Loading...
IP #1003PROJECT NO. 1003 Yukon Ave Water Main Replacement - $100,000 Res. 2017-62 4/24/17 Resolution approving plans and specifications and ordering advertisement for bids for 2017 Yukon Avenue North Water Main Improvement Project (Improvement Project No. 1003) Res. 2018-46 3/26/18 Resolution awarding contract to G.F. Jedlicki, Inc. for construction of 2018 Yukon Water Main and Golf Course Pond (Improvement Project No. 1003) Res. 2019-71 5/28/19 Resolution approving final payment to G.F. Jedlicki, Inc. in the amount of $7,001.25 for completion of 2018 Yukon Avenue North Water Main and Golf Course Pond Improvements (Improvement Project No. 1003) AFFIDAVIT OF PUBLICATION STATE OF MINNESOTA ) ss COUNTY OF HENNEPIN Darlene MacPherson being duly sworn on an oath, states or affirms that he/she is the Publisher's Designated Agent of the newspa- pers) 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. §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 02/01/2018 and the last insertion being on 02/01/2018. 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 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. By: 3 ' L oti 0,__,eA � G Designated Agent Subscribed and sworn to or affirmed before me on 02/01/2018 by Darlene MacPherson. ° RI, PAULINE L LEE Wtary Public -Minnesota My Commfssfon Erpfres Jan 31, 202 1 Rate Information: (1) Lowest classified rate paid by commercial users for comparable space: $46.90 per column inch Ad ID 778559 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, Friday, March 2, 2018, 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: 2018 Yukon Avenue North Water Main IMprovements._04 Project 03 In general, Work consists of the following approximate quantities: 280 LF 4" to 8" PVC C900 Water Main Pipe 150 LF 1" Copper Water Service Pipe, Directionally Drilled 100 SQ YD Bituminous Street Patching 100 SQ YD Concrete Driveway Patching Complete digital Bidding Documents are available at www.questr:riri. com lot $20 by inputting QuastCDN eBidDoc 95519866 on the weir site'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, Kellie Schlegel, at (651) 604-4734. 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 Published in the New Hope -Golden Valley Sun Post February 1, 2018 778559 Page 1 of 1 Affidavit of Publication ADVERTISEMENT FOR BIDS j led Bids will be received by the ( of New Hope, Minnesota, in the L1Ly Hall at 4401 Xylon Avenue North, until 10 A.M., CDT, Friday, March 2, 2018, 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: Yukon2016 e Main Improvements, Citv ec No. 1003 In general, Work consists of the following approximate quantities: 280 LF 4" to 8" PVC C900 Water Main Pipe 150 LF 1" Copper Water Service Pipe, Directionally Drilled 100 SQ - YD Bituminous Street Patching 100 SQ YD Concrete Driveway Patching Complete digital Bidding Documents are available at www.questccln.com for $20 by inputting QuestCDN eI3iciDoe #5519N6 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, Kellie Schlegel, at (651) 604-4734. Bid Security in the amount of 5 percent of the amount of the Bid must accompany each Bid in accordance with instructions to Bidders. Owner reserves the right to retain t. 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 (Published in Finance and Commerce February 1, 8, 2018) 11480950 STATE OF MINNESOTA ) (SS. COUNTY OF HENNEPIN ) Description: 2018 Yukon Avenue North Water Main Improvements Bill Gaier , 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 11480950 hereto printed as it was printed and published there in the English language; that it was first so published on February 01, 2018 for 2 time(s): the subsequent dates of publications eing as a ows: Thu, February 1, 2018 Thu, February 8, 2018 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: �( abcdefghijklmilopgrsluvwxyz abcdefgh i I klmnopq rstuvwxyz 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 Henneoin 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 describe the notice are located, a substantial portion of the newspaper's circulation is is Icr county, n Swots to before me this 8th day of February, ALYSSA ERIN ERIEORICI' NOTARY PUBLI'C.Iilpip*WyA My conmSslOn E ` January 31, 2022 RATE INFORMATION: 1. Lowest classified rate paid by $ 16.0000 cornmercial users for comparable space: 2. Maximum rate allowed by law for the above matter: 3. Rate actually charged for the above matter: 0.44139 0.4013 3 hp, Cal- I Request for Action 1 005 April 17 2017 Approved by: Kirk McDonald, City Manager Originating Department: Community Development By: Jeff Sargent, Director Agenda Section Work Session Item Number 11.3(C) Agenda Title Discuss Yukon Avenue North water main improvements as they relate to the Alatus development at 8400 Bass Lake Road Requested Action Staff would like to discuss needed water main improvements along Yukon Avenue between Bass Lake Road and 58th Avenue in conjunction with the proposed Alatus redevelopment project located at 8400 Bass Lake Road. Policy/Past Practice It is a practice of staff to discuss needed utility improvements with the Council prior to authorizing requests for bids for work to be completed. Background Currently, there is a 6-inch water main line that runs on the east/south side of Yukon Avenue between Bass Lake Road and 58th Avenue. When discussing the needs for the proposed 182-unit luxury apartment project with Alatus, it was determined that approximately 25 feet of the 260-foot water main line would need to be upsized to 8 inches in order to accommodate the new building's sprinkler suppression system, etc. Once reconstructed, the water main would sit below a new sidewalk, driveway openings and newly installed landscaping within the city right-of-way along the east/south side of Yukon Avenue. The City Engineer and Public Works Director expressed concerns that if a new 8-inch line was tied into an old 6-inch line, the resulting pressure would greatly diminish the life expectancy of the older portion of the line, and a break or failure would be more likely to occur earlier than expected. Since the line sits below a sidewalk, proposed driveway openings and landscaping, it was recommended that the entire length of the water main line (260 feet) be upsized to 8 inches at this time. The replacement of the water main includes upsizing the line from 6 inches to 8 inches, new valves and T- connections for the Alatus project, and three water services to the homes on the west side of Yukon Avenue. Total cost of water main work, including indirect, was derived by Stantec, and is approximately $94,000 (see attached memo). This estimate takes into consideration that the city would bid this as a city project. Alatus would be responsible for the costs associated with tying into the newly construction water main. It should be noted that in 2011, the city installed a new 16-inch water main along the north side of Bass Lake Road from Winnetka Avenue to Yukon Avenue in anticipation of a redevelopment project on the Alatus site. It is past practice of the city to upgrade existing utilities to accommodate redevelopment projects, and most recently upsized and replaced utilities along Xylon Avenue when the Hy-Vee project was approved. Funding The estimate provided by Stantec for the replacement of the water main line along Yukon Avenue from Bass Lake Road to 58th Avenue is approximately $94,000. Construction of the new water main would need to take I: \ RFA \ COMM DE V \ Development \ WS- Discuss Yukon Ave Water Main - Alatus 4-17-17.docx Request for Action, Page 2 place this year in order to accommodate the Alatus project. This would be a TIF-eligible expense, however, the terms would have to be renegotiated and the result would most likely extend the life of the district. For this reason, it is recommended that the water fund pay for this expense. Director Weber indicated that because of the low bid results from the Northwood North Area Infrastructure project, the water fund would have adequate funds to cover the cost of the Yukon Avenue water main improvements. Recommendation Staff recommends that the City Council agree to begin the bidding process for the reconstruction of the water main line along Yukon Avenue North from Bass Lake Road to 58th Avenue. Staff will prepare the bidding package and present it to the City Council for approval. Attachments ■ Stantec Memo with cost breakdown 4/12/17 ■ Map of project area Stantec Consulting Services Inc. 2335 Highway 36 West St. Paul MN 55113 Tel: (651) 636-4600 I. Fax: (651) 636-1311 April 12, 2017 File: 193803378 Attention: Kirk McDonald City Manager City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 Reference: Yukon Avenue North - Water Main Improvements City Project No.: 980 Dear Kirk, As discussed, the water main and three water services along the east side of Yukon Avenue North require replacement in concurrence with the Alatus Development. The existing cast iron pipe (CIP) water main is located within the boulevard of the Alatus Development (see attached map). In order to avoid disruption to significant landscaping and sidewalk during a future street reconstruction and water replacement, it would be advantageous to replace the water main now. The cost for this water main work would be the responsibility of the City. We would recommend carrying out this work as a separate project from the Alatus development, and soliciting quotes from several contractors. This work would need to be coordinated with the construction of the proposed lift station/forcemain, as well as the Alatus development. The estimated total project cost for this water main work, including indirect, is approximately $94,000. If you have any questions or require further information, please call me at (651) 604-4808. Sincerely, STANTEC Christopher W. Long, P.E. Attachments: Proposed Yukon Water Main Replacement Plan Design with community in mind April 12, 2017 Mr, Kirk McDonald Page 2 of 2 Reference: Yukon Avenue North - Water Main Improvements Cc: Bernie Weber, Jeff Sargent, Megan Albert, Shawn Markham - New Hope; Adam Martinson, Kellie Schlegel, Ann Dienhart - Stantec Design with community In mind PRELIMINARY COST ESTIMATE LIFT STATION #2 IMPROVEMENTS WATERMAIN REPLACEMENT ON YUKON April 12, 2017 LIFT STATION #2 IMPROVEMENTS - YUKON AVE WATERMAIN REPLACEMENT PROJECT TOTAL ITEM NO. ITEM DISCRIPTION UNIT QNTY UNIT PRICE 1 MOBILIZATION LS 1 $5,000.00 $5,000 2 'TRAFFIC CONTROL LS 1 $1,000.00 $1,000 3 REMOVE TREE EA 1 $400.00 $400 4 1 REMOVE AND REPLACE CONCRETE CURB & GUTTER LF 30 $30.00 $900 5 TEMPORARY WATER SERVICE LS 1 $5,000.00 $5,000 6 REMOVE WATER MAIN LF 255 $5.00 $1,275 7 REMOVE EXISTING WATER SERVICE EA 2 $500.00 $1,000 8 ABANDON EXISTING WATER SERVICE EA 3 $500.00 $1,500 9 REMOVE HYDRANT, VALVE AND BOX EA 1 $300.00 $300 10 REMOVE VALVE AND BOX EA 2 $200.00 $400 11 CONNECT TO EXISTING WATER MAIN EA 2 $1,200.00 $2,400 12 4" PVC WATER MAIN, C900 WITH TRACER WIRE LF 10 $28.00 $280 13 6' PVC WATER MAIN, C900 WITH TRACER WIRE LF 10 $30.00 $300 14 8" PVC WATER MAIN, C900 WITH TRACER WIRE LF 265 $36.00 $9,540 15 4" GATE VALVE AND BOX EA 1 $1,200.00 $1,200 16 8" GATE VALVE AND BOX EA 3 $2,000.00 $6,000 17 HYDRANT, INCLUDING 6" GATE VALVE AND BOX EA 1 $6,500.00 $6,500 18 DUCTILE IRON FITTINGS LB 11001 $7.00 $7,700 19 JIMPROVED PIPE FOUNDATION LF 65 $26.00 $1,690 20 CONNECT TO EXISTING WATER SERVICE EA 3 $200.00 $600 21 1" CORPORATION STOP EA 3 $200.00 $600 22 1" CURB STOP AND BOX EA 3 $275.00 $825 23 1" PE PIPE (Directionally Drilled) LF 150 $75.00 $11,250 24 PATCH BITUMINOUS STREET SF 100 $35.00 $3,500 25 IPATCH EXISTING CONCRETE DRIVEWAY I SF 800 $10.00 $8,000 26 IRESTORATION I LS 1 $1,000.00 $1,000 TOTAL ESTIMATED CONSTRUCTION COST $78,160 20% INDIRECT $15,632 TOTAL ESTIMATED PROJECT COST $93,792 f w rn to -- - ssa �m awl adoaa - q na 8 dtiT:es' } k� �9. d Y7! C Q 2N - I._.T l Am yam' C y �n . I � 6 � x c! y n K P1 I } r s V T V r0 O IS N s" n, i o s i A ¢ a } 9 NEW HOPE, MINNESOTA Stantec LIFT STATION #2IMPROVEMENTS CqY PROJECT NO, 960 —i ? WATER MAIN PLAN & PROFILE -C•!4-�ti ' - -r- Request for Action Agenda Section Consent April 24, 2017 Approved by: Kirk McDonald, City -Manager Item Number Originating Department: Community Development 6.10 By: Jeff Sargent, Director Agenda Title Resolution approving plans and specifications and ordering advertisement for bids for 2017 Yukon Avenue North Water Main Improvement Project (Improvement Project No. 1003) Requested Action Staff requests the City Council to approve plans and specifications and to authorize the advertisement of bids for the reconstruction of the Yukon Avenue water main between Bass Lake Road and 58th Avenue in conjunction with the redevelopment project located at 8400 Bass Lake Road. Policy/Past Practice It is a practice of the City Council to approve plans and specifications and to authorize the advertisement of bids in order to solicit quotes from potential contractors to perform the necessary city infrastructure improvements. Background Currently, there is a 6-inch water main line that runs on the east/south side of Yukon Avenue between Bass Lake Road and 58th Avenue. When discussing the needs for the proposed 182-unit luxury apartment project with Alatus, it was determined that approximately 25 feet of the 260-foot water main line would need to be upsized to 8 inches in order to accommodate the new building's sprinkler suppression system, etc. Once reconstructed, the water main would sit below a new sidewalk, driveway openings and newly installed landscaping within the city right-of-way along the east/south side of Yukon Avenue. The City Engineer and Public Works Director expressed concerns that if a new 8-inch line was tied into an old 6-inch line, the resulting pressure would greatly diminish the life expectancy of the older portion of the line, and a break or failure would be more likely to occur earlier than expected. Since the line sits below a sidewalk, proposed driveway openings and landscaping, it was recommended that the entire length of the water main line (260 feet) be upsized to 8 inches at this time. The replacement of the water main includes upsizing the line from 6 inches to 8 inches, new valves and T- connections for the Alatus project, and three water services to the homes on the west side of Yukon Avenue. Total cost of water main work, including indirect, was derived by Stantec, and is approximately $94,000 (see attached memo). This estimate takes into consideration that the city would bid this as a city project. Alatus would be responsible for the costs associated with tying into the newly construction water main. It should be noted that in 2011, the city installed a new 16-inch water main along the north side of Bass Lake Road from Winnetka Avenue to Yukon Avenue in anticipation of a redevelopment project on the Alatus site. It is past practice of the city to upgrade existing utilities to accommodate redevelopment projects, and most recently upsized and replaced utilities along Xylon Avenue when the Hy-Vee project was approved. It should also be noted that the improvement of the Yukon Avenue water main line will not occur until after Alatus has full ownership of the property located at 8400 Bass Lake Road. I: \ RFA \ COMM DE V \ Development \ Q & R- Approve Plans and Specs - Alatus Yukon Water Main 4-24-17.docx Request for Action, Page 2 Funding The estimate provided by Stantec for the replacement of the water main line along Yukon Avenue from Bass Lake Road to 58th Avenue is approximately $94,000. Construction of the new water main would need to take place this year in order to accommodate the Alatus project. This would be a TIF-eligible expense, however, the terms would have to be renegotiated and the result would most likely extend the life of the district. For this reason, it is recommended that the water fund pay for this expense. Director Weber indicated that bid results from the Northwood North Area Infrastructure project were approximately $157,353 under budget, and that these savings could be applied to the Yukon Avenue water main project to help cover costs. Recommendation Staff recommends that the City Council agree to begin the bidding process for the reconstruction of the water main line along Yukon Avenue North from Bass Lake Road to 58th Avenue. Staff will prepare the bidding package and present it to the City Council for approval. Attachments • Resolution • Stantec Memo 4/18/17 ■ Stantec Memo with cost breakdown 4/12/17 ■ Map of project area City of New Hope Resolution No. 17- 62 Resolution approving plans and specifications and ordering advertisement for bids for 2017 Yukon Avenue North Water Main Improvement Project (Improvement Project No. 1003) BE IT RESOLVED by the City Council of the City of New Hope as follows: 1. Plans and specifications of the proposed 2017 Yukon Avenue North Water Main Improvement Project No. 1003 of the City, heretofore prepared by Stantec Consulting Service, Inc., City Engineers, have this day been presented to the Council. 2. The plans and specifications for Project No. 1003 are hereby approved, and a copy thereof shall be placed on file in the office of the City Clerk. 3. 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, said advertisement for bids to be in substantially the form attached hereto and made a part hereof. (advertisement not applicable) . Adopted by the City Council this 24th day of April, 2017. G� Kathi en, May6r Attest: Valerie Leone, City Clerk P:\Attomey\SAS\l Client Files\2 City of New Hope\99-10030 (Public Works general)\Resolution approving plans and authorizing bidding - improvement project 1003.doex —1— 1(3� Stai i tec April 18, 2017 File: 193803378 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: Yukon Avenue North - Water Main Improvements Approve Plans & Spec's, Authorize Solicitation of Quotes City Project No.: 980 Dear Kirk, As discussed at the City Council Work Session on April 17th, the water main and three water services along the east side of Yukon Avenue North require replacement in concurrence with the Alatus Development. The existing cast iron pipe (CIP) water main is located within the boulevard of the Alatus Development (see attached map). In order to avoid disruption to significant landscaping and sidewalk during a future street reconstruction and water replacement, it would be advantageous to replace the water main now. The cost for this water main work would be the responsibility of the City. We would recommend carrying out this work as a separate project from the Alatus development, and soliciting quotes from several contractors. The approval of plans and specifications, and authorization to solicit for quotes could occur at the April 24th Council Meeting. The received quotes could then be considered for award at the May 22nd Council Meeting. This work would be coordinated with the construction of the proposed sanitary sewer lift station/forcemain, as well as the Alatus development. The estimated total project cost for this water main work, including indirect, is approximately $94,000. If you have any questions or require further information, please call me at (651)604-4808. Sincerely, STANTEC &a� ou. X'7' Christopher W. Long, P.E. Design with community in mind C� April 18, 2017 Mr. Kirk McDonald Page 2 of 2 Reference: Yukon Avenue North - Water Main Improvements Attachments: Proposed Yukon Water Main Replacement Plan Cc: Bernie Weber, Jeff Sargent, Megan Albert, Shawn Markham - New Hope; Adam Martinson, Kellie Schlegel, Ann Dienhart - Stantec Design with community in mind Stantec April 12, 2017 File: 193803378 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: Yukon Avenue North - Water Main Improvements City Project No.: 980 Dear Kirk, As discussed, the water main and three water services along the east side of Yukon Avenue North require replacement in concurrence with the Alatus Development. The existing cast iron pipe (CIP) water main is located within the boulevard of the Alatus Development (see attached map). In order to avoid disruption to significant landscaping and sidewalk during a future street reconstruction and water replacement, it would be advantageous to replace the water main now. The cost for this water main work would be the responsibility of the City. We would recommend carrying out this work as a separate project from the Alatus development, and soliciting quotes from several contractors. This work would need to be coordinated with the construction of the proposed lift station/forcemain, as well as the Alatus development. The estimated total project cost for this water main work, including indirect, is approximately $94,000. If you have any questions or require further information, please call me at (651)604-4808. Sincerely, STANTEC Christopher W. Long, P.E. Attachments: Proposed Yukon Water Main Replacement Plan Design with community in mind C� April 12, 2017 Mr. Kirk McDonald Page 2 of 2 Reference: Yukon Avenue North - Water Main Improvements Cc: Bernie Weber, Jeff Sargent, Megan Albert, Shawn Markham - New Hope; Adam Martinson, Kellie Schlegel, Ann Dienhart - Stantec Design with community in mind PRELIMINARY COST ESTIMATE LIFT STATION #2 IMPROVEMENTS WATERMAIN REPLACEMENT ON YUKON April 12, 2017 LIFT STATION #2 IMPROVEMENTS - YUKON AVE WATERMAIN REPLACEMENT PROJECT TOTAL ITEM NO. ITEM DISCRIPTION UNIT QNTY UNIT PRICE 1 MOBILIZATION LS 1 $5,000.00 $5,000 2 'TRAFFIC CONTROL LS 1 $1,000.00 $1,000 3 REMOVE TREE EA 1 $400.00 $400 4 1 REMOVE AND REPLACE CONCRETE CURB & GUTTER LF 30 $30.00 $900 5 TEMPORARY WATER SERVICE LS 1 $5,000.00 $5,000 6 REMOVE WATER MAIN LF 255 $5.00 $1,275 7 REMOVE EXISTING WATER SERVICE EA 2 $500.00 $1,000 8 ABANDON EXISTING WATER SERVICE EA 3 $500.00 $1,500 9 REMOVE HYDRANT, VALVE AND BOX EA 1 $300.00 $300 10 REMOVE VALVE AND BOX EA 2 $200.00 $400 11 CONNECT TO EXISTING WATER MAIN EA 2 $1,200.00 $2,400 12 4" PVC WATER MAIN, C900 WITH TRACER WIRE LF 10 $28.00 $280 13 6" PVC WATER MAIN, C900 WITH TRACER WIRE LF 10 $30.00 $300 14 B" PVC WATER MAIN, C900 WITH TRACER WIRE LF 265 $36.00 $9,540 15 4" GATE VALVE AND BOX EA 1 $1,200.00 $1.200 16 B" GATE VALVE AND BOX EA 3 $2,000.00 $6,000 17 HYDRANT, INCLUDING 6" GATE VALVE AND BOX EA 1 $6,500.00 $6,500 18 DUCTILE IRON FITTINGS LB 1100 $7.00 $7,700 19 IMPROVED PIPE FOUNDATION LF 65 $26.00 $1,690 20 CONNECT TO EXISTING WATER SERVICE EA 3 $200.00 $600 21 1" CORPORATION STOP EA 3 $200.00 $600 22 1" CURB STOP AND BOX EA 3 $275.00 $825 23 1" PE PIPE (Directionally Drilled) LF 150 $75.00 $1 1,250 24 PATCH BITUMINOUS STREET SF 100 $35.00 $3,500 25 PATCH EXISTING CONCRETE DRIVEWAY SF 1 800 $10.00 $8,000 26 RESTORATION LS 1 1 $1,000.00 $1,000 TOTAL ESTIMATED CONSTRUCTION COST $78,160 20% INDIRECT $15,632 TOTAL ESTIMATED PROJECT COST $93,792 O O O O O O O W tj My 'p YYO � r f3l�j 15 50� Qg# F�1L_ i e coos � - y i al T yg$Q C aeilo _ �d WEL21-1 Q= — MA a C z a2psg ii x z a NO I 3! .a pie H H In !1 8 �O — n� f A NEW HOPE, MINNESOTA """"� Stantec LIFT STATION #2IMPROVEMENTS CITY PROJECT NO. 900 Q' WATER MAIN PLAN & PROFILE ,.,• hp Project Manual For 2018 Yukon Avenue North Water Main & Golf Course Pond Improvements Prepared for: City of New Hope, Minnesota City Project No. 1003 (S Stantec February 2018 Stantec Project No. 193803941 DOCUMENT 00 91 13 ADDENDUM 1 2018 YUKON AVENUE NORTH WATER MAIN AND GOLF COURSE POND IMPROVEMENTS CITY PROJECT NO. 1003 PROJECT NO. 193803941 NEW HOPE, MINNESOTA February 21, 2018 Number of Pages: 2 (includes this sheet) To: All Planholders of Record From: Stantec 2335 Highway 36 West St. Paul, Minnesota 55113 (651) 636-4600 - General Office (651) 604-4734 - Kellie Schlegel, Project Manager The following changes, additions, and deletions are hereby made a part of the Bidding Documents. Bidder shall acknowledge receipt of this Addendum on the Bid Form. Failure to do so may result in rejection of the Bid. Please acknowledge receipt of this Addendum by signing and emailing this page back to Stantec at cathy.white@stantec.com as soon as you receive it. Company Name Date @ 2016 Stantec 1 193803941 ADDENDUM 1 009113-1 DOCUMENT 00 11 13 - ADVERTISEMENT FOR BIDS 1. In the first sentence, change the Bid Opening to 10 A.M., CST, Tuesday, March 6, 2018. 2. The Title of the Project has changed to 2018 Yukon Avenue North Water Main & Golf Course Pond Improvements. LIST OF ATTACHMENTS 1. None. END OF DOCUMENT ADDENDUM 1 © 2016 Stantec 1 193803941 0091 13 - 2 r i I 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 Kellie M. Schlegel, P.E. Date: February 16, 2018 License # 46200 END OF SECTION PROFESSIONAL CERTIFICATIONS © 2018 Stantec 1 193803941 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 0041 13 Bid Form Attachment A 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 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 j 31 2300 Excavation and Fill 31 23 13 Subgrade Preparation 312319 Dewatering TABLE OF CONTENTS © 2017 Stantec 1 193803941 0001 10- 1 Division 32 - Exterior Improvements 3211 23 Aggregate Base Courses 32 12 01 Flexible Paving for Municipal Projects 32 13 14 Concrete Walks, Medians and Driveways 3216 13 Curbs and Gutters 3231 13 Chain Link Fences and Gates 32 92 00 Turf and Grasses Division 33 - Utilities 33 05 05 Trenching and Backfilling 33 05 17 Adjust Miscellaneous Structures 33 05 23.13 Utility Horizontal Directional Drilling 331000 Water Utilities 33 12 12 Water Services 33 40 00 Storm Drainage Utilities END OF SECTION TABLE OF CONTENTS © 2017 Stantec 1 193803941 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, Friday, March 2, 2018, 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: 2018 Yukon Avenue North Water Main Improvements, City Project No. 1003 In general, Work consists of the following approximate quantities: 280 LF 4" to 8" PVC C900 Water Main Pipe 150 LF 1" Copper Water Service Pipe, Directionally Drilled 100 SQ YD Bituminous Street Patching 100 SQ YD Concrete Driveway Patching Complete digital Bidding Documents are available at www.auestcdn.com for $20 by inputting QuestCDN eBIdDoc #5519866 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, Kellie Schlegel, at (651) 604-4734. 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 ADVERTISEMENT FOR BIDS © 2018 Stantec 1 193803941 0011 13 - 1 This Page Left Blank Intentionally 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 2.01 Complete electronic sets of the Bidding Documents may be obtained from the Issuing Office. 2.02 Complete sets of Bidding Documents shall be used in preparing Bids; neither Owner nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.03 Owner and Engineer, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license for any other use. 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 terms, 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 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. ARTICLE 3 - QUALIFICATIONS OF BIDDERS 3.01 To demonstrate Bidder's qualifications to perform the Work, within 5 days of Owner's request, Bidder shall submit written evidence such as financial data, previous experience, present commitments, and such other data as may be called for below: A. Evidence of Bidder's 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. 3.02 Bidder is advised to carefully review those portions of the Bid Form requiring Bidder's representations and certifications. INSTRUCTIONS TO BIDDERS © 2018 Stantec 1 193803941 0021 13 - 1 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. Copics 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. 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 INSTRUCTIONS TO BIDDERS © 2018 Stantec 1 193803941 0021 13 - 2 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; 1 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 to 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 © 2018 Stantec 1 193803941 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. ARTICLES - 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 7.01 All questions about the meaning or intent of the Bidding Documents are to be submitted to Engineer in writing. Interpretations or clarifications considered necessary by Engineer in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by Engineer as having received the Bidding Documents. Questions received less than 10 days prior to the date for Opening of Bids may not be answered. Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 7.02 Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by Owner or Engineer. 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 © 2018 Stantec 1 193803941 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 1 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. r 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. ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS 12.01 If the Supplementary Conditions require the identity of certain subcontractors, suppliers, individuals, or entities to be submitted to Owner in advance of a specified date prior to the Effective Date of the Agreement, the apparent successful Bidder, and any other Bidder so requested, shall within 5 days after Bid Opening, submit to Owner a list of all such subcontractors, suppliers, individuals, or entities proposed for those portions of the Work for which such identification is required. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such subcontractor, supplier, individual, or entity if requested by Owner. If Owner or Engineer, after due investigation, has reasonable objection to any proposed subcontractor, supplier, individual, or entity, Owner may, before the Notice of Award is given, request apparent successful Bidder to submit a substitute, in which case apparent successful Bidder shall submit an acceptable substitute, Bidder's Bid price will be increased (or decreased) by the difference in cost occasioned by such substitution, and Owner may consider such price adjustment in evaluating Bids and making the Contract award. 12.02 If apparent successful Bidder declines to make any such substitution, Owner may award the Contract to the next lowest Bidder that proposes to use acceptable subcontractors, suppliers, individuals, or entities. Declining to make requested substitutions will not constitute grounds for forfeiture of the Bid Security of any Bidder. Any subcontractor, supplier, individual, or entity so listed and against which Owner or Engineer makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to Owner and Engineer subject to revocation of such acceptance after the Effective Date of the Agreement as provided in Paragraph 6.06 of the General Conditions. INSTRUCTIONS TO BIDDERS © 2018 Stantec 1 193803941 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 A. Bidders shall submit a Bid on a Bid Unit Price basis for each Bid Item of Work listed in the Bid Form. INSTRUCTIONS TO BIDDERS © 2018 Stantec 1 193803941 0021 13 - 6 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 "Total Base Bid" and this amount will be the basis for determining the lowest Bidder. 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 Invitation for Bids email and shall be submitted either electronically via email, or 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 Engineer's office. r 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. I ARTICLE 17 - OPENING OF BIDS 17.01 Bids will be opened privately at the time indicated in the Invitation for Bids. 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. 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 I I 19.01 If the Contract is awarded, award will be made on the basis of the lowest responsive, responsible, qualified Bidder determined by the Total Base Bid. INSTRUCTIONS TO BIDDERS © 2018 Stantec 1 193803941 0021 13 - 7 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 with the prescribed requirements, and such Alternates, Bid Unit Prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. 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. 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. INSTRUCTIONS TO BIDDERS © 2018 Stantec 1193803941 0021 13 - 8 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 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 © 2018 Stantec 1 193803941 0021 13 - 9 This Page Left Blank Intentionally 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 July 9, 2015, prepared by Braun Intertec Corporation, St. Paul, MN, entitled: "Preliminary Geotechnical Evaluation Report, Proposed Residential Development. 5811, Avenue North and Yukon Avenue North, New Hope, Minnesota". PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION AVAILABLE PROJECT INFORMATION © 2018 Stantec 1 193803941 0031 00- 1 } This Page Left Blank Intentionally Preliminary Geotechnical Evaluation Report Proposed Residential Development 58th Avenue North and Yukon Avenue North New Hope, Minnesota, Prepared for City of New Hope Professional Certification: 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 Min g1 j)�A,,,icr 1JCt=!'i�t� S g R, Whiggineer PRt7FESS�QIY� ' rincipal ; License Number: 018221 �AV'.,,,t July 9, 2015 i* Project B1505149 Braun Intertec Corporation Braun Intertec Corporation Phone: 952,995,2000 BRAUN 11001 Hampshire Avenue S Fax: 952.995,2020 IITT E RT EC Minneapolis, MN 55438 Web: braunintertec.com The Science You Build On. July 9, 2015 Mr. Aaron Chirpich City of New Hope 4401 Xylon Ave N New Hope, Minnesota 55428 Re: Preliminary Geotechnical Evaluation Proposed Residential Development 58th Avenue North and Yukon Avenue North New Hope, Minnesota, Dear Mr. Chirpich: Project B1505149 We are pleased to present this Preliminary Geotechnical Evaluation Report for the proposed residential development in New Hope, Minnesota. The site is bounded by 581h Avenue North to the north, Yukon Avenue North to the west and Bass Lake Road to the south. In this letter, we present a summary of our results and recommendations. A more detailed description of our results, methods and recommendations is provided in the attached report. Summary of Results We caution that eight of the 15 soil boring results that we discuss in this report were performed nine to ten years earlier and soil conditions could have been modified since those borings were performed. The general soil profile at the site consisted of a typical 1 to 2 foot layer of topsoil encountered in nine of the soil borings and/or shallow fill encountered in nine of the soil borings extending to depths varying from 2 to 5 feet. Swamp deposits were encountered beneath the fill or topsoil in 10 of the soil borings and extended to depths varying from 2 to 28 feet. The underlying soils consisted primarily of sandy lean clay till soils with lesser amounts of poorly graded sand, silty sand and clayey sand. Groundwater was observed in all but three of the soil borings at depths varying from 6 to 14 feet below the ground surface, Summary of Evaluation Based on the soil borings, it appears that after completing the recommended site preparation, the proposed buildings can be constructed utilizing shallow spread footings and ground -supported floor slabs. Relatively deep over excavation will be required in some areas to remove unsuitable soils including swamp deposits. Selective placement of the buildings on the site will reduce the amount of required excavation to prepare the building pad. City of New Hope Residential Development Project B1505149 July 9, 2015 Page 2 Remarks Thank you for making Braun Intertec your geotechnical consultant for this project. If you have questions about this report, please contact Loren Braun at 651.487,7011 or by e-mail at LBraun. Braunlntertec.com. We would also appreciate the opportunity to provide follow-up construction observation and testing services during construction. Sincerely, BRAUN INTERTEC CORPORATION Loren W. raun, PE Senior Engineer jig R. /Ja�ro, PE Vice President — Principal Engineer BRAUN INTERTEC BRAUN INTERT C The Science You Build On, A, C. M Braun Intertec Corporation Phone: 952.995.2000 11001 Hampshire Avenue S Fax: 952.995,2020 Minneapolis, MN 55438 Web: braunlntertec,com Table of Contents Introduction............. .............. .....,....,.....,,..,...,<..,,....,.:1 A.1. Project Description , „ ..................... .................... ................ I............... A.2. Purpose....:........................,.,......>,....,..,,...,...,.,...,.,,,.,........,,.,.,......,,..M..,.,,.,,....,,...,...,,. 1 A.3, Project Information Provided ........................ :........ .....>................. ...,,...........,,.,...,...,,.....,.,, A.4. Site Conditions ... ........ ......... ......... .,....... ............ .>.,,........ ,...,;,........... ...,............ ,.,..:.............. 2 A.5. Scope of Services ............... „ ..,...,,..,.,, 9><......,,...,....,.......,.............,,,,....,.,,,...,,,.,.2 Results......... I ...... ............ ......>.,...,............. ,.,.,.............................................. .....,................. ............ ..3 B.1. Soil Boring Logs ............................................... - ............................ ,,................. ........,....... ..3 B.1.a. Log of Boring Sheets ................. ........... .>....................... .............., ..... ,...... ,,.,,3 B.1.b. Geologic Origins .................. ........ ......... ,,,,................... ,...... ............. ....,..... 4 B.2. Soil Profile..... . , ................ ............. .......,.,...,.....,.,......,. ............ ......... ,................ =4 B,2,a. Pavement Sections ........... ...,. .................. ..............,....................................A B.2.b. Topsoil......... I .................... ............. ,.....,,...,.......... , ,., 4 B.2.c. Fill ................ I.".....................,. ,,,.,....,............ ..... I ...... I .......... .................................4 B.2.d. Swamp Deposits .............................. ......................... .............. ......... S B.2,e. Poorly Graded Sand ............................... ...... .,...,............... ,..,.............. .,..,.............. 5 B,2,f, Silty Sand ,........... ....,....... .... .,..... .....................I.......,,.,.,,,,,....,.,,.:6 B.2.g, Clayey Sand ............................... ,.............................,., B.2,h. Sandy Lean Clay ........................ . ....,.... .15 B.2.1. Boring ST-7 ,,,,,,,,,,,,,,,,,,,,,, . ,=t,...,, >.,..,.,;,... , ,........,........., ....................,..,,.:6 B.2.j. Groundwater..................................................®< .......,,I......,,., .......... .6. Ballsfor Recommendations ......... ... ........ ».>.:,._:,,>,.,,..,.,,,,,...,.,,>...... ............. ,......... .,,........................... C.1. Design Details ................................ ...<...>a.......e<.,=..,..,,,:.. .... .......... •, ... .................... .......7 C.1.a. Building Structure Loads ................. .>,,,,...................... , ., , ..7 C.1.b, Pavements and Traffic Loads,.... ... .............>.•............,.•.... .....7 C.1.c. Anticipated Grade Changes.................m.....,.,.......,..,... ,. ,. ,...,............... ,..,. . ...7 C.1.d, Precautions Regarding Changed Information................................................,.,.;;,.,...8 C.2. Design and Construction Considerations ........................ ..,:.,........,.,,...,.,,.:....... :.................. 8 Recommendations... ...,<................ .>...... _....:.,..:........... _..... .,,. ....... ....,.,,........... ..,., _....... :......... i. .:..... ..,.8 D.1, Building Subgrade Preparation ............................. ....... .......,•, ....... ,,..,,.....,., ........ ..., , .8 D.1.a. Demolition.......................... ,......> ....... ................................. .�.......,..... .... 8 D.1,b. Excavations ............................................. .............. ...................,,,,..,,...,.............. .,.,..8 D.1.c. Wet Weather Site Preparation— ... .............. ............................... ...................... 10 D.1.d. Excavation Dewatering.......... ..,,........ ........................ ,,,.,.,.,..,..,.,,,,........,,,........,,. 10 D.1.e, Backfill and Fill ......................... 11 D.1.f. Placement and Compaction of Backfill and Fill ................. ............ 11 1•$f I'()i', Table of Contents (continued) Description Page D.2. Spread Footings.,... . ....................:........... ...>.»,,..>.............. ,.,.....,...,.,...................... ,,, 12 D.2,a. Embedment Depth ........._. .. .,,....................................,.,,.. ,.,,,,,.,,,,,....••. 12 D.2.b. Subgrade Improvement..........................................................................„ ..,.... 12 D,2.c. Net Allowable Bearing Pressure .............. ............. ..,.,...,, .. , ,...,....,..•...,.•,,,...••,•• 12 D.2,d. Settlement..., ............................, ......>„ ......,.,,.,., p...,.....,„.,....,...,.,...,,,, 12 D.1 Below Grade Walls ................ .,.......... ,... ...... ..•.. ,,,..,.....•......... ,......... .,.......... 12 D,3,a, Drainage Control ...... ....... - >,............,.,.,..... ..........,...............,,, ,,.....,..,..12 D.3.b. Wall Backfill ...... .... ,....,.•,,.....,,..,.,.,..,...,.,,,...,...>.. ,....,.... 12 D,3.c. Lateral Loads ............................... ................ .......... .,, 13 D.4. Interior Slabs .................................. ,.®..,...,.,..,......•.. I.........,.,,,,,.......,... .. <..14 D.4.a. Slab Support .................... ... .,,.<. .,,.. .. ,,,,,,......................... .,....... ....,.,... 