ITEM 5.1A Soccer field irrigation.0
TY OF
ot C1 qgo
MINNESOTA
DEPARTMENT INFORMATION
Request for
City Council Action
AGENDA ITEM DETAILS
RECOMMENDAT(ON:
Staff recommends awarding a contract to Great Northern Landscapes of Elk River in the aMOUnt of
$73,505 for installation of the irrigation system and performing the necessary electrical modifications to
ORIGINATING DEPARTMENT:
REQUESTOR'
MEETING DATE:
Parks and Recreation
Ron Wagner, City Engineer
n1
July 22 1 2013
PRESENTER(s)-.
REVIEWED BY.
ITEM #'
Ron Wagner., City Engineer
Lori Johnson, City Administrator
5.1A
AGENDA ITEM DETAILS
RECOMMENDAT(ON:
Staff recommends awarding a contract to Great Northern Landscapes of Elk River in the aMOUnt of
$73,505 for installation of the irrigation system and performing the necessary electrical modifications to
the Otsego Public Works Building well room for the Soccer Field Project.
ARE YOU SEEKING APPROVAL OF A CONTRACT?
IS A PUBLIC HEARING REQUIRED?
Yes
No
BACKGROUND/JUSTIFICATION'
Quotes were opened on July 181" at 12:00 larn. Three quotes were received and are as follows, lowest to
highest.
Great Northern Landscapes, Inc. $73.,505
Peterson Companies $81,.000
Carefree Lawn Sprinklers $96,360
The contractors who were sent request for quotes were chosen by staff for work they have previously
completed in a timely and complete manner and with minimal changes to the cost, therefore any of
these contractors can complete the project. The low quote is within the budgeted amount; therefore
we recommend awarding the project to the lowest quote, Great Northern Landscapes,, Inc.
The lowest quote and the engineers estimate were Under $100,000 so advertisement for bids was not
necessary.
SUPPORTING DOCUMENTS: x ATTACHED o NONE
0 Plans by Hakanson Anderson
0 Plans by Central Turf & Irrigation Supply
0 Technical Specifications
0 Quote Forms received from Contractors
POSSIBLE MOTION
Please word motion as you would like it to appear in the minutes.
M otio n for' the City of Otsego to araid a contract for Otsego Soccer Field — We I I Room M od if i catio ns
and Irrigation System (COP 13-05 Phase 5) in the a1110LJ11t of $73,505 to Great Northern Landscapes,
I nc.
BUDGET INF ORMATI-ON
FUNDING, BUDGETED: x YES
208 Community Facilities Fend
TRSA nNO
ACTION TAKEN
Ei APPROVED AS REQUESTED Ei DENIED ci TABLED m OTHER (List changes)
COMMENTS:
LQ
Ef
V
-c
fl -
cd
OTSFG-0 80GOE L- r-1 F
-iIVi�i�9��8G'wrff_..L1.. 0-0 1 A1EC�i�Ro
m-aIRRIGKf ION,,
01111111111�
Civil Engineers and Land Surveyors
3601 Thurston Ave., Anoko, Minnesola 55303
763-427-586() FAX 763-427-0520
2000 0 1 DDO 2000
SME I'll FEET
%-f F I I w I %/ I %,P L.. %.oP W
WRIGHT COUNTY, MINNESOTA
SHEET I OF 4 SHEETS I
OT720-2013
CI
U,
Cy 0 -
0 <
LLI
b i I
Ld
F
C >
11 pop
Z Ld
Ld
0
CI
U,
Cy 0 -
0 <
LLI
LL-
Ld
F
--odd
11 pop
Z Ld
Ld
0
0
Ld
(f)
__j
CC
I -LI
0
V)
0
'X
C)
n-
`moi
Ld UJ D i `J
z C)
ft -
CY
0
:Z
CL c-,
1:1�.Fj
() CL CI!
