HomeMy WebLinkAbout6.h. Autumn Path Extension Project, City Project 2019-07, Award Contract, Declare Costs and Call Assessment HearingI:\City Clerk\Agenda Items\Approved Items\6.h. Autumn Path Extension Project, City Project 2019-07, Award Contract, Declare Costs and Call Assessment Hearing.docx
EXECUTIVE SUMMARY
City Council Regular Meeting: May 19, 2020
AGENDA ITEM: Autumn Path Extension Project, City
Project 2019-07, Award Contract,
Declare Costs and Call Assessment
Hearing
AGENDA SECTION:
Consent
PREPARED BY: Brian Erickson, PE, Director of Public
Works/City Engineer
Stephanie Smith, PE, Assistant City
Engineer
AGENDA NO. 6.h.
ATTACHMENTS: Resolutions; Letter of Recommendation;
Bid Tabulation; Encroachment
Agreement
APPROVED BY: LJM
RECOMMENDED ACTION: Motion to:
1. Adopt a Resolution Receiving Bids and Awarding Contract for Autumn Path
Extension Project, City Project 2019-07.
2. Adopt a Resolution Declaring Costs and Calling the Assessment Hearing for Autumn
Path Extension Project, City Project 2019-07.
3. Approve Encroachment Agreement with Magellan Pipeline Company, LP
BACKGROUND
On November 19, 2013, the City Council received the Feasibility Report for public improvements
related to the Bella Vista development. One of the roads identified in the report was Autumn Path.
Autumn Path’s alignment is proposed to weave between the Bella Vista property and the
neighboring property (PID 34-02200-25-010) to the east. The neighboring property has not
dedicated needed right-of-way therefore Autumn Path extension has not yet been constructed. As a
result, the developer does not have access to the future Bella Vista 7th Addition until Autumn Path is
constructed.
The Autumn Path Improvement Project, City Project 2019-07, would consist of construction of a
42-foot wide asphalt collector roadway with curb and gutter. Pedestrian facilities will include a trail
on the east side and sidewalk on the west side of the road. Storm pipe will be constructed to ponds
within the Bella Vista development. Raw and potable watermain will be installed along the road
along with some sanitary sewer.
On November 4, 2019 the Council received an update of the Feasibility Report for Autumn Path.
The report found this project, as proposed, to be feasible, cost effective, and necessary.
On February 18, 2020 the Council received the plans and authorized the advertisement for bids.
Bids were opened publicly on April 2, 2020 at 9:00am., and 8 bids were received. Northern Lines
Contracting, Inc. is the low bidder. Northern Lines has previously performed acceptable work in the
2
City. Construction is proposed to begin summer of 2020 and is anticipated to be completed, other
than the final lift of pavement and restoration, by the fall of 2020.
A portion of the proposed Autumn Path extension crosses an existing Magellan Pipeline Company,
LP easement. They have requested the City enter into an encroachment agreement for the road and
storm sewer we would install. The City Attorney has reviewed the agreement (attached) and finds it
acceptable.
COSTS & FUNDING
A summary of the Bid Tabulation including the Engineer’s Estimate is shown in the following table.
The low bid received is $1,510,133.00. This is $105,560.20 below the Engineer’s Estimate.
Contactor Bid Amount Percentage Above
Low Bid
Engineer’s Estimate $1,615,693.20 6.99%
Northern Lines Contracting, Inc. $1,510,133.00 Low Bid
Ryan Contracting Company $1,544,802.00 2.30%
Northwest Asphalt, Inc. $1,647,492.40 9.10%
A-1 Excavating, Inc. $1,666,097.00 10.33%
Park Construction Company $1,718,246.15 13.78%
R.L. Larson Excavating Company, Inc. $1,748,201.50 15.76%
Alcon Excavating, Inc. $1,748,635.75 15.79%
Max Steininger, Inc. $1,789,469.00 18.50%
The estimated total project cost is $1,963,172.90. This amount includes 5% for contingency and
25% for incidentals such as engineering, legal, financing and administrative costs. The cost by
improvement type is shown in the table below:
Construction
Cost
Contingency
(5%)
Indirect
(25%) Total
Street
Improvements $991,787.50 $49,589.38 $247,946.88 $1,289,323.75
Stormwater $195,224.00 $9,761.20 $48,806.00 $253,791.20
Sanitary Sewer $55,403.50 $2,770.18 $13,850.88 $72,024.55
Water $267,718.00 $13,385.90 $66,929.50 $348,033.40
Total $1,963,172.90
The funding anticipated for the project is shown in the table below. The street and storm
improvements will be funded by developer fees and assessment of abutting property. The City used
a special benefit appraisal of the benefitting property to assist with determination of the assessment
amount. Utility work would be funded by the respective utility core funds.
3
PROJECT FUNDING ESTIMATE
Developer Fees (to be collected with Bella Vista
subdivisions) $644,661.88
Special Assessment (PID 34-02200-25-010) $644,661.88
Sanitary Core Fund $72,024.55
Water Core Fund $348,033.40
TOTAL $1,963,1722.90
On December 3, 2019 several of the property owners of the property proposed for assessment
attended the improvement hearing with concerns. Staff has sent a Petition and Waiver to the
property owners to execute if they would like to defer the assessed amount for 10 years, or until the
subdivision of the property, whichever occurs first.
SCHEDULE
Should the Council approve this resolution, the proposed project schedule is shown below. Items
marked “CC” will require City Council approval in order to move forward.
CC Award Contract & Set Assessment Hearing May 19, 2020
Neighborhood Meeting* May 2020
CC Assessment Hearing, Approve Assessment Roll June 16, 2020
Construction Start June 2020
Substantial Completion Fall 2020
Last lift of Paving/Restoration Summer 2021
* It is possible that the Neighborhood Meeting date may be changed based on the
current ‘Shelter in Place” Executive Order by the Governor of Minnesota. Staff will
make efforts to contact the property owners in order to provide them with additional
options for receiving updates on this project.
RECCOMENDATION
Staff recommends Council adopt the attached resolutions accepting bids, awarding the contract to
Northern Lines Contracting, Inc., declaring project costs and call the assessment hearing for the
Autumn Path Extension Project, City Project 2019-07. Staff also recommends approval of the
encroachment agreement with Magellan Pipeline Company, LP for installation of public roadway
and storm sewer.
CITY OF ROSEMOUNT
DAKOTA COUNTY, MINNESOTA
RESOLUTION 2020 – 62
A RESOLUTION RECEIVING BIDS AND AWARDING CONTRACT
FOR AUTUMN PATH EXTENSION PROJECT, CITY PROJECT 2019-07.
BE IT RESOLVED, by the City Council of the City of Rosemount, Minnesota, as follows:
1. All bids on construction of Autumn Path Extension Project, City Project 2019-07, are hereby
received and tabulated.
2. Based on the Total Bid, the bid of Northern Lines Contracting, Inc. in the amount of
$1,510,133.00 for the construction of said improvements is in accordance with the plans and
specifications and advertisement for bids and is the lowest responsible bid and shall be and
hereby is accepted.
3. The Mayor and Clerk are hereby authorized and directed to enter into a contract with said
bidder for the construction of said improvements for and on behalf of the City of Rosemount.
4. The City Clerk is hereby authorized and directed to return forthwith to all bidders the deposits
made with their bids, except that the deposit of the successful bidder and the next two lowest
bidders shall be retained until a contract has been executed.
ADOPTED this 19th day of May, 2020.
William H. Droste, Mayor
ATTEST:
Erin Fasbender, City Clerk
1
CITY OF ROSEMOUNT
DAKOTA COUNTY, MINNESOTA
RESOLUTION 2020 - 63
A RESOLUTION DECLARING COST TO BE ASSESSED AND ORDERING
PREPARATION OF PROPOSED ASSESSMENT, AND CALLING
FOR HEARING ON THE PROPOSED ASSESSMENT
AUTUMN PATH EXTENSION PROJECT, CITY PROJECT 2019-07
WHEREAS, a contract has been let for the Autumn Path Extension Project, City Project 2019-07, and
the contract amount for such improvement is $1,510,133.00, and the expenses incurred or to be
incurred in the making of such improvement amount to $453,039.90 so that the total cost of the
improvement will be $1,963,172.90.
NOW, THEREFORE, BE IT RESOLVED by the City Council of Rosemount, Minnesota:
1. The portion of the cost of such improvement to be paid by the City is hereby declared to be
$420,057.95, the portion of the cost of such improvement to be paid by development fees is
$644,661.88 and the portion of the cost to be assessed against benefited property owners is
declared to be $644,661.88.
2. Assessments plus applicable fees shall be payable in equal annual installments extending over a
period of 10 years, the first of the installments to be payable with general taxes for the year 2020,
and shall bear interest at the rate of 2% per annum above the interest rate paid by the City for its
bonds from date of the adoption of the assessment resolution.
3. The City Clerk, with the assistance of the City Engineer shall forthwith calculate the proper amount
to be specially assessed for such improvement against every assessable lot, piece or parcel of land
within the district affected, without regard to cash valuation, as provided by law, and she shall file a
copy of such proposed assessment in her office for public inspection; and
BE IT FURTHER RESOLVED by the City Council of Rosemount, Minnesota:
1. A hearing shall be held on the 16th day of June, 2020 in the Council Chambers at 7:00 p.m., or as
soon thereafter as possible, to pass upon such proposed assessment, and at such time and place, all
persons owning property affected by such improvement will be given an opportunity to be heard
with reference to such assessment.
2. The City Clerk is hereby directed to cause a notice of the hearing on the proposed assessment to be
published once in the official newspaper at least two weeks prior to the hearing. The published
notice shall state that the Council is meeting to consider the proposed assessment and will state the
date, time, and place the of the hearing.
3. The City Clerk shall also cause mailed notice to be given to the owner of each parcel described in
Resolution 2020-63
2
the assessment roll not less than two weeks prior to the hearings. The mailed notice shall include:
the date, time, and place of the hearing, the general nature of the improvement, the area proposed
to be assessed, the total amount of the proposed assessment, that the proposed assessment roll is
on file with the City Clerk and that written or oral objections by any property owner will be
considered. The notice shall also state that no appeal may be taken as to the amount of any
assessment unless a written objection signed by the property owner is filed with the City Clerk prior
to the assessment hearing or presented to the Mayor at the hearing. The notice shall state the
process and time lines for such appeals and will inform property owners of the existence of any
deferment procedures. The notice shall also state:
1) The amount to be specially assessed against the particular lot;
2) Adoption by the Council of the proposed assessment may be taken at the hearing;
3) The right of the property owner to prepay the entire assessment and the person to whom
prepayment must be made;
4) Whether partial prepayment of the assessment has been authorized by ordinance;
5) The time within which prepayment may be made without the assessment of interest; and
6) The rate of interest to be accrued if the assessment is not prepaid within the required time
period.
ADOPTED this 19th day of May, 2020.
William H. Droste, Mayor
ATTEST:
Erin Fasbender, City Clerk
K:\013594-000\Admin\Construction Admin\Bidding\013594-000 LOR 04022020.docx 178 E 9TH STREET | SUITE 200 | SAINT PAUL, MN | 55101 | 651.286.8450 | WSBENG.COM April 2, 2020
Honorable Mayor and City Council
City of Rosemount
2875 145th Street West
Rosemount, MN 55068
Re: Autumn Path Street and Utility Improvement Project
City of Rosemount Project No. 2019-07
WSB Project No. 013594-000
Dear Mayor and Council Members:
Bids were received for the above-referenced project on Thursday, April 2, 2020, and were
opened and read aloud. Eight bids were received. The bids were checked for mathematical
accuracy. Please find enclosed the bid summary indicating the low bid as submitted by Northern
Lines Contracting, Inc., Bloomington, Minnesota in the amount of $1,510,133.00. The Engineer’s
Estimate was $1,615,693.20.
We recommend that the City Council consider these bids and award a contract in the amount of
$1,510,133.00 to Northern Lines Contracting, Inc. based on the results of the bids received.
Sincerely,
WSB
Monica Heil, PE
Sr. Project Manager
Attachments
cc: Tim Hanson, WSB
tmw
Bid Tabulation
Autumn Path Street and Utility Improvement Project
City of Rosemount Project No. 2019-07
Bid Opening: Thursday, April 2, 2020 at 9:00 am local time
WSB Project No. 013594-000
DENOTES CORRECTED FIGURE
Engineer's Estimate Northern Lines Contracting, Inc.Ryan Contracting Co.Northwest Asphalt, Inc.
Line No.
Material
No,Item Units Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price
1 2021.501 MOBILIZATION LS 1 75,000.00$ $75,000.00 $35,000.00 $35,000.00 $60,000.00 $60,000.00 $62,000.00 $62,000.00
2 2101.505 CLEARING ACRE 3 5,000.00$ $15,000.00 $1,855.00 $5,565.00 $3,000.00 $9,000.00 $2,200.00 $6,600.00
3 2101.505 GRUBBING ACRE 3 5,000.00$ $15,000.00 $2,575.00 $7,725.00 $3,000.00 $9,000.00 $2,500.00 $7,500.00
4 2104.503 SAWING BIT PAVEMENT (FULL DEPTH)L F 35 10.00$ $350.00 $4.00 $140.00 $10.00 $350.00 $5.00 $175.00
5 2104.503 REMOVE CONCRETE CURB L F 115 8.00$ $920.00 $4.00 $460.00 $5.00 $575.00 $5.00 $575.00
6 2104.504 REMOVE BITUMINOUS PAVEMENT S Y 548 5.00$ $2,740.00 $4.00 $2,192.00 $3.00 $1,644.00 $5.00 $2,740.00
7 2106.507 EXCAVATION - COMMON (P)C Y 10535 6.00$ $63,210.00 $9.00 $94,815.00 $5.00 $52,675.00 $14.26 $150,229.10
8 2106.507 EXCAVATION - SUBGRADE C Y 2300 6.00$ $13,800.00 $9.00 $20,700.00 $3.00 $6,900.00 $14.26 $32,798.00
9 2106.507 SELECT GRANULAR EMBANKMENT (CV) (P)C Y 8950 16.00$ $143,200.00 $16.00 $143,200.00 $15.00 $134,250.00 $18.10 $161,995.00
10 2106.507 COMMON EMBANKMENT (CV)C Y 1000 15.00$ $15,000.00 $2.00 $2,000.00 $1.00 $1,000.00 $2.00 $2,000.00
11 2112.519 SUBGRADE PREPARATION RDST 26.0 400.00$ $10,400.00 $680.00 $17,680.00 $500.00 $13,000.00 $980.00 $25,480.00
12 2123.610 STREET SWEEPER (WITH PICKUP BROOM)HOUR 20 165.00$ $3,300.00 $175.00 $3,500.00 $100.00 $2,000.00 $140.00 $2,800.00
13 2211.507 AGGREGATE BASE (CV) CLASS 5 MODIFIED C Y 2320 27.00$ $62,640.00 $23.00 $53,360.00 $24.00 $55,680.00 $25.60 $59,392.00
14 2357.506 BITUMINOUS MATERIAL FOR TACK COAT GAL 1150 3.00$ $3,450.00 $2.05 $2,357.50 $2.00 $2,300.00 $2.50 $2,875.00
15 2360.504 TYPE SP 9.5 WEAR CRS MIX (2;B) 2.0" THICK S Y 2306 12.50$ $28,825.00 $8.25 $19,024.50 $18.00 $41,508.00 $10.40 $23,982.40
16 2360.509 TYPE SP 12.5 WEARING COURSE MIX (2;C)TON 1010 66.00$ $66,660.00 $56.00 $56,560.00 $54.00 $54,540.00 $64.26 $64,902.60
17 2360.509 TYPE SP 12.5 NON WEAR COURSE MIX (2;C)TON 2350 65.00$ $152,750.00 $65.00 $152,750.00 $63.00 $148,050.00 $62.00 $145,700.00
18 2402.503 ORNAMENTAL METAL RAILING L F 116 200.00$ $23,200.00 $196.00 $22,736.00 $200.00 $23,200.00 $189.00 $21,924.00
19 2411.618 PREFABRICATED MODULAR BLOCK WALL S F 1590 53.00$ $84,270.00 $67.00 $106,530.00 $65.00 $103,350.00 $64.00 $101,760.00
20 2505.601 UTILITY COORDINATION LS 1 7.00$ $7.00 $1,500.00 $1,500.00 $1.00 $1.00 $1.00 $1.00
21 2521.518 6" CONCRETE WALK S F 12922 7.00$ $90,454.00 $6.75 $87,223.50 $7.00 $90,454.00 $6.30 $81,408.60
22 2531.503 CONCRETE CURB & GUTTER DESIGN B618 L F 5520 15.00$ $82,800.00 $15.00 $82,800.00 $15.00 $82,800.00 $13.60 $75,072.00
23 2531.618 TRUNCATED DOMES S F 78 330.00$ $25,740.00 $62.00 $4,836.00 $50.00 $3,900.00 $45.00 $3,510.00
24 2564.502 INSTALL SIGN PANEL TYPE SPECIAL EACH 1 52.00$ $52.00 $310.00 $310.00 $300.00 $300.00 $525.00 $525.00
25 2564.518 SIGN PANELS TYPE C S F 26 62.00$ $1,612.00 $62.00 $1,612.00 $65.00 $1,690.00 $48.00 $1,248.00
26 2573.501 STABILIZED CONSTRUCTION EXIT LS 1 150.00$ $150.00 $1,700.00 $1,700.00 $1,000.00 $1,000.00 $11,500.00 $11,500.00
27 2573.502 STORM DRAIN INLET PROTECTION EACH 27 150.00$ $4,050.00 $300.00 $8,100.00 $100.00 $2,700.00 $125.00 $3,375.00
28 2573.502 CULVERT END CONTROLS EACH 4 2.00$ $8.00 $250.00 $1,000.00 $100.00 $400.00 $125.00 $500.00
29 2573.503 SILT FENCE; TYPE MS L F 2600 3.00$ $7,800.00 $1.85 $4,810.00 $1.50 $3,900.00 $1.85 $4,810.00
30 2573.503 SEDIMENT CONTROL LOG TYPE WOOD FIBER L F 3000 15.00$ $45,000.00 $3.35 $10,050.00 $2.00 $6,000.00 $3.80 $11,400.00
Schedule A.Surface Improvements
Bid Tabulation
Autumn Path Street and Utility Improvement Project
City of Rosemount Project No. 2019-07
Bid Opening: Thursday, April 2, 2020 at 9:00 am local time
WSB Project No. 013594-000
DENOTES CORRECTED FIGURE
Engineer's Estimate Northern Lines Contracting, Inc.Ryan Contracting Co.Northwest Asphalt, Inc.