14 D,4,b. Subgrade Modulus .................................>.. ................ 14 D.4,c. Moisture Vapor Protection .................. ...>.,,,<,,..,.:.,,,.,....,..,.,.......,,...,..,..,...,.,..,..,... 14 D.5. Exterior Slabs...........> ................,,,.,, .....•..•.•....,.....,,..,.. 14 D.6. Construction Over Organic Deposits...... ,... ... ........................... 15 D.7. avements............>,....................,.,,.....,><......... :,...... :,,........................ .......... Pavements.......; ...... 15 D.7.a. Subgrade Preparation...........,,..< .... ....... .... ....... ........... 15 D.7.b. Subgrade Proofroll.................................. ....... „ 16 D.7,c, Design Sections.............•.........,........,,..,,,.,....,,,,.,.,.. .....,..,,,..... 16 D.7.d. Materials and Compaction.................,...,,,..�,..,,.. ,...,........ .,.......... ....., 17 D.7.e. Subgrade Drainage ........................... ....... .,,>......... I .... ,; ., :,.. 17 D.8. Utilities .... ..............•,.......•,.......,...,,..,,..,.......,..,,...,.,.,.... ,.,... .. ....... ,,. 17 D.8.a. Excavation...........,,....,,....•......................>,...,,,.,.......,,.,,,,.,,.,.. ,.,, 18 D.8.b. Dewatering ........>...............................<,.,....,............, 18 tiD.8.c. Bedding ................ ........>........ ,...... ..•„......... ,....... ..... .... .,,,,,.,....,,................. ,..18 D.8.d. Selection, Placement and Compaction of Backfill...................,........,.,,,,,.:<,..,::.,...,.18 D.9. Construction Quality Control.,--......., ... ...................... 19 D.9.a, Excavation Observations.....•.....................,..........,,...,..T,,..,,.,.,. ,,,,,..., ......., 19 D.9.b, Materials Testing ............................, , .,,.,,, ., ................. . , 19 D,9.c. Pavement Subgrade Proof -Roll .................... ............„.,.,.................,.,,,..,..,. 19 D,9.d. Cold Weather Precautions .................................. ,,., ,..,•,...............,...,.,...,,,,....,...19 D.10. Additional Exploration...,.......,.... ...........................>..,...... ,..,,,...... ........ ,....................... .,. 20 E. Procedures ................................................ 3..........:..,.......,. .,,,....<,..................... .,,...................... 20 E.1, Penetration Test Borings.................................................................................................. 20 E.2. Material Classification and Testing., 20 E.2.a. Visual and Manual Classification ............. <....,.,,,.........,>..................................... 20 E,2.b. Laboratory Testing ............... ........ 4�............ ,,,........ ,,............... . ......,,.....,,,,...., 20 1 E.3, Groundwater Measurements .................... —............ ......,,,......,...., 20 13RAUN Table of Contents (continued) Description Page F. Qualifications.:...........21 F.1, Variations in Subsurface Conditions....................21 F.1.a. Material Strata .......................... y.........,.,...,..............Y .,.,. 21 F.1.b. _ Groundwater Levels ..... ..........;..,..,,..,..,,,.,,,.;.....<.,..Y,....: :..,.,.....:..T............ 21 F.2. Continuity of Professional Responsibility..........,..„. ...Y. ...K•••Y+?Y•SK•'••••• -�•- • ••••�••••.. 21 F.2.a. Plan Review •••.•.u••.f.................... 21 F.2.b. Construction Observations and Testing.: r,.,..w.,.,......,r.,a.=.Y.Y •.,..,«• .......••••Y.m 21 F.3. Use of Report................................:�.. _>...<:.<.< .....:.,,.. .:;,.. �.,�,..�...,,.x...Y.......Y........,..,t.Y.. 22 F.4. Standard of Care...........................,YY.•,.Y.,k„.r;;...:n....:>:..;.:.::..,a„Y..,,.........,..,..,....,.,............., 22 Appendix Boring Location Sketch Log of Boring Sheets STS 1, 2 &3; Braun Intertec (2005) ST-4 to ST-7, (2015) ST-8 to ST-15 Descriptive Terminology 1112a1,11 111 A. Introduction A.1. _ Project Description The city of New Hope is proposing to develop a residential property in the city. The property is bounded by 581h Avenue North to the north, Yukon Avenue North to the west and Bass Lake Road to the south. A depiction of the project site is shown on the Boring Location Sketch in the appendix to this report. Based on past topographic information and 15 soil borings completed, it appears that the potential for development on the site is limited due to unsuitable soil conditions in a portion of the site. Based on the historical surface elevation contours and soil borings, the central portion of the site appears to be unsuitable or less desirable for development because of the extensive depth of organic soils. The suitability of the site appears to be better around the perimeter of the parcel, with the exception of the west/central area of the site (Boring ST-5). As requested, we are assuming development of the site will be based on construction of a four-story wood frame, multifamily buildings that will accommodate from 100 to 120 units, with underground parking. We are also evaluating the feasibility of a sanitary sewer line running north -south along the eastern edge of the property. A.2. Purpose The purpose of this Preliminary Geotechnical Evaluation was to assess the soil and groundwater conditions at the site by means of a limited number of soil borings. The interpreted subsurface conditions and available project details were then used to prepare preliminary engineering and construction guidelines for the geotechnical aspects of the project. If project plans change substantially from the information provided to us, we should be contacted to review our comments and recommendations to determine if additional analysis or recommendations would be required. A.3. Project Information Provided The city provided us with the following information; 1. previous soil borings and boring location sketch by STS Consultants Limited, 2005 2. previous soil borings and boring location sketch by Braun Intertec, 2005 City of New Hope Project B1505149 July 9, 2015 Page 2 3. aerial photograph of previous site development, undated 4. previous elevation contour drawing, 1955 A.4. Site Conditions The parcel is currently undeveloped and covered with grass vegetation. The site is relatively level with elevations varying from about 897 to 902. Historical documents show that previous buildings were built on this site and later removed. A.S. Scope of Services our scope of services for this project was originally submitted as a Proposal to Mr. Aaron Chirpich with City of New Hope. Tasks performed in accordance with our authorized scope of services included: ■ Performing a reconnaissance of the site to evaluate equipment access to boring locations. Staking boring locations and coordinating clearing of the boring locations of underground utilities. Performing eight penetration test borings, extending three of the borings to a nominal depth of 30 feet, three borings to a nominal depth of 25 feet, and two to a nominal depth of 20 feet. • Performing a limited laboratory testing program on selected penetration test samples: • Preparing this report containing: ■ A Boring Location sketch showing the project components and limits, as well as boring locations. • Logs of the borings describing the materials encountered and presenting the results of our groundwater measurements and laboratory tests. • A summary of the subsurface soil profile and groundwater conditions, Discussions identifying the site conditions that will impact structure design and performance, qualifying the nature of their impact, and outlining alternatives for mitigating their impact. BRAD N NTERTEC City of New Hope Project B1505149 July 9, 2015 Page 3 Discussions regarding the reuse of on -site materials during construction, and of the impact of groundwater on construction. • Recommendations for preparing structure subgrades, including excavation support if applicable, and the selection, placement and compaction of excavation backfill and other structural fill. • Recommended net allowable bearing pressure for foundation design, along with the estimated foundation settlements at the indicated pressure. d Recommended pavement sections for parking and drive areas. Exploration locations and surface elevations at the recent exploration locations for ST-8 to ST-15 were determined using GPS (Global Positioning System) technology that utilizes the Minnesota Department of Transportation's permanent GPS Virtual Reference Network (VRN). Surface elevations on the STS Soil Borings 1 to 3, were provided on the STS boring logs. Locations of the borings were approximated on the Boring Location Sketch based on a boring location drawing provided by STS. Consequently, the locations should be considered approximate. Site elevations may also have changed since the borings were completed due to site grading. Surface elevations for Braun Intertec Soil Borings ST-4 to ST-7 were estimated based on Google Earth" Locations of the borings were approximated on the Boring Location Sketch based on a boring location drawing included with the soil borings. Consequently, these locations should also be considered approximate. Our scope of services was performed under the terms of our September 1, 2013, General Conditions. B. Results B.1. Soil Boring Logs B.1.a. Log of Boring Sheets Log of Boring sheets for our penetration test borings are included in the Appendix. The logs identify and describe the geologic materials that were penetrated, and present the results of the penetration resistance, laboratory tests performed on penetration test samples retrieved from them and groundwater measurements. BRAUN City of New Hope Project B1505149 July 9, 2015 Page A Strata boundaries were inferred from changes in the penetration test samples and the auger cuttings. Because sampling was not performed continuously, the strata boundary depths are only approximate. The boundary depths likely vary away from the boring locations, and the boundaries themselves may also occur as gradual rather than abrupt transitions. 113.1.1b. Geologic Origins Geologic origins assigned to the materials shown on the logs and referenced within this report were based on; (1) visual classification of the various soil samples retrieved during the course of our subsurface boring, (2) penetration resistance testing performed in the project area and (3) available common knowledge of the geologic processes and environments that have impacted the site and surrounding area in the past. 13.2. Soil Profile In our report, we define moist as soils that are near or below their probable optimum moisture contents and wet as soils above their probable optimum moisture contents, with the optimum moisture being related to the laboratory standard proctor test. The general soil profile at the site consisted of a typical 1 to 2 foot layer of topsoil encountered in nine of the soil borings and/or shallow fill encountered in nine of the soil borings extending to depths varying from 2 to 5 feet. Swamp deposits were encountered beneath the fill or topsoil in 10 of the soil borings and extended to depths varying from 2 to 28 feet. The underlying soils consisted primarily of sandy lean clay till soils with lesser amounts of poorly graded sand, silty sand and clayey sand. A more detailed description is provided below. 6.2.a. Pavement Sections Bituminous pavement, remnants from the previous development, was encountered in Borings 1, 2 and 3. The thickness of the asphalt varied from 3'/2 to 5 % inches. Well graded sand was encountered beneath the asphalt extending to depths varying from 1 %: to 3 feet. 113.2.11b. Topsoil A layer of topsoil was encountered in Boring ST-6 and ST-8 through ST-15. The thickness of the topsoil varied from 0.7 to 2 feet. The topsoil consisted mostly of silty sand that was dark brown and moist. B.2.c. Fill Shallow fill was in encountered in nine of the 15 soil borings, and extended to depths varying from 2 to 5 feet. The fill varied from silty sand to lean clay and was generally dark brown and moist to wet. BRAUN ! N I=RI - City of New Hope Project B1505149 July 9, 2015 Page 5 13.2.d. Swamp Deposits Swamp deposits consisting of peat and organic clay were encountered in 10 of the 15 soil borings. As anticipated, the more extensive organic deposits were typically encountered in the east, central and west central areas of the site. A summary of the depths of organic deposits is provided in Table 1. Table 1: Depths of Swamp Deposits Materials Boring Number Surface Elevation Depth of Organic Deposits (feet) 20 Approximate Bottom Elevation 877 - - 1 897.2 2 896.0 15 881 3 896.8 8 889 ST-4 901 4 897 ST-5 900 28 872 ST-6 902 2 900 ST-7 898 7 891 ST-8 898.1 3 895 ST-11 896.9 12 885 ST-12 895.3 5 890 The organic materials consisted primarily of fibrous or hemic peat or organic clay. The organic deposits were black and wet. B.2.e. Poorly Graded Sand Alluvial poorly graded sand and silty sand were encountered in Borings ST-8, and ST-9 beginning at a depth of 3 to 4 feet and extending to depths of 6 feet in Boring ST-8, and to a depth of 13 feet in ST-9 The sand contained a little to a trace of gravel, and was brown. The sand was moist to wet above the groundwater level and then waterbearing. Penetration resistances varied from 8 to 19blows per foot indicating the soil was loose to medium dense. In Boring ST-13, the poorly graded sand consisted of glacial outwash and contained some gravel. The sand was fine to medium grained and contains some silt lenses at a depth of 8 feet. The sand was brown, and wet to waterbearing, Penetration resistances varied from 5 to 13 blows per foot indicating the soil varied from loose to medium dense. BRAUN City of New Mope Project B1505149 July 9, 2015 Page 6 B.2.f. Silty Sand A layer of silty sand was encountered in Boring ST-9 from a depth of 13 to 17 feet. The silty sand consisted of glacial outwash, and contained a trace of gravel, was gray and wet. The silty sand had penetration resistances of 7 to 8 BPF indicating it was loose. In Boring ST-10, alluvial silty sand was encountered from a depth of 4 to 11 feet. The silty sand was brown to dark brown, moist and loose to medium dense with penetration resistances varying from 8 to 19 BPF. B.2.g. Clayey Sand Clayey sand was encountered in three of the soil borings. In Boring ST-4, the clayey sand extended from a depth of 4 to 7 feet and was bluish gray, and wet and soft with a penetration resistance of 3 BPF. In Boring ST-5, clayey sand glacial till was encountered from a depth of 28 feet to the termination depth of the boring at 35.5 feet. The clayey sand contained some seems of silty sand, was gray and wet and medium stiff with a penetration resistance of 7 to 8 BPF. In Boring ST-9, glacial outwash clayey sand was encountered from a depth of 17 to 22 feet. The clayey sand contained a trace of gravel, was gray, wet and soft with a penetration resistance of 2 BPF. B.2.h. Sandy lean Clay With the exception of Boring ST-5, each of the borings terminated in sandy lean clay glacial till soils. The sandy lean clay was initially encountered at depths between 4 and 22 feet below the ground surface. The sandy lean clay was generally gray and wet. The sandy lean clay had penetration resistances between weight of hammer (auger advanced due to weight of hammer and drill rod) and 17 BPF. Values were typically between 5 and 10 BPF. This indicates the soil was generally very soft to very stiff but typically rather soft to rather stiff. B.2.i. Boring ST-7 Boring ST-7 was extended to a depth of 60 feet. At depth, the borings encountered poorly graded sand outwash soils and additional sandy lean clay glacial till. The poorly graded sand layers were reddish to grayish brown, and waterbearing. Penetration resistances were 14 and 26 BPF indicating the poorly graded sand was medium dense. The sandy lean clay was reddish brown and wet and hard with a penetration resistance of 49 BPF. B.2.j. Groundwater Groundwater was observed in all but three of the soil borings, The depth of groundwater varied from 6 to 14 feet below the ground surface. In Boring ST-4, groundwater was observed at a depth of 7 feet when rechecked after 5 % hours, In Boring ST-5, groundwater was observed at 7 % feet when rechecked after 3 BRAUN INTERTEC City of New Hope Project B1505149 July 9, 2015 Page 7 hours. Based on this, we anticipate that the groundwater is at approximate elevation 888. Since much of the soil is relatively impermeable, however, an accurate determination of the water level could not be accomplished. Extended monitoring including the use of piezometers would be required to more accurately determine the groundwater level. Groundwater levels should be expected to fluctuate both seasonally and annually. C. Basis for Recommendations C.1. Design Details C.1.a. Building Structure Loads We assumed the proposed buildings will utilize masonry block or precast panel perimeter walls below grade and wood framed construction above grade. The below grade parking areas will utilize ground - supported floor slabs. We assumed that bearing wall loads will range from 4 to 10 kips per linear foot and column loads will range from 60 to 200 kips per column. We assumed that floor loads will not exceed 100 pounds per square foot. C.1.b. Pavements and Traffic Loads We assume that the pavement areas will have a bituminous section. We have assumed that the light - duty pavement areas will be subject primarily to automobiles and light trucks. Consequently, the pavements will deteriorate more due to environmental conditions and the effect of wheel loads on the bituminous surface than from structural failure. We have based our pavement thickness design on five equivalent 18,000 pound axle loads (ESALs) per day. Heavy-duty pavement areas will have a bituminous section. We have assumed that light -duty pavements will be subjected to no more than 50,000 equivalent 18-kip single axle loads (ESALs) over an assumed design life of 20 years. C.1.c. Anticipated Grade Changes Based on the existing surface elevation of the borings, we anticipate that required fill depths will typically be less than 2 feet. We anticipate the below grade parking areas will require about 10 to 12 foot deep subcuts below each of the building pad areas. B'RAUN INTERTEC City of New Hope Project B1505149 July 9, 2015 Page 8 C.1.d. Precautions Regarding Changed Information We have attempted to describe our understanding of the proposed construction to the extent it was reported to us by others. Depending on the extent of available information, assumptions may have been made based on our experience with similar projects. If we have not correctly recorded or interpreted the project details, we should be notified. New or changed information could require additional evaluation, analyses and/or recommendations. C.2. Design and Construction Considerations Based on the soil borings, it appears that competent soils are present around the most of the perimeter of the site and organic deposits are present in the interior areas. The exception would be Boring ST-5, located in the western edge of the site. At this location, the organic deposits extended to a depth of 28 feet. Complete removal of the organic deposits would be difficult in this area. At three other locations, the organic deposits extended to depths of 12 to 20 feet. Based on this, it appears that most of the construction can be completed with shallow spread footings after removal and replacement of the compressive soils. Based on these considerations, our recommendations are provided in the following Section D. D. Recommendations D.1. Building Subgrade Preparation DA.a. Demolition Although not encountered in the soil borings, remnants of foundations, slabs and utilities may be present from previous construction on the site. Some construction debris was noted at a depth of 3 feet in Boring ST-9. Preparation of the site should include complete removal of foundations, slabs, utilities, pavements and any other deleterious material from within the proposed building pads and oversize areas. Excavations created by the removal should be properly backfilled with compacted structural fill as specified below in the report unless the area will be completely excavated as part of the site grading. D.1.b. Excavations We recommend removing the topsoil, organic deposits and any other unsuitable material from the proposed building pad and oversize area. Recommended minimum excavation depths and elevations are provided in Table 2. BRAD N INTERTEC City of New Hope Project B1505149 July 9, 2015 Page 9 Table 2. Estimated Minimum Excavations at the Boring Locations Boring Number Surface Elevation Minimum Excavation Depth (feet) Approximate Bottom of Excavation Elevation 877 - 1 897.2 20 = - 2 896.0 15-20 881-876 3 898.6 8-12 890 Y2 -886 ST-4 901 * * 7-9 894-892 ST-5 900** 28 872 ST-6 902* * 2-6 900-896 ST-7 898** 7-16* 891-882* ST-8 898.1 3 895 ST-9 897.7 4 893 Y: ST-10 898.8 1-5* 898-894 ST-11 896.9 12-18 885-879 ST-12 895.3 7 * 888 ST-13 899.2 1.3 898 ST-14 899.9 2 898 ST-15 900.4 4-6 896'/: -894 1/2 * Additional excavation may be required beneath footings where soft soils are present. ** Ground Elevations at these locations were estimated based on available data At some boring locations we have given a range of soil correction subcuts. The actual depths of subcut should be determined in the field by a qualified geotechnical engineer based on the field conditions and the proposed construction. Excavation depths will vary between the boring locations. Portions of the excavations may also be deeper than indicated by the borings. Contractors should also be prepared to extend excavations in wet or fine- grained soils to remove disturbed bottom soils. To provide lateral support to replacement backfill, additional required fill and the structural loads they will support, we recommend oversizing (widening) the excavations a minimum of 1 foot horizontally beyond the outer edges of the building perimeter footings, or pavement limits, for each foot the excavations extend below bottom -of -footing or pavement subgrade elevations. In areas of highly organic soils additional oversizing is recommended to achieve a 1 Y::1 or 2:1 lateral oversizing. peep excavation situations in highly organic soils should be further reviewed by a qualified geotechnical engineer to determine proper lateral oversizing. BRAUN City of New Hope Project B1505149 July 9, 2015 Page 10 D.1.c. Wet Weather Site Preparation The clayey sand and lean clay soils are moderately moisture sensitive. The soils will exhibit high strength when they are in a dry condition but will lose'significant strengths when they become wet. If possible, the site preparation should be completed during the summer months when the opportunity for drying the soil is better. The ground surface should be properly sloped during site grading and construction to maximize the potential for surface runoff away from the construction area. Vehicle traffic should be avoided on exposed wet soils. To limit the potential for disturbance/softening of the subgrades at the bottoms of the excavations we recommend (1) performing the excavations with a backhoe fitted with a smooth -ended bucket, (2) not allowing construction equipment to operate directly over the subgrades if they are in a wet condition, and (3) placing the first lift of backfill materials over the excavation bottom by back -casting with the backhoe. Any soils that are disturbed or weakened below the building area should also be removed. Haul roads should be provided to protect the subgrade soils. We recommend using 3 inch minus rock for stabilization. Depending on the amount of anticipated construction traffic and size of the rock, 6 to 12 inches of rock is generally required. Smaller size rock can be used, although more will be required. A geotextile separation fabric should also be provided to protect the rock from being contaminated by the underlying subgrade soils. The separation fabric should meet the requirements of the Minnesota Department of Transportation (MnDOT); Table 3733-1, Type 5 geotextile fabric. D.1.d. Excavation Dewatering We recommend removing groundwater from the excavations. Sumps and pumps can be considered for excavations in low -permeability cohesive soils, or where groundwater can be drawn down 2 feet below the bottoms of excavations in more permeable sands. In large excavations, or where groundwater must be drawn down more than 2 feet, a well contractor should review our logs to determine if wells are required, how many will be required, and to what depths they will need to be installed. In sands, we recommend not attempting to dewater from within an excavation. Upward seepage will loosen and disturb the excavation bottom. Rather, groundwater should be drawn down at least 2 feet below the anticipated excavation bottom in advance of excavation. BRAUN INTERTEC City of New Hope Project B1505149 July 9, 2015 Page 11 DA.e. Backfill and Fill In order to achieve required compaction levels, we recommend backfilling over wet/soft excavation bottoms with at least 2 feet of coarse sand or gravel having less than 50 percent of the particles by weight passing a #40 sieve, and less than 5 percent of the particles passing a #200 sieve. We anticipate that this material will need to be imported. On -site soils with an organic content of less than 3 percent can be considered for reuse as backfill and fill. The cohesive soils will be more difficult to compact if wet or allowed to become wet, or if spread and compacted over wet surfaces. We recommend that imported material needed to replace excavation spoils or balance cut and fill quantities, consist of sand having less than 20 percent of the particles by weight passing a #200 sieve. in areas where more than 10 feet of fill is required below proposed building, a construction delay will likely be needed to allow the fill to consolidate under its own weight. Construction delays typically last 3 to 6 months, but could be extended longer depending on the depth of fill and the level of compaction obtained. If a longer settlement delay is not possible, we recommend filling the initial lifts with sand containing less than 12 percent of the particles by weight passing a #200 sieve. This material will need to be imported fill. We should be consulted to discuss and provide additional recommendations for areas of fill thicker than 10 feet. D.1.f. Placement and Compaction of Backfill and Fill We recommend spreading backfill and fill in as specified in Table 3 below in accordance with ASTM International Standard Specification D698 (standard Proctor). Table 3. Compaction Recommendations Summary Relative Compaction: Moisture Content Variance Loose Lift ASTM D 698 — standard from Optimum, (percentage Thickness Reference Proctor N points) (Inches)(') Coarse Grained +/- 3 ` 12 Below structures and flatwork 98 Fine Grained -1 to +3 8 areas Below pavements, within 3 feet 100 Coarse Grained +/- 3 12 Fine Grained -2 to +1 8 of subgrade elevations Below pavements, more than 3 95 Coarse Grained +/- 3 12 Fine Grained -1 to +3 8 feet below subgrade elevations Below landscaped surfaces 90 +/-4 12 (1) Reduce lift thickness by approximately one half if hand-held equipment is used for compaction (2) coarse -grained soils should consist of soils with symbols of SP, SP-SM and SM a111- INTER C City of New Hope Project B1505149 July 9, 2015 Page 12 D.2. Spread Footings M2.a. Embedment Depth - For frost protection, we recommend embedding perimeter footings 42 inches below the lowest exterior grade. Interior footings may be placed directly below floor slabs. We recommend embedding building footings not heated during winter construction, and other unheated footings associated with canopies, stoops or sidewalks 60 inches below the lowest exterior grade. D.2.1b. Subgrade Improvement Soft soil conditions may be encountered at proposed subgrade elevation. Additional subexcavation and replacement with coarse gravel may be required to establish subgrades for foundation support. D.2.c. Net Allowable Bearing Pressure We recommend sizing spread footings to exert a net allowable bearing pressure of up to 3,000 pounds per square foot (psf). This value includes a safety factor of at least 3.0 with regard to bearing capacity failure. D.2.d. Settlement We estimate that total and differential settlements among the footings will amount to less than 1 and Yz inch, respectively, under the reported loads. D.3. Below Grade Walls D.3.a. Drainage Control We recommend installing subdrains adjacent to below grade wall. The subdrains should consist of perforated pipes embedded in washed gravel that is wrapped in separation filter fabric. An outlet should be provided for the subdrains that diverts water well away from the subdrains. D.3.b. Wall Backfill We recommend using a wedge of poorly graded sand behind the below grade walls, extending out a minimum of 1 foot horizontally than upward and outward at a 30° angle to vertical. We recommend a walk behind compactor be used to compact the backfill placed within about 5 feet of the walls. Further away than that, a self-propelled compactor can be used. Compaction criteria for below -grade walls should be determined based on the compaction recommendations provided above in Section D.I. 13RAU N sNTEC City of New Mope Project B1505149 July 9, 2015 Page 13 Exterior backfill not capped with slabs or pavement should be capped with a low -permeability soil to limit the infiltration of surface drainage into the backfill. The finished surface should also be sloped to divert water away from the walls. D.3.c. Lateral Loads Below -grade wall design can be based on active earth pressure conditions if the walls are allowed to rotate slightly. If rotation cannot be tolerated, then design should be based on at -rest earth pressure conditions. Rotation of about 0.001 for sand times the wall height is generally required to mobilize active earth pressures. Recommended equivalent fluid pressures for wall design are presented below in Table 4. Assumed wet unit backfill weights are also provided. The recommended equivalent fluid pressures in particular assume a level backfill with no surcharge — they would need to be revised for sloping backfill or other dead or live loads that are placed within a horizontal distance behind the walls that is equal to the height of the walls. Our design values also assume that the walls are drained so that water cannot accumulate behind the walls. Table 4. Recommended Below -Grade Wall Design Parameters Equivalent Equivalent Fluid Fluid Equivalent Wet Unit Coefficient Pressure, Active ' Pressure, At- Fluid Pressure, BackfilI/Bearing Weight of Sliding Case 1l Rest Case Passive Case Soil (pcf) Friction (psf/ft) (Psf/ft) (psf/ft) Sand 120 128 0.5 35 55 - 400 350 Clay 0.35 The passive lateral earth pressure and coefficient of sliding friction are ultimate values. The passive lateral earth pressure should be reduced by 50 percent if it is used in combination with the coefficient of sliding friction. BRAUN INTTC City of New Hope Project B1505149 July 9, 2015 Page 14 DA Interior Slabs DA.a. Slab Support The subgrade for the proposed slab will likely consist of lean clay with lesser amounts of silty sand and sand. In order to provide more uniform slab support, facilitate fine grading, and provide a more stable surface for construction vehicles, we recommend placing a minimum of 6 inches of aggregate base or comparable stabilizing material. A thicker base should be provided if soft soil conditions are present at the time of base placement. The base material should be compacted to a non -yielding condition. DA.b. Subgrade Modulus We recommend using a modulus of subgrade reaction, k, of 150 pounds per square inch per inch of deflection (pci) to design the slabs assuming the placement of a minimum of 6 inches of stabilizing base material on top of the stable subgrade soils. DA.c. Moisture Vapor Protection If floor coverings or coatings less permeable than the concrete slab will be used, we recommend that a vapor retarder be placed immediately beneath the slab. The vapor retarder should meet the requirements of ASTM International, Standard Specification E 1745, Type A. We recommend a minimum thickness of 10 mils. Some contractors prefer to bury the vapor retarder beneath a layer of sand to reduce curling and shrinkage, but this practice risks trapping water between the slab and vapor retarder. Regardless of where the vapor retarder is placed, we recommend consulting with floor covering manufacturers regarding the appropriate type, use and installation of the vapor retarder to preserve warranty assurances. D.S. Exterior Slabs Exterior slabs will likely be underlain with lean clay and clayey sand, which are considered moderately frost susceptible. If zones of high silt material are present, ice lenses may form that could cause undesirable amounts of heaving. Grading to direct surface drainage away from buildings helps limit the potential for water infiltration and subsequent heaving to occur. Still, even limited amounts of movement can create a tripping hazard to pedestrian traffic. One way to help limit the potential for heaving to occur is to remove frost -susceptible soils present below the overlying slab "footprints" down to bottom -of -footing grades, and replace them with non -frost -susceptible (NFS) backfill consisting of sand having less than 5 percent of the particles by weight passing a #200 sieve. BRAUN INTERTE City of New Hope Project B1505149 July 9, 2015 Page 15 If the sides of the excavations to remove frost -susceptible soils from below exterior slabs are not sloped, abrupt transitions between frost -susceptible and NFS backfill will exist along which undesirable amounts of differential heaving may still occur. Such transitions could exist between exterior slabs and pavements, between slabs and sidewalks, and along the slabs themselves should excavations be confined only to the building entrances. NSF backfill is also likely to be more permeable than the soils it replaces, and so can also trap infiltrating surface drainage and groundwater that can contribute to heaving at transitions. To address these issues, we recommend: Sloping the banks of excavations to remove frost -susceptible soils at a 3:1 (horizontal:vertical) or flatter gradient. a Sloping the bottoms of the excavations to drain away from the building, installing perforated drainpipes along the bottom outer edges of the excavations to collect and dispose of surface drainage and groundwater that could otherwise accumulate within the backfill and contribute to heaving. Infrequently used doors such as fire exits may be protected from frost heave by placing the exterior grade at least 3 inches below the bottom of the door or by placing a structural stoop with a void form beneath the slab. D.6. Construction Over Organic Deposits Utility construction should be avoided in areas where relatively deep organic deposits are present. Pavement areas over relatively deep organic deposits should be expected to subside several inches over time and for an extensive amount of time. Consequently, pavement areas over organic deposits should have a maximum slope possible to facilitate continued drainage has subsidence occurs. The amount of subsidence is generally significantly variable across the pavement area. Consequently ongoing maintenance including reconstruction will be required for pavements in areas where significant organic deposits are present. D.7. Pavements D.7.a. Subgrade Preparation In pavement areas, we recommend removing the unsuitable material only from within 3 feet of pavement subgrade elevations. The removal depth should be increased to 4 feet if organic deposits are present at the proposed excavation depth. If organic or otherwise soft soils are present at the BRAU N INTERTEC City of New Hope Project B1505149 July 9, 2015 Page 16 subexcavation elevation, a geotextile fabric should be placed at the base of the excavation. Geotextile fabric should meet the requirements of Minnesota Department of Transportation (MnDOT), Table 3733- 1, Type 5 geotextile fabric. D.7.b. Subgrade Proofroll Prior to placing aggregate base material, we recommend proofrolling pavement subgrades to determine if the subgrade is stable. The proofroll should be completed with a fully loaded tandem axle dump truck or similar rubber tired equipment. A second proof -roll should be performed after the aggregate base material is in place, and prior to placing pavement. Areas that yield or rut more than 1 inch should be (1) compacted to a competent condition or (2) subcut and replaced with competent material. D.7.c. Design Sections Laboratory tests to determine an R-value for pavement design were not included in the scope of this project. Based on correlations provided in the Minnesota Department of Transportation (MnDOT) Pavement Manual, Table 5-3.2(a), however, an R-value of 12 would be appropriate for the clay soils encountered on the site. Based upon the aforementioned traffic loads and R-value, we recommend a light -duty pavement section that includes 3 inches of bituminous pavement (a 1 %: -inch surface course over a 1 Yz -inch base course) over 10 inches of aggregate base material. For heavy-duty areas, we recommend 3 % inches of bituminous pavement (a 1 % -inch surface course over a 2-inch base course) over 11 inches of aggregate base material. Where concrete pavements will be utilized, we recommend that at least 4 inches of aggregate base be placed over the subgrade to provide more uniform support for the concrete, and to provide a more stable working platform for construction. We recommend a minimum 5-inch thick concrete slab in light - duty areas and a minimum 6-inch thick concrete slab in heavy-duty areas. These designs are based on a modulus of subgrade reaction (k) of 75 pci and utilizing aggregate interlock for support at joints. The above pavement designs are based upon a 20-year performance life. This is the amount of time before major reconstruction is anticipated. This performance life assumes maintenance, such as seal coating and crack sealing, is routinely performed. The actual pavement life will vary depending on variations in weather, traffic conditions and maintenance. City of New Hope Project B1505149 July 9, 2015 Page 17 D.7.d. Materials and Compaction We recommend specifying crushed aggregate base meeting the requirements of Minnesota Department of Transportation (MnDOT) Specification 3138 for Class 5 (Table 3138-3). We recommend that the bituminous wear and nonwear courses meet the requirements of Specifications 2360, Type SP, traffic level 2, We recommend the aggregate gradations for the asphalt mixes meet Gradation B. We recommend the Performance Graded Asphalt cement be a PG 58-28. (If additional resistance to rutting, scuffing and dimpling is desired, we recommend utilizing a PG 64-28.) This results in the following bituminous mix options: SPWEA340B (for typical conditions) M SPWEA340E (for increased resistance to surface marring and rutting) We recommend that the aggregate base be compacted to a minimum of 100 percent of its maximum standard Proctor dry density. We recommend that the bituminous pavement be compacted to at least 92 percent of the maximum theoretical Rice density. We recommend specifying concrete for pavements that has a minimum 28-day compressive strength of 4,000 psi, and a modulus of rupture NO of at least 600 psi. We also recommend Type I cement meeting the requirements of ASTM International Standard Specification C 150. We recommend specifying 5 to 7 percent entrained air for exposed concrete to provide resistance to freeze -thaw deterioration. We also recommend using a water/cement ratio of 0.45 or less for concrete exposed to deicers. D.7.e. Subgrade Drainage We recommend installing perforated drainpipes throughout pavement areas at low points and about catch basins. The drainpipes should be placed in small trenches extended at least 8 inches below the aggregate base. It should be noted that drain tile should not be used if the aggregate base consist of recycled concrete. This material will tend to plug the drain the over time. If either of these materials is used, weep holes should be provided within catch basins to allow accumulated water to seep into the catch basin manhole. D.B. Utilities A sanitary sewer line is proposed along the eastern edge of the site. Based on the soil borings completed in the area, relatively competent soils are present in this area. BRAUN INTERTEC City of New Hope Project B1505149 July 9, 2015 Page 18 D.B.a. Excavation We anticipate that utilities can be installed per manufacturer bedding requirements. In order to minimize disturbance of the underlying soils, the excavation should be completed with a backhoe equipped with a smooth edged bucket. The coarse -grained glacial soils are Type C Soil under OSHA (Occupational Safety and Health Administration) Construction Standards for Excavations, 29 CFR, part 1926, subpart P, guidelines. Unsupported excavations in the coarse -grained soils should therefore be maintained at a gradient no steeper than 1 %:;1(horizontal;vertical). Trenches 5 feet deep or greater require a protective system. Trenches 20 feet deep or greater require that the prospective system be designed by a registered professional engineer or be based on tabulated data prepared and/or approved by a registered