3/26R2 | 290lLY lNJRY | | PROPERTY | $ | | [ } Garuge Liability | EXCESS LIABKlTY \ | [X} 8MBRELLA FORM | CUP 3 524 GOO | 0V26/91 | OV26/92 | | ( L T 3, | NOB&ER'S CO PENSATlOW | 04-0 0697O-6 ( | V9/25/91 | 7 ELL L ZE | O9/25/92 L VQ | UTHER | | | | ( | �SCRlPT�ON OF OPERATl�G/LQCATI��/��ICLES/SPECIAL RE, TELEVISING AND CLEANlN"S, U7 SEWER SYSTEM lTEMS | � CITY PRO ECT 148V | $750 AUTO LIABILITY LlMlT & $1 UMBRELLA ARE EFFECTIVE 9/26/91. � = C E R T I F l C A T E H O L D E R =========== C A N C E L L A T l O % ======================| CITY OF NEW HOPE | | SKDULD &NY EXPIRATlOW OF THE ABOVE QESCRlBED POLlClES DATE THEKDF, TH[ lSSU[NG COMPAHY BE CANCELLED N!L 0E73E THE � ypy"*44 | 4401 XYLON AVENUE NORTH | MAIL DAYS AITTE# N7ICE TO THE CERTIFlCATE H8LDER QMED TO THE / _JO NEW HOPE MN | | AUTHORIIED . . . . LEFT REPRESEWTATIVE | � . , . . ` OFFICIAL FILE COPY 1994 SEWER IMPROVEMENTS CITY PROJECT NO. 480 FILE NO. 34168 NEW HOPE, MINNESOTA 1994 Table of Contents Advertisement for Bids Information to Bidders Proposal Special Provisions 2104. Removing Miscellaneous Structures - Specific & General Requirements 2331. Plant Mixed Bituminous Pavement - Specific & General Requirements 2531. Concrete Curb and Gutter - Specific & General Requirements 2573. Temporary Erosion Control - Specific & General Requirements 2575. Turf Establishment - Specific & General Requirements 24,000. Sewers - Specific Requirements General Requirements 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 4-1 Concrete Curb and Gutter Supplemental Conditions of the Contract Conditions of the Contract I hereby certify that this plan and specification was prepared by me or under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of/Minnesota. A. Hanson, P.E. Date: September 6, 199 Reg. No. 14260 34168 Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc, Sealed bids will be received by the City of New Hope, Minnesota in the City Hall at 4401 Xylon Avenue until 11:30 A.M., C.D.S.T., on Monday, September 12, 1994, at which time they will be publicly opened and read aloud for the furnishing of all labor and materials and all else necessary for the following: 1994 Sanitary Sewer & Storm Sewer Repairs - City Project No. 480 72 LF 12" RCP Sanitary Sewer 40 LF 36" RCP Storm Sewer 35 LF 15" RCP Storm Sewer 10 LF 10" PVC Sanitary Sewer with miscellaneous street, boulevard, and yard restoration. Plans and specifications, proposal forms and contract documents may be seen at the office of the City Clerk, New Hope, Minnesota, and at the office of Bonestroo, Rosene, Anderlik & Associates, Inc., Consulting Engineers, 2335 W. Trunk Highway 36, St. Paul, MN 55113, (612) 636 -4600. Each bid shall be accompanied by a bidder's bond naming the City of New Hope as obligee, certified check payable to the Clerk of the City of New Hope or a cash deposit equal to at least five percent (5 %) of the amount of the bid, which shall be forfeited to the City in the event that the bidder fails to enter into a contract. The City Council reserves the right to retain the deposits of the three lowest bidders for a period not to exceed 90 days after the date and time set for the opening of bids. No bids may be withdrawn for a period of ninety (90) days after the date and time set for the opening of bids. Payment for the work will be by cash or check. Contractors desiring a copy of the plans and specifications and proposal forms may obtain them from the office of Bonestroo, Rosene, Anderlik & Associates, Inc., upon payment of a deposit of $30.00. See "Information to Bidders" for plan /specification deposit refund policy. The City Council reserves the right to reject any and all bids, to waive irregularities and informalities therein and further reserves the right to award the contract to the best interests of the City. Daniel Donahue, Manager City of New Hope, Minnesota 34168ad ulgjvejasw 10ma 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 priine bidder who submitted a bona-fide bid to the Owner, or b) Submitted quotes to at least two prime bidders which are identified with the returned plans and specifications. The following planholders need not return plans and specifications to receive a refund of deposit: a) Low prime bidder, or b) Successful low subcontractors and suppliers who notify the receptionist within 15 days of the bid. Refunds of deposit will also be made, for one set of plans and specifications only, to those planholders who return plans and specifications at least 48 hours before the bid-letting hour. 3. INDIVIDUAL DRAWINGS AND SPECIFICATION SHEETS: Individual drawings and specifications sheets may be purchased at the rate of Five Dollars ($5.00) per sheet of drawings and Twenty-five cents ($0.25) per sheet of specifications for which no refund will be made, 1994 General Bonestroo Bidder Penn Contracting, Inc. Total Base Bid $65,248.00 i Rosen Address 1697 Peltier Lake Dr. Telephone No. 426 -9150 Anderlik $ Associates E �«— a "" """" St. Paul, MI-. City, State, Zip Centerville, MN 55038 Fax. No. 429 -4699 PROPOSAL 1994 SEWER IMPROVEMENTS CITY PROJECT NO. 480 FILE. NO. 34168 NEW HOPE, MINNESOTA 1994 Opening Time: Opening Date: Honorable City Council City of New Hope 4401 Xylon Avenue North New Hope, Minnesota 55428 Dear Council Members: 11:30 A.M., C.D.S.T. Monday, September 12, 1994 The undersigned, being familiar with your local conditions, having made the field inspections and investigations deemed necessary, having studied the plans and specifications for the work including Addenda Nos. - -- 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 A - 5701 International Prkwv.- Sau.Sewer 1 Remove bituminous pavement 2 Remove B612 concrete curb 3 Remove 1.2" RCP sanitary sewer 4 12" RCP, Cl. 5, 20' -25' deep in pl. 5 Improved pipe foundation per 6" incr. 6 Connect to existing 12" RCP 7 Type 31 bituminous base Unit Qty Unit Price Total Price SY 170 $ 5.00 $ 850.00 LF 30 6.00 180.00 LF 72 104.00 7,488.00 LF 72 260.00 18,720.00 LF 150 5.00 750.00 EA 2 3,500.00 7,000.00 TN 30 80.00 2,400.00 34168.PRO P -1 No. Item Unit Qty Unit Price Total Price 8 Type 41 bituminous wear TN 30 $ 80.00 $ 2,400.00 9 Class 5 aggregate base w /excavation TN 130 15.00 1,950.00 10 B612 concrete curb LF 30 30.00 900.00 11 Sod with 3" topsoil SY 170 3.50 595A0 Total A - 5701 International Parkway $43,233.00 13 - Boone Ave., So. 60 -1/2 Ave.San.Sewer 12 Remove bituminous pavement SY 140 $ 5.00 $ 700.00 13 Remove 9" VCP sanitary sewer LF 20 20.00 400.00 14 10" PVC, SDR 35, 10' -15' deep in pl. LF 20 150.00 3,000.00 15 Improved pipe foundation per 6" incr. LF 40 5.00 200.00 16 Connect to existing 9" RCP MH rA 2 1,800.00 3,600.00 17 Type 31 bituminous base TN 30 80.00 2,400.00 18 Type 41 bituminous wear TN 40 80.00 3,200.00 19 Class 5 aggregate base w /excavation TN 120 15.00 1.8 Total B - Boone Ave. Sanitary Sewer $15,300.00 C - 5944 Boone Ave. So. 60 -1/2 Ave. Storm Sewer 20 Remove, reinstall cyclone fence LF 30 $ 25.00 $ 750.00 21 Remove existing 15" RCP and apron LF 32 15.00 480.00 22 15" RCP, Cl. 5 LF 32 85.00 2,720.00 23 Impr. pipe foundation per 6" incr. LF 64 5.00 320.00 24 15" RCP apron w /trash guard E3A 1 700.00 700.00 25 Rip rap, Class 3 CY 8 65.00 520.00 26 Sod w /3" topsoil SY 350 3.50 1,225.00__ Total C - 5944 Boone Ave. - Storm Sewer $6,715.00 34168TRO P -2 No. Item Unit Qty Unit Price Total Price Total A - 5701 International Parkway Total B - Boone Ave., So. 60 -1/2 Ave. Total C - 5944 Boone Ave. Storm Sewer Total Base Bid 34168TRO P -3 43,233.00 15,300.00 $ 65,248.00 The final amount of the contract shall be determined by multiplying the final measured quantities of the various items actually constructed and installed by the unit prices therefor, in the manner prescribed in the specifications. However, the low bidder shall be determined by adding the sums resulting from multiplying the quantities stated by the unit prices bid therefor. Accompanying this bid is a bidder's bond certified check or cash deposit in the amount of $ five percent 5 %) of amount bid , which is at least five percent (5 %) of the amount of my /our bid made payable to the Owner, and the same is subject to forfeiture in the event of default on the part of the undersigned or failure on the part of the undersigned to execute the prescribed contract and bond within fifteen (15) days after its submittal to me /us. In submitting this bid it is understood that the Owner retains the right to reject any and all bids and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this bid, it is understood that payment will be by cash or check. It is understood that bids may not be withdrawn for a period of 45 days after the date and time set for the opening of bids. It is understood that the Owner reserves the right to retain the certified check or bond of the three lowest bidders as determined by the Owner for a period not to exceed 45 days after the date set for the opening of bids. Respectfully submitted, (A Corporation) Penn Contracting, Inc. (An Individual) Name of Bidder (A Partnership) (Signed) Dean Luxenburg Signer President Title Dean Luxenburg; Printed Name of Signer 34168.PRO P_4 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 system used herein numbers 24,000.2 - 24,000.2.N inclusive, deal with Materials; 24,000.3 - 24,000.7.A inclusive, deal with Construction Requirements; 24,000.8 - 24,000.8.K inclusive, deal with Method of Measurement and 24,000.9 - 24,000.9.M, inclusive, deal with Basis of Payment. It is intended that when the Standard Specifications do not cover the subject matter necessary to be covered, additional numbers in the appropriate section may be utilized in the Specific Requirements and the numerical sequence preserved. 24,000.1.A. Work Included: The Contractor shall, unless specified otherwise, furnish all materials, equipment, tools and labor necessary to do the work required under his contract and unload, haul and distribute all pipe, castings, fittings, manholes and accessories. The Contractor shall also excavate the trenches and pits to the required dimensions; sheet, brace and support the adjoining ground or structures where necessary; handle all drainage or groundwater; provide barricades, guards and warning lights; lay and test the pipe, castings, fittings, manholes and accessories; backfill and consolidate the trenches and pits; maintain the surface over the trench; remove surplus excavated material; and clean the site of the work. The Contractor shall also furnish all equipment, tools, labor and materials required to rearrange sewers, conduits, ducts, pipes or other structures encountered in the installation of the work. All the work to completely construct the sewer facilities shall be done in strict accordance with the contract documents to which these General Requirements are a part. 24,000.1.B. Specification Reference: In these General Requirements reference is made to the Minnesota Department of Transportation Specifications which shall mean the "Standard Specifications for Highway Construction" of the Mn/DOT, dated January 1, 1983 and subsequent amendments. 24,000.2. MATERIALS: The materials used in this work shall be new and conform to the requirements for class, kind and size of material specified below or as altered or more specifically described in the "Specific Requirements ", "Special Provisions" and "Proposal ". 24,000.2.A. Clay Pipe: Clay sewer pipe and fittings shall conform to the requirements of the current A.S.T.M. Specification C -700 for extra strength clay sewer pipe. Extra strength pipe shall be used for all Vitrified Clay Sewer Pipe on the project. 24,000.2.B. Polyvinyl Chloride Sewer Pine: Polyvinyl chloride sewer pipe and fittings shall be produced by a continuous extrusion process using Type 1, Grade 1 material as defined in A.S.T.M. Spec. D -1784. The design, dimensions and wall thickness shall be in accordance with ASTM Spec. D -3034, SDR 35. 24,000 - General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -1 24,000.2.C. Reinforced Concrete Sewer Pipe: The sewer pipe shall conform to the requirements of the Standard Specifications for Reinforced Concrete Sewer Pipe, A.S.T.M. Designation C -76 of the class designated on the plans and in the Proposal. 24 Corrugated Metal Pipe: Corrugated metal pipe shall conform to the Standard Specifications for Corrugated Metal Pipe Culvert of the A.A.S.H.O. Specification M -36 with exceptions and additions as noted in Mn/DOT Specification 3226. The kind of base metal and gauge is stated in the "Specific Requirements ". If any special coating is required, it will be stated in the "Specific Requirements ". 24,000.2.E. Ductile Iron Pipe: Ductile iron pipe shall conform with the requirements of AWWA Standard 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 Fittings: Where ductile iron pipe is furnished, fittings shall be mechanical joint in accordance with AWWA Standard C110. All fittings shall be designed for 150 psi working pressure. All fittings shall have a standard thickness of cement mortar lining in accordance with AWWA Standard C104. Ductile iron fittings in accordance with AWWA Standard C -153 are considered equal. 24,000.2.G. Joints and Joint Materials: 24,000.2.G.1. Clay Pipe: Clay pipe joints shall be rubber or plastic type compression joints in accordance with A.S.T.M. Spec. C -425. Plain -end vitrified clay pipe may be used which employ Type B compression couplings in accordance with ASTM Specification C594. 24,000.2.G.2. Po1yyinXl Chloride Pipe: Polyvinyl chloride pipe joints shall be bell and spigot type with solvent cement applied in accordance with the manufacturer's recommendations. Gasketed push -on type joints are considered equal. 