CL
I
CIL.
z CIL I
(�) v)
to
(3
LLI(r*
V)
Ell
[_J
L
tj
L -- .0
�
t ki
LA
or)
CI
U,
Cy 0 -
0 <
i
rX
Ld
F
11 pop
n
up
WMATM
bi I Lo
'It
(L La
Ell
tL
LL
tri
CL
rA CL
Z?
Ld
J
IL �j
3z
i Li
zzoz��
F_ z
LL, =1
z 0 OL
ft: T -!;5 -:i m m -j
081 - 00
M I w
41
(D w
Q (D A < LAI 9 0
21 C:)
ro V3
Li L I
(n
CKL Ld -1 LO CL
L
L-0 z z V) V)
110 z
LLJ <
X � 0
rn
Ld
.Z D Lu
Ld at�
z LU Z
L-jA
IA < Z
M
CY-
.eM ;I---
V) 0 CL 0
—I z CL m w
V) M LLJ M M
XV) V)
V) V)
0
z
0
I— i
< LJ
C) I==-
V)
LL_
V)
0
Qca
,A
w
3r,
LO
0
LJJ
LA_
LLJ
LLI
C) ___)
V) 0
C:)
IL
cz)
Ab
w
-Inc
0
(A
Ld
z
z
0
0
Ld
(A
rb,
L-91
m
C3
e Ln 0
N
2
o>,
0 00
CII
:3 c
.V-
cq
(n
E
ra-
_j
0
C:
LL C<U_ U
cy u
0
Eci_0 M.
to
00
U) 0
r- -P
>
to
o
w
M
Z
E
i
rX
t_J
11 pop
Ld
0
Ld
(f)
__j
I -LI
0
V)
0
'X
C)
bi I Lo
'It
(L La
Ell
tL
LL
tri
CL
rA CL
Z?
Ld
J
IL �j
3z
i Li
zzoz��
F_ z
LL, =1
z 0 OL
ft: T -!;5 -:i m m -j
081 - 00
M I w
41
(D w
Q (D A < LAI 9 0
21 C:)
ro V3
Li L I
(n
CKL Ld -1 LO CL
L
L-0 z z V) V)
110 z
LLJ <
X � 0
rn
Ld
.Z D Lu
Ld at�
z LU Z
L-jA
IA < Z
M
CY-
.eM ;I---
V) 0 CL 0
—I z CL m w
V) M LLJ M M
XV) V)
V) V)
0
z
0
I— i
< LJ
C) I==-
V)
LL_
V)
0
Qca
,A
w
3r,
LO
0
LJJ
LA_
LLJ
LLI
C) ___)
V) 0
C:)
IL
cz)
Ab
w
-Inc
0
(A
Ld
z
z
0
0
Ld
(A
rb,
L-91
m
C3
e Ln 0
N
2
o>,
0 00
CII
:3 c
.V-
cq
(n
E
ra-
_j
0
C:
LL C<U_ U
cy u
0
Eci_0 M.
to
00
U) 0
r- -P
>
to
o
w
M
Z
E
ry
0
LLI cr-
LLI
LLJ
Z <
0m +
C) LL
Lo C)
0
—1 CL
w m r1r) C)
LLI
V)
Od
:3
0
LLI
z
0
LLJ
m
Z
LLI
M
=1
H cc
LLI
C3 Ln
LO
> >i to
LLI W
CL (L
N cq go
V)
0�
LLI
M
I--
0
Ld
z
0
V) F-
C)
C3 Leri
Ld
> (A
CL F -
z
LLJ
0 LLJ
C3
L)
:I 13L V)
113L a
On Z
0
z
:2
.i
.j
Ld
F-
LLJ
z
0
z
FJ0
z
LLI
CL
LLI
IL
0
z
w V
7, T,
CL
<
+
C)
V)
z LLI
LSM
Ld Cn
LL,
cl�
InL.
