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