Loading...
IP #974PROJECT NO. 974 2016 Northwood South Infrastructure Res. 2015-154 10/12/15 Resolution providing for the sale of $4,040,000 General Obligation Street Reconstruction Bonds, Series 2015B (improvement project 974) Res. 2015-167 11/09/15 Resolution Giving Preliminary Approval for the Issuance of the City's General Obligation Street Reconstruction Plan Bonds in an amount not to exceed $4,040,000 and adopting the City of New Hope Minnesota Street Reconstruction Plan of 2015 through 2019 therefor (project no. 974) Res. 2015-168 11/09/15 Resolution authorizing the preparation of plans and specifications for the 2016 Northwood South infrastructure project (improvement project 974) Res. 2015-197 12/17/15 Res authorizing issuance, awarding sale, prescribing the form and details, and providing for the payment of $3,825,000 general obligation street reconstruction bonds, series 2015B 2016-25 01/25/16 Resolution approving plans and specifications and ordering advertisement for bids for public improvement project No. 974 (2016 Northwood South Area Infrastructure Improvement Project) 2016-49 03/14/16 Resolution awarding contract to GMH Asphalt Corporation, for construction of public improvement no. 974, (2016 Northwood South Area Infrastructure Improvement Project) 2016-87 05/27/16 Resolution approving a change order of $12,239.13 for replacement of Sanitary Sewer on the Northwood Lake water quality project conjunctly with the 2016 Northwood South Infrastructure project (improvement project nos. 938 / 974) 2016-132 11/14/16 Resolution approving change order #1, in the amount of $41,679.25, to complete a full depth pavement reclamation and wear course paving on Gettysburg Avenue North between Hillsboro Place North and Northwood Parkway for the 2016 Infrastructure project (improvement project no. 974) 2016-133 11/14/16 Resolution approving interfund loan in the amount of $750,000 from the temporary financing fund to the street infrastructure fund for 2016 Northwood Lake South Infrastructure Improvements (project no. 974) 2017-61 4/24/17 Resolution approving change order #2 providing a new substantial completion milestone of May 26, 2017 for the 2016 Northwood South Infrastructure Improvements (project no. 974) 2017-72 5/22/17 Resolution approving Change Order No. 3 for $47,953.78 to GMH Asphalt, Inc. for the reclaim and overlay of Independence Avenue North (Northwood South Area Infrastructure Improvement Project No. 974) 2017-73 5/22/17 Resolution accepting petition for public improvement and assessment agreement and ordering project for Independence Avenue North (improvement project no. 974) 2017-126 11/27/17 Resolution approving final payment to GMH Asphalt in the amount of $44,592.43 for the 2016 Northwood South Infrastructure Improvement Project (project no. 974) COUNCIL ro�%� Request for Action Originating Department Approved for Agenda Agenda Section Development & Public Works November 9, 2015 Planning Item No. B.: Bob Paschke, Dir. Pub Works By: Kirk McDonald, City Manager 8.1 Resolution authorizing the preparation of plans and specifications for the 2016 Northwood South infrastructure project (improvement project 974) Requested Action Staff is recommending that Council authorize the preparation of plans and specifications for project 974, the 2016 Northwood South infrastructure project to be performed by the city's consulting engineer, Stantec. Policy/Past Practice The City Council routinely considers public infrastructure improvement projects to best benefit the needs of the public, to improve the quality of life and the level of service provided to the public. Background The proposed 2016 Northwood South project was discussed at the Council's September 21, 2015 work session. This project has been expedited as the council chooses to continue with an aggressive pavement management program when bonding is available. Staff and Engineering have discussed concepts for proposed advanced street improvements in conjunction with the planned maintenance. A feasibility study will not be required in this area, as there are no tax exempt or otherwise assessed properties within it. A neighborhood meeting will be held in January to exchange information between staff and residents in the construction area. The proposed project at this time consists of a full reconstruct of Jordan Avenue from 36th to 401/2; Gettysburg Avenue from 36th to Hillsboro; Hillsboro from Gettysburg to Northwood Pkwy; Flag, Ensign and Decatur Avenues from 36th to Northwood Pkwy. The utility infrastructure improvements consist of water and storm sewer replacement, with minimal sanitary sewer improvements. Mill and overlay street improvements are considered for Northwood Parkway from Boone to Jordan Avenues; Independence Avenue from Jordan Avenue to Hillsboro Avenue; Gettysburg Avenue from Gettysburg to Northwood Parkway, as well Jordan Circle; Northwood Circle; and Boone Circle. Motion by 0,�Lklf Second by To: l:\RFA\PUBW0RKS\20l5\9742016 Northwood South infrastructure project\974 Authorize prep of plans and specs\Final - 974 authorize prep of plans and specs.docx Request for Action, Page 2 November 9, 2015 Staff and Engineering have researched and noted that a number of street sections in the listed area have history of water main breaks and specific problems, and that it was necessary to prioritize water main replacement in the 2016 street infrastructure area based upon street condition ratings, water main break history and cost/improvement benefit as well as to develop a plan to restore roadway surfaces at an advanced rate due to the deterioration of surfaces in large portions of the city. Plans and Specifications It is staffs' desire to advertise bids for the 2016 Northwood South project in February to recognize conservation of funds seen in early year bid releases, as well the economy of projects in size, scope and diversity. Stantec engineers will develop plans and specifications to coordinate all actions for the project. The proposed project schedule is: Authorize Plans and Specifications Neighborhood meeting Approve Plans and Specifications Authorize Bids Receive Bids Award Contract Start Construction Substantial Completion (Excluding Reconstruct Wear Course) Complete Construction November 9, 2015 January, 2016 January 25, 2016 January 25, 2016 February 22, 2016 March 14, 2016 Spring/Summer 2016 Fall 2016 Summer 2017 Funding The breakdown of estimated costs for the 2016 Northwood South infrastructure project # 974 is: • Street Recon $2.2M ■ Mill/Inlay $ .35M • Water $1.2M • Sanitary $ .2M • Storm .35M Engineer's cost estimate for the project $4.3M Attachments • Resolution • Engineer's memorandum and project map I:\RFA\PUBWORKS\2015\ 974 2016 Northwood South infrastructure project\974 Authorize prep of plans and specs\Final - 974 authorize prep of plans and specs.docx Resolution No. 15 -168 Resolution authorizing the preparation of plans and specifications for the 2016 Northwood South improvement project (improvement project 974) WHEREAS, Council is appropriating bonding for the 2016 Northwood Lake improvement project (improvement project 974); and, WHEREAS, the city has placed the proposed project in its capital improvement program; and, WHEREAS, the City Council accepts and will consider construction of Improvement Project No. 974; and, WHEREAS, Stantec will prepare plans and specifications for the 2016 Northwood Lake improvement project, and, NOW, THEREFORE, BE IT RESOLVED by the City Council of the city of New Hope, Hennepin County, Minnesota: That the City Council hereby orders the preparation of plans and specifications to be prepared by Stantec, the city's consulting engineer, and authorize the mayor and city manager to sign. Adopted by the City Council of the city of New Hope, Hennepin County, Minnesota, this 9th day of November, 2015. G✓L �u. r Mayor Attest: City Clerk I:\RFA\PUBWORKS\2015\974 2016 Northwood South infrastructure project\974 Authorize prep of plans and specs\Final - 974 authorize prep of plans and specs.docx 5 Stantec November 4, 2015 File: 193803348 Stantec Consulting Services Inc. 2335 Highway 36 West St. Paul MN 55113 Tel: (651) 636-4600 Fax: (651) 636-1311 Attention: Bob Paschke Director of Public Works City of New Hope 5500 International Parkway New Hope, MN 55428 Reference: 2016 Northwood South Area Infrastructure Improvements - Authorize Plans and Specifications City Project No.: 974 Dear Bob, As discussed, we are requesting authorization to prepare plans and specifications for the 2016 Northwood South Area Infrastructure Improvements. The improvements generally include improvements to the street and utilities within the project area located south of Northwood Lake, and north of 36t" Avenue North (see attached Figure 1). The estimated total project cost for the street, water main, sanitary sewer, and storm sewer improvements, including indirect, is $4.3 million as shown below. Improvement Estimated Costs Full Reconstruction - Streets $1,833,333 Mill & Overlay - Streets $291,667 Water Main $1,000,000 Sanitary Sewer $166,667 Storm Sewer $291,667 Total Est. Construction Costs $3,583,333 Est. Indirect (20%) $716,667 Total Est. Project Costs $4,300,000 If Council chooses to move forward with this project, authorization of plans and specifications could be given at the November 9t" Council meeting. The improvements could be designed in the fall and winter of 2015/2016, and bids could be opened in February of 2016. Construction could be completed during the spring, Design with community in mind November 4, 2015 Mr. Bob Paschke Page 2 of 2 Reference: 2016 Northwood South Area Infrastructure Improvements - Authorize Plans and Specifications summer, and fall of 2016, with final pavement wearing course completed on the reconstruct streets in the summer of 2017. If you have any questions or require further information please call me at (651)604-4808. Sincerely, STANTEC Christopher W. Long, P.E. Attachments: Project Location Map Cc: Bernie Weber, Dave Lemke, Shawn Markham, John Blasiak- New Hope; Kellie Schlegel, Ann Dienhart, Adam Martinson, Megan Albert - Stantec. Design with community in mind w w a ❑ � � u 'a vul ' x .10 V2 AV[ N rI 475405 Crysta Plymouth wH o 0 bbinsd e `11. LC�`� liUf�F1YC3lSir l.iJ 71 z W W 2 0 CO I Ntil)t• ` r� 8ld4N N 66 x r' 3-T- AjW K C� N Full Reconstruct r �111L1sR{SRo r N Image mjrtesy of�.USGS E arthstar Geograpnles Mill and D�erlay Corriarabon ., 2016 Northwood South Area Stantec Infrastructure Improvements �°wAd n,i«n�eia,�i m New Hope, Minnesota 0 20D <W aoo(Al .a-ld..., .18 I a/pe COUNCIL B61V /5' 15797 Request for Action Originating Department Approved for Agenda Agenda Section City Manager November 9, 2015 Public Hear Item No. Kirk McDonald By: Kirk McDonald, City Manager 7.1 Resolution giving preliminary approval for the issuance of the city's general obligation street reconstruction plan bonds in an amount not to exceed $4,040,000 and adopting the.. city of New Hope Minnesota Street Reconstruction Plan of 2015 through 2019 therefor (improvement Prod'e'ct 974) Requested Action This is a public hearing to consider the issuance of general obligation street reconstruction bonds for the 2016 street improvements south of Northwood Lake. Staff recommends that the Council receive the presentation from Ehlers and Stantec and then open the public hearing for comments. After comments are received a motion should be passed to close the public hearing, and after Council discussion, a motion should be made to adopt on the resolution. Representatives from Ehlers will be present to explain the process for the issuance of the street reconstruction bonds and the city engineer will be present to update the Council on the past/present/future street construction projects. Policy/Past Practice It is the practice of the City Council to approve the sale of bonds in order to help finance development and/or infrastructure projects throughout the city. Background At the September 21 work session Council discussed the need to continue an aggressive action plan for street and infrastructure repairs, and it was recognized that the street infrastructure levy cannot fund all of the costs. It is proposed that the city address infrastructure needs south of the Northwood Lake area in 2016 and north of Northwood Lake in 2017. At the work session Council was supportive of issuing up to $4,040,000 in bonds to finance road improvements south of Northwood Lake. The city has the ability to issue up to $10 million in bank qualified bonds per year. Earlier this year the city bonded for $5,960,000 for city center infrastructure/streetscape improvements. Staff and AEM recommend bonding for the remainder of the eligible bond funds before the end of 2015, and Council was supportive of the recommendation. Motion by: zL d& A �- 0, Serort&-by V a"JLVI/ VI i " r / � I:\RFA\City Manager\2015\q- hearing for bonds 11-9-15.doc Request for Action, page 2 November 9, 2015 At the October 12, 2015, Council Meeting the Council approved a resolution providing for the sale of the bonds and scheduled the public hearing for November 9. The attached public hearing notice was published. Ehlers Ehlers has prepared the attached resolution, five-year street reconstruction plan, and sources and uses statement for the bond proceeds. The Council should note that the street plan only includes the street reconstruction project for 2016 (streets south of Northwood Lake) because that is the only project that will be funded with the bond proceeds. The city does have an existing street reconstruction plan that includes projects in future years, which will be presented by Stantec; however, it is anticipated that future projects will be funded from the street infrastructure fund. If bond proceeds are needed for future projects, the plan could be amended. As noted at the October 12 Council Meeting and in Ehlers memo, the Council must approve the sale of the street reconstruction bonds by a unanimous vote of its membership present. Although a referendum is not required, voters may petition for a referendum. If a petition with at least 5% of the voters in the last general election is received requesting a vote on the bond issue within 30 days after the public hearing, a referendum vote must be scheduled. The reverse referendum period ends on December 8, 2015, and the offer on the bonds will be presented at the December 14 Council Meeting. If the bond sale is approved, the tentative closing/receipt of the funds is December 30. Per AEM's previous memo, the 15-year bond will require a levy of $249,848 for taxes payable in 2017. The estimates also assume $500,000 from the water/sewer/storm water funds over the term of the bonds. Stantec At the October 12 Council Meeting, the Council requested that information be presented at the public hearing to indicate the miles of streets that have been improved to date and the miles of streets yet to be repaired. The city engineer will be presented information on past, present, and future street projects and the projected improvements in the pavement rating index. Summary Staff recommends approval of the resolution adopting the Street Reconstruction and Overlay Plan. Attachments Resolution Public hearing notice Ehlers Street Reconstruction Plan for bond proceeds/Memo/Sources — Uses Previous correspondence from AEM Financial Solutions October 12 Council minutes Stantec Street Improvement Information Resolution No. 2015-j_U RESOLUTION GIVING PRELIMINARY APPROVAL FOR THE ISSUANCE OF THE CITY'S GENERAL OBLIGATION STREET RECONSTRUCTION PLAN BONDS IN AN AMOUNT NOT TO EXCEED $4,040,000 AND ADOPTING THE CITY OF NEW HOPE MINNESOTA STREET RECONSTRUCTION PLAN OF 2015 THROUGH 2O19 THEREFOR Council Member London introduced the following resolution and moved its adoption: A. WHEREAS, the City Council of the City of New Hope, Minnesota (the "City") proposes to issue its general obligation street reconstruction plan bonds (the `Bonds") and adopt the City of New Hope, Minnesota Street Reconstruction Plan of 2015 through 2019 therefor (the "Plan"); and B. WHEREAS, the City has caused notice of the public hearing on the intention to issue the Bonds and on the proposed adoption of the Plan to be published pursuant to and in accordance with Minnesota Statutes, Section 475.58, Subdivision 3b; and C. WHEREAS, a public hearing on the intention to issue the Bonds and on the proposed Plan has been held on this date, following published notice of the hearing as required by law; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of New Hope, Minnesota, that the City hereby gives preliminary approval for the issuance of up to $4,040,000 aggregate principal amount of the Bonds. The Plan is hereby adopted, the same being before the City Council and made a part of these proceedings by reference. The City declares its official intent to reimburse itself for the costs of the Plan from the proceeds of the Bonds. The motion for the adoption of the foregoing resolution was duly seconded by Member Hof fe and, after full discussion thereof and upon a vote being taken thereon, the following voted in favor thereof: Hemken, Elder, Hof fe, London and the following voted against the same: None (Absent: Lammle) Whereupon said resolution was declared duly passed and adopted by the New Hope City Council on November 9, 2015. Mayor Attest: - Azz'e'.P City Cleric Memo To: Kirk McDonald, City Manager From: Jason Aarsvold, Ehlers Date: November 3, 2015 Subject: Street Reconstruction and Overlay Plan Projects The City Council will consider approving a 5-year Street Reconstruction and Overlay Plan (the "Plan" at its meeting on November 9tn. This Plan is being considered in connection with the proposed issuance of $4,040,000 General Obligation Road Reconstruction Bonds. In order for the City to issue bonds using this authority, it must identify the projects to be funded in the Plan. The Plan being considered by the City Council currently identifies only the reconstruction of streets and utilities within the South Northwood Lake Area in 2016. We discussed the fact that the city has an existing street reconstruction plan that includes projects in future years as well. Since you do not anticipate funding these projects with bond proceeds, it is not necessary to include them in the Plan being considered by the City Council on November 9tn If you determine that it is advantageous to fund future projects not identified in the Plan, you have the ability to do so. You would just need to go through the public hearing process again and amend the Plan accordingly. Please contact me at 651-697-8512 with any questions. www,ehlers-inc.com EHLERS LEADERS IN PUBLIC FINANCE Minnesota phone 651-697-8500 Offices also in Wisconsin and Illinois fax 651-697-8555 toll free 800-552-1171 3060 Centre Pointe Drive Roseville, MN 55113-1122 2015 through 2019 Five -Year Street Reconstruction Overlay Plan for the City of New Hope, Minnesota November 9, 2015 Prepared by: Ehlers & Associates, Inc. 3060 Centre Pointe Drive Roseville, MN 55113 �;: E H L E R S ;- d ASSOCIATES INC Table of Contents I. INTRODUCTION................................................................................ 3 II. PURPOSE.............................................................................................3 III. THE STREET RECONSTRUCTION AND OVERLAY PLANNING PROCESS............................................................................................. 4 IV. PROJECT SUMMARY........................................................................ 5 V. FINANCING THE STREET RECONSTRUCTION AND OVERLAY PLAN.................................................................................................... 5 PROJECT COSTS........................................................... APPENDIX A PROPOSED SRP BOND ISSUES .................................. APPENDIX B PRE -SALE SCHEDULE ................................................. APPENDIX C RESOLUTIONS/NOTICE OF PUBLIC HEARING ..... APPENDIX D Five -Year Street Reconstruction and Overlay Plan Page 2 City of New Hope Five -Year Street Reconstruction and Overlay Plan 2015 through 2019 I. INTRODUCTION In 2002, the Minnesota State Legislature passed into law a bill which generally exempts city bonds issued under a street reconstruction program from the referendum requirements usually required for bonding expenditures. In 2013 the Legislature amended the law to allow bituminous overlays to be included in the street reconstruction program. II. PURPOSE Street reconstruction or bituminous overlay is a major expenditure of city funds for the reconstruction or overlay of streets. Street reconstruction and bituminous overlay may include utility replacement and relocation and other incidental costs, turn lanes and other improvements having a substantial public safety function, realignments, other modifications to intersect with state and county roads, and the local share of state and county road projects. Except in the case of turn lanes, safety improvements, realignments, intersection modifications, and local share of state and county road projects, street reconstruction does not include the portion of project costs allocable to widening a street or adding curbs and gutters where none previously existed. A Street Reconstruction and Overlay Plan (SROP) is a document designed to anticipate street reconstruction and overlay expenditures and schedule them over a five-year, period so that they may be purchased in the most efficient and cost effective method possible. A SROP allows the matching of expenditures with anticipated income. As potential expenditures are reviewed, the city considers the benefits, costs, alternatives and impact on operating expenditures. The City of New Hope, Minnesota (the "City") believes the street reconstruction and overlay process is an important element of responsible fiscal management. Major capital expenditures can be anticipated and coordinated so as to minimize potentially adverse financial impacts caused by the timing and magnitude of capital outlays. This coordination of capital expenditures is important to the City in achieving its goals of adequate physical assets and sound fiscal management. In these financially difficult times good planning is essential for the wise use of limited financial resources. The Street Reconstruction and Overlay Plan is designed to be updated on an annual basis. In this manner, it becomes an ongoing fiscal planning tool that continually anticipates future capital expenditures and funding sources. Five -Year Street Reconstruction and Overlay Plan Page 3 III. THE STREET RECONSTRUCTION AND OVERLAY PLANNING PROCESS The street reconstruction and overlay planning process is as follows; the City Council authorizes the preparation of the SROP. The City staff is instructed to assemble the capital expenditures to be undertaken within the next five years. The City Council then reviews the expenditures according to their priority, fiscal impact, and available funding. From this information, a preliminary street reconstruction and overlay plan is prepared. A public hearing is held to solicit input from citizens and other governmental units. Changes are made based on that input, and a final project list is established. The City Council then prepares a plan based on the available funding sources. If general obligation bonding is necessary, the City works with its financial advisor to prepare a bond sale and repayment schedule. Over the life of the SROP, once the funding, including proceeds from the bond sales becomes available, the individual capital expenditures can be made. In subsequent years, the process is repeated as expenditures are completed as new needs arise. Street reconstruction planning looks five years into the future. For a city to use its authority to finance expenditures under Chapter 475.58, Subdivision 3b, it must meet the requirements provided therein. Specifically, the city council must approve the sale of street reconstruction bonds by a unanimous vote of its membership present. In addition, it must hold a public hearing for public input. Notice of such hearing must be published in the official newspaper of the city at least 10, but not more than 28 days prior to the date of the public hearing. The city council approves the SROP unanimously following the public hearing. Although a referendum is not required, voters may petition for a referendum. If a petition bearing the signatures of at least 5 percent of the votes cast in the last general election requesting a vote on the issuance of bonds is received by the municipal clerk within 30 days after the public hearing, a referendum vote on the issuance of the bonds shall be called (if a vote is taken and the referendum passes, the taxes would be levied on market value rather than tax capacity). Five -Year Street Reconstruction and Overlay Plan Page 4 IV. PROJECT SUMMARY The expenditures to be undertaken with this SROP are limited to those listed in Appendix A and further described in this section. All other foreseeable capital expenditures within the City government will come through other means. The following expenditures have been submitted for inclusion in this SROP, and are expected to be incurred according to the following schedule, subject to changes in construction timing and project financing: 2015 Expenditures 0 No projects contemplated at this time 2016 Expenditures • Reconstruction of streets and utilities within the South Northwood Lake Area 2017 Expenditures * No projects contemplated at this time 2018 Expenditures * No projects contemplated at this time 2019 Expenditures * No projects contemplated at this time V. FINANCING THE STREET RECONSTRUCTION PLAN The total amount of requested expenditures under the Street Reconstruction and Overlay Plan is $4,300,000. If these expenditures are to be funded, that amount of money is anticipated to be generated through existing City funds, tax levy, utility funds and the sale of up to $4,040,000 in bonds over the five-year period. In the financing of the Street Reconstruction Plan, one statutory limitation applies. Under Chapter 475, with few exceptions, cities cannot incur debt in excess of 3% of the assessor's estimated market value for the city. In the City the EMV is $1,440,652,000. Therefore, the total amount of outstanding debt cannot exceed $43,219,560. As of November 9, 2015 the City had $720,000 subject to the legal debt limit. Five -Year Street Reconstruction and Overlay Plan Page 5 Under the Street Reconstruction Plan, the City will secure up to $4,040,000 in general obligation bonds in the year 2015 to finance the reconstruction of streets and utilities within the South Northwood Lake Area in 2016. The general obligation bond issue will be repaid over a 15-year period. The par amount of the issue is based on the amounts listed in Appendix A plus estimated issuance costs. The proposed general obligation street reconstruction bonds (including issuance costs) are shown in Appendix B. Continuation of the Street Reconstruction and Overlay Plan This Street Reconstruction and Overlay Plan should be reviewed annually by the City Council using the process outlined in this Plan. It should review proposed expenditures, make priority decisions, and seek funding for those expenditures it deems necessary for the City. If deemed appropriate, the Council should prepare an update to this Plan. Five -Year Street Reconstruction and Overlay Plan Page 6 APPENDIX A PROJECT COSTS (Capital Expenditures to be funded with Bond Proceeds) The total capital expenditures anticipated for the City's 2015 to 2019 SROP are displayed in the table below. The city anticipates total expenditures of $4,300,000 to fully fund the projects identified in the plan. These projects will be paid for through a combination of existing City funds and the issuance of debt. Year Project Estlm ated Cast Existing City Band Issue - Deposit to Funds Construction Fund 2016 South Northwood Lake Area $4,300,000 $353,480 $3,946,520 Reconstruction Five -Year Street Reconstruction and Overlay Plan Page 7 PROPOSED 2015 SROP BOND ISSUE Sources & Uses Dated 12/01120161 Delivered 12/01/2015 Sources Of Funds Par Amount of Bonds Total Sources APPENDIX B $4,040.000.00 _ S4i040,000_00 Uses Of Funds Total Undem itees Discount (1-200%) 48,480.00 Costs of Issuance 45,000.00 Deposit to Project Fund Tntni P:cec Debt Service Schedule -- - 3,946,520.00 S4,040,000.00 Date Principal Coupon Interest Total P+I Fiscal Total 12101/2015 - - - - 08/0112016 - 54.025.00 54-025.00 - 02101/2017 225.000.00 0.750% 40,518.75 265,518.75 319-543.75 08101/2017 - - 39,675.00 39,675.00 - 02101/2018 240,000.00 0.950% 39.675.00 279-675.00 319,350.00 -- - 08101/2018 - - 38,535.00 38,535.00 02101,12019 245,000.00 1_200% 38,535.00 233,535.00 322-070.00 08/01/2019 - 37,065-00 37,065.00 02/01/2020 245,000.00 1,40091. 37,065.00 282065.00 319.130.00 08/01/2020 - - 35,350.00 35.350.00 - 02r0112021 250,000.00 1.600% 35,350-00 285,350_00 320,700.00 08f0112021 - - 33,350A0 33.350.00 - 02/0112022 255,000-00 1.750%, 33,350-00 288,350.00 321.700.00 08/01/2022 - - 31,119.75 31,118.75 - 02/0112023 _ -- 265,000.00 — - --- 1.900% ----- 31,118.75 296,118.75 327,237.50 09101/2023 - 28,601 25 28.601.25 - 02/0112024 270,000.00 2.000% 23,601.25 298,601?5 327,202.50 08/01/2024 - - 25,90125 25-901.25 - 0210112025 275,000.00 2.100% 25,901.25 300,901.25 326.802.50 08_/0_1/2025_ ---- - _ _ - _ _ 23,013.75 ---- - 23.01_3.75 --- - - 02/0112026 290,000.00 2.250% 23,013.75 303,013.75 326,027.50 0810112026 - - 19,863.75 19,863.75 - 02/01/2027 295,000.00 2.400°/4 19,863.75 304,863.75 324,727,50 08/0112027 - 16,443-75 16443.75 - 02/01/2028 290.,000.00 f 2.550% — - 16,443.75 306,443.75 322,897.50 — 08101/2028 - 12 746 25 12.746.25 - 02/0112029 295,000.00 2.650% 12.746.25 307.746.25 320,492.50 08101/2029 - - 8.837.50 87837.50 - 02/01/2030 305,000.00 2.800410 8,837.50 313.837.50 322,675.00 08/01/2030 - 4.567.50 4,567.50 - 02/01/2031 315.000.00 2.900% 4,567.50 _ 319_567.50 324,135.00 Total S4,040,000.00 - S804,681.25 54,844,681.25 - Five -Year Street Reconstruction and Overlay Plan Page 8 APPENDIX C Pre -Sale Schedule dated October 12, 2015 5- Year City Street Reconstruction Plan Bond Issuance City of New Hope, Minnesota The City Council must take the following actions before Bonds can be issued: ■ City Council directs preparation of a 5-Year Street Reconstruction Plan. + City Council conducts a Public Hearing on issuance of Bonds and Street Reconstruction Plan. ■ City Council approves Bonds and Street Reconstruction Plan by unanimous vote. The table below lists the steps in the issuing process: 10/12/2015 City Council adopts Resolution calling for Public Hearing on issuance of Bonds and on Street Reconstruction Plan. 10/15/2015 Close date to get Notice of Public Hearing on issuance of Bonds and on Street Reconstruction Plan to official newspaper for publication. 10/22/2015 Publish Notice of Public Hearing on issuance of Bonds and on Street Reconstruction Plan (publication no more than 28 days and no less than 10 days prior to hearing date). 11/09/2015 City Council holds Public Hearing at 7:00 p.m. on Bonds and on Street Reconstruction Plan and adopts Resolution giving preliminary approval for their issuance and approving Street Reconstruction Plan by unanimous vote of its membership present. 11/09/2015 City Council provides for sale of Bonds. 12/08/2015 Reverse referendum period ends (within 30 days of the 12/14/2015 City Council accepts offer for Bonds and 12/30/2015 Tentative closing/receipt of funds. lessor's Estimated Market Value 1,440,652,000 Itiply by 3% 0.03 tutory Debt Limit 43,219,560 �s: Debt Paid Solely from Taxes (720,000) ised Debt Limit 42,499,560 sale of Bonds. Five -Year Street Reconstruction and Overlay Plan Page 9 CITY OF NEW HOPE, MINNESOTA NOTICE OF PUBLIC HEARING ON APPROVAL OF THE STREET RECONSTRUCTION PLAN AND THE ISSUANCE OF STREET RECONSTRUCTION BONDS UNDER MINNESOTA STATUTES, SECTION 475.58 Notice is hereby given that the City Council of the City of New Hope, Minnesota (the City), will meet at 7:00 p.m. on November 9, 2015, at the New Hope City Hall, 44.01 Xylon Avenue North, New Hope, Minnesota, to conduct a public hearing to obtain public comment on the City's intention to approve the City's Street Reconstruction Plan (the Plan) and issue bonds, in one or more series, in an amount not to exceed $4,040,000 (the Street Reconstruction Bonds), under Minnesota Statutes, Chapter 475.58, Subdivision 3(b), as amended, in order to finance the costs of street reconstruction projects, as described in the Plan. If a petition requesting a vote on the issuance of the Street Reconstruction Bonds is signed by voters equal to five percent of the votes cast in the City at the last general election and filed with the City Clerk within thirty (30) days after the public hearing, the City may issue the Street Reconstruction Bonds only after obtaining the approval of a majority of the voters voting on the question of issuing such bonds. Copies of the proposed Plan are on file and may be inspected at the City during normal business hours. All interested parties are invited to attend the public hearing or to provide written comments to the undersigned, which written comments will be considered at the hearing. Questions regarding this matter may be referred to Valerie Leone, City Clerk, at (763) 531-5117. BY ORDER OF THE CITY COUNCIL NEW HOPE, MINNESOTA Is/ Valerie Leone City Clerk ABDO EICK & MEYERS LLP AEM Financial Solutions' October 7, 2015 Honorable Mayor and City Council City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 We have enclosed a resolution prepared by Ehler's & Associates authorizing the issuance of $4,040,000 General Obligation Road Reconstruction Bonds, Series 2015B to finance improvements to the streets south of Northwood Lake in 2016. As indicated in our September 16, 2015 memo, the strategy of the financing plan is to obtain "bank qualified" financing for the aforementioned project. Maintaining "small -issuer" (under $10,000,000 in a single year) status allows -the City to benefit from lower rates on bonds sold. The bond issue has been structured with coupons ranging from 0.75% to.2.90%. The term of the bond is 15 years with a total interest cost of $804,681.25 to maturity on February 1, 2031. Anticipated costs of issuance are $45,000 and the underwriter's discount is estimated at $48,480. Actual costs will be determined on the day of sale based on market conditions. Director Paschke has estimated the cost of the Northwood Lake area street project to be $4,300,000. The 2015B Bonds will finance a majority of the project cost ($3,946,520). The source of funding for the balance will need to be identified. The financing plan includes the following sums to be paid from utility revenues over the term of the bond: $1,448,454.30 from water, S242,262.50 from sanitary sewer and $422,765.00 from storm water. The balance of the debt service will be funded with annual property tax levies. The financing plan is based on estimated project cost allocations provided by Director Paschke and include a representative allocation of interest cost. Sincerely, Jean McGann, CPA AEM FINANCIAL SOLUTIONS, LLC DO ICK & MEYERSLLP AEM Financial Solutions"' September 16, 2015 Honorable Mayor and City Council City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 We have enclosed debt service projections for the issuance of $4,040,000 General Obligation Road Reconstruction Bonds, Series 2015 to finance improvements to the either the streets south of Northwood Lake in 2016 or other street projects as Council determines. The strategy of the financing plan should be to obtain "bank qualified" status on the debt. As a "small -issuer" (under $10,000,000 in a single year), the City will benefit from lower rates on bonds sold. As such, projects should be prioritized and debt issuance timed to maximize the benefits of bank qualified issuance. The bond issuance projection is the maximum amount the City can issue for the remainder of 2015. Director Paschke has estimated the cost of the Northwood Lake area street project to be $4,300,000. Debt issuance in 2015 would finance a majority of the project cost ($3,948,520). If the Council determines that all of the bond proceeds would be used to finance the Northwood Lake area the financing for the remainder of the project will need to be determined. Contrary, if the City Council elects to utilize $2,000,000 of the debt proceeds for improvements to 49's Avenue, $1,948,520 of the debt proceeds would be available for use on the Northwood Lake project and the balance would need to be financed with a separate issue in 2016 or from other sources. If the Council decides to move forward with a debt issuance in 2016 for the improvement of the City Center, a cost analysis will need to be completed prior to splitting issues to obtain bank qualification to determine if the interest cost savings from bank qualification will offset the added costs of issuance associated with two bond issues. The enclosed projections for the $4,040,000 General Obligation Road Reconstruction Bonds, Series 2015 lay out the cost to finance the improvements over 10 and 15 years. The estimates assume $500,000 from water, sewer and storm water over the term of the bond. For the 10 year bond, the City would need to levy $333,359.45 for taxes payable 2017. The 15 year bond would require a levy of $249,848.89 for taxes payable 2017. In both scenarios the 2016 payment would come from the utility funds. Sincerely, Jean McGann, CPA AEM FINANCIAL SOLUTIONS, LLC Mr. Aaron Chirpich, community development specialist, indicated the city purchased 9121 62nd Avenue North in May for $130,000. He stated the parcel has been subdivided into two lots and is ready for redevelopment. Mr. Chirpich indicated the public hearing is to consider the sale of 9115 and 9121 62nd Avenue North to Novak -Fleck for $120,000 ($60,000 for each lot). He noted the purchase and redevelopment agreement obligates the developer to build homes per the criteria set forth in the RFP guidelines and specifications. Mr. Chirpich explained the city will reimburse Novak -Fleck up to $3,500 for costs associated with the new water service stub at 9115 62nd Avenue North. He reported funding for the project has been provided through community development block grant resources administered by Hennepin County, and any proceeds from the lot sale will be returned to the county. Mayor Hemken opened the floor for comments from the audience. There was no one present wishing to speak at the public hearing. CLOSE HEARING Motion was made by Council Member London, seconded by Council Member Item 7.3 Hoffe, to close the public hearing. All present voted in favor. Motion carried. RESOLUTION 15-153 Council Member Elder introduced the following resolution and moved its Item 7.3 adoption: "RESOLUTION APPROVING THE PURCHASE AND REDEVELOPMENT AGREEMENT WITH NOVAK-FLECK INCORPORATED FOR THE SALE OF 9115 AND 9121 62ND AVENUE NORTH (IMPROVEMENT PROJECT NO.956)." The motion for the adoption of the foregoing resolution was seconded by Council Member Lammle, and upon vote being taken thereon, the following voted in favor thereof: Hemken, Elder, Hoffe, Lammle, London; and the following voted against the same: None; Abstained: None; Absent: None; whereupon the resolution was declared dul assed and ado ted signed by the mayor which was attested to by the city clerk. IMP. PROJECT 962 Mayor Hemken introduced for discussion Item 8.1, Resolution providing for the Item 8.1 sale of $4,040,000 General Obligation Street Reconstruction Bonds, Series 2015B (improvement project 962). Mr. Kirk McDonald introduced Stacie Kvilvang of Ehlers. Mr. McDonald indicated at the Council's September 21 work session Council supported an aggressive action plan for street and infrastructure repairs. He noted the street infrastructure levy is unable to fund the costs, and it is recommended the city issue bonds in 2015 to fund street work in 2016. He stated the cost to repair streets south of the Northwood Lake area is estimated at $4.3 million. He reported earlier this year the Council bonded for $5,960,000 for city center infrastructure/streetscape improvements, and the city has the ability to issue up to $10 million in bank -qualified bonds per year. Ms. Stacie Kvilvang, Ehlers, was recognized. She stated adoption of the resolution starts the process for sale of $4,040,000 general obligation bonds and sets a public hearing on November 9, 2015. She stated a 30-day period is required for the possibility of a reverse referendum. Ms. Kvilvang noted a reverse referendum is very unlikely, but the 30-day process ends December 8. She stated the city can New Hope City Council October 12, 2015 Page 4 consider awarding the sale of bonds at the December 14, 2015, Council Meeting, Ms. Kvilvang explained since the city is expecting to issue no more than $10,000,000 in tax exempt debt during the calendar year, the city will be able to designate the bonds as "bank qualified" obligations. She stated bank qualified status broadens the market for the bonds which can result in lower interest rates. She indicated the estimated true interest cost on the proposed bond issuance is 2.46%. Council Member Hoffe requested information be presented at the public hearing to indicate the miles of streets that have been improved to date and the miles of streets yet to be repaired. City Manager McDonald noted as part of the utility rate study, public works personnel has devised a five-year plan with associated costs. _ Council Member London spoke of favorable interest rates and encouraged Council to be receptive to bonding greater than the $10 million bank qualified figure, if necessary, to expedite infrastructure improvements. RESOLUTION 2015-154 Council Member Elder introduced the following resolution and moved its Item 8.1 adoption: "RESOLUTION PROVIDING FOR THE SALE OF $4,040,000 GENERAL OBLIGATION STREET RECONSTRUCTION BONDS, SERIES 2015B (IMPROVEMENT PROJECT 962)." The motion for the adoption of the foregoing resolution was seconded by Council Member Hoffe, and upon vote being taken thereon, the following voted in favor thereof: Hemken, Elder, Hoffe, Lammle, London; and the following voted against the same: None; Abstained: None; Absent: None; whereupon the resolution was declared duly gassed and adoptedsigned by the mayor which was attested to by the city clerk. MOTION TO Motion was made by Council Member Elder, seconded by Council Member SUSPEND MEETING Lammle, to suspend the Council Meeting to conduct the EDA Meeting. All present voted in favor. Motion carried. The City Council meeting was suspended at 7:35 p.m. and reconvened at 8:01 p.m. PROPOSED TIF Mayor Hemken introduced for discussion Item 8.2, Resolution calling for a public DISTRICT hearing by the City Council on the proposed adoption of a modification to the Item 8.2 redevelopment plan for redevelopment Project No. 1 and the proposed establishment of the Industrial Equities tax increment financing district. RESOLUTION 2015-155 Council Member Lammle introduced the following resolution and moved its Item 8.2 adoption: "RESOLUTION CALLING FOR A PUBLIC HEARING BY THE CITY COUNCIL ON THE PROPOSED ADOPTION OF A MODIFICATION TO THE REDEVELOPMENT PLAN FOR REDEVELOPMENT PROJECT NO. 1 AND THE PROPOSED ESTABLISHMENT OF THE INDUSTRIAL EQUITIES TAX INCREMENT FINANCING DISTRICT." The motion for the adoption of the foregoing resolution was seconded by Council Member Hoffe, and upon vote being taken thereon, the following voted in favor thereof: Hemken, Elder, Hoffe, Lammle, London; and the following voted against the same: None; Abstained: None; Absent: None; whereupon the resolution was declared duly passed and adoptedsigned by the mayor which was attested to by the city clerk. New Hope City Council October 12, 2015 Page 5 0�; Stantec November 4, 2015 File: 193803110 Attention: Kirk McDonald City Manager City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 Stantec Consulting Services Inc. 2335 Highway 36 West St. Paul MN 55113 Tel: (651) 636-4600 Fax: (651) 636-1311 Reference: New Hope Pavement Management Update Dear Kirk, As requested, we have reviewed the progress of New Hope's pavement management and plan to discuss the progress at the November 9th Council Meeting. Street ratings have been updated through the project improvements completed in 2015 (see attached 2013 PCI and 2015 PRI maps). The pavement management plan maps have also been updated for 2016-2020 (see attached maps). The general progress update is provided below, and additional detail will be presented at the November 9th Council Meeting. PAVEMENT RATING UPDATE The ratings were previously completed by GoodPointe Technology using the Pavement Condition Index (PCI). As city staff now has the ability to rate streets using the city's asset management program, Infraseek, a similar but simpler rating system is being utilized, Pavement Rating Index (PRI). The PRI scale and description is shown below: Pavement Rating Rating Description 81-100 Excellent 61-80 Good 41.60 Prior 2.1-40 Very poor 1-20 Failing Design with community in mind November 4, 2015 Mr. Kirk McDonald Page 2 of 5 Reference: New Hope Pavement Management Update New Hope has taken a more aggressive approach to pavement management and the higher pavement ratings are a result of the improvements completed since 2013. The tables below provide the 2013 and 2015 ratings. These rating tables were separated by local roads and municipal state aid (MSA) roads, as they can be funded by using local or MSA funds. City Streets 2013 Average PCI 2015 Average PRI Local Streets 65.97 73.37 MSA Streets 62.05 71.42 PAVEMENT MANAGEMENT PLAN (2016-2020) Attached are maps of the current proposed street improvement projects. Street identified for improvements were selected from a variety of factors including the pavement conditions, past improvements, utility conditions (such as water main breaks, and failing utility pipes and structures). The streets identified were also selected to be improved within the current capital improvement plan (CIP) budget. The pavement management plan is a continual fluid process as project costs will change, as well as the conditions of the pavement and utility infrastructure. Below generally describes the basis for why the streets were identified within each year: 2016 Street Projects • Low Average PRI (Avg. PRI = 41.81) • Full Reconstruct Streets o History of many water main breaks (see attached Watermain Breaks map) o Sanitary sewer replacement needs o Storm sewer replacement needs Mill and Overlay Streets o Fewer water main breaks o Fewer utility repairs needed o Includes area north of 54+h Avenue North as potential Change Order to 2015 Infrastructure Improvements project, as budget allows ■ Improvements can be completed in 2016 in concurrence with final wear course pavement for Flag Ave. and 50th Ave. Design with community in mind 3 November 4, 2015 Mr. Kirk McDonald Page 3 of 5 Reference: New Hope Pavement Management Update 2017 Street Projects • Average PRI is higher than 2016 project (Avg. PRI = 62.36), although many of the streets identified for 2017 require full reconstruction due to the history of many water main breaks and other utility replacement needs • Mill and Overlay Streets o Fewer water main breaks o Fewer utility repairs needed 2078 Street Projects • MSA roads only, as current CIP budget does not include utilizing street or non-MSA funds o Advanced MSA funding of approximately $1.5 million could be available • All Mill and Overlay Streets o Fewer water main breaks o Fewer utility repairs needed 2019 Street Projects • Low Average PRI (Avg. PRI = 45.45) • Full Reconstruct Streets o History of many water main breaks o Sanitary sewer replacement needs o Storm sewer replacement needs • Mill and Overlay Streets o Area adjacent to 42nd Ave. N. has failing storm water pipes, as well as flooding on 42nd Ave. N. at the railroad crossing • Full reconstruction may not be required as there fewer water main breaks, although additional review of the area needs to occur 2020 Street Projects • Includes 2 potential areas as infrastructure conditions require further review • Potential Area 1 o Storm sewer and flooding issues discussed above in 2019 Street Projects may require additional project area improvements, which may Mill & Overlay (as identified) or Full Reconstruction improvements o Mill and overlays are warranted, although the average PRI is currently 77.27 Design with community in mind November 4, 2015 Mr. Kirk McDonald Page 4 of 5 Reference: New Hope Pavement Management Update Potential Area 2 o Low Average PRI (Ave. PRI = 42.85) o Full Reconstruct Street • History of many water main breaks o Mill and Overlay Streets ■ Fewer water main breaks ■ Fewer utility repairs needed o 3" Pavement Removal Streets • Pavement is beyond the mill and overlay improvement, and requires full replacement • Fewer water main breaks and full reconstruction may not be required CURRENT PAVEMENT MANAGEMENT PROGRESS - "WHERE ARE WE AT?" Since 2013, approximately 16 miles of street have been improved of the entire City's approximate 65 miles of local and MSA streets. One way of identifying the progress of the more aggressive pavement management program is reviewing the past and current ratings, and more specifically reviewing those streets with a rating in the "Poor Condition" rating (less than 60 PRI). The table below shows the current ratings and how many miles of streets within the "Poor Condition" rating can be improved based upon the current 2016-2020 Pavement Management Plan. Prior to 2013, 23.47 miles or 36% of the streets were rated in poor condition. Local & MSA Miles Remaining Under Miles of 60 PRI After Improvement Project Year Effecting Improvement Under 60 PRI Street Improvement Description - 3 - 2015 Local and MSA Street Pro 13.80 0.90 2016 Change Order Mill & Overlay Street Add (North of 54th Ave) 11.12 2.68 2016 Northwood South Area 8.62 2.50 2016 MSA Streets 7.78 0.84 2017 Northwood North Area 6.89 0.89 2018 MSA Streets 6.03 0.86 2019 Project Area 3.19 2.84 2020 Project Area (using potential area 2) Although a city's pavement management is never complete or "done", the table above does show an approximate end to when the current "Poor Condition" rated streets will be improved. It November 4, 2015 Mr. Kirk McDonald Page 5 of 5 Reference: New Hope Pavement Management Update is estimated that approximately $1.5 million would be required to improve (mill and overlay) the remaining 3.19 miles of streets with a less than 60 PRI. If you have any questions or require further information please call me at (651) 604-4808. Sincerely, STANTEC a4w- 00. X7, Christopher W. Long, P.E. Attachments: Maps: 2013 PCI Ratings, 2015 PRI Ratings, 2016-2020 Street Projects, Watermain Breaks. Cc: Bob Paschke, Bernie Weber, Dave Lemke, Shawn Markham, John Blasiak- New Hope; Adam Martinson, Ann Dienhart, Kellie Schlegel, Megan Albert - Stantec. Design with community in mind Brooklyn Center Plymouth V, Mn1.L 11 ey p� S � �' SBTHPVEN F � SBTH PL N- �yS � GAi'1'M�N NiTNAVEH Y1XMN g 9 k Road PCI Rating 1 - 20 3.54 miles 21 - 40 11.65 miles �41 - 60 8.25 miles 61 - 80 21.64 miles 81 - 100 19.91 miles 2013 PCI Rating New Hope, Minnesota,' Stantec 2015 Pavement Management Plan 0 15.000 30,000 MWn���.�e„wcrrw waw`. Fee+ ow ab I:I B,eOD 1Al oaBinal tloc Vmanl rae o111.1}1 B:\=mni mrlkponmwmnooe cLm�\1�Mnr\c¢ontn�Nohci�\2ois varemenil.�ov��>o�aJclpoinol�v �a N e_ An w SNPE Sg Y 63THAVEN - � zSBTHAVEN 3§ rrNpyiHa4lM nD1 .yk s Q. n Aow— CYIk k � o N!{n BT—E N ii1H�N l• 11 1 t� MTkR�N 38THAVEN 'TH PL N 'THAVEN 33RDPLN PL ! — N yVP1LEY q 3lNDAVEN � y4y 5 4 NORTHERN DR ii 31STNEN s K Road PRI Ranking 30THAGEN 5 —HAVEN �1-20 3.59miles as 21 - 40 6.80 miles ' 1e 41 -60 4.31 miles =61 - 80 18.32 miles �81 - 100 32.21 miles Brooklyn Center Plymouth 2015 PRI Ranking New Hope, Minnesota ( stantec 2015 Pavement Management Plan 1:13 pOD IAt ongT°I tlo<imenl lue of i i11T1 1 r w:\a niMu cpon�emn wAcLmn\>trur\Du°ATA\vmycN\zo s ve.+�nLww\mis raUoiNo_NW+�� WNDPVEN 9112 AVEN 61STgVEX N ' � FL/�_C�_a{7�■■ BtsrAVEN � 601Yt AVEN � 2 c1R S. LOMfldRDY aVE µmiry WTHAVEN I ¢ = W'a a5912 gVEN •= DI4i x •ri � � ssTHavEry g LEI Y tt N a a � � 59THPVEN _ Gy� S w�Myk � PLN � g 6.� WDLEYgV£N - e�AE L•],FN _yti. 3$d` � o THAVEN zEBTHAVEN a "V y 3 REBFANCH[r Y1YN M•L .If� c EIM GROVE C< xdgp Elx OROVEAVE lV IT'I I F r �Jf! RAPWIEL CR F 1�' � Z .J SCIENCECE DR WRo—N 2 � P E�DR q 54N1AVEN 619TAVEN Siwr�?•, GR W —N L.S" FPIRMEW qVE N y W w � z um0 NINMN ff dHM gVEN as d }K!l V6H + Y -EN 4—.EN d]THAVEN �V Y3 le t2avEry �P � 4WHAVEN �" IS •2PVEN !D � diRDPVE N, `'• L cOUN1Y ROADB X4A'DAVEN � 4_ dt to qVE N Q 41STAVEN dD 114AVEN • _ nWhAVEN HDPEWDDDLNN \y�scoN6M qVE N 39THAVEN ' !� 3312 AVEN i`t 301HPVEN �T2CIRN z X 3612 gVEN 35TNAVEN 36TH gVEN VANPMKDR 3112AVEN 3gTH PLN 3dTNPVEN )FD �" 3dTM AVEN i � pp fggqd Q 33RDPLN �§J+ � n—EY 4u PL' � l.WC4Lry 1YID kn u pl � ¢ 33ND PLN l� a 1lNRRX ( e � e''a 3ENDAVEN 5 k' 4B to NORTHERNOR [Y 31STAVEN 31STPVEN < a 1NOEPENDENCECIRtf 3orH AVEN 1''I"N" ; 30THAVEN 4dM AVEN �df •w 1=u11 Reconstruct lP3nDN -, �2" Mill &Overlay —IN 461H MED.NE— C Brooklyn Plymouth Center 2016 Street Projects �Cryaisl lewHop New Hope, Minnesota ' Stantec Rcwn%ddn 2015 Pavement Management Plan h 1,500 3,000 twH�wel.+a N.X n. ma+e mod.]:' Feel •X'dD9` 1:IS.oWJ., o01doc.—M la. of 11.11) .cen mnkpogn• !+c\arvPv\c6Dn1A\>,oXcBVo13_Pe ema�i NuvA4Ble sl�eelp�gecl�NaP'N.a e2N0 AVEN 611rz AVEN 613T AVEN 8TgVEN 601 A E N LCMBARDYAVE iR3MAVEN 1 � li � a 691rz AVEN z � y9M PLN gyp,. Y O Q S � a Q 6BTH AVEN Z I 3q`—i D 1 ��D^'llV g � 50TH PLN � VJ a 5� WDLEYAVEN rbyYLA MAVEN AQ 55THAVEN ��iN z C � � � S �STTHAVEN ¢ 55M AVE N� iW RESEARCH CENTER RDE ELM DROVE FT 6M OROVEgVE p SgMR MPMAEL DR bCIErKE CENTER DR 54THAVEN 4� QSNtDAVEN S 4.,oR � 4NDgvEN �Da 52NDAVEN 0 5� & 4BM AVEN n trzgvE N RH AVEN 4TMAVEN asTHAVEry 51STAVEN „yP� 50THAVEN N^- N� h EPIRNEWPVEN 49THAVEN 6M CIRN 5 5 g 4RHAVEN • 47THAVEN � DEl DR LV f 5� 461rz AVEN ¢ 46M AVEN s Id MEN $ 4M DAVEN 5r 42N0 AVEN � 411/2gVEN 413TAVEN �i 40MAVEN 0.4ygNSIN AVEN 39M IbEN SS Irz AVEN 09TH AVE N NON 9TM 36 rn CIRN z OSlHAVEN � � � ]61N AVEN N Irz PYEN BfiTH gVEN WINPARNOR NM PL N NTHA EN NTNAVEN k g33No i3PDPlN PLN g VALLEY PL �.. WPDAVEN uRD R.[N c a mDPLN a2NOgVEN 432NDAVEN 5 y NORTHERN DR MTAVEN ­AVE. C INDEPENDENCE 45i �u fi CIR N 5 30TH ACEN 30THAVEN fT]NA'.kX IDTHAVEN � {Lf�� 26TH gVEN T� � m6�Awla.m �y [C(E TRH PL NJ gg Y wm M:ati,Nv IPBu � 9 Brooklyn Cenler Plymouth M Full Reconstruct —Mill &Overlay 2017 Street Projects New Hope, Minnesota (� starrtec 2015 Pavement Management Plan:.;.., Fear wrt9nHwB[41��4w, M�,� w I:IB 000IAI oiignal doc Vmenl sue of I Ixl)) LMI+nArotiMw�EA4P�.>tlxvcg4pWy�lwlp[4PxrwlJBOMpuy��M4RA�B 6�,DAYEN ��B 61 vt AVEN 613TAVEN (� F 619TAVEN 6p 1KAVEN 2 LOMSSpDYAVE � PIyEN CtR - k 60MAVEN te•rT nFN � tnt�th. ri < ` � SBMAVEN < �p� F Y 444� u� • � i Q sBTH/.vEN DUDLEY AVEN OpA,EAGN qVE II i iBo 59THAVEN ,MyM =60M RE6EApCH CENTER RDE ELM DROVE (.T S-�u FIM DROVEAVE F 56M AVEN % Y i LB tt�� wri pt.nfYEW 64MAVEN v�E$ J SCIENCE CENTER OR S 63pDAVEN 5PNOMEN lDq AVE N 615TAVEN (u2 ,rtaPAR ( --N YW' yD2 K FN RNEWAVeN u I�IA•Y r. Agryt AVEN 1 2 AVEN .rMavEw CTTHAVEN N9 S A9THAVE N CWNiY ROADB d0 CRAVE N rrDfTr �1 t•. ABM aRN •rrNnlrH CC I rtHryEr. • lTTHAVEN sB 1RA4£N gg Kr IiFA tt � 4<4 g S 0.5 tKAVE r. —DAVEN 1-- E 7 1. 2$ k e mAVEu I I- �r > PAVEN l�STPVEN sBTH VEN NN vASCDP"IN AVEN 99MAeN 9B tf[AVEN 3e N AVE N T1'�N4N as>2 CAN = $ 95MAVEN ffi>Q gVEN U VAVE N 36THAVEN y„IppgpPpp 31M PLry Y iH AViN 31MgVEN LB E 3lRD PLN 3 R0 PL N �� 93pDAVEN 3MDgVEN 9PND PLN a j� � r,opnreNa N�iq.N:N 319TAVEN a = 5 Nawce cmN 30THpCEN � � 30THAVEN 1oMn'[II � PIH MEN maap uram y $ � ?mI PL N� $ � P6M MEDICINELANi 3 Brooklyn Center Plymouth 2018 Street Projects New Hope, Minnesota 2015 Pavement Management Plan 0 1,500 3,000 Feel wsBBIMIIa6In _I 16=111F.70! II L=I—ll& Overlay Stantec .�N�y�Ri.BLM rq�hM W n`y W M1pYem.sNP'tlw Www ry6lMrgelMrMwKMgYY4. N �i .ti*bwn pnwwnl.wNITILnIB grs.rw qa.r+IyN.trl��wEr wwrw Lvsr. ..U.wPW aMlpV rO.II W nJwE`1�1�EriNM�IYJk'�1 1 mwrr �I OIVAVF N N ` awnau $ NytlLM LgMBPADY PVE Irn,A'RN � wwlxrn­ r,,m wnarxxx 'D�tRx Fp+' x HN.ex z.Ixrsx k 6xTHAVEN Y@ RFBEINCII CFNIER RDE RrY OIq/{CI R,f OpDV(An k iII� 65THAVFN y i a,II x,MxL p� [n 8 } �l DCF:NLEC�ljFR OR fi1THNR:N 3{j � P�NnAc N Ni1AAVEN IyyM i}Une 1[ fi18TAVEN 2 MHAVEN FNRVIEWAVE N 18THAVEN Y E' ®THGRH /eIx AVEx &� � � IxTH gVEN al id MEN C F� t 0 nx1AVEN WHN N MEN • IYWV" �u4T �,^� i < lN➢1AVEN .02A N aST Mtq p pp '-WPN.EN ... rrF cWNTY RON)B k �.^ �3NIIPYEN 11 E •f �Ii�Well 4 "N/E N ' wN�Nnk 1 xOPEYyOOD INN 3 t � 3rluAnn � r r 33THAVEN 36 HAVEN 39 IQAWN 3aNAVEx 31TNAVEN 3moRx ; 33RD PL N .�vALLEv R fffffuuuuu IL rNwni1� ,,,I,µ:„ � `j r� MDAVEN Y it ­AVEN i 8G A ^ NORTHERN DR WAVEN 31ETAVEN < , ND[PEND@WtMN 3oTHgcEN s 90THAVEN DDTn PVEN � am1AVFN 2ImAVEN Full Reconstruct nn �N —Mill & Overlay 1RR1 xEDlGgalNtF Brooklyn Center Crystal rrr------��� Plymouth 2019 Street Projects New Hope, Minnesota ' Stantec 2015 Pavement Management PlanM.�-,,w ...�. x�x. a.K..F,. 0 Fael nsolsNm Nr. ax.,cNo� "�"� I �f(Lp%3!N y�pe�p�.Ar�.�f Itr�o11I�1r! x.\a.rmmrncyoAn� now c�nn\a�nwlDuoNP\xolacn\a�13_vaw�mnLxoy\N1v_sueeLvmlecii w,00mw CouNTVNDADe se pY7MX b111 NIE N lct., Hi[ It y, ..tc M1 y,nAKn �A�q 'lL VtA:Eq 3,THAxN Ivteawbt OR (dQ] y Trt,�AW.N 31THAV N 5 9S9pP4N Q � 39HD PLN C 1X� . 1 -— r.YH C3VDPLN Qj� � 3i1DAVEN Oto NDRTHENNIXi LL Dn S 3MAVEN Y i af7EAECHq W I. 391HACEN � 90THAVEN '� Roads —Names WHAWN 3" Pavement Removal ReTM A10 — Full Reconstruct .uu..DNaeu, �e —Mill &Overlay Potential Areas M,H uwo a Ar E 9rooklyn Center Plymouth 2020 Street Projects New Hope, Minnesota' Stantec 2015 Pavement Management Plan1,500 feo R Iwe+Y�irt}kp Mw.rj�Ywm9gMPLG60A,AV,opc�AAl3 rauemenLA�ow�333331ree4ngecN.Awymm tf0.0N tA, edp�d dor✓-e�2,'a. W , I„h �l/■jwN��' 59TH PLN w SAP E+� 3 O a � rTxFx M1 jj y' dSBTH AVEN k� 1tInIP3N � � 4 rrrMwe. RS ROE 4ud1r O a IRS y i O q¢ L tir N r 1 <nrSa � S N V {� L 1` L 1 1 3eTHArin .—N xWVEN S 33RD PLN jW{l[f i RDAVEN t 33NDPLN Z I�II F 3—AVEN s h n Ci N RTNERNDR 315TAVE N 38TH PCEN ' S 1l—AN ]3j P ✓f i Watermain Breaks Brooklyn Center Crystal Plymouth Jew Hop ❑ Rohdlr3edalp Watermain Breaks* New Hope, Minnesota stantec 2016 Pavement Management Plan "As of 11/03/2015�`�6P�""" Y" 0 15,000 10,000 r: 10 D'311A1 � tlocimenl 1've of 11x1)1 3�'�N'!'I�INr+•.w�x�wa�w^.'.^�bvly.3nylelll�.'rq,ywluxl.,..Y,_I.3riup��y Affidavit of Publication Page 1 of 1 CITY OF NEW HOPE 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 10 A.M., CST, Tuesday, February 2, 2016, 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: 2916Northwood Lake�ments - Citypraied Nos. 938.967- 974 In general, Work consists of construction of two water quantity and quality best management practice improvements at and surrounding Northwood Lake, as well as the full reconstruction of Jordan Avenue and sediment removal from the lake's west outlet. Park and playground improvements within Northwood Park are also included in the project scope. The Project consists of the following approximate quantities: 10,000 CY Common Excavation 1,500 LIN FT 12" to 36" RCP Storm Sewer Pipe 220 LIN FT 66" RCP Storm Sewer 20 EACH Tree Removal 800 CY Lake Sediment Removal 17 EACH Storm Sewer Structures 600 LIN FT 6" & 8" PVC Water Main 210 LIN FT Directional Drill 6" PVC or HDPE Water Main 1,500 TN Select Granular Borrow 1,500 TN Aggregate Base, Class 5 - Street and Trail 1,100 TN Bituminous -Street and Trail 2,000 LIN FT Concrete Club and Gutter 2,300 SF Concrete Sidewalk 3 EACH Rain Gardens and Plantings 1 EACH Underground Concrete Storage Tank 1 LS Storm Water Pumping Station, Equipment, and Force Main 460 LIN FT Playground Concrete Club 18,000 SQ YD Hydroseed w/Mulch 1,280 SQ YD Erosion Control Compost Blanket - Blownw/Seed Along with miscellaneous playground container improvements, utility improvements, removals, erosion control, restoration, signing, and correlated appurtenances. Complete digital Bidding Documents are available at www.questcdn.com for $20 by inputting QuestCDN eBidDoe #4200040 on the website's Project Search page. Paper Bidding Documents may also be viewed at the City of New Hope and at Stantec, 2335 Highway 36 West, St. Paul, MN 55113, (651) 636-4600, Direct inquiries to Engineer's Project Manager, Chris Long, at (651) 604-4808, 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 irregrdarities and informalities therein, and further reserves the right to award the Contract to the best interests of the Owner. Kirk McDonald, City Manager City of New Hope, Minnesota (Published in Finance and Cormnerce December 24, 31, 2015) 10942791 STATE OF MINNESOTA ) (SS. COUNTY OF HENNEPIN ) Description: 2016 Northwood Lake Improvements - City Project Nos. 938, 967, 974 Kayla Menne ,being duty sworn on oath say she/he is and during all times herein stated has been the publisher or the publishers designated agent in charge of the newspaper known as Finance and Commerce (MN) 222 South 9th St, Suite 2300, Minneapolis, MN 55402 and has full knowledge of the facts herein stated as follows: (A) The newspaper has complied with all of the requirements to constitute a qualified newspaper under Minnesota law, including those requirements found in Minnesota Statute Section 331A.02.. (B) She/He further states on that the printed Construction 10942791 hereto printed as it was printed and published there in the English language; that it was first so published on December 24, 2015 for 2 time(s): the subsequent dates.n publications bCLllg as o ows: Thu, December 24, 2015 Thu, December 31, 2015 And that the following is a printed copy of the lower case alphabet from A to Z, both inclusive, and is hereby acknowledged as being the size and kind of type used in the composition and publication of said notice, to wit: }( abcde%1ijktmiwpgrstuvwaya ab cdcfghi i k I to nopgrstu vwxyz Mortgage Foreclosure Notices (effective 7/t/2015). Pursuant to Minnesota Statutes §580.033 relating to the publication of mortgage foreclosure notices: The newspaper's known office of issue is located in Hennepin County. The newspaper complies with the conditions described in §580.033, subd. 1, clause (1) or (2). If the newspaper's known office of issue is located in the county adjoining the county where the mortgaged premises or some part of the mortgaged premises described in the notice are located, a substantial portion of the newspaper's circulation is in the latter county. j Subscribed and Swornto before me this 31st Ji of December, 2015 (N0 a Seal) Notary Public, Hennepin County, Minnesota AMANDA H. DORN Notary Public -Minnesota '�;•;;-. My Commission Expires Jan 31, 2019 vvvvvvv�,%"VvvvvvvvvvvvvvvvvvvvwI RATE INFORMATION: 1. Lowest classified rate paid by commercial users for comparable space: 2. Maximum rate allowed by law for the above $ matter: 3. Rate actually charged for the above matter: $ 16.0000 0.49362 0.4488 AFFIDAVIT OF PUBLICATION STATE OF MINNESOTA ) ss COUNTY OF HENNEPIN Charlene Vold being duly sworn on an oath, states or affirms that he/she is the Publisher's Designated Agent of the newspaper(s) known as: SP Robb/Crystal/NewHope/GoldV with the known office of issue being located in the county of: HENNEPIN with additional circulation in the counties of: HENNEPIN and has full knowledge of the facts stated below: (A) The newspaper has complied with all of the requirements constituting qualifica- tion as a qua[ified newspaper as provided by Minn. Slat. §331A,02, (B) This Public Notice was printed and pub- lished in said newspaper(s) once each week, for 1 successive week(s); the first insertion being on 12/24/2015 and the last insertion being on 12/24/2015. MORTGAGE FORECLOSURE NOTICES Pursuant to Minnesota Stat. §580.033 relating to the publication of mortgage foreclosure notices: The newspaper complies with the conditions described in §580.033, subd. 1, clause (1) or (2). If the newspapers known office of issue is located in a county adjoining the county where (lie mortgaged premises or some part of the mortgaged premises described in the notice are located, a substantial portion of the newspaper(s circulation is in the latter county. By: �x 4.LiU Designated Agent Subscribed and sworn to or affirmed before me on 12/24/2015 by Charlene Vold. Notary PubliC vvvw%ly" ' `'_'� DARLENE MARIE NIACPHERSONK j 1 Notary Public-Minnesotaeto my commlen Expires Jan 31, 2019 Rate Information: (1) Lowest classified rate paid by commercial users for comparable space: $46.90 per column inch Ad ID 489763 City of New Hope (Official Publication) CITY OF NEW HOPE ADVERTISEMENT FOR BIDS Sealed Bids will be received by the City of New Hope. Minnesota, in the City Hall at 4401 Xylon Avenue North, until 10 A.M., CST, Tuesday, February 2, 2016, at which time they will be publicly opened and read aloud for ffte furnishing of all labor, materials, and all else necessary for the following: 27$ Nomhwood,mp!Sil�+rstents Cit1f J 2g,_g38. 96T. A74 In general, Work consists of construction of two water quanttty and quality best management practice Improvements at and surrounding !Northwood take, as well as the full reconstruction of Jordan Avenue and sediment removal from the take's west outlet. Park and playground Im- provements within Northwood Park are also included in the project scope. The Project consists of the following approximate quantities: 10,000 Cy Common Excavation 1,500 LIN FT 12" to 36" RCP Storm Sewer Pipe 220 LIN FT 66" RCP Storm Sewer 20 EACH Tree Removal 800 CY Lake Sediment Removal 17 EACH Storm Sewer Structures 600 LIN FT 6" & 8" PVC Water Main 210 LIN FT Directional Drill 6" PVC or HDPE Water Main 1,500 TN Select Granular Borrow 1,500 TN Aggregate Base, Class 5 - Street and Trail 1,100 TN Bituminous - Street and Trail 2,000 LIN FT Concrete Curb and Gutter 2,300 SF Concrete Sidewalk 3 EACH Rain Gardens and Piantings 1 EACH Underground Concrete Storage Tank 1 LS Storm Water Pumping Station, Equipment, and Force Main 460 LIN FT Playground Concrete Curb 18,000 SQ YD Hydroseed w/Mulch 1,280 SO YD Erosion Control Compost Blanket - Blown w/Seed Along whit rrnscellaneous playground container improvements, utility improvements, removals, erosion control, restoration, signing, and cor- related appurtenances. Complete digital Bidding Documents are avallable at www.questcdn. com for $20 by inputting QuastCDN eSidDoc #4200041) on the websiWs, Project Search page. Paper Bidding Documents may also be viewed at the City of New Hope and at Stantec, 2335 Highway 36 West, St. Paul, MN 55113, (651) 636-4600. Direct inquiries to Engineer's Project Manager, Chris Long, at (651) 604- 4808. 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 Bid- ders for a period not to exceed 60 days after the date and 11me set for the Opening of Bids. No Bins may be withdrawn for a period of 60 days after the date and time sat for the Opening of Bids. The Owner reserves the right to reject any and all Bids, to waive irregu- larities and informalities therein, and further reserves the right to award the Contract to the best interests of the Owner. Kirk McDonald, City Manager City of New Hope, Minnesota 12/24/15, 3SP2, Bids City Projects 938, 967, 974, 489763 Request for Action January 25, 2016 Approved by: Kirk McDonald, City Manager Originating Department: Public Works By: Bob Paschke, Director Agenda Section Development & Planning Item Number 8.2 Agenda Title Resolution approving plans and specifications and ordering advertisement for bids for public improvement project No. 974 (2016 Northwood South Area Infrastructure Improvement Project). Requested Action Staff recommends the City Council adopt a resolution approving plans and specifications for the 2016 Northwood South infrastructure project No. 974 and authorizing solicitation for bids. Policy/Past Practice The City Council routinely considers public infrastructure improvement projects to extend the useful life of the infrastructure and/or to improve the level of service. Background The proposed 2016 Northwood South Area project was discussed at the Council's September 21, 2015 work session as council chooses to continue with an aggressive pavement management program and expedite improvements in this area. A feasibility study was not required as there are no tax exempt or otherwise assessed properties within the area. Council authorized the preparation of plans and specifications on November 9, 2015. Street and utility infrastructure funds are being used to fund other major infrastructure projects in 2016; therefore, bonding was discussed for this infrastructure improvement area south of Northwood Lake. Bonding was approved by council on December 17, 2015. A neighborhood meeting was held on January 13, 2016, where the project details were discussed, and additional input and feedback was received from residents. The project proposes a full reconstruct of Jordan Avenue from 36th Avenue to Northwood Parkway; Gettysburg Avenue from 36th to Hillsboro; Hillsboro from Jordan Avenue to Northwood Pkwy; Flag, Ensign and Decatur Avenues from 36th to Northwood Pkwy. The utility infrastructure improvements consist of water and storm sewer replacement, with minimal sanitary sewer improvements. Mill and overlay street improvements are considered for Northwood Parkway from Boone to Jordan Avenue; Independence Avenue from Jordan Avenue to Hillsboro Avenue; Gettysburg Avenue from Gettysburg to Northwood Parkway, as well as Jordan Circle; and Boone Circle. Full pavement removal and replacement improvements are considered for Northwood Circle as the depth of pavement is too thin to complete a mill and overlay. Following preliminary survey and field investigation work, portions of the initial project scope have changed and the current cost estimate is higher than previously anticipated. The project now includes alternate bidding options which can be reviewed prior to considering award. Alternate 1 (Decatur Avenue North) and Alternate 2 (Ensign Avenue North) include full reconstruction improvements, and are not included in the project base bid. Alternate 3 (Northwood Circle) includes the full reconstruction improvement option, rather than the base bid full pavement removal improvement option. I:\RFA\PUBWORKS\2016\974 2016 Northwood South infrastructure project \974 Approve plans & spec - authourization for bids\final-974 Approve plans & specs authorization for bid.docx Request for Action, Page 2 The city engineer has prepared plans and specifications for the proposed 2016 Northwood South Area Infrastructure Improvements project, and has provided the attached memo and project location map. The proposed project schedule is: Approve Plans and Specifications January 25, 2016 Authorize Bids January 25, 2016 Receive Bids March 3, 2016 Award Contract March 14, 2016 Start Construction Spring 2016 Substantial Completion (Excluding Reconstruct Wear Course) Fall 2016 Complete Construction Summer 2017 Funding The majority of the project funding will be from bond funds. The breakdown of the base bid total estimated project costs and revenue sources, including indirect, for the 2016 Northwood South Area infrastructure project #974 is shown below: ■ Street Infrastructure Fund - Full Reconstruction Improvements $2,336,000 • Street Infrastructure Fund - Mill & Overlay Improvements $370,000 • Street Infrastructure Fund - Full Pavement Removal Improvements $50,000 • Water Fund $757,000 • Sanitary Sewer Fund $175,000 • Storm Sewer Fund $230,000 Engineer's base bid cost estimate for the project $3,918,000 Alternate improvement options may be considered upon receipt of favorable bids. The breakdown of the estimated alternate total project costs, including indirect, is shown below: • Alternate 1: Full Reconstruction - Streets & Utilities (Decatur) $450,000 • Alternate 2: Full Reconstruction - Streets & Utilities (Ensign) $552,000 • Alternate 3: Full Reconstruction - Streets & Utilities; Deduct Base Bid Full Pavement Removal Northwood Circle 378 000 Engineer's total alternate cost estimate for the project $1,380,000 Attachments • Resolution • Engineer's memorandum • Project map City of New Hope Resolution 2016- 25 RESOLUTION APPROVING PLANS AND SPECIFICATIONS AND ORDERING ADVERTISMENT FOR BIDS FOR PUBLIC IMPROVEMENT NO.974 (2016 Northwood South Area Infrastructure Improvements Project) NOW, THERFORE, BE IT RESOLVED by the City Council of the City of New Hope as follows: 1. Plans and Specifications of the. proposed 2016 Northwood South Area Infrastructure Improvements project No. 974 of the City, heretofore prepared by Stantec Consulting Services, Inc., Engineers for the City, have this day been presented to the Council and such plans and specifications are hereby approved, and a copy thereof shall be placed on file in the office of the City Clerk. 2. The City Clerk and the Engineers are hereby authorized and directed to advertise for bids in the New Hope -Golden Valley Sun Post, the official newspaper of the City, and in Finance and Commerce for the construction of said improvement. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 25th day of January, 2016. n':�77 :ln/I Grz Mayor Attest:.[ Q 1- City Clerk 51 Stantec January 20, 2016 File: 193803348 Attention: Bob Paschke Director of Public Works City of New Hope 5500 International Parkway New Hope, MN 55428 Stantec Consulting Services Inc. 2335 Highway 36 West St. Paul MN 55113 Tel: (651) 636-4600 Fax: (651) 636-131 1 Reference: 2016 Northwood South Area Infrastructure Improvements - Approve Plans and Specifications; Authorize to Bid City Project No.: 974 Dear Bob, As requested, we have prepared plans and specifications for the 2016 Northwood South Area Infrastructure Improvements project. The project generally consists of street and utility improvements to streets located just south of Northwood Lake in New Hope (see attached location plan). The full plan set is available at City Hall for review. An open house was held on January 13th, where resident questions were answered, and additional input and feedback was received. Following preliminary survey and investigation work, the original scope of the project has been refined and the plans now include alternate bidding options. Alternate 1 (Decatur Avenue North) and Alternate 2 (Ensign Avenue North) include full reconstruction improvements, and are not included in the project base bid. Alternate 3 (Northwood Circle) includes the full reconstruction improvement option, rather than the base bid full pavement removal improvement option. After receiving the soil boring and ground penetrating radar (GPR) report, results indicated Northwood Circle has a thin pavement section and requires full pavement removal rather than the previously anticipated mill an overlay improvement. The full reconstruction option is also being considered as an alternate due to the extreme history of water main breaks on this road segment. The preliminary investigation also revealed PetroMat within all the existing street sections. PetroMat is a fabric material which was placed between the street bituminous layers to extend the pavement life. Although the PetroMat was beneficial to the roadway, additional costs are now required to remove the bituminous material. The total base bid project cost for these improvements, including indirect costs, is currently estimated to be $3,918,000. The original budget amount is $4,300,000. The breakdown of project cost for the base bid and alternate improvements are shown on the following page: Dee ign witfr cornrnunity in mind L January 20, 2016 Mr. Bob Paschke Page 2 of 3 Reference: 2016 Northwood South Area Infrastructure Improvements — Approve Plans and Specifications; Authorize to Bid Base Bid Improvements Full Reconstruction - Streets & Utilities Mill & Overlay - Streets & Utilities Full Pavement Removal - Streets & Utilities Estimated Amount $2,865,000 $400,000 Total Base Bid Improvement Construction Costs $3,265,000 Base Bid Indirect Costs (2017.) 653,000 Total Est. Base Bid Project Costs $3,918,000 As project costs may be constrained by allowable budget, alternate improvement options will be bid with this project. The Council has the option to award or not award each alternate improvement option. The estimated costs are provided below: Estimated Alternate Improvements Amount Alternate 1: Full Reconstruction - Streets & Utilities (Decatur Avenue North) $375,000 Alternate 2: Full Reconstruction - Streets & Utilities (Ensign Avenue North) $460,000 Alternate 3: Full Reconstruction - Streets & Utilities; Deduct Base Bid Full Pavement Removal (Northwood Circle) $315,000 Total Alternate Improvement Construction Costs $1,150,000 Alternate Indirect Costs (20%) $230,000 Total Est. Alternate Project Costs $1,380,000 If Council chooses to move forward with this project, approval of plans and specifications and authorization to advertise for contractor bids could be given at the January 25th Council meeting. Bids could then be received on March 3rd and brought back to Council for review at the March 14th Council meeting. The majority of the work under this contract will be completed during the spring, summer, and fall of 2016. The final layer of bituminous pavement (wearing course) for the full reconstruct streets will be completed during the summer of 2017. Design with con-nnunity in nitrid January 20, 2016 Mr. Bob Paschke Page 3 of 3 Reference: 2016 Northwood South Area Infrastructure Improvements - Approve Plans and Specifications; Authorize to Bid If you have any questions or require further information please call me at (651)604-4808. Sincerely, STANTEC Christopher W. Long, P.E. Attachments: Figure 1 - Location Map Cc: Kirk McDonald, Bernie Weber, Dave Lemke, Shawn Markham, John Blasiak- New Hope; Jeremy Houser, Allan Offerman, Kellie Schlegel, Ann Dienhart, Adam Martinson, Megan Albert, Lydia Jacobs -Stan tec. Design with comma€city in mind J L_J—J L —L_J L--L 40 112 AVENUE N � Ito `4 � � / T --- fi T -1 1 `�' @I'161 itlil�f�lili;gll IIII ! N '� ++� rTTTT 7hfn� l_ a�� ��(li'llralSlil — r l I �`F I 4om AVENUE N "'°` 9nv °" �- r 4N9 rase T-7- -r- --I r T T T T 4w no. 'm rm } �{r `tiC �fa Y I g I I � �a Imo - ` IL//s �w Lei i � E L el�I �� Ytt1un �+ kOPEDO LANE �il � oil 40 Ef Y� 1�� ALTERNATE3,� M L _ . ' L ALTERNATE 2� C It v A. ALTERNATE 1��" a \q gY W �i'• �q ,,¢ \y r r NORTHWp I X4 PARK y� Y + 1 9919 L � �W� --- i L -�) I` jr, 36TH AVENUE N �_—T- f TT��rT Ti L—TT� ��1 ��ss�a P Rnal I 9om F-TTT owl 7RI ' w "a / a�n _ ���� STREET IMPROVEMENTS LEGEN L R FULL RECONSTRUCTION iri ans 2016 NORTHWOOD LAKE STORM WATER PROJECT r r - . �` _ _ — (ILLY 1 COMPLETION) JEftL �{ 7 — 2016 NORTHWOOD SOUTH AREA IMPROVEMENT PROJECT }$Try AVENUE N `I-- -.J �.3-.� (]ULY 5 START) L fT — , 2" MILL & OVERLAY F FULL PAVEMENT REMOVAL L ` ( i{Y7 F �� Hy + — (ALTERNATE: FULL RECONSTRUCT) + — l F— T" T T - J(q(j LOCATION PLAN r5 CITY OF NEW HOPE FIGURE I 2016 NORTHWOOD SOUTH AREA INFRASTRUCTURE IMPROVEMENTS 4 Stantec DATE: 01/20/2016 PROD. NO,: 193803348 Page 1 of 1 Affidavit of Publication STATE OF MINNESOTA (SS. COUNTY OF HENNEPIN ) Description: 2016 Northwood South Area Infrastructure Improvements Project Bria Mertz , being duly sworn on oath say she/he is and during all times herein stated has been the publisher or the publishers designated agent in charge of the newspaper known as Finance and Commerce (MN) 222 South 9th St, Suite 2300, Minneapolis, MN 55402 and has full knowledge of the facts herein stated as follows: (A) The newspaper has complied with all of the requirements to constitute a qualified newspaper under Minnesota law, including those requirements found in Minnesota Statute Section 331A.02.. (B) She/He further states on that the printed Construction 10976637 hereto printed as it was printed and published there in the English language; that it was first so published on February 04, 2016 for 2 time(s): the subsequent dates of publications beisig as follows: Thu, February 4, 2016 Thu, February 11, 2016 And that the following is a printed copy of the lower case alphabet from A to Z, both inclusive, and is hereby acknowledged as being the size and kind of type used in the composition and publication of said notice, to wit: X abcdefs hijklmnopgrstuvwxyz abcdefghi IklmnopgmtuvwxVz Mortgage Foreclosure Notices (effective 7/l/2015). Pursuant to Minnesota Statutes §580.033 relating to the publication of mortgage foreclosure notices: The newspaper's known office of issue is located in Hennepin County. The newspaper complies with the conditions described in §580.033, subd. 1, claw or (2). if the newspaper's known office of issue is located in the county adjoining the tuHy w ere the mortgaged premises or some part of the mortgaged premises described - the nali are located, a substantial portion of the newspaper's circulation is in ih at ter cALtt Sworn to before me this 1 lth day of February, 2016 r a4p���� (Notarial _ otary Public, Hennepin County, Minnesota r AIVIANDA H. ��Nta ublic Miota ry My Commission Expires Jan 31, 2019 RATE INFORMATION: 1. Lowest classified rate paid by commercial users for comparable space: 2. Maximum rate allowed by law for the above matter: 3. Rate actually charged for the above matter: 16.0000 0.49481 0.4498 Page 1 of 1 Affidavit of Publication CITY OF NEW HOPE 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 10A.M., CDT, Thursday, March 3, 2016, at which time they will be publicly opened and read aloud for the furnishing of all labor, materials, and all else neces- sary for the following: 2010 Northwopd South Arpa Infra. structure rove t . City P�Wea No. 974 In general, Work consists of the replacement of water main, services, spot replacements of sanitary sewer, storm sewer, and street improvements. This Project includes three alternates: Alt. 1 is the reconstruction of Decatur Ave., Alt. 2 is the reconstruction of Ensign Ave., and Alt. 3 is the reconstruc- tion of Northwood Circle. The Project consists of the following approximate quantities for the Base Bid: 21,300 SY Remove Bituminous Pavement (Reconstruct Streets only) 34,800 SY Mill Bituminous Pavement with Petromat 1,200 SY Full Depth Bituminous Pave- ment Removal (Non -Reconstruct Streets) 2,500 LF RCP Storm Sewer Pipe - 12" to 21" 28 EA Storm Sewer Structure 4,000 LF 6" PVC Water Main 2,600 LF 8" PVC Water Main 27,000 TN Select Granular Borrow (Modified) 9,000 TN Class 5 Aggregate Base 2,600 CY Stockpile, Haul, Place, Grade and Compact Petromat Millings 8,000 TN Bituminous Pavement 12,800 LF Concrete Curb and Gutter The Project consists of the following approximate quantities for the Alternates: 7,100 SY Remove Bituminous Pavement 7,100 SY Mill Bituminous Pavement with Petromat 710 LF RCP Storm Sewer Pipe - 12" to 15" 14 EA Storm Sewer Structure 2,100 LF 6" PVC Water Main 8,400 TN Select Granular Borrow (Modified) 3,000 TN Class 5 Aggregate Base 500 CY Stockpile, Haul, Place, Grade and Compact Petromat Millings 1,700 TN Bituminous Pavement 4,700 LF Concrete Curb and Gutter Along with miscellaneous utility improvements, removals, restoration, signing, striping and correlated appurte- nances. Complete digital Bidding Documents are available at www.guestedn.com for $20 by inputting AnesKDN eBiidDoe #4252715 on the website's Project Search page. Paper Bidding Documents may also be viewed at the City of New Hope and at Stantec, 2335 Highway 36 West, St. Paul, MN 55113, (651) 636-4600. Direct inquiries to Engineer's Project Manager, Jeremy Hauser, at (651) 604-4711. 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. KIRK MCDONALD City Manager City ofNew Hope, Minnesota (Published in Finance and Commerce February 4, 11, 2016) 10976637 STATE OF MINNESOTA (SS. COUNTY OF HENNEPIN ) Description: 2016 Northwood South Area Infrastructure Improvements Project Bria Mertz , being duly sworn on oath say she/he is and during all times herein stated has been the publisher or the publishers designated agent in charge of the newspaper known as Finance and Commerce (MN) 222 South 9th St, Suite 2300, Minneapolis, MN 55402 and has full knowledge of the facts herein stated as follows: (A) The newspaper has complied with all of the requirements to constitute a qualified newspaper under Minnesota law, including those requirements found in Minnesota Statute Section 331A.02.. (B) She/He further states on that the printed Construction 10976637 hereto printed as it was printed and published there in the English language; that it was first so published on February 04, 2016 for 2 time(s): the subsequent dates of publit:ations bcing as o ows: Thu, February 4, 2016 Thu, February 11, 2016 And that the following is a printed copy of the lower case alphabet from A to Z, both inclusive, and is hereby acknowledged as being the size and kind of type used in the composition and publication of said notice, to wit: X altcdafT�ijtltnnnpgrstuvwxyz abcdefghi jklmnopgrstuvwxyz Mortgage Foreclosure Notices (effective 7/t/2015). Pursuant to Minnesota Statutes §580.033 relating to the publication of mortgage foreclosure notices: The newspaper's known office of issue is located in Hennepin County. The newspaper complies with the conditions described in §580.033, solid[. ], t a . hr (2). if the newspaper's known office of issue is located in the county adjoining 9-.,�5, cre the mortgaged premises or some part of the mortgaged premises deicrib in are located, a substantial portion of the newspaper's circulation is i 4latte Subscribed and 4U ' Sworn to before nt this 1 lth day of February, 2016 (Notarial Seal) Notary Public, Hennepin County, Minnesota ': Ff AMANDA H. DORN Notary Public -Minnesota :.,d MY Commission Cxpiren Jan 31, 2019 RATE INFORMATION: 1. Lowest classified rate paid by commercial users for comparable space: 2. Maximum rate allowed by law for the above matter: 3. Rate actually charged for the above matter: 16.0000 0.49481 0.4498 AFFIDAVIT OFftBLICATION STATE OF MINNESOTA ) ss COUNTY OF HENNEPIN Sharon Gruhl being duly sworn on an oath, states or affirms that he/she is the Publisher's Designated Agent of the newspaper(s) known as: SP Robb/Crystal/NewHope/GoldV with the known office of issue being located in the county of: HENNEPIN with additional circulation in the counties of: HENNEPIN and has full knowledge of the facts stated below: (A) The newspaper has complied with all of the requirements constituting qualifica- tion as a qualified newspaper as provided by Minn. Stat. §331 A.02. (B) This Public Notice was printed and pub- lished in said newspaper(s) once each week, for 1 successive week(s); the first insertion being on 02/04/2016 and the last insertion being on 02/04/2016. MORTGAGE FORECLOSURE NOTICES Pursuant to Minnesota Stat. §580.033 relating to (lie publication of mortgage foreclosure notices; The newspaper complies with the conditions described in §580.033, subd. 1, clause (1) or (2). If the newspaper's known office of issue is located in a county adjoining the county where the mortgaged premises or some part of the mortgaged premises described in the notice are located, a substantial portion of the newspaper's circulation is in the latter county. Agent Subscribed and sworn to or affirmed before me on 02/04/2016 by Sharon Gruhl. ►� _ M 01�&- Notary Public 109mal VVVVVV�(VV%AA/`IE hgACgH�RSdNlic-AAlnnesotatplres Jen 31, 2019 Rate Information: (1) Lowest classified rate paid by commercial users for comparable space: $46.90 per column inch Ad ID 504389 City of New Hope (Official Publication) CITY OF NEW HOPE 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 10 A,M.. CDT, Thursday, March 3, 2016, at which time they wilt be publicly opened and read aloud for the furnishing of all labor, materials, and all else necessary for the following: 2�1�i1g=rthwaad 56Gfhg[ea Iniresfructure Pro'e t - j� PrQject Np 974 In general, Work consists of the replacement of water main, services, spot replacements of sanitary sewer, storm sewer, and street improve- ments. This Project includes three allemates: AIt.1 is the reconstruction of Decatur Ave., Alt. 2 is the reconstruction of Ensign Ave., and Alt. 3 is the reconstruction of Northwood Circle, The Project consists of the following approximate quantities for the Base Bid: 21,300 SY Remove Bituminous Pavement (Reconstruct Streets only) 34,800 SY Mill Bituminous Pavement with Petromat 1,200 SY Full Depth Bituminous Pavement Removal (Non -Reconstruct Streets) 2.500 LF RCP Storm Sewer Pipe - 12" to 21" 28 EA Storm Sewer Structure 4,000 LF 6" PVC Water Main 2,600 LF 8" PVC Water Main 27,000 TN Select Granular Borrow (Modified) 9,000 TN Class 5 Aggregate Base 2,60C CY Stockpile, Haoi, Place, Grade and Compact Petromat Millings 8,000 TN Bituminous Pavement 12,800 LF Concrete Curb and Gutter The Project consists of the following approximate quantities for the Al- ternates! 7,100 SY Remove Bituminous Pavement 7.100 SY Mill Bituminous Pavement with Petromat 710 LF RCP Storm Sewer Pipe - 12" to 15" 14 EA Storm Sewer Structure 2,100 LF 6" PVC Water Main 8,400 TN Select Granular Borrow (Modified) 3,000 TN Class 5 Aggregate Base 500 CY Stockpile, Haul, Place, Grade and Compact Petromat Millings 1,700 TN Bituminous Pavement 4.700 LF Concrete Curb and Gutter Along with miscellaneous utility improvements, removals, restoration, signing, striping and correlated appurtenances. Complete digital Bidding Documents are available at www.questcdn. com for $20 by inputting 4uestCDN eBidD4c #4252715 an the website's Project Search page. Paper Bidding Documents may also be viewed at the City of New Hope and at Stantec. 2335 Highway 36 West, St. Paul, MN 55113, (651) 636-4600. Direct inquiries to Engineer's Project Manager, Jeremy Hauser, at (651) 604-4711. 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 Bid- ders for a period wl 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 irregu- larities and informalities therein, and further reserves the right to award the Contract to the best intewls of the Owner. Kirk McDonald, City Manager City of New Hope, Minnesota END OF SECTION 2/4/16, 3SP2, Bids City Project No. 974, 504389 I COV411 'IS Project Manual For 2016 Northwood South Area Infrastructure Improvements Prepared for: City of New Hope, Minnesota City Project No. 974 February 2016 Stantec Project No. 193803348 CONTRACT DOCUMENTS SECTION 00 01 05 PROFESSIONAL CERTIFICATIONS I hereby certify that this plan, specification, or report was prepared by me or under my direct supervision and that I am a duly Licensed Professional Engineer under the laws of the State of Minnesota. 94"4� Itg;? Jeremy G. Hauser, P.E. Date: February 17, 2016 License # 46703 END OF SECTION PROFESSIONAL CERTIFICATIONS © 2016 Stantec 1 193803348 0001 05 - 1 This Page Left Blank Intentionally SECTION 00 01 10 TABLE OF CONTENTS PROCUREMENT AND CONTRACTING REQUIREMENTS GROUP Division 00 - Procurement and Contracting Requirements Introductory Information 0001 05 Certifications Page 0001 10 Table of Contents Procurement Requirements 00 11 13 Advertisement for Bids 0021 13 Instructions to Bidders 0031 00 Available Project Information 0041 10 Bid Form Contracting Requirements 0052 10 Agreement Form 0061 13.13 Performance Bond 0061 13.16 Payment Bond 00 72 05 EJCDC C-700 Std General Conditions of the Construction Contract (2007 Edition) 00 73 05 Supplementary Conditions SPECIFICATIONS GROUP GENERAL REQUIREMENTS SUBGROUP Division 01 - General Requirements 01 0300 Alternates 01 1000 Summary 01 2000 Price and Payment Procedures 01 31 00 Project Management and Coordination 01 3300 Submittal Procedures 01 4000 Quality Requirements 01 5000 Temporary Facilities and Controls 01 57 13 Temporary Erosion and Sediment Control 01 7000 Execution Requirements Division 02 - Existing Conditions 0241 13 Selective Site Demolition SITE AND INFRASTRUCTURE SUBGROUP Division 31 - Earthwork 31 1000 Site Clearing 31 2300 Excavation and Fill 31 23 13 Subgrade Preparation 31 3219 Geosynthetic Soil Stabilization and Layer Separation Division 32 - Exterior Improvements 3211 23 Aggregate Base Courses 32 12 01 Flexible Paving (Municipal Projects) 32 13 14 Concrete Walks, Medians, and Driveways 32 16 13 Concrete Curbs and Gutters TABLE OF CONTENTS 0 2016 Stantec 1 193803348 0001 10 - 1 Division 32 - Exterior Improvements (cont'd) 32 17 23 Pavement Markings 32 92 00 Turf and Grasses Division 33 - Utilities 33 05 05 Trenching and Backfilling 3305 17 Adjust Miscellaneous Structures 33 08 30 Commissioning of Sanitary Sewer Utilities 33 10 00 Water Utilities 33 12 12 Water Services 3331 00 Sanitary Utility Sewer Piping 3331 14 Sanitary Sewer Services 33 39 00 Sanitary Utility Sewer Structures 33 40 00 Storm Sewer Drainage Utilities 33 46 00 Subdrainage Division 34 - Transportation 3441 05 Traffic Signs and Devices END OF SECTION TABLE OF CONTENTS 02016 Stantec 1 193803348 0001 10 - 2 SECTION 00 11 13 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 10 A.M., CDT, Thursday, March 3, 2016, 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: 2016 Northwood South Area Infrastructure Im rovements Project - City Project No. 974 In general, Work consists of the replacement of water main, services, spot replacements of sanitary sewer, storm sewer, and street improvements. This Project includes three alternates: Alt. 1 is the reconstruction of Decatur Ave., Alt. 2 is the reconstruction of Ensign Ave., and Alt. 3 is the reconstruction of Northwood Circle. The Project consists of the following approximate quantities for the Base Bid: 21,300 SY Remove Bituminous Pavement (Reconstruct Streets only) 34,800 SY Mill Bituminous Pavement with Petromat 1,200 SY Full Depth Bituminous Pavement Removal (Non -Reconstruct Streets) 2,500 LF RCP Storm Sewer Pipe - 12" to 21 " 28 EA Storm Sewer Structure 4,000 LF 6" PVC Water Main 2,600 LF 8" PVC Water Main 27,000 TN Select Granular Borrow (Modified) 9,000 TN Class 5 Aggregate Base 2,600 CY Stockpile, Haul, Place, Grade and Compact Petromat Millings 8,000 TN Bituminous Pavement 12,800 LF Concrete Curb and Gutter The Project consists of the following approximate quantities for the Alternates: 7,100 SY Remove Bituminous Pavement 7,100 SY Mill Bituminous Pavement with Petromat 710 LF RCP Storm Sewer Pipe - 12" to 15" 14 EA Storm Sewer Structure 2,100 LF 6" PVC Water Main 8,400 TN Select Granular Borrow (Modified) 3,000 TN Class 5 Aggregate Base 500 CY Stockpile, Haul, Place, Grade and Compact Petromat Millings 1,700 TN Bituminous Pavement 4,700 LF Concrete Curb and Gutter Along with miscellaneous utility improvements, removals, restoration, signing, striping and correlated appurtenances. Complete digital Bidding Documents are available at www.guestcdn.com_for $20 by inputting QuestCDN eBidDoc #4252715 on the website's Project Search page. Paper Bidding Documents may also be viewed at the City of New Hope and at Stantec, 2335 Highway 36 West, St. Paul, MN 55113, (651) 636-4600. Direct inquiries to Engineer's Project Manager, Jeremy Hauser, at (651) 604-4711. ADVERTISEMENT FOR BIDS © 2016 Stantec 1193803348 0011 13 - 1 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, Kirk McDonald, City Manager City of New Hope, Minnesota END OF SECTION ADVERTISEMENT FOR BIDS 0 2016 Stantec 1 193803348 0011 13 - 2 SECTION 00 21 13 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 2.02 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. 2.04 Neither Owner nor Engineer assumes any responsibility for errors or misinterpretations resulting from Bidder's use of electronic downloadable Bidding Documents (Electronic Bidding Documents). In addition to the above items, Bidders using Electronic Bidding Documents are solely responsible for use of such documents, including, but not limited to: A. It is the responsibility of the Bidder to go to QuestCDN's Projects (www.questcdn.com), check for the presence of Bidding Documents (including Addenda), and download documents as they become available. Bidder shall regularly check QuestCDN's projects for Addenda or other additions or revisions to the Bidding Documents through the Bid Opening date, whether or not Bidder has received email notice of Addenda from Stantec or Quest CDN. Please contact QuestCDN.com at 952-233-1632 or info@questcdn.com for assistance in free membership registration, downloading, and working with this digital project information. B. It is the responsibility of the Bidder to verify the intended document size (sheet dimensions) and to verify proper colors (color, or black and white) of the Electronic Bidding Documents prior to reproduction. Bidder shall ensure that the Electronic Bidding Documents are reproduced to the correct and exact scale, and correct colors. C. It is the responsibility of the Recipient of Electronic Bidding Documents from this site to check the electronic data for computer viruses or other harmful coding. ARTICLE 3 - QUALIFICATIONS OF BIDDERS 1 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 authority to do business in the state where the Project is located. B. Evidence of genuineness of Bid and lack of collusion in conjunction therewith. INSTRUCTIONS TO BIDDERS © 2016 Stantec 1 193803348 0021 13 - 1 3.02 Bidder is advised to carefully review those portions of the Bid Form requiring Bidder's representations and certifications. ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE 4.01 Subsurface and Physical Conditions A. The Supplementary Conditions identify 1. Those reports known to Owner of explorations and tests of subsurface conditions at or contiguous to the Site. 2. Those drawings known to Owner of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). 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 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 any reports and drawings known to Owner relating to a Hazardous Environmental Condition identified at the Site. 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, and Underground Facilities, and possible changes in the Bidding Documents due to differing or unanticipated subsurface or physical 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 Site, if any, and possible changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the 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. INSTRUCTIONS TO BIDDERS © 2016 Stantec 1 193803348 0021 13 - 2 4.05 On request, Owner will provide Bidder access to the 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 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 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, and the other related data identified in the Bidding Documents; B. visit the Site and become familiar with and satisfy Bidder as to the general, local, and 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; D. carefully study all: (1) reports of explorations and tests of subsurface conditions at or contiguous iu the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified, if any, in Paragraph 4.02 of the Supplementary Conditions as containing reliable "technical data," and (2) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Paragraph 4.06 of the Supplementary Conditions as containing reliable "technical data;" E. consider the information known to Bidder, information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding Documents; and the Site -related reports and drawings identified in the Bidding Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) 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; and (3) Bidder's safety precautions and programs; 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 required, 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 Site that relates to the Work as indicated in the Bidding Documents; H. 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 INSTRUCTIONS TO BIDDERS © 2016 Stantec 1 193803348 0021 13 - 3 determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work. 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 - SITE AND OTHER AREAS 6.01 The 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 l 11 A q + the g + + + the Bidding Documents are to be submitted to /.v h1l uestions about 1 ie meant ar iniei ii ai ii i2 Biu li i .. 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. 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, 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 consider Bidder to be in default, annul the Notice of Award, and the Bid Security of that Bidder will be forfeited. Such forfeiture shall be Owner's exclusive remedy if Bidder defaults. The Bid Security of other Bidders whom Owner INSTRUCTIONS TO BIDDERS © 2016 Stantec 1 193803348 0021 13 - 4 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 after the 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, if any, 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. I 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. I 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 i 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. INSTRUCTIONS TO BIDDERS © 2016 Stantec 1 193803348 0021 13 - 5 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. 13.02 All blanks on the Bid Form shall be completed in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each section, Bid Item, Alternate, adjustment Bid Unit Price Bid Item, and Bid Unit Price 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. 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. 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. 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. 13.08 All names shall be 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 Postal and e-mail addresses and telephone and fax numbers 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 Bidder shall covenant in writing to obtain such authority and qualification prior to award of the Contract and attach such covenant to the Bid. 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. ARTICLE 14 - BASIS OF BID; COMPARISON OF BIDS 14.01 Unit Price with Alternates A. Bidders shall submit a Bid on a Bid Unit Price basis 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 on the Bid Form. The price for each Alternate will be the amount added to or INSTRUCTIONS TO BIDDERS © 2016 Stantec 1 193803348 0021 13 - 6 deleted from the Base Bid if the Owner selects the Alternate. In the evaluation of Bids, Owner may select any combination of Alternates or 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. 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 and Substitute Items accepted by the Owner will determine the "Adjusted Total Base Bid." The Owner may choose to not accept any Alternates or Substitute Item Bids. ARTICLE 15 - SUBMITTAL OF BID 15.01 Bid shall be submitted no later than the date and time prescribed and at the place indicated in the Advertisement or Invitation for Bids and shall be enclosed in a plainly marked package 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 package plainly marked on the outside with the notation "BID ENCLOSED." A mailed Bid shall be addressed to Owner's office. 15.02 The Bid shall include the entire Document 00 41 10, Bid Form. This includes all attachments listed in Article 7.01 of the Bid Form and/or all forms included with the Bid Form. The Contractor may remove or copy these sheets from the Project Manual 15.03 The entire Project Manual should not be submitted with the Bid. ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID 16.01 A Bid may be modified or withdrawn by an appropriate document duly executed in the same 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 or Invitation for Bids and, unless obviously non -responsive, read aloud publicly. An abstract of the amounts of the Base Bids and major Alternates, if any, will be made available to Bidders after the Project is awarded. INSTRUCTIONS TO BIDDERS © 2016 Stantec 1 193803348 0021 13 - 7 ARTICLE 18 - BIDS TO REMAIN 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 one 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 v '`h the prescribed requirements, and such Alternates, Bid Unit Prices and other data, as muy be requested in the Bid Form or prior to the Notice of Award. 19.05 in evaluating Bidders, Owner will consider the qualifications of Bidders and may consider the qualifications and experience of subcontractors, suppliers, and other individuals or entities proposed for those portions of the Work for which the identity of subcontractors, suppliers, and 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 proposed for those portions of 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 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. INSTRUCTIONS TO BIDDERS © 2016 Stantec 1193803348 0021 13 - 8 ARTICLE 21 - SIGNING OF AGREEMENT 21.01 When Owner issues a Notice of Award to the successful Bidder, it shall be accompanied by the required number of unsigned counterparts of the Agreement along 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. ARTICLE 22 - RESPONSIBLE CONTRACTOR 22.01' In accordance with Laws of Minnesota, 2014, chapter 253 (Minnesota Statutes § 16C.285), Bidders are hereby advised that the Owner cannot award a construction contract in excess of $50,000 unless the contractor is a "responsible contractor" as defined in Minnesota Statutes § 16C.285, subdivision 3. A bidder submitting a Proposal for this Project must verify that it meets the minimum criteria specified in Minnesota Statutes § 16C.285, subdivision 3, by completing the Responsible Contractor Certificate within this Proposal. Statements in the certificate must be certified by a company officer. Bidders are responsible for obtaining verifications of compliance from all subcontractors, using a form provided by the Owner. A bidder must submit signed verifications from subcontractors upon the Owner's request. A Bidder or subcontractor who does not meet the minimum criteria established in Minnesota Statutes § 16C.285, subdivision 3, or who fails to verify compliance with the minimum requirements, will not be a "responsible contractor" and will be ineligible to be awarded the Contract for this Project or to work on this Project. Bidders and subcontractors are also advised that making a false statement verifying compliance with any of the minimum criteria will render the Bidder or subcontractor ineligible to be awarded a construction contract for this Project and may result in the termination of a contract awarded to a Bidder or subcontractor that makes a false statement. ARTICLE 23 - SUBLETTING OF CONTRACTOR J 23.01 REVISED 11/24/14 The provisions of MnDOT 1801 are modified as follows: For Projects in excess of $50,000, the Contractor may sublet work only to subcontractors that meet the definition of "responsible contractor" in Minnesota Statutes § 16C.285, subdivision 3. The Contractor is responsible for obtaining verifications of compliance with § 16C.285 from subcontractors using a form provided by the Owner. The Contractor must provide such verifications to the Owner upon the Owner's request. END OF SECTION INSTRUCTIONS TO BIDDERS © 2016 Stantec 1 193803348 0021 13 - 9 This Page Left Blank Inte, itionally SECTION 00 31 00 AVAILABLE PROJECT INFORMATION PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Technical Data. 1.02 TECHNICAL DATA A. 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 information regarding the Project may be available for Bidder's review at Engineer's office. Schedule a viewing time with the Project Manager. B. Portions of reports and drawings used by the Engineer in the preparation of Bidding Documents are attached to this Section. A list of attachments to this Section include: 1. Report dated December 11, 2015, prepared by American Engineering Testing, Inc. entitled "Report of Geotechnical and Pavement Engineering Services, 2016 New Hoge Streets Reconstruction Roadways." 2. Report dated December 14, 2015, prepared by American Engineering Testing, Inc. entitled "Reiport of Geotechnical and Pavement Engineeriing Services 2016 New Hope Streets Mill & Overlay,". PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION © 2016 Stantec 1 193803348 AVAILABLE PROJECT INFORMATION 0031 00-1 This F- ige Left Blank Intentionally AAiERICAN 9" .EmaNEE'RIN'G ITESTIII,GiJNC; CONSULTANTS ENVIRONMIMAL • GEOTECHNICAL -'MATERIALS • iFORENSICS winrw.'amengtost.com qw: REPORT OF GEOTECHNICAL AND PAVEMENT ENGINEERING SERVICES 2016 New Hope Streets Reconstruction Roadways Northwood South Area New Ho e, Minnesota AET Report No. 28-01069 Date: December 11, 2015 Prepared for: City of New Hope Mr. Bob Paschke Director of Public Works 5500 intemational Parkway New Hope, MN 55428 MERIC N ENGINEERING TESTING, INC. December 11, 2015 City of New Hope Mr. Bob Paschke Director of Public Works 5500 International Parkway New Hope, MN 55428 RE: Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets Reconstruction Roadways Northwood South Area New Hope, Minnesota AET Report No. 28-01069 Dear Mr. Paschke: CONSULTANTS A ENVIRONMENTAL • GEOTECHNICAL • MATERIALS • FORENSICS American Engineering Testing, Inc. (AET) is pleased to present the results of our pavement engineering servic for the referenced project in New Hope, Minnesota. These services were performed according to our proposal to you dated October 30, 2015. This report is for the roadways planned for reconstruction. The results of testing of the other roadways will be forwarded separately. We are submitting this email copy of the report to you. Two hard copies will also be mailed. An email copy is also being sent to Kellie Schlegel of Stantec. Please contact me if you have any questions about the report, I can also be contacted for arranging construction observation and testing services. Sincerely, American Engineering Testing, Inc. Melanie Fiegen, P.E. Pavement Engineer II (651) 603 -6618 mfiegenAamen'gtest, c om Page 550 Cleveland Avenue North I St. Paul, MN 55114 Phone 651-659-9001 'Toll Free 800-972-63 4 Fax 651-659.1379 j www.amengtost.com JAA/EE® � � This document shall not be reproduced, except in full, wilho(it.written approval from American Engineering Testing. Inc. W Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Reconstruction Roadways December 11, 2015 AET Report No. 28-01069 SIGNATURE PAGE Prepared for: City of New Hope 5500 International Parkway New Hope, MN 55428 Attn: Mr. Bob Paschke Director of Public Works Report Authored By: Melanie Fiegen, P.E. Pavement Engineer II I hereby certify that this plan, specification, or report was prepared by me or under my direct supervision and that I am a duly Licensed Professional Engineer under the laws of the State of Minnesota Date: License #:.16711 Copyright 2015 American Engineering Testing, Inc. All Rights Reserved Prepared by: AMERICAN ENGINEERING TESTING, INC. American Engineering Testing, Inc. 550 Cleveland Avenue North St. Paul, Minnesota 55114 (651) 659-9001/www.amengtest.com Peer Review Conducted By: Chunhua Han, Ph.D., P.E. Principal Engineer, Geotechnical Division Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. Page ii Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Reconstruction Roadways AMERICAN December 11, 2015 ENGINEERING AET Report No. 28-01069 TESTING, INC. TABLE OF CONTENTS TransmittalLetter............................................................................................................................. i SignaturePage................................................................................................................................ TABLEOF CONTENTS............................................................................................................... 1.0 INTRODUCTION....................................................................................................I....I.......... 1 2.0 SCOPE OF SERVICES ................................................... .......................................... I............... 1 3.0 PROJECT INFORMATION..................................................................................................... 1 4.0 SUBSURFACE EXPLORATION AND PAVEMENT TESTING .......................................... 2 4.1 Pavement Thickness Testing................................................................................................. 2 4.2 Subsurface Exploration.......................................................................................................... 3 5.0 SITE CONDITIONS................................................................................................................. 3 5.1 Pavement Thickness.............................................................................................................. 3 5.2 Subsurface Soils/Geology...................................................................................................... 5 5.3 Ground Water........................................................................................................................ 6 5.4 Review of Subgrade Properties............................................................................................. 6 tj RECOMMENDATIONS.......................................................................................................... 7 6.1 Definitions............................................................................................................................. 7 6.2 Existing Pavement Recycling................................................................................................ 8 6.3 Subgrade Preparation........................................................ 6.4 Estimated R-value................................... ............................................................................. 11 6.5 Utility Support, Bedding, and Backfilling..................................................:........................ 12 7.0 CONSTRUCTION CONSIDERATIONS.............................................................................. 12 7.1 Potential Difficulties............................................................................................................ 12 7.2 Excavation Backsloping..................................................................................................... 13 7.3 Observation and Testing...................................................................................................... 13 8.0 LIMITATIONS....................................................................................................................... 14 Figures 1 - Testing Locations Figures 2 — Pavement Thickness Page iii Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Reconstruction Roadways AMERICAN December 11, 2015 ENGINEERING AET Report No. 28-01069 TESTING, INC. STANDARD SHEETS Bedding/Foundation Support of Buried Pipe Utility Excavation Backfilling APPENDIX A Ground Penetrating Radar Field Exploration and Testing GPR Data and Analysis Result Sheets APPENDIX B Geotechnical Field Exploration and Testing Boring Log Notes AASHTO Soil Classification System Unified Soil Classification System Subsurface Boring Logs APPENDIX C Geotechnical Report Limitations and Guidelines for Use Page iii Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Reconstruction Roadways AMERICAN December 11, 2015 ENGINEERING Report No. 28-01069 TESTING, INC. 1.0 INTRODUCTION Improvements are proposed for the several streets in the Northwood South Area in the City of New Hope, Minnesota. Six streets are planned for total reconstruction and additional streets are planned for other rehabilitation. To assist planning and design, you have authorized American Engineering Testing, Inc. (AET) to conduct a GPR survey and subsurface exploration program at the site, conduct soil laboratory testing, and perform a geotechnical and pavement engineering review for the project. This report presents the results of the above services at the reconstruction roadways and provides our engineering recommendations for that work. The results of our testing at the other roadways will be presented separately as it is available. 2.0 SCOPE OF SERVICES AET's services were performed according to our proposal to you dated October 30, 2015, which was authorized on November 4, 2015. The authorized scope consists of the following: • Perform a Ground Penetrating Radar (GPR) survey of the roadways identified for reconstruction. r Drill and sample 12 standard penetration test (SPT) borings to nominal depth of 12 feet in the roadways planned for reconstruction. o Conduct laboratory gradation, organic or moisture content testing. ■ Prepare a report showing the subsurface data, pavement thickness data, the estimated R- value, and recommendations for pavement reconstruction. These services are intended for geotechnical purposes. The scope is not intended to explore for the presence or extent of environmental contamination. 3.0 PROJECT INFORMATION The project consists of reconstruction of six streets within New Hope, Minnesota. The streets slated for reconstruction are Jordan Avenue N, Hillsboro Avenue N, Hillsboro Place, Flag Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Reconstruction Roadways AMERICAN December 11, 2015 ENGINEERING AET Report No. 28-01069 TESTING, INC. Avenue, Ensign Ave N, and Decatur Avenue N in an area identified as 2016 Northwood South Area. The area is generally bounded by Bassett Creek on the north, 36t" Avenue N on the south, Boone Avenue N on the east, and US Highway 169 on the west. The tested roadways are illustrated in Figure 1. We understand this reconstruction will take place at the same general grade and width as that which currently exists. The above stated information represents our understanding of the proposed construction. This information is an integral part of our engineering review. It is important that you contact us if there are changes from that described so that we can evaluate whether modifications to our recommendations are appropriate. 4.0 SUBSURFACE EXPLORATION AND PAVEMENT TESTING 4.1 Pavement Thickness Testing The pavement thickness testing program conducted for the project consisted of a high speed (air coupled) GPR antenna collecting the pavement thickness data at one scan per foot. The data was collected using a 2 GHz antenna, which allows material layer measurements at depths of 18 to 24 inches with a resolution less than about '/z-inch. The test data and details of the methods used appear in Appendix A. 1 The GPR data was collected on November 25, 2015. Scans of the pavement were collected according to SIR-20 processor settings established by GSSI RoadScan system, approximately in the middle of the traveling lane and in two directions of travel. A calibration file, required for data post -processing, was collected prior to testing. Page 2 of 14 Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Reconstruction Roadways •AMERICAN December 11, 2015 ENGINEERING AET Report No. 28-01069 TESTING, INC. The GPR interface identification was accomplished using RADAN 7.0, a proprietary software package included with the GSSI RoadScan system. The software includes tools to aid in delineating pavement layer transitions and automatically calculates the layer depths from the pavement surface using the calibration file(s) collected prior to testing. The identified layer was also compared to the boring data to validate the accuracy of the layer thicknesses. 4.2 Subsurface Exploration For the reconstruction roadways, the subsurface exploration program consisted of 16 SPT borings (Borings BA01to BA16). The number and approximate locations of borings were chosen by Stantec. These locations were marked in the field by AET prior to drilling. The approximate locations of the borings are illustrated on the attached Figure 1. Subsurface boring logs and details of the drilling methods used appear in Appendix B. The logs contain information concerning soil layering, soil classification, geologic description, and moisture condition. The laboratory test program consisted of several water content tests. The test results appear on the individual boring logs adjacent to the samples upon which they were performed. 