Loading...
Imp. Proj. #508COUNCIL 1 0 1401 1 ►111 1- • " . • Originating Department City Manager Kirk McDonald By:Management Assistant RESOLUTION AWARDING AND DRAINAGE IMPROVI Approved for Agenda 26 -93 Devemellt & Planning - Item No. IN FOR THE CONSTRUCTION OF 1993 STORM SEWER ZOVEMENT PROJECT NO. 508 On June 28th the City Council approved Resolution No. 93 -98 Approving Plans and Specifications and Ordering Advertisement for Bids for the 1993 Storm Sewer and Drainage Improvements Project No. 508. Bids for the project will be opened on July 22nd and staff is requesting that the Council consider the award of the bid at the July 26th Council meeting. This project includes the original two projects that were approved for the 1993 backyard drainage improvements program: 1. 4224 Flag Avenue North 2. 8821 60 -1/2 Avenue North In addition, staff requested that the Council consider eight additional minor drainage improvements, the majority of which were included in the 1993 Street Improvement Project: 3. Wincrest Apartments 4. Allen Circle /Gettysburg Avenue 5. 60 -12/ Avenue North /Winnetka Avenue 6. Utah Avenue North /62nd Avenue 7. 60 -1/2 Avenue North/Meadow Lake Road 8. 8524 50th Avenue North 9. 4740 Utah Avenue North 10. 3237 Gettysburg Avenue North r • • TO: Review: Administration: Finance: RFA -001 Request for Action Improvement Project No. 508 July 26, 1993 Page -2- The total estimated costs for all projects is $150,0004200,00 and would be funded out of the Storm Sewer Utility Fund. The City Engineer has met with all property owners and described the specific improvement recommended and indicated that necessary easements must be granted to the City at no cost. The Engineer will review all projects and the bids with the Council on July 26th. Staff has prepared the enclosed sample RESOLUTION AWARDING CONTRACT FOR THE CONSTRUCTION OF 1993 STORM SEWER AND DRAINAGE IMPROVEMENTS,IMPROVEMENT PROJECT NO. 508. The final resolution with the low bid, and contractor will be presented at the meeting. CITY OF NEW HOPE RESOLUTION NO. 93 -114 RESOLUTION AWARDING CONTRACT FOR CONSTRUCTION OF 1993 STORM SEWER AND DRAINAGE IMPROVEMENTS IMPROVEMENT PROJECT NO. 508 BE IT RESOLVED by the City Council of the City of New Hope as follows: 1. That bids for the construction of Storm Water Drainage Improvement No. 508 were duly opened at the New Hope City Hall, 4401 Xylon Avenue North, at 11:30 o'clock a.m. on the 23rd day of July, 1993, as heretofore authorized by this Council. 2. That advertisement for bids for the construction of said improvement was published in the New Hope- Golden Valley Sun -Post, the official newspaper of the City, on the 5th Day of July, 1993, and in the Construction Bulletin on the 28th day of June, 1993, and the 5th day of July, 1993. 3. It is hereby found and determined by this Council that the bid of Bituminous Consulting for the construction of said project in the amount of $181,296.00 is the lowest responsible bid submitted for the construction of said improvement; that Bonestroo, Rosene, Anderlik & Associates, Inc., Engineers for the City, have recommended to this Council the said low bid for the award of the contract for the construction to the designated lowest responsible bid. 4. The Mayor and Manager are authorized and directed to enter into an improvement contract for the construction of said improvement in the name of the City with the lowest responsible bidder, subject to the said contractor furnishing a public contractor's surety bond, conditioned as required by law. Adopted by the Council this 26th day of July, 1993. �rz e Mayor Attest: Valerie Leone, City Clerk 9 ADVERTISEMENT FOR BIDS Sealed bids will be received by the City of New Hope, Minnesota in the City Hall at 4401 Xylon Avenue until 11:30 A.M., C.D.S.T., on Friday, July 23, 1993, at which time they will be publicly opened and read aloud for the furnishing of all labor and materials and all else necessary for the following: 1993 Storm Sewer Improvements - Proiect No. 508 2,350 LF 12" - 24" Storm Sewer with miscellaneous bituminous replacement, concrete curb replacement, manholes /catch basins, restoration, and corrulated appurtenances. 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. Mn The City Council reserves the right to retain the deposits of the three lowest bidders for a period not to exceed 45 days after the date and time set for the opening of bids. No bids may be withdrawn for a period of forty -five (45) days after the date and time set for the opening of bids. Payment for the work will be by cash or check. Contractors desiring a copy of the plans and specifications and proposal forms may obtain them from the office of Bonestroo, Rosene, Anderlik & Associates, Inc., upon payment of a deposit of $35.00. See "Information to Bidders" for plan /specification deposit refund policy. The City Council reserves the right to reject any and all bids, to waive irregularities and informalities therein and further reserves the right to award the contract to the best interests of the City. Daniel Donahue, Manager City of New Hope, Minnesota 34162ad • � X J O W a- p o W Z � G > LLJ 41 N LO w O c - o U V) 31V0 NOISIA3N Z LJ 0 L C) L'i LJ cr- Z 4d (0 W L L J a Qf u Llice CLO Hvn 'VIOS3NNOt AO - A.LVIS 3H1 -40, N1 Nil 68H NMYdO N33NION3 - NNOISS3-40hid 03?J310 % IVH-L (INV NOI%kaidns 10321I0 kA 830Nn 80 3Vf AO 8" SVM NYId SIHI i'Mi AJ112130 ka3213H I 0 0 w wa- w LLJ � ui U 0 Ld cq of T U ui a-0 Z z Wi :D 0 � 0- Ln clf L :r F F— V cr CL Z L'i LLJ 0 1 0 () Z7 O C) O 0) CL D Z > LLJ L14 0 V) Qw L'i x Z Z LJ 0 L C) L'i LJ cr- Z 4d (0 W L L J a Qf u Llice CLO Hvn 'VIOS3NNOt AO - A.LVIS 3H1 -40, N1 Nil 68H NMYdO N33NION3 - NNOISS3-40hid 03?J310 % IVH-L (INV NOI%kaidns 10321I0 kA 830Nn 80 3Vf AO 8" SVM NYId SIHI i'Mi AJ112130 ka3213H I 0 0 w wa- w LLJ � ui U 0 Ld cq of T U ui a-0 Z z Wi :D 0 � 0- Ln clf L :r F F— V cr CL Z L'i LLJ 0 1 0 () Z7 O C) O q �is SajS►9088d aN'd '8 `K S1?!bd 809 'ON 103rO8d ,1110 N p �a soEl 'dWl 30VNIVd J(l (INd 2J3M3S M80iS 266t )®U,Ou3 ooi; sauos ` iOS N N i W `3 d O N M3 N LA D - N :✓ _.: .. elf 7j CL bi J G�r Z D Ln 6 o z - yr Z W z Q o ° ° cam, U _ .., > ( w wa z a) o ��° 1�- U _ �oe �_.... s _Q 1 J O Z> o ° �°_m ) 920 Lo N m Zw° Lo r .. O N ol _ U J _ anuany auotfl s �,. s 7 77, .. o' o o c 0 i. co 00' 00 ,,mow w U 1 � LO __anuan a caa v I� o m� Lake k\ W X C > O z p O Q1 X w Y S o O = X O� _1 dt� E- J z t S �- Z LL w y m w pp v p C, ,t • ;; f zz w p �W 0 w m z w N Z Li O X_ [ 1 Z a �� - '- r vw` �O V 0 Z �� (N CL _ Z C- W D D M h _ a F- Oap 0=�0 w ZI m t- Z :2 C..) 0 C) ww LL J Oda w N� ,S •� LL. o 0. Y Lli m ' 00 00 X W . . tV 1 anuany auoo8 r- ,,mow 09 g60zgLK \zgLK \qF \:l z9t'6'£ 'WW00 C66 'oil 'S31MOOSSV $ Mnnow '3N3so?j 'o0itmwe eaXnoa�iyy. �� *d '�S £6 /60 /z 31V0 09Z4t. 'ON '0321 - F66t 6 Alnf VO HVW O3AO?JddV HVW 03NOIS30 'VlOS3NNIW 30 31H15 3H1 j0 S�lAV1 Hl ° &30Nn 88H NMVNO 833NION3 1VN01SS3.306d 03631 10321 kinG V WV 1 - 1VH1 ONV NOISM3dns 1032110 AW 830Nn 80 3W A8 ® ;— ;tyojy q ®JBaUIBU 3-IVO NOISIA36 8" A3A21115 038Vd36d SVM NVId SIHl 1VHl A311830 kB363H I Z O O 99 L anuany DM}auuiM �-- — d0ii .S t *3 — --- - -- O c � to O F � W �r d i— t.L_ W •' ° .zL m Q m d Cam (] W cr S a: Lj 0 U N O o af W H 0 X " – HW-ZW O OO _ o - 14 Din Z m < u - o a 1 LIJ m N a LLJ l LIJ 111 Cn Co X i y�1 anuanV DIU1611A sa}Bioossy 3 (INV '3 'o Siddd � 9 �►�Japuy 809 'ON 103rO8d kilo au8808 ® 'dWl 30VNIV60 (INV J3M3S V48O1S C66 L 00.4sauo8 ` iOS3NNIW `3cdOH M3N z 0 'N 'any p�Jauulm i""- O C N 5 N O ®� V • Z • LLJ W z z O z 99 L "P8 '00 1 W, taaac 'M1W00 C66 om 'S3 mossy R xm34NV '3N3SCI 'OO&ON080 rs /so /� 31YG ON 038 31VO aa�}nvIAm • }nad '}S 09z4t x661 s Alnr H" MAmiddV .—}— f Od 03NOIS30 - 'V10S3NNIW 30 31ViS 3H1� 3Hl 3ONn 68H NMV8G 833NION3 1VN01SS3308d 03831S1032i A'In0 V " I 31V0 N NOISIA38 8V8 k4MnS 03HV 36d SVM� S d NVId SIH11VH1 .131N30 a 8 B }o9 }l 8383H 9 BJaaU1f�U3 glJON anuany auo08 o v I i m C LX Z W U� W _ L'i CD Ar X �K y y O Q Cn C LLJ ncf) Q� © 1 00 Ow - - C>� _ 4-j �OQIil r CN a LO o z CN rn N -- --------- - w r t-W h U W! �� i Z Q V �-- - --- --- -- --- -- U-' CL I— � --- - - ----- -- Z Ld --------- - — - --- x t-+ �V) CT� m - - - - -' ..__ -. -- -- --- -- ---' o -- - -- - LJ� Z t .�3 - ------ - - uj s � _ O s Li - -- - O `y t - - - - -- x1 c r F - -- -- N caw: r � i w k 0 o LLJ z Lli O O LL- LO 930 : l z mpg F- > C) (A V) Ln ry UA Lj n Lo LLJ z LLJ z Lli O O LL- LO 1 LLJ D z Lij Lli < D W D LJ > n ry < LLJ . �/ Ld D z > L z < 'o z LLJ r- z 10- cb < 4-� x 0) Or 0 LJ ui F— Z < z z r) LL) Li ry Li Li 0) (3) Of fy C) z z Li uj m M 0 Z V) 0 Z ii > < > --- - - - - -- — — — — 47th AVENUE "3m3S n8OiS LZ x3 n �i I' cli N T S r 00 LO 04 -Al OY a bi r V) z <�) i < EDQ� S 1+ .11 L < o > o we < > u -J z < V) < W 0 u- < Lj I = Tn �-+-- - V) -;;r -.1 0 C) < Lo U U) Lj < -j Z O Cr) L- o r. co ° 0 07 0 Z V) 0 Z ii > < > --- - - - - -- — — — — 47th AVENUE "3m3S n8OiS LZ x3 n �i I' cli N T S r - - 3nN3Ab OYl3 t � W Q b ' 970 CL �y o SF °" li N "? !' m I D CL W cn w 1; N Z d / LLJ w Z u) a r N N 7 z O- I O� �� 1 ``C Q p n e �OZ� U` CN X Q Q �. M w ao tl �� V) V) 00 4 Lu LO .. N LAJ it 7S 0M0 zoozoLb£�Z9t4£�t£� ZLt4£ 'WF100 £66t 'ONI 'S3IYIOOSbV V XMONV WSOM '�153N08m a ®4n'M!!M! • tnod 'l6 e • t � C B ;"p4 0� 6�A ®U b p j 3 £6 /60 /Z 31V0 O9ZIL 'ON '03N £66l 6 .klnr 31V0 HVIA 03/Oi1ddV _ V10S3NNIW d0 31ViS 311 0 SM 3Hl 83ONn 833NION3 IVNOISS3JONd 03831SI0 N AIM V WV I IY U ONV NOISM3dns 1031310 kA 830Nn 60 3H .W 03HVd36d SVM NYld SAL 1VHl .JU833 .18363H i HVYI 03N01S30 88H NM'v8o 31V0 NOISIA38 8" .13mnS - - 3nN3Ab OYl3 t � W Q b ' 970 CL �y o SF °" li N "? !' m I D CL W cn w 1; N Z d / LLJ w Z u) a r N N 7 z O- I O� �� 1 ``C Q p n e �OZ� U` CN X Q Q �. M w ao tl �� V) V) 00 4 Lu LO .. N LAJ it Right of Entry Across Parcel Drainage & Utility Easement 1 4 Qburch K 1, I A -Of Christ Sr rl**N II.Ij 15 16 8524 07-118-21-13-0001 8624 Not Perm9nent Easements to be described f allowing construction. Right of Entry Across Parcel 33.10' P.I.N. 07-118-21-13-0001 Right of Entry Across Parcel 8536 50th Avenue No. 0 50 100 Scale in feet Ex. 5' Drainage & Utility Y Easemen t 15' 8536 17 18 V 07-118-21-13-0001 8624 Not Perm9nent Easements to be described f allowing construction. Right of Entry Across Parcel 33.10' P.I.N. 07-118-21-13-0001 Right of Entry Across Parcel 8536 50th Avenue No. 0 50 100 Scale in feet Right of Entry for Access Alignment B i 3 F I 0 50 100 Scale in feet 01WE ? M 1 � ? — - Parcel 8811 NOT Permanent Easements to be described following construction. \AO r ' 14 COOPER Flag Avenue North Right of Entry across Porcel 4232 1 4 1 1 15' HERMAN 101. 4224 4232 9 4216 10 ADDITION -------------------------------- -- 1--.- --------- r -------- --------------- --- 1 1z Right of Entry across Parcel 4216 RIDGEVIEW ------------------------------------ Right of Entry across Parcel 4224 Ex. 10' Utility Easements (typ.) NOTE Permanent E sements to be described fol I wing construction. I 1 ------------ - -........ S t i 4 S S l 1 1 1 8 1 1 Ex. 10' Drainage & ,% Utility Easement t Right of Entry across Parcel 3241 { NOTE Permanent Easements to be described following construction. CONSTRUCTION EASEMENT SKETCH eonestroo Rosene NEW HOPE, MINNESOTA FIGURE 4 Anderlik & 1993 STORM SEWER AND DRAINAGE IMP. Associates L \3 \34162 \34162E04 JULY 1993 COMM. 34162 0 5 0 100 Scale in feet Right of Entry I ---Ex. 10' Drainage & Across Parcel 4748 Utility Easement (typ.) 2 3 4748` 3 x 11� 15 ' N i 4740 15' a J 4741 1 2 14 I Right of Entry Right of Entry Across Parcel 4740 Across Parcel 4741 Right of Entry Across Parcel 4740 t I 4732 4733 3 13 t Right of Entry Acros Parcel 47 33 ' 4724 4725 4 12 Right of Entry Ri g ht of Ent Across Parcer 4724 Across Parcel 4725 Right of Entry a Right of Entry Across Parcel 4716 Across Parcel 4717 4716 ' V 4717 5 15_' �, E 1 3 I r NOTE 0 50 100 Permanent Easements to be described following construction. Scale in feet CONSTRUCTION EASEMENT SKETCH Bonestroo I I - " 1 11 I' , 1" 1''1110.1 A " Rosene NEW HOPE, MINNESOTA FIGURE 5 Anderiik b 1993 STORM SEWER AND DRAINAGE IMP. Associates r 5- • L: \34 \34162 \34162E05 JULY 1993 COMM. 34162 8onestroo Bidder Total Base Bid ® Rosen Address Telephone No. Anderilk & Associates Sr. Pwl, A ICN E ' P-1. ° ` """"`" City, State, Zip Fag. No. PROPOSAL 1993 STORM SEWER AND DRAINAGE IMPROVEMENTS CITY PROJECT NO. 508 FILE NO. 34162 NEW HOPE, MINNESOTA 1993 Opening Time: Opening Date: Honorable City Council City of New Hope 4401 Xylon Avenue North New Hope, Minnesota 55428 Dear Council Members: 11:30 A.M., C.D.S.T. Friday, J uly 23, 1993 The undersigned, being familiar with your local conditions, having made the field inspections and investigations deemed necessary, having studied the plans and specifications for the work including Addenda Nos. and being familiar with all factors and other conditions affecting the work and cost thereof, hereby proposes to furnish all labor, tools, materials, skills, equipment and all else necessary to completely construct the project in accordance with the plans and specifications on file with your Clerk and Bonestroo, Rosene, Anderlik & Associates, Inc., 2335 W.Trunk Highway 36, St. Paul, Minnesota 55113, as follows: No. Item Unit Qty Unit Price Total Price Part A - Windcrest Apartments (5700 -5704 Winnetka Avenue) 1 Remove bituminous driveway SY 800 $ $ 2 Remove existing 21" RCP LF 395 $ $ 3 24" RCP, CL 3 LF 395 $ $ 4 4" PE perforated pipe drain LF 20 $ $ 5 Std. MH w/R164213 cstg. (MH -102, 103) EA 2 $ $ 6 Connect to existing CBMH -101 EA 1 $ $ 34162.PRO j . P -1 No. Item Unit Qty Unit Price Total Price 7 Class 5, 100% crushed quarry rock (including excavation) 8 Type 31 bituminous base course 9 Type 41 bituminous wear course 10 Sod with 3" topsoil Total Part A - Windcrest Apartments Part B -Allen Circle /Gettysburg Avenue 11 Connect pipe to existing structure 12 Remove bituminous pavement 13 Concrete curb and gutter 14 Remove concrete curb and gutter 15 12" perforated pipe drain 16 Std.CB w/R3067V(CB- 104,105) (Plate 1 -19) 17 Class 5, 100% crushed quarry rock (including excavation) 18 Type 31 bituminous base course 19 Type 41 bituminous wear course 20 Sod with 3" topsoil Total Part B - Allen Cir. /Gettysburg Ave. Part C - 8524 -50th Avenue 21 Connect pipe to existing structure 22 Remove bituminous driveway 23 12" perforated pipe drain 24 24" dia. yard drain w/R1642 Type C grate 25 Connect 12" to existing CB TN 290 $ $ TN 75 $ $ TN 75 $ $ SY 100 $ $ EA 1 $ $ SY 290 $ $ LF 210 $ $ LF 210 $ $ LF 250 $ $ EA 2 $ $ TN 80 $ $ TN 20 $ $ TN 20 $ $ SY 200 $ $ EA 1 $ $ SY 50 $ $ LF 225 $ $ EA 2 $ $ EA 1 $ $ 34162TRO L P -2 No. Item Unit Qty Unit Price Total Price 26 Class 5 100% crushed quarry rock (including excavation) 27 Type 41 bituminous wear course 28 Shape yard swale 29 Sod with topsoil Total Part C - 8524 -50th Avenue Part D - 60 -1/2 Ave./N. Meadow Lk. Rd. 30 Remove bituminous pavement 31 Remove concrete curb and gutter 32 Remove existing RCP storm sewer 33 Remove existing CBMH 34 Mill bituminous surface 35 Reset existing CB cstg. & rings 36 15" RCP, Class 5 or PVC SDR 35 37 12" RCP, Class 5 or PVC SDR 35 38 Std. CBMH w/R3067V cstg. (Plate 1 -16) 39 Std CB w/R3067V cstg. (Plate 1 -19) 40 Concrete curb and