professional engineer in accordance with 1926.652 (b) and (c). D.8.b. Dewatering Utility excavations may encounter wet to saturated soils. Within the upper 1 foot of saturated soils, sumps and pumps will likely be suitable to remove water from the excavations. If excavations extend more than 1 foot below saturated soils, sand points or dewatering wells will likely be required to adequately remove water from the excavation. We recommend consulting with a dewatering contractor prior to beginning excavations to develop a dewatering plan for utilities. D.B.c. Bedding A minimum of 6 inches of coarse -grained bedding material should be provided if the excavations cannot be shaped to provide uniform support for the proposed utility. The bedding material should consist of relatively clean sand with less than 10 percent of the particles by weight passing a ##200 sieve. The bedding material should be placed up to at least the spring line of the utility. D.B.d. Selection, Placement and Compaction of Backfill We recommend compacting backfill placed to a minimum of 95 percent of its standard Proctor maximum dry density, except it should be compacted to 100 percent in the upper 3 feet below pavement areas. Note that some of the soils exhumed from the utility trenches will likely be wet to saturated and will require drying to achieve adequate compaction. BRAUN IJTERT City of New Hope Project B1505149 July 9, 2015 Page 19 D.9. Construction Quality Control D.9.a. Excavation Observations We recommend having a geotechnical engineer observe all excavations related to subgrade preparation and spread footing, slab -on -grade and pavement construction. The purpose of the observations is to evaluate the competence of the geologic materials exposed in the excavations, and the adequacy of required excavation oversizing. D.9.b. Materials Testing We recommend density tests be taken in excavation backfill and additional required fill placed below spread footings, slab -on -grade construction, beside foundation walls behind basement walls, and below pavements. We recommend at least one compaction test for every 100 cubic yards of fill placed beneath the building with at least one test for every 2 feet of fill placed. Similar requirements should be followed for pavement areas except that there should be one density tests for every 200 cubic yards of material placed. At least one compaction test should be taken for every 100 feet of utility trenches at vertical intervals not exceeding 2 feet. D.9.c. Pavement Subgrade Proof -Roll We recommend that proof -rolling of the pavement subgrades be observed by a geotechnical engineer to determine if the results of the procedure meet project specifications, or delineate the extent of additional pavement subgrade preparation work. D.9.d. Cold Weather Precautions If site grading and construction is anticipated during cold weather, all snow and ice should be removed from cut and fill areas prior to additional grading. No fill should be placed on frozen subgrades. No frozen soils should be used as fill. Concrete delivered to the site should meet the temperature requirements of ASTM International Standard Specification C 94. Concrete should not be placed on frozen subgrades. Concrete should be protected from freezing until the necessary strength is attained. Frost should not be permitted to penetrate below footings. BRAUN NTERTC City of New Mope Project B1505149 July 9, 2015 Page 20 D.10. Additional Exploration This report should be considered preliminary. Additional evaluation and recommendations will likely be required when actual building locations and construction types are determined. Depending on the placement of the buildings, additional soil borings may also be warranted. E. Procedures E.1. Penetration Test Borings The penetration test borings were drilled with an all terrain vehicle -mounted core and auger drill equipped with hollow -stem auger. The borings were performed in accordance with ASTM International Standard Test Method D 1586. Penetration test samples were taken at 2 %:- or 5-foot intervals. Actual sample intervals and corresponding depths are shown on the boring logs, E.2. Material Classification and Testing E.2.a. Visual and Manual Classification The geologic materials encountered were visually and manually classified in accordance with ASTM International Standard Practice D 2488. A chart explaining the classification system is attached. Samples were sealed in jars or bags and returned to our facility for review and storage. E.2.b. Laboratory Testing The results of the laboratory tests performed on geologic material samples are noted on or follow the appropriate attached boring logs. The tests were performed in accordance with ASTM International procedures. E.3. Groundwater Measurements The drillers checked for groundwater as the penetration test borings were advanced, and again after auger withdrawal. The boreholes were then backfilled or allowed to remain open for an extended period of observation as noted on the boring logs. 1 ►] City of New Hope Project B1505149 July 9, 2015 Page 21 F. Qualifications F.1. - Variations in Subsurface Conditions F.1.a. Material Strata Our evaluation, analyses and recommendations were developed from a limited amount of site and subsurface information. It is not standard engineering practice to retrieve material samples from boring locations continuously with depth, and therefore strata boundaries and thicknesses must be inferred to some extent. Strata boundaries may also be gradual transitions, and can be expected to vary in depth, elevation and thickness away from the boring locations. Variations in subsurface conditions present between boring locations may not be revealed until additional exploration work is completed, or construction commences. If any such variations are revealed, our recommendations should be re-evaluated. Such variations could increase construction costs, and a contingency should be provided to accommodate them. FA.b. Groundwater Levels Groundwater measurements were made under the conditions reported herein and shown on the boring logs, and interpreted in the text of this report. It should be noted that the observation period was relatively short, and groundwater can be expected to fluctuate in response to rainfall, flooding, irrigation, seasonal freezing and thawing, surface drainage modifications and other seasonal and annual factors. F.2. Continuity of Professional Responsibility F.2.a. Plan Review This report is based on a limited amount of information, and a number of assumptions were necessary to help us develop our recommendations. Our firm should review the geotechnical aspects of the designs and specifications, and evaluate whether the design is as expected, if any design changes have affected the validity of our recommendations, and if our recommendations have been correctly interpreted and implemented in the designs and specifications. F.2.b. Construction Observations and Testing We should be retained to perform observations and tests during construction. This will allow correlation of the subsurface conditions encountered during construction with those encountered by the borings, and provide continuity of professional responsibility. BRAUN INT RT C City of New Hope Project B1505149 July 9, 2015 Page 22 F.3. Use of Report This report is for the exclusive use of City of New Hope and their consultants. Without written approval, we assume no responsibility to other parties regarding this report. Our evaluation, analyses and recommendations may not be appropriate for other parties or projects. FA Standard of Care In performing its services, Braun Intertec used that degree of care and skill ordinarily exercised under similar circumstances by reputable members of its profession currently practicing in the same locality. No warranty, express or implied, is made. 1 I Appendix DENOTES APPROXIMATE LOCATION OF STANDARD PENETRATION TEST BORING H DENOTES APPROXIMATE LOCATION OF PREVIOUS BORING BY BRAUN INTERTEC Q DENOTES APPROXIMATE LOCATION OF 60' 0 120' PREVIOUS BORING BY STS CONSULTANTS SCALE: 1 "= 120' Project No: B R A U 1N CD Drawing No: SOIL BORING LOCATION SKETCH B1505149 GEOTECHNICAL EVALUATION I NTE RTEC Scale: V= 120' RESIDENTIAL DEVELOPMENT io 58TH AVENUE AND YUKON AVENUE Drawn By: JAG The Science You Build On. ire venue S Date Drawn: 6/10/15 NEW HOPE, MINNESOTA t1 in camps, MN 55436 Minneapolis, MN 55436 Checked By: LWB PH. (952) 995-2000 Last Modlfled: 7/6/15 FAX (952) 995-2020 —k%0 C SE T LOW OF 130Rt UMBER I City of New Hope, MN PROJECT NAME ARCH C r- emeE Bass Lake Road Apartments Bonestroo, Rosene, Anderlik Associ 6stu�u LU ALOC TI—ON NWta Yukon & Bass Lake Road, New Hope, Minnesota � 2 9 4 5 I PLASTIC WA71A LIQUID z LIMIT% CCY UNV % LIMIT% F d W " DESCRIPTION OF MATERIAL X- --_ ddj z 10 20 30 0 50 Uj 21 a W - STANDARD PENET i]ON BLOWSIPT 9 a SURFACE to iiv rkm 1897.2 Novo 20 0 5WO as a over s line o coarse Sena, race grave moist 1 SS $ m brOv+ll - modium dense - (SW)M r10 3 any ne rous peat, some clay - black - we - loose - (Pt) , H5 �4 3 55 HS 4 SS a14 Y nemic peat, Some Clay - black - saturated - very louse - (PI.OL) i3 H5 5 SS a HS a: Ei SS ecpmpM ne fibrous peat, trace s e fragments - black - wet - very loose - (Pt) H5 i , 20,0 I — 7 SS SRIy and sand y rye ne grave - ay - saturated- IOM or firm io s11if - fCl SCf i i HS i i 8 55 �5 HS - 19 9 SS End of boring at 30:01 'Hollow atom auger to full depth Grouted upon complatton. i9 -- - The stratification Ilnes represent the approximate boundary lines between soil types; in situ, the transition may be gradual. WL 6 ft. ACR BORING BTARTE8125106 STS OFFICE Minneapolis Area - 06 yyl 8❑RINGCOMPLWor, ENTEREBaY SHEET NO1 OF WL r Rt vRE fi edrl[�h R=sQriM APR9'10 sT8J0a N 3fla87 tes GLI tL](i != NO {lNLy NIJM Eft � City of New Hope, MN PROJECT NAM AR '1i17 Eh I Ei Bass Lake Road Apartments Bonesosene, Anderlik & Associ stscoe I06 ,,Ud, & 40f ATIQN - - _ sli+k T 'is'�T� Yukon & Bass Lake Road, New Hope, Minnesota 3 A 5 PLASTIC WATER LIQUID LIMIT% CONTENT% LIMIT Z X..O ®�.._.r �..._�_. .... ...� DESCRIPTION OFF MATERIAL 10 30 30 40 50 a AfM - - 0 30 4sL �rrr SURFACE ELEVATION +e96.0 MGvo to aspbalt over silty fine to coarse sand, 1-ra—ce grave 1 5S t7ro►vn - moist- medium dense - (SW) ,20 ' Finefibrous peat, some s an c ay - ac -wet -oose 2 Ss - (PI) �;.p Silly oMen C clay all, some sand -black an brown - � HS 3 Ss very loose - (OL 8 CL) FILL ! HS Fino-fli5mus eat, some silt - 6 R - wet to saturate - vory loose - rpt) HS !� 5 SS t HS i 5.D an sandy c y, race line grave -gray - IRT7 to stiff 6 SS - (CL-SC) I 1 HS210.0 i I i5. I ! i *t) 7 SS 6 SS HS 14 9 SS 3D 0 "Ge rel9 en [ram er End of boring at 30.0 it Hollow stem aupr to frill depth. !� [sFouled upnli ccinplellon. The stratification lines represent the approximate boundary lines between soil types: In situ, the transition may be gradual. wL tart. ws BORING sTAe;�i2s►os STS OFFICE Minneapolis Area - 06 _ WL BORING ""VA05 ENTER�4Y SHEET NO 1 OF 1 11 St, AB yyL FiIGlFOREti19Nd71Gh W'POajH❑ &Ts J08 Nn30057 D•80.iTNi Ites CLIENT L G OF B 3ML+ MBEFr 9.. l R-- ckbq City of New Hope, MN PROJECTR E CHITICT.E•NGINSER Bass Lake Road Apartments Bonestroo, Rosene, Anderiik & Associ tes ,,, TH srTe I ATIo N DTP" i Yukon & Bass Lake Road, New Hope, Minnesota 3 4 5 PLASTIC WATER LIQUID o W o a DESCRIPTION Of MATERIAL � LIMIT'° CONTENT% LIMIT% � - _ _ _ d_ _ _ _ � , ? z �: en a y - 10 20 30 40 50 RRNJ=TRATION SLOWSIF7 o 5 m y m SURFACE ELEVATION +098.6 NGVD V) in 20 30 40 59 z""halt over silty line to coarse sand, trace grave 1 1:5 - brown - moist - medium dense - (SW) & FILL: SlitY an san clay to clayey sand - gray - we - soft or Iaause - (8C-Sal-cL) . 2 SS11 �Q HIS 3 85 Organic clay, trace fibers, 11 a s r - black - limi -' IRS 9,0 ry an san yy e ay, trace fine grave rown-gray - nrm to stiff - (CL-SC} HS 5 SS i HS i' i 6 55 HS i } i i 7 SS HS i t i a as i .I Hs 9 98 11 er *C� I?ralej enc trace End of boring at TO It. Hollow stern auger to full depth. G-Muted upan Completion. may be gradual. The stratilicallon lines represent the approximate boundary lines between soil types: In sltu, the transition WL 22 fi. AB BORING sTA"%251105 sTs OFFICE Minneapolis Area - 06 LYL BORING COMPLET g,05 BNTERF6.BY V0 SHEET NO 1 of 1 WL ��stlTleh ��5(}I3M �1f 83'S.IOB NOw57 rs k AU.NLOG OF BORING INTERTEC _ Braun Project BL-05-0634I BORING: ST-4 GEOTECMCAL EVALUATION LOCATION. see attached sketch. - Village on the Green Condominiums Bass Lalce Road And Yukon Avenue New1lope, Kinuesota DULLER: Scott McLean METHOD: 3114"ESAAwobtamicr DATE: I/18/06 SCALE: 1"=4' Nev. Depth feet t"eet ASTtvl Description of Materials BPF WLJ MC qp Tests or Notcs 92.9 0.0 Symbol (ASTM D243 8 or D2487) % tsf FILL FILL: Silty Sand, fink~ to medium -grained, wilh a irm of BunclunBrlE: Ofavel, dark brown to brown, frozen to wet. Surface alevations mformed to the 9 2,01 top nut of a fue PT ` ' PEAT, black, wet. -- 4 hydrant 30 feet SE (Swamp Deposit) ofNew Hopp 98.9 4 L Village Club llouse. F:levelioll 100.0 SC CLAYEY SAND, blaish gray, wcr, soft. _ y (Alluvium) 3 16 114 4 114 CL SANDY LEAN CLAY, -.v11h a trace of Gruvel, gray, wed _ rather soft to ratkerstifc. (Glacial Till) 5 17 1 W 5 L 17 5 17 314 � 6 I Waternot observed with 29 fcct of Ballow-stett augur 1n tbo Urnurid. Water ulsacrvcd at 26 112 fcat immetiiatriy a#tw 6 withdrawing � wing the 'LirOW 0b3C1vecl Al 7 ferst 3 I/2 houm after withdrawing the augcr- x- s Boric$$ then rid 12 backfiUed. _ .4 30.5 J ERD OF BORING. 3SL 43 Oman (Z—Z. Carpor4on S -i page I a l BRAUN' LOG OF BORING INTERTEC Braun Project HL-05-06141 DORING,- ST-5 GEO'TLCIIifUCAL EVALUATION LOCATIOIRT; Sec attached skelch, Village on the Green Condominiums Snss Lake Rawl and Yukon Avenue New Hope, Minnesota DATE: - V1$/Q6 SCALE; 1"=4' DRILLER: Seot(McLcan METHOD: 31/4"13SAAmohammer Elev, depth feet feet ASTM Description of Materials DPP �Wl, Tests or Notes 92.9 0.0 Symbol (ASTM D2488 or D2487) ,U-L F11.t.; 1 P2 incheu of B-C inous over Aggregate Sass. 0 V1U FILL: Silty Sand, tine- to medium -grained, wilh a truce of - (1mvel. brown, wot, 1819 4.0 l it FEAT, black, wet. (Swamp Deposit) 5 111 4 IL u 0 Vo 3 ,5 1. j~np� All ! 3 U R ,r Ail 2 r. S zs 689 4 5 CL — ORGANIC CLAY, with seams of Peat and Sllty Sand, dark brown, wct. 2 (Swamp Deposit) z 64.9 29.0 y SC CL YEY 5}IND, "Yids seams of Silty Sand, smy, wet, medium. (Glaefal Till) U-65..141 "W'm [famw Corpurudua S .J pag s or2 RAU W I NTERTEC LOG OF BORING Braun Project BIA15-06141 BORING: ' ,ST-5 (cont.) GEOTECFMCAL EVALUATION LOCATION; See attached sketch. Village on the Green Condominiums Bass Lake Road and Yukon Avenue New Hope, Minacsota MUM: SwuMcLain METHOD: 11/4" IISAAwabammer DATE: V18106 SCALE: 1" = 4' Elev. Depth feet feet ASTM Description of Materials I BPF WL Tests or Notes 60.9 32.0 Symbol 1 (AMID2488 orD24M i CLAYEY SAND, with seams of Silty Saud, gray, wet, medium. (Glaciat T111) (cenlrrmied) B r i7 4 35.5 . END OF BORINGS. Water observed at 32 feet with 34 feet of hollow -stem auger is the grouad. i Water observed at28 feet immediately after withdrawing the auger, i Water observed at 7 1/2 faet 3 hours aIler withdravving ME — auger. t. i� i Baring then backfilled. UL-05•90141 Firm latmfe Cmrnrennn sr-s pnge 2 of 2 $FAUN"' LOG OF BORING I NTERTEC Braim Project BL-05.06141 BORING: ,ST-6 GEOTECHNICAL EVALUATION _ LOCATION: Sec attached sketch. Village on the Green Condominiums Bays Lakc Road and 'Yukun Avc®ue New Hope, Minnesota DRILLER: ScoltMaLamr METHOD; 31/4" HSAAutoltmwuer DATE: U18/06 SCALE: V = 4' Elev. Daptlx feet feet ASTN] Description of Materials BPP WL MC qp I Tests or Notes 91.11 0.0 f Symbol (ASTM D2488 or D2487) % tsf q0.4 0.7 GL SANDY LEAN CLAY, volig oramici, black, froxcn. FT PEAT, black, wal. Swam n nsit -- 89.1 2,0 �. CL 4 9W5Y LEAN MAY, with a trace of'Coavelian3 PiRts.. r brown mottled with gray, wet, rather sots, (Glaoiol Till) 4 17 ll4 85J 6,01 CL SANDY JXAN CLAY, With atrace of Gravel, gray, wet, rather soft. (Glacial Till) 6 17 1 1/2 3 1 1/4 N / 5 16 314 9. 8 1 112 J 7 [ 3 Water not . observed with 29 feet of holtow-stem auger is the ground. m Water not observed 8 to cave -la depth of ' 28 feet immediately s "—' 10 alter witbdm�ving p b tho auger, T3grin immediately "' END OF BORING.' U 1 S I Dam 10xGee V-6 pnge i or I BRAUN'" iNTERTEC LOG OF BORING Braun Project BL-05-06141 BORING; ST-7 GEOTECIL ICAL EVALUATION LOCATION! See attached sketch. Village on the Greeu Condominiums Bass Lake Road and Yukon Avenue New hope, Minnesota DRTLLER: Scoa MoLean N ETHOD;- 3 114" 1TSA Autouawnicr DATE: 1119106 SCALE; 11! = 4' Elcv, Depth feet feet ASTM Description of Materials BPF WL NIC qp Tests or Notes 93.1 OX Symbol (ASTM D2498 or D2487) % tsf FILL FILU Slity Sand, fzna- to nmdium•gralned, wifh a trace of GmY91, brown,, floc a to wet, 91.1 4 PT FEAT, black, wet. .s+ (Swamp Deposit) 3 p S6,1 7 4 13 114 CL SANDY LEAN CLAN", grayish hrown, wet, rather Soft to _ soft (Glacial Till) 3 3/4 81.1 12.0 3 14 1/2 Ci, SANDY LEAN CLAY, with a trace of Gravel, gray, wet, soft to stiff. (Glacial Till) 3 1/2 9 16 1 114 r r 8 1 1/2 10 BL-01•06141 4xmws ¢a4rmcVorpa"WA 4+•• Yusu + r, 4 BRAUN"' LOG OF BORING INTERTEC Brttuu Project BL..45-06141 130€ ING'. ST-7 (cant.) GE OTE, CHMCAL EVALUATION Village on the Green Condominiums LOCATION: See attached sketch. Bass bake Road and Yukon .Avenue New Hope, Minnesota DPJLLER: SCc%t McLean METHOD: 3 14" ASA A.rtaharnmer DAM : 1M/06 SCALE: 1" = 4' Elev_ 13eprh feet feet I ASTM Description of Materials ]3PF WL MC qp Tess or Notes 61.132.01 Symbol (ASTMD2488 orD2487) % tsf SANDY LEA; . L:LA Y, M ith tt trace of Gravel, gray, wet, • � soft t0 9t1ff- (Glacial Till) (continued) ID r1 _ Y 13 1., 1� � l3 L44,1 0 5P t:;' : POORLY GRADM SAND. flno- to medium-rainad, with a trace of Gravel, reddish btown, waterbeulag, 14 medium dense, (Glacial Outwesh) .+ a 49 CL SAi IDY LEAN CLAY, with a trace of Gravel, vAth ]macs of Silty Sand, reddish brown, wet, hard, $ (Glacial Till) 35.1 58.0 _ SP :. POORLY U ADED SAND, fine- to WatscgrainW, with to trace of oravel, grayish brown, waterbenring, rnedlturt v dense. * Water Observed at (Glacial Outwasb) 60.5 26 10 1/2 feet $ - END OF 130R1NG_ imutediately after withdrawing the - Water not observed with 59 feet of hollow -stem auger iu aLLeCf. the groune! _ noriag lnnmediately ba Jed. � 61 45• 'l•}i 13rra11 omit-c CaMwlina S1'•7 page l of i BRAUN"' LOG OF BORING INTERTEC Braun Project B1505149 BORING: ST-8 Preliminary Geotechnical Evaluation LOCATION: See attached sketch, Residential Development 58th Ave & Yukon Ave New Hope, Minnesota DRILLER: K. Keck METHOD; 3 1l4" HSA, Autohammer DATE: 6118/15 SCALE: 1" = 4' m feet Dfeeth Description of Materials PF JWL MC Tests or Notes M.297 898.1 0.0 Symbol (Soil-ASTM D2488 or D2487, Rock-USACE EiN1 i1Q-1 % 9M SILTY SAND, fine-grained, with traces of roots, black, 897.1 1, 0 Ji, ((Topsail) " PEAT, fibrous, black, wet, loose to medium donco. 8 1 3.0 `"' (Swamp Deposit) 4 13 OC=2% SP : POORLY GRADED SAND, fine-grained, trace Gravel, a- brown, moist, loose. - (Alluvium) 8 4 m 92.1 6.0 CL SANDY LEAN CLAY, with Gravel, brown to graylsh brown with rustic stains, wet, rather soft to very stiff, _ (Glacial Till) 7 14 LL=19; PL=15; PI=4 m 5 15 An open triangle in the water level (WL) column Indicates the depth at 4 which groundwater was first observed while _ drilling. Groundwater I 1 levels fluctuate. t5 " 6 ti ur i w 7 R Yi - End of Boring at 31 feet. o - Water observed at a depth of 11 feet with 14 9 1/2 feet of hollow -stem auger in the ground. G _ Water not observed to cave-in depth of 29 feet - immediately after withdrawal of auger, Boring then backfilled 17 with bentonite grout. 867.1 31.9 I 0 a B S 9 B+a�n Iraor1w Corti nutwi, a"monglon MN ,l''i Page '' BRAUN°" INTERT C LOG OF BORING Braun Project B1505149 BORING: ST-9 Preliminary Geotechnical Evaluation LOCATION: See attached sketch. Residential Development a 58th Ave & Yukon Ave New Hope, Minnesota DRILLER: K. Keck METHOD: 31/4" HSA, Autohammer DATE: 6118/15 SCALE: 1" = 4' b Elev. Depth feet feet Description of Materials BPF WL MC IR200 Tests or Notes 897.7 0.0 Symbol (Soll-ASTM D2488 or 02487, Rock -USAGE EM1110-1»2908)% Skirl FFT SILTY SAND, fine-grained, with roots, dark brown, 896•7 1,0 moist. (Tapsoll _ � FILL FILL; Poorly-Gtaded Sand, fine- to medium -grained, with a little Gravel, dark brown, moist to wet, 21 *Construction 5931 4.0 POORLY`GRADED SAND, fine, to medium -grained, debris at 3 feet, SP ::• :'• with a little Gravel, brown, wet to waterbearing, loose i medium dense. 13 6 _ (Alluvium) ❑ 14 38 17 16 8 884.7 110 8 SILTY SAND, with trace Gravel, gray, wet, loose. SM (Glacial Outwash) a 7 N ^ W 880.7 17 0 CLAYEY SAND, with trace Gravel, gray, wet, soft, Sc �? (Glacial Outwash) d� 2 End of Boring at 31 feet. §7 .7 22.0•,W SANDY LEAN CLAY, with Gravel, gray, wet, rather stiff Water observed at a depth of 6 1/2 CL •_ to stiff, feet with 8 feet of (Glacial Till) hollow -stem auger in the ground. 10 Water not observed to cave-in depth of 8 feet Immediately S after withdrawal of auger, _ Boring then Y backfilled with bentonite grout. m 13 uO O 13005I4$ uretio inlhf loc carwild n, 6100fIVr> "i MN 55.9a* 0 1 • Nuyc - v BRAUN'" INTERTEC Braun Project B1505149 Preliminary Geotechnical Evaluation Residential Development 58th Ave & Yukon Ave New Hope, Minnesota LOG OF BORING BORING: ST-10 LOCATION: See attached sketch. DRILLER: K. Keck METhIpD: 31/4" HSA, Autohammer DATE: 6/18/15 SCALE: V = 4' Elev. Depth Descri lion of Materials BPF WL MC P204 Tests or Notes feet feet P 898.8 0.0 Symbol (Soil-ASTM 02488 or D2487, Rock -USAGE EMI 110-1-29p$)' If D, with roots, dark brown, moist. 897.8 1.0 (Topsoil) AN CLAY, with Gravel, brown, moist, rather (Glaciofluvium) 5 21 894.8 4,0 5M SILTY SANQ, fine-grained, brown to dark brown, moist, loose to medium dense. 19 j (Alluvium) rRIIIIIIIIIINIIIIIII& • 12 14 31 187.8 11.0 - CL SANDY LEAN CLAY, with Gravel. gray, wot, soft to rather stiff. (Glacial Till) 3 8 9 — - END OF BORING. Water observed at a depth of 11 1/2 feet with 11 112 a feet of hollow -stem auger in the ground. - Water not observed to cave-in depth of 11 1/2 feet W Immediately after withdrawal of auger. m Boring then backfilled with bentonite grout. 0 0 SAID NFA . B ST.10 page 5 of 1 BRAUN'M LOG OF BORING I NTE RTC Braun Project B1505149 BORING: STA 1 Preliminary Geotechnical Evaluation LOCATION: See attached sketchy Residential Development 58th Ave & Yukon Ave New Hope, Minnesota DRILLER: K. Keck METHOD: 3 114" HSA, Autohammer DATE: 6117/15 SCALE: V = 4' m o Elev. feet Depth feet Description of Materials BPF WL MC Tests or Notes 896.9 0.0 Symbol (SollASTM D2488 or D2487, Rock-VSACE EM1110-1.2904) SM ; I SILTY SAND, with roots, dark brown, moist. (Topsoil) 04:9. 2:0 FILL FILL: Silty Send, fine-grained, with trace Gravel, brown, N moist. 20 (Fill) 82.8 4.C1 PT '-' PEAT, fibrous, black, wet. (Swamp Deposit) 6 48 OC=12% 890.9. 6.0 �! OL ORGANIC CLAY, With, fiber and sand seams, black to � 10 feet then gray, wet. - (Swamp Deposit) 2 N I 1 w — 2 97 IOC=14% 884.91 12.0 CL SANDY LEAN CLAY, with Gravel, trace of Clayey Sand at 15 feet, wet, very soft to rather stiff, _. WH 18 (Glacial Till) - I a 2 15 i I v 6 End of Boring at 31 feet. Water not observed with 30 feet of hollow stem a auger in the ground. n -- Water not observed to - cave-in depth of 26 feet G immediately after o — 9 withdrawal of auger. a Boring then backfilled with bentonite grout. 10 ® 6.8 3 0 CJ Hfam Intertec CoWallpn, t3lomirQWn MN 5M8 S 1.17 pa4p 1 o l BRAUN"' LOG OF BORING INTERTEC Braun Project B1505149 BORING: ST-12 Preliminary Geotechnical Evaluation LOCATION: See attached sketch. Residential Development C 58th Ave & Yukon Ave New Hope, Minnesota DRILLER: K. Keck METHOD; 31/4" HSA, Autohammer DATE: 6/17115 SCALE; '8 Elev. Depth � feet feet Description of Materials BPF WL MC Tests or Notes A 895.3 0.0 Symbol (Solt-ASTM D2488 or D2487, Rack-l3SACE EM1110-1-2900) % SM :. SILTY SAND, with roots, date brown, moist. (Topsoil) m��3.3., PT PEAT, fibrous, black, wet. a y 692.3 3.0 (,Swamp Deposlt) OL — _ ORGANIC CLAY, black, wet. •- — (Swamp Deposit) CL . SANDY LEAN CLAY, with little Gravel, gray, wet, soft 3 27 OC=4% _ to rather stiff. (Glacial Till) 4 17 V 4 17 7 g— 6 a -- 12 a a G� 12 869.3 28.s3 - END OF BORING. _ c Water observed at a depth of 9 feet with 9 feet of _ hollow -stem auger in the ground. x z - Boring then backfllled with bentonite grout. a 0 m o — O Ff 5Q51A9 �IikJll Ihle+luc CnrlYofRlipn, kl. EngSvn MN 55d9& ST-12. page 1 of ; BRAUN"' LOG OF BORING INTERTEC Braun Project 81505149 BORING, ST-13 Preliminary Geotechnical Evaluation LOCATION; See attached sketch. Residential Development 58th Ave & Yukon Ave New Hope, Minnesota DRILLER: K. Keck METHOD: 31/4" HSA, Autohammer DATE: 6/18115 SCALE: 1" = 4' Elev. Depth feet feet Description of Materials BPF WL MC Tests or Notes 899.2 0.0 Symbol (Soil-ASTM D2488 or D2487, Rock -USAGE EM1110-1-2908) % SM SILTY SAND,fine-grained, with tools, dark brown, - 897.9 1.3 CL ,moist. (Topsoil) SANDY LEAN -CLAY, with Gravel, gray, rr►oist, medium. 6 17 (Glaciofluvium) 895.2 4.0 _ POORLY GRADED SAND, fine tomedium-grained, SP with Gravel, with Silt lenses at 8 feet, brown, wet to waterbearing, loose to medium dense. 6 15 (Glacial Outwash) 8 13 _ 9 ® 5 881.2 18 0 CL SANDY LEAN CLAY, with little Gravel, gray, wet, rather soft to medium. (Glacial Till) 5 a t9 �- rri 873,2 26.0 8 END OF BORING, o Water observed at a depth of 6 feet with 6 1/2 feet of n hollow -stem auger in the ground, - Water not observed to cave-in depth of 5 feet - immediately after withdrawal of auger. Boring then backfilled with bentonite grout. - o L 0 B1S Slq$ ti:..[kri, I,,Ir'rt(,c C(ypk4A[. err, I.ii n rriri:t:u;. MN v:+S:151 S -13 page I of t BRAD Nm INTERTEC Braun Project B1505149 Preliminary Geotechnical Evaluation Residential Development 58th Ave & Yukon Ave New Hope, Minnesota LOG OF BORING BORING' ST-14 LOCATION: See attached sketch. DRILLER: K. Keck METHOD: 3 114" HSA, Autohammer DATE: 6/17/15 SCALE: 1" = 4' Elev. Depth feet feet Description of Materials BPI JWL MC Tests or Notes 899.9 0.0 Symbol (SoilkASTIVI D2488 or D2487, Rock -USAGE EM1110-1-2908) SM SILTY SAND, with traee roots, bark brown, moist. (Topsoil) - 597.9 2 CL SANDY LEAN C:[.AY, with Gravel, dark brown with rust ` stains, moist. A 10 (Glaciofluvium) 7 1 1 16 SANDY LEAN CLAY, with Gavel, brown with rust stains, wet, rather soft to hard. (Glacial Till) 7 1 1 16 1 LL=22; PL=14; PI=8 36' 1 1 1 "No sample obtained. OL SANDY LEAN CLAY, with Grevei, gray, wet, medium. (Glacial Till) 7 ENp OF BORING. Water observed at a depth of 14 feet with 14 feet of hollow -stem auger in the ground. Water not observed to cave-in depth of 19 feet immediately after withdrawal of auger. Boring then backfilled with bentonite grout. page I B RAU NW LOG OF BORING x a� IERTEC Braun Project B1505149 1 BORING,, ST-15 Preliminary Geotechnical Evaluation LOCATION: See attached sketch. Residential Development 58th Ave & Yukon Ave New Hope, Minnesota DRILLER: K. Keck METHOD: 3 1/4" HSA, Autohammer DATE: 6/17/15 SCALE: V = 4' Elev. Depth feet feet Description of Materials BPF WL MC Tests or Notes 900.4 0.0 Symbol (Soil-ASTM D2488 or D2487, Rock -USAGE EM1110-1.2908) % SM ',- = SILTY SANiJ, with trace mots, dark brown, lmolst. 899A 1.0_ 1 ITvpsvil) r FILL FILL: Sandy Lean Clay, darts brown, wet. (Fill) _ 11 16 B96.4 4.0 CL SANDY LEAN CLAY, with Gravel, grayish brown, wet, rather soft to stiff, (Glacial Till) 4 5 17 7 _ 9 15 16 10 B79.4 21.0 END OF BORING. Water not observed with 20 feet of hollow stem auger I in the ground. ` Water not observed to cave-in depth of 21 1/2 feet immediately after withdrawal of auger, Boring then backfilled. 01505149 Mon usmnoe [:0rpMQ1W.1JWTMng10 + MN WOO a! • Po pays � u1 BRAUN NTE RTEC Descriptive Terminology of Soij Standard D 2487 - 00 Classification of Solis for Engineering Purposes: (Unified Soil Classification System) Criteria for Assigning Group Symbols and Soils Classification Group Group Names Using Laboratory Tests a Symbol Group Name u o Gravels Clean Gravels C >_ 4 and 1 < C < 3 c GW Well -graded gravel° w _0 o More than 50% of 5% or less fines e C�< 4 and/or 1 > C�> 3 c GP Poorly graded gravel a rq ._ coarse fraction Gravels with Fines Fines classify as ML or MH GM Silty gravel a r9 retained on Fines.classify as CL or CH GC Clayey ravel d rq c o No. 4 sieve More than 12% fines a guU-) N Sands Clean Sands C� � 6 and 1 < C < 3 ° SW Well -graded sand C < 6 and/or 1 > CL> 3 ° SP Poorly graded sand n w z 50% or more of 5% or less fines ' c a) coarse traction Sands with Fines Fines classify as ML or MH SM Silty sand `9 h v o passes Fines classify as CL or CH SC Clavev sand r9 n E No. 4 sieve More than 12%1 W F Inorganic g PI > 7 and lots on or above "A" line f CL Lean clay PI < 4 or plots below "A" line ML Silt k I in �+ -a Silts and Clays o a) rn N > Liquid limit less than 50 Organic Liquid limit - oven dried < 0,75 OL Organic clay x w CL Liquid limit -not dried OL Organic silt iii `o N o, E Silts and clays Inorganic PI plots on or above "A" line CH Fat clay PI "A" line p lots below MH Elastic silt k" m o d z Liquid limit Organic g Liquid limit - oven dried < 0 75 OH Organic clay k' '^ P iT o 50 or more Li uid limit - not dried OH Organic silt k I I n Highly Organic Soils Primarily organic matter, dark in color and organic odor PT Peat a, Based on the material passing the 3-in (75mm) sieve. b. If field sample contained cobbles or boulders, or both, add "with cobbles or boulders or both" to group name. c. Cu - Dso/ DW Cc - (D3d' D1a x Dso d IfsoilcontainsZ15%sand, add "with sand" to group name. e. Gravelswith 5 to 12%fines require dual symbols: GW-GM well -graded gravel with silt GW-GC well -graded gravel with clay GP -GM poorly graded gravel with silt GP -GC poorly cradled gravel with clay L If fines classify as CL-ML, use dual symbol GC -GM or SC-SM. g. Iffines are organic, add "with organicfines" to group name. In . If soil contains >_ 15 % gravel, add "with gravel" to group name. i. Sandswith5to12%fiinesrequire dual symbols: SW-SM well -graded sand with silt SW -SC well -graded sand with clay SP-SM poorly graded sand with silt SP-SC poorly graded sand with clay j. If Atterberg limits plot in hatched area, soil is a CL-ML, silty clay. k If soil contains 10 to 29 % plus No, 200. add "with sand" or "with gravel" whichever is predominant. I. If soil contains>-30% plus No. 200, predominantly sand, add''sandy" to group name, m Ifsoil contains> 30%plus No. 200 predominantly gravel, add "gravelly" to group name. n. PI � 4 and plots on or above "A" line, o, PI <4 or plots below "A" line. p. PI plots on or above "A" line. q. PI plots below "A" line. 60 50 a 40 X G1 .a 30 N 20 m G- 10 7 4 0 0 i i � � O G i i i i tli GV MH or OH i ML or OL ck.,Mt: 10 16 20 30 40 50 60 70 80 90 100 110 Liquid Limit (LL) Laboratory Tests DID Dry density, pcf Oc Organic content, WD Wet density, pcf S Percent of saturation, % MC. Natural moisture content, % SG Specific gravity LL Ligiuid limit, % C Cohesion, psf PL Plastic limit, % 0 Angle of internal friction PI Plasticity index, % qu Unconfined compressive strength, psf P200 % passing 200 sieve qp Pocket penetrometer strength, tsf Particle Size Identification Boulders ....................... .... over 12" Cobbles ............................... 3" to 12" Gravel Coarse —.. ....................... 3/4" to 3" Fine ....„ ........................... No. 4 to 3/4" Sand Coarse ............................ No. 4 to No, 10 Medium ........................... No, 10 to No, 40 Fine ................................. No. 40 to No. 200 Silt .......................... ... <No. 200, PI<4 of below "A" line Clay ........ ............................, <No. 200. PI> 4 ar on or above "A" line Relative Density of Cohesionless Soils Very loose ................................ 0 to 4 BPF Loose._, 5 to 10 BPF Medium dense ......................... 11 to 30 BPF Dense ...................................... 31 to 50 BPF Very dense ................ :........ ...... over 50 BPF Consistency of Cohesive Soils Very soft .... .................. ............ 0 to 1 BPF Soft .....................................- 2 to 3 BPF Rather soft ............................... 4 to 5 BPF Medium................. ..................... 6 to 8 BPF Rather stiff ............................... 9 to 12 BPF Stiff ....................................... 13 to 16 BPF Very stiff ................................... 17 to 30 BPF Hard ....................................... over 30 BPF Drilling Notes Standard penetration test borings were advanced by 3 1/4" or 6 1/4" ID hollow -stem augers unless noted otherwise. Jetting water was used to clean out auger prior to sampling only where indicated on logs. Standard penetration test borings are designated by the prefix "ST" (Split Tube` 1-11 samples were taken with the standard 2" OD split -tube sampler, except where noted. Power auger borings were advanced by 4" or 6" diameter continuous- fljght, solid -stem augers. Soil classifications and strata depths were in- ferred from disturbed samples augered to the surface and are, therefore, somewhat approximate. Power auger borings are designated by the prefix "B." Hand auger borings were advanced manually with a 1 1/2" or 3 1/4" diameter auger and were limited to the depth from which the auger could be manually withdrawn, Hand auger borings are indicated by the prefix "H BPF: Numbers indicate blows per foot recorded in standard penetration test, also known as "N" value. The sampler was set 6" into undisturbed soil below the hollow -stem auger. Driving resistances were then counted for second and third 6" increments and added to get BPF. Where they differed significantly, they are reported in the following form: 2/12 forthe second and third 6" increments, respectively. WH: WH indicates the sampler penetrated soil underweight of hammer and rods alone; driving not required. WR: WR indicates the sampler penetrated soil under weight of rods alone; hammer weight and driving not required. TW indicates thin -walled (undisturbed) tube sample. Note: All tests were run in general accordance with applicable ASTM standards. Rev. 7/0, Stantec BIDDER: DOCUMENT 0041 10 BID FORM 2016 YUKON AVENUE NORTH WATER MAIN & GOLF COURSE POND IMPROVEMENTS PROJECT NO. 193803941 CITY PROJECT NO. 1003 NEW HOPE, MINNESOTA FEBRUARY 2018 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: AddMdurn 61% Addendum Data 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 ail: (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, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the prices) Bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. m2018Siantec 1193803941 004110-1 BID FORM 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. 1, Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. K. Bidder 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 ovaluation concerning Bidder's responsiveness, responsibility, and qt inlifirotinns hefore nwarding 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 11.03.E of the General Conditions. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided, determined as provided in the Contract Documents. No. "M UnMs Qty Unit Price Toad Price PART 1 - YUKON AVENUE WATER MAIN: 1 MOBILIZATION 2 TRAFFIC CONTROL 3 INLET PROTECTION 4 BIOROLL © 2018 Stantec 1193BO3941 LS I $ LS i $ - d 0"'Co $ a1 dp0, �O F EA 5 $ aOO, OCR $ -law, Do Cj LF 300 $ ��y $ ` 0V, Oc) 0041 10 - 2 BID FORM No. Item Units ply Unit Price Total Price 5 TEMPORARY ROCK CONSTRUCTION ENTRANCE TN 50 $ �� �o $ 140,ao 6 TEMPORARY HYDROMULCH SY 500 $ y 7 STREET SWEEPER WITH PICKUP BROOM HR 5 $. 30r C) $ 8 SALVAGE AND REINSTALL SIGN ON NEW POST EA 2 $ /0'oy $ V' c _ 9 REMOVE AND REPLACE CONCRETE CURB & GUTTER LF 50 $ $ v' �y`} 10 REMOVE BITUMINOUS PAVEMENT SY 100 $ $ �� r $ 0O'G2-> 11 TEMPORARY WATER SERVICE LS 1 $ / a.'G0 12 REMOVE WATER MAIN PIPE LF 260 $ $ 8` J 13 REMOVE FORCE MAIN LF 260 $ $ 14 REMOVE SANITARY SEWER SERVICE PIPE LF 50 gtov $ $ �' 15 REMOVE WATER SERVICE EA 3 $ $ 16 ABANDON WATER SERVICE EA 3 $ OD,o^d $ ['O 0-T 17 REMOVE HYDRANT, VALVE AND BOX EA i $ ,S`o0. $ — 300.00 (op.? C, 18 REMOVE VALVE AND BOX EA 2 $ _ $ �d O� oo Su' o 19 CONNECT TO EXISTING WATER MAIN EA 2 $ $ t'Oa Od ~ 20 4" PVC WATER MAIN, C900 WITH TRACER WIRE LF 10 $ 21 6' PVC WATER MAIN, C900 WITH TRACER WIRE LF 15 $ 22 8" PVC WATER MAIN, C900 WITH TRACER WIRE LF 265 $ 23 INSULATION, 4" THICK SY 50 $ 24 IMPROVED PIPE FOUNDATION LF 65 $ 25 4" GATE VALVE AND BOX EA 1 $ 26 8" GATE VALVE AND BOX EA 3 $ $ � ZCV, 27 HYDRANT, INCLUDING 6" GATE VALVE AND BOX EA 1 �Z�AO'v� $ { / ¢ OAS a $ �O-�. �v 28 DUCTILE IRON FITTINGS LB 1100 JU�- 29 CONNECT TO EXISTING WATER SERVICE EA 3 $ © 2018 Stantec 1193/303941 0041 10-3 BID FORM No. Item Unlls Qfy W* Price Total Price 0o. d- $ 9oo, cc, 30 1" CORPORATION STOP EA 3 $ ),.1-00,� 31 1" CURB STOP AND BOX EA 3 $ $ ,O� © 7 32 1"TYPE "K" COPPER SERVICE, DIRECTIONALLY DRILLED LF 150 $ $ a 33 CLASS 5 AGGREGATE BASE TN 100 $ _ ��ti 6y $ a"i � 34 BITUMINOUS PATCHING MIXTURE TN 50 C+ $ L��O� $ �S-00,cu 35 PATCH CONCRETE DRIVEWAY SF 800 $ 36 LOAM TOPSOIL BORROW (LV) CY 15 $ p,Up $ � 4 a 37 SOD, TYPE LAWN SY 75 D $ $ 106. TOTAL PART 1 - YUKON AVENUE WATER MAIN: $ PART 2 - GOLF COURSE POND: 38 MOBILIZATION 39 TRAFFIC CONTROL 40 DEWATERING (DRAIN POND) 41 STREET SWEEPER WITH PICKUP BROOM 42 SALVAGE AND REINSTALL FENCE 43 TEMPORARY ROCK CONSTRUCTION ENTRANCE 44 TEMPORARY CONSTRUCTION FENCE 45 SILT FENCE -MACHINE SLICED 46 REMOVE STORM SEWER PIPE 47 REMOVE FLARED END SECTION 48 REMOVE OUTLET CONTROL STRUCTURE 49 OUTLET CONTROL STRUCTURE 50 COMMON BORROW (CV) LS 15 1 'Low, C.W . 000, cr., LS 1 $ $ S`ooa.oca HR 5 $ 3 0,00 $ /s0,00 LS 1 $ �f 100,E TN 50 $ 37 0 $ LF 200 $ J r 0 0 $` O 0 0. a v LF 20 $ /19r 00 $ dLOD.vd EA 2 $ $ O 490• a ­2 LS 1 $ $ C,y. G LS 1 $ V v- $ C-r-IIIb- U 0 CY 100 $ 00a O� ©201BStanlec 1 193803941 004110-4 BID FORM No. Item [hits Qty Unit Price Total Price 51 12" PVC STORM SEWER PIPE LF 10 $ °U $ .. 9 �0'yo 52 12" FLARED END SECTION EA 1 $ l�V ��� $ Id- 00,6o 53 24" FLARED END SECTION EA 1 $ � $ p O(*• o0 54 CLASS 2 GRANITE RIP RAP TN 1,200 $ � $ { �� 60 55 CLASS 5 AGGREGATE BASE -TRAIL TN 50 $ $ O 56 LOAM TOPSOIL BORROW (LV) CY 180 $ 57 SEED WITH EROSION CONTROL BLANKET SY 650 $ 58 SOD, TYPE LAWN SY 1,000 $ TOTAL PART 2 - GOLF COURSE POND: $ BASE BID SUMMARY PART 1 - YUKON AVENUE WATER MAIN $ �x • PART 2 - GOLF COURSE POND TOTAL BASE BID: $ 2er&pqc> 0 2018 Stantec 1 193803941 0041 10 - 5 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.E 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. B. Bid Form Attachment A - Responsible Contractor Verification and Certification of Compliance. 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. If Bidder Is: SUBMITTED onsze�Co 2018. Corporation Name: td. Jr. '_d A mil" ... (SEAL) State of Incorporation: 15 Type (General Business, Pro sionat. Service, Limited Liability): GAG1. _ By: _ • (Signature) Name (typed or printed): �-1'.re Title:r2s Attest (CORPORATE SEAL) 15kt11nlur of Corporate Secretary) Business Street Address (No P.O. Box #'s): Phone No.: r7 Email.:[ ►� . 4' Li QD L Vys�� © 2018 Srantec 1193BO3941 0041 10 - 6 BID FORM �• - A Parinershio Name (typed or printed): By: _ (Individual's signature) Doing business as: Business Street Address (No P.O. Box #'s): Phone No.: Email.: Partnership Name: By: -- (Signature of general partner) Name (typed or printed): Business Street Address (No P.O. Box #'s): Phone No.: Email.: END OF DOCUMENT (SEAL) iSFA1.i ® 2018 Stantec 1 193803941 0041 10 - 7 BID FORM (3) The contractor or related entity is in compliance with and, during the three-year period before submitting the verification, has not violated section 181.723 or chapter 32613. For purposes of this clause, a violation occurs when a contractor or related entity has been issued a final administrative or licensing order;* (4) The contractor or related entity has not, more than twice during the three-year period before submitting the verification, had a certificate of compliance under section 363A36 revoked or suspended based on the provisions of section 363A.36, with the revocation or suspension becoming final because it was upheld by the Office of Administrative Hearings or was not appealed to the office;* (5) The contractor or related entity has not received a final determination assessing a monetary sanction from the Department of Administration or Transportation for failure to meet targeted group business, disadvantaged business enterprise, or veteran -owned business goals, due to a lack of good faith effort, more than once during the three-year period before submitting the verification;* * Any violations, suspensions, revocations, or sanctions, as defined in clauses (2) to (5), occurring prior to July 1, 2014, shall not be considered in determining whether a contractor or related entity meets the minimum criteria. (6) The contractor or related entity is not currently suspended or debarred by the federal government or the state of Minnesota or any of its departments, commissions, agencies, or political subdivisions; and (7) All subcontractors that the contractor intends to use to perform project work have verified to the contractor through a signed statement under oath by an owner or officer that they meet the minimum criteria listed in clauses (1) to (6). Minn. Stat. § 16C.285, Subd. 5. SUBCONTRACTOR VERIFICATION. A prime contractor or subcontractor shall include in its verification of compliance under subdivision 4 a list of all of its first -tier subcontractors that it intends to retain for work on the project. 