5.0 SITE CONDITIONS 5.1 Pavement Thickness The pavement surfacing is bituminous at all the sampled locations. The boring information is summarized in Table 5. La. Page 3 of 14 Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Reconstruction Roadways AMERICAN December 11, 2015 ENGINEERING AET Report No. 28-01069 TESTING, INC. Table 5.1.a — Pavement Thickness Information — Soil Borings Street Borings Bit Base and Base -like material In. In. AASHTO Jordan Ave 1-5 6.2 10.0 A-1-b Hillsboro Ave 6-8 5.2 3.7 A-1-b Hillsboro PI 9 4.0 3.0 A-1-b Flagg Ave 10 — 12 5.2 3.8 A-1-b Ensign Ave 13,14 6.2 4.0 A-1-b/A-6 Decatur Ave 15, 16 4.8 .3.8 A-1-b/A-2-4 At the majority of the borings, base -like material consisting of sand with silt, and silty sand with varying amounts of gravel (classified as A-1-b) was found beneath the bituminous. At boring BA14, the layer contained enough clayey sand to add A-6 to the classification. And at BA15, the material encountered beneath the pavement was given an AASHTO classification of A-2-4 due to the clayey sand content. Table 5. Lb provides a summary of the average and minimum thicknesses of the surfacing layers determined from the GPR survey, as well as the coefficient of variation (CV) of the average thickness. Figures 2a and 2b show the pavement surface thickness geographically. Table 5.1.b — Pavement Thickness Information - GPR GPR Thickness Information Street Bituminous Aggregate Base Avg Total, Avg, in. CV* 15th, in. Avg, in. CV* 15th, in. in. Jordan Ave 5.2 22% 4.1 5.6+ 46% 3.4 10.8+ Hillsboro Ave 5.0 21% 4.0 4A 26% 3.3 9.4 Page 4 of 14 Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Reconstruction Roadways AMERICAN December 11, 2015 ENGINEERING AET Report No. 28-01069 TESTING, INC. Street GPR Thickness Information Hillsboro PI 4.3 27% 3.2 2.6 33% 1.8 6.9 Flagg Ave 5.0 16% 4.2 3.5 20% 2.9 8.5 Ensign Ave 6.6 19% 5.3 4.9 19% 4.1 11.5 Decatur Ave 5.3 24% 4.2 4.5 20% 3.5 9.8 Note: CV is the standard deviation divided by the mean, which provides a measurement of the amount of variation in a data set. The lower the value of CV, the more the overall data approximate to the mean. CV is also a useful statistic for comparing the degree of variation from one data set to another, even if the means are drastically different from each other. 15"` denotes the I5'h percezitile, the value that 85% of the pavement thickness is greater than and we generally recommend using for design purposes 5.2 Subsurface Soils/Geology Below the aggregate base material, the borings encountered predominantly fill and till soils. At Boring BA01 and 02, silty sand or sand layers were encountered to a depth of 9 feet. However, at the remaining borings, the soils within the upper 3 to 4 feet of the pavement surface consist of a mostly of cohesive materials. The AASHTO subgrade soil types and estimated existing R- value for each of the streets are provided in the following table. The A-6 soils represent the limiting condition in terms of design R-value. Table 5.3 — Subgrade Information Street Borings Subgrade Soil Types Existing R-Value Jordan Ave N south of Jordan Cir 1-2 A-1-b, A-2-4 50 - 70 Jordan Ave N north of Jordan Cir 3 — 4 A-6 12 Hillsboro Ave 6-8 A-6 12 Hillsboro Pl 9 A-6 12 Flagg Ave 10 — 12 A-6 12 Ensign Ave 13,14 A-6 12 Decatur Ave 15, 16 A-6 12 Page 5 of 14 Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Reconstruction Roadways AMERICAN December 11, 2015 ENGINEERING AET Report No. 28-01069 TESTING, INC. 5.3 Ground Water Ground water was encountered within boring BA12 during drilling at a depth of 9.4 below grade. No ground water was encountered in the remaining borings. If water is encountered during construction, it would likely be in the form of perched water over slow -draining soils. Ground water levels fluctuate due to varying seasonal and annual rainfall and snow melt amounts, as well as other factors. 5.4 Review of Subgrade Properties 5.4.1 Strength/Stability High strength/stability is needed from the upper portion of the subgrade to resist yielding from wheel loads. Although load intensity dissipates with depth, the more critical portion requiring high strength for wheel load resistance is normally considered the upper three feet of the subgrade (defined as the critical subgrade zone in this report). For the most part, the samples retrieved from the upper subgrade zone appear to have a reasonable level of stability based on the N-values and current water contents versus the judged "optimum" water contents. Although variations can occur away from the test locations, the borings suggest the need for subgrade stability correction should not be excessive. 5.4.2 Compressibility Street grades are not planned to be raised. Accordingly, the existing soils will not be subjected to increased static loads. Therefore, soil compressibility should not be an issue provided new fill soils are properly compacted. Page 6 of 14 Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Reconstruction Roadways AMERICAN December 11, 2015 ENGINEERING AET Report No, 28-01069 TESTING, INC. 5.4.3 Frost Susceptibility The clayey sands, sandy clays, and lean clays (which appear at most of the test locations) are moderately high in frost heave potential and are subject to weakening upon thaw. 5.4.4 Drainage Upper subgrade drainage properties are, for the most part, slow draining. In the silty/clayey soil subgrade zones, water infiltration will be impeded, and the upper subgrade and aggregate base zones will have extended periods of saturation. The drainage limitation will result in increased periods of saturation and variable moisture content conditions; leading to differential frost effects and greater weakening upon thaw within the frost -susceptible soils present. 6.0 RECOMMENDATIONS 6.1 Definitions The ensuing sections use italicized words, which have the following definitions: Top of grading grade is defined as the grade which contacts the bottom of the aggregate base layer. Sand subbase is a uniform thickness sand layer placed as the top of subgrade (directly below top of grading grade) which is intended to improve the frost and drainage characteristics of the pavement system by better draining excess water in the aggregate base and subbase, by reducing and "bridging" frost heaving, and by reducing spring thaw weakening effects. Critical subgrade zone is the subgrade portion beneath and within three vertical feet of the top of grading grade. A sand subbase, if placed, would be considered the upper portion of the critical subgrade zone. Select Granular Material shall meet the requirements of Mn/DOT Specification 3149.2132. Modified Select Granular Material shall meet the requirements of Mn/DOT Specification 3149:2132, except that the gradational requirement is modified to having no Page 7 of 14 Report of Geotecbnical and Pavement Engineering Services 2016 New Hope Streets, Reconstruction Roadways AMERICAN December 11, 2015 ENGINEERING AET Report No. 28-01069 TESTING, INC. more than 5% by weight passing the #200 sieve and having no more than 40% by weight passing the #40 sieve. Test roll is a means of evaluating the near -surface stability of subgrade soils (usually non -granular). Suitability is determined by the depth of rutting or deflection caused by passage of heavy rubber -tired construction equipment, such as a loaded dump truck, over the test area. Yielding of less than 1-inch is normally considered acceptable, although engineering judgment may be applied depending on equipment used, soil conditions present, and/or pavement performance expectations. Unstable soils are those soils which do not pass a test roll. Unstable soils typically have water content exceeding the standard optimum water content defined in ASTM:D698 (Standard Proctor test). Organic soils are those soils which have sufficient organic content such that engineering properties/stabilities are affected (generally more than 3% organic content). These soils are usually black to dark brown in color. 6.2 Existing Pavement Recycling The existing bituminous will be removed to prepare the subgrade. It should be possible to recycle these materials, provided they are crushed to an aggregate base -like gradation specification. Crushed bituminous, to be reused as aggregate base, should be blended with existing aggregate base or crushed concrete to meet MnDOT Class 7 Specification 3138.2A2. If excess recycled material is used in the pavement profile (beyond the planned aggregate base layer), for drainage reasons it should be placed above any sand subbase layer (as a thickened base) rather than below or mixed within the subbase material. 6.3 Subgrade Preparation 6.3.1 Sand Subbase Incorporation The existing subgrade soils have the following limitations: • The clayey subgrade soils have a relatively low R-value. Most soils are moderate to poor draining. Page 8 of 14 Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Reconstruction Roadways AMERICAN December 11, 2015 ENGINEERING AET Report No. 28-01069 TESTING, INC. • Most soils have moderate to high frost heave potential. Due to the above limitations, we recommend a sand subbase be incorporated into the design. The primary approach decision rests on the sand subbase thickness to be used. We recommend the subbase be at least 1-foot thick. Performance could be improved by placing a thicker subbase, particularly through the areas of A-6 soils. Sand subbase layers are typically required to be Select Granular Material. This specification allows for the possibility of a fine grained sand material approaching a silty sand classification. This type of material does not allow for "free" drainage, and the stability can also be affected by the presence of water. Modified Select Granular Material is less affected by water and provides improved drainage. Therefore, you may wish to consider this material if your budget allows. Where there is a need to vary the thickness of the sand subbase along the profile of the road, we recommend the thickness have a taper of no steeper than 1 d:1 (HA"). ). This can be steepened to 4:1 in directions perpendicular to the centerline (e.g., meeting in with side streets). The subcut and sand layer placement should extend slightly beyond the outer edge of curbs to maintain frost uniformity. In areas where moderate to slow draining soils will remain below the sand subbase (which will apply to most of the length), the sand subbase should be provided with proper subsurface drainage to prevent build-up of water within the sand. This can be accomplished by placing short segments of properly engineered drainage lines which are connected to catch basins in low elevation areas (referred to as "finger drains"). Where streets are relatively level, and if finger drains are not frequent, longer parallel drainage lines should be placed through that area to better remove infiltrating water. The need for shorter paths to draintile lines increases as the subbase material becomes less permeable (i.e, less draintile would be needed using Modified Select Page 9 of 14 Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Reconstruction Roadways AMERICAN December 11, 2015 ENGINEERING AET Report No. 28-01069 TESTING, INC. Granular Material versus Select Granular Material). The less permeable subgrade soils should be graded to promote the flow of water to the finger drains and drainage lines. 6.3.2 Stability Improvement The final subgrade should have proper stability within the critical subgrade zone. In areas where clayey soils or higher silt content soils are exposed, stability should be evaluated using the test roll procedure. Where unstable soils are found under the test roll process, these soils should be improved by means of scarification, drying, and recompaction; or by subcutting and replacement. We recommend the final soils remaining in place be capable of passing a test roll prior to placing the sand subbase. With this, it is our judgment that a test roll should not be necessary on the sand subbase material. In those areas where sandy soils are exposed, we recommend applying surface compaction. This compaction should take place with at least 4 passes of a self-propelled vibratory roller compactor having a drum diameter of at least 3 feet. Overall stability should be evaluated during the compaction process (deflection judgments by a geotechnical/pavement engineer). Instability will likely be a result of wetter clayey/silty soils beneath the exposed sandy soils. Again, the unstable soils should be improved by means of scarification, drying, and recompaction; or by subcutting and replacement. With the placement of a sand subbase layer, it will be possible to better detect unstable soils within the lower portion of the critical subgrade zone. Without sand subbase placement, test roll evaluation would need to pay special attention to "wavy" or rolling deflection due to deeper unstable conditions. If only the upper rutted soils are reworked in this case, unstable soils below about 1 foot or so could then be undetected and remain beneath the surface, which would affect long-term performance. If a sand subbase is not placed, it may then be necessary to perform subcutting of unstable soils, even if not intended for frost/drainage reasons. Page 10 of 14 Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Reconstruction Roadways AMERICAN December 11, 2015 ENGINEERING AET Report No. 28-01069 TESTING, INC. If organic soils are found to be present, we recommend removing these soils where present within the critical subgrade zone. We caution that instability of soils present beneath the soils being reworked and compacted may limit the ability to compact the upper soils. In this case, greater depths of subcutting and stability improvement may be needed. 6.3.3 Fill Placement/Compaction Following subcutting and preparation of existing soils, fill can be placed as needed to re -attain subgrade elevation. Fill should be placed per the requirements of MnDOT Specification 2105.3F 1 (Specified Density Method). Using ASTM terminology, this specification requires soils placed within the critical subgrade zone be compacted to a minimum of 100% of the standard maximum dry unit weight defined in ASTM: D698 (Standard Proctor test), at a water content 65% to 102% of the standard optimum water content. A reduced minimum compaction level of 95% of the standard maximum dry unit weight can be used below the critical subgrade zone. The sand subbase can be considered part of a composite subgrade; and the top of the subbase can be figured as the top of the 3-foot subgrade zone needing the 100% compaction level. However, the lower (dry) end of the water content range requirement does not need to apply to the sands. 6.4 Estimated R-value Based on Table 5-3.3(a) within the MnDOT Pavement Manual (2007) and on our experience, we estimate the limiting A-6 soils have an R-value of 12. Assuming the sand subbase contributes to R-value improvement (rather than granular equivalent contribution), we recommend assuming the following design R-value for the noted sand subbase thicknesses: ■ 12 inch sand subbase: R = 25 Page 11 of 14 Report of Geotecbnical and Pavement Engineering Services 2016 New Hope Streets, Reconstruction Roadways AMERICAN December 11, 2015 ENGINEERING AET Report No. 28-01069 TESTING, INC. • 18 inch sand subbase: R = 35 ■ 24 inch sand subbase: R = 45 6.5 Utility Support, Bedding, and Backfilling If utility installation/repairs take place, we recommend trenching, installation, repairs, and backfilling be performed prior to final street subgrade preparation and sand subbase placement. With proper pipe bedding, the soils represented by the borings should provide adequate foundation support for utility construction. Special bedding would be needed in cases of trench bottom instability (e.g., softer clays or organic soils) or where the pipe is placed within soils which may create point loads (e.g., bedrock or zones of high gravel content, cobble, and/or boulder laden soils). We refer you to the attached standard data sheets entitled "Bedding/Foundation Support of Buried Pipe" and "Utility Excavation Backfilling" for additional recommendations on utility bedding and for utility backfilling. If ground water enters trenches during construction, we recommend positive dewatering be performed such that bedding placement and pipe installation can be performed in a non -standing water condition. 7.0 CONSTRUCTION CONSIDERATIONS 7.1 Potential Difficulties 7.1.1 Wet or Dry Soils The materials excavated may be wet or dry of the "optimum" condition, making proper compaction of those materials as trench backfill not possible unless they are mechanically moisture conditioned to near the standard optimum water content. The instability of soils Page 12 of 14 Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Reconstruction Roadways AMERICAN December 11, 2015 ENGINEERING AET Report No. 28-01069 TESTING, INC. beneath the fill layer being compacted may also limit the ability to compact the upper soils. 7.1.2 Cobbles/Boulders The soils at this site may potentially include debris, cobbles, and/or boulders. These larger particles may make excavating procedures somewhat more difficult than normal if they are encountered. 7.2 Excavation Backsloping If excavation faces are not retained, the excavations should maintain maximum allowable slopes in accordance with OSHA Regulations (Standards 29 CFR), Part 1926, Subpart P, "Excavations" (can be found on www.osha.gov). Even with the required OSHA sloping, water seepage or surface runoff can potentially induce sideslope erosion or running which could require slope maintenance. Maintaining excavation face slopes in accordance with OSHA requirements should be the responsibility of the contractor and the construction documents be prepared to this effect. 7.3 Observation and Testing The recommendations in this report are based on the subsurface conditions found at our test boring locations. Since the soil conditions can be expected to vary away from the soil boring locations, we recommend on -site observation by a geotechnical engineer/technician during construction to evaluate these potential changes. Sieve analysis tests should be conducted on sand subbase and aggregate base materials to evaluate compliance with the project material specifications. Soil density and Proctor testing should also be performed on new fill placed in order to document that project specifications for compaction have been satisfied. Page 13 of 14 1 Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Reconstruction Roadways AMERICAN December 11, 2015 ENGINEERING AET Report No. 28-01069 TESTING, INC. 8.0 LIMITATIONS 1 Within the limitations of scope, budget, and schedule, our services have been conducted according to generally accepted geotechnical engineering practices at this time and location. Other than this, no warranty, express or implied, is intended. Important information regarding risk management and proper use of this report is given in Appendix B entitled "Geotechnical Report Limitations and Guidelines for Use." Page 14 of 14 v ryry S PT Borings . >3A �� I LLJ -00 r a,RslZ '•. N' _ Fi, A l t� t. g AW F' .13A01 - ' 4A► 7 { r.. _ dip • _ - Full Reconstruct • `,71�G 6 roc Imag r[hsFar• raoiires MITI and Overlay - 2016 Northwood South Area 5tantec NIMOLfh ewH a Infrastructure Improvements ❑ b1nse a New Hope, Minnesota o 200 400 �ty� Feel �I�.u►�..� A��i" €�'esb�e���i-r� "�162i�� �:a.wnP�a�ama,ao�umen„aeu�es.rtl ���IIMLIN,1�lWi%�TPd�101duwl�woWSoNNMemm� Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Reconstruction Roadways AMERICAN December 11, 2015 ENGINEERING Report No. 28-01069 TESTING, INC. Appendix A Ground Penetrating Radar Field Exploration and Testing GPR Data and Analysis Results Sheets Appendix A Ground Penetrating Radar Field Exploration and Testing AET Report No. 28-01069 A.1 FIELD EXPLORATION The pavement structural conditions at the site were evaluated nondestructively using Ground Penetrating Radar (GPR). The description of the equipment precedes the GPR Data and Analysis Results in this appendix. A.2 EQUIPMENT DESCRIPTION A.2.1 GSSI GPR Test System The GPR test system owned by AET is a GSSI Roadscan System that consists of a bumper -mounted, 2 GHz air - coupled antenna and a SIR-20 control and data acquisition processor, featuring dual channels. The GPR processor, including a SIR-20 data acquisition system, wheel -mounted DMI (Distance Measuring Instrument), and a tough book with the SIR-20 Field Program constitutes the newest, most sophisticated GSSI Test System, which fulfills or exceeds all requirements to meet ASTM-4748, ASTM D-6087 Standards. Figure C1 provides a view of this equipment. Figure BI GSSI 2 GHz air -coupled GPR Test System The GPR antenna emits a high frequency electromagnetic wave into the material under investigation. The reflected energy caused by changes in the electromagnetic properties within the material is detected by a receiver antenna and recorded for subsequent analysis. The 2 GHz air -coupled GPR is capable of collecting radar waveforms at more than 100 signals per second, allows for data to be collected at driving speeds along the longitudinal dimension of the pavements or bridge decks with the antennas fixed at the rear or in front of the vehicle. The antenna used for Roadscan is the Horn antenna Model 4105 (2 GHz). The 2 GHz antenna is the current antenna of choice for road survey because it combines excellent resolution with reasonable depth penetration (18-24 inches in pavement materials). The data collection is performed at normal driving speeds (45-55 mph), requiring no lane closures nor causing traffic congestion. At this peed the 2 GHz antenna is capable of collecting data at 1-foot interval (1 scan/foot). The data were collected at a rate of about 1 vertical scans per foot. Each vertical scan consisted of 512 samples and the record length in time of each scan was 12 nanoseconds. Filters used during acquisition were 300 MHz high pass and 5,000 MHz low pass. In a GPR test, the antenna is moved continuously across the test surface and the control unit collects data at a specified distance increment. In this way, the data collection rate is independent of the scan rate. Alternatively, scanning can be performed at a constant rate of time, regardless of the scan distance. Single point scans can be performed as well. Data is reviewed on -screen and in the field to identify reflections and ensure proper data collection parameters. Field testing is performed in accordance with the standard ASTM procedures as described in ASTM D 4695-96, "Standard Guide for General Pavement Deflection Measurements". A.2.2 System Calibrations Horn antenna processing is used to get the velocity of the radar energy in the material by comparing the reflection strengths (amplitudes) from a pavement layer interface with a perfect reflector (a metal plate). The calibration scan is obtained with the horn antenna placed over a metal plate at the same elevation as a scan obtained over pavement. Appendix B - Page 1 of 3 AMERICAN ENGINEERING TESTING, INC. Appendix A Ground Penetrating Radar Field Exploration and Testing AET Report No. 28-01069 The same setting for data collection is used for metal plate calibration. Fifteen seconds are need for jumping up and down on the vehicle's bumper to collect the full range of motion for the vehicle's shocks. The filename of raw calibration file is recorded. Survey wheel is calibrated by laying out a long distance (> 50 feet) with tape measure. A.2.3 Linear Distance and Spatial Reference System Distance measuring instrument (DMI) is a trailer mounted two phase encoder system. When DMI is connected to the SIR-20 it provides for automatic display and recording distance information in both English and metric units with a 1 foot (0.3 meters) resolution and four percent accuracy when calibrated using provided procedure in the Field Program. Spatial reference system is a Trimble ProXH Global Positioning System (GPS) that consists of fully integrated receiver, antenna and battery unit with Trimble's new H-StarTM technology to provide subfoot (30 cm) post processed accuracy. The External Patch antenna is added to the ProXH receiver for the position of the loading plate. The External Patch antenna can be conveniently elevated with the optional baseball cap to prevent any signal blockage. I A.2.4 Camera Monitoring System A battery operated independent DC-1908E multi -functional digital camera with a SD card is used for easy positioning of the loading plate or of the pavement surface condition at the testing locations. A.3 SAMPLING METHODS At the project level, the testing interval is set at 12 scans per foot in the Outside Wheel Path (OWP) = 2.5 ft t 0.25 ft ,'0.76 in f 0.08 m) for nominal 12 ft (3.7 m) wide lanes at a survey speed of approximately 10 mph. Where a divided roadbed exists, surveys will be taken in both directions if the project will include improvements in both directions. If there is more than one lane in one direction the surveys will be taken in the outer driving lane (truck lane) versus the passing lane of the highway. GPR tests are performed at a constant lateral offset down the test section. When GPR tests are performed on bridge decks, multiple survey lines are followed transversely at 2-foot spacing between survey lines. At the network level, GPR tests on one scan per foot are set to be able to collect data on pavements at driving speeds, without statistically compromising the quality of the data collected. If GPR tests are for the in situ characterization of material GPR data will be collected at two scan per foot at slower driving speeds. AA QUALITY CONTROL (QC) AND QUALITY ASSURANCE (QA) F Beside the daily metal plate calibration the DMI is also calibrated monthly by driving the vehicle over a known distance to calculate the distance scale factor. The GPR will be monitored in real time in the data collection vehicle to minimize data errors. The GPR units will be identified with a unique number and that number will accompany all data reported from that unit as required in the QC/QA plan. Scheduled preventive maintenance ensures proper equipment operation and helps identify potential problems that can be corrected to avoid poor quality or missing data that results if the equipment malfunctions while on site. The routine and major maintenance procedures established by the LTPP are adopted and any maintenance has been done at the end of the day after the testing is complete and become part of the routine performed at the end of each test/travel day and on days when no other work is scheduled. To insure quality data, the GPR assessments took place on generally dry pavement surfaces, and data was collected in each wheel path. Appendix B - Page 2 of 3 AMERICAN ENGINEERING TESTING, INC. Appendix A Ground Penetrating Radar Field Exploration and Testing AET Report No. 28-01069 A.5 DATA ANALYSIS METHODS A.5.1 Data Editing Field acquisition is seldom so routine that no errors, omissions or data redundancy occur. Data editing encompasses issues such as data re -organization, data file merging, data header or background information updates, repositioning and inclusion of elevation information with the data. A.5.2 Basic Processing Basic data processing addresses some of the fundamental manipulations applied to data to make a more acceptable product for initial interpretation and data evaluation. In most instances this type of processing is already applied in real-time to generate the real-time display. The advantage of post survey processing is that the basic processing can be done more systematically and non -causal operators to remove or enhance certain features can be applied. The Reflection Picking procedure is used to eliminate unwanted noise, detects significant reflections, and records the corresponding time and depth. It uses antenna calibration file data to calculate the radar signal velocity within the pavement. A.5.3 Advance Processing Advanced data processing addresses the types of processing which require a certain amount of operator bias to be applied and which will result in data which are significantly different from the raw information which were input to the processing. A.5.4 Data Interpretation The EZ Tracker Layer Interpretation procedure uses the output from the first step to map structural layers and calculate the corresponding velocities and depths. A.6 TEST LIMITATIONS A.6.1 Test Methods The data derived through the testing program have been used to develop our opinions about the pavement conditions at your site. However, because no testing program can reveal totally what is in the subsurface, conditions between test locations and at other times, may differ from conditions described in this report. The testing we conducted identified pavement conditions only at those points where we measured pavement thicknesses and observed pavement surface conditions. Depending on the sampling methods and sampling frequency, every location may not be tested, and some anomalies which are present in the pavement may not be noted on the testing results. If conditions encountered during construction differ from those indicated by our testing, it may be necessary to alter our conclusions and recommendations, or to modify construction procedures, and the cost of construction may be affected. A.6.2 Test Standards Pavement testing is done in general conformance with the described procedures. Compliance with any other standards referenced within the specified standard is neither inferred nor implied. A.7 SUPPORTING TEST METHODS Soil Boring/Coring Field Exploration If both pavement thicknesses and subgrade soil types and conditions are desired the shallow coring/boring and sampling is used. The limited number of coring/boring is necessary to verify the GPR layer thickness data. Appendix B - Page 3 of 3 AMERICAN ENGINEERING TESTING, INC. American Engineering Testing, Inc. 550 Cleveland Avenue North St. Paul, Minnesota 55114 Phone: (651) 659-9001 Fax: (651) 659-1379 SUMMARY OF GROUND PENETRATING RADAR PROJECT NEW HOPE 2016 Test Date Date NORTHWOODS SOUTH AREA 11/25/15 12/10/15 PROJECT NO. 28-01069 ROAD JORDAN AVE N TERMINI 36TH to ENSIGN AVE N (SUMMARY STATISTICS Units: inches Layer NB SB Average CV 15th Min. Average CV 15th Min. AC 4.8 20% 3.9 2.8 5.6 22% 4.3 2.6 Base 6.1 47% 3.6 2.2 1 5.1 43% 3.3 1.8 * denots base -like layer encountered in borings, but below the depth of our GPR detection Ground Penetrating Radar Pavement Thickness Survey GPR Mileage 0.00 0.10 0.20 0.30 0.40 0.50 0.60 -3 -6 C� -9 a A -12 -15 -18 -21 i jwe V z � � V , 1 + , 1 � S: NB AC ------- SB AC NB Base ------- SB Base Ground Penetrating Radar Pavement Thickness Survey GPR Mileage 0.10 0.20 0.30 American Engineering Testing, Inc. 550 Cleveland Avenue North St. Paul, Minnesota 55114 Phone: (651) 659-9001 Fax: (651) 659-1379 SUMMARY OF GROUND PENETRATING RADAR PROJECT NEW HOPE 2016 Test Date Date NORTHWOODS SOUTH AREA 11/25/15 12/10/15 PROJECT NO. 28-01069 ROAD HILLSBORO AVE N TERMINI JORDAN AVE N to NORTHWOOD PKWY SUMMARY STATISTICS Units inches NB SB Layer Average CV 15th Min. Average CV 15th Min. AC 5.1 20% 4.1 3.4 4.9 23% :. j 2.5 Base 1 4.6 28% 3.3 2.4 1 4.2 23% 3.5 2.0 0.00 p s Y sr v s s � yV - NB AC ------- SB AC ---NB Base ------- SB Base 0.40 American Engineering Testing, Inc. 550 Cleveland Avenue North St. Paul, Minnesota 55114 Phone: (651) 659-9001 Fax: (651) 659-1379 SUMMARY OF GROUND PENETRATING RADAR PROJECT NEW HOPE 2016 Test Date Date NORTHWOODS SOUTH AREA 11/25/15 12/10/15 PROJECT NO, 28-01069 ROAD HILLSBORO PL TERMINI 36TH AVE N to HILLSBORO AVE (SUMMARY STATISTICS Units: inches Layer NB SB Average CV 15th Min. Average CV 15th Min. AC 4.4 27% 3.4 2.6 4.1 25% 3.0 2.5 Base 1 29 35% 2.1 0.3 2.3 21 % 1.8 1.4 Ground Penetrating Radar Pavement Thickness Survey GPR Mileage 0.00 0.05 0.10 0.15 0 -3 -6-- w -9 CL d A -12 -15 -18 -21 --- -- NB AC ------- SB AC NB Base ------- SB Base American Engineering Testing, Inc. 550 Cleveland Avenue North St. Paul, Minnesota 55114 Phone: (651) 659-9001 Fax: (651) 659-1379 SUMMARY OF GROUND PENETRATING RADAR PROJECT NEW HOPE 2016 Test Date Date NORTHWOODS SOUTH AREA 11/25/15 12/10/15 PROJECT NO. 28-01069 ROAD FLAG AVE N TERMINI 36TH AVE N to NORTHWOOD PKWY SUMMARY STATISTICS Units: inches NB SB Layer Average CV 15th Min, [Averaqe CV 15th Min. AC 5.3 17% 4.5 3.5 l 12% 4.1 3.5 Base 3.5 22% 2.9 2.0 3.5 19% 3.0 1.6 Ground Penetrating Radar Pavement Thickness Survey GPR Mileage 0.00 0.10 0.20 0.30 a -3 -6 �. -9 as A -12 -15 -18 -21 NB AC ------- SB AC NB Base ------- SB Base El American Engineering Testing, Inc. 550 Cleveland Avenue North St. Paul, Minnesota 55114 Phone: (651) 659-9001 Fax: (651) 659-1379 SUMMARY OF GROUND PENETRATING RADAR PROJECT NEW HOPE 2016 Test Date Date NORTHWOODS SOUTH AREA 11/25/15 12/10/15 PROJECT NO. 28-01069 ROAD ENSIGN AVE N TERMINI 36TH AVE N to NORTHWOOD PKWY SUMMARY STATISTICS Units: Inches Layer NB SB Average CV 15th Min. Average CV 15th Min. AC 6.5 19% 5.2 4.9 6.8 19% 5.6 4.7 Base 1 4.8 23% 3.8 2.2 4.9 15% 4.3 3.3 Ground Penetrating Radar Pavement Thickness Survey GPR Mileage 0.00 0.10 0 -3 -6 A -9 A -12 -15 -18 -21 0.20 ,4 J NB AC ------- SB AC NB Base ------- SB Base Ground Penetrating Radar Pavement Thickness Survey GPR Mileage 0.10 American Engineering Testing, Inc. 550 Cleveland Avenue North St. Paul, Minnesota 55114 Phone: (651) 659-9001 Fax: (651) 659-1379 SUMMARY OF GROUND PENETRATING RADAR PROJECT NEW HOPE 2016 Test Date Date NORTHWOODS SOUTH AREA 11/25/15 12/10/15 PROJECT NO. 28-01069 ROAD DECATUR AVE N TERMINI 36TH AVE N to NORTHWOOD PKWY SUMMARY STATISTICS Units: inches NB SB Layer Average CV 15th Min. Average CV 15th Min. 2.7 AC 5.2 19% 4.4 3.7 5.4 28% 3.7 Base 4.2 22% 3.2 2.2 1 4.7 1 18% 4.0 2.8 0.00 0 - NB AC ------- SB AC NB Base ------- SB Base 0.20 Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Reconstruction Roadways AMERICAN December 11, 2015 ENGINEERING AET Report No. 28-01069 TESTING, INC. Appendix B Geotechnical Field Exploration and Testing Boring Log Notes AASHTO Soil Classification System Unified Soil Classification System Subsurface Boring Logs Page 15 of 14 Appendix B Geotechnical Field Exploration and Testing AET Report No. 28-01069 B.1 FIELD EXPLORATION The subsurface conditions at the site were explored by drilling and sampling 16 standard penetration test borings. The locations of the borings and cores appear on the Figures, preceding this appendix. B.2 SAMPLING METHODS B.2.1 Split -Spoon Samples (SS) - Calibrated to N60 Values Standard penetration (split -spoon) samples were .collected in general accordance with ASTM: D1586 with one primary modification. The ASTM test method consists of driving a 2-incl-i O.D. split -barrel sampler into the in -situ soil with a 140-pound hammer dropped from a height of 30 inches. The sampler is driven a total of 18 inches into the soil. After an initial set of 6 inches, the number of hammer blows to drive the sampler the final 12 inches is known as the standard penetration resistance or N-value. Our method uses a modified hammer weight, which is determined by measuring the system energy using a Pile Driving Analyzer (PDA) and an instrumented rod. In the past, standard penetration N-value tests were performed using a rope and cathead for the lift and drop system. The energy transferred to the split -spoon sampler was typically limited to about 60% of its potential energy due to the friction inherent in this system. This converted energy then provides what is known as an N60 blow count. The most recent drill rigs incorporate an automatic hammer lift and drop system, which has higher energy efficiency and subsequently results in lower N-values than the traditional N60 values. By using the PDA energy measurement equipment, we are able to determine actual energy generated by the drop hammer. With the various hammer systems available, we have found highly variable energies ranging from 55% to over 100%. Therefore, the intent of AET's hammer calibrations is to vary the hammer weight such that hammer energies lie within about 60% to 65% of the theoretical energy of a 140-pound weight falling 30 inches. The current ASTM procedure acknowledges the wide variation in N-values, stating that N-values of 100% or more have been observed. Although N . have not yet determined the statistical measurement uncertainty of our calibrated method to October 11, 2011, we can state that the accuracy deviation of the N-values using this method is significantly better than the standard ASTM Method. B.2.2 Disturbed Samples (DS)/Spin-up Samples (SU) Sample types described as "DS" or "SU" on the boring logs are disturbed samples, which are taken from the flights of the auger. Because the auger disturbs the samples, possible soil layering and contact depths should be considered approximate. B.2.3 Direct Push Samples (DP) Sample types described as "DP' on the boring logs are continuous core samples collected by the direct push method. The method consists of a 2.125 OD outer casing with an inner 1.5 inch ID plastic tube driven continuously into the ground. B.2.4 Sampling Limitations Unless actually observed in a sample, contacts between soil layers are estimated based on the spacing of samples and the action of drilling tools. Cobbles, boulders, and other large objects generally cannot be recovered from test borings, and they may be present in the ground even if they are not noted on the boring logs. Determining the thickness of "topsoil" layers is usually limited, due to variations in topsoil definition, sample recovery, and other factors. Visual -manual description often relies on color for determination, and transitioning changes can account for significant variation in thickness judgment. Accordingly, the topsoil thickness presented on the logs should not be the sole basis for calculating topsoil stripping depths and volumes. If more accurate information is needed relating to thickness and topsoil quality definition, alternate methods of sample retrieval and testing should be employed. B.3 CLASSIFICATION METHODS Soil descriptions shown on the boring logs are based on the Unified Soil Classification (USC) system. The USC system is described in ASTM: D2487 and D2488. Where laboratory classification tests (sieve analysis or Atterberg Limits) have been performed, accurate classifications per ASTM: D2487 are possible. Otherwise, soil descriptions shown on the boring logs are visual -manual judgments. Charts are attached which provide information on the USC system, the descriptive terminology, and the symbols used on the boring logs. Appendix A - Page 1 of 2 AMERICAN ENGINEERING TESTING, INC. Appendix B Geotechnical Field Exploration and Testing AET Report No. 28-01069 Visual -manual judgment of the AASHTO Soil Group is also noted as a part of the soil description. A chart presenting details of the AASHTO Soil Classification System is also attached. The boring logs include descriptions of apparent geology. The geologic depositional origin of each soil layer is interpreted primarily by observation of the soil samples, which can be limited. Observations of the surrounding topography, vegetation, and development can sometimes aid this judgment. i BA WATER LEVEL MEASUREMENTS The ground water level measurements are shown at the bottom of the boring logs. The following information appears under "Water Level Measurements" on the logs: • October 11, 2011 and Time of measurement Sampled Depth: lowest depth of soil sampling at the time of measurement • Casing Depth: depth to bottom of casing or hollow -stem auger at time of measurement 4 Cave-in Depth: depth at which measuring tape stops in the borehole • Water Level: depth in the borehole where free water is encountered • Drilling Fluid Level: same as Water Level, except that the liquid in the borehole is drilling fluid The true location of the water table at the boring locations may be different than the water levels measured in the boreholes. This is possible because there are several factors that can affect the water level measurements in the borehole. Some of these factors include: permeability of each soil layer in profile, presence of perched water, amount of time between water level readings, presence of drilling fluid, weather conditions, and use of borehole casing. B.5 LABORATORY TEST METHODS B.5.1 Water Content Tests Conducted per AET Procedure 01-LAB-010, which is performed in general accordance with ASTM: D2216 and AASHTO: T265, B.5.2 Sieve Analysis of Soils (thru #200 Sieve) Conducted per AET Procedure 01-LAB-040, which is performed in general conformance with ASTM: D6913, Method A. B.6 TEST STANDARD LIMITATIONS t Field and laboratory testing is done in general conformance with the described procedures. Compliance with any other standards referenced within the specified standard is neither inferred nor implied. B.7 SAMPLE STORAGE Unless notified to do otherwise, we routinely retain representative samples of the soils recovered from the borings for a period of 30 days. Appendix A - Page 2 of 2 AMERICAN ENGINEERING TESTING, INC. AM ERICAN ENGINEERING SUBSURFACE BORING LOG TESTING, INC. AET No: 28-01069 Log of Boring No. BA01 (p. 1 of 1) Project: New Hope 2016 Streets; New Hoe MN FIELD & LABORATORY TESTS DEPTH IN Surface Elevation GEOLOGY SAMPLE REC N MCpE PL 2 FEET MATERIAL DESCRIPTION WC DEN LL 7" Bituminous pavement FILL SU 17" Crushed limestone sand with silt and gravel, 1 light brown (A-1-b) 25 M SS 12 2 FILL, mostly silty sand, a little gravel, brown (A-1-b) 19 M SS 12 3 4—FILL, mostly silty sand, a little gravel and clayey sand, brown (A-2-4) 5 9 M x SS 12 6 SILTY SAND, a little gravel, fine to medium :COARSE grained, brown, moist, very loose (SM) (A-2-4) ;. AL UM UVI (possible fill) 3 M SS 14 x 8— 9 _ CLAYEY SAND, a little gravel, light brown, a TILL little gray, stiff (SC) (A-6) 12 M SS 14 13 11 END OIL BORING 0 a 0 c� J J a DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO a DATE TIME SAMPLED CASING DEPTH DEPTH CAVE-IN DRILLING WATER DEPTH FLUID LEVEL LEVEL TIE ATTACHED 0-91/z' 3.25" HSA SHEETS FOR AN 4 M EXPLANATION OF a TERMINOLOGY ON COMPLETED: 11/20/15 THIS LOG DR: TA LG: TM Rig: 33C 01-DHR-06( 03/2011 AMERICAN ENGINEERING SUBSURFACE BORING LOG TESTING, INC. AET No: 28-01069 Log of Boring No. BA02 (p.1 of 1) Project: New Hope 2016 Streets; New Hoe MN DEPTH Surface Elevation GEOLOGY N MC SAMPLE REC FIELD & LABORATORY TESTS IN FEET MATERIAL DESCRIPTION TYPE IN. WC DEN LL PL •,o,#2( 7" Bituminous pavement FILL SU 1 17" Crushed limestone sand with silt and gravel, 11 light brown (A-1-b) 10 M SS 6 2 FILL, mostly silty sand, a little gravel, brown (A-1-b) 9 M SS 6 14 3 4 FILL, mostly silty sand, a little gravel and clayey sand, brown (A-2-4) 5 9 M SS 12 17 6 SILTY SAND, a little gravel, fine to medium : COARSE grained, brown, moist, very loose (SM) (A-2-4) ALLUVIUM (possible fill) : OR FILL 18 M SS 12 18 8 9 CLAYEY SAND, a little gravel, light brown, a TILL gray, stiff (SC) (A-6) 10little 17 M SS 16 17 1t END OF BORING DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO THE ATTACHED DATE TIME SAMPLED DEPTH CASING DEPTH CAVE-IN DEPTH DRILLING FLUID LEVEL WATER LEVEL 0-91/z' 3.25" HSA SHEETS FOR AN EXPLANATION OF TERMINOLOGY ON C0L0EI7; 11/20/15 rDRTT THIS LOG LG: TM Rig: 33C 01-DHR-060 1 03/2011 AVIERICAN ENGINEERING SUBSU 11-FACE BORING LOG TESTING, INC. AET No: 28-01069 Log of Boring No. BA03 (p. 1 of 1) Project: New Hope 2016 Streets New Hope, MN DEPTH Surface Elevation GEOLOGY N MC SAMPLE REC FIELD &LABORATORY TESTS FEET MATERIAL DESCRIPTION TEE 1N' WC DEN LL PL m#20 6" Bituminous pavement FILL SU 6" FILL, mostly sand with silt and gravel and l clayey sand, light grayish brown (A-1-b) 14 M 5S 12 10 FILL, mostly clayey sand, a little gravel and silty 2 sand, gray and brownish gray (A-6) FILL, mostly lean clay, a little gravel and clayey 11 M SS 12 21 3 sand, dark gray and gray (A-6) 4 FILL, mostly sandy lean clay, a little gravel, pieces of wood, dark brownish gray and grayish 5— brown (A-7-6) 5 M SS 12 21 6 FILL, mixture of clayey sand and silty sand, a little gravel, dark grayish brown and dark brown, 18 a little light brown (A-6, A-24) 4 M SS 14 8 CLAYEY SAND, a little gravel, brown and gray TILL 23 mottled, firm, laminations of silty sand and 9 sandy silt (SC) (A-6) CLAYEY SAND, a little gravel, light grayish to brown, stiff, laminations of sandy silt (SC) (A-6) 7 M SS 18 18 11 END OF BORING N `O CV H J J F- DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO w a DATE TIME SAMPLED CASING DEPTH DEPTH CAVE-IN DRILLING DEPTH FLUID LEVEL WATER THE ATTACHED LEVEL 0-9'/z' 3.25" HSA SHEETS FOR AN m EXPLANATION OF a TERMINOLOGY ON BORING o COMPLETED: 11/20/15 U THIS LOG a DR: TA LG: TM Rig: 69C 01-DHR-06( 03/2011 AMERICAN ENGINEERING TESTING, INC. AET No: 28-01069 SUBSURFACE BORING LOG ' I Project: New Hope 2016 Streets; New Hope, MN Log of Boring No. BA04 (p. 1 of 1) DEPTH Surface Elevation GEOLOGY N MC SAMPLE REC FIELD & LABORATORY TESTS WC DEN LL PL /o-#20 FEET MATERIAL DESCRIPTION TYPE IN. 6" Bituminous pavement FILL SU 6.5" FILL, mostly sand with silt and gravel, pieces of bituminous, a little clayey sand, trace 15 M SS 12 11 roots, light brown (A-I-b) 2 FILL, mostly clayey sand, a little gravel and silty sand, grayish brown (A-6) 9 M SS 6 14 3 FILL, mostly sandy lean clay, a little gravel, pieces of bituminous, brownish gray, a little 4 brown (A-6) ' TILL CLAYEY SAND, a little gravel, grayish brown 5 mottled, hard, laminations of sandy silt (SP) 39 M SS 12 18 (A-6) 6 SANDY LEAN CLAY, a little gravel, dark gray, stiff, laminations of sandy silt (CL) (A-6) 14 M SS 12 19 8- 9 LEAN CLAY WITH SAND, a little gravel, dark gray, stiff, laminations of sandy silt (CL) (A-6) 10 15 M SS 12 21 11 END OF BORING s J J L +' DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO i DATE TINEDEPTH SAMPLED CASING DEPTH CAVE-IN DEPTH DRILLING FLUID LEVEL WATER LEVEL T ATTACHED 0-9'/a' 3.25" HSA SHEETS FOR AN 4 N N EXPLANATION OF BORINO TERMINOLOGY ON COMPLETE 11/20/15 THIS LOG a DR: TA LG: TM Rig: 33C 01-DHR-060 03/2011 AMERICAN L ENGINEM G SUBSURFACE BORING LOG TESTING, INC. AET No: 28-01069 Log of Boring No. BA05 (p. 1 of 1) Project: New Hope 2016 Streets; New Hope, MN DEPTH Surface Elevation GEOLOGY N MC SAMPLE RFC FIELD "-'ORATORY TESTS FEET MATERIAL DESCRIPTION TYPE IN. DEN LL PL .420 5" Bituminous pavement FILL SU 3.5" FILL, mostly sand with silt, a little gravel and clayey sand, light brown (A-1-b) 13 M SS 12 13 {petroleum -type odor) 2 FILL, mostly clayey sand, a little gravel and silty TILL sand, dark gray, a Tittle gy'ayish brown (A-6) 11 M SS 6 14 3 (petroleum -type odor) CLAYEY SAND, a little gravel, grayish brown 4 and brown mottled, stiff, laminations of sandy silt (SC) (A-6) 5 SANDY LEAN CLAY, a little gravel, gray, a 10 M SS 12 18 little brown, stiff (CL) (A-6) 6- CLAYEY SAND, a little gravel, grayish brown 7— mottled, very stiff, laminations of sandy silt (SC) (A-6) 22 M x SS 16 16 8— 9 SANDY LEAN CLAY, a little gravel, dark gray, very stiff (CL) (A-6) 10 17 M SS 16 17 I1 END OF BODING 0 a r c� J u DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO DATE TIMESAMPLED DEPTH CASING DEPTH CAVE-IN DEPTH DRILLING FLUID LEVEL WATER LEVEL THE ATTACHED 0-9'/i 3.25" HSA SHEETS FOR AN q EXPLANATION OF m N a TERMINOLOGY ON WRING o COMPLETED: 11/20/15 THIS LOG DR: TA LG: TM Rig: 33C 01-DHR-06( 03/2011 AMERICAN ENGINEERING TESTING, INC. SUBSURFACE BORING LOG AET No: 28-01069 Log of Boring No. BA06 (p. 1 of 1) Project: New Hope 2016 Streets; New Hoe NIN DEPTH Surface Elevation GEOLOGY N MC SAMPLE REC FIELD & LABORATORY TESTS WC DEN LL PL %420 FEET MATERIAL DESCRIPTION TYPE IN. 7" Bituminous pavement FILL SU 1 4" Crushed limestone, light brown (A-1-b) TILL 24 M SS 12 13 CLAYEY SAND, a little gravel, trace roots, 2 gray and dark gray mottled, very stiff, laminations of sandy silt and silty sand (SC) (A-6) (possible fill) 12 M SS 12 16 3— 4 CLAYEY SAND, a little gravel, gray mottled, firm to stiff, laminations of sandy silt (SC) (A-6) 5 8 M SS 16 15 6- 7- 9 M SS 16 16 8 9 CLAYEY SAND, a little gravel, brown and gray mottled, stiff, laminations of sandy silt (SC) to (A-6) 9 M SS 24 � 18 11 END OF BORING s J J J J F F DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO L 7 0-9'/z' 3.25" HSA DATE TIME SAMPLED DEPTH CASING DEPTH CAVE-IN DEPTH DRILLING FLUID LEVEL WATER LEVEL THE ATTACHED SHEETS FOR AN g 11/23/15 10:05 11.5 9.5 9.6 None v EXPLANATION OF TERMINOLOGY ON BORING COMPLETED: 11/23/15 +771 THIS LOG DR: TA LG: SC Rig: 33C 01-DHR-060 03/2011 AMERICAN 1 ENGINEERING SUBSURFACE BORING LOG - TESTING, INC. AET No: 28-01069 Log of Boring No. BA07 (p. 1 of 1) Project: New Hope 2016 Streets; New Hope, MN FIELD & LABORATORY TESTS DEPTH Surface Elevation GEOLOGY N MC SAMPLE REC IN FEET MATERIAL DESCRIPTION TYPE IN, WC DEN LL PL #20 Bituminous pavement FILL 5U .4 Crushed limestone, light brown (A- I -b) TILL 1 CLAYEY SAND, a little gravel, brownish gray 9 M SS 16 17 mottled, stiff, laminations of sandy silt (SC) 2 (A-6) SANDY LEAN CLAY, a little gravel, dark: gray, 9 M SS 12 17 3 stiff, laminations of sandy silt (CL) (A-6) 4 5 12 M SS 12 16 6- SANDY LEAN CLAY, a little gravel, dark gray, 7- very stiff (CL) (A-6) 16 M SS 16 15 8 9—CLAYEY SAND, a little gravel, dark gray, very stiff (SC) (A-6) 10- 18 M SS 24 15 11 END OF BORING N L� H J wsJ F DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO UJ a DATE TIME SAMPLED CASING I DEPTH DEPTH CAVE-IN DRILLING DEPTH FLUID LEVEL WATER LEVEL THE ATTACHED 4-9%:' 3.25" HSA 11/23/15 9:30 11.5 9.5 9.5 None SHEETS FOR AN o m EXPLANATION OF a TERMINOLOGY ON a COMPLETED: 11/23/15 THIS LOG DR: TA LG: SC Ri • 33C 01-DHR-06( 03/2011 AMERICAN ENGINEERING SUBSURFACE BORING LOG TESTING, INC. AET No: 28-01069 Log of Boring No. BA08 (li. 1 of 1) Project: New Hope 2016 Streets; New Hoe MN DEIPTH Surface Elevation GEOLOGY N MC SAMPLE REC FIELD & LABORATORY TESTS WC DEN LL PL 420 FEET MATERIAL DESCRIPTION TYPE ' 4" Bituminous pavement FILL 8 M SS 12 14 t Y Crushed limestone, light brown (A-1-b) TILL OR FILL CLAYEY SAND, a little gravel, brownish gray and brown mottled, firm to stiff, laminations of 2 sandy silt and sand (SC) (A-6) (possible fill) 9 M SS 8 14 3 4 CLAYEY SAND, a little gravel, grayish brown, TILL a little brown, stiff, laminations of sandy silt 5- (SC) (A-6) 12 M SS 10 16 6 7 13 M SS 14 17 8 9 SANDY LEAN CLAY, a little gravel, light grayish brown, a little brown, stiff, laminations 10 of sandy silt (CL) (A-6) 14 M SS 20 18 11 END OF BORING 2 s 0 J J u DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO T ATTACHED Dp' T SAMPLED DEPTH CASING DEPTH CAVE-IN DEPTH DRILLING FLUID LEVEL WATER LEVEL 0TE= -9t/a' . 3.25" HSA 11/23/15 3:00 11.5 9.5 9.5 None SHEETS FOR AN n y EXPLANATION OF TERMINOLOGY ON 1 COMPLETED: 11/23/15 'i THIS LOG DR: TA LG: SC Rig; 33C 01-DHR-060 03/2011 AMERICAN 1 ENGINEERING SUBSURFACE BORING LOG TESTING, INC. AET No: 28-01069 Log of Boring No. BA09 (p. 1 of 1) Project: New Hope 2016 Streets; New Hoe MN FIELD &LABORATORY TESTS DEPTH IN Surface Elevation GEOLOGY N MC Sp`MPLE REC TypE IN. FEET MATERIAL DESCRIPTION WC DEN LL PL m020( 4" Bituminous pavement FILL SU 3" FILL, mostly silty sand with gravel, dark TILL OR I brown (A-1-b) FILL 15 M SS 14 11 CLAYEY SAND, a little gravel, grayish brown, 2 a little brown, stiff, laminations of sandy silt and TILL silty sand (SC) (A-6) (possible fill) I I M SS 6 15 3 CLAYEY SAND., a little gravel, brown and grayish brown, stiff to very stiff, laminations of 4 silt and sandy silt (SC) (A-6) CLA Y SAND, a little gravel, brownish gray 5 mottled, stiff, laminations of sandy silt (SC) 13 M SS 12 16 (A-6) 6 7 17 M SS 6 14 8 9 10 15 M L20 1 11 END OF BORING N H u WyJ 3 r IL DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO DATE TIME SAMPLED CASING DEPTH DEPTH CAVE-IN DRILLING DEPTH FLUID LEVEL WATER LEVEL ITTE ATTACHED 0-9%z' 3.Z5" HSA 11/23/15 2:30 11.5 9.5 9.6 None SHEETS FOR AN q m EXPLANATION OF a TERMINOLOGY ON BORING o COMPLETED: 11/23/15 THIS LOG DR: TA LG: SC Rig: 33C 01-DHR-06( 03/2011 AMERICAN ENGINEERING SUBSURFACE BORING LOG TESTING, INC. AET No: 28-01069 Log of Boring No. BA10 (p. 1 of 1) Project: New Hope 2016 Streets; New Hope, MN ` D INTE Surface Elevation GEOLOGY SAMPLE REC FIELD & LABORATORY TESTS WC DEN LL PL 4.4201 FEET MATERIAL DESCRIPTION N MC TYPE IN. 5" Bituminous pavement FILL SU 4.5" FILL, mostly silty sand, a little gravel and TILL 1 clayey sand, brown (A-1-b) 10 M SS 10 14 CLAYEY SAND, a little gravel, brownish gray 2 mottled, stiff, laminations of sandy silt and silty sand (SC) (A-6) 12 M SS 10 19 3 CLAYEY SAND, a little gravel, grayish brown mottled, very stiff, lenses and laminations of 4 silty sand and sandy silt (SC) (A-6) 5 16 M SS 16 15 6 SANDY SILT, a little gravel, trace roots, light FINE gray, a little brown, moist, medium dense, lenses ALLUVIUM silty sand (ML) (A-4) 12 M SS 10 23 8of 9- 10 - 13 M SS 16 27 11 END OF BORING i i DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO ' 0-91/2' 3.25" HSA i DATE TIME SAMPLED DEPTH CASING DEPTH CAVE-IN DEPTH DRILLING FLUID LEVEL WATER LEVEL T ATTACHED 11/23/15 10:55 11.5 9.5 9.5 None SHEETS FOR AN 3 EXPLANATION OF ON BORINGTERMINOLOGY COMPLETED: 11/23/15 THIS LOG � DR: TA LG: SC Rig: 33C 03/2011 01-DHR-060 ANIERICAN ENGINEERING SUBSURFACE BORING LOG TESTING, INC. AET No. 28-01069 Log of Boring No. BAI I (p. I of 1) Project: New Hope 2016 Streets; New Hope, NIN FIELD & LABORATORY TESTS DEPTH Surface Elevation GEOLOGY N MC SAIN MPLE REC WC DEN LL PL 4420 FEET MATERIAL DESCRIPTION 5.5" Bituminous pavement FILL SU 4" FILL, mostly silty sand, a little gravel and 1 clayey sand, brown and grayish brown (A-1-b) 11 M SS 14 14 FILL, mostly clayey sand, a lithe gravel, pieces z of bituminous, a little lean clay and silty sand, TILL trace roots, grayish brown arid dark brown (A-6) 13 M SS 12 16 3 CLAYEY SAND, a little gravel, gray and brown mottled, stiff to soft, laminations of sandy silt 4 (SC) (A-6) 5 8 M SS 10 16 6- 7- 2 M SS NR 8 CLAYEY SAND, a little gravel, brown and gray mottled, soft to very stiff, laminations of sandy 9 silt (SC) (A-6) 10 — 18 M SS 20 17 11 END OF BORING }N v Y O C] a. DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO DATE T SAMPLED CASING DEPTH DEPTH CAVE-IN DRILLING DEPTH FLUID LEVEL WATER THE ATTACHED LEVEL 0-9'/x' 3.25" HSA 11/23/15 11:05 11.5 9.5 9.7 None SHEETS FOR AN S EXPLANATION OF a TERMINOLOGY ON v COMPLETED: 11/23/15 THIS LOG a DR: TA LG: SC Rig; 33C 01-DHR-06( 03/2011 AMERICAN ENGINEERING SUBSURFACE BORING LOG TESTING, INC. AET No: 28-01069 Log of Boring No. BA12 (p. 1 of 1) Project: New Hope 2016 Streets; New Hope, MN D INTH Surface Elevation GEOLOGY N MC SAMPLE REC FIELD & LABORATORY TESTS WC DEN LL PL l"-#20 FEET MATERIAL DESCRIPTION TYPE IN- 5" Bituminous pavement FILL SU 1 3" F L, mostly silty sand with gravel, pieces of TILL bituminous, a little clayey sand, trace roots, dark 11 M SS 12 12 brown (A-1-b) 2 CLAYEY SAND, a little gravel, gray and dark brownish gray mottled., stiff, laminations of silt 21 M SS 8 13 3 (SC) (A-6) (possible fill) 4 5 10 M SS 12 13 6 CLAYEY SAND, a little gravel, gray and brown mottled, firm, lenses and laminations of silty sand and sandy silt (SC) (A-6) 6 M SS 16 21 8 9 LEAN CLAY WITH SAND, a little gravel, trace FINE roots, dark gray, soft, laminations of sand and ALLUVIUM 10 silty sand (CL) (A-6) 4 M SS 18 28 11 END OF BORING s J J u f DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO T ATTACHED SHEETS FOR AN i L 0-91/2' 3.25" HSA DATE TIME SAMPLED DEPTH CASING DEPTH CAVE-IN DEPTH DRILLING FLUID LEVEL WATER LEVEL 11/23/15 11.5 9.5 9.5 9.4 D v EXPLANATION OF TERMINOLOGY ON a COMPLETF 11/23/15 '1 THIS LOG i DR: TA LG: SC Rig: 33C 01-DHR-060 03/2011 AMERICAN ENGINEERING SUBSURFACE BORING LOG TESTING, INC. AET No: 28-01069 Log of Boring No. BA13 (p. 1 of 1) Project: New Hope 2016 Streets; New Hope, MN FIELD & LABORATORY TESTS DEPTH IN Surface Elevation GEOLOGY N SAMPLE MC ZypE REC IN. WC DEN LL PL w#20 FEET MATERIAL DESCRIPTION 7" Bituminous pavement FILL SU 4" FILL, mostly silty sand with gravel, a little 1 clayey sand, dark brown (A-I-b) MrKED ALLUVIUM 13 M SS 14 12 2 CLAYEY SAND, a little gravel, trace roots, OR FILL gray mottled, a little Flack, stiff, lens of organic clay with sand, laminations of sandy silt (SC) DEpp�SIT OR 13 M SS 14 22 3 (A-6) (possible fill) FILL CLAYEY SAND WITH ORGANIC FINES, a 4 little gravel, trace roots, black, stiff (SC) MIXED (possible fill) ALLUVIUM 5 CLAYEY SAND,a little gravel, trace roots, OR FILL 7 M SS 8 17 brownish gray and brown mottled, firm to stiff, 6 laminations of sandy silt and silty sand (SC) (A-6) (possible fill) 7 9 M SS 12 16 8 9 TILL CLAYEY SAND, a little gravel, grayish brown mottled, stiff, laminations of sandy silt and sand 10 (SC) (A-6) 10 M SS 18 16 11 END OF BORING 0 N DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS Uj x DATE TIME SAMPLED I CASING CAVE-IN I DRII MVP 3.25" HSA DEPTH DEPTH DEPTH FLUID 11/23/15 1:00 11.5 9.5 9.5 L51 CNM ETED: 11/23/15 W DR: TA LG: SC Rig: 33C a NOTE: REFER TO WATER THE ATTACHED LEVEL None SHEETS FOR AN EXPLANATION OF TERMINOLOGY ON THIS LOG 01-DHR-060 03/2011 .I AMERICAN ENGINEERING TESTING, INC. SUBSURFACE BORING LOG AET No: 28-01069 Log of Boring No. BA14 (p. 1 of 1) Project: New Hope 2016 Streets; New Hope, MN D INS Surface Elevation GEOLOGY N MC SAMPLE REC FIELD & LABORATORY TESTS WC DEN LL PL 4&420 FEET MATERIAL DESCRIPTION TYPE IN- 5.5" Bituminous pavement FILL SU 8 4" FILL, mixture of silty sand and clayey sand, a TILL OR FILL 1 little graveI, grayish brown (A-1-b, A-6) 13 M SS 14 14 CLAYEY SAND, a little gravel, brownish gray 2 mottled, stiff to very stiff, laminations of sandy (SC) (A-6) (possible fill) 11 M SS 16 19 3silt 4 5 7 M SS 8 17 6- 7- 9 M SS 12 8— 9 SANDY LEAN CLAY, a little gravel, grayish TILL brown, a little brown, stiff, laminations of sandy 10 silt (CL) (A-6) 10 M N SS 18 19 11 - END OF BORING s a DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO 0-9'/z' 3.25" HSA DATE TIME SAMPLED DEPTH CASING DEPTH CAVE-N DEPTH DRILLING FLUID LEVEL WATER LEVEL THE ATTACHED 11/23/15 12;25 11.5 9.5 9.5 None SHEETS FOR AN, o EXPLANATION OF `BORING c TERMINOLOGY ON COMPLETED: 11/23/15 THIS LOG c DR: TA LG: SC Rig: 33C 03/201..1 01-DHR-060 AMERICAN 1 ENGINEERING SUBSURFACE BORING LOG TESTING, INC. AET No: 28-01069 Log of Boring No. BA15 (p. 1 of 1) Project: New Hope 2016 Streets; New Hoe MN DEPTH Surface Elevation GEOLOGY N MC SAMPLE FIEKIABORATORY TESTS REC IN FEET MATERIAL DESCRIPTION TYPE IN. WC PL o-ft2C 3.5" Bitwninous pavement FILL 3.S` FILL, mostly silty sand, a little gravel, TILL 1 pieces of bitununous, a little clayey Sand, dark 8 M SS 14 15 brown and brown {A-2-4} 2 CLAYEY SAND, a little gravel, grayish brown, a little gray and brown, firm, laminations of 7 M SS 8 16 3 sandy silt (SC) (A-6) 4 CLAYEY SAND, a little gravel, dark brownish gray, a little brown, stiff, laminations of sandy 5 silt (SC) (A-6) 15 M SS 12 15 6 CLAYEY SAND, a little gravel, dark gray, stiff (SC) (A-6) 15 M SS 16 18 8 9 CLAYEY SAND, a little gravel, dark brownish gray mottled, very stiff, laminations of sandy silt to and silt (SC) (A-6) 19 M SS 20 17 11 END OF BORING r or n t H DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO w a DATE TIME SAMPLED CASING CAVE-IN DRILLING WATER THE ATTACHED 0-9'/2' 3.25" HSA DEPTH DEPTH DEPTH FLUID LEVEL LEVEL 11/23/15 1:30 11.5 9.5 9.6 None SHEETS FOR AN q EXPLANATION OF aBORINQ COMPLETED: 11/23/15 TERMINOLOGY ON v THIS LOG a DR: TA LG: SC Ri : 33C 01-DHR-060 03/2011 ANMRICAN ENGINEERING TESTING, INC. SUBSURFACE BORING LOG AET No: 28-01069 Log of Boring No. BA16 (p. 1 of 1) Project: New Hope 2016 Streets; New Hope, MN DEPTH Surface Elevation GEOLOGY N MC SAMPLE REC FIELD & LABORATORY TESTS WC DEN LL PL ,#20 FEET MATERIAL DESCRIPTION TYPE IN. 6" Bituminous pavement FILL SU �t" FILL, mostly silty sand with gravel, pieces of OR I bituminous, dark brown (A-l -b) 10 M SS 14 12 FILL CLAYEY SAND, a little gravel, gray and brown 2 mottled, stiff, laminations of sandy silt (SC) TILL (A-6) (possible fill) 10 M SS 8 15 3 CLAYEY SAND, a little gravel, brownish gray and brown mottled, stiff, laminations of sandy 4 silt (SC) (A-6) 5 10 M SS 12 20 6- 7- 7 M SS 14 20 9 CLAYEY SAND, a little gravel, dark brownish gray, a little brown, stiff, laminations of sandy IO silt (SC) (A-6) 11 13 M SS 22 20 END OF BORING 5 f DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO 0-9'/z' 3.25" HSA DATE TIME SAMPLED DEPTH CASING DEPTH CAVE-IN DEPTH DRILLING FLUID LEVEL WATER LEVEL T ATTACHED 11/23/15 2:00 11.5 9.5 9.5 None SHEETS FOR AN n EXPLANATION OF TERMINOLOGY ON COMPLETED: 11/23/15 THIS LOG .ul DR: TA LG: SC Rig: 33C 01-DHR-060 03/2011 Report of Geotecbnical and Pavement Engineering Services 2016 New Hope Streets, Reconstruction Roadways AMERICAN December 11, 2015 ENGINEERING Report No. 28-01069 TESTING, INC. ApTendix C. Geotechnical Report Limitations and Guidelines for Use Appendix C Geotechnical Report Limitations and Guidelines for Use AET Report No. 28-01069 C.1 REFERENCE This appendix provides information to help you manage your risks relating to subsurface problems which are caused by construction delays, cost overruns, claims, and disputes. This information was developed and provided by ASFE1, of which, we are a member firm. C.2 RISK MANAGEMENT INFORMATION C.2.1 Geotechnical Services are Performed for Specific Purposes, Persons, and Projects Geotechnical engineers structure their services to meet the specific needs of their clients. A geotechnical engineering study conducted for a civil engineer may not fulfill the needs of a construction contractor or even another civil engineer. Because each geotechnical engineering study is unique, each geotechnical engineering report is unique, prepared solely for the client. No one except you should rely on your geotechnical engineering report without first conferring with the geotechnical engineer who prepared it. And no one, not even you, should apply the report for any purpose or project except the one originally contemplated. C.2.2 Read the Full Report Serious problems have occurred because those relying on a geotechnical engineering report did not read it all. Do not rely on an executive summary. Do not read selected elements only. C.2.3 A Geotechnical Engineering Report is Based on A Unique Set of Project -Specific Factors Geotechnical engineers consider a number of unique, project -specific factors when establishing the scope of a study. Typically factors include: the client's goals, objectives, and risk management preferences; the general nature of the structure involved, its size, and configuration; the location of the structure on the site; and other planned or existing site improvements, such as access roads, parking lots, and underground utilities. Unless the geotechnical engineer who conducted the study specifically indicates otherwise, do not rely on a geotechnical engineering report that was: • not preparf for you, • not prepared for your project, • not prepared for the specific site explored, or _ • completed before important project changes were made. Typical changes that can erode the reliability of an existing geotechnical engineering report include those that affect: • the function of the proposed structure, as when it's changed from a parking garage to an office building, or from a light industrial plant to a refrigerated warehouse, • elevation, configuration, location, orientation, or weight of the proposed structure, • composition of the design team, or • project ownership. As a general rule, always inform your geotechnical engineer of project changes, even minor ones, and request an assessment of their impact. Geotechnical engineers cannot accept responsibility or liability for problems that occur because their reports do not consider developments of which they were not informed. C.2.4 Subsurface Conditions Can Change A geotechnical engineering report is based on conditions that existed at the time the study was performed. Do not rely on a geotechnical engineering report whose adequacy may have been affected by: the passage of time; by man-made events, such as construction on or adjacent to the site; or by natural events, such as floods, earthquakes, or groundwater fluctuations. Always contact the geotechnical engineer before applying the report to determine if it is still reliable. A minor amount of additional testing or analysis could prevent major problems. I ASFE, 8811 Colesville Road/Suite G106, Silver Spring, MD 20910 Telephone: 301/565-2733: www.asfe.ore Appendix C —Page 1 of 2 AMERICAN ENGINEERING TESTING, INC Appendix C Geotechnical Report Limitations and Guidelines for Use AET Report No. 28-01069 C.2.5 Most Geotechnical Findings Are Professional Opinions Site exploration identified subsurface conditions only at those points where subsurface tests are conducted or samples are taken. Geotechnical engineers review field and laboratory data and then apply their professional judgment to render an opinion about subsurface conditions throughout the site. Actual subsurface conditions may differ, sometimes significantly, from those indicated in your report. Retaining the geotechnical engineer who developed your report to provide construction observation is the most effective method of managing the risks associated with unanticipated conditions. C.2.6 A Report's Recommendations Are Not Final Do not overrely on the construction recommendations included in your report. Those recommendations are not final, because geotechnical engineers develop them principally from judgment and opinion. Geotechnical engineers can finalize their recommendations only by observing actual subsurface conditions revealed during construction. The geotechnical engineer who developed your report cannot assume responsibility or liability for the report's recommendations if that engineer does not perform construction observation. C.2.7 A Geotechnical Engineering Report Is Subject to Misinterpretation Other design team members' misinterpretation of geotechnical engineering reports has resulted in costly problems. Lower that risk by having your geotechnical engineer confer with appropriate members of the design team after submitting the report. Also retain your geotechnical engineer to review pertinent elements of the design team's plans and specifications. Contractors can also misinterpret a geotechnical engineering report. Reduce that risk by having your geotechnical engineer participate in prebid and preconstruction conferences, and by providing construction observation. C.2.8 Do Not Redraw the Engineer's Logs Geotechnical engineers prepare final boring and testing logs based upon their interpretation of field logs and laboratory data. To prevent errors or omissions, the logs included in a geotechnical engineering report should never be redrawn for inclusion in architectural or other design drawings. Only photographic or electronic reproduction is acceptable, but recognizes that separating logs from the report can elevate risk. C.2.9 Give Contractors a Complete Report and Guidance Some owners and design professionals mistakenly believe they can make contractors liable for unanticipated subsurface conditions by limiting what they provide for bid preparation. To help prevent costly problems, give contractors the complete geotechnical engineering report, but preface it with a clearly written letter of transmittal. In the letter, advise contractors that the report was not prepared for purposes of bid development and that the report's accuracy is limited; encourage them to confer with the geotechnical engineer who prepared the report (a modest fee may be required) and/or to conduct additional study to obtain the specific types of information they need or prefer. A prebid conference can also be valuable. Be sure contractors have sufficient time to perform additional study. Only then might you be in a position to give contractors the best information available to you, while requiring them to at least share some of the financial responsibilities stemming from unanticipated conditions. C.2.10 Read Responsibility Provisions Closely Some clients, design professionals, and contractors do not recognize that geotechnical engineering is far less exact than other engineering disciplines. This lack of understanding has created unrealistic expectations that have led to disappointments, claims, and disputes. To help reduce the risk of such outcomes, geotechnical engineers commonly include a variety of explanatory provisions in their report. Sometimes labeled "limitations" many of these provisions indicate where geotechnical engineers' responsibilities begin and end, to help others recognize their own responsibilities and risks. Read these provisions closely. Ask questions. Your geotechnical engineer should respond fully and frankly. C.2.11 Geoenvironmental Concerns Are Not Covered The equipment, techniques, and personnel used to perform a geoenvironmental study differ significantly from those used to perform a geotechnical study. For that reason, a geotechnical engineering report does not usually relate any geoenvironmental findings, conclusions, or recommendations; e.g., about the likelihood of encountering underground storage tanks or regulated contaminants. Unanticipated environmental problems have led to numerous project failures. If you have not yet obtained your own geoenvironmental information, ask your geotechnical consultant for risk management guidance. Do not rely on an environmental report prepared for someone else. Appendix C — Page 2 of 2 AMERICAN ENGINEERING TESTING, INC A14I iCAN. l ENGINEERING USTING, INC, CONSULTANTS ENVIRONMENTAL GEOTEC�iNICAL MATf! RI�LS R FQRENSICS: www.arhengtest.com REPORT OF GEOTECHNICAL AND PAVEMENT ENGINEERING SERVICES 2016 New Hope Streets Mill & Overlay Northwood South Area New Hope, Minnesota AET Report No. 28-01069A Date: December 14, 2015 Prepared for: City of New Hope Mr. Bob Paschke Director of Public Works 5500 International Parkway New Hope, NIN 55428 MERICAN ENGINEERING TESTING, INC. December 14, 2015 City of New Hope Mr. Bob Paschke Director of Public Works 5500 International Parkway New Hope, MN 55428 RE: Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets Mill & Overlay Streets Northwood South Area New Hope, Minnesota AET Report No. 28-01069A Dear Mr. Paschke: CONSULTANTS ENVIRONMENTAL • GEOTECHNICAL • MATERIALS • FORENSICS American Engineering Testing, Inc. (AET) is pleased to present the results of ou 7avement engineering services for the referenced project in New Hope, Minnesota. These services were performed according to our proposal to you dated October 30, 2014. This report is for the roadways planned for mill & overlay. The results of testing of the reconstruction roadways have been forwarded separately. We are submitting two paper copies of the report to you. An email copy has been sent to Kellie Schlegel of Stantec. Please contact me if you have any questions about the report. I can also be contacted for arranging construction observation and testing services. Sincerely, American Engineering Testing, Inc. 4,;8L, Melanie Fiegen, P.E. Pavement Engineer II (651) 603-6618 mf a en amen test.com Page i 550 Cleveland Avenue North 1 St. Paul, MN 55114 Phone 651-659-9001 1 Tall Free 699-972-6364 Fax 651-659-13791 www,amengtest.corn 1 AAIEEG fe% This document shall not be reproduced, except in full, withoutwritten approval frtamAmerican Erxalneering Testing, Inc. Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Mill & Overlay Roadways, Northwood South December 14, 2015 AET Report No. 28-01069A SIGNATURE PAGE Prepared for: i City of New Hope 5500 International Parkway New Hope, MN 55428 Attn: Mr. Bob Paschke Director of Public Works Report Authored By: Melanie Fiegen, P.E. Pavement Engineer II I hereby certify that this plan, specification, or report was prepared by me or under my direct supervision and that I am a duly Licensed Professional Engineer under the laws of the State of Minnesota Date: December 14, 2015 License #: 16711 Prepared by: AMERICAN ENGINEERING TESTING, INC. American Engineering Testing, Inc. 550 Cleveland Avenue North St. Paul, Minnesota 55114 (651) 659-9001/www.amengtest.com Peer Review Conducted By: Chunhua Han, Ph.D., P.E. Principal Engineer, Geotechnical Division Copyright 2015 American Engineering Testing, Inc, All Rights Reserved Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. Page ii Report of Geotechnical and Pavement Engineering Services 2(1 ] 6 New Hope Streets, Mill & Overlay Roadways, Northwood South AMERICAN December 14, 2015 ENGINEERING AET Report No. 28-01069A TESTING, INC. TABLE OF CONTENTS TransmittalLetter............................................................................................................................. i SignaturePage................................................................................................................................ ii TABLEOF CONTENTS....................................................................................................I.......... iii 1.0 INTRODUCTION.................................................................................................................... 1 2.0 SCOPE OF SERVICES............................................................................................................ 1 3.0 PROJECT INFORMATION...................................................................................I................. 1 4.0 SUBSURFACE EXPLORATION AND PAVEMENT TESTING .......................................... 2 4.1 Pavement Thickness Testing................................................................................................. 2 4.2 Subsurface Exploration.......................................................................................................... 3 4.3 Pavement Coring.................................................................................................................. 3 5.0 TEST RESULTS....................................................................................................................... 3 5.1 Pavement Thickness.............................................................................................................. 3 5.2 Subsurface Soils/Geology...................................................................................................... 4 5.3 Ground Water........................................................................................................................ 5 5.4 Discussions............................................................................................................................ 5 6.0 LIMITATIONS......................................................................................................................... 5 STANDARD SHEET — Bituminous Overlay Milling and Preparation FIGURES Figure 1 — Approximate Boring Locations Figure 2 — GPR Pavement Thickness APPENDIX A Ground Penetrating Radar Field Exploration and Testing GPR Data and Analysis Result Sheets APPENDIX B Geotechnical Field Exploration and Testing Boring Log Notes AASHTO Soil Classification System Unified Soil Classification System Core Photos Subsurface Boring Logs APPENDIX C Geotechnical Report Limitations and Guidelines for Use Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Mill & Overlay Roadways, Northwood South AMERICAN December 14, 2015 ENGINEERING Report No. 28-01069A TESTING, INC. 1.0 INTRODUCTION Improvements are proposed for the several streets in the City of New Hope, Minnesota. To assist planning and design, you have authorized American Engineering Testing, Inc. (AET) to conduct a GPR survey and subsurface exploration program at the site, conduct soil laboratory testing, and perform a geotechnical and pavement engineering review for the reconstruction portions of the project. The results of our testing at the reconstruction roadways have been presented separately. This report presents the results of our services at the roadways planned for mill & overlay. 2.0 SCOPE OF SERVICES AET's services were performed according to our proposal to you dated October 30, 2015, which was authorized on November 4, 2015. The authorized scope consists of the following: • Perform a Ground Penetrating Radar (GPR) survey of the roadways identified in a sketch supplied by your consultant, Stantec. • Drill and sample 11 direct push (Geoprobe) borings to nominal depth of 4 feet in the roadways planned for mill & overlay. ■ Conduct laboratory gradation and moisture content testing. • Prepare a data report showing the pavement and subsurface thickness data. Boone Circle was inadvertently omitted from the GPR survey. However, core/geoprobe was performed on this 200-foot street. These services are intended for geotechnical purposes. The scope is not intended to explore for the presence or extent of environmental contamination. 3.0 PROJECT INFORMATION The project consists of rehabilitation of numerous streets within New Hope, Minnesota. The area discussed in this report is identified as Northwood South Area and is generally bounded by Page 1 of 5 Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Mill & Overlay Roadways, Northwood South AMERICAN December 14, 2015 ENGINEERING AET Report No. 28-01069A TESTING, INC. Bassett Creek on the north, 361h Avenue N on the south, Boone Avenue N on the east, and US Highway 169 on the west. The tested roadways are illustrated in Figure 1. We understand this rehabilitation will take place at the same general grade and width as that which currently exists. The above stated information represents our understanding of the proposed construction. This information is an integral part of our engineering review. It is important that you contact us if there are changes from that described so that we can evaluate whether modifications to our recommendations are appropriate. 4.0 SUBSURFACE EXPLORATION AND PAVEMENT TESTING 4.1 Pavement Thickness Testing The pavement thickness testing program conducted for the project consisted of a high speed (air coupled) GPR antenna collecting the pavement thickness data at four scans per foot. The data was collected using a 2 GHz antenna, which allows material layer measurements at depths of 18 to 24 inches with a resolution less than about 1/2-inch. The test data and details of the methods used appear in Appendix A. The GPR data was collected on November 25, 2015. Scans of the pavement were collected according to SIR-20 processor settings established by GSSI RoadScan system, approximately in the middle of the traveling lane and in two directions of travel. A calibration file, required for data post -processing, was collected prior to testing. The GPR interface identification was accomplished using RADAN 7.0, a proprietary software package included with the GSSI RoadScan system. The software includes tools to aid in delineating pavement layer transitions and automatically calculates the layer depths from the pavement surface using the calibration file(s) collected prior to testing. The identified layer was also compared to the boring data to validate the accuracy of the layer thicknesses. Page 2 of 5 Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Mill & Overlay Roadways, Northwood South AMERICAN December 14, 2015 ENGINEERING AET Report No. 28-01069A TESTING, INC. 4.2 Subsurface Exploration For the tested roadways, the subsurface exploration program consisted of 11 direct push (Geoprobe ) borings (GA01 to GA11). The number and approximate locations were chosen by Stantec. The locations were marked in the field by AET prior to drilling. The approximate locations of the borings are illustrated on the attached Figure 1. Subsurface boring logs and details of the drilling methods used appear in Appendix B. The logs contain information concerning soil layering, soil classification, and geologic description. The laboratory test program consisted of water content, Atterburg limit, and sieve analysis tests. The test results appear on the individual boring logs adjacent to the samples upon which they were performed and on data sheets in Appendix B. 4.3 Pavement Coring At the odd numbered borings, we obtained four -inch diameter cores with a diamond bit coring machine. The cores were returned to the laboratory for thickness measurement. The results are included in the boring logs. We also obtained photographs of each core, which are attached in Appendix B. 5.0 TEST RESULTS 5.1 Pavement Thickness 5.1.1 GPR Results A summary of the GPR data for each section is attached in Appendix A. Table 5. Lb provides a statistical summary of the average and 15th percentile thicknesses of the surfacing layers determined from the GPR survey, as well as the coefficient of variation (CV) of the average thickness. Figure 2 is attached at the end of this report and shows the pavement surface ? thickness geographically. Page 3 of 5 Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Mill & Overlay Roadways, Northwood South AMERICAN December 14, 2015 ENGINEERING AET Report No. 28-01069A TESTING, INC. Table 5.1.b — Pavement Thickness Information - GPR Street GPR Thickness Information Bituminous Aggregate Base Avg, in. CV* 15th, in. Avg, in. CV* 15th, in. NORTHWOOD 4.4 10% 4.0 10.7 15% 9.1 BOONE CIR* 3.5 7.0 NORTHWOOD CIR 4.0 38% 2.7 7.0 30% 5.3 GETTYSBURG 4.0 25% 3.0 12.1 14% 10.3 JORDAN CIR-INDEPENDENCE 5.4 20% 4.3 9.5 17% 8.0 Note: CV is the standard deviation divided by the mean, which provides a measurement or the amount of varnaLiun in a data set. The lower the value of CV, the more the overall data approximate to the mean. CV is also a useful statistic for comparing the degree of variation from one data set to another, even if the means are drastically different from each other. 15t` denotes the 15'h percentile and the value that 85% of the pavement layer thickness is greater than, and we generally recommend using for design purposes. *denotes thickness information is from core/geoprobe data - no GPR was performed. 5.1.2 Core — Geoprobe Result The pavement surfacing is bituminous at all the sampled locations. In general, base -like material consisting of sand with silt, and silty sand with varying amounts of gravel (classified as A-1-b) was found beneath the bituminous at all 11 locations. At boring GA07 and GA09, a layer of A-3 sand was encountered beneath the aggregate base -like material. The bituminous thickness at the boring locations ranges from 2.5 inch to 6.75 inches and the average is 4.4 inches. For the aggregate base -like material, the thickness ranges from 4.5 inches to 14 inches and averages 10.2 inches. Please review the boring logs for specific information. 5.2 Subsurface Soils/Geology Below the aggregate base material, the borings encountered predominantly fill and till soils. The material was classified as A-6 at six locations and a combination of A-2-6 and A-6 at two locations. At the remaining three locations, layers of A-3 sand were interbedded in among the A-6 and/or A-2-6 layers. Please review the boring logs for specific information. Page 4 of 5 Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Mill & Overlay Roadways, Northwood South AMERICAN December 14, 2015 ENGINEERING AET Report No. 28-01069A TESTING, INC. 5.3 Ground Water No ground water was encountered in the shallow direct push borings. Ground water levels fluctuate due to varying seasonal and annual rainfall and snow melt amounts, as well as other factors. 5.4 Discussions After milling, the existing asphalt pavement needs to be in stable condition with no major repairs needed prior to overlay. The possible thin pavement (less than 2 inches), as shown in red on Figure 2B (Northwood Circle), may not be appropriate to a 2-inch mill and overlay. The pavement material conditions below the mill depth, as shown by core photos, should be considered to evaluate the stability of the kept -in -place asphalt pavement. The surface preparation should be dictated by the distresses that are prevalent in the existing pavement. For more information, we have attached a standard sheet entitled "Bituminous Overlay Milling and Preparation." 6.0 LIMITATIONS Within the limitations of scope, budget, and schedule, our services have been conducted ` according to generally accepted geotechnical engineering practices at this time and location. Other than this, no warranty, express or implied, is intended. 1 Important information regarding risk management and proper use of this report is given in Appendix C entitled "Geotechnical Report Limitations and Guidelines for Use." Page 5 of 5 Page 1 of 2 BITUMINOUS OVERLAY MILLING AND PREPARTION COLD MILLING OPERATION Cold milling is generally conducted longitudinally along the pavement profile. The forward speed of the machine, rotational velocity of the rotating drum, spacing of the carbide bits, and grade control of the cutting head should be closely controlled to produce a uniform texture throughout the project. The longitudinal profile should be held as close as practical to the same tolerance as new construction, since the milled profile will have a significant impact upon the ride of the overlaid pavement, especially when only a single lift of overlay is placed. Normally, the recommended milling depth correspondsto the lift thickness of the original pavement. It is best to remove the entire layer as the bottom of the lift is typically where bonding and stripping issues occur. The depth of milling may require adjustment in the field to ensure that a full layer is removed and that portions of a layer are not !eft bonded to the underlying surface. Additionally, if there is a large amount of stripping present, the milling depth should be sufficiently deep to remove the stripped areas. This depth is typically determined by coring adjacent to cracks and looking at both the layer thickness and any evidence of stripping. The trilling depth can be adjusted to remove areas with significant stripping present, or if the stripping is limited only to a few transverse cracks, a smaller milling machine can be brought in the remove additional material in these areas. Patching can be performed after the milling operation for cases where a minimal amount of stripping is present or in the areas where cracks are milled deeper than the remaining roadway. Please note that the milling depth should also take into consideration the original pavement depth that will remain after the milling operation. It is likely that the milling machine will break through the underlying pavement if there will be less than 1.5 inches of the original pavement remaining, thereby causing problems with the milling operation and overlay. PRE -OVERLAY PREPARATION It is recommended that a tack coat is applied between all bituminous layers and prior to placing any bituminous mixtures on the milled surface. The bituminous tack coat material should be applied at a uniform rate of 0.03 to 0.05 gal/yd2 between bituminous layers and 0.07 to 0.10 gal/yd2 on the milled bituminous surface prior to being overlaid. The application rates are for undiluted err-Isions (as supplied from the refinery) or MC and RC liquid asphalts. The asphalt emulsion may be further diluted in the fie. in accordance with Mn/DOT Spec. 2357. Prior to overlaying, it is recommended that deteriorated cracks and wheel -path areas are air blasted and power swept to remove loose material. Air blasting should be completed with high pressure (minimum of 100 psi) equipment. Removal of material at some deteriorated locations may require the use of a small milling machine or handwork, in addition to the high pressure air blasting. Regardless of the patch depth, it is important to remove the entire existing deteriorated pavement. Depressions resulting after air blasting, sweeping, or milling operations that are greater than 1.5 inches in depth and width should be filled with a Bituminous Patching Mixture meeting Mn/DOT Spec. 2231 and compacted with a small vibratory or pneumatic roller. Depressions equal to or less than 1.5 inches in depth and width can be filled with the bituminous wear course mixture. Consideration should be given to allow traffic to drive over deteriorated joints/cracks, after backfilling (if there are a large number of these distressed locations) with the recommended bituminous mixtures and proper compaction, for a period of seven days prior to placement of the wear course mixture. The proposed seven-day delay period will permit traffic to apply additional compaction to the joinUcrack backfill. if further compaction is not deemed necessary, then patching of depressions greater than 1.5 inches in depth and width can be completed ahead of the paver and compacted with'a small vibratory or pneumatic roller. As previously stated, the smaller depressions will be filled in by the wearing course paving operations. If the pavement surface, after milling, is lower than the adjacent shoulders, the contractor (as directed by the Engineer), should construct outlet trenches and take other measures necessary to provide adequate surface drainage for the milled areas. It is recommended that a notch at least 1 inch deep be milled to allow the placement of 1 inch minimum bituminous wearing course at the ends of transitions. 01REP020 (07/08) AMERICAN ENGINEERING TESTING, INC. Page 2 of 2 BITUMINOUS OVERLAY MILLING AND PREPARTION Please note that as this will be a bonded overlay (i.e., bonded to the milled surface), the amount of pre -overlay repair that must be performed on an existing pavement is critical to the performance of the overlay. Similarly, reflection crack control measures must be applied to these overlays, such as the selection of bituminous mixture and PG binder type. Depending upon the frequency of existing transverse cracks it may be prudent to select a bituminous mixture and PG binder that will crack at the existing frequency but be more resistant to degradation from environmental effects such as moisture. Other considerations include subdrainage, traffic, pavement widening, and shoulders. As a general rule, all the distress types in an existing pavement 1 that are likely to affect the performance of an overlay within a few years should be repaired. The designer should also consider the tradeoffs between pre -overlay repair and the thickness and type of overlay selected, For instance, if the existing pavement is severely deteriorated, an overlay type that is less sensitive to existing pavement conditions may be more cost effective without extensive pre -overlay repair. BITUMINOUS PLACEMENT The bituminous mixture should meet the most current Mn/DOT Spec. 2360 (Plant -Mixed Asphalt Pavement: Combined 2360/2360 Gyratory/Marshall Design Specification) requirements. Compaction of all bituminous mixtures should be by the "Maximum Density Method". OIREP020 (07/08) AMERICAN ENGINEERING TESTING, INC. Ak a) GA L3 Cryars Plymouth OW '10 I ;D bbnsd 101, F&UT-91 G Full Recorue Urt Mill and Overlay 2016 Northwood South Area stantec Infrastructure Improvements t New Hope, Minnesota 400 F-1 ,AF--v ?Po4,E6'T A J k l L t�. - ' . � riV-7A•y fl•fa�G{SIiJI�i ' ? T 4 1 ` a `- �—_..,�_aA�,. � t1r7pL17�;3}7Lti-- r � '� �► rp� _ J E af -file ti , 40, , 4 la` . anV'irmgslrTia� r � . �`'`—�-•are-���$,►��+ '�� � —. �` � •Yr �� e �1 t NO -+EM r �fi Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Mill & Overlay Roadways, Northwood South AMERICAN December 14, 2015 ENGINEERING Report No. 28-01069A TESTING, INC. Appendix A Ground Penetrating Radar Field Exploration and Testing GPR Data and Analysis Results Sheets _J Appendix A Ground Penetrating Radar Field Exploration and Testing AET Report No. 28-01069 A.1 FIELD EXPLORATION The pavement structural conditions at the site were evaluated nondestructively using Ground Penetrating Radar (GPR). The description of the equipment precedes the GPR Data and Analysis Results in this appendix. A.2 EQUIPMENT DESCRIPTION A.2.1 GSSI GPR Test System The GPR test system owned by AET is a GSSI Roadscan System that consists of a bumper -mounted, 2 GHz air - coupled antenna and a SIR-20 control and data acquisition processor, featuring dual channels. The GPR processor, including a SIR-20 data acquisition system, wheel -mounted DMI (Distance Measuring Instrument), and a tough book with the SIR-20 Field Program constitutes the newest, most sophisticated GSSI Test System, which fulfills or exceeds all requirements to meet ASTM-4748, ASTM D-6087 Standards. Figure Cl provides a view of this equipment. Figure B1 GSSI 2 GHz air -coupled GPR Test System The GPR antenna emits a high frequency electromagnetic wave into the material under investigation. The reflected energy caused by changes in the electromagnetic properties within the material is detected by a receiver antenna and recorded for subsequent analysis. The 2 GHz air -coupled GPR is capable of collecting radar waveforms at more than 100 signals per second, allows for data to be collected at driving speeds along the longitudinal dimension of the pavements or bridge decks with the antennas fixed at the rear or .in front of the vehicle. The antenna used for Roadscan is the Horn antenna Model 4105 (2 GHz). The 2 GHz antenna is the current antenna of choice for road survey because it combines excellent resolution with reasonable depth penetration (18-24 inches in pavement materials). The data collection is performed at normal driving speeds (45-55 mph), requiring no lane closures nor causing traffic congestion. At this peed the 2 GHz antenna is capable of collecting data at 1-foot interval (I scan foot). The data were collected at a rate of about I vertical scans per foot. Each vertical scan consisted of 512 samples and the record length in time of each scan was 12 nanoseconds. Filters used during acquisition were 300 MHz high pass and 5,000 MHz low pass: In a GPR test, the antenna is moved continuously across the test surface and the control unit collects data at a specified distance increment. In this way, the data collection rate is independent of the scan rate. Alternatively, scanning can be performed at a constant rate of time, regardless of the scan distance. Single point scans can be performed as well. Data is reviewed on -screen and in the field to identify reflections and ensure proper data collection parameters: Field testing is performed in accordance with the standard ASTM procedures as described in ASTM D 4695-96, "Standard Guide for General Pavement Deflection Measurements". A.2.2 System Calibrations Horn antenna processing is used to get the velocity of the radar energy in the material by comparing the reflection strengths (amplitudes) from a pavement layer interface with a perfect reflector (a metal plate). The calibration scan is obtained with the horn antenna placed over a metal plate at the same elevation as a scan obtained over pavement. Appendix A - Page 1 of 3 AMERICAN ENGINEERING TESTING, INC. Appendix A Ground Penetrating Radar Field Exploration and Testing AET Report No. 28-01069 - i The same setting for data collection is used for metal plate calibration. Fifteen seconds are need for jumping up and down on the vehicle's bumper to collect the full range of motion for the vehicle's shocks. The filename of raw calibration file is recorded. Survey wheel is calibrated by laying out a long distance (> 50 feet) with tape measure. A.2.3 Linear Distance and Spatial Reference System Distance measuring instrument (DMI) is a trailer mounted two phase encoder system. When DMI is connected to the SIR-20 it provides for automatic display and recording distance information in both English and metric units with a 1 foot (0.3 meters) resolution and four percent accuracy when calibrated using provided procedure in the Field Program. Spatial reference system is a Trimble ProXH Global Positioning System (GPS) that consists of fully integrated receiver, antenna and battery unit with Trimble's new H-StarTM technology to provide subfoot (30 cm) post processed accuracy. The External Patch antenna is added to the ProXH receiver for the position of the loading plate. The External Patch antenna can be conveniently elevated with the optional baseball cap to prevent any signal blockage. A.2.4 Camera Monitoring System A battery operated independent DC-1908E multi -functional digital camera with a SD card is used for easy positioning of the loading plate or of the pavement surface condition at the testing locations. A.3 SAMPLING METHODS At the project level, the testing interval is set at 12 scans per foot in the Outside Wheel Path (OWP) = 2.5 ft f 0.25 ft (0.76 in f 0.08 m) for nominal 12 ft (3.7 m) wide lanes at a survey speed of approximately 10 mph. Where a divided roadbed exists, surveys will be taken in both directions if the project will include improvements in both directions. If there is more than one lane in one direction the surveys will be taken in the outer driving lane (truck lane) versus the passing lane of the highway. GPR tests are performed at a constant lateral offset down the test section. When GPR tests are performed on bridge decks, multiple survey lines are followed transversely at 2-foot spacing between survey lines. At the network level, GPR tests on one scan per foot are set to be able to collect data on pavements at driving speeds, without statistically compromising the quality of the data collected. If GPR tests are for the in situ characterization of material GPR data will be collected at two scan per foot at slower driving speeds. A.4 QUALITY CONTROL (QC) AND QUALITY ASSURANCE (QA) Beside the daily metal plate calibration the DMI is also calibrated monthly by driving the vehicle over a known distance to calculate the distance scale factor. The GPR will be monitored in real time in the data collection vehicle to minimize data errors. The GPR units will be identified with a unique number and that number will accompany all data reported from that unit as required in the QC/QA plan. Scheduled preventive maintenance ensures proper equipment operation and helps identify potential problems that can be corrected to avoid poor quality or missing data that results if the equipment malfunctions while on site. The routine and major maintenance procedures established by the LTPP are adopted and any maintenance has been done at the end of the day after the testing is complete and become part of the routine performed at the end of each test/travel day and on days when no other work is scheduled. To insure quality data, the GPR assessments took place on generally dry pavement surfaces, and data was collected in each wheel path. Appendix A - Page 2 of 3 AMERICAN ENGINEERING TESTING, INC. Appendix A Ground Penetrating Radar Field Exploration and Testing AET Report No. 28-01069 A.5 DATA ANALYSIS METHODS A.5.1 Data Editing Field acquisition is seldom so routine that no errors, omissions or data redundancy occur. Data editing encompasses issues such as data re -organization, data file merging, data header or background information updates, repositioning and inclusion of elevation information with the data. A.5.2 Basic Processing Basic data processing addresses some of the fundamental manipulations applied to data to make a more acceptable product for initial interpretation and data evaluation. In most instances this type of processing is already applied in real-time to generate the real-time display. The advantage of post survey processing is that the basic processing can be done more systematically and non -causal operators to remove or enhance certain features can be applied. The Reflection Picking procedure is used to eliminate unwanted noise, detects significant reflections, and records the corresponding time and depth, It uses antenna calibration file data to calculate the radar signal velocity within the pavement. A.5.3 Advance Processing Advanced data processing addresses the types of processing which require a certain amount of operator bias to be applied and which will result in data which are significantly different from the raw information which were input to the processing. A.5.4 Data Interpretation The EZ Tracker Layer Interpretation procedure uses the output from the first step to map structural layers and calculate the corresponding velocities and depths. A.6 TEST LIMITATIONS A.6.1 Test Methods The data derived through the testing program have been used to develop our opinions about the pavement conditions at your site. However, because no testing program can reveal totally what is in the subsurface, conditions between test locations and at other times, may differ from conditions described in this report. The testing we conducted identified pavement conditions only at those points where we measured pavement thicknesses and observed pavement surface conditions. Depending on the sampling methods and sampling frequency, every location may not be tested, and some anomalies which are present in the pavement may not be noted on the testing results. If conditions encountered during construction differ from those indicated by our testing, it may be necessary to alter our conclusions and recommendations, or to modify construction procedures, and the cost of construction may be affected. A.6.2 Test Standards Pavement testing is done in general conformance with the described procedures. Compliance with any other standards referenced within the specified standard is neither inferred nor implied. A.7 SUPPORTING TEST METHODS Soil Boring/Coring Field Exploration If both pavement thicknesses and subgrade soil types and conditions are desired the shallow coring/boring and sampling is used. The limited number of coring/boring is necessary to verify the GPR layer thickness data. Appendix A - Page 3 of 3 AMERICAN ENGINEERING TESTING, INC. American Engineering Testing, Inc. 550 Cleveland Avenue North St. Paul, Minnesota 55114 Phone: (651) 659-9001 Fax: (651) 659-1379 SUMMARY OF GROUND PENETRATING RADAR PROJECT NEW HOPE 2016 Test Date Date NORTHWOODS SOUTH AREA 11/25/15 12/10/15 PROJECT NO. 28-01069 ROAD NORTHWOOD PKWY TERMINI BOONE AVE N to JORDAN AVE N SUMMARY STATISTICS Units: inches Layer SEB NWB Averse CV 15th Min. Average CV 15th Min. AC 4.3 9% 4.0 3.0 4.5 9% 4.1 3.', Base 1 11.0 17% 9.2 6.9 1 10.3 13% 9.0 7.4 Ground Penetrating Radar Pavement Thickness Survey GPR Mileage 0.00 0.10 0.20 0.30 0.40 0.50 0.60 0 -3 -6 cz -9 A -12 -15 -18 -21 ii' `- 5- � ! !X ' A 1 �I ♦ 'l �! 4 1 ! ill ' 1- SEB AC ------- NWB AC SEB Base ------- NWB Base American Engineering Testing, Inc. 550 Cleveland Avenue North St. Paul, Minnesota 55114 Phone: (651) 659-9001 Fax: (651) 659-1379 SUMMARY OF GROUND PENETRATING RADAR PROJECT NEW HOPE 2016 Test Date Date NORTHWOODS SOUTH AREA 11/25/15 12110/11 PROJECT NO. 28-01069 ROAD NORTHWOOD CIR TERMINI NORTHWOOD PWKY TO CUL DE SAC SUMMARY STATISTICS Units: inches SWB NEB Layer Average CV 15th I Min. Average CV 15th Min. AC 3.7 39% 2.2 2.0 4.2 37% 2.8 2.7 Base 7.6 27% 5.6 3.9 6.4 30% 1 5.0 2.5 0.00 Ground Penetrating Radar Pavement Thickness Survey GPR Mileage 0.05 0.10 SWB AC ------- NEB AC SWB Base ------- NEB Base American Engineering 'Testing, Inc. 550 Cleveland Avenue North St. Paul, Minnesota 55114 Phone: (651) 659-9001 Fax:(651) 659-1379 SUMMARY OF GROUND PENETRATING RADAR PROJECT NEW HOPE 2016 Test Date Date NORTHWOODS SOUTH AREA 11/25115 12/10/15 PROJECT NO, 28-01069 ROAD GETTYSBURG AVE N TERMINI HILLBORO PL to NORTHWOOD PKWY SUMMARY STATISTICS Units: inches Layer NB SB Average CV 15th Min. Average CV 15th Min. AC 4.1 26% 3.0 2.6 4.0 25% 2.9 2.1 Base 1 12.0 12% 10.3 9.1 12.4 16% 10.9 6.5 Ground Penetrating Radar Pavement Thickness Survey GPR Mileage 0.00 0.05 0.10 0.15 0.20 0.25 0.30 0 -3 -6 B -9 w w A -12 -15 -18 -21 NB AC ------- SB AC NB Base ----- SB Base American Engineering Testing, Inc. 550 Cleveland Avenue North St. Paul, Minnesota 55114 Phone: (651) 659-9001 Fax: (651) 659-1379 SUMMARY OF GROUND PENETRATING RADAR PROJECT NEW HOPE 2016 Test Date Date NORTHWOODS SOUTH AREA 11/25/15 12/10/15 PROJECT NO. 28-01069 ROAD JORDAN CIR N and INDEPENDENCE AVE N TERMINI CUL DE SAC to HILLSBORO AVE N STATISTICS Units: inches NB SB Layer Average CV 15th I Min. Average CV 15th Min, AC 5.5 20% 4.2 3.1 5.4 20% 4.3 2.8 Base 9.1 19% 7.6 3.5 9.9 15% 8.1 6.0 Ground Penetrating Radar Pavement Thickness Survey GPR Mileage 0.00 0.05 0.10 0.15 0.20 0.25 0.30 0.35 0.40 0 -3 -, -6 -9 Q, A -12 -15 -18 -21 NB AC ------- SB AC —NB Base ------- SB Base I 11 Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Mill & Overlay Roadways, Northwood South December 14, 2015 Report No. 28-01069A AMERICAN ENGINEERING TESTING, INC. Appendix B. Geotechnical Field Exploration and Testing Boring Log Notes AASHTO Soil Classification System Unified Soil Classification System Core Photos Subsurface Boring Logs. Page 1 of 5 Appendix B Geotechnical Field Exploration and Testing AET Report No. 28-01069 B.1 FIELD EXPLORATION The subsurface conditions at the site were explored by drilling and sampling 11 direct push test borings. The locations of the borings and cores appear on the Figure, preceding this appendix. B.2 SAMPLING METHODS B.2.1 Split -Spoon Samples (SS) - Calibrated to N60 Values Standard penetration (split -spoon) samples were collected in general, accordance with ASTM: D1586 with one primary modification. The ASTM test method consists of driving a 2-inch O.D. split -barrel sampler into the in -situ soil with a 140-pound hammer dropped from a height of 30 inches. The sampler is driven a total of 18 inches into the soil. After an initial set of 6 inches, the number of hammer blows to drive the sampler the final 12 inches is known as the standard penetration resistance or N-value. Our method uses a modified hammer weight, which is determined by measuring the system energy using a Pile Driving Analyzer (PDA) and an instrumented rod. In the past, standard penetration N-value tests were performed using a rope and cathead for the lift and drop system. The energy transferred to the split -spoon sampler was typically limited to about 60% of its potential energy due to the friction inherent in this system. This converted energy then provides what is known as an N60 blow count. The most recent drill rigs incorporate an automatic hammer lift and drop system, which has higher energy efficiency and subsequently results in lower N-values than the traditional N60 values. By using the PDA energy measurement equipment, we are able to determine actual energy generated by the drop hammer. With the various hammer systems available, we have found highly variable energies ranging from 55% to over 100%. Therefore, the intent of AET's hammer calibrations is to vary the hammer weight such that hammer energies lie within about 60% to 65% of the theoretical energy of a 140-pound weight falling 30 inches. The current ASTM procedure acknowledges the wide variation in N-values, stating that N-values of 100% or more have been observed. Although we have not yet determined the statistical measurement uncertainty of our calibrated method to October 11, 2011, we can state that the accuracy deviation of the N-values using this method is significantly better than the standard ASTM Method. B.2.2 Disturbed Samples (DS)/Spin-up Samples (Sin Sample types described as "DS" or "SU" on the boring logs are disturbed samples, which are taken from the flights of the auger. Because the auger disturbs the samples, possible soil layering and contact depths should be considered approximate. B.2.3 Direct Push Samples (DP) Sample types described as "DP' on the boring logs are continuous core samples collected by the direct push method. The method consists of a 2.125 OD outer casing with an inner 1.5 inch ID plastic tube driven continuously into the ground. B.2.4 Sampling Limitations Unless actually observed in a sample, contacts between soil layers are estimated based on the spacing of samples and the action of drilling tools. Cobbles, boulders, and other large objects generally cannot be recovered from test borings, and they may be present in the ground even if they are not noted on the boring logs. Determining the thickness of "topsoil" layers is usually limited, due to variations in topsoil definition, sample recovery, and other factors. Visual -manual description often relies on color for determination, and transitioning changes can account for significant variation in thickness judgment. Accordingly, the topsoil thickness presented on the logs should not be the sole basis for calculating topsoil stripping depths and volumes. If more accurate information is needed relating to thickness and topsoil quality definition, alternate methods of sample retrieval and testing should be employed. B.3 CLASSIFICATION METHODS Soil descriptions shown on the boring logs are based on the Unified Soil Classification (USC) system. The USC system is described in ASTM: D2487 and D2488. Where laboratory classification tests (sieve analysis or Atterberg Limits) have been performed, accurate classifications per ASTM: D2487 are possible. Otherwise, soil descriptions shown on the boring logs are visual -manual judgments. Charts are attached which provide information on the USC system, the descriptive terminology, and the symbols used on the boring logs. Appendix B - Page 1 of 2 AMERICAN ENGINEERING TESTING, INC. -I Appendix B Geotechnical Field Exploration and Testing AET Report No. 28-01069 Visual -manual judgment of the AASHTO Soil Group is also noted as a part of the soil description. A chart presenting details of the AASHTO Soil Classification System is also attached. I� The boring logs include descriptions of apparent geology. The geologic depositional origin of each soil layer is interpreted I primarily by observation of the soil samples, which can be limited. Observations of the surrounding topography, vegetation, and development can sometimes aid this judgment. BA LABORATORY TEST METHODS B.4.1 Water Content Tests Conducted per AET Procedure 01-LAB-010, which is performed in general accordance with ASTM: D2216 and AASHTO: T265. B.4.2 Sieve Analysis of Soils (thru #200 Sieve) Conducted per AET Procedure 01-LAB-040, which is performed in general conformance with ASTM: D6913, Method A. B.5 TEST STANDARD LIMITATIONS Field and laboratory testing is done in general conformance with the described procedures. Compliance with any other standards referenced within the specified standard is neither inferred nor implied. B.6 SAMPLE STORAGE Unless notified to do otherwise, we routinely retain representative samples of the soils recovered from the borings for a period of 30 days. Appendix B - Page 2 of 2 AMERICAN ENGINEERING TESTING, INC. BORING LOG NOTES DRILLING AND SAMPLING SYMBOLS Symbol Definition AR: Sample of material obtained from cuttings blown out the top of the borehole during air rotary procedure. B, H, N: Size of flush joint casing CAS: Pipe casing, number indicates nominal diameter in inches COT: Clean -out tube DC: Drive casing; number indicates diameter in inches DM: Drilling mud or bentonite slurry DR: Driller (initials) DS: Disturbed sample from auger flights DP: Direct push drilling; a 2.125 inch OD outer casing with an inner 1'/z inch ID plastic tube is driven continuously into the ground. FA: Flight auger; number indicates outside diameter in inches HA: Hand auger; number indicates outside diameter HSA: Hollow stem auger; number indicates inside diameter in inches LG: Field logger (initials) MC: Column used to describe moisture condition of samples and for the ground water level symbols N (BPF): Standard penetration resistance (N-value) in blows per foot (see notes) NQ: NQ wireline core barrel PQ: PQ wireline core barrel RDA: Rotary drilling with compressed air and roller or drag bit. RDF: Rotary drilling with drilling fluid and roller or drag bit REC: In split -spoon (see notes), direct push and thin -walled tube sampling, the recovered length (in inches) of sample. In rock coring, the length of core recovered (expressed as percent of the total core run). Zero indicates no sample recovered. SS: Standard split -spoon sampler (steel; 1.5" is inside diameter; 2" outside diameter); unless indicated otherwise SU Spin -up sample from hollow stem auger TW: Thin -walled tube; number indicates inside diameter in inches WASH: Sample of material obtained by screening returning rotary drilling fluid or by which has collected inside the borehole after "falling" through drilling fluid WH: Sampler advanced by static weight of drill rod and hammer WR: Sampler advanced by static weight of drill rod 94mm: 94 millimeter wireline core barrel T :: Water level directly measured in boring 0: Estimated water level based solely on sample appearance TEST SYMBOLS Symbol Definition CONS: One-dimensional consolidation test DEN: Dry density, pcf DST: Direct shear test E: Pressuremeter Modulus, tsf HYD: Hydrometer analysis LL: Liquid Limit, % LP: Pressuremeter Limit Pressure, tsf OC: Organic Content, % PERM: Coefficient of permeability (K) test; F - Field; L - Laboratory PL: Plastic Limit, % q,: Pocket Penetrometer strength, tsf (approximate) qc: Static cone bearing pressure, tsf qu: Unconfined compressive strength, psf R: Electrical Resistivity, ohm-cros RQD: Rock Quality Designation of Rock Core, in percent (aggregate length of core pieces 4" or more in length as a percent of total core run) SA: Sieve analysis TRX: Triaxial compression test VSR: Vane shear strength, remolded (field), psf VSU: Vane shear strength, undisturbed (field), psf WC: Water content, as percent of dry weight %-200: Percent of material finer than #200 sieve STANDARD PENETRATION TEST NOTES (Calibrated Hammer Weight) The standard penetration test consists of driving a split -spoon sampler with a drop hammer (calibrated weight varies to provide N60 values) and counting the number of blows applied in each of three 6" increments of penetration. If the sampler is driven less than 18" (usually in highly resistant material), permitted in ASTM: D 1586, the blows for each complete 6" increment and for each partial increment is on the boring log. For partial increments, the number of blows is shown to the nearest 0. P below the slash. The length of sample recovered, as shown on the "REC" column, may be greater than the distance indicated in the N column. The disparity is because the N-value is recorded below the initial 6" set (unless partial penetration defined in ASTM: D1586 is encountered) whereas the length of sample recovered is for the entire sampler drive (which may even extend more than 18 "). 0IREP052C (7/11) AMERICAN ENGINEERING TESTING, INC. AASHTO SOIL CLASSIFICATION SYSTEM AMERICAN ASSOCIATION OF STATE HIGHWAY AND TRANSPORTATION OFFICIALS Classification of Soils and Soil -Aggregate Mixtures Granular Materials Silt -Clay Materials General Classification (35% or less passing No. 200 sieve) (More than 35% passing No. 200 sieve) A-1 A-2 A-7 Group Classification A-7-5 A-1-a A-1-b A-3 A-2-4 A-2-5 A-2-6 A-2-7 A-4 A-5 A-6 A-7-6 Sieve Analysis, Percent passing: No. .10 (2.00 mm) ........... . . ....... 50 max. No. 40 (0.425 mm) ............ . ............... 30 max. 50 max. 51 min. ,No. 200 (0.075 mm) ............................ 15 max. 25 max. 10 max. 35 max. 35 max. 35 max. 35 max. 36 min. 36 min. 36 min. 36 min. Characteristics of Fraction Passing No. 40 (0.425 mm) (Liquid limit ............ - ...................... 40 max. 41 min. 40 max. 41 min. 40 max. 41 min. 40 max. 41 min. (Plasticity index ............................... 6 max. N.P. 10 max. 10 max. 11 min. 11 min. 10 max. 10 max. 11 min. 11 min. 'Usual Types of Significant Constituent Materials Stone Fragments, Fine Silty or Clayey Gravel and Sand Silty Soils Clayey Soils Gravel and Sand Sand General Ratings as Subgrade . . . . . . .............. Excellent to Good Fair to Poor The placing of A-3 before A-2 is necessary in the "left to right elimination process" and does not indicate superiority of A-3 over A-2. Plasticity index of A-7-5 subgroup is equal to or less than LL minus 30. Plasticity index of A-7-6 subgroup is greater than LL minus 30. Group A-8 soils are organic clays or peat with organic content >5%. 1000 90 8C 7C 6C iD j 5C 4C 3C 2C 10 Liquid Limit and Plasticity Index Ranges for the A-4, A 5, A-6 and A 7 Subgroups Deflnl ons oFGravi 1. Sand and Silt -Claw The terms "gravel", "coarse sand", "fine sand" and "silt -clay", as determinable from the minimum test data required in this classification arrangement and as used in subsequent word descriptions are defined as follows: GRAVEL- Material passing sieve with 3-in. square openings and retained on the No. 10 sieve. COARSE SAND - Material passing the No. 10 sieve and retained on the No. 40 sieve, FINE SAND - Material passing the No. 40 sieve and retained on the No. 200 sieve, COMBINED SILT AND CLAY - Material passing the No. 200 sieve BOULDERS (retained on 3-in. sieve) should be excluded from the portion of the sample to which the classiricailon is applied, but the percentage of such material, if any, in the sample should be recorded. The term "silty' is applied to fine materiel having plasticity index of 10 or less and the tens "clayey' is applied to fine material having plasticity index of 11 or greater. PLASTICITY INDEX (PI) In ')!1 %n An cn an 7n r rr r �r r r r r /k 5 X7 A-4 A 6 0 Sa GROUP INDEX CHART Group Index (GI) = (F-35) [0.2+0.005 (LL-40) ] + 0.01 (F-15) 1ST (PI-10) where F = % Passing No. 200 sieve, LL = Liquid t Limit, and PI = Plasticity Index. 720 N When working with A-2-6 and A 2-7 subgroups the Partial Group Index (PGI) is determined from the ie PI only. 30 40 When the combined Partial Group Indices are negative, the Group Index should be reported as zero. 3 v 30 0 to Z Uj GQ � 4�� 70 Example '82% Passing No. 200 sieve - LL = 38 PI=21 Thery PGI = 8.9 for LL PGI = 7.4 for PI .GI=16 00 01CI,S022 (07/11) AMERICAN ENGINEERING TESTING, INC. UNIFIED SOIL CLASSIFICATION SYSTEM AMERICAN ASTM Designations: D 2487, D2488 ENGINEERING TESTING, INC. Smi Classification Npkk Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests Group Group Name ABased on the material passing the 3-in Symbol 25-mm) sieve. if field sample contained cobbles or Coarse -Grained Gravels Mom Clean Gravels Cu?4.@nd 1�5Ce_3 GW Well graded gravel Sails Mote than 50% coarse Less than 5% boulders, or both, add `with cobbles or both" then 50% fraction retained finesc Cu<4 and/or 156t-3 GP Poorly graded gravel boulders, or to group name. retained on on No. 4 sieve °Gravels with 5 to 12% fines require dual No 200 Steve Gravels with Fines classify. as ML or W GM Silly grave} symbols: Fines more GW-GM well -graded gravel with silt than 12% fines c Fines classify as CL or Cii GC Clayey gravel GW-GC well -graded gravel with clay GP -GM poorly graded gravel with silt Sands 50% or Clean Sands cm,6 and 1 <Cc_<3 SW Well -graded sand GP -GC poorly graded gravel with clay more of coarse Less than 5% DSands with 5 to 12% fines require dual fraction passes fines° Cu<6 and/or >Cc>3' SP Poorly -graded sand symbols: No. 4 sieve SW-SM well -graded sand with silt Sands with Fines classify as ML or MI•i SM Silty sand ' SW -SC well -graded sand with clay Fines more SP-SM poorly graded sand with silt than 12% fines D Fines classify as CL or CH SC Clayey sand SP-SC poorly graded sand with clay �'0)c Fine -Grained silts and Clays inorganic P1>7 and plots on or above CL Lean clay— Soils 50% or Liquid limit less than 50 "A" liner Pl<4 or plots below NIL Sift ECU = D6° 1DI°, Cc = more passes the No, 200 ` A" line? DIo x Dw sieve organic Liquid limit -oven til:d 10.75 OL organic cla F o If soil contains >15 /° sand, add "with (see Plasticity Liquid limit— not dried Organic siltKLMO sand" to group name. Chart below) If fines classify as CL-NE, use dual Silts and CLAYS inorganic PI plots on or above "A" line CH Fat cla ymbol GG-GM+ or 3C'SM• If fines axe organic, add "with organic Liquid limit 50 or more Pl plots below "A" line Mli Elastic sill fines' to group name. 