HomeMy WebLinkAbout6.h. Receive Plans & Specifications - Authorize Ad for Bid for Sealing Wells 4 and 5 and Drilling a New Observation WellI:\City Clerk\Agenda Items\Approved Items\6.h. Receive Plans & Specifications - Authorize Ad for Bid for Sealing Wells 4 and 5 and Drilling a New
Observation Well.docx
EXECUTIVE SUMMARY
City Council Meeting: September 1, 2015
AGENDA ITEM: Receive Plans & Specifications /
Authorize Ad for Bid for Sealing Wells 4
and 5 and Drilling a New Observation
Well, Engineering Project 181
AGENDA SECTION:
Consent
PREPARED BY: Patrick Wrase, PE, Director of Public
Works / City Engineer AGENDA NO. 6.h.
ATTACHMENTS: Resolution; Map; Plans and Specs APPROVED BY: ddj
RECOMMENDED ACTIONS: Motion to Adopt a Resolution Receiving Plans and
Specifications and Authorizing Advertisement for Bids for the Sealing of Wells 4 and 5 and
Drilling New Observation Well, Engineering Project 181
BACKGROUND:
On July 7, 2015 the Rosemount City Council authorized the execution of an Amendment to a Grant
Agreement with the Minnesota Department of Health for the sealing of wells 4 and 5, located in
Chippendale Park. This amendment increases the amount of the grant from $13,860 to $50,000. The City
will also receive a total of $4,000 in grant funds from Dakota County to contribute to this project.
Further, the Minnesota Department of Natural Resources requires the City to install a new observation
well prior to the issuance of a water appropriation permit for Well 16. On July 7, 2015 Rosemount City
Council authorized the execution of a Grant Agreement for the award of $10,000 to offset the cost of
drilling the new observation well, which will also be located in Chippendale Park due to its centralized
location within the City.
The total estimated cost for sealing the wells and drilling the new observation well is $212,000. This
project will be funded with $64,000 in grant funds and $148,000 from the Water Utility Fund.
An update of this project was provided to members of the Utilities Commission at the May 18, 2015
Utilities Commission meeting. Staff is preparing another update for the upcoming September 14, 2015
Utilities Commission meeting.
At this time, the plans and specifications are complete and copies are on file in the Engineering
Department.
SUMMARY:
Staff recommends Council receive the plans and specifications and authorize the advertising for bids for
the sealing of wells 4 and 5 and the drilling of a new observation well, Engineering Project 181.
2
CITY OF ROSEMOUNT
DAKOTA COUNTY, MINNESOTA
RESOLUTION 2015 -
A RESOLUTION RECEIVING THE PLANS AND SPECIFICATIONS
AND AUTHORIZING ADVERTISEMENT FOR BIDS FOR
SEALING OF WELLS 4 AND 5 AND THE DRLLING OF A NEW OBSERVATION WELL
ENGINEERING PROJECT 181
WHEREAS, the City Council of the City of Rosemount has ordered the preparation of plans and
specifications for the sealing of Wells 4 and 5 and the drilling of a new observation well, Engineering
Project 181, 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 Engineering Project 181.
3. The advertisement shall be published in each of said publications at least once not less than one
(1) weeks before the date set for opening bids, specifying the work to be done, stating the bids
will be publicly opened on September 29, 2015 at 10:00 o’clock a.m. at the Rosemount City Hall
in said City, and that no bids will 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 1st day of September, 2015.
William H. Droste, Mayor
ATTEST:
Clarissa Hadler, City Clerk
UPPER 148TH ST W
149TH ST W
UPPER 149TH ST W
148TH ST W
C H R Y S L
E R A V E
C H O R L E Y
A V E
W
C H I P P E N D A L E A V E
CIMARRON
AVE
W
!
RO SEMOUNT 5
RO SEMOUNT 4 PROPOSED OB WELL
UPPER 148TH ST W
149TH ST W
UPPER 149TH ST W
148TH ST W
C H R Y S L
E R A V E
C H O R L E Y
A V E
W
C H I P P E N D A L E A V E
CIMARRON
AVE
W
!
RO SEMOUNT 5
RO SEMOUNT 4 PROPOSED OB WELL
Location of the Proposed Observation Welland Wells No. 4 and 5City of Rosemount MN
Legend
!Proposed Observation Well
Wells
Parks
Parcels
490 ft X 19 0 ft in Total
D
o
c
u
m
e
n
t
P
a
t
h
:
T
:
\
G
I
S
\
C
i
t
y
\
M
a
p
s
\
D
e
p
a
r
t
m
e
n
t
a
l
M
a
p
s
\
E
n
g
i
n
e
e
r
i
n
g
\
W
e
l
l
\
W
e
l
l
4
&
5
.
m
x
d
City of Rosemount
2875 145th Street West • Rosemount, MN 55068
September 1, 2015
Well No. 4 and Well No. 5
Abandonment and Chippendale
Observation Well Project
City of Rosemount
Dakota County, Minnesota
WSB Project No. 1582-22
______
K:\01582-220\Admin\Spec\1. Cover St. Paul.docx
PROJECT MANUAL
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND
CHIPPENDALE OBSERVATION WELL PROJECT
FOR THE CITY OF ROSEMOUNT
DAKOTA COUNTY, MINNESOTA
September 1, 2015
Prepared By:
WSB & Associates, Inc.
477 Temperance Street
St. Paul, MN 55101
651-286-8450
651-286-8488 (Fax)
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND
CHIPPENDALE OBSERVATION WELL PROJECT TITLE
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582-22
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: September 1, 2015 Lic. No. 47169
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND
CHIPPENDALE OBSERVATION WELL PROJECT CERTIFICATION
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582-22
TABLE OF CONTENTS
SECTION NO.
TITLE PAGE
CERTIFICATION PAGE
TABLE OF CONTENTS
BIDDING AND CONTRACT REQUIREMENTS
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
NOTICE TO BIDDERS INTERNET
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 (IC134) -
SUPPLEMENTARY CONDITIONS OF THE CONSTRUCTION CONTRACT 00800
DIVISION 1 – GENERAL REQUIREMENTS
SUBSTITUTION OF EQUIPMENT AND PRODUCTS 01100
DIVISION 2 – SITE WORK
WELL ABANDONMENT 02670
OBSERVATION WELL 02680
DIVISION 11 – EQUIPMENT
GROUNDWATER MOTITORING EQUIPMENT 11170
APPENDICES
A WELL NO. 4 INFORMATION
B WELL NO. 5 INFORMATION
C CHIPPENDALE OBSERVATION WELL INFORMATION
END OF TABLE OF CONTENTS
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND
CHIPPENDALE OBSERVATION WELL PROJECT TABLE OF CONTENTS
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582-22
ADVERTISEMENT FOR BIDS
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND
CHIPPENDALE OBSERVATION WELL PROJECT
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, Tuesday, September 29, 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 abandonment of two municipal production wells and the addition of an
observation well.
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.questcdn.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 #4058749
on the website’s Project Search page. Please contact QuestCDN.com at 952-233-1632 or
info@questcdn.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., 477 Temperance Street, St. Paul, MN 55101, for a nonrefundable fee
of $100.00 per set, check payable to WSB & Associates, Inc., which includes $25.00 for the current
2015 City of Rosemount General Specifications and Standard Detail Plates for Street and Utility
Construction dated March 2015. 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.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND
CHIPPENDALE OBSERVATION WELL PROJECT ADVERTISEMENT FOR BIDS
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582-22
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: September 1, 2015 s/s Clarissa Hadler
City Clerk
Rosemount, MN
PUBLISHED IN THE: Rosemount Town Pages September 3, 2015 and September 10, 2015
Finance and Commerce September 3, 2015 and September 10, 2015
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND
CHIPPENDALE OBSERVATION WELL PROJECT ADVERTISEMENT FOR BIDS
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582-22
SECTION 00100
INSTRUCTIONS TO BIDDERS
1. EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE WORK .............................................. 1
2. BID SECURITY ................................................................................................................................ 1
3. CONTRACT DOCUMENTS ............................................................................................................. 1
4. PREPARATION OF PROPOSAL .................................................................................................... 1
5. LIMITATION ON MOBILIZATION BID ITEM ................................................................................... 1
6. CONDITIONS IN THE BIDDER’S PROPOSAL ............................................................................... 1
7. INTERPRETATION OF ESTIMATES .............................................................................................. 2
8. DELIVERY OF PROPOSALS .......................................................................................................... 2
9. REJECTION OF PROPOSAL .......................................................................................................... 2
10. WITHDRAWAL OF PROPOSAL ...................................................................................................... 2
11. PUBLIC OPENING OF PROPOSALS ............................................................................................. 2
12. DISQUALIFICATION OF BIDDERS ................................................................................................ 2
13. EQUIPMENT .................................................................................................................................... 2
14. FURNISHING OF EVIDENCE OF RESPONSIBILITY .................................................................... 2
15. AWARD OF CONTRACT ................................................................................................................. 2
16. RESPONSIVE/RESPONSIBLE BID ................................................................................................ 3
17. RESPONSIBLE CONTRACTOR ..................................................................................................... 3
18. REQUIREMENTS OF CONTRACT BOND...................................................................................... 3
19. FAILURE TO EXECUTE CONTRACT ............................................................................................. 3
20. UNIT PRICES .................................................................................................................................. 3
21. OWNER DELETION RIGHT ............................................................................................................ 4
22. NONDISCRIMINATION IN EMPLOYMENT .................................................................................... 4
23. SURETY DEPOSITS ....................................................................................................................... 4
24. ADDENDA ........................................................................................................................................ 4
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND
CHIPPENDALE OBSERVATION WELL PROJECT INSTRUCTIONS TO BIDDERS
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582-22
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. 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 bonds.