gutter 41 Class 5, 100% crushed quarry rock (including excavation) 42 Type 31 bituminous base course 43 Type 41 bituminous wear course 44 Sod with 3" topsoil Total Part D - 60 -1/2 Ave./N. Meadow Lk.Rd. Part E - Utah Avenue /62nd Avenue 45 Remove bituminous pavement TN 20 $ $ TN 10 $ $ LS 1 $ $ SY 600 $ $ SY 160 $ $ LF 100 $ $ LF 30 $ $ EA 1 $ $ SY 1,060 $ $ EA 1 $ $ LF 30 $ $ LF 670 $ $ EA 2 $ $ EA 3 $ $ LF 110 $ $ TN 45 $ $ TN 20 $ $ TN 110 $ $ SY 900 $ $ SY 60 $ $ 34162TRO i P -3 No. Item 46 Remove concrete curb and gutter 47 Std, MH w/R1642B cstg. over ex. pipe 48 Std. CB w/R -3067V casting 49 12" RCP, Class 5 or PVC SDR 35 50 Class 5 100% crushed quarry rock (including excavation) 51 Concrete curb and gutter 52 Type 31 bituminous base course 53 Type 41 bituminous wear course 54 Sod with 3" topsoil Total Part E - Utah Avenue /62nd Avenue Part F - 60 -1/2 Ave. North/Winnetka Ave. 55 Remove bituminous pavement 56 Remove concrete curb and gutter 57 Concrete curb and gutter 58 Lower existing CB (0.5') 59 Class 5, 100% crushed quarry rock (including excavation) 60 Type 31 bituminous base course 61 Type 41 bituminous wear course 62 Sod with 3" topsoil Total Part F - 60 -1/2 Ave./Winnetka Ave. Part G - 8821- 60 -1/2 Avenue North 63 Salvage and reinstall chain link fence 64 Remove shrubs 65 12" perforated pipe drain Unit Qty Unit Price Total Price LF 40 $ $ EA 1 $ $ EA 2 $ $ LF 45 $ $ TN 20 $ $ LF 40 $ $ TN 15 $ $ TN 10 $ $ SY 40 $ $ SY 120 $ $ LF 80 $ $ LF 80 $ $ EA 1 $ $ TN 20 $ $ TN 30 $ $ TN 30 $ $ SY 90 $ $ LF 170 $ $ LS 1 $ $ LF 260 $ $ 34162TRO �, P -4 No. Item Unit Qty Unit Price Total Price 66 24" dia. yard drain w/R1642 Type C grate EA 2 $ $ 67 Connect 12" to existing CB EA 1 $ $ 68 Shape yard swale LS 1 $ $ 69 Sod with topsoil SY 750 $ $ Total Part G - 8821- 60 -1/2 Ave. North $ Part H - 4224 Flag Avenue North 70 Connect pipe to exist. structure EA 1 $ $ 71 Reset existing cstg. and rings EA 1 $ $ 72 Remove bituminous pavement SY 315 $ $ 73 Remove concrete curb and gutter LF 440 $ $ 74 Std. CBMH w/R3067V casting EA 1 $ $ 75 Std. 2x3 CB w/R -3067V casting EA 1 $ $ 76 24" dia. yard drain w/R1642 Type C grate EA 3 $ $ 77 12" perforated drain pipe LF 225 $ $ 78 12" RCP, CL 5 or PVC SDR 35 LF 425 $ $ 79 Shape yard swale LS 1 $ $ 80 Class 5, 100% crushed quarry rock (including excavation) TN 125 $ $ 81 Concrete curb and gutter LF 440 $ $ 82 Type 31 bituminous base course TN 35 $ $ 83 Type 41 bituminous wear course TN 35 $ $ 84 Sod with 3" topsoil SY 770 $ $ Total Part H - 4224 Flag Avenue North $ Part I - 4740 Utah Avenue 85 Remove bituminous pavement SY 50 $ $ 86 Salvage and reinstall chain link fence LF 230 $ $ 34162.PRO I P -5 L. No. Item Unit Qty Unit Price Total Price 87 Remove concrete curb and gutter LF 15 $ $ 88 Concrete curb and gutter LF 15 $ $ 89 Std. MH w/R1642B cstg. over ex. pipe EA 1 $ $ 90 Std. YD w/R1642 Type C grate EA 3 $ $ 91 12" RCP, Class 5 LF 170 $ $ 92 12" PVC pipe drain LF 210 $ $ 93 Connect MH to existing 18" RCP EA 1 $ $ 94 Class 5, 100% crushed quarry rock (including excavation) TN 10 $ $ 95 Type 31 bituminous base course TN 5 $ $ 96 Type 41 bituminous wear course TN 5 $ $ 97 Sod with 3" topsoil SY 1 $ $ 98 Grade drainage swale LS 1 $ $ Total Part I - 4740 Utah Avenue $ Part J - 3237 Gettysburg Avenue 99 Std. YD w/R1642 Type C grate EA 3 $ $ 100 6" PVC SDR 36 LF 30 $ $ 101 12" RCP, CL 5 or PVC SDR 35 LF 40 $ $ 102 12" perforated pipe drain LF 200 $ $ 103 Connect to existing CB EA 1 $ $ 104 CL 5 100% crushed quarry rock (including excavation) TN 5 $ $ 105 Repair driveway SY 25 $ $ 106 Sod with 3" topsoil SY 800 $ $ 107 Grade drainage swale LS 1 $ $ Total Part J - 3237 Gettysburg Avenue $ 34162.PRO i . P -6 Total Part A - Windcrest Apartments Total Part B - Allen Circle /Gettysburg Ave. Total Part C - 8524 -50th Avenue Total Part D - 60 -1/2 Ave./N. Meadow Lk. Rd. Total Part E - Utah Avenue /62nd Avenue Total Part F - 60 -1/2 Ave.N./Winnetka Ave. Total Part G - 8821- 60 -1/2 Avenue North Total Part H - 4224 Flag Avenue North Total Part I - 4740 Utah Avenue Total Part J - 3237 Gettysburg Avenue TOTAL BASE BID e 34162TRO x P -7 The final amount of the contract shall be determined by multiplying the final measured quantities of the various items actually constructed and installed by the unit prices therefor, in the manner prescribed in the specifications. However, the low bidder shall be determined by adding the sums resulting from multiplying the quantities stated by the unit prices bid therefor. Accompanying this bid is a bidder's bond, certified check or cash deposit in the amount of $ . which is at least five percent (5 %) of the amount of my /our bid made payable to the Owner, and the same is subject to forfeiture in the event of default on the part of the undersigned or failure on the part of the undersigned to execute the prescribed contract and bond within fifteen (15) days after its submittal to me /us. In submitting this bid it is understood that the Owner retains the right to reject any and all bids and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this bid, it is understood that payment will be by cash or check. It is understood that bids may not be withdrawn for a period of 45 days after the date and time set for the opening of bids. It is understood that the Owner reserves the right to retain the certified check or bond of the three lowest bidders as determined by the Owner for a period not to exceed 45 days after the date set for the opening of bids. Respectfully submitted, (A Corporation) (An Individual) Name of Bidder (A Partnership) Signer Title Printed Name of Signer 34162.PRO P -8 July 26, 1993 City of New Hope 4401 Xylon Avenue North New Hope, Minnesota 55428 Attn: Daniel Donahue Otto G. Bonestroo, PE. Howard A. Sanford, PE, Michael P. Rau, P.E. Robert W. Rosene, P.E.* Keith A. Gordon. P.E. Philip J. Pyne. P.E. Joseph C. Anderlik, P.E. Robert R. Pfefferle. PE, Agnes M. Ring, A.LC.P Marvin L. Sorvala. P.E. Richard W. Foster. PE. Thomas W. Peterson, P.E. Richard E. Turner, P.E. David O. Loskota, P.E. Michael C. Lynch, PE. Glenn R. Cook, P.E. Robert C. Russek, A.I.A. James R. Maland, PE. Thomas E. Noyes, P.E. Jerry A. Bourdon, PE. Jerry O. Pertzsch, PE. Robert G. Schunicht, PE. Mark A. Hanson. PE. Kenneth R Anderson, P.E. Susan M. Eberlin, C.P.A. Michael T. Rautmann, P. E. Mark R. Rolls, P.E. *Senior Consultant Ted K. Field, PE. Mark A. Seip. PE. Total Part J - 3237 Gettysburg Avenue Thomas R. Anderson, A.I.A, Gary W. Morten, P.E. TOTALS Donald C, Burgardt, P.E. Daniel J. Edgerton, P.E. Thomas E. Angus. PE. Allan Rick Schmidt. PE. Ismael Martinez, PE. Philip J. Caswell, P.E. Re: 1993 Storm Sewer; Drainage Improvements City Project No. 508, Our File No. 34162 Dear Dan: Mark D. Wallis, PE. Miles B. Jensen, PE. L. Phillip Gravel III, P.E. Karen L. Wiemeri, P.E. Gary D. Kristofitz. PE. F. Todd Foster. PE. Keith R. Yapp, P.E. Douglas J. Benoit, PE. Shawn D. Gustafson, P.E. Cecilio Olivier, PE. Charles A. Erickson Leo M. Pawelsky Harlan M. Olson James F Engelhardt Bids were received for the above project on Friday, July 23, 1993. The low bid of the seven bids submitted was from Bituminous Consulting and Contracting, Inc. with a total base bid of $181,296.00. The engineer's estimate is $170,000. Listed below is the low bid amount for each part compared to the engineer's estimate. 2335 West Highway 36 • St. Paul, MN 55113 • 612 - 636 -4600 L ow Bid Engineer's Estimate Total Part A - Windcrest Apartments $32,914.00 $30,000.00 Total Part B - Allen Cir /Gettysburg Ave. 15,428.10 12,000.00 Total Part C - 8524 - 50th Avenue 10,927.00 10,000.00 Total Part D - 60 -1/2 Ave. N/Meadow Lk Rd 27,031.25 31,000.00 Total Part E - Utah Ave. /62nd Ave. 6,178.00 6,000.00 Total Part F - 60 -1/2 Ave. N/Winnetka Ave. 5,707.50 5,000.00 Total Part G - 8821 - 60 -1/2 Ave. North 12,793.40 12,000.00 Total Part H - 4224 Flag Avenue North 34,109.75 34,000.00 Total Part I - 4740 Utah Avenue 20,772.00 18,000.00 Total Part J - 3237 Gettysburg Avenue 15,435.00 12,000.00 TOTALS $181,296.00 $170,000.00 2335 West Highway 36 • St. Paul, MN 55113 • 612 - 636 -4600 Parts A, B, D, E and F include repairs or extensions to the existing storm sewer system in existing public right -of -way or easements. The low bid for this work is $87,258.85. Parts C, G, H, I, & J include storm sewer extensions into 5 backyards to improve drainage. The low bid for this work is $94,036.15. We have communicated with all the effected property owners for this work. They are all very anxious to have the work done. We will need 21 property owners to sign temporary or permanent easements for this work. Presently 18 of the 21 property owners have signed the required easements. The 3 remaining easements are required for Part 14740 Utah Avenue. We will continue to work with the effected property owners to obtain their easements. If we can't obtain their signatures we will either modify the work or delete Part J from the project. If you have any questions please feel free to contact me at this office. Yours truly, BONES 00 RO NE, ANDERLIK & ASSOCIATES, INC. Mark — A Hanson .yi r July 29, 1993 Bituminous Consulting and Contracting Co., Inc. 2456 Main Street N.E. Minneapolis, MN 55449 Re: City of New Hope Contract Documents 1993 Storm Sewer and Drainage Improvements File No. 34162, City Project No. 508 Gentlemen: Mark D. Wallis, PE. Miles B. Jensen, RE. L- Phillip Gravel III, RE. Karen L. Wiemerr PE, Gary D. Krisrofitz, P.E. F Todd Foster, RE. Keith R. Yapp, P.E. Douglas J. Benoit, P.E. Shawn D- Gustafson, PE. Cecilio Olivier, PE. Charles A. Erickson Leo M. Pavw ,elsky Harlan M. Olson James F. Engelh:,rdt Enclosed are four (4) copies of the contract documents between you and the City of 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 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, 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. Mark- Hanson MH:lk Enclosures: 4 cc: City of New Hope> Steve Sondrall, Attorney 2335 West Highway 36 • St. Paul, MN 55113 e 612 - 636 -4600 Otto G. Bonestroo, PE. Hopvard A. S.>.nford, PE. Michael P Rau, PE. C eJ Robert W. Rosene, PE* Keith A. Gordon, PE. Philip J. Pyne, PE. JA Joseph C. Anderlik, PE. Robert R. Pfetferle, PE. Agnes M. Ring, A.ICP R osene Martin L. Sorala, PE. Richard W. Foster P.E. O Loskota, PE. Thomas VV. Peterson, P.E. Michael C. Lynch, PE. NEW Glenn Richard E. Turner, P.E. R. Cook, PE David Robert C. Russek, AJA James R. Maland, BE. Andel fi/v Thomas E. Noyes, P.E. Jerry A. Bourdon, PE. Jerr4 D. Pertzsch, P.E. Robert G. Schunicht, PE. Mark A. Hanson, PE. Kenneth P Anderson, PE. A ssociates Susan M. Eberlin, C.P.A. Michael T Rautmann, PE Mark R. Rolfs, PE. *Senior Consultant Ted K. Field, PE, Mark; A. Seip, P.E. Thomas R. Anderson, A.LR. Gar, 'A" Morien, P.E. Engineers & Architects Donald C. Burgardt, P.E. Daniel J. Edgerton, P.E. Thomas E. Angus. P.E. Allan Rick Schmidt, PE. Ismael Martinez, P.E. Philip J. Caswell, P.E. July 29, 1993 Bituminous Consulting and Contracting Co., Inc. 2456 Main Street N.E. Minneapolis, MN 55449 Re: City of New Hope Contract Documents 1993 Storm Sewer and Drainage Improvements File No. 34162, City Project No. 508 Gentlemen: Mark D. Wallis, PE. Miles B. Jensen, RE. L- Phillip Gravel III, RE. Karen L. Wiemerr PE, Gary D. Krisrofitz, P.E. F Todd Foster, RE. Keith R. Yapp, P.E. Douglas J. Benoit, P.E. Shawn D- Gustafson, PE. Cecilio Olivier, PE. Charles A. Erickson Leo M. Pavw ,elsky Harlan M. Olson James F. Engelh:,rdt Enclosed are four (4) copies of the contract documents between you and the City of 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 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, 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. Mark- Hanson MH:lk Enclosures: 4 cc: City of New Hope> Steve Sondrall, Attorney 2335 West Highway 36 • St. Paul, MN 55113 e 612 - 636 -4600 CORRICK LAW OFFICES, PA. WILLIAM J. CORRICK STEVEN A. SONDRALL, P.A. STEVEN A.SONDRALL MICHAEL R. LAFLEUR MARTIN P. MALECHA WILLIAM C. STRAIr August 26, 1993 Ms. Valerie Leone City Clerk City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 CORRICK & SONDRALL A PARTNERSHIP OF PROFESSIONAL CORPORATIONS LAWYERS Edinburgh Executive Office Plaza 8525 Edinbrook Crossing Suite #203 Brooklyn Park, Minnesota 55443 TELEPHONE (612) 425-5671 FAX (612) 425-5867 RE: City Project No. 508 1983 Storm Sewer and Drainage Improvements Dear Val: LEGAL ASSISTANTS LAVONNE E. KESKE SHARON D. DERBY Enclosed are the Certificates of Insurance and Contracts for the above-captioned improvement, all of whi have been reviewed and are in order from a legal standpoint. I Very truly yours, 4 Steven A. Sondrall s3t Enclosures J / 13 0 V 4401 Xylon Avenue North Telephone: 612- 531 -5100 City Hall Fax: #612- 531 -513E New Hope, Minnesota 55428 -4898 TDD Line: 612- 531 -5109 Police Fax: #612 - 531 -5174 Public Works Fax: #612- 533 -765( August 30, 1993 Bituminous Consulting and Contracting Co., Inc. 2456 Main Street NE Minneapolis, MN 55449 -A- SUBJECT: PROJECT 508 (1993 STORM SEWER AND DRAINAGE IMPROVEMENTS) Enclosed is a fully executed contract document for New Hope Project No. 508. Also enclosed is return of your bid bond. A copy of the contract document is on file with our City Engineer and City Attorney. Also enclosed is a "Withholding Affidavit for Contractors" (IC -134 form). We cannot make final payment to contractors until this is approved by the Minnesota Department of Revenue and submitted to our office (Minnesota Statute 290.97). The form contains instructions for completion. Sincerely, Valerie Leone City Clerk, MCMC enc. cc: City Engineer City Attorney Family Styled City For Family Living 8onestroo Bidder Total Base Bid Rosene « ie& Address Telephone No. City, State, Zip Fax. NO. Ens a acr. icecr. ADDENDUM NO. 1 1993 STORM SEWER AND DRAINAGE IMPROVEMENTS CITY PROJECT NO. 508 FILE NO. 34162 NEW HOPE, MINNESOTA July 20, 1993 Opening Time: 11:30 A.M., C.D.S.T. Opening Date. Friday, July 23, 1993 I I ' I I k 4; PROPOSAL - Attached is a revised proposal reflecting changes in bid items which are discussed below. • • Part A - Windcrest Apartments: A bid item has been included to furnish and install R- 3067V casting on ex. CBMH -101 and the ex. CB immediately to its west. A bid item is also included to reconstruct the invert in ex. CBMH -101. Part B - Allen Circle /Gettysburg; Avenue: A bid item is included to remove the stump near CB -104 and connect the existing sump discharge to C13-105. Part D - 60 1 /2 Ave./N. Meadow Lk. Rd.: The bid quantities have been adjusted to include removing and reconstructing the existing CB on the south side of N. Meadow Lake Road into a CBMH (Plate 1 -16). The quantities have also been adjusted to reflect patching in lieu of milling and overlay construction. The estimated quantity of patching not including the storm sewer crossings is 150 sq.yds. Part F - 60 1 /2 Ave./Winnetka Ave.: The bid quantities have been adjusted to include reconstructing the existing CB on the north side of 60 1 /2 Ave. and removing/patching the north 1/2 of 60 1 /2 Ave. Part G - 8821 -60 /2 Ave.: A bid item has been included to remove the southerly portion of the bush on the east line of Lot 10 (approximately 4' in length). The bid item fo remove shrub has been changed to transplant shrub which is located behind the garage on Lot 9. The property owner will trim the shrub before transplanting. The access for this work will be across Lot 8 or in area of the common lot line between Lots 9 and 10. 