'Ifsoil contains>15% gravel, add "with organic li it av 75 OH Organic clay",gavel" to group name. If Atterberg (Emits plot is hatched area, Liquid limit— not dried q Organic silt L Mq soil is a CL-ML silty clay. KIf soil contains 15 to 29% plus No, 200 add "with sand" or "wdth gravel", Highly organic Pnmarily organic matter, dark PT Pea snit in color, and organic in odor whichever is predominant. LIf soil contains >30% plus No- 200, ff"MEM■NNE1 r1KIN MEMEN1 NOMINEE MEN 5 �..■■■■ N NONE predominantly sand, add sandy to group name, if soil contains >30% plus No, 200, predominantly gravel, add "gravelly" to group name. 11Pl>4 and plats oa or Above "A" line. "PIi4 or plots below "A" line. 'PI plots on or above "A" line. ON plots below "A" line. aFiber Content description shown below. PARTICLE SIZE IN MILLIMETERS LIQUID LIMIT (ILL) �_J&X_y"AA $=ss Plasticity Chart ADUI'I'TONAL TERMINOLOGY NOTES USED BY AFT FOR SOIL IDENTIFICATION AND D SCRIMON Grain Size GMyeiPementages Consistency of Plastic Soils Relative Dcm& ofNgn-PIMioit Term N-Value.13 Term N-Value- BPF Term bWJ:gJe Size Term Percent Boulders Over 12° A Little Gravel 3%- 14% Very Soft less than 2 Very Loose 0-4 Cobbles 31 to 12" With Gravel 15% - 29% Soft 2-4 Loose 5 - 10 Gravel #4 sieve to 3" Gravelly 30% - 50% Firm 5-8 Medium Dense 11 - 30 Sand 4200 to k4 Sieve Stiff 9 -15 Dense 31 - 50 Fines (silt & clay) Pass 02W sieve Very Stiff 16 - 30 Very Dena Greater than 50 Hard Greater than 30 MoistorriFrog Cmdiij Layering Not P0LD—WgLnon Organic D=nydon if nq lab Soils are described as °reams, if soil is not peat (MC Column) D (Dry): Absence ofmoisture, dusty, dry to Laminations: Layers less than Fiber Content and is judged to have sufficient organic fines content to influence the Liquid Limit properties, touch. M (Moist): Damp, although free water not /�' thick of Term !Visual > stimpLa] Stf ghr1v erariic used for borderline cases. � visible. Soil may still have a high "optimum "), differing material or color. Fibric Peat: Greater than 67% Root lnelusioms With roots: Judged to have sufficient quantity water content (over W ( Wed Free water visible, intended to Hemic Peat: 33 — 67% of roots to influence the soil Waterbearing): describe non -plastic soils. Lenses: Pockets or layers '/m Sapric Peat: Less than 33% properties. Waterbearing usually relates to greater than Trace roots: Small roots present, but not judged sands and sand with silt, thick of differing to be in sufficient quantity to F (Frozen): Soil frozen material or color. significantly affect soil properties. . 01CLS021 (07/08) AMERICAN ENGINEERING TESTING, .INC. 4= — W a j Boone Cir - Core GA05 , AMERCAN ENGINEERING TESTING INC. PROJECT SUBJECT SCALE As Shown In ti Gettysburg Ave N - Core GA07 New Hope 2016 StL�,et Improvements Core Photos — Northwood South Area DRAWN BY MF AFT NO. 28-01069A DATE 12/ 14/2015 FIGURE C-2 7N ch ti N." Jordan Cir - Core GA09 AMERCAN ENGINEERING TESTING INC. PROJECT SUBJECT SCALE As Shown New Hope 2016 Street Improvements Core Photos — Northwood South Area DRAWN BY MF AET NO. 28-01069A DATE 12/14/2015 FIGURE C-3 AMERICAN 1 ENGINEERING SUBSURFACE BORING LOG TESTING, INC. AET No: 28-01069 Log of Boring No. GA01 (p. 1 of 1) Project: New Hope 2016 Streets; New Hoe MN FIELD & LABORATORY TESTS DEPTH m Surfacc Elcvation GEOLOGY N MC S TYPE REC FEET MATERIAL DESCRIPTION WC DEN LL PL 24 4.25" Bituminous pavement FILL CORE 3 13 11" FILL, mostly gravelly sand with silt, brown t (A-1-a) FILL, mostly sandy lean clay, brown, gray, dark DP 40 2 gray (A-6) 3 14 28 14 END OF BORING 0 t DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO a DATE TIME SAMPLED CASING CAVE-IN DRILLING DEPTH DEPTH DEPTH FLUID LEVEL WATER LEVEL THE ATTACHED 0-3.8' Direct Push SHEETS FOR AN , o EXPLANATION OF N TERMINOLOGY ON CQMPLETED: 11I20115 THIS LOG DR: TK LG: TK Rig: 2611 01-DHR-06( 03/2011 �, AMERICAN 1 ENGINEERING TESTING, INC. SUBSURFACE BORING LOG AET No: 28-01069 Log of Boring No. GA02 (p. 1 of 1) Project: New Hope 2016 Streets; New Hope, MN w a 0 J J a F w a 0 4 W N p13ORIN �THIS DEPNTH FEET Surface Elevation MATERIAL DESCRIPTION GEOLOGY N MC SAMPLE TYPE REC IN. FIELD & LABORATORY TESTS WC DEN LL PL ,0-#20 1 2 3 4" Bituminous pavement FILL DP 46 16 33 14 2.5" FILL, mostly weathered bituminous, some sand and gravel, brown and black (A-1-b) 8" FILL, mostly gravelly sand with silt, brown (A-1-a) FILL, mostly sandy lean clay, a little gravel, brown (A-6) END OF BORING DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO 0-3.8' Direct Push DATE TIME SAMPLED DEPTH CASING DEPTH CAVE-IN DEPTH DRILLING FLUID LEVEL WATER LEVEL THE ATTACHED SHEETS FOR AN EXPLANATION OF TERMINOLOGY ON COWcs ETEII: 111201I5 DR: TK LG: TIC Rig: 26R LOG 03/2011 01-DHR-060 AMERICAN I ENGINEERING SUBSURFACE BORING LOG TESTING, INC. AET No: 28-01069 Log of Boring No. GA03 (p. 1 of 1) Project: New Hope 2016 Streets; New Hope, NIN FIELD & LABORATORY TESTS DEPTH Surface Elevation GEOLOGY N MC SAMPLE REC TYPE IN. FEET MATERIAL DESCRIPTION WC DEN LL PL N20 3.75" Bituminous pawment FILL 10.5" FILL, mostly gravelly sand with silt, brown (A-1-a) FILL, mostly sandy lean clay, a little gravel, DP 35 2 grayish brown (A-6) 3 SANDY LEAN CLAY, a little gravel, brown TILL (CL) (A-6) END OF BORING a P t � DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO DATE TIME SAMPLED CASING CAVE-IN DRILLING WATER DEPTH DEPTH DEPTH FLUID LEVEL LEVEL THE ATTACHED a 0-3.8' Direct Push SHEETS FOR AN 0 4 W EXPLANATION OF TERMINOLOGY ON COMPLETED: 11/20/15 THIS LOG Q DR: TK LG: TK Rig: 26R 01-DHR-06( 03/2011 AM ERICAN ENGINEERIN G SUBSURFACE BORING LOG TESTING , INC. AET No: 28-01069 Log of Boring No. GA04 (p. 1 of 1) Project: New Hope 2016 Streets; New Hoe NIN DEPTH Surface Elevation GEOLOGY N MC SAMPLE REC FIELD & LABORATORY TESTS FEET MATERIAL DESCRIPTION TYPE IN' WC DEN LL PL ,420 5" Bituminous pavement FILL 7.25" FILL, mostly gravelly sand with silt, 1 brown (A-1-a) FILL, mostly clayey sand, brown (A-2-6) DP 43 z FILL., mostly sand, a little gravel, brown (A-3) F'[L.L, mostly sandy lean clay, brown, gray, dark 3 brown (A-6) END OF BORING U2 N H U' J �J>J DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO 1 a DATE TIME SAMPLED DEPTH CASING DEPTH CAVE-IN DEPTH DRILLING FLUID LEVEL WATER LEVEL THE ATTACHED 0-3.8' Direct Push SHEETS FOR AN 0 0 s m N EXPLANATION OF BORINU TERMINOLOGY ON COMPLETED: 11/20/15 THIS LOG UJI DR: TK LG: TK Pug: 26R < 01-DHR-060 03/2011 AMERICAN ENGINEERING SUBSURFACE BORING LOG TESTING, INC. AET No: 28-01069 Log of Boring No. GA05 (p. I of 1) Project: New Hope 2016 Streets; New Hope, MN FIELD &LABORATORY TESTS DEIPTH Surface Elevation GEOLOGY N MC SAMPLE REC TYPE IN. FEET MATERIAL DESCRIPTION WC DEN LL PL 24 3.5" Bituminous pavement FILL 9 r2l 7" FILL, mostly silty sand, a little gravel, brown ' (A-2-4) 11 24 14 FILL, mostly clayey sand with gravel, some silty DP 42 2 and, gray (A-2-5/A-2�4) SANDY LEAN CLAY, a little gravel, brown 3 (CL) (A-6) END OF BORING N 7 N_ H c� N Y DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: THE REFER ATTACHED TO a DATE TIME SAMPLED DEPTH CASING DEPTH CAVE-IN DEPTH DRILLING FLUID LEVEL WATER LEVEL 0-3.8' Direct Push SHEETS FOR AN ID 0 o m N EXPLANATION OF a Bolu TERMINOLOGY ON u COMPLETED: 11/20/15 THIS LOG DR: TK LC,: TK : 26R 03/2011 01-DHR-060 AMERICAN ENGINEERING TESTING, INC. AET No: 28-01069 SUBSURFACE BORING LOG Project: New Hope 2016 Streets, New Hope, MN DEPTH Surface Elevation IN FEET MATERIAL DESCRIPTION 3.5" Bituminous pavement 9" FILL, mostly sand with gravel, some clayey sand and sand, brown (A-1-b) 2 FILL, mostly lean clay, a little gravel, dark gray (A-6) 3 FILL, mostly sand, a little gravel, brown (A-3) FILL, mostly sandy lean clay, a little gravel, dark brown, gray (A-6) SANDY LEAN CLAY, a little gravel, brown (CL) (A-6) END OF BORING I 03/2011 Log of Boring No, GA06 (p. 1 of 1) GEOLOGY I N I MCI SATYPMPLE I EC FIELD IN- WC IDE ABORATOPRL TES TO FILL DP 1 46 TILL DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS N 0-3.8' Direct Push DATE TIME SAMPLED DEPTH CASING DEPTH CAVE-IN DEPTH DRILLING FLUID LEVEL WATER LEVEL T S E� BORING COMPLETED: 11/20/15 TE DR: TK LG: TK Rig: 26R )TE: REFER TO 4E ATTACHED SETS FOR AN PLANATION OF 3MINOLOGY ON THIS LOG 01-DHR-060 AMERICAN ENGINEERING SUBSURFACE BORING LOG TESTING, INC. AET No: 28-01069 Log of Boring No. GA07 (p. 1 of 1) Project: New Hope 2016 Streets,• New Hope, MN FIELD & LABORATORY TESTS DEPTH IN Surface Elevation GEOLOGY N MC SAMPLE INC WC DEN LL PL o-1120 FEET MATERIAL DESCRIPTION 2.5" Bituminous pavement FILL 4.5" FILL, mostly sand with silt, a little gravel, brown (A-1-b) 4 9.5" FILL, mostly gravelly sand, brown (A-1-b) DP 36 2 FILL, mostly sandy lean clay, a little gravel, dark brown, gray (A-6) 3 END OF BORING N H 0 f DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO Q SAMPLED CASING CAVE-IN DRILLING WATER DATE TINE DEPTH DEPTH DEPTH FLUID LEVEL LEVEL THE ATTACHED m 0-3.8' Direct Push SHEETS FOR AN 0 o EXPLANATION OF W a TERMINOLOGY ON 0 COMPLETED: 11/20/15 THIS LOG DR: TK LG: TK Rig: 26R 01-DHR-06( 03/2011 AMERICAN ENGINEERING SUBSURFACE BORING LOG N� TESTING, INC. AET No: 28-01069 Log of Boring No. GA08 (p.1 of 1) Project: New Hope 2016 Streets; New Hope, NIN DEPTH Surface Elevation GEOLOGY N MC SAMPLE REC FIELD & LABORATORY TESTS FEET MATERIAL DESCRIPTION TYPE IN. WC DEN LL PL 4.4201 6.5" Bituminous pavement FILL 12" FILL, mostly sand with silt, a little gravel, ti brown (A-1-b) FILL, mostly sandy lean clay, gray, brown (A-6) DP 43 2 3 END OF BORING N a F d c� J J N DEPTH: DRILLING METHOD UJ WATER LEVEL MEASUREMENTS NOTE: REFER TO a DATE TIME SDEPTHD DEPTTH DEPTH FLUID LEVEL WATER T ATTACHED 0-3.8 Direct Push SHEETS FOR AN n EXPLANATION OF a BORING TERMINOLOGY ON Q COMPLETED: 11/20/15 THIS LOG c DR: TK LG: TK Ri ; 26R 03/2011 01-DHR-060 AMERICAN ENGINEERING SUBSURFACE BORING LOG TESTING, INC. 03/2011 AMERICAN ENGINEERING SUBSURFACE BORING LOG TESTING, INC. AET No: 28-01069 Log of Boring No. GA10 (p, 1 of 1) Project: New Hope 2016 Streets; New Hope, MN Surface Elevation DEPTH IN GEOLOGY N MC SAMPLE REC FIELD & LABORATORY TESTS WC DEN LL PL ,920 FEET MATERIAL DESCRIPTION TYPE IN. 5.75" Bituminous pavement FILL 5 13 12" FILL, mostly sand with gravel, brown (A- I -b) FILL, mostly sandy lean clay, a little gravel, DP 44 Z brown, gray (A-6) FILL, mostly sandy lean clay, a little gravel, 3 brown (A-6) FILL, mostly sandy lean clay, a little gravel, hrown, light brown (A-6) END OF BORING N_ F J J CL a 0 DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO THE ATTACHED Uj Q DATE TIME SAMPLED DEPTH CASING DEPTH CAVE-IN DEPTH DRILLING FLUID LEVEL WATER LEVEL d Q-3.8' Direct Push m 0 0 SHEETS FOR AN m N EXPLANATION OF 0. dy— BORING TERMINOLOGY ON a COMPLETED: 11/20/15 THIS LOG DR: TK LG: TK Rig: 26R 03/2011 01-DBR-060 AMERICAN l ENGINEERING SUBSURFACE BORING LOG TESTING, INC. AET No: 28-01069 Log of Boring No. GA11 (p. 1 of 1) Project: New Hope 2016 Streets; New Hope, MN FIELD & LABORATORY TESTS DEPTH IN Surface Elevation GEOLOGY SAMPLE REC N MC TYPE IN. FEET MATERIAL DESCRIPTION WC DEN LL PL 20 6.75" Bituminous pavement FILL CORE 10.5" FILL, mostly sand, a little gravel, brown 1 (A-1-b) FILL, mostly clayey sand, a little gravel, brown Z (A-2-6) DP 38 3 SANDY LEAN CLAY, a little gravel, brown TILL (CL) (A-6) END OF BORING a 0 c� J J h r DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO WJ a DATE TIME SAMPLED CASING CAVE-IN DRILLING WATER DEPTH DEPTH DEPTH FLUID LEVEL LEVEL THE ATTACHED 0-3.8' Direct Push m SHEETS FOR AN C. CA EXPLANATION OF CA TERMINOLOGY ON compl,E'tm 11/20/15 THIS LOG a DR: TK LG: TK Rig- 26R 01-DHR-06( 03/2011 AET Project No.: 28-01069 Project Name: New Hope 2016 Streets Project Location: New Hope, MN Date: 12/4/2015 Tested By: BAP Checked By: MF American Engineering Testing, Inc. 550 Cleveland Ave. North St. Paul, MN 55114 651-659-9001 Sample Location: GA-01, 6" Classification: Gravelly sand with silt, brown (A-1-a) WASHED GRADATION TEST RESULTS ASTM: C 136 and C 117 SAMPLE DRY WASHED PASSING MC NUMBER WEIGHT (g) WEIGHT (g) WEIGHT (g) % GA-01, 6" 297.8 266.9 39.8 3% SIEVE SIZE ACCUMULATIVE WEIGHT (g) TOTAL % GRADATION PASSING REQUIREMENTS ** 2 inch 1 1/2 inch 1 inch 0.00 100.0 3/4 inch 16.53 94.4 5/8 inch 25.70 91.4 1/2 inch 43.74 85.3 3/8 inch 70.51 76.3 No.4 146.39 50.8 No.10 189.34 36.4 No. 20 214.41 28.0 No.40 228.55 23.3 No. 80 244.80 17.8 No.100 248.64 16.5 No.200 258.01 13.4 AET Project No. Project Name Project Location Date Tested By Checked By 28-01069 New Hope 2016 Streets New Hope, MN 12/4/2015 BAP MF American Engineering Testing, Inc. 550 Cleveland Ave. North St. Paul, MN 55114 651-659-9001 Sample Location: GA-05, 6" Classification: Silty sand, a little gravel, brown (A-2-4) WASHED GRADATION TEST RESULTS ASTM: C 136 and C 117 SAMPLE DRY WASHED PASSING MC NUMBER WEIGHT (g) WEIGHT (g) WEIGHT (g) % GA-05, 6" 229.3 186.9 48.0 9% SIEVE SIZE ACCUMULATIVE WEIGHT (g) TOTAL % GRADATION PASSING REQUIREMENTS ** 2 inch 1 1/2 inch 1 inch 0.00 100.0 3/4 inch 0.00 100.0 5/8 inch 0.00 100.0 1/2 inch 7.00 96.9 3/8 inch 13.89 93.9 No. 4 29.45 87.2 No.10 48.31 78.9 No. 20 73.36 68.0 No.40 104.90 54.2 No.80 154.72 32.5 No.100 163.96 28.5 No.200 181.23 21.0 AET Project No.: 28-01069 Project Name: New Hope 2016 Streets Project Location: New Hope, MN Date: 12/4/2015 Tested By: BAP Checked By: M F American Engineering Testing, Inc. 550 Cleveland Ave. North St. Paul, MN 55114 651-659-9001 Sample Location: GA-07, 16" Classification: Gravelly sand with silt, brown (A-1-b) WASHED GRADATION TEST RESULTS ASTM: C 136 and C 117 SAMPLE DRY WASHED PASSING MC NUMBER WEIGHT (g) WEIGHT (g) WEIGHT (g) % GA-07, 16" 206.8 195.4 13.9 4% SIEVE SIZE ACCUMULATIVE WEIGHT (g) TOTAL % GRADATION PASSING REQUIREMENTS ** 2 inch 1 1/2 inch 1 inch 0.00 100.0 3/4 inch 0.00 100.0 5/8 inch 10.85 94.8 1/2 inch 32.32 84.4 3/8 inch 47.71 76.9 No. 4 71.64 65.4 No.10 87.26 57.8 No.20 107.50 48.0 No.40 135.23 34.6 No. 80 177.09 14.4 No. 100 183.57 11.2 No. 200 192.88 6.7 AET Project No.: 28-01069 Project Name: New Hope 2016 Streets Project Location: New Hope, MN Date: 12/4/2015 Tested By: BAP Checked By: MF Sample Location: GA-09, 16" Classification: Sand with silt, brown (A-3) American Engineering Testing, Inc. 550 Cleveland Ave. North St. Paul, MN 55114 651-659-9001 WASHED GRADATION TEST RESULTS ASTM: C 136 and C 117 SAMPLE DRY WASHED PASSING MC NUMBER WEIGHT (g) WEIGHT (g) WEIGHT (g) % GA-09, 16" 130.7 121.1 10.6 5% SIEVE SIZE ACCUMULATIVE WEIGHT (g) TOTAL % GRADATION PASSING REQUIREMENTS "* 2 inch 1 1/2 inch 1 inch 100.0 3/4 inch 100.0 5/8 inch 100.0 1/2 inch 100.0 3/8 inch 100.0 No. 4 0.00 100.0 No.10 0.29 99.8 No. 20 5.50 95.8 No. 40 35.86 72.6 No.80 100.37 23.2 No. 100 109.29 16.3 No. 200 120.01 8.1 AET Project No.: 28-01069 Project Name: New Hope 2016 Streets Project Location: New Hope, MN Date: 12/4/2015 Tested By: BAP Checked By: M F Sample Location: GA-10, 12" Classification: Gravelly silty sand, brown (A-1-b) American Engineering Testing, Inc. 550 Cleveland Ave. North St. Paul, MN 55114 651-659-9001 WASHED GRADATION TEST RESULTS ASTM: C 136 and C 117 SAMPLE DRY WASHED PASSING MC NUMBER WEIGHT (g) WEIGHT (g) WEIGHT (g) % GH-10, 12" 350.4 311.6 44.6 5% SIEVE SIZE ACCUMULATIVE WEIGHT (g) TOTAL % GRADATION PASSING REQUIREMENTS ** 2 inch 1 1/2 inch 0.0 100.0 1 inch 50.41 85.6 3/4 inch 74.70 78.7 5/8 inch 85.26 75.7 1/2 inch 102.88 70.6 3/8 inch 115.68 67.0 No. 4 140.10 60.0 No.10 163.51 53.3 No.20 196.88 43.8 No.40 234.39 33.1 No. 80 281.92 19.5 No.100 290.35 17.1 No.200 305.73 127 Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Mill & overlay Roadways, Northwood South AMERICAN December 14, 2015 ENGINEERING Report No. 28-01069A TESTING, INC. Appendix C Geotechnical Report Limitations and Guidelines for Use lipendix C Geotechnical Report Limitations and Guidelines for Use AET Report No. 28-01069 C.1 REFERENCE This appendix provides information to help you manage your risks relating to subsurface problems which are caused by construction delays, cost overruns, claims, and disputes. This information was developed and provided by ASFE', of which, we are a member firm. C.2 RISK MANAGEMENT INFORMATION C.2.1 Geotechnical Services are Performed for Specific Purposes, Persons, and Projects Geotechnical engineers structure their services to meet the specific needs of their clients. A geotechnical engineering study conducted for a civil engineer may not fulfill the needs of a construction contractor or even another civil engineer. Because each geotechnical engineering study is unique, each geotechnical engineering report is unique, prepared solely for the client. No one except you should rely ,on your geotechnical engineering report without first conferring with the geotechnical engineer who prepared it. And no one, not even you, should apply the report for any purpose or project except the one originally contemplated. C.2.2 Read the Full Report Serious problems have occurred because those relying on a geotechnical engineering report did not read it all. Do not rely on an executive summary. Do not read selected elements only. C.2.3 A Geotechnical Engineering Report is Based on A Unique Set of Project -Specific Factors Geotechnical engineers consider a number of unique, project -specific factors when establishing the scope of a study. Typically factors include: the client's goals, objectives, and risk management preferences; the general nature of the structure involved, its size, and configuration; the location of the structure on the site; and other planned or existing site improvements, such as access roads, parking lots, and underground utilities. Unless the geotechnical engineer who conducted the study specifically indicates otherwise, do not rely on a geotechnical engineering report that was: not prepared for you, • not prepared for your project, • not prepared for the specific site explored, or completed before important project changes were made. Typical changes that can erode the reliability of an existing geotechnical engineering report include those that affect: • the function of the proposed structure, as when it's changed from a parking garage to an office building, or from a light industrial plant to a refrigerated warehouse, + elevation, configuration, location, orientation, or weight of the proposed structure, + composition of the design team, or + project ownership. As a general rule, always inform your geotechnical engineer of project changes, even minor ones, and request an assessment of their impact. Geotechnical engineers cannot accept responsibility or liability for problems that occur because their reports do not consider developments of which they were not informed. C.2.4 Subsurface Conditions Can Change A geotecbnical engineering report is based on conditions that existed at the time the study was performed. Do not rely on a geotechnical engineering report whose adequacy may have been affected by: the passage of time; by man-made events, such as construction on or adjacent to the site; or by natural events, such as floods, earthquakes, or groundwater fluctuations. Always contact the geotechnical engineer before applying the report to determine if it is still reliable. A minor amount of additional testing or analysis could prevent major problems. 1 ASFE, 8811 Colesvilte Road/Suite G106, Silver Spring; NM 20910 Telephone: 301/565-2733: www.nsfe.or2 Appendix C —Page 1 of 2 AMERICAN ENGINEERING TESTING, INC Appendix C Geotechnical Report Limitations and Guidelines for Use AET Report No. 28-01069 C.2.5 Most Geotechnical Findings Are Professional Opinions Site exploration identified subsurface conditions only at those points where subsurface tests are conducted or samples are taken. Geotechnical engineers review field and laboratory data and then apply their professional judgment to render an opinion about subsurface conditions throughout the site. Actual subsurface conditions may differ, sometimes significantly, from those indicated in your report. Retaining the geotechnical engineer who developed your report to provide construction observation is the most effective method of managing the risks associated with unanticipated conditions. C.2.6 A Report's Recommendations Are Not Final Do not overrely on the construction recommendations included in your report. Those recommendations are not final, because geotechnical engineers develop them principally from judgment and opinion. Geotechnical engineers can finalize their recommendations only by observing actual subsurface conditions revealed during construction. The geotechnical engineer who developed your report cannot assume responsibility or liability for the report's recommendations if that engineer does not perform construction observation. C.2.7 A Geotechnical Engineering Report Is Subject to Misinterpretation Other design team members' misinterpretation of geotechnical engineering reports has resulted in costly problems. Lower that risk by having your geotechnical engineer confer with appropriate members of the design team after submitting the report. Also retain your geotechnical engineer to review pertinent elements of the design team's plans and specifications. Contractors can also misinterpret a geotechnical engineering report. Reduce that risk by having your geotechnical engineer participate in prebid and preconstruction conferences, and by providing construction observation. C.2.8 Do Not Redraw the Engineer's Logs Geotechnical engineers prepare final boring and testing logs based upon their interpretation of field logs and laboratory data. To prevent errors or omissions, the logs included in a geotechnical engineering report should never be redrawn for inclusion in architectural or other design drawings. Only photographic or electronic reproduction is acceptable, but recognizes that separating logs from the report can elevate risk. C.2.9 Give Contractors a Complete Report and Guidance Some owners and design professionals mistakenly believe they can make contractors liable for unanticipated subsurface conditions by limiting what they provide for bid preparation. To help prevent costly problems, give contractors the complete geotechnical engineering report, but preface it with a clearly written letter of transmittal. In the letter, advise contractors that the report was not prepared for purposes of bid development and that the report's accuracy is limited; encourage them to confer with the geotechnical engineer who prepared the report (a modest fee may be required) and/or to conduct additional study to obtain the specific types of information they need or prefer. A prebid conference can also be valuable. Be sure contractors have sufficient time to perform additional study. Only then might you be in a position to give contractors the best information available to you, while requiring them to at least share some of the financial responsibilities stemming from unanticipated conditions. C.2.10 Read Responsibility Provisions Closely Some clients, design professionals, and contractors do not recognize that geotechnical engineering is far less exact than other engineering disciplines. This lack of understanding has created unrealistic expectations that have led to disappointments, claims, and disputes. To help reduce the risk of such outcomes, geotechnical engineers commonly include a variety of explanatory provisions in their report. Sometimes labeled "limitations" many of these provisions indicate where geotechnical engineers' responsibilities begin and end, to help others recognize their own responsibilities and risks. Read these provisions closely. Ask questions. Your geotechnical engineer should respond fully and frankly. C.2.11 Geoenvironmental Concerns Are Not Covered The equipment, techniques, and personnel used to perform a geoenvironmental study differ significantly from those used to perform a geotechnical study. For that reason, a geotechnical engineering report does not usually relate any geoenvironmental findings, conclusions, or recommendations; e.g., about the likelihood of encountering underground storage tanks or regulated contaminants. Unanticipated environmental problems have led to numerous project failures. If you have not yet obtained your own geoenvironmental information, ask your geotechnical consultant for risk management guidance. Do not rely on an environmental report prepared for someone else. Appendix C — Page 2 of 2 AMERICAN ENGINEERING TESTING, INC 00 Stantec BIDDER: C MA `SsI�hA�� CD S DOCUMENT 0041 10 BID FORM 2016 INFRASTRUCTURE IMPROVEMENTS PROJECT NO. 193803348 CITY PROJECT NO. 974 NEW HOPE, MINNESOTA 2016 THIS BID IS SUBMITTED TO: City of New Hope 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 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: B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and 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 Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at, or contiguous to, the Site (except Underground Facilities) which have been identified in SC-4.02, and (2) reports and drawings of Hazardous Environmental Conditions that have been identified in SC-4.06. 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 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, investigotions, 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 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 Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. 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. 0 2016 Stantec 1 193803348 0041 10 - 1 BID FORM 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 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. 4.01 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 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. 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 11.033 of the General Conditions Bidder acknowledges that estimatod quantities are not guaranteed, and are solely for the purpose of compnrison 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. Item Units my Unit Price Total Price BASE BID: PART 1: GENERAL I MOBILIZATION 2 TRAFFIC CONTROL TOTAL PART 1: GENERAL LS LS no I $ 1 ti5 j 00—' I $ . 3.1106100 �ys orygl $ ! "DV! $ r PART 2: RECONSTRUCT STREETS (RECON) PART 2A: SANITARY SEWER (RECON) 3 REMOVE AND REPLACE SANITARY SEWER FRAME AND RINGS WITH HDPE RINGS AND FRAME 4 REMOVE SANITARY SEWER PIPE 5 10" PVC SANITARY SEWER PIPE - SDR 35 6 4" PVC SCHEDULE 40 SANITARY SEWER SERVICE PIPE 7 CONNECT TO EXISTING SANITARY SEWER PIPE 8 CONNECT TO EXISTING SANITARY SEWER SERVICE 9 CONNECT TO EXISTING SANITARY SEWER STRUCTURE EA LF LF LF EA EA EA 23 $ 1010, 112 15 $ �i 00 15 $ 10 (• 916 620 $ 1 $ go. / 3D 62 $ 1 $ �� $ .�U`0' T. $ 3 ` 00 $ 1 t SID' at 00 $ 51 "01T' q60 IV $ 1 $ $ ��"• ® 2016 Stantec 1 193803348 0041 10 - 2 BID FORM No. Item Units Qty Unit Price Total Price 10 REPAIR DOGHOUSE/INVERT EA 4 $ ��% OD $ 4 to po 11 4' DIAMETER SANITARY SEWER MH BARREL SECTION WITH STEP LF 15 $ 4150 $ �/ = 12 IMPROVED PIPE FOUNDATION LF 15 $ _ (D• LO $ 13 TELEVISE SANITARY SEWER LF 15 $ S■000 -7 $ r,•.Da TOTAL PART 2A: SANITARY SEWER (RECON) F r �' PART 211: WATER MAIN (RECON) 00 (p 06 14 TEMPORARY WATER SERVICE LS 1 $ $ 15 REMOVE WATER MAIN LF 6755 $ • D� $!� y a _ �O 16 REMOVE WATER SERVICE EA 124 $ . $ • 17 REMOVE HYDRANT, VALVE AND BOX EA 10 $ �+ $ '� oa �. �"►`+ 18 REMOVE VALVE AND BOX EA 13 $ a+� $ • t>' T' 19 CONNECT TO EXISTING WATER MAIN EA 12 $ $ 20 6" PVC WATER MAIN, C900-DR18, WITH TRACER WIRE LF 3495 $ 31'O $ �� s `�• • 3 a'�D t� ��,��• 21 8" PVC WATER MAIN, C900-DR18, WITH TRACER WIRE LF 3265 $ $ _ 22 6" GATE VALVE AND BOX EA 13 $ 31. �0 $ _ of 1 +�• 23 8" GATE VALVE AND BOX EA 7 $ . (Rr�_ 9-se r �p $00 / rrl ,, �� /���• 24 HYDRANT, INCLUDING 6' GATE VALVE AND BOX EA 10 $ 1`vgGd! $ V�.�++"�+ 25 EXTEND HYDRANT BARREL LF 4 $ $ �aVr e 26 DUCTILE IRON FITTINGS LB 2000 $ $ -7, 27 INSULATION - 4" THICK SY 200 $ + $ 28 IMPROVED PIPE FOUNDATION LF 700 $ $ ■ 00 '�� do , 29 CONNECT TO EXISTING WATER SERVICE EA 124 $ 1 $ -�_ + �• 30 1" CORPORATION STOP EA 124 $ y $ 4D `�� 3R.3(, np 1 31 1" CURB STOP AND BOX EA 124 $ $ 32 1 " TYPE "K" COPPER PIPE LF 3900 $ � 1 ' ' $ 1 v7I a 5iJ. TOTAL PART 211: WATER MAIN (RECON) s $ J s a i PART 2C: STORM SEWER (RECON) 1 0 ` 0R u.pc 33 REMOVE STORM SEWER MH OR CATCH BASIN EA 23 $ 10to• $ clrq s T 34 REMOVE STORM SEWER PIPE LF 1280 $ 1 •O $ i3 i�. 02016Stantec 1 193803348 0041 10-3 BID FORM No. Item Units QFY Unit Price Total Price 00 $ $ v $ $ -ate $ `a L_' wd e• $ to e q OG $ gl� 11'- " $ ��00' Od $ . ' $ �! •o 00 $ $ _ �► 161.1 $ _�D •�- $ � $ ♦p $ G b0 $ V• $ j t VIF 6e $ 3-7, " $ a $ 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 BULKHEAD OPENING IN EXISTING STORM STRUCTURE 17' RCP STORM SEWER, CL 5 15" RCP STORM SEWER, CL 5 18" RCP STORM SEWER, CL 5 21" RCP STORM SEWER, CL 4 24" RCP STORM SEWER, CL 3 30" RCP STORM SEWER, CL 3 36" RCP STORM SEWER, CL 3 51" SPAN RCP ARCH STORM SEWER, CL 2A 2'x3' STORM SEWER CATCH BASIN 4' DIAMETER STORM SEWER MH OR CBMH 4' DIAMETER STORM SEWER MH OR CBMH WITH 5' SUMP, ENERGY DISSIPATOR AND SKIMMER 5' DIAMETER STORM SEWER MH OR CBMH 6' DIAMETER STORM SEWER MH OR CBMH 7' DIAMETER STORM SEWER MH OR CBMH 7' DIAMETER STORM SEWER MH OR CBMH WITH 5' SUMP, ENERGY DISSIPATOR AND SKIMMER CONNECT TO EXISTING STORM SEWER PIPE CONNECT TO EXISTING STORM SEWER STRUCTURE CONNECTTO STRUCTURE (DRAINTILE) 2'x3' FILTRATION CATCH BASIN WITH SKIMMER FILTRATION TRENCH EXCAVATION (EV) FILTRATION TRENCH GEOTEXTILE FABRIC - TYPE V IRON -ENHANCED FILTER MEDIA (LV) 6" PVC PERFORATED COLLECTION PIPE, WITH SOCK 6" PVC NON -PERFORATED COLLECTION PIPE 8" PVC SLOTTED DISTRIBUTION PIPE, WITH FIELD CUT SLOTS AND SOCK W PVC NON -SLOTTED DISTRIBUTION PIPE TOTAL PART 2C: STORM SEWER (RECON) EA LF LF LF LF LF LF LF LF EA EA EA EA EA EA EA EA EA EA EA CY SY CY LF LF LF LF 1 277 465 443 351 306 185 149 29 5 17 1 2 1 2 1 10 1 37 3 300 855 260 385 45 385 90 " G6 $Jj��� � - $ $ $ �', S $ 35•yo ZQ $ •�v oa $ pp $ $ 100 •� ${ $ `; Rl• O $ �pt��a i❑.� $ � r�!���! + $ r s� �a 01 $ 7 $� $ "� 0� • Ob $ ��' $ $ $ $ . $ -y $ `• � $ + q a5' $ `" I $ ® 2016 Stantec 1 193803348 0041 10- 4 BID FORM No. Item Units Qty Unit Price Total Price 62 PART 2D: STREETS (RECON) TEMPORARY MAIL LS 1 V Va OQ $#Soo, 0 % pp $ 0Y06• 63 64 65 INLET PROTECTION SILT FENCE, TYPE MACHINE SLICED FLOATING SILT CURTAIN EA LF LF 35 420 200 $ $ $ 1 Of 5. �— $ t 37 5• DO $ , ram` Od $h y o `• Z 66 67 68 TEMPORARY ROCK CONSTRUCTION ENTRANCE WATER FOR DUST CONTROL SALVAGE SIGN TN TGAL EA 300 80 5 Qd $ �O� $ q 0= $ •�O�• $Sib sv $ $ 69 SALVAGE AND REINSTALL STREET NAME BLADE SIGN ON NEW POST EA 8 $ oa � � �' (g of $ y YiO•� 70 REMOVE TREE EA 150 $ -3 SQ $ �� `^""�• Od 71 72 73 MILL AND STOCKPILE BITUMINOUS PAVEMENT WITH PETROMAT - 3" DEPTH LOAD, HAUL, PLACE, GRADE AND COMPACT PETROMAT MILLINGS REMOVE BITUMINOUS PAVEMENT BELOW 3" MILL DEPTH SY CY SY 20720 2810 20720 $ $ $ I $s +' $ U. � ��• � •-� 4D i ` x j��• 0= $ I 1 ob' { ' rl G 74 SAWING BITUMINOUS PAVEMENT -STREET LF 500 $ So �' O; $O• 75 REMOVE CONCRETE CURB & GUTTER LF 13200 $ • K� $ _31, (0�0 O° 76 REMOVE CONCRETE WALK SF 650 $ __ l (fib " / �* O0 $ JO• 77 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 11500 $ so O' c Oa $ ��}�`�D• 78 79 REMOVE CONCRETE DRIVEWAY PAVEMENT COMMON EXCAVATION (P) SF CY 18200 17370 $ _ $ _ _ _ _ 1�'yd 150 $ Qr� _p • $ O� O•�0 80 SUBGRADE EXCAVATION (CV) CY 1750 $ ` �•uo $ 8 r ��E}, 0 81 GEOTEXTILE FABRIC -TYPE V SY 25400 $ '' as � $ 3+ 82 SELECT GRANULAR BORROW (MODIFIED) TN 27700 $ �' $s $ qq�• A� 83 AGGREGATE BASE, CLASS 5 TN 7700 $ 1 a' 3s $ - I Sj j `J �• Of • 84 4" PVC PERFORATED DRAIN TILE, WITH SOCK LF 13200 $ 7� C � $ LA9; Sc�• 85 4" PVC NON -PERFORATED DRAIN TILE LF 80 $ pp 0� $ 'Sao. 86 4" PVC SUMP PIPE STUB INCLUDING WYE AND CAP EA 131 $ ` G� 00 $T' 87 BITUMINOUS MATERIAL FOR TACK COAT GAL 1150 $ �' $ '314 Q• 88 89 TYPE SP 12.5 NON -WEARING COURSE MIXTURE (2,B) TYPE SP 9.5 WEARING COURSE MIXTURE (2,C) TN TN 2650 1990 $ $ , g 5 S' 'o $ vig, i3S•oc $ I3S, 36190 sav• °d _ 0 2016 Stantec 1 193803348 00 41 10 - 5 BID FORM No. Item Units Qty Unit Price Total Price 90 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) TN 100 $ 00 _ ao, — $ ka low' D� 91 6" CONCRETE DRIVEWAY SF 25000 $ ■� s $ SF 300 $ S9 �' $ 92 7" COMMERCIAL CONCRETE DRIVEWAY LF 13200 $ t3 1 • °m $ %0 93 B618 CONCRETE CURB AND GUTTER 1� 94 4" CONCRETE WALK SF 150 $. $ Q iOs y b= •����' 95 6"CONCRETE PEDESTRIAN RAMP SF 500 $. i `a $ '_ d 5• ? 96 TRUNCATED DOME SURFACE COMPOST BLANKET- BLOWN W/SEED SF SY 48 17500 $ $ • ga �' $ r • `/xw�w-' ag k ow . $. •. 97 EROSION CONTROL - 30 °� ow' d?� 98 TOPSOIL BORROW, MNDOT 3877.2B (LV) CY 3500 $ $105 " Ob ��• ��0 99 SIGN PANELS SF 20 $ 1 -7.F 1 $ ' q Op ��� �•� "' 100 ZEBRA CROSSWALK, WHITE SF 108 $ `'• $ LF 15 a 3 $ 101 24" SOLID WHITE STOP BAR $ _ 102 STREET SWEEPER (WITH PICKUP BROOM) HR 60 $ 1 ob .V33 ■ � 9 Cs0• $ I TOTAL PART 21): STREETS (RECON) $ 1 r"' D� PART 3: MILL 3 OVERLAY STREETS (M&O) PART 3A: UTILITIES (MLO) 00 ' 1 103 REMOVE AND REPLACE SANITARY SEWER FRAME AND RINGS WITH EA 15 $! a..'� $ CONCRETE RINGS AND FRAME .� p0 $ [" �r0d • 00 104 4' DIAMETER SANITARY SEWER MH BARREL SECTION WITH STEP LF 12 o_o 105 REMOVE AND REPLACE SANITARY SEWER PIPE (SPECIAL) LF 20 $ ■ $1W 4 86 y � ar � 1 106 REMOVE AND REPLACE STORM SEWER FRAME AND RINGS WITH EA 3 � CONCRETE RINGS AND FRAME •3.3� OD (90- *6 1D 107 REMOVE AND REPLACE WATER GV BOX SECTION EA 5 $ $ q ' TOTAL PART 3A: UTILITIES (M&O) $I� PART 36: STREETS (MLO) D 4 S q d 108 MILL BITUMINOUS PAVEMENT - 2" DEPTH SY 9,820 $ ' $ _ t no �• a_o 109 MILL AND STOCKPILE BITUMINOUS PAVEMENT WITH PETROMAT- 2" SY 12,320 $ $moo' DEPTH ��■ t t`r� aA Fw l' so 110 REMOVE AND REPLACE CONCRETE CURB & GUTTER LF 430 $ $ 00 Ill REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 1500 $ '•' • $ 1500 as oa $ t 7 ' 112 REMOVE CONCRETE DRIVEWAY PAVEMENT SF $ _ I. °b Flo' 113 AGGREGATE BASE, CLASS 5 - (SPECIAL) TN 610 $ $ 02016Stantec 1 193803348 004110-6 BID FORM No. Item Unh Qly Unit Price Total Price 114 BITUMINOUS PATCHING (SPECIAL) -TYPE SP 12.5 NON -WEARING TN 145 00 $ __� � $ is�� S. � COURSE MIXTURE(B) DO �' CO 3+ "01 In 115 BITUMINOUS MATERIAL FOR TACK COAT GAL 1,220 $ $ �' 116 TYPE SP 9.5 WEARING COURSE MIXTURE (2,B) TN 2,800 $ $ _ 1+�'"'■ vb• TYPE 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS TN 35 00 1 �O' Oa $ LAI aw 117 SP (2,B) $ GO -71 a-i 118 6" CONCRETE DRIVEWAY SF 1500 $ _ �R $. 119 APPLY CONCRETE CURING COMPOUND TO EXISTING CURB AND LF 14500 $ . S9 D• Q o0 $ �+ 155 �• GUTTER a 120 EROSION CONTROL COMPOST BLANKET - BLOWN W/SEED SY 240 $ p0 30, 121 TOPSOIL BORROW, MNDOT 3877.2B (LV) CY 45 $ $ TOTAL PART 311: STREETS (MLO) $ 01to 1 34 " • PART 4: FULL PAVEMENT REMOVAL STREETS (FPR) PART 4A: UTILITIES (FPR) ` prj 1, p p• -. 40' ' 122 REMOVE AND REPLACE SANITARY SEWER FRAME AND RINGS WITH EA 2 $ _ $ t CONCRETE RINGS AND FRAME 0 O LAI45. qd 14q as. 123 4' DIAMETER SANITARY SEWER MH BARREL SECTION WITH STEP LF 3 $ $ od 3� 33$•°,6 124 REMOVE AND REPLACE WATER GV BOX SECTION EA 1 $ $ 3 TOTAL PART 4A: UTILITIES (FPR) $ PART 4111: STREETS (FPR) sr �' -' C{� pp Os ' 125 MILL AND STOCKPILE BITUMINOUS PAVEMENT WITH PETROMAT - 2" SY 680 $ $ _ 1 • DEPTH (CUL DE SAC ONLY) S �• r „ice 126 MILL AND STOCKPILE BITUMINOUS PAVEMENT WITH PETROMAT- 3" SY 1,185 $ $ .�+• DEPTH Sd �• r' pQ 9 q 57• ' 127 REMOVE AND REPLACE CONCRETE CURB & GUTTER LF 30 $ $ a. S° Soo °� 128 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 200 $ $ sod• 129 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 200 $ . $ + .. i DO Dd 5g. 130 AGGREGATE BASE, CLASS 5 - (SPECIAL) TN 55 $ _ + $ I �' 131 BITUMINOUS PATCHING (SPECIAL) -TYPE SP 12.5 NON -WEARING TN 15 $ "-• $ .k_4 COURSE MIXTURE(B) +3. Ob 31 S-+0, 132 BITUMINOUS MATERIAL FOR TACK COAT GAL 105 $ + q10 133 TYPE SP 9.5 WEARING COURSE MIXTURE (2,B) TN 310 $ 00 , O' phi �134 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) TN 5 $ $• 135 6" CONCRETE DRIVEWAY SF 200 $ �+ $ _ I r ��• 136 APPLY CONCRETE CURING COMPOUND TO EXISTING CURB AND LF 1000 $ �/• $ _ ��y• GUTTER too -IV EROSION CONTROL COMPOST BLANKET - BLOWN W/SEED SY 50 $ > $ - 0 2016 Stantec 1 193803348 0041 10 - 7 BID FORM No. Item Units Qty Unit Price Total Price pp a� 138 TOPSOIL BORROW, MNDOT 3877.2B (LV) CY 10 $ 3O• $' " ?? OO `{ +00 139 STREET SWEEPER (WITH PICKUP BROOM) HR 10 $ 13`�• $ �1a30' �s TOTAL PART 4B: STREETS (FPR) $ .30_ 1. Ibt, BASE BID SUMMARY: `w 4 Too' ! TOTAL PART 1: GENERAL $ _ 1 TOTAL PART 2A: SANITARY SEWER (RECON) $ 14910-11 TOTAL PART 2B: WATER MAIN (RECON) $ 5sd ■ ay. S� TOTAL PART 2C: STORM SEWER (RECON) $ Lk v"'• % ./lC A 4~t is4T. TOTAL PART 2D: STREETS (RECON) $ {, TOTAL PART 3A: UTILITIES (M&O) $ s41 Cl 00 TOTAL PART 3B: STREETS (M&O) lso $ � wr. se TOTAL PART 4A: UTILITIES (FPR) by $�q03• TOTAL PART4B: STREETS (FPR) TOTAL BASE BID $ 0,5 its ALTERNATE 1 - DECATUR AVENUE RECONSTRUCTPART 1: r/am, y 140 MOBILIZATION AL ��bLS I $ _ Oa r 141 TRAFFIC CONTROL LS 1 $ 5�•°b $ _ • 5A pa TOTAL PART 1: GENERAL $ 1 (�• PART 2: SANITARY SEWER 06 t.0ip• .. 3 al �b 142 REMOVE AND REPLACE SANITARY SEWER FRAME AND RINGS WITH EA 3 $ $ •oo HDPE RINGS AND FRAME 5 143 *'PVC SCHEDULE 40 SANITARY SEWER SERVICE PIPE LF 90Q .r- 7� 144 CONNECT TO EXISTING SANITARY SEWER SERVICE EA 9 $ I' 145 4' DIAMETER SANITARY SEWER MH BARREL SECTION WITH STEP LF 4 $ $ I �� 0 TOTAL PART 2: SANITARY SEWER PART 3: WATER AIN WATER SERVICE LS 1 $ IDS IS $ 146 TEMPORARY OS 00 147 REMOVE WATER MAIN LF 760 $ $ a9 �+ % 11 4% 148 REMOVE WATER SERVICE EA 17 $ $ ® 2016 Stontec 1 193003348 0041 10-8 BID FORM No. Item Units Rly Unit Price Total Price 149 150 151 152 153 154 155 156 157 158 159 160 161 REMOVE HYDRANT, VALVE AND BOX REMOVE VALVE AND BOX CONNECT TO EXISTING WATER MAIN 6" PVC WATER MAIN, C900-DR18, WITH TRACER WIRE 6" GATE VALVE AND BOX HYDRANT, INCLUDING 6" GATE VALVE AND BOX EXTEND HYDRANT BARREL DUCTILE IRON FITTINGS IMPROVED PIPE FOUNDATION CONNECT TO EXISTING WATER SERVICE 1" CORPORATION STOP 1" CURB STOP AND BOX 1"TYPE "ICCOPPER PIPE TOTAL PART 3: WATER MAIN EA EA EA LF EA EA LF LB LF EA EA EA LF 2 2 2 760 2 2 1 280 76 17 17 17 520 $ $ $ _ $ $ s ,I 5 _ $ 3 $ $ _ $ . $ . 0111• Qb 0060 plZoj b 31, mo -ig �+ !"•� _ m �' IG QI ©• 1 Oi� • Or DO _ 1 �_ A4 •ci sp � f . $ •6 $ _ 08 $ • % 00 $ a l $ �. wO• I $. $ y�• b� $ 'yG $ O' $ ��• 00 $ $fig"' 00 $ rI '•""' $� (� PART 4: STORM SEWER 162 REMOVE STORM SEWER MH OR CATCH BASIN 163 15" RCP STORM SEWER, CL 5 164 1 B" RCP STORM SEWER, CL 5 165 2'x3' STORM SEWER CATCH BASIN 166 *DIAMETER STORM SEWER MH OR CBMH 167 *DIAMETER STORM SEWER MH OR CBMH WITH 5' SUMP, ENERGY DISSIPATOR AND SKIMMER 168 CONNECT TO EXISTING STORM SEWER PIPE 169 CONNECT TO STRUCTURE(DRAINTILE) 170 2'x3' FILTRATION CATCH BASIN WITH SKIMMER 171 FILTRATION TRENCH EXCAVATION (EV) 172 FILTRATION TRENCH GEOTEXTILE FABRIC - TYPE V 173 IRON -ENHANCED FILTER MEDIA (LV) 174 6" PVC PERFORATED COLLECTION PIPE, WITH SOCK 175 6" PVC NON -PERFORATED COLLECTION PIPE EA 02 1 $ ��-i� $ 1��• LF 101 $ �G • $ 3r09o, � LF 16 $ 33 ,7S $ -540, EA 1 $ I J••ab� $ 06 •7. EA 2 $ 14 i $ EA I $ f ��.bb �� $ .7 , bo I �1p�s r�1 00 EA 1 $ �� V 6� $ 41O(j . SY 145 $. 1•SP $ �` •` CY 44 $ r �•�• $ LF 65 $ - I `DSO $ 1r� 3�• *b LF 20 $ 14'Do $ 3ao•� 02016 Stantec 1 193803348 00 41 10 - 9 BID FORM No. Item UnHs My Unit Price Total Price 176 177 8" PVC SLOTTED DISTRIBUTION PIPE, WITH FIELD CUT SLOTS AND SOCK 8' VC NON -SLOTTED DISTRIBUTION PIPE TOTAL PART 4: STORM SEWER LF LF 65 30 $ .. $ . as I _ "7S I Li % asl, $ $` 'J • Ss $ �1! O•�O �7 d 178 PART 5: STREETS TEMPORARY MAIL LS 1 $ -�r 179 180 181 182 183 184 185 186 187 188 189 190 191 INLET PROTECTION SILT FENCE, TYPE MACHINE SLICED FLOATING SILT CURTAIN TEMPORARY ROCK CONSTRUCTION ENTRANCE WATER FOR DUST CONTROL SALVAGE SIGN SALVAGE AND REINSTALL STREET NAME BLADE SIGN ON NEW POST REMOVE TREE MILL AND STOCKPILE BITUMINOUS PAVEMENT WITH PETROMAT - 3" DEPTH LOAD, HAUL, PLACE, GRADE AND COMPACT PETROMAT MILLINGS REMOVE BITUMINOUS PAVEMENT BELOW 3" MILL DEPTH SAWING BITUMINOUS PAVEMENT - STREET REMOVE CONCRETE CURB &GUTTER EA LF LF TN TGAL EA EA EA SY CY SY LF LF 6 50 100 100 20 1 2 18 2400 180 2400 140 1600 $ . $ $ _ $ $ $ $ $ $ . $ . 1 • �o oZ �° �" 70 _ _ oo 30' _ $ -7 `SO' b� �w0 . � $ oa $ Soo � F 00 $ _t 00 $. 9 00 $ 3r7 Q, 0� $ �; ID °; $ tie $ 3 �� " $,_ j , t -I O` S�` f • 1 I ` • so +� di . S� 40 I' 00 192 193 REMOVE CONCRETE WALK REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF SF 170 2500 $ $ $ $ '^ a so SD O" c 194 195 196 197 198 199 200 201 202 REMOVE CONCRETE DRIVEWAY PAVEMENT COMMON EXCAVATION (P) SUBGRADE EXCAVATION (CV) GEOTEXTILE FABRIC -TYPE V SELECT GRANULAR BORROW (MODIFIED) AGGREGATE BASE, CLASS 5 4" PVC PERFORATED DRAIN TILE, WITH SOCK 4" PVC SUMP PIPE STUB INCLUDING WYE AND CAP BITUMINOUS MATERIAL FOR TACK COAT SF CY CY SY TN TN LF EA GAL 1300 2230 220 2910 3200 900 1600 18 135 $ $ $ $ $ $ $ . $ $ $ $ UPI S7A o� $ So $ _;- �] � $ $ 1 S, $ �=i $ �r • "-" pp $ IA v S' yo �' as a' �' .. _ 00 S0' e O ® 2016 Stantec 1 193803348 0041 10 - 10 BID FORM No. Item 203 TYPE SP 12.5 NON -WEARING COURSE MIXTURE (2,B) 204 TYPE SP 9.5 WEARING COURSE MIXTURE (2,C) 205 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) 206 6" CONCRETE DRIVEWAY 207 B618 CONCRETE CURB AND GUTTER 208 C CONCRETE WALK 209 6" CONCRETE PEDESTRIAN RAMP 210 TRUNCATED DOME SURFACE 211 EROSION CONTROL COMPOST BLANKET - BLOWN W/SEED 212 TOPSOIL BORROW, MNDOT 3877.2E (LV) 213 SIGN PANELS 214 STREET SWEEPER (WITH PICKUP BROOM) TOTAL PART 5: STREETS ALTERNATE 1 - DECATUR AVENUE RECONSTRUCT SUMMARY: PART 1: GENERAL PART 2: SANITARY SEWER PART 3: WATER MAIN PART 4: STORM SEWER PART 5: STREETS TOTAL ALTERNATE 1 - DECATUR AVENUE RECONSTRUCT ALTERNATE 2 - ENSIGN AVENUE RECONSTRUCT PART 1: GENERAL 215 MOBILIZATION 216 TRAFFIC CONTROL TOTAL PART 1: GENERAL Units Qty Unit Price Total Price TN 305 $ SS•TO $ q i C)L41,}• SD TN 225 $ 6 V ' $ `S! -W�{ ' SP TN 30 $ �� O � $ "" SF 2500 $_ `.$s •�� $ `Q4'1aS,00 LF 1600 $ � .Va $ a 0= SF 30 $ lap • $ _ _•_ SF 140 $ �7 ? t '1 $ ` P� SF 16 $ •� �• �' $ G, ow SY CY 2150 430 $ $' 00 $ 07 SF 6.25 $ 3� °° _ � a3► as HR 20 $ •� 00 I J3. •j $ p`+(040.v $ ;�!; t oQ�+ ."k LS 1 $1 r 43D.o $ wk i'A X °I LS 1 $IV $ 010 is 4 PART 2: SANITARY SEWER 1 D70, 0-t N r� d o, OT 217 REMOVE AND REPLACE SANITARY SEWER FRAME AND RINGS WITH EA 4 $ 1 $ HDPE RINGS AND FRAME 5 v- •�Q O= 218 4" PVC SCHEDULE 40 SANITARY SEWER SERVICE PIPE LF 100 219 CONNECT TO EXISTING SANITARY SEWER SERVICE EA 10 $ (0-3• 0 2016 Stantec 1 193803346 0041 10 - 11 BID FORM No. Item Units Qty Unit Pdce Total Price 006 TOTAL PART 2: SANITARY SEWER 101 # '^'. � � 3' PART 3: WATER MAIN r} C�O0 swo. '1 C/�• 00 so 220 TEMPORARY WATER SERVICE IS 1 $ i 8S- $ up/+ 0o I' �' 221 REMOVE WATER MAIN LF 920 $ ;a Lq A. $. ao 222 REMOVE WATER SERVICE EA 21 $ pp I'r 1 *6 ` l' 223 REMOVE HYDRANT, VALVE AND BOX EA 1 $ $ 224 REMOVE VALVE AND BOX EA 2 $ $ 225 CONNECT TO EXISTING WATER MAIN EA 2 $ $ $ 226 6" PVC WATER MAIN, C900-DR18, WITH TRACER WIRE LF 920 N 60 BB ?M601 227 6" GATE VALVE AND BOX EA 21� $qu"�$�$ O 04' ai 228 HYDRANT, INCLUDING 6' GATE VALVE AND BOX EA 1 $ $ +# ' 229 EXTEND HYDRANT BARREL LF 1 $ V t C $��' 230 DUCTILE IRON FITTINGS LB 210 $' $ 231 IMPROVED PIPE FOUNDATION LF 100 $ D' r $ 00 , ��' at 232 CONNECT TO EXISTING WATER SERVICE EA 21 $ �' Ob $r�' �`� q. va 1 3■ 233 1" CORPORATION STOP EA 21 $ $ ai �' 54 4, C 234 1" CURB STOP AND BOX EA 21 $ __���•�, $ "K" 650 235 1"TYPE COPPER PIPE LF $A7• WATER MAIN �O $ -U--7 -76 TOTAL PART 3: - PART 4: STORM SEWER �[l�• �'^' 236 REMOVE STORM SEWER MH OR CATCH BASIN EA 2 $ $ .._� 237 REMOVE STORM SEWER PIPE LF 56 $ _ $ 238 BULKHEAD OPENING IN EXISTING STORM STRUCTURE EA 1 ? Od $ •..�7o' ^ 00 � `D' CL 5 LF 121 $ $ 3,0 239 15" RCP STORM SEWER, 240 21" RCP STORM SEWER, CL 4 LF 22 $ $ EA 1 $ �����~ $ "' �• 241 2'x3' STORM SEWER CATCH BASIN av SEWER MH OR CBMH EA 2 $ `{��Y+� $ 3+ &q ' 242 4' DIAMETER STORM Q� s� 243 CONNECT TO EXISTING STORM SEWER STRUCTURE EA 1 $• $ • 244 CONNECT TO STRUCTURE (DRAINTILE) EA 8 $ $ �v 0 2016 Stantec 1 193803346 0041 10 - 12 BID FORM No. Item Units Qty UnitPriceTotal Price 245 246 2'x3' FILTRATION CATCH BASIN WITH SKIMMER FILTRATION TRENCH EXCAVATION (EV) EA CY 1 615 . `i0w.� $ u $ o. !— sip $ $ �D �'. _ 101 t $ a L 247 248 249 250 251 252 FILTRATION TRENCH GEOTEXTILE FABRIC - TYPE V IRON -ENHANCED FILTER MEDIA (LV) 6" PVC PERFORATED COLLECTION PIPE, WITH SOCK 6" PVC NON -PERFORATED COLLECTION PIPE 8" PVC SLOTTED DISTRIBUTION PIPE, WITH FIELD CUT SLOTS AND SOCK 8' VC NON -SLOTTED DISTRIBUTION PIPE SY CY LF LF LF LF 180 55 80 10 80 30 $ $ $ $A $ $ =° 4 W _ ao a so ��� `�•' So $ 1 $ _ $ ` �• aS 4 $ '? TOTAL PART 4: STORM SEWER $ 253 PART 5: STREETS TEMPORARY MAIL LS 1 � 4 4 �aa� $ %soo $ boo _ (A S�• s 254 255 256 257 INLET PROTECTION SILT FENCE, TYPE MACHINE SLICED TEMPORARY ROCK CONSTRUCTION ENTRANCE WATER FOR DUST CONTROL EA LF TN TGAL 6 50 100 20 �p $ � � �� $ .. $ $ $ po 7 SO' _�"'�• bQ0 -7Op. $ ' $ 'do 3 S 258 SALVAGE SIGN EA 1 259 SALVAGE AND REINSTALL STREET NAME BLADE SIGN ON NEW POST EA 1 260 REMOVE TREE EA 24 261 REMOVE BITUMINOUS PAVEMENT 262 SAWING BITUMINOUS PAVEMENT -STREET 263 REMOVE CONCRETE CURB & GUTTER 264 REMOVE CONCRETE WALK 265 REMOVE BITUMINOUS DRIVEWAY PAVEMENT 266 REMOVE CONCRETE DRIVEWAY PAVEMENT 267 COMMON EXCAVATION (P) 268 SUBGRADE EXCAVATION (CV) 269 GEOTEXTILE FABRIC -TYPE V 270 SELECT GRANULAR BORROW (MODIFIED) 271 AGGREGATE BASE, CLASS 5 SY LF LF SF SF SF CY CY SY 2930 $ + go 155 $ 1980 $ o0 340 $ 1800 $ 2870 $ 2940 Lb wo ' 300 $_ �' a 3600 $ 1 v` TN 3900 $_. TN 1100 $ �' s 0 2016 Stantec 1 193803348 0041 10 - 13 810 FORM No. Item Units Qty Price Total Price $ �a �� "• =O 0 $ • 313�� I.� 00 $ •�D, � o* $ $ $ � 40 1 0,0 010 $ 1�� �' 272 273 274 275 276 277 278 4" PVC PERFORATED DRAIN TILE, WITH SOCK 4" PVC SUMP PIPE STUB INCLUDING WYE AND CAP BITUMINOUS MATERIAL FOR TACK COAT TYPE SP 12.5 NON -WEARING COURSE MIXTURE (2,B) TYPE SP 9.5 WEARING COURSE MIXTURE (2,C) TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) 6" CONCRETE DRIVEWAY LF EA GAL TN TN TN SF 1980 22 160 370 275 20 4000 $ $ $ $ $ $ $ . �jUnit J� ? _ 1r 0� ` JDi - p0 q0 �■ _ �0 '�a �O + B f 4 ■ % '] �' 279 280 281 282 283 284 285 B618 CONCRETE CURB AND GUTTER 6" CONCRETE PEDESTRIAN RAMP TRUNCATED DOME SURFACE EROSION CONTROL COMPOST BLANKET - BLOWN W/SEED TOPSOIL BORROW, MNDOT 3877.213 (LV) SIGN PANELS STREET SWEEPER (WITH PIC:KIIP BROOM) TOTAL PART 5: STREETS LF SF SF SY CY SF HR 1980 340 24 2600 520 18.75 20 $ $ $ $ . $ $ _ $ _ o+ • Ills, $ a. -pro $� p0 $ — t b t►l s 00 $ $ 3 = $ ' $ A $ a( ` _ Lj a' *e �! — 30 , 3-7• 1 33+00 ALTERNATE 2 - ENSIGN AVENUE RECONSTRUCT SUMMARY: o 13 p. 09 $ PART 1: GENERAL 00 S,14i11 $~ i PART 2: SANITARY SEWER $a PART 3: WATER MAIN PART 4: STORM SEWER $ $ xaq PART 5: STREETS l' TOTAL ALTERNATE 2 - ENSIGN AVENUE RECONSTRUCT $!" "�Yl B ALTERNATE 3 - NORTHWOOD CIRCLE RECONSTRUCT 314 004 7S PART 1: DEDUCT FROM BASE BID 286 DEDUCT: TOTAL PART 4A AND TOTAL PART 4B OF BASE BID (BID LS -1 $ •. SD ITEMS #122-139) TOTAL PART 1: DEDUCT FROM BASE BID PART 2: GENERAL pip01 4��, 287 MOBILIZATION LS I $ �' 00 �o 288 TRAFFIC CONTROL LS 1 $+ ~ $ 0�0 TOTAL PART 2: GENERAL $j O 0 2016 Stantec 1 193803348 0041 10- 14 BID FORM No. Item UnNs Qty Unit Price Total Price 289 290 291 292 PART 3: SANITARY SEWER REMOVE AND REPLACE SANITARY SEWER FRAME AND RINGS WITH HDPE RINGS AND FRAME 4" PVC SCHEDULE 40 SANITARY SEWER SERVICE PIPE CONNECT TO EXISTING SANITARY SEWER SERVICE N DIAMETER SANITARY SEWER MH BARREL SECTION WITH STEP TOTAL PART 3: SANITARY SEWER EA LF EA LF 2 50 5 3 00 $ _ $ _ T $ �03 zo $ Lk �� �A $ �� $ 3 ti �O .sa $ $ 1�a s $ ,� 293 PART 4: WATER MAIN TEMPORARY WATER SERVICE LS 1 $"lox �' 294 295 296 297 298 299 REMOVE WATER MAIN REMOVE WATER SERVICE REMOVE HYDRANT, VALVE AND BOX REMOVE VALVE AND BOX CONNECT TO EXISTING WATER MAIN 6" PVC WATER MAIN, C900-DR18, WITH TRACER WIRE LF EA EA EA EA LF 440 10 1 1 1 440 $ _ 1• _ $ 1a� $ �• $ L4 a $ $ $� �� 9 301 $ V L• y $ • $ 1 • 1 t u' - t I Ila, 300 6" GATE VALVE AND BOX EA 1 $ o $ 301 302 303 304 305 306 307 308 HYDRANT, INCLUDING 6" GATE VALVE AND BOX EXTEND HYDRANT BARREL DUCTILE IRON FITTINGS IMPROVED PIPE FOUNDATION CONNECT TO EXISTING WATER SERVICE 1" CORPORATION STOP 1" CURB STOP AND BOX 1"TYPE "IC COPPER PIPE TOTAL PART 4: WATER MAIN EA LF LB LF EA EA EA LF 1 1 160 45 10 10 10 420 $ !�' "'•ab $ ►b $ �' $ - 0 of ` db $_- 1��• $ . 17 `' �d $ _� ' s0 $ _ d-7• $ Owe $ $ 33�.a; 4s dff $ ' $+���' $ I�7 $ �+ • r 00 $ II 1 5So' $ gj 4z 309 310 311 312 PART 5: STORM SEWER REMOVE STORM SEWER MH OR CATCH BASIN REMOVE STORM SEWER PIPE 15" RCP STORM SEWER, CL 5 18" RCP STORM SEWER, CL 5 EA LF LF LF 1 48 139 22 Ob $ 1 m p ` C 9' $ _! $ -fS $ _— — _ $ Iot • O� 10 $ r . SD $ m 2016 Stantec 1 193803346 0041 10 -15 BID FORM No. Item Units 313 2'x3' STORM SEWER CATCH BASIN EA 314 4' DIAMETER STORM SEWER MH OR CBMH EA 315 CONNECT TO EXISTING STORM SEWER STRUCTURE EA 316 CONNECT TO STRUCTURE(DRAINTILE) EA 317 2'x3' FILTRATION CATCH BASIN WITH SKIMMER EA 318 FILTRATION TRENCH EXCAVATION (EV) CY 319 FILTRATION TRENCH GEOTEXTILE FABRIC - TYPE V SY 320 IRON -ENHANCED FILTER MEDIA (LV) CY 321 6" PVC PERFORATED COLLECTION PIPE, WITH SOCK LF 322 6" PVC NON -PERFORATED COLLECTION PIPE LF 323 8" PVC SLOTTED DISTRIBUTION PIPE, WITH FIELD CUT SLOTS AND LF SOCK 324 8" PVC NON -SLOTTED DISTRIBUTION PIPE LF TOTAL PART 5: STORM SEWER PART 6: STREETS 325 TEMPORARY MAIL LS 326 INLET PROTECTION EA 327 SILT FENCE, TYPE MACHINE SLICED LF 328 TEMPORARY ROCK CONSTRUCTION ENTRANCE TN 329 WATER FOR DUST CONTROL TGAL 330 SALVAGE SIGN EA 331 SALVAGE AND REINSTALL STREET NAME BLADE SIGN ON NEW POST EA 332 REMOVE TREE EA 333 MILL AND STOCKPILE BITUMINOUS PAVEMENT WITH PETROMAT - 3" SY DEPTH 334 LOAD, HAUL, PLACE, GRADE AND COMPACT PETROMAT MILLINGS CY 335 REMOVE BITUMINOUS PAVEMENT BELOW 3" MILL DEPTH SY 336 SAWING BITUMINOUS PAVEMENT -STREET LF 337 REMOVE CONCRETE CURB & GUTTER LF 338 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 339 REMOVE CONCRETE DRIVEWAY PAVEMENT SF aty Unit Price 1 $ `hr, Is 110 2 $ $ S 30,`: 8 $ ,� po $ 45 $�' 125 $. _ 1 I' 40 55 $ $ CIO 9.4 55 $ 10 $._ $ 4 500, 6 $ 5 30 50 $ • 3® °a 50 $ ' 20 $ 3 S. Sip _ 1 $ 6 $ 1870 $ 155 $ ' 1870 $ 65 $ a y° ' 1000 $ i o0 300 $ ' 4 ds � 1900 $ Total Price $. $ 33 oe S30i �d o� $ $ yb $ $ 30 $ $ ass~ $ ' $ ' Si $I 4 $ �i��a• x 0�0 $ a, D� 0 2016 Stantec 1 193803348 0041 10 - 16 BID FORM No. Item Units QIy Unit Price 340 COMMON EXCAVATION (P) CY 1670 $ �• ILO$ ^�Total•PZrice 7, 3�'s,°a 341 342 343 SUBGRADE EXCAVATION (CV) GEOTEXTILE FABRIC - TYPE V SELECT GRANULAR BORROW (MODIFIED) CY SY TN 170 2100 2300 $ $ $ _ `�+' O $ 0)1-70 ,b0 $a_(D��^ O~ $ _ —7• S 3" 345 346 347 348 349 350 AGGREGATE BASE, CLASS 5 4" PVC PERFORATED DRAIN TILE, WITH SOCK 4" PVC SUMP PIPE STUB INCLUDING WYE AND CAP BITUMINOUS MATERIAL FOR TACK COAT TYPE SP 12.5 NON -WEARING COURSE MIXTURE (2,B) TYPE SP 9.5 WEARING COURSE MIXTURE (2,C) TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) TN LF EA GAL TN TN TN 650 1000 12 100 220 170 10 $ _ $ $ $ $ _ $ $ ' P •� $ O'^�' bo $ $ $ Soo'. $ 9Q � V 40 $ ' 1 ���� • s $ iS �� •+�oO _ r — 4 q yd �* 351 6' CONCRETE DRIVEWAY SF 2000 $ �• 01 t*o $ l�Q0' 352 353 354 355 B618 CONCRETE CURB AND GUTTER EROSION CONTROL COMPOST BLANKET - BLOWNW/SEED TOPSOIL BORROW, MNDOT 3877.2B (LV) SIGN PANELS LF SY CY SF 1000 1300 260 6.25 $ to $._ Cl'► $ $ SIwo r $ s' • V' $ _ �+ $ '� ��' r $ �� • 356 STREET SWEEPER (WITH PICKUP BROOM) HR 20 TOTAL PART 6: STREETS $ 11471 ." ALTERNATE 3 - NORTHWOOD CIRCLE RECONSTRUCT SUMMARY: TOTAL PART 1: DEDUCT FROM BASE BID TOTAL PART 2: GENERAL TOTAL PART 3: SANITARY SEWER TOTAL PART 4: WATER MAIN TOTAL PART 5: STORM SEWER TOTAL PART 6: STREETS TOTAL ALTERNATE 3 - NORTHWOOD CIRCLE RECONSTRUCT © 2016 Stantec 1 193803348 0041 10 - 17 BID FORM No. Item Unlh Qty Unit Price Total Price 3 o5S s_i TOTAL BASE BID $ 1 r TOTAL ALTERNATE 1 - DECATUR AVENUE RECONSTRUCT TOTAL ALTERNATE 2 - ENSIGN AVENUE RECONSTRUCT TOTAL ALTERNATE 8 - NORTHWOOD CIRCLE RECONSTRUCT 02016 Stantac 1 193803348 00 Al 10 - 10 BID FORM STATE OF MINNESOTA • RESPONSIBLE CONTRACTOR CERTIFICATE Applies to all prime contracts In excess of $50,000 A responsible contractor is defined in Minnesota Statutes § 16C.285, subdivision 3. Any prime contractor or subcontractor who does not meet the minimum criteria under Minnesota Statutes § 16C.285, subdivision 3, or who fails to verify that it meets those criteria, Is not a responsible contractor and is not eligible to be awarded a construction contract for the project or to perform work on the project. A false statement under oath verifying compliance with any of the minimum criteria shall render the prime contractor or subcontractor that makes the false statement Ineligible to be awarded a construction contract for the project and may result in termination of a contract awarded to a prime contractor or subcontractor that makes a false statement. A prime contractor shall submit to the contracting authority upon request copies of the signed verifications of compliance from all subcontractors of any tier pursuant to Minn. Stat. § 16C.285, subdivision 3, clause 7. If a prime contractor or any subcontractor retains additional subcontractors on the project after submitting its verification of compliance, the prime contractor or subcontractor shall obtain verifications of compliance from each additional subcontractor with which it has a direct contractual relationship and shall submit a supplemental verification confirming compliance with subdivision 3, clause (7), within 14 days of retaining the additional subcontractors. By signing this statement. I_. j7i��D1r� t�'� . (typed or printed name), (title) certify that I am an owner or officer of the company and do verify under oath that my company is in compliance with each of the minimum criteria listed in Minn. Stat. § 16C.285. GMR (Marne of the Person, Partneship br Corporation 111v Address) this proposal) �w01 Rd C'nMY4'MN s53v& (City, State and Zip Code) Signed 3-2-1( Date 0 2016 Stantec 1 193803348 0041 10 - 19 BID FORM 6.01 Bidder agrees that the Work will be Substantially Completed and completed and ready for Final Payment in accordance with Paragraph 14.07.13 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 Mar, h girl 2016. If Bidder Is: A Cc�rooroligr� Corporation Name: lain two if 6y- ISEALI NA State of Incorporation: VA0 Type (General Business, P. ofessional ServiceArlited Liability): By: (Signature) ^ Name (typed or printed): Z(A111K -F. C Title: "'�• � C1 Attest (CORPORATE SEAL) kksalure of Corporate Secretary( Business Street Address (No P.O. Box #'s): Coo Lade bwm Rd- 0 6's � I mri Ss3iSr'- Phone No.: Fax No.: 6)"-L141a-s(&sL Email: �y"k a 0 rn h a oho '� ® 2016 Stantec 1193803348 0041 10 - 20 BID FORM .. • CONTRACTOR: (Name, legal status and address) GMH Asphalt Corporation 9180 Laketown Road Chaska, MN 55318 OWNER: (Name, legal status and address) City of New Hope 4401 Xylon Avenue North New Hope, MN BOND AMOUNT: 5% CHA URETY Bond No. Bid Bond SURETY:Western Surety Company SD Corporation (Name, legal status and principal place of business) 333 S. Wabash Avenue 41st Floor Chicago, IL 60604 Five Percent of Amount Bid PROJECT: (Name, location or address, and Project number, if any) 2016 Northwood South Area Infrastructure Improvements Project No. 974 This document has important legal consequences. Consultatlon with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner 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. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 1st day of March 2016 GMH Asohalt_CorrYbratio (Pri ncipa (Seal) (Title) ra a oraC i e rest en Western Surety Company ( r' ty) l� (Seal) 'e'ife) Barbara L. Kaedeke , Attorney -in -Fact Printed in cooperation with the American Institute of Architects (AIA). The language In this document confoans to the language used in A/A Document A310 - Bid Bond - 2010 Edition. CORPORATE ACKNOWLEDGMENT STATE OF MINNESOTA COUNTY OF CARVER On this 1st day of March, 2016 before me personally appeared Brandon E. Butorac to me known, who being by me duly sworn, did say that he is the Vice President of the GMH ASPHALT CORPORATION, the corporation described in and which executed the foregoing instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation; and that he signed his name thereto by like order. ' ERICA LYNN JOHNSON C� NOTARY PUBLIC Notary Public, MINNESOTA (N"t ry Seal) 1dyCommiesIon Expifit JIM 31, 2020 ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF HENNEPIN On this 1st day of March, 2016 before me personally appeared Barbara L. Raedeke to me known, who being by me duly sworn, did say that (s)he is the aforesaid Attorney -in - Fact of the WESTERN SURETY COMPANY, 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. Notary Public, WADE T MUNSTERMAN (Notary Seal) NOTARY PLIBUG•MINNESOTA 'i1 MY COMMISSION WIRES 01(31I2atD Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Barbara L. Raedeke , Individually of St Louis Park, MN its true and lawful Attomey-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - Surety Bond No: Bid Bond Principal: GMH Asphalt Corporation obligee: City of New Hope and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 1st day of December, 2015. ,*Err WESTERN SURETY COMPANY �R4RPOIPq — s aul T. Bnrflat, Vice President State of South Dakota SS County of Minnehaha. On this I st day of December, 2015, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires J_ MOHR K-�rwrF:aY June 23, 2021 J. Mclir, Notary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 1 St day of March, 2016. `n, r WESTERN SURETY COMPANY ,W *PQ►,q L Nelson, Assistant Secretary Form F4290-7-2012 Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. SECTION 00 52 10 AGREEMENT FORM THIS AGREEMENT is by and between the City of New Hope, Minnesota (hereinafter called Owner) and GMH Asphalt Corporation (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: 2016 Northwood South Area Infrastructure Improvements. 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: 2016 Northwood South Area Infrastructure Improvements for the City of New Hope, Minnesota, ARTICLE 3 - ENGINEER 3.01 The Project has been designed by Stantec (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 of the 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 Substantial Completion and Final Payment A. The Work will be substantially completed on or before September 30, 2016, and completed and ready for Final Payment in accordance with Paragraph 14,07 of the General Conditions on or before June 30, 2017. 4.03 Dates for Milestones, Substantial Completion, and Final Payment A. The following Milestones, as defined in the Supplemental Conditions (Section 00 73 05) of the Project Manual, will be completed by the following dates. 1. Paving on mill and overlay routes must be completed within 21 calendar days of milling. 4.04 Liquidated Damages A. Contractor and Owner recognize that time is of the essence as stated in Paragraph 4.01 above 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 AGREEMENT FORM © 2016 Stantec 1 193803348 00 52 10 - 1 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 $1000 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 $1000 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: A, For all Work at the prices stated in Contractor's Bid, attached hereto as an exhibit, The Bid prices for Unit Price Work set forth as of the Effective Date of the Agreement are based on estimated quantities. As provided in Paragraph 11.03 of the General Conditions, estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by Engineer as provided in Paragraph 9.07 of the General Conditions. B. Original Contract Amount is based on the amount of Four Million, Nine Thousand, Five Hundred Fifteen Dollars and Fifty -Seven Cents ($4,009,515.57) for the Total Base Bid, plus Alternate Nos. 1, 2 and 3. 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.A1 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: I . 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). 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 AGREEMENT FORM 0 2016 Stantec 1 193803348 00 52 10 - 2 Engineer shall determine in accordance with Paragraph 14.02.135 of the General Conditions and less 200 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 Site and become familiar with and is satisfied as to the general, local, and 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 Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site, and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities), if any, that have been identified in the Supplementary Conditions as containing reliable "technical data," and (2) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Supplementary Conditions as containing reliable "technical data." Contractor considered the information known to Contractor, information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Contract Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work, (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, including any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Contract Documents; and (3) Contractor's safety precaution programs. F. Based on the information and observations referred to in Paragraph 8.01,E above, 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. 0 2016 Stantec 1 193803348 AGREEMENT FORM 005210-3 G. Contractor is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. H. 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. I. 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. Performance Bond, Payment Bond, and other Bonds. 3. General Conditions. 4. Supplementary Conditions. 5. Specifications as listed in the table of contents of the Project Manual. 6. Drawings bearing the following general title: 2016 Northwood South Area 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. 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. ARTICLE 10 - 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 0 2016 Stantec 1 193803348 AGREEMENT FORM 005210-4 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. 10.05 Contractor's Certifications A. Contractor certifies that it has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for or in executing the Contract. For the purposes of this Paragraph 10.05: 1. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process or in the Contract execution; 2. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process or the execution of the Contract to the detriment of Owner, (b) to establish Bid or Contract prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition; 3. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish Bid prices at artificial, non-competitive levels; and 4. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. AGREEMENT FORM © 2016 Stantec 1 193803348 00 52 10 - 5 IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement. Counterparts have been delivered to Owner and Contractor. All portions of the Contract Documents have been signed or have been identified by Owner and Contractor or on their behalf. This Agreement will be effective on NAK0 " 1 C�T* , 2016 (which is the Effective Date of the Agreement). Owner: City of N o e, Minnesota By: Attest: Address for giving notices: rl CLERK - CITY OF NEW HOPE 4401 XYLON DIVE NO. NEW HOPE, MN 55428 Designated Representative: Name:D•�.! >Y 4401 Yyum AVE NO himat rr * 1T 4f Phone: 00 Facsimile: 76.1-5531-5136 Contractor: piS mtT u owprffI61 L �iz= By:_2E-& Attest: Address for giving notices: Al LAq- 3 t License No.: (Where Applicable) Designated Representative; Name: Title: Address Phone: Facsimile: END OF SECTION AGREEMENT FORM © 2016 Stantec 1 193803348 00 52 10 - 6 PERFORMANCE BOND Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable_ CONTRACTOR (.Name and Address): GMH Asphalt Corporation 9180 Laketown Road SURETY (Name, and Address of Principal Place of Business): Western Surety Company 333 S. Wabash Avenue Chaska, MN 55318 41st Floor OWNER (Name and Address): Chicago, IL 60604 City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 CONTRACT Effective Date of Agreement: March 15, 2016 Amount: Four Million Nine Thousand Five Hundred Fifteen and 57/100 Dollars ($4,009,515.57) Description (Name and Location): 2016 Northwood South Area Infrastructure Improvements Project No. BOND 974 Bond Number: 929625599 Date (Not earlier than Effective Date of Agreement): March 17, 2016 Amount: Four Million Nine Thousand Five Hundred Fifteen and 57/100 Dollars ($4,009,515.57) Modifications to this Bond Form: None Surety and Contractor, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Performance Bond to be duly executed by an authorized officer, agent or representative. CONTRACTOR AS PRINCIPAL, GMH Asphalt Corporation (Seal) Contractor' and Corpo al By: S i g n a Brandon E. Butorac Print Name Vice President Title Attest: Signature Title SURETY Western Surety Company (Seal) Surety's a and Corporate 5 al By: ignature (Attach ower of Attorney) Barbara L. Raedeke Print Name Attorney -in -Fact Title Attest: Signa e Witness Title Note: Provide execution by additional parties, such as joint venturers, if necessary. EJCDC C-610 Performance Bond (2007) Prepared by the Engineers Joint Contract Documents Committee. 00 61 13.13 Page 1 of 3 Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to Owner for the performance of the Contract, which is incorporated herein by reference. 1. If Contractor performs the Contract, Surety and Contractor have no obligation under this Bond, except to participate in conferences as provided in Paragraph 2.1. j 2. If there is no Owner Default, Surety's obligation under this Bond shall arise after: 2.1 Owner has notified Contractor and Surety, at the addresses described in Paragraph 9 below, that Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with Contractor and Surety to be held not later than 15 days after receipt of such notice to discuss methods of performing the Contract. If Owner, Contractor, and Surety agree, Contractor shall be allowed a reasonable time to perform the Contract, but such an agreement shall not waive Owner's right, if any, subsequently to declare a Contractor Default; and 2.2 Owner has declared a Contractor Default and formally terminated Contractor's right to complete the Contract. Such Contractor Default shall not be declared earlier than 20 days after Contractor and Surety have received notice as provided in Paragraph 2.1; and 2.3 Owner has agreed to pay the Balance of the Contract Price to: 1. Surety in accordance with the terms of the Contract; or 2. Another contractor selected pursuant to Paragraph 3.3 to perform the Contract. 3. When Owner has satisfied the conditions of Paragraph 2, Surety shall promptly, and at Surety's expense, take one of the following actions: 3.1 Arrange for Contractor, with consent of Owner, to perform and complete the Contract; or 3.2 Undertake to perform and complete the Contract itself, through its agents or through independent contractors; or 3.3 Obtain bids or negotiated proposals from qualified contractors acceptable to Owner for a contract for performance and completion of the Contract, arrange for a contract to be prepared for execution by Owner and contractor selected with Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Contract, and pay to Owner the amount of damages as described in Paragraph 5 in excess of the Balance of the Contract Price incurred by Owner resulting from Contractor Default; or 3.4 Waive its right to perform and complete, arrange for 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 Owner and, as soon as practicable after the amount is determined, tender payment therefor to Owner; or 2. Deny liability in whole or in part and notify Owner citing reasons therefor. 4. If Surety does not proceed as provided in Paragraph 3 with reasonable promptness, Surety shall be deemed to be in default on this Bond 15 days after receipt of an additional written notice from Owner to Surety demanding that Surety perform its obligations under this Bond, and Owner shall be entitled to enforce any remedy available to Owner. If Surety proceeds as provided in Paragraph 3.4, and Owner refuses the payment tendered or Surety has denied liability, in whole or in part, without further notice Owner shall be entitled to enforce any remedy available to Owner. 5. After Owner has terminated Contractor's right to complete the Contract, and if Surety elects to act under Paragraph 3.1, 3.2, or 3.3 above, then the responsibilities of Surety to Owner shall not be greater than those of Contractor under the Contract, and the responsibilities of Owner to Surety shall not be greater than those of Owner under the Contract. To the limit of the amount of this Bond, but subject to commitment by Owner of the Balance of the Contract Price to mitigation of costs and damages on the Contract, Surety is obligated without duplication for: EJCDC C-610 Performance Bond (2007) Prepared by the Engineers Joint Contract Documents Committee. 00 6113.13 Page 2 of 3 T 5.1 The responsibilities of Contractor for correction of defective Work and completion of the Contract; 5.2 Additional legal, design professional, and delay costs resulting from Contractor's Default, and resulting from the actions. of or failure to act of Surety under Paragraph 3; and 5.3 Liquidated damages, or if no liquidated damages are specified in the Contract, actual damages caused by delayed performance or non-performance of Contractor. 6. Surety shall not be liable to Owner or others for obligations of Contractor that are unrelated to the 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 Owner or its heirs, executors, administrators, or successors. 7. Surety hereby waives notice of any change, including changes of time, to Contract or to related subcontracts, purchase orders, and other obligations. 8. 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 Default or within two years after Contractor ceased working or within two years after Surety refilses or fails to perform its obligations under this Bond, whichever occurs first. 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. 9. Notice to Surety, Owner, or Contractor shall be mailed or delivered to the address shown on the signature page. 10, When this Bond has been furnished to comply with a statutory requirement in the location where the Contract was to be performed, any provision in this Bond conflicting with said statutory requirement shall be deemed deleted herefrom and provisions conforming to such statutory 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. 11. Definitions. 11.1 Balance of the Contract Price: The total amount payable by Owner to Contractor under the Contract after all proper adjustments have been made, including allowance to Contractor of any amounts received or to be received by Owner in settlement of insurance or other Claims for damages to which Contractor is entitled, reduced by all valid and proper payments made to or on behalf of Contractor under the Contract. 11.2 Contract: The agreement between Owner and Contractor identified on the signature page, including all Contract Documents and changes thereto. 11.3 Contractor Default: Failure of Contractor, which has neither been remedied nor waived, to perform or otherwise to comply with the terms of the Contract. 11.4 Owner Default: Failure of Owner, which has neither been remedied nor waived, to pay Contractor as required by the Contract or to perform and complete or otherwise comply with the other terms thereof. FOR INFORMATION ONLY — (Arame, Address and Telephone) W lls F�argt%ysurance Services USA, Inc. Surety Agency or Broker: 400 Highway 169 you oor Owner's Representative Engineer or otherParty)St. Louis Park, MN 55426 952-242-3100 EJCDC C-610 Perfarmanee Hand (1007) Prepared by the Engineers Joint Contract Documents Committee. 00 6113.13 Page 3 0f 3 CORPORATE ACKNOWLEDGMENT STATE OF MINNESOTA COUNTY OF CARVER On this 17th day of March, 2016 before me personally appeared Brandon E. Butorac to me known, who being by me duly sworn, did say that he is the Vice President of the GMH ASPHALT CORPORATION, the corporation described in and which executed the foregoing instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation; and that he signed his name thereto by like order. LYNN JOHNSON Notary Public, " ERICA atary Seal) K NOTARY PUBLIC MINNESOTA My Commission Expires Jan. 31, 0020 ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF HENNEPIN On this 17th day of March, 2016 before me personally appeared Barbara L. Raedeke to me known, who being by me duly sworn, did say that (s)he is the aforesaid Attorney -in - Fact of the WESTERN SURETY COMPANY, 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. Notary Public, L3,4' l - i v WADE EY MUN UBLIC -MINNESOTA NERo AN (Notary Seal) MY COMMISSION EXPIRES01l31J?02t? Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation hnvmg its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Daniel R Boerboom, Amy M Burns, Barbara L Raedeke, Conni VanHorn, Individually of Saint Louis Park, MN, its true and lawful Attorneys) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undcruLkings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as frilly and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation In Wltness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 2nd day of July, 2015. WESTERN SURETY COMPANY ft auk T. BnrOat, Vice President State of South Dakota I as County of Minnehaha On this 2nd day of July, 2015, before me personally came Paul T. Bmflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation My commission expires + g, EYf CH Ht>TAR~ ; February 12.202I 1(a;j DltlODli1 i Mwwwr���++wwwrl+rwr� S. Leh, Notary Public CERTIFICATE 1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabvvc set forth is still in force, and further certify that the By -Law of the corporation pri9ted on the reverse��]]b�e;r❑of is still in force. In testimony w/h/ereof I have hereunto subscribed my mane and affixed the seal of the said c❑rporation this �� I �I day of �'I,� 11 1 !b Gi �/- t `ter WESTERN SURETY COMPANY a� L- Nelson, Assistant Secretary Form F4280-7-2012 Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be cxecutfxi in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. PAYMENT BOND Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): GMH Asphalt Corporation 9180 Laketown Road Chaska, MN 55318 Ochry oFf�r��'r�' peand Address): 4401 Xylon Avenue North New Hope, MN 55428 CONTRACT SURETY (Name, and Address of Principal Place of Businws): Western Surety Company 333 S. Wabash Avenue 41st Floor Chicago, IL 60604 Effective Date of Agreement: March 15, 2016 Amount: Four Million Nine Thousand Five Hundred Fifteen and 57/100 Dollars ($4,009,515.57) Description (Name and Location): BOND Bond Number: 929625599 Date (Not earlier than Effective Date of Agreement): March 17, 2016 Arnaunt: Four Million Nine Thousand Five Hundred Fifteen and 57/100 Dollars ($4,009,515.57) Modifications to this Bond Form: None Surety and Contractor, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Payment Bond to be duly executed by an authorized officer, agF:nt, or representative. CONTRACTOR AS PRlINCIPAL GMH Asphalt Corporation (Seal) Contract d orate Se By: Signa re. Brandon E. Butorac Print Name Vice President SURETY (Seal) Surety's me and Corporate eel By:-� ignature (Atta;c-lf Power of Attorney) Western Surety Company Title Attest: Attest: Signature Barbara L. Raedeke Print Name Attorney -in -Fact Title Signature Witness Fide Note: Provide execution by additional parties, such as joint venturers, if necessary. EJCDC C-615 Pavment Bond (2007) Prepared by the Engineers Joint Contract Documents Committee. 00 61 13.16 Paee 1 of 3 1. Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to Owner to pay for labor, 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, this obligation shall be null and void if Contractor: 2.1 Promptly makes payment, directly or indirectly, for all sums due Claimants, and 2.2 Defends, indemnifies, and holds harmless Owner from all claims, demands, liens, or suits alleging non-payment by Contractor by any person or entity who furnished labor, materials, or equipment for use in the performance of the Contract, provided Owner has promptly notified Contractor and Surety (at the addresses described in Paragraph 12) of any claims, demands, liens, or suits and tendered defense of such claims, demands, liens, or suits to Contractor and Surety, and provided there is no Owner Default. 3. With respect to Claimants, this obligation shall be null and void if Contractor promptly makes payment, directly or indirectly, for all sums due. 4. Surety shall have no obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a direct contract with Contractor have given notice to Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to 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 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 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 or equipment 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 Contractor, or not received within 30 days of famishing the above notice any communication from Contractor by which Contractor had 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 Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to Owner, stating that a claim is being 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 Paragraph 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 Surety's expense take the following actions: 6.1 Send an answer to that Claimant, with a copy to Owner, within 45 days after receipt of the claim, static the amounts that are undisputed and the basis for challenging any amounts that are disputed. 6.2 Pay or arrange for payment of any undisputed amounts. 7. 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 Surety. 8. Amounts owed by Owner to Contractor under the Contract shall be used for the performance of the Contract and 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 in the performance of the Contract are dedicated to satisfy obligations of Contractor and Surety under this Bond, subject to Owner's priority to use the funds for the completion of the Work. EJCDC C-615 Payment Bond (2007) Prepared by the Engineers Joint Contract Documents Committee. 00 6113,16 Page 2 of 3 9. Surety shall not be liable to Owner, Claimants, or others for obligations of Contractor that are unrelated to the Contract. Owner shall not be liable for payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligations to make payments to, 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 time, to the 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 court of competent jurisdiction in the location in which the Work or part of the Work is located or after the expiration of one year from the date (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 performed by anyone or the last materials or equipment were furnished by anyone under the 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 be mailed or delivered to the 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. When, this Bond has been furnished to comply with a statutory requirement in the location where the Contract was to be performed, any provision in this Bond conflicting with said statutory requirement shall be deemed deleted herefrom and provisions conforming to such statutory 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. 14. Upon request of any person or entity appearing to be a potential beneficiary of this Bond, Contractor shall promptly fiamish 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 Contractor, or with a first -tier subcontractor of Contractor, to furnish labor, materials, or equipment for use in the performance of the Contract. The intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service, or rental equipment used in the Contract, architectural and engineering services required for performance of the Work of Contractor and Contractor's subcontractors, and all other items fo equipment were furnished. r which a mechanic's lien may be asserted in the jurisdiction where the labor, materials, or 15.2 Contract: The agreement between Owner and Contractor identified on the signature page, including all Contract Documents and changes thereto. 15.3 Owner Default: Failure of Owner, which has neither been remedied nor waived, to pay Contractor as required by the Contract, or to perform and complete or otherwise comply with the other terms thereof. FOR INFORMATION ONLY— (Name, 14ddress, cmd Telephone) Wells Fargo Insuran� Surety Agency or Broker: 400 Highway 169 South, 8th Floor Owner's Re resentative En 'neer or other): St, Louis Park, MN 55426 952.242-3100 EJCDC C-615 Payment Bond (200 ) Prepared by the Engineers Joint Contract Documents Committee 00 6I 13.16 Page 3 of 3 CORPORATE ACKNOWLEDGMENT STATE OF MINNESOTA COUNTY OF CARVER On this 17th day of March, 2016 before me personally appeared Brandon E. Butorac to me known, who being by me duly sworn, did say that he is the Vice President of the GMH ASPHALT CORPORATION, the corporation described in and which executed the foregoing instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation; and that he signed his name thereto by like order. ERICA LYNN JOHNSON NOTARY PUBLIC Notary Public,. O MINNESOTA(N ry Seal) ' My Commission Expires Jan. 31, 2020 ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF HENNEPIN On this 17th day of March, 2016 before me personally appeared Barbara L. Raedeke to me known, who being by me duly sworn, did say that (s)he is the aforesaid Attorney -in - Fact of the WESTERN SURETY COMPANY, 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. _ Notary Public, L),:--s�­F _ '3 WADE TMUNSTERMAN (Notary Seal) tv NOTARY PUBLIC • MINNESOTA �r MyCOMMISSONEXPIRES 01J31I2020 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly orgaisizea and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Daniel R Boerboom, Amy M Burns, Barbara L Raedeke, Conni VanHorn, Individually of Saint Louis Park, MN, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertaldrsgs and other obligatory instnsrncmts of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such imstruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 2nd day of July, 2015. WESTERN SURETY COMPANY �r `o�ra - au1 T. Bn flat, V ice President State of South Dakota 1 as County of Minnehaha 3 On this 2nd day of July, 2015, before me personally came Paul T. Bmtlat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires S. EICH ; February 12, 2021 HGTARY PUXXtt SOt1T14 DAKATAQvi �ti,1+...hr+w..a..,+....a.... F S. Eich, Notary Public CERTIFICATE I, L Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hcreirtabove set forth is still in farce, and further certify that the By -Law of the corporation printed an the revcrse bemf is still in force, in testimony whereof I have hereunto subscribed my name and affixed the sral of the said corporation this �� day of 4j-bLr P ` `"� WESTERN SURETY COMPANY ol�Q4R��+ L Nelson, Assistant Secretary Form F4280-7-2012 Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY)3/17/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. 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). PRODUCER NAME: CONTACT Martha Hoven C.O. Brown Insurance PHONE) (507)288-7600 FAX , (507)535-3130 Extow. moil 2048 Superior Drive NW AIL ADDRESS. MHoven@cobrown.com Suite 100 INSURERS AFFORDING COVERAGE NAIC # Rochester MN 55901 INSURERAACUITY A Mutual Insurance Co. 14184 INSURED INSURER B :The Hanover Insurance Group 22292 GMH Asphalt Corporation INSURER C Midwest Employers Casualty CompanyCoMpany 23612 9180 Laketown Rd )NSURERD; INSURER E : Chaska MN 55318 INSURER F; COVERAGES CERTIFICATE NUMRER-2016 Standard COI RFVISION Nt1MRFR- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE POLICY EFF POLICY EXP LIMITS LTR POLICY NUMBER M DD X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A CLAIMS -MADE OCCUR PREMISES Ea occurrence $ 250,000 MED EXP (Any one person $ 10,000 I X59527 1/1/2016 1/1/2017 PERSONAL BADVINJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRO - POLICY JECT LOC GENERAL AGGREGATE $ 3,000,000 PRODUCTS - COMP/OPAGG $ 3,000,000 $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT MR AWft-rit) $ 1, 000, 000 X BODILY INJURY (Per person) $ A ANY AUTO ALL OWNED SCHEDULED AUTOS l AUTOS 5 X9527 1/1/2016 1/1/2017 (er BODILY accident) $ X HIRED AUTOS X NON -OWNED AUTOS PERTY DAMAGE d $ $ f UMBRELLA LIAR X OCCUR EACH OCCURRENCE $ 9 000, 000 X AGGREGATE $ 9,000,000 IA EXCESS LIAB CLAIMS -MADE DED I X I RET- TION$ 0 $ X59527 1/1/2016 1/1/2017 C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICEREMBER EXCLUDED? ❑ /M(Mandatory in NH) If yes, describe under N / A ENC009074 1/1/2016 1/1/2017 X TH- STATUTE ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1 000 000. B INLAND MARINE/EQUIPMENT IHX4853702 1/1/2016 1/1/2017 "See details below if applicable (Special Form) to certificate DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) (Project: 2016 Northwood South Area Infrastructure Improvements Owner and Engineer are included as additional insured for general liability per additional insured forms CG7194 and CG7274. General liability waiver of subrogation applies per form CG7301. CERTIFICATE HOLDER CANCELLATION New Hope 4401 Xylon Ave N New Hope, MN 55428 ACORD 25 (2014101) INS025 onl4nt t SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Jeffrey Moat/MAH 3— " —� ©1988-2014 ACORD CORPORATION The ACORD name and logo are registered marks of ACORD All rights reserved. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTO- MATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU - PRIMARY AND NONCONTRIBUTORY This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. Section II - Who Is An Insured is amended to include as an additional insured: a. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as addi- tional insured on your policy; and b. Any other person or organization you are required to add as an additional insured under the contract or agreement described in paragraph a above. Such person or organization is an additional insured only with respect to liability for bodily injury, property damage or personal and ad- vertising injury caused, in whole or in part, by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured. A person's or organization's status as an addi- tional insured under this endorsement ends when your operations for that additional insured are completed. 2. With respect to the insurance afforded to these additional insureds, the following additional ex- clusions apply: This insurance does not apply to: CG-7194(5-13) a. Bodily injury, property damage or personal and advertising injury arising out of the ren- dering of, or the failure to render, any pro- fessional architectural, engineering or sur- veying services, including: (1) The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. b. Bodily injury or property damage occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the addi- tional insured(s) at the location of the covered operations has been complet- ed; or (2) That portion of your work out of which the injury or damage arises has been put to its intended use by any person or organization other than another con- tractor or subcontractor engaged in per- forming operations for a principal as a part of the same project. 3. The insurance provided by this endorsement is primary and noncontributory. ADDITIONAL INSURED - COMPLETED OPERATIONS - PRIMARY CG-7274(5-13) AND NONCONTRIBUTORY AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU (OWNERS, LESSEES OR CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. Section II - Who Is An Insured is amended to include as an additional insured: a. Any person(s) or organization(s) for whom you have performed operations if you and such person(s) or organization(s) have agreed in writing in a contract or agreement that such person(s) or organization(s) be added as an additional insured on your poli- cy for completed operations; and b. Any other person(s) or organization(s) you are required to add as an additional insured under the contract or agreement described in paragraph a above. Such person or organization is an additional insured only with respect to liability included in the products -completed operations hazard for bodily injury or property damage caused, in whole or in part, by your work performed for that additional insured at the location desig- nated and described in the contract or agree- ment. 2. This insurance does not apply to: a. Bodily injury or property damage which oc- curs prior to the execution of the contract or agreement described in item 1; or b. Bodily injury or property damage that oc- curs after the time period during which the contract or agreement described in item 1 requires you to add such person or or- ganization onto your policy as an additional insured for completed operations; or c. Bodily injury or property damage arising out of the rendering of, or the failure to render, any professional, architectural, engineering or surveying services, including: (1) The preparing, approving or failing to prepare or approve maps, shops drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. 3. The insurance provided by this endorsement is primary and noncontributory. 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 Laws and Regulations. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Prepared by ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE and Issued and Published Jointly by ACEC Am ERHAN COIiNC(L Or ENC WERING COMPANIES A SCE American Society of Civil Engineers =.nr fl-f1i�. .Il:l�l7 National Society of Professional Engineers Professional Engineers in Private Practice AMERICAN COUNCIL OF ENGINEERING COMPANIES ASSOCIATED GENERAL CONTRACTORS OF AMERICA AMERICAN SOCIETY OF CIVIL ENGINEERS PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE A Practice Division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS Endorsed by ry CONSTRUCTION SPECIFICATIONS INSTITUTE EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. 00 72 05 These General Conditions have been prepared for use with the Suggested Forms of Agreement Between Owner and Contractor (EJCDC C-520 or C-525, 2007 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 Narrative Guide to the EJCDC Construction Documents (EJCDC C-001, 2007 Edition). For guidance in the preparation of Supplementary Conditions, see Guide to the Preparation of Supplementary Conditions (EJCDC C-800, 2007 Edition). Copyright © 2007 National Society of Professional Engineers 1420 King Street, Alexandria, VA 22314-2794 (703) 684-2882 www.lispe.or American Council of Engineering Companies 1015 15th Street N.W., Washington, DC 20005 (202) 347-7474 www.acee-01'1? American Society of Civil Engineers 1801 Alexander Bell Drive, Reston, VA 20191-4400 (800) 548-2723 www.asce.oEa Associated General Contractors of America 2300 Wilson Boulevard, Suite 400, Arlington, VA 22201-3308 (703) 548-3118 www.agc.org The copyright for this EJCDC document is owned jointly by the four EJCDC sponsoring organizations and held in trust for their benefit by NSPE. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. 00 72 05 - ., STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 — Definitions and Terminology................................................................................................. 1 1.01 Defined Terms.................................................................................................................... I 1.02 Terminology........................................................................................................................5 Article 2 — Preliminary Matters............................................................................................................... 6 2.01 Delivery of Bonds and Evidence of Insurance...................................................................... 6 2.02 Copies of Documents ......... 6 ? 2.03 Commencement of Contract Times; Notice to Proceed........................................................ 6 2.04 Starting the Work................................................................................................................ 7 2.05 Before Starting Construction............................................................................................... 7 2.06 Preconstruction Conference; Designation of Authorized Representatives ............................. 7 2.07 Initial Acceptance of Schedules........................................................................................... 7 Article 3 — Contract Documents: Intent, Amending, Reuse.................................................................... 8 3.01 Intent.................................................................................................................................. 8 3.02 Reference Standards............................................................................................................ 8 3.03 Reporting and Resolving Discrepancies............................................................................... 9 3.04 Amending and Supplementing Contract Documents ................................................... 3.05 Reuse of Documents......................................................................................................... 10 3.06 Electronic Data................................................................................................................. 10 i Article 4 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points................................................................................................. 11 4.01 Availability of Lands......................................................................................................... 11 4.02 Subsurface and Physical Conditions................................................................................... 11 4.03 Differing Subsurface or Physical Conditions...................................................................... 12 4.04 Underground Facilities...................................................................................................... 13 f4.05 Reference Points............................................................................................................... 14 4.06 Hazardous Environmental Condition at Site...................................................................... 14 Article 5 — Bonds and Insurance........................................................................................................... 16 5.01 Performance, Payment, and Other Bonds........................................................................... 16 5.02 Licensed Sureties and Insurers........................................................................................... 16 5.03 Certificates of Insurance.................................................................................................... 17 5.04 Contractor's Insurance...................................................................................................... 17 5.05 Owner's Liability Insurance ................ c 5.06 Property Insurance............................................................................................................ 19 5.07 Waiver of Rights............................................................................................................... 20 5.08 Receipt and Application of Insurance Proceeds.................................................................. 21 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 00 72 05 5.09 Acceptance of Bonds and Insurance; Option to Replace .................................................... 21 5.10 Partial Utilization, Acknowledgment of Property Insurer ................................................... 22 Article 6 - Contractor's Responsibilities............................................................................................... 22 6.01 Supervision and Superintendence...................................................................................... 22 6.02 Labor; Working Hours...................................................................................................... 22 6.03 Services, Materials, and Equipment................................................................................... 23 6.04 Progress Schedule............................................................................................................. 23 6.05 Substitutes and "Or-Equals".............................................................................................. 23 6.06 Concerning Subcontractors, Suppliers, and Others............................................................ 26 6.07 Patent Fees and Royalties.................................................................................................. 27 6.08 Permits..............................................................................................................................28 6.09 Laws and Regulations....................................................................................................... 28 6.10 Taxes................................................................................................................................ 28 6.11 Use of Site and Other Areas.............................................................................................. 28 6.12 Record Documents............................................................................................................ 29 6.13 Safety and Protection........................................................................................................ 29 6.14 Safety Representative........................................................................................................ 30 6.15 Hazard Communication Programs..................................................................................... 31 6.16 Emergencies......................................................................................................................31 6.17 Shop Drawings and Samples............................................................................................. 31 6.18 Continuing the Work......................................................................................................... 33 6.19 Contractor's General Warranty and Guarantee ............................................................... 33 6.20 Indemnification................................................................................................................. 34 6.21 Delegation of Professional Design Services....................................................................... 34 Article7 - Other Work at the Site........................................................................,............................... 35 7.01 Related Work at Site...................................................................................... ............... 35 7.02 Coordination.....................................................................................................................36 7.03 Legal Relationships........................................................................................................... 36 Article 8 - Owner's Responsibilities..................................................................................................... 36 8.01 Communications to Contractor.......................................................................................... 36 8.02 Replacement of Engineer................................................................................................... 37 8.03 Furnish Data... ............... ..................................................... ............................................ 37 8.04 Pay When Due.................................................................................................................. 37 8.05 Lands and Easements; Reports and Tests........................................................................... 37 8.06 Insurance.......................................................................................................................... 37 8.07 Change Orders.................................................................................................................. 37 8.08 Inspections, Tests, and Approvals..................................................................................... 37 8.09 Limitations on Owner's Responsibilities............................................................................ 37 8.10 Undisclosed Hazardous Environmental Condition.............................................................. 38 8.11 Evidence of Financial Arrangements.................................................................................. 38 8.12 Compliance with Safety Program....................................................................................... 38 Article 9 - Engineer's Status During Construction................................................................................ 38 9.01 Owner's Representative.................................................................................................... 38 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. Ali rights reserved. I'og,r ii 00 72 05 9.02 Visits to Site..................................................................................................................... 38 9.03 Project Representative....................................................................................................... 39 9.04 Authorized Variations in Work.......................................................................................... 39 9.05 Rejecting Defective Work................................................................................................. 39 9.06 Shop Drawings, Change Orders and Payments.................................................................. 39 9.07 Determinations for Unit Price Work.................................................................................. 40 9.08 Decisions on Requirements of Contract Documents and Acceptability of Work ................. 40 9.09 Limitations on Engineer's Authority and Responsibilities................................................... 40 9.10 Compliance with Safety Program....................................................................................... 41 Article 10 - Changes in the Work; Claims............................................................................................. 41 10.01 Authorized Changes in the Work....................................................................................... 41 10.02 Unauthorized Changes in the Work................................................................................... 41 10.03 Execution of Change Orders.............................................................................................. 41 10.04 Notification to Surety........................................................................................................ 42 10.05 Claims...............................................................................................................................42 Article 11 - Cost of the Work; Allowances; Unit Price Work................................................................ 43 11.01 Cost of the Work.............................................................................................................. 43 11.02 Allowances....................................................................................................................... 46 11.03 Unit Price Work................................................................................................................ 46 Article 12 - Change of Contract Price; Change of Contract Times ........................................................ 47 12.01 Change of Contract Price.................................................................................................. 47 12.02 Change of Contract Times................................................................................................. 48 12.03 Delays...............................................................................................................................48 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work .................. 49 13.01 Notice of Defects.............................................................................................................. 49 13.02 Access to Work................................................................................................................. 49 13.03 Tests and Inspections........................................................................................................ 49 13.04 Uncovering Work.............................................................................................................. 50 13.05 Owner May Stop the Work............................................................................................... 51 13.06 Correction or Removal of Defective Work........................................................................ 51 13.07 Correction Period.............................................................................................................. 51 13.08 Acceptance of Defective Work.......................................................................................... 52 13.09 Owner May Correct Defective Work................................................................................. 52 Article 14 - Payments to Contractor and Completion........................................................................... 53 14.01 Schedule of Values............................................................................................................ 53 14.02 Progress Payments............................................................................................................ 53 14.03 Contractor's Warranty of Title.......................................................................................... 56 14.04 Substantial Completion...................................................................................................... 56 14.05 Partial Utilization.............................................................................................................. 57 14.06 Final Inspection................................................................................................................. 58 14.07 Final Payment.................................................................................................................... 58 14.08 Final Completion Delayed................................................................................................. 59 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page iii 00 72 05 14.09 Waiver of Claims............................................................................................................... 59 Article 15 — Suspension of Work and Termlation................................................................................ 60 15.01 Owner May Suspend Work............................................................................................... 60 15.02 Owner May Terminate for Cause....................................................................................... 60 15.03 Owner May Terminate For Convenience........................................................................... 61 15.04 Contractor May Stop Work or Terminate.......................................................................... 61 Article16 — Dispute Resolution............................................................................................................ 62 16.01 Methods and Procedures................................................................................................... 62 Article17 — Miscellaneous.................................................................................................................... 62 17.01 Giving Notice.................................................................................................................... 62 17.02 Computation of Times....................................................................................................... 63 17.03 Cumulative Remedies........................................................................................................ 63 17.04 Survival of Obligations .................................................................................................. 63 17.05 Controlling Law................................................................................................................ 63 17.06 Headings........................................................................................................................... 63 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page iv 00 72 05 ARTICLE 1 — DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms 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. Addenda —Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement —The written instrument which is evidence of the agreement between Owner and Contractor covering the Work. 3. Application for Payment —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. Asbestos —Any 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 Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 8. Bidding Requirements —The advertisement or invitation to bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 9. Change Order —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. Claim —A 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. 11. Contract —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. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Pace 1 of 62 00 72 05 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 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) complete 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 —See Paragraph 11.01 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 Agreement —The 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. Engineer —The individual or entity named as such in the Agreement. 20. Field Order —A 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 Requirements —Sections of Division 1 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. 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. Laws and Regulations; Laws or Regulations —Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 2 of 62 00 72 05 25. Liens —Charges, 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 completion 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 Contract 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. Petroleum —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 Material —Source, special nuclear, 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. Resident Project Representative —The authorized representative of Engineer who may be assigned to the Site or any part thereof. 37. Samples —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. 38. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Paae 3 of 62 00 39. Schedule of Values —A 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. 40. 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. 41. 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. 42. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. 43. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 44. Substantial Completion —The time at which the Work (or a specified part thereof) has progressed to the point where, in the opinion of Engineer, the Work (or a specified part thereof) is sufficiently complete, in accordance with the Contract Documents, so that the Work 'or a specified part thereof) can be utilized for the purposes for which it is intended. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. 45. Successful Bidder —The Bidder submitting a responsive Bid to whom Owner makes an award. 46. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. 47. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 48. Underground Facilities —All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 49. Unit Price Work —Work to be paid for on the basis of unit prices. 50. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such EJCDC C-700 Standai d Genei al Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Pace 4 of 62 00 72 05 construction, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 51. Work Change Directive —A written statement to Contractor issued on or after the Effective Date of the Agreement and signed by Owner and recommended by Engineer ordering an addition, deletion, or revision in the Work, or responding to differing or unforeseen subsurface or physical conditions under which the Work is to be performed or to emergencies. A Work Change Directive will not change the Contract Price or the Contract Times but is evidence that the parties expect that the change ordered or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through F are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of professional judgment by Engineer. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of Engineer as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective is not intended to and shall not be effective to assign to Engineer any duty or authority to supervise or direct the performance of the Work, or any duty or authority to undertake responsibility contrary to the provisions of Paragraph 9.09 or any other provision of the Contract Documents. C. Day: 1. The word "day" means a calendar day of 24 hours measured from midnight to the next midnight. D. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 5 of 62 00 72 05 c. has been damaged prior to Engineer's recommendation of final payment (unless responsibility for the protection thereof has been assumed by Owner at Substantial Completion in accordance with Paragraph 14.04 or 14.05). E. Furnish, Install, Perform, Provide: 1. The word "furnish," when used in connection with services, materials, or equipment, shall mean to supply and deliver said services, materials, or equipment to the Site (or some other specified location) ready for use or installation and in usable or operable condition. 2. The word "install," when used in connection with services, materials, or equipment, shall mean to put into use or place in final position said services, materials, or equipment complete and ready for intended use. 3. The words "perform" or "provide," when used in connection with services, materials, or equipment, shall mean to furnish and install said services, materials, or equipment complete and ready for intended use. 4. When "furnish," "install," "perform," or "provide" is not used in connection with services, materials, or equipment in a context clearly requiring an obligation of Contractor, "provide" is implied. F. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Delivery of Bonds and Evidence of Insurance A. When Contractor delivers the executed counterparts of the Agreement to Owner, Contractor shall also deliver to Owner such bonds as Contractor may be required to furnish. B. Evidence of Insurance: Before any Work at the Site is started, Contractor and Owner shall each deliver to the other, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance which either of them or any additional insured may reasonably request) which Contractor and Owner respectively are required to purchase and maintain in accordance with Article 5. 2.02 Copies of Documents A. Owner shall furnish to Contractor up to ten printed or hard copies of the Drawings and Project Manual. Additional copies will be furnished upon request at the cost of reproduction. 2.03 Commencement of Contract Times; Notice to Proceed A. The Contract Times will commence to run on the thirtieth day after the Effective Date of the Agreement or, if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 30 days after the Effective Date of the EJCDC C-700 Standai d General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. 14mr 6 of 62 00 72 05 Agreement. In no event will the Contract Times commence to run later than the sixtieth day after the day of Bid opening or the thirtieth day after the Effective Date of the Agreement, whichever date is earlier. 2.04 Starting the Work A. Contractor shall start to perform the Work on the date when the Contract Times commence to run. No Work shall be done at the Site prior to the date on which the Contract Times commence to run. 2.05 Before Starting Construction A. Preliminary Schedules: Within 10 days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), Contractor shall submit to Engineer for timely review: 1. a preliminary Progress Schedule indicating the times (numbers of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents; 2. a preliminary Schedule of Submittals; and 3. a preliminary Schedule of Values for all of the Work which includes quantities and prices of items which when added together equal the Contract Price and subdivides the Work into component parts in sufficient detail to serve as the basis for progress payments during performance of the Work. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. 2.06 Preconstruction Conference; Designation of Authorized Representatives A. Before any Work at the Site is started, a conference attended by Owner, Contractor, Engineer, and others as appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in Paragraph 2.05.A, procedures for handling Shop Drawings and other submittals, processing Applications for Payment, and maintaining required records. B. At this conference Owner and Contractor each shall designate, in writing, a specific individual to act as its authorized representative with respect to the services and responsibilities under the Contract. Such individuals shall have the authority to transmit instructions, receive information, render decisions relative to the Contract, and otherwise act on behalf of each respective party. 2.07 Initial Acceptance of Schedules A. At least 10 days before submission of the first Application for Payment a conference attended by Contractor, Engineer, and others as appropriate will be held to review for acceptability to Engineer as provided below the schedules submitted in accordance with Paragraph 2.05.A. Contractor shall have an additional 10 days to make corrections and adjustments and to EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 7 of 62 00 72 05 complete and resubmit the schedules. No progress payment shall be made to Contractor until acceptable schedules are submitted to Engineer. 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: INTENT, AMENDING, REUSE 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 Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated 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 Regulations 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. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or 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, Engineer, or any of their officers, directors, members, partners, EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 8 of 62 00 72 05 employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review 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 discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from Engineer before proceeding with any Work affected thereby. s 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or t discrepancy within the Contract Documents, or between the Contract Documents and (a) j any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then 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, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof B. Resolving Discrepancies: 1. Except as maybe 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, or code, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents); or b. the provisions of any Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). 