24,000.2.G.3. Concrete Pipe: Reinforced concrete pipe joints shall meet the requirements of ASTM Specification C -361 and shall be the Bureau of Reclamation Type R -4. Deformed concrete pipe shall be jointed with material similar to Ram -Nek, Hamilton Kent, Kent Seal No. 2 or equal gasket material applied in accordance with manufacturer's recommendations. 24,000.2.G.4. Ductile Iron Pipe: Gaskets for mechanical joint and push -on joint pipe shall be designated and manufactured to exact dimensions to assure a liquid tight joint. All joints for pipe used as a pressure line shall be installed with an electric contact through every joint. Joints shall conform to AWWA Standard C111. 24,000 - General (3194) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -2 24,000.2.G5. Corrugated Metal Pipe: Corrugated metal pipe shall be joined using coupling bands in accordance with Mn/DOT Specification 3226. 24,000.2.H. Manhole and Catch Basin Frames & Covers: Cast iron for both manholes and catch basin frames and covers shall be of the best grade of cast iron, free from all injurious defects and flaws and shall be Class 35 iron in accordance with A.S.T.M. Spec. A -48. Each casting shall be sand blasted but no further coating or finish is required. Both the surface of the cover and frame in contact shall be machined for non - rocking protection. The words "SANITARY SEWER" or "STORM SEWER" shall be cast on top of each manhole cover in two inch letters where each is applicable. All manhole castings shall be furnished with two concealed type pick holes of a design approved by the Engineer. The type, style and weight of all manhole castings, special castings and catch basin castings shall be as stated in the "Specific Requirements ". 24,000.2.I. Manhole Steps: 24,000.2.I.1. Cast Iron Manhole Steps: Cast iron manhole steps shall be manufactured from hi -test metal having a minimum tensile strength 35,000 pounds per square inch. All manhole steps shall be Neenah Foundry Step No. R- 1981J, Badger F -15 or equal. All steps shall conform to the requirements of A.S.T.M. Designation C -478. 24,000.2.I.2. Aluminum Manhole Steps: Aluminum manhole steps of a design similar to the cast iron steps specified may be used. Aluminum manhole steps shall be made of Apex Ternalloy No. 5 aluminum alloy. 24,000.2.I.3. Polypropylene Coated Manhole Steps: Polypropylene molded over steel reinforcing rod and similar in design to the cast iron steps specified may be used. All such steps shall be M.A. Industries (SP -1 -PF) Manhole Step, or equal. 24,000.2.J. Pre -Cast Concrete Manholes: Precast concrete manholes shall be used for all manholes more than 6.5' deep from rim to top of pipe and shall conform to the requirements of A.S.T.M. Designation C -478. Segmental block may be used for the lower portion of manholes over large diameter pipe up to the top of the largest pipe. Unless otherwise stated, the internal diameter shall be four feet. The upper section of the manhole shall be reduced to a smaller diameter opening by use of an eccentric pre -cast cone made expressly for this purpose. On manholes 8 ft. deep and greater the pre -cast section immediately below the cone section shall be one (1 foot in height). The vertical wall of the cone shall be on the downstream side of the manhole, except for pipe 36 inches in diameter or greater where steps will be placed to provide the most suitable access. A minimum of 2 rings and a maximum of four rings of adjustment shall be allowed. All manholes shall be watertight. Precast manhole joints shall be rubber o -ring gasket type. All manhole steps shall be securely and neatly mortared in place. All lifting holes shall be neatly mortared up. Manhole bases may be pre -cast or poured in place. Poured in place bases must be acceptably cured before the manhole sections are placed on the hardened slab. The inverts of all manholes shall be shaped to the half section of equivalent size pipe conforming to the inlet and outlet pipe so as to allow for a free 24,000 - General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -3 uninterrupted flow with all surfaces sloping to the flow line. Manholes may be supplied with preformed inverts and watertight pipe connections for all lines 15" in diameter or smaller. Preformed inverts will not be allowed where pipe grades are 2 percent or greater unless design grade is built through the manhole. All manholes, catch basin manholes and catch basins shall be constructed in accordance with the detail plates included in the contract documents. Where manhole or catch basin depths are less than 6.5 feet from rim to top of pipe, they shall be built with precast concrete manhole sections and a precast concrete manhole slab with offset opening suitable for street loading. Where manholes are constructed using a precast concrete manhole top slab, the pre -cast section immediately below the slab shall be one (1) foot in height. "Mini -Tee" type precast manhole bottom sections may be used for the installation of all small diameter concrete pipe sewers in lieu of the construction method described above. 24,000.2.x. Pre -Cast Segmental Block: Eight inch precast segmental radial block may be used for the lower portion of manhole over large diameter pipe and for shallow manholes and catch basins. Concrete used in the manufacture of these blocks shall conform to the requirements of A.S.T.M. "Specifications for Concrete & Masonry Units for Construction of Catch Basins & Manholes ", Serial Designation C -139. The exterior of all block manholes shall be plastered with one -half inch of mortar as per Paragraph 24,000.5.D. 24,000.2.L. Concrete Materials: Concrete for monolithic concrete manholes and all manhole bases shall consist of Standard Portland Cement Type I, clean washed sand and crushed rock and gravel free from deleterious materials. Portland cement shall conform to A.S.T.M. Specifications, Portland Cement Type I, Standard Serial Designation C -150. Gradation shall be subject to the approval of the Engineer with proper water- cement ratio to obtain a concrete testing not less than 3000 pounds per square inch in 28 days. 24,000.2.M. Mortar Materials: Mortar used for laying up concrete block or brick manholes or used for plastering lift holes and exteriors of manholes shall consist of Standard Portland Cement Type I, Standard Serial Designation C -150. Lime shall conform to specifications for normal finishing hydrated lime, A.S.T.M. Serial Designation C -6 or specifications for hydraulic hydrated lime for structural purposes, A.S.T.M. Serial Designation C -141. Gradation shall be subject to the approval of the Engineer. 24,000- General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -4 24,000.2.N. Granular Materials: Granular materials used for improved pipe foundation, special pipe bedding, or PVC pipe bedding where improved pipe foundation is required shall meet the requirements of Mn/DOT Specification 3149H, Coarse Filter Aggregate except that hard, durable crushed carbonate quarry rock may also be used. The material shall have the following crushing requirements. Not less than 50% of the material, by weight, that is retained on the No. 4 sieve shall have one or more crushed faces. Granular materials used for pipe bedding in rock and for PVC pipe bedding where improved pipe foundation is not required shall meet the requirements of Mn/DOT Specification 3149A, Granular Borrow, except that 100 %, by weight, shall pass the 1" sieve. 24,000.3. CONSTRUCTION REQUIREMENTS: 24,000.3.A. Inspection: 24,000.3.A.1. Of Materials at Factory: All materials, whether furnished by the Owner or by the Contractor are subject, at the discretion of the Owner, to inspection and approval at the plant of the manufacturer. 24,000.3.A.2. Of Materials at Delivery Point: During the process of unloading, all pipe and accessories shall be inspected by the Contractor for loss or damage in transit. No shipment of material shall be accepted by the Contractor until or unless notation of any lost or damaged material shall have been made on the bill of lading by the agent of the carrier. 24,000.3.A.3. Field Inspection: All pipe and accessories shall be laid, jointed, tested for defects and for infiltration in the manner herein specified as directed by the Engineer and subject to his approval. 24,000.3.A.4. Disposition of Defective Material: All material found during the progress of the work to have cracks, flaws or other defects will be rejected by the Engineer and the Contractor shall promptly remove from the site of the work such defective material. 24,000.3.B. Contractor's Responsibility for Material: 24,000.3.B.1. Responsibility for Material Furnished by Contractor: The Contractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or that has become damaged after delivery by the manufacturer. 24,000.3.B.2. Responsibility for Safe Storage: The Contractor shall be responsible for the safe storage of material furnished by or to him, and accepted by him, and intended for the work, until it has been incorporated in the completed project. 24,000.3.C. Handling Pipe & Accessories: Pipe and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the project by the Contractor; they shall at all times be handled with care to avoid damage. 24,000 - General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -5 24,000.3.D. Alignment & Grade & Underground, Surface & Overhead Utilities: 24,000.3.D.1. General: All pipe shall be laid and maintained to the required lines and grades; with tees, wyes, catch basins, special structures and manholes at the required locations; and with joints centered and spigots home. Deviation from grade in excess of 0.05 percent may be cause for removal and relaying pipe at the Contractor's expense. 24,000.3.D.2. Existing Utilities: Existing water and sewer mains, and other underground utilities, are shown on the plans only by general location. The Owner does not guarantee that the utilities are complete or that the locations are as shown on the plans, and the Contractor shall be solely responsible for verifying the exact location of each of these utilities, without additional compensation. Prior to the start of any construction, the Contractor shall notify all utility companies having utilities in the Project Area. The Contractor shall have sole responsibility for providing temporary support and for protecting and maintaining all existing utilities in the Project Area during the entire period of construction, including but not limited to the period of excavation, backfill and compaction. In carrying out this responsibility, the Contractor shall exercise particular care, whenever gas mains or other utility lines are crossed, to provide compacted backfill or other stable support for such lines to prevent any detrimental displacement, rupture or other failure. 24,000.3.D.3. Deviations Occasioned by Other Utility Structures: Wherever existing utility structures or branch connections leading to main sewers or to main drains or other conduits, ducts, pipe or structures present obstructions to the grade and alignment of the pipe, they shall be permanently supported, removed, relocated, or reconstructed by the Contractor through cooperation with the Owner of the utility, structure or obstruction involved. In those instances where their relocation or reconstruction is impracticable, a deviation from the grade will be ordered and the change shall be made in the manner directed with extra compensation allowed therefore at unit prices, if applicable. 24,000.3.D.4. Deviation with Engineer's Consent: No deviation shall be made from the required line or grade except with the written consent of the Engineer. 24,000.3.D.5. Subsurface Exploration: It shall be the Contractor's responsibility to determine and verify the location of existing pipes, valves or other underground structures as necessary to progress with the work with no additional compensation allowed. The Engineer shall make all known records available. All known utilities are designated on the plans in a general way as stated in Section 24,000.3.D2. 24,000 - General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -6 24,000.3.D.6. Overhead Utilities & Obstructions: Overhead utilities, poles, etc., shall be protected against damage by the Contractor and if damaged by the Contractor, shall be replaced by him. Should it become necessary during the progress of the work to remove or relocate existing poles, overhead utilities and obstructions, the Owner shall cause the same to be done at no expense to the Contractor unless otherwise provided for in the "Special Provisions" or "Specific Requirement ". It will be the duty of the Contractor to visit the site and make exact determination of the existence of any such facility prior to the submission of his bid. 24,000.3.E. Excavation & Preparation of Trench: 24,000.3.E.1. Description: The trench shall be dug to the alignment and depth shown on the plans and only so far in advance of pipe laying as Engineer shall specify. The trench shall be so braced (Section 24,000.3.E.11) and drained that workmen may work safely and efficiently therein. All trenches shall be excavated and /or sheeted and braced in accordance with applicable State Regulations relating to industrial safety to a safe angle of repose. Such angle of repose shall be no less than that required by the Accident Prevention Division of the State Industrial Commission or the requirements of the Occupational Safety and Health Act (OSHA) whichever is more restrictive. All surface water and ground water discharges shall be conducted to natural drainage channels, drains or storm sewers. 