205-02 Utility & Street Construction Specs
PUBU
SPECIFICATIONS FOR:
UTILITY & STREET CONSTRUCTION
Prepared for:
Prepared by:
Project # 99360.06
Towne Lakes
6th Addition
Multi-Family &
Single-Family Residential
Albertville, MN
February 2005
Contractor Property Developers Company
3030 Centre Point Drive, Suite 800
Roseville, MN 55113
Contact: Dave Hempel
Westwood Professional Services, Inc.
7599 Anagram Drive
Eden Prairie, MN 55344
Phone 952-937-5150, Fax 952-937-5822
Contact: Fran HaQen II
MINNESOT A DEPARTMENT OF HEALTH
Division of Environmental Health
This is to certify that this is a copy of the
p!M referred to In approJiet~rlO~olf~ter
ImW9\'QItlGt'\h, dated
INSTRUCTIONS TO BIDDERS
1. PROPOSALS. A separate copy of the Contractor's Proposal or bidding blank is included in loose fonn
with this manual. All proposals must be on these official blanks. Any alteration of the Proposal fonn
may be cause for rejection of the Proposal. Additional copies may be obtained at the office of the
Engineer.
2. DELIVERY OF PROPOSALS. Each proposal and all papers bound and attached thereto shall be
placed in an envelope and securely sealed therein. Envelopes shall be so marked as to indicate the
following:
A. Bid for
TOWNE LAKES 6TH ADDITION
I r 'n:\.... !E IG IU \VI I!: '-1-"1"\.
11111r-- I I
Ii .~."/ ( I I
,I i"" '\ I ' i
1111 j '.' J U M 2 3 2001:; \IIII!
I ~! l d Ii ..J i \cue" ,
'bi ~J! 1.....1
I pJ R~Lyl
L__.~.___.____.__._
B. Name of Bidder
C. To be Opened
The envelopes shall be addressed to the designated officials of the Owner. They may be mailed,
delivered by messenger, or submitted in person.
A faxed bid will be accepted for this project.
All proposals shall be at the office of the designated recipient before the time set for opening proposals.
Proposals arriving after the time designated for opening proposals will be returned unopened, or unread
should a faxed bid be allowed. Proposals arriving by mail after the designated opening time will be
returned to the sender unopened.
All bids will be opened and read privately, by the Owners, who will advise the Contractors as soon as
possible, of the decisions made.
3. CONDITIONS IN BIDDER'S PROPOSAL. The bidder shall stipulate in his proposal any conditions
for which provisions have not been provided on the proposal fonn.
4. WlTHDRA W AL AND MODIFICATION OF PROPOSAL. A Bidder may, without prejudice to
himself, withdraw, modify, or correct a proposal after it has been deposited with the Owner. Any
request for such withdrawal, modification, or correction must be filed with the Owner in writing or by
telegram, before the time set for opening proposals. The original proposal, as modified by such written
or telegraphic communication, will be considered to be the proposal submitted by the Bidder.
No proposal can be withdrawn, modified or corrected after the time set for opening proposals.
IE-I
r;;:',,\.. is (r'U j ;' il ~ r; p=- r......~
11 i ) j r~-~~~-' ~;~~,-~~~:,_-. IJ L'J 1~ r, 'I
!I :~"'~; i --1, I ill
:I r-" ! ! I' I II
!I i ll; f _! I q
!!: i '. : i " ,. I ." I!,
,I' j' j ,; L..{. __)i Ii
7. BID SECURITY. No bid security is required for this project. pJ U i ~ . ,; ! L L;:/ i
! I I ,- I
: !'~,~,-----,--^~""~----,--,,-,"-~-_,,--1 i
8. INTERPRETATIONS OF PROPOSAL ESTIMATES. The quantities as showp fi1!tn~i~~s~~ ppt) \l i
estimated and are furnished only as a basis to prepare a bid and to determine theIo\\rBidoer:.The:::.:....,...,....._.~. '
quantities shown in the Proposal are not guaranteed to be exact. The Contractor agrees that he will
make no claim for anticipated profits, or for losses because of any difference between the work actually
done or materials furnished and the estimated quantities stated in the agreement.
9. INTERPRETATION OF CONTRACT DOCUMENTS. If any person contemplating submitting a bid
for the proposed Contract is in doubt as to the true meaning of any part of the drawings, proj ect manual
or other Contract documents he may submit to the engineer a written request for an interpretation
thereof.
An interpretation of the documents will be made only by an Addendum duly issued. The addendum will
be mailed, sent by telecopy, or delivered to each person receiving a copy of said documents
(planholders) and become a legal and binding part thereof.
10. COMPETENCY OF BIDDERS. If so requested by the Owner, the Bidder shall furnish a complete
statement of his experience as well as the amount of capital and equipment available for the proposed
work. No contract will be awarded except to a responsible Bidder, capable of perfonning the class of
work contemplated.
Failure on the part of any Bidder to satisfactorily complete previous projects within the specified time,
or his lack of experience, equipment or capital necessary for the satisfactory completion of the work,
may be deemed sufficient cause for disqualification.
11. DISQUALIFICATION OF BIDDERS. Evidence that any Bidder is interested in more than one
proposal for the same project will cause rejection of all such proposals. Collusion between the Bidders
will be considered sufficient cause for the rejection of all bids.
I 2. AWARD OF CONTRACT. The Owner reserves the right to reject any or all bids, or to accept such bid
or bids as, in the opinion of the Owner, will be to the best of his interests. No Bidder may withdraw his
bid for at least ten (l0) days after the scheduled closing time for the receipt of bids. Comparison of bids
will be based on the total bid after the addition of the amount of the correct multiplication of each unit
price applied to the number of units or the total bid lump sum.
