HomeMy WebLinkAbout6.m. Well 16 Improvements, City Project 416 ROSEMOUNTEXECUTIVE SUMMARY
CITY COUNCIL
City Council Meeting: January 20, 2015
AGENDA ITEM: Well 16 Improvements, City Project 416 AGENDA SECTION:
Consent
PREPARED BY: Phil Olson, PE, Assistant City Engi r AGENDA NO. rn
ATTACHMENTS: Resolution, Plans & Specifications, APPROVED BY:
Location Map
RECOMMENDED ACTION: Motion to Adopt a Resolution Ordering the Improvements,
Receiving Plans and Specifications and Authorize the Advertisement for Bids for Well 16
Improvements, City Project 416.
ISSUE:
Consider receiving plans and specifications, authorizing advertisement for bids, and ordering the Well 16
Improvements Project, City Project 416.
BACKGROUND:
Final design for the Well 16 Improvement project was completed based on Council discussion at the Work
Session on October 14, 2014. At this time, the plans and specifications are complete and ready for
advertisement to contractors.
The design includes the following:
• Construction of a new 495 foot deep production well into the Jordan aquifer
• Testing of well depth, alignment, capacity, and drawdown
• Determination of sand content and biological and chemical quality of the water
• Site grading
Schedule
It is proposed that construction begin in June and is anticipated to be completed,including all restoration
items, by the fall of 2015.
SUMMARY:
Staff is requesting that the City Council adopt the attached resolutions ordering the project, receiving the
plans and specifications, and authorizing the advertisement for bids for the Well 16 Improvements Project,
City Project 416.
G:AENGPROJ\416\Council Items\20150120 CC PH Order Project Receive P&S Auth AFB.docx
CITY OF ROSEMOUNT
DAKOTA COUNTY, MINNESOTA
RESOLUTION 2015 -
A RESOLUTION ORDERING THE PROJECT,
RECEIVING THE PLANS AND SPECIFICATIONS,
AND AUTHORIZING THE ADVERTISEMENT FOR BIDS FOR
WELL 16 IMPROVEMENTS PROJECT
CITY PROJECT 416
WHEREAS, the City Council deemed it necessary and expedient that the City of Rosemount, Minnesota,
construct certain improvements, to-wit: City Project 416,Well 16 Improvements as authorized on October
1, 1013; and
NOW THEREFORE BE IT RESOLVED, the City Council of the City of Rosemount hereby orders the
improvements of the Well 16 Improvements, City Project 416; and
WHEREAS, the City Council of the City of Rosemount has ordered the preparation of plans and
specifications for the Well 16 Improvements Project, City Project 416, and such plans and specifications
have been presented to this Council for approval:
NOW, THEREFORE, BE IT RESOLVED, by the City Council of the City of Rosemount, Minnesota:
1. Such plans and specifications are hereby approved and ordered placed on file in the office of the
City Clerk.
2. The City Clerk shall prepare and cause to be inserted in the official City newspaper and the Finance
and Commerce an advertisement for bids upon the making of such improvements under such
approved plans and specifications for City Project 416.
3. The advertisement shall be published in each of said publications at least once not less than three
(3) weeks before the date set for opening bids, specified the work to be done, stated the bids would
be publicly opened on February 20, 2015 at 10:00 o'clock a.m. at the Rosemount City Hall in said
City, and that no bids would be considered unless sealed and filed with the City Clerk and
accompanied by a cash deposit, cashier's check, bid bond or certified check payable to the City
Clerk for five (5%) percent of the amount of such bid.
4. Such advertisement for bids is hereby authorized by the Council.
ADOPTED this 20th of January, 2015.
William H. Droste, Mayor
ATTEST:
Clarissa Hadler, City Clerk
_ f , RAgs PW� 3
IE 1,20.
_, r '� m1. '
c F : t)
/...N r----7:
i `IT �
L 0' r'"' w
K\ Xl°3 _ „.
� A Iii a 1—I(� --f OZ m�
rTi 9 [
3 B 1i'[C 5,
rn 7 CO P
i •
m
vl
_ ` —i aaoMI vN �a s - OW tit L.A.:0 . . ".1 --
lit
F i
BENGAL AVE
`'Z'-w s - \\\_ < 2 ,k J , 4„,4 „........,!--.1_, ,.0.
CD
- i lvaw7�s BACARDI A E ,
a14
�G , - * ,
m ct'
- ) r m
A.
-
h
� � .. $ .o
o o a
CT y d o m cD
4:S\ es 4
,L,_,e
4 - � Ni T ine (75
- cPt i 7' -
m
0 •• % , �- o
>
,_° = C_ I 3
;‘,/,,,,,,2„ -.,,,,,)7,- P.
-r -, -
':: AUBURN .� ' .A' ):0
E.
AVE
o
3
N
i
I x ► II am
IH 1111
MLIMI
Manual
ROSEMOUNT
MINNESOTA
City of Rosemount
2875 145" Street West • Rosemount, MN 55068
January 20, 2015
Municipal Production Well No. 16
City of Rosemount
Dakota County, Minnesota
City Project No. 416
WSB Project No. 7582-78
- 701 Xenia Avenue South, Suite 300
��� Minneapolis, MN 55416
Tel. (763) 541 -4800 - Fax: (763) 541 -1700
& wsbeng.com
PROJECT MANUAL
MUNICIPAL PRODUCTION WELL NO. 16
CITY PROJECT NO. 416
FOR THE CITY OF ROSEMOUNT
DAKOTA COUNTY, MINNESOTA
January 20, 2015
Prepared By:
WSB & Associates, Inc.
701 Xenia Avenue South, Suite 300
Minneapolis, MN 55416
763- 541 -4800
763- 541 -1700 (Fax)
MUNICIPAL PRODUCTION WELL NO. 16 TITLE
CITY PROJECT NO. 416
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582 -18
CERTIFICATION
I hereby certify that this plan, specification, or report was prepared by me
or under my direct supervision and that I am a duly licensed professional
engineer under the laws of the State of Minnesota.
Jamie Wallerstedt, PE
Date: January 20, 2015
MUNICIPAL PRODUCTION WELL NO. 16
CITY PROJECT NO. 416
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582 -18
Lic. No. 47169
CERTIFICATION
TABLE OF CONTENTS
Title Page
Certification Page
Table of Contents
Bidding and Contract Requirements
SECTION NO.
Advertisement for Bids 00050
Instructions to Bidders 00100
Notice to Bidders — Prompt Payment -
Bid Form 00300
Affidavit and Information Required of Bidders
Contractor's Verification of Compliance
Bid Bond Form -
Standard Form of Agreement 00500
Contractor's Performance and Payment Bonds Form -
Non- Minnesota Contractors Surety Deposits Exemption Form (SDE) -
Withholding Affidavit for Contractors Form (IC 134) -
Supplementary Conditions of the Construction Contract 00800
DIVISION 1 — GENERAL REQUIREMENTS
SECTION 01100 SUBSTITUTION OF EQUIPMENT AND PRODUCTS
DIVISION 2 — SITE WORK
SECTION 02670 WATER WELL
DIVISION 11 — EQUIPMENT
SECTION 11170 VERTICAL TURBINE LINE SHAFT PUMP
APPENDICES
A DRAWINGS
• Drawing No. 1 — Project Location
• Drawing No. 2 — Site Conditions
• Drawing No. 3 — Well Construction Diagram
• Drawing No. 4 — Pump Base Detail
• Test Pumping Data from Test Well by Bergerson - Caswell, Inc.
• Water Quality Data from Test Well by Minnesota Valley Testing Laboratories
• Geophysical Log of Rosemount Test Well No. 16, dated April 1, 2014, by
Downhole Well Services, LLC
• Test Well No. 16 Record Drawing
C MINNESOTA DEPARTMENT OF HEALTH REPORT
END OF TABLE OF CONTENTS
MUNICIPAL PRODUCTION WELL NO. 16
CITY PROJECT NO. 416
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582 -18
TABLE OF CONTENTS
PAGE 1
ADVERTISEMENT FOR BIDS
MUNICIPAL PRODUCTION WELL NO. 16
CITY PROJECT NO. 416
FOR THE CITY OF ROSEMOUNT
DAKOTA COUNTY, MINNESOTA
NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Rosemount at the office of the
City Clerk until 10:00 a.m. CST, Friday, February 20, 2015, at the Rosemount City Hall, 2875 145th Street
West, Rosemount, MN 55068, and will be publicly opened and read aloud at said time and place by
representatives of the City of Rosemount. Bids arriving after the designated time will be returned
unopened. Said proposals are for construction of a new municipal production well and the addition of a
vertical turbine pump. Vertical turbine pump will be added at a later date with the well house construction.
Final completion of the new municipal production well is desired on or before August 26, 2016.
The bids must be submitted on the Proposal Forms provided in accordance with the Contract Documents,
Plans, and Specifications as prepared by WSB & Associates, Inc., 701 Xenia Avenue South, Suite 300,
Minneapolis, MN 55416, which are on file with the City Clerk of Rosemount and may be seen at the office of
the Consulting Engineers or at the office of the City Clerk.
The provisions of Minn. Stat. 16C.285 Responsible Contractor are imposed as a requirement of this
contract. All bidders and persons or companies providing a response /submission to the Advertisement for
Bids /RFP of the City shall comply with the provisions of the statute.
Complete digital Proposal Forms, Plans, and Specifications for use by Contractors submitting a bid are
available at www.guestcdn.com. You may download the digital plan documents (including the current 2012
City General Specifications) for a nonrefundable fee of $25.00 by inputting Quest project #3265458 on the
website's Project Search page. Please contact QuestCDN.com at 952 - 233 -1632 or info6EDguestcdn.com
for assistance in free membership registration, downloading, and working with this digital project
information.
An optional paper set of Proposal Forms, Plans, and Specifications may be obtained from the Consulting
Engineers, WSB & Associates, Inc., 701 Xenia Avenue South, Suite 300, Minneapolis, MN 55416, for a
nonrefundable fee of $100.00 per set, check payable to WSB & Associates, Inc., which includes $25.00
for the current 2012 City of Rosemount General Specifications and Standard Detail Plates for Street and
Utility Construction dated March 2012. Potential bidders will be required to purchase a current copy of the
City General Specifications. Once the current General Specifications are purchased, future purchase of
project plans and specifications may not require additional purchase of the current City General
Specifications for the year 2015.
Bids will only be accepted from Contractors who purchase digital or paper Bidding Documents as specified
above.
Bids shall be accompanied by a cashier's check, bidder's bond, or certified check payable to the City of
Rosemount, Minnesota, for not less than five (5) percent of the amount of such bid, which shall be forfeited
to the City of Rosemount, Minnesota, in the event that the bidder fails to enter into a contract. Bidder's bond
must include certified copy of the power of attorney. For bonding purposes, the bid shall be the total of
Base Bid items and Alternative Bid items for completed construction, as indicated on the Bid Form.
No bids will be considered unless sealed and filed with the City of Rosemount, Minnesota, together with the
bid security, in an opaque envelope which shall be plainly marked with the project title and the name and
address of the Bidder. If a bid is to be mailed to the City of Rosemount, Minnesota, the bid envelope should
be sealed in a regular mailing envelope.
MUNICIPAL PRODUCTION WELL NO. 16 ADVERTISEMENT FOR BIDS
CITY PROJECT NO. 416 SECTION 00050
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582 -18 PAGE 00050 -1
Bid security of the three lowest Bidders will be retained until the contract has been awarded and executed,
but not longer than one hundred twenty (120) days from the date of opening bids. The City of Rosemount,
Minnesota, reserves the right to reject any and all bids and to waive any informalities or irregularities. No
Bidder may withdraw their bid for a period of one hundred twenty (120) days after the bid opening.
DATED: January 20, 2015
PUBLISHED IN THE: Rosemount Town Pages
Finance and Commerce
MUNICIPAL PRODUCTION WELL NO. 16
CITY PROJECT NO. 416
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582 -18
s/s Clarissa Hadler
City Clerk
Rosemount, MN
January 29, 2015
January 29, 2015 and February 5, 2015
ADVERTISEMENT FOR BIDS
SECTION 00050
PAGE 00050 -2
INSTRUCTIONS TO BIDDERS
1.
EXAMINATION OF PLANS, SPECIFICATIONS AND SITE WORK ...................... ..............................1
2.
USE OF BIDDING DOCUMENTS ........................................................................... ..............................1
3.
BID SECURITY ......................................................................................................... ..............................1
4.
CONTRACT DOCUMENTS ..................................................................................... ..............................1
5.
PREPARATION OF PROPOSAL ............................................................................ ..............................1
6.
CONDITIONS IN THE BIDDER'S PROPOSAL ...................................................... ..............................1
7.
INTERPRETATION OF ESTIMATES ...................................................................... ..............................1
8.
INTERPRETATIONS AND ADDENDA ................................................................... ..............................2
9.
DELIVERY OF PROPOSAL ..................................................................................... ..............................2
10.
REJECTION OF PROPOSAL .................................................................................. ..............................2
11.
WITHDRAWAL OF PROPOSAL ............................................................................. ..............................2
12.
PUBLIC OPENING OF PROPOSALS ..................................................................... ..............................2
13.
DISQUALIFICATION OF BIDDERS ......................................................................... ..............................2
14.
EQUIPMENT ............................................................................................................. ..............................2
15.
FURNISHING OF EVIDENCE OF RESPONSIBILITY ............................................ ..............................2
16.
AWARD OF CONTRACT ........................................................................................ ..............................3
17.
RESPONSIVE /RESPONSIBLE BID ........................................................................ ..............................3
18.
RESPONSIBLE CONTRACTOR ............................................................................. ..............................3
19.
REQUIREMENTS OF CONTRACT BOND ............................................................. ..............................3
20.
FAILURE TO EXECUTE CONTRACT .................................................................... ..............................4
21.
UNIT PRICES ........................................................................................................... ..............................4
22.
OWNER DELETION RIGHT .................................................................................... ..............................4
23.
NONDISCRIMINATION IN EMPLOYMENT ............................................................ ..............................4
24.
SURETY DEPOSITS ................................................................................................ ..............................4
25.
QUALIFICATION OF BIDDERS ............................................................................... ..............................4
26.
QUALIFICATION OF SUBCONTRACTORS .......................................................... ..............................4
i► d9► 1 Is] 1L1w:jYo]m1lLle9 Is] ►RVA=IIa►Eels 1►[A9 WLle9 Is] ►Rmfell- IQQ=I
CITY PROJECT NO. 416
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582 -18
INSTRUCTIONS TO BIDDERS
1. EXAMINATION OF PLANS, SPECIFICATIONS AND SITE WORK - The bidder shall examine to his
satisfaction the quantities of work to be done as determined from the plans and specifications.
Quantities indicated by the Engineer on drawings or elsewhere are estimated only, and bidders
must rely on their own calculations. Bidders shall be thoroughly familiar with Contract Documents
including all General Conditions and Special Provisions.
Bidders shall inform themselves of the character and magnitude of work and the conditions under
which the work is to be performed concerning the site of the work, the structure of the ground, the
existence of surface and ground water, availability of drainage, the obstacles which may be
encountered, means of approach to the site, manner of delivery and handling materials, facilities of
transporting equipment and all other relevant matters pertaining to the complete execution of this
Contract. No plea of ignorance of conditions that exist or that may hereafter exist or of difficulties
that will be encountered in the execution of the work hereunder which result from failure to make
necessary examinations and investigations, will be accepted as a sufficient excuse for any failure or
omission on the part of the Contractor to fulfill in every detail all the requirements of this Contract,
or will be accepted as a basis for any claim whatsoever for extra compensation or for an extension
of time. No bidder may rely upon any statements or representations of any officer, agent or
employee of the Owner with reference to the conditions of the work, of the character of the soil or
other hazards which may be encountered in the course of construction.
2. USE OF BIDDING DOCUMENTS - Bidding documents are only for the purpose of obtaining Bids
on the work and do not grant a license for any other use.
3. BID SECURITY - Each bid shall be accompanied by a bid security in the form of an amount as
specified in the Advertisement for Bids. Such bid security is a guarantee that the bidder will enter
into a contract with the Owner for the work described in the proposal, and the amount of the bid
security of a successful bidder shall be forfeited to the Owner as liquidated damages in the event
that such bidder fails to enter into a contract and furnish Contractor's bond.
4. CONTRACT DOCUMENTS - The Contract Documents will consist of the Advertisement for Bids,
Instruction to Bidders, General Conditions, Supplementary General Conditions, Specifications, Bid
Form, Contract for Construction, Non - Collusion Affidavit, Contract Bond, and all plans, drawings,
and all addenda issued prior to receipt of Bids. These documents are on file with the Owner.
5. PREPARATION OF PROPOSAL - The bidder shall submit his proposal on the form provided by
the Engineer.
The blank spaces in the proposal shall be filled in correctly with ink or where indicated for each and
every item for which a quantity is given, and the bidder shall state the prices for which he proposes
to do each item of the work contemplated.
The bidder's proposal shall be signed correctly with ink. If the proposal is made by an individual,
his name and post office address shall be shown. If made by a firm or partnership, the name and
post office address of each member of the firm or partnership shall be shown. If made by a
corporation, the person signing the proposal shall show the name of the state under the law of
which the corporation was chartered, and names, titles and business addresses of the president,
secretary, and treasurer. All bids for corporations shall bear the official seal of the corporation.
6. CONDITIONS IN THE BIDDER'S PROPOSAL - The bidder shall not stipulate in his proposal any
conditions not provided for on the Bid Form.
7. INTERPRETATION OF ESTIMATES - The Engineer's estimate of quantities as shown in the
proposal shall be used as a basis of calculation upon which the award of contract will be made, but
these quantities are not guaranteed to be accurate and are furnished without any liability on the part
of the Owner.
MUNICIPAL PRODUCTION WELL NO. 16 INSTRUCTIONS TO BIDDERS
CITY PROJECT NO. 416
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582 -18 PAGE 1
8. INTERPRETATIONS AND ADDENDA - All questions regarding the meaning of the Bidding and
Contract Documents shall be directed to WSB & Associates, Inc., (763) 541 -4800. Interpretations
or clarifications considered necessary by WSB & Associates, Inc. in response to questions will be
issued by Addenda. Addenda shall be uploaded to QuestCDN; and faxed, mailed, or delivered to
only those parties recorded by the City of Hastings as having purchased a paper copy of the
Bidding Documents. Questions received less than seven days prior to the date for opening of bids
may not be answered. Only questions answered by formal written Addenda will be binding.
All Bidders shall file names and addresses with the City of Hastings, through QuestCDN or
Docunet, in order that they may be notified of any addenda issued. Failure of any Bidder to receive
any such addenda or interpretation shall not relieve such Bidder from any obligation under their bid
as submitted. All addenda issued shall become part of the Contract Documents.
If any addenda are required as determined by the Engineer, it is the responsibility of the
Contractor to verify the issuance and receipt of any addenda, and to properly acknowledge
such addenda in the appropriate location on the Proposal Form.
9. DELIVERY OF PROPOSAL — All bids shall be placed in a sealed envelope with a statement
thereon showing the work covered by the bid, and addressed as stipulated in the Advertisement for
Bids. Proposals may be mailed or submitted in person. No bids will be received after the time set
for receiving them. Bids arriving by mail at the office of the Owner after the hour designated for
receiving bids will be returned to the sender unopened.
10. REJECTION OF PROPOSAL - Proposals may be rejected if they show any omission, alteration of
form, additions not called for, conditional bids or alternate bids not specified, or irregularities of any
kind. Proposals in which the prices are obviously unbalanced may be rejected.
11. WITHDRAWAL OF PROPOSAL - A bidder may withdraw his proposal without prejudice to himself,
provided he files a written request to the Owner before the hour of opening of bids, and such
withdrawn proposal may be modified and resubmitted by the bidder at any time prior to the hour set
for the opening of bids.
12. PUBLIC OPENING OF PROPOSALS - Proposals will be opened publicly and read aloud in such
place as designated at the time and the date set in the "Advertisement for Bids ". Bidders or their
authorized agents are invited to be present.
13. DISQUALIFICATION OF BIDDERS - More than one proposal for the same project from an
individual firm, partnership or corporation under the same or different names will not be considered.
Evidence that any bidder is interested in more than one proposal for the same work will cause
rejection of all such proposals. Collusion between the bidders will be considered sufficient cause
for the rejection of all bids so affected.
Failure on the part of any bidder to carry out previous contracts satisfactorily or his lack of the
experience or equipment necessary for the satisfactory completion of the work may be deemed
sufficient cause for his disqualification.
14. EQUIPMENT - When requested by the Owner, the bidder shall furnish a complete statement of the
make, size, weight (where weight is one of the specified requirements), condition and previous
length of service of all equipment to be used in the proposed work.
15. FURNISHING OF EVIDENCE OF RESPONSIBILITY - When requested by the Owner, the bidder
shall furnish a balance sheet, certified by a certified public accountant as to a date not more than
sixty (60) days prior to the date of the opening of the proposals which shall set forth outstanding
assets and liabilities in reasonable detail. The bidder shall also furnish when requested, a list of
work of a similar nature performed with dates of completion thereof. The bidder shall also furnish
any other additional information relative to financial responsibility and competence to do the work
as may be requested by the Owner prior to the acceptance of any proposal.
MUNICIPAL PRODUCTION WELL NO. 16 INSTRUCTIONS TO BIDDERS
CITY PROJECT NO. 416
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582 -18 PAGE 2
16. AWARD OF CONTRACT - The award of the Contract will be made to the lowest responsive,
responsible Bidder, based on the Bid Form with the lowest Total Base Bid, or Total Base Bid plus
alternate(s) or any combination thereof.
Discrepancies between words and figures will be resolved in favor of words. If discrepancies exist
between an extension or indicated sum of any column of figures, the corrected extensions or sum
thereof will govern.
Owner reserves the right to reject any and all bids, the right to waive any and all informalities, and
the right to disregard all nonconforming or conditional bids or counter proposals.
17. RESPONSIVE /RESPONSIBLE BID - A responsible Bid is one from a Bidder that has:
Financial resources, technical qualifications, experience, organization and facilities
adequate to carry out the project, or a demonstrated ability to obtain these;
Resources to meet the completion schedule contained in the Agreement;
C. A satisfactory performance record for completion of other projects.
A "responsive" bid must include the following:
Complete Bid Form.
Affidavit and Information Required of Bidders form.
C. Contractor's Verification of Compliance form.
Bid Security.
18. RESPONSIBLE CONTRACTOR - The provisions of Minn. Stat. 16C.285 are imposed as a
requirement of this contract. All bidders and persons or companies providing a
response /submission to the Advertisement for Bids /RFP of the City shall comply with the provisions
of the statute.
Any prime contractor or subcontractor that does not meet the minimum criteria established
for a "responsible contractor" as defined in Minn. Stat. § 16C.285, subd. 3, or fails to verify
that it meets those criteria is not a responsible contractor and is not eligible to be awarded
a construction contract for the Project or to perform work on the Project.
Responding contractors shall submit to the City a signed statement under oath by an
owner or officer verifying compliance with each of the minimum criteria in Minn. Stat. §
16C.285, subd. 3, at the time that it responds to this solicitation document.
C. A prime contractor shall submit to the City, upon request, copies of the signed verifications
of compliance from all subcontractors.
A false statement under oath verifying compliance with any of the minimum criteria shall
make the prime contractor or subcontractor that makes the false statement ineligible to be
awarded a construction project and may result in termination of a contract awarded to a
prime contractor or subcontractor that submits a false statement.
19. REQUIREMENTS OF CONTRACT BOND - The successful bidder, at the time of the execution of
the Contract, shall furnish and at all times maintain a satisfactory and sufficient bond in full amount
of the Contract as required by law with a corporate surety satisfactory to the Owner. The form of
bond is that required by statute. Personal sureties will not be approved.
MUNICIPAL PRODUCTION WELL NO. 16
CITY PROJECT NO. 416
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582 -18
INSTRUCTIONS TO BIDDERS
PAGE 3
20. FAILURE TO EXECUTE CONTRACT - Failure to furnish the Contract Bond in a sum equal to the
amount of the award, or to execute the Contract within ten (10) days, as specified, shall be just
cause for the annulment of the award, and it shall be understood by the bidder that in the event of
the annulment of the award, the amount of the guaranty deposited with the proposal shall be
retained by the Owner, not as a penalty, but as liquidated damages.
21. UNIT PRICES - In case of error in the extension of prices, the unit bid prices shall govern. The
Owner reserves the right to waive any informality in the bids at his discretion.
22. OWNER DELETION RIGHT - The Owner reserves the right to delete any line item from the bid
prior to final contract execution.
23. NONDISCRIMINATION IN EMPLOYMENT - If awarded the project, the Bidder agrees not to
discriminate on account of race, creed or color as per Minnesota Statutes, Section 181.59 and
Minnesota Statutes 363.
24. SURETY DEPOSITS - All out -of -state contractors on construction work over $100,000 will be
required to file an exemption from Surety Deposit (Form SDE) prior to their first progress report.
25. QUALIFICATION OF BIDDERS - Bidders shall have experience performing work of similar type
and size as the Project. Bidder shall have successfully completed a minimum of three (3) projects
of equal or greater size and complexity as the Project in the last ten (10) years. Bidders shall
submit with their Bid their relevant experience indicating that they meet the requirement on the form
provided in the Bidding Documents. Bidders shall also submit with their bid the relevant experience
of major subcontractors as indicated in the Instruction to Bidders on the form provided in the
Bidding Documents. It is mandatory that the furnished forms be used. Failure to submit the above
information shall be cause for rejection of the Bid. Failure to demonstrate experience requirement
shall also be cause for rejection of the Bid.
Bids will only be accepted from Contractors who purchase digital or paper Bidding Documents as
specified in the Advertisement for Bids.
26. QUALIFICATION OF SUBCONTRACTORS - Subcontractors listed on the Tabulation of
Subcontractors in the Bid Form shall have experience performing work of similar type and size as
this Project. Subcontractors, except as stated below, shall have successfully completed a
minimum of three (3) projects of equal or greater size and complexity as the Project within the last
ten (10) years. The instrumentation and controls subcontractor, if included, shall have successfully
completed a minimum of five (5) systems of similar or larger complexity in the State of Minnesota
or contiguous states in the last two (2) years. Bidders shall provide with their Bid the relevant
experience of the listed subcontractors indicating that they meet the requirement on the form
provided in the Bidding Documents. It is mandatory that the furnished forms be used. Failure to
submit the above information shall be cause for rejection of the Bid. Failure to demonstrate the
experience requirement shall also be cause for rejection of the Bid.
MUNICIPAL PRODUCTION WELL NO. 16
CITY PROJECT NO. 416
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582 -18
INSTRUCTIONS TO BIDDERS
PAGE 4
Prompt Payment
December 2002
NOTICE TO BIDDERS
Minnesota Statutes that require prompt payment to subcontractors:
16A.1245 Prompt payment to subcontractors.
Each state agency contract must require the prime contractor to pay any subcontractor
within ten days of the prime contractor's receipt of payment from the state for undisputed
services provided by the subcontractor. The contract must require the prime contractor to pay
interest of 1 -1/2 percent per month or any part of a month to the subcontractor on any undisputed
amount not paid on time to the subcontractor. The minimum monthly interest penalty payment
for an unpaid balance of $100 or more is $10. For an unpaid balance of less than $100, the
prime contractor shall pay the actual penalty due to the subcontractor. A subcontractor who
prevails in a civil action to collect interest penalties from a prime contractor must be awarded its
costs and disbursements, including attorney's fees, incurred in bringing the action.
