Loading...
Imp. Proj. #485 AFFIDAVIT OF MAILING HEARING NOTICE IMPROVEMENT PROJECT #485 STATE OF MINNESOTA) COUNTY OF HENNEPIN) ss CITY OF NEW HOPE) I, the undersigned being the duly qualified City Clerk of the City of New Hope, Minnesota, hereby attest and certify that: On April 15, 1992, acting on behalf of said City, I deposited in the united States mail at New Hope, Minnesota, copies of the attached notice of a hearing on Improvement Project No. 485, mailed first class, with postage thereon fully prepaid, addressed to the persons at the addresses appearing opposite their respective names, list attached. There is a delivery service by United States mail between the place of mailing and the places so addressed. ! ;t y~(.. .cffrU- City Clerk / Subscribed and sworn to before 19~. My commission expires mJt~is It Y4 c day of p .;~ '12 ~'-'(~ (! ~~ Notary Public / /. t 'Hennepln Coun y JAYNE C. FERRY NOTARY PUBUC . MINNESOTA HENNEPIN COUNlY My Comrnlsslan ExpIres Aug. 30, 1995 4401 Xylon Avenue North New Hope, Minnesota 55428 Phone: 531-5100 FAX (612) 531-5174 April 15, 1992 Subject: 1992 STREET IMPROVEMENT PROJECT Dear New Hope Property Owner: A public hearing has been scheduled by the New Hope City Council for April 27, 1992, at 7:00 p.m., at City Hall, 4401 Xylon Avenue North, to consider the resurfacing of your street. The bituminous overlay project includes patching the existing bituminous surface and removing and replacing deteriorated concrete curb and gutter as required. Storm Sewer will also be extended in certain locations. The City recently undertook a surface evaluation study and a structural evaluation study of your street. The surface evaluation study was done in accordance with a recently developed program by the U. S. Army Construction Engineering Research Laboratory in cooperation with the U. S. Department of Transportation. The structural evaluation was done by an outside consultant - Braun Pavement Technologies. Both of the studies were utilized in determining those streets recommended for resurfacing. Due to the nature of the project, it is proposed that all costs associated with street resurfacing be assessed to the benefitted property. Costs associated with storm sewer extensions will not be assessed. The assessment rate is determined on a front foot basis. 11111~llillrll~lltilYli1'i"'l'i'lllll'l;llllill~.'M'w!R!I!!!I!!! ratesareestTmatecfas.'f6Tlowsr..................................................................................... BITUMINOUS OVERLAY WHERE CONCRETE CURB ALREADY EXISTS Estimated Residential Rate Estimated Commercial High Density Rate $21.90/front foot $26.75/front foot The final assessed amount can be paid off completely at the time of the assessment hearing (summer, 1993) or it can be included on your tax statement and financed over a period of years. The length of time (10 or 15 years) and interest rate will be established by the City Council. The first installment would appear on your tax statement in the spring of 1994. Property owners receiving this notice are included in the assessment project. Family Styled City. For Family living New Hope Property Owner April 15, 1992 Page 2 Also included, if the street resurfacing project proceeds, each homeowner has the option to have their driveway approach reconstructed. This construction will only be done if requested and paid for by the homeowner. Attached is an example and form, "Reconstruct Driveway Approach", to be completed by the homeowner if they wish to have their driveway approach reconstructed. In addition, as part of the street resurfacing project, the City is attempting to identify the location of homeowner's sump pumps and where they discharge. Attached is a form, "sump Pump Location and Discharge", which we hope each homeowner who has a sump pump or drain tile will complete and return to the City. It's the City's hope to reduce/eliminate the discharge of sump pumps to the sanitary sewer. If the City knows where the sump pumps exist as well as where they discharge, we can better plan to help homeowners cope with the discharge of ground water from their sump pumps. Questions regarding this project may be directed to the Special Assessment Clerk, Cheryl Joens. at 531-5132. Sincerely, LA '-:!~ . /,~/}tL Valerie Leone City Clerk VJL/ cj Enclosures EXAMPLE "RECONSTRUCT DRIVEWAY APPROACH" Included as part of this project, if requested by the homeowner, is the reconstruction of the driveway approach. This construction would include the removal and replacement of the concrete curb and a portion of the driveway (not to exceed 15 feet in length) to provide a gradual transition between the street and driveway. The total costs would be assessed to the homeowner, unless the concrete curb is identified for removal as part of the project. If the concrete curb is identified for removal as part of the street project, its cost will not be assessed to the homeowner. The estimated cost for this construction would depend upon the amount of curb and driveway reconstructed. The unit costs are estimated as follows: Concrete Driveway Remove and replace concrete curb $13.00/1inear foot Remove and replace concrete driveway pavement (6 inch thick with wire mesh) $32.00/square yard Bituminous Driveway Remove and replace concrete curb $13.00/1inear foot Remove and replace bituminous driveway $16.00/square yard (2 inch thick with 6 inch thick gravel base) An example of how the above figures would apply is: Concrete Drive - 12 foot wide, 15 foot long Curb: 12 foot X $13.00 foot $156.00 Drive: (12 foot X 15 foot)/9=20 square yards 20 square yards X $32.00 per square yard $640.00 Total Estimated Cost...............$796.00 If the project is approved and you wish to have your driveway reconstructed, mail the enclosed form to City Hall, 4401 Xylon Avenue North, New Hope, MN 55428, by June 1. 1992. Payment can be made in the same manner as the proposed street assessment. Please provide any comments or concerns on the attached form. All costs are estimates and will be revised based on final costs. SPECIAL ASSESSMENTS RECONSTRUCT DRIVEWAY APPROACH NAME ADDRESS DAYTIME PHONE Please check type of driveway Concrete Bituminous I request that my driveway approach be reconstructed as part of the 1992 Street Resurfacing Project. Signature Date Return form to: SPECIAL ASSESSMENTS CITY OF NEW HOPE 4401 XYLON AVE N NEW HOPE, MN 55428 Please return form by June 1, 1992 IMP 485 SPECIAL ASSESSMENTS SUMP PUMP LOCATION & DISCHARGE NAME: ADDRESS: DAYTIME PHONE: I do have a sump pump YES NO My sump pump runs more than a few times a year My sump pump discharges to: Yard Street Sanitary Sewer Don't Know I do not have a sump pump,-but have drain tile which discharges to: COMMENTS: RETURN FORM TO: SPECIAL ASSESSMENTS CITY OF NEW HOPE 4401 XYLON AVE N NEW HOPE, MN 55428 Please return form by June 1. 1992 YES Yard Street NO Sanitary Sewer Don't Know IMP 485 NOTICE OF PUBLIC HEARING ON PROPOSED STREET RESURFACING AND SEWER IMPROVEMENT NO. 485 (1992 Street Resurfacing and Sewer Project) City of New Hoee. Minnesota 1. Notice is hereby given that the City Council of the City of New Hope, Minnesota, will meet on April 27, 1992, at 7:00 o'clock p.m. at the City Hall, 4401 Xylon Avenue North, in said City for the purpose of holding a pUblic hearing on a proposed improvement as described hereinafter. 2. The general nature of the improvement is the resurfacing and construction of 5.1 miles of residential and 0.85 miles of commercial collector streets, storm sewer extensions, water main improvements and sanitary sewer repairs including construction of concrete curb and gutter, grading, construction of base and asphalt surface, installation of pipes, manholes, catch basins, valves and fittings and all other appurtenant works and services reasonably reQuired therefor, to serve an area in the City of New Hope, County of Hennepin, State of Minnesota, described as follows: All properties abutting Ensign Ave. N. between 36th Ave. N. and Northwood Parkway: 3601 through 3689 Ensign Ave. N. 8908 36th Ave. N. All properties abutting Northwood Parkway between Jordan Ave. and Boone Ave. N.: 8709 Northwood Parkway 8900 through 9433 Northwood Parkway 9001 Northwood Circle All properties abutting Hillsboro Court north of 35th Ave. N. and south of 36th Ave. N.: 3508 through 3564 Hillsboro Court 3568 Hillsboro Ave. N. All properties abutting 35th Ave. N. between Hillsboro Ave. N. and St. Joseph's Catholic Church: 9009 35th Ave. N. 9100 through 9157 35th Ave. N. 3454 Flag Ave. N. All properties abutting Ensign Ave. N. north of Ensign Court and south of 36th Ave. N.: 9001 36th Ave. N. 3316 through 3541 Ensign Ave. N. 8916 34th Ave. N. All properties abutting 34th Ave. N. between Flag and Ensign Ave. N.: 9000 through 9009 34th Ave. N. 3316 Flag Ave. N. All properties abutting Gettysburg Ave. N., Gettysburg Court, Flag Ave. N., Ensign Ave. N. and Ensign Court north of 32nd and south of 33rd Ave. N.: 3200 through 3249 Gettysburg Ave. N. 3217 through 3241 Gettysburg Court 3202 through 3219 Flag Ave. N. 3200 through 3252 Ensign Ave. N. 3216 through 3244 Ensign Court All properties abutting 32nd Ave. N. between Independence Ave. N. and Boone Ave. N.: 9001 through 9325 32nd Ave. N. All properties abutting Hillsboro Ave. N., 32nd Court N. and 32nd Circle N. north of 31st and south of 32nd Ave. N.: 3100 through 3156 Hillsboro Ave. N. 8801 through 8815 32nd Court N. 8709 through 8731 32nd Circle N. All properties abutting Xylon Ave. N. north of 33rd and south of 36th Ave. N. and south of 28th Ave. N. and north of Medicine Lake Road: 3301 through 3560 Xylon Ave. N. 2700 through 2749 Xylon Ave. N. All properties abutting Wisconsin Ave. N. between 36th and 35ith Ave. N. and all properties abutting 35;th Ave. N. between Wisconsin and Virginia Ave. N. 3500 to 3551 Wisconsin Ave. N. 8111 through 8151 35ith Ave. N. 3501 Virginia Ave. N. All properties abutting Yukon, Zealand and Aquila Ave. N. north of 33rd and south of 36th Ave. N.: 3301 through 3536 Yukon Ave. N. 3500 through 3560 Zealand Ave. N. 3431 through 3548 Aquila Ave. N. All properties abutting 34th Ave. N. and 33rd Ave. N. between Boone Ave. and Xylon Ave. N.: 8300 through 8617 34th Ave. N. 8208 through 8641 33rd Ave. N. All properties abutting Boone Circle and 33rd Place south of 34th and north of 33rd Ave. N.: 3344 through 3364 Boone Circle 8300 through 8408 33rd Place N. All properties abutting 30th Ave. N. between Flag and Boone Ave. N.: 3000 Ensign Ave. N. 3000 and 3001 Cavell Ave. N. 3001 and 2931 Boone Ave. N. 8708 through 9025 30th Ave. N. All properties abutting Winnetka Ave. N., Winpark Drive and Nevada Ave. N. south of 36th Ave. N. and north of 32nd Ave. N. : 3216, 3440, 3510 Winnetka Ave. N. 7701 - 29 Winpark Drive 7716 - 24 Winpark Drive 3216 through 3440 Winpark Drive 3401 through 3531 Nevada Ave. N. 7301 36th Ave. N. 3. The estimated cost of said improvement is $1,940,520.00. 4. The area proposed to be assessed for the making of said improvement shall include the premises described in paragraph 2 above. 5. All persons interested are invited to appear at said hearing for the purpose of being heard with respect to the making of said improvement. Dated the 23rd day of March, 1992. YJ/JAf.e ~ Valerie Leone City Clerk (Published in the New Hope-Golden Valley Sun-Post on the 15th and 22nd d~ys of Apri 1, 1992.) 18-118-21 31 0046 ROBERT WHITE JANET WHITE 8948 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 31 0047 LEE ROBERT LINDQUIST 8956 NORTHVOOD PKWY NEW HOPE MN 55427 18-118-21 31 0049 JAMES KORINEK 9000 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 31 0050 MARY SCHEPMAN 9008 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 31 0052 JOHANNA HABERLAND 9024 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 31 0053 ALLEN HAAG M. A. HAAG 9100 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 31 0059 HARIA MONUSKO 9097 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 31 0060 JOHN NIEDERHAS O. CHARLES BROWN & JERRY HEINE 5811 S CEDAR LAKE RD MINNEAPOLIS MN 55416 18-118-21 31 0066 BARTON WARREN 9001 NORTHVOOD CIR NEW HOPE MN 55427 18-118-21 31 0070 JOSEPH CONLEY 9109 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 31 0073 LASLO NEMETH 9132 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 31 0074 LAWRENCE. CARLSON RHONDA CARLSON 9124 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 31 0076 LORRAINE LIEBERMAN 9216 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 31 0077 DOUGLAS WILLIAMS 9208 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 32 0028 GLENN FARMER 9201 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 32 0059 RONALD SWANSON 9432 NORTHVOOD PKWY NEW HOPE MN 55427 18-118-21 32 0061 BRENT BAINEY SANDRA BAINEY 9416 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 32 0062 HARK KEEBLER SHIRLEY KEEBLER 9408 NORTHVOOD PKWY NEW HOPE MN 55427 18-118-21 32 0064 DIANA CURTIS 9332 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 32 0065 LAUREL UDDEN 9324 NORTHVOOD PKWY NEW HOPE MN 55427 18-118-21 31 0048 HARLYS SPICER 8964 NORTHVOOD PKWY NEW HOPE MN 55427 18-118-21 31 0051 D. R. MATTSON ILA MATTSON 9016 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 31 0054 DIANE & DOUGLAS ANDERSON D. J. STENDER 9108 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 31 0061 RODNEY SWANSON J. SWANSON 9087 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 31 0071 JAMES HEROUX JUDITH HEROUX 9117 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 31 0075 DAVID LEE ELSA LEE 9116 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 31 0078 DAVID TAFT 9200 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 32 0060 DOUGLAS SCHEELER PATRICIA SCHEELER 9424 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 32 0063 ROBERT HUDY CECEILA HUDY 9400 NORTHVOOD PKWY NEW HOPE MN 55427 18-118-21 32 0066 RICHARD MOSTROM 9316 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 32 0067 INGER TROOIEN 9308 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 32 0068 JOHN BATSON 9300 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 32 0069 GERALD THORP 9240 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 32 0070 DALE HERTLE 9232 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 32 0071 THOMAS TOURVILLE JANET TOURVILLE 9224 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 32 0072 DONALD ZILA MARLENE ZILA 9209 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 32 0073 JON LIBRA 9217 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 32 0074 THEODORE MELLOH JR 9225 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 32 0075 CARL LARSON JR 9233 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 32 0076 SHEILA BADER 9301 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 32 0077 CRAIG JOHNSON NANCY JOHNSON 9309 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 32 0078 KAREN SWEDBERG JAMES SWEDBERG 9317 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 32 0079 SUSAN KOEHNEN 9325 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 32 0080 DUANE HAUGAN 9401 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 32 0081 ELAINE VOBORIL 9409 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 32 0082 ROBERT SIMONSON 9417 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 32 0083 JOHN MOURITSEN 9425 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 32 0084 EDWARD DAVIS 9433 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 34 0001 KAREN MINGE 8917 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 34 0009 JAMES GISH 8909 NORTHWOOD PKWY HOPE MN 55427 18-118-21 34 0023 JILL JASS RICK JASS 3601 ENSIGN AVE N NEW HOPE MN 55427 18-118-21 34 0024 MICHAEL BRIGGS JENNIFER BRIGGS 3609 ENSIGN AVE N NEW HOPE MN 55427 18-118-21 34 0025 CLYDE HAWKINS 3617 ENSIGN AVE N NEW HOPE MN 55427 18-118-21 34 0026 CHARLES HENKEL 3625 ENSIGN AVE N NEW HOPE MN 55427 18-118-21 34 0027 L. R. CLEPPER 3633 ENSIGN AVE N NEW HOPE MN 55427 18-118-21 34 0028 GLENN LUNDQUIST 3641 ENSIGN AVE N NEW HOPE MN 55427 18-118-21 34 0029 BARBARA SOLBERG 3649 ENSIGN AVE N NEW HOPE MN 55427 18-118-21 34 0030 DAVID DEGROY BARBARA DEGROY 3657 ENSIGN AVE N NEW HOPE MN 55427 18-118-21 34 0031 JOHN ELMQUIST 3665 ENSIGN AVE N NEW HOPE MN 55427 18-118-21 34 0032 ROBERT KAISER 3673 ENSIGN AVE N NEW HOPE MN 55427 18-118-21 34 0033 ARLEN JOHNSON 3681 ENSIGN AVE N NEW HOPE MN 55427 18-118-21 34 0034 RONALD MCMURRAY 3689 ENSIGN AVE N NEW HOPE MN 55427 18-118-21 34 0035 I. M. ABRAMSON 3672 ENSIGN AVE N NEW HOPE MN 55427 18-118-21 34 0036 KENNETH LUSSKY PAMELA LUSSKY 3664 ENSIGN AVE N NEW HOPE MN 55427 18-118-21 34 0037 E. G. LETHERT JR 3656 ENSIGN AVE N NEW HOPE MN 55427 18-118-21 34 0038 CAROLL SATRE MARILYN SATRE 3648 ENSIGN AVE N NEW HOPE MN 55427 18-118-21 34 0039 STEVEN KOLIAN 3640 ENSIGN AVE N NEW HOPE MN 55427 18-118-21 34 0040 LOREN FERCH JUDIE FERCH 3632 ENSIGN AVE N NEW HOPE MN 55427 18-118-21 34 0041 JOHN CLIFFORD 3624 ENSIGN AVE N NEW HOPE MN 55427 18-118-21 34 0042 RONALD SOELDNER DEANNA SOELDNER 3616 ENSIGN AVE N NEW HOPE MN 55427 18-118-21 34 0043 ALDEN MAGNUSON 3608 ENSIGN AVE N NEW HOPE MN 55427 18-118-21 34 0044 DONALD BENSON 8908 36TH AVE N NEW HOPE MN 55427 18-118-21 34 0063 WILLIAM DAVIS 8709 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 34 0077 RICHARD LARSON 8932 NORTHWOOD PKWY HOPE MN 55427 18-118-21 34 0078 TIMOTHY LEONHARDT L. LEONHARDT 8924 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 34 0079 RANDALL ANDERSON CARRRIE ANDERSON 8916 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 34 0080 THOMAS S1.OEY BARBARA SLOEY 8908 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 34 0081 JANET HEFFELFINGER 8900 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 34 0084 MANFRED DEUTSCH 8940 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 34 0091 KAREN NOLTE 8933 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 34 0092 HARK BRENNA HELEN NOMEY 8925 NORTHWOOD PKWY NEW HOPE MN 55427 19-118-21 11 0003 TIMOTHY FLUEGGE 3560 XYLON AVE N NEW HOPE MN 55427 19-118-21 11 0004 THOMAS LOANEY 3550 XYLON AVE N NEW HOPE MN 55427 19-118-21 11 0005 SCOTT MATTHEWS BARBARA MATTHEWS 3540 XYLON AVE N NEW HOPE MN 55427 19-118-21 11 0006 RUTH BERQUIST 3530 XYLON AVE N NEW HOPE MN 55427 19-118-21 11 0007 RICHARD GLASSMAN BETH GLASSMAN 3520 XYLON AVE N NEW HOPE MN 55427 19-118-21 11 0008 JAMES SMREKAR 3510 XYLON AVE N NEW HOPE MN 55427 19-118-21 11 0009 FRANCIS JAEB 3500 XYLON AVE N NEW HOPE MN 55427 19-118-21 11 0010 KENNETH KLINE 3551 WISCONSIN AVE N NEW HOPE MN 55427 19-118-21 11 0011 EUGENE SEEHUSEN 3541 WISCONSIN AVE N NEW HOPE MN 55427 19-118-21 11 0012 MARVIN GOLDFARB 3531 ~ISCONSIN AVE N NE~ HOPE MN 55427 19-118-21 11 0013 TIMOTHY & REBECCA SMITH R. A. SCHULTZ 3521 ~ISCONSIN AVE N NEW HOPE MN 55427 19-118-21 11 0014 SANFORD HASKINS MAVIS HASKINS 3511 ~ISCONSIN AVE N NE~ HOPE MN 55427 19-118-21 11 0015 JANET MADSEN JOHN PATRUS 3501 ~ISCONSIN AVE N NE~ HOPE MN 55427 19-118-21 11 0016 DALE CONGDON 8151 35 1/2 AVE N NEW HOPE MN 55427 19-118-21 11 0017 DAVID BENNETT LEONIE BENNETT 8141 35 1/2 AVE N NE~ HOPE MN 55427 19-118-21 11 0018 CAROLYN MCCLANAHAN 8131 35 1/2 AVE N NE~ HOPE MN 55427 19-118-21 11 0019 ALBIN PEARSON CATHY & STANLEY THORUD 8121 35 1/2 AVE N HOPE MN 55427 19-118-21 11 0020 DONALD GOLD MARGARET GOLD 8111 35 1/2 AVE N NE~ HOPE MN 55427 19-118-21 11 0021 C. J. MADLAND E. JORDANO 3501 VIRGINIA AVE N NE~ HOPE MN 55427 19-118-21 11 0022 JOAN SCANLON 3540 ~ISCONSIN AVE N NE~ HOPE MN 55427 19-118-21 11 0023 JAY JONELL ERIN JONELL 3530 ~ISCONSIN AVE N NE~ HOPE MN 55427 19-118-21 11 0024 DANIEL HAINLIN KATHRYN HAINLIN 3520 ~ISCONSIN AVE N NE~ HOPE MN 55427 19-118-21 11 0025 MARY KRIZON SHIRLEY KRIZON 3510 ~ISCONSIN AVE N NE~ HOPE MN 55427 19-118-21 11 0026 ALBERT HARTINGER DOROTHY HARTINGER 3500 ~ISCONSIN AVE N NE~ HOPE MN 55427 19-118-21 12 0001 LAJOS BABOS JEANNINE BABOS 3536 YUKON AVE N NE~ HOPE MN 55427 19-118-21 12 0002 CAROL HALONEN 3530 YUKON AVE N NEW HOPE MN 55427 19-118-21 12 0003 JAMES JULIEN PAMELA JULIEN 3524 YUKON AVE N NE~ HOPE MN 55427 19-118-21 12 0004 FRANKLIN FAY 3518 YUKON AVE N NE~ HOPE MN 55427 19-118-21 12 0005 ROBERT BRAUN 3512 YUKON AVE N NEW HOPE MN 55427 19-118-21 12 0006 THOMAS LIESCH 3506 YUKON AVE N NEW HOPE MN 55427 19-118-21 12 0007 JAMES GRIGGS 3500 YUKON AVE N NEW HOPE MN 55427 19-118-21 12 0008 N. D. & C. LANDAY ARI & PATRICIA KAPLAN 3496 YUKON AVE N NEW HOPE MN 55427 19-118-21 12 0009 LESTER MELBY 3490 YUKON AVE N NEW HOPE MN 55427 19-118-21 12 0010 CYNTHIA WOODBRIDGE 3484 YUKON AVE N NE~ HOPE MN 55427 19-118-21 12 0011 WADE ZITZLOFF C. J. ZITZLOFF 3478 YUKON AVE N NEW HOPE MN 55427 19-118-21 12 0012 C. & D. HALVERSON LAURA HALVERSON 3472 YUKON AVE N NEW HOPE MN 55427 19-118-21 12 0013 DALE KOTTKE 3466 YUKON AVE N NEW HOPE MN 55427 19-118-21 12 0014 MICHAEL O'HARA ANNETTE O'HARA 3460 YUKON AVE N NEW HOPE MN 55427 19-118-21 12 0015 JEROME ENGELSMEIER 3454 YUKON AVE N NEW HOPE MN 55427 19-118-21 12 0016 19-118-21 12 0017 19-118-21 12 0018 ALLEN HOLLES JOHN KROSKA JOHN GRONEMANN 3448 YUKON AVE N 3442 YUKON AVE N SHEILA GRONEMANN NEW' HOPE MN 55427 NEW' HOPE MN 55427 3436 YUKON AVE N NEW' HOPE MN 55427 19-118-21 12 0019 19-118-21 12 0020 19-118-21 12 0021 W'ILLIAM DONALD B. V. BAYDO ROSE TERESI 3430 YUKON AVE N C. A. VELASQUEZ 3531 YUKON AVE N NEW' HOPE MN 55427 3424 YUKON AVE N NEW HOPE MN 55427 NEW HOPE MN 55427 19-118-21 12 0022 19-118-21 12 0023 19-118-21 12 0024 GERALD GRIES RUDOLPH KEZELE LOWELL MOGCK V. GRIES 3519 YUKON AVE N 3513 YUKON AVE N 3525 YUKON AVE N NEW HOPE MN 55427 NEW' HOPE MN 55427 NEW' HOPE MN 55427 19-118-21 12 0025 19-118-21 12 0026 19-118-21 12 0027 HAROLD MAINE ISAAC MIRHAN ARNOLD SCHLESKE 3507 YUKON AVE N JULIA MIRHAN 3467 YUKON AVE N NEW' HOPE MN 55427 3501 YUKON AVE N NEW' HOPE MN 55427 NEW HOPE MN 55427 19-118-21 12 0028 19-118-21 12 0029 19-118-21 12 0030 EDW'ARD BARON DANIEL LIEBERTHAL BRIAN BALDW'IN 3461 YUKON AVE N ELISE LIEBERTHAL DEBBIE BALDW'IN NEW' HOPE MN 55427 3455 YUKON AVE N 3449 YUKON AVE N NEW HOPE MN 55427 NEW' HOPE MN 55427 19-118-21 12 0031 19-118-21 12 0032 19-118-21 12 0033 D. A. WERNECKE DUANE MAUPIN ROBERT KARLQUIST 3443 YUKON AVE N CATHERINE MAUPIN MARY KARLQUIST NEW' HOPE MN 55427 3437 YUKON AVE N 3431 YUKON AVE N NEW' HOPE MN 55427 NEW' HOPE MN 55427 19-118-21 12 0034 19-118-21 12 0035 19-118-21 12 0036 ROBERT HAUGEN SR LOUIS BENKO W'A YNE BAKER ROBERT HAUGEN 3506 ZEALAND AVE N 3512 ZEALAND AVE N 3500 ZEALAND AVE N NEW' HOPE MN 55427 NEW' HOPE MN 55427 NEW' HOPE MN 55427 19-118-21 12 0037 19-118-21 12 0038 19-118-21 12 0039 JOSEPH BARCLAY BARBARA CARLSON ALBERT SAW'ALLICH SHAE BARCLAY BARBARA HOLTAN 3530 ZEALAND AVE N 3518 ZEALAND AVE N 3524 ZEALAND AVE N NEW' HOPE MN 55427 NEW' HOPE MN 55427 NEW' HOPE MN 55427 19-118-21 12 0040 19-118-21 12 0041 19-118-21 12 0042 PATRICK O'MEARA C. G. DRAZKOW'SKI LARRY MORRIS 3536 ZEALAND AVE N 3542 ZEALAND AVE N 3548 ZEALAND AVE N NEW' HOPE MN 55427 NEW' HOPE MN 55427 NEW' HOPE MN 55427 19-118-21 12 0043 19-118-21 12 0044 19-118-21 12 0045 CAROLYN MIKKELSON DAVID W'AGNER OAKLEY W'AITE OLE MIKKELSON DENISE W'AGNER 3543 ZEALAND AVE N 3554 ZEALAND AVE N 3560 ZEALAND AVE N NEW' HOPE MN 55427 NEW' HOPE MN 55427 NEW' HOPE MN 55427 19-118-21 12 0046 19-118-21 12 0047 19-118-21 12 0048 FERNANDO MAGADAN DONALD KIRKS JR DARREL MILLER 3537 ZEALAND AVE N 3531 ZEALAND AVE N 3525 ZEALAND AVE N NEW HOPE MN 55427 NEW HOPE KN 55427 NEW HOPE KN 55427 19-118-21 12 0049 19-118-21 12 0050 19-118-21 12 0051 WALTER COOMBS MICHAEL VARECKA MARK ECKES 3519 ZEALAND AVE N L. VARECKA VICTORIA ECKES NEW HOPE MN 55427 3513 ZEALAND AVE N 3507 ZEALAND AVE N NEW HOPE KN 55427 NEW HOPE KN 55427 19-118-21 12 0052 19-118-21 12 0053 19-118-21 12 0054 VIVIAN HOWELL CURTIS SIEGEL LEROY STUEVEN DALLAS HOWELL MINDY SIEGEL 3512 AQUILA AVE N 3501 ZEALAND AVE N 3506 AQUILA AVE N NEW HOPE KN 55427 NEW HOPE MN 55427 NEW HOPE KN 55427 19-118-21 12 0055 19-118-21 12 0056 19-118-21 12 0057 MARJORIE ALM ELIZABETH REX HOWARD BERG 3518 AQUILA AVE N JOANNE CUMMINS BRISTOL 3530 AQUILA AVE N NEW HOPE MN 55427 3524 AQUILA AVE N NEW HOPE MN 55427 NEW HOPE MN 55427 19-118-21 12 0058 19-118-21 12 0059 19-118-21 12 0060 JAROLD SWEDBERG RAY LUNDBORG DONALD MADSEN 3536 AQUILA AVE N 3542 AQUILA AVE N 3548 AQUILA AVE N NEW HOPE MN 55427 NEW HOPE MN 55427 NEW HOPE MN 55427 19-118-21 12 0066 19-118-21 12 0067 19-118-21 12 0068 HOWARD HOLGRIMSON ARVID S~DBERG MATTHEW WEISER 3519 AQUILA AVE N 3513 AQUILA AVE N JULIE WEISER NEW HOPE MN 55427 NEW HOPE MN 55427 3507 AQUILA AVE N NEW HOPE KN 55427 19-118-21 12 0069 19-118-21 12 0070 19-118-21 12 0071 MARGUERITE GROSS CLIFFORD MCPHERSON VERNON ANDERSON 3501 AQUILA AVE N 3437 AQUILA AVE N MAXINE ANDERSON NEW HOPE MN 55427 NEW HOPE KN 55427 3431 AQUILA AVE N NEW HOPE MN 55427 19-118-21 12 0072 19-118-21 12 0073 19-118-21 12 0074 MICHAEL DUFFY HENRY MORRIS MYRLEN AHRENDT K. A. DUFFY 3440 XYLON AVE N 3430 XYLON AVE N 3425 YUKON AVE N NEW HOPE MN 55427 NEW HOPE MN 55427 NEW HOPE MN 55427 19-118-21 12 0075 19-118-21 12 0076 19-118-21 12 0077 DENNIS COLLINS MICHAEL KOEHLER PAUL MESCHKE 3420 XYLON AVE N TAMRA KOEHLER 3400 XYLON AVE N NEW HOPE MN 55427 3410 XYLON AVE N NEW HOPE KN 55427 NEW HOPE MN 55427 19-118-21 12 0078 19-118-21 12 0079 19-118-21 12 0080 ROBERT HARTMANN JANICE EHLERS DONALD & MARILYN WALTER M. HARTMANN 3372 XYLON AVE N M. C. SIFFERLE 3380 XYLON AVE N NEW HOPE MN 55427 3551 XYLON AVE N NEW HOPE MN 55427 NEW HOPE KN 55427 19-118-21 12 0081 19-118-21 12 0082 19-118-21 12 0083 JON CARLSON RANDY REARDON EVELYN HANSON APRIL CARLSON ELIZABETH REARDON 3521 XYLON AVE N 3541 XYLON AVE N 3531 XYLON AVE N NEW HOPE MN 55427 NEW HOPE MN 55427 NEW HOPE MN 55427 19-118-21 12 0084 19-118-21 12 0085 19-118-21 12 0086 HAROLD DAHLIN MICHAEL BANKER LARRY JOHNSON 3511 XYLON AVE N DENISE BANKER JOY JOHNSON NEW HOPE MN 55427 3501 XYLON AVE N 3451 XYLON AVE N NEW HOPE MN 55427 NEW HOPE MN 55427 19-118-21 12 0087 19-118-21 12 0088 19-118-21 12 0089 JOHN TOEDT GREGORY DUPPLER HENRY ROEMER 3441 XYLON AVE N CHARMAINE DUPPLER 3421 XYLON AVE N NEW HOPE MN 55427 3431 XYLON AVE N NEW HOPE MN 55427 NEW HOPE MN 55427 19-118-21 12 0090 19-118-21 12 0091 19-118-21 12 0092 DONALD HELAS EARL AHLQUIST RICHARD LASELL 3411 XYLON AVE N 8300 34TH AVE N 8301 34TH AVE N NEW HOPE MN 55427 NEW HOPE MN 55427 NEW HOPE MN 55427 19-118-21 12 0100 19-118-21 12 0101 19-118-21 12 0102 KENNETH HOOKER RUSSELL JUBERT WILKIE KAO BARBARA HOOKER 8316 34TH AVE N 8324 34TH AVE N 8308 34TH AVE N NEW HOPE MN 55427 NEW HOPE MN 55427 NEW HOPE MN 55427 19-118-21 12 0103 19-118-21 12 0104 19-118-21 12 0105 ALLAN JOHNSON JOSEPH GOLDMAN EDWARD MCCONVILLE 8400 34TH AVE N BEVERLY GOLDMAN 8416 34TH AVE N NEW HOPE MN 55427 8408 34TH AVE N NEW HOPE MN 55427 NEW HOPE MN 55427 19-118-21 12 0106 19-118-21 12 0107 19-118-21 12 0108 GENE BRADY SUSAN ASBELL WAYNE TAUBER 8500 34TH AVE N 8508 34TH AVE N LINDA TAUBER NEW HOPE MN 55427 NEW HOPE MN 55427 8516 34TH AVE N NEW HOPE MN 55427 19-118-21 12 0109 19-118-21 12 0110 19-118-21 12 0111 GERALD GOBLIRSCH RICHARD O'BRIEN RAYMOND IBISTER KATHLEEN GOBLIRSCH 8608 34TH AVE N 8616 34TH AVE N 8600 34TH AVE N NEW HOPE MN 55427 NEW HOPE MN 55427 NEW HOPE MN 55427 19-118-21 12 0112 19-118-21 12 0113 19-118-21 12 0114 JOHN ANDERSON JANICE CARTALUCCA R. G. STARK 3367 XYLON AVE N 8309 34TH AVE N JANICE STARK NEW HOPE MN 55427 NEW HOPE MN 55427 8317 34TH AVE N NEW HOPE MN 55427 19-118-21 12 0115 19-118-21 12 0116 19-118-21 12 0117 RICHARD QUARNSTROM MARY MC FETRIDGE CHARLES NELSON 8325 34TH AVE N HARRY MC FETRIDGE 8409 34TH AVE N NEW HOPE MN 55427 8401 34TH AVE N NEW HOPE MN 55427 NEW HOPE MN 55427 19-118-21 12 0118 19-118-21 13 0001 19-118-21 13 0002 RONALD SCHROEPFER CLIFFORD POPP DELBERT LECLAIRE K. SCHROEPFER 8300 33RD PL N CORDELLA LECLAIRE 3366 XYLON AVE N NEW HOPE KN 55427 3359 XYLON AVE N NEW HOPE KN 55427 NEW HOPE KN 55427 19-118-21 13 0003 19-118-21 13 0004 19-118-21 13 0005 DAVID JACKSON JOHN BADER SYLVIA THOMPSON CAROL JACKSON 8501 34TH AVE N 8509 34TH AVE N 8417 34TH AVE N NEW HOPE KN 55427 NEW HOPE KN 55427 NEW HOPE KN 55427 19-118-21 13 0006 19-118-21 13 0007 19-118-21 13 0008 FAUNEIL BARTON WILLIAM SALINGER LEONA ROBIN 8517 34TH AVE N CATHY SALINGER BRENT & MICHELLE ACKERMAN NEW HOPE KN 55427 8601 34TH AVE N 8609 34TH AVE N NEW HOPE KN 55427 NEW HOPE KN 55427 19-118-21 13 0009 19-118-21 13 0010 19-118-21 13 0011 T. A. BESCHORNER HARK STATON B. J. MARTINEAU L. E. BESCHORNER ANN STATON K. J. HAHN 8617 34TH AVE N 3341 XYLON AVE N 3358 XYLON AVE N NEW HOPE KN 55427 NEW HOPE KN 55427 NEW HOPE KN 55427 19-118-21 13 0012 19-118-21 13 0013 19-118-21 13 0014 RONALD WICKS JANET FRONDELL NEWELL CULVER 3350 XYLON AVE N 3342 XYLON AVE N MARY CULVER NEW HOPE KN 55427 NEW HOPE KN 55427 3334 XYLON AVE N NEW HOPE KN 55427 19-118-21 13 0015 19-118-21 13 0016 19-118-21 13 0017 DONALD LEVINE ALICE BLUMENSCHEIN RONALD HARROW 3324 XYLON AVE N GARY BLUMENSCHEIN 3308 XYLON AVE N NEil HOPE KN 55427 3316 XYLON AVE N NEW HOPE HN 55427 NEW HOPE KN 55427 19-118-21 13 0018 19-118-21 13 0019 19-118-21 13 0020 RALPH SCHEFFLER LORRAINE JOHNSON L. E. EHERSON JR IRENE SCHEFFLER 3325 XYLON AVE N LAURENCE & BETTY EHERSON 8208 33RD AVE N NEW HOPE KN 55427 3317 XYLON AVE N NEW HOPE HN 55427 NEW HOPE HN 55427 19-118-21 13 0021 19-118-21 13 0022 19-118-21 13 0023 DWAYNE HALLBERG PHILIP JOHNSON JOHN KRUTH 3309 XYLON AVE N L. H. JOHNSON 8308 33RD AVE N NEW HOPE KN 55427 3301 XYLON AVE N NEW HOPE KN 55427 NEW HOPE KN 55427 19-118-21 13 0024 19-118-21 13 0025 19-118-21 13 0026 LYNWOOD WATSON DARYL ANDERSON GLENN SKOY KIMBERLY WATSON 3316 YUKON AVE N CATHERINE SKOY 3308 YUKON AVE N NEW HOPE HN 55427 3324 YUKON AVE N NEW HOPE HN 55427 NEW HOPE KN 55427 19-118-21 13 0027 19-118-21 13 0028 19-118-21 13 0029 JOSEPH NELSON BENJAMIN THOMPSON JOEL HELD 3332 YUKON AVE N 8317 33RD PL N LOIS HELD NEW HOPE HN 55427 NEW HOPE KN 55427 8309 33RD PL N NEW HOPE HN 55427 19-118-21 13 0030 19-118-21 13 0031 19-118-21 13 0032 ROSEANNE MCCULLAGH HENRY WILHELM PHILIP ABALAN GERALD MCCULLAGH 8316 33RD PL N 8324 33RD PL N 8308 33RD PL N NEW HOPE MN 55427 NEW HOPE MN 55427 NEW HOPE MN 55427 19-118-21 13 0033 19-118-21 13 0034 19-118-21 13 0035 HENRY ANDERSON LISA GRAPENTINE DAVID FRUEHAUF 8400 33RD PL N DERRICK DAVIS 3341 YUKON AVEN NEW HOPE MN 55427 8408 33RD PL N NEW HOPE MN 55427 NEW HOPE MN 55427 19-118-21 13 0036 19-118-21 13 0037 19-118-21 13 0038 KENNETH ERICKSON DAVID BIRCH EUGENE STRIEFEL 3333 YUKON AVEN 3325 YUKON AVE N 3317 YUKON AVE N NEW HOPE MN 55427 NEW HOPE MN 55427 NEW HOPE MN 55427 19-118-21 13 0039 19-118-21 13 0040 19-118-21 13 0041 MARK LAWTON WILLIAM WALDEN MAXIMIN GREEN MARY BETH LAWTON 3301 YUKON AVE N S. GREEN 3309 YUKON AVE N NEW HOPE MN 55427 3356 BOONE CIR NEW HOPE MN 55427 NEW HOPE MN 55427 19-118-21 13 0042 19-118-21 13 0043 19-118-21 13 0044 STEVEN BERG DONALD HElL DAVID ESHEI..MAN SARAH BERG 3352 BOONE CIR CYNTHIA ESHEI..MAN 3354 BOONE CIR NEW HOPE MN 55427 3350 BOONE CIR NEW HOPE MN 55427 NEW HOPE MN 55427 19-118-21 13 0045 19-118-21 13 0046 19-118-21 13 0047 ROBERT BLOCK JUDITH ANDREW STANLEY YANTES 3348 BOONE CIR 3346 BOONE CIR 3344 BOONE CIR NEW HOPE MN 55427 NEW HOPE MN 55427 NEW HOPE MN 55427 19-118-21 13 0048 19-118-21 13 0049 19-118-21 13 0050 JOHN PRIVET GORDON HERMAN GEORGE PERRY JERILYN PRIVET 3364 BOONE CIR 8408 33RD AVE N 3362 BOONE CIR NEW HOPE MN 55427 NEW HOPE MN 55427 NEW HOPE MN 55427 19-118-21 13 0051 19-118-21 13 0052 19-118-21 13 0053 JEROME SANDAGER JR RICHARD KLOBUCHAR STEPHEN SERBER 8416 33RD AVE N M. KLOBUCHAR N. SERBER NEW HOPE MN 55427 8424 33RD AVE N 8500 33RD AVE N NEW HOPE MN 55427 NEW HOPE MN 55427 19-118-21 13 0054 19-118-21 13 0055 19-118-21 13 0056 DARREL ANDERSON PHILIP WAGNER RONALD SILVER 8508 33RD AVE N MARIE WAGNER NANCY SILVER NEW HOPE MN 55427 8516 33RD AVE N 8524 33RD AVE N NEW HOPE MN 55427 NEW HOPE MN 55427 19-118-21 13 0057 19-118-21 13 0058 19-118-21 13 0059 DONOVAN LUND DONALD BLANK GRACE LINDBERG 8600 33RD AVE N MARY BLANK DANIEL MARTIN NEW HOPE MN 55427 8608 33RD AVE N 8616 33RD AVE N NEW HOPE MN 55427 NEW HOPE MN 55427 19-118-21 21 0005 BENNIE Q. HOWARD TIMOTHY & BONNIE TJADEN 9001 36TH AVE N NEW HOPE MN 55427 19-118-21 21 0006 JAMES ANDERSON CHRISTIE ANDERSON 3541 ENSIGN AVE N NEW HOPE MN 55427 19-118-21 21 0007 ARTHUR VANSELOW 3533 ENSIGN AVE N NEW HOPE MN 55427 19-118-21 21 0008 DONALD WA.RBEN 3525 ENSIGN AVE N NEW HOPE MN 55427 19-118-21 21 0009 WALTER SILBAUGH JR 3517 ENSIGN AVE N NEW HOPE MN 55427 19-118-21 21 0010 JOHN SIMMER D. S IMM:ER 3509 ENSIGN AVE N NEW HOPE MN 55427 19-118-21 21 0011 THOMAS CARLSON LINN OSTBERG 3501 ENSIGN AVE N NEW HOPE MN 55427 19-118-21 21 0015 BRUCE OBRIEN 3453 ENSIGN AVE N NEW HOPE MN 55427 19-118-21 21 0016 WAYNE MOLDENHAUER 3449 ENSIGN AVE N NEW HOPE MN 55427 19-118-21 21 0017 GEORGE EVEREST 3437 ENSIGN AVE N NEW HOPE MN 55427 19-118-21 21 0018 ALLEN ERICKSON VIRGINIA ERICKSON 3429 ENSIGN AVE N NEW HOPE MN 55427 19-118-21 21 0019 DOYLE JUENKE LINDA JUENKE 3421 ENSIGN AVE N NEW HOPE MN 55427 19-118-21 21 0020 DAVID LUIKART 3413 ENSIGN AVE N NEW HOPE MN 55427 19-118-21 21 0021 PATRICK WALTON JODY WALTON 3405 ENSIGN AVE N NEW HOPE MN 55427 19-118-21 21 0028 LOIS YERICH 3454 FLAG AVE N NEW HOPE MN 55427 19-118-21 21 0029 JANET MAE KIRK 9009 35TH AVE N NEW HOPE MN 55427 19-118-21. 21 0030' M. F. SULLIVAN M. R. SULLIVAN 3464 ENSIGN AVE N NEW HOPE MN 55427 19-118-21 21 0030 RONALD ADAMSON 3464 ENSIGN AVE N NEW HOPE MN 55427 19-118-21 21 0031 RICHARD DODGE 12640 63RD AVE N MAPLE GROVE MN 55369 19-118-21 21 0032 KENNETH BROADY SARA BROADY 3448 ENSIGN AVE N NEW HOPE MN 55427 19-118-21 21 0033 LAWRENCE MICIEK 3440 ENSIGN AVE N NEW HOPE MN 55427 19-118-21 21 0034 M. B. STIEGLER S. SAVRE 3432 ENSIGN AVE N NEW HOPE MN 55427 19-118-21 21 0035 JERROLD CHRISTIANSEN 3424 ENSIGN AVE N NEW HOPE MN 55427 19-118-21 21 0036 FREDERICK NAIRN SARAH NAIRN 3416 ENSIGN AVE N NEW HOPE MN 55427 19-118-21 21 0037 PHILLIP ZIMMERMAN 3408 ENSIGN AVE N NEW HOPE MN 55427 19-118-21 21 0038 JONATHAN ARNOLDY CHRISTY ARNOLDY 3532 ENSIGN AVE N NEW HOPE MN 55427 19-118-21 21 0039 SANDRA STENZEL D. A. STENZEL 3524 ENSIGN AVE N NEW HOPE MN 55427 19-118-21 21 0040 ROGER BARRETT 3516 ENSIGN AVE N NEW HOPE MN 55427 19-118-21 21 0041 JOHN PITTS LEAH PITTS 3508 ENSIGN AVE N NEW HOPE MN 55427 19-118-21 21 0042 PETER & CYNTHIA HESS C. A. BANWELL 3500 ENSIGN AVE N NEW HOPE MN 55427 CO-iON rrl::C:;:: rrl :2 I Vl:::Orrl)::> )::>rrl:::OCO ..,., rrl rrl::J>-1 . Z ZVl o ..,., ..,., ZrrlO o co:::o 01....... zn<.O rrl )::> I IN :c r ~ )::> rrl I Vl 00 o ::cnw 000 3: c: rrl:2> Vl -i Vl -i -< rrl c: ::J>>-i o :2 - rrlOI o - z -i 0-< Vl n ::0 rrl ::c rrl z>n -i:20 GJ ::0 nrrlO o Vl u ::c -<>Vl Vl ::c -i 0 o -i:;:: > COAZ o rrl rrl -i:2:;:: U -i I 0> n rrl 19-118-21 22 0010 JOSEPH CULHANE 9108 35TH AVE N NEY HOPE MN 55427 19-118-21 22 0011 VIKTOR ARONOVICH ELLA CHANBA 3508 HILLSBORO CT NEY HOPE MN 55427 19-118-21 22 0012 A.1U.AN HALLING J. HALLING 3516 HILLSBORO CT NEY HOPE MN 55427 19-118-21 22 0013 PATRICIA ALETKY 3524 HILLSBORO CT NEY HOPE MN 55427 19-118-21 22 0014 JAMES MCMANUS J. MCMANUS 3532 HILLSBORO CT NEY HOPE MN 55427 19-118-21 22 0015 ALANNA SALPER 3540 HILLSBORO CT NEY HOPE MN 55427 19-118-21 22 0016 GERALD JASMER JEANETTE JASMER 9116 35TH AVE N NEY HOPE MN 55427 19-118-21 22 0017 DANIEL DONAHUE GRETCHEN DONAHUE 9124 35TH AVE N NEY HOPE MN 55427 19-118-21 22 0018 ARTHUR GOODMAN JANICE GOODMAN 9132 35TH AVE N NEY HOPE MN 55427 19-118-21 22 0019 PAUL RASMUSSEN RHONDA RASMUSSEN 9140 35TH AVE N NEY HOPE MN 55427 19-118-21 22 0046 CHRISTOPHER OSTROOT FAYE OSTROOT 9109 35TH AVE N NEY HOPE MN 55427 19-118-21 22 0047 OTTO LAUSTEN 3912 NE RESERVOIR BLVD MINNEAPOLIS MN 55418 19-118-21 22 0048 DENNIS PUTZ JEAN PUTZ 3149 ENSIGN AVE N NEY HOPE MN 55427 19-118-21 22 0049 FRANK KRIZ 9133 35TH AVE N NEY HOPE MN 55427 19-118-21 22 0050 ALAN GESSNER 9141 35TH AVE N NEY HOPE MN 55427 19-118-21 22 0051 HARVEY KELLER 9149 35TH AVE N NEY HOPE MN 55427 19-118-21 22 0080 ROBERT LANE G. R. LANE 9157 35TH AVE N NEW HOPE MN 55427 19-118-21 22 0082 SHELDON RABIN MAUREEN RABIN 9148 35TH AVE N NEY HOPE MN 55427 19-118-21 22 0088 JEFFREY SOLLE M. SOLLE 3556 HILLSBORO CT NEY HOPE MN 55427 19-118-21 22 0089 ALAN GREENE SHARON GREENE 3548 HILLSBORO CT NEY HOPE MN 55427 19-118-21 22 0098 HAROLD JORGENSON B. A. JORGENSON RT 60 BOX 91 PINE RIVER MN 56474 19-118-21 22 0099 HAROLD JORGENSON B. A. JORGENSON RT 60 BOX 91 PINE RIVER MN 56474 19-118-21 23 0060 JEROME CONNAKER FANNIE CONNAKER 3202 FLAG AVE N NEY HOPE MN 55427 19-118-21 23 0061 ROBERT HOBUS 3206 FLAG AVE N NEY HOPE MN 55427 19-118-21 23 0062 LON BLUMENBERG BETTE BLUMENBERG 3225 ENSIGN AVE N NEY HOPE MN 55427 19-118-21 23 0063 BRUCE RICHMAN 3215 FLAG AVE N NEY HOPE MN 55427 19-118-21 23 0064 CAROL SCHOENECKER YILLIAM SCHOENECKER 3220 GETTYSBURG AVE N NEY HOPE MN 55427 19-118-21 23 0065 GEORGE PLOETZ 3216 GETTYSBURG AVE N NEY HOPE MN 55427 19-118-21 23 0066 ROBERT ANDERSON 3212 GETTYSBURG AVE N NEY HOPE MN 55427 19-118-21 23 0067 YAYNE NOVAK 3208 GETTYSBURG AVE N NEY HOPE MN 55427 19-118-21 23 0068 19-118-21 23 0069 19-118-21 23 0070 DONALD MCMAHON RUSSELL WHITEIS BRUCE WINSLOW DEBRA MCMAHON 3200 GETTYSBURG AVE N KATHLEEN WINSLOW 3204 GETTYSBURG AVE N NEW HOPE 1m 55427 9120 32ND AVE N NEW HOPE 1m 55427 NEW HOPE 1m 55427 19-118-21 23 0071 19-118-21 23 0072 19-118-21 23 0073 CHARLES THOMFORDE TIMOTHY WALKER WILLIAM SHARP P. M. THOMFORDE JUDITH WALKER MARIANN SHARP 3207 FLAG AVE N 3211 FLAG AVE N 3201 GETTYSBURG AVE N NEW HOPE 1m 55427 NEW HOPE 1m 55427 NEW' HOPE 1m 55427 19-118-21 23 0074 19-118-21 23 0075 19-118-21 23 0076 MARK KOCON CHARLES HOFFMANN GERALD CIARDELLI SANDRA KOCON 3209 GETTYSBURG AVE N P. J. CIARDELLI 3205 GETTYSBURG AVE N NEW HOPE 1m 55427 3213 GETTYSBURG AVE N NEW HOPE 1m 55427 NEW HOPE 1m 55427 19-118-21 23 0077 19-118-21 23 0078 19-118-21 23 0079 MICHAEL KLEIN ROBERT THOMPSON M. MOETELL RACHEL KLEIN JACOLYN THOMPSON M. J. MOETELL 3217 GETTYSBURG CT 3221 GETTYSBURG CT 3225 GETTYSBURG CT NEW HOPE 1m 55427 NEW HOPE 1m 55427 NEW HOPE 1m 55427 19-118-21 23 0080 19-118-21 23 0081 19-118-21 23 0082 RONALD YOUNG DAVID POMIJE JEREMY GOTTSTEIN DARLENE YOUNG PENNIE POMIJE C. GOTTSTEIN 3229 GETTYSBURG CT 3233 GETTYSBURG CT 3237 GETTYSBURG CT NEW HOPE 1m 55427 NEW HOPE 1m 55427 NEW HOPE 1m 55427 19-118-21 23 0083 19-118-21 23 0084 19-118-21 23 0085 RANDALL MCKEE HARVEY LIPPA PIERRE LAFRANCE KATHLEEN MCKEE 3245 GETTYSBURG AVE N 3249 GETTYSBURG AVE N 3241 GETTYSBURG CT NEW' HOPE 1m 55427 NEW HOPE 1m 55427 NEW HOPE 1m 55427 19-118-21 23 0086 19-118-21 23 0087 19-118-21 24 0003 M. J. BOTNAN HERMAN RELLER PAUL SWENSON K. BOTNAN 9110 32ND AVE N BARBARA SWENSON 3219 FLAG AVE N NEW HOPE 1m 55427 3325 ENSIGN AVE N NEW HOPE 1m 55427 NEW' HOPE 1m 55427 19-118-21 24 0004 19-118-21 24 0009 19-118-21 24 0010 ABELARDO PAS NO TIMOTHY WHELAN A VRON KAPLAN 8641 33RD AVE N 3205 ENSIGN AVE N NANCY KAPLAN NEW HOPE 1m 55427 NEW HOPE 1m 55427 9004 32ND AVE N NEW HOPE MN 55427 19-118-21 24 0011 19-118-21 24 0012 19-118-21 24 0013 GERALD FOX DENNIS NETLAND DEAN BRODIN 9008 32ND AVE N 9012 32ND AVE N K. A. BRODIN NEW HOPE MN 55427 NEW HOPE 1m 55427 3221 ENSIGN AVE N NEW' HOPE MN 55427 19-118-21 24 0014 19-118-21 24 0015 19-118-21 24 0016 MARK SCHMIDT JAMES MIDTBO BRUCE MIDDLETON CATHY SCHMIDT 3213 ENSIGN AVE N 3209 ENSIGN AVE N 3217 ENSIGN AVE N NEW HOPE MN 55427 NEW HOPE 1m 55427 NEW HOPE 1m 55427 19-118-21 24 0017 19-118-21 24 0018 19-118-21 24 0019 RICHARD OLSON JAKES WHITE THOMAS JESME 3200 ENSIGN AVE N S. K. WHITE 3212 ENSIGN AVE N NET,l HOPE 1m 55427 3208 ENSIGN AVE N NEW HOPE 1m 55427 NEW HOPE 1m 55427 19-118-21 24 0020 19-118-21 24 0021 19-118-21 24 0022 MARlLEE DRIVER III HARVEY LEVITON JAKES BUKSTEIN T,lILLIAM DRIVER III 3220 ENSIGN CT 3224 ENSIGN CT 3216 ENSIGN CT NET,l HOPE 1m 55427 NET,l HOPE 1m 55427 NET,l HOPE 1m 55427 19-118-21 24 0023 19-118-21 24 0024 19-118-21 24 0025 JAMES JUENEHAN RALPH FISCHER STEVEN KOLLINS 3228 ENSIGN CT JUDITH FISCHER LESLEE KOLLINS NET,l HOPE 1m 55427 3232 ENSIGN CT 3236 ENSIGN CT NET,l HOPE 1m 55427 NET,l HOPE 1m 55427 19-118-21 24 0026 19-118-21 24 0027 19-118-21 24 0028 RICHARD KRANZ H. & J. FOSS LARRY ZWEIGBAUM 3240 ENSIGN CT JUDITH BRALEY BARBARA ZWEIGBAUM NET,l HOPE 1m 55427 3244 ENSIGN CT 3248 ENSIGN AVE N NET,l HOPE 1m 55427 NET,l HOPE 1m 55427 19-118-21 24 0029 19-118-21 24 0033 19-118-21 24 0034 JAMES HOKANSON GERALD CLAESSENS HERBERT MEYER MARY HOKANSON 3340 ENSIGN AVE N 3404 ENSIGN AVE N 3252 ENSIGN AVE N NEW HOPE 1m 55427 NEW HOPE 1m 55427 NET,l HOPE 1m 55427 19-118-21 24 0035 19-118-21 24 0037 19-118-21 24 0038 THOMAS MEYER RANDY BEDELL EVAN JOHNSON 8916 34TH AVE N CAROL ANN BEDELL M. A. JOHNSON NET,l HOPE 1m 55427 9008 34TH AVE N 9000 34TH AVE N NET,l HOPE 1m 55427 NET,l HOPE 1m 55427 19-118-21 24 0041 19-118-21 24 0042 19-118-21 24 0043 CHESTER HETLAND FREDERICK WERNER KURTIS HAMMITT JOYCE HETLAND VERONIKA WERNER S. R. BOAB 3316 FLAG AVE N 9009 34TH AVE N 9001 34TH AVE N NET,l HOPE 1m 55427 NEW HOPE 1m 55427 NEW HOPE MN 55427 19-118-21 24 0044 19-118-21 24 0045 19-118-21 24 0046 JAMES OLSON ROBERT THEISEN JR MARVIN JOHNSON 3341 ENSIGN AVE N JANET THEISEN 3324 ENSIGN AVE N NET,l HOPE MN 55427 3332 ENSIGN AVE N NET,l HOPE MN 55427 NET,l HOPE MN 55427 19-118-21 24 0047 19-118-21 24 0048 19-118-21 24 0049 MYRLE REISWIG WILLIAM KARGES JR DONALD OSTER 3316 ENSIGN AVE N 3317 ENSIGN AVE N BONITA OSTER NEW HOPE 1m 55427 NEW HOPE 1m 55427 3333 ENSIGN AVE N NEW HOPE MN 55427 19-118-21 24 0052 19-118-21 31 0004 19-118-21 31 0005 CAROL BRIDELL MICHAEL HAYES K. L. GORLINSKY 8624 33RD AVE N MARYANN HAYES 8900 30TH AVE N NEW HOPE MN 55427 3000 ENSIGN AVE N NEW HOPE MN 55427 NEW HOPE MN 55427 19-118-21 31 0006 19-118-21 31 0007 19-118-21 31 0008 RAYNERD PETERSON MARY THURESON KIMBERLY WIEBER 8816 30TH AVE N 8808 30TH AVE N TODD WIEBER NEW HOPE MN 55427 NEW' HOPE MN 55427 3001 CAVELL AVE N NEW' HOPE MN 55427 19-118-21 31 0090 19-118-21 31 0091 19-118-21 31 0092 JOHN MOELLER STEVEN HICKEL ROBERT FISHER JUDITH MOELLER PAMELA HICKEL SUE FISHER 8709 32ND CIR N 8711 32ND CIR N 8713 32ND CIR N NEW' HOPE MN 55427 NEW' HOPE MN 55427 NEW' HOPE MN 55427 19-118-21 31 0093 19-118-21 31 0094 19-118-21 31 0095 JAMES TARPEY MICHAEL JURGENS JOHN & MAUREEN FISCHER LINDA TARPEY SUSAN JURGENS M. M. POWERS 8715 32ND CIR N 8717 32ND CIR N 8719 32ND CIR N NEW' HOPE MN 55427 NEW' HOPE MN 55427 NEW' HOPE MN 55427 19-118-21 31 0096 19-118-21 31 0097 19-118-21 31 0098 ROBERT STANTON GLEN BROWN JON PETERSON DOROTHY STANTON 8723 32ND CIR N 8725 32ND CIR N 8721 32ND CIR N NEW' HOPE MN 55427 NEW' HOPE MN 55427 NEW' HOPE MN 55427 19-118-21 31 0099 19-118-21 31 0100 19-118-21 31 0101 KEVIN STAMHEYER TIMOTHY OSTMAN JOSEPH STARK JEAN STAMHEYER 8729 32ND CIR N 8731 32ND CIR N 8727 32ND CIR N NEW' HOPE MN 55427 NEW HOPE MN 55427 NEW' HOPE MN 55427 19-118-21 31 0102 19-118-21 31 0103 19-118-21 31 0104 HILARY ROSENBERG TODD DUNPHY PHYLLIS SMITH 8801 32ND CT N LORENE DUNPHY RANDY SMITH NEW' HOPE MN 55427 8803 32ND CT N 8805 32ND CT N NEW' HOPE MN 55427 NEW' HOPE MN 55427 19-118-21 31 0105 19-118-21 31 0106 19-118-21 31 0107 JOYCE GAUVIN JOHN SCHAAR GERALD LARSON JOYCE RASMUSSEN 8809 32ND CT N 8815 32ND CT N 8807 32ND CT N NEW' HOPE MN 55427 NEW HOPE MN 55427 NEW HOPE MN 55427 19-118-21 32 0019 19-118-21 32 0020 19-118-21 32 0021 HOW'ARD HARTSTEIN DONNA MILLER DAVID HOVEY M. C. RUHOFF 9317 32ND AVE N LOUISE HOVEY 9325 32ND AVE N NEW' HOPE MN 55427 9309 32ND AVE N NEW HOPE !iN 55427 NEW HOPE MN 55427 19-118-21 32 0022 19-118-21 32 0023 19-118-21 32 0024 GEORGE SLAUGHTER KEVIN & PATRICIA DOEDEN TED HARTMAN P. SLAUGHTER P. L. FEDORS 3133 HILLSBORO AVE N 3149 HILLSBORO AVE N 3141 HILLSBORO AVE N NEW HOPE MN 55427 NEW' HOPE MN 55427 NEW HOPE MN 55427 19-118-21 32 0025 19-118-21 32 0026 19-118-21 32 0027 DAVID EARLEY RICHARD LOCKETZ SHARON OBERAIGNER HELENE EARLEY 3117 HILLSBORO AVE N 3109 HILLSBORO AVE N 3125 HILLSBORO AVE N NEW' HOPE MN 55427 NEW HOPE MN 55427 NEW HOPE MN 55427 19-118-21 32 0028 WILLIAM OLSSON 3101 HILLSBORO AVE N NEW HOPE MN 55427 19-118-21 32 0035 WILLIAM SCHELLBACH 3156 HILLSBORO AVE N NEW' HOPE MN 55427 19-118-21 32 0036 RUSSELL LAPEAN DIANE lAPEAN 9017 32ND AVE N NEW' HOPE MN 55427 19-118-21 32 0037 LEROY SNIDER 9009 32ND AVE N NEW HOPE MN 55427 19-118-21 32 0038 P. W. NIELSEN 9001 32ND AVE N NEW' HOPE MN 55427 19-118-21 32 0046 P. C. REITAN 3100 HILLSBORO AVE N NEW' HOPE MN 55427 19-118-21 32 0047 CARL V ANGSNESS J. V ANGSNESS 3108 HILLSBORO AVE N NEW HOPE MN 55427 19-118-21 32 0048 SEPPO LAHTI 3116 HILLSBORO AVE N NEW' HOPE MN 55427 19-118-21 32 0049 ALLAN BLOCK DONNA BLOCK 3124 HILLSBORO AVE N NEW' HOPE MN 55427 19-118-21 32 0050 DENNIS SWENSON 3132 HILLSBORO AVE N NEW HOPE MN 55427 19-118-21 32 0051 RICHARD HABERMAN 2782 PARKVIEW' DR MEDINA MN 55340 19-118-21 32 0052 JAMES HANNON 3148 HILLSBORO AVE N NEW' HOPE MN 55427 19-118-21 34 0054 JERRY UDELL 2931 BOONE AVE N NEW HOPE MN 55427 19-118-21 34 0055 GORDON GUST 8709 30TH AVE N NEW' HOPE MN 55427 19-118-21 34 0056 SCOTT JOHNSON LORIE JOHNSON 8717 30TH AVE N NEW' HOPE MN 55427 19-118-21 34 0057 LORRAINE WIEKER 8725 30TH AVE N NEW HOPE MN 55427 19-118-21 34 0058 WALTER -GRAY 8733 30TH AVE N NEW' HOPE MN 55427 19-118-21 34 0059 BRIAN BUDGE DEBORAH BUDGE 8741 30TH AVE N NEW' HOPE MN 55427 19-118-21 34 0060 PAUL RUBEL BARBARA BURKE 8749 30TH AVE N NEW HOPE MN 55427 19-118-21 34 0061 GILMORE REHWALDT MILDRED REHWALDT 8801 30TH AVE N NEW' HOPE MN 55427 19-118-21 34 0062 DONALD BOERSMA JOYCE BOERSMA 8809 30TH AVE N NEW' HOPE MN 55427 19-118-21 34 0063 EMERY PEASHA 8817 30TH AVE N NEW HOPE MN 55427 19-118-21 34 0064 MARK & JOANNE NEUMANN J. K. LOTH 8901 30TH AVE N NEW' HOPE MN 55427 19-118-21 34 0065 T. W. CHRISTOFERSON 8909 30TH AVE N NEW HOPE MN 55427 19-118-21 34 0066 LAWRENCE & BARBARA PYLKA B. L. MATTSON 9001 30TH AVE N NEW HOPE MN 55427 19-118-21 34 0067 KEVIN HAYDEN ANNE HAYDEN 9009 30TH AVE N NEW HOPE MN 55427 19-118-21 34 0068 DIANE LAWRENCE 9017 30TH AVE N NEW' HOPE MN 55427 19-118-21 34 0069 FLOYD DUFFEE MARIAN DUFFEE 9025 30TH AVE N NEW' HOPE MN 55427 19-118-21 34 0070 DANIEL BAUER DIANE BAUER 3000 CAVELL AVE N NEW HOPE MN 55427 19-118-21 34 0071 RONALD THOMAS NANCY THOMAS 8724 30TH AVE N NEW' HOPE MN 55427 19-118-21 34 0072 RAYMOND WICK AUDREY WICK 8716 30TH AVE N NEW HOPE MN 55427 19-118-21 34 0073 ARNOLD LEMlCE 8708 30TH AVE N NEW HOPE MN 55427 19-118-21 34 0074 DOUGLAS HARRISON GAIL HARRISON 3001 BOONE AVE N NEW HOPE MN 55427 19-118-21 43 0090 PATRICIA HILLSTROM BURGUNDY PROPERTIES INC 4450 77TH ST WfUNIT 325 EDINA MN 55435 19-118-21 43 0091 SANDRA HUNTEN 2717 XYLON AVE N NEW HOPE MN 55427 19-118-21 43 0092 AVIVA INBERG 2725 XYLON AVE N NEW HOPE MN 55427 19-118-21 43 0093 KEITH THOMPSON PATRICIA THOMPSON 2733 XYLON AVE N NEW HOPE MN 55427 19-118-21 43 0094 YOUNG KIM JUNG AHN 2741 XYLON AVE N NEW HOPE MN 55427 19-118-21 43 0095 PHILIP HOLVENSTOT KAREN HOLVENSTOT 2749 XYLON AVE N NEW HOPE MN 55427 19-118-21 44 0049 TERRENCE BINSTOCK 2618 PARKVIEW BLVD MINNEAPOLIS MN 55422 19-118-21 44 0050 DELMER MATASOVSKY JEAN MATASOVSKY 1620 SUTHER AVE N GOLDEN VALLEY MN 55427 19-118-21 44 0051 BERNHARD FOKKEN 7006 W 23RD ST MINNEAPOLIS MN 55426 19-118-21 44 0052 KEVIN KRAUSE KARA KRAUSE 11925 61ST AVE N PLYMOUTH MN 55442 19-118-21 44 0053 THOMAS HOGAN JOANN HOGAN 2732 XYLON AVE N #4 NEW HOPE MN 55427 19-118-21 44 0054 NORSEMAN MTG/CONTR ROGER SETTERGREN 14400 18TH AVE N PLYMOUTH MN 55447 19-118-21 44 0055 PAUL & SHARON ROSENDALE JAMES ROSS 1621 WINNETKA AVE N GOLDEN VALLEY MN 55422 20-118-21 21 0001 GEORGE HOLM C/O LEE CO PO BOX 24073 MINNEAPOLIS MN 55424 20-118-21 21 0009 AFP PARTNERS C/O GLENBOROUGH MGMT CORP SUITE 600 REDWOOD CITY CA 94065 20-118-21 21 0010 K. & S. ASSOCIATES C/O KARL H A DAVID 3531 NEVADA AVE N NEW HOPE MN 55427 20-118-21 21 0011 MARVIN SCHMIDTZ 1616 RICE CREEK. RD ARDEN HILLS MN 55432 20-118-21 22 0002 VICTOR KOCHAVER 7709 WINPARK DR NEW HOPE MN 55427 20-118-21 22 0003 MARK WEXLER H. WEXLER 2644 GLENHURST AVE MINNEAPOLIS MN 55416 20-118-21 22 0004 MIGM REALTY CO 4301 W HIGHWAY 7/STE 110 MINNEAPOLIS MN 55416 20-118-21 22 0005 HAROLD LYMAN 7101 YORK AVE S/STE 100 EDINA MN 55435 20-118-21 22 0010 BORDEN INC ATTN: TAX DEPT 180 E. BROAD ST COLUMBUS OH 43215 20-118-21 23 0003 JOHN JONES DOUGLAS & ROBERT JONES 3216 WINNETKA AVE N NEW HOPE MN 55427 20-118-21 23 0004 VICTOR KOCHAVER 7709 WINPARK DR NEW HOPE MN 55427 20-118-21 23 0005 T. C. PROPERTIES CO EDWARD & SYLVIA SCHMIDT 9726 PALMER CIR BLOOMINGTON MN 55437 20-118-21 23 0012 S & S MINI WAREHOUSE 419 WASHINGTON AVE N MINNEAPOLIS MN 55401 20-118-21 23 0013 KING VIDEOCABLE CO-MINN 333 DEXTER AVE N PO BOX 24525 SEATTLE WA 98124 20-118-21 23 0014 T. ROWE PRICE RLTY FD C/O D. A. STRUMSTAD & ASSOC. 825 SIBLEY 'MEMORIAL HWY ST PAUL MN 55118 AFFIDAVIT OF MAILING HEARING NOTICE IMPROVEMENT PROJECT #485 STATE OF MINNESOTA) COUNTY OF HENNEPIN) ss CITY OF NEW HOPE) I, the undersigned being the duly qualified City Clerk of the City of New Hope, Minnesota, hereby attest and certify that: On September 10, 1993, acting on behalf of said City, I deposited in the United States mail at New Hope, Minnesota, copies of the attached notice of a hearing on assessments for Street Resurfacing & Sewer Improvement No. 485. mailed first class, with postage thereon fully prepaid, addressed to the persons at the addresses appearing opposite their respective names, list attached. There is a delivery service by United States mail between the place of mailing and the places so addressed. i__,Ll (/) ----t/1 JJ .~ " , -.,/>f: ~,- / /tLt.L/UJ / ~/.rCn/ / f ./ City Clerk / /l Subscribed a,nd sworn to be,f<b~~ ,:,e this It, -tJ, _day of ~ 19 9 8. My commiSSion expires GULl ~3:J , 19'15 . / O.:~ e L ~}tary ~ubiic . if ()1ennepin County I ~; ~I <I 10000000~000~0000~~~~~NOO~~0000~000~~~~NNNOOOOO~~00000N OIO~~~~~~N~~~~~~=~NNN~~~~~O~~~~~=~~~~~~~~~~~~~~~~N~~~=~O llJ 1 " . , , , , . . . . , . . . , . , , - - , , . , , . . . . . , , . - , , , , . . , , , , . , , , , . , , , ~IO~~~~~~~~~~~~~~~~~~~~=~~~M~~~~~~~~M~~~~OO~~~~~M~~~~~~~ ~IN~N~N~~O~~~~~~~~~~~~~O~~=~NNNN~~~~OO~~~~~m~NNNN~~~~~~N~ llJl~~M~M~~~~~~M~~~~NNNNNN~~MMMMMMN~~~~N~~~~~~M~MMNN~WW~MN ~ -- ---------------- ---- ------ -------------- -- ------ ---- ~ ~ ~NNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNN ~ < ~ . < , ~ ~ o ~ ~ . ~ m~~~m~m~~~~~~~~~~~m~~=m~=~~=oo===~=~~~~=OO~=OO=~~~~~~~=OO= ~ Z ~=~~~=~~~~~~~~~~~~m~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~=OO= ~ 0 NNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNN 0 NNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNN ~ < ~~~~~~~W~WW~WW~~~W~~~~~~~W~W~~WW~~~~W~~~~~~W~~~W~WW~~~ 0 ~ ~ ~ ~ ~ ~ O~~~~O~NM~~O~~O~M~~~~~OO~O~NM~~W~~~O~NM~~~~OO~O~NM~~~M~~ 0 ~ M~~~~~~~~~~~~~~~~~~~~~N~~W~~~W~~~~~~~~~~~~~~OO~~=OOOONNN 0 000000000000000000000000000000000000000000000000000000 N ~ 000000000000000000000000000000000000000000000000000000 I I I I I I I I I I ; I I I I I I I I I I I I I I I I I I f I I I I I I I I I , I I I I I I I I I I I I I I ~ M~.~~~~~~~~~~~~~~~~~~~~NNNNNNNNNNNNNNNNNNNNNNNNNNN~~~~~ Z 0 ~MMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMM C"") LIJ t-f 1I11III1II1II1II1111111I11111II11111111I11111111111111 ~ ~ ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ~ ~ > NNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNN ...-4 (/) t-- I I f I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I t I I I I I I I I I I I I I I llJ ~ OO=OO=~=OO=~=~~~~=~OO=OOOO=OO~~=~~=OO==~~=OO~~OO~OOOO=OO=OO~=~OOOO~=OO= ~ ~ ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ~ ~ ~ ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~.~~~~~~~~~~~~~~ N -< 0 II I I111 I II I 1111 I 1 1 I 1 I1111 II I II III I I 1 III I I 1 I I II II I 1 1 1 II ~ ~=OO~~=OO~~OOOO~~~=~~=~~OO=OO~OO~OO=OO~~~~=OO~~OO~OOOO=OOOOOOOO=OOOO~~=OO= ~ Q ~IO~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ~ llJ 1 < ~ I~~~~~~~~~~~~~u)~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ o .IOOOO~~OO=~~~=~~~~=~~OOOO~~OO~~=OOOO=OO~=~~=OO~OO~=OOOO=OO=OOOO=OOOO~OO=00= ~ I~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ~ 0 <1000000000000000000000000000000000000000000000000000000 ~ ~ '1000000000000000000000000000000000000000000000000000000 ~ ~ ~IOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOO00 ~ llJ CJ < a.. 1 ~I ~I ~I 10mO~~~~~~0000mmM~000000000~~000~~~~0000000000~0000~000 OlmN~O~~~~M~~~~~~~v~~~~~m~~~~~OO~Nm~~~~~~~~m~OOM~~~~~~00 LlJ 1 . , - , , , , , , , , , , , . , . , , , , , , . , , , - . , . , . , , , , , . - . . . , , , - , , , - , - , ~IOm~~NNN~~~~~~om~~~~~~~~~~~~m~N~O~~~~~~~~~~~NNmN~~~m~~m ~INNNM~~~~~~~~~~~~ON~~N~~~~N~~~~~~MMO~N~NN~~N~~NV~NN~~~m LlJINNMN~~~NV~~~~V~~mM~~M~~~~MMM~~~VMMN~MVMM~~M~~M~~MMN~~~ ~I -.-- - ---- --.----- -----..-- --- .-...._ -_.__.___ .____.... ~ ~INNNNNNNNNNNNNNNNNNNNNNNNNNNN~~~NNNNNNNNNNNN~~N~NNNNN~~ ~ ~I ~ 1 # ~I " ~ ~I o 1 ~ 1 ~ 1 #1 ~ ~~~~~~~~~~==~=~~~~~~~~~~~m~m~~~~~~~~~V~V~V~~~~V~~~V~~~ ~ Z ~~=~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~NNNNNNNNNNNNNNNNN~~ H 0 NNNNNNNNNNNNNNNNNNNNNNNNNNNNV~~V~~~~~V~~~~~~~~V~~V~~~~ 0 NNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNN ~ ~ ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ 0 ~ ~ ~ ~ m ~ ~~~mO~NMV~~~~mO~NM~M~~~O~~~NM~m~~~mO~NM~~~~~mO~NMVm~~N 0 ~ NNNNMMMMMMMMMM~~V~V~~~~~~~~mooOoooO~~~~~~~~~~NNNNNNNOO 0 000000000000000000000000000000000000000000000000000000 N ~ 000000000000000000000000000000000000000000000000000000 I I I I I I I I I I I I I I I . I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I , I I I I I ~ ~V~V~~~VV~VV~~~~V~~~VV~V~~~~~~~~~~~~~~~~~~~~~~~~~~~~NN Z 0 MMMMMMMMMMMMMMMMMMMMMMMMMMMM~~~~~~~~~~~~~~~~~~~~~~~~~~ M L&J ...... I I I I I I I I I I I I I I I I I I I I I I I I I I I f I I I I I I I I I I I I I I I t I I I I I I I 1 I I ~ ~ ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ m ~ > NNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNN ~ (/) to- 111111111111111111111111111111111111111111111111111111 LlJ ~ ~~~~~~~~~~~~~~~~=~~~~~~~~~~~=~~~~~~~~===~~~=~~~~~~~~~= ~ W ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ~ (/) ~ ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ N ~ 0 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I ~ ~=~~~~~~~~=~~~~~~~~~~~=~~~~~~~m~mmmm~~mmmm~mmmm~mmm~~~ ~ 0 ~ ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ~ LlJ ~ ~ ~m~m~~mmm~mm~~~~~~~~m~~~~~~~m~~m~~~~~m~~~m~~~~~~~~~~~m 0 # ~~~~~~~~~~~~~~~~~~~~~~~~~~~~=~~~~~~~~=~~~~~~~~~~=~~~~~ ~ ~V~V~~VVV~~VV~~~V~~~~~VV~~~~V~~V~~V~~V~~~V~~~~V~~~~~~~ ~ 0 ~ 000000000000000000000000000000000000000000000000000000 I ~ , 000000000000000000000000000000000000000000000000000000 ~ ~ ~ 000000000000000000000000000000000000000000000000000000 N LlJ CJ ~ ~ If) co ~ . .., o a:: Q. Q. ~ ~ a:: o :t II.. c... C/l lfl ..J o ..J o N a:: ~ z M LLI Ol ~ Ol C/l .... C/l LLI ,,, Cl) C/l N < Cl 0 :::l LLI < C/l o Q. :::l 0 :x: a: .... Q. o ~ > ~ a:: LLI Q. o a:: Q. . < '- C/l M~lflCl)~~OlO""NM~lflCl)~~OlO""NM~lflCl)~~OlO""NM~lflCl)~~OlO""NM~lflCl)~~~O""NM~lflCl) OOOOOOO........................................NNNNNNNNNNMMMMMMMMMM~~~~~~~~~~lfllfllfllfllfllfllfl 000000000000000000000000000000000000000000000000000000 000000000000000000000000000000000000000000000000000000 I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I NNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNN ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ 1 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I i ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ NNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNN I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I , I I I I I I I I I I I I I I I I I I I I I I I I ==~~~~=~=~==~~~~=~~~~=~~=~~~~~~~~~~~~~~~=~~~~~CO~~~~~=~ ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I I I I I I I I I I I I I I I I I I I I I I I I f I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 0l0l0l0l0l0l0l0l0l0l0l0l0l0l0l0l0l0l0l0l0l0l0l0l0l0l0l0l0l0l0l0l0l0l0l0l0l0l0l0l0l0l0l0l0l0l~0l0l0l0l0l0l0l ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ lfllfllfllfllfllfllfllfllfllfllfllfllfl~lfllfllfllfllfllfllfllfllfllfllfllfllfllfllfllfllfllfllfllfllfllfllfllfllfllfllfllfllfllfllfllfllf)lfllfllfllfllfllfllfl ~~~~~=~~~=~~~~=~~~=~~~=~~~===~~~~~~~=~=~~~~=~~===~~~=~ ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ 000000000000000000000000000000000000000000000000000000 000000000000000000000000000000000000000000000000000000 000000000000000000000000000000000000000000000000000000 M L:J Cl < c... . Z o o < I- ~ < o LLI C/l C/l LLI (I) C/l < <( ..... C/l Cl)~Cl)Cl)Cl)~Cl)Cl)Cl)Cl)Cl)Cl)Cl)Cl)Cl)~Cl)Cl)Cl)Cl)Cl)Cl)Cl)Cl)Cl)Cl)Cl)Cl)Cl)Cl)Cl)Cl)Cl)Cl)Cl)Cl)~Cl)Cl)Cl)Cl)Cl)Cl)Cl)Cl)Cl)~Cl)Cl)~Cl)Cl)Cl)Cl) ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ NNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNN Cl)Cl)Cl)Cl)Cl)~Cl)~Cl)Cl)Cl)Cl)Cl)Cl)Cl)Cl)Cl)Cl)Cl)Cl)Cl)Cl)Cl)Cl)Cl)Cl)Cl)Cl)~Cl)~~Cl)Cl)Cl)Cl)~Cl)~Cl)Cl)Cl)Cl)Cl)Cl)~~Cl)Cl)~Cl)Cl)Cl)Cl) ~MOOOOO~OOOOOlflOOOOOOOlflOOOOOOOOOOOO~OO~OOOOOOOOOOOOMO""O ....O....~Cl)....lfl~~~~~~....OOOOOOMOOOOOOOOOOOlfllflMlfllflM~lflOOOlfllfl~If)O~OOllfl=~ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . N....OMOlOCl)~~~~~~OlNNN........Nlfl~....~........=........lfl=~NN~NN~........N~....NNNN~........~N~Cl) lflCl)M~MMOIflCl)Cl)Cl)~Cl)""lfllfllfl~~lfl~~~~~~~~N=""lfl~~Ol~~~~Cl)lfl~~~~~~~~~~~~Ol OlO~~~~=Cl)Cl)Cl)Cl)Cl)Cl)~~~~OlOl~Ol~OlOlOlOlOOllflONlflCl)Cl)~Cl)~~~~~OlOlCl)Cl)~~Ol""Ol~Cl)MM .. ... .. ... .. .. .. ... .. .. .. .. .. .. .. .. .. .. .. .. .. ... .. ... .. ... .. .. ... ... .. .. .. .. .. .. .. .. .. ... .. ... ... .. .. .. .. .. .. .. .. .. .. . ~N~~~~~~~~~~~~~~~~~~~~~~~~N~NNNN~~~~~~~~~~~~~~~~N~N~NN ~ ~ < O~OO~OO~~OOOOOOOOOOOO~OOONO~~OOOOOON~~MOOOO~~NOO~OONN~ 0 ~~~~~~~O~~O~~~~~~~OO~~~~~~~OOOO~~~~~~~~OO~O~~~~~M~O~~M W ..",'.".., _ , . , , , , _ , , . , . . . , , . . , . , . , , , . , , . , , , , , . , , . , . , ~ N~~~~~M~N~~~~~~~~~~N~~~~NO~~~~~NN~~~~MMNNN~~~~NN~~~~~~ ~ ~~~~~NO~~~~~~NNNNN~O~~~~~~~~~~~~~~~~~~N~~~~~M~~~~N~O~~ W ~~~~~~~~~~~~~MMMMM~~~~~~~M~~~~~~~~~~NNN~~~~M~~~~~M~N~~ ~ _.___..__ _..___._ _________ ___ ___'___ _.___...____ __.... ~ ~ ~~NMNNN~~~~NNNNNNN~N~NNNNNNNN~~~~~~~NNN~~~~N~~~~~N~N~~ ~ ~ ~ # < , ~ ~ o ~ ~ . ~ ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ~ Z ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~NNNNNNNNNNNNNNNNNNNNNNN ~ 0 ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ 0 NNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNN ~ < ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ 0 ~ ~ ~ ~ ~ ~ ~~~O~~~~O~NM~~~~~~O~NM~~~~~~O~NO~NM~~~~~~O~NM~~~~~~NM~ 0 ~ I~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~OOOOOOOOOO~~~~~~~~~OOO0 o 10000000000000000000000000000000~~~~~~~~~~~~~~~~~~~0000 N ~ 1000000000000000000000000000000000000000000000000000000 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I ~ NNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNMMMM Z Q ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ('!") LLJ ..... I I I I I i I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I t I I I I I I ~ X ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ~ ~ > NNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNN -of CI)...... IIIII1111111111I111111111111I11111111I11111I1111111111 W ~ ~=~~~~~~=~~~~~~~~~~~~~~~~~~~=~~==~~~~=~=~~~~~~=~~~~~~~ ~ ~ ~~~~~-f-f~~~~~-f~-f~-f~-f-f-f-f~~~~~~~~~~~-f~-f~~~-f~~~-f~~-f~~~~-f~~ ~ ~ ~ ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~-f~~-f~~~~~~~~~~~~~~~~~-f N <t 0 1 I I I I I I I I 1 I I I I I I 1 I 1 I I I I I I I I I I I 1 I I I I 1 I I I I I I 1 I I I I I I I I I I I ~ ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ~ 0 ~ ~~~~~-f~~~~~~~~-f~~~-f~-f-f-f~~-f~~~~~~~~~-f~-f~~-f~~~-f~~~~-f-f-f~-f ~ W I <t ~ I~~~~~~~~~~~~~U)~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ o .I~=~~~~~~=~~~~~~~~~~~~~=~~~~~=~~=~~~~~=~~~=~~~~=~~~=~~~ ~ I~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ~ 0 <IOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOO~00 % ~ '1000000000000000000000000000000000000000000000000000000 ~ ~ ~IOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOCOO00 ~ W CJ <l: a. I ~I ~I ~I 100~~000000~000~000NO~mNmOOOOOoOO~000~00NOOO~00~000~~~~ OINO~~O~~~~mMOOO~~~O~~~NN~~~~~O~~ON~OO~~~N~~m~OON~OM~~Mm WI' , . . , , - . , , , , , , , , , , - , , , , , , . , . , . , , . , , , - , , . . - . , . . . . , . - , , , ~IOON~~~~~~~~~NN~MON~ON~m~mmNNO~~N~~~~~mNN~NNMN~~~NO~MOO~N ~IO~~~~ON~N~O~~~~M~~~~~~O~~~~M~~~mOO~~~N~~M~~~~~OO~~~~O~~~ WI~~~~~NM~MNN~~mN~~mm~~~MmO~~~~oo~~o~m~~~~~~~~N~~~~OOONmOO~ ~I - -. - -... - - - -. - - - - - - - - -. - -. - - - -. - -.. - - - - - - -. - - -.. - -.... ~ ~I~~~~~NNNNNN~~~N~~~~~~~N~N~~~N~~NN~~~~~~~~~~N~N~~~NN~~~ ~ ~I ~ 1 . ~I 'I ~ ~I o I ~ ~ ~ ~ ~~~~~~~~~~NNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNMMMMMMMMM ~ Z NNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNN H 0 ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ 0 NNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNN ~ ~ ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ 0 ~ ~ ~ ~ ~ ~ ~~~~~O~NM~~~~OOmO~NM~~~~OO~O~NM~~~~~mO~NM~~~~~~O~NM~~~~~ 0 ~ OOOOO~~~~~~~~~~NNNNNNNNNNMMMMMMMMMM~~~~~~~~~~~~~~~~~~~ 0 000000000000000000000000000000000000000000000000000000 N ~ 000000000000000000000000000000000000000000000000000000 I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I ~ MMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMM Z 0 ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ('Y') W too-t I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 11 I 11 I I I f I I I I I I I I I I I f I I ~ ~ ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ m ~ > NNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNN ..... (/'J t- 1 I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I f 1 I I I I I W ~ ~OOOOOOOO~OOOO~~~~~~~~~~~~~OOOO~~~~~~~~~~~~~~=~=~~~~~~~=~~OOOO~= ~ W ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~.....~~~~~~~.....~~~~~~~~.....~~.....~ ~ ~ ~1...............~~..........~.....................................................................................~............................................................~....................~..........~..............................~ N ~ 0 I I I 1 I I I 1 1 I I 1 I 1 II I 1 I I I I I I I I I 1 I I I I I I I I I 1 I 1 I I I I I I 1 I I I I I I I I ~I~mmm~mmmmmmm~mmmmmmm~mm~m~mmmm~~m~m~mmm~~~~~~mm~mm~m~~ ~ 0 ~l''''''''''''''''''''~'''''''''''''''''''''''''''''''''''''''',,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,~,,,,,,,,,,,,,,,,,,,,,,,,,~,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,~,,,,,,,,,,,,,,,,,,,,,,,,,~,,,,, ~ W 1 < ~ I~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ o .'~OO~OOOOOOOO~OOOOOO=~OO~OO=~OO~=~~OOOO~~~~=OO~~~~~OOOO~OOOOOO=OOOOOO~~~OOOO=== ~ I~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ~ 0 ~IOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOO00 ~ ~ "000000000000000000000000000000000000000000000000000000 ~ ~ ~IOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOO00 ~ Ll.J Cl < Cl. ~ ~ < MO~~~~OOOOOOOONOOOOO~~OO~O~~O~OOOOOO~~M~OOO~OOOO~OOOOO 0 MO~~MN~OOMMMMM~O~~~~~~~~~O~~O~OOO~~~~=M~~~OM~OOOM~~OOO LIJ .,.".,..,..,.,."..,.,....,..,...."......,."..,.... ~ ~~~~~~M~~~~~~O~~~~NNMM~N~~~~M~~~~NNNM~~~~M~N~N~~MNN~~~ ~ M~~~~~~~~~===~~~~~~~~~~~N~~~~M~~~~~~N~~~~~~~~~~~~~~~~~ LIJ ~OO~~~~~~~~~~=~~O=~~==~~M~~~=~~~~~~~~~~~~M~~~~~~~~~~~m ~ __ _____ __ ___ ___ __ _________ _ __ ____.__ __ __ ___._ .__ _ _____ ~ ~ ~NNN~~~~~~~~~N~~N~~~~~~~N~~~~~~~~~~~~~~~~N~~N~~~~~~~~~ ~ <, ~ , . <, 'I ~ ~, o 1 ~ I ~ , #1 ~ IM~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~NNNNNN~m~~NN~~ ~ ZIN~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~MMMMMMMMM~~~~~~~~NNOO~~ H OI~NNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNmmNN o NNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNOOOONN ~ < ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~OOOO~~ 0 ~ ~ ~ ~ ~ ~ m~~~~mo~~~~=mO~~~O~NM~~~~=~O~NO~NM~~~~~m~~=~O~ON~m=mO~ 0 ~ ~OOOOO~~~~~~~NNNNMMMMMMMMMM~~~~~~~~~~~~~~~~~~~====~m~~ 0 000000000000000000000000000000000000000000000000000000 N ~ 000000000000000000000000000000000000000000000000000000 I I : I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I : I I I I I I f I I I I I I I ~ M~~~~~~~~~~~~~~~~~~~~~~~~~~~~~NNNNNNNNNNNNNNNNNNNNNNMM Z 0 ~NNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNN ('t) LLJ ..... I I I I I I I I I I I ~ I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I It! I I I I ~ ~ ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ m ~ > NNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNN ~ ~ ~ I I I I I I III I , 1 I I I I I I II I 1 1 I I I I I I I I 1 1 I I I 1 I I I I I I I 1 I I I I I I I I I I LIJ ~I=====~==~=========~=====~==~====~====~~=~===~~==~~==~= ~ WI~~~~~~~~~~~~M~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ~ ~ ~I~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ N < 0 I I I I I I I I I II I I I I I I II I I I I I III I I I 1 I I I I I I I II I I 1'1 I I I I I I 1 I I I ~I~~~m~~~~~~mmmmm~m~mmm~~m~~~~~~~~mm~m~~mmm~~~~~mm~~m~~m ~ 0 ~I~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ~ LIJ I < ~ I~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ o #I==~=~==============~=======~=~===~=~~~==~===~=======~= - ~ I~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ~ 0 <1000000000000000000000000000000000000000000000000000000 ~ ~ "000000000000000000000000000000000000000000000000000000 ~ ~ ~IOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOCOO00 ~ IJ.J ~ < c.. lfl ... ., . ~ o c:: c. c. % I-l c:: o ::[ u. Co en ll'l ..J o ..J .. 0 N c:: l- . Z M llJ Cl % Cl en -t en llJ . en (,C) en N ct C 0 ::> llJ <( en o ll.. ::> 0 :I: c:: I- ll.. r-- UJ C <( 0.. I 1-1 ::[1 <( OOOOOOOOOOOOOOO.,OOOOOOOOClOOOOOOOOOOO(,C)r--ClOOClOOOOOOOOOOO= 0 OOOOOOMOOll'lll'lO-tll'lll'lMll'lll'lll'lll'lll'lOll'lll'l=Oll'lOOll'lll'lll'lMOOOll'lOOOCl-tll'lll'lll'lll'lOONOOOll'lr-- UJ ....,............. _ . , , , , . , . . . . , , . , . . , . . , , . , . . . . , , . , . . . en -t-t-t~-t~M~NNN~ONN~NNNNll'l-tNN(,C)-tN-t~('c)NN(,C).-I-tr--~ll'l(,C).-IClONNNN"-t~~-t~N('c) en r--r--r--r--r--r--Or--ll'l.,.,r--M""ll'l.,.,.,.,r--r--.,.,Or--.,r--r--r--.,.,...r--r--(,C)Clll'lOr--N(,C).,.,.,.,Nr--Or--r--r--.,-t UJ ClClClClClClMClr--('c)('c)Clr--(,C)(,C)r--(,C)(,C)(,C)(,C)r--Cl(,C)(,C)r--Cl('c)ClCl-t('c)"('c)ClClr--~r--"'Cl.-l"'('c)('c)('c)('c)"'Clr--ClClCl('c)N en ... _ _ . . . . . . . . _ . . . _ . . . _ . . . . . . . . . . . . . _ _ _ _ _ _ _ _ _ _ _ . . . _ . . . _ en -t~-t~-t-tN~-t-t-t-t.-l-t-t~~-t-t-t-t~-t-t-t-t-t-t~N~N~-t-tNN-t~.-IN-t-t-t-t~N-t~~-t-t-tN <( <( , en . ll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'l-tClNll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'l('c) (,C)(,C)(,C)(,C) Z "".""""""""""""""""."""""M-t~"""""""""""""""""""""ll'lll'lll'lll'lll'l 0 NNNNNNNNNNNNNNNNNNNNNNNNNMNMNNNNNNNNNNNNNNNNNNNNNNNNNN 0 NNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNN <( (,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C) 1 NM.,ll'l (,C)r--=ClO-tNM"ll'l(,C)r--"'ClO-tNM"ll'l(,C)r--M.,ClO-tNM"ll'l(,C)r--= ClO-tNM"ll'l(,C)r--=ClM"ll'lr--= (,C)(,C)(,C)(,C)(,C)(,C)(,C)(,C)r--r--r--r--r--r--r--r--r--r--...==............=OOO~-t-t~-t-t-t-t-t~NNNNNNNNNNMMMMM 000000000000000000000000000000000000000000000000000000 000000000000000000000000000000000000000000000000000000 I 1 1 I I I I I I 1 1 I 1 1 I I I I I 1 I 1 1 I I 1 I I I 1 I I I I 1 1 I I I I 1 I t I 1 I I 1 I I I I I 1 MMMMMMMMMMMMMMMMMMMMMMMMMM.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,,,,,,,,,,,,,,,,,,,,,,,,,,, 0 NNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNN I-l I I 1 I 1 1 1 1 I I I I 1 I I I I I I I I I I I I 1 I I I I 1 I I 1 1 I I 1 I 1 lit I 1 I I 1 I I I 1 1 I ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ > NNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNN to- I I I I I I I I I I I I I I I I I I I I I I I I I , I I I I I I I I I I I It. I I I I I I I I I I I I I I c:: =.........=...===......==...====......=...==============...=...=...==............=.........=== UJ -t-t-t~.-I~~~-t~~~-t-t-t~-t-t-t-t-t-t-t-t-t-t-t-t-t~-t.-l~-t-t-t-t-t~-t-t-t-t-t-t-t~-t-t~-t-t-t-t Co -t-t-t~-t~-t~-t-t-t~-t-t-t-t-t-t~-t-t-t-t.-l-t.-l.-l.-l.-l-t-t.-l.-l.-l.-l-t~-t~-t~.-I-t.-l.-l.-l~-t-t.-l-t-t-t-t 0 I II I I I I I I I I II I I 1 I 1 I 1 I I I I I 1 I III I I I I I I I I I I I I 1 1 I I I I I I 1 I I I c:: ClClClClClClClClClClClClClClClClClClClClClClClClClClClClClClClClClClClClClClClClClClClClClClClClClClClClClCl ~ ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lUIll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'lll'llflll'lll'lll'lll'lll'lll'lll'l · ...=...............=...............==..................===========...===...===......===......=~=...=== .,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,., <( 000000000000000000000000000000000000000000000000000000 , 000000000000000000000000000000000000000000000000000000 en 000000000000000000000000000000000000000000000000000000 I ~I ~I <I 10~0000000000000000~000CM~~0~000~0000000~000000000000~0 QIO~OOO~~~OOOO~~O~~~N~~~~O~~~~~~~~OOOOOO~~~~OOOOOO~~OO~~ llJ "....,..,......., - . , . , , , . . . . . . . , , , . , . . . . . . . . , , . . . . . . , ~ ~~~~~NNN~~~NNN~~~~~~~~~~NN~NNNN~~~NN~~NNO~~~N~~~OO~~~~ ~ ~~~~~~~~~~~~~~~~~~~~~~~~m~~~~~~M~M~~~~~MM~~~~~~~~M~~~M llJ ~N~~~~~~~m~~~~~~~~~~~~~~NN~O~~~~~~~~m~~~~Om~~M~~~~~~~~ ~_.___.._____.._._.._._.._.._..__.....______________... ~ ~ ~N~~~~~~~~~~~~~NNNNNNNNNNNNN~~~~~~~~~~~~~N~~~N~~~~~~~~ ~ < ~ . < , ~ ~ o ~ ~ . ~ ~~~~OOOOOM~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ~ Z ~~~~~~~~~N~~~~~~~~~~~~~~~~~~=~~~=~~~~=~=~~~~~~~~~~~~~~ H Q NNNNMMMMM~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ Q NNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNN ~ < ~~~~~~=~~~~~~~~~~~~~=~~~~~~~~~~~~~~~~=~~~~~~~~~~~~=~~~ 0 ~ ~ ~ ~ ~ ~ I~NM~~~~~~N~~~~~O~NM~~~~~mO~NM~~=~~O~NM~~~~~~~~~~~~~O~N o ~ 1~~~~~~~~~~OOOoO~~m~~~~~~~OOOOOOOO~NNNNNNNNNMMMM~~~~~~~ o 10000000000000000000000000~~~~~~~~000000000000000000000 N ~ 1000000000000000000000000000000000000000000000000000000 I f I I I I f I I I I I I I I I I I I I I I I I I I I . I i I I I I I I I I I I I I I I I I I I I I I I I I I ~ I~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~NNNNNNNNNNNNNNNNNNNNN - Z QINNNNNNNNNNMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMM M LlJ HII II I I I1I1 I I I II I II II I II III I I II I I I I II I II I I I II II II II I I II I ~ ~ I~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ~ ~ >INNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNN ..... u) ..... I I I t I I I I 1 I I I I I I I I I I I I I I I I I I I I I . I I I I I I I I I I I I I I I I , I I I I I I I LlJ ~I~=~~~~~~~~~~~~~~~~~~~~~~~~~~=~~~====~=~~~=~~~~~~~~~~~~ . ~ llJl~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ~ ~ ~I~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ N < 0 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I ~I~~~~~m~~~m~~~m~~~~m~~~~~~~mm~mm~~~~mm~~~m~~~~m~~~~~~mm ~ 0 ~I~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ~ LlJ I < ~ I~~~~~~~~~~~~~U)~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ o .I~~~~~~~~~~~~~~~~~~~~~~~~~=~~=~~~~=~~~==~~~~~~~~~=~=~~~ ~ I~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ~ 0 <1000000000000000000000000000000000000000000000000000000 ~ ~ '1000000000000000000000000000000000000000000000000000000 ~ ~ ~IOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOO00 ~ L!.J ~ < ~ ~ :E < << OOOOONNOOOO~OOOOOOO~O~OOOO~OOOOOOO~~OO~N~~OO~~~O~~ o O~~~~~M~OOO~~~~ON~O~OM~~~~NOOOOOOONOO~=~~~~~~~~~~~ liJ ,..,.....".....,.,.",....,...,.,.,."...,.,..... o ~NNNNN~~~~~~NNN~ON~~~mmmm~~~~==~~~~O~~~~~~mN~M~~m~ o ~~~~~~~~M~~N~~~~O~~m~~MMMMM~NNNNNN~~O~~~~~~O~~=~~~ liJ ~~~~~~~~~m~M~~~mN~mMmm~~~~~M~~~~~~~~N~~m~~~~M~O~~M 0--.-....------....--.-.-.-....--------.--..-.----- ~ 0 ~~~~~~N~N~~N~~~~NN~N~N~~~~~~NNNNNN~~~~=~m~~o~~=~~~ = < ~~ ~M NM ~ ~ . < - , ~ .., 0 o c:: ll.. *' ll.. ~~~~~~~~~~~~~~~~~~~~~NNNNNN~=~=~~~OOOO~~~~~O~~NN~ :E z ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~N~~~~~mmmNmm~~~ ~ 0 ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~NMMM~~~~~N~~=~~ o NNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNOO~ c:: < ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~OOO~~~~~~~~OOO o :E Ll.. ll.. CIl ~ ~ ~~~~~mO~NM~~~~~mO~NM~O~NM~~mO~NM~~~~O~NM~~OM~~NM~ o ~ ~~~~~~~~~~~~~~~~~~~~~m~~m~m~~~~~~~OO~~OOOO~OOO~~~ o 0000000000000000000000000000000000000000000000000 N c:: 0000000000000000000000000000000000000000000000000 I t I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I ~ ~~~~~~~~~~~~~~~~~~~~~MMMMMM~~~~~~~~~~~NNNNNMMMMMM Z 0 MMMMMMMMMMMMMMMMMMMMM~~~~~~~~~~~~~NNNNNNNNNNNNNNN M IJJ I-t I I I I I f I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I ~ ~ ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ m CIl ~ NNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNN -t c/) I- I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I liJ c:: ~===~===~===~===~~~=======~~=~=================~= ~ ~ -t~~~~~~-t~~~~~~~~~~~-t-t~~~-t~~-t-t~~~-t~~~~~~~-t~~~~-t~~~ ~ CIl ll.. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ N <: 0 I I II III III II I II I 1 1 1 I I II I I I I I I 1 I I II I I I 1 I III I 1111 I I C::lmm~m~mmm~m~~~mmmmmmmm~m~m~mmmmmmm~oooooOOOOOOOOOO ~ Q ll..1~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~NNNNNNNNNNNNNNN ;:) UJ I < CIl I~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ o .,==========~=======~===~=~=~~~~=~~==~====~~==~~=~~ ll.. I~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ;:) 0 <'0000000000000000000000000000000000000000000000000 = c:: "0000000000000000000000000000000000000000000000000 ~ ll.. 010000000000000000000000000000000000000000000000000 m liJ ~ < ll.. 4401 Xylon Avenue North Telephone: 612-531-5100 New Hope, Minnesota 55428-4898 TOO Line: 612-531-5109 PID NO/OWNER: YOUR ASSESSMENT: INTEREST RATE/TERM: TIME AND PLACE GENERAL NATURE OF IMPROVEMENTS: ASSESSMENT ROLL OPEN TO INSPECTION: AREA PROPOSED TO BE ASSESSED: City Hall Fax: #612-531-5136 Police Fax: #612-531-5174 Public Works Fax: #612-533-7650 NOTICE OF HEARING ON ASSESSMENTS FOR STREET RESURFACING AND SEWER IMPROVEMENT NO. 485 1- $2- 8% Over 15 Years Notice is hereby given that the City Council of the City of New Hope, Minnesota, will meet in the City Hall at 4401 Xylon Avenue North in the City of New Hope, Minnesota, on Monday the 27th day of September, 1993, at 7:00 o'clock p.m. to consider objections to the proposed assessments for Street Resurfacing and Sewer Improvement No. 485. The general nature of the improvement was the resurfacing and construction of 5.1 miles of residential and 0.85 miles of commercial collector streets, storm sewer extensions, water main improvements and sanitary sewer repairs including construction of concrete curb and gutter, grading, construction of base and asphalt surface, installation of pipes, manholes, catch basins, valves and fittings and all other appurtenant works and services reasonably required to complete said construction. The proposed assessment roll is on file with the City Clerk and open to public inspection. The area proposed to be assessed consists of every lot, piece or parcel of land benefitted by said improvement, which has been ordered made and is as follows, in the City of New Hope, Minnesota: ALL PROPERTIES ABUTTING ENSIGN AVENUE NORTH BETWEEN 36TH AVENUE NORTH AND NORTHWOOD PARKWAY: 3601 through 3689 Ensign Avenue North 8908 36th Avenue North ALL PROPERTIES ABUTTING NORTHWOOD PARKWAY BETWEEN JORDAN AVENUE NORTH AND BOONE AVENUE NORTH: 8709 Northwood Parkway 8900 through 9433 Northwood Parkway 9001 Northwood Circle Family Styled City. For F .mily living ALL PROPERTIES ABUTTING HILLSBORO COURT; NORTH OF 35TH A VENUE NORTH AND SOUTH OF 36TH AVENUE NORTH: 3508 through 3564 Hillsboro Court 3568 Hillsboro Avenue North ALL PROPERTIES ABUTTING 35TH AVENUE NORTH BETWEEN HILLSBORO AVENUE NORTH AND ST. JOSEPH'S CATHOLIC CHURCH: 9009 35th Avenue North 9100 through 91 57 35th Avenue North 3454 Flag A venue North ALL PROPERTIES ABUTTING ENSIGN AVENUE NORTH; NORTH OF ENSIGN COURT AND SOUTH OF 36TH AVENUE NORTH: 9001 36th Avenue North 331 6 through 3541 Ensign Avenue North 8916 34th Avenue North ALL PROPERTIES ABUTTING 34TH AVENUE NORTH BETWEEN FLAG AVENUE NORTH AND ENSIGN AVENUE NORTH: 9000 through 9009 34th Avenue North 3316 Flag Avenue North ALL PROPERTIES ABUTTING GETTYSBURG AVENUE NORTH, GETTYSBURG COURT, FLAG AVENUE NORTH, ENSIGN AVENUE NORTH AND ENSIGN COURT; NORTH OF 32ND AVENUE NORTH AND SOUTH OF 33RD AVENUE NORTH: 3200 through 3249 Gettysburg Avenue North 3217 through 3241 Gettysburg Court 3202 through 3219 Flag Avenue North 3200 through 3252 Ensign Avenue North 3216 through 3244 Ensign Court ALL PROPERTIES ABUTTING 32ND AVENUE NORTH BETWEEN INDEPENDENCE AVENUE NORTH AND BOONE AVENUE NORTH: 9001 through 9325 32nd Avenue North ALL PROPERTIES ABUTTING HILLSBORO AVENUE NORTH, 32ND COURT NORTH AND 32ND CIRCLE NORTH; NORTH OF 31ST AVENUE NORTH AND SOUTH OF 32ND AVENUE NORTH: 3100 through 3156 Hillsboro Avenue North 8801 through 8815 32nd Court North 8709 through 8731 32nd Circle North Page 2 ALL PROPERTIES ABUTTING XYLON AVENUE NORTH; NORTH OF 33RD AVENUE NORTH AND SOUTH OF 36TH AVENUE NORTH AND SOUTH OF 28TH AVENUE NORTH AND NORTH OF 27TH AVENUE NORTH: 3301 through 3560 Xylon Avenue North 2700 through 2749 Xylon Avenue North ALL PROPERTIES ABUTTING WISCONSIN AVENUE NORTH BETWEEN 36TH AVENUE NORTH AND 35 1/2 A VENUE NORTH AND ALL PROPERTIES ABUTTING 35 1/2 A VENUE NORTH BETWEEN WISCONSIN AND VIRGINIA AVENUE NORTH: 3500 to 3551 Wisconsin A venue North 8111 through 81 51 35 1 /2 Avenue North 3501 Virginia Avenue North ALL PROPERTIES ABUTTING YUKON AVENUE NORTH, ZEALAND AVENUE NORTH, AND AQUILA AVENUE NORTH; NORTH OF 33RD AVENUE NORTH AND SOUTH OF 36TH AVENUE NORTH: 3301 through 3536 Yukon Avenue North 3500 through 3560 Zealand Avenue North 3431 through 3548 Aquila Avenue North ALL PROPERTIES ABUTTING 34TH AVENUE NORTH AND 33RD AVENUE NORTH BETWEEN BOONE AVENUE NORTH AND XYLON AVENUE NORTH: 8300 through 8617 34th Avenue North 8208 through 8641 33rd Avenue North ALL PROPERTIES ABUTTING BOONE CIRCLE AND 33RD PLACE NORTH; SOUTH OF 34TH A VENUE NORTH AND NORTH OF 33RD AVENUE NORTH: 3344 through 3364 Boone Circle 8300 through 8408 33rd Place North ALL PROPERTIES ABUTTING 30TH AVENUE NORTH BETWEEN FLAG AVENUE NORTH AND BOONE AVENUE NORTH: 3000 Ensign A venue North 3000 and 3001 Cavell Avenue North 3001 and 2931 Boone A venue North 8708 through 9025 30th Avenue North ALL PROPERTIES ABUTTING WINNETKA AVENUE NORTH, WINPARK DRIVE AND NEVADA AVENUE NORTH; SOUTH OF 36TH AVENUE NORTH AND NORTH OF 32ND AVENUE NORTH: 3216, 3440 and 3510 Winnetka Avenue North 7701 to 7729 Winpark Drive 7716 to 7724 Winpark Drive 3216 through 3440 Winpark Drive 3401 through 3531 Nevada Avenue North 7301 36th Avenue North Page 3 TOTAL AMOUNT OF PROPOSED ASSESSMENT: WRITTEN OR ORAL OBJECTiONS: RIGHT OF APPEAL: LIMITATION ON APPEAL: DEFERMENT OF ASSESSMENTS: SPECIFIC AMOUNT TO BE ASSESSED: INTEREST RATE: PREPAYMENT THIS YEAR: PREPAYMENT SUCCEEDING YEARS: The total amount proposed to be assessed is $1,170,396.26. Written or oral objections will be considered at the hearing. An owner of property to be assessed may appeal the assessment to the district court of Hennepin County pursuant to Minnesota Statutes, Section 429.081 by serving notice of the appeal upon the Mayor or Clerk of the City within 30 days after the adoPtion of the assessment and filing such notice with the district court within ten days after service upon the Mayor or Clerk. No appeal may be taken as to the amount of any assessment adopted by the City Council unless a written objection signed by the affected property owner is filed with the Clerk prior to the assessment hearing or presented to the presiding officer at the hearing. All objections to the assessments not received at the assessment hearing in the manner prescribed by Minnesota Statutes, Section 429.061 are waived, unless the failure to object to the assessment hearing is due to a reasonable cause. Under the provIsions of Minnesota Statutes, Sections 435.193 to 435.195, the City may, at its discretion, defer the payment of assessments for any homestead property owned by a person 65 years of age or older for whom it would be a hardship to make the payments. The procedure for applying for such a deferment is set forth in New Hope Code 1.60 et. aI., a copy of which is available upon request at the office of the City Clerk. The amount to be specifically assessed against your particular lot, piece, or parcel of land is stated on the first page of this notice. If the assessment is not paid within 30 days from the adoption of the assessment roll, interest will accrue on the assessment at the rate of 8%. Interest accrues from the date to be soecified in the resolution levvinQ the assessment, but not earlier than the date of such resolution. You may prepay the entire assessment to the Finance Director or Assessment Clerk of the City prior to November 30, 1993, when the assessment roll is certified to the County Auditor. In subsequent years, prepayments of the entire amount remaining due may be made to the Finance Director or Assessment Clerk at any time prior to November 15 of any year, provided that the installment and interest in process of collection on the current tax list shall be paid to the County Treasurer and the remaining principal balance shall be paid the City Finance Director or Assessment Clerk. The prepayment shall include the remaining assessment with interest accrued to December 31 of the year in which the prepayment is made. Page 4 NO PARTIAL PREPAYMENT: The City Council has not authorized the partial prepayment of assessments prior to certification of the assessment or the first installment thereof to the County Auditor. Dated: September 10, 1993. BY ORDER OF THE CITY COUNCIL 'fZtuu~citmu- Valerie Leone, City Clerk Page 5 4401 Xylon Avenue North Telephone: 612-531-5100 New Hope, Minnesota 55428-4898 TOO Line: 612-531-5109 City Hall Fax: #612-531-5136 Police Fax: #612-531-5174 Public Works Fax: #612-533-7650 September 10, 1993 TO WHOM IT MAY CONCERN: SUBJECT: 1992 Street Improvement Project #485 Enclosed is a copy of the assessment hearing notice for the 1992 Street Improvement Project #485 that is being mailed to the current owner of the affected property. The City's records show that when the public hearing notice was mailed in April of 1992, you were the owner/taxpayer of this property. The City is holding a public hearing to consider objections to the proposed assessments on Mondav, Seotember 27th, at 7:00 O.m. in the Council Chambers at City Hall. If the assessment roll is adopted by the City Council on September 27th, the entire amount of your assessment may be paid in full without interest prior to October 27, 1993 (a 30-day period). If there is money being held in escrow to prepay this assessment, please contact the title company or financial institution that is holding the money and make them aware of the final figures and dates. Questions may be directed to the Special Assessment Clerk at (612) 531-5132. i?LUUh~ Valerie Leone City Clerk Family Styled City~ For Family living dUmfOWNEfiS Ilalllll::e:tnmsPA;i ..................................., h.............................-..... .................................... 18-118-21 32 0063 ROBERT HUDY CECELlA HUDY 123 KENWOOD DR N #102 BAXTER MN 56401 18-118-21 32 0075 CARL LARSON JR 4835 OAKVIEW LA N PLYMOUTH MN 55442 18-118-21 34 0038 CAROLL SATRE MARILYN SATRE 3648 ENSIGN AVE N NEW HOPE MN 55427 19-118-21 12 0005 ROBERT BRAUN 3512 YUKON AVE N NEW HOPE MN 55427 19-118-21 120027 ARNOLD SCHLESKE 1851 VALDERS AVE N GOLDEN VALLEY MN 55427 19-118-21120052 VIVIAN HOWELL DALLAS HOWELL 5152 EWING AVE N BROOKLYN CENTER MN 55429 19-118-21 120083 EVELYN HANSON 5290 VILLA WAY EDINA MN 55436 19-118-21120103 ALLAN JOHNSON 11750 TULIP ST NW #220 COON RAPIDS MN 55433 19-118-21 13 0043 DONALD HElL 3352 BOONE CIR NEW HOPE MN 55427 18-118-21310050 MARY SCH EPMAN 14010 64TH AVE W EDMONDS WA 98020 18-118-21310076 LORRAINE LIEBERMAN 9216 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 32 0068 JOHN BATSON 215 S BARRY AVE #109 WAYZATA MN 55391 18-118-21 32 0071 THOMAS TOURVILLE JANET TOURVILLE BOX 864 GOODLAND FL 33933 18-118-21 32 0079 SUSAN KOEHNEN 9325 NORTHWOOD PKWY NEW HOPE MN 55427 18-118-21 34 0001 KAREN MINGE 14020 #5 44TH PL N PLYMOUTH MN 55446 19-118-21 11 0007 RICHARD GLASSMAN BETH GLASSMAN 9910 29TH AVE N PLYMOUTH MN 55442 19-118-21110023 JAY JONELL ERIN JONELL 1635 SHADY VIEW LA N PLYMOUTH MN 55447 19-118-21 120011 WADE ZITZLOFF C. J. ZITZLOFF 2860 PILGRIM LA PLYMOUTH MN 55441 19-118-21120014 MICHAEL O'MARA ANNETTE O'MARA 3460 YUKON AVE N NEW HOPE MN 55427 19-118-21 12 0044 DA VID WAGNER DENISE WAGNER 4555 NATHAN LA #203 PLYMOUTH MN 55442 19-118-21 12 0050 MICHAEL V ARECKA L. V ARECKA 10683 MONTICELLO LA MAPLE GROVE MN 55369 19-118-21 12 0056 ELIZABETH REX JOANNE CUMMINS BRISTOL 11675 195TH ST W LAKEVILLE MN 55044 19-118-21 120073 HENRY MORRIS 3635 43RD AVE W SEATTLE WA 98199 19-118-21 12 0086 LARRY JOHNSON JOY JOHNSON 3451 XYLON AVE N NEW HOPE MN 55427 19-118-21 12 0088 GREGORY DUPPLER CHARMAINE DUPPLER 1 251 5 48TH AVE N PLYMOUTH MN 55442 19-118-21120105 EDWARD MCCONVILLE 4405 NORWOOD LA PLYMOUTH MN 55442 19-118-21 13 0009 T. A. & L.E. BESCHORNER C/O TERRY ZUEHLKE 217 CONACROSS RD GOLDEN VALLEY MN 55422 19-118-21 13 0046 JUDITH ANDREW 14601 ATRIUM WAY #310 MINNETONKA MN 55345 19-118-21 21 0008 DONALD WARREN 13514 PARKWOOD DR BURNSVILLE MN 55337 19-118-21 21 0030 M. F.SULLlVAN M. R. SULLIVAN 23 CLIFTON RD WELLESLEY MA 021 81 19-118-21 21 0031 RICHARD DODGE 11 232 70TH PL N MAPLE GROVE MN 55369 19-118-21220015 ALANNA SALPER 634 ASPEN AVE BISMARK NO 58501 19-118-21 240049 DONALD OSTER BONITA OSTER 2310 NELSON CREEK DR OMAHA NE 68164 19-118-21310090 JOHN MOELLER JUDITH MOELLER 1618 BOW TREE DR WEST CHESTER PA 19380 19-118-21 31 0105 JOYCE RASMUSSEN 17591 81 ST PL N MAPLE GROVE MN 55369 19-118-21 34 0067 KEVIN HAYDEN ANNE HAYDEN 291 5 TRENTON LA PLYMOUTH MN 55441 4401 Xylon Avenue North Telephone: 612-531-5100 New Hope, Minnesota 55428-4898 TOO Line: 612-531-5109 City Hall Fax: #612-531-5136 Police Fax: #612-531-5174 Public Works Fax: #612-533-7650 September 10, 1993 Dear New Hope Property Owner: The construction of the 1992 Street Resurfacing Project #485 has been completed. Thank you for your cooperation during the construction process. The final costs have been tabulated and the assessment against your property has been determined and is stated on the enclosed notice. Please read this notice carefully as it sets out your rights and remedies regarding the assessment. The City is holding a public hearing to consider objections to the proposed assessments on Mondav, Seotember 27th. at 7:00 O.m. in the Council Chambers at City Hall. If the assessment roll is adopted by the City Council on September 27th, the entire amount of your assessment may be paid in full without interest prior to October 27. 1993 (a 30-day period). If you do not choose to prepay the assessment, it will then be certified for collection with your real estate taxes with taxes payable in 1994. If the assessment is put on your taxes it will be spread in equal annual installments over 1 5 years bearing interest at 8 %. The first installment will include interest on the total assessment from October 1, 1993 through December 31, 1994, or 15 months interest. We will advise you of the action resulting from the public hearing. Questions may be directed to the Special Assessment Clerk at (612) 531-5132. Valerie Leone City Clerk Family Styied City. For Family living 4401 Xylon Avenue North Telephone: 612-531-5100 New Hope, Minnesota 55428-4898 TOO Une: 612-531-5109 City Hall Fax: #612-531-5136 Police Fax: #612-531-5174 Public Works Fax: #612-533-7650 September 10, 1993 Dear New Hope Property Owner: The construction of the 1992 Street Resurfacing Project #485 has been completed. Thank you for your cooperation during the construction process. The final costs have been tabulated and the assessment against your property has been determined and is stated on the enclosed notice. Please read this notice carefully as it sets out your rights and remedies regarding the assessment. As you know, substantial utility improvements and curb repairs were required in the street in front of your home. As a result, it was necessary to construct a new concrete curb and driveway approach for your property. Although you are not being charged for any utility improvements, your assessment includes approximately $500 for the driveway approach/curbing. Homeowners in other areas where curbs were only repaired are assessed a similar amount if they requested driveway work. The assessment to your property is based on treating properties similar based on benefit. The City Council has determined that your property received a higher benefit than other properties in the assessment area. The City is holding a public hearing to consider objections to the proposed assessments on Mondav, Seotember 27th. at 7:00 O.m. in the Council Chambers at City Hall. If the assessment roll is adopted by the City Council on September 27th, the entire amount of your assessment may be paid in full without interest prior to October 27. 1993 (a 30-day period) . If you do not choose to prepay the assessment, it will then be certified for collection with your real estate taxes with taxes payable in 1994. If the assessment is put on your taxes it will be spread in equal annual installments over 1 5 years bearing interest at 8 %. The first installment will include interest on the total assessment from October 1, 1993 through December 31, 1994, or 15 months interest. We will advise you of the action resulting from the public hearing. Questions may be directed to the Special Assessment Clerk at (612) 531-5132. Valerie Leone City Clerk Family Styled City~ For Family Living 18-11 8- 21 31 0046 1 8-11 8- 21 31 0047 18-118-21 31 0048 ROBERT WHITE LEE ROBERT LINDQUIST MARL YS SPICER JANET WHITE 8956 NORTHWOOD PKWY 8964 NORTHWOOD PKWY 8948 NORTHWOOD PKWY NEW HOPE MN 55427 NEW HOPE MN 55427 NEW HOPE MN 55427 2,321.60 2,176.50 2,176.50 18-118-21 31 0049 18-118-21 310050 18-118-21 31 0051 JAMES KORINEK STEVE BERRYHILL D. R. MATTSON 9000 NORTHWOOD PKWY KATHLEEN BERRYHILL ILA MATTSON NEW HOPE MN 55427 9008 NORTHWOOD PKWY 9016 NORTHWOOD PKWY 2,321.60 NEW HOPE MN 55427 NEW HOPE MN 55427 2,176.50 2,176.50 18-118-21 31 0052 18-11 8- 21 31 0053 18-118-21 31 0054 JOHANNA HABERLAND ALLEN HAAG DIANE & DOUGLAS ANDERSON 9024 NORTHWOOD PKWY M.A.HAAG D.J.STENDER NEW HOPE MN 55427 9100 NORTHWOOD PKWY 9108 NORTHWOOD PKWY 2.409.24 NEW HOPE MN 55427 NEW HOPE MN 55427 2,176.50 2,176.50 18-118-21 31 0059 18-118-21 310060 18-118-21 31 0061 MARIA MONUSKO JOHN NIEDER HAS RODNEY SWANSON 9097 NORTHWOOD PKWY o. CHARLES BROWN & JERRY HEINE J. SWANSON NEW HOPE MN 55427 5811 S CEDAR LAKE RD 9087 NORTHWOOD PKWY 2,611.80 MINNEAPOLIS MN 55416 NEW HOPE MN 55427 2,379.64 2,611.80 18-118-21 31 0066 18-118-21 31 0070 18-118-21 31 0071 BARTON WARREN JOSEPH CONLEY JAMES HEROUX 9001 NORTHWOOD CIR 9109 NORTHWOOD PKWY JUDITH HEROUX NEW HOPE MN 55427 NEW HOPE MN 55427 9117 NORTHWOOD PKWY 2,611.80 2,611.80 NEW HOPE MN 55427 2,611.80 18-118-21 31 0073 18-118-21 310074 18-118-21 31 0075 LASLO NEMETH LAWRENCE CARLSON DA VID LEE 9132 NORTHWOOD PKWY RHONDA CARLSON ELSA LEE NEW HOPE MN 55427 9124 NORTHWOOD PKWY 9116 NORTHWOOD PKWY 2,241.21 NEW HOPE MN 55427 NEW HOPE MN 55427 2,241.21 2,241.21 18-118-21 31 0076 18-118-21 31 0077 18-118-21 31 0078 PATRICK O'HARA DOUGLAS WILLIAMS DAVID TAFT LINDA O'HARA 9208 NORTHWOOD PKWY 9200 NORTHWOOD PKWY 9216 NORTHWOOD PKWY NEW HOPE MN 55427 NEW HOPE MN 55427 NEW HOPE MN 55427 2,219.45 2,208.42 2,219.45 18-118-21 320028 18-118-21 320059 18-118-21 320060 GLENN FARMER RONALD SWANSON DOUGLAS SCHEELER 9201 NORTHWOOD PKWY 9432 NORTHWOOD PKWY PATRICIA SCHEELER NEW HOPE MN 55427 NEW HOPE MN 55427 9424 NORTHWOOD PKWY 2,611.80 2,611.80 NEW HOPE MN 55427 2,388.06 18-118-21 320061 18-118-21 320062 18-118-21 32 0063 BRENT BAINEY MARK KEEBLER TROY GAMBLE SANDRA BAINEY SHIRLEY KEEBLER WENDY GAMBLE 9416 NORTHWOOD PKWY 9408 NORTHWOOD PKWY 9400 NORTHWOOD PKWY NEW HOPE MN 55427 NEW HOPE MN 55427 NEW HOPE MN 55427 2,343.66 2,321.60 2,321.60 18-118-21 320064 18-118-21320065 18-118-21 320066 DIANA CURTIS LAUREL UDDEN RICHARD MOSTROM 9332 NORTHWOOD PKWY 9324 NORTHWOOD PKWY 9316 NORTHWOOD PKWY NEW HOPE MN 55427 NEW HOPE MN 55427 NEW HOPE MN 55427 2,321.60 2,321.60 2,254.85 18-118-21 320067 18-118-21320068 18-118-21 320069 INGER TROOIEN HASSAN KONE GERALD THORP 9308 NORTHWOOD PKWY KIRSTIN KONE 9240 NORTHWOOD PKWY NEW HOPE MN 55427 9300 NORTHWOOD PKWY NEW HOPE MN 55427 2,176.50 NEW HOPE MN 55427 2,176.50 2,176.50 18-118-21 320070 18-118-21 320071 18-118-21 32 0072 DALE HERTLE JEFFREY LAMOTT DONALD ZILA 9232 NORTHWOOD PKWY 9224 NORTHWOOD PKWY MARLENE ZILA NEW HOPE MN 55427 NEW HOPE MN 55427 9209 NORTHWOOD PKWY 2,183.76 2,219.45 NEW HOPE MN 55427 2,487.59 18-118-21 320073 18-118-21 320074 18-118-21 320075 JON LIBRA THEODORE MELLOH JR DIANE WALTON 9217 NORTHWOOD PKWY 9225 NORTHWOOD PKWY 9233 NORTHWOOD PKWY NEW HOPE MN 55427 NEW HOPE MN 55427 NEW HOPE MN 55427 2,487.59 2,599.32 2,590.62 18-118-21 320076 18-118-21 320077 18-118-21320078 SHEILA BADER CRAIG JOHNSON KAREN SWEDBERG 9301 NORTHWOOD PKWY NANCY JOHNSON JAMES SWEDBERG NEW HOPE MN 55427 9309 NORTHWOOD PKWY 9317 NORTHWOOD PKWY 2,590.62 NEW HOPE MN 55427 NEW HOPE MN 55427 2,511.10 2,321.60 18-118-21 320079 18-118-21 320080 18-118-21 320081 JOHN KAPUSTKA DUANE HAUGAN ELAINE VOBORIL MARYKAPUSTKA 9401 NORTHWOOD PKWY 9409 NORTHWOOD PKWY 9325 NORTHWOOD PKWY NEW HOPE MN 55427 NEW HOPE MN 55427 NEW HOPE MN 55427 2,321.60 2,321.60 2,321.60 18-118-21 320082 18-118-21 320083 18-118-21 320084 ROBERT SIMONSON JOHN MOURITSEN EDWARD DAVIS 9417 NORTHWOOD PKWY 9425 NORTHWOOD PKWY 9433 NORTHWOOD PKWY NEW HOPE MN 55427 NEW HOPE MN 55427 NEW HOPE MN 55427 2,263.56 2,245.28 2,611.80 18-118-21 340001 18-118-21 340009 18-118-21340023 JULIE WAIGHT JAMES GISH JILL JASS 8917 NORTHWOOD PKWY 8909 NORTHWOOD PKWY RICK JASS NEW HOPE MN 55427 HOPE MN 55427 3601 ENSIGN AVE N 2,611.80 2,611.80 NEW HOPE MN 55427 2,611.80 18-118-21 340024 18-118-21 340025 18-118-21 340026 MICHAEL BRIGGS CLYDE HAWKINS CHARLES HENKEL JENNIFER BRIGGS 3617 ENSIGN AVE N 3625 ENSIGN AVE N 3609 ENSIGN AVE N NEW HOPE MN 55427 NEW HOPE MN 55427 NEW HOPE MN 55427 2,247.02 2,220.90 2,321.60 18-118-21 340027 18-118-21 340028 18-118-21 340029 L. R. CLEPPER GLENN LUNDQUIST BARBARA SOLBERG 3633 ENSIGN AVE N 3641 ENSIGN AVE N 3649 ENSIGN AVE N NEW HOPE MN 55427 NEW HOPE MN 55427 NEW HOPE MN 55427 2,225.25 2,321.60 2,231.06 18-118-21 340030 18-118-21340031 18-118-21 340032 DAVID DEGROY JOHN ELMQUIST ROBERT KAISER BARBARA DEGROY 3665 ENSIGN AVE N 3673 ENSIGN AVE N 3657 ENSIGN AVE N NEW HOPE MN 55427 NEW HOPE MN 55427 NEW HOPE MN 55427 2,182.88 2,182.88 2,182.88 18-118-21340033 18-118-21 340034 18-118-21 340035 ARLEN JOHNSON RONALD MCMURRAY I. M. ABRAMSON 3681 ENSIGN AVE N 3689 ENSIGN AVE N 3672 ENSIGN AVE N NEW HOPE MN 55427 NEW HOPE MN 55427 NEW HOPE MN 55427 2,264.14 2,478.31 2,611.80 18-118-21 340036 18-118-21340037 18-118-21 340038 KENNETH LUSSKY E. G. LETHERT JR WILLIAM ESTREM PAMELA LUSSKY 3656 ENSIGN AVE N JOAN ESTREM 3664 ENSIGN AVE N NEW HOPE MN 55427 3648 ENSIGN AVE N NEW HOPE MN 55427 2,611.80 NEW HOPE MN 55427 2,611.80 2,611.80 18-118-21 340039 18-118-21 340040 18-118-21 340041 STEVEN KOLlAN LOREN FERCH JOHN CLIFFORD 3640 ENSIGN AVE N JUDIE FERCH 3624 ENSIGN AVE N NEW HOPE MN 55427 3632 ENSIGN AVE N NEW HOPE MN 55427 2,410.69 NEW HOPE MN 55427 2,554.63 2,419.69 18-118-21 340042 18-118-21 340043 18-118-21 340044 RONALD SOELDNER ALDEN MAGNUSON DONALD BENSON DEANNA SOELDNER 3608 ENSIGN AVE N 8908 36TH AVE N 3616 ENSIGN AVE N NEW HOPE MN 55427 NEW HOPE MN 55427 NEW HOPE MN 55427 2,321.60 2,611.80 2.506.46 18-118-21 340063 18-118-21340077 18-118-21 340078 WILLIAM DAVIS RICHARD LARSON TIMOTHY LEONHARDT 8709 NORTHWOOD PKWY 8932 NORTHWOOD PKWY L. LEONHARDT NEW HOPE MN 55427 HOPE MN 55427 8924 NORTHWOOD PKWY 2,611.80 2,321.60 NEW HOPE MN 55427 2,176.50 18-118-21340079 18-118-21 340080 18-118-21 340081 RANDALL ANDERSON THOMAS SLOEY JANET HEFFELFINGER CARRRIE ANDERSON BARBARA SLOEY 8900 NORTHWOOD PKWY 8916 NORTHWOOD PKWY 8908 NORTHWOOD PKWY NEW HOPE MN 55427 NEW HOPE MN 55427 NEW HOPE MN 55427 2,611.80 2,176.50 2,176.50 18-118-21340084 18-118-21 340091 18-118-21340092 MANFRED DEUTSCH KAREN NOLTE MARK BRENNA 8940 NORTHWOOD PKWY 8933 NORTHWOOD PKWY HELEN TWOMEY NEW HOPE MN 55427 NEW HOPE MN 55427 8925 NORTHWOOD PKWY 2,321.60 2,379.64 NEW HOPE MN 55427 2,379.64 19-118-21110003 19-118-21 11 0004 19-118-21 11 0005 TIMOTHY FLUEGGE THOMAS LOANEY SCOTT MATTHEWS 3560 XYLON AVE N 3550 XYLON AVE N BARBARA MATTHEWS NEW HOPE MN 55427 NEW HOPE MN 55427 3540 XYLON AVE N 1,971.00 1,752.00 NEW HOPE MN 55427 1,861.50 19-118-21 11 0006 19-118-21 11 0007 19-11 8- 21 11 0008 RUTH BERQUIST R & B GLASSMAN JAMES SMREKAR 3530 XYLON AVE N DAVID & 0101 CHEN GOODMAN 3510 XYLON AVE N NEW HOPE MN 55427 3520 XYLON AVE N NEW HOPE MN 55427 2,490.21 NEW HOPE MN 55427 2,334.66 2,334.95 19-11 8- 21 11 0009 19-118-21 110010 19-118-21 11 0011 FRANCIS JAEB KENNETH KLINE EUGENE SEEHUSEN 3500 XYLON AVE N 3551 WISCONSIN AVE N 3541 WISCONSIN AVE N NEW HOPE MN 55427 NEW HOPE MN 55427 NEW HOPE MN 55427 2,201.17 2,611.80 2,321.60 1 9-11 8- 21 11 001 2 MARVIN GOLDFARB 3531 WISCONSIN AVE N NEW HOPE MN 55427 2.466.70 19-118-21 11 0015 JANET MADSEN JOHN PATRIAS 3501 WISCONSIN AVE N NEW HOPE MN 55427 2,176.50 1 9-11 8- 21 11 001 8 CAROLYN MCCLANAHAN 8131 351/2 AVE N NEW HOPE MN 55427 1,752.00 19-11 8- 21 11 0021 C. J. MADLAND E. JORDANO 3501 VIRGINIA AVE N NEW HOPE MN 55427 1,642.50 19-118-21 11 0024 DANIEL HAINLlN KATHRYN HAINLlN 3520 WISCONSIN AVE N NEW HOPE MN 55427 2,321.60 1 9-11 8- 21 1 2 0001 LAJOS BABOS JEANNINE BABOS 3536 YUKON AVE N NEW HOPE MN 55427 1,971.00 1 9-118- 21 1 2 0004 FRANKLIN FAY 3518 YUKON AVE N NEW HOPE MN 55427 2,061 .03 (Street $1 ,833 .03/Driveway $ 228 .001 19-118-21 120007 JAMES GRIGGS 3500 YUKON AVE N NEW HOPE MN 55427 1,839.60 19-11 8- 21 1 2 001 0 CYNTHIA WOODBRIDGE 3484 YUKON AVE N NEW HOPE MN 55427 1,657.61 19-118-21 120013 DALE KOTTKE 3466 YUKON AVE N NEW HOPE MN 55427 1,664.40 19-118-21 110013 TIMOTHY & REBECCA SMITH R. A. SCHULTZ 3521 WISCONSIN AVE N NEW HOPE MN 55427 2,321.60 1 9-11 8- 21 11 001 6 DALE CONGDON 8151 351/2 AVE N NEW HOPE MN 55427 2,176.50 1 9-11 8- 21 11 001 9 ALBIN PEARSON CATHY & STANLEY THORUD 8121 351/2 AVE N HOPE MN 55427 1,752.00 19-118-21 110022 JOAN SCANLON 3540 WISCONSIN AVE N NEW HOPE MN 55427 2,611.80 19-118-21 110025 MARY KRIZON SHIRLEY KRIZON 3510 WISCONSIN AVE N NEW HOPE MN 55427 2,275.17 1 9-11 8- 21 1 2 0002 CAROL HALONEN 3530 YUKON AVE N NEW HOPE MN 55427 1,955.00 (Street $1 ,752.00/Driveway $203.00) 19-118-21 12 0005 BRIAN LARSON GENE BOETTGER 3512 YUKON AVE N NEW HOPE MN 55427 1,730.10 19-118-21 12 0008 N. D. & C. LANDAY ARI & PATRICIA KAPLAN 3496 YUKON AVE N NEW HOPE MN 55427 1,730.10 19-118-21 120011 SCOTT MEYER DEBORAH MEYER 3478 YUKON AVE N NEW HOPE MN 55427 1,664.40 19-118-21120014 MICHAEL ESSON BRENDA TOPEL 3460 YUKON AVE N NEW HOPE MN 55427 1,664.40 19-118-21 11 0014 SANFORD HASKINS MA VIS HASKINS 3511 WISCONSIN AVE N NEW HOPE MN 55427 2,321.60 1 9-11 8- 21 11 001 7 DA VID BENNETT LEONIE BENNETT 8141 351/2 AVE N NEW HOPE MN 55427 2,321.60 19-118-21 11 0020 DONALD GOLD MARGARET GOLD 8111351/2AVEN NEW HOPE MN 55427 2,329.36 (Street$1 ,790.76/Driveway $538.60) 19-118-21 110023 JAMES MILLER SUSAN MILLER 3530 WISCONSIN AVE N NEW HOPE MN 55427 2,321.60 19-118-21 11 0026 ALBERT HARTINGER DOROTHY HARTINGER 3500 WISCONSIN AVE N NEW HOPE MN 55427 2,611.80 19-118-21 12 0003 JAMES JULIEN PAMELA JULIEN 3524 YUKON AVE N NEW HOPE MN 55427 1,952.17 (Street $1 ,861.50/Driveway $90.67) 1 9-11 8- 21 1 2 0006 THOMAS LIESCH 3506 YUKON AVE N NEW HOPE MN 55427 1,773.90 1 9-11 8- 21 1 2 0009 LESTER MELBY 3490 YUKON AVE N NEW HOPE MN 55427 1,806.50 (Street $1 ,642.50/Driveway $164.00) 1 9-11 8- 21 1 2 001 2 C. & D. HALVERSON LAURA HALVERSON 3472 YUKON AVE N NEW HOPE MN 55427 1,644.40 1 9-11 8- 21 1 2 001 5 JEROME ENGELSMEIER 3454 YUKON AVE N NEW HOPE MN 55427 1,664.40 19-11 8- 21 1 2 001 6 ALLEN HOLLES 3448 YUKON AVE N NEW HOPE MN 55427 1,719.15 19-118-21 120019 WILLIAM DONALD 3430 YUKON AVE N NEW HOPE MN 55427 1.752.00 19-118-21 12 0022 GERALD GRIES V. GRIES 3525 YUKON AVE N NEW HOPE MN 55427 1,752.00 1 9-11 8- 21 1 2 0025 HAROLD MAINE 3507 YUKON AVE N NEW HOPE MN 55427 1,971.00 19-118-21 120028 EDWARD BARON 3461 YUKON AVE N NEW HOPE MN 55427 1,971.00 19-118-21 120031 D. A. WERNECKE 3443 YUKON AVE N NEW HOPE MN 55427 2,521.00 (Street $1 ,971.00/Driveway $550.00) 19-118-21 120034 ROBERT HAUGEN SR ROBERT HAUGEN 3500 ZEALAND AVE N NEW HOPE MN 55427 2,557.00 (Street $1,971 .OO/Driveway $586.00) 19-118-21 120037 JOSEPH BARCLAY SHAE BARCLAY 3518 ZEALAND AVE N NEW HOPE MN 55427 1,891.38 (Street$l,642.50/Driveway $248.88) 19-118-21 120040 PATRICK O'MEARA 3536 ZEALAND AVE N NEW HOPE MN 55427 1,774.34 19-11 8- 21 1 2 0043 CAROLYN MIKKELSON OLE MIKKELSON 3554 ZEALAND AVE N NEW HOPE MN 55427 1,752.00 19-118-21 120017 JOHN KROSKA 3442 YUKON AVE N NEW HOPE MN 55427 1,752.00 19-118-21120020 B.V.BAYDO C. A. VELASQUEZ 3424 YUKON AVE N NEW HOPE MN 55427 1,971.00 19-118-21 120023 RUDOLPH KEZELE 3519 YUKON AVE N NEW HOPE MN 55427 1,975.30 (Street $1 ,861.50/Driveway $113.80) 19-118-21 120026 ISAAC MIRMAN JULIA MIRMAN 3501 YUKON AVE N NEW HOPE MN 55427 1,971.00 19-118-21120029 DANIEL L1EBERTHAL ELISE L1EBERTHAL 3455 YUKON AVE N NEW HOPE MN 55427 2,078.00 (Street $ 1 ,971.00/Driveway $1 07.00) 19-118-21 120032 DUANE MAUPIN CATHERINE MAUPIN 3437 YUKON AVE N NEW HOPE MN 55427 2,085.00 (Street$l,971.00/Driveway $114.00) 19-118-21120035 LOUIS BENKO 3506 ZEALAND AVE N NEW HOPE MN 55427 1,642.50 19-118-21120038 BARBARA CARLSON BARBARA HOLTAN 3524 ZEALAND AVE N NEW HOPE MN 55427 1,642.50 19-118-21 12 0041 C. G. DRAZKOWSKI 3542 ZEALAND AVE N NEW HOPE MN 55427 1,861.50 19-118-21120044 MARK TOETSCHINGER JODY TOETSCHINGER 3560 ZEALAND AVE N NEW HOPE MN 55427 1,971.00 19-118-21 120018 JOHN GRONEMANN SHEILA GRONEMANN 3436 YUKON AVE N NEW HOPE MN 55427 1,752.00 19-118-21 12 0021 ROSE TERESI 3531 YUKON AVE N NEW HOPE MN 55427 1,971.00 19-118-21120024 LOWELL MOGCK 3513 YUKON AVE N NEW HOPE MN 55427 1,847.05 19-118-21 120027 SUSAN KRUEGER 3467 YUKON AVE N NEW HOPE MN 55427 1,971.00 19-118-21 12 0030 BRIAN BALDWIN DEBBIE BALDWIN 3449 YUKON AVE N NEW HOPE MN 55427 1,971.00 19-118- 21 1 2 0033 ROBERT KARLQUIST MARY KARLQUIST 3431 YUKON AVE N NEW HOPE MN 55427 2,218.00 (Street$l,971.00/Driveway $247.00) 19-118-21 120036 WAYNE BAKER 3512 ZEALAND AVE N NEW HOPE MN 55427 1,642.50 19-118-21 120039 ALBERT SAWALLlCH 3530 ZEALAND AVE N NEW HOPE MN 55427 1,642.50 19-118-21 120042 LARRY MORRIS 3548 ZEALAND AVE N NEW HOPE MN 55427 1,861.50 19-118-21 12 0045 OAKLEY WAITE 3543 ZEALAND AVE N NEW HOPE MN 55427 1,971.00 19-118-21 120046 FERNANDO MAGADAN 3537 ZEALAND AVE N NEW HOPE MN 55427 1,642.50 19-118-21 120049 WALTER COOMBS 3519 ZEALAND AVE N NEW HOPE MN 55427 1,642.50 19-118-21 12 0052 JAMES BROWN 3501 ZEALAND AVE N NEW HOPE MN 55427 1,971.00 19-118-21 120055 MARJORIE ALM 3518 AQUILA AVE N NEW HOPE MN 55427 2,374.81 (Street $1,697 .69/Driveway $677 .12) 19-118-21 12 0058 JAR OLD SWEDBERG 3536 AQUILA AVE N NEW HOPE MN 55427 1,768.64 19-118-21 120066 HOWARD HOLGRIMSON 3519 AQUILA AVE N NEW HOPE MN 55427 2,141.66 (Street $1 ,971.00/Driveway$170.66) 19-118-21 12 0069 MARGUERITE GROSS 3501 AQUILA AVE N NEW HOPE MN 55427 1,741.05 19-118-21 12 0072 MICHAEL DUFFY K. A. DUFFY 3425 YUKON AVE N NEW HOPE MN 55427 1,971.00 19-118-21 120075 DENNIS COLLINS 3420 XYLON AVE N NEW HOPE MN 55427 2,321.60 19-118-21 120078 ROBERT HARTMANN M.HARTMANN 3380 XYLON AVE N NEW HOPE MN 55427 2,321.60 19-118-21 120047 DONALD KIRKS JR 3531 ZEALAND AVE N NEW HOPE MN 55427 1,642.50 19-118-21 12 0050 PAUL ROTHENBERGER PAUL ROTHENBERGER 3513 ZEALAND AVE N NEW HOPE MN 55427 1,971.00 19-118-21120053 CURTIS SIEGEL MINDY SIEGEL 3506 AQUILA AVE N NEW HOPE MN 55427 2,476.93 (Street $ 1 ,801.93/Driveway $675.00) 19-118-21 120056 GERALD METZLER LAUREL METZLER 3524 AQUILA AVE N NEW HOPE MN 55427 2,396.10 (Street $ 1 ,642.50/Driveway $753.60) 19-118-21120059 RAY LUNDBORG 3542 AQUILA AVE N NEW HOPE MN 55427 2,591.50 (Street $1 ,642.50/Driveway $949.00) 19-118-21 12 0067 ARVID SANDBERG 3513 AQUILA AVE N NEW HOPE MN 55427 2,526.70 (Street $1 ,730.1 0/Driveway$796.60) 19-118-21 12 0070 CLIFFORD MCPHERSON 3437 AQUILA AVE N NEW HOPE MN 55427 1,762.95 19-118-21120073 RICK SANDERS CAROLE SANDERS 3440 XYLON AVE N NEW HOPE MN 55427 2,611.80 19-118-21 120076 MICHAEL KOEHLER T AMRA KOEHLER 3410 XYLON AVE N NEW HOPE MN 55427 2,321.60 19-118-21 12 0079 JANICE EHLERS 3372 XYLON AVE N NEW HOPE MN 55427 2,321.60 1 9-11 8- 21 1 2 0048 DARREL MILLER 3525 ZEALAND AVE N NEW HOPE MN 55427 1,642.50 19-118-21 12 0051 MARK ECKES VICTORIA ECKES 3507 ZEALAND AVE N NEW HOPE MN 55427 2,141.70 (Street$1 ,971.00/Driveway $170.70) 19-118-21 120054 LEROY STUEVEN 3512 AQUILA AVE N NEW HOPE MN 55427 1,642.50 19-118-21 120057 HOWARD BERG 3530 AQUILA AVE N NEW HOPE MN 55427 1,642.50 19-118-21 12 0060 DONALD MADSEN 3548 AQUILA AVE N NEW HOPE MN 55427 3,158.40 (Street $1,971.00/Driveway $1 ,187.40) 19-118-21 12 0068 MATTHEW WEISER JULIE WEISER 3507 AQUILA AVE N NEW HOPE MN 55427 2,103.40 (Street$1 ,730.1 O/Driveway $373.30) 19-118-21 120071 VERNON ANDERSON MAXINE ANDERSON 3431 AQUILA AVE N NEW HOPE MN 55427 1,795.80 19-118-21 120074 MYRLEN AHRENDT 3430 XYLON AVE N NEW HOPE MN 55427 2,611.80 1 9-118- 21 1 2 0077 PAUL MESCHKE 3400 XYLON AVE N NEW HOPE MN 55427 2,321.60 19-118-21 12 0080 DONALD & MARILYN WALTER M. C. SIFFERLE 3551 XYLON AVE N NEW HOPE MN 55427 1,971.00 1 9-11 8- 21 1 2 0081 JON CARLSON APRIL CARLSON 3541 XYLON AVE N NEW HOPE MN 55427 2,102.00 (Street $1, 752.00/Driveway $350.00) 19-118-21 120084 HAROLD DAHLIN 3511 XYLON AVE N NEW HOPE MN 55427 2,611.80 19-118-21 120087 JOHN TOEDT 3441 XYLON AVE N NEW HOPE MN 55427 2,350.62 19-11 8- 21 1 2 0090 DONALD MELAS 3411 XYLON AVE N NEW HOPE MN 55427 2,191.01 1 9-11 8- 21 1 2 01 00 KENNETH HOOKER BARBARA HOOKER 8308 34TH AVE N NEW HOPE MN 55427 1,642.50 19-118-21 120103 PAMELA PANCOTTO 8400 34TH AVE N NEW HOPE MN 55427 1,795.80 19-118-21 120106 GENE BRADY 8500 34TH AVE N NEW HOPE MN 55427 2,213.15 (Street $1 ,938.15/Driveway $275.00) 1 9-11 8- 21 1 2 01 09 GERALD GOBLIRSCH KATHLEEN GOBLIRSCH 8600 34TH AVE N NEW HOPE MN 55427 1,752.00 19-118-21120112 JOHN ANDERSON 3367 XYLON AVE N NEW HOPE MN 55427 2,379.64 1 9-11 8- 21 1 2 011 5 RICHARD QUARNSTROM 8325 34TH AVE N NEW HOPE MN 55427 1,642.50 19-118-21 12 0082 RANDY REARDON ELIZABETH REARDON 3531 XYLON AVE N NEW HOPE MN 55427 1,861.50 19-11 8- 21 1 2 0085 MICHAEL BANKER DENISE BANKER 3501 XYLON AVE N NEW HOPE MN 55427 2,611.80 19-118-21 120088 LEE NGUYEN MAl TRAN 3431 XYLON AVE N NEW HOPE MN 55427 2,176.50 19-118-21 120091 EARL AHLQUIST 8300 34TH AVE N NEW HOPE MN 55427 1,971.00 1 9-11 8- 21 1 2 0101 RUSSELL JUBERT 8316 34TH AVE N NEW HOPE MN 55427 1,642.50 1 9-11 8- 21 1 2 01 04 JOSEPH GOLDMAN BEVERLY GOLDMAN 8408 34TH AVE N NEW HOPE MN 55427 1,956.62 (Street $l,860.62/Driveway $96.00) 19-118-21 120107 SUSAN ASBELL 8508 34TH AVE N NEW HOPE MN 55427 2,223.43 (Street $1,881 .43/Driveway $342.00) 1 9-11 8- 21 1 2 011 0 RICHARD O'BRIEN 8608 34TH AVE N NEW HOPE MN 55427 1,872.90 (Street $1, 752.00/Driveway $120.90) 19-118-21 120113 JANICE CARTA LUCCA 8309 34TH AVE N NEW HOPE MN 55427 1,936.18 1 9-11 8- 21 1 2 011 6 MARY MC FETRIDGE HARRY MC FETRIDGE 8401 34TH AVE N NEW HOPE MN 55427 1,642.50 19-11 8- 21 1 2 0083 RICHARD SANDE SUSAN SANDE 3521 XYLON AVE N NEW HOPE MN 55427 2,441.16 19-118-21 120086 RICK LUECK JANEANN LUECK 3451 XYLON AVE N NEW HOPE MN 55427 2,472.50 19-118-21 12 0089 HENRY ROEMER 3421 XYLON AVE N NEW HOPE MN 55427 2,191.01 19-118-21 120092 RICHARD LAS ELL 8301 34TH AVE N NEW HOPE MN 55427 1,971.00 19-118-21 120102 WILKIE KAO 8324 34TH AVE N NEW HOPE MN 55427 1,664.40 19-118-21 120105 KEVIN MOORHEAD 8416 34TH AVE N NEW HOPE MN 55427 2,249.15 (Street $l,938.15/Driveway$311.00) 19-11 8- 21 1 2 0108 WAYNE TAUBER LINDA TAUBER 8516 34TH AVE N NEW HOPE MN 55427 1,752.00 1 9-11 8- 21 1 2 0111 RAYMOND IBISTER 8616 34TH AVE N NEW HOPE MN 55427 1,971.00 Q..O ~ 6 "U':\\O 19-118-21 120114 L( pro ~res:s JANICE STARK, C/O KARIN ROSGEN HUMMELABROICH #40 51427 BERGISCH GLAD BACH KOLON GERMANDY 1,685.42 19-118-21 120117 CHARLES NELSON 8409 34TH AVE N NEW HOPE MN 55427 1,691.34 19-118-21120118 RONALD SCHROEPFER K. SCHROEPFER 3366 XYLON AVE N NEW HOPE MN 55427 2,321.60 19-118-21 130003 DAVID JACKSON CAROL JACKSON 8417 34TH AVE N NEW HOPE MN 55427 1,691.12 19-118-21 130006 FAUNEIL BARTON 8517 34TH AVE N NEW HOPE MN 55427 1,752.00 19-11 8- 21 1 3 0009 GARY SANDBERG KAREN SANDBERG 8617 34TH AVE N NEW HOPE MN 55427 1,971.00 1 9-11 8- 21 1 3 001 2 RONALD WICKS 3350 XYLON AVE N NEW HOPE MN 55427 2.466.70 1 9-11 8- 21 1 3 001 5 DONALD LEVINE 3324 XYLON AVE N NEW HOPE MN 55427 2,201.38 (Street $1 ,869.38/Driveway $332.00) 19-118-21 130018 RALPH SCHEFFLER IRENE SCHEFFLER 8208 33RD AVE N NEW HOPE MN 55427 1,971.00 19-118-21 130021 DUWAYNE HALLBERG 3309 XYLON AVE N NEW HOPE MN 55427 1,642.50 19-118-21 130024 LYNWOOD WATSON KIMBERLY WATSON 3308 YUKON AVE N NEW HOPE MN 55427 1,642.50 19-118-21 130027 JOSEPH NELSON 3332 YUKON AVE N NEW HOPE MN 55427 2,305.22 (Street $1,971 .OO/Driveway $334.22) 1 9-11 8- 21 1 3 0001 CLIFFORD POPP 8300 33RD PL N NEW HOPE MN 55427 1,971.00 19-118-21 130004 JOHN BADER 8501 34TH AVE N NEW HOPE MN 55427 1,691.34 19-118-21 130007 WILLIAM SALINGER CATHY SALINGER 8601 34TH AVE N NEW HOPE MN 55427 1,764.48 19-118-21 130010 MARK STATON ANN STATON 3341 XYLON AVE N NEW HOPE MN 55427 2,205.70 (Street$l ,971.00/Driveway $234.70) 19-118-21 130013 JANET FROND ELL 3342 XYLON AVE N NEW HOPE MN 55427 2,321.60 19-118-21 130016 ALICE BLUMENSCHEIN GARY BLUMENSCHEIN 3316 XYLON AVE N NEW HOPE MN 55427 1,752.00 19-118-21 130019 LORRAINE JOHNSON 3325 XYLON AVE N NEW HOPE MN 55427 2,243.55 (Street $1 ,661.55/Driveway $582.00) 19-118-21 130022 PHILIP JOHNSON L. M. JOHNSON 3301 XYLON AVE N NEW HOPE MN 55427 1,971.00 19-118-21 130025 DARYL ANDERSON 3316 YUKON AVE N NEW HOPE MN 55427 1,714.77 19-118-21 130028 BENJAMIN THOMPSON 8317 33RD PL N NEW HOPE MN 55427 1,969.69 19-118-21 130002 DELBERT LECLAIRE CORDELLA LECLAIRE 3359 XYLON AVE N NEW HOPE MN 55427 2.205.52 19-118-21 130005 SYLVIA THOMPSON 8509 34TH AVE N NEW HOPE MN 55427 1,708.20 19-118-21 13 0008 BRENT ACKERMAN MICHELLE ACKERMAN 8609 34TH AVE N NEW HOPE MN 55427 1,764.48 19-118-21 130011 B. J. MARTINEAU K. J. HAHN 3358 XYLON AVE N NEW HOPE MN 55427 2,321.60 19-118-21 130014 NEWELL CULVER MARY CULVER 