3. CONTRACT DOCUMENTS – The Contract Documents shall consist of the Advertisement for
Bids, Instruction to Bidders, General Conditions, Supplementary General Conditions,
Specifications, Proposal Form, Contract for Construction, Non-Collusion Affidavit, Contract Bond,
Performance Bond, and all plans and drawings. These documents are on file with the Owner.
4. 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. All alterations, corrections or deletions shall
nullify the bid unless each alteration, correction or deletion is initialed by the bidder.
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.
5. LIMITATION ON MOBILIZATION BID ITEM – The bidder shall limit the proposed lump sum bid
price for the MOBILIZATION (5% MAXIMUM) bid items in each schedule to 5% of the total of
each schedule. The Mobilization bid item has been provided in each schedule due to grant
funding sources that were obtained for this project.
6. CONDITIONS IN THE BIDDER’S PROPOSAL – The bidder shall not stipulate in his proposal
any conditions not provided for on the Proposal Form.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND
CHIPPENDALE OBSERVATION WELL PROJECT INSTRUCTIONS TO BIDDERS
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582-22 PAGE 1
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.
8. DELIVERY OF PROPOSALS – 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.
9. 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.
10. 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.
11. 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.
12. 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.
13. 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.
14. 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.
15. AWARD OF CONTRACT The basis of award of the Contract will be on the Total Base Bid plus
the accepted or denied Alternate as deemed to be appropriate by the City of Rosemount. The
Alternate will be accepted in the order listed. The City reserves the right to reject any or all bids.
The award of Contract will be made within 120 calendar days after opening of proposals to the
lowest responsive, responsible Bidder of the Base Bid plus accepted Alternate defined
appropriate by the City of Rosemount. The Owner reserves the right to delete any item prior to
final contract.
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.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND
CHIPPENDALE OBSERVATION WELL PROJECT INSTRUCTIONS TO BIDDERS
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582-22 PAGE 2
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
16. RESPONSIVE/RESPONSIBLE BID – A responsible Bid is one from a Bidder that has:
a. Financial resources, technical qualifications, experience, organization and facilities
adequate to carry out the project, or a demonstrated ability to obtain these;
b. Resources to meet the completion schedule contained in the Agreement;
c. A satisfactory performance record for completion of other similar projects from both the
Contractor and the superintendent/foreperson who will be overseeing this work.
A “responsive” bid must include the following:
a. Complete Proposal Form.
b. Affidavit and Information Required of Bidders form.
c. Contractor’s Verification of Compliance form.
d. Bid Security.
17. 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.
18. 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.
19. 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.
20. 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.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND
CHIPPENDALE OBSERVATION WELL PROJECT INSTRUCTIONS TO BIDDERS
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582-22 PAGE 3
21. OWNER DELETION RIGHT – The Owner reserves the right to delete any line item from the bid
prior to final contract execution.
22. 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.
23. 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
payment.
24. ADDENDA – Should any addenda be required as determined by the Engineer, it is the
responsibility of the Contractor to verify receipt of the addenda and to properly acknowledge such
addenda in said location on the proposal form. The Engineer will not accept phone calls 24 hours
before the bid date.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND
CHIPPENDALE OBSERVATION WELL PROJECT INSTRUCTIONS TO BIDDERS
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582-22 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.:
SECTION 00300
BID FORM FOR
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND
CHIPPENDALE OBSERVATION WELL PROJECT
FOR THE CITY OF ROSEMOUNT
DAKOTA COUNTY, MINNESOTA
Opening Time: 10:00AM CDT
Opening Date: Tuesday, September 29, 2015
City of Rosemount
2875 145th 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 abandonment of wells No. 4 and No. 5 and the construction of the Chippendale
Observation well, in accordance with the Bidding Documents and Addenda thereto, as prepared
by WSB & Associates, Inc., St. Paul, 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
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND BID FORM
CHIPPENDALE OBSERVATION WELL PROJECT SECTION 00300
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582-22 PAGE 00300-1
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
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.
I. 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.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND BID FORM
CHIPPENDALE OBSERVATION WELL PROJECT SECTION 00300
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582-22 PAGE 00300-2
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
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):
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND BID FORM
CHIPPENDALE OBSERVATION WELL PROJECT SECTION 00300
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582-22 PAGE 00300-3
Page 4 K:\01582-220\Admin\Spec\9. 1582-18 Bid Form Materials REVISED.xls
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND CHIPPENDALE OBSERVATION WELL PROJECT
CITY OF ROSEMOUNT PROJECT NO. ENG 181
WSB PROJECT NO. 1582-22
No.Item Units Qty Unit Price Total Price
1 MOBILIZATION LUMP SUM 1 $ ____________$ ____________________
2 WELL ABANDONMENT LUMP SUM 1 $ ____________$ ____________________
3 GROUT CU YDS 15 $ ____________$ ____________________
$ ____________________
1 MOBILIZATION LUMP SUM 1 $ ____________$ ____________________
2 WELL ABANDONMENT LUMP SUM 1 $ ____________$ ____________________
3 GROUT CU YDS 15 $ ____________$ ____________________
$ ____________________
1 MOBILIZATION / DEMOBILIZATION LUMP SUM 1 $ ____________$ ____________________
2 DRILL / DRIVE 8" CASING LIN FT 219 $ ____________$ ____________________
3 DRILL 8" NOMINAL OPEN HOLE LIN FT 520 $ ____________$ ____________________
4 INSTALL 4" CASING LIN FT 395 $ ____________$ ____________________
5 PLUMBNESS & ALIGNMENT TEST TEST 1 $ ____________$ ____________________
6 GROUT ANNULAR SPACE CU YDS 5 $ ____________$ ____________________
7 WATER ANALYSIS LUMP SUM 1 $ ____________$ ____________________
8 GAMMA LOG EACH 1 $ ____________$ ____________________
9 WELL VIDEO SURVEY EACH 1 $ ____________$ ____________________
Schedule A: Well No. 4 Abandonment
Total Schedule A: Well No. 4 Abandonment
Schedule B: Well No. 5 Abandonment
Total Schedule B: Well No. 5 Abandonment
Schedule C: Chippendale Observation Well
Page 5 K:\01582-220\Admin\Spec\9. 1582-18 Bid Form Materials REVISED.xls
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND CHIPPENDALE OBSERVATION WELL PROJECT
CITY OF ROSEMOUNT PROJECT NO. ENG 181
WSB PROJECT NO. 1582-22
No.Item Units Qty Unit Price Total Price
10 SILT FENCE LIN FT 300 $ ____________$ ____________________
11 SOUND BARRIER SQ FT 480 $ ____________$ ____________________
12 GROUND WATER MONITORING EQUIPMENT EACH 1 $ ____________$ ____________________
$ ____________________
TOTAL BASE BID (SCHEDULE A + B + C)$ ____________________
Total Schedule C: Chippendale Observation Well
QUALIFICATIONS
We shall use the following drilling equipment if the contract is awarded to us:
Name of Manufacturer Model No.
Height of Mast ___________________ feet Engine H.P. _____________
Age, in years, of drilling equipment ______________________
Minnesota Water Well Drilling License No. ____________________________
National Water Well Association Certification No. (Optional) _______________________
We are listing in the spaces below the locations of our most recent abandonment of wells which our
company has completed in Minnesota.
Location Owner's Name
Date Well
Was Abandoned 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 PRICE is 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 abandonment of wells No. 4 and No. 5 and the
construction of the Chippendale observation well completed on or before March 31, 2016.
6.03 If the Bid is accepted and the Contract is awarded, Bidder agrees that the Work shall be
completed, including final restoration, and ready for final payment, on or before April 30, 2016.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND BID FORM
CHIPPENDALE OBSERVATION WELL PROJECT SECTION 00300
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582-22 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 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. (if applicable)
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND BID FORM
CHIPPENDALE OBSERVATION WELL PROJECT SECTION 00300
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582-22 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: (SEAL)
By:
(Signature of general partner – attach evidence of authority to sign)
Name (typed or printed):
Business address:
Phone No.: FAX No.:
A Corporation
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:
(CORPORATE SEAL)
Attest:
(Signature of Corporate Secretary)
Business address:
Phone No.: FAX No.:
Date of Qualification to do business is
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND BID FORM
CHIPPENDALE OBSERVATION WELL PROJECT SECTION 00300
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582-22 PAGE 00300-8
A Joint Venture
Joint Venturer Name: (SEAL)
By:
(Signature of joint venture partner – attach evidence of authority to sign)
Name (typed or printed):
Title:
Business address:
Phone No.: FAX No.:
Joint Venturer Name: (SEAL)
By:
(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:
(Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation
that is a party to the joint venture should be in the manner indicated above.)