LL. uL
z
J j
Q:
m 0
0
7, T,
CL
-i
+
V)V)
V)
z LLI
LSM
LO
N
-j
LJ
CL.
a.
0
0
LLJ
z
IL
F-
D
a
z
0
L)
C14
CL
LLI
w
It
ID
CP
0
06
90 1
ft)
m
UA
C)
--1
V)
cz
UL Li
D-
0
0 >-
L a m
LLJ
x
LLI
0
V%
LL, 1 0
V)
z
X
Ld
z
0
C)
uj
z
z
0
Ld
IA
Ld
L'i
LO
D
0
Li
m
UA
C)
--1
V)
cz
UL Li
D-
0
0 >-
L a m
LLJ
x
LLI
0
V%
LL, 1 0
V)
z
X
Ld
z
0
C)
uj
z
z
0
W PRESSURE SENSOR
/
_ ---e,o--__
'_ , , , -~ '
IMUGATION SYSTEM
DART 1— GE NERAL
1.01 Scope of Wo0c
The work is to consist of the C01I tRICtiOn of an automatic irrigation system as ftirther defined its
the plans and specifications.
The contractor is to fLimish all of the labor, supervision, tools, irrigation materials, and equipment
required to construct the system.
Pump station will be Purchased by the City Of Otsego and xvill be installed by the chosen
contractor, including concrete slab, electrical connection to the pump, furnish and install radio at
loth pump station and public works building and installation of the intake line into the pre-
existing Nvet well. Automated controls within the public works btrildillg Used to control the well
to refill pond will also installed by contractor.
Unless otherwise specified, the plans and specifications are intended to irrchide everything
obviously re Lrisite and necessary for the proper installation and completion of the work whether
each necessary item is mentioned herein or not.
1.02 D sulption of Work
Controller to be located per owners specifications; contractor Nvill review with owner exact
locations. The Citi{ shall f urnislr electrical service to which the contractor shall reale leis
connection to the controller and lumping station.
Water for the system shall be supplied by the pump station.
1.03 Cor duct of the Work
The Contractor or subcontractor shall have demonstrated ability in the installation of sprinkler
irrigation systems of this type and magnitude. All work shall be installed by spilled per om
proficient in the trades required, in a neat, orderly and responsible manner- with recognized
standards of workmanship.
The Contractor shall coordinate his work with the other trades and in Particular the owner's
operation.
The Contractor shall confine his operations to the area to be improved and to the areas allotted
Iiini by the Owner for materials and equipment storage,
During the work, the Contractor shall erect proper protective devices to Nvarn of - the clanger o
coil strLiction activities.
1.04 Submittals
Irrigation system shown is not to be value engineered or changed without the permissions of the
city.
1.05 Wai
The Contractor agrees to replace any defective equipment and components furnished for the
system, within one (1) year Froin the date of acceptance of the system, provided that the system is
maintained and serviced in accordance with the Contractor's specifications.
The Contractor shall warrantee that the materials have been installed in accordance with
manufaCtUIVI'S" recommendations and by accepted methods of the irrigation indUSti-Y. SUCII
installation shall be warranted for a period of one (I) year from the date of acceptance.
The warranty period shall commence when the complete system and/or any portion thereof has
been put into operation and accepted by the City.
1.06 Citv's Accei)tance
Within ten (10) days of the Contractor's notice that the installation is complete and satisfactory
pressure testing as per inanufacturer's specifications has been completed, the City will inspect the
installation and either give filial acceptance or prepare a "punchlist" of unacceptable items which
must be corrected by the Contractor. Upon correction of the "punch list" items by the Contractor,
City shall give Final acceptance and make final payment to Contractor.
1.07 As -Built Drawings
The contractor shall maintain an "As -built" drawing of the system during the duration of the
installation — keeping the same CUITC11t on a daily basis,
After completion of the installation, the Contractor shall furnish an "As -Built" CAD drawing of
the System to the City.