34162ad1.ADD A -1 Bonestroo Bidder Bituminous Consulting i� Rosen and Contracting Co. Total Base Bid $181,296.00 Address 2456 Main Street N.E. Telephone No. 755 -1888 Anderlik & Associates St. Paui, Mirvefota City, State, Zip Minneapolis, MN 55449 Fax. No. 755 -1899 REVISED PROPOSAL 1993 STORM SEWER AND DRAINAGE IMPROVEMENTS CITY PROJECT NO. 508 FILE NO. 34162 NEW HOPE, MINNESOTA 1993 Opening Time: 11:30 A.M., C.D.S.T. Opening Date: Fridav, Julv 23. 1993 Honorable City Council City of New Hope 4401 Xylon Avenue North New Hope, Minnesota 55428 Dear Council Members: The undersigned, being familiar with your local conditions, having made the field inspections and investigations deemed necessary, having studied the plans and specifications for the work including Addenda Nos. 1 and being familiar with all factors and other conditions affecting the work and cost thereof, hereby proposes to furnish all labor, tools, materials, skills, equipment and all else necessary to completely construct the project in accordance with the plans and specifications on file with your Clerk and Bonestroo, Rosene, Anderlik & Associates, Inc., 2335 W.Trunk Highway 36, St. Paul, Minnesota 55113, as follows: No. Item Part A - Windcrest Apartments (5700 -5704 Winnetka Avenue) 1 Remove bituminous driveway 2 Remove existing 21" RCP 3 24" RCP, Cl. 3 4 4" PE perforated pipe drain 5 Std. MH w /R1642B cstg. (MH -102, 103) 6 Connect to existing CBMH -101 Unit Qty Unit Price Total Price SY 800 $ 2.49 $ 1,992.00 LF 395 8.00 3,160.00 LF 395 34.90 13,785.50 LF 20 9.00 180.00 EA 2 1,610.00 3,220.00 EA 1 175.00 175.00 34162, PRO P -1 No. Item Unit Qty Unit Price Total Price 7 Furnish and install R -3067V cstg. EA 2 $ 275.00 $ 550.00 8 Reconstruct invert ex. CBMH -101 EA 1 225.00 225.00 9 Class 5, 100% crushed quarry rock (including excavation) TN 290 13.95 4,045.50 10 Type 31 bituminous base course TN 75 34.00 2,550.00 11 Type 41 bituminous wear course TN 75 36.00 2,700.00 12 Sod with 3" topsoil SY 100 3.31 331.00 Total Part A - Windcrest Apartments $32,914.00 Part B - Allen Circle /Gettysburg Avenue 13 Connect pipe to existing structure EA 1 $ 175.00 $ 175.00 14 Remove bituminous pavement SY 290 2.49 722.10 15 Concrete curb and gutter LF 210 8.00 1,680.00 16 Remove concrete curb and gutter LF 210 3.00 630.00 17 12" perforated pipe drain LF 250 23.84 5,960.00 18 Std.CB w/R3067V(CB- 104,105) (Plate 1 -19) EA 2 854.00 1,708.00 19 Connect exist. sump discharge to CB 105 EA 1 775.00 775.00 20 Class 5, 100% crushed quarry rock (including excavation) TN 80 15.95 1,276.00 21 Type 31 bituminous base course TN 20 38.00 760.00 22 Type 41 bituminous wear course TN 20 39.00 780.00 23 Remove existing stump near CB 104 EA 1 300.00 300.00 24 Sod with 3" topsoil SY 200 3.31 662.00 Total Part B - Allen Cir /Gettysburg Av $15,428.10 Part C - 8524 - 50th Avenue 25 Connect pipe to existing structure EA 1 $175.00 $ 175.00 26 Remove bituminous driveway SY 50 3.00 150.00 34162TRO P -2 No. Item 27 12" perforated pipe drain 28 24" dia. yard drain w/R1642 Type C grate 29 Connect 12" to existing CB 30 Class 5 100% crushed quarry rock (including excavation) 31 Type 41 bituminous wear course 32 Shape yard swale 33 Sod with topsoil Total Part C - 8524 -50th Avenue Part D - 60 - Ave. N. Meadow Lake Road 34 Remove bituminous pavement 35 Remove concrete curb and gutter 36 Remove existing RCP storm sewer 37 Remove existing CB 38 15" RCP, Class 5 or PVC SDR 35 39 12" RCP, Class 5 or PVC SDR 35 40 Std. CBMH w /R3067V cstg. (Plate 1 -16) 41 Std. CB w /R3067V estg. (Plate 1 -19) 42 Concrete curb and gutter 43 Class 5, 100% crushed quarry rock (including excavation) 44 Type 31 bituminous base course 45 Type 41 bituminous wear course 46 Sod with 3" topsoil Total Part D - 60 - Ave. N. Meadow Lake Rd Unit Qty Unit Price Total Price LF 225 $ 23.84 $ 5,364.00 EA 2 854.00 1,708.00 EA 1 175.00 175.00 TN 20 15.95 319.00 TN 10 55.00 550.00 LS 1 500.00 500.00 SY 600 3.31 1,986.00 $10,927.00 SY 400 $ 2.79 $ 1,116.00 LF 110 3.00 330.00 LF 30 8.00 240.00 EA 2 250.00 500.00 LF 30 16.75 502.50 LF 670 15.90 10,653.00 EA 3 1,187.00 3,561.00 EA 3 854.00 2,562.00 LF 110 8.00 880.00 TN 45 13.95 627.75 TN 40 38.00 1,520.00 TN 40 39.00 1,560.00 SY 900 3.31 2.979.00 $27,031.25 34162TRO P -3 No. Item Part E - Utah Avenue /62nd Avenue 47 Remove bituminous pavement 48 Remove concrete curb and gutter 49 Std MH w/R1642B cstg. over ex. pipe 50 Std CB w /R -3067V casting 51 12" RCP, Class 5 or PVC SDR 35 52 Class 5 100% crushed quarry rock (including excavation) 53 Concrete curb and gutter 54 Type 31 bituminous base course 55 Type 41 bituminous wear course 56 Sod with 3" topsoil Total Part E - Utah Avenue /62nd Avenue Part F - 60 -'/2 Ave. North/Winnetka Av 57 Remove bituminous pavement 58 Remove concrete curb and gutter 59 Concrete curb and gutter 60 Lower existing CB (0.5') south side 61 Reconstruct CB, north side 62 Class 5, 100% crushed quarry rock (including excavation) 63 Type 31 bituminous base course 64 Type 41 bituminous wear course 65 Sod with 3" topsoil Total Part F - 60 - Ave. North/Winnetka Ave. Unit Qty Unit Price Total Price SY 60 $ 3.00 $ 180.00 LF 40 3.00 120.00 EA 1 1,475.00 1,475.00 EA 2 854.00 1,708.00 LF 45 19.00 855.00 TN 20 16.00 320.00 LF 40 8.00 320.00 TN 15 42.00 630.00 TN 10 43.00 430.00 SY 40 3.50 140.00 $6,178.00 SY 250 $ 2.89 $ 722.50 LF 80 3.00 240.00 1-1' 80 8.00 640.00 EA 1 480.00 480.00 EA 1 590.00 590.00 TN 20 16.00 320.00 TN 30 39.00 1,170.00 TN 30 41.00 1,230.00 SY 90 3.50 315.00 $5,707.50 34162TRO P -4 No. Item Unit Qty Unit Price Total Price Part G - 8821 - 60 - Avenue North 74 Connect pipe to exist. structure EA 1 66 Salvage and reinstall chain link fence LF 170 $ 6.00 $ 1,020.00 67 Transplant shrub in Lot 9 LS 1 250.00 250.00 68 Remove portion of exist. bush in Lot 10 LS 1 150.00 150.00 69 12" perforated pipe drain LF 260 23.84 6,198.40 70 24" dia. yard drain w/R1642 Type C grate EA 2 900.00 1,800.00 71 Connect 12" to existing CB EA 1 200.00 200.00 72 Shape yard Swale LS 1 550.00 550.00 73 Sod with topsoil SY 750 3.50 2,625,00 Total Part G - 8821 - 60 - Avenue North $12,793.40 Part H - 4224 Flag Avenue North 74 Connect pipe to exist. structure EA 1 $ 250.00 $ 250.00 75 Reset existing estg, and rings EA 1 275.00 275.00 76 Remove bituminous pavement SY 315 3.00 945.00 77 Remove concrete curb and gutter LF 440 3.00 1,320.00 78 Std. CBM11 w /R3067V casting EA 1 1,100.00 1,100.00 79 Std. 2x3 CB w /R -3067V casting EA 1 950.00 950.00 80 24" dia. yard drain w/R1642 Type C grate EA 3 900.00 2,700.00 81 12" perforated drain pipe LF 22.5 23.84 5,364.00 82 12" RCP, Cl. 5 or PVC SDR 35 LF 425 17.90 7,607.50 83 4" PVC and connect to sump discharge LF 20 24.00 480.00 84 12" x 4" wye EA 1 150.00 150.00 85 Shape yard Swale LS 1 2,185.00 2,185.00 86 Class 5, 100% crushed quarry rock (including excavation) TN 125 13.95 1,743.75 87 Concrete curb and gutter LF 440 8.00 3,520.00 88 Type 31 bituminous base course TN 35 41.00 1,435.00 34162TRO P -5 No. Item Unit Qty Unit Price Total Price 89 Type 41 bituminous wear course TN 35 $ 43.00 $ 1,505.00 90 Sod with 3" topsoil SY 770 3.35 2,579.50 Total Part H - 4224 Flag Avenue North $34,109.75 Part I - 4740 Utah Avenue 91 Remove bituminous pavement SY 50 $ 5.00 $ 250.00 92 Salvage and reinstall chain link fence LF 230 6.00 1,380.00 93 Remove concrete curb and gutter LF 15 3.00 45.00 94 Remove tree (4" maple) EA 1 200.00 200.00 95 Concrete curb and gutter LF 15 8.00 120.00 96 Std MI""I w /R164213 cstg. over ex. pipe EA 1 1,800.00 1,800.00 97 Std. YD w/R1642 Type C grate EA 3 854.00 2,562.00 98 12" RCP, Class 5 LF 170 28.00 4,760.00 99 12" PVC pipe drain LF 210 16.00 3,360.00 100 Connect MH to existing 18" RCP EA 1 400.00 400.00 101 Class 5, 100% crushed quarry rock (including excavation) TN 10 20.00 200.00 102 Type 31 bituminous base course TN 5 50.00 250.00 103 Type 41 bituminous wear course TN 5 55.00 275.00 104 Sod with 3" topsoil SY 1,000 3.35 3,350.00 105 Shape yard swale to YD 122,123,& 124 LS 1 945.00 945.00 106 Shape yard swale into Lot 1 LS 1 875.00 875.00 Total Part I - 4740 Utah Avenue $20,772.00 Part J - 3237 Gettysburg Avenue 107 Std. YD w/R1642 Type C grate EA 3 $ 854.00 $ 2,562.00 108 6" PVC SDR 36 LF 60 20.00 1,200.00 109 12" RCP, CL 5 or PVC SDR 35 LF 40 27.00 1,080.00 34162TRO P -6 No. Item 110 12" perforated pipe drain 111 Connect to existing CB 112 Cl. 5 100% crushed quarry rock (including excavation) 113 Repair driveway 114 Sod with 3" topsoil 115 Shape yard swale Total Part J - 3237 Gettysburg Avenue Total Part A - Winderest Apartments Total Part B - Allen Cir /Gettysburg Av Total Part C - 8524 - 50th Avenue Total Part D - 60 - /z Av N/Meadow Lake Rd Total Part E - Utah Avenue /62nd Avenue Total Part F - 60 - Av N/Winnetka Av Total Part G - 8821 - 60 -' /z Avenue North Total Part H - 4224 Flag Avenue North Total Part I - 4740 Utah Avenue Total Part J - 3237 Gettysburg Avenue Total Base Bid Unit Qty Unit Price Total Price LF 200 $ 23.84 $ 4,768.00 EA 1 175.00 175.00 TN 5 30.00 150.00 SY 25 40.00 1,000.00 SY 800 3.50 2,800.00 LS 1 1,700.00 1,700.00 $15,435.00 $ 32,914.00 $ 15,428.10 $ 10,927.00 $ 27,031.25 $ 6,178.00 $ 5,707.50 $ 12,793.40 $ 34,109.7,5 $ 20,772.00 $ 15,435.00 $181,296.00 34162TRO P-7 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, Bituminous Consulting and LA Corporation) Contracting Co., Inc. (An Individual) Name of Bidder (A Partnership) (Signed) Stephen R. Frauenshuh Signer President Title Stephen R. Frauenshuh Printed Name of Signer 34162TRO P -8 1993 STORM SEWER & DRAINAGE IMPROVEMENTS CITY PROJECT NO. 508 FILE NO. 34162 NEW HOPE, MINNESOTA 1993 Table of Contents Advertisement for Bids Information to Bidders Proposal Special Provisions 1700. Adjust Miscellaneous Structures - Specific Requirements General Requirements 2104. _ Removing Miscellaneous Structures - Specific & General Requirements 2232. Mill Pavement Surface - Specific & General Requirements 2331. Plant Mixed Bituminous Pavement - Specific & General Requirements 2521. Walks - Specific & General Requirements 2531. Concrete Curb and Gutter - Specific & General Requirements 2573. Temporary Erosion Control - Specific & General Requirements 2575. Turf Establishment - Specific & General Requirements 24,000. Sewers - Specific Requirements General Requirements 34162 T -1 TABLE OF CONTENTS (CONT'D) Plate 1 -8 Storm Sewer Manhole Plate 1 -10 Storm Sewer Junction Manhole with Reinforced Top Slab Plate 1 -16 Type II CBMH Plate 1 -19 Type II CB Plate 1 -25 Bedding Methods for RCP, VCP, & DIP Plate 1 -25A Improved Foundation for RCP, VCP, & DIP Plate 1 -25B PVC Pipe Bedding Plate 4 -1 Concrete Curb and Gutter Plate 4 -9 Curb & Gutter at Catch Basin Plate 4 -10 Curb & Gutter at Catch Basin Plate SP -60 Concrete Collar on Type II Catch Basin Plate SP -61 Seal Between Top Slab & Manhole Section Plate SP -89 Erosion Control (Silt Fence) Plate SP -93 Manhole with Reinforced Center and Top Slab Supplemental Conditions of the Contract Conditions of the Contract I hereby certify that this plan and specification was prepared by me or under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of Minnesota. Mark A. Hanson, P.E. Date: July 9, 1993 Reg. No. 14260 34162 T -2 Sealed bids will be received by the City of New Hope, Minnesota in the City Hall at 4401 Xylon Avenue until 11:30 A.M., C.D.S.T., on Friday, July 23, 1993, at which time they will be publicly opened and read aloud for the furnishing of all labor and materials and all else necessary for the following: 1993 Storm Sewer Improvements - Project No. 508 2,350 LF 12" - 24" Storm Sewer with miscellaneous bituminous replacement, concrete curb replacement, manholes /catch basins, restoration, and corrulated appurtenances. Plans and specifications, proposal forms and contract documents may be seen at the office of the City Clerk, New Hope Minnesota, and at the office of Bonestroo, Rosene, Anderlik & Associates, Inc., Consulting Engineers, 2335 W. Trunk Highway 36, St. Paul, MN 55113, (612) 636 -4600. Each bid shall be accompanied by a bidder's bond naming the City of New Hope as obligee, certified check payable to the Clerk of the City of New Hope or a cash deposit equal to at least five percent (5 %) of the amount of the bid, which shall be forfeited to the City in the event that the bidder fails to enter into a contract. The City Council reserves the right to retain the deposits of the three lowest bidders for a period not to exceed 45 days after the date and time set for the opening of bids. No bids may be withdrawn for a period of forty -five (45) days after the date and time set for the opening of bids. Payment for the work will be by cash or check. Contractors desiring a copy of the plans and specifications and proposal forms may obtain them from the office of Bonestroo, Rosene, Anderlik & Associates, Inc., upon payment of a deposit of $35.00. See "Information to Bidders" for plan /specification deposit refund policy. The City Council reserves the right to reject any and all bids, to waive irregularities and informalities therein and further reserves the right to award the contract to the best interests of the City. Daniel Donahue, Manager City of New Hope, Minnesota 34162ad 11kna wkylMlew • �� 1. BID PROCEDURE: Each planholder has been furnished a specification, plan set and two extra proposals. Bids shall be submitted on the separate Proposal Form designated "BID COPY" and not in the specification book. The Proposal containing the bid shall be submitted in a sealed envelope. 