24,000.3.E.2. Width: The trench width at the top of the excavation may vary with and depend upon the depth of trench and the nature of the excavated material encountered, but in any case shall be of ample width to permit the pipe to be laid and jointed properly and the backfill to be placed and compacted properly. The minimum width of unsheeted trench shall be 18 inches and for pipe 10 inches or larger at least one foot greater than the nominal diameter of the pipe. All trenches shall be excavated to conform to the State Industrial Commission Safety requirements and applicable OSHA Standards. 24,000.3.E.3. Pipe Bedding: All sewer pipe shall be bedded for strength purposes in accordance with the class of bedding specified in the Specific Requirements, as detailed in the Standard Detail Plates, or as indicated on the plans and /or proposal. Where no specific class of pipe bedding is listed, it shall be understood to be Class C -1 bedding. Side fills and the area over the pipe to the depths indicated on the sewer bedding detail shall be filled with natural trench material carefully compacted in place. 24,000.3.E.3.1. Class C -1 Bedding: Where Class C -1 bedding is specified or allowed with existing materials, the trench shall have a bottom conforming to the grade to which the pipe is to be laid. The pipe shall be laid upon sound soil, cut true and even so that the barrel of the pipe will have bearing over at least 50 percent of the pipe width for its entire length. Bell holes shall be excavated to insure that the pipe rests for its entire length upon the bottom of the trench. When a uniform trench bottom cannot be formed as specified, Class C -2 bedding shall be used. 24,000- General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -7 The Contractor may, at his option, elect to use a Class C -2 bedding in lieu of Class C -1 bedding, without any additional compensation allowed therefor. 24,000.3.E.3.2. Class C -2 Beddin . Where Class C -2 bedding is specified or allowed, the pipe shall be bedded on granular materials meeting 24,000.2.N specifications. The depth of bedding shall be one fourth of the outside diameter of the pipe barrel, but not less than six inches in accordance with the standard detail plates. 24,000.3.E.3.3. Class B Bedding: Where Class B bedding is specified or allowed, the pipe shall be bedded on granular materials meeting 24,000.2.N. specifications. The depth of bedding shall be one fourth of the outside diameter of the pipe barrel, but not less than six inches, plus one half of the outside diameter of the pipe barrel all in accordance with the standard detail plate. 24,000.3.E.3.4. Class A Bedding: Where Class A bedding is specified or allowed, the pipe shall be bedded in the same manner as for Class C -1 bedding except that 2000 psi concrete shall be placed around the pipe from the bottom of the trench to a point one half the outside diameter of the pipe barrel above the bottom of the trench all in accordance with the Standard Detail Plate. 24,000.3.E.3.5. PVC Pipe Bedding: All polyvinyl chloride sewer pipe shall be installed and bedded in accordance with ASTM specification D -2321, "Recommended Practice for Underground Installation of Flexible Thermoplastic Sewer Pipe" with granular materials meeting Specification 24,000.2.N. used for all PVC pipe bedding. The granular materials shall be placed from a point 6" below the bottom of the pipe to a point 12" above the top of the pipe. Bedding requirements shall include mechanical compaction of sand and gravel material surrounding the pipe to at least ninety -five (95 %) percent of maximum density as described in ASTM Methods D698 to prevent deflection of the pipe cross - section. Payment for such bedding and compaction operations shall be considered incidental to the installation of the sewer pipe. Where existing soils are of non- granular nature, the Contractor shall furnish sand or gravel material for pipe bedding as incidental to the cost of the pipe. The Owner reserves the right to measure deflection of PVC sewer pipe 30 days after placement of backfill material in the trench and at any time during the warranty period. Deflections greater than five (5 %) percent of the inside pipe diameter shall be considered failure of the bedding procedure and the Contractor may be required to re- excavate the trench and provide additional compaction along the side of the sewer pipe with no additional compensation for such work. Deflection testing of PVC pipe shall be performed by the contractor with no additional compensation allowed therefor. 24,000.3.E.4. Correcting F� aulty Grade: Any part of the trench excavated below grade shall be corrected with approved material thoroughly compacted without additional compensation to the Contractor. 24,000- General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -8 24,000.3.E.5. Improved Pipe Foundation: When the bottom of the trench is soft or where in the opinion of the Engineer unsatisfactory foundation conditions exist, the Contractor shall excavate to a depth to insure proper foundation. The excavation shall then be brought up to pipe grade with thoroughly compacted granular materials meeting Specification 24,000.2.N. No payment will be made for rock installed without the knowledge or consent of the Engineer nor will payment be made for rock installed only for dewatering purposes. Payment will be made for only the authorized granular foundation material placed under the pipe. It shall be the Contractor's responsibility to notify the Engineer of changing soil conditions which may be of poor bearing capacity and when organic soils are encountered. Where utilities are placed on unstable soils without notification of the Engineer, the Contractor shall be responsible for all repairs and correction of the installation without further compensation. 24,000.3.E.6. Pipe Clearance in Rock: Ledge rock, boulders and large stones shall be removed to provide a clearance of at least 6 inches below the outside barrel of the pipe and to a clear width of 6 inches on each side of all pipe and appurtenances for pipe 15 inches or less in diameter; for pipes larger than 15 inches, a clearance of 6 inches below and a clear width of 9 inches on each side of outside diameter of pipe shall be provided. Adequate clearance for properly jointing pipe laid in rock trenches shall be provided at bell holes. 24,000.3.E.7. Pipe Bedding in Rock: Where rock is encountered, the space between the rock and the pipe surfaces shall be backfilled with granular materials meeting specification 24,000.2.N. and thoroughly tamped. The material from the trench excavation, other than rock, boulders, peat, silt or other unacceptable material, shall be considered as suitable material. No additional compensation for placing or tamping this material shall be allowed. However, in the event that additional material must be hauled in, the hauling of the suitable granular material for the pipe bed shall be paid for on a weight basis only when ordered placed by the Engineer. 24,000.3.E.8. Solid Rock Excavation Defined: Solid rock excavation shall include such rocks as are not decomposed, weathered or shattered and which will require blasting, barring, wedging or use of air tools for removal. Under this classification shall be included the removal of any concrete or masonry structures (except concrete pavement, curb, gutter and sidewalk) or boulders exceeding one -half (1/2) cubic yard in volume that may be encountered in the work. 24,000.3.E.9. Blasting Procedure: Blasting for excavation will not proceed until the Contractor has notified the Engineer of the necessity to do so, such notification shall in no manner relieve the Contractor of the hazards and liability contingent in blasting operations. The hours of blasting will be fixed by the Owner. Any damage caused by blasting shall be repaired by the Contractor at his expense. The Contractor's methods of procedure relative to blasting shall conform to local and state laws and municipal ordinances. 24,000.3.E.10. Bell Holes Required: Bell holes of ample dimensions shall be dug in trenches at each joint to permit the jointing to be made properly. 24,000 - General (3/94) Copyright 1994 $onestroo, Rosene, Anderlik & Associates, Inc. 24,000 -9 24,000.3.E.11. Braced & Sheeted Trenches: The Contractor shall adequately brace and sheet excavations wherever necessary to prevent caving or damage to nearby property. The cost of this temporary sheeting and bracing, unless provided for otherwise, shall be considered as part of the excavation costs without additional compensation to the Contractor. Trench sheeting or bracing shall remain in place until the pipe has been laid, tested for defects and repaired if necessary, and the earth around it compacted to a depth of one foot over the top of the pipe. Sheeting, bracing, etc. placed in the "pipe zone" (that part of the trench below a distance of one foot above the top of the pipe) shall not be removed without the written permission or written order of the Engineer. Sheeting ordered left in place by the Engineer shall be paid for at the unit price bid. The Contractor may also leave in place, at his own expense, any sheeting or bracing in addition to that ordered left in place by the Engineer necessary to prevent injury or damage to persons, corporations, or property, whether public or private, for which the Contractor under the terms of this contract is liable. 24,000.3.E.12. Manner of Piling Excavated Material: All excavated material shall be piled in a manner that will not endanger the work and that will avoid obstructing sidewalks and driveways. Gutters shall be kept clear or other satisfactory provisions made for street drainage. 24,000.3.E.13. Maintenance of Traffic: When traffic cannot be diverted, it will be permitted to use the highway at all times. the Contractor shall at his own expense erect and maintain warning signs and warning barricades. The Contractor shall at his own expense, place and maintain acceptable warning lights and barricades to protect persons from injury and to avoid property damage. At all dangerous intersections, bypasses, and intercepting roads, the Contractor shall at his own expense furnish, erect and maintain such warning barricades as are necessary and required by the Engineer, and he shall place and maintain acceptable warning lights at each. It shall be the Contractor's responsibility to check and inspect all lights and barricades at all times including Sundays and Holidays. He shall maintain the streets in a passable condition, shall conduct his work so as to create a minimum amount of inconvenience to traffic and shall furnish not less than two flagmen at each location where loading or depositing of material requires the turning of the trucks on any state highway or "main street" and where the operation of construction equipment endangers traffic. Temporary suspension of work does not relieve the Contractor of the responsibility outlined in the above requirements. 24,000.3.E.14. Property Protection Trees, fences, poles and all other property shall be protected unless their removal is authorized; and any property damaged shall be satisfactorily restored by the Contractor, or adequate compensation therefor shall be the responsibility of the Contractor. Where tree trimming is required, all cut surfaces one inch or more in diameter shall be covered with a coat of asphalt paint. 24,000 - General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -10 24,000.3.E.15. Interruption of Water Service: No valve or other control on the existing system shall be operated for any purpose by the Contractor without approval of the Engineer and all consumers affected by such operation shall be notified by the Contractor at least an hour before the operation and advised of the probable time when service will be restored. 24,000.3.E.16. 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.E.17. Manner of Handling Pipe & Accessories Into Trench: Proper implements, tools and facilities satisfactory to the Engineer shall be provided and used by the Contractor for the safe and convenient prosecution of the work. 24,000.3.E.18. Pipe Kept Clean: All foreign matter or dirt shall be removed from the inside of the pipe before it is lowered into its position in the trench, and it shall be kept clean by approved means during and after laying. All matter entering the pipe shall be removed by the Contractor prior to acceptance with no additional compensation allowed. 24,000.3.E.19. Laying the Pipe: The spigot shall be lubricated, centered in the bell, the pipe shoved into position and brought into true alignment; it shall be secured there with earth carefully tamped under and on each side of it, excepting at the bell holes. Care shall be taken to prevent dirt from entering the joint space. 24,000.3.E.20. Preventing Trench Water From Entering Pipe: All openings along the line of sewer shall be securely closed, and at the suspension of work at any time, suitable stoppers shall be placed to prevent water, earth or other substances from entering the sewer. 24,000.3.E.21. Bell Ends to Face Direction of La iy W- Pipe laying shall proceed upgrade with spigot ends pointing in the direction of flow. 24,000.3.E.22. Railroad & Highway Crossing: When any railroad or highway is crossed, all precautionary construction measures required by the railroad or highway shall be followed. Railroad or highway crossings shall be jacking or tunneling and construction and permit requirements shall be as stated in the "Specific Requirements ". 