Loading...
IP #985PROJECT NO. 985 2017 Northwood North Infrastructure Item 8.4 05/23/16 Motion authorizing the preparation of a feasibility report for construction of a 2017 infrastructure project Northwood North (improvement project no. 985) 2016-112 9/26/16 Resolution Accepting Feasibility Report on 2017 Infrastructure Improvement Project No. 985 and Calling for a Public Hearing to Consider Ordering Project (Northwood North Area Infrastructure Improvement Project) 2016-116 10/10/16 Resolution Calling Public Hearing on the Intention to issue General Obligation Street Reconstruction Plan Bonds and the Proposal to Adopt a Street Reconstruction Plan therefor 2016-123 10/24/16 Resolution ordering construction of and preparation of plans and specifications for the 2017 infrastructure improvement no. 985 (Northwood North Area Infrastructure Improvement Project) 2016-130 11/14/16 Resolution giving preliminary approval for the issuance of the city's General Obligation Street Reconstruction Plan Bonds in an amount not to exceed $5,500,000 and adopting the City of New Hope Minnesota Street Reconstruction Plan of 2016 through 2020 therefor (improvement project no. 985) 2016-131 11/14/16 Resolution providing for the sale of $4,990,000 General Obligation Road Reconstruction Bonds, Series 2016A (improvement project no. 985) 2017-17 1/23/17 Resolution approving plans and specifications and ordering advertisement for bids for the 2017 Infrastructure Improvement No. 985 (Northwood North infrastructure improvement project) 2017-37 3/13/17 Resolution awarding contract to Valley Paving, Inc. for construction of public improvement project no. 985 (2017 Northwood North Area Infrastructure Improvement Project) 2017-120 10/23/17 Resolution approving change order no. 1 for Valley Paving, Inc. contract for the 2017 Northwood North Area Infrastructure improvements (project no. 985) 2018-107 9/24/18 Resolution declaring cost to be assessed and ordering preparation of proposed assessments in connection with infrastructure improvement no. 985 2018-108 9/24/18 Resolution calling for a public hearing on assessments for infrastructure improvement no. 985 (Northwood North Area Infrastructure Improvement Project) 2018-117 10/22/18 Resolution approving final payment to Valley Paving, Inc. in the amount of $355,494.51 for completion of public improvement project no. 985 (2017 Northwood North Area Infrastructure Improvement Project) 2018-120 10/22/18 Resolution adopting assessments for improvement project no. 985 (2017 Northwood north area infrastructure improvement) January 27, 2016 Bernie Weber Interim Director of Public Works City of New Hope 5500International Parkway New Hope, MN 55428 Re: Northwood North Area Infrastructure Improvements BCWMC #2016-38 Dear Mr. Weber: The Bassett Creek Watershed Management Commission (BCWMC) reviewed grading, drainage and erosion control plans for the above referenced project at its January 19, 2017 meeting. The proposed project includes street reconstruction, water main and sanitary sewer replacement, and storm sewer improvements in the Northwood North neighborhood bounded by 42nd Ave North to the north, Highway 169 to the west, Northwood Park to the south, and Boone Ave North to the east. The project is in the Northwood Lake subwatershed and 12.09 acres will be graded as part of this project. The proposed project results in an increase of approximately 0.02 acres of impervious surface. In order for the plans to be in conformance with the policies of the Bassett Creek Watershed Management Plan, the following modifications must be made: 1. This project creates more than one acre of new or redeveloped impervious area, therefore the applicant must provide documentation that stormwater runoff is managed such that peak flow rates leaving the site are equal to or less than the existing rates leaving the site for the 2-, 10-, and 100-year events based on Atlas 14 precipitation amounts and using a nested 24- hour rainfall distribution, as described in the BCWMC Requirements for Improvements and Development Proposals. 2. The filtration trench detail #2 on Sheet C8.03 indicates that 3-ft, sumps will be placed on catch basins upstream of filtration trenches however sump elevations are not included for structure CBMH-11 on Sheet C5.02, CBMH-25 on Sheet C5.04, CBMH-62 on Sheet C5.05, CBMH-51 on Sheet C5.06, and CBMH-75 on Sheet C5.07. Sump elevations must be included for these structures. Iron enhanced sand is generally not recommended for use in subsurface filtration due to the requirement for oxygenation of the iron enhanced filter bed between rainfall events. The applicant must, 1) provide documentation indicating that the system is properly designed to provide oxygenation of the iron between rainfall events, or 2) revise the design to meet the MIDS treatment requirements without the use of iron -enhanced sand in a subsurface filtration system. Bassett Creek Watershed Management Commission 7800 Golden Valley Road I Golden Valley, MN 55427 1 www.bassettcreekwrno.org I Established 1968 Crystal I Golden Valley I Medicine Lake I Minneapolis I Minnetonka I New Hope I Plymouth I Robbinsdale I St. Louis Park Bernie Weber January 27, 2016 Page 2 4. Inlet protection must be added to the northwest corner of Decatur Avenue North and 401/2 Ave North. 5. A maintenance plan for the underground filtration trenches must be developed. 6. Revised drawings (paper copy and final electronic files) must be provided to the BCWMC Engineer for final review and approval. The drawings we reviewed were dated February 17, 2016 (G0.01— 1.01, C0.01-C8.06). If you have questions, please contact Josh Phillips at 952-832-2723 or me at 952-832-2784, Sincerely, Jim Herbert, P.E. Barr Engineering Co. Engineers for the Bassett Creek Watershed Management Commission (BCWMC) c: Kirk McDonald, New Hope kmcdonald ci.new-ho e. n. s Chris Long, Stantec chris horng@stantecxoin Laura Jester, BCWMC laura.'estgLkeystonewaters.corn Request for Action May 23, 2016 Approved by: Kirk McDonald, City Manager Originating Department: Public Works By: Bob Paschke, Director Agenda Section Development & Planning Item Number 8.4 Agenda Title Motion authorizing the preparation of a feasibility report for construction of a 2017 infrastructure project Northwood North (improvement project no. 985) Requested Action The City Council routinely considers public infrastructure improvement projects to extend the useful life of the infrastructure and/or improve the level of service. The city pavement management strategy has identified areas for maintenance and reconstruction activities in 2017. To be compliant with Chapter 429 requirements for infrastructure projects, a feasibility report is recommended to be prepared in order to outline the proposed improvements and determine the project need and cost effectiveness. Policy/Past Practice The proposed 2017 street infrastructure project was discussed at the Council's March 21, 2016, and May 16, 2016, work sessions. At that time, staff noted that a number of street sections have some history of water main breaks, and that it was necessary to prioritize water main replacement in the 2017 street infrastructure area based upon street condition ratings, water main break history and cost/improvement benefit. As well to develop a plan to restore roadway surfaces at an advanced rate due to the deterioration of surfaces in large portions of the city. Background Focusing on the issues above, the future pavement management strategy identified and prioritized street maintenance activities to maximize the return on each dollar invested in maintenance by identifying areas to be edge milled, milled or fully reconstructed. The roads to be fully reconstructed are selected by the severity of condition of the utility infrastructure within the area and considered independently from the surrounding roads. The roads not chosen for full reconstruction will still be subject to water main issues for the period of time until full reconstruction projects can occur. North of 401/2; Gettysburg, Flag, Ensign, Decatur, Cavell, 41st; and south of 401/2, 4011, and Hopewood Lane are the streets that have had substantial water distribution system issues. If the project proceeds, streets are