HIST: 1990 c 541 s 1
337.10 Building and construction contracts; prohibited provisions.
Subd. 3. Prompt payment to subcontractors. A building and construction contract shall
be deemed to require the prime contractor and all subcontractors to promptly pay any
subcontractor or material supplier contract within ten days of receipt by the party responsible for
payment of payment for undisputed services provided by the party requesting payment. The
contract shall be deemed to require the party responsible for payment to pay interest of 1 -1/2
percent per month to the party requesting payment on any undisputed amount not paid on time.
The minimum monthly interest penalty payment for an unpaid balance of $100 or more is $10.
For an unpaid balance of less than $100, the party responsible for payment shall pay the actual
penalty due to the party requesting payment. A party requesting payment who prevails in a civil
action to collect interest penalties from a party responsible for payment must be awarded its
costs and disbursements, including attorney fees incurred in bringing the action. This
subdivision does not apply to construction of or improvements to residential real estate as
defined in section 326.83, subdivision 17, or to construction of or improvements to attached
single - family dwellings, if those dwellings are used for residential purposes and have fewer than
13 units per structure.
HIST: 1997 c 127 s 1; 1998 c 289 s 1,2; 1999 c 116 s 2
Bidder:
Address:
Telephone No.:
City, State, Zip:
Fax No.:
BID FORM FOR
MUNICIPAL PRODUCTION WELL NO. 16
CITY PROJECT NO. 416
FOR THE CITY OF ROSEMOUNT
DAKOTA COUNTY, MINNESOTA
Opening Time: 10:00AM CDT
Opening Date: Friday, February 20, 2015
City of Rosemount
2875145 th Street West
Rosemount, MN 55068
1.01 We, the undersigned, doing business as
and hereinafter known as the Bidder, hereby propose to enter into an agreement with the City of
Rosemount, Minnesota, to furnish all labor, materials, equipment, skills and facilities for the
complete construction of Municipal Production Well No. 16, all in accordance with the Bidding
Documents and Addenda thereto, as prepared by WSB & Associates, Inc., Minneapolis,
Minnesota, including sales tax and all other applicable taxes and fees.
2.01 The Bidder accepts all terms and conditions of the Instruction to Bidders and Advertisement for
Bids, including those without limitation regarding the disposition of Bid security. The bid shall
remain subject to acceptance for one hundred twenty (120) days after the Bid opening, or for a
longer period of time in the event that the Bidder may agree in writing upon request by the
Owner. It is understood and agreed that a Bid cannot be withdrawn during this period without
written consent of the OWNER, and that the OWNER has the right to accept or reject any or all
Bids.
3.01 In submitting this Bid, the Bidder represents, as set forth in the Agreement, that:
A. Bidder has examined and carefully studied the Bidding Documents, other related data
identified in the Bidding Documents, and the following Addenda, receipt of all which is
hereby acknowledged.
Addendum No. Addendum Date
B. Bidder has visited the Site of the proposed Work and is familiar with and is satisfied as to
the general, local, and Site conditions that may affect cost, progress, or performance of
work, which knowledge was obtained from undersigned own sources of information and
MUNICIPAL PRODUCTION WELL NO. 16
CITY PROJECT NO. 416
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582 -18
BID FORM
SECTION 00300
PAGE 00300 -1
not from any official of employee of the City of Rosemount.
C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and
Regulations that may affect cost, progress, or performance of work.
D. Bidder has carefully studied all reports of explorations and tests of subsurface conditions 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.
E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all
additional or supplementary examinations, investigations, explorations, tests, studies, and
data concerning conditions (surface, subsurface, and Underground Facilities) at or
contiguous to the Site which may affect cost, progress, or performance of the Work or
which relate to any aspect of the means, methods, techniques, sequences, and procedures of
construction to be employed by the Bidder, including applying the specific means,
methods, techniques, sequences, and procedures of construction expressly required by the
Bidding Documents to be employed by the Bidder, and safety precautions and programs
incident thereto.
F. Bidder does not consider that any further examinations, investigations, explorations, test,
studies, or data are necessary for the determination of the Bid for performance of the Work
at the price(s) Bid and within the times and in accordance with the other terms and
conditions of the Bidding Documents.
G. Bidder is aware of the general nature of work to be performed by OWNER and others at the
Site that relates to the Work as indicated in the Bidding Documents.
H. Bidder has correlated the information known to the Bidder, information and observations
obtained from visits to the Site, reports and drawings identified in the Bidding Documents,
and all additional examinations, investigations, explorations, tests, studies, and data with
the Bidding Documents.
Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, or
discrepancies that Bidder has discovered in the Bidding Documents, and the written
resolution thereof by ENGINEER is acceptable to Bidder.
J. The Bidding Documents are generally sufficient to indicate and convey the understanding
of all terms and conditions for the performance of the Work for which this Bid is to be
submitted.
4.01 Bidder further represents the following:
A. This Bid is genuine and not made in the interest or on the behalf of any undisclosed
individual or entity and is not submitted in conformity with any agreement or rules of any
group, association, organization, or corporation.
B. The prices in this Bid have not or will not be knowingly disclosed to any other Bidder or
competitor prior to the opening of Bids.
C. Bidder has not solicited or induced any other individual or entity to refrain from submitting
a Bid for the purpose of restricting competition.
D. Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder
MUNICIPAL PRODUCTION WELL NO. 16
CITY PROJECT NO. 416
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582 -18
BID FORM
SECTION 00300
PAGE 00300 -2
or over OWNER or ENGINEER.
4.02 Bidder understands that the law may require the OWNER, or ENGINEER at the OWNER'S
direction, to undertake an investigation and submit an evaluation concerning Bidder's
responsiveness, responsibility, and qualifications before awarding a contract. Bidder hereby
waives any and all claims against OWNER, ENGINEER, and their employees and agents, which
arise out of or relate to such investigation and evaluation, and statements made as a result thereof,
except for statements that can be shown by clear and convincing evidence to be intentionally false
and made with actual malice. Nothing in this paragraph is intended to restrict the Bidder's rights
to challenge a contract pursuant to law.
5.01 Bidder will complete the Work in accordance with the Contract Documents for the following
price(s):
MUNICIPAL PRODUCTION WELL NO. 16
CITY PROJECT NO. 416
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582 -18
BID FORM
SECTION 00300
PAGE 00300 -3
MUNICIPAL PRODUCTION WELL NO. 16
CITY PROJECT NO. 416
CITY OF ROSEMOUNT, MN
W SB PROJECT NO. 1582 -18
No.
Item
Units
Qty
Unit Price
Total Price
Schedule A: Well No. 16 Construction
1
MOBILIZATION / DEMOBILIZATION
LUMP SUM
1
$
$
2
DRILL / DRIVE 30" CASING
LIN FT
202
$
$
3
DRILL 30" NOMINAL OPEN HOLE
LIN FT
295
$
$
4
INSTALL 24" CASING
LIN FT
408
$
$
5
PLUMBNESS & ALIGNMENT TEST
TEST
1
$
$
6
GROUT ANNULAR SPACE
CU YDS
40
$
$
7
F.I.R. DEVELOPMENT EQUIPMENT
LUMP SUM
1
$
$
8
BLASTING WITH EXPLOSIVES
LBS
200
$
$
9
SANDSTONE REMOVAL
CU YDS
850
$
$
10
AIR DEVELOPMENT
HOURS
200
$
$
11
DISPOSAL OF SANDSTONE
CU YDS
850
$
$
12
RE- INSTALL DEVELOPMENT EQUIPMENT
LUMP SUM
1
$
$
13
F.I.R. TEST PUMPING EQUIPMENT
LUMP SUM
1
$
$
14
TEST PUMPING
HOURS
80
$
$
15
RE- INSTALL TEST PUMPING EQUIPMENT
LUMP SUM
1
$
$
16
WATER ANALYSIS
LUMP SUM
1
$
$
17
SAND TESTS
TEST
5
$
$
18
WELL VIDEO SURVEY
TELEVISION
1
$
$
SURVEY
Page 4 K:10158 2- 18 01Admin1Spec18a. 1582 -18 Bid Form Materials
Schedule B: Vertical Turbine Line Shaft
22 PUMP, MOTOR, CONTROLS LUMP SUM 1 $
23 PUMP COLUMN, SHAFTING, RETAINERS, LIN FT 200 $
COUPLINGS, AND STILLING TUBE
Total Schedule B: Vertical Turbine Line Shaft Pump
TOTAL BASE BID (SCHEDULE A + SCHEDULE B)
NOTE: Bidder must enter prices for all items indicated above. Partial
bids will not be considered.
S
Page 5 K:10158 2- 18 01Admin1Spec18a. 1582 -18 Bid Form Materials
MUNICIPAL PRODUCTION WELL NO. 16
CITY PROJECT NO. 416
CITY OF ROSEMOUNT, MN
W SB PROJECT NO. 1582 -18
No.
Item
Units
Qty
Unit Price
Total Price
19
SILT FENCE
LIN FT
300
$ $
20
SOUND BARRIER
SQ FT
480
$ $
21
GEOPHYSICAL LOG
LOG
1
$ $
Total Schedule A: Well No. 16 Construction
$
Schedule B: Vertical Turbine Line Shaft
22 PUMP, MOTOR, CONTROLS LUMP SUM 1 $
23 PUMP COLUMN, SHAFTING, RETAINERS, LIN FT 200 $
COUPLINGS, AND STILLING TUBE
Total Schedule B: Vertical Turbine Line Shaft Pump
TOTAL BASE BID (SCHEDULE A + SCHEDULE B)
NOTE: Bidder must enter prices for all items indicated above. Partial
bids will not be considered.
S
Page 5 K:10158 2- 18 01Admin1Spec18a. 1582 -18 Bid Form Materials
QUALIFICATIONS
We shall use the following drilling equipment if the contract is awarded to us:
Name of Manufacturer
Height of Mast
Age, in years, of drilling equipment
feet
Minnesota Water Well Drilling License No.
National Water Well Association Certification No. (Optional)
Model No.
Engine H.P.
We are listing in the spaces below the locations of our most recent 24 -inch or larger Jordan Sandstone
wells of 450 feet depth or more which our company has drilled in Minnesota.
Date Well
Location Owner's Name Was Drilled Size and Depth
1.
2.
3.
NOTE: Bidder must enter prices for all items indicated above. Partial bids will not be considered.
The LUMP SUM BASE AND ALTERNATE BID PRICE are based upon furnishing and
installing specifically named "Basis of Bid" equipment for various specification sections as
listed in the attached equipment schedule and shall include the total installed price of the
selected "Basis of Bid" equipment for each section. "Alternate Equipment" items proposed
by the Bidder will be considered prior to the Contract being awarded. Qualification packages
must be submitted with the Bid for each "Alternate Equipment" item submitted.
6.01 In connection with the Basis of Bid items to be furnished and installed on this project, the Bidder
expressly agrees that Bidder has studied the requirements of Section 01100 — Substitution of
Equipment and Products, and warrants that the Bid Form has been completed in conformance
with that Section.
6.02 If the Bid is accepted and the Contract is awarded, Bidder agrees that the Work shall be
substantially completed, which is defined as well construction completed, including well
development and test pumping, on or before August 28, 2015.
6.03 If the Bid is accepted and the Contract is awarded, Bidder agrees that the Work shall be
completed and ready for final payment, on or before August 26, 2016.
MUNICIPAL PRODUCTION WELL NO. 16
CITY PROJECT NO. 416
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582 -18
BID FORM
SECTION 00300
PAGE 00300 -6
7.01 The following documents are attached to and made a condition of this Bid:
A. Required Bid Security in the form of Bid Bond, certified check, or cashier's check for the
amount of five (5) percent of the Lump Sum BASE BID, excluding alternates, amount.
B. Qualifications Form
C. Affidavit of Non - Collusion.
D. Contractor's Verification of Compliance
E. Qualification packages for "Alternate Equipment" Bid items, if applicable.
8.01 RESPONSIBLE CONTRACTOR - The provisions of Minn. Stat. 16C.285 are imposed as a
requirement of this contract. All bidders and persons or companies providing a
response /submission to the Advertisement for Bids /RFP of the City shall comply with the
provisions of the statute.
a. Any prime contractor or subcontractor that does not meet the minimum criteria
established for a "responsible contractor" as defined in Minn. Stat. § 16C.285, subd. 3, or
fails to verify that it meets those criteria is not a responsible contractor and is not eligible
to be awarded a construction contract for the Project or to perform work on the Project.
b. Responding contractors shall submit to the City a signed statement under oath by an
owner or officer verifying compliance with each of the minimum criteria in Minn. Stat. §
16C.285, subd. 3, at the time that it responds to this solicitation document.
C. A prime contractor shall submit to the City, upon request, copies of the signed
verifications of compliance from all subcontractors.
d. A false statement under oath verifying compliance with any of the minimum criteria shall
make the prime contractor or subcontractor that makes the false statement ineligible to be
awarded a construction project and may result in termination of a contract awarded to a
prime contractor or subcontractor that submits a false statement.
9.01 If a discrepancy appears between the written and the numerical Bid amounts, the written words
will be used as the quoted price. If an error appears in an extension or addition of items, the
corrected extension or total of the parts shall govern.
10.01 The terms used in this Bid with initial capital letters and all capital letters have the meanings
indicated in the Instruction to Bidders, the Supplementary Conditions, and the General
Conditions.
Bid Submitted on , 2015
State Contractor License No.
MUNICIPAL PRODUCTION WELL NO. 16
CITY PROJECT NO. 416
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582 -18
(if applicable)
BID FORM
SECTION 00300
PAGE 00300 -7
If Bidder is:
An Individual
Name (typed or printed):
By: (SEAL)
(Individual's signature)
Doing business as:
Business address:
Phone No.: FAX No.:
A Partnership
Partnership Name:
By:
(Signature of general partner — attach evidence of authority to sign)
Name (typed or printed):
Business address:
Phone No.: FAX No.:
A Corporation
(SEAL)
Corporation Name: (SEAL)
State of Incorporation:
Type (General Business, Professional, Service, Limited Liability):
By:
(Signature — attach evidence of authority to sign)
Name (typed or printed):
Title:
Attest:
(Signature of Corporate Secretary)
Business address:
Phone No.:
Date of Qualification to do business is
FAX No.:
(CORPORATE SEAL)
MUNICIPAL PRODUCTION WELL NO. 16 BID FORM
CITY PROJECT NO. 416 SECTION 00300
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582 -18 PAGE 00300 -8
A Joint Venture
Joint Venturer Name: (SEAL)
(Signature of joint venture partner — attach evidence of authority to sign)
Name (typed or printed):
Title:
Business address:
Phone No.:
Joint Venturer Name:
In
FAX No.:
(Signature of joint venture partner — attach evidence of authority to sign)
Name (typed or printed):
Title:
Business address:
Phone No.:
FAX No.:
Phone and FAX Number, and Address for receipt of official communications:
(SEAL)
(Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation
that is a parry to the joint venture should be in the manner indicated above.)
MUNICIPAL PRODUCTION WELL NO. 16
CITY PROJECT NO. 416
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582 -18
BID FORM
SECTION 00300
PAGE 00300 -9
AFFIDAVIT AND INFORMATION REQUIRED OF BIDDERS
Affidavit of Non - Collusion:
I hereby swear (or affirm) under the penalty for perjury:
(1) That I am the bidder (if the bidder is an individual), a partner in the bidder (if the bidder is a
partnership), or an officer or employee of the bidding corporation having authority to sign on its
behalf (if the bidder is a corporation).
(2) That the attached bid or bids have been arrived at by the bidder independently, and have been
submitted without collusion with, and without any agreement, understanding, or planned common
course of action with, any other vendor of materials, supplies, equipment or services described in
the invitation to bid, designed to limit independent bidding or competition;
(3) That the contents of the bid or bids have not been communicated by the bidder or its surety on
any bond furnished with the bid or bids, and will not be communicated to any such person prior to
the official opening of the bid or bids; and
(4) That I have fully informed myself regarding the accuracy of the statements made in this affidavit.
Signed
Firm Name
Subscribed and sworn to before me this
day of 120
Notary Public
My commission expires: 120
Bidder's E.I. Number:
(Number used on employer's quarterly federal tax return, U.S. Treasury Department Form 941):
Fair Trade Items:
List below each item upon which a bid is made, the price of which is affected by a resale price
maintenance or "fair trade" contract between the bidder and the person or firm supplying the item to the
bidder. (Use reverse side if necessary.)
MUNICIPAL PRODUCTION WELL NO. 16 AFFIDAVIT
CITY PROJECT NO. 416
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582 -18
CONTRACTOR'S VERIFICATION OF COMPLIANCE
The undersigned, being first duly sworn, as a responding contractor on the Project, represents
and swears as follows:
Now, and at all times during the duration of the Project, the undersigned complies with each
of the minimum criteria in Minn. Stat. § 16C.285, subd. 3, the Responsible Contractor statute.
The undersigned understands that a failure to meet or verify compliance with the minimum
criteria established for a "responsible contractor" as defined in Minn. Stat. § 16C.285, subd. 3,
renders a bidder ineligible to be awarded a construction contract for the Project or to perform work on
the Project.
Upon request, the undersigned will submit copies of the signed verifications of compliance
from all subcontractors.
The undersigned understands that a false statement under oath verifying compliance with any
of the minimum criteria shall make the undersigned, or its subcontractor that makes the false statement,
ineligible to be awarded a construction project and may result in termination of a contract awarded to
the undersigned or its subcontractor that submits a false statement.
Contractor:
By
Signature
Its
Subscribed and sworn to before me this
day of 120
Notary Public
My commission expires: 120
(please print name)
(please sign name)
MUNICIPAL PRODUCTION WELL NO. 16 VERIFICATION
CITY PROJECT NO. 416
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582 -18
PENAL SUM FORM
BID BOND
BIDDER (Name and Address):
SURETY (Name and Address of Principal Place of Business):
OWNER (Name and Address):
BID
BID DUE DATE:
PROJECT (Brief Description Including Location):
BOND
BOND NUMBER:
DATE (Not later than Bid due date):
PENAL SUM:
(Words) (Figures)
IN WITNESS WHEREOF, Surety and Bidder, intending to be legally bound hereby, subject to the terms printed on
the reverse side hereof, do each cause this Bid Bond to be duly executed on its behalf by its authorized officer,
agent, or representative.
BIDDER SURETY
Bidder's Name and Corporate Seal
By:
Attest:
Signature and Title
Signature and Title
Surety's Name and Corporate Seal
By:
Attest:
(Seal)
Signature and Title
(Attach Power of Attorney)
Signature and Title
Note: (1) Above addresses are to be used for giving required notice.
(2) Any singular reference to Bidder, Surety, OWNER or other party shall be considered plural
where applicable.
MUNICIPAL PRODUCTION WELL NO. 16 EJCDC NO. 1910 -28 -C (1996 Edition)
CITY PROJECT NO. 416
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582 -18
1. Bidder and Surety, jointly and severally, bind
themselves, their heirs, executors, administrators,
successors and assigns to pay to OWNER upon default
of Bidder the penal sum set forth on the face of this
Bond.
2. Default of Bidder shall occur upon the failure of
Bidder to deliver within the time required by the
Bidding Documents (or any extension thereof agreed
to in writing by OWNER) the executed Agreement
required by the Bidding Documents and any
performance and payment Bonds required by the
Bidding Documents.
3. This obligation shall be null and void if-
3.1. OWNER accepts Bidder's Bid and Bidder
delivers within the time required by the Bidding
Documents (or any extension thereof agreed to in
writing by OWNER) the executed Agreement required
by the Bidding Documents and any performance and
payment Bonds required by the Bidding Documents, or
3.2. All Bids are rejected by OWNER, or
3.3. OWNER fails to issue a Notice of Award to
Bidder within the time specified in the Bidding
Documents (or any extension thereof agreed to in
writing by Bidder and, if applicable, consented to by
Surety when required by paragraph 5 hereof).
4. Payment under this Bond will be due and payable
upon default by Bidder and within 30 calendar days
after receipt by Bidder and Surety of written notice of
default from OWNER, which notice will be given with
reasonable promptness, identifying this Bond and the
Project and including a statement of the amount due.
5. Surety waives notice of and any and all defenses
based on or arising out of any time extension to issue
Notice of Award agreed to in writing by OWNER and
Bidder, provided that the total time for issuing Notice
of Award including extensions shall not in the
aggregate exceed 120 days from Bid due date without
Surety's written consent.
6. No suit or action shall be commenced under this
Bond prior to 30 calendar days after the notice of
default required in paragraph 4 above is received by
Bidder and Surety and in no case later than one year
after Bid due date.
7. Any suit or action under this Bond shall be
commenced only in a court of competent jurisdiction
located in the state in which the Project is located.
PENAL SUM FORM
8. Notices required hereunder shall be in writing and
sent to Bidder and Surety at their respective addresses
shown on the face of this Bond. Such notices may be
sent by personal delivery, commercial courier or by
United States Registered or Certified Mail, return
receipt requested, postage pre -paid, and shall be
deemed to be effective upon receipt by the party
concerned.
9. Surety shall cause to be attached to this Bond a
current and effective Power or Attorney evidencing the
authority of the officer, agent or representative who
executed this Bond on behalf of Surety to execute, seal
and deliver such Bond and bind the Surety thereby.
10. This Bond is intended to conform to all applicable
statutory requirements. Any applicable requirement of
any applicable statute that has been omitted from this
Bond shall be deemed to be included herein as if set
forth at length. If any provision of this Bond conflicts
with any applicable statute, then the provision of said
statute shall govern and the remainder of this Bond
that is not in conflict therewith shall continue in full
force and effect.
11. The term "Bid" as used herein includes a Bid,
offer or proposal as applicable.
MUNICIPAL PRODUCTION WELL NO. 16 EJCDC NO. 1910 -28 -C (1996 Edition)
CITY PROJECT NO. 416
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582 -18
STANDARD FORM OF AGREEMENT
BETWEEN OWNER AND CONTRACTOR
ON THE BASIS OF A STIPULATED PRICE
THIS AGREEMENT is dated as of the day of
in the year by and
between the City of Rosemount, Minnesota (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
CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work
is generally described as follows:
Construction of one new municipal production well; restoration of the well site; and the addition
of a vertical turbine pump, motor, and appurtenances. Vertical turbine pump will be added at a
later date with well house construction.
ARTICLE 2 — ENGINEER
The Project has been designed by the office of WSB & Associates, Inc. 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 3 — CONTRACT TIME
3.1 The Work will be completed and ready for Final Payment in accordance with paragraph 14.07 of
the General Conditions on or before August 26, 2016. Substantial and final completion dates are
defined as follows:
Substantial completion by August 28, 2015. Substantial completion is defined as well
construction completed, including well development and test pumping.
Final completion by August 26, 2016. Final completion is defined as pump installation and
start -up completed and the well pumping into the distribution system.
3.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence in this
Agreement and that OWNER will suffer financial loss if the Work is not completed within the
times specified in paragraph 3.1 above, plus any extensions thereof allowed in accordance with
Article 12 of the General Conditions. They also recognize the delays, expense and difficulties
involved in proving the actual loss suffered by OWNER if the Work is not completed on time.
Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as
liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER Five
MUNICIPAL PRODUCTION WELL NO. 16 STANDARD FORM OF AGREEMENT
CITY PROJECT NO. 416 SECTION 00500
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582 -18 PAGE 00500 -1
Hundred dollars ($500) for each day that expires after the time specified in paragraph 3.1 for
completion and readiness for Final Payment.
ARTICLE 4 — CONTRACT PRICE
4.1. OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract
Documents an amount in current funds equal to the sum of the amounts determined pursuant to
paragraphs 4. LA and 4.1.B below:
A. For all Work at the prices stated in CONTRACTOR'S Bid, attached hereto as an exhibit
for a total of all Unit Price and Lump Sum work of $
For all unit price work, an amount equal to the sum of the established unit price for each
separately identified item of Unit Price Work times the estimated quantity of that item as
indicated in the CONTRACTOR'S Bid Form.
All specific cash allowances are included in the above price and have been computed in
accordance with paragraph 11.02 of the General Conditions.
As provided in paragraph 11.03 of the General Conditions, estimated quantities are not
guaranteed, and determinations of actual quantities and classifications are to be made by
ENGINEER as provided in paragraph 9.08 of the General Conditions. Unit prices have
been computed as provided in paragraph 11.03 of the General Conditions.
B. For all Work, at the prices stated in CONTRACTOR'S Bid, attached hereto as an exhibit.
ARTICLE 5 — PAYMENT PROCEDURES
CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General
Conditions. Applications for Payment will be processed by Engineer as provided in the General
Conditions.
5.1. Progress Payments. OWNER shall make progress payments on account of the Contract Price on
the basis of CONTRACTOR'S Applications for Payment as recommended by Engineer according
to a schedule mutually agreed upon by the Owner and Contractor. All progress payments will be
on the basis of the progress of the Work measured by the schedule of values established in
paragraph 2.07 of the General Conditions (and in the case of Unit Price Work based on the
number of units completed) or, in the event there is no schedule of values, as provided in the
General Requirements.
5.1.1. Prior to Final Completion, progress payments will be made in an amount equal to the percentage
indicated below, but, in each case, less the aggregate of payments previously made and less such
amounts as Engineer shall determine, or OWNER may withhold, in accordance with paragraph
14.02 of the General Conditions.
95% of Work completed, except for mobilization.
MUNICIPAL PRODUCTION WELL NO. 16
CITY PROJECT NO. 416
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582 -18
STANDARD FORM OF AGREEMENT
SECTION 00500
PAGE 00500 -2
75% of materials and equipment not incorporated in the Work (but delivered, suitably stored and
accompanied by documentation satisfactory to OWNER as provided in paragraph 14.02 of the
General Conditions), except for mobilization.
See Section 02670 of the Project Manual for schedule of payments for mobilization.
5.2. Final Payment. 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.
5.3. Prompt Payment to Subcontractors. Each contract of a municipality must require the prime
contractor to pay any subcontractor within ten days of the prime contractor's receipt of payment
from the municipality for undisputed services provided by the subcontractor. The contract must
require the prime contractor to pay interest of 1 -1 /2 percent per month or any part of a month to
the subcontractor on any undisputed amount not paid on time to the subcontractor. The minimum
monthly interest penalty payment for an unpaid balance of $100 or more is $10. For an unpaid
balance of less than $100, the prime contractor shall pay the actual penalty due to the
subcontractor. A subcontractor who prevails in a civil action to collect interest penalties from a
prime contractor must be awarded its costs and disbursements, including attorney's fees, incurred
in bringing the action.
ARTICLE 6 — INTEREST
All moneys not paid when due as provided in Article 14 of the General Conditions shall bear interest at
the maximum rate allowed by law at the place of the Project.
ARTICLE 7 — CONTRACTOR'S REPRESENTATIONS
In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following
representations:
7.1. CONTRACTOR has examined and carefully studied the Contract Documents (including the
Addenda listed in Article 8 of this agreement) and the other related data identified in the Bidding
Documents including "technical data."
7.2. 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, performance or furnishing of the Work.
7.3. CONTRACTOR is familiar with and is satisfied as to all federal, state, county and local Laws and
Regulations that may affect cost, progress, performance and furnishing of the Work.
7.4. CONTRACTOR has carefully studied all 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 paragraph 4.02 of the Supplementary Conditions and 4.03
of the General Conditions. CONTRACTOR accepts the determination set forth in paragraph SC-
4.02 of the Supplementary Conditions of the extent of the "technical data" contained in such
reports and drawings upon with CONTRACTOR is entitled to rely as provided in paragraphs 4.02
and 4.03 of the General Conditions. CONTRACTOR acknowledges that such reports and
MUNICIPAL PRODUCTION WELL NO. 16 STANDARD FORM OF AGREEMENT
CITY PROJECT NO. 416 SECTION 00500
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582 -18 PAGE 00500 -3
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 information and data shown or indicated in the Contract
Documents with respect to Underground Facilities at or contiguous to the site. 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, performance 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 and safety precautions and programs incident
thereto. CONTRACTOR does not consider that any additional examinations, investigations,
explorations, tests, studies or data are necessary for the performance and furnishing of the Work
at the Contract Price, within the Contract Times and in accordance with the other terms and
conditions of the Contract Documents.