13. TIME OF PERFORMING CONTRACT. The Notice to Proceed with the work will be issued at the
pre-construction conference. The dates that work shall commence and be substantially complete are
stated in the Bid ProposaL
14. UNIT PRICES CONTROL. The total amount of the contract shall be based on the unit prices. The
total amount of the contract shall be the correct addition of the extended prices which in turn shall be
the correct product of the number of the units times the unit price.
15. TAXES. Each Bidder shall include and shall be deemed to have included in the prices quoted in the
Contractor's Proposal the amounts which it is estimated will be payable by the successful Bidder on
account of taxes imposed by any taxing authority upon the sale, purchase or use of materials, supplies,
or equipment incorporated in the project. All taxes, shall be payable by the Bidder awarded the contract
for the construction of the project.
IB-3
AGREEMENT
BETWEEN OWNER AND CONTRACTOR
ON THE BASIS OF A STlPULATED PRICE
THIS AGREEMENT is dated as of the ~ day of in the year 2005 by and
between CONTRACTOR PROPERTY DEVELOPERS COMPANY (hereinafter called OWNER) and
(hereinafter called CONTRACTOR).
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as
follows:
ARTICLE 1. WORK.
1.01 CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The
Work is generally described as follows: Utilities and Streets, Towne Lakes 6th Addition,
Albertville, MN
ARTICLE 2. THE PROJECT
2.01 The Project for which the Work under the Contract Documents may be the part is generally
described as follows: Utilities and Streets, Towne Lakes 61h Addition, Albertville, MN.
ARTICLE 3. ENGINEER
3.01 The Project has been designed by Westwood Professional Services, Inc., 7599 Anagram Drive,
Eden Prairie, MN 55344, who is hereinafter called ENGINEER and who is to act as OWNER's
representative, assume all duties and responsibilities, and have the rights and authority assigned to
ENGINEER in the Contract Documents in connection with completion of the Work in accordance
with the Contract Documents.
ARTICLE 4. CONTRACT TIMES.
4.01 Time of the Essence
A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for
final payment as state in the Contract Documents are of the essence of the Contract.
4.02 Days to Achieve Substantial Completion and Final Payment
A. The Work will be substantially completed on or before the date stated in the Bid Proposal and
completed and ready for final payment in accordance with paragraph 14.07 of the General
Conditions on or before the date stated in the Bid Proposal.
4.03 Liquidated Damages
A. CONTRACTOR and OWNER recognize that time is of the essence of this Agreement and that
OWNER will suffer financial loss if the Work is not completed within the times specified in
paragraph 4.02 above, plus any extensions thereof allowed in accordance with Article 12 of the
General Conditions. The parties also recognize the delays, expense and difficulties involved in
A-I
6.3 Final Payment
A. Upon final completion and acceptance of the Work in accordance with paragraph 14.07 of the
General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by
ENGINEER as provided in said paragraph 14.07.
ARTICLE 7. INTEREST
7.01 All money not paid when due as provided in Article 14 of the General Conditions shall bear interest
at a rate of 8.0% per annum.
ARTICLE 8. CONTRACTOR'S REPRESENTATIONS.
8.01 In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following
representations:
A. CONTRACTOR has examined and carefully studied the Contract Documents (including the
Addenda listed in Article 9) and the other related data identified in the Bidding Documents
including"technical data."
B. CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general,
local and Site conditions that may affect cost, progress, perfonnance or furnishing of the Work.
C. CONTRACTOR is familiar with and is satisfied as to all federal, state and local Laws and
Regulations that may affect cost, progress, perfonnance and furnishing of the Work.
D. CONTRACTOR has carefully studied all (l) reports of explorations and tests of subsurface
conditions at or contiguous to the site and all drawings of physical conditions in or relating to
existing surface or subsurface structures at or contiguous to the site (except Underground
Facilities) which have been identified in the Supplementary Conditions as provided in Paragraph
4.02 of the General Conditions and (2) reports and drawings of a hazardous Environmental
Condition, if any, at the Site which has been identified in the Supplementary Conditions as
provided in paragraph 4.06 of the General Conditions. CONTRACTOR acknowledges that such
reports and drawings are not Contract documents and may not be complete for CONTRACTOR's
purposes. CONTRACTOR acknowledges that OWNER and ENGINEER do not assume
responsibility for the accuracy or completeness of infonnation and data shown or indicated in the
Contract documents with respect to Underground Facilities at or contiguous to the site.
E. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done
so) all such additional supplementary examinations, investigations, explorations, tests, studies
and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous
to the site or otherwise which may affect cost, progress, perfonnance or furnishing of the Work
or which relate to any aspect of the means, methods, techniques, sequences and procedures of
construction to be employed by CONTRACTOR, including applying the specific means,
methods, techniques, sequences, and procedures of construction, if any, expressly required by the
Contract Documents to be employed by CONTRACTOR, and safety precautions and programs
incident thereto.
A-3
11. The following which may be delivered or issued after the Effective Date of the
Agreement and are not attached hereto: All Written Amendments and other documents
amending, modifying or supplementing the Contract Documents pursuant to paragraphs
3.5 and 3.6 of the General Conditions.
A. The documents listed in paragraphs 9.01.A above are attached to this Agreement (except as
expressly noted otherwise above).
B. There are no Contract Documents other than those listed above in this Article 9.
C. The Contract Documents may only be amended, modified or supplemented as provided in
Paragraphs 3.05 of the General Conditions.
ARTICLE 10. MISCELLANEOUS
10.01 Tenns
A. Tenns used in this Agreement which are defined in Article I of the General Conditions will
have the meanings indicated in the General Conditions.
10.03 Assignment of Contract
A No assignment by a party hereto of any rights under or interests in the Contract Documents will
be binding on another party hereto without the written consent of the party sought to be bound;
and, specifically but without limitation, moneys that may become due and moneys that are due
may not be assigned without such consent (except to the extent that the effect of this restriction
may be limited by law), and unless specifically stated to the contrary in any written consent to an
assignment no assignment will release or discharge the assignor from any duty or responsibility
under the Contract Documents.