proposed for water main, street, specific sanitary and storm water portions to be reconstructed. It is recommended that Council recognizes improvements within the project area as shown on the Figure 1 map. The streets identified may change during the feasibility report preparation, as existing utility and street conditions will be further analyzed. The report will break down the project into logical sections to allow for further analysis of scope, if desired. At the feasibility study approval the project should move forward into the design stage. Staff would like to present the report at the September 12th Council meeting, and in an I:\RFA\PUBW0RKS\2016\985 2017 Infrastructure project Northwood North\985 Feasability study\985 Feasability study 2017 infrastructure project.docx effort to improve project communications, it is recommended that impacted property owners be invited to attend the September 12th meeting. With approval, plans could be prepared over the fall/winter, with the project scheduled for a January bid, and construction in the spring of 2017. Funding The engineer's preliminary cost estimate for the project is $5.05 million. The estimates for each segment are: ■ Street Costs $3,050,000 • Water Costs $1,200,000 • Sanitary Sewer Costs $300,000 • Storm Sewer Costs $500,00Q Total Estimated Project Costs $5,050,000 As analyzed by AEM from the March 15, 2016 memo, attached is the 2017 CIP, page 6 that is shows theoretically adequate resources in each respective fund for the project. The funding for the project would come from a combination of the street infrastructure fund, sanitary sewer fund, water fund, and storm water fund. Attachments • Engineer memorandum • Figure 1 map ■ CIP from AEM memo a. Stantec May 18, 2016 File: 193803542 Stantec Consulting Services Inc. 2335 Highway 36 West St. Paul MN 55113 Tel: (651) 636-4600 Fax: (651) 636-1311 Attention: Bob Paschke Director of Public Works City of New Hope 5500 International Parkway New Hope, MN 55428 Reference: 2017 Northwood North Area Infrastructure Improvements - Authorize Preparation of Feasibility Report City Project No.: 985 Dear Bob, As identified on the City's Capital Improvement Plan (CIP), street and utility improvements are scheduled for the Northwood North Area streets. This area is shown on the attached map, and is bordered by 42nd Avenue N to the north, Trunk Highway 169 to the west, Northwood Lake to the south, and Boone Avenue N to the east. These improvements have been discussed at past work sessions and council meetings. All the potential infrastructure improvements are shown on the attached Figure 1 To be compliant with Chapter 429 requirements for infrastructure projects, we recommend a feasibility report be prepared to outline the proposed improvements and determine the project need and cost effectiveness. The preliminary cost estimate for the total project, including the full reconstruction and the mill and overlay areas as shown on Figure 1 is estimated at $5,050,000. It is recommended that Council authorizes the preparation of a feasibility report to be completed for the improvements generally within the project area as shown on Figure 1. The report will break down the project into logical sections to allow for reduction in scope, if desired, at the time of deciding if the project should move forward into the design stage. Design with community in mind May 18, 2016 Mr. Bob Paschke Page 2 of 2 Reference: 2017 Northwood North Area Infrastructure Improvements - Authorize Preparation of Feasibility Report The report could be presented to the Council in September. If decided to move forward with the project, plans could be prepared over the fall/ winter. The project could be scheduled for bid in January, with construction to begin in the spring of 2017. If you have any questions or require further information please call me at (651)604-4808. Sincerely, STANTEC Christopher W. Long, P.E. Attachments: Figure 1 Cc: Bernie Weber, Dave Lemke, Shawn Markham, John Blasiak - New Hope; Adam Martinson, Ann Dienhart, Kellie Schlegel, Jeremy Hauser - Stantec. Design with community in mind .0 a 0 E �1 � J no Ya "ya r � $ a C v r CB Cryzs Plymouth H bbinad a ul�]. ,44TH CER N � C 1�1 J J Q ; K .L a x. a cD �. c � � L m r i 42nd AVE N .I 7 JE N VF N z W W 0 M�M w r 1L t, � Ji' •� ���,J�i �r4_ aee "i i Ol& 4� . _ Full Reconstruct `` Image ce:,riesy of uSGS: Earlhi 'ar GeOgTaphies Mill and Overlay to Corporation 2017 Northwood North Area Infrastructure Improvements New Hope, Minnesota ( Stantec ! 2IX1 400 fMwFMM4+hnadrrlL"__ Feel �r�n� N— JAI alpinaltlochmenlfheol95v11) rW r1h� Iw llrnrYYrMI�� _- �Y^RVwr�unr •YwMur,,,urx.l �� �ii 0 � iim � �� imp i� 3 IPP, [*]I Agenda Title Request for Action September 26, 2016 Approved by: Kirk McDonald, City Manager Originating Department: Public Works By: Bob Paschke, Director Agenda Section Development & Planning Item Number 8.1 Resolution Accepting Feasibility Report on 2017 Infrastructure Improvement Project No. 985 and Calling for a Public Hearing to Consider Ordering Project (Northwood North Infrastructure Area Improvement Project) Requested Action Staff is requesting that the Council receive a presentation by the city engineer regarding a proposed 2017 infrastructure improvement project. Staff is also recommending that the Council approve a resolution that accepts the feasibility report and establishes a public hearing to consider ordering the 2017 infrastructure improvement project No. 985 at the October 24, 2016, Council meeting. If the project proceeds, a public hearing would be established to declare assessments after project costs are determined. Policy/Past Practice The City Council routinely considers public infrastructure improvement projects to extend the useful life of the infrastructure and/or improve the level of service. The city pavement management strategy has identified areas for maintenance and reconstruction activities in 2017. To be compliant with Chapter 429 requirements for infrastructure projects, a feasibility report has been prepared in order to outline the proposed improvements and determine the project need and cost effectiveness. Background The proposed 2017 street infrastructure project was discussed at the Council's March 21, 2016 and May 16, 2016 work sessions. At that time, staff noted that a number of street sections in the proposed improvement area have a history of water main breaks. As a result, it was necessary to prioritize water main replacement in the 2017 street infrastructure area based upon street condition ratings,, water main break history, other utility infrastructure conditions, and cost/improvement benefit. Additionally, it was recommended to continue developing the Council's desired plan to restore roadway surfaces at an advanced rate due to the deterioration of surfaces in large portions of the city. Focusing on the issues, the pavement management strategy identified and prioritized street maintenance activities to maximize the return on each dollar invested in maintenance, by identifying areas to be milled, reclaimed, or fully reconstructed. The roads to be fully reconstructed are selected by the severity of condition of the utility infrastructure and poor pavement conditions. The roads not chosen for full reconstruction will still be subject to water main issues for the period of time until full reconstruction projects can occur. Streets that have been identified for full reconstruction within the feasibility report are the following: Gettysburg, Flag, Ensign, Decatur, Cavell, 41st, 40th, Hopewood, and a short section of Jordan. If the project proceeds, these streets are proposed for water main, street, specific sanitary and storm water portions to be reconstructed. Streets that are considered for mill and inlay are 401/2, a portion of Jordan, and a portion of Ensign. Streets where the pavement is in complete failure, such as the northern loop street of 41s' and Jordan require reclamation. I:\RFA\PUBWORKS\2016\985 2017 Infrastructure project Northwood North\985 Feasibility study\985 resolution accepting Feasibility ordering plan & specs The report breaks down the project into logical sections to allow for reduction in scope, if desired, at the time of deciding if the project