Drawing shall show any changes from the original plans, accurate nicasurements from two fixed
pernianent features to gate valves, valve boxes, splice boxes, pij)e at road crossings, etc.
1.08 Ci 's Responsibility Foi- Maintenance
It Nvill be the City's responsibility to maintain the system in working order during the warranty
period, performing necessary minor maintenance, keeping grass form obstructing the sprinkler
heads and preventing vandalism and dainage during the athletic fields regular maintenance
schedule
1.09 Service By Contructoi,
The Contractor shall service the system at the City's request during the warranty period and shall
be paid for work performed which is not covered by the warranty. If requested by the City, the
Contractor will furnish the City with a schedule of fees.
PART 2 —PRODUCTS
2.01 Substitution ofMatei-ial
No Substitutions Neill be allowed.
All material installed in the job site shall be new and of the best gtiality.
The r ani facturer's recommendation shall be followed for the installation of all equipment.
Representatives of manufactm-ers offering products meeting, or e c edmg, specifications ineltide
the following:
1) Central Irrigation Supply, Iiie Himter controllers and valves
Hunter sprinklers
Dura 111allual valves
2.02 Pivinur Materials
All main line piping (pile under mitimious pressure) shall be Polyvinyl Chloride(PVC) SDS.
1 -Class 200 made from virgin material conforming to ASTM -D1754, Type 1, Grade 1
standards. Sizes shall be as shown on the drawings. All plastic pipe shall be riew and be
continuously and permanently marked witli manufacturer's name, materials size and type
All lateral bile in athletic fiefs (ori discharge side of automatic valves) shall be SDS. -26 Mass
160 made fi-om virgin material conforming to ASTM -D1784, Type 1, Grade 1 standards Nvith
solvent weld bell end cote liirgs. Solvent welding shall be done under clean condition by
personnel experienced in such procedures using only approved cements and primers. Sizes shall
be as sliown on the drawings.
2.03 Pipe fittii
PVC lateral Pipe fittings on solvent weld pipe shall be Scheckile 40 polyvinyl chloride, tip 1-11,
and comply witli ASTM D24666. PVC insert shall be used with poly pipe. Fitting shall be
manufactured by Dm -a.
2,04 Manual valves
The manual isolation valve shall be of cast broil e, chrome plated brass ball, blowout -proof stein,.
The valve slrall lla.ve stainless steel 90 degree hatidle and a 600 WOG rating.
The 111allUaI valve shall lie NIB CO brass gate.
The quick coupling valve shall be a one piece type Litilizhig. a single slot keyway. The QCV shall
be installed in a 6 inch valve box for locating. The QCV shall be Model WGV100PL.
The system shall be drained by purging with compressed air, therefore, no drain valves geed to be
installed.
2.05 Valve Boxes
Valve boxes shall be placed over, all maiii Brie isolation valves and shall be adjustable telescoping
type, where depth of trench dictates; otherwise top section only shall be used. Box shall be
Carsoji VB910 or as required.
Remote control irrigation valves shall be housed iii individual 12' valve boxes, Carson
VB 1419184 standard 18' box with snap -in cover.
The valve boxes shall be installed per ina nu fact tirer's specifications with adequate space for
operation, set -vice aii(I removal of the equipment in the box. Six (6) inches of Y2' gravel shall be
placed Under each valve box. Gravel shall be fitt-nislied by the contractor.
Boxes located `ort of play' shall be ijistal led flush to grade — extensions steal I be rased as required
Boxes mounted in 'play' areas shall be covered with a minimmil. of (6) six inches of topsoil with
a four (4) inch sleeve and plug over the isolation valve.
2.06 Wi re
Electrical power supply (120 VAC) shall be supplied from the location verified by
owner/coiAractor. Wire to the controller locations shall be sized to supply no less than 105 VAC.
Size of wire shall be not less than 12/2 OF — copper Nvire Nvith ground — with UL listing.