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND BID FORM
CHIPPENDALE OBSERVATION WELL PROJECT SECTION 00300
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582-22 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 , 20 .
Notary Public
My commission expires: , 20 .
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.)
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND
CHIPPENDALE OBSERVATION WELL PROJECT AFFIDAVIT
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582-22
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
(please print name)
Signature
(please sign name)
Its
Subscribed and sworn to before me this
day of , 20 .
Notary Public
My commission expires: , 20 .
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND
CHIPPENDALE OBSERVATION WELL PROJECT VERIFICATION
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582-22
BIDDERS PLEASE NOTE:
Certain specification sections that have been traditionally
included in the project manuals are now available over the
internet. These specifications are also available by request from
the City of Rosemount. This in no way reduces your
responsibility to strictly adhere to these specifications.
These sections are listed in the following Notice to Bidders in
this project manual.
Your signature is required on the following Notice to Bidders
and you are required to submit the signed Notice to Bidders
with your completed Proposal Form as a bidder of this project.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND
CHIPPENDALE OBSERVATION WELL PROJECT NOTICE TO BIDDERS
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582-22 PAGE 1
Notice to Bidders
The following specifications are required by this contract and are available by request at the City of Rosemount and
via the internet at the sites listed below:
SALT Schedule of Materials Control – Local (Dated January 2014) 32 pages
This contract requires strict adherence to the SALT Schedule of Materials Control. It is the contractor’s
responsibility to make himself/herself familiar with it. Copies of the SALT Schedule of Materials Control are
available by request from the City of Rosemount or via the internet at
http://www.dot.state.mn.us/stateaid/construction/2014-salt-smc-lga.pdf
Equal Employment Opportunity (EEO) Special Provisions (Revised July 2012) 38 pages
This contract requires strict adherence to the EEO Special Provisions. It is the contractor’s responsibility to make
himself/herself familiar with it. EEO Special Provisions are available by request from the City of Rosemount or via
the internet at
http://www.dot.state.mn.us/pre-letting/prov/order/eeo-specprov.pdf
MnDOT – (1910) Fuel Escalation Clause (Revised June 2014) 3 pages
This contract requires strict adherence to the (1910) Fuel Escalation Clause. It is the contractor’s responsibility to
make himself/herself familiar with it. The (1910) Fuel Escalation Clause is available by request from the City of
Rosemount or via the internet at
http://www.dot.state.mn.us/pre-letting/prov/order/fuel-esc.pdf
CEAM Standard Specifications (2013 Edition) 79 pages
This contract requires strict adherence to the CEAM Standard Specifications, 2013 edition. It is the contractor’s
responsibility to make himself/herself familiar with it. Copies of the CEAM Standard Specifications, 2013 edition,
are available by request from the City of Rosemount or via the internet at
http://www.ceam.org/vertical/Sites/%7BD96B0887-4D81-47D5-AA86-
9D2FB8BC0796%7D/uploads/CEAMSpecifications2013Final.pdf
Schedule of Prices 1 page
This contract requires strict adherence to the Schedule of Prices. It is the contractor’s responsibility to make
himself/herself familiar with it. Copies of the Schedule of Prices are available by request from the City of
Rosemount or via the internet at
http://www.dot.state.mn.us/pre-letting/prov/order/sch-price.pdf
As bidder of this contract, I acknowledge that I (we) am (are) familiar with the above documents and that we
will adhere to the requirements of same for this contract.
__________________________________________
Signed Date
for: __________________________________________
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND
CHIPPENDALE OBSERVATION WELL PROJECT NOTICE TO BIDDERS
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582-22 PAGE 2
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
(Seal) (Seal)
Bidder's Name and Corporate Seal Surety's Name and Corporate Seal
By: By:
Signature and Title Signature and Title
(Attach Power of Attorney)
Attest: Attest:
Signature and Title 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.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND
CHIPPENDALE OBSERVATION WELL PROJECT EJCDC NO. 1910-28-C (1996 Edition)
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582-22
PENAL SUM FORM
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.
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.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND
CHIPPENDALE OBSERVATION WELL PROJECT EJCDC NO. 1910-28-C (1996 Edition)
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582-22
SECTION 00500
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:
1. Abandonment of two former municipal production wells;
2. Construction of a new observation well and associated appurtenances; and
3. Restoration of the well abandonment and observation well sites.
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 April 30, 2016. Substantial and final completion dates are
defined as follows:
• Substantial completion by March 31, 2016. Substantial completion is defined as well
abandonment completed, and observation well construction completed.
• Final completion by April 30, 2016. Final completion is defined as all restoration in place
and established.
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
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND STANDARD FORM OF AGREEMENT
CHIPPENDALE OBSERVATION WELL PROJECT SECTION 00500
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582-22 PAGE 00500-1
liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER Five
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 4.1.A 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.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND STANDARD FORM OF AGREEMENT
CHIPPENDALE OBSERVATION WELL PROJECT SECTION 00500
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582-22 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
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND STANDARD FORM OF AGREEMENT
CHIPPENDALE OBSERVATION WELL PROJECT SECTION 00500
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582-22 PAGE 00500-3
the General Conditions. CONTRACTOR acknowledges that such reports and drawings are not
Contract Documents and may not be complete for CONTRACTOR’s purposes. CONTRACTOR
acknowledges that OWNER and ENGINEER do not assume responsibility for the accuracy or
completeness of 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, “Well No. 4 and Well No. 5 Abandonment and Chippendale
Observation Well Project, for the City of Rosemount, Minnesota.”
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND STANDARD FORM OF AGREEMENT
CHIPPENDALE OBSERVATION WELL PROJECT SECTION 00500
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582-22 PAGE 00500-4
8.8. Drawings and exhibits, bound within Appendix A, B, and C of this project manual, with each sheet
bearing the following title:
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND
CHIPPENDALE OBSERVATION WELL PROJECT
Rosemount, MN
8.9. Addenda numbers _____ to _____ inclusive.
8.10. CONTRACTOR’s Bid (pages _____ 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.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND STANDARD FORM OF AGREEMENT
CHIPPENDALE OBSERVATION WELL PROJECT SECTION 00500
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582-22 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 _________________________ (which is the effective date of the
Agreement).
OWNER: CONTRACTOR:
City of Rosemount, MN
By: By:
Attest: Attest:
Address for giving notices: Address for giving notices:
2875 145th Street West
Rosemount, MN 55068 Business Phone:
Agent for service of process:
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND STANDARD FORM OF AGREEMENT
CHIPPENDALE OBSERVATION WELL PROJECT SECTION 00500
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582-22 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.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND
CHIPPENDALE OBSERVATION WELL PROJECT PERFORMANCE AND PAYMENT BONDS
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582-22 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 , 20 .
Contractor Surety
By By
Its Its
And
Its
(Seal of Contractor if a Corporation)
Witnesses to Contractor’s Signature: Witnesses to Surety’s Signature:
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND
CHIPPENDALE OBSERVATION WELL PROJECT PERFORMANCE AND PAYMENT BONDS
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582-22 PAGE 2
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)
SDE
Exemption from Surety Deposits for Non-Minnesota Contractors
Contractor Total contract amount Minnesota tax ID number
Address Contact person Daytime phone
City State ZIP code Contract starting date Projected completion date
Business type (check one): Corporation S corporation
Partnership Sole proprietor
Please type or print clearly. This information will be used for returning the form to you.
Co
n
t
r
a
c
t
o
r
In
f
o
r
m
a
t
i
o
n
$
Name of business or government agency Contact person Daytime phone
Contract owner’s address City State ZIP Code Project number
Project location address City State ZIP codePr
o
j
e
c
t
In
f
o
r
m
a
t
i
o
n
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.
Re
a
s
o
n
f
o
r
E
x
e
m
p
t
i
o
n
I declare this information is true and complete to the best of my knowledge and belief. I 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
Si
g
n
H
e
r
e
Form SDE Instructions
• 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 ID 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.
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 fulfilled 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.
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.
Certifi cate of Compliance
Based on records of the Minnesota Department of Revenue, I certify that the contractor who has signed this Contractor Affi davit
has fulfi lled all the requirements of Minnesota Statutes 290.92 and 270C.66 concerning the withholding of Minnesota income
tax from wages paid to employees relating to contract services with the state of Minnesota and/or its subdivisions.
Department of Revenue approval Date
(Rev. 4/15)
IC134
Contractor Affi davit
This Contractor Affi davit must be certifi ed by the Minnesota Department of Revenue before the state of Minnesota or any of its
subdivisions can make fi nal payment to contractors. For more detailed information, see the instructions on the back of this form.
Company name Daytime phone Minnesota tax ID number
Address Total contract amount Month/year work began
City State ZIP code Amount still due Month/year work ended
Please type or print clearly. This information will be used for returning the completed form.