Line No.
Material
No,Item Units Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price
31 2575.504 SODDING TYPE LAWN S Y 200 1.50$ $300.00 $25.00 $5,000.00 $8.00 $1,600.00 $9.00 $1,800.00
32 2575.504 EROSION CONTROL BLANKETS CATEGORY 3N S Y 2360 1.00$ $2,360.00 $1.50 $3,540.00 $1.50 $3,540.00 $1.80 $4,248.00
33 2575.504 RAPID STABILIZATION METHOD 4 S Y 4840 2.05$ $9,922.00 $2.05 $9,922.00 $0.80 $3,872.00 $1.00 $4,840.00
34 2575.508 SEED MIXTURE 32-241 LB 16 60.00$ $960.00 $10.00 $160.00 $10.00 $160.00 $21.60 $345.60
35 2575.508 SEED MIXTURE 33-261 LB 1 80.00$ $80.00 $30.00 $30.00 $30.00 $30.00 $222.00 $222.00
36 2575.508 SEED MIXTURE 34-181 LB 1 22.00$ $22.00 $300.00 $300.00 $50.00 $50.00 $430.00 $430.00
37 2575.508 SEED MIXTURE 35-221 LB 15 1.80$ $27.00 $25.00 $375.00 $25.00 $375.00 $32.40 $486.00
38 2575.508 HYDRAULIC MULCH MATRIX LB 5050 1.10$ $5,555.00 $1.10 $5,555.00 $1.00 $5,050.00 $0.80 $4,040.00
39 2575.523 RAPID STABILIZATION METHOD 3 MGAL 13 0.80$ $10.40 $750.00 $9,750.00 $500.00 $6,500.00 $325.00 $4,225.00
40 2582.503 4" SOLID LINE MULTI COMP L F 5050 3.20$ $16,160.00 $0.45 $2,272.50 $0.30 $1,515.00 $0.30 $1,515.00
41 2582.503 24" SOLID LINE MULTI COMP L F 22 0.90$ $19.80 $27.30 $600.60 $7.00 $154.00 $7.00 $154.00
42 2582.503 4" DBLE SOLID LINE MULTI COMP L F 2530 5.00$ $12,650.00 $0.85 $2,150.50 $0.60 $1,518.00 $0.60 $1,518.00
43 2582.518 CROSSWALK MULTI COMP S F 108 6.00$ $648.00 $17.55 $1,895.40 $7.00 $756.00 $6.20 $669.60
$1,086,102.20 $991,787.50 $937,287.00 $1,093,270.90
44 2451.609 GRANULAR FOUNDATION AND/OR BEDDING TON 100 30.00$ $3,000.00 $0.01 $1.00 $30.00 $3,000.00 $32.00 $3,200.00
45 2503.602 CONNECT TO EXISTING SANITARY SEWER EACH 2 2,000.00$ $4,000.00 $1,500.00 $3,000.00 $5,000.00 $10,000.00 $2,500.00 $5,000.00
46 2503.603 TELEVISE SANITARY SEWER L F 597 2.00$ $1,194.00 $7.50 $4,477.50 $5.00 $2,985.00 $4.00 $2,388.00
47 2503.603 8" PVC PIPE SEWER - SDR 26 L F 255 50.00$ $12,750.00 $27.00 $6,885.00 $50.00 $12,750.00 $51.00 $13,005.00
48 2503.603 18" PVC PIPE SEWER L F 304 70.00$ $21,280.00 $55.00 $16,720.00 $150.00 $45,600.00 $73.00 $22,192.00
49 2503.503 20" PVC PIPE SEWER L F 38 100.00$ $3,800.00 $90.00 $3,420.00 $175.00 $6,650.00 $126.00 $4,788.00
50 2506.602 CASTING ASSEMBLY (SANITARY)EACH 4 750.00$ $3,000.00 $875.00 $3,500.00 $700.00 $2,800.00 $985.00 $3,940.00
51 2506.603 CONSTRUCT 48" DIA SAN MANHOLE L F 60 300.00$ $18,000.00 $290.00 $17,400.00 $290.00 $17,400.00 $290.00 $17,400.00
Total Schedule B. Sanitary Sewer Improvements $67,024.00 $55,403.50 $101,185.00 $71,913.00
Total Schedule A. Surface Improvements
Schedule B. Sanitary Sewer Improvements
Bid Tabulation
Autumn Path Street and Utility Improvement Project
City of Rosemount Project No. 2019-07
Bid Opening: Thursday, April 2, 2020 at 9:00 am local time
WSB Project No. 013594-000
DENOTES CORRECTED FIGURE
Engineer's Estimate Northern Lines Contracting, Inc.Ryan Contracting Co.Northwest Asphalt, Inc.
Line No.
Material
No,Item Units Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price
Schedule C. WATERMAIN IMPROVEMENTS
52 2104.502 SALVAGE HYDRANT & VALVE EACH 1 2,500.00$ $2,500.00 $550.00 $550.00 $1,000.00 $1,000.00 $1,000.00 $1,000.00
53 2104.503 REMOVE WATER MAIN L F 20 25.00$ $500.00 $10.00 $200.00 $20.00 $400.00 $20.00 $400.00
54 2451.609 GRANULAR FOUNDATION AND/OR BEDDING TON 100 25.00$ $2,500.00 $0.01 $1.00 $0.01 $1.00 $0.01 $1.00
55 2504.602 CONNECT TO EXISTING WATER MAIN EACH 4 2,000.00$ $8,000.00 $1,500.00 $6,000.00 $2,500.00 $10,000.00 $1,250.00 $5,000.00
56 2504.602 HYDRANT EACH 5 4,250.00$ $21,250.00 $4,550.00 $22,750.00 $4,300.00 $21,500.00 $4,300.00 $21,500.00
57 2504.602 INSTALL HYDRANT & VALVE EACH 1 1,000.00$ $1,000.00 $1,150.00 $1,150.00 $1,500.00 $1,500.00 $1,250.00 $1,250.00
58 2504.602 6" GATE VALVE & BOX EACH 5 1,500.00$ $7,500.00 $1,550.00 $7,750.00 $2,100.00 $10,500.00 $1,494.00 $7,470.00
59 2504.602 8" GATE VALVE & BOX EACH 2 2,000.00$ $4,000.00 $2,100.00 $4,200.00 $2,500.00 $5,000.00 $1,960.00 $3,920.00
60 2504.603 6" WATERMAIN DUCTILE IRON CL 52 L F 105 50.00$ $5,250.00 $45.00 $4,725.00 $58.00 $6,090.00 $44.00 $4,620.00
61 2504.603 8" WATERMAIN DUCTILE IRON CL 52 L F 450 55.00$ $24,750.00 $44.00 $19,800.00 $60.00 $27,000.00 $46.50 $20,925.00
62 2504.603 12" WATERMAIN DUCTILE IRON CL 52 L F 1155 62.00$ $71,610.00 $62.00 $71,610.00 $70.00 $80,850.00 $61.60 $71,148.00
63 2504.603 16" WATERMAIN DUCTILE IRON CL 50 L F 1135 75.00$ $85,125.00 $72.00 $81,720.00 $80.00 $90,800.00 $72.40 $82,174.00
64 2504.604 4" POLYSTYRENE INSULATION S Y 100 40.00$ $4,000.00 $40.00 $4,000.00 $30.00 $3,000.00 $40.00 $4,000.00
65 2504.608 DUCTILE IRON FITTINGS LB 2942 5.00$ $14,710.00 $11.00 $32,362.00 $8.00 $23,536.00 $9.30 $27,360.60
66 2550.502 FIBEROPTIC SPLICE VAULT EACH 2 1,000.00$ $2,000.00 $1,850.00 $3,700.00 $4,000.00 $8,000.00 $1,800.00 $3,600.00
67 2550.503 2" NON-METALLIC CONDUIT L F 1200 5.00$ $6,000.00 $6.00 $7,200.00 $11.00 $13,200.00 $10.00 $12,000.00
Total Schedule C. Watermain Improvements $260,695.00 $267,718.00 $302,377.00 $266,368.60
Schedule D. Storm Sewer IMPROVEMENTS
68 2501.502 15" RC PIPE APRON EACH 2 1,000.00$ $2,000.00 $1,250.00 $2,500.00 $1,500.00 $3,000.00 $1,255.00 $2,510.00
69 2501.502 18" RC PIPE APRON EACH 1 1,200.00$ $1,200.00 $1,350.00 $1,350.00 $1,800.00 $1,800.00 $1,350.00 $1,350.00
70 2501.502 21" RC PIPE APRON EACH 1 4,000.00$ $4,000.00 $1,550.00 $1,550.00 $2,000.00 $2,000.00 $1,520.00 $1,520.00
71 2502.503 4" PERF PE PIPE DRAIN L F 300 9.50$ $2,850.00 $13.00 $3,900.00 $15.00 $4,500.00 $15.00 $4,500.00
72 2503.503 15" RC PIPE SEWER DES 3006 CL V L F 1367 45.00$ $61,515.00 $45.00 $61,515.00 $50.00 $68,350.00 $44.00 $60,148.00
73 2503.503 18" RC PIPE SEWER DES 3006 CL V L F 367 51.00$ $18,717.00 $50.00 $18,350.00 $54.00 $19,818.00 $46.50 $17,065.50
Bid Tabulation
Autumn Path Street and Utility Improvement Project
City of Rosemount Project No. 2019-07
Bid Opening: Thursday, April 2, 2020 at 9:00 am local time
WSB Project No. 013594-000
DENOTES CORRECTED FIGURE
Engineer's Estimate Northern Lines Contracting, Inc.Ryan Contracting Co.Northwest Asphalt, Inc.
Line No.
Material
No,Item Units Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price
74 2503.503 21" RC PIPE SEWER DES 3006 CL III L F 107 60.00$ $6,420.00 $59.00 $6,313.00 $60.00 $6,420.00 $53.40 $5,713.80
75 2503.503 24" RC PIPE SEWER DES 3006 CL III L F 274 65.00$ $17,810.00 $69.00 $18,906.00 $65.00 $17,810.00 $60.20 $16,494.80
76 2503.503 33" RC PIPE SEWER DES 3006 CL III L F 97 80.00$ $7,760.00 $110.00 $10,670.00 $105.00 $10,185.00 $93.40 $9,059.80
77 2503.602 CONNECT TO EXISTING STORM SEWER EACH 1 1,500.00$ $1,500.00 $1,300.00 $1,300.00 $1,500.00 $1,500.00 $2,000.00 $2,000.00
78 2503.602 CONNECT INTO EXISTING DRAINAGE STRUCTURE EACH 1 2,500.00$ $2,500.00 $1,500.00 $1,500.00 $1,500.00 $1,500.00 $1,100.00 $1,100.00
79 2506.502 CONST DRAINAGE STRUCTURE DESIGN SPEC 1 EACH 5 2,200.00$ $11,000.00 $1,650.00 $8,250.00 $2,000.00 $10,000.00 $2,340.00 $11,700.00
80 2506.502 CASTING ASSEMBLY EACH 16 800.00$ $12,800.00 $600.00 $9,600.00 $650.00 $10,400.00 $643.00 $10,288.00
81 2506.503 CONST DRAINAGE STRUCTURE DES 48-4020 L F 47 400.00$ $18,800.00 $400.00 $18,800.00 $370.00 $17,390.00 $813.00 $38,211.00
82 2506.503 CONST DRAINAGE STRUCTURE DES 60-4020 L F 34 600.00$ $20,400.00 $480.00 $16,320.00 $550.00 $18,700.00 $676.00 $22,984.00
83 2506.503 CONST DRAINAGE STRUCTURE DES 84-4020 L F 9 1,000.00$ $9,000.00 $980.00 $8,820.00 $900.00 $8,100.00 $985.00 $8,865.00
84 2511.507 RANDOM RIPRAP CLASS III C Y 22 120.00$ $2,640.00 $150.00 $3,300.00 $80.00 $1,760.00 $75.00 $1,650.00
85 2511.507 RANDOM RIPRAP CLASS III (GROUTED)C Y 6 160.00$ $960.00 $380.00 $2,280.00 $120.00 $720.00 $130.00 $780.00
$201,872.00 $195,224.00 $203,953.00 $215,939.90
$1,086,102.20 $991,787.50 $937,287.00 $1,093,270.90
$67,024.00 $55,403.50 $101,185.00 $71,913.00
$260,695.00 $267,718.00 $302,377.00 $266,368.60
$201,872.00 $195,224.00 $203,953.00 $215,939.90
$1,615,693.20 $1,510,133.00 $1,544,802.00 $1,647,492.40GRAND TOTAL BID
Total Schedule D. Storm Sewer Improvements
TOTAL SCHEDULE A
TOTAL SCHEDULE B
TOTAL SCHEDULE C
TOTAL SCHEDULE D
Bid Tabulation
Autumn Path Street and Utility Improvement Project
City of Rosemount Project No. 2019-07
Bid Opening: Thursday, April 2, 2020 at 9:00 am local time
WSB Project No. 013594-000
DENOTES CORRECTED FIGURE
Engineer's Estimate
Line No.
Material
No,Item Units Quantity Unit Price Total Price
1 2021.501 MOBILIZATION LS 1 75,000.00$ $75,000.00
2 2101.505 CLEARING ACRE 3 5,000.00$ $15,000.00
3 2101.505 GRUBBING ACRE 3 5,000.00$ $15,000.00
4 2104.503 SAWING BIT PAVEMENT (FULL DEPTH)L F 35 10.00$ $350.00
5 2104.503 REMOVE CONCRETE CURB L F 115 8.00$ $920.00
6 2104.504 REMOVE BITUMINOUS PAVEMENT S Y 548 5.00$ $2,740.00
7 2106.507 EXCAVATION - COMMON (P)C Y 10535 6.00$ $63,210.00
8 2106.507 EXCAVATION - SUBGRADE C Y 2300 6.00$ $13,800.00
9 2106.507 SELECT GRANULAR EMBANKMENT (CV) (P)C Y 8950 16.00$ $143,200.00
10 2106.507 COMMON EMBANKMENT (CV)C Y 1000 15.00$ $15,000.00
11 2112.519 SUBGRADE PREPARATION RDST 26.0 400.00$ $10,400.00
12 2123.610 STREET SWEEPER (WITH PICKUP BROOM)HOUR 20 165.00$ $3,300.00
13 2211.507 AGGREGATE BASE (CV) CLASS 5 MODIFIED C Y 2320 27.00$ $62,640.00
14 2357.506 BITUMINOUS MATERIAL FOR TACK COAT GAL 1150 3.00$ $3,450.00
15 2360.504 TYPE SP 9.5 WEAR CRS MIX (2;B) 2.0" THICK S Y 2306 12.50$ $28,825.00
16 2360.509 TYPE SP 12.5 WEARING COURSE MIX (2;C)TON 1010 66.00$ $66,660.00
17 2360.509 TYPE SP 12.5 NON WEAR COURSE MIX (2;C)TON 2350 65.00$ $152,750.00
18 2402.503 ORNAMENTAL METAL RAILING L F 116 200.00$ $23,200.00
19 2411.618 PREFABRICATED MODULAR BLOCK WALL S F 1590 53.00$ $84,270.00
20 2505.601 UTILITY COORDINATION LS 1 7.00$ $7.00
21 2521.518 6" CONCRETE WALK S F 12922 7.00$ $90,454.00
22 2531.503 CONCRETE CURB & GUTTER DESIGN B618 L F 5520 15.00$ $82,800.00
23 2531.618 TRUNCATED DOMES S F 78 330.00$ $25,740.00
24 2564.502 INSTALL SIGN PANEL TYPE SPECIAL EACH 1 52.00$ $52.00
25 2564.518 SIGN PANELS TYPE C S F 26 62.00$ $1,612.00
26 2573.501 STABILIZED CONSTRUCTION EXIT LS 1 150.00$ $150.00
27 2573.502 STORM DRAIN INLET PROTECTION EACH 27 150.00$ $4,050.00
28 2573.502 CULVERT END CONTROLS EACH 4 2.00$ $8.00
29 2573.503 SILT FENCE; TYPE MS L F 2600 3.00$ $7,800.00
30 2573.503 SEDIMENT CONTROL LOG TYPE WOOD FIBER L F 3000 15.00$ $45,000.00
Schedule A.Surface Improvements
A-1 Excavating Inc.Park Construction Company - Mpls R.L. Larson Excavating, Inc.