7.5. CONTRACTOR is aware of the general nature of work to be performed by OWNER and others
at the site that relates to the Work as indicated in the Contract Documents.
7.6. CONTRACTOR has correlated the information known to CONTRACTOR, information and
observations from visits to the site, reports and drawings identified in the Contract Documents
and all additional examinations, investigations, explorations, tests, studies and data with the
Contract Documents.
7.7. CONTRACTOR has given Engineer written notice of all conflicts, errors, ambiguities or
discrepancies that he has discovered in the Contract Documents and the written resolution thereof
by Engineer is acceptable to CONTRACTOR.
ARTICLE 8 — CONTRACT DOCUMENTS
The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR
concerning the Work consist of the following:
8.1. This Agreement (pages 1 to 6, inclusive).
8.2. Exhibits to this Agreement (pages to , inclusive).
8.3. Performance and Payment Bonds.
8.4. Notice to Proceed.
8.5. General Conditions.
8.6. Supplementary Conditions.
8.7. Specifications bearing the title, "Municipal Production Well No. 16, for the City of Rosemount,
Minnesota."
MUNICIPAL PRODUCTION WELL NO. 16 STANDARD FORM OF AGREEMENT
CITY PROJECT NO. 416 SECTION 00500
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582 -18 PAGE 00500 -4
8.8. Drawings, bound within Appendix A of this project manual, with each sheet bearing the following
title:
Municipal Production Well No. 16
Rosemount, MN
8.9. Addenda numbers to
8.10. CONTRACTOR's Bid (pages
inclusive.
to inclusive) marked exhibit
8.11. Documentation submitted by CONTRACTOR prior to Notice of Award (pages to ,
inclusive).
8.12. 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 paragraph 3.04 of the General Conditions.
There are no Contract Documents other than those listed above in this Article 8 of this agreement. The
Contract Documents may be amended, modified or supplemented as provided in paragraph 3.04 of the
General Conditions.
ARTICLE 9 — MISCELLANEOUS
9.1. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have
the meanings indicated in the General Conditions.
9.2. 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.
9.3. 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 of all covenants, agreements and obligations contained in the Contract Documents.
9.4. Any provisions 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 reformed 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.
9.5. This contract may be terminated by the City at any time upon discovery by the City that the prime
contractor or subcontractor has submitted a false statement under oath verifying compliance with
any of the minimum criteria set forth in Minn. Stat. § 16C.285, subd. 3.
MUNICIPAL PRODUCTION WELL NO. 16
CITY PROJECT NO. 416
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582 -18
STANDARD FORM OF AGREEMENT
SECTION 00500
PAGE 00500 -5
ARTICLE 10 —OTHER PROVISIONS
IN WITNESS WHEREOF OWNER and CONTRACTOR have signed this Agreement in triplicate. One
counterpart each has been delivered to OWNER, CONTRACTOR and ENGINEER. All portions of the
Contract Document have been signed or identified by OWNER and CONTRACTOR or by ENGINEER
on their behalf.
This Agreement will be effective on
Agreement).
OWNER:
City of Rosemount; MN
Ra
Attest:
Address for giving notices:
2875 145th Street West
Rosemount, MN 55068
MUNICIPAL PRODUCTION WELL NO. 16
CITY PROJECT NO. 416
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582 -18
(which is the effective date of the
CONTRACTOR:
By:
Attest:
Address for giving notices:
Business Phone:
Agent for service of process:
STANDARD FORM OF AGREEMENT
SECTION 00500
PAGE 00500 -6
PERFORMANCE AND PAYMENT BONDS
PART A: PAYMENT
KNOW ALL MEN BY THESE PRESENTS, that we
Contractor, as Principal, and
are firmly bound unto the a Minnesota Corporation, (hereinafter referred
to as "Obligee "), for the use and benefit of Obligee and all persons furnishing labor and materials to
perform the Contract, in an amount of
and /100 Dollars, for payment of all claims,
costs and charges as hereinafter set forth. For the payment of this obligation, well and truly made, we
jointly and severally bind ourselves, our representatives and successors firmly by these presents.
The condition of this obligation is such that whereas the Principal has entered into a written
contract with the Obligee dated , which contract is on file in the office of
the Obligee, the regularity and validity of which is hereby affirmed;
NOW THEREFORE, if the Principal shall pay as they may come due all just claims for work done;
for furnishing labor and materials, insurance premiums, equipment, or supplies for the purpose of such
contract, and all taxes incurred under Minnesota Statutes, Section 290.92 or Chapter 297A, and supplies
for the completion of the contract in accordance with its terms, and shall pay all costs of enforcement of
the terms of the bond, if action is brought thereon, including reasonable attorney's fees, costs and
disbursements in any case in which such action is successfully maintained, and shall comply with the
laws of the state appertaining to such contract, then this obligation shall be void but otherwise it shall
remain in full force and effect pursuant to Minnesota Statutes, Chapter 574.
PART B: PERFORMANCE
KNOW ALL MEN BY THESE PRESENTS, that the aforesaid Principal and Surety are held and
firmly bound unto the Obligee, for the use and benefit of the Obligee, in the additional amount of
and /100 Dollars, for the faithful performance of the Contract pursuant to its terms, as
hereinafter set forth.
For the payment of this well and truly to be made we jointly and severally bind ourselves, our
representatives and successors firmly by these presents.
The condition of this obligation is such that whereas the Principal has entered into the Contract
more particularly described in Part A hereof, the regularity and validity of which is hereby affirmed:
NOW, THEREFORE, if the Principal shall faithfully perform the Contract and shall save the
Obligee harmless from all cost and charges that may accrue on account of the doing of the work specified
and shall pay all costs of enforcement of the terms of the bond, if action is brought thereon, including
reasonable attorney's fees, in any case in which such action is successfully maintained, and shall comply
with the laws of the state pertaining to such Contract, then this obligation shall be void but otherwise it
shall remain in full force and effect pursuant to Minnesota Statutes, Chapter 574.
MUNICIPAL PRODUCTION WELL NO. 16 PERFORMANCE AND PAYMENT BONDS
CITY PROJECT NO. 416
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582 -18 PAGE 1
The aggregate liability for bonds provided under Part A and Part B hereof is
(Sum of Parts A and B)
No assignment, modifications, or change in the Contract, or change in the work covered thereby,
nor any extension of time for completion of the Contract, shall release the Surety on this bond.
Sealed with our seals and dated this day of
Contractor
By
Its
And
Its
(Seal of Contractor if a Corporation)
Witnesses to Contractor's Signature:
MUNICIPAL PRODUCTION WELL NO. 16
CITY PROJECT NO. 416
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582 -18
120
Surety
By
Its
Witnesses to Surety's Signature:
PERFORMANCE AND PAYMENT BONDS
PAGE 2
MINNESOTA- REVENUE SDE
Exemption from Surety Deposits for Non - Minnesota Contractors
Please type or print clearly. This information will be used for returning the form to you.
/Contractor 1 Total contract amount
O I
Va0+ i Address i Contact person
R R
p 0 I City State ZIP code I Contract starting date
0 s l 1
Name of business or government agency Contact person
C
+, O
R Contract owner's address City State ZIP Code
O E
._ C Project location address City State ZIP code
O
a
E
X
W
O
O
N
t4
x
bA
N
Minnesota tax ID number
Daytime phone
Projected completion date
Daytime phone
Project number
I request exemption from surety deposits under Minnesota law (M.S. 290.9705) for the following reason (check one box
only and complete the information requested):
❑ I have a cash surety or a bond secured by an insurance company licensed in Minnesota. The bond must be 8 percent of the total
contract amount. Attach a copy of Form SDB, Non - Minnesota Contractor's Bond.
Bonding company Bonding agent
Address Daytime phone
City State ZIP code Period of bond (month /day /year)
From / / To
❑ I have done construction work in Minnesota during the past three calendar years and have fully complied with Minnesota law
regarding Minnesota income, sales and use, corporate franchise and withholding taxes.
❑ I am performing work for a government agency and have a payment and performance bond.
❑ I am performing work for a government agency and have a cash surety issued by a state bank, national bank, or savings and
loan association doing business in Minnesota.
1 declare this information is true and complete to the best of my knowledge and belief. 1 authorize the Department of Revenue to
send a copy of this form to the contract owner and discuss this case and related taxes with the bonding company.
Contractor's signature Title Date
Mail to: Minnesota Revenue, Mail Station 5410, St. Paul, MN 55146 -5410
Department of Revenue Approval
The above -named non - Minnesota contractor is exempt from the surety requirements of Minnesota Statute 290.9705 for this project.
Department of Revenue approval Date
(Rev. 1/14)
MINNESOTA• REVENUE
Form SDE Instructions
Unless the non - Minnesota construction con-
tractor is approved for exemption, any person
or business that hires or contracts with the
contractor must withhold 8 percent of their
compensation as a Minnesota surety deposit.
The withholding amount is deposited with
the department and is used as a surety to
guarantee that the contractor has fu filled the
requirements for withholding, sales and use,
corporate franchise and income taxes.
For additional information regarding the 8
percent withholding, see Fact Sheet 12, Surety
Deposits for Non - Minnesota Construction
Contractors.
Purpose of Form SDE
If you are a non - Minnesota construction
contractor and you want to apply for an
exemption from the surety deposit (see "Ex-
emption Requirements" below), complete
and file Form SDE with the department
before you start the project.
If approved, give the original, signed Form
SDE to the person or business for whom
you are doing the work to show you are
exempt from the 8 percent surety deposit.
Surety Deposit Law
If you hire or contract with a non- Minneso-
ta contractor to perform construction work
in Minnesota, you must withhold 8 percent
(.08) of their compensation as a Minnesota
surety deposit. Payments are subject to 8
percent withholding only if the work was
performed in Minnesota and the value of
the contract exceeds $50,000.
Exemption Requirements
A non - Minnesota construction contrac-
tor may qualify for an exemption from
the surety deposit if one of the following
requirements are met:
The contractor gives the department a
bond that is secured by an insurance
company licensed in Minnesota and
is equal to 8 percent of the contract.
The bond remains in effect until the
contractor satisfies all tax liabilities. You
may choose to complete Form SDB,
Non - Minnesota Contractor's Bond, to
submit to the department.
The contractor gives the department a
cash surety. A cash surety is evidence of
a savings account, deposit or certificate
of deposit in, or issued by, a state bank,
national bank or savings and loan as-
sociation doing business in Minnesota.
Interest and dividends earned on the
principal amount may be retained by the
contractor.
• The contractor is performing work for a
government agency and has a payment
and performance bond.
• The contractor has done construction
work in Minnesota during the past three
calendar years and has fully complied
with Minnesota laws regarding
withhold -ing, sales and use, corporate
franchise and income taxes.
If a non - Minnesota contractor is hired or
contracted to perform construction work
in Minnesota, the person or business who
is paying the contractor must withhold
8 percent of the payment as a Minnesota
surety deposit.
Unless the contractor has received exemp-
tion from surety deposits, payments made
to the contractor are subject to 8 percent
withholding, if:
• the construction work was performed in
Minnesota; and
• the value of the contract exceeds
$50,000.
Who can apply?
A non - Minnesota contractor can apply for
an exemption if your contract exceeds or is
expected to exceed $50,000.
Before You Start
You must have a Minnesota tax ID number
from the Department of Revenue to request
an exemption from surety deposit.
If you don't have a Minnesota Ill number,
you may apply online at www.revenue.state.
mn.us or by calling our Business Registra-
tion Office at 651- 282 -5225 or 1- 800 -657-
3605.
How to Apply
To apply for an exemption from Minnesota
surety deposits, file Form SDE before you
start the project.
Mail this form and any required attach-
ments to the address on the front.
If You're Approved
If we approve the exemption, we will sign
the bottom of the form and return it to you.
Make a copy for your records and give the
original to the business for whom you are
doing the work.
If You're Not Approved
If we determine you're not eligible for
exemption, 8 percent of each payment made
to you must be withheld by the business for
whom you are doing the work and depos-
ited with the Department of Revenue.
To apply for a refund, complete Form SDR,
Refund of Surety Deposits for Non - Minnesota
Contractors. When the project is complete,
and we determine that you have complied
with Minnesota income, withholding, cor-
porate franchise and sales and use tax laws,
you'll receive a refund plus interest.
Information and Assistance
Additional forms and information, includ-
ing fact sheets and frequently asked ques-
tions, are available on our website.
Website: www.revenue.state.mn.us
Email: withholding.tax @state.mn.us
Phone: 651 -282 9999 or 1- 800 - 657 -3594.
(TTY: Call 711 for Minnesota Relay)
We'll provide information in other formats
upon request to persons with disabilities.
Use of Information
All information on this form is required
except for your phone number.
All information, except your Minnesota
tax ID number, is private by state law. It
cannot be given to others without your
permis -sion, except to the Internal
Revenue Service, other states that
guarantee the same privacy, the contract
owner or bonding company and certain
government agencies as pro -vided by
law.
MINNESOTA• REVENUE
Withholding Affidavit for Contractors
IC134
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. For more detailed information, see the instructions on the back of this form.
Please type or print clearly. This information will be used for returning the completed form.
Co 1
Company name Daytime phone
Address I Total contract amount
City State ZIP code I Amount still due
l 1$
Minnesota tax ID number
Month /year work began
Project number Project location
C
+, O
v Project owner Address City State ZIP code
d E
W ,Q
= Did you have employees work on this project? F-1 Yes ❑ No. If no, who did the work?
Check the box that describes your involvement in the project and fill in all information requested.
❑ Sole contractor
❑ Subcontractor
Name of contractor who hired you
Address
y ❑ Prime contractor —If you subcontracted out any work on this project, all of your subcontractors must file their own contractor af-
fidavits (IC134) and have them certified by the Department of Revenue before you can file your affidavit. For each subcontractor
`o you had, fill in the information below and attach a copy of each subcontractor's certified IC134. If you need more space, attach a
46 separate sheet.
R
Business name Address Owner /Officer
O
v
y I declare that all information I have filled in on this form is true and complete to the best of my knowledge and belief. I authorize the Department of Revenue to
y disclose pertinent information relating to this project, including sending copies of this form, to the prime contractor if I am a subcontractor, and to any subcon-
tractors ifl am a prime contractor, and to the contracting agency.
c
Contractor's signature Title Date
N
Mail to: Minnesota Revenue, Mail Station 6610, St. Paul, MN 55146 -6610
Phone: 651 - 282 -9999 or 1- 800 - 657 -3594 (TTY: Call 711 for Minnesota Relay).
Certificate of Compliance
Based on records of the Minnesota Department of Revenue, I certify that the contractor who has signed this certificate has ful-
filled all the requirements of Minnesota Statutes 290.92 and 270C.66 concerningthe withholding of Minnesota income tax from
wages paid to employees relatingto contract services with the state of Minnesota and /or its subdivisions.
Department of Revenue approval Date
(Rev. 11/13)
MINNESOTA• REVENUE
Form IC134 Instructions
Withholding Affidavit
No state agency or local unit of government
can make final payment to a contractor un-
til the Department of Revenue has certified
that the contractor and any subcontractor
have fulfilled the requirements of Minne-
sota withholding tax laws.
Who Must File
If you are a prime contractor, a contrac-
tor or a subcontractor who did work on a
project for the state of Minnesota or any of
its local government subdivisions — such
as a county, city or school district — you
must submit an affidavit to the Department
of Revenue to receive a confirmation of
compliance.
Use of Information
The Department of Revenue needs all the
requested information to determine if you
have met the state income tax withholding
requirements. If all required information is
not provided, Form IC134 will be returned
to you for completion.
All information on this affidavit is private by
state law. It cannot be given to others with-
out your permission, except to the Internal
Revenue Service, other states that guarantee
the same privacy and certain government
agencies as provided by law.
Minnesota Tax ID Number
You must have a Minnesota tax ID number
if you have employees who work in Min-
nesota. You must enter your Minnesota tax
ID number on Form IC134.
If you don't have a Minnesota tax ID
number, apply online at www revenue.state.
mn.us or by calling our Business Registra-
tion Office at 651- 282 -5225 or 1- 800 -657-
3605.
If you have no employees and did all the
work yourself, you do not need a Minnesota
tax ID number. Instead, enter your Social
Security number in the space for Minnesota
tax ID number and explain who did the
work.
Submit Affidavit
Form IC134 cannot be processed by the
Department of Revenue until you finish
the work. If you submit the form before the
project is completed, it will be returned to
you unprocessed.
If any withholding payments are due to the
state, Minnesota law requires certified pay-
ments before we approve your Form IC134.
If you are a subcontractor or sole contractor,
submit the form when you have completed
your part of the project.
If you are a prime contractor, submit the
form when the entire project is completed
and you have received certified affidavits
from all of your subcontractors.
If you're a prime contractor and a
subcontractor on the same project
If you were hired as a subcontractor to do
work on a project, and you subcontracted
all or a part of your portion of the project to
another contractor, you are a prime contrac-
tor as well. Complete both the subcontrac-
tor and prime contractor areas on a single
Form IC134.
You may submit your withholding affidavit
either electronically or by mail. This af-
fidavit must be certified and returned before
the state or any of its subdivisions can make
final payment for your work.
For an immediate response: Complete
and submit your withholding affidavit
electronically. Go to wwwrevenue.state.
mn.us and choose Withholding Tax. Under
the File and Pay tab, click on Withholding
Affidavit for Contractors on Government
Projects.
You may complete and mail Form IC134
to: Minnesota Revenue, Mail Station 6610,
St. Paul, MN, 55146 -6610. If you have
fulfilled the requirements of Minnesota
withholding tax laws, the department will
sign your affidavit and return it to you.
To receive your final payment, submit the
certified affidavit to the government unit
for which the work was done. If you are a
subcontractor, submit the certified affidavit
to your prime contractor to receive your
final payment.
Information and Assistance
Additional forms and information, includ-
ing fact sheets and frequently asked ques-
tions, are available on our website.
Website: wwwrevenue.state.mn.us
Email: withholding.tax @state.mn.us
Phone: 651 -282 9999 or 1- 800 - 657 -3594.
(TTY: Call 711 for Minnesota Relay)
We'll provide information in other formats
upon request to persons with disabilities.
SUPPLEMENTARY GENERAL CONDITIONS
ARTICLE S.G.C.0 INTRODUCTION
ARTICLE S.G.C.4 AVAILABLE LANDS, SURFACE AND PHYSICAL CONDITIONS, REFERENCE
POINTS................................................................................... ..............................1
ARTICLE S.G.C.5 BONDS AND INSURANCE ...................................................... ..............................2
ARTICLE S.G.C.6 CONTRACTOR'S RESPONSIBILITIES .................................... ..............................2
MUNICIPAL PRODUCTION WELL NO. 16 SUPPLEMENTARY GENERAL CONDITIONS
CITY PROJECT NO. 416
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582 -18
SUPPLEMENTARY GENERAL CONDITIONS
ARTICLE S.G.C.0 INTRODUCTION
These Supplementary General Conditions amend or supplement the 2012 City of Rosemount General
Specifications and Standard Detail Plates for Street and Utility Construction (City General Specifications)
which includes the Standard General Conditions of the Construction Contract (EJCDC C -700, 2007
Edition), Supplementary General Conditions, and other provisions of the Contract Documents. All
provisions which are not so amended, or supplemented, remain in full force and effect.
ARTICLE S.G.C.4 AVAILABLE LANDS, SURFACE AND PHYSICAL CONDITIONS, REFERENCE
POINTS
Under 4.02. Subsurface and Physical Conditions, add the following text immediately following 4.02.C. of
the City General Specifications:
C. The following information was used for reference in preparation of the Contract
documents.
• Well and Boring Logs
• Test Pumping Data
• Water Quality Data
• Geophysical Logs
• Test Well Record Drawing
Copies of the above have been bound in Appendix A and Appendix B of this
project manual.
It is understood and agreed that the Owner does not warrant or guarantee that
the materials and conditions encountered during construction will be even
approximately the same as those indicated in the above - referenced documents.
The bidder must satisfy himself regarding the character, quantities, and
conditions of the various materials and work to be done, and assumes the risk of
all discrepancies between the information given and the actual conditions
encountered.
It is further understood and agreed that the bidder or the Contractor will not use
any of the information made available to him or obtained in any examination
made by him, in any manner as a basis or ground of claim or demand of any
nature against the Owner or the Engineer, arising from or by reason of any
variance which may exist between the information offered and the actual
materials or structures encountered during the construction work.
D. Information is made available for convenience of Contractor and is in no event
considered a part of this Contract.
E. It shall be the responsibility of the Contractor to determine to Contractor's own
satisfaction the location and nature of conditions which will be encountered
during the work.
MUNICIPAL PRODUCTION WELL NO. 16
CITY PROJECT NO. 416
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582 -18
SUPPLEMENTARY GENERAL CONDITIONS
PAGE 1
ARTICLE S.G.C.5 BONDS AND INSURANCE
After Paragraph 5.04.0 in the City General Specifications, add the following insurance requirements:
5.04.C.5. Contractor's Liability Insurance including completed operations and product liability
coverages and eliminate the exclusion with respect to property under the care, custody
and control of Contractor:
Additional insureds for Contractor's liability and property insurance:
1. City of Rosemount, Minnesota
2. WSB & Associates, Inc., Minnesota
ARTICLE S.G.C.6 CONTRACTOR'S RESPONSIBILITIES
6.05 Substitutes and "Or- Equals"
A. Delete paragraph 6.05.A.
B. Delete the last sentence of paragraph 6.05.13.
6.06 Concerning Subcontractors, Suppliers, and Others
A. Add the following paragraph 6.06.H:
"H. Owner or Engineer may furnish to any such Subcontractor, Supplier or other person
or organization, to the extent feasible, information about amounts paid to Contractor in
accordance with Contractor's Applications for Payment on account of the particular
Subcontractor's, Supplier's, other person's or other organization's Work."
6.17 Shop Drawings and Samples
Add the following new subparagraph:
"Shop drawings shall be dated and contain the project name, name of product or
equipment, section of specification covering said product or equipment and locations at
which material or equipment is to be installed. Submission of shop drawings shall be
accompanied by transmittal letter containing project name, Contractor's name, number of
drawings, titles, and other pertinent data."
6.20 Indemnification
Add the following paragraph 6.20.D:
"D. In addition to any indemnification required under 6.20.A., 6.20.B., and 6.20.C.,
the Contractor shall purchase insurance as provided in Minnesota Statutes Section
337.05, as most recently amended, for the benefit of the Owner and the Engineer and
their agents and employees, which shall compensate them from any loss due to all
claims, damages, losses and expenses, including, but not less than the limits and
coverages described herein. Copies of the certificate of insurance shall be provided to
the Owner and Engineer and shall name these parties as insured."
MUNICIPAL PRODUCTION WELL NO. 16
CITY OF ROSEMOUNT, MN
CITY PROJECT NO. 416
WSB PROJECT NO. 1582 -18
SUPPLEMENTARY GENERAL CONDITIONS
PAGE 2
DIVISION 1
GENERAL REQUIREMENTS
TABLE OF CONTENTS
01100 SUBSTITUTION OF EQUIPMENT AND PRODUCTS
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 1
CITY PROJECT NO. 416 GENERAL REQUIREMENTS
CITY OF ROSEMOUNT, MN TABLE OF CONTENTS
WSB PROJECT NO. 1582 -18
SECTION 01100
SUBSTITUTUION OF EQUIPMENT AND PRODUCTS
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. This section defines procedures for substitutions of equipment and products.
1.02 SHOP DRAWINGS SUBMITTALS
A. Shop drawings shall be furnished in accordance with Section 11170.
1.03 SUBSTITUTION OF EQUIPMENT AND PRODUCTS
A. Where products, materials or methods are accompanied by "or equal" or other similar
language, the CONTRACTOR'S requests to use unnamed products, materials or
methods are considered requests for substitutions, and are subject to the requirements
listed below.
Following execution of the Contract, OWNER and ENGINEER may consider
formal requests for the substitution of products in place of those specified, under
the following conditions:
The request is accompanied by complete data on the proposed
substitution showing compliance with the Contract Documents including
product identification and description, performance and test data,
references and samples where applicable, and an itemized comparison
of the proposed substitution with the products specified or named by
Addenda, with data relating to Contract time schedule, design and artistic
effect where applicable, and its relationship to other contracts.
The request is accompanied by detailed accurate cost data on the
proposed substitution in comparison with the product specified, whether
or not modification of the Contract Sum is to be a consideration. Cost
data shall include product costs as well as operation and maintenance
costs and any additional cost to incorporate the substituted product into
the project.
2. Requests for substitution when forwarded by the CONTRACTOR to the
ENGINEER shall include the CONTRACTOR'S written and signed certification.
This certification shall mean that the CONTRACTOR:
Represents that he has personally investigated the proposed substitute
product and determined that it is equal or superior in all respects to that
specified.
Will provide the same published guarantee for the substitution that he
would the product which was specified.
C. Certifies that the cost data presented is complete and includes all related
costs under this Contract, but excludes costs under separate contracts
and ENGINEER'S redesign costs, and that he waives all claims for
additional costs related to the substitution which subsequently become
apparent.
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 1
CITY PROJECT NO. 416 GENERAL REQUIREMENTS
CITY OF ROSEMOUNT, MN SECTION 01100
WSB PROJECT NO. 1582 -18 PAGE 01100 -1
d. Will coordinate the installation of the accepted substitute, making such
changes as may be required for the work to be complete in all respects.
3. Substitutions will not be considered when they are indicated or implied on shop
drawings or product data submittals without separate written request, or when
acceptance will require substantial revision of Contract Documents.
4. ENGINEER will determine acceptability of proposed substitution, and will notify
CONTRACTOR of acceptance or rejection in writing within reasonable time.
5. The CONTRACTOR shall pay all costs incurred by the OWNER and ENGINEER
for re- design work required to incorporate substitute products or systems. The
rate of pay shall be equal to 2.75 times ENGINEER'S salary cost plus
reimbursable expenses at cost.
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION 01100
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 1
CITY PROJECT NO. 416 GENERAL REQUIREMENTS
CITY OF ROSEMOUNT, MN SECTION 01100
WSB PROJECT NO. 1582 -18 PAGE 01100 -2
DIVISION 2
SITE WORK
TABLE OF CONTENTS
02670 WATER WELL
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 2
CITY PROJECT NO. 416 SITE WORK
CITY OF ROSEMOUNT, MN TABLE OF CONTENTS
WSB PROJECT NO. 1582 -18
SECTION 02670
VIVA 94ZAT l4no
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. This section includes the requirements for providing a municipal drinking water well
completed in the Jordan formation.
1.02 RELATED DOCUMENTS
A. The General Conditions and Special Conditions apply to each and every section of the
specifications. Refer also to other related sections of the specifications.
1.03 DESCRIPTION OF WORK
A. CONTRACTOR shall furnish all labor, materials, equipment, appurtenances and facilities
to construct one water well for municipal water supply at the location shown on the
contract drawings. Construct a 495 - foot -deep Jordan well capable of producing 1,200
GPM of sand free water.
B. CONTRACTOR shall test the well for depth, alignment, plumbness, capacity, drawdown,
recovery, sand content and biological and chemical quality of the water. The well shall
be disinfected in accordance with the requirements of the Minnesota Department of
Health Well Code.
C. CONTRACTOR shall do all work and furnish all materials, tools and appurtenances as
clarified in the Minnesota Department of Health Report, included as Appendix B of this
Project Manual.