$
$
Pr
o
j
e
c
t
In
f
o
r
m
a
t
i
o
n
Project number Project location
Project owner Address City State ZIP code
Did you have employees work on this project? Yes No. If no, who did the work?
I declare that all information I have fi lled in on this form is true and complete to the best of my knowledge and belief. I authorize the Department of Revenue to
disclose pertinent information relating to this project, including sending copies of this form, to the prime contractor if I am a subcontractor, and to any subcon-
tractors if I am a prime contractor, and to the contracting agency.
Contractor’s signature Title Date
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).
Si
g
n
H
e
r
e
Check the box that describes your involvement in the project and fi ll in all information requested.
Sole contractor
Subcontractor
Name of contractor who hired you
Address
Prime contractor—If you subcontracted out any work on this project, all of your subcontractors must submit their own Contractor
Affi davits and have them certifi ed by the Department of Revenue before you can submit your Contractor Affi davit. For each
subcontractor you had, fi ll in the information below and attach a copy of each subcontractor’s certifi ed Contractor Affi davit. If you
need more space, attach a separate sheet.
Business name Address Owner/Offi cer
Co
n
t
r
a
c
t
o
r
T
y
p
e
Form IC134 Instructions
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 Offi ce 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 Contractor Affi davit
Form IC134 cannot be processed by the
Department of Revenue until you fi nish
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 certifi ed 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 certifi ed Contractor
Affi davits 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 Contractor Affi davit
either electronically or by mail. Th is af-
fi davit must be certifi ed and returned before
the state or any of its subdivisions can make
fi nal payment for your work.
Contractor Affi davit
No state agency or local unit of government
can make fi nal payment to a contractor un-
til the Department of Revenue has certifi ed
that the contractor and any subcontractor
have fulfi lled the requirements of Minne-
sota withholding tax laws.
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 a Contractor Affi davit to the Depart-
ment of Revenue to receive a certifi cate of
compliance.
Use of Information
Th e 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 Contractor Affi davit
is private by state law. It cannot be given to
others without your permission, except to
the Internal Revenue Service, other states
that guarantee the same privacy and certain
government agencies as provided by law.
For an immediate response: Complete
and submit your Contractor Affi davit elec-
tronically. Go to www.revenue.state.mn.us
and choose Withholding Tax. Under the
File and Pay tab, click on Contractor Affi da-
vit Information for Government Projects.
You may complete and mail Form IC134
to: Minnesota Revenue, Mail Station 6610,
St. Paul, MN, 55146-6610. If you have ful-
fi lled the requirements of Minnesota with-
holding tax laws, the department will sign
your Form IC134 and return it to you.
To receive your fi nal payment, submit the
certifi ed Contractor Affi davit to the govern-
ment unit for which the work was done. If
you are a subcontractor, submit the certifi ed
Contractor Affi davit to your prime contrac-
tor to receive your fi nal payment.
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.
We’ll provide information in other formats
upon request to persons with disabilities.
SECTION 00800
SUPPLEMENTARY GENERAL CONDITIONS
ARTICLE S.G.C.0 INTRODUCTION ........................................................................................................ 1
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
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND
CHIPPENDALE OBSERVATION WELL PROJECT SUPPLEMENTARY GENERAL CONDITIONS
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582-22
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 Logs
• Historical Well Data
• City of Rosemount Appropriations Permit
• City of Rosemount Observation 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.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND
CHIPPENDALE OBSERVATION WELL PROJECT SUPPLEMENTARY GENERAL CONDITIONS
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582-22 PAGE 1
ARTICLE S.G.C.5 BONDS AND INSURANCE
After Paragraph 5.04.C 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.B.
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.”
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND
CHIPPENDALE OBSERVATION WELL PROJECT SUPPLEMENTARY GENERAL CONDITIONS
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582-22 PAGE 2
DIVISION 1
GENERAL REQUIREMENTS
TABLE OF CONTENTS
01100 SUBSTITUTION OF EQUIPMENT AND PRODUCTS
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 1
CHIPPENDALE OBSERVATION WELL PROJECT GENERAL REQUIREMENTS
CITY OF ROSEMOUNT, MN TABLE OF CONTENTS
WSB PROJECT NO. 1582-22
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.
1. 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:
a. 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.
b. 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:
a. Represents that he has personally investigated the proposed substitute
product and determined that it is equal or superior in all respects to that
specified.
b. 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.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 1
CHIPPENDALE OBSERVATION WELL PROJECT GENERAL REQUIREMENTS
CITY OF ROSEMOUNT, MN SECTION 01100
WSB PROJECT NO. 1582-22 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
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 1
CHIPPENDALE OBSERVATION WELL PROJECT GENERAL REQUIREMENTS
CITY OF ROSEMOUNT, MN SECTION 01100
WSB PROJECT NO. 1582-22 PAGE 01100-2
DIVISION 2
SITE WORK
TABLE OF CONTENTS
02670 WELL ABANDONMENT
02680 OBSERVATION WELL
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 2
CHIPPENDALE OBSERVATION WELL PROJECT SITE WORK
CITY OF ROSEMOUNT, MN TABLE OF CONTENTS
WSB PROJECT NO. 1582-22
SECTION 02670
WELL ABANDONMENT
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. This section includes the requirements for abandoning both existing municipal production
wells identified for abandonment with this construction contract.
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 abandon two (2) water wells previously utilized for municipal water supply at the
locations shown on the drawings in the appendix.
B. CONTRACTOR shall inspect the well for depth, previous abandonment measures, casing
diameters, etc. The abandonment method shall then be completed 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 by the Minnesota Department of Health and Dakota County.
D. CONTRACTOR shall do all the work and furnish all the materials, tools, appurtenances,
and everything necessary for completing the well abandonments within the time
specified. CONTRACTOR shall complete the abandonments to the satisfaction of the
ENGINEER, in accordance with the specifications, drawings and MDH requirements at
the prices shown in the Bid Form.
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).
1.05 LOCATION
A. The well is to be located in the City of Rosemount, Minnesota. The approximate location
of the wells is shown in the Contract Drawings.
B. The work under these Contract Documents is located on property of the OWNER or
easements obtained by the OWNER.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 2
CHIPPENDALE OBSERVATION WELL PROJECT SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02670
WSB PROJECT NO. 1582-22 PAGE 02670-1
1.06 PERMITS
A. CONTRACTOR shall acquire all applicable permits, at his expense, from appropriate
agencies as required for the execution of his work.
B. The CONTRACTOR shall submit a well abandonment work plan to the Minnesota
Department of Health prior to beginning well sealing.
1.07 FINES
A. In the event the OWNER is fined by the Minnesota Pollution Control Agency, Minnesota
Department of Natural Resources (DNR), 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 March 31, 2016, where substantial completion is defined as
complete abandonment of both Wells No. 4 and 5 as approved by the MDH. Final
completion by April 30, 2016 and is defined as final restoration and final project
paperwork.
B. 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 (1) 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.
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 City park at times, 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.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 2
CHIPPENDALE OBSERVATION WELL PROJECT SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02670
WSB PROJECT NO. 1582-22 PAGE 02670-2
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.
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.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 2
CHIPPENDALE OBSERVATION WELL PROJECT SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02670
WSB PROJECT NO. 1582-22 PAGE 02670-3
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 and park facilities
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.
1.20 UTILITIES
A. Water for construction purposes will be available at the water hydrant. CONTRACTOR
shall follow the City of Rosemount General Specifications and Standard Detail Plates for
Street and Utility Construction, Division 1, Section GR-5 for construction water
requirements. CONTRACTOR will provide all labor, materials, and other equipment
necessary to supply water to the project site for construction purposes. CONTRACTOR
shall provide for pumping and storage of water if needed.
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 shall provide on-site treatment if needed for any water used during the
abandonment activities. CONTRACTOR shall coordinate discharge activities with
OWNER and ENGINEER. CONTRACTOR shall perform any and all testing required
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 2
CHIPPENDALE OBSERVATION WELL PROJECT SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02670
WSB PROJECT NO. 1582-22 PAGE 02670-4
prior to discharge. 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 twenty four (24) hours of completion or
demobilization to original grade. Seeding and sodding is required to return the park area
to the condition prior to the start of the project.
1.22 SIGNS FOR ADVERTISEM ENT
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 (1)
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.
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
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 2
CHIPPENDALE OBSERVATION WELL PROJECT SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02670
WSB PROJECT NO. 1582-22 PAGE 02670-5
A. It is the intent of the OWNER and the ENGINEER to properly abandon Well No. 4 and
Well No. 5 in accordance with the requirements of the MDH. Potential existing well
configuration is shown in the Appendix.
B. The completed well abandonment shall begin with the following elements:
1. Pre-Abandonment Methods:
a. Clean out wells to within 10-feet of the original depth.
b. Examine existing casing diameters and existence of grout.
c. Consult MDH staff to determine depth requirements for grout.
