Loading...
Imp. Proj. #491COUNCIL RESOLUTION ACCEPTING BID FOR RENOVATION OF SANITARY SEWER LIFT STATIONS NOS. 3 AND 4 (IMPROVEMENT PROJECT NO. 491) On May 11th the City Council accepted the feasibility report on Sanitary Sewer Lift Stations Nos. 3 and 4 Renovation, approved plans and specifications, and ordered advertisement for bids on the project. Bids are scheduled to be opened on June 5th and the City Engineer will be presenting the bids to the Council on June 8th and will be recommending an award on the bids. The enclosed resolution, which accepts the bid, has been intentionally left blank and the bid amounts will be inserted prior to the meeting. The improvements are required primarily for routine maintenance and it is proposed that the capacity at Lift Station No. 4 be increased due to increased flows. Estimated cost for the project is as follows: Lift Station #3 $ 25,200 Lift Station #4 99,400 Total $124,600 +20% Legal /Engineering /Administration 24,920 Total $149,520 Due to the existing conditions of the pumps and the urgent nature of the modifications, staff requested to fast -track this project. Staff recommends approval of the resolution. MOTION BY SECOND BY Review: Administration: Finance: RFA -001 CITY OF NEW HOPE RESOLUTION NO. 92-112 RESOLUTION ACCEPTING BID RENOVATION OF SANITARY SEWER LIFT STATIONS NOS. 3 AND 4 IMPROVEMENT PROJECT NO. 491 WHEREAS, pursuant to an advertisement for bids for the Renovation of Sanitary Sewer Lift Stations Nos. 3 and 4, Improvement Project No. 491, bids were received, opened and tabulated according to law, and the following bids were received complying with the advertisement: Total Base Bid Rice Lake Contracting Corp. $118,800.00 Gilbert Mechanical Cont.Inc. $119,250.80 Dave Perkins Cont. Inc. $132,902.00 New Mech. Companies Inc. $134,400.00 Gridor Construction Inc. $145,522.00; and WHEREAS, it appears that Rice Lake Contracting Corp. of- Deerwood, MN 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 Clerk are hereby authorized and directed to enter into the attached contract with Rice Lake Contracting Corp. of Deerwood, MN for the Renovation of Sanitary Sewer Lift Stations Nos. 3 and 4, Improvement .'roject No. 491, 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 8th day of June, 1992. Mayor Attest: _ City Clerk Otto G. Bonestroo. PE. Keith A. Gordon, PE. James R. Maland. PE. Rene C. P'umart. A; A. Joseph C. Anderlrk. PE. Richard W Foster. PE. Kenneth P Anderson, PE. Agnes M Ring, A.!CP Marvin L, Sorvala, PE. Jerry A. Bourdon, RE, Mark R. Roils. PE. Jerr O. Pertz,'h, Pe". Richard E. Turner, PE. Mark A Hanson, PE. Thomas E. Angus, PE. Cealio Olmec PE Glenn R. Cook, PE. David O. Loskota, PE. Daniel J. Edgerton, PE. Gary W Monen. PE. Thomas E. Noyes. PE, Robert C. Russek. A.LA. Mark A. Seip, PE, Karen L. W',emeri, PE. Robert G. Schuncht, P.E. Howard A. Sanford, PE. Philip J. Caswell, PE. Keith R. Yapp, PE, Susan M. Eberlm. C.PA. Donald C. Burgardt, PE. Ismael Martinez. PE. Michael P Rau. PE. Ted K. Field, PE. Mark D. Wallis, PE, Charles A. EncKSOn Michael T Rautmann, PE. Thomas R. Anderson, A.I.A. Leo M. Pawelski Robert R. Pfefferle, PE. Gary F Rylander. PE. Harlan M. Olson Thomas 'W Peterson, PE. Miles 8. Jensen, PE, Michael C. Lynch, PE. L Phillip Gravel III, PE. April 24, 1992 Honorable Mayor and Council City of New Hope 4401 Xylon Avenue North New Hope, Minnesota 55428 Re: Sanitary Sewer Lift Station Nos. 3 and 4 Renovation Project No. 491 Our File No. 34141 Dear Mayor and Council: Transmitted herewith is our report on the renovation of Lift Station Nos. 3 and 4, Project No. 491. This report covers the modifications proposed at each station and a preliminary cost estimate for each. We would be pleased to meet with the Council and other interested parties at a mutually convenient time to discuss any aspect of this report. Respectfully submitted, Mark R. Rolfs, P.E. MRR:kf f V I hereby certify that this report was prepared by me or under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State f Minnesota. /r 1 Mark'\A. Hanson, P.E. Date: April 24, 1992 Reg. No. 14260 2335 West Highway 36 • St. Paul, Minnesota 55113 • 612- 636 -4600 SCOPE: This project provides for the renovation of Sanitary Sewer Lift Station Nos. 3 and 4. The improvements proposed for the lift stations are required primarily and for the routine maintenance of the stations. In addition, it appears that the flows to Lift Station No. 4 are exceeding its capacity,, and it will therefore need to be increased. FEASIBILITY AND RECOMMENDATIONS: This project is feasible from an engineering standpoint and is in accordance with the Master Utility Plan for the City of New Hope. The project as outlined herein can best be accomplished as a single contract. DISCUSSION: LIFT STATION NO. 3 - Lift Station No. 3 is located on the south side of 60th Avenue North at its intersection with Quebec Avenue. This lift station currently has two Flygt 3152, 20 HP, 230V, 3 phase, #454 pumps which are rated to pump 560 GPM at 68 feet of head. The existing pumps have been in service since 1975 and are at the end of their service life. Based on recent flow testing as shown in Table No. 1, Pump No. 1 is currently pumping at 480 GPM and Pump No. 2 is pumping at 700 GPM. The pumps currently run about 13.7 % of the time which is below the 25% design standard. Table 1 shows the data that has been collected and Figure No. 1 shows the station capacity plotted versus the calculated peak flows. This data indicates that pump station capacity is sufficient for the existing conditions. Lift Station No. 3 currently has a significant soap and grease problem which has incurred substantial maintenance costs for the City. In addition, the station has ventilation equipment which no longer works and should be removed or replaced. 34141 -2- LI>~ T STATION NO. 3 - PROPOSED MODIFICATIONS 1. Replace the existing pumps with new pumps of similar capacity. This will be done due to the age of the existing pumps. 2. The build up of grease and soap solids in the station will be handled by adding an automatic flush valve to the volute on one of the pumps. This valve opens for a short period of time every time this pump is called for. The flush valve opens as the pump begins and creates turbulence inside the lift station which suspends the grease and soap allowing it to be pumped out of the lift station. 3. Due to OSHA requirements, the existing ventilation system must be repaired or removed from the lift station. It is recommended that the equipment be removed as it is extremely difficult to keep this type of equipment functioning in the corrosive wet well environment. A portable fan should be purchased by the City which could be used at all City lift stations. 4. The interior piping at this station will be reused. The piping will be modified by adding a quick couple connect to allow the City to install their bypass pump in this station in an emergency situation. 5. The existing control panel will be reused. It has been working properly and is of adequate size to operate the new pumps. 34141 -3- 200- -- t -- - - -�-- —,— --- 23 -Mar 25-Mar 27-Mar 02-Apr 800 700-. ........... ----- ............ .. ............... ............ ............................ .... STATION CAP. 600] .. ......... - ----- --------- CL ouu .... ......... . . ... ... ... .. .. ...... .......... - -- - ---- --- . 0 CALCULATED PEAK FLOWS LL 4001 ....... ...... ....... .......... . .................... .. 200- -- t -- - - -�-- —,— --- 23 -Mar 25-Mar 27-Mar 02-Apr TABLE 1 DAILY PUMPAGE LIFT STATION NO. 3 #i #2 Total Avg. % Date Time Meter Meter Run Flow Run Reacting Firs Reading Firs Time {GPM) rime 20- Mar -92 03:00 PM 0.0 0.0 23- Mar-92 08:00 AM 5.9 5.9 4.4 4.4 10.3 91.0 15.8% 24- Mar-92 07:46 AM 7.7 1.8 5.7 1.3 3.1 74.7 13.1% 25 -Mar-92 08:00 AM 9.4 1.7 7.1 1.4 31 74.1 12 8% 2&Mar -92 07:30 AM 11.1 1.7 8.4 1.3 3.0 73.4 1P8% 27-Mar -92 07:50 AM 129 1.8 9.7 1.3 31 72.9 127% 28-Mar -92 04:30 PM 15.6 2-7 11.7 20 4.7 825 14.4% 02,Apr -92 03:00 PM 23.8 8.2 17.8 6.1 14.3 69.2 12-1% 09 Apr-92 03:00 PM 38.9 15.1 29.1 11.3 26.4 90.2 15.7% AVG. FLOW 78.6 AVG. RUN TVW 13.7% LIFT STATION NO. 4 - Lift Station No. 4 is located on International Parkway. This lift station currently has two Flygt CP 3151 pumps rated at 654 GPM at 55 feet of head. The existing pumps have been in service since 1975. Based on recent flow testing,, both pumps are currently pumping at 700 GPM. Table No. 2 shows the average run time of 35.2% which is above the 27.8% design standard. Figure No. 2 shows the station capacity plotted versus the calculated peak flows. The existing pumps do not have sufficient capacity to handle the existing flow conditions. It is felt that the increase flow is due in part to the Northridge Development which generates more sewer flow than initially anticipated. Therefore, future development of Northridge must be reviewed carefully to evaluate the impact to the existing sanitary sewer and water system. Recently, one of the pumps in Lift Station No. 4 lost its base plate due to excessive wear. City crews bolted the pump back together to maintain service. Lift Station No. 4 has also had considerable problems with rags and other debris clogging the pump impellers. This station also has ventilation equipment which no longer works. The existing valve manhole leaks and is continuously full of groundwater. LIFT STATION NO. 4 - PROPOSED MODIFICATIONS 1. Replace the existing pumps with larger pumps with a capacity of 1,100 GPM each which can independently handle peak flows. 2. The new pumps will be provided with Nevaclog type impellers to handle the problem of rags which have created excessive maintenance problems at this station. 34141 -6- 3. The lift station piping and 6" force main will to be replaced in order to accommodate the increasing pump capacity. The new lift station piping will incorporate the quick connect bypass system. 4. The existing valve vault will be replaced. 5. The existing control panel will be replaced with a new control panel with starters and breakers sized to operate the larger pumps. 34141 -7- " i - 'IFT STATION NO, 4 iwl #1 sl 3 -Jan 15 -Jan 28 -Jan 11 -Feb 21 -Feb 08 -Mar 18 -Mar 02 -Apr FIGURE NO. 2 DAILY PUMPAGE LIFT STATION NO. 4 #1 #2 Total Avg. % Date To* Mier Meter Run Flow Run Rear v Hra Reading we Time (GPM) Tinw 03-Jan-,92 0230 PM 3901.1 2897.4 04 -92 12:00 PM 3904.5 34 2900.6 3.2 &6 214.9 30.7% 06-Jan-92 02:30 PM 39130 &5 2909.0 8.4 1 6L9 234.3 33.5% 07-Jan-92 10:00 AM 391 &0 30 29120 3.0 6.0 2154 30.8% 08-Jan-92 01:00 PM 3920.0 4.0 2917.0 5.0 &0 233.3 33.3% 09,Jan.92 06:00 AM 3924.0 4.0 290.0 4.0 &0 294.7 42.1% 1 0Jan -92 10:00 AM 3928.0 4.0 2926.0 50 9.0 2423 34.6% 13,1an 02:00 PM 3943.0 1&0 2940.0 14.0 29.0 267.1 3&2% 14-Jan-92 08 :00 AM 394&0 30 2943.0 10 6.0 2333 33.3% 15,1an -92 12:00 PM 39520 6.0 294&0 5.0 11.0 275.0 39.3% 16Jan -92 08:00 AM 395&0 4,0 29620 4,0 &0 280.0 40.0% 17-Jan-92 08:45 AM 39627 4.7 295&1 4.1 &8 24&9 35.6% 18Jan -W 11:30 AM 3860.0 4.3 2860.0 3.9 &2 214.6 3Q 7% 20-Jan-92 11:00 AM 3973.0 &0 2967.0 7.0 15.0 221.1 31.6% 21 Jan-92 10:30 AM 3977.0 4.0 2971.0 4.0 &0 23&3 34.0% 22-Jan-,92 10:30 AM 3981.0 4.0 2975.0 4.0 &0 233.3 33.3% 23Jan -92 08:00 AM 3984.0 3.0 297 &0 30 6.0 195.3 27.9% 24Jan -&2 08:00 AM 3968.0 4.0 29620 4.0 &0 2333 333% 28Jan -92 08.00 AM 4004.0 1&0 2997.0 15.0 31.0 22&0 323% 304an -92 08:00 AM 4011.0 7.0 300&0 &0 150 21 &8 31.3% 31 Jan-92 02:30 PM 40154 4.4 3009.1 4.1 &5 195.1 27.9% 03-Feb -92 08:00 AM 4024.8 9.4 301 &7 9.6 19.0 203.1 29.056 04-Fob-92 1200PM 402&7 3.9 3023.4 4.7 &6 21&0 30.7% 05 -Feb-92 08:15 AM 4031.7 3,0 302&4 3,0 &0 207.4 29.6% 06- Feb -92 08:40 AM 4038.2 35 30302 318 7.3 209.3 29.9% 07- Feb -92 12:30 PM 4039.4 4.2 3034,9 4.7 &9 2238 320% 08- Feb -92 04:20 PM 4043.7 4.3 3039.7 4.8 9.1 22&9 327% 11- Feb -92 08:06 AM 40522 &5 3049.1 9l4 17.9 19&5 2&1% 12- Feb-92 07:38 AM 4055.5 3.3 30527 3.6 6.9 205.1 29.3% 13- Feb -92 07:40 AM 405&8 3.3 3056.3 3,6 6.9 201.0 28.796 14-Feb -92 11:45 AM 40628 4.0 3060.6 4.3 &3 20&9 29.6% 16- Feb-92 08:33 AM 406&4 5.6 3066.7 6.1 11.7 1828 26.1 % 17 -Feb-92 09:23 AM 4071.7 33 3070.4 37 7.0 197.3 28.2% 1SFeb-92 07:35 AM 4074.9 3.2 3073.9 35 6L7 211.3 30.2% 19-Feb -92 02:00 PM 4079.4 4.5 307&8 4.9 9.4 21 &3 30.9% 20- Fob-92 08.45 AM 4081.9 25 3081.5 27 5.2 194.1 27.7% 21- Feb -92 08:30 AM 4085.2 3.3 3085.1 3.6 6.9 203.4 29.1% TABLE 2 DAILY PUMPAGE LIFT STATION NO. 4 1 #2 Total AV% % Date Tune Motor Meter Fun Flow Run Reading 1-" Reading FM Tune (GPM) Tune 22-Fob-92 09:30AM 4068.6 3.4 3068.9 38 7.2 201.6 26.8% 25-Feb -92 12 PM 4099.3 10.7 3100.8 11.9 226 2123 30.3% 26-Feb-92 12:30 PM 41028 3.5 3104.7 3.8 7.4 211.4 30.2% 27- Feb-92 07:40AM 4105.6 28 3107.7 3.0 5.8 211.8 30.3% 02- Mar -92 06:20 AM 41222 166 31263 18.6 38.2 254.9 3&4% 0344er-92 08:10 AM 41265 4.3 3131.1 4.8 31 267.3 38.2% 04 -Mw-92 12:00 PM 4131.7 5.2 3137.0 5.9 11.1 279.2 39.9% 05- Mar-92 07 :29 AM 4136.2 as 3141.1 4.1 7.6 273.1 39.0% 08-Mar -92 02:20 PM 4153,4 18.2 3161.7 20.6 388 34+15 49.2% 09-Mar-92 07:50 AM 4157.2 3.8 3166:9 4.2 &0 320.0 45.7% 10-Mar-92 08:15AM 41624 5,2 3171.8 5.9 11.1 3182 45.5% 11- Mar-92 1220 PM 4168.4 60 3176.4 86 126 314.1 44.9% 12- Mor-82 07:46 AM 41720 3.6 31824 4.0 7.6 274.0 39.1% 13-Mar-92 10:15AM 4177.2 5.2 318&2 5.8 11.0 29x6 41.5% 14- Mar -92 04:33 PM 41812 6.0 3194.5 &3 123 284.2 40.6% 16-Mar-92 O&OO AM 4190.0 68 32020 7.5 14.3 2537 36.2% 17- Aar -92 08:00 AM 4194.6 4.6 3206.8 4.8 9.4 274.2 39.2% 1S- Mar-62 08:60AM 416611 4.6 3211.8 6.0 9.6 267.8 38.3% 19-Mar -92 07:30 AM 4203.2 4.1 3215.9 41 &2 2532 36.2% 204Aar -92 07:45 AM 4207.3 4.1 3220.6 4.7 &8 254.0 3&3% 23- Mar-92 07:30 AM 4219.5 122 3234.0 1&4 25.6 249.8 35.7% 24- Mar-92 07:30AM 4223.9 4.4 3238.7 4.7 91 265.4 37.9% 25- Mar-92 06:40 AM 4228.6 4.6 3243,6 4.9 9.5 264.2 377% 26- Mar -92 08:10AM 42327 4.2 324&1 4.5 &7 2531 37.0% 27- Mar-92 07.30AM 4231&7 4.0 3253.0 4.9 89 267.0 38.1% 28-Mar-92 04:40 PM 42426 5.9 3260.3 7.3 132 278.6 39.8% 02- Apr-92 07:30 AM 4261.3 187 3281.1 20.8 39.5 249.5 35.6% 03-AW -92 07:30 AM 4266.6 4.2 3286:7 4.6 88 25&7 367% W-Apr -92 10:00 AM 4281.6 161 33032 17.5 336 315.7 45.1% OSAW -92 03:00 PM 4293.9 123 331 &8 13.6 25.9 235.5 33.6% AVG. FLOW 24&7 AVG. RUN T*AE 35.2% COST ESTIMATE: Cost estimates based on the recommended method of reconstruction at each lift station are listed below: LIFT STATION NO.3 - (Replace existing pumps; provide flush valve on one pump; modify piping to provide station bypass; remove faulty ventilation system and provide a new portable fan for multi station use) Lift Station No. 2 $25,200.00 LIFT STATION NO. 4 - (Replace existing pumps with larger Nevaclog pumps; replace piping, valves and force main with 8 inch, possibly 10'; modify piping to provide station bypass; provide valve vault sump; and remove faulty ventilation system; and install new control panel.) Lift Station No. 4 Total Construction • • , 11 11 E •11 11 + 20% Legal, Engineering, Admin., & Bond Interest $ 24,920.00 $ 149,520.00 The total estimated project cost is $149,500.00, which includes contingencies and all related overhead. Overhead costs are estimated at 20% and include legal, engineering, administration, and bond interest. ASSESSMENTS AND REVENUES: No assessments are proposed to be levied for this project. It is assumed all revenue to finance the cost of this project will be the responsibility of the Public Works Department. 