Unit Price Total Price Unit Price Total Price Unit Price Total Price
$95,000.00 $95,000.00 $146,500.00 $146,500.00 $140,000.00 $140,000.00
$1,980.00 $5,940.00 $2,910.00 $8,730.00 $1,900.00 $5,700.00
$2,750.00 $8,250.00 $1,020.00 $3,060.00 $2,625.00 $7,875.00
$4.00 $140.00 $18.20 $637.00 $20.00 $700.00
$5.00 $575.00 $3.45 $396.75 $4.00 $460.00
$3.00 $1,644.00 $4.00 $2,192.00 $4.00 $2,192.00
$13.00 $136,955.00 $10.50 $110,617.50 $14.00 $147,490.00
$13.00 $29,900.00 $9.35 $21,505.00 $11.50 $26,450.00
$17.00 $152,150.00 $17.30 $154,835.00 $14.20 $127,090.00
$9.00 $9,000.00 $19.40 $19,400.00 $2.10 $2,100.00
$444.00 $11,544.00 $408.00 $10,608.00 $400.00 $10,400.00
$100.00 $2,000.00 $138.00 $2,760.00 $150.00 $3,000.00
$15.00 $34,800.00 $19.80 $45,936.00 $30.50 $70,760.00
$2.00 $2,300.00 $2.90 $3,335.00 $2.10 $2,415.00
$18.00 $41,508.00 $29.00 $66,874.00 $20.50 $47,273.00
$55.00 $55,550.00 $78.00 $78,780.00 $56.70 $57,267.00
$64.00 $150,400.00 $64.50 $151,575.00 $66.15 $155,452.50
$214.00 $24,824.00 $193.00 $22,388.00 $200.00 $23,200.00
$66.00 $104,940.00 $65.95 $104,860.50 $70.00 $111,300.00
$900.00 $900.00 $1,680.00 $1,680.00 $2,500.00 $2,500.00
$5.50 $71,071.00 $6.70 $86,577.40 $7.40 $95,622.80
$14.00 $77,280.00 $14.30 $78,936.00 $13.20 $72,864.00
$50.00 $3,900.00 $62.00 $4,836.00 $47.25 $3,685.50
$550.00 $550.00 $536.00 $536.00 $315.00 $315.00
$50.00 $1,300.00 $49.00 $1,274.00 $63.00 $1,638.00
$600.00 $600.00 $3,760.00 $3,760.00 $1,500.00 $1,500.00
$80.00 $2,160.00 $185.00 $4,995.00 $225.00 $6,075.00
$40.00 $160.00 $96.90 $387.60 $200.00 $800.00
$1.50 $3,900.00 $1.75 $4,550.00 $1.90 $4,940.00
$3.00 $9,000.00 $2.55 $7,650.00 $3.15 $9,450.00
Bid Tabulation
Autumn Path Street and Utility Improvement Project
City of Rosemount Project No. 2019-07
Bid Opening: Thursday, April 2, 2020 at 9:00 am local time
WSB Project No. 013594-000
DENOTES CORRECTED FIGURE
Engineer's Estimate
Line No.
Material
No,Item Units Quantity Unit Price Total Price
31 2575.504 SODDING TYPE LAWN S Y 200 1.50$ $300.00
32 2575.504 EROSION CONTROL BLANKETS CATEGORY 3N S Y 2360 1.00$ $2,360.00
33 2575.504 RAPID STABILIZATION METHOD 4 S Y 4840 2.05$ $9,922.00
34 2575.508 SEED MIXTURE 32-241 LB 16 60.00$ $960.00
35 2575.508 SEED MIXTURE 33-261 LB 1 80.00$ $80.00
36 2575.508 SEED MIXTURE 34-181 LB 1 22.00$ $22.00
37 2575.508 SEED MIXTURE 35-221 LB 15 1.80$ $27.00
38 2575.508 HYDRAULIC MULCH MATRIX LB 5050 1.10$ $5,555.00
39 2575.523 RAPID STABILIZATION METHOD 3 MGAL 13 0.80$ $10.40
40 2582.503 4" SOLID LINE MULTI COMP L F 5050 3.20$ $16,160.00
41 2582.503 24" SOLID LINE MULTI COMP L F 22 0.90$ $19.80
42 2582.503 4" DBLE SOLID LINE MULTI COMP L F 2530 5.00$ $12,650.00
43 2582.518 CROSSWALK MULTI COMP S F 108 6.00$ $648.00
$1,086,102.20
44 2451.609 GRANULAR FOUNDATION AND/OR BEDDING TON 100 30.00$ $3,000.00
45 2503.602 CONNECT TO EXISTING SANITARY SEWER EACH 2 2,000.00$ $4,000.00
46 2503.603 TELEVISE SANITARY SEWER L F 597 2.00$ $1,194.00
47 2503.603 8" PVC PIPE SEWER - SDR 26 L F 255 50.00$ $12,750.00
48 2503.603 18" PVC PIPE SEWER L F 304 70.00$ $21,280.00
49 2503.503 20" PVC PIPE SEWER L F 38 100.00$ $3,800.00
50 2506.602 CASTING ASSEMBLY (SANITARY)EACH 4 750.00$ $3,000.00
51 2506.603 CONSTRUCT 48" DIA SAN MANHOLE L F 60 300.00$ $18,000.00
Total Schedule B. Sanitary Sewer Improvements $67,024.00
Total Schedule A. Surface Improvements
Schedule B. Sanitary Sewer Improvements
A-1 Excavating Inc.Park Construction Company - Mpls R.L. Larson Excavating, Inc.
Unit Price Total Price Unit Price Total Price Unit Price Total Price
$22.00 $4,400.00 $16.30 $3,260.00 $21.00 $4,200.00
$1.50 $3,540.00 $1.30 $3,068.00 $1.50 $3,540.00
$1.00 $4,840.00 $0.71 $3,436.40 $2.10 $10,164.00
$10.00 $160.00 $8.65 $138.40 $8.00 $128.00
$30.00 $30.00 $25.50 $25.50 $27.30 $27.30
$300.00 $300.00 $255.00 $255.00 $280.00 $280.00
$30.00 $450.00 $23.50 $352.50 $24.00 $360.00
$1.20 $6,060.00 $1.15 $5,807.50 $1.05 $5,302.50
$200.00 $2,600.00 $194.00 $2,522.00 $630.00 $8,190.00
$0.30 $1,515.00 $0.30 $1,515.00 $0.30 $1,515.00
$8.00 $176.00 $7.15 $157.30 $7.35 $161.70
$0.60 $1,518.00 $0.59 $1,492.70 $0.60 $1,518.00
$7.00 $756.00 $6.25 $675.00 $6.50 $702.00
$1,064,586.00 $1,172,877.05 $1,176,603.30
$33.00 $3,300.00 $28.80 $2,880.00 $30.00 $3,000.00
$2,200.00 $4,400.00 $2,190.00 $4,380.00 $2,200.00 $4,400.00
$3.00 $1,791.00 $3.40 $2,029.80 $3.60 $2,149.20
$55.00 $14,025.00 $35.00 $8,925.00 $45.00 $11,475.00
$117.00 $35,568.00 $67.30 $20,459.20 $66.00 $20,064.00
$162.00 $6,156.00 $109.00 $4,142.00 $112.00 $4,256.00
$761.00 $3,044.00 $1,850.00 $7,400.00 $725.00 $2,900.00
$320.00 $19,200.00 $281.00 $16,860.00 $318.00 $19,080.00
$87,484.00 $67,076.00 $67,324.20
Bid Tabulation
Autumn Path Street and Utility Improvement Project
City of Rosemount Project No. 2019-07
Bid Opening: Thursday, April 2, 2020 at 9:00 am local time
WSB Project No. 013594-000
DENOTES CORRECTED FIGURE
Engineer's Estimate
Line No.
Material
No,Item Units Quantity Unit Price Total Price
Schedule C. WATERMAIN IMPROVEMENTS
52 2104.502 SALVAGE HYDRANT & VALVE EACH 1 2,500.00$ $2,500.00
53 2104.503 REMOVE WATER MAIN L F 20 25.00$ $500.00
54 2451.609 GRANULAR FOUNDATION AND/OR BEDDING TON 100 25.00$ $2,500.00
55 2504.602 CONNECT TO EXISTING WATER MAIN EACH 4 2,000.00$ $8,000.00
56 2504.602 HYDRANT EACH 5 4,250.00$ $21,250.00
57 2504.602 INSTALL HYDRANT & VALVE EACH 1 1,000.00$ $1,000.00
58 2504.602 6" GATE VALVE & BOX EACH 5 1,500.00$ $7,500.00
59 2504.602 8" GATE VALVE & BOX EACH 2 2,000.00$ $4,000.00
60 2504.603 6" WATERMAIN DUCTILE IRON CL 52 L F 105 50.00$ $5,250.00
61 2504.603 8" WATERMAIN DUCTILE IRON CL 52 L F 450 55.00$ $24,750.00
62 2504.603 12" WATERMAIN DUCTILE IRON CL 52 L F 1155 62.00$ $71,610.00
63 2504.603 16" WATERMAIN DUCTILE IRON CL 50 L F 1135 75.00$ $85,125.00
64 2504.604 4" POLYSTYRENE INSULATION S Y 100 40.00$ $4,000.00
65 2504.608 DUCTILE IRON FITTINGS LB 2942 5.00$ $14,710.00
66 2550.502 FIBEROPTIC SPLICE VAULT EACH 2 1,000.00$ $2,000.00
67 2550.503 2" NON-METALLIC CONDUIT L F 1200 5.00$ $6,000.00
Total Schedule C. Watermain Improvements $260,695.00
Schedule D. Storm Sewer IMPROVEMENTS
68 2501.502 15" RC PIPE APRON EACH 2 1,000.00$ $2,000.00
69 2501.502 18" RC PIPE APRON EACH 1 1,200.00$ $1,200.00
70 2501.502 21" RC PIPE APRON EACH 1 4,000.00$ $4,000.00
71 2502.503 4" PERF PE PIPE DRAIN L F 300 9.50$ $2,850.00
72 2503.503 15" RC PIPE SEWER DES 3006 CL V L F 1367 45.00$ $61,515.00
73 2503.503 18" RC PIPE SEWER DES 3006 CL V L F 367 51.00$ $18,717.00
A-1 Excavating Inc.Park Construction Company - Mpls R.L. Larson Excavating, Inc.
Unit Price Total Price Unit Price Total Price Unit Price Total Price
$500.00 $500.00 $1,150.00 $1,150.00 $1,100.00 $1,100.00
$10.00 $200.00 $11.90 $238.00 $55.00 $1,100.00
$33.00 $3,300.00 $28.80 $2,880.00 $30.00 $3,000.00
$2,341.00 $9,364.00 $876.00 $3,504.00 $1,970.00 $7,880.00
$3,915.00 $19,575.00 $4,380.00 $21,900.00 $4,700.00 $23,500.00
$986.00 $986.00 $1,210.00 $1,210.00 $1,250.00 $1,250.00
$1,557.00 $7,785.00 $1,560.00 $7,800.00 $1,800.00 $9,000.00
$1,982.00 $3,964.00 $1,880.00 $3,760.00 $2,260.00 $4,520.00
$59.00 $6,195.00 $51.30 $5,386.50 $55.00 $5,775.00
$60.00 $27,000.00 $48.40 $21,780.00 $51.00 $22,950.00
$69.00 $79,695.00 $59.70 $68,953.50 $67.00 $77,385.00
$84.00 $95,340.00 $72.30 $82,060.50 $78.00 $88,530.00
$48.00 $4,800.00 $30.80 $3,080.00 $52.00 $5,200.00
$10.00 $29,420.00 $12.50 $36,775.00 $10.50 $30,891.00
$1,300.00 $2,600.00 $1,200.00 $2,400.00 $1,500.00 $3,000.00
$6.00 $7,200.00 $6.75 $8,100.00 $12.00 $14,400.00
$297,924.00 $270,977.50 $299,481.00
$1,460.00 $2,920.00 $1,350.00 $2,700.00 $782.00 $1,564.00
$1,580.00 $1,580.00 $1,450.00 $1,450.00 $885.00 $885.00
$2,020.00 $2,020.00 $1,580.00 $1,580.00 $986.00 $986.00
$9.00 $2,700.00 $14.00 $4,200.00 $10.50 $3,150.00
$54.00 $73,818.00 $46.70 $63,838.90 $47.00 $64,249.00
$61.00 $22,387.00 $51.30 $18,827.10 $51.00 $18,717.00
Bid Tabulation
Autumn Path Street and Utility Improvement Project
City of Rosemount Project No. 2019-07
Bid Opening: Thursday, April 2, 2020 at 9:00 am local time
WSB Project No. 013594-000
DENOTES CORRECTED FIGURE
Engineer's Estimate
Line No.
Material
No,Item Units Quantity Unit Price Total Price
74 2503.503 21" RC PIPE SEWER DES 3006 CL III L F 107 60.00$ $6,420.00
75 2503.503 24" RC PIPE SEWER DES 3006 CL III L F 274 65.00$ $17,810.00
76 2503.503 33" RC PIPE SEWER DES 3006 CL III L F 97 80.00$ $7,760.00
77 2503.602 CONNECT TO EXISTING STORM SEWER EACH 1 1,500.00$ $1,500.00
78 2503.602 CONNECT INTO EXISTING DRAINAGE STRUCTURE EACH 1 2,500.00$ $2,500.00
79 2506.502 CONST DRAINAGE STRUCTURE DESIGN SPEC 1 EACH 5 2,200.00$ $11,000.00
80 2506.502 CASTING ASSEMBLY EACH 16 800.00$ $12,800.00
81 2506.503 CONST DRAINAGE STRUCTURE DES 48-4020 L F 47 400.00$ $18,800.00
82 2506.503 CONST DRAINAGE STRUCTURE DES 60-4020 L F 34 600.00$ $20,400.00
83 2506.503 CONST DRAINAGE STRUCTURE DES 84-4020 L F 9 1,000.00$ $9,000.00
84 2511.507 RANDOM RIPRAP CLASS III C Y 22 120.00$ $2,640.00
85 2511.507 RANDOM RIPRAP CLASS III (GROUTED)C Y 6 160.00$ $960.00
$201,872.00
$1,086,102.20
$67,024.00
$260,695.00
$201,872.00
$1,615,693.20
I
GRAND TOTAL BID
Total Schedule D. Storm Sewer Improvements
TOTAL SCHEDULE A
TOTAL SCHEDULE B
TOTAL SCHEDULE C
TOTAL SCHEDULE D
A-1 Excavating Inc.Park Construction Company - Mpls R.L. Larson Excavating, Inc.
Unit Price Total Price Unit Price Total Price Unit Price Total Price
$70.00 $7,490.00 $61.80 $6,612.60 $56.00 $5,992.00
$76.00 $20,824.00 $67.50 $18,495.00 $72.00 $19,728.00
$113.00 $10,961.00 $120.00 $11,640.00 $110.00 $10,670.00
$1,000.00 $1,000.00 $867.00 $867.00 $1,100.00 $1,100.00
$1,000.00 $1,000.00 $1,500.00 $1,500.00 $1,100.00 $1,100.00
$1,903.00 $9,515.00 $1,990.00 $9,950.00 $2,325.00 $11,625.00
$603.00 $9,648.00 $580.00 $9,280.00 $512.00 $8,192.00
$420.00 $19,740.00 $475.00 $22,325.00 $485.00 $22,795.00
$570.00 $19,380.00 $614.00 $20,876.00 $570.00 $19,380.00
$960.00 $8,640.00 $992.00 $8,928.00 $1,200.00 $10,800.00
$80.00 $1,760.00 $115.00 $2,530.00 $110.00 $2,420.00
$120.00 $720.00 $286.00 $1,716.00 $240.00 $1,440.00
$216,103.00 $207,315.60 $204,793.00
$1,064,586.00 $1,172,877.05 $1,176,603.30
$87,484.00 $67,076.00 $67,324.20
$297,924.00 $270,977.50 $299,481.00
$216,103.00 $207,315.60 $204,793.00
$1,666,097.00 $1,718,246.15 $1,748,201.50
Bid Tabulation
Autumn Path Street and Utility Improvement Project
City of Rosemount Project No. 2019-07
Bid Opening: Thursday, April 2, 2020 at 9:00 am local time
WSB Project No. 013594-000
DENOTES CORRECTED FIGURE
Engineer's Estimate
Line No.