10.03 Successors and Assigns
A. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal
representatives to the other party hereto, its partners, successors, assigns and legal
representatives in respect to all covenants, agreements and obligations contained in the Contract
documents.
I 0.04 Severability
A Any provision or part of the Contract Documents held to be void or unenforceable under any
Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be
valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents
shall be refonned to replace such stricken provision or part thereof with a valid and enforceable
provision that comes as close as possible to expressing the intention of the stricken provision.
A-5
SUPPLEMENTARY CONDITIONS
TO THE
GENERAL CONDITIONS
The Standard General Conditions of the Construction Contract, EJCDC Document 1910-8 (1996
Edition), Articles 1 through 17 are hereby incorporated as the General Conditions of this Contract.
The articles contained in these following Supplementary Conditions may modify, delete or add to the
provisions of the General Conditions and shall take precedence over the General Conditions. Where a
portion of the General Conditions is modified or voided by these articles, the unaltered portion shall
remain in effect.
SCOPE OF PROJECT
This Contract shall consist of the furnishing of all labor, equipment and all else necessary to
complete the project in accordance with the plans and specifications. The work shall include, but
not be limited to: utility and street construction together with all appurtenant items in the
proposed Towne Lakes 61h Addition.
SC-l DEFINITIONS AND GENERAL TERMINOLOGY
SC-1.01 Defined Terms:
The terms used in these Supplementary Conditions or in the other Contract Documents and
Sections, have the meanings assigned to them in the General Conditions except as modified as
follows:
19. ENGINEER - The ENGINEER on this project shall be Westwood Professional
Services, Inc., 7599 Anagram Drive, Eden Prairie, MN 55344. Contact: Fran Hagen, II,
P.E. (952) 937-5150
30. OWNER - The OWNER of this project will be Contractor Property Developers
Company. Contact: Dave Hempel
42. Subcontractor - An individual, finn or corporation having a direct contract with
CONTRACTOR or with any other subcontractor for perfonnance of a part of the work
whether at or away from the site.
Whenever used in these Supplementary Conditions or in the other Contract Documents and
Sections, the following additional terms have the meanings indicated which are applicable to
both the singular and plural thereof
5 I. Access Road - That roadway used for egress and ingress to the construction site.
52. Bidder - An individual, firm or corporation who submits a bid for the work to be
perfonned. .
SC - 1
and if, in the opinion of the ENGINEER, any of the survey stakes or marks have been
carelessly or willfully destroyed or disturbed by the CONTRACTOR, the cost to the
OWNER for replacing them shall be deducted from the payments due to the
CONTRACTOR for the Work. CONTRACTOR shall provide ENGINEER
sufficient notice of need for construction stakes to allow ENGINEER 48 hours for
scheduling surveys and sufficient time to accomplish survey. CONTRACTOR shall
provide a clear line of site for staking as required and shall immediately notify the
ENGINEER if any points or stakes set are not true to line or grade or if the staking
appears to deviate from the plan.
SC-5 BONDS AND INSURANCE
SC-5.01 Perfonnance, Payment, and Other Bonds:
Add thefollowing to section 5.0I.A in THE STANDARD GENERAL CONDITIONS OF THE
CONSTRUCTION CONTRACT asfollows:
Bond fonns used shall meet statutory requirements. The Contractor will be required to provide a
maintenance bond and lien waivers as required by the City at the time of final acceptance of the
project. Final payment will not be made until this bond is secured.
SC-5.04 CONTRACTOR's Liability Insurance:
The limits of liability for the insurance required by paragraph 5.04 of THE STANDARD
GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT shall provide coverage for
not less than the following amount or greater where required by Law and Regulations:
Worker's compensation, etc. under paragraphs 5.04.A.I and 5.04.A.2. in THE
STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION
CONTRACT:
I. State:
Statutory
2. Applicable Federal (e.g. Longshoreman's):
Statutory
3. Employer's Liability:
$1,000,000 Per Accident
CONTRACTOR's Liability Insurance under paragraphs 5.04.A.3 through 5.04.A.5 in
THE STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION
CONTRACT which shall also include completed operations and product liability
coverages and eliminate the exclusion with respect to property under the care, custody
and control of the CONTRACTOR:
1. General Aggregate (Except Products - Completed Operations)
$1,000,000
2. Products - Completed Operations Aggregate
$1,000,000
3. Personal and Advertising Injury (Per Person/Organization)
$1,000,000
4. Each Occurrence (Bodily Injury and Property Damage)
$1,000,000
SC - 3
SC-6 CONTRACTOR'S RESPONSIBILITIES
SC-6.1O Taxes
Replace section 6.IO.A in THE STANDARD GENERAL CONDITIONS OF THE
CONSTRUCTION CONTRACT with the following:
CONTRACTOR shall pay all sales, consumer, use and other similar taxes, contributions
for unemployment insurance, workman's compensation insurance, old age
retirement benefits, life pensions and annuities required to be paid by him in
accordance with the law of the place of the Project.
SC-9 ENGINEER'S STATUS DURING CONSTRUCTION
SC-9.03 Project Representative
Add thefollowing to section 9.03.A in THE STANDARD GENERAL CONDITIONS OF THE
CONSTRUCTION CONTRACT:
Resident Project Representative (RPR) is ENGINEER's Agent, will act as directed by
and under the supervision of ENGINEER, and will confer with ENGINEER regarding
his actions. Resident Project Representative's dealings in matters pertaining to the on-
site Work shall in general be only with ENGINEER and CONTRACTOR, and dealings
with subcontractors shall only be through or with the full knowledge of CONTRACTOR.
Written communication with OWNER will be only through or as directed by
ENGINEER. RPR duties and responsibilities will be as follows:
Review progress and shop-drawing submittal schedules, and schedule of values
prepared by the CONTRACTOR. The RPR should consult with the ENGINEER
about acceptability of the work.