Valve control wire and common shall be Hunter twisted 2 -wire, solid copper conductor, PE
jacketed, direct burial irrigation Nvire. Control wire shall be no smaller than #14.
Alt splices for power cable and valve wiring shall be made ill C011troller enclosures, valves boxes
or a separate splice box. Field splices shall not be allowed without specific approval of Designer
(such splices shalt be accurately measLired on the 'as built' drawing). All splices shall be sealed
with Scotchloc Sealing Packs - #3570 with wire nuts or other approved epoxy style connectors or
DB Y and DBR.
2,07 Irrigation Controller
The controller shall be housed in a lockable, weather-resistailt steel case. It shall have a mininium
of 99 outputs for valve activation, plus one output for master valve pump activation.
The controller shall have individtial station timing,. The controller shall have a station time
multiplier for seasotial and water budgeting adjustments. The controller shall be capable of
manual, semi-automatic or fully automatic operatioti, with rapid advance through unused stations.
The controller shall be Acc99d Metal w/ Pedestal.
The controller shall include one (1) Roam XL Remote Control.
2.08 Electric Valve
The valve shall be globe pattern, normally closed and electric solenoid -actuated. The valve shall
use the reverse flow principle, eqtial.ty pressurizing the top and bottom of the diaphragni assembly
when deactivated.
The valve body and bomiet shall be constmeted. of plastic. The valve shall incorporate internal
bleed for manual operations. The diaphragm shall be one-piece, molded, and with a burst test
strength of 2600 PSI. Tile valve shall incorporate a stainless steel How control stem.
The valve shall be Hunter Model ICV series. Size as shown in plan.
2.09 Surbilder, Eguipment
All sprinklers shall be located as shown on the plan or as directed by the owner's repremitati e.
The sprinkler shall be of the gear driver? rotary.
The sprinkler shall be available in both fall circle and adjustable part circle configurations. The
adjustable part cirele unit shall be infinitely adjustable from 40 to 360 degrees. Adjustment will
be made from the top of the sprirrklcr.
The sprinkler shall be equipped with a drain check valve to prevent low head drainage and b
capable of checking tip to 15 feet in elevation climige. The sprinkler shall have the capability,
should condition dictate, to operate wliezi installed Y2 inches below grade. The sprinkler shall
have a mininium ofV9, inch pap -up stroke to bring the rotating 11OZZIC tL11TCt illtO a cleat?
environment.
Sprinkler shall have a `co -molded' tubber cover to unsure durability and safety. The sprinkler
shall have an exposed surface diameter after itistallation of 2 inches to ensure player safety.
The riser] and nozzle turret assembly shall be encased in stainless steel. The sprinkler shall carry a
five-year, over -the —comfit r exchange warrmity, iaot prorated).
The sprinkler small be manuf ctUred by Emiter hidustries, Sari Marcors, California. It shall be
Hunter Model I-4 04ss & 1-4004SSON for athletic fields and 1-20 4ss, Pro -Spray leads for
general area.
2.10 Sprinkler Connection to Maim
The sprinkler leads shall be comiected to the pile to the pipe by iiistalling a 2 elbow PVC
prefabricated swing joint riser. The riser shall have P MPT tbread . The swing joint will have a
care thread to prevent dirt from entering. The PVC shall be rated for 250 PSI. The swing joint
shall be manufactured by DURA or equal.
2.11 PVCCement
Cement for, use on PVC fittings shall be NSF approved for type I and Type 11 PVC Pipe and
clre Jule 40 fit0igs. Cement is to meet ASTM D-2564 and F-493 for potable water, pressure,
gas conduit and drain pipes. Application temperature shall be 3 5 to 110 degrees Falrrenlrcit.
2.12 Wire splicing Kits
Aire splicing kits shall be D + DBR wire nuts. They shall be U.L. listed and C.S.A. certified.