Based on historical information for Well No. 4, the following are the predicted measures
required by the MDH to properly abandon the well:
2. Well No. 4 Abandonment Methods:
a. Grout the annular space from the bottom of the 6-inch casing to the top
of both casings.
b. Perforation following Minnesota Rules 4725.3850 may be necessary to
ensure grout reaches the bottom of the 6-inch casing.
c. Complete and receive approval of MDH Sealing Well Records.
Based on historical information for Well No. 5, it is suspected that Well No. 5 is a
quadruple-cased well and the following are the predicted measures required by the MDH
to properly abandon the well:
3. Well No. 5 Abandonment Methods:
a. Overdrill and remove all casings existing at Well No. 5.
b. Grout the resulting bore hole in accordance with MDH requirements.
c. Complete and receive approval of MDH Sealing Well Records.
4. ENGINEER shall decide on the appropriate well abandonments during
construction as information on conditions becomes available during the
construction process. Unit prices in the Bid Form shall be utilized for selected
well abandonment method.
1.26 ANTICIPATED WELL CONDITIONS
A. The well conditions for the proposed abandonment may Appendix of this specification.
1.27 CONTRACTOR’S USE OF PREMISES
A. General:
1. 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:
1. Locations of existing underground utilities shall be determined by
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
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 2
CHIPPENDALE OBSERVATION WELL PROJECT SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02670
WSB PROJECT NO. 1582-22 PAGE 02670-6
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:
1. 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:
1. 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.
E. Methods of Operation:
1. 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.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 2
CHIPPENDALE OBSERVATION WELL PROJECT SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02670
WSB PROJECT NO. 1582-22 PAGE 02670-7
F. Conduct of Work:
1. 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.
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.
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
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 2
CHIPPENDALE OBSERVATION WELL PROJECT SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02670
WSB PROJECT NO. 1582-22 PAGE 02670-8
1. At the completion of abandonment, furnish to ENGINEER five (5) bound
summary copies of the completed well abandonment, including, but not limited
to; revised well log, together with a description and length of casings, grout used,
and State Water Well Sealing record.
1.30 CORRECTIVE WORK
A. In the event that the well abandonment is not performed to the requirem ents of the MDH,
due to the neglect of the CONTRACTOR, he shall at his own expense, perform such
work to address incorrect sealing measures and re-seal the well to the requirements of
the MDH.
B. All work shall be in accordance with the Minnesota Department of Health Well Code.
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 before it is properly
abandoned. A removable lockable cap shall be provided and installed during
abandonment of the well. The well casing temporary cover shall meet the well capping
requirements in Minnesota Rules, part 4725.2250.
1.32 GUARANTEE AND/OR WARRANTY PERIOD
A. The guarantee or warranty period shall be in accordance with the City General
Specifications. Bonds shall be provided in accordance with City General Specification
section SGC 14.07.
PART 2 - PRODUCTS
2.01 GENERAL
A. All materials used in abandonment of the wells shall be new and free from defects.
2.02 GROUT
A. Neat cement grout shall be Portland cement (ASTM C150) mixed with not more than six
(6) gallons of water per one (1) 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.
2.03 SILT FENCE
A. Silt fencing shall meet the requirements of Contract Drawings.
PART 3 - EXECUTION
3.01 ABANDONMENT OF THE WELL
A. General
1. CONTRACTOR shall furnish and install silt fence 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 prior to final payment.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 2
CHIPPENDALE OBSERVATION WELL PROJECT SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02670
WSB PROJECT NO. 1582-22 PAGE 02670-9
2. The CONTRACTOR shall abandon the well to the applicable standards
established by the MDH.
3. The CONTRACTOR shall dispose of all material without damage to public or
private property. No material shall be disposed of on the project site.
4. CONTRACTOR shall exercise extreme care in the performance of work to
prevent caving in of subsurface formations.
5. CONTRACTOR shall abandon the wells in accordance with the Minnesota
Department of Health Well Code.
6. 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.
7. 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 conditions encountered.
8. The CONTRACTOR shall submit a water well sealing record to the Minnesota
Department of Health within thirty (30) days of the completion of the well.
9. CONTRACTOR shall provide the ENGINEER with the approved sealing
documentation.
3.02 GROUTING
A. CONTRACTOR’S grouting operations shall be done with the ENGINEER present.
B. CONTRACTOR shall provide ENGINEER with forty eight (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 one quarter inch (1/4”) 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 forty eight (48) hours.
H. In the event the grout tremie pipe does not reach the bottom of the smallest casing,
perforation must be made using the Minnesota Rules, pat 4725.3850. Depth of
perforations will be dictated by the MDH after the well has been cleaned out.
I. Cement sand grout shall not be used.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 2
CHIPPENDALE OBSERVATION WELL PROJECT SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02670
WSB PROJECT NO. 1582-22 PAGE 02670-10
3.03 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 abandonment, CONTRACTOR shall disinfect all drilling tools, equipment and
appurtenances before placing them into the well.
C. 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 or spread of
contamination, at the CONTRACTOR’S expense.
D. The well casing must be temporarily covered during abandonment and at times when
actual abandonment is not occurring. The temporary cap must meet the well capping
requirements in Minnesota Rules, part 4725.2250.
3.04 DISPOSAL OF WATER FROM ABANDONMENT OPERATIONS
A. CONTRACTOR shall provide an approved settling pond to settle cuttings and sand and
control water. W ater shall be discharged from the settling pond through the required
piping 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.
3.05 CLEANUP
A. Remove and dispose of all debris resulting from the well drilling, clean out, and grouting,
away from the site. Sandstone shall be removed as directed by ENGINEER.
3.06 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 off-site disposal of materials shall be included in the mobilization
lump sum bid item.
3. There will be no additional compensation made to CONTRACTOR due to
restocking charges for materials not used on this project.
4. 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 well
abandonments is provided in the paragraph, below.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 2
CHIPPENDALE OBSERVATION WELL PROJECT SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02670
WSB PROJECT NO. 1582-22 PAGE 02670-11
B. Description of Bid Items
1. Mobilization/Demobilization
a. 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.
b. Payment will be made in accordance with the lump sum price
established in the bid form.
c. Fifty percent (50%) of this lump sum payment will be held until
completion and final acceptance of the project.
2. Well Abandonment
a. Includes all work associated with abandonment of the wells including but
not limited to equipment, materials, labor, and appurtenances necessary
to fully abandon the wells in accordance with MDH regulations. Grout
will be the only material paid for on a unit price bid per cubic yard of
grout used.
b. Payment will be made based on a lump sum basis.
c. Payment will be made in accordance with the unit price established in
the bid form.
3. Grout Annular Space
a. 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.
b. 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.
c. Payment will be made in accordance with the unit price established in
the bid form.
END OF SECTION 02670
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 2
CHIPPENDALE OBSERVATION WELL PROJECT SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02670
WSB PROJECT NO. 1582-22 PAGE 02670-12
SECTION 02680
OBSERVATION WELL
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. This section includes the requirements for providing a groundwater observation 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 (1) groundwater observation well at the location shown on the contract
drawings. Construct an approximately 520-foot deep Jordan Formation observation well.
The observation shall be drilled through the Jordan Formation as confirmed by a gamma
log.
B. CONTRACTOR shall test the well for depth, alignment, and plumbness. 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
required by the Minnesota Department of Health, Minnesota Department of Natural
Resources, and Dakota County.
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 may 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. American Water Works Association Standards A100-97.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 2
CHIPPENDALE OBSERVATION WELL PROJECT SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02680
WSB PROJECT NO. 1582-22 PAGE 02680-1
F. Minnesota Department of Health, Minnesota Department of Natural Resources, and
Dakota County requirements.
1.05 LOCATION
A. The well is to be located 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 propert y of the OWNER or
easements obtained by the OWNER.
1.06 PERMITS
A. CONTRACTOR shall acquire all applicable 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 prior to beginning well construction.
C. The observation well shall be permitted as such and not as an environmental bore hole.
1.07 FINES
A. In the event the OWNER is fined by the Minnesota Pollution Control Agency, Minnesota
Department of Natural Resources (DNR), 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 March 31, 2016, where substantial completion is defined as
observation well completed and groundwater monitoring equipment installed and
operational. Final completion by April 30, 2016 and is defined as final restoration and final
project paperwork.
B. 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 (1) 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.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 2
CHIPPENDALE OBSERVATION WELL PROJECT SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02680
WSB PROJECT NO. 1582-22 PAGE 02680-2
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 City Park, associated 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.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 2
CHIPPENDALE OBSERVATION WELL PROJECT SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02680
WSB PROJECT NO. 1582-22 PAGE 02680-3
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.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 2
CHIPPENDALE OBSERVATION WELL PROJECT SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02680
WSB PROJECT NO. 1582-22 PAGE 02680-4
1.20 UTILITIES
A. Water for construction purposes will be available at a water hydrant. CONTRACTOR
shall follow the City of Rosemount General Specifications and Standard Detail Plates for
Street and Utility Construction, Division 1, Section GR-5 for construction water
requirements. CONTRACTOR will provide all labor, materials, and other equipment
necessary to supply water to the project site for construction purposes. CONTRACTOR
shall provide for pumping and storage of water if needed.