D. CONTRACTOR shall do all the work and furnish all the materials, tools, appurtenances,
and everything necessary for completing the well within the time specified.
CONTRACTOR shall complete the well to the satisfaction of the ENGINEER, in
accordance with the specifications and drawings and at the prices shown in the Bid Form.
E. Grading of the site will be required to make the site workable. All costs associated with
grading the site are incidental to the mobilization /demobilization bid item.
1.04 REFERENCED DOCUMENTS
A. CONTRACTOR'S work shall conform to current edition of reference standards unless
specified otherwise.
B. Should specified reference standards conflict with Contract Documents, CONTRACTOR
shall request clarification from ENGINEER before proceeding.
C. The contractual relationship of the parties to the Contract shall not be altered from the
Contract Documents by mention or inference otherwise, in any reference document.
D. Minnesota Department of Health —Water Well Construction Code (Well Code).
E. Standard Methods of Water Analysis.
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 2
CITY PROJECT NO. 416 SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02670
WSB PROJECT NO. 1582 -18 PAGE 02670 -1
F. American Water Works Association Standards A100 -97.
G. Minnesota Department of Health Report, included as Appendix C of this Project Manual.
1.05 LOCATION
A. The well is to be located in Township 115N, Range 19W, Section 21 in the City of
Rosemount, Minnesota. The location of the well is shown in the Contract Drawings. The
location of the well will be staked in the field by the ENGINEER prior to start of
construction.
B. The work under these Contract Documents is located on property of the OWNER or
easements obtained by the OWNER. Limits of construction are indicated on
Drawing No. 2.
1.06 PERMITS
A. CONTRACTOR shall acquire all permits, at his expense, from appropriate agencies as
required for the execution of his work.
B. The CONTRACTOR shall submit a "Well Construction Notification" to the Minnesota
Department of Health and Dakota County prior to beginning well construction.
1.07 FINES
A. In the event the OWNER is fined by the Minnesota Pollution Control Agency, Minnesota
Department of Natural Resources, Environmental Protection Agency or Minnesota
Department of Health as a result of the CONTRACTOR'S actions or lack of actions, the
OWNER will deduct from payment, due the CONTRACTOR, corresponding amounts to
cover the cost of such fines, including the costs of related engineering and legal fees.
1.08 COMPLETION DATES
A. Substantial completion by August 28, 2015, where substantial completion is defined as
well construction, including well development and test pumping completed.
B. Final completion by August 26, 2016, where final completion is defined as pump
installation and start -up completed and the well pumping into the distribution system.
C. There will be no additional compensation made to CONTRACTOR for mobilization of
equipment and personnel for completion of punch list items and /or items not completed
by CONTRACTOR.
1.09 NOTICE TO PROCEED
A. The CONTRACTOR shall not begin work until proper execution of the contract and
written authorization to proceed has been issued by the OWNER and ENGINEER. The
submittal of all required surety bonds and insurance certificates is required before a
Notice to Proceed can be issued.
1.10 METHOD OF CONTRACT
A. The work will be performed under one contract.
1.11 LIQUIDATED DAMAGES
A. Liquidated damages exist on this project as described in the Standard Form of
Agreement between OWNER and CONTRACTOR on the Basis of Stipulated Price.
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 2
CITY PROJECT NO. 416 SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02670
WSB PROJECT NO. 1582 -18 PAGE 02670 -2
1.12 SEQUENCE OF CONSTRUCTION AND HOURS OF OPERATION
A. CONTRACTOR shall coordinate construction schedule and operations with OWNER and
ENGINEER.
B. CONTRACTOR shall recognize and make appropriate allowance for in his bid, the fact
that the OWNER must continue to operate the existing stormwater system, and continue
to use existing roadways, and that the CONTRACTOR'S activities at the project site shall
be coordinated to meet these requirements.
C. CONTRACTOR shall limit operations at the site. CONTRACTOR may occupy the site
from 7:00 a.m. to 8:00 p.m., Monday through Friday, and 8:00 a.m. to 6:00 p.m. on
Saturday. Expansion of working hours, including Sundays and Federal holidays, require
City Council approval.
1.13 QUALITY CONTROL
A. All equipment shall be an acceptable type normally used for the intended work, of
adequate size and capacity, in good repair and capable of properly performing the work.
All equipment and machinery shall be provided with exhaust mufflers maintained in good
working order so as to reduce operating noise to minimum levels. All equipment shall
provide for the safety of personnel.
B. The CONTRACTOR shall employ only competent workmen for execution of work. All
work shall be performed under the direct supervision of an experienced well driller
satisfactory to ENGINEER.
C. The CONTRACTOR shall not sublet any work or allow any work to be done by others
unless approved by OWNER and ENGINEER in writing.
D. All work shall conform to Chapter 4725 Department of Health Water Well Construction
Code (Well Code) and any subsequent amendments and regulations of the Minnesota
Department of Health.
1.14 SAFETY AND SECURITY
A. CONTRACTOR shall provide all fences and barricades and other safety appliances as
are required to protect the work, the workmen and the public from injury. All shall comply
with federal, state and local regulations.
B. CONTRACTOR shall provide security and facilities to protect Work (and existing
facilities), and OWNER'S operations from unauthorized entry, vandalism, or theft.
C. CONTRACTOR shall provide and maintain all necessary barriers to protect open
excavated areas.
D. CONTRACTOR shall furnish and maintain all necessary temporary signs required for the
execution of the work such as "Office ", "Men ", "Danger ", "High Voltage ", etc.
1.15 FIRST -AID FACILITIES
A. Emergency first -aid facilities shall be provided by CONTRACTOR in accordance with all
federal, state, county and local regulations.
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 2
CITY PROJECT NO. 416 SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02670
WSB PROJECT NO. 1582 -18 PAGE 02670 -3
1.16 TEMPORARY EROSION CONTROL
A. CONTRACTOR shall schedule and conduct his operations so as to minimize erosion of
soils and to prevent silting and muddying of streams, irrigation systems, stormwater
systems, and other impoundments. Construction of drainage facilities, turf establishment
items, and other work which will contribute to the control of erosion and sedimentation
shall be carried out concurrently with earthwork operations or as soon as possible
thereafter.
B. Where erosion is likely to be a problem, and where the potential for water pollution exists,
CONTRACTOR shall prepare and submit to the ENGINEER for acceptance, his
proposed schedules for accomplishment of the affected work, including any temporary
measures proposed. No work shall be started in the affected areas until the applicable
erosion control schedules and proposed methods of operation have been accepted by
the ENGINEER.
C. CONTRACTOR shall provide, at his expense, all necessary erosion control facilities,
erosion control plans and erosion control permits that are required by Federal, State,
County, and Local regulations to construct the project.
D. CONTRACTOR shall remove all preventive measures at completion of the project.
E. All erosion control costs shall be paid by the CONTRACTOR.
1.17 ROADS
A. CONTRACTOR shall maintain existing access roads in usable condition during entire
construction project.
B. CONTRACTOR shall provide OWNER and ENGINEER with access to the project site at
all times.
C. CONTRACTOR shall repair any and all damage to existing roadways caused by
CONTRACTOR'S activities.
D. CONTRACTOR shall take road restrictions into consideration. Road restrictions shall not
be used as an excuse for missing deadlines and CONTRACTOR shall take road
restrictions into consideration in preparing his bid price.
E. Traffic control shall be the responsibility of the CONTRACTOR. The CONTRACTOR
shall furnish, install and maintain all traffic control devices needed to guide, warn, control,
and protect traffic when moving equipment and materials to and from the project site, and
for the duration of the project. There will be no separate payment to the CONTRACTOR
for traffic control, safety measures or maintaining access.
1.18 DUST CONTROL
A. CONTRACTOR shall be responsible for dust control for the duration of the project.
1.19 CLEANING
A. CONTRACTOR shall clean the working area each day, shall remove all trash and waste
materials, and shall maintain the site in a neat and orderly condition throughout the
construction period.
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 2
CITY PROJECT NO. 416 SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02670
WSB PROJECT NO. 1582 -18 PAGE 02670 -4
1.20 UTILITIES
A. Water for construction purposes will be available at the test well shown on Drawing No. 2
in Appendix A of this project manual. CONTRACTOR will provide all labor, materials,
and equipment necessary to supply water to the project site for construction purposes.
CONTRACTOR shall provide for pumping and storage of water.
B. CONTRACTOR shall provide sanitary facilities for CONTRACTOR'S and ENGINEER'S
use. Such conveniences shall be made available when the first employees arrive on the
site and shall be removed after the departure of the last employee from the project site.
C. CONTRACTOR shall make his own arrangements with the power utility with regard to
construction power, and shall meter and pay for power used during his operations, or
shall provide his own power with appropriate noise barriers, at CONTRACTOR'S
expense. CONTRACTOR shall provide sufficient artificial light, by means of electricity,
so that all work may be done in a workmanlike manner when there is not sufficient
daylight, and for security reasons, at CONTRACTOR'S expense.
D. CONTRACTOR may utilize the existing stormwater system for discharge of test water
after appropriate on -site treatment. CONTRACTOR shall provide on -site treatment if
needed. CONTRACTOR shall monitor stormwater system and stormwater impoundment
as to not overload the system. CONTRACTOR shall coordinate discharge activities with
OWNER and ENGINEER. CONTRACTOR shall perform any and all testing required
prior to discharge to the existing stormwater system. CONTRACTOR shall obtain any
and all permits required for water appropriation and discharge.
E. CONTRACTOR shall provide adequate and safe drinking water for his use at the
construction site, at CONTRACTOR'S expense. City water will not be available for this
purpose.
1.21 RESTORATION
A. Restore CONTRACTOR'S use areas within 24 hours of completion or demobilization to
original grade. Seeding and sodding is not required due to future well house
construction.
1.22 SIGNS FOR ADVERTISEMENT
A. No signs, billboards or other advertisements shall be erected on the premises by the
CONTRACTOR without ENGINEER'S permission.
1.23 CONTRACTOR'S FIELD OFFICE
A. CONTRACTOR shall maintain a suitable field office at the site of the work during the
construction and installation of the work for this project. CONTRACTOR'S field office
shall be the headquarters of a representative authorized to receive drawings, instructions
or other communications or articles from the OWNER or the ENGINEER. At least one
copy of the contract documents, specifications, drawings and approved shop drawings
shall be kept at the CONTRACTOR'S field office available for use at any time. All such
field offices, storage sheds and the like shall remain the property of the CONTRACTOR
and shall be removed by the CONTRACTOR at completion of work and the site restored
to its original condition.
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 2
CITY PROJECT NO. 416 SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02670
WSB PROJECT NO. 1582 -18 PAGE 02670 -5
1.24 PROJECT MANAGEMENT
A. CONTRACTOR shall schedule and coordinate the work of his employee's and all
subcontractors and others involved to maintain the accepted progress schedule.
CONTRACTOR duties shall include the planning of the work, the scheduling of ordering
and delivery of materials, and checking and control of all work under this contract.
Construction schedules shall be submitted to the ENGINEER for review and acceptance
prior to the start of any work. Schedules shall be verified or updated as necessary on a
monthly basis.
B. The CONTRACTOR shall appoint a qualified representative to act as the Project
Superintendent, who shall be responsible for coordinating all work and providing liaison
with ENGINEER and OWNER. The Project Superintendent shall, in addition, plan the
work, schedule the ordering and delivery of materials, and check and control the various
phases of the manufacture and delivery of all work under this contract. The Project
Superintendent shall, in all matters, represent the CONTRACTOR at the site of the work
in the absence of a corporate officer or principal of the firm.
C. The Project Superintendent shall not be changed except with the consent of the
ENGINEER, unless the Project Superintendent proves to be unsatisfactory to the
CONTRACTOR and ceases to be in his employ.
D. Important directions shall be confirmed in writing to the CONTRACTOR. Other directions
shall be so confirmed on written request of the CONTRACTOR.
1.25 PLAN OF WORK
A. It is the intent of the OWNER and the ENGINEER to construct a municipal production
well into the Jordan formation to produce 1,200 gallons per minute of sand free water.
Desired well configuration is shown in the Contract Drawings.
B. The completed well will be approximately 495 feet deep and shall be comprised of the
following elements as shown in the Contract Drawings.
Well Configuration:
a. Drive a 30 -inch casing through the glacial drift to a depth of 190 feet to
the top of the Prairie Du Chien formation.
b. Drill 30" open hole through the Prairie Du Chien formation and 10 feet
into the Jordan formation.
C. Furnish and install a 24" casing 5 feet into the Jordan formation.
d. Grout between casings and open hole.
e. Drill a 24" nominal diameter open rock hole through the remaining
Jordan formation and not into the top of the St. Lawrence formation. The
Contractor is to stop drilling prior to the St. Lawrence formation based on
the test well results and confirmed by the geophysical log.
f. Develop, test pump, sample and disinfect the well.
g. Perform specified testing procedures and video inspection of well.
h. Temporarily cap casing, until pump is installed
2. ENGINEER shall decide on the appropriate well configuration during construction
as information on geologic conditions becomes available during the construction
process. Unit prices in the Bid Form shall be utilized for selected well
configuration.
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 2
CITY PROJECT NO. 416 SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02670
WSB PROJECT NO. 1582 -18 PAGE 02670 -6
1.26 ANTICIPATED GEOLOGIC CONDITIONS
A. The geologic conditions for the proposed well may or may not approximate those from
the associated test well located south of the proposed production well, as indicated on
the Contract Drawings. The Minnesota Department of Health Well and Boring record,
record drawing, pumping test, and associated geophysical log of the test well are
included in Appendix B of this specification.
1.27 CONTRACTOR'S USE OF PREMISES
A. General:
Based on personal examination of the site, the CONTRACTOR must satisfy
himself as to all local conditions affecting the performance of the contract. The
CONTRACTOR is considered to accept such conditions as found to exist.
B. Existing Underground Utilities:
Existing underground utilities, as shown on the drawings or provided in the
Appendix to this specification, are located in accordance with available data but
locations shall be determined by each CONTRACTOR as the work proceeds.
Excavation work shall be done carefully so as to avoid damaging existing utilities.
2. CONTRACTOR shall provide for protection, temporary removal and replacement,
or relocation of identified obstructions as required for the performance of the
work required in these contract documents. No extra payment will be made for
this work.
3. Man -made obstructions not shown on the drawings or indicated in the
specifications, and requiring relocation, shall be exposed by the CONTRACTOR
without injury, or if injured, shall be repaired by CONTRACTOR at his expense.
Removal of such obstruction or its relocation shall be made by the
CONTRACTOR according to the provisions of the General Conditions,
Article 10 — Changes in the Work.
C. Existing Facilities:
CONTRACTOR is responsible for any damage to existing structures, work,
materials, or equipment because of his work and shall repair or replace any
damaged structures, work, materials, or equipment to the satisfaction of and at
no additional cost to the OWNER or ENGINEER.
2. CONTRACTOR shall be responsible for all damage to streets, roads, curbs,
sidewalks, highways, shoulders, ditches, embankments, or other public or private
property, which may be caused by transporting equipment, materials, or men to
or from work. CONTRACTOR shall make acceptable arrangements with the
group having jurisdiction over damaged property for its repair or replacement.
D. Preservation of Monuments and Stakes:
CONTRACTOR shall carefully preserve all monuments, benchmarks, and
stakes. If the CONTRACTOR destroys any reference points, the CONTRACTOR
will be charged with the expense of replacement and shall be responsible for any
mistake or loss of time that may be caused. Permanent monuments or
benchmarks which must be removed or disturbed shall be protected until
properly referenced for relocation. The CONTRACTOR shall furnish materials
and assistance for the proper replacement of monuments or benchmarks.
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 2
CITY PROJECT NO. 416 SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02670
WSB PROJECT NO. 1582 -18 PAGE 02670 -7
E. Methods of Operation:
CONTRACTOR shall inform the ENGINEER in advance concerning his plans for
carrying out each part of the work, but the CONTRACTOR alone shall be
responsible for the safety, adequacy, and efficiency of his plan, equipment, and
methods.
2. Any method of work suggested by the OWNER, ENGINEER, or ENGINEER'S
SUBCONSULTANT but not specified, shall be used at the risk and responsibility
of the CONTRACTOR. ENGINEER, ENGINEER'S SUBCONSULTANT, and
OWNER will assume no responsibility for CONTRACTOR'S means and
methods.
3. Review by OWNER, ENGINEER, or ENGINEER'S SUBCONSULTANT of any
plan or method of work proposed by the CONTRACTOR shall not relieve the
CONTRACTOR of any responsibility for the plan. Plan review shall not be
considered as an assumption of any risk or liability by the OWNER, ENGINEER,
or ENGINEER'S SUBCONSULTANT, or any officer, agent or employee thereof.
CONTRACTOR shall have no claim on account of the failure or inefficiency of
any plan or method so reviewed.
F. Conduct of Work:
CONTRACTOR shall observe that the OWNER reserves the right to do other
work in connection with the project or adjacent to the project, by contract or
otherwise. CONTRACTOR shall conduct his work so as to impose no hardship
on the OWNER or others engaged in other work.
2. CONTRACTOR shall be responsible to others engaged in the work or work
adjacent to this project for all damage or injury to work, to persons or property, or
for loss caused by failure to finish the work within the specified time for
completion. CONTRACTOR shall adjust and coordinate his work with the work
of others so that no discrepancies shall result in the overall project.
1.28 PROTECTION OF WORK AND EQUIPMENT
A. CONTRACTOR shall furnish and maintain satisfactory protection of all equipment,
materials and structures installed for the project. CONTRACTOR shall provide protection
from weather, flooding and from direct or incidental damage from CONTRACTOR'S
operations. CONTRACTOR shall provide storage sheds for materials requiring
protection, as is appropriate.
B. CONTRACTOR shall cover products subject to deterioration with impervious sheet
covering, including provisions for ventilation to avoid condensation. CONTRACTOR shall
provide storage sheds for material protection if necessary to meet manufacturer's
requirements.
C. CONTRACTOR shall arrange storage of products to permit access for inspection.
Periodically inspect products to assure products are undamaged are maintained under
specified conditions.
D. CONTRACTOR shall secure products in place with positive anchorage devices designed
and sized to withstand stress, vibration, or disfiguration.
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 2
CITY PROJECT NO. 416 SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02670
WSB PROJECT NO. 1582 -18 PAGE 02670 -8
1.29 SUBMITTALS
A. General Submittal Procedures
1. Schedule submittals to maintain the project schedules. Coordinate submission of
related items. All submittals shall be delivered to the Minneapolis, Minnesota,
office of WSB & Associates, Inc.
2. Transmit each submittal with a dated cover letter identifying project,
CONTRACTOR, supplier, reference to drawing sheet and detail number and
specification section number.
3. Provide space for CONTRACTOR and ENGINEER review stamps on dated
cover sheet or letter.
4. Apply CONTRACTOR'S originally signed stamp certifying that the
CONTRACTOR has reviewed the submittal for conformance with the Contract
Documents and the overall project.
5. Revise and resubmit submittals as required. Clearly identify all changes made
since previous submittal.
6. Identify in writing variations from the Contract Documents and product or system
limitations, which may be detrimental to the successful performance of the
completed work.
7. Distribute copies of reviewed submittals to appropriate parties. Instruct parties to
report any inability to comply with reviewed submittals.
B. Final Submittal
At the completion of well, furnish to ENGINEER five bound summary copies of
the completed well, including, but not limited to; well log, together with a
description and length of casing set, casing mill certifications, blasting schedule,
grout used, sandstone removed during development, air surging hours list, static
water level, test pumping data, video log, water analysis and State Water Well
record. A description of each item follows. The bound summary copies are in
addition to the copies requested below.
C. Log of the Well and Daily Reports
1. CONTRACTOR shall provide ENGINEER with well construction diagrams.
2. One copy of the daily reports, including drilling logs, hours decompressing and
surging, sandstone removal quantities, static water level and materials used,
shall be filed with the ENGINEER on a monthly basis to be submitted with pay
request.
3. CONTRACTOR shall provide ENGINEER with two copies of the Minnesota
Department of Health Well and Boring Record.
4. CONTRACTOR shall note the presence of clay lenses for OWNER'S use in
developing a Well Head Protection Plan update.
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 2
CITY PROJECT NO. 416 SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02670
WSB PROJECT NO. 1582 -18 PAGE 02670 -9
D. Samples of Formations
CONTRACTOR shall take and preserve one (1) set of samples from each 5 feet
of drilling and at every change of formation. The sample shall be labeled with the
depth at which the samples were taken. CONTRACTOR shall deliver set of
samples to the Minnesota Geological Survey, University of Minnesota,
Minneapolis, Minnesota. The CONTRACTOR shall deliver samples to the
Minnesota Geological Society on a daily basis if requested by ENGINEER.
E. Test Pumping Report
CONTRACTOR shall provide a copy of the results from the well capacity test
pumping to the ENGINEER on a next day basis by email.
F. Plumbness and Alignment Test Report
CONTRACTOR shall provide ENGINEER with a copy of the results of all
plumbness and alignment tests. The equipment to be used shall be as described
in AWWA 100 -97 standards, and results shall be approved by the ENGINEER
prior to grouting.
G. Certification of Well Casing
CONTRACTOR shall provide ENGINEER one copy of the mill tests from the
foundry manufacturing the steel casing for approval prior to installation.
Certification shall include type of pipe, grade, wall thickness and heat numbers.
Heat numbers shall match the pipe in the field.
H. Water Analysis Report
CONTRACTOR shall provide ENGINEER two copies of the chemical and
biological analysis of the water as outlined in Part 3 of this Specification Section.
I. Video Survey and Geophysical Log
CONTRACTOR shall provide four copies of all video surveys and two copies in a
DVD format to ENGINEER.
2. CONTRACTOR shall provide two (2) certified copies of the Geophysical Log, if
conducted, to ENGINEER.
Blasting Schedule
CONTRACTOR shall provide a copy of the blasting schedule to ENGINEER on a
next day basis via email.
1.30 CORRECTIVE WORK
A. In the event that the well becomes contaminated, or that water having undesirable
physical or chemical characteristics, does enter the well due to the neglect of the
CONTRACTOR, he shall at his own expense, perform such work or supply such casings,
seals, disinfecting agents or other material as may be necessary to eliminate the
contamination or shut off the undesirable water.
B. All work shall be in accordance with the Minnesota Department of Health Well Code.
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 2
CITY PROJECT NO. 416 SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02670
WSB PROJECT NO. 1582 -18 PAGE 02670 -10
1.31 TEMPORARY CAPPING
A. During the course of the project, CONTRACTOR shall protect the well to prevent either
tampering with the well or the entrance of foreign matter into the well. A removable
lockable cap shall be provided and installed during construction of the well. The well
casing temporary cover shall meet the well capping requirements in Minnesota Rules,
part 4725.2250. Upon completion of the well, CONTRACTOR shall provide and install a
lockable cap on the well casing in a manner satisfactory to the ENGINEER and in
accordance with the Minnesota Department of Health Well Code. Final elevation of the
well casing shall be determined by ENGINEER. The well casing cover shall meet well
capping requirements in Minnesota Rules, part 4725.2250.
1.32 ABANDONMENT OF WELL
A. Should the CONTRACTOR abandon the well because of loss of tools or for faulty
workmanship, CONTRACTOR shall abandon the well in strict conformance of the
Minnesota Department of Health Well Code. The casing may be removed by the
CONTRACTOR. Salvaged material furnished by the CONTRACTOR shall be disposed
of off the project site by the CONTRACTOR.
1.33 GUARANTEE AND /OR WARRANTY PERIOD
A. The guarantee or warranty period shall be in accordance with the City General
Specifications.
PART 2 - PRODUCTS
2.01 GENERAL
A. All materials used in construction of the well shall be new and free from defects.
2.02 WELL CASING
A. All well casings shall be clearly labeled new black steel, completely circular in cross -
section, with ends cut square and perpendicular to axis. The pipe shall have beveled
edges for welding.
B. Well casings shall conform to the appropriate AWWA Standards and to the standards of
the Minnesota Department of Health Well Code.
C. Steel casings shall meet ASTM Standard A53/A53M -04a; ASTM Standard A 589 -96
(2001), Types I, II and III; or API Standard 5L -04. The casing shall conform to the pipe
weight and dimensions required by Minnesota Rules, part 4725.2350.
D. Casings shall be joined by welding according to the appropriate AWWA Standards,
American Welding Society Standards, and the standards of the Minnesota Department of
Health Well code.
E. Casings shall be delivered to the site free of all damage, including burrs, abrasions and
other defects.
F. Drive shoes shall be provided on the bottom of all driven casings.
G. A lockable, removable cap shall be provided on the top of the well casing.
H. Conform to Minnesota Department of Health Well Code for casing combinations.
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 2
CITY PROJECT NO. 416 SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02670
WSB PROJECT NO. 1582 -18 PAGE 02670 -11
I. All well casings shall be marked according to the Minnesota Department of Health Well
Code.
J. The well casing shall be finished at a height as directed by the ENGINEER.
2.03 GROUT
A. Neat cement grout shall be Portland cement (ASTM C150) mixed with not more than
6 gallons of water per one bag (94 pounds) of cement, as required by the Minnesota
Department of Health Well Code.
B. Bentonite grout or cement sand grout shall not be used.
2.04 BENTONITE
A. Bentonite shall conform to the Minnesota Department of Health Well Code for acceptable
type, and quality.
2.05 DISINFECTANT
A. Disinfectant shall meet the requirements of the Minnesota Department of Health Well
Code and Minnesota Rules, part 4725.5550.
2.06 SILT FENCE
A. Silt fencing shall meet the requirements of Contract Drawings.
2.07 SOUND BARRIER
A. Sound barrier shall be a 12 -foot high wall of vertical wood timbers or poles which are
sunk at least 6 feet into the ground, with plywood sheeting nailed to the vertical wood
timbers or poles. Hay bails shall be piled and secured to the entire wall surface. Sound
barrier shall extend 12 feet above the surrounding ground surface.
B. Sound barrier shall be constructed to withstand wind and other loads throughout the
duration of the project.
2.08 WELL DEVELOPMENT EQUIPMENT
A. General
1. The well cavity shall be constructed by blasting, decompressing, air surging and
sandstone removal.
2. The CONTRACTOR'S equipment shall allow for any sequence of the four
methods of development to be used in any order.
2.09 AIR SURGING EQUIPMENT
A. CONTRACTOR'S air compressors shall be capable of delivering at least 750 CFM at
250 psi.
B. A minimum 6 -inch quick opening valve shall be provided by CONTRACTOR to release
compressed air.
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 2
CITY PROJECT NO. 416 SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02670
WSB PROJECT NO. 1582 -18 PAGE 02670 -12
2.10 TEST PUMPING EQUIPMENT
A. CONTRACTOR shall provide a pump, piping, valves, measuring devices, appurtenances
and power source capable of discharging 2000 gpm. Discharge of the pump shall be
controlled by means of a variable speed prime mover for rates between 600 gpm and
2000 gpm. All equipment shall be capable of 24 -hour continuous operation over the
entire flow range.
B. CONTRACTOR shall be responsible for appropriate bowl level below the static water
level prior to test pumping.
C. An orifice meter shall be provided and installed on the discharge pipe by CONTRACTOR
to accurately determine the discharge rate and to provide a means of maintaining a set
discharge rate within 5% of the set rate.
D. CONTRACTOR shall provide a means of quickly and accurately measuring the depth to
water level before, during, and after pumping simultaneously in the adjacent test well,
Production Well No. 14, and Production Well No. 15. If an electric sounder is utilized to
measure water levels by lowering the electric sounder through a metal or plastic tube, the
bottom of the tube must terminate at least 20 feet above the pump bowls.