34141 - 11 - c ATI0 N NO 4— 0 1500 3000 Scale in feet NEW HOPE, MINNESOTA FIGURE 3 SAN. SEWER UFT STA. RENOVATIONS CITY PROJECT No. 491 34141LOC APRIL 1992 COMM. 34141 AVE N 7 AVE N a A #t 9onestroo Rosen* Anderlik b Associates EnSinw®rs 4 Architects SL Paul a Milwaukee a A #t /'1t t` Associates Engineers & Architects June 8, 1992 Mr. Dan Donahue City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 Re: Sanitary Sewer Lift Station Nos. 3 and 4 Renovation Project No. 491 Our File No. 34141 Dear Mr. Donahue: Attached is the bid tab for the renovation of Lift Station Nos. 3 and 4, Project No. 491. The low bidder was Rice Lake Contracting Corp. with a low bid of $118,800.00. We recommend that the City award this project to Rice Lake Contracting Corp. for $118,800.00. The feasibility report estimates the total construction costs for this project at $124,600.00. During the design phase of the project, it was determined that the 6" force main should be replaced with a 10" force main. This would allow re -using the existing control panel at Lift Station No, 4. The engineer's estimate was then changed to $100,000.00. Although the cost reductions were less than expected, the project is still approximately 5% less than the feasibility report. If you have any questions about this project, please call me at 636 -4600. Yours very truly, BONESTROO, R SENE, ANDERLIK & ASSOCIATES, INC. G'�- Ma k A. Hanson MAH:li cc: Roger Paulson 34141.cor 2335 West Highway 36 e St. Paul, Minnesota 55113 e 612- 636 -4600 F a epp. P.E. .__.,.., ,. rt. Shawn D. Gustafson. P.E. -- - a,,..___ .._...c nt: " Kenneth Anderson. e[i io Olivier, 'Senior Consultant Ted K. Field, P.E. Mark R. Rnlfs, PE. Charles A. Erickson Thomas R. Anderson, A.I.A. Mark A. Seip. PE, Leo M. Pawelsky Donald C. Surgardt. P.E. Gary W. Morten, PE. Harlan M. Olson Thomas E. Angus, P.E. Daniel J. Edgerton, P.E. James F. Engelhardt Re: Sanitary Sewer Lift Station Nos. 3 and 4 Renovation Project No. 491 Our File No. 34141 Dear Mr. Donahue: Attached is the bid tab for the renovation of Lift Station Nos. 3 and 4, Project No. 491. The low bidder was Rice Lake Contracting Corp. with a low bid of $118,800.00. We recommend that the City award this project to Rice Lake Contracting Corp. for $118,800.00. The feasibility report estimates the total construction costs for this project at $124,600.00. During the design phase of the project, it was determined that the 6" force main should be replaced with a 10" force main. This would allow re -using the existing control panel at Lift Station No, 4. The engineer's estimate was then changed to $100,000.00. Although the cost reductions were less than expected, the project is still approximately 5% less than the feasibility report. If you have any questions about this project, please call me at 636 -4600. Yours very truly, BONESTROO, R SENE, ANDERLIK & ASSOCIATES, INC. G'�- Ma k A. Hanson MAH:li cc: Roger Paulson 34141.cor 2335 West Highway 36 e St. Paul, Minnesota 55113 e 612- 636 -4600 sonestroo Project Name Lift Station No. 3 & 4 Renovation NCO Rosen Project No. 491 File No. 34141 Andertik 8 Associates St. Pou4 IY Ar d* V ra ° a Bid Opening 11:30 a.m., C.D.S.T., Friday, June 5, 1992 Owner New Hope, MN BID TABULATION Tabulation of Five Low Bids of Six Received Bid No. 1 Bid No. 2 Bid No. 3 Rice Lake Cont. Gilbert Mechanical Dave Perkins Cont. Corp. Cont., Inc. Inc. Unit Unit No. Item Unit 9yt Price Total Price Part 1 - Lift Station No. 3 1 Lift station renovation near 60th Avenue North & Quebec Avenue includes removal and replacement of existing pumps, removal of existing ventilation equipment, and modification of existing piping to provide pumping capabilities, painting and other miscellaneous items Unit Total Price Total I hereby certify that this is an exact reproduchon of bids received Mark R RoM, P.E Reg No. 16722 Bid No. 4 Bid No. 5 NewMech Companies Gridor Const., Inc. Inc. Unit Unit Price Total Price Total 34141.TAB BT-1 No. Item Unit Qty covered and implied with the plans and Bid No. 1 Bid No. 2 Bid No. 3 Rice Lake Contracting Gilbert Mechanical Dave Perkins Cont. Corp. Cont., Inc. Inc. Unit Unit Unit Price Total Price Total Price Total Bid No. 4 Bid No. 5 NewMech Companies Gridor Construction Inc. Inc. Unit Unit Price Total Price Total specifications for the Lump Sum of: LS 1 35,000.00 35,000.00 29,107.00 29,107.00 29,800.00 29,800.00 31,821.00 31,821.00 37,020.00 37,020.00 Total Part 1 - Lift Station No. 3 $35,000.00 $29,107.00 $29,800.00 $31,821.00 $37,020.00 Part 2 - Lift Station No. 4 2 Lift station renovation near International Parkway includes the replacement of existing pumps, piping, and valves at the existing station and valve vault with larger sizes, piping modifications include the addition of bypass pumping connections, removing of existing ventilation equipment, painting 34141.TAB BT -2 Bid No. 1 Bid No. 2 Rice Lake Contracting Gilbert Mechanical Corp. Cont., Inc. No. Item Unit Unit Unit. Qty Price Total Price Total Bid No. 3 Bid No. 4 Bid No. 5 Dave Perkins Cont. NewMech Companies Gridor Construction Inc. Inc. Inc. Unit Unit Unit ce Total Price TOW Price Tota and other miscellaneous items covered and implied with the plans and specifications for the Lump Sum of: LS 1 46, 000.00 46,000.00 46,838.00 46,838.00 49,000.00 49,000.00 54,000.00 54,000.00 58,330.00 58,330.00 Total Part 2 - Lift Station No. 4 $46,000.00 $46,838.00 $49,000.00 $54,000.00 $58,330.00 Part 3 - Lift Station No. 4 Forcemain 3 10" DIP, 0'- 8' deep in place LF 4 Improved pipe foundation in 6" increment depths LF 5 Mechanical trench compaction LF 6 Polyethylene pipe encasement LF 7 10" D.I.P. jacking LF 8 Bituminous surface removal SY 660 30.00 19,800.00 25.08 16,552.80 35.00 23,100.00 25.10 16,566.00 24.50 16,170.00 660 0.10 66.00 2.20 1,452.00 5.00 3,300.00 2.20 1,452.00 1.40 924.00 660 0.10 66.00 1.10 726.00 2.00 1,320.00 1.10 726.00 3.20 2,112.00 730 0.10 73.00 0.55 401.50 1.00 730.00 0.50 365.00 1.90 1,387.00 70 105.50 7,385.00 132.00 9,240.00 125.00 8,750.00 132.00 9,240.00 102.00 7,140.00 100 3.00 300.00 2.75 275.00 5.00 500.00 8.40 840.00 33.40 3,340.00 34141.TAB BT -3 No. Item Unit Qty Bid No. 1 Bid No. 2 Rice Lake Contracting Gilbert Mechanical Corp. Cont., Inc. Unit Unit Price Total Price Total Bid No. 3 Bid No. 4 Bid No. 5 Dave Perkins Cont. NewMech Companies Gridor Construction Inc. Inc. Inc. Unit Unit Unit Price Total Price Total Edee 9 Curb removal LF 20 10.00 200.00 3.30 66.00 5.00 100400 18.00 360.00 17.50 350.00 10 Curb replacement LF 20 15.00 300.00 1650 330.00 20.00 400.00 20.00 400.00 35.50 710.00 11 Cl. 5 aggregate base 100% crushed TN 20 20.00 400.00 22.00 440.00 25.00 500.00 42.00 840.00 22.00 440.00 12 Type 31 bituminous base course TN 20 40.00 800.00 44.00 880.00 100.00. 2,000.00 84.00 1,680.00 77.50 1,550.00 13 Type 41 bituminous wearing course TN 15 40.00 600.00 49.50 74250 100.00 1,500.00 84.00 1,260.00 112.60 1,689.00 14 AC -1 bituminous material for mix TN 2 105.00 210.00 110.00 220.00 1.00 100 105.00 210.00 180.00 360.00 15 Sod with 4" topsoil SY 4,000 1.50 6,000.00 2.31 9,240.00 2.50 10,000.00 3.05 12,200.00 3.20 12,800.00 16 Erosion control fence LF 200 2.00 400.00 2.15 430.00 5.00 1,000.00 3.50 700.00 1.50 300.00 17 Remove and relocate 6" dia. trees EA 6 200.00 1,200.00 385.00 2,310.00 150.00 900.00 290.00 1,740.00 150.00 900.00 Total Part 3 - L.S. No. 4 Forcemain $37,800.00 $43,305.80 $54,102.00 $48,579.00 $50,172.00 34141.TA13 BT4 Bid Noi 1 Bid No. 2 Rice Lake Contracting Gilbert Mechanical Na Item Unit Unit Unit Qty Price Total Price Total Bid No. 3 Bid No. 4 Bid No. 5 Dave Perkins Cont. NewMech Companies Gridor Construction Inc. Inc. Inc. Unit Unit Unit Price Total Price Total Price Total Total Part 1 - Lift Station No. 3 35,000.00 29,107.00 29,800.00 31,821.00 37,020.00 Total Part 2 - Lift Station No. 4 46,000.00 46,838.00 49,000.00 54,000.00. 58,330.00 Total Part 3 - L.S. No. 4 Forcemain 37,800.00 43,305.80 54,102.00 48,579.00 50,172.00 Total Base Bid $118,800.00 $119,250.80 $132,902.00 $134,400.00 $145,52100 Alternate Equipment Bids 1 Item Manufacturer Add or Deduct 2 Item Manufacturer Add or Deduct Subm. Pumps ABS (900.00) Sumb. Pumps KSB, Inc. 2,500.00 34141.TAB BT -5 No. Item 3 Item Manufacturer Add or Deduct Unit Qtft Bid No. 1 Bid No. 2 Bid No. 3 Rice Lake Contracting Gilbert Mechanical Dave Perkins Cont. Corp. Cont., Inc. In Unit Unit Unit Price Total Price Total Price Total Bid No. 4 Bid No. 5 NewMech Companies Gridor Construction Inc. Inc- unit Unit Price Total Price Total 34141.TAB 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 Five Percent Cert. check, Cash deposit Firm Rice Lake Contracting Gilbert Mechanical Dave Perkins Contracting NewMech Companies, Inc. Gridor Construction, Inc. Corp. Cont., Inc. Inc. BY Luke T. Spalj P.Dan Gilbert David P. Perkins R.A. Pearson Harold Theisen Title Vice President President President President President Address County Road 12 4451 W. 76th Street 15775 Juniper Ridge Dr. 1633 Eustis Street 1886 Berkshire Lane P.O. Box 517 city, state, Deerwood, MN Minneapolis, MN Anoka, MN Saint Paul, MN Plymouth, MN Zip Code 56444 55435 55303 55108 -1288 55441 Telephone 218 -546 -5519 835 -3810 None Given 612 -645 -0451 559 -3734 Fax No. 218 - 546 -7016 835 -4765 None Given 612 -642 -5596 559 -3736 34141.TAB BT -7 1 C 0 Fgasl �# Fl1_E NO. 34141 0 '. Tit 'IN V" • Honorable City Council City of New Hope 4401 Xylon Avenue New Hope, Minnesota 55428 10-TIF-MOZ M153r nI# IJ I lax I - 11 1 — Friday, June 5, 1M 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 Oty 1 Lift station renovation near 60th Avenue North and Quebec Avenue includes removal and replacement of existing pumps, removal of existing ventilation equipment, and modification of existing piping to provide pumping capabilities, painting and other miscellaneous items covered and implied with the plans and t . , I " I � . # " _' 34141TRO P-1 Wri-rM EMIJ Fgasl �# Fl1_E NO. 34141 0 '. Tit 'IN V" • Honorable City Council City of New Hope 4401 Xylon Avenue New Hope, Minnesota 55428 10-TIF-MOZ M153r nI# IJ I lax I - 11 1 — Friday, June 5, 1M 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 Oty 1 Lift station renovation near 60th Avenue North and Quebec Avenue includes removal and replacement of existing pumps, removal of existing ventilation equipment, and modification of existing piping to provide pumping capabilities, painting and other miscellaneous items covered and implied with the plans and t . , I " I � . # " _' 34141TRO P-1 (x item Unit Oty u Price Total Price specifications for the Lump Sum of: LS 1 $W C _ Total Part 1 - Lift Station No. 3 $ ter 5 / '- 2 ��, - Lif eta ion No. 4 Lift station renovation near International Parkway includes the replacement of existing pumps, piping, and valves at the existing station and valve vault with larger sizes, piping modifications include the addition of bypass pumping connections, removing of existing ventilation equipment, painting and other miscellaneous items covered and implied with the plans and , OV 0 ' 6 ,2 6 1 specifications for the Lump Sum of: LS 1 $ $ �— Total Part 2 - Lift Station No. 4 $' �,rt � - .ift S a�i®��TO. 4 Forcemain cx? 3 10" DIP, 0'- 8' deep In place LF 660 4 Improved pipe foundation in 6" increment depths LF 660 $ O ' t $ 5 Mechanical trench compaction LF 660 $ �o 0' to 6 Polyethylene pipe encasement LF 730 \ OS $ 7 10" D.I.P. jacking LF 70 $ i $ 8 Bituminous surface removal SY 100 $ 9 Curb removal LF 20 34141TRO P -2 No. item unit Oty unit Price TOW Price 10 11 Curb replacement Cl. 5 aggregate base 100% crushed Type 31 bituminous base course LF TN TN 20 20 20 $ $ - 7 $ C) $ qC) 12 $- $— 13 Type 41 bituminous wearing course TN 15 L[C) $ ( Poo 14 AC-1 bituminous material for mix TN 2 � C6. C) 15 Sod with 4" topsoil SY 4,000 ) OCO - 16 Erosion control fence LF 200 $ 17 Remove and relocate 6" dia. trees Total Part 3 - L.S. No. 4 Forcemain EA 6 Total Part 1 - Lift Station No. 3 Total Part 2 - Lift Station No. 4 Total Part 3 - L.S. No. 4 Forcemain Total Base Bid Manufacturer Add or Deduct Item Manufacturer F-W&VOW 34141YRO P-3 NO. item Item Manufacturer Add or Deduct Item Manufacturer Add or Deduct Item Manufacturer Add or Deduct Unit Oty unit Price Total Price 34141.PRO P -4 The final amount of the contract shall be determined by multiplying the final measured quantities of the various items actually constructed and installed by the unit prices therefor, in the manner prescribed in the specifications. However, the low bidder shall be determined by adding the sums resulting from multiplying the quantities stated by the unit prices bid therefor. Accompanying this bid is a bidder's bond, certified check or cash deposit in the amount of 'S , 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, 64 Ot D N�TJM Title Printed Name of Signer 34141TRO P-5 Howard A. Sanford, P.E. Gary F. Rylander, P.E. Philip J. Caswell, P.E. Keith A. Gordon, P.E. Ismael Martinez, P.E. Mark D. Wallis, P.E. Robert R. Pfefferle. P.E. Michael P. Rau, P.E. Miles B. Jensen, PE, Richard W Foster, P.E. Agnes M. Ring, A.LGP. L. Phillip Gravel III, P.E. David a Loskota, P.E. Thomas W. Peterson, P.E. Karen L. Wiemeri, P.E. Robert C. Russek, A.I.A. Michael C. Lynch, P.E. F. Todd Foster, P.E. Jerry A. Bourdon, P.E. James R. Maland, P.E. Keith R, Yapp, P.E. Mark A. Hanson, PE. Jerry D. Pertzsch, BE. Shawn D. Gustafson, P.E. Michael T. Rautmann, P. E. Kenneth E Anderson, P.E. Cecilio Olivier, P.E. Ted K. Field, P.E. Mark R. Rolfs, P.E. Charles A. Erickson Thomas R. Anderson, A.I.A. Mark A. Seip, P.E. Leo M. Pawelsky Donald C. Burgardt, P.E. Gary W. Morien, P.E. Harlan M. Olson Thomas E. Angus, P.E. Daniel J. Edgerton, P.E. James F Engelhardt Rice Lake Contracting Corp. County Road 12, P.O. Box 517 Deerwood, MN 56444 Re: Lift Station No. 3 and 4 Renovation City of New Hope - Project No. 491 File No. 34141 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 Mr. Steve Sondrall, Attorney- at- 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, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. 