3334 XYLON AVE N NEW HOPE MN 55427 2,246.90 (Street $1, 752.00/Driveway $494.90) 19-118-21 130017 RONALD MARROW 3308 XYLON AVE N NEW HOPE MN 55427 1,752.00 19-118-21 130020 L. E. EMERSON JR LAURENCE & BETTY EMERSON 3317 XYLON AVE N NEW HOPE MN 55427 1,730.10 19-118-21 130023 JOHN KRUTH 8308 33RD AVE N NEW HOPE MN 55427 1,910.12 19-118-21 130026 GLENN SKOY CATHERINE SKOY 3324 YUKON AVE N NEW HOPE MN 55427 1,649.29 19-118-21 130029 JOEL HELD LOIS HELD 8309 33RD PL N NEW HOPE MN 55427 2,069.50 (Street$l,861.50/Driveway $208.00) 19-118-21 13 0030 ROSEANNE MCCULLAGH GERALD MCCULLAGH 8308 33RD PL N NEW HOPE MN 55427 1,642.50 19-118-21 130033 HENRY ANDERSON 8400 33RD PL N NEW HOPE MN 55427 2,571.00 (Street $l,971.00/Driveway$600.00) 19-118-21 130036 KENNETH ERICKSON 3333 YUKON A VEN NEW HOPE MN 55427 2,198.00 (Street $l,971.00/Driveway $227.00) 19-118-21 13 0039 MARK LAWTON MARY BETH LAWTON 3309 YUKON AVE N NEW HOPE MN 55427 1,971.00 19-118-21 130042 STEVEN BERG SARAH BERG 3354 BOONE CIR NEW HOPE MN 55427 1,642.50 19-118-21 13 0045 ROBERT BLOCK 3348 BOONE CIR NEW HOPE MN 55427 1,642.50 1 9-11 8- 21 1 3 0048 JOHN PRIVET JERIL YN PRIVET 3362 BOONE CIR NEW HOPE MN 55427 2,272.67 (Street $1,971 .OO/Driveway $301.67) 19-118-21 130051 JEROME SANDAGER JR 8416 33RD AVE N NEW HOPE MN 55427 1,748.28 19-118-21 13 0054 DARREL ANDERSON 8508 33RD AVE N NEW HOPE MN 55427 2,057.30 (Street $l,642.50/Driveway $414.80) 19-118-21 13 0057 DONOVAN LUND 8600 33RD AVE N NEW HOPE MN 55427 1,864.35 19-118-21 130031 HENRY WILHELM 8316 33RD PL N NEW HOPE MN 55427 1,642.50 19-118-21 13 0034 LISA GRAPENTINE DERRICK DAVIS 8408 33RD PL N NEW HOPE MN 55427 1,811.50 (Street$l,642.50/Driveway $169.00) 1 9-11 8- 21 13 0037 DAVID BIRCH 3325 YUKON AVE N NEW HOPE MN 55427 2,084.27 (Street $l,642.50/Driveway $441.77) 19-118-21 130040 WILLIAM WALDEN 3301 YUKON AVE N NEW HOPE MN 55427 1,971.00 1 9-11 8- 21 1 3 0043 HAROLD TEIGEN DON RUCH 3352 BOONE CIR NEW HOPE MN 55427 1,642.50 1 9-11 8- 21 1 3 0046 ALLEN WILLIAMS BRENDA WILLIAMS 3346 BOONE CIR NEW HOPE MN 55427 1,642.50 19-118-21 13 0049 GORDON HERMAN 3364 BOONE CIR NEW HOPE MN 55427 1,971.00 19-118-21 13 0052 RICHARD KLOBUCHAR M. KLOBUCHAR 8424 33RD AVE N NEW HOPE MN 55427 1,642.50 19-118-21 130055 PHILIP WAGNER MARIE WAGNER 8516 33RD AVE N NEW HOPE MN 55427 2,203.65 (Street$l, 732.95/Driveway $470.70) 19-118-21 13 0058 DONALD BLANK MARY BLANK 8608 33RD AVE N NEW HOPE MN 55427 1,762.95 19-118-21 130032 PHILIP ABA LAN 8324 33RD PL N NEW HOPE MN 55427 1,730.10 19-118-21 130035 DA VID FRUEHAUF 3341 YUKON A VEN NEW HOPE MN 55427 1,812.50 (Street $l,642.50/Driveway $170.00) 19-118-21 130038 EUGENE STRIEFEL 3317 YUKON AVE N NEW HOPE MN 55427 1,664.40 1 9-11 8- 21 1 3 0041 MAXIMIN GREEN S. GREEN 3356 BOONE CIR NEW HOPE MN 55427 1,829.17 (Street$l,642.50IDriveway $186.67) 1 9-11 8- 21 1 3 0044 DA VID ESHELMAN CYNTHIA ESHELMAN 3350 BOONE CIR NEW HOPE MN 55427 1,835.22 19-118-21 130047 STANLEY Y ANTES 3344 BOONE CIR NEW HOPE MN 55427 1,773.90 19-118- 21 13 0050 GEORGE PERRY 8408 33RD AVE N NEW HOPE MN 55427 2,184.00 (Street $1 ,971.00/Driveway$213.00) 19-118-21 13 0053 STEPHEN SERBER N.SERBER 8500 33RD AVE N NEW HOPE MN 55427 1,870.00 (Street$1,642.50/Driveway $227.50) 19-118-21 130056 RONALD SILVER NANCY SILVER 8524 33RD AVE N NEW HOPE MN 55427 1,968.81 19-118-21 13 0059 GRACE LINDBERG DANIEL MARTIN 8616 33RD AVE N NEW HOPE MN 55427 1,737.33 19-118-21 21 0005 BENNIE Q. HOWARD TIMOTHY & BONNIE TJADEN 9001 36TH AVE N NEW HOPE MN 55427 2,099.00 (Street$l,971.00/Driveway $128.00) 19-118-21 21 0008 JEFFREY DOLBY PAULA DOLBY 3525 ENSIGN AVE N NEW HOPE MN 55427 1,696.37 1 9-118- 21 21 0011 THOMAS CARLSON LINN OSTBERG 3501 ENSIGN AVE N NEW HOPE MN 55427 1,971.00 19-118-21 21 0017 GEORGE EVEREST 3437 ENSIGN AVE N NEW HOPE MN 55427 1,686.30 19-118-21 21 0020 DA VID LUIKART 3413 ENSIGN AVE N NEW HOPE MN 55427 2,870.30 (Street $l,686.30/Driveway $1,184.00) 1 9-11 8- 21 21 0029 JANET MAE KIRK 9009 35TH AVE N NEW HOPE MN 55427 2,091.90 (Street $1,971 .OO/Driveway $120.90) 19-118-21 21 0032 KENNETH BROADY SARA BROADY 3448 ENSIGN AVE N NEW HOPE MN 55427 1,642.50 1 9-11 8- 21 21 0035 JERROLD CHRISTIANSEN 3424 ENSIGN AVE N NEW HOPE MN 55427 1,754.50 (Street $l,642.50/Driveway $112.00) 19-118-21 21 0038 JONATHAN ARNOLDY CHRISTY ARNOLDY 3532 ENSIGN AVE N NEW HOPE MN 55427 1,971.00 1 9-11 8- 21 21 0041 JOHN PITTS LEAH PITTS 3508 ENSIGN AVE N NEW HOPE MN 55427 1,873.00 (Street $1, 752.00/Driveway $121.00) 19-118-21 21 0006 JAMES ANDERSON CHRISTIE ANDERSON 3541 ENSIGN AVE N NEW HOPE MN 55427 2,061.66 (Street $1 ,971.00/Driveway $90.66) 19-118-21 21 0009 WALTER SILBAUGH JR 3517 ENSIGN AVE N NEW HOPE MN 55427 1,644.25 19-118-21 210015 BRUCE OBRIEN 3453 ENSIGN AVE N NEW HOPE MN 55427 1,971.00 19-118-21 210018 ALLEN ERICKSON VIRGINIA ERICKSON 3429 ENSIGN AVE N NEW HOPE MN 55427 1,686.30 19-118-21 210021 PATRICK WALTON JODY WALTON 3405 ENSIGN AVE N NEW HOPE MN 55427 1,761.42 19-118-21 21 0030 RONALD ADAMSON MARY ADAMSON 3464 ENSIGN AVE N NEW HOPE MN 55427 1,861.50 19-118-21 21 0033 LAWRENCE MICIEK 3440 ENSIGN AVE N NEW HOPE MN 55427 1,813.17 (Street $l,642.50/Driveway$170.67) 19-118-21 210036 FREDERICK NAIRN SARAH NAIRN 3416 ENSIGN AVE N NEW HOPE MN 55427 1,642.50 19-118-21 21 0039 SANDRA STENZEL D. A. STENZEL 3524 ENSIGN AVE N NEW HOPE MN 55427 1,864.57 19-118-21 210042 PETER & CYNTHIA HESS C. A. BANWELL 3500 ENSIGN AVE N NEW HOPE MN 55427 1,831.94 19-118-21 21 0007 ARTHUR VANSELOW 3533 ENSIGN AVE N NEW HOPE MN 55427 2,141.67 (Street $1,971.00/Driveway $170.67) 19-118-21 21 0010 JOHN SIMMER D. SIMMER 3509 ENSIGN AVE N NEW HOPE MN 55427 1,763.50 (Street$l ,642.50/Driveway $121.00) 1 9-118- 21 21 001 6 WAYNE MOLDENHAUER 3449 ENSIGN AVE N NEW HOPE MN 55427 1,686.30 19-118-21 21 0019 DOYLE JUENKE LINDA JUENKE 3421 ENSIGN AVE N NEW HOPE MN 55427 1,686.30 19-118-21 21 0028 LOIS YERICH 3454 FLAG AVE N NEW HOPE MN 55427 1,971.00 19-118-21 21 0031 JOEL MEHRING SHEREE MEHRING 3456 ENSIGN AVE N NEW HOPE MN 55427 1,642.50 19-118-21 21 0034 M. B. STIEGLER S.SAVRE 3432 ENSIGN AVE N NEW HOPE MN 55427 1,813.17 (Street$l,642.50/Driveway $170.67) 19-118-21 21 0037 PHILLIP ZIMMERMAN 3408 ENSIGN AVE N NEW HOPE MN 55427 2,325.17 (Street $l,642.50/Driveway $682.67) 19-118-21210040 ROGER BARRETT 3516 ENSIGN AVE N NEW HOPE MN 55427 1,874.65 (Street $1 ,753.75/Driveway $120.90) 19-118-21 220010 JOSEPH CULHANE 9108 35TH AVE N NEW HOPE MN 55427 1,971.00 19-118-21 220011 VIKTOR ARONOVICH ELl-A CHANBA 3508 HILLSBORO CT NEW HOPE MN 55427 1,971.00 19-118-21220014 JAMES MCMANUS J. MCMANUS 3532 HILLSBORO CT NEW HOPE MN 55427 1,642.50 19-118-21 220017 DANIEL DONAHUE GRETCHEN DONAHUE 9124 35TH AVE N NEW HOPE MN 55427 1,959.89 (Street$1,842.89/Driveway $117.00) 19-118-21 220046 CHRISTOPHER OSTROOT FAYE OSTROOT 9109 35TH AVE N NEW HOPE MN 55427 1.861.50 19-118-21 220049 FRANK KRIZ 9133 35TH AVE N NEW HOPE MN 55427 1,772.37 19-118-21 220080 ROBERT LANE G. R. LANE 9157 35TH AVE N NEW HOPE MN 55427 1,971.00 19-118-21 220089 ALAN GREENE SHARON GREENE 3548 HILLSBORO CT NEW HOPE MN 55427 1,642.50 19-118-21 230060 JEROME CONNAKER FANNIE CONNAKER 3202 FLAG AVE N NEW HOPE MN 55427 1,971.00 19-118-21 230063 BRUCE RICHMAN 3215 FLAG AVE N NEW HOPE MN 55427 1,971.00 19-118-21 23 0066 ROBERT ANDERSON 3212 GETTYSBURG AVE N NEW HOPE MN 55427 1,971.00 19-118-21 220012 ARLAN MALLlNG J. MALLlNG 3516 HILLSBORO CT NEW HOPE MN 55427 1,971.00 1 9-118- 21 22 001 5 MICHAEL NOEL KATHLEEN NOEL 3540 HILLSBORO CT NEW HOPE MN 55427 1,642.50 19-118-21 220018 ARTHUR GOODMAN JANICE GOODMAN 9132 35TH AVE N NEW HOPE MN 55427 1,797.33 19-118-21 220047 OTTO LAUSTEN 3912 NE RESERVOIR BLVD MINNEAPOLIS MN 55418 2,363.90 (Street $1 ,971.00/Driveway $392.90) 19-118-21 220050 ALAN GESSNER 9141 35TH AVE N NEW HOPE MN 55427 2,896.90 (Street $1,752.00/Driveway $1 ,144.90) 19-118-21220082 SHELDON RABIN MAUREEN RABIN 9148 35TH AVE N NEW HOPE MN 55427 1,971.00 19-118-21 22 0098 HAROLD JORGENSON B.A.JORGENSON RT 60 BOX 91 PINE RIVER MN 56474 1,642.50 19-118-21 230061 ROBERT HOBUS 3206 FLAG AVE N NEW HOPE MN 55427 1,971.00 19-118-21 230064 CAROL SCHOENECKER WILLIAM SCHOENECKER 3220 GETTYSBURG AVE N NEW HOPE MN 55427 1,971.00 19-118-21 23 0067 WAYNE NOVAK 3208 GETTYSBURG AVE N NEW HOPE MN 55427 1,971.00 19-11 8- 21 22 0013 PATRICIA ALETKY 3524 HILLSBORO CT NEW HOPE MN 55427 1,642.50 19-118-21 220016 GERALD JASMER JEANETTE JASMER 9116 35TH AVE N NEW HOPE MN 55427 1,823.18 19-118-21 220019 PAUL RASMUSSEN RHONDA RASMUSSEN 9140 35TH AVE N NEW HOPE MN 55427 1,797.11 19-118-21 220048 DENNIS PUTZ JEAN PUTZ 3149 ENSIGN AVE N NEW HOPE MN 55427 1,971.00 19-118-21 22 0051 HARVEY KELLER 9149 35TH AVE N NEW HOPE MN 55427 1,752.00 19-118-21 220088 JEFFREY SOLLE M. SOLLE 3556 HILLSBORO CT NEW HOPE MN 55427 1,663.31 19-118-21 22 0099 HAROLD JORGENSON B.A.JORGENSON RT 60 BOX 91 PINE RIVER MN 56474 1,971.00 19-118-21 230062 LON BLUMENBERG BETTE BLUMENBERG 3225 ENSIGN AVE N NEW HOPE MN 55427 1,971.00 19-118-21 230065 GEORGE PLOETZ 3216 GETTYSBURG AVE N NEW HOPE MN 55427 1,971.00 19-118-21 230068 DONALD MCMAHON DEBRA MCMAHON 3204 GETTYSBURG AVE N NEW HOPE MN 55427 2,303.30 (Street $1 ,905.30/Driveway $398.00) 19-118-21 230069 RUSSELL WHITEIS 32GO GETTYSBURG AVE N NEW HOPE MN 55427 1,971.00 19-118-21 230072 TIMOTHY WALKER JUDITH WALKER 3211 FLAG AVE N NEW HOPE MN 55427 1,642.50 19-118-21 230075 CHARLES HOFFMANN 3209 GETTYSBURG AVE N NEW HOPE MN 55427 1,642.50 19-118-21 230078 ROBERT THOMPSON JACOL YN THOMPSON 3221 GETTYSBURG CT NEW HOPE MN 55427 1,642.50 19-118-21 230081 DAVID POMIJE PENNIE POMIJE 3233 GETTYSBURG CT NEW HOPE MN 55427 1,642.50 19-118-21 230084 HARVEY LIPPA 3245 GETTYSBURG AVE N NEW HOPE MN 55427 1,642.50 19-118-21 23 0087 HERMAN RELLER 9110 32ND AVE N NEW HOPE MN 55427 1,971.00 19-118-21240009 TIMOTHY WHELAN 3205 ENSIGN AVE N NEW HOPE MN 55427 1,971.00 19-118-21240012 DENNIS NETLAND 9012 32ND AVE N NEW HOPE MN 55427 2,442.50 (Street $1 ,642.50/Driveway$800.00) 19-118-21 240015 JAMES MIDTBO 3213 ENSIGN AVE N NEW HOPE MN 55427 1,971.00 19-118-21 230070 BRUCE WINSLOW KATHLEEN WINSLOW 9120 32ND AVE N NEW HOPE MN 55427 1,752.00 19-118-21 230073 WILLIAM SHARP MARIANN SHARP 3201 GETTYSBURG AVE N NEW HOPE MN 55427 1,971.00 19-118-21 230076 GERALD CIARDELLI P. J. CIARDELLI 3213 GETTYSBURG AVE N NEW HOPE MN 55427 1,642.50 19-118-21230079 M. MOETELL M. J. MOETELL 3225 GETTYSBURG CT NEW HOPE MN 55427 1,642.50 19-118-21 230082 JEREMY GOTTSTEIN C. GOTTSTEIN 3237 GETTYSBURG CT NEW HOPE MN 55427 1,775.50 (Street$l ,642.50/Driveway $133.00) 19-118-21 230085 PIERRE LAFRANCE 3249 GETTYSBURG AVE N NEW HOPE MN 55427 1.642.50 19-118-21240003 PAUL SWENSON BARBARA SWENSON 3325 ENSIGN AVE N NEW HOPE MN 55427 1,642.50 19-118-21 240010 AVRON KAPLAN NANCY KAPLAN 9004 32ND AVE N NEW HOPE MN 55427 2,176.50 19-118-21 240013 DEAN BRODIN K. A. BRODIN 3221 ENSIGN AVE N NEW HOPE MN 55427 1,686.30 19-118-21 240016 BRUCE MIDDLETON 3209 ENSIGN AVE N NEW HOPE MN 55427 2,767.00 (Street $1 ,971.00/Driveway $796.00) 19-118-21 230071 CHARLES THOMFORDE P. M. THOMFORDE 3207 FLAG AVE N NEW HOPE MN 55427 1,642.50 19-118-21 230074 MARK KOCON SANDRA KOCON 3205 GETTYSBURG AVE N NEW HOPE MN 55427 1,730.10 19-118-21 230077 MICHAEL KLEIN RACHEL KLEIN 3217 GETTYSBURG CT NEW HOPE MN 55427 1,751.34 19-118-21 230080 RONALD YOUNG DARLENE YOUNG 3229 GETTYSBURG CT NEW HOPE MN 55427 1,642.50 19-118-21 230083 RANDALL MCKEE KATHLEEN MCKEE 3241 GETTYSBURG CT NEW HOPE MN 55427 1,971.00 19-118-21 230086 M.J.BOTNAN K.BOTNAN 3219 FLAG AVE N NEW HOPE MN 55427 1,706.89 19-118-21 240004 ABELARDO PASNO 8641 33RD AVE N NEW HOPE MN 55427 1,971.00 19-118-21240011 GERALD FOX 9008 32ND AVE N NEW HOPE MN 55427 1,642.50 19-118-21 240014 MARK SCHMIDT CATHY SCHMIDT 3217 ENSIGN AVE N NEW HOPE MN 55427 1,971.00 19-118-21 240017 RICHARD OLSON 3200 ENSIGN AVE N NEW HOPE MN 55427 2,198.56 (Street $1 ,971.00/Driveway $227 .56) 19-118-21 240018 JAMES 'NHITE S. !".. WHITE 3208 ENSIGN AVE N NEW HOPE MN 55427 1,755.07 19-118-21 240021 HARVEY LEVITON 3220 ENSIGN CT NEW HOPE MN 55427 2,129.90 (Street $1 ,788.57/Driveway$341.33) 19-118-21 240024 RALPH FISCHER JUDITH FISCHER 3232 ENSIGN CT NEW HOPE MN 55427 1,642.50 19-118-21 240027 H. & J. FOSS JUDITH BRALEY 3244 ENSIGN CT NEW HOPE MN 55427 2,824.00 (Street$l ,971.00/Driveway $853.00) 19-118-21240033 GERALD CLAESSENS 3340 ENSIGN AVE N NEW HOPE MN 55427 1,971.00 19-118-21 240037 RANDY BEDELL CAROL ANN BEDELL 9008 34TH AVE N NEW HOPE MN 55427 1,642.50 19-118-21 240042 FREDERICK WERNER VERONIKA WERNER 9009 34TH AVE N NEW HOPE MN 55427 2,255.44 (Street $1,971 .OO/Driveway $284.44) 19-118-21 240045 ROBERT THEISEN JR JANET THEISEN 3332 ENSIGN AVE N NEW HOPE MN 55427 1,971.00 19-118-21240048 WILLIAM KARGES JR 3317 ENSIGN AVE N NEW HOPE MN 55427 1,642.50 1 9-118- 21 31 0004 MICHAEL HAYES MARYANN HAYES 3000 ENSIGN AVE N NEW HOPE MN 55427 1,971.00 19-118-21 240019 THOMAS JESME 3212 ENSIGN AVE N NEW HOPE MN 55427 1,806.09 19-118-21 240022 JAMES BUKSTEIN 3224 ENSIGN CT NEW HOPE MN 55427 1,860.19 19-118-21240025 STEVEN KOLLlNS LESLEE KOLLlNS 3236 ENSIGN CT NEW HOPE MN 55427 1,642.50 19-118-21240028 LARRY ZWEIGBAUM BARBARA ZWEIGBAUM 3248 ENSIGN AVE N NEW HOPE MN 55427 1,971.00 19-118-21 240034 HERBERT MEYER 3404 ENSIGN AVE N NEW HOPE MN 55427 1,971.00 19-118-21240038 EVAN JOHNSON M. A. JOHNSON 9000 34TH AVE N NEW HOPE MN 55427 2,216.78 (Street$l, 774.34/Driveway $442.44) 19-118-21 240043 KURTIS HAMMITT S.R.BOAB 9001 34TH AVE N NEW HOPE MN 55427 1,971.00 19-118-21240046 MARVIN JOHNSON 3324 ENSIGN AVE N NEW HOPE MN 55427 1,642.50 19-118-21 240049 JAMES FROEHLE ANN FROEHLE 3333 ENSIGN AVE N NEW HOPE MN 55427 1,971.00 19-118-21 310005 K. L. GORLlNSKY 8900 30TH AVE N NEW HOPE MN 55427 1,752.00 19-118-21 240020 MARILEE DRIVER III WILLIAM DRIVER III 3216 ENSIGN CT NEW HOPE MN 55427 1,971.00 19-118-21 240023 JAMES JUENEMAN 3228 ENSIGN CT NEW HOPE MN 55427 1,642.50 19-118-21 240026 RICHARD KRANZ 3240 ENSIGN CT NEW HOPE MN 55427 1,642.50 19-118-21 240029 JAMES HOKANSON MARY HOKANSON 3252 ENSIGN AVE N NEW HOPE MN 55427 1,708.20 19-118-21 240035 THOMAS MEYER 891634THAVEN NEW HOPE MN 55427 1,971.00 19-118-21 24 0041 CHESTER HETLAND JOYCE HETLAND 3316 FLAG AVEN NEW HOPE MN 55427 1,971.00 19-118-21 240044 JAMES OLSON 3341 ENSIGN AVE N NEW HOPE MN 55427 1,971.00 19-118-21 240047 MYRLE REISWIG 3316 ENSIGN AVE N NEW HOPE MN 55427 1,642.50 19-118-21 24 0052 CAROL BRIDELL 8624 33RD AVE N NEW HOPE MN 55427 1,971.00 19-118-21 31 0006 RA YNERD PETERSON 8816 30TH AVE N NEW HOPE MN 55427 1,642.50 19-118-21 31 0007 MARY THURESON 8808 30TH AVE N NEW HOPE MN 55427 1,642.50 19-118-21 310008 KIMBERLY WIEBER TODD WIEBER 3001 CAVELL AVE N NEW HOPE MN 55427 1,971.00 19-118- 21 31 0091 STEVEN HICKEL PAMELA HICKEL 8711 32ND CIR N NEW HOPE MN 55427 2,466.70 19-118-21 310092 ROBERT FISHER SUE FISHER 8713 32ND CIR N NEW HOPE MN 55427 2,176.50 19-118-21 31 0094 MICHAEL JURGENS SUSAN JURGENS 8717 32ND CIR N NEW HOPE MN 55427 2,176.50 19-118-21 310095 JOHN & MAUREEN FISCHER M. M. POWERS 8719 32ND CIR N NEW HOPE MN 55427 2,176.50 19-118-21 31 0097 GLEN BROWN 8723 32ND CIR N NEW HOPE MN 55427 2,176.50 19-11 8- 21 31 0098 JON PETERSON 8725 32ND CIR N NEW HOPE MN 55427 2,599.03 19-118-21 31 0100 TIMOTHY OSTMAN 8729 32ND CIR N NEW HOPE MN 55427 2,292.58 19-118-21 310101 JOSEPH STARK 8731 32ND CIR N NEW HOPE MN 55427 2,611.80 19-118-21 31 0103 TODD DUNPHY LORENE DUNPHY 8803 32ND CT N NEW HOPE MN 55427 1,642.50 19-118-21 310104 PHYLLIS SMITH RANDY SMITH 8805 32ND CT N NEW HOPE MN 55427 1,642.50 19-118-21 31 0106 JOHN SCHAAR 8809 32ND CT N NEW HOPE MN 55427 1,834.56 19-118-21 310107 GERALD LARSON 8815 32ND CT N NEW HOPE MN 55427 1,971.00 19-118-21 320020 DONNA MILLER 9317 32ND AVE N NEW HOPE MN 55427 1,752.00 19-118-21 320021 DA VID HOVEY LOUISE HOVEY 9309 32ND AVE N NEW HOPE MN 55427 1,752.00 19-118-21 320023 KEVIN & PATRICIA DOEDEN P. L. FEDORS 3141 HILLSBORO AVE N NEW HOPE MN 55427 1,971.00 19-118-21 320024 TED HARTMAN 3133 HILLSBORO AVE N NEW HOPE MN 55427 1,642.50 19-118-21 320026 RICHARD LOCKETZ 3117 HILLSBORO AVE N NEW HOPE MN 55427 1,730.10 19-118-21 320027 SHARON OBERAIGNER 3109 HILLSBORO AVE N NEW HOPE MN 55427 2,014.10 (Street $1 ,730.1 0/Driveway$284.00l 19-11 8- 21 31 0090 MIKE SCHROEDER BETH ANDERSON 8709 32ND CIR N NEW HOPE MN 55427 2,611.80 19-118-21 31 0093 JAMES TARPEY LINDA TARPEY 8715 32ND CIR N NEW HOPE MN 55427 2,494.27 19-118-21 310096 ROBERT STANTON DOROTHY STANTON 8721 32ND CIR N NEW HOPE MN 55427 2,176.50 19-118-21 31 0099 KEVIN ST AMMEYER JEAN ST AMMEYER 8727 32ND CIR N NEW HOPE MN 55427 2,292.58 19-118-21 31 0102 HILARY ROSENBERG 8801 32ND CT N NEW HOPE MN 55427 2,062.45 (Street $1 ,955.45/Driveway $1 07.00) 19-118-21310105 ROBERT DEBESSE JANET DEBESSE 8807 32ND CT N NEW HOPE MN 55427 1,642.50 19-118-21 320019 HOWARD HARTSTEIN M. C. RUHOFF 9325 32ND AVE N NEW HOPE MN 55427 1,837.00 (Street $1 ,752.00/Driveway $85.00) 19-118-21320022 GEORGE SLAUGHTER P. SLAUGHTER 3149 HILLSBORO AVE N NEW HOPE MN 55427 1,971.00 19-118-21 320025 DA VID EARLEY HELENE EARLEY 3125 HILLSBORO AVE N NEW HOPE MN 55427 1,732.95 19-118-21 320028 WILLIAM OLSSON 3101 HILLSBORO AVE N NEW HOPE MN 55427 1,971.00 19-118-21 320035 WILLlArl SCHELLBACH 31!;;6 HILLSBORO AVE N NEW HOPE MN 55427 1,971.00 19-118-21 320038 P. W. NIELSEN 9001 32ND AVE N NEW HOPE MN 55427 1,971.00 19-118-21 320048 SEPPO LAHTI 3116 HILLSBORO AVE N NEW HOPE MN 55427 1,730.10 19-118-21 320051 RICHARD HABERMAN 2782 PARKVIEW DR MEDINA MN 55340 1,714.99 19-118-21340055 GORDON GUST 8709 30TH AVE N NEW HOPE MN 55427 1,642.50 19-118-21 340058 WALTER GRAY 8733 30TH AVE N NEW HOPE MN 55427 1,642.50 19-118-21 340061 GILMORE REHWALDT MILDRED REHWALDT 8801 30TH AVE N NEW HOPE MN 55427 1,861.50 19-118-21 34 0064 MARK & JOANNE NEUMANN J.K.LOTH 8901 30TH AVE N NEW HOPE MN 55427 1,971.00 19-118-21 340067 DMITRY POGORELSKY EMILlYA POGORELSKY 9009 30TH AVE N NEW HOPE MN 55427 1,642.50 19-118-21340070 DANIEL BAUER DIANE BAUER 3000 CAVELL AVE N NEW HOPE MN 55427 2,200.20 (Street $l,950.20/Driveway $250.00) 19-118-21 32 0036 RUSSELL LAPEAN DIANE LAPEAN 9017 32ND AVE N NEW HOPE MN 55427 1,752.00 19-118-21 320046 M. D. MACCANELLI P. C. REITAN 3100 HILLSBORO AVE N NEW HOPE MN 55427 1,971.00 19-118-21 320049 ALLAN BLOCK DONNA BLOCK 3124 HILLSBORO AVE N NEW HOPE MN 55427 1,971.00 19-118-21 320052 JAMES HANNON 3148 HILLSBORO AVE N NEW HOPE MN 55427 1,837.50 (Street $l,642.50/Driveway $195.00) 19-118-21 34 0056 SCOTT JOHNSON LORIE JOHNSON 8717 30TH AVE N NEW HOPE MN 55427 1,642.50 19-118-21340059 BRIAN BUDGE DEBORAH BUDGE 8741 30TH AVE N NEW HOPE MN 55427 1,642.72 19-118-21 340062 DONALD BOERSMA JOYCE BOERSMA 8809 30TH AVE N NEW HOPE MN 55427 2,435.00 (Street $1,971 .OO/Driveway $464.00) 19-118-21 340065 T. W. CHRISTOFERSON 8909 30TH AVE N NEW HOPE MN 55427 2,325.17 (Street $l,642.50/Driveway $682.67) 19-118-21 340068 DIANE LAWRENCE 9017 30TH AVE N NEW HOPE MN 55427 1,642.50 19-118-21340071 RONALD THOMAS NANCY THOMAS 8724 30TH AVE N NEW HOPE MN 55427 2,182.50 (Street$l,642.50/Driveway $540.00) 19-118-21 320037 LEROY SNIDER 9009 32ND AVE N NEW HOPE MN 55427 2,397.00 (Street $1, 752.00/Driveway $ 645.00) 19-118-21 320047 CARL V ANGSNESS J. VANGSNESS 3108 HILLSBORO AVE N NEW HOPE MN 55427 1,730.10 19-118-21 320050 DENNIS SWENSON 3132 HILLSBORO AVE N NEW HOPE MN 55427 1,971.00 19-118-21 340054 JERRY UDELL 2931 BOONE AVE N NEW HOPE MN 55427 1,971.00 19-118-21 340057 LORRAINE WIEKER 8725 30TH AVE N NEW HOPE MN 55427 1,642.50 19-118-21340060 PAUL RUBEL BARBARA BURKE 8749 30TH AVE N NEW HOPE MN 55427 2,171.32 (Street $1,949.1 O/Driveway $ 222.22) 19-118-21 340063 EMERY PEASHA 8817 30TH AVE N NEW HOPE MN 55427 1,971.00 19-118-21 340066 BARBARA MATTSON 9001 30TH AVE N NEW HOPE MN 55427 1,642.50 19-118-21 34 0069 FLOYD DUFFEE MARIAN DUFFEE 9025 30TH AVE N NEW HOPE MN 55427 1,971.00 19-118-21 340072 RA YMOND WICK AUDREY WICK 871 6 30TH AVE N NEW HOPE MN 55427 1,971.00 19-118-21 340073 ARNOD LEMKE 8708 30TH AVE N NEW HOPE MN 55427 2,397.67 (Street $1 ,971 .OO/Driveway $426.67) 19-118-21 430091 SANDRA HUNTEN 2717 XYLON AVE N NEW HOPE MN 55427 1,839.60 19-118-21 430094 YOUNG KIM JUNG AHN 2741 XYLON AVE N NEW HOPE MN 55427 1,839.60 19-118-21 440050 DELMER MATASOVSKY JEAN MATASOVSKY 1620 SUTMER AVE N GOLDEN VALLEY MN 55427 2,628.00 19-118-21440053 THOMAS HOGAN JOANN HOGAN 2732 XYLON AVE N #4 NEW HOPE MN 55427 2,628.00 20-118-21 21 0001 GEORGE HOLM C/O LEE CO PO BOX 24073 MINNEAPOLIS MN 55424 16,446.21 20-118-21 21 0011 MARVIN SCHMIDTZ 1616 RICE CREEK RD ARDEN HILLS MN 55432 5,585.40 20-118-21 22 0004 MIGM REALTY CO 4301 W HIGHWAY 7/STE 110 MINNEAPOLIS MN 55416 9,464.15 20-118-21 23 0003 JOHN JONES DOUGLAS & ROBERT JONES 3216 WINNETKA AVE N NEW HOPE MN 55427 30,502.80 20-118-21 230012 S & S MINI WAREHOUSE 419 WASHINGTON AVE N MINNEAPOLIS MN 55401 8,087.97 19-118-21 340074 DOUGLAS HARRISON GAIL HARRISON 3001 BOONE AVE N NEW HOPE MN 55427 1,971.00 19-118-21 430090 PATRICIA HILLSTROM BURGUNDY PROPERTIES INC 4450 77TH ST W/UNIT 325 EDINA MN 55435 2,989.35 19-118-21 430092 A VIVA INBERG 2725 XYLON AVE N NEW HOPE MN 55427 1,839.60 19-118-21430093 KEITH THOMPSON PATRICIA THOMPSON 2733 XYLON AVE N NEW HOPE MN 55427 1,839.60 19-118-21 430095 PHILIP HOLVENSTOT KAREN HOLVENSTOT 2749 XYLON AVE N NEW HOPE MN 55427 1,831.28 19-118-21 440049 TERRENCE BINSTOCK 2618 PARKVIEW BLVD MINNEAPOLIS MN 55422 1 ,314.00 19-118-21 440051 BERNHARD FOKKEN 5175 TRENTON LA N PLYMOUTH MN 55442 2,628.00 19-118-21 440052 KEVIN KRAUSE KARA KRAUSE 11925 61ST AVE N PLYMOUTH MN 55442 2,628.00 19-118-21 440054 NORSEMAN MTG/CONTR ROGER SETTERGREN 14400 18TH AVE N PLYMOUTH MN 55447 2,628.00 19-118-21440055 PAUL & SHARON ROSENDALE JAMES ROSS 1621 WINNETKA AVE N GOLDEN VALLEY MN 55422 2,628.00 20-118-21 210009 AFP PARTNERS C/O GLENBOROUGH MGMT CORP SUITE 600 REDWOOD CITY CA 94065 11,670.07 20-118-21 21 0010 K. & S. ASSOCIATES C/O KARL H A DA VID 3531 NEVADA AVE N NEW HOPE MN 55427 6,206.00 20-118-21220002 VICTOR KOCHA VER 7709 WINPARK DR NEW HOPE MN 55427 8,947.81 20-118-21 22 0003 MARK WEXLER M. WEXLER 2644 GLEN HURST AVE MINNEAPOLIS MN 55416 8,948.12 20-118-21 22 0005 HAROLD LYMAN 7101 YORK AVE S/STE 100 EDINA MN 55435 9,464.15 20-118-21 220010 BORDENINC ATTN: TAX DEPT 180 E. BROAD ST COLUMBUS OH 43215 16,879.70 20-118-21 23 0004 VICTOR KOCH A VER 7709 WINPARK DR NEW HOPE MN 55427 7,395.69 20-118-21 230005 T. C. PROPERTIES CO EDWARD & SYLVIA SCHMIDT 9726 PALMER CIR BLOOMINGTON MN 55437 8,883.58 20-118-21 230013 KING VIDEOCABLE CO-MINN 333 DEXTER AVE N PO BOX 24525 SEATTLE WA 98124 8,465.60 20-118-21 230014 T. ROWE PRICE RL TY FD C/O WELSCH CO. INC. 11200 W 78TH ST EDEN PRAIRIE MN 55344 28,579.56 l>':_~ ASSESSMENT AGREEMENT ~ TH I S AGREEMENT, is made and ent e red i nt 0 on the 1 '"' day of ....Jil-l\lAq,( qq3" 992, by and between the Ci t y of New Hope, a Munici al Corporation of the State of Minnesota (hereinafter City) and Keith G. Weinzetl and Judith J. Weinzetl, husband and wife (hereinafter Owners): WHEREAS, Owners are the fee owners of certain real estate located in Hennepin County, Minnesota, legally described as follows: Lot 6, Block 2, Del Heights 2nd Addition, according to the plat thereof on file or of record in the Office of the Registrar of Titles in and for Hennepin County, (hereinafter Property), and WHEREAS, the City will reconstruct the sidewalk and driveway located on the Property, and WHEREAS, the City and the Owners wish to enter into an agreement for the assessing of the cost of this project to the Property. NOW, THEREFORE, for full and adequate consideration, the City and Owners agree as follows: 1. That the City shall reconstruct the sidewalk and driveway on the Property, and the Owners acknowledge and agree that said project will specially benefit and serve the Property.' Said sidewalk and driveway reconstruction shall be constructed in accordance with the drawings attached hereto as Exhibit A, prepared by Bonestroo, Rosene, Anderlik & Associates, the New Hope City Engineers, and the plans and specifications for City Project No. 485 prepared by Bonestroo, Rosene, Anderlik & Associates dated June 26,1992. 2. That the ent i re cost to reconst ruct said s i dewa 1 k and driveway shall be borne in full by the Owners, and the cost of the construction shall be based upon the actual costs as that term is hereinafter defined. Actual costs shall be defined to include the construction cost as finally determined, plus legal, engineering and admi n i st rat i ve cost s of 25% of the f i na 1 const ruct i on cost. The Owne rs acknowl edge that the const ruct ion cont ract for said sidewalk and driveway reconstruction has been awarded to Richard Knutson, Inc. as a part of a larger contract including the 1992 St reet Imp rovement s. The base amount of the ent ire cont ract is $1,711,360.55, with the base amount of $896.00 for the sidewalk and driveway reconstruction to be constructed on the Property. EXHIBIT A This contract amount of $896.00 is based upon removal and reconstruction of sidewalk and driveway totalling 28 square yards at $32.00 per square yard. Any additional area reconstructed will be considered a change order and there will be an addition to the assessment based upon t he rat e of $32.00 pe r square yard of add it i ona 1 area. The Owners acknowledge and agree that the base construction cost may be increased by any change orders authorized by the New Hope City Engineers, and will be increased by any additional reconstruction area requested by the Owners. The final contract cost which Owners agree to pay will include the base construction cost plus the cost of change orders, if any. Therefore, the actual costs for the sidewalk and driveway reconstruction shall be the base amount of $896.00 plus any increases due to change orders, plus 25% of the final construction amount as legal, engineering and administrative costs. The New Hope City Council shall by resolution determine the final actual costs of the project. 3. The Owners shall pay for the cost of the project by ag reei ng to a speci a 1 assessment 1 evi ed against the benef it ed Property pursuant to Minn. Stat. Chap. 429. The special assessment shall be payable in equal annual installments over a period of fifteen years, with interest on the assessment at a rate of eight percent per annum or less, as said interest rate is finally determined by the City Council. In consideration of the City's agreement to construct said sidewalk and driveway reconstruction, Owners agree to waive any statutory or common law challenge they may have to the City's authority to specially assess the Owners' Prope rt y for t he cost of t his imp rovement or t he amount of the special assessment as determined pursuant to this Agreement. The Owners acknowledge and agree that the special benefit the Property will receive from this sidewalk and driveway reconstruction improvement shall exceed t he act ua 1 cost s as def i ned he re in and that the Owners have requested the City to construct this improvement. By -J " J 1 \ ~t{. ~ LJ~~tL Keith G. Weinzetl c:::z:-t (/) tt,) dith J. W 'nzetl 'z/ / STATE OF MINNESOTA ) ) ss. ) COUNTY OF HENNEPIN -1 t;?' tit.. T11e f9~egoi ng was ackn.9,wl edged before me t hi s ortJ day of VL/..J/U/c ,199,3, by Edw. J. Erickson and Daniel J. I - Donahue, the Mayor and City Manager, respectively, of the City of New Hope, a Minnesota municipal corporation, on behalf of said municipal corporation. ~/ , /)~ //1 U/l ;! f (J ) / ,t/ /]'\/ (! ( f . :A~ \.....L-" _~ /l....-Z..... Not ary Pub 1 i if / STATE OF MINNESOTA ) ) ss. ) My COf,ilii. Exp. june -12, "i 9SA COUNTY OF HENNEPIN THIS DOCUMENT DRAFTED BY: rA acknowl edged before me t his 7 day of , 199~, by Keith G. Weinzetl and Judith J. usband and wife. ~ Nrf~C (!.~ @......JAYNEC.FERRY .JJ NOTARY PU3UC . MINNESOT,'\ HENNEPIN COUNlY My Commlsslon Explres Aug. 30. 1995 CORRICK & SONDRALL, A PARTNERSHIP OF PROFESSIONAL CORPORATIONS 8525 Edinbrook Crossing, Suite 203 Brooklyn Park, MN 55443 PETITION FOR IMPROVEMENT The undersigned hereby petition the City Council of New Hope for a driveway and sidewalk reconstruction at 4500 Boone Avenue North, based upon the following: 1. The driveway and sidewalk at said property are in need of reconstruction. 2. The 1992 Street Improvement Project will involve repair of various streets in the City of New Hope, including streets adjacent to 4500 Boone Avenue North. 3. The undersigned are all of the owners of the property at 4500 Boone Avenue North, which is the only property that will be affected by this improvement. 4. The undersigned agree to the assessment of the entire cost of this improvement against the property at 4500 Boone Avenue North. 5. This Petition shall have an effective date of June 8, 1991 . , ~J~ /1 ~~/.~~€-- Keith Weinzetl v /:~'-c~,!l~<--ri-//'i:.z:;/ J dith J. We nzetl ~ ,/ ;1 \ y Sp cifications for 1992 Local Street Resurfacing Utility and street Improvements City Project No. 485 Minnesot June No. 34144 Sonest roo Rosene AnderUk & Associates Engineers & Architects St. Paul, Minnesota JIlj =roo IIiDIIl Andettik & '1\N Associates E.~ a A.~ SLPad.~ 1- ..~7ip ADDENDUM NO.1 Total Base Bid Tdephone No. Fax. No. I ADDENDUM NO. 1 1992 LOCAL STREET RESURFACING UTILITY AND STREET IMPROVEMENTS CITY PROJECT NO. 485 FILE NO. 34144 NEW HOPE, MINNESOTA July 17, 1992 Opening Tune: Opening Date: 11:30 AM., enS.T. Tuesday, July 21, 1992 PROPOSAL: On Page P-7, Part G (Item Nos. 122, 123, & 124): PVC, SDR 35 will be acceptable in lieu of the 12" RCP, 15" RCP, and 18" RCP, Class 5. 34144.ADD BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. 2335 WEST TRUNK HIGHWAY 36 ST. PAUL, MINNESOTA 55113 1992 LOCAL STREET RESURFACING UTILITY AND STREET IMPROVEMENTS CITY PROJECT NO. 485 FILE NO. 34144 NEW HOPE . MINNESOTA 1992 INDEX Index Advertisement for Bids Information to Bidders Proposal Special Provisions 1700. Adjust Miscellaneous Structures - Specific Requirements General Requirements 2104. Removing Miscellaneous Structures - Specific & General Requirements 2105. Excavation & Embankment - Specific & General Requirements 2130. Application of Water - Specific & General Requirements 2211. Aggregate Base - Specific & General Requirements 2232. Mill Pavement Surface - Specific & General Requirements 2331. Plant-Mixed Bituminous Pavement - Specific & General Requirements 2357. Bituminous Tack Coat - Specific & General Requirements 2502. Subsurface Drains - Specific & General Requirements 2521. Walks - Specific & General Requirements 2531. Concrete Curb and Gutter - Specific & General Requirements 2571. Plant Installation - Specific & General Requirements 2575. Turf Establishment - Specific & General Requirements 23,000. Water Main - Specific Requirements General Requirements 341<< I-I INDEX - CONT'D. 24,000. Sewers - Specific Requirements General Requirements 25,000. Sewer and Yater Service Lines - Specific Requirements General Requirements Plate 1-1 Plate 1-5 Plate 1-10 Plate 1-16 Plate 1-18 Plate 1-19 Plate 1-22 Plate 1-25 Plate 1-25A Plate 1-25B Plate 1-28 Plate 2-2 Plate 2-9 Plate 2-10 Plate 4-1 Plate 4-3 Plate 4-9 Plate 4-10 Plate 4-11 Plate SP-59 Plate SP-60 Plate SP-61 Sanitary Sewer Manhole Drop Inlet Manhole Storm Sewer Junction Manhole with Reinforced Top Slab Type II Catch Basin Manhole Type I Catch Basin Type II Catch Basin Double Catch Basin Bedding Methods for RCP, VCP, & DIP Improved Foundation for RCP, VCP, & DIP PVC Pipe Foundation and Bedding Methods Flared End Section and Trash Guard Hydrant with Gate Valve & Box Concrete Thrust Blocking Yater Main Yet Tap Concrete Curb and Gutter Pedestrian Curb Ramp B618 Curb & Gutter Construction at Catch Basin Surmountable Curb & Gutter Construction at Catch Basin Concrete Valley Gutter Concrete Encased Casting on Type I Catch Basin Manhole Concrete Collar on Type II Catch Basin Seal Between Top Slab & Manhole Section Soils Investigations Supplemental Conditions of the Contract Conditions of the Contract 34144 I hereby certify that this plan and specification was prepared by me or under my direct supervision and that I am a duly Registered Professional Engineer under the 1t::7)he_State of Mii1ota. ~~ U~~ Thomas E. Angus, P.E. Date: June 26. 1992 Reg. No. 12393 I-2 ADVERTISEMENT FOR BIDS Sealed bids will be received by the City of New Hope, Minnesota in the City Hall at 4401 Xylon Avenue until 11:30 AM., C.D.S.T., on Tuesday, July 21, 1992, at which time they will be publicly opened and read aloud for the furnishing of all labor and materials and all else necessary for the following: 1992 Local Street Resurfacing. Utm~ and Street Improvements City Project No. 485 11,000 17,900 7,300 4,600 800 TN Bituminous Surfacing LF Remove & Replace Concrete Curb & Gutter LF 30", 24" 21", 18", 15", and 12" Storm Sewer LF 21", 18", 12", 10" and 8" Sanitary Sewer LF 6" Water Main With miscellaneous manholes, catch basins, service connections, bituminous patching, and restoration. Plans and specifications, proposal forms and contract documents may be seen at the office of the City Clerk, New Hope Minnesota, and at the office of Bonestroo, Rosene, Anderlik & Associates, Inc., Consulting Engineers, 2335 W. Trunk Highway 36, St. Paul, MN 55113, (612) 636-4600. Each bid shall be accompanied by a bidder's bond naming the City of New Hope as obligee, certified check payable to the Clerk of the City of New Hope or a cash deposit equal to at least five percent (5%) of the amount of the bid, which shall be forfeited to the City in the event that the bidder fails to enter into a contract. The City Council reserves the right to retain the deposits of the three lowest bidders for a period not to exceed 45 days after the date and time set for the opening of bids. No bids may be withdrawn for a period of forty-five (45) days after the date and time set for the opening of bids. Payment for the work will be by cash or check. Contractors desiring a copy of the plans and specifications and proposal forms may obtain them from the office of Bonestroo, Rosene, Anderlik & Associates, upon payment of a deposit of $35.00. See "Information to Bidders" for plan/specification deposit refund policy. The City Council reserves the right to reject any and all bids, to waive irregularities and informalities therein and further reserves the right to award the contract to the best interests of the City. Daniel Donahue, Manager City of New Hope, Minnesota 34144 INFORMATION TO BIDDERS 1. BID PROCEDURE: Each planholder has been furnished a specification, plan set and two extra proposals. Bids shall be submitted on the separate Proposal Form designated IIBID COPY" and not in the specification book. The Proposal containing the bid shall be submitted in a sealed envelope. 2. DEPOSIT AND REFUND: Plans and specifications may be obtained for the deposit amount stipulated in the Advertisement for Bids. Planholders may obtain more than one set of plans and specifications for the stipulated amount, however, refunds will not be given for these additional sets. Refunds of deposit will be made to all bidders, subcontractors, and suppliers who return plans and specifications, in good condition, within 15 days of the bid date provided they: a) Were a prime bidder who submitted a bona-fide bid to the Owner, or b) Submitted quotes to at least two prime bidders which are identified with the returned plans and specifications. The following planholders need not return plans and specifications to receive a refund of deposit: a) Low prime bidder, or b) Successful low subcontractors and suppliers who notify the receptionist within 15 days of the bid. Refunds of deposit will also be made, for one set of plans and specifications only, to those planholders who return plans and specifications at least 48 hours before the bid-letting hour. 3. INDMDUALDRA WINGS AND SPECIFICATION SHEETS: Individual drawings and specifications sheets may be purchased at the rate of Five Dollars ($5.00) per sheet of drawings and Twenty-five cents ($0.25) per sheet of specifications for which no refund will be made. 1989 General J[]J Bonestroo -=- Rosene '1\1I Anderlik & . \J' AssocIates Engtneers & Archlu:m; St. Paul. Mlnnes.ota Bidder Richard Knutson, Inc. Total Base Bid $1,711,360.55 Address 12585 Rhode Island S. Telephone No. 890-8811 City, State, Zip Savage, MN 55378 Fax. No. 890-8396 PROPOSAL 1992 LOCAL STREET RESURFACING UTILITY AND STREET IMPROVEMENTS CITY PROJECT NO. 485 FILE NO. 34144 NEW HOPE, MINNESOTA 1992 Opening Time: Opening Date: 11:30 AM., CD.S.T. Tuesday, July 21, 1992 Honorable City Council City of New Hope 4401 Xylon Avenue North New Hope, Minnesota 55428 Dear Council Members: The undersigned, being familiar with your local conditions, having made the field inspections and investigations deemed necessary, having studied the plans and specifications for the work including Addenda Nos. 1 and being familiar with all factors and other conditions affecting the work and cost thereof, hereby proposes to furnish all labor, tools, materials, skills, equipment and all else necessary to completely construct the project in accordance with the plans and specifications on file with your Clerk and Bonestroo, Rosene, Anderlik & Associates, Inc., 2335 W.Trunk Highway 36, St. Paul, Minnesota 55113, as follows: No. Item Unit Qty Unit Price Total Price Part A - Street Reconstruction 1 Remove existing bituminous pavement SY 15,100 $ 1.85 $27,935.00 SY 700 8.00 5,600.00 LF 26,700 2.00 53,400.00 LF 600 3.50 2,100.00 SY 35,000 0.65 22,750.00 2 Remove existing concrete pavement 3 Remove existing concrete curb & gutter 4 Saw cut concrete driveway 5 Mill bituminous surface 34144,PRO P-l No. Item Unit Qty Unit Price Total Price 6 Class 5, 100% crushed recycled aggregate base (including excavation) TN 2,000 $ 6.50 $ 13,000.00 7 Class 5, 100% crushed quarry rock (including excavation) TN 1,000 7.75 7,750.00 8 Type 31 bit. base course for patching TN 1,800 24.60 44,280.00 9 Type 31 bit. binder course for leveling TN 100 24.60 2,460.00 10 Type 41 bituminous wear course TN 10,100 16.20 163,620.00 11 Bituminous material for mixture TN 770 110.00 84,700.00 12 Bituminous material for tack coat GL 4,200 1.05 4,410.00 13 Concrete curb and gutter (patch) LF 17,810 7.25 129,122.50 14 B618 concrete curb and gutter LF 8,890 5.25 46,672.50 15 Concrete valley gutter (7" thick) SY 30 30.00 900.00 16 Reinforcing for concrete curb & gutter LF 2,100 1.00 2,100.00 17 3" thick wearing course for driveway SY 550 7.30 4,015.00 18 6" thick concrete driveway pavement with 66 x 1010 mesh SY 700 23.00 16,100.00 19 Adjust gate valve and box EA 75 150.00 11,250.00 20 Adjust MH frame and casting EA 130 225.00 29,250.00 21 Remove existing bituminous pavement from manhole cover and frame EA 75 50.00 3,750.00 22 Sod with 3" existing topsoil SY 10,000 2.00 20,000.00 23 Topsoil borrow (LV) CY 400 8.00 3,200.00 Total Part A - Street Reconstruction $698,365.00 Part B - Driveway Reconstruction (Requested) 24 Remove concrete curb and gutter LF 1,500 $ 2.00 $ 3,000.00 34144.PRO P-2 No. Item Unit Qty Unit Price Total Price 25 Remove bituminous driveway pavement SY 1,400 $ 2.00 $ 2,800.00 26 Remove concrete driveway pavement SY 1,100 8.00 8,800.00 27 Saw cut concrete driveway LF 600 3.50 2,100.00 28 Concrete curb and gutter at driveway LF 1,500 8.25 12,375.00 29 Class 5, 100% crushed recycled aggregate base for driveway (including excavation) TN 300 6.50 1,950.00 30 3" thick wearing course for driveway SY 1,400 7.30 10,220.00 31 6" thick concrete driveway pavement with 66 x 1010 mesh SY 1,100 23.00 25,300.00 Total Part B - Driveway Reconstruction $66,545.00 Part C - Northwood Parkway, 32nd Ave. & 32nd Circle Driveway Reconstruction 32 Remove bituminous driveway pavement SY 330 $ 3.00 $ 990.00 33 Remove concrete driveway pavement SY 530 8.00 4,240.00 34 Saw cut concrete driveway pavement LF 600 3.50 2,100.00 35 Cl. 5, 100% crushed, recycled aggregate base for driveway (including excavation) TN 300 6.50 1,950.00 36 3" thick wearing course for driveway SY 330 7.30 2,409.00 37 6" thick concrete driveway pavement with 66 x 1010 mesh SY 530 23.00 12,190.00 Total Part C - Northwood Parkway, 32nd Ave.& 32nd Circle Driveway Reconstruction $23,879.00 Part D - Northwood Parkway Sanitary Sewer 38 Remove bituminous SY P-3 9,490 $ 0.80 $ 7,592.00 34144.PRO No. Item Unit Qty Unit Price Total Price 39 Remove concrete walk SF 3,360 $ 1.50 $ 5,040.00 40 Sanitary sewer bypass pumping LS 1 39,625.00 39,625.00 41 Remove manhole EA 13 185.00 2,405.00 42 Remove 27" RCP sanitary sewer LF 5 5.00 25.00 43 Remove 15" RCP sanitary sewer LF 5 5.00 25.00 44 Remove 12" RCP sanitary sewer LF 966 5.00 4,830.00 45 Remove 9" VCP sanitary sewer LF 2,462 3.00 7,386.00 46 Remove 12" CIP water main LF 20 5.00 100.00 47 Remove 6" CIP water main LF 50 5.00 250.00 48 Plug 15" RCP sanitary sewer EA 2 43.00 86.00 49 Plug 4" sewer service EA 3 28.50 85.50 50 Salvage castings EA 13 50.00 650.00 51 Transplant tree EA 6 300.00 1,800.00 52 10" PVC, SDR 35 san. sewer 8'-10' dp. LF 386 21.20 8,183.20 53 10" PVC, SDR 35 san. sewer 10'-12' dp. LF 892 23.20 20,694.40 54 10" DIP, Cl. 50 san. sewer, 0'-10' deep LF 50 23.90 1,195.00 55 12" PVC, SDR 35, san. sewer 8'-10' dp. LF 80 25.25 2,020.00 56 12" PVC, SDR 35, san. sewer 10'-12' dp. LF 1,054 26.00 27,404.00 57 18" PVC, SDR 35, san. sewer 0'-8' dp. LF 125 30.10 3,762.50 58 18" PVC, SDR 35, san. sewer 8'-10' dp. LF 495 32.80 16,236.00 59 18" PVC, SDR 35, san. sewer 10'-12' dp. LF 346 33.80 11,694.80 60 20" DIP, Cl. 50, san. sewer 0'-8' deep LF 608 39.35 23,924.80 61 20" DIP, Cl. 52, san. sewer 0'-8' deep LF 30 42.70 1,281.00 62 Connect to existing 9" VCP EA 8 435.00 3,480.00 63 18" x 4" wye EA 4 206.00 824.00 64 12" x 4" wye EA 22 71.00 1,562.00 34144.PRO P-4 No. Item Unit Qty Unit Price Total Price 65 10" x 4" wye EA 30 $ 54.00 $ 1,620.00 66 Manhole with salvaged casting EA 3 50.00 150.00 67 Manhole with Rl642B casting EA 20 920.00 18,400.00 68 Manhole depth greater than 8' LF 38.5 68.50 2,637.25 69 Box culvert/MHstructure w/R1642-A casting & Type B lid LS 1 18,400.00 18,400.00 70 10" outside drop at MH LF 15.0 178.00 2,670.00 71 4" PVC, SDR 26 seWer service LF 570 12.95 7,381.50 72 Connect to exist. 4" sewer service EA 57 200.00 11,400.00 73 12" DIP, Class 52 water main LF 20 62.90 1,258.00 74 6" DIP, Class 52 water main LF 50 43.00 2,150.00 75 Fittings LB 2,650 0.80 2,120.00 76 Connect to existing 12" CIP EA 2 495.00 990.00 77 Connect to existing 6" CIP EA 5 425.00 2,125.00 78 Cl. 5, 100% crushed, recycled agg. base course (including excavation) TN 4,740 7.75 36,735.00 79 Type 31, bituminous base courSe TN 1,310 14.80 19,388.00 80 Type 41, bit. Wear courSe for patch TN 7 47.75 334.25 81 Bituminous material for mixture TN 66 110.00 7,260.00 82 4" concrete walk SF 3,360 2.00 6,720.00 83 Televise sanitary sewer LF 4,000 0.25 1,000.00 84 Impr. pipe fnd. per 6" depth increment LF 6,000 2.60 15,600.00 85 Mechanical trench compactin LF 4,706 0.10 470.60 Total Part D - Northwood Parkway Sanitary Sewer $350,970.80 34144.PRO P-5 No. Item Unit Qty Unit Price Total Price Part E - Water Main Reconstruction 86 Remove bituminous SY 1,540 $ 3.00 $ 4,620.00 87 Remove 6" CIP water main LF 10 5.00 50.00 88 Salvage hydrant EA 1 185.00 185.00 89 Salvage valve box EA 3 25.00 75.00 90 6" DIP, Class 52 water main LF 960 15.25 14,640.00 91 Fittings LB 985 0.80 788.00 92 6"x6" wet tap wj6"gate valve & box EA 1 1,270.00 1,270.00 93 Hydrant EA 1 1,063.00 1,063.00 94 6" gate valve and box EA 2 335.00 670.00 95 Connect to existing 6" CIP EA 1 250.00 250.00 96 1" copper water service LF 125 14.55 1,818.75 97 1" corporation stop EA 14 32.00 448.00 98 Connect to existing 1" water service EA 14 210.00 2,940.00 99 Cl. 5, 100% crushed quarry rock (including excavation) TN 560 7.75 4,340.00 100 Type 31, bit. base course for patch TN 190 25.00 4,750.00 101 Bituminous material for mixture TN 10 110.00 1,100.00 102 Impr. pipe fnd. per 6" depth increment LF 500 2.60 1,300.00 103 Mechanical trench compaction LF 1,085 0.10 108.50 Total Part E - Water Main Reconstruction $40,416.25 Part F - Sanitary Sewer Repairs 104 Bituminous removal SY 1,300 $ 4.00 $ 5,200.00 105 Repair 9" YCP san. sewer, 8'-14' dp. LF 260 127.75 33,215.00 106 Repair 9" yep san. sewer, 14'-18' dp. LF 110 128.75 14,162.50 34144.PRO P-6 No. Item Unit Qty Unit Price Total Price 107 Connect to existing 9" VCP EA 20 $ 410.00 $ 8,200.00 108 Connect 10" PVC to existing MH EA 13 420.00 5,460.00 109 Cl. 5, 100% crushed quarry rock (including excavation) TN 480 6.50 3,120.00 110 Type 31, bituminous base course patch TN 160 24.20 3,872.00 111 Bituminous material for mixture TN 8 110.00 880.00 Total Part F - Sanitary Sewer Repairs $74,109.50 Part G - Storm Sewer 112 Remove structure EA 37 $ 185.00 $ 6,845.00 113 Salvage casting EA 42 50.00 2,100.00 114 Remove 12" RCP LF 510 5.00 2,550.00 115 Remove 18" RCP LF 275 5.00 1,375.00 116 Remove 36" RCP LF 67 5.00 335.00 117 Remove bituminous SY 5,880 0.95 5,586.00 118 Mill bituminous surface SY 1,000 0.65 650.00 119 Remove concrete walk SF 50 1.25 62.50 120 Grade overland drainage swale 32nd Ave. and Circle LS 1 11,000.00 11,000.00 121 4" PE perforated pipe drain LF 1,000 6.79 6,790.00 122 12" RCP, Class 5 LF 2,150 19.50 41,925.00 123 15" RCP, Class 5 LF 4,200 19.95 83,790.00 124 18" RCP, Class 5 LF 2,020 23.70 47,874.00 125 21" RCP, Class 5 LF 310 26.90 8,339.00 126 24" RCP, Class 3 LF 40 27.50 1,100.00 127 30" RCP, Class 3 LF 130 36.30 4,719.00 34144.PRO P-7 No. Item Unit Qty Unit Price Total Price 128 42" RCP, Class 1 LF 70 $ 59.65 $ 4,175.50 129 21" RCP apron with trash guard EA 1 810.00 810.00 130 30" RCP apron with trash guard EA 1 1,135.00 1,135.00 131 Connect 4" PE draintile to ex. structure EA 40 235.00 9,400.00 132 Connect 12"-18" RCP to ex. structure EA 6 310.00 1,860.00 133 Connect 21"-24" RCP to ex. structure EA 3 335.00 1,005.00 134 Connect 42" RCP to ex. structure EA 1 570.00 570.00 135 Std. MH wjRl642B cstg. (Plate 1-10) EA 23 1,010.00 23,230.00 136 Std. CBMH wjR-3067V cstg. (Plate 1-16) EA 35 1,060.00 37,100.00 137 Std. CB wjR-3067V cstg. (Plate 1-19) EA 63 730.00 45,990.00 138 Dbl. CB wjR-3067V cstg. (Plate 1-22) EA 4 1,570.00 6,280.00 139 R-3067V grate EA 9 85.00 765.00 140 R-3067V casting EA 1 196.00 196.00 141 R-1642B casting EA 4 130.00 520.00 142 Adjust catch basin EA 18 100.00 1,800.00 143 Repair structure EA 10 720.00 7,200.00 144 Relocate catch basin EA 2 820.00 1,640.00 145 Class 5, 100% crushed quarry rock (including excavation) TN 2,250 6.50 14,625.00 146 Type 31, Bit. base course for patch TN 800 24.60 19,680.00 147 Type 41, bituminous wear course TN 270 19.35 5,224.50 148 Bituminous material for mixture TN 56 110.00 6,160.00 149 Bituminous material for tack coat GL 145 2.00 290.00 150 4" concrete walk SF 50 2.00 100.00 151 Class 2 riprap w j geotextile fabric CY 10 47.00 470.00 152 Impr. pipe fnd. per 6" depth increment LF 4,000 2.60 10,400.00 34144.PRO P-8 No. Item Unit Qty Unit Price Total Price 153 Mechanical trench compaction Total Part G - Storm Sewer LF 8,920 $ 0.10 $ 892.00 $426,558.50 Part H - Backyard Drainage 154 12" draintile LF 770 $ 19.05 $ 14,668.50 155 Yard drain w /Rl642 cstg. & Type C grate EA 10 597.00 5,970.00 156 Remove 4" & 6" PVC LF 160 14.80 2,368.00 157 Shape drainage swale LS 1 3,500.00 3,500.00 158 4" concrete swale SF 420 3.00 1,260.00 159 Sod with 3" existing topsoil SY 950 2.00 1,900.00 160 Topsoil borrow (LV) CY 100 8.50 850.00 Total Part H - Backyard Drainage $30,516.50 Total Part A - Street Reconstruction Total Part B - Driveway Reconstruction Total Part C - Northwood Parkway, 32nd Ave. & 32nd Circle Driveway Reconst. Total Part D - Northwood Parkway Sanitary Sewer Total Part E - Water Main Reconstruction Total Part F - Sanitary Sewer Repairs Total Part G - Storm Sewer Total Part H - Backyard Drainage TOTAL BASE BID $ 698,365.00 $ 66,545.00 $ 23,879.00 $ 350,970.80 $ 40,416.25 $ 74,109.50 $ 426,558.50 $ 30,516.50 $1,711,360.55 34144.PRO P-9 The final amount of the contract shall be determined by multiplying the final measured quantities of the various items actually constructed and installed by the unit prices therefor, in the manner prescribed in the specifications. However, the low bidder shall be determined by adding the sums resulting from multiplying the quantities stated by the unit prices bid therefor. Accompanying this bid is a bidder's bond, certified check or cash deposit in the amount of $ five percent (5%) of amount bid, which is at least five percent (5%) of the amount of my/our bid made payable to the Owner, and the same is subject to forfeiture in the event of default on the part of the undersigned or failure on the part of the undersigned to execute the prescribed contract and bond within fifteen (15) days after its submittal to me/us. In submitting this bid it is understood that the Owner retains the right to reject any and all bids and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this bid, it is understood that payment will be by cash or check. It is understood that bids may not be withdrawn for a period of 45 days after the date and time set for the opening of bids. It is understood that the Owner reserves the right to retain the certified check or bond of the three lowest bidders as determined by the Owner for a period not to exceed 45 days after the date set for the opening of bids. Respectfully submitted, Richard Knutson, Inc. Name of Bidder (A Corporation) (An Individual) (A Partnership) (Signed) Sheri Jo Boyum Signer Treasurer Title Sheri J 0 Boyum Printed Name of Signer 34144.PRO P-IO SPECIAL PROVISIONS TABLE OF CONTENTS 1. PROJECT DESCRIPTION 2. PROJECT SCOPE 3. SEQUENCE AND SCHEDULE 4. PERMITS 5. PROGRESS AND COMPLETION 6. LIQUIDATED DAMAGES 7. PRE-CONSTRUCTION CONFERENCE 8. SPECIFICATION REFERENCE 9. EXISTING CONDITIONS 10. USE OF LANDS 11. UTILITIES 12. TRAFFIC 13. COORDINATION 14. STAKING 15. SURVEY MONUMENTATION 16. USE OF WATER 17. TESTS 18. SCALE 19. SITE RESTORATION 20. CLEAN-UP 21. QUANTITY VARIATIONS 22. SURFACE RESTORATION 23. REMOVAL AND REPLACEMENT OF SIGNS AND MAILBOXES 24. DAMAGE TO EXISTING BITUMINOUS PAVEMENT 25. DOUBLE CATCH BASINS 26. BOX CULVERT/MH STRUCTURE AND BOONE AVENUE SANITARY SEWER 27. SANITARY SEWER REPAIRS 28. NORTHWOOD PARKWAY SANITARY SEWER 34144 SPECIAL PROVISIONS 1. PROJECT DESCRIPTION: This project consists of street and utility construction that is separated into the following five sections: 34144 a. Street Reconstruction: This construction provides for either a bituminous overlay or total street reconstruction in areas of existing concrete curb and gutter. In overlay areas, the Contractor shall mill the existing bituminous surface as indicated on the typical sections. Prior to milling, designated areas shall be removed and patched. After milling, additional areas so designated by the Engineer, shall be removed and patched. Subbasejsubgrade correction may be required in areas of removal and shall include all required excavation and placement of new gravel base. Also included is removal and replacement of deteriorated concrete curb and gutter where so indicated. Total street reconstruction will involve removal of all existing bituminous surfacing and concrete curb and gutter. In these areas, regrading of the streets to create new grades for better surface water drainage shall be accomplished as directed. New gravel base, concrete curb and gutter, and bituminous surfacing shall be placed upon completion of all utility work and regrading. b. Driveway Apron Reconstruction: This construction provides for the reconstruction of driveway approaches in areas where concrete curb and gutter already exists. The work includes removal of the existing concrete curb and gutter at the driveway and construction of new concrete curb and gutter to provide a smooth transition between the street and driveway. The driveway shall then be reconstructed, to the same width and with the same type of materials as existing, to a distance of 15' from the back of curb. This work shall be accomplished only at the request of the property owner through the Engineer or as directed by the Engineer in areas of total street reconstruction. c. Storm Sewer Construction within Existing Streets: This construction provides for both the extension of storm sewer pipe from existing storm sewer or reconstruction of existing storm sewer structures or mains as indicated on the Plans. d. Sanitary Sewer and Water Main Reconstruction: This construction consists of replacement of existing water main and sanitary sewer that has deteriorated. Water main reconstruction involves replacement of an existing main that has experienced several breaks over the past ten years. Sanitary sewer reconstruction involves replacement of mains that have settled and broken. SP-l e. Backyard Storm Sewer: This construction consists of the placement of storm sewer lines and backyard drainage structures to low areas that presently trap surface water. Storm sewer will be extended from catch basins along property lines and within easements that will be obtained by the Owner. The Contractor shall use a tractor backhoe (1.5 C.Y. bucket) or smaller equipment for this work. The OWNER is the City of New Hope. 2. PROJECT SCOPE: The scope of the work includes, in general, the following. a. Street Reconstruction b. Sanitary Sewer c. Yater Main d. Gravity Storm Sewer e. Yater and Sewer Services f. Site Restoration 3. SEQUENCE AND SCHEDULING: The City Council will consider project award at a regular Council meeting on July 27,1992. The Contractor shall not commence construction until the Owner has issued a "Notice to Proceed". This notice will not be issued until execution of the contract documents has been completed, the required permits have been received, and a preconstruction conference has been held. For purposes of planning the work, the Contractor shall assume an early start date of August 10, 1992. Construction of new water main along 35-1/2 and Yisconsin Avenues and connections to existing mains shall be accomplished in accordance with the following schedule: a. New mains and hydrant shall be furnished, installed, and tested by making only the wet tap connection at the intersection of 35-1/2 and Virginia. b. Contractor should note that testing of the new mains will include the required bacteria test. The contractor should schedule his work to accommodate any delay to his operations that may be incurred as a result of waiting for completion of this test. c. Following required testing and flushing of new mains connections to existing services shall be accomplished. period, the existing main shall remain in service. and hydrant, During this d. Following connection of new services, remaining connections to existing main and plugging of existing mains shall be accomplished. ' 4. PERMITS: Permits to construct the work are required by the Minnesota Department of Health. York on the project shall not begin until this permit has been acquired. The City has made application and paid the application fee for the permit. 34144 SP-2 5. PROGRESS AND COMPLETION: The Contractor shall begin work immediately upon receipt of the Notice to Proceed. All work shall be completed by October 17, 1992 except for the wear course on Northwood Parkway which shall not be placed until 1993. Placement of the wear course on Northwood Parkway shall be completed by June I, 1993. In areas of total street reconstruction, the Contractor shall complete placement of gravel base within two (2) working days of completion of the utility construction. In these same areas, bituminous base and fill behind curbs shall be completed within ten (10) working days of the completion of the gravel base construction. In areas of storm sewer construction with associated milling, patching, and overlay of existing bituminous surface, placement of gravel base shall be completed within two (2) working days of completion of the utility construction. In these same areas, bituminous base and fill behind curbs shall be completed within ten (10) working days of the completion of the gravel base construction and placement of bituminous wear course shall be completed within five (5) working days of placement of the bituminous base. In areas of street reconstruction with no utility work or only sanitary sewer repair work, removal and/or milling of existing bituminous surface and placement of bituminous wear course shall be completed within fifteen (15) working days of initial removal of bituminous surfacing. Sodding within areas where backyard drainage systems are installed, shall be completed within seven (7) working days of completion of placement of the drain tiles. 6. LIOUIDATED DAMAGES: Liquidated damages as specified in Section 3.9 of the Conditions of the Contract shall be Two Hundred Dollars ($200.00) per calendar or working day for each completion date not met. A working day shall be as defined under Mn/DOT Specifications, Section 1103, Definitions. 7. PRE-CONSTRUCTION CONFERENCE: A pre-construction conference will be scheduled after receipt by the Engineer of the Contractor I s schedule. The conference will be held with the Contractor, City Public Works Director, City Engineer, representatives from utility companies, and other parties involved in the project. Materials (including bituminous mix design), material sources, construction methods. and scheduling will be reviewed and any questions or procedures will be clarified. 8. SPECIFICATION REFERENCE: Where the Minnesota Department of Transportation specifications are referred to herein and where a reference to the word nStaten is mentioned, it is understood that the word "Owner" is substituted. All reference to the word nEngineer" shall be interpreted as the Engineer for the Owner. Minnesota Department of Transportation (MuDOT) Specifications for Highway Construction, 1988 Edition and revisions thereto shall apply except as noted herein. In no cases shall any part of Division I (General Requirements and Covenants) of the MnDOT Specifications apply to this contract unless specifically stated elsewhere in these specifications. All references to previous editions in the General Requirements shall be interpreted as the 1988 Edition. 34144 SP-3 9. EXISTING CONDITIONS: All prospective bidders are advised to inspect the entire project area prior to submitting a bid to satisfy, in their own minds. the existing conditions of the project site. Specific information which may be appropriate to the bidders knowledge of the site conditions is addressed in the following: a. Work by Others: Private utility companies may be working within the project area. b. Soil Conditions: The contractor shall investigate the subsurface conditions to his own satisfaction prior to submitting a bid and is advised to conduct his own soil borings to determine for himself the subsurface conditions which exist. The Developer and the Owner have had soil borings taken at selected locations. The boring locations, method of boring and information obtained from the borings were based upon design considerations. The information was not obtained nor intended for the purposes of analyzing construction methods, making progress estimates, or evaluating other constructability concerns. It is the contractor's duty to explore, test, and analyze the subsurface conditions with regard to the constructability factors that may affect work to the extent and in the manner he believes is appropriate to the nature of the work. However, to the extent that the soil boring information obtained by the Develope.r and Owner benefits the bidders by supplementing their own site investigation information, it is provided as . a separate document. Information provided concerning soil conditions is subject to the warranty and "limitations of investigation" of the soil investigation report. 10. USE OF LANDS: All work is to be done on public right-of-way or easements which are provided by the Owner. Operations shall be confined to<within.the limits of the right-of-way or easements provided. The Contractor may dominate the site as necessary to the quick and expedient completion of the work. 11. UTILITIES: Knovffi underground utilities are shown on the plans ina general way only. It shall be the responsibility of the Contractor to contact. all utility companies through GOPHER ~ (454-0002) prior to construction to determine the exact location of utilities. 12. TRAFFIC: Traffic control shall be the sole responsibility of the. Contractor and shall conform to the requirements of the Minnesota Manual on Uniform Traffic Control Devices (MMUTCD). Access to adjacent homes, apartments, and businesses shall be properly maintained by the Contractor between the hours of 6:00 p.m. and 7:00 p.m. The Contractor shall work with the Engineer to insure that access to all properties is available at all times in cases of emergencies. 34144 SP-4 13. COORDINATION: The Contractor is responsible for coordinating the work of the contract and the work of others relating to the project and shall cooperate with others to cause the efficient and timely completion of the work. These responsibilities shall include, among others, the following: a. Inform emergency coordinators of circumstances. services and traffic situation school district as appropriate transportation to the project b. Inform New Hope street department of detours and road closings that will affect traffic. c. Inform electric, telephone, gas. cable TV and other non-municipal utilities of the planned schedule to allow for the planning of their work. d. Maintain and coordinate the access needs of the adjacent properties. 14. STAKING: The contractor shall review the survey staking needs of the project with the Engineer at the preconstruction conference and periodically during the course of the work as necessary to properly plan the staking effort. Staking shall not be laid out further ahead of the vlOrk than is necessary to properly organize and plan the work to avoid the loss of stakes. The contractor shall give the Engineer no less than 48 hours advance notice of the need for additional stakes. Stakes will be provided as are reasonably and customarily necessary to the type of work of this project. The contractor will be provided with one set of stakes. Any restaking of work will be deducted from the amounts due the contractor. 15. SURVEY MONUMENTATION: All property corners and curve points will be marked by others with iron pins prior to the start of this project. The Contractor shall inspect the completeness of the monumentation prior to commencing construction and inform the Engineer of omissions in the monumentation. Any survey points carelessly or negligently destroyed shall be replaced at the Contractor's expense by a registered land surveyor. 16. USE OF WATER: The use of hydrants, either new or existing, is prohibited except for testing and flushing of newly installed mains. Where water may be needed for turf maintenance, gravel base compaction or other miscellaneous needs, it shall be obtained at loading stations designated by the New Hope Public Works Department. Placement or use of water on the project for any reason shall be considered incidental with no additional compensation allowed therefor. 17. TESTS: The Contractor is responsible for all initial tests required to substantiate that the materials furnished meet the specifications. All subsequent testing shall be paid by the City. Test failures shall be retested at the Contractor's expense. 34144 SP-5 The Contractor shall assist the Engineer by notification of the pit location, scale location and all other correlated items two weeks in advance. of the starting time so that the adequate control measures can be established. 18. SCALE: The Contractor shall provide the necessary scale and scale person for weighing the items furnished on a ton basis under these specifications. The scale shall be permanently in place and shall comply with the Minnesota Public Service Department Rules and be approved by the Minnesota Department .of Weights and Measures. Portable scales are not acceptable. The Engineer may periodically instruct the Contractor to weigh his material at another scale other than that provided by the Contractor. In the event of a weight discrepancy, the Minnesota Department of Weights and Measures will determine the amount of difference in weight and the Engineer will adjust the weight of material being paid for accordingly. 19. SITE RESTORATION: All areas disturbed by the construction of this work shall be restored to a better or equal situation compared to the condition of the site which existed prior to construction. This may include, among other things, that the Contractor shall: a. Salvage and replace (or replace from other sources at the contractor's discretion) all topsoil that is disturbed or lost due to construction of the work. b. Sod all areas specifically designated in the field by the Resident Project Representative that are disturbed by the construction of this work. No direct compensation to the contractor shall be made for salvaging and replacing existing topsoil. Payment for sodding of disturbed areas shall.. be compensated in accordance with the proposal items as specified in Specification Section 2575, Turf Establishment. 20. CLEAN UP: All ,.ork areas shall be returned to a condition equal to or better than was in existence at the beginning of the project. All construction debris shall be removed and disposed of in a manner satisfactory to the Engineer. 21. QUANTITY DEVIATIONS: Certain proposal work items are included in anticipation of the possibility that conditions may be encountered which require this work. The estimates of quantities for these Proposal Items are based upon general experience in the area. They are included in the Work to establish a bid unit price in the event that such work is necessary to complete the project. The quantity is not guaranteed and the extent of the Work required will be dependent upon prevailing conditions. As such, no unit price adjustment for any magnitude of increased or decreased quantities is allowed for the following work: a. Bituminous Removal Bituminous Patching Improved Pipe Foundation Subgrade Correction b. c. d. 34144 SP-6 e. Aggregate Backfill f. Topsoil Borrow g. Sod 22. SURFACE RESTORATION: In general street restoration/reconstruction shall be to the thicknesses indicated in the typical sections and/or as noted below. Residential Streets: 1-1/2" Type 41 Bituminous Year Course 2" Type 31 Bituminous Base Course 6" Class 5 100% Crushed Quarry Rock Aggregate Base Course Boone Avenue: 1-1/2" Type 41 Bituminous Year Course 5-1/2" Type 31 Bituminous Base Course 10" 2211 Class 5 100% Crushed Quarry Rock Aggregate Base Course Where patching is required in overlay areas, the bituminous patch shall be Type 31 Bituminous Base Course and be placed a minimum of 2" thick. All bituminous overlays shall consist of 1-1/2" Type 41 Bituminous Year Course. Bituminous trails and parking areas shall be restored to the following typical section: 2" Type 41 Bituminous Year Course 6" 2211 Class 5 100% Crushed Recycled Aggregate Base Course Concrete, bituminous, and gravel driveways shall be restored to the following typical sections: Concrete Driveways: 6" 2531 Concrete Driveway Pavement w/66xl010 Mesh 4" 2211 Class 5 100% Crushed Recycled Aggregate Base Course Bituminous Driveways: 3" Type 41 Bituminous Year Course 4" 2211 Class 5 100% Crushed Recycled Aggregate Base Course Gravel Driveways: 6" 2211 Class 5 100% Crushed Quarry Rock Aggregate Base Course Compensation for surface restoration shall be made in accordance with the proposal items and as specified in the following Specifications: 2211 - Aggregate Base 2331 - Plant-Mixed Bituminous Pavement 2531 - Concrete Curb and Gutter 34144 SP-7 23. REMOVAL AND REPLACEMENT OF SIGNS AND MAILBOXES: The contractor shall be responsible for removal. care of. and replacement of all signs. mailboxes. posts. etc.. that may be within the construction limits as directed by the Engineer. Such work shall be considered incidental to the proj ect with no additional compensation allowed therefor. Mailboxes shall be replaced the same day as removed or shall be temporarily relocated so as to receive mail throughout the course of the construction. Temporary and final location of mailboxes shall be coordinated with the property owner and US Postal Service through the Engineer. Damage to mailboxes that is caused by the Contractor during construction shall be repaired or replaced to equal or better condition with no additional compensation allowed therefor. 24. DAMAGE TO EXISTING BITUMINOUS PAVEMENT: The Contractor shall use extreme care in operating the proper equipment on the existing bituminous pavement so that the existing pavement is not damaged. The Contractor shall be responsible for repairing damaged pavement due to his carelessness which has not been designated for removal by the Engineer. 25. DOUBLE CATCH BASINS: Plate No. 1-22 shall be revised by changing the connection pipe from 12" to 15" Class 5. RCP. The unit price bid per each for Double CB shall be full compensation for all items required to complete the work that is indicated on Plate 1-22 including the required 15" RCP connecting pipe. 26. BOX CULVERT/MH STRUCTURE AND BOONE AVENUE SANITARY SEWER: As indicated on the plans. the new sanitary sewer main will be installed through a concrete.box structure at one location along Boone Avenue. This structure will replace a portion of an existing arch CHP Culvert under Boone Avenue. The east end of the structure shall be located at the west end of a bend in the existing CMP. In addition. the Owner does not want any of the sanitary sewer manhole castings located within the "Talk along Boone Avenue. For these. reasons. the location of the bend shall be determined by the contractor prior to staking of the sanitary sewer along Boone Avenue. Based on this location. the Engineer shall determine the final location of the new sanitary sewer and all associated manhole castings including the casting for the Box Culvert/MH Structure. Finally. the walk will be relocated where directed by the Engineer to avoid conflict with manhole castings. During construction, water that flows through the CMP shall be maintained at all times. Stopping of water at the upstream end of the CMP will not be allowed. Also the Contractor should be aware that during heavy rains. storm water from the west will overtop Boone Avenue as it flows to the east. Payment at the lump sum bid for the Box Culvert/MH Structure shall be full compensation for all items required to complete the work including location of the existing CMP bend. any time delays associated with locating and staking the new sanitary sewer, maintenance of water flow through the area, removal and disposal of existing CMP within the new structure. dewatering. and any special foundation materials tbat may be required. 34144 SP-8 27. SANITARY SEWER REPAIRS: As indicated on the plans, sanitary sewer is to be repaired in several areas. This work shall consist of removal and replacement of existing 9" VCP with 10" PVC as directed by the Engineer. The lengths that are indicated on the plans are approximate and may be extended or shortened as determined by the Engineer during construction. Payment at the unit price bid per foot for the depths indicated shall be full compensation for all items required to complete the work including support of any overlying utilities that may be in the area, all associated excavation and backfilling, and disposal of existing pipe materials. 28. NORTHWOOD PARKWAY SANITARY SEWER: This work is being accomplished due to settlement and breaks in the existing sewer main. In addition, several homes along the street have experienced backups from the existing sanitary sewer system. This may be caused by an undersized sewer main and flat sewer services. During reconstruction of the sanitary sewer along Northwood Parkway, sanitary sewer flows through the area shall be maintained. It is anticipated that this will be accomplished by blocking upstream manholes and providing bypass pumping during replacement of the existing system. An alternative me'thod would be to place the new sanitary sewer adjacent to the existing main while maintaining service through the existing main. In either situation, the contractor shall maintain service from existing homes between manholes, where construction is occurring, at all times. If the new main is placed adjacent to the existing without removal from service of the existing main, then the following requirements shall be complied with: a. New sewer main shall be located no closer than 10' from the existing water main. b. As a minimum, the upper four (4) feet of existing manholes shall be removed and the remaining manhole shall be filled with suitable subgrade materials from the project area that are approved by the Engineer. c. Existing sanitary sewer lines that are abandoned shall be plugged prior to abandonment. Payment at the lump sum bid for "Sanitary Sewer Bypass Pumping" shall be full compensation for all items required to maintain sewer flows during construction of the new sanitary sewer main from MH-1 to MH-23 including all costs associated with complying with the above requirements if the main is placed adjacent to the existing main. End of Section 34144 SP-9 1700. ADJUST MISCELLANEOUS STRUCTURES Specific Requirements 1700.0. SPECIFICATION REFERENCE: Unless otherwise noted herein, all sections of the General Requirements shall apply. 1701.1. DESCRIPTION: This specification covers the work of setting the casting elevations of manholes, catch basins and valve boxes to final grade. 1700.3. CONSTRUCTION REQUIREMENTS: Scope of Work: The procedure for adjusting structures shall be as appropriate to the standard procedures used to adjust structures within multiple lift bituminous pavement sections. The procedure shall consist of installing metal plates on manhole structures, paving the first lift of pavement, removing the plate, and setting the rings and casting to the final grade prior to paving the final bituminous wear course. Construction Details: Structures shall be adjusted such that they conform to the following requirements. 34144 a. Manholes and catch basins shall have no more than 4 nor less than 2 concrete adjusting rings. Concrete adjusting rings shall be standard, 2" thick , type reinforced rings manufactured for this specific purpose. The diameter or rectangular dimension shall conform to the type of casting on the structure. b. Mortar between the rings shall be no less than 1/4 inch nor greater than 1/2 inch. No less than 1/2 inch thickness of mortar shall be plastered around the outside of the rings to encase the rings of manhole structures (this does not apply to catch basins within curbs which shall be encased in concrete). No shims of any type shall be used to set the rings. c. Mortar shall meet requirements of MnDOT 2506.2B. d. Catch basins within curbs shall be encased in concrete in accordance with Detail Plate No. SP-59 and SP-60. Rim elevations shall be set to correspond with the depressed curb as illustrated in Detail Plates No. 4-9 and 4-10. e. Valves shall be adjusted by turning the threaded screw sections to achieve proper final elevations. Internal top insert sections shall not be used to accomplish the adjustment. f. The final rim surface elevation of the structure shall be 1/4 to 3/8 inch below the adjacent surface elevation. 1700-1 1700.5. BASIS OF PAYMENT: Payment at the unit prices bid for the work to adjust existing manholes, gate valves, and catch basins (where catch basin adjustment is directed) within paved roadway areas shall be full compensation for all costs to perform the work as specified herein and shown on the Plans. See Section 24,000 for further definition of payment for adjustment of structures. Adjustments on manholes and gate valves outside of paved roadway areas, new catch basins, new valves, and new manholes shall be considered incidental to the construction of the item. End of Section 34144 1700-2 1700. ADJUST MISCELLANEOUS STRUCTURES General Requirements 1700.1. DESCRIPTION: This work shall consist of adjusting manholes, removing and replacing frames, adjusting catch basins and gate valve boxes. 1700.2. LOCATION: The plans indicate the locations of each manhole, catch basin and gate valve within the project. The necessary vertical adjustments will be determined by the Engineer, and generally as indicated on the schedule of adjustments. The Contractor shall be responsible for the protection of all existing structures during the course of the work. The Engineer shall assist with the initial location of all manholes, catch basins and gate valve boxes. The Contractor along with the Engineer and a representative of the Owner shall inspect all manholes, catch basins and gate valve boxes prior to beginning construction. Any foreign material found in these structures will be removed immediately by the Owner's forces. Thereafter, the Contractor will be responsible for removing any such foreign material which may enter the structures during the construction period. 1700.3. CONSTRUCTION REQUIREMENTS: 1700.3.1. Ad;ust Manhole & Catch Basin Frames; Where existing frame is within 0.10 feet of plan grade no adjustment is to be made. In such cases the crown or gutter shall be either lowered or raised, as the case may be, to put the street and frame at the same grade. Where the frame must be adjusted upward the Contractor shall accomplish this adjustment with standard concrete adjustment rings of the same size as the cone or slab opening. Each adjusting ring shall be placed in a full mortar bed with the frame also resting in a full mortar bed. Adjusting rings needed to raise the casting to grade shall be incidental to the adjust item. Where the frame is to be adjusted downward, this shall be accomplished by removing the necessary number of adjustment rings from the structure. The frame shall then be reset in a full mortar bed to grade. Regardless of the direction of adjustment, no shims of any material will be allowed. The minimum thickness of all mortar joints shall be at least 1/4 inch with a maximum allowable thickness of 1/2 inch. All excess mortar from the joint shall be wiped clean from the inside of all rings and frame. All manhole castings must be replaced prior to the placing of the final wear course. 1700-1 3/89 - GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. Care shall be taken to prevent sand, chunks of concrete or any other debris from entering the structures. 1700.3.2. Remove and Replace Manhole and Catch Basin Frames: Where included in the proposal or the Specific Requirements of Section 1700, the Engineer may elect to have the Contractor remove all manhole and catch basin castings and rings if any at the beginning of the construction work. The Contractor then shall cover the openings with suitable steel plates and continue to construct and compact the subbase and base courses. Prior to placing the curbing or final wear course, the Contractor shall raise all structures to final grade following all construction requirements outlined in 1700.3.1. drainage into catch basins must be maintained during the time the casting is removed. During the same time period, the Contractor shall be responsible to keep surface water and dirt from entering the sanitary sewer system. Adjusting rings needed to raise the casting to grade shall be incidental to the remove and replace item. 1700.3.3. Reconstruct Manhole & Catch Basins: Where the Engineer requires, or where it is impossible to adjust the structure with the addition or removal of adjustment rings, reconstruction will be necessary. In such cases it will be necessary to add or remove manhole sections. Pre-cast manhole joints shall be rubber O-ring gasket type to match existing joint. In absence of the O-ring joint, older style manhole joints shall be sealed using a material similar to Ram-Nek or equal gasket material applied in accordance with manufacturer's recommendation. 1700.3.4. Ad;ust Valve Boxes: Valve the placing of the final wear course. the valve box is required. All valve adjustable type. boxes shall be adjusted to grade prior to Thorough tamping of the material around boxes are the sectional screw-threaded 1700.3.5. Valve Box Extensions: Where valve boxes cannot be adjusted without the use of extensions this item will be necessary. The contractor shall remove the upper sections, place the necessary extension and replace the upper section. Thorough tamping of material around the valve box is required. Valve box extensions that fit inside the regular top section are not acceptable. 1700.4. METHOD OF MEASUREMENT: 1700.4.1. Ad;ust Manhole & Catch Basin Frames: Adjusting frames or ring castings will be measured by the number of casting assemblies adjusted. 1700.4.2. Remove and Replace Manhole and Catch Basin Frames: Remove and replace frames will be measured by the number of castings removed and replaced. 1700.4.3. Reconstruct Manholes: Reconstructing manholes shall be measured by the lineal feet of adjustment for manholes reconstructed. 1700-2 3/89-GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. 1700.4.4. Ad;ust Valve Boxes: Adjusting valve boxes will be measured by the number of valve boxes adjusted. 1700.4.5. Valve Box Extensions: Valve box extensions shall be measured by the lineal feet of extensions furnished and installed. 1700.5. BASIS OF PAYMENT: Payment for manhole and valve adjustments at the contract unit price shall be payment in full for all costs incidental to these items. Payment shall be made based on the following schedule: 1700.503 1700.504 1700.505 Item Adjust Manhole & Catch Basin Frames Remove and Replace Manhole & Catch Basin Frame Reconstruct manhole Adjust Valve Boxes Valve Box Extensions Unit Each Item No. 1700.501 1700.502 Each Lin.ft. Each Lin.ft. End of Section 1700-3 3/89-GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. 2104. REMOVING MISCELLANEOUS STR1JCTURES Specific and General Requirements 2104.0. SPECIFICATION REFERENCE: Unless otherwise modified or altered herein, all sections of Mn/DOT 2104 shall apply. 2104.1. DESCRIPTION: This work shall consist of salvaging for reuse or removing items from the project area that are specifically listed on the proposal. These items include bituminous surface. concrete curb and gutter. concrete pavements. pipe. utility structures. and other miscellaneous items. 2104.2. SAWING PAVEMENT: A. Concrete Pavement: Existing concrete driveways shall be saw cut along removal lines if existing joints are not of sufficient depth to provide a neat straight edge. B. Bituminous Pavement: May be either saw cut or trimmed to produce a neat line. Saw cutting and trimming of edges of bituminous surfaces shall be considered incidental with no additional compensation allowed therefor. 2104.3. CONSTRUCTION REQUIREMENTS: B. Removal Operations: Bituminous removal shall be accomplished by either milling or other methods that will provide straight edges and not disturb the existing aggregate base. Bituminous in patch areas, as designated by the Engineer. shall be removed prior to milling for the bituminous overlays. Bituminous shall be removed from existing concrete curb and gutter. This removal shall be considered incidental with no additional compensation allowed therefor. C. Disposal of Materials and Debris: All items shall be removed from the project site and be disposed of at a site selected by the Contractor. Such disposal areas shall be approved land fills or property under the direct control of the Contractor. in accordance with State and local rules and regulations. No burying of debris on the project site will be permitted. All salvage items shall remain the property of the Owner and shall be delivered by the Contractor to the Owner's Public Works Garage located at the intersection of E. Research Center Road and International Parkway. 2104.5. BASIS OF PAYMENT: Payment for removal shall be at the unit prices bid and shall be compensation in full for removal, repair and/or replacement of damaged or lost items as required, hauling of material and debris to a disposal area selected by the Contractor, complete compaction of trenches and depressions. and cleanup of the area. 34144 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 2104-1 Payment for removal and/or plugging of pipe shall be at the unit price bid and shall be compensation in full for all items required to complete the work. Payment at the unit price bid per each for ftremove existing bituminous pavement from manhole cover and frameft shall be full compensation for all items required to complete the work. End of Section 34144 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 2104-2 2105. EXCAVATION AND EMBANKMENT Specific and General Requirements 2105.0. SPECIFICATION REFERENCE: Unless otherwise modified or altered herein all sections of MnjDOT Standard Specifications for Construction, Section 2105 shall apply. 2105.1. DESCRIPTION: This work consists of the regrading of Northwood Parkway, 32nd Avenue, and 32nd Circle and subbasejsubgrade excavation for street reconstruction in accordance with the Plans and as directed by the Engineer. It also includes the salvaging and placement of topsoil or topsoil borrow on all project areas where required. 2105.2. MATERIALS: A. Excavation Material: Excavations for regrading of the streets will not be classified for payment by different classifications of material excavated. All excavations are defined as Common Excavation. 2105.3. CONSTRUCTION REQUIREMENTS: A. General: Prior to the commencement of any excavations, topsoil shall be striped and stockpiled for respreading upon the graded area. Striping, stockpiling, and respreading of topsoil shall be considered incidental to the bid items for turf establishment. D. Disposition of Excavated Material: Excess excavation materials shall become the property of the Contractor and be disposed of in accordance with section 2105.3D. Mining of materials for removal from the project area and replacement with less desirable materials by the Contractor shall not be permitted. F. Compacting Embankments: Compaction .of all embankments under roadways shall be done to Specified Density standards. G. Finishing Operations: Topsoil borrow shall be used only when specifically authorized by the Engineer. It is included in the work and bid on the proposal only as a contingency to be used in areas where there may not be sufficient topsoil in place. This work shall not be substituted for the incidental work required of the Contractor to salvage and replace the existing topsoil. 2105.4. METHOD OF MEASUREMENT: B. Borrow Material: Topsoil borrow shall be measured by loose volume. 34144 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 2105-1 2105.5. BASIS OF PAYMENT: All excavation shall be considered incidental to the placement of Class 5 aggregate base with no additional compensation allowed therefor, except as noted in the following. Grading or shaping of the overland drainage swales at 32nd Avenue and 32nd Circle and NY of the Virginia Avenue Cul-De-Sac shall be paid for on a lump sum basis for all items required to complete the work. End of Section 34144 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 2105-2 2130. APPLICATION OF WATER Specific and General Requirements 2130.0. SPECIFICATION REFERENCE: Unless otherwise noted or modified herein, all sections of Mn/DOT 2130 shall apply. 2130.1. DESCRIPTION: This work shall consist of the Contractor furnishing and applying water for dust control and compaction within the project limits and as directed by the Engineer. This shall include application of water on weekends and holidays when so directed by the Engineer. Water may be obtained from the Owner in accordance with the Special Provisions, Use of Water. 2130.5. BASIS OF PAYMENT: Application of water during any time period shall be considered incidental with no additional compensation allowed therefor. 34144 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 2211. AGGREGATE BASE Specific and General Reqpirements 2211.0. SPECIFICATION REFERENCE: Unless otherwise noted or modified herein, all sections of Mn/DOT 2211 shall apply. 2211.1. DESCRIPTION: This work shall consist of the construction of aggregate bases. 2211.2. MATERIALS: A. Aggregate: All material shall meet Mn/DOT Specification 3138 for Class 5, 100% crushed quarry rock. If crushed carbonate (limestone or dolomite) quarry/bedrock is used in total or in part, the minus 200 size fraction of the carbonate aggregate insoluble residue shall not exceed ten (10) percent. Insoluble residue shall be tested in accordance with current Mn/DOT test procedures. 2211.3. CONSTRUCTION REQUIREMENTS: A. General: The subgrade shall be inspected, checked, and approved by the Engineer prior to placement of aggregate base. The contractor shall install the aggregate base immediately after completion and approval of the subgrade. The contractor shall be responsible to maintain the aggregate base until completion of bituminous surfacing as incidental to the work, with no direct payment therefor. Additional aggregate base required due to erosion, washouts, trench settlements or other similar causes shall be replaced by the contractor without additional compensation therefor. C. Spreading and Compacting: The aggregate base shall be shaped, rolled and compacted after completion of curb and gutter but prior to placement of bituminous surfacing. Compaction shall be obtained by the ftSpecified Density Methodft . 2211.4. METHOD OF MEASUREMENT: Aggregate base used on this project shall be measured by weight in tons only of material deposited on the roadway as required by the standard cross-section shown on the plans or as directed by the Engineer. The Contractor shall provide a means of collecting all of the weight tickets on the site. No weight tickets shall leave the site. The Contractor shall review the weight ticket collection and documentation system proposed with the Resident Project Representative prior to placement of aggregate base. 34144 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 2211-1 2211.5. BASIS OF PAYMENT: If aggregate base material is being wasted or placed excessively thick, the Engineer reserves the right to deduct quantities that are in excess of plan thicknesses. Said quantities shall be based on aggregate material weighing 110 pounds per square yard of area per inch of thickness. Payment at the unit price bid for ftrecycled aggregate baseft shall be for any crushed concrete or bituminous that is used as directed by the Engineer. All other aggregate base that is used shall be paid for as "crushed quarry rockft at the unit price bid. Payment at the unit price bid for any aggregate base shall include any required excavation and disposal of existing aggregate and subgrade materials to top of subgrade elevations. End of Section 34144 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 2211-2 2232. MILL PAVEMENT SURFACE Specific and General Reqpirements 2232.0. SPECIFICATION REFERENCE: Unless otherwise noted or modified herein, all sections of Mn/DOT 2232 shall apply. 2232.1. DESCRIPTION: This work consists of the milling of existing bituminous surfaces throughout the project area. 2232.3. CONSTRUCTION REQUIREMENTS: A. Equipment: Shall be capable of removing the required thickness of pavement described below in one pass. B. Operations: The Contractor shall mill the specified widths indicated on the typical sections for each street. The milling shall vary from approximately I- I/4ft thick at the gutter edge to oft at centerline. The exact thickness of the milling will depend on the slope of the existing bituminous. The finished milled surface shall be at approximately 3.0%, starting I-114ft down from the gutter edge. A neat, straight edge shall be provided at the curb edge for the new bituminous overlay surface. The loose material resulting from the operations shall be disposed of outside of the City at a site selected and obtained by the Contractor. Excess milled material which falls from the milling machine unto the street surface shall be promptly removed and disposed of. If any concrete curb and gutter is damaged due to the milling operations, it shall be removed and replaced with no additional compensation allowed therefor. 2232.4. METHOD OF MEASUREMENT: Pavement milling will be measured by the actual area milled in square yards. The minimum milling width for measurement shall be seven (7) feet. Patch areas, where bituminous has been removed prior to the milling, will UQt be included in the milling quantity. 34144 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 2331. PLANT MIXED BITUMINOUS PAVEMENT Specific and General Requirements 2331.0. SPECIFICATION REFERENCE: Unless otherwise noted or modified herein, all sections of Mn/DOT 2331 shall apply. 2331.1. DESCRIPTION: This work shall consist of the construction of plant- mixed bituminous base and wear courses to specified thicknesses. Type 31 bases shall be used in areas of 2ft thick patch. 2331.2. MATERIALS: A. Aggregate: Shall conform to the requirements of 3139 and the following gradations for each type of mix: Percentage Type 31 Type 31 Type 41 Passing (Base) (Binder) (Wear) Sieve Size ---------- ------- -------- ------- 1-1/2" 100 3/4ft 70-100 100 100 5/8ft 95-100 95-100 3/8ft 50-95 65-95 65-90 No. 4 50-70 No. 10 25-70 35-65 35-55 No. 40 10-35 10-35 10-30 No. 200 1-8 1-8 1-8 B. Bituminous Material: Shall meet the requirements for Asphalt Cement AC-l, 85/100 or 120/150 penetration. 2331.3. CONSTRUCTION REQUIREMENTS: A. General: The Contractor shall make square, uniform cuts at the edge of all existing bituminous surfaces as incidental to the work. The procedure shall be subject to approval by the Engineer. C. Equipment: The Contractor shall review his proposed grade and slope control procedure with the Engineer prior to paving. The procedure shall be subject to the approval of the Engineer. v E1. Bituminous Material: The percentage of asphalt cement in the mixture shall be verified through spot checks by the Contractor during the mixture production. The Owner will verify the spot checks by having extraction tests accomplished on samples of the mixture obtained on the proj ect site. The tolerances for extraction tests shall be the same as specified for spot checks. 34144 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 2331-1 E2. Job Mix Formula (JMF): The JMF used on the project shall be submitted for review by the Engineer at the preconstruction conference. Review of the JMF will be completed within two weeks of the completion of the preconstruction conference. An approved JMF must be available a minimum of 5 calendar days prior to beginning placement of each bituminous course. Either MnDOT mix design or Contractor trial mix design procedures for determining the JMF may be used. Recycled, Type 42 mixtures may not be substituted for Type 41 mixtures. E2c. Mixture Design Requirements: The design air voids in the mixture for Type 31 base courses shall be between 3.0 and 6.0 percent. The minimum added new asphalt percentage for Type 31 base and Type 31 binder course shall be between 4.5 and 5.5 percent and for Type 32 base, between 2.5 and 4.0. The minimum added new asphalt for Type 41 wear shall be between 5.5 and 6.5 percent. E2d. Mixture Production: The gradation of the aggregate materials used in the bituminous mixture, shall conform to the working range gradation of the JMF. Random sampling of all bituminous mixtures shall be accomplished on the project site to insure compliance with gradation requirements. The minimum rate of sampling will be one sample per 500 tons per day. Each sample shall weight 50 pounds and be obtained from the paved surface immediately behind the paver. Following removal of the test sample, the Contractor shall immediately patch the sampled area. Testing of the samples for gradation and oil content will be accomplished by an Independent Testing Laboratory and conform to ASTM C1l7, C136, and 02172. If the test results indicate that the gradation of the aggregate in the bituminous mixture is outside of the JMF working range, payment for bituminous mixture shall be reduced in accordance with the following formula. The difference between the failing percentage and the JMF working range percentage plus one percent shall be multiplied by a factor of 2. The results of these calculations for each sieve shall be summed and the total will equal the total percentage reduction in payment. This reduction shall be applied against all mix placed from which the test samples were obtained. H. Compaction Operations: Sufficient compaction equipment of proper size and good mechanical condition shall be employed to compact the mixture to the requirements of the ftOrdinary Compaction Method" and to properly texture the finished surface. For this purpose, a vibrating steel drum roller and pneumatic tired roller shall be employed in conjunction with each other during compaction of all wear courses. This is necessary, unless written authorization to waive such requirements is received from the Engineer. 34144 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 2331-2 2331. PLANT MIXED BITUMINOUS PAVEMENT Specific and General Requirements 2331.0. SPECIFICATION REFERENCE: Unless otherwise noted or modified herein, all sections of Mn/DOT 2331 shall apply. 2331.1. DESCRIPTION: This work shall consist of the construction of plant- mixed bituminous base and wear courses to specified thicknesses. Type 31 bases shall be used in areas of 2ft thick patch. 2331.2. MATERIALS: A. Aggregate: Shall conform to the requirements of 3139 and the following gradations for each type of mix: Percentage Type 31 Type 31 Type 41 Passing (Base) (Binder) (Wear) Sieve Size ---------- ------- -------- ------- 1-1/2" 100 3/4" 70-100 100 100 5/8" 95-100 95-100 3/8" 50-95 65-95 65-90 No. 4 50-70 No. 10 25-70 35-65 35-55 No. 40 10-35 10-35 10-30 No. 200 1-8 1-8 1-8 B. Bituminous Material: Shall meet the requirements for Asphalt Cement AC-1, 85/100 or 120/150 penetration. 2331.3. CONSTRUCTION REQUIREMENTS: A. General: The Contractor shall make square, uniform cuts at the edge of all existing bituminous surfaces as incidental to the work. The procedure shall be subject to approval by the Engineer. C. Equipment: The Contractor shall review his proposed grade and slope control procedure with the Engineer prior to paving. The procedure shall be subject to the approval of the Engineer. '-' El. Bituminous Material: The percentage of asphalt cement in the mixture shall be verified through spot checks by the Contractor during the mixture production. The Owner will verify the spot checks by having extraction tests accomplished on samples of the mixture obtained on the project site. The tolerances for extraction tests shall be the same as specified for spot checks. 34144 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 2331-1 E2. Job Mix Formula (JMF): The JMF used on the project shall be submitted for review by the Engineer at the preconstruction conference. Review of the JMF will be completed within two weeks of the completion of the preconstruction conference. An approved JMF must be available a minimum of 5 calendar days prior to beginning placement of each bituminous course. Either MnDOT mix design or Contractor trial mix design procedures for determining the JMF may be used. Recycled, Type 42 mixtures may not be substituted for Type 41 mixtures. E2c. Mixture Design Requirements: The design air voids in the mixture for Type 31 base courses shall be between 3.0 and 6.0 percent. The minimum added new asphalt percentage for Type 31 base and Type 31 binder course shall be between 4.5 and 5.5 percent and for Type 32 base, between 2.5 and 4.0. The minimum added new asphalt for Type 41 wear shall be between 5.5 and 6.5 percent. E2d. Mixture Production: The gradation of the aggregate materials used in the bituminous mixture, shall conform to the working range gradation of the JMF. Random sampling of all bituminous mixtures shall be accomplished on the project site to insure compliance with gradation requirements. The minimum rate of sampling will be one sample per 500 tons per day. Each sample shall weight 50 pounds and be obtained from the paved surface immediately behind the paver. Following removal of the test sample, the Contractor shall immediately patch the sampled area. Testing of the samples for gradation and oil content will be accomplished by an Independent Testing Laboratory and conform to ASTM C117, C136, and D2172. If the test results indicate that the gradation of the aggregate in the bituminous mixture is outside of the JMF working range, payment for bituminous mixture shall be reduced in accordance with the following formula. The difference between the failing percentage and the JMF working range percentage plus one percent shall be multiplied by a factor of 2. The results of these calculations for each sieve shall be summed and the total will equal the total percentage reduction in payment. This reduction shall be applied against all mix placed from which the test samples were obtained. H. Compaction Operations: Sufficient compaction equipment of proper size and good mechanical condition shall be employed to compact the mixture to the requirements of the ftOrdinary Compaction Method" and to properly texture the finished surface. For this purpose, a vibrating steel drum roller and pneumatic tired roller shall be employed in conjunction with each other during compaction of all wear courses. This is necessary, unless written authorization to waive such requirements is received from the Engineer. 34144 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 2331-2 J. Thi ckness and Surface Requi rements: Patch areas may be patched before milling, as directed by the Engineer. The finished surface of the patch shall be at an elevation to allow for an even 1-1/2ft overlay above the patched and milled surfaces. The Contractor should be aware that additional patch areas may be identified by the Engineer once the milling is complete. All patching shall be 2ft thick. N. Bituminous Mixtures Measured by the Square Yard: Bituminous mixture for driveways shall be required at those locations as directed by the Engineer. As indicated in the proposal, bituminous driveways shall be 3" thick. 2331.4. METHOD OF MEASUREMENT: A. Bituminous Mixture: The Contractor shall provide a means of collecting all of the weight tickets on the site. No weight tickets shall leave the site. The Contractor shall review the weight ticket collection and documentation system proposed with the Resident Project Representative prior to paving. B. Bituminous Material: Shall be measured by weight of the material furnished and used in all mixtures. 2331.5. BASIS OF PAYMENT: If bituminous mixture is being wasted or placed excessively thick, the Engineer reserves the right to deduct quantities that are in excess of plan thicknesses. Said quantities shall be based on bituminous material weighing 110 pounds per square yard of area per inch of thickness. Payment for ftBituminous Material for Mixtureft will be based on extraction tests and the JMF. When the average oil content, as determined by the average of each day's extraction tests, is within 0.30% of either the JMF or the specified amount of asphalt cement designated by the Engineer, payment will be based on the design oil content in the JMF. When the extraction test results average below 0.30% of the desired amount, payment will be based on the average of the test results. If the oil content, as determined by the extraction tests, averages more than 0.30% over the desired amount, payment will be based on the desired amount plus 0.30%. Payment at the unit price bid for Bituminous Mixture for Patch shall be full compensation for all materials required to complete the work including, compacting and grading the existing or new aggregate surface and the bituminous material in the mixture. This work includes bituminous mixture for patching between existing bituminous pavements and newly constructed concrete curb and gutter and in those areas where the existing bituminous pavement has deteriorated to the point where it must be removed and reconstructed. Payment at the unit price bid per square yard for 3ft Thick Bituminous Wearing Course for Driveway shall be full compensation for all materials required to complete the work including bituminous material in the mixture. End of Section 34144 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 2331-3 2357. BITUMINOUS TACK COAT Specific and General Requirements 2357.0. SPECIFICATION REFERENCE: Unless otherwise noted or modified herein, all sections of Mn/DOT 2357 shall apply. 2357.2.1. Bituminous Materials: For tack coat shall meet the requirements for RC 70 or RC 250. 2357.5. BASIS OF PAYMENT: The unit price bid for tack coat shall include cleaning of all debris and dirt from previous bituminous courses prior to placement of tack coat. 34144 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 2502. SUBSURFACE DRAINS Specific and General Re~uirements 2502.0. SPECIFICATION REFERENCE: Unless otherwise noted or modified herein, all sections of Mn/DOT 2502 shall apply. 2502.1. DESCRIPTION: This work consists of the installation of 4ft perforated drain tile where indicated on the plans or directed by the Engineer. The drain tile will be used at low point catch basins to improve subsurface street drainage. 2502.2. MATERIALS: 2502.2B. ~ Shall be 4ft Corrugated Polyethylene Tubing (PE). 2502.2D. Granular Materials: Trench backfill shall be Coarse Filter Aggregate (3149.2H). 2502. 2F. Geotextile. Type I: All PE shall be wrapped in either a fabric or knit sock. 2502.3. CONSTRUCTION REQUIREMENTS: 2502.3A. Excavation: Trench width shall be 12ft minimum, 24ft maximum. Drain tile shall be placed a minimum of 48ft below top of curb grades. 2502. 3C. Backfill: Prior to backfill, the Contractor shall insure that the pipe is properly aligned in the shaped cradle before placing the enclosing filter aggregate. At time of placement, filter aggregate shall be free-flowing, but with adequate moisture to permit satisfactory compaction. The aggregate shall be compacted in two approximately equal lifts. 2502.4. METHOD OF MEASUREMENT AND PAYMENT: The unit price bid per foot for 4ft PE Perforated Pipe Drain shall be full compensation for all items required to complete the work including trenching, pipe, installation, aggregate, and compaction. The unit price bid per each for connections to existing structures shall be full compensation for all items required to complete the work. Connections to new structures shall be considered incidental to the construction of the structure. 34144 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 2521. ltALKS. Specific and General Requirements 2521.0. SPECIFICATION REFERENCE: Unless otherwise modified or altered herein all sections of Mn/DOT 2521 shall apply. 2521.1. DESCRIPTION: This work consists of the construction of concrete walk, bituminous trails, and concrete drainage swale. 2521.2. MATERIALS: A. Concrete: The air content of the concrete shall not be less than 4-1/2 nor more than 7-1/2 percent. E. Bituminous Mixture: Shall meet requirements of Section 2331, for Type 41 Year Course. G. Granular Materials: Subbase for concrete walk shall meet the requirements of granular borrow (3149A) except that 100 percent of the material shall pass a 1-1/2 inch sieve. Existing on site materials may be used if approved by the Engineer. Base for bituminous walk shall meet requirements of Section 2211 t Aggregate Base. 2521.3. CONSTRUCTION REQUIREMENTS: A. Foundation Preparation: The finished foundation shall have a transverse slope of not more than one-half inch per foot. All soft and spongy areas shall be removed and all depressions filled and thoroughly compacted in layers not exceeding six inches in thickness. Compaction shall be obtained by the ftSpecified Density Methodft and meet or exceed 95 percent of Maximum Density for subbase under concrete walks. Construction of base under bituminous walks shall be in accordance with requirements of Section 2211, Aggregate Base. C. Concrete: C2. Joint Construction: Expansion joints shall be placed a maximum of 40 feet apart. Spacing of contraction joints shall equal the width of the walk. D. Bituminous: Construction shall be in accordance with requirements of Section 2331. 2521.5. BASIS OF PAYMENT: Granular borrow for subbase under concrete walks shall be considered incidental with no additional compensation allowed therefor. Base materials for use under bituminous walks shall be measured and paid for in accordance with Section 2211, Aggregate Base. 34144 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 2531. CONCRETE CURB AND GUTTER Specific and General Requirements 2531. O. SPECIFICATION REFERENCE: Unless otherwise noted or modified herein, all sections of Mn/DOT 2531 shall apply. 2531.1. DESCRIPTION: This work shall consist of installing concrete curb and gutter and concrete driveway pavement where shown on the plans or directed by the Engineer. 2531.2. MATERIALS: A. Concrete: The air content of the concrete shall be not less than four (4) nor more than seven (7) percent. 2531.3. CONSTRUCTION REQUIREMENTS: A. Foundation Preparations: The contractor shall shape and compact the gravel base prior to starting concrete construction. C. Joint Construction: Expansion joints shall be placed at intervals of not more than sixty (60) feet for manual placement and not more than 200 feet for slip-form placement. D. Metal Reinforcement: Reinforcement of curb and gutter shall be provided at all utility trench crossings as directed by the Engineer. The reinforcing shall consist of two (2) - 20 foot 14 reinforcing rods centered over the trench and placed three (3) inches above the bottom of the curb. H. Joint Sealing: Shall not be required. J. Backfill Construction: Backfilling of the curb and gutter shall be completed immediately after the curing period and prior to bituminous surfacing of the roadway. Extreme care must be exercised by the contractor during this operation to prevent horizontal displacement of the curb and gutter. Backfilling shall be considered incidental to the construction. 2531.4. METHOD OF MEASUREMENT: A. By Linear Foot: At alleys and private entrances, curb and gutter shall be measured by the linear foot placed. Concrete valley gutter shall be measured as indicated in Detail Plate 4-11. 