3.04 Amending and Supplementing Contract Documents 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. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Pace 9 of 62 0072 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 written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier 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 thereof] prepared by or bearing the seal of Engineer or its consultants, including electronic media editions; or 2. reuse any 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 adaptation by Engineer. B. The prohibitions 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. Unless otherwise stated in the Supplementary Conditions, the data furnished by Owner or Engineer to Contractor, or by 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 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 term 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. EJCDC C-700 Standard General Conditions of the Construction Coati act Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 10 of 62 00 72 05 ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability 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. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to Owner of explorations and tests of subsurface conditions at or contiguous to the Site; and l2. those drawings known to Owner of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the 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 officers, directors, members, partners, employees, agents, consultants, or subcontractors 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. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 11 of 62 00 72 05 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition 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 connection 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 any one 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, exploration, test, or study of the Site and EJCDC C-700 Standard Genei al Conditions of the CUnS11 uction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 12 of 62 00 72 05 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 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, neither Owner or Engineer, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors shall 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 Supplementary Conditions: 1. Owner and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; 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 Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated. 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 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 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 13 of 62 00 72 05 consequences of the existence or location of the Underground 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: The Supplementary Conditions identify those reports and drawings known to Owner relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the 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 clainil against Owner or Engineer, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors 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. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Paee 14 of 62 00 72 05 ire 1 C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed 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 1 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. Promptly after consulting with Engineer, Owner shall take such actions as are necessary to ' permit Owner to timely obtain required permits and provide Contractor the written notice required by Paragraph 4.06.E. 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 written notice to Contractor: (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 Contr, Price or f Contract Times, or both, as a result of such Work stoppage 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. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then Owner may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. If Owner and Contractor cannot agree as to 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, members, 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 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 15 of 62 00 72 05 responsible. Nothing in this Paragraph 4.06.G shall obligate Owner to indemnify any individual or entity from and against the consequences 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, members, 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. I. 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 AND INSURANCE 5.01 Performance, Payment, and Other Bonds A. Contractor shall furnish performance and payment bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. These bonds shall remain in effect until one year after the date when final payment becomes due or until completion of the correction period specified 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 Est 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 Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a certified copy of that individual's authority to bind the surety. The evidence of authority shall show that it is effective on the date the agent or attorney -in -fact signed each bond. 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 5.01.13, 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 EJCDC C-700 Standard General Conditions of the COIMFUetiull Coati act Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 16 of 62 00 i 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 and loss payee 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. i B. Owner shall deliver to Contractor, with copies to each additional insured and loss payee 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. C. Failure of Owner to demand such certificates or other evidence of Contractor's full compliance with these insurance requirements or failure of Owner to identify a deficiency in compliance from the evidence provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. D. Owner does not represent that insurance coverage and limits established in this Contract necessarily will be adequate to protect Contractor. E. The insurance and insurance limits required herein shall not be deemed as a limitation on Contractor's liability under the indemnities granted to Owner in the Contract Documents. 5.04 Contractor's Insurance A. Contractor shall purchase and maintain such insurance as is appropriate for the Work being performed and as will provide protection 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 sustained: EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 17 of 62 00 72 05 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, be written on an occurrence basis, include as additional insureds (subject to any customary exclusion regarding professional liability) Owner and Engineer, and any other individuals or entities identified in the Supplementary Conditions, all of whom shall be listed as additional insureds, and include coverage for the respective officers, directors, members, 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; 3. include contractual liability insurance covering Contractor's indemnity obligations under Paragraphs 6.11 and 6.20; 4. 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); 5. 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 6. include completed operations coverage: a. Such insurance shall remain in effect for two years after final payment. b. Contractor shall furnish Owner and each other additional insured identified in the Supplementary 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. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 18 of 62 00 72 05 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 Supplementary Conditions, Owner shall purchase and 1 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 Laws 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, members, 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 a loss payee; 2. be written on a Builder's Risk "all-risk" policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, falsework, 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 that caused by flood), and such other perils or causes of loss as may be specifically 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; 1 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 loss payee to whom a certificate of insurance has been issued. B. Owner shall purchase and maintain such equipment breakdown 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, EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 19 of 62 00 72 05 members, 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 a loss payee. C. All the policies of insurance (and the certificates or other evidence thereof) required to be purchased and maintained in accordance with this 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 loss payee to whom a certificate of insurance has been issued and will contain waiver provisions in accordance 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 deductible amounts that are identified in the Supplementary 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 this 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 PVuiver 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 Supplementary Conditions as loss payees (and the officers, directors, members, 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 loss payees thereunder. Owner and Contractor waive all rights against each other and their respective officers, directors, members, 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 as loss payees (and the officers, directors, members, 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. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 20 of 62 00 72 05 r B. Owner waives all rights against Contractor, Subcontractors, and Engineer, and the officers, directors, members, 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 5.07.13 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, members, 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 parable to Owner as fiduciary for the loss payees, 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 15 days after the occurrence of loss to Owner's exercise of this power. 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 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 2.0I.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 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. PaL,e 21 of 62 00 72 05 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 6.01 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. R. At a]_l times during the progress of the Work, Contractor shall assign a competent resident superintendent who shall not be replaced without written notice to Owner and Engineer except under extraordinary circumstances. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline 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. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 22 of 62 00 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 S 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. 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 adjustments will comply with any provisions of the General Requirements applicable thereto. 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. 6.05 Substitutes and "Or -Equals " 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. 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 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. PaEe 23 of 62 00 72 05 for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if. a. in the exercise of reasonable judgment Engineer determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 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; and 3) it has a proven record of performance and availability of responsive service. b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the Owner or increase in Contract Times; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: 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.A.1, it will be considered a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow Engineer to determine if 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. c. The requirements for review by Engineer will be as set forth in Paragraph 6.05.A.2.d, as supplemented by the General Requirements, and as Engineer may decide is appropriate under the circumstances. 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 certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design, b) be similar in substance to that specified, and c) be suited to the same use as that specified; EJCDC C-700 Staudai d General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Paee 24 of 62 00 72 05 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of Substantial Completion on time, b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (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 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; 3) will identify: i a) all variations of the proposed substitute item from that specified, and b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate 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 Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, 1 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 l 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 6.05.13. 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 a Change Order in the case of a substitute and 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. 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 6.05.13. Whether or not Engineer approves a substitute so proposed or submitted by Contractor, Contractor shall reimburse Owner for the reasonable charges of Engineer for evaluating each such proposed substitute. Contractor shall also reimburse Owner for the reasonable charges of EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. PaL,e 25 of 62 00 72 05 Engineer for making changes in the Contract Documents (or in the provisions 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 Subcontractor, Supplier, or other individual or entity (including those acceptable to Owner as indicated in Paragraph 6.06.13), 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 reasonable 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 � 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 constitute a waiver of any right of Owner or Engineer to reject defective 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 2. shall create any obligation on the part of Owner or Engineer to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual 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 performing or furnishing any of the Work to communicate with Engineer through Contractor. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 26 of 62 00 72 05 F. The divisions and sections of the Specifications and the identifications of any Drawings shall not control Contractor in dividing the Work among Subcontractors 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 appropriate 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 a loss payee 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, Engineer, and all other individuals or entities identified in the Supplementary Conditions to be listed as insureds or loss payees (and the officers, directors, members, 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 1 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, Owner shall indemnify and hold harmless Contractor, and its officers, directors, members, partners, employees, agents, consultants, and subcontractors 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 specified in the Contract Documents, but not identified as being subject to payment of any license fee or royalty to others required by patent rights or copyrights. C. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, 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 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 27 of 62 00 72 05 Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.08 Permits A. Unless otherwise provided in the Supplementary 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 applicable 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 responsibility to make c i-tain 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. 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 equipment, 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 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. - Patie 28 of 62 00 72 05 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, members, 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 Performance 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 completion 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 Engineer for Owner. 6.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Pate 29 of 62 00 72 05 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. Contractor shall comply with the applicable requirements of Owner's safety programs, if any. The Supplementary Conditions identify any Owner's safety programs that are applicable to the Work. D. Contractor shall inform Owner and Engineer of the specific requirements of Contractor's safety program with which Owner's and Engineer's employees and representatives must comply while at the Site. E. 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 Drawings or Specifications or to the acts or omissions of Owner or Engineer 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). F. 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 14.07.13 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. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 30 of 62 00 72 05 6.15 Hazard Communication Programs A. Contractor shall be responsible for coordinating 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 protection 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 accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as Engineer may require. 1. Shop Drawings: a. Submit number of copies specified in the General Requirements. 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: 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. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Paee 31 of 62 00 72 05 C. Submittal Procedures: 1. Before submitting each Shop Drawing or Sample, Contractor shall have: a. reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents; b. determined and verified all field measurements, quantities, dimensions, specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect thereto; c. determined and verified the suitability of all materials offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and d. determined and verified all information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. 2. Each submittal shall bear a stamp or specific written certification that Contractor has satisfied Contractor's obligations under the Contract Documents 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 Drawings or Sample submittal; and, in addition, by a specific notation made on each Shop Drawing or Sample submitted 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 Documents. 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 construction 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 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 32 of 62 0072 0-) . 7 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 corrected 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 A. Contractor shall carry on the Work and adhere to the Progress Schedule during all disputes or 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 officers, directors, members, partners, employees, agents, consultants, and subcontractors 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, Subcontractors, 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 of Work 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 acceptability by Engineer; EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 33 of 62 00 72 05 6. any inspection, test, or approval by others; or 7. any correction of defective Work by Owner. 6.20 Indemnification A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, 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 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 officers, directors, members, partners, employees, agents, consultants, or subcontractors by any employee (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 Wor` 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, members, 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 Services 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. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 34 of 62 00 72 05 1 B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, Owner and Engineer will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly 1 licensed professional, whose signature and seal 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 i through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then: 1. written 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, and Owner, if Owner is performing other work with Owner's employees, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of Engineer and the others whose work will be EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 35 of 62 0072 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 Conditions: 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 responsibilities 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 7.01.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 wrongful actions or inactions. C. Contractor shall be liable to Owner and any other contractor under direct contract to Owner for the reasonable direct delay and disruption costs incurred by such other contractor as a result of Contractor's wrongful action or inactions. ARTICLE 8 — OWNER'S RESPONSIBILITIES 8.01 Communications to Contractor A. Except as otherwise provided in these General Conditions, Owner shall issue all communications to Contractor through Engineer. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Pave 36 of 62 00 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 14.02.0 and 14.07.C. 8.05 Lands and Easements; Reports and Tests A. Owner's duties with respect to 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 relating to existing surface or subsurface structures at the Site. 8.06 Insurance A. Owner's responsibilities, if any, with respect to purchasing and maintaining liability and property insurance 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 with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03.13. 8.09 Limitations on Owner's Responsibilities A. The Owner shall not supervise, direct, or have control or authority over, nor be responsible for, t Contractor's means, methods, techniques, sequences, or procedures of construction, or the f 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 1 responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. EJCDC C-700 Standard General Conditions of the Construction Contract I Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 37 of 62 00 72 05 8.10 Undisclosed Hazardous Environmental Condition A. Owner's responsibility in respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.11 Evidence of Financial Arrangements A. Upon request of Contractor, Owner shall furnish Contractor reasonable evidence that financial arrangements have been made to satisfy Owner's obligations under the Contract Documents. 8.12 Compliance with Safety Program A. While at the Site, Owner's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which Owner has been informed pursuant to Paragraph 6.13.D. ARTICLE 9 — ENGINEER'S STATUS DURING CONSTRUCTION 9.01 Owner's Representative A. Engineer will be Owner's representative during the construction period. The duties and responsibilities and the limitations of authority of Engineer as Owner's representative during construction are set forth in the Contract Documents. 9.02 Visits to Site A. Engineer will make visits to the Site at intervals 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. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Pnvc 38 of 62 0072 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 Authorized 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 Documents. 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. 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. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 39 of 62 00 72 05 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 Documents and Acceptability of Work 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 believes 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 10.05.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. D. When functioning as interpreter and judge under this Paragraph 9.08, Engineer will not show 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 responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 40 of 62 00 72 05 C. Engineer will not be responsible for the acts or omissions of Contractor or of any 1 Subcontractor, any Supplier, or of any other individual or entity performing any of the Work. D. Engineer's review of the final Application for Payment and accompanying documentation and ~1 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 requirements 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 responsibility set forth in this Paragraph 9.09 shall also apply to the Resident Project Representative, if any, and assistants, if any. 9.10 Compliance with Safety Program A. While at the Site, Engineer's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which Engineer has been informed pursuant to Paragraph 6.13.D. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS 10.01 Authorized 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 Work by a Change Order, or a Work Change Directive. Upon receipt of any such document, Contractor shall 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 A. Contractor 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.D. 10.03 Execution of Change Orders A. Owner and Contractor shall execute appropriate Change Orders recommended by Engineer covering: EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Pate 41 of 62 05 1. changes in the Work which are: (i) ordered by Owner pursuant to Paragraph 10.0l.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 carry on the Work and adhere to the Progress Schedule as provided in Paragraph 6.18.A. 10.04 Notification to Surety A. If the provisions of any bond require notice to be given to a surety 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), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted to reflect 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 12.01.13. A Claim for an adjustment in Contract Times 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). EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 42 of 62 00 72 05 M1 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 10.05.0 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. 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; ALLOWANCES; 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 11.01.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 not include any of the costs itemized in Paragraph 11.01.13, and shall include only the following items: 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 on the Work. 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, workers' 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. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Paae 43 of 62 00 72 05 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 payments, 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. 3. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by Owner, Contractor shall obtain competitive bids from subcontractors acceptable to Owner and 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 maintenance, 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 performance 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 equipment, 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 which Contractor is liable, as 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 of the Work (except losses and damages within the deductible amounts of EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 44 of 62 7205 property insurance established in accordance with Paragraph 5.06.1)), provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for 1 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 1 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, express and courier services, 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 j 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, i architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, i expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administrat:-)n of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0I.A. I or specifically covered by Paragraph 11.0 LAA, 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 11.01.A. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall 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. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Pate 45 of 62 00 72 05 D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.0LA and 11.01.13, 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 Allowances: 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 Work 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 times the estimated quantity of each item as indicated in the Agreement. 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 will be made by Engineer subject to the provisions of Paragraph 9.07. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 46 of 62 00 72 05 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 significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to 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 of Contract Price A. The Contract Price may only be changed by a Change Order. Any Claim for an adjustment in the Contract Price shall 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 will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application 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 allowance for overhead and profit not necessarily in accordance with Paragraph 12.0l.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 12.0l.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 shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1 and 11.0l.A.2, the Contractor's fee shall be 15 percent; b. for costs incurred under Paragraph 11.0l.A.3, the Contractor's fee shall be five percent; EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Paee 47 of 62 00 72 05 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 Paragraphs 12.01.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will 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, I1.0l.A.5, and 11.01.13; e. the amount of credit to be allowed by Contractor to Owner for any change which results in a net decrease in cost will 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 any one change, the adjustment in Contractor's fee shall be computed on the basis of the net change in accordance with Paragraphs 12.0l.C.2.a through 12.0l.C.2.e, inclusive. 12.02 Change of Contract Times A. The Contract Times may only be changed by a Change Order. Any Claim for an adjustment in the Contract Times shall 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. 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 contemplated 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. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Pate 48 of 62 00 72 05 C. If Contractor is delayed in the performance or progress of the Work by fire, flood, epidemic, abnonnal 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 their officers, directors, 'members, partners, employees, agents, consultants, or subcontractors 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. E. Contractor shall not be entitled to an adjustment in Contract Price or Contract Times for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects A. Prompt notice of all defective Work of ` ' rich Owner or Engineer has actual knowledge will be given to Contractor. 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, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's 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 13.03.0 and 13.03.1) below; EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Ptiee 49 of 62 00 72 05 2. that costs incurred in connection with tests or inspections conducted pursuant to Paragraph 13.04.13 shall be paid as provided in Paragraph 13.04.C; and 3. as otherwise specifically provided in the Contract 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. D. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, or approvals required for Owner's and Engineer's acceptance of materials or equipment to 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, Contractor shall, if requested by Engineer, uncover such Work 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 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 50 of 62 00 72 05 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 May 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 give 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 written 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 defe ' ive Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take do action that would 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 6.1 LA is found to be defective, Contractor shall promptly, without 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 defective, 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 © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Pau 51 of 62 7205 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 removed 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 will 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 for 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. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 52 of 62 00 72 05 i 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 possession of Contractor's tools, appliances, construction equipment and machinery at the Site, and incorporate in the Work all materials and equipment stored at the Site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Owner's representatives, agents and employees, f 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 ul. .�r this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values A. The Schedule of Values established as provided in Paragraph 2.07.A will serve as the basis for progress payments and will be incorporated into a form of Application 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 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Pate 53 of 62 00 72 05 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 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 a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Unit Price Work under Paragraph 9.07, and 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 responsibilities specifically assigned to Engineer in the Contract Documents; or b. 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. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Pate 54 of 62 00 72 05 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 subsequently discovered evidence or the results of subsequent 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 replacement; 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 14.02.1)) 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 furnishing of the Work; EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 55 of 62 00 72 05 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 remedies the reasons for such action. 3. Upon a subsequent determination 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.I and subject to interest as provided in the Agreement. 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 )ass 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 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 56 of 62 007205 certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) 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 recommendation 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 Completion, Engineer's aforesaid recommendation will be binding on Owner and Contractor until final payment. E. Owner shall have the right to exclude Contractor from the Site after the date of Substantial Completion subject to allowing Contractor reasonable access to remove its property and complete or correct items on the tentative list. 14.05 Partial Utilization A. Prior to Substantial Completion of all the Work, Owner may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which Owner, Engineer, and Contractor agree constitutes a separately functioning and usable part of the Work that can be used by Owner for its intended purpose without significant interference with Contractor's performance of the remainder of the Work, subject to the following conditions: 1. Owner at any time may request Contractor in writing to permit Owner to use or occupy any such part of the Work which Owner believes to be ready for its intended use and substantially complete. If and when Contractor agrees that such part of the Work is substantially complete, Contractor, Owner, and Engineer will follow the procedures of Paragraph 14.04.A through D for that part of the Work. 2. Contractor at any time may notify Owner and Engineer in writing that Contractor considers any such part of the Work ready for its intended use and substantially complete and request Engineer to issue a certificate of Substantial Completion for that part of the Work. 3. Within a reasonable time after either such request, Owner, Contractor, and Engineer shall make an inspection of that part of the Work to determine its status of completion. If Engineer does not consider that part of the Work to be substantially complete, Engineer will notify Owner and Contractor in writing giving the reasons therefor. If Engineer considers that part of the Work to be substantially complete, the provisions of Paragraph 14.04 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 4. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Paragraph 5.10 regarding property insurance. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Paee 57 of 62 00 72 05 14.06 Final Inspection A. Upon written notice from Contractor that the entire Work or an agreed portion thereof is complete, Engineer will promptly make a final inspection with Owner and Contractor and will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 14.07 Final Payment A. Application for Payment: I. After Contractor has, in the opinion of Engineer, satisfactorily completed all corrections identified during the final inspection and has delivered, in accordance with the Contract Documents, all maintenance and operating instructions, schedules, guarantees, bonds, certificates or other evidence of insurance, certificates of inspection, marked -up record documents (as provided in Paragraph 6.12), and other documents, Contractor may make application for final payment following the procedure for progress payments. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.04.13.6; b. consent of the surety, if any, to final payment; c. a list of all Claims against Owner that Contractor believes are unsettled; and d. complete and legally effective releases or waivers (satisfactory to Owner) of all Lien rights arising out of or Liens filed in connection with the Work. 3. In lieu of the releases or waivers of Liens specified in Paragraph 14.07.A.2 and as approved by Owner, Contractor may furnish receipts or releases in full and an affidavit of Contractor that: (i) the releases and receipts include all labor, services, material, and equipment for which a Lien could be filed; and (ii) all payrolls, material and equipment bills, and other indebtedness connected with the Work for which Owner might in any way be responsible, or which might in any way result in liens or other burdens on Owner's property, have been paid or otherwise satisfied. If any Subcontractor or Supplier fails to furnish such a release or receipt in full, Contractor may furnish a bond or other collateral satisfactory to Owner to indemnify Owner against any Lien. B. Engineer's Review of Application and Acceptance: 1. If, on the basis of Engineer's observation of the Work during construction and final inspection, and Engineer's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, Engineer is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled, Engineer will, within ten days after receipt of the final Application for EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 58 of 62 00 72 05 Payment, indicate in writing Engineer's recommendation of payment and present the Application for Payment to Owner for payment. At the same time Engineer will also give written notice to Owner and Contractor that the Work is acceptable subject to the provisions of Paragraph 14.09. Otherwise, Engineer will return the Application for Payment to Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case Contractor shall make the necessary corrections and resubmit the Application for Payment. C. Payment Becomes Due: 1. Thirty days after the presentation to Owner of the Application for Payment and accompanying documentation, the amount recommended by Engineer, less any sum Owner is entitled to set off against Engineer's recommendation, including but not limited to liquidated damages, will become due and will be paid by Owner to Contractor. 14.08 Final Completion Delayed A. If, through no fault of Contractor, final completion of the Work is significantly delayed, and if Engineer so confirms, Owner shall, upon receipt of Contractor's final Application for Payment (for Work fully completed and accepted) and recommendation of Engineer, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by Owner for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if bonds have been furnished as required in Paragraph 5.01, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by Contractor to Engineer with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Claims. 14.09 Waiver of Claims A. The making and acceptance of final payment will constitute: 1. a waiver of all Claims by Owner against Contractor, except Claims arising from unsettled Liens, from defective Work appearing after final inspection pursuant to Paragraph 14.06, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from Contractor's continuing obligations under the Contract Documents; and 2. a waiver of all Claims by Contractor against Owner other than those previously made in accordance with the requirements herein and expressly acknowledged by Owner in writing as still unsettled. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 59 of 62 00 72 05 ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 Owner May Suspend Work A. At any time and without cause, Owner may suspend the Work or any portion thereof for a period of not more than 90 consecutive days by notice in writing to Contractor and Engineer which will fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. Contractor shall be granted an adjustment in the Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspension if Contractor makes a Claim therefor as provided in Paragraph 10.05. 15.02 Owner May Terminate for Cause A. The occurrence of any one or more of the following events will justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the Progress Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of Engineer; or 4. Contractor's violation in any subst, .iial way of any provisions of the Contract Documents. B. If one or more of the events identified in Paragraph 15.02.A occur, Owner may, after giving Contractor (and surety) seven days written notice of its intent to terminate the services of Contractor: 1. exclude Contractor from the Site, and take possession of the Work and of all Contractor's tools, appliances, construction equipment, and machinery at the Site, and use the same to the full extent they could be used by Contractor (without liability to Contractor for trespass or conversion); 2. incorporate in the Work all materials and equipment stored at the Site or for which Owner has paid Contractor but which are stored elsewhere; and 3. complete the Work as Owner may deem expedient. C. If Owner proceeds as provided in Paragraph 15.02.13, Contractor shall not be entitled to receive any further payment until the Work is completed. If the unpaid balance of the Contract Price exceeds 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) sustained by Owner arising out of or relating to completing the Work, such excess will be paid to Contractor. If such claims, costs, losses, and damages exceed such unpaid balance, Contractor shall pay the difference to Owner. Such claims, costs, losses, and damages incurred by Owner will be reviewed by Engineer as to their reasonableness and, when so approved by Engineer, incorporated in a Change Order. When exercising any rights or EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 60 of 62 00 72 05 remedies under this Paragraph, Owner shall not be required to obtain the lowest price for the Work performed. D. Notwithstanding Paragraphs 15.02.B and 15.02.C, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. E. Where Contractor's services have been so terminated by Owner, the termination will not affect any rights or remedies of Owner against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by Owner will not release Contractor from liability. F. If and to the extent that- Contractor has provided a performance bond under the provisions of Paragraph 5.01.A, the termination procedures of that bond shall supersede the provisions of Paragraphs 15.02.13 and 15.02.C. 15.03 Owner May Terminate For Convenience A. Upon seven days written notice to Contractor and Engineer, Owner may, without cause and without prejudice to any other right or remedy of Owner, terminate the Contract. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 3. 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 in settlement of terminated contracts with Subcontractors, Suppliers, and others; and 4. reasonable expenses directly attributable to termination. B. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 15.04 Contractor May Stop Work or Terminate A. If, through no act or fault of Contractor, (i) the Work is suspended for more than 90 consecutive days by Owner or under an order of court or other public authority, or (ii) Engineer fails to act on any Application for Payment within 30 days after it is submitted, or (iii) Owner fails for 30 days to pay Contractor any sum finally determined to be due, then Contractor may, JEJCDC C-700 Standard General Conditions of the Construction Contract Copyright ©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Paee 61 of 62 00 72 05 upon seven days written notice to Owner and Engineer, and provided Owner or Engineer do not remedy such suspension or failure within that time, terminate the Contract and recover from Owner payment on the same terms as provided in Paragraph 15.03. B. In lieu of terminating the Contract and without prejudice to any other right or remedy, if Engineer has failed to act on an Application for Payment within 30 days after it is submitted, or Owner has failed for 30 days to pay Contractor any sum finally determined to be due, Contractor may, seven days after written notice to Owner and Engineer, stop the Work until payment is made of all such amounts due Contractor, including interest thereon. The provisions of this Paragraph 15.04 are not intended to preclude Contractor from making a Clain under Paragraph 10.05 for an adjustment in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to Contractor's stopping the Work as permitted by this Paragraph. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either Owner or Contractor may request mediation of any Claim submitted to Engineer for a decision under Paragraph 10.05 before such decision becomes final and binding. The mediation will be governed by the Construction Industry Mediation Rules of the American Arbitration Association in effect as of the Effective Date of the Agreement. The request for mediation shall be submitted in writing to the American Arbitration Association and the other party to the Contract. Timely sr' .mission of the request shall stay the effect of Paragraph 10.05.E. B. Owner and Contractor shall participate in the mediation process in good faith. The process shall be concluded within 60 days of filing of the request. The date of termination of the mediation shall be determined by application of the mediation rules referenced above. C. If the Claim is not resolved by mediation, Engineer's action under Paragraph 10.05.0 or a denial pursuant to Paragraphs 10.05.C.3 or 10.05.13 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 invoke any dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 62 of 62 00 72 05 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17.02 Computation of Times A. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.03 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 17.04 Survival of Obligations A. All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Controlling Law A. This Contract is to be governed by the law of the state in which the Project is located. 17.06 Headings A. Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 63 of 62 00 72 05 This Page Left Blank Intentionally SECTION 00 73 05 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement the Standard General Conditions of the Construction Contract (No. C-700, 2007 Edition) and other provisions of the Contract Documents as indicated below. All provisions which are not so amended or supplemented remain in full force and 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. The address system used in these Supplementary Conditions is the some as the address system used in the General Conditions, with the prefix "SC" added thereto. ARTICLE 1 - DEFINITIONS AND TERMINOLOGY SC-1.01.A26 Add the following language at the end of the definition of Milestone: The Mill and Overlay Paving Milestone is considered complete when the following have been completed: All structures have been adjusted on mill and overlay routes. All curb replacement and patching is complete on mill and overlay routes. All wear course paving is complete on mill and overlay routes. SC-1.01.A44 Add the following language at the end of the definition of Substantial Completion: The Work is considered Substantially Complete on the reconstruct streets when the following have been completed: All work excluding wear course paving. The Work is considered Substantially Complete on the mill and overlay streets when the following have been completed: All work including wear course paving, patching, and restoration. 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. SUPPLEMENTARY CONDITIONS © 2016 Stantec 1 193803348 00 73 05 - 1 ARTICLE 2 - PRELIMINARY MATTERS SC-2.02 Owner shall furnish to Contractor 1 printed copy and 1 electronic (PDF) version of the Contract Documents. Additional printed copies may be obtained as directed in the Advertisement for Bids. Limitations of use of electronic and printed documents are described in the Instructions to Bidders, General Conditions. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS SC-4.02 Add the following new paragraphs immediately after Paragraph 4.02.13: C. The following reports of explorations and tests of subsurface conditions at or contiguous to the Site are known to Owner: 1. Report dated December 11, 2015, prepared by American Engineering Testing, Inc., entitled: "Report of Geotechnical and Pavement Engineering Services, 2016 New Hope Streets, Reconstruction Roadways". Report dated December 14, 2015, prepared by American Engineering Testing, Inc., entitled: "Report of Geotechnical and Pavement Engineering Services, 2016 New Hope Streets, Mill & Overlay". The reports and drawings identified above are not part of the Contract Documents, but the "technical data" contained therein upon which Contractor may rely, as expressly identified and established above, are incorporated in the Contract Documents by reference. Contractor is not entitled to rely upon any other information and data known to or identified by Owner or Engineer. SC-4.06 Delete Paragraphs 4.06.A and 4.06.E in their entirety and insert the following: A. No reports or drawings related to Hazardous Environmental Conditions at the Site are known to Owner. B. Not Used. ARTICLES - 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 (2007 Edition) or a similar bond form if approved by Owner. SC-5.04 Add the following new paragraph immediately after Paragraph 5.04.B: C. The limits of liability 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: Worker's Compensation and related coverages under Paragraphs 5.04.A.I and A.2 of the General Conditions a. State Statutory b. Applicable Federal (e.g., Longshoreman's) Statutory c. Employer's Liability $1,000,000 SUPPLEMENTARY CONDITIONS © 2016 Stantec 1 193803348 00 73 05 - 2 2. Contractor's General Liability under Paragraphs 5.04.A.3 through A.6 of the General Conditions, which shall include completed operations and product liability coverages and eliminate the exclusion with respect to property under the care, custody and control of Contractor a. General Aggregate $2,000,000 b. Products - Completed Operations Aggregate $1,000,000 c. Personal and Advertising Injury $1,000,000 d. Each Occurrence (Bodily Injury and Property Damage) $2,000,000 e. Property Damage liability insurance will provide Explosion, Collapse, and Underground coverages where applicable. f. Excess or Umbrella Liability 1) General Aggregate $1,000,000 2) Each Occurrence $1,000,000 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. 3. Automobile Liability under Paragraph 5.04.A.6 of the General Conditions: a. Combined Single Limit - Bodily injury and property damage. All owned, non -owned, and hired vehicles. $2,000,000 4. The Contractual Liability coverage required by Paragraph 5.04.B.4 of the General Conditions shall provide coverage for not less than the following amounts: a. Bodily Injury: Each Person $1,000,000 Each Accident $1,000,000 b. Property Damage: Each Accident $1,000,000 Annual Aggregate $1,000,000 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: a. Owner. b. 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 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. SUPPLEMENTARY CONDITIONS i © 2016 Stantec 1 193803348 00 73 05 - 3 Comply with the requirements of Paragraph 5.06C of the General Conditions. ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES SC-6.06 Add the following new paragraphs 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 1-1 /2 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. I. Owner may furnish to any Subcontractor or Supplier, to the extent practicable, information about amounts paid to Contractor on account of Work performed for Contractor by a particular Subcontractor or Supplier. SC-6.08.A Amend the first sentence of Paragraph 6.08.A by replacing the words "the Supplementary Conditions" with the words "Division 01." SC-6.17 Add the following new paragraphs immediately after Paragraph 6.17.E: F. Contractor shall furnish required submittals with sufficient information and accuracy in order to obtain required approval of an item with no more than three submittals. Engineer will record Engineer's time for reviewing subsequent submittals of Shop Drawings, samples, or other items requiring approval and Contractor shall reimburse Owner for Engineer's charges for such time. G. In the event that Contractor requests a change of a previously approved item, Contractor shall reimburse Owner for Engineer's charges for its review time unless the need for such change is beyond the control of Contractor. SC-6.19.A Delete the words "representation of in the second sentence. ARTICLE 7 - OTHER WORK AT THE SITE ARTICLE 8 - OWNER'S RESPONSIBILITIES ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION SC-9.03 Add the following new paragraphs immediately after Paragraph 9.03.A: Engineer shall furnish a Resident Project Representative ("RPR") to assist Engineer in observing progress and quality of the Work. The RPR may provide full time representation or may provide representation to a lesser degree. C. The duties and responsibilities of the RPR are limited to those of Engineer in the Agreement with the Owner and in the Contract Documents, and are further limited and described as follows: SUPPLEMENTARY CONDITIONS © 2016 Stantec 1193803348 00 73 05 - 4 l . General: RPR is Engineer's agent at the Site, will act as directed by and under the supervision of Engineer, and will confer with Engineer regarding RPR's actions. RPR's dealings in matters pertaining to the Contractor's work in progress shall in general be with Engineer and Contractor, keeping Owner advised as necessary. RPR's dealings with subcontractors shall only be through or with the full knowledge and approval of Contractor. RPR shall generally communicate with Owner with the knowledge of and under the direction of Engineer. 2. Schedules: Review the progress schedule, schedule of Submittals, and schedule of values prepared by Contractor and consult with Engineer concerning acceptability. 3. Conferences and Meetings: Attend meetings with Contractor, such as preconstruction conferences, progress meetings, job conferences and other project -related meetings, and prepare and circulate copies of minutes thereof. 4. Liaison: a. Serve as Engineer's liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of the Contract Documents. b. Assist Engineer in serving as Owner's liaison with Contractor when Contractor's operations affect Owner's on Site operations. c. Assist in obtaining from Owner additional details or information, when ` required for proper execution of the Work. 5. Interpretation of Contract Documents: Report to Engineer when clarifications and interpretations of the Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued by Engineer. 6. Shop Drawings and Samples: a. Record date of receipt of Samples and approved Shop Drawings. b. Receive Samples, which are furnished at the Site by Contractor, and notify Engineer of availability of Samples for examination. c. Advise Engineer and Contractor of the commencement of any portion of the Work requiring a Shop Drawing or Sample submittal for which RPR believes that the submittal has not been approved by Engineer. 7. Modifications: Consider and evaluate Contractor's suggestions for modifications in Drawings or Specifications and report with RPR's recommendations to Engineer. Transmit to Contractor in writing decisions as issued by Engineer. 8. Review of Work and Rejection of Defective Work: a. Conduct on Site observations of Contractor's work in progress to assist Engineer in determining if the Work is in general proceeding in accordance with the Contract Documents. b. Report to Engineer whenever RPR believes that any part of Contractor's work in progress will not produce a completed Project that conforms generally to the Contract Documents or will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated in the Contract Documents, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise Engineer of that part of work in progress that RPR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. SUPPLEMENTARY CONDITIONS © 2016 Stantec 1 193803348 00 73 05 - 5 9. Inspections, Tests, and System Startups: a. Consult with Engineer in advance of scheduled major inspections, tests, and systems startups of important phases of the Work. b. Verify that tests, equipment, and systems start-ups and operating and maintenance training are conducted in the presence of appropriate Owner's personnel, and that Contractor maintains adequate records thereof. c. Observe, record, and report to Engineer appropriate details relative to the test procedures and systems startups. d. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the results of these inspections, and report to Engineer. 10. Records: a. Maintain at the Site orderly files for correspondence, reports of job conferences, reproductions of original Contract Documents including all Change Orders, Field Orders, Work Change Directives, Addenda, additional Drawings issued subsequent to the execution of the Contract, Engineer's clarifications and interpretations of the Contract Documents, progress reports, Shop Drawing and Sample submittals received from and delivered to Contractor, and other Project related documents. b. Prepare a daily report or keep a diary or log book, recording Contractor's hours on the Site, weather conditions, data relative to questions of Change Orders, Field Orders, Work Change Directives, or changed conditions, Site visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to Engineer. c. Record names, addresses and telephone numbers of Contractor, subcontractors, and major suppliers of materials and equipment. d. Maintain records for use in preparing Project documentation. e. Upon completion of the Work, furnish original set of all RPR Project documentation to Engineer. 11. Reports: a. Furnish to Engineer periodic reports as required of progress of the Work and of Contractor's compliance with the progress schedule and schedule of Submittals. b. Draft and recommend to Engineer proposed Change Orders, Work Change Directives, and Field Orders. Obtain backup material from Contractor. c. Furnish to Engineer and Owner copies of all inspection, test, and system startup reports. d. Report immediately to Engineer the occurrence of any Site accidents, any Hazardous Environmental Conditions, emergencies, or acts of God endangering the Work, and property damaged by fire or other causes. 12. Payment Requests: Review Applications for Payment with Contractor for compliance with the established procedure for their submission and forward with recommendations to Engineer, noting particularly the relationship of the payment requested to the schedule of values, Work completed, and materials and equipment delivered at the Site but not incorporated in the Work. 13. Certificates, Operation and Maintenance Manuals: During the course of the Work, verify that materials and equipment certificates, operation and maintenance manuals and other data required by the Specifications to be SUPPLEMENTARY CONDITIONS © 2016 Stantec 1 193803348 00 73 05 - 6 assembled and furnished by Contractor are applicable to the items actually installed and in accordance with the Contract Documents, and have these documents delivered to Engineer for review and forwarding to Owner prior to payment for that part of the Work. 14. Completion: a. Before Engineer issues a Certificate of Substantial Completion, submit to Contractor a list of observed items requiring completion or correction. b. Observe whether Contractor has arranged for inspections required by Laws and Regulations, including but not limited to those to be performed by public agencies having jurisdiction over the Work. c. Participate in a final inspection in the company of Engineer, Owner, and Contractor and prepare a final list of items to be completed or corrected. d. Observe whether all items on final list have been completed or corrected and make recommendations to Engineer concerning acceptance and issuance of the Notice of Acceptability of the Work. D. Resident Project Representative shall not: l . Authorize any deviation from the Contract Documents or substitution of materials or equipment (including "or -equal" items). 2. Exceed limitations of Engineer's authority as set forth in the Agreement or the Contract Documents. 3. Undertake any of the responsibilities of Contractor, subcontractors, suppliers, or Contractor's superintendent. 4. Advise on, issue directions relative to or assume control over any aspect of the means, methods, techniques, sequences or procedures of Contractor's work unless such advice or directions are specifically required by the Contract Documents. 5. Advise on, issue directions regarding, or assume control over safety precautions and programs in connection with the activities or operations of Owner or Contractor. 6. Participate in specialized field or laboratory tests or inspections conducted off Site by others, except as specifically authorized by Engineer. 7. Accept Shop Drawing or Sample submittals from anyone other than Contractor. 8. Authorize Owner to occupy the Project in whole or in part. ARTICLE 10 - CHANGES IN THE WORK; CLAIMS SC-10.053 Amend the first sentence of Paragraph 10.053 by replacing the words "30 days" with the words "10 days." Amend the third sentence of Paragraph 10.053 by replacing the words "60 days" with the words "30 days." ARTICLE 11 - COST OF THE WORK; CASH ALLOWANCES; UNIT PRICE WORK SC-1 1.01.A.5.c Delete Paragraph 1 1.01.A.5.c in its entirety and insert the following in its place: c. Construction Equipment and Machinery: l . Rentals of all construction equipment and machinery, and the parts thereof 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 SUPPLEMENTARY CONDITIONS © 2016 Stantec 1 193803348 00 73 05 - 7 agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. Costs for equipment and machinery owned by Contractor will be paid at a rate shown for such equipment in the [Use rate book appropriate for the Project]. An hourly rate will be computed by dividing the monthly rates by 176. These computed rates will include all operating costs. Costs will include the time the equipment or machinery is in use on the changed Work and the costs of transportation, loading, unloading, assembly, dismantling, and removal when directly attributable to the changed Work. The cost of any such equipment or machinery, or parts thereof, shall cease to accrue when the use thereof is no longer necessary for the changed Work. Equipment or machinery with a value of less than $1,000 will be considered small tools. SC-1 1.03 Delete paragraph 1 1.03.D in its entirety and insert the following in its place: D. Payment for the Bid Items on a Unit Price basis under this Contract shall be on the basis of quantities actually used in the construction, regardless of the estimated quantities shown in the Bid Form. No revision to the Contract Unit Prices for the Bid Items shall be considered or allowed due to variations of the actual quantities from the estimated amounts. ARTICLE 12 - CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES SC-12.01.0 Contractor's Fee. Delete the semicolon at the end of GC 12.0l .C.2.c, and add the following language: , provided, however, that on any subcontracted work the total maximum fee to be paid by Owner under this subparagraph shall be no greater than 27 percent of the cost incurred by the Subcontractor who actually performs the work. ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK SC- 13.07.A Amend the first sentence of Paragraph 13.07.A by striking out the words "one year" and inserting the words "two years." ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION SC-14.02.135 Add the following new item immediately after Item 14.02.135d: e. Contractor's failure to make acceptable submittals in accordance with the accepted schedules. ARTICLE 16 - DISPUTE RESOLUTION SC-16.01 Delete Paragraph 16.01.0 in its entirety and insert the following in its place: C. If the claim is not resolved by mediation, Engineer's action under Paragraph 10.05.0 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: l . elects in writing to demand arbitration of the claim, pursuant to Paragraph SC-16.02, or SUPPLEMENTARY CONDITIONS © 2016 Stantec 1 193803348 00 73 05 - 8 2. agrees with the other party to submit the claim to another dispute resolution process. SC-16.02 Add the following new paragraph immediately after Paragraph 16.01: 16.02 Arbitration 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- 16.0].A and 16.01.13, 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-16.01.0 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. 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, 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. the inclusion 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 Document 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 SECTION SUPPLEMENTARY CONDITIONS © 2016 Stantec 1 193803348 00 73 05 - 9 This Page Left Blank Intentionally SECTION 01 03 00 ALTERNATES PART 1 GENERAL 1.01 SUMMARY A. This Section identifies each Alternate by number and describes the basic changes to be incorporated into the Work as part of that Alternate. Refer also to the Specifications and Drawings for information. B. Alternates may be accepted by the Owner in order and may be used to determine the low Bidder. 1.02 DESCRIPTION OF ALTERNATES A. Alternate No. 1: Decatur Avenue Full Reconstruct: Furnish the materials and labor necessary to complete the utility and street reconstruction improvements on Decatur Avenue North, between 36th Avenue North and Northwood Parkway. B. Alternate No. 2: Ensign Avenue Full Reconstruct: Furnish the materials and labor necessary to complete the utility and street reconstruction improvements on Ensign Avenue North, between 36th Avenue North and Northwood Parkway. C. Alternate No. 3: Northwood Circle Full Reconstruct: Furnish the materials and labor necessary to complete the utility and street reconstruction improvements on Northwood Circle, west of Northwood Parkway. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION ALTERNATES © 2016 Stantec 1 193803348 01 03 00 - 1 This Page Left Blank Intentionally SECTION 01 10 00 SUMMARY PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Basic description of the Project and Work restrictions. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. All Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 SUMMARY OF WORK A. Project Name: 2016 Northwood South Area Infrastructure Improvements for the City of New Hope, Minnesota, City Project No. 974. B. Description of Work: Project consists of the replacement of storm sewer, water main, services; spot replacement of sanitary sewer; and in- -)rovements to the streets in the neighborhood south of Northwood Lake. ' 1.04 COMPLETION DATES A. Substantial Completion: Set forth in the Agreement. B. Final Completion: Set forth in the Agreement. 1.05 LIQUIDATED DAMAGES A. Provisions for liquidated damages, if any, are set forth in the Agreement. 1.06 WORK RESTRICTIONS A. Use of Site l . Location of construction facilities, staging areas, product stockpiles, material storage, and temporary construction shall be completed within the project area construction limits and right of way. Pavement removals shall be minimized in effort to avoid long segments of roadway being rough or gravel for extended periods of time 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 Site. B. Access to Site 1. Residents shall have access to all side streets and driveways between 7 P.M. to 7 A.M. SUMMARY ©2016 Stantec 1 193803348 01 10 00 - 1 _I 2. Working Hours: Per City ordinance, the contractor shall work only between 7 A.M. and 9 P.M., Monday through Friday, and between 9 A.M. and 9 P.M. on Saturday, unless given written permission by the city to perform work outside of these hours. 3. Existing aggregate base or reclaim material shall be utilized for temporary access. Provide a minimum of 3 inches existing aggregate base on the streets for temporary access until the final street section is under construction. 1.07 OTHER WORK AT SITE A. Jordan Avenue north to the north of Northwood Parkway will be reconstructed as part of a separate project. Contractor shall coordinate access to this site with other Contractor. 1. This work will be completed by July 1, 2016. Contractor may not commence work on Jordan Avenue south of Northwood Parkway until July 5, 2016. B. The installation and revision of electric power, telephone lines, gas lines, and cable TV by private utilities is anticipated. C. Allow private utility crews free access to the Site and a reasonable amount of time to complete their work. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION SUMMARY © 2016 Stantec 1 193803348 01 10 00 - 2 SECTION 01 20 00 PRICE AND PAYMENT PROCEDURES PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Administrative and procedural requirements for allowances, Alternates, pricing of Work, and request for payment procedures. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. All Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 ALTERNATES A. This article identifies each Alternate by number and describes the basic changes to be incorporated into the Work as part of that Alternate. Refer also to the Specifications and Drawings for information. B. Alternates maybe accepted by the Owner in any order and maybe used to determine the award of Contract consistent with the Instructions to Bidders. C. Alternate No. 1 - Decatur Avenue Full Reconstruct - Add to Total Base Bid 1. In general the Work of this Alternate No. 1 consists of all costs to furnish the materials and labor necessary to complete the utility and street reconstruction improvements on Decatur Avenue North, between 36th Avenue North and Northwood Parkway. D. Alternate No. 2 - Ensign Avenue Full Reconstruct - Add to Total Base Bid 1. In general the Work of this Alternate No. 2 consists of all costs to furnish the materials and labor necessary to complete the utility and street reconstruction improvements on Ensign Avenue North, between 36th Avenue North and Northwood Parkway. E. Alternate No. 3 - Northwood Circle Full Reconstruct - Add to Total Base Bid 1. In general the Work of this Alternate No. 3 consists of all costs to furnish the materials and labor necessary to complete the utility and street reconstruction improvements on Northwood Circle, west of Northwood Parkway. 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. PRICE AND PAYMENT PROCEDURES © 2016 Stantec 1 193803348 01 20 00 - 1 1.05 PAYMENT PROCEDURES A. Engineer will provide initial Application for Payment Form at the Preconstruction Conference. B. 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. C. 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 01 33 00. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION PRICE AND PAYMENT PROCEDURES © 2016 Stantec 1 193803348 01 20 00 - 2 SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. General requirements for overall Project coordination. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. All Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 UTILITIES A. Notify Gopher State One Call before starting construction in a given area requesting utility locates in the Site. B. Project Utility Sources: Coordinate Work with the following utility owners. The following utilities are kn(-.vn to be on the Site and are shown on the Drawings in a general way: 1. Water: Ow i ier. 2. Sanitary Sewer: Owner. 3. Storm Sewer: Owner. 4. Electric: Xcel Energy. 5. Gas: Centerpoint Energy. 6. Telephone/Cable: Comcast, Sprint, Centuryl-ink, Access Communications, Arvig, Rogers Communications, AT&T, Others. J C. Owner requires a 48-hour notice for all utility interruptions. 1.04 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. Minnesota Department of Health - Water Main. B. Apply for, obtain, and comply with the provisions of the following permits, which the Owner will waive the permit application fee: 1. City Building Permit. C. Apply for, obtain, and comply with other permits, licenses, and approvals which may be required for the Project. i PROJECT MANAGEMENT AND COORDINATION © 2016 Stantec 1 193803348 01 31 00 - 1 .1 1.05 SURVEYING AND CONSTRUCTION OBSERVATION A. Provide Engineer a minimum of 48-hour notice in advance of the need for establishing lines, grades, measurements, grade checks, and observation of Work. B. Engineer will furnish a Resident Project Representative consistent with Paragraph 9.03 of the Supplementary Conditions. 1.06 PROJECT MEETINGS A. Administrative Requirements l . Project Superintendent or persons designated by the Contractor to attend and participate in the Project 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 01 33 00. 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. 1.07 SPECIAL PROCEDURES A. All utility work on reconstruct and mill and overlay streets must be completed in 2016. B. All construction staging is shown in the Drawings. C. The Owner is very sensitive to the inconvenience each property/business owner will experience to construct this Project. The most frequent complaint received during this type of Project is the length of time for which services, streets, driveways, and boulevards are disturbed. Therefore, scheduling of Work, maintenance of local traffic, and timely repair of each utility, driveway and yard are critical to the success of the Project. D. Resident and business notification of Work directly affecting their property is required for all situations. The Owner and Project Inspector will provide notices to residents or businesses. However, it is the responsibility of the Contractor to ensure that all those affected are aware of issues such as access restrictions or disrupted supply. E. Given the underlying soil type, conditions resulting from precipitation can be devastating to the project. Construction should be coordinated such that disturbed areas are minimized at any given time. An acceptable staging plan is shown in the Drawings. PROJECT MANAGEMENT AND COORDINATION © 2016 Stantec 1 193803348 01 31 00 - 2 F. The existing aggregate material and/or reclaimed bituminous material that is generated and does not contain Petromat shall be used to ramp driveways and maintain access for the residents and businesses within the project area. G. Any additional costs associated with cold weather curing for concrete material will be the responsibility of the Contractor. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION PROJECT MANAGEMENT AND COORDINATION © 2016 Stantec 1 193803348 01 31 00 - 3 This Page Left Blank Intentionally SECTION 01 33 00 SUBMITTAL PROCEDURES PART 1 GENERAL A. Section Includes 1. General procedures and requirements for submittals during the course of construction- 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. All Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 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 by 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. 5. Include estimated times for preparation of submittals by Contractor, processing and review of submittals by Engineer, fabrication, delivery, installation, testing, start-up, instruction of Owner, and clean-up. 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. SUBMITTAL PROCEDURES © 2016 Stantec 1 193803348 01 33 00 - 1 3.02 EMERGENCY CONTACT LIST A. Before any Work at the Site is started, submit a typed list on 8.5 inch by 1 1 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 the General Conditions, except as modified herein. B. The minimum sheet size shall be 8.5 inches by 1 1 inches. 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: l . 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 by 4 inch blank space for the Engineer's stamp. D. Engineer's review will be in conformance with the requirements of the General Conditions, except as modified herein. E. Engineer will stamp shop drawings and indicate requirements for Contractor's review or resubmittal as follows: 1. "Reviewed" - Appears that items covered by the submittal will, after installation or incorporation into the Work, conform to the Contract Documents and appears to be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. "Reviewed as Noted" - Appears that items covered by the submittal will, after installation or incorporation into the Work, conform to the Contract Documents and appears to be compatible with the design concept of the 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 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. Work cannot proceed until the submittal is revised and resubmitted conforming to the resubmittal procedures described in 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. SUBMITTAL PROCEDURES © 2016 Stantec 1 193803348 01 33 00 - 2 3.04 TEST REPORTS A. Submit 3 copies of all inspections, tests, and approvals required in the Specification. 3.05 MATERIAL AND SAFETY DATA SHEETS A. Furnish Owner with current copies of Material Safety Data Sheets for all chemicals and products on Site. IEND OF SECTION it SUBMITTAL PROCEDURES OO 2016 Stantec 1 193803348 01 33 00 - 3 This Page Left Blank Intenlonally SECTION 01 40 00 QUALITY REQUIREMENTS PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Information required for conformance to regulatory requirements. 2. Quality assurance. 3. Procedures to measure and report the quality and performance of the Work. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. All Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCE STANDARDS A. Whenever reference is made to the Minnesota Department of Transportation Specifications, such reference shall mean "Standard Specifications for Construction," 2016 Edition (MnDOT Spec.) and all subsequent revisions and supplements. The word "Engineer" is understood to refer to the Engineer for the Owner. 1.04 SUBMITTALS A. Prior to start of Work, submit testing laboratory name for various specified tests for approval by Engineer. B. Laboratory test results or analysis. C. Manufacturer's certificates of quality control or performance. 1.05 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 1.06 TESTS AND INSPECTIONS 1 A. Conform to the requirements 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 Site or source, transport samples to laboratory, and facilitate tests and inspections for storing and curing of test samples. QUALITY REQUIREMENTS © 2016 Stantec 1 193803348 01 40 00 - 1 1.07 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 Project, type of inspection or test, date of test, results of tests, and conformance with Contract Documents. 1.08 LABORATORY RESPONSIBILITIES A. Test samples and perform field tests. B. Provide qualified personnel. Cooperate with Engineer and Contractor in performance of services. C. Ascertain compliance with the requirements of the Contract Documents. D. When requested by Engineer, provide interpretation of test results. 1.09 LIMITS ON TESTING LABORATORY AUTHORITY A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents. B. Laboratory may not approve or accept any portion of the Work. C. Laboratory may not assume any duties of Contractor. D. Laboratory has no authority to stop Work. 1.10 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 Not Used. END OF SECTION QUALITY REQUIREMENTS © 2016 Stantec 1 193803348 01 40 00 - 2 SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Temporary utilities and miscellaneous temporary facilities required during construction. B. Products furnished but not installed under this Section or products installed but not furnished under this Section. C. Related Sections 1. Section 31 23 00 - Excavation and Fill. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. 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 a. 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 50 Percent of original contract amount earned - 25 70 Percent of original contract amount earned - 50 90 Percent of original contract amount earned - 100 100 2. A Bid Item has been provided for Temporary Mail. Measurement is Lump Sum. a. Payment for the Temporary Mail 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 of the existing mailboxes and removal of the temporary mailboxes. b. This will be considered payment in full for all 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 homeowner. c. Contractor shall be responsible for repairing/replacing all mailboxes damaged or destroyed during the Project at no additional cost to the Owner. 3. A Bid Item has been provided for 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 and services to affected homes and businesses. 4. No Bid Item has been provided for By -Pass Pumping. Any bypass pumping will be considered incidental to the Project with all costs included in the Base Bid. 5. No Bid Item has been provided for Dewatering. Any dewatering required will be considered incidental to the Project with all costs included in the Base Bid. TEMPORARY FACILITIES AND CONTROLS © 2016 Stantec 1 193803348 01 50 00 - 1 No Bid Item has been provided for Temporary Fence, Any temporary construction fence required for safety will be considered incidental to the Project with all costs included in the Base Bid. A Bid Item has been provided for Traffic Control. Measurement is Lump Sum a. This shall be considered payment in full for all labor, equipment, and materials associated with the required Traffic Control devices for the entire Project. b. This Bid Item shall include but not be limited to furnishing, installing, and relocating the Traffic Control due to various road closures, daily maintenance, and ultimate removal of all such devices used over the duration of the Contract or as directed by the Engineer: c. Partial payment of the Lump Sum Item "Traffic Control" will be made using a percentage based on the following: Cumulative Percent of Traffic Control Item Paid First Partial Payment 50 Percent of original contract amount earned - 25 70 Percent of original contract amount earned - 50 90 Percent of original contract amount earned - 100 100 8. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota f ,apartment of Transportation "Standard Specifications for Construction," 2016 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. C. Minnesota Department of Transportation Traffic Engineering Manual. 1.04 SUBMITTALS A. Construction Staging Plan consistent with Section 01 33 00, including the following information: 1. Sequence of construction and traffic control. 2. Streets closed or restricted during any stage of construction. 3. Provisions for routing any detoured traffic as permitted. 4. Specific signs, striping, and other traffic control devices to be utilized. Traffic Management Plan consistent with Section 01 33 00, including the following information: 1. Haul and access routes. 2. Permits or applications required by local authorities. 3. Temporary facilities required. PART 2 PRODUCTS Not Used. TEMPORARY FACILITIES AND CONTROLS © 2016 Stantec 1 193803348 01 50 00 - 2 PART 3 EXECUTION 3.01 MOBILIZATION A. Move personnel, equipment, materials, and all other items required to complete the Work at the Site. B. Establish Contractor offices, building, or other facilities necessary for Work on the Project. 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. Salvage signs and posts as shown in the Drawings and deliver to New Hope Public Works, as directed by the Engineer. I Remove existing mailboxes and posts and provide to property owner for storage. Install temporary mailbox clusters in locations approved by the postal service. Replace mailboxes prior to Substantial Completion. Removal, temporary reinstallation, and replacement shall be coordinated with the postal service and shall occur such that mail delivery is not interrupted. Mailboxes must be reinstalled prior to substantial completion. Mailboxes, posts, and appurtenances damaged during construction shall be replaced with new at no charge to Owner. 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 j 1. Obtain water for construction from Owner at a hydrant. Obtain a meter and backflow I prevent or assembly from Owner. Return to Owner at completion. There is no charge for meter use during construction. 2. Owner will pay for the costs of the water. 3.04 TEMPORARY WATER SERVICE A. During water main construction, install and maintain temporary water services to all homes, apartments, and/or businesses as shown on the Drawings. l . The temporary services will allow efficient removal of the existing water main and services, and installation of the new. 2. The temporary service shall provide adequate pressure and volume to properties. 3. All pipe and materials shall be potable water related. 4. The Contractor shall perform a bacteria test on all temporary water lines prior to making any connections to homes or terminating existing water service. Testing results shall be e-mailed to City of New Hope Public Works staff and copied to Field Construction Manager, Adam Martinson (Stantec). 5. The Contractor shall install any main line valves that may be required to shut off or isolate an area based on the Contractor's schedule of work or temporary water system. All valves installed shall be in their permanent location as shown on the TEMPORARY FACILITIES AND CONTROLS © 2016 Stantec 1 193803348 01 50 00 - 3 Drawings per the new water main location. Any valve not installed in its permanent location shall not be paid for and shall be incidental to the temporary water main. 6. Coordinate all Work with the Owner and the Engineer. If staging of the temporary system is necessary provide a schedule and description of how this is to be accomplished. Submit a plan for temporary service for approval by the Owner. 7. Coordinate connections and service interruptions with the property owners and Engineer at least 72 hours in advance. 8. Provide ramping and/or shallow trenching at street and driveway crossings. 9. Provide emergency contract numbers for evenings and weekends. 10. Maintain, inspect, and adjust the temporary piping as needed or directed throughout the construction. 3.05 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. 3.0 I TEMPORARY CONSTRUCTION A. By Pass Pumping 1. All sanitary flows shall be pumped around areas with no spillage allowed. 2. Any spill needs to be reported as required by law. 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 Site and adjacent property to avoid damage. 3.07 TRAFFIC CONTROL A. General 1. The Contractor shall provide and maintain all traffic control devices in accordance with the approved Construction Staging Plan. All traffic control devices and other protective measures shall conform to MMUTCD. 2. The Contractor will not be permitted to park vehicles as to obstruct a traffic control device. The parking of workers' vehicles will not be allowed within the Project limits, unless so approved by the Engineer. 3. The Contractor will not be permitted to store materials or equipment within 30 feet of through traffic, unless approved by the Engineer. If materials or equipment must be stored within 30 feet of through traffic, the Contractor shall provide barricades or barriers, as directed by the Engineer, to warn and protect traffic. 4. The Contractor shall conduct Work in a manner which will allow access to all properties within and adjacent to the Project by fire, police, and emergency vehicles. TEMPORARY FACILITIES AND CONTROLS © 2016 Stantec 1 193803348 01 50 00 - 4 5. The Contractor is responsible to maintain all unpaved surfaces. The surface shall be watered and bladed as directed by the Engineer. Construction Staging Plan l . Within 10 days following the approval of the Contract, the Contractor shall provide the Engineer with a Construction Staging Plan and a Traffic Management Plan. The Engineer may accept, reject, or suggest alterations to the plans. These plans shall reflect the following conditions: a. The Contractor shall provide a method of protecting traffic from open excavation areas. b. Minimum through -lane lane widths of 10 feet will be maintained at all times. c. 2-way traffic (1 lane in each direction) will be maintained at all times. d. The Contractor may request changes to the Construction Staging Plan at any time. No change or deviation will be permitted without approval of the Engineer. e. Provide access for emergency vehicles and busses to all residences at all times. f. The Contractor will re-establish access to all driveways at the end of each day. g. For all traffic lane switches, interim pavement markings shall be installed in accordance with Chapter 8 of the Traffic Engineering Manual. There will be no direct compensation for interim pavement markings. h. The Contractor shall furnish, install, and maintain "ROAD WORK AHEAD" and "END ROAD WORK" signs in advance of and beyond each end of the construction limits. The Contractor shall also furnish, install, and maintain "ROAD WORK AHEAD" signs in advance of the construction limits on all intersecting roads and streets. i. The staging shall be undertaken to provide street access and local access to adjacent properties as directed by the Engineer. The Engineer may modify the requirements for traffic control as deemed necessary due to field conditions. j. Contractor shall remove traffic control devices at the conclusion of the Work. C. Vehicle Warning Light 1. All Contractors', subcontractors', and suppliers' mobile equipment, which are working in the lane closure or within 15 feet of the lane closure, shall be equipped with operable warning lights which meet the appropriate requirements of the SAE Specifications. This would include any vehicle which enters the traveled roadway at any time. The SAE Specification requirements are as follows: a. 360-Degree Rotating Lights - SAE Specification J845. b. Flashing Lights - SAE Specification J595. c. Flashing Strobe Lights -SAE Specification J 1318. D. Temporary Lane Closures 1. Temporary Lane Closures shall conform to the following: a. A "short-term" lane closure or traffic restriction shall be one that is in -place only during the Contractor's work hours. b. Temporary "short-term" lane closures by the Contractor, consistent with time restrictions, will be permitted during those hours and at those locations approved by the Engineer. Requests for "short-term" lane closures shall be made at least 24 hours prior to such closures. The Contractor shall furnish, erect, and maintain all traffic control devices required for these closures. No direct compensation will be made for temporary lane closures. c. Application of traffic control devices shall be in accordance with the Field Manual. d. Lane closures will not be permitted during inclement weather, nor any other time when, in the opinion of the Engineer, the lane closures will be a hazard to traffic. TEMPORARY FACILITIES AND CONTROLS © 2016 Stantec 1 193803348 01 50 00 - 5 e. When a temporary lane closure is used by the Contractor, the closure shall be incidental work and no direct compensation will be made therefore. E. Traffic Control Devices 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. At least 1 nighttime inspection shall be made each week. 2. The Contractor shall complete the checklist attached to the end of this Section, each day of each week that traffic control devices for any overnight lane closure or detour are being used on the Project. The completed checklist shall be submitted each working day to the Engineer or the Engineer's designated representative at some mutually agreeable time. 3. The Contractor shall furnish qualified flagpersons to adequately control traffic when needed or as directed by the Engineer. Qualified flagpersons shall comply with the requirements set forth in the Flagging Handbook Section of the Field Manual. Flagpersons are required to protect construction vehicles during unloading of construction materials. 4. 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. 5. Respond to any request from the Engineer to improve or correct the usage of traffic control devices on or related to this Project within 1 hour of the time of notification. 6. 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. 7. The Contractor shall store at least 10 extra Type 1 barricades with flashers, 5 extra Type III barricades, and 10 extra drums, at a convenient location within the Project limits for use in an emergency, as approved by the Engineer. No direct compensation will be made to the Contractor for furnishing and erecting these traffic control devices. F. Failure to Complete The Work On Time 1. The Contractor will be subject to an hourly charge for failure to maintain the traffic control devices. Non-compliance charges, for each incident, will be assessed at a rate of $250 per hour for each hour or any portion thereof with which the Engineer determines that the Contractor has not complied. 2. The Contractor will be subject to an hourly charge for failure to remove temporary lane restrictions within the permitled hours, unless authorized by the Engineer. Non- compliance charges, for each incident, will be assessed at a rate of $500 per hour for each hour or any portion thereof with which the Engineer determines that the Contractor has not complied. 3.08 DETOUR IMPLEMENTATION A. General 1. The item Traffic Control shall include all detour signing and barricading identified on the Drawing for the detour. The Contractor shall be responsible for the regular inspection and maintenance of the detour signing and barricade placement. 2. Detour signing work shall be performed as follows: a. All detour signing shall be installed and temporarily covered prior to activating the detour. TEMPORARY FACILITIES AND CONTROLS © 2016 Stantec 1 193803348 01 50 00 - 6 b. Advance notice of road closure signing (G20-X1 "ROAD CLOSED BEGINNING DATE/TIME") shall be installed and visible for a period of 1 1 days prior to the activation of the Project detour. The Advance Notice signs, G20-X1, shall be 72 inches by 60 inches. Advance notice of road closure signing shall be paid for under Item 2563.531, Construction Signs - Special at the Contract Bid Price per square foot. c. The detour shall be activated between the hours of 12 A.M. and 4 A.M., unless requested otherwise by the Engineer. This work shall be coordinated with all other work in detour signing to provide traffic a safe, smooth switch to the Project detour. d. The detour shall remain in place until the Project is completed. 3.09 TEMPORARY BARRIERS AND ENCLOSURES A. Temporary Barriers 1. Provide temporary covers, enclosures, markers, and barriers as necessary to protect Work. 2. Damage to the 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 Site repairing. B. Temporary Fence I 1. Install as shown on the Drawings. 2. Maintain and repair fence throughout the duration of the Project. 3. Provide Owner and Engineer with keys or combinations to any locks that maybe used to secure fencing gates. 3.10 ADDITIONAL TRAFFIC CONTROL DEVICES A. General 1. In addition to the traffic control devices shown on the Traffic Control Layouts, the Engineer may require more traffic control as traffic conditions may warrant. 2. The Contractor shall furnish the additional traffic control devices as ordered by the Engineer. 3. The devices shall be installed and maintained in a functional and/or legible condition at all times, to the satisfaction of the Engineer. END OF SECTION © 2016 Stantec 1 193803348 TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 7 TRAFFIC CONTROL CHECKLIST ITEM HOW MANY? l . Are any devices missing? Do any devices need repair? Were all replaced or repaired? 2. Are any lights (flashers, etc.) not functioning? Were they all replaced or repaired 3. Are any devices improperly placed? Were all positions corrected? 4. Do any devices need cleaning? Where all devices cleaned? ADDITIONAL COMMENTS: The above check was completed by on: (date) at: 1 -1 Yes ❑ Yes ❑ Yes ❑ Yes ❑ Yes ❑ Yes ❑ Yes ❑ Yes ❑ Yes (time) No ❑ No ❑ No - [ i No No - i I No No No — No (name / title) ['-!AM ❑ PM SECTION 01 57 13 TEMPORARY EROSION AND SEDIMENT CONTROL PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Managing storm water runoff and other Project related water discharges to minimize sediment pollution during construction. B. Related Sections 1. Section 31 23 00 - Excavation and Fill. 2. Section 32 92 00 - Turf and Grasses. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. 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. 2. 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 of the following Bid Items. 80-percent partial payment will be made upon installation and 20- percent payment will be made upon removal and restoration. a. Silt Fence: Payment will be by type. Measurement will be along the base of the fence in linear feet, from outside to outside of the end posts for each section of fence. b. Floating Silt Curtain: Measurement will be by linear foot installed. c. Inlet Protection: Measurement will be by each. Includes in -street and non -paved catch basin inlet protection. Each catch basin will receive payment for only one time during the Project Work, regardless of the protection prior to or after paving. d. Temporary Rock Construction Entrance: Measurement will be by weight in tons of material required to construct the entrance as shown on the Drawings or as Jdirected by the Engineer. The use of onsite existing aggregate base or reclaim material shall be utilized for temporary access during construction. This Bid Item shall only be used during extreme wet conditions where the larger rock is required. 3. A Bid Item has been provided for Water for Dust Control. Measurement will be per 1,000 gallons (TGal) applied to the street. Payment will constitute compensation in full for all Work and cost to furnish and install the Water. This Bid Unit Bid Item is intended to + pay for water used for dust control only and only at those times that it is requested by j either the Engineer or Owner. a. Water used for the construction of the streets will be considered incidental to the Project. 4. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. TEMPORARY EROSION AND SEDIMENT CONTROL © 2016 Stantec 1 193803348 01 57 13 - 1 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2016 Edition (MnDOT Spec.) 1. 2130 - Application of Water for Dust Control. 2. 2573 - Storm Water Management. 3. 2575 - Establishing Turf and Controlling Erosion. B. MPCA's NPDES General Stormwater Permit for Construction Activity. 1.04 SUBMITTALS A. Completed application form for the MPCA's NPDES General Stormwater Permit for Construction Activity (MN R100001) conforming to Section 01 33 00 1. NPDES permit inspection log resulting from weekly Site inspections. 2. Amendments to the Stormwater Pollution Prevention Plan (SWPPP) for the Project. 3. Completed form for MPCA's Notice of Termination. B. Contractor Prepared Schedules and Plans 1. Erosion Control Schedule: Conforming to MnDOT Spec. 1717.2C and submitted each week that construction is active. C. 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. Erosion Control Supervisor: Provide an Erosion Control Supervisor to direct the erosion - - - - - -- control -operations -and -insure -compliance -with -Federal, -State, and Local ordinances and regulations. B. Certified Installers: Provide a certified installer to install or direct installation of erosion or sediment control practices. Certification shall be obtained through the University of Minnesota Erosion Control Inspector/Installer Certification program, or approved equal. 1.06 PERMITS A. Project disturbs 1 or more acres of total land area. Co -submittal with the Owner of a completed NPDES application form for the MPCA's General Stormwater Permit for Construction Activity and the appropriate fees to the MPCA is required. Submit a copy of the completed, signed, and dated application form to Owner. B. Permit coverage will become effective 7 days after the postmarked date of the completed application form. Or Permit coverage is anticipated to become effective 30 days after the postmarked date of a completed application form and SWPPP submittal to the MPCA. 1.07 SEQUENCING AND SCHEDULING A. Install sediment control measures prior to grading activities. TEMPORARY EROSION AND SEDIMENT CONTROL © 2016 Stantec 1 193803348 01 57 13 - 2 B. Schedule and coordinate the Work so that permanent erosion and sediment control BMPs, such as basin construction, rip rap placement, and permanent seeding, are directly incorporated into the supplement permanent erosion and sediment control BMPs with temporary BMPs. Place temporary BMPs when permanent erosion control cannot be achieved. Coordinate construction operations so that erosion and sediment control measures (permanent or temporary) are installed and maintained concurrently with the rest of the Work of the Project. C. Coordinate and schedule the Work of subcontractors such that erosion and sediment control measures are fully executed for each operation and in a timely manner over the duration of the Project. Develop a chain of responsibility for all subcontractors and operators on the Project to ensure that permit provisions are adhered to. D. Infiltration areas and constructed infiltration systems should not be constructed until the contributing drainage area and/or adjacent construction has been completely stabilized. When this timing of construction is not possible, the Contractor shall insure sediment from exposed soil areas of the Project does not enter into the infiltration area or system. E. Stabilization timeframes shall conform to the NPDES General Stormwater Permit for Construction Activity. F. Prior to Project shutdown for the winter or other periods of a week or more, the Site shall be adequately protected from erosion and off Site damage by covering exposed soils with mulch and establishing perimeter controls. G. 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 1. 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. 2. The Contractor shall respond within 24 hours with sufficient personnel, equipment, materials, and conduct the required Work or be subject to a $2,000 per calendar day deduction for noncompliance. H. Establish permanent turf in accordance with Section 32 92 00 to prevent excessive soil erosion. PART 2 PRODUCTS 2.01 SILT FENCE: Conform to MnDOT Spec. 3886. A. Machine sliced (MS). 2.02 TEMPORARY ROCK CONSTRUCTION ENTRANCE A. Rock Construction Entrance: Conform to the Drawings and the following:2 inches minimum washed rock. 2. Underlying Geotextile: Conform to MnDOT Spec. 3733, Type 4. 3. Minimum Thickness of Rock Placed: 6 inches. 2.03 MULCH: Conform to MnDOT Spec. 3882. TEMPORARY EROSION AND SEDIMENT CONTROL © 2016 Stantec 1 193803348 01 57 13 - 3 A. Type 1, clean grain straw only. Project specific, refer to MnDOT Spec. for options. B. Hydraulic soil stabilizer may be used in lieu of mulch with the approval of the Engineer. 2.04 HYDRAULIC EROSION CONTROL PRODUCTS A. Conform to MnDOT Spec. 3884. B. Type Hydraulic Mulch C. Type Bonded Fiber Matric (BFM), 100-percent wood fiber mulch. 2.05 EROSION CONTROL BLANKET A. Conform to MnDOT Spec. 3885. 2.06 STORM DRAIN INLET PROTECTION A. Inlet protection for paved streets with concrete curb and gutter: The following methods are acceptable: 1. Conform to the details on the Drawings. 2. Catch Basin Inserts: a. Road Drain by Wimco, LLC (www.roaddrain.com). b. Lange Industries (www.langeindustries.com), or approved equal. c Filter bag insert conforming to MnDOT Spec. 2573 subject to Site and approved by the Engineer. 3. Rock Log: a. Conform to MnDOT Spec. 3897.2.G. b. Rock 3/4 to 1-1 /2 inches crushed or natural rounded aggregate. Inlet protection for non -paved surfaces without curb or areas where vegetation will be established. The following methods are acceptable: 1. Conform to the details on the Drawings. 2. Silt fence ring, or approved equal: a. Place wire mesh cage in a circular or square confirmation to form a minimum 5 foot diameter zone of protection. b. Geotextile shall be monofilament/monofilament meeting the requirements of MnDOT Spec. Heavy Duty. c. Loose aggregate or a rock log(s) around perimeter of ring to anchor geotextile. 3. Sediment control inlet hat conforming to MnDOT Spec. 2573: a. InfraSafe Sediment Control Barrier by Royal Enterprises (http://www.royalenterprises.net/). 4. Rock filter as shown on the Drawings. 2.07 SEDIMENT CONTROL LOGS: Conform to MnDOT Spec. 3897. A. Straw or wood fiber biorolls, 6 to 7 inches in diameter. B. Compost or rock logs, 6 to 8 inches in diameter. 2.08 FLOATATION SILT CURTAIN A. Conform to the requirements of MnDOT Spec. 3887, Light Duty. TEMPORARY EROSION AND SEDIMENT CONTROL © 2016 Stantec 1 193803348 01 57 13 - 4 B. Curtain depth shall extend to the bottom of the water body. 2.09 DUST CONTROL A. Water clear and free from suspended fine sediment. B. The Owner may elect to have the Contractor apply a chloride solution for dust control 1. Calcium Chloride: Conform to MnDOT Spec. 3911. 2. Magnesium Chloride Solution: Conform to MnDOT Spec. 3912. 2.10 TEMPORARY SEED 1 A. Conform to Section 32 92 00. B. General - Sizing, configuration, capacity, and selection of dewatering sediment capture techniques shall be based on Site and flow conditions. The Contractor shall submit the means and methods for review by the Engineer. Sizing of the sediment capture systems will have to be adjusted such that the ultimate discharge water is not visibly different from the receiving water. 2.11 FLOCCULANTS: Conform to MnDOT Spec. 3898. PART 3 EXECUTION 3.01 GENERAL A. Comply with all applicable laws, ordinances, regulations, permit requirements, orders and decrees pertaining to erosion/sediment control and stormwater discharge during the conduct of the Work. I B. Take necessary precautions against damage to the Project by action of the elements. N C. Implement the Project's NPDES Stormwater Pollution Prevention Plan (SWPPP) and take necessary actions to prevent off Site damage resulting from Work conducted on the Project or Project related stormwater runoff. D. Minimize the amount of disturbed land that is susceptible to erosion at any time. Delineate areas not to be disturbed 1. Exclude vehicles and construction equipment from area not to be disturbed to preserve natural vegetation. 2. Maintain and preserve riparian and naturally vegetated buffer strips (10 feet minimum distance) along water courses. 3.02 INSTALLATION A. General: Install temporary stormwater management and sediment control devices in conformance with the details, typical sections, and elevations shown on the Drawings. B. The location of temporary stormwater and sediment control devices may be adjusted from that shown on the Drawings to accommodate actual field conditions and increase the effectiveness of the installation. C. Silt Fence: Conform to MnDOT Spec. 2573.3.13 © 2016 Stantec 1 193803348 TEMPORARY EROSION AND SEDIMENT CONTROL 01 57 13 - 5 Install in the locations shown on the Drawings using the machine sliced installation method, unless directed otherwise by the Engineer. Use additional measures, such as rock aggregate, placed along the base of the silt fence where the silt fence geotextile cannot be trenched in, i.e. tree roots, frost, bedrock. Use short sections of silt fence placed in J-hook patterns to a. Supplement the perimeter silt fence at corner locations and areas where sediment deposition will occur. No more than 100 feet of silt fence shall be installed per 1 /4 acre of drainage. b. Break up flow path along silt fence running across contours to be no more than 100 feet between hooks or as directed by the Engineer. Silt fence longer than 600 feet shall be constructed in separate independent units with each unit having a length less than 600 feet. Avoid splices whenever possible. If necessary, make splices at an opposing fence post and according to the manufacturer's specifications. D. Temporary Construction Entrance 1. Install at locations shown on the Drawings. 2. Construct construction entrance before grading begins on the Site. 3. Inspect construction entrance daily for mud accumulation to minimize vehicle tracking of sediment onto public roadways. Remove fugitive rock or wood mulch from adjacent roadways daily. Mulch 1. For seeded Sites, apply at a rate of 2 tons per acre (4,500 kg/ha). 2. For unseeded Sites, apply at a rate of 2 to 3 tons per acre (4,500 to 6,700 kg/ha), covering the entire soil surface. 3. Distribute mulch evenly by hand or machine and cover the exposed area to a uniform depth. 4. Disk anchor in conformance to MnDOT Sect. 2575.3.D. 5. Anchor mulch immediately to minimize loss by wind or water. Hydraulic Erosion Control Products 1. Apply in conformance with MnDOT Spec. 2575.3.E. 2. Raking or harrowing of soil/seed and slope (cat) tracking shall be done before installation of hydromulch. 3. Apply hydromulch in at least 2 opposing directions so that a shadowing effect leaving the back side of a soil clod unprotected is minimized. 4. Type Hydraulic Mulch a. Application Rate for Slopes greater than 1:4: 2,800 Ibs per acre. 2 applications may be necessary. All other slopes apply -at a rate of 2,100 Ibs per acre. 5. Type Bonded Fiber Matrix (BFM) a. Application Rate for Slopes less than 1:3: 3,000 Ibs per acre. b. Application Rate for Slopes between 1:3 and 1:2: 3,500 Ibs per acre. 2 applications shall be necessary. c. Application Rate for Slopes greater than 1:2: 4,500 Ibs per acre. 2 applications shall be necessary. G. Slope (Cat) Tracking 1. Slope tracking consists of operating a dozer up and down slopes so that the cleats of the tracks create grooves perpendicular to the slope. By operating the dozer up and down, the soil surface is firmed and miniature interceptor checks are created. TEMPORARY EROSION AND SEDIMENT CONTROL © 2016 Stantec 1 193803348 01 57 13 - 6 2. Required on all slopes equal to or steeper than 3:1 (H:V). H. Erosion Control Blanket 1. Install immediately following seeding in accordance with MnDOT Spec. 2575.3.G, and as modified below. 2. Install as shown on Drawings. 3. Raking or harrowing of soil/seed shall be done before installation of erosion control blanket. 4. Install blanket parallel to the direction of flow. 5. If permanent seeding is not available at the time of blanket installation, this material will have to be removed, re -seeded, and installed again as a permanent erosion control measure. If permanent seeding is available at the time of initial installation, a one-time proper installation is acceptable. Storm Drain Inlet Protection 1. Provide effective storm drain inlet protection over the life of the Project until all sources with potential for discharging to inlets have been paved or stabilized. 2. Place devices so that driving hazards or obstructions are not created. The devices must be cleaned out regularly and all devices must have an emergency overflow to reduce flooding potential. J. Temporary Sediment Basins 1. Sediment basins shall be excavated as a first priority when grading begins on the Project. The location and outlet configuration are shown on the Drawings. K. Temporary Sediment Traps l . Temporary sediment traps are excavated in conjunction with other grading activities. Temporary traps are approximately 2 feet or less in depth with a length to width ratio of 2:4. 2. Effectiveness of sediment traps can be increased by placing a rock weeper at the outlet. L. Filter Berms: Reference detail on Drawings. M. Floatation Silt Curtain 1. Floatation silt curtain shall be installed in locations shown on the Drawings and according to the manufacturer's specifications a. Anchor" and secured to prevent any material from passing beneath, over, around, or through the barrier. b. Provide 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. 2. Place floatation silt curtain as close to the shoreline or work area as possible. Flotation silt curtain shall not be placed across flowing rivers, streams, drainage ditches, or across culvert inlets or outlets. N. Rapid Stabilization 1. Work to be performed under non-schedulable situations requiring rapid stabilization of small critical areas within 200 feet of surface waters to comply with permit requirements. 2. Methods per Mn DOT Spec. 2575.3.M with Seed Mix 21-1 12 or 21 -11 1. TEMPORARY EROSION AND SEDIMENT CONTROL © 2016 Stantec 1 193803348 01 57 13 - 7 3.03 MAINTENANCE A. Conform to MnDOT Spec. 2573.3M, NPDES permit, and as follows: 1. Inspect, maintain, and repair any washouts or accumulations of sediment that occur as a result of the grading or construction. Restoration consists of grade repair, turf re- establishment, and street sweeping of mud and debris tracked from the Site. 2. Inspection of all erosion and sediment 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. The Contractor shall maintain the temporary sediment control devices until they are no longer necessary and are removed: a. Maintenance consists of keeping the devices functioning properly. b. The Contractor shall repair or replace plugged, torn, displaced, damaged, or non- functioning devices. 4. Upon final acceptance of the Project and establishment of permanent erosion control measures, the Contractor shall remove all temporary erosion control measures. 5. Temporary mulching and temporary seeding/mulching are very effective at controlling erosion. However, these are considered temporary measures. These measures may need to be re-established several times throughout the duration of the Work. 6. 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. b. At the completion of the Project, the floatation silt curtain shall be removed in such a manner so as to minimize release of sediment adhering to the turbidity curtain. B. Maintenance: Conform to MnDOT Spec. 2573.3.K 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. Control dust blowing and movement on Sito and roads as directed by Engineer to prevent exposure of soil surfaces, to reduce on and off Site damage, to prevent health hazards, and to improve traffic safety. END OF SECTION TEMPORARY EROSION AND SEDIMENT CONTROL © 2016 Stantec 1 193803348 01 57 13 - 8 SECTION 01 70 00 EXECUTION REQUIREMENTS PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Requirements for overall execution of the Work and closeout of the Contract for Final Payment. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment. l . A Bid Item has been provided for Street Sweeper (With Pickup Broom). Measurement will be by the units of hours that sweeper is operating to remove sediment and other deposits from adjacent streets. Street sweeping shall only be at the direction of the Engineer on Site. No payment shall be made for street sweeping required due to lack of sediment and erosion control of the site. a. Contractor should anticipate multiple mobilizations to perform this work. 2. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 SUBMITTALS A. Submit the following items consistent with the Conditions of the Contract and Division 01 Sections: 1. Record Documents. 2. Written Notification of Substantial Completion. 3. Executed Certificate of Substantial Completion. 4. Written Notification of Final Completion. 5. Spare Parts, Operation and Maintenance Manuals, instructions, schedules, warranties, guarantees, Bonds, certificates, certificates of inspection, and other documents. 6. Final Application for Payment, including accompanying documentation. 7. IC-134 Form. PART 2 PRODUCTS Not Used. PART 3 EXECUTION 3.01 EXAMINATION A. Acceptance of Conditions: By commencing Work, Contractor construes acceptance of the adjacent work as satisfactory to receive subsequent work. B. Existing Conditions: Before commencing Work, inspect work completed by others that is adjacent to Work. If adjacent conditions prevent completion of Work, Contractor will not commence Work until the conditions are corrected. EXECUTION REQUIREMENTS © 2016 Stantec 1 193803348 01 70 00 - 1 C. Inspect each product immediately prior to installation. Remove damaged products from Site. 3.02 GENERAL INSTALLATION 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. B. Secure Work true to line and level, within recognized industry tolerances. C. Install each element of work during weather conditions and Project status to ensure coordination of the Work. Isolate each element of work from incompatible work as necessary to prevent deterioration. D. Record installation details and prepare Record Documents consistent with the General Conditions. 