Material
No,Item Units Quantity Unit Price Total Price
1 2021.501 MOBILIZATION LS 1 75,000.00$ $75,000.00
2 2101.505 CLEARING ACRE 3 5,000.00$ $15,000.00
3 2101.505 GRUBBING ACRE 3 5,000.00$ $15,000.00
4 2104.503 SAWING BIT PAVEMENT (FULL DEPTH)L F 35 10.00$ $350.00
5 2104.503 REMOVE CONCRETE CURB L F 115 8.00$ $920.00
6 2104.504 REMOVE BITUMINOUS PAVEMENT S Y 548 5.00$ $2,740.00
7 2106.507 EXCAVATION - COMMON (P)C Y 10535 6.00$ $63,210.00
8 2106.507 EXCAVATION - SUBGRADE C Y 2300 6.00$ $13,800.00
9 2106.507 SELECT GRANULAR EMBANKMENT (CV) (P)C Y 8950 16.00$ $143,200.00
10 2106.507 COMMON EMBANKMENT (CV)C Y 1000 15.00$ $15,000.00
11 2112.519 SUBGRADE PREPARATION RDST 26.0 400.00$ $10,400.00
12 2123.610 STREET SWEEPER (WITH PICKUP BROOM)HOUR 20 165.00$ $3,300.00
13 2211.507 AGGREGATE BASE (CV) CLASS 5 MODIFIED C Y 2320 27.00$ $62,640.00
14 2357.506 BITUMINOUS MATERIAL FOR TACK COAT GAL 1150 3.00$ $3,450.00
15 2360.504 TYPE SP 9.5 WEAR CRS MIX (2;B) 2.0" THICK S Y 2306 12.50$ $28,825.00
16 2360.509 TYPE SP 12.5 WEARING COURSE MIX (2;C)TON 1010 66.00$ $66,660.00
17 2360.509 TYPE SP 12.5 NON WEAR COURSE MIX (2;C)TON 2350 65.00$ $152,750.00
18 2402.503 ORNAMENTAL METAL RAILING L F 116 200.00$ $23,200.00
19 2411.618 PREFABRICATED MODULAR BLOCK WALL S F 1590 53.00$ $84,270.00
20 2505.601 UTILITY COORDINATION LS 1 7.00$ $7.00
21 2521.518 6" CONCRETE WALK S F 12922 7.00$ $90,454.00
22 2531.503 CONCRETE CURB & GUTTER DESIGN B618 L F 5520 15.00$ $82,800.00
23 2531.618 TRUNCATED DOMES S F 78 330.00$ $25,740.00
24 2564.502 INSTALL SIGN PANEL TYPE SPECIAL EACH 1 52.00$ $52.00
25 2564.518 SIGN PANELS TYPE C S F 26 62.00$ $1,612.00
26 2573.501 STABILIZED CONSTRUCTION EXIT LS 1 150.00$ $150.00
27 2573.502 STORM DRAIN INLET PROTECTION EACH 27 150.00$ $4,050.00
28 2573.502 CULVERT END CONTROLS EACH 4 2.00$ $8.00
29 2573.503 SILT FENCE; TYPE MS L F 2600 3.00$ $7,800.00
30 2573.503 SEDIMENT CONTROL LOG TYPE WOOD FIBER L F 3000 15.00$ $45,000.00
Schedule A.Surface Improvements
Alcon Excavating Inc Max Steininger, Inc.
Unit Price Total Price Unit Price Total Price
$71,220.00 $71,220.00 $108,581.00 $108,581.00
$2,880.00 $8,640.00 $3,043.69 $9,131.07
$1,010.00 $3,030.00 $1,067.97 $3,203.91
$10.12 $354.20 $19.07 $667.45
$5.50 $632.50 $4.20 $483.00
$4.80 $2,630.40 $4.94 $2,707.12
$12.90 $135,901.50 $17.30 $182,255.50
$12.75 $29,325.00 $26.93 $61,939.00
$19.15 $171,392.50 $17.30 $154,835.00
$6.00 $6,000.00 $13.61 $13,610.00
$615.00 $15,990.00 $165.00 $4,290.00
$137.00 $2,740.00 $75.00 $1,500.00
$18.15 $42,108.00 $12.63 $29,301.60
$1.60 $1,840.00 $2.14 $2,461.00
$9.95 $22,944.70 $8.57 $19,762.42
$66.50 $67,165.00 $57.74 $58,317.40
$63.70 $149,695.00 $67.26 $158,061.00
$202.00 $23,432.00 $201.85 $23,414.60
$58.00 $92,220.00 $59.47 $94,557.30
$4,350.00 $4,350.00 $3,685.36 $3,685.36
$5.35 $69,132.70 $4.86 $62,800.92
$14.00 $77,280.00 $14.48 $79,929.60
$60.70 $4,734.60 $51.32 $4,002.96
$530.00 $530.00 $560.68 $560.68
$48.55 $1,262.30 $51.26 $1,332.76
$1,410.00 $1,410.00 $650.00 $650.00
$121.00 $3,267.00 $125.00 $3,375.00
$96.15 $384.60 $136.15 $544.60
$1.70 $4,420.00 $2.43 $6,318.00
$2.55 $7,650.00 $3.57 $10,710.00
Bid Tabulation
Autumn Path Street and Utility Improvement Project
City of Rosemount Project No. 2019-07
Bid Opening: Thursday, April 2, 2020 at 9:00 am local time
WSB Project No. 013594-000
DENOTES CORRECTED FIGURE
Engineer's Estimate
Line No.
Material
No,Item Units Quantity Unit Price Total Price
31 2575.504 SODDING TYPE LAWN S Y 200 1.50$ $300.00
32 2575.504 EROSION CONTROL BLANKETS CATEGORY 3N S Y 2360 1.00$ $2,360.00
33 2575.504 RAPID STABILIZATION METHOD 4 S Y 4840 2.05$ $9,922.00
34 2575.508 SEED MIXTURE 32-241 LB 16 60.00$ $960.00
35 2575.508 SEED MIXTURE 33-261 LB 1 80.00$ $80.00
36 2575.508 SEED MIXTURE 34-181 LB 1 22.00$ $22.00
37 2575.508 SEED MIXTURE 35-221 LB 15 1.80$ $27.00
38 2575.508 HYDRAULIC MULCH MATRIX LB 5050 1.10$ $5,555.00
39 2575.523 RAPID STABILIZATION METHOD 3 MGAL 13 0.80$ $10.40
40 2582.503 4" SOLID LINE MULTI COMP L F 5050 3.20$ $16,160.00
41 2582.503 24" SOLID LINE MULTI COMP L F 22 0.90$ $19.80
42 2582.503 4" DBLE SOLID LINE MULTI COMP L F 2530 5.00$ $12,650.00
43 2582.518 CROSSWALK MULTI COMP S F 108 6.00$ $648.00
$1,086,102.20
44 2451.609 GRANULAR FOUNDATION AND/OR BEDDING TON 100 30.00$ $3,000.00
45 2503.602 CONNECT TO EXISTING SANITARY SEWER EACH 2 2,000.00$ $4,000.00
46 2503.603 TELEVISE SANITARY SEWER L F 597 2.00$ $1,194.00
47 2503.603 8" PVC PIPE SEWER - SDR 26 L F 255 50.00$ $12,750.00
48 2503.603 18" PVC PIPE SEWER L F 304 70.00$ $21,280.00
49 2503.503 20" PVC PIPE SEWER L F 38 100.00$ $3,800.00
50 2506.602 CASTING ASSEMBLY (SANITARY)EACH 4 750.00$ $3,000.00
51 2506.603 CONSTRUCT 48" DIA SAN MANHOLE L F 60 300.00$ $18,000.00
Total Schedule B. Sanitary Sewer Improvements $67,024.00
Total Schedule A. Surface Improvements
Schedule B. Sanitary Sewer Improvements
Alcon Excavating Inc Max Steininger, Inc.
Unit Price Total Price Unit Price Total Price
$16.17 $3,234.00 $22.86 $4,572.00
$1.22 $2,879.20 $1.79 $4,224.40
$0.70 $3,388.00 $1.01 $4,888.40
$8.60 $137.60 $12.13 $194.08
$25.30 $25.30 $39.16 $39.16
$253.00 $253.00 $360.37 $360.37
$23.30 $349.50 $32.84 $492.60
$1.15 $5,807.50 $1.64 $8,282.00
$193.00 $2,509.00 $274.61 $3,569.93
$0.26 $1,313.00 $0.35 $1,767.50
$7.10 $156.20 $8.47 $186.34
$0.50 $1,265.00 $0.70 $1,771.00
$5.30 $572.40 $7.44 $803.52
$1,043,571.70 $1,134,139.55
$24.63 $2,463.00 $22.43 $2,243.00
$945.00 $1,890.00 $4,805.83 $9,611.66
$4.25 $2,537.25 $5.87 $3,504.39
$32.00 $8,160.00 $30.38 $7,746.90
$81.45 $24,760.80 $61.14 $18,586.56
$125.00 $4,750.00 $101.46 $3,855.48
$980.00 $3,920.00 $560.68 $2,242.72
$385.00 $23,100.00 $302.23 $18,133.80
$71,581.05 $65,924.51
Bid Tabulation
Autumn Path Street and Utility Improvement Project
City of Rosemount Project No. 2019-07
Bid Opening: Thursday, April 2, 2020 at 9:00 am local time
WSB Project No. 013594-000
DENOTES CORRECTED FIGURE
Engineer's Estimate
Line No.
Material
No,Item Units Quantity Unit Price Total Price
Schedule C. WATERMAIN IMPROVEMENTS
52 2104.502 SALVAGE HYDRANT & VALVE EACH 1 2,500.00$ $2,500.00
53 2104.503 REMOVE WATER MAIN L F 20 25.00$ $500.00
54 2451.609 GRANULAR FOUNDATION AND/OR BEDDING TON 100 25.00$ $2,500.00
55 2504.602 CONNECT TO EXISTING WATER MAIN EACH 4 2,000.00$ $8,000.00
56 2504.602 HYDRANT EACH 5 4,250.00$ $21,250.00
57 2504.602 INSTALL HYDRANT & VALVE EACH 1 1,000.00$ $1,000.00
58 2504.602 6" GATE VALVE & BOX EACH 5 1,500.00$ $7,500.00
59 2504.602 8" GATE VALVE & BOX EACH 2 2,000.00$ $4,000.00
60 2504.603 6" WATERMAIN DUCTILE IRON CL 52 L F 105 50.00$ $5,250.00
61 2504.603 8" WATERMAIN DUCTILE IRON CL 52 L F 450 55.00$ $24,750.00
62 2504.603 12" WATERMAIN DUCTILE IRON CL 52 L F 1155 62.00$ $71,610.00
63 2504.603 16" WATERMAIN DUCTILE IRON CL 50 L F 1135 75.00$ $85,125.00
64 2504.604 4" POLYSTYRENE INSULATION S Y 100 40.00$ $4,000.00
65 2504.608 DUCTILE IRON FITTINGS LB 2942 5.00$ $14,710.00
66 2550.502 FIBEROPTIC SPLICE VAULT EACH 2 1,000.00$ $2,000.00
67 2550.503 2" NON-METALLIC CONDUIT L F 1200 5.00$ $6,000.00
Total Schedule C. Watermain Improvements $260,695.00
Schedule D. Storm Sewer IMPROVEMENTS
68 2501.502 15" RC PIPE APRON EACH 2 1,000.00$ $2,000.00
69 2501.502 18" RC PIPE APRON EACH 1 1,200.00$ $1,200.00
70 2501.502 21" RC PIPE APRON EACH 1 4,000.00$ $4,000.00
71 2502.503 4" PERF PE PIPE DRAIN L F 300 9.50$ $2,850.00
72 2503.503 15" RC PIPE SEWER DES 3006 CL V L F 1367 45.00$ $61,515.00
73 2503.503 18" RC PIPE SEWER DES 3006 CL V L F 367 51.00$ $18,717.00
Alcon Excavating Inc Max Steininger, Inc.
Unit Price Total Price Unit Price Total Price
$720.00 $720.00 $1,601.94 $1,601.94
$12.00 $240.00 $6.41 $128.20
$27.70 $2,770.00 $22.43 $2,243.00
$1,400.00 $5,600.00 $2,402.92 $9,611.68
$4,290.00 $21,450.00 $4,117.00 $20,585.00
$1,305.00 $1,305.00 $1,601.94 $1,601.94
$1,660.00 $8,300.00 $1,548.54 $7,742.70
$2,270.00 $4,540.00 $2,029.12 $4,058.24
$51.00 $5,355.00 $45.39 $4,765.95
$46.00 $20,700.00 $54.20 $24,390.00
$123.00 $142,065.00 $73.96 $85,423.80
$150.00 $170,250.00 $86.51 $98,188.85
$40.00 $4,000.00 $37.38 $3,738.00
$12.00 $35,304.00 $9.88 $29,066.96
$280.00 $560.00 $4,159.72 $8,319.44
$6.95 $8,340.00 $11.48 $13,776.00
$431,499.00 $315,241.70
$2,604.00 $5,208.00 $1,399.14 $2,798.28
$2,480.00 $2,480.00 $1,289.45 $1,289.45
$2,730.00 $2,730.00 $5,297.19 $5,297.19
$14.50 $4,350.00 $19.55 $5,865.00
$41.30 $56,457.10 $57.60 $78,739.20
$44.00 $16,148.00 $54.39 $19,961.13
Bid Tabulation
Autumn Path Street and Utility Improvement Project
City of Rosemount Project No. 2019-07
Bid Opening: Thursday, April 2, 2020 at 9:00 am local time
WSB Project No. 013594-000
DENOTES CORRECTED FIGURE
Engineer's Estimate
Line No.
Material
No,Item Units Quantity Unit Price Total Price
74 2503.503 21" RC PIPE SEWER DES 3006 CL III L F 107 60.00$ $6,420.00
75 2503.503 24" RC PIPE SEWER DES 3006 CL III L F 274 65.00$ $17,810.00
76 2503.503 33" RC PIPE SEWER DES 3006 CL III L F 97 80.00$ $7,760.00
77 2503.602 CONNECT TO EXISTING STORM SEWER EACH 1 1,500.00$ $1,500.00
78 2503.602 CONNECT INTO EXISTING DRAINAGE STRUCTURE EACH 1 2,500.00$ $2,500.00
79 2506.502 CONST DRAINAGE STRUCTURE DESIGN SPEC 1 EACH 5 2,200.00$ $11,000.00
80 2506.502 CASTING ASSEMBLY EACH 16 800.00$ $12,800.00
81 2506.503 CONST DRAINAGE STRUCTURE DES 48-4020 L F 47 400.00$ $18,800.00
82 2506.503 CONST DRAINAGE STRUCTURE DES 60-4020 L F 34 600.00$ $20,400.00
83 2506.503 CONST DRAINAGE STRUCTURE DES 84-4020 L F 9 1,000.00$ $9,000.00
84 2511.507 RANDOM RIPRAP CLASS III C Y 22 120.00$ $2,640.00
85 2511.507 RANDOM RIPRAP CLASS III (GROUTED)C Y 6 160.00$ $960.00
$201,872.00
$1,086,102.20
$67,024.00
$260,695.00
$201,872.00
$1,615,693.20
I hereby certify that this is an exact reproduction of bids received.
Certified By:
License No. 19574
Date: April 2, 2020
GRAND TOTAL BID
Total Schedule D. Storm Sewer Improvements
TOTAL SCHEDULE A
TOTAL SCHEDULE B
TOTAL SCHEDULE C
TOTAL SCHEDULE D
Alcon Excavating Inc Max Steininger, Inc.
Unit Price Total Price Unit Price Total Price
$50.30 $5,382.10 $69.05 $7,388.35
$58.00 $15,892.00 $113.97 $31,227.78
$95.00 $9,215.00 $170.67 $16,554.99
$575.00 $575.00 $847.95 $847.95
$1,100.00 $1,100.00 $2,378.38 $2,378.38
$2,125.00 $10,625.00 $2,487.16 $12,435.80
$810.00 $12,960.00 $803.66 $12,858.56
$570.00 $26,790.00 $764.71 $35,941.37
$608.00 $20,672.00 $707.82 $24,065.88
$950.00 $8,550.00 $1,201.55 $10,813.95
$55.90 $1,229.80 $123.85 $2,724.70
$270.00 $1,620.00 $495.88 $2,975.28
$201,984.00 $274,163.24
$1,043,571.70 $1,134,139.55
$71,581.05 $65,924.51
$431,499.00 $315,241.70
$201,984.00 $274,163.24
$1,748,635.75 $1,789,469.00
1
Encroachment Agreement EA-F Xing – 1-01-12 – Tract 8096, 8097, 8098 Dakota County, MN - Agent AR - Project 20-024
(Drafted by & when filed return to: Magellan Pipeline Company, L.P., P. O. Box 22186, MD 27-2 (S. Guthrie), Tulsa, Oklahoma 74121-2186,
918/574-7350.)
ENCROACHMENT AGREEMENT
This Encroachment Agreement ("Agreement") is made and entered into by and between
Magellan Pipeline Company, L.P., a Delaware limited partnership, whose address is P.O. Box
22186, Tulsa, Oklahoma, 74121-2186, (hereinafter called "Magellan"), and the City of
Rosemount, a municipal corporation, whose mailing address is 2875 145th Street West,
Rosemount, MN 55068 its successors, assigns and grantees (hereinafter called “City”).
