Loading...
IP #790 j;'Y1..-jJ ll~'j ~71 0 Pj'tLH. AFFIDAVIT OF MAILING HEARING NOTICE IMPROVEMENT PROJECT NO. 790 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 January 20, 2006, acting on behalf of the said City, I deposited in the United States mail at New Hope, Minnesota, a copy of the attached notice of a hearing on Improvement Project No. 790, 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. ~ /U !IUG'L-u. i~/:){lY~ City Clerk Subscribed and sworn to before me this:=-.:?davday of My commission expires January 31,2010. 2006. ~ - - i ~'f~:c c . YduJh1Y) H~nnepin County l.INDA C. SWEASY NOTARY PUSI.JC . MINNESOTA My CommlsslonExpires Jan. 31, 2010 CITY OF NEW HOPE 4401 Xylon Avenue North. New Hope, Minnesota 55428-4898. www.ci.new-hope.mn.us City Hall: 763-531-5100. Police (non-emergency): 763-531-5170. Public Works: 763-592-6777. TDD: 763-531-5109 City Hall Fax: 763-531-5136. Police Fax: 763-531-5174. Public Works Fax: 763-592-6776 NOTICE OF PUBLIC HEARING ON PROPOSED STREET AND INFRASTRUCTURE IMPROVEMENT NO. 790 (2006 Street and Infrastructure Improvement Project) 1. Notice is hereby given that the City Council of the City of New Hope, Minnesota, will meet on Februarv 13. 2006. at 7:00 p.m. at the City Hall, 4401 Xylon Avenue North, in said City for the purpose of holding a public hearing on a proposed street and infrastructure improvement as described hereinafter. 2. The general nature ofthe improvement, as described in the January 2006 feasibility report prepared by Bonestroo, Rosene, Anderlik & Associates, Inc., Engineers for the City, is the reconstruction of streets, installation of new ductile iron water main along streets being reconstructed and storm sewer improvements. The project will also include backyard drainage improvements, park improvements and storm water pond improvements. Only the street improvements are proposed to be specially assessed. The street improvements to be assessed involve four construction strategies including 1) Reconstruction, 2) Edge Mill and two inch overlay, 3) Full Mill and one and Y2 inch overlay and 4) Reclaim strategy. Reconstruction involves complete removal of the existing pavement, aggregate street base and curb and gutter. The street is then reconstructed using all new materials. Edge Mill and 2" overlay is used to improve the crown of the street where the centerline of the street has settled over time. An improved crown is accomplished by milling the edges ofthe road six feet along each gutter then paving a uniform layer of bituminous over the entire street. Full Mill and 1 Y2" inch overlay is used where the crown in the street has not settled. The Reclaim strategy is used where the curb is structurally sound but the pavement has failed due to reasons umelated to the aggregate base. This requires the removal of all bituminous surfacing, preparation of existing aggregate base and new bituminous paving. As per Figure 2 "Proposed Street Improvements" set out in the Bonestroo, Rosene, Anderlik & Associates, Inc. January 2006 feasibility report, the streets scheduled for Reconstruction are portions of Aquila Avenue, Meadow Lake Road East and Meadow Lake Road West. Streets scheduled for Edge Mill and 2" overlay are portions of 62nd Avenue, 61-112 Avenue, 61 st Avenue, 60-1/2 Avenue, 61 st Circle, Gettysburg, Ensign, Decatur and Cavell Avenues. The streets scheduled for the Full Mill and 1 Y2" overlay are potions of Boone Avenue and Boone Place, Allen Circle, 61-112 and 60-112 Avenues, Meadow Lake Road North, Zealand, Yukon, Xylon and Virginia Avenues. The streets scheduled for the Reclaim strategy are portions of 62nd, 60th, and Gettysburg Avenues and Meadow Lake Road East. The street reconstruction proj ect also includes all other appurtenant works and services reasonably required to complete the proj ect. The City allocates annually a portion ofreal estate taxes to its Street Fund for street projects. Therefore only properties exempt from real estate taxes are specially assessed for the cost of street improvements according to the City's special assessment policy. The tax exempt properties to be assessed for the 2006 Street and Infrastructure Project 790 are as follows: CITY OF NEW HOPE 4401 Xylon Avenue North · New Hope, Minnesota 55428-4898 · www.ci.new-hope.mn.us City Hall: 763-531-5100. Police (non-emergency): 763-531-5170. Public Works: 763-592-6777. TDD: 763-531-5109 City Hall Fax: 763-531-5136. Police Fax: 763-531-5174. Public Works Fax: 763-592-6776 Address PID number Meadow Lake School 8525 62nd Avenue N. 06-118-21-12-0078 7641 62nd Avenue N. 05-118-21-22-0061 /j') .di /,< C~UfC 7~~1 , .y 0')" i^\Y\ 7601 62nd Avenue N. 05-118-21-22-0059 Meadow Lake Park 06-118-21-13-0082 Dorothy Mary Park 06-118-21-11-0006 3. The estimated cost of said improvement is $4,288,000.00. 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 20th day of January, 2006. /"'i -...C/, // /' 'L-) / lZL1.vwl A/c)l..C- Valerie Leone, clty Clerk Independent School District 281 4148 Winnetka Avenue North New Hope, MN 55427 City of New Hope Meadow Lake School 8525 62nd Avenue North 7641 62nd Avenue North 7601 62nd Avenue North Meadow Lake Park Dorothy Mary Park urf. r....\ ~.j~; ~\fJ J fo ft1til:J AFFIDAVIT OF MAILING HEARING NOTICE IMPROVEMENT PROJECT NO. 790 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 January 30, 2006, acting on behalf of the said City, I deposited in the United States mail at New Hope, Minnesota, a copy of the attached notice of a hearing on Improvement Project No. 790, 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. XL~~~ City Clerk - I Subscribed and sworn to before me this 3D day of ~; 7~ ,2006. My commission expires January 31,2010. ~~a'/ C' xZ4J~P~) Hennepin County v lINDAC. SWEASY NOTAAYPUI:i.lC . MtNNESOT A My~~Jlln.31.2010 CITY OF NEW HOPE 4401 Xylon Avenue North · New Hope, Minnesota 55428-4898 · \\'WW. ci.new-hope.mn.us City Hall: 763-531-5100. Police (non-emergency): 763-531-5170. Public Works: 763-592-6777. TDD: 763-531-5109 City Hall Fax: 763-531-5136. Police Fax: 763-531-5174. Public Works Fax: 763-592-6776 AMENDED NOTICE OF PUB HEARING ON PROPOSED STREET AND INFRASTRUCTURE IMPROVEMENT NO. 790 (2006 Street and Infrastructure Improvement Project) City of New Hope. Minnesota 1. Notice is hereby given that the City Council of the City of New Hope, Minnesota, will meet on February 13, 2006, at 7:00 p.m. at the City Hall, 4401 Xylon Avenue North, in said City for the purpose of holding a public hearing on a proposed street and infrastructure improvement as described hereinafter. 2, The general nature of the improvement, as described in the January 2006 feasibility report prepared by Bonestroo, Rosene, Anderlik & Associates, Inc., Engineers for the City, is the reconstruction of streets, installation of new ductile iron water main along streets being reconstructed and storm sewer improvements. The project will also include backyard drainage improvements, park improvements and storm water pond improvements. Only the street improvements are proposed to be specially assessed. The street improvements to be assessed involve four construction strategies including 1) Reconstruction, 2) Edge Mill and two inch overlay, 3) Full Mill and one and ~ inch overlay and 4) Reclaim strategy. Reconstruction involves complete removal of the existing pavement, aggregate street base and curb and gutter. The street is then reconstructed using all new materials. Edge Mill and 2" overlay is used to improve the crown of the street where the centerline of the street has settled over time. An improved crown is accomplished by milling the edges of the road six feet along each gutter then paving a uniform layer of bituminous over the entire street. Full Mill and 1 Y2" inch overlay is used where the crown in the street has not settled. The Reclaim strategy is used where the curb is structurally sound but the pavement has failed due to reasons unrelated to the aggregate base. This requires the removal of all bituminous surfacing, preparation of existing aggregate base and new bituminous paving. As per Figure 2 "Proposed Street Improvements" set out in the Bonestroo, Rosene, Anderlik & Associates, Inc. January 2006 feasibility report, the streets scheduled for Reconstruction are portions of Aquila Avenue, Meadow Lake Road East and Meadow Lake Road West. Streets scheduled for Edge Mill and 2" overlay are portions of 62nd Avenue, 61st Y2 Avenue, 61st Avenue, 60th Y2 Avenue, 61st Circle, Gettysburg, Ensign, Decatur and Cavell Avenues. The streets scheduled for the Full Mill and 1 Y2" overlay are potions of Boone Avenue and Boone Place, Allen Circle, 61 st ~ and 60th Y2 Avenues, Meadow Lake Road North, Zealand, Yukon, Xylon and Virginia Avenues. The streets scheduled for the Reclaim strategy are portions of 62nd, 60th, and Gettysburg Avenues and Meadow Lake Road East. The street reconstruction project also includes all other appurtenant works and services reasonably required to complete the project. The City allocates annually a portion of real estate taxes to its Street Fund for street projects. Therefore only properties exempt from real estate taxes are specially assessed for the cost of street improvements according to the City's special assessment policy. The tax exempt properties to be assessed for the 2006 Street and Infrastructure Project 790 are as follows: CITY OF NEW HOPE 4401 Xylon Avenue North. New Hope, Minnesota 55428-4898. www.ci.new-hope.rnn.us City Hall: 763-531-5100. Police (non-emergency): 763-5fl-5170. Public Works: 763-592-6777. TDD: 763-531-5109 City Hall Fax: 763-531-5136. Police Fax: 763-531-5174. Public Works Fax: 763-592-6776 Address PID number I Meadow Lake School 06-118-21-12-0078 8525 62nd Avenue N. /i & 7641 62na Avenue N. 05-118-21-22-0061 7601 62na Avenue N. 05-118-21-22-0059 Meadow Lake Park I 06-118-21-13-0082 Dorothy Mary Park I 06-118-21-11-0006 cuLL 7fp J ( rf;)/J;1 3. The estimated cost of said improvement is $4,288,000.00. A reasonable estimate of the impact of the assessment will be available at the hearing. 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 30th day of January, 2006. s\ Valerie Leone Valerie Leone City Clerk 2 Independent School District 281 4148 Winnetka Avenue North New Hope, MN 55427 City of New Hope Meadow Lake School 8525 62nd Avenue North 7641 62nd Avenue North 7601 62nd Avenue North Meadow Lake Park Dorothy Mary Park IMPROVEMENT PROJECT NO. 790 j . :41/ 110 .j;J,)....,?I,;f; .&~ . /i tJf(}../ ,\:,/ I i / v AFFIDAVIT OF MAILING HEARING NOTICE 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 26,2007, acting on behalf of the said City, I deposited in the United States mail at New Hope, Minnesota, a copy of the attached notice of a hearing on Improvement Project No. 790, 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. Subscribed and sworn to before me this ;(& tL day of 3~-t;:;->-JJ..Ld, 2007. My commission expires January 31,2010. PAMELA R. TATRO NOTARY PUBLIC - MINNESOTA Ny Commission Expires Jan, 31, 2010 ~f2 /k /. E)L:, ..... ' C. .. Cit-~r"-'<./e;,..J, '--fCtI;:{s Notary Public Hennepin County CITY OF NEW HOPE 4401 Xylon Avenue North. New Hope, Minnesota 55428-4898. www.ci.new-hope.mn.us City Hall: 763-531-5100. Police (non-emergency): 763-531-5170. Public Works: 763-592-6777. TDD: 763-531-5109 City Hall Fax: 763-531-5136. Police Fax: 763-531-5174 · Public Works Fax: 763-592-6776 TO: YOUR ASSESSMENT: INTEREST RATEITERM: TIME AND PLACE GENERAL NATURE OF IMPROVEMENTS: ASSESSMENT ROLL OPEN TO INSPECTION: AREA PROPOSED TO BE ASSESSED: TOTAL AMOUNT OF PROPOSED ASSESSMENT: WRITTEN OR ORAL OBJECTIONS: RIGHT OF APPEAL: NOTICE OF HEARING ON ASSESSMENTS FOR 2006 STREET - INFRASTRUCTURE IMPROVEMENT PROJECT NO.790 Independent School District 281 - Meadow Lake Elementary School $69,948.96 7% Over 10 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 the 22nd day of October, 2007, at 7:00 p.m. to consider objections to the proposed assessments for the 2006 Street - Infrastructure Improvement No. 790 heretofore ordered by the City Council. The general nature of the improvement is the reconstruction of streets, installation of new ductile iron water main along streets being reconstructed and storm sewer improvements. The project will also include backyard cjrainage improvements, park improvements and storm water pond improvements as described in the January 2006 feasibility report prepared by Bonestroo, Rosene, Anderlik & Associates, Inc., Engineers for the City. Only the street improvements are proposed to be specially assessed. 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 benefited by said improvement, which has been ordered made and is as follows, in the City of New Hope, Minnesota: PID No. 06-118-21-12-0078 05-118-21-22-0061 05-118-21-22-0060 05-118-21-22-0059 06-118-21-13-0074 06-118-21-11-0006 Address 8525 62nd Ave. North (Meadow Lake School) 7641 62nd Ave. North 7621 62nd Ave. North 7601 62nd Ave. North 8400 Meadow Lake Rd E (Meadow Lake Park) 803060-1/2 Ave. North (Dorothy Mark Park) The total amount of proposed assessment is $92,742.16. 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 CITY OF NEW HOPE 4401 Xylon Avenue North · New Hope, Minnesota 55428-4898 · www.ci.new-hope.mn.us City Hall: 763-531-5100. Police (non-emergency): 763-531-5170. Public Works: 763-592-6777. TDD: 763-531-5109 City Hall Fax: 763-531-5136. Police Fax: 763-531-5174. Public Works Fax: 763-592-6776 LIMITATION ON APPEAL: DEFERMENT OF ASSESSMENTS: SPECIFIC AMOUNT TO BE ASSESSED: INTEREST RATE ASSESSMENT INSTALLMENTS: PAYMENT OPTIONS THIS YEAR: PAYMENT IN SUCCEEDING YEARS: 1:\PROJECT-PHN\AHN-790 092007.doc 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 the assessment based on the waiver of appeal set out in the referenced Assessment Agreement. Objections to the regularity of these proceedings not received at the assessment hearing in the manner prescribed by Minnesota Statutes, Section 429.061 are waived, unless the failure to object 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 7%. Unless you choose to prepay your assessment, the assessment will be certified to your real estate taxes commencing with taxes payable in 2008. The assessment will be spread in equal annual installments over 10 years bearing interest at 7%. The first installment will include interest on the total assessment from November 1,2007, through December 31,2008, or 14 months' interest. 1) FULL PAYMENT - You may prepay the entire assessment to the Finance Director or Assessment Clerk of the City prior to December 13, 2007, when the assessment roll is certified to the County Auditor. To avoid paying interest, you need to prepay the assessment in full within 30 days of the adoption of the assessment. 2) PARTIAL PAYMENT - One partial payment per property will be accepted and credited to any special assessment levied against real property in the City within 30 days from the date the City Council adopts a resolution approving said special assessments. Payments must be made to the Finance Director or Assessment Clerk. The remaining unpaid balance will be certified to the County Auditor and apportioned to the property's real estate taxes for payment per the collection procedure established in Minnesota Statute Chapter 429. In subsequent years, the principal balance remaining may be paid to the Finance Director or Assessment Clerk at any time prior to November 14 of any year. Dated: September 20, 2007 Independent School District 281 4148 Winnetka Avenue North New Hope, MN 55427 City of New Hope Meadow Lake School 8525 62nd Avenue North 7641 62nd Avenue North 7621 62nd Avenue North 7601 62nd Avenue North Meadow Lake Park Dorothy Mary Park COUNCIL Request for Action Originating Department Approved for Agenda Agenda Section Guy Johnson (~\ \\~/:') \1/ ,/ i\. BY:i/./ . April 10, 2006 Development and Planning Item No. Public Works By: 8.3 Resolution awarding contract for the construction of the 2006 street infrastructure improvement (Project No. 790) Requested Action Staff requests approval of a resolution ordering construction of the 2006 street infrastructure plan, improvement project 790, and of a resolution awarding the contract to the low and responsible bidder, C. S. McCrossan h1C., in the amount of $2,996,022.41. This price is the total of the base bid of $2,723,448.31, and alternate 1, $45,000; alternate 3, $14,535; alternate 4, $107,696.40; alternate 5, $25,342.50; and alternate 6, $80,000.20. The engineer's estUJ.1ate for the base bid, and the five altemates was $3,545,703. Policy/Past Practice The City Council routinely considers public infrastructure improvement projects to extend the useful life of the infrastrucrure and/or improve the level of service. The city's street infrastructure management plan has identified areas for maintenance activities in 2006. Background The proposed 2006 infrastructure project includes improvements to streets and utilities in the northwest part of the city. The proposed project will involve street and utility infrastructure work, park improvements, backyard drainage improvements, and possible Meadow Lake improvements. The project would involve a number of neighborhoods between Winnetka Avenue and TH 169, north of Bass Lake Road. The street work, depending upon the street's current condition, would be reconstruction, reclamation, or mill and overlays. The utility improvements \^lOuld entail some water main replacement and storm water improvements. Staff recommended that the suggested backyard drainage, park, and Meadow Lake improvements be bid as separate line items in the bid package. Motion by /;:J I // IJ7YV/U/!../ Second by .1 " 7/ A " (jYu fr--1j { ! I! v v To: I:\RFA \ PUBWORKS\2006\ 790 Award Contract.doc April 10, 2006 Page 2 On January 9, 2006, the city engineer presented the feasibility report for the proposed 2006 infrastructure improvement project. Council reviewed the report and scheduled the public hearing for February 13, 2006. The city clerk notified the school district regarding the proposed assessment project and notified their representatives of the hearing date. A public iniormational meeting concerning this project was held on Tuesday, January 31, 2006. The Council held the public hearing and ordered the project on February 13, 2006. On February 27, 2006, the Council approved plans and specifications and authorized advertising for bids. Alternates 1 and 2 are Meadow Lake improvements. Alternate 1 includes the draining of the lake and removal of silt material and debris in front of the outlet structure and the five inlet structures. Alternate 2 is the additional removal of material from the bottom of the lake as part of a dredging operation. Because of possible environmental concerns, recommendations from the Shingle Creek Watershed Commission's consultants, and funding restraints, staff is recommending that alternate 2 not be awarded. Although the quote per cubic yard of material removed in the alternate 1 work is very competitive, staff would like to remind the Council that the quote is based on an estimated quantity of material to be removed. The exact amount of material to be removed will be determined after the lake is pumped out if alternate 1 is awarded. Because of the need to remove the sediment deltas in front of the structures around the lake, from a maintenance standpoint, and the environmental benefits that the Shingle Creek Watershed Commission's consultants believe are possible by draining the lake and letting the bottom solidify, staff is recommending that the city proceed with awarding alternate 1. Alternate 3 includes the proposed backyard drainage area that would drain a landlocked low area that is in the backyards of a number of homes. Staff is recommending awarding alternate 3, contingent on completing the acquisition of the easements necessary to complete this improvement. Alternates 4, 5, and 6 are related to park infrastructure improvements. Alternate 4 includes the reconstruction, with curbing, of two existing parking lots at the city's 49th A venue ball fields. Alternate 5 is the installation of lighting systems for the same parking lots, which currently do not exist. Alternate 6 includes improvements to the trails in Meadow Lake Park and the trail that connects the park to the 59th A venue and Wisconsin Avenue neighborhood. The improvements to the park trails also include the reconstruction of a short portion of the trail system to a heavier standard. This will allow heavier maintenance vehicles access to Meadow Lake from East Meadow Lake Road for maintenance activities in future years. Staff is recommending that Alternates 4, 5, and 6 be awarded. I:\RFA \ PUBWORKS\2006\ 790 Award Contract.doc Request for action April 10, 206 Page 3 Funding Bids were received from three firms on March 30, 2006, with the low bidder being C. S. McCrossan me., at $2,996,022.41. Proposed project funding is: . State Aid Eligible amount . Assessment amount . City assessment amount . Brooklyn Park 62nd A venue responsibilities . Street infrastructure fund . Storm water fund (Street Project) . Utility Fund Sub-Total $343,438.81 $87,872.31 $21,671.25 $151,688.36 $1,236,795.08 $307,818.10 $574,164.40 $2,723,448.31 . Storm water fund (backyard drainage) e Storm water fund (Meadow Lake) . Park infrastructure fund levv amount Sub-Total $14,535.00 $45,000.00 $213,039.10 $272,574.10 Total $2,996,022.41 Attachments The engineer's memorandum, copies of the bid tabulations, and the resolution awarding the contract are attached. I:\RFA \PUBWORKS\2006\790 Award Contract. doc RESOLUTION NO 06-~ RESOLUTION AWARDING CONTRACT FOR THE CONSTRUCTION OF THE 2006 STREET INFRASTRUCTURE IMPROVEMENT PROJECT NO. 790 BE IT RESOLVED by the City Council of the City of New Hope as follows: 1. That bids for the construction ofthe 2006 Street Infrastructure Improvement Project No. 790 were duly opened at the New Hope City Hall, 4401 Xylon Avenue North, at 2:00 o'clock p.m. on the 30th day of March, 2006, as heretofore authorized by this Council. 2. That advertisement for bids for the construction of said improvement were published in the New Hope-Golden Valley Sun-Post, the official newspaper of the City, on the 9th day of March, 2006, and in The Construction Bulletin on the 3rd and loth days of March, 2006. 3. It is hereby found and determined by this Council that the bid of C. S. McCrossan, Inc. for the construction of said project in the amount of$2,996,022.41, including alternates 1,3,4,5 and 6, is the lowest responsible bid submitted for the construction of said improvement. The $2,996,022.41 total bid consists of a $2,723,448.31 base bid and bids for Alternate 1 of$45,OOO.OO, Alternate 3 of$14,535.00, Alternate 4 of$107,696.40, Alternate 5 of$25,342.50 and Alternate 6 of $80,000.20. However, the award of the Alternate 3 shall be contingent upon the City receiving the appropriate easements necessary to construct Alternate 3; that Bonestroo, Rosene, Anderlik & Associates, Inc., Engineers for the City, have recommended to this Council the said low bid for the award of the contract for the construction of the project to C. S. McCrossan, Inc. the designated lowest responsible bid. 4. The Mayor and Manager are authorized and directed to enter into an improvement contract fO,r the construction of said improvement in the name of the City with C. S. McCrossan, Inc. the lowest responsible bidder, subject to the said contractor furnishing a public contractor's surety bond, conditioned as required by law. Adopted by the Council this 10th day of April, 2006. ayor Attest: '1uA~(k'yLL Valerie Leone, City Clerk ?~\..:. TTOR......Ei~~CNH RESOLUTIONS\CNH99 67901 RESOLUTION AWARDING CONT?-....;,CT.DOC -1- Jj 1114 Bonestroo R Rosene ~ AnderJiI< & . \J" Associates Engineers I:. Architects 2335 West Highway 36 . St Paul. MN 55113 Office: 651-636-4600 . fax: 65i-636-1311 wwwbonestroo com March 31, 2006 Honorable Mayor and City Council City of New Hope 4401 Xylon Avenue N- New Hope, MN 55428-4898 Re: 2006 Infrastructure Improvements Project City Project No. 790 File No. 000034-05172-0 Bid Results Bids were opened for the Project stated above on Thursday, March 30, 2006 at 2:00 P_M." C.S.T. Transmitted herewith is a copy of the Bid Tabulation for your information and file. Copies will also be distributed to each Bidder. There were a total of 3 Bids. The following summarizes the results of the Bids received: Low #2 Contractor C. S_ McCrossan Construction, Inc. Northwest Asphalt, Inc. Hardrives, Inc. Bid Amount $2,723,448.31 $2,966,616.97 $3,018,810.65 ~.., rr-' The low Bidder on the Prqject was C. S. McCrossan Construction Inc_ 'With a Base Bid of $2,713,448.31. The Bids have been reviewed and found to be in order. If the City Council wishes to award the Project to the low Bidder, then C. S. McCrossan Construction, Inc. should be awarded the Project on the Base Bid Amount of $2,723,448.31. Should you have any questions, please feel free to contact me at (651) 604-4938. Yours very truly, BONESTROO, ROSENE, ANDERLlK. & ASSOCIATES, INC. c?-~~ Jason P. Quisberg, P.E. Enclosures St Paul. St Cloud. Rochester. MN . Milwaukee. WI · Chicago, IL Affirmative Action/Equal Opportunity amployer and Employee Owned i~C~ g )>)>::;:lOJ "" '" :! 0 0 ;:>;> l:) 0. ill iil ~ Q~~~ ~ r;~~ a a ~ l?'> 0 1) o ro Sl z {lJ 3 ~ '" o o C'J :r ::r {lJ ~ 2 '" ~ (1) 3" ., o < (1) 3 ro ::l (ii - :::- <1> <il ~ C'> ro :J. ~ ~ s (;;. (;; '" '" <1> >< '" ~ ro a: o "0 co ::J ::; 'R -i ::r c: Ul c. Ol s: ~ (") ::;;r VJ ? N o o 0> ~ N o o 'lJ ~ () o ;-i o ~ ~ g (1) Q iii' a 1) o 'iii Sl Z P ..... <0 a ::!'! ro z p o a a a W "'" 6 ~ ..... N 6 tD 5 ~ tD c: E (5 z (')(')Q1 O' 0.. ij;!fl~ :;'B:.., C '" Z n (') 0 ~o:. ::l fJl . fJl -Ill ::l ::l ~ Z tD o c: ::l. 0.. ::l' (1) ::E ., III Z ~ ? t;' N "C ::l' F :r ~ o ::r: tD '" III -. =:1.,c.. n 0.. 0.. (1) .., (1) ;:" (1) z ::? ::l "" (') *' o lC ltl .., fJl W W W W~NNN~N~N~~N~~~~~~~ z;:;: ~~o<.o co..-....! 0')<",,,,::,, W N-l. C Cl> "'"w N ~o~~~m~~WN~o~~~mrn~w 3 3 ~1lJS:~~~~IlJIlJ~~~~WW00W~W~~~~1)~~~~W~~~~~00~m m~~ OlJlJ~~~~0~-immO~m~mmmm~mmmm1)mmmmm~~0~ ge ~~mmee..0-i~~Os~~~s:sss~~~ss~~ss~s:e 1lJ~ z~e.Or.~~~~~~mo~s~~z~~~~s~~~~~~~~~~~~EtD W6~<~~<66~~0 -i~~~~~0mmmm~mmmm.mmmmmzz~5 -i _wm./>. sS:~ 00 - IlJ~IOIlJ tD(')OW 0(,)WW~00-i" ~ellJz~~~ee__-i ~~rmw0~~,~--i-OO~ oemm - ew~O m wwzzm m mX-i~e w-i -i Z ~~~ 0 ~~ z~~~~~gg~ ~~~~~~~~~~~ ~~~~ ~~mm~ z ~-i ~w-~<-iwww m~IlJ<O<ZOzzZ Z~~~ ~~~~~ mm m ~zmolJWm ~~~~~~O~-iQO O~~~ ~5~~S: -i~ ~ 0~I~ 0 - 0- re e emm m lJlJ~ ~~ ~ go~~<~~ ~~-i~~~~~ 00 wo~~ O~mmz S _ z O-i m~ -i, - 1) O~~~ e -- 3 z~ 0 ee ss~w I~1) wro~O ~ ~- < ~~ww o ~ ~ 000 ~m ~O<~ < -<C_ ~-i 0~ 0 w~m~~m~ lJO_ Z.m-i m <m^o romzo ~-i 0 mmO -i- 5~< -~~O ~ m~ m ~~~~ ~~ e ~s~e~~ ^ mI m ~~ 1) z ~~ '0 ~ -_ ~w~ e ZIlJ z~, ~ 0 ~~ '_ w ~~smlJ~ lJ -i~ -i 'lJ m 0 ' ^ m ~ m 00 ~ g ~e~ Q ~ z ~ ~ ~ m~O ~ 0 m m -i - Z C 0 ~ ~ IlJm s m - ~_ ~ Z -i S , GJ CCCC-i-i~ w~-i -i -iW-iWW-iGJI-iWOmmCmmmww ww.r c: OrO 0 oooooo~oooe~~z~~~OO oozz ZZZZ~~lJ :=. ci5z Z z'z"zFez"oOoOOO~' d~~~ ~~~21mmw (ii o 00 O~ OOII-iIIIOO -i mme z z S ~N NW ~ ~ ~ ~ ~ ~ .;.~ ~ ", m..... ~ .....~o W <.n ~o .l>- N w ~ <.n./>. N .....O)O)mOWN 0) Ul ~ "" ~<OOJ N..... N ~ W Ul ~~./>. N O'Jc.oo(,Oc.n-..l~W~-"-....I e>N NCO..... -"Q}O>~ -J.~"""'uJ..p..;::... ONOJ ~ o>w~oo~rnONN~~~am~-J.wo O-.JrnUl '-10o..,JCO~'::"-'" Ul c: ~ Ul <0 g, </l Ul ~-.J. U') (f) Ul {j')(;f)_O N €/> </l Ul (f) {f)Ef)-J.(I} a Ul NW(f) (f) </l (f) ~NO ~ o U) w Cl wm~~~-.J.~N-J.~~OO~~roCXJ~~ ({)U>-Jr.CI'> U')f\.).-1.(f)C11<.nO ONN <.n ~wrnoo~~OO-J.-J.OONOOO-J.-..l <OO./>.W NONOJOOO Ci' a c.n 0 0 ooo~~oooo~OOOWOOO~~ (n~ON NOOOOOO co 00 a 0 000<.n<.n00000000000000 0000 0000000 (f) U. </l (f} Ul ~ Ul .p..(fJ(I)(f)(I)-Jt. {I) (I) En (f) Ul (f) Ul Ul Ul ~ -i en ~ ..... ~ ~--...l,J).-"-"(Jl(f)(f)......,-s.~{J) €I} <n u> (/) -1,. (I) ~ €/> ./>. N <nN{f)-..c.o N~./>. CO ~~~~~~~~~~?~ffi~~~~?~ ~:-J<n? :n (j) ?'- ..en sn :A 5:J 0 "oNe.., ~ ~O-1,.OmNWm~~~o~mNom~m ./>.tJl<OtJl o)COUl-.!moo Qj CCQ0 """ mmm-1,.~O~ON~~OO~A~~~m IDW~C!:' t..T'!or-.)~ooo - 000) Oi co.....OON~<.noom.....oocoooo~<o U1mo./>. .....o,;:..,p,ooo 000 0 obo~rnooooroboabobb~b 0(000 ~oooooo 000 0 0000000000000000000 0000 0000000 ffi C ~ g, (f) ~ (f) Ul (f, {f) U'l....1 (/) 6') -tn {f) (/)...C1) "tl N Ul ~ €/> ~ .en {I) -..l. U).....o m~ ~ Ul (f) (l)fJ>(f)-\.J\.)..1 .., <.nUlW ~ t~O~ffi..1N~u>~~~o~orn~~~ ~ fJ) -J" .f:I} (()-"...\,-.1o.Ol 01 0 0- O~OJ W -1,.W..1...s.wm~ID...s.WOO~OODN~ w-"oc..n NNNNUlOO III otnN ~ OO~OoNoo~wmootnooo~o (nOON ~oooooo o 0 ~ 0 UlOO<OOJOOO~(JlOOOOOOO<OO OOOtJl 0000000 (f) (f) Ul en (f) N (f) OlYl(/)(f){I)~ (I) (I) ~ €/> (f) <n (f) (() (f) (f) (f) (f)~ -i "" U) a N .-I.r\.)(J)N~CJl{l)(/}-...r-a.W {f){f)-".y)-"...s.(FJ ~~ ..... N (I).::..<:n-s.-\. NOJOJ Ul ~~~~?9~~~~~(f)~~~~~~~ 9' f? Ul..I>- !D(J)~~.."""'_-1,.~ 0 o,-""'e.., "0 -1,.~NOO-\.W~~~~~O~mN-.1.~ro W-J(j)~ O~CJ1-l,.t--)O-l. ![ 00) OJ m ......,OOAw~~~m-"~orno~oo~~w (.0.,) en CJ'l co ~ClN""'ClOO OCOCl ~ wmm~~o~o-.1.-l.~OOOOOOOO O1.....OCl aOA-mooo 000 ::" wo~~O~bON~Nboooob~o OOON ~oooooo 000 0 OOOOOOOONOOOOOOOO.....O 00001 0000000 (() c: <0 ~ Ul Ul Ul Ul (f) U) CI'J{f)~ N (f) (f) ~ ~ ~m-J,,~ ~~~ mWffi ~N01 "tl ~(J'){.,) --I ~~~rnM-"NW-1,.~~rnN~rnommm {J) (J) <n <n C/)(f)(F)(/)-..!tnO " Ul~<O U1 ~N~-"-\.WW~-1,....s.W-s.~N-..l.~-1,.NW moUlW N~<OUlOOO n b~rn 0 NOO~woooo~ooo~ooo~w wCDtnt.o (n~w~ooo (1) 000 0 O1OOOUlOOOOOOOOOOOOOtJl OCD-"O ON--I<OOOO (f) €/> (f) en N <n Olcnml;/)(:f)..1 fA (f) ...\. (f) en (f) en Y> (f) (J) -i en (I) -l. ~ WU1Ul~c.nA{f){f)CD~W (I) ...\, (I) (I) ....l. (t) (f) (f) tJl W <nN(f)-"(D No)~ 0) ~~~~?~~~~~~~~~~~~~~ ...... ~ {J).01 !=> (() ~ ? :--l .-:. f'a 0 ~w~ 0, WW-\.OOOO~OO-.1.W~cnww~w-:.~ Cl'/>'WtJl NW<.nOJ./>.O<.n ![ c....'1 -Jo. CD ..... -1,.~-...r~-s.w~rnrn-a.O~N~NNrorn...s. N.....UlO1 COO1UJWCJOO 00le> <.n m~ON~m~ON~-1,.-"~Nm~-\.~~ w,p,OJtJl NNNNOOO o~o 0 ~ooo~oooo~ooooboo~~ OCO~O, (n~~~ooo 000 0 0000000000000000000 OcnUlO OO<ONOOO o o o o W ./>. o ~ ..... N o OJ -i x en IlJ ~ tD a ~ tD C s: -I (5 Z C)C)~ o . Q, :JCI)Q, U>. ro ~~""'l c:: n Z n C) 0 =:. ""'l. o 0 .... ::l U> . l1l -Ill g ::l Z tD g g: ::r ro ::;: .., ro Z ;!t ? il;' '" 'C ::r ~ :J P o ::I: tD -Ill- ::J""'tQ. nQ,Q, ro .., III -.., ~z U> 0 ;:;;., n ;0 o to ro U! z;:; ~~~ ~ ~~~mm mm rn m~mmm~~~~w~mw~~~~~~~ ~~~~~w~WW~~m mrn~ w N~O~~ ~rn ~ ~WN~o~~~mrnAWN~o~~~mrn ~~N~om~~m~~3 Cl)z;ooc)0c)c)c)c)0nn0;onc)c)zoS:~~~-I~~~~:l>0:l>z;o~~~CI)O~~~""~~~~~ ~CI)m~o~OOOOOtDoomO:l>OCl)CO~~~~Gl-~Gl-~oooCl)m:l>~XmO~~~~~~~~'1J --In Z zzzzzs:zzOZ-IZ-lOo<<,~ ""~Z~-IO-lZA~Z;o;o;oU< u;o Zo:l>O~CI)~CI)CI)CI)CI)CI)ICI)CI)~CI)QCI):l>~~:l>-I:l>-IUuO~~~~~z~:l>omCl)~ Z000<0~~~O ,Z~-I~-I-I-I-I-I -I-I--I~-1" m ~ ~ m ,Z;oCv m ~ u :l>,CI)-' -. . . .. .. z. . rm'mm ;omromu-l0-1rzs:r< ou'"O"'O""'O"'O"Tlm< ;oCl)-I-Io-looooo OOGlO~On-~;o;O^:l><CI)<OI-I<Im:l>:l>n -I~~~~~~'"O:l>m O:l>;o~;OQ;o;o;o;o;o ~;oC~CI)~:l>;o:l>S:S:O;o:l>-I:l>;o'-I:l>~Oz~~ -1mmmumm~'"OO Cl)rc:l>~~~~~~~ _~~_z_CI)O-l~~O~~O~:l>Oo~;o-l 0, OCl)CI)CI)mCl)CI) ;o~ :l>~~s:Zs:ZZZZZ ZZ;oZ z~zmZZ'"O~mum~~mm:l>~OZm mmmmCl)mm~O'1J ~Gl ro:l>ro:l>:l>:l>:l>:l> :l>:l> :l> :l>z~;oOOu:l>:l>~:l>OzXroZ:l>~ x~~~m~~uzm -ImOmGlmGlGlGlGlGl GlGlQGl GlGl:jS:ccm-lzrozz-IWo-l-lCl) wmmm~mmm ~ :l>o;O;om;ommmmm mm~m m _~nn;omooo~ -1x~mm -I;o;o;om;o;oo 0 ~CI)~ ~ ~~~~~ ~~n~ ~ zZ~~~;OroXroo Z <;0-1 Z000~-;O ~s s::l>~ ;0 ;0;0;0;0;0 ;o;oI;o ;0 ~~~~~~O 0'"0 Gl ~~ Gl~~~CI)~ ~ 03 :l>~Gl c ccccc ccroc c ;o--;oX X ~ <;0 Cl)CI)CI)CI)O;o Z p zs:m ~ ~~~~~ ~~~~ ~ ~;o;o ~ :l> m~ PCl)CI)CI)~w ~ I~CI) C ccccc cc-c c 000 0 -I n ~===N~ 0 Oz-I ;0 ;0;0;0;0;0 ;o;oZ;o;o mZz m m m -1---m Z ~6~ ~ ~~~~~ ~~ ~ ~ pp ;0 ~ ,0 ~ ~~~~r ~~ ~ ~ ~~ ~ ' m-l p :l>0~0~ 00 X = NN - CI) ~ Z Z~o~o ~~ ~ g Z ~ m 0 os:~s:~ s: :l> m ~ ~IS:IS: I ;0 I I r C mmmm m mmmmm mm m m~mcccs:mmmmmmmmmmCl)mm CCCCCCCmCc :l>~P:l> :l> :l>~:l>:l>:l> :l>:l> :l> :l>c:l>ZZZ'"O~:l>:l>:l>:l>:l>:l>:l>:l>:l>O:l>:l> ZZZZZZZpZ::l 0000 0 00000 00 0 0 0 n00nonnnnn,00 0 ;:; IIII I IIIII II I IaI~~~~IIIIIIIIIIoII ~~~~~~~I~l1l s: ~ ~WN ~ 0 ~ ~~ N~ ~N~ ro ~ w ro w ~~g~~~~ ~~ N~W~ W N~~~W O~ ~ ~~~~No~N~~rn~m~~~~o~~ ~~rn~~oo~o m ~ ffi C W0~~ N m~~mm ~~ ~ ~ ~~ ~ ~ ~ ~~~~ ~ ~~~~~ ~~ ~ ffi ~ ?~mmm~ffi~~~~ ~~ m ~ ~WNO 0 ~~m~o IDW N ~ ~~mWO~Nw~rn~W~Nrn~~~ ~~mm~ffiffim ~ 0000 0 00000 00 0 m~ONN~OO~~A~~WO~O~~~ ww~ww~~wm""'t pppp p ppppp pp p P~P~r~PPPPPPPPPPP~PP rr~~~~~P~~ 0000 0 00000 00 0 OAOOOOOOOOOOOOOOOOOO oooooooooro 0000 0 00000 00 0 00000000000000000000 000000000 M M ~ ~ ~~ ~~ ~~~~ m ~ ~~~ W~ffi m ~ ffim~~ m ~m~m~ ~~ ~ ~~m~~w~~~W~~ffi~WN~ ~ ~~N~~W~ ~~ ?~~~ ? ~~~~~ ~~ ~ ~9~9~~9~~~~~~~9~~~~m ~~~~~~~ffi~a 8~~8 ~ 5~g~g ~~ ~ ~~~ffi~~g~~~~~~~~~~~8~ ~~~2~g~~g~ 0000 0 00000 00 0 o~om~oooooOOOOOOOOOO mN~~~OOOO 0000 0 00000 00 0 o~oooooooooooooooooo 000000000 0000 0 00000 00 0 00000000000000000000 000000000 C Ell Ell ffi ::l ~wmw ~ ~~~~~ W~ ffi ~~ m ~ ~ ~~~~ ~ ~~~~~ ~~ ~ ~ b~~~~~~~~~~~~~~ffiOO~ ~M~moo~~~ ~ ~~~~ ~ ~~~~~ ~~ p ~~~~~~~~~~~p~~~~~~~~ ~~~~~~~~~g 0000 0 00000 00 0 owo~~~ooooooooooomoo ~~~ro~o~orn 0000 0 00000 00 0 o~oomwaaoooooooooooo mmOO~NOOO ~oo~~ ~ ~OO~~~ ~~ ~~~~~~~M~~~m~~~~~ w ~~~~~~~ ~ ~~~~ ~ ~~~~9 ~~ ffi ~P~~~~~~~~~~7~~~~~m~ ~~~~~~~ffima ~~8~ ~ ~~~~g ~~ ~ ~~g~~~~~~~~g~~~g~~~~ ~~~~~~~~g~ 0000 0 O~~~~ O~ 0 ~~O~~NON~~OOOO~OO~AO w~mWN""O~O 0000 0 00000 00 0 o~oow~oooooooooooooo ~~~~~mooo 0000 0 00000 00 0 O~OONOOOOOOOOOOOOOOO A~OO~OOOO ~ Ell ~ C ~ ~w N W~ffi~~ ~m ~ ~~ ~ ~ ~ 00 ~ ~ ~~~~ ~ ~~~~~ ~~ ~ m m ?~~~ m~~~~~ ~ ~ " ~~~~ ~ ~~~~~ ~~ ~ ~~~~~~~~~~~t~~8~~~~~ ~~~~~~~~~~ ~~~g g ~gg~~ ~~ g g~~~~~~~g~~~g~~~~~~~ ~~t~~~~~g[ 0000 0 00000 00 0 O~O~~~OOOO~OOOOOOOOO "'~o~oo~o~ ~ ~~ ~ ~ffim~~ ~~ m ~~ ~~~~w~~oom~~~~~ ~ ~~~mw~~M ~ ~m~~ ~ ~~~~~ ~9 ~ ~~~~~~~~~~~~~~~~~~~? ~~~~~~~~ ~ ~~~~ ~ ~~~~~ ~rn ~ ~ffi~~~g~~o~~~~~t~~~~~ ~~~~~~~~M~ ~N~O 0 ooo~~ 00 0 o~~o~~w~o~w~omOO~~~N ~O~~wO~NN 0000 0 abbob co 0 o~oN~~aboONoobDOOOAb ~~N~~OOOO 0000 0 00000 00 0 O~OOOOOOOO~OOOOOOOOO ~oo~ooooo o o o o w .... o ~ -oJ N o ro -I x 'iE ro -l N OJ a -I :t> OJ C ~ (5 z C')(")!:!! O' a. ::ena. Ill' (1) ::;$"" C ('l Z (') (") 0 ~..,. o 0 ->. :: III - III - OJ P :l Z OJ o - ;:L 8: ::r m :E ., (1) Z III 0 .- . ;;;- N "0 ::r III F 5' p o ::t: OJ ::l:Ql- _....c. (') 0.. C. <P .... m ~.~ III 0 5';'" C'l :!o o to <P iii ~-J....a....lr. '"'" '"'" '"'" '"'" ...-10...(0(0(,0(.0<0<0 to to to to CD CD CD CD CD CD OJ CD CD en -..J-..J '" ~S ~OOO 00 00 ~~8(O(D-...IQ)OlA W f\..)-J..O(OCO"'"'-JQ')Ul.p.. Wl\.) -J.. 0 toc> '" OtoCO-..J OJ (J'l <o.W 3 3 -IcnenZOJOJZZm-len~cn'N~~<o.,"",N~~~~~~en-l~-I-..J~OJeno(")<o.~enoo~o ~~8en(5~~~~~~~~gmmo~~~~~~~~~Q~~~O~O~~~OZ~~~~~ :t>mO~~m-l-l~~~~~~~~o~o~o~m~mmZoo~omo(,,)oC')OOCZZIZ ,0-, Om:t>mo:t>Oc 'OC ~ ~~~~oozcnz>~~ZOOmmom OJ-I~'F ~~Z~z-zmo^llJ^6~0 m mm:t>o:t>~O~O,mmO~~oo,O :t>-I 0 C'):t>OzO-l~m,m, Z ZZZ -I ~ ~ -I-I~ -I-Im-l eno~r ~~m~mmmmozmzCcZ -I -I-Im8m~m>m mmm~~m- -I m~ 0 mm -<- o. o(/)CenCzzm ~ s:s:b;zc-<rrizrri OC')rri~mx~ 0 OJ(/)~-I 00 ~-I -I-IenzOzmm m mm -IGls: 0 I CC ~ - aQm~ ~~ O~ ~O~mCm-<~~ (/) enen~~I:t>~c~ ~~~~ ~o ~ r~- 00 Om m~:t>-<o~mII en (/)cnuo-lr,~- llJOJ:t> zm- ~~~ zz ^~ I~~~CIF~~ ~ ~~mr~llJ~OJ~ ~~~~ Gl~ ~_ ~zen ~~ 8> ~m~5~~~m~ m mmO :t>~-<~~ GlGl en ~~ Zm ~ r cnu z~ ~QI~-<~'~:t> ~ ~r amGls::t> 33 (/) uZ Gl3 o -I -10 (/)- >- m~~-z I -m enc~-< - mGl (/) ~ 0 OJ(/) -IZ o'rri~'~~Z-I ~ Gl~ ~ ~ ~ mm = -I~ > ~ c ~m ~m c ~:t>5zz-I c ~ 0 m :t> ~~ OI ~ ~ ~ cO ~~ ~ :t>z~-I-I :t>:t>~ ~ ~ 00 enO ~ - ~ ~~ ~o z-l, ~ ~~ ~ mm d~ ~ Z ZOJ om -I ~ 0 ~O m QQ ~O-< gGl ZO Z ~ ~5 ~ zz ~OJ en~ -I - -~ OJ o :t> OJ m Z ~ -I , , oen"m r, menCCCCCCm c c C(/)-Im ~~ m mCf)~~~(/)m(/)c mm c CDzz:t> ZZ >DZZZZZZJ> J> :t>0~ ~OJ>Oz ZOo> J>J> :: dd~~~ 00 ~~ ~21~21~~~~~ 0 o"enoen-<o~~ "21zQ 00 Iii II I I-IcIcOI -I ..... II s: s: '"'" '"'" '"'" '"'" '"'" '"'" '"'" ~ ... (J'l NOW <0. 0<0. NO "'"'-lW....;.W <o.W -..IOJCO-..lNNCO CON Oto OOO<O.W N (J'l ... O>-lo.r\Jcnrv()'1-....J N NNW~ c.uO-i..f:i.. -..JQ}OQ-..J '" W 00 tOOWI\JCOCDWf\J~ N NW...l.(J1-"UlOlOU1 '" -...I ();) f'\.J ....... C m <fl <Il (fl {J) :: Ul (fl!'J Ul F' !'J _OJ m Ul (fl"N ;:+ m U) N N (J'l co m m m<llN<o.O(fJW (fJ (fJ (J'l to CD ~ -\.{I)...1.(f)W W 0 (fl m (.J1(f){I}Ulffi{f){f)(I').p.. <0. .p..woaO.J;:l.O(fJ-" W Ell to Ul (J'l0 ::!, .\>.NtoNO 00 '"'" ... Q-I.OOO-1.NOO 0 OtllOOOWO<o.OJ CONtllO 00 (') ofvob'0 00 adn ONONbNO~O 0 ooooabbLJL, oCnoo 00 m 00000 00 00 OO~O-l.U1000 0 000000000 0000 00 m N <fl " U) Ul (fl (J)N (J) (J) <n -I N NW({) fI) (fl m mm m {I)-\.(fl(f)(I)":::"w (Of\.)(f')t'V <fl <n .!-' YJ 5JJ ~ (;f).OJ OJ-..I <fl ({) .-..1 .W <fl m (IJ <1>',-" {f) (I) .CO j'J ..Cl ...-1. :-J ..0> pt O1CO-J.W WN 0 :t CO OJ to co e", i-,)'in OJ.... QJ{.,J"';"-..J tV L., .,l::...-" (J) YlCDNOOOCOC110 NW~~ "coCo Ei m.......otJ'i-- 00 .......\.0 c...,-=-OC)viCOOCCOl 0 COOCOO~OOJ';:;" to C","'i -:. C 00 - co coWOOO 01 OJ o NOJ<o.-.jtllOJ-..IO 0C11000C110tol\) OJCDOO 00 W ofvooo 00 00 ob~~CnboNO 0 OOOOOOOOtn ofvoo 00 ..... 00000 00 00 OOWOCOOOOO 0 000000000 0000 00 C (J) m<ll (f) ~ tn u>_'"'" U) SJl!":--J (f) u> u> <n ~ (fl m W ..... N CD m (fj {fJ (fJ co ,::,.. en (;J) C) <fl Y> OJ -.j-.j .... ...(f}-.lr.{J')~ 00 (fl (fj (J1(J)(I){J)CI)(i'){f)U':').,f::t.. <0. ~WOOO..p.W(l}.,l" (f)('J)-..JUl 01 01 Ci -..INCOWO 00 NW VJ-"OOO-t..t'\)oo 0 0-..1 000.\>.to....w to WC11 0 00 m oCntnfvo 00 <00 ONO~ONO~O 0 ofvooooo1ntn m~oo 00 00OC110 00 00 o 0 -.1. 0 -l. <.."1. 0 0 0 0 OtllOOOOOCO-..l COOOO 00 m N (f) (J) <0 (J) (J) m m (fl (J) '"'" '"'" <Il <n -I mf\.)w<n(f)~ fI) VI Y> (J) <fl Y> f:I).-\.(f)Ef)-\,c....~<O -\. VJ. (,-I) f\V (J) OJ tOtO-,,"....Jo.-l. N W ~m .:'l!---l(f)Efl <:n (f) _-" (f) Yl .?J !" ~ ..... s:n _0 ~ (j)-...J...""'-J .W (J) 0 ~ O"'....JCO~A ~m W to O'>W-Jt.~ ~t.n'::'-lo. YI (f)COCDOO1-J.O)O>W t.rtOWW 0'" ~ ....l. CDUl 0""'" 00 OW .......a.....OO')f.nOJOCDO') CD 8~8g88~:g~ -"OO<.1l0 001 Ol<O tllO(J'l 0 00 (J'l0 .......No>.p.'"'-IU1Ol-....JO 0 COWOO 00 (Pomace 00 00 oo~:p..mOONO 0 O:....sOOODo~i:n ~Cooo 00 ....00000 00 00 OQWOCDOOOO 0 0C11000000c.n OJOOO 00 m (J) C ~ N(/)-l. ~~ :: fI) (J) YI ..co _-" ~ .(f) <n - <fl m N Nto "en VI Yl GncnoOl...l.(I)rn m en Cl) ~i:n u -:r. U) -J. (;/) """'-I '" 01 Y> fI) U'l(f)(I}ffiE/)f.:I)<:ninCO CO cowooo.::...cn<n-'" fl)mCON om ., c..,NCDWC11 010 NN O-.J..ooa-.s.f\.)OW N Nc.oOOOU1-"~.r:.. toWNC> NW (') tn:....r~~b 00 ~N bNO~Ot..JNbCn Cn Cnbboomb~Co ~oCno 00 <P 00000 00 00 O-..lt.-J.W-"'CCO""'-JCJ1 01 tllOOOOOOOOl U1<OtllO 00 ~ c..> (f) en '0 (fj en <fl en m (fl (f')(:f)N '"'" fI) <n -l "N~(I)U'>-2. (f) U) ..... Yl fI) NUl-"(/)-.:l.-P......1. ....W(()W (f) (fl co 0)......-'-0 '" N ,.... 5" VI fI) (J)Ul~<n (F) &l!D!:D~~:-J:"'....J. WW-"~ .... ..... 0 "co :r...wCO'"....1.~ '<0. "co (J) <n (J) ,,~....."en ),,"en ~ to OJ OlC".3-:1..p.(f)WOlO(,..) '"'" -"'Q)OO-lo-l....l.o>tn ....C11N-..IN-.j N 01 .... co cnWOtC01-"U1..p..-...: OJ OJtoOOO<o.CDC11W ';:"OCD<O o c..., ococnONOl 010 c..., l\,} O(QQ)O) w.p. 0')-.1. b- (J'l O1-..10000OJNCD <ON-..IN OJW mtnfvooo 00 00 oCn:""Co~1nCno1n W wooooooofv mCn~o 00 UlOOOOO 00 00 oowmm....o<o.o 0 00000000(J'l C11c..>00 00 o o o o W .... o ~ -..J N o OJ -I X 'Iii OJ -;i W OJ 6 ~ OJ c: E <5 z ""!P- o' Q, ::l en Q, Ul' l!l !:i3:-s c: (') z (') " 0 =..,. o 0 .... ::l Ul . <Il -Ill ::l ::l P z OJ o -. ::l ~ ::l" l!l :: .., l!l Z Ul 0 ~ . ili' ~ 'C ::T ~ :5' r> O:Z:OJ ..,. III -. :='I..., a. (')Q,Q, l!l .., It> <' .., l!l Z <Il 0 :5';" (') ;b o (Q l!l (;l ....l.....l...-1.....Jr.....Jr.....Jr....l.-l...J.....Jr. ....l. -J.....l. ~ ....Jr.-J..-.l......l.....Jr..-lo.-I.....Jr.....Jr.....Jr.....Jr. .... -".... .... -" z;:;: ~(..Jwwwwwwww W~NN Nt\JNNl\.)NN-""....Jr.....Jr....l. .... -"-" .... -" c: <tl OCDCO-.JOlUl.tt..WN-" O<DClJ"" O)t.l1.p...WN....l.O<DCO-......JO> U1~W N-" 3 3 $:-i~):>,,;:O;:O;:O;:OG)(');U ~ ~6ffi8zq~8q~~qq~~~~P~~ ~6i!5~~~~ ~6?fi~ffi~ --( Glommmm;:orm ~"'D"'DGl$:$:$:$:$:cm,,-i ~~~o~8~z~xx~~Gl~$:C~~@ m~):>(')"m@ S!~:E(')Q;ri cmm;:O$:OOOO(ll):>O~ Z (')g):>ZI~(')ClJ~(')O;:O):>OOJ;:oo;:o Or-iAAO;o S:r~AS:;o ;:o~~mo<<<<!p'22zz ):> .....zr(') "mGl<(ll-<z [!):>~cnm[!z m Glzmmmmzzcn):> Gl~~Glr;:o(llo~"'O"'D~~Glmmzzm):> zr$:~xz):> ~):>m~~~ ~w~):>m(llOJOOGlGl;a-i m-io~~m):>;:o"'O<<"'D"'O~~(,)GlGlS:-i G'>@"'O(ll~0@ ;::!!:;220:::j-i ~z:E;rix::::j::::jOc c:m -m"'O r-i~):>m(')(')mm mO mm omz):>om O~OJ(')ccz;:o "z S:;oen"'O<mzzOJ:E:Eeno~zz zz ;0 E~ z m;oGl,;mz z ):>$:$:(')OJ -i0 ~zom):>o ):>m-<-(m~):>oo -i0 ~ ~::l 9 ~z ::l~P :E;:O):><--;:O):> -. o~rrG'>;:o Gl5mm:E-enm~ ~;., ):>~ 0):>.... -en):>zzmz o~ ):>m- m mZm -i -i0 N mzm-ioo-io z, <m(ll~o< ~ ;:0' -i . m (5Z ' ;om Z;u' ):> Gl (') - C c m .. "'D mzo m enUl -00 m OJ z z :s: mz ms:;:;: <B(')5:~encn"'Og ):> S:o;:Oz~~..,o enr5: 0 ):> o m S:O :s: mO zOen "'O~):>:j ;0 ~~~ ~~ ~~ ~~~ ~ R N ):> O' 0)> 3 GlCen ):>):>;:0 A 0 <.... <0 0;:0 <rAm Z enOJ:E m"'O..,;:O wOUl m ~ , 0 ):>' >0 Oen"~ mAZ;:O (il >~ ):> cm U1C :E ;0 s: ~ rS: !":':E cm s:: Gl r ,,~ <;:om .., ):> 0 m ~ m ;:o~ ~ en 0 Q- ~ ~~ -< 0 )> > ~ 0 0 ~~ .., 6 .., > m N8 "'0;0 0 A 0 A ~ m :E m c "'D ;0 Z~;:O ~ ~ ;:0 en o .., gN m ~ ~ ~ m OJ ):> m $: G'> A A ~ m m m .., r r ..,..,oenencc..,.., (')(Ilccnm ~m~cm..,cen..,.., c Co .., $:..,0 ~c c: 0 OoCDDZZ;:O;:O CDzD):> ):> Z):>ozD;:o;u "'DOC =- Z ZZdd~~~ffiffi -<-<~""T1~ (,)(,)o~oz~-<mm cnz-< (Il-< Vi 00 .., III:r: omm c 0 cO $: $: ..... 0 .... w U1 N ~ W<D~<D ....-" N CJ1 ..... -" 0 0 ~ ,,~ ....""<ONWUlOl W""....o .... N....Ul NO 0 U1 OOlCO':"'OOO..J...-1. ocooo-a. (,U-l.-J.c,.J~OOQ)w(..) ....Jr. {,.,,, 0 .... 0 (fl ~ c: N ~ (fl (fl (fl {I) (J) (f) Yl (I) (I) CJ1 ,,~ CIl CIl Yl Yl N W {J) {J) "" -J.~W(llW{;{) €f)-J.N OU>{I) O{J) "'0 W ~....Jr...J.(flYl{/)t/)OO W(/)....Jr.!/)W O>NtnWCOWU)..J.01Ul OW..... 0..... .., !-" ww""""....Jr.w.....p.oo OWO....O OOO-"OC1>U1WOO OON 0U1 0- 0 ooowo,tn<.nOO 0000,0 0000000000 000 00 <1l 0 000000000 0'0000 0000000000 000 00 w CIl Yl en U) {fl N in -" W (fl in -i ..... ....l. f'\.) (I) (J) (fl .... {J) Yl ONinClJ .... -"W CJ1 _.... ,C1> !=D P' Ul.!'J Yl Ul Ul !>- (I) {I) en ...N {I) UlUl(flr(f)(f)Y>UlY>(f) !Xl CJ1WO c..~ 010 0 10 cnOJ~....Jr.....Jr.OOlNW t1l (oOJ~,b..-.J ........W....""--JN--J....--J :... 0':...J0 0 00 Ei '" N-.....iQ)O....l.iV~OO w OWOOW CCJNUlwmOoN01tn vl0i.J'iO c 00 - !-" 001 Gl-"'::'Ul(.."'lO0 t1l 0....000 ooowoaocooo 0000 Q 00 0 OOONOOOOO 0 00000 0000000000 0000 0 00 0 000000000 Q 00000 0000000000 0000 <::> 00 c: en en S: (I) "" .... cn Y> .... ill en Yl en u> 0 .!'J "'0 (I) ""Ellen -"N Ul Y> '0 tnW1\J(f)W(f) (I)....I\J -0 .y) (j) -" {I) .., .... Ul-l.-J.(f)U){J){I)OlO1 f'tU(I1-J.(f)Q (j).p...""-J....10N(f)-J.0l01 gt~ "" -" n f" 001....W.....N"'U10 0....U1....0 ClONtoOOCJ1WU10 <OClJ l!l N ~~NOOu,OOO ONOCnO o 0 0 Cn 0 0 0 <.,~ 0 0 oow ow <D C1>N01000000 0U10!Xl0 OOOUlOOOOOO 00.... 0.... <I> (fl (I) Ul (f) U> U> '" en N Ell <I> (J') .., N -30 (,oJ (I) ...lr. L"l ... (I) (fl Ul (fl O1""'-.!(I)-J "" ....W 5=' ;.J~:---Z~ ......(I)VJU) .!'J <J)~(;I)J'V:-- &lu>r.n!'J{f){J)(I')(/}U)<I> 0 0CJ1CJ1 !Xl NOl 0 -" -l.OO-J(f)...~~f\.J Olcn~Q')WO -J.wt\Jrn(j),J:l.t'V""'-.!~"""" a. oln"-J. -!Xl ~m ~ U1 t1l....<'O""WI\JU1OlU1 .;::a..aCOD,J).O <0"" ""0 000t1l <.0 C1> 0000 t1l "" ClJ -" W""ClN0010U10 I'VO~OOO ClJOI\J<DOOOOlUlO 0000 <D<DO to OOtnOOOOOO ~OtnOOO ooomoobboo 0000 000 CJ1 000000000 ""00000 00001000000 0000 000 (I) (fl c: <n Ol I\J ::l "" (I) -" (I) CIl CIl (fl (I) Ol m ;:;: Ul Yl Yl Yl ....N en Y> 'co (I)(')NYlNUl ....N o,Y1Y> CoY> "1J U1 c.n.....J....J.Ui(f)C/)(J)~01 t'\)(/)....1.(()U1 CJ1W......"WOl-"(;/)(f)-Jtn gtt;; OW .., -" WW(J1!'\)-J..W'::"C)'lv"'l 0........CJ1U1 OlO1OlN""Ol-lC'lOO 0<0 0- 0 oCnoo,:...zWOOO 0~<.n00 <.nooCno<.no~OO oo:...z oCn It> 0 0U10UlCJ101000 00000 OOOUlOOOOOO 000 001 <I> <n Ell (I) en(fl (I) <I> t Y> W .... Ell Yl d N ~N(I)...J. cn ... Y> Yl (I) en CJ1inClJ ON-l .!-" S:O..:'l~~ ~(fJ{f}<Il !'- Q) ~ <n ..N .....J. (,f) {I) (FJ ...p.. {/) (,fl (f) fn (f) (I) ..... Olt1lUl C'l m<o N OW~...J.(I)c.n(j)"""'1\) <D OlN01t1lO> -J.WNQ)UlWNCaJU1-..J i.n o,o,'ln ...... Cow ~ 0 NtJ\""CDOlOO--JtJ\ '" ONCOOO1 C'lW-lCl"'WClJ01-""~ <::> 000 000 01 oWOWt\J"""-JOU1Ol <D OWOOO1 <D01U1!Xl....00!Xl00 0 000 000 0 o:...zO~tn<.nOOO 0 ONOOO <.nOO(OOOO~OO 0 000 000 0 0010000000 t1l 00000 00001000000 <::> 000 000 o o o o W .... o s: "" N o OJ .., X u; OJ .., .&. III a ~ III e ~ i:5 z (")(")!P. o . c. 5;iflg. =is:.., c: C'l z C'l (") 0 :::...., . 00.... :> '" . '" -m ~ ::l tf ~ ::l. c. ::r I1l ~ ..., l1> Z ~ P G;' N "C ::r ~ 5' r o :I: III 3i~c: "'c.c. l1> ..., '" ~~ '" 0 5';" '" ;b o co ~ (Jl -"-"-I.-lt.~-L-I.-lo. ~ -l. -" -J. -It. .-. ~ ~ ~~ ~ ~ -l.-"'-"-l..-"-,,,~-"'-l..-lt. -l. -.l. -l>-.l... z;:;: -.l:""""'~-J-..l0l(J)(j) 0) 0)0'>0'>0'>0'> 0l0l Ol Ol 01 ()l ()l()l()l0~O1';"';"';"';"';" .;...;...:..:>. ~ 3 ,fJ.,Wt\)-l.OtOCO'-l 0) <.n.p..wN,...J.. oco CD --J Ol ()l ..p..WN....O<DCO-...JQ)CJ1 ..r::..Wl'\,)-J.. :;!CUPGl0;orn;orn;o:lJ)> .-l~N0r-r-)> :lJ-lrnrncuzz~rn~uuuurn~u~(,,)~;O:lJO~~ro :::::;Glmompmumm. Gi~~~OG592~ momOPr-r)>r~~)>p)>G50m000Pmo~~:::::; UeGlo~r<~ms:(")-l m~;:O-ls:O o(")oom :I:)>u~ZI..Lm g~~g~~~~~o~~~~zo~o~oa~~~~~ ::J.< 0-l::J;u .-mm (")P<);<z;:O z)>(")u~rozz Z' - pmC ~s:s:uzrnz;:ozo)>-l u_ < Z Gl ~ 0 P Gl m r m '" Z rn)>-li5 ;g;g-zo mmrnp(")-l(")m(")s:Z' umz .l>-Op Z-lm -lP Glr-0Q-l)>Glp -lr--l Zo ZZrnz;u;:O;:O-l;:O GlO-pO e-lrmm.,,!P. 0:lJ-l -l ;:oorne-l :lJ-lO:;! ~Smm~ -l-lGlmm);mmm;:oe~~uc ~{J)mmXlllm-i ~em m~o;:omzm emu o. r-iz-I -I-~ ;:o~ mu (")mze (")z ~o!;:;j, :::::;z ("):lJrnu mm m ~S:~rnm m(")mU -rn ~p~~~z~~ ~;:j9 p!;-lN 09 ;:j~Qm ~~ ~~ mmt:;!<go~~~;:o~~~~ _-IrnOJpOI Z mOo> -l-lOJ ;:001 O-lr~ i:5i:5 mI rnrnzu~;:O~OJpu(,,)Glm -l ZOm~-lI 0 -iZ' m;:o ", ZmOJ~ zz :::::; pPomr-OJ<~.o~m;:o m (j)~00i:5 e m"u Z ~ l?>~ o Im (j)Glo m m ^~ rn ;:0 OZ~:;!Z rn (") )> 9 ^ u;:O 6;uz ~~ ~~ mmp(,,)~~~Gl Q-I(") ~ S- oGl ~ e ;:0 ;u ~~u pC rn..L;:O~ r- 3 es:rnu ;:0 ^ 0~ m om ~O rnu ~~ 'u Gl~~~ rncue ;:o_rnm ~ CD -l l :::tJ rm -iO Z Imm eu -porn" ~~ cum 0-1 ;:o~o ~ u~ =rn-l~ ~ rn~01- ^ p ~ rn m-l ~ -m e e )> -e- me < Z _ -l r- )>r -lo:;! pprn m <0 z;:o=-I :0 Gi ~;:o 0 r m :lJ$ ern ;:o:O~;u mm m p ~m (j) m :I: ;:s ~e ;:o;:o~ S:rn ' 0 -l -l Z ZOJ oo~ mGi ~ ^ e Z e ~ Gl OGl ~~. ~z X 0 :0 Gl . e~ _-- w 0 m m .- o rn Uu cu 'P ~ ?J -i 0 ~p ~ -l m Z- N -l~ -i-l-l?3g~~?3~ CmCmm ornm mC Cm mmrnrn~rncrn-lm . Gl -~p e 000 zpzp)> COP PZ ZP p)>OO ozooP Z . ::!. ZZZc3c3~2j~21 ~~~~~ ~~(") 0" .,,0 00~~(")"~21z0 2jO' u; OOI I-l -lI II oI-l I IO Z L~ W ~ 0 N OlW.l>- NO W CD ~w W Ol .I>-~CD 1:3.:< .I>- W~ C.11 OlC.11N 0 ~ coo C.11 .:>. t\JW-.2.0(OOlN .:>. -...J-"'O<"'''NW<..nCDO C.11N()lOJOJ NON ~O 0.1>- ..:::..m';:"'(]lOOCDOCD-" N ~ C.J1 e {}l {}l ::l {}l {}l {}l,!'J {}l {}l Ul ~ Yl ;:;: {I) l\.) {J'} (f) Ol {}l --I ..... Yl N N Yl (f)(f)(f)(f)W en~ W Ol u OlOf'V(f)-"'O(l){J)(j) (f)':'(;I)"""'-J'::" NUlW W (f) (f) .:>. .p.tvO'J.bo.O(fl<flW(OO .." 0 En .., 000W-..j0C.110--J 0~ 0 0 0 0 OWO 0..... 00 OOU'lWO~COWU10 o 0 W -, ooooooomo, ooc.noo 000 om NO booooCn~Noo _ . _ " aON<D 000000000 00000 000 00 ~ 0 0000000000 000 (J> {}l (f) (J> (f) ... ~ ..... {I) E/) (J) Ui NUl {}l ~ o (f) Q')(I}CI)Yl{n(f)(f)-Ef) (t) c;l ...~(.()...I\J(I)...-...I~~}JJ(I) 01...... {}lfI':-J ~~Ul{J) Ul {}l (f) {}l (J) U1 :- ~ ...w :'" ..CD <oN !" ~ ...-'" (F1 CIl cot\JrntOcncowo-" ~bt(J)~-r.-J.. OlCDCO':>' NC.11 --J ..... -l.-1.tnrnoc.o"'"-J-...JQlW ~~;:j [ ..... - - .... - - ... ~ ,. ~- .... .... - ~- - .... :,o,;::"oC) ~ v, VI VI OiNmoOt,.JOL....C;O OOOUl~OUl~Q) ~tnO~oo 01000 00 ':>'0 OOOUlOOWNOO 000 00000000,0 o,ooc.noo ::'000 00 ::'0 0000000,000 000 000000000 000000 0000 00 00 0000000000 000 e ::l (f) Ul ... Ul <n VI !'-' Ul <n {}l -" <r. u (f) ~ (f) {}IN Yl --I~ Yl W ..... (t) Ul Ul U> {f) OJ {}l {I]~ (t) --I ..., en (.,'l -\. {f> -\. 0 en {f) en <n.:>.UlOl':>' -" (f)..... o Ul <n "" ~(\)m~"""-J&l-J.(f)"""-ll"V wtO(/) n COOO>-".t;..OCJ100l UlOO--lW -..j.:>.0 OW 00 ooc.oQ)O';:"OWOl..,.). ~~~ o,Oo,c.nNOOc.nO 00::'00 ONO 00 NO OONWOo,Oc.noo '" Ol 0 en tVO':>'OUlOOOO oowoo OUlO 00 ......0 OOt.1l00UJU1cnOO 000 (J> <n <n (J> Ul ... Yl -l ..... ~ Yl (t) (f) I\){}l {}l ~ "'UlU> (t) (I){J')(/')(/)-:..<n(f')(J') {}l 9l(f)P&lSJ'l<n:-,".!'J{fJ 01 ...... (f)fI':-J .to S-U~(fJ <n:-'" (j) (I) ..-J.. _..... ::n ~... l" ~ !'J ~-J. ~{;I)y>> 0 ~ <n (t) [ CO-"Q)+:-"::"'cnWtJ'1..,1. Cn<::nw-"-J. CONNOl .....0 -..j.... -J..~(j)O')-....t(oOO-l.A .:>.--IW tOC.110--l':'ONNO ....,f\.)C)C'Ow~ 01 Ol--J tV 0C.11 Ol Ol CIlNCIltVOC.11WOlON -" to W CDO<Ol'V-J.OO1tOO CD<J10WOl.l>- OO.:>.UlO 00 ';'0 OONOOQ)ID~O-" -"()l--.J rnoNCnooooo ::'00::'00 0,000 DO ::'0 oooc.nooi.omoo NOa. ':>'00000000 (,,'"1 00 Ul OQ 01000 00 00 0000000000 000 e <n {}l ::l (f) (f) {}l "":-,,, (f) (f) (f) tV <n ;:; U) -J. (J') Ul W -" c.n CD Yl tV N (f) {I} {f) (f) (f) en (f) <n:'" {}l CD u OlN-J.(J')-"OU>&>(J) (f)<O(f)NCD ...... <tl --J --J(t) {}l -Po ~~"""'-I.p..lOY:t-"'ff)-.JCO W Ul <n .., o OlCO-"CCo """-I O.f:lo. WCIlOUlUl --I.I>-C.11 C.11tV 0...... COCDN--IUl.;.OWNCJ1 CXlCD..... 0' ooomooo::'~ ~o<.ooo 0,::'0 ON WW c.nc.nOi.oOCnWNOO ~o~ l1> ooornooo-\.Ol 00C.1100 C.1100 00 00 t11()lOC.11Owoc.noo 000 (J> (f) (t) .". {}l .... (f) -l -s.. -" (f) (f) (f) I\) {}l ~ (,OW{/) <f! (I)(I)U>Y>....(JlffiC:/) <f! ~YJ~{J)EDm~!V .!" {I) (I) (I) ~ _01 .!'J ~w ~-" en :-"'{}l <ny>_-l.~_cn_-J.._t\)!'>!",!'J ~f:n&1 0 (f) <f) [ CC-J..wc..:n-J..c,ocnO{J) NC!JWCOf'VCD (..),l).,WtJl N--I 0...... -.l.f'\.)~Ol(oCD(")~O-" OltOW Nf\)~-l.WO{J1-..J(o Q..CD(HOCD C') f\J tv U1 --J --I <00> <O<Ol\:t......UllnW(O-\.(O N<J1..... Oc.nOCDOlO()lWUl Q'}t,,'lN(OOO 0-....100 UlO tV Ul OJ--ICDCDON<OC.11O><J1 ()l <0 C.J1 ooo~ooo~o ~c.nONOO ~NOO 00 ON NWONOO::'OOO ~oo OOOc.nOOOCDO t1l000~00 0000 00 00 0000'1000000 000 o o o o W .:>. o 0~ -..j N o OJ -l x en OJ -;-! Ul ..,.I,.-..a..-.I..-Io. -:Iio.....l.~-4 -l...-l. -..a.Z;; ~2':~~ ~~;:c5~ :::Jal ~33 ~d~6~dod~d~66 ~6~~~z~~zz~~8~~~ o~~~o~~~m~g~~ 0~~o~6z~~~~~Z~q~ Or~rOrZrOr$r, g~og- ~~~~m-O~Cr ~pzGlp~p~p~zp~prn m>~zGl~~~Z~rr~~~zo~< ~r ,~r r r rp ~,~ 0 oom~ ~ w ;:o~ ~;:o~m~Gl~~~m ;:o~O~ ~mmIP~ mc~Z C g] g] C g] ~ gj g] ~ gj m c: ~ -0 -< rri 0 - ~ r Z 0 m- 0 ~z z~z-oz zp:!zg? ~z~~ ~ ~z;;;o c~ z ~ o~ ~o~~~ ~~~O o~rr; 0 ~Cz~~ ~~ ~ 0 zm mzm<m m;:om Zmco< z -"oco l10m Q1 i:! z z ZmZ zmz ZO< ~ ;:0 ~ ~~ 00 o 0 0$0 0$0 O;uz ~ ~~mril> GlcP 22m C . m. . O' .;:0 -0 < $ r z3 0> Ul .t>.Zw "'<-' "'0 0 -<Z~-o ::j~ Gl r; ,~, 'P' ,~C/) Om mO ~ -0 C/) -omco $r$ -o~ m gm ;:0;:0 8 0 ~ ;zJ ~ f) ~ ~ $;~ 0 ~ O~ C Z - m - - ~ ~ ~- m -< mp;:o ^ ~ ^ ~ ~ A C C/)O m ~ ~ z ~ 0 0 ~ rn Q" m ~ Gl;:o ~ ~ ~ Gl zO - r 0 r r _;:0 0 r 0 >> r P P ~ "^ 0 ~ m m m Gl ompmC CCmC p~ c: Coopz zZpz '0 ::l -<-<;:00" ~"o" 5z ;:;: oom:r~ ~~:r~ z U1 -J.-Jt. ..,.I,. 0 B~P ~ ~1:fi N (J1W - orn......J...lo.-O tnU1NO NCO CJCJ[ll V> ~ g~~ ~(J) (f) ;:; !!l,.& ft) V> ON ~~w~ V> -0 'S' ~~8~~ ~~g~ ~~ ~ ~~~ ~~~~~ bbbb ~b m ~a' 00000 0000 00 ~~~ . U1 V> -~ V> ~ ~ ::l::l ~ ~ 0 ~ ~ ~ ~ ~~~~ w m~ ~ ~ 9 ~ ~ ~ ~ ~ ~ ~ ?~~~m~ ~~~~ ~~ a o w Ol Ul ~ 0 ~ OOl-'~N~ OlOlOlUl .l>.0l ~ _ _ ~ ~ VI ~ ~ comowm m~om om - o 1'0 OJ Ul 0 0 ro OOUlOO-l>. 0000 0>0 ~ ~ ~ b ~ ~ W ~bb~~b bb~b ~b o 0 0 0 0 0 ~ 000000 0000 00 - c: Z [ll V> ;. ~ ~ {t) ~~ (J) ~Yl <:n ":R ::r ~ -lo.<I>U10tn ~Ul""l.-lt. men _. ~ Z :--J~P~PJ ~"FOP~ rv~ ~ en 0 0.....,000 oOOt\} Ol-.ll. - . 00000 0000 0-'- G: f".,) "C V> ~ YI (II ~ !':!. ~ ~ N ~ ~ ~ ~ ~~(I)(f) <n Y>Y>{;() Y) ~ :: ~.+:;.. .lJl .CD .f'\J ::> .CD sn "'~~_NYl_W ~~~(f) roSA ~ ::t co N en c..n (j} co m Q)Q)to<.D-'-........ to-1.Wf'\) wo ~ 0 ~ ....., rn ~ 0 rn ~ ~o~oo~ ~N~Q) mw . ~ m ~ N 0 ID m ~oomoo rnoo~ O~ W ~ ~ ~ ~ b W wb~bbb bobb o~ N U1 U1 U1 0 0 ~ 1'000000 0000 oro - - - - - --- -- c: O~[ll ~ ::l 3~n ~ ~~ ~~~~ m - g~~ ~m~~~ ~~WN ~~ ~ ~.~ ~~~~~ ~p~~ ~p n mz ~~gg~ gggg 5g Q ~~ ::l W o V> . V> {I) V> S.J ;U ~ ~ ~ 00 ~ ~ 0 W~ ~ 0 ~ ~ ~ ~ ~ g m ~~~~. ~ ~~~ ,~~ ~ ~ ~ w m ~ ~ ~ ~~OO~~ ~NW~ ~m!':!. ~ N m m rn 0 0 ~ NO~O~~ A~mm ~m ~ 0> 0 moo 0 ~o~m~ro 0000 N-l>. ~ ~ ~ 0 0 0 m moobbo oboo roo w ~ 0 ~ 0 0 ~ wooooo 0000 00 o o :> p @ Q. S2. Cl. 0 ro ' ::l Z Cl. CJ CJ ~ > ro R-ro ~ :>c: en Q. o -- :;: C/) to P roen ~ u c. g-g::ia. 5" ~ m 3: = cn":J ~ ~~ ~ ';S ~ ~ !'! ~~:::;fir-::::)oJ$~C;;Q0 :J c.g:J ~w~ X O>:J CI> roW 11l~.j,..--,Ulcn. O-o$.t>.NI1lN'-"'S:: ::liiloNUlGl.l>.mc:o Cl.!!!.o'f.j,..ao~g,o g.'"'",08mC15 Cilga ::l 1'0-1- 0-"' .....~o s: ::J:J~ ::l Z In:> Ul ~. Ul W -' o o o o W .l>. o ~ -I N o W ~ X u; rn ~ 6 m'""z ::r.l>.o QJ01:l ~~::r o en:;: -g Iii I1l ro r.o !:!l. :S::~G' zO"C ~::r c..~::T ~ ~;:o::' -I Q. ::l ~ " ;:O-'I o .;:... 01 <0 -l>. '"' 11l""Cl. , U1 ::l !!' 0 ~ $ !:.. U1 ZQi5" (Jl3<;> ~~~ -I co .t>. m iil o 3 n I1l zw-orm<o gC:Q~RJRJ m~~liltt ~~~'f'f OJco....-.Io ::)::Joo J!l F:T gJ &1 ~S!t ~~::;~~~ ffi~161il~~ o~o:.::...;:.. R ~. ?J ~ 95 g.iif~~ ::l_mro --com GORDON L. JENSENl CLARISSA M. KLUG GLEN A. NORTON Al\IY E. PAPENHAUSEN STEVEN A. SONDR.\LL ARIC T. STIENESSEN STACY A. WOODS OF COUNSEL LORENS Q. BRYNESTAD I Real Property Law Specialist Certified By The Minnesota State Bar Association 'Admilled in Iowa JENSEN & SONDRALL, P.A. Attorneys At Law April 25, 2006 Valerie Leone City Clerk City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 8525 EDINBROOK CROSSING, STE. 201 BROOKLYN PARK, MINNESOTA 55443-1968 TELEPHONE (763) 424-8811 $ TELEFAX (763) 493-5193 e-mail law@jensen-sondralI.com Re: 2006 Street and Infrastructure Improvements City Project No. 790 Our File No.: 99.10030 Dear Val: Enclosed please find four copies of the contract and bonds for the referenced project, as well as the Certificate of Insurance received from C.S. McCrossan. All are in order from a legal standpoint. Please call me if you have any questions. Very truly yours, Steven A. Sondrall, City Attorney, City of New Hope JENSEN & SONDRALL, P.A. sas@jensen-sondrall.com Enclosures cc: Guy Johnson, Public Works Director Vince Vander Top, City Engineer P:\Anomey\SAS\1 Client Files\2 City of New Hope\99.67901 (06 street project)\ltr V. Leone approving contracts. doc Bonestroo Rosene Anderlil< & Associates 2335 West Highway 36 . St. Paul, IViN 55113 Office: 651-636-4600 . Fax 651-636-1311 www.bonestroo.cOnl Engineers & Architects April 11, 2006 Jane McCrossan e.S. McCrossan, Construction, Inc. 7865 Jefferson Hwy Box 1240 Maple Grove, MN 55311 Re: City of New Hope, Minnesota 2006 Infrastructure Improvements Project City Project No. 790 File No. 000034-05172-0 Contract Documents Enclosed are four (4) Contract Documents between you and the City of Ne\v Hope covering the above-referenced Project. Please complete Specification Section 00520 Agreement Form, Section 00610 Perfonnance Bond, and Section 00615 Payment Bond. The insurance and indemnity requirements shall be provided. After the bonding company has completed the Contract Documents, forward them to the attorney listed below \vho will review them for the City of New Hope: Steven Sondrall Jensen Sondrall P A 8525 Edinbrook Crossing #20 I Brooklyn Park, MN 55443-1983 After the necessary officials have signed the Contracts, they will be distributed as follows: 2 copies 1 copy 1 copy e. S. McCrossan Construction, Inc. (1 - your file, 1 - your bond company) City of Ne\v Hope, Attention: Valerie Leone Bonestroo & Associates, Attention: Vince Vander Top Upon receipt of a signed Contract and a filed Certificate of Insurance, approved by the City of New Hope's Attorney, a pre-construction conference will be scheduled \vith you and the City of New Hope to review the Project. Sincerely, BONESTROO, ROSENE, ANDERLIK & ASSOCLA. TES, INe. ~~p Vincent T. Vander Top, P.E. Enclosures: Four (4) Contract Documents cc: Steven Sondrall, City Attorney Valerie Leone, City of New Hope St. Paul. St. Cloud, Rochester. IViN . lViilwaukee, WI . Chicago, IL Affirmative Action/Equal Opportunity Employer and Employee Owned May 4, 2006 Ms. Jane McCrossan C.S. McCrossan Construction Co. 7865 Jefferson Hwy. Box 1240 Maple Grove, MN 55311 SUBJECT: 20061NFRASTRUCTUREIMPROVEMENTS (IMPROVEMENT PROJECT NO. 790) Enclosed is return of your bid bond and two fully executed contract documents for New Hope Project No. 790. One contract set is for your records and the second set should be transmitted to your bonding company. This contract was awarded by the New Hope City Council on April 10, 2006, for $2,996,022.41. Also enclosed is a "Withholding Affidavit for Contractors" (IC-134 form). We cannot make final payment to contractors until this is approved by the Minnesota Department of Revenue and submitted to our office (Minnesota Statute 290.97). The form contains instructions for completion. Should you have any questions regarding the project, please contact Vince VanderTop, Assistant City Engineer, at 651-636-4790. Sincerely, ,.P U '~~L' At'l..L leAL,", Valerie Leone City Clerk, CMC Enclosures - Bid bond, Contract, IC-134 cc: Steve Sondrall, City Attorney (File No. 99.10030) Vince VanderTop, Assistant City Engineer-(File No. 34-05172-0) Guy Johnson, Director of Public Works CITY OF NEW HOPE 4401 Xylon Avenue North · New Hope, Minnesota 55428-4898 · www.ci.new-hope.mn.us City Hall: 763-531-5100. Police (non-emergency): 763-531-5170. Public Works: 763-592-6777. TDD: 763-531-5109 City Hall Fax: 763-531-5136. Police Fax: 763-531-5174. Public Works Fax: 763-592-6776 Bonestroo Rosene Anderlil< & Associates 2335 West Highway 36 . St. Paul. MN 55113 Office: 651-636-4600 . Fax: 651-636-1311 www.bonestroo.com ff7c;O blc~ Engineers & Architects April 11, 2006 Ms. Valerie Leone City of New Hope 4401 Xylon Avenue North New Hope, MN 55428-4898 Re: 2006 Infrastructure Improvements Project City Project No. 790 File No. 000034-05172~0 Return of Original Bids Dear Ms. Leone: Enclosed are all of the original Bids and Bid Securities that were received on the above- referenced Project. We have retained a copy of only the low Bid for our files. Sincerely, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. ~~~~~ Vincent T. Vander Top, P.E. Enclosures St. Paul, St. Cloud, Rochester, MN · Milwaukee, WI · Chicago, IL Affirmative Action/Equal Opportunity Employer and Employee Owned April 17, 2006 Northwest Asphalt Inc. 1451 Stagecoach Road Shakopee, MN 55379 SUBJECT: BID BOND RETURN Thank you for bidding on the 2006 Street Infrastructure Project for the city of New Hope. The contract was awarded to C.S. McCrossan Construction in the amount of $2,996,022.41 (base bid plus Alternates 1,3,4,5, and 6). Enclosed is return of your bid bond which was submitted as bid security. Again, thank you for taking the time to submit a bid on this project, and we hope you will bid on future city projects. Sincerely. I~ Valerie Leone, CMC City Clerk enc. CITY OF NEW HOPE 4401 Xylon Avenue North. New Hope, Minnesota 55428-4898 + www.ci.new-hope.mn.us City Hall: 763-531-5100 + Police (non-emergency): 763-531-5170. Public Works: 763-592-6777 + TDD: 763-531-5109 City Hall Fax: 763-531-5136 · Police Fax: 763-531-5174. Public Works Fax: 763-592-6776 April17,2006 Hardrives, Inc. 14475 Quiram Drive Rogers, MN 55374 SUBJECT: BID BOND RETURt~ Thank you for bidding on the 2006 Street Infrastructure Project for the city of New Hope. The contract was awarded to C.S. McCrossan Construction in the amount of $2,996,022.41 (base bid plus Alternates 1, 3, 4, 5, and 6). Enclosed is return of your bid bond which was submitted as bid security. Again, thank you for taking the time to submit a bid on this project, and we hope you will bid on future city projects. Sincerely, ~'7 ' , I ' b 'o-M Valerie Leone, CMC City Clerk enc. CITY OF NEW HOPE 4401 Xylon Avenue North ~ New Hope, Minnesota 55428-4898 ~ vvww. ci.new-hope.mn.l.ls City Hall: 763-531-5100 ~ Police (non-emergency): 763-531-5170. Public Works: 763-592-6777 ~ TDD: 763-531-5109 City Hall Fax: 763-531-5136. Police Fax: 763-531-5174 ~ Public Works Fax: 763-592-6776 . ~. Bonestroo e Rosene "till Anderlik & .~. Associates Engineers & Architects BIDDER: Cs .iv\cC1{o<"so.."l..'\'_ ~f\C. DOCUMENT 00410 BID FORM 2006 Il\TfRASTRUCTURE IMPROVEMENTS CITY PROJECT NO. 790 FILE NO. 000034-05172-0 1\'EW HOPE, MINNESOTA 2006 BID COpy THIS BID IS SUBMITTED TO: City of New Hope, Minnesota City Hall 4401 Xylon Avenue North New Hope, MN 55428-4898 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perfonn all work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other tenns and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid Security. The Bid will remain subject to acceptance for 60 days after the Bid Opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. 3.01 In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged: Addendum No. Addendum Date B. Bidder has visited the Project Site and become familiar with and is satisfied as to the general, local, and Project Site conditions that may affect cost, progress, and perfonnance of the work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and perfonnance of the work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at, or contiguous to, the Project Site and all drav..'ings of physical conditions in or relating to existing surface or subsurface structures at, or contiguous to, the Project Site (except Underground Facilities) which have been identified in SC-4.02, and (2) reports and drawings of Hazardous Environmental Conditions that have been identified in SC- ,1 fit::, 000034051720BIDFORM 00410-1 BID FORM E. Bidder has obtained and carefully studied (or accepts the consequences for not doing so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at, or contiguous to, the Project Site which may affect cost, progress, or performance of the work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the work at the price(s) Bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Project Site that relates to the work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Project Site, reports and dra\vings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. 1. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer is acceptable to Bidder. 1. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the work for which this Bid is submitted. K. Bidder will submit written evidence of its authority to do business in the state where the Project is located not later than the date of its execution of the Agreement. 4.0 I Bidder further represents that: A. The prices in this Bid have been arrived at independently, without consultation, communication, or agreement as to any matters relating to such prices with any other Bidder or with any competitor for the purpose of restricting competition. B. The prices in this Bid have not or will not be knowingly disclosed to any other Bidder or competitor prior to opening of the Bids. 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 Bid for the purpose of restricting competition. 4.02 Bidder understands that the law may require the Owner, or Engineer at the Owner's direction, to undertake an investigation and submit an evaluation concerning Bidder's responsiveness, responsibility, and qualifications before awarding a contract. Bidder hereby waives any and all claims, of whatever nature, against Owner, Engineer and their employees and agents, which arise out of or relate to such investigation and evaluation, and statements made as a result thereof, except for statements that can be shown by clear and convincing evidence to be intentionally false and made with actual malice. Nothing in this paragraph is intended to restrict Bidder's rights to challenge a contract pursuant to law. 000034051720BIDFOR.M 00410-2 BID FORM 5.01 Bidder will complete the work in accordance with the Contract Documents for the following price(s): All specific cash allowances are included in the price(s) set forth below and have been computed in accordance with paragraph 11.02 of the General Conditions. 000034051720BIDFORM 00410-3 BID FORM No. Item Units Qty U nit Price Total Price 17 SA WING BITUMINOUS PAVEMENT LIN FT 3,460 $ 2. 0 $ 1) C{5 6.0 D 18 REPLACE GATE VALVE BOLTS EACH 1 $ $ '300 ,00 19 SALVAGE STRUCTURE (SAN) EACH 1 $ $ \ : Q 00 , 00 20 COMMON EXCAVATION CUYD 10,177 $ 1.00 $ 10./77.00 . 21 GEOTEXTILE FABRIC TYPE IV SQYD 11,512 $ iAo $ Ho ,I \ (p. SO , 22 SELECT GRA!\TULAR BORROW TON 7,642 $ 0.00 $ 7fo 42.0.00 , 23 STREET S'WEEPER (WITH PICKUP HOUR 30 $ I 20.DO $ BROOM) 24 WATER MGALLON 215 $ 2'3.0D $ 5 I 3:lt '5. 00 25 AGGREGATE BASE CLASS 5 TON 11,372 $ /4.00 $ 15'1,2.oS'.oo , 26 MILL BITUMINOUS SURFACE (1.5") SQYD 37,050 $ $ t\..ii, \.ill. 50 27 MILL BITUMINOUS PAVEMENT SQYD 26,690 $ 0,45 $ 1'2,0\0,s0 (SPECIAL) 28 BITUMINOUS PATCHING MIXTURE TON 602 $ 1'3,O'D $ 45 i 1'50 .DD 29 BITUMINOUS PAVEMENT SQYD 25,689 $ 3.00 $ 17 Ofo7.o0 I RECLAMA TION 30 TYPE LV 4 \\TEARING COURSE TON 11,786 $ $ 4 41 } 'S0 e.D 0 MIXTURE (B) 31 TYPE LV4 'WEARING COURSE TON 221 $ ,OD $ \ '6 ,1 6<3. bO MIXTURE (B), FOR DRIVEWAYS 32 TYPE LV 3 NON 'WEARING COURSE TON 5,448 $ 32.00 $ MIXTURE (B) 33 BITUMINOUS MATERIAL FOR TACK GALLON 4,512 $ $ COAT 34 RECONSTRUCT RETAINING WALL SQYD 10 $ 2. OO.bO $ 2. GCiO 00 .' . 35 IMPROVED PIPE FOlJNDA TION UN FT 200 $ 00 $ 36 18" PIPE APRON EACH 1 $ $ 37 4" PERF PVC PIPE DRAIN LIN FT 980 $ \ 1" 00 $ 38 4" PVC PIPE SE'WER LIN FT 80 $ 0 $ 4, 0 go . (,JO , 000034051720BIDFORM 00410-4 BID FORM 000034051720BIDFORM 00410-5 BID FORM 000034051720BIDFORM 00410-6 BID FORM No. Item Units Qty Unit Price Total Price 83 CONCRETE CURB & GUTTER DESIGN LIN FT 14,245 $ Ifp.'50 $ 235,042.50 . SPECIAL 84 6" CONCRETE DRIVEWAY SQFT 10,830 $ $ 4- ~ .' 5' loCI . 00 PAVEMENT 85 PEDESTRIAN CURB RAMP EACH 26 $ ~ 00.00 $ l-J'BCb.OD 86 7" CONCRETE V ALLEY GUTTER SQYD 25 $ 4- ,cD $ t ,015.00 " 87 TEMPORARY MAIL BOXES LUMP SUM 1 $ GoC6.VO $ V.. 000,(::;0 ) 88 RELOCATE LIGHT STANDARD EACH 5 $ Z40D .tJ'V $ 12, DOD ,00 I 89 TRAFFIC CONTROL LUMP SUM 1 $ Ib, 2C:t.,.()O $ B 2cQ.OO I 90 SIGN PANELS TYPE C SQFT 23 $ ~.oo $ <bus 91 PAVEMENT MESSAGE (LEFT EACH 2$ 40.eo $ 50.tO ARROW) PAINT (3 92 PAVEMENT MESSAGE (RIGHT EACH 2$ $ '0.00 ARROW) PAINT 93 PAVEMENT MESSAGE (THRU EACH 4$ 46.00 $ ARROW) PAINT 94 4" SOLID LINE WHITE-PAINT LIN FT 14,872 $ b, e $ l41:fL 2,0 I 95 24" STOP LINE WHITE PAINT LIN FT 253 $ 2.00 $ SOlo CD 96 12"SOLID LINE YELLOW-PAINT LIN FT 228 S \.lS $ 97 4" BROKEN LINE WHITE-PAINT LIN FT 768 $ b, $ f.G B 98 4" DOUBLE SOLID LINE YELLOW- LIN FT 3,822 $ $ T~ 4- , 4-0 PAINT 99 4" BROKEN LINE YELLOW-PAINT LIN FT 10,613 $ 0,0') $ lOw. t3 100 ZEBRA CROSSWALK \\lllITE-PAINT SQFT 2,760 $ t.le S J,3l2,00 101 LOOP DETECTOR SPECIAL EACH 9 $ b5b ,DO $ 1-, (.;,50. 00 102 SILT FENCE, TYPE HEAVY DUTY LIN FT 310 $ \, D $ MAINTAINED 103 SILT FENCE, TYPE MACHINE SLICED LIN FT 450 $ \ ,c;)O $ \g'i5 ,() 0 104 TEMPORARY ROCK CONSTRUCTION EACH 3 $ 2 $ 't /.700 en " v. ENTRANCE 000034051720BIDFORM 00410-7 BID FOR.,\1 No. Item Units Qty Unit Price Total Price 105 INLET PROTECTION EXPOSED EACH 27 $ 230.00 $ l;;}- lO ,CO SUB GRADE 106 INLET PROTECTION POST EACH 37 $ 2 $ to, 51 0 ,00 BITUMINOUS BASE 107 BIOROLL LIN FT 340 $ 2,50 $ '6Se.DO 108 INSTALL FLOTATION SILT CURTAIN LIN FT 100 $ (q,bD $ i 'ioo. 00 , 109 SODDING TYPE LAWN SQYD 15,306 $ $ 33 (,7'13,2.0 , 110 SELECT TOPSOIL BORROW (LV) CUYD 1,707 $ \4.0D $ 23 I e.,q B.oO TOTAL BASE BID $ 217Z3144~.31 ALTERNATE NO.l- MEADOW LAKE SEDIMENT/DELTA REMOVAL: MUCK EXCA V A TION CUYD 2,000 $ \5,DD $ 111 112 DEWATERING LUMP SUM 1 $ $ TOTAL ALTERi'lATE NO.l- $ 45",000.00 MEADOW LAKE SEDlMENTfDELTA REMOVAL ALTERNATE NO.2 - MEADOW LAKE DREDGING: 113 MUCK EXCAVATION CUYD 15,000 $ 114 ROCK ST ABILIZA nON TON 125 $ 115 BOAT RAMP LUMP SUM 1 $ TOT AL AL TERNA TE NO.2 - MEADOW LAKE DREDGING \1..0b $ $ $ $ 20 <6,75'D.00 , ALTERNATENO.3-BACKYARD DRAINAGE IMPROVEMENTS: CLEARING TREE 3 $ 2 $ 0.00 116 000034051720BIDFORM 0041 0-8 BID FORM ALTERNATE NO.4 - PARKING LOT RECONSTRUCTION: 131 CLEARING TREE 1 $ $ 132 GRUBBING TREE 1 $ $ 133 REMOVE CURB Al\TD GUTTER LIN FT 150 $ $ l;'~ S. (')0 134 REMOVE CONCRETE PARKING LIN FT 450 $ $ 7.,0 25,OD STOPS , 000034051720BIDFORM 00410-9 BID FOR.M 000034051720BIDFORM 00410-10 BID FORM No. Item Units Qty U nit Price Total Price 157 INLET PROTECTION EXPOSED EACH 1 $ 2 "3 (.I , bO $ Z 0.00 SUB GRADE 158 INLET PROTECTION POST EACH 2$ l30.00 $ 4(c6.CO BITUMINOUS BASE 159 SODDING TYPE LAWN SQYD 300 $ 3.Do $ q 00. tJO 160 SELECT TOPSOIL BORROW (LV) CUYD 192 $ 20.00 $ 3.840.00 , TOTAL ALTERNATE NO.4- $ 10 71 b 'lb. 40 PARKING LOT RECONSTRUCTION 000034051720BlDFORM 00410-11 BID FORM No. Item Units Qty U nit Price Total Price 173 BITUMINOUS PATCHING MIXTURE TON 1 $ ZOO,DO $ 20b ,DO 174 TYPE LV 4 \VEARING COURSE TON 247 $ b,OO $ i4-; 620, ED MIXTURE (B) 175 TYPE LV 3 NON \VEARING COURSE TON 38 $ 'tv.bO $ Z ,/01.o.b, 00 , MIXTURE (B) 176 BITUMINOUS MATERIAL FOR TACK GALLON 152 $ -J ) 0 $ 4g~AO 'J. _ COAT 177 CONCRETE CURB & GUTTER DESIGN LIN FT 20 $ 2'1 . Db $ 56000 SPECIAL 178 PEDESTRIAN CURB RAMP EACH 2$ j 00 ,b b $ l,o DC 00 179 INSTALL SALVAGED FENCE LIN FT 265 $ b $ 180 INST ALL CHAIN LINK FENCE LIN FT 265 $ iO,QO $ 2li5o.0D 181 SILT FENCE, TYPE HEAVY DUTY LIN FT 1,240 $ I.(ob $ \ 1 q 64. to MAINTAINED 182 INLET PROTECTION EXPOSED EACH 1 $ $ 00 SUBGRADE 183 SEEDING ACRE 0.7 $ 4.000,00 $ 2 ~ 3, \eiS ,DO 184 SODDING TYPE LAWN SQYD 1,065 $ :) 00 $ 185 SELECT TOPSOIL BORROW (LV) CUYD 1 ,400 $ $ TOTAL ALTERNATE NO.6 - PARK $ 80.000.2.0 . TRAIL RECONSTRUCTION 00003405 I 720BIDFORM 00410-12 BID FORM No. Item Units Qty U nit Price Total Price BID SUMMARY: TOTAL BASE BID $ 2,12 3 ( 44 9.31 TOTAL ALTERNATE NO. 1- MEADOW LAKE SEDIMEj\\T/DELTA REMOVAL $ 45,000.00 TOTAL ALTERNATE NO.2- MEADOW LAKE DREDGING $ 2o?;,75'o.oo TOTAL ALTERNATE NO.3- BACKYARD DRAINAGE IMPROVEMENTS $ J 4, r;3S.o0 TOTAL ALTERNATE NO.4- PARKING LOT RECONSTRUCTION $ /07.fa'tf,.40 . TOTAL ALTERNATE NO.5 - STREET LIGHTING $ 25,342,'0 TOTAL ALTERNATE NO.6 - PARK TRAIL RECONSTRUCTION $ 'i3c>: 0 () 0 .2. 0 000034051720BIDFORM 00410-13 BID FORM 6.01 Bidder agrees that the work will be Substantially Completed and completed and ready for Final Payment in accordance with paragraph l4.07.B of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the work within the times specified above, which shall be stated in the Agreement. 7.01 The following documents are attached to and made a condition of this Bid: A. Required Bid Security in the form of 5 percent. 8,01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. SUBMITTED on 200b If Bidder Is: An Individual Name (typed or printed): By; (SEAL) (Individual's signature) Doing business as: Business Street Address (No P.O. Box #'s): Phone No.: Fax No.: 000034051720BIDFOR.'vl 00410-14 BID FORM A Partnership A Corporation 000034051720BIDFORM Partnership Name: (SEAL) By: (Signature of general partner) Name (typed or printed): Business Street Address (No P.O. Box #'s): Phone No.: Fax No.: Corporation Name: C). \v\c: elrOY, O.A,A... LbV\'*"'\)c~ w'- '1vcc (SE:A:I:T- r\.lc Sec\..i State ofIncorporation: tv\ I VW\O so\<;'- Type (General Business, Professional, Service, Limited Liability): ^ ;;. l . I/] ....VI ,/ ~/\.V /JUu ..~~~~ (J ~ature) Qx:;,i\.[))jD \ By: Name (typed or printed): Title: (CORPORATE SEAL) Attest (Signature of Corporate Secretary) Business Street Address (No P.O. Box #'s): Phone No.: l~-~-4dS-+\(;7 Fax No.: [~,')-Lf-6{S-CS~O 00410-15 BID FORM A Joint Venture Joint Venture Name: (SEAL) By: (Signature of joint venture partner) Name (typed or printed): Title: Business address: Phone No.: Fax No.: Joint Venturer Name: (SEAL) By: (Signature) Name (typed or printed): Title: Business Street Address (No P.O. Box #'s): Phone No.: Fax No.: Phone and Fax Number, and Address for receipt of official communications: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above). E1\TD OF DOCUMENT 000034051720BIDFORM 00410-16 BID FORM . ~. Bonestroo e Rosene 'till Anderlik & . ~. Associates Engineers & Architects BIDDER: N 0\ *\<1\,\' ill ~, ~ .\:,,,,l..IA 1 !t . - - ., ~ DOCUMENT 00410 BID FORM 2006 lJ\.TfRASTRUCTURE I!vfPROVEMENTS CITY PROJECT NO. 790 FILE NO. 000034-05172-0 1\TEW HOPE, MThTNESOTA 2006 BID COpy THIS BID IS SUBMITTED TO: City of New Hope, Minnesota City Hall 4401 Xylon Avenue North New Hope, MN 55428-4898 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions ofthe Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid Security. The Bid will remain subject to acceptance for 60 days after the Bid Opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. 3.0 I In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged: Addendum No. Addendum Date B. Bidder has visited the Project Site and become familiar with and is satisfied as to the general, local, and Project Site conditions that may affect cost, progress, and performance of the work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at, or contiguous to, the Project Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at, or contiguous to, the Project Site (except Underground Facilities) which have been identified in SC-4.02, and (2) reports and drawings of Hazardous Environmental Conditions that have been identified in SC- II At:. 000034051720BIDFORM 00410-1 BID FOlUvl E. Bidder has obtained and carefully studied (or accepts the consequences for not doing so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at, or contiguous to, the Project Site which may affect cost, progress, or performance of the work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the work at the price(s) Bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Project Site that relates to the work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Project Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. 1. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the work for which this Bid is submitted. K. Bidder wiII submit written evidence of its authority to do business in the state where the Project is located not later than the date of its execution of the Agreement. 4.01 Bidder further represents that: A. The prices in this Bid have been arrived at independently, without consultation, communication, or agreement as to any matters relating to such prices with any other Bidder or with any competitor for the purpose of restricting competition. B. The prices in this Bid have not or will not be knowingly disclosed to any other Bidder or competitor prior to opening of the Bids. 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 Bid for the purpose of restricting competition. 4.02 Bidder understands that the law may require the Owner, or Engineer at the Ov.,rner's direction, to undertake an investigation and submit an evaluation concerning Bidder's responsiveness, responsibility, and qualifications before awarding a contract. Bidder hereby waives any and all claims, of whatever nature, against Owner, Engineer and their employees and agents, which arise out of or relate to such investigation and evaluation, and statements made as a result thereof, except for statements that can be shown by clear and convincing evidence to be intentionally false and made \vith actual malice. Nothing in this paragraph is intended to restrict Bidder's rights to challenge a contract pursuant to law. 000034051720BIDFOR.lI.1 00410-2 BID FORM 5.01 Bidder will complete the work in accordance with the Contract Documents for the follmving price(s): All specific cash allowances are included in the price(s) set forth below and have been computed in accordance with paragraph 11.02 of the General Conditions. Unit Prices have been computed in accordance with paragraph l1.03.B of the General Conditions Bidder aclmowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided, determined as provided in the Contract Documents. No. Total Price Item Units Qty Unit Price 10 11 000034051720BIDFORM BASE BID MOBILIZA nON 2 CLEARING 3 GRUBBING 4 REMOVE WATER MAIN 5 REMOVE SEWER PIPE (STORM) 6 REMOVE SEWER PIPE (SANITARY) 7 REMOVE CURB AND GUTTER 8 REMOVE CONCRETE CURB At\'D GUTTER, SPECIAL REMOVE SANITARY SERVICE PIPE 9 REMOVE CONCRETE WALK 12 REMOVE CONCRETE DRIVEWAY PAVEMENT REMOVE BITUMINOUS DRIVEWAY PAVEMENT REMOVE BITUMINOUS PAVEMENT 13 14 REMOVE CASTING 15 REMOVE HYDRANT 16 REMOVE MA1\THOLE OR CATCH BASIN ~,,)(",:j LUMP SUM TREE TREE LIN FT LIN FT LIN FT LIN FT LIN FT LIN FT SQFT SQYD SQYD SQYD EACH EACH EACH 00410-3 1 $ / / it ,/0(/. 00 $ /1(,. 100. 06 . I 44 $ "2..S0V" 44$ \\p-Sd 3,598 $ /e.tfrO 377 $ le.t70 40 $ /2. of-t? 12,117 $ L It 0 14,245 $ ,5, '2.~ 65 $ /tP.t() 10,767 $ Ci;i 1 ,21 0 $ 1 J ' ,S 0 870 $ 5,983 $ 2. \'('1 121$ i6D'; 8 $ 1'5lJ.00 26 $ CrPCJ. vrJ $ oJ il()t)O' 12..lcc'J $ $ ~j7/f;,ff) $ 4s 24.~t? $ 480. PO $ 2..qn9'o.k'o $ I Y'l 'llo ' '2.-S' $ (}~,pO $ $ \(PJ.3S." $ $ \"l2.q n, \'1 $ \V\~()" $ /aPt? .PO $ /S- 6~ ~tff't) ,/ BID FORM 000034051720BIDFORM 00410-4 BID FORM No. Item Units Qty Unit Price Total Price 39 8" PVC PIPE SEWER, SDR-35 UN FT 321 $ 2Z. .47 $ 72.1e . ~7 40 12" PVC PIPE SEWER, SDR-26 UN IT 217 $ 30.30 $ ~66s."o 41 12" RC PIPE SEV.iER CLASS III UN FT 806 $ 27.70 $ ZZ, sU.~ 42 15" RC PIPE SEWER CLASS III UN FT 688 $ 2&.~ $ /7', b 49. 2?8 43 18" RC PIPE SEWER CLASS III UN FT 1,239 $ "$0. 5~ $ 3~ &6~ $1- 44 CONl\TECT TO EXISTING SANITARY EACH 4$ 4t10, tX) $ /6&eJ, t70 SEWER SER 45 8"X4" PVC WYE EACH 4$ 7/.~o $ Z$t7, t'O 46 2" INSULATION SQYD 30 $ z/p. Sl) $ 6/ S. /pO 47 W A TERMAIN OFFSET EACH 1 $ /g SlJ. tf?t) $ /"3 S7?..~ 48 RECONl\TECT WATER SERVICE EACH 85 $ 4t1tC. ttO $ '31; M& ~PO 49 INSTALL HYRANT & VALVE EACH 8 $ 27 !3 f. IJZ) $ 2Z,Z48.vo / 50 ADJUST VALVE BOX EACH 37 $ l-S'o<' $ q1.-.\O" 51 CONNECT TO EXISTING WATER EACH 6 $ 7 '51) . tJO $ 4600,&D MAIN 52 ADJUST HYDRANT EACH 8 $ "5 Sf) .p,O $ Z1P t/ {') . 170 53 1" CORPORATION STOP EACH 85 $ &c ,pC $ 6PcTc. t!J>O 54 6" GATE VALVE AND BOX EACH 7$ ~U-,P-O $ b7? S. ,,0 55 1" CURB STOP & BOX EACH 85 $ -Z e/. eo $ Zs 86'S.: /.)0 / 56 8" GATE VALVE AND BOX EACH 2$ /194/ t?~ $ '(&$ e"frO 57 TEMPORARY WATER SERVICE LUMP SlJM 1 $ /5: ?!>? "bf) $ ~ 58 1" TYPE K COPPER PIPE LIN FT 2,750 $ Z,z..11 $ 59 6" W A TERMAIN DUCTILE IRON CL 52 LIN FT 3,122 $ e~.a $ ~ 77'8.32- 60 8" W A TERMAIN DUCTILE IRON CL 52 LIN FT 1,452 $ q,$Z/ $ 42 e31.~o I 00003405 I 720BlDFORM 00410-5 BID FORM No. Item Units Qty U nit Price Total Price 61 MODIFY WATERMAIN SERVICE EACH 1 $ /~~. tn) $ 1&~,tKJ . 62 DUCTILE IRON FITTINGS POUND 4,327 $ 2.3S' $ /0, j613~4!S / 4=7~ S~~ 63 INSTALL CASTING EACH 121 $ "~" $ '2-' 'f ~ or - 64 CONST. DRAINAGE STRUCTURE, 27" EACH 1 $ 9?p.t7o $ 92&> .4frO DIA CATCH BASIN 65 CONST. DRAINAGE STRUCTURE, 2' X EACH 14 $ 1'271 1M $ 17, 794-. t>'O 3' RECTANGULAR CATCH BASIN 66 CONST. DRAINAGE STRUCTURE, 4' EACH 10 $ J37~ty(l $ /5. 7SlJ.#O ~ DIA MH 67 CONST. DRAINAGE STRUCTURE, 4' EACH 13 $ /S45:170 $ 2~/ 08S:,,0 DIA CBMH 68 CONST. DRAINAGE STRUCTURE, 4.5' EACH 1 $ jcr1S-. t70 $ /975'": #t7 DIA MH 69 CONST. DRAINAGE STRUCTURE, 5' EACH 1 $ 24/1.170 $ 24t (.ri) DIA MH 70 CONST. DRAINAGE STRUCTURE, 6.5' EACH 1 $ 3 $'$.:;-; t'/O $ 6$J?~ crt) DIA MH 71 CONST. DRAINAGE STRUCTURE, 8' EACH 2 $ 69/,C),po $ DIA MH 72 CONST. DRAINAGE STRUCTURE, 7' EACH 3 $ Z&.:s;op .CO $ AND 5' DIA GRlT CHAMBER 73 CONST. DRAINAGE STRUCTURE, 8' EACH 1 $ 3's: &so.~ $ 3s ~.tf70 , / AND 6' DIA GRlT CHAMBER 74 RECONSTRUCT DRAINAGE EACH 3 $ /t7~t? t';C $ ~if).~ STRUCTURE 75 INSTALL SALVAGED SAN. MANHOLE EACH 1 $ /2'&tI. Vt? $ ~.t90 76 STANDARD SANITARY MA1\THOLE EACH 2 $ /98tJ,t?&? $ "?;9GIY.tl7O 77 CON1\TECT TO EXISTING SANITARY EACH 1 $ "7 StJ.tJO $ 7~.ro MA1\THOLE 78 CONNECT INTO EXISTING MH OR CB EACH 4$ 7~ .tnt) $ t;&tJt) ,. # 79 CONI'mCT EXISTING PIPE TO STORM EACH 42 $ 6sp. tTO $ Z~ 3co.ro STRUCTURE 80 RANDOM RlPRAP CLASS III TON 18 $ "7 s-: tW $ /30t'~ro 81 4" CONCRETE WALK SQFT 10,907 $ ,,) . L(. 0 $ ~ 1 ''; \? .~ 'Vi , U', ~ (,. 82 CONCRETE CURB & GUTTER DESIGN LIN FT 12,037 $ C1 ~~ $ l\ te S i R ' \ l, B618 000034051720BIDFORM 00410-6 BID FORM 000034051720BIDFORM 00410-7 BID FORM No. Item Units Qty U nit Price Total Price 105 INLET PROTECTION EXPOSED EACH 27 $ I OC" $ 2~7(je; ,J SUB GRADE 106 INLET PROTECTION POST EACH 37 $ .:3' 0 ,j $ /J 1./1 () U/ BITUMINOUS BASE 107 BIOROLL LIN FT 340 $ '2.,s $ IIO-S I ~ 108 INSTALL FLOTATION SILT CURTAIN LIN FT 100 $ /f.-$"O $ j I?,sO " 109 SODDING TYPE LAWN SQYD 15,306 $ 2..(.,0 $ :3q 1 q<;'". & b 110 SELECT TOPSOIL BORROW (LV) CUYD 1,707 $ O() $ 2Cj 0 JC; " TOTAL BASE BID $ ALTERNATE NO.1 - MEADOW LAKE SEDIMENT/DELTA REMOVAL: MUCK EXCA VA TION CUYD 2,000 $ 16, tJ 4 $ 1$ 42;/7C(----- $ tIZ~)71,O III 112 DEWATERING LUMP SUM TOTAL ALTERNATE NO.1 - MEADOW LAKE SEDIMENT/DELTA REMOV AL s ALTERJ'lATE NO.2 - MEADOW LAKE DREDGING: MUCK EXCA VA TION CUYD 15,000 $ $ 113 114 ROCK ST ABILIZA TION TON 125$ tli/.o $ 115 BOAT RAMP LUMP SUM 1$ ;ooot'C $ TOTAL ALTERJ'lATE NO.2- MEADOW LAKE DREDGING $ ALTERNATENO.3-BACKYARD DRAINAGE IMPROVEMENTS: CLEARING TREE 3 $ 1.:5'0 v' $ l~ro " 116 000034051720BIDFORM 00410-8 BID FORM No. Item Units Qty U nit Price Total Price 117 GRUBBING TREE 3 $ 10,5 ," $ i.JGj,( iJ h ~.t: 118 REMOVECONCRETED~WAY SQYD 56 $ /3,.fO $ 7~"r. PAVEMENT 119 SALVAGE FENCE LIN FT 40 $ ..0 $ 2co ' J 120 AGGREGATE BASE CLASS 5 TON 20 $ 2.0 ' 0 $ 40u .J 121 6" PVC PIPE DRAIN CLEAN OUT EACH 2$ ~. &TO $ ~..cJO 122 8" PVC PIPE SEViER, SDR-35 LIN FT 143 $ 19. IPS- $ eBo'1. ?' S- 123 12"X 4" PVC WYE EACH 1 $ 2-72-470 $ 2--72. PO 124 12"X8" PVC WYE EACH 1 $ "340. t/ () $ 34-0. I/O 125 8" PVC PIPE BEND 45 DEGREES, SDR- EACH 3 $ ~~. crt? $ /98.tTO 26 126 CONST. DRAINAGE STRUCTURE, 27" EACH 1 $ /t9&C.tHJ $ /~.rO DIA CATCH BASIN 127 6" CONCRETEDRNEWAY SQFT 500 $ t-{. Ii & $ 1.,:]40 ," PAVEMENT 128 INSTALL SALVAGED FENCE LIN FT 40 $ ....... t;) $ Gte -, l~ 129 SODDING TYPE LAWN SQYD 278 $ y. 1~ $ \ i ~ i. ~o 130 SELECT TOPSOIL BORROW (LV) CUYD 30 $ 1() ,) $ ',-00 ' , TOTAL ALTERNATE NO.3 - $ } 1-, 6'<fJ.. 'is-- BACKYARD DRAINAGE IMPROVEMENTS 000034051720BIDFORM 00410-9 BID FORM 000034051nOBIDFORM 00410-10 BID FORM No. Item Units Qty U nit Price Total Price 157 INLET PROTECTION EXPOSED EACH 1 $ $ 100 ,;; SUB GRADE 158 INLET PROTECTION POST EACH 2$ -310 '. $ (.-,ZD :;; BITUMINOUS BASE 159 SODDING TYPE LAWN SQYD 300 $ C/. 1.. ~,.. $ J '2 7.s " 160 SELECT TOPSOIL BORROW (LV) CUYD 192 $ /7.' ,; $ ,]2..({' ,,(i' TOTAL ALTERNATE NO.4- $ /'J-1)~. r;~ PARKING LOT RECONSTRUCTION ALTERNATE NO.6 - PARK TRAIL RECONSTRUCTION: 166 REMOVE CONCRETE CURB AND LIN FT 20 $ ", $ fOO ,. GUTTER, SPECIAL 167 REMOVE BITUMINOUS WALK 5,058 $ CJ, ,SO $ 2.S 2. c; , r{,;; SQFT 168 SALVAGE FENCE LIN FT 265 $ -5 ,t7{J $ ;,31/[' " 169 RELOCA TE BENCH EACH 3 $ 1.OCi " $ 170 COMMON EXCA V A TION CUYD 452 $ ~lf.. "2.S- $ 171 GEOTEXTILE FABRIC TYPE IV SQYD 315 $ 1 "'" $ Lhl, ,r 0 , . <)v 172 AGGREGATE BASE CLASS 5 TON 630 $ l(~ ,eLl $ t 0 (" '0 o! ' '2.0 . 000034051720BIDFORM 00410,11 BID FORM No. Item Units Qty Unit Price Total Price 173 BITUMINOUS PATCHING MIXTURE TON 1 $ \6'0 ,. $ \~O " 174 TYPE LV 4 WEARING COURSE TON 247 $ Cort.l(2- $ \ to ctC\ 7, .$"L-j MIXTURE (B) 175 TYPE LV 3 NON WEARING COURSE TON 38 $ ~ \ . \ i $ ,10 ~ '2- . ~<Z MIXTURE (B) 176 BITUNITNOUSMATE~FORTACK GALLON 152 $ '2. ,:;0 $ ,3~Q 'J COAT 177 CONCRETE CURB & GUTTER DESIGN UN FT 20 $ \ tl :2D $ 2~4 ,J SPECIAL 178 PEDESTRlAN CURB RAMP EACH 2$ Gl0'v $ 10Llo" 179 INSTALL SALVAGED FENCE LIN FT 265 $ c;,'O $ 2..120" 180 INST ALL CHAIN LJJ\TK FENCE LIN FT 265 $ \~IO $ .,:sq 1.C'" 181 SILT FENCE, TYPE HEAVY DUTY LIN FT 1 ,240 $ 3 ", $ , ' MAINTAINED 182 INLET PROTECTION EXPOSED EACH 1 $ \00 ,J $ ~OtJ 1./ SUBGRADE 183 SEEDING ACRE 0.7 $ Z{i!;o" $ 2.Cj 0 0" .' / 184 SODDING TYPE LAWN SQYD 1,065 $ ,3.70 $ ::;clYo ;:;:0 185 SELECT TOPSOIL BORROW (LV) CUYD 1 ,400 $ Il ,~ $ '2.;~eoo" TOTAL ALTERNATE NO.6 - PARK $ Q4- C?11 .q'2- TRAIL RECONSTRUCTION 000034051720BIDFORM 00410-12 BID FORM No. Item Units Qty Unit Price Total Price BID SUMMARY: TOTAL BASE BID $ ?~--9fl(J'17. / () I , TOT AL ALTERNATE NO.1 - MEADOW LAKE SEDIMENT/DELTA REMOV AL $ 7t!b,l 1lf~.'3<2. TOTAL ALTERNATE NO.2- MEADOW LAKE DREDGING $ ~ 6'"'t> I ~3Lr'?:J , TOTAL ALTERNATE NO.3- BACKYARD DRAINAGE IMPROVEMENTS $ /2) S~ 'J-. '-I f" TOTAL ALTERl\'ATE NO.4- PARKING LOT RECONSTRUCTION $ !,2.1) <tS-~ Q{'""" TOTAL ALTERNATE NO.5 - STREET LIGHTING $ 2.' Q . i).$' TOTAL ALTERNATE NO.6 - PARK TRAIL RECONSTRUCTION $ OW <{II. Cj'2... "'r 000034051720BIDFORM 00410-13 BID FORM 6.01 Bidder agrees that the work will be Substantially Completed and completed and ready for Final Payment in accordance with paragraph 14.07.B of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the work within the times specified above, which shall be stated in the Agreement. 7.01 The follo\\ring documents are attached to and made a condition of this Bid: A. Required Bid Security in the form of 5 percent. 8.01 The terms used in this Bid \\rith initial capital letters have the meanings stated in the lnstructions to Bidders, the General Conditions, and the Supplementary Conditions. SUBMITTED on .]. ,30 200,(0 , - If Bidder Is: An lndividual Name (typed or printed): By: (SEAL) (Individual's signature) Doing business as: Business Street Address (No P.O. Box #'s): Phone No.: Fax No.: 000034051720BIDFORM 00410-14 BID FORM A Partnership A Corporation 000034051720BIDFORM Partnership Name: (SEAL) By: (Signature of general partner) Name (typed or printed): Business Street Address (No P.O. Box #'s): Phone No.: Fax No.: Corporation Name: NN'i\\'iJ\~f,& '~~~\"i J.L tyri"._vu'UA ALl, (SEAL) State of Incorporation: ~ Type {Q~ofessional, Service, Limited Liability): By: L'\_^ ~ d ~/Q,V\~) CJ ~atur~ / Name (typed or printed): l ~L\ i^ Le/ Ct'! iA.,/ ,V\/~ 1.J /\. Title: ~ A~\iL . t--Cl 1.(..,. ... 11../\/... /. I '1 } v \l . . ~- ~ ~i I) ~ ~/jfJ /), llGJuJ I (CORPOR/\TE SEAL) Attest (Signature of Corporate Secretary) Business Street Address (No P.O. Box #'s): \J..~'\ ,\:'Ld( IOt'II/Vi; \) 0 - I , 0 - .- Sl .'. ~, Ii it .... . ,\,,(. ",-JUW. ~ \J A - . I - . ,.SS J 1 VI I Phone No.: q 'r'L ~1.f.S MOJ Fax No.: 0/<\''& LfLf.( ?oSlo 00410-15 BID FORM A Joint Venture Joint Venture Name: (SEAL) By: (Signature of joint venture partner) Name (typed or printed): Title: Business address: Phone No.: Fax No.: Joint Venturer Name: (SEAL) By: (Signature) Name (typed or printed): Title: Business Street Address (No P.O. Box #'s): Phone No.: Fax No.: Phone and Fax Number, and Address for receipt of official communications: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above). E1\TD OF DOCUMENT 000034051720BIDFORM 00410-16 BID FORM . ~. Bonestroo e Rosene n Anderlik & .~. Associates Engineers & Architects BIDDER: !iIt!2DIC 11/ ?J' Jj( ( r . DOCUMENT 00410 BID FORM 2006 INFRASTRUCTURE IMPROVEMENTS CITY PROJECT NO. 790 FILE NO. 000034-05172-0 NEW HOPE, MINNESOTA 2006 BID COpy THIS BID IS SUBMITTED TO: City of New Hope, Minnesota City Hall 4401 Xylon Avenue North New Hope, MN 55428-4898 3,0(6) 2 17). bS 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an . included in the Bidding Documents to perform all work as specified or indicated in the Bid"",,,, ~w~..._..._ --- ---- . \vithin the times indicated in this Bid and in accordance with the other terms and conditions ofthe Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid Security. The Bid will remain subject to acceptance for 60 days after the Bid Opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. 3.01 In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data identifie'd in the Bidding Documents, and the following Addenda, receipt of all which is hereby aclmowledged: Addendum No. Addendum Date B. Bidder has visited the Project Site and become familiar with and is satisfied as to the general, local, and Project Site conditions that may affect cost, progress, and performance of the work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at, or contiguous to, the Project Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at, or contiguous to, the Project Site (except Underground Facilities) which have been identified in SC-4.02, and (2) reports and drawings of Hazardous Environmental Conditions that have been identified in SC- A IV::' 000034051720BIDFOR.."1 00410-1 BID FORM E. Bidder has obtained and carefully studied (or accepts the consequences for not doing so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at, or contiguous to, the Project Site which may affect cost, progress, or performance of the work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the work at the price(s) Bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Project Site that relates to the work as indicated in the Bidding Documents. H. Bidder has correlated the information lmown to Bidder, information and observations obtained from visits to the Project Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. 1. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the work for which this Bid is submitted. K. Bidder wiII submit written evidence of its authority to do business in the state where the Project is located not later than the date of its execution of the Agreement. 4.01 Bidder further represents that: A. The prices in this Bid have been arrived at independently, without consultation, communication, or agreement as to any matters relating to such prices with any other Bidder or \vith any competitor for the purpose of restricting competition. B. The prices in this Bid have not or wiII not be lmowingly disclosed to any other Bidder or competitor prior to opening of the Bids. 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 Bid for the purpose of restricting competition. 4.02 Bidder understands that the law may require the Owner, or Engineer at the Owner's direction, to undertake an investigation and submit an evaluation concerning Bidder's responsiveness, responsibility, and qualifications before awarding a contract. Bidder hereby waives any and all claims, of whatever nature, against Owner, Engineer and their employees and agents, which arise out of or relate to such investigation and evaluation, and statements made as a result thereof, except for statements that can be shown by clear and convincing evidence to be intentionally false and made with actual malice. Nothing in this paragraph is intended to restrict Bidder's rights to challenge a contract pursuant to law. 000034051720BIDFOR.M 00410-2 BID FORM 5.01 Bidder will complete the work in accordance with the Contract Documents for the following price(s): All specific cash allowances are included in the price(s) set forth below and have been computed in accordance with paragraph 11.02 of the General Conditions. Unit Prices have been computed in accordance with paragraph ll.03.B of the General Conditions Bidder aclmowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided, determined as provided in the Contract Documents. No. 10 11 000034051720BIDFORM Item BASE BID MOBILIZATION 2 CLEARING 3 GRUBBING 4 REMOVE WATER MAIN 5 REMOVE SEWER PIPE (STORM) 6 REMOVE SEWER PIPE (SANIT AR Y) 7 REMOVE C1.JRB AND GUTTER 8 REMOVE CONCRETE CURB AND GUTTER, SPECIAL REMOVE SANITARY SERVICE PIPE 9 REMOVE CONCRETE WALK 12 REMOVE CONCRETE DRIVEWAY PAVEMENT REMOVE BITUMINOUS DRIVEWAY PAVEMENT REMOVE BITUMINOUS PAVEMENT 13 14 REMOVE CASTING 15 REMOVE HYDRANT 16 REMOVE MA1\THOLE OR CATCH BASIN Qty Unit Price Total Price I ~ '1~.s()O; Cff: fro :u 0 I $;/ #i (i)(): CJf 10{\2tJ '5Ju) Units LutvlP SUM TREE TREE LIN FT 3,598 $ LIN FT 377 $ LIN FT UN FT 12,117$ LIN FT 14,245 $ LIN FT SQFT 10,767 $ SQYD 1,210 $ SQYD 870 $ SQYD 5,983 $ EACH 121 $ EACH EACH 00410-3 44$ v21U . ~() /7 o. D..'V - '/<=1 .5, -. 9.3] B. f6_.A :I. SO 3.q~ .1:. .sf f) r &5) , . 3~CJ ~r ?-( d.. ;0 ~ / . qD 30 oy . ]. .5 J/ . ~D 44 $ 40 $ 65 $ 8 $ 26 $ $ / ~ ()OO. 02 $ ? '18 (). ~ $ ;2() & Jd..~ ( $ 3f"7J, tr $ 3 f;;2, 8~ $ 30, ;( r:2. ~ { $ ,rffsf? ( $ '3JB. I;C $ I~)'f{~ i)"D $ 7(,J. J. ' $ cl1l T. .s.="' $1'(..5~r, /g $ ?]&/.~J) $ .) .if;'!. ~b oD $/f3JG. ~ r BID FORM No. Total Price Item Units Qty Unit Price 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 0OO034051720BIDFORM SA WING BITUMINOUS PAVEMENT LIN FT REPLACE GATE VALVE BOLTS EACH SALVAGE STRUCTURE (SA:t\T) EACH COMMON EXCA V A nON CU YD GEOTEXTILE FABRIC TYPE IV SQ YD SELECT GRANULAR BORROW TON STREET SWEEPER (WITH PICKUP HOUR BROOM) WATER MGALLON AGGREGATE BASE CLASS 5 TON MILL BITUMINOUS SURFACE (1S') SQ YD MILL BITUMINOUS PAVEMENT SQ YD (SPECIAL) BITUMINOUS PATCHING MIXTURE TON BITUMINOUS PAVEMENT SQ YD RECLAMA nON TYPE LV 4 \VEARING COURSE TON MIXTURE (B) TYPE LV 4 WEARING COURSE TON MIXTURE (B), FOR DRIVEWAYS TYPE LV 3 NON \\'EARING COURSE TON MIXTURE (B) BITUMINOUS MA TERrAL FOR TACK GALLON COAT RECONSTRUCT RET AINING WALL SQ YD IMPROVED PIPE FOUl\TDA TION LIN FT 18" PIPE APRON EACH 4" PERF PVC PIPE DRAIN LIN FT 4" PVC PIPE SEWER LIN FT 00410-4 3,460 $ 10,177 $ 11,512 $ 7,642 $ 215 $ 11,372 $ 37,050 $ 26,690 $ 602 $ 25,689 $ 11,786 $ 221 $ 5,448 $ 4,512 $ 200 $ 980 $ 02, '7~ 1 $ 8Jlf. ~o 1 $ S'"n. ~o $ / ;1, O~ . /, ~o . / /' 0:: 13S-:~ J 3. D~ / 3, :>0 JJ~ J, .- 1.8e) 85: G>~ ;2. D3 4~ 01;- '? j, ':0 Jcr . fO /" Jf-~ rJ.if~ o. DJ o<? 1 $ / OJ;!.-- Is-. If" /1. tJ..D 30 $ 10 $ 80 $ $ '1 J If; 0..0 $ R;2'f ~ J.J( _ oe $ l;l ).,.10 I r 6g I eo $ !(;I Ie. - $ 8rv~~? $ 4o.j().~ $ .iff'! .J.9? $ /~?8J'~ I ..>"'0 $ .)'0 (II ... I 0 $ 18 () r.f-;) ~- t:r'> $ J(L/Q - . '" $ S7. 378. '" $ s333/~~ ( d> $ /~j7.r- oCl $0215/1'0 .. f c6D $ fo:3fro.- to sc/fJD. - $ c!l. 0..9 e:>D $ (of;), .c:.;. D 2;> I:l $ / I(D '1-1. . 0;:) $ IS;;o ..- BID FORM No. Item Units Qty U nit Price Total Price I 39 8" PVC PIPE SEWER, SDR-35 UN FT 321 $ J. I. 1;> $ 1'S3J.79 40 12" PVC PIPE SEWER, SDR-26 UN FT 217 $ ~.s.1!" $ r; ?.f7. If 41 12" RC PIPE SE\VER CLASS III UN FT 806 $ -3 'f. .2_0 _ ~c) $;2. '- r - 42 15" RC PIPE SEWER CLASS III UN FT 688 $ 3 'f f~ $ JJ 770:~ 7'. :2.:l. S8 43 18" RC PIPE SEWER CLASS III UN FT 1,239 $ - $ Jf'fB/6. - ;p;, t:>~ 44 CONNECT TO EXISTING SANITARY EACH 4$ 1378, $;S{;2.- SEWER SER ?? (9- .y'o .508. ~ 45 8"X4" PVC WYE EACH 4$ $ /7. q! <;;>1) 46 2" INSULATION SQYD 30 $ $ J3/, - lfc) 60 01.[ II. - clJ J 7. - 47 W A TERMAIN OFFSET EACH 1 $ $ );2(; ~ 66 48 RECON1\TECT WATER SERVICE EACH 85 $ $oZ7)(D.- 00 d'i) 49 INSTALL HYRANT & VALVE EACH 8 $ 3o.r.:c-- $ J- tr fC((J - 50 ADJUST VALVE BOX EACH 37 $ c2cJ8. D? $ 81J~.~ eo 02> 51 C01\TJ\TECT TO EXISTING WATER EACH 6 $ (Jio,- $ 7'fCf() .- MAIN ll.O 0'"' Ljrr;. 3~~3. - 52 ADJUST HYDRANT EACH 8 $ $ 53 1" CORPORATION STOP EACH 85 $ ..r! . ~! $ 7J?J.~.r r tdr~ ~ 54 6" GATE VALVE AND BOX EACH 7 $ $ (; Brf &6 GfO 55 1" CURB STOP & BOX EACH 85 $ c206. - $ J:J-;f60. ( ?t;J. ~() $ clCfPLf, 6>~ 56 8" GATE VALVE AND BOX EACH 2 $ o~ [ eX) 57 TEMPORARY WATER SERVICE LUMP SlJM 1 $ 1S;;2~3 $ / !~;: . 8.5 1{ SP 58 1" TYPE K COPPER PIPE LIN FT 2,750 $ /1, ~ $ 1.()g). ~ -- t 59 6" W A TERMAIN DUCTILE IRON CL 52 UN FT 3,122 $ J Lf. ~ $) ~/~lfJ:{~ 3 (. '3/ $ 4fsJo ~ 60 8" W A TERJ\tlAIN DUCTILE IRON CL 52 LIN FT 1,452 $ ( 000034051720BIDFORM 00410-5 BID FORM No. Total Price Item Units Qty Unit Price 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 00003405 1720BlDFORM MODIFYWATERMAIN SERVICE EACH DUCTll.,E IRON FITTINGS POUND INST ALL CASTING EACH CONST. DRAINAGE STRUCTURE, 27" EACH DIA CATCH BASIN CONST. DRAINAGE STRUCTURE, 2' X EACH 3 ' RECTANGULAR CATCH BASIN CONST. DRAINAGE STRUCTURE, 4' EACH DIA MH CONST. DRAINAGE STRUCTURE, 4' EACH DIA CBMH CONST. DRAINAGE STRUCTURE, 4.5' EACH DIA MH CONST. DRAINAGE STRUCTURE, 5' EACH DIA MH CONST. DRAINAGE STRUCTURE, 6.5' EACH DIA MH CONST. DRAINAGE STRUCTURE, 8' EACH DIA MH CONST. DRAINAGE STRUCTURE, 7' EACH AND 5' DIA GRIT CHAMBER CONST. DRAINAGE STRUCTURE, 8' EACH At\TD 6' DIA GRIT CHAMBER RECONSTRUCT DRAINAGE EACH STRUCTURE INSTALL SALVAGED SAN. MANHOLE EACH STANDARD SANITARY M.A.:NHOLE EACH CONNECT TO EXISTING SANITARY EACH MANHOLE C01\TNECT INTO EXISTING MH OR CB EACH CONl\TECT EXISTING PIPE TO STOR.M EACH STRUCTURE RA1\TDOM RIPRAP CLASS III TON 4" CONCRETE WALK SQ FT CONCRETE CURB & GUTTER DESIGN LIN FT B618 00410-6 4,327 $ 121 $ Zla r; f~r: - / t 1.!. Of) J70 ~ 1 $ //(0 ~ !f1r~o 1 $ 14 $ .,0 BID FORM No. Item Units Qty Unit Price Total Price /?{ ~=- ;if 83 CONCRETE CURB & GUTTER DESIGN LIN FT 14,245 $ $ J I f- S 5!3. - SPECIAL 7:~ If;? t.J;J. ~ 84 6" CONCRETE DRIVEWAY SQFT 10,830 $ $ /' PAVEMENT I ~ 1 ((g,- ~b 85 PEDESTRIAN CURB RAMP EACH 26 $ &&/ ' $ . . ~.J: c.~ 60 86 7" CONCRETE V ALLEY GUTTER SQYD 25 $ $ /Ifo. - 0'(;) dJ 87 TEMPORARY MAIL BOXES LUMP SUM 1 $ 13100,- $ /3 (00 .-- r { CO 8000. ~ 88 RELOCA TE LIGHT STANDARD EACH 5 $ /'(;0 .- $ f!:>l:> os:> 89 TRAFFIC CONTROL LUMP SUM 1 $ J ~ O{JO'- $ ;z.~ DOD . ~ 90 SIGN PANELS TYPE C SQFT 23 $ 3'1. o~ $ 81? 0_0 91 PAVEMENT MESSAGE (LEFT EACH 2 $ (];!. f!' $ / r;J: ~C) . ARROW) PAINT 902 ~.J / ipS; J~ r- 92 PAVEMENT MESSAGE (RIGHT EACH 2 $ $ ARROW) PAINT 13. Cpf 3)Y. b.o 93 PAVEMENT MESSAGE (THRU EACH 4$ $ ARROW) PAINT O. O~ / () Cf I. ()~ t.f 94 4" SOLID LIN'E WHITE-PAINT LIN FT 14,872 $ $ d. ;2D r.r-~~ ~o 95 24" STOP LINE WHITE PAINT LIN FT 253 $ .-- $ /r 3~ 3 /1 ~r 96 12"SOLID LINE YELLOW-PAINT LIN FT 228 $ - $ D, c? J J.)~ 97 4" BROKEN LINE WHITE-PAINT LIN FT 768 $ - $ 0, (J /f1'. ~~ .. - 98 4" DOUBLE SOLID LINE YELLOW- LIN FT 3,822 $ $ PAINT D. of () 99 4" BROKEN LINE YELLOW-PAINT LIN FT 10,613 $ .... $ (00. ... 100 ZEBRA CROSSWALK WHITE-PAINT SQFT 2,760 $ /r ;21 $ 33 '31 fO - 0'" CiO 101 LOOP DETECTOR SPECIAL EACH 9 $ I &JD .- $ / if gflJ :- { J, J-O ~ 6;2.. <2i} 102 SILT FENCE, TYPE HEAVY DUTY LIN FT 310 $ ~ $ MAINT AIl\TED ;J, (0 11([:0.0 103 SILT FENCE, TYPE MACHINE SLICED LIN FT 450 $ - $ ~ 80 104 TEMPORARY ROCK CONSTRUCTION EACH 3 $ qSo, $ O/cSfO, - ENTRANCE 000034051720BIDFORM 00410-7 BID FOR..M No. Item Units Qty Unit Price Total Price I ()"'" 105 INLET PROTECTION EXPOSED EACH 27 $ cl?.r - $ I; CfrJr~ SUB GRADE c:;2 7.r: ~o cP 106 INLET PROTECTION POST EACH 37 $ $ /0 (;Jr: ~ BITUMINOUS BASE 3. J:!. C;i) 107 BIOROLL LIN FT 340 $ $ /fcJJ.- 18. ?-~ 1&70. ~ 108 INSTALL FLOTATION SILT CURTAIN LIN FT 100 $ $ ;2.. 1,() .;:%' 109 SODDING TYPE LAWN SQYD 15,306 $ - $ Jf/J}.~ - 110 SELECT TOPSOIL BORROW (LV) CUYD 1,707 $ /{:~ $cl~f IfJg~ . =If: TOTAL BASE BID ~~ $ (:). 3rD!~ yo,lf. ALTERNATE NO.1 - MEADOW LAKE SEDIMENT/DELTA REMOVAL: ,.s- cP III MUCK EXCA V A TION CUYD 2,000 $ 31. - $ ?~. 30{) - <f? c).) 112 DEWATERING LUMP SUM 1 $ c7~f20o. $ J-C; gOU. ~ TOTAL AL TERNA TE NO.1 - $ ( O~/( 00. MEADOW LAKE SEDIMENT/DEL T A REMOVAL ALTERi"l'ATE NO.2 - MEADOW LAKE DREDGING: MUCK EXCA VA TION 114 ROCK STABILIZATION TON 0<) 15,000 $ ciS': ~O $ ,?8J.foD - 60 125 $ If 4. of> $ SJOQ - ao or,:, 1 $ S~S-OQ -$ rb~.rOO.- ( '0') $ Jf'f2Jto.- ! CUYD 113 115 BOAT RAMP LUMP SUM TOT AL ALTERNATE NO.2 - MEADOW LAKE DREDGING ALTERNATE NO.3 - BACKYARD DRAINAGE IMPROVEMENTS: CLEARING TREE C\U 3 $ ;2.SO ~ $ 8Q 1['D / 116 000034051nOBIDFORM 00410-8 BID FORM No. Item Units Qty U nit Price Total Price c:P ot> 117 GRUBBING TREE 3 $ /10. - $ S""(O 118 REMOVE CONCRETE DRIVEWAY SQYD 56 $ re, If 0 $ JS8f"~ ~ PAVEMENT /.!:p eD 119 SALVAGE FENCE LIN FT 40 $ $ {/-f6 0- - /r;,. fO c>O 120 AGGREGATE BASE CLASS 5 TON 20 $ - $ 330.- c2 J J)C JJtr eo 121 6" PVC PIPE DRAIN CLEANOUT EACH 2$ ~ . - $ 122 8" PVC PIPE SEWER, SDR-35 UN FT 143 $ ]). ?f" $ 'f b~f3. 11 tl1J: ~u c4> 123 12"X 4" PVC WYE EACH 1 $ $ d-?[ - 124 12"X8" PVC WYE EACH 1 $ 3Jr. ?U $ 3JS ~ J-~. S? ( ~1. ..(0 125 8" PVC PIPE BEND 45 DEGREES, SDR- EACH 3 $ $ 26 I RS:S~~ /8 rr 00 126 CONST. DRAINAGE STRUCTURE, 27" EACH 1 $ $ J's,- DIA CATCH BASIN ~ ~() ;:,t> 127 6" CONCRETE DRIVEWAY SQFT 500 $ S rJ,jOo ' PAVEMENT !'f.~ oS:? 128 INSTALL SALVAGED FENCE LIN FT 40 $ $ ~9o. 129 SODDING TYPE LAWN SQYD 278 S T. ~o $ I ;202] J.iJ DIV cHl rl- () ( GOo ..... ~ 130 SELECT TOPSOIL BORROW (LV) CUYD 30 $ S - TOTAL ALTERNATE NO.3- $ /~'1~1 ~ BACKYARD DRAINAGE I IMPROVEMENTS ALTERNATE NO.4 - PARKING LOT RECONSTRUCTION: 0,.-0=> cP 131 CLEARING TREE 1$02 J ~ $ JS-F-- ~ / 1 J: ~D 132 GRUBBING TREE 1 $ [~~ - $ I ~~ if. ob b6' - 133 REMOVE CURB Al<.TD GUTTER LIN FT 150 $ <"" $ O. 3 . ~J ISO? ~-o ,.- 134 REMOVE CONCRETE PARKING LIN FT 450 $ $ STOPS 000034051720BIDFORM 00410-9 BID FORM 000034051720BIDFOR.M 00410-10 BID FORM No. Item Units Qt), U nit Price Total Price 157 INLET PROTECTION EXPOSED EACH 1 $ ;2 7$; 06 $ .J 75,'06 SUB GRADE 158 I1\TLET PROTECTION POST EACH 2$ ~ 75, 06 $ S5-D ,DO BITUMINOUS BASE 159 SODDING TYPE LA VYN SQYD 300 $ ii/I D $ /3;)0,06 160 SELECT TOPSOIL BORROW (LV) CUYD 192 $ /7, SJ5' $ ::"":54;)7, ;;;'0 TOTAL ALTERNATE NO.4- $ /3;),,3t:,Q,/O PARKING LOT RECONSTRUCTION , ALTERNATE NO.5 - STREET LIGHTING: 161 LIGHTING UNIT ORF & POLE EACH 8 $ ;Cj'ff5', 00 $ IS' 88b, 00 162 LIGHT BASE EACH 8 $ ,'5:) 5, DD $ at, 163 #12 CO!\1J)UCTOR LIN FT 915 $ '0 ; 9,4) $ 164 20 AMP CIRCUIT BREAKER EACH 2 $ /96,0{) $ 39;2,60 165 1.5" PVC CONDUIT LIN FT 305 $ ::'s,/O $ 9ij5~ 5"0 TOTAL ALTERNATE NO.5 - STREET $ ;;2:);J Y(;-'lS- LIGHTING , 000034051720BlDFORM 00410-11 BID FORM 000034051720BIDFORM 00410-12 BID FORM No. Total Price Item Qty Unit Price 000034051720BIDFORM Units BID SUMMARY: TOTAL BASE BID TOTAL ALTERNATE NO.l- MEADOW LAKE SEDIMENTIDELTA REMOVAL TOTAL ALTERNATE NO.2- MEADOW LAKE DREDGING TOTAL ALTERNATE NO.3- BACKYARD DRAINAGE IMPROVEMENTS TOTAL ALTERJ.~ATE NO.4- PARKING LOT RECONSTRUCTION TOTAL ALTERNATE NO.5 - STREET LIGHTING TOTAL ALTERNATE NO.6 - PARK TRAIL RECONSTRUCTION 00410-13 ,.r 3 Ot 8 8(6r- ( ( $~,$b8: 8"0, b(~ $ lob/DO, 00 $ o/q 7,.5-00,{)O I $ j<Y1 969,0-5- $ /3:2).3 t:, 0, /6 $ ,;J;), ,::.-J 8 b ,75- I $ Sb,5J7, $3 I BID FORM 6.01 Bidder agrees that the work will be Substantially Completed and completed and ready for Final Payment in accordance with paragraph 14.07.B of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event offailure to complete the work within the times specified above, which shall be stated in the Agreement. 7.01 The following documents are attached to and made a condition ofthis Bid: A. Required Bid Security in the form of 5 percent. 8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. SUBMITTED on 3..30 ,20.Qb If Bidder Is: An Individual Name (typed or printed): By: (SEAL) (Individual's signature) Doing business as: Business Street Address (No P.O. Box HIS): Phone No.: Fax No.: 000034051720BIDFORM 00410-14 BID FORM A Partnership A Corporation 00003405 1 720BIDFORM Partnership Name: By: (Signature of general partner) Name (typed or printed): Business Street Address (No P.O. Box #'s): Phone No.: Fax No.: l4tf:.otclt/GJ lNc State ofIncorporation: $1 t"YN C:::::Sc> 7A Type (Geneml Bu,in"" Pcof",ion,], Somee, Umited Li,bi]ity), ~# vJ II \( il6'ld Y . / I I By: ~- ~(QJl~9 (Signature) Corporation Name: (SEAL) Name (typed or printed): ~;.J f} c...~ ~ ~k\\ , Title: \j Ie F. YJ2.fS J Oc:!:/..;J Attest (CORPORA TE SEAL) D;z. Business Street Address (No P.O. Box#'s): IfCfC~ tfJU (rc:A-1r\ f?or;EZZ/ $N ..rSJ)<;C Phone No.: YJ-8.. $86-' Fax No.: .L;Lc?#..BB(8 00410-15 BID FORM COUNCIL Request for Action Originating Department Approved for Agenda Agenda Section Public Works April 24, 2006 Consent Item No. By: Guy Johnson By: 6.5 Resolution approving joint powers agreement between the city of New Hope and the city of Brooklyn Park for the resurfacing of 62nd Avenue North (New Hope improvement project no. 790) Requested Action Staff requests approval of a resolution approving a joint powers agreement between the city of New Hope and the city of Brooklyn Park for the resurfacing of 62nd A venue and associated utility improvements. Policy/Past Practice Because of economics and efficiencies, the city of New Hope has participated with neighboring cities on street infrastructure projects, with regards to boundary streets, for many years. Background The attached agreement sets forth the obligations of the city of Brooklyn Park and the city of New Hope in undertaking the project in the area of 62nd Avenue. The proposed improvements on 62nd Avenue North are from TH 169 to Boone A venue, and Wirmetka A venue to Louisiana A venue. The agreement establishes that the city of New Hope is the lead agency and is responsible for biddir1g the project and managing the construction. Besides the resurfacing of the street, the project will also include curb and sidewalk replacement wherever necessary, and storm water infrastructure improvements wherever necessary. Motion by /1., ,~-j1/)lLl) Li/V Second by To: !Y Ole -~5. I: \ RF A \ PUBWORKS \ 2006 \ 790 Brooklyn Park Agreernent.doc Request for action April 24, 2006 Page 2 Funding The city of New Hope staff estimate the total cost of the propose work on 62nd Avenue to be $310,755.02. The breakdown of the estimated cost is $159,066.66 for the city of New Hope and $151,688.36 for the city of Brooklyn Park. Final costs will be apportioned in accordance with the engineer's cost estimate. Funding would be from the city's street infrastructure fund, the city's storm water fund, and state aid funds. The city of New Hope would be reimbursed by the city of Brooklyn Park for their portion of the improvements along 62nd A venue. Attachments Copies of the resolution and the agreement are attached. I: \ RF A \ PUBWORKS \ 2006 \ 790 Brooklyn Park Agreement.doc City of New Hope Resolution No. 06 - 63 Resolution approving joint powers agreement between the city of New Hope and the city of Brooklyn Park for the resurfacing of 62nd Avenue North (New Hope improvement project 790) WHEREAS, the city of New Hope and the city of Brooklyn Park have been negotiating to bring about improvements on 62nd Avenue North betvveen TH 169 and Boone Avenue North, 3.....nd between Winnetka Avenue North and Louisiana A venue North; and, WHEREAS, said improvements consist of mill/overlay or reclamation of existing bituminous roadway, concrete curb and gutter, and storm water; and, WHEREAS, the city of New Hope, through its consultant Bonestroo, Rosene, Anderlik & Associates, has prepared plans and specifications for the improvements to be completed; and, WHEREAS, a joint powers agreement has been prepared between the city of New Hope and the city of Brooklyn Park setting forth the scope of work for the improvements, and the terms and conditions for sharing project costs. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF NEW HOPE, MINNESOTA: 1. That the above recitals are incorporated herein by reference. 2. That the joint powers agreement between the city of New Hope and the city of Brooklyn Park for Ne\v Hope Project No. 790 is approved. 3. The Mayor and city manager (the "Officers") are authorized and directed to sign the same on behalf of the city when the following condition is met: Substantial conformance of the joint powers agreement to the form of agreement presented to the council as of this date, with such additions and/or modifications as the Officers mav deem .- necessary or desirable as evidenced by their execution thereof. Adopted by the City Council of the city of New Hope, Hennepin County, Minnesota this 24th day of April, 2006. oJ) .~ /;~-~/ Attest: /] / ?' '/JuDU ,./ . City Clerk ~fM~ May P: \ Attorney \ Crnk \ Oients \ CNH \ 99-67905 \003~Re5olution Approving Joint Powers Agreement.doc 62ND AVENUE NORTH STREET RESURFACING JOINT POWERS AGREEMENT THIS AGREEMENT ("Agreement") is made and entered into this,;{t/ day of April, 2006, by and between the City of New Hope, a municipal corporation under the laws of the State of Minnesota (hereinafter "New Hope"), and the City of Brooklyn Park, a municipal corporation under the laws of the State of Minnesota (hereinafter "Brooklyn Park"), collectively referred to as the "Cities" and individually as a "City". WITNESSETH: WHEREAS, the Cities have been negotiating to bring about the improvement of 62nd Avenue North, a border street between Brooklyn Park and New Hope, in the street areas lying between Wilmetka Avenue North and Louisiana Avenue North and also in the street areas lying between State Trurlk Highway 169 and Boone Avenue North (hereinafter "Border Street") as shown on the plans for New Hope Project No. 790, which improvement contemplates and includes street improvements and related work; and WHEREAS, the Border Street portion of New Hope Project No. 790 lies within the corporate limits of the Cities of New Hope and Brooklyn Park; and \YHEREAS, New Hope has prepared plans and specifications for the construction of said project; and \YHEREAS, New Hope has prepared a cost estimate for said project which estimate shows the total project cost to be Two Million Nine Hundred Ninety-Six Thousand Twenty-Two and 41/100 Dollars ($2,996,022.41). As detailed in Exhibit A attached hereto and made a part hereof, Ne\v Hope's project cost estimate includes One Hundred Fifty One Thousand Six Hundred Eighty Eight and 36/100 Dollars ($151,688.36) in bid costs for the Border Street areas of the project lying in Brooklyn Park; and WHEREAS, Brooklyn Park has indicated its willingness to approve New Hope's plans and specifications for New Hope Project No. 790 and has further indicated its willingness to participate in the total project costs; and WHEREAS, it is contemplated that said the aforementioned project will be carried out by the Cities under the provisions of Minl1. Stat. ~ 471.59. NO\V, THEREFORE, IT IS HEREBY AGREED: 1. New Hope has advertised for bids for New Hope Project No. 790, has received and opened bids pursuant to said advertisement and has entered into or will enter into one or more contracts with the successful bidder(s) at the unit prices specified in the bides) of such bidder(s), all according to the procedures set forth in Miru1. Stat. Chapter 429. The contract(s) will include the plans and specifications prepared by New Hope and/or its agents for New Hope Project No. 790, which plans and specifications, as the same may be amended from time to time, are by this reference made a part of this Agreement. II. New Hope will administer all aspects of New Hope Project No. 790 and will inspect all completed work. The City Engineer of Brooklyn Park shall cooperate with the New Hope Engineer and the New Hope Engineer's staff upon request, to the extent necessary, to aid in administration of New Hope Project No. 790 but will have no responsibility for the supervision of any of the work contemplated by this Agreement. 2 III. The Cities agree that New Hope may, within the general scope of the original plans for New Hope Project No. 790, make changes in the plan specifications or in the character of the intended improvements. Said changes may include changes which alter the proportionate cost sharing originally envisioned by New Hope and Brooklyn Park, provided that such changes are reasonably necessary to cause work for New Hope Project No. 790 to be in all things performed and contemplated in a satisfactory manner. It is further agreed by the Cities that New Hope may carry out the changes authorized by this paragraph by entering into change orders or supplemental agreements with New Hope's contractor(s) for the performance of any additional project work, including but not limited to contracts for new construction or for construction occasioned by any necessary, advantageous or desirable changes in the original project plans. IV. Brooklyn Park agrees to grant temporary construction easements to New Hope over those lands owned by Brooklyn Park that are a part of the required right-of-way for the construction contemplated by this Agreement. Said easements shall be granted at no cost to New Hope. v. Brooklyn Park shall reimburse New Hope for Brooklyn Park's share of the total project costs for work related to the Border Street, and the total final project costs for calculating said portion of New Hope Project No. 790 shall be under the tenns and provisions defined in the New Hope Engineer's initial project cost estimate and as further set forth in Exhibit A of this Agreement. 3 VI. Project costs to be apportioned between the Cities pursuant to this Agreement shall include a fee of 17% of the total of all costs for construction, said fee to compensate New Hope for a portion of its legal, engineering, and administrative costs relating to New Hope Project No. 790. It is further agreed that the New Hope Engineer's estimate set forth as Exhibit A of this Agreement is an estimate of only the construction costs for the work contemplated by this Agreement and that the unit prices set forth in the contract with the successful bidder(s) and the final quantities as measured by the New Hope Engineer shall govern in computing the total final contract construction cost and the related apportionment contemplated by this Agreement. VII. Within sixty (60) days after the latter of an award by New Hope to the successful bidder(s) or approval of this Agreement, Brooklyn Park shall deposit with the New Hope Director of Finance ninety percent (90%) of Brooklyn Park's estimated share of the construction costs for the construction contemplated by this Agreement. Said estimated share shall be based on actual contract unit prices for estimated quantities shown on New Hope's plans for New Hope Project No. 790. The remaining ten percent (10%) is to be paid to New Hope upon the completion of the project and submittal to Brooklyn Park of a copy of the New Hope Engineer's final cost report for the project, which report shall show each City's final shares of construction, engineering and other project costs. Upon payment by New Hope of the final amount due to the successful bidder(s), any amount remaining as a balance between the amount deposited and the final share of project costs for Brooklyn Park will be returned to Brooklyn Park. Likewise any amount due New Hope by 4 Brooklyn Park after payment by New Hope of the final amount due to the successful bidder(s) shall then be paid by Brooklyn Park as its final payment for the construction cost of the project. VIII. In the event, after consultation with and approval by the Brooklyn Park Engineering staff, the New Hope Engineer and/or the Engineer's staff determine the need to amend any project contract with a supplemental agreement or with a change order which results in an increase in that contract amount, Brooklyn Park hereby agrees to remit, within thirty (30) days of notification by New Hope of any such change, an amount equal to ninety percent (90%) of the estimated Brooklyn Park share as documented in the supplemental agreement or change order. The remaining ten percent (10%) of Brooklyn Park's share is to be paid to New Hope upon the completion of New Hope Project No. 790 and submittal to Brooklyn Park of a copy of the New Hope Engineer's final report for the project showing each City's final shares of construction, engineering and other project costs. IX. Record drawings shall be provided by New Hope to Brooklyn Park within 90 days of New Hope's final payn1ent to the contractor(s) retained to complete work for New Hope Project No. 790. All records kept by a City with respect to this Agreement shall, except to the extent protected by attomey client privilege, be subject to examination upon request by the representatives of the other City. X. It is agreed that each City shall, its own expense, remove and replace all of its respectively owned signs that are within the construction limits of New Hope Project No. 790. 5 Removal and replacement operations shall be coordinated with the project constIllction activities through the New Hope Project Engineer. XI. If detouring of traffic is necessary during the construction contemplated by this Agreement, the detour routes shall be mutually agreed upon by the Cities. All guide signs, regulatory signs and pavement markings shall be furnished, installed and maintained by New Hope's contractor( s) as part of the construction contract( s) managed by New Hope. New Hope will not be responsible for any damage caused by increased traffic generated on any municipal streets as a result of the construction contemplated by this Agreement. XII. It is further agreed that each party to this Agreement shall not be responsible or liable to each other or to any other person whomsoever for any claims, damages, actions or causes of actions of any kind or character arising out of or by reason of the perforn1ance of any work or part thereof by the other as provided herein; and each party further agrees to defend at is sole cost and expense any action or proceeding commenced for the purpose of asserting any claims of whatsoever character arising in connection with or by virtue of performance of its own work as provided herein. XIII. It is further agreed that any and all employees of each City and all other persons engaged by that City in the perfon11ance of any work or services required or provided as contemplated by this Agreement shall not be considered employees of the other City, and that any and all claims that mayor might arise under the Worker's Compensation Act or the Unemployment Compensation Act of the State of Minnesota on behalf of said employees while so engaged and 6 any and all claims made by any third parties as a consequence of any act or omission on the part of said employees while so engaged on any of the work or services provided as contemplated by this Agreement shall in no way be the obligation or responsibility of the other City. XIV. The provisions of Minn. Stat. S 181.59 and of any applicable local ordinance relating to civil rights and discrimination shall be considered a part of this Agreement as though fully set forth herein. IN TESTIMONY WHEREOF, the parties hereto have caused this Agreement to be executed by their respective duly authorized officers as of the day and year first above written. 7 CITY OF NEW HOPE By 111 t./J&tJrrl1~ tiitm ~ Sr. I:?2:;l' YDaniel J. Do' a ue Its: Manager By: P:\.A..uomey\Cmk\C1ients\CNH\99~67905\OOl-Joint PO\'\'crs Agt~D3.doc CITY O~OOKLYN PARK By: l, - Steve Lampi -,----"~..------- It~:/M.. aY..or ..../_~.... :// . (/// ///~:::~ /" By: '\ /'~.-r/6__'---<E?--'!4'~' DoJl@i$ Reecrer I~ Manager 8 EXHIBIT ,; :8 :I A .J1j Bonestroo -=- Rosene "!f;1IAnderlik& 1\11 AsSOCIates ~1&Nl:hlt~U Memo Project Name: 2006 Infrastructure Improvements. City Project NO.790 Client: New Hope To: Guy Johnson File No: 000034-05172-0 From: Jason Quisberg Re: Brooklyn Park Cost Sharing for work on 62nd Avenue Date: April 3, 2006 Cost sharing responsibilities between New Hope and Brooklyn Park for work proposed on 620d Avenue have been discussed as follows: Sanitary and Water: 100% of the cost for improvements will be the responsibility of the respective utility owner. For this project, all work relating to sanitary sewer and water main is on Brooklyn Park owned utilities. Storm Sewer: No pipe work is proposed as part of this project. The removal and installation of new structures are proposed in numerous locations. For structures that service the north side (Brooklyn Park) of 62nd Avenue exclusively, costs will be 100% the responsibility of Brooklyn Park. For structures that service the south side (New Hope) of 62nd Avenue exclusively, costs will be 100% the responsibility of New Hope. For structures that convey water from both sides of the street, costs will be split 50/50 between New Hope and Brooklyn Park. Curb Replacement: Costs for spot replacement of curb and gutter will be directed to the City responsible for the respective side of the street. Le. Curb on the north will be directed to Brooklyn Park and curb on the south will be the responsibility of New Hope. Sidewalk Replacement: All proposed sidewalk construction is located on the south side of 62"0 Avenue. Therefore, all costs will be 100% the responsibility of New Hope, Street Improvements: Costs for reclamation, milling, paving, and other work associated with street improvements will be split 50/50 between New Hope and Brooklyn Park. The following table shows a summary of the estimated costs for proposed 62nd Avenue improvements: West of Boone, Street West of Boone, Storm East of Winnetka, Street East of Winnetka, Storm Total Construction Costs New Hope $47,749.60 $3,675,00 $95,067.06 $12,575.00 $159,066.66 Brooklyn Park $38,831.60 $9,325.00 $87,256.76 $16,275.00 $151,688.36 These estimates are based on estimated quantities at the Bid Unit Prices as provided by the apparent low Bidder, C.S. McCrossan Inc. See the attached spreadsheet for more detail of the cost estimate. Bonestroo, Rosene, Anderlik and Associates, Inc. www.bonestroo.com o S'.PJuIOffict.: 2~JS west r4'l..-ay :15 St FazI~ U:N:Sit13 Pt.cr:e:65f-6J~5JO F~:E51~3.5-1J11 o Uibituk... Office 1Z~7S N. Corp:rat2 Parn.'ay, S~ 200 J..leq1,,',::;{'I.V.1S}:t91 Pncne.: 252.S4,J.9:U2 Fd.t:2SN"I-49Ql Q Rotr..net Offiu: 112T"'S:ree1NE Rocneslet', MS 55-SO'S ?:-.cne:501.2B2:'21t.~ Fax::S07.2!2.31CO o St. ClolJd Offict: 3121 ZJ~ Steel S S:..Co'Jd.IJ.N$S3n1 Fi;c.,!!;JZo..Z51-4SS3 Fax:3~251-6252 Qlihrty1lilitOfficI: lt5DWestWI"lCt.es.:erR:.~ 1~ G..:l'~e.P_60CJO Phone: eU-S4.5-61H F;u:e41.S43-6111 COUNCIL Request for Action Originating Department Approved for Agenda Agenda Section Guy Johnson October 23, 2006 Development and Planning Item No. Public Works By: 8.2 '~/ Resolution awarding contract for the construction of a rain garden in the 2006 street infrastructure improvement project area (Project No. 790) Requested Action Staff requests the Cow1cil considers the approval of a resolution awarding a contract to the low and responsible bidder, Environmental Associates me., in the amount of $6,361 for the construction of a rain garden in the Meadow Lake area of the 2006 street infrastructure improvement project. Construction of the project would be contingent on receiving the necessary easements from two property mvners. Policy/Past Practice The proposed rain garden would be the first one constructed by the city, in the community. Background The 2006 infrastructure project includes improvements to streets and utilities in the northwest part of the city. The project involved street and utility infrastruchue work, park improvements, and Meadow Lake improvements. The street work, depending upon the street's current condition, included reconstruction, reclamation, or mill and overlays. The utility improvements entailed some water main and sanitary sewer replacement, and storm water improvements. At the time that the 2006 infrastructure project was awarded, staff recommended that the park, and Meadow Lake improvements be bid as separate line items in the bid package. Alternate 1, the draining of Meadow Lake and removal of silt material and debris in front of the outlet structure and the five inlet structures, and the three park improvement alternates were awarded with the base bid for the 2006 infrastructure project. Motion by Second by To: /' . O~Yi 'Iv ;ZOo 7 I:\RFA \ PUBWORKS\2006 \790 Award Contract Rain Garden.doc Request for Action October 23, 2006 Page 2 Because of environmental concerns, the city received recommendations from the Shingle Creek Watershed Commission consultants and requests from the Meadow Lake residents to implement the use of rain gardens for additional water quality improvement. During discussions with the residents at the project's public hearing on February 13, 2006, the city agreed to investigate the feasibility of installing rain gardens. Rain gardens are typically constructed behind the street curb and receive storm water rW10ff directly from the street. As tl1e storm water flows into the garden, it filters through a fiber blanket; the plants' root system in the top soil; a couple of feet of granular material; a geotextile fabric; and infiltrates the surrounding sub- soils. With the city's heavy soils, the rain garden's design would also contain a drain tile system under the garden. If the storm water runoff would not infiltrate the sub-soils fast enough during some rain events, the water would collect in the drain tile system and flow to an overflow structure. Staff has met with tl1e residents of 8420 and 8424 Meadow Lake Road East; the two neighboring properties where the rain garden would be located. Both have indicated their interest in the construction of the rain garden at their site and one has offered to help in the maintenance of the plantings. Because staff is w1sure of the effectiveness of rain gardens in the city's heavy soils, staff has suggested to the residents and is recommending the Council consider constructing only one rain garden at this time. Over the next five to seven years, staff can review the effectiveness of the rain garden verses major maintenance expenses. Funding Bids were received from three firms, with the low bidder being Environmental Associates Inc., in the amount of $6,361. This figure is only for the construction of the rain garden and does not include the installation of the plantings, The plants would be installed in the rain garden area next spring. Total estimated cost for the completed garden would be $11,000 to $12,000. Funding for the project would be from the city's storm water fw1d. Attachments The engineer's memorandum, copy of the bid, and the resolution awarding the contract are attached. I:\RFA \PUBWORKS\2006\790 Award Contract Rain Garden.doc .J ~ ~ Bonestroo ..'W 1~ Rosene t~ 1Oc'5l ~Nl Anderfik & ~ t Associates Engineers & Architects 2335 West Highway 36 . St. Paul, MN 55113 Office: 651-636-4600 · Fax: 651-636-1311 www.bonestroo.com October I 7, 2006 Honorable Mayor and City Council City of New Hope 4401 Xylon Avenue N New Hope, MN 55428-4898 Re: 2006 Infrastructure Improvements Project, City Project #790 Bonestroo File No. 000034-05172-0 Quotes to construct a Rain Garden Honorable Mayor and City Council: The construction of a rain garden in the street reconstruction area of the project has been discussed_ Specifically, the garden would be located in front of the homes located at 8420 and 8424 Meadow Lake Road East. See the enclosed plan sheet for more detail regarding the rain garden. Quotes were solicited from several contractors; three were received. The following summarizes the results of the quotes received: Low #2 #3 COlltractor Environmental Associates Inc. C.S. McCrossan Construction, Inc. Astech Surface Technologies Bid AmoIlllt $6,361_00 $7,397.00 $7,607.50 The low bidder on the project was Environmental Associates Inc. with a Quote of$6,361_00. Should Council decide to proceed with the construction of the rain garden as it has been proposed, the work could be contracted through Environmental Associates Inc. (EAI) for $6,361.00. EAI was recommended by a neighboring City that was satisfied with their work on a similar project If you have any questions regarding the quotes or the work involved, please contact me at (651) 604-4938. Yoms very truly, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC ~~ .Jason Quisberg Enclosures Bones/roo recently merged with DSU, bringing logether some of the besl regional talents in engineering, architecture, planning, landscape architecture, and urban design Our combined team now provides integrated services in one organization . St. Paul, St. Clou~-,__~ochester, MN · Milwaukee, WI . Chicago, IL Affirmative Action/Equal Opportunity Employer and Employee Owned a~ -=- AnderIik & U Associates EJlglno=s '" An:hit= RAIN GARDl!:N QUOTE 2006 INFRASTRU(.TURE [MPROVElvlliNTS CITY PROJECT NO. 790 FILE NO. 000034-Q5172-0 NEW HOPE, MINNESOTA SEPTEMBER 2006 No. Hem Unit~ Qty. Unit Poet! Total Price RAIN GARDEN 842018424 MEAl)OW I,AK(!: RD E /~SC/.P COMMON RXCA V A TION (EV) CY 50 $ t2S~ $ 2 GEOTEXTILE FABRIC TYPE I SY 75 $ 2/X) $ tAAS~ 3 6" PVC DRAIN TIl.E J..F 22 $ ~Dte. $ i?0 If!? 4 CONNECT DRAIN TILE TO STRUCfURE Ell. 2 $~"E. $ f*;ocO - MACHJNE CORI:: 3Dg}E f) /to ~ 5 SELeCT GRANULAR BORROW TN 70 $ $ ~-- 6 PRl:::MIUM TOPSOJ L BORROW (L V) Cy 9 $ 6.s'f? $ ?b5~ 7 100% COCONUT FrBER BLANKET SY 75 $ 7tE- $ 5d5~ 8 CLASS I RANDOM RlPRAP CY 2 $ qSi!:. '$ ICfb. ~ --- TOTAL - RAIN GARDEN $ _(z2./eL.~ NOTE;.:): Dr:lin tile costs shall include fabric required. free draining aggregate. any tittings required to connect to pipe. <md all other materials and labor to l,:(mSll'ucl the undt::rdrein system ~ shown On dr~wiTJgs. Premium topsoil borrow shall be suitable for use as a plant growing medium in a plant bed, Rip rap co:;ls shall include required fubric and 6" ofaggregatc bedding. Seeding. and plantings will bc completed at a later date and are not part of the work included. here. ~~~I ' A .------. Signature SMec.J~ ~ /4(, Organization q-().q~(.X;,. Date "~~:'l'.)).\ .,)5: -:: (, ENVIRONMENTAL ASSOCIATES INC. 770 NORTH BUSINESS HIGHWAY 11 SUITE 7 WllLMAR, MINNESOTA 56201 RAIN GARDCN QUarE >-;:~-; //' .:..::'~.,- //~';.~ / --., ,//' -- ----.----,--_. \, .~"-.\--- 5820 ./ ~ .: .. 8424 .:' y;-,..--- 8505 ., " 8501 .. "~..- : 8425 ! I :z r I i j ; , I Q) ,; I I :> ;"1 i .-11,;11 :~'i--3-m II lilil i 8429 .-"'...""'.....j;"-<'-,.,.? ... -x,.~~~'" ...,~._............. o 50! ......-- Scole In feel: 100 , 5752 // ;: j.' .I .~'.,/ i: ! .' 5801 INSET RESTORA TION '--..' ,/ ~.~ ----_._---~-:.:::-,-, ..--. -'-1 MA TCH UN; C "'-..l -------..... ------ -----. -------~-.,-- -- " ---- "-~-- .-----. CURB CUT (Existing) .-----. ------- ----... .------- o 5 ~- Scale in feet 10 , INSET GRADING .-- ~ , ~ .. _'_'. / Ex. STORM SEWER ~ ----.--....::-~--_/ . --. , ~ ..---------~~./ /:..:---....-...--_. Ij'-'\ -r--L -99-7-:-f}_ .-----..i ./ / -1-~-!Hit::L~ - - -!-'- ---...--- : / / ~~ ! - - ------ , ~ __ ---::::: __;'.1\ __ -- _ ~_ // / // -~Gl--::t.-- -~ ------~---:: . ./ / /~:1/ /7=-~~-8o" -- ____ -:--"-~ I;; /, ,.. / / / 80tt --~-e.__-- --.?'~ -l-+-~EL ' / / / / / l.. Om -- -- - _ I 1;'- // ~ --"'::-..:::--- ---:-:.... ---- \ // / - --:::::- - 897--<"1 I I :(. (. -- -- . 7 II I I ----...-... \ I I; --..-...--..__.. I I I: ::::::---- I ; -"'--...__ I I! . \ ' __ I; --J I: -- =--:--J '-' '<" ~\ .----- ..--- .--- OVER'rtew_STRUCTURE RIM ELEV 9'0&-3___ (E xis tin 9 )-------____ <; $cole in feet RAIN GARDEN NOTES: 1. SURFACE AREA AT HWL = 430 SF 2. VOLUME AT HWL =; 642 CF 3. ELEVATION AT CURB CUT ~900.5 4. OVERFLOW ELEVATION = 900.3 NOTES: 1. Heavy equipment and traffic shall be restricted from troveling over the infiltration trenches to minimize compacting of the soil. 2. Rain Garden shall not receive runoff until the entire drainage area contributing to the rain garden has been stabilized. 3, Select granular borrow conforms to MnDOT Spec.3149.2.b 4. Premium topsoil borrow conforms to MnDOT Spec. 3877.2.C ~I :..J: Varies 100% coconUj Fiber Blanket 4:1 ~::;;;! Geot"tj fabric (typ.) Fabric, Type 1 Desian Grade Elev 900.0 900.3 4" Premium Topsoil Barrow Layer \ 4: i 6" Flat Area Varies .c .,':;, 0' 21 Ex. Grade : 897,7 24" Select Granular Borrow 6" Drain Tile Connect To Concrete Pipe on South Side of Overflow Structure ~ Overflow Structure (Existing) STANDARD DETAILS X-SECTION THRU RAIN GARDEN COUNCIL Request for Action Originating Department Approved for Agenda Agenda Section Public Works BYiM November 13, 2006 Consent Item No. By: Guy Johnson 6.4 Resolution approving change order no. 1 for the 2006 infrastructure improvement (improvement project 790) Requested Action Staff is recommending that the Council approve change order no. 1 to the contract with C. S. McCrossan Inc. for the 2006 infrastructure improvement project, in the amount of $22,920. Background The original contract was $2,996,022.41 for the 2006 infrastructure improvement project. The Council awarded the contract last April. The contractor has requested a change order to cover the cost to convert three in-line grit chambers to three off-line grit chambers. Because of environmental concerns for Meadow Lake, the city received recommendations from the Shingle Creek Watershed Commission consultants and requests from the Meadow Lake residents to amend the original plans and specifications and install off-line grit chambers, wherever possible, instead of the in-line grit chambers. The original specifications called for one off-line grit chamber at Meadow Lake Park and three in-line grit chambers on the street boulevard where the three inlet pipes to Meadow Lake are located. The city agreed to change out the in-line grit chambers with off-line grit chambers if there was room in the city right- of-way or, if easements were necessary, they could be obtained from adjacent property owners. At all three sites the off-line grit chambers were able to be constructed. Off-line grit chambers are more efficient than in- line grit chambers at retaining the collected sediments during larger rain events with heavy storm water flows. The additional costs are required for the necessary additional vvork, and additional structures and pipes. Motion by 1ltl[t~ Second by Uda/' . / . .. .. !. !~ To: I: \RFA \ PUBWORKS \ 2006 \ 7902006 Infrastructure Change Order.doc Request for Action November 13, 2006 Page 2 Funding Recommended funding would be from the city's storm water and street infrastructure funds. Attachments The engineer's recommendation, the change order, the resolution, and a sketch of an off-line grit chamber system are attached. I: \ RF A \ PUB\VORKS \ 2006 \ 7902006 Infrastructure Change Order.doc CITY OF NEW HOPE RESOLUTION NO. 06- 161 Resolution approving change order no. 1 for the 2006 infrastructure improvement project (project no. 790) WHEREAS, the city has entered into a contract with C. S. McCrossan Inc. for the construction of the 2006 infrastructure project; and, WHEREAS, during the course of discussions with the Shingle Creek Watershed Management Commission and residents of the Meadow Lake area, modifications to the approved plans and specifications were made to improve the water quality of the storm water runoff into Meadow Lake; and, WHEREAS, to expedite the project, in-line grit chambers were constructed as off-line grit chamber systems to address and improve the Meadow Lake water quality issues; and, WHEREAS, the city has received a cost proposal from C. S. McCrossan Inc. to modify the terms of the contract to address these modifications; and, WHEREAS, the city engineer and staff have reviewed the cost proposal from C. S. McCrossan Ine. and find the cost proposal to be appropriate. NOW THEREFORE, BE IT RESOLVED, by the City Council of the city of New Hope, Hennepin County, Minnesota: 1. That the City Council hereby approves change order no. 1 in the amount of $22,920. Adopted by the City Council of the city of New Hope, Hennepin County, Minnesota, this 13th day of November, 2006. Attest LU1~'YlL City Clerk 7I1d;:r~ 11ayor V I:RFA\Pubworks\2005\790 Change Order Resolution Bonestroo Rosene Anderlil< & Associates I 2335 West Highway 36 " St. Paul, MN 5 S 113 Office: 651-636-4600" Fax: 651-636-1311 'N"W/.bonestroo.com Engineers & Architects November 3,2006 Mr. Guy Jolmson City of New Hope 5500 International Pkwy. New Hope, ivrN 55428 Re: 2006 Infrastructure Improvements Project, City Project No. 790 Change Order # 1 BRAA # 000034-05172-0 Dear Guy: Four storm water treatment structures, or grit chambers, were installed as part of the 2006 Infrastructure Improvements project. Originally, one grit chamber was designed as an off-line structure and the remaining three as on-line structures Direction was given to reconfigure the three on-line structures to off-line configurations. This direction came after the project was bid by the contractor- In a given situation, off-line structures are typically smaller in size than an on-line structure would be to provide the same level of treatment. To construct a system in an off~line configuration, as opposed to on-line, an additional weir structure, re-connection structure, and pipe to connect the structures is required. Each ofthe three systems required slightly different changes in design to allow proper operation, The total cost incurred for the reconfiguration of these systems is $22,920.00, This includes costs for all additional materials and labor required to construct the systems in an off~line configuration. See enclosed Change Order # 1 for the costs associated with the reconfiguration of each of the three systems It is recommended that the City Council approve the enclosed Change Order #1 in the amount of $22,92000 for the work completed. Sincerely, BONESTROO ROSENE ANDERLIK & ASSOCIATES, INe. ~~ Jason Quisberg Enclosure ". ~t. ~a.LlI-,_?~:_C 1().Ll d, R 0 ch e s te r. M N " M i Iw a u ke e. WI " C.hI~~5I?~..I.~. AffirmatIve Action/Equal Opportunitv Employer and Employee Owned ..------ [ i ! I i i ! CBMH-121 (6.5' dia) Rim: 903..3- Inv: 898.74 W Inv: 898.7 N Inv: 899.6 E Inv: 89B.7 SE ~7 ~" '?-C? \:l 'E:j..\s\ I I ~r' ~r'l .</ 1 ' L\ I 8'-15+3.~,S% L\ I ./ :-\ r I ~. I I I I ....- '..( , ~ ~ ""-- :.. r o 3 1...-- Scale in feet 6 , MH (new) (6.5' dia) Rim: 905.0 lov: 898.75 W Inv: 898.21 SW Jnv: 897.86 E Exist 15" RCP >> I I GC-120 HG 7 / Rim: 904.1 ~ Inv: 898.56 NW /~, '. / I T I Inv: 898.39 NE f- / 0::: "Bottom": 892.05 .//'/ 0 Z - - I 1<-- -\ ~ W. ::::J /\ Z '--., , W ,,' > il ~I ..../ I <( ..- W /, .' <.', ~ Z w , ( 0 I J /. .... 0 .!...-; CD ./ I "'j . 411' Bonestf.oo e Rosene 'Wf1I. .... A.. ..n. der./ik&. .1 \11 Associates Engineers & Architects Owner: City of New Hope, 4401 Xylon Ave. N., New Hope, MN 55428 Date November 6, 2006 Contractor: C. S. McCrossan Inc., 7865 Jefferson Hwy., P. O. Box 1240, Maple Grove, MN 55369 Bond Co.: Travelers Casualty & Surety Co. of America, One Tower Sa., 5PB, Hartford, CT 06183 Bond No: 104709029 CHANGE ORDER NO. 1 2006 INFRASTRUCTURE IMPROVEMENTS CLIENT PROJECT NO.790 BRA FILE NO. 000034-05172-0 Description of Work Off-line Grit Chamber on Meadow Lake Road North An off-line grit chamber was substituted for an on-line grit chamber resulting in additional manhole structures and storm sewer pipe that were required for the reconfigured system to function properly. Off-line Grit Chamber on 60 1/2 Ave North An off-line grit chamber was substituted for an on-line grit chamber resulting in additional manhole structures and storm sewer pipe that were required for the reconfigured system to function properly. Off-line Grit Chamber on Boone Ave North An off-line grit chamber was substituted for an on-line grit chamber resulting in additional manhole structures and storm sewer pipe that were required for the reconfigured system to function properly. 2 Item CHA.NGE ORDER NO.1 OFF-LINE GRIT CH1\MBER - MEADOW LAKE ROAD NORTH OFF-LINE GRIT CHA..M:BER - 60 1/2 A VB. NORTH OFF-LINE GRIT CHAMBER - BOONE A VB. NORTH TOTAL CHANGE ORDER NO.1: Unit Contract Quantity Unit Price Total Amount No. LS $9,516.00 $9,516.00 3 LS LS $8,088.00 $5,316.00 $8,088.00 $5,316.00 822,920.00 3405172CHOJ.xls Original Contract Amount Previous Change Orders This Change Order Revised Contract Amount (including this change order) CHANGE IN CONTRACT TIMES Original Contract Times: Substantial Completion (days or date): Ready for final Payment (days or date): Increase of this Change Order: Substantial Completion (days or date): Ready for final Payment (days or date): Contract Time with all approved Change Orders: Substantial Completion (days or date): Ready for final Payment (days or date): Recommended for Approval by: BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. ~~~ Date: //- 6 -Ob S2,996,022.41 $0.00 S22,920.00 $3,018,942.41 Approved by Contractor: C. S. lYICCROSSAN INC. ~c~~ 1 I 1- ? - CJ G Approved by Owner: CITY OF NEW HOPE j ; J f--- Date cc: O\vller Contractor Bonding Company Bonestroo & A.ssoc. 3405172CH01.xls Date November 17, 2006 Mr. Thomas McCrossan C.S. McCrossan Construction, Inc. 7865 Jefferson Highway Maple Grove, MN 55369 SUBJECT: CHANGE ORDER NO.1 - IMPROVEMENT PROJECT NO. 790 Enclosed are two fully executed copies of the above-referenced Change Order for your records. Please forward one copy to your bonding company. The change order for $22,920 was approved on November 13, 2006, by the New Hope City Council. If you have any questions, please contact me. Sincerely, (J'::) ~ ----J=. fZP--Lf_A_-<..Y.J.tJttT) -'-k.. Valerie Leone City Clerk, CMC enc. cc: Vince VanderTop, City Engineer Guy Johnson, Director of Public Works CITY OF NEW HOPE 4401 Xylon Avenue North · New Hope, Minnesota 55428-4898 . www.ci.new-hope.mn.us City Hall: 763-531-5100. Police (non-emergency): 763-531-5170. Public Works: 763-592-6777. TDD: 763-531-5109 City Hall Fax: 763-531-5136 · Police Fax: 763-531-5174. Public Works Fax: 763-592-6776 COUNCIL Request for Action Originating Department Approved for Agenda Agenda Section Guy Johnson April 9,2007 Development and Planning Item No. Public Works By: By: 8.1 Resolution awarding contract for the construction of a rain garden/french drain in the 2006 street infrastructure improvement project area (Project No. 790) Requested Action Staff requests the Council consider the approval of a resolution awarding a contract to the low and responsible bidder, Minnesota Native La...'l.dscapes, in the amount of $5,709 for the construction of a rain garden/french drain in the Meadow Lake area of the 2006 street infrastructure improvement project. Construction of the project would be contingent on receiving the necessary easements from t\iVO property owners. Policy/Past Practice The proposed rain garden/french drain would be the first one constructed by the city, in the community. Background The 2006 infrastructure project includes improvements to streets and utilities in the northwest part of the city. The project involved street and utility infrastructure work, park improvements, and Meadow Lake improvements. The street work, depending upon the street's current condition, included reconstruction, reclamation, or mill and overlays. The utility improvements entailed some water main and sanitary sewer replacement, and storm water improvements. Because of environmental concerns, the city received recommendations from the Shingle Creek Watershed Commission consultants, and requests from the Meadow Lake residents, to implement the use of rain gardens/french drains for additional water quality improvement. During discussions with the residents at the project's public hearing on February 13, 2006, the city agreed to investigate the feasibility of installing a rain garden/french drain. Motion by /' /1/ /}' lvOf0~ Second by To: /w ()7-5~ I: \RFA \PUBWORKS\2007\790 Award Contract Rain Garden - 2.doc Request for Action April 9, 2007 Page 2 Rain gardens are typically constructed behind the street curb and receive storm water runoff directly from the street. As the storm water flows into the garden, it filters through a fiber blanket; the plants' root system in the top soil; a couple of feet of granular material; a geotextile fabric; and infiltrates the surrounding sub- soils. With the city's heavy soils, the rain garden/french drain's design would also contain a drain tile system under the garden/french drain. If the storm water runoff would not infiltrate the sub-soils fast enough during some rain events, the water would collect in the drain tile system and flow to an overflow structure. Staff has met with the residents of 8420 and 8424 Meadow Lake Road East; the two neighboring properties where the rain garden/french drain would be located. Both have indicated their interest in the construction of the rain garden/french drain at their site and one has offered to help in the maintenance of the plantings. Council passed a motion on February 26, 2007, authorizing staff to request quotes for the construction of the rain garden/french drain. Because staff is unsure of the effectiveness of rain gardens/french drains in the city' s heavy soils, staff has suggested to the residents and is recommending the Council construct only one rain garden/french drain at this time. Over the next five to seven years, staff can review the effectiveness of the rain garden/french drain verses maintenance expenses. Funding Bids were received from four firms, with the low bidder being Mirmesota Native Landscapes, in the amount of $5,709. This figure is only for the construction of the rain garden/french drain and does not include the installation of the plantings. The plants would be installed in the rain garden/french drain at a later date. Total estimated cost for the completed rain garden/french drain would be $11,000 to $12,000. Funding for the project would be from the city's storm water fund. Attachments The engineer' s memorandum, copy of the bid, and the resolution awarding the contract are attached. I:\RFA \ PUBWORKS\ 2007\ 790 Award Contract Rain Garden - 2.doc City of New Hope Resolution No. 07- 55 Resolution awarding contract for the construction of a rain garden/french drain in the 2006 street infrastructure improvement project area (Project No. 790) WHEREAS, rain gardens have been shown to be effective in improving the water quality of storm water runoff; and, WHEREAS, the residents in the Meadow Lake area have supported the construction of a rain garden/french drain to improve storm water runoff water quality prior to the water entering Meadow Lake; and, WHEREAS, the city has received four quotes for the construction of a rain garden/french drain; and, WHEREAS, the bid in the amount of $5,709 from Minnesota Native Landscapes for the construction of a rain garden/french drain is the lowest responsible bid submitted; and, WHEREAS, the city engineering firm; Bonestroo Inc., has recommended that Council award the contract to Minnesota Native Landscapes. NOW, THEREFORE, BE IT RESOLVED, by the City Council of the city of New Hope, Hennepin County, Minnesota: 1. That a contract in the amount of $5,709 for the construction of a rain garden is awarded to Minnesota Native Landscapes and, 2. That the mayor and city manager are authorized and directed to sign the same. Adopted by the City Council of the city of New Hope, Hennepin County, Minnesota, this 9th day of April 2007. ~~ 8 ' Attest ;(; LuL2t~ Mayor ; City Clerk 2335 Highway 36 W St. Paul. MN 55113 TeI651-636-4600 Fax 651-636.1311 www.bonestroo.com March 30, 2007 -#' Bonestroo Honorable Mayor and City Council City of New Hope Public Works 4401 Xylon Avenue North New Hope, MN 55428 Re: 2006 Infrastructure Improvements - Quotes to Construct a Rain Garden/French Drain Client Project No. 790 Bonestroo File No. 000034-05172-0 Honorable Mayor and City Council, The construction of a rain garden/French drain in the street reconstruction area of the project has been discussed. Specifically. the garden would be located in front of the homes located at 8420 and 8424 Meadow Lake Road East. See the enclosed plan sheet for more detail regarding the rain garden. Quotes were solicited from several contractors; four were received. The following summarizes the results of the quotes received: Low #2 #3 #4 Contractor Minnesota Native Landscapes Environmental Associates Inc. C.S. McCrossan Construction. Inc. Sunram Construction Inc. Bid Amount $5.709.00 $6.561.00 $7,521.00 $7.993.65 The low bidder on the project was Minnesota Native Landscapes with a Quote of $5.709.00. Should Council decide to proceed with the construction of the rain garden/French drain as it has been proposed. the work could be contracted through Minnesota Native Landscapes for $5.709.00. MN Native Landscapes have worked on projects within the City of New Hope before and are a reputable company. If you have any questions regarding the quotes or the work involved. please contact me at (651) 604-4938. Yours very truly. BONESTROO ~;O~ Jason P. Quisberg. PE Enclosure Fax To: Fax #: Bid Date: Jason Quisberg @ Bonestroo 651-636-1311 March 28, 2007 Quote for conductin2 rain 2arden work for the City of New Hope New Hope. MN Item Units Qty Unit Price Total Price 1, Common Excavation CY 50 $40.15 $2,00750 2. Geotextile Fabric Type 1 SY 75 $3.15 S236.25 3. 6" PVC Drain Tile LF 22 $30.90 $679.80 4. Connect Drain Tile to Structure (Pipe) -Machine Core Each 2 $153.50 $307.00 5 Select Granular Borrow TN 70 $22..50 SI,575.00 6. Premium Topsoil Borrow (LV) CY 9 $49.80 $448.20 7. 100% Coconut Fiber Blanket SY 75 $1.85 $138.75 8. Class 1 Rip Rap CY 2 $158.25 $316.50 Total Amount: 85,709.00 >This quote assumes accessibility to the project site with all necessary equipment. Notes: 1 2 3 4 5 G 7 TIlis quote docs not include the placemcnt or grading of any topsoil and assumes acccp[able growing soils will be provided TIlis quote docs not include the removal or disposal of any construction debris This quote does not include any rain garden maintenance, MNL will follow the spccified erosion control procedures but is not responsible for the erosion control plan or damages resulting from erosion or t100ding Upon cntering into a contract to perfonn the above listed work this document will become pan of said contract MN l. docs not warranty against acts of vandalism, severe drought, t100ding or damages caused by wildlife. This quote is good for a period of 30 days All work will be billed following completion, with payment being due within 30 days 01 rcccipt of invoice Submitted By: Quote Acceptance: Date: March 28, 2007 Date Josh Hanson Sign Thank you for considering MNL Print \ -\ .-.-:- , / :r.... ! /.,{ r i /"-/! / : '......... / i / : / -0 " ' / ; r ~i9P ~: I.: ):> "" 0"00(, - / ' -::0 '86006;~ 9 I! '- 06'00.8 I I~__ -I cOcb-.~' "'" ___ .000 0 w0' <0' / ';:: I-i : r 0/ I ;)> 2: : ~~/;1 G) I ficj:;; Ul ' '/~' I .-- i I - - I; i i j ~c=.CC::CC; =C1~-CC "-,-.1 - 10' I I // I' Ik / i\ , , , '. / o ,-. '- --;-(--.----/ 6/24/2006 ~1l0 .. I ! , , I { ; i \J4\J40S172\Cod\O"'g\340S1nCiOI,d"g I-i 2: (J) m -I G) ~ CJ I-i 2: G) r \ 0 : . I .~.-.- )/! '--- / I /-~- . 1(' ,~ /1' 0 < I \ "', " " / '..........:,;-...... ..... ........, '-~, / '-- ',~ ......."1. I' '-, ' 'l-...., .... ......., ....... , II .::- '1 J? :.' II II I / I I 'I ~II I tj, ~/ , ill t1f#ij;: jJP/~I/ 'J: 'P'I I! II 1 Ii I,: I f I-!--.. i 11~~k , II I II /-1---------------- rl I /,~ I! >.> -- )-J......L [,' i' ;: ------~ ;l 1r-!7:-7~j )> 1 I-,I . -j , I hi; (') . I: :r: -I f lie _------J I' z -J_I/~ I ' -r--..1 -I,~r - -- 1:,-- . "- ! J:'- ,.!.\ - . " .p.'-"N_;I~ OfTl<(flZ <roc g~E~~ "T1~S:>;O ~~:~; -i)> r>1)> :;u r--i:I:l"'l16 !:2n::;:)>-j :t>:cl>,..r. ::j:;u II -i.. om :r: zoO>::;: iJS~r I!l nil a?"'T1 OlD .... '-"8 ~ L" UJ .." ~a-5 ~~ ;;t "g:;;;:~ "~ 0 g,~~ "0 ~~ ~~ ~; 0, g; ~3: ~~ 1II~ 0". ~; ,- Nn .- . nO. 3=1' ,,0 [3 ! " o.N ~~ ~~ ~ 0.0' '0 . 0 0" n. ~~ [~ ", ~'" 0;; n , , H [~ "'0 o , g~ '" '" o 0 [ [ - " o , i i O' , o a ~ ~ , 0 i i o _ 3 g ; : '" 0 , '" o , o 0 ~ 0 '" -< " '" . " n ~ ~ ~ " .. " '" N O' -~ -0> o no::l ~~~~ m~ ~ Q fie; ~ ---J' , ~.M.~!Ch \!!!.!!. ,ag>- 1 N o;:r. '~;.Jr~ ....~ ..... ~ .... j(1 ~ ~ . f ~ ~ . S'g ~ ~ h ~; I ~ i ~g g l-----::s Q I , L-! ~ ~ .. " ~ t .::::. [ ,.. o ~ o .c.... ,--!-:Tt:, : !1~;8~'~g 8 f8i~lg : . cn,~ls:,f;; ~ ~ <t~!~ ~ :; !~,8:gr~, 0 gt61 ::i , ! " ;:o'd~:G) ~ ;;:.;;:12! m ; : i: :~~~!~!~<~:z:zi~j en ! i; ":i;io!~'.i';i~!~i ~ 1 f Iri:tlj lo,:t?< :olzl , ~ j ~;j~1 !~1;gi~1~! ! I! :gr~: l:Ei-j :~I i ,': i j I. If! I:' !~I!., :, ' i , I' 1 " I'G): I' I ',: i ,~I : ; ; :-W-~',,--;--.--!-ri-~~!--IU-~ j ! : ; ! I ; !(');ClJtC}l....ficn!m;,ln ~., : i. ; i .[ :'.1 . L-\=!~LZL~?'C1L-<~, j I;; I !; i I ; ! [ i ! rn , !,! I :...,I--4,('ofc5.......,:f'V.~!Ul!.....: ,_~L.:_LL.:_l__CL t~:~ .~_j:l~_. ^ [~IC1= ~ . , ~ ,,' '/ ~ b ~ IE ~ ( M'S? !~ e,' f x I ~~ :::!:; ~z -<0; ~~ ~~ z~ ~ iUl o r<1 2 St. Paul Office 2)3$ West Hl;hrvav J Sl.i'aul.NtI5Su3 Fill(: 6SH:iJ5-1Jll -=~~...~tu:;x:.<.:c.. J.!! ~~;:oo ,\11 ~:.1:,~ E"'TArmi .. ~ NEW HOPE. MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS RAIN GARDEN LAl\E Plft.CE AND YUKON AVENUE MEADOW () -...J o -'- May 17, 2007 Minnesota Native Landscapes 14088 Hwy 95 Foley, MN 56329 SUBJECT: RAIN GARDEN CONSTRUCTION AT E. MEADOW LAKE ROAD AND YUKON AVENUE N. (IMPROVEMENT PROJECT NO. 790) Enclosed is a fully executed contract relating to New Hope Project No. 790. This contract was awarded by the New Hope City Council on April 9, 2007, for $5,709. Also enclosed is a "Withholding Affidavit for Contractors" (IC-134 form). We cannot make final payment to contractors until this is approved by the Minnesota Department of Revenue and submitted to our office (Minnesota Statute 290.97). The form contains instructions for completion. Should you have any questions regarding the project, please contact Jason Quisberg at Bonestroo at 651-604-4938. { SilJ9Bn:;ly, \,~~_/ 1(J2}:/7U Valerie Leone City Clerk, CMC Enclosures - Contract, IC-134 cc: Vince VanderTop, City Engineer (File No. 34-05172-0) Guy Johnson, Director of Public Works Shawn Markham, Contract Manager/Forester CITY OF NEW HOPE 4401 Xylon Avenue North · New Hope, Minnesota 55428-4898 . www.ci.new-hope.mn.us City Hall: 763-531-5100. Police (non-emergency): 763-531-5170. Public Works: 763-592-6777. TOO: 763-531-5109 City Hall Fax: 763-531-5136. Police Fax: 763-531-5174. Public Works Fax: 763-592-6776 CITY OF NEW HOPE CONTRACT FOR RAIN GARDEN CONSTRUCTION AT E MEADOW LAKE RD & YUKON AVE N rcJ ,;J. JJ For valuable consideration as set forth below, this contract dated the .23('~ day of /If(ftvf ,2007, is made and signed by the City of New Hope (hereinafter "City") and Minnesota Native L ndscapes. (hereinafter "Contractor'l 1. CONTRACT DOCUMENTS The Contractor hereby promises and agrees to perform and comply with all the provisions of this Contract and specifications, all of which are incorporated hereby by this reference. This Contract shall compromise the total agreement of the parties hereto, No oral order, objection or claim by any party to the other shall affect or modify any of the terms or obligations contained in this Contract. 2. THE WORK The work to be performed by Contractor under this Contract (hereinafter the "Work"), is defined in Exhibit A (plan sheet C7.01). Any modifications to the work defined in Exhibit A will be made in writing. 