3.03 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 Site, Engineer will provide Written Notice of Contractor's defective Work. Contractor will be given 12 hours from the Notice to clean 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 CLEANING AND PROTECTION A. Clean and protect Work in progress and adjoining Work during handling and installation. Apply protective covering on installed Work where it is required to ensure freedom from damage or deterioration. 3.05 CUTTING AND PATCHING A. Complete all cutting, fitting, and patching as necessary to join the new Work to existing conditions. B. Remove or cut existing work only as necessary to join the new work to the existing construction or as required by the Contract Documents. C. Patch defective and incomplete surfaces caused or exposed by Work of the Project. D. Repair any damage to existing conditions and patch to match. EXECUTION REQUIREMENTS © 2016 Stantec 1 193803348 01 70 00 - 2 E. Existing construction designated by the Contract Documents to remain that is loosened, cracked, or otherwise damaged or defaced beyond repair as a result of Work by the Contractor will be considered unsuitable for the use intended and shall be removed and replaced by the Contractor. 3.06 CERTIFICATE OF COMPLIANCE WITH MINNESOTA STATUTES 290.92 AND 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, 600 North Robert Street, St. Paul, MN 55101 or by calling 651-282-9999 or 1-800-657-3594. They are also available on their website: www.revenue.state.rnn.us, or via email at withholdincl.iax,4,state.ri7n.us. END OF SECTION EXECUTION REQUIREMENTS © 2016 Stantec 1 193803348 01 70 00 - 3 This Page Left Blank Intentionally SECTION 02 41 13 SELECTIVE SITE DEMOLITION PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Complete or partial removal and disposal or salvage of at grade, above grade, and below grade structures and miscellaneous items. B. Related Sections 1. Section 31 23 00 - Excavation and Fill. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l . 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. 2. 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: a. Sawing Bituminous Pavement - Street: Per lineal foot along the saw cut line as staked or otherwise marked in the field. Payment will only be made for one saw cut at each location, just prior to wear course pavement. b. Remove Bituminous Pavement: Per square yard without regard to thickness. Bid Item is for removal of bituminous pavement on street sections where Petromat is not present (anticipated to be Ensign Avenue.) 1) Material produced from removals, millings, reclaimed aggregate base, etc. that does not contain petroleum -containing fabric (Petromat), shall be used for temporary access during construction and is considered incidental to this Bid Item. If existing material is hauled off site, the Contractor shall be responsible to haul on and provide any material necessary to correct any temporary access issues as directed by the Engineer incidental to this Bid Item. c. Remove Bituminous Pavement below 3" Mill Depth: Per square yard without } regard to thickness. 1) Material produced from removals, millings, reclaimed aggregate base, etc. that does not contain petroleum -containing fabric (Petromat), shall be used for 1 temporary access during construction and is considered incidental to this Bid Item. If existing material is hauled off site, the Contractor shall be responsible to haul on and provide any material necessary to correct any temporary access issues as directed by the Engineer incidental to this Bid Item. d. Mill and Stockpile Bituminous Pavement with Petromat - 3" Depth: Per square yard. Bit Item shall be used on reconstruct and full pavement removal streets where Petromat is present in the pavement section. Payment shall include milling, loading, hauling, and stockpiling at stockpile location to be determined. e. Mill and Stockpile Bituminous Pavement with Petromat - 2" Depth: Per square yard. Bit Item shall be used on mill and overlay street segments where Petromat is present SELECTIVE SITE DEMOLITION © 2016 Stantec 1 193803348 0241 13 - 1 in the pavement section. Payment shall include milling, loading, hauling, and stockpiling at stockpile location to be determined. f. Mill Bituminous Pavement - 2" Depth: Per square yard. Bid Item shall be used on the mill and overlay streets where no Petromat is present (anticipated to be Northwood Parkway.) g. Remove Concrete Walk: Per square foot without regard to thickness. Includes the removal of the concrete walk, pedestrian ramps, and truncated domes. Saw cut is considered incidental. h. Remove Concrete Curb & Gutter: Per lineal foot, regardless of type. i. Remove and Replace Concrete Curb and Gutter: Refer to Section 32 16 13. j. Remove Bituminous Driveway Pavement: Per square foot without regard to thickness. Saw cut is considered incidental. k. Remove Concrete Driveway Pavement: Per square foot without regard to thickness. Saw cut is considered incidental. I. Remove Hydrant, Valve and Box: Per each. Includes the removal of the hydrant and adjacent hydrant valve and box, m. Remove Valve and Box: Per each. This item does not include existing hydrant valves. n. Remove Storm Sewer MH or Catch Basin: Per each, regardless of size or depth. o. 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. p. Remove Water Service: Per each. Includes the removal of pipe, corporation stop, curb stop and box, and all associated fittings. q. Remove and Replace Water GV Box Section: Per each. This Bid Item is for water gate valve boxes found to be broken or unable to raise on the mill and overlay streets. Payment includes removal of existing GV box section, furnish and install a new gate valve box section, and adjustment per specifications. r. Salvage Sign: Per each. Payment shall be made on each sign removed, regardless of size; including sign panel, post, and anchor system. Salvaged signs shall be delivered to City of New Hope Public Works. -- -- - -s. --Salvage-and-Reinstall Street -Name -Blade Sign on-New-P-ost:-P-er-each.- Payment - - - shall be made on each sign salvaged and reinstalled, regardless of size. Payment shall include installation of new anchor post. t. Bulkhead Opening in Existing Storm Structure: Per each opening. u. Salvage and reinstalling of existing fence will be incidental. 3. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2016 Edition (MnDOT Spec.) 1. 2104 - Removing Pavement and Miscellaneous Structures. 1.04 DEFINITIONS A. Remove: To take away or eliminate from the 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. SELECTIVE SITE DEMOLITION © 2016 Stantec 1 193803348 0241 13 - 2 e 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. 2104.3, with the following modifications: 1. Dispose of all materials designated for removal outside the Site at locations selected by Contractor. 2. Stockpile or temporarily store materials designated for salvage at locations provided by Contractor. 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 31 23 00. 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. © 2016 Stantec 1 193803348 SELECTIVE SITE DEMOLITION 0241 13-3 3.03 PROTECTION A. Take all necessary precautions to adequately protect personnel and public and private property in the areas of Work. All Site fencing shall be in place prior to the start of any removal 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 of the thickness of the concrete prior to breaking off the pavement. B. - Bituminous -Pavement: Saw along the removal line to -a minimum-depth-of-3-inches-prior-to- breaking off the pavement. 3.05 REMOVE BITUMINOUS PAVEMENT, PATH, DRIVEWAY A. Remove in accordance with MnDOT Spec. 2104.3.C.2, except as modified below: 1. Saw cut bituminous pavement at the removal limits prior to that removal, unless otherwise approved by the Engineer. 2. 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. 3.06 REMOVE CURB AND GUTTER A. Saw cut at removal limits. 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). 3.07 PAVEMENT MILLING A. Bituminous 1. Saw cut at removal limits prior to milling process. SELECTIVE SITE DEMOLITION © 2016 Stantec 1 193803348 0241 13 - 4 2. Mill bituminous surface to the depth specified as shown on the Drawings or as directed by the Engineer. 3.08 REMOVE CONCRETE SURFACING A. Work includes sidewalks, pedestrian ramps, and driveways. B. Saw cut concrete surfacing prior to removal. C. Remove concrete in such a manner 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. 3.09 REMOVE BITUMINOUS SURFACING A. Work includes pathways and driveways. B. Saw cut bituminous surfacing to full depth at the limits of partial removal prior to that removal, unless otherwise approved by the Engineer. C. Remove bituminous in such a manner 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). 3.10 REMOVE MANHOLES AND CATCHBASINS A. Remove structure in their entirety, including base. 3.11 REMOVE SECTIONS OF EXISTING PIPE A. Pipes to be abandoned shall be bulkheaded with brick, non -shrink concrete grout, or concrete block masonry 8 inchesthick at the upstream ends, at the downstream ends that connect to catch basins, manholes, and at locations as determined by the Engineer. 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 final surface elevation. SELECTIVE SITE DEMOLITION © 2016 Stantec 1 193803348 0241 13 - 5 3.12 SALVAGE AND REINSTALL A. Salvage operations conform to MnDOT section 2104.3.B. 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. b. Remove and salvage all posts, A -frame angle brackets, stringers, as well as the nuts, bolts, and washers. c. Exercise reasonable care against damage to in -place signs during storage and installation. d. Remove signs damaged during construction and replace with new signs. C. Mailboxes 1. Remove and salvage existing mailboxes that interfere with the Work or whose access is restricted by the construction activities. Coordinate storage location with property owner. 2. Place at temporary mailboxes at locations as directed by Engineer and as approved by Post Office. 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. D. Fences 1. Salvage and store fence and post material where they are in conflict with the Work. 2. After -completion -of -Work, reinstall -fence tothecondition-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. 3.13 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 of the damaged item when it was new. 3.14 DISPOSING OF MATERIAL A. Conform to MnDOT Spec. 2104.3.D. B. Dispose of all materials outside of the Site at disposal location selected by Contractor in compliance with state and local regulations. Burying of material and debris is not allowed within the Site. END OF SECTION SELECTIVE SITE DEMOLITION © 2016 Stantec 1 193803348 0241 13 - 6 SECTION 31 10 00 SITE CLEARING PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Removal and trimming of vegetation and trees, and stripping and stockpiling of sod and topsoil. B. Related Sections 1. Section 31 23 00 - Excavation and Fill. 1.02 PRICE AND PAYMENT PROCEDURES A. Measure and Payment 1. A Bid Item has been provided for Remove Tree. Measurement will be by physical count of each tree and stump removed 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 work, and costs. a. Any trees removed that are 4 inches and greater as measured 24 inches above the ground surface that share the some base shall be considered as 1 tree. 2. Tree Trimming: This Work shall be considered incidental to the Project. 3. Sod Removal: This Work is considered incidental to the other Work of the Contract. 4. Windfall/Deadfall Removal: This Work shall be incidental to the Project with no direct compensation. 5. Brush Removal: This Work shall be incidental to the Project. 6. Stripping and Stockpiling of Soil: This Work shall be considered incidental to other Work in the Contract. 7. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2016 Edition (MnDOT Spec.) 1. 2101 -Clearing and Grubbing. 2. 2571 - Plant Installation and Establishment. 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. SITE CLEARING © 2016 Stantec 1 193803348 31 10 00 - 1 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. Onsite burning not allowed. 2. Acquire Minnesota Pollution Control Agency (MPCA) and all required State Permits, 3. Conform to all local regulations. 1.06 SITE CONDITIONS A. Work consists of removing trees within the project limits. B. The Drawings do not specifically show all trees to be removed. C. Protect specimen trees close to Work that are designated to remain but may be damaged by Work. 1.07 SEQUENCING AND SCHEDULING A. Install temporary erosion control measures prior to Work of this Section. B. Complete before or sufficiently ahead of on -going rough grading, excavation, backfill, and compacting for utilities. PART 2 PRODUCTS -2..01- -WOUND-DRESSING- A. Only applied to Oak and Elm trees at the direction of the Engineer or City Forester. B. Asphalt base tree paint. C. 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. Clearing limits will be clearly marked by the Engineer. B. Assume multiple mobilizations for the Work of this Section. C. Stockpile soil to eliminate contamination with other on Site materials. SITE CLEARING © 2016 Stantec 1 193803348 31 10 00 - 2 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 minimum depth of 6 inches below subgrade for all proposed sections. D. Remove: Removal of trees shall consist of all items described in Clearing Trees and Grubbing in the paragraphs above. E. Backfill all depressions resulting from the grubbing operations in accordance with Section 31 2300. 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 sufficient topsoil to re -spread at a uniform depth of 4 inches to all disturbed areas identified for seeding or sodding: 1. Do not strip within the drip line (branch spread) of trees identified to remain. 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, except for trees and logs to be salvaged. 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 Site. D. On Site burial of any debris is not permitted. 1. Haul offsite excess sod and topsoil to allow for 5 inches of new topsoil borrow, and 2 inches of erosion control compost blanket. 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. SITE CLEARING © 2016 Stantec 1 193803348 31 10 00 - 3 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. END OF SECTION SITE CLEARING 00 2016 Stantec 1 193803348 31 10 00 - 4 SECTION 31 23 00 EXCAVATION AND FILL PART 1 GENERAL A. Section Includes 1. Excavation and fill for roadways and other areas. Related Sections 1. Section 01 57 13 - Temporary Erosion and Sediment Control. 2. Section 02 41 13 - Selective Site Demolition. 3. Section 31 10 00 -Site Clearing. 4. Section 31 23 13 - Subgrade Preparation. 5. Section 32 92 00 - Turf and Grasses. 6. Section 33 05 05 - Trenching and Backfilling. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l . Bid Items have been provided for various excavation materials, borrow materials, and salvage materials. Measurement and payment shall be at the Bid Unit Price consistent with MnDOT Spec. 2105.4 and 2105.5, except as modified in the following. 2. A Bid Item has been provided for Common Excavation (P). Measurement will be by volume of material in its original position, based on pre -construction cross sections and the design grading grade profile as shown in the Drawings as performed by the Engineer. Quantity shall be calculated and computed as indicated in the Drawings. Payment will include placing and compacting suitable material on Site and disposal of excess material off Site. a. Bid Item includes excavation for driveways on the reconstruct streets only. Common excavation for driveway patching on the mill and overlay and full pavement removal streets shall be incidental. 3. A Bid Item has been provided for Subgrade Excavation (CV). Measurement will be by compacted volume in cubic yards of actual material excavated below the Grading Grade. Payment will include placing and compacting suitable material on Site and disposal of excess material off Site. 4. A Bid Item has been provided for Filtration Trench Excavation (EV). Measurement will be by excavated volume in cubic yards of actual material excavated below the finished grade for filtration trench construction. Payment will include disposal of excess material off Site. 5. A Bid Item has been provided for Load, Haul, Place, Grade and Compact Petromat Millings. Measurement will be by the cubic yard of material compacted in place as determined from measurements taken by the Engineer in the field. Payment will include all costs related to loading and hauling material from the stockpile location within the City of New Hope, placement, shaping, grading, and compaction of material in place as shown in the Drawings. ya. A portion of the Petromat millings stockpile material will be stockpiled at New Hope Public Works by others under a separate contract. Quantities have been included EXCAVATION AND FILL © 2016 Stantec 1 193803348 31 23 00 - 1 in this Item to load, haul, place, grade and compact that material in the reconstruct street sections under this contract. 6. A Bid Item has been provided for Select Granular Borrow (Modified). Measurement will be by the ton of material compacted in place as determined from weight tickets delivered to the Engineer. Payment will include all costs related to furnishing and installing the material complete in place as specified. a. If the aggregate backfill material is being wasted or placed excessively thick, the Owner reserves the right to deduct quantities that are in excess of plan thickness. Said quantities shall be based on material weighing 110 pounds per square yard of area per inch of thickness. 7. A Bid Item has been provided for Iron -Enhanced Filter Media (LV). Bid Item is for filtration material for filtration trench areas. Measurement will be based on units of cubic yards of material installed in place. Payment will include iron filings, fine filter aggregate, and all required hauling, mixing, placement, grading, and shaping of material. 8. A Bid Item has been provided for Topsoil Borrow, MnDOT 3877.213 (LV). Measurement will be by loose volume of material placed in cubic yards. All hauling, placement, blading, grading, shaping, and compacting of Topsoil Borrow shall be incidental to this Bid Item. The scarification of the top 3 inches of existing soil is also incidental to this Bid Item, and must be completed prior to installing topsoil borrow material. 9. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2016 Edition (MnDOT Spec.) 1. 2105 - Excavation and Embankment. 2. 3149 - Granular Material. 3. 3877 - Topsoil Material. 4. 3890 - Compost. 1.04 SUBMITTALS A. Submit the following items consistent with Section 01 33 00: 1. Gradation tests for borrow materials. 2. Topsoil Borrow test indicating material content, organic content, and pH levels. B. Submit the following for the Iron -Enhanced Filter Media: 1. Name and location of the source and gradation results for the aggregate. 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 fully excavated design section as shown on the Drawings. 2. Common Excavation: Excavation above the grading grade that has not been classified as another form of excavation in this Section. 3. Subgrade Excavation: Excavation below the grading grade that has not been classified as another form of excavation in this Section. EXCAVATION AND FILL 0 2016 Stantec 1 193803348 31 23 00 - 2 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 2.01 MATERIALS A. Select Granular Borrow (Modified): Conform to the following gradation requirements: Sieve Size Percent Passing #40 0 to 40 #200 0 to 5 B. Topsoil Material: Conform to MnDOT Spec 3877.213: Loam Topsoil Borrow, C. Iron -Enhanced Filter Media: Mixture shall be a well -blended mixture of the following components: 1. 5 percent (by weight) of Iron Aggregate. a. High purity (92 to 98 percent Fe) HCA Cast Iron Powder. b. Connelly GPM ETI - CC - 1004 (-8+50) or approved equal. 2. 95 percent (by weight) fine filter aggregate a. MnDOT Spec. 3149.2J. D. Milled material containing Petromat 1. Material shall be approved by Engineer prior to removing from stockpile and returning to project Site for street section construction. 2. Any large pieces larger than 1-1 /2" in diameter shall be removed prior to placement of Class 5 aggregate base material. 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 01 57 13 prior to all excavations. 3. Notify utility companies of progress schedule so they can accomplish relocations, removals, and holding of lines. 4. Perform removals consistent with Section 02 41 13. 5. Strip topsoil consistent with Section 31 10 00. EXCAVATION AND FILL © 2016 Stantec 1 193803348 31 23 00 - 3 3.02 PREPARATION OF EMBANKMENT A. Conform to MnDOT Spec. 2105.3C, or as modified herein. 1. Engineer's approval is required of all areas where preparation works has been performed prior to the placement of the embankment or fill material. 3.03 EXCAVATION OPERATIONS A. Conform to MnDOT Spec, 2105,3D, or as modified herein. 1. Excavation of unstable material below grade shall be done under the direction of the Engineer as the subsurface conditions are disclosed. 2. Remove muck excavation material so as to minimize disruption to the bottom of the excavation. 3. Notify Engineer immediately of any large boulders or ledge rocks encountered so proper measurement or profile can be made for pay quantities. 4. No solid rock will be allowed within 12 inches of the subgrade. 5. Provide and maintain temporary drainage facilities until permanent facilities are completed. 3.04 EXCAVATION OF FILTRATION TRENCH AREAS A. Excavate to the lines, elevation, grades, and dimensions shown on the Drawings, or as necessary to complete the work shown on the Drawings. Excavation beyond the lines and grades shown in the Drawings or as described herein without the specific direction of the Engineer will be considered unauthorized excavation and shall be remedie(' at the Contractor's expense by backfilling and compacting as specified for the appropriate situation described herein or as shown on the Drawings. B. Sub -cut all trenches as shown on the Drawings to allow for placement of filter material, topsoil, and pavement section. C. Excavate trenches with a backhoe to minimize compaction of the subgrade, D. Excavation equipment shall not be allowed to travel in the filtration areas once excavation has been completed. E. Rubber -tired construction equipment shall be strictly prohibited from working within excavated areas. As a general requirement, no construction equipment, including skid steer loaders, shall be allowed in the excavations. If this is not possible for some areas, only low ground pressure equipment shall be allowed to complete the work. F. Use only rubber -tired construction equipment when working from the pavement. G. Stability of Excavations: 1. Slope sides of excavations to comply with applicable Laws and Regulations and to provide access for compaction equipment. 2. Provide shoring and bracing where required to comply with Laws and Regulations, or to protect adjacent surface or subsurface features, or to limit activity within construction limits. Contractor shall design shoring and bracing and provide all materials, including piling, uprights, stringers, and cross -bracing in good condition at no additional cost to Owner. 3. Remove all temporary shoring and bracing not specifically indicated in the Drawings or these Specifications to remain. EXCAVATION AND FILL © 2016 Stantec 1 193803348 31 23 00 - 4 H. Water Controls: 1. Provide all temporary water controls, including diversions as Contractor deems necessary, to prevent surface water from flowing into excavations. 2. Contractor shall dewater any of the work areas that become inundated with water from rainfall or ground water and this work shall be incidental. 3.05 FILTRATION BASIN A. Install draintile and cleanouts according to the Drawings. B. Place fine filter aggregate according to the Drawings. C. Place 0.925 Ibs/SF per 2" depth iron filings on top of fine filter aggregate. D. Till in iron filings to 6" depth using small garden -style tiller. E. Hand mix sides of basin. F. Set tiller depth to 12" and mix again using the same process. 3.06 DISPOSITION OF EXCAVATED MATERIAL A. Conform to MnDOT Spec. 2105.31, or as modified herein. 1. Reclaim and milled materials may only be used as specified in the Drawings or as directed by the Engineer. 2. No disposition of bituminous will be permitted within the Project limits except as specified in the Drawings. 3.07 PLACING EMBANKMENT MATERIALS A. Conform to MnDOT Spec. 2105.3E. 3.08 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. 2. Clayey or silty soil used as fill will need to be placed at a water content sufficient to attain compaction (near the "optimum water content" defined in ASTM D698). It is the Contractor's responsibility to moisture condition the soil (wet or dry) to a uniform condition. Some on Site soils will be wet (or could be dry) and the Contractor shall not claim that this is a changed condition. 3. Backfilling of embankments shall be performed using on Site materials: If the Contractor is unable to meet the specified density requirements using that material due to excess moisture content, they shall immediately notify the Engineer of this condition. 4. The Contractor shall recognize that inclement weather (sometimes heavy) occurs during the construction season and the Contractor shall be responsible for protecting the moisture condition of soils during the construction phase. Such protection measures include sloping of exposed surfaces to promote runoff (avoid ponding) and compacting exposed surfaces prior to rain events to minimize infiltration. EXCAVATION AND FILL 0 2016 Stantec 1 193803348 31 23 00 - 5 3.09 FINISHING OPERATIONS A. Conform to MnDOT Spec. 2105.31-1, or as modified herein. 1. Finish grading of subgrade 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 subgrade prior to placement of a granular borrow 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. Finish grading of granular borrow prior to placement of an aggregate base 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. 4. Grading of the soils beneath the proposed topsoil shall be reviewed and approved by the Engineer prior to the start of the topsoil placement. END OF SECTION EXCAVATION AND FILL © 2016 Stantec 1 193803348 31 23 00 - 6 SECTION 31 23 13 SUBGRADE PREPARATION PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Grading, shaping, and compacting subgrade prior to placing abase or surface course. B. Related Sections 1. Section 31 23 00 - Excavation and Fill. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l . No Bid Item has been provided for subgrade preparation. Subgrade preparation and all related Work shall be considered incidental to the Project with no direct compensation made therefore. Subgrade preparation shall be completed in accordance with these Specifications, including shaping, grading, compacting, tolerancing, and test rolling. 2. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2016 Edition (MnDOT Spec.) 1. 2105 - Excavation and Embankment. 2. 21 1 1 -Test Rolling. 3. 2112 - Subgrade Preparation. 1.04 SEQUENCING AND SCHEDULING A. Subgrade preparation shall be performed prior to placement of the geotextile fabric, salvaged millings, sand subbase, aggregate backfill material, concrete curb and gutter, and bituminous pavement. B. Complete subgrade for streets, driveways, walks, and parking lots immediately after installation of pipe as part of trench backfill and compaction. PART 2 PRODUCTS Not Used. SUBGRADE PREPARATION © 2016 Stantec 1 193803348 31 23 13 - 1 PART 3 EXECUTION 3.01 GENERAL A. Subgrade preparations shall be performed to produce the required density, grade, and cross-section. 3.02 PREPARATION A. Inspection of subgrade by test rolling conforming to MnDOT Spec. 2111, or as modified herein. 1. The equipment used for test rolling shall be a Tandom Truck with a gross weight of 45,000 pounds. 2. The road bed will be considered unstable if yielding and rutting is greater than 1-1 /2 inches. 3.03 COMPACTION A. Conform to MnDOT Spec. 2105.3F, or as modified herein 1. For the Specified Density Method, the Engineer will sample and test the soils to determine the Maximum Density and Optimum Moisture. 2. Density and moisture tests will be taken on the compacted subgrade at the location and testing rates designated by the Engineer. Nuclear density testing shall be considered an approved method. 3.04 FINISH OPERATIONS A. Subgrade tolerance shall conform to MnDOT Spec. 2105.3H, 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. END OF SECTION SUBGRADE PREPARATION © 2016 Stantec 1 193803348 31 23 13 - 2 SECTION 31 32 19 GEOSYNTHETIC SOIL STABILIZATION AND LAYER SEPARATION PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Geotextile fabric used for street construction. B. Related Sections 1. Section 31 23 00 - Excavation and Fill. 2. Section 31 23 13 - Subgrade Preparation. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. A Bid Item has been provided for Geotextile Fabric - Type V. 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, 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. 2. A Bid Item has been provided for Filtration Trench Geotextile Fabric - Type V. 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, 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. 3. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2016 Edition (MnDOT Spec.) 1. 3733 - Geotextiles. 1.04 SUBMITTALS A. Manufacturers Certificate of Compliance which includes 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. GEOSYNTHETIC SOIL STABILIZATION AND LAYER SEPARATION © 2016 Stantec 1 193803348 31 32 19 - 1 PART 2 PRODUCTS 2.01 GEOTEXTILE FABRIC A. Conform to the requirements of MnDOT Spec. 3733, Type 5 (non -woven), except as modified below: 1. Materials: The fabric installed on top of the road subgrade shall consist of a polypropylene or polyester filament or yarn, non -woven, needle punched. The fabric shall be inert to commonly encountered chemicals, resistant to ultraviolet radiation, and conform to meet the following minimum Specifications: Geotextile Spec. Test Method Value Grab Tensile Strength ASTM D4632 200 either principal direction, lbs. Grab Tensile ASTM D4632 50 Elongation, Percent, Max. Ultra Violet Light Stability ASTM D4355 70-Percent Retained* Burst Strength ASTM D3786 400 p.s.i., min. (Diaphragm Method) Trapezoid Shec ASTM D4553 80 Strength, lbs. min. (any direction) Puncture Strength ASTM D4833 130 lbs., min. Permittivity (sec 1) ASTM D4491 1.5 Flow Rate ASTM D4491 95 Gal./Min./ft.2 Minimum Fabric Weight 8 oz/sy AOS (U.S. Sieve) ASTM D4751 70 to 100 *Percent retained of specified fabric strength as determined by ASTM D4632 (Grab Tensile) when exposed for 150 hours as per ASTM D4355. PART 3 EXECUTION 3.01 PREPARATION A. Excavation: Conform to Section 31 2300. B. Subgrade Preparation: Conform to the requirements of Section 31 23 13. Subgrade shall be toleranced and approved before geotextile placement. GEOSYNTHETIC SOIL STABILIZATION AND LAYER SEPARATION © 2016 Stantec 1 193803348 31 32 19 - 2 3.02 INSTALLATION A. Conform to MnDOT Spec. 3733.2A except as modified below. B. Place geotextile immediately ahead of the 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. ' C. All adjoining sections of the geotextile shall be overlapped a minimum of 18 inches or sewn using mechanical machine. �J , D. Secure fabric in place by means of stone weights to prevent displacement. E. 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. 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. Place a minimum of 8 inches of granular borrow on the geotextile prior to the movement of construction equipment. Carefully monitor turning movements. 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. END OF SECTION GEOSYNTHETIC SOIL STABILIZATION AND LAYER SEPARATION © 2016 Stantec 1 193803348 31 32 19 - 3 This Page Left Blank Intentionally SECTION 32 11 23 AGGREGATE BASE COURSES PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Requirements for aggregate base course on a prepared subgrade. B. Related Sections 1. Section 31 23 13 - Subgrade Preparation. 2. Section 32 12 01 - Flexible Paving (Municipal Projects). 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. 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 a. 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. A Bid Item has been provided for Aggregate Base, Class 5 - (Special). Measurement will be by the ton of material compacted in place as determined from weight tickets delivered to the Engineer. This bid item is for use on Mill and Overlay streets to correct insufficient sub -base areas as directed by the Engineer. The depth of sub -base correction will typically be a total of 1-foot deep including depth of the existing bituminous section. For example, for a typical 1 foot correction: if the existing bituminous has a thickness of 4 inches, the remaining depth of 8 inches will consist of aggregate base paid under this Bid Item. 3. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2016 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. AGGREGATE BASE COURSES © 2016 Stantec 1193803348 3211 23-1 1.05 SEQUENCING AND SCHEDULING A. Construct aggregate base only after all of the following have been completed: 1. Subgrade has been corrected for instability problems 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). PART 2 PRODUCTS 2.01 MATERIALS A. Aggregate Base: Conform to MnDOT Spec. 3138, Class 5 aggregate, except as modified herein: l . For any failing aggregate tests, the Engineer, at his/her discretion, may require corrective action or may allow for monetary price adjustments per 2211.5. 2. Corrective action for failing aggregate tests may include removal and replacement of all non -conforming materials. 3. On -Site recycled materials shall not be used unless directed by the Engineer. PART 3 EXECUTION 3.01 PREPARATION A. Prepare the Subgrade in accordance with Section 31 23 13. B. Subgrade to be completed and approved by the Engineer prior to installation of aggregate base. 3.02 CONSTRUCTION REQUIREMENTS A. Conform to MnDOT Spec. 2211.3 1. Compaction shall be done by the Specified Density Method. Compact by mechanical means to 100-Percent Standard Proctor Density. 2. Compaction for aggregate base on driveways and sidewalks shall be done by the Quality Compaction Method. 3. Install aggregate base in accordance with details on Drawings. 4. 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 final 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 ± 0.03 feet of grade. 3.04 PROTECTION A. Protect aggregate base until it is covered by surface pavement. AGGREGATE BASE COURSES © 2016 Stantec 1 193803348 32 11 23 - 2 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. END OF SECTION AGGREGATE BASE COURSES 00 2016 Stantec 1 193803348 32 11 23 - 3 This Page Left Blank Intentionally SECTION 32 12 01 FLEXIBLE PAVING (MUNICIPAL PROJECTS) PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Hot plant mixed asphalt -aggregate mixtures for wearing and non -wearing pavement courses. 2. Bituminous tack coat. Related Sections 1. Section 32 11 23 - Aggregate Base Courses. 2. Section 32 16 13 - Concrete Curbs and Gutters. 3. Section 33 05 17 - Adjust Miscellaneous Structures. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Method of Measurement and Payment shall conform to MnDOT Spec. 2360.4 and 2360.5, except as modified herein. 2. A Bid Item has been provided for Bituminous Material for Tack Coat. a. Measured by volume in gallons at 60 degrees F. b. Payment for bituminous material used for Tack Coat includes compensation in full for all costs incidental to the furnishing and application at the Bid Unit Price per gallon. c. 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. d. Payment for tacking exposed edges of existing bituminous surfaces and concrete curb and gutter in conjunction with non wearing course placement is considered incidental to the placement of the non -wearing course. 3. Bid Items have been provided for Type SP 12.5 Non Wearing Course Mixture (2,B), Type SP 9.5 Wearing Course Mixture (2,C), Type SP 9.5 Wearing Course Mixture (2,B), and Type SP 9.5 Bituminous Mixture for Driveways (2,B). a. 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 2360 Plant Mixed Asphalt Pavement, MnDOT 2016. b. The Bid Unit Price includes both the bituminous course mixture and asphalt binder material. + c. 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. The Contractor shall note that all bituminous non wearing course is to be constructed in 2016 and all bituminous wear course on the reconstruct streets is to be constructed in 2017. All bituminous wear course on the mill and overlay and full pavement removal streets is to be constructed in 2016. All costs associated with the required bituminous construction phasing will be considered incidental to the Project. FLEXIBLE PAVING (MUNICIPAL PROJECTS) © 2016 Stantec 1 193803348 32 12 01 -1 4. A Bid Item has been provided for Bituminous Patching (Special) - Type SP 12.5 Non - Wearing Course Mixture (2,B). This Bid Item is for use on Mill and Overlay streets to correct insufficient pavement and/or sub -base areas as directed by the Engineer. The depth of the bituminous patch shall match the existing depth of the pavement in that area minus the depth of the overlay for that area of sub -base correction. Sawcutting, removal of existing pavement and base material, compaction and bituminous material for the patch is considered incidental to the bid Item. a. 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 2360 Plant Mixed Asphalt Pavement, MnDOT 2016. b. The Bid Unit Price includes both the bituminous course mixture and asphalt binder material. c. 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. 5. Preparation of Bituminous Non Wearing: Measurement and Payment shall be considered incidental and shall include the following: a. Final clean up of the bituminous non wearing course with a power pickup broom. b. Final adjustment of the structures to conform to Section 33 05 17. 6. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2016 Edition (MnDOT Spec.) 1. 2016 MnDOT Specification 2360 Plant Mixed Asphalt Pavement. A copy can be found at http://www.dot.state.mn.us/pre-letting/spec/2016/2016specbook.pdf a. Within this document replace the words "Department Bituminous Engineer" or "District Materials Engineer" with the word "Engineer." 2.- - 2357 = Bituminous Tack -Coat. 3. 2535 - Bituminous Curb. 4. 3139 - Graded Aggregate For Bituminous Mixtures. 1.04 SUBMITTALS A. Submit mixture design report to the Engineer. Conform to MnDOT Spec. 2360.2.F and 2360.2.G.8, and Division 01. B. Contractors shall submit mix design report for all projects, regardless of the size of the project. C. Contractor shall submit Q/C results in accordance with MnDOT Spec. 2360.2.G.8 and MnDOT's most recent Materials Control Schedule. 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. FLEXIBLE PAVING (MUNICIPAL PROJECTS) © 2016 Stantec 1 193803348 32 1201 - 2 C. Adjust structures prior to placement of bituminous wearing course as specified in Section 3305 17. D. Bituminous cores for testing shall be taken 12 to 48 hours after paving operations. E. Bituminous wearing course on reconstruct streets shall be completed in 2017 as indicated on the Drawings and by the Final Completion Date. PART 2 PRODUCTS 2.01 MATERIALS A. Mixture Designation: Conform to MnDOT 2360.1.A, except as modified in the typical section Detail Drawing and Bid Form. B. Conform to MnDOT Section 2360.2, except as modified herein. 1. Recycled Asphalt Shingles are not allowed in wear or non -wear course pavements. 2. Sewage Sludge Ash (SSA) is not allowed in wear or non -wear course pavements. 1 C. Bituminous Tack Coat 1. Bituminous Material: Conform to MnDOT Spec. 2357. a. Emulsified Asphalt, Cationic, CSS-1 or CSS-1 H. D. Mixture Quality Management (Quality Control/Quality Assurance): Conform to MnDOT Spec. 2360.2G, except as modified herein. 1. Quality Control (QC) Testing: The Contractor will be allowed to provide historical testing data from the previous 3 days of production for each mixture type to meet the Production Sampling and Testing Rates indicated in Table 2360.11 for Course Aggregate Angularity and Fine Aggregate Angularity. The Contractor will be allowed to provide historical testing data from the previous 10 days of Contractor production I for each mixture type to meet the Production Sampling and Testing Rates indicated in Table 2360.11 for TSR, Aggregate Specific Gravity, and Asphalt Binder Content. 2. Quality Assurance testing will be completed at the discretion of the Engineer, testing rates will not exceed Table 2360.10 and 2360.11 a. A verification sample will betaken by the Engineer. The Contractor will be required to use the verification companion sample as part of the QC testing program. PART 3 EXECUTION 3.01 GENERAL A. Conform to the requirements of MnDOT Spec 2360.3, except as modified herein. B. The Contractor to review the proposed paving sequence with the Engineer prior to placement of each bituminous course (lift). C. The proposed sequence shall address the: longitudinal seams, compaction, traffic control, hauling routes, and placement of pavement markings. D. 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. Adjust structures conforming to the requirements of Section 33 05 17. FLEXIBLE PAVING (MUNICIPAL PROJECTS) © 2016 Stantec 1 193803348 32 12 01 -3 Joints: 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). 1. For joint construction, an existing bituminous surface shall be considered to include any bituminous surface not paved on the same day as the new construction. The Owner may require milling or saw cutting on surfaces paved the some day, if, in the opinion of the Owner, the mix has cooled to a point where a new milled or sawed edge is necessary. 2. Construct 2-foot wide (min.) ramp where new construction does not match existing construction (i.e. wearing course to non -wearing course). 3.02 RESTRICTIONS A. Conform to MnDOT Section 2360.3.A, except as modified herein. B. All street surfaces checked and approved by the Engineer prior to paving. C. Existing bituminous surfaces must be dry prior and during placement of any bituminous pavements. D. Wearing course shall not be placed when the air temperature in the shade and away from artificial heat is 50 degrees or less, unless otherwise approved by the Engineer. 3.03 EQUIPMENT A. Conform to MnDOT Section 2360.3.B. 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 to lack of notification or signage of the area being tack coated. C. Equipment: Conform to MnDOT Spec. 2360.3.B. D. Road Surface Preparation: Conform to MnDOT Spec. 2357.3.C. E. Application 1. At a uniform rate conforming to MnDOT Spec. 2357.3.D (Table 2357-2). 2. Along the front edge of the concrete curb and gutter, prior to placement of both bituminous base and wearing course. 3.05 PAVEMENT DENSITY A. Conform to MnDOT Section 2360.3.D, except as modified herein. 1. Pathways, Driveways, Small Parking Lots, Leveling Courses, and Patching shall conform to Section 2360.3.D.2 - Ordinary Compaction Method. FLEXIBLE PAVING (MUNICIPAL PROJECTS) © 2016 Stantec 1 193803348 32 12 01 - 4 2. All other Pavement Density shall conform to Section 2360.3.D.1 - Maximum Density Method. 3. Modify Table 2360-21 Lot Determination as indicated below: Daily Production (Tons) Lots 200 to 1,000 1 1,001 to 2,000 2 2,001 to 3,600 3 3,601 to 5,000 4 5,001 + 6 Daily production 0 to 200 tons is at the discretion of the Engineer. B. Vibrating steel drum roller and a pneumatic tired roller employed in conjunction with each other during compaction of all wear courses. 3.06 THICKNESS AND SURFACE SMOOTHNESS REQUIREMENTS A. Conform to MnDOT Section 2360.3.E, except as modified herein. 1. Table 2360-26, Final wear adjacent to fixed structures for manholes and valves shall conform to Section 33 05 17. 2. The sentence "In addition to the list the above the pavement surface must meet requirements of 2399 (Pavement Surface Smoothness) requirements." is deleted from 2360.3.E Surface Requirements. Pavement Smoothness will not apply to this Project. 3. Structure Adjustment - Conform to Section 33 05 17 for tolerances. 3.07 TIGHTBLADING A. This item is intended to be used to fill cracks and other deformations on the existing roadway that will not be corrected with milling or removal and replacement operations. B. Tack material shall be applied to the road before tightblading operations begin. C. Mixture shall only be applied in locations that are not slated for milling or removal and replacement. D. Motor grader used to spread material shall have 1 foot shoe extensions on each end of the mow board. E. Following application of the material, it shall be rolled with a rubber tire roller. END OF SECTION FLEXIBLE PAVING (MUNICIPAL PROJECTS) 0 2016 Stantec 1 193803348 32 1201 - 5 This Page Left Blank Intentionally SECTION 32 13 14 CONCRETE WALKS, MEDIANS, AND DRIVEWAYS PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Cast -in -place concrete walkways, medians, driveways, and valley gutters. Related Sections 1. Section 31 23 00 - Excavation and Fill. 2. Section 31 23 13 - Subgrade Preparation. 3. Section 32 11 23 - Aggregate Base Courses. 4. Section 32 12 01 - Flexible Paving (Municipal Project). 5. Section 32 16 13 - Concrete Curbs and Gutters. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Bid Item for 4 Inch Concrete Walk has been included in the Bid Form. Measurement shall be on the basis of in -place square foot. a. Payment of the Bid Item shall include the following: 1) Concrete materials. 2) Subgrade and base preparation. 3) Placement of materials. 4) Finishing. 5) Curing and protection. 6) Reinforcement. 7) Backfilling. b. Excavation for concrete sidewalk is considered incidental. c. Aggregate base beneath concrete sidewalk shall be measured and compensated per Section 32 11 23. 2. A Bid Item has been provided for 6" Concrete Pedestrian Ramp. Measurement shall be on the basis of square feet of ramp actually constructed. a. Measurement of ramp shall not include adjacent concrete curb and gutter or truncated domes. Those shall be measured and compensated separately. b. Payment shall include the following: 1) Concrete materials. 2) Subgrade and base preparation. 3) Saw cutting of existing concrete sidewalk or bituminous pathway pavement. 4) Placement of materials. 5) Finishing. 6) Curing and protection. 7) Backfilling. c. Excavation for concrete pedestrian curb ramp is considered incidental. d. Aggregate base beneath concrete pedestrian curb ramp shall be measured and compensated per Section 32 11 23. CONCRETE WALKS, MEDIANS, AND DRIVEWAYS © 2016 Stantec 1 193803348 3213 14 - 1 3. A Bid Item has been provided for Truncated Dome Surface, which is part of the concrete pedestrian curb ramp. Measurement shall be on the basis of square feet of Truncated Dome Surface actually constructed. a. Payment shall include the following: 1) Truncated panel materials. 2) Placement of truncated panels. 3) Joint sealing material. 4) Protection of truncated panels during construction. 4. A Bid Item for 6" Concrete Driveway has been included in the Bid Form. Measurement shall be on the basis of in -place square foot of concrete driveway actually constructed. a. Payment of the Bid Item shall include the following: 1) Concrete materials. 2) Sub grade and base preparation. 3) Placement of materials. 4) Finishing. 5) Curing and protection. 6) Reinforcement (keyway substitution). 7) Backfilling. b. Excavation for concrete driveway shall be measured and compensated per Section 31 23 00. c. Aggregate base beneath concrete driveway apron shall be measured and compensated per Section 32 11 23. 5. A Bid Item for 7" Commercial Concrete Driveway has been included in the Bid Form. Measurement shall be on the basis of in -place square foot. Contractor shall anticipate multiple pours to allow commercial access during curing. No additional payment will be made for multiple mobilizations as a result of this. a. Payment of the Bid Item shall include the following: 1) Concrete materials. 2) Subgrade and base preparation. 3) Placement of materials. 4) Finishing. 5) Curing and protection. 6) Reinforcement (keyway substitution). 7) Backfilling. b. Excavation for concrete driveways shall be measured and compensated per Section 31 23 00. c. Aggregate base beneath concrete driveways shall be measured and compensated per Section 32 11 23. 6. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 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," 2016 Edition (MnDOT Spec.) 1. 2211 -Aggregate Base. 2. 2461 - Structural Concrete. 3. 2521 -Walks. CONCRETE WALKS, MEDIANS, AND DRIVEWAYS © 2016 Stantec 1 193803348 32 13 14 - 2 4. 2531 - Concrete Curbing. 5. 3702 - Preformed Joint Filers. 6. 3753 - Type 1-D Membrane Curing Compound. 7. 3754 - Poly -Alpha Methylstyrene (AMS) Membrane Curing Compound. 8. 3755 - Linseed Oil Membrane Curing Compound. 1.04 SUBMITTALS A. Submit one 7-day and two 28-day concrete test results for all concrete pours in any given day. B. Submit MnDOT approved design mix for each concrete mix designation used. If a MnDOT approved mix design is unavailable, the Engineer will establish the job mix proportions. 1.05 SEQUENCING AND SCHEDULING } A. Construction of pedestrian curb ramps shall be completed following the placement of the bituminous walk or pathway. 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. C. Construct concrete medians no sooner than 72 hours after placement of the concrete curb and/or walks. 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 I 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. Sidewalk, Pedestrian Ramps, and Driveways: Mix No. 31`52A B. Preformed Joint Filler: Conform to MnDOT Spec. 3702. C. Curing Compound: Conform to MnDOT Spec, 3754 1. Curing compound shall contain a fugitive dye. 2. Only MnDOT approved membrane curing compounds will be allowed for use. MnDOT shall pre -approve all curing compounds. The most current approved lots and batches with product expiration dates are available from the MnDOT Products website. All curing compounds shall comply with the requirements of the MnDOT Curing Compound Manufacturer Approval Program, including pre -testing of all materials by the manufacturer. D. Sub -Grade Base Material 1. Select Granular Material: Conform to Section 31 23 00. CONCRETE WALKS, MEDIANS, AND DRIVEWAYS © 2016 Stantec 1 193803348 3213 14 - 3 2. Aggregated Base: Conforming to Section 32 11 23. E. Truncated Dome Panels: Approved products. 1. East Jordan Iron Works - Cast Iron, Powder coated - Charcoal Grey. 2. Neenah Foundry Company - Cast Iron, Powder coated - Charcoal Grey. PART 3 EXECUTION 3.01 GENERAL A. Provide copies of batch tickets for concrete mix at the time of material delivery. B. Construct concrete walkway, driveways, and valley gutters 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 valley gutters to conform to the Drawings. F. Construct concrete curb ramp to conform to the Drawings. G. Verify locations with Engineer in the field prior to construction. H. 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. I. Retempering of concrete which has partially hardened with or without additional materials or water is prohibited. J. Concrete washout locations shall conform to the requirements of the NPDES. 3.02 FOUNDATION PREPARATIONS A. Placement of the aggregate base or granular material to support the concrete work shall conform to Section 32 11 23 or Seclion 31 23 13. Compaction of subgrade base shall conform to MnDOT Spec. 2211.3C. B. The foundation shall be approved by the Engineer prior to placement of concrete material. 3.03 FORMS A. Conform to MnDOT Spec. 2521.3C. 3.04 JOINT CONSTRUCTION A. Conform to MnDOT Spec. 2521.3D.2, except as modified herein. 1. Maximum spacing of expansion joints for walkways shall be 60 feet. 2. Match joints of adjacent concrete work. CONCRETE WALKS, MEDIANS, AND DRIVEWAYS © 2016 Stantec 1 193803348 32 13 14 - 4 3.05 METAL REINFORCEMENT A. Conform to MnDOT Spec. 2531.3F, except as modified herein. 1. Install three No. 4 steel reinforcing rods in lower portion of the valley gutter section with minimum 2-inches coverage on all sides. 3.06 PLACING AND FINISHING A. Conform to MnDOT Spec. 2521.3D and 2531.3D for slip form or 2531.31 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 unacceptable. 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. Pedestrian Curb Ramp - Truncated Dome 1. Truncated Dome Panels - Conform to the manufacturer's recommendations for placement. 2. Truncated dome panels shall be placed (wet set) on a minimum of 6-inches concrete and prior to finishing the adjacent concrete surface of the pedestrian ramp. The joint between the panel and concrete shall be finished with 1/2-inch radius edging tool. 3. Conform to MnDOT Standard Detail Plate No. 7038A or current revision for specified truncated dome surface patter dimensions. Refer to the Drawings for actual ramp size, shape, and slopes. 4. Multiple Truncated Dome panels shall be of equal size. 5. Joint space between truncated dome panels shall be no greater than 1/4-inch in width. 3.07 CONCRETE CURING AND PROTECTION A. Conform to MnDOT Spec. 2521.3E and 2521.3E.1.a (Membrane Curing Method), except as modified herein. 1. Coat all surfaces with membrane curing compound within 30 minutes after finishing at the specified rate. I 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 40 degrees F during placement or within the following 24 hours, shall conform to MnDOT Spec. 2521.3E.1.b curing blanket method, except as modified below: a. If temperatures are projected to fall below 32 degrees within 24 hours of concrete placement, insulated blankets shall be using for curing. b. All costs associated with blanket curing shall be incurred by the Contractor. 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. CONCRETE WALKS, MEDIANS, AND DRIVEWAYS © 2016 Stantec 1 193803348 32 13 14 - 5 3.08 HIGH EARLY CONCRETE A. Conform to MnDOT Spec. 2461.2F.1.b, except as modified herein. 1. High early concrete shall be designed to provide a maximum water/cementitous ratio of 0.38. 2. High early concrete shall be designed to provide a minimum flexural strength of 500 psi and a minimum compressive strength of 3,000 psi in 48 hours. 3. High early concrete may be included as a separate Bid Item or as an Engineer ordered material. In absence of a separate Bid Item for high early strength concrete, compensation will be at an agreed upon price not to exceed 20 percent above the Contract cubic yard price for standard strength concrete for the quantity ordered by the Engineer. The price shall be agreed upon prior to placement. 3.09 BACKFILLING A. Conform to MnDOT Spec.2521.3G, except as modified herein. 1. Perform backfilling to protect the concrete no sooner than 72 hours after placement of the concrete. END OF SECTION CONCRETE WALKS, MEDIANS, AND DRIVEWAYS © 2016 Stantec 1 193803348 32 13 14 - 6 SECTION 32 16 13 CURBS AND GUTTERS PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Cast -in -place concrete curbs, and concrete curb and gutter. B. Related Sections 1. Section 32 11 23 - Aggregate Base Courses. 2. Section 32 12 01 - Flexible Paving (Municipal Projects). 3. Section 32 13 14 - Concrete Walks, Medians, and Driveways. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Bid Items have been provided for B618 Concrete Curb and Gutter. Measurement of curb and gutter shall be by the lineal foot measured along the face of the curb at the gutter line for each type. Payment shall include materials, preparation, placement, finishing, curing, protection, reinforcement, and backfilling. Measurement shall not include fram /castings that are located along the face of curb. a. All sewer and water service locations shall be marked with "S" or "W" stamp approved by Owner at the time of curb placement. This Work is incidental to installation of the Concrete Curb and Gutter. 2. Bid Items have been provided for Remove and Replace Concrete Curb & Gutter. Measurement of curb and gutter shall be by the lineal foot measured along the face of the curb at the gutter line. This Bid Item includes the curb removal and replacement in the mill and overlay and full pavement removal street improvement areas. Payment shall include sawcutting existing concrete curb, excavation, appropriate removal of concrete off -site, materials, preparation, placement, finishing, curing, protection, reinforcement, and backfilling. Measurement shall not include frames/castings that are located along the face of the curb. 3. A Bid Item has been provided for Apply Concrete Curing Compound to Existing Curb and Gutter. Measurement shall be by the lineal foot measured along the face of the curb at the gutter line, regardless of curb type. This Bid Item is for applying curing compound to existing curb and gutter on mill and overlay and full pavement removal street improvement areas and includes preparation of existing curb (sweeping) prior to cure placement and protection of adjacent surfaces from cure. Placement of cure on curb and gutter installed under this contract shall be incidental to the curb installation Bid Item. 4. No separate measurement or payment for modifications at curb ramps, transition sections, or curb depressions at driveway aprons. 5. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. CURBS AND GUTTERS © 2016 Stantec 1 193803348 32 16 13 - 1 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," 2016 Edition (MnDOT Spec.) 1. 2461 - Structural Concroto. 2. 2531 - Concrete Curbing. 3. 3101 -Portland Cement. 4. 3113 - Admixtures for Concrete. 5. 3702 - Preformed Joint Fillers. 6. 3754 - Poly -Alpha Methylstyrene (AMS) Membrane Curing Compound. 7. 3755 - Linseed Oil Membrane Curing Compound. 1.04 SUBMITTALS A. Submit one 7-day and two 28-day concrete cylinder test results for all concrete pours in any given day. B. Submit MnDOT approved design mix for each concrete mix designation used. If a MnDOT approved mix design is unavailable, the Engineer will establish the job mix proportions. 1.05 SEQUENCING AND SCHEDULING A. Install concrete curb and gutter within 1 week after aggregate base has been completed and approved. B. Concrete curb and gutter construction precedes installation of pavement. Allow for sufficient curing time. C. Coordinate notifications of restricted driveway access with Engineer and property owners. Minimizing inconvenience to businesses and residents is a necessity to the success of the project. D. Spot replacement of curb and gutter should be completed prior to any bituminous paving in the mill and overlay and full pavement removal areas. 1. Install new curb and gutter within 3 days of removal in these areas. 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 I 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 for Concrete Curb and Gutter. a. Manual Placement Mix No. 31`52C. CURBS AND GUTTERS © 2016 Stantec 1 193803348 3216 13 - 2 b. Slip Form Placement Mix No. 3F32C. 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. 2. Only MnDOT approved membrane curing compounds will be allowed for use. MnDOT shall pre -approve all curing compounds. The most current approved lots and batches with product expiration dates are available from the MnDOT Products website. All curing compounds shall comply with the requirements of the MnDOT Curing Compound Manufacturer Approval Program, including pre -testing of all materials by the manufacturer. PART 3 EXECUTION 3.01 GENERAL A. Provide copies of batch tickets for concrete mix at the time of material delivery to Site. B. Construct concrete curb and gutter at the locations and elevations indicated on the Drawings. C. Construct the style or type of curb and gutter as shown on the Drawings. D Construct intersection curb radii and transitions sections to conform to the detail on the Drawings. E. Construct transition sections at inlet structures to conform to the detail on the Drawings. F. Construct concrete curb ramp depressions to conform to the detail on the Drawings. G. Construct curb transitions for driveways to conform to the detail on the Drawings. Locations to be verified by Engineer at the time of construction. H. 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. I. Retempering of the concrete which has partially hardened with or without additional materials or water is prohibited. J. Contractor shall confirm locations of application of curing compound to existing curb and gutter with the Engineer prior to application. K. Contractor shall take care during cure application to protect existing driveways and street surfaces from cure material. ' L. Concrete washout locations shall conform to the requirements of the NPDES. 3.02 FOUNDATION PREPARATIONS A. Support on a compacted aggregate base 1. Conform to typical sections as shown on the Drawings. CURBS AND GUTTERS © 2016 Stantec 1 193803348 32 16 13 - 3 2. Conform to Section 32 11 23. 3. Aggregate base shall be approved by Engineer prior to curb and gutter placement. 3.03 FORMS A. Conform to MnDOT Spec. 2531.313. 3.04 JOINT CONSTRUCTION A. Conform to MnDOT Spec. 2531.3E, 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. 2531.3F, except as modified herein. 1. Where required, install two No. 4 steel reinforcing rods in lower portion of the curb section with a minimum of 2-inch coverage on all sides. a. Placement at catch basins conform to the details on the Drawings. 3.06 PLACING AND FINISHING A. Conform to MnDOT Spec. 2531.3C, 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. 3.07 CONCRETE CURING AND PROTECTION A. Conform to MnDOT Spec. 2531.3G and 2531.3G.1.a (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 40 degrees F during placement or within the following 24 hours shall conform to MnDOT Spec. 2531.3G.1.b curing blanket method, except as modified below: a. If temperatures are projected to fall below 32 degrees F within 24 hours of concrete placement, insulated blankets shall be using for curing. b. All costs associated with blanket curing shall be incurred by the Contractor. 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. 2531.3H, except as modified herein. 1. Initial Backfilling a. Follow the 72-hours curing period with completion within 6 days of original placement. CURBS AND GUTTERS © 2016 Stantec 1 193803348 32 16 13 - 4 n 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. 3.09 HIGH EARLY CONCRETE A. Conform to MnDOT Spec. 2461.2F.1.b, except as modified herein. 1. High early concrete shall be designed to provide a maximum water/cementitous ratio of 0.38. 2. High early concrete shall be designed to provide a minimum flexural strength of 500 psi and a minimum compressive strength of 3,000 psi in 48 hours. 3. High early concrete may be included as a separate Bid Item or as an Engineer ordered material. In absence of a separate Bid Item for high early strength concrete, compensation will be at an agreed upon price not to exceed 20 percent above the Contract cubic yard price for standard strength concrete for the quantity ordered by the Engineer. The price shall be agreed upon prior to placement. 3.10 WORKMANSHIP AND FINISH A. Conform to MnDOT Spec. 2531.31, 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. END OF SECTION CURBS AND GUTTERS © 2016 Stantec 1 193803348 32 16 13 - 5 This Page Left Blank Intentionally SECTION 32 17 23 PAVEMENT MARKINGS PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Pavement markings for control and guidance of traffic. B. Related Sections 1. Section 32 12 01 - Flexible Paving (Municipal Projects). 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. 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. a. A Bid Item has been provided for 24" Solid White Stop Bar. 1) Shall be measured by the lineal foot on the basis of length actually applied, at 24 inch width. 2) The second application shall be considered incidental to the payment of the first application. b. A Bid Item has been provided for Zebra Crosswalk, White. 1) Shall be measured by the area of painted crosswalk in square feet on the basis of 3' by 6' blocks actually applied. 2) The second application shall be considered incidental to the payment of the first application. 2. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2016 Edition (MnDOT Spec.) 1. 2582 - Permanent Pavement Markings. 2. 3354 - Preformed Pavement Marking Tape for Permanent Traffic Lane Delineation and Legends. 3. 3590 - Epoxy Resin Pavement Markings. 4. 3591 - High Solids Water Based Traffic Paint. 5. 3592 - Drop -On Glass Beads. 6. Improved Patterned Polymer Pavement Marking Tape for Lines and Selected Symbols and Legends. 7. High Durability Preformed Pavement Markings. 8. The Application Specification for Conventional Pavement Marking Materials. 9. 3-Minute Dry Alkyd and High Solids Latex. PAVEMENT MARKINGS © 2016 Stantec 1 193803348 32 17 23 - 1 1.04 SUBMITTALS A. 1 copy of the chosen paint/epoxy lot or batch formulation. B. Pavement Marking Contractor Qualifications/Certifications. C. MnDOT Certification approvals. 1.05 SEQUENCING AND SCHEDULING A. Conform to the requirements of MnDOT Specifications. PART 2 PRODUCTS 2.01 MATERIALS A. Paint 1. High Solids Water Based a. Free of toxic heavy metals, including lead, mercury, and cadmium. b. Track Free Time - 3 minutes or less. c. Yellow Prime Pigment - Colour Index Pigment Yellow No. 65 or No. 75. d. White Color - Flat white. e. Yellow Color - Color No. 33538 of Federal Standard 595. B. Glass Beads 1. Conform to MnDOT Spec. 3592. 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 1,500 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 Ibs/gal. 4. Capable of accumulating footage applied per gun. 5. Stainless steel components in the delivery system required for water -based materials. 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. PAVEMENT MARKINGS © 2016 Stantec 1 193803348 32 17 23 - 2 3.02 SCHEDULE A. Paint/Epoxy 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 a. Location of marking designating no passing zones to be coordinated with corresponding traffic signs. 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. e. Contractor shall notify Engineer at least 48 hours in advance when requesting spotting locations. B. Street Surface l . 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 50 degrees F. 3.04 APPLICATION A. General 1. Tolerance a. Width: A tolerance of 114 inch under or 1 /4 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. 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 with change in color, an amount of material equal to fifteen 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. PAVEMENT MARKINGS © 2016 Stantec 1 193803348 32 17 23 - 3 b. Except when used as a temporary marking, pavement markings shall only be applied in seasonable weather when air temperature is 50 degrees F or higher. B. Paint 1. Minimum thickness 15 mil. 2. In accordance with the appropriate MnDOT Spec. 3. Painted lines on the bituminous base course shall be applied once. 4. Painted lines on the bituminous wearing course shall be applied twice. C. Glass Beads 1. Shall be applied immediately after application of paint or epoxy 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 th-, Engineer. D. If removal and replacement is required, at least 90 percent of the deficient line shall be removed. 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. END OF SECTION PAVEMENT MARKINGS © 2016 Stantec 1193803348 32 17 23 - 4 SECTION 32 92 00 TURF AND GRASSES PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Restoration of construction area by installation of topsoil, seed, sod, soil amendments, mulch, and erosion control compost blanket. B. Related Sections 1. Section 01 57 13 - Temporary Erosion and Sediment Control. 2. Section 31 23 00 - Excavation and Fill. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. A Bid Item has been provided for Erosion Control Compost Blanket - Blown with Seed. Measurement will be based upon units of square yards installed in place as specified, including preparing topsoil, preparation of seedbed, fertilizer, seed, and all correlated activity to pneumatically install Erosion Control Compost Blanket with Seed. Maintenance and watering shall be incidental to this Bid Item. 2. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2016 Edition (MnDOT Spec.). B. Minnesota Department of Transportation Seeding Manual 2014 (MnDOT Seeding Manual). 1.04 SUBMITTALS A. Provide the following submittals consistent with Section 01 33 00. B. Identification verifying contractor is certified Filtrexx Installer as determined by Filtrexx International, LLC (440-926-8041) or approved equal. C. Compost sample complying with all local, state, and federal regulations, along with a certificate of compliance. Test results can be submitted using the US Composting Council Seal of Testing Assurance Program. D. Product Data: Provide nursery source and invoice for seed to be purchased for this Project E. Qualifications 1. Nursery: Company specializing in growing and cultivating the specified native seed mixes with documented experience as represented by a list of completed past projects. TURF AND GRASSES © 2016 Stantec 1 193803348 32 92 00 - 1 2. Installer: Company specializing in seeding the specified plants with a minimum of 3-years documented experience as represented by a list of completed past projects. F. Producer's Certificate of Compliance - Written document verifying compliance of mixture of seed furnished. Submit to the Engineer 5 days prior to delivery. Include percentage of various seed species mix, year of production, net weight, date of packaging, location of packaging, seed bags/tags (germination rate, weed seed content), and copy of seed dealer's invoice. G. Species within native seed mixes species shall have their origin documented by the Minnesota Crop Improvement Association (MCIA) to certify that the product is a local ecotype plant. H. Fertilizer manufacturer's certificate of compliance. Written document verifying compliance with fertilizer specified. Label from soil moisture amendment product utilized. 1.05 PLANT ESTABLISHMENT PERIOD A. The Establishment Period for plants shall begin for immediately after installation, with the approval of the Engineer, and continue until the date that the Engineer performs a final inspection. 1. Seeding - 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 if areas specified for seeding (for March and April Plantings the evaluation will be made the following May). 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, 2014 MnDOT Seeding Manual, and with MnDOT Spec. 2575.3. 1.06 FIELD QUALITY CONTROL A. Provide Engineer with seed bag tags used for identification purposes. B. "Pick rocks" from topsoil which are larger than 1 inch in diameter. C. All topsoil shall be approved by the Engineer prior to installing erosion control compost blanket blown with seed. PART 2 PRODUCTS 2.01 TOPSOIL: Conform to Section 31 23 00. 2.02 FERTILZER A. Provide plant fertilizer that is commercial grade and uniform in composition and conforms to applicable state and federal regulations. B. Slow release fertilizer. A minimum of 70 percent of the nitrogen component shall be a slow release water insoluble nitrogen. TURF AND GRASSES © 2016 Stantec 1 193803348 32 92 00 - 2 C. Fertilizer shall be complete fertilizer containing 24-percent nitrogen, 12-percent phosphoric acid, and 24-percent potash. D. Provide packet, table, or pellet forms of slow release fertilizers, bearing the manufacturer's guaranteed statement of analysis. 2.03 SEED: Conform to MnDOT Spec. 3876. A. Residential Lawns: Conform to MnDOT Mixture 25-151. 2.04 MULCH: Conform to Section 01 57 13. 2.05 HYDRAULIC SOIL STABILIZER (HYDROMULCH): Conform to Section 01 57 13. 2.06 EROSION CONTROL COMPOST BLANKET A. Grade 2, weed -free compost. B. Compost to be derived from a well -decomposed source of leaf, grass and wood feedstock. C. Produced using an aerobic composting process meeting CFR 503 regulations, including time and temperature data indicating effective weed seed, pathogen and insect larvae kill. D. Free of any refuse, contaminants or other materials toxic to plant growth. E. Non -composted products are not acceptable. F. Particle size for pneumatically applied blanket cover shall pass a 19mm (0.75 inch) sieve, in accordance with TMECC 02.02-B, "Sampling Sieving for Aggregate Size Classification." PART 3 EXECUTION 3.01 EXAMINATION A. Review restoration areas with the Engineer. Determine locations for seed. 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 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. 3.02 DELIVERY AND STORAGE A. Delivery 1. Notify the Engineer of the delivery schedule in advance so the plant material may be inspected upon arrival at the Site. Remove unacceptable plant material from the Site immediately. 2. Deliver fertilizer and lime to the Site in the original, unopened containers bearing the manufacturer's guaranteed chemical analysis, name, trade name or trademark, and I TURF AND GRASSES © 2016 Stantec 1 193803348 32 92 00 - 3 in conformance to state and federal law. In lieu of containers, fertilizer and lime may be furnished in bulk and a certificate indicating the above information shall accompany each delivery. 3. During Delivery: Protect seed from contamination. B. Storage 1. Keep seed, lime, and fertilizer in dry storage away from contaminants. 3.03 PREPARATION A. General: Conform to MnDOT Spec. 2575.3A. B. Soil Preparation: Conform to MnDOT Spec. 2574. C. Fertilizers and Conditioners: Conform to MnDOT Spec. 2574.31D 1. Apply fertilizer at a rate of 400 lbs. per acre (9.2 lbs./1,000 sq. ft.). 2. The fertilizer used shall be a commercial grade slow release complete fertilizer. 3. Where soil pH is lower than 5.5, apply lime at 3 tons per acre (140 lbs./1,000 sq. ft.). 3.04 EROSION CONTROL COMPOST BLANKET - BLOWN WITH SEED INSTALLATION A. Seeding Dates: Conform to Table 2 in the 2014 MnDOT Seeding Manual and MnDOT Spec. 2575: 1. Spring: April 1 -June 1 2. Fall: July 20 - September 20 3. Deviations in planting schedule will be at the approval of the Engineer. B. Seeding Rates: Conform to MnDOT Spec 2575.3 and Table 1 in the 2014 MnDOT Seeding Manual, except as modified herein: 1. For 25-151 seed mix, apply seed at a rate of 120 lbs. per acre. C. Compost Blanket shall be pneumatically applied with blower equipment in a non - compacted layer. 1. Thickness: 2 inches. 2. Injection seeded and fertilized during the process of compost application. 3. Install compost blanket in 1 lift. 4. Application rate: 1 inch of compost equals approximately 135 cubic yards of compost material per acre of application area. a. Contractor shall supply truck load tickets to verify application rate. 3.05 MULCH: Conform to Section 01 57 13. 3.06 HYDRAULIC SOIL STABILIZER (HYDROMULCH) A. Conform to Section 01 57 13. 3.07 TOPSOIL A. Place topsoil subgrade. Final in place depth shall be as shown on the drawings. B. Surface of topsoil shall conform to the final grade. C. Place topsoil so as not to compact underlying soils. Do not compact topsoil. TURF AND GRASSES © 2016 Stantec 1 193803348 32 92 00 - 4 3.08 TURF ESTABLISHMENT A. Water seeded areas as necessary during the establishment period to provide establishment of turf over 90 percent per each square foot of seeded areas and 100 percent of sodded areas. 3.09 MAINTENANCE A. Maintain restored areas in accordance with MnDOT Spec. 2575.3K and in accordance with the 2014 MnDOT Seeding Manual. Contractor is responsible for all maintenance activities as required to ensure proper seed growth, including but not limited weed control, watering, and mowing. 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 seed that does not show definite growth and establishment by the end of the establishment period shall be replaced and established at the proper season by the Contractor at his/her expense. D. Seed maintenance shall be done in conformance with the 2014 MnDOT Seeding Manual - Maintenance Requirements for year 1. E. Watering of seeded areas shall be done throughout the establishment period to ensure establishment of permanent vegetation. The Contractor will work together with the Owner to create a watering schedule to help ensure proper watering of the seeding areas. The watering must be approved prior to occurring by the Owner, and water tickets for seeded areas only must be submitted to the Engineer on a weekly basis. 3.10 INSPECTION AND ACCEPTANCE A. Seeding and turf work will be inspected for acceptance in parts agreeable to the Engineer, provided Work offered for inspection is complete, including maintenance for the portion in question. B. At the conclusion of the establishment period(s), a final inspection of planting(s) will be made to determine the conditions of areas specified for landscaping. 1. All permanent seed species within the applied mix shall be uniformly established over the seeded area. 2. The acceptance of the seed establishment shall be at the Engineer's discretion. C. When inspected landscape work does not comply with requirements, replace rejected Work and continue specified maintenance until re -inspected by Engineer and found to be acceptable. Remove rejected materials from the Site. D. Seed evaluation at the conclusion of the establishment period shall be based on at least 1 species per square foot and 90 percent of seeding per square foot is of the permanent seed species within the applied mix. END OF SECTION TURF AND GRASSES © 2016 Stantec 1 193803348 32 92 00 - 5 This Page Left Blank Intentionally SECTION 33 05 05 TRENCHING AND BACKFILLING PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Trenching requirements for underground piping and appurtenances, including requirements for excavation, backfill, and compaction. B. Related Sections 1. Section 31 10 00 - Site Clearing. 2. Section 33 10 00 - Water Utilities. 3. Section 33 31 00 - Sanitary Utility Sewer Piping. 4. Section 33 40 00 - Storm Drainage Utilities. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Trench Excavation: Excavation and backfilling of trench shall be included in the price of pipe provided. 2. Pipe Bedding: Considered incidental and shall be included in the price of pipe furnished and installed. 3. Improved Pipe Foundation: At the Bid Unit Price per lineal foot for each 6-inch layer placed below pipe bedding, not including the first 6 inches a. For example, say 2 feet of foundation material is required under a pipe installed with C-2 bedding. Because 6 inches of material is required for Class C-2 pipe ' bedding (and therefore incidental), payment will be made for 3 lineal feet of pipe foundation material, 6 inches deep per foot of pipe installed. b. No payment will be made without the knowledge or consent of the Engineer. c. No payment will be made for subgrade rock installed for de -watering purposes only, unless specified. d. No payment will be made for disposing of excavated material off Site that has been created by placement of improved pipe foundation. 4. Temporary Bracing and Sheeting: Considered part of the excavation costs with no additional compensation to Contractor, unless provided for otherwise. 5. Density Tests a. Passing Tests: All costs paid by Owner. b. Failing Tests: All costs charged to and paid by the Contractor. 6. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2016 Edition (MnDOT Spec.) 1. 2105 - Excavation and Embankment. 2. 2451 - Structure Excavations and Backfills. 3. 3149 - Granular Material. TRENCHING AND BACKFILLING © 2016 Stantec 1 193803348 33 05 05 - 1 American Society of Testing Materials (ASTM) 1. C1479 - Standard Practice for Installation of Precast Concrete Sewer, Storm Drain, and Culvert Pipe Using Standard Installations. 2. D2321 - Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity -Flow Applications. 3. D698 - Test Method for Laboratory Compaction Characteristics for Soil Using Standard Effort (12,400 ft-Ibf/ft). 1.04 SUBMITTALS A. Provide the following submittals consistent with Section 01 33 00: 1. Product Data for each Borrow Material: a. Name and location of source. b. Results of gradation tests. 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 Site. Required when foundation is soft or unstable. D. Filter Aggregate: Free draining mineral product used around drain the 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 of the trench below a distance of 1 foot above the top of the pipe. G. Sand Cushion: Aggregate bedding material used around pipe in areas where rock excavation is encountered, where pipe insulation is used, and when crossing existing utilities. 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 in a given area, requesting utility locations in the field. TRENCHING AND BACKFILLING 02016 Stantec 1 193803348 33 05 05 - 2 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 WARRANTY A. Trench settlements that occur during the correction period and are greater than 1 /2 inch as measured from the beginning to the end of the settlement, as determined by the Engineer, will be repaired in a manner acceptable to the Owner at the Contractor's expense. PART 2 PRODUCTS 2.01 PIPE BEDDING MATERIAL A. Polyvinyl Chloride (PVC) Pipe and High Density Polyethylene (HDPE) Pipe. 1. Comply with MnDOT Spec. 3149.213 1 for granular borrow a. No on the Site granular material encountered during construction may be used without the permission of the Engineer. b. 1 inch maximum aggregate size. B. Reinforced Concrete Pipe (RCP) 1. Class C-1 Bedding a. Undisturbed soil. b. No rocks larger than 3 inches shall be placed within the pipe zone. 2.02 IMPROVED PIPE FOUNDATION MATERIAL 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 FILTER AGGREGATE MATERIAL A. Comply with MnDOT Spec. 3149.2H 2.04 SAND CUSHION MATERIAL A. Comply with MnDOT Spec. 3149.2B.1 for Granular Borrow 1. No on Site granular material encountered during construction may be used without the permission of the Engineer. 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. TRENCHING AND BACKFILLING © 2016 Stantec 1 193803348 33 05 05 - 3 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 if rain 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. 3.03 CONSTRUCTION A. Conform to ASTM C2321, or modified herein. 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 the 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 TRENCHING AND BACKFILLING © 2016 Stantec 1 193803348 33 05 05 - 4 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 manner 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 manner 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. C. 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. D. Trench Bottom l . 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 planned 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 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 and HDPE 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. TRENCHING AND BACKFILLING © 2016 Stantec 1193803348 33 05 05 - 5 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. 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. D. Dig bell holes of ample dimension at each joint such that the pipe barrel rests continuously on the bedding. 3.05 BACKFILL WITHIN PIPE ZONE 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. C. Hand (shovel) tamp along pipe within haunch zone. 3.06 BACKFILL ABOVE PIPE ZONE A. Use suitable materials meeting the requirements of Backfill Material. 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. 2105.31`1 "Specified Density Method." Trenches shall be compacted to a minimum of 95 percent, except to 100 percent in the upper 3 feet. If the moisture content of the backfill materials is greater than 3 percent above the optimum moisture, compact the materials to a minimum density of 3 pounds/cubic foot less than the Standard Proctor Curve at that moisture content, except that minimum compaction shall be 85 Percent of Standard Proctor Density. 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 Site. TRENCHING AND BACKFILLING © 2016 Stantec 1 193803348 33 05 05 - 6 3.08 QUALITY CONTROL A. Density Tests: To be performed by an approved soils testing firm at various locations and depths throughout the 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. END OF SECTION TRENCHING AND BACKFILLING © 2016 Stantec 1 193803348 33 05 05 - 7 This Page Left Blank Intentionally SECTION 33 05 17 ADJUST MISCELLANEOUS STRUCTURES PART] GENERAL 1.01 SUMMARY A. Section Includes 1. Adjustment of utility structures. B. Related Sections 1. Section 33 10 00 - Water Main Utilities. 2. Section 33 31 00 - Sanitary Utility Sewer Piping. 3. Section 33 40 00 - Storm Drainage Utilities. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. 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. 2. Extend Hydrant Barrel: A Bid Item has been provided for Extend Hydrant Barrel. Measurement will be by the lineal foot of adjustment made. 3. Remove and Replace Sanitary Sewer Frame and Rings: Per each sanitary sewer manhole for each type of ring as shown on the Drawings and Bid Form or as directed by the Engineer. Payment includes excavation, removal, replacement of existing frame and rings, compaction, adjustment, and bituminous replacement around frame. 4. Remove and Replace Storm Sewer Frame and Rings with Concrete Rings and Frame: Measurement will be per each storm sewer manhole as shown on the Drawings or as directed by the Engineer. Payment includes excavation, removal, replacement of existing frame and rings, compaction, adjustment, and bituminous replacement around frame. 5. Adjust Valve Box: Adjustment of the new valve boxes installed under this Contract is incidental to the Bid Unit Price for furnishing and installing the valve and/or valve box. 6. Adjust Curb Box: Adjustment of curb box on new curb boxes installed under this Contract is incidental to the Bid Unit Price for furnishing and installing the curb stop. 7. Adjust Structure: Adjustment of sanitary sewer and storm sewer castings installed under this Contract shall be incidental to the installation of that item/structure. 8. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. American Society of Testing and Materials (ASTM) 1. ASTM A48 - Specification for Gray Iron Casting. 2. ASTM A240 - Specification for Heat - Resisting Chromium - Nickel Stainless Steel Plate Sheet and Strip for Pressure Vessels. 3. ASTM C6 - Specification for Normal Finishing Hydrating Lime (Mortar). 4. ASTM C 141 -Specification for Hydraulic Hydrated Lime for Structural Purposes (Mortar). 5. ASTM C 150 -Specification for Portland Cement (Concrete Rings/Mortar). ADJUST MISCELLANEOUS STRUCTURES © 2016 Stantec 1 193803348 3305 17 - 1 6. ASTM C923 - Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes, and Materials. 7. ASTM D1248 - Polyethylene Plastics Molding and Extrusion Materials. 8. ASTM F593 - Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs. 9. ASTM F594 - Specification for Stainless Steel Nuts. B. Minnesota Department of Transportation "Standard Specifications for Construction," 2016 Edition (MnDOT Spec.) 1. 2506 - Manholes and Catch Basins. 2. 3733 - Geotextiles. 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. 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 ADJUSTING RING A. Concrete (to be used on existing structures within the Mill and Overlay and full pavement removal areas). 1. Size to match cone or opening in top slab. 2. Concrete Compressive Strength: Minimum 3,000 psi. 3. Reinforcing: Single hoop 8-gauge steel wire. 4. Thickness: Minimum 2 inches, maximum 4 inches. High -Density Polyethylene (HDPE) (to be used on all new structures or castings within Reconstruction areas). 1. Molded high -density polyethylene conforming to ASTM D 1248. 2.02 ADHESION MATERIALS A. Ram-Nek material, or approved equal. ADJUST MISCELLANEOUS STRUCTURES © 2016 Stantec 1 193803348 3305 17 - 2 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. C. Sealant (For HDPE Rings) 1. DOW 999 - A building caulking and glazing sealant, or approved equal. 2. Open cell polyurethane foam sealant with adhesive backing. 2.03 HYDRANT EXTENSIONS A. Sections: Match existing hydrant manufacturer and model. 2.04 CASTINGS A. Manhole, Catch Basin Frames, and Covers l . Requirement: ASTM A48. 2. Material: Class 35 cast iron. Best grade. Free from injurious defects and flaws. 3. Finish Preparation: Sandblast. 4. Machine cover and frame contact surface for non -rocking protection. 5. Type and Style: Per details on Drawings. 2.05 VALVE BOX A. Risers 1. Conform to details on Drawings. 2. Conform to the requirements of Section 33 10 00. 2.06 GEOTEXTILE A. Woven filter fabric, 4-1/2 ounces for use in conjunction with HPDE rings. 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. 3.02 PREPARATION A. Call utility owners to field mark their utility locations. ADJUST MISCELLANEOUS STRUCTURES © 2016 Stantec 1 193803348 3305 17 - 3 B. Contractor to verify exact location of existing utilities. 3.03 ADJUST FRAME AND RING CASTING A. Remove all dirt, debris, dust, and other deleterious material from surface prior to placement of first adjusting ring. Concrete Adjusting Ring 1. Mortar on top and bottom surfaces of all concrete adjusting rings; between surface of top 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 5 adjusting rings allowed. 8. Use a 6-inch ring where applicable. C. HDPE Adjusting Ring 1. Remove all dirt, debris, dust, and other deleterious material from surface prior to placement of first ring. 2. Install adhesive for adjusting rings as per the following: Location of Sealant Type of Sealant 3/4 inch by 3/4 inch open cell Between casting and last ring: polyurethane foam sealant and 1/2-inch bead of DOW 999 Between intermediate rings: 1/2-inch bead of DOW 999 3/4 inch by 3/4 inch open cell Between cone/top slab and first ring: polyurethane foam sealant and 1/2-inch bead of DOW 999 3. Sealant to be placed around entire circumference of each unit with no gaps. 4. Utilize the flat and sloping units to match the required grade and slope of the area at the location of the structure. 5. Minimum of 2, maximum of 5 rings allowed. 6. Wrap entire casting and ring system with geotextile. For structures with cone section, geotextile wrap to extend over a minimum length of 18 inches of the cone. 3.04 ADJUST VALVE BOX 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. ADJUST MISCELLANEOUS STRUCTURES © 2016 Stantec 1 193803348 3305 17 - 4 D. Patch road to match existing pavement section. 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 existing pavement section. E. Dispose of removed material off 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 of the 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 below grade prior to placing the final wear course. Thorough tamping of the 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 pay item. 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. ADJUST MISCELLANEOUS STRUCTURES © 2016 Stantec 1 193803348 3305 17 - 5 G. Adjust valve boxes to 1 /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. END OF SECTION ADJUST MISCELLANEOUS STRUCTURES 0 2016 Stantec 1 193803348 3305 17 - 6 SECTION 33 08 30 COMMISSIONING OF SANITARY SEWER UTILITIES PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Testing of sanitary sewer pipe, manholes, fittings, and miscellaneous appurtenances. B. Related Sections 1. Section 33 31 00 - Sanitary Utility Sewer Piping. 2. Section 33 31 14 - Sanitary Sewer Services. 3. Section 33 39 00 - Sanitary Utility Sewer Structures. 1.02 PRICE AND PAYMENT A. Measurement and Payment l . A Bid Item has been provided for Televise Sanitary Sewer. Measurement will be by lineal foot. Payment will include all costs related to jetting, vacuuming, providing water ' for determining sags, and televising any sewer line installed under this Contract as specified, including submittals. 2. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. American Society of Testing and Materials (ASTM) ' l . C924 - Standard Practice for Testing Concrete Pipe Sewer Line by Low -Pressure Air Test Method. 2. C969 - Standard Practice for Infiltration and Exfiltration Testing of Installed Precast Concrete Pipe Sewer Lines. 3. C1103 - Standard Practice for Joint Acceptance Testing of Installed Precast Concrete Pipe Sewer Line. 4. C1244 - Standard Test Method for Concrete Sewer Manholes by Negative Air Pressure. 5. F1417 - Standard Test Method for Installation Acceptance of Plastic Gravity Sewer Lines using Low -Pressure Air. 1.04 SUBMITTALS A. Submit the following items consistent with Section 01 33 00: 1. Proposed field testing methods. 2. Results of field testing. 3. 2 copies on DVD format of sewer televising and 2 copies of the written report on conditions. DVD and written reports shall be submitted to both Engineer and Owner. 4. Electronic Copies: Televising reports shall be submitted in pdf format. One pdf shall be created for each section of pipe located between two manholes. Each report shall be named with a number matching the Owner's pipe identification number. The identification number for each section of pipe shall be provided to the Contractor prior to televising. COMMISSIONING OF SANITARY SEWER UTILITIES 02016 Stantec 1 193803348 33 08 30 - 1 5. Identification Spreadsheet: Provide in Microsoft Excel format with the Owner's pipe identification number for the pipes that installed. Individual televising reports, images, and video must correspond to the pipe ID. A sample spreadsheet can be provided by the Engineer upon request. 6. Any images taken must be provided to the Owner in jpeg format or a format that is approved by the Owner. 7. Reports and video shall be provided for each televising inspections. PART 2 PRODUCTS Not Used. PART 3 EXECUTION 3.01 EXAMINATION A. 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. 3.02 FIELD QUALITY CONTROL A. Engineer will observe all tests and visually inspect the Work for compliance. B. Contractor shall provide all material, equipment, and labor required to test the sanitary sewer systems. C. Gravity Pipe Leak Testing 1. General a. Test all systems (pipe and structures) for leakage before being put in service. Notify Engineer of the date and time for each test 1 day prior to actual testing. Test in section length increments deemed necessary by the Engineer. - - b. Test each section by 1-of-the following methods. - - - c. Individual segments MH to MH pipe runs must be tested and accepted by the Engineer prior to starting construction of the next pipe run. 2. Low Pressure Air Test a. Diameter: Less than or equal to 24 inches. b. Must meet criteria set forth in ASTM F1417. c. Groundwater level shall be no higher than 2 feet above the top of pipe at upstream end. d. Acceptable time for loss of 0.5 psig of air pressure shall be the larger of the 2 times below: Pipe Size Min. Time Time (sift of ipe) Min's 8 3:50 0.760 10 4:40 1.187 12 5:40 1.709 15 7:05 2.671 18 8:30 3.846 21 9:55 5.235 24 1 1:20 6.837 COMMISSIONING OF SANITARY SEWER UTILITIES © 2016 Stantec 1 193803348 33 08 30 - 2 e. Requirement may be waved for reconstruction projects where reconnection of active sewer services prevents testing with permission from Owner. D. Gravity Pipe Deflection Testing 1. Required for all flexible pipe (FRP, PVC, and HDPE). 2. Deflection Testing Methods a. Pipe Diameters Through 24 Inches: Pull mandrel through the pipe by hand (without aid of mechanical pulling devices). b. Pipe Diameters Greater Than 24 Inches Through 36 Inches: Deflections shall be determined by use of a mandrel or a method submitted to and approved by the Engineer. If mandrel is used, it shall be pulled through the pipe by hand (without aid of mechanical pulling devices). c. Pipe Diameters Greater Than 36 Inches: Deflection measurements shall be determined using a mandrel, rigid bar, a circular rigid template, or by a method approved by the Engineer. If mandrel is used, it shall be pulled through the pipe by hand (without aid of mechanical pulling devices). 3. Deflection testing shall be conducted at least 30 days after the pipe has been backfilled to the desired finish grade on all direct bury flexible pipe. 4. 5-percent deflection allowance. 5. Mandrel Diameter Requirements a. Diameter equal to 95 percent of the base inside diameter noted in Appendix XI of ASTM D3034 for PSM PVC pipe (SDR pipe) and calculated from Appendix X2 of ASTM F679 for PS 46 or 115 pipe. b. For all other pipe, the minimum diameter shall be equal to 95 percent of the Average Internal Diameter of the pipe as specified below: + 1) Average Internal Diameter = (Average Outside Diameter) minus [2 by 1.06 by (Minimum Pipe Wall Thickness)]. 2) The Average Outside Diameter will be based on applicable ASTM or AWWA Standard. 3) 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. c. 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. 6. Deflection Template/Bar Requirements a. The circular template diameter (or rigid bar length) shall be equal to the mandrel diameter requirements as determined above. 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. 3.03 REQUIREMENTS FOR TEST FAILURES A. Pressure or Leak Test Failure l . Repair piping as necessary to conform to product requirements. 2. All repair work shall be subject to approval by the Engineer. 3. Chemical type sealants added to the test water will not be permitted. 4. The Engineer may require removal and replacement of pipe in failed test sections. 5. The cost of replacement, repair, and re -testing of failed pipe sections shall be borne by the Contractor. COMMISSIONING OF SANITARY SEWER UTILITIES © 2016 Stantec 1193803348 33 08 30 - 3 B. Deflection Test Failure 1. Unless otherwise permitted by the Engineer, any over deflected pipe shall be uncovered, and if not damaged, reinstalled. Damaged pipe shall not be reinstalled, but shall be removed from the Site. 3.04 SANITARY SEWER CLOSED CIRCUIT TELEVISION INSPECTION A. General 1. Televising shall be performed on all newly constructed gravity sanitary sewer lines after successful leak testing has been completed and accepted. 2. The sewer contractor shall assist with providing access to all sanitary sewer lines after successful leak and deflection testing has been completed and accepted. 3. Format - The video will be submitted in a DVD format with both audio and video. 4. Camera - The camera will be a self propelled unit providing color video with the ability to tilt up and down and pan left to right. The camera lens shall be capable of turning and looking up each wye or service tap to a minimum distance of the first fitting of the service pipe. The camera is to provide color video and still photographs of any defect. 5. Rate - The televising shall be conducted at a rate not to exceed 30 feet per minute. Line Requirements 1. All lines shall be jetted and vacuumed so that all debris has been removed prior to televising. 2. A small quantity of water is to be introduced into the line prior to televising. Amount shall be determined by the Engineer and coordinated with the Owner's Water and Sewer Department. The amount of water shall be sufficient enough to distinguish c y sags or alignment problems with the pipe. 3. Each run will consist of a starting and ending MH-#, line size, and a zero reading on the counter at center of the starting manhole. 4. Each service wye shall be examined using the pan and tilt feature. 5. The video camera operator shall type into the video the station (distance), wye location on either the left or right side of the pipe and any problems they notice while televising the sewer lines. C. Manhole Requirements 1. Examine starting and ending doghouses for quality of mortar work. 2. Examine all joints to confirm watertight quality of gaskets and seals. 3. While at the bottom of the manhole, the camera will examine for infiltration as high as it can see around the entire manhole circumference. 4. Examine vertical outside drops. D. Report Requirements 1. A technician shall observe the monitor at all times during the televising and record the data. 2. Note locations, length and depth of any sags in the pipe (indicate any depths greater than 1 /2 inch). 3. Note locations, length and depth of any areas of dirt or debris in the pipe (indicate any depths greater than 1 /2 inch). 4. Record distance from center of manhole to center of manhole. 5. Note each change in pipe material, including station. 6. Note each wye or service tap location with station and orientation (Example: wye right, 3 o'clock). COMMISSIONING OF SANITARY SEWER UTILITIES © 2016 Stantec 1 193803348 33 08 30 - 4 7. The complete report and DVD shall be submitted to the Owner/Engineer within 14 days after the completion of the televised segments. 8. Include color photos/images of defects in the written report. E. Review 1. All television reports and DVDs will be reviewed after the submittal is received. 2. Comments and corrections will be noted and submitted to the Contractor for immediate correction. Defects 1. Any defect, faulty joints, cracked pipe, or other deficiency noted by the television inspection shall be immediately corrected by the Contractor. A plan for repair shall be presented to and approved by the Owner prior to the repair occurring. 2. Repairs shall be approved by Engineer prior to re -televising. 3. The repaired segment shall then be re -televised from manhole to manhole in accordance with section 3.04.F, and submit a report within 7 days. No additional compensation shall be awarded for re -televising any repairs or defects in the lines. END OF SECTION COMMISSIONING OF SANITARY SEWER UTILITIES © 2016 Stantec 1 193803348 33 08 30 - 5 This Page Left Blank Intentionally SECTION 33 10 00 WATER UTILITIES PART 1 GENERAL IKi�. u�IM3Z A. Section Includes 1. Water main pipe, hydrants, valves, fittings, and miscellaneous appurtenances. B. Related Sections 1. Section 31 23 00 - Excavation and Fill. 2. Section 33 05 05 - Trenching and Backfilling. 3. Section 33 05 17 - Adjust Miscellaneous Structures. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Bid Items have been provided for Water Main. Measurement and payment will be based upon the units listed below: a. Water Main Pipe with Tracer Wire: 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 and is considered incidental. Payment at the Bid Unit Price shall include furnishing and installing pipe complete in place as specified. 1) One Tracer Wire shall be installed with water main pipe. Installation of the tracer wire and connection to the hydrants shall be considered incidental to this Bid Item. 2) Magnetized Tracer Boxes installed at hydrant locations for tracer wire are considered incidental to this Bid Item. b. Gate Valve and Box: Measurement will be based on each Gate Valve and Box installed. Payment at the Bid Unit Price shall include furnishing and installing the Valve and Box complete in place as specified. c. Hydrant, Including 6 inch Gate Valve and Box: Measurement will be based on units of each Hydrant installed, including the adjacent 6 inch Gate Valve and Box. Payment at the Bid Unit Price shall include furnishing and installing the Hydrant and 6" GV and Box complete in place as specified. d. Ductile Iron Fittings: Measurement shall be based on the AWWA C153 fitting weight in pounds, installed in accordance with the Drawings. Payment at the Bid Unit Price shall include DIP Fitting, poly encasement, coatings, and hardware. e. Joint Restraint: No Bid Item has been provided. Joint restraint shall be considered incidental to water main installation with no direct payment made. f. Connect to Existing Water Main: Measurement shall be based on each connection made, payment at the Bid Unit Price shall include all items required to complete the Work. g. Temporary Water Main/Service: Refer to Section 01 50 00. h. Insulation - 4 inch Thick: 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. WATER UTILITIES © 2016 Stantec 1 193803348 33 10 00 - 1 2. No Bid Items have been provided for steel rodding. Steel rodding shall be considered incidental to water main installation with no direct payment made. 3. No Bid Items have been provided for testing. Testing shall be considered incidental to water main installation with no direct payment made. 4. Tracer Wire: Shall be considered incidental to the Project. 5. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. American Water Works Association (AWWA) 1. C 104 - Cement -Mortar Lining for Ductile -Iron Pipe and Fittings. 2. C105 - Polyethylene Encasement for Ductile -Iron Pipe Systems. 3. C1 11 - Rubber -Gasket Joints for Ductile Iron Pressure Pipe and Fittings. 4. C1 16 - Protective Fusion -Bonded Epoxy Coatings for the Interior and Exterior Surfaces of Ductile -Iron and Gray -Iron Fittings. 5. C150 - Ductile -Iron Pipe, Centrifugally Cast. 6. C151 - Standard for Ductile -Iron Pipe, Centrifugally Cast. 7. C153 - Standard for Ductile -Iron Compact Fittings. 8. C502 - Dry -Barrel Fire Hydrant. 9. C504 - Rubber -Seated Butterfly Valves. 10. C515 - Reduced -Wall, Resilient -Seated Gate Valves for Water Supply Service. 11. C550 - Protective Interior Coatings for Valves and Hydrants. 12. C600 - Installation of Ductile -Iron Water Main and Their Appurtenances. 13. C651 - Disinfecting Water Mains. 14. C900 - Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 Inches Through 12 Inches, for Water Transmission and Distribution. 15. C905 - AWWA Standard for Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 Inches Through 48 Inches, for Water Transmission and Distribution. 16. C906 - AWWA Standard for Polyethylene (PE) Pressure Pipe and Fittings, 4 Inches Through 63 Inches, for Water Transmission and Distribution. American Society of Testing and Materials (ASTM) 1. A48 - Gray Iron Castings. 2. Al26 - Gray Iron Castings for Valves, Flanges, and Pipe Fittings. 3. A307 - Carbon Steel Bolts and Studs, 60,000-PSI Tensile Strength. 4. A536 - Standard Specification for Ductile Iron Castings. 5. A674 - Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. 6. C578 - Specification for Rigid, Cellular Polystyrene Thermal Insulation. 7. D1784 - Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (PVC) Compounds. 8. F477 - Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. C. National Electrical Manufacturers Association (NEMA) 1. WC 70 - Non -Shielded Power Cables Rated 2,000 Volt or Less for the Distribution of Electrical Energy. 1.04 SUBMITTALS A. Submit Product Data for the following items consistent with Section 01 33 00: 1. Pipe, fittings, valves, and hydrants. WATER UTILITIES © 2016 Stantec 1 193803348 33 10 00 - 2 r 2. Joint restraint and corrosion resistant coatings. 3. Tracer wire. 4. Magnetized Tracer Box. 1.05 SEQUENCING AND SCHEDULING A. Notify the Owner a minimum of 72 hours prior to performing Work. At this time, the Contractor is responsible to notify the West Metro Fire Department of the intended shutdown. B. Owner requires a minimum 72-hour notice for all residential utility interruptions. No residential utility interruptions shall begin prior to 9 a.m. (unless approved by the City otherwise) and maximum service interruption shall be 8 hours. C. It may be required that these utility interruptions occur at night. D. Notify all customers connected to water system to be shut down 72 hours in advance of shut down. E. The Owner must open and close the existing valves for this part of the operation. F. Successfully complete required test and inspections before restoration of surface. PART 2 PRODUCTS 2.01 DUCTILE IRON PIPE AND FITTINGS (DIP) A. General Requirement: AWWA C151 /A21.51. B. Cement -mortar lining conforming to AWWA C104/A21.4. C. Special Thickness Class 52 for diameters less than 20 inches. D. Fittings: AWWA C153/A21.53, Ductile Iron, 250-psi working pressure, AWWACI 11/A21.11 latest revision, mechanical joint or push -on: 1. All fitting shall be fusion bonded epoxy coated per ANSI/AWWA C 1 16/A21. 2.02 POLYVINYL CHLORIDE (PVC) PLASTIC PIPE AND FITTINGS A. General: Pipe shall be made of compounds conforming to ASTM D1784 in accordance with the material requirements of AWWA C900 (4 inch to 12 inch diameter pipe) or AWWA C905 (14 inch to 48 inch diameter pipe). B. Design: Cast-iron pipe equivalent outside diameter with a minimum pressure class (PC) or dimension ratio (DR) as shown on the Drawings. C. Joints: Integral bell with elastomeric gasket joints providing a water -tight seal conforming to ASTM F477. D. Fittings: Conform to Ductile Iron Pipe (DIP) and Fittings specified under this Section. E. Marking: Conform to AWWA C900 and C905. WATER UTILITIES © 2016 Stantec 1 193803348 33 10 00 - 3 2.03 BOLT ASSEMBLIES A. Tee -Head Bolts 1. General: Conform to ANSI/AWWA C11 1 /A21.1 1. 2. Fluorocarbon Resin Coating: FluoroKote No. 1® (by Metal Coating Corp.); NSS Industries Cor-Blue bolt coating, or approved equal. 3. No other bolts are approved for use with mechanical joint restraints. B. Stainless Steel Bolts 1. General: Conform to requirements of ASTM F593 and ASTM F594, Alloy Group 1, 2, or 3. 2. Approved for use as exterior bolts for hydrants and gate valves. 2.04 HYDRANT A. General Requirements: AWWA Standard C502. B. Specified Hydrant: WB-67-250, or approved equal. C. Approved Manufacturer: Waterous Pacer, or approved equal. D. Two 2-1/2 inch hose connections with Minneapolis threads. E. One 4-1/2 inch steamer 1. All hydrants located a distance of 5 feet or greater beyond the proposed back of curb shall be furnished with a ``TORZ nozzle. The hydrant pumper nozzle shall be of one- piece design, compatible with 5 inch STORZ coupling. The nozzle shall be an integral part of the fire hydrant and must be furnished by the manufacturer or authorized distributor designated by the manufacturer. STORZ adapters will not be accepted. F. National standard operating nut. G. 5-inch valve opening. H. 6-inch mechanical joint pipe connection. 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. Exterior Bolt Assemblies: Conform to Part 2 - Bolt Assemblies. N. Fiberglass Flag: Hydrafinder Hydrant Marker, or approved equal: 1. White fiberglass rod, with 4 red reflective bands without a bulb end. 2. 54 inches long, 3/8 inch diameter. O. 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. WATER UTILITIES © 2016 Stantec 1 193803348 33 10 00 - 4 P. Color: Painted Waterous Enamel No. V1814-R (Fire Hydrant Red) at the place of manufacture. Q. After installation and testing is complete, the "field coat" of paint shall be applied with a brush. 2.05 GATE VALVE AND BOX A. General Requirement: AWWA C515 or C509. B. Non -rising stem (NRS), opening by turning counter clockwise, 2 inches square operating nut. C. O-ring seals. D. Mechanical joint ends conforming to AWWA C11 1 /A21.11. I E. Exterior Bolt Assemblies: Conform to Part 2 - Bolt Assemblies. F. All internal and external surfaces of the valve body and bonnet shall have a fusion bonded epoxy coating complying with ANSI/AWWA C550 and C116/A21.16. G. Spray exterior nuts and bolts of valve and restraints using a bituminous coal tar as supplied by the manufacturer. H. Wrap gate valves according to Part 2 - Pipe Encasement. I. 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. J. Valve box adaptor to be included with valve box installation. 1. 1 /4 inch steel frame. 2. Powder coated or epoxy coated. 3. 3/4 inch bottom rubber gasket. 2.06 JOINT RESTRAINT A. Mechanical Joint Restraint: Not allowed on existing cast iron pipe l . Ductile iron conforming to ASTM A536. 2. Working Pressure: Minimum 250 psi. 3. EBAA Iron, Inc. Megalug, Star Pipe Stargrip, or approved equal. 4. Casting body and wedge assemblies coating a. Fusion bonded epoxy per ANSI/AWWA C116/A2. B. Tie Rods: 3/4 inch diameter rods stainless steel or fusion bonded epoxy coated. 2.07 PIPE ENCASEMENT A. Material: Polyethylene film conforming to AWWA C105/A21.5 and ASTM A674, tube form. WATER UTILITIES © 2016 Stantec 1 193803348 33 10 00 - 5 B. Color: Black. C. Film Marking Requirements: Conform to AWWA C105/A21.5 and ASTM A674, including AWWA/ASTM standard, corrosion protection warning and applicable range of nominal pipe diameter size(s) every 2 feet along its length. 2.08 INSULATION A. Polystyrene Insulation: Extruded type conforming to ASTM C578, Type VI, VII, or V. 2.09 TRACER WIRE A. Conform to the applicable requirements of NEMA WC3, WC5, and WC7. B. Shall be Underwriters Laboratories (UL) listed for use in direct burial applications (e.g. USE, UF, or tracer wire). C. Conductor: Minimum No. 10 AWG Copper Clad Steel Tracer Wire rated to 30 volts. D. Outside Identification: Volts (or V), AWG size, UL and designation (ex. "tracer wire"). E. Magnetized Tracer Boxes: Snake Pit Magnetized Tracer Box, www.copperheadwire.com, or approved equal 1. Concrete/Driveway Box. 2.10 CORPORATIU, J STOP A. Conform to the requirements of Section 33 12 12. 2.11 COPPER SERVICE PIPE A. Conform to the requirements of Section 33 12 12. PART 3 EXECUTION 3.01 PREPARATION A. Conform to the requirements of Section 33 05 05. 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 existing 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. WATER UTILITIES © 2016 Stantec 1 193803348 33 10 00 - 6 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, except for HDPE and PVC water main pipe. H. Precautions are to be taken to prevent debris or groundwater from entering the pipe being laid. I. Installing Fittings 1. General Requirements: AWWA C600. 2. Set and jointing to existing pipe and fittings as specified for cleaning, laying, and joining pipe. 3. Spray exterior ductile iron nuts, bolts, and joint restraint bolts using a bituminous coal tar as supplied by the manufacturer. 4. Wrap fittings with polyethylene film according to Part 2 - Pipe Encasement. 5. Place thrust blocks or tie rods according to City standard details. J. Wrap all ductile iron pipe and fittings. 1. Only use tape approved for use with pipe encasement. 2. Pipe encasement shall be cut and wrapped around all fittings and valves to fully cover all surfaces. 3. Pipe encasement shall be placed when pipe is clean, prior to lowering pipe into trench. 4. Tape shall be required as needed to secure the pipe encasement. 5. Additional taping or a double layer of pipe encasement shall be required to repair any holes in the pipe encasement. K. Backfilling: Conform to Section 33 05 05. 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 of the 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. Wrap the hydrant assembly with pipe encasement to the bottom of the break off flange. F. Maintain hydrants in a plumb position during the backfilling operation. WATER UTILITIES 0 2016 Stantec 1 193803348 33 10 00 - 7 G. Attach a fiberglass marker to the hydrant using an existing flange bolt located at the back of the hydrant. H. Furnish 1 additional marker for each hydrant to the Owner. I. Repair all scuffed or scratched surfaces with a field coat of paint supplied by manufacturer. 3.04 INSTALLATION OF VALVE A. Set and joint valves to new pipe in the manner 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. E. Wrap gate valves with pipe encasement. 3.05 ANCHORAGE A. Restrain all bends and fittings with mechanical joint restraints. Provide concrete thrust blocking for all bends, tees, hydrants, and plugs: 1. Requirements per Drawings. 2. Block tees, plugs, and hydrants to same requirements as 90 degree bend. 3. All thrust blocking must be poured -in -place concrete. Wood or precast concrete segmental block is not allowed for thrust blocking. 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 main or water service when pipes are separated by less than 2 feet. 3. Place insulation over water pipe where tie-ins or other conditions limit bury depth to less than specified. 3.07 TRACER WIRE A. Attach to magnetized tracer box per manufacturer's specifications 1. Seal tracer wire leads and brass wire harness per manufacturer's specifications. B. Splice shall be accomplished by joining the 2 bare ends of the wires with either a copper mechanical split bolt compression fitting or a crimp -type compression sleeve for copper connections. No other connection is allowed. WATER UTILITIES © 2016 Stantec 1 193803348 33 10 00 - 8 C. All joined splices and connections shall be fully enclosed using a 3M Brand ScotchfilTM Electrical Insulation Putty, or approved equal. The putty shall be fully sealed and bonded ' on all sides. D. Splices shall not be more frequent than 1 splice per 250 feet. E. Tracer wire shall be laid below all pipe, fittings, and hydrants. 3.08 TEMPORARY WATER SERVICE 1. Refer to Section 01 50 00. 3.09 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 PVC C900-DR 18. E. Mechanical joint restraints shall not be allowed on cast iron pipe. 3.10 PROTECTION A. Existing valves and hydrants shall be operated by the Owner, unless under emergency situations. I 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. 311 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. Hydrostatic Pressure Test 1. Minimum Test Pressure: 150 psi. 2. Test Duration: 2 hours. 3. Criteria: No drop in pressure allowed. 4. Testing Gauge: Liquid filled, 4-1/2 inches diameter, labeled in 1-psi increments, such as Ashcroft Model 1082, or approved equal. 5. Test all lines, including hydrant leads, water services, and stubs. C. Disinfection WATER UTILITIES © 2016 Stantec 1 193803348 33 10 00 - 9 1. General Requirement: AWWA C651 - Disinfecting Water Mains (Tablet Method). 2. Place hypochlorite tablets in each section of pipe and all appurtenances a. Attach tablets to top of pipe with a food grade adhesive, such as denture grip. b. The estimated number of tablets required per 20 foot length of pipe based on 3-1/4 grain available chlorine per tablet is as follows: Diameter No. of Tablets 1) 4 Inches 1 2) 6lnchcs 2 3) 8Inches 3 4) 10 Inches 4 c. Contractor shall use a Project specific number of tablets to disinfect water main for 24 hours with at least 50 ppm available chlorine, with a residual of at least 10 ppm throughout the length of the main at the end of the 24-hour period. 3. Fill main with water at a velocity of less than 1 foot per second if tablet method is used. 4. Flushing by the Contractor may begin after the chlorinated water has been allowed to disinfect the new pipe for 24 hours. Contractor shall schedule flushing with the Owner at least 24 hours in advance. 5. After final flushing and before new water main is connected to the distribution system, two consecutive sets of passing test samples, taken at least 24 hours apart, shall be collected from the new main. 6. At least 1 set of bacteria test samples is required for every 1,200 feet of water main installed, plus one set from the end of the line and at lest one set from each main lateral branch. Bacteria test to be performed by the Contractor and tested by the Contractor. D. Continuity Test (PVC) 1. Test to be completed on the tracer wire after installation of all Project utilities. 2. Fill all lines prior to the test. 3. Test all lines including hydrant leads, water services, and stubs. 4. Test: Physically locate all pipes with use of an electronic utility locating device such as a "Metrotech" a. Completing a -low voltage circuit with the use of a -suitable voltage -source -and meter to ensure continuity of the tracer wire will be allowed at the discretion of the Engineer. END OF SECTION WATER UTILITIES © 2016 Stantec 1 193803348 33 10 00 - 10 SECTION 33 12 12 WATER SERVICES PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Construction of water service pipe, corporation stops, curb stops and boxes, and all appurtenances. B. Related Sections 1. Section 33 05 05 - Trenching and Backfilling, 2. Section 33 10 00 - Water Utilities. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Water Service Line: Measurement by linear foot of each size and type of pipe measured along the axis of the pipe, from centerline of the water main to termination as shown on the Drawings with no regard to intervening fittings. Payment at the Bid Unit Price per foot shall include cost of all pipe, fittings, laying, excavation, backfilling, and testing a. Placement and compaction of the aggregate material around the corporation stop and gooseneck is incidental to the service line. b. Supplying and installing wooden markers or fence a post is incidental to the service line. c. Material, placement, compaction, and removal of excess trench material to be included in the Bid Unit Price for Water Service Line. d. All water service locations shall be marked with a "W" stamp approved by Owner at the time of curb placement. This Work is incidental to installation of the Concrete Curb and Gutter. 2. Corporation Stop: By physical count of each size and type installed. 3. Curb Stop and Box: By physical count of each size and type installed. 4. Service Saddle: No Bid Item has been provided for service saddle. Saddles are considered incidental to installation of new water services. 5. Material, placement, compaction, and removal of excess trench material to be included in the Bid Unit Price for Water Service Line. 6. Connect to Existing Water Service: Measurement shall be based on each connection made, including the removal of existing plugs. Payment at the Bid Unit Price shall include all items required to complete the Work, including sleeves and reducers. 7. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. American Society of Testing and Materials (ASTM) 1. B88 - Class K Copper Water Service Pipe. 2. A674 - Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. WATER SERVICES © 2016 Stantec 1 193803348 33 12 12 - 1 3. D3035 - Standard Specification for Polyethylene (PE) Plastics Pipe (DR -Pr) Based on Controlled Outside Diameter. 4. F1290 - Standard Practice for Electrofusion Joining Polyolefin Pipe and Fittings. B. American Water Works Association (AWWA) 1. C105 - American National Standard for Polyethylene Encasement for Ductile Iron Pipe Systems. 2. C900 - AWWA Standard for Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 Inches through 12 Inches, for Water Distribution. 3. C901 - AWWA Standard for Polyethylene (PE) Pressure Pipe and Tubing, 1 /2 Inch (13 mm) Through 3 Inches (76 mm), for Water Service. 1.04 SUBMITTALS A. Submit the Product Data for the following items consistent with Section 01 33 00: 1. Pipe and fittings. 2. Corporation stop and curb boxes. 3. Service saddles. 1.05 SEQUENCING AND SCHEDULING A. Install sanitary sewer, 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. C. In the event that connection to a properties' water service requires house access: Notify the Owner a minimum of 72 hours prior to performing Work. Engineer will coordinate with the Contractor and residents the timing of house access to install the new service. The Contractor shall not install any water service without the Engineer having written authorization from the resident allowing entry to the home to perform Work. PART 2 PRODUCTS 2.01 SERVICE PIPE A. Copper Water Tube: 3/4 inch through 2 inches for buried service shall be seamless, Type K water tube conforming to ASTM B88. Service tubing larger than 1 inch shall be rigid Type K and joined using soldered joints 1. Fittings shall be designed for working pressures up to 150 psi. Fittings used in service lines shall be designed for connection to the service line by threads, brazing, compression, and/or flaring. 2.02 CORPORATION STOP A. Approved Manufacturers: Mueller No. B-25000, Ford No. FB-600-4, FB-600-6, or A.Y. McDonald No. 4701-B. B. Threaded on outlet for flared connection with copper service pipe. C. Threaded on inlet end with standard tapered corporation cock thread. D. Saddles are required on all PVC water main. WATER SERVICES © 2016 Stantec 1 193803348 3312 12 - 2 2.03 CURB STOP A. Approved Manufacturers 1. Curb Stops - 1 Inch: Mueller No. B-25154, Ford No. B22-444M, or A.Y. McDonald No. 6104. 2. Curb Stops - 1-1/2 Inches: Mueller No. B-25154, Ford No. B22-666M, or A.Y. McDonald No. 6104. B. Same size and 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: Mueller, Minneapolis Pattern H-10300, Ford Model EM2-75-56R or EM2-75-57R, or A.Y. McDonald Model 5614 or 5615. B. Adjustable in height from 78 inches to 90 inches. C. Stationary rods are not required. D. 1-1/4 inch upper section. E. Mueller, Minneapolis pattern base. 2.05 SERVICE SADDLES A. Stainless steel. B. Approved Manufacturers: Smith -Blair 372, Ford FS 303, or Cascade CS22. 2.06 TRANSITION FITTINGS A. Polycam®, or equal steel transition fittings or Polycam0 Flared Nut Series 912 shall conform to AWWA C901 for connections to PE Service Pipe. 2.07 TRACER WIRE A. Conform to the requirements of Section 33 10 00. PART 3 EXECUTION 3.01 INSTALLATION A. Governing Code: Minnesota Plumbing Code and any local ordinances that may apply. B. Preparation: Conform to Section 33 05 05. C. New services shall be connected at the locations shown on the Drawings or if not shown as directed by the Engineer. WATER SERVICES © 2016 Stantec 1 193803348 3312 12 - 3 D. Water Service Line 1. Parallel and upstream of the sewer service line in the same trench where feasible. 2. Installation of new water service pipe by boring, pushing, pulling, jacking, or other trenchless construction method must be approved by the Engineer prior to implementation. 3. Terminate water service as shown on Drawings or as directed by the Engineer. Typicall tormination will occur at the street right-of-way. E. Corporation Stop 1. Tap into main only when water main is under pressure. 2. Use 2 layers of pipe tread sealant tape on corporations as a thread lubricant and sealant, or product approved by Owner. 3. Support corporation with 1 /2 cubic yard 3/4-inch stabilization rock. Curb Box 1. Support on full size pre -cast segmental manhole block. 2. Place in a plumb, vertical position. 3. Install to elevation matching finished grade. 4. Grade stakes will be furnished to establish elevations. G. Reconnect Existing Service 1. After testing, reconnect existing service to new service at the curb stop, utilizing straight coupling or appropriate reducing coupling with flared connection. 2. Remove existing curb stop and box and excess existing service pipe. 3. If service is 4-inches or lager, conform to Section 33 10 00 for pipe and valve installation. 4. Upon completing the service connection and prior to opening the curb stop, the temporary water service shall be disconnected from the spigot, and the spigot opened. 5. After opening the curb stop, the spigot shall be flushed in an appropriate location until air and/or chlorine is eliminated from the line. 6. If spigot is not available, coordinate flushing with Owner and Engineer. 7. Verify operation of curb stop and stationary rods prior to backfilling. H. All trenches shall be backfilled and compacted in accordance to Section 33 05 05. 3.02 FIELD QUALITY CONTROL A. Do not backfill trench until the service has been inspected and approved by the Engineer. B. Pressure Testing: All water services will be pressure tested in conjunction with the water main, conforming to Section 33 10 00. 3.03 PROTECTION A. Mark Each Curb Box 1. Raise curb box to existing grade and mark with lath or stake so Engineer may tie out location. 2. Protect curb box throughout construction. END OF SECTION WATER SERVICES © 2016 Stantec 1 193803348 33 12 12 - 4 SECTION 33 31 00 SANITARY UTILITY SEWER PIPING PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Sanitary sewer gravity pipe, fittings, and miscellaneous appurtenances. B. Related Sections 1. Section 02 41 13 - Selective Site Demolition. 2. Section 33 05 05 - Trenching and Backfilling. 3. Section 33 08 30 - Commissioning of Sanitary Sewer Utilities. 4. Section 33 31 14 - Sanitary Sewer Services. 5. Section 33 39 00 - Sanitary Utility Sewer Structures. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Bid Items have been provided for Sanitary Sewer Pipe. Measurement will be based upon units of lineal feet for each size, and type, regardless of depth 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. a. PVC pipe bedding will be paid in accordance with Section 33 05 05. b. Improved pipe foundation material, if necessary, shall be per Section 33 05 05. 2. A Bid Item has been provided for Connect to Existing Sanitary Sewer Structure. 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. 3. A Bid Item has been provided for Connect to Existing Sanitary Sewer Pipe. 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. 4. A Bid Item has been provided for Remove and Replace Sanitary Sewer Pipe (Special). Measurement will be based on units of lineal feet of the size shown on the Drawings, regardless of depth. Payment will include removal of the existing pipe, furnishing and installation of the pipe, connection of pipe to existing pipe or manhole, excavation, removal of pavement and curb, saw cutting, aggregate base course to match existing section, bituminous patching matching the type and thickness of the existing sections, and all other incidentals to remove and install new sanitary sewer pipe. 5. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. American Society of Testing and Materials (ASTM) 1. C578 - Specification for Rigid, Cellular Polystyrene Thermal Insulation. SANITARY UTILITY SEWER PIPING 02016 Stantec 1 193803348 3331 00-1 2. D1784 - Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (PVC) Compounds. 3. D3034 - Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings. 4. D3212 - Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. 5. D3262 - Specification for Fiberglass (Glass -Fiber -Reinforced Thermosetting -Resin) Sewer Pipe. 6. D4161 - Specification for Fiberglass (Glass -Fiber -Reinforced Thermosetting -Resin) Pipe Joints Using Flexible Elastomeric Seals. 7. F477 - Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. 8. F679 - Specification for Poly (Vinyl Chloride) (PVC) Large -Diameter Plastic Gravity Sewer Pipe and Fittings. 9. F794 - Specification for Poly (Vinyl Chloride) (PVC) Profile Gravity Sewer Pipe and Fittings Based On Controlled Inside Diameter. 10. F894 - Specification for Polyethylene (PE) Large Diameter Profile Wall Sewer and Drain Pipe. B. American Water Works Association (AWWA) 1. AWWA C105 - American National Standard for Polyethylene Encasement for Ductile - Iron Pipe Systems. 2. AWWA C1 1 1 - American National Standard for Rubber Gasket Joints for Ductile Iron Pressure Pipe and Fittings. 3. AWWA C1 16 - American National Standard for Protective Fusion -Bonded Epoxy Coatings for the Interior and Exterior Surfaces of Ductile -Iron and Gray -Iron Fittings for Water Supply Service. 4. AWWA C151 - American National Standard for Ductile -Iron Pipe, Centrifugally Cast, for Water. 5. AWWA C153 - American National Standard for Ductile -Iron Compact Fittings for Water Service. 6. AWWA C900 - Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 Inches Through 12 Inches, For Water Distribution, 7. AWWA C905 - Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 Inches Through 48 Inches, For Water Transmission and Distribution. 1.04 SITE CONDITIONS A. Sanitary sewer lines are shown on the Drawings in a general way. Contractor should anticipale minor variations in both horizontal and vertical directions in locating existing system. 1.05 SUBMITTALS A. Submit Product Data for the following items consistent with Section 01 33 00: 1. Pipe and fittings. 2. Transition couplings. 3. Tracer wire. 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. SANITARY UTILITY SEWER PIPING © 2016 Stantec 1 193803348 3331 00 - 2 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. PART 2 PRODUCTS 2.01 SOLID WALL PVC PIPE A. PSM Poly (Vinyl Chloride) (PVC) Plastic Pipe and Fittings (4 Inches Through 15 Inches Diameter) 1. General: Pipe and fittings shall be made of compounds conforming to ASTM D1784 in accordance with the material requirements of ASTM D3034. 2. Design: Integral bell gasketed joint and a minimum wall thickness conforming to SDR 26 or 35 as shown on the Drawings: 3. Joints: Elastomeric gasket joints providing a water -tight seal conforming to ASTM D3212 or ASTM F477. 4. Marking: Conform to ASTM D3034. 2.02 INSULATION A. Polystyrene Insulation: Extruded type conforming to ASTM C578, Type VI, VII, or V. 2.03 TRANSITION COUPLING 1 A. Coupling consisting of an elastomeric sleeve with incorporating stainless steel tension bands, tightening mechanism, and less than 0.01 inch thick shear ring conforming to ASTM C 1173, Type A. B. Separate bushings are not allowed without approval from the Engineer. PART 3 EXECUTION 3.01 PREPARATION A. Excavation and Preparation of Trench: Conform to Section 33 05 05. 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. C. Erosion control and dewatering in conformance with Section 01 57 13. 3.02 PIPE INSTALLATION A. Trench Excavation and Backfill: Conform to Section 33 05 05. B. Install pipe to the alignment, grade, and location as shown on the Drawings and/or staked in the field. No deviation from the Drawings and/or staked alignment, grade, or location is allowed. Tolerances measured along pipe centerlines or invert as follows: 1. Horizontal: Within 0.50 feet of alignment shown. 2. Vertical: Zero plus and 0.08 feet minus elevation shown with no intermediate high points, level sections, or reverse invert slope. 9) 2016 Stantec 1 193803348 SANITARY UTILITY SEWER PIPING 3331 00-3 3. Joint Deflection: No more than 75 percent of the maximum allowable, as recommended by manufacturers of pipe and joint material. C. Maintain reference line and grade with laser equipment or other equipment approved by the Engineer. Periodically check equipment for adjustment and accuracy. Correct deficiencies in equipment, reference line, and reference grade. Take precautions to prevent deflections in reference line and grade. D. Non -Conforming Pipe Installation: Remove and reinstall. E. Inspect pipe for defects and cracks while suspended immediately prior to installation. F. Install pipe from lower to higher invert elevation with uniform and smooth invert line. G. Install pipe length spigot ends pointing in the direction of flow. H. No pipe is to be laid in water or when trench conditions are unsuitable for such Work. I, Jointing 1. In conformance with recommendations of manufacturers of pipe and joint material. 2. All joints must be watertight. 3. Hand fill and compact all bell depressions with granular bedding materials to prevent joints from sagging or movement. J. Cleaning and Protection 1. Remove all dirt and debris from the interior of each pipe length as the Work progresses. 2. Protect the exposed end of the pipe with temporary covers or plugs. 3. Protect in place pipe from damage and dislocation. K. Flexible Pipe Installation: Conform to ASTM D2321. L. Sanitary Sewer Service Connections 1. Risers: Conform to Section 33 31 14. M. Installation of Insulation 1. Insulation over pipe in locations as shown on the Drawings. 2. 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 CONNECT TO EXISTING SYSTEM A. Connect to Existing Manhole 1. Connect to existing structure at location shown on the Drawings. 2. If rubber boot exists at manhole opening, connect new pipe to the boot and secure. 3. If manhole opening does not contain rubber boot or the existing boot is damaged, core drill opening in the structure, and install a rubber boot in manhole opening prior to connection of pipe. 4. Make repairs to the structure required due to the Work performed, including installation of doghouse. 5. If necessary, the invert shall be reconstructed to accommodate new flow location. Reconstruction of invert will also be necessary if pipe sizes increase. SANITARY UTILITY SEWER PIPING © 2016 Stantec 1 193803348 3331 00 - 4 B. Connect to Existing Sanitary Sewer Pipe 1. Expose existing sanitary sewer main at location as staked by Engineer. 2. Saw cut existing main to provide a straight joint at connection. 3. Engineer must inspect the sewer pipe condition prior to connection. 4. Connect new pipe to existing pipe with a transition coupling approved by the Engineer: a. Place 1-inch to 2-inch clear rock around the connection to prevent joint offsetting a minimum of 12 inches on all sides of the pipe. b. Concrete collars will not be allowed. 3.04 MANHOLE INSTALLATION A. Conform to the requirements of Section 33 39 00, 3.05 FIELD QUALITY CONTROL A. Testing in conformance with requirements of Section 33 08 30. B. Re -test after corrective measures are completed. C. Cleanup 1. Cleaning 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. Jetting may be required. 3. Complete prior to final inspection for acceptance. END OF SECTION SANITARY UTILITY SEWER PIPING © 2016 Stantec 1 193803348 3331 00 - 5 This Page Left Blank Intentionally SECTION 33 31 14 SANITARY SEWER SERVICES PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Sanitary sewer service pipe replacement and all appurtenances. B. Related Sections 1. Section 33 05 05 - Trenching and Backfilling. 2. Section 33 08 30 - Commissioning of Sanitary Sewer Utilities. 3. Section 33 31 00 - Sanitary Utility Sewer Piping. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Bid Items have been provided for 4 inch PVC Schedule 40 Sanitary Sewer Service Pipe. Measurement will be by linear foot for each size and type of pipe installed as measured along the axis of the 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 i inch compaction. a. All sewer service locations shall be mul Ked with an "S" stamp approved by Owner at the time of curb placement. This Work is incidental to installation of the Concrete Curb and Gutter. 2. A Bid Item has been provided for Connect to Existing Sanitary Sewer Service. Measurement will be based on each connection made, regardless of size. Replacement of a section of service pipe is considered one connection, not two connections. Payment at the Bid Unit Price shall include all items required to complete the Work. 3. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. American Society of Testing Materials (ASTM) l . C1 173 - Specifications for Flexible Transition Couplings for Underground Piping Systems. 2. D1784 - Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (PVC) Compounds. 3. D1785 - Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120. 4. D2564 - Specification for Solvent Cements for Poly (Vinyl Chloride) (PVC) Plastic Piping Systems. 5. D2665 - Specification for Poly (Vinyl Chloride) (PVC) Plastic Drain, Waste, and Vent (DWV) Pipe and Fittings. 6. D2672 - Specification for Joints for IPS PVC Pipe Using Solvent Cement. 7. D2855 - Standard Practice for Making Solvent -Cemented Joints with Poly (Vinyl Chloride) (PVC) Pipe and Fittings. 8. D3034 - Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings. SANITARY SEWER SERVICES © 2016 Stantec 1 193803348 3331 14- 1 9. D3212 - Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. 10. F477 - Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. 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 the following items consistent with Section 01 33 00: 1. Product data for the following items: a. Pipe and fittings. b. Transition couplings. c. Tracer wire. B. Service Risers: Location of riser, including distance along sewer main from downstream manhole and offset distance from sewer main centerline. C. Services: Location of wye from downstream manhole, length of service lines, and depth. 1.06 SITE CONDITIONS A. All Work must 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. 1.07 SEQUENCING AND SCHEDULING A. Install sanitary sewer, water main, and all pipe deeper than the services prior to the installation of the services. PART 2 PRODUCTS 2.01 MANUFACTURED UNITS A. Poly (Vinyl Chloride) (PVC) Schedule 40 Plastic Pipe and Fittings. 1. General: Pipe and fittings shall be made of compounds conforming to ASTM D1784 in accordance with the material requirements of D1785 and ASTM D2665. PVC DWV fittings shall conform to ASTM D2665. Belled end pipe shall have tapered sockets conforming to ASTM D2672. 2. Design: Integral belled pipe with a minimum wall thickness conforming to Schedule 40 as shown on the Drawings. 3. Solvent Cement Joints: The solvent cement used to join pipe and fittings shall meet the requirements of ASTM D2564. SANITARY SEWER SERVICES © 2016 Stantec 1 193803348 3331 14 - 2 2.02 BEDDING MATERIAL A. See Section 33 05 05. 2.03 SEWER LATERIAL CLEAN OUT i A. Conform to the detail on the Drawings, 2.04 TRANSITION COUPLING A. Coupling consisting of an elastomeric sleeve with incorporating stainless steel tension bands, tightening mechanism, and less than 0.01 inch thick shear ring conforming to ASTM C 1173, Type A. B. Separate bushings are not allowed without approval from the Engineer. PART 3 EXECUTION 3.01 INSTALLATION A. Governing Code: Minnesota Plumbing Code and any local ordinances which may apply. B. Risers: Support attachment to sewer main wye as shown on Drawings. C. Minimum 1 /4 inch per foo. ,2 percent) grade, unless otherwise directed by the Engineer. D. Installation: Similar to main line sanitary sewer pipe installation, conforming to the requirements of Section 33 31 00. E. The installation of solvent cemented joints shall be in accordance with ASTM D2855. F. Terminate 5 feet past property line or as shown on Drawings. G. All proposed service line locations are shown on the Drawings. H. Reconnect Existing Service 1. Saw cut existing sewer service at connection point and remove existing pipe. 2. Engineer must inspect the service pipe condition prior to connection. 3. During service reconnections, the Contractor should anticipate variations in size of existing pipe. If a pipe size is encountered that a line item is not present for, the Contractor shall be compensated only for additional material costs associated with the pipe size increase. Likewise, if the pipe size is smaller than anticipated, the Owner shall receive a credit for the material costs associated with the down size in pipe. 4. Connect new pipe to existing pipe with a transition coupling approved by the Engineer. a. Place 1 inch to 2 inches of clear rock around the connect to prevent joint offsetting a minimum of 12 inches on all sides of the pipe. b. Concrete collars will not be allowed. I. 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." SANITARY SEWER SERVICES © 2016 Stantec 1 193803348 3331 14 - 3 J. Plug ends with plug and necessary blocking. 3.02 FIELD QUALITY CONTROL A. Do not backfill trench until the service has been inspected and approved by the Engineer. B. Low pressure air and infiltration testing shall conform to Section 33 08 30 and be performed prior to existing service reconnection (where applicable). C. Tracer Wire Testing: Demonstrate the electrical continuity of the tracer wire. 3.03 PROTECTION A. Mark end of new service with a wooden 2 inches by 2 inches by "variable" marker 1. Extend 6 inches below and adjacent to the plug. Extend 2 feet above the ground line. 2. Continuous without any breaks. 3. Vertical or plumb. END OF SECTION SANITARY SEWER SERVICES 0 2016 Stantec 1 193803348 3331 14 - 4 SECTION 33 39 00 SANITARY UTILITY SEWER STRUCTURES PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Sanitary sewer manholes and miscellaneous appurtenances. B. Related Sections 1. Section 02 41 13 - Selective Site Demolition. 2. Section 33 05 05 - Trenching and Backfilling. 3. Section 33 05 17 - Adjust Miscellaneous Structures. 4. Section 33 08 30 - Commissioning of Sanitary Sewer Utilities. 5. Section 33 31 00 - Sanitary Utility Sewer Piping. 6. Section 33 31 14 - Sanitary Sewer Services. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Refer to Section 33 31 00 for gravity sewer pipe pay items. 2. Bid 'ems have been provided for 4' Diameter Sanitary Sewer MH Barrel Section With Step,. Measurement will be by lineal foot of barrel section installed as shown on the Drawings. Payment will include the removal and appropriate disposal of the existing sanitary sewer barrel section or rings, furnish and install of a new barrel section, manhole frame and casting, and adjusting rings in place as specified on the Drawings. 3. A Bid Item has been provided for Repair Doghouse/Invert. Measurement will be based upon each structure in which the invert(s) and/or doghouse(s) are repaired or constructed. Measurement shall be on the basis of each structure in which an invert or doghouse repair is required and shall include all excavation, labor, materials, and equipment necessary to complete the work, including removal of existing invert, debris or roots; preparation of existing surface prior to installation of invert; and all clean-up. 4. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 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. C139 - Specification for Concrete Masonry Units for Construction of Catch Basins and Manholes. 3. C150 - Specification for Portland Cement. 4. C443 - Specification for Joints for concrete Pipe and Manholes, Using Rubber Gaskets. 5. C478 - Specification for Precast Reinforced Concrete Manhole Sections. 6. C 923 - Specification for Resilient connectors Between Reinforced Concrete Manhole Structures, Pipes and Laterals. SANITARY UTILITY SEWER STRUCTURES 02016 Stantec 1 193803348 33 39 00 - 1 1.04 SITE CONDITIONS A. Manhole locations 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 Product Data for the following items consistent with Section 01 33 00: 1. Gaskets. 2. Joint sealants. 3. Manufacturers recommended installation procedures for jointing. 4. Plastic liner materials. B. Submit shop drawings for the following items consistent with Section 01 33 00: 1. Manholes, including reinforcing, joints, pipe connections, and castings. 2. Shop drawings shall indicate complete information for fabrication and installation of units. Include the following: a. Plans and elevations locating and defining all material furnished by manufacturers. b. Sections and details showing connections, cast -in items, field installed lifting devices, capacities, all openings, and their relation to the structure. C. Submit Manufacturer's Certificate of Compliance for the following items consistent with Section 01 33 00: 1. Castings. 2. Precast maintenance hole sections and steps. 1.06 QUALITY ASSURANCE A. The quality of all materials, the process of manufacture, and the finished sections shall be subject to inspection and approval b_y_the_Engineer or other representative of the Owner. Such inspection may be made at the place of manufacture or on the Work after delivery, or at both places and the materials shall be subject to rejection at any time on account of failure to meet any of the requirements specified herein. Material rejected after delivery to the Site shall be marked for identification and shall be removed from the Site at once. All materials which have been damaged after delivery will be rejected and if already installed shall be removed and replaced entirely at the Contractor's expense. B. At the time of inspection, the materials will be carefully examined for compliance with the appropriate ASTM Standard and this Section and with the approved manufacturer's drawings. All precast manhole sections shall be inspected for general appearance, dimension, "scratch -strength," blisters, cracks, roughness, soundness, etc. The surface shall be dense and close -textured. C. Imperfections in precast manhole sections may be repaired, subject to the approval of the Engineer, after demonstration by the manufacturer that strong and permanent repairs result. Repairs shall be carefully inspected before final approval. Cement mortar used for repairs shall have a minimum compressive strength of 4,000 psi at 7 days and 5,000 psi at 28 days when tested in 3 inch by 6 inch cylinders stored in the standard manner. Epoxy mortar may be utilized for repairs subject to the approval of the Engineer. SANITARY UTILITY SEWER STRUCTURES © 2016 Stantec 1 193803348 33 39 00 - 2 D. Manhole Design l . It is the Contractor's responsibility to have the manhole sections and top and bottom slabs designed and the detailed drawings prepared by a Professional Engineer, experienced in precast concrete manhole design, who is registered in the Project's State. 2. The design of the manhole shall conform to a minimum factor of safety equal to 1.5 for buoyancy and flotation. The hydrostatic loading (water table elevations) shall be determined from the soil borings, unless noted otherwise on the Drawings. 3. The design of the manhole base slab, perimeter walls, and top slab shall be designed for shear strength, flexural strength, and other applicable strengths due to hydrostatic loading. The hydrostatic loading (water table elevations) shall be determined from the soil borings, unless noted otherwise on the Drawings. PART 2 PRODUCTS Wi�616 ►AU20P►IMk�i�� A. Manhole Sections 1. Precast concrete sections conforming to ASTM C478 and this Section. No lift holes permitted. a. All sections shall be cured by an approved method and shall not be shipped nor subjected to loading until the concrete compressive strength has attained 3,000 psi and not before 5 days after fabrication and/or repair, whichever is longer. b. The date of manufacture and the name and trademark of the manufacture shall be clearly marked on the inside of each precast section. 2. Joints: Rubber gasketed joint forming a water tight seal conforming to ASTM C443. 3. Water Tight Pipe Connections a. Conform to ASTM C923 for connections between maintenance hole structures and pipes 1) Positive Mechanical Seal a) Required for 24 inches diameter and smaller pipe. b) Kor-N-Seal , PSX, or equal. 2) Integrally Cast Gasket a) Greater than 24 inches diameter pipe. b) A-Lok X-Cel, or equal. b. As shown on the Drawings. B. Steps: Reinforced polypropylene plastic steps with No. 2 deformed grade steel rod. C. Castings: See Section 33 05 17. 2.02 ACCESSORIES A. Joint Sealers 1. Sealer between upper precast section and casting frame and between all precast sections a. Thickness: 1 inch wide by 3/8 inch thick (minimum). b. High quality, non -hardening, butyl rubber, 98-percent solids that will not harden, shrink or oxidize. c. Ram-nek, or approved equal. SANITARY UTILITY SEWER STRUCTURES © 2016 Stantec 1 193803348 33 39 00 - 3 Mortar 1. Grout a. Cement and fine aggregate as specified for concrete. b. Mix Proportion: 1-part Portland cement, 2-parts sand, by weight. c. Water/Cement Ratio: 0.50 +/- 0.05, d. Non - Setting by prolonged mixing. e. Mix 10 minutes in a power mixer. f. Slump: 6 inches +/ 1 inch. 2. Non -Shrink Grout - Minimum compressive strength of 3,000 psi. C. Adjusting Rings: Conform to Section 33 05 17. PART 3 EXECUTION 3.01 TRANSPORTATION A. Transport precast units by rail or truck in a manner to avoid excessive stress or strain on units. B. Support units during hauling and stockpiling with sufficient hardwood shores to prevent cracking and spalling. Secure units in place to prevent shifting or undesired movements. Location of temporary supports shall be as directed by precast manufacturer. 3.02 MANHOLE INSTALLATION A. Set pre -cast concrete sections plumb with a 1 /4 inch maximum out of plumb tolerance allowed. Seal all joints of pre -cast sections with a combination a rubber o-ring set in a recess and a Ram-nek preformed joint sealer (or approved equal) in sufficient quantity to fill 75 percent of the joint depth. B. Repair the inside of any leaking joint by chemical injection or other approved material to the satisfaction of the Engineer. C. Casting Adjustment 1. Conform to Section 33 05 17. 2. Seal joint at the casting frame seat with 2 rows of joint sealer. D. Steps 1. Set the centerline of each step within each maintenance hole to be within 2 inches of the vertical centerline for the group of steps. 2. Offset step centerline from pipe and drop openings. 3. Install top step at a maximum of 20 inches below top of casting. E. Prevent entrance of dirt and debris from all new and existing manholes. 3.03 DOGHOUSE/INVERT REPAIR A. Repair doghouse or invert as instructed by the Engineer. B. Remove roots or other debris from invert area prior to repair. C. Invert should be constructed to accommodate flow locations and pipe sizes. SANITARY UTILITY SEWER STRUCTURES © 2016 Stantec 1 193803348 33 39 00 - 4 D. Remove all debris from manhole once work is complete. 3.04 CLEANING A. All new manhole sections shall be thoroughly cleaned of all silt, debris, and foreign matter of any kind prior to final inspection. END OF SECTION SANITARY UTILITY SEWER STRUCTURES © 2016 Stantec 1 193803348 33 39 00 - 5 Manhole/Catch Basin Field Elevation Report 5 Stantec Project:, Date: Owner: Contractor: Stantec's Resident Project Representative : Contractor's Representative: Stantec Project No: Owner Project No: Contractor is re uired to com fete this form before payment of structure is agproved. Structure Location As - Structure Type Design Invert (from Constructed Difference Comments / Quality Street Name Structure Structure Direction of or Easement ( circle one Plan Invert ( + / - Assurance No. Station invert/flow Location Elevation MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron * As -Constructed Invert Elevation provided by Contractor from measurements taken in the field to nearest 0.01 foot. SECTION 33 40 00 STORM DRAINAGE UTILITIES PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Storm sewer pipe, manholes, catch basins, fittings, and miscellaneous appurtenances- B. Related Sections 1. Section 31 23 00 - Excavation and Fill. 2. Section 32 11 23 - Aggregate Base Courses. 3. Section 32 16 13 - Concrete Curbs and Gutters. 4. Section 33 05 05 - Trenching and Backfilling. 5. Section 33 05 17 - Adjust Miscellaneous Structures. 6. Section 33 46 00 - Subdrainage. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Bid Items have been provided for Storm Sewer Pipe. Measurement will be based on units of lineal feet for each size, type, and class, regardless of depth 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: a. Pipe bedding will be paid in accordance with Section 33 05 05. b. Improved pipe foundation material, if necessary, shall be per Section 33 05 05. 2. Bid Items have been provided for Storm Sewer Catch Basin, Manhole (MH), or Catch Basin Manhole (CBMH). Measurement will be based on units of each, according to type and size, regardless of depth, for furnishing and installing structures complete, including casting frame and cover, and adjusting rings in place as specified. 3. Bid Items have been provided for Storm Sewer MH or CBMH with 5' Sump, Energy Dissipator and Skimmer. Measurement will be based on units of each, according to type and size, regardless of depth, for furnishing and installing structures complete, including casting frame and cover, adjusting rings in place as specified, sump, energy dissipator and skimmer. 4. A Bid Item has been provided for 2 feet x3 feet Filtration Catch Basin with Skimmer. Bid Item is for the structure immediately upstream of the filtration trench areas as shown in the Drawings. Measurement will be per each unit installed in accordance with the Drawings, regardless of depth, for furnishing and installing the structure complete, including casting frame and cover, adjusting rings, and skimmer. 5. A Bid Item has been provided for Connect to Existing Storm Sewer Pipe. Measurement shall be per each connection made, regardless of type of existing bulkhead or plug, or type of connection made. Payment will include all costs related to making the connection, including removal and disposal of the existing bulkhead or plug, and construction of concrete collar if necessary. 6. A Bid Item has been provided for Connect to Existing Storm Sewer Structure. 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 STORM DRAINAGE UTILITIES 0 2016 Stantec 1 193803348 33 40 00 - 1 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. 7. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. American Society of Testing and Materials (ASTM) 1. A48 - Specification for Gray Iron Castings. 2. Al 53 - Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. 3. A615 - Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. 4. A760 - Specification for Corrugated Steel Pipe, Metallic - Coated for Sewers and Drains. 5. C76 - Specification for Reinforced Concrete Culvert, Drain, and Sewer Pipe. 6. C139 - Specification for Concrete Masonry Units for Construction of Catch Basins and Manholes. 7. C150 - Specification for Portland Cement. 8. C206 - Specification for Finishing Hydrated Lime. 9. C361 - Specification for Reinforced Concrete Low Head Pressure Pipe. 10. C443 - Specification for Joints for Circular Concrete Sewer and Pipe, Using Rubber Gaskets. 11. C478 - Specification for Precast Reinforced Concrete Manhole Sections. 12. D1248 - Specification for Polyethylene P' 7stic Molding and Extrusion Materials for Wire and Cable. 13. D1784 - Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds. 14. D2837 - Specification for Standard Test Method for Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials. 15. D3212 - Specification for Joints for Drain and Sewer Plastic Pipe Using Flexible Elastomeric-Seals.- 16. F477 - Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. 17. F794 - Specification for Poly (Vinyl Chloride) (PVC) Profile Gravity Sewer Pipe and Fittings Based on Controlled Inside Diameter. 18. F894 - Specification for Polyethylene (PE) Large Diameter Profile Wall Sewer and Drain Pipe. B. Minnesota Department of Transportation "Standard Specifications for Construction," 2016 Edition (MnDOT Spec.) 1. 2461 - Structural Concrete. C. American Association of State Highway and Transportation Officials "Standard Specifications for Highway Bridges," 2002 Edition (AASHTO). 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 Section 32 11 23 and Section 32 16 13. STORM DRAINAGE UTILITIES © 2016 Stantec 1 193803348 33 40 00 - 2 1.05 SUBMITTALS A. Submit Shop Drawings for storm sewer structures consistent with Section 01 33 00. B. Shop drawings shall indicate complete information for fabrication and installation of units. Include the following: 1. Plans and elevations locating and defining all material furnished by manufacturers. 2. Sections and details showing connections, cast -in items, field -installed lifting devices, capacities, all openings, and their relation to the structure. C. Submit Manufacturer's Certificate of Compliance for the following items: 1. Gray iron castings. 2. Precast manhole sections. D. Manhole/Catch Basin Elevation Report 1. The Contractor shall complete the report attached to the end of this Section for each structure as it is constructed. The completed report shall be submitted each week to the Engineer or the Engineer's designated representative at some mutually agreeable time. 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 AND COVERS A. General Requirement: ASTM A48. B. Material: Class 35 cast iron. Best grade. Free from injurious defects and flaws. C. Type and Style: As shown on Drawing. Covers without grate openings shall be stamped "STORM SEWER." D. All Manhole covers shall have City of New Hope logo. E. Covers with 2 concealed pick holes of approved design. F. Weight: Minimum of 380 lbs. 2.03 STORM MANHOLES AND CATCH BASINS A. General Requirements: ASTM C478 and details on the Drawings. STORM DRAINAGE UTILITIES © 2016 Stantec 1 193803348 33 40 00 - 3 B. Structures and bases shall be of precast concrete. C. Segmental Manhole Blocks: Blocks conform to ASTM C139. Segmental block may be used for the lower portion of structures over large pipe only when approved by the Engineer. D. Manhole Joints: Rubber O-ring gasket type meeting ASTM C443. E. Manhole Steps: Reinforced polypropylene plastic steps with No. 2 deformed grade steel rod. 2.04 ENERGY DISSIPATOR AND SKIMMER FOR SUMP STRUCTURES A. Size per manufacturer's recommendations for specified pipe size. B. "The Preserver" by Momentum Environmental, or equal. 2.05 SKIMMER FOR 2'X3' FILTRATION CATCH BASIN: A. Neenah R-3701, or approved equal. 2.06 MANHOLE DESIGN: A. It is the Contractor's responsibility to have the manhole sections and top and bottom slabs designed and the detailed drawings prepared by a Professional Engineer, experienced in precast concrete manhole design, who is registered in the Project's State. B. The design of the manhole shall conform to a minimum factor of safety equal to 1.5 for buoyancy and flotation. The hydrostatic loading (water table elevations) shall be determined from the soil borings, unless noted otherwise on the Drawings. C. The design of the manhole base slab, perimeter walls, and top slab shall be designed for shear strength, flexural strength, and other applicable strengths _due _to -hydrostatic loading. The hydrostatic loading (water table elevations) shall be determined from the soil borings, unless noted otherwise on the Drawings. D. The design computations and the plans shall be certified by the Engineer and submitted to the Owner and the Engineer -of -Record for their permanent record. The design shall be per the most current ACI 318, AASHTO, and the MnDOT Standard Specifications for Construction, except as noted. E. All shop drawings shall clearly identify the name of the responsible engineering firm and the name of the person certifying the plan. Each drawing shall be certified. F. Provide report certifying that the quality assurance requirements were completed as required. 2.07 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. 0- 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. STORM DRAINAGE UTILITIES © 2016 Stantec 1193803348 33 40 00 - 4 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. PART 3 EXECUTION 3.01 PREPARATION A. Trench Excavation and Backfill shall conform to Section 33 05 05. 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. Connect to End of Existing Pipe 1. Connect to existing pipe at locations shown on the Drawings. 2. Locate and expose end of existing pipe. 3. Remove existing bulkhead or plug and dispose of off Site. a. Take care not to damage existing pipe. b. Any segment of pipe damaged by Contractor shall be replaced with new materials at no expense to the Project. 4. Utilize standard bell and spigot joint with rubber O-ring gasket if possible. 5. 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. STORM DRAINAGE UTILITIES © 2016 Stantec 1 193803348 33 40 00 - 5 Remove any superfluous material from inside the pipe after pipe installation by means of an approved follower or scraper. 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. Any pipe which has been disturbed after being laid must be taken up, the joint cleaned and properly re-laid as directed by the Engineer. 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. D. Skimmer and Energy Dissipator 1. Install per Manufacturer's recommendations. 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. Poured in place bases must be acceptably cured before manhole sections are placed on the hardened slab. Poured in place bases must be approved by Owner. 4. Preformed inverts are not allowed. 5. 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. 6. A" concrete pipes entering manholes must be cut with a concrete saw. 7. Steps a. Locate on the downstream side, except for pipe 24 inches in diameter or greater. Install in the most appropriate place, to provide suitable access. b. Secure and neatly mortar in place 15 inches on center spacing. 8. Position vertical wall of the eccentric cone on the downstream side. 9. 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, 10. Lift holes neatly mortared up. 11. Install Adjustment Rings and Adjust Casting: Conforming to Section 33 05 17. Bulkhead Pipe 1. Bulkhead pipe at locations shown on Drawings 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. STORM DRAINAGE UTILITIES © 2016 Stantec 1 193803348 33 40 00 - 6 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. 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 pipes. d. Verify that joints are all home. e. Verify structures conform to specified requirements. 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 4 inches by 4 inches timbers to above grade to aid in marking the future connection. E. Establish erosion control measures as per Section 01 57 13. END OF SECTION STORM DRAINAGE UTILITIES © 2016 Stantec 1193803348 33 40 00 - 7 Manhole/Catch Basin Field Elevation Report 5 Stantec Project: Date: Owner: Contractor: Stantec Resident Project Representative : Contractor's Representative: Stantec Project No: Owner Project No: Contractor is required to -complete this form before oaYment of structure is approved. Structure Location As - Structure Design Constructed Difference Street Name Type Invert Invert ( + / -) Comments / Quality Structure Structure Direction of or Easement (circle (from Elevation * Assurance No. Station invert/flow Location one) Plan MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron * - As -Constructed Invert Elevation provided by Contractor from measurements taken in the field to nearest 0.01 feet. SECTION 33 46 00 SUBDRAINAGE PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Storm sewer service and drain tile. B. Related Sections 1. Section 33 05 05 - Trenching and Backfilling. 2. Section 33 40 00 - Storm Drainage Utilities. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l . A Bid Item has been provided for 4" PVC Perforated Drain Tile, With Sock. Measurement will be by linear feet of pipe along its axis with no regard to intervening fittings for each size and type of pipe. Payment shall include pipe, sock, aggregate, and fittings. 2. A Bid Item has been provided for 4" PVC Non -Perforated Drain Tile. Measurement will be by linear feet of pipe along its axis with no regard to intervening fittings for each size and type of pipe. Payment shall include pipe, bedding, and fittings. 3. A Bid Item has been provided for 6" PVC Perforated Collection Pipe, with Sock. Bid Item is for filtration trench collection drain tile. Measurement will be by linear feet of pipe along its axis with no regard to intervening fittings for each size and type of pipe. Payment shall include pipe, sock, and fittings. 4. A Bid Item has been provided for 6" PVC Non -Perforated Collection Pipe. Bid Item is for filtration trench drain the collection pipe between the filtration trench and downstream storm sewer structure. Measurement will be by linear feet of pipe along its axis with no regard to intervening fittings for each size and type of pipe. Payment shall include pipe, bedding, cleanouts and fittings. 5. A Bid Item has been provided for 8" PVC Slotted Distribution Pipe, with Field Cut Slots and Sock. Bid Item is for filtration trench distribution pipe within the filtration trench. Measurement will be by linear feet of pipe along its axis with no regard to intervening fittings for each size and type of pipe. Payment shall include pipe, field -cutting the slots in the pipe, sock, cleanouts and fittings. 6. A Bid Item has been provided for 8" PVC Non -Slotted Distribution Pipe. Bid Item is for filtration trench distribution pipe connecting the filtration trench to the upstream and downstream storm sewer structures. Measurement will be by linear feet of pipe along its axis with no regard to intervening fittings for each size and type of pipe. Payment shall include pipe, bedding, and fittings. _ 7. A Bid Item has been provided for 4" PVC Sump Pipe Stub Including Wye and Cap. Measurement will be by each stub actually installed from the road draintile to the right of way. Payment shall include non -perforated pipe, bedding, fittings (including wye and cap), cap and metal locating rod. The metal locating rods are 3/4" round steel rods cut to 2' length and are to be buried at the end of the stub for locating purposes. SUBDRAINAGE © 2016 Stantec 1 193803348 33 46 00 - 1 8. A Bid Item has been provided for Connect to Structure (Drain Tile). Measurement will be per each. Payment will include all costs related to core drilling a hole in the storm sewer structure, making the connection, and patching as specified. 9. No Bid Item has been provided for Cleanout. Cleanouts associated with the filtration trenches are incidental to the filtration trench pipe items. All work required to install the cleanout as specified, including fittings, wyes, caps, pipe, excavation, compaction and backfill must be included in the filtration trench pipe items above. 10. Supplying and installing required markers at service ends shall be considered incidental to the service installation. 11. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. American Society of Testing and Materials (ASTM) 1. ASTM D 1784 - Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (PVC) Compounds. 2. ASTM D3034 - Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings. 3. ASTM D3212 - Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. 4. ASTM D3350 - Specification for Polyethylene Plastics Pipe and Fittings Materials. 5. ASTM F405 - Specification for Corrugated Polyethylene (PE) Pipe and Fittings. 6. ASTM F477 - Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. B. American Association of State Highway and Transportation Officials (AASHTO) 1. AASHTO M252 - Corrugated Polyethylene Drainage Tubing. C. Minnesota Department of Transportation "Standard Specifications for Construction," 2016 Edition (MnDOT Spec.) 1. 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. PART 2 PRODUCTS 2.01 PIPE AND FITTINGS A. PSM Poly (Vinyl Chloride) (PVC) Plastic Pipe and Fittings 1. General: Pipe and fittings shall be made of compounds conforming to ASTM D1784 in accordance with the material requirements of ASTM D3034. 2. Design: Integral bell gasketed joint and a minimum wall thickness conforming to Schedule 40. 3. Joints: Elastomeric gasket joints providing a water -tight seal conforming to ASTM D3212 or ASTM F477. 4. Perforations: Circular on 3-1/4 inches by 6-1/4 inches 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. SUBDRAINAGE © 2016 Stantec 1 193803348 33 46 00 - 2 5. Slotted Pipe: a. Design: Integral bell gasketed joint and a minimum wall thickness conforming to SDR-35. Contractor to cut slots in solid pipe in accordance with the Details in the Drawings. 2.02 BEDDING MATERIAL A. See Section 33 05 05. 2.03 FILTER AGGREGATE MATERIAL A. See Section 33 05 05. 2.04 GEOTEXTILE A. Geotextile wrap shall conform to MnDOT Spec. 3733, Type 1. 2.05 METAL LOCATING ROD A. To be used for locating purposes for drain the sump stubs. B. 3/4-inch round steel rods cut to 2-foot lengths and buried at the end of the stub. 2.06 CLEANOUT A. Conform to the detail on the Drawings. 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. 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: Filter 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 drainpipe 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. © 2016 Stantec 1 193803348 SUBDRAINAGE 334600-3 H. Connections: Connect to hole provided in precast structure. Seal joint with mortar. Core drill connection to structure where precast hole is not provided. I. Compaction: Conform to Section 33 05 05. 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 FILTRATION TRENCH DRAIN TILE INSTALLATION A. Drain the shall be freely flowing from upstream end to drain the outlet. B. At upstream and downstream ends of drain the provide a drain the cleanout by extending drain the 4 to 6 inches above the finish grade. Provide a tightly -fitting, removable cap manufactured by the drain the manufacturer for each drain tile cleanout. C. Following approval of final grade by the Engineer, lower cleanout and cap to inch below final grade. 3.04 STORM SEWER SERVICE INSTALLATION A. Construct at locations and elevations determined by Engineer or as shown on the Drawings. B. Pipe Bedding: Bedding material. C. Plug upstream end of pipe. D. Sections of the pipe shall be firmly joined. E. Compaction: Conform to Section 33 05 05. 3.05 FIELD QUALITY CONTROL A. Do not backfill trench until the pipe has been inspected and approved by the Engineer. END OF SECTION SUBDRAINAGE © 2016 Stantec 1 193803348 33 46 00 - 4 SECTION 34 41 05 TRAFFIC SIGNS AND DEVICES PART 1 GENERAL I[Ij>t. 1MATILY-IMA A. Section Includes 1. Signs, signposts, and hardware. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l . A Bid Item has been provided for Sign Panels. 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. 2. 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. 3. Salvaged signs shall be measured and installed as specified in Section 02 41 13. 4. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2016 Edition (MnDOT Spec.) 1. 2564 - Traffic Signs and Devices. 2. 3352 - Signs, Delineators, and Markers. 3. 3401 - Flanged Channel Sign Posts. B. Minnesota Manual on Uniform Traffic Control Devices (MMUTCD). C. Minnesota Department of Transportation Standard Signs Manual. PART 2 PRODUCTS 2.01 MATERIALS A. Sign Material 1. Sign Face Material for Sign Panels: Reflective sheeting conforming to the requirements of MnDOT Spec. 3352.2A2e "Sign Sheeting Type IX." 2. Sign Legend Material for Signs: "Direct Applied" conforming to the requirements of MnDOT Spec. 3352.2A5. B. Square Sign Posts 1. All Type C and Street Name Blade signposts shall be from Telespar or approved equal: a. Bottom section: 2" square, 12-gauge, non -perforated, bronze, with Omni -anchor or approved equal. TRAFFIC SIGNS AND DEVICES © 2016 Stantec 1 193803348 3441 055 - 1 b. Top section: 1 3/4" square, 14-gauge, non -perforated, bronze. 1) Bronze finishing to be approved by the Engineer 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. 3. Attach bottom section to top section with corner bolt. C. Brackets for street name blade signs 1. Brackets: a. Top of post: 1) Round Cap: Lyle AL 808RF, or approved equal. 2) Crosspiece between blades: Lyle AL808CF, or approved equal. b. For mounting sign on post: Lyle BR-95, or approved equal. D. Hardware 1. Bolts: a. 5/16-inch stainless steel bolts b. A-304 stainless steel or Grade 5 zinc plated steel. 2. Nylon inserts lock nuts. 3. Nylon washers: a. 1 /32 inch thick. b. Maximum of 3/8 inch inside diameter. c. Maximum of 7/8 inch outside diameter. 4. Stainless steel washer. PART 3 EXECUTION 3.01 GENERAL A. Unless otherwise noted or modified herein, all sections of MnDOT Spec. 2564, all sections 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 of MMUTCD 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-hour 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 inventory/I.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 TRAFFIC SIGNS AND DEVICES © 2016 Stantec 1 193803348 3441 055 - 2 be cause for rejection and replacement at no additional cost to the Contract. The nylon washers used to protect to sign face shall be 1 /32 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. D. The bottom section of each signpost shall be mounted into the ground to a minimum depth of 3-1/2 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 underlying soils. F. Sign panels shall be located relative to concrete curb per Figure 6.3 of the MnDOT Traffic Engineering Manual: 1. Lowest point of any sign panel shall be 7 feet above finished grade at the point of installation. 2. Edge of sign panel shall be no closer than 2 feet from the face of curb. G. The Contractor shall install MnDOT approved/furnished warning stickers on all new Type C sign panels. END OF SECTION TRAFFIC SIGNS AND DEVICES © 2016 Stantec 1 193803348 3441 055 - 3 This Page Left Blank Intentionally Request for Action March 14, 2016 Approved by: Kirk McDonald, City Manager Originating Department: Public Works By: Bob Paschke, Director Agenda Section Development & Planning Item Number 8.2 Agenda Title Resolution awarding contract to GMH Asphalt Corporation, for construction of public improvement No. 974, (2016 Northwood South Area Infrastructure Improvement Project) U6 9/ S / 5- Requested Action Staff recommends that the City Council award a contract to GMH Asphalt Corporation for construction of public improvement No. 974, (2016 Northwood South Area Infrastructure Improvement Project). Staff also recommends that council accept alternates 1, 2 and 3 within the motion to award this contract. Policy/Past Practice The City Council routinely considers public infrastructure improvement projects to extend the useful life of infrastructure and to replace infrastructure that warrants upgrading using the most cost effective method to improve levels of service to the community. Background The proposed 2016 Northwood South area project was discussed at the Council's September 21, 2015 work session, as council chooses to continue with an aggressive pavement management program and expedite improvements in this area. A feasibility study was not required as there are no tax exempt or otherwise assessed properties within the area. Council was approached to authorize the preparation of plans and specifications on November 9, 2015, the motion was unanimous. Street and utility infrastructure funds are being used to fund other major infrastructure projects in 2016; therefore, bonding was discussed for this infrastructure improvement area south of Northwood Lake. Bonding was approved by council on December 17, 2015. A neighborhood meeting was held on January 13, 2016, where the project details were discussed with additional input and feedback received from residents. Council approved plans and specifications and authorized bids on January 25, 2016; staff received bids on March 3, 2016. The project proposes a full reconstruct of Jordan Avenue from 36th Avenue to Northwood Parkway; Gettysburg Avenue from 36th to Hillsboro; Hillsboro from Jordan Avenue to Northwood Parkway; Flag, Ensign and Decatur Avenues from 36th to Northwood Parkway. The utility infrastructure improvements consist of water and storm sewer replacement, with minimal sanitary sewer improvements. Mill and overlay street improvements are considered for Northwood Parkway from Boone to Jordan Avenue; Independence Avenue from Jordan Avenue to Hillsboro Avenue; Gettysburg Avenue from Gettysburg to Northwood Parkway, as well as Jordan Circle and Boone Circle. Full pavement removal and replacement improvements are considered for Northwood Circle as the depth of I: \ RFA \ PUB WORKS \ 2016 \ 974 2016 Northwood South infrastructure project \ 974 Award Bid \ final-974 Award Project.docx Request for Action, Page 2 pavement is too thin to complete a mill and overlay. Project Costs Following preliminary survey and field investigation, portions of the initial project scope have changed and cost estimates are higher than previously anticipated. The project includes alternate bidding options; Alternate 1 (Decatur Avenue North) and Alternate 2 (Ensign Avenue North) include full reconstruction improvements and are not included in the project base bid; Alternate 3 (Northwood Circle) includes a full reconstruction improvement option, rather than the base bid full pavement removal improvement option. City Council approved plans and specifications and authorized bidding. Unexpectedly, additional scope to the storm water improvements was added to the project following the watershed review by BARR Engineering (BARR is the consulting engineer for Bassett Creek Watershed Management Commission (BCWMC)). As part of the recent 2015 BCWMC Watershed Management Plan, it is required to meet the Minimal Impact Design Standards (MIDS) performance goal for linear projects. The MIDS flexible treatment options require water quality treatment for the projects creating more than one acre of new and /or fully reconstructed impervious surface. Because of the mandate, filtration basin best management practices (BMP's) had to be designed into the boulevards of the roads that fall under full reconstruction which added approximately $140,000 to the project. Only 21.1 percent of the stormwater treatment from project 938 was credited to project 974 through extensive negotiation with the BCWMC consultant. The proposed project schedule is: Award Contract March 14, 2016 Start Construction Spring 2016 Substantial Completion (Excluding Reconstruct Wear Course) Fall 2016 Complete Construction Summer 2017 Bids Five Bids were received on the bid opening date; costs were very favorable relative to the engineer's estimate with GMH Asphalt Corp as the lowest responsible bidder. The majority of the 2016 Northwood South Area infrastructure project funding will be from bond funds. The breakdown of the base bid total project costs and revenue sources, including 20% indirect, for project No. #974 is shown based on the low bid from GMH. Total Streets Water Main W Stonn 5el� wr (69.73%) [2.8'I a] (18.98%) (8.49%) Base Bid $3,670,619.02 $2,559,509.78 $103,045.28 $696;578.17 $311,485.78 Alt 1 (Decatur) $412,816.95 $272,573.52 $9,483,b6- $90,625.72 $40,114.04 Alt 2 (Ensign) $489,815.06 $334,614.60 $7,210.38 $97,917.45 $50,072.62 Alt 3 (Northwood Circle) $238,191.19 $144,331.52 $5,3 E 4,69 $57,406.73 $31,138.25 Total Project 974 $4,811,442.21 $3,311,029.42 $125,054.02 $942,528.07 $432,830.70 Request for Action, Page 3 The portion of the Northwood Lake Stormwater Infrastructure project 938 that recognizes costs relative to project 974 are being performed by Northdale Construction due to timing and project scopes, those relative costs are shown below. Project 938 has been awarded by Council with the understanding of the symbiotic project scopes. Total Streets Water Main Storm Sewer Project No. 938 Base Bid $517,867.96 $229,741.72 $1,654.42 $109,091.31 $177,380.51 Total Cost Project 974 and $5,329,310.17 $3,540,771.14 $126,703.44 $1,051,619.38 $610,211.21 related Project 938 Funding Bonds have been approved by council to fund the majority of Project No. 974; the respective funds that will be utilized are Street Infrastructure, Storm water, Sanitary Sewer and Water utility reserve funds. The City Manager, Finance Consultant AEM, the City Engineer and Public Works Director have caucused to discuss the finances and availability of funds. Together it was determined and agreed that all portions of project 974 are important to complete at this time relative to the aggressive infrastructure plan council has directed staff to pursue. The base bid came in much lower than the budget, relative to the very favorable bid prices, while considering alternates 1, 2, and 3, and the relative cost from project 938, brings the total project cost above the long term plan budget by an approximate $500,000, of which a portion of the overage was unanticipated due to mandated BMP's from the watershed. Staff is recommending council to approve the base bid with alternates 1, 2, and 3, and to supplement the current available funding through the temporary financing fund for the budget shortfall. Attachments • Resolution • Engineer's memorandum ■ AEM memorandum • Bid Tab ■ Barr Engineering Memo to Basset Creek Watershed Management Commission City of New Hope Resolution 2016-49 Resolution awarding contract to GMH Asphalt Corporation for construction of public improvement No. 974, (2016 Northwood South Area Infrastructure Improvement Project). WHEREAS, city staff has identified the need for infrastructure improvements specified in the 2016 CIP; and WHEREAS, the infrastructure improvements in this area are identified to follow the pavement management strategy adopted by Council; and WHEREAS, plans and specifications for the 2016 infrastructure improvement project No. 974 have been prepared by consultant engineers, Stantec, and approved by Council; and WHEREAS, the city has received acceptable bids and the Council does hereby determine to proceed with the 2016 Northwood south infrastructure Improvement project; and WHEREAS, the total base bid plus Alternate 1, Alternate 2, and Alternate 3 from GMH Asphalt Corporation, in the amount of $4,009,515.57 is the lowest responsible bid submitted; and WHEREAS, funding is available through bonding and supplemented by specific improvement funds and the temporary financing fund. NOW, THEREFORE, BE IT RESOLVED, 1. That the contract of public improvement No. 974, the 2016 Northwood South Infrastructure Improvement project, is awarded to GMH Asphalt Corporation in the amount of $4,009,515.57. 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 14th day of March, 2016. rev Mayor Attest: lal; City Cleric b Stantec Consulting Services Inc. 2335 Highway 36 West, St. Paul MN 55113 March 4, 2016 Honorable Mayor and City Council City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 Re: 2016 Northwood South Area Infrastructure Improvements City Project No. 974 Stantec Project No. 193803348 Bid Results Dear Honorable Mayor and City Council: Bids were received for the Project stated above on March 3, 2016. Bids were received from 5 contractors, with the low base bid coming in at $3,058,834.31 and the high base bid at $3,562,821.12. The Table below summarizes the results of the Bids. Contractor Total Base Bid Alt No. 1' Alf No. 2 Alf No. 3 Low I GMH Asphalt Corp.3,058,834.31 $344,012.41 $408,177.20 $198,491.65 #2 Valle Paving 3,060,440.91 $347,289.78 $398,884.46 216,710.82 #3 S.R. Weidema, Inc. 3,131,615.65 $361,049.26 414,649.20 $207,918.77 #4 Park Construction 3,359,371.47 $400,440.34 453,026.85 246,415.17 #5 Northwest Asphalt 3,562,821.12 394,939.01 478,825.58 $244,352.82 Transmitted herewith is a copy of the Bid Tabulation for your information and file. Copies will also be distributed to each Bidder once the Project has been awarded. The low Bidder on the Project was GMH Asphalt Corporation with a Total Base Bid Amount of $3,058,834.31. This compares to the Engineer's Opinion of Probable Costs of $3,400,000. The City Council has the option to consider awarding any combination of Alternates with the Base Bid. As the Base Bid and Alternate Amounts of the two lowest bidder amounts were very close, different combinations of award would result in either GMH Asphalt Corporation or Valley Paving, Inc. being the low bidder. The table below provides detail in regards to the total construction cost for which the Base Bid or Alternates may be considered. Bid Options GMH Asphalt Corporation Valley Paving, Inc. Base Bid $3,058,834.31 3,060,440.91 Base Bid w/Alt 1 3,402,846.72 3,407,730.69 Base Bid w/Alt 1, 2 3,811,023.92 $3,806,615.14 Base Bid w/Alt 1, 2, 3 $4,009,515.57 4,023,325.96 Base Bid w/Alt 2 3,467,011.51 S3,459,325.37 Base Bid w/Alt 3 $3,257,325.96 3,277,151.73 C� March 4, 2016 Page 2 of 2 Reference: 2016 Northwood South Area Infrastructure Improvements Bid Results Should you have any questions, please feel free to contact me at 651-604-4808. Sincerely, STANTEC CONSULTING SERVICES INC. �ae,.-,�„ f1t3• � Christopher W. Long, P.E. Enclosure Design with community In mind ABDO EICK o� MEYERSHIP HIP AEM Financial Solutions"", MEMO TO: KIRK MCDONALD FROM: VICTORIA HOLTHAUS SUBJECT: REVIEW OF 2016 PROJECTS AS -BIDS COMPARED TO LT PLAN ESTIMATES DATE: MARCH 4, 2016 Background Per your request we have reviewed the as -bid costs for the 2016 improvement projects to evaluate contract costs as compared to the amounts included in the long-term plan presented in December of 2015. We reviewed the utility and street infrastructure portions of the following 2016 improvement projects: • Project #962 - 491h Avenue Improvement Project • Project #938 - Northwoods Stormwater and Playground Equipment • Project #974 - Northwoods Area South Infrastructure Improvement Projects 0 Project #974 - Northwoods Area South Infrastructure Improvement Projects (Alternates) Project #962 - 491h Avenue Improvement Project #962 - 49th Avenue Improvement Project Under / (Over) Funding Source LT Plan As -bid LT Plan Watershed Commission or MSA 2,000,000 2,049,963 (49,963) Street Infrastructure Fund - _ Water Fund Sanitary Sewer Stormwater Fund 5201 Eden Avenue, Suite 250 Edina, MN 55436 952,716,3070 1 Fax 052.835.3251 515,000 310,431 204,569 50,000 89,670 (39,670) 690,000 491,127 198,873 3,255,000 2,941,191 313,809 Project #938 - Northwoods Stormwater and Playground Equipment #938 - Northwoods Stormwater & Playground Funding Source Watershed Commission or MSA Street Infrastructure Fund Water Fund Sanitary Sewer Stormwater Fund LT Plan City of New Hope March 8, 2016 Page 2 Under / (Over) As -bid LT Plan 1,602,182 1,602,182 - - 229,742 (229,742) - 109,091 (109,091) - 1,654 (1,654) 300,000 276,000 24,000 1,902,182 2,218,669 (316,487) Project #974 - Northwoods Area South Infrastructure Improvement Projects #974 - Northwoods Area South Infrastructure Improvement Project Under / (Over) Funding Source LT Plan As -bid LT Plan Watershed Commission or MSA - Street Infrastructure Fund 2,550,000 2,559,510 (9,510) Water Fund 1,200,000 696,578 503,422 Sanitary Sewer 200,000 103,045 96,955 Stormwater Fund 350,000 311,486 38,514 4,300,000 3,670,619 629,381 Project #974 - Northwoods Area South Infrastructure Improvement Projects (Alternates) #974 - Northwoods Area South Infrastructure Improvement Project (Alternates) Under / (Over) Funding Source LT Plan As -bid LT Plan Watershed Commission or MSA _ Street Infrastructure Fund - 751,520 (751,520) Water Fund - 245,950 (245,950) Sanitary Sewer - 22,009 (22,009) Stormwater Fund - 121,345 (121,345) 1,140,823 (1,140,823) 1 6ple `rrriiE}t'r� City of New Hope March 8, 2016 Page 3 Several bids came in under long-term plan estimates. The following summary by fund provides the aggregate difference from the long-term plan estimates for the City to consider when reviewing the alternate bid proposals. Summary by Fund Under / (Over) Funding Source LT Plan As -bid LT Plan Watershed Commission or MSA 3,602,182 3,652,145 (49,963) Street Infrastructure Fund 2,550,000 3,540,771 (990,771) Water Fund 1,715,000 1,362,050 352,950 Sanitary Sewer 250,000 216,378 33,622 Stormwater Fund 1,340,000 1,199,958 140,042 9,457,182 9,971,303 (514,121) The City Council may consider additional spend -down of fund balance to cover as -bid costs in excess of amounts estimated in the December long-term plan. Additionally, the City Council may consider an interfund loan from the temporary financing fund to cover cash shortfalls. The internal rate of interest on borrowing is 2%. P(..'-O ple,, + Pro(:: ss. [ ,ill11" r+ ivm 1LIfi11)(4-4 ® Stantec Project Name: 2016 NORTHWOOD SOUTH AREA INFRASTRUCTURE IMPROVEMENTS Ihereby certifythat thisisanexact reproduction of bids received. City Project No. 974 Project No.: 193803348 Bid Opening: Thursday, Mardi 3, 2016 at 10 A.M., CST Owner: City of New Ho MN ,WemyG, Hau--,-; PE License No. 46703 Item Num BID TABULATION Item Units Qty BASE BID: PART 1: GENERAL 1 MOBILIZATION LS 1 2 TRAFFIC CONTROL LS I TOTAL PART 1 GENERAL PART 2: RECONSTRUCT STREETS (RECON) PART 2A: SANITARY SEWER (RECON) 3 REMOVE AND REPLACE SANITARY SEWER FRAME AND EA 23 RINGS WITH HOPE RINGS AND FRAME 4 REMOVE SANITARY SEWER PIPE LF 15 5 10" PVC SANITARY SEWER PIPE - SDR 35 LF 15 6 4" PVC SCHEDULE 40 SANITARY SEWER SERVICE PIPE LF 620 7 CONNECT TO EXISTING SANITARY SEWER PIPE EA 1 8 CONNECT TO EXISTING SANITARY SEWER SERVICE EA 62 9 CONNECT TO EXISTING SANITARY SEWER STRUCTURE EA 1 10 REPAIR DOGHOUSE/INVERT EA 4 11 4' DIAMETER SANITARY SEWER MH BARREL SECTION LF 15 WITH STEP 12 IMPROVED PIPE FOUNDATION LF 15 13 TELEVISE SANITARY SEWER LF 15 TOTAL PART 2A SANITARY SEWER (RECON) PART 2B: WATER MAIN (RECON) 14 TEMPORARY WATER SERVICE LS 1 15 REMOVE WATER',MAIN LF 6755 16 REMOVE WATER SERVICE EA 124 17 REMOVE HYDRANT, VALVE AND BOX EA 10 18 REMOVE VALVE AND BOX EA 13 19 CONNECT TO EXISTING WATER MAIN EA 12 20 6" PVC WATER MAIN,C900-DR18, WITH TRACER WIRE LF 3495 21 8" PVC WATER MAIN, C900-DR18, WITH TRACER WIRE LF 3265 22 6" GATE VALVE AND BOX EA 13 23 8" GATE VALVE AND BOX EA 7 24 HYDRANT, INCLUDING 6" GATE VALVE AND BOX EA 10 25 EXTEND HYDRANT BARREL LF 4 26 DUCTILE IRON FITTINGS LB 2000 27 INSULATION - 4" THICK SY 200 28 IMPROVED PIPE FOUNDATION LF 700 29 CONNECT TO EXISTING WATER SERVICE EA 124 30 1" CORPORATION STOP EA 124 31 1" CURB STOP AND BOX EA 124 32 1" TYPE "K" COPPER PIPE LF 3900 TOTAL PART 2B WATER MAIN (RECON) PART 2C: STORM SEWER (RECON) 33 REMOVE STORM ',SEWER MH OR CATCH BASIN EA 23 34 REMOVE STORM SEWER PIPE LF 1280 35 BULKHEAD OPENING IN EXISTING STORM STRUCTURE EA 1 36 12" RCP STORM SEWER, CL 5 LF 277 37 15" RCP STORM SEWER, CL 5 LF 465 38 18" RCP STORM SEWER, CL 5 LF 443 39 21" RCP STORM SEWER, CL 4 LF 351 40 24" RCP STORM SEWER, CL 3 LF 306 Bidder No. 1 Bidder No. 2 Bidder No. 3 Bidder No. 4 GHM Asphalt Corporation Valley Paving, Inc. SR Weidema, Inc. Park Construction Co. Unit Price Total Unit Price Total Unit Price Total Unit Price Tots( $145,000.00 $145,000.00 $105,000.00 $105,000.00 $100,000.00 $100,000.00 $143,800.00 S143,8D0.00 $3,700.00 $3,700.00 $3,100.00 $3,100, $3,300.00 g3ou $3,030.00 $3,030.00 $148,70D.00 $108,100.00 $103,300.00 $146,830.00 $1,070.00 $24,610.00 $740.00 $17,020.00 $945.00 $21,735.00 $720.51 116,571.73 $26.40 $396.00 $25.70 $385.50 $2.50 $3730 $20.40 $306.DD $106.00 S11590.D0 $103.00 $1,545.00 $55.00 S825.00 $81.50 S1,222.50 $9.40 $5,828.00 $5.14 $3,186.80 $21.00 $13,020.00 $45.40 $28.148.00 $950.00 050.00 $925.00 $925.00 $800.00 S800.00 $2,570.00 $2,570.00 $63.30 S3,924.6D $61.70 $3,825.40 $210.00 $13,020.00 $87.60 $5,431.20 $1,583.00 S1,S83.00 $1,542.00 $1,542.00 $750.00 $750.00 $2,550.00 $2,S50.00 $400.00 $116W.00 $390.00 511560.00 $675.00 S2,700.00 $403.00 $1,612,00 $475.00 $7,125.00 $462.00 $6,930.00 $575.00 $8,62S.00 $403.00 $6,045.00 $26.40 $396,00 $25.70 $385.50 $0.10 S1.50 $0.01 $0.15 S5.00 S75.00 $35.00 S525.DD $22.00 U30.00 $38.00 $570.00 "8,077.60 $37,830.20 $61,844.00 $65,02.6.58 $6,858.00 $6,858.00 $6,700.00 $6.700.00 $46,000.00 $46,000A10 $32,100.00 $32,100.00 $1.05 $7,092.75 $1.03 $6,957.65 $3.00 $20,265.00 $5.05 $34,11235 $42.20 $5.232.80 $41.12 $5,098.88 $260.00 $32,240.00 $2.55 $316.20 $211.00 $2,110.00 $205.60 $2,056.00 $385.00 $3,950.00 $434.00 $4,340.D0 $256.00 $3,328.00 $102.80 51,336.40 $255.00 $3,315.00 $240.00 S3,120.00 $844.00 S10,128.00 $822.40 $9,868.80 $1,100.00 $13,200.00 $2,660.00 $311920.00 $31.70 $110,791.5D $30.85 $107,820.75 $29.00 $ID1,355.00 $29.00 $101,355.00 $32.70 SID6,765.50 $31.88 S1D4,088.20 $32.00 SID4,480.00 $31.50 $102.847.50 $1,938.00 SZ5,194.00 $1,650.00 $21.450.00 $1,835.00 $23,8S5.00 $1,660.00 $21,580.00 $2,255.00 $15.795.00 $1,953.00 $13,671.00 $2,435.00 $17,D45.00 $2,140.00 514,980.00 $6,646.00 166,460.00 $6,475.00 $64,750.00 $5,535.00 $55,350.00 $5,160.00 $51,600.D0 $844.00 $3,376.00 $822.40 53,289.60 $871.00 $3.484.00 $760.00 $3,010.00 $2.11 $4,220.00 $2.06 $4,120.00 $4.55 59,100.00 $7.45 $14,900.00 $38.00 $7,600.00 $37.00 $7,4D0.00 $47.00 $9.400.00 $38.30 $7,660.00 $0.01 $7.00 $0.01 $7.0D $0.01 $7.00 $0.01 $7.00 $127.00 $15,748.00 $123.00 S1S1252.00 $290.00 $35,96D.00 $116.00 $14,384.00 $174.00 $21,576.00 $169.60 521,030.40 $360.00 S44,640,00 $173.00 S21,452.00 $264.00 $32,736.00 $257.00 S31,868,00 $375.00 $46,500.00 $220.00 $27,280.00 $27.50 1107,Z50.0 $26.75 0 $11.00 $38.90 115010,0D $55212S8.55 $531,089.68 $612,946.00 $638,7"A5 $106.00 $2,438.00 $103.00 $2,369.00 $335.00 $7,705.00 $444.00 $10,212.00 $1.05 $1.344.00 $1.03 S1,318.40 $14.00 $17,920.00 $7.10 99,D88.00 $370.00 1370,00 $360.00 $360.00 $480.00 $480,00 $663.00 $663.D0 $29.60 $8,199.20 $28.80 $7,977.60 $29.00 $8,033.00 $45.00 $12,465.00 $30.60 $14,229.00 $29.80 $13,857,00 $43.00 $19,995.00 $46.40 $21,576.D0 $33.75 $14.951.25 $32.90 S14,574.70 $45.00 $19,935.00 $47.10 $20.86530 $35.90 51200.90 $34.95 512.267.45 $50.00 $17,550.00 $52.50 $18,427.50 $38.00 $11,628.00 $37.00 S11322.00 $52.00 $15.912.00 $52.50 $16,065.00 193803348-BidTab.xlsm QT-1 BID TABULATION Bidder No. 1 Bidder No. 2 Bidder No. 3 Bidder No. 4 GHM Asphalt Corporation Valley Paving, Inc. SR Weidema, Inc. Park Construction Co. Item Num Item Units Qty Unit Price Total Unit Price Total Unit Price Total Unit Price Total 41 30" RCP STORM SEWER, CL 3 LF 185 -.. $9,758.75 SSI.40 $9,509.00 S67.00 S14395.00 $72.70 $13.449.50 42 36" RCP STORM SEWER, CL 3 LF 149 $59.00 $8,791.00 $57.57 $8,577.93 $82.00 S12,218.DO $97.50 $14,527.50 43 51" SPAN RCP ARCH STORM SEWER, CL 2A LF 29 $100.00 $2,9W.00 $97.65 $2431.85 $129.00 $3,741.00 $161.00 $4,669.00 44 2'x3' STORM SEWER CATCH BASIN EA 5 $1,582.00 $7,910.00 $1,542.00 $7.710.00 $1,720.00 $8,600.00 $1,430.00 $7,150.00 45 4' DIAMETER STORM SEWER MH OR CBMH EA 17 $1,847.00 $31,399.00 $1,799.00 530,583.00 $2,285.00 $38,845.00 $2,380.00 S40,460.00 46 4' DIAMETER STORM SEWER MH OR CBMH WITH 5' EA 1 $6,752.00 $6,752.0D $6,580.00 $6,580.00 $4,700.00 $4,7U0.00 $8,630.00 0,630.00 SUMP. ENERGY DISSIPATOR AND SKIMMER 47 5' DIAMETER STORM SEWER MH OR CBMH EA 2 $2,954.00 $5,908.00 $2,880.00 $5.760.00 $3,100.00 $6,200.00 $3,400.00 $6,800.D0 48 6' DIAMETER STORM SEWER MH OR CBMH EA 1 $3,904.00 $3,904.00 $3,880.00 $3,880.00 $4,000.00 $4,000.00 $4,110.00 $4,110.00 49 7' DIAMETER STORM SEWER MH OR CBMH EA 2 $5,591.00 $11,182.00 $5,450.00 $10.900.00 $5,000.00 510,000.00 $5,240.00 $10,480.00 50 T DIAMETER STORM SEWER MH OR CBMH WITH 5' EA 1 $12,450.00 S12,450.W $12,130.00 112,130.00 $6,700.00 $6,700.DO $14,700.00 $14,700.00 SUMP. ENERGY DISSIPATOR AND SKIMMER 51 CONNECT TO EXISTING STORM SEWER PIPE EA 10 $422.00 $4,220.00 $411.00 $4,110.00 $800.00 $8,000.00 $663.00 $6,630.00 52 CONNECT TO EXISTING STORM SEWER STRUCTURE EA 1 $530.00 $530.DO $514.00 $514.DO $840.00 $840.00 $867.00 $867.00 53 CONNECT TO STRUCTURE (DRAINTILE) EA 37 $75.00 $2,775.00 $285.00 $10,545.00 $55.00 $2,035.00 $1,280.00 $47.360.00 54 2'x3'FILTRATION CATCH BASIN WITH SKIMMER EA 3 $4,061.00 $L2,183.00 $3,958.00 $11,874.00 $1,700.00 $5,100.00 $2,030.00 561090.00 55 FILTRATION TRENCH EXCAVATION (EV) CY 300 $20.85 $6,255.00 $23.00 $6,900.00 $86.00 $25,800.00 $11.26 $3,378.00 56 FILTRATION TRENCH GEOTEXTILE FABRIC - TYPE V SY 855 $1.50 $1,282.50 $1.50 $1,282.50 $1.75 $1,496.25 $1.63 $1.393.65 57 IRON -ENHANCED FILTER MEDIA (LV) CY 260 $141.50 536,79100 $175.00 S45,500.00 $160.00 S41,600.0D $269.90 $70,174.00 58 6" PVC PERFORATED COLLECTION PIPE, WITH SOCK LF 385 $17.50 $6,737.50 $10.60 $4,081.00 $10.00 $3,850.00 $12.10 "'658.50 59 6" PVC NON -PERFORATED COLLECTION PIPE LF 45 $16.00 $720.00 $22.50 $1,012.50 $18.00 S810.00 $11.70 $526.50 60 8" PVC SLOTTED DISTRIBUTION PIPE, WITH FIELD CUT LF 385 $19.25 $7,411.25 $13.75 55,293.75 $11.00 $4,235.00 $9.95 $34830.75 SLOTS AND SOCK 61 8" PVC NON -SLOTTED DISTRIBUTION PIPE LF 90 $14.75 $1,327.50 $1150 S1,215.0c $19.00 71Q. $9.65 68.50 TOTAL PART 2C STORM SEWER (RECON) $246,946.8S $254,835.68 $310,405.25 $380.114.70 PART 2D: STREETS (RECON) 62 TEMPORARY MAIL LS 1 $500.00 550040 $7,200.00 S7,200.00 $4,000.00 $4,000.DD $2,020.00 $2,020.DO 63 INLET PROTECTION EA 35 $125.00 $4,375.00 $150.00 $5,250.00 $400.00 $14,000.00 $146.68 $5,L33.80 64 SILT FENCE, TYPE MACHINE SLICED LF 420 $3.20 $1.344.00 $3.10 $1,302.00 $3.00 $1,260.00 $3.05 $1,281.00 65 FLOATING SILT CURTAIN LF 200 $31.70 $6,340.00 $31.00 $6,200.00 $33.00 $6,600.00 $30.30 $6,D60.00 66 TEMPORARY ROCK CONSTRUCTION ENTRANCE TN 300 $30.00 $9,D00.00 $40.00 $12=00 $37.00 S11,100.00 $38.25 $11.475.00 67 WATER FOR DUST CONTROL TGAL 80 $35.00 $2,800.00 $20.00 $1,600.00 $85.00 $6,800.00 $40.98 S3,278.40 68 SALVAGE SIGN EA 5 $26.50 $132.50 $25.70 S128.50 $25.00 $125.00 $25.30 $126.50 69 SALVAGE AND REINSTALL STREET NAME BLADE SIGN EA 8 $185.00 $1,480.00 $36.00 $288.00 $178.00 $1,424.OD $177.00 $1,416.00 ON NEW POST 70 REMOVE TREE EA ISO $395.50 $59,325.00 $360.00 $54,OOD.00 $380.00 $57.000.00 $370.00 $55,500.00 71 MILL AND STOCKPILE BITUMINOUS PAVEMENT WITH SY 20720 $1.55 S324116.00 $1.25 $25,900.00 $1.00 $20,720.00 $2.60 $53,872.00 PETROMAT - 3" DEPTH 72 LOAD, HAUL, PLACE, GRADE AND COMPACT PETROMAT CY 2810 $11.30 $31,753.00 $9.30 $26,133.00 $7.00 $19,670.00 $13.33 $37,457.30 MILLINGS 73 REMOVE BITUMINOUS PAVEMENT BELOW 3" MILL SY 20720 $2.50 $51,806.00 $1.00 $204720.00 $1.75 $36,260.00 $1.74 $36,052.80 DEPTH 74 SAWING BITUMINOUS PAVEMENT - STREET LF 500 $2.50 S1,25100 $4.30 $2,150,00 $3.50 $1,750.00 $2.00 $1,DD0.D0 75 REMOVE CONCRETE CURB & GUTTER LF 13200 $2.40 $31,680.00 $2.85 $37.620.00 $3.60 $47,520.00 $2.71 $35,772.0D 76 REMOVE CONCRETE WALK SF 650 $1.00 S650.00 $1.00 $650.00 $0.50 $325.00 $0.63 5409.50 77 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 11500 $0.50 $5,750.00 $0.43 $41945.00 $0.40 54.500.DO $0.71 $8,165.00 78 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 18200 $1.25 522,750.00 $1.00 S18,200,00 $0.45 $8.190.00 $0.73 $13,286.00 79 COMMON EXCAVATION (P) CY 17370 $16.40 $284,868.00 $15.65 S271,840.50 $11.10 $192,807.00 $10.26 $178,216.20 80 SUBGRADE EXCAVATION (CV) CY 1750 $16.40 $28,700.OD $18.00 $31,500.00 $10.00 $17,500.00 $12.23 $21,402.50 81 GEOTEXTILE FABRIC - TYPE V SY 25400 $1.25 S31,750.OD $1.25 $31,750.OD $1.75 $44,450.00 $1.38 $35,052.00 82 SELECT GRANULAR BORROW (MODIFIED) TN 27700 $7.85 $217,445.00 $11.00 $304.700.00 $10.80 9299,160.00 $12.09 $334.993.00 83 AGGREGATE BASE, CLASS 5 TN 7700 $12.35 $95,095.00 $14.00 $107,800.00 $12.00 592,4DO.00 $13.38 $103,026.00 84 4" PVC PERFORATED DRAIN TILE, WITH SOCK LF 13200 $3.75 $49,500.00 $7.70 S1011640.00 $6.00 579,200.00 $5.65 $74.580.00 85 4" PVC NON -PERFORATED DRAIN TILE LF 80 $4.00 020.00 $16.70 S1,336.00 $6.00 $480.00 $8.88 $710.40 86 4" PVC SUMP PIPE STUB INCLUDING WYE AND CAP EA 131 $150.00 $19.650.00 $300.00 $39,300.00 $45.00 S5,895.00 $154.89 $20.790.59 87 BITUMINOUS MATERIAL FOR TACK COAT GAL 1150 $3.00 S3,450.00 $2.25 $2,587.30 $2.25 $2,587.50 $2.40 $2,760.00 88 TYPE SP 12.5 NON -WEARING COURSE MIXTURE (2,B) TN 2650 $55.90 $148,135.00 $53.35 $141,377.50 $53.40 $141,510.00 $53.90 $142,835.DO 89 TYPE SP 9.5 WEARING COURSE MIXTURE (2,C) TN 1990 $68.02 5135,359.80 $65.20 S129,748.00 $65.20 $129,748.00 $66.41 $132,155.9D 90 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS TN 100 $120.00 $12,000.00 $100.00 $10,0DO.DD $100.00 $10,000A0 $111.01 $11,101.00 (2.B) 91 6" CONCRETE DRIVEWAY SF 25000 $4.85 S121,250.00 $4.70 $117,500.00 $5.90 $147,500.00 $5.40 5135,000.00 92 7" COMMERCIAL CONCRETE DRIVEWAY SF 300 $6.55 $1,965.00 $6.30 $1,890.00 $14.25 54,275.00 $6.85 $2,055.00 93 B618 CONCRETE CURB AND GUTTER LF 13200 $12.13 $160,116,00 $9.99 $131,868.00 $10.65 $140,580.00 $12.50 S165,000.00 193803348-B-dTab.xlsm QT-2 BID TABULATION Item Num Item Units Qty 94 4" CONCRETE WALK SF 150 95 6" CONCRETE PEDESTRIAN RAMP SF 500 96 TRUNCATED DOME SURFACE SF 48 97 EROSION CONTROL COMPOST BLANKET- BLOWN SY 17500 W/SEED 98 TOPSOIL BORROW, MNDOT 3877.2B (LV) CY 3500 99 SIGN PANELS SF 20 100 ZEBRA CROSSWALK, WHITE SF 108 101 24" SOLID WHITE STOP BAR LF 15 102 STREET SWEEPER (WITH PICKUP BROOM) HR 60 TOTAL PART 2D STREETS (RECON) PART 3: MILL & OVERLAY STREETS (M&O) PART 3A: UTILITIES (M&O) 103 REMOVE AND REPLACE SANITARY SEWER FRAME AND EA 15 RINGS WITH CONCRETE RINGS AND FRAME 104 4' DIAMETER SANITARY SEWER MH BARREL SECTION LF 12 WITH STEP 105 REMOVE AND REPLACE SANITARY SEWER PIPE LF 20 (SPECIAL) 106 REMOVE AND REPLACE STORM SEWER FRAME AND EA 3 RINGS WITH CONCRETE RINGS AND FRAME 107 REMOVE AND REPLACE WATER GV BOX SECTION EA 5 TOTAL PART 3A UTILITIES (M&O) PART 3B: STREETS MO) 108 MILL BITUMINOUS PAVEMENT - 2" DEPTH SY 9820 109 MILL AND STOCKPILE BITUMINOUS PAVEMENT WITH SY 12320 PETROMAT - 2" DEPTH 110 REMOVE AND REPLACE CONCRETE CURB & GUTTER LF 430 Ill REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 1500 112 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 1500 113 AGGREGATE BASE, CLASS 5 - (SPECIAL) TN 610 114 BITUMINOUS PATCHING (SPECIAL) - TYPE SP 12.5 NOW TN 145 WEARING COURSE MIXTURE(B) 115 BITUMINOUS MATERIAL FOR TACK COAT GAL 1220 116 TYPE SP 9.5 WEARING COURSE MIXTURE (2,B) TN 2800 117 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS TN 35 (2.B) 118 6" CONCRETE DRIVEWAY SF 1500 119 APPLY CONCRETE CURING COMPOUND TO EXISTING LF 14500 CURB AND GUTTER 120 EROSION CONTROL COMPOST BLANKET- BLOWN SY 240 W/SEED 121 TOPSOIL BORROW, MNDOT 3877.2E (LV) CY 45 TOTAL PART 3B STREETS (M&O) PART 4: FULL PAVEMENT REMOVAL STREETS PART 4A: UTILITIES (FPR) 122 REMOVE AND REPLACE SANITARY SEWER FRAME AND EA 2 RINGS WITH CONCRETE RINGS AND FRAME 123 4' DIAMETER SANITARY SEWER MH BARREL SECTION LF 3 WITH STEP 124 REMOVE AND REPLACE WATER GV BOX SECTION EA I TOTAL PART 4A: UTILITIES (FPR) PART 4B: STREETS (FPR) 125 MILL AND STOCKPILE BITUMINOUS PAVEMENT WITH SY 680 PETROMAT - 2" DEPTH (CUL DE SAC ONLY) 126 MILL AND STOCKPILE BITUMINOUS PAVEMENT WITH SY 1185 PETROMAT - 3" DEPTH 127 REMOVE AND REPLACE CONCRETE CURB & GUTTER LF 30 128 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 200 129 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 200 Bidder No. 1 Bidder No. 2 Bidder No. 3 Bidder No. 4 GHM Asphalt Corporation Valley Paving, Inc. SR Weidema, Inc. Park Construction Co. Unit Price Total Untt Price Total Unit Price Total Unit Price Total. $7.91 $1,186.50 $7.70 $1,155.00 59.80 51,470.00 $7.55 $1,132.50 $8.65 54,325.00 $8.45 $4,225.00 $9.85 54,925.00 $7.25 $3,525.00 $42.62 52,045.76 $41.15 $1,975.20 $40.05 $1,922.40 $57.00 $2,736.00 $2.80 $49,000.00 $2.72 $47,600.00 $2.65 $46,375.00 $2.70 $47,250.00 $30.00 $10510W.00 $30.00 5105,000.00 $32.00 $1121000.00 $28.30 $99.050.00 $37.00 $740.00 $25.70 $514,00 $35.00 $700.00 $35.40 $708.00 $11.75 $1,269.00 $11.30 51,220.40 $11.50 $1,242.00 $11.10 $1,198.80 $23.50 5352.50 $22.60 $339.00 $22.50 $337.50 $22.20 5333.00 $133.00 S7.980.00 5100.00 S6 000. 0 $150.00 S9-000.00 $116.00 $6,%Q $1, 744, 548.06 $1,817,152.60 $1,727,408A D $1,794,376.19 $1,070.00 $16,050.00 $605.00 $9,075.00 $1,100.00 $16,500.00 $765.00 $11,475.00 $475.00 $5,700.00 $462.00 55,544.00 $550.00 $6,60G.00 $526.00 $6X2.,00 $415.00 $8,300.00 $267.50 $5,350.00 $330.00 $6,600.00 $126.00 $2,520.00 $1,070.00 $3,210.00 $605.00 $11815.00 $1,017.00 0,051.00 $765.00 $2,295.00 $338.00 $1.690.00 $350.00 $1.750.00 $760.00 t3.90100 $969.00 11,845A $34,950.00 $23,534.06 $36,651.00 $27,447.00 $0.95 $9,329.00 $0.77 $7,561.40 $0.65 $6,383.00 $1.25 $12,275.00 $1.00 $12,320.00 $0.84 $10,348.80 $0.65 $8,003.00 $1.91 $23,531.20 $28.25 $12,147.50 $30.50 $13,115.00 $23.00 59,890.00 $29.30 $12,599.00 $0.50 $750.00 $0.43 $645.00 $0.55 $825.00 $0.74 $1,110.00 $1.25 $1.875.00 $1.00 $1.500.00 $0.55 $825.00 $0.60 $900.D0 $1.00 $610.00 $42.65 $26.016.50 $17.50 $10,675.D0 $18.75 $11,437.50 $165.00 $23,925.00 $90.00 $13,050.00 $132.00 $19,140.00 $85.31 $12,369.95 $3.00 $3,6W.00 $2.25 $2,745.00 $2.25 $2,745.00 $2.30 92,806.00 $58.10 5162,680.00 $56.00 5156,800.O0 $56.00 $156,800.00 $56.81 51591068.00 $120.00 $4,200.G0 $100.00 $3,500.00 $100.00 $3,500.00 $120.37 $4,212.95 $4.85 $7.275.00 $5.40 $8,100.00 $9.00 $13.500.00 $5.50 58,250.00 $0.59 $8,555.00 $0.57 $8,265.DO $0.55 $7,975.00 $1.05 $15,225.00 $2.80 $672,00 $2.72 $652.80 $2.65 $636.00 $2.70 $648,0D $30.00 $30.00 3 $33.00 1 $28.30 $1,273.50 $249,346Z0 $253,649.50 $242,387.00 $265,706.10 $1,070.00 $2,140.00 $605.00 $1,210.00 $935.00 $1,870.00 $765.00 51,530.00 $475.00 $1,425.00 $462.00 $1,386.00 $670.00 $2,010.00 $367.00 $1.391.00 $338.00 $350.00 t350.00 $620.00 SQ0.00 $970.00 070.130 $3,903.00 $2,946.00 $4,500.00 $3,601.00 $1.55 $1,054.D0 $1.35 $918.00 $1.45 $986.00 $3.54 $2,407.20 $1.55 $1,836.75 $1.90 $2,251.5D $1.55 $1,836.75 $3.93 $4,657.45 $31.50 $945.00 $40.05 $1,201,50 $35.00 $1,050.00 $64.20 $1.926.00 $2.50 $500.00 $1.00 $200.00 $1.25 $250.00 $1.12 $224.D0 $2.50 $500.00 $1.00 5200.00 $1.20 $240.00 $1.03 $206.00 193803348-BidTab.xlsm QT-3 Item Num 130 AGGREGA" 131 BTTUMINC WEARING 132 BITUMINC 133 TYPE SP 9 134 TYPE SP 9 (2.B) 135 6" CONCRI 136 APPLY COI CURB AND 137 EROSION i W/SEED 138 TOPSOIL 139 STREET S% TOTAL PA BASE BID TOTAL PAF TOTAL PAF TOTAL PAF TOTAL PAF TOTAL PAF TOTAL PAF TOTAL PAF TOTAL PAF TOTAL PAF TOTAL BA ALTERNA' PART 1: G 140 MOBILIZAI 141 TRAFFIC C TOTAL PA PART 2: S 142 REMOVE AI 143 4" PVC SCF 144 CONNECT" 145 4' DIAMET1 TOTAL PA 146 147 148 149 150 151 152 153 154 155 156 157 158 159 160 161 PART 3: V TEMPORAR REMOVE W REMOVE W REMOVE H' REMOVE W CONNECTI 6" PVC WA' 6" GATE V1 HYDRANT, EXTEND H1 DUCTILE IF IMPROVED CONNECTI 1" CORPOR 1" CURB ST 1" TYPE "K' TOTAL PAI BID TABULATION Bidder No. 1 Bidder No. 2 Bidder No. 3 Bidder No. 4 GNM Asphalt Corporation Valley Paving, Inc. SR Weidema, Inc. Park Construction Co. Item Units Qty Unit Price Total Unit Price Total Unit Price Total Unit Price Total E BASE, CLASS 5 - (SPECIAL) TN 55 $1.00 S55.00 $43.00 $2,365,00 S17.50 $962.50 $29.22 $1,607.10 JS PATCHING (SPECIAL) - TYPE SP 12.5 NOW TN 15 $165.00 $2,475.00 $90.00 S1,350.00 $205.00 $3,075.00 $104.83 $1,572.45 ,OURSE MIXTURE(B) JS MATERIAL FOR TACK COAT GAL 105 $3.00 $315.00 $2.25 SZ36.25 $2.25 $236.25 $2.50 S262.50 5 WEARING COURSE MIXTURE(2,B) TN 310 $58.10 $18,011.00 $60.00 $181600.00 $60.00 $18.600.00 $59.55 $18,460.50 5 BITUMINOUS MIXTURE FOR DRIVEWAYS TN 5 $120.00 $600.00 $115.00 $575.00 $125.00 $625.00 $174.93 $874.65 TE DRIVEWAY SF 200 $7.25 $1.450.00 $7.00 $1,400.00 $8.00 0,1,600.00 $8.70 $1,740.00 CRETE CURING COMPOUND TO EXISTING LF 1000 $0.59 $590.00 $0.57 $570.00 $0.55 $550.00 $2.05 $2,050.00 GUTTER ONTROL COMPOST BLANKET - BLOWN SY 50 $2.80 $140.00 $2.72 $136.00 $2.65 $132.50 $2.70 $135.00 DRROW, MNDOT 3877.2B (LV) CY 10 $30.00 $300.00 $30.00 $300.00 $53.00 $530.00 $28.30 $283.00 FEEPER (WITH PICKUP BROOM) FIR 10 $133.00 $1,330.0 $100.00 S1.000.00 $150.00 $116.00 RT 4B STREETS (FPR) $30,101.75 $31,303.25 $32,174.00 $37,565.45 SUMMARY: T 1: GENERAL $148,700.00 $108,100.00 $103,300.00 $146,530.00 T 2A: SANITARY SEWER (RECON) $48,077.60 $37,830.20 $61,844.00 $65,026.58 T 2B: WATER MAIN (RECON) $552,258.55 $531,089.68 $612,946.00 $638,704.45 T 2C:STORM SEWER (RECON) $246,946.85 $254,835.68 $310,405.25 $380,114.70 T 2D:STREETS (RECON) $1,744,548.06 $1,817,152.60 $1,727,408.40 $1,794,376.19 T 3A: UTILITIES (M&O) $34,950.00 $23,534.00 $36,651.00 $27,447.00 T 3B: STREETS (M&O) $249,348.50 $253,649.50 $242,387.00 $265,706.10 T 4A: UTILITIES (FPR) $3,903.00 $2,946.00 $4,500.00 $3,601.00 T 4B: STREETS (FPR) S30 101.75 S31 03.25 $32,174.00 $37 565.45 M BID $3,058,834.31 $3,060,440.91 $3,131,615.65 $3,359,371.47 E 1 - DECATUR AVENUE RECONSTRUCT ENERAL [ON LS I $16,380.00 $16,380.00 $12,500.00 $12,500.00 $2,750.00 $2,750.00 $15,000.00 $151000.00 )NTROL LS I $750.00 $750.00 $215.00 $215.00 $200.00 $200.W $202.00 5202,00 tT 1 GENERAL $17,130.00 $12,715.00 $2,950.00 $15,202.00 WITARY SEWER ID REPLACE SANITARY SEWER FRAME AND EA 3 $1,070.00 $3,210.00 $740.00 $2,220.00 $935.00 $2,805.00 $852.00 $2,S56.00 EDULE 40 SANITARY SEWER SERVICE PIPE LF 90 $5.30 $477.00 $5.15 $463.50 $22.00 $1,980.00 $48.70 $4,383.D0 0 EXISTING SANITARY SEWER SERVICE EA 9 $63.30 $569.70 $61.70 $555.30 $216.00 $1,944.00 $94.90 $854.10 R SANITARY SEWER MH BARREL SECTION LF 4 $791.25 S3165.00 $462.00 $1,848.00 $696.00 S2 784.00 $442.00 $1 768.00 tT 2 SANITARY SEWER $7,421.70 $5,086.80 $9,S13.00 $9,561.10 ATER MAIN ' WATER SERVICE LS 1 $1,583.00 $1,583.00 $1,550.00 $1,550.00 $8,650.00 $8,650.00 $6,480.00 $6,480.00 \TER MAIN LF 760 $1.05 V%.00 $1.03 $7&2.80 $9.00 $6,840.00 $5.75 $4,370.00 \TER SERVICE EA 17 $42.20 $717.40 $41.12 $699.04 $257.00 $4,364.00 $3.55 $60.35 DRANT, VALVE AND BOX EA 2 $211.00 $422.00 $205.00 $410.00 $385.00 $770.00 $454.00 $908.00 LVE AND BOX EA 2 $230.00 $460.00 $105.00 $210.00 $258.00 $516.00 $240.00 $480.00 D EXISTING WATER MAIN EA 2 $844.00 S1,688.00 $822.00 S1,644.00 $1,032.00 $2,064.00 $1,610.00 $3,220.00 ER MAIN,C900-DR18, WITH TRACER WIRE LF 760 $31.70 $24,092.00 $30.85 $23,446.00 $28.00 $21,280.00 $30.00 $22,800.00 _VE AND BOX EA 2 $1,940.00 $3,880.00 $1,650.00 $3,300.00 $1,775.00 $3,550.00 $1,680.00 $3,360.00 NCLUDING 6" GATE VALVE AND BOX EA 2 $6,646.00 $2,292.00 $6,475.00 $12,950.00 $5,735.00 S11,470.D0 $5,180.00 $10,360.00 )RANT BARREL LF 1 $844.00 $844.00 $822.00 $822.00 $874.00 $874.00 $875.00 $875.00 ON FITTINGS LB 280 $2.10 S588.00 $2.05 $574.(?D $4.65 $1,302.00 $7.90 $2,212.00 )IPE FOUNDATION LF 76 $0.01 S0.76 $0.01 $0.76 $0.01 $0.76 $0.01 $0.76 D EXISTING WATER SERVICE EA 17 $127.00 $2,159.00 $123.50 $2,099.50 $290.00 $4,930.00 $116.00 $1,972.00 ffION STOP EA 17 $174.00 $2,958.00 $170.00 $2,890.00 $385.00 $6,545.00 $173.00 $2,941.D0 )P AND BOX EA 17 $264.00 $4,488A0 $257.00 $4,369.00 $398.00 $6,766.00 $220.00 $3,740.DD COPPER PIPE LF 520 $27.50 $14,300.00 $26.75 $13 910.00 $11.50 15,980.00 $40.30 $2G,956.00 T 3 WATER MAIN $72,270.16 $69,657.10 $85,906.76 $84,735.11 193803348-BidTab.xlsm QT-4 BID TABULATION Item Num Item Units Qty PART 4: STORM SEWER 162 REMOVE STORM SEWER MH OR CATCH BASIN EA 1 163 15" RCP STORM SEWER, CL 5 LF 101 164 18" RCP STORM SEWER, CL 5 LF 16 165 2'x3' STORM SEWER CATCH BASIN EA 1 166 4' DIAMETER STORM SEWER MH OR CBMH EA 2 167 4' DIAMETER STORM SEWER MH OR CBMH WITH 5' EA 1 168 CONNECT TO EXISTING STORM SEWER PIPE EA 1 169 CONNECT TO STRUCTURE(DRAINTILE) EA 9 170 2'xT FILTRATION CATCH BASIN WITH SKIMMER EA 1 171 FILTRATION TRENCH EXCAVATION (EV) CY 51 172 FILTRATION TRENCH GEOTEXTILE FABRIC - TYPE V SY 145 173 IRON -ENHANCED FILTER MEDIA (LV) CY 44 174 6" PVC PERFORATED COLLECTION PIPE, WITH SOCK LF 65 175 6" PVC NON -PERFORATED COLLECTION PIPE LF 20 176 8" PVC SLOTTED DISTRIBUTION PIPE, WITH FIELD CUT LF 65 177 8" PVC NON -SLOTTED DISTRIBUTION PIPE LF 30 TOTAL PART 4 STORM SEWER PART 5: STREETS 178 TEMPORARY MAIL LS 1 179 INLET PROTECTION EA 6 180 SILT FENCE, TYPE MACHINE SLICED LF 50 181 FLOATING SILT CURTAIN LF 100 182 TEMPORARY ROCK CONSTRUCTION ENTRANCE TN 100 183 WATER FOR DUST CONTROL TGAL 20 184 SALVAGE SIGN EA 1 185 SALVAGE AND REINSTALL STREET NAME BLADE SIGN EA 2 186 REMOVE TREE EA 18 187 MILL AND STOCKPILE BITUMINOUS PAVEMENT WITH SY 2400 188 LOAD, HAUL, PLACE, GRADE AND COMPACT PETROMAT CY 180 189 REMOVE BITUMINOUS PAVEMENT BELOW 3" MILL SY 2400 190 SAWING BITUMINOUS PAVEMENT- STREET LF 140 191 REMOVE CONCRETE CURB & GUTTER LF 1600 192 REMOVE CONCRETE WALK SF 170 193 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 2500 194 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 1300 195 COMMON EXCAVATION (P) CY 2230 196 SUBGRADE EXCAVATION (CV) CY 220 197 GEOTEXTILE FABRIC - TYPE V SY 2910 198 SELECT GRANULAR BORROW (MODIFIED) TN 3200 199 AGGREGATE BASE, CLASS 5 TN 900 200 4" PVC PERFORATED DRAIN TILE, WITH SOCK LF 1600 201 4" PVC SUMP PIPE STUB INCLUDING WYE AND CAP EA 18 202 BITUMINOUS MATERIAL FOR TACK COAT GAL 135 203 TYPE SP 12.5 NON -WEARING COURSE MIXTURE (2,B) TN 305 204 TYPE SP 9.5 WEARING COURSE MIXTURE (2,C) TN 225 205 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS TN 30 206 6" CONCRETE DRIVEWAY SF 2500 207 B618 CONCRETE CURB AND GUTTER LF 1600 208 4" CONCRETE WALK SF 30 209 6" CONCRETE PEDESTRIAN RAMP SF 140 210 TRUNCATED DOME SURFACE SF 16 211 EROSION CONTROL COMPOST BLANKET - BLOWN SY 2150 212 TOPSOIL BORROW, MNDOT 3877.2E (LV) CY 430 213 SIGN PANELS SF 6.25 214 STREET SWEEPER (WITH PICKUP BROOM) HR 20 TOTAL PART 5 STREETS Bidder No. 1 Bidder No. 2 Bidder No. 3 Bidder No. 4 GHM Asphalt Corporation Valley Paving, Inc. SR Weidema, Inc. Park Construction Co. Unit Price Total Unit Price Total Unit Price Total Unit Price Totat $106.00 $106.00 $105.00 $105.00 $330.00 $330.00 $485.00 $445.00 $30.60 $3,090.60 $29.80 $3,009.80 $37.00 $3,737.00 $47.80 $4,827.80 $33.75 $540.00 $32.90 $526.40 $40.00 $640.00 $50.60 5809.60 $1,583.00 S1,583.00 $1,542.00 $1,542.00 $1,779.00 $1,779.00 $1,480.00 $1,480.00 $1,847.00 0,694.00 $1,799.00 $3,598.00 $2,255.00 $4,510.00 $2,380.00 $4,760.00 $6,752.00 $6,752.00 $6,580.00 $6,580.00 $2,778.00 $2,778.00 $8,630.00 $8,630.00 $422.00 $42.2.00 $415.00 $415.00 $838.00 $839.00 $1,280.00 $1,280A0 $75.00 $675.00 $281.00 $2,529.00 $41.00 S369m $1,280.00 $11,520.D0 $4,062.00 $4,062,00 $3,960.00 $3,960.00 $1,778.00 S1,778.00 $2,030.00 $2,030.00 $28.85 $1,471.35 $25.00 $1,275.00 $12.00 $612.00 $14.07 $717.57 $1.50 $217.90 $1.50 $217.50 $1.50 $217.50 $1.77 $256.65 $141.50 S6,Z26.00 $175.00 $7,700.00 $170.00 $7,480.00 $269.76 $11,869.41 $17.50 $1,137.50 $13.00 $845.00 $13.00 $845.00 $11.42 $742.30 $16.00 5320.00 $31.00 %20,00 $14.00 $280.00 $11.07 $221.40 $19.25 $1,251.25 $16.70 $1,085.50 $17.00 $1,105.00 $9.37 $609.05 $14.75 S442.50 $22.50 $675.00 $15.00 $450.00 $9.14 S274.20 $31,990.70 $34,683.20 $27,748.50 $50,513.01 $500.00 $500.00 $575.00 $575.00 $500.00 $500.00 $1,210.00 $1,210.D0 $125.00 $750.00 $150.00 MOM $428.00 $2,563.00 $156.00 $936.00 $2.80 $140.00 $5.15 $257.50 $5.00 $250.00 $5.05 $252.50 $31.70 $3,170.00 $30.85 $3,085.00 $30.00 $3,000.00 $30.30 $3,030.00 $30.00 $3,000.00 $40.00 $4,000.00 $30.00 $3,000.00 $43.29 $4,329.00 $35.00 VD0.00 $20.00 $400.00 $69.00 $11380.00 $40.97 $819.40 $26.50 $26.50 $25.70 $25.70 $25.00 $25.00 $25.30 $25.30 $185.00 $370.00 $180.00 $360.00 $175.00 $350.00 $177.00 $354.00 $373.00 $6,714.00 $360.00 $6,480.00 $350.00 $6,300.00 $370.00 $6,660.00 $1.55 $3,720.00 $1.25 $3,000.00 $1.00 $21400.00 $3.24 $7,776.00 $11.30 $2,034.00 $9.50 $1,710.00 $7.10 S1,278.00 $14.30 $2,574.00 $2.50 $6,000.00 $0.52 $1,248.00 $2.20 S5,280A0 $2.47 $5,928.0D $2.50 $350.00 $4.30 Sfi02.00 $3.55 $497.09 $2.00 $280.D0 $2.40 $3,840.00 $2.85 $4,560.00 $4.50 $7,Z00.00 $3.66 $5,856.IL0 $1.00 $170.00 $0.95 $161.50 $0.25 $42.50 $1.20 $204.00 $0.50 $1'250.00 $0.50 $1,250.00 $0.90 $2,250.00 $0.64 $1,600.D0 $1.25 $1,625.00 $1.00 $1,300.00 $0.55 $71500 $0.71 5923.00 $16.40 $36,572.00 $15.65 $34,899.50 $12.00 $26,760.00 $12.63 $28,1154.90 $16.40 $3,608.00 $17.00 53,740.00 $11.00 $2,420.00 $12.54 $2,758.60 $1.25 $3,637.50 $1.25 $3,637.S0 $1.75 $5,092.50 $1.38 $4,015.80 $7.85 $25,120.00 $11.00 $35,200.00 $11.50 $36,800.00 $13.46 $43,072.00 $12.35 $11,115.00 $15.00 $115D0.00 $16.00 $14,400.00 $15.28 $13,752.00 $3.75 $6,D00.00 $7.75 $12,40D.00 $6.00 $%600.00 $5.65 $9,040.00 $150.00 $2,700.00 $300.00 $5,400.00 $166.00 $2,988.00 $154.89 $2,788.02 $3.00 $405.00 $2.25 5303.75 $2.25 $303.75 $2.53 $341.55 $55.90 $17,049.50 $53.90 $16,439.50 $54.00 $16,470.00 $54.65 $16,668.25 $68.02 $15,304.50 $67.18 $15,115.50 $67.20 $15,120.00 $65.77 $14,798.25 $120.00 $3,600.00 $115.00 $3,450.00 $125.00 $3,750.00 $127.27 $3,818.10 $4.85 $12,125.00 $4.70 $11,750.00 $6.00 $15,000.00 $5.50 $13,750.00 $12.32 $19,712.00 $10.30 $16,480.00 $11.25 $18,000.00 $13.60 $21,760,D0 $5.80 $174.00 $5.60 $168.00 $9.00 $270.00 $10.90 $32TD0 $8.75 $1,225.00 $8.45 $1,183.00 $11.00 #1.540.00 $8.50 $1,190.DD $42.60 $681.60 $41.10 $657.60 $40.00 $640.00 $57.00 $912.DD $2.80 $6,020.00 $2.72 $5,84B.D0 $2.70 $5.805.00 $2.70 S5,805.DD $30.00 S12,9W.00 $30.00 $12,9110.00 $46.00 $19,780.D0 $28.30 $12,169.00 $37.00 $231.25 $25.70 $160,63 $25.00 $15fi.25 $35.40 $221.25 $133.00 2 660.00 $100.00 $2 OW.00 $150.00 3 000.00 $116.00 S2 320.00 $215,199.85 $225,147.68 $234,931.00 $240,429.12 193803348-BldTab.xlsm QT-5 BID TABULATION Item Num Item Units qtv ALT ] SUMMARY DECATUR AVENUE RECON: PART 1: GENERAL PART 2: SANITARY SEWER PART 3: WATER MAIN PART 4: STORM SEWER PART 5: STREETS TOTAL ALTERNATE 1 - DECATUR AVENUE ALTERNATE 2: ENSIGN AVENUE RECONSTRUCT PART 1: GENERAL 215 MOBILIZATION LS 1 216 TRAFFIC CONTROL LS 1 TOTAL PART 1 GENERAL PART 2: SANITARY SEWER 217 REMOVE AND REPLACE SANITARY SEWER FRAME AND EA 4 218 4" PVC SCHEDULE 40 SANITARY SEWER SERVICE PIPE LF 100 219 CONNECT TO EXISTING SANITARY SEWER SERVICE EA 10 TOTAL PART 2 SANITARY SEWER PART 3: WATER MAIN 220 TEMPORARY WATER SERVICE LS 1 221 REMOVE WATER MAIN LF 920 222 REMOVE WATER SERVICE EA 21 223 REMOVE HYDRANT, VALVE AND BOX EA 1 224 REMOVE VALVE AND BOX EA 2 225 CONNECT TO EXISTING WATER MAIN EA 2 226 6" PVC WATER MAIN,C900-DR18, WITH TRACER WIRE LF 920 227 6" GATE VALVE AND BOX EA 2 228 HYDRANT, INCLUDING 6" GATE VALVE AND BOX EA 1 229 EXTEND HYDRANT BARREL LF 1 230 DUCTILE IRON FITTINGS LB 210 231 IMPROVED PIPE FOUNDATION LF 100 232 CONNECT TO EXISTING WATER SERVICE EA 21 233 1" CORPORATION STOP EA 21 234 1" CURB STOP AND BOX EA 21 235 1" TYPE "K" COPPER PIPE LF 650 TOTAL PART 3 WATER MAIN PART 4: STORM SEWER 236 REMOVE STORM SEWER MH OR CATCH BASIN EA 2 237 REMOVE STORM SEWER PIPE LF 56 238 BULKHEAD OPENING IN EXISTING STORM STRUCTURE EA 1 239 15" RCP STORM SEWER, CL 5 LF 121 240 21" RCP STORM SEWER, CL 4 LF 22 241 2'x3' STORM SEWER CATCH BASIN EA 1 242 4' DIAMETER STORM SEWER MH OR CBMH EA 2 243 CONNECT TO EXISTING STORM SEWER STRUCTURE EA 1 244 CONNECT TO STRUCTURE (DRAINTILE) EA 8 245 2'xT FILTRATION CATCH BASIN WITH SKIMMER EA 1 246 FILTRATION TRENCH EXCAVATION (EV) CY 615 247 FILTRATION TRENCH GEOTEXTILE FABRIC - TYPE V SY 180 248 IRON -ENHANCED FILTER MEDIA (LV) CY 55 249 6" PVC PERFORATED COLLECTION PIPE, WITH SOCK LF 80 250 6" PVC NON -PERFORATED COLLECTION PIPE LF 10 251 8" PVC SLOTTED DISTRIBUTION PIPE, WITH FIELD CUT LF 80 252 8" PVC NON -SLOTTED DISTRIBUTION PIPE LF 30 TOTAL PART 4 STORM SEWER Bidder No. 1 Bidder No. 2 Bidder No. 3 Bidder No. 4 GHM Asphalt Corporation Valley Paving, Inc. SR Weidema, Inc. Park Construction Co. Unit Price Total Unit Price Total unit Price Total Unit Price Total $17,130.00 $12,715.00 $2,950.00 $15,202.00 $7,421.70 $5,086.80 $9,513.00 $9,561.10 $72,270.16 $69,657.10 $85,906.76 $84,735.11 $31,990.70 $34,683.20 $27,748.50 $50,513.01 215 199.B5 $225 147.6E $n4.931.00 $240,429.12 $344,012.41 $347,299.78 $361,049.26 $400,440.34 $19,430.00 $19,430.00 $1,500.00 S1,500.00 $2,330.00 $2,330.00 $19,000.00 $19,DDO.00 $700.00 704.00 $215.00 $215,00 $200.00 $20D.00 $202.00 V02.00 $20,130.00 $1,715.00 $2,530.00 $19,202.00 $1,070.00 $4,280.00 $740.00 $2,96D.00 $902.00 $3,608.00 $852.00 $3,408.00 $5.30 $530.00 $5.15 $515.00 $22.00 $2,200.00 $48.70 $4,870.00 $63.30 $633.00 $61.70 $617.00 $238.00 $2,380M $94.90 S949.00 $5,443.00 $4,092.00 $8,188.00 $9,227.00 $2,850.00 $2,850.00 $1,550.00 $1,550.00 $9,348.00 0,348.00 $8,100.00 $8,100.00 $1.05 $966.00 $1.03 $947.60 $5.00 $4,600.00 $5.75 $5,290.00 $42.20 $886.20 $41.10 $863.10 $257.00 $5,397.00 $3.55 $74.55 $211.00 $211.00 $205.00 $205.00 $415.00 $415.00 $454.00 $454.00 $230.00 $460.00 $103.00 $206.00 $258.00 $516.00 $240.00 $480.00 $844.00 $1,688.00 $822.00 $1,644.OD $1,032.00 $2,064.00 $1,610.00 $3,220.00 $31.70 $29,164.OD $30.85 $28,382-00 $30.00 $27,600.80 $30.00 $27,600.00 $1,940.00 $3,880.00 $1,645.00 $3,290.00 $1,775.00 $3,550.00 $1,580.00 $3,160.00 $6,646.00 $6,646.00 $6,500.00 S6,500.00 $5,735.00 $5,735.00 $5,180.00 $5,180.00 $844.00 $844.00 $822.00 $82.2.00 $871.00 $871.00 $876.00 $876.D0 $2.10 5441.00 $2.05 $430.50 $4.75 5997.50 $7.90 $1,659.00 $0.01 51.00 $0.01 $1.00 $0.01 $1.00 $0.01 $1.00 $127.00 $2,667.D0 $123.35 $2,590.35 $290.00 $15,090.00 $116.00 $2,436.00 $174.00 $3,654.00 $170.00 $3,570.00 $385.00 $8,D85.00 $173.00 $3,633.00 $264.00 $5,S44,D0 $257.00 $5,397.00 $398.00 $8,358.DO $220.00 S4,620.00 $27.50 $17 875.OD $26.75 ill 87.50 $12.00 S7 800.00 $40.30 $26,195.00 $77,777.20 $73,786.05 $91,427.90 $92,978.55 $106.00 $212.00 $103.00 $206.00 $333.00 $666.00 $485.00 $970.DD $1.05 $53.80 $1.03 $57.68 $18.00 $1,008.0D $10.70 $599.20 $370.00 $370.00 $360.00 S360.O0 $450.00 S450.00 $663.00 $663.00 $30.60 $3,702.60 $29.80 $3,605.80 $34.00 $4,114.00 $46.90 $5,674.90 $36.00 $792.00 $34.95 $768.90 $48.00 $1,056.00 $53.20 $1,170.40 $1,583.00 $1,583.0D $1,542.00 $1,542.00 $1,855.00 $1,855.00 $1,460.00 $1,460.00 $1,846.00 $3,692.00 $1,800.00 S3,600.0D $2,190.00 $4,380.00 $2,450.00 $4,900.00 $530.00 $530.00 $514.00 $514.00 $838.00 $838.00 $1,280.00 S1,280.00 $75.00 $600.00 $281.00 $2,248.00 $40.00 $320.00 $1,280.00 310,240.DD $4,060.00 $4,060.00 $3,960.00 $3,960.00 $2,124.00 $2,124.00 $2,030.00 32,030.DO $20.85 $12,822.75 $23.00 $14,145,00 $0.10 $61.50 $12.71 $7,816.65 $1.50 $270.00 $1.50 $27D.60 $3.50 $630.00 $2.35 $423.DD $141.50 $7,782.50 $175.00 $9.625.00 $182.00 $10,010.00 $274.88 $15,118.40 $17.50 $1,400.00 $13.00 S1,D40.D0 $16.30 S1,304.00 $11.43 $914.40 $16.00 $160.0 $30.50 $305.00 $33.50 $335.00 $11.26 $112.60 $19.25 $1,510.00 $17.00 $1,360.00 $20.50 $1,640.00 $9.37 $749.60 $14.75 $442.50 $22.50 75.00 $33.00 M.001 $9.14 $274.20 $40,018.LS $44,282.38 $31,78150 $54,396.35 193803348-BidTab.xlsm QT-6 ® Stantec Project Name: 2016 NORTHWOOD SOUTH AREA INFRASTRUCTURE IMPROVEMENTS Ihereby certifythat thisisanexact reproduction of bids received. City Project No. 974 Project No.: 193803348 Bid Opening: Thursday, Mardi 3, 2016 at 10 A.M., CST Owner: City of New Ho MN ,WemyG, Hau--,-; PE License No. 46703 Item Num BID TABULATION Item Units Qty BASE BID: PART 1: GENERAL 1 MOBILIZATION LS 1 2 TRAFFIC CONTROL LS I TOTAL PART 1 GENERAL PART 2: RECONSTRUCT STREETS (RECON) PART 2A: SANITARY SEWER (RECON) 3 REMOVE AND REPLACE SANITARY SEWER FRAME AND EA 23 RINGS WITH HOPE RINGS AND FRAME 4 REMOVE SANITARY SEWER PIPE LF 15 5 10" PVC SANITARY SEWER PIPE - SDR 35 LF 15 6 4" PVC SCHEDULE 40 SANITARY SEWER SERVICE PIPE LF 620 7 CONNECT TO EXISTING SANITARY SEWER PIPE EA 1 8 CONNECT TO EXISTING SANITARY SEWER SERVICE EA 62 9 CONNECT TO EXISTING SANITARY SEWER STRUCTURE EA 1 10 REPAIR DOGHOUSE/INVERT EA 4 11 4' DIAMETER SANITARY SEWER MH BARREL SECTION LF 15 WITH STEP 12 IMPROVED PIPE FOUNDATION LF 15 13 TELEVISE SANITARY SEWER LF 15 TOTAL PART 2A SANITARY SEWER (RECON) PART 2B: WATER MAIN (RECON) 14 TEMPORARY WATER SERVICE LS 1 15 REMOVE WATER',MAIN LF 6755 16 REMOVE WATER SERVICE EA 124 17 REMOVE HYDRANT, VALVE AND BOX EA 10 18 REMOVE VALVE AND BOX EA 13 19 CONNECT TO EXISTING WATER MAIN EA 12 20 6" PVC WATER MAIN,C900-DR18, WITH TRACER WIRE LF 3495 21 8" PVC WATER MAIN, C900-DR18, WITH TRACER WIRE LF 3265 22 6" GATE VALVE AND BOX EA 13 23 8" GATE VALVE AND BOX EA 7 24 HYDRANT, INCLUDING 6" GATE VALVE AND BOX EA 10 25 EXTEND HYDRANT BARREL LF 4 26 DUCTILE IRON FITTINGS LB 2000 27 INSULATION - 4" THICK SY 200 28 IMPROVED PIPE FOUNDATION LF 700 29 CONNECT TO EXISTING WATER SERVICE EA 124 30 1" CORPORATION STOP EA 124 31 1" CURB STOP AND BOX EA 124 32 1" TYPE "K" COPPER PIPE LF 3900 TOTAL PART 2B WATER MAIN (RECON) PART 2C: STORM SEWER (RECON) 33 REMOVE STORM ',SEWER MH OR CATCH BASIN EA 23 34 REMOVE STORM SEWER PIPE LF 1280 35 BULKHEAD OPENING IN EXISTING STORM STRUCTURE EA 1 36 12" RCP STORM SEWER, CL 5 LF 277 37 15" RCP STORM SEWER, CL 5 LF 465 38 18" RCP STORM SEWER, CL 5 LF 443 39 21" RCP STORM SEWER, CL 4 LF 351 40 24" RCP STORM SEWER, CL 3 LF 306 Bidder No. 1 Bidder No. 2 Bidder No. 3 Bidder No. 4 GHM Asphalt Corporation Valley Paving, Inc. SR Weidema, Inc. Park Construction Co. Unit Price Total Unit Price Total Unit Price Total Unit Price Tots( $145,000.00 $145,000.00 $105,000.00 $105,000.00 $100,000.00 $100,000.00 $143,800.00 S143,8D0.00 $3,700.00 $3,700.00 $3,100.00 $3,100, $3,300.00 g3ou $3,030.00 $3,030.00 $148,70D.00 $108,100.00 $103,300.00 $146,830.00 $1,070.00 $24,610.00 $740.00 $17,020.00 $945.00 $21,735.00 $720.51 116,571.73 $26.40 $396.00 $25.70 $385.50 $2.50 $3730 $20.40 $306.DD $106.00 S11590.D0 $103.00 $1,545.00 $55.00 S825.00 $81.50 S1,222.50 $9.40 $5,828.00 $5.14 $3,186.80 $21.00 $13,020.00 $45.40 $28.148.00 $950.00 050.00 $925.00 $925.00 $800.00 S800.00 $2,570.00 $2,570.00 $63.30 S3,924.6D $61.70 $3,825.40 $210.00 $13,020.00 $87.60 $5,431.20 $1,583.00 S1,S83.00 $1,542.00 $1,542.00 $750.00 $750.00 $2,550.00 $2,S50.00 $400.00 $116W.00 $390.00 511560.00 $675.00 S2,700.00 $403.00 $1,612,00 $475.00 $7,125.00 $462.00 $6,930.00 $575.00 $8,62S.00 $403.00 $6,045.00 $26.40 $396,00 $25.70 $385.50 $0.10 S1.50 $0.01 $0.15 S5.00 S75.00 $35.00 S525.DD $22.00 U30.00 $38.00 $570.00 "8,077.60 $37,830.20 $61,844.00 $65,02.6.58 $6,858.00 $6,858.00 $6,700.00 $6.700.00 $46,000.00 $46,000A10 $32,100.00 $32,100.00 $1.05 $7,092.75 $1.03 $6,957.65 $3.00 $20,265.00 $5.05 $34,11235 $42.20 $5.232.80 $41.12 $5,098.88 $260.00 $32,240.00 $2.55 $316.20 $211.00 $2,110.00 $205.60 $2,056.00 $385.00 $3,950.00 $434.00 $4,340.D0 $256.00 $3,328.00 $102.80 51,336.40 $255.00 $3,315.00 $240.00 S3,120.00 $844.00 S10,128.00 $822.40 $9,868.80 $1,100.00 $13,200.00 $2,660.00 $311920.00 $31.70 $110,791.5D $30.85 $107,820.75 $29.00 $ID1,355.00 $29.00 $101,355.00 $32.70 SID6,765.50 $31.88 S1D4,088.20 $32.00 SID4,480.00 $31.50 $102.847.50 $1,938.00 SZ5,194.00 $1,650.00 $21.450.00 $1,835.00 $23,8S5.00 $1,660.00 $21,580.00 $2,255.00 $15.795.00 $1,953.00 $13,671.00 $2,435.00 $17,D45.00 $2,140.00 514,980.00 $6,646.00 166,460.00 $6,475.00 $64,750.00 $5,535.00 $55,350.00 $5,160.00 $51,600.D0 $844.00 $3,376.00 $822.40 53,289.60 $871.00 $3.484.00 $760.00 $3,010.00 $2.11 $4,220.00 $2.06 $4,120.00 $4.55 59,100.00 $7.45 $14,900.00 $38.00 $7,600.00 $37.00 $7,4D0.00 $47.00 $9.400.00 $38.30 $7,660.00 $0.01 $7.00 $0.01 $7.0D $0.01 $7.00 $0.01 $7.00 $127.00 $15,748.00 $123.00 S1S1252.00 $290.00 $35,96D.00 $116.00 $14,384.00 $174.00 $21,576.00 $169.60 521,030.40 $360.00 S44,640,00 $173.00 S21,452.00 $264.00 $32,736.00 $257.00 S31,868,00 $375.00 $46,500.00 $220.00 $27,280.00 $27.50 1107,Z50.0 $26.75 0 $11.00 $38.90 115010,0D $55212S8.55 $531,089.68 $612,946.00 $638,7"A5 $106.00 $2,438.00 $103.00 $2,369.00 $335.00 $7,705.00 $444.00 $10,212.00 $1.05 $1.344.00 $1.03 S1,318.40 $14.00 $17,920.00 $7.10 99,D88.00 $370.00 1370,00 $360.00 $360.00 $480.00 $480,00 $663.00 $663.D0 $29.60 $8,199.20 $28.80 $7,977.60 $29.00 $8,033.00 $45.00 $12,465.00 $30.60 $14,229.00 $29.80 $13,857,00 $43.00 $19,995.00 $46.40 $21,576.D0 $33.75 $14.951.25 $32.90 S14,574.70 $45.00 $19,935.00 $47.10 $20.86530 $35.90 51200.90 $34.95 512.267.45 $50.00 $17,550.00 $52.50 $18,427.50 $38.00 $11,628.00 $37.00 S11322.00 $52.00 $15.912.00 $52.50 $16,065.00 193803348-BidTab.xlsm QT-1 BID TABULATION Bidder No. 1 Bidder No. 2 Bidder No. 3 Bidder No. 4 GHM Asphalt Corporation Valley Paving, Inc. SR Weidema, Inc. Park Construction Co. Item Num Item Units Qty Unit Price Total Unit Price Total Unit Price Total Unit Price Total 41 30" RCP STORM SEWER, CL 3 LF 185 -.. $9,758.75 SSI.40 $9,509.00 S67.00 S14395.00 $72.70 $13.449.50 42 36" RCP STORM SEWER, CL 3 LF 149 $59.00 $8,791.00 $57.57 $8,577.93 $82.00 S12,218.DO $97.50 $14,527.50 43 51" SPAN RCP ARCH STORM SEWER, CL 2A LF 29 $100.00 $2,9W.00 $97.65 $2431.85 $129.00 $3,741.00 $161.00 $4,669.00 44 2'x3' STORM SEWER CATCH BASIN EA 5 $1,582.00 $7,910.00 $1,542.00 $7.710.00 $1,720.00 $8,600.00 $1,430.00 $7,150.00 45 4' DIAMETER STORM SEWER MH OR CBMH EA 17 $1,847.00 $31,399.00 $1,799.00 530,583.00 $2,285.00 $38,845.00 $2,380.00 S40,460.00 46 4' DIAMETER STORM SEWER MH OR CBMH WITH 5' EA 1 $6,752.00 $6,752.0D $6,580.00 $6,580.00 $4,700.00 $4,7U0.00 $8,630.00 0,630.00 SUMP. ENERGY DISSIPATOR AND SKIMMER 47 5' DIAMETER STORM SEWER MH OR CBMH EA 2 $2,954.00 $5,908.00 $2,880.00 $5.760.00 $3,100.00 $6,200.00 $3,400.00 $6,800.D0 48 6' DIAMETER STORM SEWER MH OR CBMH EA 1 $3,904.00 $3,904.00 $3,880.00 $3,880.00 $4,000.00 $4,000.00 $4,110.00 $4,110.00 49 7' DIAMETER STORM SEWER MH OR CBMH EA 2 $5,591.00 $11,182.00 $5,450.00 $10.900.00 $5,000.00 510,000.00 $5,240.00 $10,480.00 50 T DIAMETER STORM SEWER MH OR CBMH WITH 5' EA 1 $12,450.00 S12,450.W $12,130.00 112,130.00 $6,700.00 $6,700.DO $14,700.00 $14,700.00 SUMP. ENERGY DISSIPATOR AND SKIMMER 51 CONNECT TO EXISTING STORM SEWER PIPE EA 10 $422.00 $4,220.00 $411.00 $4,110.00 $800.00 $8,000.00 $663.00 $6,630.00 52 CONNECT TO EXISTING STORM SEWER STRUCTURE EA 1 $530.00 $530.DO $514.00 $514.DO $840.00 $840.00 $867.00 $867.00 53 CONNECT TO STRUCTURE (DRAINTILE) EA 37 $75.00 $2,775.00 $285.00 $10,545.00 $55.00 $2,035.00 $1,280.00 $47.360.00 54 2'x3'FILTRATION CATCH BASIN WITH SKIMMER EA 3 $4,061.00 $L2,183.00 $3,958.00 $11,874.00 $1,700.00 $5,100.00 $2,030.00 561090.00 55 FILTRATION TRENCH EXCAVATION (EV) CY 300 $20.85 $6,255.00 $23.00 $6,900.00 $86.00 $25,800.00 $11.26 $3,378.00 56 FILTRATION TRENCH GEOTEXTILE FABRIC - TYPE V SY 855 $1.50 $1,282.50 $1.50 $1,282.50 $1.75 $1,496.25 $1.63 $1.393.65 57 IRON -ENHANCED FILTER MEDIA (LV) CY 260 $141.50 536,79100 $175.00 S45,500.00 $160.00 S41,600.0D $269.90 $70,174.00 58 6" PVC PERFORATED COLLECTION PIPE, WITH SOCK LF 385 $17.50 $6,737.50 $10.60 $4,081.00 $10.00 $3,850.00 $12.10 "'658.50 59 6" PVC NON -PERFORATED COLLECTION PIPE LF 45 $16.00 $720.00 $22.50 $1,012.50 $18.00 S810.00 $11.70 $526.50 60 8" PVC SLOTTED DISTRIBUTION PIPE, WITH FIELD CUT LF 385 $19.25 $7,411.25 $13.75 55,293.75 $11.00 $4,235.00 $9.95 $34830.75 SLOTS AND SOCK 61 8" PVC NON -SLOTTED DISTRIBUTION PIPE LF 90 $14.75 $1,327.50 $1150 S1,215.0c $19.00 71Q. $9.65 68.50 TOTAL PART 2C STORM SEWER (RECON) $246,946.8S $254,835.68 $310,405.25 $380.114.70 PART 2D: STREETS (RECON) 62 TEMPORARY MAIL LS 1 $500.00 550040 $7,200.00 S7,200.00 $4,000.00 $4,000.DD $2,020.00 $2,020.DO 63 INLET PROTECTION EA 35 $125.00 $4,375.00 $150.00 $5,250.00 $400.00 $14,000.00 $146.68 $5,L33.80 64 SILT FENCE, TYPE MACHINE SLICED LF 420 $3.20 $1.344.00 $3.10 $1,302.00 $3.00 $1,260.00 $3.05 $1,281.00 65 FLOATING SILT CURTAIN LF 200 $31.70 $6,340.00 $31.00 $6,200.00 $33.00 $6,600.00 $30.30 $6,D60.00 66 TEMPORARY ROCK CONSTRUCTION ENTRANCE TN 300 $30.00 $9,D00.00 $40.00 $12=00 $37.00 S11,100.00 $38.25 $11.475.00 67 WATER FOR DUST CONTROL TGAL 80 $35.00 $2,800.00 $20.00 $1,600.00 $85.00 $6,800.00 $40.98 S3,278.40 68 SALVAGE SIGN EA 5 $26.50 $132.50 $25.70 S128.50 $25.00 $125.00 $25.30 $126.50 69 SALVAGE AND REINSTALL STREET NAME BLADE SIGN EA 8 $185.00 $1,480.00 $36.00 $288.00 $178.00 $1,424.OD $177.00 $1,416.00 ON NEW POST 70 REMOVE TREE EA ISO $395.50 $59,325.00 $360.00 $54,OOD.00 $380.00 $57.000.00 $370.00 $55,500.00 71 MILL AND STOCKPILE BITUMINOUS PAVEMENT WITH SY 20720 $1.55 S324116.00 $1.25 $25,900.00 $1.00 $20,720.00 $2.60 $53,872.00 PETROMAT - 3" DEPTH 72 LOAD, HAUL, PLACE, GRADE AND COMPACT PETROMAT CY 2810 $11.30 $31,753.00 $9.30 $26,133.00 $7.00 $19,670.00 $13.33 $37,457.30 MILLINGS 73 REMOVE BITUMINOUS PAVEMENT BELOW 3" MILL SY 20720 $2.50 $51,806.00 $1.00 $204720.00 $1.75 $36,260.00 $1.74 $36,052.80 DEPTH 74 SAWING BITUMINOUS PAVEMENT - STREET LF 500 $2.50 S1,25100 $4.30 $2,150,00 $3.50 $1,750.00 $2.00 $1,DD0.D0 75 REMOVE CONCRETE CURB & GUTTER LF 13200 $2.40 $31,680.00 $2.85 $37.620.00 $3.60 $47,520.00 $2.71 $35,772.0D 76 REMOVE CONCRETE WALK SF 650 $1.00 S650.00 $1.00 $650.00 $0.50 $325.00 $0.63 5409.50 77 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 11500 $0.50 $5,750.00 $0.43 $41945.00 $0.40 54.500.DO $0.71 $8,165.00 78 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 18200 $1.25 522,750.00 $1.00 S18,200,00 $0.45 $8.190.00 $0.73 $13,286.00 79 COMMON EXCAVATION (P) CY 17370 $16.40 $284,868.00 $15.65 S271,840.50 $11.10 $192,807.00 $10.26 $178,216.20 80 SUBGRADE EXCAVATION (CV) CY 1750 $16.40 $28,700.OD $18.00 $31,500.00 $10.00 $17,500.00 $12.23 $21,402.50 81 GEOTEXTILE FABRIC - TYPE V SY 25400 $1.25 S31,750.OD $1.25 $31,750.OD $1.75 $44,450.00 $1.38 $35,052.00 82 SELECT GRANULAR BORROW (MODIFIED) TN 27700 $7.85 $217,445.00 $11.00 $304.700.00 $10.80 9299,160.00 $12.09 $334.993.00 83 AGGREGATE BASE, CLASS 5 TN 7700 $12.35 $95,095.00 $14.00 $107,800.00 $12.00 592,4DO.00 $13.38 $103,026.00 84 4" PVC PERFORATED DRAIN TILE, WITH SOCK LF 13200 $3.75 $49,500.00 $7.70 S1011640.00 $6.00 579,200.00 $5.65 $74.580.00 85 4" PVC NON -PERFORATED DRAIN TILE LF 80 $4.00 020.00 $16.70 S1,336.00 $6.00 $480.00 $8.88 $710.40 86 4" PVC SUMP PIPE STUB INCLUDING WYE AND CAP EA 131 $150.00 $19.650.00 $300.00 $39,300.00 $45.00 S5,895.00 $154.89 $20.790.59 87 BITUMINOUS MATERIAL FOR TACK COAT GAL 1150 $3.00 S3,450.00 $2.25 $2,587.30 $2.25 $2,587.50 $2.40 $2,760.00 88 TYPE SP 12.5 NON -WEARING COURSE MIXTURE (2,B) TN 2650 $55.90 $148,135.00 $53.35 $141,377.50 $53.40 $141,510.00 $53.90 $142,835.DO 89 TYPE SP 9.5 WEARING COURSE MIXTURE (2,C) TN 1990 $68.02 5135,359.80 $65.20 S129,748.00 $65.20 $129,748.00 $66.41 $132,155.9D 90 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS TN 100 $120.00 $12,000.00 $100.00 $10,0DO.DD $100.00 $10,000A0 $111.01 $11,101.00 (2.B) 91 6" CONCRETE DRIVEWAY SF 25000 $4.85 S121,250.00 $4.70 $117,500.00 $5.90 $147,500.00 $5.40 5135,000.00 92 7" COMMERCIAL CONCRETE DRIVEWAY SF 300 $6.55 $1,965.00 $6.30 $1,890.00 $14.25 54,275.00 $6.85 $2,055.00 93 B618 CONCRETE CURB AND GUTTER LF 13200 $12.13 $160,116,00 $9.99 $131,868.00 $10.65 $140,580.00 $12.50 S165,000.00 193803348-B-dTab.xlsm QT-2 BID TABULATION Item Num Item Units Qty 94 4" CONCRETE WALK SF 150 95 6" CONCRETE PEDESTRIAN RAMP SF 500 96 TRUNCATED DOME SURFACE SF 48 97 EROSION CONTROL COMPOST BLANKET- BLOWN SY 17500 W/SEED 98 TOPSOIL BORROW, MNDOT 3877.2B (LV) CY 3500 99 SIGN PANELS SF 20 100 ZEBRA CROSSWALK, WHITE SF 108 101 24" SOLID WHITE STOP BAR LF 15 102 STREET SWEEPER (WITH PICKUP BROOM) HR 60 TOTAL PART 2D STREETS (RECON) PART 3: MILL & OVERLAY STREETS (M&O) PART 3A: UTILITIES (M&O) 103 REMOVE AND REPLACE SANITARY SEWER FRAME AND EA 15 RINGS WITH CONCRETE RINGS AND FRAME 104 4' DIAMETER SANITARY SEWER MH BARREL SECTION LF 12 WITH STEP 105 REMOVE AND REPLACE SANITARY SEWER PIPE LF 20 (SPECIAL) 106 REMOVE AND REPLACE STORM SEWER FRAME AND EA 3 RINGS WITH CONCRETE RINGS AND FRAME 107 REMOVE AND REPLACE WATER GV BOX SECTION EA 5 TOTAL PART 3A UTILITIES (M&O) PART 3B: STREETS MO) 108 MILL BITUMINOUS PAVEMENT - 2" DEPTH SY 9820 109 MILL AND STOCKPILE BITUMINOUS PAVEMENT WITH SY 12320 PETROMAT - 2" DEPTH 110 REMOVE AND REPLACE CONCRETE CURB & GUTTER LF 430 Ill REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 1500 112 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 1500 113 AGGREGATE BASE, CLASS 5 - (SPECIAL) TN 610 114 BITUMINOUS PATCHING (SPECIAL) - TYPE SP 12.5 NOW TN 145 WEARING COURSE MIXTURE(B) 115 BITUMINOUS MATERIAL FOR TACK COAT GAL 1220 116 TYPE SP 9.5 WEARING COURSE MIXTURE (2,B) TN 2800 117 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS TN 35 (2.B) 118 6" CONCRETE DRIVEWAY SF 1500 119 APPLY CONCRETE CURING COMPOUND TO EXISTING LF 14500 CURB AND GUTTER 120 EROSION CONTROL COMPOST BLANKET- BLOWN SY 240 W/SEED 121 TOPSOIL BORROW, MNDOT 3877.2E (LV) CY 45 TOTAL PART 3B STREETS (M&O) PART 4: FULL PAVEMENT REMOVAL STREETS PART 4A: UTILITIES (FPR) 122 REMOVE AND REPLACE SANITARY SEWER FRAME AND EA 2 RINGS WITH CONCRETE RINGS AND FRAME 123 4' DIAMETER SANITARY SEWER MH BARREL SECTION LF 3 WITH STEP 124 REMOVE AND REPLACE WATER GV BOX SECTION EA I TOTAL PART 4A: UTILITIES (FPR) PART 4B: STREETS (FPR) 125 MILL AND STOCKPILE BITUMINOUS PAVEMENT WITH SY 680 PETROMAT - 2" DEPTH (CUL DE SAC ONLY) 126 MILL AND STOCKPILE BITUMINOUS PAVEMENT WITH SY 1185 PETROMAT - 3" DEPTH 127 REMOVE AND REPLACE CONCRETE CURB & GUTTER LF 30 128 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 200 129 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 200 Bidder No. 1 Bidder No. 2 Bidder No. 3 Bidder No. 4 GHM Asphalt Corporation Valley Paving, Inc. SR Weidema, Inc. Park Construction Co. Unit Price Total Untt Price Total Unit Price Total Unit Price Total. $7.91 $1,186.50 $7.70 $1,155.00 59.80 51,470.00 $7.55 $1,132.50 $8.65 54,325.00 $8.45 $4,225.00 $9.85 54,925.00 $7.25 $3,525.00 $42.62 52,045.76 $41.15 $1,975.20 $40.05 $1,922.40 $57.00 $2,736.00 $2.80 $49,000.00 $2.72 $47,600.00 $2.65 $46,375.00 $2.70 $47,250.00 $30.00 $10510W.00 $30.00 5105,000.00 $32.00 $1121000.00 $28.30 $99.050.00 $37.00 $740.00 $25.70 $514,00 $35.00 $700.00 $35.40 $708.00 $11.75 $1,269.00 $11.30 51,220.40 $11.50 $1,242.00 $11.10 $1,198.80 $23.50 5352.50 $22.60 $339.00 $22.50 $337.50 $22.20 5333.00 $133.00 S7.980.00 5100.00 S6 000. 