WITNESSETH:
WHEREAS, City represents and warrants that City owns the right to construct a road and storm
sewer on all the certain land (hereinafter “Subject Land”), described on attached Exhibit “A”
and made a part hereof; and
WHEREAS, Magellan is the owner of certain pipelines, pipeline facilities and appurtenances
(hereinafter referred to as the "Magellan Facilities") and easement rights therefor, (hereinafter
referred to as the "Easement", whether or not rights were granted in one or more documents or
acquired by operation of law). For purposes of this Agreement only, “Magellan’s Easement
Tract” shall be considered to be any area within Fifty (50) feet of any Magellan Facilities,
unless a different right of way tract width is specifically described in the Easement, in which
case such specified width shall define Magellan’s Easement Tract. The land referenced in the
Easement includes a portion of the Northeast Quarter (NE¼) of Section 21, Township 115 North,
Range 19 West; and the Northwest Quarter (NW¼) of Section 22, Township 115 North, Range
19 West, Dakota County, Minnesota, pursuant to those certain instruments recorded in the
records of said county and state and described as follows:
1) Right of Way Agreement dated August 6, 1955, from Elizabeth Schuller in favor
of Roseline Company (Magellan’s predecessor in title), its successors and assigns,
and filed for record in Book 64 of Miscellaneous Records at Page 544 of the
Dakota County Register of Deeds; and
2) Partial Release of Right of Way dated July 18, 1967, in favor of John Millard and
Arlene Millard and filed for record in Book K of Miscellaneous Records, Page
240 of the Dakota County Register of Deeds; and
3) Right of Way Agreement dated August 20, 1955, from the Town of Rosemount in
favor of Roseline Company (Magellan’s predecessor in title), its successors and
assigns, and filed for record in Book 64 of Miscellaneous Records at Page 579 of
the Dakota County Register of Deeds; and
2
Encroachment Agreement EA-F Xing – 1-01-12 – Tract 8096, 8097, 8098 Dakota County, MN - Agent AR - Project 20-024
4) Right of Way Agreement dated August 13, 1955, from C.R. McMenomy and
Mary McMenomy, husband and wife, and A.T. McMenomy and Catherine
McMenomy, husband and wife in favor of Roseline Company (Magellan’s
predecessor in title), its successors and assigns, and filed for record in Book 64 of
Miscellaneous Records at Page 546 of the Dakota County Register of Deeds; and
WHEREAS, for the purposes of this Agreement an “Encroachment” is defined as any use of
the land within Magellan’s Easement Tract by someone other than Magellan which could
interfere with Magellan’s Easement rights or could create safety concerns related to Magellan’s
Facilities as more fully described in Magellan’s General Encroachment Requirements as set
forth in attached Exhibit “B” and incorporated herein by reference. Magellan does not permit
or authorize any Encroachments unless specifically approved in a written agreement
identifying all “Approved Encroachments”; and
WHEREAS, City desires to obtain Magellan’s consent for one or more Encroachments on
Magellan’s Easement Tract;
NOW, THEREFORE, in consideration of the covenants and agreements herein and other good
and valuable consideration, the receipt and sufficiency of which is hereby acknowledged,
Magellan, subject to the following terms and provisions, hereby consents to the Encroachments
listed below as “Approved Encroachments” described and limited pursuant to the following
specified plan drawings, which were furnished by City to Magellan (“Plan Drawings”) and
attached hereto as Exhibit “C”:
1) Autumn Path Street and Storm Sewer Plans, Sheet 18 of 41 by WSB, Inc. Project No. R-
013594-000 dated 1/31/2020 and revised 4/24/2020;
2) Autumn Path Pipeline Crossing, Sheet 1 by WSB, Inc. Project No. R-013594-000 dated
4/24/2020;
3) Autumn Path Typical Sections, Sheet 4 of 35 by WSB, Inc. Project No. R-013594-000
dated 1/31/2020;
TERMS AND PROVISIONS
1. Approved Encroachments. The Approved Encroachments, as further identified,
described and limited in the Plan Drawings as set forth in Exhibit “C” are limited to the
following:
(a) Autumn Path at Pine Bend – Rosemount #3-10”, Line 6190, approximately ESN 128+43
– ESN 129+18 and Pine Bend – Rosemount #2-12”, Line 6415, approximately ESN
133+18 – ESN 133+93
(b)15” RCP Storm Sewer Installation at Pine Bend – Rosemount #3-10”, Line 6190,
approximately ESN 128+43 and Pine Bend – Rosemount #2-12”, Line 6415,
approximately ESN 133+18
Description of Encroachments:
(a)Autumn Path at Pine Bend – Rosemount #3-10”, Line 6190, approximately ESN 128+43
–ESN 129+18 and Pine Bend – Rosemount #2-12”, Line 6415, approximately ESN
133+18 – ESN 133+93
Drawing Reference: Autumn Path Pipeline Crossing
Owner will construct a public road with a sidewalk and trail on the Magellan Easement Tract and
across Magellan’s Facilities (Pine Bend – Rosemount #3-10”, Line 6190, approximately ESN
128+43 – ESN 129+18 and Pine Bend – Rosemount #2-12”, Line 6415, approximately ESN
133+18 – ESN 133+93). The new roadway will consist of asphalt pavement and grading plans
indicate that finish grade will leave approximately 5’ of cover on the Pine Bend – Bend
Rosemount #3-10” to the top of the road surface. Sub-cuts of 12” will be allowed on the
Magellan easement for the construction of the new roadway. Owner will maintain a minimum of
5’ of cover between Magellan’s Pine Bend #3-10” pipeline and finish grade. A Magellan
representative is to be onsite during construction activities. Construction activities will be
limited over the pipeline during installation activities. See “Other Considerations” for details.
(b)15” RCP Storm Sewer Installation at Pine Bend – Rosemount #3-10”, Line 6190,
approximately ESN 128+43 and Pine Bend – Rosemount #2-12”, Line 6415,
approximately ESN 133+18
Drawing Reference: Autumn Path Street and Storm Sewer Plans, Sheet 18 of 41
Owner will construct a 15” RCP Storm Sewer Installation across the Magellan Easement Tract
and above Magellan’s Facilities (15” RCP Storm Sewer Installation at Pine Bend – Rosemount
#3-10”, Line 6190, approximately ESN 128+43 and Pine Bend – Rosemount #2-12”, Line 6415,
approximately ESN 133+1). Current plans propose 2 feet of vertical separation and 5’ of cover.
A minimum vertical separation of 2 feet between the bottom of the proposed 15” RCP Storm
Sewer Installation and the top of the Magellan’s pipelines are required. If digging gets within 2
feet of the Magellan pipeline, hand digging is required. A Magellan representative is to be onsite
during construction activities. Construction activity will be limited over the pipeline during
installation activities. See “Other Considerations” for details.
Other Considerations:
Heavy Equipment Crossings
3
Encroachment Agreement EA-F Xing – 1-01-12 – Tract 8096, 8097, 8098 Dakota County, MN - Agent AR - Project 20-024
4
Encroachment Agreement EA-F Xing – 1-01-12 – Tract 8096, 8097, 8098 Dakota County, MN - Agent AR - Project 20-024
A minimum cover of five (5) feet shall be maintained for all equipment crossings over the
Magellan pipelines.
Tracked equipment and equipment exceeding the maximum wheel load of 80,000 lbs will
not be allowed to cross the Magellan pipelines without further evaluation of the pipeline
stresses. If equipment exceeding the maximum wheel load specified above will need to cross the
pipelines, detailed information will need to be received in order to perform pipe stress
calculations. The following information will need to be received to perform a more thorough
analysis of wheeled vehicles: loaded vehicle weight, number of axles on the front and rear, and
weight distribution between the front and rear axles. For equipment on tracks, the following
information is needed: loaded vehicle weight, length of track in contact with the ground, and
track width.
Recommended Action:
No pipeline adjustment is necessary. If digging gets within 2 feet of the Magellan pipeline, hand
digging is required. An encroachment agreement will need to be executed prior to allowing work
over or across the Magellan Easement Tract. A company representative will need to be
present during construction of the proposed improvements to confirm minimum clearance
and depth of cover requirements have been met and that the existing Magellan pipelines
are not damaged. The contractor will need to contact a company representative a minimum of
two (2) weeks prior to commencing any construction activities over or across Magellan’s
Easement Tract in order to allow appropriate field supervision to be present during construction.
Short form agreements may need to be filled out for information purposes only to capture
pipeline stationing for the locations of the encroachments. Pipeline maintenance forms will need
to be filled out for activities that will expose the pipeline (i.e. utility crossings) to document
minimum clearances and other pipe conditions. Magellan field personnel will need to submit
proper documentation (pipeline maintenance forms or short form encroachment agreements) to
Tulsa within 30 days of the encroachment installation.
2. No Other Encroachments. Except for the Approved Encroachments as allowed by this
Agreement, City shall not create, erect, place or construct any other Encroachment on,
above or below the surface of the ground on Magellan’s Easement Tract, or change the
grade or elevation of the ground surface within Magellan’s Easement Tract or at any time
plant or allow any trees thereon or cause or permit any of these to be done by others, without
the express prior written permission of Magellan.
3. Magellan On-Site Representative. Exclusive of Saturday, Sunday, and legal holidays, City
shall notify Magellan a minimum of 48 hours in advance of any Encroachment activities on
Magellan’s Easement Tract so that Magellan may arrange to have a representative present.
At Magellan's option and at City's sole cost and expense, Magellan's representative may be
on site during all Encroachment activities over or within ten feet (10') of the Magellan
5
Encroachment Agreement EA-F Xing – 1-01-12 – Tract 8096, 8097, 8098 Dakota County, MN - Agent AR - Project 20-024
Facilities to confirm that no damage occurs to the Magellan Facilities. The presence of
Magellan's representative or any verbal instructions given by such representative shall not
relieve City of any liability under the Easement or this Agreement, and will not change the
terms of the Easement or this Agreement, which may only be changed by written agreement
by authorized representatives of City and Magellan. If pipeline, coating, cathodic protection
and/or any other repair of Magellan Facilities is required by Magellan or if the safety of the
Magellan Facilities is jeopardized, in Magellan’s sole judgment, City shall stop all
construction activities on Magellan’s Easement Tract until said repairs are completed or
until any unsafe construction practices are resolved to the satisfaction of Magellan’s on-site
representative. Written notification of such construction activity shall be made to
MAGELLAN PIPELINE COMPANY, Bruce Krech, Damage Prevention Officer of
Maintenance, (612) 257-4726, bruce.krech@magellanlp.com or such other representative
of Magellan, which Magellan may from time to time designate.
4. Protection of Magellan Facilities. City shall protect the Magellan Facilities if excavating
and backfilling become necessary within Magellan’s Easement Tract. If excavating within
2 feet of any Magellan pipeline or when otherwise deemed necessary by Magellan’s on-site
representative, City shall perform any necessary digging or excavation operations by hand
digging. City shall reimburse Magellan for all costs of having a representative of Magellan
on-site during construction activities related to the Approved Encroachments.
5. Breach. If either City or Magellan breaches this Agreement and the non-breaching party
commences litigation to enforce any provisions of this Agreement, the reasonable cost of
attorneys' fees and expenses will be payable to the non-breaching party by the breaching
party upon demand, for all claims upon which the non-breaching party prevails.
6. Insurance. City shall procure or cause its contractors and subcontractors to procure and
maintain in force throughout the entire term of this Agreement insurance coverage described
below with insurance companies acceptable to Magellan for work performed related to the
construction of the Approved Encroachments. All costs and deductible amounts will be the
responsibility and obligation of the City or its contractors and subcontractors. Prior to
commencing any activities related to the construction of the Approved Encroachments, the
City must deliver to Magellan certificate(s) of insurance, naming Magellan Midstream
Partners, L.P. and its Affiliates as an additional insured. The limits set forth below are
minimum limits and will not be construed to limit the City’s liability:
(a) Workers' Compensation insurance complying with the laws of the State or States having
jurisdiction over each employee and Employer's Liability insurance with limits of
$1,000,000 per accident for bodily injury or disease.
(b) Commercial General Liability insurance on an occurrence form with a combined single
limit of $5,000,000 each occurrence; and for project specific, an annual aggregate of
$5,000,000. Coverage must include premises/operations, products/completed operations,
6
Encroachment Agreement EA-F Xing – 1-01-12 – Tract 8096, 8097, 8098 Dakota County, MN - Agent AR - Project 20-024
and sudden and accidental pollution. Magellan Midstream Partners, L.P. and its
Affiliates (hereinafter defined), and its and their respective directors, officers, partners,
members, shareholders, employees, agents, and contractors shall be included as additional
insureds. The term “Affiliate(s)” as used herein means, with respect to Magellan
Midstream Partners, L.P., any individual, corporation, partnership, limited partnership,
limited liability company, limited liability partnership, firm, association, joint stock
company, trust, unincorporated organization, governmental body, or other entity
(collectively, a “Person”) that directly, or indirectly, through one or more intermediaries,
controls, or is controlled by, or is under common control with Magellan Midstream
Partners, L.P. The term “control” (including the terms “controlled by” and “under
common control with”), as used in the previous sentence means the possession, directly or
indirectly, of the power to direct or cause the direction of the management and policies of
Magellan Midstream Partners, L.P. or such Person, as applicable, whether through
ownership of voting stock, ownership interest or securities, by contract, agreement or
otherwise.
(c) The Sudden and Accidental Pollution can be a separate, stand alone policy, but must still
meet the $5,000,000 minimum limit requirement. If the coverage is written on a claims-
made policy form, the coverage must be maintained for two (2) years following
completion of the work activities related to the Approved Encroachments.
(d) In each of the above policies, the City or its contractors and subcontractors agree to waive
and will require its insurers to waive any rights of subrogation or recovery either may have
against Magellan and its affiliated companies.
(e) Regardless of the insurance requirements above, the insolvency, bankruptcy, or failure of
any such insurance company providing insurance for the City or its contractors and
subcontractors, or the failure of any such insurance company to pay claims that occur,
such requirements, insolvency, bankruptcy or failure will not be held to waive any of the
provisions hereof.
(f) In the event of a loss or claim arising out of or in connection with the construction of the
Approved Encroachments, the City agrees, upon request of Magellan, to submit a
certified copy of its insurance policies for inspection by Magellan.
(g) The City shall require all of its contractors and subcontractors for work related to the
construction of the Approved Encroachments to provide adequate insurance coverage,
all to be endorsed with the Waiver of Subrogation wording referenced in Section (d)
above; any deficiency in the coverage, policy limits, or endorsements of said contractors
and subcontractors, shall be the sole responsibility of the City.
7. Indemnification. City will indemnify, save, and hold harmless Magellan, its affiliated
companies, directors, officers, partners, employees, agents and contractors from any and all
7
Encroachment Agreement EA-F Xing – 1-01-12 – Tract 8096, 8097, 8098 Dakota County, MN - Agent AR - Project 20-024
environmental and non-environmental liabilities, losses, costs, damages, expenses, fees
(including reasonable attorneys’ fees), fines, penalties, claims, demands, causes of action,
proceedings (including administrative proceedings), judgments, decrees and orders resulting
from City’s breach of this Agreement or caused by or as a result of the construction, use,
maintenance, existence or removal of the Approved Encroachments and Other
Encroachments located on the Magellan Easement Tract. The presence of Magellan’s
representative or any instructions given by such representative will not relieve City of any
liability under this Agreement, except to the extent that such liability results from
Magellan’s or its representative’s gross negligence or willful misconduct.
8. Damage or Loss. City covenants that:
(a) If at any time, in the sole opinion of Magellan, it becomes necessary for Magellan, to
cross, occupy, utilize, move or remove all or portions of the Approved Encroachments
placed on Magellan’s Easement Tract or constructed pursuant to this Agreement, for
any purpose, including but not limited to surveying, constructing new facilities,
maintaining, inspecting, operating, protecting, repairing, replacing, removing or changing
the size of a pipeline(s) and appurtenances on Magellan’s Easement Tract and such
activities by Magellan result in damage to or destruction of the Approved
Encroachments, then repair, replacement or restoration of such Approved
Encroachments shall be at the sole cost and responsibility of City.
(b) If at any time, any encroachments belonging to or permitted by City which are not
authorized by this or another written agreement (“Other Encroachments”) are found to
be on Magellan’s Easement Tract, Magellan may at any time request City to remove
such Other Encroachments, and if City refuses or fails to do so within a reasonable
time, Magellan’s may remove them from Magellan’s Easement Tract to a location off
of Magellan’s Easement Tract at City’s expense, unless they are allowed to remain by a
written agreement between Magellan and City. Should such removal activities by
Magellan result in damage to or destruction of the Other Encroachments, then repair,
replacement or restoration of such Other Encroachments shall be at the sole cost and
responsibility of City, and such Other Encroachments may not be repaired, replaced or
rebuilt on Magellan’s Easement Tract without a written agreement between Magellan
and City.
(c) If during the exercise of the rights granted by the Easement or by this Agreement, the
Approved Encroachments and Other Encroachments, if any, are damaged, destroyed
or suffer loss of value, City agrees to release Magellan, its affiliates, and its and their
respective directors, officers, members, partners, shareholders, employees, agents and
contractors from and against any and all liabilities, and damages or losses which may
arise as a result of the damage to or loss of use of the Approved Encroachments and
8
Encroachment Agreement EA-F Xing – 1-01-12 – Tract 8096, 8097, 8098 Dakota County, MN - Agent AR - Project 20-024
Other Encroachments, if any, caused by Magellan, its employees, agents and
contractors.