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 shall provide on-site treatment if needed for any water used during the
abandonment activities. CONTRACTOR shall coordinate discharge activities with
OWNER and ENGINEER. CONTRACTOR shall perform any and all testing required
prior to discharge. 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 twenty four (24) hours of completion or
demobilization to original grade. Seeding and sodding is required to return the park area
to the condition prior to the start of the project.
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 (1)
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.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 2
CHIPPENDALE OBSERVATION WELL PROJECT SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02680
WSB PROJECT NO. 1582-22 PAGE 02680-5
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 groundwater observation
well into the Jordan formation. Desired well configuration is shown in the Contract
Drawings.
B. The completed well will be approximately 520-feet-deep and shall be comprised of the
following elements as shown in the Contract Drawings.
1. Well Configuration:
a. Drive an 8-inch casing through the glacial drift to the top of the Prairie Du
Chien formation.
b. Drill an 8-inch open hole through the Prairie Du Chien formation and ten
feet (10’) into the Jordan formation.
c. Furnish and install a 4-inch casing ten feet (10’) into the Jordan
formation.
d. Grout between casings and open hole.
e. Drill an 8-inch 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. Disinfect the well.
g. Perform specified testing procedures and video inspection of well.
h. Install groundwater monitoring equipment.
i. Cap casing with an above grade casing and a lockable cover.
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.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 2
CHIPPENDALE OBSERVATION WELL PROJECT SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02680
WSB PROJECT NO. 1582-22 PAGE 02680-6
1.26 ANTICIPATED GEOLOGIC CONDITIONS
A. The geologic conditions for the proposed observation well may or may not approximate
those from the Well No. 4 and Well No. 5 logs. Both existing wells are located directly
west of the proposed observation well, as indicated on the Contract Drawings. The well
logs for Well No. 4 and Well No. 5 are included in Appendix A and B of this specification
for reference.
1.27 CONTRACTOR’S USE OF PREMISES
A. General:
1. 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:
1. Locations of existing underground utilities shall be determined by
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:
1. 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:
1. 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.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 2
CHIPPENDALE OBSERVATION WELL PROJECT SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02680
WSB PROJECT NO. 1582-22 PAGE 02680-7
E. Methods of Operation:
1. 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:
1. 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.
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.
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.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 2
CHIPPENDALE OBSERVATION WELL PROJECT SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02680
WSB PROJECT NO. 1582-22 PAGE 02680-8
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
1. At the completion of well, furnish to ENGINEER five (5) 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, grout used, static
water level, video log, 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, 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 (2) 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.
D. Samples of Formations
1. CONTRACTOR shall take and preserve one (1) set of samples from each
five feet (5’) 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. Plumbness and Alignment Test Report
1. 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.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 2
CHIPPENDALE OBSERVATION WELL PROJECT SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02680
WSB PROJECT NO. 1582-22 PAGE 02680-9
F. Certification of Well Casing
1. CONTRACTOR shall provide ENGINEER one (1) 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.
G. Video Survey and Geophysical Log
1. CONTRACTOR shall provide four (4) copies of all video surveys and two (2)
copies in a DVD format to ENGINEER.
2. CONTRACTOR shall provide two (2) certified copies of the Geophysical Log, if
conducted, to ENGINEER.
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.
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 WAR RANTY PERIOD
A. The guarantee or warranty period shall be in accordance with the City General
Specifications. Bonds shall be provided in accordance with City General Specification
section SGC 14.07.
PART 2 - PRODUCTS
2.01 GENERAL
A. All materials used in construction of the well shall be new and free from defects.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 2
CHIPPENDALE OBSERVATION WELL PROJECT SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02680
WSB PROJECT NO. 1582-22 PAGE 02680-10
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.
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 six
(6) gallons of water per one (1) 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.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 2
CHIPPENDALE OBSERVATION WELL PROJECT SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02680
WSB PROJECT NO. 1582-22 PAGE 02680-11
2.07 SOUND BARRIER
A. Sound barrier shall be a twelve foot (12’) high wall of vertical wood timbers or poles which
are sunk at least six feet (6’) 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 twelve feet (12’) above the surrounding ground surface.
B. Sound barrier shall be constructed to withstand wind and other loads throughout the
duration of the project.
PART 3 - EXECUTION
3.01 CONSTRUCTION OF THE OBSERVATION WELL
A. General
1. 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.
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 thirty (30) days of the completion of the
well.
B. 8-inch Casing
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 2
CHIPPENDALE OBSERVATION WELL PROJECT SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02680
WSB PROJECT NO. 1582-22 PAGE 02680-12
1. The CONTRACTOR shall drill a hole which shall permit the driving, sinking and
permanent placement of a 8-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. 8-inch Nominal Open Hole
1. The CONTRACTOR shall drill a 8-inch nominal open hole through Prairie Du
Chien and ten feet (10’) into the Jordan Strata to the depth identified on the
project plans in Appendix A.
D. 4-inch Casing
1. CONTRACTOR shall furnish and install a 4- inch casing approximately ten feet
(10’) into the Jordan formation.
2. CONTRACTOR shall grout inner 4-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.
E. 8-inch Open Hole
1. The CONTRACTOR shall drill a 8-inch open hole through the Jordan formation to
the depth identified on the project plans in Appendix A.
3.02 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 forty eight (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.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 2
CHIPPENDALE OBSERVATION WELL PROJECT SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02680
WSB PROJECT NO. 1582-22 PAGE 02680-13
3.03 WELDING
A. Qualifications
1. 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 twenty four (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
1. 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
1. 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.
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.
3.04 GROUTING
A. CONTRACTOR’S grouting operations shall be done with the ENGINEER present.
B. CONTRACTOR shall provide ENGINEER with forty eight (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 one quarter inch (1/4”) 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.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 2
CHIPPENDALE OBSERVATION WELL PROJECT SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02680
WSB PROJECT NO. 1582-22 PAGE 02680-14
G. After grouting operations are completed, no further work will be done on the well for at
least forty eight (48) hours.
H. Cement sand grout shall not be used.
3.05 GEOLOGIC SAMPLES
A. The CONTRACTOR shall take and preserve one (1) set of samples from each five feet
(5’) 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.
3.06 ALIGNMENT AND PLUMBNESS TESTS
A. General
1. 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 three
foot (3’) long spool into the well. The outer diameter of the pipe shall not be more
than half-inch (1/2”) smaller than the inside diameter of that part of the casing or
hole being tested for casings and holes less than or equal to twelve inches (12”)
in diameter. For casings and holes greater than twelve inches (12”) in diameter,
the outer diameter of the pipe shall be no more than one inch (1”) smaller than
the inside diameter of that part of the casing or hole being tested.
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 forty eight (48) hours’
notice prior to initiating alignment and plumbness tests.
B. Schedule
1. 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.
1. 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.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 2
CHIPPENDALE OBSERVATION WELL PROJECT SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02680
WSB PROJECT NO. 1582-22 PAGE 02680-15
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.
3.07 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 substantial 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.
3.08 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.
3.09 DISPOSAL OF WATER FROM DRILLING OPERATIONS
A. CONTRACTOR shall provide an approved settling pond if necessary to settle cuttings
and sand and control water if necessary. Water shall be discharged from the settling
pond through the required piping 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.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 2
CHIPPENDALE OBSERVATION WELL PROJECT SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02680
WSB PROJECT NO. 1582-22 PAGE 02680-16
3.10 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.
3.11 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 two feet (2') above
ground surface elevation. The inner casing shall be measured from four feet (4')
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
1. Mobilization/Demobilization
a. 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.
b. Payment will be made in accordance with the lump sum price
established in the bid form.
c. Fifty percent (50%) of this lump sum payment will be held until
completion and final acceptance of the project.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 2
CHIPPENDALE OBSERVATION WELL PROJECT SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02680
WSB PROJECT NO. 1582-22 PAGE 02680-17
2. Drill/Drive 8-inch Casing
a. Includes furnishing, drilling and driving, 8-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.
b. 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. Drill 8-inch Nominal Open Hole
a. Includes furnishing all equipment, materials and labor, and drilling 8-inch
nominal diameter open hole through the Prairie Du Chien and ten feet
into the Jordan Strata to the depth identified on the project plans in
Appendix A.
b. Paym ent will be on linear feet provided.
c. Payment will be made in accordance with the unit price established in
the bid form.
4. Install 4-inch Casing
a. Includes furnishing and installing complete, a 4-inch casing, inside the 8-
inch casing and open hole, from four feet (4') above grade to a point into
the Jordan formation, as directed by ENGINEER.
b. 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. Drill 8-inch Open Hole
a. Includes furnishing all equipment, materials and labor, and drilling a 8-
inch diameter open hole through the Jordan formation to the depth
identified on the project plans in Appendix A.
b. Payment will be on linear feet provided.
c. Payment will be made in accordance with the unit price established in
the bid form.
6. Plumbness and Alignment Test
a. Includes moving equipment and personnel to the production well site and
conducting plumbness and alignment test of the entire cased well.
b. 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.