should move forward into the design stage. As current estimated costs are higher than previously budgeted amounts, 4011, Avenue North is shown as a potential bidding alternate. Other streets and improvements could also be bid as an alternate in order to review the actual bid costs with the budget amounts. If the project is approved to move forward into the design stage, we recommend including an alternate as well for storm water basin improvements at the Sumter Filtration Basin located at 551h Avenue North and Sumter Avenue North. Over time, this basin has proved to be difficult to maintain and complaints have been received from neighboring residents. As the expected costs for these improvements are significant, we recommend exploring competitive bids with the 2017 Northwood North Infrastructure Improvements project. It is recommended that Council recognizes improvements needed within the project area as shown on the Figure 1 maF. The existing street and utility conditions are identified in the feasibility report. Upon approval of the feasibility study and completion of the public hearing, it is recommended to approve preparation of the plans and specifications. In an effort to improve communications, all impacted property owners were invited to attend the September 26 council meeting. Additionally, impacted property owners will be invited to the open house scheduled for January 11, 2017 if the project proceeds. Upon approval, plans could be prepared over the fall/winter, with contractor bids being received in February, and construction starting in the spring of 2017. The proposed project schedule is: • Present feasibility report and order public hearing on September 26, 2016 • Hold the public hearing on October 24, 2016 • Authorize plans and specifications on October 24, 2016 • Hold Open House (90% plans) January 11, 2017 • Approve plans and specifications on January 23, 2017 ■ Authorize advertisement for bids on January 23, 2017 • Receive bids on February 24, 2017 • Review bids and award contract on March 13, 2017 • Start construction in Spring 2017 ■ Substantial Completion Fall 2017 • Complete Construction Summer 2018 Funding In accordance with New Hope's Assessment Policy, the breakdown for estimated revenue sources for the 2017 infrastructure project, including Alternate 1— 40th Avenue Reconstruction is shown in the table on the following page: Funding Source Current Feasibility Report Estimate $49,236 Capital Improvement Plan (CIP) Budget Amount $3,050,000 Difference Proposed non -city assessment amount $693,196 Proposed city assessment amount $82,739 Street infrastructure fund $3,611,221 Storm water fund $726,616 $500,000 $226,616 Sanitary sewer fund $231,901 $300,000 -$68,099 Water fund $1,072,408 $1,200,000 -$127,592 Total Estimated Project Costs $5,774,121 $5,050,000 $724,121 Due to the fact that the 2017 feasibility report costs are higher than the original estimated costs, and due to the fact that alternate construction was approved for the 2016 Northwood South project, it may be necessary to bond for a portion of this infrastructure project. Funding for the project will be further discussed at the October 5th council work session. Attachments • Resolution prepared by the city attorney ■ Figure 1 map • Appendix A-1 (cost estimate summary) • Appendices B-1, B-2, B3 (preliminary assessments) ■ Figure 12 (map of tax exempt properties) • Feasibility Report City of New Hope Resolution No.16-112 Resolution Accepting Feasibility Report on 2017 Infrastructure Improvement Project No. 985 and Calling for a Public Hearing to Consider Ordering Project (Northwood North Area Infrastructure Improvement Project) WHEREAS, pursuant to a motion by the City Council, a feasibility report has been prepared by the City Engineers, Stantec, with reference to the City's proposed Improvement Project no. 985 (2017 Northwood North Area Infrastructure Improvement Project), and said feasibility report is hereby presented to and received by the City Council on September 26, 2016, and WHEREAS, the feasibility report details street pavement and utility improvements on all streets in a general location between Northwood Lake to the south, TH 169 to the west, 42nd Avenue to the north and Boone Avenue to the east as specifically set out in Figure 1 of the feasibility report. WHEREAS, the report provides information regarding whether the proposed improvement is necessary, cost- effective and feasible: whether it should best be made as proposed or in connection with some other improvement; the estimated cost of the improvement as recommended; and a description of the methodology used to calculate the individual assessments for affected parcels; and, WHEREAS, the city has placed the proposed project in its capital improvement program. The total estimated cost of the improvement is $5,774,121.47 if the City Council elects to include the bidding alternate for 401h Avenue as set out in Table 13 of the report. Table 13 indicates all funding sources for the project including the proposed assessable amounts to benefitting properties; and, WHEREAS, the Council authorized the preparation of this feasibility report by motion at its May 23, 2016; and, NOW, THEREFORE, BE IT RESOLVED by the City Council of the city of New Hope, Hennepin County, Minnesota: That the City Council accepts and will consider construction of the 2017 Infrastructure Improvement Project No. 985 in accordance with the feasibility report for the proposed 2017 Infrastructure Improvements. Further, the City Council will consider the assessments to the benefitting properties for a portion of the cost of the improvement pursuant to Minn. Stat. Chapter 429. 2. That the City Council hereby orders a Public Hearing on October 24, 2016, for the proposed 2017 Infrastructure Improvement Project 985 and the City Clerk shall provide mailed and published notice to owners of the benefitting properties of said hearing and improvement as required by law.; Adopted by the City Council of the city of New Hope, Hennepin County, Minnesota, this 2611, day of September 2016. Kathi Hemken, Mayor Attest: Valerie Leone, City Clerk P: \Attorney \SAS\ 1 Client Files\2 City of New Hope\ 99-69851 -2017 imp. proj 985\Resolution accepting feasibilty report - proj. 985 d2 clean.docx 3 0 ti. _ Z. y a a 7. a �. x U• c) w a U- m 42nd AVE N a z 41 st Ave N 41 s! Ave N a' c to N [gyp N Z 1� Um r w LiJ Dj > 5° a' qb w r z qve. l ❑ 0 0 100 40 th ; l2 Ave• N r400w,od PO4Y 110th Ave N Hopew.vad Ave N Proposed Improvements�,`4" a Reclaim - Full Reconstruct `r Mill and Overlay Image cq.urte5y;.of USES: Eartli5iar Geographies S10 Q..24i6 h4i'crosbft Co:��or•atiun Figure 1I Stantec Crya Plymouth N e 2017 Northwood North Area w.-•••�+•�µ�•r••• Infrastructure Improvements 02D° '°° bbinsd B Feel m. y...�..V.w••..id I:C,°°°IAI cA°liw decvmenl ike a16.5.11� •m'�+. wr. n•,W.r+..v'an.� New Hope, Minnesota 6lyamxkkon v:\Iv]6\eclM\19aEausl9\oeVrapcLVol)}ocollo2W p.mM Appendix A-1 Preliminary Cost Estimate Summary 2017 Northwood North Area Infrastructure Improvements September 2016 Table A-1 Project Cost Summary: Improvement Type Gettysburg Ave Reconstruct Flag Ave - Reconstruct Ensign Ave - Reconstruct Decatur Ave - Reconstruct Cavell Ave - Reconstruct 41st Ave - Reconstruct „ 40th Ave - Reconstruct Hopewood La - Reconstruct Jordan Ave - Reconstruct JordanAve and 41st Ave - Reclaim JordanAve and 40th 1/2 Ave - MIII & Ensign Ave - Milt Overlay Street Total Construction Cost 10% Contingencies 20% Indirect Total Project Cost (includingCos! Total Project (Excluding Alternate) :Streets $463,481.20 $455,991.15 $455,638.65 $244,930.70 $245,931.70 $207,703.50 $269,517.90 $189,221.25 $50,406.25 $100,626.00 $128,213.10 $67,721.00 $2,879,382.40 $287,938.24 $575,876.48 $3,743,197.12 $3.391823.85 Water Main $140,091.00 $138,364.50 $138,859.00 $80,680.00 $81,813.00 $64,453.00 $87.686.00 $58,356.00 $28,627.00 $1,000.00 $2,500.00 $2,500.00 $824,929.50 $82,492.95 $164,985.90 $1,072,408.35 $95.8.416.55 Sanitary Sewer $13,075.00 $10,025.00 $9,575.00 $4,625.00 $6,025.00 $52,635.00 $8,050.00 4,625.00 $2,625.00 $12,450.00 $36,125.00 $18,550.00 $178.385.00 $17,838.50 $35,677.00 $231,91?0.5 $221.435.50 Storm Sewer $78,609.00 $61,048.00 $86,413.00 $45,500.00 $43,450.00 158,690.00 $31,800.00 $87,725.00 $21,925.00 $31,775.00 $6,000.00 $6,000.00 $558,935.00 $55,893.50 1 11,787.00 $726.615.50 $685:275.50 Total Construction Cost $695,256.20 $665,428.65 $690,485.65 $375,735.70 $377,219.70 $383,481.50 $397,053.90 $339,927.25 $103,583.25 $145,851.00 $172,838.10 $94,771.00 $4,441,631.90 Contingencies (10%) $69,525.62 $66,542.87 $69,048.57 $37,573.57 $37,721.97 $38,348.15 $39,705.39 $33,992.73 $10,358.33 $14,585.10 $17,283.81 $9,477.10 $444,163.19 Indirect (20%) $139,051.24 $133,085.73 $138,097.13 $75,147.14 $75,443.94 $76,696.30 $79,410.78 $67,985.45 $20,716.65 $29,170.20 $34,567.62 $18,954.20 $888,326.38 Total Project Cost $903,833.06 $865,057.25 $897,631.35 $488,456.41 $490,385.61 $498,525.95 $516,170.07 $441,905.43 $134,658.23 $189,606.30 $224,689.53 $1123,a2&EL $5,774,121.4711 $444,163.19 $888,326.38 $5,774,127.47 $5,257,951,40 * This street has been identified as a potential alternate Appendix B-1 Preliminary Assessments 2017 Northwood North Area Infrastructure Improvements September 2016 Total Est Cost Residential FF Commercial FF Mill & Overlay Subtotal $254,714.33 7,177.50 600.66 Reclaim Subtotal $130,813.80 3,712.50 0.00 Reconstruction Subtotal $3,357,668.99 12,952.50 142.76 Totals $3,743,197.12 23,842.50 743.42 Residential Rate = 2/3*Commercial Rate Duplex/Zero Lot Line Residential Rate = 65%*Residential Rate Estimated Cost = (Residential FF)*2/3*(Commercial Rate)+(Commercial FF)*(Commercial Rate) Commercial Rate = Estimated Cost 2/3 x Residential FF + Commercial FF Mill & QvfHu Rates Commercial Rate = $254,714 2/3 x 7,177.50 + 600.66 Commercial Rate = $47.29 per FF Single Family Residential Rate = $31.53 per FF _Dueiex/Zero Lot Line Residential Rate = $20.49 per FF Reclaim Rates Commercial Rate = $130,814 2/3 x 3,712.50 + 0.00 Commercial Rate = $52.85 per FF Residential Rate = $35.23 per FF Duplex/Zero Lot Line Residential Rate = $22.90 per FF Reconstruct Rates Commercial Rate = $3,357,669 2/3 x 12,952.50 + 142.76 Commercial Rate = $382.52 per FF Residential Rate = $255.01 per FF Duplex/Zero Lot Line Residential Rate = $165.76 per FF Appendix B-2 Preliminary Assessments 2017 Northwood North Area Infrastructure Improvements September 2016 Property Street Front Assessment Assessment Entity Type Improvement Footage Rate Amount 1. City of New Hope (Northwood Park) Non- Reconstruction 142 $382.52 $54,317.84 86 Address Unassigned Residential Reclaim 0 $52.85 $0.00 PID 18-1 18-21-23-0043 Mill & Overlay 0 $47.29 $0.00 Total Assessment $54,317.84 2. City of New Hope (Northwood Park) Non- Reconstruction 0 $382.52 $0.00 8816 Northwood Parkway Residential Reclaim 0 $52.85 $0.00 PID 18-118-21-34-0082 Mill & Overlay 601 $47.29 $28,421.29 Total Assessment $28,421.29 3. Hammer Residence Inc. - Unit 1 Residential - Reconstruction 0 $165.76 $0.00 4009 Jordan Avenue North 2 Units Reclaim 0 $22.90 $0.00 PID 18-118-21-23-0045 Mill & Overlay 82.5 $20.49 $1,690.80 Total Assessment $1,690.80 4. Hammer Residence Inc. - Unit 2 Residential - Reconstruction 0 $165.76 $0.00 4009 Jordan Avenue North 2 Units Reclaim 0 $22.90 $0.00 PID 18-118-21-23-0045 Mill & Overlay 82.5 $20.49 $1,690.80 Total Assessment $1,690.80 5. Tasks Unlimited Lodges - Unit 1 Residential - Reconstruction 0 $165.76 $0.00 4125 Jordan Avenue North 2 Units Reclaim 82.5 $22.90 $1,889.21 PID 18-118-21-23-0116 Mill & Overlay 0 $20.49 $0.00 Total Assessment $1,889.21 6. Tasks Unlimited Lodges - Unit 2 Residential - Reconstruction 0 $165.76 $0.00 4125 Jordan Avenue North 2 Units Reclaim 82.5 $22.90 $1,889.21 PID 18-118-21-23-01 16 Mill & Overlay 0 $20.49 $0.00 Total Assessment $1,889.21 7. Hennepin Co Forfeited Land Residential -Reconstruction 82.5 $255.01 $21,038.33 9116 40 1 /2 Avenue North Vacant Reclaim 0 $35.23 $0.00 PID 18-118-21-23-0117 Land Mill & Overlay 0 $31.53 $0.00 Total Assessment $21,038.33 8. Fraser Reconstruction 82.5 $255.01 $21,038.33 4069 Flag Avenue North Residential Reclaim 0 $35.23 $0.00 PID 18-118-21-24-0066 Mill & Overlay 0 $31.53 $0.00 Total Assessment $21,038.33 Total Assessment Value $131,975.79 Appendix B-3 Preliminary Assessments 2017 Northwood North Area Infrastructure Improvements September 2016 Street Name From To Residental Properties Residental Properties Front Footage (82.5 LF /lot) Commercial Property Front Footage Total Front Footage A. Mill and Overlay Jordan Ave N/40 1/2 Ave N Cul de sac Boone Ave N 63 5,198 5,198 Ensign Ave N 40 1/2 Ave N Boone Ave N 24 1,980 601 2,581 Mill and Overlay Total 87 7,178 601 7,778 B. Reclaim Jordan Ave N/41st Ave N Gettysburg Ave N Gettysburg Ave N 45 3,713 3,713 Reclaim Total 45 3,713 0 3,713 C. Reconstruct Gettysburg Ave N 40 1/2 Ave N 42nd Ave N 24 1,980 1,980 Flag Ave N 40 1/2 Ave N 42nd Ave N 30 2,475 2,475 Ensign Ave N 40 1/2 Ave N 42nd Ave N 30 2,475 2,475 Decatur Ave N 40 1/2 Ave N 41st Ave N 15 1,238 1,238 Cavell Ave N 40 1/2 Ave N 41st Ave N 15 1,238 1,238 41st Ave N Decatur Ave N Boone Ave N 12 990 990 40th Ave N Ensign Ave N Boone Ave N 17 1,403 1,403 Hopewood Lane Ensign Ave N Boone Ave N 10 825 825 Jordan Ave N S of 40 1/2 Ave N 40 1/2 Ave N 4 330 143 473 Reconstruct Total 157 12,953 143 13,095 Project Totals 289 23,843 743 24,586 I Q. 0 1811821230718 3 � as . z a� o� I � I- Z Q t71 a N 42nd Jordan pve - 5811821230117 I� 7 a 41stAve N �] I; 16118212.40066 — S 01 a: EN I'El 1811821230043 I J 1811821340002 Z� f +vs+nn crygt Plymouth H e ❑ hbinsd e 1 Figure 12 Tax Exempt Properties Improvements `Tax Exempt Properties as of Aug. 2016 New Hope, Minnesota 2 +� reel 1:4 BOD (RI aiglml tloc�maM fke al B Sxl II "ati LU k LU Q Stantec �ba; Feasibility Report For 2017 Northwood North Area Infrastructure Improvements Prepared for: City of New Hope, Minnesota City Project No. 985 4 Stantec September 2016 Stantec Project No. 193803542 Stantec Consulting Services Inc. Stantec 2335 Highway 36 West, St. Paul MN 55113 September 19, 2016 Honorable Mayor and Council City of New Hope 4401 Xylon Avenue North New Hope, MN 55428-4898 Re: 2017 Northwood North Area Infrastructure Improvements Client Project No. 985 Stantec Project No. 193803542 Dear Mayor and Council Members: We are pleased to present our Feasibility Report for the 2017 Northwood North Area Infrastructure Improvements project. The general location of the work includes all streets between Northwood Lake to the south, TH 169 to the west, 42nd Avenue N to the north, and Boone Avenue N to the east. Streets included in the project were recommended based upon the current condition of the pavement and underlying utilities. The improvements identified include the full reconstruction of several streets, as well as the continued focus on a more aggressive pavement management strategy to improve the driving surface of more streets utilizing overlays and reclamation. This pavement management philosophy will provide for quicker street improvements, and will allow the utility funds to build for future full reconstruction. The new overlays and reclaim streets will improve the quality of life, increase the aesthetic value, and increase the safety of the roadways. We recommend this report be presented and discussed at the September 26, 2016, Council meeting. Respectfully submitted, STANTEC CONSULTING SERVICES, INC. Christopher W. Long, P.E. 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. T Date: September 19, 2016 Reg. No. 46200 Desian with community in mind CITY OF NEW HOPE - 2017 NORTHWOOD NORTH AREA INFRASTRUCTURE IMPROVEMENT PROJECT TABLE OF CONTENTS TABLEOF CONTENTS.................................................................................................................................................3 INTRODUCTION.........................................................................................................................................................5 HISTORY................................................................................................................................................................... 