3. CONTRACT PRICE The City agrees to pay the contractor $5,709.00 dollars (five-thousand seven-hundred nine and zero cents), payable in accordance with the payment terms of the City of New Hope Instruction to Bidders. Contractor will be charged liquidated damages assessed in the amount of $100 per day for every calendar day that the contract remains uncompleted beyond the 31s1 day of May, 2007. Total amount of this contract shall not exceed $5,709.00. 4. COMPLETION DATE Contractor shall complete his performance under this Contract by the 31s1 day of May, 2007 (hereinafter "Completion Date"). 5. INSURANCE/BOND Before beginning actual work under this Contract, the Contractor shall submit to the City and obtain the City's approval of a certificate of insurance on Standard Form C.I.C.C.-701 or ACORD 25 forms, showing the following insurance coverage and listing the City as a loss payee under the policies: b. Automobile Liability for all Automobiles: $1,000,000.00 $1,000,000.00 a. General Contractor Liability: c. Workman's Compensation: Statutory Amounts Contract Page 2 This certificate must provide for the above coverages to be in effect from the date of the Contract until 30 days after the Completion Date and must provide the insurance coverage will not be canceled by the insurance company without 30 days written notice to the City of intent to cancel. The certificate must further provide that the contractor's insurance coverage is primary coverage notwithstanding any insurance coverage carried by the City that may apply to injury or damage relating to the maintenance or repair of the City's streets or right-of-ways by either the City or any employee, agent, independent contractor or any other person or entity retained by the City to perform the services described herein. The Contractor shall furnish Performance and Materials/Labor Bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all Contractor's obligations under the Contract Documents. These Bonds shall remain in effect at least until one year after the date of final payment, except as otherwise provided by law. All Bonds shall be in the forms prescribed by the Contract Documents and be executed by such Sureties as (A) are licensed to conduct business in the State of Minnesota, 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. If the Surety on any Bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Minnesota or it ceases to meet the requirement of clauses (A) or (B) in the previous paragraph, Contractor shall within five days thereafter substitute another Bond and Surety, both of which shall be acceptable to City. All bonds and insurance are subject to the review and approval of the New Hope City Attorney. 6. LAWS. REGULATIONS AND SAFETY The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations applicable to performance under this Contract. 7. INDEMNIFICATION The Contractor agrees to indemnify, defend and hold the City harmless from any damages, including costs and attorney's fees, from any claims, demands, actions or causes of action arising out of any act or omission on the part of the Contractor or its agents, servants or employees in the performance of or with relation to any of the work or services performed or furnished by the contractor under this Contract. 8. ASSIGNMENT The Contractor shall not assign or transfer, whether by an assignment or notation or otherwise, any of its rights, duties, benefits, obligations, liabilities or responsibilities without prior written consent of the City. Contract Page 3 9. NOTICE The address and telephone number of the Contractor for purposes of giving notices and any other purpose under this contract shall be Minnesota Native Landscapes; 14088 Hwy 95; Foley, MN 56329; 320-968-4222. The address of the City for purposes of giving notices and any other purpose under this contract shall be 4401 Xylon Avenue North, New Hope, MN 55428. The contact person for this contract is Shawn Markham 763-592-6763. IN WITNESS WHEREOF, the parties to this Contract have hereunto set their hands and seals as of the day and year first above written. CITY OF NEW HOPE By u Alt ayor :- ( I J2 ! <! \ BY/ .I.~ ,,"0U'~ [/ Its City Manager CONTRACTOR By j}~I~ La/I/jv CIP"",,> Z vc.. I t' Contract Page 4 STATE OF MINNESOTA ) ) ss. ) COUNTY OF HENNEPIN 'L /1'-;'" ~The foregoing was acknowledged before me this /- r day of I )/~ ,2007, by (Mayor) and Daniel J. Donahue, the Mayor and City Manager, respectively: f the City of New Hope, a Minnesota municipal corporation, on behalf of said municipal corporation. Vi ~ I~i "!,' , Notary Public v STATE OF MINNESOTA ) ) ss. ) COUNTY OF HENNEPIN day of , on behalf of il.iV1Y 8 SCHAFFER Notar;, Public-Minnesola Comm, Expires Jan. 31,2009 !j Il j'''''' . . j , I.' 'I J>Vy~,-L '\~, CtJ\.(d~A_-, Notary Publt) \ , \ \ G:ContractfBasic ACORD.. CERTIFICA TE OF LIABILITY INSURANCE OP 10 1~ DATE (MMfODIYYYY) NATIV-1 04/23/07 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Mahowald Insurance Agency HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR l?O. Box 129 AL TER THE COVERAGE AFFORDED BY THE POLICIES BELOW. st. Cloud MN 56302 l?hone:320-251-3751 Fax:320-251-2373 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER .". Secura Insurance Company II'iSURER 8 Minnesota Native Landscapes, INSURER C Inc. 14088 NE Hi~hway 95 INSURER D Foley MN 56 29 INSUREI" E COVERAGES 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, POLICY EFFECTIVE DATE MMfOD LTR NSR POLICY NUMBER $ 1000000 $ 300000 $ 10000 $ 1000000 $ 2000000 $ 2000000 LIMITS TYPE OF INSURANCE GENERAL LIABILIIY EACH OCCURRENCE l).'<':":.i-\I_""t: IUkc.Ji='-' PREt,,~ISES (Ea C'::cufo:-ilce) A GENERAL P/:'::.R:EGATE 20-Cl?-3118620-6/00 10/15/06 10/15/07 X C()i..1MEPCIAl GENi::R.l\i... LI.!.8ILnl' CLAIMS t.-1.AD= ~ CiCCUR t/,ED E<P (P-nV I}ne ps-rs,g:) PERsoat:.t S. fl.DV:t~..JUP' GErrL ,AGGPEGATE LIMIT .APPLIES PE;:: I RCLlC, n LCC ~OMOBILE L1ABILIIY PI ,AN, AUTO AU... O\\;'NED .AJJT():: i SCHEDULEC' NJiCS i H1FEL' ,AUT i)::' ~.,-....,-","'=r,"'rr'-', I ,,~, '-""~-'" .", i ~RAGE LIABILIIY U ,q,J'~'~,UTC' I ! ifJESSIUMBRELLA L1AB~~=.,S MADE ~ =::~' WORKERS COMPENSATION AND A EMPLOYERS' LIABILITY PR(iCUCTS - c'Or,P/I)p AGG i I 10/15/071 10/15/061 $ 1000000 A 20-A-3118621-6/000 20-CU-3118623-6/00 10/15/06 10/15/07 I AGGREGA,iE $ 5000000 $ 5000000 A i 10/15/07 EL E,".CHA,CCDE,li I El DISE'::.::;E - E.\;" I EL DISEP,St:. - pellC'r' LJ,1IT 10/15/06 $ 500000 $ 500000 ',500000 belcrN OTHER DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES 1 EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS CERTIFICATE HOLDER CANCELLATION CITY119 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRJTTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL City of New Hope IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER. ITS AGENTS OR 4401 Xylon Avenue North REPRESENTATIVES. New Hope MN 55428 AUTHORIZED REPRESENTATIVE Gregory G. Murrav CIC ACORD 25 (2001108) @ ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon ACORD 25 (2001J08) ENTRY AGREEMENT AND CERTIFICATE OF TEMPORARY CONSTRUCTION EASEMENT David P & Dawn L Nelson 8420 Meadow Lake Road East The undersigned, owners of the property legally described as: Lot 20, Block 4, Meadow Lake Terrace, Hennepin County, Minnesota, do hereby consent to the entry by the City of New Hope, its designated agents and assigns, and by the general contractor employed by the City, its subcontractors and agents, onto that portion of the property described above and generally shown on the attached plan sheet, for the purpose of construction of a public improvement in the form of a rain garden. The undersigned owners hereby agree to permit the entry and use of the above-described property by the City of New Hope and its designated agents for the purpose set forth herein. As part of this Agreement, the undersigned agree to remove all bushes, storage sheds, swing sets, and any other such items from the area described above, within two days of receiving notification from the Engineer of the date of the start of construction. If such items are not removed by such time, the undersigned agree that the City may remove said items, the City shall not be responsible or liable for the condition or restoration of said items. The City shall remove any fences in the easement area and shall reinstall any fences 80 removed in their original location, but the City shall not be responsible or liable for the condition of any such reinstalled fence. The City of New Hope, its agents and assigns, and the general contractor agree that at the conclusion of construction of the rain garden, the above-described property will be restored to a condition equivalent to or better than its condition as of the date of this agreement, except that the City will not be responsible for replacing or restoring the bushes, storage sheds, swing sets, and any other such items addressed in the preceding paragraph. This Temporary Construction Agreement shall remain in effect until October 20, 2007, and at such time it will automatically terminate and be null and void without notice or without further action by any party hereto. In consideration for this easement, the City of New Hope agrees to construct said rain garden without specially assessing the undersigned property owner. day 2007. Dated this Property Owners: CITY OF NEW HOPE, A MINNESOTA MUNICIP AL CORPORATION Lf,1 ) By: By: /' ENTRY AGREEMENT AND CERTIFICATE OF TEMPORARY CONSTRUCTION EASEMENT Daniel W & Diane E Stauner 8424 Meadow Lake Road East The undersigned, owners ofthe property legally described as: Lot 19, Block 4, Meadow Lake Terrace, Hennepin County, Minnesota, do hereby consent to the entry by the City of New Hope, its designated agents and assigns, and by the general contractor employed by the City, its subcontractors and agents, onto that portion of the property described above and generally shown on the attached plan sheet, for the purpose of construction of a public improvement in the form of a rain garden. The undersigned owners hereby agree to permit the entry and use of the above-described property by the City of New Hope and its designated agents for the purpose set forth herein. As part of this Agreement, the undersigned agree to remove all bushes, storage sheds, swing sets, and any other such items from the area described above, within two days of receiving notification from the Engineer of the date of the start of construction. If such items are not removed by such time, the undersigned agree that the City may remove said items, the City shall not be responsible or liable for the condition or restoration of said items. The City shall remove any fences in the easement area and shall reinstall any fences so removed in their original location, but the City shall not be responsible or liable for the condition of any such reinstalled fence. The City of New Hope, its agents and assigns, and the general contractor agree that at the conclusion of construction of the rain garden, the above-described property will be restored to a condition equivalent to or better than its condition as of the date of this agreement, except that the City will not be responsible for replacing or restoring the bushes, storage sheds, swing sets, and any other such items addressed in the preceding paragraph. This Temporary Construction Agreement shall remain in effect until October 20, 2007, and at such time it will automatically terminate and be null and void without notice or without further action by any party hereto. In consideration for this easement, the City of New Hope agrees to construct said rain garden without specially assessing the undersigned property owner. Dated this 3 C day of b-/~~ , 2007. 1/ r.. 7j"~ !jJ ~\ e..- " - . , By: Property Owners: THE AMERICAN INSTITUTE OF ARCHITECTS Bond # MNC 48006 GPA# AlA Document A372 Performance Hond Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): Minnesota Native Landscapes, Inc. SURETY (Name and Principal Place of Business): Merchants Bonding Company 14088 Highway 95 NE Foley., MN 56329 OWNER (Name and Address): City of New Hope 4421 Xylon Avenue North New Hope, MN 55428 CONSTRUCTION CONTRACT Date: April 11, 2007 Amount: Five Thousand Seven Hundred Nine and no/lOO's-"--------------------------------------------------------------------------- ($5,709.00) Description (Nan~e and 2006 Infrastructure Improveents, Rain Garden Quote Location): Excavate 55 CY of soil add drain tile, sand & rip rap 2100 Fleur Drive, Des Moines, IA 50321-1158 Location: New Hope, lVIt"i Project No:;l90 'BOND .r<;i2'\ V iT;';''''''', Date (Not earlier than Construction ~tr~~t..Ba:te}:.::..t111@y.'9,l 2007 Amount: Five Thousand Seven Hund/!,!)i:)N,(~e and no/lOO.ls.,::~::...;".------------------------------------------------:--------------------- 'l.~/ '-7\ Modifications to this Bond: ( :2?' / \ '~:~, \ None See Page 3 . 12' I "-r. \ \,~! I ~ { .. ; ,I-. . t. . I CONTRACTOR AS PRlNCIP AU ~ i sr:/,' ~ !.- - J Company: \ (torporat~ Seal) J/f/ \. / .' -',' Minnesota Nat~' La,ndsc, ap's, Iny2?:::;,-,.-,-".,"~~// // I),I~ ,",," ,- /' SignaM" ill J . '. tr )9-:'CO- Name and Ti~- (Any additional signatures appear on page 3) ($5,709.00 ) SURETY Company: Merchants Bonding Company -, /i )~ " ., ",'" ,'""', or', ,'~, /, ,c" ','. " Signature: ' .,~1~ ' d~' Y,-"",' Name and Title: David J. Rudnik Attorney-in-Fact (Corporate Seal) (FOR INFORMATION ONLY-Name, Address and Telephone) AGENT or BROKER: Rudnik Surety, Inc. P.O. Box 120176,New Brighton, MN 55112 (763) 786-9666 OWNER'S REPRESENTATIVE (Architect, Engineer or o,her pany): Bonestroo, Attn: Jason Quisberg 2335 Hwy 36 WSt. Pa~IMN55l 13 AlA DOCUMENT ':>312 . PERFOR.,v,ANCE BOND At.m PAYMENT BOND. DECE,V,BE:R 1984 ED. . ,"L~, @ . THE AivlERICAt...: INSTiTuTE OF ARCHiTECTS, "1735 NEV\! YORK AVE., N.\^/... vv'f.5HINGTON, D.C. 20005 THIRD PRH,rTINC . jVl/\RCH 1957 A312-1984 1 1 The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference. 2 If the Contractor performs the Construction Contract. the Surety and the Contractor shall have no obligation under this Bond, except to participate in conferences as provided in Subparagraph 3.1. 3 If there is no Owner Default, the Surety's obligation under this Bond shall arise after: 3.1 The Owner has notified the Contractor and the Surety at its address described in Paragraph 10 below that the Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with the Contractor and the Surety to be held not later than fifteen days after receipt of such notice to discuss methods of performing the Construc. tion Contract. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reason- able time to perform the Construction Contract, but such an agreement shall not waive the Owner's right.'if any, subsequently to declare a Contractor Default; and 3.2 The Owner has declared a Contractor Default and formally terminated the Contractor's right to complete the contract. Such Contractor Default shall not be de- clared earlier than twenty days after the Contractor and the Surety have received notice as provided in Sub- paragraph 3.1; and 3.3 The Owner has agreed to pay the Balance of the Contract Price to the Suretv in accordance with the terms of the Construction Contract or to a contractor selected to perform the Construction Contract in accor- dance with the terms of the contract with the Owner. 4 When the Owner has satisfied the conditions of Para- graph 3, the Surety shall promptly and at the Surety's ex- pense take one of the following actions: 4.1 Arrange for the Contractor, with consent of the Owner, to perform and complete the Construction Contract; or 4.2 Undertake to perform and complete the Construc, tion Contract itself, through its agents or through inde. pendent contractors; or 4.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Con- struction Contract, arrange for a contract to be pre. Dared for execution bv the Owner and the contractor selected with the Own'er's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and Dav to the Owner the amount of damages as described in Paragraph 6 in ex- cess of the Balance of the Contract Price incu rred bv the Owner resulting from the Contractor's default; o~ 4.4 Waive its right to perform and complete, arrange fDr completion, or obtain a new contractor and with reasonable promptness under the circumstances: .1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is deter- mined, tender payment therefor to the Owner; or .2 Deny liability in whole or in part and notify the Owner citing reasons therefor. 5 If the Surety does not proceed as provided in Paragraph 4 with reasonable promptness, the Surety shall be deemed to be in default on this Bond fifteen days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Subparagraph 4.4, and the Owner refuses the payment tendered or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. 6 After the Owner has terminated the Contractor's right to complete the Construction Contract, and if the Surety elects to act under Subparagraph 4.1, 4.2, or 4,3 above, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. To the limit of the amount of this Bond, but subject to commitment by the Owner of the Balance of the Contract Price to mitigation of costs and damages on the Construction Contract. the Sure- ty is obligated ~ithout duplication for: 6.1 The responsibilities of the Contractor for correc- tion of defective work and completion of the Construc- tion Contract; 6.2 Additional legal, design professional and delay costs resulting from the Contractor's Default, and re- sulting from the actions or failure to act of the Surety under Paragraph 4; and 6.3 liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual dam, ages caused by delayed performance or non-perfor- mance of the Contractor. 7 The Suretv shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Con- struction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators or successors. 8 The Surety hereby waives notice of any change, includ, ing changes of time. to the Construction Contract or to related subcontracts, purchase orders and other obliga. tions. 9 Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after Contractor Defau It or withi n two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever oc- curs first. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation avail, AlA DOCUMENt A312 . PERFORlylANCE BOND AND PAW"IENT BOND. DECEMBER 1984 ED. . AlA @ THE AMERICAN INSTITUTE OF ARCHITECTS. 173S NEW YORK AVE-. N.W.. WASHINGTON, D.C. 20006 THIRD PRINTING. MARCH 1987 A312-1984 2 able to sureties as a defense in the jurisdiction of the suit shall be applicable. 10 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the sig. nature page. 11 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions con. forming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 12 DEFINITIONS 12.1 Balance of the Contract Price: The total amount payable by the Owner to the Contractor under the Construction Contract arter all proper adjustments have been made, including allowance to the Con- MODIFICATIONS TO THIS BOND ARE AS FOllOWS: tractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, re- duced by all valid and proper payments made to or on behalf or the Contractor under the Construction Con- tract. 12.2 Construction Contract: The agreement between the Owner and the Contractor identified on the sig- nature page, including all Contract Documents and changes thereto. 12.3 Contractor Default: Failure of the Contractor, which has neither been remedied nor waived, to per- form or otherwise to comply with the terms or the Construction Contract. 12.4 Owner Default: Failure or the Owner, which has neither been remedied nor waived, to pay the Con- tractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCI PAL Company: (Corporate Seali Signature: Name and Title: Address: SURETY Company: (Corporate Seal) Signature: Name and Title: Address: AlA DOCUMENT A312 . PERFORMANCE BOND AND PAYMENT BOND, DECEMBER 1984 ED. . AlA :B THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 '-JEW YORK AVE., N.W.. WASHINGTON, D,C. 20006 THIRD PRINTING' MARCH 1987 A312.1984 3 TWi= ~'\Ai=Dlr~"-1 I "-IC:TITI ITI= nI= ARr-HITJ={T~ I 1 J 1- I \.1 Y l L I '- I '-I \ J "'" 1 I ... '-" J 1 1 '-' I L- '--' 1 I \. 1 '\. '---' I & & J. --- ........... & ......... Bond # MNC 48006 GPA# AlA Document A372 Payment Bond Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): Minnesota Native Landscapes, Inc. SURETY (Name and Principal Place of Business): Merchants Bonding Company 14088 Highway 95 NE Foley, MN 56329 OWNER (Name and Address): City of New Hope 4421 Xylon Avenue North New Hope, MN 55428 2100 Fleur Drive, Des Moines, IA 50321-1158 CONSTRUCTION CONTRACT Date: April 11, 2007 Amount: Five Thousand Seven Hundred Nine and nolI 00' s----------------------------------------------------------------------------- ($5,709.00) Description (Name 2006 Infrastructure Improveents, Rain Garden Quote and Location): Excavate 55 CY of soil add drain tile, sand & rip rap BOND Location: New Hope, MN Project No:790 Date (Not ,earlier than Construction Con~t8.fi'1.~~ 9, 2007 . Amoun t: Five Thousand Seven Hundre,~r~l.tr;JtiW-n{JLtO{t~;"'\------------------------------------------------------------------------- ($5,709.00 ) ... /V;~' / ~"-/v\\ r-- ModtficatlOns to tlus Bond: /..:,',';-,//, \\lll. \ [XI None See Page 6 CONTRACTOR AS PRINCIPArl~~I( CC0~::'O<'?h \l'~ \ Company: \, \ (Corpprffte''Se'~!J '0' I Minnesota Native Landscapes, t~c. \ .':( l~) J _ \ A' '''-, ...../.<:.;'! }~ 't'~ SURETY Company: Merchants Bonding C",ompa,~, r "1 ,/,7 /ri Signature: "- , Name and Title: David J. Rudnik Attorney-in-Fact (Corporate Seal) Signature: Name and Title: (Any addition signatures appear on page 6) (FOR INFORMATION ONLY -Name, Address and Telephone) AGENT BROKER' Rudnik Surety, Inc. 1 or . P.O. Box l20l76,New Brighton, MN 55112 (763) 786-9666 OWNER'S REPRESENT A TIVE (Architect, Engineer or other party): Bonestroo. Attn: Jason Quisberg 2335 Hwy 36 W SI. Paul, MN 55113 AlA DOCUMENT A312 . PERFORMANCE BOND AND PAYMENT SOND . DECEMBER ,9&4 ED. . AlA @ THE Alv",ERICAN JNSTITtJTE OF ARCHiTECTS.. 1735 NE\r\t YORK ji,VE., N.\^/... v\/,A.5HINGTON, D.C. 20006 TH IRD PRINTING' MARCH -: 987 A312-1984 4 1 The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the perfor- mance of the Construction Contract, which is incorpo- rated herein by reference. 2 With respect to the Owner, this oOllgation shall be null and void if the Contractor: -~/ 2.1 Promptly makes payment, directly or indirectly, for all sums due Claimants, and 2.2 Defends, indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity whose claim, demand, lien or suit is for the payment for labor, materials or equipment fur- nished for use in the performance of the Construction Contract, provided the Owner has promptly notified the Contractor and the Surety (at the address described in Paragraph 12) of any claims, demands, liens or suits and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety, and provided there is no Owner Default. 3 With respect to Claimants, this obligation shall be null and void if the Contractor promptly makes pay- ment, directly or indirectly, for all sums due. 4 The Surety shall have no obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a direct contract with the Contractor have given notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct contract with the Contractor: .1 Have furnished written notice to the Con. tractor and sent a copy, or notice thereof, to the Owner, within go days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials were furnished or supplied or for whom the labor was done or performed; and .2 Have either received a rejection in whole or in part from the Contractor, or not received within 30 days of furnisning the above no- tice any communication from the Contractor by which the Contractor has indicated the claim will be paid directly or indirectly; and .3 Not having been paid within the above 30 days, have sent a written notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to the Contractor. 5 If a notice required by Paragraph 4 is given by the Owner to the Contractor or to the Surety, that is suffi- cient compliance. 6 When the Claimant has satisfied the conoltlons of Paragraph 4, the Surety shall promptly and at the Surety's expense take the following actions: 6.1 Send an answer to the Claimant, with a copy to the Owner, within 45 days after receipt of the claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed. 6.2 Payor arrange for payment of any undisputed amounts. 7 The Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. 8 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the perfor- mance of the Construction Contract and to satisfy claims, if any, under any Construction Performance -Bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and the Surety under this Bond, subject to the Owner's prior- ity to use the funds for the completion of the work. 9 The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelat- ed to the Construction Contract. The Owner shall not be liable for payment of any costs or expenses of any Claim' ant under this Bond, and shall have under this Bond no obli- gations to make payments to, give notices on behalf of, or othervvise have obligations to Claimants under this Bond. 10 The Surety hereby waives Rotice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations, 11 No suit or action shall be commenced by a Claimant under this Bond other than in a CQurt of competent juris. diction in the location in which the work or part of the work is located or after the exoiration of one year from the date (1) on which the Claimant gave the notice required by Subparagraph 4.1 or (lause 4.2.3, or (2j on which the last labor or service was performed by anyone or the last mate- rials or equ ipment were furnished by anyone under the Con. struction Contract, whichever of ('1) or [2) first occurs. If the provisions of this Paragraph are void or prohibited by law, tbe.minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12 Notice to the Surety, the Ovmer or the Contractor shall be mailed or delivered to the address shown on the signature page. Actual receipt of notice by Surety, the Owner or the Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed. any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions con- forming to such statutory or other legal requirement shall be deemed incorporated herein, The intent is that this AlA DOCUMENT A312' PERFOR:"IANCE BOND At,m P,"YMENT BOND' DECEMBER 1984 ED' ,".iA'" THE Af,,'\ER1CAN INSTiTUTE 0:: ARCHiTECTS, "1735 NE\V YORK AVE., N.\!v'., \VASHINCTON, D.C. 2CO::)o T:..;!RD PRINTINC . Ivt,,,,RCh 1987 A312-1984 5 Bond shall be construed as a s7atutory bond and not as a common law bond. 14 Upon request by any person or entity appearing to be a potential beneficiary of this Bondi the Contractor shall promptly fu rnish a copy of this Bond or shall permit a copy to be made. 15 DEFINITIONS 15.1 Claimant: An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equip- ment for use in the performance of the Contract. The intent of this Bond shall be to include without limita- tion in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oii, gasoline, telephone service or rental equipment used in the MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: Construction Contract, architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors, and all other items for which a mechanic's lien mav be asserted in the jurisdiction where the labor, materials or equipment were furnished. 15.2 Construction Contract: The agreement between the Owner and the Contractor ide~tified on the sig. nature page, including all Contract Documents an~d changes thereto. 15.3 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Con- tractor as required by the Construction Contract or to perform and complete or comply with the other terms thereaT. CONTR.~CTOR AS PRINCIPAL Company: (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) (Corporate Seal) Signature: N~m-e and Title: Address: SURETY Company: (Corporate Seal) Signature: Name and Title: Address: AlA DOCUMENT A312 . PERFORMANCE BOND AND PAYMENJ BOND. DECEMBER 1984 ED. . AlA @ THE AMERIC';N INSTITUTE OF ARCHiTECTS, 1735 NEW YORK lWE., I\.w., WASHINGTON, D.C. 20006 THIRD PRINTING' MARCH 1987 A312-1984 6 ACKNOWLEDGEMENT OF SURETY State of Minnesota County of Ramsey On this the 9th day of May ,2007, before me, Chelsea A. VanCleve Notary Public, personally appeared David J. Rudnik . personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me all that he/she executed the same in his/her authorized capacities, and that by his/her signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature C~fuL;t1' {Y~ A ,VCG0J1JJv~ (Seal) CHELSEA A. VANCLEVE NOTARY PUBLIC. MINNESOTA MY ACKNOWLEDGEMENT OF PRINCIPAL (Corporation) Stateof M\nnc.SotCL County of Be VI -h0V! On this the I ,if +h day of 2007, before me personally appeared .john GCLnr,j , ' to me known, who, being duly sworn, did say that he/she 1S the \j; c.e.., P~S'1 dent of Ivlinnescta rJO--ttv-e.LCrJ1dSCaPc.-s ,a corporation, that the t seal affixed to the foregoing bond is the corporate seal of the corporation, and that said bond was executed on behalf of the corporation by authority of its Board of Directors. AMY 8. SCHAFFER Notary Public-Minnesota ~~~ Notary Pu c f'Ay Ccmm. Expires Jan. 31, ACKNOWLEDGEMENT OF PRINCIPAL (Individual or Partnership) State of County On this the day of ,2007, before me personally appeared , to me known to be the person described in and who executed the foregoing bond and acknowledges to me that he/she executed the same. Notary Public Merchants Bonding Company (Mutual) POWER OF ATTORNEY Know All Persons By These Presents, that the MERCHANTS BONDING COMPANY (MUTUAL), a corporation duly organized under the laws of the State of Iowa, and having its principal office in the City of Des Moines, County of Polk, State of Iowa, hath made, constituted and appointed, and does by these presents make, constitute and appoint David J. Rudnik of Mounds View and State of Minnesota its true and lawful Attorney.in-Fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: THREE MILLION ($3,000,000.00) DOLLARS and to bind the MERCHANTS BONDING COMPANY (MUTUAL) thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (MUTUAL), and all the acts of said Attorney-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power-of'Attomey is made and executed pursuant to and by authority of the following Amended Substituied and Restated By. Laws adopted by the Board of Dire:tors of the MERCHANTS BONDING COMPANY (MUTUAL) on November 16, 2002. ARTICLE II, SECTION 8 - The Chairman of the Board or President or any Vice President or Secretary shall have power and authority 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. ARTICLE II, SECTION 9 . The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attomey or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed. In Witness Whereof, MERCHANTS BONDING COMPANY (MUTUAL) has caused these presents to be signed by its President and its corporate seal to be hereto afilxed, this 16th day of January, 2006. ...\~G-G.O... . ~'\>.......,t1t~. ..~~,,~ ?>PO ~~"-?;". . . ~ ....'..L. . "':~ 1"". :~:- -0- 0:-- :~". 1933 .:~: .~. :':'Y: . 0-:' .~~. .. '.:Yii.......'\, .. .00 -tI 0.. ...... STATE OF IOWA COUNTY OF POLK ss. MERCHANTS BONDING COMPANY (MUTUAL) By ~ 7~ President On this 16th day of January. 2006. before me appeared Larry Taylor. to me personally known. who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL), the corporation described in the foregoing instrument, and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf of said Corporation by authority of its Board of Directors. In Testimony Wnereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa. the day and year first above written. ij*.. CINDY SMYTH ~ 'r Commission Number 173504 I My Commission Expires Ow~ March 16, 2009 STATE OF IOWA COUNTY OF POLK ss, &~~ Notary Public, Polk County, Iowa I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL), do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-A nORNEY executed by said MERCHANTS BONDING COMPANY (MUTUAL). which is still in full force and effect and has not been amended or revoked. In Witness Wnereof, I have hereunto set my hand and affixed the seal of the Company on this 9th day of May 2007 POA 0001 (1/06) .o.O~~o ... \~G CO;... . ~'\>,,";.....?i~.. :.~~..~?>r 0 ~-i',-?'1-.. ,_ . ~ ..... '. .L . o -J,' <: I'" . . :~:_ -0- 0:--0 . ~: 1933 : ==: . -r_'. ' : c::::-. .-z,. . ':'Y. . 0-:' .~~. o. '.:YiV.......'\, .. 0.. ~. ._ ....... j;/~~~~. Secretary COUNCIL Request for Action Originating Department Approved for Agenda Agenda Section Public Works September 24, 2007 Develo ment & Plannina Item No. 8.8 By: Guy Johnson By: Resolution declaring cost to be assessed, confirming preparations of proposed assessment and calling for a public hearing in connection with the 2006 street - infrastructure improvement No. 790 Requested Action Staff is recommending that the Council approve a resolution that declares cost to be assessed and establishes a public hearing to consider the assessments for the 2006 street and infrastructure improvement project at the October 22, 2007, Council meeting. Policy/Past Practice The City Council routinely considers public infrastructure improvement projects to extend the useful life of the infrastructure and/or improve the level of service. The city's street infrastructure management plan identified areas for maintenance activities in 2006. Background On January 9, 2006, the city engineer presented the feasibility report for the proposed 2006 infrastructure improvement project. Council reviewed the report and scheduled the public hearing for February 13, 2006. Council also directed staff to notify Independent School District 281 of the proposed assessment to their Meadow Lake School property, utilizing Assessment Role A. The city clerk notified the school district regarding the proposed assessment project and notified their representatives of the public hearing. The 2006 infrastructure project included improvements to streets and utilities in the northwest part of the city. The proposed project will involve street and utility infrastructure work, park improvements, and Meadow Lake improvements. The project involves a number of neighborhoods between Winnetka A venue and TH 169, north of Bass Lake Road. The street work, depending upon the street's current condition, was reconstruction, reclaim, or mill & overlays. For the most part, the utility improvements entailed some water main re lacement and storm water im rovements. Motion by , I -) n I... L) 1/ /JitYU'./ I , Second by To: I: \ RF A \ PUBWORKS \ 2007\ 790 Public Hearing Declaring Assessments.doc Request for Action September 24, 2007 Page 2 Using the New Hope Assessment Policy, the city engineer has determined that the total cost for the street portion of the 2006 street infrastructure project is $1,625,554, and that the assessment rates per foot for residential properties are $20.85 for mill & overlay work, $43.19 for reclaim work, and $116.04 for reconstruction work. The assessment rates per foot for commercial/industrial properties are $31.28 for mill & overlay work, $64.79 for reclaim work, and $174.06 for reconstruction work. The 2006 infrastructure improvement project includes six tax exempt properties for assessment: five city of New Hope sites, and an Independent School District 281 site. The properties to be assessed for the 2006 street infrastructure project are: Address PID Number Meadow Lake Park 06-118-21-13-0082 Dorothy Mary Park 06-118-21-11-0006 7601 62nd Avenue N. 05-118-21-22-0059 7621 62nd Avenue N. 05-118-21-22-0060 7641 62nd Avenue N. 05-118-21-22-0061 Meadow Lake School (8525 62nd Avenue N.) 06-118-21-12-0078 New Hope's total assessable footage for all five sites is 548.65 feet, for a proposed total assessment amount of $22,793.20. The Meadow Lake School site footage is 2,236.22 feet, for a proposed total assessment amount of $69,948.96. Tne proposed total assessment amount for the project is $92,742.16. The city clerk will notify tt1'le property owners of the public hearing and the proposed assessment. Funding The remainder of the project cost is being funded by the utility fund, storm water fund, state aid, and street infrastructure fund. Attachments A resolution prepared by the city attorney and a memorandum from the city engineer is attached. I: \ RF A \ PUB WORKS \ 2007\ 790 Public Hearing Declaring Assessments.doc RESOLUTION NO. 07-145 RESOLUTION DECLARING COST TO BE ASSESSED, CONFIRMING PREPARATION OF PROPOSED ASSESSMENT AND CALLING FOR A PUBLIC HEARING IN CONNECTION WITH THE 2006 STREET - INFRASTRUCTURE IMPROVEMENT NO. 790 WHEREAS, contracts have been let for the construction of the 2006 Street - Infrastructure Improvement No. 790 in the City, and WHEREAS, the total cost of said improvements is $1,625,544.00, and WHEREAS, at the direction ofthe City Council, the City Clerk, with the assistance of the City consulting engineer, has prepared an assessment roll for the 2006 Street - Infrastructure Improvement No. 790, and WHEREAS, the said proposed assessment roll is on file with the City Clerk and open to public inspection; NOW THEREFORE, BE IT RESOLVED by the City Council of the City of New Hope as follows: 1. The City Council hereby determines that the City shall pay $1 ,532,811.84 of said cost, exclusive ofthe amount it may pay as a property owner, and the sum of$92,742.16 shall be assessed against benefited property owners based upon benefits received without regard to cash valuation. Of the assessable amount, the City shall pay $22,793.20 as a benefiting property owner. 2. The City Clerk, with the assistance ofthe City consulting engineer has calculated the proper amount to be specially assessed for such improvement against every assessable lot, piece or parcel of land without regard to cash valuation as provided by law, and the Clerk, has notified this Council ofthe proposed assessments and has filed a copy ofthe proposed assessment in the Clerk1s office for public inspection. 3. The Clerk shall publish notice that this Council will meet to consider the proposed assessments on October 22nd, 2007 at 7:00 p.m. at the City Hall, 4401 Xylon Avenue North of said City of New Hope, Minnesota. The published notice shall be in substantially the form set forth on Exhibit A attached hereto. 1 4. A copy of the notice in substantially the form set forth in Exhibit B attached hereto shall be mailed to the owners of each parcel of property described in the assessment roll. 5. Said notice attached as Exhibit A hereto shall be published by the City Clerk in the official newspaper at least two weeks prior to the hearing and the notice attached hereto as Exhibit B shall be mailed by the Clerk to the owners of each parcel described in the assessment roll. 6. The owner of any property so assessed may, at any time prior to certification of the assessment to the county auditor, pay the whole of the assessment on such property, with interest accrued to the date of payment, to the Finance Director or Assessment Clerk, except that no interest shall be charged if the entire assessment is paid within 30 days from the adoption ofthe assessment. At any time thereafter, the owner may pay to the Finance Director or Assessment Clerk the entire amount of the assessment remaining unpaid, with interest accrued to December 31 of the year in which such payment is made. Such payment must be made on or before November 14 or interest will be charged through December 31 of the succeeding year. 7. If the adopted assessment differs from the proposed assessment as to any particular lot, piece or parcel of land, the Clerk shall mail to the owner a notice stating the amount of the adopted assessment. Owners must also be notified by mail of any changes adopted by the Council in interest rates or prepayment requirements from those cohtained in the mailed notice of the proposed assessment. Adopted by the City Council this 24th day of September, 2007. x:.'" '- ;U Attest: '~0 2}UT)~ Valerie Leone, City Clerk P\Attorney\SAS\1 Client Files\2 City of New Hop::\99.67901 (06 street project)\Resolution Dedaring Cost Assessed, Prep of Assess and pub hrg_doc 2 EXHIBIT A NOTICE OF HEARING ON ASSESSMENTS FOR 2006 STREET - INFRASTRUCTURE IMPROVEMENT NO. 790 TO WHOM IT MAY CONCERN: TIME AND PLACE AND GENERAL NATURE OF IMPROVEMENTS: ASSESSMENT ROLL OPEN TO INSPECTION: AREA PROPOSED TO BE ASSESSED: Pill NlJl'vIBERJADDRESS: TOTAL Al\10UNT OF PROPOSED ASSESSMENT Notice is hereby given that the City Council of the City of New Hope, Minnesota, will meet in the City Hall at 440 1 Xylon Avenue North in the City of New Hope, Minnesota, on the 22nd day of October, 2007, at 7:00 p.rn. to consider objections to the proposed assessments for the 2006 Street - Infrastructure Improvement No. 790 heretofore ordered by the City Council. The general nature of the improvement is the reconstruction of streets, installation of new ductile iron water main along streets being reconstructed and storm sewer improvements. The project will also include backyard drainage improvements, park improvements and storm water pond improvements as described in the January 2006 feasibility report prepared by Bonestroo, Rosene, Anderlik & Associates, Inc., Engineers for the City. Only the street improvements are proposed to be specially assessed. 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 benefited by said improvement, which has been ordered made and is as follows, in the City of New Hope, Minnesota: 06-ll8-2l-12-00n Meadow Lake School 8525 62nd Avenue North 05-ll8-21-22-0061 764l 62nd Avenue North 05-118-21-22-0060 7621 62nd Avenue North 05-1l8-2l-22-0059 7601 62nd Avenue North 06-ll8-2l-l3-0074 Meadow Lake Park 06-ll8-2l-ll-0006 Dorothy Mary Park The total amount proposed to be assessed is $92,742.l6. -1- WRITTEN OR ORAL OBJECTIONS: RIGHT OF APPEAL: LIwHTATION ON APPEAL: DEFERt'\1ENT ASSESSMENTS: OF MAILED NOTICE: DATED: September 24,2007. I:'u~otices - Special Assessment\AHN-790 newspaper.doc 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. or Under the provisions of Minnesota Statutes, Sections 435.l93 to 435.195, the City may, at its discretion, defer the payment of assessments for anyhomestead 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 91-6 et. a1., a copy of which is available upon request at the office of the City Clerk. The notice of this hearing mailed to property owners contains additional information. BY ORDER OF THE CITY COUNCIL City Clerk -2- TO: YOUR ASSESSMENT: INTEREST RATEITERM: TIME AND PLACE GENERAL NATURE OF IMPROVEMENTS: ASSESSMENT ROLL OPEN TO INSPECTION: AREA PROPOSED TO BE ASSESSED: TOTAL AMOUNT OF PROPOSED ASSESSMENT: WRITTEN OR ORAL OBJECTIONS: RIGHT OF APPEAL: EXHIBIT B NOTICE OF HEARING ON ASSESSMENTS FOR 2006 STREET - INFRASTRUCTURE IMPROVEMENT PROJECT NO.790 Independent School District 281 - Meadow Lake Elementary School $69,948.96 7% Over 1 0 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 the 22nd day of October, 2007, at 7:00 p.m. to consider objections to the proposed assessments for the 2006 Street - Infrastructure Improvement No. 790 heretofore ordered by the City Council. The general nature of the improvement is the reconstruction of streets, installation of new ductile iron water main along streets being reconstructed and storm sewer improvements. The project will also include backyard <;l.rainage improvements, park improvements and storm water pond improvements as described in the January 2006 feasibility report prepared by Bonestroo, Rosene, Anderlik & Associates, Inc., Engineers for the City. Only the street improvements are proposed to be specially assessed. 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 benefited by said improvement, which has been ordered made and is as follows, in the City of New Hope, Minnesota: PID No. 06-118-21-12-0078 05-118-21-22-0061 05-118-21-22-0060 05-118-21-22-0059 06-118-21-13-0074 06-118-21-11-0006 Address 8525 62nd Ave. North (Meadow Lake School) 7641 62nd Ave. North 7621 62nd Ave, North 7601 62nd Ave. North 8400 Meadow Lake Rd E (Meadow Lake Park) 803060-1/2 Ave. North (Dorothy Mark Park) The total amount of proposed assessment is $92,742.16, 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 CITY OF NEW HOPE 4401 Xylon Avenue North · New Hope, Minnesota 55428-4898 . www.ci.new-hope.mn.us City Hall: 763-531-5100. Police (non-emergency): 763-531-5170. Public Works: 763-592-6777. TDD: 763-531-5109 City Hall Fax: 763-531-5136 . Police Fax: 763-531-5174. Public Works Fax: 763-592-6776 LIMITATION ON APPEAL: DEFERMENT OF ASSESSMENTS: SPECIFIC AMOUNT TO BE ASSESSED: INTEREST RATE ASSESSMENT INSTALLMENTS: PAYMENT OPTIONS THIS YEAR: PAYMENT IN SUCCEEDING YEARS: 1:\PROJECT-PHN\AHN.790 092007.doc 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 the assessment based on the waiver of appeal set out in the referenced Assessment Agreement. Objections to the regularity of these proceedings not received at the assessment hearing in the manner prescribed by Minnesota Statutes, Section 429.061 are waived, unless the failure to object 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 7%. Unless you choose to prepay your assessment, the assessment will be certified to your real estate taxes commencing with taxes payable in 2008. The assessment will be spread in equal annual installments over 10 years bearing interest at 7%. The first installment will include interest on the total assessment from November 1,2007, through December 31,2008, or 14 months' interest. 1) FULL PAYMENT - You may prepay the entire assessment to the Finance Director or Assessment Clerk of the City prior to December 13, 2007, when the assessment roll is certified to the County Auditor. To avoid paying interest, you need to prepay the assessment in full within 30 days of the adoption of the assessment. 2) PARTIAL PAYMENT - One partial payment per property will be accepted and credited to any special assessment levied against real property in the City within 30 days from the date the City Council adopts a resolution approving said special assessments. Payments must be made to the Finance Director or Assessment Clerk. The remaining unpaid balance will be certified to the County Auditor and apportioned to the property's real estate taxes for payment per the collection procedure established in Minnesota Statute Chapter 429. In subsequent years, the principal balance remaining may be paid to the Finance Director or Assessment Clerk at any time prior to November 14 of any year. Dated: September 20, 2007 BY ORDER OF THE CITY COUNCIL Valerie Leone, City Clerk 2335 Highway 36 W St. Paul. MN 55113 Tel 651-636.4600 Fax 651.636-1311 www.bonestroo.com August 23, 2007 -t~ Bonestroo Guy Johnson New Hope Public Works Director 5500 International Parkway New Hope, MN 55428 Re: 2006 Infrastructure Improvements Client Project No.: 790 Bonestroo File No.: 000034-05172-0 Dear Guy, The 2006 Infrastructure Improvement project involved street work generally throughout the northern part of the City. Depending on street conditions, one of three treatments was performed on the project streets: mill and overlay, reclamation, or full reconstruction. The work involved in this project is substantially complete, with only punch list work remaining. Final project street construction costs have been determined and assessment rates determined. Three different rates have been calculated, one for each of the three treatments that streets underwent. Each of the rates has a value for commercial properties and residential properties. Below is a summary of the calculated rates for the project: Anticipated Project Total Street Construction Cost = $1,625,554 Treatment/Rate Residential Rate per FF Commercial Rate per FF Mill & Overlay $20.85 $31.28 Reclamation $43.19 $64.79 Reconstruction $116.04 $17 4.06 City policy states tax paying properties are exempt from assessment for infrastructure improvements. Therefore, assessment amounts have been calculated only for the tax exempt properties within the project. Below is a table listing the tax exempt properties and their corresponding assessment amount: Property FF Treatment Property Type Rate Assessment Meadow Lake Park 59.43 Recon Resident $116.04 $6,896.26 Dorothy Mary Park 234.22 M&O Resident $20.85 $4,883.49 7601 620d Ave N 85.00 Reclaim Resident $43.19 $3,671.15 7621 620d Ave N 85.00 Reclaim Resident $43.19 $3,671.15 7641 620d Ave N 85.00 Reclaim Resident $43.19 $3,671.15 Meadow Lake School 2,236.22 M&O Commercial $31.28 $69.948.96 Total Assessment Amount $92,742.16 City of New Hope 2006 Infrastructure Improvements Page 2 August 23, 2007 The first 5 properties listed in the table are owned by the City of New Hope. Meadow Lake School is owned by School District 281. Feel free to contact me at 651-604-4938 if you'd like to discuss the calculations for determining the rates or the assessments. Yours truly, BONESTROO ~"o~ Jason Quisberg, PE Copy: Vince Vander Top, City Engineer Shari French, Parks and Recreation Director Paul Coone, Operations Manager Kirk McDonald, Acting City Manager 2006 Infrastructure Improvements Assessments Entity Property Type Street Front Assessment Assessment Improvement Footage Rate Amount Meadow Lake Park Residential Mill & Overlay 0.00 $20.85 Reclaim 0.00 $43.19 Reconstruct 59.43 $116.04 Meadow lake Park Total Assessment Dorothy Mary Park Residential Mill & Overlay 234.22 $20.85 Reclaim 0.00 $43.19 Reconstruct 0.00 $116.04 Dorothy Mary Park Total Assessment 7601 62nd Ave N Residential Mill & Overlay 0.00 $20.85 Reclaim 85.00 $43.19 Reconstruct 0.00 $116,04 7601 62nd Ave Total Assessment 7621 62nd Ave N Residential Mill & Overlay 0.00 $20.85 Reclaim 85.00 $43.19 Reconstruct 0.00 $116.04 7601 62nd Ave Total Assessment 7641 62nd Ave N Residential Mill & Overlay 0.00 $20.85 Reclaim 85.00 $43. 19 Reconstruct 0.00 $116.04 7641 62nd Ave Total Assessment Meadow Lake School Commercial Mill & Overlay 2,236.22 $31.28 Reclaim 0.00 $64.79 Reconstruct 0,00 $174.06 Meadow lake School Total Assessment Total Assessment Value Assessment_FFs _working copy _8-16-07 .xls 8/22/2007 $0.00 $0.00 $6,896.26 $6,896.26 $4,883.49 $0.00 $0.00 $4,883.49 $0.00 $3,671.15 $0.00 $3,671.15 $0.00 $3,671.15 $0.00 $3,671.15 $0.00 $3,671.15 $0.00 $3,671.15 $69,948.96 $0.00 $0.00 $69,948.96 $92,742.16 2006 INFRASTRUCTURE IMPROVEMENTS ASSESSMENT RATES Total Est Cost Residential FF Commercial FF *Edge Mill & 2" Overlay* 27,754.22 0.00 Full Mill & 1.5" Overlay 13,110.00 2,236.22 Subtotal $953,141 40,864.22 2,236.22 (1)Srooklyn Park Cost Share (Credit) -$30,942 Mill & Overlay Subtotal $922,199 40,864.22 2,236.22 **Reclaim $277 ,349 3,653.00 550.00 (2)Srooklyn Park Cost Share (Credit) -$83,927 Reclaim Subtotal $193,422 3,653.00 550.00 Reconstruction $509,933 4,394.43 0.00 Totals $1,625,554 48,911.65 2,786.22 'Includes costs for 62nd Avenue - TH 169 to Boone "Includes costs for 62nd Avenue - Winnetka to Louisiana 11150% 62nd Avenue (TH 169 to Boone Ave) street improvements costs 1L150% 62nd Avenue (Winnetka to Louisiana) street improvement costs Residential Rate = 2/3*Commercial Rate Estimated Cost = (Residential FF)*2/3*(Commercial Rate)+(Commercial FF)*(Commercial Rate) Commercial Rate = Estimated Cost 2/3 x Residential FF + Commercial FF Mill & Overlav Rates Commercial Rate = $922,199 2/3 x 40,864.22 + 2,236.22 Commercial Rate = $31.28 per FF Residential Rate = $20.85 per FF Reclaim Rates Commercial Rate = $193,422 2/3 x 3,653.00 + 550.00 Commercial Rate = $64.79 per FF Residential Rate = $43.19 per FF Reconstruct Rates Commercial Rate = $509,933 2/3 x 4,394.43 + 0.00 Commercial Rate = $174.06 per FF Residential Rate = $116.04 per FF Assessment_FFs_ working copy _8-16-07 .xls 8/22/2007 COUNCIL Request for Action Originating Department Approved for Agenda Agenda Section October 22, 2007 Public Hearina Item No. 7.1 By: Guy Jolu1son By: Resolution adopting assessments for improvement project No. 790 (2006 Street - Infrastructure Improvements) Requested Action Staff is recommending that the Council approve a resolution to adopt the proposed assessments for the 2006 street and infrastructure improvement project No. 790. Policy/Past Practice Assessments are proposed to be levied against benefited, tax-exempt properties, in accordance with Ne\v Hope's assessment policy. Background On January 9, 2006, the city engineer presented the feasibility report for the proposed 2006 infrastructure improvement project. Council reviewed the report and scheduled an improvement project public hearing for February 13, 2006. After closing the public hearing, Council ordered the construction of the project and directed staff to notify Independent School District 281 of the proposed assessment to their Meadow Lake School property, utilizing Assessment Role A. The 2006 infrastructure project included improvements to streets and utilities in the northwest part of the city. The proposed project involved street and utility infrastructure work, park improvements, and Meadow Lake improvements. The project involved a number of neighborhoods between Winnetka A venue and TH 169, north of Bass Lake Road. The street work, depending upon the street' s current condition, was reconstruction, reclaim, or mill and overlays. For the most part, the utility improvements entailed some water main replacement and storm water improvements. Motion bv '-,A, ,."~,, / i f:, // .~/ ,\ /" .'; .? / u,~fLl \...J i /LCU U/J / Serer'tcl-by , /1::g<J () 7-/~, () To: c. /, Request for Action October 22, 2007 Page 2 On September 24, Council approved a resolution declaring costs to be assessed and established a public hearing to consider the assessments at the October 22, 2007, Council meeting. The city clerk has notified the property owners of the public hearing and the proposed assessment. Using the New Hope assessment policy, the city engineer has determined that the total cost for the street portion of the 2006 street infrastructure project is $1,625,554, and that the assessment rates per foot for residential properties are $20.85 for mill and overlay ,,,,ork, $43.19 for reclaim work, and $116.04 for reconstruction work. The assessment rates per foot for commercial/industrial properties are $31.28 for mill and overlay work, $64.79 for reclaim work, and $174.06 for reconstruction work. The 2006 infrastructure improvement project includes six tax exempt properties for assessment: five city of New Hope sites, and an Independent School District 281 site. New Hope's assessable footage is 548.65 feet, for a proposed total assessment amount of $22,793.20. Independent School District 281 assessable footage is 2,236.22 feet, for a proposed total assessment of $69,948.96 for their Meadow Lake School property. Funding The remainder of the project cost is being funded by the utility fund, storm water fund, state aid, and street infrastruchue fund. Attachments A resolution prepared by the city attorney and a memorandum from the city engineer is attached. RESOLUTION NO. 07 - 160 RESOLUTION ADOPTING ASSESSMENT FOR IMPROVEMENT PROJECT NO. 790 (2006 Street - Infrastructure Improvements) WHEREAS, pursuant to notice duly given as required by law, the City Council met on October 22, 2007, heard and passed upon all objections to the proposed assessment for the 2006 Street - Infrastmcture Improvement Project No. 790, and has amended such proposed assessment as it deems just; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of New Hope as follows: 1. Such proposed assessment, a copy of which is attached hereto and made a part hereof is hereby accepted and shall constitute the special assessment against the lands named therein, and each tract of land therein is hereby found to be benefitted by the proposed improvement. 2. Such assessments shall be as follows: a. The assessments shall be payable in equal annual installments extending over a period often (10) years, the first of said installments to be payable with general taxes for the year 2008, collectible with such taxes during the year 2008. b. To the first installment shall be added interest at the rate of seven percent (7%) per annum on the entire principal amount of the assessment from the date of this Resolution until December 31 st of the year in which such installment is payable. To each subsequent installment, when due there shall be added interest for one year at said rate on the unpaid principal amount of the assessment. c. The owner of any property so assessed may at any time prior to the certification ofthe assessment or the first installment thereof to the County Auditor, pay the whole ofthe principal amount ofthe assessment on such property with interest accrued to the date of payment to the City Finance Director or Assessment Clerk, except that no interest shall be charged ifthe entire assessment is paid within thirty (30) days from the date hereof; and such property owner may at any time prior to November 15th of any year pay to the County Auditor the entire principal amount of the assessment remaining due with interest accmed to December 31st of the year in which said payment is made. 3. The City Clerk shall forthwith transmit a certified duplicate copy oftrns assessment to the County Auditor to be extended on the tax list of the County. 1 Adopted by the City Council this 22nd day of October, 2007. Attest ~/~ V alerie Leo~ ity Clerk C:'-.DOCU!>iENTS ,.\.."-:D SETTINGS\VLEONE\LOCAL SETIINGS\TEMFO?,.....\.."ty INTER..'iET FILES\QU(4F9\RESOLUTION .-\DOPTING .A..SSESS}.1ENT.DOC 2 CITY OF NEW HOPE TO WHOM IT MAY CONCERN: 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 the 22nd day of October, 2007 at 7:00 p.rn. to consider objections to the proposed assessments for the 2006 Street - Infrastructure Improvement No. 790 heretofore ordered by the City Council. The general nature of the improvement is the reconstruction of streets, installation of new ductile iron water main along streets being reconstructed and storm sewer improvements. The project will also include backyard drainage improvements, park improvements and storm water pond improvements as described in the January 2006 feasibility report prepared by Bonestroo, Rosene, Anderlik & Associates, Inc., Engineers for the City. Only the street improvements are proposed to be specially assessed. 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 benefited by said improvement, which has been ordered made and is as follows, in the City of New Hope, Minnesota: Property identification numbers Property Address 06-ll8-2l-l2-0078 Meadow Lake School 8525 62nd Avenue North 05-118-21-22-0061 764l62nd Avenue North 05-l18-2l-22-0060 7621 62nd Avenue North 05-ll8-2l-22-0059 760 16211d Avenue North 06-1l8-2l-l3-0082 Meadow Lake Park 06-118-21-11-0006 Dorothy Mary Park The total amount proposed to be assessed is $92,742.16. 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 429.08l 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 \vritten 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 ~ 1-6 et. a1., a copy of which is available upon request at the office of the City Clerk. The notice of this hearing mailed to property owners contains additional information. DATED: September 24,2007. BY ORDER OF THE CITY COUNCIL s/ Valene J. Leone City Clerk (Published in the New Hope-Golden Valley Sun-Post on the 4th day of October, 2007) LESLIE A. ANDERSON GORDON L. JENSEN' AM',. E. PAPENHAUSEN STEVEN A. SONDR~LL l\IELANIE 1\1. PERSELLIN 'Real Property Law Specialist Certilied By The ivlinnesota State Bar Association JENSEN ANDERSON SONDRALL, P.A. Attorneys At Law 8525 EDlNBROOK CROSSING, STE. 201 BROOKLYN PARK, MINNESOTA 55443-1968 TELEPHONE (763) 424-8811 $ TELEFAX (763) 493-5193 e-mail Iaw@jasattorneys.com Writer's Direct Dial No.: (763) 201-0211 e-mail sas@jasattorneys.com October 10, 2007 Guy Johnson Public Works Director City of New Hope Depmiment of Public Works 6500 Intemational Parkway New Hope, MN 55428 Via e-mail to rdoltnsoll(ci)ci.llew-ltolJe. mn.us and by Regular Mail RE: 2006 Street - Infrastructure Improvement Project 790 Proposed Resolution Adopting Assessment Our File No.: 99-67901 Dear Guy: Please find enclosed for consideration at the October 22nd Council Meeting a proposed Resolution Adopting Assessment For Improvement Project 790. This will adopt the assessments as proposed in connection with the ISD 281 properiy at Meadow Lake School and the city owned properties. The ISD 281 will pay an assessment equaling $69,948.96. The City's assessment for it various properiies will equal $22,793.20. As you know, the assessment calculations are more fully set out in the City Engineer's August 23, 2007 letter already presented to the City CounciL Please contact me if you have any questions or need any additional infom1ation from me. Very truly yours, Steven A. Sondrall, City Attomey, City of New Hope Enclosure(s) cc: Kirk McDonald Valerie Leone Vince Vander Top C;\Documents and Scnings\vleone\Local Seuing5\Temporar:y Imemet Files\OLK4F9\ltr G Johnson reso adopting assess .doc August 23, 2007 Guy Johnson New Hope Public Works Director 5500 International Parkway New Hope, MN 55428 Re: 2006 infrastructure Improvements Client Project No.: 790 Bonestroo File No.: 000034-05172-0 Dear Guy. 2335 Highway 36 W St. Paul. MN 55113 Tel 651-636-4600 Fax 651.636-1311 www.bonestroo.com -# Bonestroo The 2006 Infrastructure Improvement project involved street work generally throughout the northern part of the City. Depending on street conditions, one of three treatments was performed on the project streets: mill and overlay, reclamation, or full reconstruction. The work involved in this project is substantially complete. with only punch list work remaining. Final project street construction costs have been determined and assessment rates determined. Three different rates have been calculated, one for each of the three treatments that streets underwent. Each of the rates has a value for commercial properties and residential properties. Below is a summary of the calculated rates for the project: Anticipated Project Total Street Construction Cost = $1,625.554 Treatment/Rate Residential Rate per FF Commercial Rate per FF Mill & Overlay $20.85 $31.28 Reclamation $43,19 $64.79 Reconstruction $116.04 $17 4.06 City policy states tax paying properties are exempt from assessment for infrastructure improvements. Therefore, assessment amounts have been calculated only for the tax exempt properties within the project. Below is a table listing the tax exempt properties and their corresponding assessment amount: Property Meadow lake Park Dorothy Mary Park 7601 62nd Ave N 7621 6200 Ave N 7641 62M Ave N Meadow lake School FF 59.43 234.22 85.00 85.00 85.00 2,236.22 Property Type Rate Resident $116.04 Resident $20.85 Resident $43.19 Resident $43.19 Resident $43.19 Commercial $31.28 Total Assessment Amount Treatment Recon M&O Reclaim Reclaim Reclaim M&O Assessment $6,896.26 $4,883.49 $3,671.15 $3,671.15 $3,671.15 $69,948.96 $92,742.16 City of New Hope 2006 Infrastructure Improvements Page 2 August 23. 2007 The first 5 properties listed in the table are owned by the City of New Hope. Meadow Lake School is owned by School District 281. Feel free to contact me at 651-604-4938 if you' d like to discuss the calculations for determining the rates or the assessments. Yours truly. BONESTROO ~;O~ Jason Quisberg, PE Copy: Vince Vander Top. City Engineer Shari French. Parks and Recreation Director Paul Coone, Operations Manager Kirk McDonald, Acting City Manager 2006 Infrastructure Improvements Assessments Entity Property Type Street Front Improvement Footage Assessment Rate Meadow Lake Park Residential Mill & Overlay 0.00 $20.85 Reclaim 0.00 $43.19 Reconstruct 59.43 $116.04 Meadow Lake Park Total Assessment Dorothy Mary Park Residential Mill & Overlay 234.22 $20.85 Reclaim 0.00 $43.19 Reconstruct 0.00 $116.04 Dorothy Mary Park Total Assessment 7601 62nd Ave N Residential Mill & Overlay 0.00 $20.85 Reclaim 85.00 $43.19 Reconstruct 0.00 $116.04 7601 62nd Ave Total Assessment 7621 62nd Ave N Residential Mill & Overlay 0.00 $20,85 Reclaim 85.00 $43.19 Reconstruct 0.00 $116.04 7601 62nd Ave Total Assessment 7641 62nd Ave N Residential Mill & Overlay 0.00 $20.85 Reclaim 85.00 $43.19 Reconstruct 0.00 $116.04 7641 62nd Ave Total Assessment Meadow Lake School Commercial Mill & Overlay 2,236.22 $31.28 Reclaim 0.00 $64.79 Reconstruct 0.00 $174.06 Meadow Lake School Total Assessment Total Assessment Value Assessment_FFs _working copy- 8-16-07.xls 8/2212007 Assessment Amount $0.00 $0.00 $6,896.26 $6,896.26 $4,883.49 $0.00 $0.00 $4,883.49 $0.00 $3,671.15 $0.00 $3,671.15 $0,00 $3,671.15 $0.00 $3,671.15 $0.00 $3,671.15 $0.00 $3,671.15 $69,948.96 $0.00 $0.00 $69,948.96 $92,742.16 2006 INFRASTRUCTURE IMPROVEMENTS ASSESSMENT RATES Total Est Cost Residential FF Commercial FF *Edge Mill & 2" Overlay* 27,754.22 0.00 Full Mill & 1.5" Overlay 13,110.00 2,236.22 Subtotal $953,141 40,864.22 2,236.22 (1)Srooklyn Park Cost Share (Credit) -$30,942 Mill & Overlay Subtotal $922,199 40,864.22 2,236.22 **Reclaim $277,349 3,653.00 550.00 (2)Srooklyn Park Cost Share (Credit) -$83,927 Reclaim Subtotal $193,422 3,653.00 550.00 Reconstruction $509,933 4,394.43 0.00 Totals $1,625,554 48,911.65 2,786.22 'Includes costs for 62nd Avenue - TH 169 to Boone "Includes costs for 62nd Avenue - Winnetka to Louisiana (1'50% 62nd Avenue (TH 169 to Boone Ave) street improvements costs IL'50% 62nd Avenue (Winnetka to Louisiana) street improvement costs Residential Rate = 2/3*Commercial Rate Estimated Cost = (Residential FF)*2/3*(Commercial Rate)+(Commercial FF)*(Commercial Rate) Commercial Rate = Estimated Cost 213 x Residential FF + Commercial FF Mill & Overlay Rates Commercial Rate = $922,199 2/3 x 40,864.22 + 2,236.22 Commercial Rate - $31.28 per FF Residential Rate = $20.85 per FF Reclaim Rates Commercial Rate = $193,422 2/3 x 3,653.00 + 550.00 Commercial Rate = $64.79 per FF Residential Rate = $43.19 per FF Reconstruct Rates Commercial Rate = $509,933 2/3 x 4,394.43 + 0.00 Commercial Rate = $174.06 per FF Residential Rate = $116.04 per FF Assessment_FFs _working copy- 8-16-07 .xls 8/22/2007 COUNCIL cltr} L/VlL-vl ~ u Request for Action Originating Department Approved for Agenda Agenda Section Public Works December 10, 2007 Consent Item No. By: 6.11 Guy Johnson By: Resolution accepting the 2006 street infrastructure improvement project and approving the final payment request to C.S. McCrossan Ine.(improvement project no. 790) Requested Action Staff recommends that Council approve a resolution to accept the 2006 sh'eet infrastructure improvement project 790 and authorize final payment to C. S. McCrossan Ine. in the amount of $74,912.87. Background The Council approved plans and specifications for the 2006 street infrastruchlre improvement project at its February 27, 2006, meeting and awarded a contract to C. S. McCrossan Inc. in the amount of $2,996,022.41 on April 10, 2006. The 2006 Infrastruchlre Project included improvements to streets and utilities in the northwest part of the city. The project included street and utility infrastruchue work, park improvements, and Meadow Lake improvements; and involved a number of neighborhoods between Wllmetka Avenue and TH 169, north of Bass Lake Road. Dependll1g upon the street's current condition, the street \vork consisted of reconstruction, reclamation, or mill and overlay. The utility improvements entailed some sanitary sewer improvements, some water mall1 replacement, and storm water improvements. The suggested park and Meadow Lake improvements were bid as separate lll1e items ll1 the bid package. Meadow Lake improvements ll1Cluded drall1ing a portion of the lake and removal of silt material and debris in front of the outlet struchue and the five inlet sh'uchues. The park infrastructure improvements included the reconstruction, with curbll1g, of two existll1g parkll1g lots at the city's 49th Avenue ball fields, the installation of lighting systems for the same parking lots, and improvements to the trails ll1 Meadow Lake Park and the trail that COlmects the park to the 59th and Wisconsin Avenue neighborhood. Motion by 07 ' lay-CrL Second by '.. \'"'1 uXJl./U To: o Oc:;- /UI/JI, 0 1- 6-' I: \ RF A \ PUBWORKS \ 2007\ 790 FinaLdoc Request for Action December 10, 2007 Page 2 Funding C. S. McCrossan Inc. originally bid $2,996,022.41 for the project. There was one change order for additional work requested by the city. The change order increased the overall contract by $22,920.00. The net change to the original contract was an increase to $3,018,942.41. The final amOlmt earned by C. S. McCrossan 1nc. was $2,893,735.94 or about 4% tmder the contract amount. Funding was from State Aid, private assessments, City assessments, Brooklyn Park for a portion of the 62nd Avenue work, street infrastruchue fund, storm water fund, and the utility fund. Attachments Attached are copies of the resolution, the engineer's memorandum recommending acceptance of the project, and the final pay request. I: \ RF A \ PUB WORKS \ 2007\ 790 Final.doc CITY OF NEW HOPE RESOLUTION NO. 07- 185 Resolution accepting the 2006 street infrastructure improvement project and approving the final payment request to C.S. McCrossan Inc. (improvement project no. 790) WHEREAS, the City has entered into a contract with C. S. McCrossan Inc. for the construction of the 2006 street infrastructure project; and, WHEREAS, staff is recommending that the Council adopt a resolution to accept improvement project 790 and approve final payment to C. S. McCrossan Inc. in the amount of $74,912.87; and, WHEREAS, the city engineer has reported that all work has been satisfactorily completed and recommends that final payment be made to C. S. McCrossan Inc. NOW, THEREFORE, BE IT RESOLVED by the City Council of the city of New Hope, Hennepin COlmty, Minnesota: 1. That the City Council accepts the 2006 street infrastructure project from C. S. McCrossan Inc. 2. That the city manager is hereby directed to authorize the final payment of $74,912.87, to C. S. McCrossan Ine. subject to submittal of the required IC-134 Forms. Adopted by the City Council of the city of New Hope, Hennepin County, Minnesota this 10th day of December, 2007. If.. L ' , Attest: f dtUL-i_t c rILt v City Clerk I:RFA\Pubworks\2007\790 Final Resolution 2335 Highway 36 W St. Paul, MN 55113 Tel 651-636-4600 Fax 651-636-1311 www.bonestroo.com November 27 1 2007 .. Bonestroo Guy Johnson New Hope Public Works 5500 International Parkway New Hope. MN 55428 Re: 2006 Infrastructure Improvements - Final Payment Client Project No.: 790 Bonestroo File No.: 000034-05172-0 Dear Guy, The contractor on the 2006 Infrastructure Improvements project. C.S. McCrossan, Inc.. has complete all work on under the contract and requested final payment. Enclosed find the signed final pay request in the amount of $74.912.87 for the project. The final contract amount is for $3,018,942.41. The final value of the work completed under the contract is $2,893.735.94, or $125,206.47 (4.2%) less than the contract amount. The savings resulted from less than anticipated quantities for a number of bid items. The larger underrun amounts being for bituminous wear course, topsoil borrow, and sediment removal in Meadow Lake. We recommend approval of final payment in the amount of $74,912.87. Payment should be held until the necessary IC-134 form have been provided by the contactor and verified for the project. If you have any questions, please contact me at 651-604-4938. Yours truly, BONESTROO ~f?~ Jason P. Quisberg, PE ., .11- 1~ Bonestroo Owner: City of New Hope, 4401 Xvlon Ave N, New Hope, MN 55428 Date: November 19, 2007 For Period: 9/15/2007 to 11/1912007 Request No: 13 AND FINAL Contractor: C. S. McCrossan Inc, 7865 Jefferson Hwy, P O. Box 1240, Maple Grove, MN 55369 CONTRACTOR'S REQUEST FOR PAYMENT 2006 INFRASTRUCTURE IMPROVEMENTS BONESTROO FILE NO 000034-05172-0 it 1 qD. SUMMARY 1 Original Contract Amount 2 Change Order - Addition 3 Change Order - Deduction 4 Revised Contract Amount 5 Value Completed to Date 6 Material on Hand 7 Amount Earned 8 Less Retainage 0% 9 Subtotal 10 Less Amount Paid Previously 11 Liquidated damages - 12 AMOUNT DUE THIS REQUEST FOR PAYMENT NO. $ $ 22,920.00 0.00 13 AND FINAL Recommended for Approval by BONESTROO ~~ $ 2,996,022.41 $ $ $ $ $ $ $ $ $ 3,018,942.41 2,893,735.94 0.00 2,893,735.94 0.00 2,893,735.94 2,818,823.07 0.00 74,912.87 Approved by Contractor: C. S. MCCROSSAN INC. 011 -Y'G I ~il _ // ~/ '-- / . Approved by Owner: . ~ OF ~€W H~PE: \: '" ,\ .~...~ (-~~~~\~\~~~~) . ;\'" ,.~ '-.Y~ \ .~ Specified Contract Completion Date June 29, 2007 Date: \ \ } 16\\ 3405172REQ13 A~JD FINAL.x1s Contract Unit Current Quantity Amount No. Item Unit Quantity Price Quantity to Date to Date BASE BID ITEMS 1 - 55: 1 MOBIUZA TION LUMP SUM 1 190000,00 1 $190,000.00 2 CLEARING TREE 44 250,00 54 513,50000 3 GRUBBING TREE 44 150,00 44 56,60000 4 REMOVE WATER MAIN UN FT 3598 8.00 2624 520,992.00 5 REMOVE SEWER PIPE (STORM) UN FT 377 12,00 358 54,29600 6 REMOVE SEWER PIPE (SANITARY) UN FT 40 20.00 215 54,30000 7 REMOVE CURB AND GUTTER UN FT 12117 220 11616 525,55520 8 REMOVE CONCRETE CURB AND GUTTER, SPECIAL UN FT 14245 3.20 13592 $43,49440 9 REMOVE SANITARY SERVICE PIPE UN FT 65 14.00 169 52,36600 10 REMOVE CONCRETE WALK SO FT 10767 0.70 10547 57,38290 11 REMOVE CONCRETE DRIVEWAY PAVEMENT SO YD 1210 9,50 1070.5 510,16975 12 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SO YD 870 770 736 55,667.20 13 REMOVE BITUMINOUS PAVEMENT SO YD 5983 170 7098 512,066.60 14 REMOVE CASTING EACH 121 80.00 119 59,520,00 15 REMOVE HYDRANT EACH 8 380.00 8 53,04000 16 REMOVE MANHOLE OR CATCH BASIN EACH 26 240.00 28 56,720.00 17 SAWING BITUMINOUS PAVEMENT UN FT 3460 230 4277 59,83710 18 REPLACE GATE VALVE BOLTS EACH 1 500,00 1 5500,00 19 SALVAGE STRUCTURE (SAN) EACH 1 1000.00 SO.OO 20 COMMON EXCAVATION CU YD 10177 100 10194 510,19400 21 GEOTEXTILE FABRIC TYPE IV SO YD 11512 1.40 11113 515,558.20 22 SELECT GRANULAR BORROW TON 7642 10.00 7335 573,350.00 23 STREET SWEEPER (WITH PICKUP BROOM) HOUR 30 120.00 83 59,96000 24 WATER MGALLON 215 25.00 128 53,20000 25 AGGREGATE BASE CLASS 5 TON 11372 1400 10852 5151,928.00 26 MILL BITUMINOUS SURFACE (1.5") SO YD 37050 045 35222 515,849.90 27 MILL BITUMINOUS PAVEMENT (SPECIAL) SO YD 26690 045 22903 510,30635 28 BITUMINOUS PATCHING MIXTURE TON 602 75.00 773 557,975.00 29 BITUMINOUS PAVEMENT RECLAMATION SO YD 25689 3.00 25116 575,348,00 30 TYPE LV 4 WEARING COURSE MIXTURE (B) TON 11786 38,00 11149 5423,662.00 31 TYPE LV4 WEARING COURSE MIXTURE (B), FOR DRIVEWAYS TON 221 85.00 82 56,97000 32 TYPE LV 3 NON WEARING COURSE MIXTURE (B) TON 5448 3200 5161 5165,152,00 33 BITUMINOUS MATERIAL FOR TACK COAT GALLON 4512 2,50 5050 512,625,00 34 RECONSTRUCT RETAINING WALL SO YD 10 200,00 4 S800.00 35 IMPROVED PIPE FOUNDATION UN FT 200 500 16 580.00 36 18" PIPE APRON EACH 1 630,00 1 5630.00 37 4" PERF PVC PIPE DRAIN UN FT 980 12.00 1091 513,092.00 38 4" PVC PIPE SEWER UN FT 80 5100 184 59,38400 39 8" PVC PIPE SEWER, SDR-35 UN FT 321 3700 376 513,912.00 40 12" PVC PIPE SEWER, SDR-26 UN FT 217 3700 217 58,02900 41 12" RC PIPE SEWER CLASS III UN FT 806 29.00 688 519,952.00 42 15" RC PIPE SEWER CLASS III UN FT 688 34,00 738 525,092.00 43 18" RC PIPE SEWER CLASS III UN FT 1239 34,00 1286 S43,724.00 44 CONNECT TO EXISTING SANITARY SEWER SER EACH 4 150,00 8 51,200,00 45 8"X4" PVC WYE EACH 4 250.00 8 52,000.00 46 2" INSULATION SO YD 30 16,00 9,2 5147.20 47 WATERMAIN OFFSET EACH 1 1500.00 51,50000 48 RECONNECT WATER SERVICE EACH 85 27000 85 522,95000 49 INSTALL HYRANT & VALVE EACH 8 3800,00 8 530,40000 50 ADJUST VALVE BOX EACH 37 390,00 26 510,14000 51 CONNECT TO EXISTING WATER MAIN EACH 6 480,00 5 52,40000 52 ADJUST HYDRANT EACH 8 570,00 2 51,14000 53 1" CORPORATION STOP EACH 85 140,00 85 511,90000 54 6" GATE VALVE AND BOX EACH 7 850,00 7 55,95000 55 1" CURB STOP & BOX EACH 85 2 80,00 85 523,80000 TOTAL BASE BID ITEMS 1 - 55: 51,656,30780 3405172REQ13 AND FIN.l\L,xls Contract Unit Current Quantity Amount No. Item Unit Quantity Price Quantity to Date to Date BASE BID ITEMS 56 - 110: 56 8" GATE VALVE AND BOX EACH 2 1100.00 2 52,20000 57 TEMPORARY WATER 5ERVICE LUMP SUM 1 40000,00 1 540,00000 58 1" TYPE K COPPER PIPE L1N FT 2750 1300 2976 538,688.00 59 6" WATERMAIN DUCTILE IRON CL 52 L1N FT 3122 24.00 3216 577,18400 60 8" WATERMAIN DUCTILE IRON CL 52 L1N FT 1452 28.00 1429 540,012.00 61 MODIFY WATERMAIN SERVICE EACH 1 1100.00 50,00 62 DUCTILE IRON FITTINGS POUND 4327 2,40 1480 53,55200 63 INSTALL CASTING EACH 121 460.00 117 553,82000 64 CONST. DRAINAGE STRUCTURE, 27" DIA CATCH BASIN EACH 1 1200.00 4 54,80000 65 CONST. DRAINAGE STRUCTURE, 2' X 3' RECTANGULAR CATCH BASIN EACH 14 1300.00 10 513,00000 66 CONST. DRAINAGE STRUCTURE, 4' DIA MH EACH 10 1900.00 10 519,00000 67 CONST. DRAINAGE STRUCTURE, 4' DIA CBMH EACH 13 2000.00 13 526,00000 68 CONST. DRAINAGE STRUCTURE, 45' DIA MH EACH 1 2400.00 1 52,40000 69 CONST. DRAINAGE STRUCTURE, 5' DIA MH EACH 1 2600.00 1 52,60000 70 CaNST. DRAINAGE STRUCTURE, 65' DIA MH EACH 1 4400,00 1 54,40000 71 CONST. DRAINAGE STRUCTURE, 8' DIA MH EACH 2 6200.00 2 512,40000 72 CONST. DRAlt~AGE STRUCTURE, 7' AND 5' DIA GRIT CHAMBER EACH 3 22000.00 3 566,000.00 73 CONST. DRAINAGE STRUCTURE, 8' AND 6' DIA GRIT CHAMBER EACH 1 26000.00 1 526,00000 74 RECONSTRUCT DRAINAGE STRUCTURE EACH 3 1200.00 2 52,40000 75 INSTALL SALVAGED SAN. MANHOLE EACH 1 2300,00 5000 76 STANDARD SANITARY MANHOLE EACH 2 2500.00 2 55,00000 77 CONNECT TO EXISTING SANITARY MANHOLE EACH 1 2800,00 1 52,80000 78 CONNECT INTO EXISTING MH OR CB EACH 4 950,00 2 51,900,00 79 CONNECT EXISTING PIPE TO STORM STRUCTURE EACH 42 550.00 35 519,25000 80 RANDOM RIPRAP CLASS III TON 18 95.00 16.3 51,548.50 81 4" CONCRETE WALK SQ FT 10907 2.60 8370 521,76200 82 CONCRETE CURB & GUTTER DESIGN B618 L1N FT 12037 8.00 11393 591,144.00 83 CONCRETE CURB & GUTTER DESIGN SPECIAL L1N FT 14245 16.50 13944 5230,076.00 84 6" CONCRETE DRIVEWAY PAVEMENT SQ FT 10830 4.30 15498 566,64140 85 PEDESTRIAN CURB RAMP EACH 26 300,00 57 517,10000 86 7" CONCRETE VALLEY GUTTER SQ YD 25 4300 425 51,82750 87 TEMPORARY MAIL BOXES LUMP SUM 1 6000.00 1 56,00000 88 RELOCATE LIGHT STANDARD EACH 5 2400,00 2 54,80000 89 TRAFFIC CONTROL LUMP SUM 1 8200.00 1 58,200,00 90 SIGN PANELS TYPE C SQ FT 23 3500 4325 51,51375 91 PAVEMENT MESSAGE (LEFT ARROW) PAINT EACH 2 40.00 2 580.00 92 PAVEMENT MESSAGE (RIGHT ARROW) PAINT EACH 2 40,00 2 580.00 93 PAVEMENT MESSAGE (THRU ARROW) PAINT EACH 4 40.00 3 5120 00 94 4" SOLID LINE WHITE-PAINT L1N FT 14872 0.10 -530 15097 S1,50970 95 24" STOP LINE WHITE PAINT LI N FT 253 2,00 116 381 5762.00 96 12"SOLlD LINE YELLOW-PAINT LI N FT 228 125 1 137 5171,25 97 4" BROKEN LINE WHITE-PAINT LI N FT 768 0,01 -244 210 52,10 98 4" DOUBLE SOLID LINE YELLOW-PAINT L1N FT 3822 0.20 728 3874 5774.80 99 4" BROKEN LINE YELLOW-PAINT L1N FT 10613 0.01 -952 2540 525,40 100 ZEBRA CROSSWALK WHITE-PAINT SQ FT 2760 120 594 1620 Sl,94400 101 LOOP DETECTOR SPECIAL EACH 9 850.00 15 512,75000 102 SILT FENCE, TYPE HEAVY DUTY MAINTAINED L1N FT 310 1,60 so 00 103 SILT FENCE, TYPE MACHINE SLICED L1N FT 450 150 80 5120,00 104 TEMPORARY ROCK CONSTRUCTION ENTRANCE EACH 3 2500,00 50,00 105 INLET PROTECTIO~) EXPOSED SUBGRADE EACH 27 23000 29 56,67000 106 INLET PROTECTION POST BITUMINOUS BASE EACH 37 230,00 14 53,22000 107 BIOROLL LI ~I FT 340 2,50 172 5430.00 108 INSTALL FLOTATION SILT CURTAIN L1N FT 100 19,00 150 52,85000 109 SODDING TYPE LAWf') SQ YD 15306 220 75 13580 529,87600 110 SELECT TOPSOIL BORROW (LV) CU YD 1707 14,00 14 755 510,570,00 TOTAL BASE BID ITEMS 56 - 110: 5985,97440 3405172REQ13 AND FINAL,xls Contract Unit Current Quantity Amount No. Item Unit Quantity Price Quantity to Date to Date ALTERNATE NO.1 - MEADOW LAKE SEDIMENTIDELTA REMOVAL: 111 MUCK EXCAVATION CU YD 2000 15,00 972 514,58000 112 DEWATERING LUMP SUM 1 15000.00 1 515,000,00 TOTAL ALTERNATE NO.1. MEADOW LAKE SEDIMENT/DELTA REMOVAL: 529,580.00 ALTERNATE NO.3 - BACKYARD DRAINAGE IMPROVEMENTS: 116 CLEARING TREE 3 250.00 5000 117 GRUBBING TREE 3 150.00 50.00 118 REMOVE CONCRETE DRIVEWAY PAVEMENT SO YD 56 1300 35 545500 119 SALVAGE FENCE UN FT 40 5,00 50.00 120 AGGREGATE BASE CLASS 5 TON 20 35.00 50.00 121 6" PVC PIPE DRAIN CLEANOUT EACH 2 380.00 5000 122 8" PVC PIPE SEWER, SDR-35 UN FT 143 31.00 13 5403. 00 123 12" X4" PVCWYE EACH 1 350.00 1 5350,00 124 12" X 8" PVC WYE EACH 1 420.00 1 5420.00 125 8" PVC PIPE BEND 45 DEGREES, SDR-26 EACH 3 160,00 1 5160.00 126 CONST DRAINAGE STRUCTURE, 27" DIA CATCH BASIN EACH 1 730.00 5000 127 6" CONCRETE DRIVEWAY PAVEMENT SO FT 500 4.80 350 51,68000 128 INSTALL SALVAGED FENCE L1N FT 40 1000 50,00 129 SODDING TYPE LAWN SO YD 278 3.00 195 5585,00 130 SELECT TOPSOIL BORROW (LV) CU YD 30 30.00 5000 TOTAL ALTERNATE NO.3. BACKYARD DRAINAGE IMPROVEMENTS: 54,05300 ALTERNATE NO.4 - PARKING LOT RECONSTRUCTION: 131 CLEARING TREE 1 300.00 3 590000 132 GRUBBING TREE 1 200.00 3 5600,00 133 REMOVE CURB AND GUTTER L1N FT 150 4.50 122 5549,00 134 REMOVE CONCRETE PARKING STOPS L1N FT 450 4,50 560 52,520.00 135 REMOVE BITUMINOUS WALK SO FT 30 3,80 50 S190,OO 136 REMOVE BITUMINOUS PAVEMENT SO YD 3924 130 4114 55,34820 137 COMMON EXCAVATION CU YD 498 1700 646 510,982,00 138 AGGREGATE BASE CLASS 5 TON 1975 1300 1924 525,01200 139 TYPE LV 4 WEARING COURSE MIXTURE (B) TON 340 4300 382 516,42600 140 TYPE LV 3 NON WEARING COURSE MIXTURE (B) TON 455 35,00 498 517,43000 141 BITUMINOUS MATERIAL FOR TACK COAT GALLON 225 3,20 225 5720.00 142 12" PIPE APRON EACH 1 600.00 1 5600,00 143 12" RC PIPE SEWER CLASS III UN FT 42 40,00 42 51,68000 144 corm DRAINAGE STRUCTURE, 2' X 3' RECTANGULAR CATCH BASIN EACH 1 1300.00 1 51,300.00 145 RANDOM RIPRAP CLASS III TON 28 95.00 28 52,660,00 146 4" CONCRETE WALK SO FT 860 3,20 310 599200 147 CONCRETE CURB & GUTTER DESIGN B612 UN FT 1198 8.10 1118 59,055,80 148 6" CO~JCRETE DRIVEWAY PAVEMENT SO FT 400 4,80 434 52,08320 149 PEDESTRIAN CURB RAMP EACH 10 300,00 15 54,50000 150 7" COr~CRETE VALLEY GUTTER SO YD 35 4300 27 51,16100 151 SIGN PANELS TYPE C SO FT 24 65.00 46,5 53,02250 152 PAVT MSSG (HANDICAPPED SYMBOL) PAIW EACH 6 20.00 6 5120,00 153 PAVEMENT MESSAGE (LEFT ARROW) PAINT EACH 4 40,00 4 5160 00 154 PAVEMENT MESSAGE (THRU ARROW) PAINT EACH 4 40.00 4 5160 00 155 4" SOUD L11~E WHITE-PAINT L1N FT 3640 021 227 3784 5794 64 156 SILT FENCE, TYPE HEAVY DUTY MAINTAINED L1N FT 350 1.60 256 5409,60 157 INLET PROTECTIOI\j EXPOSED SUBGRADE EACH 1 230.00 1 5230,00 158 INLET PROTECTIO~J POST BITUMINOUS BASE EACH 2 230,00 so 00 159 SODDING TYPE LAWN SO YD 300 3.00 913 52,739,00 160 SELECT TOPSOIL BORROW (LV) CU YD 192 20,00 16 5320.00 TOTAL ALTERNATE NO, 4 - PARKING LOT RECONSTRUCTION: Sl12,66494 ALTERNATE NO.5 - STREET LIGHTING: 161 LIGHTING UNIT ORF & POLE EACH 8 2140,00 Ll 58,560,00 3405172REQ13 AND FINAL,xls Contract Unit Current Quantity Amount No. Item Unit Quantity Price Quantity to Date to Date 162 LI GHT BASE EACH 8 770.00 4 $3,08000 163 CONDUCTOR #12 L1N FT 915 0,50 972 5486.00 164 20 AMP CIRCUIT BREAKER EACH 2 40,00 2 580.00 165 1 S' PVC CONDUIT L1N FT 305 5,00 324 51,62000 TOTAL ALTERNATE NO.5 - STREET LIGHTING: 513,82600 ALTERNATE NO.6 - PARK TRAIL RECONSTRUCTION: 166 REMOVE CONCRETE CURB AND GUTTER, SPECIAL L1N FT 20 7.80 17 $132 60 167 REMOVE BITUMINOUS WALK SQ FT 5058 0.60 5160 $3,096.00 168 SALVAGE FENCE L1N FT 265 5,00 286 51,43000 169 RELOCATE BENCH EACH 3 600.00 3 51,80000 170 COMMON EXCAVATION CU YD 452 17.00 463 $7,871.00 171 GEOTEXTILE FABRIC TYPE IV SQ YD 315 3.00 896 52,688.00 172 AGGREGATE BASE CLASS 5 TON 630 20.00 1010 520,200,00 173 BITUMINOUS PATCHING MIXTURE TON 1 200.00 1 5200.00 174 TYPE LV 4 WEARING COURSE MIXTURE (B) TON 247 60,00 260 515,600.00 175 TYPE LV 3 NON WEARING COURSE MIXTURE (B) TON 38 70.00 5000 176 BITUMINOUS MATERIAL FOR TACK COAT GALLON 152 3.20 50.00 177 CONCRETE CURB & GUTTER DESIGN SPECIAL L1N FT 20 29,00 17 5493,00 178 PEDESTRIAN CURB RAMP EACH 2 300.00 4 51,20000 179 INSTALL SALVAGED FENCE L1N FT 265 10.00 309 53,09000 180 INSTALL CHAIN LINK FENCE L1N FT 265 10.00 293 52,93000 181 SILT FE~JCE, TYPE HEAVY DUTY MAINTAINED L1N FT 1240 1,60 592 5947.20 182 INLET PROTECTION EXPOSED SUBGRADE EACH 1 230,00 1 5230,00 183 SEEDING ACRE 07 4000.00 03 0.5 52,000,00 184 SODDING TYPE LAWN SQ YD 1065 3.00 390 51,170,00 185 SELECT TOPSOIL BORROW (LV) CU YD 1400 14,00 238 $3,332.00 TOTAL ALTERNATE r~o 6. PARK TRAIL RECONSTRUCTION: 568,409,80 CHANGE ORDER NO.1 1 OFF-LINE GRIT CHAMBER - MEADOW LAKE ROAD NORTH LS 9516,00 59,516,00 2 OFF-LINE GRIT CHAMBER. 60 1/2 AVE, NORTH LS 8088.00 58,088.00 3 OFF.L1NE GRIT CHAMBER - BOONE AVE, NORTH LS 5316,00 55,316.00 TOTAL CHANGE ORDER NO.1 $22,920.00 TOTAL BASE BID ITEMS 1 .55: TOTAL BASE BID ITEMS 56 .110: TOTAL ALTERNATE NO, 1 - MEADOW LAKE SEDIMENT/DELTA REMOVAL: TOTAL ALTERNATE NO, 3 - BACKYARD DRAINAGE IMPROVEMENTS: TOTAL ALTERNATE NO, 4 - PARKING LOT RECONSTRUCTION: TOTAL ALTERNATE NO 5 - STREET LIGHTING: TOTAL ALTERNATE NO, 6 - PARK TRAIL RECONSTRUCTION: TOTAL CHANGE ORDER NO.1 TOTAL WORK COMPLETED TO DATE S 1 ,656,307.80 $985,974.40 529,580.00 54,053.00 5112,66494 513,82600 568,40980 522,92000 $2,893,735.94 3405172REQ13 AND FINAL,xls PROJECT PAYMENT STATUS OWNER CITY OF NEW HOPE BONESTROO FILE NO. 000034-05172-0 CONTRACTOR C. S. MCCROSSAN INC. CHANGE ORDERS No. Date Description Amount 1 11/6/2006 This Change Order provides for adjustments for this project. See $22,920.00 Change Order. Total Change Orders $22,920.00 PAYMENT SUMMARY No. From To Payment Retainage Completed 1 05/01/2006 06/05/06 266,064.70 14,003.41 280,068.11 2 06/06/2006 07/05/06 383,419.14 34,183. 36 683,667.20 3 07/0612006 08103106 447,404.64 57,730.97 1,154,619.45 4 08/04/2006 09/06/06 314,637.96 74,290.87 1,485,817.31 5 09/07/2006 10103/06 259,379.54 87,942.42 1,758,848.40 6 10104/2006 11/07/06 508,514.53 114,706.34 2,294,126.85 7 11/0812006 12/05/06 239,411.45 127,306.95 2,546,138.91 8 12/06/2006 02/19107 34,091.70 129,101.25 2,582,024.91 9 02/20/2007 06/18/07 225,817.85 140,986.40 2,819,727.91 10 06/19/2007 07/24/07 61,372.54 144,216.53 2,884,330.58 11 07/25/2007 08/21/07 73,151.52 72, 135.01 2,885,400.58 12 08/22/2007 09/14/07 5,557.50 72,277. 51 2,891,100.58 13 AND FINAL 09/15/2007 11/19/07 74,912.87 2,893,735.94 Material on Hand Total Payment to Date $2,893,735.94 Original Contract $ 2, 996, 022.41 Retainage Pay No. 13 AND FINAL Change Orders $22,920.00 Total Amount Earned $2,893,735.94 Revised Contract $3,018,942.41 3405172REQ13 AND FIr,AL.xls MINNESOTA Department of Revenue Withholding Affidavit for Contractors This affidavit must be approved by the Minnesota Department of Revenue before the state of Minnesota or any of its subdivisions can make final payment to contractors. ril)V 9 1 !'11tJ ~ ~.;... IC-134 Please type or print clearly. This will be your mailing label for returning the completed form. rr-----------------\ Compony nome I C. S. McCrossan Construction I I I 7865 Jefferson I I ~Maple~rov~___M~_~53~___/ Proiect number 790 55428 City New MN 4401 Did you hove employees work on this proiect2 If no, who did the work? Check the box that describes your involvement in the project and fill in all information requested. D Sole contractor D Subcontractor Nome of controctor who hired you Address [Z] Prime contractor-If you subcontrocted out any work on this project, 011 of your subcontractors must file their own 1C-134 affidavits and hove them certified by the Department of Revenue before you can file your offidavit. For each subcontractor you hod, fill in the information below ond attach 0 copy of eoch subcontractor's certified 1C-134. If you need more space, ottach 0 separate sheet. Traffic Marking Services 621 Division St. E Maple Lake, MN 5: Marylee Reddie Thommes & Thomas Land Cleari John Thommes P.O. Box 35 MN 55073-003 Ray Jordan & Sons, Inc. Central Minnesota Sawing LLC Midstate Reclamation, Inc. 1901 Klondike Dr. NE East Bethel, M 1260 Whitney Drive St. Cloud, MN 56 21955 Grenada Ave. Lakeville, MN 5 Patrick Jordan Brandon Doering Donn Johnson United Rentals 4700 Lyndale Ave N. Minneapolis, Mi Timothy Lewis i,~",,~"l"L;~t::i<t.>1_'_,1(;,i> p.D. g.o.x:. 23{,;:. L,j~/C'e,:+'-t"O ij'li~ 5S-;SS-'tu):/,)/\'c." l.;l!'L,"::'_~L / declare that all information / hove filled in on this form is true and complete to the best of my knowledge and belief. I authorize the Department of Revenue to disclose pertinent information relating to this project, including sending copies of this form, to the prime contractor if / am a subcontractor, and to any subcontractors if I am a prime contractor, and to the contracting agency. ci- { 55146-6610 Mail to: MN Dept. of, evenue, Withholding Division, Mail Stotion 66 ro, St. Paul, Certificate of Compliance Based on records of the Minnesota Department of Revenue, I certify that the contractor who has signed this certificate has fulfilled all the requirements of Minnesoto Stotutes 290.92 and 290.97 concerning the withholding of Minnesota income tax from wages paid to employees relating to contract services with the state of Minnesota and/or its subdivisions. Date Stock No. 5000134 (Rev. 11/99) Prinled on recycled paper witn 10% post-consumer waste using soy-based ink. Nov 16 07 10:39a Malylee TRAFFIC MARKING S 3209630266 p.2 Page 1 of 1 ,~;()).~ "'..... NUV ~ 1 ~~07 MINNESOTA. REVENUE I Minnesota Revenue Home I Contact Us I Help I Contractor's Withholding Affidavit Confirmation r5 Printer-friendlyversion TRAFFIC MARKING SERV INC 10 8462102 Please keep this information for your records. To print or save this page, use your browser's print or save function. Do not use your browser's back button Submit a copy of this page to the business that hired you to receive your final payment Confirmation number Project owner Project number Project begin date Project end date Project location Subcontractors 179984 Fri Nov 16 10'10:35 CST 2007 CITY OF NEW HOPE CP 790 September 2006 July 2007 NEW HOPE, MN No subcontractors listed ~ ~ 1'1I1innesota Department of Revenue i Site priv3c.... ,s, se::u,il'i https://www.mndor.state.mn.us/wclactionlprocess 11/16/2007 Nov 16 07 01 :09p 17 Thommes & Thomas Land Cle 651-433-2337 p.7 MINT'lJESOTA Department of Revenue Withholding Affidavit for Contractors This affidavit must be approved by the Minnesota Department of ge.'enue before the stale of Minnesota or ony of its subdivisions con make fino! payment to contractors. C. :"0 ... ,- ....- . CI'D fe 0. 0 ..... ,S .:CJ ,0.: ?:' .... 2 -:u ,0 .... - . 'r: '0 'U ~ ... 'J! . c Ol Vi IC-134 ... 1::. 't: Q. I. o " t:l. .).. i- Please Iype cr prir>1 clearly. This wil! be yo"r mailing rabei for reiuming Ihe compleled form. /-----------------~ ' Compony name . Daytime ph.,ne ~ c-rn IY\f'S .J--rh6.-nc.S Lr.u-ut C {T'.(jjrir1C:'J' i (yq{ '+33 - d-.5.J7 I A.ddro>> f3" I r oIef conlrilel amount. I P D bk .35 I $2-I;3()f). tJc> ~c~Caf1dc ~ _ _Jh~ ~73 ~,} ;'"4.l/7"~( tr~ I I. Mnnesolc lax ID nLimbe! - U:? J (oq;)O tv'vnh/yeo.- work~on &;-0'1 I NO",'J/"", diCed I 7- pr/oi;5;O~ompq I P'o;ecllocolion ,.-:-- t I. / j Obo (0 In f-h1 51-I" it c-Ju.yt 'XI1l(J1?J f}f--.' IrE/') ,)' . Pr~ct owner Ad~ss Cif-; olale Zip '"ce L'Sln t5'o)C 1;)-'(0 1'6 0:5. Jr<<etSOt rVi())')I-r 67~J)e rl1N 55') {( I . Did you ho':e 9moloyee, work or Ih;, proje=l? ~,DNa If no. who ciid the work, Check the box fhal describes your in volvemen f in the projecJ and Fili in of{ inFormation requested. o Sole <:ontractor ,A' o Subcontractor N~e,otco):'troctor who hj'ed you ,<-'It/1 Ad ress Po boY' ) L cto 5::;311 fYi ClrJ Ir I Prime contractor-IF )'OV SUbco!ltracled 'out on)' work on this project, aU of your subcontractors mllst file their own 1C-134 afFidcvils and hove them certified oy the Department of Re'..erue beFore YOL: con File yo0r affidavit. Fa~ each subcontractor YOll hac', fill in the information bel,::)w and alloch a copy of each subcontractor's certifjed 1C-134, If yo,) need more space, attach a separate sheet. Business Mr.-,e Ac'dres..! 6ctvC 1}1N Owner/Officer , deciare 1.',0/ all ;/1Forrr.alion I hove filled i/1 on this forrr. is true and co"",,,:el; 10 i.~e besl of my knaw,tedoe ond belief. 1 authorize the DepcrJrr.enl of Rel/en'Je 10 dr.close pe;,1nenr informa/iol1 reloling 10 Ihis p:oi,:c', j(}C:udi~g sending copies orlhis form, fo the prime coalraclor if t am a subc:Jm.-oclor, anr! /0 an)' ,~bcontTOCl::>r.; if r am a pr,-re contractor, an . . In:: canfractir;9 agency. Co. (lID 1(~7~ --{J7 venue, 'Nit,C,holding D:vislcn, Mai. S:ofion 6610, St. Pcul, MN 55146.6610 Certificate of Compliance Based on records of the M'r,nesola Deportment of Revenue, I cerHfy that the contrcclor who has signed this cefiificore has fulfilled all the requiremer.ts of Minnesota Statutes 290.92 and 29097 concerning the withholding of Minnesota ir-carr.e tox from wages paid to empfoyees relathg to contract services with the slate of Minnesota and/or its sl1odivisions De,oa'-'menJ <:of Reyenue aporoliOl Dale Sieck No. 5COO13< ~P.:e.'~. 11/99J Printed on recf'C8-d f:ope, .....it-, 1 C'"-- po~r<on~umer V/c~t~ u::;i"9 ~oy.bos~ ;ral; ,:>- C:~~' ( ~I:l ; ..:Sl:::l 1...::> 1"le I...t<U::>::>HN t<t:U:::t-' I 1 UN '(b..:S4C:::>1C:::>::> t-' .l:::l..:S Page 1 of 1 NOV 21 NUNNESOTA" REVENUE cd'~ I ),'In:le':.l)t~ Revenue Home I Contact Us \ H91p 1 Contractor's Withholding Affidavit Confirmation t:j Priht~t'-.f:jQnrYV"'At""iinn RA Y JORDAN 8< SONS INC ID 41991e6 P:.,8se k~ep thi;: l:'lfc::rl1'1atlon for your r~c.oidS. To print or ;;av~ ,t1;;; ;:lags, m;e y?U( b:'C!wse(s print (Jr ;:;awe functit;1. Dc not use y:?tJf bro;.',/'~er's back bI.IUCi.. Submit :a cO"'y of l!1:$ pag~ t.o the busin';;'3:i that hired Y01.1 to rec~::tve yowr final 99y~~F.11t. CCI',fim1ation number Project owner Proj~ct number Project begin o?te Project ~nd d.~te Project location Subcontractor;; 'l1~102 1'1.i':: Nov 13 ":03:41 CST 20Q'7 CITY OF NE'.W HOPE 2GCe J..me 2006 Ju:1e 2007 NEW HOPE lNrASTRUCTURE IMc:rr.,O\lEMENTS No subcontractors Iiste.:l. ~i:itlf'l'bl,l~ l~~mm..dwlj,t~:a r..1ii1;1ea~t~ I~p;)rt(nenl cd Re.f~::~Y~ ~ S~t:: prh:.;,..:~~.s. ~?~~r'~!/ : U$/f. c..; i;\;~') ;. ....~': {,'. h ttps:/ /v..'W\V .mndar .state.mn. us/we/ acti on/process 11/13/2007 .'v\ INNFS()TA' REVENt) F Contractor's Withholding Affidavit Confirmation CENTRAL MINNESOTA SAWING LLC 10 7155198 Please keep this information for your records. Page 1 of 1 Submit a copy of this page to the business that hired you to receive your final payment. Confirmation number Project owner CITY OF NEVV HOPE Project number 2006 lnfrastruc Project begin date Project end date I~Ugust 200 7 roject location NEVV HOPE, f\~INNESOTA Subcontractors No subcontractors listed. 178262 VVed Nov 07 18:07:35 CST 2007 April 2006 https:/ /www.mndor.state.mn.us/wc/ action! confirmationPrint 11/7/2007 Page 1 of 1 ,\lNNESOTA'REVENUE NOV 21 t007 Contractor's Withholding Affidavit Confirmation f\lllD STATE RECLAMATION INC 10 1719563 Please keep this information for your records. Submit a copy of this page to the business that hired you to receive your final payment. Confirmation number Project owner Project number Project begin date Project end date Project location Subcontractors 177055 Thu No\! 01 14:17:39 COT 2007 CITY OF NEW HOPE CSM 1707 May 2006 October 2006 2006 INFRASTRUCTURE IMPROVEMENTS No subcontractors listed. ttps:/ /www.mndor.state.mn.us/wc/ action! confirmationPrint 11/1/2007 [ t, Contractor's Withholding Affidavit Confirmation ~ ~ ,X^~ ~t-' 'f' ',,^' ~~ ", -, . - '-, -- ,," . " .' ^ ., Ii ..,,, :f'ct..,; u O'j ~,,,,,~~L.s records. To or save Hils page~ use your ~,.< C B Ptintp.t',ftiendl\"\Ip.t"~ion t-'iease save function. Do not use your brovvse(s back button. to the business that hit'eel. you to receive your f1nal Frif\1ov 0214:'17:36 CDT 2007 listed. Page 1 of 1 https:/ /www.mndor.state.mn.us/wc/ action/process 11/2/2007 Page 1 or 1 N OV 2 12007 MINNESOTA- REVENUE Contractor's Withholding Affidavit Confirmation HONDA ELECTRIC INC ID 2745039 Please keep this information for your records. Submit a copy of this page to the business that hired you to receive your final payment. Confirmation number Project owner Project number Project begin date Project end date Project location Subcontractors 177394 Mon Nav 0510:58:34 CST 2007 CITY OF NEW HOPE . CP 790 June 2006 November 2007 NEW HOPE MN No subcontractors listed. httns:1 ;',vww.mndor .state.mn. us/we/ action/ confim1ationPrint 1115/2007 06/20/200i 09:39 F.~ 13209684223 MN NATIV'E LA.l'\i1JSCAPES [4J 002 Imps ://www.mndor.stare.mn.us/wc/actionl conti Imati onPrint' ,'vUNNESOTA- REVENUE Contractor's Withholding Affidavit Confirmation MINNESOTA NATIVE LANDSCAPES INC 10 5168348 Please keep this information for your records. Submit a copy of this page to the project owner to receive your final payment. Confirmation number Project owner Project number Project begin date Project end date Project location Subcontractors 157156 Wed Jun 20 09:31:13 COT 2007 CITY OF NEW HOPE Imp Prj 7~0 May 2007 May 2007 NEW HOPE, MN No subcontractors listed. ] of 1 6/20/20079:35 Mv! . Project Manual For 2006 Infrastructure Improvements City Project No. 790 ew Hope, Minnesota File No. 000034-05172-0 March 2006 ~. Bonestroo __ Rosene ~ Anderlik & . l\Jl Associates Engineers & Architects 000034-05172-0 'id 2006 Bonestroo, Rosene, Anderlik & Associates Inc. DOCUMENT 00005 PROFESSIONAL CER TIFICA nONS Responsible for Division 1 and Division 2. I hereby certify that this report, drawing, or specification was prepared by me or under my direct supervision and that I am a duly Licensed Engineer under the laws of the State of Minnesota. ~~ Jason P. Quisberg, P .E. Date: March 13.2006 Reg. No. 44315 Responsible for Division 16. I hereby certify that this report, drawing, or specification was prepared by me or under my direct supervision and that I am a duly Licensed Engineer un der,the law" s 0, ,)t State of Minnesota. f\ j\ \\~' I \,,-,\ ,'- I \ '! ''L- , 'Vv\,' Ii J 0 P. Carlson, P .E. Date: March 13.2006 Reg. No. 24001 END OF DOCUMENT PROFESSIONAL CERTIFICATIONS DOCUMENT 00010 TABLE OF CONTENTS 2006 INFRASTRUCTURE IMPROVEMENTS CITY PROJECT NO. 790 FILE NO. 000034-05172-0 NEW HOPE, MINNESOTA 2006 Introductory Information 00005 Professional Certifications 00010 Table of Contents EEO Information Special Provisions Division A Prevailing Wage Statement Prevailing Wage Rates Bidding Requirements 00100 Advertisement for Bids 00200 Instructions to Bidders 00300 Information Available to Bidders 00410 Bid Form Contracting Requirements 00520 Agreement Form 00610 Performance Bond 00615 Payment Bond 00700 EJCDC C-700 Standard General Conditions of the Construction Contract (Bound in back of Project Manual) 00800 Supplementary Conditions Specifications Division 1 - General Requirements 01100 Summary 01200 Price and Payment Procedures 01310 Project Management and Coordination 01330 Submittal Procedures 01400 Quality Requirements 01500 Temporary Facilities and Controls 01570 Temporary Erosion and Sediment Control 01700 Execution Requirements 000034-05172-0 ~ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 00010-1 TABLE OF CONTENTS Specifications Continued... Division 2 - Site Construction 02225 02230 02280 02285 02315 02318 02320 02341 02510 02515 02530 02535 02630 02635 02720 02740 02766 02770 02775 02821 02890 02891 02920 02965 Removals Project Site Clearing Adjust Miscellaneous Structures Reconstruct Miscellaneous Structures Excavation and Fill Subgrade Preparation Trench Excavation and Backfill Geotextile Soil Stabilization Water Main Water Services Sanitary Sewer S8;I1itary Sewer Services Storm Drainage Subsurface Drainage Aggregate Base Course Plant Mixed Asphalt Pavement MnDOT Spec. 2360/2350 Combined Pavement Markings Concrete Curb and Gutter Concrete Walks, Medians, and Driveways Chain Link Fences Traffic Signs and Signals Post Mounted Traffic Signs Lawns and Grasses Full Depth Reclamation Division 16 - Electrical 16050 Basic Electrical Materials and Methods 16500 Lighting Material Control Schedule Soil Boring Location Figure Soil Boring Logs END OF DOCUMENT 00010-2 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. TABLE OF CONTENTS Minnesota Department of Transportation Office of EEO Contract Management EEO Special Provisions Revised 11/01 EQUAL EMPLOYMENT OPPORTUNITY (EEO) SPECIAL PROVISIONS This section of Special Provisions contains the Equal Employment Opportunity (EEO) rules and regulations for highway construction projects in Minnesota which are Federally or State funded. The source of funding determines which EEO regulations and goals (Federal and/or State goals) apply to a specific project. When a project contains funding from both Federal and State sources, both sets of regulations apply, and the Minnesota Department of Transportation (MnlDOT) monitors and reviews projects at both levels. If the project contains any Federal funding, and has a total dollar value exceeding $10,000, Federal EEO regulations and goals apply (pages 2,5,6-7,8-13,14,15-16,23-24,25-38). The MnlDOT Office of EEO Contract Management monitors and reviews these projects on behalf of the Federal Highway Administration (FHW A), under Federal statutes (23 USC 140) and rules (23 CFR 230). If the project contains any State funding, and has a total dollar value exceeding $100,000, State EEO regulations and goals apply (pages 2, 3,4,5,8-13, 15-16,21-22). MnlDOT's Office ofEEO Contract Management monitors and reviews these projects in conjunction with the Minnesota Department of Human Rights under Minnesota Statute 363.073 and its accompanying rules. MnlDOT has established a single review and monitoring process which meets both Federal and State requirements. Please note that incentive payments are not available on S.A.P. projects, so Form EEO-14 is not applicable to those projects. Please note that Pages 23-37 of these Special Provisions may be omitted from projects with no Federal funding. CONTENTS Notice of Requirement for Affirmative Action . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 Minnesota Affirmative Action Requirements .............................................. 3 Appropriate Work Place Behavior. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 Notice to All Prime and Subcontractors: Reporting Requirements. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 Specific Federal Equal Employment Opportunity Responsibilities. . . . . . . . , . . . . . . . . . . . . . . . . . . . . . 6 Standard Federal and State Equal Employment Construction Contract Specifications. . . . . . . . . . , . . . . 8 Equal Opportunity Clause ............................................................ 14 Minority and Women Employment Goals Chart . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . , . . . . . . . . 15 Sample Summary of Employment Activity, Form EEO-12 ..................................17 Sample Monthly Employment Compliance Report, Form EEO-13 ............................19 Economically Disadvantaged Employee (EDE) Incentive Program ............................ 21 Economic Disadvantaged Employee Incentive Report, Form EEO-14 . . . . . . . . . . . . . . . . . . . . . . . . . .22 On-The-Job Training Program: Trainee Assignment .......................................23 Certification of On-the-Job Training Hours: Federal-Aid Projects. . . . . . . . . . . . . . . . . . . . . . . . . . . . .24 Required Contract Provisions: Federal-Aid Construction Contracts. . . . . . . . . . . . . . . . . . . . . . . . . . . .25 Required Contract Provisions: Federal-Aid Construction Contracts, Appendix A . . . . . . . . . . . . . . . . . 37 EEO Page 1 EEO Special Provisions Revised 11!0 I Minnesota Department of Transportation Office of EEO Contract Management NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (23 USC 140, 23 CFR 230 and Minnesota Statute 363.073) 1. The offerer1s or bidder's attention is called to the "Minnesota Affirmative Action Requirements" (EEO Page 3), the "Specific Federal Equal Employment opportunity Responsibilities" (EEO Pages 6-7), the "Standard Federal and State Equal Employment Opportunity Construction Contract Specifications" (EEO Pages 8-13), the "Equal Opportunity Clause" (EEO Pages l4) and "Required Contract Provisions - Federal-Aid Construction Contracts" (EEO Pages 25-38). 2. The goals and timetables for minority and women participation, expressed in percentage terms for the Contractor's aggregate work force in each trade on all construction work in the covered area, are as shown on EEO Pages l5-l6). These goals are applicable to all the Contractor's construction work (whether or not it is State or State assisted, or Federal or federally assisted) performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the Contractor also is subject to the goals for both its federally involved and non-federally involved construction. The Contractor's compliance with the regulations in 4l CFR Part 60-4, and/or Minnesota Statutes 363.073 and Minnesota Rules Part 5000.3520 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 4l CFR 60-4.3(a) for Federal or federally assisted projects, and Minnesota Statute 363.073, and Minnesota Rules Part 5000.3540 for State or State assisted projects, and its efforts to meet the goals established for the geographical area where the contract resulting from this solicitation is to be performed. The hours of minority and women employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority and women employees or trainees from contractor to contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, the Executive Order and the regulations in 4l CFR Part 60-4 for Federal or federally-assisted projects and/or Minnesota Statute 363.073 and Minnesota Rules Part 5000.3520 for state or state-assisted projects. Compliance with the goals will be measured against the total work hours performed. 3. Ifthe contract is federally funded, the Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within ten working days of award of any construction subcontract in excess of $l 0,000 at any tier for construction work under the contract resulting from this solicitation. If the contract is state funded, the Contractor shall provide written notification to the Compliance Division, Minnesota Department of Human Rights, Army Corps of Engineers Centre, 190 E 5th Street, Suite 700, St. Paul, Minnesota 55l 0 1 within ten working days of award of any construction subcontract in excess of $l 00,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the Subcontractor; employer identification number of the Subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. 4. As used in this Notice, and in the contract resulting from this solicitation, the "covered area" is the county or counties of the State of Minnesota where the work is to be performed. EEO Page 2 Minnesota Department of Transportation Office of EEO Contract Management EEO Special Provisions Revised 11101 MINNESOTA AFFIRMATIVE ACTION REQUlRE:MENTS 1. It is hereby agreed between the parties to this contract that Minnesota Statute, Section 363.073, and Minnesota Rules, Parts 5000.3400 to 5000.3600 are incorporated into any contract between these parties based upon this specification or any modification of it. A copy of Minnesota Statute, Section 363.073, and Minnesota Rules, Parts 5000.3400 to 5000.3600 is available upon request from the contracting agency. The Contractor hereby agrees to comply with the rules and relevant orders of the Minnesota Department of Human Rights issued pursuant to the Minnesota Human Rights Act. 2. It is hereby agreed between the parties to this contract that this agency requires that the Contractor meet affIrmative action criteria as provided for by Minnesota Statute 363.073 and Minnesota Rules, Parts 5000.3400 to 5000.3600. It is the intent of the Minnesota Department of Transportation to fully carry out its responsibility for requiring affIrmative action, and to implement sanctions for failure to meet these requirements. Failure by a contractor to implement an affIrmative action plan, meet project employment goals for minority and women employment or make a good faith effort to do so, may result in revocation ofhislher Certificate of Compliance or suspension or revocation of the contract (Minnesota Statute 363.073, subd. 2-3). 3. Under the affirmative action obligation imposed by the Human Rights Act, Minnesota Statutes, Section 363.073, contractors shall take affIrmative action to employ and advance in employment minority, female, and qualified disabled individuals at all levels of employment. AffIrmative action must apply to all employment practices, including but not limited to hiring, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of payor other forms of compensation, and selection for training, including apprenticeship. The Contractor shall recruit, hire, train and promote persons in all job titles, without regard to race, color, creed, religion, sex, national origin, marital status, status with regard to public assistance, physical or mental disability, sexual orientation or age except where such status is a bona fide occupational qualification. These affirmative action requirements of the Minnesota Human Rights Act are consistent with but broader than the Federal requirements as covered in this contract. 4. Affirmative Action for disabled workers. The Contractor shall not discriminate against any employee or applicant for employment because of a physical or mental disability in regard to any position for which the employee or applicant for employment is qualified. The Contractor agrees to take affirmative action to employ, advance in employment, and otherwise treat qualified disabled individuals without discrimination based upon their physical or mental disability in all employment practices such as employment, upgrading, demotion or transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training (including apprenticeship). In the event ofthe Contractor's noncompliance with the requirements of this clause, actions for noncompliance may be taken in accordance with Minnesota Statutes, section 363.073 and the rules and relevant orders of the Minnesota Department of Human Rights pursuant to the Minnesota Human Rights Act. 5. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices in a form to be prescribed by the commissioner of the Minnesota Department of Human Rights. Such notices shall state the Contractor's obligation under the law to take affIrmative action to employ and advance in employment minority, women and qualified disabled employees and applicants for employment, and the rights of applicants and employees. A poster entitled "Contractor Non-discrimination is the Law" may be obtained from: Compliance Unit, Minnesota Department of Human Rights, Army Corps of Engineers Centre, 190 E. 5th Street, Suite 700, St. Paul, Minnesota 55101. (6l2) 296-5663, TTY 296-l283, Toll Free l-800-657 -3704. 6. The Contractor shall notify each labor union or representative of workers with which he/she has a collective bargaining agreement or other contract understanding, that the Contractor is bound by the terms of Minnesota Statutes, section 363.073 ofthe Minnesota Human Rights Act, and is committed to take affIrmative action to employ and advance in employment minority, women and qualified physically and mentally disabled individuals. EEO Page 3 EEO Special Provisions Revised 11/01 Minnesota Department of Transportation Office of EEO Contract Management APPROPRIATE WORK PLACE BEHAVIOR ON MnlDOT CONSTRUCTION PROJECTS UTILIZING STATE FUNDS It is the Minnesota Department of Transportation's (Mn/DOT's) policy to provide a workplace free from violence, threats of violence, harassment and discrimination. Mn/DOT has established a policy of zero tolerance for violence in the workplace. Contractors who perform work on Mn/DOT construction projects, or local government entities or public agencies utilizing state funds on highway construction projects, shall maintain a workplace free from violence, harassment and discrimination (See definitions, below). Definitions: 1. Violence is the threatened or actual use of force which results in or has a high likelihood of causing fear, injury, suffering or death. Employees are prohibited from taking reprisal against anyone who reports a violent act or threat. 2. Harassment is the conduct of one employee (toward another employee) which has the purpose or effect of l) unreasonably interfering with the employee's work performance, and/or 2) creating an intimidating, hostile or offensive work environment. Harassment is not legitimate job-related efforts of supervisor to direct/evaluate an employee or to have an employee improve work performance. A. Unlawful discriminatorv harassment is harassment which is based on these characteristics: race, color, creed, religion, national origin, sex, disability, age, marital status, status with regard to public assistance or sexual orientation. Managers, supervisors and employees shall not take disciplinary or retaliatory action against employees who make complaints of sexual harassment. Sexual harassment is unwelcome sexual advances, requests for sexual favors, or sexually motivated physical contact, or other verbal or physical conduct or communication of a sexual nature, when submission to that conduct or communication is l) made a term or condition, either explicitly or implicitly, of obtaining employment; or 2) is used as a factor in decisions affecting an individual's employment; or 3) when that conduct or communication has the purpose or effect of substantially interfering with an individual's employment or creating an intimidating, hostile or offensive work environment, and the employer knows or should have known of the existence of the harassment and fails to take timely and appropriate action. Examples include but are not limited to insulting or degrading sexual remarks or conduct; threats, demands or suggestions that status is contingent upon toleration or acquiescence to sexual advances; displaying in the workplace sexually suggestive objects, publications or pictures, or retaliation against employees for complaining about the behavior cited above or similar behaviors. B. General harassment is harassment which is not based on the above characteristics. Examples may incJude, but are not limited to: physically intimidating behavior and/or threats of violence; use of profanity (swearing), vulgarity; ridiculing, taunting, belittling or humiliating another person; inappropriate assignments of work or benefits; derogatory name calling. 3. Discrimination includes actions which cause a person, solely because of race, color, creed, religion, national origin, sex, disability, age, marital status, status with regard to public assistance or sexual orientation to be subj ect to unequal treatment. Prime Contractors who work on Mn/DOT projects shall ensure that their managers, supervisors, foremen/women and employees are familiar with Mn/DOT's policy on appropriate work place behavior; and shall ensure that their subcontractors are familiar with this policy. Managers, supervisors and foremen/women will respond to, document, and take appropriate action in response to all reports of violence, threats of violence, harassment or discrimination. Failure to comply with this policy may result in cancellation, termination or suspension of contracts or subcontracts currently held and debarment from further such contracts or subcontracts as provided by statute. If you need additional information or training regarding this policy, please contact the EEO Contract Management Office at (6l2) 297-1376. EEO Page 4 Minnesota Department of Transportation Office of EEO Contract Management EEO Special Provisions Revised 11/0 1 NOTICE TO ALL PRIME AND SUBCONTRACTORS REPORTING REQUIREMENTS 1. In order to monitor compliance with Federal Statutes 23 USC l40 and 23 CFR 230, and Minnesota Statute 363.073, all prime contractors and subcontractors are required to complete a Mn/DOT Employment Compliance Report in accordance with weekly payroll periods, and submit those forms each month for each project (Form EEO-13, sample copy at EEO Pages 19-20.) Prime contractors are also required to complete a Contractor Employment Data (Form EEO-l2, sample copy at EEO Pages 17-l8) upon award of their first Mn/DOT project, and only once per calendar year. The prime contractor of each project collects Employment Compliance Reports from each subcontractor who performed work during the month, and completes Employment Compliance Reports on its own work force. The prime contractor submits the EEO-l3 forms to the Mn/DOT Project Engineer by the l5th of the subsequent month Failure to submit the required reports in the allowable time frame will be cause for the imposition of contract sanctions. It is the intent ofMn/DOT to implement monitoring measures on each project to ensure that each prime contractor and subcontractor is promoting the full realization of equal employment opportunities. Any project may be scheduled for an in depth on-site contract compliance review. During the scheduled on-site review, the Contractor will be required to provide to MnJDOT documentation of its "good faith efforts" as shown in EEO Pages 9-l2, at 7 a-p of this contract. 2. The Economic Disadvantaged Employee Incentive Report (Form EEO-l4, sample copy at EEO Page 22) is used only with State projects (designated by State Project (S.P.) numbers) for claiming incentive reimbursement on projects which have exceeded their state goals for minority and women employment. A completed form should be mailed to Michael A. Garza, Director, EEO Contract Management Office, Minnesota Department of Transportation, M.S. l70, 395 John Ireland Boulevard, St. Paul, Mn 55l55, at the conclusion of the project. 3. If a Federally funded project requires On-the-Job-Training (OJT) participation, information is provided in the contract and can be located by referring to the Table of Contents for Division S. (OJT is also listed as a bid line item under Trainees.) When a contract requires OJT participation, the Prime Contractor shall submit a training plan to the Project Engineer at the pre construction conference, and shall supply a copy to the Contract Compliance Specialist (CCS) assigned to the project. The training plan shall include the job classification titles of trainees, planned training activities and the approximate start date of trainees. 4. When a Contractor selects a trainee applicant for OJT, the Contractor completes an On The Job Training Program-Trainee Assignment form (sample copy at EEO Page 23) and submits it to the CCS assigned to the project for approval. The CCS notifies the Contractor and Project Engineer when applicant is approved. 5. Hours of work performed by OJT employees shall be documented on a monthly basis on the Certification of On- The-Job Training Hours form, (MnJDOT Form No. 2l860, sample copy at EEO Page 24). The Contractor shall submit the original and one copy to the Project Engineer, and one copy to the CCS assigned to the project. Do not remove forms from this contract. Please duplicate forms from the copies in this contract, or the MnJDOT Office of EEO Contract Management will provide these forms upon request. Please call the Office of EEO Contract Management, (612) 297-1376. EEO Page 5 EEO Special Provisions Revised 1110 I Minnesota Department of Transportation Office of EEO Contract Management SPECIFIC FEDERAL EQUAL E:MPLOYMENT OPPORTUNITY RESPONSffiILITIES (23 CFR 230, Subpart A, Appendix A, FAPG June 6,1996) 1. General. a. Equal employment opportunity requirements not to discriminate and to take affirmative action to assure equal opportunity as required by Executive Order 11246 and Executive Order 11375 are set forth in Required contract Provisions (Form PR-1273 or 1316, as appropriate) and these Special Provisions which are imposed pursuant to Section 140 of title 23, V.S.C., as established by Section 22 of the Federal-Aid Highway Act of 1968. The requirements set forth in these Special Provisions shall constitute the specific affirmative action requirements for project activities under this contract and supplement the equal employment opportunity requirements set forth in the Required Contract Provisions. b. The contractor will work with the State highway agencies and the Federal Government in carrying out equal employment opportunity obligations and in their review of his/her activities under the contract. c. The contractor and all his/her subcontractors holding subcontracts not including material suppliers, of $1 0,000 or more, will comply with the following minimum specific requirement activities of equal employment Opportunity: (The equal employment opportunity requirements of Executive Order 11246, as set forth in volume 6, Chapter 4, Section 1, Subsection 1 of the Federal-Aid Highway program Manual, are applicable to material suppliers as well as contractors and subcontractors.) The contractor will include these requirements in every subcontract of $10,000 or more with such modification of language as is necessary to make them binding on the subcontractor. 2. Equal Employment Opportunity Policy. The contractor will accept as his operating policy the following statement which is designed to further the provision of equal employment opportunity to all persons without regard to their race, color, religion, sex, or national origin, and to promote their full realization of equal employment through a positive continuing program: It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, or national origin. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of payor other forms of compensation; and selection for training, including apprenticeship, preapprenticeship, and/or on-the-job training. 3. Equal Employment Opportunity Officer. The contractor will designate and make known to State highway agency contracting officers an equal employment opportunity officer (hereinafter referred to as the EEO Officer) . who will have the responsibility for and must be capable of effectively administering and promoting an active contractor program of equal employment opportunity and who must be assigned adequate authority and responsibility to do so, 4. Dissemination of Policy. a. All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action will be made fully cognizant of, and will implement, the contractor's equal employment opportunity policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: (1). Periodic meetings of supervisory and personnel office staff will be conducted before the start of work and then not less often than once every six months, at which time the contractor's equal employment opportunity policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer or other knowledgeable company official. (2). All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer or other knowledgeable company official, covering all major aspects of the contractor's equal employment opportunity obligations within thirty days following their reporting for duty with the contractor. (3). All personnel who are engaged in direct recruitment for the project will be instructed by the EEO officer or appropriate company official in the contractor's procedures for locating and hiring minority group employees. b. In order to make the contractor's equal employment policy known to all employees, prospective employees and potential sources of employees, i.e., schools, employment agencies, labor unions (where appropriate), college placement officers, etc., the contractor will take the following actions: (l). Notices and posters setting forth the contractor's equal employment opportunity EEO Page 6 policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. (2). The contractor's equal employment opportunity policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 5. Recruitment. a. When advertising for employees, the contractor will include in all advertisements for employees the notation "An Equal Opportunity Employer." All such advertisements will be published in newspapers or other publications having a large circulation among minority groups in the area from which the project work force would normally be derived. b. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority group applicants, including, but not limited to, State employment agencies, schools, colleges and minority group organizations. To meet this requirement, the contractor will, through his EEO Officer, identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority group applicants may be referred to the contractor for employment consideration. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, he is expected to observe the provisions of that agreement to the extent that the system permits the contractor's compliance with equal employment opportunity contract provisions. (The V.S. Department of Labor has held that where the implementation of such agreements have the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Executive Order 11246, as amended.) c. The contractor will encourage his present employees to refer minority group applicants for employment by posting appropriate notices or bulletins in areas accessible to all such employees. In addition, information and procedures with regard to referring minority group applicarlts will be discussed with employees. 6. Personnel Actions. Wages, working conditions, and employee benefits shall be Minnesota Department of Transportation Office of EEO Contract Management EEO Special Provisions Revised 1110 I SPECIFIC FEDERAL EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES (con't) established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, or national origin. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of proj ect site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with his obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all his avenues of appeal. 7. Training and Promotion. a. The contractor will assist in locating, qualifying, and increasing the skills of minority group and women employees and applicants for employment. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e. apprenticeship, and on-the-job training programs for the geographical area of contract performance. Where feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training, In the event the Training Special Provision is provided under this contract, this subparagraph will be superseded as indicated in Attachment 2. c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The Contractor will periodically review the training and promotion potential of minority group and women employees and will encourage eligible employees to apply for such training and promotion. 8. Unions. If a contractor relies in whole or in part upon unions as a source of employees, the contractor will use hislher best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women within the unions, and to effect referrals by such unions of minority and female employees. Actions by the contractor either directly or through a contractor's association acting as agent will include the procedures set forth below: a. The contractor will use best efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minority group members and women for membership in the unions and increasing the skills of minority group members and women so that they may qualify for higher paying employment. b. The contractor will use best efforts to incorporate an equal employment opportunity clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, or national origin. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the State highway department and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, or national origin; making full efforts to obtain qualified and/or qualifiable minority group persons and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such EEO Page 7 contractor shall immediately notify the State highway agency. 9. Subcontracting. a. The contractor will use his best efforts to solicit bids from and to utilize minority group subcontractors or subcontractors with meaningful minority group and female representation among their employees. Contractors shall obtain lists of minority-owned construction firms from State highway agency personnel. b. The contractor will use his best efforts to ensure subcontractor compliance with their equal employment opportunity obligations. 10. Records and Reports: a. The contractor shall keep such records as necessary to determine compliance with the contractor's equal employment opportunity obligations. The records kept by the contractor will be designed to indicate: (1) The number of minority and nonminority group members and women employed in each work classification on the project. (2) The progress and efforts being made in cooperation with unions to increase employment opportunities for minorities and women (applicable only to contractor's who rely in whole or in part on unions as a source of their work force), (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minority and female employees, and (4) The progress and efforts being made in securing the services of minority group subcontractors with meaningful minority and female representation among their employees. b. All such records must be retained for a period of three years following completion of the contract work and shall be available at reasonable times and places for inspection by authorized representatives ofthe State highway agency and the Federal Highway Administration. c. The contractors will submit an annual report to the State highway agency each July for the duration of the project, indicating the number of minority, women, and non-minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form PR- 1391. If on-the-job training is being required by "Training Special Provision", the contractor will be required to furnish Form FHW A 1409. EEO Special Provisions Revised 11101 Minnesota Department of Transportation Office of EEO Contract Management STANDARD FEDERAL AND STATE EQUAL El\1PLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS (41 CFR 60-4.3 and Minnesota Statute 363.073) Unless noted, the following apply to both Federallfederally assisted projects and State/state assisted projects. Item 3 applies to Federallfederally assisted projects only. 1. As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. "Employer Identification number" means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941. d. "Minority" includes: . (i) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Culture or origin, regardless of race); (iii) Asian and Pacific Islander (all persons having origins in any ofthe original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (iv) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 ($100,000 for State projects) the provisions of these specifications and the Notice which contains the applicable goals for minority and women participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4, 5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work on the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered contractor's or subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7(a) to (P) of these specifications (itemized as 4 [a] to [0], Minnesota Rules EEO Page 8 Minnesota Department of Transportation Office of EEO Contract Management EEO Special Provisions Revised 11/0 I STANDARD FEDERAL AND STATE EEO CONSTRUCTION CONTRACT SPECIFICATIONS (con't) 5000.3535). The goals, set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minorities and utilization the Contractor should (shall, for State or state assisted projects) reasonably be able to achieve in each construction trade in which it has employees in the covered area. The Contractor shall make substantially uniform progress toward its goals in each craft during the period specified. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Federal goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any office of Federal Contract Compliance programs or from Federal procurement contracting officers. State goals are published periodically in the State Register in notice form, and may be obtained from the Minnesota Department of Human Rights or the Minnesota Department of Transportation Office of EEO Contract Management. The Contractor is expected to make substantially uniform progress toward its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement nor the failure by a union, with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor1s obligations under these specifications and Executive Order 11246 and its associated rules and regulations for Federal or federally assisted projects, and Minnesota Statutes, Section 363.073 of the Minnesota Human Rights Act, or the rules adopted under the Act for State or state assisted projects. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees shall be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees shall be trained according to training programs approved by the Minnesota Department of Human Rights, the Minnesota Department of Labor and Industry, or the United States Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications must be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following (referred to in Minnesota Rules 5000.3535 as items 4(a) to (0): (a) Ensure and maintain, or for State or state assisted projects make a good faith effort to maintain, a working environment free of harassment, intimidation, and coercion at all sites and in all facilities at which the Contractor's employees are assigned to work. For EEO Page 9 EEO Special Provisions Revised 11101 Minnesota Department of Transportation Office of EEO Contract Management STANDARD FEDERAL AND STATE EEO CONSTRUCTION (h)CONTRACT SPECIFICATIONS (con't) Federal or federally assisted projects, the Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or women individuals working at such sites or in such facilities. (b) Establish and maintain a current list of minority and women recruitment sources, provide written notification to minority and women recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. (c) Maintain a current fIle of the names, addresses, and telephone numbers of each minority and women off-the-street applicant and minority or women referral from a union, a recruitment source, or community organization and of what action was taken with respect to each individual. If the individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor along with whatever additional actions the Contractor may have taken. (d) Provide immediate written notification to the commissioner of the Minnesota Department of Human Rights for State or state assisted projects, or the director of the Office of Federal Contract Compliance for Federal or federally assisted projects, when the union, or unions with which the Contractor has a collective bargaining agreement, has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. (e) Develop on-the-job training opportunities and/or participate in training programs for the areas which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the State of Minnesota for State or state assisted projects or the Department of Labor, for Federal or federally assisted projects. The Contractor shall provide notice of these programs to the sources compiled under (b). (f) Disseminate the Contractor's equal employment opportunity policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its equal employment opportunity obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and women employees at least once a year; and by posting the company equal employment opportunity policy on bulletin boards accessible to all employees at each location where construction work is performed. EEO Page 10 Minnesota Department of Transportation Office of EEO Contract Management EEO Special Provisions Revised 11/01 STANDARD FEDERAL AND STATE EEO CONSTRUCTION CONTRACT SPECIFICATIONS (con't) (g) Review, at least annually, the company's equal employment opportunity policy and affIrmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions; including specific review of these items with onsite supervisory personnel such as superintendents, general foremen, etc., prior to the first day of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. (h) Disseminate the Contractor's equal employment opportunity policy externally by including it in any advertising in the news media, specifically including minority and women news media, and providing written notification to and discussing the Contractor's equal employment opportunity policy with other contractors and subcontractors with whom the Contractor does or anticipates doing business. (i) Direct its recruitment efforts, both oral and written, to minority, women, and community organizations; to schools with minority and women students; and to minority and women recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures, and tests to be used in the selection process. U) Encourage present minority and women employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment to minority and women youth, both on the site and in other areas of a Contractor1s work force. (k) Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. (This requirement applies only to Federal and federally assisted projects.) (1) Conduct, at least annually, an inventory and evaluation at least of all minority and women personnel for promotional opportunities; and encourage these employees to seek or to prepare for, through appropriate training, such opportunities. (This is Item 4(k) in Minnesota Rules.) (m) Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment-related activities to ensure that the equal employment opportunity policy and the Contractor's obligations under these specifications are being carried out. (This is item 4(1) in Minnesota Rules.) EEO Page 11 EEO Special Provisions Revised 11/0 1 Minnesota Department of Transportation Office of EEO Contract Management STANDARD FEDERAL AND STATE EEO CONSTRUCTION CONTRACT SPECIFICATIONS (con't) (n) Ensure that all facilities and company activities are nonsegregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. (This is item 4(m) in Minnesota Rules.) (0) Document and maintain a record of all solicitations or offers for subcontracts from minority and women construction contractors and suppliers, including circulation of solicitations to minority and women contractor associations and other business associations. (This is item 4(n) in Minnesota Rules.) (P) Conduct a review, at least annually, of all supervisorsl adherence to and performance under the Contractor's equal employment opportunity policies and affirmative action obligations. (This is item 4(0) in Minnesota Rules.) 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affIrmative action obligations (7(a) to (P) for Federal or federally assisted projects, and 4(a)-( 0) for State or state assisted projects). The efforts of a contractor association, joint contractor-union, contractor-community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling anyone or more of its obligations under 7(a) to (P) or 4(a) to (0) of these specifications provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor1s minority and women work force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affIrmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation of the Executive Order for Federal or federally assisted projects, or Minnesota Rules for State or state assisted projects, if a particular group is employed in a substantially disparate manner (for example, eventhough the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order or Minnesota Rules part 5000.3520 if a specific minority group is under-utilized). 10.The Contractor shall not use the goals and timetables or affIrmative action standards to discriminate against any person because of race, color, creed, religion, sex, or national origin. Minnesota Statutes 363.073, part 5000.3535 (Subp. 7) also prohibits discrimination with regard to marital status, status with regard to public assistance, disability, age, or sexual orientation. EEO Page 12 Minnesota Department of Transportation Office of EEO Contract Management EEO Special Provisions Revised ll/O I STANDARD FEDERAL AND STATE EEO CONSTRUCTION CONTRACT SPECIFICATIONS (con't) 11. The Contractor shall not enter into any subcontract with any person or fIrm debarred from government contracts under the federal Executive Order 11246 or a local human rights ordinance, or whose certifIcate of compliance has been suspended or revoked pursuant to Minnesota Statutes, Section 363.073. 12. The Contractor shall carry out such sanctions for violation of these specifIcations and of the equal opportunity clause, including suspension, termination, and cancellation of existing contracts as may be imposed or ordered pursuant to Minnesota Statutes, Section 363.073, and its implementing rules for State or state assisted projects, or Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs for Federal or federally assisted projects. Any contractor who fails to carry out such sanctions shall be in violation of these specifIcations and Minnesota Statutes, Section 363.073, or Executive Order 11246 as amended. 13. The Contractor, in fulfIlling its obligations under these specifIcations, shall implement specifIc affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifIcations (paragraph 4 in Minnesota Rules 5000.3535), so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of these Specifications or Minnesota Statutes, Section 363.073 and its implementing rules, or Executive Order 11246 and its regulations, the commissioner or the director shall proceed in accordance with Minnesota Rules part 5000.3570 for State or state assisted projects, or 41 CFR 60-4.8 for Federal or federally assisted projects. 14. The Contractor shall designate a responsible official to monitor all employment-related activity to ensure that the company equal employment opportunity policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Minnesota Department of Human Rights or the Government, and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affIliation if any, employee identifIcation number when assigned, social security number, race, sex, status (for example, mechanic, apprentice trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing provided in this part shall be construed as a limitation upon the application of other state or federal laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents. EEO Page 13 EEO Special Provisions Revised 11 10 1 Minnesota Department of Transportation Office of EEO Contract Management EQUAL OPPORTUNITY CLAUSE (41 CFR Part 60-1.4 b, 7-1-96 Edition) The applicant hereby agrees that it will incorporate or cause to be incorporated into any contract for construction work, or modification thereof, as defined in the regulations of the Secretary of Labor at 41 CFR Chapter 60, which is paid for in whole or in part with funds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to a grant, contract, loan, insurance, or guarantee, the following equal opportunity clause: During the performance of this contract, the Contractor agrees as follows: 1. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoffs or termination; rates of payor other forms of compensation; and, selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the State Highway Agency (SHA) setting forth the provisions of this nondiscrimination clause, 2. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. -3, The Contractor will send to each labor union or representative of workers with which the Contractor has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representative of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 4. The Contractor will comply with all provisions of Executive Order 11246, Equal Employment Opportunity, dated September 24, 1965, and of the rules, regulations (41 CFR Part 60), and relevant orders of the Secretary of Labor. 5. The Contractor will furnish all information and reports required by Executive Order 11246 and by rules, regulations, and orders of the Secretary of Labor, pursuant thereto, and will permit access to its books, records, and accounts by the Federal Highway Administration (FHW A) and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 6. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract, or with any of such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part, and the Contractor may be declared ineligible for further Government contracts or federally-assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions as may be imposed and remedies invoked as provided in Executive Order 11246 or by rule, regulation, or order of the Secretary of Labor, or .as otherwise provided by law. 7. The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraph (1) through (7) in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor, unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246. The Contractor will take such action with respect to any subcontract or purchase order as the Secretary of Labor, SHA, or the Federal Highway Administration (FHW A) may direct as a means of enforcing such provisions, including sanctions for noncompliance. In the event a contractor becomes a party to litigation by a subcontractor or vendor as a result of such direction, the contractor may request the SHA to enter into such litigation to protect the interest of the State. In addition, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, that if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of the Executive order. In addition, the applicant agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings. EEO Page 14 Minnesota Department of Transportation Office of EEO Contract Management Special Provisions Revised ll/O 1 Minority and Women Employment Goals Federal Goals State Goals County Minority Women Total Minority Goal (or) Women Goal Goal Skilled I Unskilled Goal Aitkin 2.2% 6.9% 3.9% 9.4% Anoka 2.9% 6.9% 6.7% I 7.3% 9.4% Becker 0.7% 6.9% 2.5% 9.4% Beltrami 2.0% 6.9% 10.2% 9.4% Benton 0.5% 6.9% 1.4% 9.4% Big Stone 2.2% 6.9% 2.2% 9.4% Blue Earth 2.2% 6.9% 2.2% 9.4% Brown 2.2% 6.9% 2.2% 9.4% Carlton 1.2% 6.9% 3.9% 9.4% Carver 2.9% 6.9% 6.7% I 7.3% 9.4% Cass 2.2% 6.9% 2.6% 9.4% Chippewa 2.2% 6.9% 2.2% 9.4% Chisago 2.9% 6.9% 2.9% 9.4% Clay 0.7% 6.9% 2.5% 9.4% Clearwater 2.0% 6.9% 10.2% 9.4% Cook 1.2% 6.9% 3.9% 9.4% Cottonwood 0.8% 6.9% 1.8% 9.4% Crow Wing 2.2% 6.9% 2.6% 9.4% I Dakota 2.9% 6.9% 6.7% I 7.3% 9.4% Dodge 0.9% 6,9% 1.9% 9.4% Douglas 2.2% 6.9% 2.5% 9.4% Faribault 2.2% 6.9% 2.2% 9.4% Fillmore 0.9% 6.9% 1.9% 9.4% Freeborn 0.9% 6.9% 1.9% 9.4% Goodhue 2.2% 6.9% 2.2% 9.4% Grant 2.2% 6.9% 2.5% 9.4% Hennepin 2.9% 6.9% 8,6% but in ,\lIpls: 17.7% I 9.5% but ill Mpls: 19.8% 9.4% Houston 0.6% 6.9% 1.9% 9.4% Hubbard 2.0% 6.9% 10.2% 9.4% Isanti 2.2% 6.9% 2.2% 9.4% ltasca 1.2% 6.9% 3.9% 9.4% Jackson 0.8% 6.9% 1.8% 9.4% Kanabec 2.2% 6.9% 2.2% 9.4% Kandiyohi 2.2% 6.9% 2.2% 9.4% Kittson 2.0% 6.9% 2.7% 9.4% Koochiching 1.2% 6.9% 3.9% 9.4% Lac Qui Parle 2.2% 6,9% 2.2% 9.4% Lake 1.2% 6.9% 3.9% 9.4% Lake of the Woods 2.0% 6.9% 10.2% 9.4% Le Sueur 2.2% 6.9% 2.2% 9.4% Lincoln 0.8% 6.9% 1.8% 9.4% Lyon 0.8% 6.9% 1.8% 9.4% EEO Page 15 EEO Special Provisions Revised 11/01 Minnesota Department of Transportation Office of EEO Contract Management Federal Goals State Goals County Minority Women Total Minority Goal (or) Women Goal Goal Skilled I Unskilled Goal Mahnomen 2.0% 6.9% II 10.2% 9.4% Marshall 2.0% 6.9% 2.7% 9.4% Martin 2.2% 6.9% 2.2% 9.4% McLeod 2.2% 6.9% 2.2% 9.4% Meeker 2.2% 6.9% 2,2% 9.4% Mille Lacs 2.2% 6.9% 2.2% 9.4% Morrison 2.2% 6.9% 2.6% 9.4% Mower 0.9% 6,9% 1.9% 9.4% Murray 0.8% 6.9% 1.8% 9.4% Nicollet 2.2% 6,9% 2.2% 9.4% Nobles 0,8% 6.9% 1.8% 9.4% Norman 2.0% 6.9% 2.7% 9.4% Olmsted 1.4% 6.9% 1.9% 9.4% Otter Tail 2.2% 6.9% 2.5% 9.4% Pennington 2.0% 6.9% 2.7% 9.4% Pine 2.2% 6.9% 2.2% 9.4% Pipestone 0.8% 6.9% 1.8% 9.4% Polk 1.2% 6.9% 2.7% 9.4% Pope 2.2% 6.9% 2.5% 9.4% Ramsey 2.9% 6.9% 8.1% but in St Paul: 14.3% I 9.0% but in St Paul: 15.4% 9.4% Red Lake 2.0% 6.9% 2.7% 9.4% Redwood 0.8% 6.9% 1.8% 9.4% Renville 2.2% 6,9% 2.2% 9.4% Rice 2.2% 6,9% 2.2% 9.4% Rock 0.8% 6.9% 1.8% 9.4% Roseau 2.0% 6.9% 2.7% 9.4% Scott 2.9% 6.9% 6.7% I 7.3% 9.4% Sherburne 0.5% 6.9% 1.4% 9.4% Sibley 2.2% 6.9% 2.2% 9.4% St. Louis 1.0% 6.9% 3.9% 9.4% Steams 0.5% 6.9% 1.4% 9.4% Steele 0.9% 6.9% 1.9% 9.4% Stevens 2.2% 6.9% 2.5% 9.4% Swift 2.2% 6.9% 2.2% 9.4% Todd 2.2% 6.9% 2.6% 9.4% Traverse 2.2% 6.9% 2.5% 9.4% Wabasha 0.9% 6.9% 1.9% 9.4% Wadena 2.2% 6.9% 2.6% 9.4% Waseca 2.2% 6.9% 2.2% 9.4% Washington 2.9% 6.9% 6.7% I 7.3% 9.4% Watonwan 2.2% 6.9% 2.2% 9.4% Wilkin 0.7% 6.9% 2.5% 9.4% Winona 0.6% 6.9% 1.9% 9.4% Wright 2.9% 6.9% 2.9% 9.4% Yellow Medicine 2.2% 6.9% 2.2% 9.4% EEO Page 16 ..... N N N N N N I" N N N ;i: - "" 00 -> "" IJ> ./>. ..... N :- N :=> :c ?" -> '" '" :"- ~ !" :- :=> "" ?" ;-J '" IJ> ..... !" :- :=> t":l :; "Cl =- ",<< ~= Z; :: = " ... Po 0 ~ ~~ ~ :; :::r z = ~ '" '" :; O:a. .r; ~ ~~ ~ Q if 0 z " 0 ~ ::;~"'CI 5 ~ m ~ ..~ gt:5::4, s:: mnS :; g ~ "'2.::;= o ~ ~ '< " :; - = !:?s::..., ::: =: .... uS: "'l" ;a. ~ ~ " :; = '" '" a"Cl = "'l .... '-' ~ r:fJ .... " S' r: = - r:fJ '" r: I: ::!. -< :;l: " .... ~z (') o '" ..., '" = 32 = rl .... "'l ~ n .e .... = m "'l ::r :z " (i' ~ q" S ~ ~ ~'" = s::C; Q,. g g > ~~ Q,. Q,. "'l ~ '" '" r:fJ -5.:::> ~ -' '" ...,' -. ::; '" Q.. Si Q. ..00 "'r:I s::Si t; t: " :::l '" '" 00 " '" . V3 >oc . ~ ~h ..., '" dg. m m <;: N :::0 '" :" C ..., ':: ;: ;; '" '" '" '" Q.. '" ~ -< ;:; rF. '" g I '< ~~ ~ Q.. " ~ ;:; '" c. s 2a [ :; ~ ;:; ... s: F EEO Special Provisions Revised 11/0 I Minnesota Department of Transportation Office of EEO Contract Management INSTRUCTIONS FOR EEO-12 CONTRACTORE~LOYMENTDATA This form should be submitted at the Pre-Con to the Project Engineer prior to the start of your first MnlDOT construction project for the calendar year. l. Contractor Name and Address self-explanatory. 2. Employment Data information will coincide with your employment records. 2a. Name should be listed Last Name, First Name, and Middle Initial. This will enable MnJDOT EEO staff to readily identify individuals on all projects. 2b. Social Security Number self-explanatory. 2c. New Hire is to be indicated with a "Y" for Yes or an "N" for No. "New Hire" is an employee who has not worked for you in any capacity or on any other project within the current calendar year. 2d. Ethnicitv can be indicated by Black (B), Hispanic (H), American Indian! Alaskan Native (Al), Asian/Pacific Islander (AP), or White (W). 2e. Gender is to be indicated with an "M" for Males or an "F" for Females. 2f. Trade/Foreman. Supervisors. Managers self-explanatory. List the specific trade that applies unless the employee fits one of the other three categories. 2g. Level "A" is for an Apprentice, "J" is for a Journey Worker, and "T" is for a MnJDOT Trainee. If you have questions about filling out this form, contact the Office ofEEO Contract Management at (65l) 282-6026. (Please make copies as you need them.) This information can be submitted electronically via the web, on disk, or e-mail. To find out more about this possibility please call MnmOT's Office of EEO Contact Management at (651) 282-6026. If you have submitted this form at any time during this calendar year, you do not need to submit another one. ::?" '" '" '" '" '" '" - cc; - ~ - :::: - - - ~ :-' '" <.II .... ... '" :- --.l ". .. ,.. t" :- ? '" --.l <.II .. t" - ? "" 2(':) E zo l":lZ e rJl .... ~ ~~;:R~~~ ~ ccc:e;;('"':) t:: ~ ::;:C:CIJ;:::C"J,", " .e.:; 05- o ::: "" -. 0 C"J 2 35:~g~O ~~- 6 e ::I; g ~Q.::::rJl~ ff ~ '" Q.. "'<: 00 "C l":> Q ~ - Q .... ::!<: Q .... ~ . '3 t"'J 0 0 - :::: ?: l":> t"'J~ .... = 0 ~ ;> e!: t"'J(;(j:;' ~ t."'l Q Q :3 0- = l":> '" I = =- = ~'tf.?ft.~ .... "C :.: .... ~:: ~ Q ~ ..... ~ ;::; ~~ l":> ~ :.: ~ S r;. ~1rQ"C Q l":> Q '"l :3 :;. """ to:: ~ a g. = ,::;: v; ::; E v; ~ " ... ~ "" t" 1"l :-- e CIJ ::0 5 '" -= "" -< Vi e ~ e ... ... -= .. 0 .. -= ~ ~. .!;. '" '" S' n ;:;:2 0- o ~ P- o ::: ... < .!;. 3g; ..; - -= - is ~ ~ =~ ::? ~a ~ ;;: E .. ~ '::l ::.: ., '" ;::.. ~.!;. ~ I::' ;Z:C'J '< .. e '" (j "..... ... ::: CI.l -:;1~ Q 0<;' = .... ::> '"l ::.: ~ E' ~ ~ v; .... ~.::> Q '"l '" . z ... ..., < ... ~. 6- - ... to :3 B y.~ l":> ;Z:"" ~ e ~ ~ = .!;. ~~ Q. ~ g > ~~ Q. Q. '"l l":> ::: - '" :- '" is ~~ ~ >.. '" .... ~ '" ". .. !: <: (;0 e to -= 0-- ~ ... < '" .t:. ;:; s.-- '" ...: irtf.)_ ;::.. a ""I = .; I::' e ... "" S' ';'; .., :: .g e 1"l g :a. n en g ::. ~ = 0<;' oS s,~g ::> i '" ~= ("")""I~ a- S' a :; @ ;.;' ;1 :=: ~~ ... B '-' " " ~. ~ & g c.", c. m m 9 ..., :;0 " ~ -- o EEO Special Provisions Revised 1110 I Minnesota Department of Transportation Office of EEO Contract Management INSTRUCTIONS FOR EEO-13 E~LOYMENTCO~L~CEREPORT 1.