7. Grout Annular Space
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 2
CHIPPENDALE OBSERVATION WELL PROJECT SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02680
WSB PROJECT NO. 1582-22 PAGE 02680-18
a. 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.
b. 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.
c. Payment will be made in accordance with the unit price established in
the bid form.
8. Well Video Survey
a. Includes moving equipment and personnel to the production well site and
performing a video survey of the entire cased and uncased well.
b. 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.
9. Silt Fence
a. Includes all equipment, materials and labor for furnishing and installing
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.
10. Sound Barrier
a. 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.
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.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 2
CHIPPENDALE OBSERVATION WELL PROJECT SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02680
WSB PROJECT NO. 1582-22 PAGE 02680-19
11. Geophysical Log
a. 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.
b. 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 02680
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 2
CHIPPENDALE OBSERVATION WELL PROJECT SITE WORK
CITY OF ROSEMOUNT, MN SECTION 02680
WSB PROJECT NO. 1582-22 PAGE 02680-20
DIVISION 11
EQUIPMENT
TABLE OF CONTENTS
11170 GROUNDWATER MONITORING EQUIPMENT
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 11
CHIPPENDALE OBSERVATION WELL PROJECT EQUIPMENT
CITY OF ROSEMOUNT, MN TABLE OF CONTENTS
WSB PROJECT NO. 1582-22
SECTION 11170
GROUNDWATER MONITORING EQUIPMENT
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. Requirements for providing one groundwater monitoring data logger 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 (1) groundwater monitoring data logger and accessories as specified herein
for a municipal groundwater supply application. Complete unit shall include data logger,
vented poly cable (length determined after well is drilled), desiccant replacement (color
change type required), titanium desiccant tube, well dock, communication cable, and all
necessary appurtenances needed to operate efficiently.
B. Monitoring equipment shall be installed in well hole that has been constructed previously
as part of this project.
C. The unit shall have a well dock accessory to ensure data logger cannot be dropped down
into the well hole and to maintain proper height settings.
D. Monitoring equipment shall be In-Situ Level Troll 500 with the well dock accessory for this
model. If an approved equivalent is required, necessary paperwork shall be submitted to
prove equivalency PRIOR TO THE BID.
1.04 BASIS OF BID
A. This Section has been prepared using the In-Situ Level Troll 500 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.
1.05 EQUIPMENT TESTS
A. The data logger shall be tested and proven to operate effectively with the OWNER’s
computer and data logger system.
B. Test result shall be approved by ENGINEER before acceptance. Loggers that fail to
properly communicate with OWNER’s system will not be acceptable.
1.06 QUALITY ASSURANCE
A. All material and equipment to be new and of the highest quality.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 11
CHIPPENDALE OBSERVATION WELL PROJECT EQUIPMENT
CITY OF ROSEMOUNT, MN SECTION 11170
WSB PROJECT NO. 1582-22 PAGE 11170-1
1.07 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. Dimensional drawings.
2. Descriptions of materials of construction.
3. Catalog and brochure information.
4. Descriptions of accessories (including dimensions and materials):
a. Vented poly cable
b. Titanium desiccant tube
c. Color changing desiccant replacement (1 container for each tube)
d. Well dock accessory
e. Communication cable
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. Assembly, installations, alignment, adjustment, and checking instructions.
2. Parts lists, and predicted life of parts subject to wear.
3. Maintenance schedules and instructions.
4. Guide to “troubleshooting.”
F. Installation, inspection and start-up report.
1.08 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 data logger shall be operational between -4 and 176 degrees F.
B. The body materials shall be titanium with a delrin nose cone.
C. A 10 year battery life is required.
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 11
CHIPPENDALE OBSERVATION WELL PROJECT EQUIPMENT
CITY OF ROSEMOUNT, MN SECTION 11170
WSB PROJECT NO. 1582-22 PAGE 11170-2
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.
E. The data logger shall be gauged (vented) for a 100 psig setting.
F. Accuracy shall be to plus or minus 0.05% full scale.
PART 3 - EXECUTION
3.01 INSTALLATION AND START-UP
A. The CONTRACTOR shall coordinate installation and start-up testing with the
ENGINEER.
3.02 SPARE PARTS
A. An additional supply of the color changing desiccant shall be provided by
CONTRACTOR.
3.03 MEASUREMENT AND PAYMENT
A. Payment for all work specified in this section shall be included in the Unit Price bid item
established in the Bid Form.
END OF SECTION 11170
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND DIVISION 11
CHIPPENDALE OBSERVATION WELL PROJECT EQUIPMENT
CITY OF ROSEMOUNT, MN SECTION 11170
WSB PROJECT NO. 1582-22 PAGE 11170-3
APPENDIX A
WELL NO. 4 INFORMATION
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND APPENDIX A
CHIPPENDALE OBSERVATION WELL PROJECT
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582-22
APPENDIX B
WELL NO. 5 INFORMATION
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND APPENDIX B
CHIPPENDALE OBSERVATION WELL PROJECT
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582-22
APPENDIX C
CHIPPENDALE OBSERVATION WELL INFORMATION
WELL NO. 4 AND WELL NO. 5 ABANDONMENT AND APPENDIX C
CHIPPENDALE OBSERVATION WELL PROJECT
CITY OF ROSEMOUNT, MN
WSB PROJECT NO. 1582-22
December 22 , 2009
City of Rosemount
Minnesota Department of Natural Resources
DNR Waters, 1200 Warner Road, SI. Paul, MN 55106
Telephone: (651) 259-5845 Fax: (651) 772-7977
Andrew Brotzler, Director of Public Works
2875 145 Lh Street West
Rosemount, Minnesota 56068-4997
If
DEPARTMENT OF
NATURAL RESOURCES
RE: Amended DNR Permit #1976-6069, Eight Municipal Water Supply Wells, City of Rosemount
Dear Mr. Brotzler:
The Department of Natural Resources recently received notice that the City of Rosemount's
municipal well #15 has been added to the City municipal wells. Therefore, Rosemount's
appropriation permit #1976-6069 has been amended to reflect the change. Per request, the permitted
total annual appropriation has been increased to 1.183 billion gallons per year. According to
Rosemount's Water Supply Plan, the increase and new well should fulfill the projected water
requirements until 2012.
As stated in the DNR Water Supply Plan approval letter , we are requiring the installation or location
of three Jordan aquifer observation wells with the addition of the new well and appropriation
increase . The purpose of the monitoring wells is to assure that the Jordan aquifer will be adequate
for your purposes and will not adversely impact nearby surface water resources and wells. Details are
provided in Attachment A of the enclosed amended permit.
We want to thank the City for recently approving a water conservation rate. The new rate will meet
Minnesota Statues, section 103G.291 requiring a rate structure that encourages conservation.
[fyou have any questions about your permit, please contact Area Hydrologist lanell Mierschat651-
259-5776.
Sii?~s;/~
Dale E. Homuth
Regional Hydrologist
Enclosure
ec: Dakota County SWCD, Brian Watson DNR Area Hydrologist Janell Miersch
Vennillion River JPG, Mark Zabel DNR Appropriation Penn its & SWUDS
WSB & Associates, Inc., Nancy Zeigler Metropolitan Council, Chris Elvrum
Dakota County Environmental Health , David Swenson
www.dnr.slole.mn.us
AN EQUAL OPPORTUNITY EMPLOYER o PRINTEO ON RECYClED PAPER CONTAINING A MINIMUM OF I D% POST-CONSUMER WASTE
rt
DEPARlNEHT OF
NA ruRAl. RESOURCES
AMENDED
WATER APPROPRIATION
PERMIT
PERMIT NUMBER
1976-6069
COUNTY
DAKOTA
THIS AMENDED PERMIT SUPERSEDES THE ORIGINAL PERMIT AND ALL PREVIOUS AMENDMENTS.
IN THE MATTER OF THE APPLICATION FOR APPROPRIATION OF WATERS OF THE STATE PERMISSION IS HEREBY GRANTED TO·
PERMITTEE Authorized Agent
City of Rosemount Andrew Brotzler, Director of Public Works
Address
2875 145th Street West, Rosemount, Minnesota 55068-4997 Phone (651) 322-2025
To appropriate from: Eight manifolded municipal water supply wells all located in Township 115 North, Range 19 West
Well Diam Depth GPM Unique No. Point of Taking UTM Easting UTM Northing
7 16" 490' 1100 112212 SWX SWX SWX, Section 29 489253 4953221
8 18" 498' 1000 509060 NEX NEX SWX, Section 32 488336 4952518
9 24" 481' 1600 554248 NWX SWX NEX, Section 31 488375 4952771
RR1 10" 400' 500 457167 SWX SEX NEX, Section 27 493656 4954152
RR2 10· 400' 500 474335 SWX SEX NEX, Section 27 493659 4954095
12 24" 475' 1500 706804 NEX SWX NEX, Section 32 490217 4952843
14 18" 485' 1250 722623 NWX NWX SEX, Section 21 491573 4955364
15 24" 485' 1300 753663 SEX NEX SEX, Section 21 492362 4955305
Purpose:
Municipal Water Supply
Use Code (211)
Property owned (point of taking and project area):
Parts of Sections 21, 27, 29, 31, and 32, T115N-R19W, Dakota County, as further described in the permit file.