1W LIZ A Mark R. Rolfs MRR:lk Enclosures: 5 cc: C� y of IJe Iapt Steve Sondrall, Attorney 233S West Highway 36 * St. Paul, Minnesota 55113 * ,r 4401 Xyion Avenue North New Hope, Minnesota 55428 Phone: 531 -5100 FAX (612) 531 -51, - = July 1, 1992 Rice Lake Contracting Corp. County Road 12, PO Box 517 Deerwood, MN 56444 SUBJECT: PROJECT 491 (LIFT STATION NOS. 3 AND 4 RENOVATION) Enclosed are two fully executed copies of the contract documents for New Hope Project No. 491. 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. A copy of the 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 enc. cc: City Engineer City Attorney I Family Styled City For Family Living COUNCIL KI 0 1 # 1 6 ) . Originating Department Approved for Agenda Agenda Section Development City Manager & Planning -24 -92 Item No. By: Kirk McDonald I By. 8.2 -- — RESOLUTION APPROVING CHANGE " ORDER #1 FOR IMPROVEMENT PROJECT NO. 491 (SANITARY SEWER LIFT STATION NOS. 3 AND 4 RENOVATION) IN THE AMOUNT OF $3,519.00 The enclosed resolution approves Change Order #1 for the renovation of sanitary sewer Lift Stations Nos. 3 and 4 (Improvement Project No. 491). The change order is in the amount of $3,519.00 and includes the following items: Item 1 - Replacing the base elbows for both pumps in Lift Station No. 3 Item 2 - Provide offset piping in Lift Stations 3 and 4 below the quick disconnect couplers to provide an accessible connection Item 3 - Pour additional concrete in the base of Lift Station No. 4, due to poor conditions of original grout Item 4 - Replace the lifting chains at Lift Station No. 4, due to poor condition of chains below the operating water level Item 5 - Install valve box on 10" plug valve to isolate valve vault in future $2,230.00 949.00 80.00 110.00 150.00 $3,519.00 The City Engineer recommends payment to Rice Lake Contracting in the amount of $3,519.00 for Change Order #1 and staff concurs with the recommendation Staff recommends approval of the resolution. no WAM Review: Administration: Finance: CITY OF NEW HOPE RESOLUTION NO. 92- 152 RESOLUTION APPROVING CHANGE ORDER #1 FOR IMPROVEMENT PROJECT NO. 491 (SANITARY SEWER LIFT STATION NOS. 3 AND 4 RENOVATION) IN THE AMOUNT OF $3,519.00 WHEREAS, the City of New Hope authorized on June 8, 1992, Improvement Project No. 491, for the contractual sum of $118, 800.00; and WHEREAS, the items detailed on Change Order #1, as listed below, total an addition of $3,519.00: Item 1 - Replacing the base elbows for both pumps in Lift Station No. 3 $2,230.00 Item 2 - Provide offset piping in Lift Stations 3 and 4 below the quick disconnect couplers to provide an accessible connection $949.00 Item 3 - Pour additional concrete in the base of Lift Station No. 4, due to poor conditions of original grout $80.00 Item 4 - Replace the lifting chains at Lift Station No. 4, due to poor condition of chains below the operating water level - $110.00 Item 5 - Install valve box on 10" plug valve to isolate valve vault in future $150.00 NOW, THEREFORE, BE IT RESOLVED, that the City Council of the City of New Hope approves Change Order #1 to the contract with Rice Lake Contracting in the amount of $3,519.00, as part of Improvement Project No. 491, which brings the total contract to $122,319.00. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 24th day of August, 1992. ayor Attest: C City Clerk Otto G. Bonestroo, P.E. Howard A. Sanford, P.E. Gary E Rylandec PE, Philip J. Caswell, P.E. Robert W. Rosene, RE.* Keith A. Gordon, P.E. Ismael Martinez, P.E. Mark D. Wallis, P.E. Joseph C. Anderlik, P.E. Robert R. Pfefferle, P.E. Michael P, Rau, P.E. Miles B. Jensen, PE. Marvin L. Sorvala, P.E. Richard W. Foster, P.E. Agnes M. Ring, A.I.C.P. L. Phillip Gravel III, P.E. Richard E. Turner, P.E. David O. Loskota, P.E. Thomas W. Peterson, P.E. Karen L. Wiemeri, P.E. Glenn R. Cook, P.E. Robert C. Russek, A.I.A. Michael C. Lynch, P.E. F. Todd Foster, P.E. Thomas E. Noyes, P.E. Jerry A. Bourdon, P.E. James R. Maland, P.E. Keith R. Yapp, P.E. Robert G. Schunicht, P.E. Mark A. Hanson, P.E. Jerry D. Pertzsch, P.E. Shawn D. Gustafson, PE, Susan M. Eberlin, C.P.A. Michael T. Rautmann, P. E. Kenneth P. Anderson, P. E. Cecilio Olivier, P.E. *Senior Consultant Ted K. Field, P.E. Mark R. Rolfs, P.E. Charles A. Erickson Thomas R, Anderson, A.I.A. Mark A. Seip, PE. Leo M. Paweisky Donald C. Burgardt, P.E. Gary W. Morien, PE. Harlan M. Olson Thomas E. Angus, P.E. Daniel J. Edgerton, P.E. James F Engelhardt August 17, 1992 Mr. Dan Donahue City of New Hope 4401 Xylon Ave. No. New Hope, MN 55428 Re: Sanitary Sewer Lift Station Nos. 3 and 4 Renovation Project No. 491 Our File No. 34141 Dear Mr. Donahue: Attached is Change Order No. 1 for Lift Station Nos. 3 and 4, Project No. 491. Each of these change order items is described below: Item No. 1 - Replacing the base elbows in Lift Station No. 3 was requested by Guy Johnson due to previous problems maintaining the seal between the pump and the worn face of the existing base elbow. Item No. 2 - Provide offset piping in Lift Station 3 and 4 below the quick disconnect couplers to provide an accessible connection. This piping modification was requested by Guy Johnson. Item No. 3 - Pour additional concrete in the base of Lift Station No. 4. This was required due to the poor condition of the original grout which was observed when the station was taken out of service. Item No. 4 - Replace the lifting chains at Lift Station No. 4 was required due to the poor condition of the chains below the operating water level in this station. This was observed when the station was taken out of service. Item No. 5 - Install a valve box on a 10° plug valve which was left in place by Rice Lake Contracting. This valve was used during construction for bypass purposes. Guy Johnson required this valve box be installed to allow the City to isolate the valve vault in the future. Page 1. 34141.cor �� City of New Hope New Hope, MN Re: File No. 34141 If you have any questions about these changes, please call me at 636 -4600. Yours very truly, Encl. Page 2. August 17, 1992 34141.cor 4401 Xylon Avenue North New Hope, Minnesota 55428 Phone: 531 -5100 FAX (612) 531 -5174 August 26, 1992 Rice Lake Contracting PO Box 157 Deerwood, MN 56444 SUBJECT: CHANGE ORDER NO. 1 - IMPROVEMENT PROJECT 491 Enclosed are two fully executed copies of the above - referenced Change Order for your records. Please forward one copy to your bonding company. The change order was approved on August 24, 1992, by the New Hope City Council. If you have any questions, please contact me. Sincerely, q ? �_47� Valerie Leone City Clerk enc. cc: City Engineer Family Styled City For Family Living COUNCIL R4 51#111 �. Originating Department Approved for Agenda Agenda Section City Manager 1 10 -12 -92 consent Kirk McDonald Item No. BY: Management Assistant BY: 6.7 MOTION APPROVING FINAL PAY REQUEST TO RICE LAKE CONTRACTING FOR SANITARY SEWER LIFT STATION NOS. 3 AND 4 RENOVATION (IMPROVEMENT PROJECT NO. 491) IN THE AMOUNT OF $8,256.90 This is the final pay request from Rice Lake Contracting for the renovation of sanitary sewer lift station nos. 3 and 4 (Improvement Project No. 491). The final request is in the amount of $8,256.90. The original contract amount was $118,800 and a change order in the amount of $3,519.00 was approved subsequent to the original contract, thus the total revised contract amount was $122,319.00. The total work completed ($118,968.00) is less than the revised contract amount due to adjustments in the quantities for unit price items. The City Engineer reports that all work has been completed according to plans and specifications and recommends final payment in the amount of $8,256.90 Staff recommends approval of a motion approving the final pay request to Rice Lake Contracting for the renovation of sanitary sewer lift station nos. 3 and 4 (Improvement Project No. 491) in the amount of $8,256.90. :k" iUlf MOTION BY SECOND BY TO: Review: Administration: Finance: I GC T— 1.— 2 TIDE '? - 1 54 DONCS 2 A SSOC I ATES P - 0 '.: i. B��1 ` F r'�y i4.��o Otto G BonrllmcO RE RobCrt W ROFC'nv, RE," Jonvph C, Andtnik, P.E. MOward A, Untorrt, P.C. Keith A. Gordon, RE, RabCrt R, Fkttnrla, p6. Michati P Rau, P8 Apnes M. Ring, A.fC.P ThoMAi W FkrW? cn PE Mon a Jirmtm, PF. L Phillip Gravel III, PF K urn L WICmm. PE Marvin L scmtly. PE R lChard W Poster. P.E. Michdttl C, Lyneh, FF Gary A 0901itR, PE R osene Rlrhml F, Mims P.E. mma Q LoskOtm, P.E. Jamtts R MJIOnd. P.F? F 7udd foster. PE GIenn R. CtInk, PC Robert C Russek. A.IA. Jerry D, Pvrtksch, PE. Krlth R Ydlis> PF. A nderlik & Tliomes E. NoWs, PC. Jorry A, Bourdon. PE Kenneth P Andrrton, PE M)rk ft, kits, RE Shawn tJ Glaorahon, PL, Cca6o Obvlr1. PP Assoc ia t es RObert G schur11011. PE Suuln M tLjVJIn, C PA Mnrk A KJOWM RE, Mrrharcl T, RautrnBnn, P.E Mark A, Snip , PC Ch.arlm A Ero kson s'dwriskv •hr vot Cunswtbnt t'kd K, Rleld, PR Garry W. Maven. PF Log) M Imunis R, Anoorson, A.I.A. baniri J. Edgerton, PE Karin M Own Engineers & Arc am si teCtS w1wid C. PE. Daryl K, Klrschfnwri PE Jamry t Cngclhdrt$ Thomas E. Angus, PE Philip J, QSV411, PE I$mx l Mamnex, PE, M,Crk D. =111. PE October 6, 1992 Mr. Larry Watts City of New Hope 4401 Xylon Avenue N. New Hope, M N 56428 Re: Sanitary Sewer Lift Station Nos. 3 and 4 Renovation Project No. 491 Our File loo, 34141 Dear Mr. Watts: Attached is the 2nd and ]Final Pay Request for Lift Stations Nos. 3 and 4 Renovation, Project No. 491. This project has been completed according to the project plans and specifications. We recommend the City accept this project and pay Rice Lake Contracting the final amount on the 2nd & Final Pay Request ($8,256.90). The project costs are summarized below. Original Contract Amount $118,800,00 Change Order - .Addition 3,519.00 Devised Contract Amount $122,319,00 Value Completed to Late $118,968,00 The value completed to date is less than the revised contract amount due to adjustment in the quantities for unit price items. Rice Lake Contracting will be submitting IC -134 Forms for this project directly to the City, The final check should be held by the City until the contractor submits the IC -134 Forms, If you have any questions about this project, please call me at 636 -4600, Yours very truly, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. Mark A. Han MAH:li 34141,cor 2335 West Highway 36 • St. Paul, Minnesota 55113 . 6i2 636 - 4600 10-06-1992 13:25 612 636 1311 BONESTROO & ASSC. P.08 W"WANUMMUNOM RBOUMT FOR PAYMENr Lift Station No. 3 & 4 Renovation Project No. 491 File No. 34141 SUMMARY I Original Contract Amount 2 Change Order - Addition 3,519.00 3 C 11 4099 Order - Deduction $ 4 Revised Contract Am 5 Value Completed to Date 6 Material on Hand 7 Amount Earned 8 Lew llataLnate 9 Sub-Total 10 I-M Amount Paid Previously 11 AMOUNT DUE nIlS RHOUESr FOR PAYS, MENT NO. 2 & Final Recommended for Approval by: HONLIS11400, ROSENF, ANDERM AmwIXMS, INC Specified Contract Completion D August 1 , 1992 September 30, 19()2 $ 118,800.00 Approved by Owner. CrIV OV NEW HOP✓ JAN Date: 34141AFT 10 -06 -1992 13:25 612 636 1311 BONESTROO & ASSC. P.09 rt(, it" Wit Cant.a�x y Unit PAM Uwwtity 11%) ustc AAU�rrut To V4to Puri T-ift 1 Lit station renovation near 60th Aven North & Quebec Avenue includes relooval and replacameat of existing puutps, r43ua of existing Ventilation equipmout, and mollification of existing piping to provide pumping capabilidtm, painting and other miawllaneoua items covered gad implied with the plans and Specifications for the I-a mp Suet of. LS 1 35.000.00 1 15,000 tip _ Total Part 1 - Lift Station No. 3 S3S,000.00 Earl 2 - JAAt Station No. 4 2 Lift station rauovation near International Parkway includes the replacement of existing pumps. piping, and valves at the Cxisting station aaud valve vault with larger taste piping modifaaatious include the additlou of bypass pumpWA conacwHous, retmovirtg of existing vegtilallon equipment, painting, and other miscellaneous items covered and iatphed with the plans and Sp0 a watious for the Lump Sum of: LS 1 46,000.00 1 Total Part 2 - Lift Station No. 4 $16,000.00 3 ' arl 3 - 1 _Ifl S N2. 4 Ft)® q 10` D IP. 0'- 8' 400p, In place LF 660 30.00 670 20,100.00 4 haprovod pipe fauaadmion in 6" iucromaut depths IF 660 0.10 5 Mechanical trench compaction LF 660 0.10 670 67.00 6 Polyalltyloue pipe auctataemcnt LF 730 0. 10 740 74.00 7 10" D.I.P, jgaiCing, LF 70 105.50 70 7,3t3,S,00 8 Bituminous surfaces rainoval SY 100 3.00 71 2110U 9 Curb reoloval U? 20 10.00 32 32U.OU 10 Curb replace Leant LF 20 15.00 32 480,00 34141.R FP IMP -1 10 -06 -1992 13:26 612 636 1311 BONESTROO & ASSC. P.10 No. lu m 11 C1. S RUMA410 baw 100% crushed 12 Typo 31 bitatmlacaz bama courme 13 Tye 41 bitumiaous wsarW& courase 14 AC-i bituminous material for tuix 15 Sod with 4" topsoil 16 l2rosion control fenec 17 Remove and relocate 6" dim, trees Total fart 3 • LS, No. 4 Forcemain 18 Replace brute elbows for both pumps in Lift Station No. 3 19 'Provide offset piping with two 90 degree bands below the bypass quick dimcounect Lu Lift Station Nos. 3 8c 4. Provide horizontal spool to offset piping 14 Lift Station No. 3 20 Pour a dditioUal concrete in Lift Station No. 4 to replace axisliag gout 21 Rcplaca lifting chains for both pumps in Lift Station No. 4 22 lttmtaU valve box an 10" valve at Uft Station No. 4 Total Change Order No, 1 Total Part 1 - UA Statical No. 3 Total Part 2 - Lift Station No, 4 Total Part 3 • L,S. No. 4 Forcam4in Total Change Offer No. 1 Total Work Completed to Data 34141 -R,FP LS 1 Unit 000111" Unit ou"tity TN 20 TN 20 TN 1S TN 2 SY 4,000 L!z 200 EA 6 LS 1 Unit Q!wwtity +MMAI Price To tiwtc 7o Para 20.00 31.3 630.00 40.00 15.5 790.00 40.00 14 560,00 105.00 2 210.00 1.50 1,62 2,430.00 2.00 200.00 6 1,211n M $34.449.00 2.230.00 LS 1 949 .00 LS 1 80.00 L3 1 110.00 is 1 150100 1 2,230.00 1 9{9.00 1 80.00 l 110,00 $3,519.00 35,000,00 46,000.00 34.449.00 $ 118,968.00 RP -2 10-06-1992 13:26 612 636 1311 BONESTROO & ASSC. P.11 M T 0 Owner City of Now Hope Proica Lift Ste. 3 & 4 Renovation Ptaied NO. 491 Fills No. 34141 Cou"=r RW4 Lako Contracting QiANP-9—Mraw No. Date Amuunt 1 8-12.92 Piping moddicutions to Lift Station Nos. 3 & 4 2 3 Tbud Clot use Orden . Add Wxmgm IUMMMY No. P"W Payment Roud"Ea Complidod I Start 8-12-92 $110,711.10 $5,926.190 $116,538.00 2 8.12-92 9.2$-92 8,256.90 0.00 118,968.00 3 4 5 6 7 8 9 10 Total Payment to Date $118,968.00 Original Contract $118,800.00 Retainage, payment No. 2 & bins l 0M Chungo Orders 3,119.00 TOW VUIU0 Complutud $IM968.00 Revised Contract $122,319.00 34141.R-FP RP-3 .o� ao estroo Owner City of New hope, 4401 Xylon Ave, New Hope, MN 55428 Date Sept. 28, 1992 A �ociates For Period August 12, 1992 to September 28, 1992 