Loading...
Imp. Proj. #5677, 71ffi Originating Department Approved for Agenda Agenda Section Public Works 1 8 -24 -98 1 Consent Item No. BY: Jeannine Clancy By: 6.12 RESOLUTION DECLARING COSTS TO BE ASSESSED AND ORDERING PREPARATION OF PROPOSED ASSESSMENT IN CONNECTION WITH 1997 INFRASTRUCTURE IMPROVEMENT NO. 567 (AREA TWO) In May, 1997, the City Council awarded the contract for the 1997 Infrastructure Improvements (Area Two). The project area is illustrated on the attached map. The project has been completed and the final costs reviewed by the City Engineer. The final cost of the project is $1,299,576.61. The items which are assessable according to the city's policy are 2.6% below the assessments estimated and identified in the preliminary report. As a result, the assessments received from this project will be less than anticipated. The City's contribution to this project is higher than estimated due to an increased scope of work that was developed during the design of the project. The final project included a number of utility work items that were not identified in the preliminary report but were included with the final construction plans. Therefore, the cost distribution is as follows: Assessments Received from Properties $ 713,035.71 City Contribution for storm water, sanitary sewer, sidewalks, and a portion of the street costs 563,222.42 Assessment to Begin Park (paid by City) 23,318.48 Total: $1,299,576.61 The City's portion of costs will be paid for by the Municipal State Aid program, the Storm Sewer Utility, and the Sanitary Sewer Utility. The attached resolution declares the final costs and orders the City Clerk to prepare the assessment role. MOTION BY Im SECOND BY Review: Administration: Finance: 1997 Infrastructure Area Two Project 567 August 24, 1998 Page 2 If Council adopts the resolution, the schedule set forth below will be followed: Declare Cost/Prepare Assessment Role Call Assessment Hearing Assessment Hearing Staff requests approval of the resolution. August 24, 1998 September 14, 1998 October 12, 1998 G:Requests1567AP RESOLUTION NO. 98-131 RESOLUTION DECLARING COST TO BE ASSESSED AND ORDERING PREPARATION OF PROPOSED ASSESSMENT IN CONNECTION WITH 1997 INFRASTRUCTURE IMPROVEMENT NO. 567 (Area Two) WHEREAS, contracts have been let for the construction of Infrastructure Improvement No. 567 (Area Two) in the City, and WHEREAS, the total cost of said improvements is $1,299,576.61. NOW THEREFORE, BE IT RESOLVED by the City Council of the City of New Hope as follows: 1. The City Council hereby determines that the City shall pay $563,222.42 of said cost, exclusive of the amount it may pay as a property owner, and the sum of $736,354.19 shall be assessed against benefitted property owners based upon benefits received without regard to cash valuation. 2. The City Clerk, with the assistance of the City consulting engineer and any other necessary personnel, shall forthwith calculate the proper amount to be specially assessed for such improvement against every assessable lot, piece or parcel of land without regard to cash valuation as provided by law, and the Clerk shall file a copy of such proposed assessment in the Clerk's office for public inspection. 3. The City Clerk shall, upon the completion of such proposed assessment, notify the Council thereof. Adopted by the City Council this 24th day of August 1998 Attest: Valerie Leone, City Clerk W. Peter Enck, Mayor JENSEN SWANSON & SONDRALL, P.A. Attorneys At Law 8525 EDINBROOK CROSSING, STE. 201 BROOKLYN PARK, MINNESOTA 55443.1999 TELEPHONE (612) 424-8811 ® TELEFAX (612) 493-5193 GORDON L. JENSEN* WILLIAM G. SWANSON STEVEN A. SONDRALL MICHAEL R. LAFLEUR MARTIN P. MALECHA BRETT A. PERRY* C. ALDEN PEARSONt OF COUNSEL LORENS Q. BRYNEsTAD *Real Property Law Specialist Certified By The Minnesota State Bar Association tQualified ADR Neutral August 18, 1998 Jeannine Clancy New Hope Public Works Director 4401 Xylon Avenue North New Hope, MN 55428 COPY RE: Resolution Declaring Cost To Be Assessed And Ordering Preparation Of Proposed Assessment In Connection With 1997 Infrastructure Improvement No. 567 Our File: 99.5670 Dear Jeannine: In follow up to your voice mail message, please find enclosed for consideration at the August 24, 1998 Council meeting the referenced resolution initiating the assessment process for the 1997 Infrastructure Improvement 567. The cost to be assessed in paragraph 1. of the resolution differs slightly from the City Engineer's July 29th memo because it includes the amount the City will pay as a property owner for our street frontage adjacent to Begin Park. At the September 14th meeting I will provide you with a second resolution calling for an October 12th public hearing on approval of the assessments for the project costs against benefitting properties. Please contact me if you have any questions or comments. steveii Sondrall Very - truly yours, z: sas: tl attachments CC: Valerie Leone Kirk McDonald Larry Watts FROM: Mark Hanson SUBJECT: 1197 Infrastructure Improvements —Area 2 Final Project Cost/Assessment Project No. 567, File No. 34206 DATE: July 29, 1998 We have determined the final project costs (including indirect costs) for the above project which are compared to the amount estimated in the preliminary report. Bone s tr o o Principals: Bonestroo, Rosene, Anderlik and Associates, Inc. is an Affirmative Action /Equal Opportunity Employer Otto G. Bonestroo, PE. • Joseph C. Anderlik, P.E. • Marvin L. Sorvala, P.E. Sanitary Sewer s al.. L1 a Richard E. Turner, P.E. • Glenn R. Cook, RE. • Robert G. Schunicht, PE. • Jerry A. Bourdon, P.E. Robert W. Rosene, P.E. and Susan M. Eberlin, C.P.A., Senior Consultants Storm Sewer 225,150 310,957.43 Street (Assess) � And erli k Associate Principals: Howard A. Sanford, P.E. • Keith A. Gordon, PE. • Robert R. Pfefferfe, P.E. Richard U✓. Foster, PE. • David O. Loskota, PE. Robert Russek, Sidewalk 60,100 • C. A.I.A. • Mark A. Hanson, RE. Subtotal /'• ¢� Ss 4� 6.es Michael T. Rautmann, RE. • Ted K.F-ield, P.E. • Kenneth P. Anderson, PE. • Mark R. Rolfs, PE. Sidney P. Williamson, RE., L.S. • Robert F. Kotsmith • Agnes M. Ring • Michael P Rau, P.E. Miscellaneous Utilities Allan. Rick Schmidt, P.E. Engineers & Architects Offices St. Paul, Rochester, Willmar and St. Cloud, MN • Milwaukee, WI 8,631.40 Total We°bsite: www.bonestroo.com 1,299,576.61 TO: Jeannine Clancy, Larry Watts, Valerie Leone FROM: Mark Hanson SUBJECT: 1197 Infrastructure Improvements —Area 2 Final Project Cost/Assessment Project No. 567, File No. 34206 DATE: July 29, 1998 We have determined the final project costs (including indirect costs) for the above project which are compared to the amount estimated in the preliminary report. As noted, the final amount is 8.7% over the amount for those portions included in the preliminary report while the amount to be assessed is 2.6% below the amount estimated in the preliminary report. The final assessment . ate is also 2.6% below the rates estimated in the preliminary report which is listed below: Preliminary Report Final Commercial Rate $105.97/FF $103.18/FF Residential Rate $70.64/FF $68.78/FF Rate/Unit (10.5FF/Unit) $742.00/Unit $722.26/Unit The breakdown of the final project cost is as follows: Amount Assessed $713,035.71 City Cost 563,222.42 Amount Assessed City (Begin Park) 23,318.48 Total 1,299,576.61 2335 West Highway 36 ■ St. Paul, MN 55113 ■ 612 - 636 -4600 ■ Fax: 612-636-1311 Preliminary Report Final % Deviation Sanitary Sewer 19,000 29,222.11 Storm Sewer 225,150 310,957.43 Street (Assess) 756,240 736,354.19 -2.6% Sidewalk 60,100 76,487.46 Subtotal 1,060,490 1,153,021.19 +8.7% Miscellaneous Utilities 137,924.02 Change Order No. 12 8,631.40 Total 1,299,576.61 As noted, the final amount is 8.7% over the amount for those portions included in the preliminary report while the amount to be assessed is 2.6% below the amount estimated in the preliminary report. The final assessment . ate is also 2.6% below the rates estimated in the preliminary report which is listed below: Preliminary Report Final Commercial Rate $105.97/FF $103.18/FF Residential Rate $70.64/FF $68.78/FF Rate/Unit (10.5FF/Unit) $742.00/Unit $722.26/Unit The breakdown of the final project cost is as follows: Amount Assessed $713,035.71 City Cost 563,222.42 Amount Assessed City (Begin Park) 23,318.48 Total 1,299,576.61 2335 West Highway 36 ■ St. Paul, MN 55113 ■ 612 - 636 -4600 ■ Fax: 612-636-1311 The final assessment roll is attached. The final construction cost compared to the bid amount is summarized below: The assessment hearing schedule is as follows: Declare Cost/Prepare Assessment Roll August 24, 1998 Call Assessment Hearing (October 12, 1998) September 14, 1998 Assessment Hearing October 12, 1998 Bid Amount Final Construction % Deviation Sanitary Sewer 28,388.26 24,169.50 Storm Sewer 256,877.40 257,204.40 Street 607,498.00 586,178.15 Sidewalk 49,070.00 63,262.50 Miscellaneous Utilities 129,879.62 114,076.46 Total 1,071,713.34 1,044,891.01 -2.5% The assessment hearing schedule is as follows: Declare Cost/Prepare Assessment Roll August 24, 1998 Call Assessment Hearing (October 12, 1998) September 14, 1998 Assessment Hearing October 12, 1998 FROM ,:--QI.TY. OF. NEW., HOPE FAX NO.: 5315136 08-19,-98 .01:59P , MEN Block 1, Lots 1-4 (Timad4nd Heights) 40 420") NA $722,26 S28.g90.4() ,v4 xtion 6 N ME 'A PM 06-1 18-21-42.012 (Now Napo village) 72 756(') T Rudy Addition NA 722.26 521002.72 D lock I - Lots 2•4 Block 2, Lots 1-4 (New HOPe Gardens) 77 808.59W NA 722.26 SS,b 14.42 Sectio-n 6 N Ii SE IA PID 6-118.21-42-()o3 (Continental Village) PID W 118- 21 --42 -W 40 4200) NA 7 29,890.40 (Continental ViIja 16 luff) SOction 6 S % SE 1'G NA 722.26 11.556.16 PID 06-1 18-21-43-001 (04wood Manor) 69 724.5 °' Section 6 S % Sp_ % NA 722.26 49,035-94 PID 06-118-21-44-01 mostonmn-ISD 28 1) PW 06-11 8-21-44-04 2694(2) 103,18 NA 277,966.91 (WiAnCtka-TSD 28 1) 494.0) North Ridge CAm Center Addition 103.18 NA 51,03Z,83 Block 1, Lot 1 PID 06- 118- 21-43 -3t 90 Block 1, Lot I PID 06- 118 - 21- 4,3.037 045") NA 722.26 65,00140 4,S$1.03 (1) R a-v ' s "s"blIP0119 , W (2) COmmerciaMindustrial assessable footage e. N • �s • ♦ +, d ie � ,e RESEARCH CENTER 56TH AVE N HOSTERMAN P R OPOSE D ROPOSED STREET RECONSTRUCTION (TYPICAL) 55TH AVE N / 54TH AVE N STREET IMPROVEMENTS — AREA 2 VA VILLAGE GREEN GOLF COURSE 6 Ave. NJ < ,56th 16' 1 O 16' O 0 _y m e. N • �s • ♦ +, d ie � ,e RESEARCH CENTER 56TH AVE N HOSTERMAN P R OPOSE D ROPOSED STREET RECONSTRUCTION (TYPICAL) 55TH AVE N / 54TH AVE N STREET IMPROVEMENTS — AREA 2 VA VILLAGE GREEN GOLF COURSE No ar ing ark Zeala venue 3 ' n (Bass Lk. Rd. to 56th AV . N) I NORTH RIDGE APARTMENTS NORTH RIDGE Add 8' Wide Parking Lane West Side ---- !ealand Avenue (54th Ave. N to 56th Ave. N) NURSING HOME MIDDLE SCHOOL -Add 8' Wide Parking Lane 55th Avenue N (Winn. Ave. to Zealand Ave.) on WINNETKA ELEMENTARY SCHOOL `'j BEGIN z PARK 0 0.0 > 16' 1 0 13' _y C: No Scale No ar ing ark Zeala venue 3 ' n (Bass Lk. Rd. to 56th AV . N) I NORTH RIDGE APARTMENTS NORTH RIDGE Add 8' Wide Parking Lane West Side ---- !ealand Avenue (54th Ave. N to 56th Ave. N) NURSING HOME MIDDLE SCHOOL -Add 8' Wide Parking Lane 55th Avenue N (Winn. Ave. to Zealand Ave.) on WINNETKA ELEMENTARY SCHOOL `'j BEGIN z PARK 0 �OS (D > _0 < C: 1611'13' 0 N No Scale Bonestroo Rosene Anderlik & Associates ___1 55th Ave, > 16' < 0 13' _y C: No Scale �OS (D > _0 < C: 1611'13' 0 N No Scale Bonestroo Rosene Anderlik & Associates ___1 AFFIDAVIT OF MAILING HEARING NOTICE IMPROVEMENT PROJECT #567 STATE OF MINNESOTA) COUNTY OF HENNEPIN) ss CITY OF NEW HOPE) 1, the undersigned being the duly qualified City Clerk of the City of New Hope, Minnesota, hereby attest and certify that: On March 24, 1997, acting on behalf of said City, I deposited in the United States mail at New Hope, Minnesota, copies of the attached Notice of Hearing on Proposed Improvement No. 567 (1997 Infrastructure Improvement Project) mailed first class, with postage thereon fully prepaid, addressed to the persons at the addresses appearing opposite their respective names, list attached. There is a delivery service by United States mail between the place of mailing and the places so addressed. City Clerk Subscribed and sworn to befo me this My commission expires ;731 20 6 I - N oMry Public Hennepin County day of 19 , E :FERRY ml : A NNESCIT EXPIRES NOTARY PUBLIC - MINNESOTA ON E RES 37 2000 My COMMISSION EXPIRES JANUARY 31, 2000 Ec JAYN C. v ....... AREA 1 06- 118 -21 22 0039 06- 118 -21 22 0040 REHMERT & WENDY LINDBACK EDWIN KLASSEN 9208 60TH AVE N 6001 GETTYSBURG AVE N NEW HOPE MN 55428 NEW HOPE MN 55428 06- 118 -21 22 0065 06-118-21 22 0066 06- 118 -21 22 0067 GERALD & CINDY VINCENT DENISE COLTON MARLIN NORDSTROM 9130 60TH AVE N 9120 60TH AVE N 9110 60TH AVE N NEW HOPE MN 55428 NEW HOPE MN 55428 NEW HOPE MN 55428 06- 118 -21 23 0006 06- 118 -21 23 0007 06- 118 -21 23 0008 DAVID & JOAN WHITNEY DENNIS VOYDETICH JAMES & TAMMY WIGGEN 5967 HILLSBORO AVE N 5961 HILLSBORO AVE N 5955 HILLSBORO AVE N NEW HOPE MN 55428 NEW HOPE MN 55428 NEW HOPE MN 55428 06- 118 -21 23 0009 06- 118 -21 23 0010 06- 118 -21 23 0011 GARY ANDERSON KENNETH MELIN RONALD & GLORIA RAASCH 5967 GETTYSBURG AVE N 9209 60TH AVE N 5966 HILLSBORO AVE N NEW HOPE MN 55428 NEW HOPE MN 55428 NEW HOPE MN 55428 06- 118 -21 23 0012 06- 118 -21 23 0013 06- 118 -21 23 0014 KENNETH FROMM RICHARD & DIANE CHOUINARD BRUCE & DONNA BOWEN 5960 HILLSBORO AVE N 5955 GETTYSBURG AVE N 5961 GETTYSBURG AVE N NEW HOPE MN 55428 NEW HOPE MN 55428 NEW HOPE MN 55428 06- 118 -21 23 0015 06-118-21 23 0016 06-118-21 23 0017 THOMAS & ANN KANAYINKAL JUDITH CREW SHERMAN FREDERICK 9216 60TH AVE N 5928 HILLSBORO AVE N 5924 HILLSBORO CIR NEW HOPE MN 55428 NEW HOPE MN 55428 NEW HOPE MN 55428 06- 118 -21 23 0018 06- 118 -21 23 0019 06- 118 -21 23 0020 LAWRENCE MEHELICH DENNIS ANDERSON LENITA COLEMAN 5920 HILLSBORO CIR 5916 HILLSBORO CIR 5912 HILLSBORO CIR NEW HOPE MN 55428 NEW HOPE MN 55428 NEW HOPE MN 55428 06- 118 -21 23 0021 06-118-21 23 0022 06-118-21 23 0023 HENRY SCAIA A & L SCHOENBORN DOUGLAS & SHARON SWIGART 5908 HILLSBORO CIR 5904 HILLSBORO CIR 5900 HILLSBORO AVE N NEW HOPE MN 55428 NEW HOPE MN 55428 NEW HOPE MN 55428 06-118-21 23 0024 06- 118 -21 23 0025 06-118-21 23 0026 DAVID GORDON V & N VEZIRIS E SQUIRE APRIL BERNSTROM 5917 HILLSBORO AVE N 5913 HILLSBORO AVE N 5921 HILLSBORO AVE N NEW HOPE MN 55428 NEW HOPE MN 55428 NEW HOPE MN 55428 06-118-21 23 0027 06-118-21 23 0028 06- 118 -21 23 0029 GLENN & TAMRA JOHNSTON DWIGHT & SUZANNE LINDQUIST HOWARD DAHL 5909 HILLSBORO AVE N 5905 HILLSBORO AVE N 5901 HILLSBORO AVE N NEW HOPE MN 55428 NEW HOPE MN 55428 NEW HOPE MN 55428 06- 118 -21 23 0031 06- 118 -21 23 0032 06-118-21 23 0033 JAMES RIEDER THOMAS & CHRISTINE SCHREYER ANATOLIY & ASYA FELDBERG 9301 59TH AVE N 9307 59TH AVE N 9315 59TH AVE N NEW HOPE MN 55428 NEW HOPE MN 55428 NEW HOPE MN 55428 06- 118 -21 23 0034 DEAN & THERESA WESTERLUND 5949 GETTYSBURG AVE N NEW HOPE MN 55428 06- 118 -21 23 0035 JEFFREY & BETH ZARLING 5941 GETTYSBURG AVE N NEW HOPE MN 55428 06- 118 -21 23 0036 EDWARD & MARTHA LAPLANTE 5933 GETTYSBURG AVE N NEW HOPE MN 55428 06- 118 -21 23 0037 BLAKE & JONI JACKSON 5925 GETTYSBURG AVE N NEW HOPE MN 55428 06- 118 -21 23 0040 RICHARD SHERRARD 5901 GETTYSBURG AVE N NEW HOPE MN 55428 06- 118 -21 23 0043 SUSAN CALDWELL 9232 59TH AVE N NEW HOPE MN 55428 06- 118 -21 23 0046 WARNER & HELEN BELLM 5908 GETTYSBURG AVE N NEW HOPE MN 55428 06- 118 -21 23 0049 WILLIAM GABRYS PATRICIA TORO 9209 59TH AVE N NEW HOPE MN 55428 06- 118 -21 23 0052 DAVID & LYNN BRADWAY 9233 59TH AVE N NEW HOPE MN 55428 06- 118 -21 24 0004 LIBERTY PARK CITY OF NEW HOPE 06- 118 -21 23 0038 ERWIN & CYNTHIA EKHOFF 5917 GETTYSBURG AVE N NEW HOPE MN 55428 06-118-21 23 0041 GREGORY PHILLIPS CATHLEEN DUNN 9216 59TH AVE N NEW HOPE MN 55428 06-118-21 23 0044 GERALD GFROERER 5924 GETTYSBURG AVE N NEW HOPE MN 55428 06- 118 -21 23 0047 HENRY TONY EILEEN TRAN YICK 5900 GETTYSBURG AVE N NEW HOPE MN 55428 06- 118 -21 23 0050 J BJORKLUND T LEONARD 9217 59TH AVE N NEW HOPE MN 55428 06- 118 -21 23 0053 DELMAR & G O'BRYAN 9241 59TH AVE N NEW HOPE MN 55428 06- 118 -21 24 0115 CHARLES & DEBORAH POOLE 5836 GETTYSBURG CIR NEW HOPE MN 55428 06- 118 -21 23 0039 HAI HUNG TRAN 3121 128TH ST N OMAHA NE 68164 06- 118 -21 23 0042 VINCENT GRIMALDI 9224 59TH AVE N NEW HOPE MN 55428 06- 118 -21 23 0045 GORDON PEARSON 5916 GETTYSBURG AVE N NEW HOPE MN 55428 06- 118 -21 23 0048 JOSEPH & JANNA GEROLD 9201 59TH AVE N NEW HOPE MN 55428 06- 118 -21 23 0051 DWIGHT & IRENE STOFFEL 9225 59TH AVE N NEW HOPE MN 55428 06-118-21 23 0078 PRUDENTIAL INSURANCE CO PREMISYS REAL ESTATE SERVICE PO BOX 123 MINNEAPOLIS MN 55440 06- 118 -21 24 0116 JERRY & KATHERINE VETSCH 5832 GETTYSBURG CIR NEW HOPE MN 55428 06- 118 -21 24 0117 06- 118 -21 24 0118 06- 118 -21 24 0119 DAVID & JUDITH HANSON DALE & HEIDI NORDSTROM TIMOTHY & DIANE MADDEN 5828 GETTYSBURG CIR 5824 GETTYSBURG CIR 5820 GETTYSBURG CIR NEW HOPE MN 55428 NEW HOPE MN 55428 NEW HOPE MN 55428 06-118-21 24 0120 06- 118 -21 24 0121 06-118-21 24 0122 ROBERT & PAIGE RIEWE HARLAND SIMCHUCK T & L BUEHRING 5816 GETTYSBURG CIR 5812 GETTYSBURG CIR 5808 GETTYSBURG CIR NEW HOPE MN 55428 NEW HOPE MN 55428 NEW HOPE MN 55428 06- 118 -21 24 0124 OCCUPANT OCCUPANT ROSS TAORMINI 5909 GETTYSBURG AVE N 9220 BASS LAKE RD 6028 42ND AVE N NEW HOPE MN 55428 NEW HOPE MN 55428 CRYSTAL MN 55422 AREA 2 06- 118 -21 43 0036 & 0037 NORTH RIDGE CARE CENTER 5430 BOONE AVE N NEW HOPE MN 55428 06- 118 -21 42 0038 TO 0044 NEW HOPE GARDEN REALTY C/O MILLER MGMT CO INC 3947 EXCELSIOR BLVD MPLS MN 55416 06- 118 -21 43 0001 E WOLSON PO BOX 444 HOPKINS MN 55343 06-118-21 42 0003 & 0005 CONTINENTAL VILLAGE ASSOC 401 E LAKE ST WAYZATA MN 55391 06-118-21 44 0001 & 0004 ISD #281 4148 WINNETKA AVE N NEW HOPE MN 55427 06-118-21 42 0013 06- 118 -21 42 0002 06- 118 -21 44 0053 TIMBERLAND PARTNERS II NEW HOPE VILLAGE APTS BEGIN PARK 7400 METRO BLVD #325 3947 EXCELSIOR BLVD CITY OF NEW HOPE EDINA MN 55439 MPLS MN 55416 March 24, 1997 4401 Xylon Avenue North New Hope, Minnesota 55428 -4898 SUBJECT: 1997 STREET IMPROVEMENT PROJECT Dear New Hope Property Owner: City Hall: 612 -531 -5100 Police: 612 - 531 -5170 Public Works: 612 -533 -4823 TOD: 612.531 -5109 City Hall Fax: 612 - 531 -5136 Police Fax: 612- 531 -5174 Public Works Fax. 612- 533 -7650 Fire Dept. Fax. 612- 531 -5175 A public hearing has been scheduled by the New Hope City Council for Monday, April 14, 1997, at 7:00 p.m. at City Hall, 4401 Xylon Avenue North, regarding proposed 1997 Infrastructure Improvement Project No. 567. The City held neighborhood meetings in January, 1997, to discuss infrastructure improvements proposed in your neighborhood. Input from property owners was documented and provided to the City Council. The general nature of the work is reconstruction of approximately 2.1 miles of streets located in two separate areas of the City. Street reconstruction will include new concrete curb and gutter, driveway aprons, and construction of base and asphalt surfaces. Also included is construction of storm sewer, water main and sanitary sewer. The affected properties are presented on the attached notice. Project costs will be assessed in accordance with the City's assessment policy. Street costs will be assessed to the benefited property. Costs associated with storm sewer extensions and utility repairs are not proposed to be assessed. The estimated 1997 street resurfacing assessment rates are as follows: Area 1 Estimated Cost Single Family Residential Lot $5,000.00 /lot Commercial /Industrial Rate $90.91/Front Foot Multi - Family Residential Rate $60.61/Front Foot Area 2 Estimated Cost Multi - Family Residential Rate $742.00 /unit Commercial/Industrial Rate $105.97/Front Foot The final assessed amount can be paid off completely at the time of the assessment hearing (tentatively scheduled for summer, 1998) or it can be included on your tax statement and financed over a period of years. The length of time (10 or 15 years) and interest rate will be established by the City Council at the assessment hearing. The first installment would appear on your tax statement in the spring of 1999. Property owners receiving this notice are included in the assessment proiect Preliminary survey data is being collected in order to further define the construction limits and estimated costs. Please plan to attend the public hearing on April 14`''. Questions regarding this project may be directed to Mark Hanson, City Engineer, at 604 -4838, or Vince Vander Top, Project Inspector, at 604 -4790. Sincerely, Valerie Leone, CMC City Clerk enc. Family Styled City For Family Living H I 1 I 0 0 F-IMAT'll Lil Q cn NEW HOPE, MINNESOTA FIGURE A 1997 INFRA STRUCTURE IMPROVEMENTS CITY PROJECT No. 567 34198F07.DWC MARCH 1997 COMM. 34198 v�_, J I 62ND A VE N ' MEADOW LAKE ELEMENTARY SCHOOL & PARK F-IMAT'll Lil Q cn NEW HOPE, MINNESOTA FIGURE A 1997 INFRA STRUCTURE IMPROVEMENTS CITY PROJECT No. 567 34198F07.DWC MARCH 1997 COMM. 34198 v�_, J I 62ND A VE N ' NOTICE OF PUBLIC HEARING ON PROPOSED IMPROVEMENT NO. 567 (1997 Infrastructure Improvement Project) City of New Hope Minnesota 1. Notice is hereby given that the City Council of the City of New Hope, Minnesota, will meet on April 14, 1997 at 7 :00 o'clock p.m. at the City Hall, 4401 Xylon Avenue North, in said City for the purpose of holding a public hearing on a proposed improvement as described hereinafter. 2. The general nature of the improvement is the total reconstruction of approximately 2. 1 miles of streets located i n two separate areas of the City. Street reconstruction w i l l include new concrete curb and gutter, grading, construction of base and asphalt surfaces. Also included is construction of storm sewer, water main and sanitary sewer. This will include construction of catch basins, manholes, drain pipes, valves, fittings and house services as well as all other appurtenant works and services reasonably required. The improvement will serve an area in the City of New Hope, County of Hennepin, State of Minnesota, described as follows: AREA ONE All properties abutting on Hillsboro, Gettysburg, Gettysburg Circle, 59th Avenue and 60th Avenue North in the general area near or south of 60th Avenue North, north of Bass Lake Road, east of Independence Avenue and west of Ensign Avenue North as follows: Allan Hills Block 3 Lots 16,17,18 Block 4 Lots 1 -6 Block 5 Lots 13,14,15 Block 7 Lots 22,23,24 Liberty Park (PID #06- 118 -21 -24 -0004) Jessen's Highland Hills Block 1 Lots 1 -8 Block 2 Lots 1 -6 Block 3 Lots 1,2,3 Jessen's Highland Hills 2nd Addition Block 1 Lots 1 -10 Block 2 Lots 1 -4 Block 3 Lots 1 -6 Sharon's Addition Block 1 Lots 1 and 2 Block 2 Lots 1 -8 Block 3 Lot 1 Out 1 of A Meadow Lake Heights 1st Addition Block 3 Lot 16 AREA TWO All properties abutting on Zealand Avenue North south of Bass Lake Road and north of 54th Avenue North; All properties abutting on 56th Avenue North east of Boone Avenue and west of Wisconsin Avenue North; All properties abutting on 55th Avenue North east of Boone Avenue and west of Winnetka Avenue North; and All properties abutting on Xylon Avenue North south of Bass Lake Road and north of 56th Avenue North described as follows: Lodoen Addition Block 1 Lots 1 -4 Taras Rudy Addition Block 1 Lots 2 -4 Block 2 Lots 1 -4 North Ridge Care Addition Block 1 Lots 1 and 2 Unplatted South i of Section 6 Township 118, Range 21 PID #06- 118 -21 -42 -0002 PID #06- 118 -21 -42 -0003 PID #06- 118 -21 -42 -0005 PID #06- 118 -21 -43 -0001 PID #06- 118 -21 -44 -0001 PID #06- 118 -21 -44 -0004 Begin Park (PID #06- 118 -21 -44 -0053) 3. The estimated cost of said improvement is $1,853,920.00. The cost shall be divided between separate construction contracts for each area. Area One is estimated at $793,430.00 and Area Two is estimated at $1,060,490.00. 4. The area proposed to be assessed for the making of said improvement shall include the premises described in paragraph 2 above. 5. All persons interested are invited to appear at said hearing for the purpose of being heard with respect to the making of said improvement. Dated the 10th day of March, 1997. s /Valerie Leone Valerie Leone City Clerk (Published in the New Hope- Golden Valley Sun -Post on the 2nd and 9th days of April, 1997.) Originating Department Public Works Approved for Agenda 12/09/96 Agenda Section Development Item No. BY Jeannine Clancy I By , 1 8.3 RESOLUTION APPROVING CONTRACT BETWEEN THE CITY OF NEW HOPE AND BJORKLUND, CARUFEL, LACHENMAYER, INC. FOR PROFESSIONAL APPRAISAL SERVICES FOR IMPROVEMENT PROJECTS #567, #575, AND #585; AUTHORIZING THE MAYOR AND CITY MANAGER TO SIGN In September, 1996, Council authorized the City Engineer to prepare concept reports for two proposed street improvement projects. Project 567 includes four areas which are identified on the attached Map 1. Project #575 includes one area identified in attached Map 2. The City Engineer has nearly completed the concept reports and staff will be scheduling neighborhood meetings in January, 1997. In September, 1996, the Crystal City Council ordered improvements associated with Phase 3, South Central Street Reconstruction. One street in the project area is 32 "d Avenue North between Winnetka Avenue North and Winpark Drive (Map 3). The north one -half of the street is in the City of New Hope. All of the projects anticipate the use of special assessments to fund the projects. In order to ensure that the monetary value of the special assessment proposed can be supported in terms of increased value to the assessed properties, staff recommends that sample appraisals be done in each of the project areas. Depending on the results of the appraisal process, the monetary value of the special assessment may need to be modified. Staff has reviewed the project with Mr. Brad Bjorklund. Mr. Bjorklund has completed work of this nature for the city in the past, and staff believes that he and his firm have the professional qualifications to complete this effort. �f Mr. Bjorklund has proposed a fee based on an hourly rate, in an amount not to exceed $, 5. Seven appraisals would be produced. Additional work, such as further research or expert witness testimony, would be charged at the hourly rate defined in the proposal. Staff recommends approval of the resolution. Review: Administration: Finance: CITY OF NEW HOPE RESOLUTION NO. 96 -237 RESOLUTION APPROVING CONTRACT BETWEEN THE CITY OF NEW HOPE AND BJORKLUND, CARUFEL, LACHENMAYER, INC. FOR PROFESSIONAL APPRAISAL SERVICES FOR IMPROVEMENT PROJECTS #567, #575, AND #585; AUTHORIZING THE MAYOR AND CITY MANAGER TO SIGN WHEREAS, the City Council has authorized the preparation of concept reports for Improvement Projects #567 and #575, and such projects propose the use of revenue received from special assessments to fund the projects; and, WHEREAS, the City of Crystal is proposing a 1997 Phase 3 South Central Street Construction Project which includes 32 " Avenue north within the City of New Hope. The City of Crystal also proposes the use of revenue received from special assessments to fund the project; and, WHEREAS, it is in the best interest of the city to evaluate the potential benefit of the project to properties adjacent to the project; and, WHEREAS, staff has prepared a proposed contract with Bjorklund, Carufel, Lachenmayer, Inc., setting forth the project scope of work, terms, conditions, and compensation for services. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF NEW HOPE, MINNESOTA: 1. That the contract between the City of New Hope and Bjorklund, Carufel, Lachenmayer, Inc. is approved. 2. The Mayor and City Manager are authorized to sign. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota this 9th day of December, 1996. Mayor Attest: City Clerk g: resolutn\BCLCon.doc �,.. HU�7 a l x y gt� 58tH AoE LA FHA H 111 I !!1 �....,.. a �� r m I.M �e LOCATION PLAN NEW HOPE, MINNESOTA 1997 STREET IMPROVEMENTS r r i • r r s• r mac[ K I F 1 L.J IF,71 1 F I i._".'.5 K:\ 34\ 34MAP\ 97 - ST -01. DWG SEPTEMBER 1996 34GEP FIGURE 1` 0 4 TI 4 'E N HOt HOF L T CHL F-A a 9:4 V 0 L"ll 9 kyj STREET/STORM SEWER IMPROVEMENTS NEW HOPE, MINNESOTA XYLON/45th AVENUE PROJECT CONCEPT REPORT �i 42ND AVE N I- LEGEND ( 4 PCI RANKING] Firli 1pp* 1 y-- _�_ CITY OF CRYSTAL CRYSTAL, MINNESOTA 1997-PHASE 3 STREET RECONSTRUCTION Mpp . r' '-l. 1. , , '` 1 .41.11,1111, -4fA 'w 'm L�c h lk 1 10 -1 OT1901 M UZ ft N El i � 01 i 1 Z a 2852 ANTHONY LANE SO., MINNEAPOLIS, MINNESOTA 55418 BRAD BJORKLUND MAI, sRA AL CARUFEL MAI RON LACHENMAYER sFA November 27, 1996 City of New Hope c/o Kirk McDonald 4401 Xylon Avenue North New Hope, Minnesota 55428 Re: Project 575 Appraisal Fee Quote Estimate Y (612)781-0605 Fax: 781-7826 REAL ESTATE APPRAISERS CONSULTANTS Dear Mr. McDonald, At your request we attended a meeting on November 26, 1996 regarding the Tradewinds Apartments property special assessments from the above captioned project on Xylon Avenue frontage which was examined. It is our best estimate at this point that the fee to estimate the preliminary special benefit from your project on Xylon Avenue to the subject property would be about $3,500.00. As was described to you at the meeting, these are extremely difficult and very precise appraisal problems where reporting will be kept to a minimum and research into value issues emphasized. Results cannot guaranteed ahead of time. ALIditional consultation may be required. It would be billed to you separate from the appraisal report on an hourly basis currently estimated at $145 for Brad Bjorklund, $115 for Al Carufel, and $85 for Eric Bjorklund. Based upon our experience involved in projects of similar size, we would anticipate that you should budget for a 25% probability of the owner appealing this process and requiring additional real estate consultation work. The fees for the production of those appraisals may about equal the appraisals for the property. You should also be aware that we have not included attorney's fees or the significant consulting engineer's fees that would also be involved in assisting us with the production of the appraisal through engineering reports and preparation and for court testimony, should that be required. MORE THAN 80 YEARS FULL APPRAISAL SERVICES EEO /AA re I 1 1 A 11 if WA I 6� An V WORKLUND, CARUFEL, LACHENMAYER, INC. 2852 ANTHONY LANE SO., MINNEAPOLIS, MINNESOTA 55418 (612) 781-0605 Fax: 7817826 BRAD BJORKLUND MAI, sRA AL CARUFEL MAI RON LACHENMAYER sRA *171.1in W"VVKW'$1*ff*)Zi v214 1=4 REAL ESTATE APPRAISERS CONSULTANTS mzwowswo: OF I MAI - Member, Appraisal Institute Licensed Real Estate Appraiser, State of Minnesota Certified General Real Property Appraiser, MN Lic. #4000681 ls. Lachenmayer, Inc. Real Estate - All types of real estate including industrial, offices, retail, apartments, condominiums, homes, vacant land, etc. Trade Fixtures - and personal property Building Construction - detailed construction cost estimates, useful life and depreciation studies Appraisals have been for a broad range of functions including sales and purchases, financing, taxes, condemnation, development, insurance, mergers and acquisitions, estates, divorce, buy-outs, and assessments. Qualified as an expert witness in various district courts and commissioner hearings. Corporations Hennepin County Public Works City of Minneapolis (MCDA) City of Roseville City of Plymouth City of New Brighton City of Savage FDIC NSP So. Washington Co. Schools University of Minnesota U.S. Postal Service Noroest Bank Trust Dept. City of Richfield Metropolitan Transit Comm. Hennepin County Public Works Taco Bell Resolution Trust Co. (RTC) MORE THAN 50 YEARS FULL APPRAISAL SERVICES EB01AA Over 12 years with Patchin Appraisals Inc., 5 years - American Appraisals Assoc., Mpls. October, 1987 to Present - Bjorklund, Carufel, WORKLUND, CARUFEL, LACHENMAYER, INC. 2852 ANTHONY LANE SO., MINNEAPOLIS, MINNESOTA 55418 (612)781-0605 Fax: 781-7826 BRAD BJORKLUND MAI, SRA AL CARUFEL MAI RON LACHENMAYER sRA 1w Bachelor of Arts; St. Olaf College 1991. Degrees in Economics & Biology, GPA 3.0 Appraisal Institute: Real Estate Appraisers Courses; 110 (Appraisal Principles) 120 (Appraisal Procedures) 210 (Applied Residential Property Valuation) 310 (Capitalization Theory & Techniques - Part A) 410 (Standards of Professional Practice - Part A) 420 (Standa of Professional- Practice - Part B) 510 (Capitalization Theory & Techniques - Part B) 520 (Highest and Best Use and Market Analysis) 530 (Advanced Sales Comparison & Cost Approaches) 540 (Report Writing and Valuation Analysis) 550 (Case Studies in Real Estate Valuation) REAL ESTATE APPRAISERS CONSULTANTS PROFESSIONAL AFM=CNS & LICENSE DA` IA MAI Candidate of the Appraisal Institute - January 1, 1994 M Appraiser's License #4003154; Certified General Real Property Appraiser 1996: (current) - 1988: Staff appraiser for BCL Appraisals Inc. 1991: Residence Hall Treasurer; St. Olaf College 1990: Teachers Asst; St. Olaf College Biology Lab Department T= OF APPRAISAL <S Commercial: Retail Stores, Restaurants, office Buildings, Shopping Centers Industrial: Manufacturing, Processing & Distribution Buildings Residential: Single Family Hanes, Duplexes, Townhon Condominiums, & Apartments Vacant Land: Cmrercial, Industrial, & Residential Appraisals have been completed upon the variety of aforementioned real estate for a broad range of functions including; sales and pis ses, condeamtion, tax appeals, development, insurance, estates, vgr & subdivision analysis. CLIENTS INCLUDE Cities of: Blaine, Bloomington, Chaska, Crystal, Eden Prairie, Golden Valley, Maple Grove, Minneapolis, Minnetonka, New Brighton, New Hope, Plymouth, Richfield, Rochester & Savage Firstar Banks Prim Mortgage Marquette Bank TCF Bank GMAC Mortgage Great Lakes Mortgage North Star Title FES Mortgage United Mortgage Knutson Mortgage Fleet Mortgage Larkin Hoffman, Law Firm Peat Marwick Holmes & Graven MCM Mpls Park Board Carlson Companies Prudential Life American Bank Best & Flanagan U.S. Navy MORE THAN 80 YEARS FULL APPRAISAL SERVICES EEO /AA CITY OF NEW HOPE CONTRACT FOR PROFESSIONAL APPRAISAL SERVICES FOR IMPROVEMENT PROJECTS #567, #575, AND #585 For valuable consideration as set forth below, this contract dated the 9th day of December, 1996, is made and signed by the City of New Hope (hereinafter "City ") and Bjorklund, Carufel, Lachenmayer, Inc. (hereinafter "Consultant "). CONTRACT DOCUMENTS The Consultant hereby promises and agrees to perform and comply with all the provisions of this contract and specifications, all of which are incorporated hereby by this reference. This Contract shall compromise the total agreement of the parties hereto. No oral order, objection or claim by any party to the other shall affect or modify any of the terms or obligations contained in this Contract. 2. THE WORK The work to be performed by Consultant under this Contract (hereinafter the "Work "), is defined in Exhibit A ( "Appraisal Fee Quote Estimates "). Any modifications to the work defined in Exhibit A will be made in writing by the Director of Public Works. CONTRACT PRICE The City will pay the Consultant in accordance with the unit hourly rates set forth in the proposals, but in an amount not to exceed $16,625. Additional work that may be required by the City shall be performed in accordance with the hourly rates. No additional work shall be performed without the approval of the Director of Public Works. 4. COMPLETION DATE Consultant shall complete his performance under this Contract within 60 days after given access to the property. (Hereinafter "Completion Date "). 5. INSURANCE Before beginning actual work under this Contract, the Consultant shall submit to the City and obtain the City's approval of a certificate of insurance on Standard Form C.I.C.C. -701 or ACORD 25 forms, showing the following insurance coverage and listing the City as a loss payee under the policies: a. General Liability: $1,000,000.00 b. Automobile Liability for all automobiles: $ 500,000.00 C. Workman's Compensation: Statutory Amounts d. Errors and Omissions $ 500,000.00 Contract For Professional Appraisal Services For Improvement Projects #567, #575, And #585 Page 2 This certificate must provide for the above coverages to be in effect from the date of the contract until 30 days after the Completion Date, and must provide the insurance coverage will not be canceled by the insurance company with 30 days written notice to the City of intent to cancel. The certificate must further provide that the Consultant's insurance coverage is primary coverage notwithstanding any insurance coverage carried by the city that may apply to injury or damage relating to the maintenance or repair of the city's streets or right -of -ways by either the city or any employee, agent, independent consultant or any other person or entity retained by the City to perform the herein services. This certificate must provide for the above coverages to be in effect from the date of the contract until 30 days after the Completion Date, and must provide the insurance coverage will not be canceled by the insurance company without 30 days written notice to the City of intent to cancel. The certificate must further provide that the Consultant's insurance coverage is primary coverage notwithstanding any insurance coverage carried by the City that may apply to injury of damage relating to the maintenance or repair of the City's streets or right -of- ways by either the City of any employee, agent, independent consultant, or any other person or entity retained by the City to perform the herein services. ePF t The Consultant shall give all notices and comply with all laws, ordinances, rules and regulations applicable to performance under this Contract. 7. INDEMNIFICATION The Consultant agrees to indemnify, defend and hold the City harmless from any damages, ' from any claims, demands, actions or causes of action arising out of any act or omission on the part of the vendor or its agents, servants or employees in the performance of or with relation to any of the work or services performed or furnished by the consultant under this contract. 