5 SCOPEOF STUDY...................................................................................................................................................5 FIGURE 1 - 2017 Northwood North Area Infrastructure Improvements..................................................6 EXISTINGCONDITIONS.............................................................................................................................................7 TABLE 1 - PAVEMENT RATING INDEX (PRI) SUMMARY.................................................................................7 FIGURE 2 - PAVEMENT RATINGS.....................................................................................................................8 FIGURE 3 - BORING AND GPR TESTING.........................................................................................................9 FIGURE 4 - WATER MAIN BREAK HISTORY....................................................................................................10 STREET IMPROVEMENTS..........................................................................................................................................1 1 FULLRECONSTRUCT............................................................................................................................................1 1 TABLE 2 - RECONSTRUCT STREETS.................................................................................................................1 1 TABLE 3 - TREE SPECIES IN PROJECT AREA..................................................................................................12 RECLAIM...............................................................................................................................................................12 TABLE 4 - RECLAIM STREETS...........................................................................................................................13 MILLAND OVERLAY............................................................................................................................................13 TABLE 5 - MILL AND OVERLAY STREETS........................................................................................................13 FIGURE 5 - TYPICAL SECTIONS.......................................................................................................................14 COMPLETE STREETS..............................................................................................................................................15 WATER MAIN IMPROVEMENTS..............................................................................................................................16 FIGURE 6 - PROPOSED WATER MAIN IMPROVEMENTS.............................................................................17 SANITARY SEWER IMPROVEMENTS.......................................................................................................................18 FIGURE 7 - PROPOSED SANITARY SEWER IMPROVEMENTS.......................................................................19 FIGURE 8 - CASTING COVERS WITH INFLOW..............................................................................................20 FIGURE 9 -STRUCTURES WITH INFILTRATION................................................................................................21 STORM SEWER IMPROVEMENTS............................................................................................................................22 RECONSTRUCTAREA..........................................................................................................................................22 MILL AND OVERLAY and reclaim AREAS........................................................................................................22 STORMWATER MANAGEMENT..........................................................................................................................22 FIGURE 10 - PROPOSED STORM SEWER IMPROVEMENTS.........................................................................24 FIGURE 11 -STORM SEWER STRUCTURES IN POOR CONDITION..............................................................25 COSTESTIMATES......................................................................................................................................................26 City of New Hope ® Stantec Stantec Project No: 193803542 2017 Northwood North Area Infrastructure Improvements Page 3 TABLE 6 —FULL RECONSTRUCT STREETS COST ESTIMATE.............................................................................26 TABLE 7 —RECLAIM STREETS COST ESTIMATE................................................................................................26 TABLE 8 —MILL & OVERLAY STREETS COST ESTIMATE...................................................................................26 TABLE 9 — UTILITY COST ESTIMATE..................................................................................................................27 TABLE 10 — TOTAL PROJECT COSTS...............................................................................................................27 FINANCING..............................................................................................................................................................28 REVENUES.............................................................................................................................................................28 ASSESSMENTS.......................................................................................................................................................28 TABLE 1 1 - PROPOSED ASSESSMENT RATES..................................................................................................28 TABLE 12 - ASSESSABLE REVENUE..................................................................................................................29 TABLE 13- FUNDING SOURCE.........................................................................................................................30 ALTERNATESDISCUSSION...................................................................................................................................30 FIGURE 12 — TAX EXEMPT PROPERTIES — ASSESSMENTS..............................................................................31 PROJECTSCHEDULE...............................................................................................................................................32 CONCLUSIONS AND RECOMMENDATIONS.......................................................................................................33 Appendices Appendix A — Preliminary Cost Estimate Summary Appendix B — Assessments City of New Hope ® Stantec Stantec Project No: 193803542 2017 Northwood North Area Infrastructure Improvements Page 4 CITY OF NEW HOPE - 2017 NORTHWOOD NORTH AREA INFRASTRUCTURE IMPROVEMENT PROJECT INTRODUCTION The purpose of this report is to investigate the feasibility of performing improvements to reconstruct/rehabilitate existing local streets and local utilities within the proposed project area shown on Figure 1. HISTORY In order to improve the overall quality of its local infrastructure system, the City of New Hope continues with a more aggressive pavement management philosophy to improve the existing driving surface and extend the pavement life of its streets. As the road conditions and Pavement Condition Index's (PCI's) continued to decline, it was apparent the City was not keeping up with street rehabilitations. The Pavement Management Plan continued to fall behind, and a more aggressive approach to pavement management was agreed upon by the City Council in May of 2014. Interim overlays will be utilized to add structural integrity to the existing street sections. Full reconstruction of the streets is to be completed with streets showing significant roadway subgrade and drainage issues, as well as those having a significant amount of utility issues. Utility rehabilitation on the overlay streets will be limited in efforts to build up water and other utility funds. The pavement management strategy will improve the driving surface and will provide the ability to improve more streets. The new overlays will improve the quality of life, increase the aesthetic value, and increase the safety of the roadways. SCOPE OF STUDY The purpose of this report is to provide the feasibility of the full reconstruction of approximately 1.4 miles of streets, full -depth reclamation for approximately 0.2 miles of streets, and a mill and