Request No. 2 & Final Engles : """' Contractor Rice Lake Contracting, PO Box 517, Co. Rd. 12, Deerwood, MN 56444 St, Paul, Mi-t. REQUEST FOR PAYMENT Lift Station No. 3 & 4 Renovation Project No. 491 File No. 34141 SUMMARY 1 Original Contract Amount 2 Change Order - Addition 3 Change Order - Deduction 4 Revised Contract Amount 5 Value Completed to Date 6 Material on Hand 7 Amount Earned 8 Less Retainage 9 Sub -Total 10 Less Amount Paid Previously 11 AMOUNT DUE THIS REQUEST FOR PAYMENT NO. 3,_519.00 $ 2 & Final $ 1 $ 122,31 $ 118,968.00 $ 0.00 $ 118,968.00 $ 0.00 $ 118,968.00 $ 110,711.10 $ 8,256.90 Recommended for Approval by: BONE ROO, ROS E, ANDERLIK & ASSOCIATES, INC. Approved by Owner: CITY OF NEW IIOPE, MN Specified Contract Completion Date: August 1, 1992; September 30, 1992 Date: 161112a.. r 34141. RFP No. Item Unit Contract Quantity Unit Price Quantity To Date Amount 7o Date Part 1 - Lift Station No. 3 1 Lift station renovation near 60th Avenue North & Quebec Avenue includes removal and replacement of existing pumps, removal of existing ventilation equipment, and modification of existing piping to provide pumping capabilities, painting and other miscellaneous items covered and implied with the plans and specifications for the Lump Sum of: LS 1 35,000.00 1 3 nn Total Part 1 - Lift Station No. 3 $35,000.00 Part 2 - Lift Station No. 4 2 Lift station renovation near International Parkway includes the replacement of existing pumps, piping, and valves at the existing station and valve vault with larger sizes, piping modifications include the addition of bypass pumping connections, removing of existing ventilation equipment, painting and other miscellaneous items covered and implied with the plans and specifications for the Lump Sum of: IS 1 46,000.00 1 46.00n_rm Total Part 2 - Lift Station No. 4 $46,000.00 Part 3 - Lift Station No. 4 Forcemain 3 10" DIP, 0'- 8' deep in place LF 660 30.00 670 20,100.00 4 Improved pipe foundation in 6" increment depths LF 660 0.10 5 Mechanical trench compaction LF 660 0.10 670 67.00 6 Polyethylene pipe encasement LF 730 0.10 740 74.00 7 10" D.I.P. jacking LF 70 105.50 70 7,385.00 8 Bituminous surface removal SY 1.00 3.00 71 213.00 9 Curb removal LF 20 10.00 32 320.00 10 Curb replacement LF 20 15.00 32 480.00 34141.RFP RP -1 34141.RFP RP -2 Contract Unit Quantity Amount No. Item Unit Quantity Price To Date To Date 11 CL 5 aggregate base 100% crushed TN 20 20.00 31.5 630.00 12 Type 31 bituminous base course TN 20 40.00 19.5 780.00 13 Type 41 bituminous wearing course TN 15 40.00 14 560.00 14 AC -1 bituminous material for mix TN 2 105.00 2 210.00 15 Sod with 4" topsoil SY 4,000 1.50 1,620 2,430.00 16 Erosion control fence LF 200 2.00 17 Remove and relocate 6" dia. trees EA 6 200.00 6 Total Part 3 - L.S. No. 4 Forcemain $34,449.00 Change Order No. 1 18 Replace base elbows for both pumps in Lift Station No. 3 LS 1 2,230.00 1 2,230.00 19 Provide offset piping with two 90 degree bends below the bypass quick disconnect in Lift Station Nos. 3 & 4. Provide horizontal spool to offset piping in Lift Station No. 3 LS 1 949.00 1 949.00 20 Pour additional concrete in Lift Station No. 4 to replace existing grout IS 1 80.00 1 80.00 21 Replace lifting chains for both pumps in Lift Station No. 4 LS 1 110.00 1 110.00 22 Install valve box on 10" valve at Lift Station No. 4 LS 1 150.00 1 Total Change Order No. 1 $3,519.00 Total Part 1 - Lift Station No. 3 35,000.00 Total Part 2 - Lift Station No. 4 46,000.00 Total Part 3 - L.S. No. 4 Forcemain 34,449.00 Total Change Order No. 1 3,519.00 Total Work Completed to Date $118,968.00 34141.RFP RP -2 PROJE PAYMENT STATUS Owner City of New Hope Project Lift Sta. 3 & 4 Renovation Project No. 491 File No. 34141 Contractor Rice Lake Contracting CHANGE ORDER No. Date Amount 1 8 -12 -92 Piping modifications to Lift Station Nos. 3 & 4 $3,519.00 2 3 Total Change Orders - Add PAYMENT SUMMARY No. Period 1 Start 8 -12 -92 2 8 -12 -92 9 -28 -92 3 4 5 6 7 8 9 10 Total Payment to Date Retainage, Payment No. Total Value Completed Payment $110,711.10 8,256.90 $118,968.00 2 & Final 0.00 $118,968.00 $3,519.00 Retainage Completed $5,826.90 $116,538.00 0.00 118,968.00 Original Contract $118,800.00 Change Orders 3,5 Revised Contract $122,319.00 34141.RFP RP -3 4401 Xylon Avenue North New Hope, Minnesota 55428 Phone: 531 -5100 October 14, 1992 FAX (612) 531 -5174 Rice Lake Contracting PO Box 517, Co. Rd. 12 Deerwood, MN 56444 SUBJECT: FINAL PAY REQUEST - PROJECT 491 (LIFT STATION NOS. 3 AND 4 RENOVATION) 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 $8,256.90. 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. Since �.` Cat � Valerie Leone, CMC City Clerk cc: Mark Hanson, City Engineer Kay Ruhoff, Accountant Family Styled City For Family Living IC-134 Rev. 11/90 Wha ` ,Y Minnesota Department of Revenue W ithholding I This affidavit must be approved by the Minnesota Department of Revenue before the State of Minneso or anv of its subdivisions can make final payment to contractors. S Company name Minnesota ID number RICE LAKE CONTRACTING CORP. 3211358 Address County Rd. 12 , P.O. Box 517 Monthlyear work began June, 1992 city Deerwood state MN Zip Code 56444 Month /year work ended August, 1992 Please type or print clearly above. This will be your Total contract amount: mailing label for returning the comple form. $118,900.00 Telephone number Amount still due: ( 218) 546 -5519 $10,000.00 Did you have employees work on this project? Yes Project number: #491- Lift Stati Nos. 3 a If none, explain who did the work: Project location: NeW Hope, MN Address 4401 Xylon Avenue, New Hope, MN 55428 Check the b that describ your Involvement in the project and fill In a ll 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 Ovr ner /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 contraotof�f I am a subcontractor, and to any subcontractors if I am a prime contractor, a nd.to the contracting agency 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. 4 Signature of authorized Department of Revenue official Date _ . &. Index Advertisement for Bids Information to Bidders Proposal Special Provisions 01300. Submittals 2104. Miscellaneous Demolition - Specific Requirement 2105. Excavation and Embankment - Specific & General Requirements 2211. Aggregate Base - Specific Requirements General Requirements 2302. Jacking or Augering 2331. Plant-Mixed Bituminous 2575. Turf Establishment - Specific Requirement 11114. Submersible Non-Clog Pump Lift Stations 24,000. Sewers - Specific Requirements General Requirements 34141 1-1 F1 kN - 101 Plate 1-25A Improved Foundation Plate SP-64 Erosion Control Plate SP-89 Siltation Fence Plate SP-103 Erosion Control 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. W,070 wil Mark R. Rolfs, P.E. Date: May 11, 1992 — Reg. No. 16722 34141 1-2 LIFT STATION NO. 3 RENOVATION Lift Station No. 3 located at 60th Avenue North and Quebec Avenue includes the replacement of existing pumps with new pumps, the removal of existing ventilation equipment, and minor piping modifications. Lift Station No. 4 located along International Parkway consists of replacement of existing piping and pumps within the lift station and valve manhole, and the replacement of the existing 6" forcemain with a 10" forcemain. 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 bestinterests of the City. Daniel Donahue, City Manager City of New Hope, Minnesota I 15,10) Own �Xlllo 11 01 *M 1. BID F>ROCEDURE: Each planholder has been furnished a specification, plan set and two extra proposals. Bids shall be submitted on the sepaiate 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 ND REFUND: Plans and specification's may be obtained for the deposi) 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) S 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. INDIVIl7L1AL DRA WINGS 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 �/ aonestroo Bidder Rice Lake Contracting Corp. Total Base Bid $118,800.00 ® Rosene A County Road 12, P.O. Box 517 Telephone No. 218 -546 -5519 A derlik & City, State, Zip Deerwood, MN 56444 Fax. No. 218 -546 -7016 St. te Peuf, & A,,M at a k St. PROPOSAL LIFT STATION NO. 3 AND 4 RENOVATION PROJECT NO. 491 FILE NO. 34141 NEW HOPE, MINNESOTA 1992 Opening Time: 11:30 A.M., C.D.S.T. Opening Date: Friday, June 5, 1992 Honorable City Council City of New Hope 4401 Xylon Avenue 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 - Lift Station No. 3 1 Lift station renovation near 60th Avenue North & Quebec Avenue includes removal and replacement of existing pumps, removal of existing ventilation equipment, and modification of existing piping to provide pumping capabilities, 34141.PRO P -1 No. Item Unit Qty Unit Price Total Price painting and other miscellaneous items covered and implied with the plans and specifications for the Lump Sum of: LS 1 $35,000.00 $2 5,()(a m Total Part 1 - Lift Station No. 3 $35,000.00 Part 2 - Lift Station No. 4 2 Lift station renovation near International Parkway includes the replacement of existing pumps, piping, and valves at the existing station and valve vault with larger sizes, piping modifications include the addition of bypass pumping connections, removing of existing ventilation equipment, painting and other miscellaneous items covered and implied with the plans and specifications for the Lump Sum of: LS 1 $46,000.00 $ 46,OOO M Total Part 2 - Lift Station No. 4 $46,000.00 Part 3 - Lift Station No. 4 Forcemain 3 10" DIP, 0'- 8' deep in place LF 660 $ 30.00 $19,800.00 4 Improved pipe foundation in 6" increment depths LF 660 0.10 66.00 5 Mechanical trench compaction LF 660 0.10 66.00 6 Polyethylene pipe encasement LF 730 0.10 73.00 7 10" D.I.P. jacking LF 70 105.50 7,385.00 34141TRO P -2 No. Item 8 Bituminous surface removal 9 Curb removal 10 Curb replacement 11 Cl. 5 aggregate base 100% crushed 12 Type 31 bituminous base course 13 Type 41 bituminous wearing course 14 AC -1 bituminous material for mix 15 Sod with 4" topsoil 16 Erosion control fence 17 Remove and relocate 6" dia. trees Total Part 3 - L.S. No. 4 Forcemain Total Part 1 - Lift Station No. 3 Total Part 2 - Lift Station No. 4 Total Part 3 - L.S. No. 4 Forcemain Total Base Bid Alternate Equipment Bids 1 Item Manufacturer Add or Deduct 2 Item Manufacturer Add or Deduct 3 Item Manufacturer Add or Deduct Unit Qty Unit Price SY 100 $ 3.00 LF 20 10.00 LF 20 15.00 TN 20 20.00 TN 20 40.00 TN 15 40.00 TN 2 105.00 SY 4,000 1.50 LF 200 2.00 EA 6 200.00 Total Price $ 300.00 200.00 300.00 400.00 800.00 600.00 210.00 6,000.00 400.00 $ 35,000.00 $ 46,000.00 $118,800.00 34141.PRO P -3 The final amount of the contract shall be determined by multiplying the final measured quantities of the various items actually constructed and installed by the unit prices therefor, in the manner prescribed in the specifications. However, the low bidder shall be determined by adding the sums resulting from multiplying the quantities stated by the unit prices bid therefor. Accompanying this bid is a bidder's bond certified check or cash deposit in the amount of $ five percent 5 %) of amount bid which is at least five percent (5 %) of the amount of my /our bid made payable to the Owner, and the same is subject to forfeiture in the event of default on the part of the undersigned or failure on the part of the undersigned to execute the prescribed contract and 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 Cornoratio -n Rice Lake Contracting Corp. (An Individual) Name of Bidder (A Partnership) (Signed) Luke T. Spalj Signer Vice President Title Luke T. Spalj Printed Name of Signer 34141TRO P_4 16 2'x2 d Stake 2 Per Sala 2 Rowe of Sales Placed on Edge = \ \` � / « . St. Pout, Minnesota m �W � Nowt Omm Support post anchorage in—situ soil Bonestroo Rosene Anderlik & Associates Engino*rs & Architocto St. P&Ut Minn"Oft x wood stakes 8' Maximum spacing Engineering fabric, Mirafi *Envirofenc " e or equal. W 3: Fabric anchorage trench z ac ill trench with tamped natural soil D71recf'On o f runOff n C14 zw Support post anchorage in—situ soil B• ft Attach fabric fit: support posts with loth and staples Bonestroo Rosene Anderlik & Associates Engino*rs & Architocto St. P&Ut Minn"Oft B• ft Attach fabric fit: support posts with loth and staples Bales placed on edge. 'butted tight. in 2'k 2" Wood sta 2 per bale • NOTE: Pt. A to be higher than Pt. B Earth fill f low UO 2w A . PROFILE Em Bonestroo , Rosene. Anderlik a Assoc., Inc. Consulting Engineers St. Paul , Minnesota EROSION L CONTROL I SP 64 SPECIA DETAILS NM7� ; •'� M •• • � Fifff!=� v Bc" Denotes outside diameter • Pipe Barrel Bc 4 d o Variable nwr=- 6" Pay I ncrements 6" (Typical) -Coarse Filter Aggregate (Mn DOT Spec, 3149H Modified) Bonestroo, Rosene, Anderlik 8 Assoc. Inc. Consulting Engineers St. Paul, Minnesota STANDARD DETAILS IMPROVED FOUNDATIOV FOR RCP, VCP a DIP Revisions Plate No. JAN. 1986 i 1-25A 24,000.9-1. CONSTRUCTING CATCH BASINS: Constructing catch basins as shown on the plans will be paid for at the Contract Unit Price per catch basin which shall include furnishing and placing the catch basin frame and grating. 24,000.9.J. IMPROVED PIPE FOUNDATION: Authorized granular materials for improving pipe foundation in place shall be paid for at the Contract Unit Price per lineal foot for each six inch layer placed below pipe bedding. 24,000.9.K. SAND CUSHION: Granular material for a sand cushion in place in rock excavation shall be paid for at the Contract Unit Price per ton. 24,000.9.L. DROP INLET PIPE: Drop inlets in place shall be paid for at the Contract Unit Price per linear foot which shall be payment in full for the ex- tended manhole base, encasement, drop pipe, cast iron tee, cast iron pipe and concrete collar. Payment shall be made for sewer pipe from center to center of all manholes as per Section 24,000.8.C. when cast iron pipe is extended for drop inlets. 24,000.9-M. SPECIAL STRUCTURES & APPURTENANCES: Basis of payment for special structures and appurtenances not included above shall be stated in the "Special Provisions," "Specific Requirement," and "Proposal". 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. pfflm�$* 24,000.8.K. SPECIAL STRUCTURES & APPURTENANCES: special structures and appurtenances not included above the "Special Provisions," "Specific Requirements," and 24,000.9. BASIS OF PAYMENT: Methods of measurement for shall be as stated in "Proposal." 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. 24,000.9.0. SEWER PIPE WITH BEDDING IN PLACE: Sewer pipe in each diameter and classification furnished and installed will be paid for at the Contract Price per linear foot which shall include payment for trench excavation and backfilling and associated pipe bedding. 