Attend conferences and meetings with the CONTRACTOR and prepare and
circulate minutes.
Serve as the ENGINEER's liaison with the CONTRACTOR and report to the
ENGINEER concerning the adherence to the progress schedule.
Log shop drawings and samples. The shop-drawing schedule should indicate
any work requiring a shop drawing or sample. The RPR should log
interpretations and clarifications as well as substitute proposals and field orders.
Review work perfonned, disapprove defective work, and verify that tests and
start-up procedures, as required by the contract documents, are accomplished.
Accompany the OWNER'S personnel and inspectors, or representatives of
agencies having jurisdictional interest, during site visits.
Receive requests for infonnation from the CONTRACTOR and transmit the
ENGINEER'S interpretations of the contract documents back to the
CONTRACTOR.
SC - 5
5. Advise, issue directions concerning, or take control over safety
precautions and programs.
6. Accept shop drawings or samples from anyone other than the
CONTRACTOR.
7. Authorize the OWNER to occupy the project in whole or in part, except
as specified in the construction contract.
8. Participate in specialized field or laboratory tests or inspections
conducted by others, unless specifically authorized by the ENGINEER.
SC-IO CHANGES IN THE WORK; CI,AIMS
SC-I0.05 Claims and Disputes
Amend thefirst sentence of section iO.05.A in THE STANDARD GENERAL CONDITIONS OF
THE CONSTRUCTION CONTRA CT to read as follows:
Notice: Written notice stating the general mature of each claim, dispute, or other matter
shall be delivered by the claimant to ENGINEER and the other party to the Contract
promptly (but in no such event later than 10 days) after the start of the event giving rise
thereto.
SC-12 CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES
SC-12.01 Change of Contract Price
Replace sections i 2.0i.B.i, i 2.0i.B.2, and i 2.0i.B.3 in THE STANDARD GENERAL
CONDiTIONS OF THE CONSTRUCTION CONTRA CT with thefollowing:
1. Where the Work involved is covered by unit prices contained in the
Contract Documents, by application of unit prices bid to the actual
quantities of the items involved. No adjustment in unit price bid will be
made for any increase or decrease in actual quantities of work from the
estimated quantity contained in the Contract Documents.
2. Where the Work involved is not covered by unit prices in the Contract
Documents, by mutual acceptance of a lump sum or by application of
the provisions of paragraphs 11.01 and 12.01.C of the General
Conditions.
SC-13 TESTS AND INSPECTIONS; CORRECTION.
REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK
SC-13.06 Correction or Removal of Defective Work
Add the following to section i 3. 06.A in THE STANDARD GENERAL CONDiTIONS OF THE
CONSTRUCTION CONTRACT:
SC -7
SPECIAL PROVISIONS
to the
STANDARD UTILITY SPECIFICATIONS
SCOPE OF WORK
This Contract shall consist of the furnishing of all labor, equipment and all else necessary to complete the
project in accordance with the plans and specifications. The work shall include, but not be limited to:
sanitary sewer, water main, stonn sewer, and services together with all appurtenant items in the proposed
"Towne Lakes 6th Addition", located in Albertville, Minnesota. Unless otherwise noted or modified
herein, all sections of the General Conditions shall apply.
] . SPECIFICATIONS WHICH APPLY
The specifications which apply to the construction of sanitary sewer and water main work as shown in
the plans shall be "Standard Utility Specifications for Water Main and Service Line Installation and
Sanitary Sewer and Storm Sewer Installation, 1999 Edition," as prepared by the City Engineer's
Association of Minnesota, City of Albertville Standard Specifications, and Joint Powers Water Board
Standard Specifications to the extent that they are modified by these special provisions.
2. STAKING
Staking for utilities provided by the ENGINEER shall be as follows:
Sanitary and Stonn Sewers (l complete set)
Main: 50' center, offset per CONTRACTOR's request
Manholes: location and grade of invert and rim (offset w/witness stakes)
Services: Wye location noted on cut sheets, services staked to property line with offset and
witness stakes
Water Main (1 complete set)
Main: 50' centers, offset per contractor
Hydrants/valves: line and grade with offset and witness
Tees & bends: as needed for construction
Services: location and grade at building with offset and witness
ENGINEER shall provide the CONTRACTOR's field foreman with copies of cut sheet indicating cuts
from stakes provided the same day the survey crew places stakes.
All work shall be scheduled with the OWNER anclJor the CONTRACTOR on site. Every attempt shall
be made to provide the requested staking within 24 hours of said request. Under no circumstances shall
the surveyor's response time be greater than 48 hours from request without notifying the owner.
3. SANITARY SEWER & STORM SEWER
A. Materials
I. Polyvinyl chloride pipe and fittings shall confonn with the requirements of A.S.T.M.
Spec. D-1784 using Type I, Grade 1 material, and shall have minimum wall thickness as
covered by S.D.R. - 35(heavy wall). . PVC pipe laid at depths of 16 to 35 feet shall have
SPU-l
be either molded or fabricated by the manufacturer. Fittings produced by manufacturers
other than the supplier of the pipe lengths shall not be pennitted without the approval of
the ENGINEER.
Couplings shall be corrugated to match the pipe corrugations and the width of shall not
be less than Yz the nominal diameter of the pipe. Split couplings shall be manufactured to
engage an equal number of corrugations on each side of the pipe joint. A neoprene-type
gasket shall be utilized with the coupling to provide a soil-tight and water-tight joint.
A manufacturer's certification that the product was manufactured, tested and supplied in
accordance with this specification shall be furnished upon request to the ENGINEER.
Installation shall be in accordance with ASTM recommended practice D-2321 or as
specified by the ENGINEER.
5. Sewer services shall be 4" Polyvinyl chloride pipe (PVC) S.D.R. - 26 (heavy wall). All
riser pipe shall be 4" Polyvinyl chloride pipe (PVC) S.D.R. - 26 (heavy wall).