2. DEPOSIT AND REFUND: Plans and specifications may be obtained for the deposit amount stipulated in the Advertisement for Bids. Planholders may obtain more than one set of plans and specifications for the stipulated amount, however, refunds will not be given for these additional sets. Refunds of deposit will be made to all bidders, subcontractors, and suppliers who return plans and specifications, in good condition, within 15 days of the bid date provided they: a) Were a prime bidder who submitted a bona -fide bid to the Owner, or b) Submitted quotes to at least two prime bidders which are identified with the returned plans and specifications. The following planholders need not return plans and specifications to receive a refund of deposit: a) Low prime bidder, or b) Successful low subcontractors and suppliers who notify the receptionist within 15 days of the bid. Refunds of deposit will also be made, for one set of plans and specifications only, to those planholders who return plans and specifications at least 48 hours before the bid - letting hour. 3. INDIVIDUAL DRAWINGS AND SPECIFICATION SHEETS: Individual drawings and specifications sheets may be purchased at the rate of Five Dollars ($5.00) per sheet of drawings and Twenty -five cents ($0.25) per sheet of specifications for which no refund will be made. 1989 General Bonestroo 11 Bidd B� Rosen $ MderBk & 395 $ $ S[. hu4 MYwtw Pant 1� 1 1d llcss te 9. , Total Base Bid Telephone N o. Fax. No. PROPOSAL 1993 STORM SEWER AND DRAINAGE IMPROVEMENTS CITY PROJECT NO. 508 FILE NO. 34162 NEW HOPE, MINNESOTA / 1993 Opening Time: Opening Date. Honorable City Council w q City of New Hope 4401 Xylon Avenue North'�,�' New Hope, Minnesota 55428 Dear Council Members: / A-M., C- D.S.T. July 23, 1993 The undersigned, being familia/ ur cal conditions, having made the field inspections and investigations dee , having studied the plans and specifications for the work inclu ding Addenda and being familiar with all factors and other conditions affecting the work and of, hereby proposes to furnish all labor, tools, materials, skills, equipment and essary to completely construct the project in accordance with the plans and spe file with your Clerk and Bonestroo, Rosene, Anderlik & Associates, Inc., 233 Highway 36, St. Paul, Minnesota 55113, as follows: No. Item PartA - V► 5700 -5704 1 Remove bi 2 Remove ex driveway Unit Qty Unit Price Total Price 21 RCP /4 "P Cl. 3 orated pipe drain /R1642B cstg. (MH -102, 103) existing CBMH -101 34162TRO SY 800 $ $ LF 395 $ $ LF 395 $ $ LF 20 $ $ EA 2 $ $ EA 1 $ $ P -1 No. Item 7 Class 5, 100% crushed quarry rock (including excavation) 8 Type 31 bituminous base course 9 Type 41 bituminous wear course 10 Sod with 3" topsoil Total Part A - Windcrest Apartments Part B - Allen Circle /Gettysburg Avenue 11 Connect pipe to existing structure 12 Remove bituminous pavement 13 Concrete curb and gutter 14 Remove concrete curb and gutter 15 12" perforated pipe drain 16 Std.CB w/R3067V(CB- 104,105) (Plate 1 -19) 17 Class 5, 100% crushed quarry rock (including excavation) 18 Type 31 bituminous base course 19 Type 41 bituminous wear course 20 Sod with 3" topsoil Total Part B - Allen Cir. /Gettysburg Ave. Part C - 8524 -50th Avenue 21 Connect pipe to existing structure 22 Remove bituminous driveway 23 12" perforated pipe drain 24 24" dia. yard drain w/R1642 Type C grate 25 Connect 12" to existing CB Unit Qty Unit Price Total Price TN 290 $ $ TN 75 $ $ TN 75 $ $ SY 100 $ $ EA 1 $ $ SY 290 $ $ LF 210 $ $ LF 210 $ $ LF 250 $ $ EA 2 $ $ TN 80 $ $ TN 20 $ $ TN 20 $ $ SY 200 $ $ EA 1 $ $ SY 50 $ $ LF 225 $ $ EA 2 $ $ EA 1 $ $ 34162TRO P -2 No. Item 26 Class 5 100% crushed quarry rock (including excavation) 27 Type 41 bituminous wear course 28 Shape yard Swale 29 Sod with topsoil Total Part C - 8524 -50th Avenue Part D - 60 -1/2 Ave./N. Meadow Lk. Rd. 30 Remove bituminous pavement 31 Remove concrete curb and gutter 32 Remove existing RCP storm sewer 33 Remove existing CBMH 34 Mill bituminous surface 35 Reset existing CB cstg. & rings 36 15" RCP, Class 5 or PVC SDR 35 37 12" RCP, Class 5 or PVC SDR 35 38 Std. CBMH w/R3067V cstg. (Plate 1 -16) 39 Std. CB w/R3067V cstg. (Plate 1 -19) 40 Concrete curb and gutter 41 Class 5, 100% crushed quarry rock (including excavation) 42 Type 31 bituminous base course 43 Type 41 bituminous wear course 44 Sod with 3" topsoil Total Part D - 60 -1/2 Ave./N. Meadow Lk.Rd. Part E - Utah Avenue /62nd Avenue 45 Remove bituminous pavement 34162TRO Unit Qty Unit Price Total Price TN 20 $ $ TN 10 $ $ LS 1 $ $ SY 600 $ $ SY 160 $ $ LF 100 $ $ LF 30 $ $ EA 1 $ $ SY 1,060 $ $ EA 1 $ $ LF 30 $ $ LF 670 $ $ EA 2 $ $ EA 3 $ $ LF 110 $ $ TN 45 $ $ TN 20 $ $ TN 110 $ $ SY 900 $ $ SY P -3 60 $ No. Item Unit Qty Unit Price Total Price 46 Remove concrete curb and gutter LF 40 $ $ 47 Std. MH w/R1642B cstg. over ex. pipe EA 1 $ $ 48 Std. CB w/R. -3067V casting EA 2 $ $ 49 12" RCP, Class 5 or PVC SDR 35 LF 45 $ $ 50 Class 5 100% crushed quarry rock (including excavation) TN 20 $ $ 51 Concrete curb and gutter LF 40 $ $ 52 Type 31 bituminous base course TN 15 $ $ 53 Type 41 bituminous wear course TN 10 $ $ 54 Sod with 3" topsoil SY 40 $ $ Total Part E - Utah Avenue /62nd Avenue $ Part F - 60 -1/2 Ave. North/Winnetka Ave. 55 Remove bituminous pavement SY 120 $ $ 56 Remove concrete curb and gutter LF 80 $ $ 57 Concrete curb and gutter LF 80 $ $ 58 Lower existing CB (0.5') EA 1 $ $ 59 Class 5, 100% crushed quarry rock (including excavation) TN 20 $ $ 60 Type 31 bituminous base course TN 30 $ $ 61 Type 41 bituminous wear course TN 30 $ $ 62 Sod with 3" topsoil SY 90 $ $ Total Part F - 60 -1/2 Ave./Winnetka Ave. $ Part G - 8821- 60 -1/2 Avenue North 63 Salvage and reinstall chain link fence LF 170 $ $ 64 Remove shrubs LS 1 $ $ 65 12" perforated pipe drain LF 260 $ $ 34162TRO P -4 No. Item Unit Qty Unit Price Total Price 66 24" dia. yard drain w/R1642 Type C grate EA 2 $ $ 67 Connect IT to existing CB EA 1 $ $ 68 Shape yard Swale LS 1 $ $ 69 Sod with topsoil SY 750 $ $ Total Part G - 8821- 60 -1/2 Ave. North $ Part H - 4224 Flag Avenue North 70 Connect pipe to exist. structure EA 1 $ $ 71 Reset existing cstg. and rings EA 1 $ $ 72 Remove bituminous pavement SY 315 $ $ 73 Remove concrete curb and gutter LF 440 $ $ 74 Std. CBMH w/R3067V casting EA 1 $ $ 75 Std. 2x3 CB w/R -3067V casting EA 1 $ $ 76 24" dia. yard drain w/R1642 Type C grate EA 3 $ $ 77 12" perforated drain pipe LF 225 $ $ 78 12" RCP, CL 5 or PVC SDR 35 LF 425 $ $ 79 Shape yard swale LS 1 $ $ 80 Class 5, 100% crushed quarry rock (including excavation) TN 125 $ $ 81 Concrete curb and gutter LF 440 $ $ 82 Type 31 bituminous base course TN 35 $ $ 83 Type 41 bituminous wear course TN 35 $ $ 84 Sod with 3" topsoil SY 770 $ $ Total Part H - 4224 Flag Avenue North $ Part I - 4740 Utah Avenue 85 Remove bituminous pavement SY 50 $ $ 86 Salvage and reinstall chain link fence LF 230 $ $ 34162TRO P -5 No. Item Unit Qty Unit Price Total Price 87 Remove concrete curb and gutter LF 15 $ $ 88 Concrete curb and gutter LF 15 $ $ 89 Std. MH w/R1642B cstg. over ex. pipe EA 1 $ $ 90 Std. YD w/R1642 Type C grate EA 3 $ $ 91 12" RCP, Class 5 LF 170 $ $ 92 12" PVC pipe drain LF 210 $ $ 93 Connect MH to existing 18" RCP EA 1 $ $ 94 Class 5, 100% crushed quarry rock (including excavation) TN 10 $ $ 95 Type 31 bituminous base course TN 5 $ $ 96 Type 41 bituminous wear course TN 5 $ $ 97 Sod with 3" topsoil SY 1,000 $ $ 98 Grade drainage swale LS 1 $ $ Total Part I - 4740 Utah Avenue $ Part J - 3237 Gettysburg Avenue 99 Std. YD w/R1642 Type C grate EA 3 $ $ 100 6" PVC SDR 36 LF 30 $ $ 101 12" RCP, Cl. 5 or PVC SDR 35 LF 40 $ $ 102 12" perforated pipe drain LF 200 $ $ 103 Connect to existing CB EA 1 $ $ 104 Cl. 5 100% crushed quarry rock (including excavation) TN 5 $ $ 105 Repair driveway SY 25 $ $ 106 Sod with 3" topsoil SY 800 $ $ 107 Grade drainage swale LS 1 $ $ Total Part J - 3237 Gettysburg Avenue $ 34162TRO P -6 Total Part A - Winderest Apartments Total Part B - Allen Circle /Gettysburg Ave. Total Part C - 8524 -50th Avenue Total Part D - 60 -1/2 Ave./N. Meadow Lk. Rd. Total Part E - Utah Avenue /62nd Avenue Total Part F - 60 -1 /2 Ave.N./Winnetka Ave. Total Part G - 8821- 60 -1/2 Avenue North Total Part H - 4224 Flag Avenue North Total Part I - 4740 Utah Avenue Total Part J - 3237 Gettysburg Avenue TOTAL BASE BID 34162TRO P -7 The final amount of the contract shall be determined by multiplying the final measured quantities of the various items actually constructed and installed by the unit prices therefor, in the manner prescribed in the specifications. However, the low bidder shall be determined by adding the sums resulting from multiplying the quantities stated by the unit prices bid therefor. Accompanying this bid is a bidder's bond, certified check or cash deposit in the amount of $ , which is at least five percent (5 %) of the amount of my /our bid made payable to the Owner, and the same is subject to forfeiture in the event of default on the part of the undersigned or failure on the part of the undersigned to execute the prescribed contract and bond within fifteen (15) days after its submittal to me /us. In submitting this bid it is understood that the Owner retains the right to reject any and all bids and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this bid, it is understood that payment will be by cash or check. It is understood that bids may not be withdrawn for a period of 45 days after the date and time set for the opening of bids. It is understood that the Owner reserves the right to retain the certified check or bond of the three lowest bidders as determined by the Owner for a period not to exceed 45 days after the date set for the opening of bids. Respectfully submitted, (A Corporation) (An Individual) Name of Bidder (A Partnership) Signer Title Printed Name of Signer 34162.PRO p_$ 1700. ADJUST MISCELLANEOUS STRUCTURES General Requirements 1700.1. DESCRIPTION: This work shall consist of adjusting manholes, removing and replacing frames, adjusting catch basins and gate valve boxes. 1700.2. LOCATION: The plans indicate the locations of each manhole, catch basin and gate valve within the project. The necessary vertical adjustments will be determined by the Engineer, and generally as indicated on the schedule of adjustments. The Contractor shall be responsible for the protection of all existing structures during the course of the work. The Engineer shall assist with the initial location of all manholes, catch basins and gate valve boxes. The Contractor along with the Engineer and a representative of the Owner shall inspect all manholes, catch basins and gate valve boxes prior to beginning construction. Any foreign material found in these structures will be removed immediately by the Owner's forces. Thereafter, the Contractor will b'e responsible for removing any such foreign material which may enter the structures during the construction period. 1700.3. CONSTRUCTION REQUIREMENTS: 1700.3.1. Adjust Manhole & Catch Basin Frames; Where existing frame is within 0.10 feet of plan grade no adjustment is to be made. In such cases the crown or gutter shall be either lowered or raised, as the case may be, to put the street and frame at the same grade. Where the frame must be adjusted upward the Contractor shall accomplish this adjustment with standard concrete adjustment rings of the same size as the cone or slab opening. Each adjusting ring shall be placed in a full mortar bed with the frame also resting in a full mortar bed. Adjusting rings needed to raise the casting to grade shall be incidental to the adjust item. Where the frame is to be adjusted downward, this shall be accomplished by removing the necessary number of adjustment rings from the structure. The frame shall then be reset in a full mortar bed to grade. Regardless of the direction of adjustment, no shims of any material will be allowed. The minimum thickness of all mortar joints shall be at least 1/4 inch with a maximum allowable thickness of 1/2 inch. All excess mortar from the joint shall be wiped clean from the inside of all rings and frame. All manhole castings must be replaced prior to the placing of the final wear course. 3/89 - GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. Care shall be taken to prevent sand, chunks of concrete or any other debris from entering the structures. 1700.3.2. Remove and Replace Manhole and Catch Basin Frames: Where included in the proposal or the Specific Requirements of Section 1700, the Engineer may elect to have the Contractor remove all manhole and catch basin castings and rings if any at the beginning of the construction work. The Contractor then shall cover the openings with suitable steel plates and continue to construct and compact the subbase and base courses. Prior to placing the curbing or final wear course, the Contractor shall raise all structures to final grade following all construction requirements outlined in 1700.3.1. drainage into catch basins must be maintained during the time the casting is removed. During the same time period, the Contractor shall be responsible to keep surface water and dirt from entering the sanitary sewer system. Adjusting rings needed to raise the casting to grade shall be incidental to the remove and replace item. 1700.3.3. Reconstruct Manhole & Catch Basins: Where the Engineer requires, or where it is impossible to adjust the structure with the addition or removal of adjustment rings, reconstruction will be necessary. In such cases it will be necessary to add or remove manhole sections. Pre -cast manhole joints shall be rubber 0 -ring gasket type to match existing joint. In absence of the O -ring joint, older style manhole joints shall be sealed using a material similar to Ram -Nek or equal gasket material applied in accordance with manufacturer's recommendation. 1700.3.4. Adjust Valve Boxes: Valve boxes shall be adjusted to grade prior to the placing of the final wear course. Thorough tamping of the material around the valve box is required. All valve boxes are the sectional screw - threaded adjustable type. 1700.3.5. Valve Box Extensions: Where valve boxes cannot be adjusted without the use of extensions this item will be necessary. The contractor shall remove the upper sections, place the necessary extension and replace the upper section. Thorough tamping of material around the valve box is required. Valve box extensions that fit inside the regular top section are not acceptable. 1700.4. METHOD OF MEASUREMENT: 1700.4.1. Adjust Manhole & Catch Basin Frames: Adjusting frames or ring castings will be measured by the number of casting assemblies adjusted. 1700.4.2. Remove and Replace Manhole and Catch Basin Frames: Remove and replace frames will be measured by the number of castings removed and replaced. 1700.4.3. Reconstruct Manholes: Reconstructing manholes shall be measured by the lineal feet of adjustment for manholes reconstructed. 3/89- GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. 1700.4.4. Adjust Valve Boxes: Adjusting valve boxes will be measured by the number of valve boxes adjusted. 1700.4.5. Valve Box Extensions: Valve box extensions shall be measured by the lineal feet of extensions furnished and installed. 1700.5. BASIS OF PAYMENT: Payment for manhole and valve adjustments at.the contract unit price shall be payment in full for all costs incidental to these items. Payment shall be made based on the following schedule: Item No. Item Unit 1700.501 Adjust Manhole & Catch Basin Frames Each 1700.502 Remove and Replace Manhole & Catch Basin Frame Each 1700.503 Reconstruct manhole Lin.ft. 1700.504 Adjust Valve Boxes Each 1700.505 Valve Box Extensions Lin.ft. End of Section 1700 -3 3/89- GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000. SEWERS General Requirements 24,000.1. DESCRIPTION: This work shall consist of the construction of sewers in accordance with the requirements of the Contract. Under the numbering system used herein numbers 24,000.2 - 24,000.2.N inclusive, deal with Materials; 24,000.3 - 24,000.7.A inclusive, deal with Construction Requirements; 24,000.8 - 24,000.8.K inclusive, deal with Method of Measurement and 24,000.9 - 24,000.9.M, inclusive, deal with Basis of Payment. It is intended that when the Standard Specifications do not cover the subject matter necessary to be covered, additional numbers in the appropriate section may be utilized in the Specific Requirements and the numerical sequence preserved. 