8. ASSIGNMENT The Consultant shall not assign or transfer, whether by an assignment or notation or otherwise, any of its rights, duties, benefits, obligations, liabilities or responsibilities without prior written consent of the City. NOTICE The address and telephone number of the Consultant for purposes of giving notices and any other purpose under this contract shall be: Brad Bjorklund, BCL Appraisals, 2852 Anthony Lane South, Minneapolis, MN 55418. The address of the City for purposes of giving notices and any other purposes under this contract shall be 4401 Xylon Avenue North, New Hope, MN 55428. Contract For Professional Appraisal Services For Improvement Projects #567, #575, And #585 Page 3 IN WITNESS WHEREOF, the parties to this Contract have hereunto set their hands and seals as of the day and year first above written. CITY OF NEW HOPE CONSULTANT tl By Its Representative Contract For Professional Appraisal Services For Improvement Projects #567, #575, And #586 Page 4 STATE OF MINNESOTA STATE OF MINNESOTA )SS. COUNTY OF HENNEPIN g:\contracts\BCL.doc I BJORKLUND 1. ARUFEL LACHENMAYER INC. 2852 ANTHONY LANE SO., MINNEAPOLIS, MINNESOTA 55418 (612)781-0605 Fax: 781-7826 BRAD BJORKLUND mAi, sRA AL CARUFEL mAi RON LACHENMAYER sRA November 27, 1996 City of New Hope c/o Kirk McDonald 4401 Xylon Avenue North New Hope, Minnesota 55428 Re: Prof :7 �567 Apprai Fee (Quote Estimates REAL ESTATE APPRAISERS CONSULTANTS Dear Mr. McDonald, At your request I attended an extensive meeting with City Staff and Attorney on November 26, 1996, where the above captioned project was discussed after I personally examined all of the project areas. A number of consultation efforts ensued during the meeting. Following the meeting, this fee quote letter was produced. It is currently our best estimate that appraisers in our office can carplete suwnary appraisal reports estimating preliminary -cia fit to five sample ps� f. : � properties in four project areas for a total fee 9 625.00. 6 � These appraisals then may be used for checking and equalizing special asE;e`s= the other parcels in the project areas. As was described to you at the meeting, these are extremely difficult and very precise appraisal problems wile-re reporting will be kept to a minimLzn and research into value issues emphasized. Results cannot guaranteed ahead of time. The appraisals would involve two representative houses in Project Area 1, one eleven dwelling unit representative apartment property in Project Area 2; one representative house in Project Area 3, and probably a preliminary estimate of the Oregon Estates property in Project Area 4. Final selection of properties would be determined later. Additi caLgLataticn, will probably be required. It would be billed to you separate fiat the appraisal reports and their production on an hourly basis currently estimated at $145 for Brad Bjorklund, $115 for Al Carufel, and $85 for Eric 3jorklund. MORE THAN 80 YEARS FTJU APPRAISAL SERVICES EEO /AA BCL APPRAISALS BJORKLUND CARUFEL, LACHENMAYER, INC. 2852 ANTHONY LANE SO., MINNEAPOLIS, MINNESOTA 55418 (612)781-0605 Fax: 781-7826 BRAD BJORKLUND mAi, sRA AL CARUFEL mm RON LACHENMAYER sRA REAL ESTATE APPRAISERS CONSULTANTS November 27, 1996 City of New Hope c/o Kirk McDonald 4401 Xylcn Avenue North New Hope, Minnesota 55428 Re: Proj 575 Appraisal Fee Quote Estimate Dear Mr. McDonald, At your request we attended a meeting on November 26, 1996 regarding the T Apartments property special assessments from the above captioned project on xylon Avenue frontage which was examined. It is our best estimate at this point that the fee to estimate the preliminary sped al—henefkt from your project on Xylon Avenue to the subject property would be abou As was described to you at the meeting, these are extremely difficult and very precise appraisal problems where reporting will be kept to a minimum and research into value issues emphasized. Results cannot guaranteed ahead of time. Additional consultation may be required. It would be billed to you separate from the appraisal report an an hourly basis currently estimated at $145 for Brad Bjorklund, $115 for Al Carufel, and $85 for Eric Bjorklund. B u p o n our experience involved in projects of similar size, we would anticipate that you should budget for a 25!k probability of the owner appealing this process and requiring additional real estate consultation work. The fees for the production of those appraisals may about equal the appraisals for the property. You should also be aware that we have not included attorney's fees or the significant consulting engineer's fees that would also be involved in assisting us with the production of the appraisal through engineering reports and preparation and for court testimony, should that be required. MORE THAN 80 YEARS FULL APPRAISAL SERVICES EEO /AA i 1311 W.1 U 4 IM CIA V WORKLUND, CARUFEL, LACHENMAYER, INC. 2852 ANTHONY LANE SO., MINNEAPOLIS, MINNESOTA 55418 (612)781-0605 Fax: 781-7826 BRAD BJORKLUND mAi, sRA AL CARUFEL mAi RON LACHENMAYER sRA REAL ESTATE APPRAISERS CONSULTANTS November 27, 1996 City of New Hope c/o Kirk McDonald 4401 Xylon Avenue North New Hope, Minnesota 55428 Re: Projec 585 Appraisal Fee Quote Estimate Dear Mr. McDonald, At your request we met with you on November 26, 1996 and briefly discussed the nature of the above captioned project and your need for a real estate appraisal of the 32nd Avenue property located in New Hope. It is recognized that the project is primarily a Crystal project. It is our preliminary estimate that we can complete a summary appraisal report estimating :special-beTiefit from your project to the above ownership (J.R. Jones) for a fee oj�$L3,500.00. As was described to you at the meeting, these are extremely difficult and very precise appraisal problems where reporting will be kept to a minimum and research into value issues emphasized. Results cannot guaranteed ahead of time. Additional consultation may be required. It would be billed to you separate from the appraisal report on an hourly basis cu estimated at $145 for Brad Bjorklund, $115 for Al Carufel, and $85 for Eric Bjorklund. Based upon our experience involved in projects of similar size, we would anticipate that you should budget for a 25% probability of the owner appealing this process and requiring additional real estate consultation work. The fees for the production of those appraisals may about equal the appraisals for the property. You should also be aware that we have not included attorney's fees or the significant consulting engineer's fees that would also be involved in assisting us with the production of the appraisal through engineering reports and preparation and for court testimony, should that be required. , MORE THAN 80 YEARS FULL APPRAISAL SERVICES EEO /AA December 16, 1996 4401 Xylon Avenue North New Hope, Minnesota 55428 -4898 Mr. Brad Bjorklund BCL Appraisals 2852 Anthony Lane So. Minneapolis, MN 55418 Dear Mr. Bjorklund: City Hall. 612 -531 -5100 Police: 612 - 531 -5170 Public Works: 612. 533 -4823 TDD: 612.531 -5109 City Hall Fax: 612- 531 -5136 Police Fax 612 - 531 -5174 Public Works Fax. 612 -533 -7650 Fire Dept. Fax: 612 - 531 -5175 At its meeting of December 9, 1996, the New Hope City Council approved the contract for professional appraisal services for Improvement Project Nos. 567, 575, and 585 for a total amount not to exceed $16,625. Enclosed are two contracts; please sign both in the presence of a notary public and return one fully executed original to my attention as soon as possible. Any questions concerning the contract may be directed to Jeannine Clancy, Director of Public Works, at 533 -4823. Sincerely, Valerie Leone, CMC City Clerk enc. cc: Jeannine Clancy Family Styled City For Family Living MSA Account • Fund Balance Construction Balance 11/6/96 $185,445 1997 Allotment (estimated) 383.7 Total $569,165 • Project Cost 1996 - 1997 Project EVP Signal System 42nd Avenue Right -of -Way (N.H. Cost) Construction (N.H. Cost) Northwood Lake Area 2 - 56th & Xylon Total � Maintenance $206 ,620 $206,620 cost $62,000 "1 60,000 (2) 230,000 (2) q 150,000 41 3,320 $915,320 c U C- (1) Cost equals New Hope's cost $53,986 + 15 %. (2) Estimates from November 4, 1996 memo. STREET IMPROVEMENTS AREAS 1- 4 REVENUE SUMMARY MSA ACCOUNT Project Revenue Park MSA City Re ven ue caat Assessment Assessment Eligib cost Area 1 $782,720 $401,360 $79,840 $301,520 Area 2 1,021,500 725,610 21,390 $413,320 174,080 Area 3 57,500 50,300 7,200 Area 4 225.000 169.440 49.7 5.800 TOTAL $2,086,720 $1,346,710 $150,990 $413,320 $488,600 MSA Account • Fund Balance Construction Balance 11/6/96 $185,445 1997 Allotment (estimated) 383.7 Total $569,165 • Project Cost 1996 - 1997 Project EVP Signal System 42nd Avenue Right -of -Way (N.H. Cost) Construction (N.H. Cost) Northwood Lake Area 2 - 56th & Xylon Total � Maintenance $206 ,620 $206,620 cost $62,000 "1 60,000 (2) 230,000 (2) q 150,000 41 3,320 $915,320 c U C- (1) Cost equals New Hope's cost $53,986 + 15 %. (2) Estimates from November 4, 1996 memo. ,was t 4 ,j =10 MUM ElEmbWE j u L2Ndj � ° 1 F " I'M F" LOCATION PLAN PROJECT NEW HOPE, MINNESOTA LOCATION K:\34\34MAP\97-ST-Ol.DWG SEPTEMBER 1996 34GV 1997 STREET IMPROVEMENTS FIGURE PROJECT CONCEPT REPORT 46TH AVE N L2Ndj � ° 1 F " I'M F" LOCATION PLAN PROJECT NEW HOPE, MINNESOTA LOCATION K:\34\34MAP\97-ST-Ol.DWG SEPTEMBER 1996 34GV 1997 STREET IMPROVEMENTS FIGURE PROJECT CONCEPT REPORT LUJM Z31Z Y0012 ILIA: INQUIRE CITY ACCOUNT STATUSES CITY: 182 NEW HOPE, CITY OF MAINTENANCE 1995 UNEXPENDED BALANCE $ 18,759.20 1996 ALLOTMENT 203,613.00 TOTAL ik 01b , Di is 9 222,372 202,010.90 2 0, 3 6 171W CONSTRUCTION $ 744,293.89 378,138.00 1, 122, TTf 858,309.48 264, r27 LESS: ENCUMBRANCES 78,677.25 BALANCE AVAILABLE $ 20, $ 185,4 PF: 1 -HELP 2 -PREY MENU 3 -PREY PROC 4-ERR HELP PROCESS { } KEY ( 11 / 06 /96 16:39 AS OF 11/06/96 ACTION: UPDATE VERSION OR CALL 800 BEFORE 12/1/96 FOR NEW GATEWAY #. LUJM Z31Z Y0017 IENCU: INQUIRY ON CITY OPEN ENCUMBRANCES CITY: 182 NEW HOPE, CITY OF 11/06/96 16:40 PROJECT NUMBER AMOUNT CITY..: 182 NEW HOPE, 182-020-11 10,000.00 42-tc) Ave- 182-020-12 13,104.25 M,j Lie- 94 182-020-15 2,269.20 1? k k. = 182-020-15 600.00 L k . jj - _ 182-101-11 3,055.06 i34,AJ k- l< 182-103-05 900.45 447,.j Av-- ! 182-105-02 56.83 �- cO / w ---I- , -.1 182-106-07 10,883.21 fk -e— - a y- 182-106-09 34,997.21 3 ko-Q - = t 182-110-02 2,155.36 Lo, ldrc 182-113-01 655.68 08/08/96 12,170.11 182-110-2 TOTALS: 78,677.25 45,262.53 PF: 1-HELP 2-PREV MENU 3-PREV PROC 4-ERR HELP 7-PAGE UP 8-PAGE DOWN PROCESS KEY 0:2/28/96 LAST PAGE. 40k MAINTENANCE (1996) ACTION: UPDATE VERSION OR CALL 800-727-2222 BEFORE 12/1/96 FOR NEW GATEWAY #- LUJM Z31Z Y0016 ICIDI: INQUIRE ON CITY'S DISBURSEMENTS 11/06/96 16:40 CITY..: 182 NEW HOPE, CITY OF YEAR..: 1996 PROJECT NUMBER/ TRANS MAINTENANCE CONSTRUCTION TURNBACK DISBURSEME DESCRIPTION DATE 182-20-16 08/08/96 25,780.30 182-106-8 08/08/96 62,738.93 182-106-9 07/29/96 703,680.09 182-107-6 08/08/96 65.11 182-109-3 08/08/96 12,170.11 182-110-2 08/08/96 45,262.53 182-111-4 08/08/96 8,612.41 So% MAINTENANCE (1996) 0:2/28/96 101,806.50 40k MAINTENANCE (1996) 06/24/96 81,445.20 FINAL MAINTENANCE (1995) 06/26/96 18,759.20 TOTALS: 202,010.90 858,309.48 STREET IMPROVEMENTS AREA I - GETTYSBURG, HILLSBORO, 60TH, 59TH PROPERTY TYPE PROJECT COST ASSESSMENT REVENUE Property Tvue Single Family Park (Liberty) Multiple (5801 Ensign) C/I (Prudential) M.- .1 Front Footage Avg. - 85 F.F./Lot 1159 F.F. 107 F.F. 413 F.F. Project Cost Water Storm Sewer Street - Surface - Curb Total $125,140.00 176,380.00 309,390.00 171.810.00 $782,720.00 Existing Assessment Policy • Assess 100% street/curb • Residential rate 2 /3 of non - residential rate (min. 75 F.F., max 90 F.F.) • Utilities (storm, sanitary, water) no assessment • Residential Rate - Avg. Lot 85 F.F. Street - $44.29/F.F. $3,765.00 Curb - 24.60/F.F. _2,090.00 Total - $68.89/F.F. $5,855.00/Lot • Non - Residential Rate Street - $66.44/F.F. Curb - 36.89/171. Total - $103.33/F.F. Revenue Project Cost Revenue Assessments Park Assessment Cijy Cost Water $125,140.00 0.00 0.00 $125,140.00 Storm Sewer 176,380.00 0.00 0.00 176,380.00 Street - Surface 309,390.00 258,060.00 51,330.00 0.00 Street - Curb 171.810.00 143.300.00 28.510.00 0.00 TOTAL $782,720.00 $401,360.00 $79,840.00 $301,520.00 WATER MAIN IMPROVEMENTS - AREA 1 NEW HOPE, MINNESOTA FIGURE 1 PROJECT CONCEPT REPORT STREET IMPROVEMENTS 34198F02.DWG OCTOBER 1996 COMM. 34198 60T� A� N Ex. Water Main I Sam n. 57 )L,-j .4 ^ " Ex. W.M. 0 New W.M. New Stor Sewer Existing S Pipe Drain an. Sewer No Scale STORM SEWER IMPROVEMENTS - AREA 1 NEW HOPE, MINNESOTA FIGURE 2 PROJECT CONCEPT REPORT STREET IMPROVEMENTS 34198F02.DWG OCTOBER 1996 COMM. 34198 VIA IMMOOMMIN o t � r _. IMMOOMMIN o t � r _. 15' ------- - -T - -- 3" Bituminous 6" Aggregate 12" Subcut w/Grannular as Required New 8618 Conc Curb & Gutter 15' ----------------------- - - -- ------------- L - - - -- 3 1/2" Ex. Bit. 6' Ex. Aggregate Ex. Mountable Conc. Curb & Gutter STREET SECTION No Scale CONCRETE DRIVEWAY APRON No Scale STREET & DRIVEWAY SECTIONS - AREA 1 NEW HOPE, MINNESOTA FIGURE 4 PROJECT CONCEPT REPORT STREET IMPROVEMENTS 34198F02.DWG OCTOBER 1996 COMM. 34198 A" Sonestroo Rosene Anderlik Associates i%. w d Z Z • W • • ii 5801 Ensign Av 0 100 zoo iiia seaw in feet ASSESSABLE PROPERTIES — AREA 1 Bonestroo Rosene NEW HOPE, MINNESOTA FIGURE 5 Anderlik & PROJECT CONCEPT REPORT Associates STREET IMPROVEMENTS 34198F02.DWG OCTOBER 1996 COMM. 34198 PRELIMINARY COST ESTIMATE STREET IMPROVEMENTS AREA 1 - GETTYSBURG, HILLSBORO, 60TH, 59TH A. Water Main Replacement 5 EA Remove existing gate valve @ $100 /ea. $500.00 4 EA Remove hydrant @ $150 %a. 600.00 2,860 LF 6" DIP, Cl. 52 @ $21/1.f. 60,060.00 5 EA 6" gate valve and box @ $450 /ea. 2,250.00 4 EA 5" valve hydrant @ $1400 /ea. 5,600.00 1,400 LF 1" copper water service @$10111 14,000.00 5 EA Connect to existing pipe @ $350 /ea. 1,750.00 1 LS Temporary service during construction @ 5,000/l.s. 5,000.00 45 EA 1" corp stop @ $35 /ea. 1,575.00 4,000 LB Fittings @ $1/lb 4.000.00 540 LF Subtotal $95,335.00 7 EA + 5% Contingencies 4.775.00 6 TR Total Construction $100,110.00 50 LF + 25% Indirect Costs 25.030.00 18 EA TOTAL WATER MAIN $125,140.00 B. Storm Sewer 1,215 LF 18" RCP, Cl. 5 @ $30/l.f. $36,450.00 810 LF 15" RCP, Cl. 5 @ $27/l.f. 21,870.00 620 LF 12" RCP, Cl. 5 @ $24/l.f. 14,880.00 700 LF 4" PVC draintile @ $12/l.f. 6,480.00 13 EA Std. MH w/ cstg @ $1400 /ea. 18,200.00 5 EA Std. CBMH w/ cstg. @ $1400 /ea. 7,500.00 12 EA Std. CB w/ cstg. @ $1100 /ea. 13,200.00 4 EA Connect to ex. structure @ $300 %a. 1,200.00 6 TR Clear and grub tree @ 200 /ea. 1,200.00 1,200 S.Y. Sod @ $3 /s.y. 3,600.00 540 LF Remove ex. sewer pipe @ $5/1.f. 2,700.00 7 EA Remove ex. manhole /catch basin @ $250 /ea. 1,750.00 6 TR Tree @ $300 /ea. 1,800.00 50 LF Salvage & replace fence @ $5A.f. 250.00 18 EA Storm inlet protection @ $100 /ea. 1,800.00 3 EA Relocate signal manhole @ $500 /ea. 1.500.00 Subtotal $134,380.00 + 5% Contingency 6.720.00 Total Construction $141,100.00 + 25% Indirect Costs 35.280.00 TOTAL STORM SEWER $176,380.00 1 C. Street Improvements 1.) Street Surface 16,100 SY Remove or reclaim pavement @ $1.50 /s.y. $24,150.00 200 LF Sawing bituminous pavement @ $3/1.f. 600.00 4,400 CY Common excavation @ $6 /c.y. 26,400.00 2,100 CY Subgrade excavation @ $6 /c.y. 12,600.00 2,000 CY Granular borrow @ $10 %.y. 20,000.00 3,000 SY Geotextile fabric @ $1 /s.y. 3,000.00 6,250 TN Aggregate base, cl. 5 @ $7 /tn 43,750.00 1,470 TN Bituminous base @ $21 /tn 30,870.00 1,400 TN Bituminous wear @ $24 /tn 33,600.00 800 GL Bituminous mat. for tack @ $1 /gl 800.00 23 EA Adjust MH cstg. @ $350 /ea. 8,050.00 6 EA Adjust CB cstg. @ $300 /ea. 1,200.00 7 EA Adjust valve box @ $100 /ea. 700.00 20 LF Reconstruct manhole @ $150/l.f. 3,000.00 800 SY Irregular width paving @ $15 /s.y. 12,000.00 1 LS Traffic control @ $3000 3,000.00 1 LS Revise signal @ $12000 12.000.00 Subtotal $235,720.00 + 5% Contingency 11.790.00 Total Construction $247,510.00 + 25% Indirect Costs 61.880.00 TOTAL STREET SURFACE $309,390.00 2.) Concrete Curb 9,600 LF Remove concrete curb and gutter @ $2/l.f. $19,200.00 9,600 LF B618 concrete curb & gutter @ $7/l.f. 67,200.00 7,000 SF Remove concrete driveway @ $ I /s.f. 7,000.00 800 SY 7" concrete driveway apron @ $30 /s.y. 24,000.00 7,000 SF Remove bituminous driveway @ $0.50 /s.f. 3,500.00 5,000 SY Sodding @ $2 /s.y. 10.000.00 Subtotal $130,900.00 + 5% Contingency 6.550.00 Total Construction $137,450.00 + 25% Indirect Costs 34.360.00 TOTAL CONCRETE CURB $171,810.00 Water Main $125,140.00 Storm Sewer 176,380.00 Street Surface 309,390.00 Concrete Curb 171.810.00 TOTAL AREA 1 $782,720.00 2 Property Tvne Total Winnetka Elementary Units Assessable Units Assessable 455 F.F. Comm. Hosterman Middle School 2,685 Comm. North Ridge Care Center 894 Comm. (5430 Zealand Ave.) North Ridge Apartments 200 90 945 Res. (5500 Boone Ave.) Continental Village Apartments 5600 - 5632 Boone Ave. 46 16 168 Res. 8500, 8510 56 Ave. 40 40 420 Res. New Hope Gardens 8511 Bass Lake Rd. 11 7 210 Res. 5649 Zealand Ave. 11 11 330 Res. 5625 Zealand Ave. 11 11 330 Res. 5601 Zealand Ave. 11 11 330 Res. 5650 Zealand Ave. 11 11 330 Res. 5624 Zealand Ave. 11 11 330 Res. 5600 Zealand Ave. 11 11 330 Res. New Hope Village 72 61 640 Res. (8420 - 56th, 5603 -5627 Xylon) Timberland Heights 40 34 357 Res. (5600 Xylon, 8317 Bass Lake Rd.) Oakwood Manor 69 69 725 Res. (5500 Zealand Ave.) Begin Park 339 Res. Subtotal 4,034 Comm. Subtotal 5.784 Res. TOTAL 544 383 9,818 Single Family Residential 8431 Zealand Ave.: No assessment proposed, however, property was assessed 176 F.F. @ $10/F.F. (comm. rate) - Project 375; Council reduced assessment to $1,000.00. 5400 - 5436 Zealand Ave.: No assessment proposed; construction west side only. Sanitary Sewer $19,000.00 Storm Sewer 56th & Zealand (MSA - Portion Eligible) 54,100.00 55th Avenue 84,800.00 Bass Lake Road/Xylon Ave (MSA - Portion Eligible) 56,500.00 Street Xylon & 56th Ave. (MSA - 100% Eligible) 312,900.00 Zealand & 55th Ave. 434,100.00 Sidewalk Xylon & 56th Ave. (MSA - 100% Eligible) 111 11 Zealand & 55th Ave. 37.100.00 TOTAL $1,021,500.00 Existing Assessment Policy • Assess 100% Street/Curb • Residential rate 2 /3 of non - residential rate (min. 75 F.F., max. 90 F.F.) • Non - residential rate (commercial) assess 100% street frontage • Multiple /apartments assess residential rate • 12 units and less - assess 30 F.F. /unit • Over 12 units - assess 10.5 F.F. /unit • Multiple side lots - assess percentage frontage improved • Utilities, sidewalk repair no assessments • Residential rate = $63.10/F.F. • Commercial rate = $94.70/F.F. (1) MSA Eligible assumes 70% of cost for 56th/Zealand Avenue ($54,100) and Bass Lake Road/Xylon Avenue ($56,500). (2) MSA Eligible assumes 100% of cost for Xylon/56th Avenues ($312,900). (3) MSA Eligible assumes 100% of cost for Xylon/56th Avenues ($23,000) Project Revenue Park MSA City Revenue Cost Assessments Assessments li iblgl cost Sanitary Sewer $19,000 $19,000 Storm Sewer 195,400 $77,420(1) 117,980 Street 747,000 $725,610 $21,390 312,900(2) Sidewalk 60.100 23.000(3) 37,100 TOTAL $1,021,500 $725,610 $21,390 $413,320 $174,080 (1) MSA Eligible assumes 70% of cost for 56th/Zealand Avenue ($54,100) and Bass Lake Road/Xylon Avenue ($56,500). (2) MSA Eligible assumes 100% of cost for Xylon/56th Avenues ($312,900). (3) MSA Eligible assumes 100% of cost for Xylon/56th Avenues ($23,000) VILLAGE �$�`� GREEN GOLF COURSE eq SS Cqk� RQ z w < z z w > z > z o Q 0 °' —TELEVISE/ z INVES IGA E z o N EXIS ING w o SAN. EWE N x u n» RESEARCH CENTER NORTH PRO E SAN. SE ER RIDGE APARTMENTS 56TH AVE N HOSTERMAN MIDDLE SCHOOL 55TH AVE N NORTH RIDGE NURSING HOME ST. THERESA NURSING N HOME 0 200 4W scae in feet 76 WINNETKA mm ELEMENTARY mm SCHOOL mm mm i- w z z Z w �t ST. THERESA NURSING N HOME 0 200 4W scae in feet 76 54TH AVE N r SANITARY SEWER IMPROVEMENTS - AREA 2 NEW HOPE, MINNESOTA FIGURE 1 PROJECT CONCEPT REPORT STREET IMPROVEMENTS 34198FO3.DWG OCTOBER 1996 COMM. 34198 A" Sonestroo Rosene Anderlik b Associates WINNETKA > ELEMENTARY ` SCHOOL Q i- w z z Z w �t 54TH AVE N r SANITARY SEWER IMPROVEMENTS - AREA 2 NEW HOPE, MINNESOTA FIGURE 1 PROJECT CONCEPT REPORT STREET IMPROVEMENTS 34198FO3.DWG OCTOBER 1996 COMM. 34198 A" Sonestroo Rosene Anderlik b Associates - 1 I —Ex. Storm S PER I LLJ N 0 I' 3 NORTH RIDGE < I APARTMENTS _ S X S uj NORTH LLJ z RIDGE z NURSING LIJ HOME NJ 54TH AVE N VILLAGE GREEN GOLF COURSE z Ljj Z 0 X 24 2 * 56TH AVE N HOSTERMAN MIDDLE SCHOOL PROPOSED STORM SEWER--\ REPLACEMENT 55TH AVE N 1 fF - " 7 TEx Stiorm SZ PW1 INE LL t LL ' BEGIN > z --Z PARKt < 0 Existing New Street Street ------------------------ -- ----- - - - - -- in - !New Storm Sewer, r-J Ex. Replaces Existing W. M. i Storm Sewer Existing S Pipe Drain San. Sewer TYPICAL NEW STORM SEWER LOCATION No Scale STORM SEWER IMPROVEMENTS - AREA 2 Sonestroo Rosene NEW HOPE, MINNESOTA FIGURE 2 ur-Q Anderlik & PROJECT CONCEPT REPORT Associates STREET IMPROVEMENTS 34198FO3.DWG OCTOBER 1996 COMM. 34198 a RESEARCH CENTER ROAD EAST __77­77orm WINNETKA ELEMENTARY < SCHOOL uj z z 3: LL t LL ' BEGIN > z --Z PARKt < 0 Existing New Street Street ------------------------ -- ----- - - - - -- in - !New Storm Sewer, r-J Ex. Replaces Existing W. M. i Storm Sewer Existing S Pipe Drain San. Sewer TYPICAL NEW STORM SEWER LOCATION No Scale STORM SEWER IMPROVEMENTS - AREA 2 Sonestroo Rosene NEW HOPE, MINNESOTA FIGURE 2 ur-Q Anderlik & PROJECT CONCEPT REPORT Associates STREET IMPROVEMENTS 34198FO3.DWG OCTOBER 1996 COMM. 34198 a RESEARCH CENTER ROAD EAST __77­77orm z 6 56th Ave. N > 13' 11 —► 16' 0 0 m No Scale RESEARCH CENTER 54TH AVE N Boss oke 56TH AVE Rd N z Zealan Menu HOSTERMAN - > Q PR ®POSE® Add 8' Wide 55th Ave. N) STREET RECONSTRUCTION C NORTH DGE R 6 11'13 APARTMENTS a� 0 55TH AVE N Zealand Ave.) NORTH RIDGE N X z ? No Scale ce Rd. ve. N) 55th Ave. N 16' No Scale STREET IMPROVEMENTS — AREA 2 NEW HOPE, MINNESOTA FIGURE 3 PROJECT CONCEPT REPORT STREET IMPROVEMENTS 34198FO3.DWG OCTOBER 1996 COMM. 34198 z W Q z 0 J x VILLAGE GREEN GOLF COURSE WINNETKA ELEMENTARY SCHOOL r4 N Q a a� c Bonestroo Rosene Anderlik & Associates Q 56TH AVE N No F arking Zealan Menu HOSTERMAN MIDDLE SCHOOL (Bass Lk. Rd. to PR ®POSE® Add 8' Wide 55th Ave. N) STREET RECONSTRUCTION Parking Lane NORTH DGE R (TYPICAL) 55th Avenue N APARTMENTS (Winn. Ave. to 55TH AVE N Zealand Ave.) NORTH RIDGE z ? Add 8' Wide w W a Q Parking Lane ¢ ¢ � West Side : =___: BEGIN ,ealand Avenue `� o Z 0 PARK (54th Ave. N to Q Y X 55th Ave. N) N ,- NURSING HOME VILLAGE GREEN GOLF COURSE WINNETKA ELEMENTARY SCHOOL r4 N Q a a� c Bonestroo Rosene Anderlik & Associates Q Curb & Gutter As Required STREET SECTION 56th Avenue N No Scale — -......... Sidewalk as Required WEST EAST 15' 13' F --- - --------------- ------ - ------- - - -- - ---------------- --- - - ---------------------- - ----------------- A ------------- ii - 1/2" Ex. Bit. - ----------------------------- 3 8" Ex. Aggregate Ex. 8618 Conc. Curb & Gutter STREET SECTION Xylon Avenue N No Scale 31/2" Bituminous 8 „ Aggregate 12” Gronnulor New 6618 Conc Curb & Gutter Repair Existing Sidewalk as Required 7* 8' Parkin No. Side I Only --jL� 13' L-New 8618 Conc Curb & Gutter 4" Concrete Walk w/4" Sand Cushion 0 31/2" Bituminous 3 1/2" Ex. Bit. ! It 8 „ Aggregate 8 Ex. Aggregate 12” Grannular Ex. 8618 Conc Curb & Gutter Replace as Needed STREET SECTION 55th Avenue N (Winnetka Avenue to Cul—d—Sac) No Scale STREET SECTIONS — AREA 2 NEW HOPE, MINNESOTA FIGURE 4 PROJECT CONCEPT REPORT STREET IMPROVEMENTS 34198FO3.DWG OCTOBER 1996 COMM. 34198 Sonestroo Rosene uw-Q Anderlik d " Associates 15' 15' Mill & i Mill & LOverloy(l 1/2") Overlay(l 1/2" -- --- -- ----- - -- - --- 4 - ---------- ........... L ---- - - ------------ — — --------------------------------- - - - -------- - ------------ ----------- ----- r , ---------- ---------------- ------------------ -- -- - ----------------- ----- 3 1/2" Ex. Bit. Ex. 8618 Conc. 8 Ex. Aggregate Curb & Gutter Ex. B618 Conc. Replace as Needed Curb & Gutter Replace as Needed STREET SECTION Zealand Avenue N (Bass Lake Rd. to 56th Avenue N) No Scale 15' 15' I 1 1 3 1/2" Ex. Bit. �3 �1/2" Bituminous -J � .oj 8" Aggregate 8" Ex. Aggregate 12" Gronnula. Ex. 8618 Conc. Ex. B618 Conc. Curb & Gutter Curb & Gutter Repair Existing Replace as Needed STREET SECTION Sidewalk as Required Zealand Avenue N (56th Avenue N to,55th Avenue N) No Scale WEST EAST 7' 1 Porki (East side 6' only) 13 X-TOT 15' i t I Seal Coat 3 1/2" Bituminous 3 1/2" Ex. Bit. 8 Aggregate 8" Ex. Aggregate 12" Grannular Ex. B618 Conc New 8618 Conc I Curb & Gutter Curb & Gutter STREET S ECTION Replace as Needed 4" Concrete Walk Zealand Avenue N w/4" Sand Cushion (55th Avenue N to 54th Avenue N) CONCRETE DRIVEWAY APRON - AREA 2 NEW HOPE, MINNESOTA FIGURE 6 PROJECT CONCEPT REPORT STREET IMPROVEMENTS 34198F03.DWG OCTOBER 1996 COMM. 34198 Sonestroo Rosene Anderlik & Associates z -Z 89 Uni NORTH 725 RIDGE APARTMENTS 4TS 90 Units/ 945 /� NORTH RIDG 428%1 56TH AVE N HOSTERMAN MIDDLE SCHOOL ME on 'MNNETKA ELEMENTARY SCHOOL i NURSING HOME Ix -------------- 54TH AVE N LEGEND 69 Units/ Assessable Units/ i 725 Assessable Front Footage Based on Residential Rate (455) Assessable Front Footage Commercial Rate 339 Assessable Front Footage Residential Rate X No Assessment ASSESSABLE PROPERTIES - AREA 2 6onestroo Rosene NEW HOPE, MINNESOTA FIGURE 7 Anderlik & PROJECT CONCEPT REPORT Associates STREET IMPROVEMENTS 34198F03.DWC OCTOBER 1996 COMM. 34198 VILLAGE GREEN GOLF COURSE A - --I - �AK X z z L LLJ > Z z 0 0 Units/ 61 Un../ M x 116; Units/ RESEARCH 168 1110001101001 CENTER 89 Uni NORTH 725 RIDGE APARTMENTS 4TS 90 Units/ 945 /� NORTH RIDG 428%1 56TH AVE N HOSTERMAN MIDDLE SCHOOL ME on 'MNNETKA ELEMENTARY SCHOOL i NURSING HOME Ix -------------- 54TH AVE N LEGEND 69 Units/ Assessable Units/ i 725 Assessable Front Footage Based on Residential Rate (455) Assessable Front Footage Commercial Rate 339 Assessable Front Footage Residential Rate X No Assessment ASSESSABLE PROPERTIES - AREA 2 6onestroo Rosene NEW HOPE, MINNESOTA FIGURE 7 Anderlik & PROJECT CONCEPT REPORT Associates STREET IMPROVEMENTS 34198F03.DWC OCTOBER 1996 COMM. 34198 VILLAGE GREEN GOLF COURSE A - --I PRELIMINARY STREET IMPROVEMENTS ZEALAND, XYLON, A. Sanitary Sewer - 56th Avenue 350 LF 8" PVC, 8' -10' deep @ $27/11 $9,450.00 1 EA Std manhole, 8' deep @ $1500/l.f. 1,500.00 2 LF Manhole over depth @ $100/11 200.00 1 EA Connect to existing sewer @ $1000 %a. 1,000.00 1 EA 8' x 6' wye @ $100 /ea. 100.00 350 LF Impro. pipe foundation @ $2/11 700.00 30 LF 6" PVC service pipe @ $15/l.f. 450.00 2 EA Subtotal $13,400.00 9 EA + 5% Contingencies 670.00 Total Construction $14,070.00 + 35% Indirect Costs 4.930.00 TOTAL SANITARY SEWER $19,000.00 B 1. Storm Sewer - 56th & Zealand 335 LF 15" RCP, cl. 5 @ $271l.f. $9,045.00 450 LF 12" RCP, cl. 5 @ $24/11. 10,800.00 600 LF 4" PVC draintile @ $12/l.f. 7,200.00 1 EA Std. MH w /castg. @ $1400 /ea. 1,400.00 2 EA Std. CBMI-I w/ cstg. @ $1400 /ea. 2,800.00 7 EA Std. CB w/ cstg. @ $1100 /ea. 7,700.00 3 EA Connect to ex. structure @ $300 /ea. 900.00 2 EA Remove ex. structure @ $250 /ea. 500.00 9 EA Storm inlet protection @ $100 /ea. 900.00 Subtotal $41,245.00 + 5% Contingencies 2.055.00 Total Construction $43,300.00 + 25% Indirect Costs 10,800.00 TOTAL STORM SEWER - B1 $54,100.00 1 B2. Storm Sewer - 55th Avenue 1,000 LF Remove ex. 15" RCP @ $511.f. $5,000.00 11 EA Remove ex. manhole /catchbasin @ $250 %a. 2,750.00 1,000 LF 15" RCP, cl. 5 @ $30/l.L 30,000.00 100 LF 12" RCP, cl. 5 @ $25/1.f. 3,600.00 8 EA Std. CBMH w /casting @ $1400 /ea. 11,200.00 4 EA Std. CB w /casting @ $1100 /ea. 4,400.00 6 EA Connect to ex. structure @ $300 %a. 1,800.00 300 LF 4" PVC draintile @ $12/l.f. 3,600.00 12 EA Storm inlet protection @ $100 /ea. 1,200.00 1 LS Restore landscaping @ $1000 1.000.00 1 LS Subtotal $64,550.00 110 SY + 5% Contingencies _ 3.250.00 700 SF Total Construction $67,800.00 200 SY + 25% Indirect Costs 17.000.00 TOTAL STORM SEWER - B2 $84,800.00 B3. Storm Sewer - Xylon & Bass Lake Road (B.L.R.) 165 LF 24" RCP, cl. 5 @ $45/l.f. $7,425.00 110 LF 15" RCP, cl. 5 @ $30/l.f. 3,300.00 355 LF 12" RCP, cl. 5 @ $24/1.f. 8,520.00 300 LF 4" PVC draintile @ $1211.f. 3,600.00 1 EA Std. MH w/ cstg @ $1400 /ea. 1,400.00 4 EA Std. CBMH w/ cstg @ $1400 /ea. 5,600.00 2 EA Std. CB w/ cstg @ $1100 /ea. 2,200.00 5 EA Remove existing structure @ $300 /ea. 1,500.00 3 EA Con. to exist. structure or pipe @ $300 /ea. 900.00 6 EA Storm inlet protection @ $100 /ea. 600.00 1 LS Protect utilities in B.L.R. @ $2000 2,000.00 110 SY Sawcut remove & repair B.L.R. @ $35 /s.y. 3,850.00 700 SF Remove & replace concrete walk @ $2.50 /s.f. 1,750.00 200 SY Sodding @ $2 /s.y. 400.00 Subtotal $43,045.00 + 5% Contingencies 2.155.00 Total Construction $45,200.00 + 25% Indirect Costs 11.300.00 TOTAL STORM SEWER - B3 $56,500.00 N C1. Street Improvements - Xylon & 56th (MSA) Street 3500 LF Remove concrete curb and gutter @ $2/11. $7,000.00 7,250 SY Remove or reclaim bituminous pavement @ $2 /s.y. 14,500.00 300 SY Remove driveway pavement @ $8 /s.y. 2,400.00 300 LF Sawing bituminous pavement @ $3/l.f. 900.00 2,200 CY Common excavation @ $6 /c.y. 13,200.00 3,700 CY Subgrade excavation @ $6 /c.y. 22,200.00 3,700 CY Granular borrow @ $10/c.y. 37,000.00 5,000 SY Geotextile Fabric @ $1 /s.y. 5,000.00 4,900 TN Aggregate base @ $7 /tn. 34,300.00 1,100 TN Bituminous base @ $21 /tn. 23,100.00 140 TN Bituminous binder @ $23 /tn. 3,220.00 750 TN Bituminous wear @ $24 /tn. 18,000.00 500 GL Bituminous mad. for tack @ $1 /gal. 500.00 3,500 LF B618 concrete curb and gutter @ $7/l.f. 24,500.00 7 EA Adjust MH casting @ $350 /ea. 2,450.00 8 EA Adjust CB casting @ $300 /ea. 2,400.00 6 EA Adjust valve box @ $100 /ea. 600.00 100 SY Irregular width paving @ $15 /s.y. 1,500.00 300 SY Concrete driveway apron @ $30 /s.y. 9,000.00 2,300 SY Sodding @ $2 /s.y. 4,600.00 1,500 LF Lane markings @ $1/11 1,500.00 1 LS Traffic Control @ $8,000 8,000.00 10 EA Pedestrian ramp @ $250 /ea. 2.500.00 Subtotal $238,370.00 + 5% Contingencies 11, 39 0.00 Total Construction $250,300.00 + 25% Indirect Costs 62.600.00 TOTAL STREET XYLON & 56TH $312,900.00 Sidewalk 7,000 SF Remove concrete walk @ $0.50 /s.f. 3,500.00 7,000 SF Concrete walk @ $2 /s.f. 14.000.00 Subtotal $17,500.00 + 5% Contingencies 875.00 Total Construction 18,375.00 + 25% Indirect Costs 4.625.00 TOTAL SIDEWALK XYLON & 56TH $23,000.00 3 C2. Street Improvements - 55th & Zealand Street 7000 LF Remove concrete curb and gutter @ $2/l.f. $14,000.00 9,350 SY Remove or reclaim bituminous pavement @ $2 /s.y. 18,700.00 4,600 SY Mill bituminous surface @ $1 /s.y. 4,600.00 900 SY Remove driveway pavement @ $8 /s.y. 7,200.00 500 LF Sawing bituminous pavement @ $3/l.f. 1,500.00 2,400 CY Common excavation @ $6 /c.y. 14,400.00 3,700 CY Subgrade excavation @ $6 /c.y. 22,200.00 3,700 CY Granular borrow @ $10 %.y. 37,000.00 3,000 SY Geotextile fabric @ $1 /s.y. 3,000.00 5,600 TN Aggregate base @ $7 /tn. 39,200.00 1,400 TN Bituminous base @ $21 /tn. 29,400.00 1,450 TN Bituminous wear @ $24 /tn. 34,800.00 800 GL Bituminous matt. for tack @ $1 /gal. 800.00 7,000 LF B618 concrete curb and gutter @ $7/l.f. 49,000.00 10 EA Adjust MH casting @ $350 /ea. 3,500.00 6 EA Adjust CB casting @ $300 /ea. 1,800.00 2 EA Adjust valve box @ $100 /ea. 200.00 800 SY Irregular width paving @ $15 /s.y. 12,000.00 560 SY Concrete driveway apron @ $30 /s.y. 16,800.00 2,300 SY Sodding @ $2 /s.y. 4,600.00 1,000 LF Lane markings @ $1/11. 1,000.00 1 LS Traffic Control @ $2,000 2,000.00 9 EA Pedestrian ramp @ $250 /ea. 2,250.00 900 SF Retaining wall @ $12 /s.f. 10.800.00 Subtotal $330,750.00 + 5% Contingencies 16.550.00 Total Construction $347,300.00 + 25% Indirect Costs 86.800.00 TOTAL STREET -55TH & ZEALAND $434,100.00 Sidewalk 10,500 SF Remove concrete walk @ $0.50 /s.f. $5,250.00 11,500 SF Concrete walk @ $2 /s.f. 23.000.00 Subtotal $28,250.00 + 5% Contingencies 1.420.00 Total Construction $29,670.00 + 25% Indirect Costs 7.430.00 TOTAL SIDEWALK -55TH & ZEALAND $37,100.00 n Sanitary Sewer Storm Sewer - 56th & Zealand Storm Sewer - 55th Avenue Storm Sewer - Xylon & Bass Lake Road Street Improvements - Xylon & 56th Street Sidewalk Street Improvements - 55th & Zealand Street Sidewalk iT0100MR • lot It 11 11 :11 it 11 of ME • IM## 111 11 434,100.00 37,100.00 $1,021,500.00 k, STREET IMPROVEMENTS AREA 3 - 48TH CIRCLE PROPERTY TYPES PROTECT COST ASSESSMENT REVENUE Property Tvne Number of Lots Front Footage Single Family 11 Avg. 85 F.F./Lot Project Cost Sanitary Sewer $7,200.00 Street Surface 30,100.00 Curb 20.200.00 TOTAL $57,500.00 xisting Assessment Policy • Assess 100% street/curb • Sanitary sewer repair no asst • Residential rate: Street Curb Total ssment Avg;. Cost/Lot $2,736 1,836 $4,572 Rev enue Project Cost Revenue Assessment City Cost Sanitary Sewer $7,200 $7,200 Street 5 0,300 50300 0 TOTAL $57,500 $50,300 $7,200 Ex. Sanitary Sewe Ex. Water Main Sewer Ex. Sewer Storm Ex. Scnitar 48TH CIRCLE 48TH Ex. WaLr Main A V E E N �Ex. Storm Sewer 77 t ` pno LLJ :D z LLJ I 6 5 4 3 2 CUL—DE—SAC GRADE CHANGE SANITARY SEWER REPAIR — AREA 3 .1 l L 0 NEW HOPE, MINNESOTA FIGURE 1 PROJECT CONCEPT REPORT STREET IMPROVEMENTS 34198F04.DWG OCTOBER 1996 COMM. 34198 JA Bonestroo Rosene OEM Anderlik & Associates Ex. 15 '. — F ----------- - Storm .Sewer 1 Acq'r Main 900, — — — — — — -- = goo C ------ ------------- IL I III SANITARY SEWER REPAIR I III III 890 890 6 5 4 3 2 CUL—DE—SAC GRADE CHANGE SANITARY SEWER REPAIR — AREA 3 .1 l L 0 NEW HOPE, MINNESOTA FIGURE 1 PROJECT CONCEPT REPORT STREET IMPROVEMENTS 34198F04.DWG OCTOBER 1996 COMM. 34198 JA Bonestroo Rosene OEM Anderlik & Associates AVENUE - ------------------ � ----------------- z ---------- --------------- ------------ 3 1/2" Ex. Bit 3" s Bituminou 8" Ex. Aggregate 6 C z " Aggregate Bituminous � �ggregate Ex. Mountable Conc. New 8618 Conc Curb & Gutter Curb & Gutter STREET SECTION No Scale ASSESSABLE PROPERTIES STREET IMPROVEMENTS — AREA 3 NEW HOPE, MINNESOTA FIGURE 2 PROJECT CONCEPT REPORT STREET IMPROVEMENTS 34198F04.DWG OCTOBER 1996 COMM. 34198 A" Sonestroo Rosene Anderlik & Associates 15' 15' 0010manum No Scale DRIVEWAY SECTION - AREA 3 NEW HOPE, MINNESOTA FIGURE 3 PROJECT CONCEPT REPORT Bonestroo Rosene Anderlik b Associates STREET IMPROVEMENTS 34198F04.DWG OCTOBER 1996 COMM. 34198 A. Sanitary Sewer 25 LF 8" PVC, SDR 35 @ $40/1.f. $1,000.00 1 LS Reconstruct 8" DIP outside drop 2,000.00 2 EA Connect to existing MH or pipe @ $500 /ea. 1,000.00 1 LS Bypass pumping during construction 1,000.00 1 LS Support existing utilities 500.00 880 TN Subtotal $5,500.00 140 TN + 5% Contingencies 275.00 130 TN Total Construction $5,775.00 100 GL + 25% Indirect Costs 1.425.00 80 SY TOTAL SANITARY SEWER - AREA 3 $7,200.00 B 1. Street Improvements Street Surface 1500 SY Remove or reclaim bituminous pavement @ $2 /s.y. $3,000.00 70 LF Sawing bituminous pavement @ $3/l.f. 210.00 400 CY Common excavation @ $6 /c.y. 2,400.00 100 CY Subgrade excavation @ $6 /c.y. 600.00 200 CY Granular borrow @ $10 /c.y. 2,000.00 880 TN Aggregate base, cl. 5 @ $7 /ton 6,160.00 140 TN Bituminous base @ $21 /ton 2,940.00 130 TN Bituminous wear @ $24 /ton 3,120.00 100 GL Bituminous material for tack @ $1 /gal 100.00 80 SY Irregular width paving @ $15 /s.y. 1,200.00 5 LF Reconstruct manhole @ $150/l.f. 750.00 1 EA Adjust MH casting @ $350 /ea. 350.00 1 EA Adjust valve box @ $100 /ea. 100.00 Subtotal $22,930.00 + 5 % Contingencies 1.150.00 Total Construction $24,080.00 + 25% Indirect Costs 6.020.00 TOTAL STREET SURFACE $30,100.00 Concrete Curb 780 LF Remove concrete curb & gutter @ $2/1.L 230 SY Remove driveway pavement @ $8 /s.y. 780 LF B618 concrete curb & gutter @ $7/l.f. 190 SY 7" Concrete driveway apron @ $30 /s.y. 400 SY Sodding @ $2/s.y. 200 CY Topsoil borrow @ $8 /c.y. Subtotal + 5% Contingencies Total Construction + 25% Indirect Costs TOTAL CONCRETE CURB Sanitary Sewer Street Improvements Street Concrete Curb TOTAL $7,200.00 30,100.00 20.20 -0o $57,500.00 $1,560.00 1,840.00 5,460.00 5,700.00 800.00 .•.1#1 M MU , # $20,200.00 2 Property Number Lots Total Assessable Assessable 13= (S Family) Units Units Front Footage Single Family 15 Avg. 85/lot Park Ridge Way Apts. 159 104 �'� 1,092 Res. (4211 -4313 Oregon Ave.) New Hope Apartments 48 24 cz> 252 Res. (7200 -7260 43rd Ave.) Fred Sims Park -769 &s. TOTAL 3,388 Res. (1) Assessable units subtract 55 units assessed Project 379 (45th Ave). (2) Assessable units assumes 50% of total, 50% access Nevada, 50% access Louisiana in Crystal. Prq,Jec t Cost Street $219,200 Sidewalk 5.8 00 TOTAL $225,000 Existing Assessment • Assess 100% street/curb • Residential rate single family (min. 75 F.F., max. 90 F.F.) • Sidewalk - no assessment • Multiple /apartments - assess residential rate • More than 12 units - assess 10.5 F.F. /unit • Residential rate = $64.70/F.F. • Single family assessment (85 F.F.) = 5,645 Revenue Protect Cost Revenue Assessments Park Assessments CiIY Cost Street $219,200 $169,440 $49,760 Sidewalk _ 5,800 $ 5.800 TOTAL $225,000 $169,440 $49,760 $5,800 cn u� • 45TH AVE N ------------ - - - - -- -- - - - - - - -- I ( F R E D EXISTING TR AIL 0 STREET ` FROVEMENTS , BE- Ll ��Illlm Iot WALK EXISTING WALK FAI K LLJ to D 0 1 AVE N 42ND AVE N C-- Co. Rd. 9 T I j---7---T N STREET IMPROVEMENTS — AREA al, NEW HOPE, MINNESOTA FIGURE 1 PROJECT CONCEPT REPORT STREET IMPROVEMTNS 34198FO5.DWG OCTOBER 1996 COMM. 34198 I 0 100 200 INNER Scole in fett Bonestroo Rosene Anderlik & Associates 15' 1 1 15 1 -------------- ------- ------ - --------- :- -------- ------ T ------------------- ------------ ------ - ------------------------- L 3 1/2" Ex. Bit. Ex. B618 Conc. 8" Ex. Aggregate Curb & Gutter STREET 14' SECTION— EXISTING -L 1 12' _1_6' Parkin 3" Bituminous 6" Aggregate 12" Grannular New Curb STREET SECTION — PROPOSED No Scale NEVADA AVENUE N 7' 8618 Conc & Gutter 4" Concrete Walk—/ W/4" Sand Cushion (Sidewalk to Ex. trail in Fred Sims Park) * Parking Lane Abutting Fred Sims Park only. NORTH SOUTH z ----------- ------------------- --------------------- --- ------------ ---------- � 3 -------- 1/2" Ex. Bit. t 8" Ex. Aggregate STREET SECTION— EXISTING 6' Parking 1 1 2' 14' ----------- New B618 Conc 3" Bituminous Curb & Gutter 6" Aggregate 12" Grannular STREET SECTION — PROPOSED No Scale 43rd AVENUE N STREET SECTIONS — AREA 4 NEW HOPE, MINNESOTA FIGURE 2 PROJECT CONCEPT REPORT STREET IMPROVEMENTS 34198FO2.DWG OCTOBER 1996 COMM. 34198 Sonestroo Posene orlm Anderlik & " Associates we �� i e r NEW HOPE, MINNESOTA FIGURE 3 PROJECT CONCEPT REPORT STREET IMPROVEMENTS 34198F05.OWG OCTOBER 1996 COMM. 34198 Bonestroo Rosene Anderlik d Associates W 11 45TH AVE N -- - - -- - -- - -- --- - , - - -- - FRED -- i i 294 PARK AVE -1 24 UNITS/2 EXISTING WALK III z w Q Q z Q O J VE N 42ND AVE N L Co. Rd. 9 LEGEND N • Assessable Residential Lots(15) 104 UNITS/1092 Assessable Units/ Assessable Front Footage Based on Residential Rate 294 Assessable Front Footage ° t 200 Fred Sims Park(Residential Rate) s ` alo ' n `"' ASSESSABLE PROPERTIES - AREA 4 Sonestroo A" Rosene NEW HOPE, MINNESOTA FIGURE 4 Anderlik & PROJECT CONCEPT REPORT Associates STREET IMPROVEMTNS 34198F05.DWG OCTOBER 1996 COMM. 34198 PRELIMINARY COST ESTIMATE STREET IMPROVEMENTS AREA 4 - NEVADA/43RD AVENUE A. Street Improvements Street 5 EA Clear & grub trees @ 250 /ea. $1,250.00 1,275 LF Remove concrete curb and gutter @ $2/11 2,550.00 4,100 SY Remove or reclaim bituminous pavement @ $1.50 /s.y. 6,150.00 120 LF Mill bituminous surface @ $15/l.f. 1,800.00 290 SY Remove driveway pavement @ $8 /s.y. 2,320.00 250 LF Sawing bituminous pavement @ $3/l.f. 750.00 835 CY Common excavation @ $6 /c.y. 5,010.00 2,000 CY Subgrade excavation @ $6 /c.y. 12,000.00 2,000 CY Granular borrow @ $10 /c.y. 20,000.00 1,400 SY Geotextile fabric @ $I /s.y. 1,400.00 2,100 TN Aggregate base @ $7 /tn. 14,700.00 750 TN Bituminous base @ $21 /tn. 15,750.00 470 TN Bituminous wear @ $24 /tn. 11,280.00 300 GL Bituminous mad. for tack @ $1 /gal. 300.00 2,100 LF B618 concrete curb and gutter @ $7/l.f. 14,700.00 7 EA Adjust MH casting @ $350 /ea. 2,450.00 3 EA Adjust CB casting @ $300 /ea. 900.00 3 EA Adjust valve box @ $100 /ea. 300.00 90 SY Irregular width paving @ $20 /s.y. 1,800.00 230 SY Concrete driveway apron @ $30 /s.y. 6,900.00 3,500 SY Sodding @ $2 /s.y. 7,000.00 900 SF Retaining wall @ $12 /s.f. 10,800.00 1 EA Std. MH, T diameter @ $4,000 /ea. 4,000.00 4,100 SY Place reclaimed bituminous material @ $2 /s.y. 8,200.00 70 LF 12" RCP, cl. 5 @ $24/l.f. 1,680.00 4 EA Std. CB w/ cstg. @ $1,100 /ea. 4,400.00 1 LS Fill/grade 43rd drainage ditch/hammerhead @ $5,000 5,000.00 1 LS Landscape @ $3.600 3.600.00 Subtotal $166,990.00 + 5% Contingencies 8.350.00 Total Construction $175,340.00 + 25% Indirect Costs 43.860.00 TOTAL STREET IMPROV. AREA 4 $219,200.00 1 Sidewalk 2200 SF Concrete walk @ $2/s.f. Subtotal + 5% Contingencies Total Construction + 25% Indirect Costs TOTAL SIDEWALK AREA 4 S, uit mare Area 4 Street Surface $219,200.00 Sidewalk -85 00.00 TOTAL $225,000.00 • •111,1 •11 i1 i 1.1 .