-5. Self-explanatory, (Reporting Period should coincide with weekly Certified Payrolls). 6. Percent of Completion is the estimated percentage of work completed including this reporting period. 7. Emplovment Data information will coincide with your employment records. All professional, supervisory and managerial hours actually worked on the project site must be included, whether or not they appear on the certified payroll. 7a. Name should be listed Last Name, First Name, and Middle Initial. This will enable Mn/DOT EEO staff to readily identify individuals on all projects. 7b. Social Security Number self-explanatory. 7c. New Hire is to be indicated with a "Y" for Yes or an "N" for No. "New Hire" is an employee who has not worked for you in any capacity or on any other project within the current calendar year. 7d. Ethnicitv can be indicated by Black (B), Hispanic (H), American Indian/Alaskan Native (AI), AsianlPacific Islander (AP), or White (W). 7e. Gender is to be indicated with an "M" for Males or an "F" for Females. 7f. Trade/Foreman. Supervisors. Managers list the specific trade that applies unless employee fits one of the other three categories. 7g. Level "A" is for an Apprentice, "J" is for a Journey Worker, and "T" is for a MnlDOT Trainee. 7h. Hours Worked for This Period will be all hours worked by the individual, for each trade, during the reporting period. 8. Contract Goals are the percent of total project hours to be worked by minority and women employees. The goals are determined by the geographic location and source of funding for the project. Projects in excess of$lOO,OOO with any State funding must meet the State Employment Goals. (See chart on EEO Pages 15-l6.) Minority and women employee hours shall be distributed evenly throughout the length of the project and in every trade and craft that performs work on the proj ect. % Obtained is the percent of the total project hours worked by minority and women employees, up to and including this reporting period. 10. Prepared bv Contractor Desirnee is the signature of the prime or subcontractor's EEG officer/designee. ll. Reviewed bv Proj ect Engineer is the signature of the Mn/DOT staff monitoring the proj ect. If you have questions about filling out this form, contact the Office of EEO Contract Management at (651) 282-6026. (This information should be recorded weekly, but only has to be submitted monthly. Please make copies as you need them.) This information can be submitted electronically via the web, on disk, or e-mail. To find out more about this possibility please call MnJDOT's Office of EEO Contact Management at (651) 282-6026. EEO Page 20 Minnesota Department of Transportation Office of EEO Contract Management Special Provisions Revised I 110 I ECONOMICALLY DISADVANTAGED EMPLOYEE (EDE) INCENTIVE PROGRAM When the Contractor or subcontractor on a State Project (S.P.) has met the goals for minority and female participation as set forth in the ''Notice of Requirement for Affirmative Action to ensure Equal Employment Opportunity" contained in the Proposal for the Project (EEO Page 2), hours of minority employment in excess of the minimum required to meet the goal will be reimbursed at the rate of $2.00 per hour. Hours of employment of qualified and certified economically disadvantaged employees shall be added to the excess minority hours to calculate the total reimbursement. Monies otherwise due the contractor will be adjusted to incorporate the reimbursement. This program is not available for State-Aid Projects. F or purposes of this provision, economically disadvantaged is defmed as being a member of a household whose household income is less than the poverty guideline. The poverty income guidelines for all Minnesota counties are as follows (2001 Poverty Guidelines): Familv Size Aggregate Income Familv Size Aggregate Income 1 $8,590 6 $23,690 2 $11,610 7 $26,710 3 $14,630 8 $29,730 4 $17,650 9 $30,450 5 $20,670 10 $33,250 No employee who is utilized by the Contractor to comply with the minimum requirements for affIrmative action hereunder shall qualify for the incentive payment. The Contractor will be required to certify that each economically disadvantaged employee for whom an incentive payment is sought meets the criteria set forth herein at the time of hire. Recruitment resources for economically disadvantaged employees (EDE) are listed below: 1. Council on Black Minnesotans 3. Minnesota Indian Affairs Council 2233 University Avenue West 1450 Energy Park Drive Suite 426 Wright Building Room 140 West St. Paul, MN 55114 St. Paul, MN 55108 Tel: 651-642-0811 Tel: 651-643-3032 Fax: 651-643-3580 Fax: 651-643-3077 2. Council on Asian-Pacific Minnesotans 200 University Avenue West, Suite 100 St. Paul, MN 55103 Tel: 651-296-0538 Fax: 651-297-8735 4. Chicano Latino Affairs Council 555 Park Street Suite 408 St. Paul, MN 55103 Tel: 651-296-9587 Fax: 651-297-1297 EEO Page 21 EEO - 14 Rev. 6/98 Minnesota Department of Transportation S.P./S.A.P. No: County EEO Contract Management Office rCity. ECONOMIC DISADVANTAGED EMPLOYEE Montb: .19 INCENTIVE REPORT - Contractor: Address: o Prime Contractor o Subcontractor - Job Categories Total Hours by EDEs Names of Economic Disadvantaged Officials/Managers Employees (EDE): Supervisors 1. Foremen/Women 2. Clerical 3. Equipment Operators 4. Mechanics 5. Truck drivers 6. Ironworkers 7. Carpenters 8. Cement Masons 9. Electricians 10. Pipefitters, Plumbers 11. Painters 12. Laborers 13. 14. Total 15. AFFIDAVIT I, . being first duly sworn, do depose and say: I. That 1 am tbe authorized representative of: (Name of individual, partnership or corporation) and that I have the authority to make this Affidavit for and on behalf of said Contractor; 2. That the Economic Disadvantaged Employee (EDE) incentive hours listed were performed by qualified EDE's. 3. That I have fully informed myself regarding the accuracy of the statements made in this Affidavit. Signed: Subscribed and sworn to before me this Contractor or Authorized Representative (Date) day of .19 - Notary Public My commission expires: .19 CONTRACT GOALS For Mn/DOT use only MlNNESOT A % OBTAIN"ED % MINORITY % o Compliance (Or) o Non-compliance % Skilled % % Unskilled % o Process Payment 9.4 % WOMEN % (Approved by) (Date) EEO Page 22 ~(~\~I'lESo~~ ~ l t:: ~ i= ~4). ,,,I OF TW'~ MINNESOTA DEPARTMENT OF TRANSPORTATION OFFICE OF EEO CONTRACT MANAGEMENT ON-THE-JOB TRAINING PROGRAM TRAINEE ASSIGNMENT EEO-5 4/97 SP #: Location: District: Phone: ( Phone: ( Project Engineer: Prime Contractor: Address: City: EEO Officer: State: Zip: Project Manager: Tel: Training Contractor: Phone: ( ) Address: City: State: Zip: EEO Officer: Project Manager: Tel: TRAINEE Job Title or Trade Classification: Number of Training Hours on this Project: Name: S.S.#: Address: Phone: ( City: EEO Officer: State: Zip: Project Manager: Tel: Approximate Start Date: Approximate Completion Date: Is the trainee a member of a certified apprenticeship program? DYes DNo If YES, verify with Apprenticeship Form or Indenture Number: 1. Ethnic Background: Hispanic Black: ; Asian/Pacific Islander White Am. Ind/Alaskan _ (Verify with Tribal LD. # or Affiliation ). 2. Male; Female; EEO Page 23 MnlDOT 21860 (4-77) MINNESOTA DEPARTMENT OF TRANSPORTATION OFFICE OF EEO CONTRACT MANAGEMENT EEO,6 4/97 CERTIFICATION OF ON-THE-JOB TRAINING HOURS FEDERAL-AID-PROJECTS Contractor: submit original and one copy monthly to the project engineer CONTRACTOR REPORTING PERlOD ADDRESS S.P. NO. (LOW) F.P.NO. TRAINEE HOURS WORKED HOURS WORKED TOTAL HOURS PREVIOUSLY THIS PERlOD TO DATE Amount of Claim hours @ PER HOUR = $ CONTRACTOR: The undersigned contractor hereby certifies that the listed employees are bonafide trainees as required by the On-the-Job Training Special Provision and that they have worked the hours as reported above. Contractor Signature/Title Date PROJECT ENGINEER: I hereby certify that the On-the-Job training hours reported above have been reviewed and found correct. Engineer Signature/Title Date COMMENTS: EEO Page 24 Minnesota Department of Transportation Office of EEO Contract Management Special Provisions Revised 11/0 I REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS Form-1273 (52 FR 36920, October 2, 1987, revised October 21, 1993, FHW A Electronic Version March 10, 1994) I. General. . . . . . . . . . . . . . . . . . . . . . . . . II. Nondiscrimination. . . . . . . . . . . . . . . . . III. Nonsegregated Facilities. . . . . . . . . . . . IV. Payment of Predetermined Minimum Wage.......................... . V. Statements and Payrolls ............ VI. Record of Materials, Supplies, and Labor . . . . . . . . . . . . . . . . . . . . . . . . . . . VII. Subletting or Assigning the Contract .. VIII. Safety: Accident Prevention. . . . . . . . . IX. False Statements Concerning Highway Projects ......................... X. Implementation of Clean Air Act and Federal Water Pollution Control Act .. XL Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion. . . . . . . . . . . . . . . . . . . . . . . . . XII. Certification Regarding Use of Contract Funds for Lobbying. . . . . . . . . . . . . . . . Appendix A ............................ I. GENERAL Page EEO-25 EEO-25 EEO-29 EEO-29 EEO-32 EEO-33 EEO-33 EEO-34 EEO-34 EEO-35 EEO-35 EEO-37 EEO-38 1. These contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 2. Except as otherwise prOvided for in each section, the contractor shall insert in each subcontract all of the stipulations contained in these Required Contract Provisions, and further require their inclusion in any lower tier subcontract or purchase order that may in turn be made. The Required Contract Provisions shall not be incorporated by reference in any case. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with these Required Contract Provisions. 3. A breach of any of the stipulations contained in these Required Contract Provisions shall be sufficient grounds for termination of the contract. 4. A breach of the following clauses of the Required Contract Provisions may also be grounds for debannent as provided in 29 CFR 5.12: Section I, paragraph 2; Section IV, paragraphs 1,2,3,4, and 7; Section V, paragraphs 1 and 2a through 2g. EED Page 25 5. Disputes arising out of the labor standards provisions of Section IV (except paragraph 5) and Section V of these Required Contract Provisions shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the U.S. Department of Labor (DOL) as set forth in 29 CFR 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its sub- contractors) and the contracting agency, the DOL, or the contractor's employees or their representatives. 6. Selection of Labor: During the performance of this contract, the contractor shall not: a. discriminate against labor from any other State, possession, or territory of the United States (except for employment preference for Appalachian contracts, when applicable, as specified in Attachment A), or b. employ convict labor for any purpose within the limits ofthe project unless it is labor performed by convicts who are on parole, supervised release, or probation. II. NONDISCRIMINATION (Applicable to all Federal-aid construction contracts and to all related subcontracts of $1 0,000 or more.) 1. Equal Employment Opportunity: Equal employ- ment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35,29 CFR 1630 and 41 CFR 60) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S,C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The Equal Opportunity Construction Contract Specifi- cations set forth under 41 CFR 60-4.3 and the provisions of the American Disabilities Act of 1990 (42 U.S.c. 12101 ~ gg.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities ofEEO: a. The contractor will work with the State highway agency (SHA) and the Federal Government in carrying out EEO obligations and in their review of his/her activities under the contract. b. The contractor will accept as his operating policy the following statement: EEO Special Provisions Revised 11101 Minnesota Department of Transportation Office of EEO Contract Management REQUIRED CONTRACT PROVISIONS (con't) "It is the policy of tbis Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of payor other forms of compensation; and selection for training, including apprenticeship, preapprenticeship, andJor on-the-j ob training." 2. EEO Officer: The contractor will designate and make known to the SHA contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active contractor program of EEO and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minority group employees. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. EEO Page 26 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minority groups in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority group applicants. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority group applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, he is expected to observe the provisions of that agreement to the extent that the system permits the contractor's compliance with EEO contract provisions. (The DOL has held that where implementation of such agreements have the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Executive Order 11246, as amended.) c. The contractor will encourage his present employees to refer minority group applicants for employment. Information and procedures with regard to referring minority group applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of proj ect sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. Minnesota Department of Transportation Office of EEO Contract Management EEO Special Provisions Revised 11101 REQUIRED CONTRACT PROVISIONS (con't) d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with his obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. Ifthe investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of his avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minority group and women employees, and applicants for employment. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. Where feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. c. The contractor will advise employees and applicants for empleyment of available training programs and entrance requirements for each. d. The contractor will periodically review the training and promotion potential of minority group and women employees and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use hislher best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women within the unions, and to effect referrals by such unions of minority and female employees. Actions by the contractor either directly or through a contractor's association acting as agent will include the procedures set forth below: a. The contractor will use best efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minority group members and women for membership in the unions and increasing the skills of minority group employees and women so that they may qualify for higher paying employment. b. The contractor will use best efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. EEO Page 27 c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the SHA and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minority group persons and women. (The DOL has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order I 1246, as amended, and these special provisions, such contractor shall imme- diately notify the SHA. 8. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. a. The contractor shall notify all potential sub- contractors and suppliers ofhislher EEO obligations under this contract. b. Disadvantaged business enterprises (DBE), as defined in 49 CFR 23, shall have equal opportunity to compete for and perform subcontracts which the contractor enters into pursuant to this contract. The contractor will use his best efforts to solicit bids from and to utilize DBE subcontractors or subcontractors with meaningful minority group and female representation among their employees. Contractors shall obtain lists of DBE construction firms from SHA personnel. c. The contractor will use his best efforts to ensure subcontractor compliance with their EEO obligations. 9. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following completion of the contract work and shall be available at reasonable times and places for inspection by authorized representatives of the SHA and the FHW A. a. The records kept by the contractor shall document the following: EEO Special Provisions Revised 11/01 Minnesota Department of Transportation Office of EEO Contract Management REQUIRED CONTRACT PROVISIONS (con't) (1) The number of minority and non-minority group members and women employed in each work classifi- cation on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minority and female employees; and (4) The progress and efforts being made in securing the services of DBE subcontractors or subcon- tractors with meaningful minority and female representation among their employees. b. The contractors will submit an annual report to the SHA each July for the duration ofthe project, indicating the number of minority, women, and non-minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form PR-1391. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. III. NONSEGREGATED FACILITIES (Applicable to all Federal-aid construction contracts and to all related subcontracts of $1 0,000 or more.) a. By submission of this bid, the execution of this contract or subcontract, or the consummation of this material supply agreement or purchase order, as appropriate, the bidder, Federal-aid construction contractor, subcontractor, material supplier, or vendor, as appropriate, certifies that the firm does not maintain or provide for its employees any segregated facilities at any of its establishments, and that the firm does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The firm agrees that a breach of this certification is a violation of the EEO provisions of this contract. The firm further certifies that no employee will be denied access to adequate facilities on the basis of sex or disability. b. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facili es provided for employees which are segregated by explicit directive, or are, in fact, segregated on the basis of race, color, religion, national origin, age or disability, because of habit, local custom, or otherwise. The only exception will be for the disabled when the demands for accessibility override (e.g. disabled parking). c. The contractor agrees that it has obtained or will EEO Page 28 obtain identical certification from proposed subcontractors or material suppliers prior to award of subcontracts or consummation of material supply agreements of$1 0,000 or more and that it will retain such certifications in its files. IV. PAYMENT OF PREDETER1\1INED MINIMUM WAGE (Applicable to all Federal-aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural minor collectors, which are exempt.) I. General: a. All mechanics and laborers employed or working upon the site of the work will be paid unconditionally and not less often than once a week and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations (29 CFR 3) issued by the Secretary of Labor under the Copeland Act (40 U.S.c. 276c) the full amounts of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment. The payment shall be computed at wage rates not less than those contained in the wage determination of the Secretary of Labor (hereinafter "the wage determination") which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor or its subcontractors and such laborers and mechanics. The wage determination (including any additional classifications and wage rates conformed under paragraph 2 of this Section IV and the DOL poster (WH-1321) or Form FHWA-1495) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. For the purpose of this Section, contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1 (b )(2) of the Davis-Bacon Act (40 U.S.c. 276a) on behalf oflaborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of Section IV, paragraph 3b, hereof. Also, for the purpose of this Section, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in paragraphs 4 and 5 of this Section IV. b. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually Minnesota Department of Transportation Office of EEO Contract Management EEO Special Provisions Revised 1110 I REQUIRED CONTRACT PROVISIONS (con't) worked therein, provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. c. All rulings and interpretations of the Davis-Bacon Act and related acts contained in 29 CFR 1, 3, and 5 are herein incorporated by reference in this contract. 2. Classification: a. The SHA contracting officer shall require that any class oflaborers or mechanics employed under the contract, which is not listed in the wage determination, shall be classified in conformance with the wage determination. b. The contracting officer shall approve an additional classification, wage rate and fringe benefits only when the following criteria have been met: (1) the work to be performed by the additional classification requested is not performed by a classification in the wage determination; (2) the additional classification is utilized in the area by the construction industry; (3) the proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and (4) with respect to helpers as defined in Section IV.4(c), when such a classification prevails in the area in which the work is performed. c. If the contractor or subcontractors, as appropriate, the laborers and mechanics (ifknown) to be employed in the additional classification or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the DOL, Administrator ofthe Wage and Hour Division, Employment Standards Administration, Washington, D.C. 20210. The Wage and Hour Administra- tor, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. d. In the event the contractor or subcontractors, as appropriate, the laborers or mechanics to be employed in the additional classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. Said Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period EEO Page 29 that additional time is necessary e. The wage rate (including fringe benefits where appropriate) determined pursuant to paragraph 2c or 2d of this Section IV shall be paid to all workers performing work in the additional classification from the first day on which work is performed in the classification. 3. Payment of Fringe Benefits: a. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor or subcontractors, as appropriate, shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly case equivalent thereof. b. If the contractor or subcontractor, as appropriate, does not make payments to a trustee or other third person, he/she may consider as a part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon the written request of the contractor, that the applicable stan- dards ofthe Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 4. Apprentices and Trainees (programs of the U.S. DOL): a. Apprentices: (1) Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the DOL, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recogrlized by the Bureau, or if a person is employed in his/her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State apprenticeship agency (where appropriate) to be eligible for probationary employment as an apprentice. (2) The allowable ratio of apprentices to journeyman-level employees on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate listed in the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be EEO Special Provisions Revised 1110 I Minnesota Department of Transportation Office of EEO Contract Management REQUIRED CONTRACT PROVISIONS (con't) paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor or subcontractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman-level hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. (3) Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeyman-level hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprentice- ship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator for the Wage and Hour Division determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. (4) In the event the Bureau of Apprenticeship and Training, or a State apprenticeship agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor or subcontractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the comparable work performed by regular employees until an acceptable program is approved. b. Trainees: (1) Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the DOL, Employment and Training Administration. (2) The ratio of trainees to journeyman-level employees on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. (3) Every trainee must be paid at not less than the rate specified in the approved program for his/her level of progress, expressed as a percentage ofthe journeyman-level hourly rate specified in the applicable wage EEO Page 30 determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman-level wage rate on the wage determination which provides for less than full fringe .benefits for apprentices, in which case such trainees shall receive the same fringe benefits as apprentices. (4) In the event the Employment and Training Administration withdraws approval of a training program, the contractor or subcontractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Helpers: Helpers will be permitted to work on a project if the helper classification is specified and defined on the applica- ble wage determination or is approved pursuant to the conformance procedure set forth in Section IV.2. Any worker listed on a payroll at a helper wage rate, who is not a helper under an approved definition, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. 5. Apprentices and Trainees (Programs of the U.S. DOT): Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be estab- lished by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 6. Withholding: The SHA shall upon its own action or upon written request of an authorized representative of the DOL withhold, or cause to be withheld, from the contractor or subcontractor under this contract or any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to Davis-Bacon prevailing wage requirements which is held by the same prime contractor, as much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor Minnesota Department of Transportation Office of EEO Contract Management EEO Special Provisions Revised 11101 REQUIRED CONTRACT PROVISIONS (con't) the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the SHA contracting officer may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 7. Overtime Requirements: No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers, mechanics, watchmen, or guards (including apprentices, trainees, and helpers described in paragraphs 4 and 5 above) shall require or permit any laborer, mechanic, watchman, or guard in any workweek in which he/she is employed on such work, to work in excess of 40 hours in such workweek unless such laborer, me- chanic, watchman, or guard receives compensation at a rate not less than one-and-one-half times his/her basic rate of pay for all hours worked in excess of 40 hours in such workweek. 8. Violation: Liability for Unpaid Wages; Liquidated Damages: In the event of any violation of the clause set forth in paragraph 7 above, the contractor and any subcontractor responsible thereof shall be liable to the affected employee for hislher unpaid wages. In addition, such contractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory) for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer, mechanic, watchman, or guard employed in violation of the clause set forth in paragraph 7, in the sum of $10 for each calendar day on which such employee was required or permitted to work in excess ofthe standard work week of 40 hours without payment of the overtime wages required by the clause set forth in paragraph 7. 9. Withholding for Unpaid Wages and Liquidated Damages: The SHA shall upon its own action or upon written request of any authorized representative of the DOL withhold, or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 8 above. EEO Page 31 V. STATEMENTS AND PAYROLLS (Applicable to all Federal-aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local' roads or rural collectors, which are exempt.) 1. Compliance with Copeland Regulations (29 CFR 3): The contractor shall comply with the Copeland Regula- tions of the Secretary of Labor which are herein incorporated by reference. 2. Payrolls and Payroll Records: a. Payrolls and basic records relating thereto shall be maintained by the contractor and each subcontractor during the course of the work and preserved for a period of 3 years from the date of completion of the contract for all laborers, mechanics, apprentices, trainees, watchmen, helpers, and guards working at the site of the work. b. The payroll records shall contain the name, social security number, and address of each such employee; his or her correct classification; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalent thereof the types described in Section 1 (b )(2)(B) of the Davis Bacon Act); daily and weekly number of hours worked; deductions made; and actual wages paid. In addition, for Appalachian contracts, the payroll records shall contain a notation indicating whether the employee does, or does not, normally reside in the labor area as defined in Attachment A, paragraph 1. Whenever the Secretary of Labor, pursuant to Section IV, paragraph 3b, has found that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1 (b )(2)(B) of the Davis Bacon Act the contractor and each subcontractor shall maintain rec~rds which show that the commitment to provide such benefits is enforceable, that the plan or program is financially possible, that the plan or program has been communicated in writing to the laborers or mechanics affected, and show the cost anticipated or the actual cost incurred in providing benefits. Contractors or subcontractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprentices and trainees, and ratios and wage rates prescribed in the applicable programs. c. Each contractor and subcontractor shall furnish, each week in which any contract work is performed, to the SHA resident engineer a payroll of wages paid each of its employees (including apprentices, trainees, and helpers, described in Section IV, paragraphs 4 and 5, and watchmen and guards engaged on work during the preceding weekly payroll period). The payroll submitted shall set out accurately and completely all of the information required to be maintained under paragraph 2b of this Section V. This information may be submitted in any form EEO Special Provisions Revised 11101 Minnesota Department of Transportation Office of EEO Contract Management REQUIRED CONTRACT PROVISIONS (con't) desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal stock number 029-005-0014-1), U.S. Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. d. Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or hislher agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) that the payroll for the payroll period contains the information required to be maintained under paragraph 2b of this Section V and that such information is correct and complete; (2) that such laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectl y from the full wages earned, other than permissible deductions as set forth in the Regulations, 29 CFR 3; (3) that each laborer or mechanic has been paid not less that the applicable wage rate and fringe benefits or cash equivalent for the classification of worked performed, as specified in the applicable wage determination incorporated into the contract. e. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required byparagraph2dofthis Section V. f. The falsification of any of the above certifications may subject the contractor to civil or criminal prosecution under 18 U.S.c. 1001 and 31 U.S.c. 231. g. The contractor or subcontractor shall make the records required under paragraph 2b of this Section V available for inspection, copying, or transcription by authorized representatives of the SHA, the FHW A, or the DOL, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the SHA, the FHW A, the DOL, or all may, after written notice to the contractor, sponsor, applicant, or owner, take such actions as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to EEO Page 32 submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR 1. On all Federal-aid contracts on the National Highway System, except those which provide solely for the installation of protective devices at railroad grade crossings, those which are constructed on a force account or direct labor basis, highway beautification contracts, and contracts for which the total fmal construction cost for roadway and bridge is less than $1,000,000 (23 CFR 635) the contractor shall: a. Become familiar with the list of specific materials and supplies contained in Form FHW A-47, "Statement of Materials and Labor Used by Contractor of Highway Construction Involving Federal Funds," prior to the commencement of work under this contract. b. Maintain a record of the total cost of all materials and supplies purchased for and incorporated in the work, and also of the quantities of those specific materials and supplies listed on Form FHW A-47, and in the units shown on Form FHWA-47. c. Furnish, upon the completion of the contract, to the SHA resident engineer on Form FHW A-47 together with the data required in paragraph 1 b relative to materials and supplies, a final labor summary of all contract work indicating the total hours worked and the total amount earned. 2. At the prime contractor's option, either a single report covering all contract work or separate reports for the contractor and for each subcontract shall be submitted. VII. SUBLETTING OR ASSIGNING THE CONTRACT I. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the State. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount ofwork required to be performed by the contractor's own organization (23 CFR 635). a. "Its own organization" shall be construed to include only workers employed and paid directly by the prime contractor and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor, assignee, or agent of the prime contractor. Minnesota Department of Transportation Office of EEO Contract Management EEO Special Provisions Revised 11/01 REQUIRED CONTRACT PROVISIONS (con't) b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph 1 of Section VII is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall fumish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the SHA contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent ofthe SHA contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for theiUlfillment of the contract. Written consent will be given only after the SHA has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. VIII. SAFETY: ACCIDENT PREVENTION 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the SHA contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Stan- dards Act (40 U.S.c. 333). EEO Page 33 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Stan- dards Act (40 U.S.c. 333). IX. FALSE STATEMENTS CONCERNING mGH- WAY PROJECTS In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal-aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, the following notice shall be posted on each Federal-aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL-AID mGHW AY PROJECTS 18 U.S.c. 1020 reads as follows: "Whoever being an officer, agent, or employee of the United States, of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement,false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statementJalse repre- sentation, false report or false claim with respect to the character, quality, quantity, or cost of any work pelformed or to be performed, or materials furnished or to be fUrnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; EEO Special Provisions Revised 11/0 I Minnesota Department of Transportation Office of EEO Contract Management REQUIRED CONTRACT PROVISIONS (con't) Shall befined not more that $10,000 or imprisoned not more than 5 years or both. 1/ X. IMPLEMENTATION OF CLEAN AIR ACT AJ.~D FEDERAL WATER POLLUTION CONTROL ACT (Applicable to all Federal-aid construction contracts and to all related subcontracts of $1 00,000 or more.) By submission of this bid or the execution of this contract, or subcontract, as appropriate, the bidder, Federal-aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any facility that is or will be utilized in the performance ofthis contract, unless such contract is exempt under the Clean Air Act, as amended (42 U.S.C. 1857 ~ ~., as amended by Pub.L. 91-604), and under the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251 ~ ~., as amended by Pub.L. 92-500), Executive Order 11738, and regulations in implementation thereof (40 CFR 15) is not listed, on the date of contract award, on the U.S. Environmental Protection Agency (EP A) List of Violating Facilities pursuant to 40 CFR 15.20. 2. That the firm agrees to comply and remain in compliance with all the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations and guidelines listed thereunder. 3. That the firm shall promptly notify the SHA of the receipt of any communication from the Director, Office of Federal Activities, EP A, indicating that a facility that is or will be utilized for the contract is under consideration to be listed on the EP A List of Violating Facilities. 4. That the firm agrees to include or cause to be included the requirements of paragraph 1 through 4 of this Section X in every nonexempt subcontract, and further agrees to take such action as the government may direct as a means of enforcing such requirements. XI. CERTIFICATION REGARDING DEBA.RlVIENT, SUSPENSION, INELIGIBILITY AJ."1DVOLUNTARY EXCLUSION 1. Instructions for Certification - Primary Covered Transactions: (Applicable to all Federal-aid contracts - 49 CFR 29) a. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. EEO Page 34 b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may termi- nate this transaction for cause of default. d. The prospective primary participant shall provide immediate written notice to the department or agency to whom this proposal is submitted if any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is submitted for assistance in obtaining a copy of those regulations. f. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. Minnesota Department of Transportation Office of EEO Contract Management EEO Special Provisions Revised 11/0 I REQUIRED CONTRACT PROVISIONS (con't) h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the nonprocurement portion of the "Lists of Parties Excluded From Federal Procurement or Nonprocurement Programs" (Nonprocurement List) which is compiled by the General Services Administration. i. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph f of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may termi- nate this transaction for cause or default. * * * * * Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Primary Cov- ered Transactions 1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; b. Have not within a 3-year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen proper- ty; c. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the EEO Page 35 offenses enumerated in paragraph 1 b of this certification; and d. Have not within a 3-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. 2. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. ***** 2. Instructions for Certification - Lower Tier Covered Transactions: (Applicable to all subcontracts, purchase orders and other lower tier transactions of $25,000 or more - 49 CFR 29) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department of agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person' to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "primary covered transaction," "participant," "person," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. EEO Special Provisions Revised 1110 I Minnesota Department of Transportation Office of EEO Contract Management REQUIRED CONTRACT PROVISIONS (con't) f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. g. A participation in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. * * * * * Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transactions: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. EEO Page 36 XII. CERTIFICATION REGARDING USE OF CON- TRACT FUNDS FOR LOBBYING (Applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $1 00,000 - 49 CFR 20) 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instruc- tions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.c. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. COUNTY STATE AID CONTRACT SPECIAL PROVISIONS DIVISION A September 1, 1999 A-1 PREAMBLE It is in the public interest that public works projects be constructed and maintained by the best means and the highest quality of labor reasonably available and that persons working on public works be compensated according to the real value of the services they perform. Therefore, the City of New Hope will administer this Contract according to the provisions set forth in Minn. Stat. SS 177.41 - 177.44 and 6 MCAR 5200.1120. A-2 MINIMUM WAGE RATES 1. The minimum hourly rates of wages required to be paid to the various laborers and mechanics employed by the Contractor and the subcontractors in the construction work on the contract shall be an amount equal to the sum of the basic hourly rate plus applicable fringe benefits as certified by the Minnesota Department of Labor and the Industry for State funded Construction projects. 2. "Prevailing wage rate" means the hourly basic rate of pay plus the contribution for health and welfare benefits, vacation benefit, pension benefits, and any other economic benefit. Minn. Stat. S 177.42, Subd. 6. 3. The laborer or mechanic must be paid at least the prevailing wage rate in the same or most similar trade or occupation in the area as provided by the Commissioner of labor and Industry Master Job Classification. Minn. Stat. S 177.44, Subd. 3 and 4. 4. If a construction project extends into more than one area, there shall be only one standard of hours of labor and wage rates for the entire project. Minn. Stat. S 177.44, Subd.4. 5. The City of New Hope shall apply classifications of labor, as listed under 6 MCAR 5200.1100 - Master Job Classifications. Under Standard Specifications for Construction 1906, the City of New Hope shall withhold such amounts as may be needed to protect the City's interest in consideration of charges or assessments against the Contractor, whether arising from this contract or any other contract with the City. 1 of 5 COUNTY STATE AID CONTRACT SPECIAL PROVISIONS DIVISION A September 1, 1999 6. The wage determination(s) contained in the contract and MnDOT's poster titled "Notice to Workers" (Tp-02126-03) must be kept posted on the project work site by the Contractor in at least one conspicuous place for the information of all the employees working on the project. Minn. Stat. S 177.44, Subd. 5. 7. APPRENTICE A. Establishment of wage rates. Apprentices working on state projects are not subject to the prevailing wage rate determination, except as they may be affected by registered apprenticeship agreements. The hourly rates of pay for such workers are established by the particular program to which the apprentice or trainee is subject. 6 MCAR 5200.1070, Subp.1. B. The term "apprentice" means: i. A person employed and registered in a bona fide apprenticeship program registered with the U. S. Department of Labor or with the state apprentice agency, and ii. A person in the first 90 days of probationary employment as an apprentice who is not registered in the program but who has been_certified by the U. S. Bureau of Apprenticeship and Training or state apprenticeship agency or council to be eligible for a probationary employment as an apprentice. 6 MCAR 5200.1070, Subp. 2. C. Any employee listed on a payroll for a state project that does not fall within the term "apprentice" defined above shall be paid the prevailing wage rate for the classification of work performed. 2 of 5 COUNTY STATE AID CONTRACT SPECIAL PROVISIONS DIVISION A September 1, 1999 A.3 PREVAILING HOURS OF LABOR 1. The prevailing hours of labor may not be more than eight hours per day or more than 40 hours per week. Minn. Stat. S 177.42, Subd. 4. 2. "Hourly basic rate" means the hourly wage paid to any employee. Minn. Stat. S 177.42, Subd. 5. 3. Employees may not be allowed or required to work longer than the prevailing hours of labor unless the employee is paid for all hours more than the prevailing hours at a rate of at least 1 % times the hourly basic rate of pay. Minn. Stat. S 177.44, Subd.1. A-4 STATEMENTS AND PAYROLLS 1. The Contractor and all subcontractors shall provide information, based on the contractor's employee payment schedule, to the Project Engineer. Minn. Stat. S 177.44, Subd.1. 2. The Contractor and all subcontractors may provide the following types of payroll information to the City of New Hope to satisfy this requirement. Payroll information need not include all the listed information below, but failure to provide the listed information may delay payment of funds or result in additional inquires. A. The employee's full name, address, and social security number. The employee's address and social security number need only appear on the first payroll on which their name appears. B. The employee's classification as defined under 5200.1100 Master Job Classifications. 3 of 5 COUNTY STATE AID CONTRACT SPECIAL PROVISIONS DIVISION A September 1,1999 C. Entries showing the employee's basic hourly wage rate, including any fringe benefits amounts paid in cash. The payroll should show separately the amounts contributed on behalf of the employee to "bona fide" fringe benefit funds and/or programs. D. The employee's daily and weekly hours worked in each classification, including overtime hours worked. E. The itemized deductions made; and F. The net wages paid. 3. The Contractor and subcontractor shall submit, along with the payroll information, statement specifying that the individual signing the statement attest that the information on the payrolls is true and correct. The statement shall specify that the willful falsification of any information on the . payroll may result in civil or criminal prosecution. Contractors must attach to the payroll MnDOT's form 21658 A. 4. The City of New Hope the Minnesota Department of Transportation, or the Minnesota Department of Labor and Industry may examine the Contractors and subcontractor records related to hours of work and the wages paid laborers and mechanics working on the project. Minn. Stat. S 177.44, Subd.7. The City of New Hope the Minnesota Department of Transportation, or the Minnesota Department.of Labor and Industry may interview contractor and subcontractor employees during work hours on the project. 5. The City of New Hope will administer this contract according the Mn/Dot Contractor Payroll Maintenance Program. Accordingly, the Contractor must collect, maintain, and store certified payroll records for each week work is performed on the Contract by all subcontractors and their own work force. 4 of 5 COUNTY STATE AID CONTRACT SPECIAL PROVISIONS DIVISION A September 1, 1999 A. Contractors that have corporate offices outside of the State of Minnesota must preserve the records within the State until the final voucher has been issued for final acceptance, unless the project engineer has approved a location outside of the State. Upon completion of the Contract, the Contractor may send the payroll records to an out-of-state location. In the event the Contractor does not have a suitable location within the State to store records, the payrolls may be submitted to the project engineer. B. The Contractor and all subcontractors must complete a Mn/Dot 21658A form for each payroll record produced. Upon receipt of payroll records from subcontractors, the Contractor must review the record to determine if all required information is contained, and sign the attached 21658A form. The Contractor must send a copy of both the Contractor and subcontractor's 21658A forms to the project engineer attesting that the payrolls have been received and are available for review. C. The project engineer may request that the Contractor send copies of certified payroll records for examination. The payroll records must be submitted to the project engineer within three days. D. Upon completion Of the Contract, the Contractor must preserve all payroll records for three years from the fiscal year ending date (July 1) after the final payment voucher has been issued. 6. The City of New Hope shall require adherence to the state prevailing wage . law, as such, the City will withhold funds sufficient to protect the City's interest in the implementation of these Special Provisions against the Contractors as provided for under section 1906, Standard Specification for Construction. Minn. Stat. 9 177.44, subd. 7. 5 of 5 COVERAGE OF PREY AILING WAGE LAW UNDER MlNNESOTA STATUTES, SECTIONS 177.41 TO 177.44. Subpart 1. In general. For purposes of parts 5200.1105 and 5200.1106 and Minnesota Statutes, sections 177.41 to 177.44,the prevailing wage rate which, for the purpose of all public works highway projects funded in whole or in part by state funds only, includes truck rental rates, must be paid for work under the contract. Subp.2. Work under the contract. A. Except as provided in subpart 4, work under the contract means all construction activities associated with the public works project, including any required hauling activities on the site of or to or from a public works project and work conducted pursuant to a contract as defined by item B, regardless of whether the construction activity or work is performed by the prime contractor, subcontractor, trucking broker, trucking firms, independent contractor, or employee or agent of any of the foregoing entities, and regardless of which entity or person hires or contracts with another. The term "work under a contract" has the same meamng. B. "Contract" means the written instrument containing the consideration and the terms of agreement between the prime contractor and the contracting agency for the construction of all or a part of: (1) a highway pursuant to Minnesota Statutes, sections 161.32 and 177.44; (2) a public works project pursuant to Minnesota Statutes, section 177.43 and chapter 16B; or (3) any public building or public works financed in whole or in part with state funds pursuant to Minnesota Statutes, sections 177.41 to 177.44. Contract includes project proposals, plans, and specifications, and all requirements for labor, equipment, and rnaterials found in such proposals, plans, and specifications. C. "Prime contractor" means an individual or business entity that enters into a contract as defined in item B with the contracting agency. D. "Contractor" means an individual or business entity that is engaged in construction or construction service-related activities including trucking activities either directly or indirectly through a contract as defined by item B, or by subcontract with the prime contractor, or by a further subcontract with any other person or business entity performing work under the contract. Subp. 3. Work considered to be under a contract. Without limiting the application of parts 5200.1105 and 5200.1106 to other situations, the following are considered to be work under the contract. A. Work performed by employees of a contractor or subcontractor that operates an asphalt or concrete plant, that was moved into a gravel pit, borrow pit, or other location not on the project, primarily to serve public works projects is considered work under the contract including the contractor's employees loading the equipment hoppers with materials obtained from the pit regardless of whether the pit meets the definition of commercial establishment. B. The following hauling activities are included in hours worked and considered work under the contract for purposes of payment of prevailing wages and payment of the truck rental rate: (1) the hauling of any or all stockpiled or excavated materials on the project work site to other locations on the same project even if the trucks leave the work site at some point; Page 1 of6 (2) the delivery of materials from any facility that does not meet the requirements of a commercial establishment to the project and the return haul to the starting location either empty or loaded; (3) the delivery of materials from another construction project site to the public works project and the return haul empty or loaded is considered work under the contract. Construction projects are not considered a commercial establishment; (4) the hauling required to remove any materials from the public works project to a location off the proj ect site and the return haul if empty or if loaded from other than a commercial establishment; (5) the delivery of materials or products by trucks hired by a contractor, subcontractor, or agent thereof, from a commercial establishment; and (6) delivery of sand, gravel, or rock, by or for a commercial establishment, which is deposited "substantially in place," either directly or through spreaders from the transporting vehicles is work under the contract. In addition, the return haul to the off-site facility empty or loaded is also considered work under the contract. Subp.4. Work not considered to be under a contract. Without limiting the application of parts 5200.1105 and 5200.1106 to other situations, the following work is not considered to be work under a contract: A. the processing or manufacturing of materials or products by or for a commercial establishment; B. the work performed by employees of the owner or lessee of a gravel pit or borrow pit that is a commercial establishment and that performs work in conjunction with a public works project by adding value to the sand, gravel, or rock contained in or delivered to the pit through the use of screening, washing, or crushing machines. This applies even if the machines are portable. This does not include the employees described in subpart 3, item A; C. the delivery of processed or manufactured goods to a public works project by the employees of a commercial establishment including truck owner-operators hired by and paid by the commercial establishment, unless it is the delivery of mineral aggregate that is incorporated into the work under the contract by depositing the material substantially in place; or D. multiple site hauling operations include secondary hauling activities in addition to the hauling of materials on and off the public works project in order to complete the truck's round trip haul. The hauling of materials or products between these secondary off-site facilities as part of a multiple site hauling operation is not considered work under the contract as long as the time spent hauling between the secondary sites is properly documented in the trucking records and the time spent hauling on and off the project is properly compensated as required in subpart 3. Subp.5. Commercial establishment, exceptions, definitions. For purposes of parts 5200.1105 and 5200.1106 and Minnesota Statutes, sections 177.41 to 177.44, the following terms have the meanings listed. A. "Laborer or mechanic" means a worker in a construction industry labor class identified in or pursuant to part 5200.1100. B. "Mineral aggregate" is sand, gravel, or crushed stone or rock, or earthen material suitable for roadway development, or mixtures of these naturally occurring substances with recycled materials, suitable for the base or shoulder of a highway or heavy project used to compose the shoulder, or support bituminous or concrete pavement, or used as a final gravel road surface. Mineral aggregate specifically does not include screenings, slag, riprap, recycled concrete and bituminous materials, ready-mix concrete, bituminous concrete, asphalt, mastic, mortar, plaster, macadam, and other similar processed or manufactured materials or Page 2 of6 products. Additionally, mineral aggregate does not include materials such as clay, topsoil, fill, dirt, silt, boulders, wall stone, loam, gumbo, loess, peat, muck, hardpan, or other similar soils or mixed earth. C. "Incorporated into the work under the contract by depositing the material substantially in place" means the mineral aggregate is deposited on the project site directly or through spreaders where it can be spread from or compacted at the location where it was deposited. As used in this part, "depositing substantially in place" has the same meaning. D. To be a "fixed place of business," a commercial establishment must serve the government project from a location from which it served the public prior to and at the time of advertisement of the public works contract and that has sufficient utilities and equipment to serve the public upon demand. E. "Regularly supply" includes supply by a cornmercial establishment that is closed on a seasonal basis. F. The determination of whether a facility is a "commercial establishment" is made on a location-by- location basis and on a product-by-product basis, not on a business wide basis. For purposes of parts 5200.1000 to 5200.1120 and Minnesota Statutes, sections 177.41 to 177.44, production of mineral aggregate is considered production of one product. Construction projects are not considered commercial establishments. A "commercial establishment" is a business entity that has not set up at the location from which deliveries are made primarily to serve public works projects and, prior to and at the time of advertisement of the public works contract, it: (1) owned or leased the land on which it operates; (2) possessed business records indicating that sales from the location from which deliveries are made are for other than the contracting agency's public works contracts; (3) advertised the availability of material for sale to the general public from the location and had facilities available for effecting sales at the location; and (4) has acquired all necessary permits to operate from the location, and met all legal obligations of state and local regulations to excavate soils, sand, gravel, or rock for the purpose of receiving something of value for the product. Subp. 6. Prohibited payment practices. The contractor, subcontractor, trucking broker, or other person making payment to an employee laborer, mechanic, worker, or truck owner-operator may not accept a rebate for the purpose of reducing or otherwise decreasing the value of the compensation paid. Subp.7. Trucking defInitions. The following terms have the meanings given them for the purpose of parts 5200.1105 and 5200.1106 and Minnesota Statutes, sections 177.41 to 177.44. A. "Independent truck owner-operator" is an individual, partnership, or principal stockholder of a corporation who owns or holds a vehicle under lease and who contracts that vehicle and the owner's services to an entity which provides construction services to' a public works project. In addition, an owner and operator of a vehicle that is licensed and registered as a truck, tractor, or truck-tractor by a governmental motor vehicle regulatory agency is an independent contractor, not an ernployee, only if each of the following factors are significantly present: (1) the individual, partnership, or corporation owns the equipment or holds it under a lease arrangement; (2) the individual, partnership, or corporation is responsible for the maintenance of the equipment; Page 3 of6 (3) the individual, partnership, or corporation bears the principal burden of the operating costs, including fuel, repairs, supplies, vehicle insurance, and personal expenses while on the road, but not including brokerage fees; (4) the owner drives the equipment; (5) the owner determines the details and means of performing the services in conformance with regulatory requirements, operating procedures, and specifications of the entity with which the individual or corporation contracts; and (6) the individual or corporation enters into a legally binding agreement that specifies the relationship to be that of an independent contractor and not that of an employee. B. "Trucking firm" is any legal business entity that owns more than one vehicle and hires the vehicles out for services to brokers or contractors on public works projects. C. "Trucking broker" is an individual or business entity, the activities of which include, but are not limited to: (1) contracting to provide trucking services in the construction industry to users of such services; (2) contracting to obtain such services from providers of trucking services; (3) dispatching the providers of the services to do work as required by the users of the services; (4) receiving payment from the users in consideration of the trucking services provided; and (5) making payment to the providers for the services. D. "Own" and "operate" have the following meanings and apply to independent truck owner- operators and trucking firms. The notation "truck owner-operator" for the purposes of this part will apply to both the independent owner-operator and trucking firms unless otherwise defined: (1) "Own" means to have a legal and rightful title to the vehicle or to have an approved lease on the vehicle. (2) "Operate" means the owner either physically drives the vehicle or hires another to physically drive the vehicle but maintains the right to direct the day-to-day operations of the vehicle. Subp. 8. Trucking provisions. A. Independent truck owner-operators or the owner-driver of a trucking firm are not required to be paid the truck rental rate for: (1) time spent repairing or maintaining, or waiting to repair or maintain, the truck owner-operator's equipment, except that repair, maintenance, or time spent waiting to load or unload which is attributable to the fault of the broker, contractor, agent thereof, or an employee of such entities, must be included in the hours worked and paid the hourly truck rental rate; and (2) time spent correcting work that was not performed according to the prime contract that can be directly attributed to the negligence of the truck owner-operator. B. Employees of a trucking firm must always receive the appropriate prevailing wage rate for any work performed under the contract. Page 40f6 C. The owner of a trucking firm may either drive the vehicles or hire employees to drive the vehicles. If the owner drives the vehicle, then the truck hire is subject to the truck rental rates. If the owner hires an employee to drive the vehicle, the truck hire is subject to the truck rental rates and the employee driver is subject to the appropriate prevailing wage rate. These provisions apply regardless of who owns any trailer being pulled by the truck. Subp.9. Required records. A. Upon agreement of a contractor or trucking broker with an independent truck owner-operator to perform work under the contract, the contractor or broker must keep the following records for a period of at least six years following the payment for services: (1) name, address, and social security number of the truck owner-operator; (2) name, address, and phone number of the truck owner-operator's business and federal tax identification number; (3) time period covered by the agreement between the tnck owner-operator and the broker or contractor; (4) date and amount of each payment to the truck owner-operator, and for each payment: (a) number of hours the truck owner-operator performed work under the contract, not including hours excluded under subpart 7; (b) type of trucking equipment used for each job by the truck owner-operator and if leased, the name and address of the individual or business entity which owns the equipment; ( c) type of services performed; (d) hourly truck rental rate used to calculate the minimum payment due; and (e) an itemization of any deductions from the gross amount payable to the truck owner-operator; (5) a copy of the owner's certificate of insurance; and (6) a copy of the vehicle/truck registration. The contractor or broker must also keep the same records for owner-drivers of trucking firms working on the public works project unless the owner-drivers' information is submitted along with the employee information to a contracting agency as listed under subpart 10. B. Records required to be kept by item A and other similar records necessary to determine compliance \vith Minnesota Statutes, sections 177.41 to 177.44, as determined by the commissioner of the department of transportation or the department of labor and industry, must be provided upon request accompanied by a certification form approved by the requesting department. Subp. 10. Required employee records. Records pertaining to the proper payment of employees including, but not limited to, fringe benefit documentation, time cards, payroll ledgers, check registers, and canceled checks will be made available on request from the department for further review to determine if the employee was paid according to this part and Minnesota Statutes, sections 177.41 to 177 .44. If the commissioner of the department of transportation or the department of labor and industry requests any or all of the following information, the contractor, subcontractor, or trucking firm shall submit the following information to the department together with any certification forms approved by the requesting department: Page 5 of6 A. name, address, and social security number of the employee; B. the classification of work performed defined by part 5200.1100, master job classification; C. the hours worked per day and per week; D. legal deductions made from the employee's check; E. contract information regarding the public works projects worked on by the employee; F. hourly rate of pay, including any fringe benefit information deemed necessary to determine if the proper prevailing wage rate was paid; G. project gross amount earned; H. weekly gross and net amount of payroll check; or 1. in the case of the owner-driver, information described in items A to E shall be submitted along with the hourly truck rental rate paid to the owner-driver. Subp.l1. Effective Date. Parts 5200.1105 and 5200.1106 are effective June 25, 2001. Part 5200.1106 is effective for all projects as described in part 5200.1106, subpart 2, item B, that are advertised for bid on and after June 25, 2001. The new truck rental rates to be issued under part 5200.1105 are effective for all projects as described in part 5200.1106, subpart 2, item B, that are advertised on and after the publication in the State Register of the notice of certification of the truck rental rates. STAT AUTH: MS s 175.171; 177.41 to 177.44 . HIST: 25 SR 1942 Current as of 08/17/01 Page 60f6 MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS W TIDS NOTICE MUST BE POSTED ON THE JOB SITE IN A CONSPICUOUS PLACE Construction Type: Highway and Heavy Region Number: 09 Counties within region: · ANOKA-02 · CARVER-10 · CHISAGO-13 · DAKOTA-19 · HENNEPIN-27 · RAMSEY -62 · SCOTT-70 · W ASHINGTON-82 Effective: 2005-10-17 Revised: 2006-02-08 This project is covered by Minnesota prevailing wage statutes. Wage rates listed below are the minimum hourly rates to be paid on this project. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at a rate of one and one half (1 1/2) times the basic hourly rate. Violations should be reported to: Department of Transportation Office of Construction Transportation Building John Ireland Blvd St. Paul, MN 55155 (651) 297-5716 Refer questions concerning the prevailing wage rates to: Department of Labor and Industry Prevailing Wage Section 443 Lafayette Road N St Paul, MN 55155 (651) 284-5091 DLLPrevWa!ie@state.mn.us 03/07/06 LABOR CODE AND CLASS EFFECT BASIC FRINGE TOTAL DATE RATE RATE RATE 101 LABORER,CO~ON(GENLABOR 2005-10-17 22.84 10.56 33.40 WRK) 2006-05-01 24.39 10.56 34.95 102 LABORER,SKILLED-ASST CRFT 2005-10-17 22.84 10.56 33.40 JRNYMN 2006-01-05 24.39 10.56 34.95 103 LABORER, LANDSCAPING 2005-10-17 14.19 7.75 21.94 2006-05-01 15.69 7.75 23.44 104 FLAGPERSON 2005-10-17 22.84 10.56 33.40 2006-05-01 24.39 10.56 34.95 105 W A TCHPERSON 2005-10-17 19.44 10.01 29.45 2006-05-01 20.99 10.01 31.00 106 BLASTER 2005-10-17 25.84 10.56 36.40 2006-05-01 27.39 10.56 37.95 107 PIPELA YER (WATER, SEWER & GAS) 2005-10-17 24.84 10.56 35.40 2006-05-01 26.39 10.56 36.95 108 TUNNEL MINER 2005-10-17 23.54 10.56 34.10 2006-05-01 25.09 10.56 35.65 109 UNDRGRND & OPEN DITCH LABOR 2005-10-17 23.54 10.56 34.10 (8') 2006-05-01 25.09 10.56 35.65 GROUP 1 2005-10-17 2006-05-01 27.77 29.32 11.70 11.70 39.47 41. 02 201 HELICOPTER PILOT 03/07/06 2 202 CRANE,OVER 135' BOOM, WITHOUT JIB 203 DRGLN/SMLR,SHVL CNTRLS,3 CU YDS+ 204 PILE DRIVING,WITH 3 DRUMS IN USE 205 TOWER CRANE GROUP 2 2005-10-17 27.22 11.70 38.92 2006-05-01 28.77 11.70 40.47 206 CABLEW A Y 207 CONCRETE MIXER,STATIONARY PLANT 208 DERRICK-GUY,STFLEG,PWR,SKD,IMMOV 209 DRGLN/SMLR/SHVL CNTRLS,TO 3 CYDS 210 DRDGEORENGmEE&POWER&ENGmEER 211 FRONT END LOADER,5 CU YDS & OVER 212 GRADER OR MOTOR PATROL 213 LOCOMOTIVE CRANE OPERATOR 214 MIXR-P A VING,ROADMOLE,CONW A Y /SMLR 216 TRACTOR - BOOM TYPE 217 TRACTORCRANE-CRAWLERCRANE 218 TUGBOAT, 100 H.P. AND OVER GROUP 3 2005-10-17 26.92 11.70 38.62 2006-05-01 28.47 11.70 40.17 219 DUAL TRACTOR 220 ELEV A TING GRADER 221 PUMP CRETE 222 SCRAPER,32 CU YDS AND OVER 223 SELF PROPELLED SOIL STABILIZER GROUP 4 2005-10-17 26.92 11.70 38.62 2006-05-01 28.47 11.70 40.17 224 AIR TRACK ROCK DRILL 225 ASPHALT BITU1v1INOUS STABLZR PLANT 226 AUTOMATIC ROAD MACHINE(CMI/SMLR) 227 BACKFILLER OPERATOR 228 CONCRETE BATCH PLANT 229 BITUMINOUS ROLLER,8 TONS OR MORE 03/07/06 3 230 BITUMINOUS SPREADER,FINISH (PWR) 231 CAT TRACTORS W/ROCK W AGONS/SMLR 232 CHIP HARVESTER AND TREE CUTTER 233 CONCRETE MIXER ON JOB SITE 234 CONCRETE MOBIL 235 CRUSH,W ASH,SCREEN GRAVEL PLANT 236 CURB MACIDNE 237 DOPE MACHINE (PIPELINE) 238 DRILL RIGS (ROTARY,CHAIN,CABLE) 239 FORK LIFT OR STRADDLE CARRIER 240 FORK LIFT OR LUMBER STACKER 241 FRONTENDLOADEROVER1CUYD 242 HOIST ENGINEER (POWER) 243 HYDRAULIC TREE PLANTER 244 LAUNCHER,TANKER PERSON,PILOT LIC 245 LOCOMOTIVE 246 MECHANIC WELDER 247 MILL,GRIND,AND PLANE MACIDNE 248 MULTIPLE MACIDNES/WELD,GENS,PUMP 249 PAVE BRKR,TAMP (PWR),MIGHTY MITE 250 PICKUP SWEEP W HOPPER OF 1 CUYD+ 251 PIPELINE WRAP,CLEAN,BEND MACHINE 252 PWR PLANT ENGINEER,100 KWH + 253 PWR HORlZONTAL BORING MACH 6" + 254 PUGMILL 255 RUBBER TIRE TRACTOR,B/HOE ATTACH 256 SCRAPER UP TO 32 CUBIC YARDS 257 SKID LDR,lCUYD+ & BACKHOE ATTACH 258 SLIP FORM (POWER DRIVEN)(PA VING) 259 TIE TAMPER AND BALLAST MACHINE 260 TRACTOR, BULLDOZER 261 TRENCIDNG MACH (SEWER,W ATER,GAS) 262 WELL POINT INSTALLATION GROUP 5 2005-10-17 2006-05-01 03/07/06 23.88 25.43 11.70 11.70 35.58 37.13 4 263 AIR COMPRESSOR, 600 CFM OR OVER 264 BITUMINOUS ROLLER UNDER 8 TONS 265 CNCRTE DSTRB/SPRD/FNSH,FLOAT,JNT 266 CNCRTE SAW W MULT BLADE,PWR OPER 267 FORM TRENCH DIGGER, POWER OPER 268 FRONT END LOADER UPTO INCL 1 CUYD 269 GUNITE GUNALL 270 HYDRAULIC LOG SPLITTER 271 LOADER-BARBERGREENEORS~AR 272 POST HOLE DRIVING MACHINE/AUGER 273 POWER AUGER AND BORING MACHINE 274 POWER ACTUATED JACK 275 PUMP 276 SELF PROP CHIP SPRDR(FLAHERTY) 277 SHEEP FOOT COMP ACTR/BLADE,200HP+ 278 SHOULDER MACH W SAND/CHIP SPRDR 279 STUMP CHIPPER AND TREE CHIPPER 280 TREE FARMER (MACHINE) 281 BTMNUS SPRDR/FINSH MACH OPRlHLPR GROUP 6 2005-10-17 2006-05-01 22.67 24.22 11.70 11.70 34.37 35.92 282 CONVEYOR 283 DREDGE DECK HAND 284 FIRE PERSON OR TAl~K CAR HEATER 285 GRVL SCRN PLNT-PORT,NOCRUSH/W ASH 286 GREASER (TRUCK OR TRACTOR) 287 LEVER PERSON 288 OILR-SHVL,CRANE,DLINE,CRUSH,MILL 289 POWER SWEEPER 290 ROLLER ON GRA VEL COMPACTION 291 SELF PROPELLED VIBRATING PACKER 292 SHEEP FOOT ROLLER 293 TRACTOR, WHEEL TYPE,OVER 50 H.P. 294 TRUCK CRAi'ffi OILER 03/07/06 5 GROUPl 2005-10-17 23.00 9.25 32.25 2006-05-01 24.55 9.25 33.80 301 MECHANIC - WELDER 302 TRACTOR~ERDillNCR 303 TRUCK DRVR,OPER HAND/PWR WINCH GROUP 2 2005-10-17 22.45 9.25 31.70 2006-05-01 24.00 9.25 33.25 304 4 OR MORE AXLE,STRGHT BODY TRUCK GROUP 3 2005-10-17 22.35 9.25 31.60 2006-05-01 23.90 9.25 33.15 305 BITUMINOUS DISTRIBUTOR DRIVER 306 BITUMINOUS DISTRIBUTOR-1 PERSON 307 THREE AXLE UNITS GROUP 4 2005-10-17 22.10 9.25 31.35 2006-05-01 23.65 9.25 32.90 308 BITUMINOUS DISTRIBUTOR SPRAY OPR 309 DUMP PERSON 310 GREASER 311 PILOT CAR DRIVER 312 RUBBER TIRED SELF PROPELL PACKER 313 TWO AXLE UNIT 314 SLURRY OPERATOR 315 TANK TRUCK HELPER-GAS,OIL,W ATER 316 TRACTOR OPERATOR, UNDER 50 H.P. 401 HEATING Al~D FROST INSULATORS 2005-10-17 26.03 20.47 46.50 402 BOILERMAKERS FOR RATE CALL 651-284-5091 OR EMAIL DLI.PREVW AGE@STATE.MN.US 403 BRICKLAYERS 2005-10-17 27.89 14.85 42.74 404 CARPENTERS 2005-10-17 30.26 10.86 41.12 03/07/06 6 405 CARPET LAYERS (LINOLEUM) FOR RATE CALL 651-284-5091 OR EMAli DLLPREVW AGE@STATE.MN.US 406 CEMENT MASONS 2005-10-17 24.09 14.96 39.05 407 ELECTRICIANS 2005-10-17 32.25 17.85 50.10 2006-05-01 34.25 17.85 52.10 408 ELEV ATOR CONSTRUCTORS FOR RATE CALL 651-284-5091 OR EMAli DLLPREVW AGE@STATE.MN.US 409 GLAZIERS FOR RATE CALL 651-284-5091 OR EMAli DLLPREVW AGE@STATE.MN.US 410 LATHERS FOR RATE CALL 651-284-5091 OR EMAli DLI.PREVW AGE@STATE.MN.US 411 GROUND PERSON 2005-10-17 21.49 7.83 29.32 412 IRONWORKERS 2005-10-17 31.35 15.52 46.87 2006-05-01 32.90 15.52 48.42 413 LINEMAN 2005-10-17 29.62 12.28 41.90 414 MILLWRIGHT 2005-10-17 29.48 9.87 39.35 415 PAINTERS 2005-10-17 28.50 12.25 40.75 416 PILEDRIVER 2005-10-17 30.26 10.86 41.12 417 PIPEFITTERS - STEAMFITTERS 2005-10-17 32.74 16.57 49.31 418 PLASTERERS FOR RATE CALL 651-284-5091 OR EMAli DLLPREVW AGE@STATE.MN.US 419 PLUMBERS 2005-10-17 32.77 14.87 47.64 2006-05-01 34.57 14.87 49.44 03/07/06 7 420 ROOFER 421 SHEET METAL WORKERS 422 SPRINKLER FIITERS 423 TERRAZZO WORKERS 424 TILE SETTERS 425 DRYWALL TAPER 430 WIRING SYSTEM TECHNICIAN 431 WIRING SYSTEM INSTALLER 435 ASBESTOS ABATEMENT WORKER 436 SIGN ERECTOR 03/07/06 FOR RATE CALL 651-284-5091 OR EMAIL DLI.PREVW AGE@STATE.MN.US FOR RATE CALL 651-284-5091 OR EMAIL DLI.PREVW AGE@STATE.MN.US FOR RATE CALL 651-284-5091 OR EMAIL DLI.PREVW AGE@STATE.MN.US FOR RATE CALL 651-284-5091 OR EMAIL DLI.PREVW AGE@STATE.MN.US 2005-10-17 26.10 FOR RATE CALL 651-284-5091 OR EMAIL DLI.PREVW AGE@STATE.MN.US 2005-10-17 27.93 2005-10-17 19.26 2005-10-17 23.67 FOR RATE CALL 651-284-5091 OR EMAIL DLI.PREVW AGE@STATE.MN.US 16.11 10.46 3.96 10.36 42.21 38.39 23.22 34.03 8 DOCUMENT 00100 ADVERTISEMENT FOR BIDS Sealed Bids will be received by the City of New Hope, Minnesota, in the City Hall at 4401 Xylon Avenue North, until 2:00 P.M., C.S.T., Thursday, March 30, 2006, at which time they will be publicly opened and read aloud for the furnishing of all labor, materials, and all else necessary for the following: 2006 Infrastructure Improvements In general, work consists of the following approximate quantities: 30,000 13,000 14,000 1 15,000 3,000 8,000 4,500 1 3,750 1,200 2 18,000 4 LF Street Mill and Overlay and Reclaim and Pave LF Remove & Replace Concrete Curb & Gutter, spot replacement LF Concrete Curb & Gutter, machine placed LS Traffic Control LF Striping, incl. pavement markings LF Full (Residential) Street Reconstruct, incl. removals, base, paving, etc. CY Common Excavation, off-site LF DIP Water Main Replacement, incl. hydrants, valves, fittings, etc. LS Temporary Water Service LF RCP Storm Sewer, incl. structures, grit chambers (3), etc. LF Park Trail Reconstruction EA Parking Lot Reconstruction (50-60 stall) CY Muck Excavation (Lake Dredging) EA Street Light Bidders desiring a copy of the Bidding Documents may obtain them from the Issuing Office of Bonestroo, Rosene, Anderlik & Associates, Inc., Consulting Engineers, 2335 West Highway 36, St. Paul, MN 55113, (651) 636-4600 upon payment of a non-refundable fee of $55.00. Bidding Documents may be seen at the office of the City of New Hope and at the Issuing Office. Bidding Documents can also be purchased with a credit card over the internet at www.bonestroo.com. Direct inquiries to Engineer's Project Manager, Jason Quisberg at (651) 604-4938. Bid Security in the amount of 5 percent of the amount of the Bid must accompany each Bid in accordance with the Instructions to Bidders. The Owner reserves the right to retain the deposits of the 3 lowest Bidders for a period not to exceed 60 days after the date and time set for the Opening of Bids. No Bids may be withdrawn for a period of 60 days after the date and time set for the Opening of Bids. The Owner 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 Owner. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. Daniel Donahue, City Manager City of New Hope, Minnesota ADVER~EMENIFORBIDS DOCUMENT 00200 INSTRUCTIONS TO BIDDERS ARTICLE 1- DEFINED TERMS 1.01 Terms used in these Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. Additional terms used in these Instructions to Bidders have the meanings indicated below: A. Issuing Office: The office from which the Bidding Documents are to be issued and where the Bidding procedures are to be administered. ARTICLE 2 - COPIES OF BIDDING DOCUMENTS 2.01 Complete sets of the Bidding Documents in the number and for the non-refundable sum stated in the Advertisement for Bids may be obtained from the Issuing Office. 2.02 Complete sets of Bidding Documents shall be used in preparing Bids; neither Owner nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.03 Owner and Engineer in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids for the work and do not confer a license or grant for any other use. ARTICLE 3 - QUALIFICATIONS OF BIDDERS 3.01 To demonstrate Bidder's qualifications to perform the work within 5 days of Owner's request, Bidder shall submit written evidence, such as financial data, previous experience, present commitments, and such other data, as may be called for below: A. Evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of Contract. B. Evidence of genuineness of Bid and lack of collusion in conjunction therewith. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 00200-1 INSTRUCTIONS TO BIDDERS ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND PROJECT SITE 4.01 Subsurface and Physical Conditions A. The Supplementary Conditions Identify: 1. Those reports of explorations and tests of subsurface conditions at or contiguous to the Project Site that Engineer has used in preparing the Bidding Documents. 2. Those drawings of physical conditions in or relating to existing surface and subsurface structures at or contiguous to the Project Site (except Underground Facilities) that Engineer has used in preparing the Bidding Documents. B. Copies of reports and drawings referenced in Paragraph 4.01.A will be made available by Owner to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02 of the General Conditions has been identified and established in Paragraph 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions, or information contained in such reports, or shown or indicated in such drawings. 4.02 Underground Facilities A. Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the Project Site is based upon information and data furnished to Owner and Engineer by owners of such Underground Facilities, including Owner or others. 4.03 Hazardous Environmental Condition A. The Supplementary Conditions identify those reports and drawings relating to a Hazardous Environmental Condition identified at the Project Site, if any, that Engineer has used in preparing the Bidding Documents. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 00200-2 INSTRUCTIONS TO BIDDERS B. Copies of reports and drawings referenced in Paragraph 4.03.A will be made available by Owner to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.06 of the General Conditions has been identified and established in Paragraph 4.06 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions, or information contained in such reports or shown or indicated in such drawings. 4.04 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions, other physical conditions, Underground Facilities, and possible changes in the Bidding Documents due to differing or unanticipated conditions appear in Paragraphs 4.02, 4.03, and 4.04 of the General Conditions. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the Project Site, if any, and possible changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the Project Site which was not shown or indicated in the Drawings or Specifications, or identified in the Contract Documents to be within the scope of the work appear in Paragraph 4.06 of the General Conditions. 4.05 On request, Owner will provide Bidder access to the Project Site to conduct such examinations, investigations, explorations, tests, and studies as Bidder deems necessary for submission of a Bid. Bidder shall fill all holes, and clean up and restore the Project Site to its former condition upon completion of such explorations, investigations, tests, and studies. Bidder shall comply with all applicable Laws and Regulations relative to excavation and utility locates. 4.06 Reference is made to Article 7 of the Supplementary Conditions for the identification of the general nature of other work that is to be performed at the Project Site by Owner or others (such as utilities and other prime contractors) that relates to the work contemplated by these Bidding Documents. On request, Owner will provide to each Bidder for examination access to or copies of contract documents (other than portions thereof related to price) for such other work. 4.07 It is the responsibility of each Bidder before submitting a Bid to: A. examine and carefully study the Bidding Documents, the other related data identified in the Bidding Documents, and any Addenda; B. visit the Project Site and become familiar with and satisfy Bidder as to the general, local, and Project Site conditions that may affect cost, progress, and performance of the work; C. become familiar with and satisfy Bidder as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the work; 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 00200-3 INSTRUCTIONS TO BIDDERS D. carefully study all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Project Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Project Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in Paragraph 4.02 of the General Conditions, and (2) reports and drawings of Hazardous Environmental Conditions at the Project Site which have been identified in the Supplementary Conditions as provided in Paragraph 4.06 ofthe General Conditions; E. obtain and carefully study (or accept consequences of not doing so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Project Site which may affect cost, progress, or performance of the work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents, safety precautions, and programs incident thereto; F. agree at the time of submitting its Bid that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of its Bid for performance of the work at the Price( s) Bid and within the times and in accordance with the other terms and conditions of the Bidding Documents; G. become aware of the general nature of the work to be performed by Owner and others at the Project Site that relates to the work as indicated in the Bidding Documents; H. correlate the information known to Bidder, information and observations obtained from visits to the Project Site, reports and drawings identified in the Bidding Documents, all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents; 1. promptly give Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder discovers in the Bidding Documents and confirm that the written resolution thereof by Engineer is acceptable to Bidder; and J. determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the work. 000034-05172-0 @ 2006 Bonesrroo, Rosene, Ander1ik & Associates, lnc. 00200-4 INSTRUCTIONS TO BIDDERS 4.08 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the work required by the Bidding Documents, and applying any specific means, methods, techniques, sequences, and procedures of construction that may be shown or indicated or expressly required by the Bidding Documents, that Bidder has given Engineer written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in the Bidding Documents and the written resolutions thereof by Engineer are acceptable to Bidder, and that the Bidding. Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the work. ARTICLE 5 - PRE-BID CONFERENCE 5.01 There will be no pre-Bid conference. ARTICLE 6 - PROJECT SITE AND OTHER AREAS 6.01 The Project Site is identified in the Bidding Documents. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by Owner, unless otherwise provided in the Bidding Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment, or storage of materials and equipment to be incorporated in the work are to be obtained and paid for by Contractor. ARTICLE 7 - INTERPRETATIONS AND ADDENDA 7.01 All questions about the meaning or intent of the Bidding Documents are to be submitted to Engineer in writing. Interpretations or clarifications considered necessary by Engineer in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by Engineer as having received the Bidding Documents. Questions received less than 10 days prior to the date for Opening of Bids may not be answered. Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 7.02 Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by Owner or Engineer. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 00200-5 INSTRUCTIONS TO BIDDERS ARTICLE 8 - BID SECURITY 8.01 A Bid must be accompanied by Bid Security made payable to Owner in an amount of 5 percent of Bidder's maximum Bid Price and in the form of a certified check or bank money order, or a Bid Bond issued by a surety meeting the requirements of Paragraphs 5.01 and 5.02 of the General Conditions. 8.02 The Bid Security of the successful Bidder will be retained until such Bidder has executed the Contract Documents, furnished the required Contract Security, and met the other conditions of the Notice of Award, whereupon the Bid Security will be returned. If the successful Bidder fails to execute and deliver the Contract Documents and furnish the required Contract Security within 15 days after the Notice of Award, Owner may annul tlfe Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid Security of other Bidders whom Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the earlier of 7 days after the Effective Date of the Agreement or 61 days afterthe Bid Opening, whereupon Bid Security furnished by such Bidders will be returned. 8.03 Bid Security of other Bidders whom Owner believes do not have a reasonable chance of receiving the award will be returned within 7 days after the Bid Opening. ARTICLE 9 - CONTRACT TIMES 9.01 The number of days within which or the dates by which Milestones are to be achieved and the work is to be Substantially Completed and ready for Final Payment are set forth in the Agreement. ARTICLE 10 - LIQUIDATED DAMAGES 10.01 Provisions for liquidated damages, ifany, are set forth in the Agreement. ARTICLE 11 - SUBSTITUTE AND "OR-EQUAL" ITEMS 11.01 The Contract, if awarded, will be on the basis of materials and equipment specified or described in the Bidding Documents without consideration of possible substitute or "or- equal" items. Whenever it is specified or described in the Bidding Documents that a substitute or "or-equal" item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. 000034-05172-0 @ 2006 Bonestroo, Rosene, Ander1ik & Associates, Inc. 00200-6 INSTRUCTIONS TO BIDDERS ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS 12.01 If the Supplementary Conditions require the identity of certain subcontractors, suppliers, individuals, or entities to be submitted to Owner in advance of a specified date prior to the Effective Date of the Agreement, the apparent successful Bidder and any other Bidder so requested shall within 5 days after Bid Opening, submit to Owner a list of all such subcontractors, suppliers, individuals, or entities proposed for those portions of the work for which such identification is required. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such subcontractor, supplier, individual, or entity if requested by Owner. If Owner or Engineer after due investigation has reasonable objection to any proposed subcontractor, supplier, individual, or entity, Owner may before the Notice of Award is given request apparent successful Bidder to submit a substitute in which case apparent successful Bidder shall submit an acceptable substitute, Bidder's Bid Price will be increased (or decreased) by the difference in cost occasioned by such substitution and Owner may consider such price adjustment in evaluating Bids and making the Contract award. 12.02 If apparent successful Bidder declines to make any such substitution, Owner may award the Contract to the next lowest Bidder that proposes to use acceptable subcontractors, suppliers, individuals, or entities. Declining to make requested substitutions will not constitute grounds for forfeiture of the Bid Security of any Bidder. Any subcontractor, supplier, individual, or entity so listed and against which Owner or Engineer makes no written objection prior to the giving of the Notice of Award, will be deemed acceptable to Owner and Engineer subject to revocation of such acceptance after the Effective Date of the Agreement as provided in Paragraph 6.06 of the General Conditions. 12.03 Contractor shall not be required to employ any subcontractor, supplier, individual, or entity against whom Contractor has reasonable objection. ARTICLE 13 - PREPARATION OF BID 13.01 The Bid Form is included with the Bidding Documents. Additional copies may be obtained from Engineer. 13.02 All blanks on the Bid Form shall be completed by printing in ink or by typewriter and the Bid signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid Unit Price shall be indicated for each Bid Item listed therein. 13.03 A Bid by a corporation shall be executed in the corporate name by the president or a vice- president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 00200-7 INSTRUCTIONS TO BIDDERS 13.04 A Bid by a partnership shall be executed in the partnership name and signed by a partner (whose title must appear under the signature), accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 13.05 A Bid by a limited liability company shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown below the signature. 13.06 A Bid by an individual shall show the Bidder's name and official address. 13.07 A Bid by a joint venture shall be executed by each joint venturer in the manner indicated on the Bid Form. The official address of the joint venture shall be shown below the signature. 13.08 All names shall be typed or printed in ink below the signatures. 13.09 The Bid shall contain an acknowledgment of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 13.10 The address and telephone number for communications regarding the Bid shall be shown. 13.11 The Bid shall contain evidence of Bidder's authority and qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the Contract. Bidder's State Contractor License Number, if any, shall also be shown on the Bid Form. 13.12 Bidders shall indicate the Total Add or Deduct to the Total Base Bid for each Alternate provided on the Bid Form. 13.13 Bidders may list proposed Substitute Items on the spaces provided on the Bid Form. Bidders shall clearly indicate the item name, Specification Section Number, and the Total Deduct to the Total Base Bid for each Substitute Item proposed. 13.14 Bidders shall circle the name of the Base Bid Manufacturer they will provide if awarded the Contract. Bidders shall circle only 1 name for each item. If the Bidder fails to circle an item, the first item listed shall be provided. 13.15 Bidders shall identify the name of the company or subcontractor that will perform the listed portion of the work if the Bidder is awarded the Contract. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, IDC. 00200-8 INSTRUCTIONS TO BIDDERS ARTICLE 14 - BASIS OF BID; CO.MPARISON OF BIDS 14.01 Bid Unit Price With Alternates A. Bidders shall submit a Bid on a Bid Unit Price for each Bid Item of work listed in the Bid Form and include a separate price for each Alternate described in the Bidding Documents as provided for in the Bid Form. The price for each Alternate will be the amount added to the Base Bid if Owner selects the Alternate. In the evaluation of Bids, Owner may select any combination of Alternates or the Owner may choose not to accept any Alternate Bids. B. The total of all estimated prices will be the sum of the products of the estimated quantity of each Bid Item and the corresponding Bid Unit Price. The final quantities and Contract Price will be determined in accordance with Paragraph 11.03 of the General Conditions. C. Discrepancies between the multiplication of units of work and Bid Unit Prices will be resolved in favor of the Bid 'Unit Prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor ofthe words. D. Bids will be compared on the basis of the "Adjusted Total Base Bid" and this amount will be the basis for determining the lowest Bidder. The sum of the Total Base Bid and any combination of Alternates accepted by the Owner will determine the "Adjusted Total Base Bid." The Owner may choose to not accept any Alternate Bids. 14.02 The Bid Price shall include such amounts as the Bidder deems proper for overhead and profit on account of cash allowances, if any, named in the Contract Documents as provided in Paragraph 11.02 ofthe General Conditions. ARTICLE 15 - SUBMITTAL OF BID 15.01 With each copy of the Bidding Documents, a Bidder is furnished 1 separate unbound copy of the Bid Form, and, if required, the Bid Bond Form. The unbound copy of the Bid Form is to be completed and submitted with the Bid Security. 15.02 A Bid shall be submitted no later than the date and time prescribed and at the place indicated in the Advertisement for Bids and shall be enclosed in an opaque sealed envelope plainly marked with the Project Title (and, if applicable, the designated portion of the Project for which the Bid is submitted), the name and address of Bidder, and shall be accompanied by the Bid Security and other required documents. If a Bid is sent by mail or other delivery system, the sealed envelope containing the Bid shall be enclosed in a separate envelope plainly marked on the outside with the notation ''BID ENCLOSED." A mailed Bid shall be addressed to Owner's office. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 00200-9 INSTRUCTIONS TO BIDDERS ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID 16.01 A Bid may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time for the Opening of Bids. 16.02 Bids may be withdrawn after Bid Opening only in accordance with the law. ARTICLE 17 - OPENING OF BIDS 17.01 Bids will be opened at the time and place indicated in the Advertisement for Bids and, unless obviously non-responsive, read aloud publicly. A Bid Tabulation of the amounts of the Base Bids and major Alternates, if any, will be made available to Bidders after the Opening of Bids. ARTICLE 18 - BIDS TO REMAlN SUBJECT TO ACCEPTANCE 18.01 All Bids will remain subject to acceptance for the period of time stated in the Bid Form, but Owner may, in its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 19 - EVALUATION OF BIDS AND AWARD OF CONTRACT 19.01 If the Contract is awarded, award will be made on the basis of the lowest responsive, responsible, qualified Bidder determined by the Adjusted Total Base Bid. 19.02 Owner reserves the right to reject any or all Bids, including without limitation nonconforming, nonresponsive, unbalanced, or conditional Bids. Owner further reserves the right to reject the Bid of any Bidder whom it finds after reasonable inquiry and evaluation to not be responsible. Owner may also reject the Bid of any Bidder if Owner believes that it would not be in the best interest of the Project to make an award to that Bidder. Owner also reserves the right to waive all informalities not involving price, time, or changes in the work and to negotiate Contract terms with the successful Bidder. 19.03 More than 1 Bid for the same work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than 1 Bid for the work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. 19.04 In evaluating Bids, Owner will consider whether or not the Bids comply with the prescribed requirements and such Alternates, Bid Unit Prices, and other data as may be requested in the Bid Form or prior to the Notice of Award. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 00200-10 INSTRUCTIONS TO BIDDERS 19.05 In evaluating Bidders, Owner will consider the qualifications of Bidders and may consider the qualifications and experience of subcontractors, suppliers, other individuals, or entities proposed for those portions of the work for which the identity of subcontractors, suppliers, other individuals, or entities must be submitted as provided in the Supplementary Conditions. 19.06 Owner may conduct such investigations as Owner deems necessary to establish the responsibility, qualifications, and financial ability of Bidders, proposed subcontractors, suppliers, individuals, or entities to perform the work in accordance with the Contract Documents. As a condition of its Bid, Bidder is required to waive any and all claims of whatever nature against Owner, Engineer, and their employees and agents which arise out of or relate to such investigations and statements made as a result thereof, except for statements that can be shown by clear and convincing evidence to be intentionally false and made with actual malice. This waiver is not intended to restrict Bidder's rights to challenge a Contract award pursuant to law. 19.07 If the Contract is to be awarded, Owner will award the Contract to the Bidder whose Bid is in the best interests of the Project. ARTICLE 20 - CONTRACT SECURITY AND INSURANCE 20.01 Article 5 of the General Conditions, as may be modified by the Supplementary Conditions, sets forth Owner's requirements as to Performance and Payment Bonds and Insurance. When the successful Bidder delivers the executed Agreement to Owner, it shall be accompanied by such bonds. ARTICLE 21 - SIGNING OF AGREEMENT 21.01 When Owner gives a Notice of Award to the successful Bidder, it shall be accompanied by the required number of unsigned counterparts of the Agreement with the other Contract Documents which are identified in the Agreement as attached thereto. Within 15 days thereafter, successful Bidder shall sign and deliver the required number of counterparts of the Agreement and attached documents to Owner. Within 10 days thereafter, Owner shall deliver 2 fully signed counterparts to successful Bidder with a complete set of the Drawings with appropriate identification. END OF DOCUMENT 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 00200-11 INSTRUCTIONS TO BIDDERS DOCUMENT 00300 INFORMATION AVAILABLE TO BIDDERS Portions of reports and drawings used by the Engineer in the preparation of the Bidding Documents are attached to this document. The Technical Data is identified in the Supplementary Conditions. Bidders are responsible for their own interpretation, verification, and use of the Technical Data contained in these reports and drawings consistent with the General Conditions and Supplementary Conditions. Reports, drawings, and other historical information regarding the Project may be available for Bidder's review at the Engineer's office. Schedule a viewing time with the Project Manager. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. END OF DOCUMENT INFORMATION A V AILABLE TO BIDDERS ~ Bonestroo -=- Rosene U Anderlik & .~. Associates Engineers & Architects ( . BIDDER: \... C:.',,::>::::" C(..L.,- >=v\c DOCUMENT 00410 BID FORt'\1 2006 IN"FRA.STRUCTURE IMPROVEMENTS CITY PROJECT NO. 790 FILE NO. 000034-05172-0 Nl:W HOPE, MINl'.l:SOTA 2006 BID COpy THIS BID IS SUBMITTED TO: City of New Hope, Minnesota City Hall 4401 Xylon Avenue North New Hope, .MN 55428-4898 ] .01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.0] Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid Security. The Bid will remain subject to acceptance for 60 days after the Bid Opening, or for such longer period of time that Bidder may agree to in writing upon request of O\\ner. 3.01 In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged: Addendum No. Addendum Date B. Bidder has visited the Project Site and become familiar with and is satisfied as to the general, local, and Project Site conditions that may affect cost, progress, and performance of the work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the work. D. Bidder has carefully studied an: (1) reports of explorations and tests of subsurface conditions at, or contiguous to, the Project Site and an drawings of physical conditions in or relating to existing surface or subsurface structures at, or contiguous to, the Project Site (except Underground Facilities) which have been identified in SC-4.02, and (2) reports and drawings of Hazardous Environmental Conditions that have been identified in SC- ~ f\t:. OD003405InOBlDFo,,"\1 00410-1 BID FO""'l E. Bidder has obtained and careful1y studied (or accepts the consequences for not doing so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at, or contiguous to, the Project Site which may affect cost, progress, or performance of the work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the work at the price(s) Bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Ovmer and others at the Project Site that relates to the work as indicated in the Bidding Documents. H. Bidder has correlated the infonnation lmown to Bidder, infonnation and observations obtained from visits to the Project Site, reports and drawings identified in the Bidding Documents, and al1 additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. 1. Bidder has given Engineer written notice of al1 conflicts, errors, ambiguities, or dIscrepancies that Bidder has discovered in the Bidding Documents, and the \vritten resolution thereofby Engineer is acceptable to Bidder. J. The Bidding Documents are general1y sufficient to indicate and convey understanding of all tenns and conditions for the perfonnance of the work for which this Bid is submitted. K. Bidder wil1 submit written evidence of its authority to do business in the state where the Project is located not later than the date of its execution of the Agreement. 4.0 I Bidder further represents that: A. The prices in this Bid have been anived at independently, without consultation, communication, or agreement as to any matters relating to such prices with any other Bidder or with any competitor for the purpose of restricting competition. B. The prices in this Bid have not or will not be lmowingly disclosed to any other Bidder or competitor prior to opening of the Bids. C. No attempt has been made or will be made by the Bidder to induce any other person or finn to submit or not to submit a Bid for the purpose of restricting competition. 4.02 Bidder understands that the law may require the Owner, or Engineer at the Owner's direction, to undertake an investigation and submit an evaluation concerning Bidder's responsiveness, responsibility, and qualifications before awarding a contract. Bidder hereby waives any and all claims, of whatever nature, against O\\TIer, Engineer and their employees and agents, which arise out of or relate to such investigation and evaluation, and statements made as a result thereof, except for statements that can be shown by clear and convincing evidence to be intentional1y false and made with actual malice. Nothing in this paragraph is intended to restrict Bidder's rights to chal1enge a contract pursuant to law. 00003405 I 720BIDFOR.\! 004] 0-2 BID FOP~\j 5.01 Bidder will complete the work in accordance with the Contract Documents for the following price(s): All specific cash allowances are included in the ptice(s) set forth below and have been computed in accordance with paragraph 11.02 of the General Conditions. Unit Prices have been computed in accordance with paragraph ll.03.B of the General Conditions Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided, determined as provided in the Contract Documents. 00003405 I 720BIDFORM 00410-3 BID FORM No. Item Units Qty Unit Price Total Price 17 SA WING BITUMINOUS PAVEMENT LIN FT 3,460 S 2,3 [) S 1 (15 b. 0 C' 18 REPLACE GATE VALVE BOLTS EACH I S S 19 SALVAGE STRUCTURE (SAN) EACH I S S 20 COMMON EXCA V A TION CUYD 10,177 $ 1.00 $ 10.177.00 . 21 GEOTEXTILE FABRIC TYPE IV SQYD 11,512 $ lAD' S I 1.,:- II l,.'. 00 / 22 SELECT GRAl\'ULAR BORROW TON 7,642 S 10.00 S 71.0 42.0.00 , 23 STREET S\VEEPER (\V1TH PICKUP HOUR 30 S S BROOM) 24 WA TER MGALLON 215 $ 2c:5. CO S c) I 3 ; 5 . C'C 25 AGGREGA TE BASE CLASS 5 TON 11,372 S /4.00 S 15'1.2.0'6.00 , 26 MILL BIT1J1v1INOUS SURFACE (1.5") SQYD 37,050 S 0 4'] S lv;Gll,50 27 MILL BITUMINOUS PA YEMENT SQYD 26,690 $ c1\45 S iL. (SPECIAL) 28 BITUMINOUS PATCHING MIXTURE TON 602 S $ 4 '5 J i '5' 0 .DO 29 BITUMINOUS PAVEMENT SQYD 25,689 S 3.00 $ 77,oCo7.o0 . RECLAMA nON 30 TYPE LV 4 WEARING COURSE TON 11,786 $ $ 4!l."1. . tist.OD 1 \ IvllXTURE (B) 31 TYPE LV 4 \\rEARING COURSE TON 221 S b'5.C'D S \ S ,1 GS. GCI MIXTURE (B), FOR DRIVE\VA YS 32 TYPE LV 3 NON W'EARING COURSE TON 5,448 S 31.00 $ \ t 4, 3.3L"..CD , MIXTURE (B) 33 BITUMINOUS MA TERlAL FOR TACK GALLON 4,512 $ Z .5\:7' $ COAT 34 RECONSTRUCT RETAINING WALL SQYD 10 S 2 DC), tle; S L . (Z.,O . CO 35 IMPROVED PIPE FOUNDA nON LIN FT 200 S cO S 36 18" PIPE APRON EACH 1 $ $ G' 37 4" PERF PYC PIPE DR.'\IN LIN FT 980$ 12.Ct" $ 38 4" PYC PIPE SE\VER LIN FT 80 $ L $ 4. OOC:034051720BIDFORM 0041 0-4 BID FORM No. Item Units Qty Unit Price Total Price 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 0000340517208lDFO~'v: 8" PVC PIPE SEWER, SDR-35 12" PVC PIPE SEVv'ER, SDR-26 12" RC PIPE SEWER CLASS III 15" RC PIPE SEWER CLASS III 18" RC PIPE SEVv'ER CLASS III C01\TNECT TO EXISTING SANITARY SE\VER SER 8"X4" PVC VlYE 2" INSULATION W A TER.l\1A.IN OFFSET RECON'NECT \VA TER SERVICE INSTALL HYRANT & VALVE ADJUST VALVE BOX CONNECT TO EXISTING WATER MAIN ADJUST HYDRANT 1" CORPORATION STOP 6" GATE VALVE AND BOX 1" CURB STOP & BOX 8" GATE VALVE ANTI BOX TEMPOR.ARY WATER SERVICE 1" TYPE K COPPER P1PE LIN FT UN FT LIN FT LIN FT LIN FT EACH EACH SQYD EACH EACH EACH EACH EACH EACH EACH EACH EACH EACH LUMP SUM LIN FT 6" WA TER.l\1AIN DUCTILE IRON CL 52 LIN FT 8" WA TER.\1...;IN DUCTILE IRON CL 52 LIN FT 004 i 0.5 321 S S \t. t").~ --LDC 217 S 806 S 688 S 1,239 S 30 S 85 S 37 S 85 S 85 S 2,750 S 3.122 S 1,452 S ry".., ~) t ,CCi S .-. ..... 00 2(\,c( S I~:J,:;~' 4- .00 $ 233cil.GV :34.tT' $ 41., \2.(,;<.:;:0 4$ i"J-eiCo $ {,Jbb.CO 4 S 2'5c CC $ ! , c;:Ot.> cC i Ie C0 S . 01./ 1 S s ~1-0. CO S 2 7 {.\"c. C 0-" - .. G} J /. /U 8 S j S 3 (i c: , DC' S I 4- J A:? C) ,Ct) 6 $ .:t ref: . 8 S CS it.co S 14L 7 S ['/5C.C:D S 2 $ \,tDC),C{) S 1 $ l7.lY:"; S ) .-" !_"t .CC $ 2':.-.~C S S 4-) LeG. .)C $ rj q)['. c.c: $ s '-I c t{j() L',() ; , 8m FORM 000034051720BIDFORM 00410-6 BID FORM No. Item Units Qty Unit Price Total Price 83 CONCRETE CURB & GUTTER DESIGN LIN FT 14,245 S 1f.p.50 S Z3~,042.50 SPECL;\L 84 6" CONCRETE DRIVEWAY SQFT 10,830 S 413c1 S -Tv, S'Vicc P A VE!\1ENT 85 PEDESTRIAN CURB Ri\.l\1P EACH 26 S ~ (>CCO S 86 7" CONCRETE VALLEY GUTTER SQYD 25 $ 13 cC S 87 TEMPORA.RY MAIL BOXES LUMP SUM 1 S (,;,tc:.(.>,cX: S U.. DOc) .CO ) 88 RELOCA TE LIGHT ST A:t\UARD EACH 5 5> Z4GC .CD S ! 89 TRA.FFIC CONTROL LUMP SUM 1 S \,:, 7 CC Ie S b,2..I::1.:.: 1',,-....\ ) ....~ ~ . ,. .... \.."\.j 90 SIGN PANELS TYPE C SQFT 23 S S 91 PA VEMENT MESSAGE (LEFT EACH 2 S 4~c) .CJU S ARROW) PAINT 92 PAVEMENT MESSAGE (RIGHT EACH 2 S .C'L' S ARROW) PAINT 93 PAVEMENT i\1ESSAGE (THR U EACH 4 S .oc:, s l IcG .Ct: ARROW) PAINT 94 4" SOLID LINE WHITE-PAINT LIN FT ]4,872 S (:;, (0 S 14.. 'PJ').. 2..0 I). "-' . j S .., S c) 95 24" STOP LINE Wl1ITE PAINT UN FT 253 L ,C:C) 96 12"SOUD UNE YELLOW-PAINT UNFT 228 S \ .L S 97 4" BROKEN LINE WHITE-PAINT LIN FT 768 S 0.0\ S 1 .l.; t:' 98 4" DOUBLE SOLID LINE YELLOW- UNFT 3,822 S j-, S rl. 4 : 4-0 '" PAINT 99 4" BROKEN LI},cE YELLOW-PAINT UNFT 10,613 S C,O) S 100 ZEBRA CROSSWALK \VHITE-PAINT SQFT 2,760 S i . Z [} S 101 LOOP DETECTOR SPECLA..L EACH 9 S S 102 SILT FENCE, TYPE HEA VY DUTY LIN FT 310 S ir.C S .t:C ;; '......- MA.INT AfN"ED 103 SIL T FENCE, TYPE IvlA.CHINE SLICED LIN FT 450 S S .cc 104 TEMPORAR'{ ROCK CONSTRUCTION EACH 3 S S ENTRANCE 00003405 I 720BIDFORM 00410-7 BID FO~'vl No. Item Units Qty U nit Price Total Price 105 INLET PROTECTION EXPOSED EACH 27 S S SUBGRADE 106 INLET PROTECTION POST EACH 37 S 23" Lie S BITUMINOUS BASE 107 BIOROLL LIN FT 340 S L 1:7!~i S b')c.oD 108 INSTALL FLOTATION SILT CURTAIN LIN FT 100 S l S \ floo. CO , 109 SODDING TYPE LA \VN SQYD 15,306 S 2..20 s ?:) 0-:13 2.0 , 110 SELECT TOPSOIL BORROW (LV) CUYD 1,707 S i4.CD $ J), b'~ e 00 ~:.J ! TOTAL BASE BID $ 2,723[4413.3/ ALTERNATE NO.l- MEADOW LAKE SEDIMENTIDELTA REMOVAL: wruCK EXCA V A T]ON CUYD 2,000 S \j,DD S 50 coO, C'O III 112 DEWATERING LUMP SUrv! 1 S i (3 , C U C. ; cc~ $ \ '::) . D {) 0, c 0 TOTAL ALTERNATE NO.1 - MEADOW LAKE SEDIMENT/DELTA REMOVAL S 45',0 0 0 . 0 0 ALTERNATE NO. 2-MEADOW LAKE DREDGING: rvruCK EXCA V A TION CUYD 15,000 S \ 7., Dt.; S 113 114 ROCK ST ABILIZA TION TON 125 S 3c; GO S j 1- i'o i Ci1,) l15 BOA TRAMP LUMP SUM 1 S S TOTAL AL TERJ'iA TE NO.2 - MEADO\V LAKE DREDGING S z.of),75'O.DO , ALTER"iATE NO.3 - BACKYARD DRAINAGE IMPROVEIVIENTS: CLEARING TREE 3 S :! '..; C t - S c. 116 00003405] 720BIDFOK\,1 00410-8 BID FORM No. Item Units Qty Unit Price Total Price 117 GRlTBBING TREE 3 $ $ 118 REMOVE CONCRETE DRIVEWAY SQYD 56 $ i 3. cc s 1lt: cD PAVEMENT 119 SALVAGE FENCE LIN FT 40 $ 5 Ul S -,,', r i-. '-'L-'. 120 AGGREGA TE BASE CLASS 5 TON 20 $ 3(; to c, s loe DC) . / 121 6" PVC PIPE DR.'\IN CLEAN OUT EACH 2 $ j tlc..oO s 1- GC.()D 122 8" PVC PIPE SEViER, SDR-35 UN FT 143 $ 3i c;c s 123 12"X 4" PVC WYE EACH 1 S S 124 12"X8" PVC WYE EACH 1 $ <1 lC.tc $ ,,\ Le. cC 125 8" PVC PIPE BEND 45 DEGREES, SDR- EACH 3 $ S 26 126 CONST. DRAINAGE STRUCTURE, 27" EACH 1 $ -:-\3o.cc S 130 oD DLA. CATCH BASIN 127 6" CONCRETE DRIVEWA Y SQFT 500 S 4.bO S 240' 0 00 PAVEMENT - 128 INST ALL SALVAGED FENCE UN FT 40 S ! c.oe S 129 SODDING TYPE LA \VN SQ YD 278 S (~jC; s 8 ,CA' 130 SELECT TOPSOIL BORROW (LV) CUYD 30 S :3 C I CO s [1 C'Ci~ co TOTAL ALTER.,"iATE NO.3- S 11, ~35. 00 . BACKYARD DRAINAGE IMPROVEMENTS ALTER.,"iATE NO.4 - PARKING LOT RECONSTRUCTION: 131 CLEARlNG TREE 1 S S ~j {)() , C~D 132 GRUBBING TREE I S S 133 REMOVE CURB AND GUTTER UN FT 150 S S 134 REMOVECONCRETEPAmGNG UN FT 450 S S STOPS 000034051720BIDFORI,,1 00410-9 BID FO~\'l No. Item Units Qty Unit Price Total Price 135 REMOVE BITlTMINOUS WALK SQFT 30 S s i14,C'D 136 REMOVE BITUMINOUS PAVEMENT SQYD 3,924 S \ .3c S ij . I 0 l. LO 137 COMMON EXCA V A nON CUYD 498 S i -t.C t. S b. lr(i (j;'. C"C) 1-'1 C'L: 2S, li-t~ . {)O 138 AGGREGA TE BASE CLASS 5 TON 1,975 S \) S 139 TYPE LV 4 VY'EARING COURSE TON 340 S 43 '.::.,0 S i4, (;;.20 cO MIXHJRE (B) 140 TYPE LV 3 NON WEARING COURSE TON 455 S "'See S \5 '115.00 MIXTURE (B) 141 BITUMINOUS ivLA, TERl..;\L FOR TACK GALLON 225 S j, S COAT 142 12" PIPE APRON EACH I S Lt:o.cc S 0[';0 143 12" RC PIPE SEWER CLASS III UN FT 42 S 4c.ot S 144 CONST. DRAINAGE STRUCTURE, 2' X EACH 1 S S 3' RECTANGULAR CATCH BASIN 145 RANDOM RlPRA.P CLASS III TON 28 S cc S j (.;1 ., . ~ L; ''';:[,. cu 146 4" CONCRETE WALK SQFT 860 S 3 2D S 2 ,-t (52 ,co 147 CONCRETE CURB & GUTTER DESIGN UN FT 1,198 S b ;le S 8612 148 6" CONCRETE DRlVE\VA Y SQ FT 400 S S \, (\2.0 ()C) PAVEMENT 149 PEDESTRl..;\N CURB RAMP EACH 10 S 300.00 S 150 7" CONCRETE V ALLEY GUTTER SQYD 35 S 43 . t~C S \,51'5. CD 151 SIGN PAN'ELS TYPE C SQFT 24 S l"Cj. c.c) $ 152 PA VT MSSG (HANTIICAPPED EACH 6 S S C'l) SYMBOL) PAINT 153 PA VEMENT MESSAGE (LEFT EACH 4 S $ , \..","--' ARROW) PAINT 154 PA VEMENT MESSAGE (THRU EACH 4 S 00 S ARRO'vV) PAINT 155 4" SOLID LINe: \VHITE.PAINT LIN FT 3,640 S S , 156 SILT FENCE, TYPE REA VY DUTY LIN FT 350 S 1 I., I- S C."C . \J,/'-, l'vlAINTAIN'ED 000034051nOBlDFOFUvl 00410-10 BID FORM No. Item Units Qty U nit Price Total Price 157 il'<TLET PROTECTION EXPOSED EACH 1 $ 7 CC S !.. c.oD t- Su13GRADE 158 INLET PROTECTION POST EACH 2 S L- c' L;() S .cO BITlJMINOUS BASE 159 SODDING TYPE LA \^/N SQYD 300 $ S 160 SELECT TOPSOIL BORROW (LV) CUYD 192 $ Lo. CO $ ,OC TOTAL ALTER.c'\'ATE NO.4- S I07.b1b.4o . PARKING LOT RECONSTRUCTION AL TERNA TE NO.5 - STREET LIGHTING: LIGHTING UNIT ORF & POLE EACH 8 $ 2 l +0 .Ct) S 11 \ 2_0 o.~. 161 164 20 AMP CIRCUIT BREAKER EACH ~ 8 $ .. S . 915 $ b $ 4-~) .~ 50 2 $ 4c .DO S tSCJ 0,'-~ .~it..... 305 $ '7. nl- S ~'U 162 LIGHT BASE EACH 163 #12 CONDUCTOR LIN FT 165 1.5" PVC CONDUIT LIN FT TOTAL ALTERNATE NO.5 - STREET LIGHTING s 25'.,342. 'JO ALTERNATE NO. 6 - PARK TR>\IL RECONSTRUCTION: 166 REMOVE CONCRETE C1JRB AND LIN FT 20 $ -~. f) () S GUTTER, SPECIAL 167 REMOVE BITUMINOUS WALK SQFT 5,058 S o.bo S 168 SAL VAGE FENCE LIN FT 265 S DC' S 169 RELOCA TE BENCH EACH 3 S l,,-Dc.CC S J, t< (,;0 00 170 CO.tv1MON EXCA V A TION CUYD 452 S -to . LiD S 171 GEOTEXTILE FABRIC TYPE IV SQYD 315 S ; L L S (\ L\J") C'C'. 172 AGGREGA TE BASE CLASS 5 TON 630 S S 00003405 I 720BIDFORM 00410-11 BID FORM No. Item Units Qty Unit Price Total Price 173 BITUMINOUS PATCHING MIXTURE TON 1 $ S 174 TYPE LV 4 WEARING COURSE TON 247 $ lc t: .CO S \.:.\- ~;)lC , OJ MIXTURE (B) 175 TYPE LV 3 NON Vv'EARING COURSE TON 38 $ .0 S L ' ; " ..c , ,\ /lit) . [; . MIXTURE (B) 176 BITUMINOUS MA TERlA..L FOR TACK GALLON 152 S 3. 2..0 S .' c; 4 ~ 'T 'C; lei. V COAT 177 CONCRETE CURB & GUTTER DESIGN LIN FT 20 $ 2Cj.Cb S 5 be;.. ee, SPECIAL 178 PEDESTRIAN CURB RAMP EACH 2$ 300.1)C' S 179 INSTALL SALVAGED FENCE LIN FT 265 S l ().[)C S 180 INSTALL CH.A.IN LINl<. FENCE UN FT 265 $ i eGG S 181 SILT FENCE, TYPE HEAVY DUTY LIN FT 1,240 $ I.L"'C s I q c"4 en 1 . \....- ''-.'' MAINT AINED 182 INLET PROTECTION EXPOSED EACH I $ 2~ s 230. co SUBGRADE 183 SEEDING ACRE 0.7 S S "? ce ..., \CjS 184 SODDING TYPE LA WN SQ YD 1,065 $ -.:) S , .DC """".., 185 SELECT TOPSOIL BORROW (LV) CUYD 1,400 S S TOTAL ALTERNATE NO.6 - PARK S 80.000.2..0 , TRA.IL RECONSTRUCTION 000034051720BlDFOR,\.1 00410-12 BID FORM No. Total Price Item Units Qty Unit Price 000034051720BiDFORM BID SUMMARY: TOTAL BASE BID TOTAL ALTERNATE NO.l- MEADOW LAKE SEDIMENT/DEL T A REMOVAL TOTAL ALTERi"iATE NO.2- MEADOW LAKE DREDGING TOTAL ALTERNATE NO.3- BACKYARD DR>\INAGE IMPROVEMENTS TOTAL ALTERNATE NO.4- PARKING LOT RECONSTRUCTION TOTAL ALTERNATE NO.5 - STREET LIGHTING TOTAL ALTERNATE NO.6 - PARK TR>\IL RECONSTRUCTION 00410-13 s 2 III 3 144 <3.3/ s 45000.00 I s lO?>,75o.oo s /4, j'3S. 00 s 107. C,'tb.4o , s 25,342.5'0 s 'Bo DO 0 .2. 0 I BID FOR\.1 6.01 Bidder agrees that the work will be Substantially Completed and completed and ready for Final Payment in accordance with paragraph 14.07.B of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the work within the times specified above, which shall be stated in the Agreement. 7.01 The following documents are attached to and made a condition of this Bid: A. Required Bid Security in the form of 5 percent. 8.01 The terms used in this Bid v..ith initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. SUBMITTED on ~An \(y),\ '":li , 20 C;(~. If Bidder Is: An Individual Name (typed or printed): By: (SEAL) (Individual's signature) Doing business as: Business Street Address (No P.O. Box #'s): Phone No.: Fax No.: 00003405 1 720BlDFORM 00410-14 BID FORM A Partnership A Corporation Partnership Name: (SEAL) By: (Signature of general partner) Name (typed or printed): Business Street Address (No P.O. Box #'s): Phone No.: Fax No.: Corporation Name: en.'. State of Incorporation: Type (General Business, Professional, Service, Limited Liability): , / II )"?/}" / ~'1 \J.J / /1..-(;( /Z:..f,../k~.~_ ij ~~a"ture) By: Name (typed or printed): '~OJiV: \v\,( in-co::" J,; i , Title: \)1(0 nl-""r\(;,d' Attest (CORPOR.i~ TE SEAL) (Signature of Corporate Secretary) Business Street Address (No P.O. Box #'s): Phone No.: 7G'<,..L\-~}'),L\\(,,( Fax No.: OOQ034051720BlDFOIUvj 00410-15 BiD FOlU,j A Joint Venture Joint Venture Name: (SEAL) By: (Signature of joint venture partner) Name (typed or printed): Title: Business address: Phone No.: Fax No.: Joint Venturer Name: (SEAL) By: (Signature) Name (typed or printed): Title: Business Street Address (No P.O. Box #'s): Phone No.: Fax No.: Phone and Fax Number, and Address for receipt of official communications: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above). END OF DOCUMENT 000034051720BIDFORlvl 00410-16 BID FORM AlA Document A31 0 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we C.s. McCrossan Construction, 1ne. (Here insert full name and address or legal title of Contractor) 7865 Jefferson Highway P.O. Box 1240 Maple Grove, MN 55311-6240 as Principal, hereinafter called the Principal, and Travelers Casualty and Surety Company of America (Here insert full name and address or legal title of Surety) One Tower Square -13CZ Hartford, CT 06183 a corporation duly organized under the laws of the State of CT as Surety, hereinafter called the Surety, are held and firmly bound unto City of New Hope (Here insert full name and address or legal title of Owner) 4401 Xylon Avenue North New Hope, MN 55428 as Obligee, hereinafter called the Obligee, in the sum of Five Percent of the Amount of the attached Bid Dollars ($ 5% ) , for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for City Project No. 790 (Here insert full name. address and description of project) 2006 Infrastructure Improvements NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 30th day of rvlarch 2006 ("1,...-r. / - 'I )--~---r" '-~;_/(VvitnesS) { C.S. McCrossan Construction, Ine. (Principal)/- (SeaO I/!/I/N, /1 / " I tc /[,,'---;'''/)/)''#2.// (Titl!::/ .7il1e McCrossan. Vice President ~_.....~_.~..._...-_._-,--- . { Travelers Ca~l~~d $-t1i-ety Ciompany of America ~. ///I(Su.r,..9L...r;yj-.p-..../!. "'-. -." (Seal) \ I~;/ '\ /.' J~_ /i \ I/"",- \ , "\ 1/ '-...L' .. ......._J r---"-~-r-tlifC'TJeIll1ifer \liller ,A ttomev ..in.. Fact I \. I' - . Printed in cooperation with The American Institute of Architects (AlA) by Willis. Willis vouches that the language in the Document conforms exactly to the language used In AlA Document A310, February 1970 Edition. WC0054 Corporate Acknowledgment STATE OF Minnesota COUNTY OF Hennepin ) ) ss ) On this 30th Jane McCrossan duly sworn, did say that she is the Vice President C.S. McCrossan Construction, Inc. corporation described in and which executed the foregoing instrument; that she knows the seal of said corporation; that the seal is affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation; and that she signed her name thereto by like order. day of March ,2006 , before me personally appeared to me known, who being by me of the Ill'\!\. .~'''~,~> ERIK A. BEGGS ~~ NOla,\, Public-M;nnesota j (N 0 ta ry Se a I) . My Commission Expires Jan 31, 2010 c, vv'Vv">Vvvvv..../VVVVVV\l'VVV'~ /1---;7 i \ ' r ) .1''''-- l _ // ND'taryPublic Signature Acknowledgment of Corporate Surety STATE OF Minnesota COUNTY OF Hennepin ) ) ss ) On this 30th day of March ,2006 , before me appeared Jennifer Miller , to be known, who being by me duly sworn did say that she is the aforesaid Attorney-in-Fact of the Travelers Casulaty and Surety Company of America a corporation; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed on behalf of said corporation by the aforesaid officer, by authority of its Board of Directors; and the aforesaid officer acknowledged said instrument to be the free act and deed of said corporatip9< /',1 " '/l /< /1 r .1 /.,,- ~f/.' ,- if/ .1/ if L- .. /// / i il t/ /I ',' I//ii/#; / II /' / I' !t i J. III : I, //( ,,') .Ii P,I' /C,v-.~./'/ . '/ '.f \ Notary Public Signatur~ \.. I (Notary Seal) IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COJlf1PAl'i"Y OF AMERICA, TRAVELERS CASUAL TY AND SURETY COI\lPANY and FARl'\lINGTON CASUALTY COJlf1PAl','Y have caused this instrument to be signed by their Senior Vicc Presidcnt and their corporate seals to be hereto affixed this 12U1 day of February, 2004 STATE OF COl'.'NECTICUT } SS Hartford TR<\.VELERS CASUALTY AA'D SURETY COMPANY OF AMERICA TR4.VELERS CASUALTY AND SURETY COlY1PANY FA..RMmGTON CASUALTY COlYIPAi."IY COUN1Y OF H.l\RTFORD .L~~~~~~~~ fft!f --V~'!; g i! l H....'Ur<lRO" ~ i ~~:\. Cctnl. / 'i':e ~ ",--.~",fl :t .~.vr lzn,.~~ By ~~- - George W. Thompson Senior Vice President On this 12th day of February, 2004 before me personally came GEORGE W. THOMPSON to me knO\vn, who, being by me duly sworn, did depose and say: that he/she is Senior Vice Presidcnt of TRAVELERS CASUALTY AND SURETY COMPANY OF Ai"IERICA, TRAVELERS CASUALTY AND SURETY COMPAi','Y and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof 'rf\. ~ e..~ My commission expires June 30, 2006 Notary Public Marie C. Tetreault CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COl\ilPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COJlf1PANY and FARMINGTON CASUALTY COMPANY, stock corporations of the Slate of Connecticut, DO HEREBY CERTIFY Ulat the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force Signed and Sealed at the Horne Office or the Company, in the City of Hartford, State of Connecticut Dated this 30th day of March , 20 06 "j!."=~J,:t'~ .#4>'~..n slmt;~~ l'..s.......-~~\ toll' ~ 'Il " i! i PA:mORD, ~;] ~-;'\ Cctlfl. /..."'} ~"-'~"~o,~t. :( . '\~;p i.h;ll::l'1o..::!>~ ~-t1/L"F . By ~ Kori M. Johanson Assistant Secretary, Bond IRA. VELERS CASUAL TY A.1"<1) SURETY COMPA..NY OF A..,\-IERICA TRA VELERS CASUALTY ..\..1','1> SURETY COMJ>A.NY FARJ'vlT'IGTON CASUALTY COJ\1PAJ"iY Hartford, Conn~cticut 06183-9061 POWER OF A TTOIU''iEY AND CERTIFICATE OF AUTHORITY OF A TTOR.....EY(S)-IN..FACT K..,.....O\V ALL PERSONS BY THESE PRESENTS, THAT TR.\ VELERS CASUALTY AND SURETY COiY1J>A.!\lY OF AMERlCA, TRi\VELERS CASUALTY AND SURETY COMPANY and FARJVIINGTON CASUALTY C01\IPANY, corporations duly organized undcr the laws of llle State of Connecticut, and having their principal offices in the City of Hariford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: B. L. Kellar, Dennis G. Loots, Jill N. Swanson, Laurie Pflug, Susan Shapiro, Nina E. Werstein, Jcnnifcr fI.'liller, of Minneapolis, 1\linnesota, their true and lawful Attorney(s)-in-Facl, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or condiLional under1aking and any and all consents incident Ulcreto and to bind the Companies, thereby as fully and to the same e:\.1ent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority berein given, are hereby ratified and corJirmcd This appointment is made under and by authority of tbe following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: TIlut tb~ Chairman, the President, any Vice ChairmaJl, any Executive Vice President, any Senior Vice President, ill1Y Vice President, any Second Vice President, Ule Treasurer, any Assistnnl Treasurer, L'1e Corporate Secretary or <lIlY Assistant SecretClIy may appoint Attorneys-in-fact and Agents to oct for and on behnlf of L1e company and may give such appoinkc such nuthority as his or her certificate of autJ1Drlty may plescribe to sign witil the Company's nome and seal with the Company's seal bonds, recogniZiL1Ces. contracts of l!ldemnity. and other \\Titings obligatory in thc nature of u bond, recogniznnce, or condilional undenaking, and any of said o!Tlcers or the Borrrd of DirC1:tors at (my time may remove any such appointee and revoke L'Ie power given him or her VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or (my Vice Prcsident may delegate <l11 or any part of the foregoing auL10my to one Dr more officers or employees of this Company, provided Lr.<lt each such dckgation is in wriling and a copy thereof is filed iIl the office of the Secret<L')' VOTED: Ill<l! any bond, recogr.iZilnce, contract of indemJlity, or "\Tiling obligatory !f! the llnture of a bond, recognizJ..'1ce. Dr condilionnl li..llden<lking shall be valid illld binding upon the CompC!.llY when (a) signed by the President, my Vice Chairman, (lilY Executive Vice Presideflt, any Seflior Vice President or <lny Vice Presideflt, any Second Vice President, the T rcasurer. any Assistant Treasurer, the Corporate Secretflr;, or a.ny Assistant Secret<Ly and duly attested and senld wiL'I the Compa.ny's se,,1 by n Secretary or Assistant Secret<L''Y, or (b) duly executed (under seal, if required) by one or more Attorncys..io-fuct illld Agents purs'Ja..l1 to the power prescribed in his or her cenificate or their certificntes or authority or by one or more Company officers pursu<lnt to a written deieg<ltlon of authority This Power of Attorney and Certificate of Authority is signed anti scaled by facsimile (mechanical or printed) under and by authority of the following Standing Resolution votetl by the Boards of Directors of TR.\ VELERS CASUALTY AND SURETY CO.MPANY OF AMERICA, TR~ VELERS CASUALTY AND SURETY COMPANY and FARJVIINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: Thot the signnlurc of each of the following officers President, any Executive Vice President, any Senior Vice President, ~ny Vice Prcsident, uny Assist<lnt Vice President. any Secretary, any Assislanl Secreta..')', and :he seal of the Company rn<lY be nffixed by f~csimlle to iLlY power of attorney or to <L'lY certificate relating thereto appointing Resident Vicc Prcsidents, Residcnt Assislllnt SecreL:lfies or Attorneys-in-fact lor purposes only of executing und altestmg bonds (l.!1d undertakings illld other wrilings obligatory in the nature Lhereor. and any such po\\'er of uttorney or certificate benring such facsimile signature Dr facsimiie seal shaJl be valid aJld binding upon LfJc Company (l!ld any such pOIVer 50 executed and certified by such rncsimilc signature and !acsirnilc scn] sh~ll bc valid LL'1J Dtndlng UPOD the Compn.:.-:y in t.he future \viL1 respect to JliY Dond or undertaking to \vhich it is nttuched (1 J .00 StJ.fld,ud) DOCUMENT 00520 AGREEMENT FORM THIS AGREEMENT is by and between the City of New Hope, Minnesota (hereinafter called Owner) and C. S. McCrossan Construction, Inc. (hereinafter called Contractor). Owner and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 - WORK 1.01 Contractor shall complete all work as specified or indicated in the Contract Documents. The work is generally described as follows: Municipal utility and street construction for the City of New Hope, Minnesota. ARTICLE 2 - THE PROJECT 2.01 The Project for which the work under the Contract Documents may be the whole or only a part is generally described as follows: 2006 Infrastructure Improvements Project for the City of New Hope, Minnesota, City Project No. 790. ARTICLE 3 - ENGINEER 3.01 The Project has been designed by Bonestroo, Rosene, Anderlik & Associates, Inc., 2335 West Highway 36, St. Paul, MN 55113 (Engineer), who is to act as Owner's representative, assume all duties and responsibilities, and will have the rights and authority assigned to Engineer in the Contract Documents in connection with the completion ofthe work in accordance with the Contract Documents. ARTICLE 4 - CONTRACT TIMES 4.01 Time of the Essence A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. 4.02 Dates for Milestones, Substantial Completion, and Final Payment A. All street and utility work, except for any milling and wear course paving, will be completed on or before November 30,2006. B. If the corresponding Altemate(s) is awarded, all excavation work in Meadow Lake shall be completed on or before March 1, 2007. C. Any remaining restoration work shall be completed on or before May 18,2007. D. All wear course paving shall be completed on or before July 13,2007. E. All of the work of the Project shall be completed and ready for Final Payment in accordance with Paragraph 14.07 of the General Conditions on or before July 25,2007. 000034-05172-0 @ 2006 BonestToo, Rosene, Ander1ik & Associates, Inc. 00520-1 AGREEMENT FORM 4.03 Liquidated Damages A. Contractor and Owner recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the work is not completed within the times specified in Paragraph 4.02 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as Liquidated Damages for delay (but not as a penalty), Contractor shall pay Owner $150 for each day that expires after the time specified in Paragraph 4.02 for Milestones and Substantial Completion until the work is Substantially Complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining work within the Contract Time or any proper extension thereof granted by Owner, Contractor shall pay Owner $250 for each day that expires after the time specified in Paragraph 4.02 for completion and readiness for Final Payment until the work is completed and ready for Final Payment. ARTICLE 5 - CONTRACT PRICE 5.01 Owner shall pay Contractor for completion of the work in accordance with the Contract Documents an amount in current funds as follows: For all work at the prices stated in Contractor's Bid, attached hereto as an exhibit an Original Contract Amount of Two Million Nine Hundred Ninety-Six Thousand Twenty-Two Dollars and Forty-One Cents ($2,996,022.41) for the Total Base Bid, Alternate No.1, Alternate No.3, Alternate No.4, Alternate No.5, and Alternate No.6. ARTICLE 6 - PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments A. Contractor shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by Engineer as provided in the General Conditions. 6.02 Progress Payments; Retainage A. Owner shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment, monthly during performance of the work as provided in Paragraphs 6.02.Al and 6.02.A2 below. All such payments will be measured by the Schedule of Values established in Paragraph 2.07.A of the General Conditions (and in the case of Bid Unit Price work based on the number of units completed) or, in the event there is no Schedule of Values, as provided in the General Requirements: 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but in each case, less the aggregate of payments previously made and less such amounts as Engineer may determine or Owner may withhold, including but not limited to liquidated damages, in accordance with Paragraph 14.02 of the General Conditions: a. 95 percent of work completed (with the balance being retainage). b. 95 percent of cost of materials and equipment not incorporated in the work (with the balance being retainage). 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 00520-2 AGREEMENT FORM 2. Upon Substantial Completion, Owner shall pay an amount sufficient to increase total payments to Contractor to 100 percent of the work completed, less such amounts as Engineer shall determine in accordance with Paragraph 14.02.B5 of the General Conditions and less 100 percent of Engineer's estimate of the value of work to be completed or corrected as shown on the tentative list of items to be completed or corrected attached to the certificate of Substantial Completion. 6.03 Final Payment A. Upon Final Completion and acceptance of the work, in accordance with Paragraph 14.07 of the General Conditions, Owner shall pay the remainder of the Contract Price as recommended by Engineer as provided in said Paragraph 14.07. ARTICLE 7 - INTEREST 7.01 All moneys not paid when due, as provided in Article 14 of the General Conditions, shall bear interest at the maximum rate allowed by law at the place of the Project. ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS 8.01 In order to induce Owner to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. Contractor has visited the Project Site and become familiar with and is satisfied as to the general, local, and Project Site conditions that may affect cost, progress, and performance of the work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the work. D. Contractor has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Project Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Project Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in Paragraph 4.02 of the General Conditions and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Project Site which has been identified in the Supplementary Conditions as provided in Paragraph 4.06 of the General Conditions. E. Contractor has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Project Site which may affect cost, progress, or performance of the work, or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, including applying the specific means, methods, techniques, sequences, and procedures of construction, if any, expressly required by the Contract Documents to be employed by Contractor and safety precautions and programs incident thereto. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 00520-3 AGREEMENT FORM F. Contractor does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by Owner and others at the Project Site that relates to the work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Project Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 1. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Contractor. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the work. ARTICLE 9 - CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following: 1. This Agreement. 2. PerfOlmance Bond, Payment Bond, and other Bonds. 3. General Conditions. 4. Supplementary Conditions. 5. Specifications. 6. Drawings bearing the following general title: 2006 Infrastructure Improvements 7. Addenda (None). 8. Exhibits to this Agreement (enumerated as follows): a. Contractor's Bid Form. b. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a. Notice to Proceed. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 00520-4 AGREEMENT FORM b. Work Change Directives. c. Change Order(s). B. The documents listed in Paragraph 9.01.A are attached to this Agreement (except as expressly noted otherwise above). C. There are no Contract Documents other than those listed above in this Article 9. D. The Contract Documents may only be amended, modified, or supplemented as provided in Paragraph 3.04 of the General Conditions. ARTICLEIO-MISCELLANEOUS 10.01 Terms A. Terms used in this Agreement will have the meanings stated in the General Conditions and the Supplementary Conditions. 10.02 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 10.03 Successors and Assigns A. Owner and Contractor each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 10.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 00520-5 AGREEMENT FORM IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement in duplicate. One (1) counterpart each has been delivered to Owner and Contractor. All portions of the Contract Documents have been signed or identified by Owner and Contractor or on their behalf. This Agreement will be effective on (}';J;/.fj'f If) , de./) c:'(which IS the Effective Date of the Agreement). Owner: Contractor: Ci~:071~ BY~~ Attest ~(? I J 1 ~ C2fJrrlL C. S. McCrossanci Cons~ction. Inc. ~/YJ ' ) By:(vvl // f1G(~v( (J \J - ::----;;- Attest . ~ c. ~~ , Address for giving notices: CITY OF NEW HOPE 44U 1 XYLON AVt. NO. Address for giving notices: -Orc'~ \---\--L ( uo..:J , ,-r-<:~', lV, '-...l TYJ'X \;:)40 ~,lr\1.I Ilr-.r.r ~c.~Y nur c., M 0. olD !C)\^O jf" \ 1'0.\\) 55:5\ \ J:..' License No. U/A (Where applicable) Designated Representative: Designated Representative: Name: ~"'ml ,} I'~, l-Kk" .~-- vi.~ 'f\';L.'"-- "l\ CiTY OF NEW HOPE 4401 X. '( LON A\ft:!~U~ t.~ORTI I Address: NEW HOPE, MN 55428 Name: -....~o 1/\ v li -C~c~.f''' . \ \ A' i ) '):-'" \' v\... Title: Title: \l:.J..o, ?'C' s i,c1,jlAA-=t Address: 7.0,(5',. \~r"-C)!\ \-h"v\ ..J' :Eo< \aLto Ivktnlo breLL Ivlt\l ;""';S :)\1 \ Phone: 163 - 53/- S/(lO Facsimile: 1 b 3 -' 53/- 5/3(;, Phone: 7(:;;')- L+;{S-LtIG-j Facsimile: END OF DOCUMENT 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 00520-6 AGREEMENT FORM PERFORL'\1ANCE BOl\1) Any singular reference to Contractor, Surety, Owner, or other pany shall be considered plural where applicable. CONTRACTOR (Name and Address): C.S. McCrossan Construction, Inc. P.O. Box 1240 Maple Grove, MN 55311 O\ThTER (Name and Address): City of New Hope City Hall 4401 Xylon Avenue North New Hope, MN 55428 COi\TTRACT Date: A.rnount: Two Million Nine Hundred Ninety-six Thousand Twenty-Two and 41/100 (S2,996,022.41) Description (Name and Location): 2006 Infrastructure Improvements Project for the City of New Hope City Project No. 790 SURE.TY (Name and Address of Principal Place of Business): Travelers Casualty and Surety Company of America One Tower Square - 2SHS Hartford, CT 06183 BOND Bond Number: 104709029 Date (Not earlier than Contract Date): Amount: Two Million Nine Hundred Ninety-six Thousand Twenty-Two and 41/1 00 (S2,996,022.41) Modifications to this Bond Form: N one Surety and Contractor, intending to be legally bound hereby, subject to the terms printed on Lie reverse side hereof, do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent, or representative. CONTR..:\CTOR AS PRINCIPAL CompanyLS. McCrossan Consjrt1ction, Inc. ~I\ //1" I) I 'j I / Signature: .k/W /~! "?'14,<../)<'rt%,,A.- (Seal) Name and l:i~: Jo,\'\e !\;\~SSC~l\... V, Q r '0 tcl..ku.:t (Space is provided below for signatures of additional parties, if required.) COl'll'RACTOR AS PRINCIP AL Company: ~ Signature: ~ t. ~~Cal) Name and Title: . . 111 em Ci So"\' c C, O',;5>',))L vrc;:, iC\.Q,vX SlJRETI' Travelers Casualty and Surety Com pan 10f America Surety's N~and Co rate'!, Ii ! B~ \ I' . { Signature and Tit!e,~eni'N.fer iller, Attorney-in-Fact I " (Attach Power of Attorney) " ~/} CZ~~ Arte;'j,i~. ~. lie / ...... e~A Signa and Title (Seal) - SURETI' (Seai) - Surety's Name and Corporate Seal By: Signarure and Title (Attach Power of Attorney) Attest: Signarure and Title: EJCDC No. C-610 (2002 Edition) Originally prepared through the joint efforts of the Surety Association of America, Engineers Joint Contract Documents Committee, the Associated General Contractors of A.!nerica, and the American !llstitute of Architects. 00610-1 1 Contractor and Suret)'. joL~tly and severally. bind themselves, their heirs, executors. administrators, successors. and assigns to Ovmer for the performance of the Commcl. which is incorpomted herein by reference 2 If Contractor penoITl's the Contract, Surety and Contractor have no obligation under this Bond, except to parJcipme in conferences as provided ill P:u-agr.lph 3 1 3. If there is 00 Owner Default, Surety's obligation under this Bond shal! arise aner: 3 ! Owner has notified Conrractor and Surcty, at the addresses described ill P=gr.lph 10 below. that Owner is considering decl:u'"ing a COlll:ractor Default and has requested and anempted to arrange a conference with Conrractor and Surety to be held oot later than 15 cbys aner receipt of such notice 10 discuss methods of performing the Conrracl If Owner. Contractor and Surety agree, ContractOr shilll be allowed a reasonable time to perform the Contract, but such an agreement shaH not waive Owner's right. if any. subsequently to deciare a Contractor Default; and 32 Owner has declared a CO!ltractor Default and formally tel1l'jnated Conrractor's right l!l complete the Conrract Such CO!ltractor Default shall not be declared earlier than 20 cbys after Contracl!lr and Surety have received notice as provided in Pamgraph 3 !; and 3 3 Owner has agre"'...d to pay the Balnoce of the Contract Price to: Surety in accordance witlt the tenns of the Contract: 2 .A.norher contracror selected pursuant to P=gmph 4 3 to perform the Contract 4 When Ovmer has satisfied the conditions of P'lr.lgraph 3, Surety shill I promptly and at Surety's expense t.ake one of the fcHowing actions: 4.1 Arrange for Contractor, with consent of Ov,rner, to perform and complete the Contract; or 42 Underwke to perform and complete the Contr.lct itself, through its agents or through independent cont.\"'ilctors; or 4.3. Obtain bids or negotiated proposals from qualified contractors acceptable to Owner for a contract for perionmnce and completion of L~e Contract, arrange for a comract to be prepared for execution by Owner and Contractor selected with Owner's concurrence, to be secured with performance and payment bonds executerl by a qualified surety equivaleot to the boods issued on the Contract, and pay to Owner the amount of daIrulges as described in Paragraph 6 in excess of the Balance of the Contract Price incurred by Owner resulting from Contractor Default; or 44 Waive its right to periorm and complete. arrange for completion, or oomin a new contractor and with reasonable prompmess under !be circumstances: After L~vestigation. determine L~e amount fur wbich it may be liable EO Owner and, as 50 on as practicable afu:r the amount is determined, leoder payment thcrefor to Owner; or 2. Deny liability in whole or in pan and notify Owner citing reasons therefor 5 If Surcty does not proceed as provided in P:u-ngraph 4 with r=onable prompmess, Sun:ty shall be deemed to he in default on this Bond 15 days after receipt of an additional written notice from Owner to Surety demanding that Suret"f perform its obligations under this Bond, and Owner shall be entitled to erJotCe any remedy availahle to Owner If Surety procet:ds as provided in Paragraph 4 4, and Owner refuses L'Je paymem tendered or Surety has denied liability, in whole or in pan. witham further notice Owner shall be entitled to enforce any remedy available to Owner. FOR INFO RlvlA TION ONLY - Name, Address and Telephone Surety Agency or Broker OW'Iler's Representative (engineer or other p<Lrty) 6_ After Owner hns terminated ContrzlctDtls right to comnlete the Contract. and if Surety elects to ilct under Paragr.lph 4 1. 4 2. 0; 4.3 aboY~, then the responsibilities of Surety to Owner shall not he greater than those of Contracl!lr under the Coorract, and the respoasibiliries of Ov.ller to Surety sball nOl be greater than those of Owner under the COlllraC!. To a limit of the amount of this Bond, but subject to coo:unitmem by Owner of the Baiance of the Contract Price to mitigation of costs and damages on the Conrract. Surety is obligated without duplication for: 61 lhe responsibilities of Cont.-nctor fur correction of defective Work and completion of the Conrract; 62 Additional legal, design professional, and deJay COSts resulting from Contractor's Default, and resulting from the actions or failure to act of Surety under P=gr.lph 4; and 63 Liquidated damages, or if no liquidated damages are specified in the Contract, actual damages caused hy delayed performance or non. performance of Contractor 7 Surety shall nO! be liable to Owner or others for obiigations of Contractor that are unrelated to the ConL-act, and the Balance of the Contract Price shall not be reduced or set off on a=UDl of any such unrelated obligntions. No right of action shall accrue on this Eond to any person or entity other than Owner or its heirs, executors, administrators, or successors 8 Surety hereby waives notice of any cbange, including ch;u,ges of lirne, to Cont.-act or to related subcontracts, ptui:hase orders, and other obligatiollS. 9 Any proceeding, legal Of equitable. under this Bond may be instituted in any coun: of competent juc'.sdiction in the location in which the Work or pan of the Work is located and shall be irstituted witlJin two y= after Comractor Default or within twO years ailer Contractor ceased working or within !:wo' years after Surety refuses or fails to perform its obligations under this Bond, whichever occurs firsr If tlie provisions of this paragraph an: void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicabie. 10 Notice to Surety. Owner, or Contractor shall be mailed or delivered to the address shown on the sigroture page 11. V,'hen this Bond has been furnished to comply with a statutory requirement in the location where t.'1e Conrract was 10 be performed. any provision in this Bond conflicting with said statutory requirement shall be deemed deleted herefrom and provisiors conforming to such statutory requirement sbal! be deemed incorporated herein The intent is L'1ar L'Jis Bond shall be consrrued as a St:lnnory hond and nor as a cornrnon law bond 12. Definitions 12 1 Balance of the Contract Price: The total amount payable by Owner to Contractor under the CODlI:ict aner all proper adjustments bave been made. including allowance to Contractof of any amounts received or to he received by Owner in secrlemcnt oi irsuraJ1ce or other ClaiIT's for damages to which Contractor is entitled. reduced by all valid and proper payments made to or on behillf of Contractor under the Conh-act 12.2. Contract: The agreement hetween Owner and Contractor identified on the signamre page, including all Contract Documents and changes rhereto 12.3 Contractor Default: Failure of Contractor, which has nenner been remedied nor waived, to perionn or otlierwise to comply with the terms of the Contract 12 4 Owner Defuult Failure of Owner, which bas neither been remedied n8r waived, to pay ContractOr as required by the Conh-nct or to perform and complete or comply \Vith the other terms thereof. 00610-2 P A YlVIE:l'rr BOND A...ll}' singular reference to Contractor, Surety, Owner, or other party shall be CDnsidered plural where applicable. CONTR.A..CTOR (Name and Address): C.S. McCrossan Construction, Inc. P.O. Box 1240 Maple Grove, MN 55311 OWNER (Name and Address): City of New Hope City Hall 4401 Xylon Avenue North New Hope, MN CONTRACT 55428 Date: A...'11ount: Two Million Nine Hundred Ninety-six Thousand Twenty-Two and 41/100 (52,996,022.41) Description (Na.1TIe and Location): 2006 Infrastructure Improvements Project for the City of New Hope City Project No. 790 SURETY (Name and Address of Principal Place of Business): Travelers Casualty and Surety Company of America One Tower Square - 2SHS Hartford, CT 06183 BOND Bond Number:. 104709029 Date (Not earlier than Contract Date): Amount: Two Million Nine Hundred Ninety-six Thousand Twenty-Two and 41/100 (52,996,022.41) Modifications to this Bond Form: None Surety and Contractor, intending to be legally bound hereby, subject to the terms printed on the reve_ _ side hereof, do eacb cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent, or representative. CONTRACTOR AS PRINCIP.A..L Compan.y: C~. McCroi,san ConYr;uction, Inc. Signature: ~v.JJ11'1d hVVk1/VL (Seal) Name and 11i~: JCUAL y.,~)SC~ \h CQ. (Space is provided below for signatures of additional parties, if required.) CON "TRACTOR AS PR..TNCIPAL Company: ~ Signarure: /4 ~ kL~ Name and Title: ( '1\W('l\C\.5 iA ;:LroS5ClU\...- ,d.JJDt SURETY Travelers Casualty and Surety Company ~f America (Seal) Surety's N~nd co~.m r i .~ By: ~ Signature and Title I Jennirer Miller, Attorney-in-Fact (Attach Power of Attorney) ~:{/iA(Jl<~f?~ SURETY (Seal) Surety's Name and Corporate Seal By: Signature and Title (Attach Power of Attorney) Attest: Signature and Title: E.JCDC No. C-615 (2002 Edition) Origin:!lly prepared through the joint efforts of the SUl'ety Association of America, Engineers Joint Contract Documents Committee, the ;i..ssociated General Contractors of America, the American Institute of Architects, the American SubcoDtractors Association, and the Associated Spe<:iclty Contractors. 00615-1 Com:racror and Surety, joinrly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to Owner 10 pay for iabor, materials, and equipment furnished by Claimants for use in the performance of the Contract, which is incorporated herein by reference 2 With respect to Owner, !his obligation shall be null and void if Contractor: 2.1. Promptly makes payment, directly or indirectly, for all sut!!S due Claimants, and 2.2 Defends, indemnifies, am! holds I:tarrnless Owner from all clait!!S, demands, liens, or suits alleging non-payment by Contractor by any person or entity who fi.J.ITlished labor, materials, or equipment for use in the performance of the Contract, provided Owner has promptly notified Coru:ractor and Surety (at the addresses described ill Paragraph 12) of any clairns, demands, liens, or suits and tendered defense of such claims, demands, liens, or suits to Corur"ctor and Surety, and provided there is no Owner Default. 3. With respect to Ciaimants, Lilis obliga.ion sr,aJi be null and VOla if Contractor promptly rna..l;es payment, directly or indirectly, for ail surns due 4 Surety shail have no obligation to Ciaimants under this Bond umil: 4 1. Claimants who are employed by or have a direct contract wlm Contractor have given notice to Surety (at Lile addresses described in Paragraph 12) :md sent a copy, or notice thereof, to Owner, stating that a claim is being made under tl>js Bond and, with substantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct contract with Contractor: 1. Have furnished written notice to Contractor and sent a copy, or notice thereof, to Owner, within 90 days after having last performed labor or lnst furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of tlte party to whom the materials or equipmem were furnished or supplied, or for whom the labor was done or performed; and 2. Have either received a rejection in whoie or in pan from Contractor, or not received within 30 days of furnishing the above notice any COtll.111unication from Contractor by which Contractor had indicated the claim will be paid directly or indirectly; and 3 Not having been paid wi!hin Li]e above 30 days, have sent a written notice to Surety and sent a copy, or uotice thereof, to Ov,ller, statIng that a claim is bei.ng made under this Bond and enclosing a copy of the previous written notice furnished to Contractor 5. If a notice by a Claimant required by Pill'agraph 4 is provided by Owner to Contractor or to Surety, that is sufficient compliance 6 When a Claimant has satisfied the conditions of Paragraph 4, the Surety shall promptly and at Surerj's expense take the following actions: 6.1 Send an answer to that Claimant, with a copy to Ov,ller, within 45 days after receipt of the claim, staring the amounts that are undisputed and the basis for challenging any amounts that are disputed 6.2 Payor a..\'1-ange for payment of any undisputed 2'1lounts 7 Surety's total obligation shall not exceed the a..rnount of this Bond, and the amount of !his Bond shall be credited for any payments made in good faith by Surety. 8. .Amounts owed by wller to Contractor under the Contract shall be used for the perfurmance of the Contract ill.'1d to satisfY claims, if any, under any performance bond. By ContractOr furnishing and Owner accepting this Bond, they agree that all funds earned by Contractor i.n the perfurmance of t.i]e Contract are dedicated to satisfY obligations of Contractor a..'1d Surety under !his Bond, subject to Owner's ptiority to use the funds for the completion of the Work 9. Surety shall not be liable to Owner, Claimants, or others for obligations 0 f Contractor that are unrelated to Lile Contract Owner shall nor be -liable far payment of any costs or expenses of any Claimant under this Bond, and shall have under !his Bond no obligations to l.nake payments 10, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 10. Surety hereby waives notice of any change, including changes of dtne, to the Contract or to related Subcontracts, purchase orders and OLi]er obligations . 11 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the location in which ll.le Work or part of the Work is located or after the expiration of one year from the dare (1) on which the Claimant gave the notice required by Paragraph 4 1 or Paragraph 4.2.3, or (2) on which the last labor or service was perfurmed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of (1) or (2) first occurs. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable 12 Notice to Surety, Owner, or ContractOr shall bemailedordeliveredtoll.1e addresses shown on the signature page ActUal receipt of notice by Surety, Owner, or Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13 \Vhen this Bond has been furnished to comply with a statutory requirement in the location where ll.'1e Contract was to be performed, any provision in this Bond conflicting with said stamtory rcquiremem shall be deemed deleted herefrom ill.'1d provisions confonnitlg to such Statutory requirement shall be deemed incoroorated herein The iment is that ll.1is Bond shall be construed as a stamtory Eo"od and not as a common law bond 14. Upon request of any person or entity appearing to be a potential beneficiary of this Bond, Contractor shall promptly furnish a copy of Litis Bond or shall permit a copy to be made. 15. DEFINIIlONS 15 1. Claimant: .1>,.0 individual or emity havL'1g a direct contract wlm Contractor, or with a first-tier s-:locontractor of Contractor, to furnish labor, materials, or equipment for use in the performance of the Contract. Toe intent of this Bond shali be to include without limitation in the terms "labor, materials or equipment" that pan: of . vlater. gas, power, ligx;t, neat, oil, gasoline. telephone service, or rental equipment used in the ContraCt, architecmral and engineering services required for performance of the Work of Contractor tmd Contractor's Subcontractors, and all other iteITIs for wl:>Jch a mechanic's lien may be asser'":..edin the jurisdiction where the tabor, materials, or equipment were furnished. 152. Contract: The agreemem between Owner and Contractor identified on the signarure page, including all Contract Documents ill.'1d changes ll.1ereto 15 3 Ov:ner Default: Failure of Owner, which has neill.'1er been remedied nor waived, to pay Contractor as required by the Contract or to petform and complete or comply with the other terms thereof FOR IN'FO&\L<\TION ONLY - Name, Address and Telephone Surety Agency or Broker: Owner's Representath'e (engineer or other party): 00615-2 Corporate Acknowledgment ) ) ss ) STATE OF Minnesota COUNTY OF Hennepin On this \8 day of Ayfl\ ,j CU/\ (i. tV\ c ern ,") "; QU. duly sworn, did say that she is the C.S. McCrossan Construction, Inc. corporation described in and which executed the foregoing instrument; that she knows the seal of said corporation; that the seal is affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation; and that she signed her name thereto by like order. \.J;, CD_?re.:- i n (,~ j ,2006 , before me personally appeared to me known, who being by me of the J ~ ERIK A. BEGGS Notary Public-Minnesota l\'.y Commission expires Jan 31, 2010 ~ - v\. , . ;ry~ Signature (Notary Seal) Acknowledgment of Corporate Surety ) ) ss ) STATE OF Minnesota COUNTY OF Hennepin On this day of ,2006 , before me appeared Jennifer Miller , to be known, who being by me duly sworn did say that she is the aforesaid Attorney-in-Fact of the Travelers Casulaty and Surety Company of America a corporation; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed on behalf of said corporation by the aforesaid officer, by authority of its Board of Directors; and the aforesaid officer acknowledged said instrument to be the free act and deed of said corporation. L. KELLAR ..,.......,..../ 1:....!;..iN11./0<t/ la~/Jry/lp"'/JUbli.',~'I"js..f""gn,a/tu Jl"'r/elr.~'/I' ;.!)TARY PUBLiC.MiNNESOTp. '.2 t1!.i/!L:..'UL._ le:(t&':2. CCITHlljss10n c>:-pii"es J3n.31, 2010 , I Seal) . I \..:,/ ! IN WITNESS WHEREOF, TR>\VELERS CASUALTY AND SURETY COMPA.1\.l-Y OF A.1VIERICA, TRAVELERS CASUALTY AND SURETY COl\<1PANY and FARl'\lIINGTON CASU..<\.LTY COl\<1PA1~Y have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this 12th day of February, 2004 STATE OF CONNECTICUT ) SS Hartford COUNIY OF HAR nORD TRAVELERS CASUALTY AND SURETY COMPANY OF AlVmRICA TRAVELERS CASUALTY AND SURETY COMPANY FAR.1\i1I.NGTON CASUALTY COMPANY By /~-'~ - George W. Thompson Senior Vice President On this 12th day of February, 2004 before me personally came GEORGE W. THOI\iPSON to me known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF A..'\'IERICA, TRAVELERS CASUALTY AND SURETY COMPA1~Y and FAR1\HNGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; tilat tile seals affixed to tile said instrument are such corporate seals; and tilat he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions tilereof '<<\~ t~ My commission expires June 30, 2006 Notary Public Marie C. Tetreault CERTIFICATE I, Ll)e undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY M'1> SURETY COMPANY and FARMINGTON CASUALTY C01\-iPANY, stock corporations of the Slate of Connecticut, DO HEREBY CERTIFY Ulat tile foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set fortil in the Certificate of Authority, are now in force Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut Dated this ,20 06 day of By~.fl/L~ Kori M. Johanson Assistant Secretary, Bond (pJ1!PunlS 00-1 r) P;Jll:JU}111 Sj 1! IP!l{A\ 01 ilU!1fll11Clpun 10 puoq hUll 01 padsCl1 l{11'\\ Cl1TI1UJ al{1 Uj ,\UlldUlO;] a\[1 uodu EU!PUJq puu P!IIlA aq llllljS lllds alJUI!s:JllJ pUll CllTIluuil!s ClI!Ul!S:JllJ lj:Jns ,(q pCl!J!llClJ pUll PCllU:J;)XCl os l:Jh\od Lpns hUll PUll,\Ulldwo:) Cll{1 uodn illI!PuJq pUll PHllA Clq llnqs {UclS ;JI!Ul!S:JUJ 10 ;JlTIllJuil!s aI!Ul!S:JllJ q:ms ilu!l1laq Cl1ll'J!.l!11a:l10 II;JUlOll11.10 l<l;\\od lj:ms AUlJ pUll 'JO;JJ;JL[) ;J1njUU a\[1 U! ,{JOjU'ilnqo SEUjl).1\\ 1;Jl{10 pUll silu!1UVapun pUll spuoq liu!1SallU pUll liUjln:J;)Xa JO hlUO s;Jsodmd 10J Pll.:l-U!-S,\aUlOl1V 10 saf.llJj;J1:J<lS llIlJjS!SSV lU<lP!SCllI 'SlU;JP!S<lld ;):J!A lUClP!S<llI liu!1u!oddll 01;J1a\[1liu)1ll{Cl1 ;JjU:J!.lJ1.l;):J ,{Ull 01 JO ,{aUlO}1U JO 1Clh\od ,{uu 0] aI!Ul!s:Jll] ,{q PClxillll ;Jq ,{nUl ,(t.\lldUlO;] ;)L[) JO 11l;)S ClL!1 pl..TlJ 'A.m];J1:Jas llIlJjS!SSV ,Cuu ',\.m];J1:J;JS hUU 'lU<lpjS<lld Cl:JlA lUU1S!SSV ,lUll 'jUapjSCl1d ;JJ!A Aun '1uapjSCl1d Cl:ljA 10!U<lS ,(lIn 'lU<lP!SCl1d Cl:J!A ;JA!1n:J<lx::I Aun 'lU;JPjS;)ld :Sl;):Jillo aU~\\OlloJ ;)\[1 JO ljJll;J ]0 ;).tmulliljS <l11111llU :a::rlOA :pa.u;) pUll a:1.1oJ IInJ U! MOU S! uop.nlosaH. q:1!qA\ 'ANVdWO::> A.L1:VflSV;) NOLDNILWV.tI pUll ANVdL'\!O;) A.lIDIflS <INV A.L1:VflSV;) S1I3T!IAVHL 'V;)nI3WV .tI0 ANYdWO::> A.LIDIflS m,,'v A.L WflSV;) S1I3:1::!IA VHl 10 S.10P;).1!<I JO sp.mog ;)ql .(q palOA uonnlosaH. ~U!PUUlS ~U!.llOIIOJ ;)ql JO ,\lPoq}nU ,(q pUll .I;)pun (paluJ.1d .10 1P.:1!uuq:1;)w) al!w!sJnJ hq p;)Jl.las pUP. p;)uil!s S! AlPoq}nv JO ;)}ll:1U!1..l;);) pun A;)(L10>>V JO .1aJ.l.od S!q.L '\If.10\[1nU JO UO!1ua;){;Jp U;JijfJ/,\ U 011uuns1nd SJ<l:JillO AundUlO;] ;)lOUl JO <lUO ,Cq 10 AlpO\[1nlljO S;Jjtr.l!J!ll;J:J .IJ;J\[1 JO ;J)lJ:J!.l!jJ;):l1;J4 10 S!ll ul P;)qf.l:Js;J1d l;)h\od ;JL!1 ollunnslTId SlU;J!!V pun PUj-Uj-SA;lUIOllV ;J10Ul10 dUO ,\q (p;J.IJnb;JJ Jj 'jU;JS l;JPun) P;Jln:J<lX<l Alnp (q) 10 '.\.rn);)J:J;JS lLn::jS!SSV 10 ,(rol;J1:J;)S II .\q [1l;)S s"CUlldUlO:) ;)\[1\[1!,\\ P;)IUdS pun P<llS<l11U ,([np pUll .\.ml;J1:l;JS lUlljSjSSV Al..TlJ 10 ,\..IUj;JJ:);)S ;J)UlOdrO;] <l\[1 'J;)lTISU<lll lUll)SjSSV Al..TlJ 'JC>lTISlld1l <ll{1 'lU<lP!S;JJd ;J:J!A PUO:l;JS ill1l.l ']uapjS;J1d <l:J!A Aun 10 jUC>PlsaJd ::Y.ljA 10!U;JS ,\Ull '1U<lP!S;J1d ;J:ljA ;Jh!1n:l;JX3: ,(un 'UUUUjUll:) ;J:JjA Atm ']U;JP!S<lld ;)\[1,\q p;Juil!s (ll) U;Jl[.\\ ,{I1l.ldUlO:);)\[1 uodn aU1pujq puu PHllA ;:;q lIuljs 'ilUPlllll;:;Pun [IlUO!11pUO:J 10 ';):JUllz!llilo:J;J1 'puoq U JO ;)lTIjUU ;)\[1 UI ,{JOji::a!lqo aU)1f.1h\ 10 'AljUUIapUj JO pll'p'UO:J 'a:JunZjllilO:l;Jl 'puoq ,Cuu lUlU :a3:10A ,\.m);J1:J;)S ;)\[1.10 ;):Jillo ;JLI1 UJ pam S!jO;)l;J\[1 ,(do:J II pUll BU!l).1\\ UJ S! U0!111a;)!;)p Lpns l[:Jll;J lUlI1 p;Jp!,\old ',\Ulldwo;] Sj\f) JO S;);J,COldUl;) 10 Sl;J:JillO ;)lOUlIO ;JUO 01 ,\)uo\f)nu EUloii';)lOJ ;:;\[1 JO j.red ,(uu 10 ![U ;J)lla;)l;Jp ,(mu )U;)pjS;)ld ;):l!A ,Iun 10 lU;)P!S;Jld ;):l!A 10jU;)S Aun 'lUap!S;)ld ;):J!1\ ;)h)1n:J;JX3 ,CUll 'UllUUjllll;) C>:J!A ,(un 'lU;)P!S<lld ;)\[1 'UllUUjDlj:) ;)\[1111l[l :anOA l<llj 10 Ul!q U;Jh!E l;).\\od a\[1 ;),\0'\;)1 pUll ;)alu!oddu 1{:Jns ,(Ull ;),\Oill;)J ,{Uul ;)Uln ,{Ulll11 SlOl:Y.Jl!a JO pmog ;J\[110 Sl;J:lillO P!IlS JO .\Ull PUlJ 'ilu!'{ullapun [UUO!11puO:J10 ';):luuzjUao:JC>l 'puoq 13 JO ;)lnlUU ;)LP U! ,{JOlllB!lqo silu!1!.l\\ l;)tP.O pun ',\]jUlUapul JO Sl:JllllUO:l 'S;J:lU1JZjllilO:J;)l 'spuoq [1l;)S s,,(UlldUlO:) ;)t!1LI1~\\ Illds pUll ;JUlllU s,.\UUdUlO:) ;)LI1\[1~\\ UBjS 01 ;Jqf.l:Js;Jld AllUl ,{l~O\[1nU JO ;J)ll:>1J!ll;J:J 1all 10 SP-l Sll '\ljlOlp.nll Lpns ;)<l)u!oddD q:Jns ;J,\jil,{DUl pUll ,{undillO:l ;J\[1 JO JJuqaq uo pUll 10J Pll 01 SlU;JEV ptm 1:llJ.:l-Uj-S,I;JUl01W lU!oddu ,(UUl ,\.ml;)J:)as 1l..TlJ1SlSSV ,(UlllO ,\..1Ul;Jl:l;)S ;))lllOdrO:) ;)t:[1 '1;J1nSll;J1l lUlJjSjSSV hUU 'J;)lTISU;)11 ;)Lfl 'jUap!s;)ld ;):J!A puo:J;JS hUll 'jU;)pjS;Jld ;J:J!A ,\UU '1U;JP!S;J1d <l:ljA lOjU<lS ,CUll 'lUap!Sald d:J!A ;JA)1r\:J;JX::r ,(uu 'unUU!lJlj:) ;):l!A ,\Ull 'lu;)P!SaJd ;J\[1 'UllUUjUqJ ;)\f) llll[l :anOA :,oa1J::l pue ::l010] IIrlJ U! A\OU ::lle SUO!luIOS::l(l ljOjl[A\ 'S::l!UedUIoJ P!es]o SUO!luIOS::l(l13u!puelS a'Uj;\\OliOJ ::ll[1 JO ,\)!JOljlUB ,\q pUB l::lpun ::lpllUI S] lU::lUI1U!oddB S!li.l p::lUIlYUOO pUB P::lY!lRI ..\:q::llcill ::lle 'U::lA!a' U!::ll::llj ,{l!lOlj1ue ::lL[1 OllU'Bus.md 'lOe.:I-Uj-(S),\::lU10llV pres ]0 Sloe ::llfl He pue 's;;,>!uedwoJ ::l1[1 JO Sl::lO!'yO pdZ!JOl[1UU '{luP atfl i(q p::lua'jS al::lA\ awes ;)lll J! su lU::l~\:a ::lUIBS mIl 01 pUB ,(lIrlJ SB Sq::l1::lL[1 'S::l!UedUIOJ ;;'>lfl PU!q 01 pUll OJ::lJ::ltIl lU;;'>PpU! sluasuoo IlB pue ,(UB pUB a'upreuapuu [BUO!1!PUOO 10 ';;)OUBZ!Ua'OO::ll 'puoq e JO ::lmleU :;lln U! ,Uolea'!jqo sa'u!1!JA\ 1::l1110 pUB ',(HUW::lPUj ]0 S10e.llUOO '5;;)OUeZ!U~00;;)1 'spuoq Ile pue ,(ue '10e pUB ::llUleUE!S ;;'>jOS l;;'>lVS!lj Sq :(S)lU::lUIlU)SU! a'U]A\O[IOJ ;;)Ll1 'S::l181S p::l1!un ;)[11 U!LI1!A\ ::loejd ,elm 18 '::la'p::l[A\Ompe pue ::ljUO;;)X;;) 'Uli']S 01 pa.Il::lJUoo ,{q::l18l{ .\.1!loqlue pUU l::lA\od [[fiJ Ifl!A\ 'lOe.:I-U]-(s).\:aUJonv jllJA\el pue ::llU) l]::llfl 'tq.OS;JUU!W 's![odnaUU!:IA! ]0 '.1;)nH<\! .J;)J!uuaf 'UPlS.1;)A\ '3 nU!N 'o.1!duqS uusns '~nUd ::lpntq 'uosun,\\s 'N II!f 'SlOO1: 'D S!uuaU '.1Una)I '1: 'g :lujodde pUB ::llnmSUOo '::l:l[BUI 51uas:;lld ::lS::llj1 ,(q op pUB 'P::llUjodde pUB p::llnmsUOO 'apeUI l[lUlI (..S::ljuudwoJ" al[l l::llJ1lU]::ll::llV 'ln0!10::lUuOJ]0 ::llB1S 'plOJl.IeH JO AlunO;) 'p10Jl.lBH JO ,(ljJ ::llj1 U] saoillo jBdpU]ld l]ml1 a'UjABlj pUB '1llO!lO::lUUOJ]O ::llB1S ::llfl JO S/I.\Bj ::lll1l::lpUn p::lZ]UBl510 .\jnp SUOf\elOcUOO 'ANVdHrO::> AL'IVflSV;) NO.LDNIl\i(IV.tI pUB ANVdl'\!O;) A.LIDIflS <INV AL1:VflSVJ S1I:!ITJIAVHl 'V;)nI:!IIW .!IO ANYdWO;) A.l'JnIflS <INV ALWflSV;) SH3:1::!IAVH.L .LVH.L 'S.LN:!ISIDId 'JIS:!IH.l Ag SNOSH.3:d 1:1:V AWN)! .l;)V.tI-NHS)A:!IN(IOl.LV.tIO A.LRlOH.LflV .!IO :!I.LV::>I.!:Ilnm;) UNY A:!IN1IO.L.LV dO H.:!IM.Od 2:906-(8190 In:l!p<lUuo::> 'plOjl1UH ANV'dl\lO::> iU'lVnSV:) NOl{)NIW'HV!I ANVdl'IIO::> AH(ffiS QW Al'TVnSV:J SHIl'1'lIA'v1ll v::>m:;uv.V' .tIO ANVdJ-\!O:J A1.TIli1S <ThrV A1.'lVnSV::> SHIlTlAv1ll ACORDrM CERTIFICATE OF LIABILITY INSURANCE Page I DATE 1 of 2 04/13/2006 PRODUCER 877-945-7378 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Willis North America, Inc. - Regional Cert Center HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 26 Century Blvd. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P. O. Box 305191 Nashville, TN 372305191 INSURERS AFFORDING COVERAGE NAIC# INSURED C.S. McCrossan, Ine. INSURERA: Travelers Property Casual ty Company of Am 25674-005 7865 Jefferson Highway INSURER B: National Union Fire Insurance Company i 19445-001 PO Box 1240 Maple Grove, MN 55311-6240 INSURER C: The Travelers Indemnity Company of Ameriei 25666 - 001 i INSURER D: i INSURER E: : COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOWvlTHSTANDING 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR' DD'U POLICY EFFECTIVE i POLICY EXPIRATION I TYPE OF INSURANCE POLICY NUMBER DATEIMMIDDIYY i DATE MMIDD A . GE~ERALLIABILlTY VTC2JC03939B267TIL05 12/1/2005 i X i COMMERCIAL GENERAL LIABILITY . : I CLAIMS MADE i X i OCCUR 12/1/2006 EACH OCCURRENCE DAMAGE TO RENTED PREMISES iEa occurence) MED EXP (Anyone person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG 1 000 000 300 000 5 000 1 000 000 2 000 000 2 000 000 1,000,000 A GEN'LAGGREGATE LIMIT APPLIES PER: Ii POLICY !Xl ::'t€': LOC LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS 510A049TIL05 12/1/2005 12/1/2006 COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) BODILY INJURY (Per accident) DEDUCTIBLE RETENTION WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below OTHER 12/1/2006 AUTO ONLY. EA ACCIDENT EA ACC AGG ANY AUTO B BE2685772 12/1/2005 12/1/2006 1 000 000 1 000 000 CLAIMS MADE C AOS VTC2HUB4586B210 12/1/2005 WCSTATU- OTH- TORY LIMITS ER E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT 500 000 500 000 500 000 DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Project: 2006 Infrastructure Improvements; City Project No. 790 The certificate holder and the Engineer are named as additional insured under the GL, AL and Umbrella as their interests may appear per written contract. This insurance is primary and non-contributory CERTIFICATE HOLDER CANCELLATION City of New Hope City Hall 4401 Xylon Avenue North New Hope, MN 55428 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER. ITS AGENTS OR ACORD 25 (2001/08) @ACORDCORPORATION 1988 Page 2 of 2 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) Coll:1S97881 Tpl:438048 Cert:7171S00 DOCUMENT 00800 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement the Standard General Conditions of the Construction Contract (No. C-700, 2002 Edition) and other provisions of the Contract Documents as indicated below. All provisions which are not so amended or supplemented remain in full force an:d effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below, which are applicable to both the singular and plural thereof. ARTICLE 1 - DEFINITIONS AND TERMINOLOGY SC-1.02 Add the following new paragraph immediately after Paragraph 1.02.F: G. The Specifications are written in imperative mood and streamlined form. This imperative language is directed to the Contractor, unless specifically noted otherwise. The words "shall be" are included by inference where a colon (:) is used within sentences or phrases. ARTICLE 2 - PRELIMINARY MATTERS SC 2.02.A Amend the first sentence of Paragraph 2.02.A by striking out the word "ten" and inserting the word "five." ARTICLE 4 - AVAlLABILITY OF LANDS: SUBSURFACE AND PHYSICAL CONDITIONS, REFERENCE POINTS SC-4.02 Add the following new paragraphs immediately after Paragraph 4.02.B: C. In the preparation of Drawings and Specifications, Engineer relied upon information contained in the following reports of explorations and tests of subsurface conditions at the Project Site: 1. Report Dated February 23, 2006, prepared by Braun Intertec, entitled "A Geotechnical Evaluation Report: 2006 New Hope Infrastructure Improvements." D. Copies of reports and drawings itemized in SC-4.02.C that are not included with Bidding Documents may be examined at the office of Engineer during regular business hours. These reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which the Contractor may rely as identified and established above are incorporated therein by reference. Contractor is not entitled to rely upon other information and data utilized by Engineer in the preparation of Drawings and Specifications. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 00800-1 S'UPPLEMENT AR Y CONDITIONS ARTICLE 5 - BONDS AND INSURANCE SC-5.01 Add the following new paragraph immediately after Paragraph 5.01.C: D. Separate Performance and Payment Bonds should be submitted utilizing EJCDC Form C-610 and C-615 (2002 Edition) or a similar bond form if approved by Owner. SC-5.03.B Delete Paragraph 5.03.B in its entirety and insert the following: B. Failure of Owner to demand such certificates or other evidence of full compliance with these insurance requirements or failure of Owner to identify a deficiency from evidence provided shall not be construed as a waiver of Contractor's obligation to maintain such msurance. C. By requmng such insurance and insurance limits herein, Owner does not represent that coverage and limits' will necessarily be adequate to protect Contractor and such coverage and limits shall not be deemed as a limitation on Contractor's liability under the indemnities granted to Owner in the Contract Documents. SC-5.04 Add the following new paragraph immediately after Paragraph 5.04.B: C. The limits ofliability for the insurance required by Paragraph 5.04 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations: 1. Worker's Compensation Insurance Coverage A - Statutory Coverage B - $500,000 $500,000 $500,000 Each Accident Disease - Policy Limit Disease - Each Employee 2. Commercial General Liability $1,000,000 General Aggregate $1,000,000 Products/Completed Operations Aggregate $1,000,000 Each Occurrence $1,000,000 Personal Injury 3. Comprehensive Automobile Liability $1,000,000 Combined Single Limit - Bodily injury and property damage. All owned, non-owned, and hired vehicles. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 00800-2 SUPPLEMENTARY CONDITIONS 4. Umbrella Excess Liability $1,000,000 $1,000,000 Each Occurrence Aggregate Umbrella excess liability shall be a combined single limit which shall provide excess liability insurance over Commercial General Liability, Comprehensive Automobile Liability, and Employers Liability. 5. The following persons or entities shall be included as additional insured on the Commercial Liability, Comprehensive Automobile Liability, and Umbrella Excess Liability. This coverage shall be primary and noncontributory: Owner. Engineer. SC-5.06.A Amend the first sentence of Paragraph 5.06.A to read: A. Contractor shall purchase and maintain during the entire construction period a Builders Risk Property Insurance Policy in the amount of the full replacement cost of the entire work at the Project Site. The insurance policy shall comply with the provisions of Paragraph 5.06.A1 through 5.06.A7. A minimum deductible of $1,000 each claim shall apply to this insurance and the risk of loss of the applicable deductible shall be born by Contractor, subcontractor, or others suffering such loss. In addition, the provisions of Paragraphs 5.07, 5.09, and 5.10 shall apply with the exception that Contractor shall act as fiduciary for the insureds as their interest may appear and adjust the loss with the insurance company. SC-5.06.A Add the following new item immediately after Item 5.06.A7: 8. The Builder's Risk Insurance required herein shall apply to projects involving construction of structures and buildings only. The requirements of this Section shall be waived on projects involving only underground utilities, grading, street improvements, and similar construction work but any damage or loss to property shall be at the sole responsibility of Contractor until final acceptance of the work. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 00800-3 SUPPLEMENTARY CONDITIONS ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES SC-6.06 Add the following new paragraph immediately after Paragraph 6.06.G: H. Pursuant to' Minnesota Statute, Contractor shall be fully responsible to pay subcontractors, suppliers, and other entities within 10 days of the Contractor's receipt of payment for undisputed services provided by the subcontractor, supplier, or other entity. Contractor shall pay interest of 1-112 percent per month or any part of a month to the subcontractor, supplier, or other entity on any amount not paid on time to the subcontractor, supplier, or other entity. The minimum monthly interest penalty payment for an unpaid balance of $100 or more is $10. For an unpaid balance of less than $100, the Contractor shall pay the actual penalty due to the subcontractor, supplier, or other entity. A subcontractor, supplier, or other entity who prevails in a civil action to collect interest penalties from a Contractor must be awarded its costs and disbursements, including attorney's fees included in bringing the action. SC-6.08.A Amend the first sentence of Paragraph 6.08.A by replacing the words "the Supplementary Conditions" with the words "Division 1 - General Requirements." SC-6.19.A Delete the words "representation of' in the second sentence. ARTICLE 10 - CHANGES IN THE WORK; CLAIMS SC-I0.05.B Amend the first sentence of Paragraph 10.05.B by replacing the words "30 days" with the words "10 days." Amend the third sentence of Paragraph 10.05.B by replacing the words "60 days" with the words "30 days." ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTNE WORK SC-13.07.A Amend the first sentence of Paragraph 13.07.A by striking out the words "one year" and inserting the word "two years." ARTICLE 14-PAYMENTS TO CONTRACTOR AND COMPLETION SC-14.02.B5 Add the following new item immediately after Item 14.02.B5d: e. Contractor's failure to make acceptable submittals in accordance with the accepted schedules. 000034-05172-D @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 00800-4 SUPPLEMENTARY CONDITIONS ARTICLE 16 - DISPUTE RESOLUTION SC-16.01 Delete Paragraph 16.01.C in its entirety and insert the following in its place: C. If the claim is not resolved by mediation, Engineer's action under Paragraph 10.05.C or a denial pursuant to Paragraphs 10.05.C3 or 10.05.D shall become final and binding 30 days after termination of the mediation, unless within that time period Owner or Contractor: 1. elects in writing to demand arbitration of the claim, pursuant to Paragraph SC-16.02, or 2. agrees with the other party to submit the claim to another dispute resolution process. SC-16.01.D Add the following new paragraph immediately after Paragraph SC-16.01.C: D. Notwithstanding any applicable statue of limitations, a party giving notice under Paragraph SC-16.01.C1 shall commence an action on the claim within 1 year of giving such notice and within the period of any applicable statute of limitation or repose. Failure to do so shall result in the claim being time-barred and Engineer's action or denial shall become final and binding. SC-16.02 Add the following new paragraph immediately after Paragraph 16.01: SC-16.02 Arbitratio)1 A. All claims or counterclaims, disputes, or other matters in question between Owner and Contractor arising 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 as provided by Paragraph 14.09), including but not limited to those not resolved under the provisions of Paragraphs SC-16.01.A and 16.01.B, but not including any claim in excess of $100,000, will be decided by arbitration in accordance with the Construction Industry Dispute Resolutions Procedures of the American Arbitration Association then in effect, subject to the conditions and limitations of this Paragraph SC-16.02. This agreement to arbitrate and any other agreement or consent to arbitrate entered into will be specifically enforceable under the prevailing law of any court having jurisdiction. B. The demand for arbitration will be filed in writing with the other party to the Contract and with the selected arbitrator or arbitration provider and a copy will be sent to Engineer for information. The demand for arbitration will be made within the 30 day period specified in Paragraph SC-16.01.C, and in all other cases within a reasonable time after the claim or counterclaim, dispute, or other matter in question has arisen, and in no event shall any such demand be made after the date when institution of legal or equitable proceedings based on such claim or other dispute or matter in question would be barred by the applicable statue of limitations. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, lnc. 00800-5 SUPPLEMENTARY CONDITIONS C. No arbitration arising out of or relating to the Contract Documents shall include by consolidation, joinder, or in any other manner any other individual or entity (including Engineer and Engineer's consultants and the officers, directors, partners, agents, employees, or consultants of any of them) who is not a party to this Contract, unless: 1. in inclusions of such other individual or entity is necessary if complete relief is to be afforded among those who are already parties to the arbitration; and 2. such other individual or entity is substantially involved in a question of law or fact which is common to those who are already parties to the arbitration and which will arise in such proceedings. D. The award rendered by the arbitrator(s) shall be consistent with the agreement of the parties in writing and include: (i) a concise breakdown of the award; (ii) a written explanation of the award specifically citing the Contract Documents provisions deemed applicable and relied on in making the award. E. The award will be final. Judgment may be entered upon it in any court having jurisdiction thereof and it will not be subject to modification or appeal, subject to provisions of the Controlling Law relating to vacating or modifying an arbitral award. F. The fees and expenses of the arbitrators and any arbitration service shall be shared equally by Owner and Contractor. END OF DOCUMENT 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 00800-6 SUPPLEMENTARY CONDITIONS SECTION 01100 SUMMARY PART 1 - GENERAL 1.01 SECTION INCLUDES A. Basic description of the Project and work restrictions. 1.02 SUMMARY OF WORK A. Project Name: 2006 Infrastructure Improvements for the City of New Hope, Minnesota, City Project No. 790. B. Description of Work: Project consists of mill and overlay, full depth reclamation, full street reconstruction, water main replacement, parking lot reconstruction, bituminous trail reconstruction, muck excavation (lake dredging). 1.03 COMPLETION DATES A. Substantial Completion: Set forth in the Agreement. B. Final Completion: Set forth in the Agreement. 1.04 LIQUIDATED DAMAGES A. Provisions for liquidated damages, if any, are set forth in the Agreement. 1.05 WORK RESTRICTIONS A. Use of Project Site: 1. Location of construction facilities, staging areas, product stockpiles, material storage, and temporary construction are shown on the Drawings and shall be removed upon completion of work. 2. Contractor responsible for snow removal and disposal from the Owner's property if necessary to maintain access and working space during construction. 3. Keep existing driveways and entrances clear and available to the public and to the Owner. 4. If additional space is needed, obtain and pay for such space off Project Site. 000034-05172-0 (Q 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 01100-1 SUMMARY B. Access to Project Site: 1. If awarded, access used for the Meadow Lake dredging work will need to be discussed based on the timing of the work Access to the lake is anticipated to be via Bass Lake Road to 58th Ave to Xylon Avenue to Meadow Lake Park. C. Other Work at Project Site: 1. The installation and revision of electric power, telephone lines, gas lines, and cable TV by private utilities is anticipated. PART 2 - PRODUCTS Not Used. PART 3 - EXECUTION 3.01 MEASUREMENT AND PAYMENT A. All work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. END OF SECTION 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 01100-2 SUMtvlARY SECTION 01200 PRICE AND PAYMENT PROCEDURES PART 1- GENERAL 1.01 SECTION INCLUDES A. Administrative and procedural requirements for allowances, Alternates, pricing of work, and request for payment procedures. 1.02 ALLOWANCES A. Cash allowances have been included throughout the Specification Sections. These allowances are to be used for Bidding purposes. Allowance costs in excess of the funds provided shall be paid by Change Order. At closeout of Contract, allowance funds not authorized for payment will be credited to the Owner by Change Order. 1.03 ALTERNATES A. This article identifies each Alternate by number and describes the basic changes to be incorporated into the work as part ofthat Alternate. Refer also to the Specifications and Drawings for information. B. Alternates may be accepted by the Owner in any order and may be used to determine the award of Contract consistent with the Instructions to Bidders. 1. Alternate No.1 - Meadow Lake SedimentJDelta Removal- Add to TOTAL BASE BID: a. In general the work of this Alternate No.1 consists of pumping the water down in Meadow Lake, excavating and hauling away the material to be removed at the 7 locations shown on the Drawings. 2. Alternate No.2 - Meadow Lake Dredging - Add to TOTAL BASE BID: a. In general the work of this Alternate No.2 consists of excavating and hauling away the material in Meadow Lake as shown on the Drawings that is in addition to that material which is included in Alternate No.1. Awarding Alternate No.2 will likely be in addition to Alternate No. 1. Alternate No.2 involves the construction of a boat ramp along with the removal of material to allow boat access throughout the lake where Alternate No.1 involves cleaning of areas abutting the inlets to the lake only. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 01200-1 PRICE AND PAYMENT PROCEDURES 3. Alternate No.3 - Backyard Drainage Improvements - Add to TOTAL BASE BID: a. In general the work ofthis Alternate No.3 involves the construction ofthe storm sewer near the intersection of 61-1/2 Avenue and Ensign Avenue as shown on the Drawings. 4. Alternate No.4 - Parking Lot Reconstruction - Add to TOTAL BASE BID: a. In general the work of this Alternate No.4 involves the removal of the existing parking lots and the construction of new at the 49th Avenue Lighted Ball Fields park. 5. Alternate No.5 - Street Lighting - Add to TOTAL BASE BID: a. In general the work ofthis Alternate No.5 involves the installation of lighting for the reconstructed parking lots included in Alternate No.4. 6. Alternate No.6 - Park Trail Reconstruction - Add to TOTAL BASE BID: . a. In general the work of this Alternate No.6 includes removal of the existing trails in Meadow Lake Park and the construction of new trails. C. No Bid Items for mobilization have been provided for any ofthe Alternates included in the Project. Costs associated with mobilization, traffic control, etc. for each Alternate should be included in the total cost for that Alternate. 1.04 BID UNIT PRICES A. Provide access and assist Engineer in determining actual quantities of Bid Unit Price work. B. Provide documentation to substantiate Bid Unit Price work. C. If the Contractor delivers and places more of any material that is paid for on a Bid Unit Price basis than is required to perform the work and thereby causes the materials to be wasted, the quantity wasted will be deducted from the final measurement for that Bid Item. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 01200-2 pmCEAND PAYMENT PROCEDURES 1.05 PAYMENT PROCEDURES A. Submit 1 preliminary copy of progress payment application for review, consistent with Article 14 of the General Conditions. Submit 4 signed copies of Application for Payment to Engineer prior to the dates identified at the Preconstruction Conference. B. Attach the following supporting documentation, in addition to the requirements of General Conditions Article 14: 1. Documentation to substantiate Bid Unit Price work. 2. Updated construction schedule consistent with Section 01330 - Submittal Procedures. PART 2 - PRODUCTS Not Used. PART 3 - EXECUTION 3.01 MEASUREMENT AND PAYMENT A. All work and costs oftms Section shall be incidental to the Project and included in the TOTAL BASE BID. END OF SECTION 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 01200-3 PRICE AND PAYMENT PROCEDURES SECTION 01310 PROJECT MANAGEMENT AND COORDINATION PART 1 - GENERAL 1.01 SECTION INCLUDES A. Gener?-l requirements for overall Project coordination. 1.02 UTILITIES A. Notify Gopher State One Call before starting construction in a given area requesting utility locates in the Project Site. B. Project Utility Sources: Coordinate work with the following utility owners. The following utilities are known to be on the Proj ect Site and are shown on the Drawings in a general way: 1. Water: Owner. 2. Sanitary Sewer: Owner. 3. Storm Sewer: Owner. 4. Electric: Xcel Energy, Greg Plumedahl; 763-493-1670, fax: 763-493-1501. 5. Gas: CenterPointEnergy, AlIa Denisova; 612-321-5077, fax: 612-321-5480. 6. Telephone: Qwest, Steve Hotvedt; 612-381-5031, fax: 612-381-5571. 7. Cable TV: Comcast, Doug Zahn; 651-493-5316, fax: 651-493-5116. C. Owner requires 48 hour notice for all utility interruptions. D. Private utility information obtained from utility owners/operators is shown on the Drawings in a general way. The location of utilities is not guaranteed. The locating of utilities and coordination during construction is the responsibility of the Contractor. Final locations of all utilities, per the Gopher One System, will be the responsibility of the Contractor. All costs associated with private utility coordination shall be incidental to the total work of the Project. Information provided is of Quality Level D (QLD) as defined by ASCE Standards. Utility locations shown on the Drawings are based on this QLD information and have not been verified with a field survey. 000034-05172-0 ~ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 01310-1 PROJECT MANAGEMENT AND COORDINATION 1.03 PERMITS A. Comply with the stipulations of the following permits, which have been applied for and will be furnished by the Owner: 1. MPCA Stormwater Discharges Associated With Construction Activities NPDES General Permit. 2. Shingle Creek Watershed Management Commission permit. B. Apply for, obtain, and comply with other permits, licenses, and approvals which may be required for the Proj ect. 1.04 SURVEYING AND CONSTRUCTION OBSERVATION A. Provide Engineer and Resident Proj ect Representative a minimum of 48 hours notice in advance of the need for establishing lin@s, grades, measurements, grade checks, and observation of work. 1.05 PROJECT MEETINGS A. Administrative Requirements: 1. Proj ect Superintendent or persons designated by the Contractor to attend and participate in the Proj ect meetings shall have all required authority to commit the Contractor to solutions agreed upon in the Project meetings. 2. Engineer will set the time, sites, and prepare the agenda for the meetings. 3. Engineer will prepare meeting minutes and distribute 1 copy to Contractor. Notify Engineer of inaccuracies or discrepancies in the meeting minutes within 5 calendar days of receipt of the minutes. 4. The attendance and cooperation of subcontractors and suppliers may be required. B. Preconstruction Conference: 1. Provisions for the Preconstruction Conference are set forth in the General Conditions. 2. Requirements for preconstruction submittals are set forth in the General Conditions. Submittal procedures shall be consistent with Section 01330- Submittal Procedures. 000034-05172-0 :g 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 01310-2 PROJECT MAL~AGEMENT AND COORDINATION C. Progress Meeting Procedures: 1. Engineer will schedule construction progress meetings throughout the duration of the Project to assess the progress of the work, identifY and discuss Project related issues, and discuss near-term construction activities. 1.06 CONSTRUCTION SCHEDULING A. 'Sequencing and Scheduling: 1. The Owner is very sensitive to the inconvenience each property owner will experience to construct this Project., The most frequent complaint received during this type of Project is the length oftime for which streets, driveways, and boulevards are disturbed. Therefore, scheduling ofthe work, maintenance oflocal traffic, and timely repair of each driveway and yard are critical to the success of the Project. 2. Resident notification of work directly affecting their property is required for all situations. The Project Inspector may assist with notifying residents. However, it is the responsibility of the Contractor to ensure residents are aware of issues such as access restrictions or disrupted water supply. 3. Given the underlying soil type, conditions resulting from precipitation can be devastating to residents. Construction should be coordinated such that disturbed areas are minimized at any given time. Work completed in the street reconstruction area may be facilitated if phasing is scheduled for the included streets. 4. Streets that are completely reconstructed shall be reclaimed. The aggregate material generated by the reclamation process can be used to ramp driveways and better maintain access for the residents within the Project area. 1.07 SUBMITTALS A. Submit a minimum of 4 copies of shop drawings, plus the quantity of copies the Contractor wants returned. PART 2 - PRODUCTS Not Used. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 01310-3 PROJECT MANAGEMENT AND COORDINATION PART 3 - EXECUTION 3.01 MEASUREMENT AND PAYMENT A. All work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. END OF SECTION 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 01310-4 PROJECT MANAGEMENT AND COORDINATION SECTION 01330 SUBNITTTALPROCEDURES PART 1 - GENERAL 1.01 SECTION INCLUDES A. General procedures and requirements for submittals during the course of construction. 1.02 SEQUENCING AND SCHEDULING A. Schedule submittals consistent with the Contractor's schedule of shop drawings. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.01 CONSTRUCTION SCHEDULE A. Submit preliminary schedule and progress schedule consistent with the General Conditions. B. Prepare schedules on 11 inch x 17 inch sheets showing overall sequence of construction. Organize the schedule by work activity. Identify separate stages of each work activity: 1. List work items in chronological sequence. Show beginning and completion dates of each activity. Include all activities with an estimated duration of 3 days or longer. 2. Format schedule as a horizontal bar chart. Provide separate bars for each activity or trade. 3. Provide space for revisions and notations. 4. Identify interrelations between activities. C. As work progresses, revise, update, and resubmit schedule as requested by Engineer. At a minimum, update schedule with each Application for Payment. Show all activities started or finished since previous schedule was submitted and show percentage of completion for each activity. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 01330-1 sUBMm AL PROCEDURES 3.02 EMERGENCY CONTACT LIST A. Before any work at the Project Site is started, submit a typed list on 8-1/2 inch x 11 inch paper outlining 24 hour on-call contacts for the Project. This list shall include the Contractor's safety representative, key representatives from the Contractor, subcontractors, and suppliers. Include the following information for each contact: 1. Company name. 2. Contact person(s). 3. Local and mobile phone numbers. 4. Fax number. 3.03 SHOP DRAWINGS AND MANUFACTURERS' INFORMATION A. Conform to the requirements of Paragraph 6.17 of the General Conditions, except as modified herein. B. The minimum sheet size shall be 8-1/2 inch x 11 inch. Non-legible copies will not be reviewed. C. Submit a minimum of 3 copies of shop drawings, plus the quantity of copies the Contractor wants returned. Each copy shall contain the following information: 1. Date of submission and date of any previous submittals. 2. Project Title. 3. Names Of: Contractor, subcontractor, supplier, and manufacturer. 4. Identification of product and Specification Section number. 5. Identification of revisions from previous submittals. 6. A 4 inch x 4 inch blank space for the Engineer's stamp. D. Engineer's review will be in conformance with the requirements of Paragraph 6.17 of the General Conditions, except as modified herein. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 01330-2 SUBMmAL PROCEDURES E. Engineer will stamp shop drawings and indicate requirements for Contractor's review or resubmittal as follows: 1. "Approved" - Appears that items covered by the submittal will after installation or incorporation into the work conform to the information given in the Contract Documents and appears to be compatible with the design concept of the completed Proj ect as a functioning whole as indicated by the Contract Documents. 2. "Approved as Noted" - Appears that items covered by the submittal will after installation or incorporation into the work conform to the information given in the Contract Documents and appears to be compatible with the design concept ofthe completed Project as a functioning whole as indicated by the Contract Documents, except as noted by Engineer. 3. "Revise and Resubmit" - Appears that items covered by the submittal will not after installation or incorporation into the work conform to the information given in the Contract Documents and will not be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. Contractor shall revise submittal and conform to the resubmittal procedures described in Paragraph 6.17.F of the General Conditions. 4. "Not Approved" - Appears that items covered by the submittal will not after installation or incorporation into the work conform to the information given in the Contract Documents and will not be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. Contractor shall conform to the resubmittal procedures described in Paragraph 6.17.F of the General Conditions. F. Engineer will return. reviewed submittals to Contractor by U.S. Postal Service general delivery. If Contractor wants Engineer to expedite return. delivery, Contractor shall notify Engineer in writing and reimburse Owner for delivery plus 15 percent mark- up. 3.04 TEST REPORTS A. Submit 3 copies of all inspections, tests, and approvals required in the Specification. 3.05 MEASUREMENT AND PAYMENT A. All work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. END OF SECTION 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 01330-3 SUBMmAL PROCEDURES SECTION 01400 QUALITY REQUIREMENTS PART 1 - GENERAL 1.01 SECTION INCLUDES A. Information required for conformance to regulatory requirements. B. Quality assurance. C. Procedures to measure and report the quality and performance of the work. 1.02 REFERENCE STANDARDS A. Whenever reference is made to the Minnesota Department of Transportation Specifications, such reference shall mean "Standard Specifications for Construction," 2000 Edition (MnDOT Spec.) and all subsequent revisions and supplements. The word "Engineer" is understood to refer to the Engineer for the Owner. 1.03 SUBMITTALS A. Prior to start of work, submit testing laboratory name for various specified tests for approval by Engineer. B. Submit copies oflaboratory test results or analysis consistent with Section 01330- Submittal Procedures. 1.04 WORKMANSHIP A. Comply with industry standards of the region, except where more restrictive tolerances or specified requirements indicate more rigid standards or more precise workmanship. 1.05 TESTS AND INSPECTIONS A. Conform to the requirements of Article 13 of the General Conditions, except as modified herein. B. Notify Engineer 48 hours prior to expected time for operations requiring tests and inspections. C. Provide incidental labor and facilities to obtain and handle samples at Proj ect Site or source, transport samples to laboratory, facilitate tests and inspections for storing and curing of test samples. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 01400-1 QUALITY REQUIREMENTS 1.06 LABORATORY REPORTS A. After each inspection and test, submit 3 copies of Laboratory Report to Engineer. B. Include: Date issued, Project Title and number, name of inspector, date and time of sampling or inspection, identification of product and Specifications Section, location in the Proj ect, type of inspection or test, date oftest, results oftests, and conformance with Contract Documents. 1.07 LABORATORY RESPONSIBILITIES A. Test samples and perform field tests. B. Provide qualified personnel. Cooperate with Engineer in performance of services. C. Ascertain compliance with the requirements ofthe Contract Documents. D. When requested by Engineer, provide interpretation oftest results. 1.08 LIMITS ON TESTING LABORATORY AUTHORITY A. Laboratory may not release, revoke, or alter on requirements of Contract Documents. B. Laboratory may not approve or accept any portion ofthe work. C. Laboratory may not assume any duties of Contractor. D. Laboratory has no authority to stop work. 1.09 MANUFACTURER'S CERTIFICATES A. If requested by Engineer, submit manufacturer's certificate with shop drawings certifying that products meet or exceed specified requirements executed by responsible officer. PART 2 - PRODUCTS Not Used. PART 3 - EXECUTION 3.01 MEASUREMENT AND PAYMENT A. All work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. END OF SECTION 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 01400-2 QUALITY REQUIREMENTS SECTION 01500 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.01 SECTION INCLUDES A. Temporary utilities and miscellaneous temporary facilities required during construction. 1.02 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2000 Edition (MnDOT Spec.). B. The Minnesota Manual on Uniform Traffic Control Devices (MMUTCD), including the Field Manual on Temporary Traffic Control Zone Layouts - Latest edition. 1.03 SUBMITTALS A. Submit Traffic Management and Control Plan consistent with Section 01330 - Submittal Procedures. Plan shall include the following information: 1. Haul and access routes. 2. Traffic control measures. 3. Permits or applications required by local authorities. 4. Temporary facilities required. PART 2 - PRODUCTS Not Used. PART 3 - EXECUTION 3.01 MOBILIZATION A. Move personnel, equipment, materials, and all other items required to complete the work at the Project Site. B. Establish Contractor offices, building, or other facilities necessary for work on the Project. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 01500-1 TEMPORARY FACILITIES AND CONTROLS C. Temporarily hold or relocate utilities and any miscellaneous structures, such as signs, power poles, guy wires, and mailboxes disturbed. 3.02 SIGNS, MAILBOXES, ETC. REMOVAL AND REPLACEMENT A. Remove, store carefully, and replace all signs, posts, etc. that may be within the Project Site as directed by Engineer. B. Remove existing mailboxes and posts, and temporarily install in locations determined by Engineer and as approved by the Post Office. Replace mailboxes prior to Substantial Completion. Removal, temporary reinstallation, and replacement shall occur such that mail delivery is not interrupted. Mailboxes, posts, and appurtenances damaged during construction shall be replaced with new at no charge to Owner. An alternative to temporarily installing existing mailboxes in the street reconstruction area, the Contractor may install "new" temporary mailboxes in lieu of relocating existing boxes. If chosen this option is selected, the existing mailboxes would be removed and left on the homeowner's property until the mailboxes may be reinstalled. C. Temporary mailbox location(s) and requirements are subject to approval ofthe Post Office responsible for the delivery of mail to this area. The Post Office may modify the list of homes requiring the installation of a temporary mailbox. Temporary mailboxes required are anticipated for approximately 58 homes. Unless a significant increase or decrease is realized, no adjustment in the payment for this Bid Item will be made. 3.03 TEMPORARY UTILITIES A. Provide and maintain all temporary facilities, utilities, and controls as long as needed for the safe and proper completion of the work. Remove all temporary facilities, utilities, and controls as rapidly as progress will permit or as directed by Engineer. B. Temporary Water for Construction: 1. Obtain water for construction at a hydrant specified by the Owner. Obtain a meter and backflow preventor assembly from Owner. Return to Owner at completion. C. Temporary Water Services: 1. Maintain temporary potable water service to the structures that will have disrupted water service during the water main construction or as identified on the Drawings. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 01500-2 TEMPORARY FACILITIES AND CONTROLS 3.04 CONSTRUCTION FACILITIES A. Sanitary Facilities: 1. Comply with all governing regulations, including safety and health codes, for sanitary fixtures and facilities. 2. Provide self-contained toilet units, or water and sewer connected temporary toilet facilities consistent with governing regulations. Contractor may not use Owner's toilet facilities. 3. Provide and maintain adequate supply of toilet tissue, paper towels, paper cups, and similar disposable materials appropriate for each facility. Provide appropriate covered waste containers for used material. 3.05 TEMPORARY CONSTRUCTION A. Pumping and Dewatering: 1. Provide draining, pumping, dewatering, and cleaning operations necessary to complete the work. 2. Provide all necessary pumping to remove all surface water and groundwater from structures as required for the work. Provide erosion control measures for discharge of water. 3. Protect Project Site and adjacent property to avoid damage. 3.06 TRAFFIC CONTROL A. Provide and maintain all traffic control devices needed to guide, warn, control, and protect traffic throughout the Project Site. All traffic control devices and other protective measures shall conform to MMUTCD. B. Remove traffic control devices at the conclusion of the work. C. Flaggers are required to protect construction vehicles during unloading or construction materials. Conform to the requirements of the MMUTCD, the Flagging Handbook included in the Field Manual for Temporary Traffic Control Zone Layouts, and the following: while on duty flaggers shall wear hard hats and reflectorized florescent orange rests; and flaggers shall be fully clothed when on duty with shirt or blouse, slacks or trouser, and sturdy shoes. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 01500-3 TEMPORARY FACILITIES AND CONTROLS D. Field Quality Control: 1. Daily inspect and insure that all traffic control devices required by the construction are in accordance with the MMUTCD. Any discrepancy between the actual devices in use and the required devices shall be immediately rectified. 2. Furnish names, addresses, and phone numbers of at least 3 individuals responsible for the placement and maintenance of traffic control devices. At least 1 of these individuals shall be "on call" 24 hours per day, 7 days per week during the time any traffic control devices furnished and installed by the Contractor are in place. 3. Provide access for emergency vehicles and busses to all residences at all times. 4. Respond to any request from the Engineer to improve or correct the.usage of traffic control devices on orrelated to this Proj ect within 1 hour ofthe time of notification. 5. Keep all traffic control signs and devices in a legible condition. This shall include but not be limited to removing grime and dust deposited on any device by traffic, natural causes, or when requested by Engineer. 3.07 TEMPORARY BARRIERS AND ENCLOSURES A. Temporary Barriers: 1. Provide temporary covers, enclosures, markers, and barriers as necessary to protect work. 2. Damage to the Project Site caused by removal of temporary fencing, including postholes, shall be promptly repaired by Contractor. During removal at no time shall the work remain unattended if a dangerous condition exists because of incomplete removal or Project Site repairing. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 01500-4 TEMPORARY FACILITIES AND CONTROLS 3.08 MEASUREMENT AND PAYMENT A. A Bid Item has been provided for Mobilization. Measurement is Lump Sum. This will be considered payment in full for all work and costs of this Bid Item. The amount of the Lump Sum Bid shall not exceed 5 percent of the Total Base Bid: 1. Partial payment of the Lump Sum Bid Item "Mobilization" will be made using a percentage based on the following: Cumulative Percent of Mobilization Item Paid First Partial Payment Percent of original contract amount earned - 25 Percent of original contract amount earned - 50 Percent of original contract amount earned - 100 50 70 90 100 B. A Bid Item has been provided for Dewatering. This Bid Item is provided as part of Alternate No.1 - Meadow Lake SedimentlDelta Removal. Measurement for this Bid Item is Lump Sum. This will be considered payment in full for all work involved to pump the water out of Meadow Lake, allowing the excavation to be completed. Payment will include any continued or multiple pumping required to maintain a water level that allows the work to be completed. If Alternate No. 2 - Meadow Lake Dredging is awarded, no additional payment will be made for dewatering Meadow Lake. It is assumed the work will be completed at the same time such that pumping will need to be completed a single time to complete both Alternates. Any dewatering not involving the work included in Alternate No.1 or No.2 will be considered incidental to the Project with all costs included in the TOTAL BASE BID. C. A Bid Item has been provided for Traffic Control. Measurement is Lump Sum. This will be considered payment in full for all work and costs of this Bid Item: 1. Partial payment of the Lump Sum Bid Item "Traffic Control" will be made using a percentage based on the following: Cumulative Percent of Mobilization Item Paid First Partial Payment Percent of original contract amount earned - 25 Percent of original contract amount earned - 50 Percent of original contract amount earned - 100 50 70 90 100 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 01500-5 TEMPORARY FACILITIES AND CONTROLS D. A Bid Item has been provided for Temporary Mailboxes. Measurement is Lump Sum. Payment for the Temporary Mailboxes Bid Item will be made as follows: 1. 50 percent of the Bid Unit Price will be paid upon completion of the removal of the existing mailboxes and installation of the temporary mailboxes. 2. 50 percent will be paid upon completion of the reinstallation ofthe existing mailboxes and removal of the temporary mailboxes. This will be considered payment in full for all work and costs of this Bid Item. Full payment for this Bid Item will not be made until all mailboxes are installed properly and accepted by the Post Office and the homeowner. E. All other work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. END OF SECTION 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 01500-6 TEMPORARY FACILITIES AND CONTROLS SECTION 01570 TEMPORARY EROSION AND SEDIMENT CONTROL PART 1 - GENERAL 1.01 SECTION INCLUDES A. Temporary measures to control soil erosion and sedimentation. 1.02 RELATED SECTIONS A. Section 02315 - Excavation and Fill. B. Section 02920 - Lawns and Grasses. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2000 Edition (MnDOT Spec.): 1. 1803 - Prosecution of Work. 2. 2573 - Temporary Erosion Control. 3. 3733 - Geotextile. 4. 3886 - Silt Fence. 5. 3887 - Flotation Silt Curtain. 6. 3893 - Sandbags. 7. 3911 - Calcium Chloride. 8. 3912 - Magnesium Chloride Solution. 9. Special Provisions S-250. 1.04 SUBMITTALS A. Erosion Control Plans: 1. Temporary Erosion Control Plan. 2. Permanent Erosion Control Plan. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 01570-1 TEMPORARY EROSION AND SEDIMENT CONTROL 3. Storm Water Pollution Prevention Plan. 4. Erosion Control Schedule: Conforming to MnDOT Spec. 1803.5G: a. Proposed erosion control installations and when they will be installed. b. Areas ready for permanent turf establishment and when it will be accomplished. c. Grading operations and how erosion control will be incorporated into the work. d. Repair or maintenance required on erosion control installations and when it will be accomplished. 5. Completed application form for the MPCA's General Storm Water Permit for Construction Activity. B. Certification and Sampling: 1. Furnish a manufacturer's certification stating that the material supplied conforms to the requirements of this Section. The certification shall include or have attached typical results of tests for the specified properties, representative of the materials supplied. 1.05 QUALITY ASSURANCE A. Qualifications: 1. MnDOT InspectorlInstaller Certification. B. Certifications: Conform to MnDOT Spec. 1803.5D. 1.06 PERMITS A. General: 1. This Proj ect disturbs 1 or more acres of total land area, submit a completed application form for the MPCA's General Storm Water Permit for Construction Activity and the appropriate fees to the MPCA. Also, submit a copy of the completed, signed, and dated application form to Owner. Authorization to begin grading under the NPDES Permit is automatically granted 48 hours after the permit application has been submitted to the MPCA. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 01570-2 TEMPORARY EROSION AND SEDIMENT CONTROL 1.07 SEQUENCING AND SCHEDULING A. Conform to MnDOT Spec. 1803.5: 1. Submit for approval the plan of operations for accomplishing temporary and permanent erosion control. 2. All temporary erosion control measures to be installed prior to any grading activities. 3. Permanent erosion control measures are to be installed when deemed appropriate during the grading process. 4. If the Contractor fails to install erosion or sediment measures, the Engineer may withhold payment from related work until the control measures are undertaken by the Contractor: a. When the Contractor fails to conduct the quality control program, does not conduct the inspection required in the NPDES permit, or fails to take action ordered by the Engineer to remedy erosion or sediment control problems, the Engineer shall issue a Written Order to the Contractor. b. The Contractor shall respond within 24 hours with sufficient personnel, equipment, materials, and conduct the required work or be subject to a $500.00 per calendar day deduction for noncompliance. B. Contractor is responsible for the establishment of permanent turf in accordance with Section 02920 - Lawns and Grasses to prevent excessive soil erosion. Contractor is also responsible for the proper installation of all permanent erosion control measures in accordance with Section 02920 - Lawns and Grasses. PART 2 - PRODUCTS 2.01 SILT FENCE A. Machine Sliced Silt Fence: 1. Geotextile Fabric: Monofilament/Monofilament Geotextile conforming to MnDOT Spec. 3886.2A, Machine Sliced: a. Width: Minimum 36 inches. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 01570-3 TEMPORARY EROSION AND SEDIMENT CONTROL 2. Posts: Standard steel T -posts with welded plate weighing not less than 1.33 pound per lineal foot. Minimum length 60 inches. Minimum embedment is 24 inches below ground surface with a maximum: a. Post spacing of 6 feet. b. Ditch Checks: 4 foot maximum spacing. B. Heavy - Duty Silt Fence: 1. Geotextile Fabric: Conform to MnDOT Spec. 3886.2A, Heavy Duty. 2. Posts: Standard steel T -posts with welded plate weighing not less than 1.33 pound per lineal foot: a. Minimum length 60 inches. Minimum embedment is 24 inches below ground surface with a maximum post spacing of 8 feet. 2.02 TEMPORARY CONSTRUCTION ENTRANCE A. Rock Construction Entrance: 1. 3 inch size (minimum) washed river rock. 2. Geotextile: Conform to MnDOT Spec. 3733, Type 4. 2.03 STORM DRAIN INLET PROTECTION A. Paved streets with concrete curb and gutter inlet protection (post bituminous base): 1. Road Drain Curb and Gutter: Manufacturer: Wimco, LLC. 2. Silt Screen: Manufacturer: Alpine Stormwater Management. B. Non-paved surfaces without curb and gutter inlet protection (exposed subgrade): 1. Silt fence box. 2. Road Drain: Manufacturer: Wimco, LLC. 3. Erosion Control Shroud: Manufacturer: Royal Anchor Systems, Inc. 4. Silt Sack: Manufacturer: ACF Environmental. 5. Verti * Pro as manufactured by Alpine Stormwater Management. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 01570-4 TEMPORARY EROSION AND SEDIMENT CONTROL C. Alternate curb inlet protection devices: 1. Eco Block. 2. Straw or Excelsior Wattle (8 inch minimum diameter). 3. Filter Compost Sock: Manufacturer: Filtrexx. 4. Rock Barrier: a. Size: 3/4 inch to 1-1/2 inch clear aggregate only. b. Wire mesh and filter fabric. 5. Woven Type Sandbag Barriers conform to MnDOT Spec. 3893. 2.04 FLOATATION SILT CURTAIN A. Conform to the requirements ofMnDOT Spec. 3887, Still Water. 2.05 DUST CONTROL A. Water shall be clear and free from suspended fme sediment. B. Calcium Chloride: Conform to MnDOT Spec. 3911. C. Magnesium Chloride Solution: Conform to MnDOT Spec. 3912. PART 3 - EXECUTION 3.01 GENERAL A. Conform to MnDOT Spec. 2573.3: 1. Minimize the amount of disturbed land that is susceptible to erosion. 2. Install the appropriate temporary erosion and sediment structural controls measures in accordance with approved sequence of construction. Clearing and grubbing operations shall be so scheduled and performed so that grading operations and permanent erosion control features can follow immediately thereafter. 3. The surface area of erodible earth material exposed at 1 time by clearing and grubbing, by excavating, by fill, or by borrow shall not exceed 1/3 of the Project length without written approval of the Engineer. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 01570-5 TEMPORARY EROSION AJ'\!D SEDI1vIENT CONTROL 4. Only disturb, clear, or grade areas necessary for construction. Delineate areas not to be disturbed: a. Exclude vehicles and construction equipment from these areas to preserve natural vegetation. 5. Maintain and preserve riparian and naturally vegetated buffer strips along water courses. 3.02 INSTALLATION A. Silt Fence: Conform to MnDOT Spec. 2573.3B3: 1. Silt fences shall be installed in the locations. shown on the Drawings, using the machine sliced installation method. 2. If the silt fence is longer than 600 feet, it shall be constructed in separate independent units with each unit having a length less than 600 feet. All splices shall be avoided whenever possible: a. If necessary, splices will be made at an opposing fence post and according to the manufacturer's specifications. B. Temporary Rock Construction Entrance: 1. Rock construction entrance shall be installed in locations shown on the Drawings. 2. Rock construction entrance shall be constructed before grading begins on the Project Site. 3. Inspect rock construction entrance daily for mud accumulation. C. Ditch Checks and Velocity Checks: 1. Bioroll Blanket System: The bioroll is anchored with wood (1/2 inch x 2 inches) stakes at a maximum spacing of 2 feet. The stakes should be angled such that the force of the water would cause the stake to rotate up vertically. If more than 1 bioroll is needed to properly span the distance ofthe ditch, the ends should be overlapped about 1 foot. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 01570-6 TEMPORARY EROSION AND SEDIMENT CONTROL D. Floatation Silt Curtain: 1. Floatation silt curtain shall be installed in locations shown on the Drawings and according to the manufacturer's specifications: a. Be "anchored" and secured to prevent any material from passing beneath, over, around, or through the barrier. b. Curtain shall have sufficient slack to permit the curtain to rise to the maximum expected high water level, including wave action, without being overtopped and still be in continuous contact with the bottom. 3.03 MAINTENANCE A. Conform to MnDOT Spec. 2573.3D, and as follows: 1. Contractor is responsible for inspection, maintenance, and repair of any washouts or accumulations of sediment that occur as a result of the grading or construction. Restoration consists of grade repair, turfre-establishment, and street sweeping of mud and debris tracked from the Project Site. 2. Inspection of all erosion control items will take place immediately after each runoff event and at least daily during prolonged rainfall. Any required repairs shall be made immediately. 3. Upon final acceptance of the Project and establishment of permanent erosion control measures, the Contractor shall remove all temporary erosion control measures. 4. Maintain temporary construction entrances in a condition to prevent mud or sediment from leaving the construction Project Site: a. Replace gravel material when surface voids are visible. b. After each rainfall, inspect any structure used to trap sediment and clean it out as necessary. c. Immediately remove all objectionable materials spilled, washed, or tracked onto public roadways. Remove all sediment deposited on paved roadways within 24 hours. 5. Floatation silt curtain shall remain in place until such time that water contained within is free from turbidity: a. The curtain shall be removed within 72 hours after this determination has been made. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 01570-7 TEMPORARY EROSION AND SEDI1vIENT CONTROL b. At the completion of the Project, the floatation silt curtain shall be removed in such a maImer 130 as .to minimize release of sediment adhering to the turbidity curtain. B. Sediment Removal: Conform to MnDOT Spec. 2573.3E and Special Provision S-25: 1. If an erosion control device has been reduced in capacity by 30 percent or more, the Contractor shall restore such features to their original condition. C. Mobilization, Emergency Erosion Control: Conform to MnDOT Spec. 2573.3H, Special Provision S-250, or as modified below: 1. Routine temporary erosion control measures are not considered to be part of Emergency Mobilization Erosion Control. D. Control dust blowing and movement on Project Site and roads as directed by Engineer to prevent exposure of soil surfaces, to reduce on and offsite damage, to prevent health hazards, and to improve traffic safety: 1. Dust control measures will be considered incidental. E. Acceptance of Work: Conform to MnDOT Spec. 2573.3C. 3.04 MEASUREMENT AND PAYMENT A. Bid Items have been provided for temporary measures to control soil erosion and sedimentation. Payment at the Bid Unit Price will be considered compensation in full for all work necessary to complete the Bid Item in full, including installation, maintenance, sediment removal, repairs, and removals. B. Measurement will be based upon the units as listed below for Bid Items removed, abandoned, or salvaged complete as specified. No measurement will be made of any removals that are not required. The actual quantity installed multiplied by the appropriate Bid Unit Price will be compensation in full for all work and costs ofthe following Bid Items. 80 percent partial payment will be made upon installation and 20 percent payment will be made upon removal and restoration: 1. Silt Fence Type Machine Sliced: Measurement will be along the base of the fence, from outside to outside of the end posts for each section of fence. 2. Heavy-Duty Silt Fence Type Heavy Duty Maintained: Measurement will be along the base ofthe fence, from outside to outside ofthe end posts for each section of fence. Payment shall include woven wire fence fabric. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 01570-8 TEMPORARY EROSION AND SEDI1vIENT CONTROL 3. Temporary Rock Construction Entrance: Measurement will be per each entrance installed and maintained in accordance with the specifications. 4. Inlet Protection Exposed Subgrade: Measurement will be by each. Payment will be made only once per structure. Temporary removal and reinstallatioI?-(s) of device to allow stages of work will be considered incidental. 5. Inlet Protection Post Bituminous Base: Measurement will be by each. 6. Install Floatation Silt Curtain: Measurement will be by the linear foot. 7. Bioroll: Measurement will be by the linear foot. 8. Water (for Dust Control): Measurement will be per 1,000 gallons (MG) applied to the street. Payment will constitute compensation in full for all work and cost to furnish and install the water. This Bid Unit Price Bid Item is intended to pay for water used for dust control only and only at those times that it is requested by either the Engineer or City: a. Water used for the construction of the streets will be considered incidental to the Proj ect. C. All other work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. END OF SECTION 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 01570-9 TEMPORARY EROSION AND SEDIMENT CONTROL SECTION 01700 EXECUTION REQUIREMENTS PART 1 - GENERAL 1.01 SECTION INCLUDES A. Requirements for overall execution of work and closeout of Contract for Final Payment. 1.02 SUBMITTALS A. Submit the following items consistent with the Conditions of the Contract and Division 1- General Requirements Sections: 1. Schedules, warranties, Bonds, certificates, and other documents. 2. Final Application for Payment, including accompanying documentation IC-134 Forms. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.01 EXAMINATION A. Existing Conditions: Before commencing work, inspect adjacent areas. If adjacent conditions prevent completion of work, Contractor will not commence work until the conditions are corrected. B. Acceptance of Conditions: By commencing work, Contractor construes acceptance of any adjacent work as satisfactory to receive subsequent work. C. Inspect each product prior to installation. Remove damaged products from Project Site. 3.02 GENERAL INST ALLA TION REQUIREMENTS A. Comply with the manufacturer's instructions for installation of manufactured products to the extent that these instructions are applicable and more explicit or more stringent than requirements indicated in the Contract Documents. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 01700-1 EXECUTION REQUIREMENTS B. Install each element of work during weather conditions and Project status to ensure coordination of the work. 3.03 PROJECT SITE MAINTENANCE A. Maintain stockpiles, excavations, access roads, and all other work areas free from dust. Employ dust abatement techniques whenever a dust nuisance or hazard occurs, or as directed by Engineer. Comply with local ordinances. B. Protect hazardous work areas and hazardous material storage areas. C. Protect trees, unless specifically indicated on Drawings. D. Clean access roads and haul routes with mechanical street sweeper. E. If Contractor fails to maintain Project Site, Engineer will provide Written Notice of Contractor's defective work. Contractor will be given 12 hours from the Notice to clean Project Site. After the 12 hour period, Owner may correct the defective work consistent with Article 13.09 of the Conditions of the Contract. 3.04 CERTIFICATE OF COMPLIANCE WITH MINNESOTA STATUTES 290.92 & 290.97 A. Upon completion of the Project and prior to Final Payment, the Contractor and all subcontractors shall complete Minnesota Department of Revenue Revised Form IC-134. This form, Affidavit for Obtaining Final Settlement of Contract with the State of Minnesota and any of its Political or Governmental Subdivisions, is to be signed by a Department of Revenue representative and forwarded to the Owner. Copies of this form can be obtained by writing to the Minnesota Department of Revenue, Forms Section, Mail Station 1173, St. Paul, MN 55146-1173 orbycalling (651) 296-4444. 3.05 MEASUREMENT AND PAYMENT A. A Bid Item has been provided for Street Sweeper (With Pickup Broom). Measurement will be by the units of hours for a sweeper and operator. B. All other work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. END OF SECTION 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 01700-2 EXECUTION REQUIREMENTS SECTION 02225 REMOVALS PART 1 - GENERAL 1.01 SECTION INCLUDES A. Complete or partial removal and disposal or salvage of at grade, above grade, and below grade structures and miscellaneous items. 1.02 RELATED SECTIONS A. Section 02315 - Excavation and Fill. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2000 Edition (MnDOT Spec.): 1. 2104 - Removing Pavement and Miscellaneous Structures. 1.04 DEFINITIONS A. Remove: To take away or eliminate from the Project Site by any method selected by the Contractor, including disposal of material. B. Salvage: To dismantle, disassemble, or remove carefully without damage so the item can be re-assembled, replaced, or reused in a workable condition equal to that existing before removal. C. Abandon: To fill, bulkhead, or close off pipes and structures so that no settlement or flow can occur. 1.05 REGULATORY REQUIREMENTS A. Conform to MnDOT Spec. 2104.3C, with the following modifications: 1. All materials designated for removal shall be disposed of outside the Proj ect Site at locations to be selected by the Contractor. 2. All materials designated for salvage shall be stockpiled or temporary stored on sites to be provided by the Contractor. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02225-1 REMOVALS 1.06 SCHEDULING A. Prior to starting work, submit for review by the Engineer and approval by the Owner, a schedule showing the commencement, order, and completion dates of the various parts of this work. B. Fill holes or depressions resulting from removal or salvage immediately. C. Provide temporary surface restoration for traffic continuity where removal or salvage operations are completed within streets, driveways, or parking lots. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.01 GENERAL A. Dispose of all items removed, except for those items identified to be salvaged or recycled. Said disposal shall be in accordance with all laws, regulations, statutes, etc. B. Perform removal work without damage to adjacent retained work. Where such work is damaged, the Contractor shall patch, repair, or otherwise restore same to its original condition at no expense to the Owner. C. Remove debris from the work area as often as necessary, but not less than at least once at the end of each workday. Debris shall be placed in approved containers to prevent the spread of dust and dirt. D. Execute the work in a careful and orderly manner with the least possible disturbance to the public and occupants of buildings. E. Fill holes resulting from removals consistent with Section 02315 - Excavation and Fill. 3.02 EXAMINATION A. Meet with owners of signs to determine requirements for salvage, storage, and replacement. B. Develop plan acceptable to Engineer and postal service for maintaining mail service. Temporary relocations of mailboxes will be necessary. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02225-2 REMOVALS 3.03 PROTECTION A. Take all necessary precautions to adequately protect personnel and public and private property in the areas of work. B. All street signs, traffic control signs, guy wires, mailboxes, posts, wood fence, etc. which may interfere with construction shall be removed, stored safely, and replaced. C. Approved barriers or warning signs shall be provided as necessary. D. Provide and maintain temporary protection of existing structures designated to remain where removal work is being done, connections made, materials handled, or equipment moved. E. Do not close or obstruct walkways or roadways. Do not store or place materials in passageways or other means of egress. Conduct operations with minimum traffic interference. F. Take reasonable precautions to limit damage to existing turf. G. Holes or depressions created by removals shall not be left open for more than 1 day. Any hole within 10 feet of sidewalks shall be filled, suitably marked, or covered immediately. H. Avoid disturbance to any material beyond the limits required for new construction. 3.04 SAWING PAVEMENT A. Concrete Pavement: Saw along the removal line to a depth of 1/3 ofthe thickness of the concrete prior to breaking off the pavement. B. Bituminous Pavement: Saw along the removal line to a minimum depth 00 inches prior to breaking off the pavement. 3.05 REMOVE CONCRETE PAVEMENT A. Remove in accordance with MnDOT Spec. 2104.3B, except as modified below. B. Sawcut concrete pavement and concrete base prior to mechanical pavement removal equipment. Remove concrete in such a maImer that the remaining pavement is not damaged. C. Prior to restoring trench areas, the edges of the trench shall be trimmed back to a vertical face on a straight line which is parallel with the centerline of the trench. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02225-3 REMOVALS 3.06 REMOVE BITUMINOUS PAVEMENT, PATH, DRIVEWAY A. Remove in accordance with MnDOT Spec. 2104.3B, except as modified below. B. Sawcut bituminous pavement at the removal limits prior to that removal, unless otherwise approved by the Engineer. C. Prior to restoring trench areas, the edges of the trench shall be trimmed back to a vertical face on a straight line which is parallel with the centerline of the trench. 3.07 REMOVE CURB AND GUTTER A. Sawcut at removal limits (incidental). B. Concrete Curb and Concrete Curb and Gutter: Do not disturb any material beyond the limits required to form for new construction (assumed 12 inches maximum from the back of new work and 6 inches beyond the edge of new driveways). C. Two Bid Items are provided for curb and gutter removal: 1. Remove Curb and Gutter: Quantities will be measured under this Bid Item when that the length of any individual span of removal is equal or greater than 100 feet in length. This Will Include Areas Such As: All of Boone Avenue, all streets scheduled for reconstruction, and any length of curb greater than 100 feet removed for the installation of utilities. 2. Remove Curb and Gutter, Special: To include all "spot replacement" curb and gutter scheduled on reclaim and mill and overlay streets that do not fall in the constraints given above (1.). 3.08 PAVEMENT MILLING A. Bituminous: 1. Sawcut at removal limits prior to milling process. 2. Mill bituminous surface to the depth specified as shown on the Drawings or as directed by the Engineer. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02225-4 REMOVALS 3. Two approaches are used for pavement milling. The following information identifies the approaches: a. Edge Mill and Overlay: 1) Pavement will be milled a width of6 feet adjacent to the curb and gutter and at the limits of the mill and overlay sections. 2) It is intended to improve the street crown in overlaid streets. Milling will be completed as directed by the Engineer in the field. 3) The thickness of the overlay may vary to establish the street crown and a smooth pavement surface. b. Full Mill and Overlay: 1) Pavement will be milled across the entire width of the street, between the edges of the curbs. 3.09 REMOVE CONCRETE SURFACING A. Work includes sidewalks, pedestrian ramps, and driveways. B. Sawcut concrete surfacing prior to removal (incidental). C. Remove concrete in such a maImer that the remaining surfacing is not damaged. D. When removing existing sidewalks, the Contractor shall not disturb any material beyond the limits required for new construction (assumed as 6 inches maximum beyond and 8 inches maximum below existing grade). E. When removing existing driveways, the Contractor shall not disturb any material beyond the limits required to form for new construction (assumed 12 inches maximum from the back of new work and 6 inches beyond the edge of new driveways). F. Prior to restoring trench areas, the edges of the trench shall be trimmed back to a vertical face on a straight line which is parallel with the centerline of the trench. 3.10 REMOVE BITUMINOUS SURFACING A. Work includes pathways and driveways. B. Sawcut bituminous surfacing to full depth at the limits of partial removal prior to that removal, unless otherwise approved by the Engineer (incidental). 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02225-5 REMOVALS C. Remove bituminous in such a maImer that the remaining surfacing is not damaged. D. Prior to restoring trench areas, the edges of the trench shall be trimmed back to a vertical face on a straight line which is parallel with the centerline of the trench. E. When removing existing pathways and driveways, the Contractor shall not disturb any material beyond the limits required to form for new construction (assumed 12 inches maximum from the back of new work and 6 inches beyond the edge of new driveways). 3.11 REMOVE MANHOLES AND CATCHBASINS A. Remove entire structure, including base slab. 3.12 REMOVE SECTIONS OF EXISTING PIPE A. Pipes to be abandoned shall be bulkheaded with non-shrink concrete grout 8 inches thick at upstream and downstream ends and as determined by the Engineer (incidental). B. Pipe to be abandoned shall be filled with suitable material as directed by the Engineer. C. Pipe to be abandoned shall be removed if the top of pipe is within 3 feet of fmal surface elevation. 3.13 SALVAGE AND REINSTALL A. Signs: 1. In no case shall a traffic sign or street sign be removed or disturbed by Contractor without prior notification being given to Engineer and then only after satisfactory arrangements have been made for a temporary installation or its disposition: a. Street identification signage shall be maintained at all times due to its importance to the 911 Emergency Response System. 2. Remove and salvage all posts, A-frame angle brackets, stringers, as well as the nuts, bolts, and washers. 3. Exercise reasonable care against damage to in-place signs during storage and installation. 4. Remove signs damaged during construction and replace with new signs. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02225-6 REMOVALS B. Mailboxes: 1. Remove and salvage existing mailboxes that interfere with the work or whose access is restricted by the construction activities. 2. Place at temporary locations as directed by Engineer or as shown on Drawings. 3. Removal, temporary re-installation, and replacement shall occur such that mail delivery is not interrupted. 4. Reinstall in locations as shown on Drawings or as directed by Engineer. 5. Mailboxes, posts, and appurtenances damaged during construction shall be replaced with new at no charge to Owner. C. Fences: 1. Salvage and store fence and post material when in conflict with the work. 2. After completion of work, reinstall fence to the condition existing prior to removal. 3. Install temporary snow fence or similar barrier at the end of the working day while the permanent fence is removed. D. Retaining Wall (Reconstruct): 1. Salvage and store retaining wall materials where in conflict with work. 2. Reinstall retaining wall to match initial shape, size, and dimension upon completion of work. E. Structure: 1. Salvage entire structure such that it may be reinstalled in new location. F: Benches (Relocate): 1. Salvage and store benches designated for relocation as shown on the Drawings. 2. Install salvaged benches in new locations as shown on the Drawings or as directed by Engineer. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02225-7 REMOVALS G. Light Standard (Relocate): 1. Conflicts with yard lights are anticipated during the installation of utilities. 2. Services to the yard lights are unknown. Electric feeds to the lights should be anticipated. 3. Salvage light fixture and electric service, if applicable, prior to completion of the work in conflict. 4. Reinstall fixture and bury service line after completion of work. 5. Fixture to be relocated back to the same position as prior to removaL 3.14 REPLACE GATE VALVE BOLTS A. Includes removal and installation of new bolts in the existing gate valve: 1. Bolts shall be replaced 1 at a time to eliminate the need to shut down the water main for the repair. 3.15 FIELD QUALITY CONTROL A. Salvaged items to be reinstalled shall be of the same shape, dimension, location, and quality of the original item prior to construction. B. Items damaged during removal or salvaging operations shall be replaced with new material of equal type and quality ofthe damaged item when it was new. 3.16 DISPOSING OF MATERIAL A. Dispose of all materials outside of the Project Site at disposal location selected by Contractor in compliance with state and local regulations. Burying of material and debris is not allowed within the Project Site. 3.17 MEASUREMENT Ai'JD PAYMENT A. Bid Items have been provided for removal items. Payment at the Bid Unit Price will be considered compensation in full for all work necessary to complete the Bid Item in full, including removal, salvage, storage, disposal, and reinstallation. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02225-8 REMOVALS B. Measurement will be based upon the units as listed below for items removed, abandoned, or salvaged complete as specified. No measurement will be made of any removals that are not required. The actual quantity removed multiplied by the appropriate Bid Unit Price will be compensation in full for all work and costs of the following Bid Items: 1. Sawing Bituminous Pavement: Per lineal foot along the saw cut line as staked. 2. Remove Bituminous Pavement: Per square yard without regard to thickness. 3. Remove Bituminous Driveway Pavement: Per square yard without regard to thickness. 4. Remove Bituminous Walk: Per square foot without regard to thickness. 5. Remove Concrete Walk: Per square foot without regard to thickness. Measurement includes sawing pavement at removal limits. 6. Remove Concrete Curb and Gutter: Per lineal foot. 7. Remove Concrete Curb and Gutter, Special: Per lineal foot. Measurement includes all sawing at removal limits required for the removal of existing and installation of new concrete curb and gutter. 8. Remove Concrete Driveway Pavement: Per square yard without regard to thickness. 9. Remove Concrete Parking Stops: Per lineal foot. Coordinate measurement with Engineer prior to removal. 10. Remove Hydrant: Per each. 11. Remove Manhole or Catch Basin: Per each. 12. Remove Casting: Per each. Includes removal of casting and all adjustment nngs. 13. Reconstruct Retaining Wall: Per square yard, measured to existing ground level, of wall salvaged and reinstalled. 14. Remove Pipe: Per lineal foot of the type specified, measured from center of junction fittings, catch basins, or manholes, and will include the length of any aprons. 15. Salvage Fence: Per lineal foot, regardless of type. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02225-9 REMOVALS 16. Salvage Structure (San): Per Each. Includes salvaging the entire structure, including base slab. 17. Water service pipe, and curb stops and boxes removal incidental to the installation of new copper services and curb stops and boxes. 18. Gate Valve Removal: No direct compensation will be made for removal of gate valves and/or boxes, costs to be included in the Bid Unit Price for pipe removal. 19. Bulkheading and abandoning of existing pipe will be incidental. 20. Salvage and reinstall signs and mailboxes will be incidental. 21. Relocate Bench: Per each bench salvaged and reinstalled in the new location. 22. Mill Bituminous Pavement: Per square yard to thickness as identified in the Drawings. Measurement ofthe area milled will be made as follows: a. For Edge Mill streets (Special), a width of 6 feet will be multiplied by the length distance milled, as measured along the curb line, as plaImed. Any additional milling required will be measured separately. b. For Full Mill streets (1.5 inch), the existing bituminous width will be multiplied by the length of street milled. 23. Replace Gate Valve Bolts: Per each. Includes replacement of all bolts on the entire gate valve assembly and all excavation and backfilling required to perform the work. 24. Relocate Light Standard: Per each light standard (yard light) and service feed salvaged and reinstalled to avoid damage caused by utility work. 25. Install Salvaged Fence: Per lineal foot, regardless of type, reinstalled in its original location to a standard equal to or greater than the existing condition prior to the work. C. All other work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. END OF SECTION 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02225-10 REMOVALS SECTION 02230 PROJECT SITE CLEARING PART 1- GENERAL 1.01 SECTION INCLUDES A. Removal and trimming of vegetation and trees, and stripping and stockpiling of sod and topsoil. 1.02 RELATED SECTIONS A. Section 02315 - Excavation and Fill. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2000 Edition (MnDOT Spec.): 1. 2101 - Clearing and Grubbing. 1.04 DEFINITIONS A. Brush: All bushes, shrubs, and other vegetation that can be cut with a brush scythe or mowing machine, including small isolated trees having a diameter of 4 inches or less at a point 2 feet above the ground surface. B. Clearing: Cutting, removing, and disposing of trees, shrubs, bushes, windfalls, and other vegetation in the designated areas. C. Grubbing: Removing and disposing of stumps, roots, and other remains in the designated areas. D. Tree Trimming/Pruning: Cutting broken, damaged, or obstructing branches and installing wound dressing. 1.05 QUALITY ASSURANCE A. Burning: 1. Conform to all local regulations. 000034-05172-0 I1d 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02230-1 PROJECT SITE CLEARING 1.06 PROJECT SITE CONDITIONS A. Work consists of removing trees generally ill areas where conflict with the installation of new utilities exist. B. The Drawings do not specifically show all trees to be removed. Tree removals will be on a tree-by-tree basis. The quantity shown on the Bid Form is an estimate only. The actual quantity to be removed will not be determined prior to the start of construction. C. Protect specimen trees close to work that are designated to remain but may be damaged by work. 1.07 SEQUENCING AND SCHEDULING A. Complete before rough grading, excavation, backfill, and compacting for utilities. B. Install temporary erosion control measures prior to work of this Section. PART 2 - PRODUCTS 2.01 WOUND DRESSING A. Asphalt base tree paint. B. Other acceptable materials per Engineer's approval. PART 3 - EXECUTION 3.01 GENERAL A. Review removals in the field with the Engineer prior to doing work. Trees to be removed or clearing limits will be clearly marked by the Engineer. B. Assume multiple mobilizations for the work of this Section. C. The Bid Unit Price will not be adjusted due to a change in the Bid quantity. D. Stockpile soil to eliminate contamination with other onsite materials. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02230-2 PROJECT SITE CLEARING 3.02 CLEARING AND GRUBBING A. Clearing Trees: Cut off, remove, and dispose of trees and brush in the areas designated as a clearing operation. When grubbing is not required, the point of cut off shall be 6 inches above the ground. B. Clearing Brush: Cut even with the ground surface. C. Grubbing: Remove brush, stumps, roots, and other remains to a depth of 6 inches below sub grade for all proposed sections. D. All depressions resulting from the grubbing operations shall be backfilled in accordance with Section 02315 - Excavation and Fill. 3.03 TRIMMING AND PRUNING A. As directed by the. Engineer, trim trees that are to be saved but interfere with the proposed construction. Paint all cuts with wound dressing. 3.04 STRIPPING A. After clearing and grubbing have been completed, strip sod and topsoil to a line 2 feet outside of areas to be occupied by structures, walks, roadways, areas to be excavated or filled, and other areas shown. B. Stockpile topsoil to re-spread disturbed areas identified for seeding or sodding: 1. Do not strip within the drip line (branch spread) of trees identified to remam. 3.05 DISPOSAL A. Dispose of all cleared and grubbed material and debris outside the right-of-way at a location selected by the Contractor. B. Disposal site should be a properly designated landfill area as determined by appropriate governmental agencies or lands under direct control of the Contractor. C. Stripped materials not used for embankments shall be disposed off Project Site. D. Onsite burial of any debris is not permitted. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02230-3 PROJECT SITE CLEARING 3.06 PROTECTION A. Conduct operations so as not to damage surrounding private property. B. Protect trees intended to be saved from injury or defacement during operations: 1. Restrict widths of utility trenches. 2. Provide protective bracing, sheeting, or box to insure safe work conditions as incidental to Contract. C. Exercise care to keep salvaged material as clean as possible during operations. D. Install temporary fencing at the construction limits and drip lines of trees to be protected prior to any construction activities in order to protect vegetation. 3.07 MEASUREMENT AND PAYMENT A. A Bid Item has been provided for Clearing. Measurement will be by physical count of each tree cleared having a diameter of more than 4 inches at a point 24 inches above the ground surface. Payment will constitute compensation in full for all removal, disposal, and costs. B. A Bid Item has been provided for Grubbing. Measurement will be by physical count of each tree or stump grubbed. Payment will constitute compensation in full for all removal, disposal, and costs. C. Sod Removal: This work is considered incidental to the other work of the Contract. D. Windfal1/Deadfall Removal: This work shall be incidental to the Project with no direct compensation. E. Brush Removal: This work shall be incidental to the Project. F. Stripping and Stockpiling of Soil: This work shall be considered incidental to other work in the Contract. G. All other work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. END OF SECTION 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02230-4 PROJECT SITE CLEARING SECTION 02280 ADJUST MISCELLANEOUS STRUCTURES PART 1 - GENERAL 1.01 SECTION INCLUDES A. Adjustment of utility structures. 1.02 RELATED SECTIONS A. Section 02510 - Water Main. B. Section 02530 - Sanitary Sewer. C. Section 02630 - Storm Drainage. D. Section 02740 - Plant Mixed Asphalt Pavement. 1.03 REFERENCES A. American Society of Testing and Materials (ASTM): 1. A48 ~ Specification for Gray Iron Casting. 2. C6 - Specification for Normal Finishing Hydrating Lime (Mortar). 3. C141 - Specification for Hydraulic Hydrated Lime for Structural Purposes (Mortar). 4. C150 - Specification for Portland Cement (Concrete Rings/Mortar). 1.04 DEFINITIONS A. Adjust Frame and Ring Casting: A change in rim elevation accomplished for manholes or catch basins through the addition or removal of adjustment rings only. Adjustment does not include the addition or removal of sections from the structure. B. Adjust Valve Box: A change in elevation of the top of the valve box accomplished through the raising or lowering of the existing top section of the valve box only. Adjustment does not include the addition or removal of sections from the valve box. C. Remove and Replace Adjustment Rings: The process of removing the existing concrete adjustment rings from an existing structure and placing new rings on manholes and catch basins. 000034-05172-0 @ 2006 Bonestroo, Rosene, AnderIik & Associates, Inc. 02280-1 ADJUST MISCELLANEOUS STRUCTURES 1.05 SEQUENCING AND SCHEDULING A. Contractor, Engineer, and Owner shall inspect all existing structures prior to beginning construction. B. Owner will remove any foreign material found in the existing structures prior to construction. Contractor is responsible for removing any foreign material that enters the structures during construction. PART 2 - PRODUCTS 2.01 ADmSTING RING A. Concrete: 1. Size to match cone or opening in top slab. 2. Concrete Compressive Strength: Minimum 3000 psi. 3. Reinforcing: Single hoop 8 gauge steel wire. 4. Thickness: Minimum 2 inches, maximum 4 inches. 2.02 ADHESION MATERIALS A. Ram-Nek material, or approved equal. B. Mortar: 1. Standard Portland Cement: Type I, ASTM C150. 2. Normal Finishing Hydrated Lime: ASTM C6. 3. Hydraulic Hydrated Lime for Structural Purposes: ASTM C141. 4. Mix Proportions: 1 part cement to 3 parts mortar sand; lime may be added to mixture: maximum amount 15 percent by volume. 2.03 HYDRANT EXTENSIONS A. Sections: Match hydrant manufacturer and model. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02280-2 ADJUST MISCELLANEOUS STRUCTURES 2.04 CASTINGS A. Manhole, Catch Basin Frames, and Covers: 1. Requirement: ASTM A48. 2. Material: Class 35 cast iron. Best grade. Free from injurious defects and flaws. 3. Finish: Coal tar pitch varnish. 4. Finish Preparation: Sandblast. 5. Machine cover and frame contact surface for non-rocking protection. 6. Type and Style: NEENAH R1642, Type "B" Lid, or approved equal, for sanitary and storm sewer manholes, and NEENAH R3067, Type "V" Grate, or approved equal, for storm sewer catch basin manholes and catch basins. Covers without grate openings stamped with "SANITARY SEWER" or "STORM SEWER" as appropriate. Use 2 inch letters. 2.05 VALVE BOX A. Risers: 1. Valve box riser to fit the Tyler No. 6850, 6855, 6860, or 6865 top section and drop lid, or approved equaL 2. Tyler No. 69 grate valve extension screw adjustable, or approved equal. PART 3 - EXECUTION 3.01 GENERAL A. The necessary vertical alignment will be determined by the Engineer and generally as indicated on the schedule of adjustments. B. Where existing frame is within 0.10 feet of grade, no adjustment is to be made. C. The frame shall be raised or lowered to match the street or gutter. D. Protect existing structures from damage. E. Prevent sand, concrete, or any other debris from entering the structures. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02280-3 ADJUST MISCELLANEOUS STRUCTURES 3.02 PREPARATION A. Call utility owners to field mark their utility locations. B. Contractor to verify exact location of existing utilities. 3.03 ADmST FRAME AND RING CASTING A. Remove all dirt, debris, dust, and other deleterious material from surface prior to placement of first adjusting ring. B. Concrete Adjusting Ring: 1. Mortar on top and bottom surfaces of all concrete adjusting rings; between surface oftop slab or cone and bottom ring; between surface of top ring and casting; on entire surface of area of ring with no gaps: a. Mortar Thickness: 1/4 to 1/2 inch. 2. No shims of any material allowed. 3. Required cross slope of casting to be achieved by varying thickness of mortar. 4. Do not plaster the inside surface of rings. 5. Wipe clean all excess mortar from the joints inside all rings and frame. 6. Remove all mortar spills from the structure. 7. Minimum of 2, maximum of 6 adjusting rings allowed. 8. Use a 6 inch ring where applicable. 3.04 ADmSTVALVEBOX A. Adjust box by screwing top section up or down. B. Prevent sand, chunks of concrete, or any other debris from entering the valve box: 1. Short sections inserted inside the existing top section are not allowed to perform adjustment, unless specified. C. Install approved sections as needed. D. Patch road to match design pavement section. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02280-4 ADJUST MISCELLANEOUS STRUCTURES 3.05 REMOVE EXISTING AND PLACE NEW MANHOLE AND CATCH BASIN FRAME A. Remove and dispose of frame and casting as indicated on the Drawings. B. Place new adjustment rings conforming to Section 3.03 - Adjust Frame and Ring Casting. C. Install new frame and casting. D. Patch road to match design pavement section. E. Dispose of removed material off Project Site. 3.06 HYDRANT EXTENSIONS A. Remove upper section. B. Install extension kit as per manufacturer's requirements. C. Replace upper and lower rod assemblies with heavy-duty for extensions in excess of 18 inches. D. Replace the upper section. 3.07 FIELD QUALITY CONTROL A. For adjustments made within bituminous surfaced areas, any settlements of the bituminous surface greater than 3/8 inch below the rim of the adjustment structure will require removal and replacement ofthe bituminous surfacing at the Contractor's expense. B. Secure manholes and structures immediately after completion or before suspension of operations at the end of working day with castings or suitable alternative device. C. Adjust Manholes and Catch Basin Frames 1/8 inch to 3/8 inch below grade prior to placing the final wear course. Thorough tamping ofthe material around manhole and catch basin frames is required. Where existing frame is within 0.10 feet of 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. D. Adjust frame upward with standard concrete adjustment rings of the same size as the cone or slab opening. Place each adjustment ring and frame in a full mortar bed. Adjusting rings needed to raise the casting to grade shall be incidental to the adjustment Bid Item. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02280-5 ADJUST MISCELLANEOUS STRUCTURES E. Adjust frame downward by removing the necessary number of adjustment rings from the structure and resetting the frame in a full mortar bed to grade. F. 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. G. Adjust valve boxes to 1/8 inch to 3/8 inch below grade prior to placing the final wear course. Thorough tamping of the material around the valve box is required. All valve boxes are the sectional screw-threaded adjustable type. 3.08 MEASUREMENT AND PAYMENT A. Bid Items have been provided for various adjustments. Payment at the Bid Unit Price for all items is considered compensation in full for all materials and work required to furnish and install the Bid Item in place. No additional payment will be made for interim adjustments. Costs for additional adjustments should be included in the Bid Item for providing and installing the casting. B. Adjusting Frame and Ring Casting: Adjustment of the manhole/catch basin frame and ring castings in this Contract are considered incidental to the installation ofthe manhole/catch basin and/or casting. C. Adjust Valve Box: A Bid Item has been provided for Adjust Valve Box. Measurement will be by each existing valve box adjusted. D. Adjust Valve Box: Adjustment of the valve box on new valves installed under this Contract is incidental to the Bid Unit Price for furnishing and installing the valve. E. Adjust Hydrant: A Bid Item" has been provided for Valve Box Extension. Measurement will be per each hydrant adjusted using extensions, regardless of extension length. F. Adjust Curb Box: Adjustment of curb box on new curb stops installed under this Contract is incidental to the Bid Unit Price for furnishing and installing the curb stop. G. Install Casting: A Bid Item has been provided for Install Casting. Measurement will be per each casting installed as shown on the Drawings and adjusted in accordance with the Specifications. H. All other work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. END OF SECTION 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02280-6 ADJUST MISCELLANEOUS STRUCTURES SECTION 02285 RECONSTRUCT MISCELLANEOUS STRUCTURES PART 1- GENERAL 1.01 SECTION INCLUDES A. Reconstruction of existing utility and drainage structures. 1.02 RELATED SECTIONS A. Section 02225 - Removals. B. Section 02280 - Adjust Miscellaneous Structures. C. Section 02320 - Trench Excavation and Fill. 1.03 REFERENCES A. American Society of Testing and Materials (ASTM): 1. A615 - Specification for Deformed and Plain Billet - Steel Bars for Concrete Reinforcement. 2. C150 - Specification for Portland Cement. 3. C206 - Specification for Finishing Hydrated Lime. 1.04 SEQUENCING AND SCHEDULING A. Contractor, Engineer, and Owner shall inspect all structures prior to beginning construction. B. Owner will remove any foreign material found III these structures pnor to construction. C. Remove and dispose of any foreign material which enters the structures during the construction period. 000034-05172-0 @ 2006 Bonestroo, Rosene, Ander1ik & Associates, Inc. 02285-1 RECONSTRUCT MISCELLANEOUS STRUCTURES PART 2 - PRODUCTS 2.01 CONCRETE MATERIALS A. Standard Portland Cement Type 1, clean washed sand, crushed rock, and gravel free from deleterious materials for monolithic concrete manholes and all manhole bases. B. Portland Cement: Comply with the requirements of ASTM C150. C. Design Mix: Subject to the approval of the Engineer. Water-Cement Ratio: 4000 psi in 28 days. D. Mortar Materials: 1. Cement: Type 1 Standard Portland Cement conforming to ASTM C150. 2. Lime: Normal finishing hydrated lime meeting the requirements of ASTM C206. 3. Mix Proportions: a. 1 part cement to 3 parts of suitable plaster sand for mortar used for plastering the exterior walls of block manholes, catch basins, adjusting rings, and lift holes. Use lime or mortar mix in the amount necessary to make a suitable mixture for plastering purposes, but not to exceed 15 percent by volume. b. 1 part Portland cement to 2 parts of sand to which lime or mortar mix may be added but not to exceed 15 percent by volume for mortar used for laying concrete block. E. Reinforcing Steel: Comply with the requirements of ASTM A615, Grade 60. PART 3 - EXECUTION 3.01 EXCAVATION AND FILL A. Conform to the requirements of Section 02320 - Excavation and Fill. 3.02 REMOVALS A. Conform to the requirements of Section 02225 - Removals. 3.03 EXAMINATION A. Field verify size of structure prior to ordering materials. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02285-2 RECONSTRUCT MISCELLANEOUS STRUCTURES 3.04 RECONSTRUCT CATCHBASIN OR MANHOLE A. Remove all loose, broken material. B. Grout all joints. C. Reconstruct invert. D. Install new casting and adjustment rings in conformance with Section 02280 - Adjust Miscellaneous Structures. 3.05 RECONSTRUCT INVERT A. Jackhammer entire existing invert to base of existing structure. B. Pour new invert to match pipe inverts. C. Mud doghouses and bench. D. Invert to be poured completely at 1 time. 3.06 PROTECTION A. Secure structures immediately after completion or before the end of working day with castings or suitable alternative device. B. Clearly mark structures to avoid damage by vehicular traffic. 3.07 MEASUREMENT AND PAYMENT A. Reconstruct Drainage Structure: Measurement will be by each structure, regardless of size, reconstructed. Payment will include all costs associated with reconstruction of the structure and invert and installation of a new casting and adjustment rings in accordance with the Specifications. B. All other work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. END OF SECTION 000034-05172-0 I!:i 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02285-3 RECONSTRUCT MISCELLANEOUS STRUCTURES SECTION 02315 EXCAVATION AND FILL PART 1 - GENERAL 1.01 SECTION INCLUDES A. Excavation and fill for roadways, foundations, channels, ponds, and other areas. 1.02 RELATED SECTIONS A. Section 02225 - Removals. B. Section 02230 - Project Site Clearing. C. Section 02318 - Subgrade Preparation. D. Section 02320 - Trench Excavation and Backfill. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2000 Edition (MnDOT Spec.): 1. 2105 - Excavation and Embankment. 2. 3149 - Granular Material. 1.04 SUBMITTALS A. Submit the following items consistent with Section 01330 - Submittal Procedures: 1. Gradation tests for borrow materials. 1.05 DEFINITIONS A. The definitions of the different classifications of excavation and borrow material shall conform to MnDOT Spec. 2105.2, or as modified herein: 1. Grading Grade: Bottom of the aggregate base as shown on the Drawings. 2. Common Excavation: Will include all excavation below the grading grade. Other excavations directed by the Engineer, such as subgrade excavation, shall be included as common excavation. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02315-1 EXCAVATION AND FILL 1.06 QUALITY ASSURANCE A. Assist testing laboratory by excavating for density tests. Assist testing laboratory with obtaining material samples. 1.07 SEQUENCING AND SCHEDULING A. Perform excavation as soon as possible after sewer and water construction. B. Complete subgrade for streets, driveways, walks, and parking lots immediately after trench backfill and compaction. C. Complete finish grading of turf areas within 5 calendar days after backfill. PART 2 - PRODUCTS 2.0 1 MATERIALS A. Select Granular Borrow: 1. Conform to MnDOT Spec. 3149.2B. B. Rock Stabilization: 1. Approximately 3 inches limestone. PART 3 - EXECUTION 3.01 GENERAL A. Conform to MnDOT Spec. 2105.3A, or modified herein: 1. Establish traffic control prior to excavations. 2. Establish the specified erosion control devices according to Section 01570 - Temporary Erosion and Sediment Control prior to all excavations. 3. Notify utility companies of progress schedule so they can accomplish relocations, removals, and holding oflines. 4. Perform removals consistent with Section 02225 - Removals. B. Rock Stabilization: 1. For stabilization of boat ramp construction. To be used at Engineer's discretion to construct base for ramp. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02315-2 EXCA V A TION AND FILL 3.02 PREPARATION OF EMBANKMENT A. Conform to MnDOT Spec. 2105 .3B, or as modified herein: 1. Engineer's approval is required of all areas where preparation work has been performed prior to the placement of the embankment or fill material. 2. Where embankment is to be constructed over swamp, marsh, or other locations where the foundation material is unstable, the foundation shall be excavated to remove all or part of the unstable material. 3.03 EXCAVATION OPERATIONS A. Conform to MnDOT Spec. 2105.3C, or as modified herein: 1. Perform excavations to the alignment and grade as shown on the Drawings and staked by the Engineer. 2. Excavation of unstable material below grade shall be done under the direction of the Engineer as the subsurface conditions are disclosed. 3. Remove muck excavation material by utilizing a backhoe so as to minimize disruption to the bottom of the excavation. 4. Notify Engineer immediately of any large boulders or ledge rocks encountered so proper measurement or profile can be made for pay quantities. 5. No solid rock will be allowed within 12 inches of the subgrade. 6. Provide and maintain temporary drainage facilities until permanent facilities are completed. 7. Cut, fill, and grade Project Site to elevations and contours shown on the Drawings with allowances for pavements, topsoil, and structures. 3.04 DISPOSITION OF EXCAVATED MATERIAL A. Conform to MnDOT Spec. 2105.3D, or as modified herein: 1. Strip topsoil consistent with Section 02230 - Project Site Clearing. 2. No disposition of bituminous millings will be permitted, unless thoroughly mixed with other onsite materials. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02315-3 EXCA V A TION AND FILL 3.05 PLACING EMBANKMENTS A. Conform to MnDOT Spec. 2105.3E, or as modified herein: 1. Topsoil placement shall conform to Section 02920 - Lawns and Grasses. 3.06 COMPACTING EMBANKMENTS A. Conform to MnDOT Spec. 2105 .3F, or as modified herein: 1. Compaction required for embankment materials shall conform to the Specified Density Method with the testing location and rates being determined by the Engineer. 3.07 FINISH OPERATIONS A. Conform to MnDOT Spec. 2105.3G, or as modified herein: 1. Finish grading of sub grade prior to placement of an aggregate base course shall conform to the following tolerances: a. Not vary by more than 0.05 feet above or below the prescribed elevation at any point where a measurement is made. 2. Finish grading of select granular borrow for subgrade prior to placement of an aggregate base course shall conform to the following tolerances: a. Not vary by more than 0.10 feet above or below the prescribed elevation at any point where a measurement is made. 3. Grading of the soils beneath the proposed topsoil shall be reviewed and approved by the Engineer prior to the start of the topsoil placement. 3.08 MEASUREMENT AND PAYMENT A. A Bid Item has been provided for Common Excavation. Measurement will be by volume of material in its original position. Payment includes removal, hauling, disposal, and all other costs associated with this Bid Item. The quantity on the Bid Form accounts for all excavations required for the construction of all parts of this Project as shown by the Drawings. The Bid Quantity will be adjusted accordingly for any deviations from the original plan or for reclaim materials that are salvaged and reused as aggregate base. 000034-05172-D @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02315-4 EXCA V A TION AND FILL B. A Bid Item has been provided for Muck Excavation. Measurement will be by volume of material removed from Meadow Lake as part of Alternate No.1 and/or No.2. Measurement will be made by truck count. Payment includes removal, hauling, disposal, and all other costs associated with this Bid Item. Coordinate hauling operation tracking with Engineer prior to starting excavations and hauling. Payment will not be made for material hauled if Engineer not given sufficient time to arrange for monitoring of hauling operations. If Alternate No.1 or No.2 is awarded, but not both, measurement and payment for the excavated material will be paid under Bid Item for Muck Excavation that is provided for the Alternate awarded. If Alternates No.1 and No.2 are both awarded, measurement and payment for the excavated material will be as follows: The total excavated quantity will be distributed between the 2 Bid Items for Muck Excavation at the same ratios as the estimated volumes. i.e. 7 percent of the total excavated amount will be paid under the Bid Item provided for Alternate No.1; the remaining 93 percent will be paid under the Bid Item provided under Alternate No.2. C. A Bid Item has been provided for Select Granular Borrow. Select Granular Borrow shall be paid for by the number of Ton compacted in place and calculated from design widths, depths, and lengths. If the material is furnished by the Contractor, it must meet all material requirements, and payment shall include furnishing, placing, compacting, and shaping the material and all miscellaneous items associated with the work. D. Excess aggregate material generated on the reclaim streets that is hauled away directly or used for access maintenance, then hauled away will be paid under the Common Excavation Bid Item. Payment will not be made to move the material to another part of the Project, then again for the removal and disposal. i.e. Compensation for excess reclaim material used for maintenance will be made only once. E. Excess aggregate material generated from reclaim streets used as Aggregate Base will be paid in accordance with Section 02720 - Aggregate Base Course. The quantity of material paid as Aggregate Base will be subtracted from the quantity of Common Excavation. Aggregate quantities will be calculated using a conversion factor of 1.80 TonJCY. F. A Bid Item has been provided for Rock Stabilization. Measurement will be by the Ton of material placed at the Project Site of the boat ramp as directed by the Engineer. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02315-5 EXCA V A TION AND FILL G. A Bid Item has been provided for Boat Ramp. Measurement is Lump Sum. Payment for this Bid Item will be for all materials other than the additional Rock Stabilization, and labor required to construct the boat ramp in accordance with the details shown on the Drawings. This includes silt curtain, temporary water dam, and all other temporary and permanent material required for the construction. H. The removal of the rock will not be paid under Common Excavation. Excavation and disposal of any rock stabilization used on the Project will be considered in the Unit Bid Price for this Bid Item. 1. All other work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. END OF SECTION 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02315-6 EXCA V A TION AJ'ID FILL SECTION 02318 SUBGRADE PREPARATION PART 1 - GENERAL 1.01 SECTION INCLUDES A. Grading, shaping, and compacting subgrade prior to placing a base or surface course. 1.02 RELATED SECTIONS A. Section 02315 - Excavation and Fill. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2000 Edition (MnDOT Spec.): 1. 2105 - Excavation and Embankment. 2. 2111 - Test Rolling. 3. 2112 - Subgrade Preparation. 1.04 SEQUENCING AND SCHEDULING A. Sub grade preparation shall be performed pnor to placement of the bituminous/aggregate base course. B. Complete sub grade for streets, driveways, walks, and parking lots immediately after installation of pipe as part of trench backfill and compaction. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.01 GENERAL A. Subgrade preparations shall be performed to produce the required density, grade, and cross-section. B. Includes shaping, compacting, and tolerancing of the aggregate base material. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02318-1 SUBGRADE PREPARATION 3.02 PREPARATION A. Inspection of sub grade by test rolling conforming to MnDOT Spec. 2111. 3.03 COMPACTION A. Conform to MnDOT Spec. 2l05.3F1. 3.04 FINISH OPERATIONS A. Subgrade tolerance shall conform to MnDOT Spec. 2105.3G, or as modified below: 1. Not vary by more than 0.05 feet above or below the prescribed elevation at any 1 point where a measurement is made. 3.05 MEASUREMENT AND PAYMENT A. No Bid Item has been provided for sub grade preparation. Sub grade preparation and all related work shall be considered incidental to the Common Excavation Bid Item with no direct compensation made thereof. B. All other work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. END OF SECTION 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02318-2 SUBGRADE PREP ARA TION SECTION 02320 TRENCH EXCAVATION AND BACKFILL PART I-GENERAL 1.01 SECTION INCLUDES A. Trenching requirements for underground piping and appurtenances, including requirements for excavation, backfill, and compaction. 1.02 RELATED SECTIONS A. Section 02230 - Project Site Clearing. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2000 Edition (MnDOT Spec.): 1. 2105 - Excavation and Embankment. 2. 3149 - Granular Material. B. American Society of Testing Materials (ASTM): 1. D2321 - Recommended Practice for Underground Installation of Flexible Thermoplastic Sewer Pipe. C. American Water Association (A WW A): 1. C150 - Thickness Design of Ductile Iron Pipe. 2. C15l - Ductile Iron Pipe Centrifugally Cast in Metal Molds or Sand - Lined Molds for Water and Other Liquids. 1.04 SUBMITTALS A. Provide the following consistent with Section 01330 - Submittal Procedures: 1. Product Data: a. Each Borrow Material: 1) Name and location of source. 2) Results of gradation tests. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02320-1 TRENCH EXCA V A TION AND BACKFILL 1.05 DEFINITIONS A. Bedding: The soil material adjacent to the pipe which makes contact with the pipe foundation, walls of the trench, and upper level of backfill. The purpose of bedding is to secure the pipe to true line and grade, and to provide structural support to the pipe barrel. B. Foundation: Soil material beneath the pipe bedding. C. Improved Pipe Foundation: Foundation provided by importing material from sources outside the Project Site. Required when foundation is soft or unstable. D. Course Filter Aggregate: Free draining mineral product used around draintile pIpe. E. Rock Excavation: Includes such rocks that are not decomposed, weathered, or shattered, and which will require blasting, barring, wedging, or use of air tools for removal. Also included are any boulders, concrete, or masonry structure (except concrete pavement, curb and gutter, and sidewalk) exceeding 1 cubic yard. F. Pipe Zone: That part ofthe trench below a distance of 1 foot above the top of the pIpe. 1.06 SEQUENCING AND SCHEDULING A. Known existing underground utilities are shown on the Drawings in a general way. Owner does not guarantee the locations as shown on the Drawings. Contractor shall anticipate variations in both the vertical and horizontal locations of underground utility lines from those shown on the Drawings. B. Uncover utilities and verify both horizontal and vertical alignments sufficiently in advance of construction to permit adjustments in the work. Determine location of existing utilities and identify conflicts before excavating trench for pipe installation. C. Notify Gopher State One Call before starting construction III a gIven area, requesting utility locations in the field. D. Provide continuance of flow of existing sewer and other facilities. E. Backfill and compact all trench excavations promptly after the pipe is laid. 1. 07 W ARRAt"l"TY A. Trench settlements that occur during the correction period and are greater than 1 inch as measured by a 10 foot straight edge will be repaired in a maImer acceptable to the Owner at the Contractor's expense. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02320-2 TRENCH EXCAVATION AJ'iD BACKFILL PART 2 - PRODUCTS 2.01 PIPE BEDDING MATERIAL A. Polyvinyl Chloride (PVC) Pipe: 1. Comply with MnDOT Spec. 3149 .2B 1 for granular borrow: a. No onsite granular material encountered during construction may be used. b. 1 inch maximum aggregate size. B. Ductile Iron Pipe (DIP) and Reinforced Concrete Pipe (RCP): 1. Class C-1 Bedding: a. Undisturbed soil. 2.02 IMPROVED PIPE FOUNDATION MATERIAL A. Comply with MnDOT Spec. 3149.2H Modified: 1. Crushing Requirements: At least 50 percent of the material by weight retained on the No.4 sieve shall have 1 or more crushed faces. 2.03 COARSE FILTER AGGREGATE MATERIAL A. Comply with MnDOT Spec. 3149.2H. 2.04 SAl'ID CUSHION MATERIAL A. Comply with MnDOT Spec. 3149.2B1 for Granular Borrow: 1. No onsite granular material encountered during construction may be used. 2. 1 inch maximum aggregate size. 2.05 BACKFILL MATERIAL A. Suitable materials selected from the excavated materials to the extent available and practical. B. Suitable materials are mineral soils free of rubbish, trees, stumps, branches, debris, frozen soil, oversize stone, concrete and bituminous chunks, and other similar unsuitable material. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02320-3 TRENCH EXCAVATION AND BACKFILL PART 3 -EXECUTION 3.01 EXAMINATION A. Prior to construction, inspect existing utility structures and surface features, and document condition. B. Re-inspect foundation soils ifrain fall or snow has occurred after initial inspection but prior to placing pipe and bedding. 3.02 PREPARATION A. Notify Utility Owners to field mark their utility locations. B. Protect as necessary surface features, such as utility poles, trees, structures, pavement, etc., that are not designated on the Drawings to be removed. C. Notify utility companies of progress schedule so they can accomplish any necessary relocations and removals that they have agreed to relocate, remove, or support. D. Implement traffic control. E. Complete temporary removal or relocation of surface features, such as fences, shrubs, signs, and mailboxes. F. Strip off existing topsoil from within the trench excavation limits and stockpile. Separate vegetative strippings from salvageable topsoil and dispose of appropriately. G. Crossing Under Existing Utility Lines: 1. Use extreme care when excavating in the vicinity of underground utility lines to avoid damage to protective coatings or surfaces. 2. Where possible and as authorized by the utility, temporarily remove the utility line, install the new pipe, and reinstall the utility line. 3. Where existing line cannot be removed or is not feasible to remove, securely support, excavate under, backfill under and around the utility line to 100 Percent Standard Proctor Density. 4. Report and repair damaged lines prior to backfilling trench. 000034-05172-0 I1:l 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02320-4 TRENCH EXCAVATION AND BACKFILL 3.03 CONSTRUCTION A. Trench Excavation: 1. Excavate trench to alignment and grade shown on the Drawings. 2. The trench width at the surface may vary and depends on the depth of trench and nature of the excavated material encountered. However, it shall be of ample width to permit th.t;l pipe to be laid and jointed properly and the backfill to be placed and compacted properly. 3. Correct any part of the trench that is inadvertently excavated below grade with approved material compacted to 100 Percent Standard Proctor Density. 4. Brace, shore, or sheet trench and provide drainage. Comply with applicable State Regulations relating to industrial safety to a safe angle of repose. Angle of repose may be no less than that required by the Accident Prevention Division of the State Industrial Commission or the requirements of the Occupational Safety and Health Act (OSHA), whichever is most restrictive. 5. Pile all excavated material in a maImer that will not endanger the work or obstruct sidewalks, driveways, gutters, etc. 6. Segregate soils in the excavated material that are not suitable for trench backfill and dispose of in a maImer that is consistent with the requirements specified herein under "Backfill Above Pipe Zone. " 7. Dispose of excess excavated materials off of right-of-ways and easements in a suitable site selected by the Contractor. 8. Haul materials, other than natural soil materials that are suitable as backfill material, to an approved landfill as directed by the Engineer. B. Water Control: 1. Dewater the ground as necessary to excavate the trench and install the pipe. All pipe and structures shall be laid in a dry condition prior to backfill. Maintain groundwater level a minimum of 1 foot below the pipe invert. Measure the rate of flow from dewatering pumps at the beginning of the dewatering operation(s) and once per week thereafter. Keep a daily log of hours pumped. 000034-05172-0 ~ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02320-5 TRENCH EXCA V A TION AND BACKFILL C. Trench Bottom: 1. Excavate to a sufficient depth to insure adequate foundation when the bottom of the trench is soft or where in the opinion of the Engineer unsatisfactory foundation conditions exist. Bring excavation up to pipe grade with thoroughly compacted granular materials meeting the requirements of Improved Pipe Foundation Material. 2. Provide temporary support, remove, relocate, or reconstruct existing utilities located within the trench excavation. Utility shall designate method employed. Use particular care and provide compacted fill or other stable support for utility crossings to prevent detrimental displacement, rupture, or failure. 3. Excavate to expose existing utilities that cross in close proximity to the plaImed pipe line to determine the utilities' exact location sufficiently ahead of pipe installation to plan for the avoidance of grade conflict. Measure to determine the utilities' location relative to the planned pipe line location. A deviation from the alignment, grade, and location to avoid conflict may be ordered by the Engineer. 4. In locations where rock affects the pipe foundation, excavate the trench 6 to 12 inches below the pipe and place sand cushion material up to the proposed invert elevation. The remainder of the trench up to the top of rock elevation shall be backfilled with granular backfill material meeting the requirements of Part 2.05.B of this Section: a. Sand Cushion: The removal and disposal of the unsuitable material within the trench and below the invert elevation, and the replacement up to invert elevation with the appropriate bedding material. b. Granular Backfill: The removal and disposal of unsuitable material within the trench, above the invert elevation, and replacement up to the surface with appropriate backfill material. No additional compensation will be allowed for wider or deeper trenches in rock excavations. c. For PVC Pipe, the sand cushion shall be placed to 1 foot above the pipe and shall be paid as pipe bedding. The remainder of the trench up to the top of the rock shall be backfilled with granular backfill material. 5. Improved Pipe Foundation: When unsatisfactory foundation conditions exist, excavate to a depth consisting of solid materials. Fill to pipe grade with thoroughly compacted granular materials meeting the requirements of Improved Pipe Foundation Material. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02320-6 TRENCH EXCAVATION AND BACKFILL 3.04 PIPE BEDDING A. Polyvinyl Chloride Sewer Pipe: Bed pipe in accordance with ASTM D2321. B. Reinforced Concrete Pipe: Bed pipe in accordance with Class C-1 Bedding. C. Ductile Iron Pipe: Bed pipe in accordance with A WW A Standard C150 and C151. D. Use only selected materials free from rock, boulders, debris, or other high void content substances to a level 1 foot above the top of pipe. Remove ledge rock, boulders, and large stones to provide at least 6 inch clearance from pipe. E. Dig bell holes of ample dimension at each joint such that the pipe barrel rests continuously on the bedding. 3.05 BACKFILL WITHIN PIPE A. Backfill immediately after pipe is laid. Restrain pipe as necessary to prevent their movement during backfill operations. B. Place material completely under pipe haunches in uniform layers not exceeding 4 inches in depth. 3.06 BACKFILL ABOVE PIPE ZONE A. Use suitable materials meeting the requirements of Backfill Material. B. Place in uniform depth layers not to exceed 12 inches before compaction. Complete the compaction of each layer before placing material for the succeeding layer. C. Compact each layer by mechanical means until it meets the requirements of MnDOT Spec. 2105.3F1 "Specified Density Method." Trenches shall be compacted to a minimum of 95 percent, except to 100 percent in the upper 3 feet. D. The method and means of placement and type of compaction equipment used is at the discretion of the Contractor. However, all portions of the trench backfill must meet minimum specified compaction requirements. E. Any deficiency in quantity of backfill material (caused by shrinkage or settlement) shall be supplied at no additional cost to the Owner. F. Excavated material not suitable or required for backfill shall be disposed of outside of the Project Site. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02320-7 TRENCH EXCA V A TION AND BACKFILL 3.07 RESTRICTED TRENCH WIDTH A. Restrict width of trench to conform to construction limits indicated on the Drawings and where directed by the Engineer to prevent damage to specimen trees or adj acent structures. 3.08 FIELD QUALITY CONTROL A. Density Tests: To be performed by an approved soils testing firm at various locations and depths throughout the Project Site as directed by the Engineer. The Contractor shall cooperate fully and provide assistance as necessary to complete these tests. B. Failed density test areas shall be excavated and re-compacted until the density requirements are met. 3.09 MEASUREMENT AND PAYMENT A. Trench Excavation: Excavation and backfilling of trench and associated pipe bedding shall be included in the price of pipe provided. B. Pipe Bedding: Considered incidental and shall be included in the price of pipe furnished and installed. C. Improved Pipe Foundation: At the Bid Unit Price per lineal foot for each 6 inch layer placed below pipe bedding: 1. For example, if 2 feet of foundation material is required under a pipe installed with C-2 bedding; 6 inches of material is required for Class C-2 bedding and payment will be made for 3 lineal feet of pipe foundation material, 6 inches deep per foot of pipe installed. 2. No payment will be made without the knowledge or consent of the Engineer. 3. No payment will be made for subgrade rock installed for de-watering purposes only, unless specified. D. Temporary Bracing and Sheeting: Considered part of the excavation costs with no additional compensation to Contractor, unless provided for otherwise. E. Density Tests: 1. Passing Tests: All costs paid by Owner. 2. Failing Tests: All costs charged to and paid by the Contractor. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02320-8 TRENCH EXCA V A TION AJ"ID BACKFILL F. Dewatering: No explicit, direct payment is made for this work. Include the costs in the Bid Unit Prices for the pipe or structure installed. G. All other work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. END OF SECTION 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02320-9 TRENCH EXCA V A TION AND BACKFILL SECTION 02341 GEOTEXTILE SOIL STABILIZATION PART I-GENERAL 1.01 SECTION INCLUDES A. Geotextile fabric used for street construction. 1.02 RELATED SECTIONS A. Section 02315 - Excavation and Fill. B. Section 02318 - Subgrade Preparation. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2000 Edition (MnDOT Spec.): 1. 3733 - Geotextiles. 1.04 SUBMITTALS A. Manufacturers Certificate of Compliance which shall include the following information: 1. Full product name by trademark and style number. 2. Geotextile polymer type(s). 3. Geotextile physical properties. B. Samples of the geotextile: 1. The geotextile machine direction shall be marked on each sample submitted for testing. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02341 - 1 GEOTEXTILE SOIL STABILIZATION PART 2 - PRODUCTS 2.01 GEOTEXTILE FABRIC A. Conform to the requirements ofMnDOT Spec. 3733, Type IV (non-woven) or Type IV (woven), except as modified below: 1. Minimum Fabric Weight: Type IV 8 oz/sq yd. 2. Non-woven fabric to be used in street section. 3 . Woven fabric to be used for park trails. PART 3 -EXECUTION 3.01 PREPARATION A. Excavation: Conform to Section 02315 - Excavation and Fill. B. Sub grade Preparation: Conform to the requirements of Section 02318 - Sub grade Preparation: 1. Sub grade shall be toleranced and approved before geotextile placement. 3.02 INSTALLATION A. The geotextile shall be placed immediately ahead ofthe covering operation: 1. No geotextiles shall be left exposed to sunlight during installation for a total of more than 7 calendar days. 2. The geotextile shall be laid smooth without excessive wrinkles. 3. The geotextile shall not be dragged through mud or over sharp objects which could damage the geotextile. B. All adjoining sections of the geotextile shall be overlapped a minimum of 18 inches or sewn using mechanical machine. C. Secure fabric in place by means of stone weights to prevent displacement. D. If geotextile is torn or punctured, the damaged area shall be repaired or replaced: 1. The patch shall overlap the existing geotextile a minimum of 3 feet from the edge of any part of the damaged area. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02341 - 2 GEOTEXTILE SOIL STABILIZATION 3.03 FILL PLACEMENT A. Only granular spreading methods that will not tear the fabric shall be used. B. Granular borrow shall not be dropped on the fabric from a height greater than 3 feet: 1. Minimum of 8 inches of granular borrow must be placed on the geotextile prior to the movement of construction equipment: a. Turning movement must be carefully monitored. 2. Tracked or wheeled equipment shall not be permitted to drive directly on the fabric. 3. Any ruts occurring during construction shall be filled with additional granular borrow and compacted to the specified density. C. Compaction of first lift above the geotextile shall be limited to routing of placement and spreading equipment only. No vibratory compaction will be allowed on the first lift. 3.04 MEASUREMENT AND PAYMENT A. A Bid Item has been provided for Geotextile Fabric. Measurement will be based upon units of square yards of actual surface area covered by Geotextile Fabric. Payment at the Bid Unit Price shall include all materials (woven or non-woven), installation, and protection of installed Geotextile Fabric as specified. The required overlap joint or joint sewing shall be incidental to this fabric item with no direct payment being made. B. All other work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. END OF SECTION 000034-05172-0 (1:i 2006 Bonestroo, Rosene, Ander1ik & Associates, Inc. 02341 - 3 GEOTEXTILE SOIL STABILIZATION SECTION 02510 WATER MAIN PART 1 - GENERAL 1.01 SECTION INCLUDES A. Water main pipe, hydrants, valves, fittings, and miscellaneous appurtenances. 1.02 RELATED SECTIONS A. Section 02280 - Adjust Miscellaneous Structures. B. Section 02315 - Excavation and Fill. C. Section 02320 - Trench Excavation and Backfill. 1.03 REFERENCES A. American Water Works Association (A WW A): 1. C104 - American National Standard for Cement Mortar Lining for Ductile-Iron Pipe and Fittings for Water. 2. C105 - American National Standard for Polyethylene Encasement for Ductile-Iron Pipe Systems. 3. C111 - American National Standard for Rubber Gasket Joints for Ductile Iron Pressure Pipe and Fittings. 4. C15l - American National Standard for Ductile-Iron Pipe, Centrifugally Cast, for Water. 5. C153 - American National Standard for Ductile-Iron Compact Fittings, 3 Inch Through 24 Inch, and 54 Inch Through 64 Inch, for Water Service. 6. C509 - A WW A Standard for Resilient-Seated Gate Valves for Water Supply Service. 7. C600 - AWWA Standard for Installation of Ductile-Iron Water Main and Their Appurtenances. 8. C651 - A WW A Standard for Disinfecting Water Mains. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02510-1 WATER MAIN B. American Society of Testing and Materials (ASTM): 1. A674 - Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. C. Minnesota Department of Transportation "Standard Specifications for Construction," 2000 Edition (MnDOT Spec.): 1. 3760 - Insulation Board (polystyrene). 1.04 SEQUENCING AND SCHEDULING A. Notify the Owner a minimum of 48 hours prior to performing work. At this time, the Contractor is responsible to notify the Fire Department of the intended shutdown. B. Notify all customers connected to water system to be shut down 48 hours in advance of shut down. C. The Owner must open and close the existing valves for this part of the operation. The Owner is responsible for flushing the mains after the connection is completed; however, the Contractor shall assist the Owner as necessary. D. Successfully complete required test and inspections before restoration of surface. PART 2 - PRODUCTS 2.01 DUCTILE IRON PIPE AND FITTINGS (DIP) A. General Requirement: A WW A C151/A21.51. B. Cement-mortar lining conforming to AWW A C104/A21.4. C. Class 52 for diameters less than 20 inches. D. Fittings: A WW A C153/A21.53, Ductile Iron, 250 psi working pressure, A WW A C 111/ A21.11 latest revision, mechanical joint or push-on. E. Spray exterior fitting nuts, bolts, and megalugs using a bituminous coal tar as supplied by the manufacturer. F. Wrap all pipe and fittings according to pipe encasement requirements. G. Cor-Blue T-Bolts shall be required on all mechanical joint fittings. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02510-2 WATER MAIN 2.02 HYDRANT A. General Requirements: A WW A Standard C-502. B. Specified Hydrant: WB-67-250, or approved equal. C. Approved Manufacturer: Waterous Pacer, or approved equal. D. Two (2) 2-1/2 inch hose connections. E. One (1) 4-1/2 inch steamer. F. National standard operating nut. G. 5 inch valve opening. H. 6 inch mechanical joint pipe connection. I. Break-off flange with breakable rod coupling. J. 8 feet - 0 inch cover. K. 16 inch high traffic section. L. Nozzle caps attached to hydrant with metal chains. M. Stainless steel hardware. N. Hydrants placed where the ground water table is less than 8 feet below the ground surface shall have the drain holes plugged and shall be equipped with a tag stating the need for pumping after use. O. Color: Painted Waterous Enamel #V1814-R at the place of manufacture P. After installation and testing is complete, the "field coat" of paint shall be applied with a brush. 2.03 GATE VALVE AND BOX A. General Requirement: A WW A C509. B. Bronze mounted, iron body valves. C. O-ring seals. D. Non-rising stem, opening by turning counter clockwise, 2 inch square operating nut. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02510-3 WATER MAIN E. Mechanical joint ends conforming to A WW A C 111/ A21.11. F. Stainless steel hardware. G. Spray exterior nuts and bolts and megalugs usmg a bituminous coal tar as supplied by the manufacturer. H. Wrap gate valves according to Section 2.07, Pipe Encasement. 1. Valve Boxes: 1. 3 piece, cast iron, screw-type. 2. Adjustable for 7-1/2 foot depth of cover. 3. Valve and box considered as integral units. 4. 5-1/4 inch diameter shafts. 5. "Stay put" type drop covers, "WATER" on top with extended skirts. 2.04 CONDUCTIVITY STRAP A. As specified by the pipe manufacturer. 2.05 WET TAP A. Not allowed. 2.06 JOINT RESTRAINT A. Mechanical Joint Restraint: 1. Ductile iron. 2. Working Pressure: Minimum 250 psi. 3. EBAA Iron, Inc., Mega-lug, or approved equal. Mega-lug and retainer glands are not allowed on existing cast iron pipe. 2. Spray exterior ductile iron nuts and bolts using a bituminous coal tar as supplied by the manufacturer and wrap according to Section 2.07 Pipe Encasement. B. Tie Rods: Steel rods with "Star" brand tie bolts. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02510-4 WATER MAIN 2.07 PIPE ENCASEMENT A. Polyethylene: Conform to AWWA C105/A21.5, Class C (Black), tube form. Material shall conform to ASTM A674. 2.08 INSULATION A. Conform to MnDOT Spec. 3760. 2.09 CORPORATION COCK A. See Section 02515 - Water Services. 2.10 COPPER SERVICE PIPE A. See Section 02515 - Water Services. PART 3 - EXECUTION 3.01 PREPARATION A. Conform to Section 02320 - Trench Excavation and Backfill. 3.02 INSTALLATION OF PIPE A. Install pipe and fittings in accordance with the manufacturer's instructions and with the details shown on the Drawings. B. Permanently support, remove, relocate, or reconstruct eXIstmg utility pipes, cables, structures, or other appurtenances when they obstruct the line, grade, or location of the pipe or appurtenance. C. Remove foreign matter or dirt from the inside of pipe. D. All jointing of mechanical joint pipe and push-on joint pipe in accordance to AWWA C600. E. Outside of the spigot and the inside of the bell, wire brush, wipe clean and dry. Keep pipe ends clean until joints are made. F. Lay and maintain pipe and appurtenances to the alignment, grade, and location shown on the Drawings. No deviation from the Drawing alignment, grade, or location is allowed, unless approved by the Engineer. No pipe shall be laid in water or when the trench conditions are unsuitable for such work. G. Provide conductivity throughout the water system by use of conductivity strap. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02510-5 WATER MAIN H. Precautions are to be taken to prevent debris or groundwater from entering the pipe being laid. 1. Installing Fittings: 1. General Requirements: AWWA C600. 2. Set and jointing to existing pipe and fittings as specified for cleaning, laying, and joining pipe. J. Backfilling: Conform to Section 02320 - Trench Excavation and Backfill. 3.03 INSTALLATION OF HYDRANT A. Location determined by Engineer. A grade stake and location stake will be provided by the Engineer before the hydrant may be set. B. Set on 8 inch concrete block, or approved equal concrete base. C. Brace according to Drawings. D. After each hydrant has been set, place around the base ofthe hydrant not less than 1 cubic yard of Class A round washed rock with a minimum diameter of 3/4 inch. Carefully place 2 layers of polyethylene, minimum 4 mm thickness each, over the rock to prevent backfill material from entering voids in the drain rock. E. Maintain hydrants in a plumb position during the backfilling operation. 3.04 INSTALLATION OF VALVE A. Set and joint valves to new pipe in the maImer as specified for cleaning, laying, and jointing pipe. Location to be determined by the Engineer. B. Valves and boxes shall be supported on an 8 inch concrete block as shown on the Drawings. C. Maintain valve box centered and plumb over the operating nut of the valve. D. Set top of valve box flush with the existing surface to provide 12 inches of upward adjustment. 3.05 ANCHORAGE A. Brace fittings and hydrants securely against undisturbed soil using precast concrete block. Mega-lug or rod all joints from main line tee to hydrant gate valve, then from gate valve to hydrant. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02510-6 WATER MAIN 3.06 INSULATION A. Review insulation installation with Engineer: 1. Place insulation between water pipe and sanitary pipe when water main or service is within 1 foot above or below the sanitary pipe. 2. Place insulation between storm sewer pipe and water mam or water service when pipes are separated by less than 2 feet. 3.07 TEMPORARY WATER SERVICE A. During water main construction, install and maintain temporary water service to all homes, apartments, and/or businesses as shown on the Drawings: 1. The temporary service will allow efficient removal of the existing water main and services, and installation ofthe new. 2. The temporary service shall provide adequate pressure and volume to properties. 3. Coordinate all work with the Owner and the Engineer. 4. Coordinate connections and service interruptions with the property owners. 5. Provide rampmg and/or shallow trenching at street and driveway crossmgs. 6. Provide emergency contact numbers for evenings and weekends. 7. Temporary system will be provided in stages throughout the Project if necessary. Submit a plan for temporary service for approval by the Owner. 8. Temporary water lines shall be sized by the Contractor to maintain adequate pressure and valve. (4 inch diameter main lines have been used on similar past projects) B. Contractor to chlorinate the temporary water service lines. The lines are to be filled with water, let stand for 48 hours and then the entire system flushed completely. After the temporary water service lines have been flushed, let them sit for 24 hours and perform a bacteria test. When the bacteria test results have passed, the residents may be connected. 000034-05172-0 il:i 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02510-7 WATER MAIN 3.08 PIPE CONFLICTS A. Shall apply to any crossings under existing cast iron pipe and any pipe conflicts where a minimum clear separation of 1 foot is not possible. B. Cut the water main beyond the proposed sewer trench wall. C. Remove the abandoned water main and install offset as shown on the Drawings or as encountered during construction. D. All offset piping shall be DIP. E. Megalug type restraints shall not be allowed on cast iron pipe. 3.09 PROTECTION A. Existing valves and hydrants shall be operated by the Public Works Department, unless under emergency situations. B. Securely plug all water main openings promptly before suspension of work at any time to prevent earth or other substances from entering the water main. C. Mark valve boxes and structures susceptible to being hit by construction or vehicular traffic. 3.10 FIELD QUALITY CONTROL A. Scope: 1. Perform hydrostatic pressure, disinfection, and conductivity tests. 2. The Engineer will observe and verify all tests and visually inspect final work for compliance. B. Required Tests and Inspection: 1. Hydrostatic Pressure Test: a. Minimum Test Pressure: 150 psi. b. Test Duration: 2 hours. c. Criteria: No drop in pressure allowed. d. Testing gauge shall be liquid filled, 4-1/2 inch diameter, labeled in 1 psi increments, such as Ashcroft Modell 082, or approved equal. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02510-8 WATER MAIN e. All lines, including hydrant leads, water services, and stubs, shall be tested. Services will be tested to the new curb stops. 2. Disinfection: a. General Requirement: A WW A C651 - Disinfecting Water Mains (Tablet Method). b. Place hypochlorite tablets m each section of pIpe and all appurtenances: 1) Attach tablets to top of pipe with a food grade adhesive such as denture grip. 2) The number of tablets required per 20 foot length of pipe based on 3-114 grain available chlorine per tablet is as follows: Diameter 4 Inch 6 Inch 8 Inch 12 Inch No. of Tablets 1 2 3 5 c. Fill main with water at a velocity of less than 1 foot per second if tablet method is used. d. Flushing by Contractor may begin after the chlorinated water has been allowed to disinfect the new pipe for 24 hours. e. 1 bacteria test is required for every 2000 feet of. water main installed with a minimum of 2 sample tests per Project. Bacteria test shall be done by Contractor. 3. Conductivity: a. Conductivity shall be provided throughout the water system by use of copper straps or approved conductive gaskets with copper inserts. b. Current - Standard: 350 amps at approximately 30 volts for 4 minutes, then 400 amps for 1 minute without fluctuation. Engineer may alter current requirement and durations. c. Lines must be filled with water prior to test. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02510-9 WATER MAIN d. All lines, including hydrant leads, water services, and stubs, shall be tested. 3.11 MEASUREMENT AND PAYMENT A. Bid Items have been provided for Water Main. Measurement and payment will be based upon the units listed below: 1. Water Main Pipe: Measurement will be based upon units of lineal feet for each size and type of pipe installed, as measured along the axis of pipe, without regard to intervening valves or fittings. Water main over depth shall not be measured. Payment at the Bid Unit Price shall include furnishing and installing pipe complete in place as specified. 2. Gate Valve and Box: Measurement will be based on Gate Valve and Box installed for each size specified. Payment at the Bid Unit Price shall include furnishing and installing the Gate Valve alld Box complete in place as specified. 3. Install Hydrant and Valve: Measurement will be based on units of each Hydrant with a 6 Inch Gate Valve and Box installed. Payment at the Bid Unit Price shall include furnishing and installing the Hydrant and Gate Valve. 4. Ductile Iron Fittings: Measurement shall be based on the fitting access weight installed. The fitting access weight shall be construed to mean equivalent cast iron weight. Payment at the Bid Unit Price shall include DIP Fitting, poly encasement, and bituminous coal tar spray, and hardware. 5. Connect to Existing Water Main: Measurement shall be based on each connection made, including but not limited to: cutting of existing pipe, fittings, sleeves, etc. Payment at the Bid Unit Price shall include all items required to complete the work. 6. Water Main Offset: Measurement is per each offset installed in accordance with the details shown on the Drawings. The Water Main, Ductile Iron Pipe, will be measured through the offset. Payment for the Offset includes all fittings, restraints, additional excavation, additional pipe, insulation, and all other costs associated with the installation of the offset. 7. Temporary Water Service: No measurement shall be made. Payment shall be by Lump Sum. Payment shall include the water main pipe, fittings, service lines, staging, ramping, removal, and any other work involved with providing Temporary Water Main/Service. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02510-10 WATER MAIN 8. Insulation: Measurement will be based on square yards of Insulation at the specified thickness. Payment shall be made at the Bid Unit Price and will include furnishing and installation of the Insulation. 9. Adjust Hydrant: Measurement will be per each hydrant adjusted by use of a hydrant barrel extension. Only hydrants installed new as part of this Contract will be adjusted as needed. Existing hydrants will not be adjusted under this Bid Item. 10. Modify Water Main Service. Measurement will be per each water service modified to allow construction as shown on the Drawing. Payment will include all material and labor costs associated with the modification, including supplying copper service line and silver soldering the new connections. B. No Bid Items have been provided for steel rodding. Steel rodding shall be considered incidental to water main installation with no direct payment made. C. No Bid Items have been provided for testing. Testing shall be considered incidental to water main installation with no direct payment made. D. No direct payment will be made for the removal of existing gate valves. Removal and disposal of existing valves will be considered incidental to the removal of the existing water main. In the event that a valve exists in a section of pipe to be abandoned, the top section (3 feet) of the box is to be removed and the box filled with a granular material. This will be considered incidental to the water main work. E. All other work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. END OF SECTION 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02510-11 WATER MAIN SECTION 02515 WATER SERVICES PART 1 - GENERAL 1.01 SECTION INCLUDES A. Construction of water service pipe, corporation stops, curb stops and boxes, and all appurtenances. 1.02 RELATED SECTIONS A. Section 02320 - Trench Excavation and Backfill. B. Section 02510 - Water Main. 1.03 REFERENCES A. American Society of Testing and Materials (ASTM): 1. B88 - Class K Copper Water Service Pipe. 1.04 SEQUENCING AND SCHEDULING A. Install water main and all pipe deeper than the services prior to the installation of the services. B. Perform testing of new water main prior to reconnecting existing services. PART 2 - PRODUCTS 2.01 SERVICE PIPE A. Copper Water Tube: Service shall be seamless, Type K water tube conforming to ASTM B88: 1. Fittings shall be designed for working pressures up to 150 psig. Fittings used in service lines shall be designed for connection to the service line by threads, brazing, and! or flaring. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02515-1 WATER SERVICES 2.02 CORPORATION STOP A. Approved Manufacturers: 1. Mueller, Minneapolis Pattern H-15000. 2. Ford Type F600. 3. Hayes No. 5200. 