24,000.1.A. WORK INCLUDED: The Contractor shall, unless specified otherwise, furnish all materials, equipment, tools and labor necessary to do the work required under his contract and unload, haul and distribute all pipe, castings, fittings, manholes and accessories. The Contractor shall also excavate the trenches and pits to the required dimensions; sheet, brace and support the adjoining ground or structures where necessary; handle all drainage or groundwater; provide barricades, guards and warning lights; lay and test the pipe, castings, fittings, manholes and accessories; backfill and consolidate the trenches and pits; maintain the surface over the trench; remove surplus excavated material; and clean the site of the work. The Contractor shall also furnish all equipment, tools, labor and materials required to rearrange sewers, conduits, ducts, pipes or other structures encountered in the installation of the work. All the work to completely construct the sewer facilities shall be done in strict accordance with the 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 the requirements for class, kind and size of material specified below or as altered or more specifically described in the "Specific Requirements ", "Special Provisions" and "Proposal ". 24,000.2.A. CLAY PIPE: Clay sewer pipe and fittings shall conform to the requirements of the current A.S.T.M. Specification C -700 for extra strength clay sewer pipe. Extra strength pipe shall be used for all Vitrified Clay Sewer Pipe on the project. 24,000.2.B. POLYVINYL CHLORIDE SEWER PIPE: Polyvinyl chloride sewer pipe and fittings shall be produced by a continuous extrusion process using Type 1, Grade 1 material as defined in A.S.T.M. Spec. D -1784. The design, dimensions and wall thickness shall be in accordance with ASTM Spec. D -3034, SDR 35. 1 \88- 24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -1 24,000.2.C. REINFORCED CONCRETE SEWER PIPE: The sewer pipe shall conform to the requirements of the Standard Specifications for Reinforced Concrete Sewer Pipe, A.S.T.M. Designation C -76 of the class designated on the plans and in the Proposal. 24,000.2.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 C151 of the class and type stated in the "Specific Requirements ". All ductile iron pipe shall have mechanical or push -on type joints and shall have a standard thickness cement mortar lining in accordance with AWWA Standard C104. Where ductile iron pipe is used as a pressure line receiving discharge.from a pumping station, all joints shall be electrically conductive by use of 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.G. JOINTS AND JOINT MATERIALS: 24,000.2.G1. Clay Pipe: Clay pipe joints shall be rubber or plastic type compression joints in accordance with A.S.T.M. Spec. C -425. Plain -end vitri- fied clay pipe may be used which employ Type B compression couplings in accor- dance with ASTM Specification C594. 24,000.2.G2. Polyvinyl Chloride 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 of ASTM Specification C -361 and shall be the Bureau of Reclama- tion Type R -4. Deformed 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 -2 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.I1. 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 Steps: 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. Polypropylene Coated Manhole Steps: Polypropylene molded over steel reinforcing rod and similar in design to the cast iron steps specified may be used. All such steps shall be M.A. Industries (SP -1 -PF) Manhole Step, or equal. 24,000.2.J. PRE -CAST CONCRETE MANHOLES: Precast concrete manholes shall be used for all manholes more than 6.5' deep from rim to top of pipe and shall conform to the requirements of A.S.T.M. Designation C -478. Segmental block may be used for the lower portion of manholes over large diameter pipe up to the top of the largest pipe. Unless otherwise stated, the internal diameter shall be four feet. The upper section of the manhole shall be reduced to a smaller diameter opening by use of an eccentric pre -cast cone made expressly for this purpose. On manholes 8 ft. deep and greater the pre -cast section immediately below the cone section shall be one (1) foot in height. The vertical wall of the cone shall be on the downstream side of the manhole, except for pipe 36 inches in diameter or greater where steps will be placed to provide the most 1/88- 24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -3 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 -4 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. 24,000.3. CONSTRUCTION REQUIREMENTS: 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: 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 is found to be defective in manufacture or that has become damaged after delivery by the manufacturer. 1/88-2400OG Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. WNHEM 24,000.3.82. 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.C. HANDLING PIPE & ACCESSORIES: Pipe and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the project by the Contractor; they shall at all times be handled with care to avoid damage. 24,000.3.D. ALIGNMENT & GRADE & UNDERGROUND, SURFACE & OVERHEAD UTILITIES: 24,000.3.D1. General: All pipe shall be laid and maintained to the required lines and grades; with tees, wyes, catch basins, special structures and man- holes at the required locations; and with joints centered and spigots home. Deviation from grade in excess of 0.05 percent may be cause for removal and relaying pipe at the Contractor's expense. 24,000.3.D2. Existing Utilities: Existing water and 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 Engine 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. HIMUM. 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 expense.to the Contractor unless otherwise provided for in the "Special Provisions" or "Specific Requirement." It will be the duty of the Contractor to visit the site and make exact determination of the existence of any such facility prior to the submission of his bid. 24,000.3.E. EXCAVATION & PREPARATION OF TRENCH: 24,0O0.3.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 sewers. 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 sewer 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 -7 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. 9319M 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 (5X) 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. Pipe Clearance in Rock: Ledge rock, boulders and large stones shall be removed to provide a clearance of at least 6 inches below the outside barrel of the pipe and to a clear width of 6 inches on each side of all pipe and appurtenances for pipe 15 inches or less in diameter; for pipes larger than 15 inches, a clearance of 6 inches below and a clear width of 9 inches on each side of outside diameter of pipe shall be provided. Adequate clearance for properly jointing pipe laid in rock trenches shall be provided at bell holes. 24,000.3.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. 228MM 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. ice 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 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -10 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.E15. Interruption of Water Service: No valve or other control on the existing system shall be operated for any purpose by the Contractor without approval of the Engineer and all consumers affected by such operation shall be notified by the Contractor at least an hour before the operation and advised of the probable time when service will be restored. 24,000.3.E16. Tunneling, Jacking or Excavation Other Than Open Trench: Where pipe cannot be placed by open trench excavation, the method for placing and payment thereof shall be stated in the "Specific Requirements ". 24,000.3.E17. Manner of Handling 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 Kept Clean: All foreign matter or dirt shall be removed from the inside of the pipe before it is lowered into its position in the trench, and it shall be kept clean by approved means during and after laying. All matter entering the pipe shall be removed by the Contractor prior to ac- ceptance with no additional compensation allowed. 24,000.3.E19. Laying the Pipe: The spigot shall be lubricated, centered in the bell, the pipe shoved into, position and brought into true alignment; it shall be secured there with earth carefully tamped under and on each side of it, excepting at the bell holes. Care shall be taken to prevent dirt from en- tering the joint space. 24,000.3.E20. Preventing Trench Water From Entering Pipe: All openings along the line of sewer shall be securely closed, and at the suspension of work at any time, suitable stoppers shall be placed to prevent water, earth or other substances from entering the sewer. 1/88- 24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -11 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 sewer line outlets to grade or where the line is terminated with a flared end section, the Contractor shall fasten at least the last three (3) joints together by the use of "U" bolt fasteners approved and as recommended by the pipe manufacturers. 24,000.4. SERVICE CONNECTIONS: 24,000.4.A. WYE BRANCHES: Extra strength wye branches shall be placed at the locations directed by the Engineer. The wye branch shall be placed so that the wye is located at approximately a 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.B. RISERS: Standard weight cast iron soil pipe shall be used as risers to extend service connections to a point within 10 feet of the street grade or as directed. Risers shall be installed in accordance with the 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. 1/88- 24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -12 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. MA NHOLES: 24,000.5.A. GENERAL: All reference to manholes shall apply equally to catch basin structures in this section of the specifications. 24,000.5.B. EXCAVATION: Excavation shall be to a depth and size to provide for construction of the manholes and catch basins as shown in detail on the plans. 24,000.5.C. CONCRETE BASE: Concrete base for manhole construction shall be of size and depth as shown on the plans. Concrete used for this purpose shall consist of one part Portland cement, two parts of clean sharp sand and four parts of graded coarse aggregate. Material used for this purpose shall be subject to the approval of the Engineer. Base shall be poured on undisturbed earth prior to setting the precast manhole sections. Precast concrete manhole bases shall be considered equal. 24,000.5.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 15% 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 (15X) by volume of cement. 24,000.5.E. MANHOLE STEPS: Manhole steps shall be of the type as specified in Section 24,000.2.J. Spacing shall be as shown on the detailed manhole plans, but not greater than 16 inches in vertical alignment. 24,000.5.F. PLACING MANHOLE RINGS & COVERS: The frame or ring casting shall be set to the designation elevation in a full mortar bed. 24,000.5.G. PLACING CATCH BASIN FRAMES & COVERS: Where catch basins are to be placed to final grade and castings are to be installed in curbing, then the casting and all adjusting rings shall be encased in concrete at least 4 inches ra 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- 24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000.6. BACKFILLING, CLEANING UP & MAINTAINING SURFACES: 24,000.6.A. BACKFILLING PROCEDURE AT PIPE ZONE: All trenches and excavations shall be backfilled immediately after pipe is laid therein. For backfill up to a level of one foot over the top of the pipe, only selected materials free from rock, boulders, debris or other high void content substances, shall be used. The backfilling shall be placed completely under the pipe haunches in uniform layers not exceeding 4 inches in depth. Each layer shall be placed, then carefully and uniformly tamped to eliminate the possibility of lateral displacement and to provide uniform support completely under the pipe haunches. The backfill material shall be moistened if necessary, tamped in 4 inch layers and thoroughly compacted under and on each side of the pipe to provide solid backing against the external surface of the pipe. The installation and backfilling of polyvinyl chloride pipe shall be in 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- 24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -14 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. DE TESTS: Density tests will be performed by an approved soils testing directed by the assistance as tion being made firm at various locations and depths throughout the project as Engineer. The Contractor shall cooperate fully and provide necessary to complete these tests with no additional compensa- 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 mate- 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.I. 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. 24,000.6.J. CLEANING UP: Surplus pipe line material, tools and temporary structures shall be removed by the Contractor, and all dirt, rubbish, caused by his operations and excess earth from excavations shall be hauled to a dump provided by the Contractor and the construction site shall be left to the sat- isfaction of the Engineer. Clean up and restoration shall include the replacement and restoration of all street signs, mailboxes, posts, fences and similar items disturbed by the con- struction described herein. Unless otherwise noted in the Special Provisions or Proposal all items of clean -up and restorations shall be considered inci- dental to the contract with no additional compensation allowed. 24,000.7. TESTING PIPE LINES 24,000.7.A. INFILTRATION IN SEWERS: Upon completion of the sewer construc- tion, leakage tests shall be made to determine the amount of ground water in- filtration into the sewers. 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 lie shall not exceed the specified maximum allowable rate. The maximum allowable rate of leakage shall not exceed 100 gallons per mile per inch diameter of pipe per day. The Contractor shall furnish the weirs and other material and the labor for placing the weirs in the sewers and shall assist the Engineer in making the measurements. The Contractor shall receive no additional compensation for making the leakage tests or corrective work necessary to reduce leakage below the maximum allowed by the specifications. 24,000.8. METHOD OF MEASUREMENT: 24,000.8.A. TRENCH EXCAVATION: Trench excavation will be measured in linear feet of trench according to the zone classifications specified as follows: From 0' to 8', from 8' to 10 and in two foot increments thereafter, which are based on the total depth of the trench to the designated grade of the pipe invert. No deduction in depth will be made for rock encountered in the trench above the designated grade. Measurement will be made along the centerline of the sewer and from center to center of all manholes, catch basins or junction fittings. 