E. CONTRACTOR shall provide and maintain a Rossum Sand Content Tester for checking
sand concentration. CONTRACTOR shall provide and maintain a spare glass centrifuge
tube for the tester on site.
F. CONTRACTOR shall provide and maintain a minimum of one Imhoff cones and one clear
glass, wide mouth, one - gallon jars at the site for use in determining sand content.
PART 3 - EXECUTION
3.01 CONSTRUCTION OF THE WELL
A. General
CONTRACTOR shall furnish and install silt fence and sound barrier to protect the
public and the environment during the duration of the project. Silt fence shall be
installed to prevent materials from exiting the work site. Silt fence shall be
installed according to the Contract Drawings. CONTRACTOR shall receive
approval from ENGINEER for placement of silt fence and sound barrier.
CONTRACTOR shall remove and dispose of off -site all silt fence and sound
barrier prior to final payment.
2. The CONTRACTOR shall drill the well at the location designated by ENGINEER.
The CONTRACTOR shall drill the hole and install the specified materials to the
applicable standards established by the Minnesota Department of Health.
3. The CONTRACTOR shall dispose of all cuttings and discharged water without
damage to public or private property. Neither cuttings nor discharged water shall
be disposed of on the project site.
4. Drilling additives must meet the requirements of NSF Standard 60.
5. Casing joints shall be welded and water tight.
6. CONTRACTOR shall exercise extreme care in the performance of work to
prevent caving in of subsurface formations.
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 2
CITY PROJECT NO. 416 SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02670
WSB PROJECT NO. 1582 -18 PAGE 02670 -13
7. CONTRACTOR shall construct the well in accordance with the Minnesota
Department of Health Well Code.
8. During the course of the project, CONTRACTOR shall use all reasonable
measures to prevent tampering with the well or the entrance of foreign matter
into the well. The CONTRACTOR shall be responsible for any objectionable
material that may fall into the well and resulting consequences until the
acceptance of the project by ENGINEER.
9. CONTRACTOR shall provide the ENGINEER with the unique well tag.
10. Construction procedures and quantities on the Bid Form are general for
informational and bidding purposes. Procedures and quantities shall be adjusted
by the ENGINEER as necessary for the geologic conditions encountered.
11. The CONTRACTOR shall submit a water well construction record to the
Minnesota Department of Health within 30 days of the completion of the well.
B. 30 -inch Casing
The CONTRACTOR shall drill a hole which shall permit the driving, sinking and
permanent placement of a 30 -inch diameter casing with a drive shoe through the
glacial drift into the top of the Prairie Du Chien formation.
2. When driving casings, a cone - shaped depression or temporary outer casing filled
with a bentonite grout must be maintained around the outside of each casing.
C. 30 -inch Nominal Open Hole
The CONTRACTOR shall drill a 30 -inch nominal open hole through Prairie Du
Chien and Jordan Strata and approximately 5 feet into the St. Lawrence
formation.
D. 24 -inch Casing
CONTRACTOR shall furnish and install a 24 -inch casing approximately 10 feet
into the Jordan formation.
2. CONTRACTOR shall grout inner 24 -inch casing in place after a plumbness and
alignment test is performed by the CONTRACTOR, at CONTRACTOR'S
expense.
3. The borehole below the end of the casing shall be backfilled with clean gravel to
set the casing pipe in preparation for grouting.
4. The bottom of the pipe shall be sealed prior to grouting.
3.02 WELL DEVELOPMENT
A. General
Well cavity may be constructed by blasting, air - surging, and bailing.
CONTRACTOR'S equipment shall allow for any sequence of the processes to be
used in any order.
2. CONTRACTOR shall develop the well by methods which will efficiently remove
the maximum quantity of sand and other materials. Compressed air, surge
plungers and pumps may be used for the development work.
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 2
CITY PROJECT NO. 416 SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02670
WSB PROJECT NO. 1582 -18 PAGE 02670 -14
3. CONTRACTOR shall collect water samples for inspection and testing during
development.
4. CONTRACTOR shall work to maximize yield while minimizing draw down.
B. Blasting
1. If blasting operations are used, the CONTRACTOR shall not overload any
charge which would permanently damage formations above or below the water
bearing formation which is being enlarged. The blasting procedure which the
CONTRACTOR proposes must be approved by ENGINEER.
2. Obtain all permits and follow all regulations regarding the handling, transportation
and use of explosives.
3. Initial blasting of the formation will commence from the bottom in 10 -foot
increments to below casing.
4. Number and quantity of charges shall be approved by the ENGINEER prior to
start.
5. Any damage to the well casing caused by use of explosives by the
CONTRACTOR shall be repaired by the CONTRACTOR at his expense.
C. Air Surging
Air surging may be necessary to develop the well, in order to clear the aquifer of
sand carried into the well by the water entering the well when pumping at the
design rate.
2. In conjunction with blasting and bailing, CONTRACTOR shall furnish and install
air compressing equipment, sealing plate and air release valve for air surging
development. Seal well and pressurize with air until water level is depressed just
above the bottom of the casing. Open the valve quickly to release air and create
an instantaneous surge of water into the well. Bail loosened rock after several
surging cycles. CONTRACTOR shall continue procedure as long as substantial
quantities of rock accumulate.
3. CONTRACTOR shall request and receive ENGINEER'S approval of
CONTRACTOR'S air surging plan prior to commencement of air surging
activities.
4. The CONTRACTOR shall provide all labor, equipment, piping, appurtenances
and power, including all instrumentation to conduct air surging. The compressor
shall have a minimum size of 750 cfm at 250 psi. A minimum 6" quick opening
valve shall be installed to rapidly release the compressed air which is used to
depress the water level in the open hole. The water level in the casing will be
depressed to within 20 feet from the end of the casing.
5. CONTRACTOR shall be responsible for providing equipment of adequate size,
capacity, and repair to carryout air surging activities in a safe and efficient
manner.
6. CONTRACTOR shall provide and furnish to ENGINEER an accurate daily log
showing accumulative hours of surging and bailing activities.
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 2
CITY PROJECT NO. 416 SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02670
WSB PROJECT NO. 1582 -18 PAGE 02670 -15
D. Sandstone Removal
1. CONTRACTOR may conduct initial bailing utilizing a bailer. However, for the
sake of efficiency, CONTRACTOR'S sandstone removal after the initial phase
shall be by air lifting.
2. CONTRACTOR shall utilize an educator pipe efficiently sized for the conditions
encountered, with outside air line designed to facilitate dynamiting and air
surging.
3. CONTRACTOR shall be responsible for providing equipment of adequate and
efficient size, capacity and repair to carryout bailing activities in a safe and
efficient manner.
4. Periodic sandstone removal may be required. Sandstone in the pit will be
measured, trucks for removing sandstone will be counted, and the amount of
sandstone disposed of agreed to between ENGINEER and CONTRACTOR.
3.03 TEST PUMPING
A. No test pumping shall be done until blasting, bailing and surging have been completed as
directed by ENGINEER.
B. CONTRACTOR shall notify ENGINEER following completion of drilling and cleaning the
well hole and after the successful completion of the alignment and plumbness tests, and
at least 48 hours before commencement of test pumping. Test pumping shall be
conducted in the presence of the ENGINEER. CONTRACTOR shall provide data
logger(s) to be used during test pumping.
C. The test pumping procedure will be broken down into two separate steps as outlined
below:
Step 1 Test Pumping
The test pump shall be started against a throttled valve to start test
pumping at 600 gpm.
The well shall be tested at flows of 600, 750, 900, 1050, 1200, 1400, and
1600 gpm to determine drawndown and establish the pumping rate at
which sand free water is obtained. Measurements and recordings shall
be made by CONTRACTOR simultaneously in Production Well No. 16
and Test Well 16 indicating time, discharge rate and water levels
according to the following schedule:
Time from Start Time Interval Between
of Pumping Level Measurements
Static
2 Measurements
0 -5 min.
30 sec.
5 -10 min.
1 min.
10 -60 min.
10 min.
1 -8 hr.
15 min.
C. The pump shall be operated continuously at each pumping rate as
defined in Section 3.03.C.1.b for 8 hours.
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 2
CITY PROJECT NO. 416 SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02670
WSB PROJECT NO. 1582 -18 PAGE 02670 -16
d. Prior to changing to the next flow rate sand content of the well water
shall be measured using the Roscoe sand test. If the well water is
determined to be sand free, the CONTRACTOR shall increase the
pumping rate to the next higher rate. ENGINEER shall determine if
these conditions have been met. This process will continue, but not
beyond a pumping rate of 1600 gpm unless written approval is given by
ENGINEER in advance of the increase in pumping rate.
ENGINEER shall determine the actual length of each test as data
becomes available during progression of the work.
2. Step 2 Test Pumping (Duration Test)
Production Well No. 16 shall remain idle until full recovery is maintained
prior to start of Step 2 Test Pumping.
The pumping rate will be set at a constant rate to be determined by
ENGINEER following completion of Step 1 Test Pumping.
C. Production Well No. 16 shall be pumped continuously for a minimum of
twenty -four (24) hours, unless directed otherwise by ENGINEER.
Drawdown measurements shall be taken and recorded by
CONTRACTOR simultaneously in Production Well No. 16, Test Well 16,
Production Well No. 15, and Production Well No. 14. After shutdown of
the pump, recovery measurements shall be made and recorded by
CONTRACTOR for at least four hours simultaneously in Production Well
No. 16, Test Well 16, Production Well No. 15, and Production Well No.
14. Both drawdown and recovery measurements shall be made in
Production Well No. 16 and Test Well 16 indicating time, discharge rate
and water levels according to the following schedule:
Time from Start
or Shutdown of Pumping
Immediately prior to pumping rate change
0 — 5 min.
5 — 10 min.
10 — 60 min.
1 — 24 hr.
Time Intervals Between
Level Measurements
2 Measurements
30 sec.
1 min.
10 min.
15 min.
d. Should any of the test pumping equipment fail and cause the stopping of
the pump before the end of the pumping test, the CONTRACTOR shall
restart the test from the beginning and repeat the test procedure for that
test at no additional cost to the OWNER or ENGINEER.
Time of shutdown must be noted to the minute.
D. CONTRACTOR shall conduct additional pumping tests during and /or after construction of
the well, at ENGINEER'S request.
E. CONTRACTOR conducting test pumping shall be knowledgeable in use of the Rossum
Sand Content Tester.
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 2
CITY PROJECT NO. 416 SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02670
WSB PROJECT NO. 1582 -18 PAGE 02670 -17
3.04 VIDEO SURVEY AND GEOPHYSICAL LOG
A. Following well development, clearing the well of all cuttings, test pumping and obtaining a
sand -free well, CONTRACTOR shall conduct a video survey and a geophysical log (E -log
and gamma) of the entire well, recorded on DVD, and shall deliver to ENGINEER for
approval.
B. CONTRACTOR shall provide all equipment, labor and materials for completing the video
survey of the well.
C. ENGINEER may require additional video surveys of the well during construction or after
construction and testing are complete.
D. CONTRACTOR shall provide ENGINEER with at least 48 hour notice prior to initiating
video survey or geophysical log.
E. CONTRACTOR shall conduct video survey and geophysical log in the presence of
ENGINEER.
F. CONTRACTOR shall furnish ENGINEER with two (2) copies of the Geophysical Log
Report, for approval.
G. Geophysical Log can be deleted by OWNER without penalty.
3.05 WELDING
A. Qualifications
Welding of casing joints shall be performed by operators previously qualified as
prescribed in American Welding Society "Standard Qualification Procedure" for
type of work required.
2. Before welding operations are started, the welding certification of the welder shall
be provided to the ENGINEER and be current within the last 24 months.
3. ENGINEER may require a demonstration weld by the welder and a breakage test
of the demonstration weld at the discretion of ENGINEER.
B. Surface Preparation
Welding surfaces shall be protected from precipitation and high winds. Cold
weather welding shall require the preheating of the base metals.
2. The ends of pipe to be welded shall be free from rust and other contaminants.
The surfaces to be welded shall be smooth and free from burrs, tears and other
defects.
C. Procedure
CONTRACTOR shall conduct all welding procedures in accordance with
American Welding Society standards and in accordance with the Minnesota
Department of Health Well Code.
2. There shall be no cracks in any weld.
3. Prior to welding, the pipe shall be aligned using clips or jigs that will hold the pipe
in proper position and alignment until the weld has been completed.
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 2
CITY PROJECT NO. 416 SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02670
WSB PROJECT NO. 1582 -18 PAGE 02670 -18
4. All clips, jigs or lugs attached to the pipe for preparing welds shall be removed
without damaging the pipe or the welded joint. All surfaces shall be ground
smooth.
5. All joint welds shall be made to insure the complete fusion with the base metal.
3.06 GROUTING
A. CONTRACTOR'S grouting operations shall be done with the ENGINEER present.
B. CONTRACTOR shall provide ENGINEER with 48 hours notice prior to commencing
grouting operations.
C. Grouting shall be done in accordance with the Minnesota Department of Health Well
Code.
D. Using neat cement grout, the CONTRACTOR shall place grout in the space between the
inner and outer casings and the open hole.
E. Pass neat cement grout through 1/4 -inch mesh to remove lumps.
F. Pump neat cement grout through grout pipe placed to the bottom of each annular space,
keeping the bottom of the pipe submerged in grout as it is raised.
G. After grouting operations are completed, no further work will be done on the well for at
least 48 hours.
H. Cement sand grout shall not be used.
3.07 GEOLOGIC SAMPLES
A. The CONTRACTOR shall take and preserve one (1) set of samples from each 5 feet of
drilling and at every change of formation below the ground surface. The samples shall be
labeled with the depth at which the sample was taken. CONTRACTOR shall deliver the
samples to the Minnesota Geological Survey, the University of Minnesota, Minneapolis,
Minnesota.
B. Samples shall be directly representative of the structure from which they are taken.
3.08 ALIGNMENT AND PLUMBNESS TESTS
A. General
Alignment and Plumbness Tests shall be conducted, and results reported,
according to Appendix D of the AWWA Standard A100 -97. The equipment used
and the method of making the test shall be in strict conformance with this
referenced method. The plumb line must be of steel wire. CONTRACTOR shall
provide ENGINEER with a diagram of the well showing the depth at which the
readings were taken and the variation from plumb at each reading.
2. The test for the plumbness and alignment shall be performed by lowering a 3 foot
long spool into the well. The outer diameter of the pipe shall not be more than
1/2 -inch smaller than the inside diameter of that part of the casing or hole being
tested for casings and holes less than or equal to 12- inches in diameter. For
casings and holes greater than 12- inches in diameter, the outer diameter of the
pipe shall be no more than 1 -inch smaller than the inside diameter of that part of
the casing or hole being tested.
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 2
CITY PROJECT NO. 416 SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02670
WSB PROJECT NO. 1582 -18 PAGE 02670 -19
3. CONTRACTOR shall provide and install all equipment and labor to conduct
plumbness and alignment tests.
4. CONTRACTOR shall conduct alignment and plumbness tests in the presence of
ENGINEER.
5. CONTRACTOR shall provide ENGINEER with at least 48 hours notice prior to
initiating alignment and plumbness tests.
B. Schedule
CONTRACTOR shall perform plumbness and alignment test in the presence of
ENGINEER after final liner is installed and prior to grouting.
C. The well will not be acceptable if any of the following conditions exist.
Plumbness tolerance: The maximum allowable horizontal deviation (drift) of the
well from the vertical shall not exceed two thirds of the smallest inside diameter
of that part of the well being tested per 100 feet of depth, per Appendix D of
AWWA Standard A100 -97.
2. Alignment tolerance: The maximum allowable horizontal deviation of the well
from the vertical shall not exceed one third of the smallest inside diameter of that
part of the well being tested per 100 feet of depth, per Appendix D of AWWA
Standard A100 -97.
D. Should the results of the tests indicate that the well is either not in alignment or
plumbness within the limits described above, the CONTRACTOR shall correct the
plumbness and alignment at his own expense. Should the CONTRACTOR fail to correct
such faulty alignment or plumbness, the ENGINEER shall refuse to accept the well.
3.09 WATER ANALYSIS
A. At completion of test pumping and prior to removing test pump, as directed by the
ENGINEER, samples shall be taken in the appropriate containers from the production
well by CONTRACTOR and delivered by CONTRACTOR's lab technician to a Minnesota
Department of Health (MDH) certified laboratory for chemical and biological analysis.
The following tests shall be conducted on one of the water samples:
Calcium
Arsenic
Alkalinity
Total Alkalinity (CaCO3)
Total Hardness (CaCO3)
Calcium Hardness (CaCO3)
Magnesium Hardness (CaCO3)
Hydrogen Sulfide
Sodium
Chlorides
Sulfates
pH
Total Coliform Bacteria
Nitrate - Nitrogen
Copper
Zinc
MnDOH Scan for VOCs
MUNICIPAL PRODUCTION WELL NO. 16
CITY PROJECT NO. 416
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582 -18
Total Radium
Gross Alpha Activity — EPA Method 900
Radium 226 — EPA method 903
Radium 228 — EPA Method 903
Foaming Agents
Radon
Total Solids
Total Dissolved Solids
Fluoride
Iron Bacteria
Iron
Manganese
Magnesium
Petroleum Products Screening
Corrosivity, Langlier Index
Sand, 10 Micron Filter
pH of Stability
DIVISION 2
SITE WORK
SECTION 02670
PAGE 02670 -20
B. Water analysis for the above parameters must be performed by a laboratory certified by
the Minnesota Department of Health (MDH) to perform said analysis. Results of the
coliform bacteria and nitrate must be submitted to the MDH within 30 days of completion
of the well.
C. CONTRACTOR shall obtain and have analyzed additional samples for sand content.
D. CONTRACTOR shall take samples when directed by ENGINEER to verify visual
estimates of sand content.
E. ENGINEER must be present during collection of samples and must be notified 24 hours
in advance of collection.
3.10 DISINFECTION
A. The well shall be disinfected by the CONTRACTOR according to the Minnesota
Department of Health Well Code and Minnesota Rules, part 4725.5550.
B. The well shall be disinfected and tested for chlorine residual and total coliform bacteria
before the start of test pumping and again at the completion of the project.
C. The CONTRACTOR shall repeat disinfection procedures and associated testing until the
well meets the disinfection requirements of the Minnesota Department of Health Well
Code.
D. The costs of multiple periods of disinfection and associated testing are considered a part
of Mobilization /Demobilization Bid Item.
3.11 PROTECTION OF WATER QUALITY
A. CONTRACTOR shall take all necessary precautions to prevent contaminated water from
entering well either through the hole or by seepage through the ground surface.
B. Prior to use, CONTRACTOR shall disinfect all drilling tools, casings, and all equipment
and appurtenances before placing them into the well.
C. CONTRACTOR shall maintain a 0.50 ppm chlorine residual solution in the well as the
drilling progresses.
D. Should the well become contaminated due to the neglect of the CONTRACTOR,
CONTRACTOR shall provide all labor, casings, seals, disinfecting agents or other
materials as may be necessary to eliminate the contamination, at the CONTRACTOR'S
expense.
E. The well casing must be temporarily covered during construction and at times when
actual construction is not occurring. The temporary cap must meet the well capping
requirements in Minnesota Rules, part 4725.2250.
3.12 DISPOSAL OF WATER FROM DRILLING AND TESTING OPERATIONS
A. CONTRACTOR shall provide an approved settling pond to settle cuttings and test
pumping sand and control water from test pumping and development work. Water shall
be discharged from the settling pond through the required piping and into the storm water
system as directed by the ENGINEER.
B. CONTRACTOR shall furnish and install the necessary piping to carry all water from the
site. CONTRACTOR shall provide all erosion control facilities necessary to avoid
damage to existing facilities. CONTRACTOR shall repair all damage to existing facilities
at no cost to OWNER or ENGINEER.
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 2
CITY PROJECT NO. 416 SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02670
WSB PROJECT NO. 1582 -18 PAGE 02670 -21
3.13 CLEANUP
A. Remove and dispose of all debris resulting from the well drilling, cuttings, bailings, and
construction debris, away from the site. Sandstone shall be removed as directed by
ENGINEER.
3.14 MEASUREMENT AND PAYMENT
A. General
1. Payment will be made under the unit prices and lump sum prices of work as
established in the Bid Form and only for quantities of work completed to
ENGINEER'S satisfaction.
2. Payment for all vertical measurements for drilling and driving of casing pipe will
be from the ground surface elevation.
3. Payment for installed liner casing will be measured from 2 feet above ground
surface elevation. The inner casing shall be measured from 4 feet above
finished grade.
4. Payment for off -site disposal of cuttings from drilling and driving operations shall
be included in the associated unit prices for each particular drilling and driving
operation.
5. There will be no additional compensation made to CONTRACTOR due to
restocking charges for materials not used on this project.
6. All loss or damage arising from the nature of the work, the performance of the
work, to the work itself, from the action of the elements, or from any unforeseen
cause, from the beginning of the project until the project has been fully accepted
as complete by OWNER and ENGINEER, shall be CONTRACTOR'S
responsibility and at CONTRACTOR'S expense.
7. A detailed description of each bid item on the Bid Form relating to the water well
is provided in paragraph 3.14 B, below.
B. Description of Bid Items
Item No. 1 — Mobilization /Demobilization
Includes payment for all equipment, materials and labor for clearing the
site, preparing the site, providing site access, traffic control, security, for
any required treatment of water prior to discharge to the stormwater
system (including testing), for erosion control in addition to silt fencing,
for moving all equipment and materials onto and off of the site, for setting
up and re- setting equipment, for cleanup of the site upon completion of
the work, for removal of vegetation and other debris, for adding fill for
positive drainage, and all items related to construction, including
cleaning, disinfection and testing which are not itemized separately in
another bid item. This bid item includes all incidental project costs such
as permit fees, insurance, bonding and etc.
Payment will be made in accordance with the lump sum price
established in the bid form.
C. Fifty percent of this lump sum payment will be held until completion and
final acceptance of the project.
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 2
CITY PROJECT NO. 416 SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02670
WSB PROJECT NO. 1582 -18 PAGE 02670 -22
2. Item No. 2 — Drill /Drive 30 -inch Casing
Includes furnishing, drilling and driving, approximately 202 feet of 30 -inch
casing through the drift and into the Prairie du Chien. All other materials
needed to perform the work, such as bentonite, are included in the unit
price bid.
Payment will be made on linear feet provided.
C. Payment will be made in accordance with the unit price established in
the bid form.
3. Item No. 3 — Drill 30 -inch Nominal Open Hole
Includes furnishing all equipment, materials and labor, and drilling
approximately 295 feet of 30 -inch nominal diameter open hole
approximately 290 feet through the Prairie Du Chien and Jordan Strata
and approximately 5 feet into the St. Lawrence formation, as specified.
Payment will be on linear feet provided.
C. Payment will be made in accordance with the unit price established in
the bid form.
4. Item No. 4 — Install 24 -inch Casing
Includes furnishing and installing complete, a 24 -inch casing, inside the
30 -inch casing and open hole, from 4 feet above grade to a point into the
Jordan formation, as directed by ENGINEER. Gravel fill that may be
required to set and grout casing will be incidental to this item.
Payment will be based on linear feet provided.
C. Payment will be made in accordance with the unit price established in
the bid form.
5. Item No. 5 — Plumbness and Alignment Test
Includes moving equipment and personnel to the production well site and
conducting plumbness and alignment test of the entire cased well.
Payment shall be made for a complete and successful plumbness and
alignment test of the entire well.
C. Payment shall be made in accordance with the unit price established in
the Bid Form.
6. Item No. 6 — Grout Annular Space
Includes furnishing and installing complete, neat cement grouting of all
the annular spaces between well casings and between casing and open
hole. All equipment, labor, backfill, or other materials needed to perform
the work are included in the unit price bid.
Payment for grout based on quantity tickets from the concrete company
and only for grout placed in the well. Payment is based on the cubic
yards of grout placed in the well.
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 2
CITY PROJECT NO. 416 SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02670
WSB PROJECT NO. 1582 -18 PAGE 02670 -23
C. Payment will be made in accordance with the unit price established in
the bid form.
7. Item No. 7 — F.I.R. Development Equipment
Includes all equipment, materials and labor to furnish, install and remove
air compression equipment and power source and appurtenances for air
surging development of the well.
Payment will be made in accordance with the lump sum price
established in the bid form.
8. Item No. 8 — Blasting with Explosives
Includes all materials (such as explosives, caps and wire), labor and
equipment to place explosives and shoot rock formations in the bottom
cavity of the well for development of the well.
Payment for this item based on the pounds of explosives used.
C. Payment will be made in accordance with the unit price established in
the bid form.
9. Item No. 9 — Sandstone Removal
Includes all equipment, materials and labor to remove, sandstone from
the bottom cavity of the well that was loosened by explosives or air
surging for development of the well. Installation, removal and working
with an eductor pipe, air compressor, and other equipment is included.
Measuring the sandstone in an ENGINEER - approved contained area to
be provided by CONTRACTOR, is also included.
Payment for this item is based on the cubic yards of sandstone removed
from the lower cavity and measured in the ENGINEER - approved
contained area.
C. Removing gravel backfill (Item 4 above) is incidental to this item.
d. Payment will be made in accordance with the unit price established in
the bid form.
10. Item No. 10 —Air Development
a. Includes all equipment, materials, labor, and power for air surging to
develop the formation.
b. Payment for surge cycles will be made on the number of hours of
development.
C. Payment for surge cycles and decompression will be made on the
number of hours of development.
d. The CONTRACTOR shall provide all labor, equipment piping,
appurtenances, and power, including all instrumentation to conduct air
surging. The compressor shall have a minimum size of 750 cfm at 250
psi. A minimum 6 inch quick opening valve shall be installed to rapidly
release the compressed air which is used to depress the water level in
the open hole. The water level in the casing will be depressed to within
20 feet from the end of the casing.
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 2
CITY PROJECT NO. 416 SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02670
WSB PROJECT NO. 1582 -18 PAGE 02670 -24
CONTRACTOR shall be responsible for providing equipment of
adequate size, capacity, and repair to carryout air development activities
in a safe and efficient manner.
CONTRACTOR shall provide and furnish to ENGINEER an accurate
daily log showing accumulative hours surging and decompression
activities.
11. Item No. 11 — Disposal of Sandstone
Includes all equipment, materials, labor and costs to dispose of
sandstone off -site including hauling cost and disposal cost. Measuring
the sandstone in an ENGINEER - approved contained area to be provided
by CONTRACTOR is also included.
Payment for this item is based on the cubic yards of sandstone removed
from the lower cavity and measured in the ENGINEER - approved
contained area.
C. Payment will be made in accordance with the unit price established in
the bid form.
12. Item No. 12 — Re- install Development Equipment
Includes all equipment, materials and labor to re- install and remove air
compression equipment and power source and appurtenances for air
surging development of the well.
Payment will be made in accordance with the lump sum price
established in the bid form.
13. Item No. 13 — F.I.R. Test Pumping Equipment
Includes all equipment, materials, and labor to furnish, install and remove
test pump and power source, piping and appurtenances for capacity test
of well.
Payment will be made in accordance with the lump sum price
established in the bid form.
14. Item No. 14 — Test Pumping
Includes all equipment, materials, labor and power for pumping for well
testing for yield, drawdown and recovery.
Payment for test pumping will be made for the number of hours of
pumping.
C. Payment will be made in accordance with the unit price established in
the bid form.
15. Item No. 15 — Re- installing Test Pumping Equipment
Includes all equipment, materials, and labor to re- install and remove test
pump and power source, piping and appurtenances for capacity test of
well.
Payment will be made in accordance with the lump sum price
established in the bid form.