4. McDonald No. 4701. B. Threaded for use with copper service pipe. C. Threaded on inlet end with standard corporation cock thread. 2.03 CURB STOP A. Approved Manufacturers: 1. Mueller Oriseal, Minneapolis Pattern H-15154. 2. McDonald No. 4717. B. Proper connection type for inlet and outlet. C. Full opening through the valve body with no smaller restriction allowed. 2.04 CURB BOX A. Approved Manufacturers: 1. Mueller: Conforming to 2.03.A.1. 2. McDonald: Conforming to Paragraph 2.03.A.2. B. Adjustable in height from 78 inches to 90 inches. C. No stationary rods. D. 2 inch upper section. E. Mueller improved extension typed with arch pattern base. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02515-2 WATER SERVICES PART 3 - EXECUTION 3.01 INSTALLATION A. Governing Code: Minnesota Plumbing Code and any local ordinances that may apply. B. Preparation: Conform to Section 02320 - Trench Excavation and Backfill. C. New services shall be connected at the locations shown on the Drawings or if not shown as directed by the Engineer. D. Water Service Line: 1. Terminate water service as shown on Drawings or as directed by the Engineer. E. Corporation Stop: 1. Tap into main only when water main is under pressure. 2. Support corporation with 1/2 cubic yard 1-1/2 inch stabilization rock. F. Curb Box: 1. Support on full size pre-cast segmental manhole block. 2. Place in a vertical position. 3. Install to finished grade. G. Reconnect Existing Service: 1. Disconnect existing service from existing water main. 2. Remove existing curb stop and box and excess existing service pipe. 3. Reconnect existing service to new curb box. H. All trenches shall be backfilled and compacted in accordance to Section 02320 - Trench Excavation and Backfill. 000034-05172-0 ~ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02515-3 WATER SERVICES 3.02 FIELD QUALITY CONTROL A. Do not backfill trench until the service has been inspected and approved by the Engineer. B. All water services will be pressure tested in conjunction with the water main, conforming to Section 02510 - Water Main. 3.03 PROTECTION A. Mark Each Curb Box: 1. Raise each curb box to existing grade and mark with lath or stake so Engineer may tie out location. 3.04 MEASUREMENT AND PAYMENT A. Water Service Line: Measurement by linear foot, measured from centerline of the water main to termination as shown on the Drawings. Payment at the Bid Unit Price per foot shall include cost of all pipe, fittings, laying, excavation, backfilling, and testing: 1. Placement and compaction of the aggregate material around the corporation stop and gooseneck is incidental to the service line. B. Corporation Stop: By physical count of each type installed. C. Curb Stop and Box: By physical count of each type installed. D. Material, placement, compaction, and removal of excess trench material to be included in the Bid Unit Price for Water Service Line. E. Reconnect Water Service: Measurement shall be based on each service disconnected from the main, including the removal and disposal of the existing service pipe, curb stop and box and connection of the existing service from the house to the new curb stop. Payment at the Bid Unit Price shall include all items required to complete the work. F. All other work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. END OF SECTION 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02515-4 WATER SERVICES SECTION 02530 SANITARY SEWER PART 1- GENERAL 1.01 SECTION INCLUDES A. Sanitary sewer gravity pipe, manholes, fittings, and miscellaneous appurtenances. 1.02 RELATED SECTIONS. A. Section 02225 - Removals. B. Section 02280 - Adjust Miscellaneous Structures. C. Section 02320 - Trench Excavation and Backfill. D. Section 02535 - Sanitary Sewer Services. 1.03 REFERENCES A. American Society of Testing and Materials (ASTM): 1. A48 - Specification for Gray Iron Castings. 2. A615 - Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. 3. C150 - Specification for Portland Cement. 4. C206 Specification for Finishing Hydrated Lime. 5. C478 - Specification for Precast Reinforced Concrete Manhole Sections. 6. Dl784 - Specification for Rigid Poly (Vinyl Chloride) (pVC) Compounds and Chlorinated Poly (Vinyl Chloride) (PVC) Compounds. 7. D3034 - Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings. 8. D3212 - Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. 9. F 4 77 - Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02530-1 SANITARY SEWER B. Minnesota Department of Transportation "Standard Specifications for Construction," 2000 Edition (MnDOT Spec.): 1. 3760 - Insulation Board (polystyrene). 1.04 PROJECT SITE CONDITIONS A. Sanitary sewer lines are shown on the Drawings in a general way. Contractor should anticipate minor variations in both horizontal and vertical directions in locating existing system. 1.05 SUBMITTALS A. Submit the following items consistent with Section 01330 - Submittal Procedures. B. Shop Drawings: Indicating information for fabrication and installation of manholes. C. Manufacture's Certification of Compliance: 1. Precast structures fabrication and installation. 2. Certification of compliance for each diameter and class of pipe. 3. Gray iron castings. 1.06 SEQUENCING AND SCHEDULING A. Do not pursue work causing shut off of utility services (gas, water, electric, telephone, TV, etc.) to consumers until the utility owner is contacted and all consumers are notified of the shut-off schedule. B. Verify vertical and horizontal location of sanitary sewers sufficiently in advance of installing new pipe to determine the extent of conflict, if any. C. Successfully complete required inspections and testing before restoration of surface. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02530-2 SANIT AR Y SEWER PART 2-PRODUCTS 2.01 MATERIALS A. Concrete Materials: 1. Standard Portland Cement Type 1, clean washed sand, crushed rock, and gravel free from deleterious materials for monolithic concrete manholes and all manhole bases. 2. Portland Cement: Comply with the requirements of ASTM C150. 3. Design Mix: Subject to the approval of the Engineer. Use proper water- cement ratio to obtain (4000 psi) in 28 days. B. Mortar Materials: 1. Cement: Type 1 Standard Portland Cement conforming to ASTM C150. 2. Lime: Normal finishing hydrated lime meeting the requirements of ASTM C206. 3. Mix Proportions: a. 1 part cement to 3 parts of suitable plaster sand for mortar used for plastering the exterior walls of block manholes, catch basins, adjusting rings, and lift holes. Use lime or mortar mix in the amount necessary to make a suitable mixture for plastering purposes, but not to exceed 15 percent by volume. b. 1 part Portland cement to 2 parts of sand to which lime or mortar mix may be added but not to exceed 15 percent by volume for mortar used for laying concrete block. 4. Reinforcing Steel: Comply with the requirements of ASTM A615, Grade 60. 2.02 MANHOLES A. Precast concrete sections conforming to ASTM C478. B. Joints: Rubber o-ring gasket type, or approved equal. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02530-3 SANITARY SEWER C. Structure Bases: 1. Pre-cast integral with bottom section of manhole. 2. Pre-cast invert. D. Manhole Steps: Reinforced polypropylene plastic steps with No.2 deformed grade steel rod: 1. Pipe Connections: a. All manholes shall be fabricated with pipe openings consisting of a rubber boot and stainless steel band to seal off the joint from allowing dirt, ground water, or other objectionable material from entering. These materials shall be installed with the fabrication on all new manholes. 2.03 MANHOLE FRAMES AND COVERS A. Requirement: ASTM A48, Class 35C. B. Finish: Coal tar pitch varnish. C. Finish Preparation: Sandblast. D. Machine cover and frame contact surface for non-rocking protection. E. Type and Style: As shown on Drawings. F. Covers with 2 concealed pick holes of approved design. G. Weight: Minimum of380 lbs. 2.04 PIPE MATERIAL A. PSM Poly (Vinyl Chloride) (PVC) Plastic Pipe and Fittings: 1. General: Pipe and fittings conform to ASTM D3034. 2. Materials: PVC plastics having a minimum Cell Classification of 12454B, 12454C, or 13364B as defined in ASTM D1784. Pipe materials shall have a minimum hydrostatic design stress of2,000 psi as certified by the Plastic Pipe Institute. Additives and fillers, including but not limited to stabilizers, antioxidants, lubricants, colorants, etc., shall not exceed 20 parts by weight per 100 ofPVC resin in the compound. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02530-4 SANITARY SEWER 3. Design: Integral wall bell and spigot joint, and a minimum wall thickness conforming to SDR 35 and/or SDR 26. 4. Joints: Conform to ASTM D3212. Push-on type only with the bell-end grooved to receive a gasket. Elastomeric Seal (Gasket): A basic polymer of synthetic rubber conforming to ASTM F4 77. Natural rubber'gaskets will not be accepted. 5. Marking: Each pipe shall be identified with the name of the manufacturer, or trademark and code, nominal pipe size in inches, the PVC cell classification, and "Specification D3034." 2.05 INSULATION A. Conform to the requirements of MnDOT Spec. 3760 for Polystyrene Insulation Board. PART 3 - EXECUTION 3.01 PREPARATION A. Excavation and Preparation of Trench: Conform to Section 02320 - Trench Excavation and Backfill. B. By-Pass Pumping: Contractor shall be responsible for all items required to maintain sewer flows during construction of the new sanitary sewer line. All work and costs for this are considered incidental to the Project, unless otherwise specified. 3.02 INSTALLATION A. Connect to Existing System: 1. Connect to Existing Structure: a. Connect to existing structure at location shown on the Drawings. b. Core the hole in the structure, trimming the pipe flush with the structure, trimming the pipe flush with the pipe to seal it within the wall. c. Reconstruct manhole bench/invert. d. Make repairs to the structure. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02530-5 SANITARY SEWER 2. Connect to End of Existing Pipe: a. Locate and expose end of existing pipe. b. Connect to relocated structure. B. Pipe Installation: 1. Excavation and Preparation of Trench: Conform to Section 02320 - Trench Excavation and Backfill. 2. Lay and maintain pipe and appurtenances to the alignment~ grade, and location shown on the Drawings and/or staked in the field. No deviation from the Drawing and/or staked alignment, grade, or location is allowed, unless approved by the Engineer. Deviation from grade in excess of 0.05 percent may be cause for removal and relaying pipe at the Contractor's expense. 3. General Pipe Installation Procedure: Use joint lubricant in accordance to manufacturer's instructions. Lubricate joint, center spigot in bell, push spigot home, bring pipe to proper line and grade, and secure pipe in place by properly bedding. 4. Lay pipe upgrade with spigot ends pointing in the direction of flow. 5. Plug all openings to the installed pipe with suitable stoppers to prevent water, dirt, and debris from entering the sewer. 6. Remove all foreign matter or dirt from interior of each pipe length as the work progresses. Keep the bell and spigot clean during and after installation. Take care to prevent dirt from entering the joint space. Remove any superfluous material from inside the pipe after pipe installation by means of an approved follower or scraper. 7. All joints must be watertight. Repair any leaks discovered. C. Installing Structures and Appurtenances: 1. Furnish and install structures in accordance with Detail Plates as shown on the Drawings. 2. Place precast integral base section on compacted sub grade. 3. Set precast concrete sections plumb with a 1/4 maximum out of plumb tolerance allowed. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02530-6 SANITARY SEWER 4. Install short precast section (maximum 16 inch height) immediately below the eccentric cone or precast top slab. 5. Position vertical wall of the eccentric cone on the downstream side. 6. Steps: a. Locate over downstream pipe. b. Secure and neatly mortar in place 15 inches on center spacing. 7. Install Rings and Adjust Structure: Conform to Section 02280 - Adjust Miscellaneous Structures. 8. Neatly mortar lift holes. 9. All pipes entering the manhole must be cut with a power saw to provide a clean, smooth pipe surface. D. Sanitary Sewer Service Connections: 1. Wye: a. Wye to be at 45 degree angle from horizontal. 2. PVC Risers: a. Pour concrete casement around connection. b. Pipe to be supported on undisturbed trench slope for entire riser length. E. Installation of Insulation: 1. Insulation is to be placed wherever sanitary sewer line comes within 3 feet of any storm structure or line, or within 5 feet of the ground surface. 3.03 PROTECTION A. Plug all entrances and openings to the system promptly and before suspension of operations at the end of working day. B. Secure manholes and structures immediately after completion or before suspension of operations at the end of working day with casting or suitable alternative device. C. Mark structure susceptible to being hit by construction or vehicular traffic. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02530-7 SANITARY SEWER 3.04 FIELD QUALITY CONTROL A. Scope: 1. Provide all labor, materials, and equipment to perform tests. 2. Engineer to observe and verify all tests and to visually inspect the final work for compliance. B. Cleanup: 1. Clean pipe and all structures: a. If newly installed mains and structures are kept clean during construction, cleaning will not be required. b. If newly installed mains and/or structures become dirty due to negligence of the Contractor, cleaning will be performed at the sole expense ofthe Contractor. 2. The bailing or flushing method of cleaning pipe is acceptable only if adequate provisions, acceptable to the Engineer, for keeping dirt and debris out ofthe existing sewer system or ponds are employed. Jetting may be required. 3. Complete prior to final inspection for acceptance. C. Tests and Inspections: 1. Commence test procedures only when pipe and structures are clean and free of dirt, water, or other foreign matter, and for buried pipe, trench has been backfilled. 2. Lamping: Engineer will verify installation for true line and grade, joints are home, no broken or deflective pipes exist, the installed pipe is structurally sound, and that the structures conform to the specified requirements. 3. Deflection Testing: Deflection testing shall be conducted at least 30 days after the pipe has been backfilled to the desired finish grade. Deflection testing shall be done in the presence of the Engineer: a. Deflections shall be determined by pulling mandrel through the sewer mam. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02530-8 SANITARY SEWER b. Mandrel Requirements: The mandrel shall have a minimum diameter equal to 95 percent of the average internal diameter of the pipe. The 5 percent deflection allowance shall include both deflec;tion occurring after burial and deformation which occurs as a result of the manufacturing process, shipping, and pipe storage: 1) The Average Internal Diameter shall be determined as specified below: a) Average Internal Diameter = (Average Outside Diameter) minus 2 x (Minimum Pipe Wall Thickness). b) The Average Outside Diameter will be computed as the average of 16 Project Site field measurements of the pipe prior to installation. 4 outside diameter measurements will be made on each of 4 lengths of the particular diameter pipe to be tested. Measurements shall be made by the Contractor in the presence of the Engineer. c) No adjustments to the average internal diameter will be allowed for out-of-roundness, diameter variation, or thickness variation due to manufacture, shipping, and handling. 2) Mandrel shall be constructed of rigid steel, be non-adjustable, and have an odd number of legs (9 legs minimum). Its effective length shall not be less than its nominal diameter. 3) Deflection Template/Bar Requirements: a) The circular template diameter (or rigid bar length) shall be equal to the average internal diameter as determined in Articles 3.4.C. 2. b) Circular templates shall be constructed of rigid materials and be non-adjustable. c) Rigid bars shall have a 1 inch diameter circular section, be constructed of steel, and be non-adjustable. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02530-9 SANITARY SEWER c. Owner reserves the right to measure the deflection of all flexible pipe at any time during the correction period. Deflections greater than 5 percent of the inside diameter of the pipe shall be considered failure. Contractor may be required to re-excavate the trench, re- compact the backfill material, and restore the surface with no additional compensation for such work. 4. Low Pressure Air Test: a. Must meet criteria set forth in ASTM C924 and ASTM F1417. b. Pipe shall be cleaned but may be wetted. Pneumatic balls shall be used to plug the ends at manholes. Low-pressure air shall be introduced into plugged line until the internal air pressure reaches 4.0 psig greater than the average back pressure of any groundwater pressure that may submerge the pipe. At least 2 minutes shall be allowed for the pressure to stabilize before readings are taken and the timing started. During this time, check all plugs with soap solution to detect plug leakage. If any plugs are found to leak, air shall be bled off, the plugs shall be retightened, and the air shall be reintroduced into the line. c. The sewer line under test will be accepted as having passed the air test, ifthe pressure does not drop more than 0.6 psig in less time than 1/2 minute per inch in diameter of the pipe being tested. The minimum starting pressure is 3.6 psig. 3.05 MEASUREMENT AND PAYMENT A. Bid Items have been provided for Sanitary Sewer Pipe. Measurement will be based upon units of lineal feet for each size,= and type for furnishing and installing pipe complete in place as specified, including excavation, backfilling, and compaction. Pipe will be measured from centerline to centerline of manholes or to the connection point of the existing pipe: 1. PVC pipe bedding will be paid in accordance with Section 02320 - Trench Excavation and Backfill. 2. Improved pipe foundation material, if necessary, shall be per Section 02320 - Trench Excavation and Backfill. B. A Bid Item has been provided for Standard Sanitary Manhole. Measurement will be per each manhole installed. Payment will include the manhole, manhole frame and casting, and adjusting rings in place as specified on the Drawings. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02530-10 SANIT AR Y SEWER C. A Bid Item has been provided for Connect to Existing Sanitary Manhole. Measurement shall be on the basis of each and shall be considered to include all excavation, labor, materials, and equipment necessary to make the required connection, including core drilling and reconstructing bench/invert. D. A Bid Item has been provided for Install Salvaged Sanitary Manhole. Measurement shall be on the basis of each manhole relocated and installed in accordance with the Specifications. Payment shall be considered to include all excavation, labor, materials, and equipment necessary to relocate and install the manhole, including connecting the existing pipe to the structure. E. Bid Items have been provided for Wyes. Measurement will be based on units of each for each wye furnished and installed complete in place. Payment at the Bid Unit Price will be considered compensation in full for all work and costs, including all necessary items to complete the connection. F. All other work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. END OF SECTION 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02530-11 SANITARY SEWER SECTION 02535 SANITARY SEWER SERVICES PART 1- GENERAL 1.01 SECTION INCLUDES A. Sanitary sewer service pipe replacement and all appurtenances. 1.02 RELATED SECTIONS A. Section 02320 - Trench Excavation and Backfill. B. Section 02530 - Sanitary Sewer. 1.03 REFERENCES A. American Society of Testing Materials (ASTM): 1. D1784 - Specification for Rigid Poly (Vinyl Chloride) (pVC) Compounds and Chlorinated Poly (Vinyl Chloride) (PVC) Compounds. 1.04 SYSTEM DESCRIPTION A. This work shall consist of the construction of sanitary sewer services in accordance with the requirements of the Contract. B. It is the intent of these Specifications to require the same quality of work be received on the house services in the way of grade and alignment, and shall be required on the main lines and laterals. 1.05 SUBMITTALS A. Submit to Engineer at the End of Each Week: Depth of service record, wye location, and length of service lines. 1.06 PROJECT SITE CONDITIONS A. All work is to be confined to within the limits of construction easements or public right-of-way. B. Verify sanitary sewer service locations prior to the start of any construction. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02535-1 SANITARY SEWER SERVICES 1.07 SEQUENCING AND SCHEDULING A. Install sanitary sewer and all pipe deeper than the services, prior to the installation of the services. PART 2 - PRODUCTS 2.01 MANUFACTURED UNITS A. PSM Poly (Vinyl Chloride) (PVC) Plastic Pipe and Fittings: 1. General: Pipe and fittings conform to ASTM D3034. 2. Materials: PVC plastics having a minimum Cell Classification of 12454B, 12454C, or 13364B as defined in ASTM Dl784. Pipe materials shall have a minimum hydrostatic design stress of2,000 psi as certified by the Plastic Pipe Institute. Additives and fillers, including but not limited to stabilizers, antioxidants, lubricants, colorants, etc., shall not exceed 20 parts by weight per 100 ofPVC resin in the compound. Certification of resin compounding shall be provided by the pipe manufacturer prior to shipment to the Project Site. 3. Design: Integral wall bell and spigot joint and a minimum wall thickness conforming to SDR 26 and as shown on the Drawings. 4. Joints: Conform to ASTMD3212. Joints shall be push-on type only with the bell-end grooved to receive a gasket. Elastomeric seal (gasket) shall have a basic polymer of synthetic rubber conforming to ASTM F477. Natural rubber gaskets will not be accepted. 5. Marking: Each pipe shall be identified with the name ofthe manufacturer or trademark and code, nominal pipe size in inches, the PVC cell classification, and "Specification D3034." 2.02 BEDDING MATERIAL A. See Section 02320 - Trench Excavation and Backfill. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02535-2 SANITARY SEWER SERVICES PART 3 -EXECUTION 3.01 INSTALLATION A. Governing Code: Minnesota Plumbing Code and any local ordinances which may apply. B. Minimum 1/4 inch per foot grade, unless otherwise directed by the Engineer. C. PVC Pipe and Fittings: 1. Similar to main line sanitary sewer pipe installation. D. Connect to existing house service as shown on Drawings. E. Record Actual Depth and Station at End of Service: 1. Exercise care in determining the depth. 2. The depth recording is incorporated into the "Record Drawings" and becomes a permanent part of City Records. 3.02 FIELD QUALITY CONTROL A. Do not backfill trench until the service has been inspected and approved by the Engineer. 3.03 MEASUREMENT AND PAYMENT A. A Bid Item has been provided for 4 Inch PVC Pipe Sewer. Measurement will be by linear foot ofSDR-26 PVC pipe installed as measured along the axis ofthe pipe with no regard to intervening fittings. Payment at the Bid Unit Price shall be compensation in full for all work and costs, including excavation, pipe, bedding, backfill, and trench compaction. B. A Bid Item has been provided for Connect to Existing Sanitary Sewer Service. Measurement will be per each service connected to the new sanitary sewer main. Payment will be considered compensation in full for all labor and materials necessary to connect the new service line to the existing house service line in accordance with the specifications. C. All other work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. END OF SECTION 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02535-3 SANITARY SEWER SERVICES SECTION 02630 STORM DRAINAGE PART 1 - GENERAL 1.01 SECTION INCLUDES A. Storm sewer pipe, manholes, catch basins, and miscellaneous appurtenances. 1.02 RELATED SECTIONS A. Section 01330 - Submittal Procedures. B. Section 01570 - Temporary Erosion and Sediment Control. C. Section 02280 - Adjust Miscellaneous StfUctures. D. Section 02315 - Excavation and Fill. E. Section 02320 - Trench Excavation and Backfill. F. Section 02635 - Subsurface Drainage. G. Section 02720 - Aggregate Base Course. H. Section 02770 - Concrete Curb and Gutter. 1.03 REFERENCES A. American Society of Testing and Materials (ASTM): 1. A48 - Specification for Gray Iron Castings. 2. C76 - Specification for Reinforced Concrete Culvert, Drain, Sewer Pipe. 3. C139 - Specification for Concrete Masonry Units for Construction of Catch Basins and Manholes. 4. C 150 - Specification for Portland Cement. 5. C206 - Specification for Finishing Hydrated Lime. 6. C361 - Specification for Reinforced Concrete Low Head Pressure Pipe. 7. C443 - Specification for Joints for Circular Concrete Sewer and Pipe, Using Rubber Gaskets. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02630-1 STORM DRAINAGE 8. C478 - Specification for Precast Reinforced Concrete Manhole Sections. 9. D1784 - Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds. 10. D3212 - Specification for Joints for Drain and Sewer Plastic Pipe Using Flexible Elastomeric Seals. 11. F477 - Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. B. Minnesota Department of Transportation "Standard Specifications for Construction," 2000 Edition (MnDOT Spec.): 1. 2511-Rip Rap. 2. 3601- Rip Rap Materials. 3. 3733 - Geotextiles. 1.04 SEQUENCING AND SCHEDULING A. Do not pursue work-causing shut off of utility service (gas, water, electric, telephone, TV, etc.) to consumers until the utility owner is contacted and all consumers are notified of the shut-off schedule. B. Successfully complete required inspections and tests before commencement of Aggregate Base Course - Section 02720 and Concrete Curb and Gutter - Section 02770. 1.05 SUBMITTALS A. Conform to Section 01330 - Submittal Procedures. B. Shop Drawings: 1. All storm sewer structures. C. Manufacturer's Certificate of Compliance for: 1. Gray iron castings. 2. Precast manhole sections. 3. Rip rap. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02630-2 STORIvl DRAINAGE PART 2 - PRODUCTS 2.01 MATERIALS A. Mortar Materials: 1. Cement: Use Type 1 Standard Portland Cement conforming to ASTM C150. 2. Lime: Use normal finishing hydrated lime meeting the requirements of ASTM C206. 3. Mix Proportions: a. 1 part cement to 3 parts of suitable plaster sand for mortar used for plastering the exterior walls of block manholes and catch basins, adjusting rings, and lift holes. Use lime or mortar mix in the amount necessary to make a suitable mixture for plastering purposes, but not to exceed 15 percent by volume. b. 1 part Portland cement to 2 parts of sand to which lime or mortar mix may be added, but not to exceed 15 percent by volume for mortar used for laying concrete block. 2.02 STORM MANHOLE AND CATCH BASIN FRAMES Ai'ID COVERS A. General: 1. Requirement: ASTM A48. 2. Material: Class 35 cast iron. Best grade. Free from injurious defects and flaws. 3. Type and Style: As shown on Drawing. Covers without grate openings shall be stamped "STORM SEWER." 4. Covers with 2 concealed pick holes of approved design. 5. Weight: Minimum of380 lbs. 2.03 STORl\1 MANHOLES A1'ID CATCH BASINS A. General: 1. Requirements: ASTM C478, details on the Drawings. 2. Diameter and special requirements are shown on the Drawings. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02630-3 STORM DRAINAGE 3. Structures shall be of precast concrete. 4. Manhole Joints: Rubber o-ring gasket type meeting ASTM C443. 5. Segmental Manhole Blocks: Blocks conform to ASTM C139. 6. Structure bases shall be pre-cast. 7. Manhole Steps: Reinforced polypropylene plastic steps with No. 2 deformed grade steel rod. 2.04 PIPE MATERIALS A. Reinforced Concrete (RCP) Pipe and Fittings: 1. General Requirement: ASTM C76, Wall B with circular reinforcing. 2. Materials: Conform to the requirements of ASTM C76, Wall B with circular reinforcing. O-ring gaskets shall be synthetic rubber, circular reinforcing in cross-section, and shall conform to ASTM C361. 3. Pipe Joints: Bell and spigot ASTM C361. 4. Pipe Class: As shown on the Drawings. 5. Marking: Each pipe shall be identified with the name of the manufacturer trade name or trademark and code, identification of plant, date of manufacture, and the pipe class and specification design. B. Polyvinyl Chloride (PVC) Pipe and Fittings: 1. General: Pipe and fittings conform to ASTM D3034. 2. Materials: PVC plastics having a minimum Cell Classification of 12454B, 12454C, or 13364B as defined in ASTM D1784. Pipe materials shall have a minimum hydrostatic design stress of 2,000 psi as certified by the Plastic Pipe Institute. Additives and fillers, including but not limited to stabilizers, antioxidants, lubricants, colorants, etc., shall not exceed 20 parts by weight per 100 ofPVC resin in the compound. 3. Design: Integral wall bell and spigot joint, and a minimum wall thickness conforming to SDR 35 and/or SDR 26. 000034-05172-0 ~ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02630-4 STORIvl DRAINAGE 4. Joints: Conform to ASTM D3212. Push-on type only with the bell-end grooved to receive a gasket. Elastomeric Seal (Gasket): A basic polymer of synthetic rubber conforming to ASTM F477. Natural rubber gaskets will not be accepted. 5. Marking: Each pipe shall be identified with the name of the manufacturer, or trademark and code, nominal pipe size in inches, the PVC cell classification, and "Specification D3034." 2.05 RIP RAP A. General Requirement: Conform to MnDOT Spec. 2511: 1. Riprap Materials: Conform to MnDOT Spec. 3601. 2. Granular Filter: Conform to MnDOT Spec: 3601. 3. Geotextile Filter: Conform to MnDOT Spec. 3733. 4. Grout: Conform to MnDOT Spec. 2461. PART 3 - EXECUTION 3.01 PREPARATION A. Trench Excavation and Backfill shall conform to Section 02320 - Trench Excavation and Backfill. B. By-Pass Pumping: Contractor responsible for all items required to maintain sewer flows during construction of the new storm sewer. All work and costs for by-pass pumping is considered incidental to the Project, unless otherwise specified. 3.02 INSTALLATION A. Connect to Existing Structure: 1. Connect to existing structure at location shown on the Drawings. 2. Core the hole in the structure and saw cut the pipe flush with the inside wall of the structure. 3. Bulkhead void between outside wall of pipe and edge of opening with mortar and brick. 4. Reconstruct manhole bench/invert. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02630-5 STOR.vl DRAINAGE B. Connect Existing Pipe to Structure: 1. Connect existing pipe to structure at locations shown on the Drawings. 2. If butt connection must be made to existing pipe, construct concrete collar around joint. Collar shall be minimum 12 inches thick in all locations and shall extend a minimum of 12 inches each way of the joint. C. Pipe Installation: 1. Lay and maintain pipe appurtenances to the alignment, grade, and location shown on the Drawings and/or staked in the field. No deviation from the Drawing and/or staked alignment, grade, or location is allowed, unless approved by Engineer. Deviation from grade in excess of 0.05 percent may be cause for removal and relaying pipe at the Contractor's expense. 2. General Pipe Installation Procedures: a. Wipe joints clean; apply the manufacturer's recommended lubricant compound over the entire joint surface; center spigot in bell and push spigot home; take care to prevent dirt from entering the joint space; bring pipe to proper line and grade, and secure pipe in place by properly bedding. 3. Lay pipe upgrade with spigot ends pointing in the direction of flow. 4. All joints must be watertight. 5. Remove all foreign matter or dirt from inside the pipe. Keep the bell and spigot clean during and after installation. Take care to prevent dirt from entering the joint space. Remove any superfluous material from inside the pipe after pipe installation by means of an approved follower or scraper. 6. Where cut-ins make it impossible to construct bell and spigot joints or when dissimilar pipe materials are joined, a reinforced concrete collar shall be placed completely surrounding the joint or the connection shall be made by using an approved adapter. 7. Any pipe which has been disturbed after being laid must be taken up, the joint cleaned and properly relaid as directed by the Engineer. 8. Where a sewer line outlets to grade or where the line is terminated with a flared end section: a. Fasten at least the last 3 joints together using 2 "U" bolt fasteners per joint approved and as recommended by the pipe manufacturers. 000034-05172-0 ~ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02630-6 STOlUvl DRAINAGE D. Structures and. Appurtenances Installation: 1. Furnish and install structures in accordance with the Drawings. 2. Excavate to depth and size as shown in the Drawings. 3. Pour inverts 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. 4. Preformed inverts not allowed where pipe grades are 2 percent or greater, unless design grade is built through the manhole. 5. All concrete pipes entering manholes must be cut with a concrete saw. 6. Steps: a. Locate on the downstream side, except for pipe 24 inches in diameter or greater. Then place where most appropriate to provide the most suitable access. b. Secure and neatly mortar in place 15 inches on center spacing. 7. Position vertical wall of the eccentric cone on the downstream side. 8. On. structures with a build that contains more than 1 barrel section, the section immediately below the precast top slab shall be maximum 16 inch height. 9. Lift holes neatly mortared up. 10. Install Adjustment Rings and Adjust Casting: Conforming to Section 02280 - Adjust Miscellaneous Structures. E. Construct Manhole Over Existing Pipe: 1. Construct manhole over existing pipe at locations shown on the Drawings. 2. Saw cut existing pipe to fit flush with inside wall of new structure. 3. Seal any openings in manhole. F. Riprap: 1. General: Conform to MnDOT Spec. 2511. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02630- 7 STORL\1 DRAINAGE G. Bulkhead Pipe: 1. Bulkhead pipe with brick, non-shrink concrete grout, or concrete block masonry 8 inches thick. 2. Precast concrete plugs may be used in lieu of bulkhead. Plug must fit snugly into pipe opening and be watertight. 3.03 FIELD QUALITY CONTROL A. Scope: 1. All pipeline testing is considered incidental to the Bid cost of the pipe. 2. Engineer to observe and verify that all tests and visual inspections have been completed prior to final acceptance. B. Cleaning: 1. Consists of Cleaning the Pipe and Structures: a. If newly installed mains and structures are kept clean during construction, cleaning will not be required. b. If newly installed mains and/or structures become dirty due to negligence of the Contractor, cleaning will be performed at the sole expense of the Contractor. 2. The bailing or flushing method of cleaning pipe is acceptable only if adequate provisions acceptable to the Engineer for keeping dirt and debris out of the existing sewer system or ponds are employed. Jetting may be required. 3. Complete prior to final inspection for acceptance. C. Required Tests and Inspections: 1. Infiltration: a. To determine the amount of ground water infiltration into the sewers. b. Test waived if no visible infiltration IS observed during the lamping inspection. c. Measurement made by means of 90 degree v-notch weirs placed in the lines as directed by the Engineer. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02630-8 STORl'v1 DRA.INAGE d. Measurements taken at the points where in the Engineer's opinion the flow of water in the sewer is greater than the maximum allowable leakage. e. Maximum Allowable Rate of Leakage: Not more than 100 gallons per mile per inch diameter per day. f. Tests may be taken between individual manholes and the infiltration in any given line must not exceed the specified maximum allowable rate. g. Method of Measurement: Measurement of time for a predetermined volume of flow to occur. 2. Lamping: a. Verify installation is to true line and grade. b. Verify installed pipe is structurally sound. c. Verify there are no broken or deflective pipe. d. Verify that joints are all home. e. Verify structures conform to specified requirements. 3. Mandrel Test: a. Perform on PVC main after installation has been completed. b. Minimum waiting period of 30 days after completion of installation prior to performing test. c. Contractor to furnish the mandrel and all labor, materials, and equipment necessary to perform the test. d. Engineer must be present during pulling of the mandrel. e. Deflection of inside diameter of pipe in excess of 5 percent shall be considered failure of the test. f. Contractor shall repair/replace any failing segment of main, such that it successfully passes the test. All costs for such work, including but not limited to excavation, new materials, and restoration of surface to existing condition, shall be the sole expense of the Contractor. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02630-9 STORM DRAINAGE g. Owner reserves right to measure deflection of PVC pipe at any time during the warranty period. 3.04 PROTECTION A. Plug all entrances and openings to the system promptly and before suspension of operations at the end of working day. B. Secure manholes and structures immediately after completion or before suspension of operations at the end of working day with castings or suitable alternative device. C. Mark all structures to avoid being hit by construction or vehicular traffic. D. Mark each plug location with 2 inch x 2 inch timbers to above grade to aid in marking the future connection. E. Establish erosion control measures as per Section 01570 - Temporary Erosion and Sediment Control. 3.05 MEASUREMENT AND PAYMENT A. Bid Items have been provided for Storm Sewer Pipe. Measurement will be based upon units of lineal feet for each size, type, and class of pipe furnished and installed complete in place as specified, including excavation, backfilling, and compaction. Pipe will be measured from centerline of structure to centerline of structure: 1. Pipe bedding will be paid in accordance with Section 02320 - Trench Excavation and Backfill. 2. Improved pipe foundation material, if necessary, shall be per Section 02320 - Trench Excavation and Backfill. B. Bid Items have been provided for Construct Drainage Structure. Measurement will be based upon units of each, according to type and size for furnishing and installing structures complete, including casting frame and cover, and adjusting rings in place as specified. C. Bid Items have been provided for Flared Ends. Measurement will be based upon units of each size installed at locations indicated in the Drawings complete in place as specified, including excavation, backfilling, and compaction: 1. Where a sewer line is terminated with a flared end section, tying the last 3 joints as specified is considered incidental to the installation of the pipe. 000034-05172-0 ~ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02630-10 STORivl DRAINAGE D. A Bid Item has been provided for Random Rip Rap. Measurement will be based upon units of cubic yards of Rip Rap placed according to class. Payment shall include placement of geotextile fabric. E. A Bid Item has been provided for Connect Existing Pipe to Storm Structure. Measurement shall be per each connection made, regardless of type of existing pipe or type of connection made. Payment will include all costs related to making the connection, including construction of concrete collar if necessary. F. A Bid Item has been provided for Connect to Existing Manhole or Catch Basin. Measurement shall be per each connection made, regardless of size of opening, type of existing bulkhead, or type of existing structure. Saw cutting of the pipe installed in the opening if necessary shall be considered incidental. Core cutting the connection and reconstruction of existing structure invert if necessary shall also be considered incidental to the connection. G. A Bid Item has been provided for 6 Inch PVC Pipe Drain Cleanout. Measurement shall be per each cleanout installed in accordance with the details shown on the Drawings. Payment will include costs for all materials, including wye, 6 inch pipe and cap, and all labor associated with installation of the cleanout. H. Bid Items have been provided for Wyes. Measurement will be based on units of each for each wye furnished and installed complete in place. Payment at the Bid Unit Price will be considered compensation in full for all work and costs, including all necessary items to complete the connection. 1. A Bid Item has been provided for 8 Inch PVC Pipe Bend, SDR-26. Measurement will be per each bend installed. J. All other work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. END OF SECTION 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02630-11 STORi\1 DRAINAGE SECTION 02635 SUBSURFACE DRAINAGE PART I-GENERAL 1.01 SECTION INCLUDES A. Storm sewer service. B. Drain tile. 1.02 RELATED SECTIONS A. Section 02320 - Trench Excavation and Backfill. B. Section 02630 - Storm Drainage. 1.03 REFERENCES A. American Society of Testing and Materials (ASTM): 1. D1056 - Flexible Cellular Materials - Sponge or Expanded Rubber. 2. D1248 - Polyethylene Plastics Molding and Extrusion Materials. 3. Dl784 - Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (PVC) Compound. 4. F758 - Smooth-Wall Poly (Vinyl Chloride) (PVC) Plastic Under Drain Systems for Highway, Airport, and Similar Drainage. B. American Association of State Highway and Transportation Officials (AASHTO): 1. M252 - Corrugated Polyethylene Drainage Tubing (3 Inch to 10 inch). C. Minnesota Department of Transportation "Standard Specifications for Construction," 2000 Edition (MnDOT Spec.): 1. 3149 - Granular Material. 2. 3733 - Geotextiles. 1.04 SEQUENCING AND SCHEDULING A. Install sanitary sewer, water main, storm sewer, and all pipe deeper than the services prior to the installation of the services. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02635-1 SUBSURFACE DRAINAGE PART 2 - PRODUCTS 2.01 PVC PIPE AND FITTINGS A. Drain Tile: 1. General Requirement: ASTM F758. 2. Materials: Minimum Cell Classification of 12364C as defined in ASTM D 1784. 3. Classification: Minimum pipe stiffness of 46. 4. Joints: Gasket-Type Joints meeting ASTM D3-212. 5. Perforations: Circular on 3-114 x 6-1/4 inch centers. Hole size maximum of 3/8 inch and a minimum of 3/16 inch, arranged in 4 rows along the full length of the pipe. B. Storm Sewer Service: PSM Poly (Vinyl Chloride) (PVC) Plastic Pipe and Fittings: 1. General: Pipe and fittings conform to ASTM D3034. 2. Materials: PVC plastics having a minimum Cell Classification of 12454B, 12454C, or 13364B as defined in ASTM D1784. Pipe materials shall have a minimum hydrostatic design stress of 2,000 psi as certified by the Plastic Pipe Institute. Additives and fillers, including but not limited to stabilizers, antioxidants, lubricants, colorants, etc., shall not exceed 20 parts by weight per 100 ofPVC resin in the compound. 3. Design: Integral wall bell and spigot joint and a minimum wall thickness conforming to SDR 26 and as shown on the Drawings. 4. Joints: Conform to ASTM D3212. Joints shall be push-on type only with the bell-end grooved to receive a gasket. Elastomeric seal (gasket) shall have a basic polymer of synthetic rubber conforming to ASTM F477. Natural rubber gaskets will not be accepted. 5. Marking: Each pipe shall be identified with the name of the manufacturer or trademark and code, nominal pipe size in inches, the PVC cell classification, and "Specification D3034." 000034-05172-0 ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02635-2 SUBSURFACE DRAINAGE 2.02 POLYETHYLENE PIPE (Approved Substitute) A. General Requirements: High-density polyethylene corrugated exterior/smooth interior pipe meeting AASHTO M252. B. Material: Meet ASTM D1248, Type III, Category 4, Grade P33, Class C. C. Coupling bands shall cover at least 1 full corrugation on each section of pipe. Pipe fittings shall conform to AASHTO M252. D. Perforated wall. E. Geotextile Wrap of Fabric: Non-woven, spun-bonded polypropylene, or spun- bonded nylon. 2.03 BEDDING MATERIAL A. Granular Borrow meeting MnDOT Spec. 3149.2B1 Modified: 1. 100 percent passing by weight the 1 inch sieve. 2. Furnished by Contractor from a location located off the Project Site. 3. No onsite granular material encountered during construction may be used. 2.04 PIPE DRAIN AGGREGATE A. Course Filter Aggregate conforming to MnDOT Spec. 3149.2H. 2.05 GEOTEXTILE A. Geotextile Wrap shall conform to MnDOT Spec. 3733, Type 1. PART 3 -EXECUTION 3.01 GENERAL A. The location and alignment of the subsurface drains and outlets are shown in a general manner on the Drawings. Exact location and alignment to be determined by the Engineer. 000034-05172-0 ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02635-3 SUBSURFACE DRAINAGE 3.02 DRAIN TILE INSTALLATION A. Conform to details on Drawings. B. Construct at locations and elevations determined by Engineer or as shown on the Drawings. C. Pipe Bedding: Drain pipe aggregate. D. Grade: Unless otherwise specified or shown on the Drawings, the grade of pipes shall not be flatter than 1 in 250. E. Plug upstream end of the drain pipe. F. Sections of the drain pipe shall be firmly joined. G. If perforated drain pipe is used, the pipe shall be placed so that the perforations are in the position indicated on the Drawings or designated by the Engineer. H. Connections: Connect to hole provided in precast structure. Seal joint with mortar: 1. Core drill connection to structure where precast hole is not provided. 1. Compaction: Conform to Section 02320 - Trench Excavation and Backfill. J. Flushing: After installation has been completed, pipes shall be flushed with sufficient water to remove material that has entered the pipes during construction. 3.03 STORM SEWER SERVICE INSTALLATION A. Construct at locations and elevations determined by Engineer or as shown on the Drawings. B. Pipe Bedding: Granular borrow. C. Plug upstream end of pipe (incidental). D. Sections of the pipe shall be firmly joined. E. Connections: Connect to hole provided ill precast structure. Seal joint with mortar: 1. Core drill connection to structure where precast hole is not provided. F. Compaction: Conform to Section 02320 - Trench Excavation and Backfill. 000034-05172-0 ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02635-4 SL~SURFACEDRAINAGE 3.04 FIELD QUALITY CONTROL A. Do not backfill trench until the pipe has been inspected and approved by the Engineer. 3.05 MEASUREMENT AND PAYMENT A. A Bid Item has been provided for 4 Inch Perf. PVC Pipe Drain. Measurement will be by linear feet of pipe along its axis with no regard to intervening fittings. Payment shall include geotextile, aggregate, and fittings. Corrugated Perforated Polyethylene Drain Tile may be substituted for PVC. B. A Bid Item has been provided for 4 Inch PVC Pipe Sewer (Storm Sewer Service). Measurement will be by lineal feet of pipe actually installed, according to size and type, as measured along the axis of the pipe with no regard to intervening fittings or caps. Payment at the Bid Unit Price shall be compensation in full for all work and costs, including excavation, pipe, fittings, backfill, and trench compaction: 1. Connecting to an existing hole in a precast structure will be considered incidental to the installation of the service pipe. C. Supplying and installing required markers at service ends shall be considered incidental to the service installation. D. All other work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. END OF SECTION 000034-05172-0 ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02635-5 SIJBSURF ACE DRAINAGE SECTION 02720 AGGREGATE BASE COURSE PART 1 - GENERAL 1.01 SECTION INCLUDES A. Requirements for aggregate base course on a prepared sub grade. 1.02 RELATED SECTIONS A. Section 02318 - Sub grade Preparation. B. Section 02740 - Plant Mixed Asphalt Pavement. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2000 Edition (MnDOT Spec.): 1. 2211 - Aggregate Base. 2. 3138 - Aggregate for Surface and Base Courses. 1.04 SUBMITTAL A. Submit gradation report on sample of aggregate base to be used. 1.05 SEQUENCING AL'ID SCHEDULING A. Construct aggregate base only after all ofthe following have been completed: 1. Sub grade has been corrected for instability pro b lems and successfully passed a test rolling test performed by the Contractor and witnessed by the Engineer. 2. Subgrade has been checked for conformance to line and grade tolerances (stringline ). 000034-05172-0 ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02720-1 AGGREGATE BASE COURSE PART 2 - PRODUCTS 2.01 MATERIALS A. Aggregate Base: Conform to MnDOT Spec. 3138, Class 5 aggregate. B. Aggregate Base, Salvaged Reclaim Material: Material generated from reclaiming the existing bituminous pavement with the existing aggregate base. Conform to MnDOT Spec. 3138, Class 5. PART 3 - EXECUTION 3.01 PREPARATION A. Prepare the sub grade in accordance with Section 02318 - Sub grade Preparation. B. Subgrade to be completed and approved by the Engineer prior to installation of aggregate base. C. Reclaim the existing pavement and aggregate base in accordance with Section 02965 - Full Depth Reclamation. 3.02 CONSTRUCTION REQUIREMENTS A. Conform to MnDOT Spec. 2211.3: 1. Compact by mechanical means to 100 Percent Standard Proctor Density. 2. Install aggregate base in accordance with details on Drawings. 3. Deliver weight tickets to Engineer daily. 3.03 FIELD QUALITY CONTROL A. The Owner shall have an independent testing laboratory sample the aggregate base materials, determine the moisture/density relationships and gradation, and perform field moisture/density tests at locations determined by Engineer. B. Line and Grade Tolerance: The fillal aggregate base surface will be checked for conformance to specified tolerances by the "stringline" method prior to approval to pave the surface. Grade shall be:t 0.03 feet of grade. 000034-05172-0 ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02720-2 AGGREGATE BASE COURSE 3.04 PROTECTION A. Protect aggregate base until it is covered by surface pavement. B. Keep aggregate base free of ruts and irregularities until covered by surface paving. C. Place water on aggregate base for dust control as required to eliminate nuisance conditions for adjacent properties. 3.05 MEASUREMENT AND PAYMENT A. A Bid Item has been provided for Aggregate Base, Class 5. Measurement will be by the ton of material compacted in place as determined from weight tickets delivered to the Engineer: 1. If the aggregate base course material is being wasted or placed excessively thick, the Owner reserves the right to deduct quantities that are in excess of DraWIng thickness. Said quantities shall be based on material weighing 110 pounds per square yard of area per inch of thickness. 2. Excess reclaimed material used as Aggregate Base, Class 5 will be paid under this item. The measured volume of compacted material salvaged and used will be converted to tons using a factor of 1.80 Tons/CY. B. All other work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. END OF SECTION 000034-05172-0 ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02720-3 AGGREGATE BASE COURSE SECTION 02740 PLANT MIXED ASPHALT PAVEMENT PART 1 - GENERAL 1.01 SECTION INCLUDES A. Hot plant mixed asphalt-aggregate mixtures for wearmg and non-weanng pavement courses. B. Bituminous tack coat. 1.02 RELATED SECTIONS A. Section 02280 - Adjust Miscellaneous Structures. B. Section 02720 - Aggregate Base Course. C. Section 02770 - Concrete Curb and Gutter. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2000 Edition (MnDOT Spec.): 1. Attached version of Specification 2360 Plant Mixed Asphalt Pavement (Combined 2360/2350 (GyratorylMarshall Design) Specification). 2. 2357 - Bituminous Tack Coat. 3. 2535 - Bituminous Curb. 1.04 SUBMITTALS A. Submit mixture design report to the Engineer. Conform to MnDOT Spec. 2360.3E and 2360.4F, and Division 1 - General Requirements. B. Contractors shall submit mix design report for all projects, regardless of the size of the proj ect. C. Contractor shall submit Q/C results in accordance with MnDOT Spec. 2360.4F and MnDOT's most recent Materials Control Schedule. 000034-05172-0 ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02740-1 PLAL'IT MIXED ASPHALT PAVEMENT 1.05 SEQUENCING AND SCHEDULING A. Aggregate base and concrete curb and gutter to be completed and approved by the Engineer prior to placement of bituminous surfaces. B. The Contractor shall provide a 48 hour notice for scheduling and noticing of the residents prior to paving operations. C. Adjust structures prior to placement of bituminous wearing course as specified in Section 02280 - Adjust Miscellaneous Structures. D. Bituminous cores for testing shall be taken 12 to 48 hours after paving operations. PART 2 - PRODUCTS 2.0 1 MATERIALS A. Mixture Designation: Conform to MnDOT Spec. 2360.1, except as modified in the typical section Detail Drawing and Bid Form. B. Conform to MnDOT Section 2360.2, except as modified herein: 1. Scrap Asphalt Shingles (2360.2A2h) are not allowed in wearing course pavements. 2. Waste Incinerator Ash (WIA) (2360.2A2j) will not be allowed in either bituminous wear or non-wear course pavements. C. Bituminous Tack Coat: 1. Bituminous Material: Conform to MnDOT Spec. 3151: a. Emulsified Asphalt, Cationic, CSS-1 or CSS-2. D. Asphalt Binder Material: Conform to MnDOT Spec. 2360.2G and as identified in the Mix Designation. E. Mixture Design: Conform to MnDOT Spec. 2360.3. F. Mixture Quality Management (Quality Control/Quality Assurance): Conform to MnDOT Spec. 2360.4. 000034-05172-0 ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02740-2 PLANT MIXED ASPHALT PAVEMENT PART 3 - EXECUTION 3.01 GENERAL - CONFOR1\1 TO MNDOT SECTION 2360.5 CONSTRUCTION REQUIREMENTS, EXCEPT AS MODIFIED HEREIN A. The Contractor to review the proposed paving sequence with the Engineer prior to placement of each bituminous course (lift). B. The Proposed Sequence Shall Address The: Longitudinal seams, compaction, traffic control, hauling routes, and placement of pavement markings. C. Preparation of Bituminous Non Wear Course: 1. Final clean up of the bituminous surface with the use of a power pickup broom and front end loader. 2. Adjustment of structures as specified ill Section 02280 - Adjustment Miscellaneous Structures. D. Joints: 1. Where new construction meets existing bituminous surfacing, the existing surface shall be uniformly milled or saw-cut straight and bituminous tack coat applied prior to placement of each bituminous course (lift). 3.02 RESTRICTIONS A. Conform to MnDOT Section 2360.5B, except as modified herein: 1. All street surfaces checked and approved by the Engineer prior to paving. 2. Existing bituminous surfaces must be dry prior and during placement of any bituminous pavements. 3. Wearing course shall not be placed when the air temperature in the shade and away from artificial heat is 500 or less, unless otherwise approved by the Engineer. 3.03 EQUIPMENT A. Conform to MnDOT Section 2360.5C. 000034-05172-0 ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02740-3 PLAL'IT MIXED ASPHALT PAVEMENT 3.04 TREATMENT OF SURFACE A. Bituminous Tack coat shall conform to MnDOT Spec. 2357, except as modified herein. B. Restrictions: 1. The tack coat shall not be applied when the road surface is wet or when the weather conditions are unsuitable. 2. The area for tack coat application shall be limited as directed by the Engineer. 3. The Contractor shall have sole responsibility of claims of tack coat on personal property due lack of notification or signage of the area being J:9,ck coated. C. Equipment: 1. Conform to MnDOT Spec. 2321.3C1. D. Road Surface Preparation: 1. Conform to MnDOT Spec. 2357.3C. E. Application: 1. At a uniform rate conforming to MnDOT Spec. 2357.3Dl, but not greater than 0.05 gallon per square yard. 2. Along the front edge of the concrete curb and gutter, prior to placement of bituminous base. 3.05 PAVEMENT DENSITY A. Conform to MnDOT Section 2360.6, except as modified herein: 1. Pathways, Driveways, Small Parking Lots, Leveling Courses, and Patching shall conform to Section 2360.6C - Ordinary Compaction Method. 2. All other Pavement Density shall conform to Section 2360.6.B - Maximum Density Method. B. Vibrating steel drum roller and a pneumatic tired roller employed in conjunction with each other during compaction of all wear courses. 000034-05172-0 ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02740-4 PLANT MIXED ASPHALT PAVEMENT 3.06 THICKNESS AND SURFACE SMOOTHNESS REQUIREMENTS A. Conform to MnDOT Section 2360.7, except as modified herein: 1. Structure Adjustment - Conform to Section 02280 - Adjust Miscellaneous Structures for tolerances. 3.07 MEASUREMENT AND PAYMENT A. Method of measurement and payment shall conform to MnDOT Section 2360.8, except as modified herein. B. A Bid Item has been provided for bituminous material for Tack Coat: 1. Measured by volume in gallo~at 600 F. 2. Payment for bituminous materials used for Tack Coat includes compensation in full for all costs incidental to the furnishing and application at the Bid Unit Price per gallon. 3. Cleaning of all debris and dirt from the previous bituminous surfaces prior to placement of Tack Coat is included in the Bid Unit Price for Tack Coat. 4. Payment for tacking exposed edges of existing bituminous surfaces and concrete curb and gutter in conjunction with base course placement is considered incidental to the placement of the base course. C. Bid Items have been provided for different types of bituminous mixtures: 1. Measured by the weight in tons of material placed and accepted for each specified Bid Item as stated in the Bid Form. Payment shall be made in accordance with the acceptance and payment schedules provided in the MnDOT Combined 2360/2350 (GyratorylMarshall Design) Specification. 2. The Bid Unit Price includes both the bituminous course mixture and asphalt binder material. 3. Partial payment will not exceed 70 percent of the total calculated payment until the required testing and product documentation is received and found to be acceptable to the Engineer. D. Patching required as a result of curb removal and installation or casting or structure replacement only will be paid under the BiturnirJous Patching Mixture Bid Item. E. All other areas patched will be measured and paid under the wear and non-wear Bid Items. 000034-05172-0 ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02740-5 PLANT MIXED ASPHALT PAVEMENT F. Preparation of Bituminous Base: Payment shall be considered incidental to the bituminous wear placement and shall include the following: 1. Final clean up ofthe bituminous base course with a power pickup broom. 2. Final adjustment of the structures to conform to Section 02280 - Adjust Miscellaneous Structures. G. All other work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. END OF SECTION 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02740-6 PLAL'IT MIXED ASPHALT PAVEMENT ::! (2360) PLANT MIXED ASPHALT P A VEl\'IENT Combined 2360/2350 (Gyratory/Marshall Design) Specification December 16, 2005 This Specification requires the Contractor to provide a mix that complies with all of the design, production, and placement requirements of the Specification. The Department Owner does not make any guaranty or warranty, either express or implied, that compliance with 1 part of this Specification guarantees that the Contractor will meet the other aspects of the Specification. 2360.1 All Sections titled 2360 also apply to 2350. DESCRIPTION This work consists of the construction of 1 or more pavement courses of hot plant mixed asphaIt- aggregate mixture on the approved prepared foundation, base course, or existing surface in accordance with the Specifications and in conformity with the lines, grades, thicknesses, and typical cross sections shown on the Dra\Vings or established by the Engineer. Mixture design will be either 2360 or 2350 (gyratory or Marshall) as described in the Special Provisions Drawings through the mixture designation. A (2) (3) (4) Mixture Designations Mixture designations for asphalt mixtures contain the following information: (1) The first 2 letters indicate the mixture design type: SP = Gyratory Mixture Design LV = Marshall Mixture Design - Low Volume, 50 blow MV = Marshall Mixture Design - Medium Volume, 50 blow SM = Gyratory Mixture Design for Stone Matrix Asphalt (SMA) The third and fourth letters indicate the course: WE = Wearing and Shoulder Wearing Course NvV = Non-Wearing Course The fifth letter or number indicates the maximum aggregate size*: A or 4 = l2.5mrn [112 inch], SP 9.5 B or 3 = 19.0mrn [3/4 inch], SP 12.5 Cor 2 = 25.0mrn [1 inch], SP 19.0 5 = 9.5rnm [3/8 inch], (Marshall design only) E = See provision for SMA design * Letter is used in gyratory designation; number is used in Marshall designation For Gyratory Design: The sixth digit indicates the Traffic Level (ESAL' s x 106) The requirements for gyratory mixtures in this Specification are based on the 20 year design traffic level of the Project expressed in Equivalent Single Axle Loads (ESAL's). The 5 traffic levels are ShO\\l1 below in Table 2360.1-A. Table 2360.1-A Traffic Levels Traffic Level 20 Year Design ESAL's (1 x 106 ESAL's) 21 < 1 3L 1 to < 3 4 3 to < 10 5 10to<30 6 SMA 1 -- (.MDT # 2300) 2 -- (2300< AADT <6000) 2360/2350 Combined Specification December 16, 2005 For Marshall Design: The sixth and seventh digit indicate the Marshall design blows: 50 blow design for both LV and MV mixtures (5) The last 2 digits indicate the air void requirement: 40 = 4.0 percent for SP and SM Wear Mixtures 35 = 3.5 percent for MV Wear and N on- Wear 30 = 3.0 percent for LV Wear and Non- Wear and SP Non-Wear and Shoulder (6) The letter at the end of the mixture designation identifies the asphalt binder grade: Standard Grades B = PG 58-28 C = PG 58-34 E = PG 64-28 F = PG 64-34 L = PG 64-22 Specialtv Grades A = PG 52-34 D = PG 58-40 G = PG 64-40 H = PG 70-28 I = PG 70-34 Ex: Gyratory Mixture Designation -- SPWEB540E (Design Type, Lift, Agg Size, Traffic Level, Voids, Binder) Ex: Marshall Mixture Designation - L VWE35030B (Mix Type, Lift, Agg Size, Marshall Blows, Voids, Binder) Ex: SMA Mixture Designation -- SMWEE640H (Design Type, Lift, Agg Size, Traffic Level, Voids, Binder) B Minimum Lift thickness Minimum paving lift thickness will be based on maximum aggregate size: Aggregate Size A, 4*; B, 3*: Aggregate Size 5*: Aggregate Size C, 2* (for non-wear only): * Marshall designation Minimum Lift thickness = 40 mm [1-1/2 inch] Minimum Lift thickness = 20 mm [3/4 inch] Minimum Lift thickness = 65 mm [2:"1/2 inch] 2360.2 MATERIALS A Aggregate Al General The aggregate shall consist of sound, durable particles of gravel and sand, crushed stone and sand, or combinations thereof. It shall be free of objectionable matter, such as metal, glass, wood, plastic, brick, rubber, and any other material having similar characteristics. Coarse aggregate shall be free from coatings of clay and silt to the satisfaction of the Engineer. The Contractor shall not compensate for the lack of fines by adding soil materials, such as clay, loam, or silt. Overburden shall not be blended into the asphalt aggregate. Each different material (source, class, kind, or size) shall be fed at a uniform rate from its storage unit. An individual source, class, type, or size of material shall not be stockpile blended with another source, class, ty-pe, or size of material. A2 Classifica tion The aggregate shall conform to 1 of the following classifications. The class of aggregate to be used shall be the Contractor's option, unless otherwise specified in the Contract. Page 2 of 48 2360/2350 Combined Specification December 16, 2005 A2a Class A Class A aggregate shall consist of crushed igneous bedrock (specifically basalt, gabbro, granite, rhyolite, diorite, and andosite) and rock from the Sioux Quartzite Formation. Other igneous or metamorphic rock may be used with specific approval of the Engineer. Class A materials may contain no more than 4.0 percent non. Class A aggregate. This recognizes the fact that some quarries may contain small pockets of non-Class A material within that source. Intentional blending or addition of non.Class A material is strictly prohibited! A2b Class B Class B aggregate shall consist of crushed rock from all other bedrock sources, such as carbonate and metamorphic rocks. (gneiss or schist) A2c Class C Class C aggregate shall consist of natural or partly crushed natural gravel obtained from a natural gravel deposit. A2d Class D Class D aggregate shall consist of 100 percent crushed natural gravel. The crushed gravel shall be produced from material retained on a square mesh sieve having an opening at least twice as large as the Specification permits for the maximum size of the aggregate in the composite asphalt mixture. The a~mount of carryover (material finer than) the selected screen shall not exceed 10 percent. A2e Class E Class E aggregate shall consist of a mixture of any 2 or more of the above classes of approved aggregate (A, B, and D). The use of Class E aggregate, as well as the relative proportions of the different constituent aggregates, shall be subject to the approval of the Engineer. The relative proportions of the constituent aggregates shall be accurately controlled either by the use of a blending belt approved by the Engineer prior to production or by separately weighing each aggregate during batching operations. AU Steel Slag Steel slag may not exceed 25 percent of the mass of the total aggregate. Stockpiles will be accepted for use if the total expansion, determined by ASTM D4792, is less than 0.50 percent. A2g Taconite Tailings (TT) Taconite tailings shall be obtained from ore that is mined westerly of a north-south line located east ofBiwabik, Minnesota (RI5W-RI6W); except that taconite tailings from ore mined in southwestern Wisconsin will also be permitted for use. Approved taconite tailing sources are on file with the Department Bituminous Engineer. A2h Scrap Asphalt Shingles Scrap asphalt shingles may be included in both wear and non-wear courses to a maximum of 5 percent of the total weight of mixture. Only scrap asphalt shingles from manufacturing waste are suitable. The percentage of scrap shingles used will be considered part of the maximum allowable RAP percentage. Refer to Section 2360.2G I to select a virgin asphalt binder grade (use requirements for> 20 percent RAP, regardless of total R..A.P/shingle percentage). Scrap Shingle Specifications are on file in the Bituminous Office. Page 3 of 48 2360/2350 Combined Specification December 16, 2005 A2i Crushed Concrete and Salvaged Aggregate Crushed concrete is allowed as an aggregate source for up to 50 percent of the aggregate in non-wear mixtures. Crushed concrete is not allowed in wearing courses. Salvaged aggregate is allowed as an aggregate source for up to 100 percent of the aggregate in wear and non-wear mixtures. All salvaged aggregate shall be stockpiled uniformly to limit variation in mixture properties. Salvaged aggregates shall meet quality and crushing requirements as specified herein. A2j Sewage Sludge Ash (SSA) Sewage sludge ash is allowed as an aggregate source in both wear and non-wear courses to a maximum of 5 percent of the total weight of mixture. Only SSA that meets the Tier II hazard evaluation criteria as approved by MnDOT's Office of Environmental Services, Environmental Analysis Section, will be allowed for use in the mixture. Approved waste incinerator ash sources are on file with the Department Bituminous Engineer. A3 Recycled Asphaltic Pavement Materials (Rt\P) The combined RAP and virgin aggregate shall meet the composite fine aggregate angularity or calculated crushed requirements (both coarse and fine aggregate) for the mixture being produced (calculated crushed allowed for Marshall design only). RAP containing any objectionable material, i.e. road tar, metal, glass, 'wood, plastic, brick, fabric, or any other objectionable material having similar characteristics, will not be permitted for use in the asphalt pavement mixture. Asphalt binder content in the RAP shall be determined according to MnDOT Lab Manual Method 1851 or 1852. B Manufactured Crushed Fines (-4 material) All Class A, B, D, and E material that passes the 4.75 nun [#4] screen will be considered as crushed fines. Manufactured Crushed Fines (-4 material) from Class C Aggregate. Produce manufactured crushed fines (-4 material) from a gravel source by passing the gravel over a selected screen, 9.5 nun [3/8 inch] or larger, prior to mechanical crushing. The material which passes the 9.5 nun [3/8 inch] screen shall not be incorporated into the manufactured crushed fines but may be used as it qualifies for natural sand. The amount of carryover (material finer than) the selected screen shall not exceed 10 percent. The material retained on the 9.5 nun [3/8 inch] screen shall be crushed. The material that passes the 4.75 nun [#4] screen, after crushing, will be considered as 100 percent crushed fines. Material retained on the 4.75 nun [#4] screen after crushing will not be counted as +4 crushing until tested. C Quality Requirements Cl Los Angeles Rattler T est .......................................................................................... A.ASHTO T96 The Los Angeles Rattler loss on the coarse aggregate fraction (material retained on the 4.75 nun [#4] sieve shall not exceed 40 percent for any individual source used within the mix. An aggregate proportion which passes the 4.75 nun [#4] sieve and exceeds 40 percent LAR loss on the coarse aggregate fraction is prohibited from use in the mixture. Page 4 of 48 2360/2350 Combined Specification December 16, 2005 C2 So u n d ness (IV1 a gnesi um S ulf ate) ... ............... ..... .............. ....................................... AA,SHTO TI04 The magnesium sulfate soundness loss at 5 cycles on the coarse aggregate fraction (material retained on the 4.75 mm [#4]) shall not exceed the following for any individual source used ""ithin the mix: * a) No more than 14 percent loss on the 19 mm [3/4 inch] to 12.5 mm [1/2 inch] and larger fractions. b) No more than 18 percent loss on the 12.5 mm [112 inch] to 9.5 mm [3/8 inch] fraction. c) No more than 23 percent loss on the 9.5 mm [3/8 inch] to 4.75 mm [#4] fraction. d) No more than 18 percent for the composite loss. (Applies only if all 3 size fractions are tested). * 1) If the composite requirement is met but 1 or more individual components do not, the source may be accepted if no individual component is more than 110 percent of the requirement for that component. 2) If each individual component requirement is met but the composite does not, the source may be accepted if the composite is no greater than 110 percent of the requirement. An aggregate proportion which passes the 4.75 mm [#4] sieve and exceeds the requirements listed above on the coarse aggregate fraction is prohibited from use in the mixture. C3 Spall Materials and Lumps ............................................................MnDOT Laboratory Manual Spall is defined as shale, iron oxide, unsound cherts, pyrite, highly weathered and/or soft phyllite and argillite (may be scratched with a brass pencil), and other materials having similar characteristics. Lumps are defined as loosely bonded aggregations and clayey masses. If the percent of lumps measured in the stockpile or cold feed exceed the values listed below, asphalt production shall cease and compliance shall be determined by dry batching. This procedure may be repeated at any time at the discretion of the Engineer. Maximum limits for Spall and lumps, expressed as percentages by mass, are listed in Table 2360.3-B2a. C4 I nsol uble Resid u e Test ........ ........ .......... ............ ........ ............ ..... ......MnDOT Labora tory Manual If Class B carbonate material is used in the mix, the minus 0.075 mm [#200] sieve size portion of the insoluble residue shall not exceed 10 percent. D Aggregate Restrictions Class B carbonate aggregate restrictions are specified in Table 2360J-B2a. E Gradation Requirement The coarse and fine aggregate shall be combined in such proportions to produce an asphalt mixture meeting all of the requirements defined in this Specification and shall conform to the gradation as defined in Table 2360.2-E. Gradation testing shall be conducted in accordance with .MSHTO T-ll (-0.075 mm [-#200] wash) and T-n. Page 5 of 48 2360/2350 Combined Specification December 16, 2005 [percent paSSin!:!: 0 tota was e gradation) Sieve Size A or 4* B or 3 * C or 2 * 5* E (mm [inch]) (SMA) 25.0 [1 inch] 100 See SMA Provisions 19.0 [3/4 inch] 100(1) 85-100 12.5 [112 inch] lOOt!} 85-100 45-90 9.5 [3/8 inch] 85-100 35-90 - 100 4.75 [#4] 25-90 20-80 20-75 65-95 2.36 [#8] 20-70 15-65 15-60 45-80 0.075 [#200] 2.0-7.0 2.0-7.0 2.0-7.0 2.0-7.0 Table 2360.2-E Aggregate Gradation Broad Bands . f I h d *Marshall Designation The gradation broadband for the maximum aggregate size may be reduced to 97 percent passing for mixtures containing Ri\P, when the oversize material is suspected to come from the RAP source. The virgin material must remain 100 percent passing the maximum aggregate sieve size. F Additives An additive is any material added to an asphalt mixture or material, such as mineral filler, hydrated lime, asphalt additives, anti-strip, and similar products that do not have a specific Bid Item. When a Contract requires additives, compensation is included with the Bid Items for the appropriate mixture. If the Engineer directs the Contractor to incorporate additives, the compensation will be as Extra Work, at the Bid Unit Price specified in the Bid Form. The Department OWl1er will not compensate the Contractor for additives incorporated at the Contractor's option. Additives will not be incorporated into the mixture without approval of the Department Bituminous Engineer. Anti-foaming agents shall be added to asphalt cement at the manufacturer's recommended dosage rate. Mineral filler and hydrated lime may be added in a quantity not to exceed 5 percent and 2 percent, respectively, of the total mass of the aggregate. The combination of mineral filler and hydrated lime shall not exceed 5 percent of the total mass of aggregate. The Engineer will approve or disapprove methods for addition of additives. Fl lVIineral Filler. ................................. ............. .......................... ........................ ........ ............... .... 3145 F2 Hydrated Lime ..... .................... ............... ....................... ....................... ........ .... ..... ................... 3145 Hydrated lime used in asphalt mixtures shall meet the requirements of ASTM C977 and have a maximum of 8 percent unhydrated oxides (as received basis). The method of introducing and mixing the hydrated lime and aggregate shall be subject to approval by the Engineer prior to beginning mixture production. F3 Liquid Anti-Stripping Additive When a liquid anti-strip additive is added to the asphalt binder, blending shall be completed before the asphalt binder is mixed with the aggregate. Liquid anti-strip additives that alter the asphalt binder, such that it fails to meet the Performance Grade (PG) requirements, shall not be used. Liquid anti-strip may be added by the supplier at the refinery or by the Contractor at the plant site. The company/supplier adding the additive shall be responsible for testing the binder/additive blend to ensure compliance with the AASHTO M320, Standard Specification for Performance Graded Asphalt Binder. No paving will be allowed until the asphalt binder/additive blend has been tested and results show that binder/additive blend properties meet the criteria in Section 2360.2G. The testing shall be done in accordance with a MnDOT approved Asphalt Binder QC Plan. Requirements for the Asphalt Binder QC Plan are on file in the Bituminous Office. Page 6 of 48 2360/2350 Combined Specification December 16, 2005 The following requirements for HMA mixture and asphalt binder must also be met when liquid anti-strip is added at the HMA plant site: F4 G Mixture ReQuirements at Desij!n: I) The Contractor must design the mixture with the same asphalt binder that will be supplied to the plant site. (Both Laboratory Mixture Design (Option 1) and Modified Mixture Design (Option 2). 2) The Contractor must provide documentation with either design option that includes Tensile Strength Ratio results with the liquid anti-strip dosed at the optimal rate. Documentation must include verification the binder/additive blend meets AASHTO M320 at the optimal dose rate. Contractor Production Testin!:! ReQuirements for Asphalt BinderlLiQuid Anti-Strip Blend: 1) The Contractor shall, on a daily basis, sample and test the asphalt binder/anti-strip blend. Testing of the blend can be by viscosity, penetration, or dynamic shear rheometer (DSR). When a polymer modified asphalt binder is specified, the Contractor shall use the DSR as the daily QC tes t. 2) The Contractor shall, on a w'eekly basis, send the Engineer and MnDOT Chemical Laboratory Director a weekly QC report summarizing the results of the daily testing as required in number 1. 3) The Contractor shall, on a bi-weekly basis, test the binder/anti-strip blend to ensure compliance with the AASHTO M320, Standard Specification for Performance Graded Asphalt Binder (minimum 1/project). Test results shall be sent to the Engineer and MnDOT Chemical Laboratory Director. 4) In addition to the sampling requirements listed above, the Contractor shall obtain asphalt binder/anti-strip blend field verification samples according to 2360AE 12. LiQuid Anti-Strip Additive Meterinj! Svstem: 1) The metering system shall include a liquid anti-strip flow meter in addition to an anti~strip pump. The flow meter shall be connected to the liquid anti-strip supply to measure and display only the anti-strip being fed to the asphalt binder. The meter readout shall be positioned for convenient observation. There shaH be a means provided for comparing the flow meter readout with the calculated output of the anti-strip pump. See number 7. The system shall display in units ofIiters [gallons] to the nearest liter [gallon] or in units of metric tons [tons] to the nearest 0.00 I metric tons [0.001 tons], the accumulated anti-strip quantity being delivered to the mixer unit. The system shall be calibrated and adjusted to maintain an accuracy of 2: 1 percent error. Calibration shall be required for each plant set-up prior to production of mixture. The Engineer may require, on a daily basis, the Contractor "stick" the anti-strip tank at the end of . the day's production to verify anti-strip usage quantities. The system shall provide for a convenient method for sampling the binder/anti-strip after blending has occurred. Alternative blending and metering systems must be pre-approved by the Engineer 2) 3) 4) 5) 6) 7) 8) 9) Coating and Anti-S tripping Additive ...................................................................................... 3161 Asphalt Binder 1Vlaterial ........................................................................................\A.SHTO IVI 320 Asphalt binder material shall meet the requirements of PG asphalt binder testing tolerances, sampling rates, testing procedures, and acceptance criteria based on the most current MnDOT Technical Memorandum titled "Inspection, Sampling, and Acceptance of Bituminous Materials." The PG asphalt binder cannot be modified with air blowing procedures, unless the Department Bituminous Engineer approves it. The Contractor shaIl not use petroleum distillates, such as fuel oil, diesel fuel, or other fuels, in the asphalt tanks. A statement shall be provided by the supplier for recommended laboratory mixing and compaction temperatures, and field maximum mixing and compaction temperatures. Page 7 of 48 2360/2350 Combined Specification December 16, 2005 Gl Asphalt Binder Selection Criteria for All Mixtures with RAP Overlay Specified PG Asphalt Virgin Asphalt Binder Grade to be used with R"-P Binder Grade < 20 Percent RAP > 20 Percent RAP 64-22 64-22 64-28 Other PG Grades No grade adjustment No grade adjustment New Construction (I) Specified PG Asphalt Virgin Asphalt Binder Grade to be used with RAP Binder Grade ~ 20 Percent R"-P > 20 Percent RAP 52-34 52-34 Not allowed * 58-28 58-28 58-28 58-34 58-34 Not allowed * 64-28 64-28 64-28 64- 34 64-34 Not allowed * Other PG Grades No grade adjustment Not allowed * * When approved by the Engineer, the virgin asphalt binder grade can be selected by using the blending chart procedure on file in the Bituminous Office. MnDOT may take production samples for information/verification of compliance with a specified asphalt binder grade. Includes cold inplace recycle, reclaiming, and reconstruction. (1) 2360.3 MIXTURE DESIGN A Mixture Design General The asphalt mix may be designed using 1 of the following 2 Contractor trial mix design options. Review of mixture designs will be performed in the District Materials Laboratory lab where the Project is located. The addition of aggregates and materials not included in the original mixture submittal is prohibited. It is the Contractor's responsibility to design a Marshall mixture in accordance with the most current AASHTO T245, the Asphalt Institute's Mix Design Methods for Asphalt Concrete MS-2, and the MnDOT Laboratory Manual, such that it meets the requirements of this Specification. For Marshall design, the design air void content of the mixture is dependent on the mixture type, regardless of the location in the pavement structure. Design air void content for LV and MV mixtures is 3.0 percent and 3.5 percent, respectively. It is the Contractor's responsibility to design a gYTatory mixture in accordance with the most current AASHTO T312, the Asphalt Institute's Superpave Mix Design Manual SP-2 (2 hour short term aging period is used for volumetric), and the MnDOT Laboratory Manual such that it meets the requirements of this Specification. B Laboratory Mixture Design (Option 1) Test results and documentation as described in Section 2360.3C shall be submitted with the materials described below for consideration by the Department Bituminous Engineer or District Materials Engineer to verify compliance with these Specifications and to issue a Mixture Design Report. Page 8 of 48 2360/2350 Combined Specification December 16, 2005 Bl Aggregate sample At least 15 working days prior to the start of asphalt production, the Contractor shall submit to the Department Bituminous Engineer or the District Materials Engineer a 35 kg [80 pound] sample of representative aggregate retained on the 4.75 mm sieve [#4] and a 15 kg [35 pound] sample of material passing the 4.75 mm sieve [#4] for quality testing. The Contractor shall provide 24 hour notice of intent to sample aggregates. These samples will be tested for quality of each source, class, type, and size of virgin and non-asphaltic salvage aggregate source used in the mix design. The Contractor shall retain a companion sample of equal size until a Mixture Design Report is issued. Quality requirements are defined in Section 2360.2C. Aggregates that require the magnesium sulfate soundness test shall be submitted to the Department Bituminous Engineer or District Materials Engineer at least 30 calendar days prior to the start of asphalt production. Dispute resolution procedures for aggregate qualities are on file in the Bituminous Office. B2 Mixture sample At least 7 working days prior to the start of asphalt production, the Contractor shall submit in writing a proposed Job Mix Formula (JMF) for each combination of aggregates to the Department Bituminous Engineer or District Materials Engineer for review. A Level II Quality Management mix designer must sign the proposed JMF. For each JMF submitted, the Contractor shall include test data to demonstrate conformance to mixture properties as specified in Table's 2360.3-B2b and 2360.3-B2c. The proposed JM:F shall be submitted on forms approved by the Department. In addition, the Contractor shall submit an uncompacted mixture sample plus briquettes compacted at the optimum asphalt content and required compactive effort conforming to the JMF for laboratory examination and evaluation. Mixture sample size and number of compacted briquettes are as follows: j lxture am e eQUlrements Item Gyratory Design Marshall Design Un-compacted Mixture Sample Size 30 Kg [75 pounds] 18 Kg [40 pounds] Number of compacted briquettes 2 3 Table 2360.3-B2 M' SIR B2a Mixture Aggregate Requirements The aggregate fractions shall be sized, graded, and combined in such proportions that the resulting mixture will meet the requirements listed in Section 2360.2-E and Table 2360.3-B2a shown below. Page 9 of 48 2360/2350 Combined Specification December 16, 2005 Table 2360.3-B2a M' :\ R j lxture . _l!l!rel!a te eQUlrements Traffic Traffic Traffic Traffic SMA Aggregate Blend Property Level 2 & LV Level 3 & MY Level 4 Level 5 T. Level 6 20 Year Design ESAL's <1 million 1 - 3 million 3 - 10 10 - 30 See SMA million million Provisions Coarse Aggregate Angularity (ASTM D5821) 30/- 55/- 85 / 80 95 / 90 - (1 face/2 face), Percent - Wear 30/- 55/- 60/ - 80/75 (1 face/2 face), Percent - Non-Wear Fine Aggregate Angularity (FAA) (AASHTO T304, Method A) Percent 40(2) 42(1) 44 45 - - Wear 40(2) 40(1) 40 40 Percent - Non-Wear Flat and Elongated Particles, max(-) 10 10 10 percent by weight, (ASTM D4791) - (3: 1 ratio) (3: 1 ratio) (3:1 ratio) - Clay ContenrtL) (AASHTO T 176) - - 45 45 - Total Spall in fraction retained on the 5.0 2.5 1.0 1.0 - 4.75mm [#4] sieve Maximum Spall Content in Total 5.0 5.0 1.0 1.0 - Sample Maximum Percent Lumps in fraction 0.5 0.5 0.5 0.5 - retained on the 4.75mm [#4] sieve Class B Carbonate Restrictions Maximum percent -4.75mm [-#4] Final Lift/All other Lifts 100/1 00 100/1 00 80/80 50/80 - Maximum percent +4.75mm [+#4] Final Lift! All other Lifts 100/1 00 100/1 00 50/100 0/1 00 - Gvratorv Max. allowable R..A.P percentage 30/40 30/30 30/30 30/30 Wear I Non Wear IvIarshall Max. allowable R..A.P percentage 30/40 30/30 Wear / Non Wear (1) For Marshall design, the Contractor may determine -4 crushing by either FAA of uncompacted voids or calculation of crush from the composite blend. The choice must be made prior to start of production. Manufactured crushed fines requirement is 25 percent. R..A.P sand will be considered 50 percent crushed if the angularity index equals or exceeds 40, and 100 percent crushed if the angularity index equals or exceeds 45. (2) Not applicable under Marshall design. B2b Mixture Requirements Mixture evaluation will be based on the trial mix tests and the corresponding requirements listed in Table 2360.3-B2b and Table 2360.3-B2c. Page 10 of48 2360/2350 Combined Specification December 16, 2005 i lxture eqUlrements Traffic Level Traffic Level Traffic Level Traffic Level S.tvlA 2 3 4 5 T. Level 6 20 year Design ESAL's < I million 1 - 3 million 3 - 10 million 10 - 30 See SMA million Provisions Gyratory Mixture Requirements Gyrations for N initial 6 7 8 8 - Gyrations for Ndesii!ll 40 60 90 100 - Gyrations for Nmaximum 60 90 140 160 - Air Voids, percent - Wear 4.0 4.0 4.0 4.0 Air Voids, percent - Non-Wear 3.0 3.0 3.0 3.0 - & All Shoulder percent Gmm at Ninitial- Wear - :::; 91.5 :::; 90.5 :::; 90.0 percent Gmm at Ninitial- - :::; 92.5 :::; 91.5 :::; 91.0 N on-Wear & All Shoulder percent Gmm at Nmaximum- \Vear :::; 98.0 :::; 98.0 :::; 98.0 :::; 98.0 - percent Gmm at Nmaximum- :::; 99.0 :::; 99.0 :::; 99.0 :::; 99.0 - Non Wear & All Shoulder Tensile Strength Ratio (I), min 75(2) 75(2) 80(3) 80(3) - percent Fines/Effective Asphalt 0.6 - 1.2 0.6 - 1.2 0.6 - 1.2 0.6 - 1.2 - VF A, percent -- Wear 65 - 78 65 - 78 65 - 76 65 - 76 Non-Wear & All Shoulder 70 - 83 70 - 83 70 - 82 70 - 82 Marshall Mixture Requirements LV MV Marshall Blows 50 50 - - - Air Voids, percent 3.0 3.5 - - - Tensile Strength Ratio (I), min 70(4) 70(4) percent Stability, minimum N [lb f] 5000 [1125] 6000 [1350] Fines/Effective Asphalt Wear 0.6 - 1.30 0.6 - 1.30 Non-Wear 0.6-1.40 0.6-1.40 - - - Table 2360.3-B2b M' R (1) See Section 2360.4 E9. Use 150mm [6 inch] specimens for gyratory and 100mm [4 inch] specimens for Marshall design. (2) MnDOT Min = 65, (3) MnDOT Min = 70, (4) MnDOT Min = 60 B2c VMA Criteria The voids in mineral aggregate (VMA) of the mixture at design and during production shall meet the minimum criteria as shown in Table 2360.3-B2c at the specified compaction level. V.tvlA shall be calculated according to the procedures outlined in Asphalt Institutes SP-2 or MS-2 manual. V.tvlA is a design and acceptance/process control requirement. Table 2360.3-B2c V oids in Mineral A ~gregate (VMA) Mixture Requirements Fine Mixture VMA Coarse Mixture VMA Gradation Percent Pass 2.36 mm Minimum Percent Pass 2.36 mm Minimum [#8] [#8] A or 4 * >47 15.0** :::; 47 14.5* B or 3* > 39 14.0 :::; 39 13.5 C or 2* > 35 13..0 :::; 35 12.5 5* ----- 15.0** ----- ----- E See SMA Provisions Page 11 of 48 2360/2350 Combined Specification December 16, 2005 *Marshall designation. **For LV 4 and LV 5 mixes lower VMA requirements by 0.5 percent B3 Tensile Strength Ratio sample Mixture or briquettes that represent the mixture at optimum asphalt content, shall be submitted at least 7 days prior to actual production for verification of moisture sensitivity retained tensile strength ratio (TSR). tvlaterial submitted for TSR verification may be tested for maximum specific gravity Gmm compliance in addition to TSR results. Failure to meet the Gmm tolerance will result in rejection of the submitted mix design. A new mix design submittal will be required and will be subject to provisions described in Section 2360.3C. One of the following options may be used to verify that the tensile strength ratio (TSR) meets the requirements in Table 2360.3-B2b. Option A) The Contractor will batch material at the design proportions, including optimum asphalt. Immediately (before curing) split the sample and allow samples to cool to room temperature. Submit 35 kg [77 pounds] of mixture to the District Materials Laboratory for curing and test verification. Both groups will use a 2 hour cure time (2: 15 minutes) at 1440 C. [2900 F.] and follow procedures in ASTM D4867-92, MnDOT modified as defined in the MnDOT Laboratory Manual. Option B) The Contractor batches, cures (as indicated In option A), compacts, and submits briquettes and uncompacted mixture as specified below. 'ptlOn 1 Ixture equirements Item Gyratorv Design Marshall Design Un-compacted Mixture Sample Size 8,200 g 8,200 g Number of compacted briquettes([) 6 9 Compacted briquette air void content 6.5 - 7.5 percent 6.0 - 8.0 percent (1) - Table 2360.3-B3 o . BM' R I)Omm [6 Inch] speCImens for gyTatory deSIgn 100mm [ 4 inch] specimens for Marshall design B4 Aggregate Specific Gravity ......................................A.ASHTO T84 and T85, MnDOT Modified The Contractor shall detennine the specific gravity of all aggregate used in the mixture. c Documentation Each proposed JMF submitted for review under Section 2360.3B and 2360.3D shall include the follo\ving documentation and test results. (I) The name(s) of the individual(s) responsible for the Quality Control of the mixture during production. (2) The low projects number on which the mixture will be used. (3) The percentage in units of 1 percent (except the 0.075 mm sieve [#200] in units of 0.1 percent) of aggregate passing each of the specified sieves for each aggregate to be incorporated into the mixture. The gradation of aggregate from salvaged asphaltic material shall be derived from the material after the residual asphalt has been extracted. (4) The source and description of the materials to be used. The aggregate pit or quarry source number. The proportion of each material (in percent of total aggregate). (5) The composite gradation based on (3) and (4) above. Note: Include virgin composite gradation based on (4) and (5) above for mixtures containing RAP. (6) The bulk (dry) and apparent specific gravities and \vater absorption (by percent weight of dry aggregate) of both coarse and fine aggregate, for each product used in the mixture (including R...o\P). Use AASHTO T84 and T85 MnDOT modified as defined in the MnDOT Laboratory Manual. The tolerance allowed between the Contractor's and the Department's specific gravities are Gsb (individual) = 0.040 [+4 AND -4] and Gsb (combined) = 0.020. Page 12 of 48 2360/2350 Combined Specification December 16, 2005 (7) The composite gradation plotted on a FHW A 0.45 power chart. (Federal form PR-III5). (8) For mixtures containing RAP include extracted asphalt binder content of the RAP with no retention factor included. (9) The percentage (in units of 0.1 percent) and PG grade of asphalt binder material to be added, based upon the total mass of the mixture. (10) When using laboratory mixture design Option 1 (2360.3B) or Option 2 (2360.3D), include the following: (a) A minimum of 3 different asphalt binder contents (minimum 0.4 percent between each point), with at least 1 point at I above and I below the optimum asphalt binder percentage. (b) The maximum specific gravity at each asphalt binder content. The theoretical maximum specific gravity used for percent air voids determination shall be calculated based on the average of the effective specific gravities measured by a minimum of 2 maximum specific gravity tests at the asphalt contents above and below the expected optimum asphalt binder content. (c) The test results for the individual and average bulk specific gravity, density, and heights, of at least 2 specimens at each asphalt binder content. For Marshall design include the test results for the individual and average bulk specific gravity, density, height, stability, and flow. of at least 3 specimens at each asphalt binder content. (d) The percent air voids in the mixture at each asphalt binder content. (e) The percent Voids in Mineral Aggregate (VMA) at each asphalt binder content. (f) The fines to Effective Asphalt (F/ A) ratio calculated to the nearest 0.1 percent. (g) TSR results at the optimum asphalt binder content. (h) Graphs showing air voids, voids in the mineral aggregate, Gmb, Gmm and unit weight vs. percent asphalt binder content for each of the 3 asphalt binder contents submitted with trial mix. (II) Optional Add-Rock/Add-Sand Provisions If the Contractor chooses to use the add-material option to augment the submitted JMF, the Contractor shall provide samples of the aggregate for quality analysis in accordance with Section 2360.3Bl. The Contractor shal1 provide mix design data for 2 additional design points per add-material. One point shall show a proportional adjustment to the submitted JMF that includes 5 percent, by mass, add-material at the JMF optimum asphalt percent. The second point shal1 show a proportional adjustment to the submitted JMF that includes 10 percent, by mass, add-material at the JMF optimum asphalt percent. The following information will be reported for each of these 2 points: (a) The maximum specific gravity (average of2 tests). (b) The test results for the individual and average bulk specific gravity, density, and height of at least 2 specimens at the optimum asphalt binder content. For Marshal1 design include the test results for the individual and average bulk specific gravity, density, height, stability, and flow of at least 3 specimens at the optimum asphalt binder content. (c) The percent air voids in the mixture for each point. (d) The Fines to Effective Asphalt ratio calculated to the nearest 0.1 of a percent. (e) Coarse and Fine Aggregate crushing counts Up to 2 add-materials will be al10wed per mix design submittal. Aggregate quality and mix characteristics are required for each proposed add-material and shal1 be submitted at the time of the original trial mix submittal. No mixture sample or briquettes are required for these 2 additional points. Page 13 of 48 2360/2350 Combined Specification December 16, 2005 Additional Documentation For: Gyratory Design (G1) The test results from the composite aggregate blend at the proposed JMF proportions indicating compliance with Coarse Aggregate Angularity, Fine Aggregate Angularity, and Flat and Elongated as sho\'m in Table 2360.3-B2a. (G2) The design traffic level and the initial, design, and maximum number of gyrations Ninitial, Ndesign, and Nmaximum' (G3) The temperature ranges the mixture is intended to be discharged from the plant and compacted at the roadway shall be provided by the asphalt binder supplier. Temperatures to be included are laboratory mixing and compaction temperature ranges, and maximum field mixing and compaction temperatures. (G4) Evidence that the completed mixture will conform to all specified physical requirements as follows: Design air Voids (Va ), VMA, VFA, TSR, F/Ae (Fines to effective asphalt ratio), Densification Percent Gmm at Ninitia!> Ndesign, and NMaximum' (G5) Labeled gyratory densification tables and curves, generated from the gyratory compactor, for all points used in the mixture submittal. Marshall Design (Ml) The test results from the composite aggregate blend at the proposed JMF proportions indicating compliance with fine aggregate angularity uncompacted voids as shO\vn in Table 2360.3-B2a. Or calculated -4.75 rnm [-#4] crushing from the composite blend of the proposed JMF. Selection of either FAA or -4.75 rnm [-#4] crushing shall be made at the time of mix design submittal. This selection will dictate the choice of method used for determination of compliance and acceptance for the duration of time the Mixture Design Report is in force. RAP sand will be considered 50 percent crushed if the angularity index equals or exceeds 40, and 100 percent crushed if the angularity index equals or exceeds 45. D Modified Mixture Design (Option 2) Test results and documentation as described in Section 2360.3C shall be submitted to the Department Bituminous Engineer or the District Materials Engineer to verify compliance with mix design requirements and issue a Mix Design Report. Mixture submittal is not required. The Contractor may use this option if all of the following conditions are met: a) The aggregates in the proposed Mix Design Report have been used, in part, in other Mix Design Reports. Additionally, the aggregates must have been previously tested for and meet all applicable quality requirements in the current construction season. The Level II mix designer submitting the mixture design must have a minimum of 2 years experience in mixture design. The Contractor and his representatives cannot have violated the requirements of 1512 Unacceptable and Unauthorized Work relating to mixture design or mixture production within the last 12 month period. b) c) D1 Jl\iIF Submittal At least 2 working days prior to the start of asphalt production, the Contractor shall submit in \\-Tiring a proposed Job Mix Formula (JMF) for each combination of aggregates to the Department Bituminous Engineer or District Materials Engineer for review. A Level II Quality Management mix designer must sign this proposed JMF. For each JMF submitted, the Contractor shall include documentation as outlined in Section 2360.3C to demonstrate conformance to mixture properties as specified in Table 2360.3-B2b and 2360.3-B2c. The proposed JtvlF shall be submitted on forms approved by the Department. Page 14 of 48 2360/2350 Combined Specification December 16, 2005 D2 Initial Production Test Verification At the start of production, the testing frequency for the first 1,800 metric tons [2,000 tons] of each mix type shall be as specified in Table 2360A-D. All mixture placed on MnDOT the O\\'I1er's projects shall meet the specified quality indicators and required field density. Failure to do so will result in reduced payment or removal and replacement with acceptable material. The Department O\\'I1er shall take a mix verification sample within the first 4 samples at the start of production of each mix type. D3 Tensile Strength Ratio sample See Section 2360AE9. D4 Marshall Stability (Marshall Design Only) On the first day of production, for each different mix design, at the same time the verification sample is obtained, an additional sample shall be obtained for Department O\\'I1er evaluation of Marshall stability. This sample may be tested at the discretion of the District Materials Engineer Engineer. The Contractor is not required to test stability on production mixture. If the Marshall stability fails to meet the minimum requirements as listed in Table 2360.3-B2c, the Contractor shall stop production immediately. The Contractor "vill be required to submit a revised mix design, with bituminous mixture at optimum asphalt content, to the District Materials Laboratory. If the mixture meets the minimum stability requirement, production may be resumed. If the stability fails the second time, the Mix Design Report will be revoked. The Contractor will then be required to submit a new mix design according to Laboratory Mixture Design 2360.3B, Option 1. A new Mix Design Report \vill be issued upon successful verification of the new mixture design submittal. E Mixture Design Report A Mixture Design Report consists of the JMF (Job Mix Formula). The .ITvlF includes composite gradation, aggregate component proportions, asphalt binder content of the mixture, design air voids, Voids in Mineral Aggregate, and aggregate bulk specific gravity values. .ITvIF limits will be shown for gradation control sieves, percent asphalt binder content, air voids, and Vl\IA. Issuance of a Mixture Design Report confirms the mixture has been reviewed for and meets volumetric properties only. No guaranty or warranty, either express or implied, is made regarding placement and compaction of the mixture A Department reviewed Mixture Design Report is required for all paving, except for small quantities of material provided under Section 2360.5H. All submitted materials must meet aggregate and mixture design requirements before a Mixture Design Report is issued. The Department will review 2 trial mix designs per mix type designated in the Drawing, per Contract at no cost to the Contractor. Additional mix designs will be verified at a cost of52000 per design, payable to the Commissioner of Transportation. For city, county, and other agency projects, the Contractor shall provide to the District Materials Laboratory a complete Project proposal, including Addenda, Supplemental Agreements, Change Orders, and any Drawings (including typical sections) that affect the mix design. The Department will not start the verification process without this information. Page 15 of48 2360/2350 Combined Specification December 16, 2005 2360.4 MIXTURE QUALITY MA.i~AGEMENT (Quality Control/Quality Assurance) A Quality Control (QC) The Contractor shall provide and maintain a quality control program for HMA production. A quality control program is defined as all activities, including mix design, process control inspection, sampling and testing, and necessary adjustments in the process that are related to the production of a hot mix asphalt (HMA) pavement which meets the requirements of the Specifications. Al Contractor Certified Plant HiVIA Ala Certification Procedure The Contractor shall: (1) (2) (3) Complete application form and request for plant inspection. Provide a site map of stockpile locations. Pass plant and testing facility inspection by having the Plant Inspector and Bituminous Plant Authorized Agent complete and sign the Asphalt Plant Inspection Report (TP 02142-02, TP 02143-02). By signing the Asphalt Plant Inspection Report, the HMA plant authorized agent agrees to calibrate and maintain all plant and laboratory equipment within allowable tolerances set forth in these Specifications, Standard Specifications for Construction, and the MnDOT Bituminous Manual. Obtain a Mixture Design Report prior to production. (4) Alb Maintaining Certification To maintain certification, the plant must produce, test, and document all certified plant asphalt mixtures in accordance with the above requirements on a continuous basis. Continuous basis means all asphalt mixtures supplied from a certified plant to any Department project with 2360 asphalt mixtures must be sampled and tested in accordance with 2360 requirements and the Schedule of Materials Control. The Contractor shall assure the plant certification procedure is performed annually after winter suspension and before producing material for a Project. In addition, a first-day sampling and testing frequency rate as stated in Table 2360A-D shall be followed. The Contractor shall recertify a plant when it is moved to a new location or a previously occupied location. Alc Revocation of Plant Certification The Department Construction Engineer may revoke certification of an asphalt plant when requirements are not being met or records are falsified. The Department may revoke the Technician Certification for the individual involved. The Department Bituminous Engineer and Department Contract Administrator will maintain a list of companies who have had their asphalt plant certification revoked. B Quality Assurance (QA) The Dep:utment Owner will perform QA testing as part of the acceptance process. The Engineer is responsible for QA testing, records, and acceptance. The Engineer wiII accomplish the QA process by: (1) Conducting Quality assurance and verification sampling and testing. (2) Observing sampling and tests performed by the QC personnel. (3) Taking additional samples at any time and any location during production. Page 16 of48 2360/2350 Combined Specification December 16, 2005 (4) (5) (6) (7) Monitoring the required QC summary sheets and control charts. Verifying calibration of laboratory testing equipment. Communicating :\'fnDOT Owner test results to the Contractor's QC personnel in a timely manner. Ensuring Independent Assurance Sampling and testing requirements are met. C Contractor's Quality Control C1 Personnel Requirements Along with the proposed mix design data, the Contractor shall submit to the Engineer an organizational chart listing the names and phone numbers of individuals and alternates responsible for mix design, process control administration, and inspection. The Contractor shall also post a current organizational chart and if required by the Engineer, post a daily roster of individuals perfonning QC testing in the Contractor's test facility. The Contractor's quality control organization or private testing firm shall have Certified Technicians who have met the requirements on file with the Department's Technical Certification program. Individuals performing process control testing must be certified as a Level I Bituminous Quality Management (QM) Tester. Individuals perfonning mix design calculations or mix design adjustments must be certified as Level II Bituminous QM Mix Designer. The Contractor shall have a Certified Level II Bituminous QM Mix Designer available to make any necessary process adjustments. The Contractor shall have a minimum of 1 person per paving operation certified as a Level II Bituminous Street Inspector. C2 Laboratory Requirements: The Contractor shall furnish and maintain a laboratory at the plant site or other site as approved by the Engineer. The laboratory shall be furnished with the necessary equipment and supplies for performing Contractor quality control testing. The laboratory equipment shall meet the requirements listed in Section 400 of the MnDOT Bituminous Manual and these Specifications, including having extraction capabilities. The laboratory shall be calibrated, and operational prior to the beginning of production. In addition to the requirements listed above, the laboratory shall be equipped with a telephone for use by the Contractor or the Engineer. A fax machine and copy machine shall be available for use by the Contractor or the Engineer at the laboratory site. The laboratory shall also include a computer and printer. The computer shall have the following minimum requirements: 1) Intel based with either Celeron or Pentium IV processor with a minimum processor speed of 1.8 MHZ. 2) CD '';Titer with CD/R W capability and a minimum mite speed of 16x. 3) Windows 2000 or Windows XP with Microsoft Excel version 97 or newer. The printer must be able to print control charts. The Engineer shall be allowed to inspect measuring and testing devices to confirm both calibration and condition. The Contractor shall calibrate and correlate all testing equipment in accordance with the latest version of the MnDOT Bituminous Manual. D Sampling and Testing The Contractor shall ensure that all QC samples are taken at random locations. Random number generation and determination of random sample location shall be consistent with the MnDOT Bituminous Manual Section 5-693.7 Table A or Section 5 of ASTM D3665. The Engineer may approve alternate methods of random number generation. The tests for mixture properties shall be conducted on representative portions of the mix, quartered from a larger sample of mixture taken from behind the paver, or when approved by the Engineer, an alternate sampling location. The procedure for truck box sampling, an alternate sampling location, is on file in the Bituminous Office. When an alternate sampling location is approved and used by the Contractor, the daily verification sample must still be taken from behind the paver. Page 17 of 48 2360i2350 Combined Specification December 16, 2005 The Contractor shall obtain a sample of at least 25 kg [55 pounds]. This sample may be either split in the field or transported to the test facility by a method to retain heat to facilitate sample quartering procedures. The Contractor shall store and retain mixture bulk samples and companion samples for the Department Engineer for a period of 7 working days. The Contractor shall maintain these split samples in containers labeled with companion numbers. The Contractor shall perform QC sampling and testing according to the following schedule. Determine the planned tonnage for each mixture to be produced during the production day. Divide the planned production by 1000. Round the number to the next higher whole number. This number will be the number of production tests required for that mixture. Required production tests are listed in Table 2360A-E. Split the planned production into even increments and select sample locations as described above. If actual tonnage exceeds planned tonnage, additional tests may be required. During production, mixture volumetric property tests will not be required when mix production is less than 270 metric tons [300 tons]. However, production tests will be required when the accumulative tonnage on successive days exceeds 270 metric tons [300 tons]. At the start of production, the testing frequency for the first 1800 metric tons [2,000 tons] of each mix type shall be as follows: P d Table 2360.4-D S U T R ro uctlOn tart- Jp estm2 ates Production Test Testing Rates Test Reference Section Bulk Specific Gravity 1 test per 450 metric tons [500 tons] AASHTO T3l2,T166 MnDOT 2360.4E2 modified Maximum Specific Gravity 1 test per 450 metric tons 500 tons 1 AASHTO T209 MnDOT modified 236D.4E3 Air Voids (calculated) I test per 450 metric tons [500 tons] AASHTO T269, T3l2 2360.4E4 Asphalt Content 1 test per 450 metric tons 500 tons 1 Bit & Lab Manual 2360.4El VMA (Calculated) 1 test per 450 metric tons 500 tons] Al MS 2 & SP 2 2360.4E5 Gradation 1 test per 900 metric tons 1000 tonsl AASHTO Ill, T27, T30MnDOT modified 2360.4E6 Coarse Aggregate Angularity 1 test per 900 metric tons [1000 tons] ASTM D582l 2360.4E7 Fine Aggregate Angularity 1 test per 900 metric tons [1000 tons] AASHTO T304, Method A 2360.4E8 (F AA)(l) (1) Marshall design allows -4.75mm [-#4] manufactured crushed fines calculation per MnDOT Bituminous Manual E Production Tests When more than 1 MnDOT approved test procedure is available, the Contractor shall select, with the approval of the Engineer, 1 method at the beginning of the Project and use that method for the entire Project. The Contractor and Engineer may agree to change test procedures during the construction of the Project. Page 18 of 48 2360/2350 Combined Specification December 16, 2005 Table 2360.4-E Production Sampling and Testing Rates Production Test Sampline:/Testine: Rates Test Reference Section Bulk Specific Gravity Divide the planned production by 1000. Round the AASHTO T312, T245, T166 2360.4E2 number to the next higher whole number. MnDOT Modified Maximum Specific " AASHTO T209 MnDOT 2360.4E3 Gravity Modified Air Voids (calculated) " AASHTO T269, T312 2360.4E4 Asphalt Content " Bit & Lab Manual 2360.4EI VMA (Calculated) " AI MS 2 & SP 2 2360.4E5 Gradation 1 gradation per 1,800 metric tons [2,000 tons], or AASHTO TII, T27, T30 2360.4E6 portion thereof (minimum of I per day) MnDOT Modified Coarse Aggregate 2 tests/day for a minimum of 2 days, then I per day if ASThI D5821 CAA is met. If CAA >8 percent of requirement, 1 2360.4E7 Angularity sample/day but test l/week. Fine Aggregate 2 tests/day for a minimum of 2 days, then I per day if AASHTO T304, Method A Angularity (F AAP) FAA is met. If FAA >5 percent of requirement, I 2360.4E8 sample/day but test I/week. TSR 1st sample at 5,000 tons or by second day of production, ASTM D4867 MnDOT 2360.4E9 then sample at every 18,000 metric tons [20,000 tons1 Modified Aggregate Specific 1 per 9,000 metric tons [10,000 tons] AASHTO T84 & T85, 2360.4E10 Gravity MnDOT Modified Mixture Moisture Daily, unless exempted by Engineer MnDOT 5-693.950 2360.4E II Content Asphalt Binder Sample 151 load (each grade) then I per 1,000,000 liter MnDOT 5-693.920 2360.4E12 [250,000 gallon-sample size 1 Quart.l (1) Marshall design allows -4.75mm [-#4] manufactured crushed fines calculation per MnDOT Bituminous Manual (a) (b) (c) (d) Asphalt Binder Content Spot Check (Virgin only).....................................................................MnDOT Bituminous Manual Incinerator Oven (I) ......................................................... MnDOT Laboratory Manual Method 1853 Chemical Extraction .........................................MnDOT Laboratory Manual Method 1851 or 1852 Meter Method (Virgin only) .................................................................MnDOT Bituminous Manual (1) Incinerator Oven may not be used when the percentage of Class B material exceeds 50 percent within the composite blend, unless a correction factor is determined by the Contractor and approved by the District Materials Engineer. E1 E2 Marshall Bulk Specific Gravity, Gmb (3 specimens)......AA..5HTO T166, MnDOT Modified, or E2a Gyratory Bulk Specific Gravity, Gmb (2 specimens) ................................AASHTO T312, T166, MnDOT Modified E3 Maximum Specific Gravity, Gmm..........................................AASHTO TZ09, MnDOT Modified E4 Air Voids - Individual and Isolated (calculation) ...................................... AASHTO T269, T312 Isolated air voids are calculated using the maximum mixture specific gravity and the corresponding bulk specific gravity from a single test. Individual air voids are calculated from the maximum specific gravity moving average and the bulk specific gravity from that single test. For gyratory design, compaction shall be conducted to Nmaxirnum and calculations for percentGmm at Ninitial and Ndesign shall be determined by applying the calculated correction factor as described in the Asphalt Institute SP 2 manual. Page 19 of48 2360/2350 Combined Specification December 16, 2005 Production control for percentGmm at Nini'ial and Nmaximum shall not exceed the limit shown in Table 2360.3-B2b by more than 1.0 percent. Mixture produced beyond these limits, as measured by the moving average of 4 tests, may result in a cancellation of the Mix Design Report. A new mix design and submittal that satisfies these Specification criteria may be required. E5 V oids Mineral Aggregate (VMA) (calculation) ............................. Asphalt Institute MS-2, SP-2 E6 Gradation - Blended Aggregate...........AASHTO T-ll, T-27, and T-30 (all MnDOT modified) Testing to determine the blended aggregate gradation shall be determined every 1800 metric tons [2,000 tons], or portion thereof (minimum of 1 per day), on samples taken at the same time as the required mixture sample for a given increment. All gradations require a - 0.075 mm [-#200] wash. (a) Virgin Aggregate Mixtures - Drum or Screen1ess Plants Belt Samples or extracted production samples. All Other Mixtures: 1. Hot Bins - Drybatch (Optional) 2. Incinerator Oven MnDOT Laboratory Manual Method 1853 (Optional), except samples that contain over 50 percent class B. (I) Extraction MnDOT Laboratory Manual Method 1851 or 1852 (Optional) (1) Incinerator Oven may not be used when the percentage of Class B material exceeds 50 percent within the composite blend, unless a correction factor is determined by the Contractor and approved by the District Materials Engineer. (b) ~ .). E7 Coarse Aggregate Angula ri ty .. ............ ................... .... ........ .............. ......... ............... ASTlYI D5821 CAA test results shall meet the minimum percent fractured faces as shown in Table 2360.3-B2a. ASTM D5821 shall be used to determine coarse aggregate angularity on the composite blend from aggregates used in production of hot mix asphalt. Mixtures that contain virgin aggregates may be tested from composite belt samples. Mixtures that contain RA.P must be tested from extracted aggregates taken from standard production samples. The percentage of fractured faces of the composite aggregate blend less than 100 percent shall be tested at the follo\ving rates: (1) Perform 2 tests per day for each mixture blend for a minimum of 2 days and then 1 per day if the test samples meet CAA requirements. (2) If CAA crushing test results exceed 8 percent of the requirement, take 1 sample per day and perform 1 test per week. CAA results must be reported on the test summary sheet. Mixture placed and represented by results below the minimum requirement. as shown in Table 2360J-B2a, will be subject to reduced payment as outlined in Table 2360A-U. Tonnage subjected to reduced payment shall be calculated as the tons placed from the sample point of the failing test until the sampling point when the test result is back within Specifications. E8 Fine Aggregate Angularity ......................................................................ASTM C1252 Method A FAA test results shall meet the minimum criteria shmVIJ. in Table 2360.3-B2a. ASTM C1252 Method A shall be used to determine fine aggregate angularity on the composite blend from aggregates used in production of HMA. Mixtures that contain virgin aggregates may be tested from composite belt samples. .tvlixtures that contain RAP must be tested from extracted aggregates taken from standard production samples. The percentage of uncompacted voids from the composite aggregate blend shall be tested at the following rates. Page 20 of 48 2360/2350 Combined Specification December 16, 2005 (1) Perform 2 tests per day for each mixture blend for a minimum of 2 days and then 1 per day if the test samples meet FAA requirements. (2) If FAA test results exceed 5 percent of the requirement, take 1 sample per day and perform 1 test per week. FAA results must be reported on the test summary sheet. Mixture placed and represented by results below the minimums, as shown in Table 2360.3-82a, will be subject to reduced payment as outlined in Table 2360A-L3. Tonnage is subjected to reduced payment shall be calculated as the tons placed from the sample point of the failing test until the sampling point when the test result is back within Specifications. E8a - 4.75 mm [-#4] Manufactured Crushed Fines .......................................... (calculation) MnDOT Bituminous Manual Under Marshall design, when the -4.75 mm [-#4] crushing is calculated, adjustments in target values from the composite blend must be made at the end of each days paving. If the target quantity (percent of -4.75 mm [-#4J to be crushed) changes due to mixture proportion or composite gradation change, a new target shall be established for the next days paving. E9 Field Tensile Strength Ratio (TSR) ..........................................ASTM D4867 MnDOT Modified A TSR sample shall be obtained within the first 4,500 metric tons [5,000 tons] of HMA produced or by the second day of production, whichever comes first, to verify tensile strength ratio (TSR). These samples may be tested at the discretion of the District :--'laterials Engineer O\\'I1er. If the )'4:aterials En;ineer O\\.ner requires the samples to be tested, both the Contractor and the Department Engineer will be required to test these samples within 72 hours after it is sampled. Sample size shall be 50 kg [110 pound] minimum and split in half to provide a sample for the Department Engineer and the Contractor. The Department Engineer companion of this split shall be labeled with the date, time, Project number, and approximate cumulative tonnage to date. The Department Owner companion shall be given to the Department Owners Street Inspector or Plant Monitor inunediately or delivered to the District ?I'1aterialc Engineer within 24 hours of sampling, as specified by the Engineer. Mixture samples shall be taken from behind the paver, unless the Engineer approves an alternate sampling location. Specimen size shall be 100 mm [4 inch] for Marshall mix design and 150 mm [6 inch] for gyratory design. The Contractor may test the sample at a permanent lab site or a field lab site. Additional HMA mixture samples for TSR evaluation shall be sampled at a rate of I per 18,000 metric tons [20,000 tons] increments for all mixtures produced on the Project. These samples may be tested at the discretion of the District ?'laterials Engineer Ovmer. If the ?I'Iaterials Engineer Owner requires the samples to be tested, both the Contractor and the Department Engineer \vill be required to test these samples. Minimum acceptable TSR values for production are shown in Table 2360A-E9. The Contractor shall stop production immediately if minimum TSR requirements are not met. The Contractor will not be allowed to resume production until anti-strip has been added to the asphalt binder. Determination of who is responsible for the cost .of.the anti-strip is based on ?llnDOT Owner and Contractor TSR values as outlined in Tables 2360AE9A, 2360AE9B, and 2360AE9C. When :.lnDOT the Owner is responsible for the cost of the anti-strip, payment will be made only for the cost of the anti-strip for mixtures placed on that Project. :vInDOT The O\\'I1er will not reimburse the Contractor for any delay costs associated with making changes related to this testing. Table 2360A-E9 Mixture Tvpe- - Minimum TSR LV and MV GYTatory Traffic Level 2-3 Traffic Level 4-5 !.'lnDOT ~.lnDOT :"lnDOT Contractor O\\'I1er Contractor Owner Contractor Owner 70 percent 60 percent 75 percent 65 percent 80 percent 70 percent Page 21 of 48 2360/2350 Combined Specification December 16, 2005 Table 2360.4-E9A LV and MV Contractor TSR Mixtures >70 <70 ,\lnDOT .::::60 NA ~.lnDOT Owner Ovrner TSR <60 Contractor Contractor Table 2360.4-E9B Gyratory Level Contractor TSR 2-3 >75 <75 !\lnDOT .::::65 NA ~.lnDOT Owner Owner TSR <65 Contractor Contractor Table 2360.4-E9C Gyratory Level 4-5 Contractor TSR >80 <80 !\lnDOT .::::70 NA :\lnDOT Owner Owner TSR <70 Contractor Contractor Another sample shall be taken and tested within the first 450 metric tons [500 tons] after production resumes. If the re-test fails to meet the minimum specified value, the Contractor shall stop production immediately. Production cannot resume until the Contractor has discussed with the Engineer a proposal for resolving the problem. The Contractor shall not operate below the specified minimum TSR on a continuing basis. A continuing basis shall be defined as 2 or more successive tests failing the TSR requirements. The following conditions will automatically require a sample to be taken and tested: 1. A proportion change of more than 10 percent (from the currently produced mixture) for a single stockpile aggregate. 2. The discretion of the Engineer. Dispute resolution procedures for TSR are on file in the Bituminous Office. E10 Aggregate Specific Gravity (Gsb) ............................ AASHTO T84 and T85, MnDOT modified Samples of all aggregate stockpiles shall be collected on each aggregate used in the production mixture, at a rate of 1 sample per 9,000 metric tons [10,000 tons] mixture produced. These samples shall be taken at random as directed by the Engineer. These representative stockpile samples shall be 40 kg [90 pounds] of each aggregate component. Each sample shall be split in half to provide a sample for the Department Owner and the Contractor. The Department Owner companion shall be labeled with date, time, Project number and approximate cumulative tonnage to date. The Department Owner's companion shall be given to the Department Owner's Street Inspector or Plant Monitor immediately or delivered to the District ::\'laterials Engineer within 48 hours of sampling, as specified by the Engineer. These samples may be tested. Tested samples will be compared to the Contractor's values on the Mix Design Report. If the results deviate beyond the tolerance specified in Table 2360A-M, the dispute resolution procedure on file in the Bituminous Office will be utilized. Any mixture placed following notification of new specific gravity values will be based upon Department results, unless proven incorrect. The Contractor shall be notified when new specific gravity values become available and what impact this will have on the calculated VMA. Page 22 of 48 2360/2350 Combined Specification December 16, 2005 Ell lVIoisture Con ten t .. ..... ....... .......... ............ ............ ......... ........... ......... ..... ............ lVInDOT 5-693.950 Provide a mixture with a moisture content not greater than 0.3 percent. The moisture content in the mixture shall be measured behind the paver or alternate approved sampling method on file in the Bituminous Office. Sampling and testing shall be conducted by the Contractor on a daily basis, unless exempted by the Engineer. Sampling and testing is suggested when rain on stockpiles exceed more than 5 rum [0.2 inch] in a 24 hour period. The sample shall be stored in an airtight container. Microwave testing is prohibited. HMA that exceeds 0.3 percent moisture content is unacceptable. The Contractor shall take appropriate action to remove excess water from the mixture. This action may include reducing the production rate, mixing stockpile aggregates prior to placement into the feed bins and use of covered stockpiles. E12 Asphalt Binder Samples The Contractor shall sample the first shipment of each type of asphalt binder, then sample at a rate of 1 per 1,000,000 liters [250,000 gallons]; sample size shall be 1.0L [1 quart]. All samples shall be taken in accordance with the MnDOT Bituminous Manual 5-693.920. Sampling shall be conducted by Contractor and monitored by the Inspector. Promptly submit the sample to the Department Materials Laboratory in Maplewood. The Contractor shall record sample information on Asphalt Sample Identification Card. F Documentation (Records) The Contractor shall maintain documentation, including test summary sheets and control charts, on an ongoing basis. The Contractor shall also maintain a file of gyratory specimen heights for all gyratory compacted samples and test worksheets. Reports, records, and diaries developed during the progress of construction activities for the Project, shall be filed as directed by the Engineer and will become the property of the Department Owner. The Contractor shall: (1) Number test results in accordance with standard Department procedures and record on forms approved/supplied by the Department. (2) Facsimile all production test results on test summary sheets to the Distri~t ~.1aterials Laboratory Engineer's Street Inspector and to other sites as requested by the Engineer, by 11 AM of the day following production. (2a) Include the following production test results and mixture information on the Department approved test summary sheet. 1. Percent passing on sieves listed in Table 2360.2-E. 2. Coarse and fine aggregate crushing. 3. Maximum specific gravity (GmmJ 4. Bulk specific gravity (Gmb). 5. Percent asphalt binder content (Pb). 6. Calculated production air voids (Va)' Gyratory design shall also include percentGmm at Ninitial, percentGmm at Ndcsign , and percent Gmm at Nmaximum. 7. Calculated voids in mineral aggregate (VMA). 8. Composite aggregate specific gravity (Gsb) reflecting current proportions. 9. Aggregate proportions in use at the time of sampling. 10. Tons where sampled. 11 Cumulative tons. lla. Tons Represented by Test. 12. Fines to effective asphalt ratio (F/Ael. 13. Signature Line for ~,'InDOT Engineer and Contractor Representative. 14. Mixture Moisture Content. 15. :.1nDOT Owner verification sample test result. (2b) Submit copies of all failing test results to the Engineer on a daily basis. (3) Provide the Engineer with asphalt manifests of BOL's (Bill of Laddim:) on a daily basis. Page 23 of 48 (4) (5) (6) (6a) (7) (8) G 2360/2350 Combined Specification December 16, 2005 Provide a daily plant diary to include a description of QC actions taken (adjustmenr of cold feed percentages, changes in JMFs, etc.) include all changes or adjustments on the test summary sheets. Provide weekly truck scale spot checks (as requested bv the Engineer). Provide a Department approved accounting system for all mixes and provide a daily and final Project summary of material quantities and types. Provide a final hardcopy summary of all quality control test summary sheets and control charts at completion of bituminous operations on the Project to the Engineer. Because Certified Plant test data often represents test data for multiple projects, it may be necessary to make duplicate copies of the data for each Project. The Contractor shall also submit a diskette of the quality control summary sheets, control charts, and density worksheets to the Bituminous Engineer. Furnish an automated weigh scale and computer generated weigh ticket. The ticket shall indicate project number, mix designation (including binder grade), Mixture Design Report#, truck identification and tare, net mass, date and time of loadmg. Any deviations from the minimum information to be provided on the computer generated weigh ticket must be approved by the Engineer in writing. Charts and records for a mixture produced at 1 plant site shall be continued from contract to contract. Documentation (Control Charts) The following data shall be recorded on the standardized control charts if requested bv the Engineer, all control charts, and summary sheets shall be computer generated using software approved by the Engineer. Software is available from the MnDOT Bituminous Office at www.mrr.do1.state.Inn.us/pa vemenUbituminouslb ituminous .asp. (1) Blended aggregate gradation, include sieves shown in Table 2360.2-E for specified mixture. (2) Percent asphalt binder content (Pb). (3) Maximum specific gravity (Gmm). (4) Production air voids (Va)' (5) VMA. Individual test results shall be plotted for each test point. A solid line shall connect individual points. The moving average for each test variable shall be plotted starting with the fourth test. A dashed line shall connect the moving average points. The Department's Owner's quality assurance and verification test results shall be plotted with asterisks. Specification JMF limits shall be indicated on the control charts using a dotted line. The Engineer may waive the plotting of control charts. H JIYIF Limits The production air voids and VMA are based upon the minimum specified requirements as shown in Tables 2360.3-B2b and 2360.3B2c. Gradations and asphalt binder content limits are based upon the current Department reviewed Mixture Design Report. Gradation control sieves include each sieve shown in Table 2360.2-E. The mixture production targets are listed on the Mixture Design Report. nvrF limits are the target plus or minus the limits shown in Table 2360A-H. nvrF limits are used as the criteria for acceptance of materials based on the moving average. A moving average is the average of the last 4 test results. Page 24 of 48 2360/2350 Combined Specification December 16, 2005 Item JMF Limits YMA, percent - 0.3 Production Air Y oids, percent :i: 1.0 Asphalt Binder Content, percent -0.4 Sieve - Percent Passing* 25, 19, 12.5,9.5,4.75 mm [1 inch, 3/4 inch, 112 inch, 3/8 inch, #4] =7 2.36 mm [#8] :i:6 0.075 mm [#200] ::!: 2.0 Table 2360.4-H JIHF Limits (N=4) *JMF limits are not allowed outsIde the broadband requirements in Table 2360.2-E. I JMF Bands JMF Bands are defined as the area between the target, as identified on the Mixture Design Report, and the JMF limits. J JMF Adjustment The Contractor shall begin mixture production with the materials (gradation, asphalt content, and aggregate proportions) closely conforming to the reviewed Mixture Design Report. Closely conforming shaIl be defined as aggregate proportions Vv'ithin 5 percent of the design .proportions (I) and other mixture parameters within the JMF limits in Table 2360.4-H. This requirement may be waived if the Contractor provides the District Materials Laboratory with prior documented production data showing how production affects the mixture properties or if the Contractor provides the District Materials Laboratory with a wTitten justification or explanation of material changes since the original mixture submittal. (1) The Contractor shall begin mixture production using all aggregate proportions included on the Mixture Design Report, unless the aggregate proportion is shown as 0 percent. If, during production, the Contractor determines from results of QC tests that adjustments to the mix design are necessary to achieve the specified properties, the following provisions shaIl apply. No adjustments are aIlowed using aggregates or materials not part of the original mix design. The Contractor shaIl make a request for a JMF adjustment to the Department Bituminous Engineer or District Materials Engineer. The requested change wiII be reviewed for the Department by a Certified Level II Bituminous QM Mix Designer. If the request meets the design requirements in Tables 2360.3-B2a and 2360.3-B2b, a revised Mixture Design Report shall be issued. Each trial mixture design submittal as described in Section 2360.3A may have 3 JMF adjustments per mixture per project without charge. Additional JMF adjustments requested must be accompanied with a $500 fee per each additional JMF adjustment, payable to the Commissioner of Transportation. If a JMF change is requested for the 0.075 mm [#200] sieve, the Fines to Effective Asphalt Ratio shall be determined on the moving average from the previous 4 gradation tests conducted during actual production. The adjusted JMF shall be within the mixture specification gradation design broadbands shown in Section 2360.2E. Should a redesign of the mixture become necessary, a new Th1F shall be submitted. The JMF asphalt content may only be reduced if the production VMA meets or exceeds the minimum VMA requirement for the mixture being produced. Adjustments will be made as a result of an interactive process between the Contractor, Engineer, and District Materials Engineer. Consecutive requests for JMF adjustments, without production data, are not allowed. The calculation of the moving average shaIl continue after the JMF has been approved. Page 25 of 48 2360/2350 Combined Specification December 16,2005 J1 JMF Adjustment for Proportion Change> 10 percent If a JMF adjustment is requested for a proportion change exceeding 10 percent (from the currently produced mixture) for a single stockpile aggregate, supporting production test data from a minimum of 4 tests run at an accelerated testing rate of 1 test per 450 metric tons [500 tons] must be included with the request for adjustment. In addition to the requirements listed above, acceptable verification and approval of the requested JMF will be based on individual and moving average test results. Individual test results must be within twice the requested JMF limits for percent asphalt binder, production air voids, and VMA. Individual gradation must be within twice the requested JMF bands. The moving average values must be within the control limits of Table 2360A-H. The calculation of the moving average shall continue after the change in proportions. If the mixture meets the specified quality indicators, the request for JMF adjustment will be signed by the District Materials Laboratory and considered effective from the point the proportion change was made. Failure to meet the quality indicators will result in reduced payment or removal and replacement with acceptable matexial. Consecutive requests for JMF adjustments without production data is not allowed. K Corrective Action -- Percent Asphalt Binder Content, VMA, and Gradation and Production Air Voids When the moving average values trend toward the JMF limits, the Contractor shall take corrective action. The corrective action taken shall be documented on summary sheets and, if applicable, a request for JMF adjustment shall be submitted to the District Materials Engineer for review and approval. All tests shall be part of the Project files and shall be included in the moving average calculations. The Contractor shall notify the Engineer whenever the moving average values exceed the JMF limits. L Failing Materials The determination of price adjustments for failing materials will be based on the criteria outlined in this Section. Material acceptance is based on individual and moving average test results. Isolated test results are used for acceptance of air voids at the start of mixture production. Generally, individual test results which are more than twice the JMF bands are considered failing. Moving average test results are considered failing when they exceed the JMF limits. If the moving average values exceed the JMF limits, the Contractor shall stop production and make adjustments. The Contractor shall restart production only after notifying the Engineer of the adjustments that have been made. Testing shall resume at the accelerated rates and for the tests listed in Table 2360A-D for the next 1800 metric tons [2,000 tons] of mixture produced. The calculation of the moving average shall continue after the stop in production. Mixture produced where the moving average of 4 exceeds the JMF limits shall be considered unsatisfactory and subject to requirements of Section 2360AL4, L5, L6, and L7. Individual test failures are discussed in Section 2360ALl, L2, and U. When the total production of a mixture type for the entire Project requires less than 4 tests, acceptance of material will be consistent with the criteria outlined in Section 2360ALl, L2, and U. When the Contractor's testing data fails to meet specified tolerances as listed in Table 2360A-M, quality assurance/verification data shall be used in place of the Contractor's data to determine the appropriate payment factor. Page 26 of 48 2360/2350 Combined Specification December 16, 2005 L1 Isolated Failures at Mixture Start-Up - Production Air Voids At the start-up of mixture production, before a moving average of 4 can be established the first 3 isolated test results for production air voids will be used for acceptance. Isolated production air voids are calculated by using the maximum mixture specific gravity and the corresponding bulk specific gravity from that single test. After 4 samples have been tested and a moving average of 4 can be established, acceptance \vill be based on individual and moving average production air voids: If, at the start of production, any of the first 3 isolated test results for production air voids exceeds twice the 11v1F bands from the target listed on the Mixture Design Report, the material is considered unsatisfactory or unacceptable. Reduced payment as outlined in Table 2360A-L3 shall apply to all tonnage placed from the sample point of the failing test until the sample point when the isolated test result is back within twice the J1'vlF bands. When the failure occurs at the first test, after the start of production, the tonnage subjected to reduce payment shall be calculated as described above and shall include the tonnage from the start of production. When isolated air voids are less than 1.0 percent or greater than 7.0 percent, the Engineer will decide whether the mixture is subject to removal and replacement or reduced payment. If the mixture is to be removed and replaced, the Contractor at his expense will perform the work. To better define the area to be removed and replaced the Engineer may require the Contractor to test inplace mixture. This may include testing mixture placed prior to the failing test result. Reduced payment will be 50 percent of the Contract Bid Unit Price. L2 Individual Failure at Mixture Start-Up - V]\lA At the start-up of mixture production, before a moving average of 4 can be established, the first 3 individual test results for VMA will be used for acceptance. After 4 samples have been tested and a moving average of 4 can be established, acceptance will be based on individual and moving average VMA. If, at the start of production, any of the first 3 individual VMA test results exceeds twice the JMF bands from the target listed on the Mixture Design Report, the material is considered unsatisfactory or unacceptable. Reduced payment as outlined in Table 2360.4-L3 shall apply to all tonnage placed from the sample point of the failing test until the sample point when the test results are back within twice the JMF limits. When the failure occurs at the first test, after the start of production, the tonnage subjected to reduce payment shall be calculated as described above and shall include the tonnage from the start of production. L3 Individual Failure - Gradation, Percent Asphalt Binder, Production Air Voids, and VMA Item Pay Factor (1) Gradation 95 percent Coarse and Fine Aggregate Crushing 90 percent VMA 85 percent Asphalt Binder Content 85 percent Production Air Voids (individual 1.-) and isolated I>)) 70 percent Table 2360.4-L3 Reduced Pavment Schedule for Individual Test Results (I) Lowest Pay Factor applies when there are multiple reductions on a single test. (2) Individual air voids are calculated using the moving average maximum specific gravity and the bulk specific gravity from that single test. (3) Isolated air voids are calculated from the maximum specific gravity and the bulk specific gravity from that single test. Isolated void test results are used for acceptance only for the first 3 tests after mixture production start-up. If the individual gradation test exceeds twice the JMF bands from the target listed on the Mixture Design Report, the material is considered unsatisfactory or unacceptable. Reduced payment as outlined in Table 2360A-L3 shall apply to all tonnage represented by the individual test. Page 27 of 48 2360/2350 Combined Specification December 16, 2005 If the individual tests for percent asphalt binder content, production air voids, or VMA exceeds twice the JMF bands from the target listed on the Mix Design Report, the material is considered unsatisfactory or unacceptable. Reduced payment as outlined in Table 2360.4-U shall apply to all tonnage placed from the sample point of the failing test until the sample point when the test result is back within twice the JMF limits. When the failure occurs at the first test after the start of daily production, tonnage subjected to reduced payment shall be calculated as described above and shall include the tonnage from the start of production that day. When individual air voids are less than 1.0 percent or greater than 7.0 percent, the Engineer will decide whether the mixture is subject to removal and replacement or reduced payment. If the mixture is to be removed and replaced, the Contractor at his expense will perform the work. To better define the area to be removed and replaced the Engineer may require the Contractor to test inplace mixture. This may include testing mixture placed prior to the failing test result. Reduced payment will be 50 percent of the Contract Bid Unit Price. L4 Moving Average Failure at Mixture Start-Up - Production Air Voids When a moving average failure occurs within any of the first 3 moving average results after mixture start-up (tests 4, 5, 6), the mixture will be considered acceptable if the individual air void, corresponding to the moving average failure is within the JMF limits. If the individual air void is not within the JMF limit, the mixture will be considered unacceptable and the Engineer will decide whether the mixture is subject to removal and replacement or reduced payment. The Engineer may waive the penalty if the isolated air void corresponding to the individual air void is within the JMF limit. If the mixture is to be removed and replaced, the Contractor at his expense will perform the work. Reduced payment will be 50 percent of the Contract Bid Unit Price. Tonnage subjected to replacement or reduced payment shall be calculated as the tons placed from the sample point of the failing moving average result and corresponding individual air void beyond the JMF limit to the sampling point when the individual test result is back within the JMF limit. L5 Moving Average Failure at Mixture Start-Up - VMA When a moving average failure occurs within any of the first 3 moving average results after mixture start-up (tests 4, 5, 6), the mixture will be considered acceptable if the individual VMA, corresponding to the moving average failure is within the JMF limits. If the individual VMA is not within the JMF limit, the mixture will be considered unacceptable and the Engineer will decide whether the mixture is subject to removal and replacement or reduced payment. If the mixture is to be removed and replaced, the Contractor at his expense will perform the work. Reduced payment will be 75 percent of the Contract Bid Unit Price. Tonnage subjected to replacement or reduced payment shall be calculated as the tons placed from the sample point of the failing moving average result and corresponding individual VMA beyond the .DVIF limit to the sampling point when the individual test result is back within the JMF limit. L6 Moving Average Failure - Production Air Voids A moving average production air void failure occurs when the individual production air void moving average of 4 exceeds the JMF limit. This mixture is considered unacceptable and the Engineer will decide whether the mixture is subject to removal and replacement, or reduced payment. If the mixture is to be removed and replaced, the Contractor at his expense will perform the work. Reduced payment will be 50 percent of the Contract Bid Unit Price. Tonnage subjected to replacement or reduced payment shall be calculated as the tons placed from the sample point of all individual test results beyond the JMF limits which contributed to the moving average value that exceeded the JMF limit to the sampling point when the individual test result is back within the JMF limits. When the failure occurs at the first test after the start of daily production, tonnage subjected to reduced payment shall include the tonnage from the start of production that day. Page 28 of 48 2360/2350 Combined Specification December 16, 2005 Reduced avment chedule or Moving Average Test Results Item Pay Factor (1) Gradation (SEE FOOTNOTE #3 BELOW) 75 percent<3)- Coarse and Fine Aggregate Crushing NA (individual failures only) V1vlA!!) 75 percent Asphalt Binder Content 75 percent Production Air Y oids!.) 50 percent Table 2360.4-L6 P S f (1 ) (2) (3) Lowest Pay Factor applies when there are multiple reductions on a single test. See criteria for mixture production start-up. Excluding the 0.075 mm f#2001 sieve. use 95 percent pay factor if failure is within aggregate gradation broadband. Table 2360.2-E. L7 Moving Average Failure - Percent Asphalt Binder Content, VMA, and Gradation For mixture properties, including asphalt binder content, YMA, and gradation, where the moving average of 4 exceeds the JMF limits, the mixture is considered unacceptable and the Engineer will decide whether the mixture is subject to removal and replacement, or reduced payment. If the mixture is to be removed and replaced, the Contractor at his expense will perform the work. Reduced payment will be 75 percent of the Contract Bid Unit Price. Tonnage subjected to replacement or reduced payment shall be calculated as the tons placed from the sample point of all individual test results beyond the JMF limits which contributed to the moving average value that exceeded the JMF limit, to the sampling point when the individual test result is back within the JMF limits. When the failure occurs at the first test after the start of daily production, tonnage subjected to reduced payment shall include the tonnage from the start of production that day. L8 Coarse and Fine Aggregate Crushing Failure If any test result for Coarse Aggregate Angularity, Fine Aggregate Angularity or -4.75mm [- #4] calculated crushing fail to meet minimum requirements in Table 2360.3-B2a, all material placed is subject to reduced payment as outlined in Table 2360A-L3. Tonnage subjected to reduced payment shall be calculated as the tons placed from the sample point of the failing test until the sampling point when the test result is back within Specifications. When the failure occurs at the first test after the start of daily production, tonnage subjected to reduced payment shall include the tonnage from the start of production that day. M Quality Assurance The Engineer will periodically witness the sampling and testing being performed by the Contractor. If the Engineer observes that the sampling and quality control tests are not being performed in accordance with the applicable test procedures, the Engineer may stop production until corrective action is taken. The Engineer will notify the Contractor of observed deficiencies promptly, both verbally and in 1NTiting. The Engineer may obtain additional samples, at any time, to determine quality levels. These additional samples or verification samples are described in Section 2360AN. For mixture, the Contractor shall test their portion immediately. All testing and data analysis shall be performed by the Certified Level I Bituminous Quality Management (QM) Technician. Certification shall be in accordance with the MnDOT Technical Certification Program. The Department shall post a chart giving the names and telephone numbers for the personnel responsible for the Quality assurance program. The Engineer shall calibrate and correlate all laboratory testing equipment in accordance with the latest version of the MnDOT Bituminous Manual. Page 29 of 48 2360/2350 Combined Specification December 16,2005 Table 2360A-M Allowable Differences (Tolerances) Between Contractor and :\InDOT Owner Test Results* Item Allowable Difference Mixture Bulk Specific Gravity (Gmb) 0.030 Mixture Maximum Specific Gravity (Gmm) 0.019 VMA (Calculated) 1.2 Fine Aggregate Angularity, uncompacted voids (D) percent 1 Coarse Aggregate Angularity, percent fractured faces (percent P) 15 Aggregate Individual Bulk Specific Gravity (+4.75mm [+ #4]) 0.040 Aggregate Individual Bulk Specific Gravity (-4. 