The wire nuts shall have eater proofing compound pre -injected.
Aire nuts shall be manufactured by 3M, Electrical Products Division, ision, St Pard, Minnesota.
Connectors shall be manufactured by 3M Corporation.
2.13 lectri{cal
Electrical tape shall be non -corrosive, Nvater and oil resistant and 8 ml. Thick. Tape shall b
suitable for use between 32 aid 176 degrees Falireiiheit. Tape shall be U.L. listed and approved.
2.14 Rain Sensor
The Rain Sensor shall shut the irrigation system off by opening the common wire to the irrigation
controller. The Rain sensor shall be adjustable to the amount of rain needed before slititdowti. The
rain sensor shall be Hunter Wireless Rain Semon.
2.15 Radio
The wireless radio shall consist of Linear XT -1 Tran mitter with T-1224DC wall momit power
supply a ti (I ANT- antenna, Li near XR- 1 Receiver with T-1 4.8 DC wall mo u il t power supply acrd
ANT -1 antemia aiid all necessary cables, fittings and mounting brackets for iiistallation.
PART 3 — EXECUTION
3.01 Staking Out
The Contractor shall stake out all proposed piping and wiring routes, sprinkler, valve mid
controller locations in accordance with the locations showii on the drawing. The City's
representative and/or designer shall approve such staking prior to the installation operation.
Miiior climiges. in location shall be made at this time. Stakes shall be furnislied by the Contractor.
Installed equipmeiit shall be adeqttately staked and flagged Nvith colored surveying tape so as to
properly alert other trades (particularly the finish grade and seeding contractor) of these locations.
3.02 Excavating, PiL)e and Wire Laying And Backfilling
The Contractor shall do all excavating,, vibratory plowing and backfilling required for the proper
installation of the work.
Pipe shall be installed strictly in accordance with the recommendations of the manufacturer,
including bedding of pipe in bottom trench and securely tllrLIStillg ally fittings to change direction
of the pipe. Thrust blocks shall be poured so as to not interfere with ally pipe joint or connection.
Concrete for thrust blocks shall be furnished by the Contractor.
Minimum depth of cover over pipe and wire shall be as follows:
a. Main line piping — mijiinium 24'
b. Zme piping (downstream of automatic control valves) — 1. 8" for athletic fields, 12"
for general area.
c. Wire in main line pipe trench shall be at the depth of the pipe,
d. Wire in separate trench from pipe:
24 -volt wire — 18"
e. Wire mider roads and through culverts shall be installed in 1 V2" conduit. Coliduit
shall extend five feet beyojid road or culvert and shall be plugged with duct
tape or approved eqUal.
Wire shall be installed in the same trench as the pipe wherever possible. All Nvire shall be
installed with at least 1% slack, 365) expansion loop at each 45 degree or 90 degree wrii in the
trench and have an 18' expansion loop at each automatic valve. Wire may be laid with a vibratory
plow but never pulled.
When wire runs do not follow pipe trenches, lay them in a straight line, which will be carefully
located on the As -Built Plan. If a change of direction is required on these runs, they are to be
made at air migle betweem tAvo straight rains, and not as a sweeping curve. A splice box is to be
installed at the angle point Nvith sufficient wire slack to allow wires to be raised at least 24' above
grade.
Backfill material shall he free from rock, large stories, or other unsuitable substances to prevent
damage to pipe and vire during backfilling operations.
Excess material shall be removed to a readily accessible location on site, as desiii ted by the
owner's representative.
Backfilling will be done by hand, so as to place it mider, around and above the pipe in stages so
that it is hard tampered in layers to a point 6' above the pipe. Special care should be taker to
insure that this layer is completely free of stores and other deleterious matter;. The remainder of
the trench may be machine backfilled Nvith available soil. Machine placed backfill shall b
compacted to original density by maclritre tamping, rolling or puddling to prevent settlement in
the trench,
Throughout the entire work period, it shall be the responsibility of the Contractor to refill any
tretrc yes that may have settled due to incomplete compaction or washed out by natural rainfall or
axil -off.