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. 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 subdivision 3, clause (7). A prime contractor and subcontractors shall not be responsible for the false statements of any subcontractor with which they do not have a direct contractual relationship. A prime contractor and subcontractors shall be responsible for false statements by their first -tier subcontractors with which they have a direct contractual relationship only if they accept the verification of compliance with actual knowledge that it contains a false statement. BID FORM ATTACHMENT A ©2018 Stantec 1 193803941 0041 13 - 2 Minn. Stat. § 16C.285, Subd. 4. VERIFICATION OF COMPLIANCE. A contractor responding to a solicitation document of a contracting authority shall submit to the contracting authority a signed statement under oath by an owner or officer verifying compliance with each of the minimum criteria in subdivision 3 at the time that it responds to the solicitation document. A contracting authority may accept a sworn statement as sufficient to demonstrate that a contractor is a responsible contractor and shall not be held liable for awarding a contract in reasonable reliance on that statement. Failure to verify compliance with any one of the minimum criteria or a false statement under oath in a verification of compliance shall render the prime contractor or subcontractor that makes the false statement ineligible to be awarded a construction contract on the project for which the verification was submitted. A false statement under oath verifying compliance with any of the minimum criteria may result in termination of a construction contract that has already been awarded to a prime contractor or subcontractor that submits a false statement. A contracting authority shall not be liable for declining to award a contract or terminating a contract based on a reasonable determination that the contractor failed to verify compliance with the minimum criteria or falsely stated that it meets the minimum criteria. CERTIFICATION By signing this document I certify that I am an owner or officer of the company, and I swear under oath that: 1) My company meets each of the Minimum Criteria to be a responsible contractor as defined herein and is in compliance with Minn. Stat. § 16C.285, 2) I have included Attachment A-1 with my company's solicitation response, and 3) if my company is awarded a contract, I will also submit Attachment A-2 as required. Authorized Signature of Owner or Officer: Printed Name: A . Title: -Pr es ' Date: Company Name: Sworn to and subscribed before me this 6;' day of V uLr-(1 , 20A. otary ub My Commission Expires: ....................................--•---- -- t ' l� 'fA1tYO1J:-WNNESOTA: LEE NOTARY PUBLIMV99MMI99IDN SGIMI 8 NOTE: Minn. Stat. § 16C.285, Subd. 2, (c) if only one prime contractor responds to a solicitation document, a contracting authority may award a construction contract to the responding prime contractor even if the minimum criteria in subdivision 3 are not met. BID FORM ATTACHMENT A 0 2018 Stantec 1 193803941 0041 13 - 3 ATTACHMENT A -I FIRST -TIER SUBCONTRACTORS LIST SUBMIT WITH PRIME CONTRACTOR RESPONSE PROJECT TITLE: 21118 Vukon Avrnur Nvrlb Water Win Im roventents Minn. Stat. § 16C.285, Subd. 5. A prime contractor or subcontractor shall include in its verification of compliance under subdivision 4 a list of all of its first -tier subcontractors that it intends to retain for work on the project. Submit this form with the Bid Form. FIRST TIER SUBCONTRACTOR NAMES Name of city where company home (Legal name of company as registered with the Secretary of State) office is located I - A " , I, -- BID FORM ATTACHMENT A 0 2018 Stantec 1 193803941 0041 13 - 4 {YI ATTACHMENT A-2 ADDITIONAL SUBCONTRACTORS LIST PRIME CONTRACTOR TO SUBMIT AS SUBCONTRACTORS ARE ADDED TO THE PROJECT PROJECT TITLE: 2018 Yukon Avenue North Water M iiu Imnravemrnls This form must be submitted to the Project Manager or individual as identified in the solicitation document. Minn. Stat. § 16C.285, Subd. 5.... 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. Submit this form to the Project Manager. © 2018 Stantec 1 193803941 BID FORM ATTACHMENT A 0041 13-5 ADDITIONAL SUBCONTRACTOR NAMES (Legal name of company as registered with the Secretary of State) SUPPLEMENTAL CERTIFICATION FOR ATTACHMENT A-2 Name of city where company home office is located By signing this document I certify that I am an owner or officer of the company, and I swear under oath that: All additional subcontractors listed on Attachment A-2 have verified through a signed statement under oath by an owner or officer that they meet minimum criteria to be a responsible contractor as defined in Minn. Stat. § 16C.285. Ant Title: v f re—s,J-e v.+ or Officer: Company Name: L Cc ,� S� � i c-.I�� .�► c. Sir a'i7 to and subscribed befol-c me this day of r 20 Notary P� he My Commission Expires: Printed Name:, [ � _C;z rre- i! V / I Date: --------------------------•------------, i fff w nn���a+�'it nyt• A t [i17.n� 2 .�;� et!)'f RRY plypLiC - MINNESDY P -• - lh'4 (;,(yiNhiS$lQN �4RES titl3i END OF SECTION BID FORM ATTACHMENT A © 2018 Stantec 1 193803941 0041 13 - 6 WEST BEND A MUTUAL INSURANCE COMPANY* Bond Number 2377692 Bid Bond KNOW ALL BY THESE PRESENTS, That We, G.F. Jedficki, Inr. as Principal, and WEST BEND MUTUAL INSURANCE COMPANY, a corporation organized under the laws of the State of Wisconsin and having its principal office in Middleton, Wisconsin, in said State, as Surety, are held and firmly bound unto City of New Hope as Owner, in the full and just sum of Five Percent ( 5 %) of amount bid for the payment whereof said Principal binds its heirs, administrators, and executors and said Surety binds itself, its successors and assigns firmly by these presents WHEREAS, said Principal has submitted to said Owner a bid or proposal for _ 2018 Yukon Ave North Watermain Improvements and Golf Course Pond I,nwavements, New Hope, MN, NOW THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH that if within Sixty days hereof and in accordance with said proposal a contract shall be awarded to said Principal and the said Principal shall enter into a contract for said work and shall furnish bond with surety as required for its faithful performance then this obligation shall be void, otherwise remain in full force and virtue. Signed and Sealed this 6 day of March .20 18 Principal: G.F. Jedlickljnc By: �.. (SEAL) Witness: Name T ed: . r_Q. r e. � rile Witness: Surety: West BeitAutual Insurance Company Y (SEAL) Name Typed: NICOLE M. COTY ,,arney-In-Fac Ti Agency Name: BEARENCE MANAGEMENT GROUP LLC - — Address: 2010 CENTRE POINTE BLVD. MENDOTA HEIGHTS, MN 55120 Phone Number: (651)379-7800 MICHIGAN ONLY: This policy is exempt from the filing requirements of Section 2236 of the Insurance Code of 1956, 1956 PA 218 and MCL 500.2236, NB 0192 11 17 Page 1 of 1 PO Box 620976 1 Middleton, WI 53562 1 Phone: (608) 410-3410 1 Fax: (877) 674-2663 1 www.thesilverlining.com CORPORAT I ACKNOWLEDGMENT STATE OF COUNTY OF t>/tnel zflo, '19 �a4g , before me personally On the �v day of ,^ • P Y appeared, _ - rr��TP,1,L i-- to me, who being duly sworn, did depose and say: that s/he resides that s/he is the of the G.F. Jedl icki Inc. the corporation described in and which executed the foregoing instrument; that s/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 s/he signed her/his name thereto by like order. I (SEAL v,nrr PnY[;e BETTY GREENLEE - I NOTARY PUBLIC.MINNESOTA MY COMMISSION EXPIA�S pt OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF Dakota On the 6th day of March 2018 before me personally appeared, Nicole M. Coty to me known, who being duly sworn, did say: that s/he resides in Minnesota that s/he is the aforesaid officer or attorney in fact of West Bend Mutual Insurance Company a corporation, that the seat affixed to the foregoing instrument is the corporate seal of said corporation; and that said instrument as signed and sealed on behalf of said corporation by the aforesaid officer, by authority of its board of di a tors; and the aforesaid officer acknowledged said instrument to be the free act a d deed f said corporation. (SEAL) X, o[nry u is 0,".'1 uAftiF• RUIJVAN -+c,:.�•.' ., - ; • :41�aC=� dui. 2'8i!U WEST BEND A MUTUAL INSURANCE COMPANY" POWER OF ATTORNEY THE SILVER LINING® Bond No. 2377692 Know all men by these Presents, That West Bend Mutual Insurance Company, a corporation having its principal office in the City of West Bend, Wisconsin does make, constitute and appoint: NICOLE M. COTY lawful Attorneys) -in -fact, to make, execute, seal and deliver for and on its behalf as surety and as its act and deed any and all bonds, undertakings and contracts of suretyship, provided that no bond or undertaking or contract of suretyship executed ender this authority shall exceed in amount the sum of. Seven Motion Five Hundred Thousand Dollars ($7,500,000) This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of West Bend Mutual Insurance Company at a meeting duly called and held on the 21st day of December, 1999. Appointinent ofAtta►'►tey It? -Fact 7Y7e Ares&lent ar any vice president, or any other officer of West Bencl Mutual losurance Connpany may appoint ; written ce1-tificateAttorlieys-Ill-fact to act on behalf of the company in the execution of and attesting of bonds and undertakings and other written: obligatory instruments of like nature. Tl1e signature of any officer authorized hereby and the corporate seal may be of fixed by facsfrnnile to any such power of attorney or to any certificate relating therefore and any such power of attorney or certililcate bearing such facsinide sgnatures or facsimile seal shall be valid and binding upon the company, and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding trpoln the company in the future with respect to any bond or undertaking or other writing obligatory rn nature to which it is attached. Any such appointment may be revoked, for cause, 01• without co use, by any Said office?- at ally tinne. In witness whereof, the West Bend Mutual Insurance Company has caused these presents to be signed by its president undersigned and its corporate seal to be hereto duly attested by its secretary this 22nd day of Se tember, 2017. Attest Christopher C. Z gar( Kevin A. Steiner Secreta SEAL rY L AChief Executive Officer/President State of Wisconsin County of Washington On the 22nd day of September, 2017, before me personally came Kevin A. Steiner, to me known being by duly sworn, did depose and say that he resides in the County of Washington, State of Wisconsin; that he is the President of West Bend Mutual Insurance Company, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to said instrument is such corporate seal; that is was so affixed by order of the board of directors of said corporation and that he signed his name thereto by like order.��. /1 NOTnpr? Juli A, nedum 5enior orporate Attorney •"'k�r S�0. Notary Public, Washington Co., WI My Commission is Permanent The undersigned, duly elected to the office stated below, now the incumbent in West Bend Mutual Insurance Company, a Wisconsin corporation authorized to make this certificate, Do Hereby Certify that the foregoing attached power of Attorney remains in full force effect and has not been revoked and that the Resolution of the Board of Directors, set forth in the Power of Attorney is now in force. Signed and sealed at West Bend, Wisconsin this sth day of March 2018 :�UµlL �pRPOAAr1!90 cam. � pV.....rVr�- ., :i Heather Dunn Vice President — Chief Financial Officer Nolice: Any questions concerning this Power of Attorney may he directed to the Bond Manager at NSI, a division of West Bend Mutual Insurance Company. 1900 S. 181h Ave. West Bend, WT 53095 1 ph (262) 334-6430 1 1-800-236-5004 1 fax (262) 338-5058 1 www.thesilverlining.com SECTION 00 52 10 AGREEMENT FORM THIS AGREEMENT is by and between the City of New Hope, Minnesota (hereinafter called Owner) and G.F. Jedlick3, Inc. (hereinafter called Contractor). Owner and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 - WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents, The Work is generally described as follows: removal and replacement of water main and services. 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: 2018 Yukon Avenue North Water Main and Golf Course Pond Improvements, City Project No. 1003 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 Milestones, Substantial Completion, and Final Payment A. The Work considered as Part 1, as defined in the Section 00 73 05 of the Project Manual, will be substantially completed on or before May 25, 2018. It will be completed and ready for Final Payment in accordance with Paragraph 14.07 of the General Conditions on or before June 8, 2018. The Work considered as Part 2, as defined in the Section 00 73 05 of the Project Manual, cannot start construction until October 1, 2018, and will be substantially completed on or before October 31, 2018. It will be completed and ready for Final Payment in accordance with Paragraph 14.07 of the General Conditions on or before November 9, 2018. 4.03 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 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 AGREEMENT FORM © 2018 Stantec 1 193803941 00 52 10 - 1 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. B. 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 $500 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 Total Base Bid of Two Hundred Thirty -Nine Thousand Six Hundred Eighty Dollars and No Cents($239,680.00). 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.A.1 and 6.02.A.2 below. All such payments will be measured by the Schedule of Values established in Paragraph 2.07.A of the General Conditions (and in the case of Bid Unit Price Work based on the number of units completed) or, in the event there is no Schedule of Values, as provided in the General Requirements: 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but in each case, less the aggregate of payments previously made and less such amounts as Engineer may determine or Owner may withhold, including but not limited to liquidated damages, in accordance with Paragraph 14.02 of the General Conditions: a. 95-percent of Work completed (with the balance being retainage). b. 95-percent of cost of materials and equipment not incorporated in the Work (with the balance being retainage). AGREEMENT FORM © 2018 Stantec 1 193803941 0052 10 - 2 2. Upon Substantial Completion, Owner shall pay an amount sufficient to increase total payments to Contractor to 100-percent of the Work completed, less such amounts as Engineer shall determine in accordance with Paragraph 14.02.B.5 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, © 2018 Stantec 1 193803941 AGREEMENT FORM 005210-3 within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by Owner and others at the 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: 2018 Yukon Avenue North Water Main and Golf Course Pond Improvements. 7. Addendum No 1. 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 0 2018 Stantec 1 193803941 AGREEMENT FORM 005210-4 bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 10.03 Successors and Assigns A. Owner and Contractor each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 10.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 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 im-the Contract execution; 2. "fraudulent practice" means an intentional misrepresefitation -of facts mada (a) to influence the Bidding process or the execution of the Contract to the detrimentoof Owner, (b) to establish Bid or Contract prices at artificial non-competitivse�levels, br (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 © 2018 Stantec 1 193803941 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 March 26, 2018 (which is the Effective Date of the Agreement). Owner: City of Nopp, Minnesota By: Attest: Address for giving notices: CITY CLERK f N',,EVV HOPE, IVIN 55428 Designated Representative: Name: Title: KIRK McDONALD Addreq:IN MANAGER 4401 XYLON AVE NO Phon NEW HOPE MN 55428 763-531-5100 Facsimile: 763-531-5136 Contractor: G.F. Jedlicki, Inc. _By: Attest: Address for giving notices: ►�a Ss3 License No.: (Where Applicable) Designated Representative: Name: Title Address: Phone: Facsimile: END OF SECTION AGREEMENT FORM © 2018 Stantec 1 193803941 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): OWNER (Name and Address): SURETY (Name, and Address of Principal Place of Business): CONTRACT Effective Date of Agreement: Amount: Description (Name and Location): BOND Bond Number: Date (Not earlier than Effective Date of Agreement): Amount: Modifications to this Bond Form: 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 SURETY (Seal) Contractor's Name and Corporate Seal By: Signature Print Name Title Attest: Signature Surety's Name and Corporate Seal By: Signature (Attach Power of Attorney) Print Name Title Attest: Signature Title ' 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 (Seal) 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 obligationunder this Bond, except to participate in conferences as provided in Paragraph 2.1. 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 61 13.13 Page 2 of 3 610 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 1 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 1 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 lor 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. 1 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 refuses 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 T 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 Jdamages 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 — (Name, Address and Telephone) Surety Agency or Broker: Owner's Representative (Engineer or other party: EJCDC C-610 Performance Bond (2007) Prepared by the Engineers Joint Contract Documents Committee. 00 6113.13 Page 3 of 3 This rage Left Blank Intentionally PAYMENT BOND Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): SURETY (Name, and Address of Principal Place of Business): OWNER (Name and Address): CONTRACT Effective Date of Agreement: Amount: Description (Name and Location): BOND Bond Number: Date (Not earlier than Effective Date of Agreement): Amount: Modifications to this Bond Form: 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, agent, or representative. CONTRACTOR AS PRINCIPAL SURETY 1 (Seal) Contractor's Name and Corporate Seal I By: Signature Print Name Title Attest: Signature Surety's Name and Corporate Seal By: Signature (Attach Power of Attorney) Print Name Title Attest: Signature Title Title Note: Provide execution by additional parties, such as joint venturers, if necessary. EJCDC C-615 Payment Bond (2007) Prepared by the Engineers Joint Contract Documents Committee. 00 6113.16 Pase 1 of 3 (Seal) 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 furnishing 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 Surcty'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, stating 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 Page2of3 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 i jurisdiction in the location in which the Work or part of the Work is located or after the expiration of one 1 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. j 12. Notice to Surety, Owner, or Contractor shall be mailed or delivered to the addresses shown on the 33 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. 1 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 furnish 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 j performance of the Work of Contractor and Contractor's subcontractors, and all other items for 1 which a mechanic's lien may be asserted in the jurisdiction where the labor, materials, or equipment were furnished. = 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 1 thereof. FOR INFORMATION ONLY — (Name, Address, and Telephone) Surety Agency or Broker: Owner's Representative (Engineer or other): EJCDC C-615 Payment Bond (2007) Prepared by the Engineers Joint Contract Documents Committee. 00 61 13.16 Page 3 of 3 This Page Left Blank Intentionally 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 NIFAWA.N C01INUI, op ENGI-Ut—, Co-1ANIFS ASCEAmerican Society of Civil Engineers g� 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 j 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.nVc.org American Council of Engineering Companies 1015 15th Street N.W., Washington, DC 20005 (202) 347-7474 www.acec:.or American Society of Civil Engineers 1801 Alexander Bell Drive, Reston, VA 20191-4400 (800) 548-2723 www.asce.org 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 13 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 — Definitions and Terminology .................................... 1.01 Defined Terms.................................................................................................................... 1 1.02 Terminology........................................................................................................................5 T 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 f 3.03 Reporting and Resolving Discrepancies............................................................................... 9 3.04 Amending and Supplementing Contract Documents............................................................ 9 3.05 Reuse of Documents......................................................................................................... 10 3.06 Electronic Data................................................................................................................. 10 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................................................................................... ] 1 4.03 Differing Subsurface or Physical Conditions...................................................................... 12 4.04 Underground Facilities...................................................................................................... 13 4.05 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............................................................................................... 19 5.06 Property Insurance............................................................................................................ 19 5.07 Waiver of Rights............................................................................................................... 20 5.08 Receipt and Application of Insurance Proceeds ..................... EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page i 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. All rights reserved. Page 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 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 t 11.03 Unit Price Work................................................................................................................ 46 Article 12 - Change of Contract Price; Change of Contract Times ..................................... 47 ................... 12.01 Change of Contract Price.................................................................................................. 47 1 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. Pane iii 00 72 05 14.09 Waiver of Claims............................................................................................................... 59 Article 15 — Suspension of Work andTermination................................................................................ 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 Article 16 - 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 I 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. IEJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 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 1 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. Page 3 of 62 0072 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 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 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 1.02.13 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: j 1. The word "day" means a calendar day of 24 hours measured from midnight to the next t • 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 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 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. i Contractor shall have an additional 10 days to make corrections and adjustments and- to EJCDC C-700 Standard General Conditions of the Construction Contract t " Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 7 of 62 00 72 05 L. 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. 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 discrepancy within the Contract Documents, or between the Contract Documents and (a) 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 may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and: a. the provisions of any standard, specification, manual, 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 i 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. Page 9 of 62 00 72 05 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 Contract 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 1 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 2. 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. Paue 11 of 62 00 72 05 L. 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 General Conditions of the Construction 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 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 14 of 62 00 72 05 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 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: (1) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed safely. If Owner and Contractor cannot agree as to entitlement to or on the amount or extent, if any, of any adjustment in Contract Price or Contract Times, or both, as a result of such Work 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 1 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 GO 7205 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 4.06.1-1 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 5.01.13 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 Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 16 of 62 00 72 05 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. 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 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; 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 Waiver of Rights A. Owner and Contractor intend that all policies purchased in accordance with Paragraph 5.06 will protect Owner, Contractor, Subcontractors, and Engineer, and all other individuals or entities identified in the 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 fit 0072,05 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 payable 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. Pace 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. B. At all 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 72 05 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of Owner. If required by Engineer, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and fequipment. 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 l . "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. Page 23 of 62 00 72 05 M 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 Standard General Conditions of the Construction Contract - Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 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: 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, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by Engineer. Contractor shall submit sufficient information to allow Engineer, in Engineer's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The requirements for review by Engineer will be similar to those provided in Paragraph 6.05.A.2. C. Engineer's Evaluation: Engineer will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. Engineer may require Contractor to furnish additional data about the proposed substitute item. Engineer will be the sole judge of acceptability. No "or equal" or substitute will be ordered, installed or utilized until Engineer's review is complete, which will be evidenced by 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. Page 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.B), whether initially or as a replacement, against whom Owner may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection. B. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, or other individuals or entities to be submitted to Owner in advance for acceptance by Owner by a specified date prior to the Effective Date of the Agreement, and if Contractor has submitted a list thereof in accordance with the Supplementary Conditions, Owner's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the Bidding Documents or the Contract Documents) of any such Subcontractor, Supplier, or other individual or entity so identified may be revoked on the basis of 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 an appropriate Change Order will be issued. No acceptance by Owner of any such Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, shall 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 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 certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.03. C. Changes in Laws or Regulations not known at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids) having an effect on the cost or time of performance of the Work shall be the subject of an adjustment in Contract Price or Contract Times. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment, a Claim may be made therefor as provided in Paragraph 10.05. 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. Page 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 1 . 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. Page 29 of 62 00 72 05 M 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.B that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.14 Safety Representative A. Contractor shall designate a qualified and experienced safety representative at the Site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. 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 007205 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 detennines 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 1 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. Page 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 00 72 05 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 Work, or anyone for whose acts any of them may be liable, the indemnification obligation under Paragraph 6.20.A shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for Contractor or any such Subcontractor, Supplier, or other individual or entity under workers' compensation acts, disability benefit acts, or other employee benefit acts. C. The indemnification obligations of Contractor under Paragraph 6.20.A shall not extend to the liability of Engineer and Engineer's officers, directors, 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 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 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 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 00 72 05 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 cootditiation. 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. Paae 36 of 62 00 72 05 8.02 Replacement of Engineer A. In case of termination of the employment of Engineer, Owner shall appoint an engineer to whom Contractor makes no reasonable objection, whose status under the Contract Documents shall be that of the former Engineer. 8.03 Furnish Data A. Owner shall promptly furnish the data required of Owner under the Contract Documents. 8.04 Pay When Due A. Owner shall make payments to Contractor when they are due as provided in Paragraphs 14.02. C and 14.07. C. 8.05 Lands and Easements; Reports and Tests A. Owner's duties 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, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Owner will not be responsible for Contractor's failure to perform the Work in accordance with the Contract ° Documents. EJCDC C-700 Standard General Conditions of the Construction Contract " 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. Page 38 of 62 00 72 05 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. Paae 39 of 62 0072 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 10.05.13. 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 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 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. 1. 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 l 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. Paue 41 of 62 00 72 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.B. A Claim for an adjustment in Contract Times shall be prepared in accordance with the provisions of Paragraph 12.02.13. 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 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 10.05.1) 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 11.0l.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.B, 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. Page 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 00 72 05 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 whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of Owner. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. g. The cost of utilities, fuel, and sanitary facilities at the Site. h. Minor expenses such as telegrams, long distance telephone calls, telephone service at the Site, 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 Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.1 or specifically covered by Paragraph 11.0l.A.4, 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 i . 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. Page 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 11.0I.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to Engineer an itemized cost breakdown together with supporting data. 11.02 Allowances A. It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to Owner and Engineer. B. Cash 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 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.0 LC). 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 11.01.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. Page 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 12.0l.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 11.01.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 11.0I.A.4, 11.0l.A.5, and I1.01.B; 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 'C,'ontract 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. Page 48 of 62 00 72 05 C. If Contractor is delayed in the performance or progress of the Work by fire, flood, epidemic, abnormal weather conditions, acts of God, acts or failures to act of utility owners not under the control of Owner, or other causes not the fault of and beyond control of Owner and Contractor; then Contractor shall be entitled to an equitable adjustment in Contract Times, if such adjustment is essential to Contractor's ability to complete the Work within the Contract Times. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph 12.03.C. D. Owner, Engineer, and 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 which 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 f 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; 0 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Paae 49 of 62 M 00 72 05 2. that costs incurred in connection with tests or inspections conducted pursuant to Paragraph 13.04.B 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 defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no 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. Page 51 of 62 11{1720S 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. Paee 52 of 62 00 72 05 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, Owner's other contractors, and Engineer and Engineer's consultants access to the Site to enable Owner to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and Owner shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount of the adjustment, Owner may make a Claim therefor as provided in Paragraph 10.05. Such claims, costs, losses and damages will include but not be limited to all costs of repair, or replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor's defective Work. D. Contractor shall not be allowed an extension of the Contract Times because of any delay in the performance of the Work attributable to the exercise by Owner of Owner's rights and remedies under this Paragraph 13.09. 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. Page 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. Page 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 t 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 (i1] 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 Contractors TVarranty of Title A. Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to Owner no later than the time of payment free and clear of all Liens. 14.04 Substantial Completion A. When Contractor considers the entire Work ready for its intended use Contractor shall notify Owner and Engineer in writing that the entire Work is substantially complete (except for items specifically listed by Contractor as incomplete) and request that Engineer issue a certificate of Substantial Completion. B. Promptly after Contractor's notification, Owner, Contractor, and Engineer shall make an inspection of the Work to determine the status of completion. If Engineer does not consider the Work substantially complete, Engineer will notify Contractor in writing giving the reasons therefor. C. If Engineer considers the Work substantially complete, Engineer will deliver to Owner a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. Owner shall have seven days after receipt of the tentative certificate during which to make written objection to Engineer as to any provisions of the certificate or attached list. If, after considering such objections, Engineer concludes that the Work is not substantially complete, Engineer will, within 14 days after submission of the tentative certificate to Owner, notify Contractor in writing, stating the reasons therefor. If, after consideration of Owner's objections, Engineer considers the Work substantially complete, Engineer will, within said 14 days, execute and deliver to Owner and Contractor a definitive EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. _ Pale 56 of 62 00 72 05 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. l._ EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Paue 57 of 62 L, 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: 1. 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.B.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 1- 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 OS 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 substantial 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, ifncorporated 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 j 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, EJCDC C-700 Standard General Conditions of the Construction Contract L Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 61 of 62 00 72 05 1 ,. 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 Claim 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 submission 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 C 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 007105 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 same as the address system used in the General Conditions, with the prefix "SC" added thereto. ARTICLE 1 - DEFINITIONS AND TERMINOLOGY SC-1.01.A.44 Add the following language at the end of the definition of Substantial Completion: The Work is considered Substantially Complete when the following have been completed: Part 1: All Yukon Avenue water main improvements have been completed, including installation and testing of all utilities, restoration of water service to all properties, all curb, roadway, and driveway patching, and all restoration. Part 2: All pond slope grading and rip rap restoration; all turf restoration and storm sewer improvements; fence reinstallation. SC-1.02 Add the following new paragraph immediately after Paragraph 1.02.F: G. The Specifications are written in imperative mood and streamlined form. This imperative language is directed to the Contractor, unless specifically noted otherwise. The words "shall be" are included by inference where a colon (:) is used within sentences or phrases. ARTICLE 2 - PRELIMINARY MATTERS SC-2.02 Owner shall furnish to Contractor 1 electronic (PDF) version of the Contract Documents. Additional printed copies may be obtained as directed in the Advertisement for Quotes. 