9. Magellan Rights. Magellan and City agree that the existence of the Approved
Encroachments or this Agreement does not constitute a waiver of Magellan’s rights under
the Easement. Magellan hereby reserves and City hereby grants and confirms all of
Magellan’s rights, title and estate as set forth in the Easement.
10. The terms and conditions of this Agreement will constitute covenants running with the land
and be binding upon and inure to the benefit of the parties hereto, their successors, assigns
and grantees. This Agreement may be executed in two or more counterparts, each of which
shall be deemed an original, but all of which together shall constitute one instrument. This
Agreement shall become effective upon its complete execution by the parties hereto.
IN WITNESS WHEREOF, the parties have set their hands on the dates expressed below.
MAGELLAN PIPELINE COMPANY, L.P.
By Its General Partner, Magellan Pipeline GP, LLC
By Its Undersigned Authorized Signatory:
By:
Name:
Date:
CITY OF ROSEMOUNT, a
Minnesota municipal corporation
_______________________________
By:
Its: Mayor
_______________________________
By:
Its: City Clerk
9
Encroachment Agreement EA-F Xing – 1-01-12 – Tract 8096, 8097, 8098 Dakota County, MN - Agent AR - Project 20-024
STATE OF OKLAHOMA )
) SS
COUNTY OF TULSA )
Before me, the undersigned, a Notary Public in and for the county and state aforesaid, on this
_____day of _____________, 2020 personally appeared_______________________, to me
personally known to be the Authorized Signatory for MAGELLAN PIPELINE GP, LLC, a
Delaware limited liability company, who being duly sworn did acknowledge to me that he/she
executed the foregoing instrument on behalf of said limited liability company as the free and
voluntary act and deed, for the uses, purposes and consideration therein set forth.
Witness my hand and official seal.
____________________________________
Notary Public
My commission expires:
____________________
STATE OF )
) SS
COUNTY OF )
The foregoing instrument was acknowledged before me this ___ day of ______________ 2020,
by _____________________ and _____________________, the Mayor and Clerk of the City of
Rosemount, a Minnesota municipal corporation, on behalf of the municipal corporation.
Witness my hand and official seal.
Notary Public
My Commission Expires:
10
Encroachment Agreement EA-F Xing – 1-01-12 – Tract 8096, 8097, 8098 Dakota County, MN - Agent AR - Project 20-024
EXHIBIT “A”
SUBJECT LAND
The Northeast Quarter (NE¼) of Section 21, Township 115 North, Range 19 West;
and the Northwest Quarter (NW¼) of Section 22, Township 115 North, Range 19
West, Dakota County, Minnesota
DAKOTA C OUNTY, MINNESOTA
4
Real Estate Rep:
Date:
Adrian Reents(918) 574-7000
02-21-2020
Drawn By:Adam Kilgore
0 230 460 690115
Feet
This copy is no t a survey and has been furnished byMagellan Pip elin e Comp an y, L.P. (Magellan) forinformation as to approximate locations only of anypipelines or other facilities shown thereon. Magellandisclaims any rep resen tations as to accuracy orcompleteness o f th e inform ation depicted on thiscopy and m akes n o warranties regarding accuracyor co mpleten ess o f such in formation depictedhereon. Actu al lo cations o f pipelines and facilitiesmust b e d etermined o n-site through timely contactwith the app ro priate On e C all agency - Call 811 -an d coord ination with Mag ellan. Excavation,grad ing, con structio n and/o r vehicle traffic in thevicinity of the pipelin e(s) and facilities shown onthis copy are proh ibited w itho ut written permissionfrom Magellan o r o ther ow ners of pipelines orfacilities depicted hereon.
Legend
Magellan Pipeline (Approx. Location)
Design for Construction of Road
County
Section
Local F ield Rep:Bruce Krech(612) 257-4726
For Actual Pipeline LocationContact Local Field Rep.
MPL Project #:20-024
Section 21T115N - R19W
Section 22T115N - R19W
Section 16 - T115N - R19W
Dakota County, MN
Bon a ire P at h W (1 32n d St W)Avila AveAulden Ave
Autumn PathP in e B e n d - R o s e m o u n t #2 -1 2 "P in e B e n d - R o s e m o u n t #3 -1 0 "
EXHIBIT “B” TO ENCROACHMENT AGREEMENT, 1 of 4
General Encroachment Requirements – (L.P.– 1/1/07)
MAGELLAN PIPELINE
COMPANY, L.P.
General Encroachment
Requirements
A. GENERAL - These requirements
define the minimum standards of
practice for encroachments by a
landowner (including any developer,
business entity, utility company or
individual working for, or on behalf
of, or with permission of landowner)
(herein referred to collectively as
“Owner”) to pipeline corridors and
rights of way (“Magellan’s
Easement Tract”) owned or operated
by Magellan Pipeline Company, L.P.
(“Magellan”). Upon written request
by Owner to Magellan, a copy of
these minimum requirements shall be
provided to any developer, business
entity, utility company or individual
working on behalf of Owner or with
the permission of Owner within
Magellan’s Easement Tract. Specific
circumstances may require additional
precautions or more stringent
methods in order to protect the
integrity of Magellan’s pipelines and
facilities. Magellan’s Easement Tract
for purposes of these General
Encroachment Requirements shall be
considered to be any area within fifty
(50) feet of any Magellan pipeline or
other Magellan-owned or operated
facility unless a different right of way
width is specified by one or more
recorded right of way or easement
documents (herein collectively called
“Easement”, whether one or more),
in which case such specified width
shall define Magellan’s Easement
Tract.
1. Encroachment Definition. An
“encroachment” is any use of the
land within Magellan’s Easement
Tract which could interfere with
Magellan’s Easement rights or which
could create safety concerns for
Magellan pipelines and/or facilities
located on Magellan’s Easement
Tract. Encroachments include, but
are not limited to: structures, fixtures,
personal property, landscaping,
foreign utilities, foreign pipelines,
roadways, railroads, waterway
crossings, water impoundments,
walls, heavy equipment and heavy
loads on Magellan’s Easement Tract,
and also any excavation, digging,
drilling, tunneling and addition,
removal or disturbance of soil or
subsoil within Magellan’s Easement
Tract.
2. Magellan Representative
Required On-Site. Magellan
pipeline systems operate at high
pressures, and for safety reasons,
Magellan requires its company
representatives to be on-site while
Owner is excavating or performing
other activities which could endanger
the Magellan pipelines or other
facilities on
Magellan’s Easement Tract. For
other activities of the Owner on the
Magellan Easement Tract, the
Magellan field representative shall
determine whether Magellan’s
continuous presence or periodic
monitoring of encroachment
activities will be required and shall
inform the Owner. A Magellan
representative will be made available
upon 48 hours notice (exclusive of
weekends and holidays) to determine
the location and approximate depth
of any Magellan pipelines. No
excavation shall be commenced
without prior written approval from
Magellan and verification by
Magellan of the location and
approximate depth of its pipelines.
3. Magellan’s Facilities.
Magellan’s facilities include, but are
not limited to, Easement, rights of
way, pipelines, meter and valve sites,
aboveground piping manifolds and
cathodic protection systems.
4. Land Use Change - Notification.
The landowner and tenant, if any,
must notify Magellan at any and
every time when the land use will be
changed for land on or adjacent to
Magellan’s Easement Tract.
Examples of such land use changes
are:
• Change from pasture to cultivation
• Change in depth of tilling (e.g.
plowing deeper or deep-breaking the
land)
• Change in that terraces will be cut
or re-cut
• Change from agricultural use to
residential, commercial or industrial
use.
• Change from residential to
commercial or from commercial to
industrial.
5. Governmental Regulations and
Industry Guidelines. Owner must
comply with all applicable laws and
regulations, as well as Magellan’s
policies as expressed herein. Owner
is also hereby referred to the
Common Ground Alliance Best
Practices which can be found on the
web site:
www.commongroundalliance.com
(See “Program Information” / “Best
Practices”) and which is available
from Common Ground Alliance in
booklet form for easy reference. Best
Practices addresses the most common
issues for damage prevention for an
encroaching party, including, among
others: Planning and Design; One-
Call Center; Locating and Marking;
Excavation; and Mapping.
In the even of a conflict between
laws and regulations, Magellan’s
policies and the Common Ground
Alliance Best Practices, the following
priority shall govern encroachments
on Magellan’s Easement Tract: 1st --
laws and regulations; 2nd --
Magellan policies; and 3rd --
Common Ground Alliance Best
Practices.
B. MAGELLAN RIGHT OF WAY
PRACTICE
1. Personal Property and Fixtures
To Be Kept Off of Magellan’s
Easement Tract. In order to keep
Magellan rights of way clear for
operations, maintenance, inspection
and emergency access, personal
property and fixtures shall not be
placed, stored or maintained on
Magellan’s Easement Tract. Personal
property and fixtures include, but are
not limited to, storage sheds,
automobiles, trailers, mobile homes,
above-ground swimming pools,
business equipment, product
inventory, scrap metal, boulders,
large rocks, debris, junk and piles of
materials.
2. Encroachments Subject to Being
Cleared from Magellan’s Easement
Tract. Subject to the terms of its
Easement (including right of way
agreement[s] and other written
agreements) , Magellan may keep
Magellan’s Easement Tract clear of
items that may hinder the exercise of
Magellan’s rights to construct,
operate, inspect, maintain, repair and
access its pipelines and other
facilities. Clearing of the Magellan’s
Easement Tract shall include, but not
be limited to the following: removal
of trees, brush, crops, other
vegetation and non-permitted
encroachments located on or
overhanging all or part of any
Magellan’s Easement Tract. Trees or
other vegetation overhanging
Magellan’s Easement Tract may be
side-trimmed.
C. ENCROACHMENT PLANNING
1. Plan Review Required by
Magellan. For any encroachment,
Magellan must be provided project
plans to review and approve, prior to
the encroachment occurring, for
purposes of damage prevention.
2. Submission of Complete Plans.
Owner must submit complete plans
to Magellan for review. Incomplete
plans could delay Magellan’s
engineering impact study and
insufficient information could result
in increased costs. Plans must
include:
• A plan view of the project with the
pipeline(s) location included.
• An illustration in profile of the
existing surface elevations, the
proposed surface elevations and the
elevation of the Magellan pipeline(s).
• A comprehensive utility /structure
/grading plan depicting the
relationship to the pipeline(s).
• A proper legal description of the
project location.
• Complete landscaping plans.
• Complete plans for backfilling and
compaction of backfill material.
3. Plans Must Show Magellan’s
Easement Tract, Pipelines and
Facilities. All construction plans
(prints) showing lands where all or
any part of Magellan’s Easement
Tract, any Magellan pipeline or
facility is located must contain the
following:
• Location and depth of all Magellan
pipelines and facilities
• The width of Magellan’s Easement
Tract
• A standard warning statement
conspicuously displayed containing
the following language:
WARNING
HIGH-PRESSURE PIPELINE(S)
Excavation and/or Construction
Prohibited Without compliance with
State One-Call AND Without Written
Permission From MAGELLAN
PIPELINE COMPANY, L.P.
4. Written Encroachment
Agreement Required. A written,
fully executed Encroachment
Agreement must be in place between
Magellan and Owner before Owner
commences work on any
encroachment.
5. Costs. Unless otherwise agreed in
writing, all costs to Magellan that
result from any encroachment should
be paid by Owner. Such costs shall
include, but not be limited to:
modification, replacement, lowering,
and protection of pipelines, including
engineering evaluation and design,
field labor and real estate research
and document preparation and
handling,
6. Pipeline Integrity Inspection.
Prior to the installation of any
structure, parking lot, roadway or
other facility which might interfere
with or hinder Magellan’s inspection
of any pipeline or facility, Magellan
will perform an integrity review of its
pipeline and any other assets which
may be affected by the proposed
structure, parking lot, roadway or
other encroaching facility in order to
determine that Magellan’s assets
comply with integrity requirements
and to allow Magellan to make any
needed changes prior to construction
of any encroachments.
7. Soil On Magellan’s Easement
Tract -- Removing and Adding. No
soil shall be removed from or added
to Magellan’s Easement Tract
without written authorization from
Magellan. Any soil added must be
clean (without contaminants, trash or
debris) fill dirt and must be limited in
amount so that the
resulting cover (vertical distance
from the surface of the land to the top
of Magellan’s pipeline) is not greater
than eight feet (8’).
8. Erosion Control Materials.
Erosion-control materials may be
allowed on Magellan’s Easement
Tract for temporary periods of
construction and restoration.
9. Proof of Title to Property.
Magellan may require Owner to
provide proof of current ownership of
the land where the proposed
encroachment is to be located. Such
proof may be in the form of a Title
Commitment, Title Policy, or a copy
of a recorded Warranty Deed.
10. Subdivision Plat. Magellan
requires a copy of the Subdivision
Plat, if applicable. If the plat has been
recorded, Magellan requires a copy
indicating the book and the page of
the recording.
11. Location and Approximate
Depth of Pipelines. A Magellan
representative is normally available
with 48 hours notice (exclusive of
weekends and holidays) to determine
the location and approximate depth
of the pipeline(s). Determining actual
depths of pipelines may require pot-
holing or hand-digging by, and at the
expense of Owner in the presence of
an authorized Magellan
representative. No excavation on
Magellan’s Easement Tract shall take
place without approval by Magellan.
12. Vertical Separation Between
Magellan Pipeline or Facility and
an Encroaching Object or
Structure. Vertical separation is
defined in this document as the
vertical distance between the
outermost part of a Magellan
pipeline, facility or appurtenance (for
example, the outside of the pipe [for
uncased pipe] or the outside of the
pipe casing [for cased pipe]) and the
outermost part of the encroaching
object (for example, the outside of
the encroaching pipeline or the
outside of its conduit).
13. Construction Equipment
Information. Owner shall provide to
Magellan information as to the type,
size, and weight of construction
equipment that will be used over or
in the vicinity of the pipeline(s).
D. ENCROACHMENT DESIGN
REQUIREMENTS &
STANDARDS
1. Risk of Loss and Damage.
Owner shall bear the risk of loss,
damage and/or destruction to any
structure, fence, landscaping or
improvement placed within the
boundaries of Magellan’s Easement
Tract and shall hold Magellan
harmless
Page 1 of 17 Page 2 of 17 Page 3 of 17 Page 4 of 17 Page 5 of 17
EXHIBIT “B” TO ENCROACHMENT AGREEMENT, 2 of 4
General Encroachment Requirements – (L.P.– 1/1/07)
for damages, destruction of
structures and for any consequential
damages which may arise out of
Magellan or its designees exercising
Magellan’s Easement rights or which
may arise out of accessing
Magellan’s Easement Tract, pipelines
or facilities.
2. Buildings, Structures and
Fences.
a. Buildings and Structures. No
buildings, houses, barns, garages,
patios, playhouses, sheds, septic
systems or drain fields,
swimming pools (above-ground
or below-ground), reinforced
concrete slabs or other similar
structures will be permitted on
the Magellan’s Easement Tract.
b. Septic System not permitted.
No septic-system, including any
lateral lines will be permitted on
Magellan’s Easement Tract.
c. Retaining Walls. Retaining walls
are not permitted on Magellan’s
Easement Tract.
d. Fences. No fence shall be
constructed or maintained on
Magellan’s Easement Tract
without a written agreement.
e. Requirements for Fences. If
fencing on Magellan’s Easement
Tract is authorized by a written
agreement with Magellan, the
fencing must comply with the
following:
1) Not Parallel to Pipeline. No
fence shall be allowed to be
constructed parallel closer
than 10 feet to any Magellan
pipeline, within the
boundaries of Magellan’s
Easement Tract.
2) Fence Posts Location. No
fence posts will be allowed to
be within five (5) feet of any
Magellan pipeline or facility.
3) Gates Required. Magellan
may require any fence
constructed within the
boundaries of Magellan’s
Easement Tract to have gates
of such size and suitability as
is necessary or convenient for
Magellan to access its
pipelines and/or facilities for
its operations, including
inspections, at each point
where the fence crosses a
Magellan pipeline or facility
boundary. Magellan shall be
allowed to put a Magellan
lock on such gates, which will
allow access to Magellan’s
Easement Tract and/or
facilities through such gates.
4) Angle of Fence Crossing. It
is preferred that fence
crossings be as close to 90
degrees as possible.
3. Landscaping, Elevation
Changes and Water.
a. Landscaping Definition.
Landscaping shall include,
but not be limited to, trees,
shrubs, underground
irrigation or sprinkler
systems, sidewalks or other
paths, retaining walls, terraces
or other land grade changes,
within
Magellan’s Easement Tract.
b. General Landscaping
Requirements. The following are the
general rules for landscaping on
Magellan’s Easement Tract:
1)Written Approval. Landscaping
proposed to be done on Magellan’s
Easement Tract must be approved
by Magellan in a written
encroachment agreement. Among
other terms, the encroachment
agreement will release Magellan
from any liability for damages to
the landscaping from the exercise
of Magellan’s Easement rights.
2) Trees Not Permitted. Trees
are not permitted on Magellan’s
Easement Tract.
3) Shrubs. Shrubs exceeding 3
feet in height and/or obstructing
the view of any Magellan pipeline
marker posts are not permitted on
Magellan’s Easement Tract.