0 $150.00 S9-000.00 $116.00 $6,%Q $1, 744, 548.06 $1,817,152.60 $1,727,408A D $1,794,376.19 $1,070.00 $16,050.00 $605.00 $9,075.00 $1,100.00 $16,500.00 $765.00 $11,475.00 $475.00 $5,700.00 $462.00 55,544.00 $550.00 $6,60G.00 $526.00 $6X2.,00 $415.00 $8,300.00 $267.50 $5,350.00 $330.00 $6,600.00 $126.00 $2,520.00 $1,070.00 $3,210.00 $605.00 $11815.00 $1,017.00 0,051.00 $765.00 $2,295.00 $338.00 $1.690.00 $350.00 $1.750.00 $760.00 t3.90100 $969.00 11,845A $34,950.00 $23,534.06 $36,651.00 $27,447.00 $0.95 $9,329.00 $0.77 $7,561.40 $0.65 $6,383.00 $1.25 $12,275.00 $1.00 $12,320.00 $0.84 $10,348.80 $0.65 $8,003.00 $1.91 $23,531.20 $28.25 $12,147.50 $30.50 $13,115.00 $23.00 59,890.00 $29.30 $12,599.00 $0.50 $750.00 $0.43 $645.00 $0.55 $825.00 $0.74 $1,110.00 $1.25 $1.875.00 $1.00 $1.500.00 $0.55 $825.00 $0.60 $900.D0 $1.00 $610.00 $42.65 $26.016.50 $17.50 $10,675.D0 $18.75 $11,437.50 $165.00 $23,925.00 $90.00 $13,050.00 $132.00 $19,140.00 $85.31 $12,369.95 $3.00 $3,6W.00 $2.25 $2,745.00 $2.25 $2,745.00 $2.30 92,806.00 $58.10 5162,680.00 $56.00 5156,800.O0 $56.00 $156,800.00 $56.81 51591068.00 $120.00 $4,200.G0 $100.00 $3,500.00 $100.00 $3,500.00 $120.37 $4,212.95 $4.85 $7.275.00 $5.40 $8,100.00 $9.00 $13.500.00 $5.50 58,250.00 $0.59 $8,555.00 $0.57 $8,265.DO $0.55 $7,975.00 $1.05 $15,225.00 $2.80 $672,00 $2.72 $652.80 $2.65 $636.00 $2.70 $648,0D $30.00 $30.00 3 $33.00 1 $28.30 $1,273.50 $249,346Z0 $253,649.50 $242,387.00 $265,706.10 $1,070.00 $2,140.00 $605.00 $1,210.00 $935.00 $1,870.00 $765.00 51,530.00 $475.00 $1,425.00 $462.00 $1,386.00 $670.00 $2,010.00 $367.00 $1.391.00 $338.00 $350.00 t350.00 $620.00 SQ0.00 $970.00 070.130 $3,903.00 $2,946.00 $4,500.00 $3,601.00 $1.55 $1,054.D0 $1.35 $918.00 $1.45 $986.00 $3.54 $2,407.20 $1.55 $1,836.75 $1.90 $2,251.5D $1.55 $1,836.75 $3.93 $4,657.45 $31.50 $945.00 $40.05 $1,201,50 $35.00 $1,050.00 $64.20 $1.926.00 $2.50 $500.00 $1.00 $200.00 $1.25 $250.00 $1.12 $224.D0 $2.50 $500.00 $1.00 5200.00 $1.20 $240.00 $1.03 $206.00 193803348-BidTab.xlsm QT-3 Item Num 130 AGGREGA" 131 BTTUMINC WEARING 132 BITUMINC 133 TYPE SP 9 134 TYPE SP 9 (2.B) 135 6" CONCRI 136 APPLY COI CURB AND 137 EROSION i W/SEED 138 TOPSOIL 139 STREET S% TOTAL PA BASE BID TOTAL PAF TOTAL PAF TOTAL PAF TOTAL PAF TOTAL PAF TOTAL PAF TOTAL PAF TOTAL PAF TOTAL PAF TOTAL BA ALTERNA' PART 1: G 140 MOBILIZAI 141 TRAFFIC C TOTAL PA PART 2: S 142 REMOVE AI 143 4" PVC SCF 144 CONNECT" 145 4' DIAMET1 TOTAL PA 146 147 148 149 150 151 152 153 154 155 156 157 158 159 160 161 PART 3: V TEMPORAR REMOVE W REMOVE W REMOVE H' REMOVE W CONNECTI 6" PVC WA' 6" GATE V1 HYDRANT, EXTEND H1 DUCTILE IF IMPROVED CONNECTI 1" CORPOR 1" CURB ST 1" TYPE "K' TOTAL PAI BID TABULATION Bidder No. 1 Bidder No. 2 Bidder No. 3 Bidder No. 4 GNM Asphalt Corporation Valley Paving, Inc. SR Weidema, Inc. Park Construction Co. Item Units Qty Unit Price Total Unit Price Total Unit Price Total Unit Price Total E BASE, CLASS 5 - (SPECIAL) TN 55 $1.00 S55.00 $43.00 $2,365,00 S17.50 $962.50 $29.22 $1,607.10 JS PATCHING (SPECIAL) - TYPE SP 12.5 NOW TN 15 $165.00 $2,475.00 $90.00 S1,350.00 $205.00 $3,075.00 $104.83 $1,572.45 ,OURSE MIXTURE(B) JS MATERIAL FOR TACK COAT GAL 105 $3.00 $315.00 $2.25 SZ36.25 $2.25 $236.25 $2.50 S262.50 5 WEARING COURSE MIXTURE(2,B) TN 310 $58.10 $18,011.00 $60.00 $181600.00 $60.00 $18.600.00 $59.55 $18,460.50 5 BITUMINOUS MIXTURE FOR DRIVEWAYS TN 5 $120.00 $600.00 $115.00 $575.00 $125.00 $625.00 $174.93 $874.65 TE DRIVEWAY SF 200 $7.25 $1.450.00 $7.00 $1,400.00 $8.00 0,1,600.00 $8.70 $1,740.00 CRETE CURING COMPOUND TO EXISTING LF 1000 $0.59 $590.00 $0.57 $570.00 $0.55 $550.00 $2.05 $2,050.00 GUTTER ONTROL COMPOST BLANKET - BLOWN SY 50 $2.80 $140.00 $2.72 $136.00 $2.65 $132.50 $2.70 $135.00 DRROW, MNDOT 3877.2B (LV) CY 10 $30.00 $300.00 $30.00 $300.00 $53.00 $530.00 $28.30 $283.00 FEEPER (WITH PICKUP BROOM) FIR 10 $133.00 $1,330.0 $100.00 S1.000.00 $150.00 $116.00 RT 4B STREETS (FPR) $30,101.75 $31,303.25 $32,174.00 $37,565.45 SUMMARY: T 1: GENERAL $148,700.00 $108,100.00 $103,300.00 $146,530.00 T 2A: SANITARY SEWER (RECON) $48,077.60 $37,830.20 $61,844.00 $65,026.58 T 2B: WATER MAIN (RECON) $552,258.55 $531,089.68 $612,946.00 $638,704.45 T 2C:STORM SEWER (RECON) $246,946.85 $254,835.68 $310,405.25 $380,114.70 T 2D:STREETS (RECON) $1,744,548.06 $1,817,152.60 $1,727,408.40 $1,794,376.19 T 3A: UTILITIES (M&O) $34,950.00 $23,534.00 $36,651.00 $27,447.00 T 3B: STREETS (M&O) $249,348.50 $253,649.50 $242,387.00 $265,706.10 T 4A: UTILITIES (FPR) $3,903.00 $2,946.00 $4,500.00 $3,601.00 T 4B: STREETS (FPR) S30 101.75 S31 03.25 $32,174.00 $37 565.45 M BID $3,058,834.31 $3,060,440.91 $3,131,615.65 $3,359,371.47 E 1 - DECATUR AVENUE RECONSTRUCT ENERAL [ON LS I $16,380.00 $16,380.00 $12,500.00 $12,500.00 $2,750.00 $2,750.00 $15,000.00 $151000.00 )NTROL LS I $750.00 $750.00 $215.00 $215.00 $200.00 $200.W $202.00 5202,00 tT 1 GENERAL $17,130.00 $12,715.00 $2,950.00 $15,202.00 WITARY SEWER ID REPLACE SANITARY SEWER FRAME AND EA 3 $1,070.00 $3,210.00 $740.00 $2,220.00 $935.00 $2,805.00 $852.00 $2,S56.00 EDULE 40 SANITARY SEWER SERVICE PIPE LF 90 $5.30 $477.00 $5.15 $463.50 $22.00 $1,980.00 $48.70 $4,383.D0 0 EXISTING SANITARY SEWER SERVICE EA 9 $63.30 $569.70 $61.70 $555.30 $216.00 $1,944.00 $94.90 $854.10 R SANITARY SEWER MH BARREL SECTION LF 4 $791.25 S3165.00 $462.00 $1,848.00 $696.00 S2 784.00 $442.00 $1 768.00 tT 2 SANITARY SEWER $7,421.70 $5,086.80 $9,S13.00 $9,561.10 ATER MAIN ' WATER SERVICE LS 1 $1,583.00 $1,583.00 $1,550.00 $1,550.00 $8,650.00 $8,650.00 $6,480.00 $6,480.00 \TER MAIN LF 760 $1.05 V%.00 $1.03 $7&2.80 $9.00 $6,840.00 $5.75 $4,370.00 \TER SERVICE EA 17 $42.20 $717.40 $41.12 $699.04 $257.00 $4,364.00 $3.55 $60.35 DRANT, VALVE AND BOX EA 2 $211.00 $422.00 $205.00 $410.00 $385.00 $770.00 $454.00 $908.00 LVE AND BOX EA 2 $230.00 $460.00 $105.00 $210.00 $258.00 $516.00 $240.00 $480.00 D EXISTING WATER MAIN EA 2 $844.00 S1,688.00 $822.00 S1,644.00 $1,032.00 $2,064.00 $1,610.00 $3,220.00 ER MAIN,C900-DR18, WITH TRACER WIRE LF 760 $31.70 $24,092.00 $30.85 $23,446.00 $28.00 $21,280.00 $30.00 $22,800.00 _VE AND BOX EA 2 $1,940.00 $3,880.00 $1,650.00 $3,300.00 $1,775.00 $3,550.00 $1,680.00 $3,360.00 NCLUDING 6" GATE VALVE AND BOX EA 2 $6,646.00 $2,292.00 $6,475.00 $12,950.00 $5,735.00 S11,470.D0 $5,180.00 $10,360.00 )RANT BARREL LF 1 $844.00 $844.00 $822.00 $822.00 $874.00 $874.00 $875.00 $875.00 ON FITTINGS LB 280 $2.10 S588.00 $2.05 $574.(?D $4.65 $1,302.00 $7.90 $2,212.00 )IPE FOUNDATION LF 76 $0.01 S0.76 $0.01 $0.76 $0.01 $0.76 $0.01 $0.76 D EXISTING WATER SERVICE EA 17 $127.00 $2,159.00 $123.50 $2,099.50 $290.00 $4,930.00 $116.00 $1,972.00 ffION STOP EA 17 $174.00 $2,958.00 $170.00 $2,890.00 $385.00 $6,545.00 $173.00 $2,941.D0 )P AND BOX EA 17 $264.00 $4,488A0 $257.00 $4,369.00 $398.00 $6,766.00 $220.00 $3,740.DD COPPER PIPE LF 520 $27.50 $14,300.00 $26.75 $13 910.00 $11.50 15,980.00 $40.30 $2G,956.00 T 3 WATER MAIN $72,270.16 $69,657.10 $85,906.76 $84,735.11 193803348-BidTab.xlsm QT-4 BID TABULATION Item Num Item Units Qty PART 4: STORM SEWER 162 REMOVE STORM SEWER MH OR CATCH BASIN EA 1 163 15" RCP STORM SEWER, CL 5 LF 101 164 18" RCP STORM SEWER, CL 5 LF 16 165 2'x3' STORM SEWER CATCH BASIN EA 1 166 4' DIAMETER STORM SEWER MH OR CBMH EA 2 167 4' DIAMETER STORM SEWER MH OR CBMH WITH 5' EA 1 168 CONNECT TO EXISTING STORM SEWER PIPE EA 1 169 CONNECT TO STRUCTURE(DRAINTILE) EA 9 170 2'xT FILTRATION CATCH BASIN WITH SKIMMER EA 1 171 FILTRATION TRENCH EXCAVATION (EV) CY 51 172 FILTRATION TRENCH GEOTEXTILE FABRIC - TYPE V SY 145 173 IRON -ENHANCED FILTER MEDIA (LV) CY 44 174 6" PVC PERFORATED COLLECTION PIPE, WITH SOCK LF 65 175 6" PVC NON -PERFORATED COLLECTION PIPE LF 20 176 8" PVC SLOTTED DISTRIBUTION PIPE, WITH FIELD CUT LF 65 177 8" PVC NON -SLOTTED DISTRIBUTION PIPE LF 30 TOTAL PART 4 STORM SEWER PART 5: STREETS 178 TEMPORARY MAIL LS 1 179 INLET PROTECTION EA 6 180 SILT FENCE, TYPE MACHINE SLICED LF 50 181 FLOATING SILT CURTAIN LF 100 182 TEMPORARY ROCK CONSTRUCTION ENTRANCE TN 100 183 WATER FOR DUST CONTROL TGAL 20 184 SALVAGE SIGN EA 1 185 SALVAGE AND REINSTALL STREET NAME BLADE SIGN EA 2 186 REMOVE TREE EA 18 187 MILL AND STOCKPILE BITUMINOUS PAVEMENT WITH SY 2400 188 LOAD, HAUL, PLACE, GRADE AND COMPACT PETROMAT CY 180 189 REMOVE BITUMINOUS PAVEMENT BELOW 3" MILL SY 2400 190 SAWING BITUMINOUS PAVEMENT- STREET LF 140 191 REMOVE CONCRETE CURB & GUTTER LF 1600 192 REMOVE CONCRETE WALK SF 170 193 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 2500 194 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 1300 195 COMMON EXCAVATION (P) CY 2230 196 SUBGRADE EXCAVATION (CV) CY 220 197 GEOTEXTILE FABRIC - TYPE V SY 2910 198 SELECT GRANULAR BORROW (MODIFIED) TN 3200 199 AGGREGATE BASE, CLASS 5 TN 900 200 4" PVC PERFORATED DRAIN TILE, WITH SOCK LF 1600 201 4" PVC SUMP PIPE STUB INCLUDING WYE AND CAP EA 18 202 BITUMINOUS MATERIAL FOR TACK COAT GAL 135 203 TYPE SP 12.5 NON -WEARING COURSE MIXTURE (2,B) TN 305 204 TYPE SP 9.5 WEARING COURSE MIXTURE (2,C) TN 225 205 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS TN 30 206 6" CONCRETE DRIVEWAY SF 2500 207 B618 CONCRETE CURB AND GUTTER LF 1600 208 4" CONCRETE WALK SF 30 209 6" CONCRETE PEDESTRIAN RAMP SF 140 210 TRUNCATED DOME SURFACE SF 16 211 EROSION CONTROL COMPOST BLANKET - BLOWN SY 2150 212 TOPSOIL BORROW, MNDOT 3877.2E (LV) CY 430 213 SIGN PANELS SF 6.25 214 STREET SWEEPER (WITH PICKUP BROOM) HR 20 TOTAL PART 5 STREETS Bidder No. 1 Bidder No. 2 Bidder No. 3 Bidder No. 4 GHM Asphalt Corporation Valley Paving, Inc. SR Weidema, Inc. Park Construction Co. Unit Price Total Unit Price Total Unit Price Total Unit Price Totat $106.00 $106.00 $105.00 $105.00 $330.00 $330.00 $485.00 $445.00 $30.60 $3,090.60 $29.80 $3,009.80 $37.00 $3,737.00 $47.80 $4,827.80 $33.75 $540.00 $32.90 $526.40 $40.00 $640.00 $50.60 5809.60 $1,583.00 S1,583.00 $1,542.00 $1,542.00 $1,779.00 $1,779.00 $1,480.00 $1,480.00 $1,847.00 0,694.00 $1,799.00 $3,598.00 $2,255.00 $4,510.00 $2,380.00 $4,760.00 $6,752.00 $6,752.00 $6,580.00 $6,580.00 $2,778.00 $2,778.00 $8,630.00 $8,630.00 $422.00 $42.2.00 $415.00 $415.00 $838.00 $839.00 $1,280.00 $1,280A0 $75.00 $675.00 $281.00 $2,529.00 $41.00 S369m $1,280.00 $11,520.D0 $4,062.00 $4,062,00 $3,960.00 $3,960.00 $1,778.00 S1,778.00 $2,030.00 $2,030.00 $28.85 $1,471.35 $25.00 $1,275.00 $12.00 $612.00 $14.07 $717.57 $1.50 $217.90 $1.50 $217.50 $1.50 $217.50 $1.77 $256.65 $141.50 S6,Z26.00 $175.00 $7,700.00 $170.00 $7,480.00 $269.76 $11,869.41 $17.50 $1,137.50 $13.00 $845.00 $13.00 $845.00 $11.42 $742.30 $16.00 5320.00 $31.00 %20,00 $14.00 $280.00 $11.07 $221.40 $19.25 $1,251.25 $16.70 $1,085.50 $17.00 $1,105.00 $9.37 $609.05 $14.75 S442.50 $22.50 $675.00 $15.00 $450.00 $9.14 S274.20 $31,990.70 $34,683.20 $27,748.50 $50,513.01 $500.00 $500.00 $575.00 $575.00 $500.00 $500.00 $1,210.00 $1,210.D0 $125.00 $750.00 $150.00 MOM $428.00 $2,563.00 $156.00 $936.00 $2.80 $140.00 $5.15 $257.50 $5.00 $250.00 $5.05 $252.50 $31.70 $3,170.00 $30.85 $3,085.00 $30.00 $3,000.00 $30.30 $3,030.00 $30.00 $3,000.00 $40.00 $4,000.00 $30.00 $3,000.00 $43.29 $4,329.00 $35.00 VD0.00 $20.00 $400.00 $69.00 $11380.00 $40.97 $819.40 $26.50 $26.50 $25.70 $25.70 $25.00 $25.00 $25.30 $25.30 $185.00 $370.00 $180.00 $360.00 $175.00 $350.00 $177.00 $354.00 $373.00 $6,714.00 $360.00 $6,480.00 $350.00 $6,300.00 $370.00 $6,660.00 $1.55 $3,720.00 $1.25 $3,000.00 $1.00 $21400.00 $3.24 $7,776.00 $11.30 $2,034.00 $9.50 $1,710.00 $7.10 S1,278.00 $14.30 $2,574.00 $2.50 $6,000.00 $0.52 $1,248.00 $2.20 S5,280A0 $2.47 $5,928.0D $2.50 $350.00 $4.30 Sfi02.00 $3.55 $497.09 $2.00 $280.D0 $2.40 $3,840.00 $2.85 $4,560.00 $4.50 $7,Z00.00 $3.66 $5,856.IL0 $1.00 $170.00 $0.95 $161.50 $0.25 $42.50 $1.20 $204.00 $0.50 $1'250.00 $0.50 $1,250.00 $0.90 $2,250.00 $0.64 $1,600.D0 $1.25 $1,625.00 $1.00 $1,300.00 $0.55 $71500 $0.71 5923.00 $16.40 $36,572.00 $15.65 $34,899.50 $12.00 $26,760.00 $12.63 $28,1154.90 $16.40 $3,608.00 $17.00 53,740.00 $11.00 $2,420.00 $12.54 $2,758.60 $1.25 $3,637.50 $1.25 $3,637.S0 $1.75 $5,092.50 $1.38 $4,015.80 $7.85 $25,120.00 $11.00 $35,200.00 $11.50 $36,800.00 $13.46 $43,072.00 $12.35 $11,115.00 $15.00 $115D0.00 $16.00 $14,400.00 $15.28 $13,752.00 $3.75 $6,D00.00 $7.75 $12,40D.00 $6.00 $%600.00 $5.65 $9,040.00 $150.00 $2,700.00 $300.00 $5,400.00 $166.00 $2,988.00 $154.89 $2,788.02 $3.00 $405.00 $2.25 5303.75 $2.25 $303.75 $2.53 $341.55 $55.90 $17,049.50 $53.90 $16,439.50 $54.00 $16,470.00 $54.65 $16,668.25 $68.02 $15,304.50 $67.18 $15,115.50 $67.20 $15,120.00 $65.77 $14,798.25 $120.00 $3,600.00 $115.00 $3,450.00 $125.00 $3,750.00 $127.27 $3,818.10 $4.85 $12,125.00 $4.70 $11,750.00 $6.00 $15,000.00 $5.50 $13,750.00 $12.32 $19,712.00 $10.30 $16,480.00 $11.25 $18,000.00 $13.60 $21,760,D0 $5.80 $174.00 $5.60 $168.00 $9.00 $270.00 $10.90 $32TD0 $8.75 $1,225.00 $8.45 $1,183.00 $11.00 #1.540.00 $8.50 $1,190.DD $42.60 $681.60 $41.10 $657.60 $40.00 $640.00 $57.00 $912.DD $2.80 $6,020.00 $2.72 $5,84B.D0 $2.70 $5.805.00 $2.70 S5,805.DD $30.00 S12,9W.00 $30.00 $12,9110.00 $46.00 $19,780.D0 $28.30 $12,169.00 $37.00 $231.25 $25.70 $160,63 $25.00 $15fi.25 $35.40 $221.25 $133.00 2 660.00 $100.00 $2 OW.00 $150.00 3 000.00 $116.00 S2 320.00 $215,199.85 $225,147.68 $234,931.00 $240,429.12 193803348-BldTab.xlsm QT-5 BID TABULATION Item Num Item Units qtv ALT ] SUMMARY DECATUR AVENUE RECON: PART 1: GENERAL PART 2: SANITARY SEWER PART 3: WATER MAIN PART 4: STORM SEWER PART 5: STREETS TOTAL ALTERNATE 1 - DECATUR AVENUE ALTERNATE 2: ENSIGN AVENUE RECONSTRUCT PART 1: GENERAL 215 MOBILIZATION LS 1 216 TRAFFIC CONTROL LS 1 TOTAL PART 1 GENERAL PART 2: SANITARY SEWER 217 REMOVE AND REPLACE SANITARY SEWER FRAME AND EA 4 218 4" PVC SCHEDULE 40 SANITARY SEWER SERVICE PIPE LF 100 219 CONNECT TO EXISTING SANITARY SEWER SERVICE EA 10 TOTAL PART 2 SANITARY SEWER PART 3: WATER MAIN 220 TEMPORARY WATER SERVICE LS 1 221 REMOVE WATER MAIN LF 920 222 REMOVE WATER SERVICE EA 21 223 REMOVE HYDRANT, VALVE AND BOX EA 1 224 REMOVE VALVE AND BOX EA 2 225 CONNECT TO EXISTING WATER MAIN EA 2 226 6" PVC WATER MAIN,C900-DR18, WITH TRACER WIRE LF 920 227 6" GATE VALVE AND BOX EA 2 228 HYDRANT, INCLUDING 6" GATE VALVE AND BOX EA 1 229 EXTEND HYDRANT BARREL LF 1 230 DUCTILE IRON FITTINGS LB 210 231 IMPROVED PIPE FOUNDATION LF 100 232 CONNECT TO EXISTING WATER SERVICE EA 21 233 1" CORPORATION STOP EA 21 234 1" CURB STOP AND BOX EA 21 235 1" TYPE "K" COPPER PIPE LF 650 TOTAL PART 3 WATER MAIN PART 4: STORM SEWER 236 REMOVE STORM SEWER MH OR CATCH BASIN EA 2 237 REMOVE STORM SEWER PIPE LF 56 238 BULKHEAD OPENING IN EXISTING STORM STRUCTURE EA 1 239 15" RCP STORM SEWER, CL 5 LF 121 240 21" RCP STORM SEWER, CL 4 LF 22 241 2'x3' STORM SEWER CATCH BASIN EA 1 242 4' DIAMETER STORM SEWER MH OR CBMH EA 2 243 CONNECT TO EXISTING STORM SEWER STRUCTURE EA 1 244 CONNECT TO STRUCTURE (DRAINTILE) EA 8 245 2'xT FILTRATION CATCH BASIN WITH SKIMMER EA 1 246 FILTRATION TRENCH EXCAVATION (EV) CY 615 247 FILTRATION TRENCH GEOTEXTILE FABRIC - TYPE V SY 180 248 IRON -ENHANCED FILTER MEDIA (LV) CY 55 249 6" PVC PERFORATED COLLECTION PIPE, WITH SOCK LF 80 250 6" PVC NON -PERFORATED COLLECTION PIPE LF 10 251 8" PVC SLOTTED DISTRIBUTION PIPE, WITH FIELD CUT LF 80 252 8" PVC NON -SLOTTED DISTRIBUTION PIPE LF 30 TOTAL PART 4 STORM SEWER Bidder No. 1 Bidder No. 2 Bidder No. 3 Bidder No. 4 GHM Asphalt Corporation Valley Paving, Inc. SR Weidema, Inc. Park Construction Co. Unit Price Total Unit Price Total unit Price Total Unit Price Total $17,130.00 $12,715.00 $2,950.00 $15,202.00 $7,421.70 $5,086.80 $9,513.00 $9,561.10 $72,270.16 $69,657.10 $85,906.76 $84,735.11 $31,990.70 $34,683.20 $27,748.50 $50,513.01 215 199.B5 $225 147.6E $n4.931.00 $240,429.12 $344,012.41 $347,299.78 $361,049.26 $400,440.34 $19,430.00 $19,430.00 $1,500.00 S1,500.00 $2,330.00 $2,330.00 $19,000.00 $19,DDO.00 $700.00 704.00 $215.00 $215,00 $200.00 $20D.00 $202.00 V02.00 $20,130.00 $1,715.00 $2,530.00 $19,202.00 $1,070.00 $4,280.00 $740.00 $2,96D.00 $902.00 $3,608.00 $852.00 $3,408.00 $5.30 $530.00 $5.15 $515.00 $22.00 $2,200.00 $48.70 $4,870.00 $63.30 $633.00 $61.70 $617.00 $238.00 $2,380M $94.90 S949.00 $5,443.00 $4,092.00 $8,188.00 $9,227.00 $2,850.00 $2,850.00 $1,550.00 $1,550.00 $9,348.00 0,348.00 $8,100.00 $8,100.00 $1.05 $966.00 $1.03 $947.60 $5.00 $4,600.00 $5.75 $5,290.00 $42.20 $886.20 $41.10 $863.10 $257.00 $5,397.00 $3.55 $74.55 $211.00 $211.00 $205.00 $205.00 $415.00 $415.00 $454.00 $454.00 $230.00 $460.00 $103.00 $206.00 $258.00 $516.00 $240.00 $480.00 $844.00 $1,688.00 $822.00 $1,644.OD $1,032.00 $2,064.00 $1,610.00 $3,220.00 $31.70 $29,164.OD $30.85 $28,382-00 $30.00 $27,600.80 $30.00 $27,600.00 $1,940.00 $3,880.00 $1,645.00 $3,290.00 $1,775.00 $3,550.00 $1,580.00 $3,160.00 $6,646.00 $6,646.00 $6,500.00 S6,500.00 $5,735.00 $5,735.00 $5,180.00 $5,180.00 $844.00 $844.00 $822.00 $82.2.00 $871.00 $871.00 $876.00 $876.D0 $2.10 5441.00 $2.05 $430.50 $4.75 5997.50 $7.90 $1,659.00 $0.01 51.00 $0.01 $1.00 $0.01 $1.00 $0.01 $1.00 $127.00 $2,667.D0 $123.35 $2,590.35 $290.00 $15,090.00 $116.00 $2,436.00 $174.00 $3,654.00 $170.00 $3,570.00 $385.00 $8,D85.00 $173.00 $3,633.00 $264.00 $5,S44,D0 $257.00 $5,397.00 $398.00 $8,358.DO $220.00 S4,620.00 $27.50 $17 875.OD $26.75 ill 87.50 $12.00 S7 800.00 $40.30 $26,195.00 $77,777.20 $73,786.05 $91,427.90 $92,978.55 $106.00 $212.00 $103.00 $206.00 $333.00 $666.00 $485.00 $970.DD $1.05 $53.80 $1.03 $57.68 $18.00 $1,008.0D $10.70 $599.20 $370.00 $370.00 $360.00 S360.O0 $450.00 S450.00 $663.00 $663.00 $30.60 $3,702.60 $29.80 $3,605.80 $34.00 $4,114.00 $46.90 $5,674.90 $36.00 $792.00 $34.95 $768.90 $48.00 $1,056.00 $53.20 $1,170.40 $1,583.00 $1,583.0D $1,542.00 $1,542.00 $1,855.00 $1,855.00 $1,460.00 $1,460.00 $1,846.00 $3,692.00 $1,800.00 S3,600.0D $2,190.00 $4,380.00 $2,450.00 $4,900.00 $530.00 $530.00 $514.00 $514.00 $838.00 $838.00 $1,280.00 S1,280.00 $75.00 $600.00 $281.00 $2,248.00 $40.00 $320.00 $1,280.00 310,240.DD $4,060.00 $4,060.00 $3,960.00 $3,960.00 $2,124.00 $2,124.00 $2,030.00 32,030.DO $20.85 $12,822.75 $23.00 $14,145,00 $0.10 $61.50 $12.71 $7,816.65 $1.50 $270.00 $1.50 $27D.60 $3.50 $630.00 $2.35 $423.DD $141.50 $7,782.50 $175.00 $9.625.00 $182.00 $10,010.00 $274.88 $15,118.40 $17.50 $1,400.00 $13.00 S1,D40.D0 $16.30 S1,304.00 $11.43 $914.40 $16.00 $160.0 $30.50 $305.00 $33.50 $335.00 $11.26 $112.60 $19.25 $1,510.00 $17.00 $1,360.00 $20.50 $1,640.00 $9.37 $749.60 $14.75 $442.50 $22.50 75.00 $33.00 M.001 $9.14 $274.20 $40,018.LS $44,282.38 $31,78150 $54,396.35 193803348-BidTab.xlsm QT-6 BID TABULATION Item Num Item Units PART 5: STREETS 253 TEMPORARY MAIL LS 1 254 INLET PROTECTION EA 6 255 SILT FENCE, TYPE MACHINE SLICED LF 50 256 TEMPORARY ROCK CONSTRUCTION ENTRANCE TN 100 257 WATER FOR DUST CONTROL TGAL 20 258 SALVAGE SIGN EA 1 259 SALVAGE AND REINSTALL STREET NAME BLADE SIGN EA 1 260 REMOVE TREE EA 24 261 REMOVE BITUMINOUS PAVEMENT SY 2930 262 SAWING BITUMINOUS PAVEMENT - STREET LF 155 263 REMOVE CONCRETE CURB & GUTTER LF 1980 264 REMOVE CONCRETE WALK SF 340 265 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 18GO 266 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 2870 267 COMMON EXCAVATION (P) CY 2940 268 SUBGRADE EXCAVATION (CV) CY 300 269 GEOTEXTILE FABRIC- TYPE V SY 3600 270 SELECT GRANULAR BORROW (MODIFIED) TN 3900 271 AGGREGATE BASE, CLASS 5 TN 1100 272 4" PVC PERFORATED DRAIN TILE, WITH SOCK LF 1980 273 4" PVC SUMP PIPE STUB INCLUDING WYE AND CAP EA 22 274 BITUMINOUS MATERIAL FOR TACK COAT GAL 160 275 TYPE SP 12.5 NON -WEARING COURSE MIXTURE (2,B) TN 370 276 TYPE SP 9.5 WEARING COURSE MIXTURE (2,C) TN 275 277 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS TN 20 278 6" CONCRETE DRIVEWAY SF 4000 279 B618 CONCRETE CURB AND GUTTER LF 1980 280 6" CONCRETE PEDESTRIAN RAMP SF 340 281 TRUNCATED DOME SURFACE SF 24 282 EROSION CONTROL COMPOST BLANKET - BLOWN SY 2600 283 TOPSOIL BORROW, MNDOT 3877.2E (LV) CY 520 284 SIGN PANELS SF 18.75 285 STREET SWEEPER (WITH PICKUP BROOM) HR 20 TOTAL PART 5: STREETS ALTERNATE 2 - ENSIGN AVENUE RECONSTRUCT PART 1: GENERAL PART 2: SANITARY SEWER PART 3: WATER MAIN PART 4: STORM SEWER PART 5: STREETS TOTAL ALTERNATE 2 - ENSIGN AVENUE ALTERNATE 3 - NORTHWOOD CIRCLE PART 1: DEDUCT FROM BASE BID 286 DEDUCT: TOTAL PART 4A AND TOTAL PART 4B OF BASE LS -1 TOTAL PART 1: DEDUCT FROM BASE BID PART 2: GENERAL 287 MOBILIZATION LS 288 TRAFFIC CONTROL LS TOTAL PART 2: GENERAL PART 3: SANITARY SEWER 289 REMOVE AND REPLACE SANITARY SEWER FRAME AND EA 2 290 4" PVC SCHEDULE 40 SANITARY SEWER SERVICE PIPE LF 50 291 CONNECT TO EXISTING SANITARY SEWER SERVICE EA 5 292 4' DIAMETER SANITARY SEWER MH BARREL SECTION LF 3 TOTAL PART 3: SANITARY SEWER Bidder No. 1 Bidder No. 2 Bidder No. 3 Bidder No. 4 GHM Asphalt Corporation Valley Paving, Inc. SR Weidema, Inc. Park Construction Co. Unit Price Total Unit Price Total Unit Price Total Unit Price Total $500.00 $500.00 $500.00 $500.00 $600.00 $600.00 $1,520.00 $1,520.00 $125.00 $750.00 $150.00 $900.00 $428.00 $2,568.00 $146.69 58 AI $5.30 $265.00 $5.15 $257.50 $5.00 $250,00 $5.05 $252.50 $30.00 $3,DD0.00 $40.00 $4,000.00 $30.00 $3,ODO.00 $43.29 $4.329.00 $35.00 5700.00 $20.00 $400,00 $69.00 $1,3$0.00 $40.97 $819.40 $26.50 $W.50 $25.70 $25.70 $25.00 $25.00 $25.30 $25.30 $185.00 $185.00 $180.00 $180.00 $175.00 $175.00 $177.80 $177.80 $373.00 $8,952.00 $360.00 $8,640.DO $350.00 $8,400.00 $370.00 $8,88O.DD $4.05 $11,866,50 $1.56 $4,570.80 $4.34 $12,716.20 $3.39 $9,932.70 $2.50 $387,50 $4.30 5666.50 $3.50 $542.50 $2.00 $310.00 $2.40 $4,752.00 $2.85 $5,643.00 $4.32 $8,553.60 $2.51 $4,969.80 $1.00 $340.00 $1.00 $340.00 $0.26 $68.40 $0.96 $326.40 $0.50 $90D.00 $0.50 $900.00 $0.55 $990.00 $0.56 $14008.00 $1.25 53,%7.50 $1.00 $21870.00 $0.25 $717.50 $0.78 $2,238.60 $16.40 $48,216.00 $15.65 $46,011.00 $11.85 $34,839.00 $11.09 $32,604.60 $16.40 $4,920A0 $17.00 $5,100,00 $10.00 $3.000.00 $12.46 $3,738.00 $1.25 $4,S00.00 $1.25 $4,500.00 $1.75 $6,300.00 $1.38 $4,968.00 $7.85 $30,615.00 $11.00 $42,9DO.00 $11.90 $46,41D.00 $13.12 01,168.00 $12.35 $13,585.00 $14.00 $15140D.00 $12.75 $14,025.00 $14.26 $15,686.00� $3.75 $7,425.00 $7.75 $15.345.00 $5.60 $11,088.00 $5.65 $11,1W.D0 $150.00 $3,30D.00 $300.00 $6,600.00 $159.00 $3,498.00 $154.89 $3,407.58 $3.00 $430.00 $2.25 $360.00 $2.25 $364.00 $2.53 $404.8O $55.90 $20,683.00 $53.90 $19,943.00 $54.00 $19,980.00 $54.64 520,216.8D $68.02 518,705.5D $67.15 $18,466.25 $67.15 $18,456.25 $65.77 $18,086.75 $120.00 $2,40D.OD $115.00 $2,3D0.00 $125.00 $2,5DO.00 $127.32 $2,546.40 $4.85 $194400.00 $4.70 $18,800.00 $6.05 $24,200.0) $5.50 $22,000.00 $12.19 $24,136.20 $10.30 $20,394.00 $11.20 $22,176.00 $13.60 $26,928.00 $8.75 $2,975.00 $8.40 $2,856.00 $9.75 $5,315.00 $7.45 $2,533.DD $42.60 $1,022.40 $41.10 $986.40 $40.00 $960.00 $57.00 $1,368.00 $2.80 $7,280.00 $2.72 $7,072.00 $2.65 $6,890.00 $2.70 $7,020.00 $30.00 $15,6D0.00 $30.00 $15,600.00 $37.00 $19,240.00 $28.30 $14,716.00 $37.00 $693.75 $25.70 $481.38 $25.00 $450.75 $25.30 S474.3a $133.00 $215W.0 $100.00 52 000.00 $150.00 $3,ODD.OD $125.00 $2 500.00 $264,808.85 $275,009.03 $280,722.20 $277,222.95 $20,130.00 $1,715.00 $2,530.00 $19,202.00 $5,443.00 $4,092.00 $8,188.00 $9,227.00 $77,777.20 $73,786.05 $91,427.50 $92,978.55 $40,018.15 $44,282.38 $31,781.50 $54,396.35 254 808.85 S275,009.03 5260 722.24 $277,222.95 $408,177.20 $398,884.46 $414,649.20 $453,026.95 $34,004.75 34 004.75 $34,249.25 -$34 249.25 $36,674.00 36 674.00 $41,166.45 -$41,166.45 ($34,004.75) ($34,249.25) ($36,674.00) ($41,166.45) $9,450.00 $9,450.00 $10,000.00 S10,0D4.0D $1,708.00 $1,708.00 $10,000.00 $10A000.00 $600.00 $600.00 $500.00 $500.00 $100.00 $100.00 $101.00 5101.DO $10,050.00 $10,500.00 $1,808.00 $10,101.00 $1,070.00 $2,140.0D $740.00 $1,480.00 $903.00 $1,806.OD $852.00 51,704.00 $5.30 $265.00 $5.15 $257.50 $22.00 $1,100.00 $48.70 $2,435.00 $63.30 $316.50 $61.70 $308.50 $216.00 51,080.00 $94.90 $474.50 $475.00 11,425MO $462.00 f $696.00 S2.08B.04 $1,030.00 $3,090.00 $4,146.50 $3,432.00 $6,074.00 $7,703.50 193803348-BidTab.xlsm QT-7 BID TABULATION Item Num Item Units Qty PART 4: WATER MAIN 293 TEMPORARY WATER SERVICE LS 1 294 REMOVE WATER MAIN LF 440 295 REMOVE WATER SERVICE EA 10 296 REMOVE HYDRANT, VALVE AND BOX EA 1 297 REMOVE VALVE AND BOX EA 1 298 CONNECT TO EXISTING WATER MAIN EA 1 299 6" PVC WATER MAIN,C900-DR18, WITH TRACER WIRE LF 440 300 6" GATE VALVE AND BOX EA 1 301 HYDRANT, INCLUDING 6" GATE VALVE AND BOX EA 1 302 EXTEND HYDRANT BARREL LF 1 303 DUCTILE IRON FITTINGS LB 160 304 IMPROVED PIPE FOUNDATION LF 45 305 CONNECT TO EXISTING WATER SERVICE EA 10 306 1" CORPORATION STOP EA 10 307 1" CURB STOP AND BOX EA 10 308 1" TYPE "K" COPPER PIPE LF 420 TOTAL PART 4: WATER MAIN PART 5: STORM SEWER 309 REMOVE STORM SEWER MH OR CATCH BASIN EA 1 310 REMOVE STORM SEWER PIPE LF 48 311 15" RCP STORM SEWER, CL 5 LF 139 312 18" RCP STORM SEWER, CL 5 LF 22 313 2'x3' STORM SEWER CATCH BASIN EA 1 314 4' DIAMETER STORM SEWER MH OR CBMH EA 2 315 CONNECT TO EXISTING STORM SEWER STRUCTURE EA 1 316 CONNECT TO STRUCTURE (DRAINTILE) EA 8 317 2'x3' FILTRATION CATCH BASIN WITH SKIMMER EA 1 318 FILTRATION TRENCH EXCAVATION(EV) CY 45 319 FILTRATION TRENCH GEOTEXTILE FABRIC - TYPE V SY 125 320 IRON -ENHANCED FILTER MEDIA (LV) CY 40 321 6" PVC PERFORATED COLLECTION PIPE, WITH SOCK LF 55 322 6" PVC NON -PERFORATED COLLECTION PIPE LF 10 323 8" PVC SLOTTED DISTRIBUTION PIPE, WITH FIELD CUT LF 55 324 8" PVC NON -SLOTTED DISTRIBUTION PIPE LF 10 TOTAL PART 5: STORM SEWER PART 6: STREETS 325 TEMPORARY MAIL LS 1 326 INLET PROTECTION EA 6 327 SILT FENCE, TYPE MACHINE SLICED LF 50 328 TEMPORARY ROCK CONSTRUCTION ENTRANCE TN 50 329 WATER FOR DUST CONTROL TGAL 20 330 SALVAGE SIGN EA 1 331 SALVAGE AND REINSTALL STREET NAME BLADE SIGN EA 1 332 REMOVE TREE EA 6 333 MILL AND STOCKPILE BITUMINOUS PAVEMENT WITH SY 1870 334 LOAD, HAUL, PLACE, GRADE AND COMPACT PETROMAT CY 155 335 REMOVE BITUMINOUS PAVEMENT BELOW 3" MILL SY 1870 336 SAWING BITUMINOUS PAVEMENT - STREET LF 65 337 REMOVE CONCRETE CURB & GUTTER LF 1000 338 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 300 339 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 1900 340 COMMON EXCAVATION (P) CY 1670 341 SUBGRADE EXCAVATION (CV) CY 170 342 GEOTEXTILE FABRIC - TYPE V SY 2100 343 SELECT GRANULAR BORROW (MODIFIED) TN 2300 344 AGGREGATE BASE, CLASS 5 TN 650 345 4" PVC PERFORATED DRAIN TILE, WITH SOCK LF 1000 346 4" PVC SUMP PIPE STUB INCLUDING WYE AND CAP EA 12 347 BITUMINOUS MATERIAL FOR TACK COAT GAL 100 348 TYPE SP 12.5 NON -WEARING COURSE MIXTURE (2,B) TN 220 349 TYPE SP 9.5 WEARING COURSE MIXTURE (2,C) TN 170 Bidder No. 1 Bidder No. 2 Bidder No. 3 Bidder No. 4 GHM Asphalt Corporation Valley Paving, Inc. SR Weidema, Inc. Park Construction Co. Unit Prick Total Unit Price Total Unit Price Total Unit Price Total $2,850.00 $2,850.00 $1,550.00 $L,550.00 $4,674.00 $4,674.00 $4,540.00 $4.540.OD $1.05 $462.00 $1.03 $453.20 $8.00 $3,520.00 $5.75 $2,530.DD $42.20 $422.00 $41.00 S410.00 $256.00 12,560.00 $3.55 S35.50 $211.00 $211.00 $205.00 $205.00 $386.01 $386.01 $454.00 S454,DD $230.00 $230.00 $103.00 $103.00 $193.00 $193.00 $240.00 $240.00 $844.00 S844.DD $822.00 5822.00 $1,031.00 $1,031.00 $1,610.00 $1.610.00 $31.70 513,948.00 $30.85 S13,574.00 $29.65 S13,046.00 $35.30 $15,532.00 $1,938.00 $1,938.00 $1,650.00 $1,650.00 $1,903.00 $1.903.00 $1,680.00 $1,680.00 $6,646.00 $6,646.00 $6,500.00 $6,500.00 $5,735.00 $5,735.00 $5,180.00 $5,180.DD $844.00 S844.00 $822.00 $822-00 $871.00 $871A0 $875.00 $875.00 $2.10 $336.00 $2.05 $328.00 $4.62 S739.20 $8.15 $1,304.00 $0.01 $0.45 $0.01 $0.45 $0.10 $4.50 $0.01 $0.45 $127.00 $1,270.00 $123.35 $1,233.50 $289.00 $2,890.00 $116.00 $1.160.00 $174.00 $1,740.00 $170.00 $1,700.00 $385.00 $3,850.00 $173.00 $1,730.00 $264.00 $2,640.00 $257.00 $2,570.00 $398.00 $3.980.00 $220.00 54200.00 $27.50 S11,550,00 $26.70 SIU14.00 $11.25 725.00 $40.30 116,226.DD $45,931.45 $43,135.15 $50,107.71 $55,996.95 $106.00 S1D6.00 $103.00 $103,00 $329.00 $329.00 $485.00 $05.00 $1.05 350.40 $1.03 $49.44 $12.60 $604,80 $10.70 $513.60 $30.60 $4,253.40 $29.80 $4,142.20 $35.20 $4,892.80 $47.80 $6,644.20 $33.75 $742.50 $32.90 $723.80 $42.60 $937.20 $50.60 $1,113.20 $1,583.00 $1,583.00 $1,542.00 $1.542.00 $1,759.00 $1,759.00 $1,460.00 $1,460.00 $1,847.00 $3.694.00 $1,800.00 $3,600.00 $2,492.00 $4,984.00 $2,450.00 $4.900,DD $530.00 "to $514.00 $514.00 $837.00 $837.00 $1,280.00 $1,280.00 $75.00 $600.00 $281.00 S2,248.00 $40.00 $320.00 $1,280.00 $10.240.00 $4,061.50 54,061.50 $3,960.00 $3,960.00 $2,058.01 $2,058.01 $2,030.00 $2,030.00 $28.85 $1,298.25 $23.00 $11035.0D $15.00 $675.00 $9.38 $422.10 $1.50 $187.50 $1.50 $187.50 $1.95 $243.75 $1.53 $191.25 $141.50 $5,660.00 $175.00 $7.000.00 $177.00 $7,090.00 $265.37 $10,614.30 $17.50 $962.50 $12.55 $690.25 $16.00 $380.00 $11.45 $629.75 $16.00 $160.00 $30.50 S305.00 $23.20 S232.00 $11.26 $112.60 $19.25 S11058.75 $16.70 $918.50 $21.55 $1,185.25 $9.39 $516.45 $14.75 $147.5.0$22.40 t224Z0 $26.00 $9.26 2.60 $25,095.3D $27,242.69 327,277,81 $41,245.55 $500.00 $500.00 $300.00 $300.00 $300.00 S300.00 $1,520.00 $1,520.00 $125.00 $750.00 $100.00 $600.00 $428.00 92,568.00 $146.69 S880.14 $5.30 $265.00 $5.15 $257.50 $5.00 $250.00 $5.05 $252.50 $30.00 $1,500.00 $40.00 $2.000.00 $30.00 $1,500.00 $43.29 S2,164.50 $35.00 $700.00 $20.00 $400.00 $69.00 $1,380.00 $40.97 $819.40 $26.50 $26.50 $25.70 $25.70 $25.00 $25.00 $25.30 S25.30 $185.00 $185.00 $180.00 $180.00 $175.00 $175.00 $177.00 $177.00 $373.00 $2,238.0D $360.00 S2,160,00 $350.00 Vx)0.00 $370.00 $2,220.00 $1.55 $2.898.50 $1.87 53,496.90 $1.25 $2,337.50 $4.08 $7,629.60 $11.30 91,751.50 $15.00 S2,325.00 $7.10 S1,100.50 $14.27 $2,21L.85 $2.50 $4,675.00 $1.40 $21618.00 $1.60 $2,992.00 $3.43 $6,414.10 $2.50 S162.50 $4.30 1279.50 $3.50 S227.50 $2.00 S130.D0 $2.40 $2,400.00 $2.85 $2,850.D0 $4.44 S4,440.00 $2.72 $2,720.00 $1.00 $3DD.00 $0.50 $150.00 $0.55 S165.00 $0.73 $219.00 $1.25 $2,375.00 $1.00 $1,900.00 $0.25 $475.OD $0.69 $1,311.00 $16.40 $27,388.00 $18.00 $30,060.00 $13.45 $22,461.50 $11.18 $18,670.60 $16.40 $2,788.00 $22.00 $3,740.00 $10.45 $1,776.50 $12.48 $2,121.60 $1.25 S2,625.00 $1.25 521625.00 $1.70 S3,570.00 $1.38 52,898.00 $7.85 S18,055.00 $13.00 $29,900.00 $12.00 $27,600.00 $13.54 $31,142.00 $12.35 $8.027.50 $15.70 $10.205,00 $12.90 $8,385.00 $14.44 $9,386.00 $3.75 $3,750.00 $7.75 S7.750M $5.60 55,600.00 $5.65 S5.650.00 $150.00 S1,800.00 $300.00 $3,00.00 $159.00 $1.908.00 $154.89 $11858.68 $3.00 MOM $2.25 $225.00 $2.25 $225.D0 $2.53 $253.00 $55.90 $12,298.0D $57.75 S12,705.00 $58.00 $12,760.00 $55.21 $12,146.20 $68.02 $11,563.40 $70.30 $11,951.00 $70.00 S11,900,00 $66.27 $11,265.90 193803348-BidTab.xlsm QT-8 BID TABULATION Item Num Item Units Qty 350 TYPE. SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS TN 10 351 6" CONCRETE DRIVEWAY SF 2000 352 B618 CONCRETE CURB AND GUTTER LF 1000 353 EROSION CONTROL COMPOST BLANKET - BLOWN SY 1300 354 TOPSOIL BORROW, MNDOT 3877.2B (LV) CY 260 355 SIGN PANELS SF 6.25 356 STREET SWEEPER (WITH PICKUP BROOM) HR 20 TOTAL PART 6: STREETS ALTERNATE 3 - NORTHWOOD CIRCLE TOTAL PART 1: DEDUCT FROM BASE BID TOTAL PART 2: GENERAL TOTAL PART 3: SANITARY SEWER TOTAL PART 4: WATER MAIN TOTAL PART 5: STORM SEWER TOTAL PART 6: STREETS TOTAL ALTERNATE 3 - NORTHWOOD CIRCLE TOTAL BASE BID TOTAL ALTERNATE 1- DECATUR AVENUE TOTAL ALTERNATE 2 - ENSIGN AVENUE TOTAL ALTERNATE 3 - NORTHWOOD CIRCLE Contractor Name and A kc rest. Phone: Far Email: Signed By: Title: Addenda Acknowledged: Bidder No. 1 Bidder No. 2 Bidder No. 3 Bidder No. 4 GHM Asphalt Corporation Valley Paving, Inc. SR Weidema, Inc. Park Construction Co. Unit Price Total Unit Price Total Unit Price Total Unit Price Total $120.00 $1,2DD.00 $115.00 $1,150.00 $125.00 $1,250.D0 $126.70 $1,267.00 $4.85 $9,700.00 $4.70 $9.400.00 $6.00 $12,000.D0 $5.45 310,900.00 $12.72 $12,720.00 $10.30 $10,300.00 $11.75 Sn,750.00 $14.50 S14,500.00 $2.80 $3.640.00 $2.72 $3,536.00 $2.65 $3,445.D0 $2.70 $3,510.00 $30.00 57,800.00 $30.00 $718W.00 $44.00 $11,440.00 $60.50 S15,730.00 $37.00 $231.25 $25.70 $160.63 $35.00 $218.75 $35.40 $221.25 $133.00 $2,660.00 $100.00 $2,000.00 $150.00 S3,001M $116.00 $147,273.15 $1661650.23 $1591325as $172,S34.62 ($34,004.75) ($34,249.25) (S36,674.00) (541,166.45) $10,050.00 $10,500.00 $1,808.00 $10,101.00 $4,146.50 $3,432.00 $6,074.00 $7,703.50 $45,931.45 $43,135.15 $50,107.71 $55,996.95 $25,095.30 $27,242.69 $27,277.81 $41,245.55 4 166 650.23 $159,325.25 S1,72,531-62 $198,491.65 $216,710.82 $207,918.77 S246,415.17 $3,058,834.31 $3,060,440.91 $3,131,615.65 $3,359,371.47 $344,012.41 $347,289.78 $361,049.26 $400,440.34 $408,177.20 $398,884.46 $414,649.20 $453,026.85 $198,491.65 $216,710.82 $207,918.77 $246,415.17 GMH Asphalt Corporation Valley Paving, Inc. S.R. Weidema, Inc. Park Construction Company Q16f1 Laketown Road 8800 13th Avenue East 17600 113th Avenue N 1481 81st Avenue NE 0;a ka, MN 55318 Shakopee, MN 55379 Maple Grove, MN 55369 MfnneapoN5, MN 55432 95:t••147-Qss 952-445-8615 763-428.9210 763-786-980D 95'r.-•1-;2-5_196 952-445-0355 763-428-9095 763-717-6238 :1:_•_:_:-;•-_:�•�_:��--I_ �_ brenlZvslieyoavina.cores estimalinc�snveidema_com mChri5liarlson�oarkconssruCiiiymo,"m Mkhaet Christianson Brandon E. Butorac Brent A. Carron Scott Weidema vKe President Vim President President ViCe President f4one None None None 193803348-Bk1Tab.xlsm QT-9 Stantec Item Num BID TABULATION Item Units Qty Bidder No. 5 Northwest Asphalt Unit Price Total BASE BID: PART 1: GENERAL 1 MOBILIZATION LS $178,000.00 $178,000.00 2 TRAFFIC CONTROL LS 1 $53,000.00 $53,000.00 TOTAL PART 1 GENERAL $231,000.00 PART 2: RECONSTRUCT STREETS (RECON) PART 2A: SANITARY SEWER (RECON) 3 REMOVE AND REPLACE SANITARY SEWER FRAME AND EA 23 $1,090.00 $25,070.00 RINGS WITH HOPE RINGS AND FRAME 4 REMOVE SANITARY SEWER PIPE LF 15 $10.00 $150.00 5 10" PVC SANITARY SEWER PIPE - SDR 35 LF 15 $121.36 $1,820.40 6 4" PVC SCHEDULE 40 SANITARY SEWER SERVICE PIPE LF 620 $32.33 $20,044.60 7 CONNECT TO EXISTING SANITARY SEWER PIPE EA 1 $900.00 $900.00 8 CONNECT TO EXISTING SANITARY SEWER SERVICE EA 62 $440.00 $27,280.00 9 CONNECT TO EXISTING SANITARY SEWER STRUCTURE EA 1 $3,000.00 $3,000.00 10 REPAIR DOGHOUSE/INVERT EA 4 $400.00 $1,600.00 11 4' DIAMETER SANITARY SEWER MH BARREL SECTION LF 15 $425.00 $6,375.00 WITH STEP 12 IMPROVED PIPE FOUNDATION LF 15 $4.00 $60.00 13 TELEVISE SANITARY SEWER LF 15 $20.00 t300.00 'TOTAL PART 2A SANITARY SEWER (RECON) $86,600.00 PART 2B: WATER MAIN (RECON) 14 TEMPORARY WATER SERVICE LS 1 $23,000.00 $23,000.00 15 REMOVE WATER MAIN LF 6755 $7.00 $47,285.00 16 REMOVE WATER SERVICE EA 124 $125.00 $15,500.00 17 REMOVE HYDRANT, VALVE AND BOX EA 10 $250.00 $2,500.00 18 REMOVE VALVE AND BOX EA 13 $75.00 $975.00 19 CONNECT TO EXISTING WATER MAIN EA 12 $1,000.00 $12,000.00 20 6" PVC WATER MAIN,C900-DR18, WITH TRACER WIRE LF 3495 $27.93 $97,615.35 21 8" PVC WATER MAIN, C900-DRIB, WITH TRACER WIRE LF 3265 $30.30 $98,929.50 22 6" GATE VALVE AND BOX EA 13 $1,456.00 $18,928.00 23 8" GATE VALVE AND BOX EA 7 $2,006.00 $14,042.00 24 HYDRANT, INCLUDING 6" GATE VALVE AND BOX EA 10 $4,773.00 $47,730.00 25 EXTEND HYDRANT BARREL LF 4 $701.00 $2,804.00 26 DUCTILE IRON FITTINGS LB 2000 $3.94 $7,880.00 27 INSULATION - 4" THICK SY 200 $40.00 $8,000.00 28 IMPROVED PIPE FOUNDATION LF 700 $0.01 $7.00 29 CONNECT TO EXISTING WATER SERVICE EA 124 $400.00 $49,600.00 30 1" CORPORATION STOP EA 124 $460.00 $57,040.00 31 1" CURB STOP AND BOX EA 124 $476.00 $59,024.00 32 1" TYPE 10 COPPER PIPE LF 3900 $29.82 $116,298.00 TOTAL PART 2B WATER MAIN (RECON) $679,157.85 PART 2C: STORM SEWER (RECON) 33 REMOVE STORM SEWER MH OR CATCH BASIN EA 23 $400.00 $9,200.00 34 REMOVE STORM SEWER PIPE LF 1280 $8.10 $10,368.00 35 BULKHEAD OPENING IN EXISTING STORM STRUCTURE EA 1 $450.00 $450.00 36 12" RCP STORM SEWER, CL 5 LF 277 $32.42 $8,980.34 37 15" RCP STORM SEWER, CL 5 LF 465 $33.31 $15,489.15 38 18" RCP STORM SEWER, CL 5 LF 443 $34.65 $15,349.95 39 21" RCP STORM SEWER, CL 4 LF 351 $38.49 $13,509.99 40 24" RCP STORM SEWER, CL 3 LF 306 $38.86 $11,891.16 193803348-BidTab.xlsm QT-10 Bidder No. 5 BID TABULATION Northwest Asphalt Item Num Item Units Qtv Unit Price Total 41 30" RCP STORM SEWER, CL 3 LF 185 551. $9.588.55 42 36" RCP STORM SEWER, CL 3 LF 149 $62.46 $9,306.54 43 51" SPAN RCP ARCH STORM SEWER, CL 2A LF Z9 $104.82 $3,039.78 44 2'x3' STORM SEWER CATCH BASIN EA 5 $1,485.00 $7,425.00 45 4' DIAMETER STORM SEWER MH OR CBMH EA 17 $1,685.00 $28,645.00 46 4' DIAMETER STORM SEWER MH OR CBMH WITH 5' EA 1 $6,368.00 $6,368.00 SUMP. ENERGY DISSIPATOR AND SKIMMER 47 5' DIAMETER STORM SEWER MH OR CBMH EA 2 $2,625.00 $5,250.00 48 6' DIAMETER STORM SEWER MH OR CBMH EA 1 $3,057.00 $3,057.00 49 7' DIAMETER STORM SEWER MH OR CBMH EA 2 $4,280.00 $8,560.00 50 7' DIAMETER STORM SEWER MH OR CBMH WITH 5' EA 1 $9,499.00 $9,499.00 SUMP. ENERGY DISSIPATOR AND SKIMMER 51 CONNECT TO EXISTING STORM SEWER PIPE EA 10 $790.00 $7,900.00 52 CONNECT TO EXISTING STORM SEWER STRUCTURE EA 1 $1,000.00 $1,000.00 53 CONNECT TO STRUCTURE (DRAINTILE) EA 37 $300.00 $11,100.00 54 2'xT FILTRATION CATCH BASIN WITH SKIMMER EA 3 $2,448.00 $7,344.00 55 FILTRATION TRENCH EXCAVATION (EV) CY 300 $15.00 $4,500.00 56 FILTRATION TRENCH GEOTEXTILE FABRIC - TYPE V SY 855 $3.00 $2,565.00 57 IRON -ENHANCED FILTER MEDIA (LV) CY 260 $152.85 $39,741.00 58 6" PVC PERFORATED COLLECTION PIPE, WITH SOCK LF 385 $20.92 $8,054.20 59 6" PVC NON -PERFORATED COLLECTION PIPE LF 45 $28.19 $1,268.55 60 8" PVC SLOTTED DISTRIBUTION PIPE, WITH FIELD CUT LF 385 $32.77 $12,616.45 SLOTS AND SOCK 61 8" PVC NON -SLOTTED DISTRIBUTION PIPE LF 90 $29.37 $2 643.30643.30 TOTAL PART 2C STORM SEWER (RECON) $274,709.96 PART 2D: STREETS (RECON) 62 TEMPORARY MAIL LS 1 $9,075.00 $9,075.00 63 INLET PROTECTION EA 35 $100.00 $3,500.00 64 SILT FENCE, TYPE MACHINE SLICED LF 420 $3.00 $1,260.00 65 FLOATING SILT CURTAIN LF 200 $30.00 $6,000.00 66 TEMPORARY ROCK CONSTRUCTION ENTRANCE TN 300 $25.00 $7,500.00 67 WATER FOR DUST CONTROL TGAL 80 $25.00 $2,000.00 68 SALVAGE SIGN EA 5 $25.00 $125.00 69 SALVAGE AND REINSTALL STREET NAME BLADE SIGN EA 8 $175.00 $1,400.00 ON NEW POST 70 REMOVE TREE EA 150 $350.00 $52,500.00 71 MILL AND STOCKPILE BITUMINOUS PAVEMENT WITH SY 20720 $1.85 $38,332.00 PETROMAT - 3" DEPTH 72 LOAD, HAUL, PLACE, GRADE AND COMPACT PETROMAT CY 2810 $10.00 $28,100.00 MILLINGS 73 REMOVE BITUMINOUS PAVEMENT BELOW 3" MILL SY 20720 $1.28 $26,521.60 DEPTH 74 SAWING BITUMINOUS PAVEMENT - STREET LF 500 $2.50 $1,250.00 75 REMOVE CONCRETE CURB & GUTTER LF 13200 $3.10 $40,920.00 76 REMOVE CONCRETE WALK SF 650 $1.00 $650.00 77 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 11500 $0.70 $8,050.00 78 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 18200 $1.00 $18,200.00 79 COMMON EXCAVATION (P) CY 17370 $24.24 $421,048.80 80 SUBGRADE EXCAVATION (CV) CY 1750 $14.00 $24,500.00 81 GEOTEXTILE FABRIC - TYPE V SY 25400 $1.35 $34,290.00 82 SELECT GRANULAR BORROW (MODIFIED) TN 27700 $10.75 $297,775.00 83 AGGREGATE BASE, CLASS 5 TN 7700 $11.97 $92,169.00 84 4" PVC PERFORATED DRAIN TILE, WITH SOCK LF 13200 $10.55 $139,260.00 85 4" PVC NON -PERFORATED DRAIN TILE LF 80 $17.80 $1,424.00 86 4" PVC SUMP PIPE STUB INCLUDING WYE AND CAP EA 131 $290.00 $37,990.00 87 BITUMINOUS MATERIAL FOR TACK COAT GAL 1150 $2.50 $2,875.00 88 TYPE SP 12.5 NON -WEARING COURSE MIXTURE (2,B) TN 2650 $50.90 $134,885.00 89 TYPE SP 9.5 WEARING COURSE MIXTURE (2,C) TN 1990 $63.29 $125,947.10 90 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS TN 100 $120.00 $12,000.00 (2.B) 91 6" CONCRETE DRIVEWAY SF 25000 $4.82 $120,500.00 92 7" COMMERCIAL CONCRETE DRIVEWAY SF 300 $6.42 $1,926.00 93 B618 CONCRETE CURB AND GUTTER LF 13200 $9.70 $128,040.00 193803348-B,dTab,xJsm QT-11 Item Num BID TABULATION Item Units Qtv Bidder No. 5 Northwest Asphalt Unit Price Total 9: 4" CONCRETE WALK SF 150 $7.93 $1,189.96 95 6" CONCRETE PEDESTRIAN RAMP SF 500 $8.63 $4,315.00 96 TRUNCATED DOME SURFACE SF 48 $40.02 $1,920.96 97 EROSION CONTROL COMPOST BLANKET- BLOWN SY 17500 $2.65 $46,375.00 W/SEED 98 TOPSOIL BORROW, MNDOT 3877.26 (LV) CY 3500 $26.56 $92,960.00 99 SIGN PANELS SF 20 $35.00 $700.00 100 ZEBRA CROSSWALK, WHITE SF 108 $11.00 $1,188.00 101 24" SOLID WHITE STOP BAR LF 15 $22.00 $330.00 102 STREET SWEEPER (WITH PICKUP BROOM) HR 60 $125.00 $7,500.00 TOTAL PART 2D STREETS (RECON) $1,976,491.96 PART 3: MILL & OVERLAY STREETS (M&O) PART 3A: UTILITIES (M&O) 103 REMOVE AND REPLACE SANITARY SEWER FRAME AND EA 15 $1,090.00 $16,350.00 RINGS WITH CONCRETE RINGS AND FRAME 104 4' DIAMETER SANITARY SEWER MH BARREL SECTION LF 12 $425.00 $5,100.00 WITH STEP 105 REMOVE AND REPLACE SANITARY SEWER PIPE LF 20 $475.00 $9,500.00 (SPECIAL) 106 REMOVE AND REPLACE STORM SEWER FRAME AND EA 3 $950.00 $2,850.00 RINGS WITH CONCRETE RINGS AND FRAME 107 REMOVE AND REPLACE WATER GV BOX SECTION EA 5 $550.00 $2.750.00 TOTAL PART 3A UTILITIES (M&O) $36,550.00 PART 3B: STREETS MO) 108 MILL BITUMINOUS PAVEMENT - 2" DEPTH SY 9820 $0.69 $6,775.80 109 MILL AND STOCKPILE BITUMINOUS PAVEMENT WITH SY 12320 $1.21 $14,907.20 PETROMAT - 2" DEPTH 110 REMOVE AND REPLACE CONCRETE CURB & GUTTER LF 430 $30.50 $13,115.00 111 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 1500 $0.75 $1,125.00 112 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 1500 $1.25 $1,875.00 113 AGGREGATE BASE, CLASS 5 - (SPECIAL) TN 610 $25.00 $15,250.00 114 BITUMINOUS PATCHING (SPECIAL) - TYPE SP 12.5 NON- TN 145 $100.00 $14,500.00 WEARING COURSE MIXTURE(B) 115 BITUMINOUS MATERIAL FOR TACK COAT GAL 1220 $2.50 $3,050.00 116 TYPE SP 9.5 WEARING COURSE MIXTURE (2,B) TN 2800 $54.10 $151,480.00 117 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS TN 35 $120.00 $4,200.00 (2.B) 118 6" CONCRETE DRIVEWAY SF 1500 $5.80 $8,700.00 119 APPLY CONCRETE CURING COMPOUND TO EXISTING LF 14500 $0.55 $7,975.00 CURB AND GUTTER 120 EROSION CONTROL COMPOST BLANKET - BLOWN SY 240 $2.65 $636.00 W/SEED 121 TOPSOIL BORROW, MNDOT 3877.2B (LV) CY 45 $30.00 $1350.00 TOTAL PART 3B STREETS (M&O) $244,939.00 PART 4: FULL PAVEMENT REMOVAL STREETS PART 4A: UTILITIES (FPR) 122 REMOVE AND REPLACE SANITARY SEWER FRAME AND EA 2 $1,090.00 $2,180.00 RINGS WITH CONCRETE RINGS AND FRAME 123 4' DIAMETER SANITARY SEWER MH BARREL SECTION LF 3 $425.00 $1,275.00 WITH STEP 124 REMOVE AND REPLACE WATER GV BOX SECTION EA 1 $550.00 $550.00 TOTAL PART 4A: UTILITIES (FPR) $4,005.00 PART 4B: STREETS (FPR) 125 MILL AND STOCKPILE BITUMINOUS PAVEMENT WITH SY 680 $1.21 $822.80 PETROMAT - 2" DEPTH (CUL DE SAC ONLY) 126 MILL AND STOCKPILE BITUMINOUS PAVEMENT WITH SY 1185 $1.43 $1,694.55 PETROMAT - 3" DEPTH 127 REMOVE AND REPLACE CONCRETE CURB & GUTTER LF 30 $33.50 $1,005.00 128 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 200 $1.00 $200.00 129 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 200 $1.25 $250.00 193803348-BidTab.xlsm QT-12 BID TABULATION Item Num I[em 130 AGGREG Md BASE, CLASS 5 - (SPECIAL) 131 BITUMINOUS PATCHING (SPECIAL) - TYPE SP 12.5 NON - WEARING COURSE MIXTURE(B) 132 BITUMINOUS MATERIAL FOR TACK COAT 133 TYPE SP 9.5 WEARING COURSE MIXTURE (2,B) 134 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2.B) 135 6" CONCRETE DRIVEWAY 136 APPLY CONCRETE CURING COMPOUND TO EXISTING CURB AND GUTTER 137 EROSION CONTROL COMPOST BLANKET - BLOWN W/SEED 138 TOPSOIL BORROW, MNDOT 3877.2B (LV) 139 STREET SWEEPER (WITH PICKUP BROOM) TOTAL PART 4B STREETS (FPR) BASE BID SUMMARY: TOTAL PART 1: GENERAL TOTAL PART 2A: SANITARY SEWER (RECON) TOTAL PART 2B: WATER MAIN (RECON) TOTAL PART 2C: STORM SEWER (RECON) TOTAL PART 2D: STREETS (RECON) TOTAL PART 3A: UTILITIES (M&O) TOTAL PART 3B: STREETS (M&O) TOTAL PART 4A: UTILITIES (FPR) TOTAL PART 4B: STREETS (FPR) TOTAL BASE BID Units TN TN GAL TN TN SF LF SY CY HR ALTERNATE 1 - DECATUR AVENUE RECONSTRUCT PART 1: GENERAL 140 MOBILIZATION LS 141 TRAFFIC CONTROL LS TOTAL PART 1 GENERAL PART 2: SANITARY SEWER 142 REMOVE AND REPLACE SANITARY SEWER FRAME AND 143 4" PVC SCHEDULE 40 SANITARY SEWER SERVICE PIPE 144 CONNECT TO EXISTING SANITARY SEWER SERVICE 145 4' DIAMETER SANITARY SEWER MH BARREL SECTION TOTAL PART 2 SANITARY SEWER PART 3: WATER MAIN 146 TEMPORARY WATER SERVICE 147 REMOVE WATER MAIN 148 REMOVE WATER SERVICE 149 REMOVE HYDRANT, VALVE AND BOX 150 REMOVE VALVE AND BOX 151 CONNECT TO EXISTING WATER MAIN 152 6" PVC WATER MAIN, C900-DR18, WITH TRACER WIRE 153 6" GATE VALVE AND BOX 154 HYDRANT, INCLUDING 6" GATE VALVE AND BOX 155 EXTEND HYDRANT BARREL 156 DUCTILE IRON FITTINGS 157 IMPROVED PIPE FOUNDATION 158 CONNECT TO EXISTING WATER SERVICE 159 1" CORPORATION STOP 160 1" CURB STOP AND BOX 161 1" TYPE "K" COPPER PIPE TOTAL PART 3 WATER MAIN EA LF EA LF LS LF EA EA EA EA LF EA EA LF LB LF EA EA EA LF 55 15 105 310 5 200 1000 50 10 10 1 1 3 90 9 4 1 760 17 2 2 2 760 2 2 1 280 76 17 17 17 520 Bidder No. 5 Northwest Asphalt $25.00 $075.00 $100.00 $1,500.00 $3.00 $315.00 $57.75 $17,902.50 $120.00 $600.00 $7.35 $1,470.00 $0.55 $550.00 $2.65 $132.50 $30.00 $300.00 $125.00 $1,250.00 $29,367.35 $231,000.00 $86,600.00 $679,157.85 $274,709.96 $1,976,491.96 $36,550.00 $244,939.00 $4,005.00 $29.367.35 $3,562,821.12 $19,700.00 $19,700.00 $200.00 t200.00 $19,900.00 $1,090.00 $3,270.00 $32.33 $2,909.70 $440.00 $3,960.00 $425.00 $1,700.00 $11,839.70 $3,000.00 $3,000.00 $8.00 $6,080.00 $130.00 $2,210.00 $300.00 $600.00 $100.00 $200.00 $1,085.00 $2,170.00 $29.27 $22,245.20 $1,456.00 $2,912.00 $4,825.00 $9,650.00 $711.00 $711.00 $4.38 $1,226.40 $0.01 $0.76 $400.00 $6,800.00 $465.00 $7,905.00 $476.00 $8,092.00 $29.83 $15.511.60 $89,313.96 193803348-BidTab.xlsm QT-13 Bidder No. 5 BID TABULATION Northwest Asphalt Item Num Item Units Qtv Unit Price Total PART 4: STORM SEWER 162 REMOVE STORM SEWER MH OR CATCH BASIN EA 1 $425.00 $425.00 163 15" RCP STORM SEWER, CL 5 LF 101 $33.67 $3,400.67 164 18" RCP STORM SEWER, CL 5 LF 16 $35.43 $566.88 165 2'x3' STORM SEWER CATCH BASIN EA 1 $1,510.00 $1,510.00 166 4' DIAMETER STORM SEWER MH OR CBMH EA 2 $1,850.00 $3,700.00 167 4' DIAMETER STORM SEWER MH OR CBMH WITH 5' EA 1 $6,368.00 $6,368.00 168 CONNECT TO EXISTING STORM SEWER PIPE EA 1 $800.00 $800.00 169 CONNECT TO STRUCTURE (DRAINTILE) EA 9 $300.00 $2,700.00 170 2'xT FILTRATION CATCH BASIN WITH SKIMMER EA 1 $2,448.00 $2,448.00 171 FILTRATION TRENCH EXCAVATION (EV) CY 51 $15.00 $765.00 172 FILTRATION TRENCH GEOTEXTILE FABRIC- TYPE V SY 145 $3.00 $435.00 173 IRON -ENHANCED FILTER MEDIA(LV) CY 44 $152.85 $6,725.40 174 6" PVC PERFORATED COLLECTION PIPE, WITH SOCK LF 65 $24.60 $1,599.00 175 6" PVC NON -PERFORATED COLLECTION PIPE LF 20 $35.53 $710.60 176 B" PVC SLOTTED DISTRIBUTION PIPE, WITH FIELD CUT LF 65 $40.34 $2,622.10 177 8" PVC NON -SLOTTED DISTRIBUTION PIPE LF 30 $36.81 $1,104.30 TOTAL PART 4 STORM SEWER $35,879.95 PART 5: STREETS 178 TEMPORARY MAIL LS 1 $1,350.00 $1,350.00 179 INLET PROTECTION EA 6 $100.00 $600.00 180 SILT FENCE, TYPE MACHINE SLICED LF 50 $2.50 $125.00 181 FLOATING SILT CURTAIN LF 100 $12.50 $1,250.00 182 TEMPORARY ROCK CONSTRUCTION ENTRANCE TN 100 $25.00 $2,500.00 183 WATER FOR DUST CONTROL TGAL 20 $25.00 $500.00 184 SALVAGE SIGN EA 1 $25.00 $25.00 185 SALVAGE AND REINSTALL STREET NAME BLADE SIGN EA 2 $175.00 $350.00 186 REMOVE TREE EA 18 $350.00 $6,300.00 187 MILL AND STOCKPILE BITUMINOUS PAVEMENT WITH SY 2400 $2.06 $4,944.00 188 LOAD, HAUL, PLACE, GRADE AND COMPACT PETROMAT CY 180 $10.00 $1,800.00 189 REMOVE BITUMINOUS PAVEMENT BELOW 3" MILL SY 2400 $1.10 $2,640.00 190 SAWING BITUMINOUS PAVEMENT - STREET LF 140 $2.50 $350.00 191 REMOVE CONCRETE CURB & GUTTER LF 1600 $3.10 $4,960.00 192 REMOVE CONCRETE WALK SF 170 $1.00 $170.00 193 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 2500 $0.70 $1,750.00 194 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 1300 $1.00 $1,300.00 195 COMMON EXCAVATION (P) CY 2230 $18.40 $41,032.00 196 SUBGRADE EXCAVATION (CV) CY 220 $15.00 $3,300.00 197 GEOTEXTILE FABRIC - TYPE V SY 2910 $1.35 $3,928.50 198 SELECT GRANULAR BORROW (MODIFIED) TN 3200 $12.90 $41,280.00 199 AGGREGATE BASE, CLASS 5 TN 900 $11.97 $10,773.00 200 4" PVC PERFORATED DRAIN TILE, WITH SOCK LF 1600 $11.54 $18,464.00 201 4" PVC SUMP PIPE STUB INCLUDING WYE AND CAP EA 18 $310.00 $5,580.00 202 BITUMINOUS MATERIAL FOR TACK COAT GAL 135 $2.50 $337.50 203 TYPE SP 12.5 NON -WEARING COURSE MIXTURE (2,B) TN 305 $50.90 $15,524.50 204 TYPE SP 9.5 WEARING COURSE MIXTURE(2,C) TN 225 $63.29 $14,240.25 205 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS TN 30 $120.00 $3,600.00 206 6" CONCRETE DRIVEWAY SF 2500 $4.64 $11,600.00 207 B618 CONCRETE CURB AND GUTTER LF 1600 $10.00 $16,000.00 208 4" CONCRETE WALK SF 30 $5.88 $176.40 209 6" CONCRETE PEDESTRIAN RAMP SF 140 $8.63 $1,208.20 210 TRUNCATED DOME SURFACE SF 16 $40.00 $640.00 211 EROSION CONTROL COMPOST BLANKET - BLOWN SY 2150 $2.65 $5,697.50 212 TOPSOIL BORROW, MNDOT 3877.2B (LV) CY 430 $25.56 $10,990.80 213 SIGN PANELS SF 6.25 $35.00 $218.75 214 STREET SWEEPER (WITH PICKUP BROOM) HR 20 $125.00 $2,500_00 TOTAL PART 5 STREETS $238,005.40 193803348-BidTab.xlsm QT-14 Bidder No. 5 BID TABULATION Northwest Asphalt Item Num Item Units Qty Unit price Tptai ALT 1 SUMMARY DECATUR AVENUE RECON: PART 1: GENERAL $19,900.00 PART 2: SANITARY SEWER $11,839.70 PART 3: WATER MAIN $89,313.96 PART 4: STORM SEWER $35,879.95 PART 5: STREETS $238.005.40 TOTAL ALTERNATE 1- DECATUR AVENUE $394,939.01 ALTERNATE 2: ENSIGN AVENUE RECONSTRUCT PART 1: GENERAL 215 MOBILIZATION LS 1 $23,900.00 $23,900.00 216 TRAFFIC CONTROL LS 1 $200.00 $200.00 TOTAL PART 1 GENERAL $24,100.00 PART 2: SANITARY SEWER 217 REMOVE AND REPLACE SANITARY SEWER FRAME AND EA 4 $1,090.00 $4,360.00 218 4" PVC SCHEDULE 40 SANITARY SEWER SERVICE PIPE LF 100 $32.13 $3,213.00 219 CONNECT TO EXISTING SANITARY SEWER SERVICE EA 10 $440.00 $4,400.00 TOTAL PART 2 SANITARY SEWER $11,973.00 PART 3: WATER MAIN 220 TEMPORARY WATER SERVICE LS 1 $3,700.00 $3,700.00 221 REMOVE WATER MAIN LF 920 $8.00 $7,360.00 222 REMOVE WATER SERVICE EA 21 $130.00 $2,730.00 223 REMOVE HYDRANT, VALVE AND BOX EA 1 $300.00 $300.00 224 REMOVE VALVE AND BOX EA 2 $100.00 $200.00 225 CONNECT TO EXISTING WATER MAIN EA 2 $1,085.00 $2,170.00 226 6" PVC WATER MAIN, C900-DR18, WITH TRACER WIRE LF 920 $29.27 $26,928.40 227 6" GATE VALVE AND BOX FA 2 $1,460.00 $2,920.00 228 HYDRANT, INCLUDING 6" GATE VALVE AND BOX EA 1 $4,830.00 $4,830.00 229 EXTEND HYDRANT BARREL LF 1 $711.00 $711.00 230 DUCTILE IRON FITTINGS LB 210 $4.38 $919.80 231 IMPROVED PIPE FOUNDATION LF 100 $0.01 $1.00 232 CONNECT TO EXISTING WATER SERVICE EA 21 $400.00 $8,400.00 233 1" CORPORATION STOP EA 21 $465.00 $9,765.00 234 1" CURB STOP AND BOX EA 21 $476.00 $9,996.00 235 1" TYPE NO COPPER PIPE LF 650 $29.83 $19.389.50 TOTAL PART 3 WATER MAIN $100,320.70 PART 4: STORM SEWER 236 REMOVE STORM SEWER MH OR CATCH BASIN EA 2 $400.00 $800.00 237 REMOVE STORM SEWER PIPE LF 56 $10.00 $560.00 238 BULKHEAD OPENING IN EXISTING STORM STRUCTURE EA 1 $250.00 $250.00 239 15" RCP STORM SEWER, CL 5 LF 121 $33.67 $4,074.07 240 21" RCP STORM SEWER, CL 4 LF 22 $40.13 $882.86 241 2'x3' STORM SEWER CATCH BASIN EA 1 $1,510.00 $1,510.00 242 4' DIAMETER STORM SEWER MH OR CBMH EA 2 $6,368.00 $12,736.00 243 CONNECT TO EXISTING STORM SEWER STRUCTURE EA 1 $800.00 $800.00 244 CONNECT TO STRUCTURE (DRAINTILE) EA 8 $300.00 $2,400.00 245 2'xT FILTRATION CATCH BASIN WITH SKIMMER EA 1 $2,448.00 $2,448.00 246 FILTRATION TRENCH EXCAVATION (EV) CY 615 $15.00 $9,225.00 247 FILTRATION TRENCH GEOTEXTILE FABRIC - TYPE V SY 180 $3.00 $540.00 248 IRON -ENHANCED FILTER MEDIA (LV) CY 55 $152.85 $8,406.75 249 6" PVC PERFORATED COLLECTION PIPE, WITH SOCK LF 80 $30.57 $2,445.60 250 6" PVC NON -PERFORATED COLLECTION PIPE LF 10 $36.93 $369.30 251 8" PVC SLOTTED DISTRIBUTION PIPE, WITH FIELD CUT LF 80 $38.33 $3,066.40 252 8" PVC NON -SLOTTED DISTRIBUTION PIPE LF 30 $36.83 $1.104.90 TOTAL PART 4 STORM SEWER $51,618.88 193803348-BidTab.xlsm QT-15 Bidder No. S BID TABULATION Northwest Asphalt Item Num Item Units RtY Unit Price Total PART 5: STREETS 253 TEMPORARY MAIL LS 1 $1,650.00 $1,650.00 254 INLET PROTECTION EA 6 $100.00 $600.00 255 SILT FENCE, TYPE MACHINE SLICED LF 50 $2.50 $125.00 256 TEMPORARY ROCK CONSTRUCTION ENTRANCE TN 100 $25.00 $2,500.00 257 WATER FOR DUST CONTROL TGAL 20 $25.00 $500.00 258 SALVAGE SIGN EA 1 $25.00 $25.00 259 SALVAGE AND REINSTALL STREET NAME BLADE SIGN EA 1 $175.00 $175.00 260 REMOVE TREE EA 24 $350.00 $8,400.00 261 REMOVE BITUMINOUS PAVEMENT SY 2930 $1.91 $5,596.30 262 SAWING BITUMINOUS PAVEMENT - STREET LF 155 $2.50 $387.50 263 REMOVE CONCRETE CURB & GUTTER LF 1980 $3.10 $6,138.00 264 REMOVE CONCRETE WALK SF 340 $1.00 $340.00 265 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 1800 $0.70 $1,260.00 266 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 2870 $1.00 $2,870.00 267 COMMON EXCAVATION (P) CY 2940 $17.82 $52,390.80 268 SUBGRADE EXCAVATION (CV) CY 300 $15.00 $4,500.00 269 GEOTEXTILE FABRIC - TYPE V SY 3600 $1.35 $4,860.00 270 SELECT GRANULAR BORROW (MODIFIED) TN 3900 $12.90 $50,310.00 271 AGGREGATE BASE, CLASS 5 TN 1100 $11.97 $13,167.00 272 4" PVC PERFORATED DRAIN TILE, WITH SOCK LF 1980 $11.55 $22,869.00 273 4" PVC SUMP PIPE STUB INCLUDING WYE AND CAP EA 22 $310.00 $6,820.00 274 BITUMINOUS MATERIAL FOR TACK COAT GAL 160 $3.00 $480.00 275 TYPE SP 12.5 NON -WEARING COURSE MIXTURE (2,B) TN 370 $50.90 $18,833.00 276 TYPE SP 9.5 WEARING COURSE MIXTURE(2,C) TN 275 $63.29 $17,404.75 277 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS TN 20 $125.00 $2,500.00 278 6" CONCRETE DRIVEWAY SF 4000 $4.64 $18,560.00 279 B618 CONCRETE CURB AND GUTTER LF 1980 $10.00 $19,800.00 280 6" CONCRETE PEDESTRIAN RAMP SF 340 $8.63 $2,934.20 281 TRUNCATED DOME SURFACE SF 24 $40.00 $960.00 282 EROSION CONTROL COMPOST BLANKET - BLOWN SY 2600 $2.65 $6,890.00 283 TOPSOIL BORROW, MNDOT 3877.2B (LV) CY 520 $26.56 $13,811.20 284 SIGN PANELS SF 18.75 $35.00 $656.25 285 STREET SWEEPER (WITH PICKUP BROOM) HR 20 $125.00 $2,500.00 TOTAL PART 5: STREETS $290,813.00 ALTERNATE 2 - ENSIGN AVENUE RECONSTRUCT PART 1: GENERAL $24,100.00 PART 2: SANITARY SEWER $11,973.00 PART 3: WATER MAIN $100,320.70 PART 4: STORM SEWER $51,618.88 PART 5: STREETS $290,813.00 TOTAL ALTERNATE 2 - ENSIGN AVENUE $478,825.58 ALTERNATE 3 - NORTHWOOD CIRCLE PART 1: DEDUCT FROM BASE BID 286 DEDUCT: TOTAL PART 4A AND TOTAL PART 4B OF BASE LS -1 $33,372.35 -$33.372.35 TOTAL PART 1: DEDUCT FROM BASE BID ($33,372.35) PART 2: GENERAL 287 MOBILIZATION LS 1 $12,200.00 $12,200.00 288 TRAFFIC CONTROL LS 1 $100.00 $100.00 TOTAL PART 2: GENERAL $12,300.00 PART 3: SANITARY SEWER 289 REMOVE AND REPLACE SANITARY SEWER FRAME AND EA 2 $1,090.00 $2,180.00 290 4" PVC SCHEDULE 40 SANITARY SEWER SERVICE PIPE LF 50 $32.13 $1,606.50 291 CONNECT TO EXISTING SANITARY SEWER SERVICE EA 5 $440.00 $2,200.00 292 4' DIAMETER SANITARY SEWER MH BARREL SECTION LF 3 $425.00 $1,275.00 TOTAL PART 3: SANITARY SEWER $7,261.50 193803348-BidTab.Xlsm QT-16 Bidder No. 5 BID TABULATION Northwest Asphalt Item Num Item Units Qty Unit Price Total PART 4: WATER MAIN 293 TEMPORARY WATER SERVICE LS 1 $1,700.00 $1,700.00 294 REMOVE WATER MAIN LF 440 $8.00 $3,520.00 295 REMOVE WATER SERVICE EA 10 $130.00 $1,300.00 296 REMOVE HYDRANT, VALVE AND BOX EA 1 $300.00 $300.00 297 REMOVE VALVE AND BOX EA 1 $100.00 $100.00 298 CONNECT TO EXISTING WATER MAIN EA 1 $1,085.00 $1,085.00 299 6" PVC WATER MAIN,C900-DR18, WITH TRACER WIRE LF 440 $30.77 $13,538.80 300 6" GATE VALVE AND BOX EA 1 $1,460.00 $1,460.00 301 HYDRANT, INCLUDING 6" GATE VALVE AND BOX EA 1 $4,775.00 $4,775.00 302 EXTEND HYDRANT BARREL LF 1 $711.00 $711.00 303 DUCTILE IRON FITTINGS LB 160 $4.40 $704.00 304 IMPROVED PIPE FOUNDATION LF 45 $0.01 $0.45 305 CONNECT TO EXISTING WATER SERVICE EA 10 $400.00 $4,000.00 306 1" CORPORATION STOP EA 10 $465.00 $4,650.00 307 1" CURB STOP AND BOX EA 10 $476.00 $4,760.00 308 1" TYPE"K" COPPER PIPE LF 420 $29.82 $12,524.40 TOTAL PART 4: WATER MAIN $55,128.65 PART 5: STORM SEWER 309 REMOVE STORM SEWER MH OR CATCH BASIN EA 1 $400.00 $400.00 310 REMOVE STORM SEWER PIPE LF -48 $10.00 $480.00 311 15" RCP STORM SEWER, CL 5 LF 139 $33.67 $4,680.13 312 18" RCP STORM SEWER, CL 5 LF 22 $37.82 $832.04 313 2'x3' STORM SEWER CATCH BASIN EA 1 $1,485.00 $1,485.00 314 4' DIAMETER STORM SEWER MH OR CBMH EA 2 $6,368.00 $12,736.00 315 CONNECT TO EXISTING STORM SEWER STRUCTURE EA 1 $800.00 $800.00 316 CONNECT TO STRUCTURE (DRAINTILE) EA 8 $300.00 $2,400.00 317 TxT FILTRATION CATCH BASIN WITH SKIMMER EA 1 $2,448.00 $2,448.00 318 FILTRATION TRENCH EXCAVATION (EV) CY 45 $15.00 $675.00 319 FILTRATION TRENCH GEOTEXTILE FABRIC- TYPE V SY 125 $3.00 $375.00 320 IRON -ENHANCED FILTER MEDIA(LV) CY 40 $152.85 $6,114.00 321 6" PVC PERFORATED COLLECTION PIPE, WITH SOCK LF 55 $32.02 $1,761.10 322 6" PVC NON -PERFORATED COLLECTION PIPE LF 10 $36.93 $369.30 323 8" PVC SLOTTED DISTRIBUTION PIPE, WITH FIELD CUT LF 55 $41.64 $2,290.20 324 8" PVC NON -SLOTTED DISTRIBUTION PIPE LF 10 $39.43 $394.30 TOTAL PART 5: STORM SEWER $38,240.07 PART 6: STREETS 325 TEMPORARY MAIL LS 1 $750.00 $750.00 326 INLET PROTECTION EA 6 $100.00 $600.00 327 SILT FENCE, TYPE MACHINE SLICED LF 50 $2.50 $125.00 328 TEMPORARY ROCK CONSTRUCTION ENTRANCE TN 50 $25.00 $1,250.00 329 WATER FOR DUST CONTROL TGAL 20 $25.00 $500.00 330 SALVAGE SIGN EA 1 $25.00 $25.00 331 SALVAGE AND REINSTALL STREET NAME BLADE SIGN EA 1 $175.00 $175.00 332 REMOVE TREE EA 6 $350.00 $2,100.00 333 MILL AND STOCKPILE BITUMINOUS PAVEMENT WITH SY 1870 $2.06 $3,852.20 334 LOAD, HAUL, PLACE, GRADE AND COMPACT PETROMAT CY 155 $10.00 $1,550.00 335 REMOVE BITUMINOUS PAVEMENT BELOW 3" MILL SY 1870 $1.10 $2,057.00 336 SAWING BITUMINOUS PAVEMENT - STREET LF 65 $2.50 $162.50 337 REMOVE CONCRETE CURB & GUTTER LF 1000 $3.10 $3,100.00 338 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 300 $0.70 $210.00 339 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 1900 $1.00 $1,900.00 340 COMMON EXCAVATION (P) CY 1670 $18.66 $31,162.20 341 SUBGRADE EXCAVATION (CV) CY 170 $15.00 $2,550.00 342 GEOTEXTILE FABRIC - TYPE V SY 2100 $1.35 $2,835.00 343 SELECT GRANULAR BORROW (MODIFIED) TN 2300 $12.90 $29,670.00 344 AGGREGATE BASE, CLASS 5 TN 650 $11.97 $7,780.50 345 4" PVC PERFORATED DRAIN TILE, WITH SOCK LF 1000 $11.55 $11,550.00 346 4" PVC SUMP PIPE STUB INCLUDING WYE AND CAP EA 12 $340.00 $4,080.00 347 BITUMINOUS MATERIAL FOR TACK COAT GAL 100 $3.00 $300.00 348 TYPE SP 12.5 NON -WEARING COURSE MIXTURE (2,B) TN 220 $52.57 $11,565.40 349 TYPE SP 9.5 WEARING COURSE MIXTURE (2,C) TN 170 $66.74 $11,345.80 193803348-BidTab.xlsm QT-17 Bidder No. 5 BID TABULATION Northwest Asphalt Item Num Item Units Qty Unit Price Total 350 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS TN 10 $125.00 51.75G.Gp 351 6" CONCRETE DRIVEWAY SF 2000 $4.64 $9,280.00 352 B618 CONCRETE CURB AND GUTTER LF 1000 $10.00 $10,000.00 353 EROSION CONTROL COMPOST BLANKET- BLOWN Sy 1300 $2.65 $3,445.00 354 TOPSOIL BORROW, MNDOT 3877.2E (LV) CY 260 $26.56 $6,905.60 355 SIGN PANELS SF 6.25 $35.00 $218.75 356 STREET SWEEPER (WITH PICKUP BROOM) HR 20 $125.00 $2,500.00 TOTAL PART 6: STREETS $164,794.95 ALTERNATE 3 - NORTHWOOD CIRCLE TOTAL PART 1: DEDUCT FROM BASE BID ($33,372.35) TOTAL PART 2: GENERAL $12,300.00 TOTAL PART 3: SANITARY SEWER $7,261.50 TOTAL PART 4: WATER MAIN $55,128.65 TOTAL PART 5: STORM SEWER $38,240.07 TOTAL PART 6: STREETS $164.794.95 TOTAL ALTERNATE 3 - NORTHWOOD CIRCLE $244,352.82 TOTAL BASE BID $3,562,821.12 TOTAL ALTERNATE 1 - DECATUR AVENUE $394,939.01 TOTAL ALTERNATE 2 - ENSIGN AVENUE $478,825.58 TOTAL ALTERNATE 3 - NORTHWOOD CIRCLE $244,352.82 Contractor Name and Address: Northwest Asphalt 1451 Stagecoach Road Shakopee, MN 55379 Phrase: 952-445-1003 Fax 952-445-1056 Email: net Signed By: Lance Guentzel� Title: P.M. Addenda Acknowledged: None 193803348-BidTab.xlsm QT-18 Item 6Bi. BCWMC 2-18-16 resourceful. naturally, gARR engineering and environmental consultants Memorandum To: Bassett Creek Watershed Management Commission From: Barr Engineering Co. Subject: Item 6B — Northwood South Area Infrastructure Improvements Project— New Hope BCWMC February 18, 2016 Meeting Agenda Date: February 10, 2016 Project: 23270051 2016 2069 6B Northwood South Area Infrastructure Improvements - New Hope Summary: Proposed Work: Road reconstruction in the Northwood South neighborhood Basis for Commission Review: Road construction project disturbing over 5 acres Impervious Surface Area: Decrease approximately 2,600 square feet (0.06 acres) Recommendation: Conditional approval General Background & Comments The proposed project includes street reconstruction, water main and sanitary sewer replacement, and storm sewer improvements in the Northwood South neighborhood bounded by Northwood Parkway to the north, Highway 169 to the west, 36th Avenue North to the south, and Boone Avenue North to the east. This project will be completed in a similar time frame to the Northwood Lake CIP project (NIL-1), which will involve construction of an underground stormwater reuse system near the intersection of Boone Avenue North and Ensign Avenue North to be used for irrigation of the ballfields in Northwood Park and construction of a pond west of Jordan Avenue North. Northwood Lake is downgradient from the Northwood South neighborhood. The project is in the Northwood Lake subwatershed and 11.81 acres will be graded as part of the project. The proposed project results in a decrease of approximately 2,600 square feet (0.06 acres) of impervious surface and a total proposed impervious area of 6.54 acres. Floodplain The project does not involve work in the Bassett Creek floodplain. Wetlands The project appears to involve work adjacent to wetlands. The City of New Hope is the LGU for administering the Minnesota Wetland Conservation Act of 1991. Stormwater Management Under existing conditions, the project drains to Northwood Lake. Under proposed conditions, the drainage patterns will ultimately remain similar; however, stormwater treatment will be provided within the project area by diverting water to underground filtration trenches. Barr Engineering Co. 4700 West 77th Street, Suite 200, Minneapolis, MN 55435 952,832,2600 www.barr.com To: Bassett Creek Watershed Management Commission From: Barr Engineering Co. Subject: Item 613- Northwood South Area Infrastructure Improvements Project - New Hope Date: February 10, X16 Page: 2 Project: 23270051 2016 2069 Water Quality Management There is currently little to no water quality treatment in the Northwood South neighborhood. Because the project is a linear redevelopment that creates one acre or greater of new and/or fully reconstructed impervious surfaces, the September 2015 BCWMC Requirements for Improvements and Development Proposals (Requirements) document requires that the project capture and retain the larger of 1) 0.55 inches of runoff from the new and fully reconstructed impervious surfaces, or 2)1.1 inches of runoff from the net increase in impervious area. In this case, 0.55 inches of runoff from the new and fully reconstructed impervious surfaces is the larger volume, resulting in a required treatment volume of 0.30 acre-feet (13,057 cubic feet). If the performance goal is unable to be met due to site restrictions, the Requirements document requires that the MIDS flexible treatment options approach be used, following the MIDS design sequence flow chart. The city proposes to construct underground filtration trenches with iron enhanced media to provide water quality treatment for the project. The underground filtration trenches will provide a storage volume of 641 cubic feet. This is equivalent to 0.03 inches of runoff from the new and fully reconstructed impervious surfaces (5% of the required volume). Because the city is not able to meet the MIDS performance goal, the city's consultant provided a sequencing analysis following the MIDS design sequence flow chart and indicating what treatment options were explored and feasible on the site. Based on the flow chart, the first alternative to be considered for this project is Flexible Treatment Option #2 (FTO 2). The flow chart analysis indicates that FT O 2 is feasible on the site. FTO 2 requires volume reduction to the maximum extent practicable, removal of 60% of the annual total phosphorus (TP) load, and discussion of options considered toward relocating elements and addressing varying soil conditions and constraints across the site. The applicant has limited right of way area in which to construct stormwater BMPs because the project is primarily road reconstruction. The project area has Type D soils with low infiltration rates, which do not allow significant infiltration. The project area also has steep grades, which limit the areas where BMPs can be implemented. Based on limited right of way, soils with low infiltration rates, and steep grades within the project area, the applicant has demonstrated volume reduction to the maximum extent practicable by maximizing the size of the underground filtration trenches. To meet the removal of 60% of the annual TP load requirement (7.0 pounds), the applicant is using treatment provided by the underground filtration trenches with iron enhanced media and taking credit for the portion of the Jordan Avenue North Pond project that the city is funding; this is similar to the approach approved by the BCWMC for the Douglas Drive project. The Jordan Avenue North pond project is part of the BCWMC Northwood Lake CIP (partially funded by the BCWMC), and was intended to improve water quality in the watershed beyond required practices, not to provide required water quality treatment for proposed projects. Based on the Northwood Lake CIP project costs provided previously to the commission, the city's share/credit would be 21.1% of the project cost ($300,000 from the city and a total project cost of $1,420,000). The Jordan Avenue North pond is expected to remove 5.67 Ibs, of TP annually. The city is contributing 21.1% of the Jordan Avenue North pond project costs. Therefore, using the same approach as the Douglas Drive project, the city is taking credit for 21.1% of the TP treatment \\barr_com\projects\Mp1s\23 MN\27\2327051\WorkFi1es\P1at Reviews\2016\2016-03\6B -Northwood Lake South Area Infrastructure Improvements project -commission memo.docx To: Bassett Creek Watershed Management Commission From: Barr Engineering Co. Subject: Item 613- Northwood South Area Infrastructure Improvements Project - New Hope Date: February 10, 2016 Page: 3 Project: 23270051 2016 2069 provided by the Jordan Avenue North pond project. Using treatment provided by the underground filtration trenches with iron enhanced media and the city contribution to the Jordan Avenue North pond project, the applicant demonstrated that the project removes 65% of the annual TP load (7.56 pounds), and is therefore in compliance with the FTO 2 criteria. The TP removal provided by the Jordan Avenue North pond project and the underground filtration trenches with iron enhanced media is summarized below. TP Removed (Ibs/ r) City Contribution (%) City Credited TP I Removal (Ibs/ r) Jordan Avenue North Pond 5.67 21.1 1.20 Underground Filtration Trenches with Iron Enhanced Media 6.36 100 6.36 Totals 12.03 7.56" 'TP load removal requirement = 7.00 pounds Erosion and Sediment Control Since the area to be graded is greater than 10,000 square feet, the proposed project must meet the BCWMC erosion control requirements. Proposed temporary erosion control features include silt fence, bioroll, rock construction entrances, and inlet protection. Recommendation Conditional approval based on the following comments: 1. Add the following erosion control notes to the plans: A temporary vegetative cover must be provided consisting of a suitable, fast-growing, dense grass - seed mix spread at a minimum at the MnDOT-specified rate per acre. If temporary cover is to remain in place beyond the present growing season, two-thirds of the seed mix shall be composed of perennial grasses. —The plan sheets have been updated. See plan sheets G0.03, and C2 sheets. Stabilization timeframes shall conform to the NPDES General Stormwater Permit for Construction Activity. 2. Inlet protection should be shown on all proposed catch basins. —The plan sheets have been updated, see C2 sheets. Perimeter control should be added as necessary where curb and gutter or trees or shrubs will be removed and the surrounding area does not drain toward the roadway corridor, for instance on the east side of Jordan Avenue. — The plan sheets have been updated, see C2 sheets. 4. The cut off berm on the rock construction entrance shall have a minimum height of 2 feet above the adjacent roadway. — Provided in detail ERO-7, on sheet C8.05. 5. Revised erosion control plans must be provided matching the revised storm sewer layout shown in the plans received on February 9, 2016. —The plan sheets have been updated, see C2 sheets. 6. A watershed figure for the underground filtration trenches should be provided. - The filtration drainage map has been provided with this memo for your review. \\barr.com\projects\Mp1s\23 MN\27\2327051\WorkFi1es\P1at Reviews\2016\2016-03\6B -Northwood Lake South Area Infrastructure Improvements project -commission memo.docx To: Bassett Creek Watershed Management Commission From: Barr Engineering Co. Subject: Item 6B- Northwood South Area Infrastructure Improvements Project - New Hope Date: February 10, 2016 Page: 4 Project: 23270051 2016 2069 7. The impervious area listed in the plan set for the project is larger than the impervious area used in the MIDS calculator. Applicant must revise and clarify. —The impervious area used in the MIDs calculator was for within City right-of-way only. The plan set and application accounted for the right-of-way and the driveway aprons that will be replaced as part of the project. The plan set and application has been updated for your review. 8. Tree planting locations in accordance with the inputs used in the MIDS calculator must be shown on the plans. - The City is not anticipating planting any trees with this sand trench design. The tree trench design was used in MIDs to provide more accurate results than using the sand filter option. The updated MIDs model can be found with this resubmittal. 9. The "media field capacity — wilting point" and "media porosity — field capacity" fields in the MIDS calculator must be representative of the filter media used, likely sand if iron is to be mixed into the filtration system. - The "media field capacity — wilting point" and "media porosity — field capacity" fields in the MIDs calculator has been updated to reflect a filter media of a sand type mixture. The updated MIDs model can be found with this resubmittal. 10. The MIDS calculator should represent that a soil amendment is used to attenuate phosphorus. - The MIDs calculator has been updated to represent a soil amendment (iron enhancement) is being used to attenuate phosphorus. The updated MIDs model can be found with this resubmittal. 11. The MIDS calculator indicates that Media Mix D is used. Based on the cross section, 6" of topsoil and an iron enhanced media will be used. It appears that the sand filter BMP may be a better BMP selection in the MIDS calculator based on the filtration trench details provided. Additional calculations could then be provided representing that it can be assumed that 60% of the dissolved phosphorus load will be removed based on documentation in the Minnesota Stormwater Manual. - Using the tree trench design in MIDs allowed us to put in the parameters of each filtration trench, which we feel would give us a more accurate results. A comparison model was created using the sand filter design for the same watersheds as the previous tree trench design calculator. The tree trench design yielded a removal efficiency of 55% (6.66 Ibs/yr) and the sand filter yielded a removal efficiency of 77% (9.03 Ibs/yr) once the iron enhancement was factored into the dissolved phosphorus calculation. Based on the MPCA stormwater manual for sand filters, they are typically used as a filter bench within stormwater ponds or a separate sand filter basin, which neither design reflects our current design. We feel the tree trench allows us to quantify the actual trench dimensions and gives us more realistic results than the sand filter option. The updated MIDs models for both scenarios can be found with this resubmittal. 12. More information on the iron enhanced filter media must be provided, including the material type and the amount of iron in the media mix. The media is specified as follows: Iron -Enhanced Filter Media: Mixture shall be a well -blended mixture of the following components: • 5 percent (by weight) of Iron Aggregate. • High purity (92 to 98 percent Fe) HCA Cast Iron Powder. • Connelly GPM ETI — CC — 1004 (-8+50) or approved equal. • 95 percent (by weight) fine filter aggregate • Mn DOT Spec. 3149.2J. \\barr.com\projects\Mp1s\23 MN\27\2327051\Wor1<Fi1es\P1at Reviews\2016\2016-03\6B - Northwood Lake South Area Infrastructure Improvements project - commission memo.docx To: Bassett Creek Watershed Management Commission From: Barr Engineering Co. Subject: Item 613- Northwood South Area Infrastructure Improvements Project- New Hope Date: February 10, 2016 Page: 5 Project: 23270051 2016 2069 13. Iron enhanced filter media should not be placed below the draintile. — The 6" perforated drain tile is shown at the bottom of the filtration trench per Detail 1 on plan sheet C8.06. 14. A detail should be provided representing the cross section of the underground filtration system when the surface of the system will be a driveway instead of green space. Reductions in treatment volume must be accounted for in the MIDS calculator. — See Detail 1 on plan sheet C8.06. As shown on the STR-9 detail on sheet C8.03, the driveway section will be above the filtration trench, which results in no reduction in treatment volume. 15. A minimum of 18 inches of filter media is recommended for iron enhanced filters. Applicant should provide documentation on how water will fill the underground filter to at least 18 inches and drain within 48 hours. - The filter media will be approximately 3 feet in depth and allow filtration to occur via overland flows in the boulevard and from collecting flows in an isolated catch basin. This catch basin will have a sump and skimmer structure in it to help prevent particles from entering the 8" slotted pipe, which will then filter out into the filter media mix. Using a conservative approach, the hydraulic soil group (HSG) for sand is A, HSG has an infiltration rate that varies from 0.8 to 1.63 inches an hour. Using a 48 hour drawdown time, as required by the MPCA, this equates to a total drawdown of 38.4 (3.2 ft) to 78.24 inches (6.24 ft) in 48 hours. Having a filter media depth of 3 feet should keep the design in compliance with the MPCA's requirement for the 48 hour drawdown. 16. Draintile should be embedded in a gravel bed or otherwise protected from the iron enhanced media migrating into the draintile. Based on the Minnesota Stormwater Manual, use of filter fabric around the draintile is discouraged due to clogging and aeration suppression effects. — The entire iron - enhanced filtration trench is wrapped in geotextile fabric as show in Detail 1 on plan sheet C8.06. With the 95% sand and 5% iron mixture, we do not anticipate clogging at the sock location on the 6" drain tile. The specified perforations on the 6" pipe are as follows: Circular on 3-1/4 inches by 6-1/4 inches 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. 17. Three feet of separation is required between the bottom of the underground filtration system and the seasonally high groundwater table. - Previous soil borings indicate that there should be three feet of separation between the seasonally high groundwater table and the bottom of the filtration system. If the water table is encountered in the construction phase of the project, an alternative design will be provided to meet these requirements. 18. A maintenance plan for the underground filtration trenches must be developed. — New Hope Public Works will remove the sediment/debris from the filtration sump catch basins at a minimum of once per year. The drain tile distribution and collection pipe will be jetted and cleaned utilizing the cleanouts as required. 19. Revised drawings (paper copy and final electronic files) must be provided to the BCWMC Engineer for final review and approval. See attachments. \\1harr.com\projects\Mp1s\23 MN\27\23270S1\Wor1<Fi1es\P1at Reviews\2016\2016-03\6B - Northwood Lake South Area Infrastructure Improvements project - commission memadocx �..;ir,... .a.Lw' .k `;�.;! •fi �yi � - r��r - i *- •_ . ; � I � I � ,_� ei. •��r• S7� •'., Art , fir; !ION." y., its- { . !� i +��T •� r .; �, M1 1 Pk 7W ,{ �' �aAI II f• a � •5 ,.3 - 'tic I .. fp IV JL r y�✓ - � [Ir{ • .. 1 ,� 1 I � ,�, , iii p.�/ .�� ..�• er.�" fie. 1=.��I �� IF• Project • • 5, �• } A � NYC S �' ..�1- ..,� �3 1 �`rr . yr ..' Yr■.�..1 j7."�r,�. •ice! .. �! � `, • '[ •; .`y.� • � .:f" �r4_I L� � [ .��•r.• •-i •.Irr^•: ..� IIcyF• � y �,.r' IT 1.. �` .M yr � Ir r r� �ff�o' •� r �. ' r, .f � .V •"� {yi - i .1 Y •<q�r;':, {r.,i'. +r.. _ c: � !#�-.�y.+'+• �''��a t •�:� �j 1� , � � fr S1 �' �" �: ! '� r.. r . � ',il r'' i'•• 1, p Wit•' ���L''�• ^•b �I.4 � - i'�r1 ��:.•� 1 {{1[�_ ��5• i•;r�i � "� '�1' r ��'` ••L �' ir'; '�;' ;I i �'',I� yiw �: r.. �+ li TO • �1 + � ,•„ '� :��? K�„ 1.�r► •:£ � F. LSMr,1+ ' � •�#. , L..: , :i. y " �:. � '' [ `r l'•� •�.r ,JL.'.y.:l "�. t rr + r �yasl, .N 4 -w �, "1,�`L r ity...... ..�.. r ei�, i '• 1 r h ' t % T , �, r ,1.. ,J.1. c^r. -�. l y .y ., .• �}; r : i . �- rr 7 } i1 r .. 1� }•ice•. $,.., rxf. _ 1 'R!C `, G�"! N"= .��rvi'I�r �a. 6s r f Ay-1� P J {�k•• ►l GORDON L. JENSEN' MELANIE P. PERSELLIN;' STBVEN A.SONDRALL STACYA. WOODS' Real Property Law Specialist Certified By The Minnesota State Bar Association 'Licensed in Illinois/Colorado 3Qualified Neutral Mediator under'Rule 114 JEISENSONDRALL PERSELLIN{"��WOODS P.A., ATTORNEYS AT LAW March 25, 2016 Valerie Leone 8525 EDINBROOK CROSSING, STE. 201 BROOKLYN PARK, MINNESOTA 55443-1968 TELEPHONE (763) 424-8811 ■ TELEFAx (763) 493-5193 www.jspWaw.com Writer's Direct Dial No.: (763) 201-0265 e-mail saw@ispwlaw.com City Clerk personal delivery City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 Re: 2016 Northwood South Area Infrastructure Improvements City Project No. 97.4 Our File No.: 99.10030 Dear Val: Enclosed please find four copies of the contract with GMH Asphalt Corporation, a Minnesota corporation. Also enclosed are the bid, performance and payment bonds for the referenced project, as well as the Certificate of Insurance. All are in order from a legal standpoint. Please call me if you have any questions. Sincerely, 0 001rL gtacy A. o ds, Assistant City Attorney, City of Ne Hope Enclosures cc: Steven A. Sondrall, City Attorney Bob Paschke, Public Works Director Chris Long, City Engineer P:\Attomey\SAS\l Client Files\2 City of New Hope\99-10030 (Public Works general)\Leone ltr - 2016 Northwood South Area Infrastructure Improvements - Project 974.doc Stantec Consulting Services Inc. 2335 Highway 36 West, St. Paul MN 55113 March 15, 2016 Mr. Brandon Butorac GMH Asphalt Corporation 9180 Laketown Road Chaska, MN 55318 Re City of New Hope, Minnesota 2016 Northwood South Area Infrastructure Improvements City Project Nos. 974 Stantec Project No. 193803348 Notice of Award/Contract Documents Dear Mr. Butorac: You are notified that your Bid dated March 3, 2016 for the above -referenced Project has been considered. You are the successful Bidder and are awarded a Contract for the amount of $4,009,515.57 for the Total Base Bid, plus Alternate Nos. 1, 2, and 3. Enclosed are four Contract Documents between you and the City of New Hope covering the above -referenced Project. Please complete Specification Document 00 52 10 Agreement Form, Document 00 61 13.13 Performance Bond, and Document 00 61 13.16 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 who will review them for the City of New Hope: Steve Sondrall Jensen Sondrall Persellin & Woods, P.A. 8525 Edinbrook Crossing, Ste 201 Brooklyn Park, MN 55443-1968 After the necessary officials have signed the Contracts, the City will distribute the Contracts as follows: 2 copies GMH Asphalt Corporation (1 - your file, 1 - your bond company) 1 copy City of New Hope, Attention: Valerie Leone 1 copy Stantec, Attention: Chris Long 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 with you and the City of New Hope to review the Project. Sincerely, Christopher W. Long, P.E. Enclosures: Four Contract Documents cc: Valerie Leone, City of New Hope Steve Sondrall, City Attorney March 7, 2016 Mr. Brandon Butorac GMH Asphalt Corporation 9180 Laketown Road Chaska, MN 55318 SUBJECT: 2016 Northwood South Area Infrastructure Improvement Project 974 At its meeting of March 14, 2016, the New Hope City Council approved the contract with your company for project no. 974 for $4,009,515.15. Enclosed please find two contract documents. Please submit one to your bonding company. 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 per Minnesota Statute 290.97). Please contact Chris Long at Stantec at 651-604-4808 if you have any questions regarding the project. Sincerely, Valerie Leone City. Clerk, CMC Enclosures — Contract, IC-134 cc: Bob Paschke, director of public works Chris Long, city engineer Shawn Markham,- contract manager CITY OF NEW HOPE 4401 Xyion 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 City Hall Fax: 763-531-5136 • Police Fax: 763-531-5174 • Public Works Fax: 763-592-6776 Request for Action May 16, 2016 Approved by: Kirk McDonald, City Manager Originating Department: City Manager By: Kirk McDonald, City Manager Agenda Title Discuss Northwood South Infrastructure Project (#974) Agenda Section Work Session Item Number 11.7 Requested Action Staff requests Council's review of responses to address questions posed by residents in the project area. Background During several recent Open Forums residents within the Northwood South Infrastructure Project area have expressed concerns regarding the project (tree removal, notification of water shutoff, etc). At the May 9 Council Meeting, a list of questions was presented. The group also requested a special meeting with the City Council. Staff is in the process of preparing responses to the questions and would like the opportunity to review the responses with Council. The city engineer will be present to assist with the responses. Also, staff would like to determine if Council desires to schedule a special meeting or open house for the neighborhood. Attachments ■ Letter from neighborhood submitted on May 9, 2016 I:\RFA\City Manager\ 2016 \ Q-proj 974 disc 051616 ws.docx The Pink X Project A Coalition of Neighbors in New Hope The removal of our trees is an abiding loss! The Pink X Project was founded to restore and preserve New Hope neighborhoods and solicit more open communication from city elected officials. In addition, it is a forum for the neighbors of New Hope, Northwood Lake South neighborhood, to communicate with each other about the road and utility reconstruction project. Position Statement The Pink X Project acknowledges the value of the infrastructure improvements and is appreciative of the efforts of the city council, city staff and contractors on this project. It is agreed that the city provided some information about the road reconstruction project and utility work. However, the city was not transparent about the tree removal. Nearly every mature boulevard tree has been or will be removed. We did not receive any notice of this until pink X's were painted on the trees the Thursday before Easter weekend (when many residents were out of town). The tree removal began the following week. This was completely inadequate time for residents to respond, let alone react, to the imminent situation. The items below are taken from the New Hope City Council mission statement. We think the city council has failed to uphold these elements of its charter. Values Open, Honest, and Respectful Communication We believe that open, honest, and respectful communication is essential for an informed and involved citizenry and to foster a positive environment for those interacting with our city. Cooperation and Teamwork We believe that the public is best served when all work cooperatively. Vision The city views residents as its greatest asset and seeks their input and participation. The city will meet the communication needs of citizens, elected officials, and city staff. Strategic Goals The city will facilitate and improve communications to promote effective intergovernmental cooperation between staff, citizens, and Council. Reasons why we wanted transparency: 1) More time to process the enormous loss of our family of trees. 2) More time to plan — a. To photograph the beautiful summer and autumn canopy of 2015; b. To remove other plants impacted by the project, including 50 year old heirloom plants; c. To save the maple/tree seed pods for planting elsewhere; d. For upcoming house sales that will be negatively impacted by diminished property values; e. To avoid paying to have the trees pruned (Yes, some of our neighbors just last fall spent hundreds of dollars to maintain the trees that the city removed. The city already knew these trees would be removed but did not tell us.) f. To coordinate with lumber millers to save some of the wood for resident use. (Perhaps this could have even resulted in a commemorative bench or sculpture placed in Northwood Park.); g. Even for something as simple as the desire to save leaves in a scrapbook. 3) So residents could express their voices about preserving and improving the quality of our neighborhood. 4) To make this project a win -win -win for the city, the residents and the environment. Answers we would like from the city: I. How long has the city been planning this project? 2. When did the city know it would be removing trees? 3. Why were residents not informed earlier in the planning process? 4. What was the bidding process for the entire project? 5. Who was allowed to bid? Was it only Stantec? Who else? 6. Why is the contractor (Stantec) appointed as the city engineer? 7. Was there an RFP? When did this process occur? 8. What is the complete budget for this project? The budget for tree removal? 9. What alternatives were researched and considered before deciding to cut down the boulevard trees? 10. What experts were consulted about the environmental impact of removing the trees? What were the opinions and conclusions of those experts? We would also like the city to acknowledge to the residents that the city could have had a more transparent process, specific to the tree removal, that would have engaged and respected the community (in alignment with the stated city values) resulting in a better outcome. We would like the city to recognize that it should have: o Been more open and transparent in the decision making process; o Acknowledged the rights of residents to speak to this issue early in the process; o Respected the rights of residents to have a voice about the impact it would have on their property values, their quality of life and their personal values; In addition, we would like the City of New Hope to acknowledge the tremendous opportunity it had to bring together a group of long-term residents who have nurtured their properties over decades, along with newcomers who moved to this area because of its natural tree canopy, to work in unison with the city for the best outcome. Finally, we want the City of New Hope to state that it will make an active effort to involve residents in city planning by providing full disclosure, appropriate timeframes and seeking community involvement in all future projects that affect the residents of this city. This means that the city will more actively seek input and will more proactively provide information that gives residents adequate information and does not cover up or otherwise not disclose, by commission or omission, anything about any project from this time forward. All of these requests are in alignment with the city council's mission and values statements. What we would like the city to do specific to this reconstruction project: 1. The replacement trees should be provided in consultation between residents and a professional arborist who can advise on selection, placement, planting, maturity of the tree and maintenance for healthy trees moving forward. The city will hire professional arborists or landscapers to oversee proper planting. 2. Residents will have a choice of trees from which to select. If the resident wishes to choose a tree not on the city's selection list, the resident may choose to pay to the difference to upgrade. 3. All yards will be restored to a condition that is at least as good as or better than the condition prior to removal of the trees. This means: a. Any landscaping features such as rocks, heirloom plants and other materials will be preserved and returned by the contractor at contractor or city expense to the prior location. b. Any grass that is damaged or ground that is upended will be replanted with appropriate grass seed or sod. c. Grass seed must match the existing variety or the entire lawn must be reseeded. d. Prior to seeding or laying sod, the soil will be graded and an appropriate layer of black dirt will be placed. e. This work will be done in a timely manner with an end date provided by city. 4. Residents who wish to have some mulch from the trees that are mulched will be given that option. Contractor will provide mulch for the resident at no cost to the resident, at the location of the resident's choosing and at the convenience of the resident. 5. The city will provide consultation with a professional landscaping company and its staff who will be available to residents, the purpose of which is to ensure that property values are not decreased due to the destruction of the trees and the surrounding landscape. Other Questions/Comments/Requests: . The Project Manager has told some residents that damaged plants and landscape fixtures will be replaced or repaired. We would like to hear from the city what the process for doing this is and how they will be coordinating this with residents. 2. We want to know who is responsible for each part of the project. Clearly there are many players. We want a contact list with phone numbers and email addresses. 3. We want the city to communicate about this project via group email to all residents who wish to have this communication. This will make it easier for the contractors, the city and residents. 4. We want better road signs to discourage through traffic during the construction. 5. If there are periods when residents will not be allowed to drive to their driveways we want the city to provide at least three days notification and to provide transportation to the many elderly residents in the neighborhood and to any residents who may be unable to walk to their homes. 6. We want greater accountability from the city. 7. We want assurance that city inspectors will review the project at each step to ensure that codes are met and the workmanship and materials are in compliance with existing laws and standards and that these inspections will be made public. 8. We want the city and the contractor to consider the health impact of the extra dust on residents with asthma and other diseases. Dust abatement measures should be taken. 9. We want to know where resident requests and comments are being documented and ensure that both positive and negative comments are made public. 10. We would like renderings made of any areas that are due for restoration — such as driveways and gardens — to ensure that the contractors doing the work know what the specifications of the resident are before commencing with work. There is a great need for better communication with residents to make sure that contractors have the information they need to complete the work in an efficient way. In other words, the contractor should not assume something without consultation with the resident. 11. Finally, we would like to sit down with the mayor, city council members, Stantec representatives and city staff to discuss our concerns and the city's response. Signed by: Cindy Vargas Heidi Begin Jochen Scherr Jacqueline Warmbo Jeff Begin Rosie Taylor Jerry Taylor Carl Weiser Lorna Tjaden Sue Overby Pete Kiefer Sue Kiefer Dawn Wuollet Gary Gengler Paul Ewing Mary Kate Ewing Pat Donohue The Pink X Project' A Coalition of Neighbors in New Hope Vt<< The removal of our trees is an abiding loss! The Pink X Project was founded to restore and preserve New Hope neighborhoods and solicit more open communication from city elected officials. In addition, it is a forum for the neighbors of New Hope, Northwood Lake South neighborhood, to communicate with each other about the road and utility reconstruction project. Position Statement The Pink X Project acknowledges the value of the infrastructure improvements and is appreciative of the efforts of the city council, city staff and contractors on this project. It is agreed that the city provided some information about the road reconstruction project and utility work. However, the city was not transparent about the tree removal. Nearly every mature boulevard tree has been or will be removed. We did not receive any notice of this until pink X's were painted on the trees the Thursday before Easter weekend (when many residents were out of town).The tree removal began the following week. This was completely inadequate time for residents to respond, let alone react, to the imminent situation. The items below are taken from the New Hope City Council mission statement. We think the city council has failed to uphold these elements of its charter. Values Open, Honest, and Respectful Communication We believe that open, honest, and respectful communication is essential for an informed and involved citizenry and to foster a positive environment for those interacting with our city. Cooperation and Teamwork We believe that the public is best served when all work cooperatively. Vision The city views residents as its greatest asset and seeks their input and participation. The city will meet the communication needs of citizens, elected officials, and city staff. Strategic Goals The city will facilitate and improve communications to promote effective intergovernmental cooperation between staff, citizens, and Council. Reasons why we wanted transparency: 1) More time to process the enormous loss of our family of trees. 2) More time to plan - a. To photograph the beautiful summer and autumn canopy of 2015; b. To remove other plants impacted by the project, including 50 year old heirloom plants; c. To save the maple/tree seed pods for planting elsewhere; d. For upcoming house sales that will be negatively impacted by diminished property values; e. To avoid paying to have the trees pruned (Yes, some of our neighbors just last fall spent hundreds of dollars to maintain the trees that the city removed.The city already knew these trees would be removed but did not tell us.) f. To coordinate with lumber millers to save some of the wood for resident use. (Perhaps this could have even resulted in a commemorative bench or sculpture placed in Northwood Park.); g. Even for something as simple as the desire to save leaves in a scrapbook . 3) So residents could express their voices about preserving and improving the quality of our neighborhood. 4) To make this project a win -win -win for the city, the residents and the environment. Answers we would like from the City: 1. How long has the city been planning this project? o September 21, 2015 • Work Session discussion on potential bonding for additional street project improvements in 2016 • Typically, the City completes a major infrastructure street project every other year (for example: 2011, 2013, 2015, future in 2017) ■ City Council decided to pursue a more aggressive schedule for the pavement management and discussed using bond funds to complete improvements in the Northwood South Area in 2016. o October 12, 2015 ■ Resolution providing for sale of $4,040,000 General Obligation Bonds o November 9, 2015 ■ Public Hearing on $4,040,000 General Obligation Bonds • Authorize Preparation of Plans & Specifications ■ Pavement Management Plan Update o December 1, 2015 ■ Open House notice was mailed to residents o December 17, 2015 ■ Awarding Sale of $4,040,000 General Obligation Bonds o January 13, 2016 ■ Open House o January 25, 2016 ■ Approve Plans & Specifications, Authorize Bidding o March 14, 2016 ■ Contract Award 2. When did the city know it would be removing trees? o General impacts to trees, landscaping, etc., was shown at the Open House on January 13, 2016 (70% Plans). o Specific tree removals were further identified in the field after the contract award on March 14, 2016. 3. Why were residents not informed earlier in the planning process? o As past practice with reconstruct projects, residents are informed at the Open House during the Design phase, and are provided a notice prior to construction after the contract is awarded. 4. What was the bidding process for the entire project? o Construction Contract is publicly bid (5 bids were received), and can be awarded to the lowest responsible bidder. o City Engineering Contract is reviewed on an annual basis, and Stantec was re- appointed at the January 12, 2016 Council Meeting. 5. Who was allowed to bid? Was it only Stantec? Who else? o Stantec is the City's Consultant Engineer, and is not a contractor bidding on the construction improvements. i. Stantec, formely known as Bonestroo, has been the City's Consultant Engineer since the 1960's. ii. New Hope does not have an in-house Engineer. iii. City Engineering Contract is reviewed on an annual basis, and Stantec was re -appointed at the January 12, 2016 Council Meeting. o Construction Contract is publicly bid, and can be awarded to the lowest responsible bidder. 6. Why is the contractor (Stantec) appointed as the city engineer? o City Engineering Contract is reviewed on an annual basis, and Stantec was re- appointed at the January 12, 2016 Council Meeting. 7. Was there an RFP? When did this process occur? o There was not an RFP process for the 2015 reappointment. Per the City Attorney, professional services do not require a Request for Proposal (RFP). 8. What is the complete budget for this project? The budget for tree removal? o The total project costs related to Project 974 is estimated at $5,329,310. Approximately $517,868 of the total cost above is for the Jordan Avenue work being completed as a separate project. o Tree Removal Contract Amount = $77,229 9. What alternatives were researched and considered before deciding to cut down the boulevard trees? o The primary reasons for tree removals were due to utility conflicts, and installation of the street section and curb. • Damage to trees and tree roots required the tree removals. • Safety construction workers to install utilities and streets. • Some trees could be damaged from construction, and may survive for years afterwards; although, many saved but damaged trees could cause future safety concerns as the root structure on one side of the tree is too compromised. o During design, review of alternative utility locations and street widths are reviewed to mitigate impacts to the residents and their trees. 10. What experts were consulted about the environmental impact of removing the trees? What were the opinions and conclusions of those experts? o Professional Engineers with Stantec, the Bassett Creek Watershed Management Commission (BCWMC) and their consultant engineer, Barr Engineering, designed and reviewed the project. o The environmental impacts of the project are improved with the drain the system and underground iron enhanced filtration trench technology which treat and capture phosphorus as required by the BCWMC. o Several large trees and the root systems were causing infiltration into the city's sanitary sewer system, which causes environmental impacts to the receiving waters of the treatment plant as well as financial impact on the city's sanitary sewer fund. o As part of the tree replacement program, trees can be replaced further behind the back of curb, and where conflicts to utilities are mitigated. We would also like the city to acknowledge to the residents that the city could have had a more transparent process, specific to the tree removal, that would have engaged and respected the community (in alignment with the stated city values) resulting in a better outcome. We would like the city to recognize that it should have: Been more open and transparent in the decision making process; o New for 2016: Websites have been created for the major infrastructure projects in the city, where updates are provided regularly. o Improvements can be made For future projects: • City will provide a general communication notice to residents after the feasibility report is authorized. General information in regards to landscaping and tree impacts will be communicated. • City will provide an additional open house meeting at the project site location, after the contract award, and prior to construction commencing. Acknowledged the rights of residents to speak to this issue early in the process; o Residents are always welcome to discuss issues inside and/or outside a public forum with City Council members and staff. o Residents are provided the opportunity for feedback during the public council meetings and Open House during Design phase. Respected the rights of residents to have a voice about the impact it would have on their property values, their quality of life and their personal values; o As paraphrased from the Hennepin County Assessor: ■ Until there is actual market evidence, we would be in a position of guessing any premium or shortfall as a result of all of these improvements to the street and utilities. ■ The market will dictate future assessments as we follow the market. • Potential buyers may or may not pay more or less for properties affected by these improvements to the street and utilities, but we will not know for certain until some of those houses affected sell. • With all new street and other improvements the curb appeal of the properties could be improved which could lead to an increase in value. • The City covers the entire project costs, with NO Special Assessments, which is very positive to strong home values. Special Assessments in some cities can be expensive. In addition, we would like the City of New Hope to acknowledge the tremendous opportunity it had to bring together a group of long-term residents who have nurtured their properties over decades, along with newcomers who moved to this area because of its natural tree canopy, to work in unison with the city for the best outcome. o It is the full intention of the City to bring together residents throughout the process to fulfill the best possible outcomes. Finally, we want the City of New Hope to state that it will make an active effort to involve residents in city planning by providing full disclosure, appropriate timeframes and seeking community involvement in all future projects that affect the residents of this city. This means that the city will more actively seek input and will more proactively provide information that gives residents adequate information and does not cover up or otherwise not disclose, by commission or omission, anything about any project from this time forward. All of these requests are in alignment with the city council's mission and values statements. What we would like the city to do specific to this reconstruction project: 1. The replacement trees should be provided in consultation between residents and a professional arborist who can advise on selection, placement, planting, maturity of the tree and maintenance for healthy trees moving forward. The city will hire professional arborists or landscapers to oversee proper planting. • The City Forester, Shawn Markham, holds a Bachelor of Science degree in Urban Forestry from the University of Minnesota. The Director of Public Works, Bob Paschke, as well as Shawn are certified Tree Inspectors. * As the city has qualified staff, hiring outside contractors is not required. • The City Forester can provide consultation during the tree replacement process. The Forester can provide resources for residents including selection of tree species, good tree placement, etc. • The city's tree contractor is also experienced in the care and planting of trees, as the city has had excellent results working with the company, whether trees are being pruned or planted. « Tree Replacement Program o 1:1 Tree Replacement o Residents can select tree species from a pre -approved selection list, including a variety of 10 species. o New trees to be planted after the project completion 2. Residents will have a choice of trees from which to select. If the resident wishes to choose a tree not on the city's selection list, the resident may choose to pay to the difference to upgrade. Upon approval by the City Forester, residents may choose a tree not listed on the pre - approved selection list. o Current Practice: ■ The City would cover $500 per tree, which includes the costs for the tree, installation, and mulch. ■ Responsibility is on the homeowner to hire a contractor to provide and plant the tree, and submit an invoice to the city. ■ Once the proper paperwork is submitted, the city can submit payment to the homeowner. 3. All yards will be restored to a condition that is at least as good as or better than the condition prior to removal of the trees. This means: a. Any landscaping features such as rocks, heirloom plants and other materials will be preserved and returned by the contractor at contractor or city expense to the prior location. •AII private landscaping located within the City's right of way (typically 10'- 15' behind the curb) may be susceptible to damage during the project, and is the residents' responsibility to remove or relocate these items. -There may be circumstances, such as permitted work within the right way, which is impacted and will be restored at the city expense. These instances can be resolved with the project inspector, Megan Albert. b. Any grass that is damaged or ground that is upended will be replanted with appropriate grass seed or sod. •AII restoration will be with blown in compost mulch with seed. c. Grass seed must match the existing variety or the entire lawn must be reseeded. •The grass seed mix is the same for the entire project, and is an approved MnDOT mix for Residential Lawns. d. Prior to seeding or laying sod, the soil will be graded and an appropriate layer of black dirt will be placed. • Boulevard topsoil with the blown in compost mulch with seed will be installed to a 6" depth. e. This work will be done in a timely manner with an end date provided by city. -Substantial Completion is set for September 30, 2016. -The Contractor has a 1-year warranty period from the date of initial installation and acceptance. 4. Residents who wish to have some mulch from the trees that are mulched will be given that option. Contractor will provide mulch for the resident at no cost to the resident, at the location of the resident's choosing and at the convenience of the resident. • Residents may work the contractor on mulch requests. Due to safety concerns, the city does not offer mulch to residents. 5. The city will provide consultation with a professional landscaping company and its staff who will be available to residents, the purpose of which is to ensure that property values are not decreased due to the destruction of the trees and the surrounding landscape. • As the city has qualified staff, hiring outside contractors is not required. •The City Forester can provide consultation during the tree replacement process. The Forester can provide resources for residents including selection of tree species, good tree placement, etc. Other Questions/Comments/Requests: l . The Project Manager has told some residents that damaged plants and landscape fixtures will be replaced or repaired. We would like to hear from the city what the process for doing this is and how they will be coordinating this with residents. oAll private landscaping located within the City's right of way (typically 10'-15' behind the curb) may be susceptible to damage during the project, and is the residents' responsibility to remove or relocate these items. oThere may be circumstances, such as permitted work within the right way, which is impacted and will be restored at the city expense. These instances can be resolved with the project inspector, Megan Albert. 2. We want to know who is responsible for each part of the project. Clearly there are many players. We want a contact list with phone numbers and email addresses. o Stantec (City's Consultant Engineer Managing the Project) o Megan Albert (Lead Project Inspector) - 612-790-6910 o Chris Long (City Engineer/Project Manager) - 651-492-7747 o City of New Hope o Shawn Markham (City Forester) - 763-238-0598 o Bob Paschke (Director of Public Works) - 763-592-6777 o GMH Asphalt Corporation (Prime Contractor) o Brandon Butorac (Vice President) - 952-442-5288 o G.F. Jedlicki (Sub -Contractor for Utilities) o Rory (Water shut off and turn on contact) - 612-328-8698 o Reliable Tree Service (Sub -Contractor for Tree Removal) o 763-691-1979 o Centerpoint Energy Customer Service (Gas Replacement Company) o 612-372-4727 or 800-245-2377 3. We want the city to communicate about this project via group email to all residents who wish to have this communication. This will make it easier for the contractors, the city and residents. o Email communications can be provided to residents with this request. The website at www.northwoodsouthconstruction.wordl2ress.com is the primary source for updates, and a link on the City of New Hope website is provided to the project website. 4. We want better road signs to discourage through traffic during the construction. o Road Closed to Thru Traffic signs are now installed at the entrance of each roadway under construction where the pavement has been removed. 5. If there are periods when residents will not be allowed to drive to their driveways we want the city to provide at least three days notification and to provide transportation to the many elderly residents in the neighborhood and to any residents who may be unable to walk to their homes. o Residents will be notified for these disruptions. There may be emergency situations or times where residents cannot access their driveways, and notice will be supplied as soon as possible. Otherwise, residents will have access each night by 7 PM, and until 7 AM the following morning. 6. We want greater accountability from the city. o The City will continue to provide accountability as 7. We want assurance that city inspectors will review the project at each step to ensure that codes are met and the workmanship and materials are in compliance with existing laws and standards and that these inspections will be made public. o The project inspectors are onsite to inspect the workmanship, materials, and installation. All work on the project, excluding the 1-year seed establishment period, has a 2-year warranty period. 8. We want the city and the contractor to consider the health impact of the extra dust on residents with asthma and other diseases. Dust abatement measures should be taken. o Dust control via water trucks is included with the contract to control dust. 9. We want to know where resident requests and comments are being documented and ensure that both positive and negative comments are made public. o Resident's requests and comments are documented and save by the Stantec inspection staff. The project website displays comments approved by the Stantec staff, and posts comments which can benefit the success of the project and provide information to residents. 10. We would like renderings made of any areas that are due for restoration - such as driveways and gardens - to ensure that the contractors doing the work know what the specifications of the resident are before commencing with work. There is a great need for better communication with residents to make sure that contractors have the information they need to complete the work in an efficient way. In other words, the contractor should not assume something without consultation with the resident. o Stantec staff can provide powerpoint images and plans that were provided at the Open House. The powerpoint images provide before, during, and after project photos which help show the project steps. The project inspector, Megan Albert, can meet individually with each homeowner to discuss concerns and answer questions. 11. Finally, we would like to sit down with the mayor, city council members, Stantec representatives and city staff to discuss our concerns and the city's response. 0 Signed by: Cindy Vargas Heidi Begin Jochen Scherr Jacqueline Warmbo Jeff Begin Rosie Taylor Jerry Taylor Carl Weiser Lorna Tjaden Sue Overby Pete Kiefer Sue Kiefer Dawn Wuollet Gary Gengler Paul Ewing Mary Kate Ewing Pat Donohue Request for Action May 23, 2016 Approved by: Kirk McDonald, City Manager Originating Department: Public Works By: Bob Paschke, Director Agenda Section Development & Planning Item Number 8.6 Agenda Title Resolution approving a change order of $12,239.13 for replacement of Sanitary Sewer on the Northwood Lake water quality project conjunctly with the 2016 Northwood South Infrastructure project (improvement project nos. 938 / 974) Requested Action Staff is recommending Council approve a change order of $12,239.13 to the contract with Northdale Construction for additional work that was performed under the 2016 contract of project 938, the Northwood Lake Water Quality project, which is relative to project 974, the 2016 Northwood south infrastructure project. This Change Order provides for all costs of material and labor for this work, the change order has not affect completion date milestones for this project. 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. Background This Change Order provides for the exploratory digging, lowering of the 107 lineal feet of sanitary sewer main line, replacement of one sanitary sewer manhole and 50 lineal feet of sanitary sewer service lines at addresses 3881 and 3889 on Jordan Avenue North. During the installation of the new storm sewer installed along the west side of Jordan Avenue North, the existing sanitary sewer services at addresses 3881 and 3889 Jordan Avenue were found to be located shallower than anticipated and it was necessary to lower the two services and sanitary sewer main line to avoid conflict with the new storm sewer. Funding Cost relative to the project 938 change order #1 will be funded from the 2016 sanitary sewer lining CIP project 984 as surplus funding in the amount of $20,000 was recognized after the project award in excess of change order #1, The improvement has eliminated need for future lining in this area as this area was designated for future lining. Relatively the change order costs will be 100% recognized and credited to the MCES I&I surcharge currently outstanding. Attachments • Resolution • Memorandum by city engineer • Change order #1 I:\RFA\PUBWORKS\2016\938 Northwood Lake Storm water improvments\938 Change order\938 Change order.docx938 Northwood Lake Stormwater improvments\938 Change order 2015 infrastructure project City of New Hope Resolution No. 16 - 87 Resolution approving a change order of $12,239.13 for replacement of. Sanitary Sewer on the Northwood Lake water quality project conjunctly with the 2016 Northwood South Infrastructure project (improvement project nos. 938 / 974). WHEREAS, city staff has identified the need for sanitary sewer infrastructure improvements specified in change order #1 to project 938; and WHEREAS, as built plans for the 2016 Northwood South infrastructure improvement project No. 974 will be amended by the City Consulting engineering firm, Stantec relative to the change order work completed by Northdale Construction; and WHEREAS, the city has received an acceptable change order cost in the amount of $12,239.13, and WHEREAS, the Council does hereby approve the change order improvement to the 2016 Northwood South infrastructure improvement project No. 974; and WHEREAS, funding for the change order is available as surplus funds from project 984, the 2016 Sanitary Sewer lining project NOW, THEREFORE, BE IT RESOLVED, 1. That Change Order #1 to the contract for public improvement no. 938, the Northwood Lake water quality project, is authorized to Northdale Construction in the amount of $12,239.13. 