6. Manhole castings and covers and catch basin castings shall confonn to the City of
Albertville Standards. Pipe entrance to manholes shall be sealed water tight with O-ring
gaskets.
Stonn sewer catch basin frames and covers shall be as noted on the plans.
Steps shall be included in manholes with a depth greater than 4'-0".
7. All cast iron fittings shall be mechanical joint unless otherwise indicated and shall be in
accordance with A WW A ClIO. All fittings shall be designed for not less than 250 psi
working pressure and shall have a standard thickness cement mortar lining conforming
with A WW A C104. Ductile iron compact fittings as specified in C153 with standard
thickness lining are acceptable in lieu of cast iron fittings. Lead-tipped gaskets will not
be approved for conductivity.
8. Inside drop systems shall be Royal Environmental Systems, Inc. "Intraflow Inside Drop
System" or city approved equivalent.
B. Construction Requirements
1. Trench widths must, in all cases, be held to a maximum width of two feet (2') greater
than the outside diameter of the pipe measured at the top of the pipe. The bedding of the
pipe shall be Class "C" or better.
2. Excavating operations shall proceed only so far in advance of pipe-laying as will satisfy
the needs for coordination of work and permit advance verification and unobstructed line
and grade as planned. The amount of open or unfilled trench shall not exceed 500 feet
unless ordered by the ENGINEER, and failure to comply with this requirement shall be
cause for shut-down of the entire job until such back-filling is accomplished. All trench
work MUST be confined to the right-of-way and easement areas as shown on the plans.
Should trenches extend into side yard areas, the Contractor must be aware of the
construction limits. Refer to the final plat for easements if they are not noted on the
plans.
SPU - 3
successive layer of backfill material shall be thoroughly compacted using suitable mechanical
compaction equipment.
Fill compacted with heavy, self-propelled compaction equipment shall be placed in lifts not to
exceed ]2 inches in loose thickness. Fill compacted with hand operated compaction equipment
shall be placed in lifts not exceeding 6 inches in loose thickness.
Each lift shall be compacted over the full width of the excavated area. The CONTRACTOR
shall carry out his compunction to insure that the material placed below 3' of the top of the
excavation and]' above the pipe shall be compacted to a minimum of 95% of standard proctor
dry density. The material placed in the top 3' of the trench as well as the aggregate base shall be
compacted in the same manner to a minimum of ] 00% standard proctor dry density.
Service trenches must be compacted in the same manner as the main trench. In areas where curb
and gutter exists, sufficient curbing shall be removed to allow the prescribed compaction over the
entire disturbed area.
Utilities installed in "green" areas (not below pavement) shall be compacted to a minimum of
90% of standard proctor dry density. Utilities installed in "green" areas (not below pavement)
adjacent to proposed or existing houses shall be compacted to the same requirements as under
streets.
At the time of compaction, the moisture content of the embankment material shall be not more
than 4% over the soil's optimum moisture content, as determined by standard proctor, where a
minimum of 95% of standard proctor dry density is required, and shall be not less than 65% nor
more than I 02% of the soil's optimum moisture content, as determined by standard proctor,
where a minimum of] 00% of standard proctor dry density is required.
The minimum moisture requirement shall not apply to materials classified by the ENGINEER as
Granular Material, nor shall the above specified moisture controls apply to materials placed
without specific density control. However, all materials placed without moisture control shall be
subject to the specified layer construction requirements. The soils report, as represented on this
project, may contain additional or more stringent requirements. In all cases, the soils report shall
govern the construction techniques used with respect to the compactive efforts on this project.
The CONTRACTOR is responsible for obtaining and understanding all requirements within this
report .
In all cases, the CONTRACTOR shall blade and compact the roadway after the trench has been
backfilled, so that it shall be passable to traffic and in a free draining condition at all times. The
CONTRACTOR shall maintain the roadway in a condition acceptable to the ENGINEER at all
times until final approval of the entire work by the OWNER. Water shall be used for dust
control and moisture conditioning of the soil and shall be applied as directed by the ENGINEER.
The CONTRACTOR shall remedy, at his own expense, any defects that appear in the backfill for
a period of one year following the final written letter of acceptance of the project from the City
and or'ENGINEER.
D. Testing
Prior to final acceptance of each section of sewer line, the CONTRACTOR shall flush a ball, the
full diameter of the sewer, through the line. This shall be done to remove any dirt or debris
SPU-5
No personnel will be allowed to enter completed sanitary sewer manholes without this equipment
immediately available for use by a "top man" stationed at the manhole. All safety equipment
shall remain the property of the CONTRACTOR.
F. Method of Measurement and Basis of Payment
I. Sewer pipe shall be paid for at the Contract Unit Price per lineal foot, which shall
include the cost of furnishing all pipe, pipe- bend sections, jointing material, bedding
material, and other material; and of delivering, handling, lying, de-watering, trenching,
sheeting and backfilling, compacting, restoring of all surfaces, necessary pennits, and all
material or work necessary to install the pipe, complete in place, at the depth 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 manholes, T-sections,
or bend-sections.
Length of branches will be measured from the centers of connecting manholes to the
center of the manhole. All lengths will be measured in a horizontal plane unless the
grade of the pipe is more than I 5 %. The depth of the cut for payment shall be defined as
the distance between the invert of the pipe at a particular point, and the intersection of
the vertical or plumb line, extended from the set point to the point of intersection of the
line with the ground surface as it exists at the time of construction.
2. Standard manholes, drop manholes, catch basins, and catch basin manholes shall be paid
for at the Contract Unit Price and shall include the cost of furnishing all pipe, pre-cast
sections, sewer block, concrete slabs, adjusting rings, mortar, castings, waterproofing,
jointing and other materials, and of delivering, excavating, sheeting, backfilling,
compacting, de-watering, restoring of the surface and all material or work necessary to
install the units complete, in place, at the Contract Unit Price per depths specified for the
depth of 0-8 feet, plus an additional payment of the Contract Unit Price per lineal foot of
depth greater than 8 foot.