1/88- 24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000 -16 24,000.8.B. SOLID ROCK EXCAVATION: trench, such rock excavation shall be me shall be measured from the top of outside barrel of pipe and twelve inches pipe. The minimum trench width of inches. For measurement purposes volume walls for the width specified above. If solid rock is encountered in the asured by volume in cubic yards and the rock to a point six inches below the from each side of inside diameter of the solid rock excavation shall be 36 will be computed based on vertical 24,000.8.C. 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 install- ­ 1 111 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 ly by vertical length in linear feet from the centerline top of the last riser section. measured separate - of the sewer to the 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. 24,000 -17 1/88- 24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000.8.x. SPECIAL STRUCTURES & APPURTENANCES: Methods of measurement for special structures and appurtenances not included above shall be as stated in the "Special Provisions," "Specific Requirements," and "Proposal." 24,000.9. BASIS OF PAYMENT: 24,000.9.A. TRENCH EXCAVATION & BACKFILL: Regardless of the width excavated, sewer pipe furnished and installed with bedding will be paid for at the Contract Unit Price per linear foot of pipe falling within each of the following depth zones as measured from the profile grade: From 0' to 8 from 8' to 10', and two foot increments thereafter. Excavation and backfilling of trench and associated pipe bedding shall be included in the price of sewer pipe furnished and installed. 24,000.9.B. SOLID ROCK EXCAVATION: Solid rock excavation will be paid for at the Contract Unit Price per cubic yard. 24,000.9.C. SEWER PIPE WITH BEDDING IN PLACE: Sewer pipe in each diameter and classification furnished and installed will be paid for at the Contract Price per linear foot which shall include payment for trench excavation and backfilling and associated pipe bedding. 24,000.9.D. DUCTILE IRON PIPE: Ductile iron pipe will be paid for at the Contract Unit Price per linear foot for each type and diameter of, pipe fur- nished which shall include payment for trench excavation and backfill. 24,000.9.E. WYE BRANCHES: Wye branches will be paid for at the Contract Unit Price for each unit furnished and installed of the size specified on the Pro- posal. 24,000.9.F. SERVICE RISER PIPE: Service riser pipe will be paid for at the Contract Unit 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 24,000.4.8. shall be considered as incidental and will not constitute a pay item. 24,000.9.G. CONSTRUCTING MANHOLES TO DEPTH OF EIGHT FEET: Constructing of manholes to a depth of eight (8) feet will be paid for at the Contract Unit Price per manhole which shall include furnishing and placing the manhole frame and cover. This section also applies to all catch basin manholes and catch basins. 24,000.9.H. CONSTRUCTING MANHOLES TO A DEPTH GREATER THAN EIGHT FEET: Con- structing of manholes to a depth greater than eight (8) feet will be paid for at the Contract Unit Price per manhole plus the unit price per linear foot for each foot of depth that is greater than eight feet. This section also applies to all catch basin manholes and catch basins. 24,000 -18 1/88- 24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000.9.1. CONSTRUCTING CATCH BASINS: Constructing catch basins as shown on the plans will be paid for at the Contract Unit Price per catch basin which shall include furnishing and placing the catch basin frame and grating. 24,000.9.J. IMPROVED PIPE FOUNDATION: Authorized granular materials for improving pipe foundation in place shall be paid for at the Contract Unit Price per lineal foot for each six inch layer placed below pipe bedding. 24,000.9.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. 24,000 -19 CASTING R1772B i when facing down stream for all lines 36" and over am of manhole to ;ter of pipe and slope 'award invert. MMt PLAN B .; A a r.; .h I c •, r. e..• Ai . 8onestroo, Rosene, Anderlik 8 Assoc., Inc. Consulting Engineers St. Paul, Minnesota T V�. A."!. -4. ` 1 . , � 1 . ^:P.i Manhole steps shall be placed `f - set vertical portion ; facing downstream, es up to 36" diameter. cps on right hand side Neenah frame and cover, or equal. with 2 concealed pickholes. . > See specifications for costing number. Minimum of 2, maximum of 3 V Concrete adjustment rings allowed. All 'joints in manhole to have "0" ring rubber gaskets. Manhole steps, Neenah R1981 J or equal, 15 " o. c. Aluminum steps approved. Where sewer runs straight through a standard manhole, the pipe shall be continuous. The top 1/2 of the pipe shall be broken out after completion 8 Precast segmental concrete block to be built up to the top of the pipe, for manhole with pipe over 24" diam, Plaster exterior. Pipe shall be cut out flush with inside face of wall. Use opening in 4 1 M H section to 1 24" d i a m. Minimum slab thic E T ION Increase thickness Not to Scale depth greater than with 6"x 6 10/10 STANDARD IL. STORM SEWER MANHOLE kness, 6" for 14' depth. I" for each 4' of 14; and reinforce mesh Revisions Plate No. Jan. 1980 1 -8 I �w H O =r Pte! 0 SECTI lmriml Not to Scale For 6 diam. Manhole an 8 ° ° precast slab is Required Neenah frame and cover , or equal. with 2 concealed pick hobs. see specs, for casting numbers. Concrete Adjusting Rings, min. of 2, max. of 3 req'd • -11--6 "Precost Reinforced Concrete Manhole Slab tf 4 Bars at Vo.c. Eoch Way 2 -114 Bors All Sides of Opening Manhole steps. Neenah R1981J or equal, ' 15 "o.c. Aluminum steps approved.. , u Where sewer runs straight through e . standard manhole, the pipe sh9II be �Al continuous, The top 1/2 of the pipe 3 shoil be broken out offer completion. All joints In manhole to hove "0" ring k rubber gasket Minimum slab thickness 6' for 14' depth Increase thickness 1" for each 4'of #8 depth greater than 14; and reinforce with 6% 6" 10 /10 mesh. ZZ t I use opening in 4 M.H. t w = section to 24 ° ' dlo. g' precast segmental •:•' ' concrete block . to be used with 24 410. or larger. Pipe sholl be cut qut flush with inside face of wall. Compact to top of first pips to fira Joint sonestroo Rosen* ST ANDARD DETA ST OR M Consulting Engineers J a n'. • 19 80 • '® ; o 1 -0 0 SECTI lmriml Not to Scale For 6 diam. Manhole an 8 ° ° precast slab is Required Neenah frame and cover , or equal. with 2 concealed pick hobs. see specs, for casting numbers. Concrete Adjusting Rings, min. of 2, max. of 3 req'd • -11--6 "Precost Reinforced Concrete Manhole Slab tf 4 Bars at Vo.c. Eoch Way 2 -114 Bors All Sides of Opening Manhole steps. Neenah R1981J or equal, ' 15 "o.c. Aluminum steps approved.. , u Where sewer runs straight through e . standard manhole, the pipe sh9II be �Al continuous, The top 1/2 of the pipe 3 shoil be broken out offer completion. All joints In manhole to hove "0" ring k rubber gasket Minimum slab thickness 6' for 14' depth Increase thickness 1" for each 4'of #8 depth greater than 14; and reinforce with 6% 6" 10 /10 mesh. ZZ t I use opening in 4 M.H. t w = section to 24 ° ' dlo. g' precast segmental •:•' ' concrete block . to be used with 24 410. or larger. Pipe sholl be cut qut flush with inside face of wall. Compact to top of first pips to fira Joint sonestroo Rosen* ST ANDARD DETA ST OR M Consulting Engineers J a n'. • 19 80 • 24 "x3Er slab opening for Neenah R3067 or equal Dimension from back of curb to center of pipe. Anderlik 4' Dia. MH — 9" in from Back of Curb 5' Dia. MH — 3" in from Back of Curb 6' Dia. MH — 3" behind Back of Curb 7' Dia MH — 9" behind Back of Curb 8' Dia. MH — 15' behind Back of Curb I 5" us m . Varies � Neenah 83067 casting or equal with type D or Vane Grate. Minimum of 2 maximum of 5 concrete adjustment rings with full bed of mortar between each and a 4" collar on the outside. 6" precast reinforced concrete slob. Seal with 2 beads of RAM —NEK. All joints in manhole to have "0" ring rubber gaskets. Precast concrete section, Doghouses shall be grouted on both the outside and inside. Manhole steps, Neenah R1981J or equal, 15" o.c., Aluminum steps approved. 8" Precast segmental concrete block to top of the pipe shall be used when size and depth prohibit the fabrication of precast units. Minimum slab thickness, 6" for 14' depth. Increase thickness 1" for each 4' of depth greater than 14', and reinforce with 6"x6" 10/10 mesh. Grout bottom O :41 i N_ • TYPE 11 Last Revision• Mar. 1990 (Plate No..�l HZE 1- 16.DWG Bonestroo A" Rosene Anderlik Associates Engineers Q Architects St. Paul, Minnesota O :41 i N_ • TYPE 11 Last Revision• Mar. 1990 (Plate No..�l HZE 1- 16.DWG 36 = Back of curb 1 _ sD O T --A Direction of flow Catchbosin costinq Neenah R3067 or equal with DR. or DL. grate. 3 "radius curb box Min. of 2 , Max. of 3 concrete adjustment rings allowed. F'44 2 N i NOTE: Right hand grate shown 1 � I i I 1 � PLAN Grate to be 2" below gutter grade. Slope gutter 5` each side of Catchbosin. Top of Curb Variable N ECTI Bonestroo , Rosene, STANDAPFt DETAILS Anderlik & Assoc. Consulting Engineers TY PE IL St. Paul,Minn. CATS HBASIN _ N M s t0 Revisions Plate No. Jan. 1981 iji 1 -19 r.' ' 24" x 36" Precast ® ''R � 3 of grout ®••• ECTI Bonestroo , Rosene, STANDAPFt DETAILS Anderlik & Assoc. Consulting Engineers TY PE IL St. Paul,Minn. CATS HBASIN _ N M s t0 Revisions Plate No. Jan. 1981 iji 1 -19 LOAD FACTOR 1.5 LOAD FACTOR 1.5 min. Compacted Backfili 11 III III 2. 1= II p �� Bc /4 but not 0.5 Bc min. ;..::. w Normal less than Bedding 0.5 Bc min. Coorse Filter Aggregate w (Mn Dot Spec. 3149H Mod.) CLASS C-I CLASS C -2 HAND SHAPED FROM HAND SHAPED FROM FIRM UNDISTURBED ANGULAR BEDDING SOIL MATERIAL t ` Bc" Denotes outside diameter of Pipe Barrel w " Bc t 12" Minimum LOAD FACTOR 1.9 LOAD FACTOR 2.3 Compacted Backf ill — I w J CLASS B HAND SHAPED FROM ANGULAR BEDDING MATERIAL �--- Compacted Backfill 0.5 / Y41 i1V1 les than 6` Coarse Filter Aggregate (Mn DOT Spec. 3149H Modified) CLASS A CONCRETE BACKFILL TO 0.5 OF OUTSIDE DIAMETER WITH SHAPED BEDDING 2000 Concrete Bonestroo, Rosene, STANDARD DETAILS Revisions Plate No. Anderiik 8 Assoc. Inc. JAN. 1986 Consulting Engineers BEDDING METHODS I -25 St. Paul, Minnesota FOR RCP, VCP a DIP Compacted Backfili A= IIIIIII o p . .� Foundation ° - - -- ° - - °- -_ -- Va able O L � Minimum = 2d + Bc + 12 of Bc' , Denotes outside diameter of Pipe Barrel Variable w of Bedding 6 Pay Depth i ncrements 6 (Typical) - Coarse Filter Aggregate (Mn DOT Spec. 5149H Modified) Bonestroo, Rosene, STANDARD DETAILS Revisions Plate No. Anderlik 8 Assoc. Inc. JAN. 1986 Consulting Engineers IMPROVED FOUNDATION 1-25A St. Paul, Minnesota FOR RCP, VCP a DIP Compacted Backfill 12 Granular Borrow (Mn DOT Spec. 3149A, Modified) PIPE F O UN DATION a B•e ••e SO Compacted Backfill Backfill Bc ° 0 Bedding 6 Foundation ° • " ° o ' d �• �� 6 11 Variable 'a • 7 Pay Depth Increments (Typical) Coarse Filter / / Bc" Denotes outside L Minimum = 2d +Bc +I2" � Aggregate diameter of Pipe (Mn. DOT Spec. 3149H Barrel Modified) PIPE FOUNDATION 8t BEDDING IN POOR SOILS Bonestroo, Rosene, STANDARD DETAILS Revisions Plate No. Anderlik S Assoc. Inc. Consulting Engineers PVC PIPE FOUNDATION a I-- 25B St. Paul, Minnesota BEDDING METHODS 6" Distance t variable 1&'r - ��` - -- - ►t» -- 1 � - - - -- _..- 3 r' . .' "r TYPE �. / 11 I /2 a si a 3/4 er. ft STANDARD SECTION A tl M.H.D. B6I8 y - - - - - CONCRETE CURB Ek GUTTER „ 1/2 r 6" Distance t � v ariable -�- - - -- - - '- - 3r - / u u TYPE B io a _ 3 1/2 F -1. " , ✓ slo a 3/4" er ft STANDARD SECTION , M.N.D. 8624 — • ': �..: CONCRETE CURB 8c GUTTER — i �il 24 . 1 /2 "r "C " -� a „ �� 1 /2 r ft TYPE ... 3/4 .,r sio r -- '. STANDARD SECTION 0 r i a' SURMOUNTABLE CONCRETE CURB a GUTTER 12, ►I+- ' 2, 1 —I 1/2 r �, fi3ir Distance to v ariable i t� (0 Bituminous surface TYPE ms D " STANDARD SECTION M.N.D. B6 - Gravel ba se CONCRETE CURB Type "A'or Type'B" Curb 1/ ��` 3 1ir ii - I / 2 "r _- er ft. � TYPE - A B, C —�1 � t sloe 3/4 _- STANDARD SECTION DRIVEWAY _ 10� 16'!T A 2 "Typ B� 12 12 -T e C Banestroo, Rosene, Revisions Plate No. Anderlik & Assoc, Inc. STANDARD RETAILS Consulting Engineers CONCRETE CURB a GUTTER 4 St. Paul, Minnesota 10' Min. Transition 10 'Min. Transition 8618 curb 8► gutter —7 a v1 F —Top of curb Bonestroo Rosene SPECIAL DETAILS Revisions Plate No. Anderlik and Assoc. Inc. 2.19-82 JKI Consulting Engineers 8618 CURB GUTTER -9 St. Paul, Minn. CONSTRUCTION AT CATCH BASIN NOTE: Surmountable curb 8 gutter to be formed into a B618 type curb at catchbasin castings. Catchbosin fro a cover k\ EN 10' Min. Transition Surmountable curb 81 gutter Design Butt line grade Surmountable curb 8 gutter D e C"i Min. Transition Top of curb 2-No.4 reborn Expansion—* Joint Neenah frame & cover or equal. R-3067 with Type DL grate Kmdrelll' Bonestroo , Rosene SPECIAL DETAILS Revisions Plate No. Anderlik & Assoc. Inc. 2-19-82 JKI SURMOUNTABLE CURB 8 GUTTER 4-10 Consulting Engineers St. Paul, Minn. CONSTRUCTION AT CATCHBASIN I I I Catchbasin casting Neenah R-3067 or equal. 3 o radius curb box Finish Min. 2, Max. 3 Conc. adjustment rings. Bonestroo, Rosene, Anderlik & Assoc., Inc. Consulting Engineers St. Paul, Minnesota P . �. . 0 WORIEZI No. 3 rebar (to extend 12 beyond each side of casting Embedded in conc. collar and curb. C ONCRETE SPECIAL DETAILS , C ON - 1 -!, •. Conc. collar to encase •'' ®' casting and rings. ®' Conc. curb mix shall be used for conc. collar. Grout shall be placed inside, between and outside of conc. adjustment rings. '• ®'.o'. Conc. or metal shims shall be used to level casting. C ONCRETE SPECIAL DETAILS , C ON - 1 (. structure Acc h ole opening Precast concrete top slab. see spec. for size 1 ® A A . Ram —n ck or equal ® . seal b tween top A slab aid manhole section; Fill point under top slab with mortar Iflush with A inside face bf structure. v 4' =0" or 6' -0" D a. Manhole Section (see pec.) .• A ® Manhole steps (see spec.) 'p' STAN DEZAIL SEAL BETWEEN •' SLAB & MANHOLE • T Last Revision: Sept. 1988 Plate No. SP -61 SP- 61.DWG onestroo Rosene Anderlik & Associates Engineers 4 Architects St. Pauk Minnesota STAN DEZAIL SEAL BETWEEN •' SLAB & MANHOLE • T Last Revision: Sept. 1988 Plate No. SP -61 SP- 61.DWG 2" x 2" wood stakes 8' Maximum spacing 1 0 of runoff to Direction______._ � . Engineering fabric, Mirofi "Envirofenci" or equal. Fabric anchorage trench Backfill trench with tamped natural soil -, Support post anchorage in—situ soil SPED] SILTATION FENCE Note: Attach fabric to support posts with lath and staples 'Lost Revision: May, 1990 Plate No. SP-89 Bonestroo Rosene Anderlik & Associates Engineers & Architects St. Paul, Minnesota SPED] SILTATION FENCE Note: Attach fabric to support posts with lath and staples 'Lost Revision: May, 1990 Plate No. SP-89 PI-AN t WEE 27 A Lr- o 0 � •� L o �► 7 6 _ _._. "' 6 1 ,,, —+-6 -t— r " 4 Bonestroo, Rosene, Anderlik 8 Assoc. Inc. Consulting Engineers St P! :', Minnesc J`�-- Neenah frame and cover, or equal. / with 2 concealed pick holes. See specification for costing number. Concrete adjusting rings, min of 2 max. of 3 regd. t—' Manhole steps. Neerct P1981J or equal -- 15 "o.c. Aluminum steps approved 6" Precast reinforced concrete manhole slab. # 4 bars at 5� way. 2 -#4 bars all sides of opening. $ Precast reinforced corcrele manhole slab. "`5 bars at 6 "o.c. 6c. wy. 2 #4 bars all sides of openinq All joints in manhole to hcve " 0 " ring rubber gaskets Minimum slab thickness 6 for 14 depth. Increase thickness I" for each 4' of depth greater than 14' and reinforce with 6"x6"- 10/'0 mesh J--- P pc sh7 5e cut out flush wi +h lne;Ap. ft" of Wall _'"Compact to top of pipe, to first joint. 