2531.5. BASIS OF PAYMENT: Reinforcing for concrete curb and gutter shall be paid for at the bid unit price per lineal foot of concrete curb reinforced as stated in the proposal. 34144 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 2531-1 It is assumed that curb and gutter will be either placed by machine or hand. For this reason, two separate bid items have been provided in the proposal. It is assumed that the curb and gutter with the largest quantity and labeled as ftpatchft will be placed by hand. It is further assumed that the curb and gutter along Northwood Parkway, 32nd Avenue, and 32 Circle will be placed by machine which is represented in the proposal by the smaller quantity. As a minimum, all curb and gutter placed along these three streets will be paid for as if machine laid regardless of the method of placement. End of Section 34144 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 2531-2 2571. PLANT INSTALLATION Specific and General Requirements 2571.0. SPECIFICATION REFERENCE: Unless otherwise noted or modified herein, all sections of Mn/DOT 2571 shall apply. 2571.1. DESCRIPTION: This work shall consist of transplanting trees along Boone Avenue as directed by the Engineer. New locations will be identified in the field by the Engineer but will be in the same general area as the present locations. 2571.3. CONSTRUCTION REQUIREMENTS: D. Planting Soil Preparation: Topsoil, soil conditioners, humus, and fertilizer shall be included to assure good growth. M. Plant Establishment Period: Shall be two years and match the two year correction period of the contract. 2571.5. BASIS OF PAYMENT: The unit price bid per each for transplanting tree shall be full compensation for all items required to complete the work including any topsoil, soil conditioners, humus, and fertilizer required to assure good growth. 34144 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 2575. TURF ESTABLISHMENT Specific and General Requirements 2575.0. SPECIFICATION REFERENCE: Unless otherwise noted or modified herein, all sections of Mn/DOT 2575 shall apply. 2575.1. DESCRIPTION: All disturbed areas within the project shall be sodded as directed by the Engineer. 2575.2. MATERIALS: B. ~ Shall be Type A. 2575.3. CONSTRUCTION REQUIREMENTS: A. General: The contractor is cautioned to salvage all available and suitable topsoil from the project site for respreading on areas to be restored. L. Maintenance: The contractor shall be solely responsible for replacement and/or repair of any sodded area that may wash-out, erode, or fail to grow prior to acceptance with no additional compensation therefor. 2575.5. BASIS OF PAYMENT: Payment at the unit price bid for sod shall include three (3) inches of existing topsoil. 34144 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,000. WATER MAIN Specific Requirements 23,000.0. SPECIFICATION REFERENCE: Unless otherwise noted or modified herein, all sections of the General Requirements shall apply. 23,000.1. DESCRIPTION: This work shall consist of installing new ductile iron water main pipe and appurtenances to replace an existing deteriorated water main. 23,000.2. MATERIALS: 23,000.2.A. Ductile Iron Pipe: Shall be Class 52. 23,000.2. D. Fire Hydrants: Hydrants shall be Waterous Pacer type 67, series 100 and shall conform to the following requirements: 1) Two 2-1/2ft hose connections w/Nat. Std. threads meeting current New Hope Standards. 2) One 4-1/2" pumper connection w/Nat. Std. threads meeting current New Hope Standards. 3) 5-1/4" valve opening. 4) 6" diameter hub wlmechanical joint fittings. 5) National Standard operating nut. 6) 7'-6" cover. 7) Counter-clockwise opening. 23,000.3. CONSTRUCTION REQUIREMENTS: 23,000.3.1. General: All water main shall have seven (7') feet mJ.n:unum cover. Overdepth of water main, where indicated on the plans, shall be considered incidental to the work. All valves, hydrants and lateral lines shall be tied with 3/4ft threaded rods to the main line and such work shall be considered incidental to the project. All metal parts (nuts and bolts) and/or tie rod type restraints shall be stainless steel or coated with an approved rustproofing material. 23,000.3.ES. Pipe Foundation in Poor Soil: Where required, materials, construction requirements, method of measurement, and basis of payment shall be as specified under 24,000, Sewer Specifications. 34144 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,000-1 23,OOO.3.E15. Interruption of Water Service: No valve or hydrant is to be operated by individuals other than City personnel. Only under emergency conditions or after specific authorization is given by the City Public Works Director, shall the contractor operate valves or hydrants. During connection to existing mains, no water main shall be shut down longer than six (6) hours. Connections to existing mains shall be coordinated with the Engineer and Owner. 23,000.3.1. Anchorage of Bends, Tees, and Plugs: Only precast concrete block or poured in place concrete may be used for anchorage. Timbers or wooden materials may not be used. 23,000.3.J.6. Permissible Leakage: A drop in pressure over a one hour test period exceeding 3 pounds shall be cause for rejection of the tested portion of water main. 23,000.3.K. Disinfection: Permatex No.1 may not be used as the adhesive for attaching tablets to the top of the pipe. Adhesives shall be food-grade as defined under AWWA Specification No. C651. 23,000.3.L. Backfilling: On all pipes shall be completed with a hand operated mechanical tamper to a point one (1') foot above the pipe in six (6") inch lifts. The remainder of the trench shall be backfilled in one (1') foot lifts to the design subgrade. The backfill material shall be compacted to 95 percent of the standard Proctor density and be considered Type ftC" as described in the General Requirements. The top three (3') feet of trenches beneath roads shall be compacted to 100% of the standard Proctor density. Payment for Mechanical Trench Compaction shall be at the bid unit price per lineal foot and shall include all miscellaneous items. Any settlement of the road surfaces in excess of one (1") inch, as measured by a 10' straight edge, within the warranty period, shall be considered failure of the mechanical compaction and the contractor shall be required to repair such settlement with no additional payment therefor. 23,000.4. METHOD OF MEASUREMENT AND PAYHENT: 23,000.4.A. Pipe in Place: Payment at the unit price bid shall include the required bedding. 23,000.4.1. Special Structures and Appurtenances: Payment at the unit price bid for water main wet tap shall include all materials, labor, and equipment required to complete the item including the furnishing and installing of the gate valve. Payment at the unit price bid for connecting to existing mains shall include all materials, labor, and equipment required to complete the item. End of Section 34144 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,000-2 23,000. WATER MAIN General Requirements 23,000.1. DESCRIPTION: This work shall consist of the construction of water mains in accordance with the requirements of the Contract. Under the number- ing system used herein number 23,000.2. 23,000.2.G inclusive, deal with MATERIALS; 23,000.3. - 23,000.3.L8 inclusive, deal with CONSTRUCTION REQUIRE- MENTS; 23,000.4. 23,000.4.1. inclusive, deal with METHOD OF MEASUREMENT AND PAYMENT. It is intended that when the Standard Specifications do not cover the subject matter necessary to be covered that the additional numbers in the appropriate section may be utilized in the ftSpecific Requirement~ft and the numerical sequence preserved. 23,000.I.A. WORK INCLUDED: The Contractor shall, unless otherwise specified, furnish all materials, equipment, tools and labor necessary to do the work required under his contract and unload, have and distribute all pipe, fit- tings, valves, hydrants and accessories. The Contractor shall also excavate the trenches and pits to the required dimensions; sheet, brace and support the adjoining ground or structures where necessary; handle all drainage or ground water; provide barricades, guards, and warning lights; lay and test the pipe, fittings, valves, hydrants and accessories, backfill and consolidate the trenches and pits; maintain the surface over the trench, remove surplus excavated material; and clean the site of the work. The Contractor shall also furnish all equipment, tools, labor and materials required to rearrange sewers, conduits, ducts, pipes and other structures encountered in the installation of the work. All the work to completely construct the water facilities shall be done in strict accordance with the contract documents to which these General Requirements are a part. 23,000.I.B. SPECIFICATION is made to the Minnesota shall mean the "Standard subsequent amendments. REFERENCE: In these General Requirements reference Department of Transportation Specifications which Specifications for Construction, 1988 Editionft, and 23,000.2. MATERIALS: The materials used in this work shall be new and conform to the requirements for kind and size of material specified herein or as altered in the "Specific Requirements", "Special Provisionsft and "Proposal". 23,000.2.A. DUCTILE IRON PIPE: All ductile iron pipe shall be in accordance with AWWA C151 of the Class as shown on the plans, ftSpecific Requirementsft, and/or ftProposal". All pipe shall be furnished with standard thickness cement mortar lining conforming with AWWA C104. All pipe shall have push-on joints as specified in AWWA Cl1l and shall be electrically conductive. 23,000-1 23000G Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,OOO.2.B. CAST IRON FITTINGS: All fittings shall be mechanical joint unless otherwise indicated and shall be in accordance with AWWA C110. All fittings shall be designed for not less than 250 psi working pressure and shall have a standard thickness cement mortar lining conforming with AWWA CI04. Ductile iron compact fittings as specified in C153 with standard thick- ness lining are acceptable in lieu of cast iron fittings. 23,000.2.C. RUBBER GASKETS: Rubber gaskets for mechanical joints and push-on joints shall conform to AWWA C111 and shall be designed and manufactured to exact dimensions to assure a liquid-tight joint. All joints shall be in- stalled with an electrical contact through every joint. 23,000.2.D. FIRE HYDRANTS: All hydrants shall be of a uniform make. The following information will be furnished in the ftSpecific Requirements": (1) Size of valve opening; (2) Depth of trench and cover; (3) No. and size of hose connections; (4) No. and size of steamer connections; (5) Size and type of pipe connections; (6) Direction of opening; (7) Type of threads, hose connec- tions; (8) Type of threads, steamer connection; (9) Shape and size of opera- ting nut; (10) Open or closed drain holes; (11) Hydrant accessories such as flags, wrenches or drain pumps. 23,000.2.E. GATE VALVE AND BOX: Gate valves shall be bronze mounted, iron body valves conforming with requirements of AWWA 509. All valves shall have O-ring seals with non-rising stems and shall open to the left. Valves shall be equipped with mechanical joint ends in accordance with AWWA Cl11. Valve boxes shall be cast iron, screw-type, adjustable for 7-1/2 foot cover. Valves and boxes shall be considered as integral units. boxes shall be three piece, Clow F-2450H, Mueller J-I0380, or equal. depth of Gate valve 23,000.2.F. BUTTERFLY VALVE AND BOX: Butterfly valves shall be cast iron body rubber seated, tight closure valves in accordance with AWWA C504. Butterfly valves shall be furnished with mechanical joint ends conforming to AWWA CHI. The valve operator is an integral part of the butterfly valve and shall be constructed to operate without maintenance under ground water conditions. Valve operators shall be manufactured by the valve manufacturer and/or in valve sizes 20 inch diameter and larger shall be equal to 900 worm gear actuators as manufactured by Limitorque Corporation or equal for buried service. Valve boxes shall be cast iron and shall be two or three piece type with screw adjustable top section for 7-1/2 foot depth of cover. 23,000-2 23000G Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,000.2.G. GRANULAR MATERIALS: Materials used for improved pipe foundation of pipe bedding shall meet the requirements of MnjDOT Specification 3149H Course Filter Aggregate, except that hard, durable crushed carbonate quarry rock may also be used. The material shall have the following crushing requirements: Not less than 50% of the material, by weight, that is retained on the No. 4 sieve shall have one or more crushed faces. 23,000.3. CONSTRUCTION REQUIREMENTS; 23,000.3.A. INSPECTION: 23,OOO.3.Al. Of Materials at Delivery Point: During the process of unload- ing, all pipe and accessories shall be inspected by the Contractor for loss or damage in transit. 23,000.3.A2. Field Inspection: jointed, disinfected and tested specified. All pipe and accessories shall be laid, for defects and leakage in the manner herein 23,000.3.A3. Disposition of Defective Material: All material found during the progress of the work to have cracks, flaws or other defects will be rejected by the Engineer and the Contractor shall promptly remove from the site of the work such defective material. 23,OOO.3.B. CONTRACTOR'S RESPONSIBILITY FOR MATERIAL: 23,OOO.3.Bl. Responsibility for Material Furnished by Contractor: The Contractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or that has become damaged in handling after delivery by the manufacturer. This shall include the furnishing of all material and labor required for the replacement of installed material discovered defective prior to the final acceptance of the work. 23,OOO.3.B2. Responsibility for Safe Storage: The Contractor shall be responsible for the safe storage of material furnished by or to him and accepted by him and intended for the work, until it has been incorporated in the completed project. 23,OOO.3.C. HANDLING PIPE AND ACCESSORIES: 23,000.3.Cl. General: Pipe and other accessories shall, unless otherv1ise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the project by the Contractor. They shall at all times be handled with care to avoid damage. 23,000-3 23000G Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,OOO.3.D. ALIGNMENT & GRADE & UNDERGROUND, SURFACE & OVERHEAD UTILITIES 23,OOO.3.Dl. General: All pipe shall be laid and maintained to the required lines and grades; with hydrants, valves and fittings at the required loca- tions; and with joints centered and spigots home; and with all valve and hydrant stems plumb. 23,000.3.D2. Existing Utilities: Existing water and sewer mains, and other underground utilities, are shown on the plans only by general location. The Owner does not guarantee the locations as shown on the plans, nor is it guaranteed that all utilities are shown. The Contractor shall be solely responsible for verifying the exact location of each of these utilities, without additional compensation. Prior to the start of any construction, the Contractor shall notify all utility companies having utilities in the project area. The Contractor shall have sole responsibility for providing temporary support and for protecting and maintaining all existing utilities in the project area during the entire period of construction, including but not limited to the period of excavation, backfill and compaction. In carrying out this responsi- bility, the Contractor shall exercise particular care, whenever gas mains or other utility lines are crossed, to provide compacted backfill or other stable support for such lines to prevent any detrimental displacement, rupture or other failure. 23,000.3.D3. Deviations Occasioned by Other Utility Structures: Wherever existing utility structures or branch connections leading to main sewers or to main drains or other conduits, ducts, pipe or structures present obstructions to the grade and alignment of the pipe, they shall be permanently supported, removed, relocated or reconstructed by the Contractor through cooperation with the Owner of the utility, structure or obstruction involved. In those instan- ces where their relocation or reconstruction is impracticable, a deviation from the grade will be ordered and the change shall be made in the manner directed with extra compensation allowed therefore at unit prices, if appli- cable. 23,000.3.D4. Deviation with Engineer's Consent: No deviation shall be made from the required line or grade except with the written consent of the Engi- neer. 23,000.3.D5. Subsurface Exploration: It shall be the Contractor's responsi- bility to determine and verify the location of existing pipes, valves or other underground structures as necessary to progress with the work with no addi- tional compensation allowed. The Engineer shall make all known records available. All known utilities are designated on the plans in a general way as stated in Section 23,000.3.D2. 23,000-4 23000G Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,000.3.D6. Overhead Utilities and Obstructions: Overhead utilities, poles, etc. shall be protected against damages by the Contractor and if damaged by the Contractor, shall be replaced by him. Should it become necessary during the progress of the work to remove or relocate existing poles, overhead utilities and obstructions, the Owner shall cause the same to be done at no expense to the Contractor unless otherwise provided for in the ftSpecial Provisionsft or "Specific Requirementsft. It will be the duty of the Contractor to visit the site and make exact determination of the existence of any such facilities prior to the submission of his bid. 23,OOO.3.E. EXCAVATION AND PREPARATION OF TRENCH: 23,000.3.El. Description: The trench shall be dug to the alignment and depth shown on the plans and only so far in advance of pipe laying as Engineer shall specify in the "Specific Requirementsft. The trench shall be so braced (Section 23,OOO.3.E10.) and drained that workmen may work safely and efficiently there- in. The discharge pipes shall be led to natural drainage channels. 23,OOO.3.E2. Width: The trench width may vary with and depend upon the depth of trench and the nature of the excavated material encountered; but in any case shall be of ample width to permit the pipe to be laid and jointed proper- ly and the backfill to be placed and compacted properly. The minimum width of unsheeted trenches at the top of the pipe shall be 30 inches, and for pipe 12 inches in diameter or larger it shall be one foot greater on each side of the nominal diameter of the pipe. All trenches shall be excavated to conform to the requirements of the State Industrial Commission or the Office of OSHA, whichever is more restrictive. 23,OOO.3.E3. Pipe Foundation in Good Soil: The trench shall have a bottom conforming to the grade to which the pipe is to be laid. The pipe shall be laid upon sound soil cut true and even so that the barrel of the pipe will have a bearing for its full length. Bell holes shall be excavated to insure the pipe resting for its entire length upon the bottom of the trench and to permit jointing to be made properly. 23,000.3.E4. Correcting Faulty Grade: Any part of the trench excavated below grade shall be corrected with approved material thoroughly compacted without additional compensation to the Contractor. 23,000.3.E5. Pipe Foundation in Poor Soil: When the trench bottom at sub- grade is soft and, in the opinion of the Engineer cannot support the pipe, a further depth and/or width shall be excavated and refilled to pipe foundation grade with well compacted granular materials for improved pipe foundation. 23,000-5 23000G Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. It shall be the Contractor's responsibility to notify the Engineer of changing soil conditions which may be of poor bearing capacity and when organic soils are encountered. Where utilities are placed on unstable soils without notifi- cation of the Engineer, the Contractor shall be responsible for all repairs and correction of the installation without further compensation. 23,000.3.E6. Pipe Clearance in Rock: Ledge rock, boulders and large stones shall be removed to provide a clearance of at least 6 inches on each side of all pipe and appurtenances for pipe 16 inches or less in diameter; for pipes larger than 16 inches a clearance of 9 inches below and clear width of 9 inches on each side of inside diameter of pipe shall be provided. Adequate clearance for properly jointing pipe laid in rock trenches shall be provided at bell holes. 23,000.3.E7. Pipe Foundation in Rock: The space between the bottom of the trench and rock and the bottom of the pipe shall be backfilled with granular base material thoroughly tamped. Generally speaking, the material from the trench excavation other than rock or boulders shall be considered as suitable material. No additional compensation for placing or tamping this material shall be allowed. However, in the event that additional material must be hauled in, the hauling of the suitable granular material for the pipe bed shall be paid for on a weight basis when ordered by the Engineer. Weight slips shall be delivered to the Engineer daily. 23,000.3.E8. Solid Rock Excavation Defined: Solid rock excavation shall include such rocks as are not decomposed, weathered or shattered and which will require blasting, barring, wedging or use of air tools for removal of any boulders or concrete or masonry structure (except concrete pavement, curb, gutter and sidewalk) exceeding one-half (1/2) cubic yard in volume that may be encountered in the work. 23,OOO.3.E9. Blasting Procedure: Blasting for excavation will not proceed until the Contractor has notified the Engineer of the necessity so to do, such notification shall in no manner relieve the Contractor of the hazards and liability contingent on blasting operations. The hours of blasting will be fixed by the Owner. Any damage caused by blasting shall be repaired by the Contractor at his expense. The Contractor's methods of procedure relative to blasting shall conform to local and state laws and municipal ordinances. 23,OOO.3.E10. Braced and Sheeted Trenches: Sheeting, bracing, etc. shall be put in place and maintained as may be required to support the sides of the excavation and to prevent any movement which may in any way endanger person- nel, insure or delay the work, or endanger adjacent buildings or other structures. Where sheeting and bracing are used. the trench width shall be increased ac~ordingly. Trench sheeting shall remain in place until pipe has 23,000-6 23000G Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. been laid, tested for defects and repaired if necessary, and the earth around it compacted to a depth of one foot or over the top of the pipe. It shall be the Contractor's responsibility and duty to be familiar with local and state laws and municipal ordinances relating to this type of work and he shall assume the responsibility for compliance therewith. 23,OOO.3.E1l. Manner of Piling Excavated Material: All excavated material shall be piled in a manner that will not endanger the work and that will avoid obstructing sidewalks and driveways. Gutters shall be kept clear or other satisfactory provisions made for street drainage. 23,000.3.E12. Barricades, Guards, and Safety Provisions: To protect persons from ~nJury and to avoid property damage, adequate barricades, construction signs, fences, flashers and guards as required shall be placed and maintained during the progress of the construction work and until it is safe for traffic to use the trenched roadway. 23,000.3.E13. Traffic and Utility Controls: Excavations for pipe laying operations shall be conducted in a manner to cause the least interruption to traffic. Hydrants under pressure, valve boxes, curb stop boxes, fire or police call boxes or other utility controls shall be left unobstructed and accessible during the construction period. 23,OOO.3.E14. Private Property Protection: Trees, fences, poles and all other private property shall be protected unless their removal is authorized and any property damage shall be satisfactorily restored by the Contractor or adequate compensation therefore shall be the responsibility of the Contrac- tor. Where tree trimming is required, all cut surfaces one inch or more in diameter shall be covered with a coat of asphalt paint. 23,OOO.3.E15. Interruption of Water Services: No valve or other control on the existing system shall be operated for any purpose by the Contractor with- out approval of the Engineer and all consumers affected by such operation shall be notified by the Contractor at least an hour before the operation and be advised of the probable time when service will be restored. 23,000.3.E.16. Tunneling, Jacking or Excavation Other Than Open Trench: Where pipe cannot be placed by open trench excavation, the method for placing shall be stated in the ftSpecific Requirements". 23,OOO.3.EI7. Manner of Handling Pipe and Accessories Into Trench: Proper implements, tools and facilities satisfactory to the Engineer shall be pro- vided and used by the Contractor for the safe and convenient prosecution of the work. 23,000.3.EI8. Inspection Before Installation: Before lowering and while suspended, the pipe shall be carefully inspected for defects and cracks. Any defective, damaged or unsound pipe shall be rejected. 23,000-7 23000G Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,000.3.EI9. Pipe Kept Clean: All foreign matter or dirt shall be removed from the inside of the pipe before it is lowered into its position in the trench, and it shall be kept clean by approved means during and after laying. 23,000.3.E20. Preventing Trench Water From Entering Pipe: All openings along the line of water main shall be securely closed, as directed, and at the sus- pension of work at any time, suitable stoppers shall be placed to prevent earth or other substances from entering water main. 23,000.3.E21. Railroad and Highway Crossings: When any railroad or highway is crossed, all precautionary construction measures required by the Railroad and Highway Department shall be followed. Railroad or highway crossings shall be jacking or tunneling and construction and permit requirements shall be as stated in the "Specific Requirements". 23,000.3.E22. Unsuitable Conditions for Laying Pipe: No pipe shall be laid in water or when the trench conditions are unsuitable for such work. 23,000.3.F. JOINTING: joint pipe shall be fication C600. All jointing in accordance of mechanical joint pipe and push-on with the requirements of A.W.W.A. Spec i- 23,OOO.3.F1. Preparation of Pipe Ends: Before laying the pipes, the outside of the spigot and the inside of the bell shall be wire brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are made. 23,000.3.G. SETTING VALVES, VALVE BOXES AND FITTINGS 23,000.3.Gl. new pipe in pipe. General: Valves and pipe fittings shall be set and jointed to the manner heretofore specified for cleaning, laying and jointing 23,000.3.G2. Setting Valves: All valves shall be set where directed by the Engineer. Valves and boxes shall be supported on a concrete block as shown on the detail drawings. Valve boxes shall be maintained centered and plumb over the operating nut of the valve. Tops of the valve boxes shall be set flush with the existing surface and shall be set so as to provide 12 inches of up- ward adjustment. Each valve box shall be marked with a 4" x 4ft timber, 6' long set with 2 feet of the post exposed above grade. 23,000.3.H. SETTING HYDRANTS: 23,OOO.3.H1. Location: All hydrants shall be set where directed by the engineer. A grade stake and location stake will be provided by the Engineer at each hydrant. No hydrant shall be set until such a grade stake has been placed. 23,000-8 23000G Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,000.3.H2. Procedure: All hydrants shall be supported on an 8 inch concrete block or equal concrete base. Each hydrant shall be braced as shown on the detail drawings. After each hydrant has been set, there shall be placed around the base of the hydrant, not less than one cubic yard of gravel or crushed rock from which all fine material has been removed. A layer of polyethylene, minimum 4 mil. thickness, shall be carefully placed over the rock to prevent the backfill from entering the voids in the drain rock. All hydrants must be maintained in a plumb position during the backfilling opera- tion. 23,000.3.1. ANCHORAGE OF BENDS, TEES AND PLUGS: 23,000.3.11. General: All bends, tees, hydrants and plugs shall be securely braced against undisturbed soil using timbers, precast concrete block with wooden wedges or poured in place concrete thrust blocks. Method of anchorage must be reviewed with and approved by the Engineer prior to backfilling. 23,000.3.3. TESTING PIPE LINES: 23,000.3.31. Pressure During Tests: After the pipe has been laid and back- filled as specified, all newly laid pipe, or any valved section of it shall, unless otherwise specified, be subjected to hydrostatic or air pressure of 150 Ibs. per square inch. The test must be conducted under the observation of the Engineer and with his approval. 23,000.3.32. Duration of Pressure Test: The duration of each pressure test shall be at least two (2) hours. 23,000.3.33. Procedure: All pipe or sections thereof shall be slowly filled with water from a safe source if a hydrostatic test is used, and the specified test pressure, measured at the lowest point of elevation, shall be applied by means of a pump connected to the pipe in a satisfactory manner. The pump, pipe connection, taps, gauges and all necessary apparatus shall be furnished by the Contractor. Gauges and measuring devices must meet with the approval of the Engineer. The test gauge shall be calibrated in one pound increments and operate smoothly and accurately. 23,000.3.34. Expelling Air Before Test: pressure, all air shall be expelled from the shall be made, if necessary, at points tightly plugged. Before applying hydrostatic test pipe. To accomplish this, taps at highest elevation and afterward 23,000.3.35. Examination Under Pressure: Any cracked or defective pipes, fittings, valves or hydrants discovered in consequence of the pressure test shall be removed and replaced by the Contractor with sound material in the manner provided and the test shall be repeated until satisfactory to the Engi- neer. 23,000-9 23000G Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,000.3.J6. Permissible Leakage: A drop in pressure over a 30 minute test period exceeding 3 pounds shall be cause for rejection of the project. All leaks shall be corrected and the test repeated until the pressure drop is within the 3 pound limit. 23,000.3.J7. Conductivity: Conductivity shall be provided throughout the water system by use of copper straps or approved conductive gaskets with copper inserts. All fittings shall be mechanical joint with copper straps. Lead tipped gaskets will not be approved for conductivity. Copper jumper straps between sections of pipe shall be not less than 1/16" x 3/4" strap bolted to shop welded pipe straps of the same size. Bolts shall be 5/16ft diameter bronze. For all locations where shop welded straps are not available, field welds shall be made using the Cadweld method with size 32 cartridge. Each field weld shall be properly made after filing the surface of the pipe to a clean bare metal over the entire area of the weld. Straps bolted to mechanical joint fittings shall be not less than 1/l6ft x 1-1/2ft. All straps shall be securely fastened and backfill placed so as to not damage the conductivity. Conductivity test shall be performed on all mains after they have been pres- sure tested and are full of water at normal operating pressure. A direct current of 350 amps at 30 volts shall be passed through the line for 4 minutes. Current flow shall be measured continuously on a suitable ammeter and shall remain steady without interruption or excessive fluctuation through- out the period. At the end of the 4 minute period, the current shall be raised to 400 amps for 1 minute without fluctuation. Insufficient current or wide fluctuations of ammeter needle shall be evidence of defective conduc- tivity which shall be isolated, corrected and retested. Acceptable equipment for the test shall be arc welding machines with adequate sized cables to carry the test current without voltage drop or overheating. Conductivity test shall be carried out in the presence of the Engineer or his duly authorized agent. Caution shall be exercised at all times when working with electrical equipment and wires during the conductivity test. 23,OOO.3.K. DISINFECTION: 23,OOO.3.K1. General: After completion of the installation and testing, the Contractor shall disinfect the new pipe, valves and fittings as described in A.W.W.A. Specification No. C651 by use of the Tablet Method which is generally described as follows: The Contractor shall place hypochlorite tablets in each section of pipe and also in hydrants, hydrant branches and other appurtenances during construc- tion. The tablets shall be attached to the top of the pipe with an adhesive such as "Permatex" No.1 or other approved material. 23,000-10 23000G Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. When the installation has been completed, the main shall be filled with water at a velocity of less than 1 foot per second. This water shall remain in the pipe for at least 24 hours. After the 24 hour retention period, the heavily chlorinated water shall be flushed from the main until the chlorine concentra- tion in the water leaving the main is less than 1 ppm. Tests are required to determine chlorine residual at the end of the 24 hour retention period and after flushing to ascertain that the heavily chlorinated water has been removed from the pipeline. At the end of the 24 hour retention period, the main shall contain not less than 10 ppm chlorine. The number of tablets required per 20 foot length of pipe based on 3~ grain available chlorine per tablet is as follows: Diameter No. of Tablets 4" 6" 8" 10" 12" 16" 18" 20" 24" 1 2 3 4 5 9 12 14 20 After final flushing and before the main is placed in operation, samples shall be collected and tested to show the absence of coliform organisms. If the initial disinfection fails to produce satisfactory bacteriological samples, the main shall be reflushed and resampled. If further samples show the presence of coliform organisms, then the mains shall be rechlorinated by the continuous feed or slug method of chlorination until satisfactory results are obtained. 23,000.3.L. BACKFILLING, CLEANING UP AND ~~INTAINING SURFACES: 23,000.3.Ll. Backfilling Procedure at Pipe Zone: Granular material or other suitable backfill material free from rocks, boulders and other unsuitable sub- stances shall be deposited in the trench simultaneously on both sides of the pipe for the full width of the trench to a height of at least six (6) inches above the top of the pipe. The backfill shall be hand placed and thoroughly compacted to fill all spaces under and adjacent to the pipe. 23,000-11 23000G Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,000.3.L2. Backfill Procedure Above Pipe Zone: (Type fta") Procedure Where Settlement is Allowable: Succeeding layers of backfill may contain coarser materials and shall be free from pieces of rock, concrete or clay lump more than one cubic foot in volume, roots, stumps, tin cans, rubbish, frozen mate- rials and other similar articles whose presence in the backfill would cause excessive settlement. This type of backfilling may be accomplished above the pipe zone by any mechanical means or otherwise, at the option of the Contrac- tor. On traveled streets, completed backfill shall be rolled by wheel type or crawler type equipment weighing not less than 6 tons. Surface shall be main- tained in passable condition for traffic until date of final inspection. Backfilling under exposed existing utilities shall be compacted to prevent settlement and any future displacement. 23,000.3.L3. Backfilling Procedure Above Pipe Zone: (Type "bft) Succeeding layers of backfill may contain coarser materials and shall be free from pieces of rock, concrete or clay lump more than one cubic foot in volume, roots, stumps, tin cans, rubbish, frozen materials and other similar articles whose presence in the backfill could cause excessive settlement. This type of back- filling may be compacted by puddling with hose and long pipe nozzle, or by flooding the trench, as the backfilling is accomplished above the pipe zone by any mechanical means or otherwise at the option of the Contractor. It is important that proper precautions be taken to prevent flooding of the pipe when flooding the trench and the Contractor shall be wholly responsible for neglect of these precautions. 23,OOO.3.L4. Procedure Where No Settlement is Allowable: (Type "CO) Succeeding layers of backfill may contain coarser materials and shall be free from pieces of rocks, concrete or clay lump more than one-third cubic foot in volume, roots, stumps, tin cans, rubbish, frozen materials and other similar articles whose presence in the backfill would cause excessive settlement. This type of backfilling shall be placed in uniform layers before compaction of approximately 6 inches, tamped by mechanical means to the density specified in the Specific Requirements. 23,000.3.L5. Procedure Where No Settlement is Allowable: (Type ftdft) Succeeding layers of backfill shall be made of selected materials meeting requirements as set forth in the "Specific Requirementsft. This type of backfilling shall be placed in uniform layers before compaction of approxi- mately 6 inches, tamped by mechanical means to the density specified in the Specific Requirements. It shall be the duty of the Contractor to remove excavated materials not used in backfilling to a location as designated in the ftSpecific Requirements". 23,000.3.L6. Deficiency of Backfill, By Whom Supplied: Any deficiency in the quantity of material for backfilling the trenches or for filling depressions caused by settlement shall be supplied by the Contractor with no extra compen- 23,000-12 23000G Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. sation allowed. tor. Material by the Engineer. Any settlement which occurs shall be refilled by the Contrac- shall be at the Contractor's expense and of a material approved 23,000.3.L7. Restoration of Surface: All surfaces shall be returned to the original grade and contour. Any excess dirt caused by displacement due to structures shall be removed by the Contractor to a location as designated with no extra compensation. 23,000.3.L8. Cleaning Up: Surplus pipe line material, tools and temporary structures shall be removed by the Contractor and all dirt and rubbish caused by his operations and excess earth from excavations shall be hauled to a dump provided by the Contractor and the construction site shall be left to the satisfaction of the Engineer. Clean up operations shall be accomplished promptly after tests are completed. 23,000.4. METHOD OF MEASUREMENT AND PAYMENT: 23,000.4.A. PIPE IN PLACE: Pipe will be paid for at the contract price per linear foot, which shall include the cost of furnishing all pipe, rubber gas- ket, joints and other material and of delivering, handling, laying, trenching, bedding, backfilling, compaction, testing and all material or work necessary to install the pipe complete in place at the depth above specified. The length of pipe for which length measured along the valves or fittings. payment axis of is the made shall be the actual overall pipe without regard to intervening All jacking shall be paid for at shall include both the water complete as specified previously made for the jacking length change in length of jacking. the contract unit price per linear foot which pipe and the casing under roadway and railroad, under Section 23,000.3.E21. Payment shall be specified unless unforseen conditions require a 23,000.4.B. CAST IRON FITTINGS: Cast iron specials will be paid for at the contract price per pound installed, said weights to include fittings, glands, bolts and gaskets. Payment for cast iron fittings shall be for the published weights of mechanical joint fittings as listed in A.W.W.A. C110. If ductile iron fittings are used, the weight for payment shall be the equivalent cast iron weight. 23,OOO.4.C. HYDRANTS: Hydrants will be paid for at the contract unit price per hydrant installed complete with gravel, concrete base and bracing, but does not include the auxiliary hydrant valve which shall be paid for under another item of these specifications if required. 23,000-13 23000G Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 23,000.4.D. GATE VALVES AND BOXES: Gate valves and boxes, including exten- sions, will be paid for at the contract unit price per valve and box installed for each size. 23,000.4.E. BUTTERFLY VALVES AND boxes, including extensions, will and box installed for each size. BOXES: Butterfly valves, operators and be paid for at the contract unit per valve 23,OOO.4.F. IMPROVED PIPE FOUNDATION MATERIAL: material required below the specified bedding foot of improved pipe foundation placed for each granular material placed. The additional granular shall be paid for per lineal six (6) inch thickness of 23,000.4.G. ROCK EXCAVATION: If rock is encountered in the trench, such rock excavation shall be measured by volume in cubic yards and shall be measured from the top of the rock to a point six (6) inches below the bottom of the pipe and twelve (12) inches from each side of the inside diameter of the pipe. The minimum trench width of the rock excavation shall be 36 inches. Payment shall be at the contract unit price per cubic yard. 23,OOO.4.H. SAND CUSHION: Granular material used for a sand cushion in areas of rock excavation where suitable materials are not available on site shall be paid for at the contract unit price per ton of material deposited under and around the pipe. 23,000.4.1. SPECIAL STRUCTURES AND APPURTENANCES: Basis of payment for special structures and appurtenances not included above shall be stated in the "Special Provisionsft, "Specific Requirementsft and/or "Proposalft. End of Section 23,000-14 23000G Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000. SEWERS Specific Requirements 24,000.0. SPECIFICATION REFERENCE: Unless otherwise noted or modified herein, all sections of the General Requirements shall apply. 24,000.1. DESCRIPTION: This work consists of the construction of gravity storm and sanitary sewers and all necessary appurtenances and related work as shown on the Plans or directed by the Engineer. 24,000.2. MATERIALS: Materials shall be of the type and class as shown on the Plan and as clarified in the following. a. All PVC gravity sewer shall be SDR 35 unless otherwise indicated on the Plans. b. RCP shall be of the class shown on the Plans. RCP that is required to be removed shall be used in new construction if deemed suitable for reuse by the Engineer. c. All ductile iron sewer pipe shall be of the class indicated in the Proposal or shown on the Plans. d. Manhole and catch basin frames, covers, and grates shall be of the Neenah style and type, or equal, as designated in the Proposal or on the Storm Sewer Schedule shown on the Plans. e. 12" Drain Tile for Backyard Drainage: Shall be either PVC, SDR 35 or Corrugated Polyethylene (PE) Drainage Tubing meeting the requirements of Mn/DOT Specification 3278. f. Rip Rap shall meet requirements of Mn/DOT Specification 3601.2 for class indicated on the plans. g. Granular Filter Material shall meet requirements of MnlDOT Specification 360l.2B1. h. Geotextile Filter Material shall meet requirements of Mn/DOT Specification 3733, Type III. 24,000.3. CONSTRUCTION REQUIREMENTS: 24,000.3.A3. Field Inspections: The pipe systems shall be promptly inspected and tested as required in other sections of this Specification including lamping of all gravity lines prior to any street construction. Testing shall be completed before the work is considered complete and acceptable for completion date and liquidated damage requirements. The Contractor shall have structures open and ready for inspection and shall have a representative assist in the inspection. The Contractor shall provide all materials and labor necessary to 34144 Copyright 1992 Bonestroo, Rosene, AnderLik & Associates, Inc. 24,000-1 the perform the tests. All tests and inspections shall be performed under the observation of the Resident Project Representative. 24,000.3.E3. Pipe Bedding: All RCP and DIP bedding shall be class C-l unless B bedding is shown on the Plan. See Standard Detail Plate No. 1-25. PVC and PE pipe shall be bedded in accordance with 24,OOO.3.E3.5. See Standard Detail Plate No. 1-25B. 24,000.5.1. Structure Reconstruction: Existing structures will be either adjusted, repaired, or relocated as indicated on the plans and in accordance with the following: a. Adjustment shall be defined as the setting of existing castings to new grades, and resetting or replacing existing rings with new where required. b. Repair shall be defined to include any adjustments that may be required as defined above plus any interior concrete repairs such as mudding of doghouses, lift holes, inverts, and other holes. c. Relocation shall be defined to include adjustment and repair as defined above plus the moving of the catch basin to a new location within the same area. Additional pipe or removal of existing pipe to fit the new location shall be paid for as either pipe removal or new pipe. Payment at the unit price bid for adjustment, repair, or relocation shall be full compensation for all items required to complete the work. 24,000.5.3. Catch Basin Location: Catch basins under curb and gutter shall be installed to an alignment deviation of less than 0.20' with the top slab centered over the base. Deviations greater than 0.20 I shall be corrected by. the contractor by moving the base to its proper location. All grade stakes involved must be saved by the contractor. catch basin location must be adjusted and the grade stake to be in error or the grade stake has been destroyed, the the correction at his own expense. In the event that a shows the contractor contractor must make 24,000.5.K. Replacing Castings: As noted on the plans and in the proposal several existing castings shall be salvaged and new castings installed on existing structures. This work will be accomplished in accordance with the schedule on the plans and as directed by the Engineer. For grates, existing nonbicycle safe grates are to be replaced with grates equal to the grates used in R-3067V casting assemblies. 34144 Copyright 1992 Bonestroo, Rosene, AnderLik & Associates, Inc. 24,000-2 24,000.6. Backfilling: Above the pipe zone shall comply with the general requirements specified in 24,000.6.D. (Type c) and the following. a. All sewer trench backfill within compacted to Specified Density Specification 2105.3.F1. the Roadbed areas shall be Requirements as per Mn/DOT b. All sewer trench backfill not within the roadways shall be compacted to 95% standard Proctor density. Payment for Mechanical Trench Compaction shall be at the bid unit price per lineal foot and shall include all miscellaneous items. Any settlement of street surface in excess of one (1) inch as measured by a ten foot straight-edge within the warranty period shall be considered failure.of the mechanical compaction and the contractor shall be required to repair such settlement with no additional payment therefor. 24,OOO.6.K. Rip Rap: Shall be placed and paid for in accordance with Mn/DOT Specification 2511 where indicated on the plans. Class 2 rip rap shall be placed not less than 18" thick. Geotextile fabric shall be placed between the existing soils and the riprap. Payment at the unit price bid for riprap with geotextile fabric shall be full compensation for all items required to complete the work. 24,000.7. follows. Testing Pipe Lines: Pipe line testing requirements shall be as a. Televised Line Testing: All sanitary sewer lines shall be inspected by closed circuit television by an independent company specializing in such work. The contractor shall submit to the Owner three copies of a permanent inspection report for each sewer line inspected which shall include the location and description of all leaks, defects, deviations from the line and grade and any other observed irregularities. All wye branches shall be located by direction and distance from the downstream manhole. The rate of travel of the television camera through the pipe shall be determined by the Owner. Payment for television inspection shall be at the bid unit prices as stated in the proposal for each lineal foot of sewer inspected. Measurement of television inspection shall be by lineal foot from center of manhole to center of manhole of each sewer line inspected. Payment shall include all items required to complete the work including the completed reports. b. Infiltration Testing: Perform as required by 24,OOO.7.A on all storm sewer lines. Contractor shall construct measuring weirs and devices as necessary and directed by the Engineer. The test shall be waived if no visible infiltration is observed during the lamping inspection. 34144 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000-3 c. PVC Deflection Test: through the television conform with the 5% 24,OOO.3.E3.5, PVC Pipe Deflection testing shall be accomplished inspection. Any pipe line that fails to maximum deflection requirement (Section Bedding) shall be repaired or replaced. 24,000.8. METHOD OF MEASUREMENT: 24,000.8.A. Trench Excavation: Sanitary gravity sewer shall be measured in depth increments as specified in the General Requirements. Gravity sewer shall be measured in linear feet of pipe installed regardless of the depth of the trench. 24,000.8.C. Sewer Pipe with Bedding: Any bends that are required shall be measured by the laying length of the bend. 24,OOO.8.K. Special Structures & Appurtenances: Aprons shall be measured on an individual unit basis for the size shown on the Plans and in the Proposal. 24,000.9. BASIS OF PAYMENT: 24,000.9.C. Sewer Pipe with Bedding in Place: The unit price bid for connecting to existing structures shall include all items required to complete the work. The unit price bid per lineal foot for pipe in place shall include any required bends. The unit price bid for connecting to existing pipes shall be full compensation for all items required to complete the work. 24,OOO.9.M. Special Structures & Appurtenances: Payment at the unit price bid for aprons shall be full compensation for all items required to complete the work. When the proposal and plans indicate apron is with trash guard, the cost of furnishing and installing the trash guard shall be included with the cost of the apron. Payment at the unit price bid per each for CB Grate, CB Casting, or MH Casting shall be full compensation for all items required to complete the work. End of Section 34144 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000-4 24,000. SEWERS General Requirements 24,000.1. DESCRIPTION: This work shall consist of the construction of sewers in accordance with the requirements of the Contract. Under the numbering sys- tem used herein numbers 24,000.2 - 24,OOO.2.N inclusive, deal with Materials; 24,000.3 24,000.7.A inclusive, deal with Construction Requirements; 24,000.8 24,000.8.K inclusive, deal with Method of Measurement and 24,000.9 24,000.9.M, inclusive, deal with Basis of Payment. It is intended that when the Standard Specifications do not cover the subject matter necessary to be covered, additional numbers in the appropriate section may be utilized in the Specific Requirements and the numerical sequence preserved. 24,OOO.l.A. WORK INCLUDED: The Contractor shall, unless specified otherwise, furnish all materials, equipment, tools and labor necessary to do the work re- quired under his contract and unload, haul and distribute all pipe, castings, fittings, manholes and accessories. The Contractor shall also excavate the trenches and pits to the required dimensions; sheet, brace and support the ad- joining ground or structures where necessary; handle all drainage or ground- water; provide barricades, guards and warning lights; lay and test the pipe, castings, fittings, manholes and accessories; backfill and consolidate the trenches and pits; maintain the surface over the trench; remove surplus exca- vated material; and clean the site of the work. The Contractor shall also furnish all equipment, tools, labor and materials required to rearrange sewers, conduits, ducts, pipes or other structures en- countered in the installation of the work. All the work to completely con- struct the sewer facilities shall be done in strict accordance with the con- tract documents to which these General Requirements are a part. 24,OOO.1.B. SPECIFICATION REFERENCE: In these General is made to the Minnesota Department of Transportation shall mean the "Standard Specifications for Highway Mn/DOT, dated January 1, L983 and subsequent amendments. Requirements reference Specifications which Construction" of the 24,000.2. MATERIALS: The materials used in this work shall be new and con- form to t~e requirements for class, kind and size of material specified below or as altered or more specifically described in the "Specific Requirements", "Special Provisions" and "Proposalft. 24,000.2.A. quirements sewer pipe. Pipe on the CLAY PIPE: Clay sewer pipe and fittings shall conform to the of the current A.S.T.M. Specification C-700 for extra strength Extra strength pipe shall be used for all Vitrified Clay proj ect. re- clay Sewer 24,000.2.B. POLYVINYL CHLORIDE SEWER PIPE: Polyvinyl chloride sewer pipe and fittings shall be produced by a continuous extrusion process using Type 1, Grade 1 material as defined in A.S.T.M. Spec. D-1784. The design, dimensions and wall thickness shall be in accordance with ASTM Spec. D-3034, SDR 35. 24,000-1 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,OOO.2.C. REINFORCED CONCRETE SEWER PIPE: The sewer the requirements of the Standard Specifications for Pipe, A.S.T.M. Designation C-76 of the class designated Proposal. pipe shall conform to Reinforced Concrete Sewer on the plans and in the 24,OOO.2.D. CORRUGATED METAL PIPE: Corrugated metal pipe Standard Specifications for Corrugated Metal Pipe Culvert of Specification M-36 with exceptions and additions as Specification 3226. The kind of base metal and gauge ftSpecific Requirementsft. If any special coating is required, in the ftSpecific Requirements". shall conform to the the A.A.S.H.O. noted in Mn/DOT is stated in the it will be stated 24,OOO.2.E. DUCTILE IRON PIPE: Ductile iron quirements of AWWA Standard C15l of the class and Requirementsft. All ductile iron pipe shall joints and shall have a standard thickness cement with AWWA Standard C104. pipe shall conform with the re- type stated in the "Specific have mechanical or push-on type mortar lining in accordance Where ductile iron pipe is used as a pressure line rece~v~ng discharge from a pumping station, all joints shall be electrically conductive by use of copper straps or approved conductive gaskets with copper inserts. 24,OOO.2.F. CAST IRON FITTINGS: Where ductile iron pipe is furnished, fit- tings shall be mechanical joint in accordance with AWWA Standard CllO. All fittings shall be designed for 150 psi working pressure. All fittings shall have a standard thickness of cement mortar lining in accordance with AWWA Standard CI04. Ductile iron fittings in accordance with AWWA Standard C-153 are considered equal. 24,000.2.G. JOINTS AND JOINT MATERIALS: 24,000.2.Gl. Clay Pipe: Clay pipe joints shall be rubber or plastic type compression joints in accordance with A.S.T.M. Spec. C-425. Plain-end vitri- fied clay pipe may be used which employ Type B compression couplings in accor- dance with ASTM Specification C594. 24,OOO.2.G2. Polyvinyl Chloride Pipe: Polyvinyl chloride pipe joints shall be bell and spigot type with solvent cement applied in accordance with the manufacturer's recommendations. Gasketed push-on type joints are considered equal. 24,OOO.2.G3. Concrete Pipe: Reinforced concrete requirements of ASTM Specification C-361 and tion Type R-4. Deformed(concrete pipe shall be to Ram-Nek, Hamilton Kent, Kent Seal No.2 or accordance with manufacturer's recommendations. pipe joints shall meet the shall be the Bureau of Reclama- jointed with material similar equal gasket material applied in 24,000-2 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000.2.G4. Ductile Iron Pipe: Gaskets for mechanical joint and push-on joint pipe shall be designated and manufactured to exact dimensions .to assure a liquid tight joint. All joints for pipe used as a pressure line shall be installed with an electric contact through every joint. Joints shall conform to AWWA Standard Clll. 24,000.2.G5. Corrugated Metal Pipe: Corrugated metal pipe shall be joined using coupling bands in accordance with MnjDOT Specification 3226. 24,OOO.2.H. MANHOLE AND CATCH BASIN FRAMES & COVERS: Cast iron for both man- holes and catch basin frames and covers shall be of the best grade of cast iron, free from all injurious defects and flaws and shall be Class 35 iron in accordance with A.S.T.M. Spec. A-48. Each casting shall be sand blasted but no further coating or finish is required. Both the surface of the cover and frame in contact shall be machined for non-rocking protection. The words ftSAN1TARY SEWERft or ftSTORM SEWER" shall be cast on top of each manhole cover in two inch letters where each is applicable. All manhole castings shall be furnished with two concealed type pick holes of a design approved by the Engineer. The type, style and weight of all manhole castings, special castings and catch basin castings shall be as stated in the "Specific Requirementsft. 24,000.2.1. Y~HOLE STEPS: 24,000.2.11. Cast Iron Manhole Steps: Cast iron manhole steps shall be manu- factured from hi-test metal having a minimum tensile strength 35,000 pounds per square inch. All manhole steps shall be Neenah Foundry Step No. R-1981J, Badger F-15 or equal. All steps shall conform to the requirements of A.S.T.M. Designation C-478. 24,000.2.12. Aluminum Manhole Steps: Aluminum manhole steps of a design sim- ilar to the cast iron steps specified may be used. Aluminum manhole steps shall be made of Apex Ternalloy No.5 aluminum alloy. 24,000.2.13. Polypropylene Coated Manhole steel reinforcing rod and similar in design to may be used. All such steps shall be M.A. or equal. Steps: Polypropylene molded over the cast iron steps specified Industries (SP-I-PF) Manhole Step, 24,000.2.J. PRE-CAST CONCRETE MANHOLES: Precast concrete manholes shall be used for all manholes more than 6.5' deep from rim to top of pipe and shall conform to the requirements of A.S.T.M. Designation C-478. Segmental block may be used for the lower portion of manholes over large diameter pipe up to the top of the largest pipe. Unless otherwise stated, the internal diameter shall be four feet. The upper section of the manhole shall be reduced to a smaller diameter opening by use of an eccentric pre-cast cone made expressly for this purpose. On manholes 8 ft. deep and greater the pre-cast section immediately below the cone section shall be one (1) foot in height. The vertical wall of the cone shall be on the dOw~stream side of the manhole, except for pipe 36 inches in diameter or greater where steps will be placed to provide the most 24,000-3 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. suitable access. A minimum of 2 rings and a maximum of four rings of adjustment shall be allowed. All manholes shall be watertight. Pre- cast manhole joints shall be rubber o-ring gasket type. All manhole steps shall be securely and neatly mortared in place. All lifting holes shall be neatly mortared up. Manhole bases may be pre-cast or poured in place. Poured in place bases must be acceptably cured before the manhole sections are placed on the hardened slab. The inverts of all manholes shall be shaped to the half section of equivalent size pipe conforming to the inlet and outlet pipe so as to allow for a free uninterrupted flow with all surfaces sloping to the flow line. Manholes may be supplied with preformed inverts and watertight pipe connections for all lines 15" in diameter or smaller. Preformed inverts will not be allowed where pipe grades are 2 percent or greater unless design grade is built through the manhole. All manholes, catch basin manholes and catch basins shall be constructed in accordance with the detail plates included in the contract documents. Where manhole or catch basin depths are less than 6.5 feet from rim to top of pipe, they shall be built with precast concrete manhole sections and a precast concrete manhole slab with offset opening suitable for street loading. Where manholes are constructed using a precast concrete manhole top slab, the pre-cast section immediately below the slab shall be one (1) foot in height. "Mini-Tee" type precast manhole bottom sections may be used for the installa- tion of all small diameter concrete pipe sewers in lieu of the construction method described above. 24,OOO.2.K. PRE-CAST SEGMENTAL BLOCK: Eight inch precast segmental radial block may be used for the lower portion of manhole over large diameter pipe and for shallow manholes and catch basins. Concrete used in the manufacture of these blocks shall conform to the requirements of A.S.T.M. "Specifications for Concrete & Masonry Units for Construction of Catch Basins & Manholes", Serial Designation C-139. The exterior of all block manholes shall be plastered with one-half inch of mortar as per Paragraph 24,000.5.D. 24,000.2.L. CONCRETE MATERIALS: Concrete for monolithic concrete manholes and all manhole bases shall consist of Standard Portland Cement Type I, clean washed sand and crushed rock and gravel free from deleterious materials. Portland cement shall conform to A.S.T.M. Specifications, Portland Cement Type I, Standard Serial Designation C-150. Gradation shall be subject to the ap- proval of the Engineer with proper water-cement ratio to obtain a concrete testing not less than 3000 pounds per square inch in 28 days. 24,000-4 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000.2.M. MORTAR MATERIALS: Mortar used for laying up concrete block or brick manholes or used for plastering lift holes and exteriors of manholes shall consist of Standard Portland Cement Type I, Standard Serial Designation C-150. Lime shall conform to specifications for normal finishing hydrated lime, A.S.T.M. Serial Designation C-6 or specifications for hydraulic hydrated lime for structural purposes, A.S.T.M. Serial Designation C-141. Grada~ion shall be subject to the approval of the Engineer. 24,000.2.N. G~JLAR MATERIALS: Granular materials llsed for improved pipe foundation, special pipe bedding, or PVC pipe bedding where improved pipe foundation is required shall meet the requirements of Mn/DOT Specification 3149H, Coarse Filter Aggregate except that hard, durable crushed carbonate quarry rock may also be used. The material shall have the following crushing requirements. Not less than 50% of the material, by weight, that is retained on the No.4 sieve shall have one or more crushed faces. Granular materials used for pipe bedding in rock and for PVC pipe bedding where improved pipe foundation is not required shall meet the requirements of Mn/DOT Specification 3149A, Granular Borrow, except that 100%, by weight, shall pass the 1ft sieve. 24,000.3. CONSTRUCTION REQUIREMENTS: 24,000.3.A. INSPECTION: 24,000.3.Al. Of Materials at Factory: All materials, whether furnished by the Owner or by the Contractor are subject, at the discretion of the Owner, to inspection and approval at the plant of the manufacturer. 24,000.3.A2. Of Materials at Delivery Point: During the process of unloading, all pipe and accessories shall be inspected by the Contractor for loss or damage in transit. No shipment of material shall be accepted by the Contractor until or unless notation of any lost or damaged material shall have been made on the bill of lading by the agent of the carrier. 24,000.3.A3. Field Inspection: All pipe and accessories jointed, tested for defects and for infiltration in the manner fied as directed by the Engineer and subject to his approval. shall be herein laid, spec i- 24,000.3.A4. Disposition of Defective Material: All material found during the progress of the work to have cracks, flaws or other defects will be rejected by the Engineer and the Contractor shall promptly remove from the site of the work such defective material. 24,OOO.3.B. CONTRACTOR'S RESPONSIBILITY FOR MATERIAL: 24,OOO.3.BI. Responsibility for Material Furnished by Contractor: The Con- tractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or that has become damaged after delivery by the manufacturer. 24,000-5 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,OOO.3.B2. Responsibility for Safe Storage: The Contractor shall be re- sponsible for the safe storage of material furnished by or to him, and ac- cepted by him, and intended for the work, until it has been incorporated in the completed project. 24,'OOO.3.C. HANDLING PIPE & ACCESSORIES: Pipe and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the project by the Contractor; they shall at all times be handled with care to avoid damage. 24,OOO.3.D. ALIGNMENT & GRADE & UNDERGROUND, SURFACE & OVERHEAD UTILITIES: 24,OOO.3.Dl. General: All pipe shall be laid and maintained to the required lines and grades; with tees, wyes, catch basins, special structures and man- holes at the required locations; and with joints centered and spigots home. Deviation from grade in excess of 0.05 percent may be cause for removal and relaying pipe at the Contractor's expense. 24,OOO.3.D2. Existing Utilities: Existing water and sewer mains, and other underground utilities, are shown on the plans only by general location. The Owner does not guarantee that the utilities are complete or that the locations are as shown on the plans, and the Contractor shall be solely responsible for verifying the exact location of each of these utilities, without additional compensation. Prior to the start of any construction, the Contractor shall notify all utility companies having utilities in the Project Area. The Con- tractor shall have sole responsibility for providing temporary support and for protecting and maintaining all existing utilities in the Project Area during the entire period of construction, including but not limited to the period of excavation, backfill and compaction. In carrying out this responsibility, the Contractor shall exercise particular care, whenever gas mains or other utility lines are crossed, to provide compacted backfill or other stable support for such lines to prevent any detrimental displacement, rupture or other failure. 24,000.3.D3. Deviations Occasioned by Other Utility Structures: Wherever ex- isting utility structures or branch connections leading to main sewers or to main drains or other conduits, ducts, pipe or structures present obstructions to the grade and alignment of the pipe, they shall be permanently supported, removed, relocated, or reconstructed by the Contractor through cooperation with the Owner of the utility, structure or obstruction involved. In those instances where their relocation or reconstruction is impracticable, a devia- tion from the grade will be ordered and the change shall be made in the manner directed with extra compensation allowed therefore at unit prices, if appli- cable. 24,000.3.D4. Deviation with Engineer's Consent: No deviation shall be made from the required line or grade except with the written consent of the Engi- neer. 24,000-6 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000.3.D5. Subsurface Exploration: It shall be the Contractor's responsi- bility to determine and verify the location of existing pipes, valves or other underground structures as necessary to progress with the work with no addi- tional compensation allowed. The Engineer shall make all known records avail- able. All known utilities are designated on the plans in a general way as stated in Section 24,OOO.3.D2. 24,OOO.3.D6. Overhead Utilities & Obstructions: Overhead utilities, poles, etc., shall be protected against damage by the Contractor and if damaged by the Contractor, shall be replaced by him. Should it become necessary during the progress of the work to remove or relocate existing poles, overhead utilities and obstructions, the Owner shall cause the same to be done at no expense to the Contractor unless otherwise provided for in the ftSpecial Provisions" or "Specific Requirement." It will be the duty of the Contractor to visit the site and make exact determination of the existence of any such facility prior to the submission of his bid. 24,000.3.E. EXCAVATION & PREPARATION OF TRENCH: 24,000.3.E1. Description: The trench shall be dug to the alignment and depth shown on the plans and only so far in advance of pipe laying as Engineer shall specify. The trench shall be so braced (Section 24,000.3.Ell) and drained that workmen may work safely and efficiently therein. All trenches shall be excavated and/or sheeted and braced in accordance with applicable State Regu- lations relating to industrial safety to a safe angle of repose. Such angle of repose shall be no less than that required by the Accident Prevention Divi- sion of the State Industrial Commission or the requirements of the Occupation- al Safety and Health Act (OSHA) whichever is more restrictive. All surface water and ground water discharges shall be conducted to natural drainage channels, drains or storm sewers. 24,000.3.E2. Width: The trench width at the top of the excavation may vary with and depend upon the depth of trench and the nature of the excavated mate- rial encountered, but in any case shall be of ample width to permit the pipe to be laid and jointed properly and the backfill to be placed and compacted properly. The minimum width of unsheeted trench shall be 18 inches and for pipe 10 inches or larger at least one foot greater than the nominal diameter of the pipe. All trenches shall be excavated to conform to the State Industrial Commission Safety requirements and applicable OSHA Standards. 24,000.3.E3. Pipe Bedding: All sewer pipe shall be bedded for strength purposes in accordance with the class of bedding specified in the Specific Re- quirements, as detailed in the Standard Detail Plates, or as indicated on the plans and/or proposal. Where no specific class of pipe bedding is listed, it shall be understood to be Class C-1 bedding. Side fills and the area over the pipe to the depths indicated on the sewer bedding detail shall be filled with natural trench material carefully compacted in place. 24,000-7 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,OOO.3.E3.1. Class C-1 Bedding: Where Class C-l bedding is specified or allowed with existing materials, the trench shall have a bottom conforming to the grade to which the pipe is to be laid. The pipe shall be laid upon sound soil, cut true and even so that the barrel of the pipe will have bearing over at least 50 percent of the pipe width for its entire length. Bell holes shall be excavated to insure that the pipe rests for its entire length upon the bot- tom of the trench. When a uniform trench bottom cannot be formed as speci- fied, Class C-2 bedding shall be used. The contractor may, at his option, elect to use a Class C-2 bedding in lieu of Class C-l bedding, without any additional compensation allowed therefor. 24,OOO.3.E3.2. Class C-2 Bedding: Where Class C-2 bedding is specified or allowed, the pipe shall be bedded on granular materials meeting 24,OOO.2.N specifications. The depth of bedding shall be one fourth of the outside diameter of the pipe barrel, but not less than six inches in accordance with the standard detail plates. 24,000.3.E3.3. Class B Bedding: Where Class B bedding is specified or allowed, the pipe shall be bedded on granular materials meeting 24,000.2.N. specifications. The depth of bedding shall be one fourth of the outside dia- meter of the pipe barrel, but not less than six inches, plus one half of the outside diameter of the pipe barrel all in accordance with the standard detail plate. 24,OOO.3.E3.4. Class allowed, the pipe shall except that 2000 psi of the trench to a point the bottom of the trench A Bedding: Where Class A bedding is specified or be bedded in the same manner as for Class C-1 bedding concrete shall be placed around the pipe from the bottom one half the outside diameter of the pipe barrel above all in accordance with the Standard Detail Plate. 24,000.3.E3.5. PVC Pipe Bedding: All polyvinyl chloride sewer pipe shall be installed and bedded in accordance with ASTM specification D-2321, "Recom- mended Practice for Underground Installation of Flexible Thermoplastic Sewer Pipe" with granular materials meeting Specification 24,000.2.N. used for all PVC pipe bedding. The granular materials shall be placed from a point 6" be- low the bottom of the pipe to a point 12" above the top of the pipe. Bedding requirements shall include mechanical compaction of sand and gravel material surrounding the pipe to at least ninety-five (95%) percent of maximum density as described in ASTM Methods D698 to prevent deflection of the pipe cross-section. Payment for such bedding and compaction operations shall be considered incidental to the installation of the sewer pipe. Where existing soils are of non-granular nature, the Contractor shall fur~ish sand or gravel material for pipe bedding as incidental to the cost of the pipe. 24,000-8 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. The Owner reserves the right to measure deflection of PVC sewer pipe 30 days after placement of backfill material in the trench and at any time during the warranty period. Deflections greater than five (5%) percent of the inside pipe diameter shall be considered failure of the bedding procedure and the Contrac- tor may be required to re-excavate the trench and provide additional compaction along the side of the sewer pipe with no additional compensation for such work. Deflection testing of PVC pipe shall be performed by the contractor with no additional compensation allowed therefor. 24,OOO.3.E4. Correcting Faulty Grade: Any part of the trench excavated below grade shall be corrected with approved material thoroughly compacted without additional compensation to the Contractor. 24,000.3.E5. Improved Pipe Foundation: When the bottom of the trench is soft or where in the opinion of the Engineer unsatisfactory foundation conditions exist, the Contractor shall excavate to a depth to insure proper foundation. The excavation shall then be brought up to pipe grade with thoroughly compacted granular materials meeting Specification 24,000.2.N. No payment will be made for rock installed without the knowledge or consent of the Engineer nor will payment be made for rock installed only for dewatering purposes. Payment will be made for only the authorized granular foundation material placed under the pipe. It shall be the Contractor's responsibility to notify the Engineer of changing soil conditions which may be of poor bearing capacity and when organic soils are encountered. Where utilities are placed on unstable soils without notifi- cation of the Engineer, the Contractor shall be responsible for all repairs and correction of the installation without further compensation. 24,OOO.3.E6. Pipe Clearance in Rock: Ledge rock, boulders and large stones shall be removed to provide a clearance of at least 6 inches below the outside barrel of the pipe and to a clear width of 6 inches on each side of all pipe and appurtenances for pipe 15 inches or less in diameter; for pipes larger than 15 inches, a clearance of 6 inches below and a clear width of 9 inches on each side of outside diameter of pipe shall be provided. Adequate clearance for properly jointing pipe laid in rock trenches shall be provided at bell holes. 24,000.3.E7. Pipe Bedding in Rock: Where rock is encountered, the space be- tween the rock and the pipe surfaces shall be backfilled with granular materi- als meeting specification 24,000.2.N. and thoroughly tamped. The material from the trench excavation, other than rock, boulders, peat, silt or other un- acceptable material, shall be considered as suitable material. No additional compensation for placing or tamping this material shall be allowed. However, in the event that additional material must be hauled in, the hauling of the suitable granular material for the pipe bed shall be paid for on a weight basis only when ordered placed by the Engineer. 24,000-9 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000.3.E8. Solid Rock Excavation Defined: Solid rock excavation shall in- clude such rocks as are not decomposed, weathered or shattered and which will require blasting, barring, wedging or use of air tools for removal. Under this classification shall be included the removal of any concrete or masonry structures (except concrete pavement, curb, gutter and sidewalk) or boulders exceeding one-half (1/2) cubic yard in volume that may be encountered in the work. 24,000.3.E9. Blasting Procedure: Blasting for excavation will not proceed until the Contractor has notified the Engineer of the necessity to do so, such notification shall in no manner relieve the Contractor of the hazards and lia- bility contingent in blasting operations. The hours of blasting will be fixed by the Owner. Any damage caused by blasting shall be repaired by the Contrac- tor at his expense. The Contractor's methods of procedure relative to blast- ing shall conform to local and state laws and municipal ordinances. 24,OOO.3.EIO. Bell Holes Required: Bell holes of ample dimensions shall be dug in trenches at each joint to permit the jointing to be made properly. 24,000.3.E1I. Braced & Sheeted Trenches: The Contractor shall adequately brace and sheet excavations wherever necessary to prevent caving or damage to nearby property. The cost of this temporary sheeting and bracing, unless pro- vided for otherwise, shall be considered as part of the excavation costs with- out additional compensation to the Contractor. Trench sheeting or bracing shall remain in place until the pipe has been laid, tested for defects and re- paired if necessary, and the earth around it compacted to a depth of one foot over the top of the pipe. . Sheeting, bracing, etc. placed in the "pipe zone" (that part of the trench be- low a distance of one foot above the top of the pipe) shall not be removed without the written permission or written order of the Engineer. Sheeting ordered left in place by the Engineer shall be paid for at the unit price bid. The Contractor may also leave in place, at his own expense, any sheeting or bracing in addition to that ordered left in place by the Engineer necessary ~o prevent injury or damage to persons, corporations, or property, whether public or private, for which the Contractor under the terms of this contract is liable. 24,000.3.E12. Manner of Piling Excavated Material: All excavated material shall be piled in a manner that will not endanger the work and that will avoid obstructing sidewalks and driveways. Gutters shall be kept clear or other satisfactory provisions made for street drainage. 24,000.3.EI3. Maintenance of Traffic: When traffic cannot be diverted, it will be permitted to use the highway at all times. the Contractor shall at his own expense erect and maintain warning signs and warning barricades. The Contractor shall at his own expense, place and maintain acceptable warning lights and barricades to protect persons from injury and to avoid property damage. 24,000-10 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. At all dangerous intersections, bypasses, and intercepting roads, the Contrac- tor shall at his own expense furnish, erect and maintain such warning barri- cades as are necessary and required by the Engineer, and he shall place and maintain acceptable warning lights at each. It shall be the Contractor's re- sponsibility to check and inspect all lights and barricades at all times in- cluding Sundays and Holidays. He shall maintain the streets in a passable condition, shall conduct his work so as to create a minimum amount of incon- venience to traffic and shall furnish not less than two flagmen at each loca- tion where loading or depositing of material requires the turning of the trucks on any state highway or "main street" and where the operation of construction equipment endangers traffic. Temporary suspension of work does not relieve the Contractor of the responsibility outlined in the above requirements. 24,000.3.E14. Property Protection: Trees, fences, poles and all other prop- erty shall be protected unless their removal is authorized; and any property damaged shall be satisfactorily restored by the Contractor, or adequate compensation therefor shall be the responsibility of the Contractor. Where tree trimming is required, all cut surfaces one inch or more in diameter shall be covered with a coat of asphalt paint. 24,000.3.El5. Interruption of Water Service: No valve or other control on the existing system shall be operated for any purpose by the Contractor without approval of the Engineer and all consumers affected by such operation shall be notified by the Contractor at least an hour before the operation and advised of the probable time when service will be restored. 24,OOO.3.EI6. Tunneling, Jacking or Excavation Other Than Open Trench: Where pipe cannot be placed by open trench excavation, the method for placing and payment thereof shall be stated in the "Specific Requirements". 24,000.3.E17. Manner of Handling Pipe & Accessories Into Trench: Proper im- plements, tools and facilities satisfactory to the Engineer shall be provided and used by the Contractor for the safe and convenient prosecution of the work. 24,000.3.EI8. Pipe Kept Clean: All foreign matter or dirt shall be removed from the inside of the pipe before it is lowered into its position in the trench, and it shall be kept clean by approved means during and after laying. All matter entering the pipe shall be removed by the Contractor prior to ac- ceptance with no additional compensation allowed. 24,000.3.EI9. Laying the Pipe: The spigot shall be lubricated, centered in the bell, the pipe shoved into position and brought into true alignment; it shall be secured there with earth carefully tamped under and on each side of it, excepting at the bell holes. Care shall be taken to prevent dirt from en- tering the joint space. 24,000.3.E20. Preventing Trench Water From Entering Pipe: All openings along the line of sewer shall be securely closed, and at the suspension of work at any time, suitable stoppers shall be placed to prevent water, earth or other substances from entering the sewer. 24,000-11 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,OOO.3.E2l. Bell Ends to Face Direction of Laying: Pipe laying shall pro- ceed upgrade with spigot ends pointing in the direction of flow. 24,000.3.E22. Railroad & Highway Crossing: When any railroad or highway is crossed, all precautionary construction measures required by the railroad or highway shall be followed. Railroad or highway crossings shall be jacking or tunneling and construction and permit requirements shall be as stated in the ftSpecific Requirements". 24,000.3.E23. Unsuitable conditions for Laying Pipe: No pipe shall be laid in water or when the trench conditions are unsuitable for such work. 24,000.3.E24. Jointing: Joints for vitrified clay and concrete pipe shall be made by w~p~ng the joints clean, applying the manufacturer's recommended lubricant compound over the entire joint surface and then inserting the spigot end into the bell with sifficient force to properly seat the pipes. Joints for polyvinyl chloride pipe shall be made by the use of a solvent cement or pushon rubber gaskets. All jointing procedure shall be in accordance with the recommendations of the pipe manufacturer. After joints are made, any superfluous material inside the pipe shall be re- moved by means of an approved follower or scraper. All joints must be water- tight, and any leaks or defects discovered must be immediately repaired. Any pipe which has been disturbed after being laid must be taken up, the joint cleaned and properly relaid as directed by the Engineer. Joints connecting cast iron pipe with concrete or clay pipes shall be made with a concrete collar completely surrounding the joint or approved adapter. Where a sewer line outlets flared end section, the joints together by the use the pipe manufacturers. to grade or where the line is terminated with a Contractor shall fasten at least the last three (3) of "U" bolt fasteners approved and as recommended by 24,000.4. SERVICE CONNECTIONS: 24,000.4.A. WYE BRANCHES: Extra strength wye branches shall be placed at the locations directed by the Engineer. The wye branch shall be placed so that the wye is located at approximately a 450 angle from horizontal. Vitrifiedor other suitable plugs shall be provided for the openings. Plugs shall be in- stalled with Atlastic 77, Sonolastic Sealant or equal joint material or shall be specifically designed for the opening to be plugged. 24,000.4.B. RISERS: Standard weight cast iron soil pipe shall be used as risers to extend service connections to a point within 10 feet of the street grade or as directed. Risers shall be installed in accordance with the stan- dard service riser detail plate. Care shall be taken in backfilling so as not to damage the riser installation. Suitable plugs shall be provided for the openings, properly sealed. 24,000-12 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000.4.C. RECORDS & LOCATION OF SERVICE CONNECTIONS: It shall be the duty of the Contractor to keep an accurate record of service connections, as to lo- cation, depth to top of riser, type of connection provided, etc. Location shall be made in respect to nearest manhole center, downgrade from the ser- vice. This record shall be turned over to the Engineer at the end of each week. 24,000.5. MANHOLES: 24,000.5.A. GENERAL: All reference to manholes shall apply equally to catch basin structures in this section of the specifications. 24,000.5.B. EXCAVATION: Excavation shall be to a depth and size to provide for construction of the manholes and catch basins as shown in detail on the plans. 24,000.5.C. CONCRETE BASE: Concrete base for manhole construction shall be of size and depth as shown on the plans. Concrete used for this purpose shall consist of one part Portland cement, two parts of clean sharp sand and four parts of graded coarse aggregate. Material used for this purpose shall be subject to the approval of the Engineer. Base shall be poured on undisturbed earth prior to setting the precast manhole sections. Precast concrete manhole bases shall be considered equal. 24.000.5.D. WALLS: Material to be used in the walls of manholes shall be as specified in Section 24,000.2. All external surfaces of concrete block man- holes if permitted shall be plastered with a 1/2 inch coat of Portland cement mortar. Mortar shall contain one part of cement to three parts of suitable plaster sand. Lime or mortar mix shall be used in amount necessary to make a suitable mixture for plastering purposes, but not to exceed 15% by volume of cement. Mortar used for laying concrete block shall consist of one part Port- land cement to two parts of sand to which lime or mortar mix may be added not to exceed .fifteen percent (15%) by volume of cement. 24,OOO.5.E. MANHOLE STEPS: Manhole steps shall be of the type as specified in Section 24,000.2.3. Spacing shall be as shown on the detailed manhole plans, but not greater than 16 inches in vertical alignment. 24,000.5.F. PLACING MANHOLE RINGS & COVERS: The frame or ring casting shall be set to the designation elevation in a full mortar bed. 24,OOO.5.G. PLACING CATCH BASIN FRAMES & COVERS: Where catch basins are to be placed to final grade and castings are to be installed in curbing, then the casting and all adjusting rings shall be encased in concrete at least 4 inches in thickness. Where curb and street work is to be done under separate contract the casting frame shall be set in mortar only. 24,OOO.5.H. DROP MANHOLE INLETS: Encased drop inlets shall be constructed as required on the plans and in accordance with the standard Drop Inlet Detail Plate. 24,000-13 1/88-24000G Copyright 1988 Bonestroo. Rosene, Anderlik & Associates, Inc. 24,000.6. BACKFILLING, CLEANING UP & MAINTAINING SURFACES: 24,000.6.A. BACKFILLING PROCEDURE AT PIPE ZONE: All trenches and excavations shall be backfilled immediately after pipe is laid therein. For backfill up to a level of one foot over the top of the pipe, only selected materials free from rock, boulders, debris or other high void content substances, shall be used. The backfilling shall be placed completely under t~e pipe haunches in uniform layers not exceeding 4 inches in depth. Each layer shall be placed, then carefully and uniformly tamped to eliminate the possibility of lateral displacement and to provide uniform support completely under the pipe haunches. The backfill material shall be moistened if necessary, tamped in 4 inch layers and thoroughly compacted under and on each side of the pipe to provide solid backing against the external surface of the pipe. The installation and backfilling of polyvinyl chloride pipe shall be in accor- dance with A.S.T.M. D-2321 with special attention given to compacting the backfill material around the pipe to at least 95 percent of maximum density to a distance of one foot above the top of the pipe. 24,000.6.B. BACKFILL PROCEDURE ABOVE PIPE ZONE: (Type "an) Procedure where settlement is allowable. Succeeding layers of backfill may contain coarser materials and shall be free from pieces of rock, concrete or clay lump more than one cubic foot in volume, roots, stumps, tin cans, rubbish, frozen mate- rials and other similar articles whose presence in the backfill would cause excessive settlement. This type of backfilling may be accomplished above the pipe zone by any mechanical means or otherwise, at the option of the Contrac- tor. Surface shall be maintained in passable condition for traffic until date of final inspection. Backfilling under exposed existing utilities shall be compacted to prevent settlement and any future displacement. 24,OOO.6.C. BACKFILL PROCEDURE ABOVE PIPE ZONE: (Type nbft) Succeeding layers of backfill may contain coarser materials and shall be free from pieces of rock, concrete or clay lump more than one cubic foot in volume, roots, stumps, tin cans, rubbish, frozen materials and other similar articles whose presence in the backfill would cause excessive settlement. This type of backfilling may be compacted by puddling with hose and long pipe nozzle or by flooding the trench, as the backfilling is accomplished above the pipe zone by any mechani- cal means or otherwise at the option of the Contractor. It is important that proper precautions be taken to prevent flooding of the pipe when flooding the trench, and the Contractor shall be wholly responsible for neglect of these precautions. 24,000.6.D. PROCEDURE VHERE NO SETTLEMENT IS ALLOWABLE: (Type ncft) ing layers of backfill may contain coarser materials and shall be pieces of rock, concrete or clay lump more than one cubic foot in roots, stumps, tin cans, rubbish, frozen materials and other similar whose presence in the backfill would cause excessive settlement. This backfilling shall be placed in uniform layers, before compaction, of mately 6 inches, tamped by mechanical means to the density specified Specific Requirements. Succeed- free from volume, articles type of approxi- in the 24,000-14 1j88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,OOO.6.E. PROCEDURE WHERE NO SETTLEMENT IS ALLOWABLE: (Type "dft) Succeed- ing layers of backfill shall be made of selected materials meeting require- ments as set forth in the ftSpecific Requirements.ft This type of backfilling shall be placed in uniform layers, before compaction, of approximately 6 inches, tamped by mechanical means to the density specified in the Specific Requirements. 24,000.6.F. DENSITY TESTS: Density tests will be performed by an approved soils testing firm at various locations and depths throughout the project as directed by the Engineer. The Contractor shall cooperate fully and provide assistance as necessary to complete these tests with no additional compensa- tion being made to the Contractor. All testing costs pertaining to passing tests shall be paid for by the Owner. All testing costs pertaining to failing tests will be charged to and paid for by the contractor. Where areas have not been compacted sufficiently to meet specific density re- quirements, these areas shall be excavated and recompacted until the density requirements are met. All cost for the work associated with recompaction shall be the Contractor's sole responsibility. 24,000.6.G. DEFICIENCY OF BACKFILL, BY WHOM SUPPLIED: Any deficiency in the quantity of material for backfilling the trenches, or for filling depressions caused by settlement, shall be supplied by the Contractor with no extra com- pensation allowed. Any settlement which occurs shall be refilled by the Con- tractor. Material shall be provided at the Contractor's expense and the mate- rial shall be approved by the Engineer. 24,000.6.H. DISPOSAL OF EXCESS MATERIALS AND DEBRIS: Unless otherwise speci- fied, excavated material either not suitable or not required for fill material shall be disposed of by the Contractor outside of the right-of-way at his ex- pense in any manner he may elect subject to the provisions of the following paragraph. Before dumping such materials or debris on a private or public land, the Con- tractor must obtain from the Owner of such land written permission for such dumping and a waiver of all claims against the Owner for any damage to such land which may result therefrom together with all permits required by law for such dumping. A copy of such permission, waiver of claims and permit shall be filed with the Engineer before said disposal is made. 24,000.6.1. RESTORATION OF SURFACE: All surfaces disturbed during the con- struction period, whether caused by actual excavation, deposition of excavated material, or by the construction equipment, shall be returned to its original conditions or better. Exceptions to the above, if any, or special instruc- tions pertaining to any particular section of the project will be outlined in the ftSpecial Provisions.ft 24,000-15 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000.6.J. CLEANING UP: Surplus pipe line material, tools and temporary structures shall be removed by the Contractor, and all dirt, rubbish, caused by his operations and excess earth from excavations shall be hauled to a dump provided by the Contractor and the construction site shall be left to the sat- isfaction of the Engineer. Clean up and restoration shall include the replacement and restoration of all street signs, mailboxes, posts, fences and similar items disturbed by the con- struction described herein. Unless otherwise noted in the Special Provisions or Proposal all items of clean-up and restorations shall be considered inci- dental to the contract with no additional compensation allowed. 24,000.7. TESTING PIPE LINES 24,OOO.7.A. INFILTRATION IN SEWERS: Upon completion of the sewer construc- tion, leakage tests shall be made to determine the amount of ground water in- filtration into the sewers. Measurements will be made by means of 900 V-notch weirs placed in the lines. Measurements shall be taken at all points where, in the opinion of the Engineer, the flow of water in the sewers is greater. than the maximum allowable leakage. Tests may be taken between individual manholes and the infiltration in any given line shall not exceed the specified maximum allowable rate. The maximum allowable rate of leakage shall not exceed 100 gallons per mile per inch diameter of pipe per day. The Contractor shall furnish the weirs and other material and the labor for placing the weirs in the sewers and shall assist the Engineer in making the measurements. The Contractor shall receive no additional compensation for making the leakage tests or corrective work necessary to reduce leakage below the maximum allowed by the specifications. 24,000.8. METHOD OF MEASUREMENT: 24,000.8.A. TRENCH EXCAVATION: Trench excavation will be measured in linear feet of trench according to the zone classifications specified as follows: From 0' to 8', from 8' to 10', and in two foot increments thereafter, which are based on the total depth of the trench to the designated grade of the pipe invert. No deduction in depth will be made for rock encountered in the trench above the designated grade. Measurement will be made along the centerline of the sewer and from center to center of all manholes, catch basins or junction fittings. 24,000-16 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,OOO.8.B. SOLID ROCK EXCAVATION: If solid rock is encountered in the trench, such rock excavation shall be measured by volume in cubic yards and shall be measured from the top of the rock to a point six inches below the outside barrel of pipe and twelve inches from each side of inside diameter of pipe. The minimum trench width of the solid rock excavation shall be 36 inches. For measurement purposes volume will be computed based on vertical walls for the width specified above. 24,000.8.C. SEWER PIPE WITH BEDDING: Sewer pipe of each diameter and classi- fication furnished and installed with associated pipe bedding will be measured separately by length in linear feet. Measurement will be made along the cen- terline of the sewer and from center to center of all manholes, catch basins or junction fittings. Where bends, tee manholes, flared end sections or other special stalled, the length of pipe replaced by these structures shall be the distance from center of manhole to center of manhole for pay special structures will be paid for as separate bid items. shapes are in- deducted from purposes. The 24,000.8.D. SERVICE CONNECTION: Wyes and tee branches of each diameter and classification furnished and installed will be measured as a unit. 24,000.8.E. SERVICE RISER PIPE: Sewer pipe used for service risers of each diameter and classification furnished and installed will be measured separate- ly by vertical length in linear feet from the centerline of the sewer to the top of the last riser section. 24,000.8.F. CONSTRUCTING MANHOLES: Manholes will be measured by depth of the structure from the invert of the pipe to the top of the cover in linear feet, based on the dimensions as staked by the Engineer. 24,000.8.G. number of plans. CONSTRUCTING CATCH BASINS: Catch basins will be measured by the catch basins completed as to shape, size, and depth according to the 24,000.8.H. IMPROVED PIPE FOUNDATION: Granular materials placed for improving pipe foundation below the specified pipe bedding shall be measured by the lineal foot of pipe placed with improved foundation in six inch depth increments of granular material placed. As an example, if two feet of granular material is required for improved pipe foundation under a 12" pipe installed with C-2 bedding; six inches of material is required for Class C-2 bedding and improved pipe foundation shall be measured as three lineal feet, six inches deep. 24,000.8.3. DROP INLETS: Drop inlets will be measured by depth from the low- est invert of the manhole to the invert of the pipe being served by the drop inlet. 24.000-17 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,OOO.8.K. SPECIAL STRUCTURES & APPURTENANCES: Methods of measurement for special structures and appurtenances not included above shall be as stated in the ftSpecial Provisions,ft ftSpecific Requirements," and ftProposal." 24,000.9. BASIS OF PAYMENT: 24,000.9.A. TRENCH sewer pipe furnished Contract Unit Price following depth zones EXCAVATION & BACKFILL: Regardless of the width excavated, and installed with bedding will be paid for at the per linear foot of pipe falling within each of the as measured from the profile grade: From 0' to 8', from 8' to 10', and two foot increments thereafter. Excavation and backfilling of trench and associated pipe bedding shall be included in the price of sewer pipe furnished and installed. 24,000.9.B. SOLID ROCK EXCAVATION: Solid rock excavation will be paid for at the Contract Unit Price per cubic yard. 24,000.9.C. SEWER PIPE WITH BEDDING IN PLACE: Sewer pipe in each diameter and classification furnished and installed will be paid for at the Contract Price per linear foot which shall include payment for trench excavation and backfilling and associated pipe bedding. 24,OOO.9.D. DUCTILE IRON PIPE: Ductile iron pipe will be paid for at the Contract Unit Price per linear foot for each type and diameter of. pipe fur- nished which shall include payment for trench excavation and backfill. 24,000.9.E. WYE BRANCHES: Wye branches will be paid for at the Contract Unit Price for each unit furnished and installed of the size specified on the Pro- posal. 24,OOO.9.F. SERVICE RISER PIPE: Service riser pipe will be paid for at the Contract Unit Price per linear foot for the vertical distance from the center- line of the sewer to the top of riser. Concrete reinforcement of the main sewer and riser pipe as described in Section 24,000.4.B. shall be considered as incidental and will not constitute a pay item. 24,OOO.9.G. manholes to Price per and cover. basins. CONSTRUCTING MANHOLES TO DEPTH OF EIGHT FEET: Constructing of a depth of eight (8) feet will be paid for at the Contract Unit manhole which shall include furnishing and placing the manhole frame This section also applies to all catch basin manholes and catch 24,000.9.H. CONSTRUCTING MANHOLES TO A DEPTH GREATER THAN EIGHT FEET: Con- structing or manholes to a depth greater than eight (8) feet will be paid for at the Contract Unit Price per manhole plus the unit price per linear foot for each foot or depth that is greater than eight feet. This section also applies to all catch basin manholes and catch basins. 24,000-18 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000.9.I. CONSTRUCTING CATCH BASINS: Constructing catch basins as shown on the plans will be paid for at the Contract Unit Price per catch basin which shall include furnishing and placing the catch basin frame and grating. 24,000.9.3. IMPROVED PIPE FOUNDATION: Authorized granular materials for improving pipe foundation in place shall be paid for at the Contract Unit Price per lineal foot for each six inch layer placed below pipe bedding. 24,000.9.K. SAND CUSHION: Granular material for a sand cushion in place in rock excavation shall be paid for at the Contract Unit Price per ton. 24,000.9.L. DROP INLET PIPE: Drop inlets in place shall be paid for at the Contract Unit Price per linear foot which shall be payment in full for the ex- tended manhole base, encasement, drop pipe, cast iron tee, cast iron pipe and concrete collar. Payment shall be made for sewer pipe from center to center of all manholes as per Section 24,OOO.8.C. when cast iron pipe is extended for drop inlets. 24,OOO.9.M. SPECIAL STRUCTURES & APPURTENANCES: Basis of payment for special structures and appurtenances not included above shall be stated in the ftSpecial Provisions,ft "Specific Requirement,ft and "Proposalft. 24,000-19 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. ~ 25,000. SEWER AND WATER SERVICE LINES Specific Requirements 25,000.0. SPECIFICATION REFERENCE: Unless otherwise noted or modified herein, all sections of the General Requirements shall apply. 25,000.1. DESCRIPTION: This work shall consist of installing sewer and water services where indicated on the plans or as described below. Sewer Services: This work shall consist of connecting existing services to new main along Northwood Parkway. Bends rather than risers, where required, shall be used to make the connections. The maximum degree of bend shall be 22.5 degrees. For this reason, the amount of service line reconstruction will vary depending upon the elevation of the existing service relative to the new sewer main. Water Services: This work shall consist of connecting existing services to new main along Wisconsin and 35-1/2 Avenues. 'Where required, copper to copper connections will be made for those services along the east side of Wisconsin Avenue although the feasibility of constructing new copper services to existing curb boxes will be investigated during construction and may be the selected alternative. 25,000.3. MATERIALS: Sewer services shall be polyvinyl chloride pipe, SDR 26, in accordance with Section 24,OOO.2.G. of the General Requirements. Water services shall be Type ftKft copper. 25,000.3D. Curb Stop: Shall be Mueller Oriseal H-14154 Minneapolis pattern for copper pipe inlet and outlet, or approved equal. 25,000.5. CONSTRUCTION REQUIREMENTS: 25,000.5.1. Water and Sewer Service Lines: The curb box and end of service lines are to be placed where located by the Engineer. Pipe foundation, bedding, and backfill materials, construction requirements, method of measurement, and basis of payment shall be as required under 24,000 sewer specifications. 25,000.6 BASIS OF PAYMENT: The unit price bid per each for connection to existing service shall be full compensation for all items required to complete the work. 34144 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 25,000. SEYER AND WATER SERVICE LINES General Requirements 25,000.1. DESCRIPTION: This work shall consist of the construction of water and sewer services in accordance with the requirements of the contract. 25,000.2. INTENT OF SPECIFICATIONS: It is to require that the same quality of work the way of grade and alignment as shall be laterals. the intent of be received on required on these specifications the house services in the main lines and 25,000.3. MATERI~~S: The requirements for class, kind materials used in this work shall conform to the and size of material specified below. The Contractor shall submit a list of materials he proposes to use for the approval of the Engineer. 25,000.3A. CAST IRON SOIL PIPE: Cast iron soil pipe shall be service weight and shall conform to the A.S.T.M. Standard Specification A-47 for Cast Iron Soil Pipe and Fittings. 25,000.3B. COPPER SERVICE PIPE: service pipe shall be seamless, of the size shown on the plan and shall be suitable for use as an underground water service connection. Copper tubing shall conform to "A.S.T.H. B-88 Class ftKft Specifications and U S. Government Type "K" Specifications". 25,000.3C. CORPORATION COCK: Pattern H-15000 threaded for use cated on the plans and threaded on cock thread. Corporation cock approved. cock shall be Mueller, Minneapolis, with copper service pipe of the size indi- the inlet end with standard corporation 11ueller 110 compression connections are Ford Type F600, Hayes No. 5200 and r:lcDonald No. 4701 corporation stops are considered to be equal. 25,000.3D. CURB outlet and shall with Mueller 110 STOP: Curb be Mueller Oriseal, compression connections shall be for copper service pipe inlet and Pattern H-1515l. Curb stops are approved. Ford No. E22, Hayes No 0 5155 and IflcDonald No. 4714 curb stops are considered equal. Curb stops larger than one inch shalL De Hueller pattern. Ford No. B22 series ball valves. No. 6104 ball valves are considered Oriseal H-15154, Minneapolis s Nuseal No. 4008 and McDonald Curb stops shall have full restriction allowed, U;le val.ve body with no smaller 2.5, ;JOe 1/88-25000G Copyright 1988 Bonestroo, Rosene, Anded.ik & Associates, Inc. ".,. 25,000.3E. CURB BOX: Curb boxes shall be Mueller, Minneapolis pattern base with I-114ft upper section. Curb boxes shall be Mueller H-I0388 and shall be adjustable in height from 78U to 90U and shall have stationary rods. Minneapolis pattern curb boxes adjustment, with stationary rods as .approved equals. with 1-1/4" upper manufactured by section and 12 inches of Hayes and McDonald are 25,000.4. CAST IRON SOIL PIPE JOINTS: Cast iron soil pipe shall be joined by the use of preformed neoprene gaskets. Gaskets shall be equal to Tyler ftTy_ Sealft or Central Foundry Company UMulti-Titeft. Gasket pipe shall be connected designed for jointing slip-type the joints shall be prohibited. by using a jointing device specifically pipe. The use of a bar or wedge for making 25,000.5. CONSTRUCTION REQUIREr.ffiNTS :. The governing code shall be the Minne- sota Plumbing Code and any local ordinances which may apply. 25,000.5A. SEWER SERVICE LINE: THe cop~~ection of the cast iron soil pipe service to the vitrified clay tile ",-ve or tee shall be done using preformed neoprene or PVC gaskets specificallY designed for the.purpose. Where condi- tions require that the first section be a fitting it shall normally be a 1/16th bend and shall be cast iron. Other conditions may require other or no fittings. Cast iron soil pipe shall be laid at a grade of 1/4" per foot unless directed by the Engineer and shall be laid at right angles to the terminating at the property line or as shown on the detail drawing. shall be capped at the end with a cast iron or PVC plug. otherwise sewer main, The line 25,000.5B. WATER SERVICE LINE: The water service line shall parallel the sewer service line and be laid in the same trench. Complete support of the water service line gooseneck -v7ill be provided. This shall be achieved by some artificial physical means satisfactory to the Engineer. Curb stop and boxes shall be supported on a concrete block or approved equal. Corporation cocks shall be tapped into the main only when the main is under pressure. Water service line shall be laid in a workmanlike manner and at the property line or as sho~m on the detail drawing. crimped at the end to keep it free of dirt. If the service is the curb stop, a 6 inch long piece of copper shall be placed of the curb stop and crimped to keep the stop free of dirt. shall terminate The line shall be to terminate at on the house side 25,000.5C. HOUSE SERVICES: run to each lot where service is to be placed in water main is 10 feet installed between the main Services for ",ater and sanitary sewer are to be wye locations are show on the plans. Water and sewer the same trench unless otherwise stated. Where or less rrom the sanitary sewer the service length is con,sidered as in t'he same trench.. 