•. 1 11 2 COUNCIL I' • Originating Department Approved for Agenda Agenda Section Public Works Consent 2/24/97 Item No. By: Jeannine Clancy I By: V 1 1 6.7 RESOLUTION RELATING TO INFRASTRUCTURE STREET AND STORM SEWER IMPROVEMENT PROJECT 567 DECLARING INTENT OF CITY TO REIMBURSE COSTS THEREOF WITH TAX EXEMPT DEBT, AND ESTABLISHING COMPLIANCE WITH REIMBURSEMENT BOND REGULATION UNDER THE INTERNAL REVENUE CODE This resolution establishes the City's intent to issue bonds and reimburse itself with proceeds from the bond sale for debt incurred to implement the 1997 Infrastructure Improvements Project. Staff recommends adoption of the resolution. yvuquutitxDut ounu!j MOTION BY, ` �� SECOND BY - TO.� Review: Administration: Finance: RESOLUTION NO. 97 - RESOLUTION RELATING TO INFRASTRUCTURE, STREET AND STORM SEWER IMPROVEMENT PROJECT 567 DECLARING INTENT OF CITY TO REIMBURSE COSTS THEREOF WITH TAX EXEMPT DEBT, AND ESTABLISHING COMPLIANCE WITH REIMBURSEMENT BOND REGULATIONS UNDER THE INTERNAL REVENUE CODE BE IT RESOLVED by the City Council 'of the City of New Hope as follows: 1. Recitals. (a) The Internal Revenue Service has issued Section 1.103 -50 -2 of the Income Tax Regulations ( "the Regulations ") dealing with the issuance of bonds, all or a portion of the proceeds of which are to be used to reimburse the City for any project costs paid by the City prior to the time of the issuance of the bonds. (b) The Regulations generally require that the City make a declaration'of its official intent to reimburse itself for such prior expenditures out of the proceeds of a subsequently issued borrowing within 60 days after the payment of such expenditure, that the borrowing occur and the reimbursement allocation be made from the proceeds of such borrowing within the period required by the Regulations. (c) The City desires to comply with requirements of the Regulations with respect to certain projects hereinafter i d e n t i f i e d . 2. Official Intent Declaration (a) The City proposes to undertake the following described project: Infrastructure improvements including the total reconstruction of approximately 2.1 miles of streets, storm sewer, water main and sanitary sewer. The project will be divided into two areas with separate contracts for each area. The general vicinity of the improvement is 59th Avenue North and Gettysburg Avenue North and 55th Avenue North and Zealand Avenue North. It is more fully described in the report of Bonestroo, Rosene, Anderlik & Associates, the City Engineers, (the "Engineer's Report "), which Engineer's Report is on file with the City Clerk. The total estimated cost of the improvement is $1,850,000.00. (b) The City reasonably expects to reimburse the expenditures made for costs of the designated projects out of the proceeds of debt (the "Bonds ") to be incurred by the City after the date of payment of all or a portion of the costs. The maximum principal amount of the bonds is estimated to be $1,850,000.00 for this designated project. (c) This declaration is a declaration of official intent adopted pursuant to Section 1.103 -50 -2 of the Regulations. 3. Reimbursement Allocations The City's financial officer shall be responsible for making the "reimbursement allocations" described in the Regulations, being generally the transfer of the appropriate amount of proceeds of the Bonds to reimburse the source of temporary financing used by the City to make payment of the prior costs of the projects. Each allocation shall be evidenced by an entry on the official books and records of the City maintained for the Bonds, shall specifically identify the actual prior expenditure being reimbursed, or, in the case of reimbursement of a fund, the fund or account from which the expenditure was paid, and shall be effective to relieve the proceeds of the Bonds from any restriction under the bond resolution or other relevant legal documents for the Bonds, and under any applicable state or federal statute, which would apply to the unspent proceeds of such bond issue. Adopted this 24th day of February, 1997. W. Peter Enck, Mayor At test: �e Valerie Leone, City Clerk c: \wp51 \cnh \reso567.cos FEB-19 WED 08:33 CoRRicK & SoNDRALL. P.A. STEM A. SCMRALL ArroxmYs &r LAW hFICHAM FL -LMH MARTIN P. MAL WECHA Edinburgh Executive Office Plau W"MO.WAArf 8 Pffinbrook Crossing Suit* #203 IsruAlyu Park, Wimmsuta 55443 TELEPHONE (612) 425-5671 FAX (612) 425-5867 February 18, 1997 III )c 0 I joannine Clancy Di rector of Public Works qty of Now Hope 4401 pylon Avenue NOrTh New Hope, MN 55428 RE: Infrastructure improvement Project No. 567 Our File No: 99.65670 Dear Jeannine: U42tAbow"" NMR0.00W Please find onclosad for consideration at }he February 24, 1997 Council meeting the f t ollowin*g Resolutions relating to the referenced City Project: Resolution Relating to infrastructure, street and Storm Sewer Improvement Project 567 Declaring Intent of CitY to Reimburse Casts Thereof With Tax Exempt Dobt, and Establishing Compliance with Reimbursement Bond Regulations Under' the internal Revenue Co0e; 2. mescal utkart Re' to Preparation of a Concept arse Engineering Feasibility Report for Infrastructure Improvement Project 587. As we discussed, at the March 10, 1997 Council meeting the City Fingineer will present the engineering feasibility report reoulred by &4i J an ,_ $t at. Chap. 429 to assess costs of th6 project to properties specially benefitted by the improvements. Also, we will acopt a Resolution establishing a pub lio hearing to consider the anginaaring feasibility report at the City Council's April 14, 1997 Mee 1- 6 ins. If yoo have any other questions or comments riaigarding the enclosed Resolutions, please do not hesitate to contact me. FEB-19 WED 08:33 -,'sannipie Clancy February P-&O 22- Vary 1 Yours, q 0 P A L L Steven A- SoAdrall , z- !"I Z Enclosures cc: mark Hanson, 0 c ciorfatIrtua, Cil'y f-Aana�;er Larry Watts Pinanc Dir4n-tor ; _... -- ..� I., �alerio Leone, City Clerk ewlenc%,.,� 74 I• • • . Adoption of this resolution will ban parking on the west side of Xylon Avenue between 56t Avenue and Bass Lake Road at all times. The proposed construction of Xylon Avenue provides for a 32 foot wide street with two driving lanes in each direction and a parking lane on the east side of the street. In order to meet the criteria established for Municipal State Aid funds, adoption of this resolution and posting of the parking restrictions is required. Staff recommends approval of the resolution. MOTION BY ON SECOND BY Review: Administration: Finance: L,. O , W VILLAGE GREEN GOLF COURSE _B � S �e d aj Z < C 16 11'13' 0 N X No Scale Ms MR-1 ke Rd. eve. N) MIDDLE SCHOOL -Add 8' Wide Parking Lane 55th Avenue N (Winn. Ave. to Zealand Ave.) WINNETKA ELEMENTARY SCHOOL Fn NORTH RIDGE 11 Add 8' Wide > Parking Lane < > > West Side ------ C: < < BEGIN ------ Zealand Avenue < PARK (54th Ave. N to < — 0 -j > 56th Ave. N) x NURSING HOME] 54TH AVE N 0 200 400 L Scots in test STREET IMPROVEMENTS - AREA 2 1111 55th Ave. _N 16' z > 11 13' tll C: C: No Scale NEW HOPE, MINNESOTA INFRA STRUCTURE IMPROVEMENTS kas 564 FIGURE 8 Bonestroo Rosene Anderlik Associates a 34198FO3.DWG MARCH 1997 COMM. 34198 COUNCIL Adoption of this resolution will ban parking on the south side of 56th Avenue between Boone Avenue and Xylon Avenue at all times. The proposed construction of 56th Avenue provides for a 32 foot wide street with two driving lanes in each direction and a parking lane on the north side of the street. In order to meet the criteria established for Municipal State Aid funds, adoption of this resolution and posting of the parking restrictions is required. Staff recommends approval of the resolution. MOTION BY TO: '�� Review: Administration: Finance: If CITY OF NEW HOPE RESOLUTION NO. 97- 68 RESOLUTION RELATING TO PARKING RESTRICTIONS ON 56th AVENUE NORTH (BOONE AVENUE TO XYLON AVENUE) IMPROVEMENT PROJECT 567 S.A. P. 182-114-01 from Boone Avenue to Xylon Avenue in the City of New Hope, Minnesota. WHEREAS, the City of New Hope has planned the improvement of 56' Avenue between Boone Avenue and Xylon Avenue; and, WHEREAS, the City of New Hope will be expending Municipal State Aid Funds on the improvement of this street; and, WHEREAS, this improvement does not provide adequate width for parking on both sides of the street, and approval of the proposed construction as a Municipal State Aid Street Project must therefore be conditioned upon certain parking restrictions. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF NEW HOPE, MINNESOTA that the City of New Hope shall ban the parking of motor vehicles on the south side of 56" Avenue between Boone Avenue and Xylon Avenue at all times. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota this 28th day of April, 1997. Mayor Attest: / 4 � �' � City Clerk G:reso1ut\567BoonX SEARCH NORTH RIDGE - TER -N LJ Add 8' Wide 56TH AVE N No f larking Parking Lane — AD EAST > Zealan d-A venue HOSTERMAN HOSTE MIDDLE SCHOOL West Side —0� (Bass Lk. Rd. to C PR7 PROP OSED S S TREET Add 8' Wide WINNETKA BEGIN Zealand Avenue 56th Ave. N) R E CO NST R UCTION RE Parking Lane ELEMENTARY LLJ > < PARK NORTH RIDGE APARTMENTS (TYPIC (TYPIC AL) 55th Avenue N (Winn. Ave. to SCHOOL li 4 55 T H AVE N Zealand Ave.) pp NORTH RIDGE LJ Add 8' Wide ->— < Parking Lane — > West Side —0� < BEGIN Zealand Avenue 1< z 0 PARK (54th Ave. N to 56th Ave. N) x NURSING HOME ---------- 54TH AVE N 0 200 400 scole In feet STREET IMPROVEMENTS — AREA 2 55th Ave, N 16' 11' 13' No Scale NEW HOPE, MINNESOTA FIGURE 8 INFRA STRUCTURE IMPROVEMENTS 34198FO3.DWG MARCH 1997 COMM. 34198 � - I 1 4-j C 9 Sonestroo Rosene Anderlik & Associates a COUNCIL • a +t Originating Department Approved for Agenda Agenda Section Public Works 5 -27 -97 Development & Plann Item No. BY: Jeannine Clancy I By: f f 1 8.2 RESOLUTION AWARDING CONTRACT FOR THE CONSTRUCTION OF 1997 INFRASTRUCTURE IMPROVEMENT PROJECT NO. 567 (AREA ONE) On April 27, 1997, the City Council approved the plans and specifications and ordered the bidding for the 1997 Infrastructure Improvements (Area One). The bid opening was held on May 23, 1997. The bids are currently being analyzed by the City Engineer and will be presented to the City Council on Monday evening. The attached memorandum from the City Engineer describes recent modifications to the plans, outstanding design issues, and a proposed method for resolving the design issues. The City Engineer will review this memorandum with Council on Monday evening. One of the remaining issues in the project is whether or not to construct the storm drain in Gettysburg Circle, or in the backyards of the properties. The construction of the pipe in the backyards of the homes will result in a duplicity of pipe in the area. It will also increase maintenance costs. Therefore, staff recommends that the existing pipe be reconstructed in Gettysburg Circle and this street remain in the project. Should Council adopt the resolution, the following project schedule would be followed: Council Awards Contract Construction Completion through Wear Course Complete Construction Assessment Hearing Staff recommends that Council adopt the resolution. TO Review: Administration: May 27, 1997 October 17, 1997 June 15, 1998 August, 1998 0 Finance: .r__ f • STEVEN A. SONDRALL MICHAEL R. LAFLEUR MARTIN P. MALECHA WILLIAM C. STRAIT* *APPROVED AOR NEUTRAL May 30, 1997 CORRICK & SONDRALL, P.A. ATTORNEYS AT LAW Edinburgh Executive Office Plaza 8525 Edinbrook Crossing Suite #203 Brooklyn Park, Minnesota 55443 TELEPHONE (612) 425-5671 FAX (612) 425-5867 Valerie Leone City Clerk City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 RE: Resolution Rejecting all Bids for 1997 Infrastructure Improvement No. 567 Relating to Area One Our File No: 99.65670 Dear Valerie: LEGAL ASSISTANT SHARON D. DERBY Please find enclosed a revised Resolution as referenced rejectins all bids for the 1997 Infrastructure Improvement No. 567 Relating to Area One adopted by the Council at its May 27, 1997 meeting. If you have any questions regarding this Resolution, please do not hesitate to contact me. Very truly yours, Steven A. Sondrall s 1 f Enclosure cc: Jeannine Clancy, Public Works Director Kirk McDonald, Management Asst. (w/enc) RESOLUTION NO. 87-_92L RESOLUTION REJECTING ALL BIDS FOR 1907 INFRASTRUCTURE IMPROVEMENT NO. 567 RELATING TO AREA ONE WHEREAS bids were opened on Friday, May 23, 1997 for the Area One ^ relating to the 1997 Infrastructure Improvement Project No. 557, and WHEREAS only one bid was received in response to the City's Advertisement a t f Bid and that said advertisement was published twice in the Construction Bulletin on the 2nd and 9th days of Way, 1997 and once in tha New Hope-Gol den Val ley Sun Post on the 30t day of April, 1897, and WHEREAS this Council is undecided as to the need for inclusion of Gettysburg Circle in the project and the property owners abutting onto Gettysburg Circle have requested Gettysburg Circle be excluded from the project, and WHEREAS new storm sewer construction is proposed in 59th Avenue North which will require easements on private property that have currently not been obtained, and WHEREAS based on the foregoing circumstances this Council has found and it is in the bast interest of the City to -�- - ' delay the 1997 Infrastructure Improvement project for Area One so that competitive bids can be obtained, the issues relating to Gettysburg Circle can be resolved and the necessary easements for storm sewer in 59th Avenue North can be acquired. NOW, THEREFORE, BE IT RESOLVED by the City of New Hope as 1. That all bids for construction of the 1987 Infrastructure Improvement Project Mo. 567 relating to Area One are hereby rejected. 2 ^ That the Infrastructure project designated as Project No. 567 Area One shall be reconsidered by this Council at a later date as directed by the Council. Adopted by the City Council this 27th day of May, 1997. , r W. Peter Enck, Mayor Attest: Val erie Leona, City Clerk Bonestroo, Rosene, Anderlik and Associates, Inc. is an Affirmative Action /Equ l Opportunity Employer Principas: Otto G. Bonestroo, P.E. • Joseph C. Anderlik, RE. • Marvin L. Sorvala, RE. Richard E. Turner, P.E. • Glenn R. Cook, RE. • Robert G. Schunicht, P.E. • Jerry A. Bourdon, RE, Robert W. Rosene, RE. and Susan M. Eberlin, C.P.A., Senior Consultants Associate Principals: Howard A. Sanford, R.E. • Keith A. Gordon, RE. • Robert R. Pfefferle, P.E. Richard W. Foster, R.E. • David O. Loskota, R.E. • Robert C. Russek, A.I.A. • Mark A. Hanson, RE. Michael T. Rautmann, RE. • Ted K.Field, RE. • Kenneth P. Anderson, RE. • Mark R. Rolfs, RE, Sidney R Williamson, RE., R.S. • Robert E Kotsmith Offices: St. Paul, Rochester, Willmar and St. Cloud, MN • Milwaukee, WI 104 1 D1 DATE: May 22, 1997 TO: Jeannine Clancy SUBJECT: 1997 Street Improvements — Area 1 City Project No. 567 Our File No. 34198 Water Main Storm Sewer Street 1. Removals, Soil Correction, Grading 2. Street Surface, Curb, Restoration TOTAL PROJECT 567 — AREA 1 Preliminary Report $104,300.00 145,480.00 150,620.00 234,340.00 $634,740.00 Engineer's Estimate $144,737.00 "' 179,034.00 (2) 191,927.00 (3) 272,502.50' $788,200.50 60 Avenue (Ensign to Boone Avenue) TOTAL NA 13,500.00 (5) $801,700.50 (1) Amount includes $30,000.00 to construct water main in Gettysburg Avenue (59 Avenue to Bass Lake Road) not included in report. (2) Amount includes $29,000.00 to construct storm sewer in Gettysburg Circle and backyards not included in report. (3) Estimates associated with soil correction have increased and additional effort to utilize contractor's designated work area at 5501 Boone Avenue. (4) Estimates associated with concrete driveway apron, bituminous surface, and sodding increased. (S) The work associated with 60 Avenue provides for milling next to existing curb and constructing a 1 ' /z" thick bituminous overlay. 2335 West Highway 36 a St. Paul, MN 55113 a 612 -636 -46100 a Fax: 612 -636 -1311 REVENUE Improvement Cost Assessments Assessment Roll A (Engineer's Estimate $5,000 /lot) Area 1 $985,250.00 (l) $343,094.00 Assessment Roll B (Engineer's Estimate $4,134/lot) Area 1 $985,250.00 $283,678.00 60 Avenue (Ensign to Boone Avenue) $15,525.00 (2) ") Amount equals $788,200.50 + 25% indirect costs (2) Amount equals $13,500.00 + 15% indirect costs ASSESSMENT RATE Preliminary Report Assessment Roll A Cost/Residential Lot $5,000/lot Commercial/Industrial 90.91/F.F. Rate Residential Rate/F.F. 60.61/F.F. Assessment Roll B Cost/Residential Lot $3,555/lot Commercial /Industrial 64.64/F.F. Rate Residential Rate/F.F. 43.09/F.F. EASEMENTS City Park City Cost $68,888.00 $573,268.00 $56,950.00 $644,622.00 $15,525.00 Engineer's Estimate $5,000 /lot 90.91/F.F. 60.61/F.F. $4,134/lot 75.16/F.F. 50.11/F.F. To construct the storm sewer as proposed in 59 Avenue between Gettysburg Avenue and Hillsboro Avenue, easements are required from three property owners (9301 59 Avenue, 9307 59 Avenue, 9220 Bass Lake Road). We have reviewed each easement with the property owners and staff. Staff is consulting with its special project appraiser, Brad Bjorklund, to determine a reasonable value for the easements. If the easements as proposed cannot be secured through reasonable negotiations, then the storm sewer in 59 Avenue would be deleted. GETTYSBURG CIRCLE The eight residents whose property abuts Gettysburg Circle seem to be unified in that they do not feel the street improvements in Gettysburg Circle are justified. However, the residents on the west side of Gettysburg Circle have verbally agreed to grant easements to construct a parallel storm sewer in their backyards to correct drainage problems (see attached plan). Alternate bids will be received to construct the parallel storm sewer in their backyards in the event the street improvements are not constructed in Gettysburg Circle. From an engineering standpoint, the following are always preferred. • Never construct a parallel utility when a single utility will satisfy the same. • Locate all utilities to every extent practical in public rights -of -way for ease of maintenance. Based on the above, the following recommendations are made in order of preference for considering the improvements in Gettysburg Circle. 1. Reconstruct Gettysburg Circle and include storm sewer reconstruction in street. 2. If street improvements in Gettysburg Circle are not included, the storm sewer improvements to serve the backyards on the west side of Gettysburg Circle should be delayed until Gettysburg Circle is reconstructed (estimate 2003 — 2005). From an engineering /maintenance standpoint, it is preferred that the storm sewer improvements to serve the backyards on the west side of Gettysburg Circle not be constructed in the backyards north of Gettysburg Avenue. cc: Tom Peterson Vince Vander Top Bonestroo, Rosene, Anderlik and Associates, Inc. is an Affirmative Action /Equal Opportunity Employer Principals: Otto G. Bonestroo, P.E. • Joseph C. Anderlik, P.E. • Marvin L. Sorvala, P.E. Richard E. Turner, P.E. • Glenn R. Cook, P.E. • Robert G. Schunicht, P.E. • Jerry A. Bourdon, P.E. Robert W. Rosene, P.E. and Susan M. Eberlin, C.P.A., Senior Consultants Associate Principals: Howard A. Sanford, P.E. • Keith A. Gordon, P.E. • Robert R. Pfefferle, P.E. Richard W. Foster, P.E. • David O. Loskota, P.E. • Robert C. Russek, A,I.A_ • Mark A. Hanson, P.E. Michael T Rautmann, P.E. • Ted K.Field. P.E. • Kenneth P. Anderson, P.E. • Mark R. Rolf$, P.E. Sidney P. Williamson, P.E., R.S. • Robert F. Kotsmith Offices. St. Paul, Rochester, Willmar and St. Cloud. MN • Milwaukee, WI May 27, 1997 Ms. Jeannine Clancy City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 -4898 Re: 1997 Street Improvements — Area 1 Water Main, Storm Sewer, Concrete Curb & Gutter and Street Resurfacing City Project No. 567 Our File No. 34198 Dear Jeannine: Bids were opened for the above - referenced project on Friday, May 23, 1997. Enclosed please find a reviewed copy of the one bid submitted. Hardrives, Inc., submitted a Base Bid of $821,877.65 and an Alternate Bid of $27,278.00. This compares favorably with the engineer's estimate of $801,700.50 for the Base Bid and $30,205.00 for the Alternate Bid We have compared the engineer's estimate to the low bid below. Alternate Gettysburg Circle Storm Sewer Easement $30,205.00 $27,278.00 As noted, the engineer's estimate is 2.5% below the low bid amount. The base bid includes Gettysburg Circle (Part F) and maintenance work in 60` Avenue (Part E). 2335 West Highway 36 ■ St. Paul, MN 55113 ■ 612-636 -4600 a Fax: 612 - 636-1311 Engineer's % Estimate LowBid Deviation Part A — Street Reconstruction $341,655.00 $366,167.90 Part B — Concrete Curb 84,055.00 75,160.00 Part C — Storm Sewer 150,646.00 148,556.45 Part D — Water Main 144,737.00 153,887.20 Part E — Street Resurfacing 13,500.00 12,580.00 60 Ave. (Ensign to Boone) Part F — Street Reconstruction 67,107.50 65 526.10 Gettysburg Circle $801,700.50 $821,877.65 +2.5% Alternate Gettysburg Circle Storm Sewer Easement $30,205.00 $27,278.00 As noted, the engineer's estimate is 2.5% below the low bid amount. The base bid includes Gettysburg Circle (Part F) and maintenance work in 60` Avenue (Part E). 2335 West Highway 36 ■ St. Paul, MN 55113 ■ 612-636 -4600 a Fax: 612 - 636-1311 Ms. Jeannine Clancy May 27, 1997 Re: 1997 Street Improvements — Area 1 Page 2 In the event the City elects to exclude Gettysburg Circle, Part F would be deleted. From an engineering/maintenance standpoint (as stated in our May 22, 1997, memo), it is recommended that the alternate (to construct the parallel storm sewer in the backyard of the homes along the west side of Gettysburg Circle) not be constructed. It is recommended that the resurfacing maintenance work in 60` Avenue (Boone Avenue to Ensign Avenue) be included. Only one bid was received for this project due in part to MnDOT having a number of bid openings that week. It is difficult to predict whether a better bid will be received at a later date if the project is re -bid. However, in the summer of 1989, the City of New Hope bid its 1989 MSA Street Improvement Project twice because it was felt that the bidding requirements for the first bid were not satisfied. The results of the low bidder's bid for each bid letting are listed below: Bid Date Contractor Bid Number of Bids July 14, 1989 C.S. McCrossan $936,669.57 6 August 18, 1989 C.S. McCrossan 1,012.126.32 3 The second bid did include approximately $20,000.000 additional work to construct the golf course water service not included in the first bid. Therefore, the actual increase was approximately $56,000.00 over the first bid. Generally, if the same project is bid a second time, the second bid will be higher. In addition, the engineer's estimate did compare favorably to the low bid as it did for Area 2, which was bid later the same day, where two bids were received. The engineer's estimate for both this project and Area 2 utilized similar unit prices. Therefore, it is felt that if the project were re -bid, the second bid would result in a higher bid than the first. If you have any questions regarding this matter, please contact our office. Very truly yours, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. Mark A. Hanson, P.E. MAH:la Attachment 1997 STREET IMPROVEMENTS: AREA ONE WATER MAIN, STORM SEWER, CONCRETE CURB & GUTTER, & STREET RESURFACING CITY PROJECT NO. 567 FILE NO. 34198 NEW HOPE, MINNESOTA 1997 Opening Time: 10:00 a.m., C.D.S.T. Opening Date: Friday, May 23, 1997 Honorable City Council City of New Hope 4401 Xylon Av N New Hope MN 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 you and Bonestroo, Rosene, Anderlik & Associates, Inc., 2335 West Highway 36, St. Paul, MN 55113, as follows: No. Item Part A - Street Reconstruction 1 Mobilization 2 Inspector's telephone 3 Reclaim bituminous surface 4 Remove bituminous driveway /path pavement 5 Remove concrete street pavement 6 Remove concrete driveway pavement 7 Sawcut concrete pavement 8 Sawcut bituminous pavement 9 Relocate mailboxes and salvage and reinstall existing mailboxes 10 Traffic control and signage 11 Subgrade preparation 12 Common excavation (EV) Unit Qty. Unit Price Total Price LS 1 50,000.00 50,000.00 LS 1 1,500.00 1,500.00 SY 13,700 0.40 5,480.00 SY 620 2.00 1,240.00 SY 125 5.00 625.00 SY 510 7.00 3,570.00 LF 460 5.00 .2,300.00 LF 660 2.00 1,320.00 LS 1 1,500.00 1,500.00 LS 1 10,000.00 10,000.00 SY 15,960 0.40 6,384.00 CY 6,300 7.70 48,510.00 34198 \CONTRACT.WB2 Page No. 1 13 Subgrade excavation (EV) 14 Salvage reclaimed bituminous 15 Select granular borrow (CV) 16 Geotextile fabric 17 Topsoil borrow (LV) 18 Aggregate base, Class 5 19 Coarse Aggregate (const. entrance) 20 Water 21 Street sweeper 22 Motor grader 23 Type 41 wearing course mixture 24 Type 31 base course mixture 25 Bituminous material for tack coat 26 3" thick wearing course for paths /driveways 27 4" thick concrete sidewalk pavement 28 6" thick concrete driveway pavement 29 8" thick concrete street pavement 30 F & I 6'x 6' loop detectors 31 Pavement markings Gettysburg Ave. Bass Lake Road 32 Adjust frame and ring castings 33 Reconstruct concrete rings 34 Reconstruct manholes 35 Adjust valve boxes 36 4" temporary fence 37 Erosion control fence 38 Repair ex. erosion control fence 39 Seeding, Mix No. 500 40 Sodding, type lawn Total Part A - Street Reconstruction Part B - Concrete Curb 41 Remove curb and gutter 42 Concrete curb and gutter, Design B618 43 Reinforcing for concrete curb and gutter 44 Pedestrian curb ramp Total Part B - Concrete Curb Part C - Storm Sewer 45 Remove 6" PVC storm sewer pipe 46 Remove 10" RCP storm sewer pipe 47 Remove 12" RCP storm sewer pipe 48 Remove 15" RCP storm sewer pipe 49 Remove existing clean outs CY 2,300 7.70 17,710.00 CY 1,300 4.50 5,850.00 CY 1,000 12.00 12,000.00 SY 3,000 1.00 3,000.00 CY 900 10.00 9,000.00 TN 6,000 6.75 40,500.00 TN 65 10.00 650.00 MG 144 10.00 1,440.00 HR 20 65.00 1,300.00 HR 60 65.00 3,900.00 TN 1,300 26.00 33,800.00 TN 1,300 25.00 32,500.00 GL 700 1.00 700.00 SY 250 12.00 3,000.00 SY 25 18.80 470.00 SY 955 24.30 23,206.50 SY 140 34.30 4,802.00 EA 4 600.00 2,400.00 LS 1 1,542.00 1,542.00 EA 59 170.00 10,030.00 LF 22 20.00 440.00 LF 14 148.00 2,072.00 EA 12 150.00 1,800.00 LF 300 4.00 1,200.00 LF 150 2.00 300.00 LF 500 2.00 1,000.00 AC 1.8 1,848.00 3,326.40 SY 10,000 1.58 15,800.00 366,167.90 LF 8,500 2.00 17,000.00 LF 8,500 6.66 56,610.00 LF 1,100 0.82 902.00 SF 180 3.60 648.00 75,160.00 LF 350 6.90 2,415.00 LF 80 6.90 552.00 LF 40 6.90 276.00 LF 370 6.90 2,553.00 EA 2 38.00 76.00 34198 \CONTRACT.WB2 Page No. 2 50 Remove existing manholes 51 Remove existing catch basin 52 18" RC pipe sewer, Class V 53 15" RC pipe sewer, Class V 54 12" RC pipe sewer, Class V 55 12" Perforated drain pipe 56 4" Perforated drain pipe 57 Std. CB w/ R3067V casting 58 Std. CBMH w/ R3067V casting 59 Std. MH w/ R1642B casting 60 Std. YD w/ 1642 frame and Type C grate 61 MH 101 w/ R1642B cstg. over ex. storm sewe 62 Reconstruct existing manhole at 60th Avenue and Gettysburg Avenue 63 Connect to existing structure 64 4" fittings for sump connections 65 4" PVC SDR 35 for sump connections 66 Erosion control @ catch basins 67 Erosion control fence 68 Bale checks 69 Topsoil borrow (LV) 70 Seeding, Mix No. 500 71 Sodding w/ topsoil, type lawn Total Part C - Storm Sewer Part D - Water Main 72 Remove existing water main 73 Salvage existing hydrant 74 Remove valve box 75 Connect to existing water main 76 8" x 6" cut -in w /6" gate valve & box 77 Remove and reconnect existing copper service to existing water main 78 Connect to existing water service 79 6" DIP, Cl. 52 poly wrapped 80 Improved pipe foundation 81 6" gate valve and box 82 Hydrant 83 Fittings 84 1" Type "K" copper water service 85 1" corporation stop 86 1 " curb box and stop EA 4 278.00 1,112.00 EA 4 278.00 1,112.00 LF 1,025 28.65 29,366.25 LF 709 24.30 17,228.70 LF 733 21.70 15,906.10 LF 175 23.20 4,060.00 LF 2,150 9.60 20,640.00 EA 10 876.00 8,760.00 EA 20 1,097.00 21,940.00 EA 2 954.00 1,908.00 EA 2 798.00 1,596.00 EA 1 1,155.00 1,155.00 EA 1 1,097.00 1,097.00 EA 2 512.00 1,024.00 EA 20 162.00 3,240.00 LF 300 14.00 4,200.00 EA 34 56.00 1,904.00 LF 400 2.00 800.00 LF 50 6.00 300.00 CY 250 10.00 2,500.00 AC 0.5 2,100.00 1,050.00 SY 1,130 1.58 1,785.40 148,556.45 LF 60 8.36 501.60 EA 5 836.00 4,180.00 EA 7 44.00 308.00 EA 4 929.00 3,716.00 EA 2 1,524.00 3,048.00 EA 22 382.00 8,404.00 EA 49 226.00 11,074.00 LF 3,810 20.00 76,200.00 LF 2,500 2.40 6,000.00 EA 10 476.00 4,760.00 EA 5 1,393.00 6,965.00 LB 2,600 1.48 3,848.00 LF 1,500 11.60 17,400.00 EA 49 24.00 1,176.00 EA 49 72.50 3,552.50 34198 \CONTRACr.WB2 Page No. 3 87 Mechanical trench compaction 88 Sawcut, remove pavement and patch Independence Avenue Total Part D - Water Main Part E - Street Resurfacing - 60th Avenue from Ensign Av to Boone Av 89 Mill bituminous surface at curb (1' width) 90 Bituminous leveling course, Type 31 91 Bituminous wear course, Type 41 92 Bituminous material for tack coat 93 Adjust frame and ring castings 94 Adjust valve box 95 Reconstruct concrete rings Total Part E - Street Resurfacing - 60th Avenue from Ensign Av to Boone Av LF 5,310 0.11 584.10 SY 70 31.00 2,170.00 153,887.20 SY 200 6.00 1,200.00 TN 100 25.00 2,500.00 TN 300 26.00 7,800.00 GL 150 1.00 150.00 EA 3 170.00 510.00 EA 2 150.00 300.00 LF 6 20.00 120.00 12,580.00 Part F - Street Reconstruction - Gettysburg Circle 96 Reclaim bituminous surface SY 1,580 0.74 1,169.20 97 Remove bituminous driveway /path pavement SY 190 2.00 380.00 98 Remove concrete driveway pavement SY 22 7.00 154.00 99 Sawcut concrete pavement LF 20 5.00 100.00 100 Sawcut bituminous pavement LF 142 2.00 284.00 101 Subgrade preparation SY 1,800 0.40 720.00 102 Common excavation (EV) CY 790 7.70 6,083.00 103 Topsoil borrow (LV) CY 250 10.00 2,500.00 104 Aggregate base, Class 5 TN 685 6.75 4,623.75 105 Type 41 wearing course mixture TN 150 26.00 3,900.00 106 Type 31 base course mixture TN 150 25.00 3,750.00 107 Bituminous material for tack coat GL 85 1.00 85.00 108 3" thick wearing course for paths /driveways SY 65 12.00 780.00 109 6" thick concrete driveway pavment SY 25 32.45 811.25 110 Adjust frame and ring castings EA 6 170.00 1,020.00 111 Sodding, type lawn SY 2,000 1.58 3,160.00 112 Remove curb and gutter LF 852 2.00 1,704.00 113 Concrete curb and gutter, Design B618 LF 860 7.42 6,381.20 114 Reinforcing for concrete curb and gutter LF 200 0.88 176.00 115 Remove 12" RCP storm sewer pipe LF 440 8.60 3,784.00 116 Remove existing catch basin EA 1 268.00 268.00 117 Remove existing manhole EA 2 268.00 536.00 118 Reconnect to existing storm sewer EA 1 632.00 632.00 119 Remove and reconstruct chain link fence LF 200 9.00 1,800.00 120 15" RC pipe sewer, Class V LF 333 24.50 8,158.50 121 12" RC pipe sewer, Class V LF 200 22.00 4,400.00 34198\CONTRACT.WB2 Page No. 4 122 12" Perforated drain pipe LF 89 22.80 2,029.20 123 Std. CB w/ R3067V casting EA 1 1,165.00 1,165.00 124 Std. CBMH w/ R3067V casting EA 1 1,158.00 1,158.00 125 Std. MH w/ R1642B casting EA 2 1,074.00 2,148.00 126 Std. YD w/ 1642 frame and Type C grate EA 2 721.00 1,442.00 127 Erosion control @ catch basins EA 4 56.00 224.00 Total Part F - Street Construction - Gettysburg Circle EA 4 65,526.10 Total Part A - Street Reconstruction 366,167.90 Total Part B - Concrete Curb 75,160.00 Total Part C - Storm Sewer 148,556.45 Total Part D - Water Main 153,887.20 Total Part E - Street Resurfacing - 60th Avenue from Ensign Av to Boone Av 12,580.00 Total Part F - Street Reconstruction - Gettysburg Circle 65,526.10 Total Base Bid $821,877.65 Alternate No 1. - Gettysburg Circle - Easement 128 Remove and reconstruct chain link fence LF 300 9.00 2,700.00 129 15" RC pipe sewer, Class V LF 245 28.00 6,860.00 130 12" Perforated drain pipe LF 322 26.00 8,372.00 131 Remove tree EA 7 200.00 1,400.00 132 Std. MH w/ R1642B casting EA 1 1,081.00 1,081.00 133 Std. YD w/ 1642 frame and Type C grate EA 4 750.00 3,000.00 134 Erosion control @ catch basins EA 4 56.00 224.00 135 Topsoil borrow (LV) CY 135 10.00 1,350.00 136 Sodding, type lawn SY 1,450 1.58 2,291.00 Total Alternate 1- Gettysburg Circle - Easement $27,278.00 34198 \CONTRACT.WB2 Page No. 5 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 therefore, 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 therefore. Accompanying this bid is a bidder's bond certified check, or cash deposit in the amount of five percent (5 %) of amount bid , which is at least five percent (5 % of the amount of my /our bid made payable to the Owner, and the same is subject to forfeiture in the event of default on the part of the undersigned or failure on the part of the undersigned to execute the prescribed contract and bond within fifteen (15) days after its submittal to me /us. In submitting this bid, it is understood that the Owner retains the right to reject any and all bids and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this bid, it is understood that payment will be by cash or check. It is understood that bids may not be withdrawn for a period of 45 days after the date and time set for the opening of bids. It is understood that the Owner reserves the right to retain the certified check or bond of the three lowest bidders as determined by the Owner for a period not to exceed 45 days after the date set for the opening of bids. Respectfully submitted, (A Corporation) Hardrives, Inc. (An Individual) Name (A Partnership) I, � ,, Signer Vice President Title Donald R. Hall Printed Name of Signer 34198 \CONTRACT.WB2 Page No. 6 W COUNCIL RESOLUTION ACCEPTING EASEMENT AT 8400 BASS LAKE ROAD FOR CITY PROJECT NO. 567 The attached resolution pertains to the 1997 Street Improvement Project. Per the enclosed correspondence from the City Attorney, the City has obtained a temporary easement from MAR-JIL CORPORATION, the owner of the property at 8400 Bass Lake Road. The easement will make construction of the project easier at the site. In exchange for the easement, the property owners requested the City put connection points into the storm sewer for the sump system outlets for the 8400 and 8420 buildings. The actual connection of the sump systems from the buildings to the connection points will be paid for by the property owners. The property owner will then be allowed to keep the connections as long as the storm sewer remains in place. The easement is the result of several weeks of negotiation between the City and the property owners. The enclosed resolution accepts the easement and staff recommends approval. MOTION BY Lt 7 ZZ'22, SECOND BY TO: lid, - // I / d , 60't C , Review: Administration: Finance: A i RESOLUTION N{). 87- 114 RESOLUTION ACCEPTING EASEMENT AT 8400 BASS LAKE ROAD FOR CITY PROJECT NO' 587 WHEREAS, the City of New Hope and its contractor are in the process of completing the 1897 Infrastructure Improvements City Project Nn. 567 (the Project), and VNfEfBEAS/ the Project involves storm sewer improvements adjacent to property know as 8400 8mSs Lake Rood in the City (the Property), and WHEREAS it is desirable for the SWooeoaful completion of Project 567 to obtain a temporary easement over portions of the Property, and WHEREAS, the owner of the Property, MAR-JIL CORPORATION, is willing to grant the City of New Hope a temporary easement (the Easement), a copy of which is attached hereto as Exhibit A and incorporated herein by reference, and WHEREAS the Easement contains certain duties and obligations on the port of the City, and WHEREAS, it would be in the beat interests of the City and its people to accept the Easement. - NOW THEREFORE, BE IT RESOLVED by the City Council of the City of New Hope as follows: 1. That the above recitals are incorporated by reference. 2. That the Easement attached hereto as Exhibit A is hereby accepted. 