Trenches shall be compacted amid left flush with present grade and hand raked clean of stow with
a fine rale. This shall not be necessarily constr-tied as a final seedbed.
3.03 Testing
All n -min lines having continuously applied pressure shall be tested at maximum system pressure
for a period of 24 hours. Derr=itig this time visual inspection shall be made for leafs. Any leads
shall be feed and the lit7es re -tested until satisfactory. All zoite lines, dowtistream of control
valves, shall be tested mider working cojiditims. and visual inspection made for leafs,
3.04 Spi- nl let- Installation
Sprinklers shall be set to grade as shown in detailed drawings or otherwise directed by the City's
representative. Those spritrklers or quick coupling valves set to grade .shall be plum and to grade
for a distatice of four feet from the sprinkler in all directions sprinklers shall trot be in
pockets or ozr a moutrd.
The sprinklers lead shall be comiected to the lateral lines by installing a swing joint for athletic
fields,
Adjustment of the sprinkler heads and automatic equipment will be doge by the Contractor upon
completion of histallation, to provide optlnium performance.
3.05 ontt•oller, Installation
Ground rods shall be ' by l OUL, listed, copper clad. steel. Connection of gromid wire to rod
shall be with Cadwell cotrtlectors.
Ground rod box shall be Carson VB70 with cover,
The controller shall be connected to ars individual grounding network. Grounding should achieve
grioutrd reading of 15 aphis or less.
3.06 Radio
The atrteimae shall be mounted outdoors and have a litie of sight. The transmitter shall be
installed within a NEMA 4 enclosure.
0
Er
LM
r.0dr
z 0
w
0
LL
0
0
LL
Lip
W
U
0
(r)
0
0
40
0
0
0
0
0
C�
o
tn'
tr),
a'
0'
0
0
t--
in
N
rl-
Ln
co
(0
0
o
0
cq
0
Ed
W
to
W
rl
C
N
0
a
75
LLJ 0
0
0
0
0
0
0 (�)
0
r-
0
m
r r-:
C\!
q:
41
Q7
Lu
CL to
r-
(N
0
t
z
DI
z
0
0
cl
0
0
C�
o
tn'
tr),
a'
0'
0
�
Z 0
cq
rl-
Ln
a
C%j
C) C�
o
C) N
cq
0
W
rl
C
N
0
E
0
75
CD
CD
0
0
CD
C3
0
C-)
w 6
(.) C3V-
`r'
Ld
6
m
tn
41
Q7
Lu
cq
N
td
0
z
=1
Cf
CL
0
C:
CL
vm,-
LL
0
CY
z
0
�
0
R
0
C�
0
C�
0
Lo
0
W
z
to
R
cD
o
(L
o
U�
0
W
C
N
0
E
0
75
'4ml
0
0
n-
'E
m
Lu
0
it
EL
Cf
CL
0
C:
CL
vm,-
LL
0
CY
z
0
P
(L
W
C
N
0
E
0
75
'4ml
0
0
n-
'E
m
Cf
CL
0
C:
CL
vm,-
LL
0
CY
QUOTATION FORM
To. City of Otsego
Project- Otsego Sector Fields - Well Room Modificaltons and I rrigation System
Proposal of- hie) LC
(hereinafter called the "Bidder"), organized and existing Linder the laws of the State of
And doing business as 6re44- N - n a�kd
-rhe Bidder hereby proposes to perform all work for the construction of the above referenced Project In
accordance with the attached Construction Plans and Contract Documents. Work will be awarded on July 22,
2013. All work shall be completed by August 15, 2013. All labor, material, equipment and other expenses
required to complete this project as shown on the Construction Plans shall be considered incidental unless
otherwise noted and provided for below.