Mississippi River (Red Wing) Watershed (38)
Authorized Signature a ~ Title Date
Dale E. Homuth d/ ?/ ~ Regional Hydrologist /2-.2.1-,:}ocf?
.. This permit IS granted subject to the following CONDITIONS:
1. QUANTITY:
The Permittee is authorized to appropriate waler at a rate not to exceed 8700 gallons per minute. The total amount of water appropriated
shall not exceed 1.183 billion gallons per year.
2. LIMITATIONS:
(a) Arly vtolation of the terms and provisions of this permrt and any appropriation of the waters of the state in excess of lhal authorized hereon
shall constitute a violation of Minnesota Statutes. Chapter 103G.
(b) This permit shall not be construed as establishing any priority of appropriation of waters of the state.
(c) This permit is permissive only. No liability shall be imposed upon or Incurred by the State of Minnesota or any of its employees . on account
of the granting hereof or on account of any damage to any person or property resulting from any act or omission of the Permittee relating to any
matter hereunder. This permit shall not be construed as estopping or limiting any legal claims or right of adion of any person other than the state
against the Permittee, for any damage or injury resulting from any such act or omission, or as estopping or limiting any legal claim or right of action of
the state against the Permittee, for violation of or failure to comply with the provisions of the permit or applicable provisions of Jaw.
(d) In all cases where the doing by the Permittee of anything authorized by this permit shall involve the taking, using. or damaging of any
property, rights or interests of any other person or persons. or of any publicly owned lands or improvements thereon or interests therein, the
Permittee, before proceeding therewith, shall obtain the written consent of all persons, agencies, or authoriUes concerned, and shall acquire all
property. rights. and interests necessary therefore.
(e) This permit shall not release the Permittee from any other permit requirements or liability or obligation imposed by Minnesota Statutes,
Federal Law. or local ordinances relating thereto and shall remain in force subject to aU conditions and limitations now or hereafter imposed by law.
(I) Unless explicitly speCified, this permit does not authorize any alterations of the beds or banks of any public (proteded) waters or wetlands. A
separate permit must be obtained from the Department of Natural Resources prior to any such alteration.
(over, please)
3. PERMITTEE'S RESPONSIBILITIES:
(a) FLOW METER.
The Permittee shall equip each inslallation for appropriating or using water with a flow meter, unless another method of measuring the
quantity of water appropriated to within ten (10) percent of actual amount withdrawn is approved by the Department.
(b) REPORTS.
Monthly records of the amount of water appropriated or used shall be recorded for each installation. Such readings and the total amount of
waler appropriated or used shall be reported annually La the Director of DNR WaLers, on or before February 15 of the following year, upon forms
supplied by the Division. Any processing fee required by law or rule shall be submitted with the records whether or not any water was appropriated
during the year. Failure to report shall be sufficient cause for tenninating the pennit 30 days following written notice.
(0) TRANSFER OR ASSIGNMENT.
Any transfer or assignment of rights, or sale of property invotved hereunder shall be reported within 90 days thereafter to the Director of
DNR Waters. Such notice shall be made by the transferee (i.e., new owner) and shall state the intention to continue the appropriation as stated in the
permil. This permit shall not be transferred or assigned except wilh the written consent of the Commissioner.
(d) MODIFICATION.
The Permittee must notify the Commissioner in writing of any proposed changes to the existing permit. This pennit shall not be modified
without first obtaining the written permission from the Commissioner.
4. COMMISSIONER'S AUTHORITY:
(a) The Commissioner may inspect any installation utilized for the appropriation or use of water. The Permittee shall grant access to the site at
all reasonable times and shall suppty such information concerning such installation as the Commissioner may require.
(b) The Commissioner may, as he/she deems necessary. require the Permittee Lo install gages and/or observation wells to monitor the impact of
the Permittee's appropriation on the water resource and require the Permittee to pay necessary costs of installation and maintenance.
(c) The Commissioner may restrict, suspend, amend, or cancel this permit in accordance with applicable laws and rules for any cause for the
protection of public interests, or for violation of the provisions of this permit.
5. PUBLIC RECORD:
All data, facts, plans, maps, applications, annual water use reports, and any additional information submitted as part of this permit, and this
permit itself are part of the public record and are available for public inspection at the offices of DNR Waters. The information contained therein may
be used by the Division as it deems necessary. The submission of false data, statements, reports, or any such additional Information, at any Lime
shall be deemed as just grounds for revocation of this permit.
6. WETLAND CONSERVATION ACT:
Where the work authorized by this permit involves the draining or filling of wetlands not subject to DNR regulations, the permittee shall not
initiate any appropriation under this permit until the permittee has obtained official approval from the responsible governmental unit as required by the
Minnesota Wetland Conservation Act.
7. WELL SEALING:
The permittee shall notify the Minnesota Department of Health prior to sealing. removing, covering. plugging or filling the well(s) from which the
authorized appropriation was made. The well(s) must be sealed by a licensed well driller and in accordance with the procedures required under
Minnesota Statutes 1031 and Minnesota Rules 4725 as administered by the Minnesota Department of Health.
B. INTERFERENCE:
If notified by the Department that well interference is suspected and probable from your appropriation. based on confirmation of a formal well
interference complaint, all appropriation authorized by this permit must cease immediately until the interference is resolved. The permittee may be
required to obtain domestic well information within a radius of one and one half miles of the production well should well interference problems
develop.
9. PUBLIC WATER SUPPLIERS:
The permittee, shall, whenever practical and feasible, employ water conservation methods and practices that promote sound water
management, including but not limited to the reuse and recycling of water, water saving devices, water scheduling, and public education.
10. EMERGENCY AND CONSERVATION PLANS:
Public water suppliers serving more than 1,000 people must have a water emergency and conservation plan approved by the Department.
Plans must address water suppty and demand reduction measures, allocation priorities, and identify alternative sources of water for use in an
emergency. Plans must be updated once every ten years.
11. DEMAND REDUCTION:
Public water suppliers serving more than 1,000 people must employ water use demand reduction measures before requesting approval from the
Minnesota Department of Health to construct new public water supply wells, or requesting an increase in the authorized appropriation volume from the
Department of Natural resources. Demand reduction measures must include evaluation of conservation rate structures and a public education
program Ihat.!!liY: include a toilet and showerhead retrofit programs.
12. WATER USE RECORDS:
Public water suppliers serving more than 1,000 people must maintain records of the number of service connections, the volume of use by
customer category, and the volume of unaccounted-for waler and submit this information wilh the annual water use report.
13. GROUND WATER MONITORING
ec:
See Attachment A for details on monitoring.
Dakota County SWCO, Brian Watson
Vermillion River JPO, Mark Zabel
Metropolitan Council, Chris Elvrum
Dakota County Environmental Health, David Swenson
WSB, Nancy Zeigler
DNR Area Hydrologist Janell Miersch
DNR Appropriation Permits & SWUDS
This information Is available in an alternative format upon request
Groundwater Monitoring Plan
ATTACHMENT A
Amended Permit #1976-6069
City of Rosemount
BY:_L2~!/ ?;:-....L......<d;:'-------~b:;-_
Date :_.,<-I...::;'.2,----=-:2_.2=--_-..:;:.:<-'---0_0--'-7 __
The City of Rosemount shall install and maintain three observation wells, open to the Jordan aquifer, for monitoring
ground water levels , The first well should be located near the center of the Rosemount city wells. The second well
should be located in the area where the Northwest Water Treatment plant expansion is planned. This will serve to
create a record of background monitoring information prior to development of the next set of wells and water treatment
plant discussed in the Comprehensive Water Plan received October 3, 2008 . This well can then be used for monitoring
the new set of productions wells . The third well should be located outside of the cone of drawdown caused by the
existing well field . The observation wells should be 4 inches in diameter and be open to the entire Jordan sandstone .
The wells should be gamma logged prior to completion of the wells .
DNR observation well 19017 may serve as the third observation well which is located outside the well field . Since no
lithologic log exists for this well, the City would first have to determine the condition of the well by video logging the well .
If the well casing and open hole are in good shape the City would then need to confirm what formation the well is open
to through the use of borehole geophysical methods .
Following well completion , the adjacent land surface and measure point for the wells shall be surveyed with elevations
tied to mean sea level. Data loggers should be set to continuously measure the water elevation in the observation wells
on a minimum of once-daily basis from October 15'0 through May 1" and hourly from May 1" through October 1S'h
Monthly hand readings should be collected in each well for calibration purposes . All data are to be recorded as decimal
feet to the nearest 0.01-foot. The electronic data and hand readings shall be submitted to the DNR Waters Ground
Water Level Manager (gwlevelcoordinator@dnr.state .mn .us) on a quarterly basis or more frequently, upon request.
Monthly water level data should be collected in all of the production wells . The report should note if the production well
was running at the time the water level reading was recorded . Production well water level data should be submitted
electronically in an Excel spreadsheet to the DNR Waters Ground Water Level Coordinator
(gwlevelcoordinator@dnr.state.mn.us) on a quarterly basis or upon request.