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.B: C. The following reports of explorations and tests of subsurface conditions at or contiguous to the Site are known to Owner: © 2018 Stantec 1 193803941 SUPPLEMENTARY CONDITIONS 00 73 05 - 1 Report prepared by Braun Intertec Corporation, St. Paul, MN, dated July 9, 2015, entitled: "Preliminary Geotechnical Evaluation Report: Proposed Residential Development, 58fh Avenue North and Yukon Avenue North, New Hope, Minnesota". D. 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 4.06.13 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. ARTICLE 5 - BONDS AND INSURANCE SC-5.01 Add the following new paragraph immediately after Paragraph 5.01.C: D. Separate Performance and Payment Bonds should be submitted utilizing EJCDC Form C-610 and C-615 (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: 1. Worker's Compensation and related coverages under Paragraphs 5.04.A.1 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 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 proporty damage. All owned, non -owned, and hired vehicles. $2,000,000 SUPPLEMENTARY CONDITIONS © 2018 Stantec 1 193803941 00 73 05 - 2 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 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.A.1 through 5.06.A.7. 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.A.7: 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. 9. Comply with the requirements of Paragraph 5.06.0 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. SUPPLEMENTARY CONDITIONS © 2018 Stantec 1 193803941 00 73 05 - 3 Owncr 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 9 - ENGINEER'S STATUS DURING CONSTRUCTION SC-9.03 Add the following new paragraphs immediately after Paragraph 9.03.A: B. 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: 1. 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 dctails or information, when required for proper execution of the Work. SUPPLEMENTARY CONDITIONS © 2018 Stantec 1 193803941 00 73 05 - 4 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. 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. SUPPLEMENTARY CONDITIONS 0 2018 Stantec 1 193803941 00 73 05 - 5 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 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 SUPPLEMENTARY CONDITIONS © 2018 Stantec 1 193803941 00 73 05 - 6 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- 10.05.B Amend the first sentence of Paragraph 10.05.13 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 1.03 Delete paragraph 1 1.03.D in its entirety and insert the following in its place: D. Payment for the Quote Items on a Unit Price basis under this Contract shall be based on the quantities actually used in the construction, regardless of the estimated quantities shown in the Quote Form. No revision to the Contract Unit Prices for the Quote 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 12.01.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-14.02.13.5 Add the following new item immediately after Item 14.02.B.5.d: 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 SUPPLEMENTARY CONDITIONS © 2018 Stantec 1 193803941 00 73 05 - 7 and binding 30 days after termination of the mediation, unless within that time period Owner or Contractor: 1. elects in writing to demand arbitration of the claim, pursuant to Paragraph SC-16.02, or 2. agrees with the other party to submit the claim to another dispute resolution process. SC-16.02 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- 16.01.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. 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 statute 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. 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. SUPPLEMENTARY CONDITIONS © 2018 Stantec 1 193803941 00 73 05 - 8 I F. The fees and expenses of the arbitrators and any arbitration service shall be shared equally by Owner and Contractor. 0 L END OF SECTION L_• SUPPLEMENTARY CONDITIONS © 2018 Stantec 1 193803941 00 73 05 - 9 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: 2018 Yukon Avenue North Water Main and Golf Course Pond Improvements for the City of New Hope, Minnesota, City Project No. 1003. B. Description of Work: Part 1 consists of the replacement of water main, water services, a hydrant; and associated street, curb and gutter, and driveway patching. Part 2 consists of pond slope grading and rip rap placement, outlet control structure installation, and associated restoration 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 1. 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. 2. Contractor is 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. The adjacent site directly to the east of the Water Main Improvements and west of the Pond Improvements is currently under construction by a private developer. Contractor shall coordination relocation of existing perimeter chain link fence with developer's contractor. SUMMARY © 2018 Stantec 1 193803941 01 10 00 - 1 5. Contractor shall coordination all Work with adjacent developer's Contractor, Doran Companies. 6. If additional space is needed, obtain and pay for such space off Site. B. Access to Site 1. Residents shall have access to all driveways between 7 P.M. and 7 A.M. 2. Yukon Avenue access shall be maintained to traffic at all times, unless the Contractor chooses to close down Yukon Avenue between Bass Lake Road and 58rh Avenue North, and provide proper detour signage. See Section 01 50 00 for more details. 3. All access to the golf course pond shall be off of Xylon Avenue N as shown on the Drawings. 4. Working Hours: The Contractor shall work only between 7 A.M. and 8 P.M., Monday through Friday, and between 9 A.M. and 6 P.M. on Saturday, unless given written permission by the City to perform work outside of these hours. 1.07 OTHER WORK AT SITE A. A high -density residential development is currently being constructed on the lot in the northeast quadrant of Bass Lake Road and Yukon Avenue, immediately adjacent to this project. Construction on this site will continue throughout the duration of this Project. Contractor shall coordination all work with private development and protect existing security fence. B. The burial of existing overhead electric power and cable TV lines by private utility companies and their contractors is currently underway. The majority of the Work has been completed. However, Contractor shall coordinate any remaining work with the private utility companies and their contractors. C. Allow private utility crews free access to the Site and a reasonable amount of time to complete their work. D. The New Hope Village Golf Course will remain in operation throughout the duration of the Project. Contractor shall take proper precautions to ensure no encroachment on the golf course, with the exception of what is shown on the Drawings. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION SUMMARY © 2018 Stantec 1 193803941 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, 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 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. 1.04 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 © 2018 Stantec 1 193803941 01 20 00 - 1 This Page Left Blank Intentionally 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 known to be on the Site and are shown on the Drawings in a general way: 1. Water: Owner. 2. Sanitary Sewer: Owner. 3. Storm Sewer: Owner, Hennepin County. 4. Electric: Xcel Energy. 5. Street Lights: Owner, Xcel Energy. 6. Gas: CenterPoint Energy. 7. Telephone/Cable/Fiber: Comcast, Spring, Centuryl-ink, Access Communications, Arvig, Rogers Communications, AT&T, Zayo, Others. 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. Minnesota Department of Health - Water Main. B. Apply for, obtain, and comply with the provisions of the following permits: 1. Hennepin County. C. 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. D. Apply for, obtain, and comply with other permits, licenses, and approvals which may be required for the Project. PROJECT MANAGEMENT AND COORDINATION © 2018 Stantec 1 193803941 01 31 00 - 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 1. 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. The Owner is extremely sensitive to the inconvenience each property owner will experience to construct this Project. The most frequent complaint received during this type of Project is the length of time for which services and driveways 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. B. Resident notification of Work directly affecting their property is required for all situations. The Owner and Project Inspector will provide notices to residents. 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. C. 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. D. Any additional costs associated with cold weather curing for concrete material will be the responsibility of the Contractor. PROJECT MANAGEMENT AND COORDINATION © 2018 Stantec 1 193803941 01 31 00 - 2 PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION © 2018 Stantec 1 193803941 PROJECT MANAGEMENT AND COORDINATION 01 31 00 - 3 This Page Left Blank Intentionally SECTION 01 33 00 SUBMITTAL PROCEDURES PART 1 GENERAL 1.01 SUMMARY 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 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. S. 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. © 2018 Stantec 1 193803941 SUBMITTAL PROCEDURES 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 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 by 11-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: 1. Date of submission and date of any previous submittals. 2. Project Title. 3. Names of: Contractor, subcontractor, supplier, and manufacturer. 4. Identification of product and Specification Section number. 5. Identification of revisions from previous submittals. 6. A 4-inch 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. Engineer will stamp shop drawings and indicate requirements for Contractor's review or resubmittal as follows: l . "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. 3.04 TEST REPORTS SUBMITTAL PROCEDURES © 2018 Stantec 1 193803941 01 33 00 - 2 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. END OF SECTION SUBMITTAL PROCEDURES © 2018 Stantec 1 193803941 01 33 00 - 3 This Page Left Blank Intentionally SECTION 01 40 00 QUALITY REQUIREMENTS PART 1 GENERAL IRS] MIC lZRATINOWZil 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," 2018 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. 1.06 TESTS AND INSPECTIONS 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 REQUIREMENTS2018 Stantec 1 193803941 011 4 00 Tl 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 © 2018 Stantec 1 193803941 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. Bid Items have 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 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, maintenance, removal, and any other work involved with providing temporary water main and services to affected homes. 3. No Bid Item has been provided for By -Pass Pumping. Any by-pass pumping will be considered incidental to the Project with all costs included in the Base Bid. 4. A Bid Item has been provided for Dewatering (Drain Pond). See Section 32 23 19. 5. Bid Items have 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. This Bid Item shall include all signage necessary to implement the optional temporary road closure of Yukon Avenue North from Bass Lake Road to 58tn Avenue North to through traffic. Road closure may not last more than 21 calendar days. TEMPORARY FACILITIES AND CONTROLS 0 2018 Stantec 1 193803941 01 50 00 - 1 d. 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 6. A Bid Item has been provided for Temporary Construction Fence. Measurement shall be by lineal foot of fence place in accordance with the Drawings. Payment includes fence installation, maintenance, and removal of fence. 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," 2018 Edition (MnDOT Spec.). B. The Minnesota Manual on Uniform Traffic Control Devices (MNMUTCD), 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. 4. Detour plan. PART 2 PRODUCTS 2.01 TEMPORARY CONSTRUCTION FENCE A. Orange in color. B. At least 3 feet in height. TEMPORARY FACILITIES AND CONTROLS © 2018 Stantec 1 193803941 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. B. Remove existing mailboxes and posts, and temporarily install in locations determined by Engineer or as shown on Drawings. Replace mailboxes prior to Substantial Completion. Removal, temporary reinstallation, and replacement shall occur such that mail delivery is not interrupted. Mailboxes, posts, and appurtenances damaged during construction shall be replaced with new at no charge to Owner. 3.03 TEMPORARY UTILITIES A. Provide and maintain all temporary facilities, utilities, and controls as long as needed for the safe and proper completion of the Work. Remove all temporary facilities, utilities, and controls as rapidly as progress will permit or as directed by Engineer. B. Temporary Water for Construction 1. Obtain water for construction from Owner at a hydrant. Obtain a meter and backflow 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 Part 1 water main construction, install and maintain temporary water services to all homes that will be without water service for more than 8 hours. 1. The temporary services will allow efficient removal of the existing water main and services, and installation of the new. 2. The temporary services shall provide adequate pressure and volume to properties. 3. All pipe and materials shall be potable water rated. 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 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. TEMPORARY FACILITIES AND CONTROLS © 2018 Stantec 1 193803941 01 50 00 - 3 6. Coordinale 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. Owner will be responsible for all coordination with homeowners regarding entering homes for temporary water service connections/disconnections. Contractor should provide notice to Owner and Engineer a minimum of 72 hours in advance of service connections/disconnections. 8. Provide ramping and/or shallow trenching at street and driveway crossings. 9. Contractor is responsibility for monitoring and maintaining temporary water system, including taking precautions to prevent freezing of temporary water system. 10. Provide emergency contact numbers for evenings and weekends. 11. Maintain, inspect, and adjust the temporary piping as needed or as 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. 3.06 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. 4. See Section 31 23 19 for Golf Course Pond draining. 3.07 TEMPORARY CONSTRUCTION FENCE A. Locations are shown on Drawings in a general manner. Final location will be per direction of Engineer and Owner in the field. B. Contractor to maintain fence throughout the duration of the Project. TEMPORARY FACILITIES AND CONTROLS © 2018 Stantec 1 193803941 01 50 00 - 4 3.08 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 MNMUTCD. 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. 5. The Contractor is responsible to maintain all unpaved surfaces. The surface shall be watered and bladed as directed by the Engineer. B. Part 2 Traffic Control: 1. Contractor to maintain 2-way traffic on Xylon Avenue N at all times. C. Construction Staging Plan 1. 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 alternatives 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. In. 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. D. Yukon Avenue North Road Closure 1. The contractor may choose to close Yukon Avenue North between Bass Lake Road and 58th Avenue North to through traffic for a period up to but not exceeding 21 calendar days during the watermain installation. 2. Access to the three homes on this block shall be maintained at all times. TEMPORARY FACILITIES AND CONTROLS © 2018 Stantec 1193803941 01 50 00 - 5 3. Proper signage must be installed prior to the closure, and be maintained throughout the duration of the detour. a. This includes all barriers and "Road Closed to Thru Traffic" signage. 4. All costs and additional signage associated with the road closure shall be incidental to the Part 1 Traffic Control Bid Item. 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. 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. 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. G. Traffic Control Devices l . 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. TEMPORARY FACILITIES AND CONTROLS © 2018 Stantec 1 193803941 01 50 00 - 6 W 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. H. 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 permitted 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. 3.09 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 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 may be 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 © 2018 Stantec 1 193803941 TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 7 TRAFFIC CONTROL CHECKLIST ITEM HOW MANY? 1. Are any devices missing? ❑Yes 0 NO Do any devices need repair? El Yes ❑No Were all replaced or repaired? ❑Yes D NO 2. Are any lights (flashers, etc.) not functioning? ❑Yes ❑ NO Were they all replaced or repaired ❑Yes ❑ NO 3. Are any devices improperly placed? =]Yes ❑ No Were all positions corrected? [_IYes El No 4. Do any devices need cleaning? FlYes ❑ No Where all devices cleaned? ®Yes ❑ No ADDITIONAL COMMENTS: The above check was completed by on: (date) at: (time) (name / title) ❑AM [PM SECTION 01 57 13 TEMPORARY EROSION AND SEDIMENT CONTROL PART 1 GENERAL 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 on 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. Bioroll: Measurement will be in linear feet. b. Silt Fence: Measurement will be in linear feet of the type specified. 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 directed by the Engineer. The use of onsite existing aggregate base or reclaim material shall be utilized for temporary access during construction and shall be incidental to the Project. This Bid Item shall only be used during extreme wet conditions where the larger rock is required. e. Temporary Hydromulch: Measurement will be by square yard. 1) Bid Item is for east side of Yukon Avenue only (Part 1). 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," 2018 Edition (MnDOT Spec.) 1. 2130 - Application of Water for Dust Control. 2. 2573 - Storm Water Management. © 2018 Stantec 1 193803941 TEMPORARY EROSION AND SEDIMENT CONTROL 01 57 13 - 1 3. 2575 - Establishing Vegelolion grid Corrlrolling Erosion. B. MPCA's NPDES General Stormwater Permit for Construction Activity. 1.04 SUBMITTALS A. Contractor Prepared Schedules and Plans 1. Erosion Control Schedule: Conforming to MnDOT Spec. 1717.2.B and submitted each week that construction is active. B. Certification and Sampling 1. Furnish a manufacturer's certification stating that the material supplied conforms to the requirements of this Section. The certification shall include or have attached typical results of tests for the specified properties, representative of the materials supplied. 1.05 QUALITY ASSURANCE A. 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. 1.06 PERMITS A. Project does not disturb 1 or more acres of total land area and is not part of a larger common plan of development or sale that will ultimately disturb 1 or more acres. Submission of the application for the MPCA's General Stormwater Permit for Construction Activity is not required. 1.07 SEQUENCING AND SCHEDULING A. Install sediment control measures prior to grading activities. 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. Stabilization timeframes shall conform to the NPDES General Stormwater Permit for Construction Activity. E. 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. TEMPORARY EROSION AND SEDIMENT CONTROL © 2018 Stantec 1 193803941 01 57 13 - 2 F. 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. l . 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 $1,000 per calendar day deduction for noncompliance. G. 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 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 V. 3. Minimum Thickness of Rock Placed: 6 inches. 2.03 MULCH: Conform to MnDOT Spec. 3882. 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. Temporary Hydromulch (Hydraulic Mulch): Conform to MnDOT Spec. 3884.2B.2 2.05 STORM DRAIN INLET PROTECTION A. Inlet protection for paved streets with concrete curb and gutter: The following methods are acceptable: l . 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.F. b. Rock 3/4 to 1-1 /2 inches crushed or natural rounded aggregate. TEMPORARY EROSION AND SEDIMENT CONTROL © 2018 Stantec 1 193803941 01 57 13 - 3 B. Inlet protection for non -paved surfaces without curb or areas where vegetation will be established. The following methods are acceptable: 1. 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. 2. Sediment control inlet hat conforming to MnDOT Spec. 2573: a. InfraSafe Sediment Control Barrier by Royal Enterprises (http://www.royalenterprises.net/). 2.06 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. 2.07 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. 2.08 TEMPORARY SEED 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. 2.09 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. B. Take necessary precautions against damage to the Project by action of the elements. C. Implement the Project's Erosion Control Plan and take necessary actions to prevent off Site damage resulting from Work conducted on the Project or Project related stormwater runoff. TEMPORARY EROSION AND SEDIMENT CONTROL © 2018 Stantec 1 193803941 01 57 13 - 4 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.B. 1. Install in the locations shown on the Drawings using the machine sliced installation method, unless directed otherwise by the Engineer. 2. 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. 3. 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. 4. 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. E. 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 Spec. 2575.3.D. 5. Anchor mulch immediately to minimize loss by wind or water. F. 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. TEMPORARY EROSION AND SEDIMENT CONTROL © 2018 Stantec 1 193803941 01 57 13 - 5 3. Apply h-iydiornulch-i 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. Erosion Control Blanket 1. Install immediately following seeding in accordance with MnDOT Spec. 2575.3.G.2, 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. H. 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. 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. J. 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 MnDOT Spec. 2575.3.M with Seed Mix 21-1 12 or 21-111. 3.03 MAINTENANCE A. Conform to MnDOT Spec. 2573.3.M, NPDES permit, and as follows: l . 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. TEMPORARY EROSION AND SEDIMENT CONTROL © 2018 Stantec 1 193803941 01 57 13 - 6 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 Site 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 © 2018 Stantec 1193803941 01 57 13 - 7 This Page Left Blank Intentionally TEMPORARY EROSION AND SEDIMENT CONTROL © 2018 Stantec 1 193803941 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 © 2018 Stantec 1 193803941 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 © 2018 Stantec 1 193803941 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.sfnte.mn.us, or via email at witril,)oldin .taxcO?state.mri.us. END OF SECTION EXECUTION REQUIREMENTS 0 2018 Stantec 1 193803941 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. Related Sections 1. Section 31 23 00 - Excavation and Fill. 2. Section 34 41 05 - Traffic Signs and Devices. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. 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. Remove and Replace Concrete Curb and Gutter: Refer to Section 32 16 13. b. Patch Concrete Driveway: Refer to Section 32 13 14. c. Remove Bituminous Pavement: Per square yard without regard to thickness, including integral curb, sawcutting, and removal and disposal of class 5 aggregate base below pavement. d. Remove Hydrant, Valve, and Box: Per each. Includes the removal of the hydrant and adjacent hydrant valve and box. e. Remove Valve and Box: Per each. This item does not include existing hydrant valves. f. 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 and fittings. g. Remove Force Main: Per lineal foot, measured from center of junction fittings, and shall include all fittings and pipe. h. Remove Water Service: Per each. Includes the removal of pipe, corporation stop, curb stop and box, and all associated fittings, regardless of length or depth. Bid Item is for unconnected services on the east side of the water main. i. Abandon Water Service: Per each. Includes the removal or abandonment of any pipe; removal of curb box and stop; and disconnection from the existing main and service. Bid Item is for existing water services to the homes on the west side of Yukon Avenue North. j. Salvage and Reinstall Sign on New Post: Per each. Payment shall be made on each post with signs salvaged and reinstalled on a new post as specified, regardless of the number of signs on each post, and shall include street name SELECTIVE SITE DEMOLITION © 2018 Stantec 1 193803941 0241 13- 1 blade signs. Payment shall include new anchor post. Payment shall includc installation of new anchor post, and delivery of existing posts to City of New Hope Public Works. k. Salvage and Reinstall Fence: Measurement shall be lump sum. Payment shall include all work and materials to remove/salvage existing chain link fence fabric; remove and dispose of existing posts; provide and install new posts as specified; and reinstall chain link fence fabric. 1) Bid Item is for providing construction access through existing fence along east side of Xylon Avenue N for Part 2: Golf Course Pond Improvements. I. Remove Flared End Section: Per each, regardless of size. Payment shall include removal of trash guard and flared end section. m. Remove Outlet Control Structure: Measurement will be lump sum. Payment shall include sawcutting and disconnecting all pipes, and removing inlet pipe from pond. 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," 2018 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. 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. SELECTIVE SITE DEMOLITION © 2018 Stantec 1 193803941 0241 13 - 2 s PART 2 PRODUCTS 2.01 SIGNS A. Square Sign Posts 1. All Type C and Street Name Blade sign posts shall be Telespar or approved equal: a. Conform to the Details in the Drawings. b. Galvanized finish, conforming to ASTM A-653. c. Non -Perforated. 2. Post length shall allow for 7-feet vertical distance between finished grade and bottom of lowest sign. 3. Anchor system: Omni -anchor or approved equal a. Attach to sign system with 5/16-inch diameter corner bolt. B. Bracket for Street Name Blade Sign 1. Top of post: a. Round cap: Lyle AL 808RF or approved equal. b. Crosspiece between blades: Lyle AL808CF or approved equal. 2. Sign mounting bracket: Lyle BR-95 or approved equal. C. Hardware 1. Bolts: 5/16-inch, A-304 stainless steel or zinc -plated steel. 2. Nylon inserts for lock nuts 3. Nylon washers: 1 /32-inch thick, 3/8-inch max inside diameters; 7/8-inch max outside diameter. 4. Stainless steel washer 2.02 CHAIN LINK FENCE A. Conform to Section 32 31 13. 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 © 2018 Stantec 1 193803941 SELECTIVE SITE DEMOLITION 0241 13-3 A. Meet with owners of signs to determine requirements for salvage, storaga, and replacement. B. Develop plan acceptable to Engineer and postal service for maintaining mail service. Temporary relocations of mailboxes will be necessary. 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 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. SELECTIVE SITE DEMOLITION © 2018 Stantec 1 193803941 0241 13 - 4 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 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. 3.08 REMOVE SECTIONS OF EXISTING PIPE A. Pipes to be abandoned shall be bulkheaded with non -shrink concrete grout 8-inches thick 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. 3.09 SALVAGE AND REINSTALL A. Salvage operations conform to MnDOT Spec. 2104.3.B. 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. SELECTIVE SITE DEMOLITION © 2018 Stantec 1 193803941 0241 13 - 5 d. Remove signs damaged during construction and replace with new signs. e. Reinstall salvaged signs on new posts in accordance with the Details in the Drawings. C. Mailboxes 1. Remove and salvage existing mailboxes that interfere with the Work or whose access is restricted by the construction activities. 2. Place at temporary locations as directed by Engineer or as shown on Drawings. 3. Removal, temporary re -installation, and replacement shall occur such that mail delivery is not interrupted. 4. Reinstall in locations as shown on Drawings or as directed by Engineer. 5. Mailboxes, posts, and appurtenances damaged during construction shall be replaced with new at no charge to Owner. D. Chain Link Fence 1. Protection fence fabric during removal. Contractor to replace all fence fabric that may be damaged during construction at no cost to the Owner. 2. Replace fence posts, including footings; and rails per Section 32 31 13. 3.10 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. 3.11 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 © 2018 Stantec 1 193803941 0241 13 - 6 SECTION 31 23 00 EXCAVATION AND FILL PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Excavation and fill for roadways, foundations, channels, ponds, and other areas. Related Sections l . Section 01 57 13 - Temporary Erosion and Sediment Control. 2. Section 02 41 13 - Selective Site Demolition. 3. Section 31 23 13 - Subgrade Preparation. 4. Section 32 92 00 - Turf and Grasses. 5. Section 33 05 05 - Trenching and Backfilling. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. 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. No Bid Item has been provided in for Common Excavation. a. Part 1: All excavation required for concrete and bituminous removal and replacement; and utility installation shall be incidental to the Removal and Patching Bid Items. b. Part 2: All excavation required for pond edge grading/stabilization shall be incidental to the Class 2 Granite Rip Rap Bid Item. 3. A Bid Item has been provided for Common Borrow (CV). Measurement will be by volume in cubic yards. Payment will include all costs related to installing the material provided by the Owner in place as specified for the pond embankment. a. Bid Item will be used for building out the slope near the Outlet Control Structure. b. Additional use of Bid Item will only be used at the direction of the Engineer. c. Borrow material will be provided by Owner and hauled to Site and stockpiled by Owner. 4. A Bid Item has been provided for Loam Topsoil Borrow (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. 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. Minnesota Department of Transportation "Standard Specifications for Construction," 2018 Edition (MnDOT Spec.) 1. 2105 - Excavation and Embankment. 2. 3149 - Granular Material. EXCAVATION AND FILL © 2018 Stantec 1 193803941 31 23 00 - 1 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. 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: Part 1: Excavation above the grading grade that has not been classified as another form of excavation in this Section. Part 2: All excavation that is required for completion of the slope improvements. 3. Subgrade Excavation: Excavation below the grading grade that has not been classified as another form of excavation in this Section. 4. Exploratory Digging: Excavation to find under underground utilities or examination of site conditions as directed by the Engineer. 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. Topsoil Material: Conform to MnDOT Spec 3877.2.B: Loam Topsoil Borrow. B. Common Borrow: 1. Clay -based material to be provided by Owner and stockpiled on -Site. 2. Provide stockpile location on -Site for Owner to stockpile borrow material. PART 3 EXECUTION 3.01 GENERAL A. Conform to MnDOT Spec. 2105.3A, or modified herein. 1. Establish traffic control prior to excavations. EXCAVATION AND FILL 0 2018 Stantec 1 193803941 31 23 00 - 2 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. 3.02 PREPARATION OF EMBANKMENT A. Conform to MnDOT Spec. 2105.3.C, 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 EXCAVATING OPERATIONS A. Conform to MnDOT Spec. 2105.3.D, 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 DISPOSITION OF EXCAVATED MATERIAL A. Conform to MnDOT Spec. 2105.3.1, or as modified herein. 1. No disposition of bituminous or concrete will be permitted within the Project limits except as specified in the Drawings. 2. Dispose of muck and other organic material off -Site. 3. Dispose of excess material off -Site. 3.05 PLACING EMBANKMENT MATERIALS A. Conform to MnDOT Spec. 2105.3.E. 3.06 COMPACTING EMBANKMENTS A. Conform to MnDOT Spec. 2105.3.F, 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 ' EXCAVATION AND FILL © 2018 Stantec 1 193803941 31 23 00 - 3 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. 3.07 FINISHING OPERATIONS A. Conform to MnDOT Spec. 2105.3.1-1, 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 © 2018 Stantec 1 193803941 31 23 00 - 4 SECTION 31 23 13 SUBGRADE PREPARATION PART 1 GENERAL 91 uu-: 1 A. Section Includes 1. Grading, shaping, and compacting subgrade prior to placing a base 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," 2018 Edition (MnDOT Spec.) 1. 2105 - Excavation and Embankment. 2. 2111 -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 © 2018 Stantec 1 193803941 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. 21 1 1, 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 roadbed will be considered unstable if yielding and rutting is greater than 1-1/2 inches. 3.03 COMPACTION A. Conform to MnDOT Spec. 2105.31, 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. Quality Compaction will be allowed on all small patching areas as determined by the Engineer. 3.04 FINISH OPERATIONS A. Subgrade tolerance shall conform to MnDOT Spec. 2105.3.H, 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 © 2018 Stantec 1 193803941 31 23 13 - 2 SECTION 31 23 19 DEWATERING PART 1 GENERAL 1.01 SECTION INCLUDES A. Furnish and install all labor, equipment, material, and related services to drain the Golf Course storm water pond as necessary to complete the proposed improvements. B. It is anticipated that dewatering will be necessary for construction of the Project. C. Provide all necessary dewatering during construction of the entire Project. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. A Bid Item has been provided for Dewatering (Drain Pond). Measurement will be lump sum. Payment shall include all Work necessary to draw down the Golf Course Pond to complete the required improvements. 1.03 SUBMITTALS A. Submit dewatering plan for draining stormwater pond. 1.04 SITE CONDITIONS A. Protect the Site and adjacent property to avoid any damage caused by dewatering and pumping. B. All dewatering discharge shall be the responsibility of the Contractor. C. Ensure that no erosion occurs and that no contamination of the adjacent low areas occurs due to dewatering. PART 2 PRODUCTS 2.01 DEWATERING EQUIPMENT A. The choice of dewatering equipment shall be the responsibility of the Contractor. B. Dewatering by pumping will be acceptable if this method is able to keep the excavation dry. C. Contractor shall use a dewatering filter bag during all dewatering operations. D. If pumping is not able to maintain a dry excavation, dewatering shall be accomplished by means of well points, vacuum well points, deep wells, or a combination of these methods. E. Contractor shall remove from the Site all sand, silt, and debris accumulated during dewatering operations. © 2018 Stantec 1 193803941 s DEWATERING 31 23 19- 1 PART 3 EXECUTION 3.01 DEWATERING A. All dewatering shall be carried out in accordance with an approved plan. Plan must be approved by the Engineer prior to any dewatering operations. B. All dewatering shall be done to insure that no erosion or pollution results. C. Dewatering shall be of such magnitude necessary to insure that all excavations are acceptable for the construction requirements. D. The Contractor shall insure that the dewatering is operated continuously, 24-hours per day during the times necessary to construct the foundation and piping. E. Upon completion of the operation, the areas shall be cleaned of all debris and equipment and shall be returned to original or better condition. 3.02 PERMITS A. Obtain any necessary permits required for dewatering. END OF SECTION DEWATERING © 2018 Stantec 1193803941 31 23 19 - 2 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. 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 l . A Bid Item has been provided for Class 5 Aggregate Base - Trail. Measurement will be by the ton of material compacted in place as determined from weight tickets delivered to the Engineer. Payment shall include all Work required to repair the existing aggregate trail within the Work Area, including placement, compaction, and grading. a. Maximum aggregate trail thickness: 8 inches unless otherwise directed by the Engineer. 2. A Bid Item has been provided for Class 5 Aggregate Base. Measurement will be by the ton of material compacted in place as determined from weight tickets delivered to the Engineer. a. Bid Item is for Part 1 street and driveway patching. b. If the aggregate base course material is being wasted or being 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. 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," 2018 Edition (MnDOT Spec.) 1. 2211 -Aggregate Base. 2. 3138 - Aggregate for Surface and Base Courses. 1.04 SUBMITTAL A. Submit gradation report on sample of aggregate base to be used. 1.05 SEQUENCING 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. © 2018 Stantec 1 193803941 a AGGREGATE BASE COURSES 32 11 23-1 2. Subgrade has been checked for conformance to line and grade tolerances (stringline). 3. Part 2: All pond slope improvements are complete. 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 allow for monetary price adjustments per MnDOT Spec. 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 and small street patching areas 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 "stringllne" method prior to approval la 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. 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 © 2018 Stantec 1 193803941 32 11 23 - 2 SECTION 32 12 01 FLEXIBLE PAVING (MUNICIPAL PROJECTS) PART 1 GENERAL I[i uu�:l A. Section Includes 1. Hot plant mixed asphalt -aggregate mixtures for wearing and non -wearing pavement courses. 2. Bituminous tack coat. 3. Mastic. Related Sections 1. Section 32 11 23 - Aggregate Base Courses. 2. Section 32 16 13 - Concrete Curbs and Gutters. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l . 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 Patching Mixture: a. Measured by weight in tons of material placed and accepted for each specified Bid Item as stated in the Bid Form. b. The Bid Unit Price includes both the bituminous mixture and asphalt binder material. c. Maximum lift thickness is 3 inches. d. 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. 3. 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. 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," 2018 Edition (MnDOT Spec.) 1. 2018 MnDOT Specification 2360 Plant Mixed Asphalt Pavement. A copy can be found at htta:I/www.dot.state,mrr.us./pre-lettin�llspec1201812g1&soec-book-final.odf 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. FLEXIBLE PAVING (MUNICIPAL PROJECTS) © 2018 Stantec 1 193803941 32 1201 -1 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. C. Adjust structures prior to placement of bituminous wearing course as specified in Section 3305 17. PART 2 PRODUCTS 2.01 MATERIALS A. Mixture Designation: Conform to MnDOT Spec. 2360.1.A, except as modified in the typical section Detail Drawing and Bid Form. Conform to MnDOT Spec. 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. 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: Conform to MnDOT Spec. 2360.2.G.1 Quality Control and 2360.2.G.2 Quality Assurance, 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 for each mixture type to meet the Production Sampling and Testing Rates indicated in Table 2360.1 1 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. FLEXIBLE PAVING (MUNICIPAL PROJECTS) 0 2018 Stantec 1 193803941 32 12 01 -2 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. E. 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 same 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 F or less, unless otherwise approved by the Engineer. 3.03 EQUIPMENT A. Conform to MnDOT Spec. 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. FLEXIBLE PAVING (MUNICIPAL PROJECTS) © 2018 Stantec 1 193803941 32 1201 - 3 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. 2360.3.13. 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 Spec. 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. 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 Spec. 