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 2
CITY PROJECT NO. 416 SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02670
WSB PROJECT NO. 1582 -18 PAGE 02670 -25
16. Item No. 16 — Water Analysis
Includes all equipment, materials and labor for taking two water quality
samples, delivering the samples, chemical and biological analysis of one
sample, as specified, and preparation of a report of findings for water
quality.
Payment will be made for a complete and successful water analysis of
one sample.
C. Payment will be made in accordance with the lump sum price
established in the bid form.
17. Item No. 17 — Sand Tests
Includes all equipment, materials and labor for sampling, delivery, testing
and reporting on the chemical analysis of only the sand content of the
water within a 24 hour period.
Payment will be made for each completed sand content test and
analysis.
C. Payment will be made in accordance with the unit price established in
the bid form.
18. Item No. 18 — Well Video Survey
Includes moving equipment and personnel to the production well site and
performing a video survey of the entire cased and uncased well.
Payment shall be made for a complete and successful video survey of
the entire well.
C. Payment shall be made in accordance with the unit price established in
the bid form.
19. Item No. 19 — Silt Fence
a. Includes all equipment, materials and labor for furnishing and installing
approximately 300 linear feet of silt fencing as necessary to prevent
materials from exiting the work site during the duration of the project.
b. Replacement of damaged silt fencing during the duration of the project
shall be considered incidental to the project and no additional payment
will be made.
C. Payment will be made per linear foot of installed silt fence.
d. Payment will be made in accordance with the unit price established in
the bid form.
20. Item No. 20 — Sound Barrier
Includes all equipment, materials and labor for furnishing and installing
sound barrier as necessary to reduce disruption to nearby residents
during the duration of the project.
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 2
CITY PROJECT NO. 416 SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02670
WSB PROJECT NO. 1582 -18 PAGE 02670 -26
b. Replacement of damaged sound barrier during the duration of the project
shall be considered incidental to the project and no additional payment
will be made.
C. Payment will be made per square foot of installed sound barrier.
d. Payment will be made in accordance with the unit price established in
the bid form.
e. OWNER has the right to delete the sound barrier without penalty.
21. Item No. 21 — Geophysical Log
Includes moving equipment, materials and personnel to the production
well site and Geophysical logging of the entire well, from the ground
surface to the maximum depth of the well.
Payment shall be made for a complete and successful Geophysical Log
of the entire well.
C. Payment shall be made in accordance with the unit price established in
the Bid Form.
END OF SECTION 02670
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 2
CITY PROJECT NO. 416 SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02670
WSB PROJECT NO. 1582 -18 PAGE 02670 -27
DIVISION 11
EQUIPMENT
TABLE OF CONTENTS
11170 VERTICAL TURBINE LINE SHAFT PUMP
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 11
CITY PROJECT NO. 416 EQUIPMENT
CITY OF ROSEMOUNT, MN TABLE OF CONTENTS
WSB PROJECT NO. 1582 -18
SECTION 11170
VERTICAL TURBINE LINE SHAFT PUMP
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. Requirements for providing one vertical turbine line shaft pump and appurtenances for a
municipal groundwater supply application.
1.02 RELATED DOCUMENTS
A. General Provisions of the Contract, including applicable General Conditions,
Supplementary Conditions and General Requirements sections apply to work of this
section.
1.03 DESCRIPTION OF WORK
A. Provide one water - lubricated vertical turbine line shaft pump with above ground
discharge with suitable driver and accessories as specified herein for a municipal
groundwater supply application. Complete unit shall include suction pipe, pump bowls,
column assembly, discharge head, motor with soft starter, controls, pre -lube, stilling tube,
and all necessary appurtenances. Coordination with the well house contractor will be
required. Controls will be included in the well house contract.
B. Contractor providing vertical turbine line shaft pump shall be a well contractor licensed by
the State of Minnesota.
C. Vertical turbine line shaft pump shall be installed in well hole that has been constructed
previously as part of this project.
D. The unit shall have a discharge head similar to that shown on Contract Drawings.
E. The exact design conditions for the pump will not be known until the well test pumping is
conducted. Following the well test pumping, the ENGINEER will provide the
CONTRACTOR with written documentation of the pump design conditions. Design
conditions provided in this Specification are for estimating purposes.
1.04 REFERENCES
A. American National Standards Institute (ANSI)
B. American Society for Testing Materials, Standards, and Recommended Practices
(ASTM)
C. American Iron and Steel Institute (AISI)
D. American Gear Manufacturer's Association (AGMA)
E. American Welding Society (AWS)
F. National Electrical Manufacturer's Association (NEMA)
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 11
CITY PROJECT NO. 416 EQUIPMENT
CITY OF ROSEMOUNT, MN SECTION 11170
WSB PROJECT NO. 1582 -18 PAGE 11170 -1
G. American Water Works Association (AWWA)
H. Minnesota Well Code
I. Hydraulic Institute
1.05 SYSTEM DESCRIPTION
A. Based on preliminary data, the pump shall operate at the following conditions:
1. Design flow conditions:
a. Discharge, gpm 1,200
b. Total dynamic head, ft. 330
2. Minimum pump efficiency, % 83
3. Maximum allowable speed RPM 1800
4. Motor horsepower (nominal), HP 150
5. Discharge flange diameter is, in. 10
6. Pump Bowl Setting, ft. 200
7. Well diameter, ID inches 24
B. Pump shall be installed in a well with the following characteristics:
1. Aquifer Jordan
2. Static water level, ft. 105
3. Pumping level, ft. 175
C. Pumps operating at lower RPMs may be acceptable subject to approval by ENGINEER.
Pumps operating at higher RPMs will not be acceptable.
D. Pumps shall be non - overloading of the motor, and shall not run in service factor,
throughout the entire pump performance curve.
E. Pump total dynamic head provided in this part do not include losses in the pump, which
must be allowed for by the CONTRACTOR and pump manufacturer.
1.06 BASIS OF BID
A. This Section has been prepared using Goulds Pumps, ITT Industries as Basis of Bid
equipment. Refer to Section 01100 — Substitution of Equipment and Products for
information pertaining to Alternate items and non -Basis of Bid items.
1.07 PUMP TESTS
A. The pump shall be factory tested in accordance with the Standards of the Hydraulic
Institute and AWWA E101, Section A -6.
B. Efficiencies shall be equal to, or greater than, those specified and brake horsepower shall
be equal to, or less than, that specified throughout the pump range from maximum to
shutoff.
C. Provide certified test results for the pump. Test result shall be approved by ENGINEER
before shipping pump. Pumps that fail test requirements will not be acceptable.
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 11
CITY PROJECT NO. 416 EQUIPMENT
CITY OF ROSEMOUNT, MN SECTION 11170
WSB PROJECT NO. 1582 -18 PAGE 11170 -2
1.08 QUALITY ASSURANCE
A. The equipment supplier must have at least five continuous years experience in the
design, application and manufacture of vertical turbine line shaft pumps. All material and
equipment to be new and of the highest quality.
1.09 SUBMITTALS
A. In a timely manner to maintain project schedules, CONTRACTOR shall submit four (4)
copies of all shop drawings and schedules required for the work. ENGINEER shall
review submittals with reasonable promptness. The CONTRACTOR shall make any
corrections required by the ENGINEER and file with ENGINEER four (4) corrected
copies. The CONTRACTOR shall receive a single approved copy.
B. All shop drawings shall be accompanied by a letter of transmittal.
C. ENGINEER'S approval of shop drawings or schedules shall not relieve the
CONTRACTOR from responsibility for deviations from drawings or specifications, unless
he has in writing called the ENGINEER'S attention to such deviations at the time of
submission, nor shall it relieve CONTRACTOR from responsibility for errors in shop
drawings or schedules.
D. Shop drawings and product data shall include:
1. List of at least five facilities, including contact names and phone numbers, where
the same type of similar sized units were previously installed.
2. Dimensional drawings.
3. Descriptions of materials of construction surface preparation and coatings.
4. Catalog and brochure information.
5. Certified factory pump test results. Submit results before pump is shipped.
6. Pump and motor data, including:
a. Size and type
b. Design capacity
C. Number of stages
d. Diameter of bowls
e. Type and material of impellers
f. Length of bowl assembly
g. Shaft diameter
h. Pump column size
i. Pump efficiency
j. Motor manufacturer, motor brake horsepower, and motor efficiency at
design conditions
7. Preliminary pump curves.
E. Operating and maintenance instructions shall be provided. The list of information to be
provided can be summarized as follows, but not by way of limitation:
1. Outline, cross sections, and assembly drawings including all engineering data
and wiring diagrams for specific application.
2. Assembly, installations, alignment, adjustment, and checking instructions.
3. Test data and performance curves where applicable.
4. Parts lists, and predicted life of parts subject to wear.
5. Lubrications and maintenance schedules and instructions.
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 11
CITY PROJECT NO. 416 EQUIPMENT
CITY OF ROSEMOUNT, MN SECTION 11170
WSB PROJECT NO. 1582 -18 PAGE 11170 -3
6. Operating instructions for start -up, normal operation, shutdown, and emergency
conditions. Detailed information on all controls. Include all limiting conditions.
7. Guide to "troubleshooting."
F. Installation, inspection and start -up report.
1.10 EQUIPMENT WARRANTY
A. The contractor shall warrant the equipment being supplied to the OWNER against
defects in workmanship and materials in accordance with the City General Specifications.
The warranty shall be in published form and apply to all similar units. A warranty offered
by a representative will not be acceptable in lieu of the manufacturer's warranty.
PART 2 - PRODUCTS
2.01 GENERAL
A. The pump shall be product lubricated vertical line shaft, multiple stage unit, directly
coupled to a vertical hollow shaft motor. Pump shall have an aboveground discharge
head assembly.
B. Pumps shall conform to AWWA E101, unless specifically noted otherwise.
C. Driver thrust bearings shall be designed to carry the weight of the pump shafting,
impellers and the hydraulic thrust developed by the pump.
D. The efficiency of the pumping unit shall be as high as correct design and proper
engineering will allow while minimizing the number of stages required.
2.02 DISCHARGE HEAD
A. Discharge head shall be made of ASTM A -48 Class 30 cast iron with a minimum tensile
strength of 30,000 psi.
B. Discharge head shall support pump column, line shaft and bowl assemblies, while
accepting mounting of vertical drive.
C. Integrally cast discharge flange shall be ANSI B16.1 Class 125 design.
D. Discharge head shall be designed for minimum 175 psi working pressure and all loads.
E. Discharge head shall be equipped with two integral lifting hooks or similar on each side of
head.
F. Discharge head shall be designed to allow coupling of the pump and motor shaft above
the stuffing box. Provide large hand holes in head for easy access to all adjustable
components. Provide OSHA - approved guards at all openings.
G. Top of discharge head shall match the motor.
H. Provide separate cast iron or steel sole plate suitable for mounting discharge head. Sole
plate shall be leveled and permanently grouted into the concrete foundation. Sole plate
shall be designed to permit the extension of the inner casing up into the baseplate. Sole
plate will allow for easy removal of the pump for maintenance and resetting of the pump
without realignment.
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 11
CITY PROJECT NO. 416 EQUIPMENT
CITY OF ROSEMOUNT, MN SECTION 11170
WSB PROJECT NO. 1582 -18 PAGE 11170 -4
Taps and connections.
1. Provide minimum 1/2 -inch, tapped drain opening for stuffing box leakage. Route
leakage to drain.
2. Provide minimum 1/2 -inch pre -lube connection.
3. Provide two minimum 1 -1/2 -inch tapped holes for well level monitoring purposes.
4. Provide 1/2 -inch NPT pressure gauge connection near discharge flange.
5. PVC or PE stilling tube shall be installed for water level monitoring. One hundred
eighty (180) feet of stilling tube shall be furnished.
2.03 PUMP COLUMN ASSEMBLY
A. Top and bottom column sections not to exceed 5 feet in length. Intermediate column
sections shall be interchangeable and not exceed 10 feet in length.
B. Pump shall be water lubricated with open line shaft. Discharge column shall be sufficient
size to carry design flow with a maximum friction loss of 4 feet per 100 feet. Calculations
shall include considerations for bearing retainer losses, shaft size and column size.
C. Column shall be ASTM A53 Grade A Schedule 40 steel pipe.
D. The end of the pipe shall be with 8 threads per inch with straight thread and faced parallel
to butt against the centering spiders of ASTM B584 Silicon Bronze to form accurate
alignment. Each column and joint shall include a bronze bearing retainer assembly.
E. Column sections shall be connected with long, threaded sleeve type couplings of ASTM
A108, Grade 1020 steel.
2.04 LINESHAFT AND BEARING ASSEMBLY
A. Top shaft shall be continuous through discharge head assembly and coupled to motor
above stuffing box.
B. Bottom section length shall be as necessary to connect pump shaft and position shaft in
bearings.
C. Intermediate shaft sections shall be interchangeable and not exceed 10 feet in length.
D. Shaft shall be Type 416 stainless steel with a surface finish not to exceed 40 RMS. Shaft
shall be straight, within 0.005 inches total indicator reading for a 10 foot section
E. Shaft size shall be sufficient, with safety factor, to transfer pump horsepower without
distortion. The diameter of the shaft and coupling shall be designed in accordance with
AWWA E101 Standard.
F. Shaft ends shall be threaded and maintained perpendicular to the axis with faces
recessed to ensure proper contact and shaft alignment.
G. Shafts shall be connected with threaded sleeve type coupling ASTM A276, Type 410
stainless steel, bored and truncated from solid material, designed with a safety factor
50% greater than shaft safety factor. Couplings shall be left hand threaded, designed to
tighten during pump operation.
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 11
CITY PROJECT NO. 416 EQUIPMENT
CITY OF ROSEMOUNT, MN SECTION 11170
WSB PROJECT NO. 1582 -18 PAGE 11170 -5
H. Bearings
1. Bearing spacing on shaft shall be selected to meet horsepower and thrust
requirements and shall not be more than 10 feet.
2. Bearing retainers shall be bronze and be retained by butted column ends.
3. Each bearing retainer shall contain a water - lubricated cutless rubber bearing.
4. Bearing shall be installed and replaceable without the need for special tools.
Bearing shall minimize friction and be effectively lubricated by the pumped fluid.
CONTRACTOR shall provide removable 416 stainless steel shaft sleeves.
2.05 BOWL ASSEMBLY
A. The pump bowls shall be of close grained cast iron conforming to ASTM A48 Class 30,
free from blow holes, and sand holes, and all other faults; accurately machined and fitted
to close dimensional tolerances. Bowl shall be bolted together with stainless steel bolts.
B. Bowls shall be capable of withstanding a hydrostatic pressure equal to twice the pressure
at rated flow or 1.5 times shut -off head, which ever is greater.
C. A discharge bowl shall be used to connect bowl assembly to the discharge column.
D. Intermediate bowls shall have enamel or epoxy lined waterways for maximum efficiency
and wear protection and be of identical design for interchangeability.
E. All bowls, including the discharge bowl shall be fitted with sleeve type bearings of bronze
alloy C89835.
F. Bowl shaft shall be constructed from ASTM 582 type 416 stainless steel. It shall be
precision ground and polished with surface finish better than 40 RMS.
G. Impellers shall be constructed from ASTM B584 Silicon Bronze and shall be the enclosed
type. Impellers shall be free from defects and must be accurately cast, machined and
filed for optimum performance and minimum vibration. Impellers shall be balanced to
grade G6.3 of ISO 1940 as minimum.
H. Impellers shall be securely fastened to the bowl shaft with taper locks of type 416
stainless steel.
I. The suction bowl shall be provided with a non - soluble grease packed bronze bearing. A
bronze sand collar shall be provided to protect this bearing from abrasives in the pumping
fluids. The bearing housing shall have sufficient opening at the bottom for easy removal
of the bearing.
J. No strainer is required.
2.06 SHAFT SEAL
A. Provide a cast iron stuffing box, rated at 150 psi and 300 °F minimum, mounted in the
discharge head. The stuffing box shall be of deep bore type with a minimum of six rings
of packing and steel cage. Connections for grease inlet and pressure relief shall be
provided. The packing gland shall be bronze split type and secured in place with ASTM
A193, Grade B8 stainless steel studs and silicon bronze nuts. The stuffing box bearing
shall be bronze. Packing shall be braided type, made of graphite impregnated Teflon.
B. Include a water slinger above the seal.
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 11
CITY PROJECT NO. 416 EQUIPMENT
CITY OF ROSEMOUNT, MN SECTION 11170
WSB PROJECT NO. 1582 -18 PAGE 11170 -6
2.07 DRIVER
A. Pump driver shall be vertical hollow shaft motor. Driver shall mount directly to discharge
head.
B. Driver shall be equipped with thrust bearings of ample capacity to carry the weight of all
rotating parts plus the maximum hydraulic thrust load under all conditions of operation.
Thrust bearing calculated L10 life shall be no less than 8800 hours.
C. Adjusting nut shall be provided at the top of the motor for setting the impeller to bowl
running clearance.
D. Motor shall be in accordance with the following requirements:
Motor shall be a heavy duty squirrel cage induction type, NEMA Class B or Class
F insulation with WP -1 enclosure, 1800 RPM vertical hollow shaft motor, with a
non - reverse ratchet to prevent reverse rotation of the rotating elements.
2. Motor shall have a 1.15 service factor, and suitable for use on 460 volt, three
phase, 60 Hz electric service.
3. Motor shall be 150 HP.
4. Motor shall be rated "inverter duty" for Variable Frequency Drive application.
5. The motor upper thrust bearing shall be an insulated bearing where the outer ring
is insulated with an electrical resistance of 150 megaohms and a breakdown
voltage of not less than 3,000 volts.
6. The motor shaft shall be fitted with a shaft ground assembly. The assembly shall
include a frame with components to mount micro - fibers that shall contact and
ground the shaft. The assembly shall be RoHS compliant and shall be enclosed
to reduce the potential for contamination. The assembly shall be reviewed during
shop drawing review.
2.08 NAMEPLATES
A. Stainless steel nameplates shall be attached to the pump and drive motor giving the
manufacturer's model and serial number, rated capacity, head, speed and all pertinent
data.
2.09 ANCHOR BOLTS
A. CONTRACTOR shall provide anchor bolts of ample size and strength required to
securely anchor each item of equipment in accordance with equipment manufacturer's
requirements. Bolts, washers and hex nuts shall be stainless steel unless noted
otherwise.
B. Anchor bolts shall be set by the CONTRACTOR with templates furnished by the
equipment manufacturer. Equipment shall be placed on the foundations, leveled,
shimmed, bolted down, and grouted with a non - shrinking grout.
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 11
CITY PROJECT NO. 416 EQUIPMENT
CITY OF ROSEMOUNT, MN SECTION 11170
WSB PROJECT NO. 1582 -18 PAGE 11170 -7
PART 3 - EXECUTION
3.01 INSTALLATION AND START -UP
A. The CONTRACTOR shall coordinate installation and start -up with the well house
contractor.
B. Coordinate startup with installation of other related equipment. Provide acceleration ramp
requirements to electrical CONTRACTOR
C. Pumps and motors must be checked for alignment by the CONTRACTOR after the pump
bases have been installed and grouted in place.
D. Install pre - lubrication system to pump.
3.02 FIELD TESTING
A. Power for field tests or other preliminary tests shall be provided by CONTRACTOR.
B. Pump Test
1. Field test pumping equipment in presence of ENGINEER.
2. Capacity measurement shall be provided by flow meter provided under this
Contract.
3. Head measurement shall be by pressure gauges installed at the pipe taps at the
pump suction and discharge.
4. CONTRACTOR shall provide personnel and equipment for conducting field test,
including additional piping and erosion control where necessary.
5. The pump shall be tested for a period of at least one hour at its design capacity
and head, the test being conducted in the presence of the ENGINEER and a
representative of the OWNER. Readings of the instruments shall be taken at
intervals of five (5) minutes for the drawdown, pumping head, flow rate, electrical
requirements, and necessary data to determine the overall efficiency of the
pumping unit, and recorded on log sheets. Four copies of the log sheets shall be
submitted to the ENGINEER.
6. Pump capacities shall be within five percent (5 %) of the curves or as acceptable
to ENGINEER. Pumping equipment which fails to meet the requirements of the
specifications shall be removed and shall be replaced with pumping equipment
which meets the specification requirements at no cost to OWNER.
C. Vibration Testing
At design conditions measure vibration at three vertical locations 90 degrees
apart on drive assembly where directed by ENGINEER. Record all readings.
2. Vibration at any point shall not exceed 2 mils.
3. Modify or replace pump and drive not meeting vibration standards at no cost to
OWNER.
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 11
CITY PROJECT NO. 416 EQUIPMENT
CITY OF ROSEMOUNT, MN SECTION 11170
WSB PROJECT NO. 1582 -18 PAGE 11170 -8
3.03 DISINFECTION
A. Before the start of construction the CONTRACTOR shall disinfect all exterior parts of the
pump, and the column pipe before placing any into the well. The disinfectant shall be a
chlorine solution of 200 ppm or a dusting chlorine compound according to AWWA C654.
B. The well shall be disinfected according to AWWA C654. The chlorine solution used for
disinfecting the well shall be of such volume and strength so as to be applied at a
concentration of at least 50 ppm of chlorine. The solution shall remain in the well for a
period of at least 18 hours.
3.04 SPARE PARTS
A. Spare parts are not required for this portion of the project.
3.05 MEASUREMENT AND PAYMENT
A. Payment for all work specified in this section shall be included in the Lump Sum and Unit
Price established in the Bid Form.
END OF SECTION 11170
MUNICIPAL PRODUCTION WELL NO. 16 DIVISION 11
CITY PROJECT NO. 416 EQUIPMENT
CITY OF ROSEMOUNT, MN SECTION 11170
WSB PROJECT NO. 1582 -18 PAGE 11170 -9
APPENDIX A: DRAWINGS
• Drawing No. 1 — Project Location
• Drawing No. 2 — Site Conditions
• Drawing No. 3 — Well Construction Diagram
• Drawing No. 4 — Pump Base Detail
MUNICIPAL PRODUCTION WELL NO. 16 APPENDIX A
CITY PROJECT NO. 416
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582 -18
- �„ WSB Project No. 01582 -180 April 2014
701 Xenia Avenue South, Suite 300 MUNICIPAL WELL NO. 16 CITY Project No. 416
WSBMinneapolis, MN 55416 PROJECT LOCATION MAP
V www.wsbeng.com
� DRAWING
& Associates, Inc.
\
INFRASTRUCTURE ENGINEE PLANNING CONSTRUCTION ROS E M O U N T, MINNESOTA
DEPTH
IN FEET GROUND SURFACE
0' ELEV. 965
DRIFT
195' VOIDS (TO 200')
402'
a
rn
N
VOIDS (275')
PRARIE DU CHIEN
(DOLOSTONE)
JORDAN
SANDSTONE
`CASING
CASING
IT
0'
202 LF DRIVEN 30" CASING
295 LF 30" NOM. BORE HOLE
408 LF 24" CASING
40 CY GROUT
850 CY SANDSTONE
100'
200'
300'
400'
0
490' / 490'
°�
<\
500'
ao'
o
ST LAWRENCE DEVELOPED WELL CAVITY
90 FT -30 "i OPEN
(SANDY SHALE) 850 CY SANDSTONE
HOLE THROUGH JORDAN
REMOVED
NOTE:
70'
1. CONTRACTOR SHALL ADD FILL AND GRADE SITE IN VICINITY OF WELL TO DIVERT
SURFACE WATER AWAY FROM WELL AND TO PREVENT PONDING WITHIN 50 FEET OF THE
Q
WELL CONTRACTOR SHALL PROVIDE CLEAN FILL AS NECESSARY TO PROVIDE POSITIVE
DRAINAGE.
o FT
N
�„
WSB Project No. 01582 -180
April 2014
-
701 Xenia Avenue South, Suite 300
MUNICIPAL WELL NO. 16
CITY Project No. 416
w
Minneapolis,
B
WELL CONSTRUCTION DIAGRAM
U
6
www.wsb sbeng.com .com
DRAWING
& Associates, Inc.
���CONSTRJCTION
3
INFRASTRUCTURE ENGINEERING
ROS E M O U N T, MINNESOTA
o
Y
�In
s
S
i
NOTES-
S-61 1. THE WELL PUMP BASE, CASING AND WELL
SEAL SHALL BE INSTALLED IN
ACCORDANCE WITH THE MINNESOTA
WATER WELL CODE.
2. THE WELL CASING SHALL BE EXTENDED
AS REQUIRED FOR PROPER INSTALLATION.
WELL PUMP MOTOR
2' SOUNDING HOLE WITH THREADED CAP
WELDED TANGENTIALLY TO WELL CASING
WELL PUMP DISCHARGE HEAD
—1/4' DIAMETER OPENINGS IN
STEEL BASE PLATE AND PUMP FOR
WATER MONITORING. TUBE —SEAL
WITH THREADED PLUG
14 /—:-;21' GALVANIZED STEEL PIPE WITH
E. PLUG AND BRONZE
NED VENT CAP al m
CHAMFER ON ALL M
I OF PUMP BASE
1' MINIMUM NON — SHRINK GROUT
s
N VELING PLATE
C4
1' DIAMETER (MIN)
ANCHOR BOLT (TYPICAL)
4'
z /2' MASTIC EXPANSION MATERIAL
v << (TYPICAL)
O SMOOTH WELDS (TYPICAL)
I
f5 BARS — 12' O.C. EACH WAY
4 ..
:4 .
SQUARE REINFORCED
4 CONCRETE BASE
30' OUTER CASING
24' INNER CASING
PUMP COLUMN
PUMP SHAFT
1' STILLING TOBE
4' -6'
2' VENT & VENT CAP THRU
24' CASING AND CONCRETE
NOTES:
1. ALL EXPOSED EDGES OF PUMP BASE SHALL HAVE 3/4'
CHAMFER.
2. ALL EXPOSED SURFACES OF PUMP BASE SHALL BE
FILLED AND RUBBED.
3. 2' CASING CONNECTIONS SCH 40 GALVANIZED STEEL
4. WELD Y CASING CONNECTIONS TO THE CASING AND
GRIND INTERIOR SURFACE SMOOTH.
5. CUT OFF CASING AS REQUIRED TO PROVIDE A 1'
PROJECTION INTO PUMP DISCHARGE HEAD.
6. PROVIDE SOLE PLATE, AND GROUT TO SET PUMP
DISCHARGE HEAD TO THE ELEVATION SHOWN.
7. PROVIDE TWO THREADED ACCESS HOLES IN DISCHARGE
HEAD FOR WATER LEVEL MONITORING.
- MUNICIPAL WELL NO. 16 WSB Project No. 01582 -180 April 2014
701 Xenia Avenue South, Suite 300 CITY Project No. 416
WSBMinneapolis, MN 55416 PUMP BASE DETAIL
JO www.wsberig.corn
� DRAWING
& Associates, Inc.
\ INFRAST ENGINEE LANNING�o CONSTRUCTION ROS E M O U N T, MINNESOTA 4
t10' DIP DISCHARGE
LINE
05 BARS —12'
O.C. EACH WAY
2' WATER LEVEL
MONITOR THRU 24'
CASING AND CONCRETE
O
BASE
30' STEEL CASING
SOLE PLATE
NOTES:
1. ALL EXPOSED EDGES OF PUMP BASE SHALL HAVE 3/4'
CHAMFER.
2. ALL EXPOSED SURFACES OF PUMP BASE SHALL BE
FILLED AND RUBBED.
3. 2' CASING CONNECTIONS SCH 40 GALVANIZED STEEL
4. WELD Y CASING CONNECTIONS TO THE CASING AND
GRIND INTERIOR SURFACE SMOOTH.
5. CUT OFF CASING AS REQUIRED TO PROVIDE A 1'
PROJECTION INTO PUMP DISCHARGE HEAD.