24,000.3.E.23. Unsuitable conditions for Laying Pipe: No pipe shall be laid in water or when the trench conditions are unsuitable for such work. 24,000.3.E.24. Jointing: Joints for vitrified clay and concrete pipe shall be made by wiping the joints clean, applying the manufacturer's recommended lubricant compound over the entire joint surface and then inserting the spigot end into the bell with sufficient force to properly seat the pipes. Joints for polyvinyl chloride pipe shall be made by the use of a solvent cement or push - on rubber gaskets. All jointing procedure shall be in accordance with the recommendations of the pipe manufacturer. 24,000 - General (3194) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -11 After joints are made, any superfluous material inside the pipe shall be removed by means of an approved follower or scraper. All joints must be watertight, and any leaks or defects discovered must be immediately repaired. Any pipe which has been disturbed after being laid must be taken up, the joint cleaned and properly relaid as directed by the Engineer. Joints connecting cast iron pipe with concrete or clay pipes shall be made with a concrete collar completely surrounding the joint or approved adapter. Where a sewer line outlets to grade or where the line is terminated with a flared end section, the Contractor shall fasten at least the last three (3) joints together by the use of "U" bolt fasteners approved and as recommended by the pipe manufacturers. 24,000.4. SERVICE CONNECTIONS: 24,000.4.A. Wye Branches: Extra strength wye branches shall be placed at the locations directed by the Engineer. The wye branch shall be placed so that the Wye is located at approximately a 45o angle from horizontal. Vitrified or other suitable plugs shall be provided for the openings. Plugs shall be installed with Atlastic 77, Sonolastic Sealant or equal joint material or shall be specifically designed for the opening to be plugged. 24,000.4.B. Risers: Standard weight cast iron soil pipe shall be used as risers to extend service connections to a point within 10 feet of the street grade or as directed. Risers shall be installed in accordance with the standard service riser detail plate. Care shall be taken in backfilling so as not to damage the riser installation. Suitable plugs shall be provided for the openings, properly sealed. 24,000.4.C. Records & Location of Service Connections: It shall be the duty of the Contractor to keep an accurate record of service connections, as to location, depth to top of riser, type of connection provided, etc. Location shall be made in respect to nearest manhole center, downgrade from the service. This record shall be turned over to the Engineer at the end of each week. 24,000.5. MANHOLES: 24,000.5.A. General: All reference to manholes shall apply equally to catch basin structures in this section of the specifications. 24,000.5.B. Excavation: Excavation shall be to a depth and size to provide for construction of the manholes and catch basins as shown in detail on the plans. 24,000.5.C. Concrete Base: Concrete base for manhole construction shall be of size and depth as shown on the plans. Concrete used for this purpose shall consist of one part Portland cement, two parts of clean sharp sand and four parts of graded coarse aggregate. Material used for this purpose shall be subject to the approval of the Engineer. Base shall be poured on undisturbed earth prior to setting the precast manhole sections. Precast concrete manhole bases shall be considered equal. 24,000 - General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -12 24,000.5.D. Walls: Material to be used in the walls of manholes shall be as specified in Section 24,000.2. All external surfaces of concrete block manholes if permitted shall be plastered with a 1/2 inch coat of Portland cement mortar. Mortar shall contain one part of cement to three parts of suitable plaster sand. Lime or mortar mix shall be used in amount necessary to make a suitable mixture for plastering purposes, but not to exceed 15% by volume of cement. Mortar used for laying concrete block shall consist of one part Portland cement to two parts of sand to which lime or mortar mix may be added not to exceed fifteen percent (15 %) by volume of cement. 24,000.5.E. Manhole Steps: Manhole steps shall be of the type as specified in Section 24,000.2.J. Spacing shall be as shown on the detailed manhole plans, but not greater than 16 inches in vertical alignment. 24,000.5.F. Placing Manhole Rings & Covers: The frame or ring casting shall be set to the designation elevation in a full mortar bed. 24,000.5.G. Placing Catch Basin Frames & Covers: Where catch basins are to be placed to final grade and castings are to be installed in curbing, then the casting and all adjusting rings shall be encased in concrete at least 4 inches in thickness. Where curb and street work is to be done under separate contract the casting frame shall be set in mortar only. 24,000.5.H. Drop Manhole Inlets: Encased drop inlets shall be constructed as required on the plans and in accordance with the standard Drop Inlet Detail Plate. 24,000.6. BACKFILLING CLEANING UP & MAINTAINING SURFACES: 24,000.6.A. Backfilling Procedure at Pipe Zone: All trenches and excavations shall be backfilled immediately after pipe is laid therein. For backfill up to a level of one foot over the top of the pipe, only selected materials free from rock, boulders, debris or other high void content substances, shall be used. The backfilling shall be placed completely under the pipe haunches in uniform layers not exceeding 4 inches in depth. Each layer shall be placed, then carefully and uniformly tamped to eliminate the possibility of lateral displacement and to provide uniform support completely under the pipe haunches. The backfill material shall be moistened if necessary, tamped in 4 inch layers and thoroughly compacted under and on each side of the pipe to provide solid backing against the external surface of the pipe. The installation and backfilling of polyvinyl chloride pipe shall be in accordance with A.S.T.M. D -2321 with special attention given to compacting the backfill material around the pipe to at least 95 percent of maximum density to a distance of one foot above the top of the pipe. 24,000 - General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -13 24,000.6.B. Backfill Procedure Above Pipe Zone: (Type "A ") Procedure where settlement is allowable. Succeeding layers of backfill may contain coarser materials and shall be free from pieces of rock, concrete or clay lump more than one cubic foot in volume, roots, stumps, tin cans, rubbish, frozen materials and other similar articles whose presence in the backfill would cause excessive settlement. This type of backfilling may be accomplished above the pipe zone by any mechanical means or otherwise, at the option of the Contractor. Surface shall be maintained in passable condition for traffic until date of final inspection. Backfilling under exposed existing utilities shall be compacted to prevent settlement and any future displacement. 24,000.6.C. Backfill Procedure Above Pipe Zone: (Type "C ") Succeeding layers of backfill may contain coarser materials and shall be free from pieces of rock, concrete or clay lump more than one cubic foot in volume, roots, stumps, tin cans, rubbish, frozen materials and other similar articles whose presence in the backfill would cause excessive settlement. This type of backfilling may be compacted by puddling with hose and long pipe nozzle or by flooding the trench, as the backfilling is accomplished above the pipe zone by any mechanical means or otherwise at the option of the Contractor. It is important that proper precautions be taken to prevent flooding of the pipe when flooding the trench, and the Contractor shall be wholly responsible for neglect of these precautions. 24,000.6.D. Procedure Where No Settlement is Allowable: (Type "C ") Succeeding layers of backfill may contain coarser materials and shall be free from pieces of rock, concrete or clay lump more than one cubic foot in volume, roots, stumps, tin cans, rubbish, frozen materials and other similar articles whose presence in the backfill would cause excessive settlement. This type of backfilling shall be placed in uniform layers, before compaction, of approximately 6 inches, tamped by mechanical means to the density specified in the Specific Requirements. 24,000.6.E. Procedure Where No Settlement is Allowable: (Type "D ") Succeeding layers of backfill shall be made of selected materials meeting requirements as set forth in the "Specific Requirements." This type of backfilling shall be placed in uniform layers, before compaction, of approximately 6 inches, tamped by mechanical means to the density specified in the Specific Requirements. 24,000.6.F. Density Tests: Density tests will be performed by an approved soils testing firm at various locations and depths throughout the project as directed by the Engineer. The Contractor shall cooperate fully and provide assistance as necessary to complete these tests with no additional compensation being made to the Contractor. All testing costs pertaining to passing tests shall be paid for by the Owner. All testing costs pertaining to failing tests will be charged to and paid for by the contractor. Where areas have not been compacted sufficiently to meet specific density requirements, these areas shall be excavated and recompacted until the density requirements are met. All cost for the work associated with recompaction shall be the Contractor's sole responsibility. 24,000 - General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -14 24,000.6.G. Deficiency of Backfill, By Whom Supplied: Any deficiency in the quantity of material for backfilling the trenches, or for filling depressions caused by settlement, shall be supplied by the Contractor with no extra compensation allowed. Any settlement which occurs shall be refilled by the Contractor. Material shall be provided at the Contractor's expense and the material shall be approved by the Engineer. 24,000.6.H. Disposal of Excess Materials and Debris: Unless otherwise specified, excavated material either not suitable or not required for fill material shall be disposed of by the Contractor outside of the right -of -way at his expense in any manner he may elect subject to the provisions of the following paragraph. Before dumping such materials or debris on a private or public land, the Contractor must obtain from the Owner of such land written permission for such dumping and a waiver of all claims against the Owner for any damage to such land which may result therefrom together with all permits required by law for such dumping. A copy of such permission, waiver of claims and permit shall be filed with the Engineer before said disposal is made. 24,000.6.I. Restoration of Surface: All surfaces disturbed during the construction period, whether caused by actual excavation, deposition of excavated material, or by the construction equipment, shall be returned to its original conditions or better. Exceptions to the above, if any, or special instructions pertaining to any particular section of the project will be outlined in the "Special Provisions ". 24,000.6.J. Cleaning Up: Surplus pipe line material, tools and temporary structures shall be removed by the Contractor, and all dirt, rubbish, caused by his operations and excess earth from excavations shall be hauled to a dump provided by the Contractor and the construction site shall be left to the satisfaction of the Engineer. Clean up and restoration shall include the replacement and restoration of all street signs, mailboxes, posts, fences and similar items disturbed by the construction described herein. Unless otherwise noted in the Special Provisions or Proposal all items of clean -up and restorations shall be considered incidental to the contract with no additional compensation allowed. 24,000.7. TESTING PIPELINES: 24,000.7.A. Infiltration in Sewers: Upon completion of the sewer construction, leakage tests shall be made to determine the amount of ground water infiltration into the sewers. Measurements will be made by means of 90o V -notch weirs placed in the lines. Measurements shall be taken at all points where, in the opinion of the Engineer, the flow of water in the sewers is greater than the maximum allowable leakage. Tests may be taken between individual manholes and the infiltration in any given line shall not exceed the specified maximum allowable rate. The maximum allowable rate of leakage shall not exceed 100 gallons per mile per inch diameter of pipe per day. 24,000 - General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -15 The Contractor shall furnish the weirs and other material and the labor for placing the weirs in the sewers and shall assist the Engineer in making the measurements. The Contractor shall receive no additional compensation for making the leakage tests or corrective work necessary to reduce leakage below the maximum allowed by the specifications. 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 sewer and from center to center of all manholes, catch basins or junction fittings. 24,000.8.B. Solid Rock Excavation: If solid rock is encountered in the trench, such rock excavation shall be measured by volume in cubic yards and shall be measured from the top of the rock to a point six inches below the outside barrel of pipe and twelve inches from each side of inside diameter of pipe. The minimum trench width of the solid rock excavation shall be 36 inches. For measurement purposes volume will be computed based on vertical walls for the width specified above. 