'Vote: Kor- n - seol manhole or equal considered acceptobe alternate SPECIAL D ET A ILS MANH REINF CENTER A. & TOP SLAB SP-93 ON Not :kale Manhole steps shod be placed SUPPLEMENTAL CONDITIONS OF THE CONTRACT 3.1 AWARD OF CONTRACT The award of the project shall be made to the lowest responsible bidder based on the lowest base bid amount. The Owner reserves the right to retain all bids for 45 days prior to awarding the Contract. The Owner reserves the right to delete one or more Parts of the Project either before or after contract award. No additional compensation shall be granted if any portion of the project is deleted. OUT -OF -STATE CONTRACTOR SURETY DEPOSIT When an out -of -state Contractor enters into a contract that exceed $100,000.00, the Contractor must file Form SD -E, Exemption from Surety Deposits for Out -of -State Contractors, with the Minnesota Department of Revenue. If the Contractor is exempt from the surety deposit requirements, he shall provide the Owner with a copy of the form showing the Revenue Department certification. If the Contractor is not exempt, the Owner will withhold an additional eight (8) percent of each payment made to the Contractor and forward those funds to the Minnesota Department of Revenue. Forms and information can be obtained by calling (612) 296 -6181 or(too free) 1- 800 -657 -3777. CERTIFICATE OF COMPLIANCE WITH MINNESOTA STATUTES 290.92 & 290.97 Upon completion of the project and prior to final payment, the Contractor and all subcontractors shall complete Minnesota Department of Revenue Form IC -134, revised September, 1989. This form, Withholding Affidavit for Contractors, must be stamped and dated by the Department of Revenue and forwarded to the Owner. Contractors can obtain copies of this form from the Owner or from the Minnesota Department of Revenue, Mail Station 4450, St. Paul, MN 55416 or by calling (612) 296 -6181. A GRANITE GENERAL PO WER Know all Men by these Presents: That GRANITE RE, INC., a corporation organized an( having its principal office at the City of OKLAHOMA CITY in the JONATHAN PATE, RODMAN A. FRATES, JEFFREY R. its true and lawful Attorney -in- Facts) for the following purposes,; To sign its name as surety to, and to execute, seal and us, its Board of Directors, hereby ratifies and confirms all and whats JONATHAN PATE, RODMAN A. FRATES, JEFFREY R. W may lawfully do in the premises by virtue of these presents. In Witness Whereof, the said GRANITE RE, INC. has ca duly attested by the signatures of its Vice President and Ass JUNE' , 19 92 By u STATE OF OKLAHOMA COUNTY OF OKLAHOMA SS: E GR 0392 -3 A 1 lectivelydo and 1Tr -- Iw lr1 _ > corporate seal, 0th day of ® _ icent On this 30th day of JUNE 19 92 before me personally came R. Darryl Fisher, Vice President of the GRANITE RE, INC. Company and Sarah Beauchamp, Assistant Secretary/Treasurer of said Company; with both of whom I am personally acquainted, who being by me severally duly sworn, said, that they, the said R. Darryl Fisher and Sarah Beauchamp were respectively the Vice President and the Assistant Secretary/Treasurer of the GRANITE RE, INC., the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corporation, and that they signed their name thereto by bike order as Vice President and Assistant Secretary/Treasurer, respectively, of the Company �G �Fj\OA L1Ey� �NOTARy \� � My Commission Expires: i. sf9r OF RI(lA o�C MAY 9' 1996 �. "� Notary Public IN GRANITE RE, Certificate THE UNDERSIGNED, being the duly elected and acting Assistant Secretary/Treasurer of Granite, Re, Inc., an Oklahoma Corporation, HEREBY CERTIFIES that the following resolution is a true and correct excerpt from the July 15, 1987, minutes of the meeting of the Board of Directors of Granite Re, Inc. "RESOLVED, that the President, any Vice President, the Secretary, and any Assistant Vice President shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the Company in the course of its business. On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the Company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." IN WITNESS WHEREOF, the undersigned has subscribed this Certificate and affixed the corporate seal of the Corporation this 16th day of August , 19 93 J PA .XIE RE, !y AA. I V 1 0 IDR4TF I/ S E A L) Sarah Beauchamp' ��DM Assistant Secretary / Treasurer THIS IS TO CERTIFY THAT POLICIES NOTWITHSTANDING ANY REQUIREMI BE ISSUED OR MAY PERTAIN, THE IN TIONS OF SUCH POLICIES. TYPE OF INSURANCE GENERAL LIABILITY K COMPREHENSIVE FORM PRLMISLSIOPf RATIONS — UNDERGROUN0 EXPLOSION 6 COLLAP$F HAZAHO PRODUCTSICOMPLETED OPLRAIIUN'1 CONTRACTUAL INDLPLNOENT CONTRACTUAS AROADfORM PROPFHTY DAMAGE P( RSONAL INJURY AUTOMOBILE LIABILITY POLICY EffECTM ANY AUTO X Al I OWNCO AUTOS (PRIV. PASS) X At[ OWNLD AUTO$ (OTHFF( THAN PRIV PASS X HIRFD AUTOS X NON- OWNL() AUTOS fA ,H OC(;IJH GAR AGI i IARIUTY ..... .... .... _....... EXCESS LIABILITY X UMBRELLA IORM OIHLN MAN'IMBRELLA i(HIM WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY OTHER X OP INSURANCE LISTED FIFLOW HAVE B EEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICA7 ED. :NT, TEAM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY $URANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI. it It 0FSCHIPlION OF OP[RAIION$ /LOCATIONGNI HIC:LESISPECIAI GEMS 31 PFRSONAL INJURY ( $ IvatA r I>rJURY $ i J 0 0 iVFK AFRSGNi OILY INJIiRY $5 {AEA dCCIDENt) PROPERTY DAMAGE $ RI d PD C OMAINFD $ -- $1 &YU 2 ,()00 2 , 00( ..�... COMBINEi) $ $ _ S7AtUTOfiv er (FACH ACCIOENT) i iDI FASF•POUCY IIN!Ti $ 0 � (DISEASL-LA(';H I rain: t> SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE FX PIRATION DATE THEREOF, THE ISSUING COMPANY WILL MAIL �yQ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDEN -vAMtla ,U THI LEFT, F , OR POLICY EffECTM ftiCY EXPIKAIJON LIABIL 17 Y LIMITS IN THOUSANDS POLICY NUMBER —� .• RATE IMWDD/YYI T ItATF (MM /DLIIYYI AGG�ECATE fA ,H OC(;IJH HODILY BP 5861 5- 29 -93 5- 29.94 INJ $500 $500 NHOPERTY DAMAGE. $2 00 $ 2 0 0 ©1 & PD (;OMDIN[O $ $ it It 0FSCHIPlION OF OP[RAIION$ /LOCATIONGNI HIC:LESISPECIAI GEMS 31 PFRSONAL INJURY ( $ IvatA r I>rJURY $ i J 0 0 iVFK AFRSGNi OILY INJIiRY $5 {AEA dCCIDENt) PROPERTY DAMAGE $ RI d PD C OMAINFD $ -- $1 &YU 2 ,()00 2 , 00( ..�... COMBINEi) $ $ _ S7AtUTOfiv er (FACH ACCIOENT) i iDI FASF•POUCY IIN!Ti $ 0 � (DISEASL-LA(';H I rain: t> SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE FX PIRATION DATE THEREOF, THE ISSUING COMPANY WILL MAIL �yQ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDEN -vAMtla ,U THI LEFT, F , OR COUNCIL I' +.- I • & . • RESOLUTION APPROVING CHANGE ORDER NO. 1 FOR 1993 STORM SEWER & DRAINAGE IMPROVEMENTS (IMPROVEMENT PROJECT NO. 508) IN THE AMOUNT OF $4,988.50 The City Council awarded the bid for the 1993 Storm Sewer & Drainage Improvements (Improvement Project No. 508) to Bituminous Consulting & Contracting on July 26th in the amount of $181,296.00. Subsequent to the awarding of the bid, Northwest Church of Christ, located at 8624 50th Avenue North, submitted a preliminary plat to the City to subdivide the property. The church property is located adjacent to one of the drainage projects and as part of the platting requirements, staff requested that the church participate in the project because part of the drainage problem was caused by run -off from the church parking lot. The church agreed to participate in the project, and to reimburse the City for extra costs associated with expanding the project onto their property. The additional costs to expand the project were $4,988.50. Staff recommends approval of the enclosed resolution which approves Change Order No. 1 in the amount of $4,988.50. i • me SECOND BY Review: Administration: Finance: III CITY OF NEW HOPE RESOLUTION NO. 93- 163 RESOLUTION APPROVING CHANGE ORDER NO. 1 1993 STORM SEWER & DRAINAGE IMPROVEMENTS IMPROVEMENT PROJECT NO. 508 IN THE AMOUNT OF $4,988.50 WHEREAS, the New Hope City Council accepted a bid at the July 26th Council meeting from Bituminous Consulting & Contracting for the construction of the 1993 Storm Sewer & Drainage Improvements (Improvement Project #508) in the amount of $181,296.00; and WHEREAS, it has been determined that the project should be modified to address drainage problems on the Northwest Church of Christ property at 8624 50th Avenue North in conjunction with the platting of that property; and WHEREAS, the estimated cost for the modifications, which Northwest Church of Christ has agreed to reimburse the City for, is $4,988.50. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of New Hope, hereby approves Change Order No. 1 for the 1993 Storm Sewer & Drainage Improvements (Improvement Project #508) in the amount of $4,988.50 for modifications and that the original contract amount of $181,296.00 is hereby increased to $186,284.50 for the making of said improvement. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 25th day of October, 1993. L� Mayor Attest: City Clerk October 21, 1993 City of New Hope 4401 Xylon Avenue N. New Hope, MN 55428 Attention: Mr. Kirk McDonald Otto G. Bonestroo, P.E. Howard A. Sanford, PE. Agnes M. Ring, A.I.C.P Robert W. Rosene, RE.* Keith A. Gordon, P.E. Philip J. Pyne, P.E. Joseph C. Anderlik, P.E. Robert R. Pfefferle, P.E. Thomas W. Peterson, P.E. Marvin L. Sorvala, P.E. Richard W Foster, P.E. Michael C. Lynch, P.E. Richard E. Turner, P.E. David O. Loskota, PE. James R. Maland, P.E. Glenn R. Cook, P.E. Robert C. Russek, A.I.A. Jerry D. Pertzsch, P.E. Thomas E. Noyes, P.E. Jerry A. Bourdon, P.E. Scott J. Arganek, P.E. Robert G. Schunicht, P.E. Mark A. Hanson, P.E. Kenneth P. Anderson, P.E. Susan M. Eberlin, C.P.A. Michael T Rautmann, PE. Mark R. Rolfs, P.E. *Senior Consultant Ted K. Field, P.E. Mark A. Seip, P.E. Thomas R. Anderson, A.I.A. Gary W. Monen, PE. Donald C. Burgardt, P.E. Daniel J. Edgerton. P.E. Thomas E. Angus, P.E. A. Rick Schmidt, P.E. Ismael Martinez, P.E. Philip J. Caswell, P.E. Michael P Rau, PE, Mark D. Wallis, P.E. Re: Backyard Drainage Improvements Project No. 508, File No. 34162 Dear Kirk: Miles B. Jensen, P.E. L. Phillip Gravel, P.E. Karen L. Wiemeri, P.E. Gary D. Kristofitz, P.E. F. Todd Foster, P.E. Keith R. Yapp, P.E. Douglas J. Benoit, P.E. Shawn D. Gustafson, P.E. Cecilio OlMec PE. Paul G. Heuer, P.E. John P. Gorder, P.E. Charles A. Erickson Leo M. Pawelsky Harlan M. Olson James F Engelhardt Attached is Change Order No. 1 for the above referenced project. Change Order No. 1 revises the scope of work for constructing the storm sewer improvements at 8524 50th Avenue. The proposed platting and required parking lot improvements for Northwest Church has resulted in changes. The changes provide for constructing the storm sewer pipe along the easterly edge of Northwest Church's parking lot and constructing a B612 concrete curb in conjunction with catch basins to collect drainage from their parking lot. The additional cost ($4,988.50) over the bid amount ($10,927.00) for this work has been agreed to be paid by Northwest Church. We recommend approval of Change Order No. 1. If you have any questions please contact this office. Yours very truly, BONESTROO, R SENE, ANDERLIK & ASSOCIATES, INC. r �{ Mark A. Hanson mul :$1 Attachment 2335 West Highway 36 • St. Paul, MN 55113 o 612 - 636 -4600 C�Ns rau cYto0•► c4i K# Coe 041) c & Po 4 1, - 20 - - i l ......... .......... ...... r(TYP.T arch h rist SAVE EXIST. BIT. REMOVAL- BIIJUMINOUS LIMITS CB ATCH BITUMINOUS ARKI NG LOT S DIRECTED CONNQCT 12" TO Ex.! CB A 50th Avenue No. 0 Ac 8612 CONCRETE CURB & CUTTER l ..•. 5.5" 0 tz p O tll� CD Ln 6 NOT CONSTRUCT BELOW Ex. ,,� C SHAPE TO,'D YQ BASELINE 0 C 11 NOTE VERIFY STRUMT1 ipp f 1 C, 8624 50th Ave No. New Hope, Minnesota 55428 Ph. 533 -3336 City Of New Hope 4401 Xylon Ave No. New Hope, MN 55428 c/o Kirk McDonald' September 15, 1993 Dear Mr. McDonald, This letter is in response to your call to our church building on September 14, 1993 concerning approval from the Northwest Church of Christ regarding the drainage project on 50th Ave. North. The men of the church met in a business meeting on Sunday, September 11, 1993 to discuss the plans proposed by the city to build a drainage route on the back of our parking lot, along with the houses immediately connected to our property. The proposal we discussed concerned our paying an assessment of $4,988 to the city for this project. The assessment was approved by the business meeting. We thereby agree with the improvements as stated to us, giving you permission to proceed with construction. We understand from you that the arrangements for paying this assessment will be worked out at a later date. Sincerely, f Ric Lanning 4401 Xylon Avenue North Telephone: 612- 531 -5100 City Hall Fax: #612 -531 -5136 New Hope, Minnesota 55428 -4898 TDD Line: 612- 531 -5109 Police Fax. #612 - 531 -517 Public Works Fax: #612- 533 -7650 October 26, 1993 Mr. Wilson Copeland Northwest Church of Christ 8624 50th Avenue North New Hope, MN 55428 Subject: INVOICE FOR DRAINAGE IMPROVEMENTS AT NORTHWEST CHURCH OF CHRIST Dear Mr. Copeland: Enclosed please find an invoice in the amount of $4,988.50 for the drainage improvements made at the Northwest Church of Christ. I have also included a copy of the change order with specific details on the costs for your files along with a letter and graphics from the City Engineer. The New Hope City Council approved the change order at their October 25th meeting. As you are aware, a storm sewer pipe was constructed along the easterly edge of the church's parking lot along with the installation of a B612 concrete curb and catch basins to collect drainage from the church parking lot. The additional cost of $4,988.50 over the bid amount of $10,927.00 was agreed to be paid by Northwest Church. Please contact me if you have any questions. The City appreciates your cooperation on this project in conjunction with your platting /subdivision of the property. Sincerely, A�v A \N _NJ Kirk McDonald Management Assistant /Community Development Coordinator KM /lb Enclosures: Invoice Engineer's Letter /Change Order cc: Dan Donahue, City Manager Larry Watts, Director of Finance /Administration Steve Sondrall, City Attorney Mark Hanson, City Engineer Doug Sandstad, Building Official Valerie Leone, City Clerk Planning Case File 93 -23 Improvement Project File #508 Property File {8624 50th Av. N.) Family Styled City V2� For Family Living 4401 Xylon Avenue North Telephone: 612- 531 -5100 City Hall Fax: #612 - 531 -5136 New Hope, Minnesota 55428 -4898 TDD Line: 612 - 531 -5109 Police Fax: #612- 531 -5174 Public Works Fax: #612- 533 -7656 November 1, 1993 Bituminous Consulting & Contracting 2456 Main Street NE Minneapolis, MN 55449 SUBJECT: CHANGE ORDER NO. 1 - IMPROVEMENT PROJECT 508 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 October 25, 1993, by the New Hope City Council. If you have any questions, please contact me. Sincerely,_ Valerie Leone City Clerk enc. cc: City Engineer Family Styled City For Family Living COUNCIL • • • Originating Department City Manager Kirk McDonald By: Management Assistant Approved for Agenda 10 -10 -94 By: �/ Agenda Section Consent Item No. 6.8 MOTION APPROVING FINAL PAY REQUEST TO BITUMINOUS CONSULTING & CONTRACTING FOR 1993 STORM SEWER AND DRAINAGE IMPROVEMENTS (IMPROVEMENT PROJECT #508) IN THE AMOUNT OF $1,000.00 This is the final pay request from Bituminous Consulting & Contracting for the 1993 Storm Sewer and Drainage Improvement Project, which included eight minor projects (Improvement Project No. 508). The final request is in the amount of $1,000.00. The original contract amount (including one change order) was $186,284.50 and the final contract amount is $180,868.84. The final amount is approximately 2.91% under the revised contract amount due to minor differences between estimated quantities bid and actual quantities used. The City Engineer has indicated that the work on this project has been satisfactorily completed and recommends approval of the final payment. Staff recommends approval of a motion approving the final pay request to Bituminous Consulting & Contracting for 1993 Storm Sewer and Drainage Improvements (Improvement Project No. 508) in the amount of $1,000.00. Qia SECONDBY TO: Review: Administration: Finance: RFA - 001 gonesn )o, Rosene. Anden K .fnJ ASSC,::ates, , Irr rS an AYirmarve AcronrEGual Cfppornjr -y Employe September 30, 1994 Mr. Larry Watts City of New Hope 4401 Xylon Ave. New Hope, MN 55428 ,C.qc G, Bone,troO. PE HCwa =d A Sanford. PE. M�chaei P Rau, PE Mark D W,RIOZ, PE RoL 4 Roser.e. PE ` Keith A Gordon, PE Agnes M. Ring, A IC P Miles B Jensen, PE Joseph C Anderhk, PE. Robert R Pfefferle, PE Thomas W Peterson. PE L Phillip Gravel, PE Manim L. Son -31a, PE. R' W Foster PE M,crael C Lyn, ?E. Karen L Wfemen. PE. Richare E Turner, PE David O Loskota, PE James R Maland. PE. Gary D Krrstof tz. PE Glenn. 