25,000-2 1/88-25000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. A 4ft X 4ft X 8' long wood post shall be installed by each curb box extending 2 feet above grade for identification and field location and protection. A 2ft X 2ft X 7' marker shall be placed at the end of the sewer service lines for identification and field location and shall extend 1 foot above grade. No additional compensation will be allowed for installation of the markers described above but shall be considered incidental to the service line. Curb boxes are to be placed in a vertical position as shown on the standard detail plate in these specifications. The top of each box shall be placed at finish grade of the boulevard which is 0.4 feet above centerline profile which is the top of the manhole grade. Grade stakes shall be furnished to establish elevations. Services shall be installed in accordance with the detail plate included in this specification. No service line trench shall be backfilled until the service has been inspected and approved by the Engineer or his inspector. 25,OOO.5D. EXISTING UTILITIES: Existing underground utilities are shown on the plans only by general location. The Oyffier does not guarantee the loca- tions as shown on the plans, and the Contractor shall be solely responsible for verifying the exact location of each of these utilities, without addi- tional compensation. Prior to the start of any construction, the Contractor shall have sole responsibility for providing temporary support and for pro- tecting and maintaining all utilities in the project area during the entire period of construction including the period of water and sewer installation. In carrying out this responsibility the Contractor shall exercise particular care, wherever gas mains or other utili lines are crossed, to provide compacted backfill or other stable support for such lines to prevent any detrimental displacement, rupture or other failure. 25,000.5E. TRENCH COMPACTION: All service trenches shall be backfilled and compacted in a manner equal to that specified for the main lines and laterals as a part of the service installation. 25,000.6. METHOD OF MEASUREMENT AND PAYMENT: Method or measurement and payment for each item covered under this section shall be as follows: 25,000.6A. SEWER SERVICE LI~m: Sewer service lines shall be paid for at the contract unit price per foot which shall include the cost of all pipe, fit- tings, gaskets, plug, excavation and backfill. Payment shall be from center- line of the main to the property line unless shown othenvise on the detail plate. 25,000.6B. WATER SERVICE .LINE: Water service lines shall be paid for at the contract unit price per foot which shall include the cost of all pipe, fit- tings, laying, excavation, backfilling and testing. Payment shall be from centerline of the main to the property line only unless Shovlll othervlise on the detail plate. 25,000-3 1/88-25000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 25,000.6C. CURB STOP AND BOX: Curb stop and box shall be paid for at the contract unit price per curb stop and box installed. 25,000.6D. CORPORATION COCK: Corporation cock shall be paid for at the contract unit price per corporation cock installed. 25,000-4 1/88-25000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. All joints in manhole to have"O"ring ..... rubber gaskets. -.:I :~'; /1' Manhole steps I Neenah -R1981 J ~';~: r or equal, 15" o. c. Aluminum r: steps approved. :. D". ::':" :.i '''; .: .~ ,<', Manhole steps shall be placed so that off - set vertical portion of cone is facing downstream PLAN ~~ ~mT------ 1~ ._.___ . o -llt o I CASTING. R 17728 R 1760 8 R 1642 8 RI940 R 1755F R 1755 G A 8 Grout bottom of manhole to 1/2 diameter at pipe and slope grout 2" toward invert. Neenah frame and cover, or equal. >- with 2 concealed pick holes. /~ See Specification for casting number. ~ /r/ Minimum of 2, maximum of 3 Concrete adjustment rings allowed. Where sewer runs straight through a standard manhole, the pipe shall be continuous. The top 1/2 ot the pipe sholl be broken out after complet ion. \./ Minimum slab thickness, 6 II for 14 I depth. '\ Increase thickness I" for each 4' ot depth greater than 14 ~ and reinforce with 6" x 6" 10/10 mesh.' . Ii -- :~.;,.:-:;:. .;,}/~}.:.~:/ ~:' :,'~.'\ ~:o::. .~::: :; ---kJ / L Pipe sholl be cuI oul flush I r-- ~ with inside face of wall. SECTION Compact to top of pipe,to first joint. Not to Scale Note: Kor - n -seal manhole or equal considered acceptable alternate . It;) 80nestroo, Rosene. Anderlik a Assoc., Inc, Consulting Engineers St. Paul, Minnesota Revisions Plate No. Jan. 1980 STANDARD DETAILS SANITARY SEWER MANHOLE I-I CASTING A B R 1772 a 24" 7" R 1760 B 27 9 R 1642 B 7 7 R 1940A 24 6 R 1755 F 24 9 ~ R 1755G 27 7 fa A -1 ~ " It') B J 0 I 'It It') 4'-0" ~f t=l PLAN b I - Neenah frame and cover, or equal with 2 concealed pick holes. See specifications for casting number. Minimum, of 2, maximum of 3 Concrete adjustments rings / allowed. ~ Standard off - set cone ':':"'. 'Manhole lItep. , Neenan or equal, 15 iii o. C. Aluminum .tepi approved. Step. Ihall be placed 10 that the off- set vertical portion of the COOl i. facing downstream. All joints in manhole to !5 II . hal/e" 0" ring rubber gosket. Cut bell from 0 I P t join to sewer pipe with Ferneo type rubber coupler 105181 Of equal DUCI~: :.pe.1 /,: . Cast iron 'i:' t8@ section ::'''1: ;:~. t=l r:=:=1 Fill with concrete mortar around 011 sides of pipe ',,~: . " .j,',: '.,.. '., 4' . o. ...... '.~':. .:::-. ~:.: f===:l Slope 2 h to pipe t diom. of pipe C.I.f!. Elbow Horseshoes (See detail) Oft;' . ~ : .-.Uo; o. . . I: 21'" 071 85 II SECTION Not to Scale Bonestroo, Rosene, Anderlik a Assoc.. Inc. Consulting Engineers S1. Paul. Mil'.nesoto ~ I~ l~a~ IS" J flY ;g; .2 .. ~ SECTION HORSESHOE DETAILS " CD 1 Minimum slab thickness, 511 for 14' depth. Increase thickness I II for each 4' of deplh 9reater thon 14: end rein- forcewith5"xSIl 10/10 mesh. Note: Kor-n-seal manhole or equal considered acceptabe alternate STANDARD DETAILS DROP INLET MANHOLE Revisions Plate No. Jan. 1980 1-5 B For 6' diam, Manhole an a" precast slab is Required PL~~ ~Neenah frame ond cover, or equal. with 2 cQncealed pick holes. see specs. for costing numbers. Concrete Adju7ting Rings, min. of 2, mOli!. of :5 req d. + co , + \0 ..! ..a .~ .. ., :> Where sewer runs straight through (I stofHtord manhole, the pipe sh~1I be COntinuous. The top 1/2 of the pipe sholl be broken out oHer completion. All j04nts in manhole to hove "OUring rubber gasket Minimum slob tl\lckness 6" for 14' depth Increase thickness ," for eoch 4'of depth 'preater than 14', and reinforce with 6 x 6" 10/10 mnh. Use opening in 4' M.H. section to 24" dia. " 8 precast segmental ~'::',.: ,', . ..."}';.:.... ...~:,..:: ....:..:,.. :......... ;L~./:: .' . coner ete bloe.k. to b'" I~:' ~~;;;t'~';;I;.'''n P,pe '''011 be ~':t ~::,,24 4io. o'lorger. I with if\$lCh face of wall. SE C TI O.l! Compact to top 01 first pipe to first pnt .',. '.. ., "1.: ".' ,.' r' ."" \.~~. ., ., I; ~ ~.. '1:.\. (.<i ~';. .ft /v6" Precast Reinfornced Concrete Manhole Slob ** 460r$ at 5 o.c. Each Wo" 2-** 4 Bars All Sides of Opening Manhole steps, Neenoh RI9S1 J or equal. IS"o.e. Aluminum steps approved. =0 - I 4 . - 0 -, Of 6'-0" Not to Scole Bon.,'roo, R@llItfHI, And.rllk, a Assoc. Conaultin9 En(tinotn St. Paul. MiM. STANDARD DETAILS STORM SEWER JUNCTlO.N MANHOLE WITH REINFORCED TOP SLAB Re\fi$IOft$ At.t9- 1974- Jon. 1980 Plot' No HO Neenah R3067 casting or equal with type D or Vane Grate. ~ Minimum of 2 maximum of 5 concrete adjustment rings with full bed of mortar between each and a 4" collar on the outside. ff precast reinforced concrete slab. Seal with 2 beads of RAM-NEK. All joints in manhole to have .. (f ring rubber gaskets. Precast concrete section Doghouses shall be grouted on both the outside and inside. ~ ((J Q) 'C g "S Radius 5" . --I S- ." I> it> I SECTIQhj n Bonestroo Rosene 8 Anderlik & . \j. Associates 24'" x3S- slab opening for Neenah R3067 or equal Dimension from back of curb to center of pip-e. 4' Dia. MH - go in from Back of Curb 5' Dia. MH 'S' in from Back of Curb 6' Dia. MH -:f behind Back of Curb 7' Dia. MH 9" behind Back of Curb 8' Dia. MH 15' behind Back of Curb Manhole steps, Neenah R 1981 J or equal, i 5'" o.c., Aluminum steps approved. ff Precast segmental concrete block to top of the pipe shall be used when size and depth prohibit the fabrication of precast units. Minimum slab thickness, e/' for 14' depth. Increase thickness 1" for each 4' of depth greater than 14', and reinforce with f{' xft 10/10 mesh. Grout bottom Last Revision: STANDARD DETAILS TYPE II CATCHBASIN MANHOLE Engineers 1\ Architects Sf. Paul, Minnesota 1-16.DWG Mar. 1990 Plate No. 1-16 c:1~ .2 0 - - o _ Q) .... .- - o 0 Q Left hand grate shown Grate to be 2" below gutter grade. Slope gutter 5' each side of catchbasin },::n--- Minimum of 2., maximum ~>. of 3 adjusting rings I ';:, allawed Variable". ','f:. . !.~ Reinforced prtipast cone section or 8 segmental concrete block 1> Q) ..0 o '': o <. 48" 64" Not to Scale Bones troo I Rosene, Anderlik a Assoc., Inc. Consulting Engineers St. Pau I, Minnesota STANDARD DETAILS TYPE I CATCHBASIN ( , Revisions Plate No. I Aug I 74 Apr. '85 I - 18 .j Back of curb (0 o -r--~ Direction of flow 1!0 36" (j) -v C\I (j) NOTE: Right hand grate shown PLAN Catchbasin casting: Neenah R 3067 or equal. GroTe os per specificaTions 3"radius curb box Grate to be 2" below gutter grade. Slope gutter 5' each side of Catchbas.in> To 'of Curb Min. of 2 , Max. of 3 concrete adjustment rings allowed. Bonestroo , Rosene, Anderlik a Assoc. Con suiting Engineers St. Paul,Minn. :: :':;:~ .:.;;: :.:"-; ::;;~.;;" :~;r:~: r.;.~ ~ v ~~.f~ ~~ 24"' :.?~~ ;::~Qst ~;A, ~:fe;: :,t. :. :,(; . ":..j,':; J ::.'1>.1:.: ~'.., :;;" \ . :/9.": :,::',;:.~ \ ./ '::~..'!' '~:'~~.;::.~: ::'~"'.:~": ::<.....-:'.:.:.:.......~~:;:., '. .{..;.:.:.;.::';::'Y'2 ~',,:/} :f i:~'~:'::'::~~~~\;~i'l\? ~< ~~:~~:~r:~:~~1~~<<;.;~~~:~r.t;;;:i SECTION STANDARD DETA ILS TYPE IT CATCHBASIN :C\1 :::::::; !J) -v 5" (0 Revisions Jan. 1981 rjl Apr.1985 . Variable Plate No. 1-19 Back of curb I \ - \ \ " "- "- ...... ....... /' ./ ./ / / / I I r--------- ----, I I Back of curb I I I I I I ~____________J NOTE: Catchbasin grate to be 2" below gutter grade Slope gutter 5' each side catch basin. PLAN Variable .l!? .Q .~ ... o > Grout Catchbasin casting Neenah R3067 or equal GroTe os per specifications Min. of 2, Max. of 3 concrete adjustment rings 3" radius curb box =v -<.0 .0: ~"':' : ... ..-",: 6" precast reinforced concrete slab. 4'-0" :D. . ;' ...: ~ -(\I rt"l =~ -~ Min. slab thickness 6" for 14' depth. Increase I" for each 4' of depth greater than 14' and reinforce with 6")( 6" 10/10 mesh NOTE: - " Manhole steps 15 O.C., R-J981 J or equal. Aluminum steps approved. SECTION Bonestroo Rosene Anderlik a Assoc. Consulting Engineers St. Paul, Minn. STANDARD DETAIL DOUBLE CATCH BASIN TYPE II CATCHBASIN MANHOLE WITH TYPE J[ CATCHBASIN No Scale Revisions Plate No. I Apr. 81 I Apr. 85 1-22 LOAD FACTOR 1.5 CLASS C-I HAND SHAPED FROM FIRM UNDISTURBED SOIL CLASS C-2 HAND SHAPED FROM ANGULAR BEDD ING MATERIAL II Bc" Denotes outside diameter of Pipe Barrel Be + I 2 II Minim um II It W 12" Compacted Backfi 1\ w 2000* Concrete Coarse Fi It er Aggregate (Mn DOT Spec. 3149H Modified) CLASS B HAND SHAPED FROM ANGULAR BEDDING MATERIAL CLASS A CONCRETE BACKFILL TO 0.5 OF OUTSIDE DIAMETER WITH SHAPED BEDDING Bonestrool Rosenel Anderlik 8 A~soc. Inc. Consulting Engineers Sf. Paull Minnesota STANDARD DETAILS BEDDING METHODS FOR RCP, VCP a DIP Revisions Plate No. JAN. 1986 1-25 Foundation - Compacted Backfill Backfill a ~ Bedding ~ Pay Depth Increments 6" (Typical) Minimum = 2d + Bc + 12" "Bc" Denotes outside diameter of Pipe Barrel Coarse Filter Aggregate (Mn DOT Spec. 3149H Modified) Bonestrool Rosenel Anderlik a Assoc. Inc. Consulting Engineers St. Paull Minnesota STANDARD DETAILS IMPROVED FOUNDAT ION FOR RCP, VCP 8 DIP Revisions Plate No. JAN. 1986 1-25A ~ Backfill Bedding Backfill 12" Granular Borrow {Mn DOT Spec. 3149A, Modified} i/l ~ I I.Minimum: Bc +12"~1 PIPE FOUNDATION a BEDDING IN GOOD SOILS Backfill Bedding Foundation " Bc" Denotes outside diameter of Pipe Barrel 12" 6" Minimum : 2d -I- Bc+12" Coarse Filter Aggregate ( Mn. DOT Spec. 3149H Modified) SOILS PIPE FOUNDATION a BEDDING I N POOR Bonesfroo, Rosene, Anderlik a Assoc. lnc. Consulting Engineers St. Paul, Minnesota STANDARD DETAILS PVC PIPE FOUNDATION a BEDDING METHODS Revisions Plate No. 1-25B RIP-RAP REQUIRED SIZE of PIPE Cu. Yd. 54" a Over 16 36" to 48" 12 27" to 33" 8 24" a Less 4 Tie last 3 joints. Use 2 tie bolt fasteners per'jolnt installed at 600 from top or bottom of pipe --- . r....,.' I . ..--tf 1- (~.-..... "'" ." v .--, ......r;;.J-.~ r ~..-..y.- . ~f 1 \_.;,~ sr----.1-.( .,,,'.-.. , , " ! ~. " ~ '.'("" .--.,........ r'{"'" "_",.-.-.- . ~ . _'''- r ....~ -., .,' ......\ '. "<~.r...,,.. ,~ ...... ;,...-. . -..... . '1..-" ! " .J-J ~-..l. r...... _ .' ..:-..... - ;_ cq....!Q.J:;:::[- }A)('>;':-'/:.- Hand placed .Rlp-Rop I' ~ep '-t-(-") ",' .~ ,~, .J L ..' Individual stones sholl weIgh not L,- '. / les s than 50 Ibs. each Set with Grout Provide 3 clips to fasten Trash Guard to Flared End. Hot dip galvanize after fa bricatioo. Size of Pipe 12"to 18" 21" to 42" 48"to 72" Bars 3l" f!r~ I (IJ 11t4~ II H" 4" 6" 12" Bolts ~" 8 34" I" Anchor both sides ------_--..:...- TOP VIEW SiDE VIEW ,~Bones troo J Rosene J Mderlik a AssoC.lnc. Consulting Engineers Sf. Paul J Minn. STANDARD DETAILS FLARED END SECTION AND TR ASH GUARD Revisions Plate No. 1.2.8' ':} ...~O,:' ~':,:( . 'J. . '. ... ,;.' 4 ," 4 , " '4' -, 4 .".', ". ....: t >>:". 6'~ GATE VALVE 8 BOX Bonestroo. Rosene Anderlik 8 Associ~s Consu Iting Engineers St. Paul, Minn. " It) j\i Backfill to be / tamped. 3' 0" .~,~~: ,~~~~~~ ~.~~ "<f ;;:;'1::" ~ /Q,~~ /~ I Cubic Yard grovel or crushed rock, Cover with polyethylene III c: o += c .!!~ ..Q . () C (I) .- 0. o III >(1) (I) III I I ':0= o (I) ,:,<~:~::: ~.. ':: . ..:.>:: 4"x 4" thrust block 6" x 6" vertical block Concrete block 8" Concrete block HYDRANT INSTALLATION STANDARD DETAI LS HYDRANT WITH GATE VALVE AND BOX INSTALLATION Revisions Apr. 73 Plate No. 2-2 , I I i \ ~J 1 I PlANp900BEND I i ~ I I ~ ~ _ x 'fD ~ 01 ....0:: 0::;:) ;:)t- 0(1) 0.5 IUZ m::l 02 . "'0::3: -... U)&>. a:: 13t-~ 0::(1) ...z ~-a :::It!) CD<[ CONCRETE SHALL BE IN CONTAC WITH .HIS QUADRANT PIPE. i AT LEt.ST.~ SECTION A-A ~ ~ PLAN GO 22 1/2" BEND ~ ~~BUX-r;~.~:~ O:5~~~lr~O..ENOS SIZE ~ B2 D,_._ 8, I 03 0" "-5" i 1'-5" 1'-5" '.-5'. I 2~ 1'-6" 8" l'-5" I 1'_5" 2'-1" 1'-0'.+-2'-8" 2'-0" 12" I'-IO"T 1'-10" 3'- 4" 2'.. 0" 4'.9" 2'-6" i6u 3'- 0.' i 2'-0" 3:"10" 3:"0" 6'- 2", 3'- 6" 2Ct 31_C.' I 2'-8" 5'-6" 3f_4'- 03'.4" 41 _n -u 6"I~07.' _... 5'-0" 24" 4'-4" i 3:"0" 3'-8" ! Bonestroo, Rosene, Anderiik a A5SCC., Inc. Consuliing Engineers Sf Poul, Minnesotc STANDARD )1 I I I PLAN",,450BENl: NOTES: I. DIMENSIONS IN TABLE ARE BASED ON A WATER PRESSURE OF 150 PS l. AND AN EARTH RESISTANCE OF I TON PER SQ, FT. 2 WOOD BLOCKING MAY BE USED IN LIEU Of ~~ETE FOR 6"S. S" (i 450 BENDS ANfl FOR 6d'S..l8l 12"fI) 22Vz?BENDS PROVIDED AREA IN C NIACT WITH EARTH IS SAME AS AREA SHOWN. 3. DIMENSION C1. Cz Cll SHOULD BE LARGE ENOUGH TO MAKE ANGLE & EQUAL TO OR 'I LARGER THAN 450 4. DIMENSION AI Az A~ SHOULD BE: t..S I LARGE AS POSSiBLE WITHOUT ItHEfiFERRltllG I WITH M.';. 60:.T5. 'I 5. SHAPE OF BACK OF fh;T:RESS MAY VARY AS LONG AS POUR ~S AGAit.Sr FIRM UNDISTURBED EARTH. DETAILS TReV1Sions I I I I I I I I I , I .~ Plate No I I I i 2-9 CONCRETE THRUST BLOC~ING I I _..__.J D1 ~ o =Q) 1 t' b...10" .s::. ff o 5 f) m 4" Concrete Thrust Blocking @ .r1. 8onestroo ~ Rosene 8 Anderlik & 1\J1 Associates Existing Pipe D1 1 8" 1 f) 1 4" 1 2" 1 0" Ef er C,K,R C,K,R C,R C,R R R R C,K,R C,K,R C,K,R C,K,R C,R R R C,K.R C,K,R C,K,R C,K,R C,K,R C,R R C,K.R C,K.R C,K,R C,K,R C,K,R C,K,R C,R C,K,R C,K,R C,K,R C,K,R C,K,R C.K,R C.K,R C - Clow F-5205, TCiW A-212A or equal Cast Iron Tapping Sleeve K - Kennedy SQUARESEAL or equal Cast Iron Tapping Sleeve R - Romac .. SST' Stainless Steel Tapping Sleeve N o PLAN A Cast Iron Tapping Sleeve NOTES: Anti-corrosive coating required on all bolts. Minimun cover CiS directed by Engineer. V Resilient Wedge Valve Conforming to AWWA C-509-80 standards >2: Last Revision: April 1991 STANDARD DETAILS WATER MAIN WET TAP Plate No. Engineers & Architects Sf. Pau~ Minnesota 2-10.DWG 2-10 6" Distance to ct variable ~ 1/2"r -', 1'- .,-.;-;------------ . f -"- . . _.- n-3 p : . .' ~ 3 / 1/2"r ~ tOL _.~,_.: ~ ~ ,:/4:' :' f}., '>-1 I. '. , ,. I., . ~ . . . a.. ~_~II ___.____._!~ .. -J /2" - t ~~~-- -- pistanc~.jQ~_ .\!arig_bl~ -.. 1 r' I" ---j'-' - 3 ? : '3 ;' to, / . / C\I . \ ::::: -- --+- ~ " ',', s~.~~: ~,ft'~~r ' L' 12" . L~'J f3 r. ti'. , ..' I ,Dlst.Qnce _ to ~ vanable . .. [] . 611, . \~3 . ' -- - It 1-_.8 :~ ~ Q : 1/2 r":\ lO m II ,Ig r -J .' . 2411 .. ~., . ., I 6. . . 'aU ",' ~)\:(~,.'. :... :'..".'-,' Grovel bose -~ II U II II ._ L ~ype A or Type B Curb , ' II I " II II 1/2 r-\: 1'\ \ [3 r II {1/2 r :C\I~:~~~;_~ll': ~ s\~e.3/~..~r ft~ 'j_ A '~ . "". ~ 0; ;::::"# ',',"p':} '.,:' "_ - I" 1~1l _1.161~;y~ A ,22~Qe B I ~2"'" . 12'~ 11 e C -i annestroo, Rosene, Anderlik a Assoc, Inc. Consulting Enginaars Sf. Pau I ) MinM!loto TYPE IIAII 5T ANOAf:10 SECTIO~' M.H.D. 8618 CONCRETE CURB a GUTTER TYPE "SII STANDARD SECTION MH.D. B624 CONCRETE CURB a GUTTER TYPE II C II STANDARD SECTION SURMOUNTABLE CONCRETE CURB a GUTTER TYPE II DII STANDARD SECTION M.H.D. B6 CONCRETE CURB TYPE 0 AtB, C,D STANDARD SECTION DRIVEWAY Revisions Plat~ No. STANDARD DETAILS CONCRETE CURB 8 GUTTER 4-1 Type A, B,C or D concrete curb 8 gutter\ r See plate 4-1 ---, -- ------ - ,/ i I" er. ft . . . '. : : :'. ~.- ;:'. .'i:,: .::c.:..' .:::."':. I : Slope P .....::..... e,...... "-.. ....0.'....:.4:>..... ;:~\ ) 3 :.,) ii:~ ::~~'C: t>Y';>;):}(.:' ., :. ' " '. ~'., :'. . .'~ , , ':'.. :,,>../4.. ::.': :0: i' ;.~~<~.~ :~:\.::Tk\i~))'; A-t Variable - see plan ... - - "::1 - \U Oc. 1_ -v \U C. o (f) 3'_0" A-+ PLAN ~~:~:~~.;::~~;:~~~:. ::t~:{:~~~:.:~.:~;.:.~:.~':. i;.".": ,'P,'. 6" 6" 3'-0" P. I. 3'-0" 9'-0" SECTION B-B 4'- 0" SECTION A-A Bonestroo, Rosene, Anderlik 8 Assoc., Inc. Consulting Engineers St. Paul, Minnesota _~I~" ffi _...:.......:.;, ::...:.':.:,,:..~:::..::\FX/i; ';~/.\ff?; 6" 6" P. I. 3' -0" ~I Revisions Plate No. STANDARD DETAILS PEDESTRIAN CURB RAMP 4-3 8618 conc. curb 8 gutter. Catchbasin frame 8 cover. PERSPECTIVE :i 10' Min. Transition I "e618 curb 8 gutter I 1 C\f ~ I~ 10'Min. Transition ""\ .... I Design gutter line grade. .,..-- Top of curb , - - . ~ . .;: :.: :..;:::~::.t ~\\J>\'.\~::.;:'r';'.~~:.:' :~ . - . ~..:'::'.': }..~~.::::~':>~;~: ~;'>:'~:.':~.~::'.:;'~~~.~.~:.:. t( . ~~~o.4 rebars' Expansion~ Joint Neenah frame 8t cover or equal R-3067 with Type DL grate SECTION A=A 8onestroo , Rosene Anderlik and Assoc. Inc. Consulting Eng ineer s St. Paul, Minn. SPECIAL DETAILS B618 CURB 8 GUTTER CONSTRUCTION AT CA TCH BASI N Revisions 2-19-82 JKI Plate No. 4-9 NOTE: Surmounta ble curb a gutter to be formed into a B 618 type curb at catch basin castings. Surmountable conc. curb a gutter Catchbasin frame a cover ~...." .' ............:...' ,..- ." PERSPECTIVE 10' Min. Transition Surmountable curb 8 gutter 10' Min. Transition -N -"'" Top of curb Design gutter line grade :~:/.:.;:f.~":/~:~:; :~ ~'.:" ~~ :;.{~.~:;~.::....~:.:~../.; :,':.' :?/ 2-No.4 rebars Expansion JOint Neenah frame a cover or equal. R-3067 with Type DL grate a- \ SECTION A-A Bonestroo , Rosene Anderlik 8 Assoc. Inc. Consulting Engineers St. Paul, Minn. SPECIAL DETAILS Revisions Plate No. 2-19-82 JKI SURMOUNTABLE CURB a GUTTER CONSTRUCTION AT CATCHBASIN 4-10 MEASUREMENT FOR PAYMENT CONTRACTION JOINT B B INTEGRAL CAST EXPANSION JOINT . ~.(IABL', 1 ~." A IS" IS" J I' . , . . , . . " . . . . SECTION A - A THRU 8618 C 8 G IS" IS" t3/4"per Ft._ 'I' No.4 REBAR I TYPICAL 1 . 1 . . . . A . .' ~... :k".' .:~ 1~. ............. ".:: :... '., 2" M IN. AGGREGATE BASE SECTION B - 8 THRU CONCRETE GUTTER U. , ~"." ,'~ I~V.2"MIN. ~.b~i I.. VARIABLE ,,~I SECTION A-A THRU SURMOUNTABLE CURB Bonestroo, Rosene, Anderlik 8 Assoc. Inc. Consulting Engineers St. Paul, Minnesota STANDARD DETAILS CONCRETE VALLEY GUTTER Revisions Plate No. 4-11 i./:;Y~'} :~. ~"~ ~p. .- ~~~/::':' '~<,~..' .:: P,' No, 3 rebar (to extend 12" beyond each side of casting) Embedded in cone. collar and curb. Catchbasin casting Neenah R-3067 or eQual. " 3 radius curb box 1 Finsh Grade Cone. collar to encase casting and rings, Cone. curb mix shall be used for cone. collar. Min. 2 , Max. 3 Cone. adjustment rings. Cone. or metal shims shall be used to level casting. .;0:. ~::::/>; . ,'.. . . , ., ::". " ;.'11>, 5" '",'e> . . .'- '. , ' 4'_0" Die. .. . -... :':~',':~ ',':1> '~ 't>, : ", . ..... . . ,; " <~:.X :. -..,. 1> . .; ..' '" '." " : . : Ii>' . .. ..... . . ... '/>.'. ~. .... ". ,~': :"~'. . '> .... . . , l>. ., ., SECTION No Scale Bonestroo I Rosene, An derlik 8 Assoc., Inc. Consulting Engineers St. Paul, Minnesota SPECIAL DETAILS CONCRETE ENCASED CASTING ON TYPE I CATCHBASIN MANHOLE Revisions Apr. 1985 Plate No. SP-59 Catchbasin casting Neenah R - 3067 or equal, 3" radius curb box Finish Grade m Min. 2 , Max. 3 Cone. adjustment rings. :r1 :', ';: ,. ".0_ . 'I . 0: ~:-..:,:( , : fJ': t/, '0" ::.', '.' \I ' ~:~\X~ :.';'::<~'; 24" x 36" Precast SECTION Bonestroo, Rosene, Anderlik a Assoc., Inc. Consulting Engineers St. Paul, Minnesota No.3 rebar (to extend 12a beyond each side of casting) Embedded in cone. collar and curb. Cone. collar to encase casting and rings. Cone. curb mix shall be used for cone. collar. Grout shall be placed ins ide, between and outside of cone. adjustment rings. Cone. or metal shims shall be used to level casting, No Scale Revisions Plate No. Apr. 1985 SPECIAL DETAILS CONCRETE ENCASED CASTING ON TYPE]I. CATCH BASIN SP-60 .7" ".: ~ .:. I .... . ".#. ...r :: ~; .i::: ',f '~". -: ::: .," p' . . 'q:~~~. . . .' '.:::: ~: ;.,: .r.. :.': . ....... ::.. ~. .<1 , : . '. ::::'i: :::. {;~~l~ ~"~ -" .~"~:~ <i. structure I Precast conc. top s~ab. ;;N;/>/:\;::":,Y-;-: Ram-neck or equal seal between top slab and manhole section. 4'-0" or 6'-0" Dia, Manhole Section (see spec.) ,Bone:stroo , ",', Rosene Anderlik andA?so~" tnc. " ,I. ............'" ,... ~ , Consulting,. Engineers S1. Paul, 'Minn. TOP Manhole steps (see spec.) SPECIAL SEAL SLAB 8 DETAILS BETWEEN MANHOLE SECTION . ~ ~ .... ' .. t): '. .:. ., . P' . . ~ . . . : b: :. :;:.: t' . , . '.'" . '" . .'~ ~", I. ... . #: .,..'..: t' : '/1'.' 0,' '. . ..:: "~ .' . ::'~'i" Revisions 5" No Scale Plate No. SP - 61 REPORT OF GEOTECHNICAL EXPLORATION AND REVIEW FOR SANITARY SEWER IMPROVEMENTS BOONE AVENUE, NORTH OF NORTHWOOD PARKWAY NEW HOPE, :MINNESOTA AET #92-1185 PREPARED FOR: CITY OF NEW HOPE C/O BONESTROO ROSENE ANDERLIK & ASSOCIATES 2335 WEST IDGHW A Y 36 ST. PAUL, :MN 55113 JUNE 16, 1992 (l AMERICAN ENGINEERING TESTING, INC. -- CONSULTANTS . GEOTECHNICAL . MATERIALS . ENVIRONMENTAL III June 16, 1992 City of New Hope c/o Bonestroo, Rosene, Anderlik & Associates 2335 West Highway 36 St. Paul, MN 55113 Attn: Mr. Thomas E. Angus, PE RE: Geotechnical Exploration and Review Sanitary Sewer Improvements Boone Avenue, North of Northwood Parkway New Hope, Minnesota AET #92-1185 Dear Mr. Angus: This is our report on the subsurface exploration program and associated geotechnical engineering review we recently conducted for your sanitary sewer improvement project along Boone Avenue. This report documents the exploration/test results and provides our opinions and recommendations to aid you and the project team in planning and construction of the project. Please do not hesitate to call if you have questions about the report. I can also be contacted for arranging construction observation and testing services during the actual earthwork phase. Very truly yours, lit2vo! ~~ Manager, Geotechnical Engineering Phone: (612) 659-1305 Fax: (612) 659-1379 JKV/sk "AN AFFIRMATIVE ACTION EMPLOYER" 2102 University Ave. W. . St. Paul, MN 55114 .612-659-9001 · Fax 612-659-1379 4431 West Michigan Street. Suite #4 . Duluth. MN 55807 . 218-628-1518 . Fax 218-628-1580 1730 First Avenue' Mankato. MN 56001 .507-387-2222 . Fax 507-387-6999 r GEOTECHNICAL EXPLORATION AND REVIEW FOR SANITARY SEWER IMPROVEMENTS BOONE A VENUE, NORTH OF NORTHWOOD PARKWAY NEW HOPE, MINNESOTA AET #92-1185 CONTENTS Page SlJMMARY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 1 Purpose ............................................. 1 Scope .............................................. 1 Findings . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 1 Recommendations ....................................... 1 INTRODUCTION ......................................... 2 Scope of Services ....................................... 2 PROJECT INFORMATION .................................. 3 SITE CONDITIONS ....................................... 3 Surface Observations ..................................... 3 Subsurface Soils/Geology .................................. 4 Water Level Measurements ................................. 4 ENGINEERING CONSIDERATIONS ............................ 5 Review of Soil Properties .................................. 5 Discussion . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 RECO.M:MENDA TIONS ..................................... 7 Utility Support ......................................... 7 Trench Safety . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 8 Utility Backfilling ....................................... 8 Potential Construction Difficulties ............................. 9 CONSTRUCTION OBSERV A nON AND TESTING .................. 9 CONTENTS PAGE 2 Page EXPLORATION PROCEDURES .............................. .10 Boring Location/Elevation Data .............................. 10 Field Sampling/Testing Methods ............................. 10 Classification Methods ................................... 10 Sample Storage ....................................... .10 EXPLORATION PROGRAM LIMITATIONS ...................... 10 STANDARD OF CARE .................................... .11 CLOSURE ............................................ .11 APPENDIX Boring Location Sketch Logs of Test Borings Field Sampling and Testing Methods Boring Logs: Abbreviations, Notations and Symbols Identification of Soils Soil Identification and Description Geologic Terminology Boring Logs: Ground Water Information GEOTECHNICAL EXPLORATION AND REVIEW FOR SANITARY SEWER IMPROVEMENTS BOONE A VENUE, NORTH OF NORTHWOOD PARKWAY NEW HOPE, MINNESOTA AET #92-1185 SUMMARY Purpose You are proposing to install new sanitary sewer along the east side of Boone Avenue in New Hope. The purpose of our work on this project is to obtain subsurface information, and based on this data, prepare a geotechnical engineering report presenting comments and recommendations to assist you and the project team in planning and construction of the project. Scope To accomplish the above purpose, you have authorized our firm to drill three test borings at the site and furnish a geotechnical engineering report. Findings The soil profile varies along the proposed alignment, with the north and south borings suggesting 51/2' to 6' of mixed fill overlying organic soils and soft clays, in turn underlain by clayey sand glacial till. The centrally-located boring suggests clays in the upper 5', although alluvial sandy soils exist below this. Ground water is present around elevation 8841/2', which is generally several feet above proposed invert elevation. Recommendations These recommendations are in condensed form for your convenience. It is important that you study our entire report for detailed recommendations. . The borings suggest organic soils, soft clays and/or waterbearing sands will be present below the planned utilities, which will require correction and/or special construction considerations. . Significantly organic soils should be removed from below the pipe and catch basin. . Some sub cutting of softer clays should also be performed to allow for a thicker than normal sand or rock bedding. . Dewatering will be needed, with the possibility of differing systems for the differing soil types. If the sands are not properly dewatered, the sands can be expected to "ravel" or "run" which would require increased dewatering or rock bedding stabilization. . The soils excavated could be reused for backfill, although overly wet/organic soils should be avoided if you wish to avoid subsidence at the surface. AET #92-1185 - Page 2 INTRODUCTION You are proposing improvements to your sanitary system by installing new sanitary lines and a catch basin along Boone Avenue. To aid your study, you have authorized American Engineering Testing, Inc., (AET) to conduct subsurface exploration and provide geotechnical engineering recommendations for this project. This report presents the soil and ground water information we obtained at the site, and our associated engineering recommendations. To protect you, AET, and the public, we authorize use of opinions and recommendations in this report only by you and your project team for this specific project. Contact us if other uses are intended. Even though this report is not intended to provide sufficient information to accurately determine quantities and locations of particular materials, we recommend that your potential contractors be advised of the report availability. Scope of Services Our scope of services for this project was presented to you in our proposal letter dated May 22, 1992. Our work on this project was subsequently authorized by your signed acceptance of the proposal dated May 29, 1992. A review of our agreed-upon scope of services is as follows: . Clear utilities for and drill three standard penetration test borings to a depth of 16' each. . Prepare a formal engineering report which includes logs of the test borings, presentation of the soil and ground water conditions and our geotechnical engineering opinions and recommendations regarding the following: Structural support of the utility system, including special grading or bedding procedures, if needed. Pile foundation recommendations if it is judged the in-place soils will not properly support the sewer. These recommendations will include possible pile types, estimated pile lengths and judgments of pile capacity. AET #92-1185 - Page 3 Trench backfilling procedures, including comments on the suitability of the on- site soils for reuse as fill. Comments on other items which may affect constructability, such as ground water or unstable soils. The scope of our work is intended for geostructural purposes only. This scope is not intended to explore for the presence or extent of environmental contamination at the site. PROJECT INFORMATION We understand the project entails the reconstruction of a gravity-flow sanitary sewer line along Boone A venue. The reconstruction will extend from Northwood Parkway to about 600' to the north. We understand the existing 15" sewer is located beneath the current road surface, although the new 21" sewer will be repositioned in the boulevard/sidewalk area to the east of the road. We understand new sewer invert depths will be on the order of 6' to 8' beneath the surface, and final surface grades will remain the same as the current grades. A catch basin is also proposed to be added with a similar burial depth. The presented project information represents our understanding of the proposed construction. This information is an integral part of our engineering review. It is important that you contact us if there are changes from that described so that we can evaluate whether modifications to our recommendations are appropriate. SITE CONDITIONS Surface Observations Boone Avenue lies in a north-south direction, and has a low point of elevation 887.6' near the northern portion of this particular project. The urban road includes a boulevard with sidewalks on both sides. In the southern portion of the project, the surface of the boulevard is generally similar to surrounding grades. However, in the northern portion of the project, a significant r- AET #92-1185 - Page 4 pond area exists on the west side, and a drainage channel exists on the east side, with the two surface water areas being connected by a culvert. This condition results in the boulevard areas in the northern portion of the project being raised embankments above the original natural soils. The project plans suggest the pond level elevation to be 884.3'. Subsurface Soils/Geology We have included the logs of the test borings and a boring location chart in the Appendix. We refer you to these logs for specific information concerning soil layer depths, soil/geology descriptions and density/consistency, based on the penetration resistance. It is important to note that the subsurface conditions only indicate the material classification/properties at the sampled locations and variations do occur between and beyond borings. The borings suggest similar conditions in the north and south ends of the project (mostly glacial till), whereas the central portion differs with mostly water-deposited (alluvial) soils. This may suggest an old river channel, as may be expected based on the existing surface water. The central boring includes clay soils at the surface, which may either be natural topsoil/till or fill soils. The underlying soils are predominantly medium to fine grained sands with silt. The standard penetration (N) values suggest the sands are somewhat loose. The north and south borings (#1 and #3) indicate a soil profile comprised of 51/2' to 6' of mixed fill overlying a 11/2' to 21/2' organic layer. This is underlain by very soft alluvial clays, which are then underlain by clayey sand glacial till. The N-values suggest the upper portion of the clay is also somewhat soft, and becomes more firm with depth. Water Level Measurements During our drilling operations, we probed the bore holes for the presence of ground water. The results of these measurements are noted on the attached boring logs. AET #92-1185 - Page 5 Ground water was measured as shallow as 4lh' deep at the central boring location. As the soil profile at this location is predominantly free draining sands, this recorded level should present a true indication of the water level at that time and location. This particular measured level does correspond reasonably well with the water level elevation indicated for the pond to the west. A water level was measured a little deeper at Boring #3, and no water level was measured at Boring #1 (although a cave-in precluded continued measuring). The soil profiles at these locations are quite slow draining, such that it would take an extended observation period to reliably establish the ground water level at these locations. However, we suspect that given time, the water level would generally be consistent with the pond level. You should expect the ground water level to fluctuate in the future. Fluctuations occur due to varying seasonal and yearly rain fall, as well as other factors. The attached Appendix sheet entitled "Boring Logs: Ground Water Information" provides additional information on ground water level measuring. ENGINEERING CONSIDERATIONS Review of Soil Properties . Strength - Boring #2 suggests the utilities will extend into waterbearing sands in the central portion. If dewatering efforts sufficiently lower the ground water level, the sands should have proper strength/stability to support both the pipes and catch basin. However, if the sands remain waterbearing, they should be expected to lose their strength when they are not confined, such as during open cut trenching. Borings #1 and #3 suggest that either organic soils or soft clays will be present at invert elevation, which can be expected to be somewhat unstable. The presence of ground water will also increase the potential for further disturbance to the soils. We do judge 2:+:: ;'~"l.t ]q} ri ,':\"i':. ......~ ......... :Itl r- ! AET #92-1185 - Page 6 that the clayey sand glacial till have better strength and lower sensitivity than the alluvial clays. . Compressibility - We judge the organic soils to be significantly compressible, and these soils should be removed from below new utilities. The soft alluvial clays are also moderately compressible, although the placement of a thicker sand/rock bedding should aid in distributing the increased local loads of the utilities; and the overall net increase in load on the deeper soils should be quite low since grade will be restored to the same basic grade. . Drainage Properties - The coarse alluvial sands below 5' at Boring #2 are quite fast draining, and substantial and continuous amounts of water should be expected in excavations extending below the water level. The remainder of the site soils are moderately slow to slow draining soils, which can tend to "perch" ground water. Discussion Based on the borings, some of the soils anticipated at invert elevation (particularly the organic soils) are not suitable for support of the utilities. Also, some of the clays can be expected to be somewhat soft, such that subcutting into these soils may also be needed. However, the soil borings suggest the depth of subcuts should not be overly deep such that support of the utilities on a deep pile foundation should be needed. Based on the above, supporting the utilities on existing soils, after subcuts and new bedding placement is the primary recommendation in this report. AET #92-1185 - Page 7 RECOMMENDATIONS Utility Support To prepare utility areas for structural support, we recommend excavation of all organic soils from below the pipes/catch basin. This should result in an excavation depth of about 7' below the surface at Boring #1, and 9' below the surface at Boring #3. In addition to the excavation of organic soils, we recommend any excavations terminating within the soft clay alluvium include a minimum 18" thick subcut and replacement with bedding material. In the event the sands cannot be properly dewatered such that they run or are very unstable, a similar sub cut is also recommended in these areas. All sub cuts below the pipe location should include 1: 1 lateral oversizing. If the sands are sufficiently dewatered such that they remain stable during construction, they can remain for support of the pipe without the need for special granular bedding. We judge that the coarse alluvium at Boring #2 does satisfy Mn/DOT Specification 3149.2F for "granular bedding. " Following the subcuts, or in the case where competent clay is exposed at invert elevation, we recommend the following soil types be used for bedding/refilling: II In the case of competent clay trench bottoms, several inches of granular bedding should be provided for uniform pipe support. Per Mn/DOT Specification 3149 .2F, granular bedding material should have no more than 10 % passing the #200 sieve, and no particles larger than 1". . In the case of a special bedding needed to reattain grade after subcuts or for stability reasons, it may be possible to simply use a thicker "granular bedding," although in this case we would suggest the use of mostly coarse sand material. However, in more j ~ AET #92-1185 - Page 8 extreme stability cases, it is preferable that rock bedding be used, such as the coarse filter aggregate material designated by Mn/DOT Specification 3149.2H. When using a coarser material such as this, which includes larger void space, we feel it is important to envelope the layer within a geotextile fabric to act as a separator which prevents the intrusion of fines into the rock void space. Thinner granular bedding should be tamped into place. In those areas where fill thicknesses become on the order of l' or more due to deeper subcuts, the soils should be compacted to a minimum of 95% of the standard Proctor density (ASTM:D698). In the case where granular bedding is not compactable due to poor stability, rock bedding should be used (which usually not compacted and tested). Trench Safety We recommend the trench excavation sideslopes meet the requirements established in the OSHA rules and regulations. Utility Backfilling We assume the design will include reattaining the same existing elevation and constructing a new sidewalk. Although the sidewalk will not require a high level of compaction similar to a pavement, we do recommend the soils be placed and compacted in lifts to a minimum of 95 % of the standard Proctor density. If portions of the backfill lie outside of the sidewalk area, a reduced level of 90% below lawn areas should be sufficient. The upper soils available for reuse as fill may be somewhat difficult to compact to the above levels. We do recommend avoiding the more highly organic soils for backfill, unless they are used outside of the sidewalk area, where settlements are not as critical. In order to attain the above compaction levels, it could be necessary to use different soils from those available from the trenching operation. Because of the cost involved, you may wish to consider using the on- AET #92-1185 - Page 9 site soils and not meeting the recommending compaction levels, and accepting that settlements may occur. With this, we still recommend placing and compacting on-site soils in reasonable lift thicknesses; and salvaging some of the better materials for use within the upper portion of the sub grade directly below sidewalk areas. Potential Construction Difficulties . Ground Water - We have previously explained that the ground water will greatly influence the construction activities. We recommend you plan for dewatering of the excavations and the possibility of providing fabric-wrapped rock layers to improve stability. . Cobbles/Boulders - The soils at this site can potentially contain cobbles and boulders, which would be more likely in glacial till deposits. Also, the fill soils could contain debris. Such oversized particles could potentially affect construction, particularly installation of dewatering systems. CONSTRUCTION OBSERVATION AND TESTING The recommendations in this report are based on the subsurface conditions found at our test boring locations. Since the soil conditions can be expected to vary away from the soil boring locations, we recommend on-site observation by a geotechnical engineer/technician during construction to evaluate these potential changes. Soil density testing should also be performed on new fill placed in order to document that project recommendations or specifications for compaction have been satisfied. AET #92-1185 - Page 10 EXPLORA TION PROCEDURES Boring Location/Elevation Data Our subsurface exploration program included drilling three standard penetration test borings. These borings were drilled at the site on June 4, 1992. The locations of the test borings are shown on the sketch included in the Appendix. No surface elevations were obtained at the boring locations; although available plans allowed us to estimate surface elevations, which appear on the boring logs. Field Sampling/Testing Methods The field sampling methods for the borings are described on the included data sheet under the subheading IIStandard Penetration/ Split-Spoon Sampling Method. II Classification Methods Soil identifications and descriptions shown on the boring logs are judgments based on the ASTM:D2488 (Visual-Manual Procedure). Charts taken from ASTM:D2488-84 are shown on the appended sheet entitled IIIdentification of Soils." The logs also indicate the apparent geologic depositional origin, which is interpretive. Sample Storage We will retain representative samples of the soils recovered from the borings for a period of 30 days. The samples will then be discarded unless you notify us otherwise. EXPLORA TION PROGRAM LTI\1IT A TIONS The data derived through this sampling and observation program have been used to develop our opinions about the subsurface conditions at your site. However, because no exploration program can reveal totally what is in the subsurface, conditions between borings and between samples and at other times, may differ from conditions described in this report. The exploration we conducted identified subsurface conditions only at those points where we took AET #92-1185 - Page 11 .. , i samples or observed ground water conditions. Depending on the sampling methods and sampling frequency, every soil layer may not be observed, and some materials or layers which are present in the ground may not be noted on the boring logs. Unless actually observed in a sample, contacts between soil layers are estimated based on the spacing of samples and the action of drilling tools. Thus, most contacts shown on the logs are approximate, with a possible upper and lower limits of contacts defined by the overlying and underlying samples. Cobbles, boulders, and other large objects generally cannot be recovered from test borings, and they may be present in the ground even if they are not noted on the boring logs. If conditions encountered during construction differ from those indicated by our borings, it may be necessary to alter our conclusions and recommendations, or to modify construction procedures, and the cost of construction may be affected. The extent and detail of information about the subsurface condition is directly related to the scope of the exploration. It should be understood, therefore, that information can be obtained by means of additional exploration. STANDARD OF CARE Our services for your project have been conducted to those standards considered normal for services of this type at this time and location. Other than this, no warranty, either express or implied, is intended. CLOSURE Report Prepared by: Report Reviewed by: K:v{ ~ Jeffery . Voyen, PE Manager, Geotechnical Engineering MN Reg. No. 15928 ~vt:~ Donovan K. Stormoe, PE Principal -.-............-- -...---..---- r I I I I I I I f- i "'" I::) ~ ~ ~ \ - c\ \oJ 0 t . r 884.3 ~ I::) I::) I::) ~ "- ~ 1 . I \' a <\ " .9 ,', , , " \ ' , \, \ \ \ \, ' \ ' ,\ " ,\ , NORTH -+t l( 38.5 x PARKWAY I ""ao~": ril PROJECT Sanitary Sewer Im rovements SUBJECT Borin Locations AfT JOB NO. A~[ERlCA~ E~GI~EERI~G TESTI~G, I~C. DATE DRAWN BY CHECKED BY PAGE - SCALE n a ! i I I i I I I I ril AMERICAN ENGINEERING TESTING, INC. SUBSURFACE BORING LOG AET JOB NO: 92-1185 LOG OF BORING NO. 1 (p. 1 of 1) PROJEcr: SANITARY SEWER IMPROVEMENTS, BOONE A VENUE; NEW HOPE, MN , DEPTH SURFACE ELEVATION: 890:!: GEOLOGY SAMPLE REC. FIELD & LABORATORY TESTS IN N MC FEET MATERIAL DESCRIPTION TYPE IN. WC DEN LL PL %..21); ~ 1 - Fill, mixture of sandy lean clay and silty sand, 9 M SS 20 , brown and black , 2 ; FILL 7 M SS 14 3 - 4 - Fill, mixture of lean clay and silty sand, black and dark gray 5 - 4 M I SS 16 : 6 - Organic clay, black, very soft (OR) i TOPSOIL OR FINE* 7 ~ MIXED 2 M I SS 16 8 - Sandy lean clay, black, very soft (CL) ~ ALLUVIUM 9 ~ 10 - ~ 6 M SS 18 ~ 11 - ~: 12 - Clayey sand with a little gravel, gray, soft Ra: TILL (SC) ~ 6 M SS 18 13 - 14 ~ 0 15 - Clayey sand with a little gravel, grayish @ 9 MIss 18 brown, firm (SC) ~: 16 END OF BORING I *ALLUVIUM I I ! I i DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO DATE TIME SAMPLED CASING CAVE-IN DRILLING WATER THE ATTACHED 0-14.5' 3.25" HSA DEPTH DEPTH DEPTH FLUID LEVEL LEVEL 6/4/92 12:00 16.0 14.5 14.5 NONE SHEETS FOR A." 6/4/92 12:10 16.0 0 6.2 NONE EXPLANATIO,S OF BORING 6/4/92 TERMINOLOGY 0\ COMPLETED: CC: GN CA: SS Rig: 15 THIS LOG ..- ril AMERICAN ENGINEERING TESTING, INC. SUBSURFACE BORING LOG AET JOB NO: 92-1185 LOG OF BORING NO. 2 (P. 1 of 1) PROJEcr: SANITARY SEWER IMPROVEMENTS, BOONE A VENUE; NEW HOPE, MN DEPTH SURFACE ELEVATION: 889:!: GEOLOGY SAMPLE REC. FIELD & LABORATORY TEST~' IN N MC FEET MATERIAL DESCRIPTION TYPE IN. wc DEN LL PL %-200 ~ TOPSOIL 5 M I SS 16 I 1 - Lean clay, black, soft (CL) (may be fill) ~ OR FILL I 2 >> Sandy lean clay with a little gravel, brown ~ 9 M SS 16 3 - mottled, firm (CL) (may be fill) 4 TILL OR Sandy lean clay with a little gravel, gray, firm ~ FILL Y I (CL) (may be fill) - - 5 10 M SS 14 . . 6 - . . 7 - 8 - 3 W SS 14 . . I . . . . 9 - . . I Sand with silt and a little gravel, medium to . . fine grained, brown, medium dense to very COARSE 10 - loose (SP-SM) ALLUVIUM 5 W SS 3 11 - . . I . . 12 - . . i .' 3 W SS 14 I 13 - 1 14 : . . . .. 15 - Sand with silt and a little gravel, medium to '. S W SS 10 fme grained, gray, loose (SP-SM) : : 16 : END OF BORING DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO DATE TIME SAMPLED CASING CAVE-IN DRILLING WATER THE ATTACHED 0-14.5' 3.25" HSA DEPTH DEPTH DEPTH FLUID LEVEL LEVEL 6/3/92 12:30 8.5 7.0 7.0 6.6 SHEETS FOR AN 6/3/92 1:10 16.0 0 5.1 4.5 EXPLANATION OF BORING 6/4/92 TERMINOLOGY 0:-; I COMPLETED: I CC: GN CA: SS Rig: 15 THIS LOG II 10(\ ~ AMERICAN :1 ENGINEERING SUBSURFACE BORING LOG r TESTING, INC. I AET JOB NO: 92-1185 LOG OF BORING NO. 3 (p. 1 of 2) PROJEcr: SANITARY SEWER IMPROVEMENTS, BOONE A VENUE; NEW HOPE, MN DEPTH SURFACE ELEVATION: 887+ GEOLOGY SAMPLE REC. FIELD & LABORATORY ~-' IN N MC FEET MATERIAL DESCRIPTION TYPE IN. WC DEN LL PL ..21 10 M SS 14 2 Fill, mixture of silty sand and clayey sand with a little gravel, brown, black and gray 5 M SS 5 3 4 FILL 5 Fill, mixture of organic clay and silty sand, 3 M SS 16 dark gray and brown 6 7 Y - Organic silty sand, black, very loose (SM) SWAMP 4 M SS 16 8 '. DEPOSIT 9 10 FINE 4 M SS 16 Lean clay, gray, very soft (CL) ALLUVIUM 11 12 4 M SS 16 13 14 15 5 M SS 18 16 Clayey sand with a little gravel, gray, very soft to firm (SC) 17 18 19 20 9 M SS 18 21 DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER Tv DATE TIME SAMPLED CASING CAVE-IN DRILLING WATER THE ATTACHED 0-24.5' 3.2511 HSA DEPTH DEPTH DEPTH FLUID LEVE LEVEL 6/4/92 1:40 8.5 7.0 7.0 6.9 SHEETS FOR AJ 6/4/92 2:15 26.0 24.5 26.0 NONE EXPLANATION OF BORING 6/4/92 6/4/92 2:30 26.0 24.5 8.7 NONE TERMINOLOGY COMPLETED: CC: GN CA: SS Ri : 15 THIS LOG A In.n. ril AMERICAN ENGINEERING TESTING, INC. SUBSURFACE BORING LOG AET JOB NO: 92-1185 LOG OF BORING NO. 3 (P. 2 of 2) ! , SANITARY SEWER IMPROVEMENTS, BOONE A VENUE; NEW HOPE, MN , PROJEcr: I DEPTH GEOLOGY SAMPLE REC. FIELD & LABORATORY TEST~ IN N MC TYPE IN. $-200 I FEET MATERIAL DESCRIPTION WC DEN LL PL 21 I 23- ~ I 24 - ~ Clayey sand with a little gravel, gray, very soft to firm (SC) ~ TILL 25- ~ 16 M SS 10 26 '0 END OF BORING I r I I I I I I 4/90 FIELD SAMPLING AND TESTING lVlETHODS Standard Penetration/Split-Spoon Sampling (ASTM:D 1586). A steel split-barrel sampling tube is driven into the soil with a 140-pound hammer dropped from a height of30" (the hammer is dropped onto a drill rod attached to the sampler). The number of hammer blows required to drive the sampler tube 12" into the ground (after an initial set of 6") is recorded as the standard penetration resistance (N-value) of the soil for the sampling interval. Penetration of less than 18" is permitted under ASTM:DI586. When driving is complete, the sampler is retracted and opened, and soil samples are taken from the tube. The bore hole is advanced between sampling intervals with an auger, casing, or rotary drill bit with drilling fluid. In frozen ground, split barrel samples are not normally taken. Rather, soil samples from the frozen zone are taken from the flights of the auger. Thin-Walled Tube Sampling (ASTM:D1587). Thin-walled tubes are fitted with a ball check valve at the top, are (slowly and steadily) pushed into the soil, then retracted. Rock Coring (ASTM:D2113). A diamond or carbide bit on a core barrel is rotated into rock to the desired depth, then retracted. Rock sa.rnples are taken from the inner tube. Auger Borings. Two procedures are available in machine drilling auger borings: "spinning" and "pulling. " . Spinninlr - The auger is drilled into the ground in increments of 5' or less. The auger is then spun rapidly. Soil "rides up" the flights of the auger to the ground surface, where samples are taken. In general, this method results in approximate identification of the soil profile above the ground water table, but it can be very misleading below the water table, particularly in sandy and gravelly soils. . Pulling - The auger is screwed into the ground with minimum "riding up" of soil, rotation is stopped and then the auger withdrawn to the ground surface. The general soil profile can be observed, and samples of materials held on the auger are taken. In general, this method causes less soil mixing and is considered more accurate than the spinning method. f ~ I I B,H,N: BX: Bulk: AC: CA: CAS: CC: CONS: COT: D: DC: DEN: DM: Ep: F: FA: HA: HSA: HYD: JW: LL: M: MC: MR: N (BPF): PERM: PL: qp: qe: qu: -Q: R: BORING LOGS ABBREVIA nONS. NOT A nONS AND SYMBOLS (page 1 of 2) Size of flush-joint casing BX double tube core barrel Disturbed sample obtained from auger, drill cuttings, or excavating machine At completion of boring Crew assistant Pipe casing, number indicates nominal diameter in inches Crew chief One-dimensional consolidation test Clean-cut tube Sampled soil appears dry Drive casing; number indicates nominal diameter in inches Dry density, pounds per cubic foot Drilling mud or bentonite slurry Pressuremeter modulus in tons per square foot Sampled soil appears frozen Machine flight auger; P - Pulling Procedure; S - Spinning Procedure; number indicates outside diameter in inches Hand auger; number indicates outside diameter Hollow-stem auger; number indicates inside diameter in inches Hydrometer analysis Jetting water Liquid limit Sampled soil appears moist Column used to describe moisture condition of samples and for the ground water level symbol Mud rotary drilling with fluid and roller or drag bit Standard penetration resistance (N-value) in blows per foot (see notes) Coefficient of permeability (K) test; F - Field; L - Laboratory Plastic limit Pocket penetrometer strength, tons per square foot Static cone bearing pressure, tons per square foot Unconfined compressive strength, pounds per square foot NQ or PQ wireline core barrel Electrical resistivity, ohm-ems REC: REV: RQD: SA: Sd: Su: SS: TW: VANE: we: W: WASH: WAT: WH: WR: 94 rnm: -200: V: NOTES: 1. BORING LOGS ABBREVIATIONS. NOT A nONS AND SYMBOLS (page 2 of 2) In split-spoon (see notes) and thin-walled tube sampling, the recovered length (in inches) of sample. In rock coring, the length of core recovered (expressed as percent of the total core run). Zero indicates no sample recovered. Revert drilling fluid Rock Quality Designator in percent (aggregate length of core pieces 4" or more in length as a percent of total core run) Sieve analysis Disturbed shear strength in pounds per square foot Undisturbed shear strength in pounds per square foot Standard split-spoon sampler (steel; lo/a" inside diameter; 2" outside diameter); unless indicated otherwise Thin-walled tube; number indicates inside diameter in inches Vane shear strength; L - Laboratory; F - Field Water content, as percent of dry weight Sampled soil appears wetlwaterbearing Sample of material obtained by screening returning rotary drilling fluid or by taking a split-spoon sample of material which has collected inside the bore hole after "falling" through drilling fluid Water Sampler advanced by static weight of drill rod and 14D-pound hammer Sampler advanced by static weight of drill rod 94 millimeter wireline core barrel Percent of material finer than #200 sieve Water level indicated in boring In highly resistant material: Ii The standard penetration test consists of driving the sampler with a 140-pound hammer and counting the number of blows applied in each of three 6" increments of penetration. If the sampler is driven less than 18", as permitted in ASTM-D 1586, the blows for each complete 6" increment and for each partial increment is recorded on the boring log. For partial increments, the number of blows is shown over a bar (-) or slash (I) and the partial penetration less than 6" is shown to the nearest inch below the bar or slash. . The length of sample recovered, as shown on the "REC" column, may be greater than the distance indicated in the N column. The disparity is because the N-value is recorded below the initial 6" set (unless partial penetration defined in ASTM:D 1586 is encountered) whereas the length of sample recovered is for the entire sampler drive. IOENTIFICATION OF SOILS (VISUAL-MANUAL PROCEDURE) c;n...vE~ .,. ."... > ,"wod ".$'$.. 'q'W)~w.u"",wt.4 r ~ / ,-. .'- <w,u~,.j<d ------..::. ,;"",'M~ Of MH 10"S. hrw. fil'W'1-cL ::of' CH POOtty flcdcd ~ f~.Ml.. Of MH fi,n.clI-Clo.t CH GW -====:=:::::::'lS~ yt'l4---.- W.II~,Iod-S It..., .::::lS~ ..""" ----- W~11t.o-d "u" .'IJ\ wftd. . GP ~ <:tS'f.wnd-'OOrly,..st'd,,,ul ::'IS", wnd - i"OOIiy I'.otod 1'....1 _11" wnd . ; GW-G M--------..:. <15"1. wnd-.... ',V.U1-'.ood "...1_'1" hJI.. ~1~~ 1.u'ld - .,y.U..qUd.-Q 1'....I.fll'\ un 1I11d l.&r.d. Jl. GW-aC ~ <tSl....rw:I-w.U"'9'.uhd'''...I''''.Il\CW'' ~JS'l. \.arrd - W.11~nc.h4 "....I_...1'lI cl...,.hd_rod GP-GM -------.;.. <15"1. \.uw:S - ;tOOtty ,'104", .....I....lh ,,', . ~1S~ t.4nd - 5o'00fty a'K1~ ,t...., w"" ult.N...1'd Gp..GC -------:.. <lS-s.....nd - POOfly 1'-.1..0 .'.... _.IP\ ct.., ~ tS~ wnd - Pootly fUcStd ,,,....1 WIU, cl.a'1 .I'd ...n4 IF GM <lS~ w.rw:I -.....SII,.,',..... ~2:.15't.. WM_~..Uy ".nl..11\ wl"M.l GC <. lS"S. ,..r.J- cr.y.y 'I...... -------...~tS'Sa wnd ____ CW".Y' ft..... _ill" wnod (:15'" hl'Wl = h"",'M~ 0' ~H 'U'\4I-CL. Q4' CH SW <15'S. al"..I-W.U1'~rd...net ~~lS"C. quul- "N.U1t#chd \o&n4 .fll'l ;1"'" SP <.':15~ ;141.,.1- ~OO'I,. ,,""'.d..1'Id ~:':t~1. 1....1-- ilou'l., 1'....c2I.u wnc.l ,.llh 'iI,,,..1 --<W,"~"''''' /~S'l;,. fin., POQIly tl..o.cd-====-===:hIWI."'l. 01 MH W. U 1-1&<h<l S:~N\JOnd :.- __\0,," hn.'< h,....,.CL. Of CIi '" f":;; \ -=-==:1":,,,'."11. 0' MH P04IIY)lz:dI'CS____ lin.n-Cl.. ~ CH :111\4,."',11.. Qf MH '\::'t5~ It,..,.., r.,.....Ct. 01 CH r SW"'SM <151. ;,nd-_W..11rMJt<I..1'\d _II" 1.1, -------...:..>15~ 11...1-- w.n..q'IId.... I..UwJ ""1" ull.,\4 '11"...1 D SW.SC <1S"".#....I_"N.U...,..dnlWN:1..III'1CI.., ~"""~"s. ~u...I-- WdI1,.IJ~ ",,1'\fJ _n" cI.., aNS "..... S P.SM-.:::::::::::::t. ;: IS"(. 11 ".I--c- POOrly 9r.hod uf'ld .....IU'..1t ....~'S"f. .u901-- Pc>ollY' ;tMJ.-d wnd _llhull.n.cs 9,...1 r SP-SC -------..:. <'S'$.II...~_POOII"'4f<lldf'd""'IWJ_tU'cI.., '::lS~ .",,1- Poorly ,..-JftJ...t'd _H" cl.., at\4 .......1 SM , SC -----------.:.. <lS~ ;"..1- :;llly wnd :::'IS'ft 1..".I-:,II'1"'r.d ....'ln9'...1 ------------.:. <1!:t'J. 1'...1_ CI..,.y ,,-nd ::'151. i'....I- eh.,.., urwJ _IIh 9,...1 <' <:30"" plul No. 100 _____ c <15% plul No. 200 . Lun cl~y ----- 15.25% plul No. 200 ----:. ~ I~nd ~% '1....1 - Lun cl:..,. wilh ~nd C L % "lnd <% Qr~..1 - Lun cl~y wilh g,...1 -c:::::: % s..arKl ;:::':(, of gravel ------:. <15% 1"..1 ~ndy I.m clay 2;30% plul No. 200 ;:;;1 5 'X. gr...1 .. ~ndy lun cl.y with q"..1 % \.lnd <% ;"..1 -------= <15% \.and ~ Gr...lly l..n clay >15% \.al'<.l ... Gr...lly I..n cl.ywilh....nd <~% plul No. 200 ---: <15% plus ,'/0. 200 ~ Silt < 15.25% plul No. 200 _____ ,- ".'(, land 2:% gr...1 ..... Silt wilh \.and ~1 L ---- % I~nd <% g....1 - Slit wish gr...1 % und 2::% of QI1vel -------: <lS~ Qr..,1 , ~ndy silt 2:300,(, plul No. 200 ~ 2:,15% Qr...1 · ::;"ndy lilt.with gr..el ----- 'X. \.and <% Q,..el ___ '<15%...t>d . G,...lly lilt ----- ~15% ~nd .. Gr:...lly lill with und , ;::.t cl~y .. F n clay wilh und . F., clay with ,/r...1 ~ 5..lndy In clay S.ndy f~1 clay wllh Q....I .. Gr...lly ral cl~y ... Gr..elly In cl.y with \.lnd <<:30% plul No. 200 ~ <15% plul No. 200 15.25% plul No. 100 ---:. % I~nd';::% ~r...1 C H . % \.lnd <% Qr...1 ~ % \.lnd ';::% 01 ....e1 -------: <15% Q....I >:30% plul No. 200 ';::15% '1,...1 - % \.and <% gr,.ol ----:<15% und ;:;;15% s.;ond , EI~ltic lilt .. EI~ltic; Iii I with und EI~Htic silt with Qt....el . 5..lndy e1",tic lilt ~ 5..lndy .I.,lic \III ...,i,h Qr..el . Cr...lly .1',I;C lilt .. Gr..nlly .1.,lic lilt wilh \.and <:30% plul No. 200 ------:. <15% plul No. 200 < 15.25% ph.ll No. 200 ------:. % und ~" gr...1 M H % ...nd <% grH.1 % s.;ond ~% of g,...1 ----:. <15% gr...1 >30% plul .'10.200 ----- ;:;;15');, gra.el - ------ % \.lnd <% ,r,.o' --------:. <15% \.lnd ;:::'15% ...nd Qr~..nll: 10011 .. Oro;.nic: \.OIl wiln "",nd \!l.. Qr9ln;c 10.1 .....ilh 1(....1 ~ S.ndy O/o,nlC s.oil b. s-'ndy otQ.ln,c ~tl with ~tJ1'tI c... Gt ..tUy orQ..nic: )0011 1m Coy_lIy ot;..anic: s.oil wit!'\ I-And OL/OH< <JO"l,plvINo.200 --- . <15';(,plul,"Io.200 ---- 15.25% ph" No. 200 _____ 'f, ...nd >% '1,...1 ~jO% plvl No. 200 _____ ~ iooIr.d <~ qra'II' ------.:.. % ..nd ;::." 1"" I ~ s..anod <~ ;(3...1 --------:. <15';(, l"'.' 2:,' 5~ .....1 -------:.. < IS'!. ...r.d 2:,15'!. ",r>d NlJfC-f':fCt'nu:n ,ue b.:u.c:d ot\ C1tim.uin, JmQunu or r.n~ ~nj. ~nd ,V:J'f'C'f to the nC'~(CTt , t'~. r :f" ; Grain Size Term ASTM AASHTO Boulders Cobbles Gravel Sand Fines (silt & clay) Over 12" 3" to 12" #4 sieve to 3" #200 to #4 sieve Pass #200 sieve Over 3" #10 sieve to 3" #200 to '*' 1 0 sieve Pass #200 sieve LayerilU! Notes Laminations - Differing material or color layers less than 1/2" thick Stratifications - Differing material or color layers greater than 1/2" thick Lenses - Small pockets/inclusions of differing material Term Consistency of Clays and Silts N -Value. BPF Very Soft Soft Firm Hard Very Hard 0-4 5-8 9-15 16-30 Greater than 30 Fiber Content of Peat (ASTM D4427) Term Fiber Content (Visual Estimate) in, Fibric Hemic Sapric Greater than 67 % 33-67 % Less than 33 % Gravel Percenl:a2:es Term Percent A Little Gravel With Gravel Gravelly 3%-15% 15%-30% 30%-50% Color Notes Mottled - Presence of spots or streaks of one or more colors in a soil mass of another predominant color. Marbled - Presence of two or more distinct colors in approximately equal amounts, but not blended. Relative Density of Coarse Grained Soils Term N-Value. BPF Very Loose Loose Medium Dense Dense Very Dense 0-4 5-10 11-30 31-50 Greater than 50 Organic Description (ASTM D2488) Non-peat soils are described as organic, if soil is judged to have sufficient organic content to influence the soil properties. ......... ....,..... ....,.. .......'....... .. . ..... ..., ...... ..... ,. -.....,... . . . . . . . . . . , . , - . ... ................. ................,...... ........ ............ . . . . . . . . . . . . . . . . . . . . . . ..........H. ........ ........,..H._....... ......'........-........ ... ..H......... ................,..........._.............,.._......'..,...............,...,..........'.......'.................._.,........,....,...,.'.-.....,............_..'......'..c................."........'....'.............'.....:...:.....................:-.,.."......................... :i:~QA.J,'(."Ea~GINEERING\l'ESj:'lliG~ING'~:: .. . , nul . n .. ............ ... . .......,...." .. . ............... 'C GEOLOGIC TERMINOLOGY f' , The geologic description indicates the apparent depositional origin or stratigraphic name. Geologic identification is interpretive. Judgment is sometimes limited due to small or disturbed samples. General categories of geologic deposits, and descriptive information is as follows: ALLUVIUM COARSE: Sandy (and gravelly). Stratified. Deposited from fast moving waters in streams and rivers. (Includes glacial outwash.) FINE: Clayey and/or silty. Stratified. Deposited from slow moving waters in streams, rivers, lakes and ponds. lVllXED: Combination of Fine and Coarse Alluvium. BEDROCK: Wide range of characteristics: from hard, dense, consolidated rock; to soft, compressible, and unconsolidated soil-like material. FILL CONTROLLED: Compact, uniform material; inorganic; no debris. UNCONTROLLED: Loose or variable density. Mixture of soil types. Often contains debris and organic material. TILL: Normally contains a wide range of grain sizes, from boulders through clay. Usually non-stratified. Deposited directly from glaciers. WESS: Silty. Non-stratified. Upper layer. Deposited from wind. SLOPEW ASH: Organic and/or inorganic material washed from slopes and redeposited. SW Ai"IP DEPOSITS: Peat, muck and marl, and organic soil. Formed through accumulation of organic material under water. TOPSOIL: Contains both inorganic and organic material. Upper, black layer of soil. Formed by weathering of inorganic soil and accumulation of organic material. TUMBLEROCK OR COLLUVIUM: Dominantly gravel, boulders and rock slabs. Deposited from gravity flow down hills or cliffs. WEATHERED BEDROCK: Bedrock which has been substantially weathered through disintegration or decomposition. Texture and composition grades into bedrock. WEATHERED SOIL: Texture, composition, a..l1d position is intermediate between topsoil and non-weathered soil. BORING LOGS: GROUND WATER INFORt"\1A nON Ground water information is shown under "Water Level Measurements" at the bottom of the log and in the "MC" (moisture condition) column on the right side. Because the presence of water in the soil and the level of the ground water table can change over time, the information presented is accurate only for the date and time the observations and measurements were made. The following information (in addition to the sampling date and time) appears under "Water Level Measurements:" . The sampled depth, which is the lowest depth of soil sampling at the time of measurement. .. The casing depth, which is the depth to the bottom of the casing or hollow-stem auger at the time of measurement. . The cave-in depth, which is the depth at which the measuring tape stops in the bore hole. . The water level, which is the point in the bore hole at which free-standing water is encountered with the measuring tape. II The drilling fluid level is similar to the water level, except that the liquid in the bore hole is drilling fluid. The water level, drilling fluid level, and cave-in depths are measured with a weighted measuring tape. The "MC" column indicates the moisture condition of soil samples. A "D" in the column means that a soil sample appears dry (absence of moisture, dusty, dry to touch); "M" means moist (damp but no visible water), and "W" means wet (visible free water). An "F" is used if the sample is frozen. The water level symbol ~ in the "Me" column indicates the estimated position of the ground water table in the boring. The absence of the water level symbol on a log does not necessarily mean that ground water was not encountered or that the water table or piezometric surface was not penetrated. Overall, determining the position of the ground water table is an interpretative process that depends on such factors as water level measurements, the presence and type of drilling fluid, the condition of samples, subsurface conditions, site conditions, whether the bore hole is covered. or open, and weather conditions. Because of these factors and those noted. previously, the actual ground water level in the field may vary from that shown on the boring logs. SUPPLEMENTAL CONDITIONS OF THE CONTRACT 3.1. AWARD OF CONTRACT The award of the project shall be made to the lowest responsible bidder based on the lowest base bid amount. The Owner reserves the right to retain all bids for 45 days prior to awarding the Contract. OUT-OF-STATE CONTRACTOR SURETY DEPOSIT When an out-of-state Contractor enters into a contract that exceeds $100,000.00, the Contractor must file Form SD-E, Exemption from Surety Deposits for Out-of- State Contractors, with the Minnesota Department of Revenue. If the Contractor is exempt from the surety deposit requirements, he shall provide the Owner with a copy of the form showing the Revenue Department certification. If the Contractor is not exempt, the Owner will withhold an additional eight (8) percent of each payment made to the Contractor and forward those funds to the Minnesota Department of Revenue. Forms and information can be obtained by calling (612) 296-6181 or (toll free) 1-800-657-3777. CERTIFICATE OF COMPLIANCE WITH MINNESOTA STATUES 290.92 & 290.97 Upon completion of the proj ect and prior to final payment, the Contractor and all subcontractors shall complete Minnesota Department of Revenue Form IC-134, revised September, 1989. This form, Withholding Affidavit for Contractors, must be stamped and dated by the Department of Revenue and forwarded to the Owner. Contractors can obtain copies of this form from the Owner or from the Minnesota Department of Revenue, Mail Station 4450, St. Paul, MN 55416 or by calling (612) 296-6181. CONDITIONS OF THE CONTRACT I N D E X PAGE NO. SECTION 1 - DEFINITIONS 1. SECTION 2 - BIDDING REQUIREMENTS 5. SECTION 3 - AWARD AND EXECUTION OF CONTRACT, PROGRESS AND COMPLETION OF WORK 7. SECTION 4 - CONTRACT DOCUMENTS: INTENT AND REUSE 9. SECTION 5 - AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; REFERENCE POINTS 11. SECTION 6 - INSURANCE AND BONDS, LEGAL RESPONSIBILITY AND SAFETY 13. SECTION 7 - ENGINEER-OWNER-CONTRACTOR RELATIONS, ARBITRATION AND INDEMNIFICATION 18. SECTION 8 - M~TERIALS, EQUIPMENT, INSPECTION AND WORKMANSHIP 25. SECTION 9 - MEASUREMENT, PAYMENT AND PROJECT ACCEPTANCE 34. SECTIon 10 CHANGES IN THE WORK 40. SECTION 11 CHANGES OF CONTRACT PRICE AND CONTRACT TIME 42. SECTION 12 - SUSPENSION OF WORK AND TERMINATION 46. SECTION 13 - MISCELLANEOUS 48. FORM OF AGREEMENT PERFORMANCE BOND LABOR AND PAYMENT BOND 1l\90-356GENRL Copyright 1990 Bonestroo, Rosene, Ander1ik & Associates, Inc. TABLE OF CONTENTS CONDITIONS OF THE CONTRACT SECTION 1 - DEFINITIONS 1.1 ACTS OF GOD 1.2 ADDENDA 1.3 AGREEMENT 1.4 BID SECURITY 1.5 BIDDER 1.6 CONTRACT 1.7 CONTRACT DOCUMENTS 1.8 CONTRACT PRICE 1.9 CONTRACTOR 1.10 CHANGE ORDER 1.11 DAY 1.12 DEFECTIVE 1.13 DRAWINGS 1.14 ENGINEER 1.15 FIELD ORDER 1.16 FINAL COMPLETION 1.17 MODIFICATION 1.18 NOTICE OF AWARD 1.19 NOTICE TO PROCEED 1.20 OWNER 1.21 PERFORMANCE AND PAYMENT BONDS 1.22 PROJECT 1.23 PP.OPOSAL 1.24 RESIDENT PROJECT REPRESENTATIVE 1.25 SHOP DRAWINGS 1.26 SPECIFICATIONS 1.27 SUBCONTRACTOR 1.28 SUBSTANTIAL COMPLETION 1. 29 SURETY 1.30 WRITTEN NOTICE 1. 31 WORK - 1 - 11\90-356GENRL Copyright 1990 Boncstroo, Rosene, Anderlik & Associates, Inc. TABLE OF CONTENTS (CONT'D) SECTION 2 - BIDDING REQUIREMENTS 2.1 PROPOSAL FORMS 2.2 INTERPRETATION OF QUANTITY ESTIMATES 2.3 EXAMINATION OF PLANS, SPECIFICATIONS AND WORK SITE 2.4 ADDENDA 2.5 PREPARATION OF BID 2.6 RESERVATIONS AND/OR EXCEPTIONS 2.7 BID SECURITY 2.8 DELIVERY OF PROPOSAL 2.9 OPENING OF PROPOSALS 2.10 EVALUATION OF PROPOSALS 2.11 CERTIFICATION OF INDEPENDENT PRICE DETERMINATION SECTION 3 - AWARD AND EXECUTION OF CONTRACT, PROGRESS & COMPLETION OF WORK 3.1 AWARD OF CONTRACT 3.2 EXECUTION OF AGREEMENT 3.3 FAILURE TO EXECUTE AGREEMENT 3.4 RETURN OF BID SECURITY 3.5 NOTICE TO PROCEED 3.6 CONTRACT TIME 3.7 SCHEDULE OF COMPLETION 3.8 COMPUTATION OF TIME 3.9 LIQUIDATED DAMAGES SECTION 4 - CONTRACT DOCUMENTS: INTENT AND REUSE 4.1 INTENT OF CONTRACT DOCUMENTS 4.2 ORDER OF PRECEDENCE 4.3 DISCREPANCIES 4.4 ADDITIONAL INSTRUCTIONS 4.5 DRAWINGS AND SPECIFICATIONS AT JOB SITE 4.6 OWNERSHIP OF DRAWINGS AND SPECIFICATIONS AND REUSE 4.7 DIMENSIONS - 2 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. TABLE OF CONTENTS (CONT'D) SECTION 5 - AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; REFERENCE POINTS 5.1 AVAILABILITY OF LANDS 5.2 PRIVATE PROPERTY 5.3 SURVEYS 5.4 UTILITIES 5.5 INVESTIGATIONS 5.6 UNFORESEEN PHYSICAL CONDITIONS SECTION 6 - INSURANCE AND BONDS, LEGAL RESPONSIBILITY AND PUBLIC SAFETY 6.1 INSURANCE 6.2 PERFORMANCE AND OTHER BONDS 6.3 PATENTS, FEES AND ROYALTIES 6.4 PERMITS AND LICENSES 6.5 LAWS, REGULATIONS AND SAFETY 6.6 WARNING SIGNS AND BARRICADES SECTION 7 - ENGINEER-OWNER-CONTRACTOR RELATIONS, ARBITRATION & INDEMNIFICATION 7.1 ENGINEER'S STATUS AND AUTHORITY 7.2 CONTRACTOR'S RESPONSIBILITIES 7.3 OWNER'S RESPONSIBILITIES 7.4 ASSIGNMENT OF CONTRACT 7.5 RIGHTS OF VARIOUS INTERESTS 7.6 SEPARATE CONTRACTS 7.7 SUBCONTRACTS 7.8 ORAL AGREEMENTS 7.9 NON-DISCRIMINATION IN EMPLOYMENT 7.10 DECISIONS ON DISAGREEMENTS 7.11 ARBITRATION 7.12 INDEMNIFICATION - 3 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. TABLE OF CONTENTS (CONT'D) SECTION 8 - MATERIALS, EQUIPMENT, INSPECTION AND YORKMANSHIP 8.1 MATERIALS AND EQUIPMENT FURNISHED BY CONTRACTOR 8.2 EQUIVALENT MATERIALS AND EQUIPMENT 8.3 MATERIALS FURNISHED BY OYNER 8.4 STORAGE OF MATERIALS 8.5 SAMPLES 8.6 FURNISHING OF PRODUCT DATA 8.7 QUALITY OF EQUIPMENT AND MATERIALS 8.8 SHOP DRAYINGS 8.9 ACCESS TO AND OBSERVATION OF YORK 8.10 TESTS AND INSPECTIONS 8.11 UNCOVERING THE YORK 8.12 CUTTING AND PATCHING 8.13 WARRANTY AND GUARANTEE 8.14 CORRECTION PERIOD 8.15 CORRECTION OR REMOVAL OF DEFECTIVE WORK 8.16 ACCEPTANCE OF DEFECTIVE YORK 8.17 OWNER MAY STOP WORK 8.18 OWNER MAY CORRECT DEFECTIVE WORK - 4 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. TABLE OF CONTENTS (CONT'D) SECTION 9 - MEASUREMENT, PAYMENT AND PROJECT ACCEPTANCE 9.1 DETAILED BREAKDOWN OF CONTRACT AMOUNT 9.2 REQUEST FOR PAYMENT 9.3 ENGINEER'S ACTION ON A REQUEST FOR PAYMENT 9.4 OWNER'S ACTION ON AN APPROVED REQUEST FOR PAYMENT 9.5 OWNER'S RIGHT TO WITHHOLD PAYMENT 9.6 CONTRACTOR'S WARRANTY OF TITLE 9.7 SUBSTANTIAL COMPLETION 9.8 PARTIAL UTILIZATION 9.9 FINAL INSPECTION 9.10 FINAL APPLICATION FOR PAYMENT 9.11 FINAL PAYMENT AND ACCEPTANCE 9.12 CONTRACTOR'S CONTINUING OBLIGATION 9.13 WAIVER OF CLAIMS SECTION 10 - CHANGES IN THE WORK 10.1 CHANGE ORDERS 10.2 FIELD ORDERS 10.3 UNAUTHORIZED WORK 10.4 ENGINEER RECOMMENDATIONS 10.5 NOTICE OF CHANGE TO SURETY 10.6 CLAIMS FOR ADDITIONAL COSTS 10.7 WORK DURING AN EMERGENCY SECTION 11 - CHANGE OF CONTRACT PRICE AND CONTRACT TIME 11.1 CONTRACT PRICE 11.2 CHANGE IN CONTRACT PRICE 11.3 BASIS OF CHANGE 11.4 CHANGE OF CONTRACT TIME - 5 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. TABLE OF CONTENTS (CONT'D) SECTION 12 - SUSPENSION OF WORK AND TERMINATION 12.1 OWNER MAY SUSPEND WORK 12.2 OWNER MAY TERMINATE 12.3 CONVENIENCE TERMINATION BY THE OWNER 12.4 CONTRACTOR MAY STOP WORK OR TERMINATE SECTION 13 - MISCELLANEOUS 13.1 LIMITATION OF LIABILITY 13.2 REMEDIES 13.3 PUBLIC CONVENIENCE 13.4 CROSSING UTILITIES, ETC. 13 .5 SANITARY PROVISIONS 13.6 PRESERVATION OF HISTORICAL OBJECTS 13.7 USE OF PREMISES FORM OF AGREEMENT PERFORMANCE BOND LABOR AND MATERIAL PAYMENT BOND - 6 - 11\90-356GENRL Copyright 1990 Eonestroo, Rosene, Anderlik & Associates, Inc. CONDITIONS OF THE CONTRACT SECTION 1 DEFINITIONS 1.1 ACTS OF GOD An Act of God is an unusual, extraordinary and sudden manifestation of the forces of nature, uncontrolled and uninfluenced by the power of man and with- out human intervention, that could not under normal circumstances have been anticipated or expected. Ordinary weather conditions of normal intensity for the locality shall not be considered as an Act of God. 1.2 ADDENDA Written or graphic instruments issued prior to the opening of Bids which clarify, correct or change the bidding documents or the Contract Documents. 1.3 AGREEMENT The Agreement is the written document executed by the Owner and Contractor covering the performance of the Work described in the Contract Documents. 1.4 BID SECURITY The Bid Security, where required by the Advertisement or Information to Bid- ders, is a cashier's or certified check, cash or Bid Bond accompanying tlle Proposal submitted by the bidder, pledging that the bidder will enter into an Agreement with the Owner for the carrying out of the Work, should the contract for the Work be awarded to him. 1.5 BIDDER A Bidder is an individual or other entity submitting a Proposal for the adver- tised Work. 1.6 CONTRACT The Contract Documents form the Contract. The Contract represents the entire and integrated agreement between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written or oral. 1.7 CONTRACT DOCUMENTS The Contract Documents consist of the following, including all Addenda issued prior to the opening of bids, Field Orders, Change Orders or other Modifica- tions issued after execution of the Agreement: - I 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. (a) Drawings (b) Specifications (1) Bid Documents (Advertisement, Addenda, Information to Bidders, Proposal and Bid Security); (2) Special Provisions; (3) General and Specific Requirements; (4) Conditions of the Contract (General and other conditions); (5) Performance Bond and Labor and Material Payment Bond (6) Form of Agreement; (7) Detail Plates and other drawings attached to specifications; 1.8 CONTRACT PRICE The moneys payable by Owner to Contractor under the Contract Documents as stated in the Agreement. 1.9 CONTRACTOR The Contractor is the person or entity or authorized representative thereof named in the Contract Documents. 1.10 CHANGE ORDER A written order to Contractor signed by Owner authorizing an addition, dele- tion or reV1S1on in the Work, or an adjustment in the Contract Price or the Contract Time issued after the effective date of the Agreement. 1.11 DAY A calendar day of twenty-four hours measured from midnight to the next mid- night. 1.12 DEFECTIVE Refers to Work that is unsatisfactory, damaged, faulty or deficient, does not conform to the Contract Documents or does not meet the requirements of any inspection, test or approval referred to in the Contract Documents. 1.13 DRAWINGS The Drawings are all plans, drawings (including reV1S1ons thereto) or repro- ductions thereof issued by the Engineer pertaining to the Work provided for in the Contract Documents. - 2 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 1.14 ENGINEER The Engineer is the person or entity or authorized representative thereof named in the Contract Documents. 1.15 FIELD ORDER A written order issued by Engineer which orders minor changes in the Work in accordance with Paragraph 10.2, but which does not involve a change in the Contract Price or the Contract Time. 1.16 FINAL COMPLETION The Work, including any punch list items, has been completed in all respects in accordance with the Contract Documents. 1.17 MODIFICATION (a) A written amendment of the Contract Documents signed by both parties, (b) a Change Order, or (c) a Field Order. 1.18 NOTICE OF AWARD The written notice by Owner to the apparent successful Bidder stating that upon compliance by the apparent successful Bidder with the conditions preced- ent enumerated therein, within the time specified, Owner will sign and deliver the Agreement. 1.19 NOTICE TO PROCEED A written notice given by Owner to Contractor (with a copy to Engineer) fixing the date on which the Contract Time will commence to run and on which Contrac- tor shall start to perform his obligation under the Contract Documents. 1.20 OWNER The Owner is the person or entity or authorized representative thereof named in the Contract Documents. 1.21 PERFORMANCE AND PAYMENT BONDS The Performance and Payment Bonds are the approved form of security furnished by the Contractor and a Surety prior to the execution of the Agreement as a pledge of good faith on the part of the Contractor and the Surety in the event of the Contractor's default, covering the Contractor's faithful performance under the Contract Documents and the payment of all obligations arising there- under. - 3 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 1.22 PROJECT The total construction of which the Work to be provided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. 1.23 PROPOSAL The Proposal is the offer of a bidder to perform the work described in the Bid Documents when made out and submitted on the prescribed Proposal form, proper- ly signed and secured. 1.24 RESIDENT PROJECT REPRESENTATIVE The authorized representative of the Engineer who is assigned to the site or any part thereof. 1.25 SHOP DRAWINGS All drawings, diagrams, illustrations, schedules and other data which are specifically prepared by Contractor, a Subcontrac~vr, manufacturer, fabrica- tor, supplier or distributor to illustrate some portion of the Work and all illustrations, brochures, standard schedules, performance charts, instruc- tions, diagrams and other information prepared by a manufacturer, fabricator, supplier or distributor and submitted by Contractor to illustrate material or equipment for some portion of the Work. 1.26 SPECIFICATIONS That portion of the Contract Document generally bound in booklet form and con- sisting of the documents identified in Paragraph 1.7 (b) of the Conditions of the Contract. 1.27 SUBCONTRACTOR The Subcontractor is the person or other entity having a direct contract the Contractor and acts for or on behalf of the Contractor in executing part of the Contract, but does not include any separate Contractor or his contractor or any material suppliers. with any sub- 1.28 SUBSTANTIAL COMPLETION The Work (or a specified part thereof) has progressed to the point where, in the opinion of Engineer as evidenced by his certificate of Substantial Comple- tion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or specified part) can be utilized for the purposes for which it was intended; or if there be no such certificate issued, when final payment is due in accordance with Paragraph 9.10 and 9.11. The terms "sub- stantially complete" and "substantially completed" as applied to any Work refer to Substantial Completion thereof. - 4 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 1.29 SURETY A Surety is the person or other entity executing the Contractor's Bid, Per- formance and Payment Bonds. 1.30 WRITTEN NOTICE Written Notice shall be deemed to have been served if delivered in person or sent by registered or certified mail to the individual or other entity or to the last known business address of such individual or entity. It shall be the duty of each party to advise the other parties to the Agreement as to any change in the business address until completion and acceptance of the Work. 1.31 WORK The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work is the result of performing services, furnishing labor and furnishing and incorporat- ing materials and equipment into the construction, all as required by the Con- tract Documents. SECTION 2 BIDDING REQUIREMENTS 2.1 PROPOSAL FORMS The Owner will furnish Proposal Forms to any qualified Bidder upon request. 2.2 INTERPRETATION OF QUANTITY ESTIMATES The schedule quantities as listed in the Proposal are to be considered approx- imate only and may be increased, decreased or omitted as necessary to complete the Work as described in the Contract Documents. 2.3 EXAMINATION OF PLANS, SPECIFICATIONS AND WORK SITE Each Bidder is required to examine carefully the site of the Work, the Pro- posal Forms, Specifications and Plans. Submission of a Proposal constitutes a representation by the Bidder that he has made such examination, has familiar- ized himself with the conditions to be encountered, the character, quality and quantity of work to be performed and material to be furnished and has corre- lated his observations with the requirements of these Contract Documents. 2.4 ADDENDA Any Addenda issued prior to the time of receipt of Proposals shall be included in the Proposal and shall be made part of the Contract Documents. Receipt of each Addendum shall be acknowledged by the Bidder in his Proposal. - 5 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 2.5 PREPARATION OF BID The bidder shall submit his Proposal on the Proposal Form provided by the Owner. All blank spaces in the Proposal must be filled in clearly and cor- rectly in ink or typewritten. Any interlineation, alteration or erasure must be initialed by the signer of the Proposal. The Proposal shall be signed in ink by the individual or authorized representative making the Proposal. 2.6 RESERVATIONS AND/OR EXCEPTIONS Reservations or exceptions shall be clearly stated in writing and attached to the Proposal. They will be deemed to be a part of and incorporated into the Proposal. Bidders are advised that if such reservations or exceptions con- stitute a substantial deviation from the advertised terms and conditions, their Proposals may be rendered nonresponsive. The Bidder shall make no addi- tional stipulations on the Proposal nor qualify it in any other manner. 2.7 BID SECURITY If so stipulated in the Advertisement for Bids, or Information to Bidders, each Proposal shall be accompanied by a Bid Security in the required form and amount pledging that the Bidder will enter into a Contract with the Owner on the terms stated in his Proposal and will, if required, furnish bonds as de- scribed hereunder in Section 6 covering the faithful performance of the Con- tract and the payment of all obligations arising thereunder. Should the Bid- der refuse to enter into such Contract or fail to furnish such bonds, if re- quired, the amount of the Bid Security shall be forfeited to the Owner as liquidated damages, not as a penalty. The Owner will have the right to retain the Bid Security of Bidders until either (a) the Agreement has been executed and bonds, if required, have been furnished by the Contractor to whom an award has been made or (b) the specified time has elapsed so that unaccepted Pro- posals may be withdrawn, or (c) all Proposals have been rejected. 2.8 DELIVERY OF PROPOSAL Each Proposal shall be placed in an opaque envelope and securely sealed. The envelope shall be so marked as to indicate the name and address of the Bidder, the type of work and the Project Designation. If mailed, the sealed envelope shall be enclosed in a separate mailing envelope with the notation "PROPOSAL ENCLOSED" on the face thereof. All Proposals shall be in the office of the designated recipient before the time set for bid opening. 2.9 OPENING OF PROPOSALS Proposals will be opened publicly and read aloud at the time, date and place designated in the Advertisement. 2.10 EVALUATION OF PROPOSALS The Owner reserves the right to reject any Proposal if it shows any omissions, alterations, irregularities, is submitted subsequent to the time established - 6 11\90-356GENRL Copyright 1990 Bop.estroo, Rosene, AnderliK & Associates, Inc. in the Advertisement for Bids for receipt of bids, or is unaccompanied by any required Bid Security. The Bidder further acknowledges the right of the Owner to reject all Proposals and readvertise with the same or different Bid Docu- ments. In any event, the Owner reserves the right to waive any informalities, irregularities or minor deviations in the Proposal. On unit price Proposals, comparison of Proposals will be made on the basis of the stated unit prices and unit prices will control in the event of a discrepancy between the unit price and the extension or summation thereof. On fixed or lump sum price Pro- posals, comparison of Proposals will be made on the basis of the lowest price that is responsive to the Advertisement. 2.11 CERTIFICATION OF INDEPENDENT PRICE DETERMINATION By submission of a Proposal, each Bidder certifies that: (a) The prices in the Proposal have been arrived at independently, with- out consultation, communication or agreement as to any matters relat- ing to such prices with any other bidder or with any competitor for the purpose of restricting competition; (b) The prices in the Proposal have not been or will not be knowingly disclosed to any other bidder or competitor prior to the Owner's opening of the Proposals; (c) No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a Proposal for the purpose of restricting competition. SECTION 3 AWARD AND EXECUTION OF CONTRACT, PROGRESS & COMPLETION OF WORK 3.1 AWARD OF CONTRACT Vhen the lowest responsive Proposal of the lowest responsible bidder is accepted end ~Jithin the time limit established in the Advertisement for Bids, t~e Owner will send him the necessary Contract Documents and a Notice that the contract has been awarded to him, subject to the furnishing of a Performance and Payment Bond, where required. 3.2 EXECUTION OF AGREEMENT The lowest responsible bidder shall, within 15 days after rece~v~ng the Notice of Award and Contract Documents, sign the Agreement contained in the Contract Documents and return the signed Agreement and such Bonds and Insurance forms as the successful Bidder may be required to furnish to the Owner. 3.3 FAILURE TO EXECUTE AGREEMENT Upon the failure of the lowest responsible bidder to furnish an acceptable Bond, where required, or to execute the Agreement within the time above spec i- - 7 11\90-356GENRL Co~yright 1990 Bonestroo, Rosene, Anderlik & ~ssociates, Inc. fied, the Owner may have the option to annul the award and retain the Bid Se- curity accompanying the Bid as liquidated damages and not as a penalty. This shall not be the sole remedy of the Owner but upon default by the Bidder the Owner may adopt any legal remedy which it may see fit to adopt. 3.4 RETURN OF BID SECURITY All Bid Securities, except that of the lowest responsible bidder, will be re- turned within 45 days after the date of the opening of Proposals unless stated otherwise in the Special Provisions. The Bid Security of the lowest respon- sible bidder will be returned upon receipt of the properly executed Agreement and Bond. 3.5 NOTICE TO PROCEED The date of commencement of the Work is the date set forth in the Notice to Proceed. Thereupon, the Contractor shall begin and shall prosecute the Work regularly and without interruption, unless otherwise directed in writing by the Owner, with such manpower and equipment as is necessary to complete the Work within the time stated in the Contract Documents. 3.6 CONTRACT TIME The Contractor shall complete, in an acceptable manner, all of the Work con- tracted for in the time stated in the Contract Documents, subject only to extension for unforeseeable delays above and beyond the control of the Con- tractor and his Subcontractors and without their fault or negligence. Written notice of the Contractor's claim for such extension shall be given within ten (10) days of the occurrence of the event giving rise to the claim; otherwise the claim shall be waived. 3.7 SCHEDULE OF COMPLETION The Contractor shall submit, at such time as may reasonably be requested by the Engineer, schedules which shall show the order in which the Contractor proposes to carryon the Work, with dates at which the Contractor will start the several parts of the Work and estimated dates of completion of the several parts. 3.8 COMPUTATION OF TIME When any period of time is referred to in the Contract Documents by days, it shall be computed to exclude the first and include the last day of such per- iod. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation. - 8 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 3.9 LIQUIDATED DAMAGES 3.9.1 Time is the essence of the contract. The Contractor thereby agrees that the Owner will be entitled to liquidated damages for failure on the part of the Contractor to complete the Work within the time limits provided for in the Contract Documents. 3.9.2 Should the Contractor fail to complete the project on or before the specified date, liquidated damages in the amount specified in the Special Pro- visions shall be deducted from any monies due or coming due to the Contractor or shall be paid to the Owner not as a penalty but as liquidated damages for each and every calendar day that the contract shall remain uncompleted after the specified date for Completion. Liquidated damages are specified herein because of the extreme difficulty of ascertaining and establishing the actual damages which the Owner would sustain. SECTION 4 CONTRACT DOCUMENTS: INTENT AND REUSE 4.1 INTENT OF CONTRACT DOCUMENTS 4.1.1 The Contract Documents comprise the entire Agreement between Owner and Contractor concerning the Work. They may be altered only by a written Change Order. 4.1.2 The Contract Documents are complementary; what is called for by one is binding as if called for by all. If, during the performance of the Work, the Contractor finds a conflict, ambiguity or discrepancy in the Contract Docu- ments, he shall report it to engineer in writing at once and before proceeding with the Work affected thereby; however, Contractor shall not be liable to Owner or Engineer for failure to report any conflict, ambiguity or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof or should reasonably have known thereof. 4.1.3 It is the intent of the Specifications and Drawings to describe a com- plete project (or part thereof) to be constructed in accordance with the Con- tract Documents. Any Work that may reasonably be inferred from the Specifica- tions or Drawings as being required to produce the intended result shall be supplied whether or not is is specifically called for. When words which have a well-known technical or trade meaning are used to describe Work, materials or equipment, such words shall be interpreted in accordance with such meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association, or to the code of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual or code in effect at the time of opening of Bids (or, on the effective date of the Agreement if there were no Bids), except as may be otherwise specifically stated. However, no provision of any referenced standard specification, manual or code (whether or not spec- ifically incorporated by reference in the Contract Documents) shall change the - 9 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. duties and responsibilities of Owner, Contractor or Engineer, or any of their agents or employees from those set forth in the Contract Documents. Clarifi- cations and interpretations of the Contract Documents shall be issued by Engi- neer as provided for in Paragraph 4.4. 4.1.4 The Contract Documents shall be governed by the law of the place of the Project. 4.2 ORDER OF PRECEDENCE If there be a conflict between or among any of the terms or prov~s~ons of the Contract Documents, which conflict cannot be reconciled by resorting to the intent of the Contract Documents under Paragraph 4.1, the conflict shall be resolved by applying the following Order of Precedence: (a) Agreement; (b) Conditions of the Contract; (c) Special Provisions; (d) Specific Requirements; (e) General Requirements (f) Drawings. 4.3 DISCREPANCIES Any conflict, ambiguity or discrepancy in the Contract Documents, no matter how seemingly insignificant to the Contractor, shall be brought immediately to the attention of the Engineer for clarification. Any Contractor who fails to bring any conflict, ambiguity or discrepancy to the attention of the Engineer of which it was or should have been aware, shall assume the risk of loss aris- ing out of any such conflict, ambiguity, or discrepancy. 4.4 ADDITIONAL INSTRUCTIONS Further or additional instructions may be issued by the Engineer during the progress of the Work by the use of Drawings or other means to clarify the intent of the Contract Documents or to explain or illustrate Changes in the Work or Field Orders. 4.5 DRAWINGS AND SPECIFICATIONS AT JOB SITE Contractor shall keep one record copy of all Specifications, Drawings, Addenda, Modifications, Shop Drawings and samples at the site, in good order and annotated to show all changes made during the construction process. These - 10 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. shall be available to Engineer for examination and shall be delivered to Engi- neer for Owner upon completion of the Work. 4.6 OWNERSHIP OF DRAWINGS AND SPECIFICATION AND REUSE All original Drawings and Specifications and other data furnished by the Engi- neer are and shall remain his property. Copies thereof will be furnished to Owner and are to be used only with respect to this Project and are not to be used on any other project or extensions of this Project without the prior written consent of Engineer. Submission or distribution to meet official regulatory requirements or for other purposes in connection with the Project are not to be construed as publication in derogation of the Engineer's common law copyright or other reserved rights. 4.7 DIMENSIONS Figured dimensions on the plans will be used in preference to scaling the Drawings. Any conflicts, ambiguity, or discrepancy, shall be immediately brought to the attention of the Engineer before proceeding with the affected Work. Contractor shall assume the risk of loss for failure to bring to the attention of the Engineer such conflict, ambiguity, or discrepancy. SECTION 5 AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; REFERENCE POINTS 5.1 AVAILABILITY OF LANDS 5.1.1 Owner shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights-of-way for access thereto, and such other lands which are designated for the use of Contractor. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by Owner, unless otherwise provided in the Contract Documents. 5.1.2 Contractor shall, at his expense, provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. Contractor shall confine his machinery and equipment, storage of materials and operation of workmen to those areas described in the Contract Documents and such additional areas which he may provide at his expense. 5.2 PRIVATE PROPERTY The Contractor shall not enter upon private property for any purpose without obtaining written permission from the owner thereof, and he shall be respon- sible for the preservation of all property, trees, monuments, etc., along and adjacent to the street and/or right-of-way, and shall use every precaution - 11 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. necessary to prevent damage or injury thereto. He shall protect carefully from disturbance or damage all monuments and property markers until an author- ized agent has witnessed or otherwise referenced their location and shall not remove them until directed. 5.3 SURVEYS Unless otherwise specified, the Owner shall establish all base lines for the location of the principal component parts of the Work together with a suitable number of bench marks adjacent to the Work. Based upon the information pro- vided by the Owner, the Contractor shall develop and make all detail surveys necessary for construction, including batter boards, stakes for pile locations and other working points, lines and elevations. The Contractor shall be re- sponsible for carefully preserving bench marks, reference points and stakes, and, in the case of destruction thereof resulting from his negligence or otherwise, the Contractor shall be charged with the expense and damage result- ing therefrom and shall be responsible for any mistakes that may be caused by the unnecessary loss or disturbance of such bench marks, reference points and stakes. 5.4 UTILITIES The contractor shall be solely responsible for verifying the exact location of all utilities, whether or not shown on the Drawings or referenced in the Spec- ifications. Prior to the start of any construction, the Contractor shall notify all utility companies having utilities in the Project area. The Con- tractor shall have sole responsibility for providing temporary support and for protecting and maintaining all existing utilities in the Project area during the entire period of construction, including but not limited to the period of excavation, backfill and compaction. In carrying out this responsibility, the Contractor shall exercise particular care, whenever gas mains or other utility lines are crossed, to provide compacted backfill or other stable support for such lines to prevent any detrimental displacement, rupture or other failure. 5.5 INVESTIGATIONS Reference is made to the Contract Documents for identification of those re- ports of investigations and tests of subsurface or latent physical conditions at the site or otherwise affecting cost, progress or performance of the Work which have been relied upon by Engineer in preparation of the Drawings and Specifications. Such reports or tests are not guaranteed as to accuracy or completeness and if incorporated into the Contract Documents, they shall be for general information only. Contractor shall be responsible for verifying site and subsurface conditions to his satisfaction prior to submitting a bid on the project. 5.6 UNFORESEEN PHYSICAL CONDITIONS Contractor shall immediately notify Owner and Engineer in writing of any sub- surface or latent physical conditions at the site or in an existing structure differing materially from those indicated or referred to in the Contract Docu- - 12 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. ments. Engineer will promptly review those conditions and advise Owner in writing if further investigation or tests are necessary. Promptly thereafter, Owner shall obtain the necessary additional investigations and tests and fur- nish copies to Engineer and Contractor. If Engineer finds that the results of such investigations or tests indicate that there are subsurface or latent physical conditions which differ materially from those intended in the Con- tract Documents, and which could not reasonably have been anticipated by Con- tractor, a Change Order shall be issued incorporating the necessary revisions. SECTION 6 INSURANCE, AND BONDS, LEGAL RESPONSIBILITY AND PUBLIC SAFETY 6.1 INSURANCE 6.1.1 General: The Contractor shall not commence work under this contract until he has obtained all insurance required under this Section and shall have filed the certificate of insurance or the certified copy of the insurance policy with the Owner and Engineer. The Contractor shall not allow any Sub- contractor to commence work on his subcontract until all insurance required for the Subcontractor has been obtained. Each insurance policy shall contain a clause providing that it shall not be cancelled by the insurance company without thirty (30) days written notice to the O,Yner and Engineer of intent to cancel. Certificates of insurance shall be submitted on Standard Form C.I.C.C.-701 or ACORD 25 forms and shall specifically note the clause providing for 30 day written notice to the Owner and Engineer of intent to cancel. This clause shall read as follows: "Should any of the above described policies be expiration date thereof, the issuing company will notice to the certificate holder named to the left." cancelled before the mail 30 days written 6.1.2 Workman's Compensation & Employer Liability Insurance: The Contractor shall secure and maintain during the life of this Contract, Workman's Compen- sation and Employer's Liability Insurance as required by law for all his employees to be engaged directly or indirectly in the work on the project under this Contract. In case any work is sublet, the Contractor shall require the Subcontractor to similarly provide Workmen's Compensation and Employer's Liability Insurance for all the latter's employees to be engaged directly or indirectly in such work. The Contractor shall also maintain insurance re- quired under any other Employee Benefit Acts in force or required by law at the site of construction. 6.1.3 Contractor Comprehensive General & Automobile Liability: The Contrac- tor shall procure and maintain during the life of this Contract, Contractor's Comprehensive General and Automobile Liability Insurance which shall protect him from claims for damages for personal injury, including accidental death, - 13 - 1l\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. as well as from claims for property damage which may arise from operations under this contract, whether such operations be by himself or by any Sub- contractor or by anyone directly or indirectly employed by either of them. The insurance shall be in amounts listed below and shall provide coverage under the following hazards: 1. Operations of Contractor 2. Operations of Subcontractor (Contingent) 3. Products, including completed operations. This insurance is to be carried for a period of one year after completion or acceptance of the work. 4. Contractural Liability (See Section 6.1.5) 5. Property Damage 6. Broad Form Property Damage 7. All Owned, Non-Owned and Hired Vehicles Minimum Limits - General Liability 1. Bodily injury $500,000.00 each occurrence $500,000.00 completed operations 2. Property damage $100,000.00 each occurrence $200,000.00 aggregate Minimum Limits - Automobile Liability 1. Bodily injury $250,000.00 each person $500,000.00 each occurrence 2. Property damage $100,000.00 each occurrence $200,000.00 aggregate It is required that basic exclusions for damage caused by explosion, collapse and damage to underground facilities, commonly known as X, C, U exclusions, be removed from the policies and so indicated as covered in the declaration and on certificates of insurance. This provision of the Conditions of the Con- tract will be waived on above ground projects where hazards of explosion and/or collapse do not exist. The exclusion of explosion will be allowed on underground projects where blasting is not required. In addition to all of the listed coverages, the Contractor shall procure and maintain an Umbrella Excess Liability Policy in a minimum limit of $1,000,000.00. Any Umbrella Excess Liability policy in excess of $1,000,000 may be utilized to meet the above listed basic coverages. 6.1.4 Builder's Risk Insurance: Before commencement of the Work, the Con- tractor shall provide Builder's Risk Insurance on a multiple peril form in the full amount of the total construction and material contract. Such insurance shall contain an appropriate rider to include as Additional Named Insureds, the Owner, the Engineer and his consultants, and each of their officers, employees and agents, all subcontractors, the equipment contractors and all of their subcontractors on the construction premises. Such insurance may have a - 14 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. deductible clause but the deductible amount shall be borne by the Contractor and shall not exceed $1,000.00. The Builder's Risk Insurance required herein shall apply to projects involving construction of structures and building only. The requirements of this sec- tion shall be waived on projects involving only underground utilities, grad- ing, street improvements and similar construction work, but any damage or loss to property shall be the sole responsibility of the Contractor until final acceptance of the Work. If the Owner finds it necessary to occupy or use a portion or portions of the Work prior to substantial completion thereof, such occupancy shall not com- mence prior to a time mutually agreed to by the Owner and Contractor and to which the insurance company or companies providing the property insurance have consented by endorsement to the policy or policies. This insurance shall not be cancelled or lapsed on account of such partial occupancy. Consent of the Contractor and of the insurance company or companies to such occupancy or use shall not be unreasonably withheld. The Owner and Contractor waive all rights against each other and the contractors and their agents and employees and against the Engineer and rate contractors (if any) and their subcontractors' agents and employees, damages caused by fire or other perils to the extent covered by insurance vided under this section or any other property insurance applicable to work. Sub- sepa- for pro- the 6.1.5 Contractural Liability Insurance: To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the Owner and the Engi- neer and their agents and employees from and against all claims, damages, losses and expenses, including but not limited to attorneys' fees ar~s~ng out of or resulting from the performance of Work provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) including the loss of use resulting therefrom, and (2) is caused in whole or in part by any negligent act or omission of the Contrac- tor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party or person described in this Section. In any and all claims against the Owner or the Engineer or any of their agents or employees by any employee of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation under this Section shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any Subcontractor under worker's or workmen's compensation acts, disability benefit acts or other employee benefit acts. - 15 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 6.1.6 Minimum Insurance insurance shall be the requirements as set forth ments only. Any other coverage must be provided sibility. Requirements: Losses other than those covered by sole responsibility of the Contractors. The insurance herein shall be considered to be m~n~mum require- insurance that may be necessary to provide adequate by the Contractors and shall be their sole respon- 6.1.7 Boiler Insurance: If a permanent boiler is to be installed as part of the project, the Owner will be responsible for maintaining all boiler and machinery coverage. -This coverage will be placed in effect when the equipment is ready for inspection and operation. This coverage shall include the in- terests of the Owner, the Contractor, Subcontractors and Sub-subcontractors. 6.2 PERFORMANCE AND OTHER BONDS 6.2.1 Contractor shall furnish Performance and Payment Bonds, each in an amount at least equal to the Contract Price as security for the faithful per- formance and payment of all Contractor's obligations under the Contract Docu- ments. These Bonds shall remain in effect at least until one year after the date of final payment, except as otherwise provided by law. Contractor shall also furnish such other Bonds as are required by the Contract Documents. All Bonds shall be in the forms prescribed by the Contract Documents and be exe- cuted by such Sureties as (A) are licensed to conduct business in the state where the Project is located, and (B) are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of the authority to act. 6.2.2 If the Surety on any Bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of clauses (A) and (B) of Paragraph 6.2.1, Contractor shall within five days thereafter substitute another Bond and Surety, both of which shall be accept- able to Owner. 6.3 PATENTS, FEES AND ROYALTIES Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product or device is specified in the Contract Documents for use in the performance of the Work and if to the actual knowledge of Owner or Engineer its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by Owner in the Contract Documents. Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly or indirectly employed by either of them from and against all claims, damages, losses and expenses (including attorneys' fees) - 16 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. arising out of any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product or device not specified in the Contract Documents, and shall defend all such claims in connection with any alleged infringement of such rights. 6.4 PERMITS AND LICENSES All permits and licenses necessary for the prosecution of the Work secured by the Contractor prior to the commencement of the Work. shall also pay all public utility charges, governmental charges and fees. shall be Contractor inspection 6.5 LAWS, REGULATIONS AND SAFETY 6.5.1 Contractor shall give all notices and comply with all laws, ordi- nances, rules and regulations applicable to the Work. If Contractor ob- serves that the Specifications or Drawings are at variance therewith, he shall give Engineer prompt written notice thereof, and any necessary changes shall be adjusted by an appropriate Change Order or other Modification. If Contrac- tor performs any Work knowing or being in a position to know it to be contrary to such laws, ordinances, rules and regulations, and without such notice to Engineer, he shall bear all costs arising therefrom; however, it shall not be his primary responsibility to make certain that the Specifications and Draw- ings are in accordance with such laws, ordinances, rules and regulations. 6.5.2 Contractor shall be responsible for initiating, maintaining and super- v~s~ng all safety precautions and programs in connection with the Work. He shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: (a) all employees on the Work and other persons who may be affected thereby; (b) all the Work and all materials or equipment to be incorporated there- in, whether in storage ,on or off the site; and (c) other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not desig- nated for removal, relocation or replacement in the course of construction. 6.5.3 Contractor shall comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. He shall erect and maintain, as required by the conditions and progress of the Work, all necessary saf~guards for its safety and protection. He shall notify owners of adjacent utilities when prosecution of the Work may affect them. All damage, injury or loss to any property referred to in Section 6.5.2(b) and (c) caused, d{rectly or indirectly, in whole or in part, by Contractor, any Subcontractor or any directly or indirectly employed by any of them or anyone for whose acts - 17 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. any of them may be liable, shall duties and responsibilities for continue until such time as all the notice to Owner and Contractor that be the Work Work remedied by Contractor. safety and protection of is completed and Engineer is acceptable. Contractor's the Work shall has issued a 6.5.4 Contractor shall designate a responsible member of his organization at the site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Con- tractor to Owner. 6.5.5 Contractor agrees to indemnify the Owner and Engineer and their agents and employees against all claims, demands, losses, damages and expenses (in- cluding attorneys' fees) ar~s~ng out of or resulting from the contractor's violation of any safety law, regulation or code (including without limitation OSHA) or any other prudent precaution. 6.6 WARNING SIGNS AND BARRICADES The Contractor shall p~ovide adequate signs, barricades, colored lights and/or watchmen and take all necessary precautions for the protection of the Work and the safety of the public. All barricades and obstructions shall be protected at night by colored signal lights which shall be kept in operation from sunset to sunrise. SECTION 7 ENGINEER-OWNER-CONTRACTOR RELATIONS; ARBITRATION: INDEMNIFICATION 7.1 ENGINEER'S STATUS AND AUTHORITY 7.1.1 Engineer will be Owner's representative during the construction period. The duties and responsibilities and the limitations of authority of Engineer as Owner's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of Owner and Engi- neer. 7.1.2 Engineer will make visits to the site at intervals appropriate to the various stages of construction to observe the progress and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. Engineer is not required to make exhaustive or continuous on-site inspections to check the quality or quantity of the Work. On the basis of such visits and on-site observations, Engineer will keep Owner informed of the progress of the Work and will endeavor to guard Owner against defects and deficiencies in the Work. 7.1.3 If Ovner and Engineer agree, Engineer will representative to assist Engineer in observing The Resident Project Representative shall work under furnish a resident project the performance of the Work. the authority and direc- - 18 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. tion of the Engineer. The duties and responsibilities of the Resident Project Representative shall not exceed those duties and responsibilities of the Engi- neer as set forth in the Contract. It shall be to the discretion of the Engi- neer to delegate to the Resident Project Representative those duties and tasks that are within the authority of the Engineer to perform. In general, the duties of the Resident Project Representative may consist of, but shall not be limited to, the following: 1. General contract administration 2. Periodic observation of the Work 3. Unit price quantity and record plan measurements 4. Schedule, perform and verify tests and inspections 5. Monitor Contractor's progress performance 6. Provide information for the Engineer's review and decision concerning disputes and defective Work. 7.1.4 Engineer will issue with reasonable promptness such written clarifica- tions or interpretations of the Contract Documents (in the form of Drawings or otherwise) as Engineer may determine necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. If Contractor believes that a written clarification or interpretation justifies an increase in the Contract Price or Contract Time, Contractor may make a claim therefor as provided in Section 10 or Section 11. 7.1.5 Engineer will have authority to disapprove or reject Work which is defective, and will also have authority to require special inspection or test- ing of the Work as provided in Paragraph 8.10, whether or not the Work is fabricated, installed or completed. The Engineer shall not have charge of or control over the Work and shall have no authority to stop the Work. 7.1.6 Neither Engineer's authority to act under this Section 7 or elsewhere in the Contract Documents nor any decision made by Engineer in good faith either to exercise or not exercise such authority shall give rise to any duty or responsibility of Engineer to Contractor, any Subcontractor, any manufac- turer, fabricator, supplier or distributor, or any of their agents or employ- ees or any other person performing any of the Work. 7.1.7 If a Resident Project Representative is assigned to the project, the purpose of his efforts shall be to provide a greater degree of assurance to the Owner that the Work is constructed in conformance to the requirements of the Contract. The Resident Project Representative's efforts are for the bene- fit of the Owner alone. Neither his authority to act nor his decision to exercise or not exercise such authority shall give rise to any duty or respon- sibility to the Contractor, any subcontractor, any manufacturer, fabricator, supplier or distributor, or any of their agents or employees or any other per- son performing any of the Work. The Resident Project Representatives author- ity shall not exceed limitations on Engineer's authority as set forth in the Contract Documents nor shall the Resident Project Representative undertake any of the responsibilities of Contractor, Subcontractors, or Contractor's Super- intendent. - 19 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 7.1.8 Whenever in the Contract Documents the terms "as ordered", "as direc- ted", "as required", "as allowed", or terms of like effect or import are used, or the adjectives "reasonable", "suitable", "acceptable", "proper", or "satis- factory", or adjectives of like effect or import are used to describe require- ments, direction, review or judgment of Engineer as to the Work, it is in- tended that such requirements, direction, review or judgment will be solely to evaluate the Work for compliance with the Contract Documents. The use of any such term or adjective never indicates that Engineer shall have authority to supervise or direct 'performance of the Work or authority to undertake respon- sibility contrary to the provisions of Paragraphs 7.1.9 or 7.1.10. 7.1.9 Engineer will not be responsible for Contractor's means, methods, tech- niques, sequences or procedures of construction, or the safety precautions and programs incident thereto, and Engineer will not be responsible for contrac- tor's failure to perform the Work in accordance with the Contract Documents. 7.1.10 Engineer will not be responsible for the acts or omissions of Contrac- tor or of any Subcontractors, or of the agents or employees of any Contractor or Subcontractor, or of any other persons at the site of otherwise performing any of the Work. 7.2. CONTRACTOR'S RESPONSIBILITIES 7.2.1. The Contractor shall supervise and direct the work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the work in accordance with the Con- tract Documents. The Contractor shall be solely responsible for the means, methods, techniques, quality of workmanship, sequences and procedures of con- struction. The Contractor shall be responsible to see that the finished work complies accurately with the Contract Documents. A competent superintendent, who is acceptable to the Owner, shall be main- tained on the Work site and give efficient supervision to the Work until its completion. The superintendent shall have full authority to act on behalf of the Contractor, and all communications given to the superintendent shall be as binding as if given to the Contractor. It shall be the responsibility of the Contractor's superintendent to coordinate the work of all the Subcontractors. When required, the superintendent shall be present on the site to perform adequate supervision and coordination. Contractor shall provide competent, suitably qualified personnel to survey and layout the Work and perform construction as required by the Contract Docu- ments. Contractor shall at all times maintain good discipline and order at the site. The Contractor shall at all times be responsible for the conduct and discip- line of his employees and/or any Subcontractors. All workmen must have suf- ficient knowledge, skill and experience to perform properly the work assigned to them. Any foreman and workman employed by the Contractor or Subcontractor who does not perform his work in a skillful manner, or appears to be incompe- tent or to act in a disorderly or intemperate manner shall be removed immed- iately and shall not be employed again in any portion of the Work. - 20 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 7.2.2. The Contractor's duties with respect to materials, equipment, inspec- tion and workmanship are set forth in Section 8. 7.2.3. The Contractor's duties with respect to progress of the work are set forth in Section 3, paragraphs 3.6, 3.7, 3.8 and 3.9. 7.2.4. The Contractor' duties with respect to insurance and bonds, legal responsibility and safety are set forth in Section 6. 7.3. OWNER'S RESPONSIBILITIES 7.3.1. The Owner shall issue all communications to the Contractor through the Engineer. 7.3.2. The Owner shall furnish the data required of the Owner under the Con- tract Documents promptly and shall make payments as provided to the Contractor promptly after they are due. 7.3.3. The Owner's duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in paragraph 5.1 and 5.3. The Owner shall make available to the Contractor copies of reports of investigations and tests of subsurface and latent physi- cal conditions at the site or otherwise affecting performance of the work which have been relied upon by the Engineer in preparing the drawings and specifications. Such reports are not guaranteed as to accuracy or complete- ness and are not part of the Contract Documents. 7.3.4. In connection with the Owner's accordance with Section 10, the Owner provided in paragraph 10.4) is obligated rights to request (especially in to execute Change changes in the work in certain instances as Orders. 7.3.5. The Owner's responsibility in respect of certain inspections, tests and approvals is set forth in paragraph 8.10.2. 7.3.6. In connection with Owner's right to stop work or suspend work, see paragraphs 8.17 and 12.1. Paragraph 12.2 deals with the Owner's right to terminate services of the Contractor under certain circumstances. 7.4 ASSIGNMENT OF CONTRACT The Contractor shall neither sublet, sell, transfer, assign or otherwise dis- pose of the Contract or any portion thereof, or of his right, title or inter- est therein, or his obligations thereunder, nor, if this Contractor is a cor- porate entity, sublet, sell, transfer or assign a majority of the outstanding shares of stock in the corporation, without prior written consent of the Owner. In case written consent is given, the Contractor will be permitted to sublet a portion of the contract or corporate stock thereof, but shall per- form, with his own organization, Work amounting to not less than 50 percent of the total original contract price. No subcontracts or transfer of contract or corporate stock shall release the Contractor of his liability under the Con- tract or Bonds. - 21 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 7.5 RIGHTS OF VARIOUS INTERESTS Wherever Work being done by the Owner's forces or by other Contractors is con- tiguous to Work covered by this Contract, the respective rights of the various interests involved shall be established by agreement to secure the completion of the various portions of the Work in general harmony. 7.6 SEPARATE CONTRACTS The Owner may let other contracts in connection with the Work of the Contrac- tor. The Contractor shall cooperate with other Contractors with regard to storage of materials and execution of their Work. It shall be the Contrac- tor's responsibility to inspect all work by other Contractors affecting his Work and to report to the Engineer any irregularities which will not permit him to commence or complete his work in a satisfactory manner. His failure to notify the Engineer of such irregularities shall indicate the work of other Contractors has been satisfactorily completed to receive his Work. The Con- tractor shall not be responsible for defects of which he could not have known through reasonable inspection thereof, which develop in the Work of others after the Work is completed. It shall be the responsibility of the Contractor to measure the completed work in place and report to the Engineer immediately any difference between completed work by others and the Drawings. 7.7 SUBCONTRACTS Nothing herein shall create any legal relationship between the Owner or Engi- neer and any subcontractor, and no subcontractor shall have any rights under this Contractor's agreement with the Owner. The Contractor's award of sub- contracts shall be subject to the following: 7.7.1 Unless otherwise specified in the Contract Documents, the Contractor shall, upon receipt of the executed Contract Documents, submit in writing to the O~mer the names of the Subcontractors proposed for the Work. Subcontrac- tors may not be changed except at the request or with the consent of the Owner. Contractor shall not employ any Subcontractor or other person or organization (including those who are to furnish the principal items of mater- ials or equipment), whether initially or as a substitute against whom Owner or Engineer may have reasonable objection. A Subcontractor or other person or organization identified in writing to Owner and Engineer by Contractor prior to the Notice of Award and not objected to in writing by Owner or Engineer prior to the Notice of Award will be deemed acceptable to Owner and Engineer. Acceptance of any Subcontractor, other person or organization by Owner or Engineer shall not constitute a waiver of any right of Owner or Engineer to reject defective Work. If Owner or Engineer after due investigation has reasonable objection to any Subcontractor, other person or organization pro- posed by Contractor after the Notice of Award, Contractor shall submit another acceptable Subcontractor at no change in the Contract Price, Contractor shall not be required to employ any Subcontractor, other person or organization against whom Contractor has reasonable objection. - 22 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 7.7.2 Contractor shall be fully responsible for all acts and omissions of his Subcontractors and of persons and organizations directly or indirectly employed by them and of persons and organizations for whose acts any of them may be liable to the same extent that Contractor is responsible for the acts and omissions of persons directly employed by Contractor. Nothing in the Con- tract Documents shall create any contractual relationship between Owner or Engineer and any Subcontractor or other person or organization having a direct contract with Contractor, nor shall it create any obligation on the part of Owner or Engineer to payor to see to the payment of any moneys due any Sub- contractor or other person or organization, except as may otherwise be re- quired by law. Owner or Engineer may furnish to any Subcontractor or other person or organization, to the extent practicable, evidence of amounts paid to Contractor on account of specific Work done. 7.7.3 The divisions and sections of the Specifications and the identifica- tions of any Drawings shall not control Contractor in dividing the Work among Subcontractors or delineating the Work to be performed by any specific trade. 7.7.4 All Work performed for Contractor by a Subcontractor will be pursuant to an appropriate agreement between Contractor and the Subcontractor which specifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of Owner and Engineer and contains waiver provisions as required by paragraph 6.1.4. Contractor shall pay each Subcontractor a just share of any insurance moneys received by Contractor on account of losses under policies issued pursuant to paragraph 6.1.4. 7.8 ORAL AGREEMENTS No oral order, objection, claim or notice by any party to the others shall affect or modify any of the terms or obligations contained in any of the Con- tract Documents, and none of the provisions of the Contract Documents shall be held to be waived or modified by reason of any act whatsoever, other than by a definitely agreed upon.waiver or modification thereof in writing, and no evi- dence shall be introduced in any proceeding of any other waiver or modifica- tion. 7.9 NONDISCRIMINATION IN EMPLOYMENT For Work under these Contract Documents, the Contractor agrees: (a) That in the hiring of common or skilled labor for the performance of any work under this Contract or any subcontract hereunder, no contractor, material supplier or vendor shall, by reason of race, creed, color or national origin, discriminate against the person or persons who are qualified and available to perform the Work to which such employment relates; (b) That no Contractor, material supplier or vendor shall, discriminate against or intimidate or prevent the employment persons, or on being hired, prevent or conspire to prevent any sons from the performance of the Work under this Contract on creed, color or national origin. in any manner, of any person or person or per- account of race, - 23 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. (c) Violation of this section shall be cause for cancellation or termina- tion of the Agreement between Owner and Contractor. 7.10 DECISIONS ON DISAGREEMENTS 7.10.1 Claims, disputes, disagreements, or other matters in question between the Contractor and the Owner relating to the execution or progress of the Work or the interpretation of the Contract Documents shall be referred initially to the Engineer for decision which he will render in writing within a reasonable time. 7.10.2 Any claim, dispute, disagreement or other matter that has been referred to the Engineer, except any which has been waived by the making or acceptance of final payment, shall be subject to arbitration under Paragraph 7.11 below upon the written demand of either party. However, no demand for arbitration of any such claim, dispute or other matter may be made until the earlier of the date on which the Engineer has rendered his written decision, or the tenth day after the parties have presented their evidence to the Engineer or have been given a reasonable opportunity to do so, if the Engineer has not rendered his written decision by that date. 7.10.3 If a decision of the Engineer is made in writing and states that it is final but subject to appeal, no demand for arbitration of a claim, dispute or other matter covered by such decision may be made later than thirty days after the date on which the party making the demand received the decision. The failure to demand arbitration within said thirty days' period will result in the Engineer's decision becoming final and binding upon the Owner and the Con- tractor. If the Engineer renders a decision after arbitration proceedings have been initiated, such decision may be entered as evidence but will not supersede any arbitration proceedings unless the decision is acceptable to the parties concerned. 7.11 ARBITRATION 7.11.1 All claims, disputes and other matters in question arlslng out of, or relating to, the Contract Documents or the breach thereof, except for claims which have been waived by the making or acceptance of final payment, or barred by failure to demand arbitration within the time limits specified, shall be decided by arbitration in accordance with the Construction Industry Arbitra- tion Rules of the American Arbitration Association then obtaining unless the parties mutually agree otherwise. Prearbitration discovery shall be conducted in accordance with Rules 26 through 37 of the Federal Rules of Civil Pro- cedure. No arbitration relating to the Contract Documents shall include by consolidation, joinder or otherwise, any person or entity (including the Engineer), not a party to this Agreement without the written consent of such other person or entity. This agreement to arbitrate shall be specifically enforceable under the prevailing arbitration law. The award rendered by the arbitrators shall be final, and judgment may be entered upon it in accordance with applicable law in any court having jurisdiction. - 24 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 7.11.2 Notice of the demand for arbitration shall be filed in writing with the other party to the Contract and with the American Arbitration Association, and a copy shall be filed with the Engineer. The demand for arbitration shall be made within the time limits specified and in all other cases within a rea- sonable time after the claim, dispute or other matter in question has arisen, and in no event shall it be made after the date when institution of legal or equitable proceedings based on such claim, dispute, or other matter in ques- tion would be barred by the applicable statute of limitations. 7.11.3 The Contractor shall carryon the Work and maintain the progress schedule during any arbitration or other legal proceedings, unless otherwise agreed by him and the Owner in writing. 7.12 INDEMNIFICATION To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the Owner and the Engineer and their agents and employees from and against all claims, damages, losses and expenses, including but not lim- ited to attorneys' fees arising out of or resulting from the performance of Work provided that any such claim, damage, loss or expense (1) is attributable to bodily ~nJury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) including the loss of use resulting therefrom, and (2) is caused in whole or in part by any negligent act or omission of the Contractor, any Subcontractor, anyone directly or in- directly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemni- fied hereunder. Such obligation shall not be construed to negate, abridge or otherwise reduce any other right or obligation of indemnity which would other- wise exist as to any party or person described in this Section. In any and all claims against the Owner or the Engineer or any of their agents or employees by any employee of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation under this Section shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any Subcontractor under worker's or workmen's compensation acts, disability benefit acts or other employee benefit acts. SECTION 8 MATERIALS, EQUIPMENT, INSPECTION AND WORKMANSHIP 8.1 MATERIALS AND EQUIPMENT FURNISHED BY CONTRACTOR 8.1.1 Contractor shall furnish tation, construction equipment light, heat, telephone, water and and incidentals necessary for completion of the Work. all materials, equipment, labor, transpor- and machinery, tools, appliances, fuel, power, sanitary facilities and all other facilities the execution, testing, initial operation and - 25 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 8.1.2 All materials used in the Work shall be of good quality, new unless otherwise provided for in the Contract Documents, shall meet the require- ments of the Specifications, and shall not be incorporated into the Work until reviewed by the Engineer. If required by Engineer, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment. 8.1.3 All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturer, fabricator, supplier or distributor, except as otherwise provided in the Contract Documents. 8.2 EQUIVALENT MATERIALS AND EQUIPMENT Whenever materials or equipment are specified or described in the Drawings or Specifications by using the name of a proprietary item or the name of a par- ticular manufacturer, fabricator, supplier or distributor, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other manufacturers, fabricators, suppliers or dis- tributors may be accepted by Engineer if sufficient information is submitted by Contractor to allow Engineer to determine that the material or equipment proposed is equivalent to that named. The procedure for review by Engineer will be as set forth in paragraphs 8.2.1 and 8.2.2 below as supplemented in the General and Specific Requirements. 8.2.1 Requests for review of substitute items of material and equipment will not be accepted by Engineer from anyone other than Contractor. If Contractor wishes to furnish or use a substitute item of material or equipment Contractor shall make written application to Engineer for acceptance thereof, certifying that the proposed substitute will perform adequately the functions called for by the general design, be similar and of equal substance to that specified and be suited to the same use and capable of performing the same function as that specified. The application will state whether or not acceptance of the sub- stitute for use in the Work will require a change in the Drawings or Specifi- cations to adapt the design to the substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified shall be identified in the application and available mainte- nance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which shall be considered by Engineer in evaluating the proposed substitute. Engi- neer may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. Engineer will be the sole judge of acceptabil- ity, and no substitute will be ordered or installed without Engineer's prior written acceptance. Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. - 26 - ll\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 8.2.2 Engineer will record time required by Engineer and Engineer's con- sultants in evaluating substitutions proposed by Contractor and in making changes in the Drawings or Specifications occasioned thereby. Whether or not Engineer accepts a proposed substitute, Contractor shall reimburse Owner for the charges of Engineer and Engineer's consultants for evaluating any proposed substitute. 8.3 MATERIALS FURNISHED BY OWNER 8.3.1 Materials specifically indicated shall be furnished by the Owner. Be- fore incorporating any of the materials into the Work, the Contractor shall inspect the materials so furnished by the Owner. If the Contractor discovers any patent defects in material furnished by the Owner, he shall notify the Engineer. 8.3.2 Unless otherwise noted or specifically stated, materials furnished by the Owner are considered to be f.o.b. the nearest railroad station or truck line. The Contractor shall transport the materials to the job site, unload and properly protect all such materials from damage or loss. The Contractor shall be responsible for material loss or damage after receipt of materials at the point of delivery. 8.4 STORAGE OF MATERIALS Materials shall be so stored by the Contractor as to insure the preservation of their quality and fitness for the Work. When considered necessary, they shall be placed on wooden platforms or other hard, clean surfaces, and/or they shall be placed under cover and not on the ground. Stored materials shall be located so as to facilitate prompt inspection. Private property shall not be used for storage purposes without the written permission of the Owner or les- see thereof. 8.5 SAMPLES All samples called for in the Specifications or required by the Engineer shall be furnished by the Contractor and shall be submitted to the Engineer for his review. Samples shall be furnished so as not to delay the commencement or completion of the Project. The Contractor shall furnish such samples of mate- rial as may be required for examination and testing. All materials and work- manship shall be in accordance with approved samples. All samples of mate- rials for tests shall be taken according to methods provided for in the Specifications. 8.6 FURNISHING OF PRODUCT DATA Product Data are illustrations, standard schedules, performance charts, in- structions, brochures, diagrams and other information furnished by the Con- tractor to illustrate a material, product or system for some portion of the Work. - 27 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 8.6.1 The Contractor shall furnish one copy, or such additional copies as may be required by the Special Provisions, of complete Product Data for every manufacturered item of equipment and all components to be used in the Work, including specific performance data, material description, rating, capacity, working pressure, material gage or thickness, brand name, catalog number and general type. 8.6.2 This data shall be compiled by the Contractor and reviewed by the Engi- neer before any of the equipment is ordered. 8.6.3 All data shall be indexed according to specification section and para- graph for easy reference. 8.6.4 After review, this data shall become a part of the Contract, and may not be deviated from except upon written approval of the Engineer. 8.6.5 Product Data 'for equipment reviewed by the Engineer does not in any case supersede the Contract Documents. The review by the Engineer shall not relieve the Contractor from responsibility for deviations from Drawings or Specifications unless he has in writing called the Engineer's attention to such deviations at the time of furnishing said data. Nor shall such review relieve the Contractor from responsibility for errors of any sort in the items furnished. The Contractor shall check the Work described by the Product Data with the Contract Documents for deviations and errors. 8.6.6 It shall be the responsibility of the Contractor to insure that items to be furnished fit the space available. He shall make necessary field measurements to ascertain space requirements, including those for connections, and shall order such sizes and shapes or equipment that the final installation shall suit the intent and meaning of the Drawings and Specifications. 8.6.7 Where equipment requiring different arrangement of those shown is allowed, it shall be the responsibility of install the equipment so as to allow for proper operation and the intent of the Drawings and Specifications, and to make work required by the different arrangement of connections. connections from the Contractor to in harmony with all changes in the 8.6.8 Product Data shall be promptly submitted by the Contractor after he has reviewed, checked and approved the data to determine if they are in harmony with the requirements of the Project and with the provisions of the Contract Documents and after he has verified all field measurements and construction criteria, materials, catalog numbers and similar data. In submitting the Product Data, the Contractor certifies that the work represented by the data has been coordinated with the Contract Documents and all relevant field condi- tions. 8.7 QUALITY OF EQUIPMENT AND MATERIALS 8.7.1 In order to establish standards of quality, the Engineer, in the Spec- ifications, has referred to certain products by name and catalog number. This - 28 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. procedure is not to be construed as eliminating from competition other pro- ducts of equal or better quality by other manufacturers where fully suitable in design unless otherwise specifically stated in the Specifications (see Section 8.2 for substitution procedure). If a product referenced by catalogue name or number is no longer available, Contractor shall recommend to Owner and Engineer another product of comparable quality. 8.7.2 The Contractor shall furnish the complete list of proposed desired sub- stitutions prior to executing the Agreement, together with such engineering and Product Data as the Engineer may require. 8.7.3 The Contractor shall abide by the Engineer's recommendation when pro- posed substitute materials or items of equipment are not recommended for in- stallation and shall furnish the specified material or item of equipment in such case. All proposals for substitutions shall be submitted in writing by the General Contractor and not by individual trades or material suppliers. The Engineer will review proposed substitutions and make his recommendation in writing within a reasonable time. 8.8 SHOP DRAWINGS 8.8.1 The Contractor shall provide Shop Drawings, settings, schedules and such other drawings as may be necessary for the prosecution of the Work in the shop and in the field as required by the Drawings, Specifications or Engi- neer's instructions. Deviations from the Drawings and Specifications shall be called to the attention of the Engineer at the time of the first submission of Shop Drawings and other drawings for approval. The Engineer's review of any drawings shall not release the Contractor from responsibility for such devia- tions. 8.8.2 Shop Drawings shall be promptly submitted by the Contractor after he has reviewed, checked and approved the data to determine that they are in harmony with the requirements of the Project and with the provisions of the Contract Documents and after he has verified all field measurements and con- struction criteria, materials, catalog numbers and similar data. By submit- ting the Shop Drawings, the Contractor certifies that the work represented by the Shop Drawings has been coordinated with the Contract Documents and all relevant field conditions. 8.8.3 (a) required ness and Shop Drawings shall be submitted according to the following schedule: Not less than three copies or such other number of copies as may be by the Special Provisions shall be submitted with reasonable prompt- in such sequence as to prevent delay of the Work. (b) The Engineer shall, within fourteen (14) days of the submittal of any Shop Drawings, return one copy to the Contractor marked with Engineer's com- ments. (c) The Contractor shall then promptly make any necessary corrections or changes to the Shop Drawings to conform to the comments made by the Engineer. - 29 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. (d) Following completion of such corrections or changes, the Contractor shall promptly resubmit to the Engineer the required number of copies of the revised Shop Drawings. 8.8.4 Engineer will review with reasonable promptness Shop Drawings and samples, but Engineer's review shall be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to means, methods, sequences, tech- niques or procedures of construction or to safety precautions or programs incident thereto. The review of a separate item as such will not indicate re- view of the assembly in which the item functions. Contractor shall make any corrections required by Engineer and shall return the required number of cor- rected copies of Shop Drawings and resubmit new samples for review. Contrac- tor shall direct specific attention in writing to revisions other than the corrections called for by Engineer on previous submittals. Contractor's stamp of approval on any Shop Drawing or sample shall constitute a representation to Owner and Engineer that Contractor has either determined and verified all quantities, dimensions, field construction criteria, materials, catalog num- bers, and similar data or assumes full responsibility for doing so, and that Contractor has reviewed or coordinated each Shop Drawing or sample with the requirements of the Work and the Contract Documents. 8.8.5 Where a Shop related Work shall be Engineer. Drawing commenced or sample is required by the Specifications, no until the submittal has been reviewed by 8.8.6 Engineer's review of Shop Contractor from responsibility for ments unless Contractor has in writing deviation at the time or submission rence with the specific deviation, nor relieve Contractor from responsibility Drawings. Drawings or samples shall not relieve any deviations from the Contract Docu- called Engineer's attention to such and Engineer has given written concur- shall any concurrence by Engineer for errors or omissions in the Shop 8.9 ACCESS TO AND OBSERVATION OF WORK 8.9.1 Engineer and Engineer's representatives, other representatives of Owner, testing agencies and governmental agencies with jurisdictional inter- ests will have access to the Work at reasonable times for their observation, inspection and testing. Contractor shall provide proper and safe conditions for such access. 8.9.2 All materials and equipment and each part or detail of the Work shall be subject at all times to observation by the Engineer and the Ow~er, and the Contractor will be responsible for strict adherence to the intent of the Con- tract Documents in regard to quality of materials, workmanship, and the dili- gent execution of the Work. Such observations may include mill, plant, or shop inspection, and any material furnished under these Specifications is sub- ject to such observation. The Engineer and Owner shall be allowed access to - 30 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. all parts of the WorK and shall be furnished with such information and assist- ance by the Contractor as is required to make such observations. 8.10 TESTS AND INSPECTIONS 8.10.1 Contractor shall give Engineer timely notice of readiness of the Work for all required inspections, tests or approvals. 8.10.2 If any law, ordinance, rule, regulation, code, or order of any public body having jurisdiction requires any Work (or part thereof) to specifically be inspected, tested, or approved, Contractor shall assume full responsibility therefor, pay all costs in connection therewith and furnish Engineer the re- quired certificates of inspection, testing or approval. Contractor shall also be responsible for and shall pay all costs in connection with any inspection or testing required in connection with Owner's or Engineer's acceptance of a manufacturer, fabricator, supplier or distributor of materials or equipment proposed to be incorporated in the Work, or of materials or equipment submit- ted for approval prior to Contractor's purchase thereof for incorporation in the Work. The cost of all other inspections, tests and approvals required by the Contract Documents shall be paid by Owner (unless otherwise specified). 8.10.3 All inspections, tests or approvals other than those required ordinance, rule, regulation, code or order of any public body having tion shall be performed by organizations selected by or acceptable to Engineer. by law, jurisdic- Owner or 8.10.4 If any Work that is to be inspected, tested or approved is covered without written concurrence of Engineer, it must, if requested by Engineer, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Engineer timely notice of Contractor's intention to cover such Work and Engineer has not acted with reasonable promptness in response to such notice. 8.10.5 Neither observations by Engineer nor inspections, tests or approvals by others shall relieve Contractor from his obligations to perform the Work in accordance with the Contract Documents. 8.11 UNCOVERING WORK If any Work is covered contrary to the written request of Engineer, it must, if requested by Engineer, be uncovered for Engineer's observation-and replaced at Contractor's expense. If Engineer considers it necessary or advisable that covered Work be visually examined by Engineer or inspected or tested by others, Contractor, at Engineer's request, shall uncover, expose or otherwise make available for observation, inspection or testing as Engineer may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, Contractor shall bear all the expenses of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction, including compensation for additional professional services, and an appropriate deductive Change Order shall be issued. If, however, such Work is not found to be defective, Con- - 31 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. tractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, expo- sure, observation, inspection, testing and reconstruction if he makes a claim therefor as provided herein. 8.12 CUTTING AND PATCHING The Contractor shall do all necessary cutting, fixing or patching of the Work that may be required to make its several parts fit together properly, or to properly receive the Work of the various trades, or, as required by the Draw- ings and Specifications, to complete the Work. He shall restore all such cut or patched work as approved by the Engineer. Cutting of existing structure that shall endanger the Work, adjacent property, workmen or the public shall not be done. ,; ~ 8.13 WARRANTY AND GUARANTEE Contractor warrants and guarantees to Owner and Engineer that all Work, in- cluding materials and equipment, will be in accordance with the Contract Docu- ments and will not be faulty or defective. Prompt notice of all defects shall be given to Contractor upon discovery. All defective Work, whether or not in place, may be rejected, corrected or accepted as provided in paragraph 8.15 and 8.16. This warranty and guarantee shall be in addition to and not in limitation of any other warranty or guarantee required by law or by these Con- tract Documents, including the provisions of paragraph 8.14. 8.14 TWO YEAR CORRECTION PERIOD If within two years after the date of final acceptance of the project by the Owner or such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, Contractor shall promptly, without cost to Owner and in accordance with Owner's written instructions, either correct such defective Work, or, if it has been rejected by Owner, remove it from the site and replace it with nondefective Work. If Contractor does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, Owner may have the defective Work corrected or the rejected Work removed and replaced, and all direct and indirect costs of such removal and replacement, including compensation for additional professional services, of Engineer or others, shall be paid by Contractor. This obligation shall survive any termination of the Agreement between Owner and Contractor. 8.15 CORRECTION OR REMOVAL OF DEFECTIVE WORK If required by Engineer, Contractor shall promptly, without cost to Owner and as specified by Engineer, either correct any defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by Engi- neer, remove it from the site and replace it with nondefective Work. - 32 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 8.16 ACCEPTANCE OF DEFECTIVE WORK If, instead of requiring correction or removal and replacement of defective Work, Owner (and, prior to Engineer's recommendation of final payment, also Engineer) prefers to accept it, Owner may do so. In such case, if acceptance occurs prior to Engineer's recommendation of final payment, a Change Order shall be issued incorporating the necessary revisions in the Contract Docu- ments, including appropriate reduction in the Contract Price; or, if the acceptance occurs after such recommendation, an appropriate amount shall be paid by Contractor to Owner. 8.17 OWNER MAY STOP THE WORK If the Work is defective, or Contractor fails to workmen or suitable materials or equipment, Owner the Work, or any portion thereof, until the cause eliminated; however, this right of Owner to stop to any duty on the part of Owner to exercise this Contractor or any other party. supply sufficient skilled may order Contractor to stop for such order has been the Work shall not give rise right for the benefit of 8.18 OWNER MAY CORRECT DEFECTIVE WORK If Contractor fails within a reasonable time after written notice of Engineer to proceed to correct the defective Work or to remove and replace rejected Work as required by Engineer in accordance with Paragraph 8.15, or if Contrac- tor fails to perform the Work in accordance with the Contract Documents (in- cluding any requirements of the progress schedule), Owner may, after seven days' written notice to Contractor, and Contractor's Surety, correct and remedy any such deficiency. In exercising its rights under this paragraph, Owner shall proceed expeditiously. To the extent necessary to complete cor- rective and remedial action, Owner may exclude Contractor from all or part of the site, take possession of all or part of the Work, and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Owner's representatives, agents and employees such access to the site as may be necessary to enable Owner to exercise its rights under this paragraph. All direct and indirect costs of Owner in exercising such rights shall be charged against Contractor in an amount reviewed by Engineer, and such amounts shall be deducted from the 'Contract Price. Such direct and indirect costs shall in- clude, in particular but without limitation, compensation for additional pro- fessional services required and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of Contrac- tor's defective Work. Contractor shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by Owner of Owner's rights hereunder. - 33 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. SECTION 9 MEASUREMENT, PAYMENT AND PROJECT ACCEPTANCE 9.1 DETAILED BREAKDOWN OF CONTRACT AMOUNT Except in cases where unit prices form the basis for payment under the Con- tract Documents, the Contractor shall, within ten (10) days of receipt of the Contract Documents, submit an itemized breakdown of the Contract Amount having the value, including an allowance for profit and overhead, assigned to each part of the Work. Unless the breakdovffi of the Contract Amount is objected to by the Owner, it shall be used as the basis for all Requests for Payment. 9.2 REQUEST FOR PAYMENT The Contractor may submit periodically, Request for Payment for Work done site. Payment for materials stored on following: but not more than once each month, a and materials delivered and stored on the the site will be conditioned on the (a) The Contractor shall submit evidence to establish the Owner's title to such materials. (b) Acceptable provisions have been made for storage. (c) The Contractor shall provide and maintain insurance against all loss, theft, vandalism, damage and similar peril for the full value of the stored material. The insurance on the stored material shall name the Ovffier as insured. Each Request for Payment shall be itemized and computed from the Work com- pleted on all items listed on the Detailed Breakdown of Contract Amount. Where unit prices are specified, the Request for Payment shall be based on the quantities completed. The Owner shall pay to the Contractor an amount not to exceed 95% of the amount earned under the Contract subject to the approval outlined in Section 9.3 and the provisions of Section 9.4 and 9.5. However, when the Work required under the Contract is 95% or more completed, upon recommendation of the Engineer, such portions of the retained money shall be released as the Owner determines are not required to be retained to protect the Owner's interest in satisfactory completion of the Contract. At the option of the contractor, retainage shall be paid to the contractor in accordance with the following: The Contractor may deposit bonds or securities with the Owner or in any bank or trust company to be held in lieu of cash retainage for the benefit of the Owner. In that event, the Owner shall reduce the retainage in an amount equal to the value of the bonds and securities and pay the amount of the reduction to the contractor. The interest on the bonds or securities - 34 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. shall be payable to the contractor as it accrues. Bonds and securities deposited or acquired in lieu of retainage shall be of a character approved by the state treasurer including, but not limited to: a. Bills, certificates, notes or bonds of United States; b. Other obligations of the United States or its agencies; c. Obligations of any corporation wholly owned by the federal government; and d. Indebtedness of the Federal and National Mortgage Association. If the Owner incurs additional costs as the result of the exercise of the option described in this paragraph, the Owner may recover the costs from the contractor by reducing the final payment due under the contract. As work on the contract progresses, the Owner shall, upon demand, inform the contractor of all accrued costs. 9.3 ENGINEER'S ACTION ON A REQUEST FOR PAYMENT Within ten (10) days of submission of any Request for Payment by the Contrac- tor, the Engineer shall recommend to Owner: (a) Approval of the Request for Payment as submitted; or, (b) Approval of such other amount as Engineer shall consider is due the Contractor, informing the Contractor in writing of his reasons for recommending approval of the modified amount; or, (c) Withholding of the Request for Payment, informing the Contractor in writing of his reasons for recommending withholding of the Request. 9.4 OWNER'S ACTION ON AN APPROVED REQUEST FOR PAYMENT Within thirty (30) days from the date of recommending approval of a Request for Payment by the Engineer, the Owner shall: (a) Pay the Request for Payment as recommended by the Engineer. (b) Pay such other amount in accordance with Section 9.5 as Owner shall decide is due the Contractor, informing the Contractor and the Engi- neer in writing of the reasons for paying the modified amount. (c) Withholding payment in accordance with Section 9.5 informing the Contractor and the Engineer in writing of Owner's reasons for withholding payment. - 35 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 9.5 OWNER'S RIGHT TO WITHHOLD PAYMENT 9.5.1 The Owner may withhold payment in whole or in part to the extent neces- sary to protect itself from loss on account of any of the following causes: (a) Violation of any of the terms of the Contract Documents. (b) Defective work not remedied, or completed work which has been dam- aged. (c) Reasonable evidence indicating potential filing of claims by other parties against the Contractor or Owner. (d) Failure of the Contractor to make payments to Subcontractors, materialmen or suppliers. (e) Damage to the Owner or any other person. ~ (f) Contractor's unsatisfactory prosecution of the work. 9.5.2 When any of the above grounds for which payment is being withheld is removed, payment shall be made for the amount withheld. 9.5.3 Should the Owner fail to pay a Request for Payment within 30 days from the date of recommendation of approval by the Engineer and should he fail to inform the Engineer and Contractor in writing of the reasons for withholding payment, the Owner shall pay to the Contractor simple interest on the past due amount at an annual rate equal to the monthly index of long term United States bond yields for the month prior to the month in which the obligation is incur- red plus an additional one percent per annum. 9.6 CONTRACTOR'S WARRANTY OF TITLE Contractor warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to Owner at the time of payment free and clear of all liens, claims, security interests and encumbrances (hereafter in these Conditions of the Contract referred to as "Liens"). 9.7 SUBSTANTIAL COMPLETION 9.7.1 When Contractor considers the entire Work ready for its intended use Contractor shall, in writing to Owner and Engineer, certify that the entire Work is substantially complete and request that Engineer issue a proposed Certificate of Substantial Completion. Within a reasonable time thereafter, Owner, Contractor and Engineer shall make an inspection of the Work to deter- mine the status of completion. If Engineer does not consider the Work sub- stantially complete, Engineer will notify Contractor in writing giving his reasons therefor. If Engineer considers the Work substantially complete, Engineer will prepare and deliver to Owner a proposed Certificate of Subs tan- - 36 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. tial Completion which shall fix the date of Substantial Completion. There shall be attached to the proposed Certificate a list of items ("punch list") to be completed or corrected before final payment. 9.7.2 Owner shall have seven days after receipt of the Certificate during which he may make written objection to Engineer as to any provisions of the Certificate or attached list. If, after considering such objections, Engineer concludes that the Work is not substantially complete, Engineer will within fourteen days after submission of the proposed Certificate to Owner notify Contractor in writing, stating his reasons therefor. If, after consideration of Owner's objections, Engineer considers the Work substantially complete, Engineer will within said fourteen days execute and deliver to Owner and Con- tractor a final Certificate of Substantial Completion (with any revised list of items to be completed or corrected) reflecting such changes from the pro- posed Certificate as he believes justified after consideration of any objec- tions from Owner. At the time of delivery of the proposed Certificate of Sub- stantial Completion Engineer will deliver to Owner and Contractor a written recommendation as to division of responsibilities pending final payment be- tween Owner and Contractor with respect to security, operation, safety, main- tenance, heat, utilities and insurance. Unless Owner and Contractor agree otherwise in writing and so inform Engineer prior to his issuing the final Certificate of Substantial Completion, Engineer's aforesaid recommendation will be binding on Owner and Contractor until final payment. Owner shall have the right to exclude Contractor from the Work after the date of Substantial Completion, but O,vner shall allow Contractor reasonable access to complete or correct items on the list of items to be completed or corrected. 9.8 PARTIAL UTILIZATION Use by Owner of completed portions of the work may be accomplished prior to Substantial Completion of all the Work subject to the following: 9.8.1 Owner at any time may request Contractor in writing to permit Owner to use any part of the Work which Owner believes to be substantially complete and which may be so used without significant interference with construction of the other parts of the Work. If Contractor agrees, Contractor will certify to Owner and Engineer that said part of the Work is substantially complete and request Engineer to issue a proposed Certificate of Substantial Completion for that part of the Work. > 9.8.2 Within a reasonable time thereafter Owner, Contractor and Engineer shall make an inspection of that part of the Work to determine its status of completion. If Engineer does not consider that part of the Work to be sub- stantially complete, Engineer will notify O,vner and Contractor in writing giv- ing his reasons therefor. If Engineer considers that part of the Work to be substantially complete, Engineer will execute and deliver to Owner and Con- tractor a proposed Certificate to that effect, fixing the date of Substantial Completion as to that part of the Work, attaching thereto a list of items to be completed or corrected before final payment. - 37 - 1l\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 9.8.3 Prior to issuing a Certificate of Substantial Completion as to part of the Work, Engineer will deliver to O.mer and Contractor a written recommenda- tion as to the division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, maintenance, utilities and insurance for that part of the Work which shall become binding upon Owner and Contractor at the time of issuing the final Certificate of Sub- stantial Completion ~s to that part of the Work unless Owner and Contractor shall have otherwise agreed in writing and so informed Engineer. Owner shall have the right to exclude Contractor from any part of the Work which Engineer has so certified to be substantially complete, but Ovmer shall allow Contrac- tor reasonable access to complete or correct items on the list of items to be completed or corrected. 9.8.4 In lieu of the issuance of a Certificate of Substantial completion as to part of the Work, Owner may take over operation of a facility constituting part of the Work whether or not it is substantially complete if such facility is functionally and separately usable; provided, that prior to any such take- over, Owner and Contractor have agreed as to the division of responsibilities between Owner and Contractor for security, operation, safety, maintenance, correction period, heat, utilities and insurance with respect of such facility. 9.8.5 No occupancy of part of the Work or taking over of operations of a facility will be accomplished prior to compliance with the requirements of Section 6.1.4, Paragraph 3, in respect of property insurance. 9.9 FINAL INSPECTION Upon written notice from Contractor that the Work is complete, Engineer will make a final inspection with Owner and Contractor and will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to remedy such deficiencies. 9.10 FINAL APPLICATION FOR PAYMENT After Contractor has completed all items to be completed or corrected to the satisfaction of Engineer and delivered all maintenance and operating instruc- tions, schedules, guarantees, bonds, certificates of inspection, marked-up record documents and other documents -- all as required by the Contract Docu- ments, and after Engineer has indicated that the Work is acceptable (subject to the provisions of Section 9.12), Contractor may make Application for Final Payment following the procedure for progress payments. The Final Application for Payment shall be accompanied by all documentation called for in the Con- tract Documents and such other data and schedules as Engineer may reasonably require, together with complete and legally effective releases or waivers (satisfactory to O\Yner) of all Liens arising out of or filed in connection with the Work. In lieu thereof and as approved by Owp.er, Contractor may fur- nish receipts or releases in full; an affidavit of Contractor that the re- leases and receipts include all labor, services, material and equipment for which a Lien could be filed; a representation that all payrolls, material and equipment bills, and other indebtedness connected with the Work for which - 38 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. Owner or his property might in any way be responsible, have been paid or otherwise satisfied; and, consent of the Surety, if any, to final payment. If any Subcontractor, manufacturer, fabricator, supplier or distributor fails to furnish a release or receipt in full, Contractor shall furnish a Bond or other collateral satisfactory to Owiler to indemnify Owner against any Lien. 9.11 FINAL PAYMENT AND ACCEPTANCE 9.11.1 If, on the basis of Engineer's observation of the Work during construction and final inspection, and Engineer's review of the Final Application for Payment and accompanying documentation, all as required by the Contract Documents, Engineer is satisfied that the Work has been completed and Contractor has fulfilled all of his obligations under the Contract Documents, Engineer will, within ten days after receipt of the Final Application for Payment, indicate in writing his recommendation of payment and present the application to Owner for payment. Thereupon Engineer will give written notice to Owner and Contractor that the Work is acceptable subject to all applicable provisions of the Contract Documents. Otherwise, Engineer will return the Application to Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case Contractor shall make the necessary corrections and resubmit the Application. 9.11.2 If the Application and accompanying documentation are appropriate as to form and substance, ,Owner shall, within thirty after receipt thereof pay Contractor the amount recommended by Engineer. If, through no fault of Contractor, final completion of the Work is significantly delayed thereof and if Engineer so confirms, Owner shall, upon receipt of Contractor's Final Application for Payment and recow~endation of Engineer, and without terminat- ing the Agreement, make of the balance due for that portion of the Work fully completed and accepted. 9.11.3 If any balance to be held by O\vuer for Work not fully com- pleted or corrected is less than the stipulated in the Agreement, and if Bonds have been furnished as required herein, the written consent of the Surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted Contractor to Engineer with the Application for such payment. Such paym~nt shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. 9.12 CONTRACTOR'S CONTINUING OBLIGATION Contractor's obligation to the Contract DOCiliuents shall ress or final payment by stantial Completion, nor any Documents, nor any use or nor any act of acceptance of a notice of ac nor any correction of defective perform and complete the \~ork in accordance with be absolute. Neither recommendation of any prog- r, nor the issuance of a Certificate of Sub- by Owner to Contractor under the Contract occupancy of the Work or any part thereof by Owner, Owner nor any failure to do so, nor the issuance by Engineer pursuant to Sections 9.10 or 9.11, work by Ovmer shall constitute an acceptance - 39 - 1l\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. of Work not in accordance with the Contract Documents or a release of Contrac- tor's obligation to perform the Work in accordance with the Contract Documents. 9.13 WAIVER OF CLAIMS The making and acceptance of final payment shall constitute: 9.13.1 A waiver of all claims by Owner against Contractor, except claims ar~s~ng from unsettled Liens, from defective work appearing after final in- spection pursuant to Section 9.9 or from failure to comply with the Contract Documents or the terms of any special warranties or guarantees specified therein; however, it shall not constitute a waiver by Owner of any rights in respect to Contractor's continuing obligations under the Contract Documents; and 9.13.2 A waiver of all claims by Contractor against Owner other than those previously made in writing and still unsettled. SECTION 10 CHANGES IN THE WOlli( 10.1 CHANGE ORDERS Without invalidating the Agreement, Owner may, at any time or from time to time, order additions, deletions or rev~s~ons in the Work; these will be authorized by Change Orders. Upon receipt or a Change Order, Contractor shall proceed with the Work involved. All such Work shall be executed under the applicable conditions of the Contract Documents. If any Change Order causes an increase or decrease in the Contract Price or an extension or shortening of the Contract time, an equitable adjustment will be made as provided in Section 10 or Section lIon the basis of a claim made by either party. 10.2 FIELD ORDERS Engineer may authorize minor changes in the Work not involving an adjustment in the Contract Price or the Contract Time, which are consistent with the, overall intent of the Contract Documents. These may be accomplished by a Field Order and shall be binding on Owner, and also on Contractor "Tho shall perform the change promptly. If Contractor believes that a Field Order justi- fies an increase in the Contract Price or Contract Time, Contractor may make a claim therefor as provided herein. 10.3 UNAUTHORIZED WORK Additional Work performed without authorization or a Change Order will not en- title Contractor to an increase in the Contract Price or an extension of the Contract Time, except in the case of an emergency. - 40 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 10.4 ENGINEER RECOMMENDATIONS Owner shall execute appropriate Change Orders prepared by Engineer covering changes in the Work which are required by Owner, or required because of un- foreseen physical conditions or emergencies, or because of uncovering Work found not to be defective, or because of any other claim of Contractor for a change in the Contract Time or the Contract Price which is recommended by En- gineer. 10.5 NOTICE OF CHANGE TO SURETY If notice of any change affecting the general scope of the Work or change in the Contract Price is required by the provisions of any Bond to be given to the Surety, it will be Contractor's responsibility to so notify the Surety, and the amount of each applicable Bond shall be adjusted accordingly. Con- tractor shall furnish proof of such adjustment to Owner. 10.6 CLAIMS FOR ADDITIONAL COSTS If the Contractor wishes to make a claim for an increase in the Contract Sum, he shall give the Engineer written notice thereof within ten (10) days after the occurrence of the event giving rise to such claim. This notice shall be given by the Contractor before proceeding to execute the Work, except in an emergency endangering life or property in which case the Contractor shall pro- ceed in accordance with Paragraph 10.7. No such claim shall be valid unless so made. If the Owner and the Contractor cannot agree on the amount of the adjustment in the Contract Sum, it shall be referred to the Engineer in accor- dance with Paragraph 7.8. Any change in the Contract Sum resulting from such claim shall be authorized by Change Order. If the Contractor claims that additional cost is involved because of but not limited to (1) any written interpretation of the engineer, (2) any order by the Owner to stop the Work where the Contractor was not at fault, (3) any written order for a minor change in the Work or (4) failure of payment by the Owner, Contractor shall make such claim as provided in this Subparagraph. 10.7 WORK DURING AN EMERGENCY 10.7.1 In any emergency affecting the safety of persons or property, the Con- tractor shall act to prevent threatened damage, injury or loss. In all cases he shall, as soon as practicable, notify the Owner of the emergency and he shall not wait for the instructions before proceeding to protect both life and property. 10.7.2 tractor 10.6. Any additional compensation or extension of time claimed by the Con- on account of said emergency work shall be determined under Paragraph - 41 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. SECTION 11 CHANGE OF CONTRACT PRICE AND CONTRACT TIME 11.1 CONTRACT PRICE The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to Contractor for performing the Work. All duties, re- sponsibilities and obligations assigned to or undertaken by Contractor shall be at his expense without change in the Contract Price. 11.2 CHANGE IN CONTRACT PRICE 11.2.1 Except where u it prices form the basis for payment under the Contract Documents, the Contract Price may only be changed by a Change Order. Any claim for an increase in the Contract Price shall be based on written notice delivered to Owner and Engineer within ten (10) days of the occurrence of the event giving rise to the claim. Notice of the amount of the claim with sup- porting data shall be delivered within thirty (30) days of such occurrence un- less Engineer allows an additional period of time to ascertain accurate cost data. All claims for adjustment in the Contract Price shall be determined by Engineer if Owner and Contractor cannot otherwise agree on the amount in- volved. Any change in the Contract Price resulting from any such claim shall be incorporated in a Change Order. 11.2.2 Where unit prices form the basis of payment and the quantity of any item of Work as given in the Proposal is increased or decreased, payment for such item will be made on the basis of actual quantity completed, at the contract unit price for such item. 11.3 BASIS OF CHANGE The method of determining the cost or credit to the Owner resulting from a change in the work shall be determined and mutually agreed upon by Owner and Contractor in advance of performance of the change in work in one or more of the following ways: 11.3.1 By mutual acceptance of a lump sum properly itemized, 11.3.2 By unit prices stated in the Contract Documents or subsequently agreed upon (unit prices shall include an allowance for Contractor's main office ex- pense, overhead, profit and bond), or 11.3.3 By actual cost of the changed work, plus an allowance for overhead, supervision and profit, as defined as follows: 1. The "cost of the the proper performance higher than the standard consent of the Owner) as changed work" shall mean costs necessarily incurred in of the changed work and paid by Contractor at rates not paid in the locality of the work (except with prior more specifically defined as follows: - 42 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. a. The cost of the changed work shall include: (1) Wages paid for labor in the direct employ of Contractor in the performance of the changed work in the field or in the fabrication shop under applicable collective bargaining agreements or under a salary or wage schedule agreed upon by Contractor and Owner, plus a payroll markup of 40 percent to cover all overhead items applicable to payroll, such as insurance, taxes, F.I.C.A., workmen's compensation, unemployment taxes, and union benefits. (2) Cost of all materials, supplies and equipment incorporated in the changed work. (3) Cost, including maintenance of all materials, supplies, equip- ment, temporary facilities and hand tools owned by workmen, which are consumed in the performance of the changed work, and cost less salvage value on such items used but not consumed which remain the property of the Contractor. (4) Rental charges of all necessary machinery and equipment, exclu- sive of hand tools, used in performing the changed work, including installation, minor repairs and replacements, dismantling, removal, transportation and delivery costs thereof at rental charges consistent with those prevailing in the area. (5) Cost of additional premiums for all bonds and insurance which the Contractor is required by the Owner or contract documents to purchase and maintain and which is incurred as a result of performing the changed work. (6) Sales, use or similar taxes, related to the changed work and for which the Contractor is liable, imposed by any governmental authority. (7) Permit fees, royalties, damages for infringment of patents and costs of defending suits therefore, and deposits lost for causes other than the Contractor's negligence. (8) Losses and expenses, not compensated by insurance or otherwise sustained by the Contractor in connection with the changed work pro- vided they have resulted from causes other than the sole or joint fault or neglect of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them, or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of the Owner. No such losses and ex- penses shall be included in the cost of the changed work for the pur- pose of determining the Contractor's fees thereon. If, however, such loss requires reconstruction and the Contractor is placed in charge thereof, he shall be paid for his services an additional fee computed in proportion to the sum stated above for the original changed work. - 43 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. (9) Cost of "drayage," exclusive of any drayage between shop and job- site, only when Contractor must hire an independent trucking firm and driver to perform special drayage services in performance of the changed work for which Contractor's skills, manpower and vehicles are inadequate. "Drayage" does not include transportation performed or which could have been performed by Contractor's drivers or vehicles but for their use on another project. (10) Costs incurred due to an emergency arising out of the changed work affecting the safety of persons and property. (11) Other costs incurred in the performance of the changed work if and to the extent approved in advance in writing by the Owner. (12) Cost of subcontractors in performing the Contractor's work as changed shall be computed in accordance with this paragraph 11.3.3, computed in accordance with clauses 11.3.1, .2, or .3. b. The cost of the changed work shall exclude: (1) Salaries or other compensation for Contractor's officers, execu- tive, general managers, project managers, estimators, engineers, time- keepers, surveyors, mechanics, warehousemen, auditors, accountants, purchasing and contracting agents, draftsmen (except sheetmetal draftsmen), stenographers, receptionists, and other staff employees, whether or not employed at Contractor's principal office, branch office or field office at the job site. (2) Expenses of Contractor's principal office, site field office, including without limitation the up trucks, office trailers, storage trailers, storage space, telephone, heat, lights, etc. branch office or job expense for pick- rental of office or (3) Ownership cost of maintenance expenses for Contractor-owned equipment, including without limitation all construction equipment, trucks and vehicles, machines and all other owned equipment required for Contractor's performance of the Work. (4) Cost for purchase and maintenance of tools, materials, supplies and facilities not consumed during construction or incorporated in the work. (5) Contractor's capital expense, including interest on Contractor's capital employed for the work. (6) Overhead or ited to office costs, except as general expenses or fabrication may be expressly of any kind, including but not lim- shop overhead or drafting and printing included in clause 11.3.3.1a above. - 44 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. (7) Costs due to the negligence of Contractor, any subcontractor, anyone directly or indirectly employed by any of them, or for whose acts any of them may be liable, including but not limited to injury or damage to persons or property, the correction of defective work, dis- posal of materials and equipment wrongly supplied, or making good any damage to property. (8) The cost of any item not specifically and expressly included in the terms described in clause 11.3.3.1a above. 2. Allowances for profit, overhead and nonreimbursable costs shall be computed as follows: a. For the Contractor (1) A minimum of 5% up to a maximum of 15% (the actual rate dependent of the Contractor's performance and assumed risks as determined in the sole discretion of the Owner) of all reimbursable costs defined in clauses 11.3.3.1a (1) through (12) above, and (2) A minimum of 3% up to a maximum reasonable discretion of the Owner) supervised by the Contractor as 11.3.3. No fee will be allowed on by the Contractor. of 7% (as determined at the sole for the work of subcontractors computed in accordance with clause subcontractor work not supervised (3) For first, second, and other sation for changed work under ances shall be determined at the Owner consistent with percentages tier subcontractors claiming compen- clause 11.3.3.1(a) (12), their allow- sole reasonable discretion of the in subclause (2) directly above. (4) The Owner shall have the right to examine, inspect, copy and audit the books and records of any contractor or subcontractor making claim for reimbursement for costs and allowances hereunder in order to verify the accuracy, correctness, completeness and properiety of all costs and allowances claimed. 11.4 CHANGE OF CONTRACT TIME 11.4.1 The Contract Time may only be changed by a Change Order. Any claim for an extension in the Contract Time shall be based on written notice delivered to Owner and Engineer within ten (10) days of the occur- rence of the event giving rise to the claim. Notice of the extent of the claim with supporting data shall be delivered within thirty (30) days of such occurrence unless Engineer allows an additional period of time to ascertain more accurate data. All claims for adjustment in the Contract Time shall be determined by Engineer if Owner and Contractor cannot other- wise agree. Any change in the Contract Time resulting from any such claim shall be incorporated in a Change Order. - 45 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 11.4.2 The Contract Time will be extended in an amount equal to time lost due to delays beyond the control of Contractor if a claim is made therefor as provided in ~aragraph 11.4.1. Such delays shall include, but not be limited to, acts or neglect by Owner, or to fires, floods, labor disputes, epidemics, abnormal weather conditions, or acts of God. 11.4.3 All time limits stated in the Contract Documents essence of the Agreement. The provisions of this paragraph 11.4 exclude recovery for damages (including compensation for professional services) for delay by either party. are of the shall not additional SECTION 12 SUSPENSION OF WORK AND TERMINATION 12.1 OWNER MAY SUSPEND WORK Owner may, at any time and without cause, suspend the Work or any portion thereof for a period of not more than ninety days by notice in writing to Con- tractor and Engineer which shall fix the date on which Work shall be resumed. Contractor shall resume the Work on the date so fixed. Contractor will be al- lowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension if he makes a claim therefor as provided in Sections 10 and 11. 12.2 OWNER MAY TERMINATE 12.2.1 Upon the occurrence of anyone or more of the following events: (a) If Contractor is adjudged a bankrupt or insolvent, (b) If Contractor makes a general assignment for the benefit of creditors, (c) If a trustee or receiver is appointed for Contractor or for any of Contractor's property, (d) If Contractor files a petition to take advantage of any debtor's act, or to reorganize under the bankruptcy or similar laws, (e) If Contractor repeatedly fails to supply sufficient skilled workmen or suitable materials or equipment, (f) If Contractor repeatedly fails to make prompt payments to Subcontrac- tors or for labor, materials or equipment, (g) If Contractor disregards laws, ordinances, rules, regulations or orders of any public body having jurisdiction, - 46 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. (h) If Contractor disregards the authority of Engineer, or (i) If Contractor otherwise violates in any substantial way any provisions of the Contract Documents, Owner may after giving Contractor and his Surety seven days' written notice, terminate the services on Contractor, exclude Contractor from the site and take possession of the Work and of all Contractor's tools, appliances, con- struction equipment and machinery at the site and use the same to the full ex- tent they could be used by Contractor (without liability to Contractor for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which Owner has paid contractor but which are stored else'\:<7here, and finish the i'lork as O,mer may deem expedient. In such case Con- tractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds the direct and indirect costs of completing the Work, including compensation for additional professional services, such excess shall be paid to Contractor. If such costs exceed such unpaid balance, Contractor shall pay the difference to Owner. Such costs incurred by Owner shall be verified by Engineer and incorporated in a Change Order, but in finishing the iiork, Ov~.er shall not be required to ob- tain the lowest figure for the Work performed. 12.2.2 Where Contractor's services have been so terminated by mination shall not affect any rights of Owner against Contractor or which may thereafter accrue. Any retention or payment of tractor by Ovmer will not release Contractor from liability. Owner, the ter- then existing moneys due Con- for all Work executed and to Contractor and Engineer, Owner may, to any other right or remedy, elect to ~ In such case, Contractor shall any expense sustained plus reasonable ter- 12.2.3 without abandon be paid mination Upon seven days' written notice cause and without prejudice the Work and terminate the expenses. 12.2.4 If, after notice of termination for failure obligations, it is determined that the Contractor termination shall be deemed to have been effected for Owner and the Contractor shall be paid in accordance to fulfill contract has not defaulted, the the convenience of the with paragraph 12.3. 12.3 CONVENIENCE TERMINATION BY THE OWNER The O\mer reserves the right to terminate the Work under this contract in whole, or from time to time in part, and said termination for convenience shall not be construed as a breach or the Contract. If the Contract is ter- minated for convenience, the Owner shall give the Contractor written notice specifying the extent the Work of the Contract that is being terminated and the effective date of said termination. Upon receipt of the notice of termi- - 47 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. nation, the Contractor shall stop work on the date and to the extent speci- fied. The Contractor shall place no further orders nor incur any further costs for the terminated parts of the Work. The Contractor shall further ter- minate all orders and subcontracts relating to the terminated part of the Work. The Owner shall pay the Contractor for the value of the Work terminated as completed to the termination date together with a reasonable profit on the completed Work, but no damages or costs or lost profits. Disposition of the completed parts of the terminated work, materials, equipment and other tang- ible property shall be made as agreed upon by the Owner and Contractor. The title to any property and materials retained by the Owner shall accrue to the Owner immediately upon payment by the Owner to the Contractor. 12.4 CONTRACTOR MAY STOP WORK OR TERMINATE If, through no act or fault of Contractor, the Work is suspended for a period of more than ninety days by Owner or under an order of court or other public authority, or Engineer fails to act on any Application for Payment within thirty days to pay Contractor any sum finally determined to be due, the Con- tractor may, upon seven days' written notice to Owner and Engineer, terminate the Agreement and recover from Owner payment for all Work executed and any ex- pense sustained plus reasonable termination expenses. In addition and in lieu of terminating the Agreement, if Engineer has failed to act on an Application for Payment or Owner has failed to make any payment as aforesaid, Contractor may upon seven days' notice to Owner and Engineer stop the Work until payment of all amounts then due. The provisions of this paragraph shall not relieve Contractor of his obligations to carryon the Work in accordance with the progress schedule and without delay during disputes and disagreements with Owner. SECTION 13 MISCELLANEOUS 13.1 LIMITATION OF LIABILITY In no event, either as a result of breach of contract, negligence, or other- wise, shall the Ow~er or Engineer or their agents or Employees be liable for damages or loss of profits, loss of use, loss of revenue, loss of bonding ca- pacity, or any other special, indirect or consequential damages of any kind. To the extent the Contract Documents allow any liability to be imposed, the total liability of the Owner and Engineer for any loss, claim, or damage aris- ing out of this agreement or the performance or breach thereof, shall be lim- ited to the value of the work performed. - 48 - 11\90-356GENRL Copyright 1990 ,Bonestroo, Rosene, Anderlik & Associates, Inc. 13.2 REMEDIES The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon Contractor herein and all of the rights and remedies available to Owner and Engineer thereunder, shall be in addition to, and shall not be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by law or contract, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph shall be as effective as if repeated specif- ically in the Contract Documents in connection with each particular duty, ob- ligation, right and remedy to which they apply. All representations, warran- ties and guarantees made in the Contract Documents shall survive final payment and termination or completion of this Agreement. 13.3 PUBLIC CONVENIENCE The Contractor shall at all times so conduct his work as to insure the least possible obstruction to traffic and inconvenience to the general public and the residents in the vicinity of the Work, and to insure the protection of persons and property. No road or street shall be closed to the public except with the permission of the Owner and proper governmental authority. Fire hydrants on or adjacent to the Work shall be kept accessible to fire-fighting equipment at all times. Temporary provisions shall be made by the Contractor to insure the use of sidewalks and the proper functioning of all gutters, sewer inlets, drainage ditches and irrigation ditches, which shall not be obstructed. 13.4 CROSSING UTILITIES, ETC. Where the prosecution of the Work results in the crossing of highways, rail- roads, streets or utilities under the jurisdiction of state, county, city or other public or private entities, the Contractor shall secure written permis- sion from the proper authority to cross said highway, railroad, street or utility before further prosecuting the Work. A copy of the written document granting permission shall be filed with the Ovrner and Engineer before any Work is done. The Contractor shall be required to obtain a written release from the applicable authority upon completion of the Work. A copy of this written release shall be filed with the Owner and Engineer before final acceptance of the Work is granted. 13.5 SANITARY PROVISIONS The Contractor shall provide and maintain such sanitary facilities for the use of his employees and those of his Subcontractors as may be necessary to comply with the laws, rules or regulations of the Federal, State and local govern- ments, or agencies or departments thereof. - 49 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 13.6 PRESERVATION OF HISTORICAL OBJECTS 13.6.1 Where historical objects of potential archeological or paleonto- logical nature are discovered within the areas on which the Contractor's operations are in progress, the Contractor shall restrict or suspend his operations in the immediate area of the discovery as may be necessary to preserve the discovered objects until the Owner has made arrangments for their disposition or has recorded the desired data relative thereto. 13.6.2 The Contractor objects he may discover and shall aid in the requested or ordered by be Extra Work shall Owner. shall immediately notify the Owner of any historical or become aware of as the Work is being prosecuted, preservation and salvage program decided upon, as may be the Owner. No Work which the Contractor considers to be performed without the written authorization of the 13.6.3 The Owner shall have the right to restrict or suspend the Contrac- tor's operations in the immediate area where historical objects are dis- covered for a period not to exceed 72 hours, without claim being made by the Contractor for any damages he might suffer as a result thereof. Any restrictions imposed shall not remain in effect for a period exceeding 72 hours unless mutually agreed to in writing. 13.7 USE OF PREMISES Contractor shall confine construction equipment, the storage of materials and equipment and the operations of workmen to areas permitted by law, ordinances, permits or the requirements of the Contract Documents, and shall not unreason- ably encumber the premises with construction equipment or other materials or equipment. - 50 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. FORM OF AGREEMENT /}/ ' I / THIS AGREEMENT, made and signed this-..) /LJ..:t" day of (j LCvl.j, and between the City of New Hope , hereinafter called the 0e; , 19-1 ~ by "Owner", and Richard Knutson. Inc. , hereinafter called the "Contractor". THIS AGREEMENT WITNESSETH, that the Owner and the Contractor, for the consideration hereinafter stated, agree as follows: ARTICLE I. The Contractor hereby covenants and agrees to perform and execute all the provisions of the plans and specifications as prepared by Bonestroo, Rosene, Anderlik & Associates, Inc., of St. Paul, Minnesota, and indicated below under ARTICLE IV, as provided by the Owner for: 1992 Local Street Resurfacing - Utility and Street Improvements and to do everything required by this Agreement and the Contract Documents. ARTICLE II. The Contractor agrees that the Work contemplated by this Contract shall be fully and satisfactorily completed on or before (as specified), 19_ ARTICLE III. The Owner agrees to pay and the Contractor agrees to receive and accept payment in accordance with the prices bid for the unit or lump sum items as set forth in the conformed copy of Proposal Form hereto attached, which prices shall conform to those in the accepted Contractor's Proposal on file in the Office of the Clerk. City of New Hope , the aggregate of which prices, based on the approximate schedule of quantities, is estimated to be $1. 711,360.55. ARTICLE IV. component parts: The Contract Documents shall consist of the following (a) Drawings (b) Specifications (1) Bid Documents (Advertisement, Addenda, Information to Bidders, Proposal and Bid Security); (2) Special Provisions; (3) General and Specific Requirements; (4) Conditions of the Contract (General and other conditions); (5) Performance and Payment Bond; (6) Agreement; (7) Detail Plates and other drawings attached to specifications; - 51 - Copyright 1991 Bonestroo, Rosene, AnderLik & Associates, Inc. This Agreement, together with the documents hereinabove mentioned, form the Contract and all documents are as fully a part of the Contract as if attached hereto or herein repeated. IN WITNESS WHEREOF, the parties to this Agreement have hereunto set their hands and seals as of the day and year first above written. Attest: ___(Seal) ~ 'fh jJ jl Ai:e (' ,I)/LL The City of New Hope / By /;/ / By MAYOR CONTRACTOR TITLE .TITlE CERTIFICATE OF ACKNOWLEDGEMENT State of Minnesota ) ) 55. County ofJJel}/lIe!/IJ) On thi?-: k:< it, day of _ ~tL6~ , 19 92; before me personally appeared ~~~ ~e/Cf;)~71, to me personally kn~wn, being by me duly sworn, did say that he is th~ Mayor of the City of IUtV,.,d ;lj&,i2..V , that the seal affixed to the foregoing instrument is the seal of said Cify of 4J~JJjJt~~ . and that said instrument was executed on behalf of the ..Qity ()f IfJil/./ IJt!J';tl.....U by authority of its City Council, and said .C.Ot.J//tEi1 bt:.-I<!.-C6d/l (/ acknowledged the instrument to be the free act and deed of saId City of .4J~./lvI~~ (Notarial Seal) /}~~ f!.....,:/L/~..../;::f Noty~ri Public J V '-./ HENNEPiN COUNTY My Co~__Au9. 30.1S9S - 52 - Copyright 1991 Bonestroo, Rosene, AnderLik & Associates, Inc. CERTIFICATE OF ACKNOWLEDGMENT (For use where Contractor is individual or partnership) State of Minnesota 58. County of ,0n .this.~ _.....,,,-clay of , 19_, before me personally appeared ~.?j,/ }&",n, l!-::"'~ to me personally known to be the person de~cribed iri and who executed the foregoing instrument and acknowledged that ___he executed the same as the free act and deed of the individual. (Notarial Seal) Notary Public CERTIFICATE OF ACKNOWLEDGMENT (For use where Contractor is a corporation) State of Minnesota County of }Jpl}U ) 85. On this ella/day of L];/Ilj.':i , 19 9~ before me personally appeared ~)h\QVA'i JnF{;i-iiU'h and (/ f(/(Y'l7c/cI (0, KhuNh , to me personally known who, being by me duly sworn, . each did say that they !'ire respectively theTr~y\tuv.;'- and Pll{Sltlfnf of Rf(ihQril K/lUt;"Xin,.71tc', that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was executed in behalf of the corporation by ~uthority of its Board of Directors and said 174?OStlt':'~ and Mtfs ie/fEd- acknowledged the instrument to be the free act and deed of the corporation. (Notarial - 53 - Copyright 1991 Bonestroo, Rosene, AnderLik & Associates, Inc. BOND NO. 400JG7246 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: that Richard Knutson. Inc. as Principal (hereinafter called Contractor) and, St. Paul Fire & Marine Insurance Company as Surety (hereinafter called Surety) are held and firmly bound unto the City of New Hope ____as Obligee (hereinafter called Obligee) in the amount of One million. seven hundred eleven thousand. three hundred sixty & 55/100 Dollars ($1.711,360.55 ), for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated July 31. 1992 , entered into a contract with the Obligee for construction of 1992 Local Street Resurfacing - Utility and Street Improvements in accordance with Drawings and Specifications prepared by Bonestroo. Rosene. Anderlik & Assoc., Inc. which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract in conformance with the Contract Documents, and all guaranty, indemnity and warranty obligations specified therein, and shall promptly and faithfully remedy any breach of its obligations under the Contract Documents discovered within the time limits set by statute for commencement of actions, and shall pay any damages for unexcused late completion, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration, changes or extension of time made by the Obligee. Whenever the Contractor shall be, and declared by the Obligee to be in default under the Contract, the Surety may promptly remedy the default, or shall promptly: - 54 - Copyright 1991 Bonestroo, Rosene, AnderLik & Associates, Inc. (1) Complete the Contract in accordance with its terms and conditions, or if appropriate, (2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by the Obligee and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Surety, and make available as ~ork progresses (even though there shall be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion and other costs and damages for which the Surety may be liable hereunder, but not exceeding the amount set forth in the first paragraph hereof less the balance of the contract price. The term "balance of the contract price," as used in this paragraph shall mean the total amount payable by the Obligee to Contractor under the Contract and any amendments thereto, less the amount paid by the Obligee to Contractor, of if appropriate, (3) Promptly pay such sums to the Obligee as the Obligee may be entitled from the Contractor under the Contract Documents, or for the breach thereof, but not exceeding the amount set forth in the first paragraph hereof. The surety agrees to be bound by any award granted to the Obligee against the Contractor in arbitration or judicial proceedings commenced pursuant to the Contract Documents. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Obligee named herein or the successors of the Obligee. Signed and sealed this31st day of July 92 , 19_. Richard Knutson. Inc. Contralii'!'or /'"'"" # ~ II! Ii / ) ,AI;',' \ By ~\IJ;(iI0A4) 1(j/~1t?7/Y~ ,/ ~i S~gnat~r~ ( , ih 17 ' l, /j~ n , \ \/Ilflll Uu 1/')L/lt (};1/) -. - .4 (Typed or Printed name ofJSigner) / (VaS!l f'-</~- /14-?i . :-j /" f/f;;:/ c; '" By ,#'1 ;~"L<!A-'~ C.. , i/ t-'t ...(.4 l /J: ---: i /..... t . "- - '--t/.f_ S~gna~ure/ /J/(]17cvd (~ /5IJ{/L~17 (Typed or Primted name of Signer) Ret); (~1i?1 j- Title - 55 - Copyright 1991 Bonestroo, Rosene, AnderLik & Associates. Inc. ~" /'- (: ,i ' I' v,VvL{~U Witness IAO/)" ijG~f "-- Copyright 1991 Bonestroo, Rosene, Anderlik & Associates, Inc. (If the contractor is a partnership or j oint venture, all partners or co- venturers must execute this Bond.) ST. PAUL FIRE & MARINE INSURANCE COMPANY Surety 385 Washington Street, St. Paul, Ml~ 55102 Address (612/J,21-7911 Phon,k NOlh <", f, \ ill/\ !Y~d By '----it:\ 1.,/ V l\ ~\U Signature \\ -) Mary J .'/ Cole (Typed or Printed Name of Signer) Title Attorney in Fact 7701 York Ave. So., Suite 200 (Local Address & Telephone Number) Minneapolis, MN 55435 (612) 830-3017 (The attorney-in-fact shall attach hereto a copy of his power of attorney or other document which authorizes him to act on behalf of and to bind the surety.) - 56 - CERTIFICATE OF ACKNOWLEDGMENT BY PRINCIPAL (For use where Contractor is individual or partnership) State of Minnesota 55. County of On this x/ J da;: Of/./7 ~ " , 19_, before me personally appeared / u'_Jt:z;.:~,~",-~~, -''''1-- , to me known to be the person describ~in and ~~executed the foregoing bond, and acknowledged that _he___ executed the same as the free act and deed of the individual. (Notarial Seal) Notary Public CERTIFICATE OF ACKNOWLEDGMENT (For use where Contractor is a corporation) State of Minnesota County of ';2coH On this ~3\Sf , day, of appeared She! I Jo FO'-hl/}'l --' to me personally k!!2...wt'J; "who,_ . be.ing .py me duly S}~oJ;"I:l.. ... di~/ say . th~_they are respectively the I N'1&irf/? /}tf.'')i.uft1J of 1)/(lI}U/tJ :l[l;ur~1)1/-//1C , that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was executed i.!.L9e.,half> ~f the corporation by authorytY,of its Board of Directors, and said / IIp'IJ..,<::.,!/ ttl.k;- and iY,/UJ.!JiCl'f'nr trument to be the , free act n d 58. J!~t / ~ '"--.J (Nota 385 Washington St., St. Paul, MN 55102 Full Name of Surety Company Home Office Address Agency, Inc., 7701 York Ave. So., #200 HlulH:::C1pul';'<=>, ~rN 55435 Address of Local Agency Insurance Company American Business Ins. Full Name of Surety Co. Name of Local Agency If this bond is executed outside of the State of Minnesota, it must be countersigned on the Performance Bond by a Minnesota resident agent of the Surety. Company. Name of Agent Affixing Countersignature Address MEMORANDUM: Surety. Affix here Power of Attorney and Acknowledgement of Corporate - 57 - Copyright 1991 Bonestroo, Rosene, Anderlik & Associates, Inc. ::r () r,n () '0 () () r,n moS'o~o 0" e:il (ti ~ ~ 5 c::: ~ ~.... "tl::l'" z.. Ill~a)>e.'<lo.,tt:l -'< z - III ::l ...... ~ .. ~ '< ::l .... ...... 0 III .... .... -<::r;' ~ =: 0 ~ n::r::l"::lr,nS>:j: ::r;'~~~~ S' :: ::l .... '" .... <;... ...:...: "'" o O::l::l,., ::P'",", ~ ; S' ..." .' w ~ ! H ro"," "tl~ '0 f-' Z :2: ~m=lll~ ~cn $:2: ~e.'ga::r;'~rt ~ il:=.1 " ::l::l >tl, CJ:l ....~::l~o III rH:O ;' ~ 0 ....:S:::: ~: >-3 ... ~::l t:l '< :: ~ ::rl!;..::r::l... III :: me:tl~!Jlo:gg.: i CD ~ :::~aEl CD '<l : : M~-IllCD III " (l) "'".... '1 0 : : n III III III 0 CD ....: : a;:l'<lnO"~ :: o (l) ~....o (]l :: El ~ ... ::r'1 .... :: El ...::r;ll'O::r c..;: : .... ;CD....El(]l ~:: ~. "'~;'!:;.~::;::I-'! ! o III .... CD ....... III '-<: ' ' ::l s:~ 00'1 :: (l) _ S' 8 .? g '-<: !! PI ::l "'.a n (l) :: 'g. ~~ ~'1 c..; __ '1 '1 = El III ...... <n II =s~(tiit !" : : El(l)m~>:jO , : CD::l" III 0 ! :~~r+ieS:~t-t : :o.~Ill~e.Qqo(l) : :~ en ~ p:l...... : :',~.... '" III ::l ~ . .r<;........ .... I " .... CD ~ N I-' L, ~, CD M ~r CD ~ -c h... ;" .... ~ m ~....o \.0 . :' ~ = ~lll.., N 1Il r::. m.... ::l !--- : lllm8'~;' :-0 , n~ m . L.J : ,\" i+ 0" Et II 0" I 1,'0 III '<l m ~. ~ ~ , :r-. t:J ,... . 0 : r ~ E} l!l. .... "tl ... : : ~Cll""~)> I'D i : lRlll!!iS? a : : ~ ..., = ::r '" . : C"\. .~ .......,.... CD .- i i~; a 8" ~ ~ ::a III : :\J <n ::1. S'''' ll:l Z : :~" Ill~", III tt:l 0 : i ',' s: -., .... g. s- : :""00;;1 > ~ ! :ie> 0 ::8~Z : '-ir. ~fii!!l 0 "tl . "'-<.\. P ... < = : \:... '0 tJ:l.... ....~ 0" ! ): ~ 0 -.;4, :::: : : '<ll>>"'= Sl . : ..., .... (]l ll:l ~ : : Q..::r' ~ : : oCDaz.+ ! : ....l;;.tt:l e: : Z Ol>>(]l....z l::I : 0 .....~ : .... ~o....r,n ~ I fl ~....~c::: ~ : '< 0:;:'<n:;Q .... '.' ::l' ;Jmoz)>....El I jIoof ... ~ 0 ! g: I>>~....()~~ I ..... ::s .....0"'....... P ..... ! fl ~ ~ CD ,-, (]l ~ -. I' ~ c tr :r~c ,( !iRmz~ $ "3Z-<I , iJ2-uO r ~mc::,... :le."OlD ~Z5~ ' iiii ~O'o -O~O ~C:Z2 9"z~r- .,,-imm cb~-< c.>'<l> ~- )> a- ~ [ 1 .... a ~ [ CD '1 ~ III n .... .sStitlul ST. PAUL FIRE AND MARINE ~NSURANCE COMPANY 385 Washington Street, St. Paul, Minnesota 55102 CERTIFICATE OF AUTHORITY NO. For verification of the authenticity of this Power of Attorney, you may telephone toll free 1-800-328-21 89and ask for the Power of Attorney Clerk. Please refer to the Certificate of Authority No. and the named individuaJ(s). GENERAL POWER OF ATTORNEY - CERTIFIED COpy (Original on File at Home Office of Company. See Certification.) KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, a corporation organized and existing under the laws of the State of Minnesota, having its principal office in the City of S1. Paul, Minnesota, does hereby constitute and appoint: Robert D. Karsseboom, Laurent R. Laventure, Mary J. Boesch, Carol M. Conley, individually, Minneapolis, Cole, Diann Minnesota its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as suret); any and all bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, NOT TO EXCEED IN PENALTY THE SUM OF TWENTY FIVE MILLION EACH and the execution of all such instrumem(s) in pursuance of these presents, shall be as binding upon said St. Paul Fire and Marine Insurance Company, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. This Power of Attorney is executed, and may be certified to and may be revoked, pursuant to and by authority of Article \~-Section 6(C), of the By-Laws adopted by the Shareholders of ST. PAUL FIRE AND MARI:"lE INSURANCE COMPA:'riY at a meeting called and held on the 28th day of April, 1978, of which the following is a true transcript of said Section 6(C): "The President or any Vice President, Assistant Vice President, Secretary or Service Cemer General Manager shall have power and authority (I) To appoint Attorneys-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (2) To appoint special Attorneys-in-fact, who are hereby authorized to certify to copies of any power-of-attorney issued in pursuance of this section and/or any of the By-Laws of the Company, and (3) To remove, at any time, any such Attorney-in-fact or Special Attorney-in-fact and revoke the authority given him." Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on the 5th day of ~lay, 1959, of which the following is a true excerpt: "Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." IN TESTI~10NY WHEREOF, St. Paul Fire and Marine Insurance Company has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 30th day of November, A.D. 1990. ST. PALL FIRE AND MARINE INSURANCE COMPANY DAVIDL~#~L STATE OF .\.I1NNESOTA} County of Dakota ss, On this 11 th day of January , 19 92, before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said that he/she is the therein described and authorized officer of St. Paul Fire and Marine Insurance Company; that the seal affixed to said instrument is the Corporate Seal of said Company: that the said Corporate Seal and his/her signature were duly affixed by order of the Board of Directors of said Company, IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my Official Seal, at the city of S1. Paul, Minnesota, the day and year first above written, 'lY2rvur C-I S +~ MARY C. STEMPER, Notary Public, Dakota County, MN My Commission Expires October 22, 1996 CERTIFICATION 1, the undersigned officer of St. Paul Fire and Marine Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affi,lavit, and the copy of the Section of the By-Laws of said Company as set fonh in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPA:"lY. and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Att rne' has been revoked and is now in full force and effect. 31st day of July ,1992 /kJj) ~tt' PAUL D. ZICCARELLI. Secretary IN TESTIMONY WHEREOF, 1 have hereumo set my hand this Only a certified copy of Power of Attorney bearing the Certificate of Authority No. printed in red on the upper right corner is binding. Photocopies, carbon copies or other reproductions of this document are invalid and not binding upon the Company. ANY INSTRUMENT ISSUED IN EXCESS OF THE PENALTY AMOUNT STATED ABOVE IS TOTALLY VOID AND WITHOUT ANY VALIDITY. 29550 Rev. 5-91 Printed in U,S,A. BOND NO. 400JG7246 LABOR AND MATERIAL PAnlENT BOlm KNOW ALL MEN BY THESE PRESENTS: that Richard Knutson. Inc. as Principal, (hereinafter called Contractor) and,St. Paul Fire ~ :Mariw.. IU5"r"nrp r.nmp;:Jny as Surety (hereinafter called Surety) are held and firmly bound unto the City of New Hope as Obligee (hereinafter called Obligee) for the use and benefit of claimants as hereinbelow defined, in the amount of One million. seven hundred eleven thousand. three hundred sixty & 55/100 Dollars ($1.711.360.55), for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated .:J",k; '3 j ,I clq''L entered into a contract with Obligee for construction of 1992 Local Street Resurfacing - Utility and Street Improvements in accordance with Drawings and Specifications prepared by Bonestroo. Rosene. Anderlik & Associates. Inc. which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract and shall keep the Project free and clear of all liens as provided in the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: 1. Claimant is defined as one permitted by applicable law to file a Public Contractor's Bond claim for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include without limitation that part of water, gas, power, light, heat, oil, gasoline, telephone service, rental of equipment, insurance premiums, taxes, and any items for which a claim or lien may be filed against the Obligee under the applicable law. 2. The above named Contractor and Surety hereby jointly and severally agree with the Obligee that every claimant as herein defined, who has not been paid in full may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such sums as may be justly due claimant, and have execution thereon. The Obligee shall not be liable for the payment of any costs or expenses of any such suit. - 58 - Copyright 1991 Bonestroo, Rosene, Anderl;k & Associates, Inc. 3. No suit or action shall be commenced hereunder by any claimant: (a) Unless claimant shall have filed a public contractors bond claim in the form and within the time provided under applicable law, or (b) After expiration of time for enforcement of a public Contractors bond claim by legal action. 4. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder. 5. The Contractor and Surety shall keep the Project free and clear of liens and shall promptly remove any and all liens filed against the Proj ect by claimants. 6. The Obligee's right of action on this bond, or for the breach thereof, shall not be limited by the conditions set forth in paragraphs I through 3 above. //~ l<! t/ /" l//~ 9~" ,t:;;:/ Lt.""",,-~ L ~ l/t;l>~d{j;A~~\ ',,- //}< ' . Signar~e'- /{/(!/)OfdL~M{/X12V} Titl~Typed %~~Q0:;;: of Signer) (If the contractor is a partnership or joint venture, all partners or co-venturers must execute this Bond.) - 59 - Copyright 1991 Bonestroo, Rosene, AnderLik & Associates, Inc. O~L~ LC/;Jl/ CcilY-/l"--. Witness Copyright 1991 Bonestroo, Rosene, AnderLik & Associates, Inc. ST. PAUL FIRE & MARINE INSURANCE COMPANY Surety 385 Washington Street, St. Paul,}lli 55102 Address (612) 221-7911 Phone No /\ / / ~ ~ . f f~;{, I I (~:i~) By , i\:\ v v Xl\. Signature / \ ' Mary J. JCole (Typed or Printed Name of Signer) Title Attorney in Fact 7701 York Ave. So., Suite 200 (Local Address & Telephone Number) Minneapolis, MN 55435 (612) 830-3017 (The attorney-in-fact shall attach hereto a copy of his power of attorney or other document which authorizes him to act on behalf of and to bind the surety.) - 60 - =: i: III ST. PAUL FIRE AND MARINE INSUR..~NCE COMPANY 385 Washington ~treet, St. Paul, Minnesota 55102 For verification of the authenticity of this Power of Attorney, you may telephone toll free 1-800-328-2189 and ask for the Power of Attorney Qerk. Please refer tJ:l the Certificate of Authority No. and the named individual(s). CERTIFICATE OF AUTHORrrY'NO. GENERAL POWER OF ATTORNEY - CERTIFIED COpy (Original on File at Home Office of Company. See Certification.) KNOW AI:L MEN BY ~HJ;:SE ~~ENT~: ~hat St. Paul Fire and Marine Insurance Compan" a corporation o~ganized and existing under the laws of the State of Mmnesota, havmg Its pnnClpal offIce In the City of SI. Paul, Minnesota, does hereby constitute and appomt: 1579186 Robert D. Karsseboomi Laurent R. Laventure, Mary J. Cole, Diann M. Boesch, Carol M. Con ey, individually, Minneapolis, Minnesota its true and lawful anorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, recognizances, contracts of indemnity and otherwtitings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or othernise, NOT TO EXCEED IN PENALTY THE SUM OF TWENTY FIVE MILLION ($25,000,000) EACH . . '. -.. and th~ execution of all such insrrumem(s) in pursuance of these presents, shall be as binding upon said Sf, PanlFire and Marine Insnran~e Company, as fully and ~plY, to. all intents and purposes, as if the same had been duly executed and aCknowledgerlb1 its reg1,arlf ~lecte~ offiF:sat its princi~al office.' .,.' , This Power of Attorney isexecuterl, and may be certified to and may be revoked, pursuant to and byautlUj;ity of Articlhy,~SeCtion6(C); ot the By-Laws adopted by the Shareholders of ST. PAUL FIRE AND MARINE INSURANCE COMPANY at a meetingcaUed and held orithe 2~th daY of April, 1978, of ~hich thefolI()wing is a true transcript of said Section 6(q; , ' .' .::' · ",The President or any Vice President, Assistant Vice President, Secretary or Smice CenterGeneraI Manager shall have power and authority . . (1), To appoint Attorneys-in-fact" and to authorize them to execute on behalf of the Company, and attach the Seal oUhe Company thereto, ,... I.,' . bonds .