24,000.9.D. DUCTILE IRON PIPE: Ductile iron pipe will be paid for at the Contract Unit Price per linear foot for each type and diameter of, pipe fur- nished which shall include payment for trench excavation and backfill. 24,000.9.E. WYE Price for each unit posal. BRANCHES: Wye branches will be paid for at the Contract Unit furnished and installed of the size specified on the Pro- 24,000.9.F. SERVICE RISER PIPE: Service riser pipe will be paid for at the Contract Unit Price per linear foot for the vertical distance from the center- line of the sewer to the top of riser. Concrete reinforcement of the main sewer and riser pipe as described in Section 24,000.4.B. shall be considered as incidental and will not constitute a pay item. 24,000.9.G. CONSTRUCTING MANHOLES TO DEPTH OF EIGHT FEET: Constructing of manholes to a depth of eight (8) feet will be paid for at the Contract Unit Price per manhole which shall include furnishing and placing the manhole frame and cover. This section also applies to all catch basin manholes and catch basins. 24,000.9.H. CONSTRUCTING MANHOLES TO A DEPTH GREATER THAN EIGHT FEET: Con- structing of manholes to a depth greater than eight (8) feet will be paid for at the Contract Unit Price per manhole plus the unit price per linear foot for each foot of depth that is greater than eight feet. This section also applies to all catch basin manholes and catch basins. 24,000-18 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000.8.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. 24,000.8-0. SEWER PIPE WITH BEDDING: Sewer pipe of each diameter and classi- fication furnished and installed with associated pipe bedding will be measured separately by length in linear feet. Measurement will be made along the cen- terline of the sewer and from center to center of all manholes, catch basins or junction fittings. Where bends, tee manholes, flared end sections or other special shapes are in- stalled, the length of pipe replaced by these structures shall be deducted from the distance from center of manhole to center of manhole for pay purposes. The special structures will be paid for as separate bid items. 24,000.8.D. ' SERVICE CONNECTION: Wyes and tee branches of each diameter and classification furnished and installed will be measured as a unit. 24,000.8.E. SERVICE RISER PIPE: Sewer pipe used for service risers of each diameter and classification furnished and installed will be measured separate- ly by vertical length in linear feet from the centerline of the sewer to the top of the last riser section. 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. 24,000.8.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 low- est invert of the manhole to the invert of the pipe being served by the drop inlet. 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. ROMMMM 24,000.6.J. CLEANING UP: Surplus pipe line material, tools and temporary structures shall be removed by the Contractor, and all dirt, rubbish, caused by his operations and excess earth from excavations shall be hauled to a dump provided by the Contractor and the construction site shall be left to the sat- isfaction of the Engineer. Clean up and restoration shall include the replacement and restoration of all street signs, mailboxes, posts, fences and similar items disturbed by the con- struction described herein. Unless otherwise noted in the Special Provisions or Proposal all items of clean-up and restorations shall be considered inci- dental to the contract with no additional compensation allowed. mvqtr� TESTING PIPE LINES 24,000.7.A. INFILTRATION IN SEWERS: Upon completion of the sever construc- tion, leakage tests shall be made to determine the amount of ground water in- filtration into the severs. Measurements will be made by means of 90' V-notch weirs placed in the lines. Measurements shall be taken at all points where, in the opinion of the Engineer, the flow of water in the sewers is greater than the maximum allowable leakage. Tests may be taken between individual manholes and the infiltration in any given line shall not exceed the specified maximum allowable rate. The maximum allowable rate of leakage shall not exceed 100 gallons per mile per inch diameter of pipe per day. The Contractor shall furnish the weirs and other material and the labor for placing the weirs in the sewers and shall assist the Engineer in making the measurements. The Contractor shall receive no additional compensation for making the leakage tests or corrective work necessary to reduce leakage below the maximum allowed by the specifications. 11i it 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. 24,000-16 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000.6.E. PROCEDURE WHERE NO SETTLEMENT IS ALLOWABLE; (Type "d") Succeed- ing layers of backfill shall be made of selected materials meeting require- ments as set forth in the "Specific Requirements." This type of backfilling shall be placed in uniform layers, before compaction, of approximately 6 inches, tamped by mechanical means to the density specified in the Specific Requirements. 24,000.6.F. DENSITY TESTS: Density tests will be performed by an approved soils testing firm at various< locations and depths throughout the project as directed by the Engineer. The Contractor shall cooperate fully and provide assistance as necessary to complete these tests with no additional compensa- tion being made to the Contractor. All testing costs pertaining to passing tests shall be paid for by the Owner. All testing costs pertaining to failing tests will be charged to and paid for by the contractor. Where areas have not been compacted sufficiently to meet specific density re- quirements, these areas shall be excavated and recompacted until the density requirements are met. All cost for the work associated with recompaction shall be the Contractor's sole responsibility. 24,000.6.G. DEFICIENCY OF BACKFILL, BY WHOM SUPPLIED: Any deficiency in the quantity of material for backfilling the trenches, or for filling depressions caused by settlement, shall be supplied by the Contractor with no extra com- pensation allowed. Any settlement which occurs shall be refilled by the Con- tractor. Material shall be provided at the Contractor's expense and the ma�e- rial shall be approved by the Engineer. 24,000.6.H. DISPOSAL OF EXCESS MATERIALS AND DEBRIS: Unless otherwise speci- fied, 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 ex- pense 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 Con- tractor must obtain from the Owner of such land written permission for such dumping and a waiver of all claims against the Owner for any damage to such land which may result therefrom together with all permits required by law for such dumping. A copy of such permission, waiver of claims and permit shall be filed with the Engineer before said disposal is made. 24,000.6.1. RESTORATION OF SURFACE: All surfaces disturbed during the con- struction period, whether caused by actual excavation, 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 instruc- tions pertaining to any particular section of the project will be outlined in the "Special Provisions." 1/88-2400OG Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000-15 24,000.6. BACKFILLING, CLE UP & MAINTAINING SURFACES: 24,000.6.A. BACKFILLING PROCEDURE AT PIPE ZONE: All trenches and excavations shall be backfilled immediately after pipe is laid therein. For backfill up to a level of one foot over the top of the pipe, only selected materials free from rock, boulders, debris or other high void content substances, shall be used. The backfilling shall be placed completely under the pipe haunches in uniform layers not exceeding 4 inches in depth. Each layer shall be placed, then carefully and uniformly tamped to eliminate the possibility of lateral displacement and to provide uniform support completely under the pipe haunches. The backfill material shall be moistened if necessary, tamped in 4 inch layers and thoroughly compacted under and on each side of the pipe to provide solid backing against the external surface of the pipe. The installation and backfilling of polyvinyl chloride pipe shall be in accor- dance with A.S.T.M. D-2321 with special attention given to compacting the backfill material around the pipe to at least 95 percent of maximum density to a distance of one foot above the top of the pipe. 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 mate- rials and other similar articles whose presence in the backfill would cause excessive settlement. This type of backfilling may be accomplished above the pipe zone by any mechanical means or otherwise, at the option of the Contrac- tor. 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 "b") Succeeding layers of backfill may contain coarser materials and shall be free from pieces of rock, concrete or clay lump more than one cubic foot in volume, roots, stumps, tin cans, rubbish, frozen materials and other similar articles whose presence in the backfill 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 mechani- cal 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") Succeed- ing 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 approxi- mately 6 inches, tamped by mechanical means to the density specified in the Specific Requirements. 1/88-2400OG Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000-14 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 lo- cation, depth to top of riser, type of connection provided, etc. Location shall be made in respect to nearest manhole center, downgrade from the ser- vice. This record shall be turned over to the Engineer at the end of each week. 24,000.5. 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 EXCAVATION__;_ manholes and catch basins as shown in detail on the plans. 24,000.5.0. 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. 24,000.5.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 man- holes 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 15Z by volume of cement. Mortar used for laying concrete block shall consist of one part Port- land cement to two parts of sand to which lime or mortar mix may be added not to exceed fifteen percent (15Z) by volume of cement. 24,000.5.E. MANHOLE STEPS: Manhole steps shall be of the type as specified in Section 24,000.2.3. 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. 24,000-13 1/88-2400OG Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000.3.E21. Bell Ends to Face Direction of Laying: Pipe laying shall pro- ceed upgrade with spigot ends pointing in the direction of flow. 24,000.3.E22. Railroad & Highway Crossing: When any railroad or highway is crossed, all precautionary construction measures required by the railroad or highway shall be followed. Railroad or highway crossings shall be Jacking or tunneling and construction and permit requirements shall be as stated in the "Specific Requirements". 24,000.3.E23. Unsuitable conditions for Laying Pipe: No pipe shall be laid in water or when the trench conditions are unsuitable for such work. 24,000.3.E24. Jointing: Joints for vitrified clay and concrete pipe shall be made by wiping the joints clean, applying the manufacturer's recommended lubricant compound over the entire joint surface and then inserting the spigot end into the bell with sifficient force to properly seat the pipes. Joints for polyvinyl chloride pipe shall be made by the use of a solvent cement or pushon rubber gaskets. All jointing procedure shall be in accordance with the recommendations of the pipe manufacturer. After joints are made, any superfluous material inside the pipe shall be re- moved by means of an approved follower or scraper. All joints must be water- tight, and any leaks or defects discovered must be immediately repaired. Any pipe which has been disturbed after being laid must be taken up, the joint cleaned and properly relaid as directed by the Engineer. Joints connecting cast iron pipe with concrete or clay pipes shall be made with a concrete collar completely surrounding the joint or approved adapter. Where a sever line outlets to grade or flared end section, the Contractor joints together by the use of "U" bolt the pipe manufacturers. where the line is terminated with a shall fasten at least the last three (3) fasteners approved and as recommended by 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 45 angle from horizontal. Vitrified or other suitable plugs shall be provided for the openings. Plugs shall be in- stalled with Atlastic 77, Sonolastic Sealant or equal joint material or shall be specifically designed for the opening to be plugged. 24,000.4,8. 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 stan- dard 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. 24,000-12 1/88-2400OG Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. At all dangerous intersections, bypasses, and intercepting roads, the Contrac- tor shall at his own expense furnish, erect and maintain such warning barri- cades as are necessary and required by the Engineer, and he shall place and maintain acceptable warning lights at each. It shall be the Contractor's re- sponsibility to check and inspect all lights and barricades at all times in- cluding Sundays and Holidays. He shall maintain the streets in a passable condition, shall conduct his work so as to create a minimum amount of incon- venience to traffic and shall furnish not less than two flagmen at each loca- tion where loading or depositing of material requires the turning of the trucks on any state highway or "main street" and where the operation of construction equipment endangers traffic. Temporary suspension of work does not relieve the Contractor of the responsibility outlined in the above requirements. 24,000.3.E14. Property Protection; Trees, fences, poles and all other prop- erty shall be protected unless their removal is authorized; and any property damaged shall be satisfactorily restored by the Contractor, or adequate compensation therefor shall be the responsibility of the Contractor. Where tree trimming is required, all cut surfaces one inch or more in diameter shall be covered with a coat of asphalt paint. 24,000.3.E1 5. No valve or other control on the existing system shall be operated for any purpose by the Contractor without approval of the Engineer and all consumers affected by such operation shall be notified by the Contractor at least an hour before the operation and advised of the probable time when service will be restored. 