24,000.8.C. Sewer Pipe with Bedding: Sewer pipe of each diameter and classification furnished and installed with associated pipe bedding will be measured separately by length in linear feet. Measurement will be made along the centerline of the sewer and from center to center of all manholes, catch basins or junction fittings. Where bends, tee manholes, flared end sections or other special shapes are installed, the length of pipe replaced by these structures shall be deducted from the distance from center of manhole to center of manhole for pay purposes. The special structures will be paid for as separate bid items. 24,000.8.D. Service Connection: Wyes and tee branches of each diameter and classification furnished and installed will be measured as a unit. 24,000.8.E. Service Riser Pipe: Sewer pipe used for service risers of each diameter and classification furnished and installed will be measured separately by vertical length in linear feet from the centerline of the sewer to the top of the last riser section. 24,000.8.F. Constructing Manholes: Manholes will be measured by depth of the structure from the invert of the pipe to the top of the cover in linear feet, based on the dimensions as staked by the Engineer. 24,000 - General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -16 24,000.8.G. Constructing Catch Basins: Catch basins will be measured by the number of catch basins completed as to shape, size, and depth according to the plans. 24,000.8.H. Improved Pipe Foundation: Granular materials placed for improving pipe foundation below the specified pipe bedding shall be measured by the lineal foot of pipe placed with improved foundation in six inch depth increments of granular material placed. As an example, if two feet of granular material is required for improved pipe foundation under a 12" pipe installed with C -2 bedding; six inches of material is required for Class C -2 bedding and improved pipe foundation shall be measured as three lineal feet, six inches deep. 24,000.8.J. Drop Inlets: Drop inlets will be measured by depth from the lowest invert of the manhole to the invert of the pipe being served by the drop inlet. 24,000.8.x. Special Structures & Appurtenances: Methods of measurement for special structures and appurtenances not included above shall be as stated in the "Special Provisions," "Specific Requirements," and "Proposal ". 24,000.9. BASIS OF PAYMENT: 24,000.9.A. Trench Excavation & Backfill: Regardless of the width excavated, sewer pipe furnished and installed with bedding will be paid for at the Contract Unit Price per linear foot of pipe falling within each of the following depth zones as measured from the profile grade: From 0' to 8', from 8' to 10', and two foot increments thereafter. Excavation and backfilling of trench and associated pipe bedding shall be included in the price of sewer pipe furnished and installed. 24,000.9.B. Solid Rock Excavation: Solid rock excavation will be paid for at the Contract Unit Price per cubic yard. 24,000.9.C. Sewer Pipe with Bedding in Place: Sewer pipe in each diameter and classification furnished and installed will be paid for at the Contract Price per linear foot which shall include payment for trench excavation and backfilling and associated pipe bedding. 24,000.9.D. Ductile iron Pipe: Ductile iron pipe will be paid for at the Contract Unit Price per linear foot for each type and diameter of pipe furnished which shall include payment for trench excavation and backfill. 24,000.9.E. Wye Branches: Wye branches will be paid for at the Contract Unit Price for each unit furnished and installed of the size specified on the Proposal. 24,000 - General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -17 24,000.9.F. Service Riser Pipe: Service riser pipe will be paid for at the Contract Unit Price per linear foot for the vertical distance from the centerline of the sewer to the top of riser. Concrete reinforcement of the main sewer and riser pipe as described in Section 24,000.4.B. shall be considered as incidental and will not constitute a pay item. 24,000.9.G. Constructing Manholes to Depth of Eight Feet: Constructing of manholes to a depth of eight (8) feet will be paid for at the Contract Unit Price per manhole which shall include furnishing and placing the manhole frame and cover. This section also applies to all catch basin manholes and catch basins. 24,000.9.H. Constructing Manholes to a Depth Greater than Eight Feet: Constructing of manholes to a depth greater than eight (8) feet will be paid for at the Contract Unit Price per manhole plus the unit price per linear foot for each foot of depth that is greater than eight feet. This section also applies to all catch basin manholes and catch basins. 24,000.9.I. Constructing Catch Basins: Constructing catch basins as shown on the plans will be paid for at the Contract Unit Price per catch basin which shall include furnishing and placing the catch basin frame and grating. 24,000.9.J. Improved Pipe Foundation: Authorized granular materials for improving pipe foundation in place shall be paid for at the Contract Unit Price per lineal foot for each six inch layer placed below pipe bedding. 24,000.9.K. Sand Cushion: Granular material for a sand cushion in place in rock excavation shall be paid for at the Contract Unit Price per ton. 24,000.9.L. Drop Inlet Pipe: Drop inlets in place shall be paid for at the Contract Unit Price per linear foot which shall be payment in full for the extended manhole base, encasement, drop pipe, cast iron tee, cast iron pipe and concrete collar. Payment shall be made for sewer pipe from center to center of all manholes as per Section 24,000.8.C. when cast iron pipe is extended for drop inlets. 24,000.9.M. Special Structures & Appurtenances: Basis of payment for special structures and appurtenances not included above shall be stated in the "Special Provisions," "Specific Requirement," and 'Proposal" End of Section 24,000 - General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -18 LOAD FACTOR 1.5 LOAD FACTOR 1.5 min. / Compacted / / Backfill / BC/Abut not p :•': r. less than 6 :`o.. e:.•e: ,.•.'.. 0.5 Bc mina Normal �! IC I �' ffr w Bedding 0.5 Bc min. Coarse Filter Aggregate w (Mn Dot Spec. 3149H Mod.) CLASS C-I CLASS C-2 HAND SHAPED FROM HAND SHAPED FROM FIRM UNDISTURBED ANGULAR BEDDING SOI L MATERIAL "Bc" Denotes outside diameter of Pipe Barrel • w " Be t 12 M inim um LOAD FACTOR �1.9 LOAD FACTOR 2.3 Be / 12 Compacted Backfill Compacted / Backfill f , �` . 0.5 Bc 8c /.:• O , I 1 �30 ' ilu w c/ but not 2000 w less than 6" Concrete Coarse Filter Aggregate (Mn DOT Spec, 3149H Modified) CLASS 8 CLASS A HAND SHAPED FROM CONCRETE BACKFILL ANGULAR BEDDING TO 0.5 OF OUTSIDE MA E RIAL DIAMETER WITH SHAPED BEDDING Bonestroo, Rosene, STANDARD DETAILS Revisions Plate No. Andertik a Assoc. Inc. JAN. 1986 Cansuitinq Eng ineers BEDDING METHODS 1 ®�8 FOR R St. Paul, Minnesota CP, VCP DIP Compacted Backfill /0 : Foundation Is Bc Denotes outside diameter of Pipe Barrel Bonestroo, Rosene, Anderlik a Assoc. Inc. Consulting Engineers St. Poul, Minnesota Minimum = 2d + Bc +12" Variable w /Type of Bedding 6" Pay Depth I ncrements 6" (Typical) - Coarse Filter Aggregate (Mn DOT Spec, 3149H Modified) Revisions Plate No. JAN. 1986 I -25A Bc o e d ° d °. Variable ° Al Backfill Compacted Backfill � m Bedding • ` >. , J 0 12 If Granular Borrow (Mn DOT Spec. 3149A, Modified) Minimum = 8c ± 12 PIPE FOUNDATION & BEDDING IN GOOD SOILS — Compacted Backfill Backfill BC 12 Bedding ° v D ° 0 b 6� Pay Depth — — — — "� �, -�— 6 , Increments Foundation �� • • a.' a ° Variable .s o II (Typical} ID a b '° a ° 0 ° Coarse Filter "Bc" Denotes outside ' Minimum = 2d +8 c +12 _� Aggregate diameter of Pipe (Mn. DOT Spec. 3149H Barrel Modified } PIPE FOUNDATION a BEDDING IN POOR SOILS Bonestroo, Rosene, STANDARD DETAILS Revisions Plate No. Anderiik 8 Assoc. Inc. C PVC PIPE FOUNDATION a Consulting Engineers St. Paul, Minnesota BEDDING METHODS Distance to �.. variable I/2 „ r — fir_____- . -- I! - - - -- -_ . 3 r to ` \ 1/2 r a f _ slo a 3/4 „ e r. ft. TYPE "An STANDARD SECTION M A t ♦.. r 0 . ` ., P. j.. M.H.D. B618 CONCRETE CURB a GUTTER B/ 1 8°° 6� Distanc t t variable to - ♦ 1/2 3/ sio a 314 er ft. �— 1 r TYPE B STANDARD SECTION M.N.D. B624 a P b CONCRETE CURB & GUTTER 1 0 I /211r � "C” 3 �i sloe /4 per ft I/2 r O ^ `. a TYPE STANDARD SECTION SURMOUNTABLE r ° CONCRETE CURB a GUTTER 12” 12 It 1/2 r r Distance to variable `o 4 - Bituminous surface TYPE "" STANDARD SECTION M. H. D. B6 J - Gravel base CONCRETE CURB Type' ° A'or Type'B" Curb ° I r �; - 3r I /2 1/2" 112 TYPE ' , , C,D slope 3/4 er ft. �_ STANDARD SECTION a ' • DRIVEWAY D ' } 0) � 4 J'�- �1,6'!TA 6_ 12 Bonestroo, Rosene, Revisions Plate No. Anderlik a Assoc, Inc. STANDARD TAILS Consulting Engineers CONCRETE CURB a GUTTER 4 -1 St. Paul, Minnesota SUPPLEMENTAL CONDITIONS OF THE CONTRACT [KIN V E NTA M l • • 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. The Owner reserves the right to delete one or more Parts of the Project either before or after contract award. No additional compensation shall be granted if any portion of the project is deleted. When an out -of -state Contractor enters into a contract that exceed $100,000.00, the Contractor must file Form SD -E, Exemption from Surety Deposits for Out -of -State Contractors, with the Minnesota Department of Revenue. If the Contractor is exempt from the surety deposit requirements, he shall provide the Owner with a copy of the form showing the Revenue Department certification. If the Contractor is not exempt, the Owner will withhold an additional eight (8) percent of each payment made to the Contractor and forward those funds to the Minnesota Department of Revenue. Forms and information can be obtained by calling (612) 296 -6181 or(too free) 1 -800- 657 -3777. CERTIFICATE OF COMPLIANCE WITH MINNESOTA STATUTES 290.92 & 290.97 Upon completion of the project and prior to final payment, the Contractor and all subcontractors shall complete Minnesota Department of Revenue Form IC -134, revised September, 1989. This form, Withholding Affidavit for Contractors, must be stamped and dated by the Department of Revenue and forwarded to the Owner. Contractors can obtain copies of this form from the Owner or from the Minnesota Department of Revenue, Mail Station 4450, St. Paul, MN 55416 or by calling (612) 296 -6181. R C0RRICK & SONDRALL.�A. STEVEN ^ommn^u ArrouNEroAzLAw ==`^==^=' MICHAEL uLAacUR Edinburgh Exnont�eOf�oePlaza mv mes«�« M - ---' mumuue�^IT 8525 Ediubrook Crossing SHARON o.DERBY Suite #203 Brooklyn Pazk, Minnesota 55443 TELEPHONE m1 FAX (612) 425-5867 Ws. Valerie Leone x City Clerk ~ City of New Hope 4401 Xylon Avenue North New Hope' MN 55428 RE: City Project No. 480 1994 Sewer Improvements Dear Val: Enclosed are the Contracts for the above-captioned improvement, all of which have been reviewed and are in order from a legal standpoint. I have also reviewed the Certificates of Insurance, which are also in order from a legal Standpoint. Very truly yours, M x , �*WZIJJ�' Martin P. Waleoha a3Dn Enclosures SEP -19 -94 MON 16:28 PENN CONTRACTING INC. 6124294699 P.04 Ci NTIFICATt C0• INSURANCE N Ot ' This h /o Con(ry, dtst 00110100 in the nuns, of NAMED PENN CON!rUCTING, INC, THIS 00MFICATE OF INWRANC9 NCITHIS AFF TNELY MOO INiuRED 4 DEAN LUXENVIEAG NOAWKY AMENDS, OMNAS OR ALTER THE COVEPA ®E AND 1697 PELTZ'ER lAXR bRTVE AFFORDED NY ANY POUCY DRS011140 M N. ADDREM CMMRVILLE, MN, 5,5038 art In Bores st the date hweA a0 toliowe: TY OF WBURANCE PC+1.14Y NUMBER FOM EqWM P%W WV ALL.UMffe IN TMOUGANOB am i ISM OIENERAL UABILITT AOWM14M 62,000 com mat" UMJ 02,400 Gow"L exam® MADE M 1s00f02 24694 24 mmomft 4 A&#vhTSMO "Ry X1,000 OWWM a OWOWOM rFOnctNC mm $1,000 F JLW one M" MaMK Ortm "fy $5, AUTOMOBILE LIWLIflf ; AW Aunt! A, 0wh1W Aumm Y M/M at ll 8.1994 24MM IMAM � KIM AUroe F� •- - - - Y4q�41 wuntrr ? M om f , EKCESS L.IAd1UTY R/V0/1 TE UMBREtU1 „ onie� Tim 1 t+�,173 oo.i 091 =1,0w , Et,40b araturanr WORKERS' COUPE TtON AND 7001G't1 2454 1 100 ENIPLOY>RR!' UAtuT[, be00 t�PCa>Ks�t cv IJti 2 6100 • OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHIPL ES / REBTRICTIONO I SPECIAL ITEMS `BONMTROO, ROSENE,, ANOGRUK AND ASSOCIAT'E,S SHALL BE SHOWN AS ADDITIONAL MMVW.06 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES SE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL BAIL.. 30 DAYS WRRTEN NOTICE TO CERTIFICATE HOLDER NAMED TO THE LEFT, CEPMFICATE 18SUEP TO' oot.* Septemt* 10, 1 NAME CITY or NEW H60 and 4401 XLYON AVk N' ADDR90S NEW HOPE, MN 55428 Ngms of FARM B U ¢F~ 1 CO. A w4Wi 114M Piv FAX 61 24 An Equal Opportunity Employer MI"4 m1w 11 $1,000 DAKIRS COMMRSATMW I lFrArdrURY AND 7061021 24" 245.05 $100 MPLOYERS UADOM, 'SCRIPT*N OF OPERATIQN$,/ LOCATIONS I f VGHI=9 i swnianoma SPECIAL nEM8 INESTROO, ROGENE, ANPOUK AND AMCIAM SMALL BE SHOWN AB ADDMIONAL INOUREM IOULD ANY 09 THE ABOVE DESCMED POLICIES' 96 CANCELLED BEFORE THIS EXPIRATION DATE THEREOF, THE 1"UINQ COMPANY WILL MAIL DAYS W NOTICE TO GWIFICATE HOLDER NAMED TO THE LEFT. VITICATE 1691010 M Dow: September 19, 1904 IMF. CITY OF NEW HOPE 4401 XLYON,AVE X IMUS NEW HOPE , MN 55428 Nam of FARM S;UR 1 0. 1 - I �L • U E.203.1 14 PN FAX .OIV26-4fts t SEP -19 -94 MON 16:27 PENN CONTRACTING INC. 6124294699 P.02 SEP -19 -94 MON 18;11 P.02/02 STATEMENT REGARDING AUTOMOSiLE INSURANCE COVERAGE The undersigned states 'and represents that: i He is the President of Penn Cont racting, Inc. 2.- Penn Contracting, Cnc. is ont0ririg into a contract With the City of New Nope,'Minnesoto regarding City Projeot No, 480; 1994 Sower Improvements. 