~d undertakings, recognizances, .contracts of indemnity and other writings obligatory in the natur~ thereof,and , ' .".:!, '(2)., To appoint special Attorneys-in~fact, who are hereby authorized to certify to copies orany power-at-attorney issued in pursuance of this , sectionand/or any of the By-Laws of the. Company, and' ';Ci! f,"!!!:::'!' :II;!',.< 'i .<il";',!!. <, !, i .,..' ,,',,: ,', ,(3) To remoye,'at any time, any suCh Attorney.hi-fact or Special Attorney-in-fact' andr~voK~'the aiithcifitY8iven,!i,im;'?,'\', ',..,,' ! ,.' ',' "','. .::;.:,;>}.:,:}.......:,:. :'~'.. :....':'.',.'...~;:.:/. < . ....,.:,'"':,;:~,'/ii/)/,,,"; . ,.,,:',.:,:: . ,,:,,',i" .,"':':'/;,::::/ri!;il(llIl////if:"//iJ///!!if!/(tl(li,',i/l/i:{;'!'/(:,,' ,'J ,;.:/f/('{~'; " .Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Pjr.ectqrs,of ~~idC(irimallY lidojited.iit a meeting duly" r:ealledandh,eldonthe5thdayofMay,I959.ofwhichthefollowingisatrueexcerpt: '.', ",.,:',,'::... J;: " :\\:';\:~~"!,~; .,:,<:".;,:<"",;:,;",'" ~; ~,,\;.' .' ',,' ,', ,j' ""',::',:,;".:,,::,:,:~:;.,,,::'::':- . :'-',:,",,','" , ':) ;'~Now therefore' the signatures of such officers and the seal of the Company may be affixed tOahY' r;uch'powerdf ailQrney or ariy.'certificatereJating" , thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or',facsimile'seal shall be valid and. pinding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall Qevalid and binding upon:the Company in the future with respect to any bond or undertaking to which it is attached." , ". ' I ."'!'" ,;,!:: ',:, \ . \ , '" '". ' """ " , , :. ( ; ~; :' ;, : i :( i i ; ;, i, :, _._. ", " IN TESTIMONY WHEREOF, St. Paul Fire and Marine Insurali,~e'Co~p;ny: 'h~ \~au'~edthis inst:rUment to ':be signed and its corporate seal to be affixed by its authorized officer, this 30th day ofNovembei; A.D. 1990. ;'" ' '. .' ,.:' ' ' ";; '!:1J2 ...~jW;~*. ......... ""''''~'''''''i;'''''~ , . .' ;,";:';,'::..1'(," ':\,,'\'\ ",'. ,,' MARYC:#EMPf~,Notary Public, Dakota County, MN ; : \,::: i 'My Commission Expires October 22, 1996 , :'):}I; . : ; ;; : i ~ ; : 1 ' ; :;,' WHEREOF, 1 hm h"ron" '" m, h~d mi,'i1f%!I!i'ii!./lJ1J. ~~ ji%\.~' day of July ,1992..,)y\:\(i'!\,i!!i!i,;i'.\\;:~AUL~. !~::: Secret~ OrilY'a'certified copy of Power of Anorney bearing the Certificate of Authority No. printed in red on the upper right corner is binding. Photocopies, carbon " copies or other reproductions of this document are invalid and not binding upon the Company. '. " ' ANY L"I/STRUMENT ISSUED IN EXCESS OF THE PENALTY AMOUNT STATED ABOVE IS TOTALLY VOID AND WITHOUT ANY VALIDITY. 29550 Rev. 5-91 Printed in U.S.A. ClL~ u_/;/'}'lj CLLU/f'''- Witness Copyright 1991 Bonestroo, Rosene, AnderLik & Associates, Inc. ST. PAUL FIRE & MARINE INSURANCE COMPANY Surety 385 Washington Street, St. Paul, MN 55102 Address (612) 221-7911 Phone No/--\ / {l~ .' , (l::" ,ii, t~!!'" /; l-iW,' ,,1, i 1.v. " j i\\C../l/'<../' j \\ ); lX By Signature / \ ) Mary J. ~Cole (Typed or Printed Name of Signer) Title Attorney in Fact 7701 York Ave. So., Suite 200 (Local Address & Telephone Number) Minneapolis, MN 55435 (612) 830-3017 (The attorney-in-fact shall attach hereto a copy of his power of attorney or other document which authorizes him to act on behalf of and to bind the surety.) - 60 - A4~.DIIIDo CERTIFICATE OF INSURANCE ISSUE DATE (MM/DD/YY) PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW COMPANIES AFFORDING COVERAGE f~-i:i-~~NY A INSURED f~-i:i-~~NY B COMPANY C LETTER ~~-i:i-~~NY D f~~~NY E COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION DATE (MM/DD/YY) DATE (MM/DD/YY) ALL LIMITS IN THOUSANDS GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY GENERAL AGGREGATE s CLAIMS MADE OCCUR, PRODUCTS.COMP/OPS AGGREGATE S PERSONAL & ADVERTISING INJURY S EACH OCCURRENCE OWNER'S & CONTRACTOR'S PROT, AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON.OWNED AUTOS GARAGE LIABILITY FIRE DAMAGE (Anyone fire) MEDICAL EXPENSE (Anyone COMBINED SINGLE S LIMIT BODIL Y INJURY S (Per person) BODILY INJURY S (Per accident) ~~~~~~TY S EXCESS LIABILITY EACH OTHER THAN UMBRELLA FORM STATUTORY WORKER'S COMPENSATION AND S S (EACH (DISEASE-POLICY (DISEASE-EACH EMPLOYERS' LIABILITY S OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIR~!lON DATE THEREOF, THE ISSUING COMPANY WILL c;wci":"v'"'CJ'ni'U MAIL ',Yj DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 1'l'trr'"'F'"A'!. tm'\tt-stJC'1'l~51-".1\'tLTiv,r-O$c-Nu u'DuGi'I' ,u"m PRODUCER STATE FUND HUTUAL INSURANCE COM:PANY JACK D. HERO. ACCOUNT EXECUTIVE 835 WILSON RIDGE 7500 FLYING CLOUD DRIVE EDEN PRAIRIE. MN 55344-3758 LETTER State Fund Hutual Insurance Company CO;,,1P.6,1'<'( INSURED L:::7TE~ RICHARD KNUTSON. INC. 12585 Rhode Island Avenue North Savage, Hinnesota 55378 LETTER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW Hi\VE BEE!'! INDICATED, NOTV"/ITHSTANDII\lG ANY REQUIREi"ilEi\jT, TERf'/l OR CONDIT10N OF ('"'f^'; -:::'"'::-::~ 8--:::= CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURAi'!CE AFFORDED BY -HE '"CL.iC!ES DESCRIBES EXCLUSIONS i,ND CONDITIONS OF SUCH POLICiES, DATE TYPE OF INSURANCE POLICY NUMBER POLlCY EFF;;:CTJ _ GENERAL LIABILITY COrvlPREHENSIVE FORfJ PREf'ii I SESiOPERA TIONS HAZARD PRODUCTSiC01'.1PLETED OPER. co>nRF.CTU.':"L iNDEPENDEr.-lT COI\lTRA.CTORS BPOAD ;:0;::,;,;; PROPi::RTY D/\L1,s,GE PcRSO(\,),!.,L AUTOf'iiOB1LE L1ABiLi I Y ,':',UTC P.LL OVvNED I~UTOS ( Pr!\'. Pass. ) ALL O\"/i'.tEJ ,;;UTOS Q!nsr lh2.:; i Priv. Pe-S5. ! hiRED ,L,UTOS 008591.203 06/01/92 06/01/93 G,L,R,4GE U;'.BiUTY EXCESS LlAB!UTY LH-.13RELLA FORi'l! \I!ORi\ER'S COi\iPENSl+.TION & Street Improvements CITY OF NEI.J HOPE 4401 Xylon Avenue New Hope. Minnesota 55428 .JIJJ Bonestroo Owner City of New Hope, 4401 Xylon Av N, New Hope, MN 55428 Date February 23, 1993 IEIII Rosene l-~ Anderlik & Contractor Richard Knutson, Inc., 12585 Rhode Island Av S, Savage, MN 55378 Change Order No. t ~ AssocIates Englneeu & Archtte:u Bond Co. American Business Insurance, Mary Cole, 7701 York Av S, Ste 200, Mpls., MN 55435 Sl. Paul. Mlnm~oU CHANGE ORDER NO. 1 1992 Local Street Resurfacing Utility & Street Improvements Project No. 485 File No. 34144 Description of Work Stabilization fabric was required on Northwood Parh.'Way from Boone Avenue to 100 feet west of Northwood Circle due to the silty, wet clays encounten;d within the street !-,ortion. A hydrant was relocated at 35 1/2 Street and Wisconsin Avenue. No. Contract Unit Tolal Item Unit Quantity I'rice Amount Change Order No. 1 Propex 4553 non-woven fabric SY 6,500 2.10 13,650.00 Hydrant relocation LS I 2,100.00 2,100.00 Total Change Order No. 1 $15,750.00 2 Original Contract Amount Previous Change Orders This Change Order No. 1 - ADD Revised Contract Amount (including this Change Order) $ 1,7ll,360.55 0,00 15,750,00 1,727,110.55 $ 34144,ClIA CO-l Recommended for Approval by: BONE~'TROO, ROSENE, ANDERLIK & ASSOCIATES, INC. ,;1/1 ./ /1 ji'(,//" f '/ f / t/{;v~ 7<.--:fVv?~ <::..- \-.- ' , Approved by Contractor: RICHARD KNUTSON, INe. It <7 \ JdtlJ/o IJ/!Jfv Distribution - Own er Contractor En!:,rineer Bond Co. 34144,CHA CO-2 Approved by Owner: CI1Y OF NEW HOPE, MN Date: "- ~/q /CJ-j ! '/ j!~ Bonestroo Owner City of New Hope, 440l Xylon Av N, New Hope, MN 55428 Date May 14, 1993 -=- Rosene 1\11 Anderlik & Contractor Richard Knutson, Inc., 12585 Rhode Island Av S, Savage, MN 55378 Change Order No. 2 \ AssocIates t.~lnc:efl .. ATl.hltt<U Bond Co. American Business Insurance, Mary Cole, 7701 York Av S, Ste 200, Mpls., MN 55435 .st. fl.wf. IWnnlfiota CHANGE ORDER NO. 2 1992 Local Street Resurfacing Utility & Street Improvements Project No. 485 File No. 34144 Description of Work Construct drainage improvements in the bad.:yards of 3501 Wisconsin Avenue and 9209 Northwood Parkway. ConU'acl Unit Tolal No. hem Unit Quantity Price Amount Change Order No.2 - Drainage Part A - 3501 Wisconsin Avenue Mobilization LS 1,500.00 l,500.00 2 12" PVC, SOH. 35 LF 195 19.50 3,802.50 3 12" PVC perforated drainage pipe with aggregate base & geotextile fabric LF 200 19.05 3,810.00 4 MH 4' dia. w/R1642 frame type C grate EA 1,060.00 1,060.00 5 Yard drain 2' dia. w/R1642 frame twe C grate EA 3 597.00 1,791.00 6 Connect to existing CBMH EA 310.00 310.00 7 Remove existing concrete driveway pvmt SY 60 8.00 480.00 8 6" thick concrete driveway pavement SY 60 23.00 1,380.00 9 Sod with t:xisting topsoil LF 900 2.00 1,800.00 10 Topsoil borrow CY 80 8.56 684.80 II Shape drainage swale LS 1 ,065 .00 1,065.00 Total Part A - 3501 Wisconsin Avenue $17,683.30 Part B - 9209 Northwood Park'Way 12 Mobilization LS l,500.00 1,500.00 13 12" PVC perforated drainage pipe with aggregate base & geotextile fabric LF 230 19.05 4,381.50 14 Yard drain 2' dia. w/R1642 frame type C grate EA 2 597.00 1,194.00 34144.C11A CO-1 No. Item 15 Connect to existing CBMH Sod with existing topsoil Topsoil borrow 16 17 18 Shape drainage swale Total Part B - 9209 Northwood Parkway Total Part A - 350l Wisconsin Avenue Total Part B - 9209 Northwood Parkway Total Change Order No.2 - Drainage Original Contract Amount Previous Change Orders This Change Order No. 2 - ADD Revised Contract Amount (including this Change Order) 34144,ClIA CO-2 Unit EA LF CY LS Contract Quantity 600 30 310.00 2.00 8.50 1,000.00 Unit Price Total Amount 310.00 1,200.00 255.00 1,000.00 $9,840.50 17,683.30 9,840.50 $27,523.80 $ 1,711,360.55 15,750.00 27,523.80 $ l,754,634.35 Recommended for Approval by: BONESTROO, ROSENE, ANDERLIK & ASSOCIA1ES, 1Ne. !JIj C1~IL~e---- Approved by Contractor: RICHARD KNUTSON, INC. LI I;? / ,/~ " :'/ U .~~~ Distribution - Owner Contractor Engineer Bond Co. 34144,ClIA CO-3 Approved by Owner: CITY 01]' 'W HOPE, MN 1// II ,f /a' ,,' ,./ II ~ [I . ~ fCJj{d1-U S?/?/ Date: ~5193 I / I I I I I I I I I I I I I I I I === OFFICIAL FILE COpy I I File No. 34147 1992 STREET RESURFACING PROGRAM STATE AID STREETS CITY PROJECT NO. 485 FILE NO. 34147 NEW HOPE , MINNESOTA 1992 TABLE OF CONTENTS Table of Contents Advertisement for Bids Information to Bidders Proposal Special Provisions 1700. 1710. 2104. 2105. 2112. 2130. 2211. 2232. 2331. 2357. 2502. 2521. 34147 Adjust Miscellaneous Structures - Specific Requirements General Requirements Traffic Control - Specific & General Requirements Removing Miscellaneous Structures - Specific & General Requirements Excavation & Embankment - Specific & General Requirements Subgrade Preparation Specific & General Requirements Application of Water - Specific & General Requirements Aggregate Base - Specific & General Requirements Mill Pavement Surface - Specific & General Requirements Plant-Mixed Bituminous Pavement - Specific & General Requirements Bituminous Tack Coat - Specific & General Requirements Subsurface Drains - Specific & General Requirements Walks - Specific & General Requirements T-l 2531. 0564. 2573. 2575. 24,000. Plate 1-8 Plate 1-9 Plate 1-10 Plate 1-16 Plate 1-19 Plate 1-25 Plate 1-25A Plate 1-25B Plate 2-2 Plate 4-1 Plate 4-3 Plate 4-9 Plate SP-60 Plate SP-61 Plate SP-93 Figure 6.27 TABLE OF CONTENTS (CONT'D) Concrete Curb and Gutter - Specific & General Requirements Pavement Markings - Specific & General Requirements Temporary Erosion Control - Specific & General Requirements Turf Establishment - Specific & General Requirements Sewers - Specific Requirements General Requirements Storm Sewer Manhole Junction Manhole Storm Sewer Storm Sewer Junction Manhole with Reinforced Top Slab Type II Catch Basin Manhole Type II Catch Basin Bedding Methods for RCP, VCP, & DIP Improved Foundation for RCP, VCP, & DIP PVC Pipe Bedding Gate Valve & Hydrant Detail Concrete Curb and Gutter Pedestrian Curb Ramp E618 Curb & Gutter construction at Catch Basin Concrete Collar on Type II Catch Basin Seal Between Top Slab & Manhole Section Manhole with Reinforced Center and Top Slab Crosswalk Stripping Detail Supplemental Conditions of the Contract Conditions of the Contract 34147 I hereby certify that this plan and specification was prepared by me or under my direct supervision and that I am a duly ~;g~~~~~:fes;;rnal~gineer under the lavs of the State ;/!J /~v' , Phillip Gravel, P.E. Date: June 25 1992 Reg. No. 19864 T-2 ADVERTISEMENT FOR BIDS Sealed bids will be received by the City of New Hope, Minnesota in the City Hall at 4401 Xylon Avenue until 11:30 A.M., C.D.S.T., on Wednesday, July 22, 1992, at which time they will be publicly opened and read aloud for the furnishing of all labor and materials and all else necessary for the following: Winpark Drive & Nevada Avenue ~ St~:e1f;J lmpmvemj;n~_ City Project No. 485 4,160 10,380 3,000 3,100 2,500 300 SY Mill Bituminous Surface SY Remove Bituminous Surface TN Class 5 Aggregate Base TN Bituminous BasefWear Course LF Remove & Replace Concrete Curb & Gutter LF 18" Storm Sewer With miscellaneous catch basins, bituminous patching and restoration. Plans and specifications, proposal forms and contract documents may be seen at the office of the City Clerk, New Hope Minnesota, and at the office of Bonestroo, Rosene, Anderlik & Associates, Inc., Consulting Engineers, 2335 W. Trunk Hig..hway 36, St. Paul, MN 55113, (612) 636-4600. Each bid shall be accompanied by a bidder's bond naming the City of New Hope as obligee, certified check payable to the Clerk of the City of New Hope or a cash deposit equal to at least five percent (5%) of the amount of the bid, which shall be forfeited to the City in the event that the bidder fails to enter into a contract. The City Council reserves the right to retain the deposits of the three lowest bidders for a period not to exceed 45 days after the date and time set for the opening of bids. No bids may be withdrawn for a period of forty-five (45) days after the date and time set! for the opening of bids. Payment for the work will be by cash or check. Contractors desiring a copy of the plans and specifications and proposal forms may obtain them from the office of Bonestroo, Rosene, Anderlik & Associates, Inc., upon payment of a deposit of $30.00. See "Information to Bidders" for plan/specification deposit refund policy. The City Council reserves the right to reject any and all bids, to waive irregularities and informalities therein and further reserves the right to award the contract to the best interests of the City. Daniel Donahue, Manager City of New Hope, Minnesota 34147 INFORMATION TO BIDDERS 1. BID PROCEDURE: Each planholder has been furnished a: specification, plan set and two extra proposals. Bids shall be submitted on the separate Proposal Form designated "BID COpy' and not in the specification book. The Proposal containing the bid shall be submitted in a sealed envelope. 2. DEPOSIT AND REFUND: Plans and specifications may be obtained for the deposit amount stipulated in the Advertisement for Bids. Planholders may obtain more than one set of plans and specifications for the stipulated amount, however, refunds will not be given for these additional sets. Refunds or deposit will be made to all bidders, subcontractors, and suppliers who return plans and specifications, in good condition, within 15 days of the bid date provided they: a) Were a prime bidder who submitted a bona-fide bid to the Owner, or b) Submitted quotes to at least two prime bidders which are identified with the returned plans and specifications. The following planholders need not return plans and specifications to receive a refund of deposit: a) Low prime bidder, or b) Successful low subcontractors and suppliers who notifY the receptionist within 15 days of the bid. Refunds of deposit will also be made, for one set of plans and specifications only, to those planholders who return plans and specifications at least 48 hours before the bid-letting hour. 3. INDIVIDUALDRA \VINGS AND SPECIFICATION SHEETS: Individual drawings and specifications sheets may be purchased at the rate of Five Dollars ($5.00) per sheet of drawings and Twenty-five cents ($0.25) per sheet of specifications for which no refund will be made. 1989 General J~J Sonestroo u::::JB Rosene ,~ Anderlik & '1J1 AssocIates E.ngJhecN .& ArchJu:cu $t, Paul. loC1nnacu Bidder Hardrives, Inc. Total Base Bid $237,702.93 Address 9724 10th Avenue N. Telephone No. 542-9060 City, State, Zip Plymouth, MN 55441 Fax. No. 542-8750 PROPOSAL 1992 STREET SURFACING PROGRAM NEVADA AVENUE SAP 116-320-05 AND 182-102-02 BOONE A VENUE SAP 182-101-10 WINPARK DRIVE FILE NO. 34147 NEW HOPE, MINNESOTA 1992 Opening Time: 11:30 AM., CD.S.T. Opening Date: Wednesday, July 22, 1992 Honorable City Council City of New Hope 4401 Xylon Avenue North Minneapolis, Minnesota 55428 Dear Council Members: The undersigned, being familiar with your local conditions, having made the field inspections and investigations deemed necessary, having studied the plans and specifications for the work including Addenda Nos. 0 and being familiar with all factors and other conditions affecting the work and cost thereof, hereby proposes to furnish all labor, tools, materials, skills, equipment and all else necessary to completely construct the project in accordance with the plans and specifications on file with your Clerk and Bonestroo, Rosene, Anderlik & Associates, Inc., 2335 W.Trunk Highway 36, St. Paul, Minnesota 55113, as follows: No. Item Unit Qty Unit Price Total Price Part Al - SAP 116-320-05 Nevada Avenue North-Participating 2104.501 Remove concrete curb LF 830 $ 2.00 $ 1,660.00 SY 1,730 1.50 2,595.00 SF 50 0.50 25.00 SF 465 0.75 348.75 P-1 2104.505 Remove bituminous surface (Street) 2104.509 Remove concrete walk 2104.509 Remove concrete driveway 34147,PRO No. Item Unit Oty Unit Price Tolal Price 2105.507 Subgrade excavation (EV) CY 450 $ 6.50 $ 2,925.00 2105.523 Common borrow (CV) CY 450 6.00 2,700.00 2211.501 Aggregate base, Cl. 5, 100% crushed TN 875 6.70 5,862.50 2331.504 Bituminous material for mixture TN 64.1 117.00 7,499.70 2331.508 Type 41 wearing course mixture TN 1,050 15.00 lS,750.00 2357.502 Bituminous material for tack coat GL 63 1.00 63.00 2232.501 Mill bituminous surface SY 8,590 1.00 8,590.00 2503.541 12" RC pipe sewer, Design 3006 LF 113 23.50 2,655.50 2503.541 lS" RC pipe sewer, Design 3006 LF 39 27.50 1,072.50 0503.602 Connect storm sewer to existing structure (core drill) EA 2 352.00 704.00 0504.602 Adjust existing valve box EA 3 lSO.OO 450.00 2506.508 Construct 4' dia. manhole, Design Special 1 EA 1 1,166.00 1,166.00 2506.508 Construct CB, Desi!,'1l Special 3 EA 3 880.00 2,64D.00 2506.522 Adjust existing frame and ring casting (manhole) EA 2 200.00 400.00 2506.522 Adjust (reset) frame and ring casting (catchbasin) EA 3 100.00 300.00 2521.501 4" concrete walk. SF 50 2.75 137.50 2531.501 Conc. curb and gutter, Design B618 LF 830 7.25 6,017.50 SP-1 Reinforcing for cone. curb & gutter LF 60 0.55 33.00 2531.507 6" concrete driveway pavement SF 465 3.30 1,534.50 SP-8 3" thick bit. patch (driveway) SF lSO 1.00 150.00 0563.601 Traffic control LS 1 2,000.00 2,000.00 0564.603 4" solid line white-paint LF 3,675 0.30 1,102.50 34147.PRO P-2 No. Item Unit Oty Unit Price Total Price 0564.603 24" solid line-white paint (stop bars) LF 36 $ 1.50 $ 54.00 0564.603 Variable width solid white-paint for cross walks SF 60 2.20 132.00 0564.603 4" broken line yellow-paint LF 390 0.30 117.00 2575.505 Sodding, type lawn with 3" topsoil SY 150 3.85 577.50 SP-2 Sawcut driveway or walk LF 84 2.00 168.00 SP-3 2-1/2" thick bitum. patch (street) SY 1,730 3.50 6,055.00 SP-4 Crack repair (Design Special 7) LF 492 3.00 1,476.00 SP-6 4" PE perforated drainage tubing (Design Special 6) LF 130 8.00 1,040.00 SP-7 Connect 4" drain pipe to existing structure EA 4 150.00 600.00 SP-12 Re-mortar structure concrete adjustment rings EA 1 250.00 250.00 SP-13 Remove bitJrom eX.MH cover & frame EA 5 25.00 12'i.00 Total Part Al - SAP 116-320-05 Nevada Avenue North-Participating $78,976.45 Part A2 - SAP 182-102-02 Nevada Avenue North - Participating 2104.501 Remove concrete curb LF 310 $ 2.00 $ 620.00 2104.505 Remove bituminous surface (street) SY 870 1.50 1,305.00 2104.509 Remove concrete driveway SF 150 0.50 75.00 2105.507 Subgrade excavation (EV) CY L'iO 6.50 975.00 2105.523 Common borrow (CV) CY 150 6.00 900.00 34147.PRO P-3 No. Item Unit Oty Unit Price Total Price 2211.501 Agg. base, Class 5, 100% crushed TN 295 $ 6.70 $ 1,976.50 2331.504 Bituminous material for mixture TN 21.3 117.06 2,493.38 2331.508 Type 41 wearing course mixture TN 350 15.00 5,250.00 2357.502 Bituminous material for tack coat GL 21 1.00 21.00 2232.501 Mill bituminous surface SY 2,860 1.00 2,860.00 2503.541 15" RC pipe sewer, Design 3006 LF 50 27.50 1,375.00 0504.602 Adjust existing valve box EA 1 150.00 150.00 2506.522 Adjust existing frame and ring casting (manhole) EA 1 200.00 200.00 2506.522 Adjust (reset) frame & ring casting (catchbasin ) EA 4 100.00 400.00 2531.501 Concrete curb and gutler, Design B618 LF 310 7.70 2,387.00 SP-l Reinforcing for conc. curb & gutter LF 80 0.55 44.00 2531.507 6" concrete driveway pavement SF 150 3.30 495.00 SP-8 3" thick bitum. patch (driveway) SF 50 1.00 50.00 0564.603 4" solid line white-paint LF 1,225 0.30 367.50 0564.603 24" solid line-white paint (stop bars) LF 12 1.50 18.00 0564.603 Variable width solid wh.ite-paint for cross walks SF 60 2.20 132.00 0564.603 4" broken line yellow-paint LF 130 0.30 39.00 2575.505 Sodding, Type lawn with 3" topsoil SY 50 5.00 250.00 SP-2 Sawcut driveway or walk LF 56 2.00 112.00 SP-3 2-1/2" thick bitum. patch (street) SY 870 3.50 3,045.00 SP-4 Crack repair (Design Special 7) LF 205 3.00 615.00 34147.PRO P-4 No. Item Unit Oty Unit Price Total Price SP-6 4" PE perforated drainage tubing (Design Sepcial 6) LF 50 $ 8.00 $ 400.00 SP-7 Connect 4" drain pipe to existing structure EA 2 150.00 300.00 SP-9 Patch catch basin or MH doghouse EA 1 50.00 50.00 SP-12 Re-mortar structure concrete adjustment rings EA 1 250.00 250.00 SP-13 Remove biLfrom ex MH frame & cover EA 3 25.00 75.00 Total Part A2 - SAP 182-102-02 Nevada Avenue North-Participating $27,230.38 Part B - Win park Drive Non-Participating 2104.501 Remove concrete curb LF 2,100 $ 1.80 $ 3,780.00 2104.505 Remove bitum. street surface (P) SY 10,220 1.20 12,264.00 2104.509 Remove concrete driveway SF 1,230 0.75 922.50 2104.523 Salvage casting EA 14 50.00 700.00 2105.507 Subgrade excavation (EV) CY 400 6.50 2,600.00 2105.523 Common borrow (CV) CY 400 6.00 2,400.00 2211.501 Aggr. base, Class 5, 100% crushed TN 575 6.70 3,852.50 2112.000 Subgrade and existing aggregate base preparation LS 1 2,000.00 2,000.00 2331.504 Bituminous material for mixture TN 132.3 117.00 15,479.10 2331.514 Type 31 base course mixture TN 1,160 13.00 15,080.00 2331.508 Type 41 wearing course mixture TN 1,160 15.00 17,400.00 2357.502 Bituminous material for tack coat GL 620 0.80 496.00 2503.541 12" RC pipe sewer, Design 3006 LF 42 $ 23.50 $ 987.00 2503.541 15" RC pipe sewer, Design 3006 LF 38 27.50 1,045.00 34147.PRO P-5 No. Item Unit Qty Unit Price Total Price 2503.541 18" RC pipe sewer, Design 3006 LF 228 31.00 7,068.00 0503.602 Connect storm sewer to existing structure (core drill) EA 1 440.00 440.00 0504.602 Adjust existing valve box EA 7 150.00 1,050.00 2506.508 Construct 4' dia. manhole, Design Special 1 EA 1 1,166.00 1,166.00 2506.508 Construct 4' dia. catchbasin MH, Design Special 2 EA 2 1,210.00 2,420.00 2506.508 Construct catch basin, Design Special 3 EA 1 880.00 880.00 2506.516 Casting assembly, R-I642B EA 1 165.00 165.00 2506.516 Casting, R-3067V (grate only) EA 13 100.00 1,300.00 2506.522 Adust existing frame and ring casing (manhole) EA 10 200.00 2,000.00 2506.522 Adjust (reset) frame & ring casting (catchbasin ) EA 16 100.00 1,600.00 2531.501 Concrete curb & gutter, Design B618 LF 2,100 6.15 12,915.00 SP-l Reinforcing for concr.curb & gutler LF 320 0.55 176.00 2531.507 6" concrete driveway pavement SF 1,230 3.00 3,690.00 SP-8 3" thick bit. patch (driveway) SF 820 1.00 820.00 0563.601 Traffic control LS 1 2,000.00 2,000.00 0564.603 Variable width solid white-paint for cross walks SF 110 2.20 242.00 2575.505 Sodding, type lawn with 3" topsoil SY 370 3.85 1,424.50 SP-2 Sawcut concrete or bituminous driveway or street LF 496 $ 2.00 $ 992.00 34147.PRO P-6 No. Item Unit Qty Unit Price Total Price SP-6 4" perforated drainage tubing (Design Special 6) LF 360 8.00 2,880.00 SP-7 Connect 4" drain pipe to existing structure EA 18 100.00 1,800.00 SP-9 Patch catch basin or MH doghouse EA 5 50.00 250.00 SP-10 Expose and repair existing RCP pipe joint EA 1 635.00 635.00 SP-11 Reconstruct structure invert EA 1 190.00 190.00 SP-13 Remove bitJrom ex MH frame & cover EA 9 25.00 225.00 Total Part B - Winpark Drive Non-Participating $125,334.60 Part C - SAP 182-101-10 Boone Avenue - Participating 2232.501 Mill bituminous surface SY 1,100 $ 1.50 $ 1,650.00 2331.504 Bituminous material for mixture TN 5.5 117.00 643.50 2331.508 Type 41 wearing course mixture TN 90 30.00 2,700.00 2357.502 Bituminous material for tack coat GL 66 1.00 66.00 2506.522 Adust existing frame und ring casting manhole EA 2 200.00 400.00 0563.601 Traffic control LS 1 500.00 500.00 0564.603 4" db!. solid line yellow-paint LF 250 0.60 150.00 0564.603 24" solid line white-paint (stop bars) LF 40 1.30 52.00 Total Part C - SAP 182-101-10 Boone Avenue - Participating $6,161.50 34147.I'RO P-7 No. 34147.PRO Item Unit Total Part Al - SAP 116-320-05 Nevada Avenue North Total Part A2 - SAP 182-102-02 Nevada Avenue North Total Part B - Non-Participating - Winpark Drive Total Part C - SAP 182-101-10 Boone Avenue TOTAL BASE BID P-8 Oty Unit Price Total Price $ 78,976.45 27,230.38 125,334.60 6,16150 $237,702.93 The final amount of the contract shall be determined by multiplying the final measured quantities of the various items actually constructed and installed by the unit prices therefor, in the manner prescribed in the specifications. However, the low bidder shall be determined by adding the sums resulting from multiplying the quantities stated by the unit prices bid therefor. Accompanying this bid is a bidder's bond, certified check or cash deposit in the amount of $ five percent (5 %) of amount bid , which is at least five percent (5 %) of the amount of my/our bid made payable to the Owner, and the same is subject to forfeiture in the event of default on the part of the undersigned or failure on the part of the undersigned to execute the prescribed contract and bond within fifteen (15) days after its submittal to me/us. In submitting this bid it is understood that the Owner retains the right to reject any and all bids and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this bid, it is understood that payment will be by cash or check. It is understood that bids may not be withdrawn for a period of 45 days after the date and time set for the opening of bids. It is understood that the Owner reserves the right to retain the certified check or bond of the three lowest bidders as determined by the Owner for a period not to exceed 45 days after the date set for the opening of bids. Respectfully submitted, Hardrives, Inc. Name of Bidder (A Corporation) (An Individual) (A Partnership) (Signed) Steven K. Hall Signer Vice President Title Steven K. Hall Printed Name of Signer 34147.PRO P-9 34147 SPECIAL PROVISIONS TABLE OF CONTENTS 1. PROJECT DESCRIPTION 2. SCOPE OF PROJECT 3 . SEQUENCE AND SCHEDULE 4. PERl-IITS 5. PROGRESS AND COMPLETION 6. LIQUIDATED DAMAGES 7. PROJECT MEETINGS 8. SPECIFICATION REFERENCE 9. EXISTING CONDITIONS 10. USE OF LANDS/EASEMENTS 11. UTILITIES 12. TRAFFIC 13. COORDINATION 14. STAKING 15. SURVEY MONUMENTATION 16. USE OF WATER 17. TESTS 18. SCALE 19. SITE RESTORATION 20. CLEAN-UP 21. QUANTITY VARIATIONS 22. SURFACE RESTORATION 23. SIGN, MAIL BOX, AND FENCE REMOVAL AND REPLACEMENT 24. D~J1AGE TO EXISTING BITill1INOUS PAVEMENT SPECIAL PROVISIONS 1. PROJECT DESCRIPTION: This project is a joint project between the cities of new Hope and Crystal. The proposal is separated into different sections to reflect State Aid Funding. The project consists of street and utility construction separated into the following sections: a. Nevada Avenue North: This construction provides for a bituminous overlay for Nevada Avenue between 32nd Avenue and 36th Avenue. The construction also includes the repair of existing storm sewer, driveways, and curb. A goal of the project is to raise the existing crown of the road surface with the overlay. Approximate curb removal and driveway repair areas are presently marked (painted) for review by prospective bidders. b. iHnpark Drive: This construction provides for the removal and replacement of the existing bituminous surface. The construction also includes the repair of existing storm sewer, driveways, and concrete curb and gutter. Winpark Drive is in an industrial area and is to remain open to traffic throughout the project. Approximate curb removal and driveway repair areas are presently~arked (painted) for review by prospective bidders. c. Boone Avenue: This construction consists of a mill and overlay to improve the rideability of the roadway at a railroad crossing. The Owner is the City of New Hope. 2.. SCOPE OF THE PROJECT: following. The scope of the work includes, in general, the a. Street Reconstruction b. Street Resurfacing c. Gravity storm sewer d. Site restoration Street reconstruction will be completed in existing commercial and residential areas. Access to homes and minimization of inconvenience to residents is of the utmost importance. 3. SEQUENCE AND SCHEDULING: The City Council will consider project award at a regular Council meeting on July 27, 1992. The Contractor shall not commence construction until the Owner has issued a "Notice to Proceed". This notice will not be issued until execution of the contract documents has been completed, the required permits have been received, and a preconstruction conference has been held. For purposes of planning the work, the Contractor shall assume an early start date of August 10, 1992. For Winpark Drive, curb repair, storm seil1er, and driveway repair shall be completed before the entire existing bituminous surface is removed. Bituminous areas removed for storm sewer work shall be replaced with an aggregate patch as directed to maintain traffic. 34147 SP-1 For Nevada Avenue: curb repair, storm sewer, and driveway repair shall be completed before milling. Crack repair and patching shall be completed after milling. 4. PERHITS: Permits and approvals to construct the work are required by the Minnesota Department of Transportation. Work on the project shall not begin until these permits have been acquired. The City has made application and paid the application fees for the permits/approvals. It is the Contractor's responsibility to obtain the permits and to post any bonds which may be required. The Contractor shall comply with the conditions of the permits. Any costs incurred to obtain and abide by the permit conditions are incidental to the cost of the project as a whole. 5. PROGRESS AND COMPLETION: The Contractor shall start work immediately upon award of the contract. All project work shall be completed by October 17, 1992. The Contractor shall maintain traffic through each roadway throughout the duration of the project. Specific completion dates shall be as follows: A. Nevada Avenue: This portion of the project shall be completed by September 19, 1992. B. Yinpark Drive: Sequence and schedule shall be as described in Special Provision No.3. The bituminous base course shall be placed within ten (10) working days after beginning the removal. of the entire existing bituminous surface. This portion of the proj ect shall be completed by October 17, 1992. C. Boone Avenue: The work under this portion of the project (with the exception of pavement marking) shall be completed in two (2) working days. This portion of the project shall be completed by September 19, 1992. 6. LIQUIDATED DAMAGES: Liquidated damages as specified in Section 3.9 of the Conditions of the Contract shall be Two Hundred Dollars ($200.00) per calendar day for each completion date not met. 7. PRE-CONSTRUCTION CONFERENCE: A pre-construction conference will be scheduled after receipt by the Engineer of the Contractor I s schedule. The conference will be held with the Contractor, City Public Yorks Director, City Engineer, representatives from utility companies, and other parties involved in the project. Materials (including bituminous mix design), material sources, construction methods, and scheduling will be reviewed and any questions or procedures will be clarified. 8. SPECIFICATION REFERENCE: Where the Minnesota Department of Transportation specifications are referred to herein and where a reference to the word "State" is mentioned, it is understood that the word "Owner" is substituted. All reference to the word "Engineer" shall be interpreted as the Engineer for the Owner. Minnesota Department of Transportation (l1nDOT) Specifications for Highway 34147 SP-2 Construction, 1988 Edition and rev~s~ons thereto shall apply except as noted herein. In no cases shall any part of Division I (General Requirements and Covenants) of the MuDOT Specifications apply to this contract unless specifically stated elsewhere in these specifications. All references to previous editions in the General Requirements shall be interpreted as the 1988 Edition. 9. EXISTING CONDITIONS: All prospective bidders are advised to inspect the entire project area prior to submitting a bid to satisfy, in their own minds, the existing conditions of the proj ect site. Specific information which may be appropriate to the bidders knowledge of the site conditions is addressed in the following: a. Work by others: project area. Private utility companies may be working in the b. Soil Conditions: The contractor shall investigate the subsurface conditions to his own satisfaction prior to submitting a bid and is advised to conduct his own soil borings to determine for himself the subsurface conditions which exist. Coordinate access to the site for boring purposes with the contractor grading the site. 10. USE OF LANDS: All work is to be done on public right-of-way or easements which are provided by the O,vuer. Operations shall be confined to within the limits of the right-of-way or easements provided. The Contractor may dominate the site as necessary to the quick and expedient completion of the work. However, he shall limit his use of the site to the lands necessary to the current construction of his work and shall promptly turn over other portions of the site as necessary to the work of others. 11. UTILITIES: Underground utilities are knowll to exist throughout the proj ect areas. It shall be the responsibility of the Contractor to contact all utility companies through GOPHER STATE ONE CALL (454-0002) prior to construction to determine the exact location of utilities. Companies that are known to have or will be installing utilities within the project area are: City of Crystal City of New Hope Cable TV Northern States Power Company US West (Telephone and fiber optics) Minnegasco 12. TRAFFIC: See specific traffic control equipments in Section 1710. Traffic control shall be the sole responsibility of the Contractor and shall conform to the requirements of the traffic control plan and the Minnesota Manual on Uniform Traffic Control Devices (MMUTCD). Flares or approved flashers shall be required from sunrise to sunset in the areas under construction. Traffic to the adjacent homes and businesses shall be properly maintained by the Contractor. Five W20-1D signs shall be placed prior to beginning any work on 34147 SP-3 Nevada Avenue at each end of the road and on all side streets. The lump sum bid item for traffic control for each roadway shall include all aspects of traffic control. for that particular. street. 13. COORDINATION: The ContractOr is responsible for coordinating the work of the contract and thework.ofothersrelating to the project and shall cooperate with others to cause the efficient and timely completion of the work. These responsibilfities shall include, amOng others,.thefollo'\i1ing: a. Infdrm emerge:ncy coordinators of circumstances. services and school district transportation ttafficsituation> as appropriate to the cptojErCt b. Inform New Hope st~eet department of detours and road closings that will affect traffic. c. Inform electric ,telephone , gas. cable TV and other non-municipal utilities of the planned schedule to allow for the planning of their work. d. Maintain and coordinate the access needs of the adjacent properties. 14. STAKING: The contractor shall review the survey staking needs of the project with the .Engineera.t the preconstruction conferencea.nd:peri()dically during the coUrse of thEFwork as necessa.ry cto properly plan the staking. effort. Staking shall not be laid out further ahead of the work than is necessary to properly organize and plan the work to avoid the loss of stakes. The contractor shall give the Engineer no :.les8 than 48 hours advance notice of the need for additional stakes. Stakes will be provided as are reasonably and customarily necessary to the typedf work of this project. The contractor will/be prOvided with one: set of stakes. Any restaking of work will be deducted from the amounts due the contractor. 15. SURVEY MONUl1ENTATION: All property corners and curve points will be marked by others with iron pins pridr to the start of this project. The Contractor shall inspect the completeness of the monumentation prior to commencing construction and inform the Engineer of omissions in the monumentation. Any survey points carelessly or negligently destroyed shall be replaced/rat the Contractor's expense by a registered land surveyor. 16. USE OF '<TATER: The use of hydrants is prohibited. Where water may be needed for turf maintenance, gravel base compaction (Section 2130); or' other miscellaneous needs, it shall be obtained at loading stations designated:bycthe New Hdpe Public Works Department. No payment will be made fdrwaterplaced on the project; It shalJ:be>considered incidental to the subgradepreparation or aggregate base construction 17. TESTS: The Contractor is responsible for all initial tests required to substantiate that the materials furnished meet the specifications. All subsequent testing shall be paid by the City. Test.failuresshall be retested at the Contractor's expense. 34147 SP-4 The Contractor shall assist the Engineer by notification of the pit location, scale location and all other correlated items two weeks in advance of the starting time so that the adequate control measures can be established. 18. SCALE: The Contractor shall provide the necessary scale and scale person for weighing the items furnished on a ton basis under these specifications. The scale shall be permanently in place and shall comply with the Minnesota Public Service Department Rules and be approved by the Minnesota Department of Weights and Measures. Portable scales are not acceptable. The Engineer may periodically instruct the Contractor to weigh his material at another scale other than that provided by the Contractor. In the event of a weight discrepancy, the Minnesota Department of Weights and Measures will determine the amount of difference in weight and the Engineer will adjust the weight of material being paid for accordingly. 19. SITE RESTORATION: All areas disturbed by the construction of this work shall be restored to a better or equal situation compared to the condition of the site which existed prior to construction. This may include, among other things, that the Contractor shall: a. Salvage and replace (or replace from other sources at the contractor's discretion) all topsoil that is disturbed or lost due to construction of the work. b. Seed or sod all areas specifically designated in the field by the Resident Project Representative that are disturbed by the construction of this work, and No direct compensation to the contractor shall be made for salvaging and replacing existing topsoil or the restoration of the on site erosion control. Payment for seeding or sodding of disturbed areas shall be compensated in accordance with the proposal items as specified in Specification Section 2575, Turf Establishment. 20. CLEAN UP: All work areas shall be returned to a condition equal to or better than was in existence at the beginning of the project. All construction debris shall be removed and disposed of in a manner satisfactory to the Engineer. 21. QUANTITY DEVIATIONS: Certain proposal work items are included in anticipation of the possibility that conditions may be encountered which require this work. The estimates of quantities for these Proposal Items are based upon general experience in the area. They are included in the Work to establish a bid unit price in the event that such work is necessary to complete the project. The quantity is not guaranteed and the extent of the Work required will be dependent upon prevailing conditions. As such, no unit price adjustment for any magnitude of increased or decreased quantities is allowed for the following work: a. Bituminous removal b. Drain tile c. Subgrade correction d. Aggregate backfill e. Topsoil borrow ~1~ SP-5 f. Sodding g, Pavement marking h, Crack repair 22. SlTRFACERESTORATION: The Contractor. will be <required tore;place.some driveways along the project. Concrete driveway .shallrequire a. . minimum 6 inch thick. concrete. .s.lao wit.~ 6.6/1Q;1.0 wire mesh and 6 inches of. Class or 5graveloase. PaymentforxcQnc:;ret.e driveway shall be on a square foot basis as bid. in theproPQE!111anci..in.c.ludes excavation. conc!:,ete ll(iyement. and all items. as sociateci...withit.scoi1st.t:uc:tiQIl' ClassS gravel. base as required shall be paid at the bid unit price per ton. Bituminous drives shall require a minimum 3 inch thick Type 41 bit.UIIliI),ous...weaI:' course and 6 inches of Class S 100% crushed gravel base. Payment for bituminous driveways shall be on a square foot basis as bid in the proposal and includes bituminous removal j excavation. bitUIIlinous mixture,.. ... pitUIIlinQusxmat.eI:'ial ,fQr mixture, and all items associated with its construction.. T.heCont..ractor.. shall provide a neat straight edge where the new bituminous .surface. IIlatc:h.e.s th.e existing bituminous surface. Providing a neat straight edge shall be. considered incidental to the project with no direct payment. Class 5 100% crushed aggregate base where required shall be paid at the bid unit price per ton. Driveways shall have the following sections: Concrete Driveways. (Payment per sq. ft. ): 6" Concrete with Mesh 6" Gravel Base Bituminous Driveways (Payment per sq. ft.): 3" Type 41 Bituminous Wear Course 6" 2211 100% Crushed Class 5 Aggregate Base Course Gravel Driveways (payment per ton): 611 2211 100% Crushed Class 5 Aggregate Base Course. Bituminous patch for street (Nevada Avenue) shall be where directed and shall be compensated at the. bid unit price per square yard (see Section 2331). Crack repair shall include bituminous removal and patching in accordance with the Standard Detail on Sheet 3 (see Section 2331), 23. SIGN. t1AIL BOX. AND FENCE REMOVAL AND REPLACEt1ENT: The Contractor.shall be responsible for removal, care of, and replacement of all signs, mailpoxes,postsj etc., that may be within the construction limits as directed by,:theEngineer. Such work shall be considered incidental to the project with no additional compensation allowed therefor. Mailboxes shall be replaced the same day as removed or shall be temporarily relocated so as to receive mailthro\.1ghout the 34147 SP-6 course of the construction. Temporary and final location of mailboxes shall be coordinated with the property ow-ner and US Postal Service through the Engineer. Damage to fences and mailboxes caused by the contractor due to their removal or installation shall be repaired or replaced by the contractor at his own expense. Removal and temporary and permanent installation of fences and mailboxes shall be installed no higher than 40 inches from the gutter and 6 inches from the back of curb. 24. DA..l1AGE TO EXISTING BITUMINOUS PAVEi'lENT: The Contractor shall use extreme care in operating the proper equipment on the existing bituminous pavement as not to incur any damage to the pavement. The Contractor shall be responsible for repairing damaged bituminous pavement due to his carelessness which has not been designated for removal by the Engineer. End of Section 34147 SP-7 1700. ADJUST MISCELLANEOUS STRUCTURES Specific Re~irements 1700.0. SPECIFICATION REFERENCE: Unless otherwise noted herein, all sections of the General Requirements shall apply. 1701.1. DESCRIPTION: This specification covers the work of setting the casting elevations of manholes, catch basins, and valve boxes to final grade. 1700.3. CONSTRUCTION REQUIREMENTS: Scope of Work: The procedure for adjusting structures on Winpark Drive shall be as appropriate to the standard procedures used to adjust structures within multiple lift bituminous pavement sections. The procedure shall consist of removing existing concrete adjustment rings, installing metal plates on manhole structures, paving the firsts lift of pavement, removing the plate, setting new rings and the existing casting to final grade prior to paving the final bituminous wear course. The procedure for adjusting structures on Nevada Avenue and Boone Avenue shall be to reset only those structures designated by the Engineer. Those structures not indicated for adjustment shall be left in place with milling and overlay facilitating the existing structure elevation. The scope of work shall also include miscellaneous maintenance work on existing structures. Certain structures require their concrete adjustment rings to be re- mortared without actually resetting the structure. Other structures require the patching of doghouses and patching spalled concrete. One structure requires a reconstructed invert and one broken pipe joint requires repair. Construction Details: Structures shall be adjusted such that they conform to the following requirements. a. Manholes and catch basins shall have no more than 4 nor less than 2 concrete adjusting rings. Concrete adjusting rings shall be standard, 2" thick, type reinforced rings manufactured for this specific purpose. The diameter or rectangular dimension shall conform to the type of casting on the structure. b. Mortar between the rings shall be no less than 1/4 inch nor greater than 1/2 inch. No less than 1/2 inch thickness of mortar shall be plastered around the outside of the rings to encase the rings of manhole structures (this does not apply to catch basins within curbs which shall be encased in concrete). No shims of any type shall be used to set the rings. c. Mortar shall meet requirements of MnDOT 2506.2B. d. Catch basins within curbs shall be encased in concrete in accordance with Detail Plate No. SP-60. Rim elevations shall be set to correspond with the 34147 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 1700-1 depressed curb as illustrated in Detail Plates No. 4-9 and 4-10. Adjustment of existing catch basin shall include all new adjustment rings and resetting of existing casting. e. Valves shall be adjusted by turning the threaded screw sections to achieve proper final elevations. Internal top insert sections shall not be used to accomplish the adjustment. f. The final rim surface elevation of the structure shall be 1/4 to 3/8 inch below the adjacent surface elevation. g. Miscellaneous structure maintenance (patch doghouses, re-mortar rings, etc.) shall be completed as directed by the Engineer. The work will vary from structure to structure and is expected to produce in "like new" results. 1700.5. BASIS OF PAYMENT: Payment at the unit prices bid for the work to adjust existing manholes and gate valves within paved roadway areas shall be full compensation for all costs to perform the work as specified herein and shown on the Plans including costs to perform the interim adjustments, including providing new adjustment rings and removal of existing rings. Final adjustments on new valves, manholes, or catch basins shall be incidental to the cost of each item. Adjustments to existing catch basins (where directed) shall be paid at the bid unit prices and shall be full compensation for all costs to perform the work. Payment at the unit price bid for salvage castings (grate) shall include removing the existing grate and delivering the old grate to the City I S maintenance garage. Payment at the unit price bid for casting assembly (or grate) shall include furnishing and placing casting or grate. Payment for casting assembly shall not include adjusting the catch basin or manhole. Payment at the bid unit price for miscellaneous structure maintenance shall include all work required to complete the work including removal and disposal of any excess or removed material. Payment at the bid unit price for "Expose and repair existing RCP pipe joint" shall include excavating the existing pipe joint, leveling the existing pipe, and placing a concrete collar around the existing pipe joint as directed. End of Section 34147 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 1700-2 1700. ADJUST MISCELLANEOUS STRUCTURES General Requirements 1700.1. DESCRIPTION: This work shall consist of adjusting manholes, removing and replacing frames, adjusting catch basins and gate valve boxes. 1700.2. LOCATION: The plans indicate the locations of each manhole, catch basin and gate valve within the project. The necessary vertical adjustments will be determined by the Engineer, and generally as indicated on the schedule of adjustments. The Contractor shall be responsible for the protection of all existing structures during the course of the work. The Engineer shall assist with the initial location of all manholes, catch basins and gate valve boxes. The Contractor along with the Engineer and a representative of the Owner shall inspect all manholes, catch basins and gate valve boxes prior to beginning construction. Any foreign material found in these structures will be removed immediately by the Owner's forces. Thereafter, the Contractor will be responsible for removing any such foreign material which may enter the structures during the construction period. 1700.3. CONSTRUCTION REQUIREMENTS: 1700.3.1. Ad;ust Manhole & Catch Basin Frames; Where existing frame is within 0.10 feet of plan grade no adjustment is to be made. In such cases the crown or gutter shall be either lowered or raised, as the case may be, to put the street and frame at the same grade. Where the frame must be adjusted upward the Contractor shall accomplish this adjustment with standard concrete adjustment rings of the same size as the cone or slab opening. Each adjusting ring shall be placed in a full mortar bed with the frame also resting in a full mortar bed. Adjusting rings needed to raise the casting to grade shall be incidental to the adjust item. Where the frame is to be adjusted downward, this shall be accomplished by removing the necessary number of adjustment rings from the structure. The frame shall then be reset in a full mortar bed to grade. Regardless of the direction of adjustment, no shims of any material will be allowed. The minimum thickness of all mortar joints shall be at least 1/4 inch with a maximum allowable thickness of 1/2 inch. All excess mortar from the joint shall be wiped clean from the inside of all rings and frame. All manhole castings must be replaced prior to the placing of the final wear course. 1700-1 3/89 - GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. Care shall be taken to prevent sand, chunks of concrete or any other debris from entering the structures. 1700.3.2. Remove and Replace Manhole and Catch Basin Frames: Where included in the proposal or the Specific Requirements of Section 1700, the Engineer may elect to have the Contractor remove all manhole and catch basin castings and rings if any at the beginning of the construction work. The Contractor then shall cover the openings with suitable steel plates and continue to construct and compact the subbase and base courses. Prior to placing the curbing or final wear course, the Contractor shall raise all structures to final grade following all construction requirements outlined in 1700.3.1. drainage into catch basins must be maintained during the time the casting is removed. During the same time period, the Contractor shall be responsible to keep surface water and dirt from entering the sanitary sewer system. Adjusting rings needed to raise the casting to grade shall be incidental to the remove and replace item. 1700.3.3. Reconstruct Manhole & Catch Basins: Where the Engineer requires, or where it is impossible to adjust the structure with the addition or removal of adjustment rings, reconstruction will be necessary. In such cases it will be necessary to add or remove manhole sections. Pre-cast manhole joints shall be rubber O-ring gasket type to match existing joint. In absence of the O-ring joint, older style manhole joints shall be sealed using a material similar to Ram-Nek or equal gasket material applied in accordance with manufacturer's recommendation. 1700.3.4. Ad;ust Valve Boxes: Valve the placing of the final wear course. the valve box is required. All valve adjustable type. boxes shall be adjusted to grade prior to Thorough tamping of the material around boxes are the sectional screw-threaded 1700.3.5. Valve Box Extensions: Where valve boxes cannot be adjusted without the use of extensions this item will be necessary. The contractor shall remove the upper sections, place the necessary extension and replace the upper section. Thorough tamping of material around the valve box is required. Valve box extensions that fit inside the regular top section are not acceptable. 1700.4. METHOD OF MEASUREMENT: 1700.4.1. Ad;ust Manhole & Catch Basin Frames: Adjusting frames or ring castings will be measured by the number of casting assemblies adjusted. 1700.4.2. Remove and Replace Manhole and Catch Basin Frames: Remove and replace frames will be measured by the number of castings removed and replaced. 1700.4.3. Reconstruct Manholes: Reconstructing manholes shall be measured by the lineal feet of adjustment for manholes reconstructed. 1700-2 3/89-GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. 1700.4.4. Ad;ust Valve Boxes: Adjusting valve boxes will be measured by the number of valve boxes adjusted. 1700.4.5. Valve Box Extensions: Valve box extensions shall be measured by the lineal feet of extensions furnished and installed. 1700.5. BASIS OF PAYMENT: Payment for manhole and valve adjustments at the contract unit price shall be payment in full for all costs incidental to these items. Payment shall be made based on the following schedule: 1700.503 1700.504 1700.505 Item Adjust Manhole & Catch Basin Frames Remove and Replace Manhole & Catch Basin Frame Reconstruct manhole Adjust Valve Boxes Valve Box Extensions Unit Each Item No. 1700.501 1700.502 Each Lin. ft. Each Lin. ft. End of Section 1700-3 3/89-GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. 1710. TRAFFIC CONTROL Specific Requirements 1710.0. SPECIFICATION REFERENCE: Unless otherwise noted herein, all sections of the General Requirements shall apply. 1710.1. DESCRIPTION: This specification covers the work of setting, maintaining, and removing traffic control devices during the course of the work. 1710.2. GENERAL: The Contractor shall furnish, install and maintain all traffic control devices needed to guide, warn, control, protect and/or exclude traffic from and through the project. All traffic control devices and other protective measures for the roadway and any lane closures and bypasses shall be in conformance with the Traffic Control Plan and Minnesota MUTCD. This includes painting, taping or affixing necessary pavement markings as required, and the removal of these markings along with any other conflicting markings. Requests for a short term lane closure shall be made to the Engineer at least 24 hours prior to implementing such closure. The Contractor shall furnish, erect and maintain all traffic control devices required for these lane closures. This includes, but is not limited to, barric!1di!:!s i warning signs, flaggers with two-way radios, trailers, flashers and cones. Application of traffic control devices and sign panels shall be in accordance with the MUTCD. Lane closures will not be permitted during inclement weather, nor any other time when, in the opinion of the Engineer, the lane closures could be a hazard to, or unnecessarily delay, traffic. The Contractor shall notify the Engineer at least 48 hours prior to commencing construction under this section of the contract, so that staking and/or marking of traffic control device locations can be completed and checked. The Contractor shall provide, install, maintain, and remove all traffic control devices necessary to safely and efficiently control and guide traffic in the project area, as provided in the Contract. If and were required, flaggers and how they are used shall conform to the requirements set forth in Chapter VI of the Manual on Uniform Traffic Control Devices and the following: while on duty, flaggers shall wear hard hats and reflectorized fluorescent orange vests; and flaggers shall be fully clothed when on duty - with shirt, trousers, and sturdy shoes. Only qualified flaggers shall be used. 1710.3. MATERIALS: All traffic control devices, and the materials used therein, that are used on this proj ect shall conform to the applicable requirements of the latest edition of the Minnesota Manual on Uniform Traffic Control Devices. Upon delivery to the job site, the Contractor shall store the materials at least 50 feet away from any construction areas. Vehicles and equipment shall not be stored, even temporarily, in the buffer zone of the work area or where it would 34147 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 1710-1 be so close to moving traffic that it is, in the judgement of the Engineer, a potential hazard to motorists. 1710.4. Il1PLEMENTA'l'ION: Placement of all signs and barricades shall proceed in the direction of flow of traffic. Removal of all signs and barricades shall start at the end of the construction areas and proceed toward oncoming traffic unless otherwise directed by the Engineer. The Contractor shall cover or remove all traffic control devices which may be inconsistent with traffic patterns during all stage changes. 1110.5. MAINTENANCE: The Contractor shall be responsible for the maintenance of all traffic control devices during the entire life of this Contract, including any times of. work suspension for any reason whatsoever. In addition to other general daily maintenance requirements, the Contractor shall relocate to their proper location, clean and/or realign all traffic control devices as necessary on a daily basis, including traffic control devices displaced by subcontractor operations. In the event of severe weather conditions, the Contractor shall provide additional personnel and equipment as required to maintain all traffic control devices. The Contractor shall keep all traffic control signs and devices, furnished by him, in a legible condition. This shall include, but not be limited to, removing any grime deposited on any traffic control devices by traffic or natural causes or when requested by the Engineer. During the times that any traffic control devices furnished and installed by the Contractor are in place, the Contractor shall provide a person on a daily basis to inspect and insure that all traffic control devices required for the particular traffic control stage in effect aare in accordance with the Traffic Control Plan for that particular traffic control stage. Any discrepancy between the actual devices in use and the required devices shall be immediately rectified by the Contractor. The Contractor shall furnish names, addresses, and phone numbers of at least three (3) individuals responsible for the placement and maintenance of traffic control devices. At least one of those individuals shall be Don callD 24 hours per day, seven days per week, during the times any traffic control devices furnished and installed by the Contractor are in place. The Contractor shall have at least two (2) extra Type III barricades, five (5) drums, and four (4) extra Type I barricades with flashers stored at a convenient nearby site for use in an emergency. The Contractor shall be required to respond to any request from the Engineer, or any designated representative of the City of New Hope, to improve or correct the usage of traffic control devices on, or related to, this project, within one (1) hour of the time of notification. 34147 copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 1710-2 1710.6. METHOD OF MEASUREMENT: All traffic control devices shmm in the Traffic Control Plan shall be bid on a lump sum basis, which shall include furnishing, installing, daily maintenance and ultimate removal of all such devices shown over the duration of the contract or as directed by the Engineer. Any device or sign that is not properly positioned or is out of service for more than two (2) hours .shall be immediately replaced or adjusted with no additional compensation. 1710.7. BASIS OF PAYMENT: The lump sum bid price for the item "Traffic Control" for each street shall be compensation in full for all direct and incidental costs required to provide proper traffic control on each individual street, and includes all items specified or required by the plans, these Special Provisions, and the contract. When a temporary lane closure is used by the Contractor, the closure shall be considered incidental work and no direct compensation will be made therefore. The Contractor shall not receive any compensation for traffic control devices that are damaged on the job or do not meet the specific requirements. Partial payment of the lump sum item "Traffic Control" will be measured and made using a percentage based on the following: Cumulative Percent of "Traffic Control" Item Paid Traffic Control Implemented - % of Original Contract Amount Earned - 30 % of Original Contract Amount Earned - 40 % of Original Contract Amount Earned - 50 % of Original Contract Amount Earned - 100 25 55 70 80 100 End of Section 34147 Copyright 1992 Bonestroo, Rosene, AnderLik & Associates, Inc. 1710-3 2104. REMOVING MISCELLANEOUS STRUCTURES Specific and General Requirements 2104.0. SPECIFICATION REFERENCE: Unless otherwise modified or altered herein, all sections of Mn/DOT 2104 shall apply. 2104.1. DESCRIPTION: This work shall consist of salvaging for reuse or removing items from the project area that are specifically listed on the proposal. These items include bituminous surface, concrete curb and gutter, pipe, concrete walk, concrete driveway, and other items. This work shall also include the removal of bituminous build:"up on existing manhole covers and frames. Removal shall be completed by any method determined by the contractor. Temporary replacement covers shall be furnished while removal work is being completed. 2104.2. SAYING PAVEMENT: Existing bituminous driveways and patch areas shall be saw cut along removal lines. Bituminous pavement shall be saw cut to produce a neat line. Saw cutting of edges of bituminous surfaces shall be compensated at the bid unit price per foot. The contractor is required to remove concrete driveway pavement as directed by the Engineer. Remove concrete pavement shall be at the bid unit price per square yard and shall include removal and disposal. Where an existing concrete joint is not of sufficient depth to provide a neat straight edge, the contractor shall saw through the concrete to provide a neat straight edge. Saw cutting for curb and gutter removal shall be considered incidental to the removal. 2104.3. CONSTRUCTION REQUIREMENTS: B. Removal Operations: Bituminous removal shall be by a milling machine or by some other method to provide straight edges and not disturb the existing aggregate base and curb. Concrete removal shall be where directed by the Engineer. Concrete removed in excess of the directed area shall be replaced by the Contractor with no additional compensation thereof. C. Disposal of Materials and Debris: All items shall be removed from the project site and be disposed of at a site selected by the Contractor. Such disposal areas shall be approved land fills or property under the direct control of the Contractor, in accordance with State and local rules and regulations. No burying of debris on the project site will be permitted. 2104.4. METHOD OF MEASUREMENT: Bituminous removal shall be measured by the square yard regardless of bituminous thickness. 2104.5. BASIS OF PAYMENT: Payment for removal shall be at the unit prices bid and shall be compensation in full for removal, repair and/or replacement of 34147 Copyright 1992 Bonestroo, Rosene, AnderLik & Associates, Inc. 2104-1 damaged or lost items as required, hauling of material and debris to a disposal area selected by the Contractor, complete compaction of trenches and depressions, and cleanup of the area. Payment for removal and sealing of pipe shall be at the unit price bid and shall be compensation in full for all items required to complete the work. Removal and replacement of fencing shall be considered incidental with no additional compensation allowed therefor. Payment at the unit price bid for salvage castings shall include salvaging and delivering the existing casting to the City Public Works Garage. Payment at the bid price per each for DRemove bituminous from existing manhole cover and frameD shall be full compensation for all items required to complete the work. Removal of bituminous surface for driveway patch shall be considered incidental to the bid unit price per square foot for the bituminous patch. Payment for removal of conrete curb and gutter shall include all necessary saw cutting for the removal. End of Section 34147 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 2104-2 2105. EXCAVATION AND EMBAffia1ENT Specific and General Requirements 2105.0. SPECIFICATION REFERENCE: Unless otherwise modified or altered herein all sections of Mn/DOT Standard Specifications for Construction, Section 2105 shall apply. 2105.1. DESCRIPTION: This work consists of the salvaging and placement of topsoil or topsoil borrow on all proj ect areas where required and subgrade excavation for road construction. 2105.2. MATERIALS: A. Excavation Material: Excavations will be classified for payment as either Common or Subgrade. A1. Common Excavation: Is defined as all materials removed to finish subgrade elevations as indicated on the cross sections. A4. Subgrade Excavation: Is defined as the removal of any materials, other than existing topsoil, that are determined to be unsuitable as roadway subgrade materials . Areas of subgrade excavation shall be backfilled with common borrow (select backfill) materials that are similar to the existing subgrade material and approved by the Engineer. Use of granular materials to backfill pockets of subgrade excavations within areas of clay will not be permitted. E. Geotextile Fabric: For placement on top of unstable subgrades shall meet the requirements of Section 3733, Type V. 2105.3. CONSTRUCTION REQUIREMENTS: A. General: Prior to the commencement of the excavations, the topsoil shall be striped and stockpiled for respreading upon the graded area. Striping, stockpiling, and respreading of topsoil over the graded areas shall be considered incidental to the bid items for turf establishment. B. Excavating Operations: 1. Subgrade Excavation: The soil conditions, based upon previous utility construction in the adj acent area and the soil borings, indicate that the soil is adequate for roadway subgrade purposes. However, proposal quantities for subgrade excavation and common borrow to bring the area back to original grade are inCluded in the work as a contingency in the event that subgrade correction is necessary to properly complete the work. As such the amount of work may deviate substantially from the bid quantities. The Contractor shall not however be entitled to extra compensation for increased or decreased quantities of this work. The location and extent of any required subgrade excavation shall be decided upon by the Engineer. The Contractor shall, however, inform 34147 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 2105-1 the Engineer of soil conditions encountered that may not adequately serve as roadbed subgrade. If so ordered, the Contractor shall test roll the subgrade with a loaded tandem axle truck (minimum 15 ton load) to assist in the determination of the need and locations of subgrade correction. Sub grade exCavation does not include subgrade corrective work that is necessitated by the Contractor's failure to compact the utility trenches to the requirements of the Specified Density Method as required in Specification Sections 23000, 24000, and 25000. This work is intended to remedy uncompactible soil problems, unstable soils that are found outside of the utility trench construction limits, or other soil stability problems not associated with utility trench backfill and compaction. If it is determined after review by the Engineer and discussions with the Contractor that a stable subgrade cannot be attained, geotextile fabric shall be placed over the subgrade prior to placement of gravel base. D. Disposition of Excavated Material: Excess excavation materials shall become the property of the Contractor and be disposed of in accordance with section 2105.3D. Mining of materials for removal from the project area and replacement with less desirable materials by the Contractor shall not be permitted. F. Compacting Embankments: Compaction of all embankments under roadways shall be done to Specified Density standards. G. Finishing Operations: Topsoil borrow shall be used only when specifically authoriz~d by the Engineer. It is included in the work and bid on the proposal only as a contingency to be used in areas where there may not be sufficient topsoil in place. This work shall not be substituted for the incidental work required of the Contractor to salvage and replace the existing topsoil. 2105.4. METHOD OF MEASUREMENT: A. Excavation Material: Measurement of the work for payment shall be plan quantity based upon the quantities provided in the Proposal, subj ect to the exceptions for remeasurement specified in MnDOT 2105. All excavations are considered either Common Excavation or Subgrade Excavation. B. Borrow Material: Topsoil borrow shall be measured by loose volume. Common Borrow (select backfill) shall be measured the same as subgrade excavation. The final quantity shall be determined by taking cross sections before and after placement of the common borrow. C. Salvage Material: Excavation, salvaging, and placement of existing topsoil shall be incidental. D. Subgrade Excavation: Subgrade excavation shall be measured by the cross section method. End of Section 34147 Copyright 1992 Bonestroo, Rosene, Andertik & Associates, Inc. 2105-2 2112. SUB GRADE PREPARATION Specific and General Requirements 2112. SPECIFICATION REFERENCE: Unless otherwise noted or modified herein, all sections of MnDOT 2112 shall apply. 2112.1. pESCRIPTION: This work shall consist of shaping and regrading the existing aggregate base on Winpark Drive, after installation of utilities and removal of the existing bituminous surface, to the line and grade shown on the typical section or as staked in the field by the Engineer. The intent of existing aggregate base preparation is to create uniform material and provide a shaped and compacted base for subsequent bituminous courses. It is the intent of the preparation to increase the crown of the existing roadway using either milling materials or additional aggregate as directed by the Engineer. The finished bituminous centerline shall be at the same elevation as the existing top of curb. Therefore, the finished centerline elevation of the aggregate base shall be four inches below the existing top of curb. The work shall also include the removal and disposal of any excess aggregate material. 2112.4. BASIS OF PAYMENT: Payment at the bid lump sum price for subgrade and existing aggregate base preparation shall be full compensation for all subgrade and base preparation throughout the project. 34147 Copyright 1992 Bonestroo, Rosene, AnderLik & Associates, Inc. 2130. APPLICATION OF WATER Specific and General Requirements 2130.0. SPECIFICATION REFERENCE: Unless otherwise noted or modified herein, all sections of Mn/DOT 2130 shall apply. 2130.1. DESCRIPTION: This work shall consist of the Contractor furnishing and applying water for dust control and compaction within the project limits and as directed by the Engineer. This shall include application of water on weekends and holidays when so directed by the Engineer. Water may be obtained from the Owner in accordance with the Special Provisions, Use of Water. 2130.5. BASIS OF PAYMENT: Application of water shall be considered incidental to the lump sum bid for subgrade or aggregate base preparation. No additional compensation shall be allowed for work under this item that is performed on weekends or holidays. 34147 Copyright 1992 Bonestroo, Rosene, AnderLik & Associates, Inc. 2211. AGGREGATE BASE Specific and General Requirements 2211.0. SPECIFICATION REFERENCE: Unless otherwise noted or modified herein, all sections of MnjDOT 2211 shall apply. 2211.1. DESCRIPTION: This work shall consist of the construction of aggregate bases for the roadways as indicated on the typical sections. The work shall include placing aggregate base for patch areas, for driveways, and, if necessary, supplemental aggregate for Winpark Drive. 2211.2. MATERIALS: A. Aggregate: Aggregate material used for this project shall be Mn/DOT Spec- ification 3138 for Class 5, 100% crushed quarry rock. If crushed carbonate (linestone or fraction of the carbonate aggregate insolube residue shall not exceed ten (10) percent. Insolube residue shall be tested in accordance with current Mn/DOT test procedures. Crushed concrete in lieu of crushed stone or quarry rock may be used on this project. 2211.3. CONSTRUCTION REQUIREMENTS: A. General: The existing subgrade and aggregate base shall be inspected, checked, and approved by the Engineer prior to placement of additional aggregate base. The Contractor shall install the additional aggregate base as directed after completion and approval of the shaping of the existing aggregate. The contractor shall be responsible to maintain the aggregate base until completion of bituminous surfacing as incidental to the work, with no direct payment therefor. Additional aggregate base required due to erosion, washouts, trench settlements or other similar causes shall be replaced by the contractor without additional compensation therefor. Where aggregate base is directed to be placed by the Engineer in patch areas to replace existing contaminated aggregate base, the payment for placement of the new aggregate shall include removal and disposal of the existing aggregate. C. Spreading and Compacting: The the existing and additional aggregate base shall be shaped, rolled and compacted after completion of curb and gutter repair but prior to placement of bituminous surfacing. Compaction shall be obtained by the nSpecified Density Method n . 2211.4. METHOD OF MEASUREMENT: Aggregate base used on this project shall be measured by weight in tons only of material deposited on the roadway as required by the standard cross-section shown on the plans. 34147 copyright 1992 Bonestroo, Rosene, AnderLik & Associates, Inc. 2211-1 The Contractor shall provide a means of collecting all of the weight tickets on the site. No weight tickets shall leave the site. The Contractor shall review the weight ticket collection and documentation system proposed with the Resident Project Representative prior to placement of aggregate base. 2211.5. BASIS OF PAYMENT: If aggregate base material is being wasted or placed excessively thick, the Engineer reserves the right to deduct quantities that are in excess of plan thicknesses. Said quantities shall be based on aggregate material weighing 110 pounds per square yard of area per inch of thickness. Payment for aggregate base shall include removal and disposal of the existing material which it is replacing, if necessary. Shaping and compacting of new aggregate base shall be considered incidental to the cost of the aggregate. End of Section 34147 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 2211-2 2232. ~ILL PAVEMENT SURFACE ~pecific and General Requirements 2232.0. SPECIFICATION REFERENG.E..i. Unless otherwise noted or modified herein, all sections of MnDOT 2232 shall apply. 2232.1. surface overlay. DESCRIPTION: This work consists of the milling of existing bituminous on Nevada Avenue and Boone Avenue in preparation for a bituminous 2232.3. CONSTRUCTION REQUIREMENTS: The Contractor shall mill the full widths as indicated on the typical sections and plan sheets. The milling shall vary from approximately 1_1/2" thick at the gutter edge and taper at 2.0% to the centerline. The exact thickness of the mill will depend on the slope of the existing bituminous. The finished milled surface shall be at approximately 2.0%, starting 1_1/2" down from the gutter edge. Milling on Nevada Avenue shall be completed prior to patching and crack repair. Milli on Boone Avenue shall be as directed by the Engineer. A neat, straight edge shall be provided at the curb edge for the new bituminous overlay surface. The equipment used for grinding shall be a power operated, self-propelled planing machine or grinder capable of removing the thickness of pavement described above in one pass. The equipment shall have sufficient power, traction and stability to maintain accurate depth of cut and slope. The equipment shall be capable of accurately and automatically establishing profile grades within I 1/8 inch by referencing from an independent grade control. The machine shall be equipped with means to control dust and other particulate matter created by the cutting action. The loose material resulting from the operations shall be disposed of outside of the City at a site selected and obtained by the Contractor. Excess milled material which falls from the milling machine unto the street surface shall be promptly removed and disposed of. If any concrete curb and gutter is damaged due to the milling operations, it shall be removed and replaced with no additional compensation allowed therefor. 2232.4. METHOD OF MEASUREMENT: Pavement milling will be measured by the actual area milled in square yards. The minimum milling width for measurement shall be 10 feet. Milling required for crack repair shall be considered incidental to the bid unit price for crack repair. 34147 Copyright 1992 Bonestroo, Rosene, AnderLik & Associates, Inc. 2331. PLANT MIXED BITUMINOUS PA\~MENT Specific and General Requirements 2331. O. SPECIFICATION REFERENCE: Unless otherwise noted or modified herein, all sections of Mu/DOT 2331 shall apply. 2331.1. DESCRIPTION: This work shall consist of the construction of plant- mixed bituminous base, binder, and wear courses to specified thicknesses. Type 31 base shall be used for 2-1/2" thick street patch. Type 41 Mod wear shall be used for crack repair. Type 41 wear shall be used for driveway patch. 2331.2. MATERIALS: A. Aggregate: Shall conform to the requirements of 3139 and the following gradations for each type of mix: Percentage Type 31 Type 31 Type 41 Passing (Base) (Binder) (Wear) Sieve Size ---------- ------- -------- ------- 1-1/2" 100 3/4" 70-100 100 100 5/8" 95-100 95-100 3/8" 50-95 65-95 65-90 No. 4 50-70 No. 10 25-70 35-65 35-55 No. 40 10-35 10-35 10-30 No. 200 1-8 1-8 1-8 B. Bituminous Material: Shall meet the requirements for Asphalt Cement AC-1, 85/100 or 120/150 penetration. 2331.3. CONSTRUCTION REQUIREMENTS: A. General: The Contractor shall make square, uniform cuts at the edge of all existing bituminous surfaces. B. Restrictions: All street surfaces shall be checked and approved by the resident project representative prior to placement of. bituminous. C. Equipment: The Contractor shall review his proposed grade and slope control procedure with the Engineer prior to paving. The procedure shall be subject to the approval of the Engineer. E1. Bituminous Material: The percentage of asphalt cement in the mixture shall be verified through spot checks by the Contractor during the mixture production. The Owner will verify the spot checks by having extraction tests accomplished on samples of the mixture obtained on the proj ect site. The tolerances for extraction tests shall be the same as specified for spot checks. 34147 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 2331-1 E2. Job Mix Formula (JMF): The JMF used on the project shall be submitted for review by the Engineer at the preconstruction conference. Review of the JMF will be completed within two weeks of the completion of the preconstruction conference. An approved JMF must be available a minimum of 5 calendar days prior to beginning placement of each bituminous course. Either MnDOT mix design or Contractor trial mix design procedures for determining the JMF may be used. Recycled, Type 42 mixtures may not be substituted for Type 41 mixtures. E2c. Mixture Design Requirements: The design air voids in the mixture for Type 31 base courses shall be between 3.0 and 6.0 percent. The minimum added new asphalt percentage for Type 31 base and Type 31 binder course shall be between 4.5 and 5.5 percent and for Type 32 base, between 2.5 and 4.0. The minimum added new asphalt for Type 41 wear shall be between 5.5 and 6.5 percent. E2d. Mixture Production: The gradation of the aggregate materials used in the bituminous mixture shall conform to the working range gradation of the JMF. Random sampling of all bituminous mixtures shall be accomplished on the project site to insure compliance with gradation requirements. The minimum rate of sampling will be one sample per 500 tons per day. Each sample shall weight 50 pounds and be obtained from the paved surface immediately behind the paver. Following removal of the test sample, the Contractor shall immediately patch the sampled area. Testing of the samples for gradation and oil content will be accomplished by an Independent Testing Laboratory and conform to ASTM C1l7, C136, and D2172. If the test results indicate that the gradation of the aggregate in the bituminous mixture is outside of the JMF working range, payment for bituminous mixture shall be reduced in accordance with the following formula. The difference between the failing percentage and the Jl1F working range percentage shall be multiplied by a factor of 2. The failing percentages for each sieve shall be summed and the result will equal the total percentage reduction in payment. This reduction shall be applied against all mix placed from which the test samples were obtained. H. Compaction Operations: Sufficient compaction equipment of proper size and good mechanical condition shall be employed to compact the mixture to the requirements of the "Ordinary Compaction Method" and to properly texture the finished surface. For this purpose, a vibrating steel drum roller and pneumatic tired roller shall be employed in conjunction with each other during compaction of all wear courses. This is necessary, unless written authorization to waive such requirements is received from the Engineer. J. Thickness and Surface Requirements: Street patch areas and crack repair on Nevada Avenue shall be completed after milling is completed. Patches and crack repair shall be finished to allow for the overlay of the road. 34147 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 2331-2 N. Bituminous by the Square Foot or Lineal Foot: Bituminous mixture for driveways shall be installed in accordance with the requirements of this section and Special Provision No. 22, Surface Restoration. Bituminous for crack repair shall be installed in accordance with the special detail and shall be measured by the linear foot. 2331.4. METHOD OF MEASUREMENT: A. Bituminous Mixture: The Contractor shall provide a means of collecting all of the weight tickets on the site. No weight tickets shall leave the site. The Contractor shall review the weight ticket collection and documentation system proposed with the Resident Project Representative prior to paving. B. Bituminous Material: Shall be measured by weight of the material furnished and used in all mixtures. 2331.5. BASIS OF PAYMENT: If bituminous mixture is being wasted or placed excessively thick, the Engineer reserves the right to deduct quantities that are in excess of plan thicknesses. Said quantities shall be based on bituminous material weighing 110 pounds per square yard of area per inch of thickness. Payment for "Bituminous Material for Mixture" will be based on extraction tests and the JMF. When the average oil content, as determined by the average of each day I s extraction tests, is within 0.30% of either the JHF or the specified amount of asphalt cement designated by the Engineer, payment will be based on the design oil content in the JMF. When the extraction test results average below 0.30% of the desired amount, payment will be based on the average of the test results. If the oil content, as determined by the extraction tests, averages more than 0.30% over the desired amount, payment will be based on the desired amount plus 0.30%. Payment at the unit price bid per square foot for 3" Thick Bituminous Patch (Driveway) shall be full compensation for all materials required to complete the work including removal of existing bituminous surfacing and bituminous material in the mixture. Payment at the unit price bid per square yard for 2-1/2 inch thick bituminous patch (street) shall be full compensation for all materials required to complete the work, including bituminous material in the mixture. Payment for bituminous removal for street patching shall be compensated at the bid unit price per square yard for bituminous removal. Payment at the bid unit price per linear foot for crack repair shall include bituminous milling (removal), aggregate base compaction, tack, and bituminous patch as shown on Design Special 7. End of Section 34147 Copyright 1992 Bonestroo, Rosene, AnderLik & Associates, Inc. 2331-3 2357. BITUMINOUS TACK COAT Specific and General Requirements 2357.0. SPECIFICATION REFERENCE: Unless otherwise noted or modified herein, all sections of Mu/DOT 2357 shall apply. 2357.2.1. Bituminous Materials: Bituminous materials for tack coat shall meet the requirements for RC 70 or RC 250. 2357.5. BASIS OF PAYMENT: The unit price bid for tack coat shall include cleaning of all debris and dirt from previous bituminous courses prior to placement of tack coat. 34147 Copyright 1992 Bonestroo, Rosene, Andertik & Associates, Inc. 2502. SUBSURFACE DRAINS Specific and General Requirements 2502.0. SPECIFICATION REFERENCE: Unless otherwise noted or modified herein, all sections of MoDOT 2502 shall apply. 2502.1. DESCRIPTION: This work consists of the installation of 48 perforated drainage tubing where indicated on the plans in accordance with the standard detail. Draintile is to be used for either street base drainage or drainage of storm sewer utility trenches. 2502.2. MATERIALS: 2502. 2B. lip.eJ. Shall be 4 n Corrugated Polyethylene Tubing (PE) per Mu/DOT 3278. 2502.20. Granular Materials: Trench backfill shall be Course Filter Aggregate (3149.2H). 2502.2F. Geotextile, Type I: All PE shall be wrapped in a fabric or knit sock, or the granular backfill shall be wrapped with a geotextile fabric. 'Whether the pipe or the aggregate is wrapped with a geotextile fabric shall be the decision of the Engineer and shall be approved prior to construction. 2502.3. CONSTRUCTION REQUIREMENTS: 2502.3A. Excavation: Trench width shall be 8" m~n1mum, 24n maximum. Storm sewer trench tile shall be placed in the trench excavated for storm sewer installation. 2502.3C. Backfill: If pipe and filter aggregate are not placed simultaneously by the trenching machine, the Contractor shall insure that the pipe is properly aligned in the shaped cradle before placing the enclosing filter aggregate. At time of placement, filter aggregate shall be free-flowing, but with adequate moisture to permit satisfactory compaction. The aggregate shall be compacted with a vibratory plate compactor to the satisfaction of the Engineer and with equipment meeting the following specifications: a. The width of the plate shall be less than the width of the trench, but no more than 6 inches less than the width of the trench. b. The length of the plate shall be 20 inches Z 2 inches. c. The compactor shall vibrate at a minimum 2000 cycles per minute based on manufacturer's published specifications. d. The compactor shall deliver a minimum impact force of 6000 Ibs. based on manufacturer's published specifications. 34147 Copyright 1992 Bonestroo, Rosene. Anderlik & Associates, Inc. 2502-1 Where the trench depth exceeds 2aG. the aggregate shall be compacted in two approximately equal lifts. If the compactor is not attached to the trenching machine, it shall travel at a rate not greater than the equivalent speed of the trenching operation. The entire energy/weight of the compactor shall be transmitted via the plate to the trench. The plate shall extend below the bottom of the compactor a sufficient distance so that even after compaction, no portion of the energy will be dissipated in material adjacent to the trench. Compaction by tire rolling or by vibratory drum compactors associated with another phase of the construction activity will not be permitted. 2502.4. METHOD OF MEASUREMENT AND PAYMENT: The unit price bid per foot for 4G PE Corrugated Perforated "Drainage Tubing shall be full compensation for all items required to complete the work including trenching, pipe, installation, aggregate, and compaction. Connections to existing structures shall be paid for separately. Connections to new structures shall be incidental to the cost of the new structure unless field changes are made which would require connecting drain tile to a new structure that is not shown on the plans. End of Section 34147 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 2502-2 2521. RALKS. Specific and General Requirements 2521.0. SPECIFICATION REFERENCE: Unless otherwise modified or altered herein all sections of Mn/DOT 2521 shall apply. 2521.2. MATERIALS: A. Concrete: The air content of the concrete shall not be less than 4-1/2 nor more than 7-1/2 percent. G. Granular Materials: Subbase shall meet the requirements of granular borrow (3149A) except that 100 percent of the material shall pass a 1-1/2 inch sieve. 2521.3. CONSTRUCTION REOUIREMENTS: A. Foundation Preparation: The finished foundation shall have a transverse slope of not more than one-half inch per foot. All soft and spongy areas shall be removed and all depressions filled and thoroughly compacted in layers not exceeding six inches in thickness. Compaction shall be obtained by the "Specified Density Method" and meet or exceed 95 percent of Maximum Density. C. Concrete: C2. Joint Construction: Expansion joints shall be placed a maximum of 40 feet apart. Spacing of contraction joints shall equal the width of the walk. Where indicated on the plans, other jointing shall be placed as shown or as directed by the Engineer. 2521.5. BASIS OF PAYMENT: The unit price bid for concrete walk shall include all excavation, grading, materials (including subbase and grading for subbase), labor, and equipment required to complete the construction. Additional work for construction of pedestrian curb ramps shall be incidental to the bid unit price for walk construction. 34147 Copyright 1992 Bonestroo, Rosene, AnderLik & Associates, Inc. 2531. CONCRETE ClffiB AND GUTTER Specific and General Requirements 2531. O. SPECIFICATION REFERENCE: Unless otherwise noted or modified herein, all sections of Mn/DOT 2531 shall apply. 2531.1. DESCRIPTION: This work shall consist of installing concrete curb and gutter and concrete driveway pavement where shown on the plans. Concrete curb and gutter shall be installed to match the existing type adjacent to the curb installation. 2531.2. MATERIALS: A. Concrete: The air content of the concrete shall be not less than four (4) nor more than seven (7) percent. 2531.3. CONSTRUCTION REQUIREMENTS: A. Foundation Preparations: The contractor shall shape and compact the gravel base prior to starting concrete curb and gutter construction. C. Joint Construction: Expansion joints shall be placed at intervals of not more than sixty (60) feet for manual placement and not more than 200 feet for slip-form placement. D. Metal Reinforcement: Reinforcement of curb and gutter shall be provided at all utility trench crossings as directed by the Engineer. The reinforcing shall consist of two (2) - 20 foot #4 reinforcing rods centered over the trench and placed three (3) inches above the bottom of the curb. H. Joint Sealing: Shall not be required. J. Backfill Construction: Backfilling of the curb and gutter shall be completed immediately after the curing period and prior to bituminous surfacing of the roadway. Extreme care must be exercised by the contractor during this operation to prevent horizontal displacement of the curb and gutter. Backfilling shall be considered incidental to the construction. 2531.4. METHOD OF MEASUREMENT: A. By Linear Foot: At alleys and private entrances, curb and gutter shall be measured by the linear foot placed. Concrete valley gutter shall be measured as indicated in Detail Plate 4-11. 2531.5. BASIS OF PAYMENT: Reinforcing for concrete curb and gutter shall be paid for at the bid unit price per lineal foot of concrete curb reinforced as stated in the proposal. The unit price bid for 611 concrete driveway pavement shall include furnishing and installing subbase materials. 34147 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 0564. PAVEMENT MARKINGS Specific and General Requirements 0564.1. DESCRIPTION: This work shall cons ist of furnishing and applying durable reflectorized pavement markings (paint) for control and. guidance of traffic in accordance with the Plans and as directed by the Engineer. 0564.2. MATERIALS: Shall conform to Mn/DOT standards for paint or Mn/DOT 3354 for Preformed Plastic Markings for Permanent Traffic Lane Delineation and Legends. A. Paints: Shall be yellow or white in color and shall conform with the current Mn/Dot Specification 3567 and be marked as follows: 1. Manufacturer's Name 2. Place of Manufacture 3. Date of Manufacture 4. Color of Material 5. Batch Number All paints shall be presently approved by the Minnesota Department of Transportation and the approval of the Project Engineer shall be obtained prior to start of painting operations. Paints shall be either hot or cold and meet the following requirements: AI. Hot Paint: Hot paint shall conform to the requirements of one of the following materials: Al.a. Rapid dry paint as contained in Chapter II, Paints, Subsections A and B of the ITE Standard. Al.b. Type F traffic paint as contained in AASHTO Specification Designation M248. A2. Cold Paint: Cold paint shall conform to the requirements of one of the following materials: A2.a. Conventional paint as contained in Chapter II, Paints, Subsections A and B of the ITE Standard entitled, "A Model Performance Specification for the Purchase of Pavement Marking Paints and Powders, "except that in lieu of the requirements contained in Subsection B7, the paint shall not show bleeding sufficient to impair the color and visibility of the paint when applied to a suitably prepared and cured asphaltic surface in accordance with Federal Specification TT-115c. 34147 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates. Inc. 0564-1 A2.b Type S or Type N traffic paint as Specification for Ready-Mixed White Paints, AASHTODesignation M248. contained in the and Yellow Traffic B. Glass Beads: Drop on type glass beads (spheras) for use in reflectorizing traffic paint shall meet following general and specific requirements. B1. General Requirements: The glass beads shall be of good commercial quality, entirely suitable for the purpose intended. The beads shall be treated with a dry additive to provide good flow qualities under all conditions of humidity. No waxes, oils, or silicons shall be used. They shall show no tendency to absorb moisture in storage, remains free of clusters, and shall flow freely from dispensing equipment under any weather conditions suitable for striping. B2. Specific Requirements B2.a. Gradation The gradation shall meet the following requirements: Passing Number 20 Sieve ............................. 100 Percent Passing Number 30 Sieve .......................... 75-~00 Percent Passing Number 50 Sieve ........................... 15-35 Percent Passing Number 100 Sieve .......................... 0-5 Percent B2.b. Imperfects: The beads shall be transparent and colorless. They shall be spherical in shape with not more than three percent chips or unfused angular glass nor more than 25 percent imperfects when tested in the following manner. Determination of ovates and imperfacts: B2. b .1. A sample of approximately 50 grams shall be obtained by riffling. A representative sample of it shall be taken with a spoon and spread on a one-inch strip of adhesive-type cellophane tape. B2.b.2. All non-reflecting and partial reflective beads shall be counted as imperfect and reported in terms of percent of total number of beads viewed, using a 45-power microscope. a. Non-reflecting beads include all cullet and beads having etched surfaces; milky, opaque and hollow beads. b. Partial reflectors are beads having scratches, pits, fractures, or containing bubbles that are greater than one- half the diameter, or being clusters of two or more beads. B2.b.3. The test shall be made on three individual strips and the average of the three tests shall be taken as the percent of imperfect beads. B2.c. Refractive Index: The beads shall have a minimum refractive index of 1. 50. 34147 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 0564-2 B3. Methods of Sampling and Testing Glass Beads: B.3.a. B.3.b. B.3.c. B4. Sieve Analysis: ASTM D 1214 Refractive Index: The refractive index shall be tested by liquid immersion method (Becke Line Method or equal) at a temperature of 25 50C. Samples shall be taken at destination in the ratio of one sample per 10,000 pounds of beads. Additional samples to be taken as required by the Engineer. Samples are to be reduced to less than one quart by use of a sample splitter. Packaging and Marking of Class Beads: The beads shall be packaged in 50 pound moisture-proof milti-wall shipping bags. The average weight per bag shall be no less than 50.0 pounds. Deductions will be taken for shipments not meeting this average weight requirement. The bags shall be shipped on double faced, 40 inch x 42 inch pallets. Forty bags shall be well stacked on each pallet. Containers and their contents are to be delivered in good, dry condition. Each container shall contain the following information: name and address of manufacturer, shipping point, trademark or name, the wording Bglass beadsB, the specification number, net weight, the lot or batch number, and the month and year of manufacture. B5. Rejection of Class Beads: Beads that do not conform to the requirements of these specifications will be considered defective. Upon written notice, the supplier shall replace the beads with beads meeting the requirements of these specifications within the period specified in the notice. Defective beads that have been used will be paid for at a reasonable value determined by the Minnesota Department of Transporation. 0564.3 CONSTRUCTION REQUIREMENTS A. General: Contractor shall meet with the Engineer prior to paving the final wear course to discuss coordination of bituminous and marking placement. Bituminous placement shall be adjusted to eliminate bituminous seams in areas of marking placement. Cross walk placement and layout shall be approved by the City street superintendent prior to installation. B. Restrictions: Application of pavement markings during hours of darkness will only be allowed by approval of the Engineer. C. Alignment ~ Dimensions: The Contractor shall place necessary spotting at appropriate points to provide horizontal control for striping and determine necessary starting and cutoff points. The Contractor shall place a stringline for installation guidance for all centerline markings. The Contractor shall use the concrete curb for control in stringline and spotting placement. Skip line 34147 Copyright 1992 Bones troo , Rosene, Anderlik & Associates, Inc. 0564-3 intertlals need not be marked. Longitudinal joints and pavement edges shall serve as horizontal control when so directed. A tolerance of 1/8 inch under or 1/2 inch over the specified width will be allowed for striping approved the variance is gradual and does .not detract from the ... general appearance. Skip line segments may vary up to one foot from the specified lengths provided the over and under variations are reasonably compensatory. Alignment deviations from the control guide shall not exceed 2 inches. Material shall not be applied over a longitudinal joint. D. Application Procedures: Markings shall be applied in accordance with the following: 1. Surface Condition: Pavement shall be clean and dry. All contaminants such as dirt and loose asphalt particles shall be removed prior to application. Liquid primers shall not be used unless specified by manufacturer. 2. Ambient Conditions: 50 F, minimum. 3. Pavement Temperature: 160 F, maximum. 4. Construction Joint: Wherever possible, markings shall be placed adjacent to rather than on the joint. 5. Application: Shall be accomplished either with mechanical applicator or manually as specified below: a. Mechanical Application: Mechanical applicator shall be capable of applying standard longitudinal striping configurations, skip, and solid lines up to a maximum line width of seven inches at speeds compatible with the paving operation. Pavement shall be allowed to cool to approximately 150 F. Application shall be started only after sufficient pavement compaction is completed (after Engineer has judged pavement acceptable to carry vehicular traffic and alignment spotting. If possible, a minimum distance of 1200 feet shall be maintained between the paving and marking operation for facilitate alignment. Markings shall be embeded with compaction roller using m~n~um water and no vibrations. Rollers shall not turn on the markings. Initial rolling shall be in same direction as applicator travel to minimize buckling in front of roller. b. Manual Application: After initial compaction of pavement, position of pavement markings shall be marked with chalk or crayon. Symbols and legends shall be applied by hand to the pavement. With multiple piece markings, only butt splices shall be used and overlapping of material shall not be permitted. 34147 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 0564-4 Material in rolls for line type markings shall be applied using a manual roller applicator or be unrolled and applied by hand to the pavement. Yhere splicing is necessary, only butt splices shall be used and overlapping of material shall not be permitted. Applied markings shall be tamped ,l1ith brush or roll tamper device to assure initial adhesive contact. l'1arkings shall be embeded with compaction roller using minimum water and no vibrations. Rollers shall not turn on the markings. Initial rolling shall be in same direction as applicator travel to minimize buckling in front of roller. N.Q.t.e...t Inlay depth is dependent on pressure and temperature. Several passes of the roller may therefore be required to achieve desired degree of embedment, since pavement cooling rate will vary widely depending on ambient conditions, delivered mix temperature, mat thickness and time in place. If marking buckles or distorts severely in front of roller, mat temperature or roller speed may be too high. E. Marking Operations and Details: Unless otherwise indicated all pavement stripping shall be 4 inches wide. Skip lines shall be applied in lengths of 10 feet separated by gaps of 30 feet. F. Correction.Q.f Defects: All markings not conforming to the requirements shall be removed and replaced or otherwise repaired to the satisraction or the Engineer. 0564.4 METHOD QE MEASUREMENT: Linear pavement markings shall be measured in linear feet, complete in place for the specified width. Broken line will be measured by the actual length of line marked and will not include the gap between the broken lines. Pavement messages shall be measured in units of each, or square feet, as indicated in the plans and in the Proposal. 0564.5 ~ QE PAYMENT: Payment for permanent pavement markings shall be at the unit price bid and shall be full compensation for all materials and labor required to complete the work. End of Section 34147 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 0564-5 2573. TEMPORARY EROSION CONTROL Specific and General Requirements 2573.0. SPECIFICATION REFERENCE: Unless otherwise noted or modified herein, all sections of MnDOT 2573 shall apply. 2573.3. CONSTRUCTION REOUIREMENTS: The Contractor I s specific responsibility for erosion control shall include, among other things, the following: a. Install silt fences around catch basins and maintain until placement of the bituminous base course. b. Install silt fences where required or as directed to control erosion during grading operations and maintain until erosion control vegetation is established. If the contractor believes additional silt fence is necessary, he shall so inform the Engineer. c. Promptly seed or sod the disturbed areas to establish erosion control vegetation at the earliest possible time. d. Promptly clean up any erosion damage which may occur. The Contractor shall be responsible for maintenance of all erosion control measures that are installed. If within 24 hours (or less if there is immediate and eminent risk of erosion damage) of the Contractor's receiving of the Engineer's orders to repair or maintain erosion control devices the work remains uncompleted, the Engineer shall have the authority under the terms of this contract to hire the work done and deduct the costs incurred from the amounts due the Contractor. 2573.5. METHOD QE PAYl1ENT: Erosion control for this project shall be considered incidental to the total project. 34147 Copyright 1992 Bonestroo, Rosene, AnderLik & Associates, Inc. 2575. TURF ESTABLISHMENT Specific and General Requirements 2575.0. SPECIFICATION REFERENCE: Unless otherwise noted or modified herein, all sections of Mn/DOT 2575 shall apply. 2575.1. DESCRIPTION: All disturbed areas within the project shall be either seeded or sodded as directed by the Engineer. 2575.2. MATERIALS: B. ~ Shall be Type A, highland. 2575.3. CONSTRUCTION REOUIREMENTS: A. General: The contractor is cautioned to salvage all available and suitable topsoil from the project site for respreading on areas to be restored. L. Maintenance: The contractor shall be solely responsible for replacement and/or repair of any area that may wash-out, erode, or fail to grow prior to acceptance with no additional compensation therefor. 2575.5. BASIS OF PAYMENT: Payment at the unit price for sod shall include three (3) inches of existing topsoil or topsoil borrow. 34147 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 24.000. SEVERS Specific Reqpirements 24,000.0. SPECIFICATION REFERENCE: Unless otherwise noted or modified herein, all sections of the General Requirements shall apply. 24.000.1. DESCRIPTION: This work consists of the construction of gravity sewers and all necessary appurtenances and related work as shown on the Plans. The majority of the work includes minor storm sewer extensions to improve street drainage. Also. see Section 1700. Adj ust Miscellaneous Structures. The existing sewer is to remain in servife during construction. 24.000.2. MATERIALS: Materials shall be of the type and class as shown on the Plan and as clarified in the following: a. RCP shall be of the class shown on the Plans. RCP that is required to be removed shall be used in new construction if deemed suitable for reuse by the Engineer. b. Manhole and catch basin frames, covers, and grates shall be of the Neenah style and type, or equal, as designated in the Proposal or on the Storm Sewer Schedule shown on the Plans. 24,000.3. CONSTRUCTION REQUIREMENTS: 24,000.3 .A3. Field Inspection: The pipe systems shall be promptly inspected and tested as required in other sections of this Specification including lamping of all. gravity lines prior to any street construction. Testing shall be completed before the work is considered complete and acceptable for completion date and liquidated damage requirements. The Contractor shall have structures open and ready for inspection and shall have a representative assist in the inspection. The Contractor shall provide all materials and labor necessary to perform .the tests. All tests and inspections shall be performed under the observation of the Resident Project Representative. 24,000.3.E3. Pipe Bedding: All RCP bedding shall be Class C-l unless B bedding is shown on the Plan. See Standard Detail Plate No. 1-25. All PVC bedding shall be as shown on Standard Detail Plate No. 1-25B. 24.000.5.1. Connect Pipe to Existing Structures: The Contractor will be required to connect pipe to manholes at various locations. Connections to existing structures shall be made by using a core drill to create the opening to the structure. Payment at the unit price bid per each for connecting to the structure shall be full compensation for all items required including the core drilling. 34147 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000-1 24,000.8. METHOD OF MEASUREl-fENT: 24,OOO.8.A. Trench Excavation: Sewer shall be measured in linear feet of pipe installed regardless of the depth of the trench. 