6. PROVIDE SOLE PLATE, AND GROUT TO SET PUMP
DISCHARGE HEAD TO THE ELEVATION SHOWN.
7. PROVIDE TWO THREADED ACCESS HOLES IN DISCHARGE
HEAD FOR WATER LEVEL MONITORING.
- MUNICIPAL WELL NO. 16 WSB Project No. 01582 -180 April 2014
701 Xenia Avenue South, Suite 300 CITY Project No. 416
WSBMinneapolis, MN 55416 PUMP BASE DETAIL
JO www.wsberig.corn
� DRAWING
& Associates, Inc.
\ INFRAST ENGINEE LANNING�o CONSTRUCTION ROS E M O U N T, MINNESOTA 4
APPENDIX B: SUBSURFACE INFORMATION
• Test Pumping Data
• Water Quality Data
• Geophysical Log
• Test Well Record Drawing
MUNICIPAL PRODUCTION WELL NO. 16 APPENDIX B
CITY PROJECT NO. 416
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582 -18
DATE.
BERG ERSON = C%SWELL
DEVELOPMENT /TEST PUMPING
OWNER:
WELL NO.: �.�1. l� DIAMETER: 1C 1
3r
DEPTH OF WELL: rr
STATIC WATER LEVEL: TIME:
r
LENGTH OF DROP: DIAMETER OF PUMP: Z !r
PUMP MODEL NUMBER: HORESEPOWER: - 5- 9p q8 5&'-
N QA 564 "' -Tlo9U)
REMARKS �. L q � 1
SPEC.
CAP.
w
', mia
DISCH
PRESS
COLOR
COLOR
OF
OF
WATER
WATER
mm���m�
mm��� ml, �mmmm
mom
VMS
me
mom
mr,
TIM BERQUAM
BERGERSON CASWELL
5115 INDUSTRIAL ST
MAPLE PLAIN MN 55359
Project Name: ROSEMOUNT TW16
Sample Description: ROSEMOUNT TW16
Analyte
Results
Lab Number: 14- A11267
Work Order #: 201412 -5922
Account #: 013775
Date Received: 14 Apr 2014
Time Received: 14:45
Date Sampled: 14 Apr 2014
Time Sampled: 10:36
Temperature at Receipt: 1.6C
MCL PAL Method Analyzed Analyst
Coliform Bacteria
< 1 CFU /100 mL
< 1
NA
SM 9222B 21st Ed
4/14/14
16:00
KJS
Copper
< 0.005 mg /L
1.300
1.000
200.7
4/18/14
10:03
RMV
Nitrate
< 0.2 mg /L as N
10.0
NA
EPA 353.2
4/16/14
13:58
BLN
Nitrite
< 0.005 mg /L as N
1.00
NA
EPA 353.2
4/16/14
7:53
AKF
Nitrate +Nitrite
< 0.2 mg /L as N
10.0
NA
EPA 353.2
4/16/14
13:58
BLN
Gross Alpha
See Attached
NA
5/19/14
7:21
ABL
Gross Beta
See Attached
NA
5/19/14
7:22
ABL
Radium 226
See Attached
**
NA
5/19/14
7:22
ABL
Radium 228
See Attached
**
NA
EPA M9320
5/19/14
7:22
ABL
Arsenic
1.97 ^ ug /L
10.0
NA
200.8
4/16/14
15:32
TWB
Fluoride
0.160 mg /L
4.00
NA
EPA 300.0
4/16/14
17:12
TWB
Chloride
< 3 mg /L
NA
250
SM 4500 Cl E
4/18/14
12:34
AKF
Anionic Surfactants
< 0.04 mg MBAS /L
NA
0.500
5540C
4/16/14
9:00
AKF
Iron
0.408 mg /L
NA
0.300
200.7
4/18/14
10;03
RMV
Manganese
0.116 mg /L
NA
0.050
200.7
4/18/14
10:03
RMV
pH
44 7.5 units
NA
6.5 -
SM54500 H -B
4/15/14
8:25
CJL
MCL is defined as the Maximum Contaminant Level allowed by the Safe Drinking Water Act. RAL is the
Recommended Allowable Limit. For further information, contact your state or local health department
or call the EPA Safe Drinking Water Hotline 1- 800 - 426 -4791.
Approved by: 41A �
Dan O'Connell, Chemistry Lab Manager New Ulm, MN Jesse L. Portner, Microbiology Lab Manager New Ulm, MN
Analyses performed under our Minnesota Department of Health Accreditation conform to the current TNI standards.
The reporting limit was elevated for any analyte requiring a dilution as coded below:
@ = Due to sample matrix # = Due to concentration of other analytes
! = Due to sample quantity + = Due to internal standard response
CERTIFICATION: MN LAB # 027 - 015 -125 WI LAB # 999447680 ND MICRO # 1013 -M ND WW /DW # R -040
MVTL guarantees the accuracy of the analysis done on the sample submitted for testing. It is not possible for MVTL to guarantee that a test result obtained on a particular sample will be the same on any other sample unless
all conditions affecting the sample are the same, including sampling by MVTL. As a mutual protection to clients, the public and ourselves, all reports are submitted as the confidential property of clients, and authorization for
publication of statements, conclusions or extracts from or regarding our reports is reserved pending our written approval.
TIM BERQUAM
BERGERSON CASWELL
5115 INDUSTRIAL ST
MAPLE PLAIN MN 55359
Project Name: ROSEMOUNT TW16
Lab Number: 14— A11267
Work Order #: 201412 -5922
Account #: 013775
Date Received: 14 Apr 2014
Time Received: 14:45
Date Sampled: 14 Apr 2014
Time Sampled: 10:36
Temperature at Receipt: 1.6C
Sample Description: ROSEMOUNT TW16
Analyte Results MCL RAL Method Analyzed Analyst
Solids, Total
312 mg /L
NA
NA
SM 2540B
4/19/14
16:00
CJL
Solids, Total Suspended
< 2 mg /L
NA
NA
USGS I- 3765 -85
4/15/14
7 :55
CJL
Calcium
71.30 mg /L
NA
NA
200.7
4/18/14
10:03
RMV
Magnesium
25.30 mg /L
NA
NA
200.7
4/18/14
10:03
RMV
Sodium
3.310 mg /L
NA
NA
200.7
4/18/14
10:03
RMV
Zinc
0.053 mg /L
NA
NA
200.7
4/18/14
10:03
RMV
Hardness, Total
282 mg /L CaCO3
NA
NA
2340.B
4/18/14
10:03
RMV
Langlier Index
0.33
NA
NA
SM 2330.B
4/29/14
14:30
RMV
MCL is defined as the Maximum Contaminant Level allowed by the Safe Drinking Water Act. RAL is the
Recommended Allowable Limit. For further information, contact your state or local health department
or call the EPA Safe Drinking Water Hotline 1- 800 - 426 -4791.
Approved by:
Dan O'Connell, Chemistry Lab Manager New Ulm, MN Jesse L. Portner, Microbiology Lab Manager New Ulm, MN
Page: 3
Analyses performed under our Minnesota Department of Health Accreditation conform to the current TNI standards.
The reporting limit was elevated for any analyte requiring a dilution as coded below:
@ = Due to sample matrix # = Due to concentration of other analytes
! = Due to sample quantity + = Due to internal standard response
CERTIFICATION: MN LAB # 027 - 015 -125 WI LAB # 999447680 ND MICRO # 1013 -M ND WW /DW # R -040
MVTL guarantees the accuracy of the analysis done on the sample submitted for testing. It is not possible for MVTL to guarantee that a test result obtained on a particular sample will be the same on any other sample unless
all conditions affecting the sample are the same, including sampling by MVTL. As a mutual protection to clients, the public and ourselves, all reports are submitted as the confidential property of clients, and authorization for
publication of statements, conclusions or extracts from or regarding our reports is reserved pending our written approval.
TIM BERQUAM
BERGERSON CASWELL
5115 INDUSTRIAL ST
MAPLE PLAIN MN 55359
Project Name: ROSEMOUNT TW16
Lab Number: 14— A11267
Work Order #: 201412 -5922
Account #: 013775
Date Received: 14 Apr 2014
Time Received: 14:45
Date Sampled: 14 Apr 2014
Time Sampled: 10:36
Temperature at Receipt: 1.6C
Sample Description: ROSEMOUNT TW16
Analyte Results MCL RAL Method Analyzed Analyst
Sulfate
12.1 mg /L
NA
250
ASTM D516 -02
4/17/14
10:30
CAW
Solids, Total Dissolved
273 mg /L
NA
500
SM 2540C
4/29/14
14:30
CJL
Iron Related Bacteria
D1
Absent
NA
NA
HACH
4/15/14
11:10
LMB
Iron Related Bacteria
D2
Absent
NA
NA
HACH
4/15/14
11:10
LMB
Iron Related Bacteria
D3
Absent
NA
NA
HACH
4/15/14
11:10
LMB
Iron Related Bacteria
D4
Absent
NA
NA
HACH
4/15/14
11:10
LMB
Iron Related Bacteria
D5
Present
NA
NA
HACH
4/15/14
11:10
LMB
Iron Related Bacteria
D6
Present
NA
NA
HACH
4/15/14
11:10
LMB
Iron Related Bacteria
D7
Present
NA
NA
HACH
4/15/14
11:10
LMB
Iron Related Bacteria
D8
Present
NA
NA
HACH
4/15/14
11:10
LMB
Radon -222
See Attached
NA
NA
5/19/14
7:22
ABL
Alkalinity, Total
264 mg /L CaCO3
NA
NA
SM 2320B 18th Ed
4/23/14
8:53
RBK
Specific Conductance
469.0 umhos /cm
NA
NA
SM 2510B
4/16/14
9:39
RBK
Sulfide, Total
< 1 mg /L
NA
NA
SM 4500 -S2(E)
4/17/14
9:00
AKF
Hydrogen Sulfide
< 1 mg /L
NA
NA
4500S
4/17/14
9:00
AKF
MCL is defined as the Maximum Contaminant Level allowed by the Safe Drinking Water Act. RAL is the
Recommended Allowable Limit. For further information, contact your state or local health department
or call the EPA Safe Drinking Water Hotline 1 -800- 426 -4791.
Approved by:
Dan O 'CConnneelll,•Chemistry Lab Manager New Ulm, MN Jesse L. Portner, Microbiology Lab Manager New Ulm, MN
Page: 2
Analyses performed under our Minnesota Department of Health Accreditation conform to the current TNI standards.
The reporting limit was elevated for any analyte requiring a dilution as coded below:
@ = Due to sample matrix # = Due,to concentration of other analytes
I = Due to sample quantity + = Due to internal standard response
CERTIFICATION: MN LAB # 027 -015 -125 WI LAB # 999447680 ND MICRO # 1013 -M ND WW /DW # R -040
MVTL guarantees the accuracy of the analysis done on the sample submitted for testing. It is not possible for MVTL to guarantee that a test result obtained on a particular sample will be the same on any other sample unless
all conditions affecting the sample are the same, including sampling by MVTL. As a mutual protection to clients, the public and ourselves, all reports are submitted as the confidential property of clients, and authorization for
publication of statements, conclusions or extracts from or regarding our reports is reserved pending our written approval.
MINNESOTA VALLEY TESTING LABORATORIES, INC.
1126 North Front St. — New Ulm, MN 56073 — 800 - 782 -3557 — Fax 507 - 359 -2890
2616 East Broadway Ave. — Bismarck, ND 58501 — 800 - 279 -6885 — Fax 701 - 258 -9724 MEMBER
1201 Lincoln Hwy. — Nevada, IA 50201 — 800 - 362 -0855 — Fax 515 - 382 -3885
www.mvtl.com
Report Date: 30 Jun 2014
TIM BERQUAM
BERGERSON CASWELL
5115 INDUSTRIAL ST
MAPLE PLAIN MN 55359
Project Name: ROSEMOUNT TW16
Sample Description: ROSEMOUNT TW16
Lab Number: 14- A11267
Work Order #: 201412 -5922
Account #: 013775
Date Received: 14 Apr 2014
Time Received: 14:45
Date Sampled: 14 Apr 2014
Time Sampled: 10:36
Temperature at Receipt: 1.6C
TO AID YOU IN UNDERSTANDING YOUR TEST RESULTS, OUR REPORT COMPARES YOUR
RESULT WITH THE MAXIMUM CONTAMINANT LEVELS (MCL) OR THE RECOMMENDED
ALLOWABLE LIMITS (RAL) AS SET BY THE SAFE DRINKING WATER ACT OF 1974.
WHEN YOUR TEST RESULT EQUALS OR EXCEEDS THE MCL /RAL FOR THAT TEST,
WE PROVIDE YOU WITH THE INFORMATION BELOW.
Iron
** Iron in drinking water is a very common problem in many areas. High iron
content is more common in deep wells than in shallow or sand point type
wells. In the aquifer (water bearing layer of the earth), iron is usually
present in the reduced form because of the absence of oxygen. When the iron is
present in the reduced form, it is soluble in water and is not visible.
When this reduced iron comes in contact with oxygen (at the surfaces of a
well, in a toilet bowl, as water drips from a leaky faucet, or because of
the addition of chlorine bleach to the water which releases oxygen), it
oxidizes to the visible reddish compound and settles out as rust -like
material. This oxidized iron "rust" can discolor bathroom fixtures,
laundry, etc. Many people find the metallic taste of high iron water to be
objectionable. No clear evidence of harmful effects caused by high iron
water is presently available.
MVTL guarantees the accuracy of the analysis done on the sample submitted for testing. It is not possible for MVTL to guarantee that a test result obtained on a particular sample will be the same on any other sample unless
all conditions affecting the sample are the same, including sampling by MVTL. As a mutual protection to clients, the public and ourselves, all reports are submitted as the confidential property of clients, and authorization for
publication of statements, conclusions or extracts from or regarding our reports is reserved pending our written approval.
TIM BERQUAM
BERGERSON CASWELL
5115 INDUSTRIAL ST
MAPLE PLAIN MN 55359
Project Name: ROSEMOUNT TW16
Sample Description: ROSEMOUNT TW16
Analyte Results
## Holding time exceeded
Lab Number: 14- A11267
Work Order #: 201412 -5922
Account #: 013775
Date Received: 14 Apr 2014
Time Received: 14:45
Date Sampled: 14 Apr 2014
Time Sampled: 10:36
Temperature at Receipt: 1.6C
MCL RAL Method Analyzed Analyst
^ Reporting limit elevated due to instrument performance at the RL.
* *Radium 226 and Radium 228 have a combined MCL of 5 pCi /L.
Approximate Iron Related Bacteria Population = 2300 CFU /mL
MCL is defined as the Maximum Contaminant Level allowed by the Safe Drinking Water Act. RAL is the
Recommended Allowable Limit. For further information, contact your state or local health department
or call the EPA Safe Drinking Water Hotline 1- 800 - 426 -4791.
i
Approved by:
Dan O'Connell, Chemistry Lab Manager New Ulm, MN Jesse L. Portner, Microbiology Lab Manager New Im, MN
Page: 4
Analyses performed under our Minnesota Department of Health Accreditation conform to the current TNI standards.
The reporting limit was elevated for any analyte requiring a dilution as coded below:
@ = Due to sample matrix # = Due<to concentration of other analytes
! = Due to sample quantity + = Due to internal standard response
CERTIFICATION: MN LAB # 027 - 015 -125 WI LAB # 999447680 ND MICRO # 1013 -M ND WW /DW # R -040
- MVTL guarantees the accuracy of the analysis done on the sample submitted for testing. It is not possible for MVTL to guarantee that a test result obtained on a particular sample will be the same on any other sample unless
all conditions affecting the sample are the same, including sampling by MVTL. As a mutual protection to clients, the public and ourselves, all reports are submitted as the confidential property of clients, and authorization for
publication of statements, conclusions or extracts from or regarding our reports is reserved pending our written approval.
TODD BERQUAM
BERGERSON CASWELL
5115 INDUSTRIAL ST
MAPLE PLAIN MN 55359
Project Name: ROSEMOUNT TW -16
Sample Description: ROSEMOUNT TW -16
Analyte
Comments: SEE ATTACHED
Results
Lab Number: 14- A13378
Work Order #: 201412 -5922
Account #: 013775
Date Received: 28 Apr 2014
Time Received: 14:35
Date Sampled: 28 Apr 2014
Time Sampled: 10:10
Temperature at Receipt: 1.7C
MCL RAL Method Analyzed Analyst
MCL is defined as the Maximum Contaminant Level allowed by the Safe Drinking Water Act. RAL is the
Recommended Allowable Limit. For further information, contact your state or local health department
or call the EPA Safe Drinking Water Hotline 1- 800 - 426 -4791.
Approved by:
Dan O'Connell, Chemistry Laboratory Manager New Ulm, MN
Analyses performed under our Minnesota Department of Health Accreditation conform to the current TNI standards.
The reporting limit was elevated for any analyte requiring a dilution as coded below:
@ = Due to sample matrix # = Due,to concentration of other analytes
! = Due to sample quantity + = Due to internal standard response
CERTIFICATION: MN LAB # 027 -015 -125 WI IAB # 999447680 ND MICRO # 1013 -M ND WW /DW # R -040
MVTL guarantees the accuracy of the analysis done on the sample submitted for testing. It is not possible for MVTL to guarantee that a test result obtained on a particular sample will be the same on any other sample unless
all conditions affecting the sample are the same, including sampling by MVTL. As a mutual protection to clients, the public and ourselves, all reports are submitted as the confidential property of clients, and authorization for
publication of statements, conclusions or extracts from or regarding our reports is reserved pending our written approval.
BERGERSON CASWELL
5115 INDUSTRIAL ST
MAPLE PLAIN MN 55359
Project Name: CITY OF ROSEMOUNT
Sample Description: CITY OF ROSEMOUNT TW #16 -1 -4
Analyte
Comments: See Attached
Results
Lab Number: 14— A18358
Work Order #: 201412 -5922
Account #: 013775
Date Received: 21 May 2014
Time Received: 15:10
Date Sampled: 20 May 2014
Time Sampled: 18:05
Temperature at Receipt: 2.6C
MCL RAL Method Analyzed Analyst
MCL is defined as the Maximum Contaminant Level allowed by the Safe Drinking Water Act. RAL is the
Recommended Allowable Limit. For further information, contact your state or local health department
or call the EPA Safe Drinking Water Hotline 1- 800 - 426 -4791.
Approved by:
Dan O'Connell, Chemistry Laboratory Manager New Ulm, MN
Analyses performed under our Minnesota Department of Health Accreditation conform to the current TNI standards.
The reporting limit was elevated for any analyte requiring a dilution as coded below:
@ = Due to sample matrix # = Due to concentration of other analytes
! = Due to sample quantity + = Due to internal standard response
CERTIFICATION: MN LAB # 027 - 015 -125 WI LAB # 999447680 ND MICRO # 1013 -M ND WW /DW # R -040
MVTL guarantees the accuracy of the analysis done on the sample submitted for testing. It is not possible for MVTL to guarantee that a test result obtained on a particular sample will be the same on any other sample unless
all conditions affecting the sample are the same, including sampling by MVTL. As a mutual protection to clients, the public and ourselves, all reports are submitted m the confidential property of clients, and authorization for
publication of statements, conclusions or extracts from or regarding our reports is reserved pending our written approval.
i
Eaton Ainalytical
This report contains b pages.
(including the cover page)
If you have any questions concerning this report, please do not hesitate to call us at
(800) 332 -4345 or (574) 233 -4777.
This report may not be reproduced, except in full, without written approval from Eurofins
Eaton Analytical, Inc.
1 of 6
Eaton Analytical
NELAC NARRATIVE PAGE
Client: MVTL
Report #: 31825ONP
Eurofins Eaton Analytical, Inc. is a NELAP accredited laboratory. All reported results
meet the requirements of the NELAC standards, unless otherwise noted.
EEA contact person: Traci Chlebowski
NELAP requires complete reporting of deviations from method requirements, regardless
of the suspected impact on the data. Quality control failures not reported within the
report summary are noted here.
Method 7500 -Ra D
The State of Minnesota Rule 4740.2100 subp 4.A, pertaining to MS /MSD paired samples
was not met due to limited sample volume.
There were no additional quality control failures.
Note: This report may not be reproduced, except in full, without written approval from
EEA. EEA is accredited by the National Environmental Laboratory Accreditation
Program ( NELAP).
j1 Digitally signed by Traci Chlebowski
(® Date: 2014.06.2617:00:16 - 04'00'
Authorized Signature Title Date
Page 1 of 1
2 of 6
Eaton Analytical
110 South Hill Street
South Bend, IN 46617
Tel: (574) 233 -4777
Fax: (574) 233 -8207
1 800 332 4345
Client: MVTL
Attn: Nina Lovell
1126 North Front Street
New Ulm, MN 56073
Copies
to: None
Laboratory Report
Report:
Priority:
Status:
PWS ID:
MN Lab ID:
318250
Standard Written
Final
Not Supplied
018- 999 -338
Report Summary
Note: See attached page for additional comments.
Project: 12 -5922
Detailed quantitative results are presented on the following pages. The results presented relate only to the samples provided for
analysis.
We appreciate the opportunity to provide you with this analysis. If you have any questions concerning this report, please do not
hesitate to call Traci Chlebowski at (574) 233 -4777.
Note: This report may not be reproduced, except in full, without written approval from EEA. EEA is accredited by the National
Environmental Laboratory Accreditation Program (NELAP).
Authorized Signature
Client Name: MVTL
Report #: 318250
Digitally signed by Traci Chlebowski
Date: 2014.06.2617:00:29 - 04'00'
Title
Page 1 of 3
Date
3 of 6
Client Name: MVTL
Sampling Point: A18358
Report #: 318250
PWS ID: Not Supplied
Page 2 of 3
4 of 6
Radionuclides'
Analyte Analyte
ID #
Method Reg
Limit
DL **
Result
Units
Preparation Analyzed EEA
Date ID #
' •Onon e0 0 o..d:..... nnc
''. �cnn o.. o
nG
a -1 .a..e o
n! Ul
'_..... A91 -11A 10 AM - 11711A 19- 1-0-
Page 2 of 3
4 of 6
15262 -20 -1
. Radium -228 7500 -Ra D
0.6
1.4
t 0.4
pCi /L
06/03/14 12:45 ;
06/12/14 22:28
3032639
- --
'Combined Radium talc.
5* 0.6
7.1
t 1.3
pCi /L
06/03/14 12:45
06117/14 15:23
3032639
** Detection Limit
(DL) shall be that concentration which can
be counted with a precision of plus or minus 100% at the 95 %
confidence level.
Volatile Organic Chemicals
Analyte
Analyte
Method
Reg
MRLt
Result
Units Preparation
Analyzed
EEA
ID #
Limit
Date
Date
ID #
71 -43 -2
Benzene
524.2
5*
0.5
<0.5
ug /L
05/30/1417:25
3032640
56 -23 -5
Carbon tetrachloride
524.2
5*
0.5
< 0.5
ug /L
05130/14 17:25
3032640
108 -90 -7
Chlorobenzene
524.2
100*
0.5
< 0.5
ug /L
05/30/14 17:25
3032640
95 -50 -1
1,2- Dichlorobe nzene
524.2
600*
0.5 ,
< 0.5
ug /L ', - --
05/30/14 1725
3032640
106 -46 -7
1,4- Dichlorobenzene
524.2
75*
0.5
<0.5
ug /L ?
05/30/1417:25
3032640
107 -06 -2
1,2- Dichloroethane
524.2
5*
0.5
<0.5
ug /L
05/30/1417:25
3032640
75 -35 -4
1,1- Dichloroethylene
524.2
7*
0.5
< 0.5
ug /L
05/30114 17:25
3032640
156 -59 -2
cis -1,2- Dichloroethylene
524.2
70*
0.5
<0.5
ug /L
05/30/141725
3032640
156 -60 -5
trans- l,2- Dichloroethylene
524.2
100*
0.5
<0.5
ug /L
05/30/1417:25
` 3032640
..
75 -09 -2
Dichloromethane
524.2
5*
0.5
< 0.5
ug /L !
05/30/14 17:25
3032640
78 -87 -5
1,2- Dichloropropane
524.2
5*
0.5
<0.5
ug /L
05/30/1417:25
3032640
100 -41 -4
Ethylbenzene
524.2
700*
0.5
< 0.5
ug /L '.
05/30/14 17:25
3032640
100 -42 -5
Styrene
524.2
100
0.5
< 0.5
ug /L
05/30114 17.25
,, 3032640
127 -18 -4
�Tetrachloroethylene
524.2
5* 1,
0.5
< 0.5
ug /L
05/30/14 17:25
3032640
108 -88 -3
;Toluene
524.2
1000 *
0.5
0.7
ug /L
05/30/14 17.25
r 3032640 s
120 -82 -1
1,2,4- Trichlorobenzene
524.2
70*
0.5
< 0.5
ug /L
05/30/14 17:25
3032640
71 -55 -6
1,1,1- Trichloroethane
524.2
200*
0.5
<0.5
ug /L
05/30/1417:25
3032640
79 -00 -5
.1,1,2- Trichloroethane
524.2
5*
0.5
<0.5
ug /L
05/30/1417:25
3032640
79 -01 -6
Trichloroethylene
524.2
5*
0.5
< 0.5
ug /L ;'
05130/14 17:25
3032640
75 -01 -4
Vinyl chloride
524.2
2*
0.2
�.
< 0.2
ug /L 1
05/30/14 17:25
3032640 '
.. .
95 -47 -6
1,2 -X lene
Y
524.2
,
.
05 r
< 0.5
u /L
9
05/30/14 17:25
3032640
179601 -23 -1
, 1,3 +1,4- Xylene _
524.2
;.
0.5
<0.5
ug /L
05/30/1417:25
..
3032640 ?
1330 -2 0 -7
X Ienes, Total
y
524.2
0 * ;�
1000
0.5 [
< 0.5 �
ug /L --
30/1
� 05/30/14 17:25
i 3032640
t EEA has demonstrated it can achieve these report limits
in reagent water, but can not document
them in all sample matrices.
Reg Limit Type: MCL
....
_ ...:. ....
SMCL
.. ._.
AL
Symbol: *
^
Page 2 of 3
4 of 6
Client Name: MVTL Report #: 318250
Lab Definitions
Continuing Calibration Check Standard (CCC) I Continuing Calibration Verification (CCV) I Initial Calibration
Verification Standard (ICV) I Initial Performance Check ([PC) - is a standard containing one or more of the target
analytes that is prepared from the same standards used to calibrate the instrument. This standard is used to verify
the calibration curve at the beginning of each analytical sequence, and may also be analyzed throughout and at the
end of the sequence. The concentration of continuing standards may be varied, when prescribed by the reference
method, so that the range of the calibration curve is verified on a regular basis.
Internal Standards (IS) - are pure compounds with properties similar to the analytes of interest, which are added to
field samples or extracts, calibration standards, and quality control standards at a known concentration. They are
used to measure the relative responses of the analytes of interest and surrogates in the sample, calibration standard
or quality control standard.
Laboratory Duplicate (LD) - is a Feld sample aliquot taken from the same sample container in the laboratory and
analyzed separately using identical procedures. Analysis of laboratory duplicates provides a measure of the
precision of the laboratory procedures.
Laboratory Fortified Blank (LFB) / Laboratory Control Sample (LCS) - is an aliquot of reagent water to which
known concentrations of the analytes of interest are added. The LFB is analyzed exactly the same as the field
samples. LFBs are used to determine whether the method is in control.
Laboratory Method Blank (LMB) I Laboratory Reagent Blank (LRB) - is a sample of reagent water included in the
sample batch analyzed in the same way as the associated field samples. The LMB is used to determine if method
analytes or other background contamination have been introduced during the preparation or analytical procedure.
The LMB is analyzed exactly the same as the field samples.