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) © 2018 Stantec 1 193803941 32 12 01 - 4 SECTION 32 13 14 CONCRETE WALKS, MEDIANS, AND DRIVEWAYS PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Cast -in -place concrete walkways, driveways, and valley gutters. B. 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. A Bid Item for Patch Concrete Driveway has been included in the Bid Form. Measurement shall be on the basis of in -place square foot of concrete driveway actually patched. a. Payment of the Bid Item shall include the following: 1) Sawcut, removal and disposal of existing concrete driveway and subgrade materials. 2) Excavation. 3) Concrete and aggregate base materials. 4) Sub grade and base preparation. 5) Placement of materials. 6) Finishing. 7) Curing and protection. 8) Reinforcement (keyway substitution). 9) Backfilling. 2. Aggregate Base material shall be measured and paid in accordance with Section 3211 23. 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) 1. C260 - Air -Entraining Admixtures for Concrete. B. Minnesota Department of Transportation "Standard Specifications for Construction," 2018 Edition (MnDOT Spec.) 1. 2211 -Aggregate Base. 2. 2461 - Structural Concrete. 3. 2521 -Walks. 4. 2531 - Concrete Curbing. CONCRETE WALKS, MEDIANS, AND DRIVEWAYS © 2018 Stantec 1 193803941 32 13 14 - 1 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. 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 the concrete driveway apron shall begin no sooner than 24 hours after placement of the adjacent concrete curb and gutter with completion within 5 days of curb placement. PART 2 PRODUCTS 2.01 MATERIALS A. Concrete to conform to MnDOT Spec. 2461, except as modified herein. 1. Portland Cement: Conform to MnDOT Spec. 3101. a. lype 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. 3F52. 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 Mnnufncturer Apprnvnl Prngrnm, including pre -testing of all materials by the manufacturer. D. Sub -Grade Base Material 1. Aggregated Base: Conforming to Section 32 11 23. PART 3 EXECUTION 3.01 GENERAL A. Provide copies of batch tickets for concrete mix at the time of material delivery. CONCRETE WALKS, MEDIANS, AND DRIVEWAYS © 2018 Stantec 1 193803941 32 13 14 - 2 B. Construct concrete driveways at the locations and elevations indicated on the Drawings. C. Construct concrete driveway aprons to conform to the Drawings. D. Verify locations with Engineer in the field prior to construction. E. 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. F. Retempering of concrete which has partially hardened with or without additional materials or water is prohibited. G. 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 31 23 13 or Section 32 11 23. Compaction of subgrade base shall conform to MnDOT Spec. 221 1.3.C. B. The foundation shall be approved by the Engineer prior to placement of concrete material. r<1iX1111111110 h"IXAM A. Conform to MnDOT Spec. 2521.3.C. 3.04 JOINT CONSTRUCTION A. Conform to MnDOT Spec. 2521.3.D.2, except as modified herein. 1. Maximum spacing of expansion joints for walkways shall be 60-feet. 2. Match joints of adjacent concrete work. 3.05 METAL REINFORCEMENT A. Conform to MnDOT Spec. 2531.3.F, except as modified herein. 1. Install four 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. 2521.3.D and 2531.3.D for slip form or 2531.3.1 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. 0 2018 Stantec 1 193803941 W CONCRETE WALKS, MEDIANS, AND DRIVEWAYS 32 13 14-3 3.07 CONCRETE CURING AND PROTECTION A. Conform to MnDOT Spec. 2521.3.G and 2521.3.G.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. 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. 2521.3.G.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 concrete section damaged by traffic, rain, cold weather, or other causes occurring prior to final acceptance shall be the responsibility of the Contractor. 3.08 HIGH EARLY CONCRETE A. Conform to MnDOT Spec. 2461.2.F.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.2521.3.H, 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 © 2018 Stantec 1 193803941 32 13 14 - 4 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. A Bid Item has 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, regardless of curb type. This Bid Item includes all curb removal and replacement on the project that will be required to complete the water main installation. Payment shall include sawcutting existing concrete curb, excavation, appropriate removal and disposal of concrete and base material off -site, materials, preparation, aggregate base material, concrete placement, finishing, curing, protection, reinforcement, and backfilling. Measurement shall not include frames/castings that are located along the face of the curb. a. Curb type shall match existing. 2. No separate measurement or payment for modifications at curb ramps, transition sections, or curb depressions at driveway aprons. 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) 1. C260 - Air -Entraining Admixtures for Concrete. Minnesota Department of Transportation "Standard Specifications for Construction," 2018 Edition (MnDOT Spec.) l . 2461 - Structural Concrete. 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. CURBS AND GUTTERS © 2018 Stantec 1 193803941 32 16 13 - 1 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. 3F52. b. Slip Form Placement Mix No. 3F32. 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. CURBS AND GUTTERS 9) 2018 Stantec 1 193803941 3216 13 - 2 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. 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. 2531.3.B. 3.04 JOINT CONSTRUCTION A. Conform to MnDOT Spec. 2531.3.E, except as modified herein. 1. Maximum spacing of expansion joints for slip formed shall be 200-feet. L .. © 2018 Stantec 1 193803941 M CURBS AND GUTTERS 32 16 13-3 3.05 METAL REINFORCEMENT A. Conform to MnDOT Spec. 2531.3.F, 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. 2531.3.C, 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. 2531.3.G and 2531.3.G.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. 2531.3.G.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. 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. 2461.2.F.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. CURBS AND GUTTERS © 2018 Stantec 1 193803941 32 16 13 - 4 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. 2531.3.1, 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 © 2018 Stantec 1 193803941 3216 13 - 5 This Page Left Blank Intentionally SECTION 32 31 13 CHAIN LINK FENCES AND GATES PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Chain link fencing. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. All Work and costs of this Section shall be incidental to the Salvage and Reinstall Fence Bid Item and included in the Total Base Bid. a. See Section 02 41 13 for Salvage and Reinstall Fence measurement and payment. 1.03 REFERENCES A. American Society for Testing and Materials (ASTM) 1. A392 - Zinc - Coated Steel Chain - Link Fence. 2. A491 - Aluminum - Coated Steel Chain - Link Fence Fabric. 3. A817 - Metallic - Coated Steel Wire for Chain - Link Fence Fabric and Marcelled Tension Wire. 4. A585 - Aluminum - Coated Steel Barbed Wire. 5. C94 - Ready Mix Concrete. 6. F668 - (PVC) and Other Organic Polymer -Coated Steel Chain -Link Fence Fabric. PART 2 PRODUCTS 2.01 CHAIN LINK FABRIC A. If existing fence fabric is damaged during construction, Contractor to supply new fabric conforming to the following: 1. 9-gauge steel wire. 2. 2-inch mesh. 3. Tensile Strength: Minimum 80,000 psi. 4. Coating: Aluminum (0.40 ounce/sq. ft.) per ASTM A491. 5. Fabric shall have barbed top and knuckled bottom edges, unless otherwise noted. 6. Fabric Width: 6 feet. 2.02 RAILS AND POSTS A. Top Rails and Brace Rails 1. 1-5/8 inches O.D. standard pipe, 2.27 Ib/ft or 1-5/8 inches by 1-1/4 inches roll form section with a minimum bending strength of 192 lbs. 2. Zinc coating of 2 oz./sq.ft. of surface. 3. Securely fastened as per manufacturer's recommendations. CHAIN LINK FENCES AND GATES © 2018 Stantec 1 193803941 3231 13 - 1 B. Line Posts 1. 2-1/2 inches O.D. standard pipe weighing not less than 3.65 Ib/ft or 1-7/8 inches by 1-5/8 inches roll form section with a minimum theoretical bending strength of 201 lbs. under a 6-foot cantilever load. 2. Zinc coating of 2 oz./sq.ft. of surface. 3. Minimum Length: 6 feet above finished grade. C. End, Corner, and Gate Posts 1. 3 inches O.D., Schedule 40 pipe with a weight of 5.79 Ib/ft, or 3-1/2 inches by 2-1/2 inches roll form shape of equal strength. Drive gate posts shall be 6-5/8 inches O.D., 18.97 lbs./ft. 2. Zinc coating of 2 oz./sq.ft. of surface. 3. Minimum Length: 6 feet above finished grade. D. Bottom Tension Wire 1. 7-gauge aluminum coated with minimum tensile strength of 80,000 psi. 2.03 MISCELLANEOUS A. Extension Arms 1. Extension arms on intermediate posts shall be pressed steel galvanized. 2. Extension arms on end and corner posts shall be heavy galvanized malleable iron. 3. Shall hold 3 strands of barbed wire. 4. Top wire to be held 12 inches above top of fabric and outward from fence at a 45- degree angle. 5. Arms shall withstand 250-lb. down pull at end of the arm. Ties 1. 9-gauge aluminum wire at 2 feet on center on top and bottom rod and 12 inches on center posts. C. Fittings 1. Necessary fittings shall be of malleable iron hot dipped galvanized after fabrication. 2. Provide caps on pipe posts and pipe gate stiles. D. Concrete Mix 1. Conform to ASTM C94 Portland Cement Concrete with maximum 3/4-inch aggregate having a minimum compressive strength of 3,000 psi at 28 days. E. Galvanizing 1. All fencing components, including gates, posts, and all accessories, are to be hot dipped galvanized (2 oz./sq.ft, surface) or otherwise be corrosion resistant. PART 3 EXECUTION 3.01 WORKMANSHIP A. All posts shall be set true to line and grade to provide a neat appearance. B. All fabric shall be tightly stretched and neatly secured to posts and rails. CHAIN LINK FENCES AND GATES © 2018 Stantec 1 193803941 3231 13 - 2 C. Fence shall be complete in every respect, including items recommended by the manufacturer for first quality construction. 3.02 POST SETTING A. All end, corner, pull, and gate posts shall be set in concrete 12 inches diameter by 42 inches deep. B. Line posts may be driven to a minimum depth of 5 feet or set in concrete 12 inches diameter by 42 inches deep. C. Line posts shall be placed at existing locations. D. End, corner, pull, and gate posts shall have braces with the same material as top rail and trussed to line posts with 3/8-inch rods and tighteners. END OF SECTION CHAIN LINK FENCES AND GATES © 2018 Stantec 1 193803941 3231 13 - 3 This Page Left Blank Intentionally 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. Bid Items have been provided for Sod. a. Measurement will be based on units of square yards of sod installed complete in place as specified, including installing topsoil, soil amendments, furnishing and installing sod, preparation of surface maintenance, and all correlated activity associated with the Work. Maintenance and watering shall be incidental to this Bid Item. 2. A Bid Item has been provided for Seed with Erosion Control Blanket. Measurement will be based on units of square yards of seed and blanket installed complete in place as specified, including soil amendments, furnishing and placing seed, fertilizer, preparation of surface, erosion control blanket. Maintenance and watering shall be incidental to this Bid Item. a. Bid Item is for restoring unmaintained areas of golf course that are disturbed for construction access. 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," 2018 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 3300. B. Product Data: Provide nursery source and invoice for seed to be purchased for this Project. TURF AND GRASSES © 2018 Stantec 1 193803941 32 92 00 - 1 C. 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. 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. D. 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. E. Fertilizer manufacturer's certificate of compliance. Written document verifying compliance with fertilizer specified. F. 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. Sod - The establishment period shall be 60 days following installation. 2. 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 of 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. TURF AND GRASSES © 2018 Stantec 1 193803941 32 92 00 - 2 B. Slow release fertilizer. A minimum of 70-percent of the nitrogen component shall be a slow release water insoluble nitrogen. 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 SOD: A. Part 1: Conform to MnDOT Spec. 3878.2.A Type Lawn Sod. B. Part 2: Conform to MnDOT Spec. 3878.2.A Type Lawn Sod. 1. Sod rolls shall be minimum 30-inches wide. 2.04 SEED: A. Golf Course: MnDOT Spec 3876.2d.1; 25-131 Low Maintenance Turf. 2.05 EROSION CONTROL BLANKET: A. Conform to MnDOT Spec. 3885, Category 3N - Straw 2S 2.06 MULCH: Conform to Section 01 57 13. 2.07 HYDRAULIC SOIL STABILIZER (HYDROMULCH): Conform to Section 01 57 13, PART 3 EXECUTION 3.01 EXAMINATION A. Review restoration areas with the Engineer. Determine locations for seed and sod. Schedule for restoration of areas may be revised to fit field conditions. B. Notify the Engineer at least 3 days in advance of hauling topsoil borrow on 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 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. TURF AND GRASSES © 2018 Stantec 1 193803941 32 92 00 - 3 B. Storage 1. Sprinkle sod with water and cover with moist burlap, straw, or other approved covering, and protect from exposure to wind and direct sunlight. Covering should permit air circulation to alleviate heat development. 2. Keep seed, lime, and fertilizer in dry storage away from contaminants. 3.03 PREPARATION A. General: Conform to MnDOT Spec. 2575.3.A. B. Soil Preparation: Conform to MnDOT Spec. 2574. C. Fertilizers and Conditioners: Conform to MnDOT Spec. 2574.3.D. 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 com lete 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 PLACING SOD A. Conform to MnDOT Spec. 2575.3.F. B. Golf Course sod will be placed by Part 2 completion date of October 31, 2018. Owner will assume responsibility for watering sod after initial placement. 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, 3.08 TURF ESTABLISHMENT A. Water sodded areas as necessary during the establishment period to provide establishment of turf over 100 percent of sodded areas. 3.09 MAINTENANCE A. Main Main restored areas in accordance With Pvii CCT Spec. 25/ J J.K 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. TURF AND GRASSES © 2018 Stantec 1 193803941 32 92 00 - 4 C. Any sod 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. Watering of sodded 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 sodding 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. 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. END OF SECTION TURF AND GRASSES © 2018 Stantec 1 193803941 32 92 00 - 5 This Page Left Blank Intentionally SECTION 33 05 05 TRENCHING AND BACKFILLING PART 1 GENERAL Iai uut: A. Section Includes 1. Trenching requirements for underground piping and appurtenances, including requirements for excavation, backfill, and compaction. B. Related Sections 1. Section 33 10 00 - Water Utilities. 2. 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," 2018 Edition (MnDOT Spec.) 1. 2105 - Excavation and Embankment. 2. 2451 - Structure Excavations and Backfills. 3. 3149 - Granular Material. TRENCHING AND BACKFILLING © 2018 Stantec 1 193803941 33 05 05 - 1 B. 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. D698 - Test Method for Laboratory Compaction Characteristics for Soil Using Standard Effort (12,400 ft-Ibf/ft). 3. D2321 - Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity -Flow Applications. 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. TRENCHING AND BACKFILLING © 2018 Stantec 1 193803941 33 05 05 - 2 C. Notify Gopher State One Call before starting construction in a given area, requesting utility locations in the field. D. Provide continuance of flow of existing sewer and other facilities. E. Backfill and compact all trench excavations promptly after the pipe is laid. 1.07 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. 3149.2.13 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. 2.02 IMPROVED PIPE FOUNDATION MATERIAL A. Comply with MnDOT Spec. 3149.2.G Modified 1. Crushing Requirements: At least 50-percent of the material by weight retained on the No. 4 sieve shall have 1 or more crushed faces. 2.03 SAND CUSHION MATERIAL A. Comply with MnDOT Spec. 3149.2.E 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. 2.04 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. PART 3 EXECUTION 3.01 EXAMINATION A. Prior to construction, inspect existing utility structures and surface features, and document condition. TRENCHING AND BACKFILLING © 2018 Stantec 1 193803941 33 05 05 - 3 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 qrade with approved material compacted to 100-Percent Standard Proctor Density. 4. Brace, shore, or sheet trench and provide drainage. Comply with applicable State Regulations relating to industrial safety to a safe angle of repose. Angle of repose may be no less than that required by the Accident Prevention Division of the State Industrial Commission or the requirements of the Occupational Safety and Health Act (OSHA), whichever is most restrictive. 5. Pile all excavated material in a 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." TRENCHING AND BACKFILLING © 2018 Stantec 1 193803941 33 05 05 - 4 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 l . 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 1. Excavate to a sufficient depth to insure adequate foundation when the bottom of the trench is soft or where in the opinion of the Engineer unsatisfactory foundation conditions exist. Bring excavation up to pipe grade with thoroughly compacted granular materials meeting the requirements of Improved Pipe Foundation Material. 2. Provide temporary support, remove, relocate, or reconstruct existing utilities located within the trench excavation. Utility shall designate method employed. Use particular care and provide compacted fill or other stable support for utility crossings to prevent detrimental displacement, rupture, or failure. 3. Excavate to expose existing utilities that cross in close proximity to the 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. 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. TRENCHING AND BACKFILLING © 2018 Stantec 1 193803941 33 05 05 - 5 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. B. Place in uniform depth layers not to exceed 12-inches before compaction. Complete the compaction of each layer before placing material for the succeeding layer. C. Compact each layer by mechanical means until it meets the requirements of MnDOT Spec. 2105.3.F.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. 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 © 2018 Stantec 1 193803941 33 05 05 - 6 SECTION 33 05 17 ADJUST MISCELLANEOUS STRUCTURES PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Adjustment of utility structures. B. Related Sections 1. Section 33 10 00 - Water Main Utilities. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. No Bid Items have been provided for adjustments. All Work and costs of any adjustments shall be incidental to the project. 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) 1. A48 - Specification for Gray Iron Casting. 2. A240 - Specification for Heat - Resisting Chromium - Nickel Stainless Steel Plate Sheet and Strip for Pressure Vessels. 3. C6 - Specification for Normal Finishing Hydrating Lime (Mortar). 4. C141 - Specification for Hydraulic Hydrated Lime for Structural Purposes (Mortar). 5. Cl 50 -Specification for Portland Cement (Concrete Rings/Mortar). 6. C923 - Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes, and Materials. 7. D1248 - Polyethylene Plastics Molding and Extrusion Materials. 8. F593 - Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs. 9. F594 - Specification for Stainless Steel Nuts. B. Minnesota Department of Transportation "Standard Specifications for Construction," 2018 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. ADJUST MISCELLANEOUS STRUCTURES © 2018 Stantec 1 193803941 33 05 17 - 1 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. High -Density Polyethylene (HDPE) 1. Molded high -density polyethylene conforming to ASTM D1248. 2.02 ADHESION MATERIALS A. Ram-Nek material, or approved equal. B. Mortar 1. Standard Portland Cement: Type I, ASTM C150. 2. Normal Finishing Hydrated Lime: ASTM C6. 3. Hydraulic Hydrated Lime for Structural Purposes: ASTM C 141. 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 1. 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 nor-rock-i g 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. ADJUST MISCELLANEOUS STRUCTURES 0 2018 Stantec 1 193803941 3305 17 - 2 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. 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. B. 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 odiustina rings as oer the followina: Location of Sealant Type of Sealant Between casting and last ring: 3/4-inch by 3/4-inch open cell polyurethane foam sealant and 1/2-inch bead of DOW 999 Between intermediate rings: 1/2-inch bead of DOW 999 Between cone/top slab and first ring: 3/4-inch by 3/4-inch open cell 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. ADJUST MISCELLANEOUS STRUCTURES © 2018 Stantec 1193803941 3305 17 - 3 B. Prevent sand, chunks of concrete, or any other debris from entering the valve box 1. Short sections inserted inside the existing top section are not allowed to perform adjustment, unless specified. C. Install approved sections as needed. D. Patch road to match existing pavement section. 3.05 REMOVE AND REPLACE SANITARY SEWER FRAME AND RINGS 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 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. ADJUST MISCELLANEOUS STRUCTURES © 2018 Stantec 1 193803941 3305 17 - 4 F. Regardless of the direction of adjustment, no shims of any material will be allowed. The minimum thickness of all mortar joints shall be at least 1/4 inch with a maximum allowable thickness of 1 /2 inch. All excess mortar from the joint shall be wiped clean from the inside of all rings and frame. All manhole castings must be replaced prior to the placing of the final wear course. G. Adjust valve boxes to 1 /8 inch 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 © 2018 Stantec 1 193803941 3305 17 - 5 This Page Left Blank Intentionally SECTION 33 05 23.13 UTILITY HORIZONTAL DIRECTIONAL DRILLING PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Pipe installation by Horizontal Directional Drilling. 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. A Bid Item has been provided for 1" Type K Copper Service, Directionally Drilled: 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, boring, drill pits, drilling fluid, Backfilling, and testing. 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 Iron and Steel Institute (AISI) 1. Type 316 stainless steel. B. American Petroleum Institute (API) 1. API 13A - Oil Well Drilling - Fluid Materials. C. American Society for Testing and Materials (ASTM) l . C618 - Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete. 2. D1784 -Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (PVC) Compounds. 3. D2152 - Standard Test Method of Adequacy of Fusion of Extruded Poly (Vinyl Chloride) (PVC) Pipe and Molded Fittings by Acetone Immersion. 4. D2657 - Standard Practice for Heat Fusion Joining of Polyolefin Pipe and Fittings. 5. D3035 - Polyethylene (PE) Plastics Pipe (DR -PR) Based on Controlled Outside Diameter. 6. D3350 - Polyethylene Plastic Pipe and Fittings Materials. 7. D3261 - Specification for Butt Heat Fusion Polyethylene (PE) Plastic Fittings for Polyethylene (PE) Plastic Pipe and Tubing. 8. F714 - Polyethylene (PE) Plastic Pipe (SDR-PR) Based on Outside Diameter. 9. F1055 - Electrofusion Type Polyethylene Fittings for Outside Diameter Controlled Polyethylene Pipe and Tubing. 10. F1290 - Standard Practice for Electrofusion Joining Polyolefin Pipe and Fittings. UTILITY HORIZONTAL DIRECTIONAL DRILLING © 2018 Stantec 1193803941 33 05 23.13 - 1 D. American Water Works Association (AWWA) 1. AWWA C900 - AWWA Standard for Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 Inches through 12 Inches, for Water Transmission and Distribution. 1.04 DEFINITIONS A. Contact Grouting: The injection of a mixture of pea gravel, fine gravel, sands, and fines plus water and Portland cement, chemical compound, and perhaps a non -setting or other admixture into voids outside of the casing pipe or drilled pipe to achieve continuous contact between the casing pipe or drilled pipe and the ground. 1.05 SUBMITTALS A. Submit the following items consistent with Section 01 33 00: 1. Product Data: For carrier pipe, fittings, skids, bracing, and related appurtenances. 2. Shop Drawings: A layout plan showing stationing, elevations, pipe classes, and class coding. 3. Field Quality Control Test Results. 4. Results of Source Quality Control Tests. 5. Results of alignment plots. Superimpose these plots on a copy of the design alignment for comparison to verify compliance with alignment tolerances. 6. If entry and exit pits are proposed, shop drawings showing size, location, and design calculations for the pits and all supports. 7. Description of system to be used for handling and disposal of drilling mud and cuttings. 8. Grout mix design. 1.06 QUALITY ASSURANCE A. Submit a list of similar projects completed in the last 3 years. Include pipe material, pipe diameter, project length, typical length of pull, including typical thrust and pullback requirements, soil conditions, project owner, and owner's address. B. For each pipe material, use only pipe from a single manufacturer. Furnish certifications of tests and inspection of pipe at the factory, plant, or foundry as required by the Specifications to which the material is manufactured. C. Names and project lists for key equipment operators and supervisors, including the following: 1. List equipment each operator is certified to operate. 2. Years of experience for each operator. 1.07 DELIVERY, STORAGE, AND HANDLING A. Prevent damage to the pipe when loading, transporting, and unloading. Do not drop pipe. B. Inspect all pipe and materials during unloading process. C. Notify Engineer of any cracked, flawed, or otherwise defective material. (ITII ITY HORIZONTAL DIRECTIONAL DRILLING © 2018 Stantec 1 193803941 33 05 23.13 - 2 PART 2 PRODUCTS 2.01 PIPE AND FITTINGS A. Copper Water Service: Conform to Section 33 12 12. 2.02 DRILLING FLUID A. Bentonite Slurry when used or required in the design prepared by the Contractor. 1. Bentonite: API Specification 13A, high swelling montmorillonite, capable of mixing with water to form a stable homogeneous suspension. 2. Water: Clean, potable, containing no more than 500-ppm chlorides. B. Sand for Contact or Consolidation Grouting 1. Clean, natural silica sand graded such that all of the material passes the No. 20 sieve and not more than 20-percent passes the No. 200 sieve. C. Controlled Low Strength Fill (Flowable Fill) 1. Select and proportion ingredients to obtain compressive strength between 25 to 75 psi at 28-days in accordance with ASTM D4832. 2. Materials a. Cement: ASTM C150, Type I or II. b. Fly Ash: ASTM C618, Class F. c. Water: Clean, potable, containing less than 500 ppm of chlorides. 2.03 TRACER WIRE FOR WATER MAIN AND/OR FORCEMAIN A. Shall be specified for use in trenchless applications. B. Conductor: Minimum AWG No. 8 in copper or AWG No. 12 stainless steel rated to 30 volts. C. Identification: Volts (or V), AWG size, UL and designation (example: "tracer wire"). D. Magnetized tracer boxes: Snake Pit Magnetized Tracer Box, www,col2r>erheadwire.com, or approved equal. 1. Concrete/Driveway Box. 2.04 EQUIPMENT A. Certified by manufacturer for intended purpose, diameter of pipe, and expected loadings. 2.05 SOURCE QUALITY CONTROL A. Manufacturer's Certifications: Provide certification of all testing performed by the pipe manufacturer at the manufacturing site documenting compliance with the Specifications under which the pipe is manufactured. Certifications shall include but not limited to pipe thickness, pipe strength, static pressure tests, material composition, and gasket test requirements. B. The fusion technician shall be qualified by the pipe supplier to install the fusible PVC. UTILITY HORIZONTAL DIRECTIONAL DRILLING © 2018 Stantec 1 193803941 33 05 23.13 - 3 PART 3 EXECUTION 3.01 GENERAL A. Notify the Owner and the Engineer at least 7 days in advance of the planned start of Work. Water Control 1. Keep drilling pit subgrades continuously free from ground and surface waters during operations. Implement additional groundwater controls on short notice as required. Observed water levels prior to construction are to be below the invert elevation of the pits. 2. Direct discharge from dewatering operations into approved receiving basins in accordance with all applicable regulatory requirements as required. C. Operations 1. It is not necessary to complete drilling work in 1 continuous, non-stop, operation. If Work is interrupted or stopped prior to completion at the Contractor's discretion without prior Owner approval, the Contractor shall bear all costs related to the stoppage and restarting operations without additional payment. 2. Operate to prevent settlement, movement, or cracking of adjacent structures. If any movement or settlement occurs which cause or might cause damage to the structures over, along, or adjacent to the Work, stop drilling operations immediately, except for those activities which will assist in making the Work secure and prevent further movement, settlement, or damage. 3. Resume drilling operation only after all necessary precautions have been taken to prevent further movement, settlement, or damage. 3.02 INSTALLATION A. Preparations 1. Locate positions of entry and exit pits, establish elevation and horizontal datum for bore head control, and lay out pipe assembly area. 2. Lay out and assemble pipe in manner that does not obstruct adjacent roads and commercial or residential activities adjacent to construction easements. Elevate pipe over streets or railroads as necessary to avoid disruption to traffic. 3. Verify horizontal and vertical locations of all utility crossings prior to pipe installation. Drilling Pilot Hole 1. Drill pilot hole from entrance point to exit point following vertical and horizontal alignment shown. 2. As pilot hole is advanced, plot actual horizontal and vertical alignment of pilot half. nt intervals not exceeding 25-feet. Provide the Engineer with position and inclination of pilot bore. 3. Use drilling fluid under pressure or other method designed by the Contractor to control ground water and to keep the pilot hole open. 4. Alignment Requirements a. Keep the grade to no shallower than the profile shown and with no intermediate high points that might trap air in pipe after installation. b. Keep curvature of completed pilot hole less than that which will produce wall stresses at 0.50 of yield stress in the pipe after It Is Installed and subject to maxirrlum working pressure. UTILITY HORIZONTAL DIRECTIONAL DRILLING © 2018 Stantec 1 193803941 33 05 23.13 - 4 c. Return pilot hole that is deviating from designed horizontal and vertical alignment to proper alignment with no abrupt changes and at a rate not exceeding [1-foot per 50-feet of pilot hole advance]. d. Horizontal Alignment of Pilot Hole: Within 3-feet of plan data. 5. Acceptance: If pilot hole alignment fails to conform to specified requirements, drill new pilot hole with alignment meeting specified requirements. C. Reaming Pilot Hole and Pulling Pipe l . Obtain Engineer approval to proceed before enlarging pilot hole and pulling pipe into position. 2. While pulling pipe, enlarge pilot hole ahead of pipe to diameter sufficient for pulling pipe into position. 3. While pulling pipe, handle pipe in manner that does not over stress pipe. Limit radius of curvature along length of pipe during installation to 500-feet. If pipe buckles or is otherwise damaged, remove damaged section and replace it with new pipe. 4. Pull pipe so that a minimum of 10-feet of pipe is exposed at both ends of bore. 5. Pull two strands of tracer wire for all pipe segments. D. Cleaning Pipe Ends 1. After pulling pipe, clean exposed ends for installation of fittings. E. Pipe Joining Method 1. HDPE: 3-inches diameter and greater, thermo-butt fusion process in accordance with ASTM D2657. 2. Pipe fusion of PVC pipe shall be in accordance with the manufacturer's specifications. Handling and Disposal of Drilling Fluid and Cuttings. 1. Adequate provisions for handling and containing muddy water, drilling fluid, and cuttings during drilling operations. Do not discharge these contaminants into waterways. Handle water and materials to conform with requirements of the agency(s) with regulatory jurisdiction. 2. Construct drilling fluid pits at entry and exit points in manner that completely contains mud and prevents its escape. 3. When on Site provisions for storing muddy water, drilling fluid, or cuttings on Site are exceeded, haul contaminants away to suitable legal disposal site. 4. Conduct directional drilling operation in such manner that drilling mud is not forced into waterways, wetlands, or the ground surface. G. End Fittings 1. Fabricate and install mitered fittings at ends of pipe as required for attachment of adjacent sections of pipe. Fabricate fitting angles to correspond to field conditions. Do not connect adjacent sections of pipe by beveling pipe ends. Coat and line fittings as specified for pipe. H. Pipe Abandonment 1. In event of failure to install pipe conforming to all tolerance and test requirements of this Section, retain possession of pipe and remove it from Site. Completely fill borehole with grout, sand, or flowable fill so as to prevent future settlement. 2. If pipe cannot be withdrawn, cut pipe off at least 3-feet below ground surface, record location on Drawings, and abandon pipe after filling pipe and the annular space with flowable fill. UTILITY HORIZONTAL DIRECTIONAL DRILLING © 2018 Stantec 1 193803941 33 05 23.13 - 5 3.03 FIELD QUALITY CONTROL A. Perform an elevation survey of the surface of the ground above each pipe centerline before, during, and after the drilling operations. Conduct the survey to an elevation accuracy of 0.1-feet at 25-foot intervals along the pipe centerline. Measure daily during active operations above the Work and at least 10-feet in front of the Work. B. Pressure Testing: After pulling pipe into position but prior to grouting and before attachment to adjacent sections of pipe, pressure test pipe as listed below: 1. Minimum Test Pressure: 150 psi. 2. Criteria: No drop in pressure allowed for over 2 hours. 3. Provide temporary pipe restraint as required for testing. C. Tracer Wire Testing: Demonstrate the electrical continuity of the tracer wire. 3.04 RESTORATION A. At the conclusion of each directional drilling operation, remove excavation support systems for drilling entry pits and exit pits. B. Backfill entry and exit pits consistent with the requirements of Section 33 05 05. Restore the profile of the right of way to its original condition. C. Remove all equipment, supplies, excess excavation materials, and miscellaneous items associated with the directional drilling operation and leave the Site in a clean and tidy condition. D. Promptly replace damage pavement and structures at the ground surface above the drilled pipe. END OF SECTION UTILITY HORIZONTAL DIRECTIONAL DRILLING © 2018 Stantec 1 193803941 33 05 23.13 - 6 SECTION 33 10 00 WATER UTILITIES PART 1 GENERAL 1.01 SUMMARY 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) 1 Tracer Wire shall be installed with water main pipe that is installed via the open cut method. 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, for each size. 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-inch 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, including removal of existing fittings. g. Temporary Water 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 © 2018 Stantec 1 193803941 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. C104 - Cement -Mortar Lining for Ductile -Iron Pipe and Fittings. 2. C105 - Polyethylene Encasement for Ductile -Iron Pipe Systems. 3. C1 1 1 - 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 © 2018 Stantec 1 193803941 33 10 00 - 2 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. 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. 1. Residential utility shutdowns cannot take place on Fridays or Saturdays. 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, AWWA C1 11/A21.11 latest revision, mechanical joint or push -on: 1. All fitting shall be fusion bonded epoxy coated per ANSI/AWWA C116/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 dimension ratio (DR) of 18. 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. © 2018 Stantec 1 193803941 WATER UTILITIES 331000-3 2.03 BOLT ASSEMBLIES A. Tee -Head Bolts 1. General: Conform to ANSI/AWWA C1 1 1/A21.1 1. 2. Fluorocarbon Resin Coating: FluoroKote No. 18 (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. 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 STORZ 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'-0" 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. Hydrant Marker: hinged Slimline Reflective I lydrant Marker, or approved equal: 1. Solid red polycarbonate extrusion rod, with reflective strip on end. 2. Galvanized steel base with mounting bracket 3. 4- inches long. 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 © 2018 Stantec 1 193803941 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. 0-ring seals. D. Mechanical joint ends conforming to AWWA Cl 1 1 /A21.1 1. 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. 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 1. 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. 0 2018 Stantec 1 193803941 M WATER UTILITIES 331000-5 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 - 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. Shall be specified for use in direct burial applications (e.g. USE, UF, or tracer wire). B. Conductor: Minimum No. 10 AWG Copper Clad Steel Tracer Wire rated to 30 volts. C. Outside Identification: Volts (or V), AWG size, UL and designation (ex. "tracer wire"). D. Magnetized Tracer Boxes: Snake Pit Magnetized Tracer Box, www.copperheadwire.com, or approved equal 1. Concrete/Driveway Box. 2.10 CORPORATION 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 n the inside of pipe. D. All jointing of mechanical joint pipe and push -on joint pipe in accordance to AWWA C600. E. Outside of the spigot and the inside of the bell, wire brush, wipe clean and dry. Keep pipe ends clean until joints are made. WATER UTILITIES © 2018 Stantec 1 193803941 33 10 00 - 6 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 betaken to prevent debris or groundwater from entering the pipe being laid. 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. 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. G. Attach a galvanized steel marker to the hydrant using an existing flange bolt located at the back of the hydrant. WATER UTILITIES © 2018 Stantec 1 193803941 33 10 00 - 7 H. Furnish 1 additional marker for each hydrant to the Owner. 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. 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. WATER UTILITIES © 2018 Stantec 1 193803941 33 10 00 - 8 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. B. Securely plug all water main openings promptly before suspension of Work at any time to prevent earth or other substances from entering the water main. C. Mark valve boxes and structures susceptible to being hit by construction or vehicular traffic. 3.11 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 l . 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 inch diameter, labeled in 1-psi increments, such as Ashcroft Model 1082, or approved equal. 5. Test all lines, including hydrant leads, and stubs. C. Disinfection 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. WATER UTILITIES © 2018 Stantec 1 193803941 33 10 00 - 9 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) 6lnches 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 1 set from the end of the line and at least 1 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 © 2018 Stantec 1 193803941 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 05 23.13 - Utility Horizontal Directional Drilling. 3. Section 33 10 00 - Water Utilities. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Water Service, Directionally Drilled: Conform to Section 33 05 23.13. 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, including iron lid cover if curb stop is within a paved surface. 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. 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. WATER SERVICES © 2018 Stantec 1 193803941 33 12 12 - 1 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 connection. Engineer will coordinate with the Owner and residents and complete the house access to install the new service. 