24,000.9. BASIS OF PAYMENT: 24,OOO.9.C. Sewer Pipe with Bedding in Place: The unit price for connecting to existing sewer lines shall include excavation to locate the existing line prior to staking of upstream manholes and sewer alignment and all associated time delays. The unit price bid for manholes and catch basins shall include all items required to complete the work including the casting, but excluding overdepth, as shown on the standard details. End of Section 34147 Copyright 1992 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000-2 24.000. SEllERS General Requirements 24.000.1. DESCRIPTION: This work shall consist of the construction of sewers in accordance with the requirements of the Contract. Under the numbering sys- tem used herein numbers 24.000.2 - 24,OOO.2.N inclusive. deal with Materials; 24.000.3 24.000.7.A inclusive. deal with Construction Requirements; 24.000.8 24~000.8.K inclusive. deal with Method of Measurement and 24.000.9 24.000.9.M, inclusive. deal with Basis of Payment. It is intended that when the Standard Specifications do not cover the subject matter necessary to be covered. additional numbers in the appropriate section may be utilized in the Specific Requirements and the numerical sequence preserved. 24,OOO.1.A. WORK INCLUDED: The Contractor shall, unless specified otherwise, furnish all materials, equipment. tools and labor ne~essary to do the work re- quired under his contract and unload, haul and distribute all pipe. castings. fittings. manholes and accessories. The Contractor shall also excavate the trenches and pits to the required dimensions; sheet. brace and support the ad- joining ground or structures where necessary; handle all drainage or ground- water; provide barricades. guards and warning lights; lay and test the pipe. castings. fittings. manholes and accessories; backfill and consolidate the trenches and pits; maintain the surface over the trench; remove surplus exca- vat-ed 1/laterial; and clean the site of the work. The Contractor shall also furnish all equipment. tools, labor and materials required to rearrange sewers, conduits, ducts. pipes or other structures en- countered in the installation of the work. All the work to completely con- struct the sewer facilities shall be done in strict accordance with the con- tract documents to which these General Requirements are a part. 24.000.1.B. SPECIFICATION REFERENCE: In these General is made to the Minnesota Department of Transportation shall mean the "Standard Specifications for Highway Mu/DOT, dated January I, l,983 and subsequent amendments. Requirements reference Specifications which Construction" of the 24,000.2. MATERIALS: The materials used in this work shall be new and con- form to ttie requirements for class, kind and size of material specified below or as altered or more specifically described in the "Specific Requirements". "Special Provisions" and "Proposal". 24,OOO.2.A. quirements sewer pipe. Pipe on the CLAY PIPE: Clay sewer pipe and fittings shall conform to the of the current A.S.T.H. Specification C-700 for extra strength Extra strength pipe shall be used for all Vitrified Clay project. re- clay Sewer 24,OOO.2.B. POLYVINYL CHLORIDE SEWER PIPE: Polyvu1yl chloride sewer pipe and fittings shall be produced by a continuous extrusion process using Type 1. Grade 1 material as defined in A.S.T.H. Spec. D-1784. The design, dimensions and wall thickness shall be in accordance with ASTM Spec. D-3034, SDR 35. 24,000-1 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. ~ 24,OOO.2.C. REINFORCED CONCRETE SEYER PIPE: The sewer pipe shall conform to the requirements of the Standard Specifications for Reinforced Concrete Sewer Pipe, A.S.T.M. Designation C-76 of the class designated on the plans and in the Proposal. 24,OOO.2.D. CORRUGATED METAL PIPE: Corrugated metal pipe Standard Specifications for Corrugated Metal Pipe Culvert .of Specification M-36 with exceptions and additions as Specification 3226. The kind of base metal and gauge ftSpecific RequirementsD. If any special coating is required, in the ftSpecific Requirementsft. shall conform to the the A.A.S.R.O. . noted in Hu/DOT is stated in the it will be stated 24,OOO.2.E. DUCTILE IRON PIPE: Ductile iron quirements of AWVA Standard Cl51 of the class and Requirements". All ductile iron pipe shall joints and shall have a standard thickness cement with AWWA Standard Cl04. pipe shall conform with the re- type stated in the ;,spetifl.c have mechanical or push-on type mortar lining in accordance Where ductile iron pipe is used as a pressure line rece~v~g discharge .from a pumping station, all joints shall be electrically conductive by use of copper straps or approved conductive gaskets with copper inserts. 24,OOO.2.F. CAST IRON FITTINGS: Where ductile iron pipe is furnished. fit- tings shall be mechanical joint in accordance with AWWA Standard ClIO. All fittings shall be designed for 150 psi working pressure. All fittings shall have a standard thickness of cement mortar lining in accordance with AWWA Standard CI04. Ductile iron fittings in accordance with AWVA Standard C-153 are considered equal. ! 24.000.2.G. JOINTS AND JOINT MATERIALS: 24.000.2.GI. Clay Pipe: Clay pipe joints shall be rubber or plastic type compression joints in accordance with A.S.T.H. Spec. C-425. Plain-end vitri- fied clay pipe may be used which employ Type B compression couplings in accor- dance with ASTM Specification C594. 24.000.2.G2. Pohvinvl Chloride Pipe: Polyvinyl chloride pipe joints shall be bell and spigot type with solvent cement applied in accordance with the manufacturer's recommendations. Gasketed push-on type joints are considered equal. 24.000.2.G3. Concrete Pipe: Reinforced concrete pipe joints shall meet the requirements of ASTM Specification C-361 and shall be the Bureau of Reclama- tion Type R-4. Deforme~concrete pipe shall be jointed with material similar to Ram-Nek, Hamilton Kent, Kent Seal No. 2 or equal gasket material applied in accordance with manufacturer's recommendations. 24,000-2 1/88-24000G Copyright 1988 Bonestroo. Rosene, Arlderlik & Associates, Inc. 24,OOO.2.G4. Ductile Iron Pipe: Gaskets for mechanical joint and push-on joint pipe shall be designated and manufactured to exact dimensions to assure a liquid tight joint. All joints for pipe used as a pressure line shall be installed with an electric contact through every joint. Joints shall conform to AVWA Standard Clll. 24,OOO.2.G5. Corrugated Metal Pipe: Corrugated metal pipe shall be joined using coupling bands in accordance with MnjDOT Specification 3226. 24,OOO.2.H. MANHOLE AND CATCH BASIN FRAMES & COVERS: Cast iron for both man- holes and catch basin frames and covers shall be of the best grade of cast iron, free from all injurious defects and flaws and shall be Class 35 iron in accordance with A.S.T.M. Spec. A-48. Each casting shall be sand blasted but no further coating or finish is required. Both the surface of the cover and frame in contact shall be machined for non-rocking protection. The words "SANITARY SEWER" or "STORM SEWER" shall be cast on top of each manhole cover in two inch letters where each is applicable. All manhole castings shall be furnished with two concealed type pick holes of a design approved by the Engineer. The type, style and weight of all manhole castings, special castings and catch basin castings shall be as stated in the "Specific Requirements". 24,000.2.1. MANHOLE STEPS: 24,000.2.11. Cast Iron Manhole Steps: Cast iron manhole steps shall be manu- factured from hi-test metal having a minimum tensile strength 35,000 pounds per square inch. All manhole steps shall be Neenah Foundry Step No. R-l98lJ, Badger F-15 or equal. All steps shall conform to the requirements of A.S.T.M. Designation C-478. 24,000.2.12. Aluminum Manhole Steps: Aluminum manhole steps of a design sim- ilar to the cast iron steps specified may be used. Aluminum manhole steps shall be made of Apex Ternalloy No.5 aluminum alloy. 24,000.2.13. Polypropylene Coated Manhole steel reinforcing rod and similar in design to may be used. All such steps shall be M.A. or equal. Steps: Polypropylene molded over the cast iron steps specified Industries (SP-I-PF) Manhole Step, 24,OOO.2.J. PRE-CAST CONCRETE r~NHOl.ES: Precast concrete manholes shall be used for all manholes more than 6.5' deep from rim to top of pipe and shall conform to the requirements of A.S.T.H. Designation C-478. Segmental block may be used for the lower portion of manholes over large diameter pipe up to the top of the largest pipe. Unless otherwise stated, the internal diameter shall be four feet. The upper section of the manhole shall be reduced to a smaller diameter opening by use of an eccentric pre-cast cone made expressly for this purpose. On manholes 8 ft. deep and greater the pre-cast section immediately below the cone section shall be one (1) foot in height. The vertical wall of the cone shall be on the downstream side of the manhole, except for pipe 36 inches in diameter or greater where steps will be placed to provide the most 24,000-3 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. suitable access. A minimum or 2 rings and a maximum of four rings of adjustment shall be allowed. All manholes shall be watertight. Pre- cast manhole joints shall be rubber o-ring gasket type. All manhole steps shall be securely and neatly mortared in place. All lifting holes shall be neatly mortared up. Manhole bases may be pre-cast or poured in place. Poured in place bases must be acceptably cured before the manhole sections are placed on the hardened slab. The inverts of all manholes shall be shaped to the half section of equivalent size pipe conforming to the inlet and outlet pipe so as to allow for a free uninterrupted flow with all surfaces sloping to the flow line. Manholes may be supplied with preformed inverts and watertight pipe connections for all lines 15U in diameter or smaller. Preformed inverts will not be allowed where pipe grades are 2 percent or greater unless design grade is built through the manhole. All manholes, catch basin manholes and catch basins shall be constructed in accordance with the detail plates included in the contract documents. Where manhole or catch basin depths are less than 6.5 feet from rim to top of pipe, they shall be built with precast concrete manhole sections and a precast concrete manhole slab with offset opening suitable for street loading. Where manholes are constructed using a pLecast concrete manhole top slab, the pre-cast section immediately below the slab shall be one (1) foot in height. DMini-TeeD type precast manhole bottom sections may be used for the installa- tion of all small diameter concrete pipe sewers in lieu of the construction method described above. 24,OOO.2.K. PRE-CAST SEGl-ffiNTAL BLOCK:. Eight inch precast segmental radial block may be used for the lower portion of manhole over large diameter pipe and for shallow manholes and catch basins. Concrete used in the manufacture of these blocks shall conform to the requirements of A.S.T.H. ftSpecifications for Concrete & Masonry Units for Construction of Catch Basins & ManholesD, Serial Designation C-139. The exterior of all block manholes shall be plastered with one-half inch of mortar as per Paragraph 24,OOO.5.D. 24,OOO.2.L. CONCRETE MATERIALS: Concrete for monolithic concrete manholes and all manhole bases shall consist of Standard Portland Cement Type I, clean washed sand and crushed rock and gravel free from deleterious materials. Portland cement shall conform to A.S.T.H. Specifications, Portland Cement Type I, Standard Serial Designation C-150. Gradation shall be subject to the ap- proval of the Engineer with proper water-cement ratio to obtain a concrete testing not less than 3000 pounds per square inch in 28 days. 24,000-4 1/88-24000G Copyright 1988 Bonestroo, Rosene, A11derlik & Associates, Inc. 24,OOO.2.M. MORTAR MATERIALS: Mortar used for laying up concrete block or brick manholes or used for plastering lift holes and exteriors of manholes shall consist of Standard Portland Cement Type I, Standard Serial Designation C-150. Lime shall conform to specifications for normal finishing hydrated lime, A.S.T.M. Serial Designation C-6 or specifications for hydraulic hydrated lime for structural purposes, A.S.T.M. Serial Designation C-141. Grada~ion shall be subject to the approval of the Engineer. 24,OOO.2.N. GRANULAR !fATERIALS: Granular materials used for improved pipe foundation, special pipe bedding, or PVC pipe bedding where improved pipe foundation is required shall meet the requirements of Mu/DOT Specification 3149H, Coarse Filter Aggregate except that hard, durable crushed carbonate quarry rock may also be used. The material shall have the following crushing requirements. Not less than 50% of the material, by weight, that is retained on the No. 4 sieve shall have one or more crushed faces. Granular materials used for pipe bedding in rock and for PVC pipe bedding where improved pipe foundation is not required shall meet the requirements of Mu/DOT Specification 3149A, Granular Borrow, except that 100%, by weight, shall pass the 1ft sieve. 24,000.3. CONSTRUCTION REQUIRE!mNTS: 24,OOO.3.A. INSPECTION: 24,OOO.3.A1. Of Materials at Factory: All materials, whether furnished by the Owner or by the Contractor are subject, at the discretion of the Owner, to inspection and approval at the plant of the manufacturer. 24,OOO.3.A2. Of Materials at Delivery Point: During the .process of unloading, all pipe and accessories shall be inspected by the Contractor for loss or damage in transit. No shipment of material shall be accepted by the Contractor until or unless notation of any lost or damaged material shall have been made on the bill of lading by the agent of the carrier. 24,OOO.3.A3. Field Inspection: All pipe and accessories jointed, tested for defects and for infiltration in the manner fied as directed by the Engineer and subject to his approval. shall be herein laid, spec i- 24,OOO.3.A4. Disposition of Defective Material: All material found during the progress of the work to have cracks, flaws or other defects will be rejected by the Engineer and the Contractor shall promptly remove from the site of the work such defective material. 24,OOO.3.B. CONTRACTOR'S RESPONSIBILITY FOR 11ATERIAL: 24,OOO.3.BI. Responsibility for Material Furnished by Contractor: The Con- tractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or that has become damaged after delivery by the manufacturer. 24,000-5 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,OOO.3.B2. Responsibility for Safe Storage: The Contractor shall be re- sponsible for the safe storage of material furnished by or to him, and ac- cepted by him, and intended for the work, until it has been incorporated in the completed project. 24,OOO.3.C. HANDLING PIPE & ACCESSORIES: Pipe and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the project by the Contractor; they shall at all times be handled with care to avoid damage. 24,OOO.3.D. ALIGNMENT & GRADE & UNDERGROUND, SURFACE & OVERHEAD UTILITIES: 24,OOO.3.Dl. General: All pipe shall be laid and maintained to the required lines and grades; with tees, wyes, catch basins, special structures and man- holes at the required locations; and with joints centered and spigots home. Deviation from grade in excess of 0.05 percent may be cause for removal and relaying pipe at the Contractor's expense. 24,OOO.3.D2. Existing Utilities: Existing water and sewer mains, and other underground utilities, are shoWLl on the plans only by general location. The Owner does not guarantee that the utilities are complete or that the locations are as shown on the plans, and the Contractor shall be solely responsible for verifying the exact location of each of these utilities, without additional compensation. Prior to the start of any construction, the Contractor shall notify all utility companies having utilities in the Project Area. The Con- tractor shall have sole responsibility for providing temporary support and for protecting and maintaining all existing utilities in the Project Area during the entire period of construction, including but not limited to the period of excavation, backfill and compaction. In carrying out this responsibility, the Contractor shall exercise particular care, whenever gas mains or other utility lines are crossed, to provide compacted backfill or other stable support for such lines to prevent any detrimental displacement, rupture or other failure. 24,OOO.3.D3. Deviations Occasi.oned by Other Utility Structures: Wherever ex~ isting utility structures or branch connections leading to main sewers or to main drains or other conduits, ducts, pipe or structures present obstructions to the grade and alignment of the pipe, they shall be permanently supported, removed, relocated, or reconstructed by the Contractor through cooperation with the Owner of the utility, structure or obstruction involved. In those instances where their relocation or reconstruction is impracticable, a devia- tion from the grade will be ordered and the change shall be made in the manner directed with extra compensation allowed therefore at unit prices, if appli- cable. 24,OOO.3.D4. Deviation with Engineer's Consent: No deviation shall be made from the required line or grade except with the written consent of the Engi- neer. 24,000-6 1/88-24000G Copyright 1988 Bonestroo, Rosene, ~~lderlik & Associates, Inc. 24,000.3.D5. Subsurface Exploration; It shall be the Contractor's responsi- bility to determine and verify the location of existing pipes, valves or other underground structures as necessary to progress with the work with no addi- tional compensation allowed. The Engineer shall make all known records avail- able. All known utilities are designated on the plans in a general way as stated in Section 24,000.3.D2. 24,000.3.D6. Overhead etc., shall be protected Contractor, shall be progress of the work to remove or relocate and obstructions, the Owner shall cause the same the Contractor unless otherwise "Specific Requirement." LL will be the site and make exact determination of the e;;nst.ence of to the submission of his bid. for Overhead utilities, poles, the Contractor and if damaged by the Should it become necessary during the s, overhead utilities to be done at no expense.to ial Provisions" or of the Contractot to visit the any such facility prior .l..ii. 'C.nE~ 24,OOO.3.E. 24,OOOo3oEl~ Descript=hol1.~. The shown on the plans and only so far specify. The trench shall be so braced workmen may work safely and eff excavated and/or sheeted and braced .w lations relating to industrial repose shall be no less than that sian of the State Industrial Commission al Safety and Health Act ,,,,hiche\Js:c is aligluuent and depth as Engineer shell (Section 24,OOO.3.Ell) and drained that tr161:ei:n. 1~.11 trenches shall be accordance with applicable State Regu- of renose. Such angle of the Accident Prevention Divi- of the Occupation- or tb.e more restrictiveQ All surface water and water drainage channels, drains or: st.orm s shall be conducted to natural 24,OOO.3.E2. Width:. The trench id.tl1 with and depend upon the of trench and the rial encountered, but in any case shall 1:H3 be laid and jointed prope and the backf properly. The minimujJj 1iyidth of pipe 10 inches or larger at least one the pipe. All trenches shall be Commission Safety requirements and Ei'PP Dr the excavation may vary nature or the excavated mate- Idth to permit the pipe to be placed and compacted trencll shall be 18 inches and for greater than the nominal diameter of tad to conform to the State Industrial OSHlt Stari.dards ~ 24,OOO.3.E3. f~. Beddin&.:. All purposes in accordance w1tn tUB c quirements, as detailed in the plans and/or proposal. Where no shall be understood to be Class C-l pipe to the depths indicated on natural trench material careful . ,..... spec .1I J_C be bedded for strength specified in the Specific Re- lates UL 8S indicated on the class of bedding is listed, it and the area over the detail shall be filled with 1" .p.r'; 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000.3.E3.1. Class C-l Bedding: Iihere Class C-l bedding is specified or allowed with existing materials, the trench shall have a bottom conforming to the grade to which the pipe is to be laid. The pipe shall be laid upon sound soil, cut true and even so that the barrel of the pipe will have bearing over at least 50 percent of the pipe width for its entire length. Bell holes shall be excavated to insure that the pipe rests for its entire length upon the bot- tom of the trench. When a uniform trench bottom cannot be formed as speci- fied, Class C-2 bedding shall be used. The contractor may, at his option, elect to use a Class C-2 bedding in lieu of Class C-l bedding, without any additional compensation al1o~ed therefor. 24,OOO.3.E3.2. Class C-2 Bedding: Where Class C-2 bedding is specified or allowed, the pipe shall be bedded on granular materials meeting 24,000.2.N specifications. The depth of bedding shall be one fourth of the outside diameter of the pipe barrel, but not less than six inches in accordance with the standard detail plates. 24,OOO.3.E3.3. Class B Bedding: Wnere Class B bedding is specified or allowed, the pipe shall be bedded on granular materials meeting 24,OOO.2.N. specifications. The depth of bedd~ng shall be one fourth of the outside dia- meter of the pipe barrel, but not less than six inches, plus one half of the outside diameter of the pipe barrel all in accordance with the standard detail plate. 24,OOO.3.E3.4. Class allowed, the pipe shall except that 2000 psi of the trench to a point the bottom of the trench A Bedding: ~bere Class A bedding is specified or be bedded in the same manner: as for Class C-l bedding concrete shall be placed around the pipe from the bottom one half the outside diameter of the pipe barrel above all in accordance with the Standard Detail Plate. 24,000.3. E3 .5. PVC Pipe _ Bedding: All polyviuy 1 chloride sewer pipe shall be installed and bedded in accordance with ASTM specification D-2321, "Recom- mended Practice for Underground Installation of Flexible Thermoplastic Sewer Pipe" with granular materials meeting Specification 24,OOO.2.N. used for all PVC pipe bedding. The granular materials shall be placed from a point 6" be- low the bottom of the pipe to a point 12" above the top of the pipe. Bedding requirements shall include mechanical compaction of sand and gravel material surrounding the pipe to at least ninety-five (95%) percent of maximum density as described in AS'.ni liethods D698 to prevent deflection of the pipe cross..section. Payment for such bedding and compaction operations shall be considered incidental to the installation of the sewer pipe. Where existing soils are of non-granular nature, the Contractor shall fu~ish sand or gravel material for pipe bedding as incidental to the cost of the pipe. 24,000..8 1/88~.24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. The Owner reserves the to measure deflection of PVC sewer pipe 30 days after placement or backfill material in the trench ana at any time during the warranty period. Deflections greater than five (5%) percent of the inside pipe diameter shall be considered failure of the bedding procedure and the Contrac- tor may be required to re-eXCa",7ate the trench and additional compaction along the side of the sewer with no additional compensation for such work. Deflection testing of PVC shall be performed the contractor with no additional compensation 24,OOO.3.E4. grade shall be material additional compensation to the Contractor. of the trench excavated below compacted without 24,OOO.3.E5. or where in the opinion exist, ~ne Contractor shall excavate The excavation shall then be granular materials for rock installed without the payment be made for rock installed be made for the authorized pipe. Vnen the bottom of the trench is soft foundation conditions to insure proper foundation. with thoroughly compacted 24,OOO.2.N, No payment will be made consent of the Engineer nor will for purposes. Payment will foundation material placed under the De 01: poor ~~.l the Engineer or changing and when organic soils on unstable soils without notifi- responsibL2 for all repairs and It shall be the soil conditions '\t1hich are encountered, cation of the correction of the \rme re . ..-: .. .. t1.t1.l..:L~C:Les r~ the Contractor shall De installation ithnut further 24,OOQ,3.E6. shall be removed barrel of the and appurtenances for 15 incnes, a clearance side of outside diameter shall De rOCK, boulders and large stones below the outside 6 inches on each side of all pipe eLi.ameter; for pipes larger than lear '\~idth of 9 inches on each clearance for shall at bell holes. properly j laid .in rock rock is encountered, the space be- granular materi- The material from silt or other uu- material, No additional be allowed. However, must De hauled in, the hauling of the shall be for on a weight basis 24,OOO.3.E7. tween the rock ais meeting spec.1.!:Lcat:ion the trench excavation, other than acceptable material, shall De compensation for ~h.1.S in the event that additional material suitable material DeG only "'7hen ordered Ule 1/88-24.000G Copyright 1988 Bonestroo, Rosene f)"naer & Associates, Inc. 24,OOO.3.E8. Solid Rock Excavation Defined: Solid rock excavation shall in- clude such rocks as are not decomposed, wea'chered or shattered and which will require blasting, barring, wedging or use of air tools for removal. Under this classification shall be included the removal of any concrete or masonry structures (except concrete pavement, curb, gutter and sidewalk) or boulders exceeding one-half (1/2) cubic in volume that may be encountered in the work. 24,OOO.3.E9. Blasting Procedure: Blasting for excavation will not proceed until the Contractor has notified the of the necessity to do so, such notification shall in no manner relieve the Contractor of the hazards and lia- bility contingent in blasting operations. The hours of blasting will be fixed by the Ow-ner. damage caused blas shall be repaired by the Contrac- tor at his expense. The Contractor's methods of procedure relative to blast- ing shall conform to local and state laws and munic ordinances. 24,OOO.3.ElO. dug in trenches at each joint to Bell holes of ample dimensions shall be the j to be made properly. 24,OOO.3.ElL brace and sheet nearby property. The Contractor shall adequately caving or damage to and bracing, unless pro- excavation costs with- Trench sheeting or bracing tested for defects and re- to a depth of one foot vlherever necessary Tb.e cost or tb,is ',Tided for otrler'viise ~ shall be con.sidert3d. out additional shall remain in place until paired if necessary, and over the of the to the Contractor? the pipe has been laid, the earth around it Sheeting, brae e.tc. placed in the 11 low a distance ot one foot above the without sian or '071: ten ordered left in shaH The Contractor may also lea"\T6 ,J.tL bracing in addition to that ordered left in prevent ~nJury or to persons, or privates ror which the Contractor under zonen that part of the trench be- of the shall not be removed orcer of the Sheeting De for at tn8 unit price bid. , at hJ.:3 o'\?mexpense, any sheeting or the Engineer necessary to , or propert.y, "7hether public tne t.erms of this contract is liable. Gutters shall All excavated ,,;ork and that kept clear material will avoid or other flot 24,OOO.3.E12. shall be piled .:m a manner that "d 11 obstructing sidewalks and satisfactory provisions made for street be t::Lmes ~ t:.raffic cannot. De diverted, it the Contractor shall at his ana barricades. The maintain acceptable warning ury and to avoid property the tlJ nen 24,000.3. E13 0 will be permitted to use own expense erect and Contractor shall at his lights and barricades damage. . . . malut.a1.n O'CJffi e};:perlse t.o versons ~ :rrom 000=10 1/88-24000G Copyright 1988 Bonestroo, Rosene? :.~n,derlik & Associates, Inc. At all dangerous intersections, bypasses, and intercepting roads, the Contrac- tor shall at his own expense furnish, erect and maintain such warning barri- cades as are necessary and required by the Engineer, and he shall place and maintain acceptable warning lights at each. It shall be the Contractor's re- sponsibility to check and inspect all lights and barricades at all times in- cluding Sundays and Holidays. He shall maintain the streets in a.passable condition, shall conduct his work so as to create a minimum amount of incon- venience to traffic and shall furnish not less than two flagmen at each loca- tion where loading or depositing of material requires the turning of the trucks on any state highway or "main street" and where the operation of construction equipment endangers traffic. Temporary suspension of work does not relieve the Contractor of the responsibility outlined in the above requirements. 24,OOO.3.E14. Property Protection: Trees, fences, poles and all .other prop- erty shall be protected unless their removal is authorized; and any property damaged shall be satisfactorily restored by the Contractor, or adequate compensation therefor shall be the responsibility of the Contractor. Where tree trimming is required, all cut surfaces one inch or more in diameter shall be covered with a coat of asphalt paint. 24,OOO.3.E15. Interruption of Water Service: No valve or other control on the existing system shall be operated for any purpose by the Contractor without approval of the Engineer and all consumers affected by such operation shall be notified by the Contractor at least an hour before the operation and advised of the probable time when service will be restored. 24,OOO.3.E16. Tunneling, Jacking or Excavation Other Than Open Trench: Where pipe cannot be placed by open trench excavation, the method for placing and payment thereof shall be stated in the "Specific Requirements". 24,OOO.3.E17. Manner of Handling Pipe & Accessories Into Trench: Proper im- plements, tools and facilities satisfactory to the Engineer shall be provided and used by the Contractor for the safe and convenient prosecution of the work. 24,OOO.3.EI8. Pipe Kept Clean: All foreign matter or dirt shall be removed from the inside of the pipe before it is lowered into its position in the trench, and it shall be kept clean by approved means during and after laying. All matter entering the pipe shall be removed by the Contractor prior to ac- ceptance with no additional compensation allowed. 24,OOO.3.E19. Laying the Pipe: The spigot shall be lubricated, centered in the bell, the pipe shoved into position and brought into true alignment; it shall be secured there with earth carefully tamped under and on each side of it, excepting at the bell holes. Care shall be taken to prevent dirt from en- tering the joint space. 24,OOO.3.E20. Preventing Trench Water From Entering Pipe: All openings along the line of sewer shall be securely closed, and at the suspension of work at any time, suitable stoppers shall be placed to prevent water, earth or other substances from entering the sewer, 24,000-11 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,OOO.3.E21. Bell Ends to Face Direction of Laying: Pipe laying shall pro- ceed upgrade with spigot ends pointing in the direction of flow. 24,OOO.3.E22. Railroad & Highway Crossing: When any railroad or high~ay is crossed, all precautionary construction measures required by the raiiroad or highway shall be followed. Railroad or highway crossings shall be j~~king or tunneling and construction and permit requirements shall be as stated in the aSpecific Requirementsn. 24,OOO.3.E23. Unsuitable conditions for Laving Pipe: No pipe shall be laid in water or when the trench conditions are unsuitable for such work. 24,OOO.3.E24. Jointing: Joints for vitrified clay and concrete pipe shall be made by WJ.pJ.ng the joints clean, applying the manufacturer's recommended lubricant compound over the entire joint surface and then inserting. the spigot end into the bell with sifficient force to properly seat the pipes. Joints for polyvinyl chloride pipe shall be made by the use of a solvent cement or pushon rubber gaskets. All jointing procedure shall be in accordance with the recommendations of the pipe manufacturer. After joints are made, any superfluous material inside the pipe shall be re- moved by means of an approved follower or scraper. All joints must be water- tight, and any leaks or defects discovered must be immediately repaired. Any pipe which has been disturbed after being laid must be taken up, the joint cleaned and properly relaid as directed by the Engineer. Joints connecting cast iron pipe with concrete or clay pipes shall be made with a concrete collar completely surrounding the joint or approved adapter. Where a sewer line outlets flared end section, the joints together by the use the pipe manufacturers. to grade or iilhere the line is terminated with a Contractor shall fasten at least the last three (3) of "un bolt fasteners approved and as recommended by 24,000.4. SERVICE CONNECTIONS: 24,OOO.4.A. WYE BRANCHES: Extra strength wye branches shall be placed at the locations directed by the Engineer. The wye branch shall be placed so -that the wye is located at approximately a 450 angle from horizontal. Vitrified.or other suitable plugs shall be provided for the openings. Plugs shall be in- stalled with Atlastic 77, Sonolastic Sealant or equal joint material or shall be specifically designed for the opening to be plugged. 24,OOO.4.B. RISERS: Standard weight cast iron soil pipe shall be used as risers to extend service connections to a point within 10 feet of the street grade or as directed. Risers shall be installed in accordance with the stan- dard service riser detail plate. Care shall be taken in backfilling so as not to damage the riser installation. Suitable plugs shall be provided for the openings, properly sealed. 24,000-12. 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000.4.C. RECORDS & LOCATION OF SERVICE CONNECTIONS: It shall be the duty of the Contractor to keep an accurate record of service connections, as to lo- cation, depth to top of riser, type of connection provided, etc. Location shall be made in respect to nearest manhole center, downgrade from the ser- vice. This record shall be turned over to the Engineer at the end of each week. 24,000.5. MANHOLES: 24,000.5.A. GENERAL: All reference to manholes shall apply equally to catch basin structures in this section of the specifications. 24,000.5.B. EXCAVATION: Excavation shall be to a depth and size to provide for construction of the manholes and catch basins as shown in detail on the plans. 24,000.5.C. CONCRETE BASE: Concrete base for manhole construction shall be of size and depth as shown on the plans. Concrete used for this purpose shall consist of one part Portland cement, two parts of clean sharp sand and four parts of graded coarse aggregate. Material used for this purpose shall be subject to the approval of the Engineer. Base shall be poured on undisturbed earth prior to setting the precast manhole sections. Precast concrete manhole bases shall be considered equal. 24,000.5.D. WALLS: Material to be used in the walls of manholes shall be as specified in Section 24,000.2. All external surfaces of concrete block man- holes if permitted shall be plastered with a 1/2 inch coat of Portland cement mortar. Mortar shall contain one part of cement to three parts of suitable plaster sand. Lime or mortar mix shall be used in amount necessary to make a suitable mixture for plastering purposes, but not to exceed 15% by volume of cement. Mortar used for laying concrete block shall consist of one part Port- land cement to two parts of sand to which lime or mortar mix may be added not to exceed .fifteen percent (15%) by volume of cement. 24,000.5.E. MANHOLE STEPS: Manhole steps shall be of the type as specified in Section 24,000.2.J. Spacing shall be as shown on the detailed manhole plans, but not greater than 16 inches in vertical alignment. 24,000.5.F. PLACING MANHOLE RINGS & COVERS: The frame or ring casting shall be set to the designation elevation in a full mortar bed. 24,000.5.G. PLACING CATCH BASIN FRAMES & COVERS: Where catch basins are to be placed to final grade and castings are to be installed in curbing, then the casting and all adjusting rings shall be encased in concrete at least 4 inches in thickness. Where curb and street work is to be done under separate contract the casting frame shall be set in mortar only. 24,000.5.H. DROP MANHOLE INLETS: Encased drop inlets shall be constructed as required on the plans and in accordance with the standard Drop Inlet Detail Plate. 24,000-13 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000.6. BACKFILLING, CLEANING UP & r~INTAINING SURFACES: 24,000.6.80. BACKFILLING PROCEDtJRE shall be backfilled immediately after a level of one foot over the top of rock, boulders, debris or other high The backfilling shall be layers not exceeding 4 inches carefully and displacement and to provide uniform AT PIPE ZONE: All trenches and excavations pipe is laid therein. For backfill up to the pipe, only selected materials free from VOlQ content substances. shall be used. under the pipe haunches in uniform layer shall be placed, then to eliminate the possibility of lateral support completely under the pipe haunches. The backfill material shall be moistened and thoroughly compacted under ana on backing agaillst the exterTiaJ. surface or the necessary, tamped in 4 inch layers each side of the pipe to provide solid The installation and baekf of dance with A.S.T,xL D-2321 "\1ith backfill material around the a distance of one foot above tne chlor1.de pipe shall be in accor- attention given to compacting the of maximum density to 24,OOO.6.B. settlement is materials and shall than one cubic foot rials and other excessive settlement pipe zone any tor. Surface shall of final ion compacted to "an) Procedure where may contain coarser concrete or clay lump more rubbish, frozen mate- the backfill would cause accomplished above the at the option of the Contrac- ion for traffic until date existing utilities shall be 24,OOO.6.C. of backfill rock, concrete or tin cans, rubbish, in the backfill would be compacted trench, as the cal means or otherwise at proper precautions be taken trench, and the Contractor shall De precautions, Succeeding layers be free from pieces of roots, stumps, similar arti.cles whose presence or backfilling may nozzle or by flooding the zone by any mechani- It is important that when flooding the for neglect of these 24,OOO.6.D. ing layers pieces of rock roots, stUffins. whose presence in i:he backfilling mately 6 inches, Specific (Type "c" ) Succeed- and shall be free from cubic foot in volume, and other similar articles This type or compaction, or approxi- specified in the 1/88-24000G Copyright 1988 Bonestroo, Rosene & Associates, Ine 24,OOO.6.E. PROCEDURE WHERE NO SETTLEMENT IS ALLOWABLE; (Type ada) Succeed- ing layers of backfill shall be made of selected materials meeting require- ments as set forth in the "Specific Requirements.a This type of backfilling shall be placed in uniform layers, before compaction, of approximately 6 inches. tamped by mechanical means to the density specified in the Specific Requirements. 24.000.6.F. DENSITY TESTS: Density tests will be performed by an approved soils testing firm at various locations and depths throughout the project as directed by the Engineer. The Contractor shall cooperate fully and provide assistance as necessary to complete these tests with no additional compensa- tion being made to the Contractor. All testing costs pertaining to passing tests shall be paid for by the Owner. All testing costs pertaining to failing tests will be charged to and paid for by the contractor. Where areas have not been compacted sufficiently to meet specific density re- quirements. these areas shall be excavated and recompacted until the density requirements are met. All cost for the work associated with recompaction shall be the Contractor's sole responsibility. 24,OOO.6.G. DEFICIENCY OF BACKFILL, BY WHOl>l SUPPLIED: Any deficiency in the quantity of material for backfilling the trenches, or for filling depressions caused by settlement, shall be supplied by the Contractor with no extra com- pensation allowed. Any settlement which occurs shall be refilled by the Con- tractor. Material shall be provided at the Contractor's expense and the mate- rial shall be approved by the Engineer. 24,OOO.6.H. DISPOS~~ OF EXCESS 11ATERIALS AND DEBRIS: Unless otherwise speci- fied, excavated material either not suitable or not required for fill material shall be disposed of by the Contractor outside of the right-of-way at his ex- pense in any manner he may elect subject to the provisions of the following paragraph. Before dumping such materials or debris on a private or public land. the Con- tractor must obtain from the Owner of such land written permission for such dumping and a waiver of all claims against the Owner for any damage to such land which may result therefrom together with all permits required by law for such dumping. A copy of such pev~ission, waiver or claims and permit shall be filed with the Engineer before said disposal is made. 24,000.6.1. RESTORATION OF SURFACE: All surfaces disturbed during the con- struction period, whether caused by actual excavation, deposition of excavated material, or by the construction equipment, shall be returned to its original conditions or better. Exceptions to the above, if any, or special instruc- tions pertaining to any particular section of the project will be outlined in the "Special Provisions." 24.000-15 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,OOO.6.J. CLEANING UP: Surplus pipe line material, tools and temporary structures shall be removed by the Contractor, and all dirt, rubbish, caused by his operations and excess earth from excavations shall be hauled to a dump provided by the Contractor and the construction site shall be left to the sat- isfaction of the Engineer. Clean up and restoration shall include the replacement and restoration of all street signs, mailboxes, posts, fences and similar items disturbed by the con- struction described herein. Unless otherwise noted in the Special Provisions or Proposal all items of clean-up and restorations shall be considered inci- dental to the contract with no additional compensation allowed. 24,000.7. TESTING PIPE LINES 24,OOO.7.A. INFILTRATION IN SEVERS:. Upon completion of the sewer construc- tion, leakage tests shall be made to determine the amount of ground water in- filtration into the sewers. Measurements will be made by means of 900 V-notch weirs placed in the lines. Measurements shall be taken at all points where, in the opinion of the Engineer, the flow of water in the sewers is greater -than the maximum allowable leakage. Tests may be taken between individual manholes and the infiltration in any given line shall not exceed the specified maximum allowable rate. The maximum allowable rate of leakage shall not exceed 100 gallons per mile per inch diameter of pipe per day. The Contractor shall furnish the weirs and other material and the labor for placing the weirs in the sewers and shall assist the Engineer in making the measurements. The Contractor shall receive no additional compensation for making the leakage tests or corrective work necessary to reduce leakage below the maximum allowed by the specifications. 24,000.8. ~mTHOD OF MEASUREl1ENT: 24,000.8.A. TRENCH EXCAVATION: Trench excavation will be measured in linear feet of trench according to the zone classifications specified .as follows: From 0' to 8', from 8' to 10', and in two foot increments thereafter, which are based on the total depth of the trench to the designated grade of the pipe invert. No deduction in depth will be made for rock encountered in the trench above the designated grade. Measurement will be made along the centerline of the sewer and from center to center of all ma~holes, catch basins or junction fittings. 24,000..16 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000.8.B. SOLID ROCK EXCAVATION: If solid rock is encountered in the trench, such rock excavation shall be measured by volume in cubic yards and shall be measured from the top of the rock to a point six inches below the outside barrel of pipe and twelve inches from each side of inside diameter of pipe. The minimum trench width of the solid rock excavation shall be 36 inches. For measurement purposes volume will be computed based on vertical walls for the width specified above. 24,000.8.C. SEWER PIPE WITH BEDDING: Sewer pipe of each diameter and classi- fication furnished and installed with associated pipe bedding will be measured separately by length in linear feet. Measurement will be made along the cen- terline of the sewer and from center to center of all manholes, catch basins or junction fittings. Where bends, tee manholes, flared end sections or other special stalled. the length of pipe replaced by these structures shall be the distance from center of manhole to center of manhole for pay special structures will be paid for as separate bid items. shapes are in- deducted from purposes. The 24.000.8.D. SERVICE CONNECTION: Yyes and tee branches of each diameter and classification furnished and installed will be measured as a unit. 24.000.8.E. SERVICE RISER PIPE: Sewer pipe used for service risers of each diameter and classification furnished and installed will be measured separate- ly by vertical length in linear feet from the centerline of the sewer to the top of the last riser section. 24,000.8.F. CONSTRUCTING !~~HOLES: Manholes will be measured by depth of the structure from the invert of the pipe to the top of the cover in linear feet, based on the dimensions as staked by the Engineer. 24,000.8.G. number of plans. CONSTRUCTING CATCH BASINS: Catch basins will be measured by the catch basins completed as to shape, size, and depth according to the 24,000.8.H. IMPROVED PIPE FOUNDATION: Granular materials placed for improving pipe foundation below the specified pipe bedding shall be measured by the lineal foot of pipe placed with improved foundation in six inch depth increments of granular material placed. As an example, if two feet of granular material is required for improved pipe foundation under a 12" pipe installed with C-2 bedding; six inches of material is required for Class C-2 bedding and improved pipe foundation shall be measured as three lineal feet. six inches deep. 24,000.8.J. DROP I~~ETS: Drop inlets will be measured by depth from the low- est invert of the manhole to the invert of the pipe being served by the drop inlet. 24,000.,17 1/88-24000G Copyright 1988 Bonestroo. Rosene, ~Jlderlik & Associates, Inc. 24,OOO.8.K. SPECIAL STRUCTURES & APPURTENANCES: Methods of measurement for special structures and appurtenances not included above shall be as stated in the .Special Provisions,. .Specific Requirements,. and .Proposal.. 24,000.9. BASIS OF PAYMENT: 24,OOO.9.A. TRENCH sewer pipe furnished Contract Unit Price following depth zones EXCAVATION & BACKFILL: Regardless of the width excavated, and installed with bedding will be paid for at the per linear foot of pipe falling within each of the as measured from the profile grade: ' From 0' to 8', from 8' to 10', and two foot increments thereafter. Excavation and backfilling of trench and associated pipe bedding shall be included in the price of sewer pipe furnished and installed. 24,OOO.9.B. SOLID ROCK EXCAVATION: Solid rock excavation will be paid for at the Contract Unit Price per cubic yard. 24,OOO.9.C. SEWER PIPE YITH BEDDING IN PLACE: Sewer pipe in each diameter and classification furnished and installed will be paid for at the Contract Price per linear foot which shall include payment for trench excavation and backfilling and associated pipe bedding. 24,OOO.9.D. DUCTILE IRON PIPE: Ductile iron pipe will be paid for at the Contract Unit Price per linear foot for each type and diameter of. pipe fur- nished which shall include payment for trench excavation and backfill. 24,OOO.9.E. YYE BRANCHES:. Yye branches will be paid for at the Contract Unit Price for each unit furnished and installed of the size specified on the Pro- posal. 24,OOO.9.F. SERVICE RISER PIPE: Service riser pipe will be paid for at the Contract Unit Price per linear foot for the vertical distance from the center- line of the sewer to the top of riser. Concrete reinforcement of the main sewer and riser pipe as described in Section 24,OOO.4.B. shall be considered as incidental and will not constitute a pay item. 24,OOO.9.G. manholes to Price per and cover. basins. CONSTRUCTING MANHOLES TO DEPTH OF EIGHT FEET: Constructing of a depth of eight (8) feet will be paid for at the Contract Unit manhole which shall include furnishing and placing the manhole frame This section also applies to all catch basin manholes and catch 24,OOO.9.H. CONSTRUCTING l{aNHOLES TO A DEPTH GREATER THAN EIGHT FEET: Con- structing of manholes to a depth greater than eight (8) feet will be paid for at the Contract Unit Price per manhole plus the unit price per linear foot for each foot of depth that is greater than eight feet. This section also applies to all catch basin manholes and catch basins. 24,000-18 1/88-24000G Copyright 1988 Bonestroo, Rosene, Anderlik & Associates, Inc. 24,000.9. L the plans ",rill shall include catch basi.ns as shown on Un:\:!::. Price per catch basin which .1.ntrsm€ ana grating" 24,OOO.9.J. improving pipe per lineal foot materials for Unit Price 24,OOO.9.K, rock excavation :ro:r a sand cushion in place in Unit Price per ton" 24,OOO.9,L. Contract tended marlhole Dass concrete collar all manholes as drop inlets, shall be paid for at the in full for the ex- cast iron pipe and tram center to center of lS extended for structures baSlS of for special be stated in the nSpecial 24.000,9, Provisions 1/88-24000G Copyright_ 1988 Bonestroo, Rosene & Assoc1.ates, CASTING RI772B RI760B RI642B R 1940A RI755F RI755G Manhole steps shall be placed so that off - set vertical portion of cone is focing downstream, for 011 lines up to 36" diameter. lace steps on right hand side when facing down stream for all lines 36" and over Grout bottom of manhole to 1/2 diameter of pipe and slope grOlJ1 2. toword invert. PLAN ~ Neenah frame and cover. or equal. / with 2 concealed pickholes. . "'> See specifications for casting number. ,( Minimum of 2, maximum of:3 Y Concrete adjustment rings allowed. Ail joints in manhole to have "0" ring rubber gaskets. Manhole steps. Neenoh RI981 J or equa!, 15" o. c. Aluminum steps approved. Where sewer runs straight through a standard manhole I the pipe shall be continuous. The top 1/2 or the pipe shall be broken outotte!" completion : . 8" Precast segmental concrete 4?~ < block to be bUilt up to the top ;,:. of the pipe, for manhole : .!~ With pipe over 24" diom, Plaster exterior. Pipe sho II be cut out flush ~Jith inside face of wall 8J .Use opening in 4' M H section to 24" diom. =0 I ~ .0 I Q.) :Q .S! ... ~ .U) SE-CTION Not to Scale L Minimum slob thickness, 6" for 14' depth. Increase thickness t" for each 4' of depth greater thon 14: and reinforce with 6.x 6"'0/10 mesh STAN LS STORM SEWER MANHOLE ,Revisloos Plate No. Jan. 1980 8onestroo, Rosene, Anderlik a Assoc., Inc. Consulting Engineers St. Paul, Minnesota 1- 8 CA TINGS Rl7728 R 17608 R 1642 8 R 1940A RI755F , RI755G A 24" 27 27 24" 24 27" B 7" 9 7" 6" 9' 7" PLAN ~ Bt - o v o , SECTION Not to scale Bonestroo, Rosene Anderlik a Assoc., Inc. Consulting Engineers St Paul, Minnesota STANDARD Manhole steps shall be placed so that the off-set vertical Dortion of the cone is facing downstream. Grout bottom of manhole to 1/2 diameter at pipe and slope grout 2" toward invert. Neenah frame and cover, or equal. with 2 conceled pick holes. see specs. for casting number. Minimum of 2, maximum of 3 concrete adjustment rings allowed. Manhole steps, Neenan R 1981J or equal, 15" o. c. AlumInum steps approved. All joints in manhole to have "0" ring rubber gaskets. shaH be cut out flush inside face of wol I. Use opening in 4' M.H. section to 24" dia. l 8" precast segmenta I concrete block. to be used with 24"dia. Or larger. Minimum slob thickness, 6" for 14' depth. Increase thickness ;" for each 4' of depth greater them 14', and reinforce with 6"x 6", 10/10 mesh. DETAILS Revisions I Plate No. Aug. 74 Jan. 79 1- 9 Jon 80 JUNCTiON MANHOLE STORM SE WER a fl For 5' di~m. ManholE!; an a" precast slob Is Reqyired PLAN /NeeMi'l 000 rover, or equal. /1' with :2 concealed piek holes. see specs. for cClstlnQ numbers. / ConCf~te Adjy~ti!H;S Ring;!, min. of 2. / f !'fHn. of ~ req d. t mt +U> .~ Preeos~ Reinfofc~d C{il'lcrete MOfthole Slob ~ 4 B~H$ ot ;5"0.<:. E@ch Wa,! 2-$$ <4 Bors All Siges gf Opening MClflhOl!/l sh~ps. NeenQTl RI9S1 J or equal, !Suo.e. Aluminum @pprQ\lEHL .0 - , $ Ai .! b fEiI :> Wnere s~wer H.lflli 5tr@iltll'it throo~r. 0 ~hln@Grd monhQllil, the ~ip~ $h~1I be contifW@U$. The top 1/2 of the pipe sholl be I:)rl:j\~en o..t c@mpletiofi. All }aint$ln I'ftOOOO~ to h@''11~ "0urln~ . ru~f Minimum Glob ti'lciHli1:U 6" for 14' depth !iicre@$e thickneu ," for IHH:h 4'@f depth jJn~gier th~n . Ilifld reinforce with 6 x 6" 10liO mnh. I I I Use ~pefling in 4' M.H. I ! - 2A'I~. I i I on to ~ ulO. F'1--'r---- pr~ast !!legmen tal to . 'llo,'.... ~..: ........;:..~.;,.........~:...1Z!. /..r . concrete bloe". to b~ .' >,;1' '.. I .,.... JI '"//'. ..""' ~ . I . 'W';:" -J r/-'i ~~': 4~~~;~;t~P/f;';:.~.. ~'.;7"l>' 1-. ... . .~s ed. \'Jith 24 qia. Of i(jro~r. IJ "-:::I Plp~ihoil ~~ em QYt fil,j~h 16, with ifti}i(i~ f@c~ of \ti@11. ~E CTION ~ to top of fir~t p\pt to flrtt }o{nt Not to Scale B@iUIfUI'~.H), R@$'ll}Ii'H~, AiuhtrUk, a At!lue. CoruHDltin; El'tti&l(u)Il'i St. Poul. Miflll.ft. STANDARD DE ST lR@"i~~ PI@t. N@ I Al~ 1974 1-10 Jon.19S0 I i JUNC'fION TOP SLAB ~ I, !! q ~ .~ H% Ii H r ...... Cll @) 'C g -lEr.' 'k> I ~ Mklimum 2 maximum of 5 concrete gdju~tment rings with full bed of mortar between each Clnd a 4~ collar on the outside. e: precast reinforced concrete slab, .fLAhI ~ Radius ':' t ~l (.( 'S:!?'I' (to t> \\J. .<;1 _?. "..... . ~ '.. I.. . Q. opening Torl\eenOn R3067 or equal Dimension back of curb to center of pi~e. - gw in from Back of Curb ';j in from Bock of Curb ::r behind Back of Curb g" behind Back or Curb 1 behind Bock of Curb Dia. ]$ Dio. S' Dio. Neenah with type 0 or costing or equal Grote. 2 Ri\M-NEK. All err in manhole to hove rubber gaskets. section Of! both R'l Aluminum or concrete block pipe shall be used depth prohibit the precast units. depth. each thickness, for 14' thickness I"' for er than 1 , x6""1 0/1 0 mesh, ..f1Jt Bonestroo ~ Rosene ii AnderWc & . ~. Associates CATCH8ASIN Engineers 6. Archltl:?lcflll Sf. Paul, Mlnneoot~ 1-16.DWG Last Revision: Mar. 1990 Plate No. 1=16 I I i I 1 I -<.I:) o I t Direction of flow "" Cotch basin castinQ: Neenah R 3067 or equal with DR. or DL. grote, 3"rodius curb bo~ Min. of 2 . M.Clll. of :; concrete adjustment rings allowed. ~ Bonestroo , Rosene, Anderlik 8 Assoc. Consulting Engineers St. Paul,Minn. 36" ;;.-l to -<;t N NOTE: Right hand grate shown _PLAN "" Grate to be 2" below gutter grade. -Slope gutter 5' each side of I Calchoasin. / / \ I \( I' Top of Cur b \variable y r ~J . ! "vl ~..~'~.., .' . \6>: . 'v' '. \:~/ II....?;.:~ . , II> '.' . '~ "" r- :.<,:1,'. 5" :~::::~:.': 24 )( 36 Precast >J..-:"....: f1" :.j; . II .. l. ....:~,. ..::-..... ;--3 or 11".... ~:. C\l .~. "::.~ / ',.f?' ". I ' ." . . - ..... I . .. !>-"! c:j :'~::::"I / r....... ~'\ 1.."'.'.1>:'.' ':;", ':~~ / / \ \ \.~." .Ir>, . : ,,""" I I ) \ j..,' . '. '~~.'~::':ll II 1 I" (\ \ ))j~...~?')'1 :-":r>"~~~,';I~'l>:"1 · .:Y~';P'...:>'D, .:~, '~...:ii:;.~;;f~. .j -<0 C;l="j'T!ON ~_........ ,- STANDAR D DE I Revisions I I Jon. 1981 ril I I Plate No. l~YP E .II Ct.\TCHBAS i 1-19 LOAD FACTOR 1.5 CLASS C-l HAND SHAPED FROM FIRM UNDISTURBED SOIL Ch-ASS C-2 HAND SHAPED FROM ANGULAR BEDDING MATERIAL II Sell Denotes outside diameter of Pipe Barrel Be"l- I 2" Minim urn II 11 W LOAD FACTOR I. 9 LOAD 2" 3i49H CLASS B HAND SHAPED FROM ANGULAR BEDDING MATERIAL CONCRETE B.L\.C!<FILL TO 0.5 OF OUTSIDE ETER WITH SHAPED BEDD ING Bonestroo, Rosene, Anderlik a Assoc. Inc. Consulti:HJ Ei'l~iMef!~ St. Paul, MinnfH~oto ! Rlf:visiol'ts I Plat! No. ,JAN. 1986 s 1-25 .~ i Baekfili a ~ Bedding ~ Variable 'iv/Type of Bedding f Pay Depth j ncrements (Typical} ~ Foundation "Be" Denotes outside diameter of Pipe Barrel CoaFseFilte r Aggregate (Mn DOT Spec. 3149H M lfied) .~~1! Bonestroo, Rosene, Anderlik 8 Assoc. Inc. Consulting Engineers St. Poul, Minnesota lR€visions Plate No. , JAN. 1986 IMPROVED FOUN ION FOR RCP, vep a 01 P 1-25A Compacted Backfill -~211 1 Bedding Granular Borrow (Mn DOT Spec. 3149A, Modified) PIPE FOUNDATIOf\j 8 BEDDING GOOD SOiLS Backfill Minimum = 2d +Bc + i 2 II ~ Coarse Filter Aggregate ( Mn. DOT Spec. 3149H Modified) SOILS B edd ing Foundation " Bc" Denote s out side diameter of Pipe Barrel PIPE FOUNDATION 8 BEDDiNG N POOR Bonestroo, Rosene, Anderlik 8 Asso<:. Inc. Consulting Engineers St. Poul, Minnesota Revisions I Plote No. I PVC PIPE ION a BEDDING METHODS 1-25B 11 n] \, ~\ a to Bockfill to be IV tomped. / 3' 0" ~ I :.~t.~~O":" <.:( ,A' '. ~ -' '. . 4 . :", "4" . . ...:) ,',." ,,' ;,).: t! 1): il, 6' 6) blOCk 6" vertical block GATE VALVE a BOX block !NSTALLATION bloc\; Bonestroo, Ro~ne Anderlik a Associ~es Consu Iting Engineers St Paul, Minn. Revisions Plate No. Api. 7:3 HYDRANT WITH GATE VALVE AND BOX INSTAllATION 2-2 1/2"r _', 1j)~'I_~iS1Qnc~Jo It variable - -r---:" . ~3 r7 I _ - I ' =lOl . . '.' 3/ II 1/2"r -C\l 1 I slope 3/4 ....... r<> - , -" -, - -~ -, - ~~II -------~- 6" 1/2" r -,t -r- . - , -lO " C\l ....... !2 'j" _ Distance to t variabl~ 3"r7 :3 / / / \ I ~-.lr- II rl/2 r ,3 -J , - ~ - ~_8" 24" 1/2"rl 1 -~ J........ to , - Q II ,> ,t' oe~'~~~r r .- . . I 112" I ~~4 ~ L 12" 1/2 r,"\ ~3'r. . - :I.. Distance to If. vanable .- , 1------------------ ." M - 6" \~3 , - to / Bituminous surface .! I /_ // // I / / .' / .l. , / / _/ / // co Grovel base 1, II II II II \. Type A or Type 8 Curb '( /-- - _.-...... I " 1/2"r\: 5 \ r3"r " 1- i/2"r , r~" ~'\ I Slo,pe 3/4 per f\ '---,- C\l _ .. >.. -J = TI :::::: -~ .. > - r- en - " I'- j. '" p p~ ,---L.. I -1 W' " " I 1_ 10 .16 -Type A, 22 TVQe B ~2' '12"-lie C "I Bonestroo, Rosene, Anderlik a ASSOCI Inc. Consulting Engineers 5t. Pou I, Minnesota STANDARD CONCRETE CURB a GUTTER 4-1 TYPE IiA'1 STf.,\NDARD SECTION M.H.D. 8618 CONCRETE CURB a GUTTER TYPE liB!! STANDARD SECTION M.H. D. 8624 CONCRETE CURB a GUTTER TYPE II C II ST.ANDARD SECTION SURMOUNTABLE CONCRETE CURB a GUTTER II DiI STANDARD SECTION 86 CURB ~ >>C)D SECTION Revisions Plate No. A--+ I Variable - see plan ~ ..... - ..: - Q) o Q. I 1- -q ~'f r PLAN ~~:::~~.;~.:.</}:~:t~:.:~::.P:.:+:.,~. ..:'.': ..... ~ ........ ...... ".....,..~.. ., ....,. 6" 16" 3'-0"~ 3'-0" 9'-0" SECTiON 8-8 P. 1. -,~.':~':f.':" '::b.:.~.:~~:,~:..::..::{.~~.t~\'~1; .~~}~t~.: t.):~ 16'~~ PII. ?:/ -0" ~6~~re'i~8~~r~r g gutter, r 4'- 0" "'i r4" Cone. walk See plate 4 -I \ I /.:- - --r--~ = - - = ~l:-,,: -t~.-- - --~_:_. ~ .-:-:~. ~~'-:'"'' .'~" .::c::.' :.>:.c,: .i I :;)\01''' , i-'",r. . '. .' . .~. .' '.. .....:...~.... r I I ~~. . ..'0". ':.'C-:':..~'...'...', ....... f;. ..'....~.=:.~....~....:..i::.:....:~: ..'..... '. ./..... .....0..: ....": :.~..-:.::.: ....~.. .:::~. ~';' :':" ,.1 .b t:>. ~ ......!;) '?' 1.- . .". z.., :'::~' ,:':.':."3 .11..~..:.:.:..:..:..:...:J::..o:. ,'~ , '.' .' '-"".' V4 . : " . . 'p: L 2" ;'~:'.~~. ~.:. :~:X.:t~':':~i';::+':;,; SECT 10 N---A:' J~ Bonestroo, Rosene, Anderlik a Assoc., Inc. Consulting Engineers S1. Paul, Minnesota PEDESTRIAN RAMP DETAI Revisions I Plate No. 4-3 8618 conc. a gutter. Catchbasill a cover. ~ 10' Min. Transition 8618 curb a gutter I - N - ~ I~ lOIMin. Tronsition Top of curb I I Design gutter line grade. - - . '.~.: ~'::.~~' :.::: ~:/t~:.1.::.:'~':~>~:::' :.;:::::::~ t( ~~-~O.4 reba,s EXPOI1SiOr\.-f Joint Neenan frame a cover or equal R-3067 with Type DL grate Bonestroo ,Rosene Anderlik and Assoc. Inc. Consulting Engineers St. Paul, Minn. SPECIAL 8618 CUR8 CONSTRUCTIOf,l AT E Revisions 2-19-82 JKI Plate No. GUT TER BASIN 4-9 Catchbasil'l castinG Neenah R - 3067 ~ or equal. 3" r'odius curb box Finish Grade /;? Min. 2 , Max. 3 Conc. adjustment rings. Bonestroo, Rosene, Anderlik a Assoc., Inc. Consulting Engineers St. Paul, Minnesota .11 :'. ': : \. ',0' t ., . ;..: ~:.::,:!:~ . ~ "0" : t?, ':':. ::.'. w '.' 'iI. ~:'i('~:' .' -.' ~Q:'.'9::. ' ":.:>~-: " . /.' J- SPECIAL CONCRETE ENe ON TYPE ]I N(j~:3 rebar (to extend 12s beyond each side of castill'itJ) Embedded in cone. collar and curb. t ~-= "1 1l1r1J.' . ~:j~ ., Conc; COlla'. l~ enc... ~ "a.M" ~:.~~~]. ccastmg a!,~ r.mgs. .. ~. " ;.p . one. CtlilJ I'i'Wt , ", ....6> ~'l!.. . , :Y.:.::'::,~ : ~".~:: ..."oj,!.Ie ysea for :':':~~.) .v 7t ..... :.' . -IE .';;'-:( .'. 'J'.'I '.~~. ~:.~~ ~.::....:.) l:::~.::-:I I~,:Y"":::I I" ". 0' I~::\/ ~"-'--- Precast Groot ~h()JH be roiaced ins id~.I"H~h'!le~ 'lJfid outside of ccmc. rinO$. Cone. or metal shims shall be used to !evel cast in~. No Scale Revi$ioos Plote ~ Apr. 1985 , SP-60 SIN t structure Access hole ODen in (see spec. for size) Precast cQi?c. top s ~a D,' .7' .. .. .... :-6. :.~.~.:; ':~';.c::: :,''':::'~::''./:,:''';':'.~.:~ ,"::::'~.' .:'~:>> ':"1 . .It> ...... b I ." . .." . ..' '~:, ; "". :::~, :.< ,"Q: : : '.\: :.~ :" :'.~\ "~: ,~':..I I : '.~", :'.::: '," &' Ram-neck or equal seal between top slab and mOi'liioie section. D. :'~". ,t<;. ., ~.'. 'j -'" ". . :......: @"l: , . . . ..-'-.', . : ~ ~':"':: . . ".. .. . f>' 't}' c":::; . . .' '.:::}: ~: ,W::.': :<.:.;... ,:~\.:'::: mH :.: ";'..':' .. ... ". Manhole steps (see spec.) :'.~'~' ~: .. . ~.~\o ~::: H j.... .:',:.' 5 - ';"l:': ". :.......1>. . I",.' ,. :. :. ~/:': ..: ,,:,:,\/: v 4'-0" Or 6'- 0" Di Manhole Section (see spec.) .. t I .~'" :~ . '. ,BOM:S.tl!'~,\ ~.~~ Rosene, ':..; And:f.l~~ ,. ~P._d~\t;~~~l61~.. I Consu6ij.ng..!' ~.n9~~ers St.PQu'l, 'Minn.- . / SPECI L ! Re\l!;;.iOfi'" " " - .,. , NO. Sc:a1e,' PI OJ t~ fV<IO. SEAL BETWEEN TOP SLAB a MANHOLE SECTION, " ,S'P= 61 ~Neenah frame and cover, Or €Qua I. , with 2 concealed pick hole!;\' ~~;/ See specification for costing nUMber. Fb-=~ ~i :0-=--=_-_,3.. ~/"'- Concrete adjusting rings, mit'1 0+ 2 . max, of 3 reQd, 6" PrecasT reinforced concret'e manhole slab, * 4 bars at' 5"0.c"each : 'J way, 2 - * 4 bar s a II 5 ide s at 0 pen i n 9 , 1"'011 r.=:~ . L " /2- ;::: 8" Precast rein~rced corcre;,e , · manhole slob, 5 bars at 6 o,c, sc, wy, '.,~' -'.',".'<.12-*"4bars all of openinQ Minimum slob thlcl\oos~ 6" for .14' deDth, Increase thickness i" for each 4' or depth greot"f thof' 14' and reinforce with .JfT7r-r/"77'I 6'~6"- !C/IO mesh '1~ I I l~",,! I; \ . .V_<J~"<"""fr.~(""A :;F,":.', :ft, :~"J. j I / J- ;.:;:C~ :,~'J:; be cut out flush C w:-!'- :"<>:d~ f"GP, of wall C'FfipCct to top of pJpe, to f1rl'>Y joint. Note: 1<0,- f\ = ~eoi manhoie OJ' equQI ccnsiclered Qcceptab!!l alternate Manhole steps sholl be placed so that of+ -set verticol portion Of cOile ') +-:>c,nc downstream ~ l..-..../ 1/ b P'_AN _ t - I'- = -t -~t-------~'" , I . I I I Q)I ~I ;;1 >! I i ...~~ I . . . .. -I 1--- r . ~. 5" 6'-0" - o . . - CD J~ ~: " '. '" .. . ,. :..'". ~ .J;.' - }. II. ---- 6 --- ~~=~':'LON Not 'n '3cc!e Bonestroo, Rosen~, Anderlik a Assoc, Inc, Consulting Engineers St pr', Minnesc'r] o 1- Manhole steps, Nee"'c;., RI981J or equal ~ 15"o,c Aluminum steps approved All joints in manhole to hcve "0" . b' ring ru Der QQS~\ets Revl~loos Plate! N@. SPECIAL DETAILS MANHOLE WITH REINFORCED CENTER SLAB 8 TOP SLAB SP - 93 -- - - - January 1, 1977 I I ! Text Ref.: V.B.lo January 1, 1977 MINNESOTA TRA,FF~C ENGBr..aEEfut...!G MANUAL .~~ - OPTIONAl.. TRANSVERSE L.INfS T L L I (VU.l'It') ~~ Ot"J) 1.5' MINIMUM UNPAINTED D!STANCE I ~ ILl IWI ISI WIDTH OF WIDTH Of WIDTH OF INSIDE LANE PAINTED AREA SPACE 9' 2.0' 2.5' 10' 2.5' 2.S' 11' 2.5' 3.0' , , 12' 3.0' 3.0' 13' 3.0' 3.5' NOTES: 2.) Transverse lines are optional. 1.1 Painted areas to be cemered on center iine and lane lines. 3,) Zebra crosswalks are to be installed only bV QfCieroi the District Trailic Engineer. 4,} Zebra crosswalks generally require reHectorized whit@ materials 5,} A minimum oj i.5 11, clear distance must be left adjacent to curb. If last painted iilil:lS fillls into this 9lifaanc@ it mldstl;}lll omilled. 6.) On two lane streets, use spacing shO;Nn iOf an 11 n, insidfl lane, ZEBRA CROSSWALK FIGURE 6927 SUPPLEMENTAL CONDITIONS OF THE CONTRACT 3.1. AwARD OF CONTRACT The award of the project shall be made to the lowest responsible bidder based on the lowest base bid amount. The Owner reserves the right to retain all bids for 45 days prior to awarding the Contract. OUT-OF-STATE CONTRACTOR SURETY DEPOSIT when an out-of-state Contractor enters into a contract that exceeds $100,000.00, the Contractor must file Form SD-E, Exemption from Surety Deposits for Out-of- State Contractors, with the Minnesota Department of Revenue, If the Contractor is exempt from the surety deposit requirements, he shall provide the Owner with a copy of the form showing the Revenue Department certification. If the Contractor is not exempt, the Owner will withhold an additional eight (8) percent of each payment made to the Contractor and forward those funds to the Minnesota Department of Revenue. Forms and information can be obtained by calling (612) 296-6181 or (toll free) 1-800-657-3777, CERTIFICATE OF C0l1PLIANCE wITH MINNESOTA STATUTES 290,92 & 290,91 Upon completion of the proj ect and prior to final payment, the Contractor and all subcontractors shall complete Minnesota Department of Revenue Form IC-134, revised September, 1989. This form, witholding Affidavid for Contractors, must be stamped and dated by the Department of Revenue and forwarded to the Owner. Contractors can obtain copies of this form from the O.Viler or from the Minnesota Department of Revenue, Mail Station 4450, St. Paul, MN 55416 or by calling (612) 296-6181. CONDITIONS OF THE CONTRACT I N D E X PAGE NO. SECTION 1 - DEFINITIONS 1. SECTION 2 - BIDDING REQUIREMENTS 5. SESTION 3 - AVARD AND EXECUTION OF CONTRACT, PROGRESS AND COMPLETION OF YORK 7. SECTION 4 - CONTRACT DOCUMENTS: INTENT AND REUSE 9. SECTION 5 - AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; REFERENCE POINTS 11. SECTION 6 - INSURANCE AND BONDS, LEGAL RESPONSIBILITY AND SAFETY 13. SECTION 7 - ENGINEER-OWNER-CONTRACTOR RELATIONS, ARBITRATION AND INDEMNIFICATION 18. SECTION 8 - M~TERIALS, EQUIPMENT, INSPECTION AND VORKMANSHIP 25. SECTION 9 - MEASUREMENT, PAYMENT AND PROJECT ACCEPTANCE 34. SECTIOH 10 - CHANGES IN THE YORK 40. SECTION 11 - CHANGES OF CONTRACT PRICE AND CONTRACT TIME 42. SECTION 12 - SUSPENSION OF YORK AND TERMINATION 46. SECTION 13 - MISCELLANEOUS 48. FORM OF AGREEMENT PERFORMANCE BOND LABOR AND PAYMENT BOND 1l\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. TABLE OF CONTENTS CONDITIONS OF THE CONTRACT SECTION 1 - DEFINITIONS 1.1 ACTS OF GOD 1.2 ADDENDA 1.3 AGREEMENT 1.4 BID SECURITY 1. 5 BIDDER 1.6 CONTRACT 1.7 CONTRACT DOCUMENTS 1.8 CONTRACT PRICE 1.9 CONTRACTOR 1.10 CHANGE ORDER 1.11 DAY 1.12 DEFECTIVE 1 .13 DRAWINGS 1.14 ENGINEER 1.15 FIELD ORDER 1.16 FINAL COMPLETION 1.17 MODIFICATION 1.18 NOTICE OF AWARD 1.19 NOTICE TO PROCEED 1.20 OWNER 1.21 PERFORMANCE AND PAYMENT BONDS 1.22 PROJECT 1.23 PROPOSAL 1.24 RESIDENT PROJECT REPRESENTATIVE 1.25 SHOP DRAWINGS 1.26 SPECIFICATIONS 1.27 SUBCONTRACTOR 1.28 SUBSTANTIAL COMPLETION 1. 29 SURETY 1.30 WRITTEN NOTICE 1. 31 WORK - 1 - 11\90-356GENRL Copyright 1990 B~nestroo, Rosene, Anderlik & Associates, Inc. TABLE OF CONTENTS (CONTID) SECTION 2 - BIDDING REQUIREMENTS 2.1 PROPOSAL FORMS 2.2 INTERPRETATION OF QUANTITY ESTIMATES 2.3 EXAMINATION OF PLANS, SPECIFICATIONS AND WORK SITE 2.4 ADDENDA 2.5 PREPARATION OF BID 2.6 RESERVATIONS AND/OR EXCEPTIONS 2.7 BID SECURITY 2.8 DELIVERY OF PROPOSAL 2.9 OPENING OF PROPOSALS 2.10 EVALUATION OF PROPOSALS 2.11 CERTIFICATION OF INDEPENDENT PRICE DETERMINATION SECTION 3 3.1 3.2 3.3 3.4 3.5 3.6 3.7 3.8 3.9 - AWARD AND EXECUTION OF CONTRACT, PROGRESS & COMPLETION OF WORK AWARD OF CONTRACT EXECUTION OF AGREEMENT FAILURE TO EXECUTE AGREEMENT RETURN OF BID SECURITY NOTICE TO PROCEED CONTRACT TIME SCHEDULE OF COMPLETION COMPUTATION OF TIME LIQUIDATED DAMAGES SECTION 4 - CONTRACT DOCUMENTS: INTENT AND REUSE 4.1 INTENT OF CONTRACT DOCUMENTS 4.2 ORDER OF PRECEDENCE 4.3 DISCREPANCIES 4.4 ADDITIONAL INSTRUCTIONS 4.5 DRAWINGS AND SPECIFICATIONS AT JOB SITE 4.6 OWNERSHIP OF DRAWINGS AND SPECIFICATIONS AND REUSE 4.7 DIMENSIONS - 2 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. TABLE OF CONTENTS (CONT'D) SECTION 5 - AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; REFERENCE POINTS 5.1 AVAILABILITY OF LANDS 5.2 PRIVATE PROPERTY 5.3 SURVEYS 5.4 UTILITIES 5.5 INVESTIGATIONS 5.6 UNFORESEEN PHYSICAL CONDITIONS SECTION 6 - INSURANCE AND BONDS, LEGAL RESPONSIBILITY AND PUBLIC SAFETY 6.1 INSURANCE 6.2 PERFORMANCE AND OTHER BONDS 6.3 PATENTS, FEES AND ROYALTIES 6.4 PERMITS AND LICENSES 6.5 LAWS, REGULATIONS AND SAFETY 6.6 WARNING SIGNS AND BARRICADES SECTION 7 - ENGINEER-OWNER-CONTRACTOR RELATIONS, ARBITRATION & INDEMNIFICATION 7.1 ENGINEER'S STATUS AND AUTHORITY 7.2 CONTRACTOR'S RESPONSIBILITIES 7.3 OWNER'S RESPONSIBILITIES 7.4 ASSIGNMENT OF CONTRACT 7.5 RIGHTS OF VARIOUS INTERESTS 7.6 SEPARATE CONTRACTS 7.7 SUBCONTRACTS 7.8 ORAL AGREEMENTS 7.9 NON-DISCRIMINATION IN EMPLOYMENT 7.10 DECISIONS ON DISAGREEMENTS 7.11 ARBITRATION 7.12 INDEMNIFICATION - 3 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. TABLE OF CONTENTS (CONT'D) SECTION 8 - MATERIALS, EQUIPMENT, INSPECTION AND WORKMANSHIP 8.1 MATERIALS AND EQUIPMENT FURNISHED BY CONTRACTOR 8.2 EQUIVALENT MATERIALS AND EQUIPMENT 8.3 MATERIALS FURNISHED BY OWNER 8.4 STORAGE OF MATERIALS 8.5 SAMPLES 8.6 FURNISHING OF PRODUCT DATA 8.7 QUALITY OF EQUIPMENT AND MATERIALS 8.8 SHOP DRAWINGS 8.9 ACCESS TO AND OBSERVATION OF WORK 8.10 TESTS AND INSPECTIONS 8.11 UNCOVERING THE WORK 8.12 CUTTING AND PATCHING 8.13 WARRANTY AND GUARANTEE 8.14 CORRECTION PERIOD 8.15 CORRECTION OR REMOVAL OF DEFECTIVE WORK 8.16 ACCEPTANCE OF DEFECTIVE WORK 8.17 OWNER MAY STOP WORK 8.18 OWNER MAY CORRECT DEFECTIVE WORK - 4 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Asspciates, Inc. TABLE OF CONTENTS (CONT'D) SECTION 9 - MEASUREMENT, PAYMENT AND PROJECT ACCEPTANCE 9.1 DETAILED BREAKDOWN OF CONTRACT AMOUNT 9.2 REQUEST FOR PAYMENT 9.3 ENGINEER'S ACTION ON A REQUEST FOR PAYMENT 9.4 OWNER'S ACTION ON AN APPROVED REQUEST FOR PAYMENT 9.5 OWNER'S RIGHT TO WITHHOLD PAYMENT 9.6 CONTRACTOR'S WARRANTY OF TITLE 9.7 SUBSTANTIAL COMPLETION 9.8 PARTIAL UTILIZATION 9.9 FINAL INSPECTION 9.10 FINAL APPLICATION FOR PAYMENT 9.11 FINAL PAYMENT AND ACCEPTANCE 9.12 CONTRACTOR'S CONTINUING OBLIGATION 9.13 WAIVER OF CLAIMS SECTION 10 - CHANGES IN THE WORK 10.1 CHANGE ORDERS 10.2 FIELD ORDERS 10.3 UNAUTHORIZED WORK 10.4 ENGINEER RECOMMENDATIONS 10.5 NOTICE OF CHANGE TO SURETY 10.6 CLAIMS FOR ADDITIONAL COSTS 10.7 WORK DURING AN EMERGENCY SECTION 11 - CHANGE OF CONTRACT PRICE AND CONTRACT TIME 11.1 CONTRACT PRICE 11.2 CHANGE IN CONTRACT PRICE 11.3 BASIS OF CHANGE 11.4 CHANGE OF CONTRACT TIME - 5 - 11\90-356GENRL Copyrignt 1990 Bonestroo, Rosene, Anderlik & As~ociates, Inc. TABLE OF CONTENTS (CONT'D) SECTION 12 - SUSPENSION OF WORK AND TERMINATION 12.1 OWNER MAY SUSPEND WORK 12.2 OWNER MAY TERMINATE 12.3 CONVENIENCE TERMINATION BY THE OWNER 12.4 CONTRACTOR MAY STOP WORK OR TERMINATE SECTION 13 - MISCELLANEOUS 13.1 LIMITATION OF LIABILITY 13.2 REMEDIES 13.3 PUBLIC CONVENIENCE 13.4 CROSSING UTILITIES, ETC. 13 .5 SANITARY PROVISIONS 13 .6 PRESERVATION OF HISTORICAL OBJECTS 13.7 USE OF PREMISES FORM OF AGREEMENT PERFORMANCE BOND LABOR AND MATERIAL PAYMENT BOND - 6 - 1l\90-356GENRL Copyright 1990 Eonestroo, Rosene, Anderlik & Associates, Inc. CONDITIONS OF THE CONTRACT SECTION 1 DEFINITIONS 1.1 ACTS OF GOD An Act of God is an unusual, extraordinary and sudden manifestation of the forces of nature, uncontrolled and uninfluenced by the power of man and with- out human intervention, that could not under normal circumstances have been anticipated or expected. Ordinary weather conditions of normal intensity for the locality shall not be considered as an Act of God. 1.2 ADDENDA Yritten or graphic instruments issued prior to the opening of Bids which clarify, correct or change the bidding documents or the Contract Documents. 1.3 AGREEMENT The Agreement is the written document executed by the Owner and Contractor covering the performance of the York described in the Contract Documents. 1.4 BID SECURITY The Bid Security, where required by the Advertisement or Information to Bid- ders, is a cashier's or certified check, cash or Bid Bond accompanying the Proposal submitted by the bidder, pledging that the bidder will enter into an Agreement with the Owner for the carrying out of the York, should the contract for the York be awarded to him. 1.5 BIDDER A Bidder is an individual or other entity submitting a Proposal for the adver- tised York. 1.6 CONTRACT The Contract Documents form the Contract. The Contract represents fhe entire and integrated agreement between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written or oral. 1.7 CONTRACT DOCUMENTS The Contract Documents consist of the following, including all Addenda issued prior to the opening of bids, Field Orders, Change Orders or other Modifica- tions issued after execution of the Agreement: - 1 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. (a) Drawings (b) Specifications (1) Bid Documents (Advertisement, Addenda, Information to Bidders, Proposal and Bid Security); (2) Special Provisions; (3) General and Specific Requirements; (4) Conditions of the Contract (General and other conditions); (5) Performance Bond and Labor and Material Payment Bond (6) Form of Agreement; (7) Detail Plates and other drawings attached to specifications; 1.8 CONTRACT PRICE The moneys payable by Owner to Contractor under the Contract Documents as stated in the Agreement. 1.9 CONTRACTOR The Contractor is the person or entity or authorized representative thereof named in the Contract Documents. 1.10 CHANGE ORDER A written order to Contractor signed by Owner authorizing an addition, dele- tion or rev~s~on in the Work, or an adjustment in the Contract Price or the Contract Time issued after the effective date of the Agreement. 1.11 DAY A calendar day of twenty-four hours measured from midnight to the next mid- night. 1.12 DEFECTIVE Refers to Work that is unsatisfactory, damaged, faulty or deficient, does not conform to the Contract Documents or does not meet the requirements of any inspection, test or approval referred to in the Contract Documents. 1.13 DRAWINGS The Drawings are all plans, drawings (including rev~s~ons thereto) or repro- ductions thereof issued by the Engineer pertaining to the Work provided for in the Contract Documents. - 2 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 1.14 ENGINEER The Engineer is the person or entity or authorized representative thereof named in the Contract Documents. 1.15 FIELD ORDER A written order issued by Engineer which orders minor changes in the Work in accordance with Paragraph 10.2, but which does not involve a change in the Contract Price or the Contract Time. 1.16 FINAL COMPLETION The Work, including any punch list items, has been completed in all respects in accordance with the Contract Documents. 1.17 MODIFICATION (a) A written amendment of the Contract Documents signed by both parties, (b) a Change Order, or (c) a Field Order. 1.18 NOTICE OF AWARD The written notice by Owner to the apparent successful Bidder stating that upon compliance by the apparent successful Bidder with the conditions preced- ent enumerated therein, within the time specified, Owner will sign and deliver the Agreement. 1.19 NOTICE TO PROCEED A written notice given by Owner to Contractor (with a copy to Engineer) fixing the date on which the Contract Time will commence to run and on which Contrac- tor shall start to perform his obligation under the Contract Documents. 1.20 OWNER The Owner is the person or entity or authorized representative thereof named in the Contract Documents. 1.21 PERFORMANCE AND PAYMENT BONDS The Performance and Payment Bonds are the approved form of security furnished by the Contractor and a Surety prior to the execution of the Agreement as a pledge of good faith on the part of the Contractor and the Surety in the event of the Contractor's default, covering the Contractor's faithful performance under the Contract Documents and the payment of all obligations arising there- under. - 3 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 1.22 PROJECT The total construction of which the Work to be provided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. 1.23 PROPOSAL The Proposal is the offer of a bidder to perform the work described in the Bid Documents when made out and submitted on the prescribed Proposal form, proper- ly signed and secured. 1.24 RESIDENT PROJECT REPRESENTATIVE The authorized representative of the Engineer who is assigned to the site or any part thereof. 1.25 SHOP DRAWINGS All drawings, diagrams, illustrations, schedules and other data which are specifically prepared by Contractor, a Subcontractor, manufacturer, fabrica- tor, supplier or distributor to illustrate some portion of the Work and all illustrations, brochures, standard schedules, performance charts, instruc- tions, diagrams and other information prepared by a manufacturer, fabricator, supplier or distributor and submitted by Contractor to illustrate material or equipment for some portion of the Work. 1.26 SPECIFICATIONS That portion of the Contract Document generally bound in booklet form and con- sisting of the documents identified in Paragraph 1.7 (b) of the Conditions of the Contract. 1.27 SUBCONTRACTOR The Subcontractor is the person or other entity having a direct contract the Contractor and acts for or on behalf of the Contractor in executing part of the Contract, but does not include any separate Contractor or his contractor or any material suppliers. with any sub- 1.28 SUBSTANTIAL COMPLETION The Work (or a specified part thereof) has progressed to the point where, in the op1n1on of Engineer as evidenced by his certificate of Substantial Comple- tion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or specified part) can be utilized for the purposes for which it was intended; or if there be no such certificate issued, when final payment is due in accordance with Paragraph 9.10 and 9.11. The terms "sub- stantially complete" and "substantially completed" as applied to any Work refer to Substantial Completion thereof. - 4 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 1.29 SURETY A Surety is the person or other entity executing the Contractor's Bid, Per- formance and Payment Bonds. 1.30 WRITTEN NOTICE Written Notice shall be deemed to have been served if delivered in person or sent by registered or certified mail to the individual or other entity or to the last known business address of such individual or entity. It shall be the duty of each party to advise the other parties to the Agreement as to any change in the business address until completion and acceptance of the Work. 1.31 WORK The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work is the result of performing services, furnishing labor and furnishing and incorporat- ing materials and equipment into the construction, all as required by the Con- tract Documents. SECTION 2 BIDDING REQUIREMENTS 2.1 PROPOSAL FORMS The Owner will furnish Proposal Forms to any qualified Bidder upon request. 2.2 INTERPRETATION OF QUANTITY ESTIMATES The schedule quantities as listed in the Proposal are to be considered approx- imate only and may be increased, decreased or omitted as necessary to complete the Work as described in the Contract Documents. 2.3 EXAMINATION OF PLANS, SPECIFICATIONS AND WORK SITE Each Bidder is required to examine carefully the site of the Work, the Pro- posal Forms, Specifications and Plans. Submission of a Proposal constitutes a representation by the Bidder that he has made such examination, has familiar- ized himself with the conditions to be encountered, the character, quality and quantity of work to be performed and material to be furnished and has corre- lated his observations with the requirements of these Contract Documents. 2.4 ADDENDA Any Addenda issued prior to the time of receipt of Proposals shall be included in the Proposal and shall be made part of the Contract Documents. Receipt of each Addendum shall be acknowledged by the Bidder in his Proposal. - 5 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 2.5 PREPARATION OF BID The bidder shall submit his Proposal on the Proposal Form provided by the Owner. All blank spaces in the Proposal must be filled in clearly and cor- rectly in ink or typewritten. Any interlineation, alteration or erasure must be initialed by the signer of the Proposal. The Proposal shall be signed in ink by the individual or authorized representative making the Proposal. 2.6 RESERVATIONS AND/OR EXCEPTIONS Reservations or exceptions shall be clearly stated in writing and attached to the Proposal. They will be deemed to be a part of and incorporated into the Proposal. Bidders are advised that if such reservations or exceptions con- stitute a substantial deviation from the advertised terms and conditions, their Proposals may be rendered nonresponsive. The Bidder shall make no addi- tional stipulations on the Proposal nor qualify it in any other manner. 2.7 BID SECURITY If so stipulated in the Advertisement for Bids, or Information to Bidders, each Proposal shall be accompanied by a Bid Security in the required form and amount pledging that the Bidder will enter into a Contract with the Owner on the terms stated in his Proposal and will, if required, furnish bonds as de- scribed hereunder in Section 6 covering the faithful performance of the Con- tract and the payment of all obligations arising thereunder. Should the Bid- der refuse to enter into such Contract or fail to furnish such bonds, if re- quired, the amount of the Bid Security shall be forfeited to the Owner as liquidated damages, not as a penalty. The Owner will have the right to retain the Bid Security of Bidders until either (a) the Agreement has been executed and bonds, if required, have been furnished by the Contractor to whom an award has been made or (b) the specified time has elapsed so that unaccepted Pro- posals may be withdrawn, or (c) all Proposals have been rejected. 2.8 DELIVERY OF PROPOSAL Each Proposal shall be placed in an opaque envelope and securely sealed. The envelope shall be so marked as to indicate the name and address of the Bidder, the type of work and the Project Designation. If mailed, the sealed envelope shall be enclosed in a separate mailing envelope with the notation 'PROPOSAL ENCLOSED" on the face thereof. All Proposals shall be in the office of the designated recipient before the time set for bid opening. 2.9 OPENING OF PROPOSALS Proposals will be opened publicly and read aloud at the time, date and place designated in the Advertisement. 2.10 EVALUATION OF PROPOSALS The Owner reserves the right to reject any Proposal if it shows any omissions, alterations, irregularities, is submitted subsequent to the time established - 6 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. in the Advertisement for Bids for receipt of bids, or is unaccompanied by any required Bid Security. The Bidder further acknowledges the right of the Owner to reject all Proposals and readvertise with the same or different Bid Docu- ments. In any event, the Owner reserves the right to waive any informalities, irregularities or minor deviations in the Proposal. On unit price Proposals, comparison of Proposals will be made on the basis of the stated unit prices and unit prices will control in the event of a discrepancy between the unit price and the extension or summation thereof. On fixed or lump sum price Pro- posals, comparison of Proposals will be made on the basis of the lowest price that is responsive to the Advertisement. 2.11 CERTIFICATION OF INDEPENDENT PRICE DETERMINATION By submission of a Proposal, each Bidder certifies that: (a) The prices in the Proposal have been arrived at independently, with- out consultation, communication or agreement as to ariY matters relat- ing to such prices with any other bidder or with any competitor for the purpose of restricting competition; (b) The prices in the Proposal have not been or will not be knowingly disclosed to any other bidder or competitor prior to the Owner's opening of the Proposals; (c) No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a Proposal for the purpose of restricting competition. SECTION 3 AWARD AND EXECUTION OF CONTRACT, PROGRESS & COMPLETION OF WORK 3.1 AWARD OF CONTRACT ~hen the lowest responsive Proposal of the lowest responsible bidder is accepted end t!ithin the time limit established in the Advertisement for Bids, t~e Ovmer will send him the necessary Contract Documents and a Notice that the contract has been awarded to him, subject to the furnishing of a Performance and Payment Bond, where required. 3.2 EXECUTION OF AGREEMENT The lowest responsible bidder shall, within 15 days after rece~v~ng the Notice of Award and Contract Documents, sign the Agreement contained in the Contract Documents and return the signed Agreement and such Bonds and Insurance forms as the successful Bidder may be required to furnish to the Owner. 3.3 FAILURE TO EXECUTE AGREEMENT Upon the failure of the lowest responsible bidder to furnish an acceptable Bond, where required, or to execute the Agreement within the time above speci- - 7 11\90-356GENRL Co~yright 1990 Bonestrop, Rosene, Anderlik & Associates, Inc. fied, the Owner may have the option to annul the award and retain the Bid Se- curity accompanying the Bid as liquidated damages and not as a penalty. This shall not be the sole remedy of the Owner but upon default by the Bidder the Owner may adopt any legal remedy which it may see fit to adopt. 3.4 RETURN OF BID SECURITY All Bid Securities, except that of the lowest responsible bidder, will be re- turned within 45 days after the date of the opening of Proposals unless stated otherwise in the Special Provisions. The Bid Security of the lowest respon- sible bidder will be returned upon receipt of the properly executed Agreement and Bond. 3.5 NOTICE TO PROCEED The date of commencement of the Work is the date set forth in the Notice to Proceed. Thereupon, the Contractor shall begin and shall prosecute the Work regularly and without interruption, unless otherwise directed in writing by the Owner, with such manpower and equipment as is necessary to complete the Work within the time stated in the Contract Documents. 3.6 CONTRACT TIME The Contractor shall complete, in an acceptable manner, all of the Work con- tracted for in the time stated in the Contract Documents, subject only to extension for unforeseeable delays above and beyond the control of the Con- tractor and his Subcontractors and without their fault or negligence. Written notice of the Contractor's claim for such extension shall be given within ten (10) days of the occurrence of the event giving rise to the claim; otherwise the claim shall be waived. 3.7 SCHEDULE OF COMPLETION The Contractor shall submit, at such time as may reasonably be requested by the Engineer, schedules which shall show the order in which the Contractor proposes to carryon the Work, with dates at which the Contractor will start the several parts of the Work and estimated dates of completion of the several parts. 3.8 COMPUTATION OF TIME When any period of time is referred to in the Contract Documents by days, it shall be computed to exclude the first and include the last day of such per- iod. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation. - 8 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 3.9 LIQUIDATED DAMAGES 3.9.1 Time is the essence of the contract. The Contractor thereby agrees that the Owner will be entitled to liquidated damages for failure on the part of the Contractor to complete the Work within the time limits provided for in the Contract Documents. 3.9.2 Should the Contractor fail to complete the project on or before the specified date, liquidated damages in the amount specified in the Special Pro- v~s~ons shall be deducted from any monies due or coming due to the Contractor or shall be paid to the Owner not as a penalty but as liquidated damages for each and every calendar day that the contract shall remain uncompleted after the specified date for Completion. Liquidated damages are specified herein because of the extreme difficulty of ascertaining and establishing the actual damages which the Owner would sustain. SECTION 4 CONTRACT DOCUMENTS: INTENT AND REUSE 4.1 INTENT OF CONTRACT DOCUMENTS 4.1.1 The Contract Documents comprise the entire Agreement between Owner and Contractor concerning the Work. They may be altered only by a written Change Order. 4.1.2 The Contract Documents are complementary; what is called for by one is binding as if called for by all. If, during the performance of the Work, the Contractor finds a conflict, ambiguity or discrepancy in the Contract Docu- ments, he shall report it to engineer in writing at once and before proceeding with the Work affected thereby; however, Contractor shall not be liable to Owner or Engineer for failure to report any conflict, ambiguity or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof or should reasonably have known thereof. 4.1.3 It is the intent of the Specifications and Drawings to describe a com- plete project (or part thereof) to be constructed in accordance with the Con- tract Documents. Any Work that may reasonably be inferred from the Specifica- tions or Drawings as being required to produce the intended result shall be supplied whether or not is is specifically called for. When words which have a well-known technical or trade meaning are used to describe Work, materials or equipment, such words shall be interpreted in accordance with such meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association, or to the code of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual or code in effect at the time of opening of Bids (or, on the effective date of the Agreement if there were no Bids), except as may be otherwise specifically stated. However, no provision of any referenced standard specification, manual or code (whether or not spec- ifically incorporated by reference in the Contract Documents) shall change the - 9 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. duties and responsibilities of Owner, Contractor or Engineer, or any of their agents or employees from those set forth in the Contract Documents. Clarifi- cations and interpretations of the Contract Documents shall be issued by Engi- neer as provided for in Paragraph 4.4. 4.1.4 The Contract Documents shall be governed by the law of the place of the Project. 4.2 ORDER OF PRECEDENCE If there be a conflict between or among any of the terms or prov~s~ons of the Contract Documents, which conflict cannot be reconciled by resorting to the intent of the Contract Documents under Paragraph 4.1, the conflict shall be resolved by applying the following Order of Precedence: (a) Agreement; (b) Conditions of the Contract; (c) Special Provisions; (d) Specific Requirements; (e) General Requirements (f) Drawings. 4.3 DISCREPANCIES Any conflict, ambiguity or discrepancy in the Contract Documents, no matter how seemingly insignificant to the Contractor, shall be brought immediately to the attention of the Engineer for clarification. Any Contractor who fails to bring any conflict, ambiguity or discrepancy to the attention of the Engineer of which it was or should have been aware, shall assume the risk of loss aris- ing out of any such conflict, ambiguity, or discrepancy. 4.4 ADDITIONAL INSTRUCTIONS Further or additional instructions may be issued by the Engineer during the progress of the Work by the use of Drawings or other means to clarify the intent of the Contract Documents or to explain or illustrate Changes in the Work or Field Orders. 4.5 DRAWINGS AND SPECIFICATIONS AT JOB SITE Contractor shall keep one record copy of all Specifications, Drawings, Addenda, Modifications, Shop Drawings and samples at the site, in good order and annotated to show all changes made during the construction process. These - 10 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. shall be available to Engineer for examination and shall be delivered to Engi- neer for Owner upon completion of the Work. 4.6 OWNERSHIP OF DRAWINGS AND SPECIFICATION AND REUSE All original Drawings and Specifications and other data furnished by the Engi- neer are and shall remain his property. Copies thereof will be furnished to Owner and are to be used only with respect to this Project and are not to be used on any other project or extensions of this Project without the prior written consent of Engineer. Submission or distribution to meet official regulatory requirements or for other purposes in connection with the Project are not to be construed as publication in derogation of the Engineer's common law copyright or other reserved rights. 4.7 DIMENSIONS Figured dimensions on the plans will be used in preference to scaling the Drawings. Any conflicts, ambiguity, or discrepancy, shall be immediately brought to the attention of the Engineer before proceeding with the affected Work. Contractor shall assume the risk of loss for failure to bring to the attention of the Engineer such conflict, ambiguity, or discrepancy. SECTION 5 AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; REFERENCE POINTS 5.1 AVAILABILITY OF LANDS 5.1.1 Owner shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights-of-way for access thereto, and such other lands which are designated for the use of Contractor. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by Owner, unless otherwise provided in the Contract Documents. 5.1.2 Contractor shall, at his expense, provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. Contractor shall confine his machinery and equipment, storage of materials and operation of workmen to those areas described in the Contract Documents and such additional areas which he may provide at his expense. 5.2 PRIVATE PROPERTY The Contractor shall not enter upon private property for any purpose without obtaining written permission from the o\vner thereof, and he shall be respon- sible for the preservation of all property, trees, monuments, etc., along and adjacent to the street and/or right-of-way, and shall use every precaution - 11 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. necessary to prevent damage or injury thereto. He shall protect carefully from disturbance or damage all monuments and property markers until an author- ized agent has witnessed or otherwise referenced their location and shall not remove them until directed. 5.3 SURVEYS Unless otherwise specified, the Owner shall establish all base lines for the location of the principal component parts of the Work together with a suitable number of bench marks adjacent to the Work. Based upon the information pro- vided by the Owner, the Contractor shall develop and make all detail surveys necessary for construction, including batter boards, stakes for pile locations and other working points, lines and elevations. The Contractor shall be re- sponsible for carefully preserving bench marks, reference points and stakes, and, in the case of destruction thereof resulting from his negligence or otherwise, the Contractor shall be charged with the expense and damage result- ing therefrom and shall be responsible for any mistakes that may be caused by the unnecessary loss or disturbance of such bench marks, reference points and stakes. 5.4 UTILITIES The contractor shall be solely responsible for verifying the exact location of all utilities, whether or not shown on the Drawings or referenced in the Spec- ifications. Prior to the start of any construction, the Contractor shall notify all utility companies having utilities in the Project area. The Con- tractor shall have sole responsibility for providing temporary support and for protecting and maintaining all existing utilities in the Project area during the entire period of construction, including but not limited to the period of excavation, backfill and compaction. In carrying out this responsibility, the Contractor shall exercise particular care, whenever gas mains or other utility lines are crossed, to provide compacted backfill or other stable support for such lines to prevent any detrimental displacement, rupture or other failure. 5.5 INVESTIGATIONS Reference is made to the Contract Documents for identification of those re- ports of investigations and tests of subsurface or latent physical conditions at the site or otherwise affecting cost, progress or performance of the Work which have been relied upon by Engineer in preparation of the Drawings and Specifications. Such reports or tests are not guaranteed as to accuracy or completeness and if incorporated into the Contract Documents, they shall be for general information only. Contractor shall be responsible for verifying site and subsurface conditions to his satisfaction prior to submitting a bid on the project. 5.6 UNFORESEEN PHYSICAL CONDITIONS Contractor shall immediately notify Owner and Engineer in writing of any sub- surface or latent physical conditions at the site or in an existing structure differing materially from those indicated or referred to in the Contract Docu- - 12 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. ments. Engineer will promptly review those conditions and advise Owner in writing if further investigation or tests are necessary. Promptly thereafter, Owner shall obtain the necessary additional investigations and tests and fur- nish copies to Engineer and Contractor. If Engineer finds that the results of such investigations or tests indicate that there are subsurface or latent physical conditions which differ materially from those intended in the Con- tract Documents, and which could not reasonably have been anticipated by Con- tractor, a Change Order shall be issued incorporating the necessary revisions. SECTION 6 INSURANCE, AND BONDS, LEGAL RESPONSIBILITY AND PUBLIC SAFETY 6.1 INSURANCE 6.1.1 General: The Contractor shall not commence work under this contract until he has obtained all insurance required under this Section and shall have filed the certificate of insurance or the certified copy of the insurance policy with the Owner and Engineer. The Contractor shall not allow any Sub- contractor to commence work on his subcontract until all insurance required for the Subcontractor has been obtained. Each insurance policy shall contain a clause providing that it shall not be cancelled by the insurance company without thirty (30) days written notice to the Owner and Engineer of intent to cancel. Certificates of insurance shall be submitted on Standard Form C.I.C.C.-701 or ACORD 25 forms and shall specifically note the clause providing for 30 day written notice to the O\vner and Engineer of intent to cancel. This clause shall read as follows: "Should any of the above described policies be cancelled before the expiration date thereof, the issuing company will mail 30 days written notice to the certificate holder named to the left." 6.1.2 Workman's Compensation & Employer Liability Insurance: The Contractor shall secure and maintain during the life of this Contract, Workman's Compen- sation and Employer's Liability Insurance as required by law for all his employees to be engaged directly or indirectly in the work on the project under this Contract. In case any work is sublet, the Contractor shall require the Subcontractor to similarly provide Workmen's Compensation and Employer's Liability Insurance for all the latter's employees to be engaged directly or indirectly in such work. The Contractor shall also maintain insurance re- quired under any other Employee Benefit Acts in force or required by law at the site of construction. 6.1.3 Contractor Comprehensive General & Automobile Liability: The Contrac- tor shall procure and maintain during the life of this Contract, Contractor's Comprehensive General and Automobile Liability Insurance which shall protect him from claims for damages for personal injury, including accidental death, - 13 - 11\SO-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. as well as from claims for property damage which may arise from operations under this contract, whether such operations be by himself or by any Sub- contractor or by anyone directly or indirectly employed by either of them. The insurance shall be in amounts listed below and shall provide coverage under the following hazards: 1. Operations of Contractor 2. Operations of Subcontractor (Contingent) 3. Products, including completed operations. This insurance is to be carried for a period of one year after completion or acceptance of the work. 4. Contractural Liability (See Section 6.1.5) 5. Property Damage 6. Broad Form Property Damage 7. All Owned, Non-Owned and Hired Vehicles Minimum Limits - General Liability 1. Bodily injury $500,000.00 each occurrence $500,000.00 completed operations 2. Property damage $100,000.00 each occurrence $200,000.00 aggregate Minimum Limits - Automobile Liability 1. Bodily injury $250,000.00 each person $500,000.00 each occurrence 2. Property damage $100,000.00 each occurrence $200,000.00 aggregate It is required that basic exclusions for damage caused by explosion, collapse and damage to underground facilities, commonly known as X, C, U exclusions, be removed from the policies and so indicated as covered in the declaration and on certificates of insurance. This provision of the Conditions of the Con- tract will be waived on above ground projects where hazards of explosion and/or collapse do not exist. The exclusion of explosion will be allowed on underground projects where blasting is not required. In addition to all of the listed coverages, the Contractor shall procure and maintain an Umbrella Excess Liability Policy in a minimum limit of $1,000,000.00. Any Umbrella Excess Liability policy in excess of $1,000,000 may be utilized to meet the above listed basic coverages. 6.1.4 Builder's Risk Insurance: Before commencement of the Work, the Con- tractor shall provide Builder's Risk Insurance on a multiple peril form in the full amount of the total construction and material contract. Such insurance shall contain an appropriate rider to include as Additional Named Insureds, the Owner, the Engineer and his consultants, and each of their officers, employees and agents, all subcontractors, the equipment contractors and all of their subcontractors on the construction premises. Such insurance may have a - 14 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. deductible clause but the deductible amount shall be borne by the Contractor and shall not exceed $1,000.00. The Builder's Risk Insurance nere~n construction of structures ana building tion shall be waived on projects invol ing, street improvements and similar to property shall be the sole raSDons acceptance of the Work. shall apply to projects involving The requirements of this sec- underground utilities, grad- construction 'work, but any damage or loss of the Contractor until final If the O~~er finds it necessary to occupy Work prior to substantial completion ~hereofa mence prior to a time which the insurance company or consented by endorsement to the be cancelled or lapsed on account of Contractor and of the insurance company shall not be unre ithhe or use a portion or portions of the such occupancy shall not com- the Ovmer and Contractor and to insurance have This insurance shall not Consent of the s to such occupancy or use damages caused vided under this work. by fire or other section 1: each other and the Sub- the Engineer and sepa- ~ and employees, for ~0 the extent covered by insurance pro- applicable to the The Owner and Contractor waive all contractors and their agents rate contractors (if any) and their 6.1.5 law, the neer and their losses and expenses, lnc of or resul Irom damage, loss or disease or death, ~~ than the Work itself is caused in ,ihole tor, any Subcontractor or anyone for whose not it is caused in shall not be or obligation of person described fullest extent permitted by S3 the Owner and the Engi- t all claims, damages, fees arising out that any such claim, injury, sickness, property (other and (2) omission of the Contrac- any of them of whether or Such obligation any other right any party or reduce as to In any anCiall or employees any directly or indirect them may not be limited 1n compensation or benefits under worker's or other employee benefit acts or any of their agents anyone whose acts any of Section shall type of damages, Subcontractor benefit acts or 11\90-356GENRL Copyright 1990 Bonestroo, Rosene" Al1.de & Associates, Inc< 6.1.6 Minimum Insurance insurance shall be the requirements as set forth ments only. Any other coverage must be provided sibility. Requirements: Losses other than those covered by sole responsibility of the Contractors. The insurance herein shall be considered to be minimum require- insurance that may be necessary to provide adequate by the Contractors and shall be their sole respon- 6.1.7 Boiler Insurance: If a permanent boiler is to be installed as part of the project, the Owner will be responsible for maintaining all boiler and machinery coverage. -This coverage will be placed in effect when the equipment is ready for inspection and operation. This coverage shall include the in- terests of the O\Yner, the Contractor, Subcontractors and Sub-subcontractors. 6.2 PERFORMANCE AND OTHER BONDS 6.2.1 Contractor shall furnish Performance and Payment Bonds, each in an amount at least equal to the Contract Price as security for the faithful per- formance and payment of all Contractor's obligations under the Contract Docu- ments. These Bonds shall remain in effect at least until one year after the date of final payment, except as othenlise provided by law. Contractor shall also furnish such other Bonds as are required by the Contract Documents. All Bonds shall be in the forms prescribed by the Contract Documents and be exe- cuted by such Sureties as (A) are licensed to conduct business in the state where the Project is located, and (B) are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of the authority to act. 6.2.2 If the Surety on any Bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of clauses (A) and (B) of Paragraph 6.2.1, Contractor shall within five days thereafter substitute another Bond and Surety, both of which shall be accept- able to Ovmer. 6.3 PATENTS, FEES AND ROYALTIES Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the 1;'lork of any inven1:~on, design, process, product or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product or device is specified in the Contract Documents for use in the performance of the Work and if to the actual knowledge of Owner or Engineer its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by Owner in the Contract Documents. Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly or indirectly employed by either of them from and against all claims, damages, losses and expenses (including attorneys' fees) - 16 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. arising out of any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product or device not specified in the Contract Documents, and shall defend all such claims in connection with any alleged infringement of such rights. 6.4 PERMITS AND LICENSES All permits and licenses necessary for the prosecution secured by the Contractor prior to the commencement shall also pay all public utility charges, governmental fees. of the Work of the Work. charges and shall be Contractor inspection 6.5 LAWS, REGULATIONS AND SAFETY 6.5.1 Contractor shall give all notices and comply with all laws, ordi- nances, rules and regulations applicable to the Work. If Contractor ob- serves that the Specifications or Drawings are at variance therewith, he shall give Engineer prompt written notice thereof, and any necessary changes shall be adjusted by an appropriate Change Order or other Modification. If Contrac- tor performs any Work knowing or being in a position to know it to be contrary to such laws, ordinances, rules and regulations, and without such notice to Engineer, he shall bear all costs arising therefrom; however, it shall not be his primary responsibility to make certain that the Specifications and Draw- ings are in accordance with such laws, ordinances, rules and regulations. 6.5.2 Contractor shall be responsible for initiating, maintaining and super- v~s~ng all safety precautions and programs in connection with the Work. He shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: (a) all employees on the Work and other persons who may be affected thereby; (b) all the Work and all materials or equipment to be incorporated there- in, whether in storage .on or off the site; and (c) other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not desig- nated for removal, relocation or replacement in the course of construction. 6.5.3 Contractor shall comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. He shall erect and maintain, as required by the conditions and progress of the Work, all necessary safBguards for its safety and protection. He shall notify owners of adjacent utilities when prosecution of the Work may affect them. All damage, injury or loss to any property referred to in Section 6.5.2(b) and (c) caused, d{rectly or indirectly, in whole or in part, by Contractor, any Subcontractor or any directly or indirectly employed by any of them or anyone for whose acts - 17 - ll\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. any of them may be liable, shall duties and responsibilities for continue until such time as all the notice to Owner and Contractor that be the Work Work remedied by Contractor. safety and protection of is completed and Engineer is acceptable. Contractor's the Work shall has issued a 6.5.4 Contractor shall designate a responsible member of his organization at the site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Con- tractor to Owner. 