2 Cook, PE. Robert C Russek. A A Jerry D. Pertzsch. PE. Keith R. Yapp, PE. Thom s E. Nopes, PE. Jerry A. Bowdon, PE. Scott J. Arganek, PE. Douglas J Benort, PE Robes G. Cchuncht, PE Mark A Hanson PE. Kenneth P Anderson, PE Shawn D Gustafson, PE. Susar M. Eberkn, C.PA. Mtchaef T Rautmann, PE Mark R Rolfs, PE Ceaiio Olivier. PE "Ser�ar Consuftant Ted K. Poeld, PE Ma,k A Seep. PE. Paul G. Heuer. PE �� Thomas R Anderson, A I A Garr W Morten. PE. John P Gordec PE. Donald C Burgardt. PE. Pail J Gannon. A I.A Charles A Erickson Thomas A S,dkc,, PE D,niel J Edgerton. PE. Leo M_ Pavvelsky Frederic J. 4enCorg. PE. A R,-k `ehm - PE. Harlan M Olson Ismael Martinez- PE. Philip; Cis� ell, PE. James F Engelhardt Re: Request for Payment No. 4 & Final 1993 Storm Sewer & Drainage Improvements City Project No. 508 Contractor: Bituminous Consulting & Contracting Our File No. 34162 Dear Larry: Transmitted herewith are three (3) copies of Request for Payment No. 4 & Final, along with the required signed Minnesota Withholding Form IC -134 for the above referenced project. The work on this project has been satisfactorily completed and we recommend payment at this time. The final amount is approximately 2.91% under the revised contract amount due to minor differences between estimated quantities bid and actual quantities used. Should you have any questions regarding this project, please feel free to call. Yours very truly, BONESTROO, ROSE , ANDERLIK & ASSOCIATES, INC. Mark . Hanson MAH: pr Enc. 2335 West Highway 36 • St. Paul, MN 55113 a 612- 636 -4600 JA Bonestroo Owner City of New Hope, 4401 Xylon Av N, New Hope, MN 55428 Date August 30, 1994 d Rosen Assoc & For Period January 25, 1994 to August 30, 1994 Request No. 4 & final Contractor Bitum. Consulting & Contracting, 2456 Main St NE, Minneapolis, MN 55449 D h Ergneen i $ """"" Petri, Mlnn REQUEST FOR PAYMENT 1993 Storm Sewer & Drainage Improvements City Project No. 508 File No. 34162 SUMMARY 1 Original Contract Amount 2 Change Order - Addition $ 4,988.50 3 Change Order - Deduction $ 4 Revised Contract Amount 5 Value Completed to Date 6 Material on Hand 7 Amount Earned 8 Less Retainage as stated 9 Sub -Total 10 Less Amount Paid Previously 11 AMOUNT DUE THIS REQUEST FOR PAYMENT NO. 4 & final $ 181,296.00 $ 186,284.50 $ 180,868.84 $ 0.00 $ 180,868.84 $ 0.00 $ 180,868.84 $ 179,868.84 $ 1,000.00 Recommended for Approval by: BONESTROO, ROS NE, ANDERLIK & ASSOCIATES, INC. Approved by Contractor: BITUM C TIN CONTRACTING Approved by Owner: CITY OF NEW HOPE, MN Specified Contract Completion Date: October 22, 1993 Date: 34162.RFP Contract Unit Quantity Amount No. Item Unit Quantity Price To Date To Date Part C - 8524 - 50th Avenue 27 Connect pipe to existing structure EA 1 175.00 28 Remove bituminous driveway SY 50 3.00 29 12" perforated pipe drain LF 225 23.84 30 24" dia. yard drain w/R1642 Type C grate EA 2 854.00 31 Connect 12" to existing CB EA 1 175.00 32 Class 5 100% crushed quarry rock (including excavation) TN 20 15.95 33 Type 41 bituminous wear course TN 10 55.00 34 Shape yard swale LS 1 500.00 35 Sod with topsoil SY 600 3.31 Total Part C - 8524 -50th Avenue $0.00 Part D - 60 -<< Av N/ Meadow Lake Road 36 Remove bituminous pavement SY 400 2.79 161 449.19 37 Remove concrete curb and gutter LF 110 3.00 119.5 358.50 38 Remove existing RCP storm sewer LF 30 8.00 30 240.00 39 Remove existing CB EA 2 250.00 1 250.00 40 15" RCP, Class 5 or PVC SDR 35 LF 30 16.75 29 485.75 41 12" RCP, Class 5 or PVC SDR 35 LF 670 15.90 613 9,746.70 42 Std. CBMH w /R3067V cstg. (Plate 1 -16) EA 3 1,187.00 2 2,374.00 43 Std. CB w /R3067V cstg. (Plate 1 -19) EA 3 854.00 3 2,562.00 44 Concrete curb and gutter LF 110 8.00 114.5 916.00 45 Class 5, 100% crushed quarry rock (including excavation) TN 45 13.95 83.11 1,159.38 46 Type 31 bituminous base course TN 40 38.00 9.18 348.84 47 Type 41 bituminous wear course TN 40 39.00 31.66 1,234.74 48 Sod with 3" topsoil SY 900 3.31 1,250 4,137.50 Total Part D - 60 -<< AWN Meadow Lake Rd $24,262.60 Part E - Utah Avenue /62nd Avenue 49 Remove bituminous pavement SY 60 3.00 109.7 329.10 50 Remove concrete curb and gutter LF 40 3.00 66 198.00 51 Std. MH w/R1642B cstg. over ex. pipe EA 1 1,475.00 1 1,475.00 52 Std. CB w/R -3067V casting EA 2 854.00 2 1,708.00 53 12" RCP, Class 5 or PVC SDR 35 LF 45 19.00 50.3 9.55.70 34162.RFP RP -2 Contract Unit Quantity Amount No. Item Unit Quantity Price To Date To Date 54 Class 5 100% crushed quarry rock (including excavation) TN 20 16.00 12 1.92.00 55 Concrete curb and gutter LF 40 8.00 59 472.00 56 Type 31 bituminous base course TN 15 42.00 5.88 246.96 57 Type 41 bituminous wear course TN 10 43.00 9 387.00 58 Sod with 3" topsoil SY 40 3.50 20 70.00 57 Extra MH depth LF 4 75.00 4 100.00 Total Part E - Utah Avenue /62nd Avenue $6,333.76 Part F - 60 -<< Av North/Winnetka Av 60 Remove bituminous pavement SY 250 2.89 198 572.22 61 Remove concrete curb and gutter LF 80 3.00 100 300.00 62 Concrete curb and gutter LF 80 8.00 102 816.00 63 Lower existing CB (0.5') south side EA 1 480.00 1 480.00 64 Reconstruct CB, north side EA 1 590.00 1 590.00 65 Class 5, 100% crushed quarry rock (including excavation) TN 20 16.00 45.11 721.76 66 Type 31 bituminous base course TN 30 39.00 27.03 1,054.17 67 Type 41 bituminous wear course TN 30 41.00 33 1,353.00 68 Sod with 3" topsoil SY 90 3.50 80 280.00 Total Part F - 60 -<< Av N/Winnetka Av $6,167.15 Part G - 8821 - 60 -<< Avenue North 69 Salvage and reinstall chain link fence LF 170 6.00 100 600.00 70 Transplant shrub in Lot 9 LS 1 250.00 1 250.00 71 Remove portion of exist. bush in Lot 10 LS 1 150.00 1 150.00 72 12" perforated pipe drain LF 260 23.84 269 6,412.96 73 24" dia. yard drain w/R1642 Type C grate EA 2 900.00 2 1,800.00 74 Connect 12" to existing CB EA 1 200.00 1 200.00 75 Shape yard swale LS 1 550.00 1 550.00 76 Sod with topsoil SY 750 3.50 635 2222 5� Total Part G - 8821- 60 -<< Avenue North $12,185.46 Part H - 4224 Flag Avenue North 77 Connect pipe to exist. structure EA 1 250.00 1 250.00 78 Reset existing cstg. and rings EA 1 275.00 1 275.00 34162.R1FP RP -3 No. Item 79 Remove bituminous pavement 80 Remove concrete curb and gutter 81 Std. CBMH w /R3067V casting 82 Std. 2x3 CB w/R -3067V casting 83 24" dia. yard drain w/R1642 Type C grate 84 12" perforated drain pipe 85 12" RCP, Cl. 5 or PVC SDR 35 86 4" PVC and connect to sump discharge 87 12" x 4" wye 88 Shape yard Swale 89 Class 5, 100% crushed quarry rock (including excavation) 90 Concrete curb and gutter 91 Type 31 bituminous base course 92 Type 41 bituminous wear course 93 Sod with 3" topsoil Total Part H - 4224 Flag Avenue North Part I - 4740 Utah Avenue 94 Remove bituminous pavement 95 Salvage and reinstall chain link fence 96 Remove concrete curb and gutter 97 Remove tree (4" maple) 98 Concrete curb and gutter 99 Std. MH w/R1642B cstg. over ex. pipe 100 Std. YD w/R1642 Type C grate 101 12" RCP, Class 5 102 12" PVC pipe drain 103 Connect MH to existing 18" RCP 104 Class 5, 1.00% crushed quarry rock (including excavation) SY Contract Unit Quantity Amount Unit Quantity Price To Date To Date SY 315 3.00 346.1 1,038.30 LF 440 3.00 426 1,278.00 EA 1 1,100.00 1 1,100.00 EA 1 950.00 1 950.00 EA 3 900.00 3 2,700.00 LF 225 23.84 229 5,459.36 LF 425 17.90 425 7,607.50 LF 20 24.00 30 720.00 EA 1 150.00 6 900.00 LS 1 2,1.85.00 1 2,185.00 TN 125 13.95 153.31 2,138.67 LF 440 8.00 435 3,480.00 TN 35 41.00 27.12 1,111.92 TN 35 43.00 37.72 1,621.96 SY 770 3.35 833 2,790.55 $35,606.26 SY 50 5.00 31 155.00 LF 230 6.00 200 1,200.00 LF 15 3.00 10 30.00 EA 1 200.00 1 200.00 LF 15 8.00 10 80.00 EA 1 1,800.00 1 1,800.00 EA 3 854.00 3 2,562.00 LF 170 28.00 172 4,816.00 LF 210 16.00 226 3,616.00 EA 1 400.00 1 400.00 M1 10 20.00 14.23 284.60 34162.RFP RP -4 34162.RFP RP -5 Contract Unit Quantity Amount No. Item Unit Quantity Price To Date To Date 105 Type 31 bituminous base course TN 5 50.00 7 350.00 106 Type 41 bituminous wear course TN 5 55.00 7.5 412.50 107 Sod with 3" topsoil SY 1,000 3.35 875 2,931,25 108 Shape yard Swale to YD 122,123,& 124 LS 1 945.00 1 945.00 109 Shape yard swale into Lot 1 LS 1 875.00 1 875.00 Total Part I - 4740 Utah Avenue $20,657.35 Part J - 3237 Gettysburg Avenue 110 Std YD w/R1642 Type C grate EA 3 854.00 3 2,562.00 111 6" PVC SDR 36 LF 60 20.00 60 1,200.00 112 12" RCP, Cl. 5 or PVC SDR 35 LF 40 27.00 113 12" perforated pipe drain LF 200 23.84 298 7,104.32 114 Connect to existing CB EA 1 175.00 1 175.00 115 Cl. 5 100% crushed quarry rock (including excavation) TN 5 30.00 116 Repair driveway SY 25 40.00 26 1,040.00 117 Sod with 3" topsoil SY 800 3.50 715 2,502.50 118 Shape yard Swale LS 1 1,700.00 1 1,700.00 Total Part J - 3237 Gettysburg Avenue $16,283.82 Change Order No. 1 - 8524 - 50th Avenue Deduct Part C as Bid 116 Connect pipe to existing structure EA (1) 175.00 117 Remove bituminous driveway SY (50) 3.00 118 12" perforated pipe drain LF (225) 23.84 119 24" dia. yard drain w/R1642 Type C grate EA (2) 854.00 120 Connect 12" to existing CB EA (1) 175.00 121 Class 5 100% crushed quarry rock (including excavation) TN (20) 15.95 122 Type 41 bituminous wear course TN (10) 55.00 123 Shape yard swale IS (1) 500.00 124 Sod with topsoil SY (600) 3.31 Subtotal Deduct $0.00 34162.RFP RP -5 34162.RFP RP -6 Contract Unit Quantity Amount No. Item Unit Quantity Price To Date To Date Add Items 125 Remove bituminous driveway SY 245 3.00 245 735.00 126 12" RCP Class 5 or PVC SDR 35 LF 80 15.90 127 12" perforated pipe drain LF 150 23.84 233 5,554.72 128 24" dia. yard drain w/R1642 Type C grate EA 2 854.00 2 1,708.00 129 Std. CB w/R3067V casting (Plate 1 -19) EA 2 854.00 2.00 1,708.00 130 Connect 12" to existing CB EA 1 175.00 1 175.00 131 Class 5 100% crushed quarry rock (including excavation) TN 90 13.95 66.51 927.81 132 Type 41 bituminous wear course TN 30 36.00 37.4 1,346.40 133 B612 concrete curb & gutter LF 240 8.00 220.00 1,760.00 134 Shape yard Swale LS 1 500.00 1 500.00 135 Sod with topsoil SY 600 3.31 370 1,20 Subtotal Add $15,639.63 Subtotal Deduct 0.00 Subtotal Add 15,639.63 Total Change Order No. 1 - Add $15,639.63 Total Part A - Windcrest Apartments 30,286.35 Total Part B - Allen Cir /Gettysburg Av 13,446.45 Total Part C - 8524 - 50th Avenue 0.00 Total Part D - 60 -<< Av N/Meadow Lake Rd 24,262.60 Total Part E - Utah Avenue /62nd Avenue 6,333.76 Total Part F - 60 -<< Av N/Winnetka Av 6,167.15 Total Part G - 8821 - 60 -<< Avenue North 12,185.46 Total Part H - 4224 Flag Avenue North 35,606.26 Total Part I - 4740 Utah Avenue 20,657.35 Total Part J - 3237 Gettysburg Avenue 16,283.82 Total Change Order No. 1 15.639"63 Total Work Completed to Date $180,868.84 34162.RFP RP -6 PROJECT PAYMENT STATUS Owner City of New Hope Project 1993 Storm Sewer & Drainage Project No. 508 File No. 34162 Contractor Bitum Consulting & Contracting CHANGE ORDERS No. Date 1 IQ 0 Total Change Orders - Add No. Period 1 Start 9 -9 -93 2 9 -9 -93 10 -5 -93 3 10 -5 -93 1 -25 -94 4 5 6 7 8 9 10 Total Payment to Date Retainage, Payment No. Total Amount Earned 3 Payment Retainage $65,254.39 $3,434.44 96,065.52 8,490.52 18,548.93 1,000.00 $179,868.84 Original Contract 1,000.00 Change Orders $180,868.84 Revised Contract Amount Completed $68,688.83 169,810.43 180,868.84 $181,296.00 4,988.50 $186,284.50 34162.RFP RP -7 Form IC -134 Minnesota Department of Revenue Rev. 1.1/90 Withholding Affidavit for Contractors • This affidavit must be approved by the Minnesota Department of Revenue before the State of Minnesota or any of its s ubdivisions can mak final payment to contractors. ' Company name Minnesota to number ' Bituminous Consulting 6 636955 11 Address and Contracting Co. Inc. 2456 Main Street N.E. city Mp 1 S, MN state Zip Code 55434 Please type or print clearly above. This will be your mailin label for returning the completed form. Telephone number (612) 755 -1888 Did you have employees work on this project? If none, explain who did the work: Month /year work began 6/93 Month /year work ended 11/93 Total contract amount: 183, 117.3 Amount still due: Pro locat Va — City of N ew Aor YES Address 4401 X lon Ave. NO. New Hope Check the box that describes your involvement in the project and fill in all information requested in that category: Sole contractor C 1 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 A ddres s Owner /Office Rols Con Buf falo, MN Duan R olstad, Pres, 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 Dep t of Revenue to disclose pertinent information relating to this project, including sending copies of this form, to thepri contract if I am a subcont and to my subcontractors if I am a irime co ntracto r, and to the c ontracting agency, Contr tor's si ature Title Date Secretary-- - - - - -- — -- X16/.94 - -- For certification, mail original and one copy to: Minnesota Department of Revenue, Business Trust Tax Section Mail Station 6610, St. Paul, MN 55146 -6610 Certificate of Compliance with Minnesota Income Tax Withholding Law Based on records of the Minnesota Department of Revenue, I certify that the contractor who has signed this certificate has fulfilled all the requirements of Minnesota Statutes 290.92 and 290.97 concerning the withholding of Minnesota income tax from wages paid to employees relating to contract services with the state of Minnesota and /or its subdivisions. Signature o horized Department of Reven official Date Stock No. 5000134 55428