3. That ƒhe Mayor and Manager are aWthorized and directed to sign the Easement on behalf of the City. Dated this 28th day of July, 1997. A� Attest: Valerie Leone', City Clerk ENTRY AGREEMENT AND CERTIFICATE OF. TEMPORARY CONSTRUCTION EASEMENT 8400 Bass Lake Road The undersigned, owner of the property legally described as: Lot 5, Block 1, Gervais and Hunter replat, Hennepin County, Minnesota, does hereby consent to the entry by the City of New Hope, its designated agents and assigns and by the general contractor employed by the City, its subcontractors and agents, onto the portion of the property described above that is crosshatched on the attached Construction Easement Sketch for the purpose of construction of a public improvement in the form of a storm sewer within the existing permanent drainage and utility easement shown on said sketch. The undersigned owner hereby agrees to permit the entry and use of the above-described property by the City of New Hope and its designated agents for the purpose set forth herein. The City of New Hope, its agents and assigns, and the general contractor agree that at the conclusion of construction of the storm sewer, the above-described property will be restored to a condition equivalent to or better than its condition as of the date of the agreement. This Entry Agreement and Certificate of Temporary Construction Easement shall remain in effect until November 30, 1997, and at such time it will automatically terminate and be null and void and without notice or without further action by any party hereto. In consideration for this easement, the City of New Hope agrees to (i) construct said storm sewer without specially assessing the property or the undersigned owner, (ii) install a connection point on said storm sewer and allow the undersigned owner to connect to said storm sewer a hose or pipe from the sump pump situated in the building at 8400 Bass Lake Road, all at no cost to the undersigned owner, and to allow said hose or pipe to remain so connected for so long as said storm sewer shall remain in place, and (iii) to install a connection point on the storm sewer situated in Bass Lake Road adjacent to 8420 Bass Lake Road and allow the undersigned owner to connect to said storm sewer a hose or pipe from a sump n t pump situated i the building at said address, all at no cost to the undersigned owner, and to allow said hose or pipe to remain so connected for so long as said storm sewer shall remain in place. Dated this 9th day of July, 1997 PROPERTY OWNER(S� MAR-JIL ORPO ION By It ice President CITY OF NEW HOPE, A MINNESOTA MUNICIPAL CORPORATION By: is Mdyor. By* Its City Manager jcc/ease.2 ME 06-118-21 -42-0012 ermanent Drainage and tI I ent Tempo Construc ' 0 � Easement ( 8�) 1 Bas °J C Luke RO Od z II II I I � -x x Temporary Construction Easement .......... _ } � II II I I II , II I I it II I I — II II I I — x II ii I I t N S -'7 -q7 II II II j 0 50 100 it II I I II II p i I Scale in feet II III It � i I 1t ?r)ArA1 nwr. STEVEN A. SONDRALL MICHAEL R. L AFLEUR MARTIN P. MALECHA WILLIAM C. STRAIT* *APPROVED ADA NEUTRAL July 17, 1997 CORRICK & SONDRALL, P.A. ATTORNEYS AT LAW Edinburgh Executive Office Plaza 8525 Edinbrook Crossing Suite #203 Brooklyn Park, Minnesota 55443 TELEPHONE (612) 425 -5671 FAX (612) 425 -5867 Daniel J. Donahue City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 RE: 1997 Infrastructure Improvements City Project No. 567 Our File No. 99.65670 Dear Dan: LEGAL A iI "'.TANT SHARON D. DERBY The City has obtained an temporary easement from MAR -JIL D CORPORATION, the owner of the property at 8400 Bass Lake Road, The easement will make construction of the project easier at the site. In exchange for the easement, the property owners requested the City put connection points into the storm sewer for the sump system u outlets for 8400 and 8420 buildings. The actual connection of the sump systems from the buildings to the connection points will be paid for by the property owners. The-property owner will then be allowed to keep the connections as long as the storm sewer remains in place. The easement is the result of several weeks of negotiation between the City and the property owners. The enclosed Resolution accepts the easement, and can be placed on the consent agenda if you wish. Please contact me if you have any questions. Si ncerel y, � � i'HA Martin P. Malecha Assistant City Attorney m3th Enclosure STEVEN A. SONDRALL MICHAEL R. LAFLEUR MARTIN P. MALECHA WILLIAM C. STRAIT* *APPROVED ADR NEUTRAL July 14, 1997 CORRICK & SONDRALL, P.A. ATTORNEYS AT LAW Edinburgh Executive Office Plaza 8525 Edinbrook Crossing Suite #203 Brooklyn Park, Minnesota 55443 TELEPHONE (612) 425-5671 FAX (612) 425-5867 Daniel J. Donahue City of New Hope 4401 Xylon Avenue North N ew Hope, MN 55428 RE: 1997 Sidewalk Improvements Our File No. 99.11191 Dear Dan: LEGAL ASSISTANT SHARON D. DERBY The property owner at 8400 and 8420 Bass Lake Road has agreed to the terms of a temporary easement for the above- referenced project. The arrangement worked out with the City Engineers includes the City putting connection points into the storm sewer for the buildings at 8400 and 8420 Bass Lake Road. The property owner will pay for connecting the sump pumps in his building to these connection points. It is my understanding that the storm sewer will be located within the existing permanent easements, but by getting the temporary easement the construction will be much easier for the City. The sticking point in this matter was the property owners insistence on an indemnification from the City. The property owner finally relented, and the enclosed document contains no indemnification. The enclosed Entry Agreement and Certificate of Temporary Construction Easement will need to be accepted by the Council. I will prepare a resolution for the July 28 meeting. In the interim, please sign the enclosed and have someone fax the same to me. I will forward the same to the attorneys for the property owner. We can get the mayor's signature after the Council has officially accepted the easement. Be sure to call me if you have any questions. A0 Sin cerely, "\,t A -,-GHA 'I�� Martin P. Mal echa Assistant City Attorney m3m Enclosure cc: Kirk McDonald Val e i e Leone Steven A. Sondrall Valerie Leone From: Martin P. Malecha To: Valerie Leone Subject: RE: Easements Date: Monday, August 04, 1997 12:OOAM ____= Original Message from - @UUCP (Valerie Leone) {vleone @ci.new- hope.mn.us} at 8/01/97 4:00 pm >There were three easements accepted on 7/28/97 council meeting: >Project 508 - 3237 Gettysburg Ave. N. - I signed original for Sondrall on >7/28/97. Need recorded copy. >Project 528 - 8119 and 8139 47th Ave. N. - need Val to sign and Marty to >record. >Project 567 - 8400 and 8420 Bass Lake Road - signed by Mayor and City >Manager (since this is a temporary easement, does it not require recording ?) === == Comments by MPM @SLMS (Martin P. Malecha) at 8104/97 8:33 am The easement from 3237 Gettysburg was recorded July 29. 1 will send you the recorded copy when I receive it back from the Torrens Dept. in a couple of weeks. I will be sending you the easements for 8119 and 8139 47th this week, for your signature and the City seal. The easement for 8400 and 8420 Bass Lake Road is a temporary, and will not be recorded. This is an unusual case, though, because of some negotiated terms and extra language in the document. Make a copy of the easement for the City file and mail th original to me. I will send it to the property owner's attorney. Thanks. A Page 1 Bonestroo Rosene Bidder Total Base Bid Address Telephone No. Anderlik & Associates City, State, Zip Fax No. Engineers & Architects Page P-3, Item 2502.601 "Connect drain the to catch basin" Page P-3, Item 2503.541 "12" RCP, Des. 3006, Cl. 5" Page P-3, Item 2503.541 " RCP, Des. 3006, Cl. 5" Page P-4, Item 2506.502 "Std. 4'dia. CBMH w1R3067V cstg." Page P-4, Item SP-7 "Manhole depth greater than 8' deep" 2. SPECIAL PROVISIONS EA 35 LF 2,500 LF 750 EA 27 LF 31 4. SEQUENCE AND SCHEDULING: 4th Paragraph. Change from 2 calendar days to 21 calendar days. 33. BOONE AVENUE SANITARY SEWER: Add the following paragraphs: Boring #12 indicates a groundwater table at 6below the surface. The sanitary sewer line in this area has sagged from 6" to IS " and caused blockages and backups. Repair of the line involves excavation of sandy lean clay overlaying the pipe, removing the existing 9" clay pipe, placing fine filter aggregate bedding (MnDOT 3149.2J), installing the 10" PVC, covering the new pipe with fine filter aggregate to a point 1 -foot above the pipe, installing a 4-foot thick layer of wood chips the width of the trench, and replacing the existing sandy clay material to the surface (4-foot to 7-foot thick layer). Payment at the bid unit price per lineal foot for Items 2503.511 "10 -inch PVC, SDR 35, 1 0' -12' deep" and "10 -inch PVC, SDR 35, 12'- 14'deep" shall include all materials, equipment and labor to perform the work as described above, including wood chip backfill, disposal of excess trench excavation and 34206Addl A-1 compaction. Fine filter aggregate bedding will be paid for separately under bid item "Improved - pipe foundation". The wood chips should be cut from sound live trees of any species and may either be "clean chips" cut from debarked tree trunks or "total tree chips" cut from whole trees (including bark and branches, but excluding leaves). The chips should have a minimum nominal length of 314" width of 112" or more and a maximum fiber length of 6". Taper the wood chips at 20:1 starting at MH-518 on the north end and at MH- I on the south end. I" a X910 C SECTION 01700. Attached is Revised Page 1700-2. This should replace the existing Page 1700-2. All gravity storm sewers, sizes 12-inch, 15-inch, and 18-inch diameter may be either RCP- Class 5 or PVC-SDR 35. The attached detour plan for Boone Avenue reconstruction shall be included in the project specifications. Lump sum bid item SP-24 "Detour - Boone Avenue" shall include all signing and other traffic control devices shown on the detour plan. Plan Sheet 3 of 32: In the lower right of the sheet, a site location is shown for an equipment and material storing area. This has changed and is no longer north of Victory Park as shown. The attached map shows the new location on the west side of Boone Avenue, south of East Research Center Road. All requirements discussed in Item 32 of the Special Provisions still pertain to the new site. If you have questions on this project, please call Tom Peterson at 604-4868. BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. 2335 WEST HIGHWAY 36 ST. PAUL, MINNESOTA 55113 (612) 636-4600 34206Addl A-2 1997 INFRASTRUCTURE IMPROVEMENTS AREA TWO MSAP 182-114-01 - 56TH AVENUE AND XYLON AVENUE MSAP 182-101-12 - BOONE AVENUE CITY PROJECT NO. 567 FILE NO. 34206 NEW HOPE, MINNESOTA 1997 Index Advertisement for Bids Information to Bidders Proposal Special Provisions 1700. Adjust Miscellaneous Structures - Specific Requirements General Requirements 2104. Removing Miscellaneous Structures - Specific and General Requirements 2105. Excavation and Embankment - Specific and General Requirements 2108. Full Depth Reclamation - Specific and General Requirements 2112. Subgrade Preparation — Specific and General Requirements 2123. Equipment Rental - Specific and General Requirements 2130. Application of Water - Specific and General Requirements 2211. Aggregate Base - Specific and General Requirements 2331. Plant-Mixed Bituminous Pavement - Specific and General Requirements 2502. Subsurface Drains - Specific Requirements General Requirements 34206 1-1 2531. Concrete Curb and Gutter - Specific Requirements General Requirements 0564. Paint Pavement Markings - Specific Requirements 2575. Turf Establishment - Specific Requirements General Requirements 4100. Geotextiles for Reinforcement of Subgrade - Specific and General Requirements 23,000. Water Main - Specific Requirements General Requirements 24,000. Sewers - Specific Requirements General Requirements Construction Bar Schedule Form Conditions of the Contract I hereby certify that this plan, specification, or report was prepared by me or under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of Minnesota. Thomas W. Peterson, P.E. Date: April 29, 1997 Reg. No. 16610 34206 1-2 Sealed bids will be received by the City of New Hope, Minnesota in the City Hall at 4401 Xylon Avenue until 11:30 A.M., C.D.S.T., on Friday, May 23, 1997, 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: Area 2 — 55 Avenue, 56"' Avenue, Xylon Avenue, Zealand Avenue, 1997 Infrastructure Improvements — Project No. 567 400 LF 8" Sanitary Sewer 3,200 LF 12" —1 S" Storm Sewer 17,000 SY Reclaim Bituminous Surface 5,000 CY Common Excavation 11,000 TN Class 5 Aggregate Base 5,000 TN Bituminous Surfacing 11,000 LF Remove & Replace Concrete Curb and Gutter 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 non-refundable fee of $30.00. See "Information to Bidders" for plan/specification fee 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 34206ad 1. BM PROPOSAL: Each planholder has been furnished a specificati6n, plan set and one ext] 'x proposal. Bids shall be submitted on the separate Proposal Form designated "BID COPY". �h Proposal containing the bid shall be submitted in a sealed envelope. 1) Plans and specifications shall only be available on a non-refundable, per plan basis, with all contractors and vendors being charged the same. Planholders may obtain more than one set of plans and specifications for the stipulated amount, however, all are non-refundable. 2) The amount for the bid package will be stated in the Advertisement for Bids. 3, R-IDIVIDUAL DRAWINGS AND SPECMCAMkLSjMEj&_ 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. �' 7 M MbradocfteneraWnformation to Bidders 1197 Bonestroo Rosen Bidder: Ran Contracting, Inc. Total Base Bid $1,071,713.28 Anderlik Associate Address: 8700 - 13th Avenue E. Telephone No. 612 894 -3200 :7 nftea S City, State, Zip: Shakopee, MN 55379 Fax No. 612 894 -3207 AREA 2 - 55TH AVENUE, 56TH AVENUE XYLON AVENUE, ZEALAND AVENUE 1997 INFRASTRUCTURE IMPROVEMENTS CITY PROJECT NO. 567 FILE NO. 34206 NEW HOPE, MINNESOTA 1997 Opening Time: 11:30 a.m., C.D.S.T. Opening Date: Friday, May 23, 1997 iorable City Council i of New Hope I Xylon Avenue North v Hope, Minnesota 55428 tr Council Members: undersigned, being familiar with your local conditions, having made the field inspections and - stigations deemed necessary, having studied the plans and specifications for the work including Addenda �. 1 and being familiar with all factors and other conditions affecting the work and cost thereof, -by proposes to furnish all labor, tools, materials, skills, equipment and all else necessary to completely struct the project in accordance with the plans and specifications on file with you and Bonestroo, Rosene, ierlik & Associates, Inc., 2335 West Highway 36, St. Paul, MN 55113, as follows: No. Item Unit Price Part 1- Streets 21.501 Mobilization 31.502 Clearing tree 31.507 Grubbing tree 34.501 Remove concrete curb and gutter 34.501 Remove manhole and catchbasin 34.501 Remove sewer pipe (storm) 04.501 Remove retaining wall 04.503 Remove concrete sidewalk 04.503 Remove concrete pavement 04.503 Reclaim bituminous pavement Unit Qty. Unit Price Total Price LS 1 45,000.00 45,000.00 EA 9 300.00 2,700.00 EA 9 200.00 1,800.00 LF 9,480 2.00 18,960.00 EA 18 275.00 4,950.00 LF 765 8.00 6,120.00 LF 375 5.00 1,875.00 SF 19,200 0.50 9,600.00 SY 250 8.00 2,000.00 SY 18,000 1.00 18,000.00 Ccontract.wb2 Page I 4.503 Remove bituminous SY 2,130 2.00 4,260.00 4.505 Remove concrete driveway pavement SF 225 1.00 225.00 4.509 Remove and install concrete steps EA 1 750.00 750.00 4.511 Sawing concrete pavement full depth LF 150 3.00 450.00 4.511 Sawing concrete driveway and walk LF 320 4.00 1,280.00 4.513 Sawing bituminous surface LF 1,900 2.00 3,800.00 )5.501 Common excavation CY 6,850 4.00 27,400.00 )5.507 Subgrade excavation SY 6,600 4.00 26,400.00 )5.521 Granular borrow (CV) CY 6,600 10.00 66,000.00 )5.525 Topsoil borrow (LV) CY 710 12.00 8,520.00 )5.533 Salvage reclaimed material (CV) CY 2,100 4.00 8,400.00 X2.602 Subgrade preparation SY 8,100 0.45 3,645.00 ?3.601 Street sweeper w /pickup broom HR 20 70.00 1,400.00 30.501 Water MG 500 5.00 2,500.00 30.503 Motor grader HR 100 90.00 9,000.00 1.501 Aggregate base, Class 5 TN 5,000 7.30 36,500.00 )1.503 Concrete pavement SY 250 33.00 8,250.00 31.508 Type 41 bituminous wear course TN 1,500 25.50 38,250.00 31.514 Type 31 bituminous base course TN 3,000 25.00 75,000.00 31.601 Bit. wearing course for driveway & patching TN 170 60.00 10,200.00 31.603 Sawed/sealed joint LF 1,400 5.00 7,000.00 57.502 Bituminous material for tack coat GL 1,510 1.00 1,510.00 )3.602 Plug openings in abandoned storm sewer EA 12 100.00 1,200.00 )4.602 Adjust valve box EA 16 145.00 2,320.00 )6.503 Reconstruct manhole LF 13 175.00 2,275.00 )6.503 Reconstruct catchbasin EA 2 400.00 800.00 )6.511 Reconstruct concrete rings LF 10 175.00 1,750.00 )6.522 Adjust frame and ring casting EA 18 175.00 3,150.00 11.515 Geotextile fabric, Type V SY 4,500 1.00 4,500.00 21.501 4" Concrete walk SF 17,235 2.00 34,470.00 21.501 6" Conc. walk, exposed agg. for ped ramps SF 1,000 5.00 5,000.00 31.501 B618 concrete curb and gutter LF 9,477 6.00 56,862.00 31.501 Reinforcing of curb and gutter LF 400 1.00 400.00 31.604 7" concrete valley gutter SY 700 33.00 23,100.00 31.507 8" concrete driveway detail 4-4A SY 600 34.00 20,400.00 6\contract.wU Page 2 13.601 Traffic control 54.531 Furnish and install sign panels, Type C high intensity 54.602 Pavement message (left arrow) paint 54.602 Pavement message (only) paint 54.603 Pavement markings 4" solid white paint 54.603 Pvmt. markings, 4" solid double yellow pain 54.604 Zebra crosswalk - white paint -1 Catch basin erosion control per Detail 7 -13 73.502 Silt fence per detail SP -89A 75.505 Sodding, Type lawn, with 4" topsoil -2 Relocate mailboxes, salvage & reinstall existing mailboxes Total Part 1 - Streets Part 2 - Storm Sewer 502.541 4" PE Perf. Drain tile w/ sock 502.601 Connect drain file to catch basins 503.541 12" RCP, Design 3006, Cl. 5 in place 503.541 15" RCP, Design 3006, Cl. 5 in place 503.541 18" RCP, Design 3006, Cl. 5 in place 503.541 21" RCP, Design 3006, Cl. 3 in place 503.541 24" RCP, Design 3006, Cl. 3 in place 503.541 Jack or auger 18" RCP including casing 503.603 Improved pipe foundation 506.603 Mechanical trench compaction 506.502 Std. 4' diameter MH w/ R1642B casting 506.502 Std. 4' diameter CBMH w/ R3067V casting 506.502 Construct 4' Dia. CBMH w/ R3067V casting over existing pipe 506.502 Construct 4' Dia. MH w/ 1642B casting over existing pipe 506.502 Construct 2' x 3' CB w/R3067V casting 506.502 Connect to existing manhole 506.602 Connect to existing pipe LS 1 15,000.00 15,000.00 SF 315 24.00 7,560.00 EA 3 45.00 135.00 EA 3 35.00 105.00 LF 4,500 0.19 855.00 LF 4,600 0.36 1,656.00 SF 1,200 0.75 900.00 EA 53 50.00 2,650.00 LF 200 2.00 400.00 SY 9,650 1.90 18,335.00 LS 1 1,000.00 1,000.00 656,568.00 LF 3,700 9.00 33,300.00 EA 35 70.00 2,450.00 LF 2,500 20.00 50,000.00 LF 750 21.00 15,750.00 LF 1,372 22.00 30,184.00 LF 360 24.00 8,640.00 LF 105 28.00 2,940.00 LF 81 175.00 14,175.00 LF 4,700 0.01 47.00 LF 4,640 0.01 46.40 EA 11 1,350.00 14,850.00 EA 27 1,500.00 40,500.00 EA 2 1,800.00 3,600.00 EA 2 1,800.00 3,600.00 EA 29 1,000.00 29,000.00 EA 5 500.00 2,500.00 EA 1 200.00 200.00 )6\contract.wb2 Page 3 SP -3 4" wye core cut into 18" RCP EA 3 140.00 420.00 SP -4 4" PVC in place LF 200 10.00 2,000.00 SP -5 Connect to existing 4" drain pipe EA 3 50.00 150.00 SP -6 Connect existing 4" into CB manhole EA 2 100.00 200.00 SP -7 Manhole depth greater than 8' deep LF 31 75.00 2,325.00 Total Part 2 - Storm Sewer 256,877.40 Part 3 - Utilities 104.509 Remove existing hydrant EA 2 300.00 600.00 503.511 8" PVC, SDR 35, 10'- 12' deep LF 260 20.00 5,200.00 5503.511 8" PVC, SDR 35,12'- 14' deep LF 86 29.00 2,494.00 503.511 8" PVC, SDR 35,14'- 16' deep LF 40 35.00 1,400.00 503.511 8" PVC, SDR 35,16- 18' deep LF 40 60.00 2,400.00 503.511 6" PVC, SDR 26 service LF 30 30.00 900.00 506.508 Standard 4' diameter MH w/ 1642B casting EA 2 1,270.00 2,540.00 503.511 Closed circuit TV inspection LF 400 2.00 800.00 506.603 Manhole depth greater than 8' deep LF 13 75.00 975.00 503.603 Improved pipe foundation per 6" depth LF 400 0.01 4.00 503.602 8" x 6" wye EA 1 100.00 100.00 503.603 Mechanical trench compaction LF 526 0.01 5.26 503.603 8" DIP, Class 52 water main LF 30 25.00 750.00 503.603 6" DIP, Class 52 water main LF 40 24.00 960.00 503.603 Connect to existing service EA 1 200.00 200.00 503.620 Cast iron fittings LB 310 2.00 620.00 504.602 6" gate valve and box EA 1 450.00 450.00 504.602 8" gate valve and box EA 1 550.00 550.00 504.602 5" valve hydrant EA 2 1,380.00 2,760.00 504.603 Water main offset - Bass Lake Road LS 1 1,900.00 1,900.00 504.603 Watermain offset - Xylon Avenue EA 1 1,900.00 1,900.00 504.605 2" insulation in place SY 80 11.00 880.00 Total Part 3 - Utilities 28,388.26 Part 4 - Miscellaneous Utility Repair SP -8 Core drill & seal exist. MH on Nevada Ave. EA 2 1,800.00 3,600.00 06\,contract.wb2 Page 4 SP -9 Construct new inverts in MH per detail Nevada Avenue EA 2 450.00 900.00 SP -10 8" PVC, 10'- 12' deep in pl. Nevada Avenue LF 11 74.00 814.00 SP -11 Street repair Nevada Avenue SY 175 40.00 7,000.00 SP -12 Pipe repair at CSAH 10 and Winnetka LS 1 2,500.00 2,500.00 SP -13 Street repair Winnetka Ave. & 55th Ave. SY 175 40.00 7,000.00 SP -14 Sanitary sewer repair Winnetka Avenue and 55th Avenue LS 1 2,500.00 2,500.00 SP -15 Sanitary sewer bypass pumping Winnetka Avenue LS 1 12,500.00 12,500.00 SP -16 Sanitary sewer bypass pumping Boone Ave. LS 1 12,500.00 12,500.00 SP -17 10" PVC, SDR -35, 10'- 12' deep in place Boone Avenue LF 230 14.00 3,220.00 SP -18 10" PVC, SDR -35, 12'- 14' deep in place Boone Avenue LF 230 16.00 3,680.00 SP -19 Mechanical trench compaction LF 460 0.01 4.60 503.603 Improved pipe foundation 6" thick LF 920 0.01 9.20 SP -20 10" x 6" wye EA 1 125.00 125.00 SP -21 6" PVC service LF 10 20.00 200.00 SP -22 Connect to existing manhole EA 2 500.00 1,000.00 SP -23 Connect to existing pipe EA 2 200.00 400.00 503.541 12" RCP, Design 3006, Class 5, 0'- 8' deep LF 182 25.00 4,550.00 503.603 Mechanical trench compaction LF 182 0.01 1.82 506.502 Type II, 2' x 3' CB w/R3067V casting EA 2 1,000.00 2,000.00 104.502 Remove concrete curb and gutter LF 425 2.00 850.00 104.503 Remove concrete sidewalk SF 2,350 0.50 1,175.00 104.503 Reclaim bituminous pavement SY 1,800 1.00 1,800.00 104.503 Remove bituminous SY 25 3.00 75.00 104.505 Remove concrete driveway pavement SF 315 1.00 315.00 104.511 Sawing concrete driveway and walk LF 24 5.00 120.00 104.513 Sawing bituminous surface LF 435 2.00 870.00 105.501 Subgrade excavation CY 1,800 4.00 7,200.00 112.602 Subgrade preparation SY 1,300 0.45 585.00 211.501 Aggregate base, Class 5 TN 1,450 9.00 13,050.00 331.508 Type 41 bituminous wear course TN 110 30.00 3,300.00 Wcontract.wb2 Page 5 ;31.514 Type 31 bituminous base course TN 710 28.00 19,880.00 ;31.601 Bituminous wear course for driveway TN 4 60.00 240.00 ;57.502 Bituminous material for tack coat GL 200 1.00 200.00 i06.522 Adjust frame and ring casting EA 3 175.00 525.00 ;21.501 4" concrete walk SF 2,250 2.90 6,525.00 ;21.501 6" concrete walk, exposed agg. for ped. raml SF 100 5.00 500.00 'x31.501 B618 concrete curb and gutter LF 425 7.00 2,975.00 i31.507 8" concrete driveway detail 4-4A SY 32 35.00 1,120.00 164.603 Pavement markings, 4" solid yellow paint LF 850 0.20 170.00 575.505 Sodding, type lawn with 4" topsoil SY 400 3.50 1,400.00 SP -24 Detour - Boone Avenue LS 1 2,500.00 2,500.00 Total Part 4 - Miscellaneous Utility Repair 129,879.62 Total Part 1 - Streets 656,568.00 Total Part 2 - Storm Sewer 256,877.40 Total Part 3 - Utilities 28,388.26 Total Part 4 - Miscellaneous Utility Repair 129,879.62 Total Base Bid 1,071,713.28 06kontract.wb2 Page 6 ' 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 therefore, 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 therefore. Accompanying this bid is a bidder's bond certified check, or cash deposit in the amount of '.five percent (5 0 1o) 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 'iretain 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, Ryan Contracting, Inc. Name ?"" P R"a Signer Vice - President Title Thomas J. Ryan Printed Name of Signer (A Corporation) (An Individual) (A Partnership) ;42061contract.wb2 Page 7 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. 3/89 - GENERAL Copyright 1•89 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 sever 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: adhere 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 O-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. Valve the placing of the final wear course. the valve box is required. All valve adjustable type. boxes shall be adjusted to grade prior to Thorough tamping of the material around boxes are the sectional screw-threaded 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. 1700.4.1. 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. 1700-2 3/89-GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. 1700.4.4. Adiust 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: End of Section 1700-3 3/89-GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. 2531. CONCRETE'CURB & GUTTER General Requirements 2531.1. SCOPE: Concrete curb and concrete curb and gutter shall be con- structed in accordanc e with these specifications and in conformity to the lines and grades shown on the plans. 2531.2. MATERIALS: 2531.2.A. CEMENT4 The type of cement to be used shall be as.specified by the Engineer, and shall conform to the A.S.T.M. Specifications for Portland Cement; Designation C-150 (Type I); or or Air-Entraining Portland Cement, Designation C-175 (Type I-A) or (Type 2531.2.B. ADMIXTURES: Air-entraining admixtures which are added to concrete mixtures shall conform to the A.S.T.M. Specification for Air-Entraining Admixture for Concrete; Designation C-260. 2531.2.C. AGGREGATES: Fine and coarse aggregates shall conform to the A.S.T.M. Specification for Concrete Aggregates, Designation C-33. 2531.2.D. WATER: The water used in mixing concrete shall be clean, free from acid, alkali, vegetable or other organic matter. 2531.2.E. JOINT FILLER: The joint filler shall be of a non-extruding joint material conforming to the A.S.T.M. Specification for Preformed Expansion Joint Filler for Concrete (Non-extruding and Resilient Types); Designation D-544. 2531.2.F. SAND-GRAVEL BACKFILL: Sand-gravel backfill may be any pit-run gravel, screened to eliminate all stones which will be retained on a lk inch screen. 2531.3. CONSTRUCTION REQUIREMENTS: 2531.3.A. MEASURING: The method of measuring the materials for the concrete or mortar, including water, shall be one which will insure separate and uni- form proportions of each of the materials at all times. EIRS W44 M- MEOW Minimum Cement Content Maximum Water Content Entrained Air Min. 28 Day Compressive Strength 3/89-GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik Associates, Inc. 5.5 sacks/cu.yd. 6 gals./sack 5kZ + lkZ 3,000 lbs./sq.in. 2531-1 2531.3.0. ADMIXTURES: ' Air-Entraining Admixtures shall not be added to concrete mixtures in the.field without the approval of the Engineer. I If such approval is granted, the admixture shall conform to Section 2531.2.B., and shall be added in.th.e amount and in the manner prescribed by the manufacturer so that the air content of the concrete shall not be less than four (4) nor more than seven (7) percent. 2531.4. MIXING: 2531.4.A. METHOD: All concrete shall be mixed in a stationary batch mixer or truck mixer unless manual mixing is authorized by the Engineer. 1. If a stationary batch mixer is used, the mixer drum shall be of adequate size to - accommodate the maximum batch and shall conform to the Concrete Mixer Standards adopted by the Mixer Manufacturers' Bureau of the Associated General Contractors of America. The mixer drum shall be rotated at the rate specified by its manufacturer. When a stationary batch mixer is used for complete mixing, the minimum mixing time for mixers of one (1) cubic yard capacity or less shall be one (1) minute: for larger capacities of mixers the mixing time shall be increased at the rate of one-quarter minute for each additional cubic yard or fraction thereof. The mixing time shall begin when the correct proportions of cement and aggregates are placed in the mixer. A portion of the water shall be placed in the mixer in advance of the cement and aggregates. The full amount of water required to produce a mix of the consistency herein specified, shall be added to the cement and aggregates before one-quarter (k) of the mixing time has elapsed. The size of the batch shall not exceed the maximum rates capacity as specified by the manufacturer of the mixer. The drum shall be completely emptied before receiving material for the succeeding batch. 2. Truck mixers, if used, shall be of the revolving drum type. When a truck mixer is used for mixing the concrete, the drum shall be rotated at mixing speed for not less than fifty (50) nor more than one hundred (100) revolutions after all of the ingredients of each batch are placed in the drum. When a truck mixer is used for the complete mixing of the concrete, the mixing operation shall begin within thirty (30) minutes after.the cement has been intermingled with the aggregates. The size of the batch shall not exceed the manufacturer's rated capacity as shown on a metal rating plate which shall be attached in a prominent place on the truck mixer. The drum shall be completely emptied before receiving material for the succeeding batch. 3. The mixing time at stationary batch mixers may be reduced to the minimum required (about thirty seconds) to intermingle the ingredients when truck mixers are used to deliver the mix to the site of the work. When this practice is followed, each batch shall be thoroughly mixed in the truck mixer by rotating the drum at mixing speed for not less than fifty (50) nor more than one hundred (100) revolutions. 2531-2 3/89-GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. 4. If manual mixing is authorized by the Engineer, the cement and aggregates shall be mixed dry on a watertight platform until the mixture is of uniform color. The full amount of water required shall then be added and the mixing continued until the mass is of the consistency herein specified. 2531.4.8. CONSISTENCY. The aggregates, cement and water shall be thoroughly mixed in accordance with these specifications to produce a homogeneou& mass which can be deposited in the forms without segregation. The consistency of the mix shall be such that the slump shall not exceed three (3) inches plus or minus one-half (k) inch. 2531.4.C. DELIVERY: Concrete shall be delivered to the site of the work with a satisfactory degree of uniformity at the consistency specified and shall be hauled in a watertight container in which segregation will not take place and from which the concrete can be discharged freely. 1. Concrete shall be delivered to the site of the work and discharged from the hauling container within a period of 90 minutes after the introduction of the mixing water to the dry materials unless otherwise specified by the Engineer. 2. Slump tests of individual samples taken at approximately the one-quarter (1/4) and three-quarter (3/4) points of the load during discharge shall not differ by more than two (2) inches. 2531.4.D. RETEMPERING: The retempering of mortar or concrete which has partially hardened, with or without additional materials- or water, is .prohibited. 2531.4.E. SECTION: The dimensions of the curb section and the depth of the sand-gravel backfill shall conform to those shown on the plans. 2531.5. PREPARATION OF FOUNDATION: The width of the trench shall be such that the forms can be properly set and the backfill properly compacted. The trench shall be excavated to the required elevation and the bottom thereof shall be compacted to the satisfaction of the Engineer. Sand-gravel backfill shall then be placed to the depth indicated in the plans and compacted. 2531.6.A. MATERIALS: Forms shall be free from warp and of sufficient strength to resist springing out of shape. Face forms shall be shaped to conform to the design of the curb as specified in the plans. Wood forms shall be oiled With a light clear commercial paraffin oil. All mortar and dirt shall be removed from forms that have been previously used. 2531.6.B. SETTING: All forms shall be set true to alignment and grade, and shall be substantially staked and braced. When tested with a ten foot straight edge, the tops of the forms shall not show a variation of over 1/8 2531-3 3/89-GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. inch from a straight line. The sides of the straight forms shall not show a variation of more than one - quarter (k) inch from a straight line.. < Sections of straight forms not over ten (10) feet long may be used for curves having radii of 150 feet or more, 2531.5.0. SLIP FORM: When approved by the Engineer, equipment utilizing a moving form may be used. Forming equipment shall be controlled to :follow precisely the line and .grade established for the curb. Finished curb shall meet the alignment and grade tolerances shown in Paragraph 2531.6.B. above: 2531.7. JOINTS: 2531.7.A. SPACING: Where practical, all joints in the curb shall align with like joints in adjoining work. Expansion joints shall be formed by inserting in the forms preformed expansion joint material one -half (k) inch thick and cut true to the shape of the curb at intervals of not more than sixty (60) feet., maximum spacing of expansion joints for slip formed shall be 200 feet. Preformed expansion joint material one -half (k) inch thick shall be inserted between the curb and the face or faces of any abutting concrete or masonry except pavements. Contraction joints shall be formed by inserting within the forms metal plates not over one - eighth (1/8) inch thick at intervals of :ten (10) feet unless otherwise shown in the plans or directed by the Engineer. These plates shall be removed at the same time as the face forms. Metal division plates with the bottom portion cut so as to allow the lower half of the gutter section to con- tinue- across the contraction joint are required. 2531.7.B. REINFORCING: At all new service trenches or as directed by the Engineer, two (2) #4 reinforcing rods shall be placed in the lower portion of the curb and gutter section. Rods shall extend not less than 6-feet beyond the center of the service line trench. The unit price per lineal foot of curb reinforcing includes 2 lineal feet of reinforcing and the labor involved in the placing. Rods shall be straight and shall have at least 2 inch coverage on all sides. 2531.8. CONCRETE: 2531.8.A. PLACING CONCRETE: Immediately before placing the concrete, the insides of the forms shall be wetted and the foundation moistened., with water. The concrete shall be placed in the forms by hand shoveling and shall be thoroughly compacted bj hand tamping or internal vibrating. 2531 -4 3 /89- GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. 2531.8.B.. COLD WEATHER POURING: Concrete shall not be deposited when it appears likely that the air temperature may fall below 40 F. during the pouring or within the following 24 hours unless preparations are made and precautions taken to prevent any damage to the concrete resulting from the low temperature. When placing concrete in cold weather, the Contractor shall plan and prosecute his work in a manner which will assure satisfactory results. Any concrete damaged by freezing shall be removed and replaced by the Con- tractor at his own expense. Concrete when deposited in the forms shall have a temperature of not less than 55 degrees F. nor more than 100 degrees F. The concrete shall be maintained at not less than the minimum temperature of 55 degrees F. for at least 72 hours after placing, or longer if necessary, until the concrete has thoroughly hardened. Concrete shall not be deposited on a frozen foundation. 2531.8.C. FINISHING: After concrete is poured into the forms it shall be puddled and spaded so as to insure a thorough mixture, eliminate air pockets, and create uniform and smooth sides. Before the concrete has thoroughly set, and while the concrete is still green, the face forms shall be removed and the front and top sides shall be finished with a float or steel trowel to make a uniform finished surface. 2531.8.D. ROUNDING CORNERS: Wherever corners are to be rounded, special steel trowels shall be used while the concrete is workable and the corners constructed to the dimensions herein specified. For combined curb and gutter, the top and side of curb and gutter may be finished by the use of a special shaped trowel or curb-and-gutter machine which will shape the entire upper surfaces in accordance with the dimensions and shape specified. This trowel shall be used immediately upon removing the front form of the curb and while the concrete is still workable but firm enough to stand up. 2531.8.E. SMOOTHNESS: The top and face of the curb and also the top of the apron on combined curb and gutter must be finished true to line. Curb and gutter must be finished true to line and grade after which the surface shall be brushed lightly with a whitewash brush. This brushing shall be done at right angles to the line of the curb. The back forms shall remain in place for a period of not less than 12 hours. After removing the back forms any cavities shall be filled with mortar. . 2531.8.F. CURING & PROTECTION: As soon as the concrete has hardened sufficiently to prevent damage, the finished surface shall be covered with white polyethylene film well weighted at the edge with earth. Polyethylene film shall be kept in place not less than 5 days. When high early strength cement is used the minimum curing period shall be forty-eight (48) hours. An acceptable alternate to the above procedure is the use of spray-on curing compound which shall be applied to the surface of the curb and gutter immediately after the final brushing. The compound must contain a fugitive dye. As soon as the concrete has hardened sufficiently to prevent damage, the 2531-5 3/89-GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. finished surface shall be covered for not less than 48 hours with white polyethylene film, well weighted at the edges with earth. An acceptable alternate to the use of polyethylene film is to provide a second, heavy application of spray-on curing compound 4 to 8 hours after first coat. The freshly finished surface shall be protected from hot sun and drying winds until it can be covered as above specified. The concrete surface must not be damaged or pitted by rain. The Contractor shall erect and maintain suitable barriers to protect the finished surface. Any section damaged from traffic or other causes occuring prior to its official acceptance, shall be repaired or replaced by the Contractor at his own expense in a manner, satisfactory to the Engineer. The covering shall be removed and disposed of by the Contractor before the work is officially accepted by the Engineer. 