Manholes shall be measured from the invert of the sewer to top of the cover.
2a. Connect to Existing Sanitary Sewer Manhole
In cases where a short sanitary pipe stub out of a manhole exists, the
CONTRACTOR will be required to remove the existing stub and connect the
new pipe to the connection provided as directed by the ENGINEER. Connect to
Existing Manhole shall be paid for at the Contract Unit Price bid per each.
2b. Connect to Existing Sanitary Sewer
Where a connection to an existing sanitary sewer line is required, the
CONTRACTOR shall remove the existing plug, verify the invert elevation and
alignment of the existing pipe and connect the new pipe as directed by the
ENGINEER. Removal of plugs and verification shall be considered to be
incidental to the connection. Connect to Existing Sanitary Sewer shall be paid
for at the Contract Unit Price bid for each.
SPU-7
Sanitary Sewer Manhole shall be incidental to the Contract Unit price per
"Connect to Existing Sanitary Sewer Manhole".
2i. Connect to Existing Manhole with Inside Drop System
Where a connection to an existing trunk sanitary sewer manhole with an inside
drop section is required, the contractor will be required to connect to the flow
line of the existing trunk sanitary sewer pipe by installing an "Intra Flow" inside
drop section or city approved equivalent.
Connecting to existing manhole with inside drop section shall be paid for at the
contract unit price bid for each connection made and shall include all materials
and labor necessary to connect to existing manhole at proposed drop invert and
installation of drop section.
3. Wyes, tees, plugs and special fittings will be paid for at the Contract Unit Price
per each unit furnished of the size and classifications specified in the proposal
fonn.
4. R.C. Aprons shall be measured as a unit and shall be paid for at the Contract Unit
Price per each. The unit price per R.c. Apron shall include trash guard and pipe
ties, where specified, and all labor and materials complete in place.
5. Rip-rap of each type and class will be measured by in-place volume of material
based on the surface dimensions staked, and the specified thickness. Payment for
rip-rap shall be by the Contract Unit Price per cubic yard (CY) fully installed.
6. Granular Filter will be measured by in-place volume of material based on the
surface dimensions staked, and the specified thickness. Payment for Granular
Filter shall be by the Contract Unit Price per cubic yard (CY) fully installed.
7. Trench stabilization material shall be measured and paid for by the Contract Unit
Price per ton based upon scale receipts furnished to the ENGINEER. Payment for
trench stabilization material shall include the extra depth of excavation and all
materials, labor and equipment required to place the material. Payment for trench
stabilization materials shall not be made when it is used for the CONTRACTOR's
convenience or for de-watering purposes. Only material authorized by the
ENGINEER shall be paid for.
8. PYC under drains shall be paid for by the Contract Unit Price per lineal foot and
shall include all materials, labor and equipment (including fabric and aggregate)
necessary to install the pipe according to the detail shown in the plans.
9. Sanitary sewer service risers shall be measured by the Contract Unit Price per
vertical foot from the center of PYC main to the center of 45 degree bend at the
point where a 2% grade starts.
10. Hay bales will be paid for by the each for each one used as erosion control at
drainage structures.
SPU-9
d. Hydrant operating mechanism shall be provided with "0" ring seals preventing the
entrance of moisture and shall be lubricated through an opening in the operating nut or
bonnet.
e. Shall open to the left (counterclockwise), and be able to drain when the hydrant is
closed.
f. The operating nut shall be National Standard pentagon nut, number 5.
g. Hydrant must have pennanent markings showing:
I) Manufacturer's name
2) Year of manufacture
3) Bury depth
h. The hydrant shall be furnished with a location flag. The flag will be a 60" Hydra-finder
as manufactured by Rodon Corp.
I. Detailed drawings, catalog information, and maintenance data shall be furnished as
requested by the engineer.
J. Hydrant drain ports shall come equipped with removable threaded plugs. Where
hydrants are determined by the engineer to be in the water table, the plugs shall be left
in. In this case, a bronze plate stating "No Drain Pump After Use" shall be attached to a
hex-head bolt on the hydrant nozzle.
4. Valves
a. Gate Valves
Valves 2" to 10" diameter shall be gate valves, resilient wedge type in accordance with
A WW A 509 Specifications and have a working pressure of 200 psi. Valves shall be
equipped with a mechanical joint ends in accordance with A WW A CI II/ANSI A21.11-
85, shall have O-ring seals with non-rising stems a two inch (2") square nut and shall
open to the right. Gate valves must show on the bonnet or body:
I) Open indicating arrow
2) Manufacturer's name
3) Pressure rating
4) Year of manufacture
5) Size
Gate valves shall be vertical Buffalo type, cast iron shaft 5-1/4" in diameter. The valve
box shall consist of three pieces with a box length to provide for 7.5 feet of cover and
able to provide adjustment of at least six inches.
Gate valves shall be cut tooth steel gears, housed in heavy cast iron extended type grease
cases on accepted design.
spu- I]
11. Joint Conductivity
Conductive gaskets shall be those as manufactured by American Ductile Iron Pipe
Company.
Copper jumpers shall be a minimum of IIl6"x1l2" wide flat copper strip or annealed
round copper wire conforming to ASTM BI 52, Type DHP.
Field application of the copper jumpers shall conform to the Burndy Method as supplied
by Burndy Corporation, Norwalk, Connecticut or the Cadeweld Method by Erico
Products Co., Cleveland, OH.
Silicon bronze nuts and bolts shall be used on all bolted connections.
Welded connections shall be made on a clean metal surface, which has been grounded to
remove coating and oxide. The area at the connection, including the weld shall be
refinished with the original coating or other suitable protective coating.