75mm [- #4]) 0.040 Aggregate combined blend Specific Gravity (Gsb) 0.020 Tensile Strength Ratio (TSR) percent See Table 2360.3-B2b Asphalt Binder Content Meter Method, percent 0.2 Spot Check Method, percent 0.2 Chemical Extraction Methods, percent 0.4 Incinerator Oven, percent 0.3 Chemical vs. Meter, Spot Check, or Incinerator methods OA Incinerator Oven vs. Spot Check 0.4 Gradation Sieve percent passino 25.0, 19.0, 12.5,9.5 mm [1 inch, 3/4 inch, 1/2 inch, 3/8 inch] 6 4.75 mm [#4] 5 2.36 mm [#8] 4 0.075 mm [#200] 2.0 *Test tolerances listed are for single test comparisons. N Verification Testing A verification sample is a sample, which is sampled and tested by ~.1nDOT the Owner to assure compliance of the Contractor's Quality Control program. A verification companion is a companion sample, to :-.lnDOT's the O""ner's verification sample, provided to the Contractor. The Contractor is required to test and use this verification companion sample as part of the QC program. The verification companion sample will replace the next scheduled QC sample. It is reconunended enough material be sampled to accommodate retesting should the samples fail to meet requirements as described below. Verification testing shall be performed on at least I set of production tests Section 2360.4E, excluding sections E9, EIO, Ell, and E12, on a daily basis per mix type. The verification companion sample will be used to verify the requirements of Tables 2360.2-E, 2360.3-B2a, 2360.3-B2b, and 2360.3-B2c and will be compared to the Verification sample for compliance with allowable tolerances as specified in Table 2360.4-M. These include the mixture properties of Grrun (mixture max gravity), Gmb (mixture bulk gravity), asphalt binder content, VMA (calculated), Coarse and Fine Aggregate crushing, and gradation. For Coarse and Fine Aggregate crushing that meets the requirements of Section 2360AE7 and 2360.4E8, the I test per week shall be performed on a verification companion. These do not include the aggregate bulk specific gravity Gsb. fines to effective asphalt, or the tensile strength ratio (TSR). Asphalt binder content and gradation must be determined by either extraction method 2360AElb or 2360.4Elc. Asphalt content from the verification test result must be used to determine VMA. The Department's Ow'ner's verification test results will be available to the Contractor within 2 working days from the time the sample is delivered to the District Laboratory En2:ineer for Gmm mixture max gravity, Gmb mixture bulk gravity, air voids (calculated), asphalt binder content, VMA (calculated). Gradation and crushing results will be provided to the Contractor within 3 MnDOT working days. Once the verification test results are available, they \vill be included on the test summary sheet. These results and those from the Contractor's verification companion will be compared for allowable tolerances as specified in Table 2360.4-M. If the tolerances are met, the verification process is complete. Page 30 of 48 2360/2350 Combined Specification December 16, 2005 If the tolerances between Department OWl1er and Contractor are not met, retests of the material shall be conducted by the Department Owner. If the retests fail to meet tolerances, the Department's O\\tl1er's verification test results will be substituted for the Contractor's results in the QC program and used for acceptance. Only those parameters out of tolerance will be substituted and, if applicable, volumetric properties will be recalculated (1). When tolerances from the verification sample retests are not met, an investigation will begin immediately to determine the cause of the difference. Testing equipment, procedures, worksheets, gyratory specimen height sheets, and personnel will be reviewed to determine the source of the problem. The fJts.tH.e.t ~iaterials Engineer may also require a hot-cold comparison of mixture properties be performed. The procedure for hot-cold comparisons is as follows: The hot-cold comparison sample will be split into 3 representative portions. The Engineer will observe the Contractor testing the sample. One part shall be compacted immediately while still hot (additional heating maybe required to raise the temperature of the sample to compaction temperature). The second and third part will be allowed to cool to air temperature. The Contractor will retain the second part and the third part \vill be transported to the District Materials Laboratory Engineer. On the same day and at approximately the same time, the Contractor and the District !'.iaterials Laboratory Engineer will heat their samples to compaction temperature and compact them. From this information, a calibration factor will be developed to compare the specific gravity of the hot compacted samples to reheated compacted samples, Each test will involve a minimum of 3 Marshall specimens or 2 gyratory specimens. This test may be repeated at the discretion of the Contractor or the District ~1aterials Engineer. Note: Care must be taken when reheating samples for mixture properties analysis tests. Mix samples should be reheated to 700 C. [1600 F.] to allow splitting of the sample into representative fractions for the various tests. Overheating of the mixture portions to be tested for maximum specific gravity (Rice Test) may result in additional asphalt being absorbed in the aggregate. The Departm~I1t Owner will test the previously collected QA samples until they meet the tolerances or the remaining samples are all tested. Once these samples are tested, the department O\vl1er will test QA samples subsequent to the verification sample until tolerances are met. Acceptance will be based on QC data with substitution of Department O\Vl1er test results for those parameters out of tolerance (1). If reestablishment of test result tolerances is not achieved within 48 hours, the Contractor shall cease mixture production and placement until the problem is resolved. (1) If, through analysis of data, it is determined there is a bias in the test results, the Engineer will determine which results are appropriate and shall govern. Methods to analyze data for determination of bias are on file in the Bituminous Office. 2360.5 CONSTRUCTION REQUIREMENTS A General The follo\',ing construction requirements provide for the construction of all courses. When construction is under traffic, the requirements of MnDOT 2221.3D will apply. B Restrictions In general, no work within the roadway will be permitted in the spring until seasonal load restrictions on roads in the vicinity have been removed. However, work within the roadbed may be permitted before that time if, in the opinion of the Engineer, it can be done without damage to the subgrade. HMA shall not be placed when, in the opinion of the Engineer, the weather or roadbed conditions are unfavorable. Page 31 of 48 2360/2350 Combined Specification December 16, 2005 No asphalt pavement wearing course (final wearing course if multiple wearing courses) shall be placed after October 15th in that part of the state north of an east-west line between Browns Valley and Holyoke, nor after November 1st south of that line. The Engineer may waive these restrictions when: (1) The asphalt mixture is not being placed on the traveled portion of the roadway, or (2) The roadway involved will not be open to traffic during the following winter, or (3) The Engineer directs in writing the mixture be placed. The Contractor shall not use petroleum distillates, such as kerosene and fuel oil, to prevent adhesion of asphalt mixtures in pavement hoppers, truck beds, or on the contact surfaces of the compaction equipment. Anti-adhesive agent must meet the criteria for "Effect on Asphalt" as described in the most recent Asphalt Release Agent Report on file in MnDOT's Office of Environmental Services and the Bituminous Office. C Equipment CI Asphalt Mixing Plants CIa Requirement for All Plants The Contractor shall test and calibrate all scales according to MnDOT 1901, except as otherwise designated by the Contract. CIa(I) Equipment for the Preparation of the Aggregate Add mineral filler to the mixture using a storage silo equipped with a device to ensure a constant and uniform feed. C1a(2) Equipment for the Preparation of Asphalt Material Tanks for storage of asphalt material at the plant shall be equipped to heat the material and maintain the material at the required temperatures. The discharge end of the circulating line shall be below the surface of the asphalt material. Provide agitation for modified asphalt, when used, if recommended by the supplier. An outage table or chart and measuring stick shall be provided for each storage or working tank. Tanks shall be equipped with provisions for taking of asphalt binder material samples. After delivery of asphalt binder material to the Project, the Contractor shall not heat the material above 1750 C. [3500 F.]. For modified asphalt, the maximum storage temperature shall not exceed the recommendation of the asphalt supplier. Cla(3) Asphalt Binder Control When asphalt binder material is proportioned by volume, the plant shall be equipped with either a working tank or a metering system for determining asphalt binder content of the mixture. The working tank shall have a capacity between 3800 L [1,000 gallons] and 7600 L [2,000 gallons]. The working tank shall be calibrated and supplied with a calibrated measuring stick. The tank may be connected to a mixing unit and used only during spot check operations, but it shall be available at all times. Any feedback shall be returned to the working tank during spot check operations. The metering system shall consist of at least 1 approved asphalt binder flow meter, in addition to the asphalt binder pump. The flow meter shall be connected to the asphalt binder supply to measure and display only the asphalt binder being fed to the mixer unit. The meter readout shall be positioned for convenient observation. Means shall be provided for comparing the flow meter readout with the calculated output of the asphalt binder pump. In addition, the system shall display in liters [gallons] or to the nearest 0.001 metric tons [0.001 tons], the accumulated asphalt binder quantity being delivered to the mixer unit. The system shall be calibrated and adjusted to maintain an accuracy of 2:: 1 percent error. This calibration shall be required for each plant set-up prior to production of mixture. Page 32 of 48 2360/2350 Combined Specification December 16, 2005 C1a(4) Dryer: The aggregate shall be free of unburned fuel. Cla(5) Thermometric Equipment: The plant shall be equipped with a sufficient number of thermometric instruments to ensure temperature control of the aggregate and the asphalt binder material. Cla(6) Pollution Controls Cla(6)(a) Poll u tio n ........... .................... ...... ....... ......................... .... ..... ................ .............. ....... .... .............. 171 7 Cla(7) Surge and Storage Bins The plant may include facilities to store hot asphalt mixture for coordinating the rate of production with the paving operations. Storage of the hot mixture will be permitted for a period not to exceed 18 hours, provided the following requirements are met: (a) Hot mix storage facilities shall be designed and operated to prevent segregation of the mix, drainage of the asphalt from the mix, and to prevent excessive cooling or overheating of the mixture. The temperature of the mixture at time of discharge from the storage facility shall be within a tolerance of 50 C. [90 F.] of the temperature when discharged from the silo or mixer. (b) C2 Placement and Hauling Equipment All equipment shall be serviced away from the paving site to prevent contamination of the mixture. Units that drip fuel, oil, or grease shall be removed from the paved surface until such leakage is corrected. C2a Asphalt Pavers Asphalt pavers shall be self-contained, power-propelled units, with an operational vibratory screed, capable of spreading and finishing courses of asphalt plant mix material in widths applicable to the specified typical sections and thicknesses, indicated in the Contract. The screed or strike-off assembly shall produce a finished surface of the required evenness and texture without tearing, shoving, or gouging. For mainline paving, screed extensions and auger extensions are required if the paving width on either side of the paver is greater than the basic screed, unless otherwise directed by the Engineer. Strike-off only extension assemblies are not allowed for mainline wearing course paving, unless directed by the Engineer. Automatic screed control by means of an erected string line shall only be required when stated in the Contract. All pavers shall be equipped with an approved automatic screed control. The automatic controls shall include a system of sensor-operated devices, which follow reference lines, or surfaces on 1 or both sides of the paver as required. The speed of the paver shall be adjusted to produce the best results. All mixtures shall be spread without segregation to the cross sections shown in the Drawings. In general, leveling layers shall be spread by the method producing the best results as approved by the Engineer. The objective is to secure a smooth base of uniform grade and cross section so that subsequent courses will be uniform in thickness. The leveling layer may be spread with a properly equipped paver or, when approved by the Engineer, a motor grader equipped with a leveling device, or with other means for controlling the surface elevation of the leveling layer. Page 33 of 48 2360/2350 Combined Specification December 16, 2005 All mixtures shall be spread, to the fullest extent practicable, by an asphalt paver. When approved by the Engineer, mixtures may be spread by a motor grader in areas that are inaccessible to a paver, such as on driveway entrances, irregular areas, short isolated areas, or when the quantity of mixture makes it impractical to place with a paver. On shoulder surfacing and uniform width widening, when the placement width is too narrow for a paver, the mixture in each course shall be spread with an approved mechanical device. The placement of each course shall be completed over the full width of the section under construction on each day's run, unless otherwise directed by the Engineer. C2b Trucks Trucks for hauling asphalt mixtures shall have tight, clean, and smooth beds. Mixture shall not be allowed to adhere to the truck beds. Adherence may be prevented by spraying the truck bed with an anti-adhesive agent in accordance with Section 2360.5B. Each truck shall be equipped with a cover of canvas or other suitable material to protect the mixture from weather. The cover shall extend at least 300 mm [1 foot] over the sides and be attached to tie-downs, unless the truck is furnished with a mechanical or automated covering system, which prevents airflow underneath by stretching the cover tightly on the top of or inside the sideboards. The cover shall be used when directed by the Engineer. C2c Motor Graders Motor graders shall be self-propelled and have pneumatic-tires \vith a tread depth of 13 mm [1/2 inch] or less. They shall be equipped with a blade not less than 3 m [10 feet] in length and shall have a wheelbase of not less than 4.5 m [15 feet]. D Treatment of the Surface D1 Tack Coat An asphalt tack coat shall be applied to existing asphalt and concrete surfaces and to the surface of each course or lift constructed, except for the final course or lift, according to MnDOT 2357. Emulsified asphalt tack coats shall be allowed to break, as indicated by a color change from brown to black, before a subsequent lift is placed. The contact surfaces of all fixed structures and the edge of the in-place mixture in all courses at transverse Jomts and longitudinal joints shall be given a uniform but not excessive coating of liquid asphalt or emulsified asphalt before placing the adjoining mixture. E Compaction Operations After being spread, each course shall be compacted to the required density. The rollers shall, as practicable, be operated continuously so all areas are thoroughly compacted to the required density. When not operating, the rollers shall not stand on the uncompacted mixture or newly rolled pavement having a surface temperature exceeding 600 C. [1400 F.]. Rolling with steel-wheeled rollers shall be discontinued if it produces excessive crushing or pulverizing of the aggregate or displacement of the mixture. To prevent adhesion of the mixture to the steel roller wheels, the contact surfaces of the wheels shall be kept properly moistened using water or a water solution containing small quantities of a detergent or other approved material. To secure a true surface, variations such as depressions or high areas, which may develop during rolling operations, and lean, fat, or segregated areas shall be corrected by removing and replacing the material in the defective area. All such corrections shall be accomplished as directed by the Engineer at no expense to the Department Owner. Page 34 of 48 2360/2350 Combined Specification December 16, 2005 When mixtures are spread by a motor grader, pneumatic-tired rollers shall compact the mixture simultaneously with the spreading operation. F Construction Joints Joints shall be thoroughly compacted to produce a neat, tightly bonded joint that meets surface tolerances. Both transverse and longitudinal joints are subject to density requirements as outlined in Section 2360.6 Pavement Density. F1 Transverse Joints A transverse joint (full paver width at right angles to the centerline) shall be constructed when mixture placement operations are suspended. The forward end of the fresWy laid strip shall be thoroughly compacted by rolling before the mixture has cooled. When work is resumed, the end shall be cut vertically for the full depth of the layer, unless a formed edge is constructed as approved by the Engineer. F2 Longitudinal Joints Longitudinal joints between strips shall be parallel to the centerline. In multiple lift constmction, the longitudinal joints between strips in each lift shall be constructed not less than 150 mm [6 inches] measured transversely from the longitudinal joints in the previously placed lift. When the wearing course is constructed in an even number of strips, I longitudinal joint shall be on the centerline of the road. When it is constructed in an odd number of strips, the centerline of 1 strip shall be on the centerline of the road, provided that no joint is located in the wheel path area of a traffic lane. Longitudinal joints in multiple lift construction over Portland cement concrete pavements may be aligned directly over the concrete pavement longitudinal joints at the discretion of the Engineer. At longitudinal joints formed by placing multiple strips, the adjoining surface being laid shall, after final compacting, be slightly higher (but not to exceed 3 mm [1/8 inch]) than the previously placed strip. When constructing a strip adjoining a previously placed strip or a concrete pavement, any fresh mixture that overlaps a previously placed strip or pavement shall be removed (to the longitudinal joint line) before any rolling is done. G Asphalt Mixture Production (FOB Department Owner Trucks) For asphalt mixture production, the Contractor shall, in addition to the asphalt mixture required on the Project, produce and deliver asphalt mixture to the Department OWl1er. The mixture shall be the mixture being produced and shall be loaded on Department O\\'l1er furnished trucks at the mixing plant at a time agreed on by the Engineer and Contractor. The Engineer will notify the Contractor of the total quantity of mixture desired not less than 2 weeks prior to completion of the wearing course construction. The Engineer will not accept the asphalt mixture ifit is inappropriate for the Department's O\\l1er'S intended use. H Small Quantity H.l\lA Paving Unless otherwise indicated in the Special Provisions, the following provision for a small quantity of asphalt mixture shall apply. A Mixture Design Report is not required for planned project quantities less than 191,200 m2 mm [9,000 square yard inches (4,500 square yards per 2 inch thickness, etc]) or 450 metric tons [500 tons]. However, the Contractor shall verify in writing the asphalt mixture delivered to the Project meets the requirements of Table 2360.3-B2a and Table 2360.3B2b. The Department Owner will obtain samples, as determined by the Engineer, to verify percent design air voids and gradation. These results \\Till be used for material acceptance. Air voids will be subject to the requirements of Section 2360.411 b for isolated air voids and a gradation falling outside the requirements of Table 2360.2-E will be subject to payment as indicated in Table 2360.4-L2b. Page 35 of 48 2360/2350 Combined Specification December 16, 2005 2360.6 PAVEMENT DENSITY A General All pavements will be compacted in accordance with the Maximum Density Method, unless otherwise specified in the Contract special provisions or as noted in Section 2360.6C. B Maximum Density Method All courses or layers of plant mixed asphalt mixtures for which the Maximum Density Method is used shall be compacted to a density not less than the percentage shown in the Table of Required Density, Table 2360.6-B2, for the applicable mixture and course. B1 Maximum Density Determination The Density requirements listed in Table 2360.6B2 are percent of maximum specific gravity (Gmm) based on the individual lot. The Maximum specific gravity value used to calculate the percentage density for the lot shall be the average value obtained from the maximum gravity results from production tests taken during that days paving. If only I or 2 maximum specific gravity values were obtained that day, then the moving average value (at that test point) shall be used. If 3 or more maximum specific gravity values are obtained that day, then the average of those tests alone shall be used as indicated above. B1a Pavement Density Determination The density of each lot shall be expressed as a percentage of the maximum specific gravity (percent Gmm) obtained by dividing the average bulk specific gravity for the lot by the maximum specific gravity multiplied by 100, (maximum specific gravity basis is the average Gmm of QC tests done on the day that the individual lot was paved as described above). Determination of the bulk specific gravity of the cores shall be in accordance with AASHTO T166, MnDOT modified. For coarse graded mixtures, the Engineer may require determination of bulk specific gravity of the cores be in accordance with ASTM D 1188, MnDOT modified. ASTM D6752 MnDOT modified (Corelok) is also allowed for determination of bulk specific gravity of coarse graded mixtures. Selection of the test method to determine coarse graded mixture bulk specific gravity shall be agreed upon at the time of mix design submittal. Both the Contractor and :-.fnDOT Owner shall use the same test method to determine bulk specific gravity. The determination of coarse and fine graded mixtures will be based on the percentage of material passing the 2.365 mm sieve [#8] as defined in Table 2360.3-B2c. Compaction operations shall be completed \vithin 8 hours of mixture placement and before core samples are obtained for density determination. Only pneumatic tired or static steel rollers are permitted for any compactive effort performed between 6 and 8 hours after mixture placement. Compacted mixtures represented by samples or tests having deficient densities shall not be re- rolled. The Contractor shall not operate below the specified minimum density on a continuing basis. A continual basis shall be defined as all lots in a day's production failing to meet minimum density or more than 50 percent of lots on multiple days which fail to meet minimum density requirements. Production shall be stopped until the source of the problem is determined and corrective action is taken to bring the work into compliance with specified minimum required density. B2 Required Density Minimum density requirements for both gYTatory (SP) and Marshall designed mixtures are listed in Table 2360.6-B2. Page 36 of 48 2360/2350 Combined Specification December 16, 2005 Unless otherwise indicated in the Drawings or Special Provisions, shoulders wider than 1.8 meters [6 feet] paved shall be compacted by the Maximum Density Method. When shoulders are required to be compacted by the Maximum Density Method and are paved in a separate operation or have a different required minimum density than the driving lane, the lot tonnage placed on the shoulder shall be delineated in separate lots from the driving lanes for the day paving was conducted. Unless otherwise indicated in the Drawings or Special Provisions a narrow shoulder, 1.8 meter [6 feet] or less wide, that is paved in the same pass as a driving lane or that is paved separately \vill be compacted by the Ordinary Compaction Method. Mixture compacted under Ordinary Compaction is excluded from lot density requirements and that tonnage is also excluded from incentive/disincentive payment. If the Drawings or Special Provisions indicate a narrow shoulder is to be compacted by the Maximum Density Method, the minimum required density is listed in Table 2360.6-B2. If the minimum required density of the shoulder is different than the driving lane, the tonnage placed on the shoulder shall be delineated in separate lots from the driving lane. Echelon paving (2 pavers runnmg next to each other ill adjacent lanes) shall be considered separate operations. eQUlre lmmum ens 1 v SP Wear and All MV SP Nonwear (1)(2) SP Shoulders (1)(2) and LV Mixtures (1)(2) Designed at 3 Designed at 4 percent voids percent voids Percent Gmm 92.0 93.0 93.0 92.0 Table 2360.6-B2 R . d M' . D't 1) 2) IV1inimum reduced by 1 percent on the first lift constructed over PCC pavements. Minimum reduced by 1 percent for the first lift constructed on aggregate base (mainline and shoulder), reclaimed or cold inplace recycled base courses and first lift of an overlay on a roadway with a 6.35 metric ton [7 ton] or less spring load restriction (roadway includes shoulders). B2a Lots & Core Locations Table 2360.6-B2a Lot Determination *When mix production is less than 270 metric tons [300 tons], establish 1 st lot when accumulative tonnage exceeds 270 metric tons [300 tons]. Daily Production Metric (ton) [English (Ton)] Lots 270* - 545 [300* - 600] 1 546 - 910 [601 - 1,000] 2 911 - 1,455 [1,001 - 1,600] , .:J 1,456 - 3,275 [1,601 - 3,600] 4 3,276 - 4,545 [3,601 - 5,000] 5 4,546 + [5,001 +] 6 Page 37 of 48 2360/2350 Combined Specification December 16, 2005 Divide the day's production into equal lots as shown in Table 2360.6-B2a. The Engineer may require additional density lots be established to isolate areas affected by equipment malfunctionJbreakdown, heavy rain, or other factors that may affect the normal compaction operations. Obtain 3 cores in each lot. Two cores will be taken from random locations selected by the Engineer. The third core, a companion core, shall be taken within 0.3 meters [1 foot] longitudinally from either of the first 2 cores. The companion cores shall be given to the Department Owners Street Inspector immediately upon completion of coring and saviing. The random locations will be determined by the Engineer using statistically derived stratified random number tables or other approved methods of random number generation. These will also be used for partial lots. Both transverse and longitudinal joints are subject to maximum density requirements. If the random core location falls on an unsupported joint at the time of compaction (the edge of the mat being placed does not butt up against another mat, pavement surface, etc.), cut the core with the outer edge of the core barrel 0.3 meters [1 foot] away (laterally) from the edge of the top of the mat Uoint). If the random core location falls on a confined joint (edge of the mat being placed butts up against another mat, pavement surface, curb and gutter, or fixed face), cut with the outer edge of the core barrel 150 mm:f: 12.5 mm [6 inches :f: 0.5 inch] from the edge of the top of the mat (ex. center of 100 mm [4 inch] core barrel 200 mm:f: 12.5 mm [8 :f: 0.5 inch] from the edge of the top of the mat). Cores will not be taken within 300 mm [1 foot] of any unsupported edge The Contractor shall be responsible for maintenance of traffic, coring, patching the core holes, and sawing the cores if necessary to the proper thickness prior to density testing. B3 Core Testing Cores will be taken and tested by the Contractor. Core locations will be determined and marked by the Engineer. The C~mtractor shall schedule the approximate time of testing during normal Project work hours so that the Engineer may observe and record the saturated surface dry and immersed weight of the cores. Density determination will be made by the end of the next working day after placement and compaction. If multiple layers are placed in a single day, cores shall be sawn and separated for each layer, tested and reported by the end of the next working day. The Contractor will cut pavement samples from the completed work with power equipment and restore the surface by the end of the next working day with new, well compacted mixture without additional compensation. Failure to restore the surface within 24 hours of coring shall subject the Contractor to a fine of $100 per working day, per lot, until the core holes are restored. Cores shall be cut using a 100 mm [4 inch] minimum outer diameter coring device. All samples shall be marked with the lot number and core number or letter. The cores shall be transported to the laboratory as soon as possible to prevent damage due to improper handling or exposure to heat. These companion cores may be tested by the Inspector on Department scales or transported to the Department's Field Laboratory or District Materials Em!ineer's Laboratory. Measure each core 3 times for thickness prior to saw cutting, report the average lift thickness on the core sheet. These average thickness will contribute to thickness compliance as described in Section 2360.7A If the Department O\\'Tler companion core test result for bulk specific gravity (Gmb) deviates beyond the allowable tolerance of 0.030, substitute Department Owner companion result for Contractor's core result and then average the Department O\\l1er result with the non-companion result for the lot density acceptance. If. through analysis of data, it is determined there is a bias in the test results, the Engineer will determine \vhich results are appropriate and shall govern. If the Gmb tolerance fails in more than 2 lots in a day of either consistently high or low differences between the companion cores then an investigation to determine the source of errors shall be conducted. Companion cores samples shall be increased to 2 per lot and tested until investigation is complete and tolerances are met. The Engineer may allow recoring of a sample only when the core has been damaged through no fault of the Contractor, either during the coring process or in transit to the laboratory. Page 38 of 48 2360/2350 Combined Specification December 16, 2005 B4 Maximum Density Acceptance and Payment Schedule The density of compacted mixture shall be accepted by pavement cores on a lot basis. The Contractor's cores will be used for acceptance if the determined bulk specific gravity Gmb from AASHTO Tl66, MnDOT modified or ASTM Dl188 is within::!:: 0.030 of the ~ Owner companion Gmb value. Payment for lot densities of compacted mixture shall be determined from Table 2360.6-B4 or 2360.6-B4A. Incentive and disincentive payments are for both wearing and non-wearing courses. When the density requirement has been reduced by 1 percent, per Table 2360.6-B2, footnote 1 and 2, payment adjustments for lot densities will be made as specified in Table 2360.6-B4A. Incentive payments are excluded when the minimum density has been reduced. However, at the Contractors request and with approval of the Engineer, the reduced density requirement may be waived and density evaluated under Table 2360.6-B4, including incentives, for first lift constructed on aggregate base, reclaimed or cold inplace recycled base courses and first lift of an overlay on a roadway with a 6.35 metric ton [7 ton] or less spring load restriction (reduced density shall not be waived for the first lift constructed on PCC pavements). The request and approval shall be made after the first days paving and before the third days paving begins. Once the request has been approved, evaluation of density will be in accordance with Table 2360.6-B2 (excluding footnote 2) and Table 2360.6-B4, and will remain in effect for the duration of mixture placement on that lift. The Contractor will also be responsible for compliance with any construction requirements on subsequent lifts. Percent of Max Specific Gravity (2) Percent of Max Specific Gravity m Percent SP Wear SP Non-Wear Payment All MV & LV, SP Shld (4 percent Void) SP Shoulders (3 percent Void) 93.6 and above 94.6 and above 104 (j) 93.1 - 93.5 94.1 - 94.5 102 (.) 92.0 - 93.0 93.0 - 94.0 100 91.0-91.9 92.0- 92.9 98 90.5 - 90.9 91.5 - 91.9 95 90.0 - 90.4 91.0-91.4 91 89.5 - 89.9 90.5 - 90.9 85 89.0 - 89.4 90.0 - 90.4 70 Less than 89.0 (4) Less than 90.0 (4) Table 2360.6-B4 Payment Schedule for Maximum Densitv Table 2360.6-B4A (1) 1 Percent Reduced Table Percent of Max Specific Gravity 1-) Percent of Max Specific Gravity I~) Percent SP Wear SP NOll-Wear Payment All MV & LV, SP Shld (4 percent Void) SP Shoulders (3 percent Void) 91.0 and above 92.0 and above 100 90.0 - 90.9 91.0- 91.9 98 89.7 - 89.9 90.5 - 90.9 95 89.4 - 89.6 90.0 - 90.4 91 89.2 - 89.3 89.5 -89.9 85 89.0 - 89.1 89.0 - 89.4 70 Less than 89.0 (4) Less than 89.0 14) (1) Minimum reduced by 1 percent for the first lift constructed on aggregate base (mainline and shoulder), reclaimed or cold inplace recycled base courses and first lift of an overlay on a roadway with a 6.35 metric ton [7 ton] or less spring load restriction (roadway includes shoulders). Minimum reduced by 1 percent on the first lift constructed on PCC pavements (reduced density cannot be waived). (2) In calculating the percent of maximum specific gravity, report to the nearest tenth. Page 39 of 48 2360/2350 Combined Specification December 16, 2005 (3) The payment in this portion of the Specification shall apply only if the day's weighted average individual production air voids are within - 0.5 percent of the target air void value. The weighted average air voids shall be based on all the mixture production tests (2360.4e) for the corresponding day and shall be weighted by the tons the corresponding test represents. (4) The HMA material represented by the lot shall be paid at a 70 percent pay factor, unless a single core density is less than 87.0 percent of the maximum specific gravity (Gmm). If a single core density is less than 87.0 percent of Gmm, the material shall be removed and replaced by the Contractor at their expense with mixture that meets the density requirements; or the Engineer may permit the unacceptable material to remain inplace with a 50 percent pay factor. The limits of the area to be removed will be determined by additional core samples. These additional core samples shall be taken at the same offset from centerline as the original core; unless, the original low density core was taken within 0.45 m [1.5 feet] of an edge of the paver pass. In that case, the additional cores shall be taken 0.45 m [1.5 feet] from the edge of the paver pass. The densities shall be determined at 15 m [50 foot] intervals, both ahead and back of the point of unacceptable . core density (less than 87.0 percent of Gmm), until a point of acceptable core density (87.0 percent of Gmm or greater) is found. If the incremental core density testing extends into a previously accepted lot, removal of the unacceptable material will be required; however, the results of these tests shall not be used to recalculate the previously accepted lot density. All costs incurred from additional coring and testing, resulting from unacceptable core density, will be paid by the Contractor. The unacceptable pavement area is to be computed as the product of the longitudinal limits so determined by the 15 m [50 foot] cores and the full width of the paver pass, laying in the traffic lane or lanes. Shoulders shall be exempt from this calculation unless density failure occurred in the shoulder area. After the unacceptable material (core density less than 87.0 percent of Gmm) has been removed and replaced, the density of the replacement material will be determined by the average of 2 cores. Payment for the replacement material will be in accordance with Tables 2360.6-B4 or 2360.6-B4A, whichever applies. There will be no payment for the material removed. The remainder of the original lot shall have a 70 percent pay factor. c Ordinary Compaction Method Ordinary compaction shall be used for layers identified in the typical sections with a minimum planned thickness of less than 40 mm [1-1/2 inches], thin lift leveling, wedging layers, patching layers, driveways, areas which cannot be compacted with standard highway construction equipment. Unless otherwise indicated in the Drawings or Special Provisions, recreational trails shall also be compacted by ordinary compaction. The ordinary compaction method shall not be used on mainline, ramp, or loop paving, unless otherwise designated in the Drawings or special provisions. When density is evaluated by the ordinary compaction method, a control strip shall be used to establish a rolling pattem. This shall be used by the Contractor for the compaction of the asphalt mixture for the layer on which the control strip is constructed or until a new control strip is constructed. The control strip requirement may be waived by the Engineer in small localized areas or other areas not conducive to its establishment. A control strip shall be constructed at the beginning of the work on each lift of each course. Each control strip shall have an area of at least 330 mC [395 square yards] and shall be of the same thickness as the lift it represents. The subgrade or pavement course upon which a control strip is to be constructed shall have the prior approval of the Engineer. The control strips shall remain in place and become part of the completed work. The materials used in the construction of the control strips shall conform to the specified requirements for the course. The materials used in the control strip shall be from the same source and of the same ty-pe as the materials used in the remainder of the course that the control strip represents. Page 40 of 48 2360/2350 Combined Specification December 16, 2005 The equipment used in the construction of the control strips shall be approved by the Engineer and shall be the same type and mass used on the remainder of the pavement course represented by the control strip. A minimum of 2 rollers shall be required. A rolling pattern shall be established for each roller. A pneumatic-tired roller shall be available for compaction operations within 24 hours after request by the Engineer. The final rolling shall be performed with a tandem steel-wheeled roller. Areas that are inaccessible to the conventional type rolling equipment shall be compacted to the required density by using trench rollers or mechanical tampers. Construction of the control strips will be as directed by the Engineer. Compaction shall commence as soon as possible after the mixture has been spread to the desired thickness and shall continue until no appreciable increase in density can be obtained by additional roller's coverages. Densities will be determined by means of a portable nuclear testing device or suitable approved alternate and a gro\.Vth curve shall be developed to determine the optimum rolling pattern. The Contractor shall furnish documentation of the growth curve to the Engineer. To determine when no appreciable increase in density can be obtained, 2 test points shall be established in the control strip on a random basis and the density at each point shall be measured by a portable nuclear device or suitable approved alternate after each roller pass. Rolling shall be suspended when testing shows either a decline of more than 2 percent of the maximum specific gravity or when additional roller passes fail to increase the density. After said testing is accomplished, rolling on the remainder of that course shall be done in accordance with the pattern developed in the test strip for that roller. A separate rolling pattern and time interval shall be established for each roller. A new control strip shall be ordered by the Engineer when: (a) A change in the JMF is made, or (b) A change in the source of material is made or a change in the material from the same source is observed. A new control strip may be ordered by the Engineer or requested by the Contractor when: (a) 10 days of production have been accepted v,ithout construction ofa new control strip, or (b) There are other reasons to believe that a control strip density is not representative of the HMA mixture being placed. The nuclear testing device shall be furnished and operated by the Contractor. The furnishing of the testing device and the operator will be considered incidental to the furnishing and placement of the HMA mixture and shall not be compensated for separately. The device shall be calibrated according to procedures described in the MnDOT Bituminous Manual. Each course shall be uniformly compacted until there is no further evidence of consolidation and all roller marks are eliminated. \Vhen this method is employed and the quantity of mixture placed by the paver exceeds 100 metric tons [11 0 tons] per hour, at least 2 rollers are required for compacting the mixture placed by each paver. Cl Rollers The following requirements for rollers apply only when compaction is obtained by the ordinary compaction method. Page 41 of48 2360/2350 Combined Specification December 16, 2005 C2 Steel- Wheeled Rollers Steel-wheeled rollers shall be self-propelled and has a minimum total mass of 7.3 metric tons [8 tons], or as otherwise specified in the Contract. When vibrarory rollers are used, they shall produce 45 ki"\J per meter [3,085 lbf per foot] of width. The frequency should be at least 2400 vpm and amplitude setting low. The roller shall be capable of reversing without backlash and shall be equipped with spray attachments for moistening all rollers on both sets of wheels. C3 Pneumatic-Tired Rollers The pneumatic-tired roller shall have a compacting width of 1.5 m [5 feet] or more. It shall be so constructed that the gross wheel load force shall be a minimum of 13 ki"\J [3,000 pounds] per wheel for L Y and MY mixtures and SP Level 2-3 mixtures and 22 ki"\J [5,000 pounds] per wheel for SP Level 4-6 mixtures and can be varied as directed by the Engineer. The tire arrangement shall be such that full compaction will be obtained over the full width with each pass of the roller. The roller may be self propelled or provided with suitable tractive equipment, unless otherwise specified in the Contract. If more than 1 roller is propelled by a single tractive unit, then that combination will be counted as a single roller unit. C4 Trench Rollers Trench rollers shall be self propelled and have a mass of not less than 4 400 kg per meter [2,960 pounds per foot] of width. C5 Mixture Temperature Controls If compaction is obtained by the ordinary compaction method, the minimum laydo\vn temperature in all courses (as measured behind the paver or spreading machine) of the asphalt mixture shall be in accordance with the temperature requirements of Table 2360.6-C5. Unless directed by the Engineer in wTiting, no paving is allowed under the Ordinary Compaction Method when the air temperature is below 00 C. [320 F.]. ! IX ure empera ure on ro Air Compacted Mat Thickness, mm (A) Temperature o C. [0 F.] 25 rnm [1 inch] 40 mm [1-1/2 inch] 50 mm [2 inch] >75 mm [3 inch] +0-5 [32-40J -- 129 (I;) [265] 124 [255] 121 [250] + 6-10 [41-50] 130 (I;) [270] 127 [260J 121 [250J 118 [245J + 11-15 [51-60J 127 (I;) [260J 124 [255J 118 [245] 115 [240] + 16-21 [61-70J 121(1;) [250] 118 [245J 115 [240] 113 [235] + 22-27 [71-80J 118 [245] 115 [240J 113 [235] 113 [235] + 28-32 [81-90] 113 [235J 110 [230J 110 [230] 110 [230J + 33 [91+] 11 0 [230] 110 [230J 110 [230J 107 [225] Table 2360.6-C5 M' t T t C t I (A) Based on approved or specified compacted lift thickness. (B) A minimum of 1 pneumatic-tire roller shall be used for intermediate rolling, unless otherwise directed by the Engineer. The Engineer may specify or modify in '-"Titing (with concurrence from the Department Bituminous Engineer) a minimum laydowTI temperature. Page 42 of 48 2360/2350 Combined Specification December 16, 2005 2360.7 THICKNESS AND SURFACE SMOOTHNESS REQUIREl\'lENTS A Thickness After compaction the thickness of each lift shall be within a tolerance of 6 rom [1/4 inch] of the thickness shown in the Drawings, except that, if automatic grade controls are used, this thickness requirement will not apply to the first lift placed. This thickness requirement will not apply to a leveling lift whether or not automatic grade controls are required. The Engineer may require removal and replacement, at the Contractor's expense, of any part of any lift that is constructed to less than the minimum required thickness. Cores taken for density determination shall be measured for thickness also. Each core shall be measured 3 times for thickness prior to sawing. Report the average of these 3 measurements. Each lot's average core thickness shall be documented and submitted to the Engineer. If the average of the 2 Contractor cores exceed the specified tolerance, an additional 2 cores may be taken in the lot in question. The average of all core thickness measurements per day per lift will be used to determine daily compliance with thickness Specifications. On that portion of any lift constructed to more than the maximum permissible thickness, the materials used in the excess mixture above that required to construct that portion of the lift to the Drawing thickness plus 6 rom [1/4 inch] may be excluded from the pay quantities and at the discretion of the Engineer and at the Contractor's expense may be required to be removed and replaced. B Surface Requirements After compaction, the finished surface of each lift shall be reasonably free of segregated, open and tom sections, and shall be smooth and true to the grade and cross section shown on the Drawings with the following tolerances: (1) Where a leveling lift is specified, it shall be constructed to within a tolerance of 15 rom [1/2 inch] of the elevations and grades established by the Engineer. This requirement shall also apply to the first lift placed other than leveling when automatic controls are used. (2) The surface of the final 2 lifts placed shall show no variation greater than 6 rom [1/4 inch] from the edge of a 3 m [10 foot] straightedge laid parallel to or at right angles to the centerline. Shoulder surfacing and surfacing on temporary connections and bypasses shall show no variations greater than 6 rom [1/4 inch] from the edge of a 3 m [10 foot] straightedge laid parallel to the centerline. (3) After final compaction, all final lift asphalt wearing surfaces adjacent to concrete pavements shall be slightly higher (but not to exceed 6 rom [1/4 inch] than the concrete surface. After final compaction, all asphalt surfaces adjacent to gutters, manholes, pavement headers, or other fixed structures shall be slightly higher (but not to exceed 6 rom [1/4 inch] than the surface of the structure. (4) Transverse joints (construction joints), at the beginning and end of a Project, at paving exceptions, or caused by suspension of daily paving operations, shall show no variation greater than 6 rom [1/4 inch] from the edge of a 3 m [10 foot] straightedge centered longitudinally across the transverse joint. The Engineer may require correction by diamond grinding when material is placed outside the above described limitations. (5) The transverse slope of the surface of each lift, exclusive of the shoulder w'earing lift, shall not vary from the slope shown in the Drawings by more than 0.4 percent. (6) The distance behveen the edge of each lift and the established centerline shall be no less than the Drawing distance, nor more than 75 rom [3 inches] greater than the Drawing distance. In addition, the edge alignment of the wearing lift on tangent sections and on curve sections of 3 degrees or less shall not deviate from the established alignment by more than 25 rom [1 inch] in any 7.5 m [25 foot] section. (7) The finished surface of each lift shall be reasonably free of segregated and open and torn sections. Page 43 of 48 2360/2350 Combined Specification December 16, 2005 Any material placed outside the above described limitations shall be removed and replaced after being cut or sawed at no expense to the Department Owner or with the approval of the Engineer, allowed to remain inplace at a reduced cost calculated at $12 per square meter [$10 per square yard]. C Pavement Smoothness C1 General Pavement smoothness will be evaluated on the final mainline pavement surface using an Inertial Profiler (IP) and the International Roughness Index (IRl). Unless otherwise authorized by the Engineer, all smoothness testing shall be performed in the presence of the Engineer. The Engineer and the Contractor shall mutually agree upon scheduling of smoothness testing so that testing can be observed. Any testing performed without the Engineer's presence, unless otherwise authorized, may be ordered retested at the Contractor's expense. The foIlowing Table 2360.7-A (IRl) shows pavement surfaces that are excluded from smoothness testing but subject to Section 2360.7B surface requirements. Table 2360.7 - A (lRl) Testing Exclusions 50 feet either side of obstructions, such as manholes, water supply castings, etc. * Ramps, Loops, Climbing Lanes Side Streets, Side Conl1ections Turn Lanes, Storage Lanes, Crossovers, Bypass Lanes Shoulders Intersections constructed under traffic - Begin and end the exclusion 30.5 m [100 feet] from the intersection radius Sections less than 15.24 m [50 feet] in length Acceleration, Deceleration Lanes Projects less than 300 m [1000 feet] in length Mainline paving where the normally posted regulatory speed is less than or equal to 70 kmJhr [45 miles per hour] Begin the exclusion at the sign Single lift overlays over concrete. *Mainline shall be included in profiling if obstructions are located in auxiliary or parking lanes. C1 A Smoothness Requirements Pavement smoothness requirements will be evaluated by the International Roughness Index (IRl) Equation A, Equation B, or Equation C. The pavement smoothness Equation will be identified in the Special Provisions of the Proposal. Location of bumps and/or dips and magnitude will be based on California Test Method 526. C2 Measurement Smoothness will be measured with an IP, w'hich produces both an IRl value and a profilogram (profile trace of the surface tested). The IP shall conform to the Class 1 requirements of ASTM E950-94 and must be certified according to the most recent procedure on file in the Bituminous Office. For pavement evaluation, I pass will be made in each lane, 2.74 m [9 feet] from centerline. The IP shall nrn in the direction the traffic will be moving. Each lane will be tested and evaluated separately. The Engineer will determine the length in kilometers [miles] for each mainline traffic lane. The IP shall be operated at the optimum speed as defined by the manufacturer. Page 44 of 48 2360/2350 Combined Specification December 16, 2005 C3 Smoothness Testing The Contractor will furnish a properly calibrated, documented, and MnDOT certified IP. The IP shall be equipped with automatic data reduction capabilities. Computer programs used to calculate the IRJ statistic from a longitudinal roadway profile shall follow the procedure developed by the World Bank for a quarter-car simulation as described in NCHRP Report 228. MnDOT certification documentation shall be provided to the Engineer on the first day the IF is used on the Project. IP settings are on file in the Bituminous Office. The Contractor shall furnish a competent operator, trained in the operation of the IP and evaluation of both California Test Methods 526 and the International Roughness Index. The Contractor shall remove all objects and foreign material on the pavement surface prior to surface evaluation by power brooming. The pavement surface will be divided into sections which represent continuous placement. A section will terminate 15.24 m [50 feet] before a bridge approach panel, bridge surface, manhole, or similar interruption. In the final pavement evaluation, a day's work joint will be included in the trace with no special consideration. A section will be separated into segments of 0.1 k.m [0.1 mile]. A segment will be in 1 traffic lane only. An IRl value shall be computed for each segment of 15.24 m [50 feet] or more. The IRl value will include the 15.24 m [50 feet] at the ends of the section only when the Contractor is responsible for the adjoining surface. End of run areas not included in the IRJ value and any sections of pavement less than 15.24 m [50 feet] in length shall be checked longitudinally with a 3.028 m [10 foot] straight edge and the surface shall not deviate from a straight line by more than 6 mm in 3.028 m [1/4 inch in 10 feet]. Transverse joints shall be evaluated by centering the straightedge longitudinally across the transverse joint. The Contractor shall submit the graphical trace, a summary of the bump(s)/dip(s) locations, the magnitude of the bump(s)/dip(s) and each segment IRJ value on the same day as the profiling was conducted. The Contractor shall submit a final spreadsheet summary of the smoothness data to the Engineer within 5 calendar day's after all mainline pavement placement. The summary shall be signed by the Contractor. The spreadsheet summary shall be in tabular form, with each O. I k.m [0.1 mile] segment occupying a row. Each row shall include the beginning and ending station for the segment, the length of the segment, the final IRJ value for the segment, the IRJ based incentive/disincentive in dollars for the segment, and the deductions for bump(s)/dip(s) in dollars for the segment. Each continuous run will occupy a separate table and each table will have a header that includes the following: the project number, the road\vay number or designation, a lane designation, the mix type of the final lift, the PG binder of the final lift, the date of the final smoothness runs, and the beginning and ending station of the continuous run. The following information shall be included at the bottom of each summary: a subtotal for the IRJ based incentive/disincentive, a subtotal for the bump deductions, and a total for incentive/disincentive for both IRl values and bumps. Software to summarize the data is available from the MnDOT Bituminous Office at www.rnrr.dot.state.rnn.us/pavementlbituminous/bituminous.asp . The Contractor will be responsible for all traffic control associated with the smoothness testing and any corrective action (when applicable) that is required of the final pavement surface. C3A Retesting The Engineer may require any portion or the total project to be retested if the results are questioned. This includes both IRJ values and bump/dip locations. The Engineer will decide whether MnDOT, and independent testing firm (ITF), or the Contractor will retest the roadway surface. Page 45 of 48 2360/2350 Combined Specification December 16,2005 If the retested IRl values differ by more than 10 percent from the original IRl values, the retested values will be used as the basis for acceptance and any incentive/disincentive payments. In addition, bump/dip locations as shown by the retest will replace the original results. If the Engineer directs the Contractor or an independent testing firm to perform retesting and the original results are found to be accurate, the Department O\vner will pay the Contractor or the independent testing firm $62.14 per lane !an [$100 per lane mile] that is retested, with a minimum charge of $500.00. The Contractor will be responsible for any costs associated with retesting if the original values differ by more than 10 percent from the retested values. C4 IRl Values The IP shall be equipped with automatic data reduction capabilities for determining the IRI values. An IRl value shall be calculated for each segment of the final pavement surface. The IRl values shall be determined by the following NCHRP Report 228. The IRl values shall be reported in units of m per !an [inches per mile). Both m per !an and inches per mile shall be reported with 2 digits right of the decimal. Follow MnDOT rounding procedures per the Bituminous Manual Section 5-693.730. When there is a segment equal to or less than 76.2 m [250 feet] in length at the end of a lane of paving, the IRl value for that segment shall be mathematically \veighted and added to and included in the evaluation of the adjacent segment. Segments greater than 76.2 m [250 feet) in length will be evaluated individually. C4a Bumps and Dips - IRl Equation A and IRl Equation B Bump/dip location will be determined in accordance with California Method 526. Bumps and dips equal to or exceeding 10.2 rnm in a 7.62 m [0.4 inch in a 25 foot] span shall be identified separately. \Vhen the profile trace shows a successive, uninterrupted bump, dip; or dip, bump combination (up to a maximum of 3 alternating trace deviations that relate to 1 bump or dip on the roadway), identify and evaluate these occurrences as 1 event. The Contractor shall correct, by diamond grinding, all areas represented by bumps or dips of 10.2 rnm [0.4 inch} or more as measured by California Test Method 526. However, the Engineer may allow bumps or dips of 10.2 rnm to 15.2 rnm [0.4 inch to 0.6 inch] in a 7.62 m [25 foot] span to be left uncorrected, and in such case, the Contractor will be assessed a price deduct as specified in section C6 ("Payment") of this special provision. Corrected dips or bumps will be considered satisfactory when the profilogram shows the deviations are less than 10.2 rnm in a 7.62 m [0.4 inch in a 25 foot] span. C4a Bumps and Dips - IRl Equation C Bump/dip location will be determined in accordance with California Method 526. Bumps and dips equal to or exceeding 12.7 rnm in a 7.62 m [0.5 inch in a 25 foot] span shall be identified separately. When the profile trace shows a successive, uninterrupted bump, dip; or dip, bump combination (up to a maximum of 3 alternating trace deviations that relate to 1 bump or dip on the roadway), identify and evaluate these occurrences as 1 event. S-l.l. The Contractor shall correct, by diamond grinding, all areas represented by bumps or dips of 12.7 rnm [0.5 inch] or more as measured by California Test Method 526. However, the Engineer may allow bumps or dips of 12.7 rnm to 17.8 mrn [0.5 inch to 0.7 inch] in a 7.62 m [25 foot] span to be left uncorrected, and in such case, the Contractor will be assessed a price deduct as specified in section C6 ("Payment") of this special provision. Corrected dips or bumps will be considered satisfactory when the profilogram shows the deviations are less than 12.7 rnm in a 7.62 m [0.5 inch in a 25 foot] span. Page 46 of 48 2360/2350 Combined Specification December 16, 2005 C5 Surface Correction Unless otherwise approved by the Engineer, corrective work shall be by diamond grinding. Other methods may include; overlaying the area, or replacing the area by milling and inlaying. The Engineer shall approve of the Contractor's method of correcting segment(s) prior to the Contractor starting corrective work. Any corrective actions by milling and inlay or overlay shall meet the Specification for ride quality over the entire length of the correction, including the first and last 15 m [50 feet). Bumps or dips in excess of 10.2 mm [0.4 inch) where evaluation is by Equation A or B or bumps or dips in excess of 12.7 mm [0.5 inch) where evaluation is by Equation C that are located at transverse joints at areas of corrective actions utilizing overlay or milling and inlay, shall be removed by diamond grinding. The Contractor shall notify the Engineer prior to commencement of the corrective action. If the surface is corrected by overlay, inlay or replacement, the surface correction shall begin and end with a transverse saw cut. Surface corrections shall be made prior to placing permanent pavement markings. In the event that permanent pavement marking are damaged or destroyed during surface correction activities, they will be replaced at no cost to the Agency. When pavement smoothness evaluation by Equation A is specified the Engineer may required that the Contractor, at no expense to the Department O\Vner. correct segments with an IRl greater than 1.03 m per km [65 inches/mile] or the Engineer may assess a $560 per 0.1 k [$900 per 0.1 mile] penalty in lieu of requiring corrective work. When pavement smoothness evaluation by Equation B is specified the Engineer may required that the Contractor, at no expense to the Department Owner. correct segments with an IRl greater than 1.18 m per km [75 inches/rili1e] or the Engineer may assess a $420 per 0.1 km [$675 per 0.1 mile] penalty in lieu of requiring corrective work. When pavement smoothness evaluation by Equation C is specified the Engineer may require that the Contractor, at no expense to the Department Owner. correct segments with an IRl greater than 1.34 m per km [85 inches/mile] or the Engineer may assess a $280 per 0.1 km $280 per 0.1 mile] penalty in lieu of requiring corrective work. Bump, dip, and smoothness correction work shall be for the entire traffic lane width. Pavement cross slop shall be maintained through corrective areas. All corrective work shall be subject to the approval of the Engineer. After all required corrective work is completed a final segment(s) IRl value and bump/dip tabulation shall be determined and submitted to the Engineer. Corrective work and re-evaluation shall be at the Contractor's expense. Segments requiring grinding will be re-profiled within 2 working days of completion of grinding. Individual bumps/dips and segments requiring grinding shall be completed within 15 working days of notification. C6 Payment The cost of traffic control for certified smoothness testing and/or any corrective work is incidental to the cost of the 'Near Course Mixture. The Contractor may receive an incentive payment or be assessed a penalty based on the number of segments and the IRl value. The total ride incentive shall not exceed 10 percent of the total mix price for pavement smooth..'1ess evaluated under IRl Equation A, 5 percent of the total mix price for pavement smoothness evaluated under Equation B, or 5 percent of the total mix price for pavement smoothness evaluated under Equation C. Total mix shall be defined as all mixture placed on the Project. Pay adjustments for incentives will only be based on the segment IRl value before any corrective work has been performed. Any segment that contains corrective action for IRl value or bumps is not eligible for incentive pay. The Contractor will not receive a net incentive payment for ride if more than 25 percent of all density lots for the Project fail to meet minimum density requirements. Page 47 of 48 2360/2350 Combined Specification December 16, 2005 For pavement smoothness evaluated under Equation A uncorrected bumps or dips greater than or equal to 10.2 mm [0.4 inch] in a 7.62 m [25 foot] span will be assessed a price deduction of $900 per event. For pavement smoothness evaluated under Equation B uncorrected bumps or dips greater than or equal to 10.2 mm [0.4 inch] in a 7.62 m [25 foot] span will be assessed a price deduction of$675 per event. For pavement smoothness evaluated under Equation C uncorrected bumps or dips greater than or equal to 12.7 mm [0.5 inch] in a 7.62 m [25 foot] span will be assessed a price deduction of$450 per event. Combination of bumps and dips which arise from the same single bump or dip are considered to be 1 event, and shall be counted only once for the purpose of calculating price deductions. Typically, bump-dip- bump combinations, or dip-bump-dip combinations, that are confined to a 30 foot longitudinal segment are considered to be 1 event. Bumps or dips resulting from a construction joint will be assessed a $900 penalty, regardless of the IRl Equation use for evaluation or pavement smoothness. Incentive/disincentive payments will be based on the IRl determined for each segment and will be based on the following equation and criteria. C6a IRI Equation A * IRl milan [inches/mile] <0.47 mlkm '[<30 inches/mile] 0.47 mlkm to 1.03 milan [30 inches/mile to 65 inches/mile] 1.03 milan [>65 inches/mileJ *Typically, 3 lift minimum construction Incentive/Disincentive $/O.llan [$/0.1 mile] $249 [$400J $523 - (IRl x 584) [$850 - (IRI xIS)] -$560 [S900] C6b IRI Equation B* IRl milan [inches/mile] <0.52 milan [<33 inches/mile] 0.52 mIkm to 1.18 milan [33 inches/mile to 75 inches/mile] 1.18 mlkm [>75 inches/mile] *Typically,2 lift minimum construction Incentive/Disincentive $/O.llan [S/O.l milel $168 [S270] $373 - (IRl x 395) [$600 - (IRI x 10)) -$420 [$675] C6b IRI Equation C* IRl milan finches/mile] <0.57 milan [<36 inches/mile] 0.57 milan to 1.34 milan [36 inches/mile to 85 inches/mile] 1.34 mIkm [>85 inches/mile I *Typically, single lift construction Incentive/Disincentive $!O.llan [$/0.1 mile] S112 [S180] $258 - ~IRl x 257) [$414 - (IRI x 6.5)J -$280 [$450] 2360.8 METHOD OF MEASUREMENT A Asphalt Mixture Asphalt mixture of each type will be measured separately by mass, based on the total quantity of material hauled from the mixing plant, with no deductions being made for the asphalt materials. B Blank C Asphalt Mixtures Measured by the Square Meter [Square Yard] per Specified (mm [inch]) and for Mixtures Measured by the [Square Yard inch] Asphalt mixture of each type and for each specific lift will be measured separately by area and by thickness on the basis of actual final dimensions placed. The constructed thickness shall meet tolerances set forth in Sections 2360.7A. Page 48 of 48 SECTION 02766 PAVEMENT MARKINGS PART 1 - GENERAL 1.01 SECTION INCLUDES A. Furnishing and applying pavement markings for control and guidance of traffic. 1.02 RELATED SECTIONS A. Section 02740 - Plant Mixed Asphalt Pavement. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2000 Edition (MnDOT Spec.): 1. The Application Specification for Conventional Pavement Marking Materials, 3 Minute Dry Alkyd and High Solids Latex. 2. High Solids Water Based Traffic Paint. 3. Drop-On Glass Beads. 1.04 SUBMITTALS A. 1 copy of the chosen paint lot or batch formulation. B. Pavement Marking Contractor Qualifications/Certifications. C. MnDOT Certification approvals. 1.05 SEQUENCING AND SCHEDULING A. As per MnDOT Specifications. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02766-1 PAVEMENT MARKINGS PART 2 - PRODUCTS 2.01 MATERIALS A. Paint: 1. High Solids Water Based or 3 Minute Dry Alkyd: a. Free of toxic heavy metals, including lead, mercury, and cadmium. b. Track Free Time - 3 minutes or less. c. Yellow Prime Pigment - Color Index Pigment Yellow #65 or #75. d. White Color - Flat white. e. Yellow Color - Color #33538 of Federal Standard 595. 2.02 EQUIPMENT A. General: 1. Vehicles used shall be deployed and equipped with traffic control devices set forth in the "Minnesota Manual on Uniform Traffic Control Devices, Field Manual." 2. Shadow vehicle with truck-mounted attenuator shall be used on streets with posted speed equal to or greater than 40 m.p.h. or ADT greater than 1500 vehicles per day. 3. Equipment used for spray applications shall be capable of applying glass beads by a pressurized system at a rate of at least 25 lbs/gal. 4. Capable of accumulating footage applied per gun. 5. Stainless steel components in the delivery system required for water-based materials. 000034-05172-0 ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02766-2 PAVEMENT MARKlNGS PART 3 - EXECUTION 3.01 GENERAL A. The pavement marking crew shall include at least 1 technical expert knowledgeable in each of the following areas: 1. Equipment operation. 2. Application techniques. 3. Traffic control. 4. Safety regulations. B. The filling of tanks, pouring of materials, or cleaning of equipment shall not be performed on unprotected pavement surfaces, unless adequate provisions are made to prevent spillage of material. 3.02 SCHEDULE A. Paint Pavement Markings: 1. Place following completion of bituminous wear course: a. No sooner than 24 hours after placement of bituminous. b. Within 5 working days of completion of bituminous placement. 3.03 PREPARATION A. Locations: 1. In general accordance with the Drawings: 2. The Engineer will place necessary "Spotting" at appropriate points: a. Horizontal control. b. Starting and stopping points. c. Broken line intervals will not be marked. d. Longitudinal joints, pavement edges, and existing markings shall serve as horizontal control when so directed. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02766-3 PAVEMENT MARKINGS e. Contractor shall notify Engineer at least 48 hours in advance when requesting spotting locations. 3. Edge lines and lane lines are to be broken only at intersections with public roads and at private entrances if they are controlled by a yield sign, stop sign, or traffic signal. 4. The break point is to be at the start of the radius for the intersection or at marked stop lines or crosswalks. B. Street Surface: 1. Engineer may direct cleaning of surface as necessary immediately prior to marking application: a. Brushing with non-metallic rotary broom, b. Other cleaning method approved by Engineer. c. Air blast following cleaning. 2. Surface must be dry. 3. Minimum surface temperature is 500 F. 3.04 APPLICATION A. General: 1. Tolerance: a. Width: A tolerance of 1/4 inch under or 114 inch over the specified width will be allowed for striping provided the variation is gradual and does not detract from the general appearance. b. Length: Broken line segments may vary up to 2-3/4 inches from the specified lengths provided the over and under variations are reasonably compensatory. c. Alignment: Deviations from the control guide shall not exceed 2 inches. d. Establishment of application tolerances shall not relieve the Contractor of his responsibility to comply as closely as practicable with the planned dimensions. 2. Material shall not be applied over longitudinal joints. 000034-05172-0 ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02766-4 PAVEMENT MARKINGS 3. 4 inch broken line consists of 10 feet of paint and 40 feet space (1 cycle). 4. If same equipment used for different color material V{ith change in color, an amount of material equal to fifteen (15) 10 foot long stripes shall be wasted prior to beginning application with the new color. 5. Conditions: a. Markings shall not be applied when wind or other conditions cause a film of dust to be deposited on the pavement surface after cleaning and before the marking material can be applied. b. Except when used as a temporary marking, pavement markings shall only be applied in seasonable weather when air temperature is 500 F. or higher. B. Paint: 1. Minimum thickness 15 mil. 2. In accordance with the appropriate MnDOT Spec. C. Glass Beads: 1. Shall be applied immediately after application of paint markings. 2. Rate of application shall be 8 lbs. per gallon. 3.05 CORRECTION OF DEFECTS A. All pavement markings not conforming to the requirements of the Specifications shall be removed and replaced, or otherwise repaired to the satisfaction of the Engineer. B. Where yield computations show a deficiency in material usage of not more than 20 percent, Owner may require satisfactory repair or may accept the work at a reduced Bid Unit Price that is in direct proportion to the percent of the deficiency. C. Where yield computations show a deficiency in material usage in excess of 20 percent, Owner will require removal and replacement to the satisfaction of the Engineer, unless other means are approved by the Engineer. D. If removal and replacement is required, at least 90 percent of the deficient line shall be removed. 000034-05172-0 ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02766-5 PAVEMENT MARKINGS E. Width of removal shall be 1 inch wider on all sides than the nominal width of the marking to be removed. F. Removal of unacceptable work shall be accomplished with suitable blasting or grinding equipment, unless other means are authorized by the Engineer. Bituminous street surfacing shall not be damaged by the removal operation. 3.06 MEASUREMENT AND PAYMENT A. Lines: 1. Lines shall be measured by the lineal foot on the basis of length actually applied: a. Separate measurement made on the basis of color and nominal width. b. Separate measurement will be made for paint markings and poly pre- form markings. B. Messages: 1. Messages shall be measured on the basis of each applied: a. Separate measurement will be made for each type of message. C. Bid Items for pavement markings of each type are provided. Payment of each Bid Item shall be compensation in full for all costs incidental thereto, including but not limited to surface preparation, traffic control measures, maintaining the work, removal of temporary pavement markers, together with any other expenses incurred in completing the work that are not specifically included for payment under the Contract Bid Items. D. All other work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. END OF SECTION 000034-05172-0 ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 027 66-6 PAVEMENT MARKINGS SECTION 02770 CONCRETE CURB AND GUTTER PART 1 - GENERAL 1.01 SECTION INCLUDES A. Construction of concrete curb and gutter. 1.02 RELATED SECTIONS A. Section 02720 - Aggregate Base Course. B. Section 02740 - Plant Mixed Asphalt Pavement. C. Section 02775 - Concrete Walks, Medians, and Driveways. 1.03 REFERENCES A. American Society of Testing Materials (ASTM): 1. C260 - Air-Entraining Admixtures for Concrete. B. Minnesota Department of Transportation "Standard Specifications for Construction," 2000 Edition (MnDOT Spec.): 1. 2461 - Structural Concrete. 2. 2531 - Concrete Curbing. 3. 3101 - Portland Cement. 4. 3702 - Preformed Joint Fillers. 5. 3754 - Membrane Curing Compound. 1.04 SUBMITTALS A. Submit one (1) 7 day and two (2) 28 day concrete cylinder test results for all concrete pours in any given day. B. Submit design mix for each concrete mix designation used. 000034-05172-0 ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02770-1 CONCRETE CURB AND GUTTER 1.05 SEQUENCING AND SCHEDULING A. Spot replacement of curb on Mill and Overlay and Reclaim streets should be completed prior to bituminous paving in these areas. Sufficient curing time should be allowed before paving is completed. B. New curb, in spot replacement areas, to be installed within 3 of removal. C. Coordinate resident notification of restricted driveway access with Engineer. Minimizing inconvenience to residents is a necessity to the success of the Project. PART 2 - PRODUCTS 2.01 MATERIALS: A. Concrete to Conform to MnDOT Spec. 2461, except as modified herein: 1. Portland Cement: Conform to MnDOT Spec. 3101: a. Type 3 air-entraining concrete produced by using Type IA Air- Entraining Portland Cement. 2. Air-Entraining Admixtures: a. Conforming to ASTM C260. b. Not to be added to the concrete mixtures in the field without approval from Engineer. 3. Mix Designation and Classification for Concrete Curb and Gutter: a. Manual Placement Mix No. 3A32C. b. Slip Form Placement Mix No. 3A22C. B. Pre-Formed Joint Filler: Conform to MnDOT Spec. 3702. C. Curing Compound: Conform to MnDOT Spec. 3754: 1. Curing compound shall contain a fugitive dye. 000034-05172-0 ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02770-2 CONCRETE CURB AND GUTTER PART 3 - EXECUTION 3.01 GENERAL A. Three Bid Items are provided for concrete curb and gutter: 1. Concrete Curb and Gutter Design B618: Quantities will be measured under this Bid Item when that the length of any individual span of new B618 curb and gutter is equal or greater than 100 feet in length. This will include areas such as: all of Boone Avenue, all streets scheduled for reconstruction, and any length of curb greater than 100 feet removed for the installation of utilities. 2. Concrete Curb and Gutter Design B612: Pertains to Design B612 curb and gutter scheduled for installation as part of the parking lot reconstruction alternate. No additional payment will be made for transitions or areas where modification (to surmountable) is required to construct the concrete curb and gutter as shown on the Drawings. 3. Remove Curb and Gutter, Special: To include all "spot replacement" curb and gutter scheduled on reclaim and mill and overlay streets that do not fall in the constraints given above (1.). B. Provide copies of batch tickets for concrete mix at the time of material delivery to Project Site. C. Construct concrete curb and gutter at the locations and elevations indicated on the Drawings and/or as directed by Engineer. D. Construct the style or type of curb and gutter as shown on the Drawings. For spot replacement, match existing curb style. E. Intersection curb radii are 15 feet, unless otherwise noted. F. Construct transition sections at inlet structures to conform to the detail on the Drawings. G. Construct concrete curb ramp depressions to conform to the detail on the Drawings. H. Construct curb transitions for driveways to conform to the detail on the Drawings. Locations to be verified by Engineer at the time of construction. 000034-05172-0 ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02770-3 CONCRETE CURB AJ.'1D GUTTER 1. The completed concrete work shall give the appearance of uniformity in surface contour and texture, and shall be accurately constructed to line and grade. The required joints, edges, and flow lines shall show neat workmanship. J. Retempering of the concrete which has partially hardened with or without additional materials or water is prohibited. 3.02 FOUNDATION PREPARATIONS A. Support on a compacted aggregate base: 1. Conform to typical sections as shown on the Drawings. 2. Conform to Section 02720 - Aggregate Base Course. 3.03 FORMS A. Conform to MnDOT Spec. 2531.3B. 3.04 JOINT CONSTRUCTION A. Conform to MnDOT Spec. 2531.3C, except as modified herein: 1. Maximum spacing of expansion joints for slip formed shall be 200 feet. 3.05 METAL REINFORCEMENT A. Conform to MnDOT Spec. 2531.3D, except as modified herein: 1. Where required, install two (2) #4 steel reinforcing rods in lower portion of the curb section with a minimum of2 inches coverage on all sides: a. Placement at catch basins conform to the details on the Drawings. b. Placement at service line trenches conform to the detail on the Drawings. 3.06 PLACING AL'ID FINISHING A. Conform to MnDOT Spec. 2531.3E and 2531.3F, except as modified herein: 1. The top surface of the curb and gutter shall have a brush finish at right angles to the curb line. 000034-05172-0 ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02770-4 CONCRETE CURB AND GUTTER 3.07 CONCRETE CURING AND PROTECTION A. Conform to MnDOT Spec. 2531.3G and 2531.3G2 (Membrane Curing Method), except as modified herein: 1. All surfaces shall be coated with membrane curing compound within 30 minutes after finishing at the specified rate. 2. The membrane-curing compound must be applied in 2 different directions perpendicular to each other. 3. A second application of membrane curing compound shall be applied 4 to 8 hours after the first application at the specified rate. 4. Cold weather curing when temperatures fall below 400 during placement or within the following 24 hours shall conform to MnDOT Spec. 2531.3G 1 blanket curing method or method approved by the Engineer. 5. The freshly finished surface shall be protected, surfaces pitted by rain will be considered unacceptable. 6. Removal and replacement of any curb section damaged by traffic, rain, cold weather, or other causes occurring prior to final acceptance shall be the responsibility of the Contractor. 3.08 BACKFILLING A. Conform to MnDOT Spec. 2531.3J, except as modified herein: 1. Initial Backfilling: a. Follow the 72 hour curing period with completion within 6 days of original placement. b. Tolerance within 0.3 feet to the top of curb elevation. 2. Final Grading: a. Following completion of private utility work by others. 3. Curb damaged during backfilling is the responsibility of the Contractor. 000034-05172-0 ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02770-5 CONCRETE CURB AND GUTTER 3.09 WORKMANSHIP AND FINISH A. Conform to MnDOT Spec. 2531.3K, except as modified herein: 1. Any deviation in the design curvature of concrete edges in excess of 3/8 of an inch, measured with a 10 foot straight edge, will be considered unacceptable. 2. Acceptance of work by price reduction will not be allowed. 3.10 MEASUREMENT AND PAYMENT A. A Bid Item has been provided for Concrete Curb and Gutter Design: B618. Measurement of curb and gutter shall be by the lineal foot measured along the face of the curb at the gutter line. Payment shall include materials, preparation, placement, finishing, curing, protection, reinforcement, and backfilling. This Bid Item will be used for all new curb spanning a continuous 100 feet or more. B. A Bid Item has been provided for Concrete Curb and Gutter Design B612. Measurement of curb and gutter shall be by the lineal foot measured along the face of the curb at the gutter line. Payment shall include materials, preparation, placement, finishing, curing, protection, reinforcement, and backfilling. C. A Bid Item has been provided for Concrete Curb and Gutter Design Special. Remove and Install New Concrete Curb and Gutter. Measurement shall be by the lineal foot measured along the face of the curb at the Gutter Line. Payment shall include material, preparation, sawing at removal limits, sawing and removal of bituminous required to allow a form to be used on the front edge, placement, finishing, curing, protection, reinforcement, backfilling, and restoration (seeding) behind new curb. D. A Bid Item has been provided for 7 Inch Concrete Valley Gutter. Measurement of shall be by the square yard of valley gutter constructed in accordance with the details shown on the Drawing. Payment shall include materials, preparation, placement, finishing, curing, protection, and backfilling. E. No separate measurement or payment for modifications at curb ramps, transition sections, driveways, catch basins, radii, etc. F. All other work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. END OF SECTION 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02770-6 CONCRETE CURB At'lD GUTTER SECTION 02775 CONCRETE WALKS. MEDIANS. AND DRIVEWAYS PART I-GENERAL 1.01 SECTION INCLUDES A. Construction of cast-in-place concrete walkways, medians, and driveways. 1.02 RELATED SECTIONS A. Section 02315 - Excavation and Fill. B. Section 02720 - Aggregate Base Course. C. Section 02770 - Concrete Curb and Gutter. D. Section 02740 - Plant Mixed Asphalt Pavement. 1.03 REFERENCES A. American Society of Testing Materials (ASTM): 1. C260 - Air-Entraining Admixtures for Concrete. B. Minnesota Department of Transportation "Standard Specifications for Construction," 2000 Edition (MnDOT Spec.): 1. 2211 - Aggregate Base. 2. 2461 - Structural Concrete. 3. 2521 - Walks. 4. 2531 - Concrete Curbing. 5. 3702 - Preformed Joint Filers. 6. 3754 - Membrane Curing Compound. 1.04 SUBMITTALS A. Submit one (1) 7 day and two (2) 28 day concrete test results for all concrete pours in any given day. B. Submit design mix for each concrete mix used. 000034-05172-0 ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02775-1 CONCRETE WALKS, MEDIANS, AND DRIVEWAYS 1.05 SEQUENCING AND SCHEDULING A. Construction of pedestrian curb ramps shall be completed following the placement of the bituminous walk or pathway. A straight edge shall be cut (incidental) along the trail and used as a form for the pedestrian ramp. B. Construction of the concrete driveway apron shall begin no sooner than 24 hours after placement of the adjacent concrete curb and gutter with completion within 5 days of curb placement. PART 2 - PRODUCTS 2.01 MATERIALS A. Concrete to conform to MnDOT Spec. 2461, except as modified herein: 1. Portland Cement: Conform to MnDOT Spec. 3101: a. Type 3 air-entraining concrete produced by using Type IA Air- Entraining Portland Cement. 2. Air-Entraining Admixtures: conform to MnDOT Spec. 3113: a. Conforming to ASTM C260. b. Not to be added to the concrete mixtures in the field without approval from Engineer. 3. Mix Designation and Classification: a. Manual Placement Mix No. 3Y32C. b. Slip Form Placement Mix No. 3Y22C. B. Preformed Joint Filler: Conform to MnDOT Spec. 3702. C. Curing Compound: Conform to MnDOT Spec. 3754. D. Sub-Grade Base Material: 1. Aggregated Base: Conforming to Section 02720 - Aggregate Base Course. 000034-05172-0 ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02775-2 CONCRETE WALKS, MEDIANS, AND DRIVEWAYS PART 3 - EXECUTION 3.01 GENERAL A. Provide copies of batch tickets for concrete mix at the time of material delivery to Project Site. B. Construct concrete walkway and driveways at the locations and elevations indicated on the Drawings. C. Construct walkways and medians to conform to the typical section shown on the Drawings. D. Construct concrete driveway aprons to conform to the Drawings. E. Construct concrete curb ramp to conform to the Drawings. F. Verify locations with Engineer in the field prior to construction. G. The completed concrete work shall give the appearance of uniformity in surface contour and texture, and shall be accurately constructed to line and grade. The required joints, edges, and flow lines shall show neat workmanship. H. Retempering of concrete which has partially hardened with or without additional materials or water is prohibited. 3.02 FOUNDATION PREPARATIONS A. Placement of the aggregate base or granular material to support the concrete work shall conform to Section 02720 - Aggregate Base Course or Section 02318 - Sub grade Preparation. Compaction of sub grade base shall conform to MnDOT Spec. 2211.3Cl. B. The foundation shall be approved by the Engineer prior to placement of concrete material. 3.03 FORMS A. Conform to MnDOT Spec. 2521.3B. 3.04 JOINT CONSTRUCTION A. Conform to MnDOT Spec. 2521.3C2, except as modified herein: 1. Maximum spacing of expansion joints for walkways shall be 60 feet. 2. Match joints of adjacent concrete work. 000034-05172-0 ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02775-3 CONCRETE WALKS, MEDIANS, AND DRIVEWAYS 3.05 METAL REINFORCEMENT A. Conform to MnDOT Spec. 2531.3D. 3.06 PLACING AND FINISHING A. Conform to MnDOT Spec. 2521.3C1 and 2531.3F for slip form or 2531.3K for manual placement, except as modified herein: 1. Any deviation in the design curvature of concrete edges in excess of 3/8 of an inch, measured with a 10 foot straight edge, will be considered unacceptab Ie. 2. Any surface area allowing the entrapment of water at a depth 1/8 inch or greater will be considered unacceptable. 3. Unacceptable work shall be removed and replaced with acceptable work as directed by the Engineer. Acceptance of work by price reduction will not be allowed. 3.07 CONCRETE CURING AND PROTECTION A. Conform to MnDOT Spec. 2521.3C3 and 2521.3C3b (Membrane Curing Method), except as modified herein: 1. All surfaces shall be coated with membrane curing compound within 30 minutes after finishing at the specified rate. 2. The membrane-curing compound must contain a fugitive dye and be applied at 2 different directions perpendicular to each other. 3. A second application of membrane curing compound shall be applied 4 to 8 hours after the first application at the specified rate. 4. Cold weather curing, when temperatures fall below 400 during placement or within the following 24 hours, shall conform to MnDOT Spec. 2521.3C3a blanket curing method, or method approved by the Engineer. 5. The freshly finished surface shall be protected, surfaces pitted by rain will be considered unacceptable. 6. Removal and replacement of any concrete section damaged by traffic, rain, cold weather, or other causes occurring prior to final acceptance shall be the responsibility of the Contractor. 000034-05172-0 ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02775-4 CONCRETE WALKS, MEDIANS, AND DRIVEWAYS 3.08 BACKFILLING A. Conform to MnDOT Spec.2521.3E, except as modified herein: 1. Perform backfilling to protect the concrete no sooner than 72 hours after placement of the concrete. 3.09 MEASUREMENT AND PAYMENT A. Bid Items have been provided for 6 Inch Concrete Driveway Pavement and 4 Inch Concrete Walk. Measurement shall be by the square foot top surface area. Payment shall include: 1. Concrete materials. 2. Preparation. 3. Placement of materials. 4. Finishing. 5. Curing and protection. 6. Backfilling. B. A Bid Item has been provided for Pedestrian Curb Ramp. Measurement and payment shall be per each pedestrian ramp constructed in accordance with the Drawings, including supplying and installing truncated domes. C. All other work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. END OF SECTION 000034-05172-0 ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02775-5 CONCRETE WALKS, MEDIANS, A1'\!D DRIVEWAYS SECTION 02821 CHAIN LINK FENCES PART 1 - GENERAL 1.01 SECTION INCLUDES A. Chain link fencing. 1.02 REFERENCES A. American Society for Testing and Materials (ASTM): 1. A491 - Aluminum - Coated Steel Chain - Link Fence Fabric. 2. C94 - Ready Mix Concrete. PART 2 - PRODUCTS 2.01 CHAINLINKFABRIC A. 9 gauge steel wire. B. 2 inch mesh. C. Tensile Strength: Minimum 80,000 psi. D. Coating: Aluminum (0.40 ounce/sq. ft.) per ASTM A491. E. Fabric shall have barbed top and knuckled bottom edges, unless otherwise noted. F. Fabric Width: 6 feet. 2.02 RAILS AL'ID POSTS A. Top and Brace Rails: 1. 1-5/8 inch O.D. Standard pipe, 2.271b/ft or 1-5/8 inch x 1-114 inch roll form section with a minimum bending strength of 192 lbs. 2. Zinc coating of 2 oz.lsq.ft. of surface. 3. Securely fastened as per manufacturer's recommendations. 000034-05 [72-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02821-1 CHAIN LINK FENCES B. Line Posts: 1. 2-112 inch O.D. standard pipe weighing not less than 3.65lb/ft or 1-7/8 inch x 1-5/8 inch roll form section with a minimum theoretical bending strength of 201lbs. under a 6 ft. cantilever load. 2. Zinc coating of2 oz.lsq.ft. of surface. 3. Minimum Length: 6 feet above finished grade. C. End, Comer, and Gate Posts: 1. 3 inch O.D., Schedule 40 pipe with a weight of 5.79lb/ft, or 3-1/2 inch x 2- 1/2 inch roll form shape of equal strength. Drive gate posts shall be 6-5/8 inch O.D., 18.97lbs.lft. 2. Zinc coating of2 oz.lsq.ft. of surface. 3. Minimum Length: 6 feet above finished grade. D. Bottom Tension Wire: 1. 7 gauge aluminum coated with minimum tensile strength of 80,000 psi. 2.03 MISCELLANEOUS A. Ties: 1. 9 gauge aluminum wire at 2 feet on center on top and bottom rod and 12 inches on center posts. B. Fittings: 1. Necessary fittings shall be of malleable iron hot dipped galvanized after fabrication. 2. Provide caps on pipe posts and pipe gate stiles. C. Concrete Mix: 1. Conform to ASTM C94 Portland Cement Concrete with maximum 3/4 inch aggregate having a minimum compressive strength of 3000 psi @ 28 days. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02821-2 CHAIN LINK FENCES D. Galvanizing: 1. All fencing components, including gates, posts, and all accessories, are to be hot dipped galvanized (2 oz./sq.ft. surface) or otherwise be corrosion resistant. PART 3 - EXECUTION 3.01 WORKMANSHIP A. All posts shall be set true to line and grade as shown on the Drawings to provide a neat appearance. B. All fabric shall be tightly stretched and neatly secured to posts and rails. C. Fence shall be complete in every respect, including items recommended by the manufacturer for first quality construction. 3.02 POST SETTING A. All end, comer, pull, and gate posts shall be set in concrete 12 inch diameter x 42 inches deep. B. Line posts may be driven to a minimum depth of 5 feet or set in concrete 12 inches diameter x 42 inches deep. C. Line posts shall be evenly spaced on maximum 10 foot centers. D. End, comer, pull, and gate posts shall have braces with the same material as top rail and trussed to line posts with 3/8 inch rods and tighteners. 3.03 MEASUREMENT AND PAYMENT A. Payment for fence work shall be by the linear foot basis as listed on the Bid Form for 6 foot high chain link fence installed. Payment shall include all accessories. The new fencing Bid Item will only be used if the salvaged fence in the park is determined unacceptable for reinstallation by the Engineer. If new fencing is required due to the Contractor's negligence during the salvaging process, the new fence will be furnished at the Contractor's expense and installation will be paid under the Bid Item for Install Salvaged Fence. B. All other work and costs ofthis Section are incidental to the Project and included in the TOTAL BASE BID. END OF SECTION 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02821-3 CHAIN LINK FENCES SECTION 02890 TRAFFIC SIGNS AND SIGNALS DIVISION SS SS-l (1802) QUALIFICATION OF WORKERS Follow the provisions of MnDOT Specification 1802. Signal modifications (loop installations) should be completed by workers/company versed in this type of work. SS-2 (2565) TRAFFIC CONTROL SIGNALS This work shall consist of furnishing and installing loop detectors to replace those damaged by construction activities performed as part of the Project. The locations of the anticipated damage include Boone Avenue, north of Bass Lake Road, and 62nd Avenue, east and west of West Broadway, both in New Hope, Hennepin County. SS2.1 GENERAL A. The signals on the Project where damage to the loop detectors is anticipated are owned by Hennepin County. Acceptance of the new loops installed is subject to County approval. B. Any work being completed near the signal loops must be coordinated with the County prior to any disturbances. Coordination can be accomplished via the Engineer. SS-2.1 MATERIALS A Loop Detector Sealant Material The following loop detector sealants have been tested and approved: 1. 3M "Detector Loop Sealant." 2. ChemRex, Inc. "Thoroc Gold Label Flex 1P." 3. Chemque, Inc. "Q-Seal 290, Polyurethane Detector Loop Sealant." 4. Dow Coming "890-SL Silicone Joint Sealant." No other loop detector sealants have been approved at this time. THE CONTRACTOR SHALL INSTALL SEALANT MATERIAL ACCORDING TO THE MANUFACTURER'S INSTRUCTIONS. 000034-05172-0 ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02890-1 TRAFFIC SIGNS AND SIGNALS B Loop Detector Splices The Contractor shall furnish and install the following approved loop detector splice kit: 82-A Series Scotchcast Inline Splice Kit Product Number: 82-A, UPC Number: 25016 No other loop detector splices have been approved at this time. THE CONTRACTOR SHALL INSTALL LOOP DETECTOR SPLICES ACCORDING TO THE MANUFACTURER'S INSTRUCTIONS. SS-2.3 CONSTRUCTION REQUIREMENTS A Loop Detector Installation. NMC Conduit The Contractor shall install loop detectors in accordance with the "PREFORMED NON- METALLIC CONDUIT (NMC) LOOP DETECTOR DETAILS FOR TRAFFIC CONTROL SIGNAL SYSTEM" included in the Drawings; as marked by the Engineer; and with the applicable provisions ofMnDOT Spec. 2565.3G. The loop detector roadway conductors and the loop detector lead-in cable conductors shall be properly prepared and cleaned before splicing. Splice kits shall be installed in handholes in such a manner as to ensure that each splice kit is suspended and/or secured near the top of the handhole to the satisfaction of the Engineer (placing splice kits on top of the electrical cables and conductors is NOT acceptable). Saw Cut Saw cut loop detectors shall be saw cut in the roadway in accordance with MnDOT Standard Plate No. 8130D; as marked by the Engineer; and with the provisions ofMnDOT Spec. 2565.3G, except as follows: 1. Where loop detectors to be installed in roadways to be surfaced with new bituminous pavement, the loop detectors shall be saw cut in the roadway and sealant material installed to the satisfaction of the Engineer before the bituminpus wearing course is placed by the Bituminous Paving Contractor; however, the Engineer may direct the Contractor not to place the loop detectors in the roadway until pavement markings and lane striping has been determined and/or placed. 000034-05172-0 02890-2 ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. TRAFFIC SIGNS AND SIGNALS 2. Area to be saw cut shall be thoroughly cleaned by sweeping, washing, or blowing surface clear of dirt and debris. Loop detectors and loop detector lead-in will be marked on pavement by the Engineer or County. 3. Loop detector saw cuts shall be a uniform depth of 65 mm (2.5 inches) +/- 6 mm (+/- 114 inch) and 3 mm (0.125 inch) wider than the outer diameter of the tubing. The Contractor shall avoid crossing concrete joints or cracks. However, if a concrete joint or crack must be crossed, the Contractor shall double saw cut across crack or joint to allow for expansion or shifting at point of crack. All loop comers shall be square. Comers shall be drilled with 25 mm (1 inch) to 32 mm (1 1/4 inch) diameter drill to a depth of 6 mm (114 inch) deeper than saw cut. Comers shall be rounded to prevent damage to the conductors or tubing. 4. The Contractor shall furnish and install from the end of the saw-cut to the adjacent handhole a 21 mm (3/4 inch) N.M.C. (or R.S.C.) conduit for a single loop detector, or a 35 mm (1 114 inch) R.S.C. (or N.M.C.) conduit for 2 or more loop detectors, at a 45 degree angle where intersecting the saw cut. Top of conduit shall be reamed and installed 25 mm (1 inch) below bottom of saw cut. A conduit bushing shall be furnished and installed on the handhole end of conduit. The conduit shall be a minimum 460 mm (18 inches) from curb apron or shoulder. A conduit, which crosses a lane of traffic shall be R.S.c. 5. All loop detector saw cuts shall be cleaned and flushed of foreign material using a combination of air and water, and dried with compressed air prior to installation of loop detector conductors. Dry sawing does not require water flushing, however, the saw cut shall be cleaned of all foreign material. 6. Before installation of loop detector conductors, the Contractor shall install a bead of approved loop detector sealant in saw cut slot to within 160 mm (6 inches) of the conduit that runs from the end of the saw-cut to the adjacent handhole. 7. The Contractor shall install the clean and dried loop detector conductors continuous and wound in a clockwise direction. The loop detector conductors shall be pushed to the bottom of the saw-cut with a blunt instrument to avoid damaging tubing or conductors. The Contractor shall install 13 mm (2 inch) diameter by 25 mm (1 inch) backer rod at 600 mm (2 foot) intervals to ensure that the conductors are at the bottom of the saw cut. 8. Loop detector conductors shall be twisted 9 turns per meter (3 turns per foot) through the conduit to the handhole. 9. Loop detector lead-in conduit shall be sealed with oakum and duct seal to prevent loop detector sealant from entering conduit. 000034-05172-0 02890-3 ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. TRAFFIC SIGNS At'lD SIGNALS 10. The loop detector roadway conductors and the loop detector lead-in cable conductors shall be properly prepared and cleaned before splicing. 11. Loop detectors shall be spliced using an approved splice kit as specified elsewhere in these Special Provisions. 12. Splice kits shall be installed in handholes in such a manner as to ensure that each splice kit is suspended and/or secured near the top of the handhole to the satisfaction of the Engineer (placing splice kits on top of the electrical cables and conductors is NOT acceptable). 13. Seal loop detector conductors with an approved loop detector sealant ill accordance with the manufacturer's instructions. Each loop detector shall have 4 turns of wire. C Wiring Installation of electrical cables and conductors and all electrical wiring shall be in accordance with the applicable provisions ofMnDOT Spec. 2565.3J, and as follows: The Contractor shall pull cables and conductors through non-metallic conduit (NMC) with a pull rope, in such a manner, as to not split or otherwise damage the NMC conduit due to "pull rope abrasion." If the Contractor damages the NMC conduit, the Contractor shall replace the damaged portion of the NMC conduit to the satisfaction ofthe Engineer. 88-2.4 l\'IEA8UREl\'IENTANDPAYMENT Loop Detectors Disturbed With The Street Improvements: Remove the damaged loop detectors as directed by the County. Install new NMC loop detectors as specified. A Bid Item has been provided for Loop Detector Special. Measurement will be per each new loop detector installed to replace an existing loop damaged by the work under this Contract. Payment will be considered compensation in full for all work associated with removing the damaged loop and installing a new loop in accordance with the Specifications and meets Hennepin County's expectation. END OF SECTION 000034-05172-0 ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02890-4 TRAFFIC SIGNS AND SIGNALS SECTION 02891 POST MOUNTED TRAFFIC SIGNS PART 1 - GENERAL 1.01 SECTION INCLUDES A. Signs, signposts, and hardware. 1.02 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2000 Edition (MnDOT Spec.): 1. 2564 - Traffic Signs and Devices. 2. 3352 - Signs and Markers. 3. 3401 - Flanged Channel Sign Posts. B. Minnesota Manual on Uniform Traffic Control Devices (MMUTCD). PART 2 - PRODUCTS 2.01 MATERIALS A. Sign Material: 1. Sign Panel Base Material: Sheet aluminum conforming to the material requirements ofMnDOT Spec. 3352.2A1a. 2. Sign Face Material for Sign Panels: Reflective sheeting conforming to the requirements of MnDOT Spec. 3352.2A2b "Standard No.2" (High Intensity Grade Sheeting): a. VIP Sheeting MnDOT Spec. 3352.2A2c. 3. Sign Legend Material for Signs: "Direct Applied" conforming to the requirements ofMnDOT Spec. 3352.2A4b. B. Flanged Channel Sign Posts: 1. All signposts shall conform to MnDOT Spec. 3401 and be in 2 sections with following minimum weight: a. Bottom Section: 3.0 lbs/ft. 000034-05172-0 ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02891-1 POST MOUNTED TRAFFIC SIGNS b. Top Section: At least 2-112 lbs/ft and not greater than the weight of the bottom post section. 2. The appropriate length of the upper post shall be determined by the Contractor to meet the construction requirements of the above stated references and herein at each specific location staked by the Engineer. The lower post shall be 6 to 7 feet in length. PART 3 - EXECUTION 3.01 GENERAL A. Unless otherwise noted or modified herein, all sections ofMnDOT Spec. 2564, all 3 parts of MnDOT' s Standard Signs Manual, and Chapter 6 of MMUTCD shall apply. B. The fabrication of all signs and devices shall conform to MnDOT Spec. 2564 and the latest edition of the MMUTCD and the MnDOT Standard Signs Manual. C. The sign number designation indicated on the Drawings shall comply with applicable requirements ofMMUTCD and MnDOT Standard Signs Manual. 3.02 CONSTRUCTION A. Sign locations shown on the Drawings are only approximate. The final locations shall be determined in the field by the Engineer. Contractor is responsible for having all underground utilities located prior to installing all signposts. Provide Engineer 48 hours notice prior to sign installations to allow for adequate staking time. B. Fabricate, hole punch, and mount sign panels in accordance with the standard drawings in the MnDOT Standard Signs Manual. Date the back of each newly installed sign panel with the month and year using a thick permanent black marker pen or furnish and install inventorylI.D. stickers approved by the Owner. C. Install nylon washers between the bolt and the sign face (sheeting). Do not over tighten bolts to the point where the sign sheeting separates from the sign backing, which would be cause for rejection and replacement at no additional cost to the Contract. The nylon washers used to protect to sign face shall be 1132 inch thick, have a maximum inside diameter of 3/8 inch, and outside diameter of 7/8 inch. There shall also be a stainless steel washer between the nylon washer and the bolt head. 000034-05172-0 ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02891-2 POST MOUNTED TRAFFIC SIGNS D. The bottom section of each signpost shall be mounted into the ground to a minimum depth of 3-112 feet. The lower section of post shall be at least 30 inches above the ground to allow for a'12 inch splice and a minimum clearance of 18 inches from the ground to the bottom of the top section of post. The splice of the upper and lower section posts shall be made with 2-5/16 inch stainless steel bolts with nylon insert lock nuts placed in the top and bottom holes of the overlap splice. Where 2 or more single post signs are mounted side by side, they shall be reinforced laterally by at least 2 post sections, bolted at each post, and located approximately at the quarter points. E. Contractor should plan for sign placements in hard surfaced areas prior to any new concrete and/or bituminous paving and provide "box-outs" for each sign in such a location. The "box-out" must be a 6 inch diameter round section of PVC pipe or a 6 inch core cut hole. With either option, the box-out must be to a depth which encroaches the underling soils. 3.03 MEASUREMENT AND PAYMENT A. All new signs shall be measured in accordance with MnDOT Spec. 2564.4G. Payment for all sign installation shall be at the Bid Unit Price per unit of measure of square feet and shall include all materials, equipment, and labor necessary to install each sign and post(s) at the staked location. B. There will be no extra compensation for posts, regardless of length or required configuration. There shall be no extra compensation for post installations in bituminous or concrete surfaces. C. All other work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. END OF SECTION 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02891-3 POST MOUNTED TRAFFIC SIGNS SECTION 02920 LAWNS AND GRASSES PART 1 - GENERAL 1.01 SECTION INCLUDES A. Restoration of construction area by installation of topsoil, seed, sod, soil amendments, mulch, and erosion control. 1.02 RELATED SECTIONS A. Section 01570 - Temporary Erosion and Sediment Control. B. Section 02315 - Excavation and Fill. C. Section 02318 - Subgrade Preparation. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2000 Edition (MnDOT Spec.): 1. 2575 - Turf Establishment. 2. 3877 - Topsoil Borrow. ..., 3878 - Sod. .). 4. 3881 - Commercial Fertilizer. 5. 3882 - Mulch Material. 6. 3885 - Erosion Control Blanket. B. "Minnesota Department of Transportation Seeding Manual 2000," (MnDOT Seeding Manual). 1.04 SUBMITTALS A. Provide source and invoice for seed to be used for this Project. 000034-05172-0 ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02920-1 LAWNS AND GRASSES 1.05 QUALITY ASSURANCE A. At the conclusion of the establishment period, which will be 1 year following initial installation, a final inspection of planting will be made to determine the conditions of areas specified for seeding. All areas with insufficient plant establishment as determined by the Engineer will be noted. This material shall be re-supplied and planted in the next growing season at no additional cost to the Owner. Evaluation of plantings shall be done in accordance with Early Maintenance and Evaluation of Plantings, MnDOT Seeding Manual 2000, and with MnDOT Spec. 2575.3. 1.06 FIELD QUALITY CONTROL A. Provide Engineer with bags and tags of seed used for identification purposes. PART 2 - PRODUCTS 2.01 MATERIALS A. Topsoil: Topsoil Borrow conforming to MnDOT Spec. 3877.2C. B. Soil Amendments: Conform to MnDOT Spec. 3881 and 3879. Fertilizer shall be complete fertilizer containing 8 percent nitrogen, 16 percent phosphoric acid, and 8 percent potash. C. Sod: Conform to MnDOT Spec. 3878. D. Seed Mix Tabulation: MnDOT Seed Mix 270: E. Mulch: Conform to MnDOT Spec. 3882. F. Erosion Control Blanket: Conform to MnDOT Spec. 3885. P ART 3 - EXECUTION 3.01 EXAL\1INATION A. Review restoration areas with the Engineer. Determine locations for seed or sod. Schedule for restoration of areas may be revised to fit field conditions. B. Notify the Engineer at least 3 days in advance of hauling topsoil borrow on Project Site so the Engineer may visually inspect and sample for testing if deemed necessary. C. Finish grades are to be inspected and approved by the Engineer prior to start of restoration. 000034-05172-0 ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02920-2 LAWNS AND GRASSES 3.02 PREPARATION A. General: Conform to MnDOT Spec. 2575.3A. B. Soil Preparation: Conform to MnDOT Spec. 2575.3B. , C. Fertilizers and Conditioners: Conform to MnDOT Spec. 2575.3C: 1. Apply fertilizer at a rate of 450 lbs. per acre (10 lbs./1000 sq. ft.). 2. Where soil pH is lower than 5.5, apply ground limestone at 3 tons per acre (140 lbs./1000 sq. ft.). 3.03 SOWING SEED A. Seeding Dates: Conform to MnDOT Seeding Manual for the mixes specified. B. Seeding Rates: Conform to MnDOT Seeding Manual for the mixes specified. C. Applying Mulch: Conform to MnDOT Spec. 2575.3 and apply at a rate of2 tons per acre (90 Ibs./1000 sq. ft.). D. Sowing Seed: Conform to MnDOT Spec. 2757.3. 3.04 PLACING SOD A. Conform to MnDOT Spec. 2575.3J. 3.05 EROSION CONTROL BLANKET A. Erosion control blanket shall be installed immediately following seeding m accordance with MnDOT Spec. 2575.3. B. Raking or harrowing of soil/seed shall be done before installation of erosion control blanket. 3.06 HYDROMULCH A. Apply Hydromulch in Conformance with MnDOT Spec. 2575.3I5: 1. Hydromu1ch shall be applied in at least 2 opposing directions so that a shadowing effect leaving the back side of a soil clod unprotected is minimized. 000034-05172-0 . ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02920-3 LAWNS AND GRASSES 3.07 FIELD QUALITY CONTROL A. Maintain restored areas in accordance with MnDOT Spec. 2575.3L. B. Restored areas that have been satisfactorily completed and are disturbed by additional construction activity required by the timing and sequencing of the work shall be restored over to the same requirements of the original work. C. Any sod that does not show definite growth and establishment 30 days after laying shall be replaced and established at the proper season by the Contractor at his expense. D. Seed maintenance and evaluation of successful establishment of seed shall be done in accordance with the MnDOT Seeding Manual 2000 - Early Maintenance and Evaluation ofPlantings. E. Watering of seeded and sodded areas shall be done for a period of 30 days from installation sufficient to ensure establishment of permanent vegetation. 3.08 MEASUREMENT AND PAYMENT A. A Bid Item has been provided for Select Topsoil Borrow (LV) on the Bid Form. Measurement will be based upon units of cubic yards of material (loose volume) furnished and placed complete in place as specified. The actual quantity installed multiplied by the Bid Unit Price will be considered payment in full for all work and costs of the Bid Item. B. A Bid Item has been provided for Sodding Type Lawn. Measurement will be based upon units of square yards of sod installed complete in place as specified, including installing topsoil; soil amendments; furnishing and installing sod; preparation of surface maintenance; and all incidental items associated with the work. The actual quantity installed multiplied by the appropriate Bid Unit Price will be considered payment in full for all work and costs of this Bid Item. C. A Bid Item has been provided for Seeding. Measurement will be based upon units of acres of270 seed installed complete in place as specified, including installing topsoil; preparation of seedbed; seed; and mulch and all correlated activity. The actual quantity installed multiplied by the appropriate Bid Unit Price will be considered payment in full for all work and costs of this Bid Item. D. All other work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. END OF SECTION 000034-05172-0 ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02920-4 LAWNS AND GRASSES SECTION 02965 FULL DEPTH RECLAMATION PART 1 - GENERAL 1.01 SECTION INCLUDES A. Reclamation of the existing bituminous surfacing and a portion of the existing base material. 1.02 RELATED SECTIONS A. Section 02315 - Excavation and Fill. B. Section 02318 - Subgrade Preparation. C. Section 02720 - Aggregate Base Course. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2000 Edition (MnDOT Spec.): 1. 2105 - Excavation and Embankment. 2. 2111 - Test Rolling. 3. 2112 - Subgrade Preparation. 4. 3149 - Coarse Filter Aggregate. 1.04 SEQUENCING AND SCHEDULING A. Reclamation will be performed if pavement removal is not required. B. Compaction of the reclaimed material by rubber-tired roller is required immediately following the reclamation process, and before excavation and removal of excess material. PART 2 - PRODUCTS Not Used 000034-05172-0 ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02965-1 FULL DEPTH RECLA.J.V1A TI0N PART 3 - EXECUTION 3.01 GENERAL A. Create an aggregate base course composed of the existing bituminous pavement and a portion of the existing aggregate base material. B. The top 3-1/2 inches, or as specified on the Drawings, of the reclaimed material will need to be excavated and removed to allow for the new bituminous pavement. 3.02 PREPARATION A. The Contractor is to provide a 48 hour notice prior to beginning the reclamation process. 3.03 EQUIPMENT A. Contractor to notify the Engineer of the equipment to be used at the preconstruction conference: 1. Equipment to be hydrostatically driven. 2. Computerized operation controls. 3. Capable of cutting up to a 12 inch depth in 1 pass. 3.04 THICKNESS REQUIREMENTS A. Typical Reclaimed Section: 1. Reconstruct Area Streets: Approximately consists of 3 inches of bituminous and 8 inches of aggregate base for a total of 11 inches. 2. 62nd Avenue North (Winnetka Ave - Louisiana Ave): Approximately consists of 4 inches of bituminous and 10 inches of aggregate base for a total of 14 inches. 3. Gettysburg and 60th Avenues: Anticipate approximately consists of 3 inches of bituminous and 8 inches of aggregate base for a total of 11 inches. 4. The reclaimed depth is anticipated to be 9-10 inches, however, if variations occur, the depth shall be adjusted accordingly. 000034-05172-0 ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02965-2 FULL DEPTH RECLAMATION 3.05 MEASUREMENT AND PAYMENT A. A Bid Item has been provided for Bituminous Pavement Reclamation. Measurement will be by the square yard, based on the width of the existing street: 1. Payment for leveling and compaction of the material immediately after it is reclaimed is to be included in the Bid Unit Price per square yard. 2. The Bid Unit Price is to include the motor grader and any water necessary to maintain the streets until paved. B. Removal of excess material will be paid one of two ways: 1. If the reclaim material is salvaged and used as aggregate base, the measured amount of material salvaged and reused will be paid in accordance with Section 02720 - Aggregate Base Course. 2. If the reclaim material is hauled directly from the Project Site or used for access maintenance somewhere within the Project area, the amount hauled away will be paid in accordance with Section 02315 - Excavation and Fill. C. Finish grading and tolerancing prior to paving is considered incidental to the reclamation. D. All other work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. END OF SECTION 000034-05172-0 ild 2006 Bonestroo, Rosene, Anderlik & Associates, Inc. 02965-3 FULL DEPTH RECLAJvlATION SECTION 16050 BASIC ELECTRICAL MATERIALS AND METHODS PART 1- GENERAL 1.01 SECTION INCLUDES A. References used in Division 16 - Electrical. B. Regulatory requirements for electrical construction. C. Requirements of equipment and materials. D. Workmanship. 1.02 RELATED SECTIONS A. Conditions of the Contract, Supplemental Conditions, and Division 1 - General Requirements Sections apply to all work of Division 16 - Electrical. B. Section 01330 - Submittal Procedures. 1.03 REFERENCES A. ANSI - American National Standards Institute: 1. C2 - National Electrical Safety Code. B. ICEA - Insulated Cable Engineers Association: 1. S-95-658 - Thermoplastic-Insulated Wire and Cable. 2. S-65-375 - Rubber-Insulated Wire and Cable C. NECA - National Electrical Contractors Association: 1. NECA 1 - Standard Practices for Good Workmanship ill Electrical Contracting. D. NEMA - National Electrical Manufacturers Association: 1. TC 2 - Electrical Polyvinyl Chloride (pVC) Tubing and Conduit. E OSHA - Occupational Safety and Health Administration: 1. 29 CFR 1910 - Occupational Safety and Health Standards. 000034-05172-0 ild 2006 Bonestroo, Rosene Anderlik & Associates, Inc. 16050-1 BASIC ELECTRICAL MA TERV\.LS AND METHODS F. UL - Underwriters Laboratories, Inc.: 1. UL-6 - Rigid Metal Conduit. 2. UL-83 - Thermoplastic - Insulated Wires and Cables. 3. UL 486D - Insulated Wire Connector Systems for Damp or Wet Locations 4. UL-651 - Schedule 40 and 80 Rigid PVC Conduit. 5. UL-1029 - High-Intensity-DischargeLam.pBallasts: 6. UL-1572 - High Intensity Discharge Lighting 1.04 REGULATORY REQUIREMENTS A. All work performed National Electrical C2), and the Minnesota State Iowa State Building Code, or 1.05 INSTRUCTIONS AND PARTS LITERATURE A. Instruction and parts literature is generally devices. Contractor shall remove this literature from the equipment enclosure, identify the literature with theequipIIlent and file the literature in loose-leaf binders with index tabs. Each binder an index which lists each piece of equipment and the literature which An index tab shall be provided for each piece of equipment. 1.06 SUBMITTALS A. Shop drawings shall be submitted with Contractor's stamp of approval as specified in Section 01330 - Submittal Procedures. PART 2 - PRODUCTS 2.01 EQUIPMENT AND MATERIALS A. All equipment and materials shall be provided as specified in Division 16 - Electrical Sections and Section 8 ofthe Conditions ofthe Contract. B. All equipment and materials shall be new and shall bear the Underwriters Laboratories (UL) label if such products are listed by UL. 000034-05172-0 ild 2006 Bonestroo, Rosene Ander1ik & Associates, Inc. 16050-2 BASIC ELECTRICAL MATERIALS AND METHODS C. Where applicable, equipment and materials shall conform to ANSI, ICEA, IEEE, and NEMA standards. PART 3 - EXECUTION 3.01 WORKMANSHIP A. All work shall be performed in a neat and workmanlike manner consistent with the high quality standards of the electrical trade. "A neat and workmanlike manner" shall be as required by NFPA 70, Section 110-12; and shall conform to NECA 1, Standard Practices for Good Workmanship in Electrical Contracting. Each electrician shall be knowledgeable and well-trained in the particular tasks to be performed. 3.02 RECEIVING AND STORING EQUIPMENT A. All equipment shall be handled and stored in accordance with the manufacturer's instructions. B. In general, equipment packaging is not designed to protect the contents for outdoor storage. As a minimum, Contractor shall store the equipment prior to installation in a clean, dry location free from excessive temperatures, humidity, or foreign materials normally encountered at a Project Site. If the storage facility is unheated, Contractor shall provide heating to protect control equipment from condensation, which could cause electronic components to corrode or to be otherwise damaged. 3.03 ALTERJ."\TATES A. Refer to Section 01200 - Price and Payment Procedures for a description of work to be performed under each Altemate. 3.04 MEASUREMENT AL'ID PAYMENT A. Bid Items have been provided on the Bid Form for the electrical work included in Alternate No.5 - Street Lighting. These items include Lighting Unit ORF & Pole, Light Base, #12 Conductor, 20 Amp Circuit Breaker, and 1.5 inch PVC Conduit. Measurement for these item will be in accordance with the Bid Item as shown on the Bid Form. Payment for these Bid Items multiplied by the appropriate Bid Unit Price will be considered full compensation for the work associated with Alternate No.5. B. All other work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. END OF SECTION 000034-05172-0 ':9 2006 Bonestroo, Rosene A.nderlik & Associates, Inc. 16050-3 BASIC ELECTRICAL MATERIALS AND METHODS SECTION 16500 LIGHTING PART 1 - GENERAL 1.01 SECTION INCLUDES A. A Complete Lighting System Consisting of the Following: 1. Luminaires, including lamps. 2. Luminaire ballasts as required. 3. Raceway and wiring. 4. Control devices. B. Identification letter used adjacent to luminaire symbols on Drawings; Specifications for associated luminaires. 1.02 REFERENCES A. FCC - Federal Communications Commission. B. NFP A 70 - National Electrical Code. C. OSHA - Occupational Safety and Health Administration. D. UL 1029 - Ballasts, High-Intensity Discharge Lamp. E. UL 1572 - Lighting Fixtures, High-Intensity - Discharge. 1.03 SUBMITTALS A. Product cut sheets with specified features highlighted for each luminaire. B. Product photometric data for each luminaire which is not listed III the Specifications or which does not have prior approval. C. A computer printout of horizontal footcandle levels for each field shall be provided to establish compliance with the Specifications by the equipment provided. Aiming points shall be identified and illuminance points shall be provided on a 20 foot x 20 foot grid at an appropriate scale. Proposed number of luminaires shall be included on the Drawing for each pole, as well as proposed pole locations and boundary outlines for each field. A printout for initial footcandles and a printout for maintained footcandles shall be provided. 000034-05172-0 ,~ 2006 Bonestroo, Rosene, Anderlik & Associates, mc. 16500-1 LIGHTING D. Provide Operation and Maintenance Manuals. PART 2 - PRODUCTS 2.01 LUMINAIRES ORF Exterior "Shoebox" Style Luminaire with the following features: 1. One (1) 150 watt high pressure sodium lamp. 2. 240 volt ballast. 3. Rugged, heavy-gauge, extruded aluminum housing with dark bronze corrosion-resistant polyester powder fmisn. 4. Anodized segmented reflector with an R4SC distribution. 5. Bears the UL label for wet locations. 6. Lithonia KSE series, or approved equal. 2.02 BALLASTS A. High Pressure Sodium and Metal Halide Ballasts: 1. High power factor (90 percent or higher). 2. Minimum starting temperature of -200 F. 3. Crest factor not greater than 1.7. 2.03 LAMPS A. High Pressure Sodium: 1. Medium or mogul base reflector or non-reflector as required by luminaire. 2. Wattage as specified in the luminaire description. 3. Color temperature 2000 K. 4. Shall have a minimum Color Rendering Index (CRI) of21 (or greater). 5. Philips, or pre-approved equal. 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, lnc. 16500-2 LIGHTING 2.04 CONTROL DEVICES A. Devices for Automatic Control: 1. Photo Controls: a. Light level selector to adjust activation. b. Time-delay activation and de-activation. c. SPST contacts rated 15 amps tungsten or 8.3 amps ballast at 120 Vac. d. 1/2 inch male thread for mounting. e. Intermatic K4100, Tork 2100, or approved equal. 2.05 POLES A. For Luminaire Type ORF: 1. 25 foot tall, square straight steel. 2. Dark bronze polyester powder paint which matches the luminaire color. 3. Base plate cover over bolts and base plate. B. All pole installations shall be capable of withstanding the forces produced by 80 mph winds with a 1.3 gust factor and the total number of luminaires required per pole. For ball field poles this requirement shall be based on the total number of luminaires required if all alternatives are accepted, regardless of the number actually accepted. PART 3 - EXECUTION 3.01 INSTALLATION A. In general, luminaires shall be located where shown on the Drawings; however, Contractor shall check equipment locations and install luminaires so that piping, duct work, and other devices or equipment shall not interfere with the luminaire components or its performance. In all areas, except offices, equipment locations shall have priority over luminaire locations. B. Lenses, refractors, and glassware shall be clean and free from cracks or chips. All reflectors, shades, luminaire bodies, etc. shall be free from dents and scratches, thoroughly cleaned, and properly aligned before installation is accepted by the Owner. All exposed tags and labels other than UL shall be removed. 000034-05172-0 .~ 2006 Bonestroo, Rosene, Anderlik & Associates, lnc. 16500-3 LIGHTING C. Pole erection and mounting shall be done according to pole manufacturer's recommendations. 3.02 MEASUREMENT AND PAYMENT A. All work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. END OF SECTION 000034-05172-0 @ 2006 Bonestroo, Rosene, Anderlik & Associates, lnc. 16500-4 LIGHTING MnlDOT SD-15 (Rev. 3-2005) MINNESOTA DEPARTMENT OF TRANSPORTATION OFFICE OF MATERIALS ENGINEERING Federal Aid, State Funds, CountylMunicipal Federal Aid Projects and State Aid Projects This schedule outlines the minimum sampling and testing required for most materials used in highway construction. Some items that are rarely used or materials of recent development are often covered by special provisions and may not be shown on the schedule. For more information regarding contract requirements for testing, please reference the "Standard Specifications for Construction"; Specification 1603 Materials: Specifications, Samples, Tests, and Acceptance. When sample sizes required for testing exceed 35 pounds, please submit multiple containers of the material with no individual container weighing more than 35 pounds. Small quantities of materials may be accepted without sampling and testing. A small quantity is defined as any total quantity, for the whole project, of one material, which is smaller than the minimum quantity required for testing unless modified by the individual material items. These materials shall be from known, reliable sources, perform satisfactorily and meet the requirements for purpose intended. The inspection report (Form 2415) should include a statement to this effect and show the source. Form 2403 may be used to report small quantities of diverse materials from different sources. Form 2415 and Form 2403 (or approved revisions) are referenced in the Schedule of Materials Control for project record documentation and are required to be maintained in the project file. Where items of small quantity are used in a critical location or significantly influence the safety, performance, strength or durability of major construction items, prior approval for their use without testing must be obtained. Previously approved materials transferred from another project should be reported on Form 2415. The report should include: type of material, quantities involved, source, and supplier of materials. 'Whenever possible, include the project number for which the material was originally approved. A TELEPHONE INDEX is included with the Schedule giving the numbers of contact persons if further information is required regarding the various materials. A web site (www.mrr.dot.state.mn.us) has been established for the Office of Materials. The contributing units to the Materials Control Schedule from the Pavement Engineering Section are the Bituminous Engineering Unit, the Concrete Engineering Unit, and the Grading & Base Unit. The Materials Engineering Unit contains the Approved Products and the Certified Products and Services List, as well as, the Materials Control Schedule. PLEASE CONTACT THE MnlDOT DISTRICT INDEPENDENT ASSURAl'fCE INSPECTOR WHEN PROJECT STARTS TO PROVIDE THE PROPER SERVICING OF YOUR PROJECT. INDEX Materials Control Schedule I. Grading and Base Construction Items II. Bituminous Construction Items for Specification 2360 III. Sealcoat Construction Items for Specification 2356 IV. Concrete Construction Items V. Landscaping and Erosion Control VI. Chemical Items VII. Metallic Materials and Metal Products VIII. Miscellaneous Materials IX. Geosynthetics, Pipe, Tile, and Precast/Prestressed Concrete X. Brick, Stone, and Masonry Units XI. Electrical and Signal Construction Items Page 1 thru 4 Page 5 thru 10 Page 11 thru 14 Page 15 thru 23 Page 24 thru 27 Page 28 and 29 Page 30 and 31 Page 32 Page 33 thru 36 Page 37 Page 38 and 39 TELEPHONE INDEX FOR SCHEDULE OF MATERIALS CONTROL Section Page Section Name Contact Phone Part I Page 1 Grading & Base Tim Andersen (651) 779-5609 Cary Efta (651) 779-5332 Website: www.mrr .dot.state.mn. us/pavement/GradingandBase/gradingandbase.asp Part II Page 5 Bituminous - Spec. 2360 John Garrity (651) 779-5577 Part II B 4 Page 7 Asphalt Binder Jim McGraw (651) 779-5548 Web site: www.mrr.dot.state.mn.us/pavement/bituminous/bituminous.asp Part III Page 11 Seal Coating - Spec 2356 Jerry Geib (651) 779-5568 Part IV Page 15 Concrete - Aggregates and Mix Design Wendy Garr (651) 779-5335 Concrete - Certified Ready Mix Wendy Garr (651) 779-5335 Concrete - Paving Maria Masten (651) 779-5572 Concrete - Bridges Ron Mulvaney (651) 779-5575 Website: www.mrr.dot.state.mn.us/pavement/concrete/ co ncrete.asp Changed Title of Agricultural Items to Landscaping and Erosion Control Items Part V Page 24 Landscaping and Erosion Control Items Erosion Control Leo Holm (651) 284-3766 Landscaping Scott Bradley (651) 284-3758 Part VI Page 28 Chemical Items Jim McGraw (651) 779-5548 Dave Iverson (651) 779-5550 Part VII Page 30 Metallic Materials and Metal Products Sampling Terry Beaudry (651) 779-5610 Test Results Laboratory (651) 779~5560 Bridge Structural Metals Todd Niemann (651) 747-2132 Part VIII Page 32 Miscellaneous Materials Sections lthru 3 Terry Beaudry (651) 779-5610 Section 4 Todd Nieman (651) 747-2132 Test Results Laboratory (651) 779-5560 Part IX Page 33 Geosynthetics, Pipe, Tile, and Precast/Prestressed Concrete Sections 1 thru 5 and 8 thru 11 Steve Grover (651) 779-5540 Sections 6, 7 Terry Beaudry (651) 779-5610 Section 12 Randy Tilseth (651) 779-5604 Section 13 Leo Holm (651) 284-3766 Test Results Laboratory (651) 779-5560 Part X Page 37 Brick, Stone and Masonry Units/ Modular Retaining Wall Blocks Sections 1, 2A & 4 Terry Beaudry (651) 779-5610 Section 2B Blake Nelson (651) 779-5599 Section 3 Steve Grover (651) 779-5540 Test Results Laboratory (651) 779-5561 Part XI Page 38 Electrical and Signal Construction Items Ray Starr (651) 284-3434 Sections 1, 8-11 Steve Grover (651) 779-5540 Section 2 Wendy Garr (651) 779-5335 Section 3 Terry Beaudry (651) 779-5610 Sections 4-7 Laboratory (651) 779-5560 Test Results MnlDOT SD - 15 March 2005 Page 1 SCHEDULE OF MATERIALS CONTROL I. GRADING Ai'lD BASE CONSTRUCTION ITEMS (www.mrr.dot.state.mn.us/pavementlGradingandBase/gradingandbase.asp) Please contact the MnlDOT District Independent Assurance Inspector when project starts to provide servicing of your project. Form Minimum Required Minimum Required Minimum No. Contractor Quality Agency Required Individual Spec. Control Testing (QC) Acceptance Testing Sample Material No. (Production Testing (QA) Laboratory Size (See Rate) (Field Testing Rate) Testing Note 6) (See Note 1) Metric English Metric English Metric English 1. GRADATION 3138 02115-03, 1/1,000 t 1/1 ,000 ton Random Sampling 1 per source 10-15 kg 25 lb. (5-692.210 to .215) & 02154-02, Gradation Acceptance (a) Aggregate Surfacing Special 4346-02, or or Method (Salvage Bit. (2118) Provisions & (See Spec. 2211.3F) See Note 3) (b) Aggregate Base 2l760-03a 1/460 m3 1/550 yd3 & (2211) (CV) (CY) (5-692.700) (c) Aggregate Shoulders (2221) (d) Stabilizing Aggregate 3149 (2105) & Special Provisions (e) Open Graded Special 02115-03, 1 per source 1/1,000 t 1/1,000 ton or 1 per source 10-15 kg 25 lb. Aggregate Base (OGAB) Provisions 24346-02, before placing or 1/550 Yd3 & on project 1/460 m3 (CV) 21760-03a (CV) (See Note 2) Contractor is (See Note 2) encouraged to perform (t) Granular Borrow 3149 additional tests for Less than Less than 1 per source 10-15 kg 25 lb. Select Granular & process control. 115,000 m3 150,000 Yd3 Borrow (2105) Special (CV) (CV) (Salvage Bit. Provisions 1/8,000 m3 1/10,000 Yd3 See Note 3) 150,000 Yd3 115,000 m3 (CV) or more (CY) or more 1/20,000 Yd3 1/15,000 m3 (See Note 2) (See Note 2) (g) Bituminous 2331 02115-03, 1/5,000 m2 1/6,000 Ydo 1/10,000 m2 1/12,000 Yd2 None None Pavement & 02402-03, Reclamation Special & (See Note (See Note (Full Depth Provisions 21760-03a 4) 4) Reclamation) (h) Granular Filter 3601 02115-03, 1 per source 1 per source 1 per source 10-15 kg 25 lb. & 21760-03a before placing Special & on proj ect (See Note 2) Provisions 24346-02 Contractor is encouraged to perform additional tests for process control. MnlDOT SD - 15 March 2005 Page 2 SCHEDULE OF MATERIALS CONTROL I. GRADING AJ.'W BASE CONSTRUCTION ITEMS (Cont'd) Please contact the MnlDOT District Independent Assurance Inspector when project starts to provide servicing of your project. Minimum Required Minimum Required Contractor Quality Minimum Spec. Form Control Testing Agency Required Individual Material No. No. (QC) Acceptance Testing Laboratory Sample (Production Testing (QA) Testing Size (See Rate) (Field Testing Rate) (See Note 1) Note 6) Metric 1 English Metric I English Metric English (i) Granular Backfill (2451) 1 per source (j) Aggregate Backfill before placing 1 per source (2451) 02115-03, on project (Salvage Bit. (k) Granular Bedding 21760-03a 1 per source See Note 3) (2451) 3149 & Contractor is 10-15 kg 251b (1) Aggregate Bedding 24346-02 encouraged to perform (See Note 2) (2451) additional tests for (m) Coarse Filter (2451) process control. (n) Fine Filter (2502) 1 per source (0) Sand Cover (2206) 2. MOISTURE- DENSITY TEST One sample (Requiredfor Specified 1/40,000 t 1/40,000 ton minimum Density) or or and additional (Proctor) 2211 Contractor is 1/18,400 m3 1/22,000 Yd3 samples (5-592.221 & .222) encouraged to perform (per source) (per source) as required (a) Aggregate Base 2221 24587-01 25-30 kg 50 lb. (b) Aggregate Shoulder proctor tests for process control. Two samples per project (c) Embankment Soil 2105 1 per major soil and additional samples as required 3. RELATIVE DENSITY TEST 2211 (Required for Specified 1/1 ,800 t 1/1,800 ton density) or or (5-692.251 ) 2221 Contractor is 1/800 m3 1/1,000 Yd3 (a) Aggregate Base 02115-03 encouraged to perform (CV) (CV) 2207 & (b) Aggregate 21760-03b density tests for Shoulder process control. (c) Embanlanent Soil 2105 None None (Excavation & Borrow) & 1/3,000 m3 1/4,000Y d3 Special (CV) (CV) Provisions 4. Penetration Index 2DCP DCP tests/1,80 Method (DCP) 02115-03, Contractor is testsll,800 t ton (5-692.255) 2170-02, encouraged to perform or or (a) Aggregate Base 2211 & DCP tests for process 800 m3 1,000 Yd3 (b) Aggregate 2221 21760-03b control. shoulders (CV) (CV) MnlDOT SD - 15 March 2005 Page 3 SCHEDULE OF MATERIALS CONTROL I. GRADING AND BASE CONSTRUCTION ITEMS (Cont'd) Please contact the MnlDOT District Independent Assurance Inspector when project starts to provide servicing of your project. Material Spec. Form Minimum Minimum Required Minimum Individual No. No. Required Agency Required Sample Contractor Quality Acceptance Testing Laboratory Size (See Control Testing (QA) Testing Note 6) (QC) (Production (Field Testing Rate) (See Note 1) Testing Rate) Metric I English Metric English Metric English (Continued) 2331 02115-03, Contractor is 2 DCP tests/ 2 DCP tests/ None None 4. Penetration Index Method & 2170-02, encouraged to 5,000 m2 6,000 Yd2 (5-692.255) (DCP) Special & perform DCP tests (c) Bituminous Pavement Provisions 21760-03b for process Reclamation (Full Depth control. Reclamation) (d) Fine Filter Aggregate 2331 & See SpeciaLProvisions (Edge Drains) Special Provisions 5. RELATIVE 02115-03 Contractor is A minimum of A minimum of MOISTURE (Required & encouraged to 1/1 ,800 t 1/1,800 ton or lfor Specified Density) 21760-03b perform moisture or 1/800m3 1/1,000 yd3 or (5-692.253 ) tests for process or 10 tests I 0 tests (a) Aggregate Base 2211 control. whichever is whichever is (b) Aggregate Shoulder 2221 less less (c) Embankment Soil 2105 1/3,000 m3 1/4,000 Yd3 (Excavation & Borrow) (CY) (CY) 6. Moisture Content, (DRY Contractor is A minimum of A minimum of WEIGHT) encouraged to 1/1,800 t 1/1,800 ton or (Required for Quality perform moisture or 1/800m3 1/1,000 yd3 or compaction & Penetration tests for process or 10 tests 10 tests Index Method) control. whichever is whichever is (5-692.245) less less (a) Aggregate Base 2211 (b) Aggregate Shoulder 2221 (c) Bituminous Pavement 2331 & 1/5,000 m2 1/6,000 Yd2 Reclamation (Full Depth Special Reclamation) Provisions 7. Percent Crushing 3138, 02463 Belt Sample Once (a) Belt Samples 3149 & & Per Day, or (5-692.203) Special 24346-02 Provisions (b) Particle Count Particle Count One per Source (5-692.204) One Per Source 8. AGGREGATE 3138& Contractor is None 1 per 10-15 kg 25 lb. (Quality Tests) Special encouraged to source (See (See Provisions perform aggregate Note 5) Note 5) quality tests for process control. MnlDOT SD - 15 March 2005 Page 4 SCHEDULE OF MATERIALS CONTROL I. GRADING AND BASE CONSTRUCTION ITEMS (Cont'd) Please contact the Mn/DOT District Independent Assurance Inspector when project starts to provide servicing of your project. NOTE 1: Laboratory samples are not required for 1,000 metric ton (l,OOOton] or 600m3 (LV) [714 Cu Yd (LV)] or 460m3 (CV) (550 Cu Yd (CV)] or less. The first laboratory sample shall be taken within the first 3,000 metric ton (3,000 ton] and all laboratory samples shall have a field companion sample. The field sample results must be included with the laboratory sample. The allowable field-lab tolerances are in the Mn/DOT Grading & Base Manual at: Sieve Analysis Procedure (Gradation) .................... 5-692.215 Sampling for Moisture-Density Test (Proctor) .......... 5-692.221 NOTE 2: Samples are not required for 500 ton or less. Report small quantities on form 2415 or 2403. NOTE 3: If salvaged bituminous material is used, submit a laboratory companion to the first Acceptance Gradation sample for a bituminous extraction. Bituminous extraction requirements shall not apply to Bituminous Pavement Reclamation (Full Depth Reclamation). NOTE 4: When required in the Special Provisions NOTE 5: When the aggregate material is carbonate send in 23 kg [50 lbs.] to the lab. NOTE 6: The forms are available on the Grading & Base website at: W\YW .mrr .dot.state.mn. us/pa vement/G radingandBase/gradingandbase.asp MnlDOT SD - 15 March 2005 Page 5 SCHEDULE OF MATERIALS CONTROL II. BITUMINOUS CONSTRUCTION ITEMS FOR SPECIFICATION 2360 (Note #1) (All bituminous mixtures are from Certified Plants) (www.mrr.dot.state.mn.us/pavement/bituminous/bituminous.asp) Please contact the MnlDOT District Independent Assurance Inspector when project starts to provide servicing of your project. DEFINITIONS SAlVIPLE DESCRIPTION SAMPLE SAMPLE SAMPLE TYPE LOCATION TAKEN BY TESTED DETERMINED BY BY QC Quality Control Testing performed by Contractor. Also Contractor Contractor Contractor known as Process Control Testing. Quality Assurance Testing performed by the Agency. QA This test is performed on a companion sample to the Contractor Contractor Agency Contractor's QC sample. A sample to assure compliance of the Contractor's Verification Quality Control program. The results shall be included Agency Agency Agency as part of the QA Testing Program. A companion sample to the Agency's Verification Verification sample provided to the Contractor. The Contractor 12 Agency Agency Contractor Companion required to test this sample. The results shall be used as part of the QC program. The Independent Assurance ;iampling and Iesting Contractor or Contractor lAST assures testers are sampling and testing properly and Agency Agency or Agency that equipment is calibrated correctly. NOTE #1. Projects with bituminous tonnage less than or equal to 272 metric tons (300 tons) per day may be accepted on a small quantity basis at the discretion of the Engineer. Retain Form 2415 or Form 2403 in Project File. A. PRE-PRODUCTION SAlvIPLING Al~D TESTING for Specification 2360 SAlvlPLE SIZE: 35 kg (75 lb.) - plus #4 aggregate sample for quality testing and Percent Crushing 15 kg (35 lb.) - minus #4 aggregate for quality testing 18 kg (40 lb.) - bituminous mixture plus 3 Marshall specimens for volumetric testing (Marshall) 33 kg (70 lb.) - bituminous mixture plus 2 Gyratory specimens for volumetric testing (Gyratory) 35 kg (75 lb.) - bituminous mLxture for TSR testing (option A) 8 kg (18 lb.) - bituminous mLxture for TSR testing plus 9 Marshall specimens (option B) (Marshall) 8 kg (18 lb.) - bituminous mixture for TSR testing plus 6 Gyratory specimens (option B) (Gyratory) 1 kg (2 lb.) - for mineral filler. MnlDOT SD - 15 March 2005 Page 6 SCHEDULE OF MATERIALS CONTROL II. BITUMINOUS CONSTRUCTION ITEMS FOR SPECIFICATION 2360 (Note #1) (cont'd) Please contact the MnlDOT District Independent Assurance Inspector when project starts to provide servicing of your project. 1. Bituminous Mix Design (QC/QA) OC Testing REMARKS: Mix Design for Spec. 2360 is Contractor's responsibility with review by Mn/DOT. OA Testing Test Contractor's samples at optimum Asphalt Content, TSR, plus 3 Marshall specimens submitted along with Trial Mix data for review (Marshall). Test Contractor's samples at optimum Asphalt Content, TSR, plus 2 Gyratory specimens submitted along with Trial Mix data for review (Gyratory). 2. Aggregate Quality Testing (QA Only) OA Testing Contractor shall provide 24 hour notice of intent to sample aggregates for quality testing. Agency has the option to monitor sampling. Contractor submits to the Bituminous Engineer or the District Materials Engineer one (1) sample of each non-asphaltic aggregate type or class per source per year. Quality testing \vill be performed as directed by the Bituminous Engineer or the District Materials Engineer. When aggregate qualities approach specification limits or when material variation is observed, take additional field samples. 3. Mineral Filler (QA Only) OA Testing One (1) per shipment of 45 metric tons (50 tons) or less, unless previously inspected. 4. Additives (QA Only) OA Testing 1 L (1 ql.) of blended asphalt binder and additive. Sample first shipment of each type of material, then submit one sample per 1,000 mJ (250,000 gal.) (approximately 1,000 ton) MnlDOT SD - 15 March 2005 Page 7 SCHEDULE OF MATERIALS CONTROL II. BITUlYIINOUS CONSTRUCTION ITEMS FOR SPECIFICATION 2360 (Note #1) (Cont'd) (All bituminous mixtures are from Certified Plants) Please contact the MnlDOT District Independent Assurance Inspector when project starts to provide servicing of your project. B. BITUMINOUS PRODUCTION for Specification 2360 SA.l\fPLE SIZE: 15 kg (35 lb.) for Aggregate for Gradation (QC/QA) 35 kg (75 lb.) for each plus #4 Aggregate Type for Quality Testing 15 kg (35 lb.) for each minus #4 Aggregate Type for Quality Testing 20 kg (45 lb.) for Mixture Properties (QC/QA) 2 full 6" by 12" cylinder molds for QA 40 kg (90 lb.) for TSR (QC/QA) 4 full 6" by 12" cylinder molds for QA 40 kg (90 lb.) for Aggregate Specific Gravity (QC/QA) 1 L (1 qt) for Asphalt Binder (QA) 2 L (~ gal) for Asphalt Emulsion (QA) 1. Plant Mix Aggregate Gradation Testing (QC/QA, Verification*) OC Testing I per 900 metric tons (1000 tons) at start of production I per 1,800 metric tons (2,000 tons) or portion thereof per mix blend as required by 2350.5C3a(6)(a)(b) or 2360.4E6a 1 per 900 metric tons (1000 tons) when operating under corrective action. Companion samples taken for agency. REMARKS: See Note #2 & Note #3 OA Testing Companions to QC samples set aside for 7 working days and tested as needed. The Agency representative observes QC testing as needed. 2. Aggregate Percent Crushing (QC/QA, Verification*) OC Testing Testing rates as required by 2360.4E7 CAA, 2360.4E8 FAA. Two tests per day (CAA, FAA) for first two days. IfCAA results exceed the specification minimum by 8% of the requirement; sample daily, test minimum one per week. If FAA results exceed the specification minimum by 5% of the requirement; sample daily, test minimum one per week. REMARKS: See Note #3 OA Testing Companions to QC samples set aside for 7 working days and tested as needed. The Agency representative observes QC testing as needed. 3. Aggregate Quality Testing (QA Only) OA Testinl?: When aggregate qualities approach specification limits or when material variation is observed, take additional field samples as requested by Project Engineer 4. Asphalt Binder Content, % (QC/QA, Verification) OC Testing I per 450 metric tons (500 tons) per mix blend for first 1,800 metric tons (2,000 tons) of mixture produced Divide planned production by 1,000; round up to determine testing rate. (a) Meter Method (Virgin only) ......................................................................................... Mn/DOT Bituminous Manual (b) Incinerator Oven ....................................................................................................... MnJDOT Lab Manual Method 1853 (c) Extraction ............................................................................................................... Mn/DOT Lab Manual Method 1851 or 1852 (d) Spot Check (Virgin only) ............................................................................................. Mn/DOT Bituminous Manual 5-693.848 REMARKS: The verification companion sample must use Method (b) or (c) only. When more than one MnlDOT approved test procedure is available, the Contractor shall select one method at the beginning of the project (when material is submitted for Trial Mix Review) and use that method for the entire project. The Contractor and Engineer may agree to change test procedures during the construction of the Project. REMARKS: See Note #3 If a member of a monitoring team observes the Contractor test, note and sign under remarks. The Project Engineer is responsible for: 1.) Reviewing control charts for accuracy and completeness. 2.) Checking, sampling and testing procedures. 3.) Discussing QC problem with Contractor. 4.) Obtaining verification samples. OA Testing Companions to QC samples set aside for 7 working days and tested as needed. The Agency representative observes QC testing as needed. MnlDOT SD - 15 March 2005 SCHEDULE OF MATERIALS CONTROL Page 8 II. BITUMINOUS CONSTRUCTION ITEMS FOR SPECIFICATION 2360 (Note #1) (part B, Cont'd) (All bituminous mixtures are from Certified Plants) Please contact the MnlDOT District Independent Assurance Inspector when project starts to provide servicing of your project. 5. Mixture Properties (QC/QA, Verification*) (Maximum Gravity, Marshall Bulk Gravity - 3 Specimen Average, Gyratory Bulk Gravity - 2 Specimen Average) OC Testing 1 per 450 metric tons (500 tons) per mix blend for first 1,800 metric tons (2,000 tons) of mixture produced. Divide planned production by 1,000; round up to determine testing rate. Verification Companion testing from Agency split sample is required to be performed and shall be used as a QC sample once per day. REMARKS: See Note #2 & Note #3 Calibration factors shall be established regarding reheated samples. OA Testing Companion samples to QC samples set aside for 7 working days and tested as needed. The agency representative shall observe at least one QC test per day. *Verification Testing Verification Companion testing from Agency split sample is required to be performed and shall be used as a QC sample once per day. Verification testing to include the following Mixture Properties: Maximum Gravity, Marshall Bulk Gravity - 3 Specimen Average or Gyratory Bulk Gravity - 2 Specimen Average, air voids, VMA, % crushing, asphalt binder content, and gradation. The verification companion shall also be tested for CAA and FAA at a rate of 1 test per week if the CAli. and FAA exceed the requirements by 8% and 5% respectively otherwise test daily. An Agency representative will take 1 verification sample per mixture blend per day for MnlDOT laboratory testing. A verification companion sample will be given to contractor for QC testing. 6. Core Density and Thickness OC Testing Production/lot testing rate requirements. Daily Production Lots Metric Ton English (ton) 270* - 545 (300* - 600) 1 546 - 910 (601 - 1000) 2 911 - 1455 (1001 - 1600) 3 1456-3275 (1601-3600) 4 3276 - 4545 (3601 - 5000) 5 4546 + (5001 +) 6 *When mix production is less that 270 metric tons (300 tons), establish I sllot when accumulative tonnage exceeds 270 metric tons (300 tons). Core locations determined and marked by Agency. The Contractor shall schedule the approximate time of testing during normal project work hours so that the Agency may observe and record the saturated surface dry and immersed weight of the cores. RErvLARKS: Sawing of cores into separate lifts is required. Contractor is required to have a saw capable of separating the core lifts without damaging the material. OA Testing 1 companion core per lot. Core locations determined and marked by Agency. Agency representative observes all Contractor coring, sawing and testing, and takes possession of Mn/DOT cores after sawing. Agency cores shall be transported and tested at the Laboratory (Agency field or DistrictlDivision) as soon as possible to prevent damage due to improper handling or exposure to heat. A completed coring log shall be submitted to the Laboratory (Agency field or DistrictlDivision). 7. Aggregate Specific Gravity (QC/QA) OC Sampling: 1 per 9,000 metric tons (10,000 tons). Tested by Contractor, if requested by Project Engineer. OA Testing: Companion sample to QC sample shall be submitted to the DistrictlDivision Materials Lab and tested as needed. MnlDOT SD - 15 March 2005 SCHEDULE OF MATERIALS CONTROL Page 9 II. BITUMINOUS CONSTRUCTION ITEMS FOR SPECIFICATION 2360 (Note #1) (part B, Cont'd) (All bituminous mixtures are from Certified Plants) Please contact the MnlDOT District Independent Assurance Inspector when project starts to provide servicing of your project. 8. Tensile Strength Ratio (T.S.R.) (QC/QA) OC Sampling 1 in the first 5,000 tons or by the second day of production, whichever comes first, then 1 per 20,000 metric tons (22,000 tons). If the Materials Engineer requires the samples to be tested, both the Contractor and the Department will be required to test these samples within 72 hours after they are sampled. OA Testing Companion sample to QC sample shall be submitted to the DistrictlDivision Materials Lab and tested as needed. 9. BITUMINOUS M..A.TERlALS Only Bituminous Materials from Certified Sources are allowed for use. The most current list of Certified Sources can at http://www.mrr.dot.state.mn.uslmaterials/aoorprod.asp SAMPLE SIZE: I L (I qt) for Asphalt Binder (QA) 2 L (Yz gal) for Asphalt Emulsion (QA) Spec. No. Quality Control (QC) Asphalt Binder 3151 QC testing is the responsibility of the bituminous material supplier. Random sampling is arranged by the MnlDOT Chemical Laboratory. Asphalt Emulsion Cutback Asphalt Quality Assurance (QA) Form No. State inspector observes contractor personnel taking sainple. Sample first shipment of each grade of material at the start of a plant's production each year or after set-up of a portable plant. Thereafter, submit one sample per 1,000 m3 (250,000 gal). Sample asphalt binder in 1 clean 1 L (Qt) steel container. 2413 Asphalt Sample Identification Card Sample first shipment, then submit one sample per 200 m3 ((50,000 gal.). Sample asphalt emulsion in plastic container with wide screw top and immediately send to MnlDOT Chemical Lab. Cutback Asphalt should only be used in cold temperature applications with the Engineer's approval. Contact Bituminous Office for cold temperature application guidelines. Pressure fit cans for cutback asphalt. 10. Moisture Content in Mixture (QC only) OC Testing Sampling and testing shall be conducted by the Contractor on a daily basis unless exempted by the Engineer and tested according to the procedures in the Bituminous Manual (5-693.950). Moisture contents above 0.3% are not allowed. MnlDOT SD - 15 March 2005 Page 10 SCHEDULE OF MATERIALS CONTROL II. BITUMINOUS CONSTRUCTION ITEMS FOR SPECIFICATION 2360 (Note #1) (Part B, Cont'd) (All bituminous mixtures are from Certified Plants) Please contact the MnlDOT District Independent Assurance Inspector when project starts to provide servicing of your project. NOTE #1. Projects with bituminous tonnage less than or equal to 272 metric tons (300 tons) per day may be accepted on a small quantity basis at the discretion of the Engineer. Retain Form 2415 or Form 2403 in Project File. NOTE #2. All QA test samples shall be from split samples. If a member of the monitoring team observes the Contractor Test, note and sign under remarks. The Project Engineer is responsible for: 1.) Reviewing control charts for accuracy and completeness. 