overlay for approximately 0.8 miles of streets. The type of improvement required will be determined by the existing condition of the pavement, roadway subgrade, as well as the condition of the underlying utilities. The type of improvements required, costs of the improvements, and how the improvements will be funded will be evaluated. The report breaks down the project into logical sections to allow for reduction in scope, if desired, at the time of deciding if the project should move forward into the design stage. City of New Hope ® Stantec Stantec Project No: 193803542 2017 Northwood North Area Infrastructure Improvements Page 5 495406 V z 1 z > Q z >CD z Q > U Q R i Z LL I d I I 42nd AVE N I pve N iJordan I Q, o � _ I i z > Z 41 st Ave N _ EL i Z a 41 st Ave N s Q > > " z P° w z z W aa� Q a w QI z I Ave N O NRP _ 40th 1/2 Ave N z a� 40th Ave N ptcwY Northwood ' 4� Hopewood Ave N 9 LP 1 + I I , p o`oP Proposed Improvements�\yo 0 ReclaimAL 0 nl Full Reconstruct �p MITI and Overlay Image courtesy ofUSGS EalrGhst r = r p I I K =1 • c VMicoosoft Corporation 495406 Figure 1 ® Stantec Crysta 2017 Northwood North Area Plymouth H pe Infrastructure Improvements �°° '° ° Feet ❑ bbinsd a New Hope, Minnesota 1:4,800[At aiV-1 dacumenr—.1 B.S.]I� av v mineconle p ,on al lne Gale V.\iv3a\acll4va\I958w54R\G 5\Pmec ls\Yol]locotlonlnap.mxa CITY OF NEW HOPE - 2017 NORTHWOOD NORTH AREA INFRASTRUCTURE IMPROVEMENT PROJECT EXISTING CONDITIONS The streets identified in this report were generally constructed in the 1960's and 1970's. City records have been reviewed and field inspections were performed on the structures and pipes to identify warranted storm sewer and sanitary sewer improvement work in the project area. Overall, the condition of the existing storm and sanitary systems in the mill and overlay segments is fair. Several deteriorating storm structures and specific sanitary pipe issues have been identified. The streets in the project area were rated in spring of 2016 based on the City's Pavement Ratings Index (PRI). The index ranges from 0-100 and assigns a value to each street segment based on the visual condition of the pavement. In general, a low PRI indicates a roadway that is failing structurally, while a higher value indicates a segment is in good condition. The table below is a summary of the PRI ratings for the project area. TABLE 1 - PAVEMENT RATING INDEX (PRI) SUMMARY PRI RANGE RATING DESCRIPTION LENGTH IN FEET LENGTH IN MILES 0-20 Failing 1,820 0.34 21-40 Very Poor 1,295 0.25 41-60 Poor 3,820 0.72 61-80 Good 5,795 1.10 81-100 Excellent 0 0.00 TOTALS 13,538 2.41 AVERAGE PRI = 51.42 Figure 2 shows the pavement ratings for each street within this project area. In addition to the PRI ratings, soil borings and ground penetrating radar have been completed to assist us in further understanding the existing street section characteristics. Figure 3 identifies the locations and limits of this field exploration. Final data and the accompanying reports have been received and they generally support the identified street improvements proposed in this report. As experienced in past projects, Petromat material has been found within the existing pavement sections. Petromat is a fabric material that was placed between the layers of bituminous pavement as an interim improvement to provide strength in the street. Although this material extended the original pavement life, Petromat does require additional costs to remove and dispose. As such, field staff investigated and potholed several areas to determine if Petromat is in the road section. Following the investigation of the proposed improvement area, Petromat was only identified in Gettysburg Avenue North. With the exception of the Jordan Ave N/41 S' Ave N loop, all the water main within this project area is cast iron. As is typical with other existing cast iron water main in the City, a history of breaks have been confirmed on several of the project streets and are shown on Figure 4. The water main breaks are especially prevalent on the streets that have been identified to be reconstructed, thus supporting this improvement method. City of New Hope ® Stantec Stantec Project No: 193803542 2017 Northwood North Area Infrastructure Improvements Page 7 ME ME INE III Emilio Rating —61-80 )81-100 Study Area Crysta Plymouth H pe ❑ bbinsd e Figure 2 Pavement Ratings New Hope, Minnesota ORa 0 200 400 Feet 1:4,800 of an81^ol document sire of B.SxI I � ® Stantec 495406 N z d z a z d z a ci a d w a i f LL I 1 t, I I I 42ndI E) o I 2 z 7�AeN EL I Z 41 VJ L Z gb _ LL C w z LLI c Q ' d W 0 e 0 o = i t 13 �► Northwood z Lake a i c N n oo P wy 40th ve I 9 o wo d ve I I ti Proposed Improvements , c 4' Geoprobe o s 1-312' Boring 0 ���� 0 Reclaim '0 Full Reconstruct Mill and Overlay 495406 Crysta Figure 3 J�--J ® Stantec Plymouth H pe Borings and GPR Testing po 400 eer ❑ bbinsd a New Hope, Minnesota o P P rom lne vole p ,on 1:4,800[At anginal document sire of 8.5x11� of lne Gale arfcknn V.\ro38\oacf6 a\196B�NS4R\Gi5\Proms\eb�ngmop.r�utl 495406 z d N z a z z a d ci a d w a j f a I 1 t, I I I 42ndI V d E) D 0 i 2 N CD EL I Z 41 a = VJ 9 Z ,0 _ " w W CO • a o� > m > Q I d W 2j 12 � Northwood jZ Lake r 40th ve oo P • Watermain Breaks �9 e 1 980- 1989 ti 1990 - 1999 2000 - 2009 0 2010 - Present , c Proposed Improvements o s — Reclaim 0 ��g� 0 — Full Reconstruct '0 Mill and Overlay I 495406 Crysta Figure 4 J�--J ® Stantec Plymouth H pe Water Main Break History po 400 eer ❑ bbinsd a New Hope, Minnesota 1:4,800[At aiVi.1 dacumenr—.18.5x11t V ��93a�a'I°�e��93a��z�'�`I��P",ola�l=�wale,mol2sreokrl=lory�,aP o v v of lne Gale m lne o 1e P o m.d CITY OF NEW HOPE - 2017 NORTHWOOD NORTH AREA INFRASTRUCTURE IMPROVEMENT PROJECT STREET IMPROVEMENTS Approximately 2.4 miles of streets are proposed to be improved as identified in Figure 1. Three different potential street improvement methods have been identified for this project. The typical proposed street sections corresponding to the proposed improvements are shown on Figure 5. The rehabilitation methods were generally chosen based on the following criteria: Full Reconstruct o Poor street and underlying base conditions that cannot be significantly improved by mill & overlay O Lower PRI rating O Utility improvements required • Full Depth Reclamation O Poor street and underlying base conditions that cannot be significantly improved by mill & overlay o Very poor PRI rating - failing base and wear course pavement o Limited or lesser amount of water main breaks than full reconstruct streets o Additional storm sewer required Mill and Overlay o Poor street conditions of which can have an effective benefit with a mill and overlay O Average PRI rating O Limited or lesser amount of water breaks than full reconstruct streets O Minimal utility improvements required FULL RECONSTRUCT This method involves the complete removal of the existing pavement, base and subgrade materials; curb and gutter; and driveway aprons. A new street is constructed with drain the and sump pump stubs to improve subsurface drainage. The following streets are proposed to be improved by this method. TABLE 2 - RECONSTRUCT STREETS STREET FROM TO LENGTH FT Gettysburg Ave N 40'/2 Ave N 42nd Ave N 1,250 Flag Ave N 40'/2 Ave N 42nd Ave N 1,320 Ensign Ave N 40'/2 Ave N 42nd Ave N 1,325 Decatur Ave N 40 1/2 Ave N 41 St Ave N 690 Cavell Ave N 40 1/2 Ave N 41 St Ave N 675 41 st Ave N Decatur Ave N Boone Ave N 585 40t" Ave N Ensign Ave N Boone Ave N 775 Ho ewood Ln Ensign Ave N Boone Ave N 530 Jordan Ave N S of 40'/2 Ave N 40'/2 Ave N 150 Totals: 7,300 1.38 miles These streets would be fully reconstructed to a 10-ton pavement section per City standards. The standard width would be 30' face to face. City of New Hope ® Stantec Stantec Project No: 193803542 2017 Northwood North Area Infrastructure Improvements Page 1 1 Tree and Landscaping Removal and Replacement Due to their proximity to the existing roadway, a significant number of trees will be impacted by the reconstruction of the streets previously listed. We anticipate that approximately 170 trees will be impacted by the proposed improvements and will need to be removed prior to construction. A majority of these trees are ash trees, and will likely be removed preemptively of an Emerald