24,000.3.E16. LunnelinR 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.E17. Manner of_qa,�ling_Pipe & Accessories Into Trench: Proper im- plements, 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.E18. Pipe Ke pt Clean: All foreign matter or dirt shall be removed from the inside of the pipe before it is lowered into its position in the trench, and it shall be kept clean by approved means during and after laying. All matter entering the pipe shall be removed by the Contractor prior to ac- ceptance with no additional compensation allowed. 24,000.3.E19. LUinK 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 en- tering the joint space. 24,000.3.E20. Preventing Trench Water from Entering Pipe: All openings along the line of sever 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 sever. 1/88-240000 Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. PUMMMOM 24,000.3.E8. Solid Rock Excavation Defined: Solid rock excavation shall in- clude such rocks as are not decomposed, weathered or shattered and which will require blasting, barring, wedging or use of air tools for removal. Under this classification shall be included the removal of any concrete or masonry structures (except concrete pavement, curb, gutter and sidewalk) or boulders exceeding one-half (1/2) cubic yard in volume that may be encountered in the work. 24,000.3.E9. Blasting Procedure: Blasting for excavation will not proceed until the Contractor has notified the Engineer of the necessity to do so, such notification shall in no manner relieve the Contractor of the hazards and lia- bility contingent in blasting operations. The hours of blasting will be fixed by the Owner. Any damage caused by blasting shall be repaired by the Contrac- tor at his, expense. The Contractor's methods of procedure relative to blast- ing shall conform to local and state laws and municipal ordinances. 24,000.3.E10. Bell Holes Required: Bell holes of ample dimensions shall be dug in trenches at each joint to permit the jointing to be made properly. 24,000.3.Ell. Braced & Sheeted Trenches: The Contractor shall adequately brace and sheet excavations wherever necessary to prevent caving or damage to nearby property. The cost of this temporary sheeting and bracing, unless pro- vided for otherwise, shall be considered as part of the excavation costs with- out additional compensation to the Contractor. Trench sheeting or bracing shall remain in place until the pipe has been laid, tested for defects and re- paired if necessary, and the earth around it compacted to a depth of one foot over the top of the pipe. Sheeting, bracing, etc. placed in the "pipe zone" (that part of the trench be- low a distance of one foot, above the top of the pipe) shall not be removed without the written permission or written order of the Engineer. Sheeting ordered left in place by the Engineer shall be paid for at the unit price bid. The Contractor may also leave in place, at his own expense, any sheeting or bracing in addition to that ordered left in place by the Engineer necessary to prevent injury or damage to persons, corporations, or property, whether public or private, for which the Contractor under the terms of this contract is liable. 24,000.3.E12. Manner of Piling Excavated Material: All excavated material shall be piled in a manner that will not endanger the work and that will avoid obstructing sidewalks and driveways. Gutters shall be kept clear or other satisfactory provisions made for street drainage. 24,000.3.E13. Maintenai will be permitted to use own expense erect and Contractor shall at his lights and barricades damage. ace of Traffic: When traffic cannot be diverted, it the highway at all times. the Contractor shall at his maintain warning signs and warning barricades. The own expense, place and maintain acceptable warning to protect persons from injury and to avoid property 1/88-24000G Copyright 1.988 Bonestroo, Rosene, Anderlik & Associates, Inc. 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 (5Z) percent of the inside pipe diameter shall be considered failure of the bedding procedure and the Contrac- tor may be required to re-excavate the trench and provide additional compaction along the side of the 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.E4. Correcting Faulty Grade: Any part of the trench excavated below grade shall be corrected with approved material thoroughly compacted without additional compensation to the Contractor. 24,000.3.E5. Improved Pipe Foundation: When the bottom of the trench is soft or where in the opinion of the Engineer unsatisfactory foundation conditions exist, the Contractor shall excavate to a depth to insure proper foundation. The excavation shall then be brought up to pipe grade with thoroughly compacted granular materials meeting Specification 24,000.2.N. No payment will be made for rock installed without the knowledge or consent of the Engineer nor will payment be made for rock installed only for 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 notifi- cation of the Engineer, the Contractor shall be responsible for all repairs and correction of the installation without further compensation. 24,000.3.E6. kiRt_ 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.E7. Pipe Bedding in Rock: Where rock is encountered, the space be- tween the rock and the pipe surfaces shall be backfilled with granular materi- als meeting specification 24,000.2.N. and thoroughly tamped. The material from the trench excavation, other than rock, boulders, peat, silt or other un- acceptable 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. 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000.3.E3.1. Class C -1 Bedding: Where Class C -1 bedding is specified or allowed with existing materials, the trench shall have a bottom conforming to the grade to which the pipe is to be laid. The pipe shall be laid upon sound soil, cut true and even so that the barrel of the pipe will have bearing over at least 50 percent of the pipe width for its entire length. Bell holes shall be excavated to insure that the pipe rests for its entire length upon the bot- tom of the trench. When a uniform trench bottom cannot be formed as speci- fied, Class C -2 bedding shall be used. The contractor may, at his option, elect to use a Class C -2 bedding in lieu of Class C -1 bedding, without any additional compensation allowed therefor. 24,000.3.E3.2. Class C -2 Bedding: Where Class C -2 bedding is specified or allowed, the pipe shall be bedded on granular materials meeting 24,000.2.N specifications. The depth of bedding shall be one fourth of the outside diameter of the pipe barrel, but not less than six inches in accordance with the standard detail plates. 24,000.3.E3.3. Class B Bedding: Where Class B bedding is specified or allowed, the pipe shall be bedded on granular materials meeting 24,000.2.N. specifications. The depth of bedding shall be one fourth of the outside dia- meter of the pipe barrel, but not less than six inches, plus one half of the outside diameter of the pipe barrel all in accordance with the standard detail plate. 24,000.3.E3.4. Class A Bedding: Where Class A bedding is specified or allowed, the pipe shall be bedded in the same manner as for Class C -1 bedding except that 2000 psi concrete shall be placed around the pipe from the bottom of the trench to a point one half the outside diameter of the pipe barrel above the bottom of the trench all in accordance with the Standard Detail Plate. 24,000.3.E3.5. PVC Pipe Bedding: All polyvinyl chloride sewer pipe shall be installed and bedded in accordance with ASTM specification D -2321, "Recom- mended 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" be- low the bottom of the pipe to a point 12" above the top of the pipe. Bedding requirements shall include mechanical compaction of sand and gravel material surrounding the pipe to at least ninety -five (95X) 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. 1/88- 24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. tit 24,000.3.D5. Subsurface Exploration: It shall be the Contractor's responsi- bility to determine and verify the location of existing pipes, valves or other underground structures as necessary to progress with the work with no addi- tional compensation allowed. The Engineer shall make all known records avail- able. All known utilities are designated on the plans in a general way as stated in Section 24,000.3.D2. 24,000.3.D6. 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 expenseto 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.E1. Description: The trench shall be dug to the alignment and depth shown on the plans and only so far in advance of pipe laying as Engineer shall specify. The trench shall be so braced (Section 24,000.3.Ell) 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 Regu- lations 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 Divi- sion of the State Industrial Commission or the requirements of the Occupation- al 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 severs. 24,000.3.E2. 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 mate- rial 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.E3. Pipe Bedding All sever pipe shall be bedded for strength purposes in accordance with the class of bedding specified in the Specific Re- quirements, 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. 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000.3.B2. Responsibility for Safe Storage: The Contractor shall be re- sponsible for the safe storage of material furnished by or to him, and ac- cepted by him, and intended for the work, until it has been incorporated in the completed project. 24,000.3.0. HANDLING PIPE & ACCESSORIES: Pipe and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the project by the Contractor; they shall at all times be handled with care to avoid damage. 24,000.3.D. ALIGNMENT & GRADE & UNDERGROUND, SURFACE & OVERHEAD UTILITIES: 24,000.3.D1. General: All pipe shall be laid and maintained to the required lines and grades; with tees, wyes, catch basins, special structures and man- holes at the required locations; and with joints centered and spigots home. Deviation from grade in excess of 0.05 percent may be cause for removal and relaying pipe at the Contractor's expense. 24,000.3.D2. Existing Utilities: Existing water and sewer mains, and other underground utilities, are shown on the plans only by general location. The Owner does not guarantee that the utilities are complete or that the locations are as shown on the plans, and the Contractor shall be solely responsible for verifying the exact location of each of these utilities, without additional compensation. Prior to the start of any construction, the Contractor shall notify all utility companies having utilities in the Project Area. The Con- tractor shall have sole responsibility for providing temporary support and for protecting and maintaining all existing utilities in the Project Area during the entire period of construction, including but not limited to the period of excavation, backfill and compaction. In carrying out this responsibility, the Contractor shall exercise particular care, whenever gas mains or other utility lines are crossed, to provide compacted backfill or other stable support for such lines to prevent any detrimental displacement, rupture or other failure. 24,000.3.D3. Deviations Occasioned by Other Utility Structures: Wherever ex- isting 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 devia- tion from the grade will be ordered and the change shall be made in the manner directed with extra compensation allowed therefore at unit prices, if appli- cable. 24,000.3.D4. Deviation with Engineer's Consent: No deviation shall be made from the required line or grade except with the written consent of the Engi- neer. 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000.2.M. MORTAR MATERIALS: Mortar used for laying up concrete block or brick manholes or used for plastering lift holes and exteriors of manholes shall consist of Standard Portland Cement Type I, Standard Serial Designation C-150. Lime shall conform to specifications for normal finishing hydrated lime, A.S.T.M. Serial Designation C-6 or specifications for hydraulic hydrated lime for structural purposes, A.S.T.M. Serial Designation C-141. Gradation shall be subject to the approval of the Engineer. 24,000.2.N. GRANULAR MATERIALS: Granular materials used for improved pipe foundation, special pipe bedding, or PVC pipe bedding where improved pipe foundation is required shall meet the requirements of Mn/DOT Specification 3149H, Coarse Filter Aggregate except that hard, durable crushed carbonate quarry rock may also be used. The material shall have the following crushing requirements. Not less than 50Z of the material, by weight, that is retained on the No. 4 sieve shall have one or more crushed faces. Granular materials used for pipe bedding in rock and for PVC pipe bedding where improved pipe foundation is not required shall meet the requirements of Mn/DOT Specification 3149A, Granular Borrow, except that 100Z, by weight, shall pass the 1" sieve. g 02001116iipl; ma 24,000.3.A. INSPECTION: 24,000.3.A1. Of Materials at Fact=. 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.A2. Of Materials at Delivery Point: During the process of unloading, all pipe and accessories shall be inspected by the Contractor for loss or damage in transit. No shipment of material shall be accepted by the Contractor until or unless notation of any lost or damaged material shall have been made on the bill of lading by the agent of the carrier. 24,000.3.A3. Field Inspection: n. All pipe and accessories shall be laid, jointed, tested for defects and for infiltration in the manner herein speci- fied as directed by the Engineer and subject to his approval. 24,000.3.A4. 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.B1. Responsibility for Material Furnished by Contractor: The Con- tractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that i5 found to be defective in manufacture or that has become damaged after delivery by the manufacturer. 