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. 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, Fora No. B22-666M, of A.Y. McDonald No. 6104. B. Same size and connection type for inlet and outlet. C. Full upeiiirig Iliiuugli lice valve body with nu smaller restriction allowed. WATER SERVICES © 2018 Stantec 1 193803941 33 12 12 - 2 2.04 CURB BOX A. A.Y. McDonald Model 5628B 8. B. Adjustable in height from 84 inches to 96 inches. C. Stationary rods are not required. D. 2 inch upper section. E. Cover: 1-1 /2 inch Offset Set Screw Type - Ess Brothers. F. Mueller, Minneapolis pattern base. 2.05 IRON LID COVER (DRIVEWAY LOCATIONS) A. Ford Al or approved equal. B. Solid cover. 2.06 SERVICE SADDLES A. Stainless steel. B. Approved Manufacturers: Smith -Blair 372, Ford FS 303, or Cascade CS22. 2.07 TRACER WIRE A. Conform to the requirements of Section 33 10 00 and 33 05 23.13. 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. D. Water Service Line 1. Installation of new water service pipe must be completed by trenchless method. The Method (boring, pushing, pulling, jacking, or other trenchless construction method) must be approved by the Engineer prior to implementation. 2. Connect to existing water service as shown on Drawings or as directed by the Engineer. Typical connection 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. © 2018 Stantec 1 193803941 M WATER SERVICES 331212-3 3. Support corporation with 1 /2 cubic yard 3/4-inch stabilization rock. F. 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 larger, 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. This work should be coordinated with the Owner. 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 visually inspected by the Engineer. 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 0 2018 Stantec 1 193803941 33 12 12 - 4 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. 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 of pipe furnished and installed complete in place as specified, regardless of depth, 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 Flared Ends. Measurement will be based on units of each size installed at locations indicated in the Drawings complete in place as specified, including trash guard, excavation, backfilling, and compaction a. Where a sewer line is terminated with a flared end section, tying the last 3joints as specified is considered incidental to the installation of the pipe. 3. A Bid Item has been provided for Rip Rap. Measurement will be based on units of ton of Rip Rap placed according to class and verified by haul tickets. Payment shall include grading of existing pond slopes in accordance with the Drawings, and placement of geotextile fabric underneath riprap. a. Any excavation or slope grading to account for existing undercutting conditions and excavation for riprap placement are considered incidental to the bid item. 4. A Bid Item has been provided for Outlet Control Structure. Measurement will be lump sum for furnishing and installing the structure complete, including any necessary common excavation, casting frame and cover, weir wall, and adjusting rings in place as specified. All connections to existing pipe and draintile at structure shall be incidental to this Bid Item. a. Connection of existing draintile to outlet control structure must be made via core drill upon field verification of existing draintile location. b. Installation of 12-inch PVC inlet pipe with flared end and trash guard shall be incidental to this Bid Item. c. Improved foundation is also considered incidental to bid item. The foundation shall extend 12-inches horizontally on each side and 12-inches deep under OCS STORM DRAINAGE UTILITIES © 2018 Stantec 1 193803941 33 40 00 - 1 containing 3-inches minus clean material and wrapped in non -woven geotextile fabric. 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. 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 Plastic Molding and Extrusion Materials for Wire and Cable. 13. D 1784 - 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. Minnesota Department of Transportation "Standard Specifications for Construction," 2018 Edition (MnDOT Spec.) 1. 3226 - Corrugated Steel Pipe. 2. 3351 - Sheet Steel Products. 3. 2511 - Rip Rap. 4. 3601 - Rip Rap Materials. 5. 3733 - Geotextiles. 6. 2461 - Structural Concrete. C. American Association of State Highway and Transportation Officials "Standard Specifications for Highway Bridges," 2002 Edition (AASHTO). STORM DRAINAGE UTILITIES © 2018 Stantec 1 193803941 33 40 00 - 2 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. 1.05 SUBMITTALS A. Submit Shop Drawings for storm sewer structures consistent with Section 01 3300. 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. 3. Rip rap. 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. B. Outlet Control Structure Foundation Material 1. 3-inch - minus clean rock 2. Minimum 12-inch thick below structure 3. Extend 12-inch beyond base perimeter C. Geotextile Fabric: MnDOT Spec. 3733 - Type V (Non -Woven) STORM DRAINAGE UTILITIES © 2018 Stantec 1 193803941 33 40 00 - 3 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. Covers with 2 concealed pick holes of approved design. E. Weight: Minimum of 380 pounds 2.03 STORM MANHOLES AND CATCH BASINS A. General Requirements: ASTM C478 and details on the Drawings. B. Structures and bases shall be of precast concrete. C. Manhole Joints: Rubber O-ring gasket type meeting ASTM C443, D. Segmental Manhole Blocks: Blocks conform to ASTM C139. E. Manhole Steps: Reinforced polypropylene plastic steps with No. 2 deformed grade steel rod. 2.04 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. ?,0.5 PIPE MATERIALS A. Reinforced Concrete (RCP) Pipe and Fittings 1. General Requirement: ASTM C76, Wall B with circular reinforcing. 2. Malerials: cut rurrn to the requirements of ASTM C76, Wall B with circular reinforcing. O-ring gaskets shall be synthetic rubber, circular reinforcing in cross-section, and shall conform to ASTM C361. 3. Pipe Joints: Bell and spigot ASTM C361. 4. Pipe Class: As shown on the Drawings. 5. Marking: Each pipe shall be identified with the name of the manufacturer trade name or trademark and code, identification of plant, date of manufacture, and the pipe class and specification design. STORM DRAINAGE UTILITIES U 2018 Stantec 1 193803941 33 40 00 - 4 Polyvinyl Chloride (PVC) Pipe and Fittings (I5-InchesThrough 42-Inches Diameter) 1. General Requirements: ASTM F794. 2. Materials: The pipe and fittings shall be made from polyvinyl chloride compounds which comply with the requirements for a minimum Cell Classification of 12454B, 12364A, or 13343C as defined by ASTM D1784. Homopolymer PVC compounds must meet or exceed the requirements of the above listed minimum cell classification number. PVC compounds of other cell classifications shall be pre -qualified. Additives and fillers, including but not limited to stabilizers, antioxidants, lubricants, colorants, etc., shall not exceed 10 parts by weight per 100 of PVC resin in the compound. 3. Pipe shall have integral wall bell and spigot joint with elastomeric seal joints. The minimum pipe stiffness shall be 46 pounds per square inch (psi) at 5-percent deflection. 4. Joints shall conform to ASTM D3212. Joints shall be push -on type only with the bell -end grooved to receive a gasket. Elastomeric seal (gasket) shall have a basic polymer of synthetic rubber conforming to ASTM F477, and be factory installed and chemically bonded to the bell -end of the pipe. Natural rubber gaskets will not be accepted. 5. Each pipe shall be identified with the manufacturer's name, trade name or trademark and code, nominal pipe size in inches, the PVC minimum cell classification, the legend "PS 46 PVC Sere Pipe," and ASTM F794. 2.06 TRASH GUARDS A. General Requirement: ASTM A153. B. Materials: Galvanized steel rods meeting the requirements in ASTM A153. C. Bar size and configuration as shown on the Drawings. D. Securely attached to end section. A. General Requirement: Conform to MnDOT Spec. 2511. 1. Rip Rap Materials: Conform to MnDOT Spec. 3601: Class 2. 2. Granular Filter: Conform to MnDOT Spec. 3601.B. 3. Geotextile Filter: Conform to MnDOT Spec. 3733: Type 3. 4. Grout: Conform to MnDOT Spec. 2461. 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 End of Existing Pipe 1. Connect to existing pipe at locations shown on the Drawings. 2. Locate and expose end of existing pipe. STORM DRAINAGE UTILITIES © 2018 Stantec 1 193803941 33 40 00 - 5 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 0-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. B. Pipe Installation 1. Lay and maintain pipe appurtenances to the alignment, grade, and location shown on the Drawings and/or staked in the field. No deviation from the Drawing and/or staked alignment, grade, or location is allowed, unless approved by Engineer. Deviation from grade in excess of 0.05-percent may be cause for removal and relaying pipe at the Contractor's expense. 2. General Pipe Installation Procedures a. Wipe joints clean; apply the manufacturer's recommended lubricant compound over the entire joint surface; center spigot in bell and push spigot home; take care to prevent dirt from entering the joint space; bring pipe to proper line and grade, and secure pipe in place by properly bedding. 3. Lay pipe upgrade with spigot ends pointing in the direction of flow. 4. All joints must be watertight. 5. Remove all foreign matter or dirt from inside the pipe. Keep the bell and spigot clean during and after installation. Take care to prevent dirt from entering the joint space. Remove any superfluous material from inside the pipe after pipe installation by means of an approved follower or scraper. 6. Where cut -ins make it, impossible to construct bell and spigot joints or when dissimilar pipe materials are joined, a reinforced concrete collar shall be placed completely surrounding the joint or the connection shall be made by using an approved adapter. 7. Any pipe which has been disturbed after being laid must be taken up, the joint cleaned and properly re-laid as directed by the Engineer. 8. Where a sewer line outlets to grade or where the line is terminated with a flared end section: a. Fasten at least the last 3 joints together using 2 U-bolt fasteners per joint approved and as recommended by the pipe manufacturers. C. Structures and Appurtenances Installation l . 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. All 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. STORM DRAINAGE UTILITIES U 2018 Stantec 1 193803941 33 40 00 - 6 �. 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. Core drill draintile connection in field. 12. Install Adjustment Rings and Adjust Casting: Conforming to Section 33 05 17. D. Construct Manhole Over Existing Pipe 1. Construct manhole over existing pipe at locations shown on the Drawings. 2. Saw cut existing pipe to fit flush with inside wall of new structure. 3. Seal any openings in manhole. Rip Rap 1. General: Conform to MnDOT Spec. 2511 F. 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. Cleaning 1. Consists of Cleaning the Pipe and Structures a. If newly installed mains and structures are kept clean during construction, cleaning will not be required. b. If newly installed mains and/or structures become dirty due to negligence of the Contractor, cleaning will be performed at the sole expense of the Contractor. 2. The bailing or flushing method of cleaning pipe is acceptable only if adequate provisions acceptable to the Engineer for keeping dirt and debris out of the existing sewer system or ponds are employed. Jetting may be required. 3. Complete prior to final inspection for acceptance. C. Required Tests and Inspections 1. Infiltration a. To determine the amount of ground water infiltration into the sewers. b. Test waived if no visible infiltration is observed during the lamping inspection. c. Measurement made by means of 90 degree v-notch weirs placed in the lines as directed by the Engineer. 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. STORM DRAINAGE UTILITIES © 2018 Stantec 1 193803941 33 40 00 - 7 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-inch by 4-inch 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 © 2018 Stantec 1 193803941 33 40 00 - 8 Manhole/Catch Basin Field Elevation Report (3 Stantec Project: Date: Owner: Contractor: Stantec 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 approved. Structure Location As - Structure Design Constructed Difference Street Name Structure Structure Direction of or Easement Type Invert Invert ( + / -) Comments / Quality No. Station invert/flow Location (circle (from Elevation * Assurance 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. This Page Left Blank Intentionally Q11 CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDmvY) 03/29/2018 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 have ADDITIONAL INSURED provisions or 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 CONTACT ONT Michele Miller. CISR PHONE. (651)379-7800 No EMli Arc Nn: (651)379-7801 Bearence Mgmt Group ADDRESS: rnmiller@bearence.com 2010 Centre Pointe Blvd INSURER(S) AFFORDING COVERAGE NAIC it Mendota Heights MN 55120 INSURERA: Cincinnati Insurance Companies INSURED INSURER B : SFM Mutual Insurance Company 11347 INSURER G. F. Jedlicki, Inc. INSURER D : 2471 Galpin Court INSURERE: Suite 110 INSURER F: Chanhassen MN 55317 COVERAGES CERTIFICATE NUMBER: 18.19 All Lines REVISION NUMBER: 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE 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. LTR TYPE OF INSURANCE I INSD wVD POLICY NUMBER MM/DD/YYYY MM/DDYNYYY) LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE � OCCUR PREMISES Ea occurrence $ 100,000 MED EXP (Any one person) $ 10,000 PERSONAL& ADV INJURY $ 1,000,000 A EPP/EBA0366758 01/01/2018 01/01/2019 GEN'LAGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY PRO- dECT LOG PRODUCTS -COMPIOPAGG $ 2,000,000 $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 1,000,000 X BODILY INJURY (Per person) $ ANYAUTO A OWNED X SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY x AUTOS ONLY EPP/EBA0366758 01/01/2018 01/01/2019 BODILY INJURY (Per accident) $ PROPERTY DAMAGE IPer accident) $ X� UMBRELLA LIAR X, OCCUR EACH OCCURRENCE $ 4.000,000 A EXCESS LIAB CLAIMS -MADE EPP/EBA0366758 01/01/2018 01/01/2019 AGGREGATE $ 4,000,000 DED RETENTION $ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERIMEMBEREXCLUDED? Fq (Mandatory in NH) N/A 44554.208 01/01/2018 01/01/2019 X1 STER ATUTE I I FOR EL EACH ACCIDENT $ 1,000,000 E.L DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Project 2018 Yukon Avenue North Water Main & Golf Course Pond Improvements: Certificate holder and all others required by written contract is included as an additional insured in regard to the General Liability where required by written contract on a primary and non contributory basis including completed operations Blanket Additional Insured applies to the Auto when required by written contract. Blanket Waiver of Subrogation applies to the General Liability, Auto Liability and Umbrella policies. rGRT1FIrOTF wr'll 171FA CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of New Hope ACCORDANCE WITH THE POLICY PROVISIONS. 4401 Xylon Avenue North AUTHORIZED REPRESENTATIVE New Hope MN 55428 01988-2016 ACORD CORPORATION. All rights reserved. ACORD 26 (2016103) The ACORD name and logo are registered marks of ACORD EJCDC: ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE CONTRACTOR (name and address): G.F. Jedlicki, Inc 2471 Galpin Ct Ste 110 Chanhassen, MN 55317-4717 OWNER (name and address): City of New Hope 4401 Xylon Ave N New Hope MN 55428-4843 CONSTRUCTION CONTRACT Bond Number: 2377692 PERFORMANCE BOND SURETY (name and address of principal place of business): West Bend Mutual Insurance Company PO Box 620976 Middleton, WI 53562 Effective Date of the Agreement: 03/26/2018 Amount:$ 239,680.00 Description (name and location):2018 Yukon Ave North Water Main and Golf Course Pond Improvements, New Hope, MN. BOND Bond Number: 2377692 Date (not earlier than the Effective Date of the Agreement of the Construction Contract):03/29/2018 Amount: $ 239,680.00 Modifications to this Bond Form: O None ❑ See Paragraph 16 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 G.F. Jedlicki, Inc (seal) Contractor's Name and Corp ate 59al By: Signat e On& "•TPA/ c I , Print Name �5 , 7L Title Attest: Signatur Title SURETY West Bend Mutual Insurance Company (seal) Surety's me and Corporate Seal By: Sign atur (attach power of attar y) NICOLE M. COTY Print Name Attorney -In -Fact Title Attest: Sig re Title Notes: (1) Provide supplemental execution by any additional parties, such as joint venturers. (2) Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. EJCDC® C-610, Performance Bond Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. 1 of 3 1. The Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference. 2. If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except when applicable to participate in a conference as provided in Paragraph 3. 3. If there is no Owner Default under the Construction Contract, the Surety's obligation under this Bond shall arise after: 3.1 The Owner first provides notice to the Contractor and the Surety that the Owner is considering declaring a Contractor Default. Such notice shall indicate whether the Owner is requesting a conference among the Owner, Contractor, and Surety to discuss the Contractor's performance. If the Owner does not request a conference, the Surety may, within five (5) business days after receipt of the Owner's notice, request such a conference. If the Surety timely requests a conference, the Owner shall attend. Unless the Owner agrees otherwise, any conference requested under this Paragraph 3.1 shall be held within ten (10) business days of the Surety's receipt of the Owner's notice. If the Owner, the Contractor, and the Surety agree, the Contractor shall be allowed a reasonable time to perform the Construction Contract, but such an agreement shall not waive the Owner's right, if any, subsequently to declare a Contractor Default; 3.2 The Owner declares a Contractor Default, terminates the Construction Contract and notifies the Surety; and 3.3 The Owner has agreed to pay the Balance of the Contract Price in accordance with the terms of the Construction Contract to the Surety or to a contractor selected to perform the Construction Contract. 4. Failure on the part of the Owner to comply with the notice requirement in Paragraph 3.1 shall not constitute a failure to comply with a condition precedent to the Surety's obligations, or release the Surety from its obligations, except to the extent the Surety demonstrates actual prejudice. 5. When the Owner has satisfied the conditions of Paragraph 3, the Surety shall promptly and at the Surety's expense take one of the following actions: 5.1 Arrange for the Contractor, with the consent of the Owner, to perform and complete the Construction Contract; 5.2 Undertake to perform and complete the Construction Contract itself, through its agents or independent contractors; 5.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract, arrange for a contract to be prepared for execution by the Owner and a contractor selected with the Owners concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 7 in excess of the Balance of the Contract Price incurred by the Owner as a result of the Contractor Default; or 5.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor, and with reasonable promptness under the circumstances: 5.4.1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is determined, make payment to the Owner; or 5.4.2 Deny liability in whole or in part and notify the Owner, citing the reasons for denial. 6. If the Surety does not proceed as provided in Paragraph 5 with reasonable promptness, the Surety shall be deemed to be in default on this Bond seven days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Paragraph 5.4, and the Owner refuses the payment or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. 7. If the Surety elects to act under Paragraph 5.1, 5.2, or 5.3, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. Subject to the commitment by the Owner to pay the Balance of the Contract Price, the Surety is obligated, without duplication for: 7.1 the responsibilities of the Contractor for correction of defective work and completion of the Construction Contract; 7.2 additional legal, design professional, and delay costs resulting from the Contractor's Default, and resulting from the actions or failure to act of the Surety under Paragraph 5; and 7.3 liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual damages caused by delayed performance or non-performance of the Contractor. 8. If the Surety elects to act under Paragraph 5.1, 5.3, or 5.4, the Surety's liability is limited to the amount of this Bond. 9. The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators, successors, and assigns. EJCDC® C-610, Performance Bond Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. 2 of 3 10. The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders, and other obligations. 11. 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 a declaration of Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this paragraph are void or prohibited by law, the minimum periods of limitations available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12. Notice to the Surety, the Owner, or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. 13. When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions 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. 14. Definitions 14.1 Balance of the Contract Price: The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made including allowance for the Contractor for any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract. 14.2 Construction Contract: The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and changes made to the agreement and the Contract Documents. 14.3 Contractor Default: Failure of the Contractor, which has not been remedied or waived, to perform or otherwise to comply with a material term of the Construction Contract. 14.4 Owner Default: Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. 14.5 Contract Documents: All the documents that comprise the agreement between the Owner and Contractor. 15. If this Bond is issued for an agreement between a contractor and subcontractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. 16. Modifications to this Bond areas follows: EJCDC® C-610, Performance Bond Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. 3 of 3 EJCDC ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE CONTRACTOR (name and address): G.F. Jedlicki, Inc 2471 Galpin Ct Ste 110 Chanhassen, MN 55317-4717 OWNER (name and address): City of New Hope 4401 Xylon Ave N New Hope MN 55428-4843 CONSTRUCTION CONTRACT Bond Number: 2377692 PAYMENT BOND SURETY (name and address of principal place of business): West Bend Mutual Insurance Company PO Box 620976 Middleton, WI 53562 Effective Date of the Agreement:03/26/2018 Amount: $ 239,680.00 Description (name and location): 2018 Yukon Ave North Water Main and Golf Course Pond Improvements, New Hope, MN. BOND Bond Number: 2377692 Date (not earlier than the Effective Date of the Agreement of the Construction Contract):03/29/2018 Amount: $ 239,680.00 Modifications to this Bond Form: [K] None ❑ See Paragraph 18 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, agent, or representative. CONTRACTOR AS PRINCIPAL G.F. Jedlicki, Inc (seal) Contractor's Na a and Corpora Seal By: Signature Print Name SURETY West Bend Mutual Insurance Company (seal) Surety's Name and Corporate Seal By: L: I T Signature (attach power of attorney) �. tI( 21.F M- COTY Print Name ISL�ef4 74-- __ Attorney -In -Fact Title Title Attest: Attest: Signatur Si ure Title Title Notes: (1) Provide supplemental execution by any additional parties, such as joint venturers. (2) Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. EJCDC® C-615, Payment Bond Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. 1 of 3 The Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to the Owner to pay for labor, materials, and equipment furnished for use in the performance of the Construction Contract, which is incorporated herein by reference, subject to the following terms. If the Contractor promptly makes payment of all sums due to Claimants, and defends, indemnifies, and holds harmless the Owner from claims, demands, liens, or suits by any person or entity seeking payment for labor, materials, or equipment furnished for use in the performance of the Construction Contract, then the Surety and the Contractor shall have no obligation under this Bond. If there is no Owner Default under the Construction Contract, the Surety's obligation to the Owner under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety (at the address described in Paragraph 13) of claims, demands, liens, or suits against the Owner or the Owner's property by any person or entity seeking payment for labor, materials, or equipment furnished for use in the performance of the Construction Contract, and tendered defense of such claims, demands, liens, or suits to the Contractor and the Surety. 4. When the Owner has satisfied the conditions in Paragraph 3, the Surety shall promptly and at the Surety's expense defend, indemnify, and hold harmless the Owner against a duly tendered claim, demand, lien, or suit. 5. The Surety's obligations to a Claimant under this Bond shall arise after the following: 6. If a notice of non-payment required by Paragraph 5.1.1 is given by the Owner to the Contractor, that is sufficient to satisfy a Claimant's obligation to furnish a written notice of non-payment under Paragraph 5.1.1. 7. When a Claimant has satisfied the conditions of Paragraph 5.1 or 5.2, whichever is applicable, the Surety shall promptly and at the Surety's expense take the following actions: 7.1 Send an answer to the Claimant, with a copy to the Owner, within sixty (60) days after receipt of the Claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed; and 7.2 Pay or arrange for payment of any undisputed amounts. 7.3 The Surety's failure to discharge its obligations under Paragraph 7.1 or 7.2 shall not be deemed to constitute a waiver of defenses the Surety or Contractor may have or acquire as to a Claim, except as to undisputed amounts for which the Surety and Claimant have reached agreement. If, however, the Surety fails to discharge its obligations under Paragraph 7.1 or 7.2, the Surety shall indemnify the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to recover any sums found to be due and owing to the Claimant. 8. The Surety's total obligation shall not exceed the amount of this Bond, plus the amount of reasonable attorney's fees provided under Paragraph 7.3, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. 5.1 Claimants who do not have a direct contract with the Contractor, 9. Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance 5.1.1 have furnished a written notice of non- of the Construction Contract and to satisfy claims, if any, payment to the Contractor, stating with under any construction performance bond. By the substantial accuracy the amount claimed Contractor furnishing and the Owner accepting this Bond, and the name of the party to whom the they agree that all funds earned by the Contractor in the materials were, or equipment was, performance of the Construction Contract are dedicated furnished or supplied or for whom the to satisfy obligations of the Contractor and Surety under labor was done or performed, within this Bond, subject to the Owner's priority to use the funds ninety (90) days after having last for the completion of the work. performed labor or last furnished materials or equipment included in the 10. The Surety shall not be liable to the Owner, Claimants, or Claim; and others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be 5.1.2 have sent a Claim to the Surety (at the liable for the payment of any costs or expenses of any address described in Paragraph 13). Claimant under this Bond, and shall have under this Bond no obligation to make payments to or give notice on 5.2 Claimants who are employed by or have a direct behalf of Claimants, or otherwise have any obligations to contract with the Contractor have sent a Claim to Claimants under this Bond. the Surety (at the address described in Paragraph 13). 11. The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders, and other obligations. EJCDC® C-615, Payment Bond Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. 2 of 3 12. No suit or action shall be commenced by a Claimant under 8. The total amount due and unpaid to the this Bond other than in a court of competent jurisdiction in Claimant for labor, materials, or equipment the state in which the project that is the subject of the furnished as of the date of the Claim. Construction Contract is located or after the expiration of one year from the date (1) on which the Claimant sent a 16.2 Claimant: An individual or entity having a direct Claim to the Surety pursuant to Paragraph 5.1.2 or 5.2, or contract with the Contractor or with a (2) on which the last labor or service was performed by subcontractor of the Contractor to furnish labor, anyone or the last materials or equipment were furnished materials, or equipment for use in the performance by anyone under the Construction Contract, whichever of of the Construction Contract. The term Claimant (1) or (2) first occurs. If the provisions of this paragraph also includes any individual or entity that has are void or prohibited by law, the minimum period of rightfully asserted a claim under an applicable limitation available to sureties as a defense in the mechanic's lien or similar statute against the real jurisdiction of the suit shall be applicable. property upon which the Project is located. The intent of this Bond shall be to include without 13. Notice and Claims to the Surety, the Owner, or the limitation in the terms of "labor, materials, or Contractor shall be mailed or delivered to the address equipment" that part of the water, gas, power, shown on the page on which their signature appears. light, heat, oil, gasoline, telephone service, or Actual receipt of notice or Claims, however accomplished, rental equipment used in the Construction shall be sufficient compliance as of the date received. Contract, architectural and engineering services required for performance of the work of the 14. When this Bond has been furnished to comply with a Contractor and the Contractor's subcontractors, statutory or other legal requirement in the location where and all other items for which a mechanic's lien may the construction was to be performed, any provision in be asserted in the jurisdiction where the labor, this Bond conflicting with said statutory or legal materials, or equipment were furnished. requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal 16.3 Construction Contract: The agreement between requirement shall be deemed incorporated herein. When the Owner and Contractor identified on the cover so furnished, the intent is that this Bond shall be construed page, including all Contract Documents and all as a statutory bond and not as a common law bond. changes made to the agreement and the Contract Documents. 15. Upon requests by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor and Owner shall promptly furnish a copy of this Bond or shall permit a copy to be made. 16. Definitions 16.1 Claim: A written statement by the Claimant including at a minimum: 1. The name of the Claimant; 2. The name of the person for whom the labor was done, or materials or equipment furnished; 3. A copy of the agreement or purchase order pursuant to which labor, materials, or equipment was furnished for use in the performance of the Construction Contract; 4. A brief description of the labor, materials, or equipment furnished; 5. The date on which the Claimant last performed labor or last furnished materials or equipment for use in the performance of the Construction Contract; 6. The total amount earned by the Claimant for labor, materials, or equipment furnished as of the date of the Claim; 7. The total amount of previous payments received by the Claimant; and 16.4 Owner Default: Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. 16.5 Contract Documents: All the documents that comprise the agreement between the Owner and Contractor. 17. If this Bond is issued for an agreement between a contractor and subcontractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. 18. Modifications to this Bond are as follows: EJCDC® C-615, Payment Bond Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. 3 of 3 CORPORATE ACKNOWLEDGMENT STATE OF -It i ,n neSo4a, COUNTY OF mennen.,`h On the ate/ day of,%CA _ 0�0/� . before me personally appeared ,--`7fs ■; to me, who being duly sworn, did depose and say: that s/he resides in 4o,,04Av.;g i'¢r� that s/he is the fi+1os,'a/e � of the G.F. Jedl ick i , inc. the corporation described in and which executed the foregoing instrument; that s/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 s/he signed her/his name thereto by like order. �= 8 ��Ir jy(��pRY PU23 BIiC-M1tAt���9tiTA Mary lip 23 My COMMISSIONISEs 01131 I ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF Dakota On the 2 9th day of March 2018 before me personally appeared, Nicole M . Cott/ _ to me known, who being duly sworn, did say: that s/he resides in Minnesota that s/he is the aforesaid officer or attorney in fact of West Bend Mutual Insurance Company a corporation, that the seal affixed to the foregoing instrument is the corporate seal of said corporation; and that said instrument as 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 de of said corporation (SEAL) FAI Ri(,IP4-It il?' i pfn�tti;� �•? t.x u . „ , • Hr,i :1,1, 2020 WEST BEND �- A MUTUAL INSURANCE COMPANY' POWER OF ATTORNEY THE SILVER LINING Bond No. 2377692 Know all men by these Presents, That West Bend Mutual Insurance Company, a corporation having its principal office in the City of West Bend, Wisconsin does make, constitute and appoint: NICOLE M. COTY lawful Attorney(s)-in-fact, to make, execute, seal and deliver for and on its behalf as surety and as its act and deed any and all bonds, undertakings and contracts of suretyship, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed In amount the sum of: Seven Million Five Hundred Thousand Dollars ($7,500,000) This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of West Bend Mutual Insurance Company at a meeting duly called and held on the 21 sc day of December, 1999. Appointment of Attorney -In -Fact The president or any vice president, or any other officer of West Bend Mutual Insurance Company may appoint by written certificate Attorneys -In -Fact to act on behalf of the company in the execution of and attesting of bonds and undertakings and other written obl&toiy instruments of Pike nature. The signature of any officer authorized hereby and the corporate seal maybe affixed by facsimile to anysuch power of attorney or to any certificate relating therefore and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the company, and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the company in the future with respect to any bond or undertaking or other writing obligatory in nature to which it is attached. Any such appoin tment may be revoked, for cause, or without cause, by any said of at any time. In witness whereof, the West Bend Mutual Insurance Company has caused these presents to be signed by its president undersigned and its corporate seal to be hereto duly attested by its secretary this 22nd day of Se tember, 2017. Attest I^si i WY �' • A s���,h i*— I Christoh er C. Z�ygart C.°RPORAri �, Kevin A. Steiner Secretary SEALI Chief Executive Officer/President State of Wisconsin _.. County of Washington On the 22nd day of September, 2017, before me personally came Kevin A. Steiner, to me known being by duly sworn, did depose and say that he resides in the County of Washington, State of Wisconsin; that he is the President of West Bend Mutual Insurance Company, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to said instrument is such corporate seal; that is was so affixed by order of the board of directors of said corporation and that he signed his name thereto by like order.Ek �- tAOTAgp ; Juli A r nedtim PWLsc ;:' Senioorporate Attorney .....•wig�o��= Notary Public, Washington Co., WI •' My Commission is Permanent The undersigned, duly elected to the office stated below, now the incumbent in West Bend Mutual Insurance Company, a Wisconsin corporation authorized to make this certificate, Do Hereby Certify that the foregoing attached Power of Attorney remains in full force effect and has not been revoked and that the Resolution of the Board of Directors, set forth in the Power of Attorney is now in force. Signed and sealed at West Bend, Wisconsin this 29th day of March 2018 ooRpoware ~ SEAL � Heather Dunn Vice President — Chief Financial Officer notice: Any questions concerning this Power of Attorney may he directed to the Bond Manager at NSI, a division of West Bend Mutual Insurance Company. 1900 S. 1811, Ave. West Bend, WI 53095 1 ph (262) 334-6430 1 1-800-236-5004 1 fax (262) 338-5058 1 www.thesilverlining.com Request for Action March 26, 2018 Approved by: Kirk McDonald, City Manager Originating Department: Public Works By: Bernie Weber, Director of Public Works Agenda Section Development & Planning Item Number 8.1 Agenda Title Resolution awarding contract to G.F. Jedlicki, Inc. for construction of 2018 Yukon Water Main and Golf Course Pond (Improvement Project No. 1003) Requested Action Staff is recommending that Council pass a resolution awarding the contract for construction of 2018 Yukon Water Main and Golf Course Pond (Improvement Project No. 1003) to the low -bid contractor G.F. Jedlicki, Inc. in the amount of $239,680.00 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 In April 2017, the City Council approved plans and specifications for the replacement of the water main on Yukon Avenue adjacent to the Alatus Ironwoods Apartments development. The apartment building required the line to the building be upsized from 6 inches to 8 inches. Staff recommended that the entire line on Yukon Avenue be upsized to the 8 inches to avoid any water breaks on the existing aged infrastructure that will be underneath new sidewalk and landscaping on the Alatus site. The Alatus Ironwoods Apartment development will be installing rip rap and drainage improvements on the west side of the Golf Course pond adjacent to the site as part of their required site storm water treatment. Staff recommends continuing this improvement around the entire east edge of the pond as well. Improvements can be seen on the attached diagram. Originally this work was planned to occur in fall of 2017, but after further evaluation Alatus recommended that it would be more cost-effective for them to have the west side completed in the spring of 2018. The city work on the east side cannot be completed until the Alatus work is complete, so the city work is now planned to occur in October of 2018 to avoid severe impacts to the Golf Course. This project was bid in two parts, Part 1 totaling $106,525.00 for the installation of the Yukon Water Main and Part 2 totaling $133,155.00 for the work at the Golf Course Pond. These compare to the Engineer's Opinion of Probable Cost of $94,000 for Part 1 and $111,000 for Part 2. The proposed project schedule is: • Award bid on March 26, 2018 • Construct water main in Spring 2018 • Pond improvements in October 2018 I: \ RFA \ PUBW ORKS \ 2018 \ Council \ 1003 Yukon WM and GC Pond Funding Construction Total Project Original CIP Budget Funding Project Part Cost Indirect Cost Costs (2017 & 2018) Difference Source Yukon Water Main $106,525.00 $17,777.87 $124,302.87 $104,922.00 ($19,380.87) Water Golf Course Pond $133,155.00 $22,222.13 $155,377.13 $100,000.00 ($55,377.13) Storm Total Costs $239,680.00 $40,000.00 $279,680.00 $204,922.00 ($74,758.00) The Yukon water main will be funded by the water utility enterprise fund. Finance has verified there is enough cash -flow in the account to fund this work. The pond improvements will be funded by the TMDL funding available in the CIP. This funding is dedicated yearly in the CIP to fund projects that help address total maximum daily load issues. The golf course pond drains into Upper Twin Lake, which is listed by the MPCA with a nutrients TMDL. This project will correct the eroding pond slopes and address the excess nutrients entering from the shoreline of the golf course pond. In 2017, only $10,000 of the available $100,000 was spent on TMDL projects. Originally staff had anticipated the golf course pond improvements occurring in 2017. Alatus is now improving the west side of this pond in Spring of 2018 so the city improvements on the east side of this pond were delayed to October of 2018 to limit impacts to the golf course. The remainder of the 2017 CIP funds and the 2018 CIP funds total $190,000, which can fund the storm water work needed at the golf course pond. Attachments • Resolution • Engineer's Memo • Pond Diagram City of New Hope Resolution No. 18-46 Resolution awarding contract to G.F. Jedlicki, Inc. for construction of 2018 Yukon Water Main and Golf Course Pond (Improvement Project No. 1003) WHEREAS, city staff has identified the need for the infrastructure improvements identified in project no. 1003; and, WHEREAS, plans and specifications for the 2018 Yukon Water Main and Golf Course Pond 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 2018 Yukon Water Main and Golf Course Pond project; and, WHEREAS, the base bid of $239,680.00 from G.F. Jedlicki, Inc. is the lowest responsible bid submitted; and, WHEREAS, funding is available through the CIP and the water fund. NOW, THEREFORE, BE IT RESOLVED: 1. That the contract of public improvement project no. 1003, the 2018 Yukon Water Main and Golf Course Pond project, is awarded to G.F. Jedlicki, 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 2611, day of March, 2018. . e04"" Mayor Attest: City Clerk Stantec Stantec Consulting Services Inc. 2335 Highway 36 West, St. Paul MN 55113 March 6, 2018 Honorable Mayor and City Council City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 Re: 2018 Yukon Avenue North Water Main and Golf Course Pond Improvements City Project No. 1003 Stantec Project No. 193803941 Bid Results Dear Honorable Mayor and City Council: Bids were opened for the 2018 Yukon Avenue North Water Main & Golf Course Pond Improvements Project on March 6, 2018. 