2531.9. BACKFILLING: 2531.9.A. METHOD: After the removal of forms, the trench shall be backfilled with selected material from the excavation. Where the ground surface adjacent to the back of the curb is lower than the top of the curb, backfill shall be placed at the slope indicated in the plans. 2531.9.8. DISPOSAL OF EXCESS MATERIAL: Any excavated material which cannot be so used shall be disposed of by the Contractor as directed by the Engineer within a distance of one-half (�) mile from the site of.the work. 2531.10. METHOD OF MEASUREMENT: Except as otherwise provided below, concrete curb and gutter and concrete curb of each design and size constructed will be measured along the face of the curb at the gutter line by length. At alleys and private entrances the length of curb or curb and gutter will be constructed to be the length along the street curb line (measured as if the entrance did not exist) plus the length of any curb (or curb and gutter) which extends beyond the curbed portion of the return. 2531.11. BASIS OF PAYMENT: Constructing concrete curb and gutter and concrete curb including sand-gravel backfill will be paid for on the basis of the following schedule: 2531.11.A. CONCRETE CURB & GUTTER: Concrete curb shall be paid for at the contract unit price per linear foot. 2531.11.8. CONCRETE --- CURB: Concrete curb shall be paid for at the contract unit price per linear foot. 2531.11.0. CONCRETE GUTTER: Concrete gutter shall be paid for at the contract unit price per linear foot. 2531.11.D. REINFORCING: Reinforcing shall be paid for at the contract unit price per linear foot of curb and gutter reinforced. End of Section 2531-6 3/89-GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. General Req 2575.0. SPECIFICATION REFERENCED: Section 2575 of the Minnesota Department of Transportation "Standard Specifications for Construction" 1988 Edition and all amendments thereto shall apply except as modified or altered in the following General Requirements. 2575.1. DESC ON: This work shall consist of establishing ground cover on designated areas in accordance with the plans and as specified herein. 2575.2.1. SEED: All seed required on the project shall be furnished by the Contractor and meet the following requirements: A. All seeds shall conform to the requirements of the latest seed laws of the State, including those governing labeling and weed seed tolerances. B. Purity and germination requirements listed below shall be met. Common & Botanical Name Purity Germination Minimum % Minimum % Alfalfa, Creeping (Medicago Sativa) 99 85 Alsike Clover (Trifolium Hybridum) 99 85 White Clover (Trifolium Repens) 99 85 Park Kentucky bluegrass (Pos Pratensis) 95 82 Perennial ryegrass (Lolium Perene) 99 90 Smooth bromegrass (Bromus Inermis) 90 85 Timothy (Phlemn Pratense) 99 85 Switchgrass (Panicum Virgatum) 95 80 C. The seed mixture shall be one of the mixtures listed below as required in the Specific Requirements. Mixture 500 40.0% Park Kentucky Bluegrass 20.0% Smooth Bromegrass 6.0% Switchgrass 8.0 %® Timothy 20.0% Perennial Ryegrass 6.0% White Clover GeOspecsVtandaid 0 1995 Bonestroo, Rosene, Anderlik & Associates, Inc. Mixture 700 11.4% Switcligrass 11.4% Timothy 37.2% Smooth Bromegrass 11.4% Creeping Alfalfa 28.6% Perennial Ryegrass 2575-1 Mixture 400 28.6% Alkali Grass 28.6% Park Kentucky Bluegrass 28.6% Dawson Red Fescue 14.2% Perennial Ryegrass Mixture 600 53.3% Park Kentucky Bluegrass 26.7% Red Fescue 4.0% Redtop 2.7% White Clover 13.3 Perennial Ryegrass Mixture 650 Mixture 675 25% Bluegrass, "Elite" Kentucky 33.4% Bluegrass, "Nugget" Kentucky 25% Bluegrass, "Improved" Kentucky 33.4% Bluegrass, "Glade" Kentucky 25% Bluegrass, "L.M." Kentucky 33.3% Fescue, "Ruby" Creeping Red 15% Red Fescue 10% Perennial Ryegrass Mixture 800 35% Creeping Alfalfa 20% Smooth Bromegrass 7.5% Redtop 20% Perennial Ryegrass 7.5% Switchgrass 10.0% Timothy Mixture 900 6.7% Alfalfa 13.3% Smooth Bromegrass 6.7% Alsike Clover 11.1% Red Clover 63% Sand Dropseed 20.0% Perennial Ryegrass 6.7% Timothy 28.8% Hairy Vetch Mixture 1000 100% Winter Wheat Mixture 1150 100% Cerial Rye Mixture 1100 100% Oats 2575.2.2. Topsoil: Topsoil used on this project shall be in general accordance with the material described as Topsoil Borrow in Mn/DOT Specification 3877 and may contain a maximum of 20 percent organic material. The gradation requirements will be waived on topsoils natural to the site. 2575.2.3. Sod: Sod shall consist of density-rooted bluegrass or other approved permanent t grasses. Sod shall be cultured sod of a good quality. It shall be densely rooted Bluegrass or other approved permanent turf grasses, free of noxious weeds and objectionable grasses. Before cutting, the sod shall be raked free of all debris and the grass cut to a length of approximately two (2") inches. All sod shall be cut in uniform strips not less than twelve (12") in width. The thickness shall be such as to contain practically all of the dense root system of the grass, but never less than 3/4 inch. Gen\TecAstandard ©1995 Bone&oo, Rosene, Anderlik & Associates, Inc. 2575-2 Lawn and Boulevard Sod: This type of sod shall be high quality type with a lush appearance, dense, of uniform texture and bright color throughout. The sod shall be weed free and shall contain no more than 1/4 inch of thatch over the base soil. Erosion Control Sod: This sod shall be a low maintenance type, dense and of uniform texture. The sod shall be free of noxious weeds and shall contain less than 3% grassy weeds, sedges, broad leaf weeds or course grasses. Pasture Sod: This sod is to be used for revegatating dry sand and infertile sites. This sod shall be harvested from local pastures or lawns. The sod shall consist of local bluegrasses or other approved fine stemmed permanent turf grasses. All pasture sod shall be inspected at the harvest site and approved by the Engineer prior to cutting. 2575.2.4. Mulch Material: Mulch material shall conform to the requirements of the following types with the type being specified in the Specific Requirements. Type 1: This type shall consist of grain straw, hay, cuttings of agricultural grasses and legumes. The material shall be free of seed beating stalks of noxious grasses or weeds. The material shall not contain Canada thistle or leafy spurge fragments or seeds. At he time of delivery, the mulch shall be in an air dried condition. Type 2 and 3: This type mulch using emulsified asphalt shall not be used on the project. TWe 4 to 6: Mulch type 4 through 6 shall be as described in Mn/DOT Specification 3882.2 and shall be required when specified in the Specific Requirements. 2575.2.5. Fertilizer: Fertilizer furnished under this specification shall be a commercial grade containing at least the minimum nitrogen, phosphorus and potassium specified as 20- 10 -10. 2575.2.6. Polypropylene Plastic Netting: Polypropylene plastic netting shall meet the requirements of Mn/DOT Specification 3883. 2575.2.7. Wood Fiber Blankets: Wood fiber blankets shall be in accordance with Mn/DOT Specification 3885. 2575.3.1. General: The areas to be seeded or sodded shall be covered with three (3) inches of suitable topsoil or as stated in the Specific Requirements, On the areas where mulch is required, the mulch must not lag the seeding by more than 24 hours. 2575.3.2. Soil Preparation: Immediately in, advance of the sodding and seeding the areas shall be raked clean of all stones, clods, roots and other objectionable matter. The areas to be sodded or seeded shall be reasonably smooth and blend with the contour of the adjoining areas. The finished surface shall be flush with or slightly below the surface of adjoining turf, walks, curbs., etc. Ge.n\TecsWndard ©1995 Bone&oo, Rosew, Anderlik & Associates, Inc. 2575-3 Prior to sowing the seed or placing sod, the soil shall be loosened to a depth of approximately three (3) inches using discs, harrows, field diggers or other suitable cultivating equipment. In compacted areas, the Engineer may require ripping, additional equipment, or other necessary measures to assure proper soil loosening. 2575.3.3. ADDIvina Fertilizer: Fertilizer shall be applied at the rate of 400 pounds per acre unless otherwise specified in the Specific Requirements using mechanical spreading devices which provide uniform distribution of the material over the designated areas. 2575.3.4. Sowing Seed: Upon delivery the seed shall be protected from moisture until it is used. Seeding shall be done as soon as possible after finish grading has been completed. Seed shall be sown uniformly at the specified rate of application specified. The rate of application and season of planting shall be as follows: Mixture Pounds Per Acre Season of Planting 500 50 April 15 - June I & July 20 - September 20 600 75 April 15 - June I & July 20 - September 20 700 35 April 15 - June I & July 20 - September 20 800 40 April 15 - August 15 900 45 April I - September 1 1100 80 April 1 - September 1 1150 35 April 15 - June I & August 15 - October 15 The seeding date restrictions may be modified and dormant seeding will be allowed subject to the approval of the Engineer. Seed shall be sown by means of mechanical or hydro spreading of the seeds at the specified rate of application. The use of hand operated mechanical spreaders may be permitted only on areas which are inaccessible to, or too small for, the other equipment approved herein. An agricultural type seed drill will be required only where mulching is not specified. Gen\specfttandard 0 1995 BoneWoo, Rosew,, Anderlik & Associates, Inc. 2575-4 2575.4. 1. Seeding: Seeding will be measured by original area seeded. Areas requiring reseeding where the original seed has failed to grow will not be added to the original measured area. 2575.4.2. Seed: All seed furnished and applied for both the original seeding and reseeding shall be measured by the weight of each mixture used. 2575.4.3. Mulch: Mulch materials will be measured separately by weight of each type famished and acceptably applied mulch material used in remulching will be measured by weight and added to the mulch quantities originally used. 2575.4.4. Disc Anchoring: Disc anchoring of Type 1 mulch will be measured by the area in acres of mulch disced acceptably. 2575.4.5. Fertilizer: Commercial fertilizer will be measured by weight for each kind famished and applied. 2575.4.6. Soddin Sodding will be measured by the area sodded and accepted based on actual measurements taken along the surface of the sod. No additional payment will be made for ares resodded. Where sod is placed shingle style in waterways, the product of the sod strip length and the number of strips placed will be used as the measurement. 2475.4.7. Erosion Mats: Erosion mats of each kind will be measured separately by the area covered. 2575.5. BASIS OF PAYMENT: Payment for Turf Establishment items at the contract prices per unit of measure shall be compensation in full for all topsoil, materials, preparation, installation and maintenance on the basis of the following schedule: Item No. Item Unit 2575.501 Seeding Acre 2575.502 Seed, Mixture Pound 2575.505 Sodding Type Square Yard 2575.511 Mulch Material, Type Ton 2575.519 Disc Anchoring Acre 2575.521 Polypropylene Plastic Netting Square Yard 2575.523 Wood Fiber Blanket Square Yard 2575.531 Commercial Fertilizer Ton End of Section GeMspecs)standard 0 1995 Bonestroo, R-ene, Anderlik & Associates, Inc. 2575-7 All seeded areas shall have the seedbed finned after seeding and prior to mulching. The soil firming shall be done with a drag, cultipacker or other approved soil firming equipment. Soil firming or seed covering shall be accomplished after seeding. 2575.3.5. Applying Mulch: The rate of application of Type 1 mulch shall be approximately two (2) tons per acre. The mulch shall be anchored with a disc, clodbuster or other approved equipment. this equipment shall anchor the material by punching it into the soil to a depth of approximately 2 to 3 inches. The anchoring equipment shall be operated in a general direction at right angle to the direction of surface drainage wherever practical. All mulch shall be anchored immediately after placement unless otherwise authorized by the Engineer. Applying other types of mulch material shall be in accordance with Mn/DOT Specification 2575.3F. Interim seeding shall be required on grading areas where the permanent seeding cannot be performed because of contract requirements for temporary construction (by passes, etc.) or because topsoil placement and permanent seeding are to be accomplished under a future contract. Topsoil covering will not be required for interim seeding if the subsoil is reasonably suitable for plant growth, as determined by the Engineer. 2575.3.6. Temporary Mulching: When directed by the Engineer, mulch material conforming to Type 1 or 4 may be placed during times when seeding is not permitted. The area shall be shaped and the soil loosened to anchor the mulch as directed by the Engineer. 25753.7. Placing Sod: All sod shall be placed within 24 hours after being cut. During this period, it shall be protected against drying out by being covered as may be necessary. The sod strips shall be carefully placed by hand, beginning at the bottom of the slope and progressing upward. The length of the strips on slopes shall be laid with staggered joints and the edges of all strips shall be tightly pressed against the edges of adjoining strips. Sod laid adjacent to in place improvement and existing turf shall be neatly abutted and shall be such that drainage will be conducted over the surface with no overlapping allowed. Elsewhere, the outside edges of the sodded areas shall be rolled in or banked flush with soil, thoroughly compacted to form a Rush surface as directed by the Engineer. Overlapping of sod strips, shingle style will be required in waterways where directed by the Engineer, in which case the sod strip shall be laid at the right angles to the flow of water. Although pegging of sod is not specifically required it is understood that the Contractor will be responsible for the successful establishment of the sod including repair or replacement of sod which becomes displaced or damaged due to the lack of protection or proper care. After the sod has been placed, the sod shall be watered and compressed into the underlying soil by rolling or tamping. In dry periods, the Engineer may require the watering of areas to be sodded prior to the sod placement. GenNspecskstandard 07199$ Bonestroo, Rosme, Anderlik & Associates, Inc. 2575-5 2575.3.8. Placing Erosion Mats: Erosion mats shall be installed in accordance with Mn/DOT Specification 2575.3.K. 2575.39. Maintenance: All sod placed under the contract shall be watered and - maintained by the Contractor until acceptance by the Engineer. Upon being placed, the sod shall be maintained for at least 30 growing days before final inspection and acceptance will be made. A "growing day" shall be defined as any calendar day exclusive of those days from June 10 to August 10 and those days from November I to May 5, subject to such adjustment of those dates as are authorized and made, depending on prevailing conditions. During the maintenance period, all sod which is presumed dead, damaged, or has become infected with weeds shall be replaced with new sod as directed by the Engineer. Areas replaced with new sod shall be maintained by the Contractor for at least 20 growing days after placement. When so directed by the Engineer, the Contractor shall reseed any areas on which the original seed has failed to grow. If mulching is required on the project, the reseeded area shall also be remulched. The Contractor shall maintain the wood fiber blanket installation for 30 days. The Contractor shall thoroughly water the blankets immediately after placement, with additional watering performed as necessary. The Contractor shall be responsible for controlling erosion and establishing a permanent vegetative cover. In the event of seeding failure or erosion during the maintenance period, the Contractor shall restore such areas at no additional cost. Until final acceptance of the work, all maintenance, replacement and repair work shall be performed at the expense of the Contractor, except that the additional seed and mulch material used for reseeding and remulching will be measured and paid for at the contract unit prices provided the original work was performed satisfactorily in accordance with requirements. 2575.3.10. Acceptance of Work: Seeding will generally se accepted by increment area upon satisfactory completion of the seeding and mulching and anchoring if specified. Acceptance of seeding will relieve the Contractor of responsibility for maintenance except for reseeding and remulching as directed by the Engineer. Upon satisfactory placement of the original sod, payment for sod placed will be authorized at the contract unit price subject to retainage provisions of the Conditions of the Contract. Upon expiration of the sod maintenance period, the Contractor shall immediately replace all presumed dead and damaged sod, or sod which has become infected with weeds. Areas replaced with new sod shall have the maintenance period extended by 20 days after replacement. Final payment shall not be made until after the maintenance period or extended period and acceptance by the Engineer. Erosion mats will be accepted at the time of accepting the seeding and mulching over which the mats are placed. Any repairs ordered by the Engineer after acceptance of the erosion mats will be compensated for at the contract prices. GeMsperAstandard 0 1995 Bonestroo, Rosone, Anderlik & .Associates, Inc. 2575-6 23,000. WATER MAIN General Requirements 23,000.1. DESCRIPTION: This work shall consist of the construction of water mains in accordance with the requirements of the Contract. Under the numbering system used herein number 23,000.2. - 23,000.2.G inclusive, deal with MATERIALS; 23,000.3. - 23,000.3.L8 inclusive, deal with CONSTRUCTION REQUIREMENTS; 23,000.4.- 23,000.4.1. inclusive, deal with METHOD OF MEASUREMENT AND PAYMENT. It is intended that when the Standard Specifications do not cover the subject matter necessary to be covered that the additional numbers in the appropriate section may be utilized in the "Specific Requirements" and the numerical sequence preserved. 23,000.1.A. Work Included: The Contractor shall, unless otherwise specified, furnish all materials, equipment, tools and labor necessary to do the work required under his contract and unload, have and distribute all pipe, fittings, valves, hydrants and accessories. The Contractor shall also excavate the trenches and pits to the required dimensions; sheet, brace and support the adjoining ground or structures where necessary; handle all drainage or ground water; provide barricades, guards, and warning lights; lay and test the pipe, fittings, valves, hydrants and accessories, backfill and consolidate the trenches and pits; maintain the surface over the trench, remove surplus excavated material; and clean the site of the work. The Contractor shall also furnish all equipment, tools, labor and materials required to rearrange sewers, conduits, ducts, pipes and other structures encountered in the installation of the work. All the work to completely construct the water facilities shall be done in strict accordance with the contract documents to which these General Requirements are a part. 23,000.1.13. Specification Reference: In these General Requirements reference is made to the Minnesota Department of Transportation Specifications which shall mean the "Standard Specifications for Construction, 1988 Edition", and subsequent amendments. 23,000.2. MATERIALS: The materials used in this work shall be new and conform to the requirements for kind and size of material specified herein or as altered in the "Specific Requirements", "Special Provisions" and "Proposal". 23,000.2.A. Ductile Iron Pipe: All ductile iron pipe shall be in accordance with AWWA C151 of the Class as shown on the plans, "Specific Requirements", and/or "Proposal". All pipe shall be furnished with standard thickness cement mortar lining conforming with AWWA C104. All pipe shall have push -on joints as specified in AWWA 0111 and shall be electrically conductive. 23,000.2.13. Cast Iron Fittings: All fittings shall be mechanical joint unless otherwise indicated and shall be in accordance with AWWA C110. All fittings shall be designed for not less than 250 psi working pressure and shall have a standard thickness cement mortar lining conforming with AWWA 0104. Ductile iron compact fittings as specified in 0153 with standard thickness lining are acceptable in lieu of cast iron fittings. 23,000-General (3\94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,000-1 23,000.2.C. Rubber Gaskets: Rubber gaskets for mechanical joints and push-on joints shall conform to AWWA C111 and shall be designed and manufactured to exact dimensions to assure a liquid-tight joint. All joints shall be installed with an electrical contact through every joint. 23,000.2.1. Fire Hydrants: All hydrants shall be of a uniform make. The following information will be furnished in the "Specific Requirements": (1) Size of valve opening; (2) Depth of trench and cover; (3) No. and size of hose connections; (4) No. and size of steamer connections; (5) Size and type of pipe connections; (6) Direction of opening; (7) Type of threads, hose connections; (8) Type of threads, steamer connection; (9) Shape and size of operating nut; (10) Open or closed drain holes; (11) Hydrant accessories such as flags, wrenches or drain pumps. 23,000.2.E. Gate Valve and Box: Gate valves shall be bronze mounted, iron body valves conforming with requirements of AWWA 509. All valves shall have O-ring seals with non-rising stems and shall open to the left. Valves shall be equipped with mechanical joint ends in accordance with A C111. Valve boxes shall be cast iron, screw-type, adjustable for 7-1/2 foot depth of cover. Valves and boxes shall be considered as integral units. Gate valve boxes shall be three piece, Clow F- 2450H, Mueller J-10380, or equal. 23,000.2.F. Butteffly Valve and Box: Butterfly valves shall be cast iron body rubber seated, tight closure valves in accordance with AWWA C504. Butterfly valves shall be furnished with mechanical joint ends conforming to AWWA C111. The valve operator is an integral part of the butterfly valve and shall be constructed to operate without maintenance under ground water conditions. Valve operators shall be manufactured by the valve manufacturer and/or in valve sizes 20 inch diameter and larger shall be equal to 90o worm gear actuators as manufactured by Limitorque Corporation or equal for buried service. Valve boxes shall be cast iron and shall be two or three piece type with screw adjustable top section for 7-1/2 foot depth of cover. 23,000.2.G. Granular Materials: Materials used for improved pipe foundation of pipe bedding shall meet the requirements of Mn/DOT Specification 3149H Course Filter Aggregate, except that hard, durable crushed carbonate quarry rock may also be used. The material shall have the following crushing requirements: Not less than 50 %® of the material, by weight, that is retained on the No. 4 sieve shall have one or more crushed faces. 23,000-General (3\94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,000-2 Ri�� MI'MIA 811tURVIOZ10,11M 23,000.3.A.1. 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. 23,000.3.A.2. Field Inspection: All pipe and accessories shall be laid, jointed, disinfected and tested for defects and leakage in the manner herein specified. 23,000.3.A.3. Disposition of Defective Material: All material found during the progress of the work to have cracks, flaws or other defects will be rejected by the Engineer and the Contractor shall promptly remove from the site of the work such defective material. 23,000.3.13.2. Responsibility for Safe Storage: The Contractor shall be responsible for the safe storage of material furnished by or to him and accepted by him and intended for the work, until it has been incorporated in the completed project. 23,000.3,0.1. General: Pipe and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the project by the Contractor. They shall at all times be handled with care to avoid damage. 23,000.3.D. Alignment & Grade & Under round, Surface & Overhead Utilities 23,000.3.D.1. General: All pipe shall be laid and maintained to the required lines and grades; with hydrants, valves and fittings at the required locations; and with joints centered and spigots home; and with all valve and hydrant stems plumb. 23,000.3.D.2. Existing Utilities: Existing water and sewer mains, and other underground utilities, are shown on the plans only by general location. The Owner does not guarantee the locations as shown on the plans, nor is it guaranteed that all utilities are shown. The Contractor shall be solely responsible for verifying the exact location of each of these utilities, without additional compensation. Prior to the start of any construction, the Contractor shall notify all utility companies having utilities in the project area. 23,000-General (3\94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,000-3 The Contractor shall have sole responsibility for providing temporary support and for protecting and maintaining all existing utilities in the project area during the entire period of construction, including but not limited to the period of excavation, backfill and compaction. In carrying out this responsibility, the Contractor shall exercise particular care, whenever gas mains or other utility lines are crossed, to provide compacted backfill or other stable support for such lines to prevent any detrimental displacement, rupture or other failure. 23,000.3.D.3. Deviations Occasioned by Other Utility Structures: Wherever existing utility structures or branch connections leading to main sewers or to main drains or other conduits, ducts, pipe or structures present obstructions to the grade and alignment of the pipe, they shall be permanently supported, removed, relocated or reconstructed by the Contractor through cooperation with the Owner of the utility, structure or obstruction involved. In those instances where their relocation or reconstruction is impracticable, a deviation from the grade will be ordered and the change shall be made in the manner directed with extra compensation allowed therefore at unit prices, if applicable. 23,000.3.D.4. Deviation with Engineer's Consent: No deviation shall be made from the required line or grade except with the written consent of the Engineer. 23,000.3.13.5. Subsurface Exploration: It shall be the Contractor's responsibility to determine and verify the location of existing pipes, valves or other underground structures as necessary to progress with the work with no additional compensation allowed. The Engineer shall make all known records available. All known utilities are designated on the plans in a general way as stated in Section 23,000.3.D2. 23,000.3.D.6. Overhead Utilities and Obstructions: Overhead utilities, poles, etc. shall be protected against damages by the Contractor and if damaged by the Contractor, shall be replaced by him. Should it become necessary during the progress of the work to remove or relocate existing poles, overhead utilities and obstructions, the Owner shall cause the same to be done at no expense to the Contractor unless otherwise provided for in the "Special Provisions" or "Specific Requirements". It will be the duty of the Contractor to visit the site and make exact determination of the existence of any such facilities prior to the submission of his bid. 23,000.3.E. Excavation and Preparation of Trench: 23,000.3.E.1. Description: The trench shall be dug to the alignment and depth shown on the plans and only so far in advance of pipe laying as Engineer shall specify in the "Specific Requirements". The trench shall be so braced (Section 23,000.3.E10.) and drained that workmen may work safely and efficiently therein. The discharge pipes shall be led to natural drainage channels. 23,000-General (3\94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,000-4 23,000.3.E.2. Width: The trench width may vary with and depend upon the depth of trench and the nature of the excavated material encountered; but in any case shall be of ample width to permit the pipe to be laid and jointed properly and the backfill to be placed and compacted properly. The minimum width of unsheeted trenches at the top of the pipe shall be 30 inches, and for pipe 12 inches in diameter or larger it shall be one foot greater on each side of the nominal diameter of the pipe. All trenches shall be excavated to conform to the requirements of the State Industrial Commission or the Office of OSHA, whichever is more restrictive. 23,000.3.E.3. Pipe Foundation in Good Soil: The trench shall have a bottom conforming to the grade to which the pipe is to be laid. The pipe shall be laid upon sound soil cut true and even so that the barrel of the pipe will have a bearing for its full length. Bell holes shall be excavated to insure the pipe resting for its entire length upon the bottom of the trench and to permit jointing to be made properly. Contractor. 23,000.3.E.5. Pipe Foundation in Poor Soil: When the trench bottom at subgrade is soft and, in the opinion • the Engineer cannot support the pipe, a further depth and/or width shall be excavated and refilled to pipe foundation grade with well compacted granular materials for improved pipe foundation. It shall be the Contractor's responsibility to notify the Engineer of changing soil conditions which may be of poor bearing capacity and when organic soils are encountered. Where utilities are placed on unstable soils without notification of the Engineer, the Contractor shall be responsible for all repairs and correction of the installation without further compensation. 23,000.3.E.6. Pipe Clearance in Rock: Ledge rock, boulders and large stones shall be removed to provide a clearance of at least 6 inches on each side of all pipe and appurtenances for pipe 16 inches or less in diameter; for pipes larger than 16 inches a clearance of 9 inches below and clear width of 9 inches on each side of inside diameter of pipe shall be provided. Adequate clearance for properly jointing pipe laid in rock trenches shall be provided at bell holes. 23,000-General (3\94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,000-5 23,000.3.E.8. Solid Rock Excavation Defined: Solid rock excavation shall include such rocks as are not decomposed, weathered or shattered and which will require blasting, barring, wedging or use of air tools for removal of any boulders or concrete or masonry structure (except concrete pavement, curb, gutter and sidewalk) exceeding one-half (112) cubic yard in volume that may be encountered in the work. 23,000.3.E.9. Blasting Procedure: Blasting for excavation will not proceed until the Contractor has notified the Engineer of the necessity so to do, such notification shall in no manner relieve the Contractor of the hazards and liability contingent on blasting operations. The hours of blasting will be fixed by the Owner. Any damage caused by blasting shall be repaired by the Contractor at his expense. The Contractor's methods of procedure relative to blasting shall conform to local and state laws and municipal ordinances. 23,000.3.E.10. Braced and Sheeted Trenches: Sheeting, bracing, etc. shall be put in place and maintained as may be required to support the sides of the excavation and to prevent any movement which may in any way endanger personnel, insure or delay the work, or endanger adjacent buildings or other structures. Where sheeting and bracing are used, the trench width shall be increased accordingly. Trench sheeting shall remain in place until pipe has been laid, tested for defects and repaired if necessary, and the earth around it compacted to a depth of one foot or over the top of the pipe. It shall be the Contractor's responsibility and duty to be familiar with local and state laws and municipal ordinances relating to this type of work and he shall assume the responsibility for compliance therewith. 23,000.3.E.11. Manner of Piling Excavated Material: All excavated material shall be piled in a manner that will not endanger the work and that will avoid obstructing sidewalks and driveways. Gutters shall be kept clear or other satisfactory provisions made for street drainage. 23,000.3.E.12. Barricades. Guards. and Safety Provisions: To protect persons from injury and to avoid property damage, adequate barricades, construction signs, fences, flashers and guards as required shall be placed and maintained during the progress of the construction work and until it is safe for traffic to use the trenched roadway. 23,000.3.E.13. Traffic and Utility Controls: Excavations for pipe laying operations shall be conducted in a manner to cause the least interruption to traffic. Hydrants under pressure, valve boxes, curb stop boxes, fire or police call boxes or other utility controls shall be left unobstructed and accessible during the construction period. 23,000.3.E.14. Private Property Protection: Trees, fences, poles and all other private property shall be protected unless their removal is authorized and any property damage shall be satisfactorily restored by the Contractor or adequate compensation therefore shall be the responsibility of the Contractor. Where tree trimming is required, all cut surfaces one inch or more in diameter shall be covered with a coat of asphalt paint. 23,000-General (3\94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,000-6 23,000.3.E.15. Interruption of Water Services: 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 be advised of the probable time when service will be restored. 23,000.3.E.16. Tunneling, Jacking _or Excavation Other Than Open Trench: Where pipe cannot be placed by open trench excavation, the method for placing shall be stated in the "Specific Requirements". Mom MM_ MW 1 . 14-t. • - I I the safe and convenient prosecution of the work. 23,000.3.E.22. Unsuitable Conditions for Lning Pine: No pipe shall be laid in water or when the trench conditions are unsuitable for such work. 23,000.3.F. JJ2oinntin All jointing of mechanical joint pipe and push-on joint pipe shall be in accordance with the requirements of A.W.W.A. Specification C600. 23,000.3.F.1. Preparation of Pipe Ends: Before laying the pipes, the outside of the spigot and the inside of the bell shall be wire brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are made. 23,000.3.G. Setting Valves, Valve Boxes and Fittings 23,000.3.GJ. General: Valves and pipe fittings shall be set and jointed to new pipe in the manner heretofore specified for cleaning, laying and jointing pipe. 23,000-General (3\94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,000-7 23,000.3.G.2. Setting Valves: All valves shall be set where directed by the Engineer. Valves and boxes shall be supported on a concrete block as shown on the detail drawings. Valve boxes shall be maintained centered and plumb over the operating nut of the valve. Tops of the valve boxes shall be set flush with the existing surface and shall be set so as to provide 12 inches of upward adjustment. Each valve box shall be marked with a 4" x 4" timber, 6' long set with 2 feet of the post exposed above grade. 23,000.3.H. Setting I��drants: 23,000.3.H.1. Location: All hydrants shall be set where directed by the engineer. A grade stake and location stake will be provided by the Engineer at each hydrant. No hydrant shall be set until such a grade stake has been placed. 23,000.3.H.2. Procedure: All hydrants shall be supported on an 8 inch concrete block or equal concrete base. Each hydrant shall be braced as shown on the detail drawings. After each hydrant has been set, there shall be placed around the base of the hydrant, not less than one cubic yard of gravel or crushed rock from which all fine material has been removed. A layer of polyethylene, minimum 4 mil. thickness, shall be carefully placed over the rock to prevent the backfill from entering the voids in the drain rock. All hydrants must be maintained in a plumb position during the backfilling operation. 23,000.3.1. Anchorage of Bends. Tees and Plugs. 23,000.3.1.1. General: All bends, tees, hydrants and plugs shall be securely braced against undisturbed soil using timbers, precast concrete block with wooden wedges or poured in place concrete thrust blocks. Method of anchorage must be reviewed with and approved by the Engineer prior to backfilling. 23,000.3.J. Testing Pipe Lines: 23,000.3.J.1. Pressure During Tests: After the pipe has been laid and backfilled as specified, all newly laid pipe, or any valved section of it shall, unless otherwise specified, be subjected to hydrostatic or air pressure of 150 lbs. per square inch. The test must be conducted under the observation of the Engineer and with his approval. 23,000.3.12. Duration of Pressure Test: The duration of each pressure test shall be at least two (2) hours. 23,000.3.J.3. Procedure: All pipe or sections thereof shall be slowly filled with water from a safe source if a hydrostatic test is used, and the specified test pressure, measured at the lowest point of elevation, shall be applied by means of a pump connected to the pipe in a satisfactory manner. The pump, pipe connection, taps, gauges and all necessary apparatus shall be furnished by the Contractor. Gauges and measuring devices must meet with the approval of the Engineer. The test gauge shall be calibrated in one pound increments and operate smoothly and accurately. 23,000-General (3W4) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,000-8 23,000.3.3.4. Expelling Air Before Test: Before applying hydrostatic test pressure, all air shall be expelled from the pipe. To accomplish this, taps shall be made, if necessary, at points at highest elevation and afterward tightly plugged. 23,000.3.3.5. Examination Under Pressure: Any cracked or defective pipes, fittings, valves or hydrants discovered in consequence of the pressure test shall be removed and replaced by the Contractor with sound material in the manner provided and the test shall be repeated until satisfactory to the Engineer. 