Laboratory Trip Blank (LTB) / Field Reagent Blank (FRB) - is a sample of laboratory reagent water placed in a
sample container in the laboratory and treated as a field sample, including storage, preservation, and all analytical
procedures. The FRB /LTB container follows the collection bottles to and from the collection site, but the FRB /LTB is
not opened at any time during the trip. The FRB /LTB is primarily a travel blank used to verify that the samples were
not contaminated during shipment.
Matrix Spike Duplicate Sample (MSD) / Laboratory Fortified Sample Matrix Duplicate (LFSMD) - is a sample
aliquot taken from the same field sample source as the Matrix Spike Sample to which known quantities of the
analytes of interest are added in the laboratory. The MSD is analyzed exactly the same as the field samples.
Analysis of the MSD provides a measure of the precision of the laboratory procedures in a specific matrix.
Matrix Spike Sample (MS) / Laboratory Fortified Sample Matrix (LFSM) - is a sample aliquot taken from field
sample source to which known quantities of the analytes of interest are added in the laboratory. The MS is analyzed
exactly the same as the field samples. The purpose is to demonstrate recovery of the analytes from a sample matrix
to determine if the specific matrix contributes bias to the analytical results.
Quality Control Standard (QCS) I Second Source Calibration Verification (SSCV) - is a solution containing
known concentrations of the analytes of interest prepared from a source different from the source of the calibration
standards. The solution is obtained from a second manufacturer or lot if the lot can be demonstrated by the
manufacturer as prepared independently from other lots. The QCS sample is analyzed using the same procedures
as field samples. The QCS is used as a check on the calibration standards used in the method on a routine basis.
Reporting Limit Check (RLC) / Initial Calibration Check Standard (ICCS) - is a procedural standard that is
analyzed each day to evaluate instrument performance at or below the minimum reporting limit (MRL).
Surrogate Standard (SS) I Surrogate Analyte (SUR) - is a pure compound with properties similar to the analytes of
interest, which is highly unlikely to be found in any field sample, that is added to the field samples, calibration
standards, blanks and quality control standards before sample preparation. The SS is used to evaluate the efficiency
of the sample preparation process.
Page 3 of 3
5 of 6
•
Eaton Analytical
XITETO-10 -&
This report contains 7 pages.
(including the cover page)
If you have any questions concerning this report, please do not hesitate to call us at
(800) 332 -4345 or (574) 233 -4777.
This report may not be reproduced, except in full, without written approval from Eurofins
Eaton Analytical, Inc.
1 of 7
Eaton Analytical
110 South Hill Street
South Bend, IN 46617
Tel: (574) 233 -4777
Fax: (574) 233 -8207
1 800 332 4345
Client: MVTL
Attn: Nina Lovell
1126 North Front Street
New Ulm, MN 56073
Copies
to: Alice Lieder
Laboratory Report
Report:
Priority:
Status:
PWS ID
315807
Standard Written
Final
Not Supplied
EEA II Client ID II Method II Collected Collected Received
ID # Date / Time 11 By: 11 Date / Time
3009200 14 Al 1267 Well Head #16 524.2 ? 04/14/14 10:00 Client P 04/16/1409:30
Report Summary
The sample submitted was unsuitable for analysis due to large air bubbles present in the sample vials. The client was notified of
the situation, and recollection of the sample was requested.
We appreciate the opportunity to provide you with this analysis. If you have any questions concerning this report, please do not
hesitate to call Traci Chlebowski at (574) 233 -4777.
Note: This report may not be reproduced, except in full, without written approval from EEA.
® Digitally signed by Traci Chlebowski
Date: 2014.05.16 16:27:21 - 04'00'
Authorized Signature Title
Page 1 of 1
Date
2of7
Eaton Analytical
110 South Hill Street
South Bend, IN 46617
Tel: (574) 233 -4777
Fax: (574) 233 -8207
1 800 332 4345
Client: MVTL
Attn: Nina Lovell
1126 North Front Street
New Ulm, MN 56073
Copies
to: Alice Lieder
WTOTOMM =0
Report:
Priority:
Status:
PWS ID:
MN Lab ID:
315807
Standard Written
Final
Not Supplied
018 - 999 -338
Report Summary
Detailed quantitative results are presented on the following pages. The results presented relate only to the samples provided for
analysis.
We appreciate the opportunity to provide you with this analysis. If you have any questions concerning this report, please do not
hesitate to call Traci Chlebowski at (574) 233 -4777.
Note: This report may not be reproduced, except in full, without written approval from EEA. EEA is accredited by the National
Environmental Laboratory Accreditation Program (NELAP).
Digitally signed by Traci Chlebowski
cka'� ® Date: 2014.05.16 16:28:02 - 04'00'
Authorized Signature Title
Client Name: MVTL
Report #: 315807
Page 1 of 3
Date
3 of 7
Client Name: MVTL Report #: 315807
Sampling Point: 14- A11267 Well Head #16 PWS ID: Not Supplied
"` Detection Limit (DL) shall be that concentration which can be counted with a precision of plus or minus 100% at the 95 % confidence level.
t EEA has demonstrated it can achieve these report limits in reagent water, but can not document them in all sample matrices.
Reg Limit Type: MCL SMCL AL
Symbol: " I
Page 2 of 3
4 of 7
Client Name: MVTL
Lab Definitions
Report #: 315807
Continuing Calibration Check Standard (CCC) / Continuing Calibration Verification (CCV) / Initial Calibration
Verification Standard (ICV) / Initial Performance Check (IPC) - is a standard containing one or more of the target
analytes that is prepared from the same standards used to calibrate the instrument. This standard is used to verify
the calibration curve at the beginning of each analytical sequence, and may also be analyzed throughout and at the
end of the sequence. The concentration of continuing standards may be varied, when prescribed by the reference
method, so that the range of the calibration curve is verified on a regular basis.
Internal Standards (IS) - are pure compounds with properties similar to the analytes of interest, which are added to
field samples or extracts, calibration standards, and quality control standards at a known concentration. They are
used to measure the relative responses of the analytes of interest and surrogates in the sample, calibration standard
or quality control standard.
Laboratory Duplicate (LD) - is a field sample aliquot taken from the same sample container in the laboratory and
analyzed separately using identical procedures. Analysis of laboratory duplicates provides a measure of the
precision of the laboratory procedures.
Laboratory Fortified Blank (LFB) / Laboratory Control Sample (LCS) - is an aliquot of reagent water to which
known concentrations of the analytes of interest are added. The LFB is analyzed exactly the same as the field
samples. LFBs are used to determine whether the method is in control.
Laboratory Method Blank (LMB) / Laboratory Reagent Blank (LRB) - is a sample of reagent water included in the
sample batch analyzed in the same way as the associated field samples. The LIMB is used to determine if method
analytes or other background contamination have been introduced during the preparation or analytical procedure.
The LMB is analyzed exactly the same as the field samples.
Laboratory Trip Blank (LTB) / Field Reagent Blank (FRB) - is a sample of laboratory reagent water placed in a
sample container in the laboratory and treated as a field sample, including storage, preservation, and all analytical
procedures. The FRB /LTB container follows the collection bottles to and from the collection site, but the FRB /LTB is
not opened at any time during the trip. The FRB /LTB is primarily a travel blank used to verify that the samples were
not contaminated during shipment.
Matrix Spike Duplicate Sample (MSD) / Laboratory Fortified Sample Matrix Duplicate (LFSMD) - is a sample
aliquot taken from the same field sample source as the Matrix Spike Sample to which known quantities of the
analytes of interest are added in the laboratory. The MSD is analyzed exactly the same as the field samples.
Analysis of the MSD provides a measure of the precision of the laboratory procedures in a specific matrix.
Matrix Spike Sample (MS) / Laboratory Fortified Sample Matrix (LFSM) - is a sample aliquot taken from field
sample source to which known quantities of the analytes of interest are added in the laboratory. The MS is analyzed
exactly the same as the field samples. The purpose is to demonstrate recovery of the analytes from a sample matrix
to determine if the specific matrix contributes bias to the analytical results.
Quality Control Standard (QCS) / Second Source Calibration Verification (SSCV) - is a solution containing
known concentrations of the analytes of interest prepared from a source different from the source of the calibration
standards. The solution is obtained from a second manufacturer or lot if the lot can be demonstrated by the
manufacturer as prepared independently from other lots. The QCS sample is analyzed using the same procedures
as field samples. The QCS is used as a check on the calibration standards used in the method on a routine basis.
Reporting Limit Check (RLC) / Initial Calibration Check Standard (ICCS) - is a procedural standard that is
analyzed each day to evaluate instrument performance at or below the minimum reporting limit (MRL).
Surrogate Standard (SS) / Surrogate Analyte (SUR) - is a pure compound with properties similar to the analytes of
interest, which is highly unlikely to be found in any field sample, that is added to the field samples, calibration
standards, blanks and quality control standards before sample preparation. The SS is used to evaluate the efficiency
of the sample preparation process.
Page 3 of 3
5of7
���lM OI a 45�o,9�I,ka° I,a:MOUna= °Vaw M�'a= „� °��
��� e.: G6�, 6� ,�6`.:G63)784244.CeN:�s,)�6_„dg
n =e��Dewnhelawell6arvlcesmm. veh6de.wwwdewnhelawell a rvlcesmn
Q r�Vie: �a . e.M.n.geN.me=,raen
PROJECT NAME: City of Rosemount- Municipal Test Well No 16- April 1, 2014
I— 114 Mile N.Ilp -11. path VI If 3291 W)&Baardl -W. Uy.. ROS.mount C.-y.. Dakota Slate: MN
G.P.S.: N 44 deg. 45 m1n.36.9 see. W993 deg. 06 M, 19.1 seepuad— 191DTwp. Name: Twp.: 115N Range: 19W Se0—: 21
SeetiorrAB99C0MNDnigne WellNd 102726Pr1 -14v 1094097—ii A-5990 Fle: rosemountlst%f 6040]14 LA9
Well o—, City of Rosemount City Engine er:Mr. Andrew J. Br.izler
Drilling Company/ CliencBerg I,I.. c.-Il, Inc. Driller. Mr. Dua[in Kluver
Projer3 Manager.Mr_ Tim Berquam
Consulting Firm: WSB &Assoc later, Inc. Project Manager/' 1.1. gisnMr. BJ Bunln, P.G.
Interpreter Min nesota Geological Survey Geologist: Mr. Bi— Bloomgren
Logging RnitlTni.k: 201 Other Services: none
Depth Drtll,d: 596 0 Reported Depth: 506 feet Depth Logged: 59 NO Depth Reference: Grape
LI—in: 968 +F5 feet Stickup: 9l riches
112 11 — 11111
Drilling Method:R -i-y Date Ddlled:March 31, 2014 I'Mid Lev. 1.:105.0 feet Mid Type: n.ne(Air Drilling)
Rule Medinm:Water Date Logged: Apri11, 2014 Time Since Circulati..118 hours
Remarks: Concluslona and recommenpatlona aasoclated with formation contacie are based, In pad, on In(onnatlpn Downhole Well a.5
B., .. LLD obtained with currentsour.e5_D.Wnh.I. Well Bervlces 'tleplcti.n..fihe.e..niact.are basetl padially on Downhole
Well Bervices'.bselv.tl.ns.l.ng wIN review antl comments provided bythe appropriate state —d Verlticad.n .fth,
a ethen ,n, or --y ofnhis information is not warranted or g--t— by Downhole Well Services, LLG
GROUND SURFACE
ELEV. 963±
CLAY
SAND & GRAVEL
405 FT. -4" 0 CASING
GROUT
203 FT. -8" 0 CASING
0'
THIS DRAWING IS OUR RECORD KNOWLEDGE OF
THE PROJECT AS CONSTRUCTED
DEPTH
JOE WARD, PE — PROJECT ENGINEER
IN FEET
WSB & ASSOCIATES
0'
B.J. BONIN — GEOLOGIST
WSB & ASSOCIATES
APRIL 2014
32'
COARSE GRAVEL
RECORD DRAIMNG
193.5'
DRIFT
WFORMARON IS FURNISHED WITHOUT
WARRANTY AS TO ACCURACY. USERS
SHOULD FIELD VERIFY LOCADONS AND
TAN DOLOSTONE
ELEVA77 NVS.
GROUND SURFACE
ELEV. 963±
CLAY
SAND & GRAVEL
405 FT. -4" 0 CASING
GROUT
203 FT. -8" 0 CASING
0'
505' ST. BLUE —GRAY SILTSTONE
LAWRENCE GRAY BLUE SHALE
3 PYRITE
NOTES:
1. CONTRACTOR SHALL ADD FILL AND GRADE SITE IN VICINTITY OF
WELL TO DIVERT SURFACE WATER AWAY FROM WELL AND TO
PREVENT PONDING WITHIN 50 FEET OF THE WELL. CONTRACTOR
SHALL PROVIDE CLEAN FILL AS NECESSARY TO PROVIDE POSITIVE
DRAINAGE.
Y 2. STRATIGRAPHY DETERMINED BY GAMMA LOG AND VERIFIED BY
CUTTINGS WHEN AVAILABLE.
SWL
105'±
100'
203' 200'
300'
405' 400'
505 FT. —OPEN HOLE
500'
505' END OF BORING
- �„ WSB Project No. 01582 -180 May 2014
701 Xenia Avenue South, Suite 300 MUNICIPAL WELL NO. 16 CITY Project No. 416
a B Minneapolis, 55416
J www.wsb sbeng.com
U WS
TEST WELL NO. 2
& Associates, Inc.
o
INFRASTRUCTURE ENGINEERING BO PROFILE
CONSTRUCTION ROSEMOUNT, MINNESOTA
Y
150'
SILT
178'
COARSE GRAVEL
193.5'
DRIFT
BEDROCK
TAN DOLOSTONE
210'
212 -214 TAN GRAY SANDY
217'
DOLOSTONE
225,
230'
TAN & GRAY SANDY DOLOSTONE
GRAY & BLUE SHALE
216 -217 LT. GRAY
SANDSTONE
239'
TAN SHALY DOLOSTONE
TAN DOLOSTONE
260'
LT. GRAY DOLOSTONE
272'
276'
LT. GRAY DOLOMITIC SANDSTONE
LT. GRAY DOLOSTONE
299 -302 BLUE GRAY SHALE
299'
302 -308 LT. GRAY DOLOSTONE
308 -310 BLUE GRAY SHALE
308 -310 BLUE GRAY SHALE
313'
310 -311 SANDSTONE
LT. GRAY DOLOSTONE
311 -312 BLUE —GRAY SHALE
312 -313 SANDSTONE
325'
TAN DOLOSTONE
340'
GRAY SHALY DOLOSTONE
360'
TAN & GRAY DOLOSTONE w/
PYRITE, MULTI — COLORED SHALE
386'
PRAIRIE
INTERBEDDED DOLOSTONE,
140'
396, DU CHIEN
DK. GRAY SHALE. & SANDSTONE
JORDAN
COARSE GRAY SANDSTONE
419•
419 -420 COARSE GRAY SANDSTONE
420 -424 BLUE GRAY SHALE LAYERS
70'
426'
IN SANDSTONE
424 -426 COARSE GRAY SANDSTONE
COARSE GRAY SANDSTONE TO MED. GRAY SANDSTONE
0 FT
N
466'
FINE GRAY SANDSTONE TO GRAY SHALE
VERTICAL SCALE
484'
o
JORDAN
MED. GRAY SANDSTONE
496'
505' ST. BLUE —GRAY SILTSTONE
LAWRENCE GRAY BLUE SHALE
3 PYRITE
NOTES:
1. CONTRACTOR SHALL ADD FILL AND GRADE SITE IN VICINTITY OF
WELL TO DIVERT SURFACE WATER AWAY FROM WELL AND TO
PREVENT PONDING WITHIN 50 FEET OF THE WELL. CONTRACTOR
SHALL PROVIDE CLEAN FILL AS NECESSARY TO PROVIDE POSITIVE
DRAINAGE.
Y 2. STRATIGRAPHY DETERMINED BY GAMMA LOG AND VERIFIED BY
CUTTINGS WHEN AVAILABLE.
SWL
105'±
100'
203' 200'
300'
405' 400'
505 FT. —OPEN HOLE
500'
505' END OF BORING
- �„ WSB Project No. 01582 -180 May 2014
701 Xenia Avenue South, Suite 300 MUNICIPAL WELL NO. 16 CITY Project No. 416
a B Minneapolis, 55416
J www.wsb sbeng.com
U WS
TEST WELL NO. 2
& Associates, Inc.
o
INFRASTRUCTURE ENGINEERING BO PROFILE
CONSTRUCTION ROSEMOUNT, MINNESOTA
Y
APPENDIX C: MN DEPARTMENT OF HEALTH REPORT
MUNICIPAL PRODUCTION WELL NO. 16 APPENDIX C
CITY PROJECT NO. 416
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582 -18
MINNESOTA DEPARTMENT OF HEALTH
Division of Environmental Health
REPORT ON PLANS
Plans and specifications on well: Municipal Production Well No. 16, Rosemount, Dakota County, Plan No. 140592
OWNERSHIP: Rosemount City Council, c/o Ms. Amy Domeier, City Clerk, Rosemount City Hall,
2875 —145' Street West, Rosemount, Minnesota 55068
SUBMITTER(S): WSB & Associates, Inc., c/o Mr. Joseph Ward, 701 Xenia Avenue South, Suite 300,
Minneapolis, Minnesota 55416
Date Received- May 27, 2014
Date Reviewed. August 1, 2014
SCOPE: This report covers the design of this project insofar as the safety and sanitary quality of the water for
public consumption may be affected, and applies to this project only and not to the entire system or any other part
thereof The examination of plans is based upon the supposition that the data on which the design is based are
correct, and that necessary legal authority has been obtained to construct the project. The responsibility for the
design of structural features and the efficiency of equipment must be taken by the project designer. Approval is
contingent upon satisfactory disposition of any requirements included with this report. It is the project owner's
responsibility to retain the plans at the project location.
Water supply plans are examined with regard to the location, construction and operational features of the design
and maintenance of all parts of the system which may affect the safety and sanitary quality of the water.
Examination is based on the standards of this department.
It is the contractor's responsibility to contact the Minnesota Department of Health (MDH) for inspections as
indicated in the report pertaining to inspections. If you have any questions regarding information contained in this
report, please contact me at 651/201 -4683. Please direct all questions regarding plumbing inspections to the
Minnesota Department of Labor and Industry at 651/284 -5067.
This project consists of the installation of a 30 -inch by 24 -inch steel cased well, approximately 495 feet deep,
finished in the Jordan formation. The proposed construction will consist of drilling and driving 30 -inch diameter
steel casing through the glacial drift to the top of the Prairie du Chien group at an estimated depth of 200 feet,
drilling 30 -inch diameter open hole through the Prairie du Chien group and Jordan formation, and approximately
5 feet into the top of the St. Lawrence formation to 495 feet, installing 24 -inch diameter steel casing approximately
10 feet into the Jordan formation at approximately 405 feet, filling open hole with gravel, grouting annular space
with neat - cement, removing gravel, and development, including removal of approximately 850 cubic yards of
formation material. The wellhead will be completed with a vertical turbine pump with a 150 horsepower motor,
and an above - ground discharge. It is anticipated that the well will have a capacity of 1,200 gallons per minute. The
legal location of the well is the NW '/4 of the NW '/4 of the NE 1/4 Section No. 21, TI 15N, RI 9W, Dakota County.
Requirement(s):
Well
I All well contracting activities, including well construction, pump installation, and well sealing, must be done
by or under the direct supervision of a person licensed by the MDH to perform those activities.
Municipal Production Well No. 16
Well
Plan No. 140592
Page 2
August 1, 2014
2. The well must be located according to the distances specified in Minnesota Rules, part 4725.4450, but in no
case less than 50 feet from a source of contamination, including buried sewers, except as specified in
Minnesota Rules, part 4725.5850, subpart 3. Isolation distances of up to 300 feet are required for some
contamination sources.
3. The owner of a community water supply well must own or legally control, through a permanent easement, the
property within a 50 -foot radius of the well
4. The established ground surface at the well site must be at least 2 feet above the highest known water elevation.
The ground surface around the well shall be such that flood waters from the highest flood of record would not
reach within 50 feet of the well
5. The ground surface must be sloped to drain away from the well and be graded to prevent the accumulation and
retention of surface water within 50 feet of the well.
6. Sanitation facilities used during construction, such as a portable privy, must be located at least 50 feet from the
well.
7. The borehole must not be advanced more than 10 feet into the St. Lawrence formation. Any portion of the
borehole drilled more than 10 feet below the bottom of the Jordan formation must be filled with approved
neat - cement grout or cement -sand grout, in accordance with grouting procedures specified in Minnesota
Rules, part 4725.3050. Gravel pack, cuttings, bentonite, or collapsed formation are not acceptable sealing
materials in this portion of the borehole.
8. The well must be grouted in accordance with Minnesota Rules, part 4725.3050.
9. Since the well is completed in the Jordan formation, it is recommended that the well owner or owner's agent
test the water to verify that the water produced will contain acceptable levels of radium. Be aware that this
formation has produced water with unacceptable levels of radium.
10 Effective January 4, 2014, all newly installed or replacement pipes, pipe fittings, plumbing fittings and
fixtures, including backflow preventers, that are installed on potable water systems or systems that are
designed to distribute water for potable water use, are required to meet the new Reduction of Lead in
Drinking Water Act, which establishes a maximum lead content of 0.25 percent by weighted average of the
wetted surfaces. This includes piping, valves and fittings for water service lines, and piping and fittings
associated with potable water well installations.
11 An identification label must be attached to the well (see Minnesota Rules, part 4725.3550).
12. The well contractor or well owner must submit a Well Construction Notification to the MDH prior to
beginning well construction.
13. Water analysis for coliform bacteria, nitrate, and arsenic must be performed by a laboratory certified by the
MDH. Results must be submitted to the MDH within 30 days of collection of the sample.
Municipal Production Well No. 16
Well
Plan No. 140592
Page 3
August 1, 2014
14 The well casing must be temporarily covered at all times when not actively working on the well, until the well
is completed and a permanent cap or cover is installed. The temporary cap must meet the requirements in
Minnesota Rules, part 4725.2250, subpart 17, or must be a weatherproof, tamper -proof cover, such as an
overlapping steel plate. Tape, pails, loose plastic, or similar covers are not allowed.
15. Water that is put into the well during well development, other than water taken from the well itself, must have
a free chlorine residual at all times. The MDH strongly recommends that water taken from the well and
returned to the well during development also have a free chlorine residual at all times.
16. A Well Construction Record must be completed and submitted to the MDH within 30 days after completion of
the work
17. If the well site has changed from the site that has been previously approved by our office, the site must be re-
inspected and approved by the representative of the MDH prior to construction. Please contact
John Woodside, at 651/201 -4658, to arrange for a well site inspection.
18. It is recommended that provisions be provided for the well to pump to waste. A hydrant and at least two
valves should be provided to allow for the well water to be flushed to waste when maintenance is
required.
19. The consultant to the well owner (WSB & Associates, Inc.) must provide a copy of this report to the licensed
well contractor(s) who will be performing the well construction, repair, and/or sealing
20 The consultant to the well owner (WSB & Associates, Inc.) must inform the MDH staff members
Douglas Edson, at 651/201 -3659, or Ronald Thompson, at 651/201 -3658, of the identity of the licensed well
contractor(s) who will be performing the well construction. In addition, the well contractor must provide
verbal or written notification of the proposed construction starting time to Douglas Edson or
Ronald Thompson at least 24 hours prior to starting construction of each well. The notification must be made
during normal business hours (Monday through Friday, 8:00 a.m. to 4:30 p.m.) and must specify the date on
which well construction is scheduled to begin. If the proposed starting time changes after notification is made,
a new notification must be made during normal business hours at least 24 hours prior to the revised
construction starting time. Drilling of a pilot hole for the production well is considered part of the production
well construction, and must not begin until after the required notification has been made.
21. The well contractor must obtain preliminary Well Construction Approval from the Minnesota Department of
Natural Resources (DNR) prior to beginning well construction, and the well owner must obtain a Water Use
Permit from the DNR after well construction is completed.
22. Please contact the MDH District Engineer, Bassani Banat, at 651/201 -2105, before the well is put into
production.
23 The plans and specifications do not include the plans and specifications for the pumphouse or the connection
of the well to the raw water transmission main. Complete plans and specifications for the pumphouse and the
connection to the system must be submitted and approved by the MDH prior to their construction.
Municipal Production Well No. 16
Well
Plan No. 140592
Page 4
August 1, 2014
Well Site Inspection
24. The site location was inspected on July 16, 2014, by John Woodside, of the MDH. Also present was
Mr. Joe Ward, from WSB & Associates, Inc., to answer questions about the setback distances from potential
contamination sources and the locations of property boundaries. At the time of the visit, a stake that marked
the proposed well location had not yet been placed, due to significant construction in the road and right of way
immediately adjacent to the proposed well site. We are enclosing an aerial photograph that shows the location
of the proposed well
Information provided to the MDH indicates the city of Rosemount owns the parcel on which the well will be
located. As a result, the city will control land and water use in the area within 50 feet of the proposed well
site.
The proposed construction is to complete the well in the Jordan Sandstone and it is covered by a substantial
thickness of glacial deposits. Therefore, we feel that the aquifer has sufficient geological protection so that
existing or former land uses, other than nearby wells, will have minimal impact on the quality of the well
water. The setback distances from potential contamination sources specified under Minnesota Rules,
Chapter 4725 and other siting criteria specified in Minnesota Rules, Chapter 4720, appear to be met, based on
the location of the stake and our evaluation of the surrounding area.
We have reviewed and conditionally approve the preliminary delineation of the wellhead protection area and
assessment of existing land and water use, as specified under Minnesota Rules, part 4720.5130.
The MDH grants conditional approval for use of the site for a community water supply well, with the
understanding that final grading of the area around the completed well shall result in diversion of surface
water away from it and prevent ponding within 50 feet of the well. An additional site visit by the MDH will
be required prior to drilling, and after the well location has been surveyed and staked, so that the location can
be recorded and the setback distances can be physically measured. Please inform us if you change the location
of the proposed well, as there is very little space on the property for adjustment. Moving the location may
necessitate re- visiting the site, and we do not want to hold up construction activities as a result.
Note(s):
1. On Page No 02670 -6, Part 125.13. Le of the project specifications, it states that a 24 -inch borehole would be
drilled in the Jordan formation. Elsewhere, the plan specifies that a 30 -inch borehole would be drilled in the
Jordan formation. This report is based on a 30 -inch borehole in the Jordan formation.
COMPLIANCE: No construction shall take place except in accordance with the approved plans. If it is desired to
make deviations from the approved plans, the MDH should be consulted and approval of the changes obtained
before the construction i1s started; otherwise, such construction is installed without proper approval and, in addition,
may create dangers to public health.
Municipal Production Well No. 16
Well
Plan No. 140592
Page 5
August 1, 2014
Authorization for construction in accordance with the approved plans may be withdrawn if construction is not
undertaken within a period of two years. The fact that the plans have been approved does not necessarily mean that
recommendations or requirements for change will not be made at some later time when changed conditions,
additional information, or advanced knowledge make improvements necessary.
Approved:
Brian A. Noma, P.E.
Public Health Engineer
Section of Drinking Water Protection
P.O. Box 64975
St. Paul, Minnesota 55164 -0975
651/201 -4683
BAN. bc]
Enclosure
cc: Mr. Joseph Ward, WSB & Associates, Inc.
Bruce Bloomgren, Minnesota Geological Survey
Joe Richter, Minnesota Department of Natural Resources
Bassani Banat, MDH, St. Paul
Ed Schneider, MDH , St. Paul