12. Water Service Pipe
All copper tubing used for services shall be new and unused, meeting specification
ASTM B-88-47/A WW A C-800-55 for Seamless Copper Water Tube, Type K, soft
annealed temper.
B. Construction Requirements
1. Excavating operations shall proceed so far in advance of pipe-laying as will satisfy the
needs for coordination of work and permit advance verification of unobstructed line and
grade as planned. The amount of open or unfilled trench shall not exceed 500 feet unless
ordered by the ENGINEER, and failure to comply with this requirement shall be cause
for shutdown of the entire job until such backfilling is accomplished.
Where interference with existing structures is possible, or in any way indicated, and
where necessary to establish elevation or direction for connections to in-place structures,
the excavating shall be done at those locations in advance of the main operation so actual
conditions will be exposed in sufficient time to make adjustments without resorting to
extra work or unnecessary delay.
2. Class C bedding shall be used to bed the pipe. The pipe shall be placed with ordinary
care on earth foundation, shaped to closely fit the width of at least 50% of the pipe
breadth. The remainder of the pipe shall be backfilled to a height of 12 inches above the
pipe with the material hand shovel-placed and thoroughly tamped in 6" layers to
completely fill all the voids around the pipe.
3. All plugs, caps, tees, bends, hydrants, and other thrust points shall be restrained with
retainer glands or tie-bars. When tie-bars are used with steel bands around the pipe
barrel, only one rod should be attached to each band and the band should be cocked to
prevent slippage along the pipe barrel. A band placed behind the bell may be used for
two rods. For mechanical joint pipe, tie rods may be threaded through the bolt-holes in
the flange and secured by nuts. All rods and bands should be made of corrosion-resistant
SPU-13
testing, disinfecting, and all material or work necessary to install the pipe complete, in
place, at all depths.
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.
2. Ductile Iron fittings and specials will be paid for at the Contract Unit Price per pound for
the standard weight of the fitting and specials installed, on the basis of body weight only.
All joints, restraints, nuts, bolts, and tie bars shall be incidental with no direct
compensation thereto.
3. Plugs will be paid by the each and shall include all material, equipment and labor to
install the plug in a permanent position.
4. Hydrants will be paid for at the Contract Unit Price per hydrant installed complete with
drainage pit, gravel, concrete base, and bracing. The unit price for the hydrant does
include the auxiliary hydrant valve.
5. Valves and boxes (including extensions) will be paid for at the Contract Unit Price bid
for each size valve and box furnished and installed complete.
6. Material used for stabilizing trench to assure finn foundation for pipe shall be paid for at
the Contract Unit Price per ton in place. No foundation material will be paid for that is
installed without the knowledge or consent of the ENGINEER nor will payment be made
for rock installed only for de-watering purposes. Payment shall include cost of
excavation and placement.
7. Copper water service pipe will be paid for at the Contract Unit Price per lineal foot, for
each diameter of pipe furnished, measured from the centerline of the pipe to the
centerline of the curb box. The unit price shall include all pipe fittings, laying,
excavation, backfilling, compacting and testing.
8. Corporation stops will be paid for at the Contract Unit Price per each, this includes all
city fees and cost of coordination.
9. Curb stops, boxes and extensions will be paid for at the Contract Unit Price per each size
furnished and installed and shall include the necessary fill when required.
10. Unless otherwise stated, cut-ins or connections to existing mains will be paid for at the
Contract Unit Price per each cut-in or connection, and the unit price will include all
fittings, materials, equipment, and labor necessary to make said installation.
11. Items to be salvaged shall be paid for by the each for each item or group of items as
stated in the proposal form or as shown in the plans.
12. The cost of all material and labor required to complete this project as specified and
shown on the plans, but not specifically included as a pay item, shall be merged with the
various Contract Unit Prices bid.
SPU-15
5. MAINTENANCE OF TRAFFIC
Sufficient flagmen and warning signs shall be employed on streets which abut the project area to warn
and control traffic during all hauling and construction activity.
The CONTRACTOR shall maintain all roadways either on or off the project area which are used for haul
roads. Such maintenance shall consist of blading and dust control detennined necessary by the
ENGINEER in order to keep the roads suitable for automobile traffic and to control dust. Beginning on a
date as established by written notification to the CONTRACTOR from the ENGINEER, said date to be
on or after the formal execution of the contract, the CONTRACTOR shall be responsible for all
maintenance of streets and roads that are a part of this contract. This maintenance responsibility shall
include whatever work is necessary to keep the streets in a condition suitable for local access traffic, and
shall generally consist of periodic blading and dust control procedures until surfacing has been
completed.
6. MISCELLANEOUS REMOVALS AND REPLACEMENT
The temporary removal, storage and replacement of street signs, traffic control signs, mailboxes, fences,
and miscellaneous items shall be perfonned by the CONTRACTOR and they shall be considered
incidental to the project as a whole, with no direct payment therefore.
7. EXCAVATION AND EMBANKMENT (2105)
All rough grading will be completed under a separate contract and will not be a part of this work.
Excavation for the installation of pipe and the preparation of curb and gutter is considered incidental to
the unit item as bid.
8. SUBGRADE PREPARATION
Subgrade preparation shall include the work necessary to prepare the subgrade material for the laying of
base material and grading for curb and gutter construction. This work will include grade variation
corrections of up to 4 inches plus or minus. It shall also include scarifying; disc drying or applying
water to obtain a subgrade compacted to a minimum of 100% of standard proctor dry density.
The basis of payment for this work shall be by the Contract Unit Price per square yard and shall be
measured to 0.5 feet behind the back of curb. Should the only work perfonned include getting the street
to grade without any drying effort, (scarifying and disk drying), payment for this item will be based on
50% of the Contract Unit Price per square yard as listed above.
Equipment at hourly rate items as shown in the bid proposal shall be paid only as authorized by the
ENGINEER for subgrade correction and grading work required beyond the scope of subgrade
preparation as specified above. The CONTRACTOR shall notify the ENGINEER and receive notice to
proceed prior to making any claim for such work.