23,000-General (3\94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,000-9 23,000.3.K. Disinfection: 23,000.3.K.1. General: After completion of the installation and testing, the Contractor shall disinfect the new pipe, valves and fittings as described in A.W.W.A. Specification No. 0651 by use of the Tablet Me thod which is generally described as follows: The Contractor shall place hypochlorite tablets in each section of pipe and also in hydrants, hydrant branches and other appurtenances during construction. The tablets shall be attached to the top of the pipe with an adhesive such as "Permatex" No. 1 or other approved material. When the installation has been completed, the main shall be filled with water at a velocity of less than I foot per second. This water shall remain in the pipe for at least 24 hours. After the 24 hour retention period, the heavily chlorinated water shall be flushed from the main until the chlorine concentration in the water leaving the main is less than 1 ppm. Tests are required to determine chlorine residual at the end of the 24 hour retention period and after flushing to ascertain that the heavily chlorinated water has been removed from the pipeline. At the end of the 24 hour retention period, the main shall contain not less than 10 ppm chlorine. The number of tablets required per 20 foot length of pipe based on 3 1 /4 grain available chlorine per tablet is as follows: Diameter No. of Tablets 4" 1 6 11 2 8" 3 10 1 t 4 12't 5 16" 9 18 11 12 20" 14 24 11 20 After final flushing and before the main is placed in operation, samples shall be collected and tested to show the absence of coliform organisms. If the initial disinfection fails to produce satisfactory bacteriological samples, the main shall be reflushed and resampled. If further samples show the presence of coliform organisms, then the mains shall be rechlorinated by the continuous feed or slug method of chlorination until satisfactory results are obtained. 23,000-General (3\94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,000-10 23,000A.F. Improved Pipe Foundation Material: The additional granular material required below the specified bedding shall be paid for per lineal foot of improved pipe foundation placed for each six (6) inch thickness of granular material placed. 23,000.4.G. Rock Excavation: If rock is encountered in the trench, such rock excavation shall be measured by volume in cubic yards and shall be measured from the top of the rock to a point six (6) inches below the bottom of the pipe and twelve (12) inches from each side of the inside diameter of the pipe. The minimum trench width of the rock excavation shall be 36 inches. Payment shall be at the contract unit price per cubic yard. 23,000.4.H. Sand Cushion: Granular material used for a sand cushion in areas of rock excavation where suitable materials are not available on site shall be paid for at the contract unit price per ton of material deposited under and around the pipe. 23,000.4.1. Special Structures and Appurtenances: Basis of payment for special structures and appurtenances not included above shall be stated in the "Special Provisions", "Specific Requirements" and/or "Proposal". End of Section 23,000-General (3\94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,000-13 23,000.3.L. BackfillingC Up and Maintaining Surfaces: 23,000.3.1,.I. Backfilling Procedure at Pips Zone: Granular material or other suitable backfill material free from rocks, boulders and other unsuitable substances shall be deposited in the trench simultaneously on both sides of the pipe for the full width of the trench to a height of at least six (6) inches above the top of the pipe. The backfill shall be hand placed and thoroughly compacted to fill all spaces under and adjacent to the pipe. 23,000.3.1..2. Backfill Procedure Above Pipe Zone: (Type "B") Procedure Where Settlement is Allowable: Succeeding layers of backfill may contain coarser materials and shall be free from pieces of rock, concrete or clay lump more than one cubic foot in volume, roots, stumps, tin cans, rubbish, frozen materials and other similar articles whose presence in the backfill would cause excessive settlement. This type of backfilling may be accomplished above the pipe zone by any mechanical means or otherwise, at the option of the Contractor. On traveled streets, completed backfill shall be rolled by wheel type or crawler type equipment weighing not less than 6 tons. 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. 23,000.3.1,.3. Backfilling Procedure Above Pive Zone: (Type "B") Succeeding layers of backfill may contain coarser materials and shall be free from pieces of rock, concrete or clay lump more than one cubic foot in volume, roots, stumps, tin cans, rubbish, frozen materials and other similar articles whose presence in the backfill could cause excessive settlement. This type of backfilling may be compacted by puddling with hose and long pipe nozzle, or by flooding the trench, as the backfilling is accomplished above the pipe zone by any mechanical means or otherwise at the option of the Contractor. It is important that proper precautions be taken to prevent flooding of the pipe when flooding the trench and the Contractor shall be wholly responsible for neglect of these precautions. 23,000.3.1,.4. Procedure Where No Settlement is Allowable: (Type "C" Succeeding layers of backfill may contain coarser materials and shall be free from pieces of rocks, concrete or clay lump more than one-third cubic foot in volume, roots, stumps, tin cans, rubbish, frozen materials and other similar articles whose presence in the backfill would cause excessive settlement. This type of backfilling shall be placed in uniform layers before compaction of approximately 6 inches, tamped by mechanical means to the density specified in the Specific Requirements. 23,000.3.1.,.5. Procedure Where No Settlement is Allowable: (MTeD") Succeeding layers of backfill shall be made of selected materials meeting requirements as set forth in the "Specific Requirements". This type of backfilling shall be placed in uniform layers before compaction of approximately 6 inches, tamped by mechanical means to the density specified in the Specific Requirements. It shall be the duty of the Contractor to remove excavated materials not used in backfilling to a location as designated in the "Specific Requirements". 23,000-General (3\94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,000-11 23,000.3.L.6. Deficiency of Backfill. By Whom Supplied: Any deficiency in the quantity of material for backfilling the trenches or for filling depressions caused by settlement shall be supplied by the Contractor with no extra compensation allowed. Any settlement which occurs shall be refilled by the Contractor. Material shall be at the Contractor's expense and of a material approved by the Engineer. 23,000.3.L.7. Restoration of Surface: All surfaces shall be returned to the original grade and contour. Any excess dirt caused by displacement due to structures shall be removed by the Contractor to a location as designated with no extra compensation. 23,000.3.L.8. Cleaning Up: Surplus pipe line material, tools and temporary structures shall be removed by the Contractor and all dirt and rubbish caused by his operations and excess earth from excavations shall be hauled to a dump provided by the Contractor and the construction site shall be left to the satisfaction of the Engineer. Clean up operations shall be accomplished promptly after tests are completed. 23,000.4.A. Pipe in Place: Pipe will be paid for at the contract price per linear foot, which shall include the cost of furnishing all pipe, rubber gasket, joints and other material and of delivering, handling, laying, trenching, bedding, backfilling, compaction, testing and all material or work necessary to install the pipe complete in place at the depth above specified. The length of pipe for which payment is made shall be the actual overall length measured along the axis of the pipe without regard to intervening valves or fittings. All jacking shall be paid for at the contract unit price per linear foot which shall include both the water pipe and the casing under roadway and railroad, complete as specified previously under Section 23,000.3.E21. Payment shall be made for the jacking length specified unless unforseen conditions require a change in length of jacking, 23,000A.B. Cast Iron Fittings: Cast iron specials will be paid for at the contract price per pound installed, said weights to include fittings, glands, bolts and gaskets. Payment for cast iron fittings shall be for the published weights of mechanical joint fittings as listed in A.W.W.A. C110. If ductile iron fittings are used, the weight for payment shall be the equivalent cast iron weight. 23,000A.0. Hydrants: Hydrants will be paid for at the contract unit price per hydrant installed complete with gravel, concrete base and bracing, but does not include the auxiliary hydrant valve which shall be paid for under another item of these specifications if required. 23,000A.D. Gate Valves and Boxes: Gate valves and boxes, including extensions, will be paid for at the contract unit price per valve and box installed for each size. 23,000A.E. Butterfly Valves and Boxes: Butterfly valves, operators and boxes, including extensions, will be paid for at the contract unit per valve and box installed for each size. 23,000-General (3\94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,000-12 24,000. SEWERS General Requirements 24,0001. 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 shalt, unless specified otherwise, furnish all materials, equipment, tools and labor necessary to do the work required under his contract and unload, haul and distribute all pipe, castings, fittings, manholes and accessories. The Contractor shall also excavate the trenches and pits to the required dimensions; sheet, brace and support the adjoining ground or structures where necessary; handle all drainage or groundwater; provide barricades, guards and warning lights; lay and test, the pipe, castings, fittings, manholes and accessories; backfill and consolidate the trenches and pits; maintain the surface over the trench; remove surplus excavated material; and clean the site of the work. The Contractor shall also furnish all equipment, tools, labor and materials required to rearrange sewers, conduits, ducts, pipes or other structures encountered in the installation of the work. All the work to completely construct the sewer facilities shall be done in strict accordance with the contract documents to which these General Requirements are a part. 24,000.1.13. Specification Reference: In these General Requirements reference is made to the Minnesota Department of Transportation Specifications which shall mean the "Standard Specifications for Highway Construction" of the Mn/DOT, dated January 1, 1983 and subsequent amendments. 24,000.2. MATERIALS: The materials used in this work shall be new and conform to the requirements for class, kind and size of material specified below or as altered or more specifically described in the "Specific Requirements", "Special Provisions" and "Proposal". 24,000.2.A. Clay Pipe. Clay sewer pipe and fittings shall conform to the requirements of the current A.S.T.M. Specification C-700 for extra strength clay sewer pipe. Extra strength pipe shall be used for all Vitrified Clay Sewer Pipe on the project. 24,000.2.B. PolyyipLI 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. 24,000-General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000-1 24,000.2.0. Reinforced Concrete Sewer Pi M. 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 requirements 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 Fittings: Where ductile iron pipe is furnished, fittings shall be mechanical joint in accordance with AWWA Standard C110. All fittings shall be designed for 150 psi working pressure. All fittings shall have a standard thickness of cement mortar lining in accordance with AWWA Standard C104. Ductile iron fittings in accordance with AWWA Standard C-153 are considered equal. 24,000.2.G. Joints and Joint Materials: 24,000.2.G.1. ClU Pipe: Clay pipe joints shall be rubber or plastic type compression joints in accordance with A.S.T.M. Spec. C-425. Plain-end vitrified clay pipe may be used which employ Type B compression couplings in accordance with AS TM Specification C594. 24,000.2.G.2. 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.G.3. Concrete Pipe: Reinforced concrete pipe joints shall meet the requirements of ASTM Specification C-361 and shall be the Bureau of Reclamation Type R-4. Deformed concrete pipe shall be jointed with material similar to Ram-Nek, Hamilton Kent, Kent Seal No. 2 or equal gasket material applied in accordance with manufacturer's recommendations. 24,000.2.G.4. Ductile Iron Pipe: Gaskets for mechanical joint and push-on joint pipe shall be designated and manufactured to exact dimensions to assure a liquid tight joint. All joints for pipe used as a pressure line shall be installed with an electric contact through every joint. Joints shall conform to AWWA Standard Cl 11. 24,000-General (3194) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000-2 24,000.2.G5. Corrugated Metal Pipe: Corrugated metal pipe shall be joined using coupling bands in accordance with Mn/DOT Specification 3226. 24,000.2.1-1. Manhole and Catch Basin Frames & Covers: Cast iron for both manholes and catch basin frames and covers shall be of the best grade of cast iron, free from all injurious defects and flaws and shall be Class 35 iron in accordance with A.S.T.M. Spec. A-48. Each casting shall be sand blasted but no further coating or finish is required. Both the surface of the cover and frame in contact shall be machined for non-rocking protection. The words "SANITARY SEWER" or "STORM SEVVERshall 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: 24,000.2.1.1. Cast Iron Manhole Steps: Cast iron manhole steps shall be manufactured from hi-test metal having a minimum tensile strength 35,000 pounds per square inch. All manhole steps shall be Neenah Foundry Step No. R-1981J, Badger F-15 or equal. All steps shall conform to the requirements of A.S.T.M. Designation C-478. 24,000.2.1.2. Aluminum Manhole Steps: Aluminum manhole steps of a design similar to the cast iron steps specified may be used. Aluminum manhole steps shall be made, of Apex Ternalloy No. 5 aluminum alloy. 24,000.2.1.3. Poly propylene Coated Manhole Steps: Polypropylene molded over steel reinforcing rod and similar in design to the cast iron steps specified may be used. All such steps shall be M.A. Industries (SP-1-PF) Manhole Step, or equal. 24,000.2.J. Pre-Cast Concrete Manholes: Precast concrete manholes shall be used for all manholes more than 6.5' deep from rim to top of pipe and shall conform to the requirements of A.S.T.M. Designation C-478. Segmental block may be used for the lower portion of manholes over large diameter pipe up to the top of the largest pipe. Unless otherwise stated, the internal - diameter shall be four feet. The upper section of the manhole shall be reduced to a smaller diameter opening by use of an eccentric pre-cast cone made expressly for this purpose. On manholes 8 ft. deep and greater the pre-cast section immediately below the cone section shall be one (1 foot in height). The vertical wall of the cone shall be on the downstream side of the manhole, except for pipe 36 inches in diameter or greater where steps will be placed to provide the most suitable access. A minimum of 2 rings and a maximum of four rings of adjustment shall be allowed. All manholes shall be watertight. Precast manhole joints shall be rubber o-ring gasket type. All manhole steps shall be securely and neatly mortared in place. All lifting holes shall be neatly mortared up. Manhole bases may be pre-cast or poured in place. Poured in place bases must be acceptably cured before the manhole sections are placed on the hardened slab. The inverts of all manholes shall be shaped to the half section of equivalent size pipe conforming to the inlet and outlet pipe so as to allow for a free 24,000-General (3194) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000-3 uninterrupted flow with all surfaces sloping to the flow line. Manholes may be supplied with preformed inverts and watertight pipe connections for all lines 15" in diameter or smaller. Preformed inverts will not be allowed where pipe grades are 2 percent or greater unless design grade is built through the manhole. All manholes, catch basin manholes and catch basins shall be constructed in accordance with the detail plates included in the contract documents. Where manhole or catch basin depths are less than 6.5 feet from rim to top of pipe, they shall be built with precast concrete manhole sections and a pkecast concrete manhole slab with offset opening suitable for street loading. Where manholes are constructed using a precast concrete manhole top slab, the pre-cast section immediately below the slab shall be one (1) foot in height. "Mini-Tee" type precast manhole bottom sections may be used for the installation of all small diameter concrete pipe sewers in lieu of the construction method described above. 24,000.2.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 1, 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 1, Standard Serial Designation C-150. Gradation shall be subject to the approval of the Engineer with proper water-cement ratio to obtain a concrete testing not less than 3000 pounds per square inch in 28 days. 24,000.2.M. Mortar Materials: Mortar used for laying up concrete block or brick manholes or used for plastering lift holes and exteriors of manholes shall consist of Standard Portland Cement Type 1, Standard Serial Designation C-150. Lime shall conform to specifications for normal finishing hydrated lime, A.S.T.M. Serial Designation C-6 or specifications for hydraulic hydrated lime for structural purposes, A.S.T.M. Serial Designation C-141. Gradation shall be subject to the approval of the Engineer. 24,000-General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000-4 24,000.2.N. Granular Materials: Granular materials used for improved pipe foundation, special pipe bedding, or PVC pipe bedding where improved pipe foundation is required shall meet the requirements of Mn/DOT Specification 3149H, Coarse Filter Aggregate except that hard, durable crushed carbonate quarry rock may also be used. The material shall have the following crushing requirements. Not less than 50% of the material, by weight, that is retained on the No. 4 sieve shall have one or more crushed faces. Granular materials used for pipe bedding in rock and for PVC pipe bedding where improved pipe foundation is not required shall meet the requirements of Mn/DOT Specification 3149A, Granular Borrow, except that 100%, by weight, shall pass the 1" sieve. "1 0 ' lzgvs�l 24,000.3.A. Inspection: 24,000.3.A.I. Of Materials at Factory: All materials, whether furnished by the Owner or by the Contractor are subject, at the discretion of the Owner, to inspection and approval at the plant of the manufacturer. 24,000.3.A.2. Of Materials at Delivery Point: During the process of unloading, all pipe and accessories shall be inspected by the Contractor for loss or damage in transit. No shipment of material shall be accepted by the Contractor until or unless notation of any lost or damaged material shall have been made on the bill of lading by the agent of the carrier. 24,000.3.A.3. Field Inspection: All v and accessories shall be laid, jointed, tested for defects and for infiltration in the manner herein specified as directed by the Engineer and subject to his approval. 24,000.3.A.4. Disposition of Defective Material: All material found during the progress of the work to have cracks, flaws or other defects will be rejected by the Engineer and the Contractor shall promptly remove from the site of the work such defective material. 24,000.3.8. Contractor's Responsibility for Material: 24,000.3.B.I. Responsibility for Material Furnished by Contractor: The Contractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or that has become damaged after delivery by the manufacturer. 24,000.3.8.2. Responsibility for Safe Storage: The Contractor shall be responsible for the safe storage of material furnished by or to him, and accepted by him, and intended for the work, until it has been incorporated in the completed project. 24,000.3.C. Handling Pipe & Accessories: Pipe and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the project by the Contractor; they shall at all times be handled with care to avoid damage. 24,000-General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000-5 24,000.3.D. Alignment & Grade & Underground, Surface & Overhead Utilities: 24,000.3.D.1. General: All pipe shall be laid and maintained to the required lines and grades; with tees, wyes, catch basins, special structures and manholes at the required locations; and with joints centered and spigots home. Deviation from grade in excess of 0.05 percent may be cause for removal and relaying pipe at the Contractor's expense. 24,000.3.D.2. Existing Utilities: Existing water and sewer mains, and other underground utilities, are shown on the plans only by general location. The Owner does not guarantee that the utilities are complete or that the locations are as shown on the plans, and the Contractor shall be solely responsible for verifying the exact location of each of these utilities, without additional compensation. Prior to the start of any construction, the Contractor shall notify all utility companies having utilities in the Project Area. The Contractor shall have sole responsibility for providing temporary support and for protecting and maintaining all existing utilities in the Project Area during the entire period of construction, including but not limited to the period of excavation, backfill and compaction. In carrying out this responsibility, the Contractor shall exercise particular care, whenever gas mains or other utility lines are crossed, to provide compacted backfill or other stable support for such lines to Prevent any detrimental displacement, rupture or other failure. 24,000.3.D.3. Deviations Occasioned by Other Utility Structures: Wherever existing utility structures or branch connections leading to main sewers or to main drains or other conduits, ducts, pipe or structures present obstructions to the grade and alignment of the pipe, they shall be permanently supported, removed, relocated, or reconstructed by the Contractor through cooperation with the Owner of the utility, structure or obstruction involved. In those instances where their relocation or reconstruction is impracticable, a deviation from the grade will be ordered and the change shall be made in the manner directed with extra compensation allowed therefore at unit prices, if applicable. 24,000.3.D.4. Deviation with Engineer's Consent: No deviation shall be made from the required line or grade except with the written consent of the Engineer. 24,000.3.D.5. Subsurface Exploration: It shall be the Contractor's responsibility to determine and verify the location of existing pipes, valves or other underground structures as necessary to progress with the work with no additional compensation allowed. The Engineer shall make all known records available. All known utilities are designated on the plans in a general way as stated in Section 24,000.3.132. 24,000-General (3194) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000-6 24,000.3.D.6. Overhead Utilities & Obstructions: Overhead utilities, poles, etc., shall be protected against damage by the Contractor and if damaged by the Contractor, shall be replaced by him. Should it become necessary during the progress of the work to remove or relocate existing poles, overhead utilities and obstructions, the Owner shall cause the same to be done at no expense to the Contractor unless otherwise provided for in the "Special Provisions" or "Specific Requirement". It will be the duty of the Contractor to visit the site and make exact determination of the existence of any such facility prior to the submission of his bid. 24,000.3.E. Excavation & Preparation of Trench: 24,000.3.E.1. Description: The trench shall be dug to the alignment and depth shown on the plans and only so far in advance of pipe laying as Engineer shall specify. The trench shall be so braced (Section 24,000.3.E.11) and drained that workmen may work safely and efficiently therein. All trenches shall be excavated and/or sheeted and braced in accordance with applicable State Regulations relating to industrial safety to a safe angle of repose. Such angle of repose shall be no less than that required by the Accident Prevention Division of the State Industrial Commission or the requirements of the Occupational Safety and Health Act (OSHA) whichever is more restrictive. All surface water and groundwater discharges shall be conducted to natural drainage channels, drains or storm sewers. 24,000.3.E.2. Width: The trench width at the top of the excavation may vary with and depend upon the depth of trench and the nature of the excavated material encountered, but in any case shall be of ample width to permit the pipe to be laid and jointed properly and the backfill to be placed and compacted properly. The minimum width of unsheeted trench shall be 18 inches and for pipe 10 inches or larger at least one foot greater than the nominal diameter of the pipe. All trenches shall be excavated to conform to the State Industrial Commission Safety requirements and applicable OSHA Standards. 24,000.3.E.3. Pipe Bedding: All sewer pipe shall be bedded for strength purposes in accordance with the class of bedding specified in the Specific Requirements, as detailed in the Standard Detail Plates, or as indicated on the plans and/or proposal. Where no specific class of pipe bedding is listed, it shall be understood to be Class C-1 bedding. Side fills and the area over the pipe to the depths indicated on the sewer bedding detail shall be filled with natural trench material carefully compacted in place. 24,000.3.E.3.1. Class C-1 Bedding: Where Class C-1 bedding is specified or allowed with existing materials, the trench shall have a bottom conforming to the grade to which the pipe is to be laid. The pipe shall be laid upon sound soil, cut true and even so that the barrel of the pipe will have bearing over at least 50 percent of the pipe width for its entire length. Bell holes shall be excavated to insure that the pipe rests for its entire length upon the bottom of the trench. When a uniform trench bottom cannot be formed as specified, Class C-2 bedding shall be used. 24,000-General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000-7 The Contractor may, at his option, elect to use a Class C-2 bedding in lieu of Class C-1 bedding, without any additional compensation allowed therefor. 24,000.3.E.3.2. Class C-2 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.E.3.3. Class B Bedding: Where Class B bedding is specified or allowed, the pipe shall be bedded on granular materials meeting 24,000.2.N. specifications. The depth of bedding shall be one fourth of the outside diameter of the pipe barrel, but not less than six inches, plus one half of the outside diameter of the pipe barrel all in accordance with the standard detail plate. 24,000.3.E.3.4. Class A Bedding: Where Class A bedding is specified or allowed, the pipe shall be bedded in the same manner as for Class C-1 bedding except that 2000 psi concrete shall be placed around the pipe from the bottom of the trench to a point one half the outside diameter of the pipe barrel above the bottom of the trench all in accordance with the Standard Detail Plate. 24,000.3.E.3.5. PVC Pipe Bedding-. All polyvinyl chloride sewer pipe shall be installed and bedded in accordance with ASTM specification D-2321, "Recommended Practice for Underground Installation of Flexible Thermoplastic Sewer Pipe" with granular materials meeting Specification 24,000.2.N. used for all PVC pipe bedding. The granular materials shall be placed from a point 6" below the bottom of the pipe to a point 12" above the top of the pipe. Bedding requirements shall include mechanical compaction of sand and gravel material surrounding the pipe to at least ninety-five (95%) percent of maximum density as described in ASTM Methods D698 to prevent deflection of the pipe cross-section. Payment for such bedding and compaction operations shall be considered incidental to the installation of the sewer pipe. Where existing soils are of non-granular nature, the Contractor shall furnish sand or gravel material for pipe bedding as incidental to the cost of the pipe. The Owner reserves the right to measure deflection of PVC sewer pipe 30 days after placement of backfill material in the trench and at any time during the warranty period. Deflections greater than five (5%) percent of the inside pipe diameter shall be considered failure of the bedding procedure and the Contractor may be required to re-excavate the trench and provide additional compaction along the side of the sewer pipe with no additional compensation for such work. Deflection testing of PVC pipe shall be performed by the contractor with no additional compensation allowed therefor. 24,000.3.E.4. Correcting Fauljy Grade: Any part of the trench excavated below grade shall be corrected with approved material thoroughly compacted without additional compensation to the Contractor. 24,000-General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000-8 24,000.3.E.5. Improved Pipe Foundation: When the bottom of the trench is soft or where in the opinion of the Engineer unsatisfactory foundation conditions exist, the Contractor shall excavate to a depth to insure proper foundation. The excavation shall then be brought up to pipe grade with thoroughly compacted granular materials meeting Specification 24,000.2.N. No payment will be made for rock installed without the knowledge or consent of the Engineer nor will payment be made for rock installed only for dewatering purposes. Payment will be made for only the authorized granular foundation material placed under the pipe. It shall be the Contractor's responsibility to notify the Engineer of changing soil conditions which may be of poor bearing capacity and when organic soils are encountered. Where utilities are placed on unstable soils without notification of the Engineer, the Contractor shall be responsible for all repairs and correction of the installation without further compensation. 24,000.3.E.6. Pipe Clearance in Rock: Ledge rock, boulders and large stones shall be removed to provide a clearance of at least 6 inches below the outside barrel of the pipe and to a clear width of 6 inches on each side of all pipe and appurtenances for pipe 15 inches or less in diameter; for pipes larger than 15 inches, a clearance of 6 inches below and a clear width of 9 inches on each side of outside diameter of pipe shall be provided. Adequate clearance for properly jointing pipe laid in rock trenches shall be provided at bell holes. 24,000,3.E3. Pipe Bedding in Rock: Where rock is encountered, the space between the rock and the pipe surfaces shall be backfilled with granular materials meeting specification 24,000.2.N. and thoroughly tamped. The material from the trench excavation, other than rock, boulders, peat, silt or other unacceptable material, shall be considered as suitable material. No additional compensation for placing or tamping this material shall be allowed. However, in the event that additional material must be hauled in, the hauling of the suitable granular material for the pipe bed shall be paid for on a weight basis only when ordered placed by the Engineer. 24,000.3.E.8. Solid Rock Excavation Defined: Solid rock excavation shall include such rocks as are not decomposed, weathered or shattered and which will require blasting, barring, wedging or use of air tools for removal. Under this classification shall be included the removal of any concrete or masonry structures (except concrete pavement, curb, gutter and sidewalk) or boulders exceeding one-half (1/2) cubic yard in volume that may be encountered in the work. 24,000.3.E.9. Blasting Procedure: Blasting for excavation will not proceed until the Contractor has notified the Engineer of the necessity to do so, such notification shall in no manner relieve the Contractor of the hazards and liability contingent in blasting operations. The hours of blasting will be fixed by the Owner. Any damage caused by blasting shall be repaired by the Contractor at his expense. The Contractor's methods of procedure relative to blasting shall conform to local and state laws and municipal ordinances. 24,000.3.E.10. Bell Holes Re aired: Bell holes of ample dimensions shall be dug in trenches at each joint to permit the jointing to be made properly. 24,000 - General (3/94) Copyright 1994 BonestToo, Rosene, Anderlik & Associates, Inc. 24,000-9 24,000.3.E.11. Braced & Sheeted Trenches: The Contractor shall adequately brace and sheet excavations wherever necessary to prevent caving or damage to nearby property. The cost of this temporary sheeting and bracing, unless provided for otherwise, shall be considered as part of the excavation costs without additional compensation to the Contractor. Trench sheeting or bracing shall remain in place until the pipe has been laid, tested for defects and repaired if necessary, and the earth around it compacted to a depth of one foot over the top of the pipe. Sheeting, bracing, etc. placed in the "pipe zone" (that part of the trench below a distance of one foot above the top of the pipe) shall not be removed without the written permission or written order of the Engineer. Sheeting ordered left in place by the Engineer shall be paid for at the unit price bid. The Contractor may also leave in place, at his own expense, any sheeting or bracing in addition to that ordered left in place by the Engineer necessary to prevent injury or damage to persons, corporations, or property, whether public or private, for which the Contractor under the terms of this contract is liable. 24,000.3,E.12. Manner of Piling Excavated Material: All excavated material shall be piled in a manner that will not endanger the work and that will avoid obstructing sidewalks and driveways. Gutters shall be kept clear or other satisfactory provisions made for street drainage. 24,000.3.E.13. Maintenance of Traffic: When traffic cannot be diverted, it will be permitted to use the highway at all times. the Contractor shall at his own expense erect and maintain warning signs and warning barricades. The Contractor shall at his own expense, place and maintain acceptable warning lights and barricades to protect persons from injury and to avoid property damage. At all dangerous intersections, bypasses, and intercepting roads, the Contractor shall at his own expense furnish, erect and maintain such warning barricades as are necessary and required by the Engineer, and he shall place and maintain acceptable warning lights at each. It shall be the Contractor's responsibility to check and inspect all lights and barricades at all times including Sundays and Holidays. He shall maintain the streets in a passable condition, shall conduct his work so as to create a minimum amount of inconvenience to traffic and shall furnish not less than two flagmen at each location where loading or depositing of material requires the turning of the trucks on any state highway or "main street" and where the operation of construction equipment endangers traffic. Temporary suspension of work does not relieve the Contractor of the responsibility outlined in the above requirements. 24,000.3.E.14. Properly Protection: Trees, fences, poles and all other property shall be protected unless their removal is authorized; and any property damaged shall be satisfactorily restored by the Contractor, or adequate compensation therefor shall be the responsibility of the Contractor. Where tree trimming is required, all cut surfaces one inch or more in diameter shall be covered with a coat of asphalt paint. 24,000-General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000-10 24,000.3.E.1.5. Interruption of Water Service: No valve or other control on the existing system shall be operated for any purpose by the Contractor without approval of the Engineer and all consumers affected by such operation shall be notified by the Contractor at least an hour before the operation and advised of the probable time when service will be restored. 24,000.3.E.16. Tunneling, Jacking or Excavation Other Than Open Trench: Where pipe cannot be placed by open trench excavation, the method for placing and payment thereof shall be stated in the "Specific Requirements". 24,000.3.E.17. Manner of Handling Pipe & Accessories Into Trench: Proper implements, tools and facilities satisfactory to the Engineer shall be provided and used by the Contractor for the safe and convenient prosecution of the work. 24,000.3.E.18. Pipe Kept Clean: All foreign matter or dirt shall be removed from the inside of the pipe before it is lowered into its position in the trench, and it shall be kept clean by approved means during and after laying. All matter entering the pipe shall be removed by the Contractor prior to acceptance with no additional compensation allowed. 24,000.3.E.19. Laying the Pipe: The spigot shall be lubricated, centered in the bell, the pipe shoved into position and brought into true alignment; it shall be secured there with earth carefully tamped under and on each side of it, excepting at the bell holes. Care shall be taken to prevent dirt from entering the joint space. 24,000.3.E.20. Preventing Trench Water From Entering Pipe: All openings along the line of sewer shall be securely closed, and at the suspension of work at any time, suitable stoppers shall be placed to prevent water, earth or other substances from entering the sewer. 24,000.3.E.21, Bell Ends to Face Direction of Laving: Pipe laying shall proceed upgrade with spigot ends pointing in the direction of flow. 24,000.3.E.22. Railroad & Highway Crossing: When any railroad or highway is crossed, all precautionary construction measures required by the railroad or highway shall be followed. Railroad or highway crossings shall be jacking or tunneling and construction and permit requirements shall be as stated in the "Specific Requirements". 