3. Said contract calls for certain insurance coverage for automobile$, incivaing coverage of all owned, non-owned and hired automobiles, 4.' Thee, automobi'l�o insurance policies of Penh Contracting, .' Inc. with Farm Bureau; Mutual Ins. Co., Policy Nos, 269051, 2590514 and 2595087 provide coVdraga for all scheduled, non -owned and hired eutonicbiies. S. All owned automobila9 of Penn Contracting, Inc, ara listed as,schAduled aufomobiles on said insurance policies. 6. Any additional or replacement automobiles acquired aftef the date will *Igo be insured as achaduled autoMobilat with the game coverages with Farm Bureau Mutual ins. Co. Dated: N C.ONTRA TIN INC sy ,ais seta ; ACKNOWLEDGEMENT OF SURETY STATE OF MINNESOTA )ss COUNTY OF HENNEPIN On this 15TH day of SEPTEMBER came THOMAS H. FAIRFIELD depose and say that he is an Attorney-in-Fact of the TIG PREMIER INSURANCE COMPANY, and knows the corporate seal thereof; that the seal affixed to said annexed instrument is such corporate seal, and was thereto affixed by authority of the Power of Attorney of said Company, of which a Certified Copy is hereto attached, and that he signed said Instrument as an Attorney-In-Fact of said Company by like authority. Acknowledged and Sworn to before me on the date above written My Commission Expires r '4AUGEN C '40 AW PUBU -SOTA W�JNE4 44 C0UNIX ?'Aly (XIMUSSION EXPMES la (Notafy Public) 19 94 , before me personally who, being by me duly sworn, did TIG Premier Insurance Company Administrative Office: Battle Creek, Micnigan 008 4 18 GENERAL POWER OF ATTORNEY GPA Power Of Attorney valid only if numbered in red: Know All Men by These Presents, That TIG Premier Insurance Company, a corporation duly organized and existing under the laws of the State of California, and having its administrative office in Battle Creek, Calhoun County, Michigan, does by these presents make, constitute and appoint THOMAS H. FAIRFIELD of MINNEAPOLIS and State of MINNESOTA its true and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver CONTRACT BONDS (S.B.A. GUARANTEE AGREEMENT) - MAXIMUM PENALTY $750,000.00 OTHER CONTRACT BONDS - MAXIMUM PENALTY $150,000.00 ALL OTHER BONDS - MAXIMUM PENALTY $25,000.00 "THIS POWER OF ATTORNEY SHALL TERMINATE AND BE OF NO FURTHER EFFECT AFTER DEC EMBER 31. 1994" and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorneys) -in -Fact may do in the premises. Said apppointment is made under and by authority of Section 35 of the bylaws, as amended, and duly adopted by the Board of Directors of the TIG Premier Insurance Company. "Be It Resolved, that the President, any Vice - President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any or more suitable persons as Attorney(s)- in -Fact to represent and act for and on behalf of the Company subject to the following provisions: "Section 1. Attorney -in -Fact Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity, consents of surety and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." In Witness Whereof, TIG Premier Insurance VICE PR ESIDENT_ affixed this 4TH day of State of Michigan has caused these presents to be signed by its and its corporate seal to be hereto A.D., 19 94 IX 4 3 IER INSURANCE COMPANY / FRED C. CRAIG Originating Department City Manager Kirk McDonald By: Management Assistant • 11 ` � ! Approved for Agenda 1. 0 7 -22 -96 Agenda Section Consent Item No. 6.7 MOTION APPROVING FINAL PAYMENT TO PENN CONTRACTING, INC. FOR 1994 SEWER IMPROVEMENTS IN THE AMOUNT OF $7,154.53 (IMPROVEMENT PROJECT NO. 480) This is the third and final pay request from Penn Contracting, Inc. for the 1994 sewer improvements project (Improvement Project No. 480). The City Engineer and Public Works Department indicate that all work on the project has been satisfactorily completed and are recommending final payment at this time. The final payment amount of $7,154.53 is approximately 5.61% under the contract amount due to minor differences between estimated quantities bid and actual quantities used. The City Engineer reports that the contractor has corrected the issues associated with Al Adair's property. Staff recommends approval of a motion approving final payment to Penn Contracting in the amount of $7,154.53. TO: ��° .-' ; Review: Administration: Finance: I1 City of New Hope 4401 Xylon Ave. N. New Hope, MN 55428 Attn: Mr. Kirk McDonald Re: 1994 Sewer Improvements City Project No. 480 Our File No. 34168 Dear Kirk: Transmitted herewith are three (3) copies of Request for Payment No. Y and Final along with the required signed Minnesota Withholding Form IC -134 for the above mentioned project. The work on this project has been satisfactorily completed and we recommend payment at this time. The final amount is approximately 5.61% under the contract amount due to minor differences between estimated quantities bid and actual quantities used. The contractor has corrected the issues associates with Al Adair's property. Although, were not certain he is completely satisfied. We feel the contractor has made an acceptable effort to correct the problems. Should you have any questions regarding this project, please feel free to call. Yours very truly, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. M r A. Hanson MAH:se . '0 - I _. Bonestroo Pone tr ), Rc -- ide k and rate_ In .n affirm •ti e Ac.ion /Eoual O portumt, Errpla`er F it _leap Ott- C- F s ! rroo, P E J, z °ph A Ter ., E « n r L . )t al , ._. m Rosene ric � :rd F Tu rer, r E 3I, nn R C * P E rt Thor _s E Po e, P e = o rt o Savur i ht, P .T. Ier y ,4 B in, E m rohc t :' Gc er P ' an 7 usan M Et rl n C P.;' _ r ni Consufrants Zr :c a[ tr,i H . dF <infoid P.E. Keith Gr dun. m R, b--,r i Pfer'Pe,l , P chaod Fc ,ter, P E P- j Lork ta, P.E. m RcL, C Russe . ,d .. e r',rk A P n -sn, P.F N Associates P +r,.h gel T 6autmann, P . e Ted K F, :id, P.E. St Paul, Rc he t:r u,.. ',S i,lm :z, (.N !,)equon, 'M Engineers & Architects June 18, 1996 71 �(J/ n .� City of New Hope 4401 Xylon Ave. N. New Hope, MN 55428 Attn: Mr. Kirk McDonald Re: 1994 Sewer Improvements City Project No. 480 Our File No. 34168 Dear Kirk: Transmitted herewith are three (3) copies of Request for Payment No. Y and Final along with the required signed Minnesota Withholding Form IC -134 for the above mentioned project. The work on this project has been satisfactorily completed and we recommend payment at this time. The final amount is approximately 5.61% under the contract amount due to minor differences between estimated quantities bid and actual quantities used. The contractor has corrected the issues associates with Al Adair's property. Although, were not certain he is completely satisfied. We feel the contractor has made an acceptable effort to correct the problems. Should you have any questions regarding this project, please feel free to call. Yours very truly, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. M r A. Hanson MAH:se k soe,es=roo Owner City of New Ho 22, 4401 X lon Ave. N., New Hope, MN 55428 Date June 26, 1996 Anodam aaoean. For Period June 17, 1996 to June 26, 1,996 :Rte ueat uo. 3 rd/ F i.na. Contractor Penn Contracting, Inc., 13025 Central Ave. NE., Suite 200, Blaine, MN 55434 ev 1. e s w+ M A Mamaco x. r®s. rw.+e REQUEST FOR PAYMENT 1994 Sewer Improvements Project No. 480 File No. 34168 SUMMARY 1 Original Contract Amount 2 Change Order - Addition 3 Change Order - Deduction 4 Revised Contract Amount 5 Value Completed to Date 6 Material on Hand 7 Amount Earned 8 Less Retainage 5% 9 Sub -Total 10 Less Amount Paid Previously 11 AMOUNT DUE THIS REQUEST FOR PAYMENT NO. Recommended for Approval by: BONESTROO, ROSENE, NDERLIK & ASSOCIATES, INC. Approved by Contractor: PENN CONTRA G, IN �r 3rd & Final (Revised) Approved by Owner: CITY OF NEW HOPE, MN $ 65,248.00 $ 65,248.00 $ 61,584.45 $ 0.00 $ 61,584.45 $ 0.00 $ 61,584.45 $ 54,429. $ 7,154. Specified Contract Completion Date: ocrosER 22, 1994 Date: 34168.RFP tq- i to I t; A - 5701 International Prkwy.- San. Sewer I Remove bituminous pavement 2 Remove B612 concrete curb 3 Remove 12" RCP sanitary sewer 4 12" RCP, Cl. 5, 20 " -25" deep in pl. 5 Improved pipe foundation per 6" incr. 6 Connect to existing 12" RCP 7 Type 31 bituminous base 8 Type 41 bituminous wear 9 Class 5 aggregate base w /excavation 10 B612 concrete curb I l Sod with 3" topsoil Total A - 5701 International Parkway B - Boone Ave.. So. 60 -1/2 Ave.$an.Sewer 12 Remove bituminous pavement 13 Remove 9" VCP sanitary sewer 14 10" PVC, SDR 35, 10 " -15" deep in pl. 15 Improved pipe foundation per 6" incr. 16 Connect to existing 9" RCP MH 17 Type 31 bituminous base 18 Type 41 bituminous wear 19 Class 5 aggregate base w /excavation Total B - Boone Ave. Sanitary Sewer C - 5944 Boone Ave. So. 60 -1/2 Ave Storm Sewer 20 Remove, reinstall cyclone fence 21 Remove existing 15" RCP and apron 22 15" RCP, Cl. 5 23 Impr. pipe foundation per 6" incr. 24 15" RCP apron w /trash guard 25 Rip rap, Class 3 26 Sod w /3" topsoil Total C - 5944 Boone Ave. - Storm Sewer Ylr ax QnaneK y Price To Rate To Date SY 170 5.00 170 850.00 LF 30 6.00 53 318.00 LF 72 104.00 72 7,488.00 LF 72 260.00 72 18,720.00 LF 150 5.00 165 825.00 EA 2 3,500.00 2 7,000.00 TN 30 80.00 23.73 1,898.40 TN 30 80.00 33.13 2,650.40 TN 130 15.00 105.12 1,576.80 LF 30 30.00 53 1,590.00 SY 170 3.50 220 76925 LF 32 85.00 28 2,380.00 $43,684.85 SY 140 5.00 41 205.00 LF 20 20.00 20 400.00 LF 20 150.00 20 3,000.00 LF 40 5.00 40 200.00 EA 2 1,800.00 2 3,600.00 TN 30 80.00 34.01 2,720.80 TN 40 80.00 21.54 1,723.20 TN 120 15.00 35.04 575 60 $12,374.60 LF 30 25.00 LF 32 15.00 28 420.00 LF 32 85.00 28 2,380.00 LF 64 5.00 56 280.00 EA 1 700.00 1 700.00 CY 8 65.00 8 520.00 SY 350 3.50 350 1,225.00 $5,525.00 34168.RFP RP -1 Total A - 5701 International Parkway Total B - Boone Ave., So. 60 -1/2 Ave. Total C - 5944 Boone Ave. Storm Sewer Total Work Completed to Date 11 �D 4"F' . Quantity Price To Date To Date 43,684.85 12,374.60 $61,584.45 34168.RFP RP -2 PRO.iECT PAYMENT STATUS Owner City of New Hope Project 1994 Sewer Improvements Project No. 480 File No. 34168 Contractor Penn Contracting, Inc. 2 3 Total Change Orders - Add PAYMENT SUMMARY No. Period I Start 104-94 2 104-94 10 -31 -94 3 Fin 10 -31 -94 6 -17 -96 5 6 7 8 9 10 Payment $47,737.12 6,692.80 7,154.53 Total Payment to Date $61,584.45 Retainage,PymtNo. 3rd /Final (Revi 0 Total Amount Earned $61,584.45 Amount Retainage Completed $2,512.48 $50,249.60 2,864.73 57,294.65 000 61,584.45 Original Contract $65,248.00 Change Orders 0.00 Revised Contract $65,248.00 34168.RFP RP -3 Please type or print clearly. This will be your mailing label for returning the completed form. ( C — o_ -- — — — — — — — — — — — — -- Daytime phone Penn Contracting, Inc. _ 16ku -1\~ - Ad ( Total contract amount 13025 Central Ave. NE • Suite 200 $ G 5 t lLi b cit Blaine, MN 55434 - Amount still due — ----------- - - - - -J ��` �,C) .QO Minnesota withholding tax ID number 2-bo; G (i �, Month /year work began : 1` " I L t Month /year work ended 5'cwtfJ R_ , I9q Project number Project location r " 0 00 Projec owner Address City State Zip code Did you have employees work on this project? E Yes ❑ No If no, who did the work? j Check the box that describes your involvement in the project and fill in all information requested Sole contractor ❑ Subcontractor Name of contractor who hired you Address Prime contractor — 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 information below and attach a copy of each subcontractor's certified IC -134. If you need more space, attach a separate sheet. Busines name Address Owner /Officer I declare that all information 1 have filled in on this form is true and complete to the best of my knowledge and belief. i authorize the Department of Revenue to disclose pertinent information relating to this project, including sending copies of this form, to the prime contractor if I am a subcontractor, and to any subcontractors if I am a prime contractor, and to the contracting agency. Co tra or's signature A�Title / Date f P� CV r T Mail to: MN Dept. 6f Revenue, Withholding Division, Mail Station 6610, St. Paul, MN 55146.6610 C of Compliance 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. Department of Re ve u ap oval y Date U Stock No. 5000134 (Rev. 11/95) Printed on recycled paper with 10 post- consumer waste using soy -based ink. N COUNCIL . i •' O N Originating Department I Approved for Agenda I Agenda Section City Manager 14 -92 Item No. By Kirk McDonald I By: / I 6.5 A.....L..�.... -a MOTION APPROVING FINAL PAY REQUEST TO SUNRAM LANDSCAPING FOR MANHOLE FRAME REPLACEMENT AND GRADING OVERLAND DRAINAGE SWAILS FOR INFLOW REDUCTION (IMPROVEMENT PROJECT NO.480 -PHASE I) IN AMOUNT This is the final pay request from Sunram Landscaping for Improvement Project No.480 -Phase I, Manhole Frame Replacement and Grading Overland Drainage Swails for Inflow Reduction. The contract was awarded in September of 1991, for a total of $80,410, which included a base bid of $78,100, plus an alternate in the amount of $2,310 for construction of a modular block wall at Northwood Parkway. This is the third and final pay request and the final amount is $77,065.00, which represents a slight underrun. The City Engineer reports that all work has been satisfactorily completed and recommends final payment in the amount of $20,479.20, which takes into account amounts paid previously. Staff recommends approval of a motion approving the final pay request to Sunram Landscaping in the amount of $20,479.20for Improvement Project No. 480. MOTION BY f� / Gl_ SECOND BY TO: f W4.