4) Irrigation Systems, Field
Drain Lines, and Sidewalks.
Irrigation systems, field drain lines
and sidewalks that are to cross a
Magellan pipeline must cross such
pipeline at an angle as close to 90
degrees as possible, but in no event
at an angle less than 45 degrees
and must comply with other
applicable provisions of this
document.
c. No Water Bodies on Magellan’s
Easement Tract. Retention of water,
including but not limited to,
Livestock ponds, lakes, retention
ponds, or wetlands may not be
constructed or formed on Magellan’s
Easement Tract.
d. Surface Grade and Elevation
Changes. Surface grade or elevation
changes must be reviewed and
approved in writing by Magellan.
4. Foreign Pipeline & Utility
Crossings. No foreign pipelines or
utility lines of any type shall be
allowed to be constructed parallel to
any Magellan pipeline within the
boundaries of Magellan’s Easement
Tract.
a. Minimum Angle for
Pipeline/Utility Crossing. Any
foreign pipeline or utility that is
proposed to cross a Magellan
pipeline must cross the Magellan
pipeline at an angle as close to 90
degrees as possible, but in no event at
an angle less than 45 degrees.
b. Vertical Separation
Requirements for Crossing. Foreign
pipeline(s), utilities (except high-
voltage lines – see below) or flow
lines should cross Magellan
pipeline(s) with at least 24 inches of
vertical separation. Special written
authorization must be given in the
event vertical separation is less than
that specified in these General
Encroachment Requirements. The
preferred method for a foreign
pipeline or utility to cross a Magellan
pipeline is to cross below the
Magellan pipeline.
c. Warning Tape Required. When
any foreign pipeline or utility line is
proposed to cross a Magellan
pipeline, Owner must place 6” wide
McMaster-Carr No. 8288T12 or
equal within Magellan’s Easement
Tract
in the following manner:
1) The tape must be placed directly
over (parallel to) and at least 15
inches above the foreign line for
the entire distance that it
occupies Magellan’s Easement
Tract. Additionally, the tape
must be placed directly over
(parallel to) and at least 15
inches above each Magellan
pipeline that is crossed for a
minimum distance which is the
greater of:
(a) a minimum distance of 20
feet on each side of the
Magellan pipeline, or
(b) across the entire width of
Magellan’s Easement Tract
2) The placement of warning tape
on each side of Magellan
pipeline(s) will not be required
for utility cables that are
installed using the directional
drill or jacking method.
d. Crossings By Metal Pipelines or
Conduits. Metallic pipe crossing
Magellan pipeline(s) may require
Magellan to perform a cathodic
protection interference survey. If
interference with Magellan’s
cathodic protection system is
detected and remediation is
necessary, Owner agrees to
cooperate with Magellan and to
make necessary adjustments in
Owner’s interfering metallic pipe or
other remediation to correct such
interference problem insure that the
Magellan cathodic protection
system is operating properly.
e. Crossing Requirements.
Electrical, fiber optic, local service
communication, long distance
carrier telephone, and utility cables
should cross Magellan pipeline(s)
with a minimum of 24-inches of
vertical separation. All such lines
must be covered with a Concrete
Slab for the full width of the
Easement Tract, if requested by
Magellan. If such lines have an
exposed concentric neutral, a test
point from the ground wire shall be
installed by the power company.
f. Crossing Requirements For
Lines Going Over a Magellan
Pipeline. In the event the electrical,
fiber optic, local service
communication, long distance
carrier telephone, and utility cables
cable crosses over a Magellan
pipeline, such line shall be encased
in red concrete across the full
width of Magellan’s Easement
Tract, unless a variance is granted
by Magellan, as set forth below.
g. Written Authorization for
Variance. Owner must have written
authorization from Magellan for any
variance from the vertical
separation requirements listed above
and/or for any variance from the
requirement for
encasement of high-voltage
electrical lines in red concrete.
h. Utility Poles and Guy Anchors.
Utility poles and guy anchors
shall not be placed on Magellan’s
Easement Tract without a written
agreement. With a written
agreement, poles and anchors
may be placed no closer than 20
feet to any Magellan pipeline.
Poles shall not be allowed to run
parallel to a Magellan pipeline
within the Magellan Easement
Tract.
i. Directional Drilling / Boring.
1) Prior to commencing any
horizontal directional drilling,
Owner shall submit plans
showing procedure and
material descriptions for
Magellan’s approval. The
plans and description shall
include, but not be limited to
the following:
• Profile and plan showing
location of entry and exit
points
• Work space required to
perform the work
• Mud containment and
disposal sites
2) Owner shall positively locate
and stake the location of
Magellan’s existing pipelines
and other underground
facilities, including exposing
any facilities located within
10 feet of the designed drilled
path. Prior to commencing
drilling operations, Owner
shall modify drilling practices
and down-hole assemblies to
prevent damage to
Magellan’s existing pipelines
and other facilities. Owner
shall be responsible for losses
and repairs occasioned by
damage all Magellan
pipelines and other facilities
resulting from drilling or
boring operations.
3) At all times, Owner shall
provide and maintain
instrumentation to document
and accurately locate the pilot
hole and the drill bit, to
measure drill-string axial and
torsional loads, and to
measure drilling fluid
discharge rate and pressure.
At Magellan’s request, Owner
shall promptly provide
Magellan with reasonable
access to information and
readings provided by these
instruments, including copies
of any written documentation.
4) Pilot Hole.
• The pilot hole shall be
drilled along the path
shown in the plan and
profile drawings. No pilot
hole shall be made that
will result in any of the
encroaching utility being
installed in violation of
laws and regulations or of
Magellan’s requirements
described herein.
However, safety for any
adjacent utilities and/or
structures is of utmost
importance. Therefore,
the listing of separation
distances or tolerances
herein does not relieve
Owner from responsibility
for safe operations or for
damage to adjacent
utilities and structures.
• If tolerances are not
specified in the plan and
profile drawings, the pilot
hole shall have the
following tolerances:
• Elevation of +0 feet and -15
feet
• Alignment of +/-20 feet as
long as it does not come to
within 10 feet of Magellan’s
pipeline
• Initial penetration of ground
surface at exact location shown
in the plan and profile
drawings
• Final penetration of the
ground surface within +/-10
feet of the alignment and
within +30 feet and -0 feet of
the length shown in the plan
and profile drawings
• Curves shall be drilled at a
radius equal to or greater than
that specified in the plan and
profile drawings. The drilled
radius will be calculated over
any 3 joints (range 2 type drill
pipe) segment using the
following formula:
Rdrilled = (Ldrilled/Aavg) x
180/π
Where: Rdrilled =drilled radius
over Ldrilled
Ldrilled = length drilled; no
less than 75 feet and no greater
than 100 feet
Aavg = total change in angle
over Ldrilled
• At the completion of the pilot-
hole drilling, Owner shall provide
to Magellan a tabulation of
horizontal and vertical coordinates,
referenced to the drilled entry
point, which accurately describe
the location of the pilot hole.
5) Drilling Fluids.
•The composition of drilling fluids
proposed for use shall comply with
all applicable laws and regulations.
• Owner is responsible for
obtaining, transporting and storing
any water required for drilling
fluids.
• Disposal of drilling fluids and
drill cuttings shall be Owner’s
responsibility and shall be
conducted in compliance with
applicable laws and regulations.
Drilling fluid shall not be disposed
of by placing fluids on or under
the surface of Magellan’s
Easement Tract.
• Owner shall employ best efforts
to maintain full annular circulation
of drilling fluids. Drilling fluid
returns at locations other than
entry and exit points shall be
minimized. If annular circulation
is lost, Owner shall take steps to
restore circulation. If inadvertent
surface returns of drilling fluids
occur, they shall be immediately
contained with hand-placed
barriers (e.g., hay bales, sand bags,
silt fences, etc.) and collected
using pumps as practical. If the
amount of surface return is not
great enough to allow practical
collection, the affected area will be
diluted with fresh water and the
fluid will be allowed to dry and
dissipate naturally. If
Page 6 of 17 Page 7 of 17 Page 8 of 17 Page 9 of 17 Page 10 of 17
EXHIBIT “B” TO ENCROACHMENT AGREEMENT, 3 of 4
General Encroachment Requirements – (L.P.– 1/1/07)
the amount of surface return exceeds that
which can be contained with hand-placed
barriers, small collection sumps (less than 5
cubic yards) may be used unless permits or
other regulations prohibit the use of collection
sumps. If the amount of surface return
exceeds that which can be contained and
collected using barriers or small sumps, or if
the return of drilling fluids occurs in the body
of water proper, drilling operations will be
suspended until surface return volumes can be
controlled.
6) As-Built Drawing. Owner shall provide to
Magellan an as-built plan and profile drawing
of the drilled crossing showing the location of
the new crossing as well as the location of
Magellan’s pipeline.
5. Roadway, Driveway, Railroad and Equipment
Crossings. No roadway, driveway, railroad or
equipment crossings of any type shall be allowed
to be constructed parallel to any Magellan
pipeline within the boundaries of Magellan’s
Easement Tract.
a. Pipeline Integrity Inspection. A pipeline
integrity review shall be performed by Magellan
as described in provision “6” under “C.
Encroachment Planning” (above).
b. Load Bearing and Stress Limit
Requirements. Prior to any road, driveway, rail
bed or equipment crossing construction,
Magellan’s engineer must determine whether the
proposed compacted cover meets load-bearing
requirements and provides adequate protection to
limit stress on Magellan’s pipeline or other
facilities and must advise Owner of any
additional requirements necessary to provide
adequate protection.
c. No Crossing Over Pipeline Bend. Paved
surfaces or rail beds shall not be allowed to cross
a pipeline bend (point of inflection).
d. Minimum Angle of Crossing. Crossings
should be as close to 90 degrees to Magellan
pipeline(s) as possible, but not less than 30
degrees.
e. Pipeline Casing Issues. Magellan prefers that
cased roadway and railroad crossings no longer
be installed. If the carrier pipe under roadways
and railroads requires adjustment or relocation,
then instead of using casing, the carrier pipe will
consist of extra strength material or heavier wall
thickness to accommodate the additional
longitudinal stress due to external loads. If a road
or railroad crossing currently uses casing and the
road or railroad is being widened and no other
adjustment or relocation of the carrier pipe is
required, then Magellan may elect to extend the
casing pipe on the existing crossing(s) to
accommodate additional road surface. If casing is
used, it must not end under the roadway surface
or track structure, but must extend across the
entire length of the roadway or railroad right of
way.
f. Railroad Crossing Requirements. Railroads
shall be installed with a
minimum compacted cover over the carrier pipe, as
measured from the base of the rail to the top of the
pipe, as follows (see Figures 1 and 3):
Location of
Pipeline
Minimum
Compacted Cover
Over Top of
Pipeline
Under track structure
proper (Below
bottom of rail)
6.0 feet
Under all other
surfaces within the
right of way or from
the bottom of ditches
3.0 feet
g. Roadway and Driveway Crossings.
Roadways and driveways, shall be installed with
a minimum compacted cover over the carrier
pipe, as measured from the top of the roadway
surface to the top of the pipe, as follows (see
Figures 2 and 4):
Location of Pipeline Minimum
Compacted Cover
Over Top of
Pipeline
Under roadway
surface proper
(Below surface of
pavement)
4.0 feet
Under all other
surfaces within the
right of way or from
the bottom of ditches
3.0 feet
h. Crossing Pipelines Transporting Highly
Volatile Liquids. For Magellan pipelines
transporting highly volatile liquids, minimum
cover for a crossing at a drainage ditch must be 4.0
feet.
i. When Additional Depth Required. Depth
greater than the minimum depths stated above may
be required for a pipeline due to the combined
stress of internal pipeline pressure and external
loading pressure. Magellan will analyze each
proposed crossing based on information provided
by Owner to determine any additional depth that
may be required for the pipeline for safe operation.
j. Temporary Roads and Equipment Crossings.
Any such road or crossing must meet the following
requirements:
• Must be located at a site approved by a
Magellan field representative.
• Must provide adequate protection for
Magellan’s pipeline and other facilities, as
determined by the appropriate Magellan
engineer, so that the compacted cover meets
load-bearing requirements and provides
adequate protection to limit stress on the
pipeline or other facilities.
• Owner shall place Six-inch wide plastic
warning tape, McMaster-Carr No. 8288T12 or
equal, over each pipeline for the width of the
temporary road or equipment crossing, plus an
additional 20 feet past each outside edge of such
temporary road or equipment crossing
k. Owner Required to Protect Magellan
Pipelines. Magellan may require Owner to put in
place additional cover and/or stabilization
(timbers, steel plate, crushed rock, concrete slab,
etc.) at any approved equipment crossing in order
to protect Magellan pipelines, taking into account
possible effects of weather, pipeline depth, and
type of vehicles proposed to cross the pipelines.
Magellan will analyze each proposed crossing
based on information provided by Owner to
determine any additional depth or protection that
may be required for safe pipeline operation.
l. Heavy Equipment - Definition and
Requirements. Heavy equipment shall be defined
as vehicles having a gross weight in excess of
80,000 pounds. Heavy equipment shall be
prohibited from working directly on top of the
active pipeline. For vehicles having a gross
weight of 80,000 pounds or less, the pipeline must
have a minimum of 4 feet of cover. Magellan
must analyze the additional longitudinal stress
due to external loads if the vehicles have a gross
weight in excess of 80,000 pounds in order to
determine required pipeline depth for safe
operation.
6. Parking Lots and Other Pavement.
a. Parking Lot and Pavement Requirements.
All parking lots and other pavement installed on
Magellan’s Easement Tract shall consist of a
flexible surface such as asphalt. No reinforced
concrete will be allowed.
b. Pipeline Depth Under Parking Lot. The
depth of Magellan’s pipelines under a parking lot
must meet or exceed compacted cover
requirements listed in the previous “Roadway,
Driveway, Railroad, and Equipment Crossings”
section above
7. Waterway Crossings.
a. Pipeline Depth Requirements. If Owner
proposes to cross a Magellan pipeline with a
waterway (river, stream, creek, irrigation canal, or
drainage ditch), such crossing must result in
Magellan’s pipelines meeting or exceeding the
minimum depth below the bottom of the
waterway for compliance with then current
pipeline construction standards and federal, state,
and local regulations.
b. Requirements for Waterway Crossings:
1) Minimum Angle or Crossing. Crossings
should be as close to 90 degrees to Magellan
pipeline(s) as possible, but not less than 45
degrees.
2) Vertical Separation Requirements for
Waterway Crossing. Pipelines to be crossed
must have a minimum vertical separation of
five (5) feet, as measured from the bottom of
the waterway to the outermost part of a
Magellan pipeline, facility or appurtenance
3) Adding Weight to Pipeline for Negative
Buoyancy. Owner shall bear the cost of
Magellan adding sufficient weight or
mechanical devices to any Magellan pipeline
crossed by a waterway in order to create
negative buo yancy for such pipeline.
8. Blasting.
a. Magellan Written Approval
Required – Plan To Be Submitted.
Magellan must approve any proposed
blasting operations that could affect its
pipelines or facilities. Should blasting be
necessary, a comprehensive plan must be
submitted to Magellan for review and
written approval.
b. Safety Considerations – Damage
Prevention Plan. For safety and
preservation of Magellan assets, all
blasting shall be in accordance with
federal, state, and local governing
agencies and the Magellan’s “Damage
Prevention Plan for Blasting Near
Company Facilities”. A copy of said plan
will be made available upon request.
E. EXCAVATION NEAR MAGELLAN
PIPELINES.
1. STATE “ONE-CALL” REQUIRED. No
excavation or activity listed in “A. GENERAL
- 1. Encroachment Definition” above shall be
performed by Owner in the vicinity of
Magellan’s facilities or within Magellan’s
Easement Tract until proper telephone
notification has been made to the appropriate
“One Call” system and a Magellan
representative is on-site to monitor excavation
activities. All of the states in which Magellan
conducts pipeline operations have “One Call”
laws, which require 48-72-hours notification
prior to any excavation related activities.
After making a One-Call, the state One-Call
agency will notify Magellan to mark
accurately, in a reasonable and timely
manner, the location of the Magellan’s
pipeline facilities in the vicinity of the
proposed encroachment.
2. ONE-CALL NOTIFICATION. The
following list is provided for convenience, but
is not warranted by Magellan to be complete
or accurate (telephone numbers were copied
from each state’s web site on 1/5/2004).
Owner is required to acquire and call the
appropriate One-Call number(s) for its
location of activity.
Page 11 of 17 Page 12 of 17 Page 13 of 17 Page 14 of 17
EXHIBIT “B” TO ENCROACHMENT AGREEMENT, 4 of 4
General Encroachment Requirements – (L.P.– 1/1/07)
Current “ONE-CALL” numbers and information can
be found on each state’s “ONE-CALL” website:
Arkansas - www.arkonecall.com/ - 800 482-8998
Colorado - www.uncc2.org/ - 800 922-1987
Illinois - www.illinois1call.com/ - 800 892-0123
Iowa - www.iowaonecall.com/ - 800 292-8989
Kansas - www.kansasonecall.com/ - 800 344-7233
Minnesota -www.gopherstateonecall.org/ -
- 800 252-1166
Missouri - www.mo1call.com/ - 800 344-7483
Nebraska - www.ne-diggers.com/ - 800 331-5666
North Dakota -www.ndonecall.com/ - 800 795-0555
Oklahoma - www.callokie.com/ - 800 522-6543
South Dakota -www.sdonecall.com/index.asp
- 800 781-7474
Texas - www.texasonecall.com/ - 800 245-4545
Wisconsin - www.diggershotline.com/ - 800 242-8511
Alternatively, the National One-Call number – (888)
258-0808 - may be used to register a proposed
excavation and to subsequently notify underground
utility operators with assets in the vicinity.