24,000.3.E.23. Unsuitable conditions for LUing Pipe: No pipe shall be laid in water or when the trench conditions are unsuitable for such work. 24,000.3.E.24. Jointing: Joints for vitrified clay and concrete pipe shall be made by wiping the joints clean, applying the manufacturer's recommended lubricant compound over the entire joint surface and then inserting the spigot end into the bell with sufficient force to properly seat the pipes. Joints for polyvinyl chloride pipe shall be made by the use of a solvent cement or push- on rubber gaskets. All jointing procedure shall be in accordance with the recommendations of the pipe manufacturer. 24,000-General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000-11 After joints are made, any superfluous material inside the pipe shall be removed by means of an approved follower or scraper. All joints must be watertight, and any leaks or defects discovered must be immediately repaired. Any pipe which has been disturbed after being laid must be taken up, the joint cleaned and properly relaid as directed by the Engineer. Joints connecting cast iron pipe with concrete or clay pipes shall be made with a concrete collar completely surrounding the joint or approved adapter. Where a sewer line outlets to grade or where the line is terminated with a flared end section, the Contractor shall fasten at least the last three (3) joints together by the use of "U" bolt fasteners approved and as recommended by the pipe manufacturers. 24,000.4. SERVICE CONNECTIONS: 24,000.4.A. Wye Branches: Extra strength wye branches shall be placed at the locations directed by the Engineer. The wye branch shall be placed so that the Wye is located at approximately a 45o angle from horizontal. Vitrified or other suitable plugs shall be provided for the openings. Plugs shall be installed with Atlastic 77, Sonolastic Sealant or equal joint material or shall be specifically designed for the opening to be plugged. 24,000.4.B. Risers: Standard weight cast iron soil pipe shall be used as risers to extend service connections to a point within 10 feet of the street grade or as directed. Risers shall be installed in accordance with the standard service riser detail plate. Care shall be taken in backfilling so as not to damage the riser installation. Suitable plugs shall be provided for the openings, properly sealed. 24,000.4.C. Records & Location of Service Connections: It shall be the duty of the Contractor to keep an accurate record of service connections, as to location, depth to top of riser, type of connection provided, etc. Location shall be made in respect to nearest manhole center, downgrade from the service. This record shall be turned over to the Engineer at the end of each week. 24,000.5. MANHOLES: 24,000.5.A. General: All reference to manholes shall apply equally to catch basin structures in this section of the specifications. 24,000.5.B. Excavation: Excavation shall be to a depth and size to provide for construction of the manholes and catch basins as shown in detail on the plans. 24,000.5.0. Concrete Base: Concrete base for manhole construction shall be of size and depth as shown on the plans. Concrete used for this purpose shall consist of one part Portland cement, two parts of clean sharp sand and four parts of graded coarse aggregate. Material used for this purpose shall be subject to the approval of the Engineer. Base shall be poured on undisturbed earth prior to setting the precast manhole sections. Precast concrete manhole bases shall be considered equal. 24,000-General (3/94) Copyright 1994 Bonestroo, Rose-ne, Anderlik & Associates, Inc. 24,000-12 24,000.5.D. Walls: Material to be used in the walls of manholes shall be as specified in Section 24,000.2. All external surfaces of concrete block manholes if permitted shall be plastered with a 1/2 inch coat of Portland cement mortar. Mortar shall contain one part of cement to three parts of suitable plaster sand. Lime or mortar mix shall be used in amount necessary to make a suitable mixture for plastering purposes, but not to exceed 15% by volume of cement. Mortar used for laying concrete block shall consist of one part Portland cement to two parts of sand to which lime or mortar mix may be added not to exceed fifteen percent (15%) by volume of cement. 24,000.5.E. Manhole Steps: Manhole steps shall be of the type as specified in Section 24,000.2.J. Spacing shall be as shown on the detailed manhole plans, but not greater than 1.6 inches in vertical alignment. 24,000.5.F. Placing Manhole Rings & Covers: The frame or ring casting shall be set to the designation elevation in a full mortar bed. 24,000.5.G. Placing Catch Basin Frames & Covers: Where catch basins are to be placed to final grade and castings are to be installed in curbing, then the casting and all adjusting rings shall be encased in concrete at least 4 inches in thickness. Where curb and street work is to be done under separate contract the casting frame shall be set in mortar only. 24,000.5.H. Drop Manhole Inlets: Encased drop inlets shall be constructed as required on the plans and in accordance with the standard Drop Inlet Detail Plate. 24,000.6.A. Backfilling Procedure at Pipe Zone: All trenches and excavations shall be backfilled immediately after pipe is laid therein. For backfill up to a level of one foot over the top of the pipe, only selected materials free from rock, boulders, debris or other high void content substances, shall be used. The backfilling shall be placed completely under the pipe haunches in uniform layers not exceeding 4 inches in depth. Each layer shall be placed, then carefully and uniformly tamped to eliminate the possibility of lateral displacement and to provide uniform support completely under the pipe haunches. The backfill material shall be moistened if necessary, tamped in 4 inch layers and thoroughly compacted under and on each side of the pipe to provide solid backing against the external surface of the pipe. The installation and backfilling of polyvinyl chloride pipe shall be in accordance with A.S.T.M. D-2321 with special attention given to compacting the backfill material around the pipe to at least 95 percent of maximum density to a distance of one foot above the top of the pipe. 24,000-General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000-13 24,000.6.B. Backfill Procedure Above Pipe Zone: (Type "A") Procedure where settlement is allowable. Succeeding layers of backfill may contain coarser materials and shall be free from pieces of rock, concrete or clay lump more than one cubic foot in volume, roots, stumps, tin cans, rubbish, frozen materials and other similar articles whose presence in the backfill would cause excessive settlement. This type of backfilling may be accomplished above the pipe zone by any mechanical means or otherwise, at the option of the Contractor. Surface shall be maintained in passable condition for traffic until date of final inspection. Backfilling under exposed existing utilities shall be compacted to prevent settlement and any future displacement. 24,000.6.C. Backfill Procedure Above Pie Zone: (Type "C") Succeeding layers of backfill may contain coarser materials and shall be free from pieces of rock, concrete or clay lump more than one cubic foot in volume, roots, stumps, tin cans, rubbish, frozen materials and other similar articles whose presence in the backfill would cause excessive settlement. This type of backfilling may be compacted by puddling with hose and long pipe nozzle or by flooding the trench, as the backfilling is accomplished above the pipe zone by any mechanical means or otherwise at the option of the Contractor. It is important that proper precautions be taken to prevent flooding of the pipe when flooding the trench, and the Contractor shall be wholly responsible for neglect of these precautions. 24,000.6.13. Procedure Where No Settlement is Allowable:, (Type "C") Succeeding layers of backfill may contain coarser materials and shall be free from pieces of rock, concrete or clay lump more than one cubic foot in volume, roots, stumps, tin cans, rubbish, frozen materials and other similar articles whose presence in the backfill would cause excessive settlement. This type of backfilling shall be placed in uniform layers, before compaction, of approximately 6 inches, tamped by mechanical means to the density specified in the Specific Requirements. 24,000.6.E. Procedure Where No Settlement is Allowable: ,(Type "D") Succeeding layers of backfill shall be made of selected materials meeting requirements as set forth in the "Specific Requirements." This type of backfilling shall be placed in uniform layers, before compaction, of approximately 6 inches, tamped by mechanical means to the density specified in the Specific Requirements. 24,000.6.F. Density Tests: Density tests will be performed by an approved soils testing firm at various locations and depths throughout the project as directed by the Engineer. The Contractor shall cooperate fully and provide assistance as necessary to complete these tests with no additional compensation being made to the Contractor. All testing costs pertaining to passing tests shall be paid for by the Owner. All testing costs pertaining to failing tests will be charged to and paid for by the contractor. Where areas have not been compacted sufficiently to meet specific density requirements, these areas shall be excavated and recompacted until the density requirements are met. All cost for the work associated with recompaction shall be the Contractor's sole responsibility. 24.000 - General (3/94) Copyright 1994 Bonestroo. Rosene. Anderlik & Associates, Inc. 24,000-14 24,000.6.G. Deficiency of Backfill, By Whom Supplied: Any deficiency in the quantity of material for backfilling the trenches, or for filling depressions caused by settlement, shall be supplied by the Contractor with no extra compensation allowed. Any settlement which occurs shall be refilled by the Contractor. Material shall be provided at the Contractor's expense and the material shall be approved by the Engineer, 24,000.6.H. Disposal of Excess Materials and Debris: Unless otherwise specified, excavated material either not suitable or not required for fill material shall be disposed of by the Contractor outside of the right-of-way at his expense in any manner he may elect subject to the provisions of the following paragraph. Before dumping such materials or debris on a private or public land, the Contractor must obtain from the Owner of such land written permission for such dumping and a waiver of all claims against the Owner for any damage to such land which may result therefrom together with all permits required by law for such dumping. A copy of such permission, waiver of claims and permit shall be filed with the Engineer before said disposal is made. 24,000.6.1. Restoration of Surface: All surfaces disturbed during the construction period, whether caused by actual excavation, deposition of excavated material, or by the construction equipment, shall be returned to its original conditions or better. Exceptions to the above, if any, or special instructions pertaining to any particular section of the project will be outlined in the "Special Provisions". 24,000.6.J. Cleaning Up: Surplus pipe line material, tools and temporary structures shall be removed by the Contractor, and all dirt, rubbish, caused by his operations and excess earth from excavations shall be hauled to a dump provided by the Contractor and the construction site shall be left to the satisfaction of the Engineer. Clean up and restoration shall include the replacement and restoration of all street signs, mailboxes, posts, fences and similar items disturbed by the construction described herein. Unless otherwise noted in the Special Provisions or Proposal all items of clean-up and restorations shall be considered incidental to the contract with no additional compensation allowed. 24,000.7.A. Infiltration in Sewers: Upon completion of the sewer construction, leakage tests shall be made to determine the amount of ground water infiltration into the sewers. Measurements will be made by means of 90o V-notch weirs placed in the lines. Measurements shall be taken at all points where, in the opinion of the Engineer, the flow of water in the sewers is greater than the maximum allowable leakage. Tests may be taken between individual manholes and the infiltration in any given line shall not exceed the specified maximum allowable rate. The maximum allowable rate of leakage shall not exceed 100 gallons per mile per inch diameter of pipe per day. 24,000-General (3(94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000-15 The Contractor shall furnish the weirs and other material and the labor for placing the weirs in the sewers and shall assist the Engineer in making the measurements. The Contractor shall receive no additional compensation for making the leakage tests or corrective work necessary to reduce leakage below the maximum allowed by the specifications. 24,000.8. METHOD OF MEASUREMENT: 24,000.8.A. Trench Excavation: Trench excavation will be measured in linear feet of trench according to the zone classifications specified as follows: From 0' to 8', from 8' to 10', and in two foot increments thereafter, which are based on the total depth of the trench to the designated grade of the pipe invert. No deduction in depth will be made for rock encountered in the trench above the designated grade. Measurement will be made along the centerline of the sewer and from center to center of all manholes, catch basins or junction fittings. 24,000.8.13. Solid Rock Excavation: If solid rock is encountered in the trench, such rock excavation shall be measured by volume in cubic yards and shall be measured from the top of the rock to a point six inches below the outside barrel of pipe and twelve inches from each side of inside diameter of pipe. The minimum trench width of the solid rock excavation shall be 36 inches. For measurement purposes volume will be computed based on vertical walls for the width specified above. 24,000.8.0. Sewer Pipe with Bedding: Sewer pipe of each diameter and classification furnished and installed with associated pipe bedding will be measured separately by length in linear feet. Measurement will be made along the centerline of the sewer and from center to center of all manholes, catch basins or junction fittings. Where bends, tee manholes, flared end sections or other special shapes are installed, the length of pipe replaced by these structures shall be deducted from the distance from center of manhole to center of manhole for pay purposes. The special structures will be paid for as separate bid items. 24,000.8.D. Service Connection: Wyes and tee branches of each diameter and classification furnished and installed will be measured as a unit. 24,000.8.E. Service Riser Pipe: Sewer pipe used for service risers of each diameter and classification furnished and installed will be measured separately by vertical length in linear feet from the centerline of the sewer to the top of the last riser section. 24,000.8.F. Constructing Manholes: Manholes will be measured by depth of the structure from the invert of the pipe to the top of the cover in linear feet, based on the dimensions as staked by the Engineer. 24,000-General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24.000-16 24,000.8.G. Constructing Catch Basins: Catch basins will be measured by the number of catch basins completed as to shape, size, and depth according to the plans. 24,000.8.H. Improved Pipe Foundation: Granular materials placed for improving pipe foundation below the specified pipe bedding shall be measured by the lineal foot of pipe placed with improved foundation in six inch depth increments of granular material placed. As an example, if two feet of granular material is required for improved pipe foundation under a 12" pipe installed with C-2 bedding; six inches of material is required for Class C-2 bedding and improved pipe foundation shall be measured as three lineal feet, six inches deep. 24,000.8.J. Drop Inlets: Drop inlets will be measured by depth from the lowest invert of the manhole to the invert of the pipe being served by the drop inlet. 24,000.8.K. Special Structures & Appurtenances: Methods of measurement for special structures and appurtenances not included above shall be as stated in the "Special Provisions," "Specific Requirements," and "Proposal". 24,000.9.A. Trench Excavation & Backfill: Regardless of the width excavated, sewer pipe furnished and installed with bedding will be paid for at the Contract Unit Price per linear foot of pipe falling within each of the following depth zones as measured from the profile grade: From 0' to 8', from 8' to 10', and two foot increments thereafter. Excavation and backfilling of trench and associated pipe bedding shall be included in the price of sewer pipe furnished and installed. 24,000.9.B. Solid Rock Excavation: Solid rock excavation will be paid for at the Contract Unit Price per cubic yard. 24,000.9.C. Sewer Pipe with Bedding in Place: Sewer pipe in each diameter and classification furnished and installed will be paid for at the Contract Price per linear foot which shall include payment for trench excavation and backfilling and associated pipe bedding. 24,000.9.D. Ductile Iron Pipe: Ductile iron pipe will be paid for at the Contract Unit Price per linear foot for each type and diameter of pipe furnished which shall include payment for trench excavation and backfill. 24,000.9.E. Me Branches: Wye branches will be paid for at the Contract Unit Price for each unit furnished and installed of the size specified on the Proposal. 24,000-General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000-17 24,000.9.F. Service Riser Pipe: Service riser pipe will be paid for at the Contract Unit Price per linear foot for the vertical distance from the centerline of the sewer to the top of riser, Concrete reinforcement of the main sewer and riser pipe as described in Section 24,000.4.B. shall be considered as incidental and will not constitute a pay item. 24,000.9.G. Constructing Manholes to Depth of Eight Feet: Constructing of manholes to a depth of eight (8) feet will be paid for at the Contract Unit Price per manhole which shall include furnishing and placing the manhole frame and cover. This section also applies to all catch basin manholes and catch basins. 24,000.9.H. Constructing Manholes to a Depth Greater than Eight Feet: Constructing of manholes to a depth greater than eight (8) feet will be paid for at the Contract Unit Price per manhole plus the unit price per linear foot for each foot of depth that is greater than eight feet. This section also applies to all catch basin manholes and catch basins. 24,000.9.1. 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 Ripe. Drop inlets in place shall be paid for at the Contract Unit Price per linear foot which shall be payment in full for the extended manhole base, encasement, drop pipe, cast iron tee, cast iron pipe and concrete collar. Payment shall be made for sewer pipe from center to center of all manholes as per Section 24,000.8.C. when cast iron pipe is extended for drop inlets. 24,000.9.M. Special Structures & Appurtenances: Basis of payment for special structures and appurtenances not included above shall be stated in the "Special Provisions," "Specific Requirement," and "Proposal". End of Section 24,000-General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000-18 COUNCIL 1 Z4 a s •° - # This resolution approves change order #1 to the street reconstruction contract for Ryan Contracting, Inc. for the restoration of the storage area west of Boone Avenue at a cost of $2,285.00, and for the provision of sump pump connections to apartments at 8400 and 8420 Bass Lake Road at a cost of $1,800.00. The total contract for the project as a whole now amounts to $1,075,798.28 with this addition of $4,085.00. Staff recommends approval of change order #1 to project 567, the 1997 Street Improvement - Area 2. MOTION BY ' r' SECOND BY (� f Review: Administration: Finance: II CITY OF NEW HOPE RESOLUTION NO, 97- 136 RESOLUTION APPROVING CHANGE ORDER NO. 1 TO IMPROVEMENT PROJECT 567 (1997 STREET IMPROVEMENTS - AREA 2) WHEREAS; The City of New Hope authorized on May 27, 1997, Improvement Project #567, (1997 Street Improvements - Area 2) for the total contractual sum of $1,071,713.28; and WHEREAS; after the bids were awarded changes to the contract have become necessary, and WHEREAS; one change order for the restoration of the storage area west of Boone Avenue at a cost of $2,285.00 and for the provision of sump pump connections for 8400 and 8420 Bass Lake Road at a cost of $1,800.00 is necessary. NOW, THEREFORE, BE IT RESOLVED, that the City Council of the City of New Hope approves change order #1 to the contract with Ryan Contracting Inc. identified as part of Improvement Project No. 567 ( 1997 Street Improvements - Area 2). The total amount of this change order is $4,085.00 which brings the total contractual sum to $1,075,798.28. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 25 day of August 1997. Mayor Attest: 1W t City Clerk Bonestroo, Rosene, Anderlik and Associates, Inc. is an Affirmative Action 'Equal Opportunity Employer Principals: Otto G. Bonestroo, RE. • Joseph C. Anderlik, RE. • Marvin L. Sorvala, P.E. - Richard E. Turner, RE. • Glenn R. Cook, P.E. • Robert G. Schunicht, RE. • Jerry A. Bourdon, RE. Robert W. Rosene, RE. and Susan M. Eberlin, C.P.A., Senior Consultants Associate Principals: Howard A. Sanford, RE. • Keith A. Gordon, P.E. • Robert R. Pfefferle, RE. - Richard W. Foster, P.E. • David O. Loskota, P.E. • Robert C. Russek, A.I.A. • Mark A. Hanson, P.E. Michael T. Rautmann, R.E. • Ted K.Field, RE. • Kenneth R Anderson, R.E. • Mark R. Rolfs, RE. Sidney R Williamson, RE., R.S. • Robert F. Kotsmith Offices: St. Paul, Rochester, Willmar and St. Cloud, MN • Milwaukee, WI Mr. Tom Schuster City of New Hope — Public Works 5500 International Parkway New Hope, MN 55428 Re: 1997 Street Improvements — Area 2 City Project No. 567 Our File No. 34206 Dear Tom: Change Order No. 1 (attached) for the above - referenced project provides for the following: Part A: Area 1 and 2 projects were bid separately, however, they intended to use the same storage area. The Area 1 project, which was not awarded, provided for costs to restore the storage area. Therefore, because Area 2 was awarded, Area 2 must restore the storage area (cost: $2,285.00). Part B: Easement negotiations with the apartment owner at 8400 and 8420 Bass Lake Road were finalized by the City agreeing to provide sump pump connections to the new storm sewer constructed as part of this project and the existing storm sewer in Bass Lake Road. It should be noted that the existing sump pump serving 8420 Bass Lake Road was discharging directly to the sanitary sewer and seemed to run a lot ($1,800.00). We recommend approval of Change Order No. 1. If you have any questions regarding this matter, please contact this office. Very truly yours, BONESTROP, C"SENE, ANDERLIK & ASSOCIATES, INC. � C Mark A. Hanson, P.E. MAH:la Attachment cc: Vince Vander Top 2335 West Highway 36 - St. Paul, MN 55113 m 612-636-4600 a F ax: 612-636-1311 4401 Xylon Avenue North New Hope, Minnesota 55428 -4898 August 25, 1997 Ryan Contracting, Inc. 8700 13` Ave. E. Shakopee, MN 55379 City Hall: 612 - 531 -5100 Police: 612 -531 -5170 Public Works: 612 - 533 -4823 TDD: 612 -531 -5109 City Hall Fax: 612 -531 -5136 Police Fax: 612 -531 -5174 Public Works Fax: 612 - 533 -7650 Fire Dept. Fax: 612 -531 -5175 SUBJECT: CHANGE ORDER NO. 1 - IMPROVEMENT PROJECT NO. 567 Enclosed are two fully executed copies of the above - referenced Change Order for your records. Please forward one copy to your bonding company. The change order was approved on August 25, 1997, by the New Hope City Council. If you have any questions, please contact me. Sincerely, Valerie Leone City Clerk, CMC enc. cc: Mark Hanson, City Engineer Jeannine Clancy, Director of Public Works Family Styled City �� For Family Living asimm v • I i D Originating Department Public Works BY: Jeannine Clancy Lo Approved for Agenda 10 -13 -97 Agenda Section Consent Item No. 6.7 RESOLUTION APPROVING CHANGE ORDER NO. '2 TO CONTRACT WITH RYAN CONTRACTING, IMPROVEMENT PROJECT 567, 1997 AREA 2 INFRASTRUCTURE This is a change order to the contract with Ryan Contracting for some additional work required for the Area 2 Infrastructure Improvements. The Contractor was directed to repair some leaking water main valves in two locations of the project. The contractor was also directed to connect an existing drain the to a new storm sewer manhole in 55 Avenue. The additional cost of $3,054 will be paid from the project budget. Staff requests approval of the resolution. MOTION BY - SECOND BY TO: 1_ , r , Review: Administration: Finance: CITY OF NEW HOPE RESOLUTION NO, 97- 163 RESOLUT APPROVING CHANGE ORDER NO. 2 TD CONTRACT WITH RYAN CONTRACTING IMPROVEMENT PROJECT 587 1QR7 AREA 2 INFRASTRUCTURE |K8PRDVEK8ENTS AUTHORIZING THE CITY MANAGER TOSIGN ' WHEREAS, the City has entered into o contract with Ryan Contracting for the construction of the 1S97 Area 2 Infrastructure Improvements; ano. WHEREAS, during the course of construction, modifications have been made to the approved plans and specifications toaddnanaexisbngfie|doituntioneand conditions; and, WHEREAS, the City has received a cost proposal from Ryan Contracting tomodify the terms of the contract to address the field conditions. NOVVTHEREFORE.BE|TREGOLVED.bvtheCityCounci|oftheCityofNewHope Hennepin County, Minnesota: 1. That the City Council hereby approves Change Order No. 3to the contract with Ryan Contracting in the amount of $3,054.00. 2. That the City Manager is authorized to sign Change Order No. 2 b) the contract with Ryan Contracting. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 13 1h day of October, 1997. Attest: ez�tv_ Mayor 4401 Xylon Avenue North New Hope, Minnesota 55428 -4898 October 15, 1997 Ryan Contracting, Inc. 8700 13" Ave. E. Shakopee, MN 55379 City Hall: 612 -531 -5100 Police: 612 - 531 -5170 Public Works: 612 - 533.4823 TDD: 612- 531 -5109 City Hall Fax: 612 -531 -5136 Police Fax: 612. 531 -5174 Public Works Fax: 612- 533 -7650 Fire Dep't, Fax: 612- 531 -5175 SUBJECT: CHANGE ORDER NO. 2 - IMPROVEMENT PROJECT NO. 567 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 13, 1997, by the New Hope City Council. If you have any questions, please contact me. Sincerely, Valerie Leone City Clerk, CMC enc. cc: Mark Hanson, City Engineer Jeannine Clancy, Director of Public Works Family Styled City For Family Living �� l n)b 5 (P l / COUNCIL I. 01 ! . 0 Originating Department Public Works By: Guy Johnson Approved for Agenda 10 -12 -98 Agenda Section Public Hearing Item No. 7.1 RESOLUTION ADOPTING ASSESSMENTS FOR THE 1997 INFRASTRUCTURE IMPROVEMENT NO. 567 (AREA TWO) The 1997 Infrastructure Improvement Project, Area 2, essentially includes the streets in the vicinity of Northridge Care Center and Hosterman Junior High School (see the attached map). The final cost of the project is $1,299,576.61. The items which are assessable according to the City's policy are 2.6% below the assessments estimated and identified in the preliminary report. As a result, the assessments received from this project will be less than anticipated. The City's contribution to this project is higher than estimated due to an increased scope of work that was developed during the design of the project. The final project included a number of utility work items that were not identified in the preliminary report but were included with the final construction plans. Therefore, the cost distribution is as follows: Assessments Received from Properties $ 713,035.71 City Contribution for storm water, sanitary sewer, sidewalks, and a portion of the street costs 563,222.42 Assessment to Begin Park (paid by City) 23.318.48 Total: $1,299,576.61 The City's portion of costs will be paid for by the Municipal State Aid program, the Storm Sewer Utility Fund, and the Sanitary Sewer Utility Fund. The attached resolution proposes adopting assessments for the 1997 Infrastructure Improvement No. 567 (Area Two). Staff recommends approval of the resolution. Jam' l/ • � i ! : j ° 1 ./ TO: Review: Administration: Finance: RESOLUTION NO. 98- 157 WHEREAS, pursuant to notice duly given as required by law, the City Council has met, heard and passed upon all objections to the proposed assessment for the 1997 Infrastructure Improvement Project No. 567, and has amended such proposed assessment as it deems just; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of New Hope as follows: 1. Such proposed assessment, a copy of which is attached hereto and made a part hereof is hereby accepted and shall constitute the special assessment against the lands named therein, and each tract of land therein is hereby found to be benefitted by the proposed improvement. 2. Such assessments shall be as follows: a. The assessments shall be payable in equal annual installments extending over a period of fifteen (15) years, the first of said installments to be payable with general taxes for the year 1999, collectible with such taxes during the year 1999. b. To the first installment shall be added interest at the rate of six percent (6%) per annum on the entire principal amount of the assessment from the date of this resolution until December 31 of the year in which such installment is payable. To each subsequent installment, when due there shall be added interest for one year at said rate on the unpaid principal amount of the assessment. C. The owner of any property so assessed may at any time prior to the certification of the assessment or the first installment thereof to the County Auditor, pay the whole of the principal amount of the assessment on such property with interest accrued to the date of payment to the City Finance Director or Assessment Clerk, except that no interest shall be charged if the entire assessment is paid within 30 days from the date hereof; and such property owner may at any time prior to November 15 of any year pay to the County Auditor the entire principal amount of the assessment remaining due with interest accrued to December 31 of the year in which said payment is made. 3. The City Clerk shall forthwith transmit a certified duplicate copy of this assessment to the County Auditor to be extended on the tax list of the County. Adopted by the City Council this 12th day of October, 1998. e; "t W/-' 7�4 mA tw , _s Attest: Valerie Leone, City Clerk C:\WP51\CNH\RES0567.ASS SPECIAL ASSESSMENT ROLLS LEVY NO` PROPERTY ID ADDN # ASSESSMENT -------------------------------------------------------------------------------- 000567 06- 118 -21 -42 -0002 62206 $52,002.72 000567 06- 118 -21 -42 -0003 62206 $28,890.40 000567 06- 118 -21 -42 -0005 62206 $11,556.16 000567 06- 118 -21 -42 -0013 62244 $28,890.40 000567 06- 118 -21 -42 -0038 62445 $7,944.86 000567 06- 118 -21 -42 -0039 62445 $7,944.86 000567 06- 118 -21 -42 -0040 62445 $7,944.86 000567 06- 118 -21 -42 -0041 62445 $7,944.86 000567 06- 118 -21 -42 -0042 62445 $7,944.86 000567 06- 118 -21 -42 -0043 62445 $7,944.86 000567 06- 118 -21 -42 -0044 62445 $7,944.86 000567 06- 118 -21 -43 -0001 62206 $49,835.94 000567 06- 118 -21 -43 -0036. 01754 $65,003.40 000567 06- 118 -21 -43 -0037 01754 $92,242.92 000567 06- 118 -21 -44 -0001 62206 $277,966.92 000567 06- 118 -21 -44 -0004 62206 $51,032.83 000567 06- 118 -21 -44 -0053 62235 $23,318.48 < *> $736,354.19* NOTICE OF HEARING ON ASSESSMENTS FOR 1997 INFRASTRUCTURE IMPROVEMENT NO. 567 - AREA TWO PID NO /OWNER: «PID» «OWNER1» «OWNER2» «MAILING_ADDRESS» ((CITY)) «STATE» «ZIP» YOUR ASSESSMENT: S «AMOUNT » INTEREST RATE /TERM: 6% Over XYears l5 TIME AND PLACE Notice is hereby given that the City Council of the City of New Hope, GENERAL NATURE OF Minnesota, will meet in the City Hall at 4401 Xylon Avenue North in IMPROVEMENTS: the City of New Hope, Minnesota, on Monday the 12th day of October, 1998, at 7:00 o'clock p.m. to consider objections to the proposed assessments for Street Improvement No. 567. The general nature of the improvement was the construction of street, concrete curb and gutter, grading, construction of base and asphalt surfaces. Also included was construction of storm sewer, water main and sanitary sewer, including catch basins, manholes, drain pipes and valves, fittings and house services. ASSESSMENT ROLL The proposed assessment roll is on file with the City Clerk and open to OPEN TO public inspection. INSPECTION: AREA PROPOSED TO All properties abutting on Zealand Avenue North south of Bass Lake BE ASSESSED: Road and north of 54t Avenue North; All properties abutting on 56t Avenue North east of Boone Avenue and west of Wisconsin Avenue North; All properties abutting on 55t Avenue North east of Boone Avenue and west of Winnetka Avenue North; and All properties abutting on Xylon Avenue North south of Bass Lake Road and north of 56" Avenue North described as follows: Property ID Nos. 06- 118 -21 -43 -0037 06- 118 -21 -43 -0036 nn- .1 o n 11 e n 6665_ VU I 10 _ 41 - ^t4 06- 118 -21 -42 -0003 06- 118 -21 -42 -0041 06- 118 -21 -42 -0042 06- 118 -21 -42 -0043 06- 118 -21 -42 -0044 06-118-21-43-0001 06- 118 -21 -44 -0001 06- 118 -21 -44 -0004 Address: 5430 Boone Ave. N. 5500 Boone Ave. N. 5_6_66 5.6.32 n__.__ b600 632 OVVIIC Ave. N. 8500 -8510 56 Ave. N. 8511 Bass Lake Road 5649 Zealand Ave. N. 5625 Zealand Ave. N. 5601 Zealand Ave. N. 5555 Zealand Ave. N. 5530 Zealand Ave. N. 7940 55' Ave. N. 06- 118 -21 -42 -0040 06- 118 -21 -42 -0039 06- 118 -21 -42 -0038 06-118-21-42-0013 06- 118 -21 -42 -0002 06- 118 -21 -44 -0053 5600 Zealand Ave. N. 5624 Zealand Ave. N. 5650 Zealand Ave. N. 8317 Bass Lake Rd /5600 Xylon Ave N 5603 -5627 Xylon Ave N/8420 56 Ave N Begin Park /City Property TOTAL AMOUNT OF The total amount proposed to be assessed is $736,354.19 which PROPOSED includes an assessment of $23,318.48 for city -owned park property. ASSESSMENT: WRITTEN OR ORAL Written or oral objections will be considered at the hearing. OBJECTIONS: RIGHT OF APPEAL: An owner of property to be assessed may appeal the assessment to the district court of Hennepin County pursuant to Minnesota Statutes, Section 429.081 by serving notice of the appeal upon the Mayor or Clerk of the City within 30 days after the adoption of the assessment and filing such notice with the district court within ten days after service upon the Mayor or Clerk. LIMITATION ON No appeal may be taken as to the amount of any assessment adopted APPEAL: by the City Council unless a written objection signed by the affected property owner is filed with the Clerk prior to the assessment hearing or presented to the presiding officer at the hearing. All objections to the assessments not received at the assessment hearing in the manner prescribed by Minnesota Statutes, Section 429.061 are waived, unless the failure to object to the assessment hearing is due to a reasonable cause. DEFERMENT OF Under the provisions of Minnesota Statutes, Sections 435.193 to ASSESSMENTS: 435.195, the City may, at its discretion, defer the payment of assessments for any homestead property owned by a person 65 years of age or older for whom it would be a hardship to make the payments. The procedure for applying for such a deferment is set forth in New Hope Code 1.60 et. al., a copy of which is available upon request at the office of the City Clerk. SPECIFIC AMOUNT TO The amount to be specifically assessed against your particular lot, BE ASSESSED: piece, or parcel of land is stated on the first page of this notice. INTEREST RATE: If the assessment is not paid within 30 days from the adoption of the assessment roll, interest will accrue on the assessment at the rate of 6 %. Interest accrues from the date to be specified in the resolution levying the assessment but not earlier than the date of such resolution. PAYMENT OPTIONS 1) FULL PAYMENT - You may prepay the entire assessment to the THIS YEAR: Finance Director or Assessment Clerk of the City pLi2r to November 30, 1998, when the assessment roll is certified to the County Auditor. To avoid paying interest, you need to prepay the assessment in full within 30 days of the adoption of the assessment. 