�`r &J Z_ t % 0, Review: Administration: Finance: I1 August 26, 1992 City of New Hope 4401 Xylon Avenue No. New Hope, MN 55428 Attn: Mr. Daniel Donahue Otto G. Bonestroo, P.E. Howa;d A. Sanford, P.E. Gary F. Rylander, P.E. Robert W. Rosene, RE.* Keith A. Gordon, P.E. Ismael Martinez, P.E. Joseph C. Anderlik, P.E. Robert R. Pfefferle, P.E. Michael P. Rau, P.E. Marvin L. Sorvala, PE. Richard W. Foster, P.E. Agnes M. Ring, A.I.C.P. Richard E. Turner, P.E. David O. Loskota, P.E. Thomas W Peterson, P.E. Glenn R. Cook, P.E. Robert C. Russek, A.I.A. Michael C. Lynch, P.E. Thomas E. Noyes, P.E. Jerry A. Bourdon, P.E. James R. Maland, P.E. Robert G. Schunicht, P.E. Mark A. Hanson, P.E. Jerry D. Pertzsch, P.E. Susan M. Eberlin, C.P.A. Michael T. Rautmann, P.E. Kenneth P. Anderson, PE. `Senior Consultant Ted K. Field, P.E. Mark R. Rolfs, PE. Thomas R. Anderson, A.I.A. Mark A. Seip, FE. Donald C. Burgardt, P.E. Gary W. Morien, P.E. Thomas E. Angus, PE. Daniel J. Edgerton, P.E. Re: Manhole Frame Replacement & Inflow Reduction Project No. 480 Our File No. 34133 Dear Dan, Philip J. Caswell, P.E. Mark D. Wallis, P.E. Miles B. Jensen, PE. L. Phillip Gravel III, P.E. Karen L. Wiemed, PE. F Todd Foster, P.E. Keith R. Yapp, PE, Shawn D. Gustafson, P.E. Cecilio Olivier, P.E. Charles A. Erickson Leo M. Pavelsky Harlan M. Olson James F. Engelhardt Enclosed is the 3rd and Final Pay Request for the above project. The final amount is $77,065.00 compared to the bid amount of $80,410.00 which represents a slight underrun. All work has been satisfactorily completed and we recommend final payment in the amount of $20,479.20. Also included is Form IC -134. If you have any questions, please feel free to contact us at this office. Yours very truly, Encl. 34133.cor 2335 West Highway 36 e St. Paul, Minnesota 55 113 * 612-636-4 ,�. Ronestroo Owner City of New Hope, 4401 Xylon Ave N, New Hope, MN 55428 Date August 19, 1992 Ande""k & For Period May 15, 1992 to August 4, 1992 Associates Request No. 3 & Final " ` ""'"""" Contractor Sunram Landscaping, 7675 Troy Lane, Maple Grove, MN 55369 E W M IC n REQUEST FOR PAYMENT Manhole Frame Replacement & Inflow Reduction Project No. 480 File No. 34133 SUMMARY 1 Original Contract Amount $ 80,410.00 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 11 AMOUNT DUE THIS REQUEST FOR PAYMENT NO. 3 & Final $ 80,410.00 $ 77,065.00 $ 0.00 $ 77,065.00 $ 0.00 $ 77,065.00 $ 56,585.80 $ 20,479.20 Recommended for Approval by: BO i R S � , ANDERLIK & ASSOCIATES, INC. Q Approved by Contractor: SUNRAM LANDSCAPING, INC. Specified Contract Completion Date: October 25, 1991 Date:---9- l 34133.RFP Approved by Owner: C171Y OF NEW HOPE, MN No. Item Unit Contract Quantity Unit Prise Quantity To Date Amount To Date Part 1 - Sanitary Sewer Casting Replacement 1 Frame, ring, & cstg. replacement w/bit. patch (residential street) EA 51 750.00 54 40,500.00 2 Frame, ring & cstg. replacement w/bit. patch (Boone, 45th & 49th Avenues) EA 8 800.00 11 8,800.00 3 Frame, ring, & cstg. replacement w/bit. patch (Winnetka Avenue) EA 1 850.00 2 1,700.00 4 Frame, ring, & cstg. replacement w /concrete patch (Winnetka Avenue) EA 5 1,250.00 5 6,250.00 5 Frame, ring, & cstg. replacement w /sod (yard areas) EA 2 400.00 1 400.00 6 Replace casting only (MH 26) EA 1 200.00 2 400.00 7 Additional bitum. patch w/ aggreg. base SY 500 28.00 180 5,040.00 8 Remove concrete curb and gutter LF 100 8.00 58 464.00 9 Concrete curb and gutter LF 100 14.00 58 812.00 10 Bitum. patch for curb replacement SF 100 4.00 100 400.00 11 Highland sod w /topsoil behind curb replacement SY 25 10.00 30 300 .0_ Total Part 1 - Sanitary Sewer Casting Replacement $ 65,066.00 Part 2 - Overland Drainage Swales 12 Excavation and grading for Northwood Parkway drainage swale LS 1 700.00 1 700.00 13 Excavation and grading for Hillsboro Avenue drainage swale LS 1 650.00 1 650.00 14 Remove concrete curb and gutter L.F 40 10.00 33 330.00 15 Concrete curb and gutter L.F 40 15.00 33 495.00 16 Bituminous patch for curb replacement SF 40 5.00 84 420.00 17 Remove concrete walk SF 400 1.00 785 785.00 18 4" concrete walk w /4" sand base & prep SF 400 2.50 785 1,962.50 19 Class Il riprap w /fabric & bedding CY 20 65.00 27 1,755.00 20 Highland sod w /topsoil SY 1,300 2.50 425 _ 1,062 50 Total Part 2 - Overland Drainage Swales $8,160.00 34133.RFP RP -1 No. Item Contract Unit Quantity Amount Unit Quantity Prig To Date TO Date 21 Alternate No. 4 Keystone retaining wall for Northwood Parkway drainage swale. Tan, rockface Keystone blocks w /non - beveled cap blocks SF Total Alternate No. 4 Total Part 1 - Sanitary Sewer Casting Replacement Total Part 2 - Overland Drainage Swales Alternate No. 4 Total Work Completed to Date 210 11.00 349 3,839-00 $3,839.00 65,066.00 8,160.00 $77,065.00 34133.RFP RP -2 PROJECT Owner Project Project No. File No. Contractor PAYMENT STATU City of New Hope Manhole Frame Replacement & Inflow Reduction 480 34133 Sunram Landscaping CHANGE ORDER No. Date Amount 1 2 3 Total Change Orders - Add PAYMENT SUMMARY No. Period 1 Start 11 -1 -91 2 11 -1 -91 5 -15 -92 3 5 -15 -92 8 -7 -92 4 5 6 7 8 9 10 Total Payment to Date Retainage, Payment No Total Value Completed Payment Retainage $41,053.30 $2,160.70 15,532.50 2,978.20 20,479.20 0.00 Completed $43,214.00 59,564.00 77,065.00 I i i,uoz).uu Urigmal Contract $80,410.00 3 & Final 0.00 Change Orders 0.00 $77,065.00 Revised Contract $80,410.00 34133. RFP RP -3 Form Minnesota Department of Revenue ic_'sa Rev. seas Withholding Affidavit for Contractors This affidavit must be approved by the Minnesota Department of Revenue before the State of Minnesota or any of its subdivisions can m fin p to contractors. Company name Sunram Landscaping Address 7675 Troy Lane City State Zip Code Maple Grove, MN 55311 Minnesota ID number 4606215 Month /year work began 9/91 Month /year work ended 7/92 Total contract amount: $80,410.00 Telephone number Amount still due: ( 612 420 -2140 I $23,824.38 Did you have employees work on this project? Y j Project number: 480 If none, explain who did the work: Project location: C i t y of New Hope Project owner: Address 4401 Xylon Ave N. Check the box that describes your involvement in the project and fill in all information requested in that category: ❑ Sole contractor ❑ Subcontractor If you are a subcontractor, fill in the name and address of the contractor that hired you: 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 Pavev Brothers Inc. - 2230 Chippewa Road - Medina, MN 55340 I declare that all information I have filled in on this form is true and complete to the best of my knowledge and belief. I authorize the Department of Revenue to disclose pertinent information relating to this project, including sending copies of this form, to the prime contractor if I am a subcontractor, and to any subcontractors if I am a prime contractor, and to the contracting agency. Contractor's signature Title Date President 811 For certification, mail to: Minnesota Department of Revenue, Business Trust Tax Section Mail Station 6610, St. Paul, MN 55146 -6610 Certificate of Compliance with Minnesota Income Tax Withholding Law Based on records of the Minnesota Department of Revenue, I certify that the contractor who has signed this certificate has fulfilled all the requirements of Minnesota Statutes 290.92 and 290.97 concerning the withholding of Minnesota income tax from wages paid to employees relating to contract services with the state of Minnesota a nd /or i subd ivisi o n s. Signature of uthoriz t of Revenue ofriciai Date s Form IC -134 Rev. 11/90 Company name Pavey Brothers Inc. Address 2230 Chippewa Road City State Zip Code Medina, MN 55340 Please type or print clearly above. This will be your mailing label for returning the completed form. Telephone number Did you have employees work on this project? If none, explain who did the work: ` Minnesota Depa rtment Withhol •. for • - ,e Minnesota ID number S 1 Month /year work began - lo D / Month/year — w or or '''' e � nded "' ,ey �j j /�1 Total contract amo nt: $5,800.00 Amount still due: y y �f Project num 480 Proj ect location:CitV_of New H_ope_________ Project owner: City Of New Hone Address 4401 Xylon Ave. N. New Hope, MN 55428 This affidavit must be approved by the Minnesota Department of Revenue before the State of Minnesota or any of its subdivisions can make final payment to contractors. 0 Check the box that describes your involvement in the project and fill in all information requested in that category: ❑ Sole contractor n Subcontractor If you are a subcontractor, fill in the name and address of the contractor that hired you: Sunram Landscaping — 7675 T roy Lane — Maple Grove 553 ❑ 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 am W4 II /Cr qX , 0 y I declare that all information I have filled in on this form is true and complete to the best of my knowledge and belief. I authorize the Department of Revenue to disclose pertinent information relating to this project, including sending copies of this form, to the prime contractor if I am a subcontractor, and to any subcontractors if I am a prime contractor, and to the contracting agency. I.n actor's sinnature Title Date For certification, mail original and one copy to: la Department of Revenue, Business Trust Tax Section Mail Station 6610, St. Paul, MN 55146 -6610 Certificate of Compliance with Minnesota Income Tax Withholding Law Based on records of the Minnesota Department of Revenue, I certify that the contractor who has signed this certificate has fulfilled all the requirements of Minnesota Statutes 290.92 and 290.97 concerning the withholding of Minnesota income tax from wages paid to employees relating to contract services with the state of Minnesota and /or its subdivisions. Signa of 7 orized artme of Revenue official Date AUG t ; Stock No. 5000134 COUNCIL Originating Department Approved for Agenda Agenda Section City Manager 1 10 -12 -92 Consent Kirk McDonald Item No. BY: Management Assistant BY: 6.6 MOTION APPROVING FINAL PAY REQUEST TO PIPE SERVICES CORPORATION FOR TRUNK SANITARY SEWER 'TELEVISION, INSPECTION AND CLEANING (IMPROVEMENT PROJECT NO. 480) IN THE AMOUNT OF $4,152.56 This is the final pay request from Pipe Services Corporation for the televising, inspection and cleaning of the trunk sanitary sewer system (Improvement Project No. 480). The final request is in the amount of $4,152.56. The final contract amount is $76,985.40 compared to the bid amount of $79,713.00. A slight underrun ($2,727.60) resulted because the amount of bypass pumping required was less than estimated. The City Engineer reports that all work has been satisfactorily completed in accordance with the specifications and recommends final payment in the amount of $4,152.56. Staff recommends approval of a motion approving the final pay request to Pipe Services Corporation for the televising, inspection, and cleaning of the trunk sanitary sewer system (Improvement Project No. 480) in the amount of $4,152.56. 16v-1 .0 TO: M0 .. Review: Administration: Finance: September 25, 1992 City of New Hope 4401 Xylon Avenue No. New Hope, MN 55428 Attn: Mr. Daniel Donahue Otto G. Bonestroo, P.E. Robert W. Rosen, RE.* Joseph C. Anderlik, P.E. Marvin L. Sorvala, P.E. Richard E. Turner, P.E. Glenn R. Cook, P.E. Thomas E. Noyes, P.E. Robert G. Schunicht, P.E. Susan M. Eberlin, C.P.A. 'Senior Consultant Re: Trunk Sanitary Sewer Television, Inspection & Cleaning Project No. 480 Our File No. 34130 Dear Dan, Howard A. Sanford, PE. Keith A. Gordon, P.E. Robert R. Pfefferle, P.E. Richard W. Foster, P.E. David O. Loskota, PE. Robert C. Russek, A.I.A. Jerry A. Bourdon, PE. Mark A. Hanson, P.E. Michael T. Rautmann, 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. Michael P. Rau, P.E. Agnes M. Ring, A.I.C.P. Thomas W. Peterson, P.E. Michael C. Lynch, P.E. James R. Maland, PE. Jerry D. Pertzsch, P.E. Kenneth P. Anderson, P.E. Mark R. Rolfs. P.E. Mark A. Seip, 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, PE. Miles B. Jensen, P.E. L. Phillip Gravel III, PE, Karen L. Wiemeri, P.E. Gary D. Kristofitz, PE. F. Todd Foster, P.E. Keith R. Yapp, P.E. Shawn D. Gustafson, P.E. Cecilio Olivier, PE. Charles A. Erickson Leo M. Pawelsky Harlan M. Olson James F. Engelhardt Enclosed is the 3rd & Final Pay Request for the above project. All work has been satisfactorily completed in accordance with the specifications. The final contract amount is $76,985.40 compared to the bid amount of $79,713.00. A slight underrun resulted because the amount of bypass pumping required was less than estimatemd. We recommend final payment in the amount of $4,152.56. The contractor previously submitted his IC -134 Form to Roger at Public Works. If you have any questions, please feel free to contact me at this office. Yours very truly, BO STROO, OSENE, ANDERLIK & ASSOCIATES, INC. Mar . Hanson MAH:li Encl. 34130.cor 2335 West Highway 36 • St. Paul, Minnesota 55113 • 612 -636 -4600 14 Sonestroo Owner City of New I - Io pe, 4401 Xylon Av N, New Hope, MN 55428 Date Sept. 18, 1992 4 Rosen: n �oc tess For Period June 1, 1992 to September 18 1992 p � Request No. 3 &Final E° `""`"` ` """ V�ul, A + ' 4 """ Contractor Pipe Services Corp., 13708 Inverness Road, Minnetonka, MN 55343 Sf. REQUEST FOR PAYMENT Trunk Sanitary Sewer Televising, Inspection & Cleaning Project No. 480 File No. 34130 SUMMARY I Original Contract Amount 2 Change Order - Addition 3 Change Order - Deduction 4 Revised Contract Amount 5 Value Completed to Date 6 Material on I-land 7 Amount Earned 8 Less Retainage 9 Sub -Total 10 Less Amount Paid Previously 11 AMOUNT DUE 'PHIS REQUEST FOR PAYMENT NO. $ 3 Final Recommended for Approval by: IIONESI`ROO, ROSENE, ANDERLIK & ASSOCIATES, INC. Approved by Contractor: PIPE SERVICES CORPOR PION Specified Contract Completion Date: November 27, 1991 $ 79,713.00 $ 79,713.00 $ 76,985.40 $ 0.00 $ 76,985.40 $ 0.00 $ 76,985.40 $ 72,832.84 $ 4,152.56 Approved by Owner: CITY OF NEW HOPE, MN Date: b 34130JUT Contract Unit Quantity Amount No. Item Unit Quantity Price 7b Date To Date Part 1 - Sewer Cleaning 1 33" sanitary sewer cleaning 2 27" sanitary sewer cleaning 3 24" sanitary sewer cleaning 4 21" sanitary sewer cleaning 5 18" sanitary sewer cleaning 6 15" sanitary sewer cleaning 7 12" sanitary sewer cleaning 8 48" stor►n sewer cleaning (Winnetka Ave.) Total Part 1 - Sewer Cleaning Part 2 - Pumping & Bynassi 9 Set up bypass pumping 10 Bypass pumping operation Total Part 2 - Pumping & Bypassing Part 3 - Television & Manhole Inspection 11 33" sanitary sewer televising 12 27" sanitary sewer televising 13 24" sanitary sewer televising 14 21" sanitary sewer televising 15 18" sanitary sewer televising 16 15" sanitary sewer televising 17 12" sanitary sewer televising 18 48" stonn sewer televising 19 Resetup of televising equipment 20 Manhole inspection logs 21 Report Total Part 3 - Television & MH Inspection Total Part 1 - Sewer Cleaning Total Part 2 - Pumping & Bypassing Total Part 3 - Television & MI -I Inspection Total Work Completed to Date LF 5,100 1.25 5,008 LF 5,270 1.25 1,245 LF 17,370 1.00 21,210 LF 5,460 1.00 5,469 LF 2,250 1.00 2,238 LF 2,220 1.00 3,138 LF 10,290 0.50 9,351 LF 130 3.00 340 6,260.00 1,556.25 21,210.00 5,469.00 2,238.00 3,138.00 4,675.50 $45,566.75 EA 4 50.00 2 I - IR 24 50.00 2 LF 5,100 0.75 5,008 LF 5,270 0.75 1,245 LF 17,370 0.60 21,210 LF 5,460 0.60 5,469 LF 2,250 0.50 2,238 LF 2,220 0.50 3,138 LF 10,290 0.50 9,177 LF 130 2.00 340 EA 10 100.00 1 EA 180 5.00 193 EA 1 1,500.00 1 b 100.00 00 -0.0_ $200.00 3,756.00 933.75 1 2,726.00 3,281.40 1,119.00 1,569.00 4,588.50 680.00 100.00 965.00 t . 