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. ROMMMM suitable access. A minimum of 2 rings and a maximum of four rings of adjustment shall be allowed. All manholes shall be watertight. Pre- cast manhole joints shall be rubber o-ring gasket type. All manhole steps shall be securely and neatly mortared in place. All lifting holes shall be neatly mortared up. Manhole bases may be pre-cast or poured in place. Poured in place bases must be acceptably cured before the manhole sections are placed on the hardened slab. The inverts of all manholes shall be shaped to the half section of equivalent size pipe conforming to the inlet and outlet pipe so as to allow for a free uninterrupted flow with all surfaces sloping to the flow line. Manholes may be supplied with preformed inverts and watertight pipe connections for all lines 15" in diameter or smaller. Preformed inverts will not be allowed where pipe grades are 2 percent or greater unless design grade is built through the manhole. All manholes, catch basin manholes and catch basins shall be constructed in accordance with the detail plates included in the contract documents. Where manhole or catch basin depths are less than 6.5 feet from rim to top of pipe, they shall be built with precast concrete manhole sections and a precast concrete manhole slab with offset opening suitable for street loading. Where manholes are constructed using a precast concrete manhole top slab, the pre-cast section immediately below the slab shall be one (1) foot in height. "Mini-Tee" type precast manhole bottom sections may be used for the installa- tion of all small diameter concrete pipe sewers in lieu of the construction method described above. 24,000.2.K. PRE-CAST SEGMENTAL BLOCK: Eight inch precast segmental radial block may be used for the lower portion of manhole over large diameter pipe and for shallow manholes and catch basins. Concrete used in the manufacture of these blocks shall conform to the requirements of A.S.T.M. "Specifications for Concrete & Masonry Units for Construction of Catch Basins & Manholes", Serial Designation C-139. The exterior of all block manholes shall be plastered with one-half inch of mortar as per Paragraph 24,000.5.D. 24,000.2.L. CONCRETE MATERIALS: Concrete for monolithic concrete manholes and all manhole bases shall consist of Standard Portland Cement Type I, clean washed sand and crushed rock and gravel free from deleterious materials. Portland cement shall conform to A.S.T.M. Specifications, Portland Cement Type I, Standard Serial Designation C-150. Gradation shall be subject to the ap- proval of the Engineer with proper water-cement ratio to obtain a concrete testing not less than 3000 pounds per square inch in 28 days. 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000.2.G4. 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. 24,000.2.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 man- holes 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". 24,000.2.1. MANHOLE STEPS: 24,000.2.11. Cast Iron Manhole Steps: Cast iron manhole steps shall be manu- factured 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. 24,000.2.12. Aluminum Manhole 11f2s. Aluminum manhole steps of a design sim- ilar to the cast iron steps specified may be used. Aluminum manhole steps shall be made of Apex Ternalloy No. 5 aluminum alloy. 24,000.2.13. Pol 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 -PFD 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 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000.2.0. REINFORCED CONCRETE SEWER PIPE: The sewer pipe shall conform to the requirements of the Standard Specifications for Reinforced Concrete Sewer Pipe, A.S.T.M. Designation C-76 of the class designated on the plans and in the Proposal. 24,000.2.D. CORRUGATED METAL PIPE: Corrugated metal pipe shall conform to the Standard Specifications for Corrugated Metal Pipe Culvert .of the A.A.S.H.O. - Specification M-36 with exceptions and additions as noted in Mn/DOT Specification 3226. The kind of base metal and gauge is stated in the "Specific Requirements". If any special coating is required, it will be stated in the "Specific Requirements". 24,000.2.E. DUCTILE IRON PIPE: Ductile iron pipe shall conform with the re- quirements of AWWA Standard E151 of the class and type stated in the "Specific Requirements". All ductile iron pipe shall have mechanical or push-on type joints and shall have a standard thickness cement mortar lining in accordance with AWWA Standard C104. Where ductile iron pipe is used as a pressure line receiving discharge from a pumping station, all joints shall be electrically conductive by use of copper straps or approved conductive gaskets with copper inserts. 24,000.2.F. CAST IRON tings shall be mechanical fittings shall be desi have a standard thickness Standard C104. Ductile are considered equal. FITTINGS: Where ductile iron pipe is furnished, fit- joint in accordance with AWWA Standard C110. All ;ned for 150 psi working pressure. All fittings shall of cement mortar lining in accordance with AWWA iron fittings in accordance with AWWA Standard C-153 24,000.2.G1. �Clad* Pipe: Clay pipe joints shall be rubber or plastic type compression joints in accordance with A.S.T.M. Spec. C-425. Plain-end vitri- fied clay pipe may be used which employ Type B compression couplings in accor- dance with kSTM Specification C594. 24,000.2.G2< LP2oj1yvinyl 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.G3. Concrete Pipe: Reinforced concrete pipe joints shall meet the requirements o_f_ASTM Specification C-361 and shall be the Bureau of Reclama- tion Type R-4. Deformed ' concrete pipe shall be jointed with material similar to Ram-Nek, Hamilton Kent, Kent Seal No. 2 or equal gasket material applied in accordance with manufacturer's recommendations. 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000. SEWERS General Requirements 24,000.1. DESCRIPTION: This work shall consist of the construction of sewers in accordance with the requirements of the Contract. Under the numbering sys- tem used herein numbers 24,000.2 - 24,000.2.N inclusive, deal with Materials; 24,000.3 - 24,000.7.A inclusive, deal with Construction Requirements; 24,000.8 - 24,000.8,1 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 re- quired under his contract and unload, haul and distribute all pipe, castings, fittings, manholes and accessories. The Contractor shall also excavate the trenches and pits to the required dimensions; sheet, brace and support the ad- joining ground or structures where necessary; handle all drainage or ground- water; provide barricades, guards and warning lights; lay and test the pipe, castings, fittings, manholes and accessories; backfill and consolidate the trenches and pits; maintain the surface over the trench; remove surplus exca- vated 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 structure s en- countered in the installation of the work. All the work to completely con- struct the sewer facilities shall be done in strict accordance with the con- tract documents to which these General Requirements are a part. 24,000.1.B. SPECIFICATION REFERENCE: In these General Requirements reference is made to the Minnesota Department of Transportation Specifications which shall mean the "Standard Specifications for Highway Construction" of the Mn/DOT, dated January 1, 1983 and subsequent amendments. 24,000.2- MATERIALS: The materials used in this work shall be new and con- form to tb'.e requirements for class, kind and size of material specified below or as altered or more specifically described in the "Specific Requirements", "Special Provisions" and " Proposal". 24,000.2.A. CLAY PIPE: Clay sewer pipe and fittings shall conform to the re- quirements oT 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. 24,000.2.8. POLYVINYL CHLORIDE SEWER PIPE: Polyvinyl chloride sewer pipe and fittings shall be produced by a continuous extrusion process using Type 1, Grade I material as defined in A.S.T.M. Spec. D-1784. The design, dimensions and wall thickness shall be in accordance with ASTM Spec. D-3034, SDR 35. 1/88-24000G Copyright 1.988 Bonestroo, Rosette, Anderlik & Associates, Inc. 2211. AGGREGATE BASE General Re9AjKtRt!1tR 2211-0. SPECIFICATION REFERENCE: section 2211 of the State of Minnesota Department of Transportation 'Standard Specifications for Construction,* 1988 Edition and all amendments thereto shall apply except as modified or altered in the following General Requirements. 2211.1. DESCRIPTION: This work shall consist of constructing one or more courses of aggregate base on a prepared subgrade. 2211.2.1. AGGREGATE: The class of aggregate to be used in each course will be shown on the plans or indicated in the Proposal and will meet the requirements of Mn/DOT Specification 3138. 2211.3. CONSTRUCTION REQUIREMENTS Construction requirements shall be in conformance with Mn?DOT Specification 2211.3 with the following specific requirements. 2211.4. METHOD OF MEASUREMENT: Aggregate base of each class will be measured as indicated in the Proposal by weight in tons of material deposited on the roadway. 2211.5. BASIS OF PAYMENT: Payment for aggregate base at the contract prices per unit of measure shall be compensation in full for all costs incidental to the construction. No direct payment will be made for water used in conjunction with the mixing, placing and compacting operations. ITEM NO. ITEM UNIT 2211.501 Aggregate Base, Class _ Ton 3/89-GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. 2. All performance and design characteristics and unit identification such as model and serial numbers. l : loll 11 4. Complete instruction on lubrication, testing, balancing, etr- 6. Step-by-step instructions for repair or overhaul. 3CIMMI C. Each manual shall be specifically for the items actually installed. Rbere manuals show a number of models or options, the manual shall be clearly marked to indicate what was furnished and which instructions apply to the furnished unit. D. Superfluous information pertaining to other models, options, etc., not furnished shall be clearly crossed out or otherwise eliminated. Failure to meet this section of the specifications will result in payment reduction. End of Section 34141 1300-7 3. Affix stamp and initials or signature, and indicate requirements for resubmittal, or review of submittal. Engineer's action on submittals is classified as follows: a. "No Exception Taken" - submittal has been reviewed and appears to be in conformance to design concept of Project and Contract Documents. Contractor may proceed with fabrication of work detailed in submittal. b. "Make Noted Corrections" - submittal has been reviewed and appears to be in conformance to design concept of Project ant Contract Documents, except as noted by Engineer. Contractor may proceed with fabrication of work detailed in submittal with modifications and corrections as indicated by Engineer. C. "Amend and Resubmit" - submittal has been reviewed an appears not to be in conformance to design concept of Project of with Contract Documents. Contractor shall not proceed with fabrication of work detailed in submittal, but instead shall make any corrections required by Engineer and resubmit for review. \ C. Manufacturer. 5. Identification of product, with specification section number, equipmen! number and/or tagnumber. 7. Relationship to adjacent or critical features of work or materials. 8. Applicable standards, such as ASTM or other specification numbera 11. Unless the precise color and pattern is specifically described in the Contract Documents, and whenever a choice of color or pattern is available in a specified product, submit accurate color and pattern charts • the Engineer for fcview and selection. ( - 2. A 4P x 4" blank space for contractor and Engineer Stanipl. 13. Indication of contractor's approval, dated and signed, with wording similar to the following: Approved to be in conformance with the requirements of the Contra' Documents". I E3. Shop drawings stamped "amend and resul shall be corrected and revised. Resubmittals shall be made as required for initial submittal. Resubinittals shall have all changes which have been made, including those other than requested by Engineer indicated, 2. Return reviewed submittals to the contractor within 21 days after receipt of submittals. 34141 1300-5 4. Names of. a. Contractor. 34141 1300-4 C. The schedule I shall be made up in cooperation with all subcontractors and key material suppliers, and shall be coordinated with any other contractors on the site. The contractor's project coordinator or superintendent, who will be in direct charge of the work shall have • active part in making up the schedule. WIN ME D, Prior to preparation, the schedule shall be outlined to the Engineer for agreement of arrangement, format and level of detail. This shall include, but not be limited to, shop drawing submittal and approval, fabrication and delivery, construction activities separated by trades, Owner and Engineer activities, startup and testing of all equipment, and cleanup. F.. If the plan as presented does not meet parameters or is unacceptable as noted above, it shall be replanned as necessary until a satisfactory construction schedule can be produced. A� Upon completion of the initial construction schedule, the contractor shall, within ten (10) working days, establish a dollar v!iue for each cost-related activity identified in the construction sched B. Dollar values shall total contract amount and breakdown shall be subject vt approval of Engineer. 'Upon approval 'by Engineer, this breakdown shall be considered the approved itemized breakdown of costs for the contract. -related activities shall be updated as the constructin Dollar • o values of cost schedule is updated, as described above, to show an accurate dollar value completed during progression of the work. A. Shop drawings shall be presented in clear and thorough manner, complete with respect to dimensions, design criteria, materials of construction, and like information to enable Engineer to review the information • required. Details shall be identified by reference to sheet and detail, schedule or locations shown on contract drawings. 34141 1 300-3 A. Prior to each submittal, carefully review and coordinate all aspects of each item being submitted and verify that each item and the submittal for it conforms in all respects with the requirements of the Contract Documents. Affixing the contractor's signature to each submittal, certifies that this coordination has been performed. B. All products proposed for use, including those specified by required attributes and performance, shall require approval by the Engineer before being incorporated into the work. E. Where the phrase "or equal" occurs in the Contract Documents, do not assume that materials, equipment, or methods willbe approved as equal unless the item has been specifically approved for this work by the Engineer. rdmmr' { i" Ural im I; A. Submit after Award of Contract and befo - J B. The construction schedule shall consist of a detailed construction schedule shown as a bar graph listing critical dates. 34141 1300 ®z N W, VA, B. To insure that products are furnished and installed in accordance with design intend, procedures have been established for advance submittals of design data and product information and for their review • the Engineer. C. Make all submittals required • the Contract Documents, and revise and resubmit as necessary to establish compliance with the specified requirements. Individual requirements for submittal contents are described in various technical sections of the Contract Documents. 