Bidder agrees to per -form all the work described in the Construction Plans and Contract Documents for the
following unit prices and/or lurnp sums, which include sales tax and other applIcable taxes and fees.
ITEM
NO.
ITEM DESCRIPTION
Well Room Modifications
Booster Puny intailarn
3 Soccer Field Irrioation Systern
4 As -Built Plans
Total Quotation
Respec fully submitted'
Attest,
ESTIMATED
QUANTITY UNIT PRICE EXTENSION
I- LS LS P5 b
1 LS LS
I LS LS
I LS
$
-9'ignature
N,
Aqctm et
Title
M? '1 941c for?
dr
Address'
-7
3
Da
QF -1 00300
QUOTATION FORM
To: City of Otsego
Project: is Soccer Fields - Well Room Madificaitons and Irrigation System
Proposal of: Peterson Companies Inc,
(Iyer-einafler called the "Bidder"), organized and existing under tho laves of the State of
Minnesota
and d0111g IRISiness as Peterson Companies Inc,
The Bidder herel)y proposes to perform all work for the construction of the abovea feToren ced Project in
accordance with the attached C011MI-LICtion Plans and Gontr,-cict D=11110,11t.S. Work will be awarded Oil JLJ1y 22.
2013. All work shall be completed by AUgLISt. '15, 2013. All Icabor, material, eClUipment and other expenses
RiClUired to complete this project as sh1 011 01G.- COnStfUction Pk -ms shall be considered incidental unless
offs emibe noted and pi-ovided for below.
Bidder agi-ees to perfoun all the work described Irl tl)e colISUL10011 Plans and Contract Documents for the
following unit prices andlor lump SUMS, which indude sales tax and other applicable taxes and fees.
ITEM
—N0._1 ITEMDESCRIPTI-ON--
I Well Room Modifications
--2 Booster Pump Installation z.
3 Soccer Fieldirri
4 As-Bullt Plans
Totill Quotation
Respectfully submitted:
Attest:
E- 5 T1 M AT E D
Q U A NIT!"Y UNIT PRICE I H X T E N'$1,31 0 N-
.1 LS $2, OaO .0 LS $2,000.00
LS �12t225.00 I _,q 12 1 2 25 . 00
1 L;S 66,575-00 LS $6(1, F)'75 , 00
1 LS �200.00 1 00 $200.00
1,1811000100
Pr_ nsident
B326 Wyoming Trail. CIA..9ago Ciuy NIM, 55013
Address
to
QF -1 00300
qUOTATION
To: City of Otsego
Project- Otsego Soccer Fields - Well Room Modificaltons and lrrigation System
Proposal of'.�ct�2..�t'e�-CAW!) e-rs
(hereinafter called the "Biddee), organized and existing under the laws of 1he State of
f4s P and doing business as 66i r L O%W
The Bidder hereby proposes to perform all worlfor the construction of the above referenced Project in
accordance with the attached Construction Plans and Contract Documents. Work will be awarded on July 22,
2013. All work shall be completed by August 15, 2013. All labor, material, equipment and other expenses
required to complete this project as shown on the Construction Plans shall be considered incidental unless
otherwise noted and provided for below,
Bidder agrees to perform all the work described in the Construction Plans and Contract Documents for the
following unit prices and/or lump sums, which include sales tax and other applicable taxes and fees.
ITEM
NOV
ITEM DESCRIPTION
ESTIMATED
QUANTITY
UNIT PRICE
EXTENSION
I
Well Room Modifications
1 LS
LS
2
Booster Pump Installation
I LS
-7� 4S 0 LS
S 0, 0 o
3
Soccer Field Ir-rigation System
I LS
41 LS
—4
As -Built Plans
LS
Total Quotation
Respectrully submitted:
Sign u re
h ere -
Attest: Title
s 00
tf�7 9 0 1:�, AA A/
Address "Y -f lt3o
—211 0/3
--aw
QF -1 00300