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 23rd day of May, 2016. G� ,/ Mayor c Attest: City Clerk 4 Stantec May 17, 2016 File: 193802816 Stantec Consulting Services Inc. 2335 Highway 36 West St. Paul MN 55113 Tel: (651) 636-4600 Fax: (651) 636-1311 Attention: Bob Paschke, Director of Public Works City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 Reference: 2016 Northwood Lake Improvements - Change Order No. 1 City Project No.: 938, 967, and 974 Dear Bob: As requested, we have prepared Change Order No. 1 to compensate Northdale Construction for the replacement and lowering of the sanitary sewer main line and two sanitary services on Jordan Avenue to avoid conflict with the new storm sewer. This change order required 107 lineal feet of 8" PVC sanitary sewer mainline, 50 lineal feet of 4" PVC service pipe and a new sanitary sewer manhole to complete the work. This work also included the exploratory digging of existing sanitary sewer services to the south of this area, to ensure additional conflicts with the storm sewer and services would not occur. The total cost of Change Order No. 1 is $12,239.13 and includes all labor and materials. This change order does not affect the completion date milestones for this project. Since a portion of the sanitary sewer system was reconstructed, this work is eligible for Inflow and Infiltration (I & 1) credit. If you have any questions or require further information please call me at (651)604-4808. Regards, STANTEC CONSULTING SERVICES INC. Christopher W. Long, P.E. Attachments: Change Order No. 1 cc. Bernie Weber, Dave Lemke, Shawn Markham, Susan Rader - New Hope; Kellie Schlegel, Ann Dienhart, Megan Albert, Adam Martinson - Stantec. Cie -sign with community ir, wind ® Stantec Owner: Cily of New Hope, 4401 X Ion Ave. N., New Hope, MN 55428 Date May 17,201 E Controctor: Northdale Construction Co.. Inc., 9760 71 st. St. NE, Albertville, MN 55301 Bond Co: The Guarantee Co. of North America USA, One Towne Square, Suite 1470, Southfield, MI 48076 Bond No: 16129546 CONSTRUCTION CHANGE ORDER NO. 1 2016 NORTHWOOD LAKE IMPROVEMENTS STANTEC PROJECT NO. 193802816 CITY PROJECT NO. 938, 967, AND 974 Descrietion of, Work This Change Order provides for the exploratory digging, lowering of the 107 lineal feet of sanitary sewer main line, replacement of one sanitary sewer manhole and 50 lineal feet of sanitary sewer service lines at addresses 3881 and 3889 on Jordan Avenue North. During the installation of the new storm sewer installed along the west side of Jordan Avenue North, the existing sanitary sewer services at addresses 3881 and 3889 Jordan Avenue were found to be located shallower than anticipated and it was necessary to lower the two services and sanitary sewer main line to avoid conflict with the new storm sewer. This Change Order provides for all costs associated with this work and no additional compensation will be provided to the Contractor for this work. This Change Order does not provide for any change in the Substantial or Final Completion dates for this project. No. Item Unit Contract Unit Quantity_ Price Total Amount CHANGE ORDER NO. 1 1 SANITARY SEWER REVISION, INCL LOWERING LS $10,340.25 $10,340.25 MAIN LINE AND TWO SERVICES 2 EXPLORATORY DIGGING TO DETERMINE IF LS 1 $1,898.88 $1,898.88 EXISTING SANITARY SEWER SERVICES WERE IN CONFLICT WITH NEW STORM TOTAL CHANGE ORDER NO. 1 $12,239.13 193802816CHOI.xIsm 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: STANTEC Approved by Contractor: NORTHDALE CONST. CO. INC Date cc: Owner Contractor Bonding Company Stantec Date: $1,921,607.46 $0.00 $12, 239.13 $1,933,846.59 September 30, 2016 October 28, 2016 Approved by Owner: CITY OF NEW HOPE Date 193802816CHOI xlsm May 27, 2016 Northdale Construction Co., Inc. 9760 715} St. NE Albertville, MN 55301 Subject: Change Order No. 1 for Project No. 974 At its meeting of May 23, 2016, the New Hope City Council authorized change order no. 1 for $12,239.13 for project 974. Enclosed are signed change order documents. Please forward one copy to your bonding company. Sincerely, �Af�lh'l� Valerie Leone, CMC City Clerk Enc. CC Bob Paschke, director of public works Chris Long, city engineer 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 City Hall Fax: 763-531-5136 • Police Fax: 763-531-5174 • Public Works Fax: 763-592-6776 ® Stantec Owner: City of New Hope, 4401 Xylon Ave, N„ New Hope, MN 55428 Date May 17, 201 E Contractor: Northdale Construction Co., Inc., 9760 71 st, St. NE, Albertville, MN 55301 3ond Co: The Guarantee Co. of North America USA, One Towne Square, Suite 1470, Southfield, MI 48076 Bond No: 16129546 CONSTRUCTION CHANGE ORDER NO. 1 2016 NORTHWOOD LAKE IMPROVEMENTS cloryls STANTEC PROJECT NO, 193802816 co CITY PROJECT NO. 938, 967, AND 974 Descrijion of Work This Change Order provides for the exploratory digging, lowering of the 107 lineal feet of sanitary sewer main line, replacement of one sanitary sewer manhole and 50 lineal feet of sanitary sewer service lines at addresses 3881 and 3889 on Jordan Avenue North, During the installation of the new storm sewer installed along the west side of Jordan Avenue North, the existing sanitary sewer services at addresses 3881 and 3889 Jordan Avenue were found to be located shallower than anticipated and it was necessary to lower the two services and sanitary sewer main line to avoid conflict with the new storm sewer. This Change Order provides for all costs associated with this work and no additional compensation will be provided to the Contractor for this work, This Change Order does not provide for any change in the Substantial or Final Completion dates for this project. No. Item Unit Contract Unit Quantity Price Total Amount CHANGE ORDER NO. 1 1 SANITARY SEWER REVISION, INCL LOWERING LS 1 $10,340.25 $10,340.25 MAIN LINE AND TWO SERVICES 2 EXPLORATORY DIGGING TO DETERMINE IF LS 1 $1,898.88 $1,898.88 EXISTING SANITARY SEWER SERVICES WERE IN CONFLICT WITH NEW STORM TOTAL CHANGE ORDER NO. 1 $12,239.13 193802816CH01 xlsm 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: STANTEC Approved by Contractor: NORTHDALE CONST. CO. INC Date cc: Owner Contractor Bonding Company Stantec Date: Approved by Owner: $1,921,607.46 $0.00 $12,239.13 $1,933,846.59 September 30, 2016 October 28, 2016 CITY Of, EW HOPE �� 1 Date 193802816CHOl .xlsm Request for Action November 14, 2016 Approved by: Kirk McDonald, City Manager Originating Department: City Manager By: Kirk McDonald, City Manager Agenda Section Ordinances & Resolutions Item Number 10.1 Agenda Title Resolution approving interfund loan in the amount of $750,000 from the temporary financing fund to the street infrastructure fund for 2016 Northwood Lake South Infrastructure Improvements (project no. 974) Requested Action Staff and AEM recommend that the city council approve the attached resolution approving an interfund loan in the amount of $750,000 from the temporary financing fund to the street infrastructure fund for the 2016 Northwood Lake South infrastructure improvements. The city council discussed infrastructure improvements financing at the October 5 work session and was in agreement with the recommendation. Policy/Past Practice The city council has approved interfund loans in the past to finance infrastructure improvement projects. Background At the October 5 work session, the city council discussed funding for the 2017 Northwood North infrastructure project, as the feasibility report estimates exceeded the Capital Improvement Programs (CIP) cost projections. The council also discussed the alternates that were awarded for the 2016 Northwood South infrastructure project, as alternates were awarded that exceeded the CIP projections. AEM, the city's financial consultant, reviewed the status of all of the infrastructure funds with the council and recommended a funding plan that included several internal interfund loans and bonding for a portion of the 2017 Northwood North project. The council was generally agreeable to the recommendation and the city is in the process of securing bonds, with the public hearing conducted earlier on this agenda. The two requests in this section of the agenda follow through on the interfund loan recommendations. AEM reported that the projected year-end balance for the Street Infrastructure Fund would be $250,000 after an interfund loan from temporary financing to fund alternates related to the 2016 Northwood South street infrastructure improvements. The loan will also supplement the construction costs in excess of the available bond proceeds. AEM recommends an interfund loan in the amount of $750,000 from the temporary financing fund to the street infrastructure fund to offset costs associated with the 2016 Northwood South infrastructure project. They are recommending that the resolution approving the transfer stipulate repayment terms of ten (10) years at a rate of two (2) percent and allow for prepayment of the principal due on the interfund loan. The proposed amortization schedule for loan is attached. Staff recommends approval of the resolution. Attachments • Resolution • 11/2/16 AEM Memo/Schedule • 9/28/16 AEM Memo/Street Infrastructure Projections I:\RFA\City Manager\2016\Q&R-Interfund Loan Northwood Lake South 111416.docx City of New Hope Resolution No. 2016- 13 3 Resolution approving interfund loan in the amount of $750,000 from the temporary financing fund to the street infrastructure fund for 2016 Northwood Lake South Infrastructure Improvements (project no. 974) WHEREAS the city undertook a large infrastructure improvement project in the Northwood Lake south area in 2016; and WHEREAS the majority of the project was funded with bond proceeds and existing infrastructure funds; and WHEREAS alternates for additional constructions were awarded that exceed the capital improvement projections; and WHEREAS the city's financial consultant, AEM, recommends that the city council approve and interfund loan to off -set the additional costs; and WHEREAS it is recommended that an interfund loan in the amount of $750,000 be made from the temporary financing fund to the street infrastructure fund with repayment terms of ten (10) years at a rate of two (2) percent and allow for prepayment of the principal due on the interfund loan. NOW, THEREFORE, BE IT RESOLVED by the New Hope City Council that a $750,000 interfund loan from the temporary financing fund to the street infrastructure fund is hereby approved. BE IT FURTHER RESOLVED that the loan has a repayment term of ten (10) years a rate of two (2) percent and that prepayment of the principal on the loan is allowed. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 14th day of November, 2016. Mayor Attest: City Clerk lu flu [17 TO: KIRK MCDONALD FROM: JEAN MCGANN / VICKI HOLTHAUS SUBJECT: 1NTERFUND LOANS DATE: NOVEMBER 2, 2016 BACKGROUND On September 28, 2016 we provided a memo reviewing the funding options for the 2017 capital improvement plan and, specifically, the financing options for the reconstruction of the streets and utilities north of Northwood Lake. Our memo also addressed the need to provide an interfund loan to support costs associated with the 2016 capital improvement plan for streets and sanitary sewer. The following background information was presented in our September memo. Street Infrastructure Fund The projected year-end balance for the Street Infrastructure Fund is $250,000 after an interfund loan from temporary financing to fund the alternates related to improvement of the streets south of Northwood Lake in 2016. We recommend the City finance $2,750,000 of the cost to improve the streets north of Northwood Lake in 2017. The total estimated cost for the street portion of the project is $3,743,197. Sewer Fund We project a deficit year-end balance for the Sewer Enterprise Fund. The Sewer Fund has run a deficit balance since 2014. The Fund has brought in an average $285,000 net cash from operating activities, however, increases in charges from the Metropolitan Council have resulted in less cash from operations. In addition, capital improvement costs have exceeded the net cash from operations in each of the past four years. In 2016, an estimated $1 million of infrastructure improvements have been scheduled in the CIP. In 2017, an additional $700,000 of improvements have been scheduled. We recommend the City finance the total cost of the sewer improvements to the streets north of Northwood Lake in 2017, which is estimated at $231,901. In addition, we recommend the City consider an interfund loan of $1,250,000 million in 2016 to provide additional funding for capital improvements as outlined in the CIP. The 2016-2020 Long-term Plan anticipated additional financing in 2018 and 2019 to avoid a deficit balance in the Sewer Enterprise Fund. A combination of debt financing and rate increases should be considered to fund future capital needs. SUMMARY We are recommending an interfund loan of $750,000 from temporary financing for the Street Infrastructure Fund to offset costs associated with the 2016 Northwoods Lake area south street improvements. In addition, we are recommending an interfund loan of $1,250,000 from temporary financing for the Sanitary Sewer Enterprise Fund to offset costs associated with the 2016 CIP for Sewer. It is our recommendation that the Interfund Loan Resolution stipulate a repayment term of ten (10) years at a rate of two (2) percent. The principal amount to be financed from the temporary financing fund should not exceed $750,000 for the Street Infrastructure Fund and $1,250,000 for the Sewer Fund. The Resolution should allow for prepayment of the principal due on the Interfund Loan. Enclosed you will find a proposed amortization schedule for the recommended interfund loans. We appreciate the opportunity to review the proposed financing of the City's capital improvement plan. We welcome your questions and comments on the interfund loan recommendation. 2 Interfund Loan Payable to: Temporary Financing Fund Payable from: Street Infrastructure Fund Purpose: Funding for 2016 capital improvement plan Amount: $ 750,000.00 Date: 12/31 /2016 Interest Rate: 2.00% Date Principal Interest Balance 12/31/2016 $ 750,000.00 12/31/2017 $ 75,000.00 $ 15,000.00 675,000.00 12/31/2018 75,000.00 13,500.00 600,000.00 12/31/2019 75,000.00 12,000.00 525,000.00 12/31/2020 75,000.00 10,500.00 450,000.00 12/31/2021 75,000.00 9,000.00 375,000.00 12/31/2022 75,000.00 7,500.00 300,000.00 12/31/2023 75,000.00 6,000.00 225,000.00 12/31/2024 75,000.00 4,500.00 150,000.00 12/31/2025 75,000.00 3,000.00 75,000.00 12/31/2026 75,000.00 1,500.00 - $ 750,000.00 $ 82,500.00 $ 4,125,000.00 A-1 ABDO EI,CK & AEM Financial Solutions w September 28, 2016 Honorable Mayor and City Council City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 We have reviewed the preliminary costs associated with the 2017 improvements to the streets north of Northwood Lake and the projected resources available in the street infrastructure, water, sewer and storm water enterprise funds At this time, we suggest the City consider financing for the 2017 street and utility improvement project. Our recommendation is based on a year-to-date analysis of completed and in -progress projects as well as preliminary information related to the 2017-2021 capital plan. Projected status of funds Street Infrastructure Fund The projected year-end balance for the Street Infrastructure Fund is $250,000 after an interfund loan from temporary financing to fund the alternates related to improvement of the streets south of Northwood Lake in 2016. We recommend the City finance $2,750,000 of the cost to improve the streets north of Northwood Lake in 2017. The total estimated cost for the street portion of the project is $3,743,197. Sewer Fund We project a deficit year-end balance for the Sewer Enterprise Fund. The Sewer Fund has run a deficit balance since 2014. The Fund has brought in an average $285,000 net cash from operating activities, however, increases in charges from the Metropolitan Council have resulted in less cash from operations. In addition, capital improvement costs have exceeded the net cash from operations in each of the past four years. In 2016, an estimated $1 million of infrastructure improvements have been scheduled in the CIP. In 2017, an additional $700,000 of improvements have been scheduled. We recommend the City finance the total cost of the sewer improvements to the streets north of Northwood Lake in 2017, which is estimated at $231,901. In addition, we recommend the City consider an interfund loan of $1,250,000 million in 2016 to provide additional funding for capital improvements as outlined in the CIP. The 2016-2020 Long-term Plan anticipated additional financing in 2018 and 2019 to avoid a deficit balance in the Sewer Enterprise Fund. A combination of debt financing and rate increases should be considered to fund future capital needs. Water Fund The projected year-end balance for the Water Enterprise Fund is $420,000. We recommend the City finance the total cost of the water improvements to the streets north of Northwood Lake in 2017, which is estimated at $1,072,408. The 2016-2020 Long-term Plan anticipated additional financing in 2018 to avoid a deficit balance in the Water Enterprise Fund. A combination of debt financing and rate increases should be considered to fund future capital needs. -1- ABDO EICK & 1 TE1 E W 1.1 Y AEM Financial Solutions""` September 28, 2016 Storm Water Fund The projected year-end balance for the Storm Water Utility Fund is $50,000. We recommend the City finance the total cost of the storm water improvements to the streets north of Northwood Lake in 2017, which is estimated at $726,616. The 2016-2020 Long-term Plan anticipated additional financing in 2018 and 2019 to avoid a deficit balance in the Storm Water Enterprise Fund. A combination of debt financing and rate increases should be considered to fund future capital needs. History of projects financed internally In the past several years the City has financed several infrastructure improvements internally through the use of interfund loans. The interfund loans have allowed the City to manage cash flow related to capital improvements without the use of bonding. This option has saved the City interest and issuance cost on bonding. In 2014, the City approved a $1,100,000 interfund loan from the Temporary Financing Fund to the Water Fund to support an emergency water well project. A $0.20 rate increase was enacted to repay the loan over a 10 year period In 2015, the City approved a $1,350,000 interfund loan from the Temorary Financing Fund to the Water Fund to support additional infrastructure improvements. A $0.30 rate increase was enacted to repay the loan over a 10 year period. We recommend cancellation of this interfund loan from temporary financing due to available cash in the Water Fund. In 2016, a $750,000 interfund loan from the Temporary Financing Fund to the Street Infrastructure Fund is recommended to support the alternate construction approved for the streets south of Northwood Lake. The interfund loan will also supplement the construction costs in excess of available bond proceeds. We project the street portion of the project will come in at approximately $4.2 million, while available bond proceeds for the street portion were $2.144 million. In 2016, a $1,250,000 interfund loan from the Temporary Financing Fund to the Sanitary Sewer Enterprise Fund is recommended to support the $1.9 million in capital costs for 2016. Overall, the City has utilized available fund balance to internally finance $3.1 million of infrastructure improvements in the past three years. Funding options General obligation bonds Ehlers has provided a bond run for the proposed financing of the 2017 improvements to the streets north of Northwood Lake. The bond run anticipates bonding for the total cost of the 2017 improvement project. We anticipate financing for the street improvement portion of the project could be reduced to $2,750,000. The anticipated funding need is as follows: -2- ABDO EICK & MEffRS 1.l.[' AEM Financial Solutions""' Street $ 2,750,000 Sewer 231,901 W ater 1,072,408 Storm 726,616 - 4,780,925 September 28, 2016 The strategy of the financing plan is to obtain "bank qualified" financing for the aforementioned project. Maintaining "small -issuer" (under $10,000,000 in a single year) status allows the City to benefit from lower rates on bonds sold. The bond issue has been structured with coupons ranging from 1.20% to 2.65%. The term of the bond is 15 years with a total interest cost of $1,241,647 to maturity on February 1, 2033. Anticipated costs of issuance are $45,000 and the underwriter's discount is estimated at $57,000. Actual costs will be determined on the day of sale based on market conditions. The timing of debt issuance is important to provide capacity for bank qualified financing on the city hall and pool improvements planned for 2017 through 2019. Temporary financing As stated earlier, we are recommending an interfund loan of $750,000 from temporary financing for the Street Infrastructure Fund to offset costs associated with the 2016 Northwoods Lake area south street improvements. In addition, we are recommending an interfund loan of $1,250,000 from temporary financing for the Sanitary Sewer Enterprise Fund to offset costs associated with the 2016 CIP for Sewer. Reduce project As an alternative to financing the 2017 improvement project, the Council may wish to reduce or alter the project plan for the 2017 improvements to the streets north of Northwood Lake. We look forward to the opportunity to explore the funding options for the 2017 improvement projects with the City Council at the October 5t` meeting. Sincerely, Victoria Holthaus AEM FINANCIAL SOLUTIONS, LLC -3- CITY OF NEW HOPE, MINNESOTA CAPITAL IMPROVEMENT PLAN - STREET INFRASTRUCTURE FUND 9203 SCHEDULE OF PLANNED CAPITAL OUTLAY 2016 TO 2021 2016 2017 2018 2019 2020 2021 Year to Estimated Estimated Estimated Estimated Estimated Estimated Department Replace Item Cost Amounts Amounts Amounts Amounts Amounts Amounts Public works 2016 169 Sound Wall $ 155,332 $ 155,332 $ $ $ Public works 2016 2016 Seal Coat 250,000 250,000 - Public works 2016 49th Avenue Reconstruct - MSA 2,647,146 2,647,146 - - Public works 2016 Northwoods Lake South (including alternate) 4,201,329 4,201,329 - - Public works 2016 2015 Improvement Project 143,286 143,286 - - Public works 2016 2013 Street Infrastructure 9,396 9,396 - Public works 2016 Winnetka Avenue Quiet Zone 1,666 1,666 - Public works 2016 Northwoods Lake North 6,241 6,241 - Public works 2017 36th Avenue Signal 135,000 - 135,000 - - Public works 2017 2017 Seal Coat 300,000 - 300,000 - Public works 2017 2017 Street Infrastructure - Northwood North 3,050,000 - 3,743,197 - Public works 2018 2018 Seal Coat 300,000 - 300,000 - Public works 2018 2018 Street Infrastructure - MSA Boone Mill & Overlay 1,100,000 1,100,000 - - - Public works 2019 2019 Seal Coat 325,000 - - - 325,000 - - Public works 2019 2019 Street Z000,0 'r 2,000,000 - Public works 2020 2020 Seal Coat � 400, - - - 400.000 - -4- REVENUES Property taxes Interest on investments Franchise fees Miscellaneous TOTAL REVENUES EXPENDITURES Capital outlay Public works TOTAL EXPENDITURES EXCESS (DEFICIENCY) OF REVENUES OVER (UNDER) EXPENDITURES OTHER FINANCING SOURCES Transfers in MSA Bond proceeds Sale of Fixed Asset Interfund loan Interfimd loan repayment TOTAL OTHER FINANCING SOURCES NET CHANGE IN FUND BALANCES FUND BALANCES JANUARY 1 FUND BALANCES, DECEMBER 31 CITY OF NEW HOPE, MINNESOTA CAPITAL IMPROVEMENT PLAN - STREET INFRASTRUCTURE FUND 9203 SCHEDULE OF PROJECTED REVENUE, EXPENDITURES AND DEBT Capital Project Fund Projected Activity 2016 2017 2018 2019 2020 2021 Estimated Estimated Estimated Estimated Estimated Estimated $ 1,254,514 $ 1,292,150 $ 1,330,915 $ 1,370,842 $ 1,411,967 $ 1,454,326 9,345 30,031 571 14,001 7,849 21,436 400,000 412,000 424,360 437,091 305,452 - - - - 1,569,311 1,322,181 1,731.485 1,796,843 1.844.176 1.912.853 7,414.396 4.178.197 1.400.000 2-325.000 400.000 - 7,414,396 4,178,197 1,400,000 2.325.000 400.000 (5,845,085) (2,856,016) 331,485 (528.157) 1.444.176 1.912.853 2,068,598 (2,946,016) 1,342,985 (615,157) 1,358.676 1.828.853 934,516 3,003,114 57,098 1,400,084 784,926 2,143,603 $ 3.003.114 $ 57,098 $ 1.400.084 $ 784.926 $ 2.143.603 $ 3,972A56 -5- CITY OF NEW HOPE, MINNESOTA CAPITAL IMPROVEMENT PLAN - STREET INFRASTRUCTURE FUND 9203 SCHEDULE OF PROJECTED REVENUE, EXPENDITURES AND DEBT - CONTINUED Debt Service Fund Related Activity 2016 2017 2018 2019 2020 2021 Estimated Estimated Estimated Estimated Estimated Estimated Beginning Balance $ - $ - $ 13.292 $ 26308 $ 39.050 $ 51,517 Revenue Property taxes - 279,125 273,350 267,575 261,800 256,025 Interest - - - - - - Sales - - - Total Revenue 279,125 273,350 267,575 261,800 256,025 Expenditures Principle - 183,333 183,333 183,333 183,333 183,333 Interest - 82,500 77.000 71.500 66.000 60.500 Total Expenditures - 265,833 260,333 254,833 249,333 243,833 Ending Balance -6- Request for Action November 14, 2016 Approved by: Kirk McDonald, City Manager Originating Department: Public Works By: Bob Paschke, Director Agenda Section Development & Planning Item Number 8.2 Agenda Title Resolution approving change order #1, in the amount of $41,679.25 to complete a full depth pavement reclamation and wear course paving on Gettysburg Avenue North between Hillsboro Place North and Northwood Parkway for the 2016 Infrastructure project (improvement No. 974). Requested Action Staff is recommending Council approve a change order in the amount of $41,679.25 to the contract with GMH Asphalt Corporation for additional work that was necessary under the 2016 contract to change a mill and inlay section to a full depth reclaim due to the thinness and poor subgrade condition on Gettysburg. 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 pavement management strategy identifies areas for maintenance throughout the city. Background The 2016 infrastructure project involved street and utility infrastructure improvements. This street was initially designated to be milled and overlaid with 2" of bituminous pavement. However, it was discovered that after milling off the upper 2" of bituminous pavement, some areas did not have a sufficient depth of pavement remaining to accommodate a 2" bituminous overlay. Therefore, staff authorized the contractor to reclaim, or grind up the remainder of the pavement and mix it with the upper portion of the existing aggregate base material. This resulting base material was then shaped and compacted to form a homogeneous roadway base. Then a 3" thick bituminous wear course section was paved over the base material. The attached change order for $41,679.25 will provide for these additional street improvements. These improvements will also likely extend the functional life of the roadway several years beyond what could be expected with just a mill and 2" overlay. This change order provides for all costs of material and labor for this work. On Thursday 10/20/2016, the City Manager had been given a recommendation by the City Engineer relative to this change order. The City Manager had forwarded the recommendation to council for comment and if no objection was made he would authorize the change order proxy for council. No objections were made and the work proceeded as recommended. Funding Cost for the change order will be from the Street Infrastructure Fund relative to project 974. Attachments • Resolution • Memorandum by city engineer • Change order #1 I:\RFA\PUBWORKS\2016\974 2016 Northwood South infrastructure project\974 Change order 1 City of New Hope Resolution No. 16 —132 Resolution approving change order #1, in the amount of $41,679.25 to complete a full depth pavement reclamation and wear course paving on Gettysburg Avenue North between Hillsboro Place North and Northwood Parkway for the 2016 Infrastructure project (improvement No. 974) WHEREAS, city staff has identified the need for infrastructure improvements specified in the 2016 CIP; as well the change order #1 to project 974; and, WHEREAS, the infrastructure improvements in this area are identified to follow the pavement management strategy adopted by Council; and, WHEREAS, plans and specifications for the 2016 infrastructure improvement project No. 974 have been prepared and amended relative to the change order by the City Consult engineering firm, Stantec; and, WHEREAS, the city has received an acceptable change order cost in the amount of $41,679.25, and the Council does hereby determine to proceed with the change order to the 2016 Infrastructure Improvement project; and, WHEREAS, funding for the project is available in assessments, the street improvement, water, and storm water improvement funds. NOW, THEREFORE, BE IT RESOLVED, 1. That the change order to the contract for public improvement no. 974, the 2016 Infrastructure Improvements project, is authorized to GMH Asphalt Corporation in the amount of $41,679.25. 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 14th day of November, 2016. T //" "' Mayor Attest: lat" Z�/� City Clerk (3 Stantec November 7, 2016 File:193803348 Stantec Consulting Services Inc. 2335 Highway 36 West St. Paul MN 55113 Tel: (651) 636-4600 Fax: (651) 636-1311 Attention: Bob Paschke Director of Public Works City of New Hope 5500 International Parkway New Hope, MN 55428 Reference: 2016 Northwood South Area Infrastructure Improvements - Change Order No. 1 City Project No.: 974 Dear Bob, As requested, we have prepared the attached Change Order No. 1 to complete a full - depth pavement reclamation and wear course paving on Gettysburg Avenue North between Hillsboro Place North and Northwood Parkway. This street was initially designated to be milled and overlaid with 2" of bituminous pavement. However, it was discovered that after milling off the upper 2" of bituminous pavement, some areas did not have a sufficient depth of pavement remaining to accommodate a 2" bituminous overlay. Therefore, we authorized the contractor to reclaim, or grind up the remainder of the pavement and mix it with the upper portion of the existing aggregate base material. This resulting base material was then shaped and compacted to form a homogeneous roadway base. Then a 3" thick bituminous wear course section was paved over the base material. The attached change order for $41,679.25 will provide for these additional street improvements. These improvements will also likely extend the functional life of the roadway several years beyond what could be expected with just a mill and 2" overlay. Design with community in mind November 7, 2016 Mr. Bob Paschke Page 2 of 2 Reference: 2016 Northwood South Area Infrastructure Improvements -Change Order #1 If you have any questions or require further information please call me at (651)604-4808. Sincerely, STANTEC ao.x,,-, Christopher W. Long, P.E. Attachments: Change Order No. 1 Cc: Bernie Weber, John Blasiak, Shawn Markham - New Hope; Adam Martinson, Kellie Schlegel, Brad Fasbender - Stantec. Design with community in mind ® Stantec Owner: City of New Hope, 4401 Xylon Ave. N„ New Hope, MN 55428 Date November 7, 201E contractor: GMH Asphalt Corp., 9180 Laketown Rd„ Chaska, MN 55318 3ond Co: Western Surety Co„ 333 S. Wabash Ave„ Chicago, IL 60604 Bond No: 929625599 CONSTRUCTION CHANGE ORDER NO. 1 2016 NORTHWOOD SOUTH AREA INFRASTRUCTURE IMPROVEMENTS STANTEC PROJECT NO. 193803348 CITY PROJECT NO. 974r .... Description of Work_ This Change Order provides for the reclaim of the existing bituminous on Gettysburg Ave N, shaping reclaimed material to a 3 percent crown, hauling excess material off -site, and paving an additional 1 inch of bituminous wear course. This Change Order provides for all costs for material and labor for this work and no additional compensation will be provided to the Contractor, This Change Order does not provide for any changes in the Substantial or Final Completion dates for this project. No. Item Unit Contract Quantity Unit Price Total Amount CHANGE ORDER NO. 1 1 MOBILIZATION LS 1 $375.00 $375.00 2 RECLAIM AND SHAPE BITUMINOUS PAVEMENT, SY 4965 $4.75 $23,583.75 STOCKPILE EXCESS MATERIAL 3 TYPE SP 9.5 WEARING COURSE MIXTURE (2,B) TN 305 $58.10 $17,720.50 TOTAL CHANGE ORDER NO. 1: $41,679.25 193803348CHOl.xlsm 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: STANTEC � { . Approved by Contractor: GMH ASPHALT CORP. Ho-1-7 Date cc: Owner Contractor Bonding Company Stantec Date: Approved by Owner: CITY OF NEW HOPE Date $4,009,515.57 $0.00 $41,679.25 $4,051,194.82 193803348CHO l .xlsm Leone Valerie From: Leone Valerie Sent: Tuesday, December 27, 2016 5:01 PM To: Weber Bernie; Markham Shawn; Long, Chris Subject: change order for GMH Asphalt - project 974 Attachments: SKM_C654e16122717040.pdf This was approved 11/14/16. Just wondering if there were pink "change order" forms that got signed. If so, I'd like a copy for my file (the auditor randomly picks files, and it'd be my luck not to have the one he selects! Let me know — perhaps they are somewhere at PWks? Valerie Leone City of New Hope I City Clerk 4401 Xylon Ave N I New flope, MN 55428 Office: 763-531-5117 1 Fax: 763-531-5136 v.leone#ki.new-hone.mn. us From: copier@ci.new-hope.mn.us [mailto:copier@ci.new-hope.mn.us] Sent: Tuesday, December 27, 2016 5:05 PM To: Leone Valerie <vleone@ci.new-hope.mn.us> Subject: Message from KM_C654e January 23, 2017 GMH Asphalt Corp. 9180 Laketown Road Chaska, MN 55318 Subject. Change Order No. 1 for Project No. 974 At its meeting of November 14, 2016, the New Hope City Council authorized change order no. 1 for $41,679.25 for project 974. Enclosed are signed change order documents. Please forward one copy to your bonding company. Sincerely, Valerie Leone, CMC City Clerk Enc. cc: Bernie Weber, acting director of public works Chris Long, city engineer 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 City Hall Fax: 763-531-5136 • Police Fax: 763-531-5174 . Public Works Fax: 763-592-6776 Request for Action April 24, 2017 Approved by: Kirk McDonald, City Manager Originating Department: Public Works By: Bernie Weber, Director Agenda Section Consent Item Number 6.9 Agenda Title Resolution approving change order #2 providing a new substantial comp ion milestone of May 26, 2017 for the 2016 Northwood South Infrastructure Improvements (project no. 974 Requested Action Staff recommends approval of a resolution approving a change order to provide a new substantial completion date for all work of May 26, 2017. 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 has awarded change orders in the past when unforeseen circumstances have prevented contracted work to be completed on time. Background The 2016 infrastructure project involved street and utility infrastructure improvements in the Northwood South area. The original substantial completion date in the contract was September 30, 2016. This change order alters the substantial completion date to May 26, 2017. This change order was discussed at the April 17 work session. Due to wet weather conditions outside the contractor's control, they were unable to meet the original milestone. Heavy rainfall in the summer and fall months delayed the contractor's ability to complete work as well as the contractor's ability to haul necessary material on and off site. Despite the poor weather conditions, GMH Asphalt worked late hours on weeknights and on many Saturdays in an effort to complete the work on schedule. Staff believes that GMH put forth the effort to complete the work as efficiently and quickly as possible despite the unfortunate weather circumstances. This change order will not change the final payment date, June 30, 2017. This change order still includes a $2,000 per day fee for each day after each milestone date specified. Funding This change order does not alter any funding sources. Attachments Memorandum by city engineer Change order #2 L•\RFA\PUBWORKS\2017\2017 Council\974 Northwood South\Change Order 2\RFA CP-974 Change order 2.docx City of New Hope Resolution No. 17-61 Resolution approving Change Order No. 2 for GMH Asphalt, Inc. Contract for the 2016 Northwood South Infrastructure Improvements (project no. 974) WHEREAS, city staff have reviewed the request for Change Order No. 2 from GMH Asphalt, Inc. relating to the contract for the Northwood South Infrastructure Improvement Project to extend certain "milestone" dates; and WHEREAS, GMH Asphalt, Inc. Change Order No. 2, prepared by the City Engineer is attached hereto requests that the Substantial Completion date be extended to May 26th, 2017; and WHEREAS, the City finds that Change Order No. 2, extending the milestone date, is reasonable and the City Engineer recommends these extensions; and WHEREAS, the City Council has considered this request for Change Order No. 2 to the GMH Aphalt, Inc. contract relating to City Project No. 974 at its meeting of April 24, 2017. NOW, THEREFORE, BE IT RESOLVED: by the City Council of the City of New Hope that the Change Order wo. 2 to the GMH Asphalt, Inc. contract is approved, but in all other respects the contract shall remain in full force and effect according to its terms. Adopted by the City Council of the city of New Hope, Hennepin County, Minnesota, this 24th day of April, 2017. fe . adr-1 Mayor Attest: City Clerk I:\RFA\PUBWORKS\2017\2017 Work Sessions\4-17-17 Change Order Northwood South GMH Asphalt (I Stantec April 7, 2017 File:193803348 Stantec Consulting Services Inc. 2335 Highway 36 West St. Paul MN 55113 Tel: (651) 636-4600 Fax: (651) 636-131 1 Attention: Bernie Weber Director of Public Works City of New Hope 5500 International Parkway New Hope, MN 55428 Reference: 2016 Northwood South Area Infrastructure Improvements - Change Order No. 2 City Project No.: 974 Dear Bernie, As requested, we have prepared Change Order No. 2 to extend the milestone completion dates for GMH Asphalt. The new Substantial Completion date for all work will be May 26, 2017. This change order does not provide an extension to the Original Final Payment date of June 30, 2017. If Contractor shall neglect, refuse, or fail to complete the remaining work after each Substantial Completion Milestone and/or Final Payment Milestone specified above, Contractor shall pay Owner $2,000 for each day that expires after each Milestone date specified. Substantial Completion Extension Justification Due to wet weather conditions outside of the control of the contractor, the project was delayed and the restoration on Jordan Avenue was not completed last fall. Over the late summer and fall months, continual rain events slowed the progress of work. The continual rainfall not only delayed the ability to physically work, but also impacted the materials to be hauled off and on the site. For example, the topsoil used to restore the boulevards could not be supplied as efficiently due to the soils being too wet to screen the material prior to hauling to the project site. Throughout the project, GMH Asphalt has worked many Saturdays and longer hours in efforts to complete the work on schedule. We believe GMH Asphalt has been responsive during the project and has put forth the effort to complete the work as efficient as possible; therefore, we are recommending approval of this change order. Design with community in mind April 7, 2017 Mr. Bernie Weber Page 2 of 2 Reference: 2016 Northwood South Area Infrastructure Improvements -Change Order #2 If you have any questions or require further information, please call me at (651)604-4808. Sincerely, STANTEC a44114- W. xwpi Christopher W. Long, P.E. Attachments: Change Order No. 2 Cc: Kirk McDonald, Megan Albert, Shawn Markham - New Hope; Adam Martinson, Kellie Schlegel, Brad Fasbender, Ann Dienhart - Stantec. Design with community in mind stantec Owner: City of New Hope, 4401 Xylon Ave. N., New Hope, MN 55428 Date April 6, 2017 Contractor: GMH Asphalt Corp., 9180 Laketown Rd., Chaska, MN 55318 Bond Co: Western Surety Co., 333 S, Wabash Ave., Chicago, IL 60604 Bond No: 929625599 CONSTRUCTION CHANGE ORDER NO. 2 2016 NORTHWOOD SOUTH AREA INFRASTRUCTURE IMPROVEMENTS STANTEC PROJECT NO. 193803348 CITY PROJECT NO. 974 A"" I Y' COPY Description of Work This Change Order provides for the following Milestone date extensions. The new Substantial Completion date for all work will be May 26, 2017. This Change Order does not provide an extension to the Original Final Payment date of June 30, 2017. This Change Order does not provide for any additional payments as a result of this change in date. If Contractor shall neglect, refuse, or fail to complete the remaining work after each Substantial Completion Milestone and/or Final Payment Milestone specified above, Contractor shall pay Owner $2,000 for each day that expires after each Milestone date specified. 193803348CH02.xlsm 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: STANTEC Approved by Contractor: CORP.GMH ASPHALT Date cc: Owner Contractor Bonding Company Stantec Date: y- �-/% Approved by Owner: CITY OF 4EW HOPE Date 1c4-/7 $4,009,515.57 $41,679.25 $0.00 $4,051,194.82 September 30, 2016 June 30, 2017 May 26, 2017 No Change 193803348CH02.xlsm April 27, 2017 GMH Asphalt Corp. 9180 Laketown Road Chaska, MN 55318 Subject: Change Order No. 2 for Project No. 974 At its meeting of April 24, 2017, the New Hope City Council authorized change order no. 2 for the Northwood South Area infrastructure project extending the substantial completion date to May 26, 2017. Enclosed are signed change order documents. Please forward one copy to your bonding company. Sincerely, A�� Valerie Leone, CMC City Clerk Enc. cc:. Bernie Weber, director of public works Chris Long, city engineer 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 City Hall Fax: 763-531-5136 • Police Fax: 763-531-5174 • Public Works Fax: 763-592-6776 Request for Action May 22, 2017 Approved by: Kirk McDonald, City Manager Originating Department: Public Works By: Bernie Weber, Director Agenda Section Development & Planning Item Number 8.2 Agenda Title Resolution approving Change Order No. 3 for $47,953.78 to GMH Asphalt, Inc. for the reclaim and overlay of Independence Avenue North (Northwood South Area Infrastructure Improvement Project No. 974) Requested Action Staff is recommending that Council adopt a resolution approving Change Order #3 to the G.M.H. Asphalt 2016 Northwood South contract for $47,953.78 to reclaim and overlay Independence Avenue North. 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. In the past, Council has approved change orders to improve subgrade and pavement conditions on project streets when the budget has allowed. Background In 2016, a comprehensive 10-year pavement management plan was prepared by city and engineering staff. This plan identified Independence Avenue as a candidate for a seal coat and fog seal in 2017 and a full depth reclamation in 2020. After evaluation in 2017, staff determined that Independence Avenue North was in such poor condition that the planned reclamation should be moved forward to this year, if funding allows. The engineer estimated that the cost to reclaim and overlay Independence Avenue would be approximately $60,000. Staff solicited quotes from both pavement contractors working in town on city projects. Valley Paving, Inc. submitted a quote for $59,810.00 and GMH Asphalt submitted the low quote for a total of $47,953.78. City staff recommends awarding this work as a change order to the GMH Asphalt contract for the Northwood South Infrastructure Project. Work would occur this spring and summer. Funding There are two tax-exempt properties on Independence Avenue that will be assessed approximately $5,540.54 for the footage of the property. The property owner has been contacted and has agreed to pay the assessment. All other funding would be provided from the street infrastructure fund. The total street infrastructure cost for the 2017 Northwood North infrastructure project came in significantly under budget (cost breakdown attached), and a portion of the remaining street infrastructure funds could be spent on this change order. Attachments • Resolution • Memorandum by city engineer and Change Order No. 3 • Independence Avenue Plan Sheet • Northwood North Cost Breakdown • 2017 Street Maintenance Project map • 2020 Street Infrastructure Project map I: \ RFA \ PUB WORKS \ 2017 \ 2017 Council \ 974 Northwood South \ Change Order 3 City of New Hope Resolution No. 17-72 Resolution approving Change Order No. 3 for $47,953.78 to GMH Asphalt, Inc. for the reclaim and overlay of Independence Avenue North (Northwood South Area Infrastructure Improvement Project No. 974) WHEREAS, city staff has identified the need for infrastructure improvements specified in Change Order #3; and WHEREAS, as built plans will be amended by the City Consulting engineering firm, Stantec relative to the change order work completed by GMH Asphalt, Inc.; and WHEREAS, the city has received an acceptable total change order cost in the amount of $47,953.78; and WHEREAS, the Council does hereby approve the change order improvements to the 2016 Northwood South Infrastructure Improvement Project, CP 974; and WHEREAS, funding for the change order will be provided by the street infrastructure fund upon completion of the work. NOW, THEREFORE, BE IT RESOLVED, 1. That Change Order #3 to the contract for public improvement No. 974, the Northwood South Infrastructure Improvements project, is authorized to GMH Asphalt, Inc. 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 22nd day of May, 2017. Mayor Attest: City Clerk 5 Stantec May 16, 2017 File:193803348 Stantec Consulting Services Inc. 2335 Highway 36 West St. Paul MN 55113 Tel: (651) 636-4600 Fax: (651) 636-131 1 Attention: Bernie Weber Director of Public Works City of New Hope 5500 International Parkway New Hope, MN 55428 Reference: 2016 Northwood South Area Infrastructure Improvements - Change Order No. 3 City Project No.: 974 Dear Bernie, As requested, we have prepared the attached Change Order No. 3 to complete a full - depth pavement reclamation and wear course paving on Independence Avenue North west of Hillsboro Avenue North. This street was initially designated to be seal coated and fog sealed in 2017 and reclaimed in 2020. However, after further review this spring, the pavement condition has deteriorated to a point where seal coating and fog sealing is no longer a cost-effective solution. Therefore, we recommend that the street be reclaimed. This process involves grinding up the existing pavement and mixing it with the upper portion of the existing aggregate base material. The resulting base material will then be shaped and compacted to form a homogeneous roadway base. Then a 3" thick bituminous wear course section will be paved over the base material. As discussed at the April 17'" City Council Work Session, we solicited prices from two contractors to complete this work. The table below summarizes the results. Contractor Total Change Order #3 Low GMH Asphalt Corporation $47,953.78 #2 Valley Paving, Inc. $59,810.00 The low Bidder for the Change Order Work was GMH Asphalt Corporation with an amount of $47,953.78. The attached Change Order #3 will provide for GMH Asphalt to complete these additional street improvements under the Northwood South Design with community in mind May 16, 2017 Mr. Bernie Weber Page 2 of 2 Reference: 2016 Northwood South Area Infrastructure Improvements -Change Order #3 Infrastructure Improvements project. These improvements will extend the functional life of the roadway several years beyond what could be expected with a seal coat and fog seal, and significantly improve the roadway condition. Funding There are two tax-exempt properties along this street, both owned by Tasks Unlimited, and we have prepared a Special Assessment Agreement. The estimated preliminary assessment amount is $5,540.54 total for both properties (see attached assessment details). All remaining project costs could be funded from the street infrastructure fund. If you have any questions or require further information, please call me at (651)604-4808. Sincerely, STANTEC ao.i Christopher W. Long, P.E. Attachments: Change Order No. 3, Location Plan, Preliminary Assessment Figures, Signed Special Assessment Agreement. Cc: Bernie Weber, Shawn Markham, Andrew Kramer, Megan Albert, Valorie Leone, Kirk McDonald - New Hope; Adam Martinson, Kellie Schlegel, Brad Fasbender, Ann Dienhart - Stantec. Design with community in mind Stantec Owner: City of New Hope, 4401 Xylon Ave. N., New Hope, MN 55428 Date May 5, 2017 Contractor: GMH Asphalt Corp., 9180 Laketown Rd., Chaska, MN 55318 Bond Co: Western Surety Co., 333 S. Wabash Ave., Chicago, IL 60604 Bond No: 929625599 CONSTRUCTION CHANGE ORDER NO. 3 2016 NORTHWOOD SOUTH AREA INFRASTRUCTURE IMPROVEMENTS STANTEC PROJECT NO. 193803348 CITY PROJECT NO.974 Descriptlon of Work This Change Order provides that the Contractor will reclaim the existing bituminous on Independence Ave. N., shaping the reclaimed material to a 3 percent crown, hauling excess material off -site, and paving a 3-inch bituminous wear course, in addition to some driveway and curb replacement. This Change Order provides for all costs for material and labor for this work and no additional compensation will be provided to the Contractor. This Work shall be completed by the specified Final Completion Date of the Project. This Change Order does not provide for any changes in the Substantial or Final Completion dates for this additional work on this project. No. Item Unit Contract Quantity Unit Price Total Amount CHANGE ORDER NO. 1 1 MOBILIZATION LS 1 $1,500.00 $1,500.00 2 TRAFFIC CONTROL LS 1 $100.00 $100.00 3 STORM DRAIN INLET PROTECTION EA 4 $100.00 $400.00 4 ADJUST FRAME AND RING CASTING EA 3 $0.01 $0.03 5 ADJUST VALVE BOX EA 1 $300.00 $300.00 6 FULL DEPTH RECLAMATION AND SHAPING SY 3000 $3.00 $9,000.00 7 REMOVE AND REPLACE CONCRETE CURB & LF 70 $40.00 $2,800.00 GUTTER 8 AGGREGATE BASE SPECIAL (STREET PATCH) TON 50 $15.00 $750.00 9 BITUMINOUS DRIVEWAY PATCH SY 10 $30.00 $300.00 10 TYPE SP 9.5 WEARING COURSE MIXTURE (2,B) TON 575 $57.05 $32,803.75 TOTAL CHANGE ORDER NO. 1: $47,953.78 193803348CH03.xlsm 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: STANTEC Approved by Contractor: GMH ASPHALT CORP. Date cc: Owner Contractor Bonding Company Stantec Date: Approved by Owner: CITY OF NEW HOPE Date $4,009,515.57 $41,679.25 $47,953.78 $4,099,148.60 September 30, 2016 June 30, 2017 May 26, 2017 No Change 193803348CH03.xlsm ------------------------- -------- 358 36TH AVLHUL''k 1 APPROXMATE CURS REPLACEMENT AND DRIVEWAY I PATCH LOCATION. EXACT LIMITS TO BE DETE4HNED 1 INN MELD BY THE ENGINEER, 01 I i �. IL--J 9a13 r ~ [_-B� L � r —k II 3537 ~ kt a- _ - Iry ��- y — �11'fPEHDc V E AVERUE --� 3537 — —�•y-- --- ' I I I I I f I f 3503 5 JAl L N 0 100 200 r[-- - - - T ~ I INDEPENDENCE AVENUE RECLAIM AND BITUMINOUS OVERLAY CITY OF NEW HOPE, MINNESOTA STREET IMPROVEMENTS LEGEND FULL PAVEMENT REMOVAL (RECLAIM) AND 3" BITUMINOUS PAVEMENT SS EXISTING SANITARY SEWER MH (FRAME AND RINGS TO BE REPLACED BY OWNER) EXISTING WATER MAIN VALVE BOX ® INLET PROTECTION EXISTING NOTES: I. OWNER WILL REPLACE MH RINGS AND CASTINGS PRIORTO RECLAIM WORK. 2. IF REQUIRED, GV BOX AND MH ADJUSTMENTS SHALL INCLUDE SAND BLAST CLEANING, SEALANT, VARIABLE HEIGHT METAL ADJUSTMENT RISERS, AND SALVAGE AND REINSTALL COVERS. LOCATIONS OF VALVES AND STRUCTURES ARE APPROXIMATE. 3. AGGREGATE BASE PATCHING WILL BE DONE FOLLOWING RECLAMATION OF EXISTING SURFACE. REMOVE EXISTING AGGREGATE AND REPLACE WITH NEW IN AREAS AS DIRECTED BY ENGINEER. NOT ALL AREAS TO BE PATCHED ARE SHOWN ON THE PLANS. 4. CONTRACTOR TO GRADE AND SHAPE RECLAIMED MATERIAL TO 3% CROSS SLOPE AS SHOWN ON TYPICAL SECTION BELOW, AND HAUL ALL EXCESS MATERIAL OFF -STD (INCIDENTAL). 5. REMOVE AND REPLACE CONCRETE CURB AND GUTTER AS SHOWN AND AS DIRECTED BY ENGINEER PER DETAILS STR-29, STR-30, AND STR 31. 6. KEEP ALL RECLAIMED MATERIAL AND NEW BITUMINOUS MIX OUT OF STORM SEWER CATCH BASINS AND PIPES. CONTRACTOR WILL BE REQUIRED TO REMOVE ANY CONSTRUCTION MATERIALS DEPOSITED IN STORM SEWER CATCH BASINS AND PIPES. 7. FOLLOWING RECLAMATION AND PRIOR TO PAVING: PROVIDE MANHOLE AND VALVE SAFETY RAMP AT ALL EXPOSED CASTINGS AND VALVE BOXES (INCIDENTAL). 8. BITUMINOUS DRIVEWAY PATCH BID ITEM SHALL INCLUDE ALL WORK TO REMOVE AND REPLACE PAVEMENT SECTION, INCLUDING REMOVAL OF EXISTING PAVEMENT AND AGGREGATE, SAWCUT, COMPACTION, CLASS 5, AND BITUMINOUS MIXTURE. PROPOSED GL SPOT REPAIR EX. CURB AND GUTTER ONLY AS DIRECTED BY ENGINEER - VARIES VARIES �( --------_ --- 1�L �—�- ----- —_ _-_----- --—__------ FULL DEPTH RECLAIM OF EXISTING PAVEM ENT AND .r - WEARING COURSE (SPWEA240B) BASE SHAPE EXISTING RECLAIM MATERIAL/HAUL EXCESS EXISTING YARD ApdAWE' EXISTING SOD & REPLACE WITH 6'TOPSOIL L CONTRACTION JOINT AND BLOW MULECFXISTING CONTRACTION (TY P.) JOINT (IYR) ^ GLITTER LINE J m'� 8'•I 2' ONE PANEL 2' 0-2 !1[H EXISTING CONCRETE CURB & GIJI'TER EXISTING NON -WEAR BITUMINOUS SURFpCE EL EXISTING ROADWAY �•... PLAN - -• - EXISTING CURB&GUTTER SAWOffT Ku IB" WR � REMOVE EXISTING - 4" TOPSOIL AND 2" BITUMINOUS SURFACE BLOW MULCH SECTION CONCREFE CURB REPLACEMENT wTM" ® Stantec NON DRIVEWAY LOCATION Dx zols CITY OF NEW HOPE, MN sTR-31 FULL DEPTH RECLAIM NOT TO SCALE REMOVE EXISTING CURB DAMAGE EXISTING REMOVE EXISTING (MINIMUM ONE PANEL) DRWEyypy BIRIMINOUS DRIVEWAY SURFACE EXISTING CONCRETE CURB & GUTTER � i _: -: !ALITOF OJRB s Of✓EiW1EL REMOVE EXISTING MIN AI.M BITUMINOUS EL EXISTING ROADWAY D428 CONCRETE SAWOIT CURB & GUTTER 18" MIN. VMIES 10" MIN. SAWOT EXISTING DRIVEWAY 89TUMINOUS PATCH 3" BITUMINOUS WEARING COURSE (SPWEA240B) V' OASS 5 AGGREGATE EXISTING BITUMINOUS BASE. SECTION CONCRETE CURB REPLACEMENT usT RFn9ox DRIVE LOCATION D- zm5 ® Stantec (BITUMINOUS D/W APRON) CITY OF NEW HOPE, MN sTR-z EASIBIG NRB OVERFLOW IS Y, OF THE CUM BOX HEIGHT PLAN WIMCO ROAD DRAIN CG-3ffi `HIGH ROW INLET PROTERION CUM AND GUTTER MODEL DEFTEROR PLATE OR Cm APPROVED EQUL OVERFLOW N Y OF THE CURB W X HEIGHT OVERROW ATTOP OF FILTER ASSEMBLY CUIB `FORTHENEWR-3 -BSTANOAQDCASTING, INSTALL WDICO ROAD ptA1N CC-0 OR CITY APPROVED EQUk ® Stantec FIGURE 1 DIAMETER, BLY DIAMETER 10"AT LODE 10" AT LOW POINT HIGH -FLOW FABRIC INLET PROTECTION wT CATCH BASIN INSERT Ian zoos AFTER PAVING CITY OF NEW HOPE, MN E`R C C APRIL 2017 193803900 ::Pf; M Ill U r 1kTA 4� M 11 i rat t =1��� lreYiW Mri Valley Paving - Bid with Feasibility Report Total Total Project Costs (Base Funding Source Project Cost Estimate Bid, Alt. 1 & 2; 20% Indirect) Difference Street Infrastructure Fund $3,743,197.12 $3,197,993.02 -$545,204.10 Storm Water Fund $806,615.50 $854,174.03 $47,558.53 Sanitary Sewer Fund $231,900.50 $142,634.36 -$89,266.14 Water Fund $1,072,408.35 $915,055.04 -$157,353.31 Total Estimated Project Costs $50854 121.47 $S0109 856.45 -$744,265.02 Brook!yn Park O E 1 1F _ ; aTsT AVf ' V, :SEND@HC= cIR 301 Brooklyn Center Crystal Plymouth New Hop ❑ Robbinsdale 11a �1liL HE) 59TH PL N� w ¢ z z O w 59TH AVE N a ¢ i W Z ❑ z w ¢ DUDLEY AVEN _ i � 59TH PL N y 5BTH AVEN ¢ <P58TH AVEN ff Z > 9Q w d z W y 9< ¢ > G U a �:� ¢ ❑ Z 57TH AVE N r w Ilk Z Z Lu . _._ ❑ Q N - a `- ;53RQf.�VEK z I -�4D AVEN W� willill, —Seal Coat and Fog Seal "as of 11/14/2016 2017 Street 5 Stantec Maintenance Projects NewHope Minnesota Disclaimer: Slonlec assumes no responsibility for data supplied inelecI ronic format. The recipient accepts full 2016 Pavement Management Plan esponsibiliIy for verifying the accuracy and completeness ottheda,a.The ulloneandage=s,from .nyancen. employees, consultants and agents, from anyand all claims arising in any way from the content or provision 0 15,000 30,000 of the data. Feet Revised: 2016-11-15 By: dmeric kson 1:18,000 (At original document size of l 1x17) R:\client\municipal\new_hcpe_ci_mn\34MA P\GIS DATA\Projects\2016_Pave men l_Maps\2017 Streel Mainlenonce Projects-mxd oklvn E 0. Z a NORTHERN DR LIT BARDY AVE r� z w > S Z Z w Z 59TH AVE N x z j � < � DUDLEY (rl O 58TH AVE N ¢ e 58TH � z Po Z W 90 > ly z 4 o Z "J` 87TH AVE N AVE N AVE N — 2" Mill and Overlay —Reclaim and 3" Overlay Full Reconstruct "as of 11/14/2016 2020 Street V%j a 5 Stantec Infrastructure Projects New Hope, Minnesota Disclaimer: Slonlec assumes no responsibilily for dale supplied inelecfronic formal.The recipient accepts full 2016 Pavement Management Plan responsibility for verifying the accuracy and completeness the data. The its of recipient of employees, consultants releases s, fromc, and all and agents, from any and all claims arising in any way from the conlent or provision 0 15,000 30,000 of the dam. Feet 1:18 000'At Id f f11 17 Revised: 2016-11-15 By: dmerickson ongi na ocumen Si zeo X , R:\c 5enf\mun1cipal\new_hope_ci_mn\34MA P\GISDATA\Projects\201fi Pove men l_Maps\2020Streetlnfrostruclure Prolecfs.mxd ® Stantec Owner City of New Hope, 4401 Xylon Ave. N„ New Hope, MN 55428 Date May 5, 2017 Contractor; GMH Asphalt Corp., 9180 Laketown Rd., Chaska, MN 55318 Bond Co; Western Surety Co., 333 S. Wabash Ave„ Chicago, IL 60604 Bond No; 929625599 CONSTRUCTION CHANGE ORDER NO. 3 2016 NORTHWOOD SOUTH AREA INFRASTRUCTURE IMPROVEMENTS STANTEC PROJECT NO. 193803348 CITY PROJECT NO.974 CITY'S COPY Descrintion of Work This Change Order provides that the Contractor will reclaim the existing bituminous on Independence Ave, N., shaping the reclaimed material to a 3 percent crown, hauling excess material off -site, and paving a 3-inch bituminous wear course, in addition to some driveway and curb replacement. This Change Order provides for all costs for material and labor for this work and no additional compensation will be provided to the Contractor. This Work shall be completed by the specified Final Completion Date of the Project. This Change Order does not provide for any changes in the Substantial or Final Completion dates for this additional work on this project. No. Item Unit Contract Quantity Unit Price Total Amount CHANGE ORDER NO.3 1 MOBILIZATION LS 1 $1,500.00 $1,500.00 2 TRAFFIC CONTROL LS 1 $100.00 $100.00 3 STORM DRAIN INLET PROTECTION EA 4 $100.00 $400.00 4 ADJUST FRAME AND RING CASTING EA 3 $0.01 $0.03 5 ADJUST VALVE BOX EA 1 $300.00 $300.00 6 FULL DEPTH RECLAMATION AND SHAPING SY 3000 $3.00 $9,000.00 7 REMOVE AND REPLACE CONCRETE CURB & LF 70 $40.00 $2,800.00 GUTTER 8 AGGREGATE BASE SPECIAL (STREET PATCH) TON 50 $15.00 $750.00 9 BITUMINOUS DRIVEWAY PATCH SY 10 $30.00 $300.00 10 TYPE SP 9,5 WEARING COURSE MIXTURE (2,B) TON 575 $57.05 $32,803.75 TOTAL CHANGE ORDER NO. 3; $47,953.78 193803348CH03.xlsm 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: STANTEC Approved by Contractor: GMH ASPHALT CORP. a;L �;7 'ia- Date cc: Owner Contractor Bonding Company Stantec Date; S-lla( I� Approved by Owner: CITY OF NEW HOPE Date s- la - [-� $4,009,515.57 $41,679.25 $47,953.78 $4,099,148.60 September 30, 2016 June 30, 2017 May 26, 2017 No Change 193803348CH03.xlsm May 24, 2017 GMH Asphalt Corp. 9180 Laketown Road Chaska, MN 55318 Subject: Change Order No. 3 for Project No. 974 At its meeting of May 22, 2017, the New Hope City Council authorized change order no. 3 for the Northwood South Area infrastructure project for Independence Avenue improvements for $47,953.78. Enclosed are signed change order documents. Please forward one copy to your bonding company. Sincerely, 1. Valerie Leone, CMC City Clerk Enc. cc: Bernie Weber, director of public works Chris Long, city engineer 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 City Hall Fax: 763-531-5136 • Police Fax: 763-531-5174. Public Works Fax: 763-592-6776 Request for Action May 22, 2017 Approved by: Kirk McDonald, City Manager Originating Department: Public Works By: Bernie Weber, Director Agenda Title Resolution accepting petition for public improvement and assessment agreement. Agenda Section Development & Planning Item Number 8.3 Requested Action Staff is recommending that Council accepts the petition for public improvement and assessment agreement for Change Order#3 for the Northwood South Infrastructure Improvement Project (project 974) Policy/Past Practice Assessments are proposed to be levied against benefited, tax-exempt properties, in accordance with New Hope's assessment policy. Background On March 14, 2016, Council authorized a contract with GMH Asphalt, Inc for the Northwood South Infrastructure Improvement Project. If approved tonight by council, a Change Order will be authorized for this project for the reclaim and overlay of Independence Avenue, a street that is directly south of the original project area. The city engineer estimated project costs to be approximately $60,000. There are two tax-exempt properties within the improvement area. Both properties are owned by Tasks Unlimited and the owner has signed a petition for public improvement and assessment agreement. The estimated maximum total cost assessed to these properties shall not exceed $5,540.54. Funding The project will be funded by the street infrastructure fund and the special assessments. Attachments • Resolution • Petition for improvement and Special Assessment Agreement • Independence Plan Sheet I: \RFA \ PUBWORKS \ 2017 \ 2017 Council \ 974 Northwood South \ Assessment for Change Order 3 \ RFA Independence Assessmen t.docx RESOLUTION NO. 17-73 RESOLUTION ACCEPTING PETITION FOR PUBLIC IMPROVEMENT AND ASSESSMENT AGREEMENT AND ORDERING PROJECT (Street Improvement) (Independence Avenue North Reclaim — Project No. 974) BE IT RESOLVED by the City Council of the City of New Hope as follows: WHEREAS, Tasks Unlimited Lodges, a Minnesota nonprofit corporation ("Owner") has submitted to the City a signed Petition For Public Improvement and Assessment Agreement, attached as Exhibit A ("Petition") to construct certain street improvements on Independence Avenue North adjacent to and for the purpose of serving Owner's properties located at 3579 and 3581 Independence Avenue North which are a part of the entire Improvement Project No. 974; and WHEREAS, the Petition submitted by Owner provides that Owner will agree to pay up to a maximum amount of the estimated cost of $5,540.54 for the work associated with the real properties legally described in Exhibit A ("Owner's Properties"); and WHEREAS, the City Council has also reviewed the plans for Improvement Project No. 974 and further determines that the Owner's Properties are abutting Independence Avenue North and will be directly served and benefitted by construction of Improvement Project No. 974, and WHEREAS, in light of the fact the Owner is the 100% fee owner of the Owner's Properties abutting Independence Avenue North to be served by the construction of Improvement Project No. 974, this Council also determines that Minn. Stat. §429.031 subd. 3 permits this Council to order Improvement Project No. 974 without holding a public hearing to consider the project as it relates specifically to Owner's Properties; and WHEREAS, this Council hereby determines it is in the best interests of the City to order Improvement Project No. 974 providing for construction of a street improvement which is limited to the reclaim and overlay of the bituminous street paving and curb restoration within Independence Avenue North subject to Owner's agreement to pay up to the maximum estimated amount of $5,540.54 as an assessment against Owner as set out in its Petition For Public Improvement and Assessment Agreement attached as Exhibit A. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of New Hope as follows: —1— 1. The Petition For Public Improvement and Assessment Agreement attached hereto as Exhibit A is hereby approved and accepted. 2. The Street Improvement Project No. 974 is hereby ordered pursuant to the Petition For Public Improvement and Assessment Agreement without a public hearing as authorized by Minn. Stat. §429.031 subs. 3. 3. The Mayor and City Manager are hereby authorized and directed to sign all documents and take all actions necessary to implement the directives of this resolution Dated the 22nd day of May, 2017. C" a- i J�� Kathi He en, Ma or Attest: Valerie Leone, City Clerk P:Adomey\SAS\I Client Files@ City of New Hope\99-61554 Tasks Udimiled Special Assessment Agraement%asoluliun accepting petition for improvement and ordering project does, —2— PETITION FOR PUBLIC IMPROVEMENT AND ASSESSMENT AGREEMENT Parties - The parties to this Agreement are the City of New Hope, a Minnesota municipal corporation ("City") and Tasks Unlimited Lodges, a Minnesota nonprofit corporation ("Owner"). Description of Proieet and Property - Owner hereby petitions the City to construct street improvements within Independence Avenue North adjacent to and for the purpose of serving Owner's properties as more fully described in this Agreement. This public improvement project is limited to the reclaim and overlay of the bituminous street paving and curb restoration within Independence Avenue North adjacent to the real properties described below. The street improvement work shall be as shown on the plan submitted by the New Hope City Engineer, Stantec Consulting Services Inc. attached hereto as Exhibit A (the "Plan") The parties agree the final Plan is subject to and conditional upon the approval of the City Engineer. Owner agrees the Project must be constructed in accordance with the Plan as approved by the City Engineer. This public improvement project is identified as New Hope Improvement Project 974 (the "Project") and will serve and specially benefit the real properties located at 3579 and 3581 Independence Avenue North (PID numbers 19-118-21-22-0114 and 19-118-21-22- 0115) located in the City of New Hope, County of Hennepin, and State of Minnesota, both of which are within the category of "double bungalow/duplex" under the New Hope Special Assessment Policy and legally described as follows: Lots 15 and 16, Block 1, New Hope Highlands 2nd Addition, Hennepin County, Minnesota. (collectively referred to as the "Property") 3. Purpose - The purpose of this Agreement is to set out how the costs for construction of the Project will be paid and assessed to the Property per Minn. Stat Chap. 429. The City agrees to pay the contractor for the total public improvement costs of the Project. Owner acknowledges and agrees the Property will be specially benefited from the Project and hereby requests the City to assess the Property for the total public improvement costs paid by the City. Owner also submits this petition for the purposes set out in Minn. Stat §429.031 subd. 3. 4. Costs — The total public improvement cost of the entire Project is estimated to be $57,544.54. The actual bid and construction cost will be determined by the City's sealed bid procedure in accordance with Minnesota's municipal contracting law. Owner acknowledges and agrees that the estimated maximum total cost for the portion of the Project to be assessed to the Property shall not exceed $5,540.54. This cost is deemed by the parties as the cost attributable to the construction of this Project specially benefiting the referenced Property (the "Assessed Amount"). 1 5. Special Assessment - Owner acknowledges and agrees that the proposed construction of the Project specially benefits the Property. In consideration for the City's action to pay the contractor for the construction of the Project, Owner agrees that the fair market value of the Property will increase in an amount equal to or greater than the actual public improvement cost paid by the City. Owner agrees the actual cost paid by the City for construction of the Project not to exceed the Assessed Amount, shall be specially assessed against the Property pursuant to Minn. Stat. Chapter 429. The assessment shall be paid within ninety (90) days of the date that Owner receives the final Assessed Amount from the City and, if not paid in full within that period, shall be levied over a period of two (2) years at an interest rate of four (4) per cent per annum. Owner expressly waives all objections to any irregularity with regard to the special assessment for the Project and any claim that the estimated Assessed Amount of $5,540.54 or the final Assessed Amount to be levied against the Property is excessive. Owner further waives any and all rights to appeal the special assessment in District Court under Minn. Stat. Chapter 429 and more specifically Minn. Stat. §429.081 or any other federal, state, or local law, rule, or regulation. Provided, however, Owner shall retain the right to object to any arbitrary, unreasonable or capricious actions of the City in connection with the Project, other than the propriety of this Project, Owner's agreement to the Assessed Amount as set out above, or the City's right to levy the Assessed Amount against the Property. 6. Indemnification - Owner agrees to indemnify, reimburse and hold the City harmless for all costs to make the improvement in the event the special assessment against the Property is held invalid and unenforceable for any reason. This shall include reasonable attorney's fees and cost to collect and enforce the special assessment and/or this Agreement. Dated: eA y .2017 2 Tasks Unlimited Lodges, a Minnesota nonprofit corporation By: L) Its c r t art 5 cl'r-t City of New Hope, a Minnesota municipal corporation : ME Kirk McDonald, STATE OF MINNESOTA ) ) ss. COUNTY OF HENNEPIN ) fik The foregoing was acknowledged before me this / a day of /Y� 4 � 2017 by q Y%q ►(�. Sca e tr the r d ramf Tasks Unlimited Lodges, a Minnesota nonprofit corporation, on behalf 614said. nonprofit corporation. U3ERT BESSARD e4 NOTARY PUBLIC STATE OF MINNESOTA ) STATE OF MINNESOTA MY CoMmIsSION EXPIRES ss. JANUARY 31,2021 COUNTY OF HENNEPIN ) The foregoing was acknowledged before me this day of 2017, by Kathi Hemken and Kirk McDonald, the Mayor and City Manag , respectively, of the City of New Hope, a Minnesota municipal corporation, on behalf of said municipal corporation. Notary Public THIS INSTRUMENT DRAFTED BY: Jensen Sondrall Persellin & Woods, P.A. 8525 Edinbrook Crossing, Suite 201 VALERIE J LEONE Brooklyn Park, MN 55443 (763) 424-8811 Notary Public -Minnesota ate;, x My Comndasbn EWims Jan st, 202o Exhibit A Plan See attached. I 136TH AVENUE H I r` i �.a9wuw Ec4 a R[0.hmmhTxq ONlRrle,r f IParaOWTHE £INEElniTs Tp lEolrm>]VYI1� �N FIELD BY THE ENGINEER I 9413 XQ ,L6�' 11 I 3 r �—� �—IvTiEPEN6ER0E'AVHROE�r — �' � — L j ! 3_�� N 0 100 200 T INDEPENDENCE AVENUE RECLAIM AND BITUMINOUS OVERLAY STREET IMPROVEMENTS LEGEND FULL PAVEMENT REMOVAL (RECLAIM) AND 3" BITUMINOUS PAVEMENT ISS; EXISTING SANITARY SEWER MH (FRAME AND RINGS TO BE REPLACED BY OWNER) EXISTING WATER MAIN VALVE BOX ® INLET PROTECTION NOTES: 1, OWNER WILL REPLACE MH RINGS AND CASTINGS PRIOR TJ RECWM WORK 2- IF REQUIRED, GV BOX AND MH ADIUSTMEMS SHA1L INCLUDE SAND BUST CLEAPIILJG, SEALANT, VARIABLE HEIGHT METAL ADRISTMENT RISERS, AND SALVAGE AND REINSTALL COVERS- LOCATIONS OF VALVES AND STRUCRIRES ARE APPROXIMATE 3. AGGREGATE BASE PATCHING WILL BE DONE PC— RECLAMATION OF EXIST SURFACE. REMOVE EASTING AGGREGATE AND REPLACE W NEW IN AREAS AS DIRECTED BYENGINEER NOTALLAREASTOBEPATCHMARESHOWNONTHEHANS 9. CONTRACTOR TO GRADE AND SHAPE RECLAIMED MATERIAL-3% CROSS SLOPEASSHOWN ON TYPICAL SECTION BELOW, AND HAUL ALL EXCESS MATERIAL OFFSITE ONCIDENTAL). 5 REMOVE AND REPLACE CONCRETE CURB AND GUTTER AS SHOWN AND AS DIRECTED BY ENGINEER PER DETAILS STR-Z9, STR-30, AND STR-31 6 KEEP ALL RECLAIMEDMATERIAL AND NEW BRUMIbUSMIXOUTOFSTORMSEWER CA — BASINS AND PIPES CONTRACTOR WILL BE REQUILtED TO REMOVE ANY CONSIRUCRDN MATERIALS DEPOSITED IN STORM SEWER CATCH BASINS AND PIPES. FOLLOWING RECLAMATION AND PRIOR TO PAVING: PROVIDEMANH—AND VALVESAFE! RAMP AT ALL EXPOSED CASTINGS AND VALVE BOXES (INCIDENTAL), B BITUMINOUSDRIVEWAYPATCHBIDITEMSHALLAIdUDEALLWORKTOREMOVEAND REPLACE PAVEMENT SECTION, INC W DING REM WAL OF EXISRNG PAVEM—AND AGGREGATE, SAWCUT, COMPACTION, CUSS S, AND BITUMINOUS HIRE EXIS?ING PROPOSED 4 W'—u D••MD VARIES • I VARIES - >A�- - - - - - - - __ _ -- ---- D— REOAIM OF �T- __ (rryxpDRlLtygxT,q j 49! WEARING COURSE(SP/+FA2WB) MATE� HADL�� .I.a,EDNs,„.��,R AND BROW ,RB�N MiyP x<RAm ���N�ussw �-7 RIgT Srinue 101 C[jY� �� HCPE, MH S1R-3l FULL DEPTH RECLAIM rwn LG offl'TA� ® swoftc (Bl NlN"DU oro CITY OF NEW HOPE, M srn�zB R R,oTaaLaE >timn ® Sblrtec N� CITY OF NEW HOPE, MINNESOTA FIGURE 1 (3 Stantec APRIL 2017 193803900 June 14, 2017 Ms. Dana Scarlett, Secretary/Treas. Tasks Unlimited Lodges 2419 Nicollet Ave. Minneapolis, MN 55404 Subject: Infrastructure Improvements near 3579 and 3581 Independence Avenue North Enclosed is a fully executed copy of the Petition for Public Improvement and Assessment Agreement which was approved on May 22, 2017. The total estimated cost is $5,540.54. You will be notified when the work is finalized, and you will have the option to pay within 90 days or have the assessment levied against the property for two years at 4% interest. Thank you for your cooperation during the project. Sincerely, 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 City Hall Fax: 763-531-5136 • Police Fax: 763-531-5174 • Public Works Fax: 763-592-6776 3 V� I(DIF Request for Action November 27, 2017 Approved by: Kirk McDonald, City Manager Originating Department: Public Works By: Bernie Weber, Director Agenda Section Consent Item Number 6.6 Agenda Title Resolution approving final payment to G.M.H Asphalt in the amount $44,592.43 for the 2016 Northwood South Infrastructure Improvements Project (project no. 974) Requested Action Staff recommends that Council pass a resolution and authorize final payment for the 2016 Northwood South Infrastructure Improvements Project (project no. 974) to G.M.H. Asphalt in the amount of $44,592.43. 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. Background The 2016 Northwood South area project was discussed at the Council's September 21, 2015 work session, and plans and specifications were authorized on November 9, 2015. G.M.H. Asphalt, the low -bidding contractor, began work in the spring of 2016. The majority of project work was completed in 2016, with restoration warranty lasting thru 2017. The warranty is now complete on the restoration. The project included a full reconstruct of Jordan Avenue from 36th Avenue to Northwood Parkway; Gettysburg Avenue from 36th to Hillsboro; Hillsboro from Jordan Avenue to Northwood Parkway; and Flag, Ensign and Decatur Avenues from 36th to Northwood Parkway. The utility infrastructure improvements consisted of water and storm sewer replacement, with minimal sanitary sewer improvements. In addition to the full reconstruct areas, mill and overlay street improvements occurred on Northwood Parkway from Boone to Jordan Avenue; Gettysburg Avenue from Hillsboro PI to Northwood Parkway, as well as Jordan Circle and Boone Circle. Full pavement removal and replacement improvements occurred on Northwood Circle; Independence Avenue from Jordan Avenue to Hillsboro Avenue; and Independence Circle south of 361h Avenue, as the depth of pavement was too thin to complete a mill and overlay. Funding The 2016 Northwood South Infrastructure Improvements Project was primarily funded thru the municipal bonding process. The original contract amount was $4,009,515.57, but due to three change orders the revised contract amount was $4,099,148.60. The final construction amount is $4,016,835.17, which is $82,313.43 under the revised contract amount. This underrun is primarily due to less driveway removal and replacements, and less sanitary sewer service repairs than expected. Attachments Resolution City Engineer Memorandum Pay Request I:\RFA\PUBWORKS\2017\2017 Council\974 Northwood South\11-27-17 Final Payment\RFA-974 final payment.docx City of New Hope Resolution No. 17- 126 Resolution approving final payment to G.M.H Asphalt in the amount $44,592.43 for the 2016 Northwood South Infrastructure Improvements Project (project no. 974) WHEREAS, the infrastructure improvement identified follow the pavement management strategy adopted by the Council; and WHEREAS, the city has entered into a contract with GMH Asphalt Corporation for construction of the 2017 Northwood South Infrastructure Project; and WHEREAS, staff is recommending that the Council adopt a resolution to accept improvement project no. 974 and approve final payment to GMH Asphalt Corporation in the amount of $44,592.43; and WHEREAS, the city engineer has reported that all work and documentation has been satisfactorily completed and recommends, along with staff, final payment be made to GMH Asphalt Corporation. NOW, THEREFORE, BE IT RESOLVED, 1. That the City Council accepts the 2016 Northwood South Infrastructure Project from GMH Asphalt Corporation 2. That the city manager is hereby directed to authorize the final payment in the amount of $44,592.43. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 27th day of November, 2017. Mayor Attest: City Clerk 5 Sta me �, November 13, 2017 File: 193803348 Attention: Bernie Weber Director of Public Works City of New Hope 5500 International Parkway New Hope, MN 55428 Stantec Consulting Services Inc. 2335 Highway 36 West St. Paul MN 55113 Tel: (651) 636-4600 Fax: (651) 636-1311 Reference: 2016 Northwood South Area Infrastructure Improvements - Final Payment City Project #974 Dear Bernie, Enclosed find the final pay request and the IC-134 forms for the 2016 Northwood South Area Infrastructure Improvements project. The contractor, GMH Asphalt Corporation., has completed the work in accordance with the contract plans and specifications; therefore, it is recommended that final payment of $44,592.43 is made and the City of New Hope accepts the project. The Original Contract Amount as indicated on the Contractor's Request for Payment is $4,009,515.57. The contract was amended to include three change orders, resulting in a Revised Contract Amount of $4,099,148.60. Change Order No. 1, in the amount of $41,679.25, provided additional payment for reclaiming the existing bituminous on Gettysburg Avenue North, in lieu of the planned mill and overlay. Change Order No. 2 provided for adjustments to the completion dates and had no payable value. Change Order No. 3, in the amount of $47,953.78, provided additional payment for reclaiming Independence Avenue North. The Final Construction Amount is $4,016,835.17, which is $82,313.43 under the Revised Contract Amount. This underrun was primarily due to less driveway removal and replacement area, and less sanitary sewer service repairs than anticipated. If you have any questions or require further information, please call me at (651)604-4808. Regards, STANTEC CONSULTING SERVICES INC. r Wxs�y/ Christopher W. Long, P.E. �� Design with community in mind November 13, 2017 Mr. Bernie Weber Page 2 of 2 Reference: City Project #974 - 2016 Northwood South Area Infrastructure Improvements - Final Payment Attachments: Final Pay Request & IC-134's c. Kirk McDonald, Valerie Leone, Megan Albert, Andrew Kramer, Dave Lemke, Shawn Markham - New Hope; Adam Martinson, Kellie Schlegel - Stantec. Design with community in mind (10 Stantec CITY'S COPY CONTRACTOR'S REQUEST FOR PAYMENT 2016 NORTHWOOD SOUTH AREA INFRASTRUCTURE IMPROVEMENTS STANTEC PROJECT NO. 193803348 CITY PROJECT NO.974 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, Recommended for Approval by: STANTEC Specified Contract Completion Date: $ 4,009,515.57 $ 89,633.03 S $ 4,099,148.60 $ 4,016,835.17 $ 0.00 $ 4,016,835.17 $ 0.00 $ 4,016,835.17 $ 3,972,242.74 $ 0.00 14/FINAL $ 44,592.43 Approved by Owner: 7CIW4Rjk�NEW HOPE 1 r t Date: 19380334 B R E Q 14 F i n a I. x l s m Contract Unit Current Quantity Amount No. Item Unit Quantity Price Quantity to Date to Date BASE BID BASE BID PART -1: GENERAL 1 MOBILIZATION LS 1 145000.00 1 $145,000.00 2 TRAFFIC CONTROL LS 1 3700.00 1 $3,700.00 TOTAL BASE BID PART 1: GENERAL $148,700.00 BASE BID PART 2: RECONSTRUCT STREETS (RECON) BASE BID PART 2A: SANITARY SEWER (RECON) 3 REMOVE AND REPLACE SANITARY SEWER FRAME AND RINGS WITH HDPE RINGS AND FRAME EA 23 1070.00 26 $27,820.00 4 REMOVE SANITARY SEWER PIPE LF 15 26.40 24 $633.60 5 10" PVC SANITARY SEWER PIPE - SDR 35 LF 15 106.00 24 $2,544.00 6 4" PVC SCHEDULE 40 SANITARY SEWER SERVICE PIPE LF 620 9.40 81.6 $767.04 7 CONNECT TO EXISTING SANITARY SEWER PIPE EA 1 950.00 3 $2,850.00 8 CONNECT TO EXISTING SANITARY SEWER SERVICE EA 62 63.30 30 $1,899.00 9 CONNECT TO EXISTING SANITARY SEWER STRUCTURE EA 1 1583.00 1 $1,583.00 10 REPAIR DOGHOUSE/INVERT EA 4 400.00 4 $1,600.00 11 4' DIAMETER SANITARY SEWER MH BARREL SECTION WITH STEP LF 15 475.00 16.5 $7,837.50 12 IMPROVED PIPE FOUNDATION LF 15 26.40 24 $633.60 13 TELEVISE SANITARY SEWER LF 15 5.00 $0.00 TOTAL BASE BID PART 2A: SANITARY SEWER (RECON) $48,167.74 BASE BID PART 2B: WATERMAIN (RECON) 14 TEMPORARY WATER SERVICE LS 1 6858.00 1 $6,858.00 15 REMOVE WATER MAIN LF 6755 1.05 6650 $6,982.50 16 REMOVE WATER SERVICE EA 124 42.20 127 $5,359.40 17 REMOVE HYDRANT, VALVE AND BOX EA 10 211.00 10 $2,110.00 18 REMOVE VALVE AND BOX EA 13 256.00 13 $3,328.00 19 CONNECT TO EXISTING WATER MAIN EA 12 844.00 16 $13,504.00 20 6' PVC WATER MAIN, C900-DR18, WITH TRACER WIRE LF 3495 31.70 3507 $111,171.90 21 8" PVC WATER MAIN, C900-DR18, WITH TRACER WIRE LF 3265 32.70 3294 $107,713.80 22 6" GATE VALVE AND BOX EA 13 1938.00 16 $31,008.00 23 8" GATE VALVE AND BOX EA 7 2255.00 8 $18,040.00 24 HYDRANT, INCLUDING 6" GATE VALVE AND BOX EA 10 6646.00 12 $79,752.00 25 EXTEND HYDRANT BARREL LF 4 844.00 8 $6,752.00 26 DUCTILE IRON FITTINGS LB 2000 2.11 1911 $4,032.21 27 INSULATION - 4" THICK SY 200 38.00 22 $836.00 28 IMPROVED PIPE FOUNDATION LF 700 0.01 259 $2.59 29 CONNECT TO EXISTING WATER SERVICE EA 124 127.00 127 $16,129.00 30 1" CORPORATION STOP EA 124 174.00 126 $21,924.00 31 1" CURB STOP AND BOX EA 124 264.00 124 $32,736.00 32 1" TYPE "K" COPPER PIPE LF 3900 27.50 3860.6 $106,166.50 TOTAL BASE BID PART 213: WATERMAIN (RECON) $574,405.90 BASE BID PART 2C: STORM SEWER (RECON) 33 REMOVE STORM SEWER MH OR CATCH BASIN EA 23 106.00 23 $2,438.00 34 REMOVE STORM SEWER PIPE LF 1280 1.05 1279 $1,342.95 35 BULKHEAD OPENING IN EXISTING STORM STRUCTURE EA 1 370.00 1 $370.00 36 12" RCP STORM SEWER, CL 5 LF 277 29.60 276 $8,169.60 37 15" RCP STORM SEWER, CL 5 LF 465 30.60 462 $14,137.20 38 18" RCP STORM SEWER, CL 5 LF 443 33.75 446 $15,052.50 39 21" RCP STORM SEWER, CL 4 LF 351 35.90 334 $11,990.60 40 24" RCP STORM SEWER, CL 3 LF 306 38.00 302 $11,476.00 41 30" RCP STORM SEWER, CL 3 LF 185 52.75 187 $9,864.25 42 36" RCP STORM SEWER, CL 3 LF 149 59.00 155 $9,145.00 43 51" SPAN RCP ARCH STORM SEWER, CL 2A LF 29 100.00 35 $3,500.00 44 2'x3' STORM SEWER CATCH BASIN EA 5 1582.00 5 $7,910.00 45 4' DIAMETER STORM SEWER MH OR CBMH EA 17 1847.00 17 $31,399.00 193803348REQ14Final xlsm Contract Unit Current Quantity Amount No. Item Unit Quantity Price Quantity to Date to Date 46 4' DIAMETER STORM SEWER MH OR CBMH WITH 5' SUMP, El EA 1 6752.00 1 $6,752.00 47 5' DIAMETER STORM SEWER MH OR CBMH EA 2 2954.00 2 $5,908.00 48 6' DIAMETER STORM SEWER MH OR CBMH EA 1 3904.00 1 $3,904.00 49 7DIAMETER STORM SEWER MH OR CBMH EA 2 5591.00 2 $11,182.00 50 7DIAMETER STORM SEWER MH OR CBMH WITH 5' SUMP, ENERGY DISSIPATOR AND SKIMMER EA 1 12450.00 1 $12,450.00 51 CONNECT TO EXISTING STORM SEWER PIPE EA 10 422.00 10 $4,220.00 52 CONNECT TO EXISTING STORM SEWER STRUCTURE EA 1 530.00 1 $530.00 53 CONNECT TO STRUCTURE (DRAINTILE) EA 37 75.00 58 $4,350.00 54 2'x3' FILTRATION CATCH BASIN WITH SKIMMER EA 3 4061.00 3 $12,183.00 55 FILTRATION TRENCH EXCAVATION (EV) CY 300 20.85 300 $6,255.00 56 FILTRATION TRENCH GEOTEXTILE FABRIC - TYPE V SY 855 1.50 855 $1,282.50 57 IRON -ENHANCED FILTER MEDIA (LV) CY 260 141.50 246.43 $34,869.85 58 6" PVC PERFORATED COLLECTION PIPE, WITH SOCK LF 385 17.50 362 $6,335.00 59 6" PVC NON -PERFORATED COLLECTION PIPE LF 45 16.00 25 $400.00 60 8" PVC SLOTTED DISTRIBUTION PIPE, WITH FIELD CUT SLOTS AND SOCK LF 385 19.25 353 $6,795.25 61 8" PVC NON -SLOTTED DISTRIBUTION PIPE LF 90 14.75 83 $1,224.25 TOTAL BASE BID PART 2C: STORM SEWER (RECON) $245,435.95 BASE BID PART 2D: STREETS (RECON) 62 TEMPORARY MAIL LS 1 500.00 1 $500.00 63 INLET PROTECTION EA 35 125.00 35 $4,375.00 64 SILT FENCE, TYPE MACHINE SLICED LF 420 3.20 $0.00 65 FLOATING SILT CURTAIN LF 200 31.70 210 $6,657.00 66 TEMPORARY ROCK CONSTRUCTION ENTRANCE TN 300 30.00 500.14 $15,004.20 67 WATER FOR DUST CONTROL TGAL 80 35.00 60 $2,100.00 68 SALVAGE SIGN EA 5 26.50 6 11 $291.50 69 SALVAGE AND REINSTALL STREET NAME BLADE SIGN ON N EA 8 185.00 9 $1,665.00 70 REMOVE TREE EA 150 395.50 144 $56,952.00 71 MILL AND STOCKPILE BITUMINOUS PAVEMENT WITH PETROMAT - 3" DEPTH SY 20720 1.55 24228 $37,553.40 72 LOAD, HAUL, PLACE, GRADE AND COMPACT PETROMAT MILLINGS - CY 2810 11.30 2237.25 $25,280.93 73 REMOVE BITUMINOUS PAVEMENT BELOW 3" MILL DEPTH SY 20720 2.50 21301 $53,252.50 74 SAWING BITUMINOUS PAVEMENT - STREET LF 500 2.50 328 $820.00 75 REMOVE CONCRETE CURB & GUTTER LF 13200 2.40 12716 $30,518.40 76 REMOVE CONCRETE WALK SF 650 1.00 584 $584.00 77 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 11500 0.50 12875.72 $6,437.86 78 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 18200 1.25 15183.31 $18,979.14 79 COMMON EXCAVATION (P) CY 17370 16.40 17370 $284,868.00 80 SUBGRADE EXCAVATION (CV) CY 1750 16.40 170 $2,788.00 81 GEOTEXTILE FABRIC - TYPE V SY 25400 1.25 24688 $30,860.00 82 SELECT GRANULAR BORROW (MODIFIED) TN 27700 7.85 19719.82 $154,800.59 83 AGGREGATE BASE, CLASS 5 TN 7700 12.35 10764.53 $132,941.95 84 4" PVC PERFORATED DRAIN TILE, WITH SOCK LF 13200 3.75 20617.93 $77,317.24 85 4" PVC NON -PERFORATED DRAIN TILE LF 80 4.00 210 $840.00 86 4" PVC SUMP PIPE STUB INCLUDING WYE AND CAP EA 131 150.00 220 $33,000.00 87 BITUMINOUS MATERIAL FOR TACK COAT GAL 1150 3.00 860 $2,580.00 88 TYPE SP 12.5 NON -WEARING COURSE MIXTURE (2,B) TN 2650 55.90 2578.4 $144,132.56 89 TYPE SP 9.5 WEARING COURSE MIXTURE (2,C) TN 1990 68.02 1965 $133,659.30 90 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) TN 100 120.00 155.95 $18,714.00 91 6" CONCRETE DRIVEWAY SF 25000 4.85 24527.33 $118,957.55 92 7" COMMERCIAL CONCRETE DRIVEWAY SF 300 6.55 326.42 $2,138.05 93 B618 CONCRETE CURB AND GUTTER LF 13200 12.13 13088 $158,757.44 94 4'' CONCRETE WALK SF 150 7.91 416 $3,290.56 95 6'' CONCRETE PEDESTRIAN RAMP SF 500 8.65 314 $2,716.10 96 TRUNCATED DOME SURFACE SF 48 42.62 52 $2,216.24 97 EROSION CONTROL COMPOST BLANKET - BLOWN W/SEED SY 17500 2.80 893 15655.44 $43,835.23 193803348R EQ14Finai.xlsm No. Item 98 TOPSOIL BORROW, MNDOT 3877.26 (LV) 99 SIGN PANELS 100 ZEBRA CROSSWALK, WHITE 101 24" SOLID WHITE STOP BAR 102 STREET SWEEPER (WITH PICKUP BROOM) TOTAL BASE BID PART 2D: STREETS (RECON) BASE BID PART 3: MILL & OVERLAY (M&O) BASE BID PART 3A: UTILITIES (M&O) 103 REMOVE AND REPLACE SANITARY SEWER FRAME AND RINGS WITH CONCRETE RINGS AND FRAME 104 4' DIAMETER SANITARY SEWER MH BARREL SECTION WITH STEP 105 REMOVE AND REPLACE SANITARY SEWER PIPE (SPECIAL) 106 REMOVE AND REPLACE STORM SEWER FRAME AND RINGS WITH CONCRETE RINGS AND FRAME 107 REMOVE AND REPLACE WATER GV BOX SECTION TOTAL BASE BID PART 3A: UTILITIES (M&O) BASE BID PART 3B: STREETS (M&O) 108 MILL BITUMINOUS PAVEMENT - 2" DEPTH 109 MILL AND STOCKPILE BITUMINOUS PAVEMENT WITH PETROMAT - 2" DEPTH 110 REMOVE AND REPLACE CONCRETE CURB & GUTTER 111 REMOVE BITUMINOUS DRIVEWAY PAVEMENT 112 REMOVE CONCRETE DRIVEWAY PAVEMENT 113 AGGREGATE BASE, CLASS 5 - (SPECIAL) 114 BITUMINOUS PATCHING (SPECIAL) - TYPE SP 12.5 NON - WEARING COURSE MIXTURE(B) 115 BITUMINOUS MATERIAL FOR TACK COAT 116 TYPE SP 9.5 WEARING COURSE MIXTURE (2,B) 117 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) 118 6" CONCRETE DRIVEWAY 119 APPLY CONCRETE CURING COMPOUND TO EXISTING CURB AND GUTTER 120 EROSION CONTROL COMPOST BLANKET - BLOWN W/SEED 121 TOPSOIL BORROW, MNDOT 3877.2B (LV) TOTAL BASE BID PART 3B: STREETS (M&O) BASE BID PART 4: FULL PAVEMENT REMOVAL STREETS (FPR) BASE BID PART 4A: UTILITIES (FPR) 122 REMOVE AND REPLACE SANITARY SEWER FRAME AND RINGS WITH CONCRETE RINGS AND FRAME 123 4' DIAMETER SANITARY SEWER MH BARREL SECTION WITH STEP 124 REMOVE AND REPLACE WATER GV BOX SECTION TOTAL BASE BID PART 4A: UTILITIES (FPR) BASE BID PART 4B: STREETS (FPR) 125 MILL AND STOCKPILE BITUMINOUS PAVEMENT WITH PETROMAT - 2" DEPTH (CUL DE SAC ONLY) 126 MILL AND STOCKPILE BITUMINOUS PAVEMENT WITH PETROMAT - 3" DEPTH 127 REMOVE AND REPLACE CONCRETE CURB & GUTTER 128 REMOVE BITUMINOUS DRIVEWAY PAVEMENT 129 REMOVE CONCRETE DRIVEWAY PAVEMENT 130 AGGREGATE BASE, CLASS 5 - (SPECIAL) Contract Unit Current Quantity Amount Unit Quantity Price Quantity to Date to Date CY 3500 30.00 3235.5 $97,065.00 SF 20 37.00 20 $740.00 SF 108 11.75 288 $3,384.00 LF 15 23.50 150.2 $3,529.70 HR 60 133.00 113 $15,029.00 $1,729,131.44 EA 15 1070.00 16 $17,120.00 LF 12 475.00 9.6 $4,560.00 LF 20 415.00 29 $12,035.00 EA 3 1070.00 2 $2,140.00 EA 5 338.00 $0.00 $35,855.00 SY 9820 0.95 9820 $9,329.00 SY 12320 1.00 12320 $12,320.00 LF 430 28.25 954 $26,950.50 SF 1500 0.50 386 $193.00 SF 1500 1.25 692.92 $866.15 TN 610 1.00 35.67 $35.67 TN 145 165.00 101.07 $16, 676.55 GAL 1220 3.00 2300 $6,900.00 TN 2800 58.10 3001.26 $174,373.21 TN 35 120.00 36 $4,320.00 SF 1500 4.85 891.6 $4,324.26 LF 14500 0.59 $0.00 SY 240 2.80 587.6 $1,645.28 CY 45 30.00 45 $1,350.00 $259,283.62 EA 2 1070.00 2 $2,140.00 LF 3 475.00 3 $1,425.00 EA 1 338.00 1 $338.00 $3,903.00 SY 680 1.55 680 $1,054.00 SY 1185 1.55 1185 $1,836.75 LF 30 31.50 30 $945.00 SF 200 2.50 200 $500.00 SF 200 2.50 200 $500.00 TN 55 1.00 55 $55.00 193803348RE014Final xlsm 1 No. Item 131 BITUMINOUS PATCHING (SPECIAL) - TYPE SP 12.5 NON - WEARING COURSE MIXTURE(B) 132 BITUMINOUS MATERIAL FOR TACK COAT 133 TYPE SP 9.5 WEARING COURSE MIXTURE (2,B) 134 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) 135 6" CONCRETE DRIVEWAY 136 APPLY CONCRETE CURING COMPOUND TO EXISTING CURB AND GUTTER 137 EROSION CONTROL COMPOST BLANKET - BLOWN W/SEED 138 TOPSOIL BORROW, MNDOT 3877.2B (LV) 139 STREET SWEEPER (WITH PICKUP BROOM) TOTAL BASE BID PART 4B: STREETS (FPR) BASE BID SUMMARY: TOTAL PART 1: GENERAL TOTAL PART 2A: SANITARY SEWER (RECON) TOTAL PART 213: WATERMAIN (RECON) TOTAL PART 2C: STORM SEWER (RECON) TOTAL PART 2D: STREETS (RECON) TOTAL PART 3A: UTILITIES (M&O) TOTAL PART 313: STREETS (M&O) TOTAL PART 4A: UTILITIES (FPR) TOTAL PART 46: STREETS (FPR) TOTAL BASE BID ALTERNATE 1 - DECATUR AVENUE RECONSTRUCT ALTERNATE 1 PART 1: GENERAL 140 MOBILIZATION 141 TRAFFIC CONTROL TOTAL ALTERNATE 1 PART 1: GENERAL ALTERNATE 1 PART 2: SANITARY SEWER 142 REMOVE AND REPLACE SANITARY SEWER FRAME AND RINGS WITH HDPE RINGS AND FRAME 143 4" PVC SCHEDULE 40 SANITARY SEWER SERVICE PIPE 144 CONNECT TO EXISTING SANITARY SEWER SERVICE 145 4' DIAMETER SANITARY SEWER MH BARREL SECTION WITH STEP TOTAL ALTERNATE 1 PART 2: SANITARY SEWER ALTERNATE 1 PART 3: WATERMAIN 146 TEMPORARY WATER SERVICE 147 REMOVE WATER MAIN 148 REMOVE WATER SERVICE 149 REMOVE HYDRANT, VALVE AND BOX 150 REMOVE VALVE AND BOX 151 CONNECT TO EXISTING WATER MAIN 152 6" PVC WATER MAIN, C900-DR18, WITH TRACER WIRE 153 6" GATE VALVE AND BOX 154 HYDRANT, INCLUDING 6" GATE VALVE AND BOX 155 EXTEND HYDRANT BARREL 156 DUCTILE IRON FITTINGS 157 IMPROVED PIPE FOUNDATION 158 CONNECT TO EXISTING WATER SERVICE 159 1" CORPORATION STOP 160 1" CURB STOP AND BOX 161 1" TYPE "K" COPPER PIPE TOTAL ALTERNATE 1 PART 3: WATERMAIN Contract Unit Current Quantity Amount Unit Quantity Price Quantity to Date to Date TN 15 165.00 15 $2,475.00 GAL 105 3.00 105 $315.00 TN 310 58.10 310 $18,011.00 TN 5 120.00 5 $600.00 SF 200 7.25 200 $1, 450.00 LF 1000 0.59 1000 $590.00 SY 50 2.80 50 $140.00 CY 10 30.00 10 $300.00 HR 10 133.00 10 $1,330.00 $30,101.75 $148,700.00 $48,167.74 $574,405.90 $245,435.95 $1, 729,131.44 $35,855.00 $259,283.62 $3,903.00 $30,101.75 $3,074,984.40 LS 1 16380.00 I $16,380.00 LS 1 750.00 I $750.00 $17,130.00 EA 3 1070.00 3 $3,210.00 LF 90 5.30 $0.00 EA 9 63.30 $0.00 LF 4 791.25 3 $2,373.75 $5,583.75 LS 1 1583.00 1 $1,583.00 LF 760 1.05 765 $803.25 EA 17 42.20 17 $717.40 EA 2 211.00 2 $422.00 EA 2 230.00 2 $460.00 EA 2 844.00 2 $1, 688.00 LF 760 31.70 765 $24,250.50 EA 2 1940.00 2 $3,880.00 EA 2 6646.00 2 $13,292.00 LF 1 844.00 2 $1,688.00 LB 280 2.10 66 $138.60 LF 76 0.01 $0.00 EA 17 127.00 17 $2,159.00 EA 17 174.00 17 $2,958.00 EA 17 264.00 17 $4,488.00 LF 520 27.50 348 $9,570.00 $68,097.75 193803348R EQ14Final xlsm Contract Unit Current Quantity Amount No. Item Unit Quantity Price Quantity to Date to Date ALTERNATE 1 PART 4: STORM SEWER 162 REMOVE STORM SEWER MH OR CATCH BASIN EA 1 106.00 1 $106.00 163 15" RCP STORM SEWER, CL 5 LF 101 30.60 101 $3,090.60 164 18" RCP STORM SEWER, CL 5 LF 16 33.75 16 $540.00 165 2'x3' STORM SEWER CATCH BASIN EA 1 1583.00 1 $1,583.00 166 4' DIAMETER STORM SEWER MH OR CBMH EA 2 1847.00 2 $3,694.00 167 4' DIAMETER STORM SEWER MH OR CBMH WITH 5' SUMP, El EA 1 6752.00 1 $6,752.00 168 CONNECT TO EXISTING STORM SEWER PIPE EA 1 422.00 1 $422.00 169 CONNECT TO STRUCTURE (DRAINTILE) EA 9 75.00 5 $375.00 170 2'x3' FILTRATION CATCH BASIN WITH SKIMMER EA 1 4062.00 1 $4,062.00 171 FILTRATION TRENCH EXCAVATION (EV) CY 51 28.85 51 $1,471.35 172 FILTRATION TRENCH GEOTEXTILE FABRIC - TYPE V SY 145 1.50 145 $217.50 173 IRON -ENHANCED FILTER MEDIA (LV) CY 44 141.50 43.62 $6,172.23 174 6" PVC PERFORATED COLLECTION PIPE, WITH SOCK LF 65 17.50 62 $1,085.00 175 6" PVC NON -PERFORATED COLLECTION PIPE LF 20 16.00 11 $176.00 176 8" PVC SLOTTED DISTRIBUTION PIPE, WITH FIELD CUT SLOTS LF 65 19.25 62 $1,193.50 177 8" PVC NON -SLOTTED DISTRIBUTION PIPE LF 30 14.75 27 $398.25 TOTAL ALTERNATE 1 PART 4: STORM SEWER $31,338.43 ALTERNATE 1 PART 5: STREETS 178 TEMPORARY MAIL LS 1 500.00 1 $500.00 179 INLET PROTECTION EA 6 125.00 6 $750.00 180 SILT FENCE, TYPE MACHINE SLICED LF 50 2.80 $0.00 181 FLOATING SILT CURTAIN LF 100 31.70 40 $1,268.00 182 TEMPORARY ROCK CONSTRUCTION ENTRANCE TN 100 30.00 99.69 $2,990.70 183 WATER FOR DUST CONTROL TGAL 20 35.00 20 $700.00 184 SALVAGE SIGN EA 1 26.50 1 $26.50 185 SALVAGE AND REINSTALL STREET NAME BLADE SIGN ON NEW POST EA 2 185.00 2 $370.00 186 REMOVE TREE EA 18 373.00 18 $6,714.00 187 MILL AND STOCKPILE BITUMINOUS PAVEMENT WITH PETROMAT - 3" DEPTH SY 2400 1.55 2398 $3,716.90 188 LOAD, HAUL, PLACE, GRADE AND COMPACT PETROMAT MILLINGS CY 180 11.30 180 $2,034.00 189 REMOVE BITUMINOUS PAVEMENT BELOW 3" MILL DEPTH SY 2400 2.50 2398 $5,995.00 190 SAWING BITUMINOUS PAVEMENT - STREET LF 140 2.50 133 $332.50 191 REMOVE CONCRETE CURB & GUTTER LF 1600 2.40 1593 $3,823.20 192 REMOVE CONCRETE WALK SF 170 1.00 167 $167.00 193 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 2500 0.50 1830 $915.00 194 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 1300 1.25 945 $1,181.25 195 COMMON EXCAVATION (P) CY 2230 16.40 2230 $36,572.00 196 SUBGRADE EXCAVATION (CV) CY 220 16.40 4 $65.60 197 GEOTEXTILE FABRIC - TYPE V SY 2910 1.25 2750 $3,437.50 198 SELECT GRANULAR BORROW (MODIFIED) TN 3200 7.85 2542.53 $19,958.86 199 AGGREGATE BASE, CLASS 5 TN 900 12.35 848.93 $10,484.29 200 4" PVC PERFORATED DRAIN TILE, WITH SOCK LF 1600 3.75 1914 $7,177.50 201 4" PVC SUMP PIPE STUB INCLUDING WYE AND CAP EA 18 150.00 21 $3,150.00 202 BITUMINOUS MATERIAL FOR TACK COAT GAL 135 3.00 95 $285.00 203 TYPE SP 12.5 NON -WEARING COURSE MIXTURE (2,B) TN 305 55.90 265.77 $14,856.54 204 TYPE SP 9.5 WEARING COURSE MIXTURE (2,C) TN 225 68.02 201 $13,672.02 205 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) TN 30 120.00 17.86 $2,143.20 206 6" CONCRETE DRIVEWAY SF 2500 4.85 2170.39 $10,526.39 207 B618 CONCRETE CURB AND GUTTER LF 1600 12.32 1584 $19,514.88 208 4" CONCRETE WALK SF 30 5.80 67 $388.60 209 6" CONCRETE PEDESTRIAN RAMP SF 140 8.75 76 $665.00 210 TRUNCATED DOME SURFACE SF 16 42.60 16 $681.60 211 EROSION CONTROL COMPOST BLANKET - BLOWN W/SEED SY 2150 2.80 1882 $5,269.60 212 TOPSOIL BORROW, MNDOT 3877.26 (LV) CY 430 30.00 400 $12,000.00 213 SIGN PANELS SF 6.25 37.00 6.25 $231.25 193803348R EQ14 Finalxlsm No. Item 214 STREET SWEEPER (WITH PICKUP BROOM) TOTAL ALTERNATE 1 PART 5: STREETS ALTERNATE 1 - DECATUR AVENUE RECONSTRUCT TOTAL ALTERNATE 1 PART 1: GENERAL TOTAL ALTERNATE 1 PART 2: SANITARY SEWER TOTAL ALTERNATE 1 PART 3: WATER MAIN TOTAL ALTERNATE 1 PART 4: STORM SEWER TOTAL ALTERNATE 1 PART 5: STREETS TOTAL ALTERNATE 1 - DECATUR AVENUE RECONSTRUCT Contract Unit Current Quantity Unit Quantity Price Quantity to Date H R 20 133.00 ALTERNATE 2 - ENSIGN AVENUE RECONSTRUCT ALTERNATE 2 PART 1: GENERAL 215 MOBILIZATION LS 1 19430.00 216 TRAFFIC CONTROL LS 1 700.00 TOTAL ALTERNATE 2 PART 1: GENERAL ALTERNATE 2 PART 2: SANITARY SEWER 217 REMOVE AND REPLACE SANITARY SEWER FRAME AND RINGS WITH HDPE RINGS AND FRAME EA 4 1070.00 218 4" PVC SCHEDULE 40 SANITARY SEWER SERVICE PIPE LF 100 5.30 219 CONNECT TO EXISTING SANITARY SEWER SERVICE EA 10 63.30 TOTAL ALTERNATE 2 PART 2: SANITARY SEWER Amount to Date 22.5 $2,992.50 $195,556.38 $17,130.00 $5,583.75 $68,097.75 $31,338.43 $195,556.38 $317, 706.31 1 $19,430.00 1 $700.00 $20,130.00 4 $4,280.00 9 $47.70 2 $126.60 $4,454.30 ALTERNATE 2 PART 3: WATERMAIN 220 TEMPORARY WATER SERVICE LS 1 2850.00 1 $2,850.00 221 REMOVE WATER MAIN LF 920 1.05 931 $977.55 222 REMOVE WATER SERVICE EA 21 42.20 21 $886.20 223 REMOVE HYDRANT, VALVE AND BOX EA 1 211.00 1 $211.00 224 REMOVE VALVE AND BOX EA 2 230.00 2 $460.00 225 CONNECT TO EXISTING WATER MAIN EA 2 844.00 2 $1,688.00 226 6" PVC WATER MAIN, C900-DR18, WITH TRACER WIRE LF 920 31.70 931 $29,512.70 227 6" GATE VALVE AND BOX EA 2 1940.00 2 $3,880.00 228 HYDRANT, INCLUDING 6" GATE VALVE AND BOX EA 1 6646.00 1 $6,646.00 229 EXTEND HYDRANT BARREL LF 1 844.00 1 $844.00 230 DUCTILE IRON FITTINGS LB 210 2.10 94 $197.40 231 IMPROVED PIPE FOUNDATION LF 100 0.01 20 $0.20 232 CONNECT TO EXISTING WATER SERVICE EA 21 127.00 21 $2,667.00 233 1" CORPORATION STOP EA 21 174.00 21 $3,654.00 234 1" CURB STOP AND BOX EA 21 264.00 21 $5,544.00 235 1" TYPE "K" COPPER PIPE LF 650 27.50 513 $14,107.50 TOTAL ALTERNATE 2 PART 3: WATERMAIN $74,125.55 ALTERNATE 2 PART 4: STORM SEWER 236 REMOVE STORM SEWER MH OR CATCH BASIN EA 2 106.00 2 $212.00 237 REMOVE STORM SEWER PIPE LF 56 1.05 56 $58.80 238 BULKHEAD OPENING IN EXISTING STORM STRUCTURE EA 1 370.00 1 $370.00 239 15" RCP STORM SEWER, CL 5 LF 121 30.60 115 $3,519.00 240 21" RCP STORM SEWER, CL 4 LF 22 36.00 22 $792.00 241 2'x3' STORM SEWER CATCH BASIN EA 1 1583.00 1 $1,583.00 242 4' DIAMETER STORM SEWER MH OR CBMH EA 2 1846.00 2 $3,692.00 243 CONNECT TO EXISTING STORM SEWER STRUCTURE EA 1 530.00 1 $530.00 244 CONNECT TO STRUCTURE (DRAINTILE) EA 8 75.00 5 $375.00 245 2'x3' FILTRATION CATCH BASIN WITH SKIMMER EA 1 4060.00 1 $4,060.00 246 FILTRATION TRENCH EXCAVATION (EV) CY 615 20.85 65 $1,355.25 247 FILTRATION TRENCH GEOTEXTILE FABRIC - TYPE V SY 180 1.50 180 $270.00 248 IRON -ENHANCED FILTER MEDIA (LV) CY 55 141.50 36.7 $5,193.05 249 6" PVC PERFORATED COLLECTION PIPE, WITH SOCK LF 80 17.50 68 $1,190.00 250 6" PVC NON -PERFORATED COLLECTION PIPE LF 10 16.00 4 $64.00 193803348REQ14Final xlsm Contract Unit Current Quantity Amount No. Item Unit Quantity Price Quantity to Date to Date 251 8" PVC SLOTTED DISTRIBUTION PIPE, WITH FIELD CUT SLOTS AND SOCK LF 80 19.25 62 $1,193.50 252 8" PVC NON -SLOTTED DISTRIBUTION PIPE LF 30 14.75 42 $619.50 TOTAL ALTERNATE 2 PART 4: STORM SEWER $25,077.10 ALTERNATE 2 PART 5: STREETS 253 TEMPORARY MAIL LS 1 500.00 1 $500.00 254 INLET PROTECTION EA 6 125.00 6 $750.00 255 SILT FENCE, TYPE MACHINE SLICED LF 50 5.30 $0.00 256 TEMPORARY ROCK CONSTRUCTION ENTRANCE TN 100 30.00 46.29 $1,388.70 257 WATER FOR DUST CONTROL TGAL 20 35.00 20 $700.00 258 SALVAGE SIGN EA 1 26.50 3 3 $79.50 259 SALVAGE AND REINSTALL STREET NAME BLADE SIGN ON N EA 1 185.00 2 2 $370.00 260 REMOVE TREE EA 24 373.00 22 $8,206.00 261 REMOVE BITUMINOUS PAVEMENT SY 2930 4.05 2927 $11,854.35 262 SAWING BITUMINOUS PAVEMENT - STREET LF 155 2.50 144 $360.00 263 REMOVE CONCRETE CURB & GUTTER LF 1980 2.40 1956 $4,694.40 264 REMOVE CONCRETE WALK SF 340 1.00 135 $135.00 265 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 1800 0.50 387 2078 $1,039.00 266 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 2870 1.25 2553 $3,191.25 267 COMMON EXCAVATION (P) CY 2940 16.40 2940 $48,216.00 268 SUBGRADE EXCAVATION (CV) CY 300 16.40 58 $951.20 269 GEOTEXTILE FABRIC - TYPE V SY 3600 1.25 3428 $4,285.00 270 SELECT GRANULAR BORROW (MODIFIED) TN 3900 7.85 1990 $15,621.50 271 AGGREGATE BASE, CLASS 5 TN 1100 12.35 1.73 973.37 $12,021.12 272 4" PVC PERFORATED DRAIN TILE, WITH SOCK LF 1980 3.75 2728 $10,230.00 273 4" PVC SUMP PIPE STUB INCLUDING WYE AND CAP EA 22 150.00 25 $3,750.00 274 BITUMINOUS MATERIAL FOR TACK COAT GAL 160 3.00 118 $354.00 275 TYPE SP 12.5 NON -WEARING COURSE MIXTURE (2,B) TN 370 55.90 298.09 $16,663.23 276 TYPE SP 9.5 WEARING COURSE MIXTURE (2,C) TN 275 68.02 250 $17,005.00 277 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) TN 20 120.00 8 42.64 $5,116.80 278 6' CONCRETE DRIVEWAY SF 4000 4.85 4160.59 $20,178.86 279 B618 CONCRETE CURB AND GUTTER LF 1980 12.19 1943 $23,685.17 280 6" CONCRETE PEDESTRIAN RAMP SF 340 8.75 48 $420.00 281 TRUNCATED DOME SURFACE SF 24 42.60 16 $681.60 282 EROSION CONTROL COMPOST BLANKET - BLOWN W/SEED SY 2600 2.80 2978 $8,338.40 283 TOPSOIL BORROW, MNDOT 3877.213 (LV) CY 520 30.00 128 $3,840.00 284 SIGN PANELS SF 18.75 37.00 18.75 $693.75 285 STREET SWEEPER (WITH PICKUP BROOM) HR 20 133.00 22 $2,926.00 ALTERNATE 2 PART 5: STREETS $228,245.83 ALTERNATE 2 - ENSIGN AVENUE RECONSTRUCT ALTERNATE 2 PART 1: GENERAL ALTERNATE 2 PART 2: SANITARY SEWER ALTERNATE 2 PART 3: WATERMAIN ALTERNATE 2 PART 4: STORM SEWER ALTERNATE 2 PART 5: STREETS TOTAL ALTERNATE 2 - ENSIGN AVENUE RECONSTRUCT $20,130.00 $4,454.30 $74,125.55 $25,077.10 $228,245.83 $352,032.78 19380334SR EQ14FinaLxlsm No. Item ALTERNATE 3 - NORTHWOOD CIRCLE ALTERNATE 3 PART 1: DEDUCT FROM BASE BID 286 DEDUCT: TOTAL PART 4A AND TOTAL PART 4B OF BASE BID (BID ITEMS #122-139) TOTAL ALTERNATE 3 PART 1: DEDUCT FROM BASE BID ALTERNATE 3 PART 2: GENERAL 287 MOBILIZATION 288 TRAFFIC CONTROL ALTERNATE 3 PART 2: GENERAL ALTERNATE 3 PART 3: SANITARY SEWER 289 REMOVE AND REPLACE SANITARY SEWER FRAME AND RINGS WITH HDPE RINGS AND FRAME 290 4" PVC SCHEDULE 40 SANITARY SEWER SERVICE PIPE 291 CONNECT TO EXISTING SANITARY SEWER SERVICE 292 4' DIAMETER SANITARY SEWER MH BARREL SECTION WITH STEP TOTAL ALTERNATE 3 PART 3: SANITARY SEWER ALTERNATE 3 PART 4: WATERMAIN 293 TEMPORARY WATER SERVICE 294 REMOVE WATER MAIN 295 REMOVE WATER SERVICE 296 REMOVE HYDRANT, VALVE AND BOX 297 REMOVE VALVE AND BOX 298 CONNECT TO EXISTING WATER MAIN 299 6" PVC WATER MAIN, C900-DR18, WITH TRACER WIRE 300 6" GATE VALVE AND BOX 301 HYDRANT, INCLUDING 6" GATE VALVE AND BOX 302 EXTEND HYDRANT BARREL 303 DUCTILE IRON FITTINGS 304 IMPROVED PIPE FOUNDATION 305 CONNECT TO EXISTING WATER SERVICE 306 1" CORPORATION STOP 307 V CURB STOP AND BOX 308 1" TYPE "K" COPPER PIPE TOTAL ALTERNATE 3 PART 4: WATERMAIN ALTERNATE 3 PART 5: STORM SEWER 309 REMOVE STORM SEWER MH OR CATCH BASIN 310 REMOVE STORM SEWER PIPE 311 15" RCP STORM SEWER, CL 5 312 18" RCP STORM SEWER, CL 5 313 2'x3' STORM SEWER CATCH BASIN 314 4' DIAMETER STORM SEWER MH OR CBMH 315 CONNECT TO EXISTING STORM SEWER STRUCTURE 316 CONNECT TO STRUCTURE (DRAINTILE) 317 2'x3' FILTRATION CATCH BASIN WITH SKIMMER 318 FILTRATION TRENCH EXCAVATION (EV) 319 FILTRATION TRENCH GEOTEXTILE FABRIC - TYPE V 320 IRON -ENHANCED FILTER MEDIA (LV) 321 6" PVC PERFORATED COLLECTION PIPE, WITH SOCK 322 6" PVC NON -PERFORATED COLLECTION PIPE 323 8" PVC SLOTTED DISTRIBUTION PIPE, WITH FIELD CUT SLOTS AND SOCK 324 8" PVC NON -SLOTTED DISTRIBUTION PIPE TOTAL ALTERNATE 3 PART 5: STORM SEWER Contract Unit Current Quantity Amount Unit Quantity Price Quantity to Date to Date LS 1 34004.75 -1 ($34,004.75) ($34,004.75) LS i 9450.00 I $9,450.00 LS i 600.00 I $600.00 $10,050.00 EA 2 1070.00 2 $2,140.00 LF 50 5.30 6 $31.80 EA 5 63.30 1 $63.30 LF 3 475.00 1 $475.00 $2,710.10 LS 1 2850.00 1 $2,850.00 LF 440 1.05 478 $501.90 EA 10 42.20 10 $422.00 EA 1 211.00 1 $211.00 EA 1 230.00 1 $230.00 EA 1 844.00 1 $844.00 LF 440 31.70 438 $13,884.60 EA 1 1938.00 1 $1,938.00 EA 1 6646.00 1 $6,646.00 LF 1 844.00 $0.00 LB 160 2.10 39 $81.90 LF 45 0.01 12 $0.12 EA 10 127.00 10 $1,270.00 EA 10 174.00 10 $1,740.00 EA 10 264.00 10 $2,640.00 LF 420 27.50 359 $9,872.50 $43,132.02 EA 1 106.00 1 $106.00 LF 48 1.05 48 $50.40 LF 139 30.60 139 $4,253.40 LF 22 33.75 22 $742.50 EA 1 1583.00 1 $1,583.00 EA 2 1847.00 2 $3,694.00 EA 1 530.00 1 $530.00 EA 8 75.00 5 $375.00 EA 1 4061.50 1 $4,061.50 CY 45 28.85 45 $1,298.25 SY 125 1.50 125 $187.50 CY 40 141.50 31.5 $4,457.25 LF 55 17.50 45 $787.50 LF 10 16.00 11 $176.00 LF 55 19.25 44 $847.00 LF 10 14.75 28 $413.00 $23,562.30 ALTERNATE 3 PART 6: STREETS 193803348 R EQ 14 F i n a I, x is m No. Item 325 TEMPORARY MAIL 326 INLET PROTECTION 327 SILT FENCE, TYPE MACHINE SLICED 328 TEMPORARY ROCK CONSTRUCTION ENTRANCE 329 WATER FOR DUST CONTROL 330 SALVAGE SIGN 331 SALVAGE AND REINSTALL STREET NAME BLADE SIGN ON NEW POST 332 REMOVE TREE 333 MILL AND STOCKPILE BITUMINOUS PAVEMENT WITH PETROMAT - 3" DEPTH 334 LOAD, HAUL, PLACE, GRADE AND COMPACT PETROMAT MILLINGS 335 REMOVE BITUMINOUS PAVEMENT BELOW 3" MILL DEPTH 336 SAWING BITUMINOUS PAVEMENT - STREET 337 REMOVE CONCRETE CURB & GUTTER 338 REMOVE BITUMINOUS DRIVEWAY PAVEMENT 339 REMOVE CONCRETE DRIVEWAY PAVEMENT 340 COMMON EXCAVATION (P) 341 SUBGRADE EXCAVATION (CV) 342 GEOTEXTILE FABRIC - TYPE V 343 SELECT GRANULAR BORROW (MODIFIED) 344 AGGREGATE BASE, CLASS 5 345 4" PVC PERFORATED DRAIN TILE, WITH SOCK 346 4" PVC SUMP PIPE STUB INCLUDING WYE AND CAP 347 BITUMINOUS MATERIAL FOR TACK COAT 348 TYPE SP 12.5 NON -WEARING COURSE MIXTURE (2,B) 349 TYPE SP 9.5 WEARING COURSE MIXTURE (2,C) 350 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) 351 6 CONCRETE DRIVEWAY 352 B618 CONCRETE CURB AND GUTTER 353 EROSION CONTROL COMPOST BLANKET - BLOWN W/SEED 354 TOPSOIL BORROW, MNDOT 3877.2B (LV) 355 SIGN PANELS 356 STREET SWEEPER (WITH PICKUP BROOM) TOTAL ALTERNATE 3 PART 6: STREETS ALTERNATE 3 - NORTHWOOD CIRCLE TOTAL ALTERNATE 3 PART 1: DEDUCT FROM BASE BID TOTAL ALTERNATE 3 PART 2: GENERAL TOTAL ALTERNATE 3 PART 3: SANITARY SEWER TOTAL ALTERNATE 3 PART 4: WATERMAIN TOTAL ALTERNATE 3 PART 5: STORM SEWER TOTAL ALTERNATE 3 PART 6: STREETS TOTAL ALTERNATE 3 - NORTHWOOD CIRCLE CHANGE ORDER NO. 1 1 MOBILIZATION 2 RECLAIM AND SHAPE BITUMINOUS PAVEMENT; STOCKPILE EXCESS MATERIAL 3 TYPE SP 9.5 WEARING COURSE MIXTURE (2,B) TOTAL CHANGE ORDER NO. 1 CHANGE ORDER NO. 3 1 MOBILIZATION 2 TRAFFIC CONTROL 3 STORM DRAIN INLET PROTECTION 4 ADJUST FRAME AND RING CASTING 5 ADJUST VALVE BOX Contract Unit Current Quantity Amount Unit Quantity Price Quantity to Date to Date LS 1 500.00 1 $500.00 EA 6 125.00 6 $750.00 LF 50 5.30 $0.00 TN 50 30.00 40 $1,200.00 TGAL 20 35.00 20 $700.00 EA 1 26.50 $0.00 EA 1 185.00 1 1 $185.00 EA 6 373.00 11 $4,103.00 SY 1870 1.55 1832 $2,839.60 CY 155 11.30 155 $1,751.50 SY 1870 2.50 1832 $4,580.00 LF 65 2.50 60 $150.00 LF 1000 2.40 1000 $2,400.00 SF 300 1.00 228 $228.00 SF 1900 1.25 2126.5 $2,658.13 CY 1670 16.40 1670 $27,388.00 CY 170 16.40 $0.00 SY 2100 1.25 2045 $2,556.25 TN 2300 7.85 1420.96 $11,154.54 TN 650 12.35 599.47 $7,403.45 LF 1000 3.75 979 $3,671.25 EA 12 150.00 15 $2,250.00 GAL 100 3.00 77 $231.00 TN 220 55.90 234.53 $13,1 10.23 TN 170 68.02 163 $11,087.26 TN 10 120.00 6.05 $726.00 SF 2000 4.85 2468.09 $11,970.24 LF 1000 12.72 1000 $12,720.00 SY 1300 2.80 1963 $5,496.40 CY 260 30.00 201 $6,030.00 SF 6.25 37.00 6.25 $231.25 HR 20 133.00 4 $532.00 LS 1 375.00 $138,603.10 ($34,004.75) $10,050.00 $2,710.10 $43,132.02 $23,562.30 $138, 603.10 $184,052.77 1 $375.00 SY 4965 4.75 4965 $23,583.75 TN 305 58.10 305 $17,720.50 $41,679.25 LS 1 1500.00 1 $1, 500.00 LS 1 100.00 1 $100.00 EA 4 100.00 1 $100.00 EA 3 0.01 $0.00 EA 1 300.00 $0.00 19380334 BR EQ 14Final.xls m Contract Unit No. Item Unit Quantity Price 6 FULL DEPTH RECLAMATION AND SHAPING SY 3000 3.00 7 REMOVE AND REPLACE CONCRETE CURB & GUTTER LF 70 40.00 8 AGGREGATE BASE SPECIAL (STREET PATCH) TON 50 15.00 9 BITUMINOUS DRIVEWAY PATCH SY 10 30.00 10 TYPE SP 9.5 WEARING COURSE MIXTURE (2,B) TON 575 57.05 TOTAL CHANGE ORDER NO.3 TOTAL BASE BID TOTAL ALTERNATE 1 - DECATUR AVENUE RECONSTRUCT TOTAL ALTERNATE 2 - ENSIGN AVENUE RECONSTRUCT TOTAL ALTERNATE 3 - NORTHWOOD CIRCLE TOTAL CHANGE ORDER NO. 1 TOTAL CHANGE ORDER NO. 3 TOTAL WORK COMPLETED TO DATE Current Quantity Amount Quantity to Date to Date 2986 $8,958.00 110 $4,400.00 65 $975.00 7 $210.00 528.25 $30,136.66 $46,379.66 $3,074,984.40 $317,706.31 $352,032.78 $184,052.77 $41,679.25 44,V 10,003. 11 193803348 R EQ 14 F i na I. A s m PROJECT PAYMENT STATUS OWNER CITY OF NEW HOPE CITY PROJECT NO.974 STANTEC PROJECT NO. 193803348 CONTRACTOR GMH ASPHALT CORP. CHANGE ORDERS No. Date Description Amount 1 1 1 /7/2016 This Change Order provides for additional work on $41,679.25 this project. See Change Order 2 4/6/2017 This Change Order provides adjustments to completion dates and has no dollar value. See Change Order 3 5/5/2017 This Change Order provides for additional work on $47,953.78 this project. See Change Order Total Change Orders $89,633.03 PAYMENT SUMMARY No. From To Payment Retainage Completed 1 04/01 /2016 05/01 /2016 260,717.81 13,721.99 274,439.80 2 05/02/2016 06/01 /2016 274,142.65 28,150.55 563,01 1.01 3 06/01 /2016 07/01 /2016 751,642.38 67,710.68 1,354,213.52 4 07/01 /2016 07/31 /2016 375,137.92 87,454.78 1,749,095.54 5 08/01 /2016 09/01 /2016 661,654.44 122,278.69 2,445,573.90 6 09/02/2016 10/05/2016 501,992.97 148,699.38 2,973,987.55 7 10/06/2016 1 1 /07/2016 640,781.81 182,424.74 3,648,494.72 8 1 1 /08/2016 12/07/2016 89,834.10 187,152.85 3,743,056.93 9 12/08/2016 02/ 10/2017 2,913.65 187,306.20 3,746,123.93 10 02/ 11 /2017 05/01 /2017 4,162.36 187,525.27 3,750,505.36 11 05/02/2017 06/30/2017 279,227.37 160,091.98 4,002,299.44 12 07101 /2017 07/27/2017 9,664.28 160,494.66 4,012,366.40 13 07/28/2017 09/ 14/2017 120,371.00 40,123.66 4,012,366.40 14/FINAL 1 09/ 15/2017 10/31 /2017 44,592.43 4,016,835.17 Material on Hand Total Payment to Date $4,016,835.17 Original Contract $4,009,515.57 Retainage Pay No. 14/FINAL Change Orders $89,633.03 Total Amount Earned $4,016,835.17 Revised Contract $4,099,148.60 193803348REQ14Final Asm Page 1 of 1 DEPARTMENT �•i OF REVENUE Contractor Affidavit Submitted Thank you, your Contractor Affidavit has been approved Confirmation Summary Confirmation Number. 2-115-639488 Submitted Date and Time: 27-Oct-2017 9:08:19 AM Legal Name: G M H ASPHALT CORP Federal Employer ID: 41-1662485 User Who Submitted: gmhasphalt Type of Request Submitted: Contractor Affidavtt Affidavit Summary Affidavit Number: 290496512 Minnesota ID: 2857091 Project Owner: CITY OF NEW HOPE Project Number. 974 Project Begin Date: 01-Apr-2016 Project End Date: 27-Oct-2017 Project Location: NEW HOPE Project Amount: $4,099,148.60 Subcontractor Summary Name ID Affidavit Number VILLAGE GREEN 4179918 823730176 GEYER SIGNAL OF ST CLOUD INC 3502133 1045864448 MIDWEST CONCRETE SPECIALTIES INC 4715615 1656070144 G F JEDLICKI INC 7579212 1038860288 ASSURED ASPHALT CORP 1720800 64069632 MID STATE RECLA,ATION INC 1719563 2079989760 RELIABLE TREE SRVC INC 2967276 629522432 WARNING LITES OF MINNESOTA INC 3086922 1780588544 Important Messages A copy of this page must be provided to the contractor or government agency that hired you. Contact Us If you need further assistance, contact our Withholding Tax Division at 651-282-9999, (toll -free) 8004657-3594, or (email) withholding.tax@state.mn.us. Business hours are 8:00 a.m. - 4:30 p.m. Monday - Friday. Please print this oa g for your records using the print or save functionality built into your browser. https://www.mndor.state.mn.us/tpleservicesl /Retrieve/0%-IfsVQxdpuOi4m_6nrrnl2LHw... 10/27/2017 DEPARTMENT OF REVENUE Contractor Affidavit Submitted Thank you, your Contractor Affidavit has been approved, Confirmation Summary Confirmation Number 1-815-318-720 Submitted Date and Time: 25-Oct-2017 6:14:10 AM Legal Name: VILLAGE GREEN LAWN MTNC & LNDSC INC Federal Employer ID: 41-1933240 User Who Submitted: Shawnlandecape Type of Request Submitted: Contractor Affidavit Affidavit Summary Affidavit Number: 823730176 Minnesota ID: 4179918 Project Owner: CITY OF NEW HOPE Project Number: 974 ProJact Begin Date: 01-May-2016 Project End Date: 01-Sep-2017 Project Location: NEW HOPE Project Amount: $180,633.83 Subcontractors: No Subcontractors Important Messages A copy of this page must be provided to the contractor or government agency that hired you. Contact Us If you need funhor aasisisnce, Contact our Withholding Tax Division 8l851.282-9999, (toll -free) 800-657-3594, or (email) w4hha1d1ng.tax@slate.mn.us. BuS1nDSs hours are 8*00 a.m. -4:30 p,m- Monday - Friday. Please print this pace for your records using the print or save functionality built into your browser. M -f- DEPARTMENT OF REVENUE Contractor Affidavit Submitted Thank you, your Contractor Affidavit has been approved. Confirmation Summary Confirmallon Number. Submitted Date and Time: Legal Name: Federal Employer ID: User Who Submitted: Type of Request Submitted Affidavit Summary Affidavit Number: Minnesota ID: Project Owner. Project Number. Project Begin Date: Project End Date: Project Location: Project Amount: Subcontractors: 0-231-086-272 26-Oc1-2017 4:22:10 PM GEYER SIGNAL OF ST CLOUD INC 41.1893856 geyslg Contractor Affidavit 1046864448 3502133 CITY OF NEW HOPE N/A 01-Jun-2016 15-Nov-2016 NEW HOPE $7,993.74 No Subcontractors Important Messages A copy of this page must be provided to the contractor or government agency that hired you. Contact Us If you need further assistance, ooniect our Withholding Tax Dlvislon at 651-282-9999. (toll -free) 800-657-3594, or (email) wAhhotding.tsx@state.mn.us. Business hours are 8:00 a.m. -4:30 P.M. Monday - Friday. Please 1 r,r-i It rs I ::�;r for your records using the print or save functionality built into your browser DEPARTMENT .: OF REVENUE Contractor Affidavit Submitted Thank you, your Contractor Affidavit has been approved. Confirmation Summary Confirmation Number: 0-767-527-104 Submitted Date and Time: 18-Oct-2017 2:31:58 PM Legal Name: MIDWEST CONCRETE SPECIALTIES INC Federal Employer ID: 41-1963899 User Who Submitted: bbalfe Type of Request Submitted: Contractor Affidavit Affidavit Summary Affidavit Number: Minnesota ID: Project Owner: Project Number: Project Begin Dale: Project End Date: Project Location: Project Amount: Subcontractors: 16560701" 4715615 CITY OF NEW HOPE 974 01-May-2016 01-Jul-2017 NEW HOPE $383,120.23 No Subcontractors Important Messages A copy of this page must be provided to the contractor or government agency that hired you. Contact Us If you need fur'her ess':stance, contact our Withholding Tax Division at 651 282-9999, (toll -free) 800.657-3594, or (email) withhulding.tax©state.mn.us. Business hours are 6:00 a.m. - 4:30 P.M. Monday - Friday. Please print this gage for your records using the print or save functionality built Into your browser. https://www.mndor.state.mn.us/tp/eservices/ /Retrieve/O/c-/­goYSxF... DEPARTMENT OF REVENUE Contractor Affidavit Completed Thank you, your Contractor Affidavit has been approved. Confirmation Summary Confirmation Number Submitted Date and Time: Legal Name: Federal Employer ID: User Who Submitted: Type of Request Submitted: Affidavit Summary Affidavit Number: Minnesota ID: Project Owner. Project Number: Project Begin Date: Project End Date: Project Location: Project Amount: Subcontractors: 2-053-439-680 19-Sep-2017 10:10:63 AM G F JEDLICKI INC 20-2149889 GFJedlicki Contractor Affidavit 1038860288 7579212 CITY OF NEW HOPE 974 2016 NORTHWOOD INFRASTRUCTURE IMPROVMENTS 01-May-2016 01-Jul-2017 NEW HOPE $975,777.87 No Subcontractors Important Messages A copy of this page must be provided to the contractor or government agency that hired you_ Contact Us If you need further assistance, contact our Withholding Tax Division at 651-282-9999. (toll -free) 890-657-3594, or (email) Wthhotding.tax®state.mn.us. Business hours are 8:00 a.m. - 4:30 p.m. Monday - Friday_ Please np •nt th1U4_ge for your records using the print or save functionality built Into your browser. 1 of 1 9119/2017, 10:11 AM 'T,A 'd_m 1" - -,.., F%el irzro-matcn Review a-iL SLbrnr Thank you, your Contractor Affidavit has been approved, Confirmation Summary Confirmation Number: Submitted Date and Time: Legal Name: Federal Employer ID: User Who Submitted: Type of Request Submitted: Affidavit Summary Affidavit Number: Minnesota ID: Project Owner. Project Number: Project Begin Date: Project End Date: Project Location: Project Amount: Subcontractors: Important Messages 0-090.M-624 19-Sep-2017 2:59.41 PM ASSURED ASPHALT CORP 41-1702174 midntght1111 Contractor Affidavit 64069632 1720800 CITY OF NEW HOPE 974 02-May-2016 01Jul-2017 NEW HOPE $25,551.00 No Subcontractors Complete A copy of this page must be provided to the contractor or government agency that hired you. Contact Us It yuL, noel further assistance, coned our Withholding Tax Dlvlslun at851-282.9999, (toll -free) e00-6673594, or (Small) wlthhotding.lax�sutlo.mn.us. Business hours are 6:00 a.m. -4:30 p.m. Monday - Friday. How to View and Print this Request You ran see [:*pies of your requests by gWng to your history, or by clicking the link below. To Print or email a copy of this confirmation page, click one of the butloas below. �f1tC iotlt• to vau;.L151W_Y Printer Friendly Email Me Close Contact Us About Us Taxpayer Rights Other language Privacy & Security Use of information Link Policy Minnesota.gov Fraud Alert Site Help Related 5'Ites Careers IN 9/13/2017 https://www.mndor.state.mn.ustip/eservices/_/Retrieve/O/c-17LxTGXHRdLOU6c)ROBEPV1w ?FILE=Prinl2 . MDEPARTMENT OF REVENUE Contractor Affidavit Submitted Thank you, your Contractor Affidavit has been approved. Confirmation Summary Confirmation Number -- Submitted Date and Time: Legal Name: Federal Employer ID: User Who Submitted: Type of Request Submitted: Affidavit Summary Affidavit Number: Minnesota ID: Project Owner: Project Number: Project Begin Date: Project End Date: Project Location: Project Amount: Subcontractors: 1-624-088-768 13-Sep-2017 6:52:37 AM MID STATE RECLAMATION INC 39-1727526 brendapetsch Contractor Affidavit 2079989760 1719563 CITY OF NEW HOPE 941 08-Apr-2016 06-Jun-2017 NEW HOPE $47.760.63 No Subcontractors Important Messages A copy of this page must be provided to the contractor or government agency that hired you. Contact Us If you need further assistance, contact our Withholding Tax Division at 651.282-9999, (toll -free) 800-657-3594, or (small) withholding.tax@state.mn,us. Business hours are 8:00 a.m. -4.30 p.m. Monday - Friday. Please print this pare for your records using the print or save functionality built Into your browser. https://www.mndor.state.mn.usftp/eservices/ /Retrieve/0/c-f7LxTGXHRdLOU60ROBEPV1w_?FILE= Print2 1/1 Pate I of 1 DEPARTMENT OF REVENUE Contractor Affidavit Submitted Thank you, your Contractor Affidavit has been approved. Confirmation Summary Confirmation Number: 0-680-370-368 Submitted Dale and Time: 12Sep-2017 3:49:25 PM Legal Name: RELIABLE TREE SRVC INC Federal Employer ID: 41-1671547 User Who Submitted: ReliableTree Type of Request Submitted: Contractor Affidavit Affidavit Summary Affidavit Number: 629622432 Minnesota ID: 2967276 Project Owner. CITY OF NEW HOPE Project Number: 974 Project Begin Date: 11-Apr-2016 Project End Date: 24-Jun-2016 Project Location: NORTHWOOD AREA SOUTH - NEW HOPE Project Amount: S71,450.00 Subcontractors: No Subcontractors Important Messages A copy of this page must be provided to the contractor or government agency that hired you, Contact Us If yur need fu iher assistance, contact our Withholding Tax Division at 651.282-9999, (loll -free) 800-657-3594, or (email) w:hha1din9Jax@FAate.mn.us. Business hours are 8:00 a.m. - 4:30 p-m. Monday - Friday. Please t}rint phis pauc: for your records using the print or save functionality built into your browser. 1lttps:IlNv%al,1'.niiido1•state.mn.us/tpleservices/ /Retrieve/Ole-13Ck7kilaHFp8lMi7vCN7mQ_... 9/12/2017 9/1212017 https://www.mndor.state,mn.us/ipleservicesl /Retrieve/0/c-/7lEvgr3XxOR56R9_PnuLfg_?FILE= Prinl2 0e; DEPARTMENT nU OF REVENUE Contractor Affidavit Submitted Thank you, your Contractor Affidavit has been approved. Confirmation Summary Confirmation Number: Submitted Date and Time: Legal Name: Federal Employer ID: User Who Submitted: Type of Request Submitted: Affidavit Summary Affidavit Number: Minnesota ID: Project Owner: Project Number: Project Begin Date: Project End Date: Project Location: Project Amount: Subcontractors: 0-139-305-152 12-Sep-2017 5:29:59 PM WARNING LITES OF MINNESOTA INC 36-4762529 wbengison Contractor Affidavit 1780588544 3086922 CITY OF NEW HOPE 974 01-May-2016 01-Jul-2017 NEW HOPE $6,472.40 No Subcontractors Important Messages A copy of this page must be provided to the contractor or government agency that hired you. Contact Us If you need further assistance, contact our Withholding Tax Division at 651-282-9999, (toll -free) 800-657-3594, or (email) withholding.tax@slate,mn.us. Business hours are 8:00 a.m. -4:30 P.M. Monday- Friday. Please print this � for your records using the print or save functionality built into your browser. https://www.mndor.state.mn.us/tp/eservices/_lRetrieve/0/c-/7lEvgr3XXORS6R9 PnuLfg—?FILE=Print2 — 1/1 Leone Valerie From: Long, Chris (St. Paul) <Chris.Long @stantec.com> Sent: Friday, March 09, 2018 12:05 PM To: Leone Valerie Cc: Weber Bernie; Schlegel, Kellie; Dienhart, Ann Subject: Tasks Unlimited - Final Assessments Attachments: Final Assess ments_B-1.pdf, Final Assess ments_B-2.pdf; Final Assessments_B-3.pdf; Signed Special Assessment Agreement.pdf Val, Please see the attached final assessment amounts for Tasks Unlimited Lodges totaling $5,360.36. The assessments were calculated based upon the actual final cost paid by the City for these improvements. The original not to exceed amount was $5,540.54 as shown in the attached agreement. Let me know if you have any questions or need additional information. Thanks Val Chris Lon Associate Stantec 2335 Highway 36 West, St Phone: (651) 604-4808 Cell: (651) 492-7747 Fax: (651) 363-131 1 Chris. Long@stantec.com Paul MN 551 13-3819 (5) Stantec The content of this email is the confidential property of Stantec and should not be copied, modified, retransmitted, or used for any purpose except with Stantec's written authorization. If you are not the intended recipient, please delete all copies and notify us immediately. ® Please consider the environment before printing this email. March 12, 2018 Ms. Dana Scarlett, Secretary/Treas. Tasks Unlimited Lodges 2419 Nicollet Ave. Minneapolis, MN 55404 Subject: Infrastructure Improvements near 3579 and 3581 Independence Avenue North This letter serves as notification of completion of Public Improvement No. 974. The assessment rate was $16.24 per front foot and each unit had 82.5 feet for a total of $1,340.09 per unit. The total cost for the improvement is $5,360.36. Per the Petition for Public Improvement and Assessment Agreement which was approved on May 22, 2017, you have the option of paying this within 90 days (by June 12, 2018) or having it levied against the property for two years at 4% interest. Please remit a check to the city of New Hope to my attention or telephone me at 763-531-5117 if you desire to have the cost levied to the property tax rolls this fall: I have enclosed a copy of the final assessment and a copy of the assessment agreement. Sincerely, 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 City Hall Fax: 763-531-5136 • Police Fax: 763-531-5174 • Public Works Fax: 763-592-6776 I TASKS UNLIMITED, INC. Date Invoice Number Comment — 3/12/2018 03122018 3579-3581-DS Check: 069449 3/23/2018 City of New Hope 70 THE ORDER DP TASKS UNUMITED, INC. 2419 MCOLLET AVE. MINNEAPOLIS, MN 55404-3450 (612)871-3320 *FIVE THOUSAND THREE HUNDRED SIXTY AND 36 / 100 69449 Amount Discount Amount Net Amount 5,360.36 0.00 5,360.36 Check Total WELLS FARGO BANK; N.A. www.wellsfargo.com 17-1/910 5,360.36 69449 069449 AMOUNT a a 3/23/2018 **********5,360.36' o° o e S 7 VOID AFTER 120 D YS Is DATE City Of New Hope AVALID VALi 4401 Xylon Avenue North Ifi� MINNEAPOLIS, MN 55428 VALID VAlll IP AUTHOR ❑ SIGNATURE e000006944911' j 09 i0000'i19j: 645357808?II'