2.) Checking sampling and testing procedures. 3.) Discussing QC problems with the Contractor. 4.) Obtaining Verification Samples. 5.) When additional testing is necessary, collect QA samples which have been acquired and retained by the Contractor and/or additional verification samples. NOTE #3. For process control testing, acceptance will be based on Contractor's test results as verified by MnlDOT test results. MnlDOT SD - 15 March 2005 Page 11 SCHEDULE OF MATERIALS CONTROL Please contact the MnlDOT District Independent Assurance Inspector when project starts to provide servicing of your project. lll. Seal Coat Construction Items For 2356 SPECIAL PROVISIONS A. (2356) Bituminous Seal Coat B. (2356) Seal Coat - Macro-Surfacing C. (2356) Micro-Surfacing DEFINITIONS Sample Type Description Sample Location Sample Taken By Sample Tested By Determined By Definitionsfrom 23 CFR 637.203 QA All those planned and systematic actions necessary to Quality Assurance provide confidence that a product or service will satisfy given requirements for quality QC All contractor/vendor operational techniques and Contractor Contractor Contractor Quality Control activities that are performed or conducted to fulfill the contract requirements. Verification Sampling and testing performed to validate the Agency Agency Agency sampling and quality of the product. testing Mn/DOT Definition lAST The Independent Assurance Sampling and Testing Agency Contractor or Contractor or assures testers are sampling and testing properly and Agency Agency that equipment is calibrat~d correctly. Should unique circumstances arise on a project which makes the quantities or rates of testing materials impractical, they may be revised prior to performing the work by contacting the Pavement Management U nit and obtaining their approval. The testing rates shown are only minimums. MnlDOT SD - 15 March 2005 Page 12 SCHEDULE OF MATERIALS CONTROL III. Seal Coat Construction Items For 2356 SPECIAL PROVISIONS (cont'd) Please contact the MnlDOT District Independent Assurance Inspector when project starts to provide servicing of your project. (2356) BITUMINOUS SEAL COAT SA.1\1PLE SIZE: Mix Design: 150 lbs. Spec. Quality Control Verification Form Test Type No. (QC) No. Seal Coat 2356 One per source Verify all QC results and review mix design. Mix Design Gradation and Average gradation during production. Aggregate Qualities % Shale -. Static Stripping Test Flakiness Index Los Angeles Rattler Aggregate design application rate Bit. Material design application rate Loose unit mass (weight) of the aggregate Bulk specific gravity of the aggregate Seal Coat Test for gradation. One per day, or one per Test for gradation. One per day, or one per Aggregate l360t (1500 tons), whichever is greater. Ifa 1360t (1500 tons), whichever is greater. If a temporary stockpile is used, test at this temporary stockpile is used, test at this location. location. Stockpile Production Sample for gradation. One per day. Test if Sample for gradation. One per day. Test if Gradation required by the Engineer. required by the Engineer. Construction Bituminous Use a Certified Source. Sample the first load. One Sample for every Material 200m3 (50,000 gal.) (approx. 200 ton). For Seal Coat Verify the application rate daily by dividing the volume used by the area covered. Quality Application rate Use a certified source. For Fog Seal Verify the application rate daily by dividing the volume used by the area covered. Quality Application rate One sample to test for dilution rate. MnlDOT SD - 15 March 2005 Page 13 SCHEDULE OF MATERIALS CONTROL III. Seal Coat Construction Items For 2356 SPECIAL PROVISIONS (cont'd) Please contact the MnlDOT District Independent Assurance Inspector when project starts to provide servicing of your project. (2356) SEAL COAT - MACRO-SURFACING SA1\1PLE SIZE: Mix Design: 150 lbs. Test Type Spec. Quality Control (QC) Verification Form No. No. Macro-surfacing 2356 One per source Verify aggregate properties. Mix Design. Average gradation during production. Gradation and Fractured faces Aggregate Qualities Flakiness Index Micro-Deval Deleterious materials Absorption Emulsion Sweep test Sweep test is not verified by Mn/DOT Sieve test Viscosity Residue from Distillation Oil distillate by volume of emulsion Tests on Base Penetration Asphalt Elastic recovery Mix Design Aggregate design application rate Design is accepted by Mn/DOT Bit. Material design application rate Loose unit mass (weight) of the aggregate Bulk specific gravity of the aggregate Penetration results of emulsion Macro-surface Test for gradation. One per day, or one per Sample for gradation. One per day. Aggregate 1360t (1500 tons), whichever is greater. If a temporary stockpile is used, test at this Stockpile location. Production Sample for gradation. Two per day. Report Construction results \vithin two hours. Bituminous Use a Certified Source. Sample the first load. One Sample for every material 200m3 (50,000 gal.) (approx. 200 ton). For Macro-surface Verify the application rate daily by dividing the volume used by the area covered. Quality Application rate Use a certified source. For Fog Seal Verify the application rate daily by dividing Quality the volume used by the area covered. Application rate One sample to test for dilution rate. MnlDOT SD - 15 March 2005 Page 14 SCHEDULE OF MATERIALS CONTROL ill. Seal Coat Construction Items For 2356 SPECIAL PROVISIONS (cont'd) Please contact the MnlDOT District Independent Assurance Inspector when project starts to provide servicing of your project. (2356) SEAL COAT - MICRO-SURFACING SAMPLE SIZE: Mix Design: 150 lbs. Spec. Quality Control Verification Form Test Type No. (Qq No. Micro-surfacing 2356 One per source Verify all QC results and review mix design. Mix Design Gradation and Average gradation during production. Aggregate Qualities Sand Equivalent Abrasion Resistance Soundness Asphalt Emulsion Residue after Distillation Certified source Softening Point Penetration at 25C (77F) Absolute Viscosity at 60C (140F) Mix Design Wet Stripping Review test results submitted in the mix Wet-Track Abrasion Loss design format required in the special - one hour soak provision. - six day soak Saturated Abrasion Compatibility Mix Time at 25C (77F) Mix Time at 37.4C (lOOF) Micro-surfacing Aggregate Stockpile Test for gradation. One per day, or one per Production 1360t (1500 tons), whichever is greater. Ifa temporary stockpile is used, test at this location. Construction Sample for gradation, sand equivalence and Test for gradation. One per 1360t (1500 moisture content. One per 435.6 metric tons tons), If a temporary stockpile is used, test at (500tons), minimum of one per day. this location. Determine moisture content. One per day Asphalt Emulsion Quality Use a Certified Source. Sample the first load. One Sample for every 200m3 (50,000 gal.) (approx. 200 ton). Quantity Verify the quantity using equipment counter readings. For Fog Seal, when required Quality Use a certified source. Application rate Verify the application rate daily by dividing One sample to test for dilution rate. the volume used by the area covered. MnlDOT SD - 15 March 2005 Page 15 SCHEDULE OF MATERIALS CONTROL IV. CONCRETE CONSTRUCTION ITEMS (www.mrr.dot.state.mn.us/pavement/concrete/concrete.asp) (All Ready Mix is from Certified Plants) Please contact the MnlDOT District Independent Assurance Inspector when project starts to provide servicing of your project. The testing rates shown in this Schedule of Materials Control are only minimums. Take as many tests as necessary to ensure quality concrete. If any field test fails, reject the concrete or if the Producer makes adjustments to the load to meet requirements, record the adjustments on the Certificate of Compliance and retest. If adjustments are made at the plant, test the first load after those adjustments have been made. Make sure the next load is tested before it gets into the work. Continue to test the concrete if Project quality has been inconsistent. If a gradation or quality test fails, the Producer cannot produce concrete until a passing test is completed. The Producer must have a passing gradation each day to prior to beginning production. If failing concrete inadvertently gets placed in the work, either the Mn/DOT Standard Specifications for Construction or the Schedule of Price Reductions for Concrete address penalties. It is recommended that the Agency representative continually monitor the progress of all concrete pours. (It is not an acceptable practice to only perform minimum testing requirements and leave the project.) Should unique circumstances arise on a project which makes the rates of testing impractical, they may be revised prior to performing the work by contacting the Concrete Engineering Unit and obtaining their approval. DEFINITIONS Description Sample Location Sample Taken By Sample Tested By Determined By QC Quality Control Testing performed by Contractor. Also Contractor Contractor Contractor known as Process Control Testing. QA Quality Assurance Testing performed by the Agency. Contractor Contractor Agency This test is performed on a companion sample to the Contractor's QC sample. Yerification A sample to assure compliance of the Contractor's Agency Agency Agency Quality Control program. The results shall be included as part of the QA Testing Program. Yerification A companion sample to the Agency's Verification Agency Agency Contractor Companion sample provided to the Contractor. The Contractor ~ required to test this sample. The results shall be used as part of the QC program. lAST The Independent A,ssurance .s,ampling and Iesting Agency Contractor or Contractor or assures testers are sampling and testing properly and Agency Agency that equipment is calibrated correctly. MnlDOT SD - 15 March 2005 Page 16 SCHEDULE OF MATERIALS CONTROL IV. CONCRETE CONSTRUCTION ITEMS (Cont.) (www.mrr.dot.state.mn.us/pavement! concrete/concrete. asp ) Please contact the MnlDOT District Independent Assurance Inspector when project starts to provide servicing of your project. CERTIFIED READY -MIX CONCRETE These testing rates shall be used for all concrete except paving concrete, low slump concrete overlays. Refer to Concrete Construction Materials to determine if any field samples need to be taken. All QC and Verification gradation tests require companion samples. These samples are obtained from a larger sample that is reduced by splitting to obtain the sample sizes listed below for both the Producer/Contractor and the Agency. Gradation Sample Size: 10 -15 kg (25 lb.) for +19 mm (3/4" Plus) Coarse Aggregate 5 -7 kg (10-15 lb.) for -19 mm (3/4" Minus) Coarse Aggregate 5 kg (10 lb.) for CA-70 and Sand Test Type Spec. Producer/Contractor Testing Agency Testing Form No. No. Gradation Testing 3126 When over 20 mJ (yd3) of Agency concrete The QA (QC companion) samples are 2449 (QC/QA) 3137 produced per day: tested by the Agency at a rate directed Weekly (5-694.145 Coarse: 1 per 100 m3 (yd3) by the Project Engineer. Concrete and Fine: 1 per 200 m3 (yd3) Aggregate 5-694.148) Report The Producer shall complete the initial aggregate (QC/QA) gradations prior to the start of concrete production each day. The Producer may perform testing on representative material the prior evening. The Producer is responsible for holding QA (QC companion) samples until they are picked up by the Agency monitor. If not picked up, they may be discarded after one week. Gradation Testing 3126 The Contractor is required to test the Verification Coarse and Fine: 1 per day or 1 per 2449 (VerificationJ 3137 Companion sample. 500 m3 (yd3) whichever results in the Weekly Verification lowest sampling rate with a minimum Concrete Companion) of 1 per week Aggregate (5-694.145 Report and A minimum of2 Verification samples (Verification 5-694.148) per week is required when Certified Companion) production is 3 or more days per week. Take more Verification samples when 24143 production problems exist. Weekly Certified Ready-Mix Plant Report (Verification) Moisture Testing When over 20 m3 (yd3) of Agency concrete None 2152 (QC) produced per day: Concrete (5-694.142) Coarse and Fine: 1 per 200 m3 (yd3) Batching Report The Producer shall complete the initial moisture content and adjust the batch water prior to the start of concrete production each day. If weather conditions allow, the Producer may perform moisture testing on representative material the prior evening. MnlDOT SD - 15 March 2005 Page 17 SCHEDULE OF MATERIALS CONTROL IV. CONCRETE CONSTRUCTION ITEMS (Cont.) (www.mrr.dot.state.mn.us/pavement! concrete/concrete. asp ) Please contact the MnlDOT District Independent Assurance Inspector when project starts to provide servicing of your project. CERTIFIED READY -MIX CONCRETE (Cont.) Test Type Spec. Producer/Contractor Testing Agency Testing Form No. No. Quality Testing 3126 At Producers/Contractor's Discretion 1 per month sampled for acceptance 2410 3137 - Testing may be adjusted by contacting the Sample ID Card (Verification) Concrete Engineering Unit Coarse Aggregate 3137 At Producer's/Contractor's Discretion Testing rate for cleanliness of coarse 2410 Testing on aggregate as directed by the District Sample ID Card -75Jlm (#200) Materials Engineer. (Verification) (5-694.146) Air Content 2461 None Test first load each day per mix 2448 (Verification) 1 per 100 m3 (yd3) Weekly (5-694.541) Concrete Report Slump 2461 None Test first load each day per mix 2448 (Verification) 1 per 100 m3 (yd3) Weekly (5-694.531) Concrete Report Compressive 2461 None 1 per 100 m3 (yd3) 2409 Strength Minimum of 1 per day if production ID Card (Verification) is more than 20 m3 (yd3) Concrete Test (5-694.511) Cylinder Make additional control cylinders as necessary . For concrete mixtures containing aggregate with a maximum size of 31.5 mm (I 1/4 in) or less, 100 mm x 200 mm (4 in x 8 in) cylinders may be substituted for 150 mm x 300 mm (6 in x 12 in) cylinders. SMALL QUANTITIES There are certain items of concrete that are acceptable under a modified small quantity acceptance plan from a known and reliable source. The Project Engineer should document small quantities on Form 2403 or 2415 and retain in project file. Test Type Testing Requirements Form No. FIELD TESTING I air (if required), I slump and 1 cylinder test per day without plant testing per: 2415 or 2403 20 m3 (yd3) of general concrete work (pavement, curb and gutter, bridge footings, bridge Inspection Report concrete constructed above footings, median barrier, etc.) 100 m3 (yd3) of concrete of a non-critical nature (all Grade C concrete, C. 1. P. pile fill, fencepost footings, etc.) PLANT TESTING I delivery truckload of concrete may be accepted without field tests if all plant tests are 2415 or 2403 perfonned, including batching and mixing inspection. Inspection Report MnlDOT SD - 15 March 2005 Page 18 SCHEDULE OF MATERIALS CONTROL IV. CONCRETE CONSTRUCTION ITEMS (Cont.) (www.mrr.dot.state.mn. ns/pavementJ concrete/concrete.asp) Please contact the MnlDOT District Independent Assurance Inspector when project starts to provide servicing of your project. PAVING CONCRETE See Special Provisions of Contract to see if these testing rates apply. Definitions: Contractor's Primary Concrete Paving Plant - This may be a central batch plant or a ready-mix plant that is dedicated to delivering concrete to a CGncrete paving project. Large concrete paving projects - Those contracts generally having greater than 3825 m3 (5000 yd3) of concrete paving mixture. Small concrete paving projects - Those contracts generally having equal to or less than 3825 m3 (5000 yd3) of concrete paving mixture. Concrete Paving Specifications for Small Jobs shall use Certified Ready-Mix testing rates for gradations, moisture content, air content, slump, and compressive strength tests only. When work requires that a Certified Ready-Mix concrete plant be dedicated to a concrete paving project, a full-time Agency plant monitor, a full time certified Producer representative and daily verification samples are recommended. Sampling and testing rates may be adjusted with the approval of the Concrete Engineering Unit. Refer to Concrete Construction Materials to determine if any field samples need to be taken. All Contractor gradation tests require companion samples. These samples are obtained from a larger sample that is reduced by splitting to obtain the sample sizes listed below for both the Contractor and the Agency. Gradation Sample Size: 10 -15 kg (25Ib) for +19 mm (3/4" Plus) Coarse Aggregate 5 -7 kg (10-15Ib) for -19 mm (3/4" Minus) Coarse Aggregate 5 kg (10 lb) for CA-70 and Sand Test Type Spec. No. Contractor Testing Agency Testing Form No. Gradation Testing (QC/QA) (5-694.145 and 5-694.148) 3126 3137 1 per 750 m3 (1000 yd3) 1 per 3000 m3 (4000 yd3) 21764 Concrete Aggregate Worksheet JMF Minimum of 2 per day Maximum of 4 per day Gradation is run on randomly selected Contractor split sample. Test all split samples on the first day of production. Split samples for Agency All sieve sizes specified in the Job Mix Formula (including fine sieves) will be required for the coarse gradations on the first day of production. The results of these tests shall be averaged on each sieve finer than the 9.5 rnm [3/8 inch] for use in calculating the overall gradation. Coarse Aggregate Testing on -75 11m (#200) (QC/QA) (5-694.146) 3137 Required on the first day of production Required on the first day of production 21764 Concrete Aggregate Worksheet JMF If the Project Engineer determines that the cleanliness of the coarse aggregate has changed, the above procedure shall be repeated, otherwise, no additional fine sieve analysis on coarse aggregate shall be required. If the Project Engineer determines that the cleanliness of the coarse aggregate has changed, the above procedure shall be repeated, otherwise, no additional fine sieve analysis on coarse aggregate shall be required. MnlDOT SD - 15 March 2005 Page 19 SCHEDULE OF MATERIALS CONTROL IV. CONCRETE CONSTRUCTION ITEMS (Cont.) ( www.mrr.dot.state.mn.us/pavement/concrete/concrete.asp ) Please contact the MnlDOT District Independent Assurance Inspector when project starts to provide servicing of your project. PAVING CONCRETE (CONT.) Test Type Spec. Contractor Testing Agency Testing Form No. No. Aggregate None 1 per 750 m3 (1000 yd3) 2152 Moisture Testing Minimum of2 per day Concrete (Verification) Maximum of 4 per day Batching Report (5-694.142) Take and test initial sample after approximately Yz hour of production each day. Initial samples for moisture and microwave testing should be taken after "batch ticket water has stabilized indicating that the aggregate moisture has also stabilized. Total Moisture in None 1 per750m3(1000yd3) Microwave Mixture Minimum of 2 per day Oven (Verification) Maximum of 4 per day Worksheet (5-694.532) Take and test initial sample after approximately 1/2 hour of production each day. Initial samples for moisture and microwave testing should be taken after batch ticket water has stabilized indicating that the aggregate moisture has also stabilized. Quality Testing 3126 At Contractor's discretion See Special Provisions to determine testing 2410 (Verification) 3137 rate, otherwise test 1 per month Sample ID Card Air Content 2461 Test first load each day per mix 1 air test per day minimum 2448 (QC/QA) 1 per 300 m3 (300 yd3) Weekly (5-694.541) Concrete Report Air Content 1 set of air tests per day minimum 2448 (Verification) 2461 (1 test before the paver and I test after the Weekly (5-694.541) paver for correlation) Concrete Report Slump 2461 1 slump test per day for slip form paving 1 slump test per day for slip form paving 2448 (QC/QA) minimum minimum Weekly (5-694.531 ) Concrete Report Flexural Strength 2301 I set (2 beams) per 2000 m3 (2500 yd3) Agency supplies beam boxes and cures and 2162 (5-694.521 ) tests beams. Concrete Test Make additional control beams as necessary Beam Data Ifless than 2,000 m3 (2,500 yd3) of paving, a set of 2 cylinders per day may be substituted for the beam requirements. The Contractor fabricates beams and cleans beam boxes. MnlDOT SD - 15 March 2005 Page 20 SCHEDULE OF MATERIALS CONTROL IV. CONCRETE CONSTRUCTION ITEMS (Cont.) ( www.mrr.dot.state.mn.us/pavement! concrete/concrete. asp ) Please contact the MnlDOT District Independent Assurance Inspector when project starts to provide servicing of your project. PAVING CONCRETE (CONT.) Test Type Spec. Contractor Testing Agency Testing Form No. No. Thickness 2301 The Contractor drills concrete cores for The cores are taken at locations determined 24327 thickness verification. by the Agency using random numbers. The Field Core Agency initials pavement at core locations Report and re-initials the sides of specimens after coring to clearly verify their authenticity. Surface 2301 Contractor provides certified California If the Contractor's test results are in Smoothness Profilograph or Inertial Profiler Results. question, the Project Engineer may request Ride Quality that an Independent Source retest the entire proj ect. LOW SLUMP CONCRETE FOR BRIDGE DECK OVERLAYS AND CONCRETE PAVEMENT REPAIR Refer to Concrete Construction Materials to determine if any field samples need to be taken. Gradation Sample Size: 10 -15 kg (251b) for +19 mm (3/4" Plus) Coarse Aggregate 5 -7 kg (lO-l5lb) for -19 mm (3/4" Minus) Coarse Aggregate 5 kg (10 Ib) for CA-70 and Sand Test Type Spec. Contractor Testing Agency Testing Form No. No. Gradation Testing 3126 None 1 per fraction prior to commencing 21412 (Verification) 3137 operations and each time aggregate Weekly Report of (5-694.145 and 5-694.148) is delivered to the site "Low Slump Concrete" Quality Testing 3126 None As directed by the Project Engineer (Verification) 3137 Air Content 2461 None Test at beginning of pour each day. (Verification) 1 per 15 m3 (yd3) (5-694.541 ) Slump 2461 None Test at beginning of pour each day. (Verification) 1 per 15 m3 (yd3) (5-694.531 ) For low-slump concrete from a concrete-mobile, allow mix to hydrate 4 to 5 minutes before slump test to assure all cement is saturated. Compressive Strength 2461 None 1 per 30m3 (yd3) 2409 (Verification) Minimum of 1 per project ID Card Concrete (5-694.511) Test Cylinder MnlDOT SD -15 March 2005 Page 21 SCHEDULE OF MATERIALS CONTROL IV. CONCRETE CONSTRUCTION ITEMS (Cont.) (www.mrr.dot.state.mn.us/pavement! concrete/concrete. asp ) Please contact the Mn/DOT District Independent Assurance Inspector when project starts to provide servicing of your project. CONCRETE CONSTRUCTION lVIATERIALS Refer to Metallic Materials and Metal Products for sampling requirements for concrete reinforcement. CEMENTITIOUS MATERIALS All cementitious materials must come from certified sources. All certified sources must state so on the Bill of Lading. The most current approved list of certified sources can be found at www.mrr.dot.state.mn.us/oavement!concrete/oroducts.aso Material Spec. Minimum Required Minimum Required Sampling Sample Form No. Acceptance Testing Rate for Laboratory Testing Size No. (Field Testing Rate) Standard Portland 3101 For Concrete Pavement: 2 kg (5 Ib) 24300 High Early Portland 1 sample per 7500 m3 (10,000 yd3) ID Card Air Entraining Portland of concrete with a minimum of 1 Cement Air Entraining High- per project Samples Early Portland For Other Concrete: Portland Pozzolan 3102 1 sample every 2 to 4 weeks per 2 kg (5 lb) 24300 Blended Cement plant as production warrants ID Card Ground Granulated Blast 3103 Cement Furnace Slag (GGBFS) Take additional samoles as District Samples Fly Ash 3115 Materials Engineer directs 2 kg (Sib) 24308 ID Card Fly Ash Samples ADMIXTURES FOR CONCRETE Only admixtures from approved sources are allowed for use. The most current lists of admixtures can be found at www.mrr.dot.state.mn.us/oavement!concrete/oroducts.aso Material Spec. :Minimum Required Minimum Required Sampling Sample Form No. Acceptance Testing Rate for Laboratory Testing Size No. (Field Testing Rate) Accelerating, Retarding, 3113 For Concrete Pavement: 0.25 L (112 pt) 2410 Water-Reducing, 1 sample for each shipment for each Sample ID Air-Entraining, etc. type, brand, and concentration Take samples from Card (Minimum of 1 per project) dispensing tubes For Other Concrete: Store samples in 1 sample once per month per plant plastic container or as production warrants WATER Material Spec. Minimum Required Minimum Required Sample Form No. Acceptance Testing Sampling Rate for Laboratory Size No. (Field Testing Rate) Testing 3906 Visual Inspection 1 sample from any questionable 3.5 L (1 gal) 2410 source Store sample in a Sample ID clean glass or Card plastic container MnlDOT SD - 15 March 2005 Page 22 SCHEDULE OF MATERIALS CONTROL IV. CONCRETE CONSTRUCTION ITEMS (Cont.) ( www.mrr.dot.state.mn.us/pavementJ concrete/concrete. asp ) Please contact the MnlDOT District Independent Assurance Inspector when project starts to provide servicing of your project. I CONCRETE CONSTRUCTION MATERIALS (CONT.) I CURING MATERIALS Only curing materials from approved sources are allowed. The most current approved list can be found at www.mrr.dot.state.mn.us/pavement! concrete/products/ Approvedcurine:compounds.pdf Minimum Required Minimum Required Spec. Acceptance Testing Sampling Rate for Sample Form Material No. (Field Testing Rate) Laboratory Testing Size No. Burlap 3751 Visual Inspection 1 m2 (1 yd2) 2410 Sample ID Card Paper 3752 Visual Inspection 0.25 m2 (2 [2) 2410 Must be white opaque Sample ID Card Plastic 3756 Visual Inspection 0.25 m2 (2 ft2) 2410 Must be white opaque Sample ID Card Membrane Compound 3754 For Concrete Pavement: 1 L (1 qt) 2410 3754 1 sample for each shipment Sample ID Card AMS or if shipment contains more Materials must be 3755 than 1 lot, sample each lot. thoroughly stirred or agitated immediately For Other Concrete: prior to taking Call (651) 779-5556 before sample. Cover sampling sample immediately. JOINT MATERIALS Only j oint materials from approved sources are allowed for use. The most current list of hot pour sealants can be found at www.mrr.dot.state.mn.us/materialsJAppProddisc1aimer.asP. The most current list of silicone sealants can be found at www.mrr.dot.state.mn. us/pavement! concrete/iointsealants.pdf Material Spec. Minimum Required Minimum Required Sample Form No. Acceptance Testing Sampling Rate for Size No. (Field Testing Rate) Laboratory Testing Hot Poured Elastomeric 3723 1 per lot 5 kg (10 Ib) 2410 Type 3725 Sample ID Card Take samples from application wand Silicone Joint Sealer Special 1 per lot 0.5 L (1 pt) 2410 Provisions Sample ID Card Store sample in steel container Preformed E1astomeric 3721 Visual Inspection I per 1,000 m (3,000 linear 2 m (6 ft) 2410 Type feet) for each lot or sub-lot Sample ID Card fraction Preformed 3702 Visual Inspection 1 per shipment of each type 0.25 m2 (21f-) 2410 and thiclmess Sample ID Card Will carry "Inspected" tag if approved prior to shipment. MnlDOT SD - 15 March 2005 Page 23 SCHEDULE OF MATERIALS CONTROL IV. CONCRETE CONSTRUCTION ITEMS (Cont.) (www.mrr.dot.state.mn.us/pavement! concrete/concrete. asp ) Please contact the MnlDOT District Independent Assurance Inspector when project starts to provide servicing of your project. I CONCRETE CONSTRUCTION MATERIALS (CONT.) I CONCRETE TREATING OIL Material Spec. Minimum Required Minimum Required Sample. Form No. Acceptance Testing Sampling Rate for Laboratory Size No. (Field Testing Rate) Testing 3917 Visual Inspection 1 per shipment 0.5 L (1 pt) 2410 Sample ID Store sample in Card steel container EPOXIES Only epoxies from approved sources are allowed for use. The most current lists of epoxies can be found at www.mrr .dot.state.mn. us/oavement/concrete/aoorovedeooxies.odf Material Spec. Minimum Required Minimum Required Sample Form No. Acceptance Testing Sampling Rate for Laboratory Size No. (Field Testing Rate) Testing Visual Inspection 1 sample of each component from 0.25 L (1/2 pt) 2410 each lot in each shipment for Store sample in Sample ID quantities over 1 gallon steel container Card MnlDOT SD - 15 March 2005 Page 24 SCHEDULE OF MATERIALS CONTROL v. LA1~DSCAPING A1~D EROSION CONTROL ITEMS Kind of Material Spec. No. Minimum Required Acceptance Testing (Field Testing Rate) Form No. Minimum Required Sampling Rate for Laboratory Testing Sample Size 1. Plant Stock & Landscape Materials a 3861 and 2571.2Al Field Inspection at Job Site, submit itemized report for each h. b s Ipment. 2415 or 2403 a Preliminary inspection will not be done at the source. Material must be in accordance with the Inspection and Contract Administration Guidelines for MnlDOT Landscape Projects. b Utilize "Inspection and Contract Administration Guidelines for MnlDOT Landscape Projects" to determine and measure minimum and maximum criteria thresholds. The following documentation must be provided as a condition for delivery and approval: 1. A MnlDOT Certificate of Compliance for Plant Stock, Landscape Materials, and Equipment 2. A valid copy of a nursery stock (dealer or grower) certificate registered with the MN. Dept. of Agriculture and/or a current nursery certificatellicense from a state or provincial Dept. of Agriculture for each plant stock supplier. 3. A copy of the most recent Certificate of Nursery Inspection for each plant stock supplier. 4. Plant material shipped from out-of-state nursery vendors subject to quarantines (Gypsy Moth and Japanese Beetle) must be accompanied by documentation certifying all plants shipped are free of regulated pests. 5. Bills oflading (shipping documents) for all materials delivered. 6. Invoices (billing statements) for all materials to be used. 7. Each bundle, bale, or individual plant must be legibly and securely labeled with the name and size of each species or variety. 2. Wildflower and Wetland Seedlings c 3861 Field inspection at Job Site, submit itemized report for each shipment. Include MnJDOT Certificate for seedlings, labels, and invoices. 2415 or 2403 None C Certified sources only. A certificate of Compliance must be furnished by the supplier to the Engineer. _3_,_ ~_e_r_~~i~~~_ ~ ___ __ ___ _ un __ _ t ___~~~:___ _ L u_ _ u ~i_S~_a_I_I_~~~~~~i~~u___ __ J __ ~_~~~ _ J_ _ __ _ __ ____ ___ ____ __ __ ___ u __ ___ L __ ___ _______ d BAGGED: Inspected on the basis of guaranteed analysis. BULK: Inspector to obtain copy of invoice of blended material stating analysis. Check if Slow Release Fertilizer is specified. 4, Agricultural Lime e 3879 One gradation test for each 180 Metric Ton (200 ton) 2415 or 2403 One sample per source for quantities of90 metric ton (100 ton) or less 4.5 kg (10 lb.) e Submit form 2415 or 2403. Small Quantity is 90 metric ton (100 ton) or less. Contractor must supply amount of ENP (Equivalent Neutralizing Power) for each shipment. 5. Topsoil Borrow, Select Topsoil Borrow, & Premium Topsoil Borrowf 3877.2 None From each source: One composite sample for the first 765 m3 (1,000 Cu Yd) or less. One composite sample for each additional 2,300 m3 (3,000 eu Y d) or fraction thereof. 10 kg (20 lb.) f Testing takes about three weeks after delivery of the sample to the Department Laboratory. Sampling shall be done prior to the time the topsoil is delivered to the project. Check acceptance schedule Spec 2105 Table 2105-1. Small Quantity - 230 m3 (300 Cu Yd) MnlDOT SD - 15 March 2005 Page 25 SCHEDULE OF MATERIALS CONTROL V. LANDSCAPING A.t~D EROSION CONTROL ITEMS (cont'd) Minimum Required Form Minimum Required Sample Kind of Material Spec. No. Acceptance Testing Sampling Rate for (Field Testing Rate) No. Laboratory Testing Size 6. Mulch Material A. Type 3 Mulch - Certified 3882 Visual Inspection, Check if Weed Free (Certified sources from Certified Vendor by " Minnesota Crop Improvement only) .. Association. Must be tagged, grain straw only. ----------------------------------------------------------------------------- ----------- -------------------------------- -------------- g Certified mulch will be indicated by label. B. Type 6 Mulch - Woodchips 3882 Visual Inspection, gradation Gradation 1/3825 m3 1/750 m3 (1/1000 yd3) (1/5000 yd3) 7. Seeds 3876 A. Seeds (Certified Vendors 3876 Check for guaranteed analysis 2415 or Sampling needs only to be done 0.5 L Only) (Mixes 100-299) h labels. 2403 for seed that is not planted within (1 pint) nine months after germination test, or if quantity used is more than 1800 kg. (4,000 lb.) .---------------------------------------------------------------------------- ----------- -------------------------------- -------------- h Seed guaranteed as meeting the requirements is identified by official guaranteed analysis labels affixed to each container of seed in addition to the customary seed tag. Any moldy or insect contaminated seed must be rejected. B. Seeds (Non-Certified 3876 2415 or MUST BE SAMPLED. For 25 0.5 L vendors) (Mixes 100-299) i 2403 bags or less, combine from five (1 pint) bags into one sample. For larger quantities; sample each 5th bag combine samples into groups of 5 and select a test sample from each composite. -------------------------------------------- ------------------------------- - - - - - - - - - -- -------------------------------- - - - - - -- - - - - - -- i Submit samples slx weeks before seeding to allow for testing. Small Quantity - 90 kg (100 lb.) C. Native Seed (Mixes 300- 3876 Check if from Certified Vendor None 399) certified seed only j by Minnesota Crop Improvement Association, Must be tagged - -. - -- - - - - - - -- - - - - - - - - - - - - - - - -- ---------------------------------------------- .---------- -. ------ - ------ - - --- -- - - -------- --- ------ - ----- j Certified seed will be indicated by label on containers. 8. Erosion Control Blanket k 3885 Visual Inspection None Random - See Footnote k 1 m2 (1 Sq Yd) ----------------------------------------------------------------------------- ----------- -------------------------------- -------------- k Periodic tests from approved sources to verify quality. Check approved products list 9. Erosion Control Netting 1 3883 Visual Inspection None Random - See Footnote I 1 m2 (1 Sq Yd) - - - - -- - - - - - - . - - - - - - - - - - - - - - - - -- ---------------------------------------------- ----------- ----------------------------------------------- 1 Periodic tests from approved sources to verify quality. Check approved products list MnlDOT SD - 15 March 2005 Page 26 SCHEDULE OF MATERIALS CONTROL v. LANDSCAPING AND EROSION CONTROL ITEMS (cont'd) Minimum Required Form Minimum Required Sample Kind of Material Spec. No. Acceptance Testing Sampling Rate for (Field Testing Rate) No. Laboratory Testing Size 10. Peat Moss m 3880 Final Inspection at Job Site None For material furnished in bulk; 2-1/4 kg one sample for 100 m3 (100 Cu. (5 lb.) Yd.) or less. An additional sample for each 200 m3 or less, thereafter. ----------------------------------------------------------------------------- ----------- -------------------------------- -------------- m Submit Samples in moisture proof bags. Materials furnished in packaged form may be accepted on the basis of guaranteed analysis. _1_~._ ~_o_~ ~_ _ _ _ _ _ _ __ _ _ _ _ _ _ _ __ u _ t__ _~~:~_u _ -'- ~~~~: ~~~~~l_ ~~~~~~~~~~ ~t_ ~i~~~ _ _1_ _ _~~~~ _ _1_ u _ _ _ u _ _ u _ ___ ___ _ _ _ _ _ _ _ _ __ _ Ju __ _ _ _ _ __ _ __ n A Certificate of Compliance must be furnished by the producer to the Engineer for the type of sod supplied showing correct grass varieties. 12. Silt Fence 0 J 3886 J Visual Inspection Check 2415 or For amounts 610m (2000 ft) or 1m(lYd) Product Label 2403 greater. ----------------------------------------------------------------------------- ----------- -------------------------------- -------------- o Samples sent 21 days prior to use. Check Approved Products List of accepted geotextiles. 13. Flotation Silt Curtain P J 3887 Visual Inspection None Random - See Footnote P . J. 1 m (1 Yd) ----------------------------------------------------------------------------- ----------- -------------------------------- -------------- P Accepted, based on manufacturers' guaranteed results. Check weight of fabric. 14. Compost _~: _~~~~~~: _~~~~_~~ _~~~~~~ _~ L ___~~~~_ u J ~i~~~_I_I_~S_~~~~~~m _ _ _ _ _ m u J _ _ _ ~_~~: _ _1_ _ __ _ _ u ___ U _ U ___ _ _ _ ___ __ ___ JH~ !~:~ _ _ ____ q Accepted on the basis of certified test reports furnished to the Engineer by the supplier. Periodic sampling to verify quality. Check approved source list. B. Compost Non-Certified Must be sampled - One Sample Source r per 300 m3 (500 Cu Yd) ------------------------------------**--------------------------------------- ----------- -------------------------------- -------------- r Submit samples six weeks before use. Small quantity 75 m3 (100 Cu Yd) or less. 15. Erosion Stabilization 3888 Visual Inspection None See Footnote S 1 m2 MatS (1 Sq Yd) I ----------------------------------------------*-*---------------------------- ----------- ----------*--------------*--------------------- s Periodic tests from approved sources to verify quality. Check Approved Products List 16. Sediment Mat t 3894 Visual Inspection None See Footnote t 1m2 (l Sq Yd) ----------------------------------------------------------------------------- ----------- ------------------*------------- -------------- t Periodic tests from approved sources to verify quality. Check Approved Products List 17. Fiber Log u 3895 Visual Inspection None See Footnote u 1 m2 (1 Sq Yd) -------------------------------------------- -------------------------------- ----------- -------------------------------- -------------- U Periodic tests from approved sources to verify quality. Check approved products list. MnlDOT SD - 15 March 2005 Page 27 SCHEDULE OF MATERIALS CONTROL v. LA1~DSCAPING A1~ EROSION CONTROL ITEMS (cont'd) Minimum Required Form Minimum Required Sample Kind of Material Spec. No. Acceptance Testing Sampling Rate for (Field Testing Rate) No. Laboratory Testing Size 18. Inlet Protection v 3891 Visual Inspection None -------------------------------------------- -------------------------------- ----------- -------------------------------- -------------- v Periodic tests from approved sources to verify quality. Check approved products list. 19. Hydraulic Soil 3884 Slump Test for Type 8 None None Stabilizer w -------------------------------------------- -------------------------------- ----------- -------------------------------- -----------.-- W Periodic tests from approved sources to verify quality. Check approved products list. _~~._~i~~~~ ~~~~ _~_ ___ _ __ __ _ _ __ 1.u _~~~~___ _l~i~~~~_I_~s~~~~~~_ _ __ _ _____ u___I_ __~_~~~_ _ .l~~~~_ ___ _ _ _ _ _ __ _ _ __ _ _ _____ _ _ _ __1____ _ __ ______ x Periodic tests from approved sources to verify quality. Check approved products list. _~~: :!~~~_~I_a_~~s_~ _ _ _ __ _ _ _ _ _ ___.I. _ _ __~~~~_ __ _ -'- ~_i~~_a~_I_~s~~~t_i~~_ _ _ _ _ _ _ _ _ _ _ _ _..1_ _ _~_~~~ _ J ~~~~_ _ _ _ _ _ _ _ _ _ _ _ _ __ _ _ _ _ _ _ _ _ _ __ _.I. _ u_ _ u _ _ _ _ __ Y Periodic tests from approved sources to verify quality. Check approved products list. MnlDOT SD - 15 March 2005 Page 28 SCHEDULE OF MATERIALS CONTROL VI. CHEMICAL ITEMS CALL CHEMICAL LABORATORY (651) 779-5548 Minimum Required Form Minimum Required Kind of Material Spec. No. Acceptance Testing No. Sampling Rate for Sample Size (Field Testing Rate) Laboratory Testing 1. Asphalt Plank 3204 Visual Inspection 2410 1 per 1,000 plank or less of 3 - 1 linear m Sample each thickness in each (yd) pieces ill Card shipment samples from different planks 2. Calcium Chloride 3911 Visual Inspection 2410 Liquid: 1 per 40,000 L 0.5 L (1 pint) Sample (1 per 10,000 gal) 0.5 kg (lib.) in ill Card Dry: 1 per shipment Plastic Container 3. Waterproofing Materials ..--------------.-_._-------------------------------------------------------------------------------------------------------------------- Only waterproofing systems from approved sources are allowed for use. The most current list can be found at www.mrr .dot.state.mn.us/materials/AooProddisclaimer .aso. A. Membrane 3757 Visual Inspection 2410 1 per shipment (Membrane 0.1 m2 (l Sq Ft) Waterproofing System Sample Only) ill Card ------------------------------ ------------- -------------------------------- ---------.- ---------------------------- ------------------ Membrane Waterproofing System: The manufacturer shall submit a one square foot sample of the membrane along with a letter of Certification and test results stating that the membranes meet the requirements of this specification. Other components of the waterproofing system do not need to be sampled for testing. The manufacturer shall also submit detailed technical data sheets for all components of the membrane waterproofing system. Other components of the waterproofing system do not need to be sampled for testing. B. Three Ply System Three Ply System, containers will be stamped if approved prior to shipment. CALL CHEMICAL LABORATORY (651) 779-5548 -_.. -----..----.-------------- ---- i. Asphalt Primer 3165 Visual Inspection 2410 1 per shipment 0.5 L (1 pt.) in Sample steel container ill Card --_._...."--_._-----"..~._._._------ . M. -..- .------. .. ..- ."'."'..-- .._---_._--_.- ------ ....--. -. _._----- - ii. Waterproofing Asphalt 3166 Visual Inspection 2410 1 per shipment 0.5 L (1 pI.) in Sample steel container ill Card f------..----.--- ,-.._-_._-^------------_._---- ._------- --- --. -- iii. Fabric 3201 Visual Inspection 2410 1 per shipment 1 m2(1 Sq Yd) Sample ID Card MnlDOT SD - 15 March 2005 Page 29 SCHEDULE OF MATERIALS CONTROL VI. CHEMICAL ITEMS (cont'd) Kind of Material Spec. No. Minimum Required Form Minimum Required Sample Size Acceptance Testing No. Sampling Rate for (Field Testing Rate) Laboratory Testing 4. Paints A. Traffic Marking Paint Only traffic marking paints from Qualified Products List are allowed for use. i. Waterborne Latex 3591 Visual Inspection 2410 1 per lot 0.5 L (1 pint) Sample 10 Card ~--_. ii. Epoxy Traffic Paint 3590 Visual Inspection 2410 1 Part A per lot 0.5 L (1 pint) Sample 1 Catalyst Part B per lot 10 Card ------~--------------------- --------------- -------------------------------- ----------- --------------------~~------ ------------------ Waterborne Latex and Epoxy Traffic Paint: The most current Qualified Products List can be found at http://www .dot.state.mn. us/trafficenf!./productslMnDOTapprovedproductlist.xls. Call Laboratory at (651) 779-5550 for pre-approved lots. -- ---r--T -----....------ . f iii. Other Special Visual Inspection 2410 1 Part A per lot 0.5 L (1 pint) Provisions Sample 1 Catalyst Part B per lot 10 Card ------------------------~--- ----.---------- ------------------------.------- ----------- ---------------------------- -----~----~------- For traffic marking paints other than Waterborne Latex and Epoxy see Special Provision for Qualified Products List. B. Non-Traffic Striping 3500 Series Visual Inspection 2415 For pre-approved paints 0.5 L (1 pint) Paints submit Form 2415 listing batch number. Call Chemical Laboratory for pre-approved lots ---------------------------- --------------- ---------~---------------------- ----.------ ---------------------------- ------------------ Only approved paints are allowed for use. For bridge coatings, see http://www.mrr.dot.state.mn.us/materials/3520 0lAPLweb4.pdffor ' the approved products list. For all others, see the Special Provisions. Send color sample to Chemical Laboratory for color matching. _~'_ ~~~~=~~_ ~1~_S_S_ ~:~~~__ __l_ _ _ _ _ ~_5_~~ _ u _ _1:!~~~~ _I~_s~_e_~~~~_ ___ u ____ u __ _ j _ _ _ ~~_l_~u _l !_~~:_l~_t___ __ u u _ ___ __ u u J _~ ~ _(~}_ _ __ _ _ _ _ __: Only glass beads from Qualified Products List are allowed for use. The most current Qualified Products List can be found at http://www.dot.state.mn. us/trafficenf!.fproducts/MnDOT approvedproductIist.xls. Call Laboratory at (651) 779-5550 for pre-approved lots. 6. Pavement Marking 3353 Visual Inspection 2410 1 clean sample of each color 3 m (3 yds.) Tape 3354 Sample per lot 3355 10 Card i Special Provisions ---------------------------- --------------- -------------------------------- ----------- - - - - - - - - - - - - - - - - - - - -- - - - - --- ------------------, Only pavement marking tape from Qualified Products List are allowed for use. The most current Qualified Products List can be found at http://www .dot.state.mn.us/trafficenf!.fproducts/MnDOT approvedproductlist.xls. _~'_ ~~~~~_~~~_~I_~~~~~~ _ _ __ _ _l_ _ _ _ _ ~?_~~ _ _ _ _ _1:!~~~~ _I~_s~_e_c_~~~_ _ _____ __ _ _u __ ] ___ ~~_1_~ _ _ _l !:~~~_~~:~~ ~~::~~!_~~~~::~ j ____ _ _ _ _ _ _ _ _ _ _ _ _ __: Only SIGNS A..l~D lYL\RKERS from Qualified Products List are allowed for use. The most current Qualified Products List can be found at http://www .dot.state.mn.us/trafficenf!.fproductsf1\iInDOT approvedproductIist.xls. MnlDOT SD - 15 March 2005 Page 30 SCHEDULE OF MATERIALS CONTROL VII. METALLIC MATERIALS A.J.'\TD METAL PRODUCTS Minimum Required Form Minimum Required Sample Kind of Material Spec. No. Acceptance Testing Sampling Rate for (Field Testing Rate) No. Laboratory Testing Size 1. Guard Rail A. Fittings - Splicers, Bolts, 3381 Visual Inspection 2415 or Bolts: 2 Post bolts and 4 splice etc. 2403 for bolts with nuts for each 1,000 small units or less. quantity B. Cable 3381 Visual Inspection Same 1 sample from each spool 1.2 m (4 ft) C. Structural Plate Beam 3382 Visua11nspection Same One .025x.25 m (linx10in) from one edge of one of each 200 RAIL SECTIONS or One of each 100 TERMINAL SECTIONS - -----------" --- REMARKS: Applicable to all Guardrail A, B, & C To be approved before use. Pre-tested or Inspected will carry "Inspected" tag. Not Pre-tested: Submit laboratory samples at required laboratory rate. For small quantities, lab samples not required, but document on Form 2415 or 2403 and maintain in project file. SMALL QUANTITIES: Rail Sections - 20 or less Terminals - 10 or less Post Bolts - 100 or less Splice Bolts - 100 or less 2. Steel Posts A. Sign Posts 3401 Visual Inspection 2415 or Two posts per shipment of each Submit 2403 for MASS per UNIT LENGTH shortest small length of quantity each weight B. Fence Posts, Top Rails and 3403* Visual Inspection Same One sample per 500 pieces or others 3406* less, but not less than two 3379 samples per shipment. Cut 0.3 m 3408 (1 ft) from each end of pipe. One each of fittings or hardware items. .~.w__________________________________________________----------------------- ----------- -------------------------------- -------------- RElVIARKS: * For 3403, submit certified mill analysis with sample. * For 3406, submit Certificate of Compliance and certified mill analysis with sample. 3. Fence Wire A. Barbed 3376 Visual Inspection 2415 or One sample per 50 spools or 1 m (3 ft) 2403 fraction thereof , B. Woven 3376 Visual Inspection Same One full height sample per 50 1 m (3 ft) I rolls ! C. Chain Link Fabric 3376 Visual Inspection Same One sample for each 1,500 m 0.3 m (1 ft) (5,000 ft) of fencing I MnlDOT SD - 15 March 2005 Page 31 SCHEDULE OF MATERIALS CONTROL VII. METALLIC MATERIALS AND METAL PRODUCTS (Cont'd) Kind of Material Spec. No. Minimum Required Acceptance Testing (Field Testing Rate) Form No. Minimum Required Sampling Rate for Laboratory Testing Sample Size 4. Water Pipe and other Piping Materials 3364, 3365, 3366 & Special Provisions 2415 or 2403 REMARKS: To be identified and tested if necessary orior to use. Retain Form 2415 or 2403 in project fIles. SEE SPECIAL PROVISIONS. 5. Reinforcing Steel A. Bars i. Uncoated 3301 Visual Check for Size and Grade Marking 2415 or No Field Sample Necessary 2403 ii. Epoxy Coated Visual Check for Size and Grade Marking and "Inspected" tag (See Remarks) Same One sample (1 bar) of each size bar for each day's coating production 1 m (3 ft) ~~*-------------------------------------------------------------------------- ----------- -------------------------------- -------------- REMARKS: For Uncoated bars - Retain Certificate of Compliance and Certified Mill Analysis in Project File. For Epoxy Coated bars, shipping paperwork will include MnJDOT Lab #'s or steel will be tagged "Inspected" when it has been sampled and tested prior to shipment. Will be tagged "Sampled" when testing has not been completed prior to' shipment. Submit samples and Certificate of Compliance if not tagged "Sampled" or "Inspected". B. Steel Fabric Visual Inspection No Field Sample Necessary REMARKS: Retain Certificate of Compliance in project file. C. Dowel Bars One Dowel Bar from each shipment Full Size Dowel Bars REMARKS: For all types of dowels - Each project shall have a Certificate of Compliance from the Manufacturer certifying that all materials used in fabrication of the dowel bars and baskets comply with all applicable specifications. The Manufacturer shall maintain all records necessary for certification by project. The Certificate of Compliance shall be submitted to the Project Engineer. D. Prestressing Strand One sample (2 strands) from each 1.5 m (5 ft) heat RElVL.uu<:S: Submit one copy of mill certificate and one copy of the stress-strain curve representative of the lot with the samples. E. Spirals One per shipment 0.6 m (2 ft) RElVL.uu<:S: Will be tagged with "Inspected" tag when tested prior to shipment. 6. Drainage Castings 3321 2471 Visual Inspection * 2415 or 2403 ALL CASTINGS Two tensile bars to be cast with each heat at Foundry and submitted to the Laboratory by an approved Foundry* -------------------------------------------- -------------------------------- ----------- -------------------------------- -------------- * Call Maplewood Laboratory at 651-779-5540 for list of approved foundries RElVL~RKS: Inspect in the field and retain Form 2415 or 2403 in project file, showing NA1'\1E OF FOUNDRY AND QUA1'1TlTY MnlDOT SD - 15 March 2005 SCHEDULE OF MATERIALS CONTROL Page 32 VIII. MISCELLANEOUS MATERIALS Minimum Required Form Minimum Required Sample Kind of Material Spec. No. Acceptance Testing Sampling Rate for (Field Testing Rate) No. Laboratory Testing Size 1. Timber, Lumber Piling & 3412 to Visual Inspection 2415 or Posts 3471 & 2403 3491 -------------------------------------------- -------------------------------- ----------- -------------------------------- -------------- REMARKS: Untreated materials shall be inspected in the field and the results reported on Form 2415 or 2403. Treated materials shall be Certified on the Invoice or Shipping Ticket. Material is inspected and stamped by an Independent Agency as per Specification 3491. Contact Laboratory for additional information. 2. Miscellaneous pieces and 3392 2515 or One sample of each item per Hardware (Galvanized) 3394 2403 shipment. Sample critical items only. (Critical items are load bearing, structurally necessary items.) ----------------------------------------------------------------------------- ----------- -------------------------------- -------------- REMA.RKS: Will carry "Inspected" tag if sampled and tested prior to shipment. No sample necessary if "Inspected". 3. Insulation Board 3760 Visual Inspection 2415 or None 2403 4. Elastomeric Bearing Pads 3741 and Check dimensions Check repair One sample, with one or more Full size pad Special oftested pad internal plates annually from Provisions each manufacturer. -------------------------------------------- -------------------------------- ----------- -------------------------------- ------------- REMARKS: Submit copy of Certificate of Compliance with pad. DO NOT USE ANY PADS THAT ARE NOT CERTIFIED MnlDOT SD - 15 March 2005 Page 33 SCHEDULE OF MATERIALS CONTROL IX. GEOSYNTHETICS, PIPE, TILE, AND PRECAST/PRESTRESSED CONCRETE Minimum Required Form Minimum Required Sample Kind of Material Spec. No. Acceptance Testing Sampling Rate for (Field Testing Rate) No. Laboratory Testing Size 1. Corrugated Metal Products A. Culvert Pipe Underdrains 3225 thru Visual Inspection: Check for 2415 or Erosion control Structures 3229,3351, good construction, 2403 and 3399 workmanship, finish requirements and shipping ------------------------------- ------------- ------------------------------- ----------- --------------------------------- ------------- REMARKS: Make certain pipe is Certified on Invoice B. Structural Plate 3231 Visual Inspection: Invoice shall 2415 or include notation that material 2403 described is in accordance with fabricator's Certificate and Guarantee C. Aluminum Structural Plate 3233 ------------------------------- ------------- ------------------------------- ----------- -------------------------.------- --------_.--- REMARKS: The Fabricator's Certificate and Guarantee shall be on fIle in the MnfDOT Central Laboratory. ~_' _ ~:~~_ ~:~_e_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _l_. _ _ ~~~_1_ _ _..l ~;;}~?:~i:e_~~~~i~~~_ ~~~ :~:~ _ _ _ _ J _ _ ~~~_~r. _l ;~~~~l.e_ ~~~_~~~_~~~~~~ ~_f_ ~::~_ _1 ~~~ ~_i~~_ _ _ __ REMARKS: To be sampled and inspected in the field. 3. Concrete Pipe A. Reinforced Pipe and Arches 3236 Field Inspection: Check for Precast Cattle Pass Units damage and defects. Check Sectional Manhole Units dimensions as required. Check for producer's "Certified" stamp and signature on the certification document. B. Non-Reinforced Concrete 3253 Field Inspection: Check for 2 samples of each size from each Full Size Pipe damage and defects. Check source unless inspected and Pipe dimensions as required. Check stamoed at source. for producer's "Certified" stamp and signature on the certification document. ------------------------------- ------------- ------------------------------- ---..------ --------------------------------- ------------- REJVL.uu<S: For Concrete Pipe Both A & B: Product will be certified by producer, only spot checks are done by plant inspector. Make certain the invoice or certification document is signed and the product has the required markings. Maintain Form 2403 or 2415 in project records, showing source of materials and type and quantity used MnlDOT SD - 15 March 2005 Page 34 SCHEDULE OF MATERIALS CONTROL IX. GEOSYNTHETICS, PIPE, TILE, AND PRECASTIPRESTRESSED CONCRETE (Cont'd) Kind of Material Spec. No. Tests by Producers Form No. Tests by Mn/DOT Sample Size 4. PrecastlPrestressed Concrete Structures A. Reinforced Precast Box Culvert 1 Air test per day (1 st load), 2 cylinders per pour for positive slump concrete (1 for handling, 1 for shipping). ._--- .---..-----.-.--.. 3238 2415 or 2403 3126 Fine Aggregate ....._- --...-.--.- .--...---------. --- I "companion" cylinder per month per plant, or cylinder testing machine, whichever is greater. Call Precast Inspection Engineer at 651-779-5540 for additional information. ........ ---.- - _..-- ----.--.--.. .-- ---..-.---.....--..... --------. ---- I quality test per month. ----. 3137 Coarse Aggregate -.- .....-----..-. -. ..- ..-----..-.-- ._. 1 quality test per month. Field Inspection: Check for plant inspector's stamp. Check for shipping damage or defects. Check dimensions as needed. B. PrecastlPrestressed Concrete Structure (beams, posts, etc.). 2405 1 gradation per 150 m3 (200 Cu. 3126 (Fine Yd.) or fraction thereof. 1 per Gradation: day of production or 3 per Aggregate) week, whichever is less. -- ..- .... 2449 2153 1 gradation and 1 quality test per month from a split sample. Include producer's gradation results on sample card. 10 kg (25 lb.) ... __ .n _u.__.____ 1 "companion" cylinder per month per plant, or cylinder testing machine, whichever is greater. Call Precast Inspection Engineer at 651-779-5540 for additional information. -------.-- ..---..... .- 1 air test per day (1 st load), 2 cylinders per pour for positive slump concrete (1 for handling, 1 for shipping). ---.-- 3137 ( Coarse Aggregate) Gradation: 1 per 75 m3 (100 Cu Y d) or fraction thereof. 1 per day of production or 3 per week, whichever is less. 3134 Coarse Aggregate 1 gradation and 1 quality test per month from a split sample. Include producer's gradation results on sample card. -- ------- 10 kg (25 lb.) -- Field Inspection: Check for plant inspector's stamp. Check for shipping damage or defects. Check dimensions as needed. REMARKS: Precast/prestressed structures including boxes will be inspected and stamped at source. Only spot checks for dimensions are performed. MnlDOT SD - 15 March 2005 Page 35 SCHEDULE OF MATERIALS CONTROL IX. GEOSYNTHETICS, PIPE, TILE, AND PRECAST/PRESTRESSED CONCRETE (Cont'd) Kind of Material Spec. No. Minimum Required Form Minimum Required Sample Acceptance Testing No. Sampling Rate for Size (Field Testing Rate) Laboratory Testing 5. Manholes and Catch 2506 Field Inspection: Check for 2415 or Basins (Construction) 3622 damage and defects. Check 2403 dimensions as required. Check for Producer's "Certified" stamp and signature on the certification document. -~--------------------------------------------------------------------------- ----------- -------------------------------- -------------- REMARKS: Product will be certified by producer or inspected, tested and stamped at source. Only spot checks are done by plant inspector. Make certain the invoice or certification document is signed and the product has the required markings. Maintain Form 2403 or 2415 in project records, showing source of materials and type and quantity used (bricks, blocks, precast, or combination). 6. Drain Tile (Clay or 3276 Visual Inspection 2 samples of each size from each Concrete) source 7. Thermoplastic (TP) Pipe 3245 Obtain Certificate of 2415 or ABS and PVC compliance. Check for approved 2403 marking printed on pipe. Field Inspect for damage or defects. -------------------------------------------- -------------------------------- ----------- -------------------------------- -------------- REMARKS: See Spec. 2345 for specific A..\SHTO or ASTM Pipe types are approved under this specification. If perforated, holes should be 5mm -10 mm (3/16 - 3/8 inch) diameter, two rows for 4", and four rows for 6" diameter; approximately 75 mm (3 inches) on center. 8. Corrugated Polyethylene 3278 Check for markings (AASHTO 2415 or No Laboratory tests required Pipe M 252) Certificate of 2403 Compliance. Field Inspect for damage or defects. Joint Sealing 3724 One per shipment O."iT.!1nt) nd ed Plastic Sealer 3726 One from each source 0.- for Pipe -, ' u 11. Bituminous Mastic Joint 3728 Visual Inspection Sample, if questionable Sealer for Pipe 12. Geotextile Fabric and 3733 and Visual Inspection for damage (a) I per 15,000 m (50,000 LF) (a) 3m Geogrid Reinforcement Special and uniformity of texture. or fraction thereof for pipe wrap ( I 0 LF) I Provisions Rolls of both geotextile and or trench lining for Permeable geotextile wrapped PE Tubing base designs. (b) 3m2 must be wrapped in UV (b) I per 8000 m2 (10,000 sq. (4SqYd)* protective plastic. (Usually yd.) or fraction thereof of each Black). type fabric or geogrid for all (c) 3m other uses. (10 LF) (c) Sewn seam, if required, I per project minimum, additional as appropriate. ----------------------------------------------------------------------------- ----------- ----------------------------------------------- REl\ilARKS: Sampling shall be by random selection and no more than one sample shall be taken from an individual roll. Submit Certificate of Compliance with fabric or geogrid identification (e.g., Amoco 2002), minimum average roll values (MARY) and roll number. For type VI applicatious, submit pages of Special Provisions that list required geotextile properties. (Type VI requirements are job specific.) Contact Randy Tilseth, Geotechnical Section, 651-779-5604 for large quantity sampling rates (greater than 40,000 sq. yd. of material on project), small quantity testing, and questions. * Do not sample first 1 m (3 ft) of rolled Geotextile. Cut 1 m (3ft) wide strip across width of roll [Usually 3 - 4 m (12 - 14 ft)] MnlDOT SD - 15 March 2005 Page 36 SCHEDULE OF MATERIALS CONTROL IX. GEOSYNTHETlCS, PIPE, TILE, AND PRECAST/PRESTRESSED CONCRETE (Cont'd) 13. Silt Fence 3886 J Visual Inspection 2415 or For amounts 610 m (2000 ft) or 1 m (1 Yd) Check Product Label 2403 greater. ----------------------------------------------------------------------------- ----------- -------------------------------- -------------- REJ.\tIARKS: Samples sent 21 days prior to use. Check Approved Products List of accepted geotextiles 14. EPS Geofoam Special Visual Inspection 2415 or Provisions Check for yellow aged material, 2403 uniformity and dimensions. Weigh l'xl'xl' cut coupon to verify density every 200 mJ (250 ydJ) MnlDOT SD - 15 March 2005 Page 37 SCHEDULE OF MATERIALS CONTROL X. BRICK, STONE, AND MASONRY UNITS Minimum Required Form Minimum Required Sample Kind of Material Spec. No. Acceptance Testing Sampling Rate for (Field Testing Rate) No. Laboratory Testing Size 1. Brick A. Sewer and Masonry 3612 to Visual Inspection One sample per 50,000 brick or 6 whole 3615 fraction thereof brick B. Concrete Sewer* 3616 Visual Inspection One sample per 50,000 brick or 6 whole fraction thereof brick .---------------------------------------------------------------------------- ----------- -------------------------------- -------------- * Air entrainment required. Obtain air content statement from supplier. 2. Concrete Masonry Units ~~ ~_~~ ~_e_\~~~_~~~S:~~~i_O_~ _ _ _ _ J___ _~~~~__ _ _ J.~i~~~: _I_~~~~~~i~~__ __ _ _ __ ____ _ _ _1_ _ _ _ _ _ _ _ _ _ _l ~~~ _S_~~I~_~~~ _S~_i~_~~~:__ _ _ _ __ _J~~7;_~I~_ _ _ ___ Air entrainment required. Obtain air content statement from supplier. B. For Modular Block Special Visual Inspection One sample per 10,000 units or 5 whole Retaining Walls Provisions Check for cracks and broken fraction thereof, with a minimum units comers of one sample per product (block) type per contract. * ----------------------------------------------------------------------------- ----------- -------------------------------- -------------- All lots of block upon delivery shall have Manufacturer or Independent laboratory test results to verify passing both compression and freeze-thaw requirements. * Wall units and cap units are considered separate block types. 3. Reinforced Concrete 3661 Concrete control tests Air Tests 2415 or One cylinder per 100 units, but l50x300mm Cribbing Visual Inspection if previously 2403 not less than 5 cylinders for a (6 x 12 in) tes ted given contract. Other materials Cylinders as required herein. -------------------------------------------- -------------------------------- ----------- --~~~~~--~---_._--~~~~-------~-- -------------- REMARKS: Will be stamped when inspected prior to shipment. 4. Stone for Masonry or 3601 and Visual Inspection Submit Form 2415 or Rip-Rap Special 2415 unless special testing is 2403 Provisions specified - - ---~- -- REMARKS: Each source shall be approved by Project Engineer or Supervisor for quality prior to use. For questions on quality, contact District Materials or Geology Unit MnlDOT SD -15 March 2005 Page 38 SCHEDULE OF MATERIALS CONTROL XI. ELECTRICAL AI~D SIGNAL EQUIP:MENT ITEMS Minimum Required Form Minimum Required Sample Kind of Material Spec. No. Acceptance Testing Sampling Rate for (Field Testing Rate) No. Laboratory Testing Size 1. Lighting Standards 3811 Visual Inspection (Aluminum or Steel) ------------------------------ -------------- ------------------------------- ----------- -------------------------------- -------------- REMARKS: The Fabricator will submit "Certificate of Compliance", on a per project basis, to the Structural Metals Engineer. 2. Hand Holes and Pull 2545 2415 or Boxes (Precast) (pVC) 2550 2403 2565 ------------------------------ -------------- -----------------.------------- ----------- -------------------------------- -------------- REMARKS: Will be inspected at source by laboratory upon notification. For cast iron' frame and cover: see IX.6, Drainage Castings 3. Foundation 2545 Slump as needed 1 cylinder per 20 m3 (25 Cu. Yd.) 4. Conduit and Fittings _~: _ ~~~I~~~ __ _ _ __ _ _ _ _ _. __ _. _.1 __ _ .~;?~___ _ _l ~:S_~~l_ ~~~~~~:~~~. _ _ _ _ _ _ _ _ _ _ __ _1 _ ~~~_~r.l ~~~~_ _ _ _ _ _. _ _.. _. _. _ _ _ _ __ _ _ __ _ _1.. _ __ __ __ _ _ __ REMARKS: Conduit will bear UL labels. Retain Form 2415 or 2403 in Project File .~: .~.~~~~~t~:~i~. _. _. _.. _... _ .1___ _~~~~__ _. _I ~:~~I. ~~~~~~~.~~. _...... _ _.. _ _ 1 _ ~~~~r _I ~~~~~r~_~l~~. i.f. ~~: .a.~~~~~~~_ .1_ _ _ _ _ .__..... REMARKS: Conduit will bear UL labels. Retain Form 2415 or 2403 in Project File 5. Anchor bolts 3811.2B(5) Visual Inspection .11 per 100 Units (per Type per I Lot Number per Project) ---------------------------_.- -------------- ------------------------------- ---.----.-. ----------------------------------------------- REM.ARKS: The Fabricator will submit test specimens (in quantities sufficient to meet the noted test frequency) to the Maplewood Lab. A copy of the test report will be forwarded to the Structural Metals Engineer. 6. Miscellaneous Hardware Visual Inspection Sample critical items only. One of each item per shipment. (Critical Items are load bearing, structurally necessary items.) ------------------------------ -------------- ------------------------------- ----------- ----------------------------------------------- RElVL~RKS: Will carry "Inspected tag if sampled and tested prior to shipment. No sample necessary if "Inspected". Do Not use if not tested. Field sample at sampling rate for laboratory testing. MnlDOT SD - 15 March 2005 Page 39 SCHEDULE OF MATERIALS CONTROL XI. ELECTRICAL AND SIGNAL EQUIPMENT ITEMS (Cont'd) Minimum Required Form Minimum Required Sample Kind of Material Spec. No. Acceptance Testing Sampling Rate for (Field Testing Rate) No. Laboratory Testing Size 7. Cable and Conductors A. Power Conductors 3815.2B1 Visual Inspection 2415 or None Loop Detector Conductors 3815.2B2(a) 2403 (No Tubing) ----------------------------------------------------------------------------- ------._--- -------------------------------- -------------- REMARKS: Make certain the conductors are the type specified. Submit Field Inspection report showing type and quantities used. Shall bear UL label and type where applicable. B. Electrical Cables and 3815.2B2(b) Visual Inspection 2415 or 1 sample per size per lot 1.5m (5 ft) Single Conductors with Jacket 3815.2B3 2403 3815.2B4 3815.2C1 3815.2C3 3815.2C4 3815.2C5 3815.2C6 3815.2C7 3815.2C8 C. Fiber Optic Cables 3815.2C13 Visual Inspection 2415 or 1 sample per size per lot 1.5m (5 ft) 2403 ----------------------------------------------------------------------------- ----------- -------------------------------- -------------- RElVL~RKS: Usually inspected (B&C) at source and spools stamped. If spools are not stamped, submit sample and material certification from manufacturer. _8_._ _~~~~~~_ ~~~: _ _ _ _ _ _ _ _ _ _ _ _ _ J _ _ _ _~~;~_ _ _ _1 ~_i~~~: _I~_S~~~~~~_ _ _ _ _ _ u _ _ _ ___ J _ _~~;?t _.l ~~~~: _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ ___ - - - - - - -- - - - - -- RElVL;\RKS: Retain Form 2415 or 2403 in project file. ~_'_ ~~~~~~::~:_~~~_ ~_~~~~mLm~~~~u__ L _mm_ _ ___ um m m_ m _ _J _~~;?t Ju_ mum m _u u mm ___ _ m -------------- RElVL;\RKS: Approved by Brand Name. The conductors shall bear UL label and type, where applicable. _1_~._ ~!~:~~~~~~~!~t_e_~:_ _ ___mt u _ ___mJu_ __um __ _ uum__ ____u_ml _ _ _ _ _ _ _ _ _ J_ __ m __ _ _ _ _ m _ _ _ u _ _m u _ __ _ J _ __ _ _ u _ _ __ __ Electrical Systems are to be reported as a "System" using the LIGHTING, SIGNAL Al'lD TRAFFIC RECORDER .L'ISPECTION REPORT. To be certified by the Project Engineer _1_1:_ ~_~~~~ _~i_~~~~ _~~~~~~s_ _ _ _ L__ _ _ _ _ m_ _ J uu _ _ _ _ _ _ _ __ _ _ _ _ un _ _ _ __ mn 1_ _ _ _ _ _ ___ _1__ _ _ _ u _ u_ m __ _ _ _ _ _ __ _ __ _ _ _ _ _ L_ __ _ _ _ _ _ __ __ Traffic Signal Systems are to be reported as a "System" using the LIGHTING, SIGNAL AND TRAFFIC RECORDER INSPECTION REPORT. To be certified by the Project Engineer o a~ u_ n~ n~ ~ em e= EE !m EE ~ ~ ~ !S ~ ~ S . ~ ::till "% % 0 0", " '" ".. 0" ...., ~ ~ ~ ~ ~ ~ Ci;;t %,.. -<0 "'0 ::t" ga ",% - 0 ij'" u c c. '" =< 0 ~ . -. to". :;:, , . . I ~. c ~ '" c c c. tHf OAn: cn"~l GY: JAG 2-15-0& APPll or: RO 2-15-06 JCU 110. BL0506152 d.... 110. 8LOS06152 SHm or I SCAU: I'~ 500' :/ 'I "'Ll':I :'t' HI.; ...., II,d '., j Pil(I!-:-:-r" \: 'n'rr-':;'I'-- T". :;:.\lf~'ll " . ,-.-....-1'. t, ' .' I L. _ ..... , 1'" ; .... ii' J! I ..--j"uA..r.,'::-: \~A~ \~ -7',.11:7-1" : / . r='''"-'~ _:....: "'~"-=:. I', I ':;' , 1 "11'1-'1 ',':':::=1r,: \,811 I '1<' ! ...' f=li:II~T.I-nll=Lr 1.- i,i-:.:biiH \~:,\".~il i L .-!li, J L (II I i \ \ '. ,-.../---i.,--, \>;-., i'l'l \ ~ . ; r_ fJ' ~-.....'. - I J 1 ............. - L_"/;;F? \ .. . fIT I I \. . 1 t '?~r-...." :. -" ,...1-., ..--' .J G -J 1'1"I'I"-r-' . ~ , I ,"" {'-'//-..:_- r'f-I'~l'''-'''I " \- C,\ ,,.j,,-I..! 0;. , !..~ " ...l ,. :\. " Flf :,k1r::: -[,,::;j5\~ '.\.":::;"i';~:ZllrrHt~~/-:!:'~~l: I .J -... i '\1..' \ '__.i':---, \ T' r \).-.' '-1'1 \'1 \ !-;I'- I-ill--'r'-:I : ' 'I ".i" \ \ ,,: ", 1.. ..1.. ~ ;'''l: \ \ ..;. \ 1"..",1::. .i:-" I! . ~ill c~:~~:;' ..;~ ';r\'!'-":"-'" i::-T~I;~:-"'Y[ ~-lIP'111: . .. -'-'---11 "". \ ,: ~TT'---I 11;1'-lT-C,_l-rn-l"C'j'r-+:.J\I. ~ ,". \ \\ l.... '-'I'~-:~~( I l,i1)-",'7l_ ~~:.I.:...::.,,;,- ':I='I-:-~;I . "'. -,. :"/ [ L:::J "--'--l'j-m'l -. '~(l li'-'~~~"~I:.j~~\I'W~1~-fJ~D1 ~}'~[!'FI:tJr~IlI~~~i'::3Ii:I'..:9'-':il~~' I' = :~-'_ :"-'~~II'I ,- jd", --u-:-+1-m--' - Ill:: ,._ c..:. j " '-11 t.. j!~f?J:;I~:Tffi~d~H~t[rhtll~:FJ.~. - t' : ~~=',ii ---..," :-:.-'-70'.:::-...JJJlTLD JIi!'I'- - ,\\\~ f- \ ! I fl~.'/__I'J7- "--r.:-:....:::..niT:.:..---d ~>\\r-- -HI. Ii; " E...,C'j.rLLI..,.]JI!,- ':-J--[]'I- .}j....~ I ,. I" -r" -1- .. J:~"l;: ,t to, '" 1'"\ ,..JHr.. "I \ - "", :-',"':'~-:":"",,"_c~:::::-:-"_=.:~::- ,.... ",t-".. ..~..;'='.[;E !'f'/J'l\.!Uo':hll!...Ji"-= ..."'.- ,... 'L ~ .___:, ... ii![-----fil \Ji t.~?J 1'::1JI~~/-f...jI1;1~'t~7{(,:\T / / l~'r.~r=--=-=;' ~!' '::1 \ Ef// l Jr'. \ ..,']I~q'.,I" 1 ,. ;,c;" , '..~lu-v - .-4\ f\ ];1 ~~-~~:'l~tllfi!jt~~jlI~!~r'~~ .'I"~~-B\i ". i: ~'W';':;:':7- .::=:- ;41-:.nC;l;"i:~W'~'f:'(j~'fYf'> ./ ::: :.'>\t:1L.~_-~~--,-.~, l!: r,~-_L L.L.;.'T,:r:t,r!,"~~;1:~~~5\ ~_.- ..... /<>'/::..\\:TfrnTl'f'ITI.1 !'I /! -' ..-.- - "0-< . , . ," ...... J]T TIIT!'-' ~I;i, ;~';]'rl-rl'~/r~ -~~~W;_ .,. ,}rC!~;jn:,.rfl\!}!:\::' 11 I, . ",:," l I ' . -; ,._. _._.... l~ __.J . '\ '[:''':':':'I.~tr.)/---l . \ ! -:(1' [ 'I':-r !~.{jl-:J=I\E:i :-:) ---7i/ i . ,..' ' ! i'!Fll'I'~':;':j~'_' f: :::1=11:1--1 C.:'Ii! r.-"i~/,/ ! i-i', Il''':~:lh,_.._r.11 I, r"'-"~;,/:"~--_l.... . I' . -. -. -.. .. '1"-::- hl-n! I r .{I--I---!!!CE]if - ,-,'j T',!: . If''. " \"" . --- --.. 'I.LJ._"'\I I' . .-._,_ ,_h '~l ." ... ...- --~ .- --. -- 1_.__.. . '.. .... . '''' ! i' . :cr "fi("-"VI';:TI'I-\~:.i'i' ''''TiTl' i . =,// , ! -iili-....~'::..!'I.:t-L "F::'':'l'''~'::'B'-+I'~-=:,-!I'\'.J ~'11i ....:,.. ..1. '-'." '- -.J - tIlc1r- 11 .--, J (~ -\ , : I ..I 'i !": :'l-'d- ,'_11 -""'6i'\3-,-~... -.r~' i ~. 'I'; II, !l];i~~~~r . '~"-,,;.;;.;,i ;:,;;i~f~,!~~~\~:tlr!{:tf.I,~:~l I' {I! ,81 m! . . . ..' '-:.', '\ ,\", ,,- -....." !t"~~A'c%-~~~'",:'! lir ~ii~~!;:i:~I<~~>~~~t~)~~tlt~1 ;,[ r~"j'l-' ..'i i .. i ii rll!JTu.;:;-;;::r==Ril.. ._-i;':1 ;1:.1.__,_..__.._.___.__ Ii I' " Iii r-~IF-l'-':r-'fT\\\\'UI!:il:-"Hi'!:i 1"1 ' I. .....-. t, --1:'1' ..,' \ ''\ 1-.,'" n ...-[ "I:! ':i =:!!tfP~)T~~:':i):~~f[~1 :: r--I.,'r--- ii II ;-1 :..TLL.L~11 \. '-.-,\[121 t-)-:,,:....o ..-......... 'it..__.. i: 'i l;]I'''rll':'';/::'II:>~''~~;;:~~ .i:l'=n"l :;"-' ':( "-, h-,;.}f\\" I QIIT~~! ji ii J I Ii l, i I-l- .I{' \ r ----I:: :'.-.. -.._- ,I ._. _.. .." I. :,;:!5'\"c::"-- -- 1-.-=\11' I' -.. .-.-'--'..!j . .l' 1:=='1 }.:l,.\.,i..".;;c......",--:::..o,=". .:.:.:..::.....-.c....i II .., !!f..',--,,-I f==~i \l.:_::"_:.~_-:-:-:.~ ld 11, l-J r -II ';: ..,-- I ,I I I--~I 'I ! :. )-.1... I i I--IT-J;'::t i' - -'I'----'II-';IOUJ1'P!."."I"lii:fi., I_h> !:\ :.1 L:-_~::--'-_:7'P'.:~~I~l~:r-. III SOIL SORING LOC'; nON S!(ErCH GEOrc:CHNICA~ EVALU,\TIOH 2005 NEW HOPE ~lFRAsmUCiURE !'.IPROv<:tJErli5 52 NO AV<:IIUE 110 AllO \\ItINE11<A ,\Vi:l'IUE 110 - IIEW HCPE. I.IllmESOrA BRAUN INTERTEC ~ 14 ~ " J ~ II .....J ~ .~ . lLi J iU J IL.J ~ I ll....J I u..J J I 1 1 , LOG OF BORING BRAUN'" INTERTEC Braun Project BL-OS-06152 GEOTECHNICAL EV ALVA TION 2006 New Hope Street Improvements 62nd Ave N, Winnetka Ave N & Meadow Lake Rd New Hope, Minnesota DRIL-LER: Mallhew Takada METHOD: 3 1/4" HSA Aulohammcr BORING: LOCA TION: See attached sketch. ST-l DATE: 1/24/06 Elev feel 893.0 892.7 Depth feet 0.0 0.3 ASTM Symbol FILL FILL Description of Materials (ASTM 02488 or 02487) FILL: 3 inches Bituminous. FILL: Clayey Sand, brown, moist. BPF WL MC % 891.0 2.0 CL SANDY LEAN CLAY, with a trace of Gravel, brown, 9 13 -;;:; moist, rather stiff c (Glacial Till) 9 -~ :;.. e .!:l .!:l '" '- 0 c 9 889.0 4.0 f1 SM SILTY SAND, fine- to medium-grained, brown, moist, ~ loose. x (Glacial Till) " 5 .... " r.::: <:> :! '. Vi >- 887.5 5.5 cJ END OF BORING 0 0_ .= E Water nol observed with 4 feet of hollow-stem auger in " the ground. f- '''> ~ Water not observed to cave-in depth of3 1/2 feet .... immediately after withdrawing the auger. ~ v Cl Boring immediately backfilled. v v ~ -l 0' ,.., ;;; o '" '" ;:0 ;;j '- b \;l Z ::::l ;:i '" G ..i ~ '" '" t:l o ..J U ;;:; .;: '" :z ::::l ;,'i '" BI.05-06152 Braun lnlcrtcc Corporal ion SCAL-E: 1" = 1.6' Tests or Notes ST-1 page I of! I I I I I I I I I I I I ...... I I I I I I I BRAUN'" INTERTEC Braun Project BL-OS-06152 GEOTECHNICAL EV ALVA TION 2006 New Hope Street Improvements 62nd Ave N, Winnetka Ave N & Meadow Lake Rd New Hope, Minnesota DRILLER: Matthew lukada I METHOD: 3 114" HSA Autohnmmer LOG OF BORING BO~G: ST-2 LOCATION: See attached sketch, Description of Materials BPF Wi- (ASTM D2488 01' D2487) FILL: 4 inches Bituminous over 10 inches Aggregate _ Base. - - - - DATE: Elev feet 917.7 Depth feet ASTM 0.0 Symbol FILL l- I- l- I- -916.5 1.2 FILL FILL: Silty to Clayey Sand, with a trace of Gravel, dark brown, moist - - 915.7 2.0 8M : .: '. - - - - - - - - - - - - - - - - - - - Water not observed with 4 feel of hollow-stem auger in--::' the ground. _ - - - - - - - - - - - - - SILTY SAND, fine- to medium-grained, mixed with a little Clayey Sand, with a trace of Gravel, brown, moist, loose. Ul c 52 '" ~- ~- .;:- o- s- ~- a.- ~- '-'- ~- ~- .<::~ ~'- 912.2 0'- g- ';: '-- 5,- ';;1- .:: f- ~f- ~- '-' Cl <) :.> ~ (Glacial Till) 5.5 END OF BORING Water not observed to cave-in depth oD 1/2 feet immediately after witlldrawing the auger Boring immediately backfilled - - - - ~- g;f- ;g,.... ;:;f- ;;:,--- I- [5:- zl- Sf- t;if- 0::1-- ~I- ~~ 01- 81- ;31-- tiil- -< ttll- 51- ~I- ttl - - - - - - - - - - - - - - - BL-05-06152 Broun Inlcrlcc Carpar,ulan 1/24/06 I SCALE: Tests or Notes 8 9 - - I" = 1.6' ST-2 page I af I II 'I II , II II rI -I I -I I I I 1 1 1 , , , BRAUN'" INTERTEC Braun Project BL-05-06152 GEOTECHNICAL EVALUATION 2006 New Hope Street Improvements 62nd Ave N, Winnetka Ave N & Mcadow Lake Rd New Hope, Minnesota DRILLER: Matthew Takada I METHOD: 31/4" HSA AUlohammer BORING: LOG OF BORING tOCA TJON: See attached sketch. ST-3 DATE: Elev. feet 885.9 Depth feet 0.0 ASTM Symbol FIll. - - - - - - - FILL: Silty Sand, fine- to coarse-grained, with Gravel, _ black to brown, moist to wel. _ - - - - - - - - - Description of Materials (ASTM D2488 or D2487) FILL: 7 inches of Bituminous over 12 inches of Aggregate Base !- '- :- ,...: '-- !- !- 884.3 !- I--- !- Vi!- e 9!- <O!- ~r-- .0 .0 di- '- o!- e g - 881.9 d ?if- B.I- "'I- ~J- 01-- OJ .:: f- ~I- 880A 01- gl- ~ l--- EI- ~ ",I- ::1- .@I- ~~ o!- ",f- ~i- ~!- I--- l- i- !- I- - 1.6 FILL 4.0 SILTY SAND, fine- to medium-grained, with a trace of Gravel, brown, wet, very loose. (Alluvium) SM - - - - - - - - - Wet spoon at 5 feet. - - Water not observed to cave-in depth of3 feet immediately = after withdrawing the auger. _ - - - - - - - - - - - - =1 - - - - - - - - - - - - - - - - 5.5 END OF BORING. Boring immediately backfilled. ~ '" '" ~ C! ;:- o " ~ ~ '" ;;::- " ...i ~ '" '" " o ;:l- Vi- ~- 5- ~- '" BL-OS.061S2 Bmun Inlcrtcc Corpomllon l/24J06 I SCALE: 1";: 1.6' BPF WL Tests or Notes 17 4 "Sl- An open triangle in the water level (Wi-) column indicates the depth at which groundwater was observed while drilling. Groundwater levels fluctuate ST-3 page I of I - ~ , I I I I I I I I I I I I I I I I BRAUN'" INTERTEC Braun Project BL-05-061S2 GEOTECHNICAL EVALUATION 2006 New Hope Street Improvements 62nd Ave N, Winnetka Ave N & Meadow Lake Rd New Hope, Minnesota DRILLER: Matthew T akada I METHOD: 3 1/4" HSA Autohwnmcr Elev. feet 872.9 - - - -871.7 - '- '- '-- '- ';;i- t: 9- .S! c- > u- 15- ~- l.- 0_ t: g - 868.9 ::I al- ~i- ~f- ":::1- oe.- .,gl- ~ - 867.4 01- gl- E~ ::;1- ~I- ::1- ei- t_ ~- Cl u- Ji- '-- - - - - - - ~~ ~~ :5c- ~'- 011-- I- gl- 'I- 5i- ~I- ;;:1-- ql- ~l ~I- '" 01- 81- ~~ ViI- ~I- 51- ~J- o:l 61.-05-06152 Depth feet. 0.0 ASTM Symbol FILL 1.2 FILL 4.0 SM : .: '. : " .. 5.5 BORING: LOG OF BORING LOCA TION: See attached sketch ST-4 DATE: Description of Materials (ASTM D2488 or 02487) 4 inches of Bituminous over 10 inches Aggregate _ - - - - FILL: Silty Sand, fine- to medium-grained, dark brown to_ ~~m~ _ - - - - - - - - - - - FILL: Base. SILTY SAND, fine- to medium-grained, dark gray, moist, _ medium dense. _ (Alluvium) - - - - - END OF BORING. - - Water not observed with 4 feel of hollow-stem auger in - - the ground. _ Water not observed to cave-in depth of 4 feet immediately = after withdrawing the auger. _ - Boring immediately backfilled. - - - - - - - ~ - - - - - - - - - - - - - - - Broun Intcrtcc Corpomllon 1124/06 BPF WL 10 15 - I SCALE: 1"= 1.6' Tests or Notes Sf-4 pagc I of I , II II II II " rt .j ~ ~ J J J I 1 1 1 , , BRAUN'" I NTE RTEC Braun Project BL-05-06152 GEOTECHNICAL EV ALVA TION 2006 New Hope Street Improvements 62nd Ave N, Winnetka Ave N & Meadow Lal<e Rd New Hope, Minnesota DRILLER: Matthew Tnkada I1vLETHOD: 31/4" HSA Autohammer Elev feet 871.1 Depth feet ASTM 0.0 Symbol FILL - 869.8 1.3 FILL 2.0 SP- '. SM 869.1 I- VI o .:2 E >- E .0 .0 '" '- o c 0- :g- o ~- ., ... ~- ti- ., .J::_ ~ 865.6 0- '9 ~- .,- .... '., - ~- s- ... g- o- .,- J5- ~- - - - - - - ~- ~- ~- :=- NI- l- 61- zl- ::JI- ~I- 0:1--- ql- ~l ~I- '" 01- 81- ;j I-- ViI- ;,;il- 51- ~I- lD 5.5 BL-OS.06IS2 LOG OF BORING BORING: ST-5 LOCATION: See attached sketch. DATE: Description of Materials (ASTM D2488 or 02487) FILL: 5 inches of Bituminous over 11 inches of Aggregate Base, FILL: Silty Sand, fine- to coarsc-grained, with Gravel, dark brown, moist. POORLY GRADED SAND with SILT, fine- to _ 40 medium-grained, brown with nlst staining, moist, loosc to _ dense. - (Alluvium) - - - - - - - I - - 8 - - -1 - END OF BORJNG - - Watcr not observed with 4 feet of hollow-stem auger in--= ~g~n~ _ Water not observed to cave-in depth of 4 fect immediately = after withdrawing the auger. _ - Boring immediatcly backfilled - - - - - - - - - - - - - - - - - - - - - - - - - - - - Broun Inlerlee Corporol1on 1/24/06 I SCALE: BPF Wi. T esls or Notes - - - - - - - - - 1"=1.6' ST-S pnge I of t " II I , I I I \ . I l ; I I ~ I L., II L. I l;.... I ........ I ........ I "-'J I I I I I ~ .-------.--.--.-. ... .~.- ...---.--..,---..------ LOG OF BORING BORlNG: ST -8 LOCA TION: See attached sketch DATE: 1/24/06 SCALE: BRAUN'" INTERTEC Braun Project BL-05-06152 GEOTECHNICAL EV ALUA TION 2006 New Hope Street Improvements 62nd Ave N, Winnetka Ave N & Meadow Lal(e Rd New Hope, Minnesota DRlLLER: Matthew Takada METHOD: 3 1/4" HSA AUlohammer Elev. Depth feet feet ASTM Description of Materials BPF WL Me 90l.0 0.0 Symbol (ASTM D2488 or 02487) % FILL FILL: 4 inches of Bituminous over 9 inches of Aggregate Base. 899.9 1.1 FILL FILL: Clayey Sand, with a trace of Gmvel, dark brown, moist 6 VI c .9 F.i :;; 8 .0_ .0 '" '- 0 c .g 897.0 4.0 '" CL LEAN CLAY, with Sand and Gravel seams, dark brown c .E and brown, moist (Alluvium) 5 894.5 6.5 c: '" VI '" C <.1 OJ ~ ;;'l c; o '" ~ .... e o ~ 890.5 ~ t:l 10.5 '" a l'i :::! '" o o o ...l U Vi < OJ 5 ;.'i OJ BL.OS-06152 CL SANDY LEAN CLAY, with a trace of Gravel, grayish brown with rust staining, moist 10 wet, rather soft to medium. 5 16 (Glacial Till) 6 14 END OF BORING. Waler nol observed with 9 feet ofhollow-slem auger in the ground. Water not observed lo cave-in depth of 6 feet immediately after withdrawing the auger Boring immediately backfilled. Bmun lntcrlcc Corporation 1" = 1.6' Tests or Noles 5T.g pnge J of 1 , , II I ~ ~ t t ~ JI '-- J ,-, l I L...J I I '-' I "-' 'I t , I BRAUN'" I NTE RTEC Braun Project BL-05-06152 GEOTECHNICAL EV ALUA TION 2006 New Hope Street Improvements 62nd Ave N, Winnetka Ave N & Meadow Lake Rd New Hope, Minnesota DRILLER: Matthew Takada METHOD: 3 1/4" HSA Autohnmmer BORING: LOG OF BORING tOCA nON: See attached sketch. ST-9 DATE: Elev feet 912.4 Depth feet ASTM 0.0 Symbol FILL Description of Materials (ASTM 02488 or D2487) FILL: 3 inches Bituminous over 10 inches Aggregate Base 1/24/06 SCALE: BPF WL MC % 11.3 1.1 FILL FILL: Silty Sand, fine- to medium-grained, dark brown, moist. 910.4 2.0 FILl. FILL: Clayey Sand, with a trace of Gravel, greenish gray, 10 Vi moist. c ~ > e .n .g '- 0 c 8 908.4 4.0 S CL SANDY LEAN CLAY, with a truce of Gravel, grayish .s brown with rust staining, wet, rather stiff- x '" (Glacial Till) 9 16 ... <.8 <> ~ Vi :>- 906.9 5.5 0 END OF BORfNG. 0 .~ Water not observed with 4 feet of hollow-stem auger in E ~ the ground. " -5 Boring immediately backfilled ~ u '" " 0 :J :J ~ ... ... ;; o '" Ee := "' l- e o :i ::> ~ c 0. o "i ::! '" o <:) o ..l U iii- <C C 5 ;2 c Bl.-05-06152 Bmen Inlertee Corporalion ]" = 1.6' Tests or Notes ST-9 poge I of I VI II I " I I I " - II " I I I I I I iI I BRAUN'" INTERTEC Braun Project BL-05-06152 GEOTECHNICAL EV ALUATlON 2006 New Hope Street Improvements 62nd Ave N, Winnetlm Ave N & Meadow Lake Rd New Hope, Minnesota DRILLER: Maul1ew Takada 1 METHOD: 3 1/4" HSA AUlohammer Elev. feet 902.5 - - '- 901.7 ~ L- L- '- ~ ~ L- ~L- 900.0 Si- r:;_ t- ~- ,::- 0_ 15- ~- c '" ~- u ... <E! <J- = Depth feet ASTM 0.0 Symbol FILL 0.8 FILL 2.5 ~ - 897.0 o o c ~- u :... 5.5 u > ~ ~- " o u u ~ - - '" " 0; o '" ~ ~- b t:l i :::> ~ '" ;;::- t:l N .,., ;;; o Cl o [j- in ::1 5 ;2 '" BL.-05-06152 SC ~.~: % ~~ ~'l V~ ~.~ ~~) . ~ ~ BORING: LOG OF BORING LOCATION: See attached sketch. ST-IO DATE: 1/24/06 I SCALE: Description of Materials BPF Wi. MC (ASTM D2488 or D2487) % FILL: 3 inches Bituminous over 7 inches Aggregate Base_ _ - - FILL: Sandy Lean Clay, with a trace of Gravel, dark gra~ moist. _ - - - - - - CLA YEY SAND, with a little Gravel, gray, moist to wet, - mther stiff - (Possible Fill or Glacial Till) -:::. - - - - - - - - - - - - - Water not observed with 4 feet of hollow-stem auger in--:: the ground. _ - Water not observed to cave-in depth oD feet immediately _ after withdrawing the auger.. _ - - - - - - - - - _I - - - - - - - - - - - - - - - - - - - END OF BORING. Boring immediately backfilled. Brnun Intcrtec Corpomhon 12 12 13 14 I" = 1.6' Tests or Notes ST-IO page I of I II II ~ II d ~ .J d J J J lJ .J I '1 1 1 , ill BRAUN'~ - I NTE RTEC Braun Project BL-05-06152 GEOTECHNICAL EVALUATION 2006 New Hope Street Improvements 62nd Ave N, Winnetka Ave N & Mcadow Lake Rd New Hope, Minnesot:l DRILLER: Matthew Takndn METHOD: 3 1/4" I-lSA Aulohammcr Elev. feet 900.5 Depth feet ASTM 0.0 Symbol FILL - 900.0 0.5 FILL LOG OF BORING BORING: ST -11 tOeA TION: See attached sketch. DATE: Description of Materials (ASTM D2488 or D2487) FILL: 2 inches Bituminous over 4 inches Aggregate Base. FILL: Silty Sand, fine- to medium-grained, with a trace of Gravel, dark brown, moisL 1/24/06 SCALE: 1" = 1.6' BPF WL NIC % Tests or Notes This document has important legal consequences; consultation with an attorney is encouraged with respect to its use or modification. This document should be adapted to the particular circumstances of the contemplated Project and the Controlling Law. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Prepared by ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE and Issued and Published Jointly By .......--......... ACEC A,'.!;:rU(..\;\ (f.\L':"C;I. U: E""';I~U_HP.(. CU:.ll'.\;-;l!c.~ Professional Engineers in Private practice National Society of Professional Engineers<'> ................."....,.......................................,.".......,.,.,........'...,.....,......,.....m..,....m....",.,........ PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE a practice division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS AMERICAN COUNCIL OF ENGINEERING COMP ANIES At\tIERICAt'\! SOCIETY OF CIVIL ENGINEERS This document has been approved and endorsed by The Associated General Contractors of America ~ Knowledge Tor Creating ~ and Sustainina the Built Environment Construction Specifications Institute EJCDC C.700 Standard General Conditions of the Construction Contract. Copyright <9 2002 National Society of Professional Engineers for EJCDC. All rights reserved. Copyright @2002 National Society of Professional Engineers 1420 King Street, Alexandria, VA 22314 American Council of Engineering Companies 1015 15th Street, N.W., Washington, DC 20005 American Society of Civil Engineers 1801 Alexander Bell Drive, Reston, VA 20191-4400 These General Conditions have been prepared for use with the Suggested Forms of Agreement Between Owner and Contractor Nos. C-520 or C-525 (2002 Editions). Their provisions are interrelated and a change in one may necessitate a change in the other. Comments concerning their usage are contained in the EJCDC Construction Documents, General and Instructions (No. C-001) (2002 Edition). For guidance in the preparation of Supplementary Conditions, see Guide to the Preparation of Supplementary Conditions (No. C-800) (2002 Edition). EJCDC C.700 Standard General Conditions of the Construction Contract. Copyright @ 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 . 2 TABLE OF CONTENTS Page ARTICLE 1 - DEFINITIONS AND TERMINOLOGY ..............................................................................................................6 1.01 Defined Terms............................................................................................................................. ..... ........................6 1.02 Terminology..................... ................................................................................................................... .....................8 ARTICLE 2 - PRELIMINARY MATTERS..... .................. .................... ........... ................................ ............... ...... .................. ... 9 2.01 Delivery of Bonds and Evidence of Insurance .........................................................................................................9 2.02 Copies of Documents................................................................................................ .......................... .....................9 2.03 Commencement of Contract Times; Notice to Proceed ...........................................................................................9 2.04 Starting the Work... ....... ....... ............................................................. ....................................................................... 9 2.05 Before Starting Construction......................................................... ........................... ............................................ ... 9 2.06 P reconstruction Conference........................................................................................................................... ..........9 2.07 Initial Acceptance of Schedules......................................................................................................................... ......9 ARTICLE 3 - CONTRACT DOCillvIENTS: INTENT, AlvIENDING, REUSE.......................................................................10 3.01 Intent........................................................................................................................... .........................,.................10 3.02 Reference Standards........................................................................................................................ ......................10 3.03 Reporting and Resolving Discrepancies .. .................. .... ................................................ ........................................1 0 3.04 Amending and Supplementing Contract Documents ..............................................................................................11 3.05 Reuse of Documents ............. ... .............. ............ .................. ... ..... ... .......................... .... ...... ....... ............................ .11 3.06 Electronic Data .... .................... ........... .............. ........................ ..... ...................... ..... .... .................. .......................11 ARTICLE 4 - A V AILABILITY OF LANDS; SUBSURFACE AL'l'D PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS ................................................................................................11 4.01 A vailability of Lands ..............................................................................................................................................11 4.02 Subswface and Physical Conditions ...................... ................................................... ........... ........ ..........................12 4.03 Differing Subsurface or Physical Conditions........................................................................... ............................. .12 4.04 Underg round Facilities ........... ........ .... ....... ....... ..................... ........ ................ .................... ......... ........ .................. .13 4.05 Reference Points....................................................................................................................................... ............ .13 4.06 Hazardous Environmental Condition at Site ......... ................................................................ ................................13 ARTICLE 5 - BONDS AND INSURANCE .............................................................................................................................14 5.01 Performance, Payment, and Other Bonds ..............................................................................................................14 5.02 Licensed Sureties and Insurers ...................... ........ ..... ..... ....................... ............. ......... ....... ................................ ..15 5.03 Certificates of Insurance ................ ....... .... ........ .................. ............. ............. ................. ............ ............ ............... .15 5.04 Contractor's Liability Insurance..... .... ..... ..... .... ..... .... ......... .............. ....... ...... ................. ... ... .... .... ... ... ..... ....... ...... .15 5.05 Owner's Liability Insurance .................... .............. .......... ... .......... ........ ............ ....... .... ...... ....... ...... ................ .......16 5.06 Property Insurance ........................ ........... ........ ............................ ....................... ..... .... ....... ........ ................... .......16 5.07 yVaiver of Rights ......... ..................... ...... ..... ....... .................. ................................. ............... ..... ........ ..................... .17 5.08 Receipt and Application of Insurance Proceeds ....................................................................................................17 5.09 Acceptance of Bonds and Insurance; Option to Replace .......................................................................................17 5.10 Partial Utilization, Acknowledgment of Property Insurer .....................................................................................18 ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES ..........................................................................................................18 6.01 Supen1ision and Superintendence.... ... ........ ............. ...... ..... ........ ........... .... ........... .......... ......... ........ ... ..... ......... .... .18 6.02 Labor: Working Hours. ..., .............................. ........ ..... ..... .............. ............. ........ ............... ... ........ .,. ... ................ ...18 6.03 Services, Materials, and Equipment.................. .................. ........... ........... ......................... ....... ...... .... ....... ........ ....18 6.04 Prog ress Schedule ................... ........ ........... ....... ........... ....... .................... ..... .................. ........ ...... ........................ ..18 6.05 Substitutes and" Or-Equals" .. ........ .... ............ ........... ......... ... ....... .......................... ........ ............. .......... ............... .19 6.06 Concerning Subcontractors, Suppliers, and Others.... ... .... ............ ...... .................... ........ ...,......... ... ... .......... ........ .20 6.07 Patent Fees and Royalties .............. .......... .... ........ .............. ............ .................................... ... ...... ........ ............ .... ...21 6.08 Permits............................................................................................................................ ...................................... .21 6.09 Laws and Regulations .......... .... ....... ........ .... ....... .... .... ......... ........ ............ ............................... .... ....... ........ ............ .21 6.10 Taxes.............................................................................................................................. ....................................... .22 6.11 Use of Site and Other Areas ...................................................................................................................................22 6.12 Record Documents............................................................................................................................. ................... .22 6.13 Safety and Protection ........ ....... ... .... .... .... ............... .... ................. ...................... ......................... ........................... .22 6.14 Safety Representative.............................................................................................................................. ...............23 6.15 Hazard Communication Programs ................... ............................. ... .......... ............. ....... ............ ........ ..... ........... ...23 EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright @ 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 6.16 Em erg encies ...................................................................................................................................... .................... .23 6.17 Shop Drawings and Samples ...................... ...... ..... .............. .... ............ ...... .... ........................... ......... ....... ...... ..... ...23 6.18 Continuing the Work.... ......... .................. .............. ................... ..................... ......... .............. ................ .......... ........24 6.19 Contractor's General Warranty and Guarantee ....................................................................................................24 6.20 Indemnification.............................................................................................................................. ....................... .24 6.21 Delegation of Professional Design Services ..........................................................................................................25 ARTICLE 7 - OTHER WORK AT THE SITE .........................................................................................................................25 7.01 Related Work at Site. ............................................. ...................... .......................... ............... .................... ......... .....25 7.02 Coordination..................................................................................................................................... .....................26 7.03 Legal Relationships................................................................................................................................ ............... .26 ARTICLE 8 - OWNER'S RESPONSIBILITIES ......................................................................................................................26 8.01 Communications to Contractor............................................................................................................................. .26 8.02 Replacement of Eng ineer ....................................................................................................................................... 26 8.03 Furnish Data............................................................................................................................................. ............ .26 8.04 Pay ~Fhen Due................................................................................................................................................ ....... .26 8.05 Lands and Easements; Reports and Tests ..............................................................................................................26 8.06 Insurance............................................................................................................................................ ................... .26 8.07 Change Orders.............................................................................................................................................. .........26 8.08 Inspections, Tests, and Approvals.......................................................................................................................... 26 8.09 Limitations on Owner's Responsibilities............................................................................................................... .27 8.10 Undisclosed Hazardous Environmental Condition.. ...................... ....... ................................. ................. ...............27 8.11 Evidence of Financial Arrangements .....................................................................................................................27 ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION.....................................................................................27 9.01 Owner's Representative.............................................................................................................................. .......... .27 9.02 Visits to Site..................................................................................................................................... ...................... .27 9.03 Project Representative........................................................................................................................... .............. ..27 9.04 Authorized Variations in Work............................................................................................................................. ..27 9.05 Rejecting Defective Work...................................................................................................................................... .27 9.06 Shop Drawings, Change Orders and Payments .....................................................................................................28 9.07 Determinations for Unit Price Work .............................. .................... ............... .....................................................28 9.08 Decisions on Requirements of Contract Documents and Acceptability of Work ...................................................28 9.09 Limitations on Engineer's Authority and Responsibilities .....................................................................................28 ARTICLE 10 - CHANGES IN THE WORK; CLAIMS ...........................................................................................................28 10.01 Authorized Changes in the Work.. .......... ....... ...... ........... ............. .......... ............ ................................ ............. ........28 10.02 Unauthorized Changes in the Work .......................................................................................................................29 10.03 Execution of Change Orders ............... ....... .......... ...... .... ....... ............. ..................................... ........... ........ ...... ......29 10.04 Notification to Surety............................................................................................................................... ............. .29 10.05 Claims.............................................................................................................................. ......................................29 ARTICLE 11 - COST OF THE \VORK; ALLOWANCES; UNIT PRICE WORK..................................................................30 11.01 Cost of the Work................................ ............ .............. .......................... .............. ................... .............. ................ ..30 11.02 Allowances............................................................................................................................. ................................31 11.03 Unit Price Work .....................................................................................................................................................31 ARTICLE 12 - CHAt"l'GE OF CONTRACT PRICE; CHAt"l'GE OF CONTRACT TINIES .....................................................32 12.01 Change of Contract Price................................................................................................................................. .....32 12.02 Change of Contract Times.................................................................................................................................. ...33 12.03 Delays.................................................................................................................................. .................................. 3 3 ARTICLE 13 - TESTS A~'D INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK.......33 13.0 1 Notice of Defects........................................................................................................................... ......................... 3 3 13.02 Access to Work................................................................................................................................. ......................33 13 .03 Tests and Inspections........................................................................................................................ .....................33 13.04 Uncovering Work ......... .......... '" ....... ...... ... .... .... .... ........... .,. .... ........ ... ...... .... ..... ......... ..... ..... ... ........... ...... ...... ........34 13.05 O,vner [VIay Stop the Work .......... .... ... .... ........... .... ........... ...................... ...... ........ ...... .......... ...... ................ .... ........34 13.06 Correction or Removal of Defective Work .............................................................................................................34 13.07 Correction Period............................................................................................................................... .................. .34 13.08 Acceptance of Defective Work ..... ........... ... ...... ... ..... ..... ............ ..... ........... .... ........ ........ ........ ..... ... .......... ...... .........35 13.09 Owner May Correct Defective Work......................................................................................................................35 ARTICLE 14 - PAYMENTS TO CONTRACTOR At\fD COrvlPLETION...............................................................................36 14.01 Schedule of Values .... ......... ....... ............. ... .... .... ............. ................. .... ................ ................... ........... ... ............. .....36 14.02 P rog ress Payments.............................................................................................................................. ...................36 14.03 Contractor' s Warranty of Title.............................................................................................................................. 37 14.04 Substantial Completion........................................................................................................................... ...............37 EJCDC C- 700 Standard General Conditions of the Construction Contract. Copyright @ 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 14.05 Partial U tili::.ation ...................................................................................................................................... ............38 14.06 Final Inspection..................................................................................................................................... ................ 38 14.07 Final Payment.................................................................................................................................. ......................38 14.08 Final Completion Delayed..................................................................................................................................... 39 14.09 ~V aive r of Claims....................................................................................................................................... .............39 ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION .........................................................................................39 15.01 Owner lvlay Suspend Work .................................... ........... .................. .............. ...................... .... ........ ........... .........39 15.02 O,vner May Terminate for Cause... ................ ................... .............. .... ...... ... ..........................................................39 15.03 Owner iV1ay Terminate For Convenience .......... ................... ......... ............... ........ ........................... ................. ......40 15.04 Contractor klay Stop Work or Terminate ..............................................................................................................40 ARTICLE 16 - DISPUTE RESOLUTION ..............:......... ............................. ....... ........................................................... .........41 16.01 kl ethods and Procedures ................ .................. ................. .......... .... ............ ....... ............................ .......................41 ARTICLE 17 - MISCELLANEOUS. .......................................... ................... ... ...................... ........................... ................. ......41 17.01 Giving Notice .... ............................................................... ............... ... .............. .......... ............ .................... ............41 17.02 Computation of Times ..................... .................................. ........... ....... ...................................................................41 17.03 Cumulative Remedies ......................................... .................. ......... ... .......... .......... ............................................ ......41 17.04 Survival of Obligations............................................................................................................................ ..............41 17.05 Controlling Law............................. ................ .............. .... ............... ................. ....... ................................. ......... .....41 17.06 H eacling s .............................................................................................................................................. ................. .41 EJCDC C- 700 Standard General Conditions of the Construction Contract. Copyright @ 2002 National Society of Professional Engineers for E,fCDC. All rights reserved. GENERAL CONDITIONS ARTICLE 1 - DEFINITIONS AND TERMINOLOGY 1.01 Defined T erllls A. Wherever used in the Bidding Requirements or Contract Documents and printed with initial capital letters, the terms listed below will have the meanings indicated which are applicable to both the singular and plural thereof. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. AddendauWritten or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreelllentu The written instrument which is evidence of the agreement between Owner and Contractor covering the Work. 3. Application for PaYlIlent-- The form acceptable to Engineer which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. AsbestosuAny material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Bid--The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 6. Bidder--The individual or entity who submits a Bid directly to Owner. 7. Bidding Requirements and the (including all Addenda). DoculIlents-- The Bidding proposed Contract Documents 8. Bidding RequirementsuThe Advertisement or Invitation to Bid, Instructions to Bidders, bid security of acceptable form, if any, and the Bid Form with any supplements. 9. Change Orcler--A document recommended by Engineer which is signed by Contractor and Owner and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. 10. ClaillluA demand or assertion by Owner or Contractor seeking an adjustment of Contract Price or Contract Times, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Claim. 1 I. Contractu The entire and integrated written agreement between the Owner and Contractor concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 12. Contract Documents-- Those items so designated in the Agreement. Only printed or hard copies of the items listed in the Agreement are Contract Documents. Approved Shop Drawings, other Contractor's submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 13. Contract Price--The moneys payable by Owner to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 14. Contract Times--The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any, (ii) achieve Substantial Completion; and (iii) com- plete the Work so that it is ready for final payment as evidenced by Engineer's written recommendation of final payment. 15. Contractor--The individual or entity with whom Owner has entered into the Agreement. 16. Cost of the Work-oSee Paragraph 11.0 LA for definition. 17. Drawings--That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Shop Drawings and other Contractor submittals are not Drawings as so defined. 18. Effective Date of the AgreementuThe date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 19. EngineeruThe individual or entity named as such in the Agreement. EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright @ 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 6 20. Field OrderuA written order issued by Engineer which requires minor changes in the Work but which does not involve a change in the Contract Price or the Contract Times. 21. General RequirelllentsuSections of Division 1 of the Specifications. The General Requirements pertain to all sections of the Specifications. 22. Hazardous Environmental Condition--The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Material in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto in connection with the Work. 23. Hazardous Waste--The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended from time to time. 24. unvs and Regulations; Laws or Regulations- -Any and all applicable laws, rules, regulations, ordinanc- es, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 25. LiensuCharges, security interests, or encumbrances upon Project funds, real property, or personal property. 26. Milestone--A principal event specified in the Contract Documents relating to an intermediate comple- tion date or time prior to Substantial Completion of all the Work. 27. Notice of Award--The written notice by Owner to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, Owner will sign and deliver the Agreement. 28. Notice to Proceed--A written notice given by Owner to Contractor fixing the date on which the Con- tract Times will commence to run and on which Contractor shall start to perform the Work under the Contract Documents. 29. Owner--The individual or entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 30. PCBs--Polychlorinated biphenyls. 31. Petroleulll--Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 32. Progress Schedule--A schedule, prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Times. 33. Project--The total construction of which the Work to be performed under the Contract Documents may be the whole, or a part. 34. Project Manual--The bound documentary information prepared for bidding and constructing the Work. A listing of the contents of the Project Manual, which may be bound in one or more volumes, is contained in the table(s) of contents. 35. Radioactive MaterialuSource, special nucle- ar, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 36. Related Entity u An officer, director, partner, employee, agent, consultant, or subcontractor. 37. Resident Project Representative--The autho- rized representative of Engineer who may be assigned to the Site or any part thereof. 38. Salllples--Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 39. Schedule of SubmittalsuA schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 40. Schedule of ValuesuA schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 41. Shop Drawings--All drawings, diagrams, illustrations, schedules. and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 42. Site--Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed, including rights-of-way and easements for access thereto, and such other lands furnished by Owner which are designated for the use of Contractor. 43. Specificationsu That part of the Contract Documents consisting of written requirements for materials. equipment, systems, standards and workmanship as applied to the Work, and certain EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright @ 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 1. The Progress Schedule will be acceptable to Engineer if it provides an orderly progression of the Work to completion within the Contract Times. Such acceptance will not impose on Engineer responsibility for the Progress Schedule, for sequencing, scheduling, or progress of the Work nor interfere with or relieve Contractor from Contractor's full responsibility therefor. 2. Contractor's Schedule of Submittals will be acceptable to Engineer if it provides a workable arrangement for reviewing and processing the required submittals. 3. Contractor's Schedule of Values will be acceptable to Engineer as to form and substance if it provides a reasonable allocation of the Contract Price to component parts of the Work. ARTICLE 3 - CONTRACT DOCUMENTS: AMENDING, REUSE INTENT , 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Docu- ments. Any labor, documentation, services, materials, or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be provided whether or not specifically called for at no additional cost to Owner. C. Clarifications and interpretations of the Contract Documents shall be issued by Engineer as provided in Article 9. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regula- tions 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 in the Contract Documents. responsibilities of Owner, Contractor, or Engineer, or any of their subcontractors, consultants, agents, or employees from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to Owner, or Engineer, or any of, their Related Entities, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake respon- sibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies 1. Contractor's Reviel-v of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein and all applicable field measurements. Contractor shall promptly report in writing to Engineer any conflict, error, ambiguity, or discrepancy which Contractor may discover and shall obtain a written interpretation or clarification from Engineer before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Pelformance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents or between the Contract Documents and any provision of any Law or Regulation applicable to the performance of the Work or of any standard, specification, manual or code, or of any instruction of any Supplier, Contractor shall promptly report it to Engineer in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph 6.16.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to Owner or Engineer for failure to report any conflict, error, ambigu- ity, or discrepancy in the Contract Documents unless Contractor knew or reasonably should have known thereof. B. Resolving Discrepancies 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and: a. the provisions of any standard, specification, manual, code, or instruction (whether or not specifically incorporated by reference in the Contract Documents); or 2. No proVIsIon of any such standard, specification, manual or code, or any instruction of a b. the provisions of any Laws or Regulations Supplier shall be effective to change the duties or applicable to the performance of the Work EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright @ 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 . (unless such an interpretation of the provisions of the Contract Documents would result in viola- tion of such Law or Regulation). 3.04 Amending Documents and Contract Supplementing A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by either a Change Order or a Work Change Directive. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, by one or more of the following ways: 1. A Field Order; 2. Engineer's approval of a Shop Drawing or Sample; (Subject to the provisions of Paragraph 6.17.D.3); or 3. Engineer's clarification. written interpretation 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier or other individual or entity performing or furnishing all of the Work under a direct or indirect contract with Contractor, shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereot) prepared by or bearing the seal of Engineer or Engineer's consultants, including electronic media editions; or 2. reuse any of such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of Owner and Engineer and specific written verification or adaption by Engineer. B. The prohibition of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Copies of data furnished by Owner or Engineer to Contractor or Contractor to Owner or Engineer that may be relied upon are limited to the printed copies (also known as hard copies). Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's or sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. Because data stored in electronic media format can deteriorate or be modified inadvertently or otherwise without authorization of the data's creator, the party receiving electronic files agrees that it will perform acceptance tests or procedures within 60 days, after which the receiving party shall be deemed to have accepted the data thus transferred. Any errors detected within the 60- day acceptance period will be corrected by the transferring party.. C. When transferring documents in electronic media format, the transferring party makes no representations as to long t(frm compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 A V AILABILITY SUBSURFACE AND PHYSICAL HAZARDOUS ENVIRONMENT AL REFERENCE POINTS OF LANDS; CONDITIONS; CONDITIONS; 4.01 A vailability of Lands A. Owner shall furnish the Site. Owner shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. Owner will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. If Contractor and Owner are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, as a result of any delay in Owner's furnishing the Site or a part thereof, Contractor may make a Claim therefor as provided in Paragraph 10.05. B. Upon reasonable written request, Owner shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed and Owner's interest therein as necessary for giving notice of or filing a mechanic's or construction lien against such lands in accordance with applicable Laws and Regulations. C. Contractor shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright @ 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports of explorations and tests of subsurface conditions at or contiguous to the Site that Engineer has used in preparing the Contract Documents; and 2. those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) that Engineer has used in preparing the Contract Documents. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," Contractor may not rely upon or make any claim against Owner or Engineer, or any of their Related Entities with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subslllface or Physical Conditions A. Notice: If Contractor believes that any subsur- face or physical condition at or contiguous to the Site that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connec- tion therewith (except in an emergency as required by Paragraph 6.16.A), notify Owner and Engineer in writing about such condition. Contractor shall not further disturb such condition or perform any Work in connection therewith (except as aforesaid) until receipt of written order to do so. B. Engineer's Review: After receipt of written notice as required by Paragraph 4.03.A, Engineer will promptly review the pertinent condition, determine the necessity of Owner's obtaining additional exploration or tests with respect thereto, and advise Owner in writing (with a copy to Contractor) of Engineer's findings and conclusions. C. Possible Price and Times Adjustments 1. The Contract Price or the Contract Times, or both, will be equitably adjusted to the extent that the existence of such differing subsurface or physical condition causes an increase or decrease in Contractor's cost of, or time required for, performance of the Work; subject, however, to the following: a. such condition must meet anyone or more of the categories described in Paragraph 4.03.A; and b. with respect to Work that is paid for on a Unit Price Basis, any adjustment in Contract Price will be subject to the provisions of Paragraphs 9.07 and 11.03. 2. Contractor shall not be entitled to any adjustment in the Contract Price or Contract Times if: a. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to Owner with respect to Contract Price and Contract Times by the submission of a Bid or becoming bound under a negotiated contract; or b. the existence of such condition could reasonably have been discovered or revealed as a result of any examination, investigation, explo- ration, test, or study of the Site and contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for Contractor prior to Contractor's making such final commitment; or EJCDC C-700 Standard General Conditions of the Copyright 19 2002 National Society of Professional Engineers for EJCDC. All rights reserved. c. Contractor failed to give the written notice as required by Paragraph 4.03.A. 3. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, a Claim may be made therefor as provided in Paragraph 10.05. However, Owner and Engineer, and any of their Related Entities shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to Owner or Engineer by the owners of such Underground Facilities, including Owner, or by others. Unless it is otherwise expressly provided in the Sup- plementary Conditions: 1. Owner and Engineer shall not be responsible for the accuracy or completeness of any such information or data; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data, b. locating all Underground Facilities shown or indicated in the Contract Documents, c. coordination of the Work with the owners of such Underground Facilities, including Owner, during construction, and d. the safety and protection of all such Under- ground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated promptly review the Underground Facility and determine the extent, if any, to which a change is required in the Contract Documents to reflect and document the consequences of the existence or location of the Under- ground Facility. During such time, Contractor shall be responsible for the safety and protection of such Underground Facility. 2. If Engineer concludes that a change in the Contract Documents is required, a Work Change Directive or a Change Order will be issued to reflect and document such consequences. An equitable adjustment shall be made in the Contract Price or Contract Times, or both, to the extent that they are attributable to the existence or location of any Underground Facility that was not shown or indicated or not shown or indicated with reasonable accuracy in the Contract Documents and that Contractor did not know of and could not reasonably have been expected to be aware of or to have anticipated. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment in Contract Price or Contract Times, Owner or Contractor may make a Claim therefor as provided in Paragraph 10.05. 4.05 Reference Points A. Owner shall provide engineering surveys to establish reference points for construction which in Engineer's judgment are necessary to enable Contractor to proceed with the Work. Contractor shall be responsible for laying out the Work, shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations without the prior written approval of Owner. Contractor shall report to Engineer whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points or property monuments by professionally qualified personnel. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: Reference is made to the Supplementary Conditions for the identification of those reports and drawings relating to a Hazardous Environmental Condition identified at the Site, if any, that have been utilized by the Engineer in the preparation of the Contract Documents. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," Contractor may not rely upon or make any claim against Owner or Engineer, or any of their Related Entities with respect to: 1. If an Underground Facility is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.16.A), identify the owner of such Underground Facility and give written notice to that owner and to Owner and Engineer. Engineer will EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright (Q 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opInIOns and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or re- vealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.16.A); and (iii) notify Owner and Engineer (and promptly thereafter confirm such notice in writing). Owner shall promptly consult with Engineer concerning the necessity for Owner to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after Owner has obtained any required permits related thereto and delivered to Contractor written notice: (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed safely. If Owner and Contractor cannot agree as to entitlement to or on the amount or extent, if any, of any adjustment in Contract Price or Contract Times, or both, as a result of such Work stop- page or such special conditions under which Work is agreed to be resumed by Contractor, either party may make a Claim therefor as provided in Paragraph 10.05. entitlement to or on the amount or extent, if any, of an adjustment in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a Claim therefor as provided in Paragraph 10.05. Owner may have such deleted portion of the Work performed by Owner's own forces or others in accordance with Article 7. G. To the fullest extent permitted by Laws and Regulations, Owner shall indemnify and hold harmless Contractor, Subcontractors, and Engineer, and the officers, directors, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition, provided that such Hazardous Environmental Condition: (i) was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be included within the scope of the Work, and (ii) was not created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06. G shall obligate Owner to indemnify any individual or entity from and against the conse- quences of that individual's or entity's own negligence. H. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.H shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. 1. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. ARTICLE 5 - BONDS .A.1~D INSURANCE 5.01 Peljormance, Payment, and Other Bonds F. If after receipt of such written notice A. Contractor shall furnish performance and Contractor does not agree to resume such Work based on payment bonds, each in an amount at least equal to the a reasonable belief it is unsafe, or does not agree to Contract Price as security for the faithful performance and resume such Work under such special conditions, then payment of all of Contractor's obligations under the Owner may order the portion of the Work that is in the Contract Documents. These bonds shall remain in effect area affected by such condition to be deleted from the until one year after the date when final payment becomes Work. If Owner and Contractor cannot agree as to due or until completion of the correction period specified EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright <9 2002 National Society of Professional Engineers for EJCDC. All rights reserved. in Paragraph 13.07, whichever is later, except as provided otherwise by Laws or Regulations or by the Contract Documents. Contractor shall also furnish such other bonds as are required by the Contract Documents. B. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Compa- nies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent must be accompanied by a certified copy of the agent's authority to act. C. 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 Paragraph 5.01.B, Contractor shall promptly notify Owner and Engineer and shall, within 20 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01.B and 5.02. 5.02 Licensed Sureties and Insurers A. All bonds and insurance required by the Contract Documents to be purchased and maintained by Owner or Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the jurisdiction in which the Project is located to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.03 Certificates of Insurance A. Contractor shall deliver to Owner, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by Owner or any other additional insured) which Contractor is required to purchase and maintain. B. Owner shall deliver to Contractor, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by Contractor or any other additional insured) which Owner is required to purchase and maintain. 5.04 Contractor's Liability Insurance from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees; 3. claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; 4. claims for damages insured by reasonably available personal injury liability coverage which are sus- tained: a. by any person as a result of an offense directly or indirectly related to the employment of such person by Contractor, or b. by any other person for any other reason; 5. claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; and 6. claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. B. The policies of insurance required by this Paragraph 5.04 shall: 1. with respect to insurance required by Paragraphs 5.04.A.3 through 5.04.A.6 inclusive, include as additional insured (subject to any customary exclusion regarding professional liability) Owner and Engineer, and any other individuals or entities identified in the Supple- mentary Conditions, all of whom shall be listed as addi- tional insureds, and include coverage for the respective officers. directors, partners, employees, agents, consultants and subcontractors of each and any of all such additional insureds, and the insurance afforded to these additional insureds shall provide primary coverage for all claims covered thereby; 2. include at least the specific coverages and be written for not less than the limits of liability provided in the Supplementary Conditions or required by Laws or Regulations, whichever is greater; A. Contractor shall purchase and maintain such liability and other insurance as is appropriate for the Work being performed and as will provide protection EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright <9 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 3. include completed operations insurance; 4. include contractual covering Contractor's indemnity Paragraphs 6.11 and 6.20; liability insurance obligations under 5. contain a provIsion or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance furnished by the Contractor pursuant to Paragraph 5.03 will so provide); 6. remain in effect at least until final payment and at all times thereafter when Contractor may be correcting, removing, or replacing defective Work in accordance with Paragraph 13.07; and 7. with respect to completed operations insur- ance, and any insurance coverage written on a claims- made basis, remain in effect for at least two years after final payment. a. Contractor shall furnish Owner and each other additional insured identified in the Supple- mentary Conditions, to whom a certificate of insurance has been issued, evidence satisfactory to Owner and any such additional insured of continuation of such insurance at final payment and one year thereafter. 5.05 Owner's Liability Insurance A. In addition to the insurance required to be provided by Contractor under Paragraph 5.04, Owner, at Owner's option, may purchase and maintain at Owner's expense Owner's own liability insurance as will protect Owner against claims which may arise from operations under the Contract Documents. 5.06 Property Insurance A. Unless otherwise provided in the Supple- mentary Conditions, Owner shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Lmvs and Regulations). This insurance shall: 1. include the interests of Owner, Contractor, Subcontractors, and Engineer, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured; 2. be written on a Builder's Risk "all-risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, false work, and materials and equipment in transit, and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage, (other than caused by flood) and such other perils or causes of loss as may be specifi- cally required by the Supplementary Conditions; 3. include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects); 4. cover materials and equipment stored at the Site or at another location that was agreed to in writing by Owner prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by Engineer; 5. allow for partial utilization of the Work by Owner; 6. include testing and startup; and 7. be maintained in effect until final payment is made unless otherwise agreed to in writing by Owner, Contractor, and Engineer with 30 days written notice to each other additional insured to whom a certificate of insurance has been issued. B. Owner shall purchase and maintain such boiler and machinery insurance or additional property insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include the interests of Owner, Contractor, Subcontractors, and Engineer, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured. C. All the policies of insurance (and the certifi- cates or other evidence thereof) required to be purchased and maintained in accordance with Paragraph 5.06 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each other additional insured to whom a certificate of insurance has been issued and will contain waiver provisions in accor- dance with Paragraph 5.07. D. Owner shall not be responsible for purchasing and maintaining any property insurance specified in this Paragraph 5.06 to protect the interests of Contractor, Subcontractors. or others in the Work to the extent of any EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright (Q 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 16 deductible amounts that are identified in the Supple- mentary Conditions. The risk of loss within such identified deductible amount will be borne by Contractor, Subcontractors, or others suffering any such loss, and if any of them wishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser's own expense. E. If Contractor requests in writing that other special insurance be included in the property insurance policies provided under Paragraph 5.06, Owner shall, if possible, include such insurance, and the cost thereof will be charged to Contractor by appropriate Change Order. Prior to commencement of the Work at the Site, Owner shall in writing advise Contractor whether or not such other insurance has been procured by Owner. 5.07 Waiver of Rights A. Owner and Contractor intend that all policies purchased in accordance with Paragraph 5.06 will protect Owner, Contractor, Subcontractors, and Engineer, and all other individuals or entities identified in the Supple- mentary Conditions to be listed as insureds or additional insureds (and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them) in such policies and will provide primary coverage for all losses and damages caused by the perils or causes of loss covered thereby. All such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurers will have no rights of recovery against any of the insureds or additional insureds thereunder. Owner and Contractor waive all rights against each other and their respective officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them for all losses and damages caused by, arising out of or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work; and, in addition, waive all such rights against Subcontractors, and Engineer, and all other individuals or entities identified in the Supplementary Conditions to be listed as insured or additional insured (and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them) under such policies for losses and damages so caused. None of the above waivers shall extend to the rights that any party making such waiver may have to the proceeds of insurance held by Owner as trustee or otherwise payable under any policy so issued. B. Owner waives all rights against Contractor, Subcontractors, and Engineer, and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them for: 1. loss due to business interruption, loss of use, or other consequential loss extending beyond direct physical loss or damage to Owner's property or the Work caused by, arising out of, or resulting from fire or other perils whether or not insured by Owner; and 2. loss or damage to the completed Project or part thereof caused by, arising out of, or resulting from fire or other insured peril or cause of loss covered by any property insurance maintained on the completed Project or part thereof by Owner during partial utilization pursuant to Paragraph 14.05, after Substantial Completion pursuant to Paragraph 14.04, or after final payment pursuant to Paragraph 14.07. C. Any insurance policy maintained by Owner covering any loss, damage or consequential loss referred to in Paragraph 5.07.B shall contain provisions to the effect that in the event of payment of any such loss, damage, or consequential loss, the insurers will have no rights of recovery against Contractor, Subcontractors, or Engineer, and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them. 5.08 Receipt and Application of Insurance Proceeds A. Any insured loss under the policies of insurance required by Paragraph 5.06 will be adjusted with Owner and made payable to Owner as fiduciary for the insureds, as their interests may appear, subject to the requirements of any applicable mortgage clause and of Paragraph 5.08.B. Owner shall deposit in a separate account any money so received and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached, the damaged "Work shall be repaired or replaced, the moneys so received applied on account thereof, and the Work and the cost thereof covered by an appropriate Change Order. B. Owner as fiduciary shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within IS days after the occurrence of loss to Owner's exercise of this pO\ver. If such objection be made, Owner as fiduciary shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If no such agreement among the parties in interest is reached, Owner as fiduciary shall adjust and settle the loss with the insurers and, if required in writing by any party in interest, Owner as fiduciary shall give bond for the proper performance of such duties. 5.09 Acceptance of Bonds and Insurance; Option to Replace A. If either Owner or Contractor has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the other party in accordance with Article 5 on the basis of non-conformance with the Contract EJ CDC C.700 Standard General Conditions of the Construction Contract. Copyright <9 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700.17 Documents, the objecting party shall so notify the other party in writing within 10 days after receipt of the certificates (or other evidence requested) required by Paragraph 2.01.B. Owner and Contractor shall each provide to the other such additional information in respect of insurance provided as the other may reasonably request. If either party does not purchase or maintain all of the bonds and insurance required of such party by the Contract Documents, such party shall notify the other party in writing of such failure to purchase prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. Without prejudice to any other right or remedy, the other party may elect to obtain equivalent bonds or insurance to protect such other party's interests at the expense of the party who was required to provide such coverage, and a Change Order shall be issued to adjust the Contract Price accordingly. 5.10 Partial Utilization, Acknowledgment of Property Insurer A. If Owner finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 14.05, no such use or occupancy shall commence before the insurers providing the property insurance pursuant to Paragraph 5.06 have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or permitted to lapse on account of any such partial use or occupancy. ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES 6.0 I Supervision and Superintendence A. Contractor shall supervise, inspect, 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 Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. Contractor shall not be responsible for the negligence of Owner or Engineer in the design or specification of a specific means, method, technique, sequence, or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. B. At all times during the progress of the Work, Contractor shall assign a competent resident superin- tendent who shall not be replaced without written notice to Owner and Engineer except under extraordinary circumstances. The superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communications given to or received from the superintendent shall be binding on Contractor. 6.02 Labor; Working Hours A. 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 disci- pline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during regular working hours. Contractor will not permit the performance of Work on a Saturday, Sunday, or any legal holiday without Owner's written consent (which will not be unreasonably withheld) given after prior written notice to Engineer. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of Owner. If required by Engineer. Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. C. All materials and equipment shall be stored, applied, installed, connected, erected, protected, used, cleaned. and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 6.04 Progress Schedule A. Contractor shall adhere to the Progress Schedule established in accordance with Paragraph 2.07 as it may be adjusted from time to time as provided below. EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright (Q 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 . 1. Contractor shall submit to Engineer for acceptance (to the extent indicated in Paragraph 2.07) proposed adjustments in the Progress Schedule that will not result in changing the Contract Times. Such adjust- ments will comply with any provisions of the General Re- quirements applicable thereto. 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items 2. Proposed adjustments in the Progress Schedule that will change the Contract Times shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Times may only be made by a Change Order. a. If in Engineer's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05 .Al, it will be considered a proposed substitute item. A Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment or material or equipment of other Suppliers may be submitted to Engineer for review under the circumstances described below. b. Contractor shall submit sufficient information as provided below to allow Engineer to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by Engineer from anyone other than Contractor. 6.05 Substitutes and "Or-Equals" c. The requirements for review by Engineer will be as set forth in Paragraph 6.05.A2.d, as supplemented in the General Requirements and as Engineer may decide is appropriate under the circumstances. 1. "Or-Equal" Items: If in Engineer's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by Engineer as an "or-equal" item, in which case review and approval of the proposed item may, in Engineer's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05 .Al, a proposed item of material or equipment will be considered functionally equal to an item so named if: d. Contractor shall make written application to Engineer for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application: 1) shall certi fy that the proposed substi- tute item will: a) perform adequately the functions and achieve the results called for by the general design, a. in the exercise of reasonable judgment Engineer determines that: b) be similar In substance to that specified, and 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; c) be suited to the same use as that specified; 2) will state: 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole, a) the extent, if any, to which the use of the proposed substitute item will preju- dice Contractor's achievement of Substantial Completion on time; 1) there will be no increase in cost to the Owner or increase in Contract Times, and EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright <9 2002 National Society of Professional Engineers for EJ CDC. All rights reserved. b) whether or not use of the proposed substitute item in the Work will require a change in any of the Contract Docu- ments (or in the provisions of any other direct contract with Owner for other work on the Project) to adapt the design to the proposed substitute item; and 3) it has a proven record of performance and availability ofresponsive service; and b. Contractor certifies that, if approved and incorporated into the Work: c) whether or not incorporation or use of the proposed substitute item in con- nection with the Work is subject to payment of any license fee or royalty; 3) will identify: a) all vanatlOns of the proposed substitute item from that specified, and b) available engineering, sales, maintenance, repair, and replacement services; 4) and shall contain an itemized esti- mate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and claims of other contractors affected by any resulting change, B. Substitute Construction Methods or Proce- dures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by Engineer. Contractor shall submit sufficient information to allow Engineer, in Engineer's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The requirements for review by Engineer will be similar to those provided in Paragraph 6.05.A.2. C. Engineer's Evaluation: Engineer will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. Engineer may require Contractor to furnish additional data about the proposed substitute item. Engineer will be the sole judge of acceptability. No "or equal" or substitute will be ordered, installed or utilized until Engineer's review is complete, which will be evidenced by either a Change Order for a substitute or an approved Shop Drawing for an "or equal." Engineer will advise Contractor in writing of any negative determination. D. Special Guarantee: Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. Documents (or in the provlSlons of any other direct contract with Owner) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall not employ any Subcon- tractor, Supplier, or other individual or entity (including those acceptable to Owner as indicated in Paragraph 6.06.B), whether initially or as a replacement, against whom Owner may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection. B. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, or other individuals or entities to be submitted to Owner in advance for acceptance by Owner by a specified date prior to the Effective Date of the Agreement, and if Contractor has submitted a list thereof in accordance with the Supplementary Conditions, Owner's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the Bidding Documents or the Contract Documents) of any such Subcontractor, Supplier, or other individual or entity so identified may be revoked on the basis of reason- able objection after due investigation. Contractor shall submit an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity, and the Contract Price will be adjusted by the difference in the cost occasioned by such replacement, and an appropriate Change Order will be issued. No acceptance by Owner of any such Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, shall consti- tute a waiver of any right of Owner or Engineer to reject defecti ve Work. C. Contractor shall be fully responsible to Owner and Engineer for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier. or other individual or entity any contractual relationship between Owner or Engineer and any such Subcontractor, Supplier or other individual or entity. nor E. Engineer's Cost Reimbursement: Engineer will record Engineer's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B Whether or not Engineer approves a substitute item so proposed or submitted by Contractor, Contractor shall reimburse Owner for the 2. shall anything in the Contract Documents charges of Engineer for evaluating each such proposed create any obligation on the part of Owner or substitute. Contractor shall also reimburse Owner for the Engineer to payor to see to the payment of any moneys of for making changes in the Contract due any such Subcontractor, Supplier. or other individual EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright @ 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 20 or entity except as may otherwise be required by Laws and Regulations. D. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. E. Contractor shall require all Subcontractors, Suppliers, and such other individuals or entities per- forming or furnishing any of the Work to communicate with Engineer through Contractor. F. The divisions and sections of the Specifica- tions and the identifications of any Drawings shall not control Contractor in dividing the Work among Subcon- tractors or Suppliers or delineating the Work to be performed by any specific trade. G. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appro- priate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of Owner and Engineer. Whenever any such agreement is with a Subcontractor or Supplier who is listed as an additional insured on the property insurance provided in Paragraph 5.06, the agreement between the Contractor and the Subcontractor or Supplier will contain provisions whereby the Subcontractor or Supplier waives all rights against Owner, Contractor, and Engineer" and all other individuals or entities identified in the Supplementary Conditions to be listed as insureds or additional insureds (and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them) for all losses and damages caused by, arising out of, relating to, or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work. If the insurers on any such policies require separate waiver forms to be signed by any Subcontractor or Supplier, Contractor will obtain the same. 6.07 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in 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. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to 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. 6.08 Permits A. Unless otherwise provided in the Supple- mentary Conditions, Contractor shall obtain and pay for all construction permits and licenses. Owner shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement. Owner shall pay all charges of utility owners for connections for providing permanent service to the Work. 6.09 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applica- ble to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither Owner nor Engineer shall be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However. it shall not be Contractor's primary responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.03. C. Changes in Laws or Regulations not known at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids) having an effect on the cost or time of performance of the Work shall be the subject of an adjustment in Contract Price or Contract Times. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment, a Claim may be made therefor as provided in Paragraph 10.05. EJCDC C.700 Standard General Conditions of the Construction Contract. Copyright @ 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 . 21 6.10 Taxes A. Contractor shall pay all sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. 6.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas 1. Contractor shall confine construction equip- ment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. Should any claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceeding or at law. 3. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against Owner, Engineer, or any other party indemnified hereunder to the extent caused by or based upon Contractor's performance of the Work. B. Removal of Debris During Pelformance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Cleaning: Prior to Substantial Completion of the Work Contractor shall clean the Site and the Work and make it ready for utilization by Owner. At the com- pletion of the Work Contractor shall remove from the Site all tools. appliances, construction equipment and machinery, and surplus materials and shall restore to original condition all property not designated for alteration by the Contract Documents. D. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.12 Record Documents A. Contractor shall maintain in a safe place at the Site one record copy of all Drawings, Specifications, Addenda, Change Orders, Work Change Directives, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to Engineer for reference. Upon completion of the Work, these record documents, Samples, and Shop Drawings will be delivered to Engi- neer for Owner. 6.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precau- tions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees. shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. All damage, injury, or loss to any property referred to in Paragraph 6.13.A.2 or 6.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor (except damage or loss attributable to the fault of Draw- EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright @ 2002 National Society of Professional Engineers for EJCDC, All rights reserved. - 22 ings or Specifications or to the acts or omISSions of Owner or Engineer or , or anyone employed by any of them, or anyone for whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of Contractor or any Subcontractor, Supplier, or other individual or entity directly or indirectly employed by any of them). D. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and Engineer has issued a notice to Owner and Contractor in accordance with Paragraph 14.07.B that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.14 Safety Representative A. Contractor shall designate a qualified and experienced safety representative at the Site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. 6.15 Hazard Communication Programs A. Contractor shall be responsible for coordi- nating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers at the Site in accordance with Laws or Regulations. 6.16 Emergencies A. In emergencies affecting the safety or protec- tion of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give Engineer prompt written notice if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If Engineer determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Work Change Directive or Change Order will be issued. 6.17 Shop Drawings and Samples A. Contractor shall submit Shop Drawings and Samples to Engineer for review and approval in accor- dance with the acceptable Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as Engineer may require. 1. Shop Drawings b. Data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show Engineer the services, materials, and equipment Contractor proposes to provide and to enable Engineer to review the information for the limited purposes required by Paragraph 6.17.D. 2. Samples: Contractor shall also submit Samples to Engineer for review and approval in accor- dance with the acceptable schedule of Shop Drawings and Sample submittals. a. Submit number of Samples specified In the Specifications. b. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as Engineer may require to enable Engineer to review the submittal for the limited purposes required by Paragraph 6.17.D. B. Where a Shop Drawing or Sample is required by the Contract Documents or the Schedule of Submittals , any related Work performed prior to Engineer's review and approval of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. Submittal Procedures 1. Before submitting each Shop Drawing or Sample, Contractor shall have determined and verified: a. all field measurements, quantities, dimensions, specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect thereto; b. the suitability of all materials with respect to intended use, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; c. all information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto; and d. shall also ha ve reviewed and coordinated each Shop Drawing or Sample Drawings and Samples requirements of the Work Documents. with other Shop and with the and the Contract 2. Each submittal shall bear a stamp or specific written certification that Contractor has satisfied Contractor's obligations under the Contract Documents EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright @ 2002 National Society of Professional Engineers for EJCDC. All rights reserved. a. Submit number of copIes specified In the General Requirements. A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, partners, employees, agents. consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not A. Contractor shall carryon the Work and adhere limited to all fees and charges of engineers, architects, Progress Schedule during all disputes or attorneys, and other professionals and all court or EJCDC C.700 Standard General Conditions of the Construction Contract. Copyright @ 2002 National Society of Professional Engineers for EJ CDC. All rights reserved. 00700 . 24 with respect to Contractor's review and approval of that submittal. 3. With each submittal, Contractor shall give Engineer specific written notice of any variations, that the Shop Drawing or Sample may have from the requirements of the Contract Documents. This notice shall be both a written communication separate from the Shop Drawing's or Sample Submittal; and, in addition, by a specific notation made on each Shop Drawing or Sample submit- ted to Engineer for review and approval of each such variation. D. Engineer's Review 1. Engineer will provide timely review of Shop Drawings and Samples in accordance with the Schedule of Submittals acceptable to Engineer. Engineer's review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Docu- ments. 2. Engineer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of con- struction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. 3. Engineer's review and approval shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Paragraph 6.17 .C.3 and Engineer has given written approval of each such variation by specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample. Engineer's review and approval shall not relieve Contractor from responsibility for complying with the requirements of Paragraph 6.17 .C.1. E. Resubmittal Procedures 1. Contractor shall make corrections required by Engineer and shall return the required number of cor- rected copies of Shop Drawings and submit, as required, new Samples for review and approval. Contractor shall direct specific attention in writing to revisions other than the corrections called for by Engineer on previous submittals. 6.18 Continuing the Work to the disagreements with Owner. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by Paragraph 15.04 or as Owner and Contractor may otherwise agree in writing. 6.19 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to Owner that all Work will be in accordance with the Contract Documents and will not be defective. Engineer and its Related Entities shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Sub- contractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance on,Vork that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by Engineer; 2. recommendation by Engineer or payment by Owner of any progress or final payment; 3. the issuance of a certificate of Substantial Completion by Engineer or any payment related thereto by Owner; 4. use or occupancy of the Work or any part thereof by Owner; 5. any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of acceptabil- ity by Engineer; 6. any inspection. test, or approval by others; or 7. any correction of defective Work by Owner. 6.20 Indellln ification arbitration or other dispute resolution costs) arising out of or relating to the performance of the Work, provided that any such claim, cost loss, or damage 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 but only to the extent caused by any negligent act or omission of Contractor, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work or anyone for whose acts any of them may be liable. B. In any and all claims against Owner or Engineer or any of their respective consultants, agents, officers, directors, partners, or employees by any employ- ee (or the survivor or personal representative of such employee) of Contractor, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, the indemnification obligation under Paragraph 6.20.A shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for Contractor or any such Subcontractor, Supplier, or other individual or entity under workers' compensation acts, disability benefit acts, or other employee benefit acts. C. The indemnification obligations of Contractor under Paragraph 6.20.A shall not extend to the liability of Engineer and Engineer's officers, directors, partners, employees, agents, consultants and subcontractors arising out of: 1. the preparation or approval of, or the failure to prepare or approve, maps, Drawings, opinions, reports, surveys, Change Orders, designs, or Specifications; or 2. giving directions or instructions, or failing to give them. if that is the primary cause of the injury or damage. 6.21 Delegation of Professional Design SenJices A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. Contractor shall not be required to provide professional services in violation of applicable law. shall appear on all drawings, calculations, specifications, certifications, Shop Drawings and other submittals prepared by such professional. Shop Drawings and other submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to Engineer. C. Owner and Engineer shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided Owner and Engineer have specified to Contractor all performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.21, Engineer's review and approval of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. Engineer's review and approval of Shop Drawings and other submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.17.D.1. E. Contractor shall not be responsible for the adequacy of the performance or design criteria required by the Contract Documents. ARTICLE 7 - OTHER WORK AT THE SITE 7.01 Related Work at Site A. Owner may perform other work related to the Project at the Site with Owner's employees, or via other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Con- tract Documents, then: 1. \vritten notice thereof will be given to Contractor prior to starting any such other work; and 2. if Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times that should be allowed as a result of such other work, a Claim may be made therefor as provided in Paragraph 10.05. B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner B. If professional design services or and Owner. if Owner is performing other work with certifications by a design professional related to systems, Owner's employees, proper and safe access to the Site, a materials or equipment are specifically required of reasonable opportunity for the introduction and storage of Contractor by the Contract Documents, Owner and materials and equipment and the execution of such other Engineer will specify all performance and design criteria work, and shall properly coordinate the Work with theirs. that such services must satisfy. Contractor shall cause Contractor shall do all cutting, fitting, and patching of the such services or certifications to be provided by a Work that may be required to properly connect or properly licensed professional, whose signature and seal otherwise make its several parts come together and EJCnC C- 700 Standard General Conditions of the Construction Contract. Copyright 19 2002 National Society of Professional Engineers for ElCne. All rights reserved. properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering their work and will only cut or alter their work with the written consent of Engineer and the others whose work will be affected. The duties and responsibilities of Contractor under this Paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to Engineer in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects and deficiencies in such other work. 7.02 Coordination A. If Owner intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Condi- tions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibili- ties will be provided. B. Unless otherwise provided in the Supplementary Conditions, Owner shall have sole authority and responsibility for such coordination. 7.03 Legal Relationships A. Paragraphs 7.01.A and 7.02 are not applicable for utilities not under the control of Owner. B. Each other direct contract of Owner under Paragraph 7.0 l.A shall provide that the other contractor is liable to Owner and Contractor for the reasonable direct delay and disruption costs incurred by Contractor as a result of the other contractor's actions or inactions. C. Contractor shall be liable to Owner and any other contractor for the reasonable direct delay and disruption costs incurred by such other contractor as a result of Contractor's action or inactions. ARTICLE 8 - OWNER'S RESPONSIBILITIES 8.0 I Communications to Contractor A. Except as otherwise provided in these General Conditions, Owner shall issue all communications to Contractor through Engineer. 8.02 Replacement of Engineer A. In case of termination of the employment of Engineer, Owner shall appoint an engineer to whom Contractor makes no reasonable objection, whose status under the Contract Documents shall be that of the former Engineer. 8.03 Furnish Data A. Owner shall promptly furnish the data required of Owner under the Contract Documents. 8.04 Pay When Due A. Owner shall make payments to Contractor when they are due as provided in Paragraphs 14.02.C and 14.07.C. 8.05 Lands and Easements; Reports and Tests A. Owner's duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to Owner's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by Engineer in preparing the Contract Documents. 8.06 Insurance A. Owner's responsibilities, if any, in respect to purchasing and maintaining liability and property insur- ance are set forth in Article 5. 8.07 Change Orders A. Owner is obligated to execute Change Orders as indicated in Paragraph 10.03. 8.08 Inspections, Tests, and Approvals A. Owner's responsibility in respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03.B. EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright@2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 26 8.09 Limitations on OHmer's Responsibilities A. The Owner shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Owner will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. 8.10 Undisclosed Condition Haz.ardous Environmental A. Owner's responsibility in respect to an undis- closed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.11 Evidence of Financial Arrangements A. If and to the extent Owner has agreed to furnish Contractor reasonable evidence that financial arrangements have been made to satisfy Owner's obligations under the Contract Documents, Owner's responsibility in respect thereof will be as set forth in the Supplementary Conditions. ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION 9.01 OHner's Representative A. Engineer will be Owner's representative during the construction period. The duties and responsi- bilities and the limitations of authority of Engineer as Owner's representative during construction are set forth in the Contract Documents and will not be changed without written consent of Owner and Engineer. 9.02 Visits to Site A. Engineer will make visits to the Site at inter- vals appropriate to the various stages of construction as Engineer deems necessary in order to observe as an experienced and qualified design professional the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, Engineer, for the benefit of Owner, will determine, in general, if the Work is proceeding in accordance with the Contract Documents. Engineer will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. Engineer's efforts will be directed toward providing for Owner a greater degree of confidence that the completed Work will conform generally to the Contract Documents. On the basis of such visits and observations, Engineer will keep Owner informed of the progress of the Work and will endeavor to guard Owner against defective Work. B. Engineer's visits and observations are subject to all the limitations on Engineer's authority and responsibility set forth in Paragraph 9.09. Particularly, but without limitation, during or as a result of Engineer's visits or observations of Contractor's Work Engineer will not supervise, direct, control, or have authority over or be responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. 9.03 Project Representative A. If Owner and Engineer agree, Engineer will furnish a Resident Project Representative to assist Engineer in providing more extensive observation of the Work. The authority and responsibilities of any such Resident Project Representative and assistants will be as provided in the Supplementary Conditions, and limitations on the responsibilities thereof will be as provided in Paragraph 9.09. If Owner designates another representative or agent to represent Owner at the Site who is not Engineer's consultant, agent or employee, the responsibilities and authority and limitations thereon of such other individual or entity will be as provided in the Supplementary Conditions. 9.04 Authoriz.ed Variations in Work A. Engineer may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Times and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Docu- ments. These may be accomplished by a Field Order and will be binding on Owner and also on Contractor, who shall perform the Work involved promptly. If Owner or Contractor believes that a Field Order justifies an adjustment in the Contract Price or Contract Times, or both, and the parties are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment , a Claim may be made therefor as provided in Paragraph 10.05. 9.05 Rejecting Defective Work A. Engineer will have authority to reject Work which Engineer believes to be defective, or that Engineer believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. Engineer will also have authority to require special inspection or testing of the Work as provided in Paragraph 13.04, whether or not the Work is fabricated, installed, or completed. EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright @ 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 9.06 Shop Drawings, Change Orders and Payments A. In connection with Engineer's authority, and limitations thereof, as to Shop Drawings and Samples, see Paragraph 6.17. B. In connection with Engineer's authority, and limitations thereof, as to design calculations and design drawings submitted in response to a delegation of professional design services, if any, see Paragraph 6.21. C. In connection with Engineer's authority as to Change Orders, see Articles 10, 11, and 12. D. In connection with Engineer's authority as to Applications for Payment, see Article 14. 9.07 Determinations for Unit Price Work A. Engineer will determine the actual quantities and classifications of Unit Price Work performed by Contractor. Engineer will review with Contractor the Engineer's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). Engineer's written decision thereon will be final and binding (except as modified by Engineer to reflect changed factual conditions or more accurate data) upon Owner and Contractor, subject to the provisions of Paragraph 10.05. 9.08 Decisions on Requirements of Contract Docllments and Acceptability of \..vork A. Engineer will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. All matters in question and other matters between Owner and Contractor arising prior to the date final payment is due relating to the acceptability of the Work, and the interpretation of the requirements of the Contract Documents pertaining to the performance of the Work, will be referred initially to Engineer in writing within 30 days of the event giving rise to the question B. Engineer will, with reasonable promptness, render a written decision on the issue referred. If Owner or Contractor believe that any such decision entitles them to an adjustment in the Contract Price or Contract Times or both, a Claim may be made under Paragraph 10.05. The date of Engineer's decision shall be the date of the event giving rise to the issues referenced for the purposes of Paragraph 1O.05.B. C. Engineer's written decision on the issue referred will be final and binding on Owner and Contractor, subject to the provisions of Paragraph 10.05. partiality to Owner or Contractor and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. 9.09 Limitations on Engineer's Authority and Responsibilities A. Neither Engineer's authority or responsibility under this Article 9 or under any other provision of the Contract Documents nor any decision made by Engineer in good faith either to exercise or not exercise such authority or responsibility or the undertaking, exercise, or performance of any authority or responsibility by Engineer shall create, impose, or give rise to any duty in contract, tort, or otherwise owed by Engineer to Contractor, any Subcontractor, any Supplier, any other individual or entity, or to any surety for or employee or agent of any of them. B. Engineer will not supervise, direct, control, or have authority over or be responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Engineer will not be respon- sible for Contractor's failure to perform the 'Work in accordance with the Contract Documents. C. Engineer will not be responsible for the acts or omissions of Contractor or of any Subcontractor, any Supplier, or of any other individual or entity performing any of the Work. D. Engineer's revievi of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, bonds, certificates of inspection, tests and approvals, and other documentation required to be delivered by Paragraph 14.07.A will only be to determine generally that their content complies with the require- ments of, and in the case of certificates of inspections, tests, and approvals that the results certified indicate compliance with the Contract Documents. E. The limitations upon authority and responsi- bility set forth in this Paragraph 9.09 shall also apply to, the Resident Project Representative, if any, and assistants, if any. ARTICLE 10 - CHANGES IN THE WORK; CLAIMS 10.01 Authoriz.ed Changes in the Work A. Without invalidating the Contract and without notice to any surety, Owner may, at any time or from time to time, order additions, deletions, or revisions in the D. When functioning as interpreter and judge Work by a Change Order. or a Work Change Directive. under this Paragraph 9.08, Engineer will not show Upon receipt of any such document, Contractor shall EJCDC C.700 Standard General Conditions of the Construction Contract. Copyright @ 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 . promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). B. If Owner and Contractor are unable to agree on entitlement to, or on the amount or extent, if any, of an adjustment in the Contract Price or Contract Times, or both, that should be allowed as a result of a Work Change Directive, a Claim may be made therefor as provided in Paragraph 10.05. 10.02 Unauthorized Changes in the Work AContractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.16 or in the case of uncovering Work as provided in Paragraph 13.04.B. 10.03 Execution of Change Orders A Owner and Contractor shall execute appropri- ate Change Orders recommended by Engineer covering: 1. changes in the Work which are: (i) ordered by Owner pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08.A or Owner's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Times which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed in accordance with a Work Change Directive; and 3. changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by Engineer pursuant to Paragraph 10.05; provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, Contractor shall carryon the Work and adhere to the Progress Schedule as provided in Paragraph 6.18.A 10.04 Notification to Surety A. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Times) is required by the provisions of any bond to be given to a surety, the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted to retlect the effect of any such change. 10.05 Claims A. Engineer's Decision Required: All Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the Engineer for decision. A decision by Engineer shall be required as a condition precedent to any exercise by Owner or Contractor of any rights or remedies either may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Claims. B. Notice: Written notice stating the general nature of each Claim, shall be delivered by the claimant to Engineer and the other party to the Contract promptly (but in no event later than 30 days) after the start of the event giving rise thereto. The responsibility to substantiate a Claim shall rest with the party making the Claim. Notice of the amount or extent of the Claim, with supporting data shall be delivered to the Engineer and the other party to the Contract within 60 days after the start of such event (unless Engineer allows additional time for claimant to submit additional or more accurate data in support of such Claim). A Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01.B. A Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02.B. Each Claim shall be accompanied by claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant believes it is entitled as a result of said event. The opposing party shall submit any response to Engineer and the claimant within 30 days after receipt of the claimant's last submittal (unless Engineer allows additional time). C. Engineer's Action: Engineer will review each Claim and, within 30 days after receipt of the last submittal of the claimant or the last submittal of the opposing party, if any, take one of the following actions in writing: 1. deny the Claim in whole or in part, 2. approve the Claim, or 3. notify the parties that the Engineer is unable to resolve the Claim if, in the Engineer's sole discretion, it would be inappropriate for the Engineer to do so. For purposes of further resolution of the Claim, such notice shall be deemed a denial. D. In the event that Engineer does not take action on a Claim within said 30 days, the Claim shall be deemed denied. E. Engineer's written action under Paragraph 10.05.C or denial pursuant to Paragraphs 10.05.C.3 or 10.05.D will be final and binding upon Owner and Contractor, unless Owner or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. EJCDC C.700 Standard General Conditions of the Construction Contract. Copyright @ 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 . 29 F. No Claim for an adjustment in Contract Price or Contract Times will be valid if not submitted in accordance with this Paragraph 10.05. ARTICLE 11 COST OF THE WORK; ALLOW ANCES; UNIT PRICE WORK 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.0 1.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work or because of the event giving rise to the Claim. Except as otherwise may be agreed to in writing by Owner, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items, and shall not include any of the costs itemized in Paragraph 11.0 LB. 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by Owner and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time at the Site. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, \vorkers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, shall be included in the above to the extent authorized by Owner. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to Contractor unless Owner deposits funds with Contractor with which to make pay- ments, in which case the cash discounts shall accrue to Owner. All trade discounts, rebates and refunds and returns from sale of surplus materials and equipment shall accrue to Owner, and Contractor shall make provisions so that they may be obtained. Contractor and shall deliver such bids to Owner, who will then determine, with the advice of Engineer, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 4. Costs of special consultants (including but not limited to Engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 5. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and mainte- nance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the perfor- mance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by Owner with the advice of Engineer, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equip- ment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. d. Sales, consumer, use, and other similar taxes related to the Work, and for w'hich Contractor is liable, imposed by Laws and Regulations. e. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. f. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance 3. Payments made by Contractor to of the Work (except losses and damages within Subcontractors for Work performed by Subcontractors. If the deductible amounts of property insurance required by Owner. Contractor shall obtain competitive established in accordance with Paragraph bids from subcontractors acceptable to Owner and 5.06.D), provided such losses and damages have EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright @ 2002 National Society of Professional Engineers for EJCDC. All rights reserved. A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work C. Contm"o" Fee' When all the Work " t'me> the e>t'mated quantity of "ch '"m 0; 'nd,,,,,d '0 performed on the bO;" of co,t-p lu" Contractor', fee ,hall the Agreement. EJCDC C.700 Standard General Conditions of the Construction Contract. COpYr~h< @ 2002 "ti,n'\ S,"'" ,fP"r~ti,~1 Engtn'= roc EJCDC. AD t~"" t~,m" 00700.31 resulted from causes other than the negligence of Contractor, any Subcontractor, or 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 Owner. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. g. The cost of utilities, fuel, and sanitary facilities at the Site. h. Minor expenses such as telegramS, long distance telephone calls, telephone service at the Site, expresses, and similar petty cash items in connection with the Work. i. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorshipS), general managers, safety managers, engineers, architects, estimators, attor- neys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.l or specifically covered by Paragraph 11.01.AA, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in Paragraphs 11.0 1.A and 11.0 1.B. be determined as set forth in the Agreement. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.0 LA and 11.0 1.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to Engineer an itemized cost breakdown together with supporting data. 11.02 Allowances A. It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to Owner and Engineer. B. Cash Allmvances 1. Contractor agrees that: a. the cash allowances include the cost to Contractor (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance 1. Contractor agrees that a contingency allowance, if any, is for the sole use of Owner to cover unanticipated costs. D. Prior to final payment. an appropriate Change Order will be issued as recommended by Engineer to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price 'Nark B. The estimated quantItIes of items of Unit Price Work are not guaranteed and are solely for the pUrpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor wi11 be made by Engineer subject to the Provisions of Paragraph 9.07. C. Each unit price wi11 be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. D. Owner or Contractor may make a Claim for an adjustment in the Contract Price in accordance with Paragraph 10.05 if: 1. the quantity of any item of Unit Price Work performed by COntractor differs materially and signifi- cantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect any other item of Work; and 3. COntractor believes that Contractor is entitled to an increase in Contract Price as a result of having incurred additional expense or Owner believes that Owner is entitled to a decrease in Contract Price and the parties are unable to agree as to the amount of any such increase or decrease. ARTICLE 12 - CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES 12.01 Change o/Contract Price A. The Contract Price may only be changed by a Change Order. Any Claim for an adjustment in the Contract Price sha11 be based on written notice submitted by the party making the Claim to the Engineer and the other party to the Contract in accordance with the Provisions of Paragraph 10.05. B. The value of any Work covered by a Change Order or of any Claim for an adjustment in the Contract Price wi11 be determined as fo11ows: 1. where the Work involved is covered by unit prices Contained in the Contract Documents, by applica- tion of Such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump Sum (which may include an a110wance for overhead and profit not necessarily In accordance with Paragraph 12.01.C.2); or 3. where the Work involved is not COvered by unit prices contained in the Contract Documents and agreement to a lump Sum is not reached under Paragraph 12.01.B.2, On the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's fee for overhead and profit sha11 be determined as fo11ows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based On the fo11owing percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.l and 11.01.A.2, the Contractor's fee sha11 be 15 percent; b. for costs incurred under Paragraph 11.01.A.3, the Contractor's fee sha11 be five percent; c. where one or mOre tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraph 12.01.C.2.a is that the Subcontractor who actua11y performs the Work, at whatever tier, wi11 be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.l and 11.01.A.2 and that any higher tier Subcontractor and Contractor \vi11 each be paid a fee of five percent of the amount paid to the next lower tier Subcontractor; d. no fee shall be payable On the basis of costs itemized under Paragraphs 11.01.A.4, 11.01.A.5, and 11.01.B; e. the amount of credit to be a110wed by Contractor to Owner for any change which results in a net decrease in Cost wi11 be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent of Such net decrease; and f. when both additions and credits are involved in anYone change, the adjustment in Contractor's fee shall be computed on the basis of the net change in accordance with Paragraphs 12.01.C.2.a through 12.01.C.2.e, inclusive. 12.02 Change 0/ Contract Times A. The COntract Times may only be changed by a Change Order. Any Claim for an adjustment in the Contract Times sha11 be based on written notice submitted E.JCDC C-700 Standard General Conditions of the Construction Contract. Copyright 19 2002 National Society of Professional Engineers for E.JCDC. All rights reserved. 00700 - 32 by the party making the Claim to the Engineer and the other party to the Contract in accordance with the provisions of Paragraph 10.05. B. Any adjustment of the Contract Times covered by a Change Order or any Claim for an adjustment in the Contract Times will be determined in accordance with the provisions of this Article 12. 12.03 Delays A. Where Contractor is prevented from completing any part of the Work within the Contract Times due to delay beyond the control of Contractor, the Contract Times will be extended in an amount equal to the time lost due to such delay if a Claim is made therefor as provided in Paragraph 12.02.A. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by Owner, acts or neglect of utility owners or other contractors performing other work as contemplat- ed by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. B. If Owner, Engineer, or other contractors or utility owners performing other work for Owner as contemplated by Article 7, or anyone for whom Owner is responsible, delays, disrupts, or interferes with the performance or progress of the Work, then Contractor shall be entitled to an equitable adjustment in the Contract Price or the Contract Times , or both. Contractor's entitlement to an adjustment of the Contract Times is conditioned on such adjustment being essential to Contractor's ability to complete the Work within the Contract Times. C If Contractor is delayed in the performance or progress of the Work by fire, flood, epidemic, abnormal weather conditions, acts of God, acts or failures to act of utility owners not under the control of Owner, or other causes not the fault of and beyond control of Owner and Contractor, then Contractor shall be entitled to an equitable adjustment in Contract Times, if such adjustment is essential to Contractor's ability to complete the Work within the Contract Times. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph 12.03.C. D. Owner, Engineer and the Related Entities of each of them shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of Engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. ARTICLE 13 TESTS A.J.~D INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects A. Prompt notice of all defective Work of which Owner or Engineer has actual knowledge will be given to Contractor. All defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work A. Owner, Engineer, their consultants and other representatives and personnel of Owner, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspecting, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's Site safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give Engineer timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. Owner shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: 1. for inspections, tests, or approvals covered by Paragraphs 13.03.C and 13.03.D below; 2. that costs incurred in connection with tests or inspections conducted pursuant to Paragraph 13.04.B shall be paid as provided in said Paragraph 13.04.C; and 3. as otherwise specifically provided in the Con- tract Documents. C. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested, or approved by an employee or other representative of such public body, Contractor shall assume full responsibility for arranging and obtaining such inspections, tests, or approvals, pay all costs in connection therewith, and furnish Engineer the required certificates of inspection or approval. E. Contractor shall not be entitled to an adjustment in Contract Price or Contract Times for delays D. Contractor shall be responsible for arranging within the control of Contractor. Delays attributable to and obtaining and shall pay all costs in connection with and within the control of a Subcontractor or Supplier shall any inspections, tests, or approvals required for Owner's be deemed to be delays within the control of Contractor. and Engineer's acceptance of materials or equipment to EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright @ 2002 National Society of Professional Engineers for EJCDC. All rights reserved. be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, or approvals shall be performed by organizations acceptable to Owner and Engineer. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of Engineer, it must, if requested by Engineer, be uncovered for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense unless Contractor has given Engineer timely notice of Contractor's intention to cover the same and Engineer has not acted with reasonable promptness in response to such notice. 13.04 Uncovering Work A. 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. B. If Engineer considers it necessary or advisable that covered Work be observed 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. C. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); and Owner shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount thereof, Owner may make a Claim therefor as provided in Paragraph 10.05. D. If, the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Times, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. If the parties are unable to agree as to the amount or extent thereof, Contractor may make a Claim therefor as provided in Paragraph 10.05. 13.05 Owner !vIay Stop the Work A. If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, Owner may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of Owner to stop the Work shall not gi ve rise to any duty on the part of Owner to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of notice, Contractor shall correct all defective Work, whether or not fabricated, installed, or completed, or, if the Work has been rejected by Engineer, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that \vould void or otherwise impair Owner's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within one year after the date of Substantial Completion (or such longer period of time as may be prescribed 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, or if the repair of any damages to the land or areas made available for Contractor's use by Owner or permitted by Laws and Regulations as contemplated in Paragraph 6.11.A is found to be defective, Contractor shall promptly, \vithout cost to Owner and in accordance with Owner's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by Owner, remove it from the Project and replace it with Work that is not defecti ve, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright @2002 National Societ)' of Professional Engineers for EJCDC. All rights reserved. B. If Contractor does not promptly comply with the terms of Owner's written instructions, or in an emergency where delay would cause serious risk of loss or damage, Owner may have the defective Work corrected or repaired or may have the rejected Work re- moved and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work \vill be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work A. If, instead of requiring correction or removal and replacement of defective 'Work, Owner (and, prior to Engineer's recommendation of final payment, Engineer) prefers to accept it, Owner may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) attributable to Owner's evaluation of and determination to accept such defective Work (such costs to be approved by Engineer as to reasonableness) and the diminished value of the Work to the extent not otherwise paid by Contractor pursuant to this sentence. If any such acceptance occurs prior to Engineer's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and Owner shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. If the parties are unable to agree as to the amount thereof, Owner may make a Claim therefor as provided in Paragraph 10.05. If the acceptance occurs after such recommendation, an appropriate amount will be paid by Contractor to Owner. 13.09 Owner May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from Engineer to correct defective Work or to remove and replace rejected Work as required by Engineer in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, Owner may, after seven days written notice to Contractor, correct or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, Owner shall proceed expeditiously. In connection with such corrective or 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 posses- sion 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, Owner's other contractors, and Engineer and Engineer's consultants access to the Site to enable Owner to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and Owner shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount of the adjustment, Owner may make a Claim therefor as provided in Paragraph 10.05. Such claims, costs, losses and damages will include but not be limited to all costs of repair, or replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor's defective Work. D. Contractor shall not be allowed an extension of the Contract Times because of any delay in the performance of the Work attributable to the exercise by Owner of Owner's rights and remedies under this Paragraph 13.09. .i\RTICLE 14 - PAYIvIENTS TO CONTRACTOR At"{D COMPLETION 14.01 Schedule of Values A. The Schedule of Values established as provid- ed in Paragraph 2.07.A will serve as tbe basis for progress EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright @ 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 - 35 payments and \vill be incorporated into a form of Applica- tion for Payment acceptable to Engineer. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments 1. At least 20 days before the date established in the Agreement for each progress payment (but not more often than once a month), Contractor shall submit to Engineer for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner's interest therein, all of which must be satisfactory to Owner. 2. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that all previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 3. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. B. Review of Applications 1. Engineer will, within 10 days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the Application to Owner or return the Application to Contractor indicating in writing Engineer's reasons for refusing to recommend payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. Engineer's recommendation of any payment requested in an Application for Payment will constitute a representation by Engineer to Owner, based on Engineer's observations on the Site of the executed Work as an experienced and qualified design professional and on Engineer's review of the Application for Payment and the accompanying data and schedules, that to the best of Engineer's knowledge, information and belief: b. the quality of the Work is generally in accor- dance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under Paragraph 9.07, and to any other qualifications stated in the recommendation); and c. the conditions precedent to Contractor's being entitled to such payment appear to have been fulfilled in so far as it is Engineer's responsibility to observe the Work. 3. By recommending any such payment Engineer will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsi- bilities specifically assigned to Engineer in the Contract Documents; or b. that there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by Owner or entitle Owner to withhold payment to Contractor. 4. Neither Engineer's review of Contractor's Work for the purposes of recommending payments nor Engineer's recommendation of any payment, including final payment, will impose responsibility on Engineer: a. to supervise, direct, or control the Work, or b. for the means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or c. for Contractor's failure to comply with Laws and Regulations applicable to Contractor's performance of the Work, or d. to make any examination to ascertain how or for what purposes Contractor has used the moneys paid on account of the Contract Price, or e. to determine that title to any of the Work, materials, or equipment has passed to Owner free and clear of any Liens. 5. Engineer may refuse to recommend the whole or any part of any payment if, in Engineer's opinion, it would be incorrect to make the representations to Owner stated in Paragraph 14.02.B.2. Engineer may also refuse to recommend any such payment or, because of subse- quently discovered evidence or the results of subsequent EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright <9 2002 National Society of Professional Engineers for E.JCDC. All rights reserved. 00700 - a. the Work has progressed to the point indicat- ed; inspections or tests, revise or revoke any such payment recommendation previously made, to such extent as may be necessary in Engineer's opinion to protect Owner from loss because: a. the Work is defective, or completed Work has been damaged, requiring correction or replace- ment; b. the Contract Price has been reduced by Change Orders; c. Owner has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or d. Engineer has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Payment Becomes Due 1. Ten days after presentation of the Application for Payment to Owner with Engineer's recommendation, the amount recommended will (subject to the provisions of Paragraph 14.02.D) become due, and when due will be paid by Owner to Contractor. D. Reduction in Payment 1. Owner may refuse to make payment of the full amount recommended by Engineer because: a. claims have been made against Owner on account of Contractor's performance or furnish- ing of the Work; b. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to Owner to secure the satisfaction and discharge of such Liens; c. there are other items entitling Owner to a set-off against the amount recommended; or d. Owner has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.5.a through 14.02.B.5.c or Paragraph 15.02.A. 2. If Owner refuses to make payment of the full amount recommended by Engineer, Owner will give Contractor immediate written notice (with a copy to Engineer) stating the reasons for such action and promptly pay Contractor any amount remaining after deduction of the amount so withheld. Owner shall promptly pay Contractor the amount so withheld, or any adjustment thereto agreed to by Owner and Contractor, when Contractor corrects to Owner's satisfaction the reasons for such action. 3. If it is subsequently determined that Owner's refusal of payment was not justified, the amount wrongfully withheld shall be treated as an amount due as determined by Paragraph 14.02.C.!. 14.03 Contractor's Warranty of Title A. 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 no later than the time of payment free and clear of all Liens. 14.04 Substantial Completion A. When Contractor considers the entire Work ready for its intended use Contractor shall notify Owner and Engineer in writing that the entire Work is substantially complete (except for items specifically listed by Contractor as incomplete) and request that Engineer issue a certificate of Substantial Completion. B. Promptly after Contractor's notification, , Owner, Contractor, and Engineer shall make an inspection of the Work to determine the status of completion. If Engineer does not consider the Work substantially complete, Engineer will notify Contractor in writing giving the reasons therefor. C. If Engineer considers the Work substantially complete, Engineer will deliver to Owner a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. Owner shall have seven days after receipt of the tentative certificate during which to 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 14 days after submission of the tentative certificate to Owner notify Contractor in writing, stating the reasons therefor. If, after consideration of Owner's objections, Engineer considers the Work substantially complete, Engineer will within said 14 days execute and deliver to Owner and Contractor a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or correct- ed) reflecting such changes from the tentative certificate as Engineer believes justified after consideration of any objections from Owner. D. At the time of delivery of the tentative certificate of Substantial Completion, Engineer will deliver to Owner and Contractor a written recommen- dation as to division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, and protection of the Work, maintenance, heat, utilities, insurance, and warranties and guarantees. Unless Owner and Contractor agree otherwise in writing and so inform Engineer in writing prior to Engineer's issuing the definitive certificate of Substantial EJCDC C- 700 Standard General Conditions of the Construction Contract. Copyright <9 2002 National Society of Professional Engineers for EJCDC. All rights reserved. n o ~ ::( ~ g ~ ~ ~ 9 z n !2 ~ '" ' = _ r- ~ ~ ~ ~ ~ ~ '" M ~ o Z ' r- ... ~ ~ g k f; =; ?( n ' M 0 ~ )1 ~ ~ i""l r-: ~ R ~ ~ ~ ~ ~ '" n n o '** " ~ o > '0 Z 0 Q ~ o '" '" "- ~ ~ F1 ~ Q ... - ; ~ ~ I ; g ~ ~ ~ - ~ g ~ ~ ~ ~ fl ~ ~ ~ ~ ; z g ~ I i m ~ '2 0 ~ E:? ~ ~ ~ p g; ~ ~ n 7'15 p~ C !::! CJ r 0 ~ '" ~ 8 Z g ~ < 3/10/2086 1 ,\ 3 ~ \.3 405! 7 2\ Ceo\ Dwg \3~ OS! 72G lO1.d "9 r o o ~ (5 Z II ~ Z -z- "10 .. - [ 8 ~~n p~ :; gg~~ Zh) ~~ I\:) -~~~ @g ~~ 0 C1 = "z := gg Q~ 0 lll' ~:t ~~ (j) 0 ! gJQ g~ - ~ gg .~; Z - gb:;s ~:t :::~ 11 ---I l"'IOiOI'" CO c- ::IJ -< II ;~~~ 0)> ...,."..,.." ~!;l ~= (')tn ~ I"'1l"'1mr'1. ......... -. 0-1 f"1l"1!:l!:l On ["I.... ZO Cf) -... zg -8 ~~ -I 0 ' I I .mi'i > !:i I i :::,0 5 "'~ ~ '""0 ::IJ i c;~ ~ gr.t(J) 0 :IJ C 1.~11'~ Z "'?.....z 0 () 11 00100 M 0 co rm r't;;lg gl',t;; ~ g " >!:!l:-U >- c... -; 1"'1: ~ 6~Qj rfi m H:;;:;; ~ z gg~ ~ 0 c Z o,"MM - =1 VI 0 m -I ::IJ m VlVl\l1Vl ~ ?~6 z m 15 nEOi 0 Z -< ;;; ~15 ~ 0 ~ <: "'" . S~~~~~~G~~~ -0 ..,~~~~~~;22~-! 'J :0 I S~~~~~~nr-~~~ (00 0 CVl>::O>UlI"'I....O";=::X ~rr12?,;r-n gE;~. r'i 0 I ~~~~~ 2~~ < r-v:z 0::; m ~~~>~Q ~c ~ ~g~~~ 0~ s: u " 00 m m ~ ~5i 5" Z :z~ -i ~ (J) :-I I ;~ i,F !' II II Qg ~~ .~-~. ",0 ~ ~" ~z ..=. 0000 l/l.......... q O!I~'" . Q6 g~ I VIa >;> (/l g~ ffi~ ~d ICl III ~~ ~~ ~ ~ Ol :i? ~e f"'1~ 1\) ~~ ~g ~~ ~ e 000 1"1 Vi tD-n' pgl;;L 15 "'" >c::-U ~ !;;gdolo;:;:; =~ zF....... m III c> 00 CXl z I ~~g~~c ~ %~~ BZ =l:t == m tf.t:lt:lGi ;;;2~::.:J 6 Zo . . mo nn 01 ~ or; z" ~~ !:iiS t"1.z ~v ~~ '-.; ~" Ox '" fgo ~!2 0-'; ~~ 00 Zc 'V1 " ~ " '" :<:; n o Z ~ C ~ is Z " r; Z VI d OJ n o Z ~ '" c ~ is Z " r; Z V1 .." o OJ ~~~~~~~~~~~ ~~~~~~~~~~~ ~ ~ ~ ~ ~ ~~~~~~ g~~~~~~~ ~~~ ~ ~ ~ ~ ~ ~ ~ ;:; ~ ~ =r Q~ S ~:q B.~ ~:; ~ ;: ~~;:l:; ~;: ~~ .....:;:;;1 r"" ....:;::1 .... t;<;. -<t"'l... C Vl6...;1""I ;;oc VI!> ~~ ~ t"'l ~ ~~ ~r1 ~ N"-' ;: 't t>JN ::: "-'e~ B8 ~ P ~g c:: p C"lC'l Vl b C'lC'l -.: IS ~~ LO E~ ~ ~ r.; n o 3 j c=C'l ~.~ ~ ~~NN%g25gg I ~LJtg~ n ~ J ~~ fto~ ~....._N....OOOZ ~:~ ~~~ 1 c z 0 I n~O ~U~ ~~g5 ~~~; ~~~~ oj=;;z ~~7 ~g 1 >'" ~> g; ..,,~ OZ "'~ ~ ~~I; OOC1Vl """"Vl;:g ~~g8 :::;tQ~ ~t:~8 ~ *Bg o ~ 8 \\ ~ ~ \ H~\' MI ;';~ :~ ~. -:: o' ~~ ~ 8 9~ I; >, g~ ~~ ~; :~i M , ~ ~ r;: ~ ~ ,':.. I~~ C> ~ r c I 12 i'G'l :.'c .00 11-';:J;!!!Ttl;i'l1'FT1'W.1TH:::; l'VoN..9'tt:n::.I.1::::H. CRl<tl'::"l"; SR.'EY ".lSFJttFt.>lCI!TUtC'tt.:N:!IlIl't~t:;r!;:.wur.-s:::::>I 1oNO'lW.:I.r.I.l,.O'......Ttr.:!"":'a:PR=~O'"';;:!.'Ulit_'Ulrn Ul>::Vi r~ v.ws c; Th1; stArt or Iol:o.....uor... I'll""" ~.~-".,~.". o""~~. t!;SCNt!l ~""n.!Ilt: ~~ St. Paul Office 2335 West Highway 35 St. Paul, MN 55113 Fax: 651-636.1311 ~z~ "".~" IS"-O::;lns. J!1f Bonestroo Rosene ~ Anderlik & . ~. Associates E.,,:::r:ee::6.Ar::!'lJte:=;s ........~ NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS nTLE SHEET CITY PROJECT No. 790 ~I ~ c z c z - > > c II -, " 12 Vi " r; Z ~ n o z ;;! Z VI '" o ~ r'1 !:i VI ~ ~ ~~ i~ N ~ " ~ (J)(J) ~~ :-U:-U oSa5 1\)1\) , I ::10 , - 0' 09 01 01 G) .... o .... ~ -. i":;'~O:'re L' ';~\ ;' ~ '_ ,~,L - I .~ I -Ij ,~::: ;,~ I r--jl ' , I, I \ ; ('''I--.L-l,.,L ,\-',:::-,<:::,\'ju! 1-f,LLU 7-1'11 \ \ '\) i,-'~]-~i~R~"R \-:;};-mCiR=f '~-_,:::; HjLLS~u~~ __)...-- ~I '~-I---fL " / I I s /-~;==' '- iJ;g--~, ('I \, ..', J,.-J I I I I i I I I I' ~= ,-~ ,--, '-'2';:.----.1 : I ""~':'\ \ )...J '~~mTYSaURG', AV-1BI ~~'--;/'/'f/\ LI :~~ _\----~~,~)~_~!.n~l!IIUJa C"' a ~ r--!~:--;!..~-_~>-/I "II. ) '-.1).'O~~.:!~'il\P IlJa] Vii I Jail -\s c--! 1 I ' 1 \ ~~, .'!.- '''Ie' \ m>-=f ,~al----i---!BI f---1<=[ r I' I y"'.-.,~ \ \\l1\.!i:....." / jEll.... .1- oL---1--Ja ~--l ' "i _~ ' " /- 1 \ '/r--:Ji"" 1 - (~,.iii--'. "I I 1m L.... ~---_.:v /~ I I A.r ~ "'I ~l....-1,_"':\ri -~~ j'- :LJ l:-I \.. .,,-/ A// I: /~~-?/ ! , c \ \ I ! ----'1- :J I I: ,... ~. -'" --- U CD I -,---- -----,cr-r---;m/ -':"./' b""/ , ' ~ ",...: I I I I I I la I a i~ I . ' /~<:rJ;:-rr~-"I_~' ~::g I I I I tN~1J I laL-! D , I ,1.... ,t'/ r-"Tb!::'- -;: -< I ..cBmaacBaeaamcaam..IiI..cL I'--t I 'I Iii :f i :- --, TI-:!~' , :~I I !:I", I ':I~ I in. li~1 I I I I I ; I ,. LLlJ"I__LaL-...-...Jml~BI" I I:;! < I I : I I i I I [d:=1' '0" I [0" ISI B '--.----r i\l I Ii! ; ) t i ~NS1Gt>i A"vEI N) I I I l:l?_1 :;;:;_1---18'6-1. 1m ~ l:l ~,", ,.c..Dacaacamcacccaccaacaaaa. IS I m!:: ~ai~ I lal" i isl'"' (--r---L ! LV ! I I I I I 1 ' I I ' I I I I I '.,,--r-lmF' mffi' a~1 ,B z / _ !u ! i, I I ! ' I ! I ! i i C~a....-J_~B'~--..L....- BP-_--.Jal ____ .1/ I ! I ; i I I i j ii' : i ~ !-!:~:!;;~, :E-L-J: 7.' // I .ma~.~Ba".' 1-.L...Lm:"6I'JRiAtJ~ rl;"'-1-.. I..".~ '. Iml I -lal.~.. lei / i' II 'U' -B:eElI1l'HU:U:UU::JElsnEltunuar:uu, I ISi I !rs i AI i lEI / I ~ .: I ,I I I I I 1 I IJ' LJ .I:r--T-:J:l--1_..I:1 I I: . I ' ,-- I I , I , I-',,,~.-- ,e' I lBI ' lal i I I I f I I I I i I I ~-! _-".~\ ,,-~ -\\'lI_....-L_.....Br-L_11Z! ~ I DBSIHIGDttcr---L ' I I CAVElL IA\!:: k I I ! I '\~~~...,>~~~.'.~..~\ ~_\~\.~.__\_-I:I_J.-.J:I '.~":-~" : .' I J , !7.Q'ISJaaCCGElGBCDElaESEJGDDI! ~\/ '::'.'0 ( ',~-- \11\ \ 10\ I 10 ~iI'" I ;.....,- I I' I I I 1 I I ' I I I . // ,,,..--.\ --'''',--"'---\B;--'-I 'B ,"""" . 1 ; ! j,_ ,I 'I I: I ! I' \':.'l_J \~LL!:I I:, ~.~U "">Z I _J_ 'IT' J I i I I ,I 1 I !, : I I 1:1 n:LLJBI i I"~ = .~.'~ p:i~ 1 r_.__~~~.NE: ~vi...~___ 1~-i";i.'ElDBBDriJatJBmGEI=I3DDaaElIII'l13I1I1l:laI:lBaBaDs:..E1~IiID.I2I1B.aaDa=.~ " ^ 0' . I, r----,,,,....,-- I' I' 'II \ I , '[l [ ~ I ;'i t5 giS III' i \ i,,,/ / I:, i :_~I ! i I I Ld/ Ii,' . "j:'" " _ I I Z ()""J ~ I \ j.:e:;'--r-- ,.r--r;- \ I I 1 I /~<. \ \ Ll_ ,,' ~~" DiO Vl r; I I ,,2,~'1l '" 1:#:1 i ~.t;'L-1 lai.:--J" ~iLA bVE NI ~/ ~ ' ' -.:..-/ 1:1' ~ Q s: s; ~ II 1::::::':::::''"P _~ l~--~.--r ,---- Irr /-f:?f Lj{~ Ei2!I em;a EZ!1!J.r~..... J ~iD t\l -> 0 ~ ^ 6 : ::>! A'o....--..r--- r;.ll,J)"---' ~,'q!'\ I I ' I' ! f.!:,. ! ~ -lIllL>< :::0 0 -l -- 0 I . < "'i/i1;.:""j _C5i " \ I -- C' -. r; __ 111 ^ r- > ::.=;:: L_--.JJ I ;&_-0'_ ,'1>;'-'/ ':;Z/"-',Y~I I ,,,!el;: I EO /1 ?'~Ial'" ::! I, t' I I : I ' I '1:;-.. ~:'-j f J ./~.: 0 ......~ \ IlIZ i I 'I jZ i i I j -!-"(~,, "-:....}:! i--j ~.(.... , '" / I"......' 'ml I I -' ._---L-__l___~_ ! ...~-... r,'"' f ,,!' ~ -:::-' /'" ",. .IIDD I _ ZEALAND .f..YS-K_ -~ -_/ '-"'"t:ifJ~Ji:f:0r::.';CC 3ii.... 1\ \. '/ / ~ yi.-Q,O@I!I.Llih.1NiD AVE: N i ! I I I 1 I 1 I' :....-S;"l.~: ~s.. \ I \ I"~ 'i+/h.Ou\ I 94ElEIlUIBI!JBI!IDDl\'!ElI3DDIU! , I Ii" I I i I " r:;J ( ... ... . .. , -'-=- ,'..... . 7 .........~ \ '.! I 'I 1:\ I I ,- I ---'--,... .---' I ' ' I I I ,iN;....., ~ ;" >" !I>"'~' V , 1 1 , I I IB "" I , :_--1__ ! '_ ! _ ,'6r--__'. :' . ~,....: ,...-/....~..,..-:. '.. , " I t, G - 1'1 "O"'F AW "I ' YUKON AVe N , .: /...... ! ....,!",,"- ! I ! I I i I I I I lei' I , l--~-"-' '~Nr--=r- --1.1 f/---\ "~."t\:,\~ J. /.~,_ ~>,.. /~;>;,!i;{--- IVUKON . i .:.;VE..-I\.:Ln.,a...""'l..----, i_I h! I )r'11 I' Ii; f _.>\,s~\_~~'..?,,:- \. l: '-.".-... '~~~":t:r -",,,!.QJUUIEHJElIlUilDEtBBBDfU:d; I I [-+-~~; 1 "I"EE-- ] i-_.! / \--\ .... '0'" '.(,,/ / "'o'oJ. ',1>;;;.....; ! I' I , I I ' 'I TTla~1 : -i_-l:gi . ~ _h_ _2.YLa~ AVE N j --\ /'.\~\\~:\:~.. .: / ---...!.,~,._,~/--....! I I I i I : \ D. ~"--1 I. 1 i=l I !~! I I ! \~ 7L~("~.:~,\-:.:. /' /r--, --.,J:1iL / lT~1 I I :!Z 1-1 I--i-l<~' :~r- ___ I I ! ! '\(i, '. ~~.~;qc''C'/ ~ .LI;~~~ j' \ IXYLO'i I i.1 I Jvd ~lJal=L.J I I 1:>1 1 Ir.o= 'I I r-r -! / -"~'.-.J ! ~ ~mBQeB.!.!E~~!!.!.!.ag1']aml3aB 1- i i;'iict",,--" [[ I I I ! i I' I ! ^ I Iy/ l:ai I:r-q I I Iii I !I i ~' I !~I ,I I I I . I Ii"""""" B_ -----_____~~_ L-L4U / r-J .,/ - VISCONSiN AV[" . ! :5 I:IJ,., cL.. ....!., .I I --_/ / _\ --";--:-- Ie: I ~ I B - '~J..\../ I , - ~___.\ ,;; >./ I: I 8 ), '----, ,- c I \~U 0 I I I I III \ \ ~ g 2- [!_J I / ---I !i5~g Lie,! I i I I ...i !.:l.-l I:I_JD~;;; \5 ' I Il' I (7.J..-. I \ r'1 =1 I --, Ul"1Cl I ;:::LLLlr./ t=JaB--..j lal[:] ",;;J S Ii l , ... 7Y( \, ~ r---' ' I r'1 Pi f---j=IllTVIS Ci:,' :F I-i:,~ I ^ -< ~ !---II I YU:<ON ........~/: I \ \..""" ---/ r:"l :-1" 'I I ,; aP--; lehU __. '. / ,." ~ , , Z ' < I I I II' ..<...... ! ..'.' /"\ _L-" <-- 1--.''"''. ' I I I ,B~_I--'-lmi,.....J , / i;:C:::".t ./' I-----,I.~ I Liz! I I 'I l:iL-l--:I'; ,[i:-rT-I"J-"l ~'J I /' } \ '\'h... ,/ /0 Ul I. I. iVIRG1NIAiAV[ NI laLJ......JaE..JO..B V1RGINIA-"-Ll' "-J- \--'" f L--\ r / ,,~::o z:-, I"iClaacc:maaasaElsu:.aamaRDBI IiISlIl3liJEI.I3BBSU r'" I \, .,'{ ! ',_f'" - ~~ L ,aiilDc:---r' r-r---;Ia! I IBHTIIJI 1- /,.-\ \'/;-,! / \ " / ,'<C' is;;;::! I I -1~'ITI'~i~~L.....l-Jar---'--U,..B"" I _ . \ / '-" , 'I' <-Ul~ ' IU~U' I I'~'mtj"~ , I \ ......\ v j I'...... \ .. ", I ';;;2'''' f.---,a ,ar;;:,--L-~a 1m, B' t- U I \" . . ';;.(~~ ...~ _ ,~/ . ' CJQ. U: I :ru i I: r-': ! I:~ '>-, \ 0, /~/ hav""'! 7 j"-- ,!". I r'1 --- I 'a' I a'~'aL-J==J HaK:-l..-s-Aw AV- 1---( / ./ 7<-,.~~1:-t~'(' /.1 I' . : ~B! s';$__~a~-Ll: --m" "',,'.,'.r.-~ LT17h~ I/';-!"':;- 1/ i~__LL_~"-_~'i n I J:I..._J--..J=lJu:LLJ~8=l:M /]J .._ 1--4'!,fc".()-<' 11:' 11.....// l /1 1 "J LU~I II "'I I I I I I 1 [ ;-J "iIS;' r ,i i ------1 !_ , , Vi ... L..J i '/, ,,-.liD L -.,. '--_ I .-_/R"O"[ :SLAND AVE N-~, l ~r ~illJl I l-j~"f....~/ l--r--r--~ _L' / i I ( //~ ~........... 1 r---- ;f''', \..--\ t~ \ " I ,...... I I I I E I 0 . , \ I'" \ /' \~\" - i ":-.....! :;::- It" '\ ~ /' ~~" /,r \ ('I ,~ --- I " r'----.- - , I ! ' ' \. ',~<:C( " " .. ,- L.-it:.,../ J' I i I I [ I /-<.., / \~ \ ~-Z. ~ \ I n~l!!!Z/-1 I I,_H. J '------==-_..1____11 : ,_ ~..~ ~ I LL, /'1 ..(, /~~).:;'1-<\ \ ~ r iY--t!kIJAh N ~!-- l"--I SUO'ER AV[ N I 'I ....> QU_OI"C~~I iT';':-L_,,)~~< \.. > '1-'--11=R L D,""<l>\==rTR=I= I : ' I I 11 LL-;:- "" \, D tJ~ bJ__{iltill~E l~L 11-- RHOD[ ISLA"D AVE N --' '! 1 L' .: J I ! ~ ~r:~q=g1~~{,\\~tlj~f:D r _'Co. Rd. 155) -::! I L...J ./ ,. 1 I I~ "nTrT"1 "",,1 I 'I I ~ ;tj , I / :; i" ~ I L-"\';;i l II I _;;i r-- . ' :;'i ~LL UL.LL~-:i36"O\ l - I ,/ " Z N 3^l;;' --?\ ~\ \ Ze__ --'--'-=== I" i: 1- m-rrII1),'\'\j tU III I 'I JJ}--"~'----'- I~ , I 1 f . --- ~-- ~ ~ ~ ~ P[NNSYLVANIA AV[ N_ g:1 I' I ,I / /1" -,- \-- r r ~ ~ : I::! II I // / ~...-...l //~,./ .h C" ~~ ~ilM C~ ~-.~"~ M"~;~ rj)"/I' flrra ~ '" '" ~ Illl, C) L I i 1 -,(" ~', IBrrrrrrj " ::b,..!.. ~~~~ ~ I 7<(-\'\, /// I J ;;i ,5F .. Ia!i:j 0 i ."......J /'I.J --'~ Z 80 Pill I Z I ~Lr--' 010; ~ i1li ~----- .~ / / II r!l ' 1;= ~ ~o 1 --- "EVADA AVE N i !~ <;oV~1 r I L d II Iz #/ bJ' I r:::==1 " , , /. I I ..J I :5 - ~I... I ,,/ / '---- ~, I / n - I ~~ ~ ~'.\ \ ~<';~~1 r' J ~ISIANA l,,,J "-1 r ITII I I L J \7\ /.,-:/ 1 I ! II I I J r \ I l '?-'\ /,Y II '--1 r--- I NEW HOPE MINNESOTA J[1j 8onestroo St. Paul Office ~li~;iif'ff~T~~c1"'i...~~wr~T~;~~c;rr s,;;r,'!:Y '" J &::II!I Rosene 2335 West H!;hway 36 t~1M~i ~.a. c;'\.kU:;ir~~fc?"~i'.t o.':;;lo;((R =AAI\'N Ii:''! 2006 INFRASTRUCTURE IMPROVEMENTS 'i:1lI Anderfik & Sc ,,,,, MN 55113 ".; ~"" ..' ,",;.: ....:...... m.=n ~, LOCATION PlAN ,U. Assoaates P~of'te:_651.636-';600 2 _/ .......;l:;..n .">':; CITY PROJECT No. 790 B1;!::ee.-s- Ii A.-c:I::.:e::: rex: 051-636-1311 S::1"'~L'l1!:: t.:;7 t::::. CUt -~-.. <:~...<U":,,--_ It..-m<t. A.~':~ I; A!::~os. l'."':. ~ C&.T~.) ~t:: .4~~1 1'10;!l,1. 10::, ~.4_~n~ o C) ..... o N , , , I : : ~~ , "n I ~~ I rJ;!.. --j ~I f r-1--2-' :1 f-:.-1~ ~ -'-'-11--2 I F ::H " '" : \ b" ~ ~ \ \ i ~ ~ 'll \.l 1 \\ g 0", "'", _ ::: ,;; "''''-' ~~z"'",-", '" :" :::VUlt,OO=< r?;>!l!SVi....z or:::; I I' 9~....-,~ rc:~:r-l~o ;; "'! \ II .. ~-~~c"'~~ >>>> g..., ~I--L--_~ >;;:>>2iQj>>~~~~~ '" ~ --~I- II ;;:'i~~>Q~~zi51iii51ii g :: E 'iczz<~czc", '" "'r " ;;: 5"'1ii1ii~Q"'1ii;z~z~ ~~ :i i "~zz"''''~z02~2~ FIo r;:::==, 0 ~~22z ~2::;",::!",:;: ~l:i\;l"\ ::, 9 _ ~ ~::!::!::t2 ::t::t=- - Ei< R;< it :'i ~ ~:. ~ -::! I?< 8'" : ,1 ~ 0, Ei ~~ i! ::: I J ~ !; ~ !J 2" g 1T1I_ _ ffi II \ f'l I L--l ~ l--i Ai I - , ~ , ;Ii , r/'. \ t;:, I c , ~ , = , ~ , , : ! , , , nm I s: ~ , "n , c c =~ ! ~~ ~~ r--Jrl: ~ ~E I r--j - S3: 1: I - ~Vl 1 r , !g t-yJ ;:,0 ~"j ,= <s:" W~." r>m- ,~;l1 - b!{~ r.n C':l 0{~ I- '" ~ f;;vj ~ g;~ iJ(j , ::t~ in ~J >~ ~,i' ~" :;': z> C') ~1 1ii~ 0 --ii},\"r-- , zi;;: ,-~ !2'" ~z n 2 '" '" I' "', 1;1 !1 if< ! " ... -fl]' I' ,> I I ~ R, I '" ~ I n 8' r ~ ~ ~ ; t.< r'l J 5 ~ :1 \ % 4a II \ ~ ~ IL_~__ ;2 ~ l__~ - 551 n n ' 00' c c , ;:;:l:;:;: I Ul ~ I E 1f : g E : ~ 1;;: 1 ~ ~ 1 I ! , nm ! ~~ I c!2 ;: cJ- i~ "D ,,;j-j ....'>II~ SEE 1:: !B ~ ';::;5~\?J: "Z ".. l;~- q ~ kl:s~j . 6 ~ 'r;T~ ; (%1 D t% Cl G ~:~ ~ i~ ~~ ~G ~ _ ~ ;;:;rti--IY."i~ - z--, I C 10 I "'I" , ~ B.i~, i I ;;;:J n I ::t _: ~ '" : '", ~ ' , m ~j ,,\p ~> I I ....R'- I ~g~ : ~~~ i (,01 r- II I :z < 11 \ !=a .... 11 \ __ ~ ~ L~=j- i ~ i g g : ~ ~ : i i \ ~ 1 : I ! P!-l CS , , I : : ~~ i n ~ J ~D 1 r-~J ~ ~ 1l""-~_ ';:l; \\;--r, ~ :\~ ~ , 'i \:1 -' ~ 11 (,Jl ~ 111 I- s: ~ \ \r\ o. P ;:: Ie; , i~ I N fTl &: 1[1 s: X -< OJ r:1 :> g .- I It 2; ~ ~ : ~ g -' sln \ \~ I f::~~~';:;-~~';:;-~ F! \ ~R I ~ :> > > ;;: > ~ 0 \ \~ ' ..., Z> < ~ ~ > '^ < r:1 ~ "I: _ -1- "'".. Q~~~~~~~~ ~= --[(1'1 ' ::OCr.1r:1mCOr:1> r 11 (')r.1 m> ("') 3: I I F.i z Z Z Z Z 0 Z r:1 ;::::IR> I 1 .~@~~~~~!:~ Ii I ::i=..... =:;:1::O:C '" I I r.; ..:.. -::i ~ I I -" t::: - ~~ ~: ~ ~I i: 01' 8 ;:<:";:;- I I n' 1 I ~~ ! i ~ J~ .:. II J II I 1 ;;:;. 1I ~--- ::: IL_-! ~ L_-l n , ~ \ ~ , ~ , ~ , ~ ! m , ? , i : ;:: ;:: r:1 rel> ~ U e 8i >~>> ~ R~~~ ~cn ;Vrrt;oC c. o 01"'1 () E;~E;~ 6 1"'1(')::$::0 Z l;fTlCi:r -; -; i , , , , n I . , " i ~ I ~ r--k: .- I r--i Mf'I'I1I --- n ::: II ~!: II.,..; ~~ I 11 !!.3 1 II 5" III g:g I 1 I LSU 1::- ~ : \: U). III I III q III . 'II 'II 'II 'll 'II 'II , " 'II :!I __~ 2:~5,Q8 311C/2005 -~o %11\,., Jt1 ~I~ ~~~ ~>n S:~ o',,:rnr~.!. ~I~ in ~ ~ ~~ ~g ~~~~ >~ ~ ~ % < j gg .:. ~:z:: ;;\ ~ r'I > _ M ~ $ 1 ' ~ ~ ~ ~ \ l'Tln 0 . ~ ~ m m i ! ? ~ I j nm n I ~ ;:: F Q ~ ~ OJ ~ I Ei o r ~ ~r~ : F!!J ~ ~,~- c ::::I.. ; ~r o ~r ~ [;~ E ' '" [g ~r::l: ~, ~ RZ ;! ~ E 8'~' II ~~ ;; m ,I ~ " < ,<, _ IJ I ~ il_S--- ~ L__~ 2 : c , c; I : \ ~ \ s , A I - ' ~ : . ' ! ' ~ Rilii....; "'! V'IUl..,..~ ~-;~:;: ~~~~ ^^>z ,..... ZZ~C ~ C")G').."r:1 r-r-Eiz 00. . -; -;0 :::~ \3 ~ 05172....C c d\ n"'9 \ 3~0517 2Gl O~.d "9 en en ;..;t> :v:v 0000 1<>1<> ..1...!.. '1'9 00 0_ 0101 H1;'J:! $::: .~c f H!:l!L."T t:tir.'F'r rw.r tH:.S F'......~ 9c:;::n;:.t.tOi. elf Il~ S"~-;r.u "J.S PRt?AAO eT loI! C'l tNOCR lIT t:;:;;.!:ct !::''POl'o':SlO<< ....-.:Jrw..ll......"t'~'\.'I'u::tNSD~!~-s>.:.P.:::>.'!Oi: c,uWN 1.1"i:;DI!Hl:V.YlSC;"1Hl:S1',l.!l;Cl'U:<<>'~"" ?~...':" I>.W~_,I;:!;~.P. r:,.;.e~" ~..'tO J.l'PI;='.'t:! s:;....!U;t!: :;.1.1<; St. Paul Office 2335 West HIghway 36 St. Paul, Mil 55113 Phone: 651.636..;600 Fax: 6SH536.1311 ea:....;;s:;:.:'C.~I~J....-:o:.:c..,~rr:s.f;Z. s n I Bonestroo ~ Rosene 'M ~~;~~~~ .Er:;!m:e."Z1aAr.;h~ --~"" NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS TYPICAL SECTIONS CITY PROJECT No. 79Q ~. 6 ~~ ili G') -" o VI Afv. \34 \3405; 72\Cod\O"'g \34051 " d ~1 i ~1 c c ~i ~i c g ~j ~1" ! 1I111~11 I"Wnr J J IIl11gj ~IIIII~ 11111111 I II~I.II~II-III :.: w ~1~i81~ ~ ~i I H!~!..."" 1;V1n:N t....., TIG p....... SF!O,n:;...r::;:.s., Cii'! RtF=R:~~'l1'.n ...'O"SP/;!PAADeTloltC<lI.'>i::i:lI'r.IT'C:-'i"!;;;'tSl,!?!R'.'1S;>;;.. ,l,"':I'lH.l.tr,l"l.l,l,Ct.,,-yu:;n..;:r:;n;crr:ss::>w"!l<';:>.tOl CAA""" ~:~ :"~~:=~P.~.A-~:'r: cr Il~"~", :~::.."t:l VFiO:::'o'i::l ~ ~;.~, ,,:t I "'MM" r= COT! St. Paul Office 335 West HIghway 3. St. Paul, MN 55113 fax: E51.635~13 ~:$D.!.. ....,'=DU<. c.o-.:r.o.:<:. NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS STATEMENT OF QUANTmES CriY PROJECT No. 790 0000 >> :-0:-0 0000 "'''' ..1.J... :::0 , ~ 0' 09 c.nc.n G) ..... o .j>. 3/2C<['5 7- WI~ "~I'" J~ll'~! ,,~ > =1 iii' "I = ~~I 1.1, ;;=11 frl~ i ~IHI ;f:;:: ~I!I~ .," if' A 1~1.1 ~i : 'if~! I%'i ~I'f~ =::,;; , I g ~ ~f ~III i I li , ~DfI'J, ~ra Q:~ ~ ~fl I~ . Q' , ~,,~ I rlH Q~~ o , ~ ~ ~I~ sl!1 ~i <.;, ~ " i- i I r rl- SI~I.~ ) 1 ! [ I r [ 1J1~ ;~ " , ~: " 8' ~: <.~, gi g: ~15!8 NI~ , ::1 .' - c c *1~12 "I ~:. "1" 'N ~18 Ii Ci;;;; ] f II c'" II ~ 1] "1"1 Is ~I~I +Iols ~ I +1 I ~181~11 III 11l +11 JJJ coco ~~ :-0:-0 0000 "'''' ..1.2.. ;:9 a' 09 <n<n .:;'c .,:P: .,::::c ,""C alT I;t~N~.'n"''''""", !r{cr.:;,I,:lO'I. CR I!!PC'i1'~:""l"~ W>'sP!'!!P""'""Cll1Tj,I!c;ll.'l':J{Rll':c;.,-rCTs:JP{fI'.-:s::::!J I J,Jo.? ~""l I"., J. C"~""T l..CtIOSD F~'t~~-...:. ("'~lI:tlU"ll ~::R~lI<=",,~~~~:,~~:~ CT l,/.x..n::u.. C~'D ~ ~nn<t: ~ :~ c.o.n: F",CJ.~'O. 818 St. Paul Office 2335 West Hl;hway :3 St. ?aul, MN 55113 Fi:!x: 651-635.1311 ;>::::1.:>.<:.. ...~:~ ol -=:>.:u. j[JJ Bonestroo ECa ~~d~~~k & T\Jt Assodates e;;nee.-::: aA.-d::t~~ ......~,= ~ ~I~I~ NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS STATEMENT OF QUANTITIES CITY PROJECT No. 790 o ~ o (]1 2:43:8 r"II"I" "I" "I"I"I,LI"""I" ",I", "1",11"1 "IUJI", "1"""'1"'1"1""'1" "I" "1"1"1"1"""1"1"1,"1,,1,,,11"1"1,,1"1"1"1"1"1"""1"""1,,11,,11"1"1"1"1"1,,11,,1,,111111 1~~~~II~g'E~r~'II~il'~H'III'lllee=III~II~~,,~g~M~M~.~~~ME&=.mEa=E..~II~'~!. 1"1"1""" "1"1"1"1"1"1"1" "I" 1"1" "1"1" "1"1"1"1"1"1"1"" "I" "I" "I"" "1"1"!"I"!"i"I";II!"I"I"I"I"I,,I"1 ""1"111"1" "1"1"1" ~I! "I "I"'I"I"I"J!:!'" II=" ~ pl 0. pl ~ pl p P ,0. .r;> pl!=> pl ~ ~ ~ ~ 0 pl C"> Cl .c:. ~ Cl pl 9'.Cl ~ ~ C"> ~ Cl Cl .Cl ,m .Cl .Cl :;' !..1'i,t..n ;:'lll'W'I.~' ;:.'\ w'!-t' (..1\111--"1;:.'1 1--'\11--'\ Q;:... .l,."1 ;:." Q ?A ,l,."1;:'"1 1--'\ ;:'"1 ;:.".0 po 8 .0 8 .0.0 .0 P .0 m r --------------OOOOOOOOOcOOcOOOOOOOQOOOOO,c,OOOOOOOOOOIOOOOlcoooooocooooooooocm> .:...:.. t,..l _ _ -................ .0 .0 .0 .0 <:':l l,:) <;l........... [.:> c: c: ~ c: c: c: Cl Cl Cl Cl C1 Cl Cl C>... C1 Cl C1 c: "'.C:,C:IC: c: '" c: c: co c:...................... l.." l,.'1 <..:' l,.'l':"':"':"':"':'" t..; _ -........ -....... _ _I.... -l z ! , I , i I I I 'I III 1 I 1 II I II' 11111; I "''''''' "''''1''''''''''''''''''1'''''' 00,0.1000. I' , mmm mmmmmmmmm"m m m m,,, m m Iii 0 0 . > > > > > > > > > > :> > :> ~ ~ 8 ~ ~ ~ ~I~ ~ ~ 8 &5 t5 8 g 9 ~ ~ ~ 8 8 8 ~ ~ ~ ~ 8 8 g 8 g 8 g 888 g slE1!gJ@fJ@&@gL51gJi1f]8BI1sPJ :: ::I~ ~ :l ~ ~ ~ ~ 8 ~ ~ ~ ~ ~ ~ ~ 8 8 g L~ b07~~m0mmm~~~=~~~~~~~~~~~~=~~~~~=~~~=~z'~~~I.'4_*'___zZ~~~~~~C~<<<~<<<<C<C~~~-l ...,.. ...,.. - "'"' I:;:) OJ m Cl cr! m - -...., - c c:: !ti N N N N N ~ !:!: !:,: ~j ..;.. - - - - - - ..... .....:... - - CI v 0 v '-'10 0 ulo.o 0 0 CI u CI ,.... t..l t..l J'..l N N ~ s: s: - , .-, - _ r , r- r , :;:;l ~ ~ ~ ~ ~ ~ ~ ~ ~ ~.~ ~ ~ ~;..u;..u ~ ~ ~ ?:: ::: ::: ;: ::: ; ;: ~ ~ 2 ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ::: ~ ~i::: ~ ~ ~!~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ^ ^ ^ ~ ~ ~ ~ ~ ~?;: ~ ~ ~ ~ In m m< Gl (j) Gl (;)1(;) ClIG m m m m ~ ~ < m in m m m < < < < m m m m m m m m m. m m m m ffilm mim m m1mlmlmlm m m m m m m m m m m m m m < m m m m m m m mlm m ~ ~~~~~~I~~~~~~z~mm~zzzzz~~~~~~~~~~~~~~~~~~I~~i~~~~~~~~~~~zzzzzz~~~~~~~~~~~~~~i ~IQ 0 m m m m m mlm::::;Ai g::::i 5 5 0 g ~ g ~ goo 0 0 ;..u:::J;;:; :JJ ::01;::) ::::i::::i :JJ ::<J ::::J ::::J ;:0 :z11;::J ::::;lx::::J ::::Jj"'::::i ;;;:;::::; ::J ;::JI:::J A:l g g g g g g ~ ~ ~ 0 > > :> :> :> > > ~I~ ~ :: m 1_1~~zzzzzzz~I~_~__;;;:;__I===~;;:;;;:;~~~~~~~~===~~~~~~I=~~~~~I~~~~----___~vu~ocooooooooln X =~_ooo~ooo--~~==~=:r~~~~~I~_-~-~~~~~~~~~~~~~~~~~~-~~~~ ===zzz~cccccccccc _ I -;:0 ::J :::J ::<l1::::J;a:;:o .,.. -...... ..... ...... ..;.. ...... I 1 ' 000...... <: < < < <: < < <: < < en ~ - -1'- ~'~I- - -I I I I 'I - "''' m m m m m m m m m m = = = = =I=: :::1 I Ii. ~ = :;j ::; ~ ~ ~ ~ ~ ~ ~ ~I;:; :j ala", a a '" a a a '" a a a a a all""" '" a a"'''' ala a alai", alia" "''' al'" a aIJ[",I",IJ1",11"'''' alJ ",II J1',,1 " " a a a alia a ~ I' ~ h ~ g g 2: g g ~ g g g.!: g g g g g g 2: ~ :t g g ~ r: g g g g g 2: g g g ~ g ~ ~ g 8'::;! ~'~ ~~ 2 ~.!: g!~jr: ~ ~ ~ t! g g g g g g z m < 0 -; ~ " _ ~ '" ~ -; ~ ," ~ -, ~ - ~ _ '" '" ," ~ - ," '" ~ - - -'-1_ -I~ - '" - -,'" ~ -II '"1'"11 is - "1,- -'II-IIII~ " - - -; - - - ~ (! m ~ <1< c:l < < c:l < < < Cl < < < < < < 0:: ro c;J < < co c:: <1< < <1< co < < < Cl < <I:;:) < <'I C C1 0 Ie: <I Cl 1- < < <; < < < 1 ~ ~ ~ ~ , II! I I, I , I ~ (fl i I I' ii' I' I I m I I g 1:: :2: Ii -lz:::lm I I x x Ix x x , Illx x x x IX x T x x x x x x x x T n ~ ~ I 1 II11I Ilc'IIII=! I~III~IIIE III~ III II~ ~ ~ I I III II I11II1 H I H I H ~ III I~I~I I II~ ~ I I I II1III H 1+11111 i I~ II 1181 I III I I II~ BI~ I III 1IIIIIIx +1 1+111 11+1 +H +H I I~ II III I I 1+1 +H+H Ix xH 1+11 Ilx xl x +H 1+111 I II Ii 3," lO/2CC5 72GiQ:3.G -J--'" c:;c 3~\,;~n "'-I"IJ,L'I"I",IJ,,,I"~"I~-I'" "'1"-I"I"I"I"'I"I"I"'I"'I"I"I"'I"I~lll"'I"I"IJI"I"il"I"ILI"1"1"1"1,,1"1"1"1,,1"1"1,,1"1" "1"1"1"'1'"1'"1,.1"1",11"'[ I ~~wmll""lm,~mmmmm~mmmmmmmmmmmmm,,,,mlmlmmm!mmmmmmlmmmmmml'mmmmlmmmlmmm~m~iiim~m~ c co,,,,,,, C'IOIC'IC' 0"" c, 0 ~ ~ ~ ~ ~ ~ A ~ ~ ~ W W W WIW'~ W WIW w" - '" ~ - - -" - ~ - - - - - - - - - -, " 'I .. m I~ W -1- c. 0 _,0 0 ~ W - - ~ 0 0 ~ c 0 ~ WI~ - coon" "j- WI~ - c or ~ 010 ~IWI~,_ c ~ 0 ~ 0 0 ~ WI~ _ 0.0 _ 0 0 _ W ~I- ~ l"ln/"I"I"I"I"I"I"I"I"I"'" "lnl"I" nl"I"I"I"I"I"I"I"I"I"'''ln'''I''I'''I'''''I'''''I''I"'"I''I",,,,1nl"'nl"I"ln!"'~I!"I'" n "1"1" "In" "1"ln "1="" ::j P~PPPP.ClPPPPP'PPP.ClPPPPPPPPPPPPI.ClPIPPPPIPPI.ClPPIOIPPPIPPPPPPIPPPPPP.ClPPPPPPPPm~ Z S22glegel'elg8B8=~======6EEESE6EIEEEggggigg!gglggg'lgggggggglggs~eeeegggg2i~z Q I I"''''''''I'''I~I'''''''''I''' I III I' I ill I II' II II II ~I, ~ rnmmmmmmmm ~~m 'i ~C'lGl _ !: > > > > > > > > > > )> .", <: < n n n 0 'Ci 0 O!m!m m m'm m '. m m ~ mooococCIOOOO ~~jm~mm~~~~rnm.,memm=I>>~mmmmi~iZZZjzlzmmmmmmmmmommmmmmm~~~ !~ ~ICdloooooloooo ~~~_""""_Q<;lO~OIO'OOCcc<,<<nnlnnl~,~w~lm~oooo____I-----NOOO~~~~ _ o_-~~~~~I~~~~~~m~mmmm_~_:~'~i~~~::m'mm~~~~I~!ci~~a~~~~~mmmm~~~~~z~~~~mml~ ~ i~~rrr-r-rrrmOQ~~~'-l~Z%ZN""""""I"""~NN'~~I~~c~,c-iz'zzzzzNNNN-l~~~NNNNNO............~=Q=~ ~ _>>~~~~~~~~~~S~~~~~~~~~~~~~~~~~~;~::J$~$>I>>>>>~~~~~~~~~~~~~~~~~~~~~ ~1~,~mmmmmmmmm=aGlDrnm"m"m.<rn<mmlmlmim,rnmml<,<I<,~~I~,1~1<1<<<I~I~mlrnmmmlm,m"mlrnmmmmmm,mmaQDI!'1 (fl ~11~~II~~~~~~~=;a~~~~~~~~m~mz~~~i~ZZz'~~i:mmlmm~I~I~~;i~zzzz~~~~zzzzz~~~~~~~~ m ~OOg~gg~ggggmmmm~x~~~,~~,g~~'~!Xggg'OO'OZZ,ZZ'IQIOOQIIQIOg~ggX~~=gggg~~~~~mmml'" :2: r;;5!OIOODOOOOO zzz"=~""~"'''''~I~I~I~oOIOOI'!~QQQ~!'''~~!''~''''I~''~''I~''''''''=~"~"zzlzm m :;l =1= ~IH ~ ~ ~ ~ ~ ~ ~ g g ~ -- - '" -,'" ~ ~ - - - ~ ~ ~:::: =1@1@'I@'I@=[=:r=I= = ~I~ ~ ~ T - ~ - ~ H ~ - ~ - g gigl ::u I ~~~:Ql:Q~~~:; ......:::% I ===1::: ~ !I!I=I!I",I!I",I=I=I"'I=I=I'" =1= =1"'1=1"'1'" !1"'il!"'I=I=I!I=I!I",I",I!I=I=I=I=I=I",I=I::I=I",I",I",I,,, '" Ji'=I=I",I",I"'I= =1= =1=1'" =I"'I"'I",I=I=I~ I~ ",,'E E ".E.EIE" E E E"" E "I"" E EIE" E "IE E E EIE E "'1"'.'.'"1''''''' E,.IEJEIE.'E EEl" E "IE" E EIEIE E"" E" E E E E "I"" z r -~_M~'_~__~__~~~~_~~__~~~_~~~~_~~_~M__I_~~I_~_~_~~_M__~-_M~~~--~~__D m mlccllccmcOCOCOCQccmcomQ1CQCOCOlllmmccl~cooocccccmlccmcocQm.o~QC" CJ) -i o ;0 s: CJ) m ~ ;0 CJ) (') :I: m C C .- m 81~ en", '" c, I" zl~ ~I C'I = C/o qUl q ~u5t1l~qc::m ~ ~I~I~ ~I~I~ C, " '" 1;1 "' "" mrn "" " ..,...,.. ." ffim~~ onmF g6t1n ~~~i gg~!!i DO ... ~~ " G~ "" liim mm ~~ am gg 88 g~ ~~ ~~ fJJc.1cnlCfl Rim iiJl'm ~~~~ mmmm 12l~!!l~ gggg fi;5;8g gg8~ 0000 ~~~~ >>>> FFFP' fJJ (.!) m Ul :< " m <1 o " " ;;j ~ -< ~ <1 o '" ~ m 0000 >->- :u:u cEoo "'''' , , ::t~ T~ 00 0_ 0101 ~ PC --;>~ ~~(!~~t~;i~~~~!~f~~r~ .l.P;;lO".'l:n s::;....;.~;::c :lJ.1T 1:),I.1'!.:J.. ~ St. Paul Office 2335 West HIghway 36 SL P::lul, ,-m 55113 Phone: 651-636-4600 Fax: 651~636.1311 c;:>;..,.~__ r.:::;;"~ AA~"~:n:. Jill Bonestroo s::m ~~d~~ik & ~_~SOd~~es E.'li....__~ 6. A"C1..e::tt """"'~ NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS SCHEDULES o -" o en :0 ----.., () \,34 \.::.:05172\Ccc\D-....g\34CS; 7:?COG1.d, ',11::'./'".'0 2~.~1:46 PM CST ~ ) ~f - - ~ :;::< - J.. - - ~, o '--' o ... I", (,:, _t? j _L~ _ :1L ~~~ _ ?[:)18 II l,"';J~~ -G...=:....~~ 11 ~>_>_ I--l..-I_.--!.. . ;:: ::;- Or~'B~ Ii -0 00 ~!.~ ~ __h_~ ~." I '/~ ~h~~-Jf ~. ~ -- f - - - 0' (: ,,0-' ------ c.r;..I::." \ . --" ~ )l-_-; \~ ~ ~r ~ fg ~<~ _' E~ .0" ",,'" " , ; ,.:;---- 0 - 0 ro. '",' ..) u~ (] (~tfl rJ L_...! , o --... t B ~~~~~ p ~ ~~~g r::i~:::::~:t: ~~~~~ ~~~~~ ;::.< >0 ~~ ~.~ ~6 ~~ :::ttl ::=:::2 OC -"tl rC R;1"1 ~~ ~~ 0> > >0 ....z 3:5 ~~ :;En :;::Q ?,:::; ~l"1 €g ~~ Olll ::::0 .." ~~ a:. _0' "'- ::B ......Z o o~ ~ ~~ '" >0 t:l Z;; ;; z~ ^ "tl?G ~ ~~ n f'1z <: 0 ~ ~z ~?G ~~ j~ 0'" :;: '" > CO 0 '" 0 ;> ::E '" r- > A (:) :s:: fT1 > o o ::E ~ ^ fT1 '" "' " o iii ~ ;0 > Z -l - "' r ,I / Q 2 ~CMn.'1lt: CA.':'! _ II St. Paul Office 2335 West H!gnway 36 St. Paul, 1>m 55113 Phone: E51~535.4600 fax: 651~536.1311 ~:st--.r..M:::''';;:.!(t.=n:::.",:. " ~ o 1ilA Bonestroo Rosene G Anderlik & '~1 Assodates E..:;.:r.e~1'S a k:::n!t= o AVE '0 NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS MEADOW LK PL./MEADOW LK. RD. E./MEADOW LK. RD. W'/AOUlLA REMOVALS r.). () 9 o ..... c \,} ,:;- Cl o r '"" ~ () o ><:l t::!- 0 nZ::O("Jm~ C ~~~Z~~\ 0; \ 'I ~~~g~t:Z \ fTl \ ~~~8~ \ \ oc:tr.>r: \ \, r;;~~g~ \ ,~ tigo~ \ -\ iil'" g ) .;><~ C /c. -! ~ :;J- G :z r<1 :of; -0 -0 r<1 f,) ;;) ." ,-:;- .. -', ;::- ..' ~.~:;:;:-:: ~"''''I I'f' &{~ I .~I", . vii In .. ._10-- I " '" II I!!!.-, VU-..J~ I' I> , ii Iii ; ] jl ~ ; i-+__, j,: _ jZ it1 II I I a r; p cs -.- . L,_ _~ .. - - pI ~~5~~ O'~5~~ t;;';2l/l:l:: ~~Q~ C:~~ .-. ~~gj~ i ~ tivsmol t::Jm~tj <> g~~~1 (': -,~("J~. / U _I_l i 2: 40: 2 3/10/2[105 e I ;;:; I , .J .. ~g~ O~~ ~-gF gzz ~,- :~m~;g''''', ~~~ l ~ ~z("J '- -.I '" =' , 0>0 , "''''''' \34 \2405 j 72 \C:::d\Owg \3405172C201 "' ~/}[) If II'" .. // l~~i /I:l ~ / III 8 / //1 Q. . /-1/ I!J' iff I - 7'r 'I I ~ OJ" ~!!t - 0 19 ~r""V- r~o t g c;. I:'" ::.j>. '\. ,,,,,,,,,,- t; /~r:!/ // / I " ,. ; .' Orrl .' ___ ~ / ..- -iJ!agc,_,! II". 'i I~'''~ ^~ ~Fz~1 .,.7,,;. / /,/ , ., ::" ., ::T,~ "'!i og",-< r" ( 'I / ~c._. .,j '>'~ 'II r;;~;;!" r,.f 'i' I -'"""'"e"'"' > ,--t;, , cec'l ( 1.\/ , . xl I ~"b1'".4 sa~ j >5 ~Jl I I =::--=.~~:-. ~ zp -',11 ~[D~ I ( ~/ J : ~ ,f\\'. . .. ,'m"l-< "'~" I "va N ----,,~,~ ,-,-;<"1: "'2;:) 'i ''0''',/ I ~t. If:: '.A U OI11Z I ~~.' (- , ~:;:tfi III' 11 7':::" g~g II:; AY;~' OS-i j~. ::O-<(j /D J. -::?' /~/ ~n>I'1 ,'~ . /"''''''",/ ~;~ I i ~ - . {/17 l/;',t/(lf::/ ",j;Fi [I II I, ..Y./ ,,"I ,;,:" ~~i IiI 11 , ~l:t-~~r~;~-:=;;;:_~--~~:.~-,j.;~:~,' ;;>:0 Iii,!:, 1\ "~,-::-;;:.:="":-,,,,:,,:;,,,/ ~ ~~ilIlIJ I\,r~:'~\\ . -- -~~;.. --.;--}'1JI.lj' "I;~II~~/;~" ;L/~ -" ' 'Iii! J" , J /.,....- ,c__,\ ,J I I' ':- ~ l_~..' ~1!l1 r,." \ 0 I ..,Ensign lil' '."'" , .' ._=--=-ltir-0Jii\"~ - ,;;;__~"--.~~.=_____._ " I j.", , ...--=_0_ , M /1 1\IIIL~J. /1:'/ ....~.....~.." ~,--,-_..~? ,110 \ ) I '\ ?lll~' ,,!. ,.', ' 'w 'I III Ii; '~,', ' \ . i; .11; \1 ~ I ri, ,--, . [I ',ri ,fl. "II I ! . I-'~T " I 1 , ! Ii'-d I r+.'1: ]<1 I ..; ;,1; I' ~::1':ll: ,\ / ' ;-"--."j--'" ,','] , ' I' t l 1\ ~f fIt I ~IJ \....,. ..._-- ~---1'--<' ,. "I] ~, ,- - I -II 'I' ), ! \'< }'''': I', " I .i I ."" J \ , , , COz >= ~~ ~-iO Oz I ~ffil/l tr.>: ~o ~~g "tlt/l ~~~ ~~ ~g ~~~ ~~ . ~tIl_ Eg ~Q ,~~ = ~ o~~ m~ mtll Ozo o~ ~;-l ~~ ~e ~~~ ~~ ~z~ ~~ g ~~~ 8~ ' ~g~ ~~ ~ ~~F ~-< OZ 9:z ~ ZO:;:, ("J gj~g ~~ z ~:ft::J g~ ~g~?a ~ ~~~ ~~ com c:I m c:I-...I "'tl?5 ~~g ; ~ ?~~ ~g >~t/l l/l : Eso mZ ~~g ~ ~ F~~ ~~ O~F a ~ ~~ ~ ~:::oo ::; ~ 00 ~ za~ ~ ~_ ~~ ~ ~E"'" ~ ' '"0> Z ~~~ ~ ~ g~ ~ 5S~ ~ ~ :~ ~ '~; ~ ~ o~ ~ ." '" ~ I , . , ~~5 ~E~ of z c " ~ ~ e g ;;J '" ~ ~ m '" a B R i ! & \ ~w r ~J"'"V- !'- -'=Q ,po ~": S::1mY CAAittI ~ /..i'~il~'L:l t:.<!( Fil::J.~ J".!It!:rrI:(Ri;YTHArTH:'5F~:;:~t;::r.c..!ON..C'II"!P "'J.SPl:...<'"poUlClllTr.ttClll..."Ctllj.l"fC:~::ctS'w'?(;;',~ AA;:J n"'T l,w A C,-':..T L.C!1<St:l FR:;rrss!Ow.l,. (J>:;:.>;t(R 1.-"'~Tl;!LJol'<Sc:;mS!.l.r(c:;u:co.....(~t.... ~il~"! I<.Wi:: ..~'"':!;-~ "._.C,;.~~ S'"........l"~"3'It:: ::,A.!( St. Paul Office 2.335 West HI;lhway 36 St, Paul, MN 55113 hone: 6S1.e36-4500 Fax: 651-c36-1311 ~~!..",,'~-.:.xil:=ru. J[14 Bonestroo tCEI ~~~~ITk & ,IN Associates i:,..,g!r:eers Ii A~~"~ ....-~= NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS EROSION CONTROL PLAN CITY PROJECi No. 790 () f') o -" cs c:: ~ C'>'--~~ t..> .... . ..... . ~t ~ -', 1 S},... ->e: .1,:"___.-1 ~.- f I ;;:: fTI > o o :E r > ^ fTI Av, 3/1.3/2C05 E: ~5: !1.O 18 T I I I / I I I I II Tr Ti I I -LL 1/ ~ ~I.Q j l/) J 0- ---ll--1 ~ iT co to o 3.: a5: 7 2 \ac~\))-""9 \.3~ 05~. 72C.: 04. C'..g : CD ,OJ '0') I-...J 10 10 I: :1::' I::: .. ~.onnect:E.t.~ r-: n'1/2iEi:e:'1o:: ,~~. GV.& 8,0"7.' +28 . '1 : r""l"; [40 I r1 oe'o I I I I ~ ,"2\"1"'"" 'I ~+92.! ",,- '"')"7' ~ l"7: C"..._.... k+15.. ':.1 n I j I 1 L ee I n"'"d He<1 r2~ U21 ~:e~d E:H9.__1 "'-.,' r;,x..~ ... le~ .~ ~:. ~ . b+25.'-1 ~Ee:'ld r 1 1 1 , Sn5-.' ~[ 0 50!;5 'SO:!,l 0 902.4 0 sm.? SOU) liCO;S C SCC.4 SOO.5 0 501.9 502.0 0 S02. ~ , ill ~ .' 0'. -J. ," ! ~~~~~;~!~1~1~~?~~'f"~ ~ :O.'Z....~I ~-;:v?!:: St. Paul Office 2335 West HIghway :3 St. Paul, MN 55113 Fax: 651.535.1311 R::...'1J;t....~::or-o!!(.t~:t'S. o o J!JA Bonestroo Rosene ~ AnderJik & ,~, Assodates E:';;!;'ll:~= So A.~,,= --~.= to o NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS MEADOW lAKE ROAD WEST WATER MAIN REPLACEMENT to o o co to o co co o 6: .~?: 5 N '""'%~/ '~~' "0 ~c..O'"t'lri.)r '" \\".' HH~;@ '~~~;~..'\ _o~. ')'::;/11,. 5.~~s-~ II;.~' ~j,,\ " -!l.= ~" if jr~~'~..,~~ HH ~~ ~~ /'1'< '<::: g;i g ~< ~~. g Un ~l ~~ ~ '" !f It!.) 'N 10 r r r i I r I r r r r r I r r r r r r r r r [ 5 I ~I lE IT '"I ~ 15 T p I S'A;i2+i r j~ I ! ~ , II " I, " 'I I, II 11 ~ I! IV -I"~ ,I !j if IT [ l' ! I 3/1:3/2(;0 ~in D",q\.3~:;S17::C~C5, E-end I r~ \.34\3~05172\Cc sn.:!.5 S11..7 SC;;l. 1.~ SOl.Z s.Qe, o o " " o o . o ~ Ii ~ N ~~~:~~~;{l~~l~~~~i:'l~~D ~ '1.O',,"~TIl s='.......m<.; ~1'! St. Paul Office 2335 West Highway 36 St. Paul, MN 55113 P"ax: 551-636.1311 ~,,;:r.~1:.. M~ k ~ru. c J1I Bonestroo J:iI::Dl Rosene ~ AnderHk & '~1 Assodates fr:;!!;C"'J::.Ii A...::nlteo CD o NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS AOU!LA AVENUE NORTH / MEADOW LAKE PLACE WATER MAlN REPLACEMENT CD o o CD Q) o o -!'- o N g"i'i~ ~~~ ~~' -1z~ (} ~~~ ::::~~ :l=i==<o Q!t;~ E<z ~m ~~ ~A Via - r, , ~w cs I r r r r~ I r~ .q", 3/'2/?C<C) I r r r r r rg I r r I r r r~ r;." I r~ o iQb ~ ~' H-~ o ~ o 1'3-"1 _"'0 ..' I l;:..r;;n!'r C!Jl1n !~T ~ '''.,IN. ~C1l'::;:.I.Je.... Ci:! 1<!,?::>11 s:,;ll'.'!'T ...J..SPli!P....~Cl!tr~Ci'll.~:mlJ.rr:::J(r::rr:.P!1l'.~ ......"fJl....rllJ.l...c:.'\.TLJ;"n.'$c:P;;::fT~~n.-::;"'Hll CR,.\",. 1.~.'CtlllH;:l).....'Sc;-l.,!.ST...r;;c.; l.Ix..~.... F'il"''l .a.u:;;: ~.'O'<''' P. .0..'''' tts--"..:: ~f=l~ St. Paul Office 335 West HIghway 36 St. Paul, MN 55113 Fzx: 651.E35~1311 :::e:-~ =..,t., "'0!7-..<(.l ~~rs.. I~I Bonestroo .AtJI Rosene ~ Anderlik & ,~. Associates E":;~r:tt.":$ a A:'::!-':~ --~~ NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS MEADOW LAKE ROAD EAST SANITARY SEWER AND WATER f.tA1N REPLACEMENT CD " o () ~ o tN 'l c':"'~f':-- ,-I ;-~ ~ Iii g a :7- ;; a ~ '[ ~ -. ~ i ~ ~ - -- c:; _ c g ~~. i I "" ~o;<:: '" ."0 " !;:::Mtti"lt ;:.&~~ St. Paul Office 2335 West Hr;hway 3 St. Paul, M~~ 55113 fax: 651.636~1311 ~:::$!.!i!."~$c..x,,=";;.::.. :-- r.:: ;- '"'~ - '- ? ~~. ~ :::- r: ::;. ,,_ r: a:::- c. ~ ~ 1 f we iU~ J[]4 Bonestroo G:E1 ~~~;~Tk & 'f\N Associates En;~l'le=6.Arc'lr~ ........~-.". \3':' \2':05 172 \Ccd\O,.,-;;: \3':'05172:::':'C',. c.n:: .3/iO/:CC5 2: 29: CO PH CS I - ~ ' UJ UJ is 0 t!l '" o baoon r '" '" o '" o NEW HOPE. MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS aOONE AVENUE NORTH WATER M.AlN REPLA.CEMENT I! n r Ii If if I I, ;r :1 d T I T T T T r "I I r r r r r I I ~ , ~ ~ :JJ jj Mi t.1j, ~ii "f" ~; '" o o 917: ~ I 91S.9 61 o 919,7 ~I 920,6 6 0 Q 921.6 g 922:0 co 92L7 g 920:0 ~L g I siEO ~ 915;3 :t' 915:0 g 9 ~ I 9 1 4>- '" 0'. 4>- 'i I -I OJ <J:) --J 0 o 0 - - NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS MEADOW lAKE ROAD WEST STORM SEWER cs ;:: fTI >- o o :E 5: ^ fT1 ;:: fT1 >- o o :E 5: ^ fT1 I ~"" ,,---- "'----.~ I ~~o iUg o ~.67!L 6 ,~~ ~::a')H.l1 STA;O;;'OO RIM 901.24- lNV 6SS.04 [NY 697.14 lNY 8~5.04 -r. C3-119 {12+69. 5T;..:0-t.30 ~IM 9r~ I~ 15 12' 15 5: .33: 3/13/200 \3~ \)4C5~ 72\Ccd\Owg\.34C5~ 72C503. 6';.;0 .;1':: "" ~~M3 St. Paul Office 2.335 West HIghway 3 St. Paul, MN 55113 Fax: 551-635.1311 ~:$~"'-r.....o.;:..,.~.a;.<S'"=:u. .4D4 Bonestroo Rosene ~ Anderlik & lU, Assodates E."l;J:ll:l:r:;:a.A.-::t:!~ ......~.". OJ Ol o 0 i5 0 " 0 c; 900;5 b c; 900,0' 0 0 E99,9 ~ 900;6 g 500;. '" SOl,: g SOL: L' 90L. g 90i; 901;< g 901, ~ 501;6 , 902.3 , , ~ 901A 0 SOL7 ~ - 0 01 0 -" CS .., E \\ ;::: r'l )> o o ::E r )> ^ r'l ~ "~O g i g <0 o o 5:36:5 3/;3/2DO \.34\340 5172\Cod\Dwg \.3405172C50 ll".o<tET tt>I'l1'T tK.l.1 W.:5 FW<. s"t:::n:;...~;::t.l. 0;1 ~..-..;r,~,,,,,, liAS FllO'iJi!!: E'T lit ell Vk-::t;:z In c:;ttCi S',,?E1?'.s:::s AU;) ':1-;,0.1 l AI.I J. r:-....T U:O<:;Ul F;;:;::'US::::w..:. [W-~[II ~1Il~ =~Il~~~:=O'F.~:.,~:.rt Cf 1oe~'''ESCt.... ::ES::;Ntn kl'FllO">'E!:l ~csa.:UI':!:: ::.>.:;:: .:.v.=::;:;5 ::.0.11: St. Paul Office 2335 West Higlw.-aV 3 St. Paul, I'm 55113 Fax: ESt.53E.131l ~......!. ,I..~::<::;:'!( It =~IT. r>~ o Jfl4 Bonestroo Rosene ~ Anderllk & 1~. Associates B:;;ln~~:":$ &. A-:."::e=. .......~= NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS MEADOW lAKE PLACE / MEADOW lAKE ROAD EAST STORM SEWER OJ OJ o 8 897;6 0 6 0 + 901.2 0 0 s~~.e ;] CJ11' :; CH: N '.1 !It 1 F1L.: -- f) II ~ .. :;) ?(~~\\ ~~......r \~\,r-\ /' \~\ , ~,<~~~ '/ ,,<,- ~ 1 f i: _. ., :':1 24. 3/10/20:-6 ,j"'9 \~'::'\3405172\Ccc\DwS\34C5172C5C, ~~~=?=~t;~;~7r=~==;=:=F===~=-= 'l(~ . -l.r- J ^ lr II~' -----' ;;,~ c'_, _ " III "'I -- _. _. . ~ 1 _ , c, ^' !il'O __ t "'". .1__ '.. .::!,J II I ,!ll I-X - -- "." /_ _. . I .. ~~ ,1:vcG, - j . . ',~/5',f'11 1''\ I ! , ~/"i:11 [,vii 1'1+'===-' . _ _ :: ~ ^ _:v1 ; " ' ,-=,- , ,,(1:' I ! A~ " ','I ,,' " = ,oJll] 11'~,vl ri' ~I ~ J1 ^': 1 ~\;. '_ f, , f1, ~ ! 1:11 j i' -- - \ \ ~ L ;;::;.:---_______ _. - ',---' n 11" .. n- \\.~~Jj;'"':'" ,:.';t"iJ .~J..-g--"":-~ '\........-- ~ I;;! r'-'~--'" ^ II~ I ~ ,""-- ~ a :; I 'I " n ~\', y..<. 11 <:::, ~: f-il! i:1 ,,~ LJ-l.~'< I ' ,,;), IV ~ I I j Ill' Iv l"'l % h .\ - - . ". x // J}-=r'"~- ,,-~.~ 1'1:1 ~ I' '" n [~~ I' Itq\ I'~ c I' ~g M ' ~' I I': ~ _ ,," ." ,I ;0 ~!J_ .,n," ':~!ill:l '" iii'" -'iJ '" _ ," _,~n;~ I Eld,l..J "n 'ii --z-- ' ~I ~~i:;'", Ib g--'ll" .. ag Mil "", (Ill \ I: '(""-- ",~---l" ", ~ B ~ n Tj I ~Il I """--- ~5 #~. ~I - c I ," ~ ~ _, "~,~.. ,,1'1 , "" \,~<:..::_~[:ll I I dr,', _\ \ i/l' -~TI' II:~ ~, ," I r ;0':1: . x;;% '.;" \;:; I = ai" "'I' '[\Ii, 0/(. 2: ,,1;: g :;j 1'\' ji~ \ \" '" ._ .' "c. E j\ ^ [II \ ,.'. r' .:;:. AI 1\'1 \ 'i \' - . ... 'I', " '., '111' ,~ ",' ' "\,,.. ~ 'S ^ II 8i" \. . ..' ,,:, '''. 1~.1 "I \ ,~~~~ _ ,;d~~'-~ . ~ I ,,/' - o#~ p~ a)\O\ ,^Op~~I. _ I~ ' " /.;(v' '" .-<'=-===. o v" ''h~o",. =",-' -- "- . - , /.if'~7 .' .. (',.' Ii .__~" Ii o . f " jflA Bonestroo a::EI Rosene 'i\jIl Anderllk & tlJ' Assodates Bl;;J=~~ ('~ I a I r~ en ~ :u ~ CD ~ 9 I 9 01 ~ :.:::: ~ :::: l'!~~ .~ - - ~ ~ .....:r .:.v.'U'..'tt ...c~ n:.:. ~ ~'-~1;1 r 1-i!~(S'T tOlT:1T 'rJ.;,l.l TH;S FJ,.... s"ro:n;:.l.T1CIi.. O'lllrl'C \<.<5 PI1~AA~ Ii!T 1010: 011 ...~~:;!li lJT cc-.-r:;t s.."'or.-:s:.:::.... ","'0 TK>..T I ol.l.I 1. MY U:S""S!ll F~"r'..sCSA:. D>:...u;11 ~';~~ll ~ ~:;~C;",,~~~.:r CF 1oI~~::~1.. S~n:illt: :;..IT! St. Paul Office 335 West Highway 36 St. Paul, MN 55113 Fax: 65H:i ~ NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS SOONE AVENUE NORTH / 60 1/2 AVENUE NORTH STORM SEWER o 01 o Vl !. -- / / .. ~o II. ,- -- CST 2:27:01 3/;0/20 9\3~05' 72C5G::,d \3~\340::;72\Cod\ o g g '" g '" " ~ 1,.___;-" ;r- ~'"" J--'" il I ; ;:; = 0 ~ c:l-...l ~ fJ'l ~ ~!'J:-' g,~~~~b~~ ~~~~~6~ ~~ ~2~~m ~~~ ~e.g~~~~~ ~~~O~~~ ~~ ~@~~g ~~~ ~v.~> ~m 2Qn~~>~ ~~ m~>~o ~9~ ~~og~~~ ~~~~~~R ~~ ~~~-~ ~~ffi o83~~~d ~~~~~~~ ~~ ~~~~g 8~~ ~a~~~;~ ~~~~~~5 ~5 ~ ~5~ ~~~ ~~~~ g~ ~~~8~~~ ~~ ~ ~~~ ~~~ g;~~ g~ ~~~~' ~g ;g ~ ~~~ 2~~ >~m~ :c ~z~~ ~z 8~ ~ ~~v. >m~ E~QV. zQ ~~~~ pa . ~ 0 QO~ ~ u S~~~ ~z ~e~ ~~ ~~ E l/l~~ ~~~ ~rr.SE; ~~ ~~r ~~ ~g ~ ~g:=: ~~~ g ~~ ~~ ~~ ~~ ~g ~ ~~~ 2 ~ ~ ~> a~ ~~ ~~ ~ 0 ~~~ g ~ > x ' , . ~ ~-- ----rdfJi'~ ~w ~o g I r r r f8 , ",:01rl:T 'Em"'..."'" '''' 'we "'='0< " ""~I"~-<< ,~ w.>SH:J;?.ll;J:OeTU':;C::lCN:;rllllrC'.;:;r"CiS",,'?Ol">'S"=N _ ""':l ':'19.1 I .l.I.C ... W~T u::o.~D I'/icn::ssJCSA:. th-;:scrll C~N _"':::I ~;:\::-;~:;;-"Cfp.~,;:.~ Cf 1I;W'~I'" C~tD ~ ""'F>t~ _~:::I ::'--1'1: ~"~:7~ ~;;::u.~::l.- J~-~l1:: $.'::""""1l1;.: CArr St. Paul Office 335 West Highway 36 St. Paul, MN 55113 FilX: 651-635-1311 llC:;:~~""-'(I.:~:tt 'n' Bonestroo ...ltJ.I Rosene ~ Anderlik & ~~~ Assadates ft'I;ln~"'!; aAr.::!:!t:e~ ....w~.= CD CD o NEW HOPE, MINNESOTA 2006 iNFRASTRUCTURE IMPROVEMENTS MEADOW LAKE ROAD NORTH / 61 1/2 AVENUE NORTH STOR'!. SEWER CD " o () 01 o 4>-- (..:: g (; I , r".!RUl"f::urr:rr!li.l.rntSF\...lH.sPrc:n=>.n::::,,-c:;:rRtI':;m~ l;;;:) ~~i!{~!)~f!~~~c?=?rt~ ~~ ~ .o.;>~~:;>.'tO ."'~ - - ~,",,:J;"'...r: p.ltr .-..N'..:.oJlT !::c~ :;.A.tt f'~~-=. ~'-~lJ': ,.:I ---- r : 0','.,1 v ""~ St. Paul Office 2335 West H:;hway 36 St. Paul, Mr.J 55113 Fex: 651.535~1311 ~::!D."t.",,<::~"o.::::::;o.,i:S. ~,J""V- i: ~g ~r""V- J!l4 6onestroo Rosene ~ Ander/ik & .\JQ Associates En;L'lt'.ers aA."t:i-.:~= -~= !~: c.c, NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS GETTYSBURG AVENUE NORTH / 60n; AVENUE NORTH STORM SEWER ::: ;::, ~. .... 3/10/2 :"-C5~72C"'C2.:.: C;;:,:"'..D 3.~C5172\ c g o 8 () ~ o (]I m!N ill~i!i!j Ii!!!! !1aiuii no nn no_na no~_n..n-.-.~ o...~ ----- . "1 , t r<::: ~~o -u o E:20 ;:, 'lol", ~~f [ I ~ '" x '" n '5 CG5 rr-- ~ :'1' ~. :p;j - "I '~q~ "'I ( '" ~I~ 'ti ~ gi r I _ I _ ) - i _ I _ [ ~ I [ r~ 1'5 " Dwo\34C517:?C5C I [ [ r r~ I r r r r8 -" I r rg IHt"'!:erC!R't:.<'Y1H,l.rl~pL.V<.$F(:;:T:"....n:;;~C$l"'V"".;il1~O;;:-o't'T ;:;00 ....lSPRtl'.....t::;ll'TIol;:C1l:l-...':;!Rl.lTC:1trt:'Ts:r-'ur.~ _ ,,-'Or""l]i.oIAt.."..TU:::(""liClPRPn:SS~P.~R CI\.l."N .t;'c L'>,:::;:ll not ~ c; 1...<: S1"'Tt c; Iol~'~"'" _ F;::~"l" I;.W!:; ~~.~~ P. c"-,<~~" :7...s~ :::. ......~r...o .,:PO ~ - S::>;.lT~t: :;;...tE .....~-::>>rr.~ n.o.n:: .3, l'1lCJ.. 14.. ~4-~.tn St. Paul Office 2335 West Highway 3 St. Paul, MN 55113 h:;ne: 551.635-46C{ F;:x: 55H~3E-1.311 ~::;!."L."-\'::::o:..:.(.t~n:s. J!JI Bonestroo lOB ~~~;~Tk & '1\N Assodates Er1~!')e~~ a A.-d11~= www..t>c==.= <D o NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS VIRGINIA AVENUE NORTH STORM SEWER 0 ~ i g ~ '" a 902, g N '" 0 - e94,6 0 g 0 904,9 ~ '" 903;5 g ;] (]I '2 (:) !~ OJ ", -- ~IOIOIO -'-enenen ~~cf~ twww ~NWU1 cs 2:04:55 P :s:: :E '" N ill o en 0, N --J 3/1C/2C05 &1 01&1 :s::eno, I",,> CoNN rGtr10J .... \3':' \3':'0517 2 \Ccd\D"'g \3.:.05172C5(}B,:: :s:: 'f ~ N '" o en <b N '" - <<:...._~< :::; -.-------. - -----.--' o ::t:Cl("JZ:O ~~~~~ ~~~~~ g~o~~ IN!:18.... t;~~~ r.n-<~ -< E ~ ~ "'I"'I"'I~I"'I~I"'I~I~I~I~I~I"'I"'I"'I"'I~I~I~I~I~I~I'" m ~~~~~q~~~~~~gggg~~~~~~~m ~ I~ m e r o ~I~I~ ::01;01;0 '" '" '" "''''''' mcnU1 000 Ul :s::;ti Ie 0~ "'e ....;0 m '" 1 0 x ~ ~> '" . 1;1 ~ ;0 1 ~I ~I;ol;ol;ol I~ (') (..oJ m (..oJ m mWWW mOO ~ ~ ~ ~ ~~~~ ~~ ml~lml~l~ml'I*'"lffi .H+lm + +"+1: 9~, '1~1919191919191919191919191919191919191919 aaoaooooaoa~oaaaoaaOJOJwo ~ommawaOONaAAowaaoom~ao Iii I~I I~I Ii ~ ....1"'1"'1'" ~~lo~ q ~ 0'}-: ""'I "'I c;,' en '" '" O}~cq <'0 -F }7~~- ~ I:: ;1. Jl _ I I".v:tliT CPil7T tw.T j,;:s Fu..>;. $l'!:;~'::.o.1i::;N. O'l IttpO"l~ $:J;l'o'rY ....o.$PRn>AAUle-rI.l!;C"I\.lloo'::c:<>l'r'O~!C'1's-..rrOl'.=.. M~ n...T r ~ " W.'f U:;1:USD F~:::n~ "..:;~ DU>t"N =~Jl ~ ~:::~C;F.'~,~:.:t c;- l.l...."l."tSO":.... OC;::..O ......"It~'OJ ColT! ~....;r.J;O. ""'''' ~~~ <Inn 1'",,,, <"'> "''''F ~~ r-r- :;gi:i l;i;li '" z- Boone Ave N ~ Ii J:~\~t - .. I ,_.~-'~ ,.;.J,\',..... "'~ " I, ~~\~\~~L i -'~ ", C'l \' ,In ',. -" " ~~~ ..' ~;~ -,.p _k, 'i ' ~ " '., ,,,' (l. ~-:.::" __,I~ I, '~-?~ ~~:G",,=~ G ~ ti -----"'~. ',~ f~. '~~~llr, ii '. "("'): '"~ ... "I Ii Ii 'A :-/, ./" I. 1m I' " ", ~ ./, . '<--'- ~ j~i Ii /,/, ' ,e .:' '-.j e : 91"lil 'I' -...- :' ~ ;;;;' , '~ .: 11"1 i1 I; ~""'-"'''' .. J ---... 1~''?li II .....-.~~,- -~::..- ell ~1i Ii ' ...... , 0 I' " -L-d~,I:" =,~ 'I 7L== '"t" "~~Q"'~11~11 M b~a~.='9''"'-'1~9 '>.'.\,'-. ~ I 1'1' [, "T ; '..J _. ,c_'l. j ITlo,/ !' I! "'" .....,,,) 1'1'9'" ,J ' I '--, 'C =~, " : 0j , i ," . f ~Ih 'I I " Imll I I ," '- -"JI! -..'..,' ~ ):il I; ,I ~ , ~ 7 " el11' Ii : t. ~' '.. ~ _ '_" ~:i "!I .. ' '* ~ "I.!.r~ "" 'v . ~ ~ " T~jl 1.,0' ,I. ,-~ ~ ~ 0 9li"ll 11~ ' ~ C "" -, . I I -'~~"~-_O~'"-~~_.JT Iji .. "'con:;;; -~-- ve....N ---",.,~ 10 IY II! i""1::::j0 VI 3:; Get~b1r-g-A <----<--:..~~ 'I ...~:,,~~~ -.l-__-''''?=~~~~'''"'-<____<!I I 8', "'::.n ~ -~~O ---~" ~, II ;;;n~~~ '::; [,',d ~/,t;j ---10......;,....,:""''''''''11.+' 'I, g~~'" " ~ {, ~I" is--..c ~ ''', c'x" '-"-'C:, , ,'-, l:, '-' :i' I'I ^11J"'l\' 0'- ' ~ , I' . 0 ~ l]g 11 ~ jx ~ g ~ ~ I .. _ I_~ ,.~ I~ '-'" '" (- . . - J ,.. ", ~ " Ib:J ,,1_. -<_ . ../ c, ,,'On-. 'rID.''f! 0..0[1'''' ~ " . -' .'~:;:;l0 .', , "",. .0' ~n ' ,2' ~~'~a -C;f;;~~I:I!1 ~ ,;j''' Q) .. - : r~ 0"0, ~z , H" n ll> 'II " ~," )'~~~)~~ i-~'Jj ZJ ~o " ", 'r" ~ e..I ~~', [i'j'/i.I, 011 ~8"'8 g .- ' J ~ { 5<8- ~.~.CJ ;?,i \ ~~ ~~~s '. i } I, ''''"2 =,- :!I.I,,,,J" 'I "'E;;/z - ',-", " ,. ",'" I "'l -~.-:.....-l sl ,.;; '" I', -------"'0_ ;g~;li c: :\, ~' ~ " '.." r--<", '" " M= '" _ ~,. , , '" , 't , ':~-,-,- '-tt '-'I ,j ~~~ ~~ ~;;~F~ gg~ ~~ ~~Qg= ~~~~ l/l-<~ -< g !~O "--"-~r""V- I':S"l .7.;;. ."'C =1=:::,'1~ ------ St. Paul Office 2335 West Highway 36 St. Pau!, MN 55113 f'h:lr.e: 65l-536~";600 Fax: 6S1-535-1311 .. -...,---- 1....) jiJA 8onestroo a::m ~~~~7k & l\N Associates E:rt,....n.ee."'Z"&.Ar:::l,~ ......::c:.~.= NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS 62ND AVENUE NORTH - WEST OF BOONE AVE STORM SEWER (") (]1 o '-l c, ~,{, l ::// II \ ~" ,.n ~ ' ::r: BELeN; ,~~ l' v ,.,,1, .. \ ' __'0 "''''''51''' \oil 'I I, ~, ~b . ~_.> "J ' \ \\\ 01 ~$. \ _.v~--=',r ']~~:a~ ~ :"b-.;~~,"\?c"."~LM_C_M J ' ~\~, 'Uq ~i\\ ~~g~~'9 nlll r =__=::.'===-::.=::::.====~l;;::::=-=-:?==:::~~2-=_.....l.:~ ~. ~. i~',.... \\ \ 1..______ - '"": It':.., I' ag-l~@ c f jO I -,-,-,-,-,-,-,--=,=--------------ci:.1.!. P 'h" _"~I \ . CI' "- o~ 1'1' "'11 '-'-'-'-'i'J ,'-'_ - lod\ "", "e '''' -, ~ '~Vli _. Winnetka Ave N b\~1 \II~~ ':: \ . ._"- r' '~;'.1g ",I II . -.'~.s=~~s=~~s=~~s=g~,~g.e-G-e-GrEj i ec-c-,-e- e.. z' \ \ II; ~",.. ;,Il~~._c~. z; ~~~~:-:....~>t..~~~>>f...... _ J. , _.:...~~~, t-G-f-:- \i\\, r ~rj I ~-(~ o~N .; ~ I.\J:- ~ J "I'''''' ..,. ~I~'"Y ,I,','." ,- \~'\,\ L_-...~'1'C,x~GO ! . '"-' I 1.'; (1 -::- '-'.~ 1_____ _ b,..,ir:~ n \ ~.- ~ ~ ~r:'--~--- __u ...,~'\I'''_~JL- , !~ ,;, I 1.1" I' " "--I&~ :_}cc Ii \)'~ ~-"-===- ~1I\OMPOOJe ,se~ 1;1 [)\ ~ --',1 :---~.----r~r---- ;-,--;1 r'~-;;~--' __:~J:1 ~!; -'~'~-'-'--- ~~~;~,:; r/_---.--..~!><-~W-x ~ FI I t _ I'i;::; _ t ~E!n:Z;:;:;I'l j I I; ,~.-~ _------L.;~- .1' ~-" - ~~::.-r- ~ 'L... ! '" ~_L, ... ,I t tn::-,~tIl "= J II _---- _-...-...~:~~-..,--=t::;.J~~'1';~"~-;i:::!"--...,..... ""1 ~. 1'-' 1 ~- ~ Z;;!5111'1" , ---'- . __';:_-~'-"-',o-_.-"-11~",-~,=9Til Ii:! -- ---'I'~ -- '~~~;~~',~ i~~ll~L_-:::;.;.::.:'~~c-' '\ " " nl~ !i~ll r:: C~~_"'_' _1,_ " L,,;j~L9~HEWf~~1 fg~~F~::--::~;;~~' \\! .~~ ,!g':ilkF. !ill~ =-~~. - ~ . - ~: . I :_~-='_o r N?1@-x-,lf;!IU i~g~~~ :::::::::': I \ ~ bJ.iU!! I \ '. i\':;' c. ::: I I tF.tr.\:l~ ~IJ'I!0 i;ZI o=:- ~...C; r)\ -- lp~ 1!1i'. .\\1- ' t: ~j , !Q~~ illi;11 , r!j8~~ (.; i --'\"jilll r1fl- ,.. \ ' c.. '" Ob't' i'ov>:11 ' . oj,,!! 'I 'C ~ ,,' . 11 i L. ~;i!l~ ifi;~ -=::-"=~= ;r ~lQJf , ,'___ ,.. It! ~II~" '\ tt"--,.,,jJ \ ~- ,- ,,'. P.i'L-__~..._ ,;iI;I~U Ij c, <:I~ ~_ _.J ; ==--==,c.-c;-P:l~ if r" 1 '.' I"-",~-,,, --.~ ~I''''~ ,,~'" JI f , x ,\ ~I~~ "0 ' ~~_~~~._-,~,_" t,~:i.i,'?,~~lg ~ :1 '~c-- ~~~ 1"- -"..~ Sumler Ave N ~ "I ~ i',' ITr-r ill'l ~I~,i' .' . 9..1= .".~' iV ~.;. -;.J, f~. j ~ ~ it ~ ;:: ;:: ..d Ii ,n I{ "", _-==_ o;~ c., e-' G' ~ v " ~~" 1 . - -I V' ~ ~ 01';]/1"" /: (,v " i -. ", ;Egz~'~~:J~:j~ f:t.,-~~ 0: /" :1 ~__ -~ - ,'n, ~~l Ii ,"'':=::~ ~,<\' ,~l/l::-'z.!:!j:t::... o--,E11iT r: v ;5 "r'! / I," ",,: ---- _u "Ii~lU111 II ." :, "_"' ~'" ~..:Z>O' "1",11 I" 0 .,,' , ";Fl!l~l I /,\i\ ',\;~ o/'F' ~:::;PlF~ "IT'I~ WJ ii 1''''1 I 1 :1;4;*/' I, ,i~\ \ ,~~.~ t e 0 gf~~~ ::~:.iiJ~ \~ ~k /1 ,,,,,!I ,JII~, II ""'1\ 'II, ,,\ :~, '-~I~ ~ 0' g I ,,~g' ~;iW \1 If"~ /! ,'''''Ill _n_ !2iil Jr i! \\;~ \\~' ,";olJ. ,__,.~~~;,J 1::Wiim fi~m'-="="~-;-'; --- /__.'-'"'" 1-'-~~-ltl]~l 11 .,~ ,\ '.' '\'" , I ",,' , , . 0;1"1/1: "I" " , "1'1' 1'''1 ~'I-'I >;;1 Ii W'" ~ i, '.'\ \\ f: g ,.., ',;:i- .___..0::::: ...,:O.I...:J ;; i 'i ; Ii::;. ~ ;;::t ~ t;:: ZC ....jnt;:t: >..11 1 ,\1 \\ \ c .. tI r -. -......-i -,' 1,!t1 IlvU I: j :--. j"",. ...., ...~ to.; -;::; o~ l;J,',y! ~ L. '\\ '\1 \__.., \Ii' ~ ~,gl!!G,vl~ ,: ) - '.n___n._:__ .ffi.li fl~}\ ::J'I'_ ~', . D..-lb ' ~"I:II II" ",,- ,:-,~~~', C. "'0- t \\ U I c, ~}~ ,. ___~ -1('J '~~~ !~ ~"tl ::~, {'> j-.'''. ~~ 97~rT~-tj-I' O-.l illl I' ,,1i1, 1\' 'lEi I, .:___c~--' u_ ._, , "..' 1L:J"k- :;:., I.. I', 'I ~ 61'!i1 "~ N~ 'II =c=--~ .: : ~ bl~l,li w I'!.T ~ -':1 J1 I. .'.' :;:. 1:;:>_ ~ I li.lhJi ," " ','" .' " Z i~ __.........:\...:,\1 ,,-I ._C'h~:' ~:'IJ li~ ' :~ tba~ ,\I ;l'l i: 'c- -' wi ':, '--- ". JI~li* ili 1 !,", I ":40 tL ~~I ~'i' - , ,'i';, Ii I ---', Ik 'r Iii VIii 'v f,'~ ----.J :.: &;, 'r" ::; I * ';1 j ~~ I ~d'1 ~,l :~i i \I vi\j c: biri: l!:',,'\ li.if 2 ,:19: h'+:::_., l ---;bt ;V:~Y;.~ '):;~i I.'~. ~ . ~ i lii\il U - J 1111! ii, ~;, Iii! c~~~> ~i 1/\1 . i, c' cJ' (0 ~" :' ~ ~~tTI ~' I", ,1,10 0-<;'111' 'I~ " -, :j" " :~ ~~ 4;1',' ii";,- ::.;---~ :~: ~" II;:!' ;:: 2.. . rn 9i'!.~i.,D/"'1tj , "", 0,.1' II.",'" ~ I o-e- Rl,I IX". =' 2'" H" 1m'" ~ '1"," 'I' , ~; I,'.. I " ; , ,.,p.'" ~ ...'I,'llif / ..-------. j ~III,p."'I'],1i -9 -1 <oJ: !rM I E ~rr L_ ~li:~:r; R'I~ L, ~ m@f,:..:r:::lt::ln-:::o I', ~" I '-, o~ ' -IQ,'!!ii " I -- 17;fj, ii,,,, "' 0 ijim . 1 ,___ ___ I' _ ~__ t1..... l:;: .... ......... ,..',. \:l!VlO Z-l3:: ~1.J ,1 . ; r cd~:H1 hy ~~ p.l~;:H ~XIEh~~>o -N9^V:i \1! ~.::! ,~ :::O:::i:9:1 II Ol J" ~~ c. . ~ I t6~I I~~~;~ pUOISIIi: ~ : ' "", 2<1 ,'- 'I~ ~ r >;;1 ,t ~ i) ~1'!ji.'1 'Ilral;j'" _ _~ :j.. : 1=1 jog 'L,2~c.{r:zc f..:..... ~b.:I;::. I epo4l:ld,1' 11'1- - - h. 'II -- n ',~'" J .if'\'~ o~ ';, '--h' ~nlll!! 1Ii,!',,;'.1g I"" ~11 p, ;; I,::. >;ti ggll >1/ ::Jcn - ~..........~ i1it~l li-.:ltr. _ 11 01') O~, zc 1'"'11 <' <;J~ .---. --- . ,-'- -- ., ' "I'! ,",,,,:11 11!1 -a. __~ .. 6~ ... ---;oQ :::b:ffl m ilL >:e _.__ .I} ~,>-~~1 ::: !~-<~ II, ~I [' - .' ' ,.i;l~ ~III,'I~zif6...-Ji:Ej,- -:==~=_n'l " ~,' "-f.lll~.1 'Ii 3 3'. ;-~-5! II ! -- ;: ~~ l_ - --j5:~' ~!I'hf Hi. ~~ _ _ - r)~, I'.; ~ i -i{ qi v I "': .' I ~ ~" ' ~ ,r"-- ._- ---- g~ 161' H "j~ '" ''D.~-~ ~ ~, '0 ' . 0, $1 v 'I " ' CIl I' g "II ~~ 11~:iF~': !~i5 ~ "" - : ' -- L:!;c' ~ III oil z" . _" - - I '" _ _.7 f ,I; .. II, .r --; ~ ="JI IT j'i Ii ,_~~~ '~ ""'Ibl':l~" ~ ~6 ) ;--- , :,~: c,~~ ~ r:: _ li J _. r'" .IP~" ~~~ I ~-L_." I u: ! 11if:-t1jq-:-;- 1"1 'I I -'fl i,' 'c' ~I ,Ii, 1, .'" I Co " L.. c ~l~li ,,~:.;jf;-o"'-= - ----I-~IJ ~ I ~ ~--ll __~ ,j; 71~JI~! /:: I -'~ (~ i-~'? .;J1~F*oil; : Iii lv, I ,~ ,!,,~'- ~. I ffj(1"Am' ~ ci " ':: r--' ~~~-".'.I I ii" .. ',.. 'I' 1" V" em" ,- C J ' '''I'J I ' ',:,. % II ,: n, J I' ~ " ql'~ "11 _c 'C' --- '~, 3"~.I' ~ i' 1 n ~ _ IPl '- ~ - ni 11111 ~ oj -::: ~.- _.J JA"l< fJj j: ~'lii ~ I" ',-~' 1)1"--'~' --- II~:,I~ ~~.;];l~gBii'i ..--- ,'- ,..j:J,: ill i, ~ 9[1 t, ~ 11 r- ___ il-:111 ~!;'cr-o!~~- ' : I-'~ r?~Jl v _, _~:I I:,' --',,5:' ~ ~l' ,~ijl ~~:::;"F~ 'c '''h~___J''-; ~1.'t)1 I j-. J x' '\' .!ft N -, 0 I'~"~:Z" "N ""'~~ , I' I ~I'I - 1"1' 16"'-<m", ,". .' , ", ''':-J't-'.,'I v " . \ ,__J~ L_ L __-' I I co :ZIO::E ... t..____J ~.;,)l v _-----, j II ::1P, - T r pj~ '" 91 f'l"l:l:: '().:J; I 'I P-::l.r.:-- - '-er-'l~'1 ~ \" r._ 'f'b.l;1I (;~~~'" c-, #10 I ff' ~"3(\Q\ '\, . ,0,1 " " 111""~ I',' P'~," j -, " ~" rl ~ 'I ^9'" \ "I - \'\ ~.. "'j'4!, ,,'" '" . , ' .. "r-J' 1 'I wI:;'~"rp :).2'\ J " l _ _Jli Il ....~;a< _ ,,; (o. .;:;; r jWI I Y \,.:,.; \: \ 'J \ 2: 'f, t1S J '--- ?;i'I:' ~ v,nJ. ~ .., ~ - : ~iF~'~' ...'Ii '\:6 :1 \ \ 0 r:'-""*' I ~, I~ljl! "I r --- ~j~jl t:'v !I ~: ::: __" " ;J'\" ,g -, Ifr '; ~ It L "'0 l:iJ1mr1 v II .;;. t.lN ~ 0 c:> C::-..J C> l.... _ lA N....O ~J:fj" v I; "!M[/ ~z~",<hg>~~;;,i50"'.z'~~ij':r"'5"'.8"~''''~' ,,,n ~"'i' p.:6~} 1.~~llBi~ .~'q..-c;03~n3"'0~~Oc3,,~,,9.a,g~;;<in~III' 111'1 ", 71m."' v')-<..z;;!o ~~~~:~~g~g;;~:[~~~~~~~~:~gH~X~ _-^ \1/ u ~':,~ ,.. " _ ~>\:Ii I fl~~~;~ R.5 g ~~ a C'~ ~[~g'g-~... ~~Q ~ E.g.~~ g.:;:g:nt~ / r\ iJ (, l!ff ~ -= M11i v R~:t:cg~to ~~O~9. g.~22F~~~.g~ ~8~~:i...9.a~]::-~Ul - -' b.~ ?J" Ill' I n o~::;-<;tt; 0 ;::.sc;:.ti......<; :2Q.o..o<;.3o;i-g..r IS~~ASOVE! I'ml~' n'N~m ~~.:~~ :~~B.~.g.~[:[ ~~~. ~.g:~~~ip; ~..--E:. 'Inli ~ q~;~ .'<;'<S:;:' Ul:,,!:.:Eg~=r.cg e-nii" ~n~"O"t;l:J""Q.~ ti .'! '11 ~-< rrl J!~; ~ i~;;.~~~~ i~i ~'''~HHH '" [I ::TI.~'itE:~ll 3 00'. 0 ",~" c .,~" 3. ,'0-- ',,-' :2, ,F, :1 1,.1 "'9 &~l~ ~ ; ~.~~ ~;[ ;1'; ~. ~~ilg~l ~o ~\ (~t ~ ,~ ~, '; ~v U~ <:: :";; ~ lA fl c e-.' :-> 0 3 r. c, r. li" c ; - ;; ,8 J - II . v li- '" ~ ~ c. _ 3 ~!l, g g; s 2. '" SO.5-~': ,\ ,:; '"' ) ~ (". F,I J , I!. :I ~ ~ ~ a ~~~ ~; ~ p[~~~! g ~~. I" ,:'0, ~llM 7 "0 " ~.. . n ' , " " n , 0 > ,,' I" U,' ' " ~ll1' X v II ! ~ ~ ~ ~~ ~i~ ~ ~ ~ ~ n~!; ,,' '~~~~~pd!~1 q I~!" ~ ;, C' ~ t: ~~ (; ii" :1: 0- ~ g. ~., e-e- N a^\.I DUOISjnOl f,lt; X~I~~ 0.. t: .~:f t: ~ 0. n . =.... '< ':; y . J1'!!' I iSn - I " <:: ;:;: .... g =::e .g;; 0 :: r; ~ -- "F'"'v j . ~ Co ? ~ g ~ g -'-~-"~=trL 5 ;~o "';s ::'tr'; .i/; D,....o\ '~;;517?CSG7 \34 \.34C5'72\C CJJ i> :-u 1$ /IJ :!: I' o o U1 S:.;.;-;'EY :::-:v.WN ~ ~ ~ ~~IC. 1l€Jl~1?f Ctll'fWT T.u.! OKS "'......... s!'t=-...~;:;:;'I.. ell ~!F' ...l.SFllrPAAnf!'TU;;C;;I....-:;;{Rr.tTc;;tr::;r:s;.~~.. ......:l tl-\l.t l,o.ll ,. D'~"tT l.."'..J:NS!t p~-v~ or.;:I<,..n::1I 1....-:rlltH<:t....'s:::-rn-;.;:sr...:tc;"'''''",,;:s::::.... PRJ.1 ~_~~.~:::+.tc~"" S;::MT"~'~r: ::..n: St. Paul Office 2335 West HIghway 35 St. Paul, MN 55113 Phone; 551.535.4600 Fax: 651.635~1311 ca:...'t5'~:::-:. ~~ ...,,~l( .I: jLJI Bonestroo I!DiI ~~~~rl7k & ~_~soda.tes B:"K'__'" a A:.t:~!,.t.::s- -..~_...... NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS 62ND AVENUE NORTH - EAST OF \VINNEl"KA AVe SiORM SEViER () CJ1 o OJ cs t'..l :-' C'l _ ,m j:i ~ g 2: ~ cfi" a.t;" ::0 0.3 -3 > ~ ~ :s ~ !~ g: ~ c;l. c;l. on. -!!.. g:[ :;::a ;l. g 0 g 2.0. g:::: ~i ~~ ?-.E s:~ o . ~ - ~- iH o c:~ t ~~ , ;: ~ g i s. ~ s: . . o !!. " . ~ 5" o 0- ~ ~ ~ ~ '!'- S.-1 ~1 ~ ~g ~!~ ~~ ?}~ g"~ ~~ ~~ a.c: ~ c ~ :!.g [~ [~ o[ ~~ [[ .[2. ;~ ~~ o . < ~: f ~ 0 2- ~~ ! '" , , ~ 0 li ~ , n " ~ ~n g g g Q o~ g gg ~ .[~ ~ ~ [ '" ?f'l !D;>gs- ~g~~~Q€~.g: ~nH~~ i ;~ o;~; g: g~~?gJ~ ; Q,.Q 0 a...... ::::3 g-c n ::;;"0 :E::!.. 0 g [ :l,E ..g H ;f ! g-o g 2. ..... ~~ ~g ~ ~f ~S ; ~.. ~~ [ x 0;:;1 ::r g ~; ~ t s:~ ~ I Q l: 0 tn ::1"0.1:1 $ ~. ~ ~ g ~ I - g- ~ ~ " " .'~-'I "--J'--; ~-~ :=-~~~~:: ~ I?: '01 > '=' o ::E j;: ^ r:1 ~f ,'~. 3/10/2C05 3~05t 72C509.d.', r, '~'=I \ i _ . \ C:::d\D 3~\3405i7 - Z (J) rr1 -l .r-----. )> I -l rr1 :::0 Z )> -l rr1 z o N 1---' It ) V"~'Mit; C/..'r~ St. Paul Office 2335 West Highway 3 St. ?;!ul, /01.'1 55113 hone '1 ri!x: 6 JM Bonestroo Rosene ~ Anderlik & ,U, Assodates Et:;!::ee.""$ 6. A.-c-~'te::::s -~--~ NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS MEADOW lAKE DREDGING CITY PROJECT No. 790 () (]I o (Q ..........I~ ~..:_ ,I c "l" J-~'-J ~ i"or, ,,;/ ! j J I ('~~l: .-..: l h'~';L_,.' . '---------- ;:: l"1 > o o :E 5: ^ l"1 l J h I'x>-~~ .;, --, OM....., p . I:~< > 1;'~ I I I r ~ i: cc;; '. '.. ,.,,'2' '~""<:'7:\C::::::j 904.-5 s0:t+4 g SC2.2 S~2:0S S02.1 ~~l.SO S02:.1 ~?~~ 902..7 3.~ c o o g ~ o + o N o + c ~ .." ~1'"C I i'!O!L"TC!R't<fT1WoTl~ P'J.I<. s.~!r:::n:.l.n;:;/oI.CII F:!:i'Ci'it S'_O::-.u IUS "~?AAD l!T l.I! C'f !""';:;r:;l U'Y P'Jl!:T S1.:1'V!'.~ AA,on....rl.w"!::.r.yu:::!m:~ Pil:ftS$1OM:. th':;;>.'!!jI C;V.'IloI ~::;.!I ~ ~::"..,cr~,~.~.~'.! Ci' ~'k~"!s.;rJ.. w::-....n #''';<;::l'>;;: OoIn P~:J. ~':), s;c....'l1J't!:: CA.IT St. Paul Office 2335 West Highway 36 St_ Paul, HI: 55H3 Fax: 651~636. ,,:~';L...."!:v;:.;xL J!J4 Bonestroo a:D ~~;~f7k & 'fJ1 Assodates Et:;;;::~e.7 Ii A"ti:::e=s ........J>:r-.=..= <D N o NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS MEADOW lAKE ROAD WEST RECONSTRUCT STREETS <D o o co <D o co 0) o o en o ..... ,,~ .'>''0 ~":::l ~;~S:t;~q~~~1~~~~~'~~ CA-~;: ?~::J. h-:l s...""l>>.':"v.l!';, t:.l":'t St. Paul Office 2335 West Highwey 3 St. Peul, MN 55.u3 rex: 551-635-13 l':~"!.k'Cnt.!(I:""'~:u.. lO UJ UJ g r r - I I - [~ool_ "l~ "l!l." I 1 . E:\'=S: 0+30 1 E E\~t:: SC-::L37 I..~ .? I I ~ I I I I I I 'I I ~I \, I I I I I 1\ I i EVO" I"" I 'I' "-" .,,,,1 I -'~I ---I I I I ~ =- .~":;:.":;::;: 0;:."" t. ;~,;; c': .. g...; >1; . 1< >,~,< I .0 I ' ,~. .C5".:":.f'o::>e>+c , l.rGH~ E\'CS.15+7,1 I , EVO," ['2':>0 I I I I I I I I I t 1 :;'~: ,g ~I~ ~ ~ . :~( r '01'''1 'I '~1i .k 11." I j li~SS ,- S:1Jl e~::z: .01.05 I g 1; P v.~ ~ I' I is, "I:;:: . _ hlC_.-C 'p. 11,at ;; ~ 0 ~ ~ g. E\f: !iCO.S; I . r . ~:g:~ e I I r I I r I~ ~ [ I r r r r r I r--l-r' -I CD ~ICD 0> " CD 000 NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS AQUILA AVENUE NORTH I MEADOW LAKE PLACE RECONSTRUCT STREETS I 1 1 1 1 lj I~ [8 cc ~5; G3 pI, 3/10/2005 cwg 5\2..7 SIT"01 S~ 1.5 0 S~l.~~ 0 SOS.4 50E.60\- S05,9 S07.~S + 9054 0 :~qc:~ 503..8 504.YO g so\:!; 502.14 501.'2 c S~1.~5 '90U S~o.~7 + S01.2 0 ~Ol:~~ geL4 ~l.~? 1] Ol .- o Ig N'1 \.34 \3~05 j 72 \C:::d\C wg \3405, nee .-;.:~ 23 Pl.~ CSi CO '" '" '" <5 '" 0 0 \3';\3'-;Q5172\CCd\D,'''g\3~05172C613. IJl IJl o OJ --J o I - - '~I ., ~ '...}\ \ ;:: ~ o ~ r ~ I'Tl .:::; 0 s: (T1 )> o o ~ r )> ^ (T1 :::0 o )> o (T1 )> (f) -I , ~iC Q o ~-I> ~ ~ ~ .'7 p~~: : ~,~ ~ ~ r ~c I I~~s:;; t~fl~~:t ~ _,00 '.. 0 r - ~g ~ ~ 1 I I I I I I I ~ =~ . .~-= .IS:;:. -rx;]' ~~~.~ lr <~I l ~~Ii:~i o. . < I I I I I ! I I ; r r r - r I to"", .~ -I ~1: " L L L L L 1- <0 o .'CE:eU1.5~ ,j::~ ,,. :t\~scO:. I S03. 16+<4 903; I r r r r r r <0 N o r OJ '" o l I r r [ <0 o o I I [ I r [ ! I r r I r r I r r r r r r r r r r r [ OJ OJ o OJ C> o 1- r r r I I I l > , " ! i I ~ I r I I r I [ i I r r r I r I I r I I r I I r - sc;;~ .~ so:u; 0 5Q~<4; 502:9 ~q~7fj ~ 5,:)3.2 50.l.1t soSffi- sou; ~C~H iQ~\2E ",'". ~, 503.1: S~~.~? 'In.''''' ~ o C + o I r r [ I r OJ Ol o a'l ~c ."" I HtRt:e"r =~Jmr""r n",-r 11,'S ........... 5pt:;:;.....o.n::;"" elt Rl:?C;r,~'>;;,.n IUS Fl<<;PAACl !l"1" l.I,t t:;z ""::[11 U'l' c;:;:!tt;1" S:':FOI'.~ AArJ lHl.! IoWA t"_".Y L'=!k"a PR""...JTSS:::.:W..:. ("':;:';t~ ~ ~::;' ..::~~" '~""':. :"'~ IS:-~Mt:.~~ -t;.i.!t :~ ::.o.rt aG u::..k'C ":'":" -~::.l~ St. Paul Office 2.335 West HJghway 36 St. raul, MN SS1l3 Phone: 651.535..;600 Fax: 651.636-1311 -::~"C'<~..::::.. ~"oZ. ....~u;,..~,j; '=':U. JflA Bonestroo ~ ~~~~~ik & ~.~sod~tes ~.~,~._~ I!t. A.~.h!:::s ......~= NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS MEADOW lAKE ROAD EAST RECONSTRUCT STREEiS OJ --J o ~. 1'.::: E g () 0) o Vl llO I~ I I I I I I I I r r I r r r I ~_<=I s ~ . ~ ~~~~ <:>.1 I .- I <..tit ~r! - ..... T T T T T T T T T T T 'T I , CD <0 '1<0 1<0 (Q 0 -0. N o 0 0 0 NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS GETTYS8URG AVENUE NORTH RECONSTRUCT STREETS cs 0, <0 o 38:0.t i.l:....". 3/1tJ/2CCi5 tvCs: ~ ,?\.3~0 CD " o \:::.:. \ 3':05172\,C<::<::\0 CD 0> o ...1-,. .j/;r--- \~; C".... \f\~ ~\~~ 1 .,/,1 ~ -' 'y \\ ~t."",~>".~,~ ,"+-~!,D----,c:,(! C J ,- '~ o~'.\ a~ v,.,,...-'" ;;....,,,,- ~~_.;-__ \ I ,"\ ~ ~_!),_ i"" ' , \ ....----?..----o.o-" . ..,/ ~~ ~:::~\"\\ P":"'~ .--. .,,/,-, ~.':.: J\ !~,t > ,_.~,/ __Jc-u;~-:.I\~; \L{l:'----~c, --. / ,-_.~--, '.' :1 reh-- g G ~J :; ~ ~,c' ~ ' j II "I ,': ="""" -':---.~. ,..J.' I' ~_.J ,-' ''''" , ,:1:> Ii i~.- .J-- -:-~~..:.::~_-=:d':~-~-~~-'1-J;;'-~-f____ -;.._~ (~ aIOJ!O lS ~9 ft; FG I ,; ~ r C~.,..O II ~ ... , '" J =,,1f(;.,G I ~ ",,, ~\ 1) I ~~'=',---'-o-c-~~ ~\ ;, .... I ), , r'-.......,. -,I .- , '\~. ~.~~:.~---~ t-:-'-i ~ i J Ii j i~ >:r . - 5 \ '\ . c! : Ct 1 ~ I;~ I:; ~:~ l !>\\'J t _~;: Is ,l <::> ~ \ ~ ~... :) \,... ~V:4; c,~,+l:1 . 7 = \~ /' ,'n,;7~.k),., I' ,;, ' " o \ '-, ~~; I:,) J S I L ., '~r~~ 5 (.J'iEil.~'" ~qJ~. ~g; _ + =-~-=n O,~O"~"- ", 0 " i (~ q" I lW "0~. ;-'0n~.J .", l L~. ' "'~~~_.,_ '-" . j F triZ~/.u ~;> :" :' o_~ "D~.:::, _____,'" ,,' , I ;V-~.d- 1 " i ----~ _... ~..~ r ~$& I ;:;) ,-' I; () I ':00-:" 'II"" l,,: t I I _?_ J~}JEG~' ~~:;; i ~ ! ~ 1------ 1---. __. '. r': I 'I r", .---- "J ~ : , ~ ': "; \:'_, k;X";;:V. ,.:~c l - _ ~ I :: I~ : ''-irY''.'1>:\.~ .~ _-n"W 11-. ---, ~I L__" '.~<62:' ~ OJ> ;,., ~ ' ~ /'1/ I ,"'''' ,'I I": ~ ' ~ ,: '<';+:1," "'",~ Tl =0___2~,~~=8~~;_'=_________ ,'~:; ~~-- ~~J N aN-v Z/~ ~9 ',' ,,ij;4%:~~'; ,- ';; ~~ _~i ~~(:r~~:?:;;,-c.-0--':-2"---------- . .:,-: (8 - :"'~ : g~ ~~ J ;:-.:,; ('~-;: :':::1 ~-~) ,.;) 1:."- "II: " , ,~~ J~, '~:.' t" ,:',1 c, - ~ j-" :;, L___ ]f' I < - - ", -- - -'~~ , L - ;;; l' 'co., '" - -___ B .,-~<::> 1>= I " I ~= G;--., ~11 J~~...! :''1gr--''i ;3~ : ;-- :.;eJ tf j '''-~'-''';:r, L_" f ' . ~,~C?h I J t: 'E " 1~1 --... e ~ ;c.:~..l.:,,: -I :2-dw// r ~ lEi j"..... ~~- ,((2f~ '... ';I)! J '.., I' "1' --- "" L..-_._"_,L:5-~ v. ~coi ::t,i':;; -. ,j.J;li I' ] ,,"-", -, ,:; / "j"JlJ' '. ':11,1 ... g.t'+. r~...., 1\-~'7 I 1 f:;: (; f.... t 11 j . ......J ) J.l ~;.: e ~ I ~' '" ;; )'~ ,'- ~...~ 1'" 'c:, /0' - ~ -, " ,,~, -- --...., t......-............ I ~ '" -.... 1_ J / ,,, 4'''-: ... . 9.t ~, ' f' 'h I~ " "" I / ' " , " / m' v-- '. -,1 - ---'-,1' ,'-" /: 1/ 0 '. ";' / ,e' I ~; ~ 'j ~ E ~;i ~~ I~~__~~~ ~ ; j t10 z~ \J / ~rr ,;~ t--- '---. -----~'" \, " Co.. [I ' '" / - '11_ J. J I '"I I "/~ .... I ' '111 .........,-\. ! j: I ~ ,'~~ 7 !/. / ;) '"_,/.r J--rl f? 7~~;-~ . ~~f~-;'; ~ (![- ._-,' ":s=~._~,__~_ -;::~y_/"";::",--': - ,..,c', -, -.- ',"" z o ") r-+- ::J S\'CS: S\'Ct: ~,...-r<""'rV""> m ~ ~ ~ N ~8 ~o>~n~-3~ ~o~;~~~o~p lIIt!!!l! I'i!rfl HSil ,?l 11'.!llr!TI;tR'T"Tl-\.IoTT!'l:S~~:;rtc::n::.o.T:OS.C;tH!1'CilT:>.r.NtT IOJ.S ~il!PAA';::;!T u';: I;;;i UlC.!;!l loll" PJlr:T S'.Jl'o;-.-:s;::,. ~<:) THO.1' I ,... " :;:....,. u::or"c P~-r:':S;:;:~ E"':'l"U1I !;AA>o'!; ~:~ ~:~:;e~C:;pl~~",,~:':';: C1" ..:ssr~T~ :w-....m iJ'~RC'..tD CAn: Fi<::J, 'c. ~""""''''I!: t:-lr.;: St. Paul Office 2335 West Hlghw~y:; St. ?eul. MN 55113 rex: 652.635-131.1 1l::::~>.t."""-<:'-"%JKiI:=--;;s. I 1 m~ -r o J!l4 Bonestroo lCE3 Rosene 'l\;1i Anderlfk & tVi Assodates ;n;Jflee~5.Ar.::'"J:= ..-~=:.:..= g ~ 684,9 g ~5.t,.E.S 655,0 it 857;0 ~ 857.6 ~ 11 OJ' " cd ~ -"" '! \ ~r\_ j \ ~\\\~'\ \-'" \~~~\\-'~Jl '- . \ ~~"<-"~ ~ .:::>_'/ _'__ ~'D,pD",a"'. !ft-',~J. /: I:;; ;;;: - - ;i;;;~ ::;:;,;.;;.;.-- -' J'! ~ -- --~,~""- .~~- ' ~~~;~F'~~:-:' \ ': 51 f'ijREf:f'R~coi.~ ' , :!I> ~ c J''.:~ ~r;:--: ~~ :.: l..' \' I zoo(':' I fT'lrti _ _~~ ~_._.J" 8~ ~1"l ._.....;0 \,:il~ ~5-" ;l\i:': ~~ ~ \ ,!; I. 4 ~ =,b";-.,- \ ,-oi , 8AV Duo!s!nolb~@ e r ,< '~~'4L.h= Pll::_'-~lfr~ ~,-tl J - '. 'I': I'':i'':''-':'I-'-.I-'J ;~ ~I~I~ ~ ~ I. :' "~"~ ~I......, -", 1'..J ~ L,; &" I ',,; [' ~ ; ~J (I' , -(~' ;~ (.~ ~~-_.::_:- N 0t.': L -1__~ '^ ~;c '""'I ,(c:::--:-=~~ o ~ :7~J;; 1 f-. ~ i3J5; : I n331j' I; 7331; i ~ -- " (; ------ w " " '----' ^ ~ (:; -- = Ii " :::ll/ll/l:=:l;Z: ......::t:: 0 l""lf.1 1"'1>fT'l~ ~8~~' ~~~~ lli~~6 zUigm ~bS~ Rl~~!t! ~~g~ ~~~ 0:0 ~Z 3/10/2:::05 1:.-::5:05 pl,l CSt ,-",=. /~~;\ i~J_ \ \ \~ f Ii i; Ii \ \' , ,-J\'/i ;: .. -.' ~..l =:'-rl , I --, ? ~.. ,J~ 17,1 ~,wl', ~: "Il~ :J' 76' --- w:;.1 f,: Uii r~JI rl\Pf^~::: pUOISII~ .-.----"1- apo~,~fP: :jl'!:~ , ~j to ^ . ,.. ,: D19~ r.' ,':'iI ~ ~ [. .. g~. ~ ~ i i ! ~- ~ ~ ~ 0" g g g. Co ~ '" ~ r;: " I '" f;j ~ 5; ~ ~ 1;: '" o ~ ~rv- !iO .. \ ~ Ig M fia~ ;;00 .~ 1H!!!!:ll'rc:or;;F'TT""lTf<:S""J.H..~"..c;rr....n:::s.C'l"tPcm~:.:;:r.'tY liAS PF..PAA!:O l!T Ilt C~ 1,."S:<''1l: In ~cr Sl,iPDi"t":tOON I J.h":1 ~r l JJ.J. 10. v-.......'T Ll:!:l.:sD F"~""USl:;:~ o.~-r!:ll' ~ t..'S:UllK<: l.J.WS crt>;! :0:...1;; c; 1.l~1<,;;S::;T"" PR::l'o,.......t:.I:O.=p_::.""~'" ~ ...".,1l~'D ~:rJ.:;:t: ~ ~:~ ~..,:r;; p~:.:. ~ St. Paul Office 2335 West Highway 36 St. Paul, Mil 55113 Phor':e: 6S1-e3E.,,500 Fax: 551-636-1311 ::ac.~-:.f.=::o.!.I..'I!:~oI:~!rs.. n ~g~~o ~ AnderIlk & ,~, Associates &:;::':ee."S5.A."d:~ __..t<::=-= NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS 62NO AVENUE NORTH RECLAIM STREETS "I" ~ ;:; ~ ~ () ?' o CJ1 .", 2: 2-5;32 Ff 3j"IO/20C5 .. c ,3.~ \3..:.05172\Ccd\Q'''''g \3~OSl72C501 '-, ". ',- ;'- ..,~ c:: ~ ;0 ~ -< ~ u > :::J ^ .- l:~ N SAY PUl9 . 52~~~t:Z ~g!o6~ rrlVl0<F ~~~~ zo>z ::!ffl5~ f"l ("Jl"1 ::J~c;:;1 fl1:::::l::l> ~~~~ ;:~ :i:~~ m8~ ~ " I c' .' Ensign Ave N ~4.o;:';""~ -~:'.- ----=;"., : !F1Ef'fJR~M ~j5'- l'ITi; , . :h~ ' :l ~ [;=:l__ ___i [I ~i~, L _ ~~; J ",: : Ii :\,.J ill~ I k ;..G:.;, (_ 'I ~,' !~~~,~:"_.;-o-I ~~~"";,; __~ I 0 r- :.-~ :: ~ ,,,, , - , Decatur Ave N Cavell Ave N Co; :;: ~ t~ j (~ - _. _ ..J._1, _i_ J. _.. __"~_, _ _.'_ ~ ,Lj , ,~- - ~I~"t_ -, , ~ ~=~~, 'r 0 ; Ii , l...,I'l-_u ", <.~ I I r l.-" I - L_I'~_J_uJ ~ ~~ "" Cn T'I1 -G"::!~'1'-~~o-~n-l ~~~~'.c~:.'.c~ ;li , ~ 't '\'?l f,1 ~aori~ Ave"'l\l5 .. c:;j L~_ 1'''; ~:-;~.,:-...,.,..:-;.,. 1W ~I a g g '" iii ~ c ~ S ~ " o ~ I f go~O o 2. t.~ ~~o o HS"l .;.:c .n I 1'.vt!!lT cur:n ~l;.I.t 1...:s ,.......'l. S1'!:::n:.<.rc'l. c;! ~!;>c..--:-~"',,,, lIi#,S F1!t1'MD !l"I' ~t Cif l,.''':~Dl" U'f P:?.!:-;- ~:..:?!:'-.O:S::;;1<j .I...."':Il""'l""I,C':>o-,.u:;!h'SDFI':::;ft!:s::::w.:.!!.~aJl C:?OOll'/ 1."'~!il1'lit l-"ll'S cr n.:t s:...~( Cf ll=or5Cr.... Fr.>.O; ~..I~.",. 1". c""~~"" ~ ,t.pP;;:)'.1:: ~:""'i1..'l':~ ===-- tll.lt I';::.J,~. St. Paul Office 2335 West HJ;:;hwi:!Y 35 5t. Paul, I-\tl 55113 Phone: 651.636-<6nO Fax: 551-636-1311 ~'Th~~"~:;:I':n.. 8 ~ Bonestroo Rosene ~ Anderlik & ,~, Assodates En;r::ee.71iAr:;b~ -~ ~r""V- NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS GETlYS8URG AVENUE NORTH / 60TH AVENUE NORTH RECLAIM STREETS o () ?' o OJ ~o,,~ ~~~~~,~ 'I'fl'"'' ; i ~ 1N:1l!!f1"l;rR1JTT~TTH:SF'V-...s:>r:::rC4r~C"l"tpz", $V-'ro"!;'1' "" .../oS FRV'Ai1!:P E!T U<: C"l It'j:~':: '" c,.r=r SW-P(f!'.';S;::J.; "-'0 T.....T loW" 1:::.......'1' lJ::T~"So; ;'Ilcn:ss::w.:,. OO'C-....::tR ClU1<S l+l!R ~:~~~: ~::=cr".n:.,.,,~::r C$ ~~~.4. =!S::;>'TI!.?C """1';::'"'-1:' .:<'c - - SC""l';.:l\:::' C,l.r;: - - CJ.rr ~, j~-~17:: SEE 9::::"0'1',1 j Ave (:J Boone o 0' f:l $ ~g ~"""V- ,< ~~c ,. :!- 1.." c< ~~~~[3 no~oF:l ~~~~r m:::::l>> ~~a~ ~vd~~ i*iClS~ ~~~~ ~~n~ ~~~ 0'" ~z ..-.:.. i?: m o " '" ;:: := .. o ~ ~ 3/10/20G5 I ~ g ~ c i c al m " o ~ Cod\D"'9 \34(,5i 72(:':;0.,:.. G'~g ... 3-:\3405;7 " '''-.-----l-- .. ''''\ \.,j St. Paul Office 2335 West Highway 35 St. Paul, MN 55113 ?hc:"Ie: 651-535.4600 Fax: 551.536-1311 CEO'4:s.~. ~-!J1t. "'~~-;;>$ I: ~:ts.. JM Bonestroo Rosene ~ Anderlik & .V, Associates Er:;l::ee:,:;IiAr.:t:~ ......~= NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS 62ND AVENUE NORTH / 61 1/2 AVENUE NORTH EDGE MILL AND OVERLAY 'l~ i g ,,~ (') ?' o --.J CST " ,~ 0' 2:20: ::: SOl 3/10/2005 \34 \3405172 \Ccc"\Dwg \3": 05172C6D4. d c:, SSSI o ~ m m ~ '" a " " g I (lene ^"c:;, N ' - - , 1'-' [~11~~?.._....._~b""/~ ~:-=--==:- we 'U o ~~~~s z> 01"'1 r"1Vln<:r. r"1_C> ;~~; ~~a~ ~~~~ ~8:~ '" z -<"'~ ~~; ~ '" o " '" " F .. o ~ -< I '" g ~ ~ '" '" '" " o ~ I f !~O !.;$l: .%c PI; I H:R:L"r C!Jr.in' 'lr\l.r tKS P\..ol..'I.. S"!~~es. t;1I Itrpc<r:i~'l1"'U I<.l.SFii(PAAOSTL/<:c;!l;"'"ttRIoll"t:iit:t5.\!f(;;".-.s:c>l AA.""; t",,-r 1 ...., I- C'~'ty tJ:th'SQ I'Il::;.ft~.'W,. (h~"'tt.'1 :"""m, L:>CVll~ lJ.lI'S cr!H! stJ.Tr c; 1.(~"""<.SO"l"" p;:;",-:- WJ.It: ._..".c~ 1',. C-...;~.~= Cts'-;I;!: ,o,pPiiMl.l ~ H:JJ.J;C.. ~""'nPl!: C/.~! St. Paul Office 2335 West Hi;hway 36 St, Paul, HN 5S113 i'"i:lX: 551.636.1311 1'::!E:..!....Sir;t:.l(k~7tS. j!JI Bonestroo ECD ~~;~lik & '1\N Associates Er.;!,,,:~"S aA."I:i:!:eQ .......~ ~~ NORTH NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS 61ST AVENUE NORTH / 60 1/2 AVENUE NORTH / ENSIGN AVENUE EDGE MILL AND OVERLAY o ?l o OJ Lake Rei County R '" m '" '" '" ~ o ~-0@-G~:~8--0-o/~--- ~ ~ ~ ""~ 3A \:;~n5172\Ccd\D';s\::.~!]5: 72CSC,S c,.'g 3/1(:':, ;:CC5 12: 17: 55 ;;;,_~ CS - i"'<- l I:' , ~'. : , o o c.;. 2~~;;;iZ C'l""'O::::~ z> O. rr,lJln< ~~~~ zO>z ~~@5~ m om '""t'l~C" ~S~~ ~z~ ~"'-< ;:;:1$:0 ~,,~ fYi0~ ~ !;; I '" m g g " m ~ :::: $ f= s .. s 0 '" ~ rrl :;;:: ;:; ~ o > < -< " r f g~O sI ,. Ii ~l.Ill"'O' ~AA1I"!l ~ .o;>PRO'o'Q ~ !";\;-CJ.I<-::' ltiDitE'T:;rl<lnThoOTTH:SFv.N.,s;>rc:n:>.!I::N. Cill1t1' ".os Pl\"!FJ.l'!rn SY IJt ~ l:1>':rlt J.tT CJ<!::;T SJF.Jl".':SlCH ......"ii-\l.TI.IJ.lA~..::.TLl:ri'>~n:Fl1cr~.....o.-;:;sU..'! l,;!.:Di:ilT~l.MISC;WS'\"ATrC:'I"IJ;';"~T"" FR::>.1 N.Wl;; -"'~.~"'~ P. e"'~...,,.., 1~C-""l"..'R!:: ColTr~ . St. Paul Office 2335 West Highway 3 St. Paul, MN 55113 Fax: 651.635-1311 ~.:;tl.'t. .....,O::..:X 01: ....'"=~ ~:.. NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS AVENUE NORTH / DECATUR AVENUE NORTH I CAVill AVENUE NORTH EDGE MILL AND OVERL~Y ENSIG~' o ?' o CD "'~ J~U~ Z-l ; g::y...J '-- ii._ f r-~'--\ Co ,-_m;::; _____,:-<0 j- I: ~ Xylon Ave N ~ ~ ---'-_..""~"'^'..."- b H ''''''':- (:~ r~ 2: 25:57 Pfi 3/2/2:::05 ,3~05172C5C8 C::c\O." \3~\:4D5i N - r'T1>>:::O:Z Z;:::lZl'1'10 ~~~~~ ~hii~;e Zb:~ ~~~;, ~i!i co z ;~~ rr.gg " ~ "-'"""..s;:fr""V- ~ p ~ g .. o ~ '< I ~ 52 ~ i ~ :5 ~ ~: kE'l PC ,:;;.C :~I=~r; 651-636-13 "'-::::.G!:.Y.,,~:u. / \ .----::, '-\ St. Paul Office 2335 West Highway 35 St. Paul, Mt{ 55113 hone Fax: - jflJ Bonestroo ~ ~~d~~ik & :1:]1 AsSo::at:: _.,~;..__~ Ii k_~'te_ -~= /2 AVE N :: .'15. - - NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS V1RGIN1A AVE N/59TH AVE N/S9 1/2 AVE N/60TH AVE N/EO EDGE MILL AND OVERLA.Y (") OJ .... o o -o;::Q ceo ..,.,... ^'< ::r '< c cs @ -~ 9 - , " 12' 3/10/200 ;\.3405172C:::07. \ I, ,34D517t.\Ccd\D -- c. ," - -c-c ~~~~ctka ~~e N~~J=~~ ~~unt~~~d \~~ ~~i e Kt--;;-.,-~~~~=:~:::~-~~:~~-,:"./=,-:-::?':;---~-:::;~"; L? 0> ,!I~ "", .~ r," ."~~ II~I'I ~ .. ~ ~ Ii ~ Ii II'" ~"--" '~"" "" ,~ ~, __I_A-> 11~.. ~ : ~.~~~~.~_~ f.~__.".~ J Ii < Ii ,'I --~--- -', ,,,!, ~ I ,:--! CD l'L._ ---1__-=..,l._,:;:; ~ I ;;:; __ 11 Z 1.I_i- - -, - '"1 ,,- - - --.. L, - - " ,~ U I 1 {', \' ;" m>>"'~ Z=zm QITlO::: ~rnn~' ~~~~ ZO>Z '" z" mffl~A1 ~~~~ P~:=J~ ~z~ -<"'~ :t~~ 1Tl8g ~ ~ ~ p '" ~ ;:: F .. o ~ > -< I ~ g ~ ~ ~ '" m ;:: o % I " '--..-- , :fJ.~ --;-y- / ~ I dill Q~~-=smr?r-a-:; ""1= '\I~I!' "MILL" OVERLAY -. I~I ( --_J'$i! ..1"--;01 ::-,;% ~: "Iii '~: 9' '~'F)\ ell ' ..... I' . '"r . %..c / .~; - ~ ",'I! --~; III r--- "If -~-, '1 ,", !l ~'~~j ~;P _~~; .. ~if . i;: I 'Or; f,?"~/,G" .J ,- '!JI I I ~ WJ/;;{$P3Z_v~r;: r _.. J",' ,_'.1., '.,' ~~"/h'.' - -'. ----;;",:-,"/ I i:: '1: 'F~.eJ,.: ~~ I ~-}-;-:::r1:--:f :1 r 't'; : ~ ~ r! "'-:"0~ld ~'" " P: I ~.~ ! ~ ) I "'1 ,iff 1_ - J t:~ -~lillJ ; " i ";:, III' r--' ':iI"'.,',,'1 I ; c-J;:Y 0 .f1! I' PI c, ~ )[11'[ " ! i. ni:! SEE SHE:.! C6.05 ," \) ~i-~ --__ __ _.~__, r--j ~ ;, I I IdE ItIS.:::::! ISlS '''w j .~ ~ C,___"~ lW ~ ',~ 02' !) ~: g I f f~C 'i: ~~r""V- Il:;:;~ '" $'0 ~~~~~€;~;~~t{~i~~;i~r"'~ .....,,~!:l c.o.~ l'~::': ~:Mt:';';J;: t.o'r! St. Paul Office 2335 West Highway 35 St. Paul, /om 55113 Fax: 551.535.1311 C~'!r.R::' ~:::t"t. M':O".Ji[ f: ~-=:'>'1!S.. JD.4 Bonestroo ECD ~ri~;~7k & :1lt::,so~tes =,..,..,_....s.A.:~".~ ...-.:.0.=.......= NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS 61 ST AVENUE NORTH / GETTYSBURG AVENUE NORTH / 61 ST COURT EDGE MILL AND OVERLAY (') ?l ..... ..... '.,1 -,,~" ~g,;a.n~~ '\ ", O"--co_~_. '".~ :1 " Ilij!!I'tlIF , \\ ~'Sliood_ ..... ""~"'~.,' '".". -~ ~ . . ~. - .... .. ~.- '- ~ ~._- , 1 ~~o ~ I - " I 0 " '" '" ::: ~i i' ? Go 10 I ,- cs 2: 10: .3/10/20C5 "; !\ <; t .' (J ( I; ~------ I." "', ----------------, '-- \.' ----------~---- '" ~ 2C515. ,\34051 \.34 \34C5172\Ccd\D (..-~ ',--,' .... ,...~q....""-,--- - --, '" :::! C\ '" '" o '" '" c:x: C\ -.,,~ ~- -..: ~-- , ...._.~I.~ \ , \\ : g; , , <'i.1"':' , ~"' t~"'. ,n-lr:' C' ..,:"'_: ' -I:') - w '~ '~- - 1 ..., ~ ~ "'" . c ~ "''' ~..' , , .-r... '" '" .~-_. C '- ....-~_. '-'"'.- ., '" '" ," '" --T I "~',- r-----= .-,^;. - ,-,":.., "\..: --- .....- ~ ,I ,"~. ..:......;..-- ,.". '~ ,- , , , , ..J '" c:x: '" i '" '" N o '" '" o o '" Ol o Ol '" Ol o ... -- ;;...... ," OJ C\ C\ ,,:{to ::<D/\~- ;/\ / ,', '" OJ '" .J " '" '" Ol OJ -- '" OJ '" '" CO N '" '" '" o o /;~------ i j/ ',- "', ----,..., . " I, ""'" I I , ~ I : '" '''''''1! ' -- .. .~> i I ;/ !. ---7---... "; ij / -~ L / G-- :~:' / / -, / .J / " I OJ ~ '" ~--~ ~1'.J.-" ~~:_. -_.. 9 1_"_ o -, ffi : " '" '" o OJ ;;0 liE::! ~ ~'P.: ~!~~S~~;;~~fu~~~~~~~" ~ ::,....rt P;;~.h-c. s:c....T'J!;"!.: ~" St. Paul Office 2335 West Highwav 3 St.. Paul, MN 55113 ?'<:!x: 651.636-1311 ::&::o~~.~ ~'<t. ....."!--:::.:;t" ~:=.~. Jila Sonestroo E:m ~~~;~17k & l\.Jt Associates Srl;:::ee."'S &.A.~~':e:::s .......~= i~ NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS aOONE AVENUE NORTH RIGHT TURN LANE CONSTRUCTiON o ~ .... N i "\ , I i: \~ ' jl ---_.1 ~-,:;-;:;-;:;-;:;~~ COunt 0 __,;;; y ITa 70 ;i(!.: '" if!: i~ I~.,.' I~i LJ ~ ''i'! I~I ~ ~:I ~. n, ~I 0, ~i i"" '" ~ '" Q. ~ -- ,:~~ I~l gl ~ 'O'3'05""C,'\0" ."05'7705'U"c 3/'01'005 \"05,,, P'-,CCT \SOE A50v,1 ',-, - ~ ) I ,~, _G_C_C~ Ave N [,' j"' ~ .. - '--, " , c 0 ';,\ _c_c;~;::::-- Ave N - [:;. .....: - - c' .. r ~ f"l l3 // / / " .- /1 Ii , 'I : 'I ril I., : ;1 , , : :: _.1 ; r , .t,;. I I , I J~ I .>,' I I ~1;~::b c.~ f"l r f"l ;s: fli Z :> 7.l -< ~8:Zt..:J 1'"'1-:Z 6rF.tIl t5'S ~....>:::J z::cp d~g~ ~~. dg;;i) ;~ ~~s~ :t~ (')O:::::;Cl M6 ~F~5 ~~ ~~~:r p~ z....,o~ n ClgS~ ~ ~s~~ ~ 6~q~ ~ 8~:~ ~ ~~~~ ~ Or.;Z ...... g~~ z ?z:z ~ ~~~ 8 g~~ ~ ~~~ E ~~~ ~ ~~~ ~ !E.!:!~ m 2;;;" ~ ~~~ ~ c:=r-.J 0 tnCZ Q ~~o -( C1 ~ :t z '" iii I l 8!O , ,. 2. L~ o ~ m '" ~ I ~ g '" > s; '" '" " o ~ HE::; -"'0 .~c I HtRtET ct:rr.n 7W.~,lKS po........ S7!c:rco.::os.. Cll ~!P-..R'1'~"'RvtT "'>.5 Pi'1V'AAttJ eT U! O~ C~~VI l,/\'" C~!C1 S'..:rr;;;os."P!i M"O ~~t I .w: 1. c~~.,. U;:;WSCl p~r..s'S:::;>OA.:. o.~tor ::;u,,"" ~:~R ~ ~:~~Cfp.~;;,;:_tt c. 1ol~"~tA. ~ J.F~i'1.::-.-rn ~ p~::.:. t<l. St. Paul Office 2335 West Highway .3 SL Paul, I>1N 55113 Fax: 551.535.1311 o"c..t;:;::x. =_~'- "'~"'";4:(" ~u. l/<=' J!1I Bonestroo Rosene ~ Anderlik & q\J' Assodates Er.;;:"e=aAr.:t;~ -...~""'" @ NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS SOONE AVENUE NORTH FULL WIDiH MILL AND OVERLAY en ;t> :u ai '" ..!. 9 I o Ui o ?J .... VI cs ~ jo;"S~ ."" J"C f"1 h "< ri z .., > ::v -< lIJ 2 o o r f;:' cor- -<0 :!l&! i:; m=' b~ .,:; ~~ 51'" g:jr.:l_ i~ ~~ o ..J s: f"1 > o o :;;: r > ^ f"1 .- K' u > ::v ^ ',-, sc""r..;;i!..: :;.l..':'l: St. Paul Office 2335 West H!;hway 35 St. Paul, MN 55113 Pho~e: 551-636-~600 reX: 651-635-}311 Ce:::'''C:::=C. l1=t'<t. ..,-:o-~( 4: >=::.<rt::.. JLl4 Bonestroo Rosene ~ Anderlik & '\j' Assodates E"':;/:'Ieer:; 6. A"'::;hite:::s -~ /2 AVE c ESOTA PROVEMENTS OW LK RO N/61 VC:RLAY .2:D?' .1.'.; .3/">('; 3.~C5172CEOE. ;:'; , :...._- .0 fT1>>~(Z ~~~~~ ;~ fT1l/ln<p' ; gVi~J::__j ZOrl-- =~6~-- fT1 C1!I! ~~~~g ~ ~~~~;; ; p...!.::::: t ~z~_.; ~ ~~~--- fT1e: '" c ~ ;:i I g .. G 72\.Ccc ZEALAND r:;v,c )":\)..\05 ~ ~ 115 =' " F .. o ~ ?; ,.... g'~O ;; ,. [' g; g '" ~ ~ c <: ~ " " o ~ (") 91 ~ """ ~ ~ ~ R! "'! al ~ :;-~- ~ ."'~."1 \,~:": i,' ::. .~~ I',hi llii ~i ~ , ~ ;;:"", ~I ~ "c C---, ~'____, 1~'"' ._-'-~ ~~ . r, I~ : ~ 'J: " J ~ <: E : ;. ;: ( , " rc".~'," --". ~), ~ r- ;)'~ '0, J, [-""','..1', > '" , r.::;. _ '1'.1'.' - , L - - -. ':' "'!d I h' , i ':( :." i ):;;:,.-:,~ """'f\ r--l-, -~r, )\:1,;11 Cii Ii: cf" c; ~_" - - I' 5 UK L ::;: f'-'--":" 'yO i '~~/ 7iJ~ 1'1 z II i t ~Iz t:ZC:::::::::::::c-'~C:-'---fG-~Lo-~-ol-G-l-~'1'r ,'" I r ,-- '~\ il~ l~h""~"~:~D.-L c~o.~~" i jl~ll.>\ Ii.' 'I ~ i;__ __r 0 1 ,)' V .,/.,_}..rN , ( -'17!' n i, 2 r ( ;:\I~ '" __;' "'\ ,Y \ i ,~/ <;oil: Ii Ii I, '''~ IC' 0 ,'-'"' ,'- -- -, -- -, ,(.'~..~'__' ~1;j'1' " 11--- ,o' '~~Ic' ..r ,,0-,\: " : .---'-, I'~ll IJ ~--l-------(- z 6(;1, J..1" \; ~ --.; , :; . ~qll R ~ (" ~~~~~~v, ~:i ~ t/ \\\- -L. - -\; I ~." , f;U ,.;-::.;; ',( ",., n__ ' -< I . . '--D- 'I -~.',"'I 'I' I'" -' "I' "," ~O' ' 'I ii~; iI ' ; ,L...;;.' ~ ~ Co1. . '. %~',,\! ~lr;-JI) U 1'".1 -.J ._ ~ '---,-,,,,,;~" "oj' \:\O:"D-o-'~)!i t;-F:--:.. j ,1..Lt-- f! ((I . Utah ""Aven-;;-~ Ni.1&-j'- ~ ~ !! i 711 (-~ \~ \\ ~ ..~.:=ii: :"~ II ~ II'>:) '-' ~bb 'S:;~\;, ,,/';""; ,,~T-' Ii ij :2. ~l .' I,~~_;~r' [i...: l_:t~ i c:s 2:08:00 3/10/200 g\3~051i2C60 \.34 \3~C5172\Cod\D . 1--.- L__ ,~ ';J __U..: ----g ~ f' ~'! ;~ l g I I ir t' - .J l'~~L- o t~ ~,^, ~, 0, ~"; ft !' :' i r! & I", . fi it- iQ r~ rfb !~ jf- /j i !i~~~~ nl""ic~Fj ~Cin~r; ~:ili~ 'o>z ::lClSc R1l""i :::J <om ~~~~ p~~~ CO Z -<~~ :r~~ l""i8~ ~ S; ~~J""U- 2 F ~ :;l " F ~ o '" ~ -< I '" g ~ 1 '" m " o ~ g'l1" "1\ '~: M I".s::; ;;:: ."'C ~ , ~:!f~~;~~:#;~]~~i~=~ ""''';1:;:-'1:::l S(;''''~1}1':2 ~ 0;<11: R1:.tJ.-:l. St. Paul Office 2335 West Highway 36 St. ;:>au!, Mr~ 55113 Fax: e51~63 ~ :::o=>.E;;C-". ..414 Bonestroo CCS ~~~~~Ijk & l\N Associates &;;!I'ICf!~ Ii A:ti:.':eQi www~-." NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS VIRGINIA AVE N / 60 1/2 AVE N / ALLEN COURT / BOONE PLACE FULL WrOTH MILL AND OVERLAY () !J1 ~ 01 c;: '" / ,-r.. \.::... \.3-~GS~ i2\C:::c:\O...,;\,3':CS\ 72c:;: 7.c~'0 .3/10/2005 j;: 55: 35 :.H CST - , .' ~ ~~ Cl 1-<20 ~<" ~ 3:: S;~ "'0 (TIO ::E :g~ 2 ~~g ;~ ~~~~ ~~ ~~~~ crI> ,o>~ ~a ~;!:i~ ~~ ()=::S~ tn~ ~}A~ -l ....,fTi3:; F: ." r. I r=--1;- fv f'--.- > Ulcn 4) g~ ~f:: r-. Iri:~~ ~~~~ ~o~~ O'"r1>Vl U;F~ ( '0'" I z O::V- zoVl. )> ::;:!~;; ~ 0 Vl 1"'1 Ul' !f!~!:E 6~~ -z no )>c: r"Ul ~~ 'In ~~ ;;jg c:'" Zm g~ '";:: 0." ~~ m..... --, .......,..'>,-'\~5 -('~:"'-<" '" OJ '" '" \' " ... .~ .' ~ ~" \ \ Z '" '" "', m ::; ;;j )> F ., :---.:-=- - - -- r\ (IP) , ~ ,:.~,. ~ ~'j~ ~ ~ffill~~ -.L :1'1 --r-, " W8Ul I lffiMi-. II ~ ~I' -:;;."l I Ill! .; "O~ ::1("JC2 (..l 11t::::i ~ ~o ~~c: ~:=ill "l'\ f;j;:;' ~~> ~ I 8 ~~_ ~8ti1 ~ II ~ ("JeU! 0 0 g~~ Vi ~ F:~~ ~ ~ ~~~ ~ z ~g~ g ---L ~~~ ffl ----r ':-'0 0 ;:;: llli::::::l..!. ~ Ii i~ ; I"-"~ [; ='1<=1 I' 11!=l11'" ~- I , - o ;0 c:3 t..'l '" '" . ~ ~ ~ ~ ~ ~ "'c" i ~~8 n _d~ 1I:Z" Z"'> ~~: ~$8 i;E-<X -"'0 :0 ; ~~~ ~~ ~m ~~~ ~~ ~F ,,~o !tel a;;j 0;1" o:oJ ;il~ ~~ ~~ g~ ::on OF [;:j~ ::1~ ~:::::I O("J riiill :tt::; gg ~8 t3g ~~ Co Ot'1 C 1!;z ~> ~n z zr- o~ 0.... 0' \:l0 titq, ~Q gZ ;tI~ ~~ ,,~ ;::p 86i g r"_ m :;;:l/l ~o ~ rna?<~ g COo f"I " tTll"l > Z ~ :;; ~ 'i! 'i! .:.0 ~ 'ii m ~ ~w ~c o HS!l. ~c .:r:J ~~~~J;~;!~";{J~4f~~~~~ ~ ~-::.:. h':).. S:C:J;;l.!\,.'Il!: ....!~ St. Paul Office 2335 \'lest Highway 36 St. Paul, Mr. 55113 Fi!x: 6S1~E36~1311 ~~~"!.. "'~,"":1':'_"( ... A:;_o>.:!!.. j[l4 Bonestroo ED5I :~~~17k & l\N Assodates .En;!Mers&.A.-=:~ -~= NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS MEADO\'! LA~E PARK TRAIL RECONSTRUCTION () ?> .... en 45: 05 ....tl CST -_.- ~-- -,- -,-,~,- - --, c" ~ jJ -. ---- 'Or' S,ti' ------ JO( - .. " , I \ \ . \ I \ , \ ! \ ! \ i \ , \ I II \, \ \ f\ \. "j \ \!'\.\ 1, \ i r -:\\\ Ul I \ "" " ~ j "" ", "- ~ I ?;/- S:2.~ ~:- 2 g'O ;; ~ III ~p ~ [ N<H ::. (50\ 0 ::e\ l,: =\ :;'1 ., ~ --\ I \ I I I I , , I d--~ I I I I I OJ OJ lil 1 , , , I I , ' , ' , 1 , I I , 1 I , , , 1 , I / " \ 1 , I , OJ tD C) 1 , i 1 I CO LV '-.7: , I I , I I , \ \ \ \ " I !;! I gJ t'"'1j ;;;, , I ~~ c::E no "c 23 0> ~c w~ n" !;!y~ "m Q~ me ' ~~~ ~~x Zr " :/ ~; .. " "u'c .,. ':> n ""~'" ~c., omz ' ';:too ZC'lO ,~- 7 _ nz A / ."oc.t'7 ~lIl~ ~ -- ':> (!'IS',,) 0.... OLnVl ", ~ .,. nag ~~o~> ~ ~C~ n~~tlJ~ 7 '.. ~ ~~: ~~~~~ '..", .,.' :: ztlJZ t'"'1~C)om c: - oFio Ln .-t;::;!< S ~~j:; g g >: ~g i-.J ~OD" / :j ~ ro O?i 0 ~,/ g ? ~. ...- I ~~.. :' ../ ' I",.. ,. ;' \ I / /\ " ( 'I' /.- ~, k,:/? i '~ '..:, ! /.- -- "\ .,~ t,\' t, -: ;, ;~\;-, ~ ,j f' / )~co v/I\'y'! /1' .....J_1_.\....... 11" ~~~ ,{I' ~~s ~ //t = <0 , ~; e /1' /!/ /;/ /';/ / I,' /; , /,' <;..~~ '" '" I I - +--- g-g-- VlZ _z 51'" ,,~ ~o ,-52....- L/ ,~ /' ~ "'111 I ~ I ,0 ~I d'~. X ~\S'-<l ~?e 0 _ T J co ~ C) <.0 r,~~ I \ " co ~ ~ 8 ["~ (~~) 3/;O/2CC5 ~~ il~liil~'~G iU ~g ~ r .34\3405i72\Ccd\D"o;;\3405172C ".(,..-- D'" ,-.,.--- z o G ---Z" '(--~;;' .,- - <.:: ." , J-~ ~..-.- ~ - ...--;;;!;, . ~~ ~8 g~ ~?; o~ ~ ~d Po i ~ t.J ~~ = [~ ~ ~~~ C'"c 0 !; < ~ ~ ~ =[~ 'i ~ HI [~ ~~ ~ ~ ~g i 1 ~l E' ~ ~~ ! f [~ /, -----, ,I' 1~g~8 "~~.1 : gs~~ ~\ I :::;:-;~ ','. 'l-~-" '\,] ~~~~ '-', g~~ ):Z~~ \~~a \-1>C \ Zv. I \ I 0.\ j ~ .----.. ;;0 ~--.-J x I OJ CO -------- CD T - i I ~! ll) " r I ~ ! i r I , 1"'1\ I \':;..-J /'" .. il I I , I i I ' , I dJ I '.0.' , (ij ';- 't/ I I \ , I J [0 - -89~ iliY-' t / I I I "~O '~ o I I " ....s"l .'l'C ,~ I "-""'rID" co:mrr .......: ~HS F~,,- ~~"""-;:;:'l ell It!;i':;!!:~ f~~1[~:rii!~J~~~~~~ ~ ~ s.~~n.~ ~ ::.0.:<: i";;:::J. l.O.. ~~-~ln St. Paul Office 2335WestHIgnway36 St_ ?aul. HI: 55113 ?hone: 651'635-~600 Fax: 551.636.1311 =;;'::,3T~_ ;~~ JJ.~,(" ~::>'1E!. J!;:' J[M Bonestroo Rosene ~ Anderlik & ~~~ Assodates Er:;~::ee.-z&.A-=:~ .......=.= NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS 49TH AVENUE UGHTED BALL FiELDS WEST PARKING LOT RECONSTRUCTION - ALTERNATE No. 4- I!j~ II ~ I ' o ?J ~ '-J 05 ;. N th .- I '~, \ i I i 49th Avenue or /) i i \.. rY 0{ 7~~==c'~-=-~-~=-=-o=-=-~---~---:~:-=~=-~~-~-:-~>:~'=,"-i~:~=:~:-~'~~~4~~~~"~' T o~~= ! \ ~' ._._.-.-._~-.~._-._.-.-.~.-.-._-.-._, I ~ .------------1 ^ t:?"~t:?,, ~" ..--..--1---..-'..---'.--- :""':r, ...... r. .1 "I'r;[ men'l>;"' 0"I0"l ~o 0 r. I ~~ ~~ ~ ~~ ei ~~ ~~ ~~ zt""; >... ~ I "< N,IE] N, oC"J ;;:;:-< rz1n'" [[~ ~1~1i51 ;~_..L ~--:~ ~-J'~~~"I ~~ iH-'-'--'-'-'-- :: ~ ~ e ~ :<;;: ';' N IN I c:: >0 co <':1., -----n-y---;IC-, -0-' _."'\-, G-' -<':-. -=--nr' -0-' -.0.-' ___r:_, -"-L- 4 .. l,~ \ . ~. . .T;~~t~;:;;;;.~:~~;. \ 'I~~~ :ta l c::::::J <CH"l ..:::. I ....... t lQt'OO . ~gg ~~ . /~. t !:i~~ q \ /' "(OI:XOI:) ;;1~ '(' l-gCl ~ \' o m \ ~ ~ ~ \ ~ ';': '" ~ 2 \ ;1 s ~ > b i5 I " I c ' ~~ '~ / ' \ ~ \ 6'ob', ";' 'I \ -Ct '\ .. ~, \ (.1 7 j \ /~" \ / \ .. \ / ;--:-l : / '..,-/ \ /' I ./ Y /\ ,/ ':' / 0 / ~ \ / ~, //" ..t . ~K / \ .~, / '); () . . \ / ~ / l ~w r I I r T " I .r........1no eilln~ dU. ~'7 <\) l/C~j (;;:: '-2.9/ iro_o.~.__-G---'~-'-- ::O:;::;l [J.~ "1 ~ '" " 5 3i GG6 3/tO, ~_.~,- -,-- 'C'"11- ~ 0' Hr ~H H ;c. o~ . . ~i 0_ [F ~ --;--. Ccc\Dwg\.34051 i2C615,C ..--. ~:::O N'-J x I ~CO co)> ......... ..--. :::0 ~'-J ~I mCO ......... CO z ~ -0-1-0-.l.-q--, " i;' ~ " '0 " C; o " o o ~ o ~ ~~'~~I~G i!h~5r 2~ lL.. fig ~~ g: :E= [ o o e: o .. 0" -~-:;: .3~\3~C517 so ~a'l .';'~ .:P= r 1-<1:1'l!S"l' ctll"iTr j);.I.l.1;:$ P.,.lX. $l"t=n:;.l.r..::n. :;"IIl!?O;rr~...,;;,>n l\':>.SFR!:FAIlCle-r!ll;:CJlt.l~!ROiTt:~!:;rS;'"1<U/'>~" "~-:llKl.rlloJ.l"t:'-'!,.Tt::(NSt::PI'l::rr~s::so.:.p...~ CAAi'I'Yj ~~R'::~ ~:::~=rp.~;:::.t (? ~"l.ts:m.. ::~:;~ APP;;:::vtl;l :lol.lt :i:::.'.IO'O. St. Paul Office 2335 West HlghWi:!Y :: St_ ..aul, I-m 55113 Fax: 6$1-635.1311 ~"~I.\~'(.I: ~z I~I Sonestroo ..I:J!I Rosene ~ Anderlik & .V. Assodates &.;II'1eer::S.~1::eC:s --==-= NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS 49TH AVENUE LIGHTED 8ALl FlELDS EAST PARKING LOT RECONSTRUCTION - ALTERNATE No. () ?J ~ OJ J1 ;Ji d 8~ 0:;: o=' ~g GR- g; g 51 " '" ." '" ~ " ." .,,'0 0'" 0." "'0 c: "'z "" ~~ o z ~ i ~ " ." G c~ ~. ~~ VI ?;:z: 2 ~~ i i~ z " ',. c:='"' ~~s s G !i I! CO@ Ir! ~. !:;:i .= ii " ~~ i Ir~ i "e~. Ii I~ ~l~ po:.. q~! s.t"~ ~i~ s;.[ ~;;~ !~l~ l~:f; n- ::CE-C' D lill/i1 :S ~? f ~2 ~I ~ ~J~i ~~g, ~ 'I g I ~ :m~1i"m I ~ I- ii; ~~~~ ::::: o _ "'...,__ <;:~..~. ~~ ~O,~."" ~:::;;-.. I~]~~ ~frlbJ - ~!HH "I r nt'. '..0" : !mH~! Hm :;g,~g: W~t ::;, ....,,~ ,- ~r:; zt'l1~ ~~~ =~~ 52 0;:;" -g~ xU"! _rqt- !~ " f~ L I: s.~ H~i ~!' f !~,,~ r~ ~ ,-, ~ :,g 0 ~! ~ ~ ~i E " -:=.r-- f': ~f Ii: ! -, 0" ~.!. ---let.f-- r~ ~ ;f il !i l~ f~ i!! II ." ~;1j 6b~ " c: l> ~u :::JZb gR-r:;! o t::F ~ ~~ ,~ /"r:'i5'Ti,',.....,:~'.).- ..\. ~ N- -,~-~;,~~<; . .', ...... .. \ ~ F I 1/1 II~ M. :>~v~ - :'b, ~L-.~ .'. o"f=T'''-. I "" ~;~"I1E"....,..,~oll~ I~I "'.~ ~~ ~ ?i' ~i" j :. ~ ;'" "'"" no' o.~. " n;\;:z::':::::!~ r ~..._~ ~} l:i~ 'H~ f!~m m ~J ~:t i~ft Hi . I I ~ .-" ... if .'j[ ;" 0" .,~. <,. i =} Iii ~m~ i!} it m H~~ ~fi . ~n~ : "", " c,"' if,_. .s f y .[ ~ ! .~ ~g:i i~ ~i:!j -;;8;; h~[j:- _ 0 ~ ~= i5~q = ~~ ~f ~I ~~ ~. ;.!!; i~ Ii ~ ""lo kll ggli 2l." ~ ~;1jE :::::6~ ~~~ ~r.n g '" h~ ~g~ 8~p ~Ob g~~ ~g~ ill!!llir~r yrrrr=-- .I'I~~ ,'elii'Q'i . ~\>,:, . '0.....:. /,..., , " "",..{::;':\",:;,:, ~~-\ ~ M n g > , > n o ~k.n AS m~ ~g; ~~ 5~ Rli1 Ii Ji! !l! mH [~ ,'- -I. I l' '.I 1\7' ~ ~l \ \ 11111~I!Ji ~I;lij ~;" .. . ~ In hnhL i 2ii . ;i~ ~!i II ~!;; ~~~"!r!~~;~~fA5~g~'~~" >>'i';<::>"'l:0 s::"",,n..'::t~ t:.ltt (:.I.~<: ?!t~. IC.. St. Paul Office 2335 West Hlghv.-ay 35 St. Fawl, "1r~ 55113 Phone: 551-635.4600 Fax: 651-535-1.311 O;~1lO':. ;:;::sD<t....~s-~" ~:-<.!. 1I..:.,. Jn4 Bonestroo Rosene 8 Anderlik & .~. Associates En;1::e~'"$ a A.~'t--= .......~--:! NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS STANDARD DETAILS CITY PROJECT No. 790 (') OJ o -'" ~~.~ '," /" ' "~~,. /. .<' .- "oW Ii! II!lJ! !~~ IIi 1. <;,'t ,I.L o' _:;:"'1 'j 'i- ~'S JI~J -II ~ f" I~ ~ ,. ~ l"i \~\" "~\ !j II II If l~! ,'- ~H~ ~~ ~~ 11 i~ ~ . i ::it; . ':'~~ ~~ ; ;~: o;.s ~ o ~ ~ l.I\lr'I ~S! !:}B;; ;::~ ~f g~ ~~ ~ 'J"l. ~. " " H ~~ ~ !I mlil, ~';::.~ ! [I"'; :} 2' ~lil"'.,'1 t !"- Jj)i7, AI---r1o, "~t' " ~ '.'11 ,~ .. ; g p,. t ;, i" If I If '" !l:....u;::::-..,.::-: ~4:5, 7 i~ 8 ~E~ ~t:~ ::::!no o C I> Z;::::t;::l 21:6 ~~~ ~.v " \ !!ll~! lilll m~~ ~ iil n=<: !l: ~lff i" .,. ~ :1 !!l! , '~l ~ -< i'i I Yda ~" No: I I i I L I i ll; 1:."''; ~, ~ 'I~ I~' ~Jf II,' /YIJg "I '" ~ '~r ~ 11/1\ ! Illli~\llllf' 9 ;.11 11 ~ ~:I~ ;::6 ~ - q ~ ~ ~'S I H) ~~~ [',J: ~ I L I i '\','" ''E ~ - "Gj" ", i, I' i" r, . '. '. ' ",' ~ ~ 5i. '. i"ii 1_ r"fF:e'; 1;- .1. 1_ -LJ"1 I~ I I "- " ~~j; 000 000 ~~~ ~~~ 101/2" 1,,111,,1 -11- rnW"":: ~ ~ '8,1. '--' i I;' ,t ~ ~I '" '[:::J' I-t" II~ ,~T~ L.:::.. ,..... ,,;' I" ! r--1 6 c z ~ f;i .. lr" t S I ~b!' -'-m"',I, 0, .e-p -, .l. L, I,. I';' e'." : ...~ . b: - ~1"1 r---"I ? ~~ ~~ -" 1;2", ~~ -<z z c ~ o e !2-::l ::;"-0 ~~ ~[ gc ~':' '-', g!! ~:E ~;; ~; ~ :r= C' ~ ~ ~ ~:: g <- !ig g " "< f:J"l ~~ ~~ of 0"" SiD :;:t> =C; np"~ It , I" n" ' . I ~ i u--, ,. ~~ .,~ ~~ ~ r--.... ![ f &f i ~ ::. co ~ ~ ~ ~ In f'Q ~H ~ ~ ~/ ~[ , ~ I ( ~ ~ ~"" ~T (J]~ ['----, ,...] I I ~U 0, ;~. ., ,'.. . ..~ ~" ['-."... ,.,~ , , ,',. I I g ~ 'I ,,~ n VA"" I Ii . I I c ~~I -,.=C:::J g,,;p ""q ;;~~ gll/l GTI \....7 c. ~ I II ,,~.:~ ~H! ~ :!!~ (' ;~ ~J J~';~ i ~~fm ; ~:~e~ " (0_"_' _ - ,-.!:l " =",- "" - i ~ '~li;i ~ ~ ! ~ , - - 2'f ,", P i~ h J) ~, C~ ~/i ~ ~ p:;~ ~~~ ng~ c~!5 2, ~b ~g~ ~~Li ~6' ~."I rli~ II~~~ ,I~~W-/ r: ~I]. ;'- ml!'.'~ ;1 Il,n, I )~ JU.' 'I~ II I; iZ mmf !j~ i~~ ~s ? !l ~ mn ;[ .f~ ~~ ~t ~l J! I. '" , l . ~ ~ kn !;;! ~~~ ~:b z ~ In co ~3 ;~ ~~ ;~ j ~i , ~o \. ;~ =3 -" ~o 't?;'i. '.. 8~:, jl!~ III 0;:;; ~~ ~., I!i!!f ~:~i! g~ c =0 ~a ~ ~l a E~ no :;:;~ ~"fi1 Z~1;1 ~[1 "" ~~~~~~;~~(t~g;r~~lr"~ $CW.~~!: ~ ~n: P1i:lJ.l.':.. St. Paul Office 2335 West Highway 35 St. Paul, l<lN 55113 Fax: 651.536.13 ~X-~~ ....~'~..:>: .t J!JA Bonestroo Rosene !f,ii Anderlik & . \11 Associates E:."Is!:,,:~r:; 5. A.~itr=; --~.....= NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS STANDA.~D DETAILS CITY PROJECT No_ 790 II () CO o N !2;;::l;; ~6g ~~~ !~~ g~? i!:~~ c_ ~~ ~~ ~~~ E-";:: g~~ g~~ II! ~~~ ~-"" ~t=j~S ;!i~ !;l:'"-~ ~g~ ~~f lH r<>;:;" ;;; ilf , ! liii / >:1 ;~ .~ !1"H'S: !~!B l!~ !;'j ~~i '" ~ . ,~ :..:: 72\Ccd\D n o z n F.;kI! ~GJ ~ 5~n~ z~ b !~ ~ 8.~~ li';;Q ~~T ;;2 ~~ ~ !l ~ ~ )~ ~ g i ) t !! m ~!l Bgg 5:l~ g....J ~8r~~ HO~T" Z ,,~~~~ L-J'El'i :;0' LO;>7Th Q'" ~i c:JfiT....."i ~ (Sf:! S;::;::CfiCAiiONS' , o o O~ ~s =~ / ?;gb~ ~~~K- s~~ ~~ o~ ~~ ~~ 0" ~i eo ~; g;... ;!If..ll ~S ;;~ Cg; "'0 !:iL- ~~ ~.~ II~ ~ I; ---.! I 1l[., /1r ''" ;; 0 . ~ '. H lU~ I ? I: it o' I"' I", I. . 's I!' VI' \1"\1' ~ ::~l ~~ \~". e: \f ~ \ '-J: i!'~ '"[g .~ i!!J~ nn 'Os:;;:;. ~!!~ -I i!'~ ~I n ~ ~ n c tz ~ € ~ g g b g ~ t:l ~. ~ ~ u: "."" -E ~~'..o~~ 8~~~=[t' ~~~;;~~ il!!I! :~ ~~~ ~~ ~:=g ~~ E ~ ~ " S - 5 ~ \ ~6S ~:r. <- ;;\2 ~~ E . ~ ~ '<:I2J" _!Or- l " j . I . I ~ ~ F {'.j t ~I i7.E ;;: ~;. ge; ~- > II~ I " 0 _c~n !~ 1- - I.,.... ,',"'.;:'" -If '.1 ~ '...-1 ~:::: ~. . ,. I", ~~ ~i \ o L;@-j;:; l.,',I.'~,..J., ' \tji':,: .. \.',', :;'<' 1- ~ - .". '" ::-.... . 1':,,'" LJ- , , ;J ~O '"z "", .b 81'0: ~~ ~~ ~f Eo ~~ ~[;i ! g~ ~H'l :g ~~ ~o ~. ~~ i~ ~g ~~ z~ gg; ~i ~C; f:l ~ To f[jti: IUl ~ o z OJ I OJ ~~l ~9~ =~[ gila. age.. ~ ;~ " b: [1 d "< ----g; ~i \; ,. ~ '::::0'" Iii ~t; ~il i~~ Sr- 15'" "" "" .Ii"~ rH!"!ETconnTW.llH:SFVX..$>'re:;n:..!lO....O"l/!l;FCIi'T~','" "'.AS FilV'AAro ET U! C:! l....~~'! \.n" r;;;,,!:1' S"~"'p:r.';S;:;;:.. #o.S:l H...l r ..... ,. ~~'l..Y u:o.'SD FR:;f~~ n.~::tR 0...._ ~=~ =8 ~=~.l~~{,~:'~ or ~"'$:l#.. :~ ~ ~ ~~~ I<:l =..n.1ll:: t:J.Tr St. Paul Office 2335 West Highway 36 St. PE!ul, MN 55113 hene: 651*631 r(!x: 651~E35 ~:::!:);.t.,.,-=~,< .JL1A 8onestroo EDi3 ~~~~~Iik & lIN Associates Er:;::'lee::o a At'dl!teO" --~....... NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS STANDAHD DETAlLS CIty PROJECT No. 790 (') OJ o Vl r[g~' ~~~~ 3 g'~~ ...5 !2. '':;: :; ~. rlJ~~ I~H I' ,.:;. i I~ , I~ 1\ ,I H II H ~ I~ ~ o 6 11.. I'-U iJ41 Q ",' I~ ~II' ~! t I ~ I>>~ I:-J ',' ~ \no ~~ ~ ~ ',- I r: I r;-- H~ L't-~" ,~~ \ \N -- , --, \t ,. ,-, \ II 0 gF rri 1 I ' ~~. " u.r I ;a~ :I'!~ = l:t.. .. I ,L.~ i1~ ' \;i~ a :;. g ---"I s~.... :?5! ~;r-:~ == g~ ~ 1 ~ -- . :;"' .. co \:l ~Jl, ~s =12: $2~ ~p Hi] '15:> b~ !:i ;;; rCI .~n: n!i~ ti Qc ~ H ,," ~I -"", n , ~ ~ ~~Itf lV_II " .' j \ ; o ; :S/iO/20C5 9 \3405i 72CSOi .C'.'" 3A \3.105172\Ccc \.D 'l~ ~~ PE ~D SI<' <n, "" ! nL l~ H I ~",.",~J~, - r.t'::'_:"""'i Vi ran_, I ~ "so '~ m ~ i!i ~~i i~ Ii ~f; HI! ~~: I l ~ TLI~ ~ i fJ ~I f~P~ '" II Ii! 111~! \~ c ;U "'gb h ~ ~~~~ ~gg~ '" g ~I~ _ mm~!Ji i"l I> I I' " ~ l' ~}-;;r, I~ !(1,,~ ~ ""hi ojJm ; If i~;~ -/i;1 / "'8 :g~ iff! I 0- W' ii!= Qndl" 0"2 ~i;' F~-i~ c~R ~i<j" :::~~ ;;,.... I !il.';;i ~J~"Jr liii:2 ~G:; ZSI Q ~ "'0; /q g::; .~ %~ ~ ~~ :g', ,"", n~ l]"'~ " R" ,. "1 ."- ,0'" ~ t s" g ~1 F- ~ I ~ ' ~ ~! ~ ~ , , " , ~ , ~ ~ " ~ . , , ; ~ _ t::1U'l C .~ ~~~ ~ ,<~Q ~ ~~a [;; ~'1;~ n ~ ~~ ;::;:rJl liil ~~~~l ~Hl 3 o T 1 .",'. ~ ~ ~ ~ ~ E i1 !"i E ~ g VI ~ .. % o P !-~ ~ !-'!'-' :-," Ili!lii!il i rl 1111 ~~ .... !> g15 ",I> "co ~~ jjt..:.! q~ .r-'J ~~ .., ~~~~ll;{1~i~~?~~'t'~o j,pP~1:i:l ~ ~~.t.~ :=I=n;;;~ St. Paul Office 2335 West HI;hway3 St. Paul, MI. 55113 fax: 551.636-1311 ~~:;o~:~ ~,t....~...;o: I: ~~ 'n' Bonestroo ~ Rosene Wi ~:;~~~~ 51;~,ee."S a A..:;.':~ -~ NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS STANDAHD DETAILS CITY PROJECT No. 790 (') (Xl o 4'- ::: ()ClZ g09 ~......I!:1 (-;0 z9 ClO ::.:5 >' ~~ c:;-! l.n> z 30 ",0 r"'15 ~6 ~i "' rii 8 1;; cz 51 ::::i:f;:::::cn ~;w~~ Qg:::o",C') ." ~~~~0 <~ =<8)~Sa ~: -n ~o ~ -< < ~ 2.g ~ WJ - m ~ liT ~1~ [ICP" !;2 'z:B <" ,'" zz o $. g -~:- j - ~ ~~~~ I-lOOO :::..,,-:0 '" ." ~ q~ ~ 2' N ivl t+ 6 I E I U ::D o u 22 fT1 --I )> ::D -< Z 'i o :;::) $: )> o z ~~OJ8@ ~ (ll p _ -l,. t: 0.. n -,.... n ~~~~ ~ bPs; ~ i36~2 g ~ 6:~~~ a ~ zmO.... 0 c ~~8OJ8 :: ~ -<X~ " ~ 5- NI5 0' Q :J >1> 3 >>~~ a < ~ -, ru g GlI GlI GlI Gl Z ~ \l\l\l\lcc ~ :iill~ ~ !l ~ 81~ ~ !; a II if 5 m....l.c'oc.o3g ~ r:r- !; 2- "'I'" "'I'" 2 OJI Gl L'JI '-'] 2 ffililllffilffi [!J:!l!!! lJlOJt.UNQ02 :I~I~I: ; ;,~ 8~::!8~gCl I b, (."1 ~,CD ~ ~ ~ I" 'I 0 Ia IPJ =If:O::n r.: !f:' qqqq ~ ... 1+11+11+11+ m ;0 lOlO(O(Ql.:..:_' ::J$~~~3 o Con -l."'-J' ..J. tb tbjtbltb [!J t!! ~~~~~3 en NAN' N 9 9 tiJI01 en ;0;0::0;0 N' "0 0000 ~ -. uuuu -g "'10l 0l10l [!J" Z OtDc.DtOQ< ~~~~~~ '" "'/'"1'" M JiJiJi,j ~: ~ :1;1;1; [!J s g O~PJ;--iQr.!~ 0_ c..'1 ....10 co ::: ;::L ! a " Q m ~ -n ~~ g~ ~~ Ld :J o o '" m ~ )> Gl s: N l'1-:::'lz ~ tf).............)>.............z 0 z ~:zr:::;orri rri AJZCOAJl'1l/l OU1s:AJ l'1> "'10 O>Q " l'1u)>)> O':l>)>ZCl U1l'1Z' S::U10::jS:Z 250:cz fgE;jc!~~o z"TJPO OzAJ -l"'1 'Ol'1;:;:: 'ClS8~~z ~AJo!-f1 o 0- -l Oul'1 "'1 U1cS8 zfg6 z NOZ 00z ~ (Tl' f: (;j tf) AJ 0 u >-lu :;; "'1 < G;AJR r ~ 0 I~S o J>::2 <3"'10 o Z u o:l> s: I - -AJ-l u 0 Z t7ioo o r;:; Cl NfTlZ Z u OOU1 l'1 0 AJ 100 Z u 0 ""00 uJ ~::;; ""ZZ - 0 0"'1 -l Z fTl AJO o Cl 0 fTlAJ OJ U1 -l ;:;::s: fTl s: 0 ~ J> S:O u -< C J> AJ 0 Zr o OJ fTl IJ> 13 fTl Bi P;:;:: fTl > fTl fTlU1 000 -l "- U1 OJ C s: fTl?> -< ~ ~ ~y> s: l'1 C 0:-1 > 0 "'1 zs: Z OJ > U1' C -< 0 , 0 ;; C c! ~ o 0 AJ OJ -l fTl fTl C Z AJ AJ U1 fTl l'1 OJ AJ 0 -< ~, ~ DEPTH u )> --I fT1 Z --I l/l U fT1 Z g Z o I )> r r ::D ~ --I l/l --I o fT1 Z :::;; :::D o Z $: [Ti Z --I N r r o ~ ! i ~ ~ ~ w ... ... " 0- ~ o " n " IHt1i:tETCtlr.nl......tDi$F:..lN.SFrc:;-'-"n:;~C!l"Rrp~ S'.Jll'.n "" m.sPRD"AAroE'l'Ii;::CillPCrRw.":;$.r=rSl.:?ti'1'o~>:::s _ M<.':I tJ.>>,T ( ~ " l)l.:;..'l' U:OlSro F11::>r.s.sr-..... o;~:!,crR c.=w.-.; "'c \.!N:;V!Tiirv."'S C"H<:S>ol.tt::r w:.......rsCT.I.. _ F1tm o;.w!:_J;~~_;>.~-:'~~~ ;;;:s:::;".m_ ;l;>p;:::;r:..!J ~"':: - - s:c""'t:.;r<E: :t.t.rr 11$:":.AAT ::;o~ CATr w.....:..,,~ ~~-~ln St. Paul Office 2335 West Highway J St. Paul, MN 55113 Fax: 551-535.1311 'I':=r:."!:.~!(t~:c:..'i::' Jl14 Bonestroo Rosene ~ Anderlik & t \.J" Assodates E..,;!tlee..'";Ii.Att:!1!~ ....w~= NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS V281 SYSTEM DETAILS CITY PROJECT No_ 790 o (Xl o ()1 CST ~ 1:1:::,22 3/:0/2C'='6 ,3 405172\Cc d\ D>;'(')\ 3~o5i 72CeQ2.d'''g ::\3 mO'"Z~aJ ::Gl O~~ S=~()~O ~ c. ~: 3 ~ ::l C1:I 0 ,...... tr.I CL () :: 3 ~ o~o a _ Uj........-o :~~N[ 0- CD C =(/j ~"'2..::"'2..o Ul 0 0 c ., a ~~~ co .., '" 01 Gl' CO C x~ ............. 0 :J ->. (J1r-UlCLN :: 0 CD _ .., ~ X '-l.Q .... 0 m ~ 0 ~ .:: .2::2- rn g :r g 6'::r ~ :;;:-- 0 UlwS-= o :J'::T .., 0 " Gl =:, ::;: o ~ r'1 <> ~ CD U) t'-' Ol N L' r" q -:j:- c.n r" 0, =\' o u o '" " 0. .., o R- 0" o '" " Oi' '" 5=Q"'E.U1::: -. 0 0 C1 tn :J M- ^W"':::r ::l '_ rn en ::: R- f'loC5:o- '" ~- '" :J'~ -. e " 0 3 '" ~- o ;J ~~o " '" e '", O"~ ~ 0 ~ C1:I 3 ro o 0 ;J ........-+-a. n " q:::ra. '0 ~ n-o o 0 . 3~:::> -0. d ~ 1;' 3 " " ~ 0.'00 '0 0. " '0 :;: ~ -. -5' c: u ;;0 o ,:3 Zf3 o iiJ-o :>, F.;o ::!l (]) ~ O. ~ 2" R- ~3 ~ 9...:J Ul '^ t'l Ul g; g: (J1 e;J 0 ~o ~ ;J ~ -. o " eOl '" tr.I::: ~ ~ " ~ I () ^ <D. 0" " ;:;: n e 0 3 3 S. -g o n e ~ '" " 0. 8' 0. ~ ~ ~ ::T ~ ~ ~ ;;0 o zi:3 00 (1)r+ nr+ :>0 F.;:3 ;;0 o :3 Z~ 0-1 (1)0 ~o (]) r+ ~" ~~tv~t;-""~~~'2f? ~ 0 0 _ 0 ~ ~.. , g cr=!'l~g-cr=(J10 0..... fI':r:~~~g:~ g-~ ~ ~ =;. ~ ~ ~ ~ g: .. ~;u ~ g'20 :: :J a..:: ;::;: ~ - -. ~ g s:> ^ (J1 (J1 '" '- () -. o 5' :s :;: ~ ""i I ~ c::Dmrl'1k>.tTH:S P..AA.. S>~r.:A..'"1::~. CI'! Jm"c.'l7~rR'.~ WAS I'flD'NlQ f!"r ~ Cil: '-"CO! ~ C~ SlPOl'....s:::IoI k'01k>.TI#J,lAt::..".;rl..l::O."SClFR:lf"E.'S~~ 0lWI'S l;...:lDl:Tlil;LAA'Scrn;J;ST"':l:CF""""~"'- Fll:NT~J"~:>C:,,:'.~"'J ~ IJ'~ ~-.r"<!: ~ llA':l: I"i~to:::. St. Paul Office 2335 West Highway 35 St. ?i!ul, MN 55113 Fi!x: 551.535~1311 ei1;>'"1;s,J'::-~. ~t~'!. ......H:::....--= t ISt:CITS. JLlI Bonestroo Rosene ~ Anderlik & .V. Assooates Erl;:l'!t:e~7 .&. A-:::h.~ .....~.= NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS SOAT RAM? DETAILS - ALTERNATE No, 2 CITY PROJECT 790 () OJ o Ol 1'1 kl~ Co. ITd, 70 l r~~ - 0 o o N /2 Ave N 60th Ave -;~8 10 , :~II'o l~ r;-o .A __ -004 : 60 :11\ ;~ (1000 , 10 II I" jg ~ ~'l I i i i ~ II a 7.<:' '::/21 <:;'1 !-'" ~;-> l5 ::;; 00 1,."1 R o +<:::0 ..... f.l c no ::.::: ~ p~ ~ ~ ~ g ~ Vi ~ r- ... 5 ; i ~ ! ~ i ..;.. C') 0 , >" 9 ~ ~ r- m n ~ ~ ~ VI m C"l "tl Z Z ~ ~ 9 ~ m o VI Z o _ ;-i ~ ~ ~ ~ .3~GSl "7 N m " '> '" '" Vi '" x ~ ~ ~ '" '" ~ ~ " m ~ ,-,' 3~05n 'l.,_ CD o o '" Cll )> ~ Z -g Ave N CD o o ::l Cll )> ~ z \l,~oo= A ~~st ( 0;0_ II ~ l~' 8 ~ II . , ~lr.hl~L '! 8 ,:,,hl== '! .v 61 / i -\_. - -. ",I". ":jbPU ',',) . I: :. . -; I ~ < "" ;::: "" z -; ;::: > ;0 ^ z Cl r "" Cl "" Z o @1@1(~:+~10!8i9i81e1~ ~ ~ ~I~: ~; N:I~; ~ 8 ~ m G ~ VI V. V. ~ ~ ~ ~ 0 t Q g ~ > ~ ~ ~ ROB 0 5 ~ Z Ci :::E ;0 HHHH; ~ ~ 3 ~ ~ ~ 21~ ' )> r-1]"':" N ::v > > ::v > x > Z ~ % 5 % u ~ a 0 I x ~ ~ ~ ~ ~ Q t I ~ ~ ~ I I ~ u ~ ~ Q ~ ~ ~ r ~ )> r-1 M = ~ ~ > > Z x x u I Q M Q M ~ ~ ~ u ~ )> ~ x u x c: r 12 ;::: -1 ::g ; ~ u 8 > -1 ~ ] c z:S~-i:gr;:,]>8 -i -i ~ C < U-i I ~ I g 8 ~ ~ ~ ~ ~ ~ ~ ~ 0 ~ 0 m ~8~ g@'~~ o Ci ~ :;; r-1 ~~;g :sg ~ r-1 g I > ." ;2 r:;; o -< ;;; (') '" /2 Ave N ~I~I'~I~I~I~I~I~I~I~ g > > )> 0 m m ~ ~ 0 )> 2 2 2 ~ ~ ~ ~ ~ ~ ~ ~ '" ~ W ' tr ~ Ii" : : t // i:,',;, ~ o====o==o====oo=~ooo~=o=o=o=" ~J N=62~d=A~;=NO==ooooo o . OJ " H:;;{ ,p~ .:>'0 J HO'!!9":' tVlTJ'T r.....r TKS Fl..l.N. Sl'cc.n:>.n::,,- Oil .'It?C~~.= ...'O'SFRt..AAUlS1"IoI!ClI 1,'l<O=c;l Vl't'"J'!r:!S-v"'CJt.-:s:c>< Al.-:l1W.TIAlJ J.C'"....;,.Y.u:!kSt::l"li::n:s~P.-;;:;'.!..t"'R tAAil'N ll>.::;;I1TH;:l,O....scrrH<;S1'O'T!Ci"",,""-...;;:;::r..... ..;to,,: w.I.Il::; _'=.=~ P. :::-.:~=.,.~ cts:ct.-:ro .<J>1'1I:;:1i{:l ~ F~.N:l.. ~.....~~ ::.o.lt St. Paul Office 2335 West HIghway 35 St. Paul, MN 55113 Phor,e: 551-636-,,500 Fax: 651-536-13'11 n::;;'~AA~k~'":''':;:s.:.-:.. JOJ ~~~~o ~ Anderlik & ,U, Assodates E:';;!:1ee:~&A...:;:!'l!~ --~=.., NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS BOONE AVENUE NORTH SIGN'NG AND STRIPING PlAN tj o -" Ave N I I , !I I! 11 Ii I' ,I ii I". , [I t..., Ii ~ I' ,I Ii 'i li I; Ii I' ! II " l' !I i Ii II II !J !j Ii ,', iI 1 II, '" Ii )I~ I' "::I J '!e. II 1,> I' ,i< II 'IQ ,I I,z Ii il 11 Ii I' 'I 11 II [i !i Ij II 11 i; [1 il Ii II Ii Ii [j Ii '" '1 ~ " Ii " !I ~~~ Cavel ./- Iii ~ I 1/ 1, I 'I I, Ii ~ I Ii = I l' II I d . Ii ~. I' ,# j! ,,/ ~"'- (i \1 I' II to \\ ~ \~i \\ ("')\1 =\~ g.. 1\ (l) \\ \, ~, r.s -C. 3/;0. \.:!, \2405; 72\C::::d\D...;:\340::1'72";':;;C u > < r>1 ;::: r>1 Z -i ;::: > ;;0 ^ '7 Ci r- r>1 Cl r>1 Z o 1@1@18IeiQ, ~I'?I''''I'''I;~' 2i;:::;~Nln> _ r- ~ Z !:;1 ~ -:J .~ e~ , ".'NIN -: :.::. r--i '''' ~ ~ lnl~ o r- 0 :;::::;: i5 C tJ) S2 0 Ci ~ o :::E lJ ~ t~; :;: -< Ul ::; 1 F ~ ~ r- 0 ~ :E g: s: Q I ;;::; M r I x 0 ""0 > t'"'1 >-;rIJu; Z fT1 :> :> n -;~Q~~ > :::! = u 0 ~;:: Z Z -; ~ r' !--l ~ :"' N -:::::I tn FE &~ ~ >: Q~ 2 v: n 0 ! ~~ ~ '" 0 Z . . VI : ~ d . " '" i2 :s; m a : ~ ~ o~ 8 ~ ~ t:I " -< ~ l/l ~ ~ ?: R ~ ~ ~ ~ ~ ~ l"1 Z :;:0 ~ [:i z ?' ~~ !W [r HSi'I PC .pQ ~:;~7,.;g;~ r::r ~"t.,.~ur~~t~t~~~~~: s.;>t.n k~-:l1W.r I ,\/,l A ~:J!,T L1:to;sU\ RO~ (M,;;Nttll C'U,,~ ~~i!~~::'l",.Up.l~,<S;:,~t c;- ~"""-r.SY:"A. cn::.'O "-"I'Il;1\o'W s:cw.n.r,tt; ;:.l:;:; llolr;: ~:..!. ~'C. St. Paul Office 335 West HIghway 3 St. Paul, I'm 55113 hone: I Fax: 6 JflA Bonestroo ECEI Rosene 1\I1 ~~;~~~~ E.~.;!:'l~e.7 Ii A"'t:.!1~~ ...-~'" NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS 62ND AVENUE NORTH STRIPING PLAN ~ o N , i,' ~ \ ii' 1/; tj t ~ 156 cs 2: L'-',,:;: " Dwg\.31.05172T20 :;4\3';05172\Cc Winnetka Ave N County Rd .=::=========;:~======== ===============~~~~~ "ACTrl E>aSllN,..~~!."" I:) ',I 0-'::;.J ~ : ~Ij I ~ I ~ III II '1 I 1:,1 !I I I'.' II Ii H-e I II ~ I" II II I J l! I Rhode Avenue Sumter Ave "'~ -<g ::> "'=' 5~ ~d :Eo p't"1 ~~ ~~ -~ .J _c7 I I:" 91@1@1918ic:i ~ < '" s: '" Z -i s: ~ Z C'l r 1"1 Cl 1"1 6 ~ ~ ~I~ NI ~~~~~ ~ ~ ~ g > A A 010 ::1 z z ~ ~ 22 ~MS~?~ ~ F= ~ 0 r'1 0 ,', In ~ ~ [j!~ ~ ~Ir-I~ ~ I M.::: -< c: r- ~ ~ 2 ~ >_rC"lxo ~~~I~~ I -lX;:z~ I -0 -; -i ~ ?O>~Qlg ;:2]2-;-o>Z 8 ~ I ~ ~ 0>""'- -! "'0 rr1 ~ ;;! 2! 'I~ r'1 g 8['U ;; " " -! r- r:; '" iii () 0 /"111..... '" i'i r'1 IV< I-I~ I'" If! -....! O'l N v.: .... )> Vi O'l t.,.I .,::.. O'l "'::>' co ..... .:>. t'-J U'J ~ r _ r r- ...." -; ""1!....,I..,.,...." -< Island N II li 'I'l-a^ "/~' pUDlsl -apo4B"::, ii Ii 0) iju;" ;; r+ :; )>- " < n OJ :, Z II 11 it E il i Ii U 'I Ii iI Ii ,~'~K~'" ~9o.9(\'O ,.~ N IS c: r' -?'- !-" ~ :-' ~~ cnStn$ ~ :;:lwocqo ~ ~S::-i~Q~ ~,," :z~ -<P ~ ~.;J~ g rrl 0 _ > Vi :::e v: 6 ~ ~ q Bi x ~ b -l 0'> Z Z 0 - p C':l Q ~ g ;;; l""'1 c .... -' 0<: a ;; : ~ ~ - 0. 8 ~ ~ ~ ~ ~ ~ ~ ~ ~ Q ~ ~ C':l ~ ~ ~ :tl Ri :: ~ z \; ~I]" i~g EN;) 0;- I).ATCH ~._...- NaN" DUD!S!nol ='"='"---.--.-.- .:;:~ ~r""V- en ~ :u 03 '" :!:: T o o 01 ~;Sl< .;~:: ."C ~~{~~;~~$~~~~~f~~ ~ ~ R<:J.1<:l ~""'l'1;"t: C;l~';:~, St. Paul Office 2335 West HJghwav 35 St. Paul, MN 55113 hene: 651~E35 Fax: 651-535. ~ .4Ll4 Bene.troe !EEl Rosene ~ Anderlik & ~~~~:~:;: .....~= NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS 62ND AVENUE NORTH STRIPING PLAN !'i o 04 r "" :'10'. 7'CS ;;':iJt:> \ 3.~ \:;A 05: 72\ C Co ci\. ]>"c \::: ~OS, 7 2El 0 l.o, 2'-6 ~. n ) T ~~ c "+-'~ :::; 5 ~ ~ <Jj '1 .~' I .'-011 -IHH 1,.1~ :h~I...~..lcc -' ..~ I ~~ ~ ;~ ;, . z~'") 0,......., ~, o i(,) g,l~ in ru I~ i: I> Ii,...~ ,?; 51(/) -i 1':Tl cg() E~ ~e~~'" ~ ~ :::$: I ~ I ~-I ~~: ~~ ~ ~ ~.~e ~ ~!::l ~~i ~ i: C) E} ~~': ;1 ~ ~, I" I~, '~0 b -<:- \ i , . ~, o (~) IT] W \ "'" (D ..... ::r ~ . m I ~ m z o ;+ ::r , i = = '" ~y~c CIo... St. Paul Office 2335 West Hl;hwilY 35 St. Paul, Nt: 55'!13 Phone: 651.636...600 F<!x: 651.636-1311 e:~."'(:!::",=c. ~::sn.'!.. ~~O<::< I: ~!t!. t<.-::.. Z~:::: iiili,i II:~ !i;; J14 Bonestroo Rosene ~ Anderllk & 'V, Associates Er';!l:e~'$.!I.A.oo:::!l~ ........~~ NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS 49th AVENUE UGHTED BALL FIELDS-EAST PARKING LOT ELECTRICAL UGHTlNG PLAN - ALiERNATE No. 5 " -1 , ! 'i f I l i \ I I i f ' 1 . " '1 I ,I, I I l~ ! 1 i 1 i j i. f ~ li G. Decatur -:--f: ~~_:~--,~:,; I 'I" ::t> H JTl -" o -" 2'-6 .: ') UI ~~~ ;:::J!2n ~^ '"~~ I 8 ,> aU1 -+ ,,., ct(") gl~ '-6 <$ 'f ::.L.3' I. T ~4~ c:~ =1 6 ~ ',' < 6;-011 n ~ <, . TW i~lm linn -(11 ~~ g ~x ;::: ;t; ~ g6: ~ '10 glo -IZ ~ !g ~b I'" 19 6 i> [;:21,;2:: ~ C;:T ~ -, 'Y2::.DS :;.: \:::4 D5172 \C co\ D~i;; \:::~ DS! 72 ~ WE.d...;::) \/ IlIIII! I !q~l 2~. !I~ il~ ~~I ~ ~~I: _, c. ,~ I~ I~, Flag !> Ave. </2~1,,\i'>) \') i _ G ~'~'- ""-'-C~ ""~~i2' -----------3; i,L-l' , \ '..:::::.....~~ //%,@W' - , I ",------ /., 0 - --------1" \ -.., /. /' / \ \'"'\, .------....... ....~/ // /' , ~,-<\ ''''--._,:''/j/,. ....'., "......'C... _"''-/j/'' ./ ) ..... '// . ~l:: ...:--=-=r-:::W ( I::; r~ ~j!' / "- !J(I! i ' "- ~iJi" - r', /----JitJi: : :'..1 ;' I I , I G (.'; 8 }!l m o -< ::J 1) > r r Q "< z G) " s; z -l'- to .... :::J ~ (1) ::::l C (1) Z o ;+ :::J I I I I I i I I , - ~-~ ::' G>--:::::--c---4.~ ~~....... ~ ..............._\ ~ \\ r \ z \ o -< m "! // _.// ./ ----..--- , / i!lll I::~~ Q ~~ !Ii! r'- 1.:i-.1 \. ('" .J Ensign Ave. N .X: I I II II ! I II II II I' II ! ! I! I' I I II I! 'I I! II IL_ -'1'1 I I i I . I "" "" _'x:. St_ Paul Office 2335 West Highway 35 St_ ?aul, MN 55113 ?hone: 551.536-4500 Fax: 651-536-1311 =E:'<~~~. ~:u~!. "'~~lI< " ~ru. ,..::. Jl1J ~~~~o ~ Anderlik & 'IJ~ Associates &1l;!ne-...r.; Ii A.-m:~::::s -~ NEW HOPE, MINNESOTA 2006 INFRASTRUCTURE IMPROVEMENTS 49th AVENUE UGHTED EALL FIELDS-WEST PA.'<KING LOT ELECTRICAL LIGHTING PLAN - ALTERNATE No. 5 rr1 .... o f\:l