3. Material or product tests required by individual technical sections. R�� I �4 Operation and maintenance manuals. 34142 1300-1 9 UNITED STATES FIDELITY AND GUARANTY COMPANY P.O. Box 1138 BALTIMORE, MARYLAND 21203 At a regular meeting of the Board of Directors of United States Fidelity and Guaranty Company, held at the office of the Company in the City of Baltimore, State of Maryland, on Tuesday, March 26, 1991, at which a quorum was present, the following resolution was adopted: RESOLVED, that the facsimile, typewritten or mechanically reproduced signature of any Officers and the seal of this Company, whether heretofore or hereafter, wherever appearing upon a certified copy of any Power of Attorney issued by this Company, shall be treated the same as handwritten signature and affixed seal, such certification may be by the facsimile signature of any Assistant Secretary of the Company. I,� John F. Hoffen, Jr., Secretary of United States Fidelity and Guaranty Company, do hereby certify that the foregoing is a true and correct copy of a resolution adopted by the Board of Directors of United States Fidelity and Guaranty Company at a meeting held on March 26, 1991 at which a quorun was present and voted, and that such resolution is now in full force and effect. Given under my hand and the seal of United States Fidelity and Guaranty Company this 16th day of June, 1992 i L ecretary S UNITED STATES FIDELITY AND GUARANTY COMPANY P.O. Box 1138 BALTIMORE, MARYLAND 21203 At a regular meeting of the Board of Directors of United States Fidelity and Guaranty Company, held at the office of the Company in the City of Baltimore, State of Maryland, on Tuesday, March 26, 1991, at which a quorum was present, the following resolution was adopted: RESOLVED, that the facsimile, typewritten or mechanically reproduced signature of any Officers and the seal of this Company, whether heretofore or hereafter, wherever appearing upon a certified copy of any Power of Attorney issued by this Company, shall be treated the same as handwritten signature and affixed seal, such certification may be by the facsimile signature of any Assistant Secretary of the Company. 1, John F. Hoffen, Jr., Secretary of United States Fidelity and Guaranty Company, do hereby certify that the foregoing is a true and correct copy of a resolution adopted by the Board of Directors of United States Fidelity and Guaranty Company at a meeting held on March 26, 1991, at which a quorun was present and voted, and that such resolution is now in full force and effect. Given under my hand and the seal of United States Fidelity and Guaranty Company this 16th day of June, 1992 ecretary CORRIOK LAW OFFICES, PA. WILLIAM J, OORRICK STEVEN A. SONDRALL, P.A. STEVEN XSONDRALL MICHAEL R. LAFLEUR MARTIN P. MALEOHA WILLIAM C. STRAIT C01UUCK & SONDF.AIL 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 RE: Sanitary Sewer Lift Station Project No. 491 Nos. 3 and 4 Renovation Dear Val: LEGAL A885TANTS 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, 4 Martin P. Malecha s3f Enclosures CERTIFICATE OF INSURANCE - WORKERS' COMPENSATION & LIABILITY ONLY certificate is issued as a matter of information only and confers no rights upon the certificate holder. certificate does not amend, extend or alter the coverage afforded by the policies listed below. Limits 'rn may have been reduced by paid claims. ;Ct: LIFT STATION NO. 3 & 4 RENOVATION, CITY OF NEW HOPE -PROJ. #491 FILE #34141 ificate Holder CITY OF NEW HOPE ress: 4401 XYLON AVENUE NORTH NEW HOPE MN 55428 i /Engr: red: RICE LAKE CONTRACTING CORP. Address DEERWOOD, MN 56444 it: COBB STRECKER DUNPHY & ZIMMERMANN, INC. Address 150 SO. 5th ST., SUITE 2000 MINNEAPOLIS, MN, 55402 :KERS' COMPENSATION ;y No. 00 657 5911 Effective Date 02/01/92 Expiration Date 02/01/93 rance Company AMERICAN CASUALTY COMPANY ERAGE - Workers' Compensation, Statutory. Employers' Liability Limit 100,000 Each Accident $500,000 Disease Policy Limit $100,000 Disease Employee Limit ERAL LIABILITY ;y No. 60 657 5913 Effective Date 02/01/92 Expiration Date 02/01/93 rance Company AMERICAN CASUALTY COMPANY ) Claims Made (X) Occurrence () Owner's & Contractor's Protective () Other [TS: ;ral Aggregate Limit (Other Than Products - Completed Operations) $1,000,000 ucts - Completed Operations Aggregate Limit $1,000,000 )nal & Advertising Injury Limit $1,000,000 . Occurrence Limit $1,000,000 ERAGE PROVIDED: ations Of Contractor ations Of Sub- Contractor(Contingent) Personal Injury Include ns Related To Employment? pleted Operations /Products ractual Liability (Broad Form) ptions: YES Governmental Immunity Is Waived YES Property Damage Liability Includes: Damage Due To Blasting YES Damage Due To Collapse YES Damage Due To Underground Facilities YES Broad Form Property Damage YES YES YES YES YES 'OMOBILE LIABILITY ;y No. 60 657 5913 Effective Date 02/01/92 Expiration Date 02/01/93 rance Company VALLEY FORGE INSURANCE COMPANY kny Auto (X) All Owned Autos ( ) Scheduled Autos (X) Hired Autos (X) Non -Owned Autos [TS: ly Injury $ Each Person $ Each Occurrence -OR- erty Damage $ Each Occurrence Combined Single Limit $1,000,000 Each Occurrence IRELLA EXCESS LIABILITY ;y No. 80 657 5912 Effective Date 02/01/92 Expiration Date 02/01/93 , Company TRANSCONTINENTAL INSURANCE CO. [TS: Single Limit Bodily Injury $2,000,000 Each Occurrence And Property Damage $2,000,000 Aggregate ERAGE PROVIDED: ies in excess of the coverages listed above for Employers' Liability, General Liability, and Automobile ility. YES any deductibles applicable to bodily injury or property damage on any )" the above coverages? list. NO J t $ NT CARRIES ERRORS AND OMISSIONS INSURANCE? YES Id any of the above described policies be cancelled before the exp dat r t of, the issuing )any will mail 30 days written notice to the parties to whom thi ct led. d at MPLS MN On 06/15Y92-,, A By- t�`°ti �''�.� j vm, INC. 2. <� UTE , 150 � " - H FIFTH STREET INNEAK, , MN 55402 CERTIFICATE OF INSURANCE - WORKERS' COMPENSATION & LIABILITY ONLY certificate is issued as a matter of information only and confers no rights upon the certificate holder. certificate does not amend, extend or alter the coverage afforded by the policies listed below. Limits ✓n may have been reduced by paid claims. CCt: LIFT STATION NO. 3 & 4 RENOVATION, CITY OF NEW HOPE -PROD. #491 FILE #34141 !if icate Holder: CITY OF NEW HOPE ress: 4401 XYLON AVENUE NORTH NEW HOPE MN 55428 1 /Engr: red: RICE LAKE CONTRACTING CORP. Address DEERWOOD, MN 56444 nt: COBB STRECKER DUNPHY & ZIMMERMANN, INC. Address 150 SO. 5th ST., SUITE 2000 MINNEAPOLIS, MN, 55402 �KERS' COMPENSATION wy No. 00 657 5911 Effective Date 02/01/92 Expiration Date 02/01/93 rance Company AMERICAN CASUALTY COMPANY rERAGE - Workers' Compensation, Statutory. Employers' Liability Limit 100,000 Each Accident $500,000 Disease Policy Limit $100,000 Disease Employee Limit - No. 60 657 5913 Effective Date 02/01/92 Expiration Date 02/01/93 rance Company AMERICAN CASUALTY COMPANY ) Claims Made (X) Occurrence () Owner's & Contractor's Protective () Other ITS: eral Aggregate Limit (Other Than Products - Completed Operations) $1,000,000 tucts - Completed Operations Aggregate Limit $1,000,000 onal & Advertising Injury Limit $1,000,000 i Occurrence Limit $1,000,000 FERAGE PROVIDED: rations Of Contractor rations Of Sub- Contractor(Contingent) Personal Injury Include ms Related To Employment? pleted Operations /Products tractual Liability (Broad Form) .ptions: YES Governmental Immunity Is Waived YES Property Damage Liability Includes: Damage Due To Blasting YES Damage Due To Collapse YES Damage Due To Underground Facilities YES Broad Form Property Damage FOMOBILE LIABILITY -y No. 60 657 5913 Effective Date 02/01/92 Expiration Date 02/01/93 rance Company VALLEY FORGE INSURANCE COMPANY YES YES YES YES YES Any Auto (X) All Owned Autos ( ) Scheduled Autos (X) Hired Autos (X) Non -Owned Autos ITS: ly Injury $ Each Person $ Each Occurrence -OR- ierty Damage $ Each Occurrence Combined Single Limit $1,000,000 Each Occurrence 3RELLA EXCESS LIABILITY y No, 80 657 5912 Effective Date 02/01/92 Expiration Date 02/01/93 rance Company TRANSCONTINENTAL INSURANCE CO. ITS: Single Limit Bodily Injury $2,000,000 Each Occurrence And Property Damage $2,000,000 Aggregate 'ERAGE PROVIDED: lies in excess of the coverages listed above for Employers' Liability, General Liability, and Automobile lility. YES any deductibles applicable to bodily injury or property damage on any of /he above coverages? r, list. NO Amoun $ :NT CARRIES ERRORS AND OMISSIONS INSURANCE? YES If ild any of the above described policies be cancelled before the expir pany will mail 30 days written notice to the parties to whom this ert :d at MPLS MN On n d to th r f, the issuing is SUITE S 0 30, ' a pp F r, STREET CERTIFICATE OF INSURANCE - WORKERS' COMPENSATION & LIABILITY ONLY certificate is issued as a matter of information only and confers no rights upon the certificate holder. certificate does not amend, extend or alter the coverage afforded by the policies listed below. Limits in may have been reduced by paid claims. ect: LIFT STATION NO.3 & 4 RENOVATION, CITY OF NEW HOPE -PROJ. #491 FILE #34141 ::ificate Holder: CITY OF NEW HOPE Tess: 4401 XYLON AVENUE NORTH NEW HOPE MN 55428 Z /Engr: 'Ired: RICE LAKE CONTRACTING CORP. Address DEERWOOD, MN 56444 nt: COBB STRECKER DUNPHY & ZIMMERMANN, INC. Address 150 SO. 5th ST., SUITE 2000 MINNEAPOLIS, MN, 55402 ZKERS' COMPENSATION - No. 00 657 5911 Effective Date 02/01/92 Expiration Date 02/01/93 rance Company AMERICAN CASUALTY COMPANY TERAGE - Workers' Compensation, Statutory. Employers' Liability Limit 100,000 Each Accident $500,000 Disease Policy Limit $100,000 Disease Employee Limit dERAL LIABILITY ay No. 60 657 5913 Effective Date 02/01/92 Expiration Date 02/01/93 rance Company AMERICAN CASUALTY COMPANY ) Claims Made (X) Occurrence (} Owner's & Contractor's Protective () Other ITS: oral Aggregate Limit (Other Than Products - Completed Operations) $1,000,000 tucts - Completed Operations Aggregate Limit $1,000,000 onal & Advertising Injury Limit $1,000,000 i Occurrence Limit $1,000,000 'ERAGE PROVIDED: rations Of Contractor rations Of Sub- Contractor(Contingent) a Personal Injury Include ms Related To Employment? pleted Operations /Products tractual Liability (Broad Form) .ptions: YES Governmental Immunity Is Waived YES Property Damage Liability Includes: Damage Due To Blasting YES Damage Due To Collapse YES Damage Due To Underground Facilities YES Broad Form Property Damage FOMOBILE LIABILITY -y No. 60 657 5913 Effective Date 02/01 /92 Expiration Date 02/01 /93 ranee Company VALLEY FORGE INSURANCE COMPANY YES YES YES YES YES Any Auto (X) All Owned Autos ( ) Scheduled Autos (X) Hired Autos (X) Non -Owned Autos ITS: 1y Injury $ Each Person $ Each Occurrence -OR- rerty Damage $ Each Occurrence Combined Single Limit $1,000,000 Each Occurrence 3RELLA EXCESS LIABILITY - No. 80 657 5912 Effective Date 02/01/92 Expiration Date 02/01 /93 ranee Company TRANSCONTINENTAL INSURANCE CO. ITS: Single Limit Bodily Injury $2,000,000 Each Occurrence And Property Damage $2,000,000 Aggregate 'ERAGE PROVIDED: lies in excess of the coverages listed above for Employers' Liability, General Liability, and Automobile �ility. YES any deductibles applicable to bodily injury or property damage on any of the above coverages? r, list. NO Amoyp t $ :NT CARRIES ERRORS AND OMISSIONS INSURANCE? YES ild any of the above described policies be cancelled before the exp' a on dat the .eof, the issuing pany will mail 30 days written notice to the parties to whom thi cer ifi ` t is is ed. ;d at MPLS MN On 06/15/92 By e. C V r SUITS 200 1 t ,_ .tl F H ST MINNEAPO MN X402 CERTIFICATE OF INSURANCE - WORKERS' COMPENSATION & LIABILITY ONLY `' certificate is issued as a matter of information only and confers no rights upon the certificate holder. certificate does not amend, extend or alter the coverage afforded by the policies listed below. Limits in may have been reduced by paid claims. CCt: LIFT STATION NO. 3 & 4 RENOVATION, CITY OF NEW HOPE —PROJ. #491 FILE #34141 'lficate Holder: CITY OF NEW HOPE ress: 4401 XYLON AVENUE NORTH NEW HOPE MN 55428 1 /Engr: red: RICE LAKE CONTRACTING CORP. Address DEERWOOD, MN 56444 nt: COBB STRECKER DUNPHY & ZIMMERMANN, INC. Address 150 SO. 5th ST., SUITE 2000 MINNEAPOLIS, MN, 55402 ZKERS' COMPENSATION -y No. 00 657 5911 Effective Date 02/01/92 Expiration Date 02/01/93 rance Company AMERICAN CASUALTY COMPANY 'ERAGE - Workers' Compensation, Statutory. Employers' Liability Limit 100,000 Each Accident $500,000 Disease Policy Limit $100,000 Disease Employee Limit IERAL LIABILITY wy No. 60 657 5913 Effective Date 02/01/92 Expiration Date 02/01/93 rance Company AMERICAN CASUALTY COMPANY ) Claims Made (X) Occurrence () Owner's & Contractor's Protective () Other ITS: oral Aggregate Limit (Other Than Products - Completed Operations) $1,000,0 "v0 lucts - Completed Operations Aggregate Limit $1,000,000 onal & Advertising Injury Limit $1,000,000 i Occurrence Limit $1,000,000 'ERAGE PROVIDED: rations Of Contractor -ations Of Sub- Contractor(Contingent) > Personal Injury Include ms Related To Employment? pleted Operations /Products :ractual Liability (Broad Form) ;ptions: YES Governmental Immunity Is Waived YES Property Damage Liability Includes: Damage Due To Blasting YES Damage Due To Collapse YES Damage Due To Underground Facilities YES Broad Form Property Damage YES YES YES YES YES - OMOBILE LIABILITY y No. 60 657 5913 Effective Date 02/01/92 Expiration Date 02/01/93 rance Company VALLEY FORGE INSURANCE COMPANY Any Auto (X) All Owned Autos ( ) Scheduled Autos (X) Hired Autos (X) Non -Owned Autos ITS: ly Injury $ Each Person $ Each Occurrence -OR- ierty Damage $ Each Occurrence Combined Single Limit $1,000,000 Each Occurrence 3RELLA EXCESS LIABILITY y No. 80 657 5912 Effective Date 02/01/92 Expiration Date 02/01/93 rance Company TRANSCONTINENTAL INSURANCE CO. ITS: Single Limit Bodily Injury $2,000,000 Each Occurrence And Property Damage $2,000,000 Aggregate 'ERAGE PROVIDED: lies in excess of the coverages listed above for Employers' Liability, General Liability, and Automobile ility. YES any deductibles applicable to bodily injury or property damage on any of th Oabove coverages? list. NO Amount $ ;NT CARRIES ERRORS AND OMISSIONS INSURANCE? YES ild any of the above described policies be cancelled before the expirat ? n ate hereo , the issuing )any will mail 30 days written notice to the parties to whom phis ce tlti at s ;d at MPLS MN On 06/15/92 By a