5.00.00_ $31,218.65 45,566.75 200.00 _31,218.65 $76,985.40 34130.Rf N RP -1 PROJECT PAYMENT STATU Owner City of New Hope Project Trunk Sanitary Sewer Televising, Inspection & Cleaning Project No. 480 File No. 34130 Contractor Pipe Services Corporation CHANGE ORDER No. Date Amount I 2 3 Total Change Orders - Add PAYMENT SUMMARY No. Period Payment Retainage Completed 1 Start 11 -1 -91 $48,327.86 $2,543.57 $50,871.43 2 11 -1 -92 6 -1 -92 24,504.98 2,252.56 75,085.40 3 6 -1 -92 9 -18 -92 4,152.56 0.00 76,985.40 4 5 6 7 8 9 10 Total Payment Date $76,985.40 Original Contract $79,713.00 Retainage, Payment No. 3 & Final 0. Change Orders 0.00 Total Value Completed $76,985.40 Revised Contract $79,713.00 34130.111T RP -2 4401 Xylon Avenue North New Hope, Minnesota 55428 Phone: 531 -5100 FAX (612) 531 -5174 October 14, 1992 Pipe Services Corp. 13708 Inverness Road Minnetonka, MN 55343 SUBJECT: FINAL PAY REQUEST - PROJECT 480 (SANITARY SEWER TELEVISING) 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 $4,152.56. 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, Valerie Leone, CMC City Clerk cc: Mark Hanson, City Engineer Kay Ruhoff, Accountant Family Styled City For Family Living ' O Formrt IC -134 Minnesota Department of Revenue Rev. 11/90 Withholding Affidavit for Contractors This affidavit must be approved by the Minnesota Department of Revenue before the State of Minnesota or any of its subdivisions can make final payment to contractors. Company name Pipe Services Corporation Address 13708 Inverness Road City State Zip Code 4innetonka MN 55305 Minnesota to number 3256826 Month /year work began September 1991 Month /year work ended September 1992 Please type or print clearly above. This will be your mailing label for returning the completed form. Total contract amount: $76,985.40 Telephone number (612 ) 938 -9614 Amount still due: 4,152.56 Did you have employees work on this project? Yes if none, explain who did the work: Protect number: 48 Project location: City —wide sewer system P Lo-w neiL few Ho pe Address 4401 Xylon Avenue N. , New Hope, MN 55 Check the box that describes your involvement in the project and fitl in all information requested in that category.'- NJ Sole contractor ❑ Subcontractor If you are a subcontractor, fill in the name and address of the contractor that hired you: ❑ Prime Contractor If you subcontracted out any work on this project, all of your subcontractors must file their own IC -134 affidavits and have them certified by the Department of Revenue before you can file your affidavit. For each subcontractor you had, fill in the business information below, and attach a copy of each subcontractor's certified IC -134. (If you need more space, attach a separate sheet.) Business name Address Owner /Officer I declare that all information I have filled in on this form is true and complete to the best of my knowledge and belief. I authorize the Department of Revenue to disclose pertinent information relating to this project, including sending copies of this form, to the prime contractor if I am a subcontractor, and to any subcontractors if I am a prime contractor, and to the contracting agency. ConRactor's signature J Title Date Andy Martin, President 10/12/92 For certification, mail original and one copy to: Minnesota Department of Revenue, Business Trust Tax Section Mail Station 6610, St. Paul, MN 55146 -6610 Certificate of Compliance with Minnesota Income Tax Withholding Law Based on records of the Minnesota Department of Revenue, I certify that the contractor who has signed this certificate has fulfilled all the requirements of Minnesota Statutes 290.92 and 290.97 concerning the withholding of Minnesota income tax from wages paid to employees relating to contract services with the state of Minnesota and /or its subdivisions. Signature of authorized Department of Revenue official Date 5000134 Originating Department City Manager Kirk McDonald BY: Management Assistant am Approved for Agenda 12 -94 Devg %M ection & Planning Item No. 8.6 RESOLUTION AWARDING CONTRXCT FOR THE CONSTRUCTION OF 1994 SANITARY SEWER AND STORM SEWER REPAIRS (IMPROVEMENT PROJECT NO. 480) At the August 22nd Council meeting, the City Council passed a resolution approving plans and specifications and ordering advertisement for bids for 1994 sanitary sewer and storm sewer repairs (Improvement Project No. 480). The City Engineer and staff recommended that four repairs (two sanitary sewer and two storm sewer) be made, including the following: 1. 5701 International Parkway - reconstruction of 72 feet of 12" concrete sanitary sewer; 2. 5944 Boone Avenue North - remove /replace 35 feet of 15" concrete storm sewer (existing sewer is settling with fractures in pipe); 3. Boone and 60 1/2 Avenue North - remove /replace 20 feet of 9" clay sanitary sewer; 4. 36th Avenue North west of Boone Avenue - repair or replace storm sewer, add catch basins, extend inlet on 36" concrete pipe to south, repair retaining wall and portions of 36th Avenue. It was later determined that the storm sewer repairs on 36th Avenue should be deleted from the bid, due to the fact that the City can utilize MSA funds for these repairs. The repairs on 36th Avenue will be discussed under another agenda item and it may be recommended to add these repairs as a change order to the retaining wall project. Bids for the project (3 repairs) will be opened on September 12th and staff is requesting that the Council consider the award of the bid at the September 12th Council meeting. The sanitary sewer repairs would be funded out of the sewer and water fund and the storm sewer repair would be funded out of either the storm water or road and bridge fund. The enclosed sample resolution has been prepared awarding the contract and the final resolution with the low bid and contractor will be presented at the meeting after the bids are opened. Staff recommends approval of the resolution. Qsal Im -°" /5 IM Review: Administration: Finance: CITY OF NEW HOPE RESOLUTION NO. 94- 139 RESOLUTION AWARDING CONTRACT FOR THE CONSTRUCTION OF 1994 SANITARY SEWER AND STORM SEWER REPAIRS IMPROVEMENT PROJECT NO. 480 BE IT RESOLVED by the City Council of the City of New Hope as follows: 1. That bids for the construction of 1994 Sanitary Sewer and Storm Sewer Repairs (Improvement Project No. 480) were duly opened at the New Hope City Hall, 4401 Xylon Avenue North, at 11:30 o'clock a.m. on the 12th day of September, 1994, as heretofore authorized by this Council. 2 That advertisement for bids for the construction of said improvement was published in the New Hope - Golden Valley Sun -Post, the official newspaper of the City, on the 31 st day of August, 1994, and in the Construction Bulletin on the 22nd and 29th days of August, 1994. 3. It is hereby found and determined by this Council that the bid of Penn Contracting, Inc. in the amount of $65,248.00 is the lowest responsible bid submitted for the construction of said improvement; that Bonestroo, Rosene, Anderlik & Associates, Inc., Engineers for the City, have recommended to this Council the said low bid for the award of the contract for the construction to the designated lowest responsible bid. 4. The Mayor and Manager are authorized and directed to enter into an improvement contract for the construction of said improvement in the name of the City with the lowest responsible bidder, subject to the said contractor furnishing a public contractor's surety bond, conditioned as required by law. Adopted by the City Council this 12th day of September, 1994. Mayor 3c �f Attest: City Clerk z F7: AO R 5R R a W 1 19, V! �-- A�- �11 NEW HOPE. MINNESOTA ilonelfroo ...... ... 1994 SEWER IMPROVEMENTS R000ng 0701 Internatl6nal Parkway, B944 510on6 AYOMUs H Anderilk A Wong Avenue Na. *I So J/Z Av#m,;# No, Adoofttipy *$Wfmx 2 OOZJIS9IN09 TT2T 929 ET9 eq: Bo nestroo Bonestroo Rosene, Anderlik and Associates Inc. is an Afflrmatiue Action/Equal Opportunity Employer Otto G. Bonestroo, PE. Howard A. Sanford, P.E. Michael P Rau, P.E. Mark D. Wallis, P.E. Rosen S Robert e W. Rosene, RE,* Keith A. Gordon, RE. Agnes M. Ring, A.I.C.P. Miles B. Jensen, P.E. C. Anderlik, P.E. Robert R. Pfefferle, PE. Thomas W, Peterson, RE, L. Phillip Gravel, P.E. p� ® l' & L Maman L. Sorvala, P.E. Richard E. Turner, P.E. Richard W. Foster, PE. David O. Loskota, PE. Michael C. Lynch, PE. James R. Maland, P.E. Karen L. Wiemen, PE. Gary D. Kristofitz, P.E. Asso ciates Glenn R. Cook, PE. Thomas E. Noyes, PE. Robert C. Russek, A.I.A. Jerry A. Bourdon, PE, Jerry D. Pertzsch, PE. Scott J. Arganek, P.E. Keith R. Yapp, P.E. Douglas J. Benoit, P.E. Robert G. Schunicht, P.E. Mark A. Hanson, P.E. Kenneth P, Anderson, P.E. Shawn D. Gustafson, PE. 9 En IftE @CS &Architects Susan M. Eberlin, C.P.A. *Senior Consultant Michael T. Rautmann, PE. Ted K. Field, P.E, Mark R. Rolfs, P.E. Mark A, Seip, P.E. Cedio Olivier, PE. Paul G. Heuer, P.E. Thomas R. Anderson, A.I.A. Gary W. Morien, P.E, John P. Gorder, P.E. Donald C. Bumaidt, P.E. Paul J. Gannon, A.I.A. Charles A. Erickson September 13, 1994 Thomas A. Syfko, P.E. Daniel J Edgerton, PE. Leo M Pawelsky Frederic J. Stenborg, P.E. A. Rick Schmidt, P.E. Harlan M. Olson Ismael Martinez, P.E. Philp J. Caswell, P.E. James F, Engelhardt Penn Contracting, Inc. 1697 Peltier Lake Dr. Centerville, MN 55038 Re: 1994 Sewer Improvements New Hope, MN City Project No. 480 Our File No. 34168 Gentlemen: ry Enclosed are five (5) copies of the contract documents between you and the City of New Hope covering the above referenced project. Please have your bonding company complete pages 51 through 61 of the Conditions of the Contract. The insurance and indemnity requirements of pages 13, 14, 15, & 16 shall be provided. After the bonding company has completed the documents, forward them to the attorney listed below who will review them for the City of New Hope. Steven A. Sondrall Corrick & Sondrall 8525 Edinbrook Crossing - #203 Brooklyn Park, MN 55443 -1993 After the necessary City officials have signed the contracts, please distribute as follows: 2 copies Contractor (one for your file and one for your bonding company) 1 copy City of New Hope 1 copy City Attorney 1 copy Bonestroo & Associates Upon receipt of a signed contract and a filed Certificate of Insurance, approved by the City Attorney, a pre - construction conference will be scheduled with you and the City to review the project. After the pre - construction conference, you will be issued a notice to proceed with the work as outlined in the plans and specifications. Yours very truly, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. Mark A. Hanson, P.E. MAH:pr Enc.: 5 cc: City of New Hope / Steven A. Sondrall, Attorney 4401 Xylon Avenue North Telephone: 612- 531 -5100 City Hall Fax: #612 - 531 -5136 New Hope, Minnesota 55428 -4898 TDD Line: 612- 531 -5109 Police Fax: #612- 531 -5174 Public Works Fax: #612- 533 -7650 C October 18, 1994 Penn Contracting, Inc - 1697 Peltier Lake Dr. Centerville, MN 55038 SUBJECT: PROJECT 480 (1994 SANITARY AND STORM SEWER IMPROVEMENTS) Enclosed are two fully executed copies of the contract documents for New Hope Project No. 480. One copy is for your records and the second copy should be transmitted to your bonding company. Also enclosed is return of your bid bond. Contract documents are on file with our City Engineer and City Attorney. Also enclosed is a "Withholding Affidavit for Contractors" (IC -134 form). We cannot make final payment to contractors until this is approved by the Minnesota Department of Revenue and submitted to our office (Minnesota Statute 290.97). The form contains instructions for completion. Sincerely, Valerie Leone City Clerk, MCMC enc. cc: Mark Hanson, City Engineer Steve Sondrall, City Attorney Family Styled City For Family Living