9. TEST ROLLING
Prior to placement of the aggregate base, the OWNER will require the completion of a test roll on the
street subgrade. The CONTRACTOR shall provide a loaded tandem axle truck with a minimum gross
weight of 25 tons. The CONTRACTOR shall provide a weight ticket for the test roll vehicle to the
ENGINEER during the test roll. The test rolling shall be at the direction of the ENGINEER and in the
presence of the Soils ENGINEER. The OWNER may require test rolling of the aggregate base, once the
SPH-2
The bituminous material required as specified in 233 I .3C2a shall be considered an incidental expense
and no direct compensation will be made therefore.
Recycled, Type 32 mixtures may not be substituted for Type 3 I mixtures.
Measurement and payment shall be by the Contract Unit Price per square yard in place to the minimum
compacted thickness specified and shall include the bituminous material for mixture.
13. PLANT-MIXED BITUMINOUS WEAR COURSE (2331) Type 41 (A)
The plant-mixed bituminous surface shall be constructed in accordance with the Provisions of 2331,
except as modified as follows:
The bituminous material for mixture shall be Perfonnance Grade Binder PG 58-28 for wearing course
mixture. The percent by weight of bituminous material shall be as determined by Mn/DOT design
formula for all wearing course mixtures. The CONTRACTOR shall furnish the ENGINEER the mix
design prior to placing any pavement. Compaction shall be obtained by the Ordinary Compaction
Method.
The bituminous material required as specified in paragraph 9 of 2331.3C2a shall be considered an
incidental expense and no direct compensation will be made therefore.
Recycled, Type 42 mixtures may not be substituted for Type 41 mixtures.
Measurement and payment shall be by the Contract Unit Price per square yard in place to the minimum
compacted thickness specified for each course and shall include the bituminous material for mixture.
14. BITUMINOUS TACK COAT (2357)
Bituminous Tack Coat shall be used between all courses of bituminous pavement constructed by the
CONTRACTOR. Tack material shall be RC 250 or RC 70. Payment for bituminous tack coat shall be
by the Contract Unit Price per gallon applied at a rate of 0.05 gallons per yard of pavement.
15. ADJUST MANHOLES, CATCH BASINS, and GATE VALVES
Manholes and gate valves adjustments shall be in accordance with the provisions ofMNIDOT 2506
except as modified below:
The CONTRACTOR shall adjust all manhole and gate valve castings to 0.5 inches below bituminous
base grade to provide interim access to all structures for the first season. Final adjustment shall be made
to 0.5 inches below finished pavement grade prior to paving the final wear course.
Measurement and payment of adjustments shall by the Contract Unit Price per each manhole or gate
valve casting adjusted, as provided on the proposal, only after the final adjustment. Upon request, the
ENGINEER may pay 1/2 the contract amount after the first raising. The turning of Mexican hats, cones
or slabs to align with curb and gutter, if necessary, shall be incidental to the contract.
16. CONCRETE SIDEWALK (2521)
This work shall be done in accordance with Mn/DOT 2521. The sidewalk shall be of the dimensions and
at the location shown on the plans. This shall include all labor, material and equipment necessary to
SPH-4
20. INSTALL TRAFFIC BARRICADES
Traffic Barricades shall be at the location shown on the plans. Payment will be at the Contract Unit Price
for each installation and will include all labor, equipment and material necessary for a complete
installation.
21. STREET CLEANING FOR WEAR COURSE INST ALLA TION
Payment for street cleaning shall be paid for at the Contract Unit Price per lump sum and shall include all
equipment, labor and material costs incurred to properly clean the base course prior to the installation of
the wear course.
22. PATCHING PRIOR TO INSTALLATION OF BITUMINOUS WEAR COURSE
Prior to the installation of Bituminous Wear Course all areas of failed bituminous base, aggregate base
and settlements shall be repaired by the CONTRACTOR.
Settlements (if they do not show bituminous or aggregate base failure) shall be repaired by the addition
of a leveling patch ofbiturninous base material or by removing bituminous base, adding compacted
aggregate base and reinstalling the required bituminous base. Patching of settlements shall be the
responsibility of the CONTRACTOR and no extra compensation will be allowed therefore.
Areas which show evidence of bituminous base failure or bituminous base and aggregate base failure
shall be repaired by the removal of the failed bituminous base or bituminous base and aggregate base.
All such patch areas shall have square cut edges in the bituminous base. The removed materials shall be
disposed of off site at a disposal site of the CONTRACTOR's choice. The cost of bituminous base or
bituminous base and aggregate base repair shall be borne by the CONTRACTOR except in those areas as
designated by the ENGINEER to have been caused by use exceeding normal wear and tear and use
beyond the control of the CONTRACTOR. Payment for such ENGINEER authorized exceptional
bituminous base or bituminous base and aggregate base repair shall be by the Contract Unit Price per
square yard and shall be payment in full for all costs of labor, materials, equipment and all else necessary
to remove, dispose of removed materials off site, and replace and compact the required thickness of
bituminous base or bituminous and aggregate base including any necessary edge tacking material.
23. UTILITY CROSSINGS
Payment for utility crossings shall be at the Contract Unit Price for each crossing and shall include the
excavation for conduit placement and the backfilling of the trench after conduit placement. Trench
compaction shall meet the requirements of the Sub grade Preparation specifications in this document. It
will be the responsibility of the CONTRACTOR to coordinate the conduit installation with the utility
company.
24. IRRIGATION CROSSINGS
Payment for irrigation crossings shall be at the Contract Unit Price for each crossing and shall include the
excavation for conduit placement and the backfilling of the trench after conduit placement. Trench
compaction shall meet the requirements of the Subgrade Preparation specifications in this document. It
will be the responsibility of the CONTRACTOR to coordinate the conduit installation with the utility
company.
SPH-6