Ash Borer infestation. Other tree species likely to be impacted by this project include silver maple, spruce, and other species such as birch and basswood. See Table 3 below for a general summary of the trees within the project area. Trees may also be impacted by the replacement of water services or other proposed utility improvements that may be in the proximity of these trees. In addition to tree impacts, other landscaping items such as retaining walls, fences, shrubs, plantings, and sprinkler systems may be impacted by the street and utility improvements. In general, any trees or landscaping within 10' of the proposed roadway will likely be impacted during construction. In addition, trees and landscaping beyond 10' may be impacted by the installation of various utilities, such as hydrants, water services and storm water treatment features. Reasonable efforts will be made to protect significant trees and landscaping during the design and construction process. However, should a tree need to be removed, the trees will be replaced at a 1:1 ratio based upon the New Hope's tree replacement policy. Residents will be able to choose from approximately 10 different tree species to replace any trees that were removed. The cost for tree removal and replacement is included in the base street improvements cost as identified in Appendix A-2. Landscaping items within the right of way will be the responsibility of the homeowner to remove prior to construction, and to replace or reinstall upon completion of the project. TABLE 3 - TREE SPECIES IN PROJECT AREA SPECIES APPROXIMATE PERCENTAGE Ash 55% Silver Maple 13% Other Maple Species 9% Spruce 8% Other 15% Miscellaneous Boulevards disturbed by construction in all areas will be graded, shaped, and restored. New 6-inch thick concrete driveway aprons will be constructed to a distance of 5-feet behind the curb. All traffic signs within the project limits will be replaced, as signs and posts will continue to be updated to meet current code and sign retro-reflectivity standards. Street light replacement or upgrades are not planned with this project, and costs are not included in this report. Xcel Energy owns the 27 street lights within the proposed project limits. RECLAIM Full -depth reclamation consists of grinding up the entire pavement section and mixing it with the underlying aggregate base, creating a homogeneous roadway base. This material is then shaped and compacted, and excess material is hauled away. A new, 3-inch lift of bituminous wear pavement is then placed over the entire roadway. Curb replacement will be completed on areas with severe damage or poor drainage prior to paving, and spot patching will be completed on any areas with soft subgrade soils. There will be some improvements to the existing storm sewer system as well. Table 4 below summarizes the areas identified to be reclaimed. City of New Hope ® Stantec Stantec Project No: 193803542 2017 Northwood North Area Infrastructure Improvements Page 12 TABLE 4 - RECLAIM STREETS STREET I FROM I TO I LENGTH FT 415' Ave N/Jordan Ave N I Gettysburg Ave N I Gettysburg Ave N 1 1,130 feet 0.21 miles MILL AND OVERLAY The full width mill and overlay consists of milling the upper 2 inches of the existing bituminous surface across the entire width of the street, followed by a 2-inch overlay over the entire bituminous surface. The full width mill and overlay increases structural strength of the road. Curb replacement will be completed on areas of severely damaged or poorly draining curb prior to paving. Spot patching will be completed on any severely cracked or failing pavement prior to the new bituminous overlay. The following streets are recommended to be rehabilitated with a full width mill and overlay. TABLE 5 - MILL AND OVERLAY STREETS STREET FROM TO LENGTH FT Jordan Ave N/40'/2 Ave N Cul-de-sac Boone Ave N 2,860 Ensign Ave N 40 '/2 Ave N Boone Ave N 1,440 Totals: 4,300 feet 0.81 miles On past projects, the City has also utilized an edge mill and overlay improvement method. This technique consists of milling off the upper 2" of bituminous on only the outer 6' of each side of the roadway and is generally utilized in areas of poor drainage when the existing roadway crown is too low. Given that there do not appear to be poorly drained areas as a result of a low centerline crown, as well as the poor overall pavement conditions across the entire width of the roadway, a full width mill and overlay is recommended on all the identified segments for this project. City of New Hope ® Stantec Stantec Project No: 193803542 2017 Northwood North Area Infrastructure Improvements Page 13 112 EXISTING PROPOSED CL SPOT REPAIR EX. CURB AN GUTTER ONLY AS DIRECTED BY ENGINEER 15' - 15, _ — — VARIES - — — — 2" MILL 2" - WEARING COURSE (SPWEA240B) TACK COAT EXISTING SPOT REPAIR EX. CURB AN GUTTER ONLY AS DIRECTED BY ENGINEER VARIES FULL DEPTH RECLAIM OF EXISTING PAVEMENT AND BASE SHAPE EXISTING RECLAIM MATERIAL/HAUL EXCESS TYPICAL SECTIONS NEW HOPE, MINNESOTA MILL & OVERLAY NOT TO SCALE JORDAN AVE N/40 1/2 AVE N ENSIGN AVE N (S OF 40 1/2 AVE N) PROPOSED VARIES — — — — — — — — = L — — WEARING COURSE(SPWEA240B) FULL DEPTH RECLAIM NOT TO SCALE 41ST AVE N/JORDAN AVE N LOOP 15' 15' 18" B618 CONCRETE CURB & GUTTER (TYP.) t_ 3% 3%—_ 1 1 ------ FULL RECONSTRUCTION NOT TO SCALE GETTYSBURG AVE N FLAG AVE N ENSIGN AVE N DECATUR AVE N CAVELL AVE N 41ST AVE N 40TH AVE N HOPEWOOD LANE JORDAN AVE N (S OF 40 1/2 AVE N) 6" PERFORATED PVC DRAINTILE W/SOCK (TYP.) -1-1/2" - WEARING COURSE (SPWEA240C) - 2018 -TACK COAT -2" - NON WEARING COURSE (SPNWB230B) -8" CLASS 5 AGGREGATE BASE 18" SELECT GRANULAR BORROW (MODIFIED) GEOTEXTILE FABRIC FIGURE: 5 2017 NORTHWOOD NORTH AREA INFRASTRUCTURE IMPROVEMENTS 5 Stantec DATE: SEPT 2016 PROJ. NO.: 193803542 2335 Highway 36 W St. Paul, MN 55113 w—stantec.com CITY OF NEW HOPE - 2017 NORTHWOOD NORTH AREA INFRASTRUCTURE IMPROVEMENT PROJECT COMPLETE STREETS In May 2011, the City of New Hope approved a Complete Streets policy. The policy outlined the city's commitment to consider the safety and functionality of streets for people of all ages and abilities, and for various modes of transportation. Examples of modes of transportation include walking, biking, wheelchairs, public transit, and automotive. In accordance with the policy, a Complete Streets network has been reviewed with this project. While streets will be further reviewed during the design phase for all street improvement areas, it is not anticipated that any trails, sidewalks, bike lanes, or other complete streets elements will be incorporated into this project area. All the streets are local streets which currently do not have any of these elements, and are not designated to have them within the City's comprehensive plan. Crosswalk striping and pedestrian curb ramps will be installed at required intersections of reconstruct streets adjacent to Boone Avenue and 42na Avenue North (Rockford Road/County Road 9), which currently has sidewalk. There has been discussion with city staff in regards to the potential installation of an off-street trail or walkway along the north side of Northwood Lake. This potential trail or walkway could connect the park trail system to Jordan Avenue. As 40 1/2Avenue North and Ensign Avenue North are currently scheduled for mill and overlay improvements, it is suggested to further review the potential trail or walkway in the future at the time full reconstruction is required. City of New Hope ® Stantec Stantec Project No: 193803542 2017 Northwood North Area Infrastructure Improvements Page 15 CITY OF NEW HOPE - 2017 NORTHWOOD NORTH AREA INFRASTRUCTURE IMPROVEMENT PROJECT WATER MAIN IMPROVEMENTS The majority of the water main on the street segments identified in this report is made of cast iron pipe (CIP), with the exception of the water main on the Jordan Ave N/41It Ave N loop, which is ductile iron pipe (DIP). Historically, the CIP water main throughout the city has been a significant maintenance issue. Numerous breaks have occurred over the years, causing considerable inconvenience to residents and maintenance cost to the City. Figure 4 shows the history of water main breaks throughout the project area. Reconstruct Areas The number of water main breaks on the