2 2) PARTIAL PAYMENT - One partial payment per property will be accepted and credited to any special assessment levied against real property in the City within 30 days from the date the City Council adopts a resolution approving said special assessments. Payments must be made to the Finance Director or Assessment Clerk. The remaining unpaid balance will be certified to the County Auditor and apportioned to the property's real estate taxes for payment per the collection procedure established in Minnesota Statute Chapter 429. PAYMENT IN In subsequent years, the principal balance remaining may be paid to the SUCCEEDING YEARS: Finance Director or Assessment Clerk at any time prior to November 15 of any year. Note: the City will mail subsequent correspondence notifying you of the City Council's action and more fully explaining dates for assessment payment options. Dated: September 24, 1998 BY ORDER OF THE CITY COUNCIL Valerie Leone, City Clerk 3 s • 3947 Excelsior Boulevard Minneapolis, MN 55,416 612/925 -1510 Fax 612/925 -9443 September 29, 1998 City Council City of New Hope 4401 Xylon Ave. North New Hope, MN 55428 Re: Assessment Hearing — October 12, 1998 Dear Council Members: We own and manage the New Hope Garden Apartments (Zealand - $55,614) and the New Hope Village Apartments (Xylon - $52,002). On April 14, 1997, 1 appeared before you to discuss the proposed road project and the cost implications for our properties. I reported to you that the assessment would have to be passed on to our residents - $6 per apartment, per month for 10 years NOT including the interest. I pointed out our property will not go up in value due to the roadwork. As a matter of fact, we lost half the parking on Xylon. Lastly, and most important, the damage to the roads were caused by the large number of buses going to and from the school during the school season. It is not fair to put this cost on us when our residents are not to blame for the premature deterioration of the roads! Please reconsider your apportionment of this huge assessment. Sincerely, Mlnnesots Multi Housing Assn. owl 1f/01 7 / October 12, 1998 ljlqy Ms. Valerie Leone City Clerk City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 -4898 RE: Notice of Hearing on Assessments 5600 Xylon Avenue North, 8317 Bass Lake Road Dear Valerie: We acquired the 40 unit property known as Timberland Heights at 8317 Bass Lake Road and 5600 Xylon Avenue in 1993. The property had gone through foreclosure and was in a state of disrepair. We have invested over $100,000 in improvements to the property including the following: - removal of an inoperable swimming pool - new roofs - insulation - landscaping, playground equipment - new garage doors - new front and rear entry steps and sidewalks - exterior and common area painting To be hit with an assessment of nearly $30,000 at this time seems very unfair. We have tried to operate and maintain a safe and clean apartment for our residents and for our neighbors. The result of a $30,000 assessment at this time would be devastating. In order to cover increasing operating costs including real estate taxes (only one other state in the U.S. has higher real estate taxes for families in apartments), and mortgage payments, this assessment must be passed on to our residents. Unfortunately, this is something that many cannot afford. To assess apartment owners and their residents with this large of a tax is simply unfair. And it jeopardizes the financial survival of our apartment communities. The effects of apartment communities that are not financially healthy devastates neighborhoods and ruins the images of 7400 Metro Boulevard - Suite 270- Edina, Minnesota 55439 - Telephone; (612) 893 -1216 - Fax; (612) 893 -0968 the municipalities in which they are located. This has occurred in surrounding municipalities. You cannot let this happen in New Hope. Please reconsider the proposed assessments and determine who will benefit the most. And please come up with a plan to pay for the improvements that does not create a hardship on those people who have the least ability to pay. RLF /blb R Bonestroo, Rosene, Anderlik and Associates. Inc, is an Affirmative Action /Equal Opportunity Employer Bones } 4roo Principals Otto G. Bonestroo. PE • Joseph C. Anderlik, P.E • Marvin L. Sorvala, P.E . Richard E. Turner, P.E. • Glenn R. Cook, PE. • Robert G. Schunicht, P.E. • Jerry A. Bourdon, P.E. Rosene Robert W. Rosene, PE. and Susan M. Eberlin, C.P.A., Senior Consultants Anderlik & Associate Principals: Howard A Sanford, P.E. • Keith A. Gordon, PE. • Robert R. Pfefferle, PE. Richard W. Foster, P.E. - David O. Loskota. P.E. • Robert C. Russek, A.I.A. • Mark A. Hanson, PE. Michael T. Rautmann, PE. • Ted K. Field, P.E. • Kenneth P. Anderson, PE. • Mark R. Rolfs, P.E. A ssociates Sidney P Williamson, PE., L.S. • Robert F. Kotsmith . Agnes M. Ring • Michael P Rau, PE Allan. Rick Schmidt, PE. Engineers & Architects Offices St. Paul, Rochester, Willmar and St. Cloud. MN . Milwaukee, WI Website: www.bonestroo.com M TO: Jeannine Clancy, Larry Watts, Valerie Leone FROM: Mark Hanson SUBJECT: 1197 Infrastructure Improvements —Area 2 Final Project Cost/Assessment Project No. 567, File No. 34206 DATE: July 29, 1 998 We have determined the final project costs (including indirect costs) for the above project which are compared to the amount estimated in the preliminary report. As noted, the final amount is 8.7% over the amount for those portions included in the preliminary report while the amount to be assessed is 2.6% below the amount estimated in the preliminary report. The final assessment rate is also 2.6% below the rates estimated in the preliminary report which is listed below: Preliminary Report Final Commercial Rate $105.97/FF $103.18/FF Residential Rate $70.64/FF $68.78/FF Rate/Unit (10.5FF/Unit) $742.00/Unit $722.26/Unit The breakdown of the final project cost is as follows: Amount Assessed $713,035.71 City Cost 563,222.42 Amount Assessed City (Begin Park) 23,318.48 Total $1,299,576.61 2335 West Highway 36 ■ St. Paul, MN 55113 ■ 612-636-4600 ■ Fax: 612-636-1311 PreliminarReport Final % Deviation Sanitary Sewer 19,000 29,222.11 Storm Sewer 225,150 310,957.43 Street (Assess) 756,240 736,354.19 -2.6% Sidewalk 60,100 76,487.46 Subtotal 1,060,490 1,153,021.19 +8,7% Miscellaneous Utilities 137,924.02 Change Order No. 12 8,631.40 Total 1,299,576.61 As noted, the final amount is 8.7% over the amount for those portions included in the preliminary report while the amount to be assessed is 2.6% below the amount estimated in the preliminary report. The final assessment rate is also 2.6% below the rates estimated in the preliminary report which is listed below: Preliminary Report Final Commercial Rate $105.97/FF $103.18/FF Residential Rate $70.64/FF $68.78/FF Rate/Unit (10.5FF/Unit) $742.00/Unit $722.26/Unit The breakdown of the final project cost is as follows: Amount Assessed $713,035.71 City Cost 563,222.42 Amount Assessed City (Begin Park) 23,318.48 Total $1,299,576.61 2335 West Highway 36 ■ St. Paul, MN 55113 ■ 612-636-4600 ■ Fax: 612-636-1311 The final assessment roll is attached. The final construction cost compared to the bid amount is summarized below: The assessment hearing schedule is as follows: Declare Cost/Prepare Assessment Roll August 24, 1998 Call Assessment Hearing (October 12, 1998) September 14, 1998 Assessment Hearing October 12, 1998 Bid Amount Final Construction % Deviation Sanitary Sewer 28,388.26 24,169.50 Storm Sewer 256,877.40 257,204.40 Street 607,498.00 586,178.15 Sidewalk 49,070.00 63,262.50 Miscellaneous Utilities 129,879.62 114,076.46 Total 1,071,713.34 1,044,891.01 -2.5% The assessment hearing schedule is as follows: Declare Cost/Prepare Assessment Roll August 24, 1998 Call Assessment Hearing (October 12, 1998) September 14, 1998 Assessment Hearing October 12, 1998 FROM:_ CITY 0E NEW HOPE FRX�NO.: 5315136 88- 19 - 9 ` 8 .91:59P P RN ASSM ROLL 1997 tASTRUC'j' = 04 PROYEA4ENTS - A � PROJECT NO. 367 SAftZE 8 Lodoen Addition Block 1 . Lots 1 Mroarl4nd Heights) 40 l t 6N M E'A 420(') NA $722.26 $28,890. PID 06- 718- 21 -42-M thaw Hope Village) 72 Tares Rud Addition 756(1(2 NA 722.26 92,002.72 Block 1, Lots 2-4 Block 2, Lots l - (New Haile Gardens) Scc tiol7 6 N % SE 1,4 77 808.590) NA 722.26 53,614.02 • PID 6 - 118 -21- 42-003 (Continental Village) PID ( 40 4200) NA 722.26 (Continental Village) 16 28,890.40 Section b 5 K SE 4 168(q NA 722.26 11.556.16 Pt1) 06- 118 -21- 43-001 (C7akwow m ) SCCtica 6 S rh SE 1 ,4 324,5", NA 722.26 49,835.94 PID 06 -118- 214401 Qi08tcrnun - lSD 28 1) PID 0& 17 8.- 2144.04 2694(» I03,19 NA 277,966.92 (Wituretka -ISD 28 1) North Ridge Care Center Addition 04 103.18 NA 31,032,83 Block 1, Lot 1 PM Wl 18- 2143 -36 90 Block 1, Lot 1 PID 06- 1 18 -21- 4:x•037 A45") NA 722.26 65,003.40 Begin Park 8949 103.18 339.03 68.78 NA 92.242.92 TOTAL NA 2331848 8, ,ti3 $73613"19 �. 4.082.60 CotiurrerciaUtndustrial 4,381.03 Res idential (I) Residential assesxable footage at X5 F:F✓linilt (2) Cumme±rc"Windustrial asxessable cti VILLAGE > GREEN �56th Av,@-:--N < GOLF z 13' 0 COURSE 16' qSs KE RD wl RESEARCH CENTER 1 'al Im No ar ing ark 3.n Zeala venue (Ba ss Lk. Rd. to 56th Av . N) I N ORTH RIDGE APARTMENTS NORTH RIDGE Add 8' Wide Parking Lane_ West Side = _ !ealand Avenue (54th Ave. N to 56th Ave. N) NURSING HOME Bass `_ (j z > - 0 C: C: 16 11'13' 0 > N X No Scale 56TH AVE N HOSTERMAN MIDDLE SCHOOL STREET RECONSTRUCTION (TYPICAL) 55TH AVE N 0 54TH AVE N STREET IMPROVEMENTS — AREA 2 I 55th Ave. NJ, Q) > 16' < 13' No ar ing ark 3.n Zeala venue (Ba ss Lk. Rd. to 56th Av . N) I N ORTH RIDGE APARTMENTS NORTH RIDGE Add 8' Wide Parking Lane_ West Side = _ !ealand Avenue (54th Ave. N to 56th Ave. N) NURSING HOME Bass `_ (j z > - 0 C: C: 16 11'13' 0 > N X No Scale 56TH AVE N HOSTERMAN MIDDLE SCHOOL STREET RECONSTRUCTION (TYPICAL) 55TH AVE N 0 54TH AVE N STREET IMPROVEMENTS — AREA 2 I 55th Ave. NJ, Q) > 16' < 13' I No Sccl e NEW HOPE, MINNESOTA FIGURE 3 CONCEPT REPORT INFRA STRUCTURE IMPROVEMENTS 34198FO3.DWG FEBRUARY 1997 COMM. 34198 -Add 8' Wide Parking Lane 55th Avenue N (Winn. Ave. to Zealand Ave.) BEGIN PARK WINNETKk ELEMENTARY SCHOOL F-A in 8onestroo Rosene Anderlik & Associates ;17 Originating Department Public Works By: Guy Johnson Lo Approved for Agenda 11-23-98 Agenda Section Consent Item No. 6.7 MOTION APPROVING FINAL PAY REQUEST TO RYAN CONTRACTING, INC. IN THE AMOUNT $57,220.33 FOR THE 1997 AREA 2 INFRASTRUCTURE IMPROVEMENT PROGRAM, (PROJECT 567). Ryan Contracting, Inc. has requested final payment for work related to the 1997 Area 2 Infrastructure Improvement Project. The final pay request is in the amount of $57,220.33. The total value of the completed construction was $1,056,648.90. This amount is $22,203.38 (2%) under the contract amount. The City Engineer's office reports that all work has been satisfactorily completed and recommends that final payment be made to Ryan Contracting Inc. in the amount of $57,220.33 Staff recommends approval of the motion. MOTION BY SECOND BY 0i), mtx, TO: Review: Administration: Finance: YOU Bonestroo, Rosen € >, Anderlik and Associates, Inc. is an Affirmative Action /Equal Opportunity Employer Principals: Otto G. Bor'iestroo, P.E. • Joseph C. Anderlik, RE. • .Marvin L. Sorvala, R.E. - Richard E. Turner, RE. • Glenn R. Cook, P.E. • Robert G. Schunicht, RE. • Jerry A. Bourdon, P.E. Robert W. Rosene, P.E. and Susan M. Eberlin, C.P.A., Senior Consultants Associate Principals: Howard A. Sanford, RE. • Keith A. Gordon, RE. • Robert R. Pfefferle, P.E. Richard W. Foster, P.E. • David O. Loskota, P.E. • Robert C. Russek, A.I.A. • Mark A. Hanson, P.E. Michael T. Rtautmann, P.E. • Ted K.Field, P.E. • Kenneth R Anderson, P.E. • Mark R. Rolfs, P.E. Sidney P Williamson, RE., L.S. • Robert F. Kotsmith • Agnes M. Ring • Michael P. Rau, RE. Allan Rick Schmidt, RE. Offices.' St. Paul, Rochester, Wilimar and St. Cloud, MN • Milwaukee, WI Website: www.bonestroo.com November 10, 1998 Mr. Tom Schuster City of New Hope Public Works 5500 International Parkway New Hope, MN 55428 Re: Area 2, 1997 Infrastructure Improvements City Project No. 567 Our File No. 34206 Dear Tom: The contract for the Area 2 Street improvements is complete. All final punch list and repair work was completed last summer. Please refer to the final pay request for the final pay amounts. Attached along with the request is the IC -134 form. It is recommended that Ryan Contracting, Inc., be paid in full for the work completed. This includes the release of the project retainage. The final contract amount is $22,203.38 under the revised contract, which is approximately a 2 percent decrease. If you any further questions please feel to contact me at 604 -4888. Sincerely, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. Glenn R. Gustafson GRG:gg Attachments 2335 West Highway 36 a St. Paul, MN 55113 a 612 -636 -4600 x Fax: 612 -636 -1311 i Bonestroo Rosen Owner: City of New Hope. 4401 X lon Avenue North, New Hope, MN 55428 Date: October 15, 1998 ElrtcierliC Assodat For Period: June 29. 1998 to October 15, 1998 Request No: 7 & Final " & &mitt Contractor: Ran Contracting. Inc., 8700 13th Avenue East, Shakopee, MN 55379 Sc ,,j. bmwaduroe REQUEST FOR PAYMENT AREA 2 -55TH AVENUE, 56TH AVENUE XYLON AVENUE, ZEALAND AVENUE 1997 INFRASTRUCTURE IMPROVEMENTS PROJECT NO. 567 File No. 34206 SUMMARY 1 Original Contract Amount $ 1,071,713.28 2 Change Order - Addition $ 7,139.00 3 Change Order - Deduction $ 4 Revised Contract Amount 5 Value Completed to Date 6 Material on Hand 7 Amount Earned 8 Less Retainage 0% 9 Subtotal 10 Less Amount Paid Previously 11 AMOUNT DUE THIS REQUEST FOR PAYMENT NO. 7 & Final Recommended for Approval by: BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. Specified Contract Completion Date: $ 1,078,852.28 $ 1,056,648.90 $ 0.00 $ 1,056,648.90 $ 0.00 $ 1,056,648.90 $ 999,428.57 $ 57,220.33 Approved by Owner: City of New Hope Date: 1 :\34194206\Aequest7fina1.wb2 1:\34\34206\Request7fina1.wb2 Contract Unit Quantity Amount No. Item Unit Quantity Price to Date to Date 2021.501 Llobilization LS I 45,000.00 1.0 45.000.00 2101.502 Clearing tree EA 9 300.00 1 300.00 2101.507 Grubbing tree EA 9 200.00 1 200.00 2104.501 Remove concrete curb and gutter LF 9,480 2.00 10,626 21,252.00 2104.501 Remove manhole and catchbasin EA 18 275.00 23 6,325.00 2104.501 Remove sewer pipe (storm) LF 765 8.00 765 6,120.00 2104.501 Remove retaining wall LF 375 5.00 200 1,000.00 2104.503 Remove concrete sidewalk SF 19,200 0.50 19,871 9,935.50 2104.503 Remove concrete pavement SY 250 8.00 180 1,440.00 2104.503 Reclaim bituminous pavement SY 18,000 1.00 18,000 18,000.00 2104.503 Remove bituminous SY 2,130 2.00 1,001 2,002.00 2104.505 Remove concrete driveway pavement SF 225 1.00 440 440.00 2104.509 Remove and install concrete steps EA 1 750.00 1 750.00 2104.511 Sawing concrete pavement full depth LF 150 3.00 125 375.00 2104.511 Sawing concrete driveway and walk LF 320 4.00 40 160.00 2104.513 Sawing bituminous surface LF 1,900 2.00 1,900 3,800.00 2105.501 Common excavation CY 6,850 4.00 5,121 20,484.00 2105.507 Subgrade excavation SY 6,600 4.00 7,009 28.036.00 2105.521 Granular borrow (CV) CY 6,600 10.00 7,534 75,340.00 2105.525 Topsoil borrow (LV) CY 710 12.00 1,149 13,788.00 2105.533 Salvage reclaimed material (CV) CY 2,100 4.00 2,100 8,400.00 0112.602 Subgrade preparation SY 8,100 0.45 19,808 8,913.60 0123.601 Street sweeper w /pickup broom HR 20 70.00 36 2,520.00 2130.501 Water MG 500 5.00 2130.503 Motor grader HR 100 90.00 25 2,250.00 2211.501 Aggregate base, Class 5 TN 5,000 7.30 5,117.14 37,355.12 2301.503 Concrete pavement SY 250 33.00 180 5,940.00 2331.508 Type 41 bituminous wear course TN 1,500 25.50 1,967.45 50,169.98 2331.514 Type 31 bituminous base course TN 3,000 25.00 2,492.18 62,304.50 0331.601 Bit. wearing course for driveway & patching TN 170 60.00 56.11 3,366.60 0331.603 Sawed/sealed joint LF 1,400 5.00 1,329 6,645.00 2357.502 Bituminous material for tack coat GL 1,510 1.00 1,250 I,250.00 0503.602 Plug openings in abandoned storm sewer EA 12 100.00 12 .1,200.00 0504.602 Adjust valve box EA 16 145.00 16 2,320.00 0506.503 Reconstruct manhole LF 13 175.00 8 1,400.00 0506.503 Reconstruct catchbasin EA 2 400.00 2 800.00 0506.511 Reconstruct concrete rings LF 10 175.00 10 1,750.00 0506.522 Adjust frame and ring casting EA 18 175.00 20 3,500.00 1:\34\34206\Request7fina1.wb2 2511.515 Geotextile fabric, Type V SY 4,500 1.00 5,352 5,352.00 2521.501 4" Concrete walk SF 17,235 2.00 22,286 44,572.00 2521.501 6" Conc. walk, exposed agg. for ped ramps SF 1,000 5.00 1,751.0 8,755.00 2531.501 B618 concrete curb and gutter LF 9,477 6.00 10,775 64,650.00 0531.501 Reinforcing of curb and gutter LF 400 1.00 400 400.00 0531.604 7" concrete valley gutter SY 700 33.00 40 1,320.00 2531.507 8" concrete driveway detail 4-4A SY 600 34.00 506.00 17,204.00 0563.601 Traffic control LS 1 15,000.00 1.0 15,000.00 2564.531 Furnish and install sign panels, Type C high intensity SF 315 24.00 315 7,560.00 0564.602 Pavement message (left arrow) paint EA 3 45.00 6 270.00 0564.602 Pavement message (only) paint EA 3 35.00 0564.603 Pavement markings 4" solid white paint LF 4,500 0.19 5,464 1,038.16 0564.603 Pvmt. markings, 4" solid double yellow paint IF 4,600 0.36 5,122 1,843.92 0564.604 Zebra crosswalk - white paint SF 1,200 0.75 1,152 864.00 SP -1 Catch basin erosion control per Detail 7 -13 EA 53 50.00 2573.502 Silt fence per detail SP -89A LF 200 2.00 2575.505 Sodding, Type lawn, with 4" topsoil SY 9,650 1.90 14,787 28,095.30 SP -2 Relocate mailboxes, salvage & reinstall existing mailboxes LS 1 1,000.00 1 1,000.00 Total Part 1 - Streets $652,756.68 Part 2 - Storm Sewer 2502.541 4" PE Perf. Drain tile w/ sock LF 3,700 9.00 3,883 34,947.00 2502.601 Connect drain tile to catch basins EA 35 70.00 28 1,960.00 2503.541 12" RCP, Design 3006, Cl. 5 in place LF 2,500 20.00 2,446 48,920.00 2503.541 15" RCP, Design 3006, Cl. 5 in place LF 750 21.00 732 15,372.00 2503.541 18" RCP, Design 3006, CL 5 in place LF 1,372 22.00 1,523 33,506.00 2503.541 21" RCP, Design 3006, Cl. 3 in place LF 360 24.00 370 8,880.00 2503.541 24" RCP, Design 3006, CL 3 in place LF 105 28.00 107 2,996.00 2503.541 Jack or auger 18" RCP including casing LF 81 175.00 81 14,175.00 0503.603 Improved pipe foundation LF 4,700 0.01 4,700 47.00 0506.603 Mechanical trench compaction LF 4,640 0.01 4,640 46.40 2506.502 Std. 4' diameter MH w/ R1642B casting EA 11 1,350.00 12 16,200.00 2506.502 Std. 4' diameter CBMH w/ R3067V casting EA 27 1,500.00 23 34,500.00 2506.502 Construct 4' Dia. CBMH w/ R3067V casting over existing pipe EA 2 1,800.00 2 3,600.00 2506.502 Construct 4' Dia. MH w/ 1642B casting over existing pipe EA 2 1,800.00 3 5,400.00 2506.502 Construct 2' x 3' CB w/R3067V casting EA 29 1,000.00 30 30,000.00 1A34134206\Request7fina1.wb2 2506.502 Connect to existing manhole 0506.602 Connect to existing pipe SP -3 4" wye core cut into 18" RCP SP -4 4" PVC in place SP -5 Connect to existing 4" drain pipe SP -6 Connect existing 4" into CB manhole SP -7 Manhole depth greater than 8' deep Total Part 2 - Storm Sewer Part 3 - Utilities 2104.509 Remove existing hydrant 2503.511 8" PVC, SDR 35, 10' - IT deep 2503.511 8" PVC, SDR 35, IT -14' deep 2503.511 8" PVC, SDR 35,14! - 16' deep 2503.511 8" PVC, SDR 35,16'- 18' deep 2503.511 6" PVC, SDR 26 service 2506.508 Standard 4' diameter MH w/ 1642B casting 0503.511 CIosed circuit TV inspection 0506.603 Manhole depth greater than 8' deep 0503.603 Improved pipe foundation per 6" depth 0503.602 8" x 6" wye 0503.603 Mechanical trench compaction 0503.603 8" DIP, Class 52 water main 0503.603 6" DIP, Class 52 water main 0503.603 Connect to existing service 0503.620 Cast iron fittings 0504.602 6" gate valve and box 0504.602 8" gate valve and box 0504.602 5" valve hydrant 0504.603 Water main offset - Bass Lake Road 0504.603 Watermain offset - Xylon Avenue 0504.605 2" insulation in place Total Part 3 - Utilities Part 4 - Miscellaneous Utility Repair SP -8 Core drill & seal exist. MH on Nevada Ave. SP -9 Construct new inverts in MH per detail Nevada Avenue SP -10 8" PVC, 10'- IT deep in pl- Nevada Avenue SP -I 1 Street repair Nevada Avenue EA 5 500.00 3 1,500.00 EA 1 200.00 1 200,00 EA 3 140.00 4 560.00 LF 200 10.00 217 2.170.00 EA 3 50.00 7 350.00 EA 2 100.00 3 300.00 LF 31 75.00 21 1.575.00 LF 400 2.00 798 $257,204.40 EA 2 300.00 2 600.00 LF 260 20.00 298 5,960.00 LF 86 29.00 57 1,653.00 LF 40 35.00 109 4,360.00 LF 40 60.00 LF 30 30.00 34 1,020.00 EA 2 1,270.00 2 2,540.00 LF 400 2.00 798 1,596.00 LF 13 75.00 9 675.00 IF 400 0.01 330 3.30 EA 1 100.00 1 100.00 LF 526 0.01 526 5.26 LF 30 25.00 LF 40 24.00 84 2,016.00 EA 1 200.00 1 200.00 LB 310 2.00 535 1,070.00 EA 1 450.00 1 450.00 EA 1 550.00 EA 2 1,380.00 1.2 1,656.00 LS 1 1,900.00 1 1,900.00 EA 1 1,900.00 1 1,900.00 SY 80 11.00 75 825.00 324,169.56 EA 2 1,800.00 2 3,600.00 EA 2 450.00 2 900.00 LF 11 74.00 11 814.00 SY 175 40.00 109 4,360.00 1:\34\34206\Request7fina1.wb2 SP -12 Pipe repair at CSAH 10 and Winnetka LS 1 2,500.00 1 2,500.00 SP -13 Street repair Winnetka Ave. & 55th Ave. SY I75 40.00 160.57 6,422.80 SP -14 Sanitary sewer repair Winnetka Avenue and 55th Avenue LS 1 2,500.00 1 2,500.00 SP -15 Sanitary sewer bypass pumping Winnetka Avenue LS 1 12,500.00 1 12,500.00 SP -16 Sanitary sewer bypass pumping Boone Ave. LS 1 12,500.00 1 12,500.00 SP -17 10" PVC, SDR -35, 10'- 12' deep in place Boone Avenue LF 230 14.00 224 3,136.00 SP -18 10" PVC, SDR -35, 12'- 14' deep in place Boone Avenue LF 230 16.00 224 3,584.00 SP -19 Mechanical trench compaction LF 460 0.01 460 4.60 0503.603 Improved pipe foundation 6" thick LF 920 M01 920 9.20 SP -20 10" x 6" wye EA 1 225.00 2 250.00 SP -21 6" PVC service LF 10 20.00 18 360.00 SP -22 Connect to existing manhole EA 2 500.00 2 1,000.00 SP -23 Connect to existing pipe EA 2 200.00 2503.541 12" RCP, Design 3006, Class 5, 0'- 8' deep LF 182 25.00 216 5,400.00 0503.603 Mechanical trench compaction LF 182 0.01 216 2.16 2506.502 Type H, 2'x Y CB w/R3067V casting EA 2 1,000.00 2 2,000.00 2104.502 Remove concrete curb and gutter LF 425 2.00 425 850.00 2104.503 Remove concrete sidewalk SF 2,350 0.50 2,350 1,175.00 2104.503 Reclaim bituminous pavement SY 1,800 1.00 1,800 1,800.00 2104.503 Remove bituminous SY 25 3.00 25 75.00 2104.505 Remove concrete driveway pavement SF 315 1.00 636 636.00 2104.511 Sawing concrete driveway and walk LF 24 5.00 24 120.00 2104.513 Sawing bituminous surface IF 435 2.00 681 1,362.00 2105.501 Subgrade excavation CY 1,800 4.00 525 2,100.00 0112.602 Subgrade preparation SY 1,300 0.45 950 427.50 2211.501 Aggregate base, Class 5 TN 1,450 9.00 418 3,762.00 2331.508 Type 41 bituminous wear course TN 110 30.00 235.52 7,065.60 2331.514 Type 31 bituminous base course TN 710 28.00 581.3 16,276.40 0331.601 Bituminous wear course for driveway TN 4 60.00 2357.502 Bituminous material for tack coat GL 200 I.00 10 10.00 0506.522 Adjust frame and ring casting EA 3 175.00 3 525.00 2521.501 4" concrete walk SF 2,250 2.90 2,130 6,177.00 2521.501 6" concrete walk, exposed agg. for ped. ramp SF 100 5.00 370 1,850.00 2531.501 B618 concrete curb and gutter LF 425 7.00 425 2,975.00 2531.507 8" concrete driveway detail 44A SY 32 35.00 70 2,450.00 0564.603 Pavement markings, 4" solid yellow paint LF 850 0.20 1.1344\34206�Request7final.wb2 2575.505 Sodding, type lawn with 4" topsoil SY 400 3.50 400 1,400.00 SP -24 Detour - Boone Avenue LS 1 2,500.00 1 2,500.00 Total Part 4 - Miscellaneous Utility Repair $115,379.26 Change Order No. 1 2,105.543 Coarse Aggregate TN 65 13.00 65 845.00 2575.505 Seeding w /mulch and fertilizer AC 1.8 800.00 1.8 1,440.00 SP -8 Sump connections EA 2 900.00 2 1,800.00 Total Change Order No. 1 54,085.00 Change Order No. 2 1 Bass Lake Road watermain offset LS 1 1,414.00 1 1,414.00 2 Boone/56th Avenue gate valve LS 1 470.00 1 470.00 3 Utah/55th Avenue draintile connection LS 1 1,170.00 1 1,170.00 Total Change Order No. 2 $3,054.00 Total Part 1 - Streets $652,756.68 Total Part 2 - Storm Sewer $257,204.40 Total Part 3 - Utilities $24,16956 Total Part 4 - Miscellaneous Utility Repair S 115,379.26 Total Change Order No. i $4,085.00 Total Change Order No. 2 $3,054.00 Total Work Completed to Date $1,056,648.90 1:134\34206\Request7flnal.wb2 PROJECT PAYMENT STATUS Owner City of New Hope Project No. 34206 File No. 34206 Contractor Ryan Contracting, Inc. CHANGE ORDERS No. Date ilncrrintinn A.........♦ 1 07/23/97 Storage yard / Sump connections 4,085.00 2 10/01/97 Watermain offset! ate valve/drain tile conned 3,054.00 3 489,466.80 38,744.82 774,896.32 Total Change Orders $7,139.00 PAYMENT SUMMARY Nn_ PPrind 1 Start 07/23197 246,684.70 12,983.41 259,668.10 2 07/23/97 08/20/97 489,466.80 38,744.82 774,896.32 3 08/20/97 09/17/97 98,904.37 43,950.31 879,006.18 4 09/17/97 11/04/97 64,629.54 47,351.86 947,037.27 5 11/04/97 03/04/98 8,790.28 47,814.51 956,290.20 6 03/04/98 06/29/98 90,952.88 52,601.50 1.052,030.07 7 06/29/98 10/15/98 57,220.33 1,056,648.90 8 9 10 Material on Hand Total Pa ment to Date $1,056.648.90 Original Contract $1,071,713.28 Retaina e, Payment No. 7 & Change Orders 7,139.00 Total Amount Earned $1,056.648.90 Revised Contract $1,078.852.28 1:\3341342061Request7flnai.wb2 'l111 Ilk Mrithholding Affidavit for Contractors This affidavit must be a pproved by the Minnesota Depa of Revenue before the state of Minnesota or any of its subdivisions can make firtal payment to contractors. pl ease MV or print dearly. This w ill b your ma ilirtq 1,W for returning the completed 16m. W en&s d a withholding tax ID number r CQ_MPW_)r — name — — — — — — — — — — — —' — — - Daytime phone !� RYAN CONTR,,ii .jkL q� work an ;�d_dm. 8700 13th "E E. Tool oontr*d amount MOM 1/yeof - 7 � work SHAKOPEE,, fic! City slate Zip Code /9? 0 Frq1*&t number I Protect -7 -n 5, 1=tion 4v in w, C Zip cO& proied O�Wmf llt..' 'zL Mr Did you h Aployee* work on this Proivd? os Na if no, who did the work? Check the box that describes your i in Jhe project and fill In a ll information requested, Sale contmaer Subcontreiclor iT... of �contractor who hired You p 4ten if you subcontracted out any work on this project, all of yo ur subcontrOctors must file their own IC -1 34 affidavits and have them certified b the Deportment of Revenue before you con file your affidavit. For each 5ubcontramr you hod, fill in the information below and attach u copy of each subcontractor's certified IC -1 34. If you need more space, attach a Separate Aeet- owner /Officer fluskn�SS name Ad AL5 /�f,2 t o J S 4 - 7 L&II-1- IV /v MAL_ 1, qC fE, t 74R 1je th a llimformation I hove filled in an this form is true and complete to the best of my knowted90 and belief. I auffiotize the Deportment of Revenue t disclose pertinent informosion mloting t this project; including sending copies of thIs form, ta. the prim* conhactw it I am a Subcontractor, ct6r, an d t agenq. and to any subcontractors it I am 0 Prime COD" no Tifle 0 -6610 De ,is NO, MN 55146 Mail tozz �MNOept. of keve ,.. W�66cdJdmq �Dili n, Mbit Sta tion 66 10, $t, Based on records of the MitlnesOtO DePQ"Me of Revenue, I certify that the contractor who h s thi 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 serYiCes W ith the state of Minnesota and /or its .subdivisions. Deportment of Revenue approval Date ') A Inria E d1p LOIEO I cl LOZE t768 ET9 ON I iDHaNOO NHA J ":17T 9662 -02-130 Form Minnesota Department of Revenue IC-1 34 t Fiey. 9/69 Withholding A"idavit for Contrac This affidavit must be approved by the Minnesota Department of Revenue before the State of Minnesota or any, of its subdivisions can make final payment to contractors. Eam Put SERVICESt 1140. ACOrM 7$07 Lake Drive city State zip case .Lino LakeS, Minnesota 55014 relapnong number (612) 786-8041 Did you have e mployees, work on this project? Yes it none, explain who did the work; Minnesota ID M.Mber 5050874 IVIVINY01 WQTK 4&9 06497 work ended 07-97 Total (*nlrA0t arhOUM _$ 555-00 'Amount 6141 due: $ 627.75 - rastructure Area 2 Proiect num�eri on - ; New Hope, Address Ne w Hope, Minnesota I ------ — will 111111110� -- M M. Ch&ok the box that describes your Involvement in the project and fill in ali;nformation requested in that category: 0 sole contractor , Subcontractor if you are a subcontractor, fill in the name and address of the contrao or that hired you., Ryan Contracting, 111c, — 8 700 :13th Ave East S . ba - ko I pee I MN ....., -5 5 3 7 9 Prime Contractor If you subcontracted out any work on this prOjeCt, all of your subcontractors must file their own 10-1 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 cQPY of each subcontractor's C ertified IC-134- (it you need more space, attach a separate sheet.) Busine nmrs A dress 0�jner/Officpl v V . - 76 — eciari - iiisi all inf9mmation I have filled in on this f0fM is true ell the Deparlmont o f R gv(ynve to di perlineAtWorrination to the prime coffitkolor if I 3T a subcontractor, and 10 any_wbcor -aniplete to the best Of my KnOW 1019 ow"w" ' --' — ating to this project, Including sending copied of this fOem, etors it I am a prime conIt2CtOr, and to the 00111201in a Onq!-- VP- Administration For certification, mail to: Minnesota Department of Revenue, Business Trust Tax Section Mail Station 6610 S1, Paul, MN 55146-5610 Certif icate'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 Statute.$ 290.$2 and 290,97 concerning the withholding of Minnesota income tax from wages paid to employees relating to contract services with the state of Minnesota ancitor its subdivisions. 0416 �ign - 01 — h ut — hori z V"O' De a " t ' n ' l'o I R ave nue OCT 210120 1 J Zozc V68 ET9 ON I iDUUNOD NUM t7v:t?T 866T-02-100 osr��raa Forst le -1 34 ROV. 11 Jed Minnesota Department of Revenue ithholdinq Affidavit for Contractors Thic affidavit must be approved by the Minnecote Department of Revenue before the Mate of Minnesota or any of its subdivisions can make finkil poyMem to contractors. Company name PRECISION PAVEMENT MARKING INC lAddrass 14280 JAMES ROAD city State ZIP Code RO GERS MN $6474 MonthJyear work Cogan Ss �97 Month/vear work ended Jun -98 Total contract amount' $3,821 Amount still due. $3,615.72 Project number CP 567 Project location NEW HOPE Project owner: CITY OP NEW Address Pleeso type or Rant clfwly above. ThiS will he your mailing label far returning the completed form. Telephone number (612)529 -7920 Did you have ornploye0s work on this project? If none, explain who dies the work: YES Check the box #flat d+ scribes your involvement in the (DrOjOCt and fill In all inform "on requested in thalt caitegcry_ D ole contractor L Subconuartor If yqu arch a 3ubcontr$ct0r, fill in %t%o name anti address of the contractor that hired You: RYAN CONTRACTING; 8700 13TH AVE EAST, SHAKOPEE, MIS 55379 Prime C6ntracter If You subcontracted out any work an this project, all of your a0contractors must file their own IC-1 34 affidavit and flaw$ them certified by the oepartmem of Revenue before You van file your affidavit. Por each subcontractor you lead, fill in the business information below, and attach a copy of each subanntrmor's certified 1 0-134. (if you need more space, attach a separate sh0et.) Business name Address OwrnerlOfficer 5 deolara that all information ! have filtad ' an this form is true and completed to the best of my knowledge ©nd belief. I authori ;d the Dooartm em of Revenue to disclose pertinent information relating to this project, incturling sending copies of this form, to the crim contr i f I a m a SubGonv and t4 any sub if I am a prime Wntr800 r, and to the conuacting agenty. Title Date OFFICE MANAGER 29-Ju or ceril nation, mail original and one copy to: Minnesota DepartmenT of Revenue, Business Trust Tex Section Mail Stotion 6610, St Paul, MN 55146 -6610 Certi'ficace of Compliance with Mlnnesota income Tax Withholding Law BQsed on records of tho Minnesota Department of Ftavenoe, t certify that the contractor who has sighnad this certificate has fulfilled all the requirements of Minnesota statutes 290.02 and 280.87 concerning the withholding of Minnesota incOrfse tax from Sto r NA. 5000134 10:39 FAX 612 428 8675 PRECISION P'VMT M -r-.+ RYAN CONTRACTING ZO02/003 Minnesots ID number 1 088443 Loli7o I a L®FS 1768 FT9 ON I lOUaNOO NUA1 I St^ : tT 866T -02-100 JUN 18 1998 ffNNESQT'.A. Department of Revenue �4 Y �aYF: {r inn Affidavit for Cicintractors This offidavit most b approved by the Minnesolrr Department of Revenue before the state of Minnesota of array of its s ubdivisions Carr make final payment to contractors. Please type trt'tprint cleady. Thlt VAII be your lnoifia caul for retuming the completed fiorm. (- t Qa i q ho {71 omp4ny rw�t I 5 874-6074 L eman CQm' _.— �dtess (6 615 US Ha � Cuy , Claire p�.!'ia.E'S Tric_ � � Toto(coat� 12 West, PO Brix 659 j $ 23 Stole ZOp t.,ade I 1 °'e1WN I t WI 54702 � . J � 23 Proied number Prr>iett tocaYton RCI # 4 5 4 project ow tr Additss CITY C3��I 902E h . pt es WC an this ProledT City $tote Zip code Yo IN- wig Y-; ove era Qt+e y Check the box that descirlbas your involvement in the project and filt in oil 'informoiion r equested. Sole contractor [ subccintractor Diame of contractor V'A- hired yav naarcas $700 13TH AVE E S K 0 Prime contractor — If you subcontracted out any work on this project, off of your stibcontmctars Must file their own iC.134 affidovits and have t`nem certified by the Depatyment of Reverrvc 6e�fGrre You colt file your affidavit. f=or earl, su6cantractar you had, fill jn'the. information below and attach a copy of each subcorrtraGtor's certified tC 13d_ 11 you Peed store apace, attach is sepacCtte aftieeta p veer C?fJ c r $vsinass ame Address 4 � of 6XM Pr if t am a subomtracfar, of 1 decldre tfiaf act tn[,Krnation 1 have fitlad in an this form is ova o tnctudm le send+ he b st of m this owtedg�ttho i mntroctor a the �eparfrrtent r 1agno k this Arot 8 A MM 221q0 * cl Z032 t768 FT9 ONI10U�UN0'J NklJ,�] St7:t T eGGT- 02 -1D0 MINNESOTA JUL -6 IM Depzirtnient of Revelltic .134 Vit f0jr Contrac withhold;nq Affi4l This q ffi�ovit must be approved by the Minnesota Deportment of Revenue beforri s C, a 0 Minnesota or any o f it su bdivisions can rpoke &no/ Payment 1 0 CO"t or print C j Vq +, M wi ll & your mailing Jobef for revning the compferea form. M. Aeswo wAhok 1 nvmb, C; BRAUN TURr FARMS m 6eigan G6 Total contract amount 2 9!10 0 2- 32 n d E, 0 9 - 7 o HAMPTON, MN $ ...... A;rqvnfstill due -ilk k 0 Pfoi#Kl number r { E a. state Zip toee Md­n U = Did you have n�PIOV­11. work on illil P,nj 0 Yft a if n who did Ilia work? Ch th box that describes your irsvolyernent;n the project and till it, all information requested Sole contractor Subcontractor bf Conirgqlq whO hired YOU must file their own work on this project at, f !r �Svlxo Prime contractor —if you s ubcoWroCled out any you If idavil, For each Subcontractor you had, fill in the information CIL ICA 3A affidavits and - have them certified by the Department of Revenue before yov call file your Ct 1 3A. If you ZN lion below and 006 0 Copy Of each subcontractor's certified IC- I. need more space, attoell a 51-POf0e Shccl- that km all i I hove fitted in *A ?his f is and complete to the best o F my kmowIvcIge and Wet. I or0hariz* th e DE men 1 of ' t declare ; r 'd ;"Ch1d;".9 sending copi#.4s of this forni tri the plane, I F I am a-sybContrVe"r, Wn"c Revrnv to di, - .,m 40finnt-111 1 kI th; Proi an d t any su b c omfocor.-, if I 47m prime Contractor, and to the contrachrly egency. 7itie Date C !actor's s signature Mttif to: — k MN FS I — A6.66 lion 6610, St, Paul, tTN peps " o Certificate of Compliance Based on reco rd!; of the Minnesota Department of Revenue, I ce rtif y that the contractor who has signed this certificate has f all the requirements of Minnesota Statutes 290.12 and 290,97 concerning the withholding o f Min income tox f rom wages paid to employees relating to contract serv'ccs w ith th state of MinneSO10 and/or it su bdivisions. vepo"Frt Qf 9eV*nVq Qppmlaf J U L 0 1 97 1998 L0/90'd 22ZE 66e FT9 ON 11013�IiNOD NW,�l 9rt e662 -02-100 LO CJ _id101 �y{ U Y y( L,..�y✓ 1I 3 r145.JLti LiL i4,..iil l/i 11- V L. LI L— Wifhholding Affidavit for - Con . , A-4 iris affidavit must be cppraved ay :he Minnesota Deportment of .,gevenue be fore the sta Minnesota ar any .f its subdivisions can make final poyment , , contrcc #ors. pro eer number Protect locorion 55TH AVE /56TH AVE - XYLON AVENUE - NEW HOPE Project owner Addrsaa City Mare Zip code .µms: CITY OF XEW HOPE Did yov hove employees work on :hit praiec:? 1 Yes 71 No if no, w,o s+td the work? .;, CneGk Fhc box `hat describes your rnvalverrrent in the project cod fill In trfl ;nformtttian requested, Sole contractor Subconfree or Nome or connector who hired you RYAN CONTRACTING, INC. 8700 13TH AVENUE EAST, SHAKOPEE, MN-55379--- Address Pritne contractor--if you subcontracted out any work on this ,project, all or your suocontractors must file their ow IC - 1 3A affidavits and have them cerified by ;tie Department or Revenue before you can fife your affidavit, for each subcontractor you had, fill in the information below and attach o cop y of a can su6contrc�c'or's certified 10 134.. if you need more s, ace, citcc a separate sheet. Bus;ness name Aagr�ss Uwner /Qifieer w:a r 4clare That oil iniarmction I nave 31W in on this ,vrm is hue and somRleta ro :rte bast of rri�t iSrt>7w and eiieF. 1 auNrarize :ha L?spor'hrtertt or Ag venue to disc:ose pertinent informcdon reldring ro ;his praioo, inciudAg sending copies of t form, ;tv the prime :Ontrod if tam a suvcar+traator, Ot­ and to 4ny subconttroc ars ii ! a contra< qr, Gad tp the eontracring agency - si ac ru Tide °ate SECRETARY JUDY 2. 1498 1 to: MN epr. ci Revenue, Witrihaiding Cilvision, iMcii -Sration 6610, Sit, Paui, PAN . 1 X6.54 i 4 Certificate of Compliance l an records or .h M innesota Department o f R ev enu e, 1 certify ,flat the contractor who h a s signed 'This certificate htts fuifiiled oil the requirements orMinnesata Statutes 294,92 ants 290.97 concerning the wiihht cling of Minnesota income tax from wades Acid to employees rioting ;a coniroGt services with the state of Minnesota cnd /or Its subdivisions. �epGrtmenr ol.2eventre Gdalavt:i _ r)C,tB Stec$ No. 9000 1 LOiLO'd LOZ2 VG8 ZT9 ONI1OHNINOD NaJ,�l Lb:tbT OGGT- 02 -1DO type or printciecrf . %h is will Ec your mdiling Cei Gr'ehtrning the cvm4leted form. �Plecse Ca+rsaany name _ — — — — T — — — Oayrime phone : Minnesota withhoicring tat tp eurnbet N ORTHWEST ASPHALT, INC. j 16121 445 -1003 5333310 Act}rmss 1 lotol co"teciv amount Month %yter work b"an x:9ki 145 L STAGECOACH ROAD 141, 897.15 JULY 1997 i I City 5rpre Lip Code Amount still due ; Month /yew work ended _:? t SHAKOPEE STN 55379 55,708.37 .TUNE 1998 -------- ....... —, - -- _ pro eer number Protect locorion 55TH AVE /56TH AVE - XYLON AVENUE - NEW HOPE Project owner Addrsaa City Mare Zip code .µms: CITY OF XEW HOPE Did yov hove employees work on :hit praiec:? 1 Yes 71 No if no, w,o s+td the work? .;, CneGk Fhc box `hat describes your rnvalverrrent in the project cod fill In trfl ;nformtttian requested, Sole contractor Subconfree or Nome or connector who hired you RYAN CONTRACTING, INC. 8700 13TH AVENUE EAST, SHAKOPEE, MN-55379--- Address Pritne contractor--if you subcontracted out any work on this ,project, all or your suocontractors must file their ow IC - 1 3A affidavits and have them cerified by ;tie Department or Revenue before you can fife your affidavit, for each subcontractor you had, fill in the information below and attach o cop y of a can su6contrc�c'or's certified 10 134.. if you need more s, ace, citcc a separate sheet. Bus;ness name Aagr�ss Uwner /Qifieer w:a r 4clare That oil iniarmction I nave 31W in on this ,vrm is hue and somRleta ro :rte bast of rri�t iSrt>7w and eiieF. 1 auNrarize :ha L?spor'hrtertt or Ag venue to disc:ose pertinent informcdon reldring ro ;his praioo, inciudAg sending copies of t form, ;tv the prime :Ontrod if tam a suvcar+traator, Ot­ and to 4ny subconttroc ars ii ! a contra< qr, Gad tp the eontracring agency - si ac ru Tide °ate SECRETARY JUDY 2. 1498 1 to: MN epr. ci Revenue, Witrihaiding Cilvision, iMcii -Sration 6610, Sit, Paui, PAN . 1 X6.54 i 4 Certificate of Compliance l an records or .h M innesota Department o f R ev enu e, 1 certify ,flat the contractor who h a s signed 'This certificate htts fuifiiled oil the requirements orMinnesata Statutes 294,92 ants 290.97 concerning the wiihht cling of Minnesota income tax from wades Acid to employees rioting ;a coniroGt services with the state of Minnesota cnd /or Its subdivisions. �epGrtmenr ol.2eventre Gdalavt:i _ r)C,tB Stec$ No. 9000 1 LOiLO'd LOZ2 VG8 ZT9 ONI1OHNINOD NaJ,�l Lb:tbT OGGT- 02 -1DO