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. There was a total of 6 Bids. The following summarizes the results of the Bids received - Contractor Total Base Bid Low G.F. Jedlicki, Inc. $239,680.00 #2 Widmer Construction LLC $244,339.50 #3 Rachel Contracting $252,539.00 #4 Penn Contracting, Inc. $274,789.00 #5 Northdale Construction Co., Inc. $319,105.75 #6 Dave Perkins Contracting, Inc. $412,000.00 The low Bidder on the Project was G.F. Jedlicki, Inc. with a Total Base Bid Amount of $239,680.00. This compares to the Engineer's Opinion of Probable Cost of $205,000.00. These Bids have been reviewed and found to be in order. If the City Council wishes to award the Project to the low Bidder, then G.F. Jedlicki, Inc. should be awarded the Project on the Total Base Bid Amount of $239,680.00. Should you have any questions, please feel free to contact me. Sincerely, STANTEC CONSULTING SERVICES INC. gr--e� - Kellie M. Schlegell,, Pr.�E... Enclosure Design with cornmunity in mind I hereby certify that this is an exact Stange Project Name: 2018 Yukon Avenue North Water Main & Golf Course Pond Improvements reproduction ofbids received. Item Hum PART 1 - 1 MOBILIZA 2 TRAFFIC C 3 INLET PRO 4 BIOROLL 5 TEMPORAR 6 TEMPORAR 7 STREET S 8 SALVAGE A 9 REMOVE A 10 REMOVE BI 11 TEMPORAR 12 REMOVE W 13 REMOVE F 14 REMOVE S 15 REMOVE W 16 ABANDON 17 REMOVE H 18 REMOVE V 19 CONNECT 20 4" PVC WA 21 6" PVC WA 22 8" PVC WA 23 INSULATIO 24 IMPROVED 25 4" GATE V 26 8" GATE V 27 HYDRANT, 28 DUCTILE I 29 CONNECT 30 1" CORPO 31 1" CURB 32 1" TYPE "K' 33 CLASS 5 A 34 BITUMINO 35 PATCH CO 36 LOAM TOP 37 SOD, TYPE TOTAL PA AN VA VA VA CON PART 2 - 38 MOBILIZA 39 TRAFFIC C 40 DEWATERI 41 STREET S 42 SALVAGE A 43 TEMPORAR 44 TEMPORAR City Project No.: 1003 Bid Opening: Tuesday, March 6, 2018 at 10 A.M., CST Bidder No. 1 BID TABULATION G.F. ]edlicki, Inc. Project No.: 193803941 Owner: City of New Hope, MN Ye1G� F1 Schlegel A, E. License No. 46200 Bidder No. 2 Bidder No. 3 Bidder No. 4 Widmer Construction LLC Rachel Contracting Penn Contracting, Inc. TI TE TI Item Units Qty Unit Price Total Unit Price TOL31 Unit Price Total Unit Price Total YUKON AVENUE WATER MAIN: ON LS 1 $4,300.00 $4,300.00 $9,000.00 $9,000.00 $6,500.00 561500.00 $10,000.00 $10,000.00 ONTROL LS 1 $2,000.00 $2,000.00 $1,200.00 $1,20D.D0 $3,500.00 $3,5D0.00 $6,000.00 S6,DDO.DO TECTION EA 5 $200.00 $1,0o0.00 $325.00 $1,625.00 $120.00 $600.00 $245.00 $1,225.00 LF 300 $3.00 $900.00 $3.30 $99D.00 $4.50 S1,350.00 $4.25 $1,275.0965 Y ROCK CONSTRUCTION ENTRANCE TN 50 $37.00 $1,850.00 $57.00 $2,850.00 $39.50 $1,975.00 $33.00 $1,0.00 Y HYDROMULCH SY 500 $2.00 SLOW.00 $1.10 $550.00 $1.10 $550.00 $3.00 $1,500.00 WEEPER WITH PICKUP BROOM HR 5 $30.00 $150,D0 $150.00 $7SO.00 $150.00 $750.00 $140.00 $700.00 NO REINSTALL SIGN ON NEW POST EA 2 $150 00 $300.00 $75.00 $150.00 $60.00 $120.00 $150.00 $300.00 REPLACE CONCRETE CURB & GUTTER LF 50 $57.00 $2,850.00 $45.25 $2,262.50 $65,00 $3,250.0D $40.00 52,000.00 TUMINOUS PAVEMENT SY 100 $5.00 $500,00 $4.00 $400m $8.60 S860.0D $5.00 $500.00 Y WATER SERVICE LS 1 $5,900.00 $5,9DD.00 $2,000.00 $2,000,00 $5,000.00 $5,000,00 $4,500.00 S4,500.00 ATER MAIN PIPE LF 260 $8.00 $2,080.00 $8.50 $2,210.00 $5.80 $1,508.OD $20.00 $5,Z00.00 ORCE MAIN LF 260 $8.00 $2,080.00 $8.50 $2,210.00 $5.80 $1,508.00 $20.00 $5,200.00 ANITARY SEWER SERVICE PIPE LF 50 $8.00 $400.00 $15.00 $750.00 $20.00 $1,000,00 $20.00 $1,000.00 ATER SERVICE EA 3 $250.00 $750.00 $500.00 $1,500.00 $1,000.00 $3,000.OD $200.00 $600.00 WATER SERVICE EA 3 $300.00 $900.00 $500.00 $1,5DO.00 $282.00 $846.00 $200.00 $600.00 YDRANT,VALVE AND BOX EA 1 $500.00 $500.00 $250.00 $250.00 $1,750.00 $1,75o.00 $2,000.00 $2,000.00 AND BOX EA 2 $300.00 $WO.00 $150-00 $300,00 $250.00 $500.00 $1,000.00 $2.000.00 TO EXISTING WATER MAIN EA 2 $2,700.00 $5,400.00 $2,150.00 S4,300.00 $4,720.00 $9,440.OD $4,570.00 $%140.00 R MAIN, C900 WITH TRACER WIRE LF 10 $40.00 $400,00 $17.60 $176.DD $45.00 $450,00 $62.60 $626.00 TER MAIN, C900 WITH TRACER WIRE LF 15 $43.00 $645.00 $20.00 $300.00 $45.00 $675.00 $65.00 5975.00 TER MAIN, C900 WITH TRACER WIRE LF 265 $49.00 $12,985.00 $23.50 $6,227.50 $45.00 $11,925.00 $58.40 $15,476.00 N, 4" THICK SY 50 $38.00 $1,900.D0 $39.00 $1,950.00 $45.00 $2,250.00 $45.60 $2,280.OD PIPE FOUNDATION LF 65 $1.00 $65.00 $4.50 $292.50 $30.00 $1,950.00 $8.00 $520.00 AND BOX EA 1 $1,700.00 S1,700.00 $1,867.00 $1,867.00 $2,500.00 $2,500.00 $1,316.00 $1,316.00 AND BOX EA 3 $2,900.00 S8,700.00 $2,460.00 $7,380.00 $3,600-00 $30,800A0 $2,009.00 $6,027.00 INCLUDING 6" GATE VALVE AND BOX EA 1 $6,000.00 $6,000.00 $5,752.00 $5,752.00 $8,250.00 W,250.00 $6,522.00 $6,522.00 ,ON FITTINGS LB 1100 $4.00 $4,4OO.D0 $4.41 $4,851.00 $3.00 $3,300.00 $5.00 $5,500.00 TO EXISTING WATER SERVICE EA 3 $340.00 $1,020.00 $977.00 $2,931.0D $1,800.00 $5,400,00 $332.00 $9%-00 RATION STOP EA 3 $300.00 S900.00 $1,137.00 $3,411.00 $800.00 $2,40D.00 $392.00 $1,176.00 STOP AND BOX EA 3 $400.00 $1,200.00 $1,259.00 $3,777AD $1,200.00 $3,600.00 $514.00 51,542,00 'COPPER SERVICE, DIRECTIONALLY DRILLED LF 150 $65.00 $9,750.00 $65.00 $9,750.00 $47.00 $7,050.00 $50.00 $7,500.0D GGREGATE BASE TN 100 $22.00 $2,200.00 $24.00 $2,400.DD $40.00 $4,00D.00 $38.00 $3,800.00 US PATCHING MIXTURE TN 50 $190.00 $9,5DO.00 $185.00 $9,250.00 $200.00 $10,0D0.00 $175.00 $8,75O.D0 DRIVEWAY SF 800 $13,50 $10,800.DD $11.50 $9,200.00 $12.00 $9,600.00 $13.00 $10,400.00 SOIL BORROW (LV) CY 15 $30.00 $450.DD $34.00 $510.00 $20.00 $300.00 $45.00 $675.00 LAWN SY 75 $6.00 $450,00 $16.50 S1,237.50 $29.00 $2,175.0D $17.00 $1,275.00 RT 1 - YUKON AVENUE WATER MAIN: $106,525.00 $106,060.00 $130,632.00 $130,746.00 GOLF COURSE POND: ON LS 1 $2,000.00 $2,000.00 $9,000.00 $9,OD0.00 $6,000.00 $6,000.DD $3,000.00 $3,000.00 ONTROL LS 1 $2,000.00 $2,000.00 $1,500.00 $1,500.00 $2,000.00 $2,000.D0 $2,850.00 $2,850.00 NG (DRAIN POND) LS 1 $5,000.00 $5,000,00 $1,500.00 $1,500.00 $6,622.00 $6,622.00 $4,500.00 $4,500.00 WEEPER WITH PICKUP BROOM HR 5 $30.00 S150.00 $150.00 $750.00 $150.00 $750.00 $125.00 $625.00 ND REINSTALL FENCE LS 1 $4,700.00 $4,700.00 $275.00 5275.00 $2,000.00 $2,000.DO $1,500.00 $1,500.00 Y ROCK CONSTRUCTION ENTRANCE TN 50 $37.00 $1,850.00 $57.00 $2,850.00 $39.50 $1.975_DO $40.00 $21000.00 Y CONSTRUCTION FENCE LF 1200 $2.00 $2,Q(1.001 $2.00 $2,400,00 $2.50 $3,000.00 $1.80 $2,160A0 193803941-BidTab.xlsm BT-1 193803941-BidTab.xlsm BT-1 BID TABULATION Item Num Item Units Qty 45 SILT FENCE - MACHINE SLICED LF 200 46 REMOVE STORM SEWER PIPE LF 20 47 REMOVE FLARED END SECTION EA 2 48 REMOVE OUTLET CONTROL STRUCTURE LS 1 49 OUTLET CONTROL STRUCTURE LS 1 50 COMMON BORROW (CV) Cy 100 51 12" PVC STORM SEWER PIPE LF 10 52 12" FLARED END SECTION EA 1 53 24" FLARED END SECTION EA 1 54 CLASS 2 GRANITE RIP RAP TN 1200 55 CLASS S AGGREGATE BASE - TRAIL TN 50 56 LOAM TOPSOIL BORROW (LV) CY 180 57 SEED WITH EROSION CONTROL BLANKET SY 650 58 SOD, TYPE LAWN SY 1000 TOTAL PART 2 - GOLF COURSE POND: BASE BID SUMMARY PART 1 - YUKON AVENUE WATER MAIN PART 2 - GOLF COURSE POND TOTAL BASE BID: Contractor Name and Address: Phone: Email: Signed By: Title: Bid Security: Addenda Acknowledged: Bidder No. 1 Bidder No. 2 Bidder No. 3 Bidder No. 4 G.F. 3edlic1d, Inc. Widmer Construction LLC Rachel Contracting Penn Contracting, Inc. Unit Price Total Unit Price Total Unit Price Total Unit Price Total $3.00 $600.00 $2.75 $550.00 $5.00 $1,000.00 52.50 $500.00 $10.00 $200.00 $75.00 $1,500.00 $28.00 $S60.00 $20.00 $400.00 $300.00 $600.00 $2,000.00 $4,000.00 $900.00 51800.00 $200.00 $400.00 $650.00 $650.00 $4,000.00 $4,000.00 $1,000.00 $1,000.00 $500.00 $500.00 $6,500.00 $61500.00 $4,870.00 $4,870.00 $9,500.00 $9,500.00 $4,750.00 $4,750.00 $20.00 $2,000.00 $16.75 $1,67S.00 $12.00 $1,200.00 $18.00 $11800.00 $44.00 $440.00 $112.00 $1,120.00 $80.00 $8W.00 $38.00 $38D.00 $1,200.00 $1,200.00 $1,147.00 $1,147.00 $2,100.00 $2,100.00 $397.00 $397.00 $2,000.00 $2,000.00 $2,805.00 $2,805.00 $3,300.00 $3,300.00 $1,966.00 $1,966.00 $75.00 $90,000.00 $68.00 $81,600.00 $52.00 $62,400.00 $84.25 $101,100.00 $22.00 $1,100.00 $35.00 $1,750.00 $40.00 $24000.00 $45.00 $2,2%.00 $23.00 $4,140.00 $45.00 $8,100.00 $20.00 S3,6013.00 $53.50 $91630,00 $2.50 $1,625.00 $1.75 $1,137.50 $2.00 S1,300.00 $2.00 $1,300.00 $4.00 $4,0W.00 $5.75 $5,750,00 $9.00 $9,000.00 $6.75 $6,750,00 $133,15S.00 $133,279.50 $121,907.00 $148,758.00 $106,525.00 $106,060.00 $130,632.00 $130,746.00 $133,155.00 S138,274.50 $121,907,00 S148 758.00 $239,680.00 $2",339.SO $252,539.00 $279,SO4.00 G.F. Jedlicki, Inc. Widmer Construction LLC Rachel Contracting, Inc. Penn Contracting, Inc. 2471 Galpin ourt #110 9455 County Road 15 412S Napier Ct. NE 13025 Central Avenue NE Chanhassen, MN 55317 Maple Plain, MN 55359 St. Michael, MN 55376 Blaine, MN 55434 952-934-7277 763-424-1500 763.767-2141 iedLTAgfi7aal.-rn MWZ rachelcantracuna.com Garrett Jedlicki Troy Vanderlinde Matthew Cox Dean Luxenburg President President President Bid Bond Bid Bond Bid Bond Bid Bond 1 1 1 1 193803941-BidTab.xlsm BT-2 3 Stantec Bidder No. 5 Bidder No. 6 Rim Tsa111 eTrnN Northdale Construction Co., Inc. Dave Perkins Contracting Inc. Item Num Item Units Qty Unit Price Total Unit Price Total PART 1 - YUKON AVENUE WATER MAIN: 1 MOBILIZATION LS 1 $5,325.00 $5,325.00 $5,000.00 $51000.00 2 TRAFFIC CONTROL LS 1 $5,555.00 $5,555.00 $1,900.00 $1,900.00 3 INLET PROTECTION EA 5 $149.99 $749.95 $350.00 $1,750.00 4 BIOROLL LF 300 $5.00 51,500.00 $5.00 $1,500,00 5 TEMPORARY ROCK CONSTRUCTION ENTRANCE TN 50 $45.00 $2,250.00 $50.00 $2,500.00 6 TEMPORARY HYDROMULCH SY 500 $0.54 $270.00 $3.00 $1,500.00 7 STREET SWEEPER WITH PICKUP BROOM HR 5 $166.65 $83125 $125.00 $625.00 8 SALVAGE AND REINSTALL SIGN ON NEW POST EA 2 $2,748.23 $5,496.46 $500.00 $1,000.00 9 REMOVE AND REPLACE CONCRETE CURB & GUTTER LF 50 $72.22 S3,611.00 $75.00 $3,750.00 10 REMOVE BITUMINOUS PAVEMENT SY 100 $10.50 $1,050.00 $5.00 $500.00 11 TEMPORARY WATER SERVICE LS 1 $6,350.00 $6,350.D0 $3,500.00 $3,50D.00 12 REMOVE WATER MAIN PIPE LF 260 $10.00 $2,600.00 $35.00 $9,1D0.00 13 REMOVE FORCE MAIN LF 260 $15.50 $4,030.00 $35.00 $9,100.00 14 REMOVE SANITARY SEWER SERVICE PIPE LF 50 $15.50 $775-00 $35.00 $1,750.0D 15 REMOVE WATER SERVICE EA 3 $215.00 $645.00 $1,200.00 $3,600.00 16 ABANDON WATER SERVICE EA 3 $175.00 $525.00 $1,200.00 $3,600.00 17 REMOVE HYDRANT, VALVE AND BOX EA 1 $475.00 $475.00 $1,800.00 $1,8M•00 18 REMOVE VALVE AND BOX EA 2 $175.00 $350.00 $1,200.00 $2,40100 19 CONNECT TO EXISTING WATER MAIN EA 2 $143.89 $287.78 $1,200.00 52,400.00 20 4" PVC WATER MAIN, C900 WITH TRACER WIRE LF 10 $41.38 $413.80 $125.00 $1,250,00 21 6" PVC WATER MAIN, C900 WITH TRACER WIRE LF 15 $43.72 $655.80 $145.00 52,175.00 22 8" PVC WATER MAIN, C900 WITH TRACER WIRE LF 265 $49.17 $13,030.05 $85.00 $22,525.00 23 INSULATION, 4" THICK SY 50 $52.54 $2,627.00 $48.00 $2,400.00 24 IMPROVED PIPE FOUNDATION LF 65 $3.50 $227.50 $25.00 511625.00 25 4" GATE VALVE AND BOX EA 1 $1,115.83 $1,115.83 $3,200.00 $3,200.00 26 8" GATE VALVE AND BOX EA 3 $1,804-48 $5,413.44 $3,800.00 $11,400.00 27 HYDRANT, INCLUDING 6" GATE VALVE AND BOX EA 1 $4,530.20 $4,530.20 $5,800.00 $5,800.00 28 DUCTILE IRON FITTINGS LB 1100 $6.53 $7,183-00 $5.00 $5,500,00 29 CONNECT TO EXISTING WATER SERVICE EA 3 $975.00 $2,925.00 $750.00 $2,250.00 30 1" CORPORATION STOP EA 3 $391.08 $1,173.24 $450.00 $1,350.00 31 1" CURB STOP AND BOX EA 3 $356.62 $1,069.86 $450.00 $1,350.00 32 1" TYPE "IC COPPER SERVICE, DIRECTIONALLY DRILLED LF 150 $43.50 $6,525.00 $35.00 $5,250.00 33 CLASS 5 AGGREGATE BASE TN 100 $58.50 $5,850.00 $65.00 $6,500.00 34 BITUMINOUS PATCHING MIXTURE TN 50 $61.11 $3,055.50 $210.00 $10,SO0.OD 35 PATCH CONCRETE DRIVEWAY SF 800 $10.00 $81000.00 $10.00 $8,000.00 36 LOAM TOPSOIL BORROW (LV) CY 15 $83.33 $1,249.95 $28.00 $420.00 37 SOD, TYPE LAWN SY 75 $16.67 51,250.25 $15.00 $1,125.00 TOTAL PART 1 - YUKON AVENUE WATER MAIN: $108,973.86 $149,895.00 PART 2 - GOLF COURSE POND: 38 MOBILIZATION LS 1 $1,250.00 $1,250.00 $1,500.00 $1,500m 39 TRAFFIC CONTROL LS 1 $850.00 5850.00 $650.00 $650.00 40 DEWATERING (DRAIN POND) LS 1 $15,500.00 $15rWD.00 $3,000.00 $3,000.00 41 STREET SWEEPER WITH PICKUP BROOM HR 5 $200.00 51,000.00 $175.00 5875.00 42 SALVAGE AND REINSTALL FENCE LS 1 $7,595.00 $7,595.00 $3,000.00 $3,000.00 43 TEMPORARY ROCK CONSTRUCTION ENTRANCE TN 50 $75.00 $3,750.00 $50.00 $2,500.00 44 TEMPORARY CONSTRUCTION FENCE LF 1200 $6.95 $8,340.00 $3.00 $3,600.00 193803941-BidTab.xlsm BT-3 Bidder No. 5 Bidder No. 6 BID TABULATION Northdale Construction Co., Inc. Dave Perldns Contracting Inc. Item Hum Item Units 4ty 45 SILT FENCE - MACHINE SLICED LF 200 46 REMOVE STORM SEWER PIPE LF 20 47 REMOVE FLARED END SECTION EA 2 48 REMOVE OUTLET CONTROL STRUCTURE LS 1 49 OUTLET CONTROL STRUCTURE LS 1 50 COMMON BORROW (CV) CY 100 51 12" PVC STORM SEWER PIPE LF 10 52 12" FLARED END SECTION EA 1 53 24" FLARED END SECTION EA 1 54 CLASS 2 GRANITE RIP RAP TN 1200 55 CLASS 5 AGGREGATE BASE - TRAIL TN 50 56 LOAM TOPSOIL BORROW (LV) CY 180 57 SEED WITH EROSION CONTROL BLANKET SY 650 58 SOD, TYPE LAWN SY 1000 TOTAL PART 2 - GOLF COURSE POND: BASE BID SUMMARY PART 1 - YUKON AVENUE WATER MAIN PART 2 - GOLF COURSE POND TOTAL BASE BID: Contractor Name and Address: Phone: Email: Signed By: Title: Bid Security: Addenda Acknowledged: Unit Price Total Unit Price Total $7.80 $1,569.00 53.00 $600.00 $25.00 S-9m.00 $35.00 $700.00 $350.00 $700.00 $1,200.00 $2,400.00 $1,100.00 $1,1D0.00 $1,800.00 $1,800.00 $6,255.91 $6,255.91 $6,500.00 $6,500.00 $43.50 $4,350-00 $35.00 53,500.00 $52.85 $528.50 $65.00 $650,00 $444.21 ".21 $850.00 $850.00 $1,083.27 $1,083.27 $1,200.00 $1,200.00 $99.85 $119,820,00 $175.00 $210,000.00 $49.75 $2,487.50 $75.00 $3,750.00 $90.00 $16,200.00 $21.00 $3,780.00 $5.95 $3,867.50 $5.00 $3,250.00 $12.95 SI2,950.00 $8.00 S$0M= $210,131.89 $262,105.00 $108,973,86 $149,995.00 $210.131,89 $262,105.00 $319,105.75 $412,000.00 Npithdale Construction Co., Inc. Dave Perkins Contracting Inc. 9760 71st Street NE 19745 Nowthen Blvd NW Albertvlile, MN 55301 Nowthen, MN 55303-9655 763-428.4868 763-427-0109 phill@rjWfWak&-QnsLcQm m�ffi§,2,- m Philip B. Lesnar Rene Perkins President President Bid Bond Bid Bond 1 1 193803941-BidTab.xlsm BT-4 k- GORDON L. JENSEN' MELANIE P. PERSELLIN2.' STEVEN A. SONDRALL STAGY A. WOODS' 'Real Property Law Specialist Certified By The Minnesota State Bar Association 2Licensed in Illinois/Colorado 3Qualified Neutral Mediator under Rule 114 JENSENSONDRALL PERSELLIN&WOODS P.A., ATTORNEYS AT LAW April 6, 2018 Valerie Leone City Clerk City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 8525 EDINBROOK CROSSING, STE. 201 BROOKLYN PARK, MINNESOTA55443-1968 TELEPHONE (763) 424-8811 * TELEFAx (763) 493-5193 wwwJspWaw,com Writer's Direct Dial No.: (763) 201-0265 e-mail saw@jspwlaw.com personal delivery Re: 2018 Yukon Avenue North Water Main & Golf Course Pond Improvements City Project No. 1003 Our File No.: 99.1003 Dear Val: Enclosed please find four copies of the contract with G.F. JEDLICKI, INC., a Minnesota corporation. Also enclosed are the bid, performance and payment bonds for the referenced project, as well as the Certificates of Insurance. All are in order from a legal standpoint. Please call me if you have any questions. :Si,nerely, / l Stacy A7NH- s, Assistant City Attorney, City ofope Enclosures cc: Steven A. Sondrall, City Attorney Bernie Weber, Public Works Director Chris Long, City Engineer P:\Attorney\SAS\l Client Files\2 City of New Hope\99-10030 (Public Works general)\Leone ltr - 2018 Yukon Ave N Water Main Golf Course Pond Improvements- Project 1003.docx 4/6°?2018 Business Filing Details Business Record Details Minnesota Business Name G.F. JEDLICKI, INC. Business Type MN Statute Business Corporation (Domestic) 302A File Number Home Jurisdiction 1193280-2 Minnesota Filing Date Status 01/13/2005 Active / In Good Standing Renewal Due Date Registered Office Address 12/31/2018 14203 W 62nd Str Eden Prairie, MN 55346 USA Number of Shares Registered Agent(s) 2,500 (Optional) None provided Principal Executive Office Address Chief Executive Officer 2471 Galpin Court #110 Garrett Jedlicki Chanhassen, MN 55317 4851 Hamilton Rd USA Mtka, MN 55346 USA Filing History Filing History Select the item(s) you would like to order: order selected copies O Filing Date Filing 01/13/2005 Original Filing - Business Corporation (Domestic) 01/13/2005 Business Corporation (Domestic) Business Name (Business Name: G.F. JEDLICKI, INC.) Effective Date https:llmbisporta l.sos.state. mn. us/Business/SearchDetails?filingGuid=7aa8Ocdf-8ad4-e011-a886-001 ec94ffe7f 1 /2 4/�12018 Business Filing Details Filing Date Filing [] 01/09/2008 Administrative Dissolution - Business Corporation (Domestic) O 03/03/2009 Annual Reinstatement - Business Corporation (Domestic) 8/1/2012 Administrative Dissolution - Business Corporation (Domestic) (] 3/23/2013 Annual Reinstatement- Business Corporation (Domestic) 2/27/2017 Administrative Dissolution - Business Corporation (Domestic) 3/1/2017 Annual Reinstatement - Business Corporation (Domestic) © 2018 Office of the Minnesota Secretary of State - Terms & Conditions Effective Date https:llmblsportal.sos.state.mn.us/Business/SearchDetails?filingGuid=7aa8Ocdf-8ad4-e011-a886-001 ec94ffe7f 2/2 April 12, 2018 Mr. Garrett Jedlicki G.F. Jedlicki, Inc. 2471 Galphin Court, Suite 110 Chanhassen, MN 55317 SUBJECT: Yukon Water Main and Golf Course Pond improvements - Project 1003 At its meeting of March 26, 2018, the New Hope City Council approved the contract with your company for project no. 1003 for $239,680. Enclosed is a fully executed contract. 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 with Stantec at 651-604-4808 if you have any questions regarding the project. Sincerely, Valerie Leone City Clerk, CMC Enclosures - Contract, IC-134 cc: Chris Long, city engineer Bernie Weber, public works director Susan Rader, parks and recreation director 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 Leone Valerie From: McDonald Kirk Sent: Friday, April 13, 2018 1:42 PM To: NH Council Cc: Weber Bernie; Rader Susan; Sargent Jeff; Albert Megan; Leone Valerie; Severson Mark Subject: FW: Golf Course Pond with changes from Susan/Bernie Attachments: fileljpeg; file jpeg; Construction Mat Examples.pdf; file-5 jpeg Mayor and Council Members: Please see update below on the golf course pond project and issues related to weather impacts. AM From: Albert Megan Sent: Friday, April 13, 2018 1:20 PM To: McDonald Kirk <kmcdonald@ci.new-hope.mn.us> Subject: Golf Course Pond with changes from Susan/Bernie Kirk, On Monday, 4/9 G.F. Jedlicki began work on the pond at the 9" hole of the Golf Course. To access the site, machines and material had been hauled on a temporary rock construction entrance off of 58th and Xylon Avenue. Unfortunately, due to the warmer weather the frost began to heave out of the ground making this construction entrance impassable as shown in the attached photos. The poor soil conditions combined with the frost heave cause the ground to "pump" water and muck up to the grounds surface. G.F. Jedlicki stopped work this afternoon in anticipation of the upcoming rain and snow event anticipated over the next few days. The contractor plans to return to the site on Monday, 4/16 weather permitting. At that time, large mats will be rented and installed on site to allow for construction vehicles to access the pond site without creating any further damage to the golf course. There will be an extra charge to the project for these mats, some examples of these mats can be seen in the attached "Construction Mat Examples" PDF. Staff believes that this is an acceptable extra charge, as it will prevent any further damage to the Golf Course. Staff will now be installing the construction fencing in-house which will save on construction cost. This extra charge will be processed as a Change Order. Please let me know if you have any further questions. Also attached is a photo of the positive progress that the contractor made this week. The overflow structure has been set and rip -rap has been installed on the East side of the pond. Please let me know if you have any questions, Megan Albert City of New Hope Public Works I Stormwater Specialist / Project Coordinator 5500 International Parkway I New Hope, MN 55428 Office: 763-592-6765 1 Cell: 612-790-7698 m al bert(5 e6 ne w-Hope. mmu s Request for Action May 28, 2019 Approved by: Kirk McDonald, City Manager Originating Department: Public Works By: Bernie Weber, Director Agenda Title Agenda Section Consent Item Number 6.14 Resolution approving final payment to G.F. Jedlicki, Inc. in the amount of $7,001.25 for completion of 2018 Yukon Avenue North Water Main and Golf Course Pond Improvements (Improvement Project No. 1003) Requested Action Staff recommends that Council pass a resolution authorizing final payment for 2018 Yukon Avenue North Water Main and Golf Course Pond Improvements (Improvement Project No. 1003) to G.F. Jedlicki, Inc. in the amount of $7,001.25. 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 2018 Yukon Avenue North Water Main and Golf Course Pond Improvement Project involved two separate portions of work. The first, the replacement of the water main at Yukon Avenue between Bass Lake Road and 58th Avenue, was completed in the spring of 2018. The second portion, work to improve sediment loading into the Golf Course Pond, originally took place in 2018. Due to the nature of this project, an extended amount of time post -completion was necessary to accept the work as complete. Due to poor soils on site, some of the rip -rap at the golf course pond settled over the first summer and winter. The contractor returned in the spring of 2019 to repair and add additional rip -rap to the pond. Staff have now accepted the work as complete. The project was bid in two parts, part 1 totaling $106,525.00 for the installation of the Yukon water main and part 2 totaling $133,155.00 for the work at the golf course pond, for a total bid of $239,680. One change order was added to the project to alter the completion date milestones to allow the contractor to begin work on the golf course pond sooner than originally expected. Funding Final construction cost on part 1 of the project is $86,354.00, which is $20,171 under the original contract price. Part 1 was funded by the water utility fund. Final construction cost on part 2 of the project is $132,856.00, which is $299 under the original contract price. Part 2 was funded through the storm water CIP. Total project cost for both parts 1 and 2 was $219,210 or $20,470 under the original contract price. Attachments 0 Resolution City Engineer Memorandum ■ Final Pay Request I:\RFA\PUBWORKS\2019\Council\1003 Yukon WM and GC Pond City of New Hope Resolution No. 19- 71 Resolution approving final payment to G.F. Jedlicki, Inc. in the amount of $7,001.25 for completion 2018 Yukon Avenue North Water Main and Golf Course Pond Improvements (Improvement Project No. 1003) WHEREAS, the city has entered into a contract with G.F. Jedlicki, Inc. for construction of the 2018 Yukon Avenue North Water Main and Golf Course Pond Improvements; and WHEREAS, staff is recommending that the Council adopt a resolution to accept Improvement Project No. 1003 and approve final payment to G.F. Jedlicki, Inc. in the amount of $7,001.25; 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 G.F. Jedlicki, Inc. NOW, THEREFORE, BE IT RESOLVED, 1. That the City Council accepts the 2018 Yukon Avenue North Water Main and Golf Course Pond Improvements from G.F. Jedlicki, Inc. 2. That the city manager is hereby directed to authorize the final payment in the amount of $7,001.25. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 28th day of May, 2019. r Mayor Attest: _ City Clerk Stantec Consulting Services Inc. Stantec 733 Marquette Avenue Suite 1000, Minneapolis MN 55402-2309 May 17, 2019 File: 193803941 Attention: Bernie Weber Director of Public Works City of New Hope 5500International Parkway New Hope, MN 55428 Reference: 2018 Yukon Avenue North Water Main and Golf Course Pond Improvements - Final Payment City Project #1003 Dear Bernie, Enclosed find the final pay request and the IC-134 forms for the 2018 Yukon Avenue North Water Main and Golf Course Pond Improvements project. The contractor, G.F. Jedlicki, Inc., has completed the work in accordance with the contract plans and specifications; therefore, it is recommended that final payment of $7,001.25 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 $239,680.00. The Final Construction Amount is $219,210.00, which is $20,470.00 under the Original Contract Amount. This was primarily due a reduction in the amount of temporary restoration, and less bituminous patching quantity required. Some work was completed by the adjacent Ironwood Development due to scheduling overlap with this project. If you have any questions or require further information, please call me at (612) 712-2081. Regards, STANTEC CONSULTING SERVICES INC. Christopher W. Long, P.E. Attachments: Pay Request No. 4/Final & IC-134's c. Kirk McDonald, Valerie Leone, Megan Hedstrom, Andrew Kramer, Dave Lemke, Shawn Markham, Matt Rowedder- New Hope; Ann Dienhart, Kellie Schlegel - Stantec. Design with community in mind NEW HOPE, CITY OF G �ti 4401 Xylon Avenue N New Hope, MN 55428 �� .. Project 1003 - 2018 Yukon Avenue North Water Main and Golf Course Pond - Improvements Request for Payment No. 4/FINAL Contractor: G. F. ki, Inc. City Project No.: 1003 2471 Galpin Court Galp i Stantec Project No.: 193803941 Chanhassen, MN 55317 For Period: 7/14/2018 - 5/14/2019 Contract Amounts Original Contract $239,680.00 Contract Changes $0.00 Revised Contract $239,680.00 Work Certified To Date Base Bid Items $219,210.00 Backsheet $0.00 Change Order $0.00 Supplemental Agreement $0.00 Work Order $0.00 Material On Hand $0.00 Total $219,210.00 Work Certified This Request for Payment Work Certified To Date Less Amount Retained Less Previous Pa ments Amount Paid This Request for Payment Total Amount Paid To Date 1003 $1,560.00 $219,210.00 $0.00 $212,208.75 $7,001.25 $219,210.00 Percent Retained: 0.0000% Amount Paid This Final Request for Payment $7,001.25 I hereby certify that all items and amounts shown are correct for the work completed to date. Contractor G_F_ JEDLICKI, INC. By: Date: The Work on this project and application has been reviewed and the amount shown is recommended for payment. Engineer STANTEC CONSULTING LTD. By Date: Approved for Payment Owner: CITY OF NEW HOPE Date NEW HOPE, CITY OF 4401 Xylon Avenue N New Hope, MN 55428 Project No. 1003 Request for Payment No. 4/FINAL 1003 Parrment Summary No. From Date To Date Work Certified Amount Retained Amount Paid Per Request for Payment Per Request for Payment Per Request for Payment 1 04/01/2018 04/27/2018 $183,531.00 $9,176.55 $174,354.45 2 04/28/2018 05/30/2018 $31,324.00 $1,566.20 $29,757.80 3 05/31/2018 07/13/2018 $2,795.00 ($5,301.50) $8,096.50 4 07/14/2018 05/14/2019 $1,560.00 ($5,441.25) $7,001.25 Totals: $219,210.00 $0.00 $219,210.00 1003 Funding Category Report Funding Work Less Less Amount Paid Total Category Certified Amount Previous This Amount Paid No. To Date Retained Payments Request for Payment To Date Water Fund 86,354.00 0.00 84,195.15 2,158.85 86,354.00 Storm Fund 132,856.00 0.00 128,013.60 4,842.40 132,856.00 Totals: $219,210.00 $0.00 $212,208.75 $7,001.25 $219,210.00 NEW HOPE, CITY OF 4401 Xylon Avenue N New Hope, MN 55428 Project No. 1003 Request for Payment No. 4/FINAL 1003 Prv"ect Item Status Quantity Amount Line Item Description Units Unit Contract This Request This Request Quantity Amount Price Quantity for for To Date To Date Payment Payment Part 1: Yukon Avenue Water Main 1 2021.501 MOBILIZATION LS $4,300.00 1 0 $0.00 1 $4,300.00 2 2563.601 TRAFFIC LS $2,000.00 1 0 $0.00 1 $2,000.00 CONTROL 3 2573.530 INLET PROTECTION EA $200.00 5 0 $0.00 0 $0.00 4 2573.540 BIOROLL LF $3.00 300 0 $0.00 200 $600.00 TEMPORARY 5 2573.609 ROCK CONSTRUCTION TN $37.00 50 0 $0.00 50 $1,850.00 ENTRANCE 6 2753.604 TEMPORARY SY $2.00 500 0 $0.00 0 $0.00 HYDROMULCH STREET 7 2123.610 SWEEPER (WITH HR $30.00 5 0 $0.00 3 $90.00 PICKUP BROOM) SALVAGE AND 8 2104.523 REINSTALL SIGN EA $150.00 2 0 $0.00 2 $300.00 ON NEW POST REMOVE AND REPLACE 9 2104.501 CONCRETE LF $57.00 50 0 $0.00 20 $1,140.00 CURB AND GUTTER REMOVE 10 2104.505 BITUMINOUS SY $5.00 100 0 $0.00 7 $35.00 PAVEMENT 11 2504.601 TEMPORARY LS $5,900.00 1 0 $0.00 1 $5,900.00 WATER SERVICE 12 2104.501 REMOVE WATER LF $8.00 260 0 $0.00 245 $1,960.00 MAIN PIPE 13 2104.501 REMOVE FORCE LF $8.00 260 0 $0.00 250 $2,000.00 MAIN REMOVE 14 2104.501 SANITARY LF $8.00 50 0 $0.00 8 $64.00 SEWER SERVICE PIPE 15 2104.501 REMOVE WATER EA $250.00 3 0 $0.00 3 $750.00 SERVICE 16 2504.602 ABANDON EA $300.00 3 0 $0.00 3 $900.00 WATER SERVICE REMOVE 17 2104.503 HYDRANT, EA $500.00 1 0 $0.00 1 $500.00 VALVE AND BOX 18 2225.00185 REMOVE VALVE EA $300.00 2 0 $0.00 1 $300.00 AND BOX 19 2504.602 CONNECT TO EA $2,700.00 2 0 $0.00 2 $5,400.00 EXISTING NEW HOPE, CITY OF 4401 Xylon Avenue N New Hope, MN 55428 Project No. 1003 Request for Payment No. 4/FINAL 1003 Project Item Status Quantity Amount Line Item Description Units Unit Contract This Request This Request Quantity Amount Price Quantity for for To Date To Date Payment Payment WATER MAIN 20 2504.603 4" PVC WATER LF $40.00 10 0 $0.00 0 $0.00 MAIN 21 2504.603 6" PVC WATER LF $43.00 15 0 $0.00 3 $129.00 MAIN 22 2504.603 8" PVC WATER LF $49.00 265 0 $0.00 245 $12,005.00 MAIN 23 2502.604 INSULATION - 4" SY $38.00 50 0 $0.00 0 $0.00 THICK 24 2451.607 IMPROVED PIPE LF $1.00 65 0 $0.00 16 $16.00 FOUNDATION 25 2504.602 4" GATE VALVE EA $1,700.00 1 0 $0.00 0 $0.00 AND BOX 26 2504.602 8" GATE VALVE EA $2,900.00 3 0 $0.00 3 $8,700.00 AND BOX HYDRANT, 27 2510.0289 INCLUDING 6" GATE VALVE EA $6,000.00 1 0 $0.00 1 $6,000.00 AND BOX 28 2504.608 DUCTILE IRON LB $4.00 1100 0 $0.00 500 $2,000.00 FITTINGS CONNECT TO 29 2504.602 EXISTING EA $340.00 3 0 $0.00 3 $1,020.00 WATER SERVICE 1" 30 2504.602 CORPORATION EA $300.00 3 0 $0.00 3 $900.00 STOP 31 2504.602 1" CURB STOP EA $400.00 3 0 $0.00 3 $1,200.00 AND BOX 1" TYPE "K" COPPER 32 2504.603 SERVICE LF $65.00 150 0 $0.00 168 $10,920.00 (DIRECTIONALLY DRILLED) 33 2211.501 AGGREGATE TN $22.00 100 0 $0.00 100 $2,200.00 BASE, CLASS 5 BITUMINOUS 34 2231.501 PATCHING TN $190.00 50 0 $0.00 12.5 $2,375.00 MIXTURE PATCH 35 2531.618 CONCRETE SF $13.50 800 0 $0.00 800 $10,800.00 DRIVEWAY 36 2574.525 LOAM TOPSOIL CY $30.00 15 0 $0.00 0 $0.00 BORROW 37 2575.505 SOD TYPE LAWN SY $6.00 75 0 $0.00 0 $0.00 Totals For Section Part 1: Yukon Avenue Water Main: 1 $0.00 $86,354.00 NEW HOPE, CITY OF 4401 Xylon Avenue N New Hope, MN 55428 Project No. 1003 Request for Payment No. 4/FINAL 1003 Project Item Status Quantity Amount Line Item Description Units Unit Contract This Request This Request Quantity Amount Price Quantity for for To Date To Date Payment Payment Part 2: Golf Course Pond 38 2021.501 MOBILIZATION LS $2,000.00 1 0 $0.00 1 $2,000.00 39 2563.601 TRAFFIC CONTROL LS $2,000.00 1 0 $0.00 1 $2,000.00 40 2105.601 DEWATERING LS $5,000.00 1 0 $0.00 1 $5,000.00 (DRAIN POND) STREET 41 2123.610 SWEEPER (WITH HR $30.00 5 0 $0.00 2 $60.00 PICKUP BROOM) SALVAGE AND 42 2104.601 REINSTALL LS $4,700.00 1 0 $0.00 1 $4,700.00 FENCE TEMPORARY 43 2573.609 ROCK CONSTRUCTION TN $37.00 50 0 $0.00 48 $1,776.00 ENTRANCE TEMPORARY 44 2572.501 CONSTRUCTION LF $2.00 1200 0 $0.00 0 $0.00 FENCE SILT FENCE, 45 2573.502 TYPE MACHINE LF $3.00 200 0 $0.00 0 $0.00 SLICED 46 2104.501 REMOVE SEWER LF $10.00 20 0 $0.00 20 $200.00 PIPE (STORM) REMOVE 47 2104.509 FLARED END EA $300.00 2 0 $0.00 2 $600.00 SECTION REMOVE 48 2104.601 OUTLET CONTROL LS $650.00 1 0 $0.00 1 $650.00 STRUCTURE OUTLET 49 2506.601 CONTROL LS $6,500.00 1 0 $0.00 1 $6,500.00 STRUCTURE 50 2105.523 COMMON CY $20.00 100 0 $0.00 0 $0.00 BORROW (CV) 51 2502.521 12" PVC STORM LF $44.00 10 0 $0.00 10 $440.00 SEWER PIPE 52 2630.04700 12" FLARED END EA $1,200.00 1 0 $0.00 2 $2,400.00 SECTION 53 2630.04704 24" FLARED END EA $2,000.00 1 0 $0.00 1 $2,000.00 SECTION CLASS 2 54 2511.609 GRANITE RIP TN $75.00 1200 20.8 $1,560.00 1192.8 $89,460.00 RAP AGGREGATE 55 2211.501 BASE, CLASS 5 - TN $22.00 50 0 $0.00 25 $550.00 TRAIL NEW HOPE, CITY OF 4401 Xylon Avenue N New Hope, MN 55428 Project No. 1003 Reauest for Pavment No. 4/FINAL 1003 Project item Status Quantity Amount Line Item Description Units Unit Contract This Request This Request Quantity Amount Price Quantity for for To Date To Date Payment Payment 56 2574.525 LOAM TOPSOIL BORROW CY $23.00 180 0 $0.00 140 $3,220.00 SEEDING WITH 57 2575.523 EROSION CONTROL SY $2.50 650 0 $0.00 1800 $4,500.00 BLANKET 58 2575.505 SOD TYPE LAWN SY $4.00 1000 0 $0.00 1700 $6,800.00 Totals For Part 2: Golf Course Pond: $1,560.001 1 $132,856.00 Project Totals: $1,560.001 $219,210.00 01 io/tu is naps:swww.mnoor.state.mn.usltpieservicesl/Ketnevelu/c-/BXAt(;6tyVZa6wreSvezpuA ?FILE_=Print2&PARAMS_=400006554895... 'MJDEPARTMENT wafa,odp)_ 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: Subcontractor Summary 1-351-913=408 16-May-2019 11:31:46 AM G F JEDLICKI INC 20-2149889 GFJedlicki Contractor Affidavit 702144512 7579212 CITY OF NEW HOPE 1003 01-Apr-2018 16-May-2019 NEW HOPE $219,210.60 Name ID Affidavit Number PARKE CONSTRUCTION 2573416 207446016 BITUMINOUS ROADWAYS, INC 8225235 1874665472 J & R LARSON GROUNDS MAINTENANCE LLC 5930620 123576320 f CREATIVE CURB LLC 3623244 788488192 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@state.mn.us. Business hours are &DO a.m. - 4:30 p.m. Monday - Friday. Please print this fig@ for your records using the print or save functionality built into your browser. https:ltwww.mndor.state.mn.usltpleservices/_lRetrievelO/o-IBXAtC6EyVZa6wreSvezpuA ?FILE= Print2&PARAMS__=4000065548957261516 ill G.F. Jedlicki, Inc. Receipt And Waiver Of Mechanic's Lien Rights Dated: May 16, 2019 The undersigned hereby acknowledges receipt of the sum of _$219,210.GO Check Only One, 1. as partial payment, upon receipt of cleared funds, for labor, skill and material furnished. 2. X as payment, upon receipt of cleared funds, for labor, skill and material furnished or to be furnished (except the sum of $_7,001.25 retainage or holdback) 3. as full and final payment, upon receipt of cleared funds, for all labor, skill and material furnished to the following described real property: (legal description, street addressor project name) Yukon Ave N Water Main and Golf Course Pond and for value received hereby waives all rights acquired by the undersigned to file or record mechanic's liens against said real property for labor, skill or material furnished to said real property (only for the amount paid if Box 1 is checked, and except for retainage shown if Box 2 is checked). The undersigned affirms that all material furnished by the undersigned has been paid for, and all subcontractors employed by the undersigned have been paid in full, EXCEPT; NOTE: If this instrument is executed by a corporation, It must be signed by an officer and if executed Garrett By a partnership, It must be signed by a partner. G. F. !et Page 1 of 1 DEPARTMENT OF REVENUE Contractor Affidavit Submitted Thank you, your Contractor Affidavit has been approved. Confirmation Summary Confirmadon Number: Submitted Date and Time: L2®al Name: P-4-1 Empt y—to, User Who Submitted: Type of Request Submitted: Affidavit Summary AiHdavtt Number: Minnesota ID: Project Owner: Project Number: Project Begin Date: Project End Date: Project Location: Project Amount: Subcontractors: 0-020-042-176 31-Aug 201E 10:40:16 AM CREATIVE CURB LLC 11-191zozo Connie Hesse Contractor Affidavit 7BOU8192 3623244 CITY OF NEW HOPE 1003 01-May-2018 01-May-2018 2018 YUKON AVE N WATERMAIN & GOLF COURSE POND -NEW HOPE $6.040.00 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, QOnt2Ct our IVIhhoiding Tax Division at 651-282-9999, (toll -free) 600-657-3594, or (email) vnthho!ding,lax&tate.mn,us. Business hours FM 8:00 a.m. -4:30 p.m MnndU. - i"ilday. Please i::: i' ' _ u: !_ for your records using the print or save functionality built into your browser. https://www.mndor.state.mx>.usltpleservicesl /Retrieve/0/c-17HP92ReeJp4WkVa3TZLP8A... 8/31/2019 Page 1 of 1 itDEPARTMENT OF REVENUE Contractor Affidavit Submitted Thank you, your Contractor Affidavit has been approved. Confirmation Summary Confirmation Number. 1-207-325-120 Submitted Date and Time: 31-Aug-2018 9:30.52 AM Legal Name: J $ R LARSON GROUNDS MAINTENANCE LL Federal Employer ID: 04-31148185 User Who Submitted: JRLOROUNDS Type of Request Submitted: Contractor Affidavit Affidavit Summary AMdavtt Number: 123676320 Minnesota ID: 5930620 Project Owner: CITY OF NEW HOPE Project Number. YUKON AVE Project Begin Date: 21-May-2018 Project End Dale: 21-May-2018 Project Location: NEW HOPE Project Amount: $6,660.00 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 you need hirti�er ass3stanoe, contact ou{ Wrlhholding Tax Division at651-282.9999, (toll -free) 800-657-3594, or (email) wit nholdirig .iaxestaIe.onn.us, Business lwurs are 8:00 a.m. - 4:30 p.m MozIU:y - Friday. Please pant 1hispagg for your records using the print or save functionality built into your browser. https_//www.mndor.state.mn-us/tD/eservices/ /Retrieve/0/c-/iTnR7.T )T.SvuOT,M7n7MAnn xru n R Page IofI .) MDEPARTMENIr 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: 1-260-573-120 31-Aug-2018 9:12:05 AM BITUMINOUS ROADWAYS INC 41-0646864 Cindy Ladzun Contractor Affidavit 1874665472 8225236 CITY OF NEW HOPE BR 810058 01-May-2018 01-May-2018 YUKON AVENUE WATERMAIN $2,670.00 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) wllhholdkng.tax@state.mn.us. Business hours are 8:00 a.m. - 4:30 p.m. Monday - Friday. Please p1i h�(j IsaAe for your records using the print or save functionality built Into your browser. https://www.mndor,state.mn.us/tp/esei-vice-st /Retrieve/O/c-/kI1CZH6Xd9CNTXMsk3iZ2A... 8/31/2018 9/1012018 AOL Mail - Message View FW: Your Recent Contractor Affidavit Request From: Subsurface Office <info@subsurfacedrilling.com> To: 'Betty Greenlee Kline' <jedlickibg@aol,com> Date: Wed, Sep 5, 2018 7:57 pm Betty, Attached is our IC134 for the New Hope project this spring. Thank you, Rob Rob Parke President — Subsurface Construction 8350 20151 Ave NW Nowthen, MN 55330 763-213-1450 763-286-5520 cell y�M W,ibsurtacedriilingS&M h sli.dpisuswAIC■ 1 ri-UN 6 TR 41 CT I QN From: MN Revenue e-Services[mailto:eservices.mdor@state.mn.us] Sent: Wednesday, September 05, 2018 7:56 PM To: info@subsurfacedrilling.com Subject: Your Recent Contractor Affidavit Request This email is an automated notification and is unable to receive replies. Contractor Affidavit Completed Thank you, your Contractor Affidavit has been approved Confirmation Summary Confirmation Number: 2-08"51-136 Submitted Date and Time: 5-Sep-2018 7:55:59 PM Legal Name: PARKE CORPORATION Federal Employer ID: 45-5308567 User Who Submitted: freezzing Type of Request Submitted: Contractor Affidavit Affidavit Summary Affidavit Number: 207446016 Minnesota ID: 2573416 Project Owner: CITY OF NEW HOPE Project Number: 1 Project Begin Date: 26-Apr-2018 Project End Date: 26-Apr-2018 Project Location: YUKON AVE N Project Amount: $5,000.00 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 you need further assistance, contact our Withholding Tax Division at 651-282-9999, (toll -free) 800-667-3594, or (email) withholding.tax@state.mn.us. Business hours are 8:00 a.m. - 4:30 p.m. Monday - Friday. How to View and Print this Request You can see copies of your requests by going into your History. This message and any attachments are solely for the intended recipient and may contain nonpublic / private data. If you are not the intended recipient, any disclosure, espying, uee, or distribution of the information included in this message and any attachments is prohibited. If you have received this communication in error, please notify us and immediately and permanently delete this message and any attachments- Thank you. https://mail.aal.com/webmaii-std/en-us/basic# 1/1