6.5.5 Contractor agrees to indemnify the Owner and Engineer and their agents and employees against all claims, demands, losses, damages and expenses (in- cluding attorneys' fees) arising out of or resulting from the contractor's violation of any safety law, regulation or code (including without limitation OSHA) or any other prudent precaution. 6.6 WARNING SIGNS AND BARRICADES The Contractor shall p~ovide adequate signs, barricades, colored lights and/or watchmen and take all necessary precautions for the protection of the Work and the safety of the public. All barricades and obstructions shall be protected at night by colored signal lights which shall be kept in operation from sunset to sunrise. SECTION 7 ENGINEER-OWNER-CONTRACTOR RELATIONS; ARBITRATION: INDEMNIFICATION 7.1 ENGINEER'S STATUS AND AUTHORITY 7.1.1 Engineer will be Owner's representative during the construction period. The duties and responsibilities and the limitations of authority of Engineer as Owner's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of Owner and Engi- neer. 7.1.2 Engineer will make visits to the site at intervals appropriate to the various stages of construction to observe the progress and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. Engineer is not required to make exhaustive or continuous on-site inspections to check the quality or quantity of the Work. On the basis of such visits and on-site observations, Engineer will keep Owner informed of the progress of the Work and will endeavor to guard Owner against defects and deficiencies in the Work. 7.1.3 If Ovner and Engineer agree, Engineer will representative to assist Engineer in observing The Resident Project Representative shall work under furnish a resident project the performance of the Work. the authority and direc- - 18 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. tion of the Engineer. The duties and responsibilities of the Resident Project Representative shall not exceed those duties and responsibilities of the Engi- neer as set forth in the Contract. It shall be to the discretion of the Engi- neer to delegate to the Resident Project Representative those duties and tasks that are within the authority of the Engineer to perform. In general, the duties of the Resident Project Representative may consist of, but shall not be limited to, the following: 1. General contract administration 2. Periodic observation of the Work 3. Unit price quantity and record plan measurements 4. Schedule, perform and verify tests and inspections 5. Monitor Contractor's progress performance 6. Provide information for the Engineer's review and decision concerning disputes and defective Work. 7.1.4 Engineer will issue with reasonable promptness such written clarifica- tions or interpretations of the Contract Documents (in the form of Drawings or otherwise) as Engineer may determine necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. If Contractor believes that a written clarification or interpretation justifies an increase in the Contract Price or Contract Time, Contractor may make a claim therefor as provided in Section 10 or Section 11. 7.1.5 Engineer will have authority to disapprove or reject Work which is defective, and will also have authority to require special inspection or test- ing of the Work as provided in Paragraph 8.10, whether or not the Work is fabricated, installed or completed. The Engineer shall not have charge of or control over the Work and shall have no authority to stop the Work. 7.1.6 Neither Engineer's authority to act under this Section 7 or elsewhere in the Contract Documents nor any decision made by Engineer in good faith either to exercise or not exercise such authority shall give rise to any duty or responsibility of Engineer to Contractor, any Subcontractor, any manufac- turer, fabricator, supplier or distributor, or any of their agents or employ- ees or any other person performing any of the Work. 7.1.7 If a Resident Project Representative is assigned to the project, the purpose of his efforts shall be to provide a greater degree of assurance to the Owner that the Work is constructed in conformance to the requirements of the Contract. The Resident Project Representative's efforts are for the bene- fit of the Owner alone. Neither his authority to act nor his decision to exercise or not exercise such authority shall give rise to any duty or respon- sibility to the Contractor, any subcontractor, any manufacturer, fabricator, supplier or distributor, or any of their agents or employees or any other per- son performing any of the Work. The Resident Project Representatives author- ity shall not exceed limitations on Engineer'S authority as set forth in the Contract Documents nor shall the Resident Project Representative undertake any of the responsibilities of Contractor, Subcontractors, or Contractor's Super- intendent. - 19 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 7.1.8 Whenever in the Contract Documents the terms "as ordered", "as direc- ted", "as required", "as allowed", or terms of like effect or import are used, or the adjectives "reasonable", "suitable", "acceptable", "proper", or "satis- factory", or adjectives of like effect or import are used to describe require- ments, direction, review or judgment of Engineer as to the Work, it is in- tended that such requirements, direction, review or judgment will be solely to evaluate the Work for compliance with the Contract Documents. The use of any such term or adjective never indicates that Engineer shall have authority to supervise or direct 'performance of the Work or authority to undertake respon- sibility contrary to the provisions of Paragraphs 7.1.9 or 7.1.10. 7.1.9 Engineer will not be responsible for Contractor's means, methods, tech- niques, sequences or procedures of construction, or the safety precautions and programs incident thereto, and Engineer will not be responsible for contrac- tor's failure to perform the Work in accordance with the Contract Documents. 7.1.10 Engineer will not be responsible for the acts or omissions of Contrac- tor or of any Subcontractors, or of the agents or employees of any Contractor or Subcontractor, or of any other persons at the site of otherwise performing any of the Work. 7.2. CONTRACTOR'S RESPONSIBILITIES 7.2.1. The Contractor shall supervise and direct the work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the work in accordance with the Con- tract Documents. The Contractor shall be solely responsible for the means, methods, techniques, quality of workmanship, sequences and procedures of con- struction. The Contractor shall be responsible to see that the finished work complies accurately with the Contract Documents. A competent superintendent, who is acceptable to the Owner, shall be main- tained on the Work site and give efficient supervision to the Work until its completion. The superintendent shall have full authority to act on behalf of the Contractor, and all communications given to the superintendent shall be as binding as if given to the Contractor. It shall be the responsibility of the Contractor's superintendent to coordinate the work of all the Subcontractors. When required, the superintendent shall be present on the site to perform adequate supervision and coordination. Contractor shall provide competent, suitably qualified personnel to survey and layout the Work and perform construction as required by the Contract Docu- ments. Contractor shall at all times maintain good discipline and order at the site. The Contractor shall at all times be responsible for the conduct and discip- line of his employees and/or any Subcontractors. All workmen must have suf- ficient knowledge, skill and experience to perform properly the work assigned to them. Any foreman and workman employed by the Contractor or Subcontractor who does not perform his work in a skillful manner, or appears to be incompe- tent or to act in a disorderly or intemperate manner shall be removed immed- iately and shall not be employed again in any portion of the Work. - 20 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 7.2.2. The Contractor's duties with respect to materials, equipment, inspec- tion and workmanship are set forth in Section 8. 7.2.3. The Contractor's duties with respect to progress of the work are set forth in Section 3, paragraphs 3.6, 3.7, 3.8 and 3.9. 7.2.4. The Contractor' duties with respect to insurance and bonds, legal responsibility and safety are set forth in Section 6. 7.3. OWNER'S RESPONSIBILITIES 7.3.1. The Owner shall issue all communications to the Contractor through the Engineer. 7.3.2. The Owner shall furnish the data required of the Owner under the Con- tract Documents promptly and shall make payments as provided to the Contractor promptly after they are due. 7.3.3. The Owner's duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in paragraph 5.1 and 5.3. The Owner shall make available to the Contractor copies of reports of investigations and tests of subsurface and latent physi- cal conditions at the site or otherwise affecting performance of the work which have been relied upon by the Engineer in preparing the drawings and specifications. Such reports are not guaranteed as to accuracy or complete- ness and are not part of the Contract Documents. 7.3.4. In connection with the O\Yner's rights to request changes in the work in accordance with Section 10, the Owner (especially in certain instances as provided in paragraph 10.4) is obligated to execute Change Orders. 7.3.5. The Owner's responsibility in respect of certain inspections, tests and approvals is set forth in paragraph 8.10.2. 7.3.6. In connection with O\Yner's right to stop work or suspend work, see paragraphs 8.17 and 12.1. Paragraph 12.2 deals with the Owner's right to terminate services of the Contractor under certain circumstances. 7.4 ASSIGNMENT OF CONTRACT The Contractor shall neither sublet, sell, transfer, assign or otherwise dis- pose of the Contract or any portion thereof, or of his right, title or inter- est therein, or his obligations thereunder, nor, if this Contractor is a cor- porate entity, sublet, sell, transfer or assign a majority of the outstanding shares of stock in the corporation, wi.thout prior written consent of the Owner. In case written consent is given, the Contractor will be permitted to sublet a portion of the contract or corporate stock thereof, but shall per- form, with his o\Yn organization, Work amounting to not less than 50 percent of the total original contract price. No subcontracts or transfer of contract or corporate stock shall release the Contractor of his liability under the Con- tract or Bonds. - 21 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 7.5 RIGHTS OF VARIOUS INTERESTS Wherever Work being done by the Owner's forces or by other Contractors is con- tiguous to Work covered by this Contract, the respective rights of the various interests involved shall be established by agreement to secure the completion of the various portions of the Work in general harmony. 7.6 SEPARATE CONTRACTS The Owner may let other contracts in connection with the Work of the Contrac- tor. The Contractor shall cooperate with other Contractors with regard to storage of materials and execution of their Work. It shall be the Contrac- tor's responsibility to inspect all work by other Contractors affecting his Work and to report to the Engineer any irregularities which will not permit him to commence or complete his work in a satisfactory manner. His failure to notify the Engineer of such irregularities shall indicate the work of other Contractors has been satisfactorily completed to receive his Work. The Con- tractor shall not be responsible for defects of which he could not have known through reasonable inspection thereof, which develop in the Work of others after the Work is completed. It shall be the responsibility of the Contractor to measure the completed work in place and report to the Engineer immediately any difference between completed work by others and the Drawings. 7.7 SUBCONTRACTS Nothing herein shall create any legal relationship between the Owner or Engi- neer and any subcontractor, and no subcontractor shall have any rights under this Contractor's agreement with the Owner. The Contractor's award of sub- contracts shall be subject to the following: 7.7.1 Unless otherwise specified in the Contract Documents, the Contractor shall, upon receipt of the executed Contract Documents, submit in writing to the Owner the names of the Subcontractors proposed for the Work. Subcontrac- tors may not be changed except at the request or with the consent of the Owner. Contractor shall not employ any Subcontractor or other person or organization (including those who are to furnish the principal items of mater- ials or equipment), whether initially or as a substitute against whom Owner or Engineer may have reasonable objection. A Subcontractor or other person or organization identified in writing to Owner and Engineer by Contractor prior to the Notice of Award and not objected to in writing by Owner or Engineer prior to the Notice of Award will be deemed acceptable to Owner and Engineer. Acceptance of any Subcontractor, other person or organization by Owner or Engineer shall not constitute a waiver of any right of Owner or Engineer to reject defective Work. If Owner or Engineer after due investigation has reasonable objection to any Subcontractor, other person or organization pro- posed by Contractor after the Notice of Award, Contractor shall submit another acceptable Subcontractor at no change in the Contract Price. Contractor shall not be required to employ any Subcontractor, other person or organization against whom Contractor has reasonable objection. - 22 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 7.7.2 Contractor shall be fully responsible for all acts and omissions of his Subcontractors and of persons and organizations directly or indirectly employed by them and of persons and organizations for whose acts any of them may be liable to the same extent that Contractor is responsible for the acts and omissions of persons directly employed by Contractor. Nothing in the Con- tract Documents shall create any contractual relationship between Owner or Engineer and any Subcontractor or other person or organization having a direct contract with Contractor, nor shall it create any obligation on the part of Owner or Engineer to payor to see to the payment of any moneys due any Sub- contractor or other person or organization, except as may otherwise be re- quired by law. Owner or Engineer may furnish to any Subcontractor or other person or organization, to the extent practicable, evidence of amounts paid to Contractor on account of specific Work done. 7.7.3 The divisions and sections of the Specifications and the identifica- tions of any Drawings shall not control Contractor in dividing the York among Subcontractors or delineating the Work to be performed by any specific trade. 7.7.4 All Work performed for Contractor by a Subcontractor will be pursuant to an appropriate agreement between Contractor and the Subcontractor which specifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of Owner and Engineer and contains waiver provisions as required by paragraph 6.1.4. Contractor shall pay each Subcontractor a just share of any insurance moneys received by Contractor on account of losses under policies issued pursuant to paragraph 6.1.4. 7.8 ORAL AGREEMENTS No oral order, objection, claim or notice by any party to the others shall affect or modify any of the terms or obligations contained in any of the Con- tract Documents, and none of the provisions of the Contract Documents shall be held to be waived or modified by reason of any act whatsoever, other than by a definitely agreed upon .waiver or modification thereof in writing, and no evi- dence shall be introduced in any proceeding of any other waiver or modifica- tion. 7.9 NONDISCRIMINATION IN EMPLOYMENT For Work under these Contract Documents, the Contractor agrees: (a) That in the hiring of common or skilled labor for the performance of any work under this Contract or any subcontract hereunder, no contractor, material supplier or vendor shall, by reason of race, creed, color or national or~g~n, discriminate against the person or persons who are qualified and available to perform the Work to which such employment relates; (b) That no Contractor, material supplier or vendor shall, discriminate against. or intimidate or prevent the employment persons, or on being hired, prevent or conspire to prevent any sons from the performance of the Work under this Contract on creed, color or national origin. in any manner, of any person or person or per- account of race, - 23 - 1l\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. (c) Violation of this section shall be cause for cancellation or termina- tion of the Agreement between Owner and Contractor. 7.10 DECISIONS ON DISAGREEMENTS 7.10.1 Claims, disputes, disagreements, or other matters in question between the Contractor and the Owner relating to the execution or progress of the Work or the interpretation of the Contract Documents shall be referred initially to the Engineer for decision which he will render in writing within a reasonable time. 7.10.2 Any claim, dispute, disagreement or other matter that has been referred to the Engineer, except any which has been waived by the making or acceptance of final payment, shall be subject to arbitration under Paragraph 7.11 below upon the written demand of either party. However, no demand for arbitration of any such claim, dispute or other matter may be made until the earlier of the date on which the Engineer has rendered his written decision, or the tenth day after the parties have presented their evidence to the Engineer or have been given a reasonable opportunity to do so, if the Engineer has not rendered his written decision by that date. 7.10.3 If a decision of the Engineer is made in writing and states that it is final but subject to appeal, no demand for arbitration of a claim, dispute or other matter covered by such decision may be made later than thirty days after the date on which the party making the demand received the decision. The failure to demand arbitration within said thirty days' period will result in the Engineer's decision becoming final and binding upon the Owner and the Con- tractor. If the Engineer renders a decision after arbitration proceedings have been initiated, such decision may be entered as evidence but will not supersede any arbitration proceedings unless the decision is acceptable to the parties concerned. 7.11 ARBITRATION 7.11.1 All claims, disputes and other matters in question ar~s~ng out of, or relating to, the Contract Documents or the breach thereof, except for claims which have been waived by the making or acceptance of final payment, or barred by failure to demand arbitration within the time limits specified, shall be decided by arbitration in accordance with the Construction Industry Arbitra- tion Rules of the American Arbitration Association then obtaining unless the parties mutually agree otherwise. Prearbitration discovery shall be conducted in accordance with Rules 26 through 37 of the Federal Rules of Civil Pro- cedure. No arbitration relating to the Contract Documents shall include by consolidation, joinder or otherwise, any person or entity (including the Engineer), not a party to this Agreement without the written consent of such other person or entity. This agreement to arbitrate shall be specifically enforceable under the prevailing arbitration law. The award rendered by the arbitrators shall be final, and judgment may be entered upon it in accordance with applicable law in any court having jurisdiction. - 24 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 7.11.2 Notice of the demand for arbitration shall be filed in writing with the other party to the Contract and with the American Arbitration Association, and a copy shall be filed with the Engineer. The demand for arbitration shall be made within the time limits specified and in all other cases within a rea- sonable time after the claim, dispute or other matter in question has arisen, and in no event shall it be made after the date when institution of legal or equitable proceedings based on such claim, dispute, or other matter in ques- tion would be barred by the applicable statute of limitations. 7.11.3 The Contractor shall carryon the Work and maintain the progress. schedule during any arbitration or other legal proceedings, unless otherwise agreed by him and the Owner in writing. 7.12 INDEMNIFICATION To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the Owner and the Engineer and their agents and employees from and against all claims, damages, losses and expenses, including but not lim- ited to attorneys' fees arising out of or resulting from the performance of Work provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) including the loss of use resulting therefrom, and (2) is caused in whole or in part by any negligent act or omission of the Contractor, any Subcontractor, anyone directly or in- directly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemni- fied hereunder. Such obligation shall not be construed to negate, abridge or otherwise reduce any other right or obligation of indemnity which would other- wise exist as to any party or person described in this Section. In any and all claims against the Owner or the Engineer or any of their agents or employees by any employee of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation under this Section shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any Subcontractor under worker's or workmen's compensation acts, disability benefit acts or other employee benefit acts. SECTION 8 MATERIALS, EQUIPMENT, INSPECTION AND WORKMANSHIP 8.1 MATERIALS AND EQUIPMENT FURNISHED BY CONTRACTOR 8.1.1 Contractor shall furnish tation, construction equipment light, heat, telephone, water and and incidentals necessary for completion of the Work. all materials, equipment, labor, transpor- and machinery, tools, appliances, fuel, power, sanitary facilities and all other facilities the execution, testing, initial operation and - 25 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 8.1.2 All materials used in the ~Jork shall be of good quality, new unless otherwise provided for in the Contract DOCtUllents, shall meet the require- ments of the Specifications, and shall not be incorporated into the 'Work until revie1J]ed by the Engineer. If required by Engineer, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment. 8.1.3 All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturer, fabricator, supplier or distributor, except as otherwise provided in the Contract Docu~ents, 8.2 EQUIVALENT ~LATERIALS AND EQUIPMENT Whenever materials or equipment are specified or described in the Drawings or Specifications by using the name of a proprietary item or the name of a par- ticular manufacturer, fabricator, supplier or distributor, the naming of the item is intended to establish the , function and quality required. Unless the name is followed by words that no substitution is permitted, materials or equipment of other manufacturers, fabricat.ors, suppliers or dis- tributors may be accepted by Engineer if sufficient information is submitted by Contractor to allow r to determine that the material or equipment proposed is equivalent to that named, The for revie,,] by Engineer will be as set forth in B, 2,1 and 8, .2 below as supplemented in the General and Specific Requirements. 8.2.1 Requests for review of substitute i~ems of material and equipment will not be accepted by r trom anyone other than Contractor. If Contractor wishes to furnish or use a substitute item ot material or equipment Contractor shall make written applicat.ion to for acceptance t.hereof, certifying that the proposed substitut.e will perform the fUnC1:iOnS called for by the general des ,be similar substance to that specified and be suited to the same use and Ul. the same function as that specified. The will scaLe whether or not acceptance of the sub- stitute for use in the iilork 1;}Yill a in the Dra.\Jings or Specifi- cations to adapt ;:he des to the substitute and whether or not incorporation or use of the substitute in connection "'7ith the iJ[ork is eet to payment of any license fee or royal All variations of the substitute from that specified shall be identified in the and available mainte- nance, repair and replacement service will De indicated. The application will also contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, inc costs of redesign and claims of other contractors affected all of which shall be considered r 1n the substitute. Engi- neer may require Contractor to furnish at Contra~tor's exoense additional data about the proposed substitute, will be the sole judge of acceptabil- ity, and no substitute ill be ordered or installed ',7i:cnout. Engineer's prior written acceptance Owner may furnish at Contractor's expense a special performance with respect to any substitute. -, 26 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 8.2.2 Engineer will record time required by Engineer and Engineer's con- sultants in evaluating substitutions proposed by Contractor and in making changes in the DravIings or Specifications occasioned thereby. vlhether or not Engineer accepts a proposed substitute, Contractor shall reimburse O\vner for the charges of Engineer and Engineer's consultants for evaluating any proposed substitute. 8.3 MATERIALS FURNISHED BY OW1~ER 8.3.1 Materials specifically indicated shall be furnished by the Owner. Be- fore incorporating any of the materials into the work, the Contractor shall inspect the materials so furnished by the Ovmer. If the Contractor discovers any patent defects in material furnished by the 0limer, he shall notify the Engineer. 8.3.2 Unless othenIise noted or specifically stated, materials furnished by the Owner are considered to be f.o.b. the nearest railroad station or truck line. The Contractor shall transport the materials to the job site, unlo'ad and properly protect all such materials from damage or loss. The Contractor shall be responsible for material loss or damage after receipt of materials at the point of delivery. 8.4 STORAGE OF MATERIALS Materials shall be so stored by the Contractor as to insure the preservation of their quality and fitness for the work, when considered necessary, they shall be placed on wooden platforms or other hard, clean surfaces, and/or they shall be placed under cover and not on the Stored materials shall be located so as to facilitate prompt ~lon. Private property shall not be used for storage purposes without the written permission of the O\vner or les- see thereof. 8.5 SAMPLES All samples called for in the ifications or the Engineer shall be furnished by the Contractor and shall be submitted to the Engineer for his review. Samples shall be furnished so as not to de the commencement or completion of the Project. The Contractor shall furnish such samples of mate- rial as may be required for examination and tes All materials and work- manship shall be in accordance with approved s, All samples of mate- rials for tests shall be taken to methods provided for in the Specifications. 8.6 FURNISHING OF PRODUCT DATA Product Data are illustrations, structions, brochures, diagrams tractor to illustrate a material, 1;>lork. standard schedules performance charts, in- and other information furnished by the Con- t or svs~em for some portion of the - 27 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 8.6.1 The Contractor shall furnish one copy, or such additional copies as may be required by the Special Provisions, of complete Product Data for every manufacture red item of equipment and all components to be used in the Work, including specific performance data, material description, rating, capacity, working pressure, material gage or thickness, brand name, catalog number and general type. 8.6.2 This data shall be compiled by the Contractor and reviewed by the Engi- neer before any of the equipment is ordered. 8.6.3 All data shall be indexed according to specification section and para- graph for easy reference. 8.6.4 After review, this data shall become a part of the Contract, and may not be deviated from except upon written approval of the Engineer. 8.6.5 Product Data "for equipment reviewed by the Engineer does not in any case supersede the Contract Documents. The review by the Engineer shall not relieve the Contractor from responsibility for deviations from Drawings or Specifications unless he has in writing called the Engineer's attention to such deviations at the time of furnishing said data. Nor shall such review relieve the Contractor from responsibility for errors of any sort in the items furnished. The Contractor shall check the Work described by the Product Data with the Contract Documents for deviations and errors. 8.6.6 It shall be the responsibility of the Contractor to insure that items to be furnished fit the space available. He shall make necessary field measurements to ascertain space requirements, including those for connections, and shall order such sizes and shapes or equipment that the final installation shall suit the intent and meaning of the Drawings and Specifications. 8.6.7 Where equipment requiring different arrangement of those shown is allowed, it shall be the responsibility of install the equipment so as to allow for proper operation and the intent of the Drawings and Specifications, and to make work required by the different arrangement of connections. connections from the Contractor to in harmony with all changes in the 8.6.8 Product Data shall be promptly submitted by the Contractor after he has reviewed, checked and approved the data to determine if they are in harmony with the requirements of the Project and with the provisions of the Contract Documents and after he has verified all field measurements and construction criteria, materials, catalog numbers and similar data. In submitting the Product Data, the Contractor certifies that the work represented by the data has been coordinated with the Contract Documents and all relevant field condi- tions. 8.7 QUALITY OF EQUIPMENT AND MATERIALS 8.7.1 In order to establish standards of quality, the Engineer, in the Spec- ifications, has referred to certain products by name and catalog number. This - 28 - ll\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. procedure is not to be construed as eliminating from competition other pro- ducts of equal or better quality by other manufacturers where fully suitable in design unless otherwise specifically stated in the Specifications (see Section 8.2 for substitution procedure). If a product referenced by catalogue name or number is no longer available, Contractor shall recommend to Owner and Engineer another product of comparable quality. 8.7.2 The Contractor shall furnish the complete list of proposed desired sub- stitutions prior to executing the Agreement, together with such engineering and Product Data as the Engineer may require. 8.7.3 The Contractor shall abide by the Engineer's recommendation when pro- posed substitute materials or items of equipment are not recommended for in- stallation and shall furnish the specified material or item of equipment in such case. All proposals for substitutions shall be submitted in writing by the General Contractor and not by individual trades or material suppliers. The Engineer will review proposed substitutions and make his recommendation in writing within a reasonable time. 8.8 SHOP DRAWINGS 8.8.1 The Contractor shall provide Shop Drawings, settings, schedules and such other drawings as may be necessary for the prosecution of the York in the shop and in the field as required by the Drawings, Specifications or Engi- neer's instructions. Deviations from the Drawings and Specifications shall be called to the attention of the Engineer at the time of the first submission of Shop Drawings and other drawings for approval. The Engineer's review of any drawings shall not release the Contractor from responsibility for such devia- tions. 8.8.2 Shop Drawings shall be promptly submitted by the Contractor after he has reviewed, checked and approved the data to determine that they are in harmony with the requirements of the Project and with the provisions of the Contract Documents and after he has verified all field measurements and con- struction criteria, materials, catalog numbers and similar data. By submit- ting the Shop Drawings, the Contractor certifies that the work represented by the Shop Drawings has been coordinated with the Contract Documents and all relevant field conditions. 8.8.3 (a) required ness and Shop Drawings shall be submitted according to the following schedule: Not less than three copies or such other number of copies as may be by the Special Provisions shall be submitted with reasonable prompt- in such sequence as to prevent delay of the Work. (b) The Engineer shall, within fourteen (14) days of the submittal of any Shop Drawings, return one copy to the Contractor marked with Engineer's com- ments. (c) The Contractor shall then promptly make any necessary corrections or changes to the Shop Drawings to conform to the comments made by the Engineer. - 29 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. (d) Following completion of such corrections or changes, the Contractor shall promptly resubmit to the Engineer the required number of copies of the revised Shop Drawings. 8.8.4 Engineer will review with reasonable promptness Shop Drawings and samples, but Engineer's review shall be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to means, methods, sequences, tech- niques or procedures of construction or to safety precautions or programs incident thereto. The review of a separate item as such will not indicate re- view of the assembly in which the item functions. Contractor shall make any corrections required by Engineer and shall return the required number of cor- rected copies of Shop Drawings and resubmit new samples for review. Contrac- tor shall direct specific attention in writing to revisions other than the corrections called for by Engineer on previous submittals. Contractor's stamp of approval on any Shop Drawing or sample shall constitute a representation to Owner and Engineer that Contractor has either determined and verified all quantities, dimensions, field construction criteria, materials, catalog num- bers, and similar data or assumes full responsibility for doing so, and that Contractor has reviewed or coordinated each Shop Drawing or sample with the requirements of the Work and the Contract Documents. 8.8.5 Where a Shop related Work shall be Engineer. Drawing commenced or sample is required by the Specifications, no until the submittal has been reviewed by 8.8.6 Engineer's review of Shop Contractor from responsibility for ments unless Contractor has in writing deviation at the time or submission rence with the specific deviation, nor relieve Contractor from responsibility Drawings. Drawings or samples shall not relieve any deviations from the Contract Docu- called Engineer's attention to such and Engineer has given written concur- shall any concurrence by Engineer for errors or omissions in the Shop 8.9 ACCESS TO AND OBSERVATION OF WORK 8.9.1 Engineer and Engineer's representatives, other representatives of Owner, testing agencies and governmental agencies with jurisdictional inter- ests will have access to the Work at reasonable times for their observation, inspection and testing. Contractor shall provide proper and safe conditions for such access. 8.9.2 All materials and equipment and each part or detail of the Work shall be subject at all times to observation by the Engineer and the Owner, and the Contractor will be responsible for strict adherence to the intent of the Con- tract Documents in regard to quality of materials, workmanship, and the dili- gent execution of the Work. Such observations may include mill, plant, or shop inspection, and any material furnished under these Specifications is sub- ject to such observation. The Engineer and Owner shall be allowed access to - 30 - 1l\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. all parts of the Work and shall be furnished with such information and assist- ance by the Contractor as is required to make such observations. 8.10 TESTS AND INSPECTIONS 8.10.1 Contractor shall give Engineer timely notice of readiness of the Work for all required inspections, tests or approvals. 8.10.2 If any law, ordinance, rule, regulation, code, or order of any public body having jurisdiction requires any Work (or part thereof) to specifically be inspected, tested, or approved, Contractor shall assume full responsibility therefor, pay all costs in connection therewith and furnish Engineer the re- quired certificates of inspection, testing or approval. Contractor shall also be responsible for and shall pay all costs in connection with any inspection or testing required in connection with Owner's or Engineer's acceptance of a manufacturer, fabricator, supplier or distributor of materials or equipment proposed to be incorporated in the Work, or of materials or equipment submit- ted for approval prior to Contractor's purchase thereof for incorporation in the Work. The cost of all other inspections, tests and approvals required by the Contract Documents shall be paid by Owner (unless otherwise specified). 8.10.3 All inspections, tests or approvals other than those required ordinance, rule, regulation, code or order of any public body having tion shall be performed by organizations selected by or acceptable to Engineer. by law, jurisdic- Owner or 8.10.4 If any Work that is to be inspected, tested or approved is covered without written concurrence of Engineer, it must, if requested by Engineer, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Engineer timely notice of Contractor's intention to cover such Work and Engineer has not acted with reasonable promptness in response to such notice. 8.10.5 Neither observations by Engineer nor inspections, tests or approvals by others shall relieve Contractor from his obligations to perform the Work in accordance with the Contract Documents. 8.11 UNCOVERING WORK If any Work is covered contrary to the written request of Engineer, it must, if requested by Engineer, be uncovered for Engineer's observation-and replaced at Contractor's expense. If Engineer considers it necessary or advisable that covered Work be visually examined by Engineer or inspected or tested by others, Contractor, at Engineer's request, shall uncover, expose or otherwise make available for observation, inspection or testing as Engineer may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, Contractor shall bear all the expenses of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction, including compensation for additional professional services, and an appropriate deductive Change Order shall be issued. If, however, such Work is not found to be defective, Con- - 31 - ll\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. tractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, expo- sure, observation, inspection, testing and reconstruction if he makes a claim therefor as provided herein. 8.12 CUTTING AND PATCHING The Contractor shall do all necessary cutting, fixing or patching of the Work that may be required to make its several parts fit together properly, or to properly receive the Work of the various trades, or, as required by the Draw- ings and Specifications, to complete the Work. He shall restore all such cut or patched work as approved by the Engineer. Cutting of existing structure that shall endanger the Work, adjacent property, workmen or the public shall not be done. .;, 8.13 WARRANTY AND GUARANTEE Contractor warrants and guarantees to Owner and Engineer that all Work, in- cluding materials and equipment, will be in accordance with the Contract Docu- ments and will not be faulty or defective. Prompt notice of all defects shall be given to Contractor upon discovery. All defective Work, whether or not in place, may be rejected, corrected or accepted as provided in paragraph 8.15 and 8.16. This warranty and guarantee shall be in addition to and not in limitation of any other warranty or guarantee required by law or by these Con- tract Documents, including the provisions of paragraph 8.14. 8.14 TWO YEAR CORRECTION PERIOD If within two years after the date of final acceptance of the project by the Owner or such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, Contractor shall promptly, without cost to Ovmer and in accordance with Owner's written instructions, either correct such defective Work, or, if it has been rejected by Ow~er, remove it from the site and replace it with nondefective Work. If Contractor does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, Owner may have the defective Work corrected or the rejected Work removed and replaced, and all direct and indirect costs of such removal and replacement, including compensation for additional professional services, of Engineer or others, shall be paid by Contractor. This obligation shall survive any termination of the Agreement between Owner and Contractor. 8.15 CORRECTION OR REMOVAL OF DEFECTIVE WORK If required by Engineer, Contractor shall promptly, without cost to Owner and as specified by Engineer, either correct any defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by Engi- neer, remove it from the site and replace it with nondefective Work. - 32 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 8.16 ACCEPTANCE OF DEFECTIVE WORK If, instead of requiring correction or removal and replacement of def.ective Work, Owner (and, prior to Engineer's recommendation of final payment, also Engineer) prefers to accept it, Owner may do so. In such case, if acceptance occurs prior to Engineer's recommendation of final payment, a Change Order shall be issued incorporating the necessary revisions in the Contract Docu- ments, including appropriate reduction in the Contract Price; or, if the acceptance occurs after such recommendation, an appropriate amount shall be paid by Contractor to Owner. 8.17 OWNER MAY STOP THE WORK If the Work is defective, or Contractor fails to workmen or suitable materials or equipment, Owner the Work, or any portion thereof, until the cause eliminated; however, this right of Owner to stop to any duty on the part of Owner to exercise this Contractor or any other party. supply sufficient skilled may order Contractor to stop for such order has been the Work shall not give rise right for the benefit of 8.18 OWNER MAY CORRECT DEFECTIVE WORK If Contractor fails within a reasonable time after written notice of Engineer to proceed to correct the defective Work or to remove and replace rejected Work as required by Engineer in accordance with Paragraph 8.15, or if Contrac- tor fails to perform the Work in accordance with the Contract Documents (in- cluding any requirements of the progress schedule), Owner may, after seven days' written notice to Contractor, and Contractor's Surety, correct and remedy any such deficiency. In exercising its rights under this paragraph, Owner shall proceed expeditiously. To the extent necessary to complete cor- rective and remedial action, O\vner may exclude Contractor from all or part of the site, take possession of all or part of the Work, and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Owner's representatives, agents and employees such access to the site as may be necessary to enable Owner to exercise its rights under this paragraph. All direct and indirect costs of Owner in exercising such rights shall be charged against Contractor in an amount reviewed by Engineer, and such amounts shall be deducted from the -Contract Price. Such direct and indirect costs shall in- clude, in particular but without limitation, compensation for additional pro- fessional services required and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of Contrac- tOr's defective Work. Contractor shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by Owner of Owner's rights hereunder. - 33 - 1l\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. SECTION 9 MEASUREMENT, PAYMENT AND PROJECT ACCEPTANCE 9.1 DETAILED BREAKDOWN OF CONTRACT AMOUNT Except in cases where unit prices form the basis for payment under the Con- tract Documents, the Contractor shall, within ten (10) days of receipt of the Contract Documents, submit an itemized breakdown of the Contract Amount having the value, including an allowance for profit and overhead, assigned to each part of the Work. Unless the breakdown of the Contract Amount is objected to by the Owner, it shall be used as the basis for all Requests for Payment. 9.2 REQUEST FOR PAYMENT The Contractor may submit periodically, but not more than once each month, a Request for Payment for Work done and materials delivered and stored on the site. Payment for materials stored on the site will be conditioned on the following: (a) The Contractor shall submit evidence to establish the Owner's title to such materials. (b) Acceptable provisions have been made for storage. (c) The Contractor shall provide and maintain insurance against all loss, theft, vandalism, damage and similar peril for the full value of the stored material. The insurance on the stored material shall name the Owner as insured. Each Request for Payment shall be itemized and computed from the Work com- pleted on all items listed on the Detailed Breakdown of Contract Amount. Where unit prices are specified, the Request for Payment shall be based on the quantities completed. The Owner shall pay to the Contractor an amount not to exceed 95% of the amount earned under the Contract subject to the approval outlined in Section 9.3 and the provisions of Section 9.4 and 9.5. However, when the Work required under the Contract is 95% or more completed, upon recommendation of the Engineer, such portions of the retained money shall be released as the Owner determines are not required to be retained to protect the Owner's interest in satisfactory completion of the Contract. At the option of the contractor, retainage shall be paid to the contractor in accordance with the following: The Contractor may deposit bonds or securities with the Owner or in any bank or trust company to be held in lieu of cash retainage for the benefit of the Owner. In that event, the O,mer shall reduce the retainage in an amount equal to the value of the bonds and securities and pay the amount of the reduction to the contractor. The interest on the bonds or securities - 34 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. shall be payable to the contractor as it accrues. Bonds and securities deposited or acquired in lieu of retainage shall be of a character approved by the state treasurer including, but not limited to: a. Bills, certificates, notes or bonds of United States; b. Other obligations of the United States or its agencies; c. Obligations of any corporation wholly owned by the federal government; and d. Indebtedness of the Federal and National Mortgage Association. If the Owner incurs additional costs as the result of the exercise of the option described in this paragraph, the Owner may recover the costs from the contractor by reducing the final payment due under the contract. As work on the contract progresses, the Owner shall, upon demand, inform the contractor of all accrued costs. 9.3 ENGINEER'S ACTION ON A REQUEST FOR PAYMENT Within ten (10) days of submission of any Request for Payment by the Contrac- tor, the Engineer shall recommend to Ovmer: (a) Approval of the Request for Payment as submitted; or, (b) Approval of such other amount as Engineer shall consider is due the Contractor, informing the Contractor in writing of his reasons for recommending approval of the modified amount; or, (c) Withholding of the Request for Payment, informing the Contractor in writing of his reasons for recommending withholding of the Request. 9.4 OWNER'S ACTION ON AN APPROVED REQUEST FOR PAYMENT Within thirty (30) days from the date of recommending approval of a Request for Payment by the Engineer, the Owner shall: (a) Pay the Request for Payment as recommended by the Engineer. (b) Pay such other amount in accordance with Section 9.5 as Owner shall decide is due the Contractor, informing the Contractor and the Engi- neer in writing of the reasons for paying the modified amount. (c) Withholding payment in accordance with Section 9.5 informing the Contractor and the Engineer in writing of Owner's reasons for withholding payment. - 35 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 9.5 OWNER'S RIGHT TO WITHHOLD PAYMENT 9.5.1 The Owner may withhold payment in whole or in part to the extent neces- sary to protect itself from loss on account of any of the following causes: (a) Violation of any of the terms of the Contract Documents. (b) Defective work not remedied, or completed work which has been dam- aged. (c) Reasonable evidence indicating potential filing of claims by other parties against the Contractor or Owner. (d) Failure of the Contractor to make payments to Subcontractors, materialmen or suppliers. (e) Damage to the Owner or any other person. $ (f) Contractor's unsatisfactory prosecution of the work. 9.5.2 When any of the above grounds for which payment is being withheld is removed, payment shall be made for the amount withheld. 9.5.3 Should the Owner fail to pay a Request for Payment within 30 days from the date of recommendation of approval by the Engineer and should he fail to inform the Engineer and Contractor in writing of the reasons for withholding payment, the Owner shall pay to the Contractor simple interest on the past due amount at an annual rate equal to the monthly index of long term United States bond yields for the month prior to the month in which the obligation is incur- red plus an additional one percent per annum. 9.6 CONTRACTOR'S WARRANTY OF TITLE Contractor warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to Owner at the time of payment free and clear of all liens, claims, security interests and encumbrances (hereafter in these Conditions of the Contract referred to as "Liens"). 9.7 SUBSTANTIAL COMPLETION 9.7.1 ~fuen Contractor considers the entire Work ready for its intended use Contractor shall, in writing to Owner and Engineer, certify that the entire Work is substantially complete and request that Engineer issue a proposed Certificate of Substantial Completion. Within a reasonable time thereafter, Owner, Contractor and Engineer shall make an inspection of the Work to deter- mine the status of completion. If Engineer does not consider the Work sub- stantially complete, Engineer will notify Contractor in writing giving his reasons therefor. If Engineer considers the Work substantially complete, Engineer will prepare and deliver to Ovmer a proposed Certificate of Subs tan- - 36 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. tial Completion which shall fix the date of Substantial Completion. There shall be attached to the proposed Certificate a list of items ("punch list") to be completed or corrected before final payment. 9.7.2 Owner shall have seven days after receipt of the Certificate during which he may make written objection to Engineer as to any provisions of the Certificate or attached list. If, after considering such objections, Engineer concludes that the Work is not substantially complete, Engineer will within fourteen days after submission of the proposed Certificate to Owner notify Contractor in wr1~1ng, stating his reasons therefor. If, after consideration of Owner's objections, Engineer considers the Work substantially complete, Engineer will within said fourteen days execute and deliver to Ovmer and Con- tractor a final Certificate of Substantial Completion (with any revised list of items to be completed or corrected) reflecting such changes from the pro- posed Certificate as he believes justified after consideration of any objec- tions from Owner. At the time of delivery of the proposed Certificate of Sub- stantial Completion Engineer will deliver to Owner and Contractor a written recommendation as to division of responsibilities pending final payment be- tween Owner and Contractor \vith respect to security, operation, safety, main- tenance, heat, utilities and insurance. Unless Owner and Contractor agree otherwise in writing and so inform Engineer prior to his issuing the final Certificate of Substantial Completion, Engineer's aforesaid recommendation will be binding on Owuer and Contractor until final payment. Owner shall have the right to exclude Contractor from the Work after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the list of items to be completed or corrected. 9.8 PARTIAL UTILIZATION Use by Owner of completed Substantial Completion ot all of the ,wrk may be accomplished to the follOwing: prior to the \rork 'ect 9.8.1 Owner at any 'C.lme may request Contractor in writing to permit Owner to use any part of the Work which O~mer believes to be substantially complete and which may be so used without s interference with construction of the other parts or the \iJ"ork If Contractor agrees, Contractor will certify to Owner and Engineer that said of the ~J"ork is substantially complete and request Engineer to issue a Certificate of Substantial Completion for that part of the Work. 9.8.2 Within a reasonaDle Llille thereafter Owuer, Contractor and Engineer shall make an inspection of that of the \i!ork to determine its status of completion. If Engineer does not consider that part of the Work to be sub- stantially complete, _ Owner and Contractor. in writing giv- ing his reasons therefor. h r considers that part of the \iTork to be substantially complete ,_ "j l"j execute and deliver to Owner and Con- tractor a proposed Certificate to that effect, fixing the date of Substantial Completion as to that part of the ~~ork, attaching thereto a list of items to be completed or corrected before final - 37 - 1l\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 9.8.3 Prior to issuing a Certificate of Substantial Completion as to part of the Work, Engineer will deliver to O~mer and Contractor a written recommenda- tion as to the division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, maintenance, utilities and insurance for that part of the work which shall become binding upon Owner and Contractor at the time of issuing the final Certificate of Sub- stantial Completion ~s to that part of the work unless Owner and Contractor shall have otherwise agreed in writing and so informed Engineer. Owner shall have the right to exclude Contractor from any part of the work which Engineer has so certified to be substantially complete, but Owner shall allow Contrac- tor reasonable access to complete or correct items on the list of items to be completed or corrected. 9.8.4 In lieu of the issuance of a Certificate of Substantial completion as to part of the Work, Owuer may take over operation of a facility constituting part of the Work whether or not it is substantially complete if such facility is functionally and separately usable; provided, that prior to any such take- over, Owner and Contractor have agreed as to the division of responsibilities between Owner and Contractor for security, operation, safety, maintenance, correction period, heat, utilities and insurance with respect of such facility. 9.8.5 No occupancy of part of the Work facility will be accomplished prior Section 6.1.4, Paragraph 3, in respect of or taking over of operations of a to compliance with the requirements of property insurance. 9.9 FINAL INSPECTION Upon written notice from Contractor that the 'Ii/ark is complete, Engineer will make a final inspection with Owner and Contractor and will notify Contractor in writing of all particulars in which this inspection reveals that the work is incomplete or defective. Contractor shall immediately take such measures as are necessary to remedy such deficiencies. 9.10 FINAL APPLICATION FOR PAYMENT After Contractor has completed all items to be completed or corrected to the satisfaction of Engineer and delivered all maintenance and operating instruc- tions, schedules, guarantees, bonds, ce~~2Ilca~es of inspection, marked-up record documents and other documents -- all as required by the Contract Docu- ments, and after Engineer has indicated that the work is acceptable (subject to the provisions of Section 9.12), Contractor may make Application for Final Payment following the procedure for progress payments. The Final Application for Payment shall be accompanied by all documentation called for in the Con- tract Documents and such other data and schedules as Engineer may reasonably require, together with complete and legally effective releases or waivers (satisfactory to Owner) of all Liens arising out of or filed in connection with the work. In lieu thereof and as approved by Ovmer, Contractor may fur- nish receipts or releases in full; an affidavit of Contractor that the re- leases and receipts include all labor, services, material and equipment for which a Lien could be filed; a representation that all payrolls, material and equipment bills, and other indebtedness connected with the ",Tork for which - 38 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. Owner or his property might in any way be responsible, have been paid or otherwise satisfied; and, consent of the Surety, if any, to final payment. If any Subcontractor, manufacturer, fabricator, supplier or distributor fails to furnish a release or receipt in full, Contractor shall furnish a Bond or other collateral satisfactory to Owner to indemnify Owner against any Lien. 9.11 FINAL PAYMENT AND ACCEPTANCE 9.11.1 If, on the basis of Engineer's observation of the Work during construction and final inspection, and Engineer's review of the Final Application for Payment and accompanying documentation, all as required by the Contract Documents, Engineer is satisfied that the Work has been completed and Contractor has fulfilled all of his obligations under the Contract Documents, Engineer will, within ten days after receipt of the Final Application for Payment, indicate in writing his recommendation of payment and present the application to Owner for payment. Thereupon Engineer will give written notice to Owner and Contractor that the Work is acceptable subject to all applicable provisions of the Contract Documents. Otherwise, Engineer will return the Application to Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case Contractor shall make the necessary corrections and resubmit the Application. 9.11.2 If the Application and accompanying documentation are appropriate as to form and substance, .Owner shall, within thirty days after receipt thereof pay Contractor the amount recommended by Engineer. If, through no fault of Contractor, final completion of the Work is significantly delayed thereof and if Engineer so confirms, Owner shall, upon receipt of Contractor's Final Application for Payment and recommendation of Engineer, and without terminat- ing the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. 9.11.3 If any remaining balance to be held by Owner for Work not fully com- pleted or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished as required herein, the written consent of the Surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by Contractor to Engineer with the Application for such payment. Such paym~nt shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. 9.12 CONTRACTOR'S CONTINUING OBLIGATION Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. Neither recommendation of any prog- ress or final payment by Engineer, nor the issuance of a Certificate of Sub- stantial Completion, nor any payment by Owner to Contractor under the Contract Documents, nor any use or occupancy of the Work or any part thereof by Owner, nor any act of acceptance by Owner nor any failure to do so, nor the issuance of a notice of acceptability by Engineer pursuant to Sections 9.10 or 9.11, nor any correction of defective Work by Ovmer shall constitute an acceptance - 39 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. of Work not in accordance with the Contract Documents or a release of Contrac- tor's obligation to perform the Work in accordance with the Contract Documents. 9.13 WAIVER OF CLAIMS The making and acceptance of final payment shall constitute: 9.13.1 A waiver of all claims by Owner against Contractor, except claims ar~s~ng from unsettled Liens, from defective work appearing after final in- spection pursuant to Section 9.9 or from failure to comply with the Contract Documents or the terms of any special warranties or guarantees specified therein; however, it shall not constitute a waiver by Owner of any rights in respect to Contractor's continuing obligations under the Contract Documents; and 9.13.2 A waiver of all claims by Contractor against Owner other than those previously made in writing and still unsettled. SECTION 10 CHANGES IN THE WORK 10.1 CHANGE ORDERS Without invalidating the Agreement, O\vner may, at any time or from time to time, order additions, deletions or rev~s~ons in the Work; these will be authorized by Change Orders. Upon receipt of a Change Order, Contractor shall proceed with the Work involved. All such Work shall be executed under the applicable conditions of the Contract Documents. If any Change Order causes an increase or decrease in the Contract Price or an extension or shortening of the Contract time, an equitable adjustment will be made as provided in Section 10 or Section lIon the basis of a claim made by either party. 10.2 FIELD ORDERS Engineer may authorize minor changes in the Work not involving an adjustment in the Contract Price or the Contract Time, which are consistent with the. overall intent of the Contract Documents. These may be accomplished by a Field Order and shall be binding on Owner, and also on Contractor who shall perform the change promptly. If Contractor believes that a Field Order justi- fies an increase in the Contract Price or Contract Time, Contractor may make a claim therefor as provided herein. 10.3 UNAUTHORIZED WORK Additional Work performed without authorization of a Change Order will not en- title Contractor to an increase in the Contract Price or an extension of the Contract Time, except in the case of an emergency. - 40 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 10.4 ENGINEER RECOMMENDATIONS Owner shall execute appropriate Change Orders prepared by Engineer covering changes in the Work which are required by Owner, or required because of un- foreseen physical conditions or emergencies, or because of uncovering Work found not to be defective, or because of any other claim of Contractor for a change in the Contract Time or the Contract Price which is recommended by En- gineer. 10.5 NOTICE OF CHANGE TO SURETY If notice of any change affecting the general scope of the Work or change in the Contract Price is required by the provisions of any Bond to be given to the Surety, it will be Contractor's responsibility to so notify the Surety, and the amount of each applicable Bond shall be adjusted accordingly. Con- tractor shall furnish proof of such adjustment to Owner. 10.6 CLAIMS FOR ADDITIONAL COSTS If the Contractor wishes to make a claim for an increase in the Contract Sum, he shall give the Engineer written notice thereof within ten (10) days after the occurrence of the event giving rise to such claim. This notice shall be given by the Contractor before proceeding to execute the Work, except in an emergency endangering life or property in which case the Contractor shall pro- ceed in accordance with Paragraph 10.7. No such claim shall be valid unless so made. If the Owner and the Contractor cannot agree on the amount of the adjustment in the Contract Sum, it shall be referred to the Engineer in accor- dance with Paragraph 7.8. Any change in the Contract Sum resulting from such claim shall be authorized by Change Order. If the Contractor claims that additional cost is involved because of but not limited to (I) any written interpretation of the engineer, (2) any order by the Owner to stop the York where the Contractor was not at fault, (3) any written order for a minor change in the Work or (4) failure of payment by the Owner, Contractor shall make such claim as provided in this Subparagraph. 10.7 WORK DURING AN EMERGENCY 10.7.1 In any emergency affecting the safety of persons or property, the Con- tractor shall act to prevent threatened damage, injury or loss. In all cases he shall, as soon as practicable, notify the Owner of the emergency and he shall not wait for the instructions before proceeding to protect both life and property. 10.7.2 tractor 10.6. Any additional compensation or extension of time claimed by the Con- on account of said emergency work shall be determined under Paragraph - 41 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. SECTION 11 CHANGE OF CONTRACT PRICE AND CONTRACT TIME 11.1 CONTRACT PRICE The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to Contractor for performing the Work. All duties, re- sponsibilities and obligations assigned to or undertaken by Contractor shall be at his expense without change in the Contract Price. 11.2 CHANGE IN CONTRACT PRICE 11.2.1 Except where u it prices form the basis for payment under the Contract Documents, the Contract Price may only be changed by a Change Order. Any claim for an increase in the Contract Price shall be based on written notice delivered to Owner and Engineer within ten (10) days of the occurrence of the event giving rise to the claim. Notice of the amount of the claim with sup- porting data shall be delivered within thirty (30) days of such occurrence un- less Engineer allows an additional period of time to ascertain accurate cost data. All claims for adjustment in the Contract Price shall be determined by Engineer if Owner and Contractor cannot otherwise agree on the amount in- volved. Any change in the Contract Price resulting from any such claim shall be incorporated in a Change Order. 11.2.2 Where unit prices form the basis of payment and the quantity of any item of Work as given in the Proposal is increased or decreased, payment for such item will be made on the basis of actual quantity completed, at the contract unit price for such item. 11.3 BASIS OF CHANGE The method of determining the cost or credit to the Owner resulting from a change in the work shall be determined and mutually agreed upon by Owner and Contractor in advance of performance of the change in work in one or more of the following ways: 11.3.1 By mutual acceptance of a lump sum properly itemized, 11.3.2 By unit prices stated in the Contract Documents or subsequently agreed upon (unit prices shall include an allowance for Contractor's main office ex- pense, overhead, profit and bond), or 11.3.3 By actual cost of the changed work, plus an allowance for overhead, supervision and profit, as defined as follows: 1. The "cost of the the proper performance higher than the standard consent of the Owner) as changed work" shall mean costs necessarily of the changed work and paid by Contractor paid in the locality of the work (except more specifically defined as follows: incurred in at rates not with prior - 42 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. a. The cost of the changed work shall include: (1) Wages paid for labor in the direct employ of Contractor in the performance of the changed work in the field or in the fabrication shop under applicable collective bargaining agreements or under a salary or wage schedule agreed upon by Contractor and Owner, plus a payroll markup of 40 percent to cover all overhead items applicable to payroll, such as insurance, taxes, F.I.C.A., workmen's compensation, unemployment taxes, and union benefits. (2) Cost of "all materials, supplies and equipment incorporated in the changed work. (3) Cost, including maintenance of all materials, supplies, equip- ment, temporary facilities and hand tools owned by workmen, which are consumed in the performance of the changed work, and cost less salvage value on such items used but not consumed which remain the property of the Contractor. (4) Rental charges of all necessary machinery and equipment, exclu- sive of hand tools, used in performing the changed work, including installation, minor repairs and replacements, dismantling, removal, transportation and delivery costs thereof at rental charges consistent with those prevailing in the area. (5) Cost of additional premiums for all bonds and insurance which the Contractor is required by the Owner or contract documents to purchase and maintain and which is incurred as a result of performing the changed work. (6) Sales, use or similar taxes, related to the changed work and for which the Contractor is liable, imposed by any governmental authority. (7) Permit fees, royalties, damages for infringment of patents and costs of defending suits therefore, and deposits lost for causes other than the Contractor's negligence. (8) Losses and expenses, not compensated by insurance or otherwise sustained by the Contractor in connection with the changed work pro- vided they have resulted from causes other than the sole or joint fault or neglect of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them, or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of the Owner. No such losses and ex- penses shall be included in the cost of the changed work for the pur- pose of determining the Contractor's fees thereon. If, however, such loss requires reconstruction and the Contractor is placed in charge thereof, he shall be paid for his services an additional fee computed in proportion to the sum stated above for the original changed work. - 43 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. (9) Cost of "drayage," exclusive of any drayage between shop and job- site, only when Contractor must hire an independent trucking firm and driver to perform special drayage services in performance of the changed work for which Contractor's skills, manpower and vehicles are inadequate. "Drayage" does not include transportation performed or which could have been performed by Contractor's drivers or vehicles but for their use on another project. (10) Costs incurred due to an emergency arising out of the changed work affecting the safety of persons and property. (11) Other costs incurred in the performance of the changed work if and to the extent approved in advance in writing by the Owner. (12) Cost of subcontractors in performing the Contractor's work as changed shall be computed in accordance with this paragraph 11.3.3, computed in accordance with clauses 11.3.1, .2, or .3. b. The cost of the changed work shall exclude: (1) Salaries or other compensation for Contractor's officers, execu- tive, general managers, project managers, estimators, engineers, time- keepers, surveyors, mechanics, warehousemen, auditors, accountants, purchasing and contracting agents, draftsmen (except sheetmetal draftsmen), stenographers, receptionists, and other staff employees, whether or not employed at Contractor's principal office, branch office or field office at the job site. (2) Expenses of Contractor's principal office, site field office, including without limitation the up trucks, office trailers, storage trailers, storage space, telephone, heat, lights, etc. branch office or job expense for pick- rental of office or (3) Ownership cost of maintenance expenses for Contractor-owned equipment, including without limitation all construction equipment, trucks and vehicles, machines and all other owned equipment required for Contractor's performance of the Work. (4) Cost for purchase and maintenance of tools, materials, supplies and facilities not consumed during construction or incorporated in the work. (5) Contractor's capital expense, including interest on Contractor's capital employed for the work. (6) Overhead or ited to office costs, except as general expenses or fabrication may be expressly of any kind, including but not lim- shop overhead or drafting and printing included in clause 11.3.3.1a above. - 44 - ll\90-356GENRL Copyright 1990 Bonestroo, Rosene, Ander1ik & Associates, Inc. (7) Costs due to the negligence of Contractor, any subcontractor, anyone directly or indirectly employed by any of them, or for whose acts any of them may be liable, including but not limited to injury or damage to persons or property, the correction of defective work, dis- posal of materials and equipment wrongly supplied, or making good any damage to property. (8) The cost of any item not specifically and expressly included in the terms described in clause 11.3.3.1a above. 2. Allowances for profit, overhead and nonreimbursable costs shall be computed as follows: a. For the Contractor (1) A minimum of 5% up to a maximum of 15% (the actual rate dependent of the Contractor's performance and assumed risks as determined in the sole discretion of the Owner) of all reimbursable costs defined in clauses ll.3.3.1a (1) through (12) above, and (2) A minimum of 3% up to a maximum reasonable discretion of the Owner) supervised by the Contractor as 11.3.3. No fee will be allowed on by the Contractor. of 7% (as determined at the sole for the work of subcontractors computed in accordance with clause subcontractor work not supervised (3) For first, second, and other sation for changed work under ances shall be determined at the Owner consistent with percentages tier subcontractors claiming compen- clause 11.3.3.1(a) (12), their allow- sole reasonable discretion of the in subclause (2) directly above. (4) The Owner shall have the right to examine, inspect, copy and audit the books and records of any contractor or subcontractor making claim for reimbursement for costs and allowances hereunder in order to verify the accuracy, correctness, completeness and properiety of all costs and allowances claimed. 11.4 CHANGE OF CONTRACT TIME 11.4.1 The Contract Time may only be changed by a Change Order. Any claim for an extension in the Contract Time shall be based on written notice delivered to Ovmer and Engineer within ten (10) days of the occur- rence of the event giving rise to the claim. Notice of the extent of the claim with supporting data shall be delivered within thirty (30) days of such occurrence unless Engineer allows an additional period of time to ascertain more accurate data. All claims for adjustment in the Contract Time shall be determined by Engineer if Owner and Contractor cannot other- wise agree. Any change in the Contract Time resulting from any such claim shall be incorporated in a Change Order. - 45 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 11.4.2 The Contract Time will be extended in an amount equal to time lost due to delays beyond the control of Contractor if a claim is made therefor as provided in paragraph 11.4.1. Such delays shall include, but not be limited to, acts or neglect by O~~er, or to fires, floods, labor disputes, epidemics, abnormal weather conditions, or acts of God. 11.4.3 All time limits stated in the Contract Documents essence of the Agreement. The provisions of this paragraph 11.4 exclude recovery for damages (including compensation for professional services) for delay by either party. are of the shall not additional SECTION 12 SUSPENSION OF WOP~ AND TEm1INATION 12.1 OWNER MAY SUSPEND WO&X Owner may, at any time and without cause, suspend the Work or any portion thereof for a period of not more than ninety days by notice in writing to Con- tractor and Engineer ",hich shall fix the date on which l>Jork shall be resumed. Contractor shall resume the l,jork on the date so fix.ed. Contractor will be al- lowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension if he makes a claim therefor as provided in Sections 10 and 11. 12.2 OWNER MAY TEm1INATE 12.2.1 Upon the occurrence of anyone or more of the following events: (a) If Contractor -- a bankrupt or insolvent, (b) If Contractor makes a general assignment for the benefit of creditors, (c) If a trustee or receiver is appointed for Contractor or for any of Contractor's property, (d) If Contractor files a petition to take advantage of any debtor's act, or to reorganize under the or similar laws, (e) If Contractor repeatedly fails to supply sufficient skilled workmen or suitable materials or equipment, (f) If Contractor repeatedly fails to make prompt payments to Subcontrac- tors or for labor, materials or equipment, (g) If Contractor disregards laws, ordinances, rules, regulations or orders of any public body having jurisdiction, - 46 - 1l\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderllk & Associates, Inc. (h) If Contractor disregards the authority of Engineer, or (i) If Contractor otherwise violates in any substantial way any provisions of the Contract Documents, Owner may after giving Contractor and his Surety seven days' written notice, terminate the services on Contractor, exclude Contractor from the site and take possession of the Work and of all Contractor's tools, appliances, con- struction equipment and machinery at the site and use the same to the full ex- tent they could be used by Contractor (without liability to Contractor for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which Owner has paid contractor but which are stored elsewhere, and finish the Work as Owner may deem expedient. In such case Con- tractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds the direct and indirect costs of completing the Work, including compensation for additional professional services, such excess shall be paid to Contractor. If such costs exceed such unpaid balance, Contractor shall pay the difference to Owner. Such costs incurred by Owner shall be verified by Engineer and incorporated in a Change Order, but in finishing the Work, Owner shall not be required to ob- tain the lowest figure for the Work performed. 12.2.2 Where Contractor's services have been so terminated by mination shall not affect any rights of Owner against Contractor or which may thereafter accrue. Any retention or payment of tractor by Owner will not release Contractor from liability. Owner, the ter- then existing moneys due Con- 12.2.3 Upon seven days' written notice to Contractor and Engineer, Owner may, without cause and without prejudice to any other right or remedy, elect to abandon the Work and terminate the Agreement. In such case, Contractor shall be paid for all Work executed and any expense sustained plus reasonable ter- mination expenses. 12.2.4 If, after notice of termination for failure to fulfill contract obligations, it is determined that the Contractor has not defaulted, the termination shall be deemed to have been effected for the convenience of the Owner and the Contractor shall be paid in accordance with paragraph 12.3. 12.3 CONVENIENCE TERMINATION BY THE OWNER The Owner reserves the right to terminate the Work under this contract in whole, or from time to time in part, and said termination for convenience shall not be construed as a breach of the Contract. If the Contract is ter- minated for convenience, the Owner shall give the Contractor written notice specifying the extent the Work of the Contract that is being terminated and the effective date of said termination. Upon receipt of the notice of termi- - 47 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. nation, the Contractor shall stop work on the date and to the extent speci- fied. The Contractor shall place no further orders nor incur any further costs for the terminated parts of the York. The Contractor shall further ter- minate all orders and subcontracts relating to the terminated part of the Work. The Owner shall pay the Contractor for the value of the Work terminated as completed to the termination date together with a reasonable profit on the completed Work, but no damages or costs or lost profits. Disposition of the completed parts of the terminated work, materials, equipment and other tang- ible property shall be made as agreed upon by the Owner and Contractor. The title to any property and materials retained by the Owner shall accrue to the Owner immediately upon payment by the Owner to the Contractor. 12.4 CONTRACTOR MAY STOP WORK OR TERMINATE If, through no act or fault of Contractor, the Work is suspended for a period of more than ninety days by Owner or under an order of court or other public authority, or Engineer fails to act on any Application for Payment within thirty days to pay Contractor any sum finally determined to be due, the Con- tractor may, upon seven days' written notice to Owner and Engineer, terminate the Agreement and recover from Owner payment for all Work executed and any ex- pense sustained plus reasonable termination expenses. In addition and in lieu of terminating the Agreement, if Engineer has failed to act on an Application for Payment or Owner has failed to make any payment as aforesaid, Contractor may upon seven days' notice to Ovmer and Engineer stop the York until payment of all amounts then due. The provisions of this paragraph shall not relieve Contractor of his obligations to carryon the Work in accordance with the progress schedule and without delay during disputes and disagreements with Owner. SECTION 13 MISCELLANEOUS 13.1 LIMITATION OF LIABILITY In no event, either as a result of breach of contract, negligence, or other- wise, shall the Owner or Engineer or their agents or Employees be liable for damages or loss of profits, loss of use, loss of revenue, loss of bonding ca- pacity, or any other special, indirect or consequential damages of any kind. To the extent the Contract Documents allow any liability to be imposed, the total liability of the Owner and Engineer for any loss, claim, or damage aris- ing out of this agreement or the performance or breach thereof, shall be lim- ited to the value of the work performed. - 48 - 11\90-356GENRL Copyright 1990 . Bonestroo, Rosene, Anderlik & Associates, Inc. 13.2 REMEDIES The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon Contractor herein and all of the rights and remedies available to Owner and Engineer thereunder, shall be in addition to, and shall not be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by law or contract, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph shall be as effective as if repeated specif- ically in the Contract Documents in connection with each particular duty, ob- ligation, right and remedy to which they apply. All representations, warran- ties and guarantees made in the Contract Documents shall survive final payment and termination or completion of this Agreement. 13.3 PUBLIC CONVENIENCE The Contractor shall at all times so conduct his work as to insure the least possible obstruction to traffic and inconvenience to the general public and the residents in the vicinity of the Work, and to insure the protection of persons and property. No road or street shall be closed to the public except with the permission of the Owner and proper governmental authority. Fire hydrants on or adjacent to the ~ork shall be kept accessible to fire-fighting equipment at all times. Temporary provisions shall be made by the Contractor to insure the use of sidewalks and the proper functioning of all gutters, sewer inlets, drainage ditches and irrigation ditches, which shall not be obstructed. 13.4 CROSSING UTILITIES, ETC. Where the prosecution of the Work results in the crossing of highways, rail- roads, streets or utilities under the jurisdiction of state, county, city or other public or private entities, the Contractor shall secure written permis- sion from the proper authority to cross said highway, railroad, street or utility before further prosecuting the ~ork. A copy of the written document granting permission shall be filed with the Owner and Engineer before any Work is done. The Contractor shall be required to obtain a written release from the applicable authority upon completion of the Work. A copy of this written release shall be filed with the Owner and Engineer before final acceptance of the Work is granted. 13.5 SANITARY PROVISIONS The Contractor shall provide and maintain such sanitary facilities for the use of his employees and those of his Subcontractors as may be necessary to comply with the laws, rules or regulations of the Federal, State and local govern- ments, or agencies or departments thereof. - 49 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 13.6 PRESERVATION OF HISTORICAL OBJECTS 13.6.1 Where historical objects of potential archeological or paleonto- logical nature are discovered within the areas on which the Contractor's operations are in progress, the Contractor shall restrict or suspend his operations in the immediate area of the discovery as may be necessary to preserve the discovered objects until the Owner has made arrangments for their disposition or has recorded the desired data relative thereto. 13.6.2 The Contractor objects he may discover and shall aid in the requested or ordered by be Extra Work shall Owner. shall immediately notify the Owner of any historical or become aware of as the Work is being prosecuted, preservation and salvage program decided upon, as may be the Owner. No Work which the Contractor considers to be performed without the written authorization of the 13.6.3 The Owner shall have the right to restrict or suspend the Contrac- tor's operations in the immediate area where historical objects are dis- covered for a period not to exceed 72 hours, without claim being made by the Contractor for any damages he might suffer as a result thereof. Any restrictions imposed shall not remain in effect for a period exceeding 72 hours unless mutually agreed to in writing. 13.7 USE OF PREMISES Contractor shall confine construction equipment, the storage of materials and equipment and the operations of workmen to areas permitted by law, ordinances, permits or the requirements of the Contract Documents, and shall not unreason- ably encumber the premises with construction equipment or other materials or equipment. - 50 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. FORM OF AGREEMENT THIS AGREEMENT, made and signed this 30th day of July , 19 92, by and between the City of New Hope , hereinafter called the "Owner", and Hardrives. Inc. , hereinafter called the "Contractor". THIS AGREEMENT WITNESSETH, that the Owner and the Contractor, for the consideration hereinafter stated, agree as follows: ARTICLE I. The Contractor hereby covenants and agrees to perform and execute all the provisions of the plans and specifications as prepared by Bonestroo, Rosene, Anderlik & Associates, Inc., of St. Paul, Minnesota, and indicated below under ARTICLE IV, as provided by the Owner for: 1992 Street Surfacing - Nevada Avenue, Boone Avenue, and Winpark Drive and to do everything required by this Agreement and the Contract Documents. ARTICLE II. The Contractor agrees that the Work contemplated by this Contract shall be fully and satisfactorily completed on or before (as specified), 19_. ARTICLE III. The Owner agrees to pay and the Contractor agrees to receive and accept payment in accordance with the prices bid for the unit or lump sum items as set forth in the conformed copy of Proposal Form hereto attached, which prices shall conform to those in the accepted Contractor's Proposal on file in the Office of the Clerk. City of New Hope , the aggregate of which prices, based on the approximate schedule of quantities, is estimated to be $ 237.702.93 ARTICLE IV. component parts: The Contract Documents shall consist of the following (a) Drawings (b) Specifications (1) Bid Documents (Advertisement, Addenda, Information to Bidders, Proposal and Bid Security); (2) Special Provisions; (3) General and Specific Requirements; (4) Conditions of the Contract (General and other conditions); (5) Performance and Payment Bond; (6) Agreement; (7) Detail Plates and other drawings attached to specifications; - 51 - Copyright 1991 Bonestroo, Rosene, AnderLik & Associates, Inc. This Agreement, together with the documents hereinabove mentioned, form the Contract and all documents are as fully a part of the Contract as if attached hereto or herein repeated. IN WITNESS WHEREOF, the parties to this Agreement have hereunto set their hands and seals as of the day and year first above written. Attest, ~ " / 'f/. {I './ /ZUljl-Z..I C ". S!- The 9iky of New Hope ~ a. 'S..,..-<.- ;;"' I By ..,~?~ , Ii (!d' II /1 /: '// 'lJfl, // /A f "r; ,1,/' ',.,' / .,,/ /J .:/] ...::t/}i.' ,{Ji BY~V:"'/!//J _,-I: /lLI/?llIfL#tAI,( / v' ~ j> - " (Seal) MAYOR In th~, presence of: (J'~il('1 () ;,1 '.(1. / L, ; \ ,j (il/iS / I Nv.ctL /' "--"\/-', , /1 /'t ~ .)!%.. ~ .~ '. j tJ/./ .. L./.. . ~ u.~f.-i!.-?-,.4z.<::) . ~ BY Har~t/L'ves:. 111 ---K. ../1/ v'-<- BY Ke~: H~ ideot , CONTRACTOR 12 Jj~ TITLE Steven K. Hal I, Vice President TITLE CERTIFICATE OF ACKNOWLEDGEMENT State of Mi~nesota ) .) . ) SS. County of)LPv'}VYJ~<,>) (IOn thi(;l. .",,)0 .~ day of ~Lf!'cA...-d' ,19 q Z-; before me personally appeared t4u){)JU~ V~..?4.-!YJ , to me ~e-tsona1:Jr: kno~~ ,~being by me duly swoz::n' did say that he B the Mayor of the C1ty of /f.L.W f-d-,'7Y~uthat!}.he se;al afhxed to the foregoing instrument is the seal of said City~f /~~ , and that said instrument was executed on beha~fpf the C~ty of, !1JA/J/~?~ by authority of its City Council, and said tr'LvJtUr..L v~JEufYJ.- f/ . Jls:knowledged the instrument to be the free act and deed of said City of Y'~ ~12-e.../ . (N 0 t a ria I Sea 1 ) .(jp~.rf'--J! ) t!!.. ~v4../-::I"J {/ , / .f . I v N<tary'pubhc II JAYNEC. FERRY NOTARY FUBUe -MINNESOTA HENNEPIN COUNTY L:y Commission expires Aug. 30, 1995 - 52 - Copyr i gh t 1991 Bonestroo, Rosene, Anderlik & Associates, Inc. CERTIFICATE OF ACKNOWLEDGMENT (For use where Contractor is individual or partnership) State of Minnesota SS. County of On this ____ day of , 19___, before me personally appeared , to me personally known to be the person described in and who executed the foregoing instrument and acknowledged that ___he executed the same as the free act and deed of the individual. (Notarial Seal) Notary Public CERTIFICATE OF ACKNOWLEDGMENT (For use where Contractor is a corporation) State of Minnesota SS. County of Hennep i n On this 31~th day of Julv H 1'1 19 92, before me personally appeared Kenneth R. Ha ~Teven ~. a and , to me personally known who, being by me duly swqrn, ea~h did say that they are respectively the Pres I dent d V I ce Pres I dent f th t th 1 an 0 Hardrivcc, Inc. , a e sea affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was executed in behalflof the corporation by authority II . Kenneth R. l1al ~Teven l\.-; na of its Board of D1rectors and said and acknowledged the instrument to be the free act and deed of the corporation. ( N~~W~*~~~.t'$'$c&~'>CX'"1J'~~J'X~~'~i'''~l t .<;,~;'::'~:_>.ELAH\jt.: R. VVICi< t /ii.< ..!.'~~~i NOTARY PUBLIC,. MiNNESOTA .... ~ \~if' HENNEPIN COUNTY ~ ..~~... My Commission Evnires Mav 28 19SR ~~ ''t'''" _ f J/:ll'~' c;/ (/)tf&fL/ Not~~ '~~{ic '~ /1/. V. - 53 - Copyright 1991 Bonestroo, Rosene. AnderLik & Associates, Inc. PERFORMANCE BOND Bond No. 249141-92 KNOW ALL MEN BY THESE PRESENTS: that Hardrives. Inc. as Principal (hereinafter called Contractor) and, Seaboard Surety Company as Surety (hereinafter called Surety) are held and firmly bound unto the City of New Hope _as Obligee (hereinafter called Obligee) in the amount of Two hundred thirty- seven thousand. seven hundred two & 93/100 Dollars ($237.702.93), for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated Ju1v 30th, 19~, entered into a contract with the Obligee for construction of 1992 Street Surfacing - Nevada Avenue. Boone Avenue. Winpark Drive in accordance with Drawings and Specifications prepared by Bonestroo, Rosene. Anderlik & Assoc., Inc. which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract in conformance with the Contract Documents, and all guaranty, indemnity and warranty obligations specified therein, and shall promptly and faithfully remedy any breach of its obligations under the Contract Documents discovered within the time limits set by statute for commencement of actions, and shall pay any damages for unexcused late completion, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration, changes or extension of time made by the Obligee. Whenever the Contractor shall be, and declared by the Obligee to be in default under the Contract, the Surety may promptly remedy the default, or shall promptly: - 54 - Copyright 1991 Bonestroo, Rosene, AnderLik & Associates, Inc. (1) Complete the Contract in accordance with its terms and conditions, or if appropriate, (2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by the Obligee and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Surety, and make available as Work progresses (even though there shall be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion and other costs and damages for which the Surety may be liable hereunder, but not exceeding the amount set forth in the first paragraph hereof less the balance of the contract price. The term "balance of the contract price," as used in this paragraph shall mean the total amount payable by the Obligee to Contractor under the Contract and any amendments thereto, less the amount paid by the Obligee to Contractor, of if appropriate, (3) Promptly pay such sums to the Obligee as the Obligee may be entitled from the Contractor under the Contract Documents, or for the breach thereof, but not exceeding the amount set forth in the first paragraph hereof. The surety agrees to be bound by any award granted to the Obligee against the Contractor in arbitration or judicial proceedings commenced pursuant to the Contract Documents. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Obligee named herein or the successors of the Obligee. Signed and sealed this~day of .Tn' y , 19 92 . Hardrives. Inc. contract~~ ~ B ~/~ " .' y !S-i::'--VL-1/' / Signature / / I') " /2 /Jy,-CcP Kenneth R. Ha II (Typed or Printed name of Signer) 0~ rv /7 \ I/h /~ Wit7ne"s-s ( { /} I ;: (jjte~/ ! t Title >>:7!!f Signature Steven K. Hilil By (Typed or Printed name of Signer) Vice President Title - 55 - Copyright 1991 Bonestroo, Rosene, AnderLik & Associates, Inc. (If the contractor is a partnership or joint venture, all partners or co- venturers must execute this Bond.) Seaboard SUrety Company Surety Burnt Mils Rd. & Rte. 206, Bedminster, NJ 07921 Address ~ o/{cSC4Za/fAe4' Witness /' , :W~~ / ~ S~gnature T M A. .Tones (Typed or Printed Name of Signer) Title Attorney In Fact S:iO No. Robert St., ST. Paul, MN 55101 (Local Address & Telephone Number) hl?-::>27-8405 (The attorney-in-fact shall attach hereto a copy of his power of attorney or other document which authorizes him to act on behalf of and to bind the surety.) - 56 - Copyright 1991 Bonestroo, Rosene, Anderlik & Associates, Inc. CERTIFICATE OF ACKNOWLEDGMENT BY PRINCIPAL (For use where Contractor is individual or partnership) State of Minnesota SS. County of On this day of , 19____, before me personally appeared , to me known to be the person described in and who executed the foregoing bond, and acknowledged that _he___ executed the same as the free act and deed of the individual. (Notarial Seal) Notary Public CERTIFICATE OF ACKNOWLEDGMENT (For use where Contractor is a corporation) State of Minnesota SS. County of Hennep i n On this 30th day of July , 19---22, before me personally appeared Kenneth R. Ha II and Steven K. Ha II , to me personally known who, being by me duly sworn, di.d say that they are respectively the President & Vice President of f4A"ZJ)rZfv'E~\ .J:flC-- , , that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was executed in behalf of the corporation by authority of its Board of Directors, and said Kenneth R. Ha II and Steven K. Ha II ackJ1!.owledged the instrument to be the .f~~~~~~~~~~~Doration. Un"". r.r P //1(//11 i ."~~~:~~':;l-\ No;;~:;~~ii~: ,~~~,~~~~~:7VvI Nota~tf :~b~~~ "- Uj !~~y <, ~ ; .:-:~~*~:~ti \1 r: h,t t. It:: r~ t!\l {""\"'!':~ ;-"'!-V Z ~ ""'t....{".. .0:;-.__ ."1'.....,,......1'. 'ir.'... .~ ".,..........."" "!7 4: ..... My Commission t;-:pires May 28, 1 995 ~ ."'~~~~"V.""~~'ltl!o"Ai'1W~~~~ S'URETY ACKNOWLEDGMENT STATE OF MINNESOTA COUNTY OF Ramsey On this 30th day of July 19 92 , before me appeared M.A. Jones to me personally known ,who, being duly sworn, did say that he is the Attorney-in-Fact of the Seaboard Surety Company that the seal affixed to the foregoing instrument is the corporate seal of said corporationi that said instrument was signed and sealed on behalf of said corporation by authority of its Board of Directors, and said M 'A .Tnnps acknowledged ac ~kiiN,~.~:Ldl~~g ,Qf:,.s.q..:ld':J!;:.Q.r4il~ra t ion. ~ .J I,~ t: l\. \<1: .;> ~ i... ,; '-'~'..,-' ;E:c:;::rr:\ ~ ~ r';"':,\!1SEY CC__li\T\{ t~ aWWWW.1V.l:~i~~.;~~~~O;~f~.~7.1.V.~~~:~;;;.~~::t ~ said instrument to be the free ~ ", /,iC t i Ii ~ \V,-"",l,-,,,,_.:,,' Notary Public ('j r .1 1, j\ I // / / '7,r , . iY\ I /'1 /'\I'~l I ! ! r1 .,J" ',f'-' L/ \....J j f-.-.:./ t.....'...- \ Bond No. 249141-92 LABOR AND MATERIAL PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: that Hardrives, Inc. as Principal, (hereinafter called Contractor) and, Seaboard Surety Company as Surety (hereinafter called Surety) are held and firmly bound unto the City of New Hope as Obligee (hereinafter called Obligee) for the use and benefit of claimants as hereinbelow defined, in the amount of 1992 Street Surfacing - Nevada Avenue, Boone Avenue. and Winpark Drive Dollars ($237,702.93), for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated July 30th, 1992 entered into a contract with Obligee for construction of 1992 Street Surfacing - Nevada Avenue. Boone Avenue. and Winpark Drive in accordance with Drawings and Specifications prepared by Bonestroo, Rosene, Anderlik & Associates, Inc. which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract and shall keep the Project free and clear of all liens as provided in the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: 1. Claimant is defined as one permitted by applicable law to file a Public Contractor's Bond claim for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include without limitation that part of water, gas, power, light, heat, oil, gasoline, telephone service, rental of equipment, insurance premiums, taxes, and any items for which a claim or lien may be filed against the Obligee under the applicable law. 2. The above named Contractor and Surety hereby jointly and severally agree with the Obligee that every claimant as herein defined, who has not been paid in full may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such sums as may be justly due claimant, and have execution thereon. The Obligee shall not be liable for the payment of any costs or expenses of any such suit. - 58 - Copyright 1991 Bonestroo, Rosene, AnderLik & Associates, Inc. 3. No suit or action shall be commenced hereunder by any claimant: (a) Unless claimant shall have filed a public contractors bond claim in the form and within the time provided under applicable law, or (b) After expiration of time for enforcement of a public Contractors bond claim by legal action. 4. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder. 5. The Contractor and Surety shall keep the Project free and clear of liens and shall promptly remove any and all liens filed against the Proj ect by claimants. 6. The Obligee's right of action on this bond, or for the breach thereof, shall not be limited by the conditions set forth in paragraphs I through 3 above. Hardrives. Inc. contract~v )' I /J By ----:Lt/l- ~') I ,1.1; (i Signature Kenneth R. Ha II (cicj)!~ (Typed or Printed name of Signer) lIit!~ '-^: ( President Title ! (1j/() kv~\ . \ Iv \ JJ::,:~{ -- / - '-' By Signature Steven K. Ha II (Typed or Printed name of Signer) Title Vice President (If the contractor is a partnership or joint venture, all partners or co-venturers must execute this Bond.) - 59 - Copyright 1991 Bonestroo, Rosene, AnderLik & Associates, Inc. Seaboard Surety Company Surety Burnt Mills Rd. & Rte. 206, Bedrninster, NJ 07921 Address j c:~ ~. d: (\5(A~Ad4 I ~ .,. _ Witness 90ts-658-3500 Phone No ~. fl~ / By./} - Lrl'. ' -~ , Signature M.A. Jones (Typed or Printed Name of Signer) Title Attorney In Fact 530 No. Robert St., St. Paul, MN 55101 (Local Address & Telephone Number) 612-227-8405 (The attorney-in-fact shall attach hereto a copy of his power of attorney or other document which authorizes him to act on behalf of and to bind the surety.) - 60 - Copyright 1991 Bonestroo, Rosene, AnderLik & Associates, Inc. CERTIFICATE OF ACKNOWLEDGMENT BY PRINCIPAL (For use where Contractor is individual or partnership) State of Minnesota SS. County of On this day of , 19_, before me personally appeared , to me known to be the person described in and who executed the foregoing bond, and acknowledged that _he___ executed the same as the free act and deed of the individual. Notary Public (Notarial Seal) CERTIFICATE OF ACKNOWLEDGMENT (For use where Contractor is a corporation) State of Minnesota SS. County of Hennepin On this 30th day of July , 19~, before me personally appeared K~nne+h R. Ha II and St~ven K. Hii II , to me personally known who, being by me duly sworn, did say that they are respectively the Pr",,,iri"'n+:<' Vir", Pr",,,iti,,n+ of Harr'lri\iE'S, Tn(' . that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was executed in behalf of the corporation by authority of its Board of Directors, and said K.e.1i'\.e-H'\. K:, 14,dl andS1e;Je.,' (:".l-Ia!1 . '10' . .' _ 1'" . ackno~lec;lged the instrument. to be the free ~~$~fi;-~~1.i'f~~a~oo. . r)' () ~ R )-1 < ~ ~LA'Nt:'""\''f.jtcK'v'''1l-1'~ '-/-l L /I'll/I' (( vf),. .... "'';:~'::'''' - I'N..l~'"OTA \.... . f A"v l'u' ./. ,,"'<../,(,/ u l~<' ....\ W"'.ARY PUBLIC - ... .."'''' '- - . '- J {~~l..!!:~ H~NNEPIN COUNTy ." Notary Publ'ic ~ -'...~~'ii1t'~ MYC~.;;rr.iSsion1S'Plies Nf;).Y~':: .~ .-.' ---- ~ ''''l>..~~''''a~~.A~~''t.4>~+.40..~RETY ACKNOWLEDGMENT ~~,~........... STATE OF MINNESOTA COUNTY OF Ramsey day of July 19 92 On this 30th , before me appeared M.A. Jones to me personally known ,who, being duly s\Vorn, did say that he is the Attorney-in-Fact of the Seaboard Surety Company that the seal affixed to the foregoing instrument is the corporate seal of said corporation; that said instrument was signed and sealed on behalf of said corporation by authority of its Board of Directors, and said M.A. Jones acknowledged said instrument to be the free aC\A~~~^;\~\~~~M?,t=~~lB,,\B5}7]~8fation. (" F~:;,~:!1~::':i!~;;;~J Not::~~~~~ i._e..-'''' /"., j/ f 1/ f / J ./ lr~}.jv'\__/I../'U! O-"rc -\. Certified Copy 848 SEABOARD SURETY COIIPA ADMINISTRATIVE OFFICES, BEDMINSTER, NEW JERSEY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That SEABOARD SURETY COMPANY, a corporation of the State of New York, has made. constituted and appointed and by these presents does make, constitute and appoint Litton E. S. Field or R.L. Domler or M.A. Jones or Litton E.S. Field, Jr. or Jay Nisbet l0712 No. of St. Paul, Minnesota its true and lawful Attorney-in-Fact, to make, execute and deliver on its behalf insurance policies, surety bonds, undertakings and other instruments of similar nature as follows: W . th t L' . t t' 1 ou 1m1 a 10ns Such insurance policies, surety bonds, undertakings and instruments for said purposes, when duly executed by the aforesaid Attorney-in-Fact, shall be binding upon the said Company as fully and to the same extent as if signed by the duly authorized officers of the Company and sealed with its corporate seal; and all the acts of said Attorney-in-Fact, pursuant to the authority hereby given, are hereby ratified and confirmed. This appointment is made pursuant to the following By-Laws which were duly adopted by the Board of Directors of the said Company on December 8th, 1927, with Amendments to and including January 15, 1982 and are still in full force and effect: ARTICLE VII, SECTION 1: "Policies, bonds, recognizances, stipulations, consents of surety, underwriting undertakings and instruments relating thereto. Insurance policies. bonds, recognizances, stipulations, consents of surety and underwriting undertakings ofthe Company, and releases, agreements and other writings relating in any way thereto or to any claim or loss thereunder, shall be signed in the name and on behalf of the Company (a) by the Chairman of the Board. the President. a Vice-President or a Resident Vice-President and by the Secretary, an Assistant Secretary, a Resident Secretary or a Resident Assistant Secretary; or (b) by an Attorney-in-Fact for the Company appointed and authorized by the Chairman of the Board, the President or a Vice-President to make such signature; or (c) by such other officers or representatives as the Board may from time to time determine. The seal of the Company shall if appropriate be affixed thereto by any such officer. Attorney-in-Fact or representative," IN WITNESS WHEREOF. SEABOARD SURETY COMPANY has caused these presents to be signed by one of its Vice- Presidents. and its corporate seal to be hereunto affixed and duly attested by one of its Assistant Secretaries, this .....1.4.th.. day of .......Nav.ember................, 19.....8.9 ~ S~;P,ETy I(:~) ;~::~:~d~ :~~;a:::t:;r~~~7~ ~- Assistant Secretary Vice- resident STATE OF NEW JERSEY ss.: . COUNTY OF SOMERSET . On this .......J.Ath......... day of ................N9Y.~ml;:?~.~................................................., 19.Jt~L.., before me personally appeared .....................J1.ic..n.a.~.l....a......Kf.;f.;ggD.................................................. a Vice-President of SEABOARD SURETY COMPANY, with whom I am personally acquainted, who, being by me duly sworn. said that he resides in the State of ...New.Jers.ey.; that he is a Vice-President of SEABOARD SURETY COMPANY, the corporation described in and which executed the foregoing instrument; that he knows the corporate seal of the said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto as Vice-President of said Company by likeauthorjty. ~ ~SMfr"t; LfNDA SA1!'=TH':RS ~~. ~t; NOTARY rU~L''- ~~. .~., I (Seal) ! N~R'" ::. fI'.y '::c::':-;' ,_.: ':~..U~ r~~,v r SEY... ~................ ,. .. . ....... ..... ....N.mt......P....b..I.... -' FUS'IC ... ---,-,',,,,"c.::!.'-':?:.i. 1 oary u IC ~o ~..f C E R T I Fie ~N=.~l I, the un Igned Assistant Secretary of SEABOARD SURETY COMPANY do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this Certificate and I do further certify that the Vice-President who executed the said Power of Attorney was one of the Officers authorized by the Board of Directors to appoint an attorney-in-fact as provided in Article VII. Section 1. of the By-Laws of SEABOARD SURETY COMPANY. This Certificate may be signed and sealed by facsimile under and by authority of the following resolution of the Executive Committee of the Board of Directors of SEABOARD SURETY COMPANY at a meeting duly called and held on the 25th day of March 1970. "RESOLVED: (2) That the use of a printed facsimile of the corporate seal of the Company and of the signature of an Assistant Secretary on any certification of the correctness of a copy of an instrument executed by the President or a Vice-President pursuant to Article VII. Section 1. of the By-Laws appointing and authorizing an attorney-in-fact to sign in the name and on behalf of the Company surety bonds, underwriting undenakings or other instruments described in said Article VII, Section 1, with like effect as if such seal and such signature had been manually affixed and made. hereby is authOrized and app'roved." IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate leal of the Company to these presents this (lr:;:;~1............3.oth................... day of .................July......................................... .. ~ ~O ~~' ..... ......A.. .......................................'Y'.Assistant Secreta J/]4 BCJn~s troo Owner City of New Hope, 4401 Xylon Av N, New Hope, MN 55428 Date October 14, 1992 r~ Rosene 1\11 Anderlik & Contractor Hardrives, Inc., 9724 10th Av N, Plymouth, MN 55441 Change Ordcr No. 1 Associates Englnet'fl & Arc-tUtens Bond Co. Sc. Paul, Mlnnnotot, CHANGE ORDER NO. 1 1992 Street Surfacing Program Nevada Avenue North - SAP 116-320-05 & 182-102-02 Boone Avenue - SAP 182-101-10 & Winpark Drive - Non-Participating File No. 34147 Description of Work City Ccnter Parking Lot Entrance - Non-Participating This change order consists of widening the entrance between Applebee's Restaurant and the City Centcr Parking Lot. The widening will provide for three driving lanes and improve the congestion adjacent to the proposed outdoor dining for the restaurant. TIle work under this change order shall be compensated at the bid unit prices below based on the actual quantities used. No contract time extension is included with this change order. No. Hem Unit Contract Quantity Unit Price Tolal Amount Change Order No.1 - City Center Parking Lot Entrance Saw cut existing bituminous 2 Remove concrete curb & gutter 3 Remove concrete walk 4 Remove bituminous surface LF 200 2.50 500.00 LF 10 5.00 50.00 SY 5 10.00 50.00 SY 44 6.00 264.00 CY 100 9.00 900.00 SY 250 5.00 1,250.00 TN 100 10.00 1,000.00 LF 200 9.50 1,900.00 LS 140.00 140.00 TN 21 50.00 1,050.00 TN 21 50.00 1,050.00 $8,154.00 5 Common excavation 6 Sod with 4" topsoil 7 Class 5 100% crushed limerock 8 B6l2 Concrete curb & gutter 9 Pedestrian ramp wi concrete swale 10 Type 31 bituminous base 11 Type 41 bituminous wear Total Change Order No.1 34147.C1IA CO-l Original Contract Amount Previous Change Orders This Change Order No. 1 - ADD Revised Contract Amount (including this Change Order) Recommended for Approval by: B .~'S,IR. O. ~; R!]:;, S ~ ., AND E~IK & ASSOCIA'IES, INC. tl/~ I ~_"'A /J___ '. " . /. -r /. ."~ .... p I" I' ,,;/ ,< ~ '1, ,,,,,/0," I\.~'/r'"' I . Ct" (",. ,"".J ~",_'~ iff ; \.. Approved by Contractor: 1L:' iQQ Distribution 1 - Owner 1 Contractor 1 Engineer 1 Bond Co. 34147.CHA CO-2 $ 237,702.93 0.00 8,154.00 245,856.93 $ Approved by Owner: CITY OF NEW HOPE, MN Date: IDj;,2,b / cy ;A I (