3. Excavation Plan Approval. Owner shall submit to
Magellan for its approval plans for any proposed
excavation on the Magellan Easement Tract. No
excavation on Magellan’s Easement Tract shall be
commenced until Owner has secured Magellan’s written
approval of the plans. The excavation work shall be in
compliance with all applicable laws and regulations.
Owner is also referred to the Common Ground Alliance
Best Practices (referenced in this document).
4. Magellan Representative On-Site for Excavation.
A Magellan representative must be on-site when an
excavation is occurring on Magellan’s Easement Tract
(see provision “2” under “A. General” beginning on
page 1).
5. Removal of Side-Cutting Teeth from Equipment.
Side-cutting teeth shall be removed from buckets of
excavating equipment.
6. Parallel Excavating Required. When, in preparation
for crossing any Magellan pipeline with any other
pipeline or with electric line, communication line,
roadway or any other structure or facility, Owner needs
to locate a Magellan pipeline by use of mechanical
means. Owner must perform such locating activity by
excavating parallel to the Magellan pipeline with such
mechanical means, but
shall cease using the mechanical means when it reaches a point within two feet of
the Magellan pipeline (see next provision).
7. Exposing Pipeline by Hand. Excavating within 2 feet of any Magellan
pipeline shall be done by hand-digging until the pipeline is exposed and its
location is accurately known. Then, Owner must position the excavation
equipment so that from the point of operations the equipment will not reach
within 2 feet of any Magellan pipeline.
RAILROAD AND HIGHWAY CROSSINGS
Page 15 of 17 Page 16 of 17 Page 17 of 17
Minimum depth
below ditch
Minimum depth
below ground
Carrier pipe Casing End seal
Minimum depth
below bottom of rail
Railroad Drainage ditch
Vent
CASED RAILROAD CROSSING
C L C L
FIGURE 1
C ASED HIGHWAY CROSSING
Minimum depth
below ditch
Minimum depth below
surface of pavement
Drainage ditch
Ve nt
Carrier pipe
End seal pipe Casing
Highway
FIGURE 2
Railroad
Drainage ditch
Uncased carrier pipe
Minimum depth
below ditch
Minimum depth below ground
Minimum depth
below bottom of railCLCL
UNCASED RAILROAD CROSSING
FIGURE 3
Minimum depth
below ditch
Minimum depth below
Surface Of Pavement
Drainage Ditch
Uncased Carrier Pipe
HighwayCL CL
FIGURE 4
12
Encroachment Agreement EA-F Xing – 1-01-12 – Tract 8096, 8097, 8098 Dakota County, MN - Agent AR - Project 20-024
EXHIBIT “C”
PLAN DRAWINGS
1028
+
0
0
10
2
9
+
0
0
1030+
0
0
1031+00 1032+00 1033+00 1034+00
1028
+
0
0
10
2
9
+
0
0
1030+
0
0
1031+00 1032+00 1033+00 1034+00MID:1027+83.76PT:1028+67.25PC:1029+08.75MID:1029+92.24PT:1030+75.74ss5208
5207
5205
5206
5204
5203A
5202ssFMFMFMFMssss1028
+
0
0
10
2
9
+
0
0
1030+
0
0
1031+00 1032+00 1033+00 1034+00
RIM: 947.11
BOT 935.26INV:INV:INV:INV:INV:INV:STRIM: 949.12
N 24? RCP 937.87INV:
S 24? RCP 937.87INV:INV:INV:INV:INV:LL11002949.89electric panel11003947.45misc POTHOLE D=40" S=10"11004946.76misc POTHOLE D=75" S=12"11005947.42misc POTHOLE D=62" S=18"11036945.70misc POTHOLE D=3'10" S=1811037945.91misc POTHOLE D=2'11" S=1011038945.86misc POTHOLE D=4'10" S=12"GGGGGGGGGGGGGGGG5203B
5205A
EX(62)
925
930
935
940
945
950
955
960
965
970
925
930
935
940
945
950
955
960
965
970
953.6950.9948.9947.2946.0946.0946.0946.0946.0946.0945.7945.5944.7943.7943.7945.1946.6953.40951.99950.75949.69948.80948.04947.29946.54945.79945.21944.64944.20944.21944.63945.13945.63946.141028+00 1028+50 1029+00 1029+50 1030+00 1030+50 1031+00 1031+50 1032+00 1032+50 1033+00 1033+50 1034+00 1034+50 1035+00 1035+50
-1.50%
-1.15%1.00%PVIS:1031+49.95PVIE:945.79PVIS:1028+50.03
PVIE:950.29
AD:1.60
K:143.93
230.00' VC
EVCS:1029+65.03EVCE:948.57PVIS:1033+20.00
PVIE:943.83
AD:2.16
K:55.63
120.00' VC
BVCS:1032+60.00
BVCE:944.52
EVCS:1033+80.00
EVCE:944.43
LP STA:1033+24.22
LP ELEV:944.15
PROPOSED C/L
ELEVATION
EXISTING C/L
ELEVATION
PROPOSED C/L
PROFILE
EXISTING C/L
PROFILE
5207
INV: 944.73 (S)
INV: 940.99 (N)
INV: 943.00 (W)
282' - 18" RCP CL V @ 1.00
%
INV: 938.17 (S)
INV: 937.64 (N)
INV: 937.64 (W)
29' - 24" RCP CL III @ 0.41%
INV: 937.52 (S)
INV: 937.42 (N)
5201
5205STA 1030+17.9925.08 RTRIM=947.94(60"Ø)5204STA 1032+95.0721.69 RTRIM=943.66(72"Ø)5202STA 1033+24.2221.67 RTRIM=943.67(48"Ø)203' - 24" RCP CL III @ 0.52%
85' - 15" RCP CL V @ 0.45%
5205ASTA 1029+39.3725.08 RTRIM=949.14(48"Ø)INV: 945.11 (SW)
INV: 945.11 (N)
18" HIGH PRESSURE
PIPELINE
10" HIGH PRESSURE
PIPELINE
12" HIGH PRESSURE
PIPELINE
PROPOSED
GRADING GRADE
1035+00 1036+001035+00 1036+00ST
5201
5200-EX(53)ss1035+00 1036+00GASGASGAS5200A
1028
+
0
0
10
2
9
+
0
0
1028
+
0
0
10
2
9
+
0
0MID:1027+83.76PT:1028+67.25PC:1029+08.755208
5207
1028
+
0
0
10
2
9
+
0
0GG GG5205A
PROPOSED CURB AND GUTTER BITUMINOUS ROAD
LEGEND
PROPOSED BITUMINOUS EDGE
PROPOSED CONCRETE EDGE BITUMINOUS PATH
CONCRETE WALK
CONSTRUCTION LIMITS
EXISTING CONTOURS
PROPOSED CONTOURSMATCHLINE STA: 1028+50SEE SHEET 17AUTUMN PATH LOCATION
MATCHLINE STA: 1034+50SEE SHEET 19SCALE IN FEET
0
H:
30 60
SCALE IN FEET
0
V:
5 10
WSB PROJECT NO.:REVISIONSNO.DATEDESCRIPTIONK:\013594-000\Cad\Plan\013594-000-C-STRT_STRM-PLAN.dwg 4/24/2020 9:44:55 AMNR-013594-000
SCALE:
PLAN BY:
DESIGN BY:
CHECK BY:
AS SHOWN
GMD
GMD
XXX
I HEREBY CERTIFY THAT THIS PLAN, SPECIFICATION,OR REPORT WAS PREPARED BY ME OR UNDER MYDIRECT SUPERVISION AND THAT I AM A DULYLICENSED PROFESSIONAL ENGINEER UNDER THELAWS OF THE STATE OF MINNESOTA.LIC. NO:DATE:MONICA HEIL1/31/202047497AUTUMN PATHROSEMOUNT, MINNESOTASTREET & STORM
SEWER PLANS
SHEET
OF
41
18
WARNING!
HIGH PRESSURE PIPELINE(S)
Excavation and Construction Prohibited
Without Written Permission From
MAGELLAN PIPELINE COMPANY
WARNING!
HIGH PRESSURE PIPELINE(S)
Excavation and Construction Prohibited
Without Written Permission From
FLINT HILLS RESOURCES
MAGELLAN PIPELINE
COMPANY EASEMENT
CONTRACTOR TO VERIFY PIPELINE ELEVATIONS
PRIOR TO STORM SEWER INSTALLATION.
CONTRACTOR TO VERIFY PIPELINE ELEVATIONS
PRIOR TO STORM SEWER INSTALLATION.
4" PERFORATED PIPE DRAIN
PER DETAIL SD-7
4" PERFORATED PIPE DRAIN
PER DETAIL SD-7
CONNECT TO EXISTING
DRAINAGE STRUCTURE
42' FACE TO FACE
MAGELLAN PIPELINE
COMPANY EASEMENT
BRUCE KRECH
MAGELLAN PIPELINE
PIPELINE MAINTENANCE
& DAMAGE PREVENTION
612-257-4726
bruce.krech@magellanlp.com 2 4/24/2020 PIPELINE CROSSING PERMIT2
1028
+
0
0
10
2
9
+
0
0
1030+
0
0
1031+00 1032+00
1028
+
0
0
10
2
9
+
0
0
1030+
0
0
1031+00 1032+00MID:1027+83.76PT:1028+67.25PC:1029+08.75MID:1029+92.24PT:1030+75.74s5208
5207
5205
5206
ss1028
+
0
0
10
2
9
+
0
0
1030+
0
0
1031+00 1032+00
5203B
5205A 11003947.45misc POTHOLE D=40" S=10"11004946.76misc POTHOLE D=75" S=12"11005947.42misc POTHOLE D=62" S=18"11036945.70misc P
O
T
H
OL
E
D=3'10"
S=1811037945.91misc
P
OT
H
OL
E
D=2'11" S=1011038945.86misc POTHOLE D=4'10" S=12"GGGGGGGGGGGGGGGGSTA 1029+59.03, 21.00' LT
TOP PIPE = 943.58
G.L. = 948.18
STA 1029+75.56, 0.00'
TOP PIPE = 943.10
C.L. = 948.41
STA 1029+89.14, 21.00' RT
TOP PIPE = 942.65
G.L. = 947.96
953.6950.9948.9947.2946.0946.0946.0946.0946.0946.0945.7953.40951.99950.75949.69948.80948.04947.29946.54945.79945.211028+00 1028+50 1029+00 1029+50 1030+00 1030+50 1031+00 1031+50 1032+00 1032+50
-1.50%
-1.15%PVIS:1031+49.95PVIE:945.79PVIS:1028+50.03
PVIE:950.29
AD:1.60
K:143.93
230.00' VC
EVCS:1029+65.03EVCE:948.575207
INV: 944.73 (S)
INV: 940.99 (N)
INV: 943.00 (W)
282' - 18" RCP CL V @ 1.00
%
5205STA 1030+17.9925.08 RTRIM=947.94(60"Ø)85' - 15" RCP CL V @ 0.45%
5205ASTA 1029+39.3725.08 RTRIM=949.14(48"Ø)INV: 945.11 (SW)
INV: 945.11 (N)
18" HIGH PRESSURE
PIPELINE
10" HIGH PRESSURE
PIPELINE
12" HIGH PRESSURE
PIPELINE
PROPOSED CURB AND GUTTER BITUMINOUS ROAD
LEGEND
PROPOSED BITUMINOUS EDGE
PROPOSED CONCRETE EDGE BITUMINOUS PATH
CONCRETE WALK
CONSTRUCTION LIMITS
EXISTING CONTOURS
PROPOSED CONTOURS
1029+75.56
930
940
950
960
930
940
950
960
0 10 20 30 40 500-10-20-30-40-50
2.0%-2.0%2.0%-2.0%-1:4-1:4
1029+86.88
930
940
950
960
930
940
950
960
0 10 20 30 40 500-10-20-30-40-50
2.0%-2.0%2.0%-2.0%-1:4-1:4
10" HIGH PRESSURE PIPE
TOP: 943.17
12" HIGH PRESSURE PIPE
TOP: 940.94 18" HIGH PRESSURE PIPE
TOP: 941.90
15" STORM SEWER
INV: 944.94
12" HIGH PRESSURE PIPE
TOP: 941.12
10" HIGH PRESSURE PIPE
TOP: 942.80
15" STORM SEWER
INV: 944.88
1029+90.04
930
940
950
960
930
940
950
960
0 10 20 30 40 500-10-20-30-40-50
2.0%-2.0%-2.0%2.0%-1:4-1:4
12" HIGH PRESSURE PIPE
TOP: 941.17
10" HIGH PRESSURE PIPE
TOP: 942.68
15" STORM SEWER
INV: 944.87
2'
SCALE IN FEET
0
H:
30 60
SCALE IN FEET
0
V:
5 10
WSB PROJECT NO.:REVISIONSNO.DATEDESCRIPTIONK:\013594-000\Cad\Exhibits\013594-000-permit exhibits.dwg 5/5/2020 6:34:28 AMNR-013594-000
SCALE:
PLAN BY:
DESIGN BY:
CHECK BY:
AS SHOWN
GMD
GMD
XXX
DATE:4/24/2020AUTUMN PATHROSEMOUNT, MINNESOTAPIPELINE
CROSSING
SHEET
1
WARNING!
HIGH PRESSURE PIPELINE(S)
Excavation and Construction Prohibited
Without Written Permission From
MAGELLAN PIPELINE COMPANY
WARNING!
HIGH PRESSURE PIPELINE(S)
Excavation and Construction Prohibited
Without Written Permission From
FLINT HILLS RESOURCES
MAGELLAN PIPELINE
COMPANY EASEMENT
CONTRACTOR TO VERIFY PIPELINE ELEVATIONS
PRIOR TO STORM SEWER INSTALLATION.
CONTRACTOR TO VERIFY PIPELINE ELEVATIONS
PRIOR TO STORM SEWER INSTALLATION.
42' FACE TO FACE
SCALE IN FEET
0
H:
10 20
SCALE IN FEET
0
V:
10 20
MAGELLAN PIPELINE
COMPANY EASEMENT
TYPICAL SECTION
NOT TO SCALE
INSET A
PAVEMENT SECTION
2" TYPE SP 12.5 WEARING COURSE
MIXTURE (2,C) (SPWEB240C)
BITUMINOUS MATERIAL FOR TACK COAT
1.5" TYPE SP 12.5 NON WEAR COURSE
MIXTURE (2,C) (SPNWB230C)
BITUMINOUS MATERIAL FOR TACK COAT
INSET B
CONCRETE WALK
INSET C
BITUMINOUS TRAIL
2.0%
12'
DRIVE LANE
12'
DRIVE LANE
PROFILE GRADE
9'
SHOULDER
9'
SHOULDER
42' FACE TO FACE
37.5'37.5'
75' RIGHT OF WAY
R/WR/W
C/L
7.5'8'
TRAIL
1'
10.5'5'
WALK
1'
2.0%
1:4 M
A
X.
1:4
M
A
X
.
4.0%
B618 CURB &
GUTTER 2.0%2.0%
1:4
M
A
X
.
1:4 M
A
X.
INSET C
INSET A
INSET B
1.5" TYPE SP 12.5 NON WEAR COURSE
MIXTURE (2,C) (SPNWB230C)
6" AGGREGATE BASE CLASS 5 (MOD.)
24" SELECT GRANULAR MATERIAL
6" CONCRETE WALK
12" SELECT GRANULAR MATERIAL
(INCIDENTAL)
2" TYPE SP 12.5 WEAR COURSE
MIXTURE (2,C) (SPNWB240C)
6" AGGREGATE BASE CLASS 5 (MOD.)
(INCIDENTAL)
SCARIFY AND RECOMPACT
SUBGRADE (INCIDENTAL)
12" SELECT GRANULAR MATERIAL
(INCIDENTAL)
SCARIFY AND RECOMPACT
SUBGRADE (INCIDENTAL)
AUTUMN PATH
STA: 1010+16 TO STA: 1038+00
WSB PROJECT NO.:REVISIONSNO.DATEDESCRIPTIONK:\013594-000\Cad\Plan\013594-000-C-TYPS-DETL.dwg 3/5/2020 2:01:25 PMR-013594-000
SCALE:
PLAN BY:
DESIGN BY:
CHECK BY:
AS SHOWN
GMD
GMD
XXX
I HEREBY CERTIFY THAT THIS PLAN, SPECIFICATION,OR REPORT WAS PREPARED BY ME OR UNDER MYDIRECT SUPERVISION AND THAT I AM A DULYLICENSED PROFESSIONAL ENGINEER UNDER THELAWS OF THE STATE OF MINNESOTA.LIC. NO:DATE:MONICA HEIL1/31/202047497AUTUMN PATHROSEMOUNT, MINNESOTATYPICAL SECTIONS
SHEET
OF
35
4