reconstruct streets is indicative that the system is aging and would benefit from complete replacement. Replacing the water main in conjunction with the roadway reconstruction is the most cost effective and feasible approach. Replacing the water main in full reconstruct areas will also lesson the potential for future breaks in the newly constructed street section. It is proposed that the water main, hydrants, valves, service pipe to the property line, and curb box and stops (service shutoff valves) be replaced as part of the project on all reconstruct streets. The new water main and hydrant leads would be replaced with polyvinyl chloride (PVC) pipe. The services would be replaced with copper service pipe. It is also proposed to increase the 6" CIP to 8" PVC on Gettysburg Avenue North in order to loop the larger 8" water main through the neighborhood. This new water main will connect to the existing 8" CIP on 40'/2 Avenue North, as well as the 8" CIP on 42nd Avenue North. This upsize will improve the overall water system throughout the area. The proposed water main improvements can be seen in Figure 6. Mill and Overlay and Reclaim Areas As with past projects, the New Hope Public Works staff will replace the bolts on all water valves prior to the pavement mill and overlay and reclaim. As corrosion to these bolts is one of the primary causes of water main breaks, replacement of the bolts will minimize the potential for future water main breaks. Any breaks that may occur in the future will require repair and patching of the roadway. City of New Hope ® Stantec Stantec Project No: 193803542 2017 Northwood North Area Infrastructure Improvements Page 16 Ell ME M ME ME 40th Ave Proposed Improvements —Watermain - Remove and Replace Watermain Study Area *All Watermain pipes are 6", unless otherwise noted. Crysta Plymouth H pe ❑ bbinsd e Figure 6 Proposed Water Main Improvements New Hope, Minnesota ®Stantec �2oo 4400 FeO} 1:4,800[At angirwl d.umentsire o18.5.1I�of lne Gale. ay yrom lneeo�len P isio� �:��99a�a°',4�e�� 3�s ��'�`s�P7opeel=�ProPe=e�wele�,e�2�mPro�e�1=m.d CITY OF NEW HOPE - 2017 NORTHWOOD NORTH AREA INFRASTRUCTURE IMPROVEMENT PROJECT SANITARY SEWER IMPROVEMENTS The sanitary sewer mains have been televised and overall appear to be in satisfactory condition. Minimal spot maintenance is proposed on the mains. These spot repairs are identified on Figure 7. It is estimated that approximately 1 or 2 spot repairs will be required in the reconstruct areas, which will be verified during final design. All manhole covers within the project area that have open pick holes are proposed to be replaced with covers with concealed pick holes. This will remove any unnecessary inflow into the sanitary sewer system. All existing manhole covers with potential inflow are identified on Figure 8. Sanitary sewer structures with infiltration are identified on Figure 9. Appendix A identifies repairs to seal the structures with a barrel joint seal and/or a ring seal. Along with replacing the non- conforming manhole covers, these improvements are shown as being completed as part of this project, but could potentially be completed with a separate infiltration improvement project in the future. All costs associated to removing infiltration can be credited to Metropolitan Council 1/1 (Inflow/Infiltration) Excess Surcharge amounts. City of New Hope ® Stantec Stantec Project No: 193803542 2017 Northwood North Area Infrastructure Improvements Page 18 is 495406 N ' Z I p d. CL p i E I > CD > Z 7� A N > a Z m 41CID VJ m .9 J0 I a _ LL Gs W � oc i m > > ' U I e EE IE H �I t 43 �► Z Northwood Lake c a I N h oo P wY 40 h ve 6 9 o wo d ve �9y Proposed Improvements y Replace Covers Manhole Lift Station �' c Sanitary Sewer o s Forcemain �g ° O Reclaim '0 Full Reconstruct Mill and Overlay 495406 Crysta Figure 8 ® Stantec Plymouth H pe Casting Covers with Inflow 0 po 400 Feet ❑ bbinsd a New Hope, Minnesota a v v m ne o e P o 1:4,8W[At aiVi.1 dacumenr—.18.5x11� o��ne aa�e 495406 L7 N jE I � i J d V 0• i G> 0 <• D UJ_1l�LLJ o ' = Ei 0z 7j A N EL Z CD 41 Q c J0 a LL w T— oc i m > > — � r 3 � �a U Ave N t 13 �► Northwood z Lake Q i c 40th ve a N h 00 P wY 9 0 wo d ve �9y Proposed Improvements 'L Infiltration Manhole Lift Station �' c Sanitary Sewer 0 s Forcemain �g ° O Reclaim '0 Full Reconstruct Mill and Overlay 495406 Crysta Figure 9 ® Stantec Plymouth H pe Structures with Infiltration 0 po 400 Feet ❑ bbinsd a New Hope, Minnesota a v v m ne o e P o 1:4,8W[At aiVt.1 dacumenr—.1 B.Sx]1) o��ne aa�e CITY OF NEW HOPE - 2017 NORTHWOOD NORTH AREA INFRASTRUCTURE IMPROVEMENT PROJECT STORM SEWER IMPROVEMENTS RECONSTRUCT AREA Due to several factors, nearly all storm sewer within the streets that will be fully reconstructed is proposed to be replaced. When possible, deeper storm pipes that are in good condition and that would cause large-scale impacts to the surrounding area if replaced will remain in place. However, as many structures and pipes are failing or in poor condition and many pipes are not sized to adequately convey the current runoff for a 10-year storm event, the majority of the structures and pipes within the reconstruct areas will be replaced. The proposed storm sewer improvements are shown in Figure 10. As discussed previously in the Street Improvements section, it is proposed to install drain the behind the curb line. In addition to improving subsurface drainage, property owners will have the opportunity to connect their sump pumps directly to the drain the system via the sump pump stubs provided for each property. MILL AND OVERLAY AND RECLAIM AREAS We have identified several areas of storm sewer improvements in the mill and overlay and reclaim areas that could be completed as part of this project. These improvements will add sump structures just upstream of all existing outlets to Northwood Lake, as well as address some localized drainage issues. The impact of these improvements to the surrounding areas is minimal, and it is recommended to complete these improvements with this project. Figure 11 identifies storm sewer structures within the project area that are in poor or failing condition, and with the proposed improvements, each of these structures will be replaced. STORMWATER MANAGEMENT This project lies within the Bassett Creek Watershed. As a linear redevelopment project that will create more than one acre of fully reconstructed impervious surface, the Bassett Creek Watershed Management Commission (BCWMC) requirements for improvements and development proposals apply. Therefore, the project must comply with the recently -adopted MPCA's Minimal Impact Design Standards (MIDS) performance goals. For linear projects, the performance goal is to capture and retain 0.55 inches of runoff from all new and fully reconstructed impervious surfaces. If the performance goal(s) cannot be met due to site restrictions, then the flexible treatment options approach must be followed. Given right of way and existing soil limitations, it is not likely we will be able to meet the performance goals, and will therefore defer to the flexible treatment options approach. Under the flexible treatment options, there are a variety of best management practices (BMPs) that can be utilized to provide storm water treatment. Several options will be analyzed during the design process. Two options that have been used on past projects and will be heavily considered for this project are iron enhanced filter trenches and rain gardens. The costs for these features are included in the base storm sewer improvements cost for the reconstruct streets. Iron Enhanced Sand Filter Iron enhanced sand filter trenches provide for underground filtration of rain water prior to entering the ground or storm water system. Curb cuts or structures within the curb would direct runoff from City of New Hope ® Stantec Stantec Project No: 193803542 2017 Northwood North Area Infrastructure Improvements Page 22 the roadway into areas of filtration media that is mixed with iron. The iron removes dissolved constituents, including phosphate, from the storm water. Drain the will eventually collect filtered or excess runoff and direct it to the storm sewer system. Iron enhanced sand filter trenches would generally be located in the boulevard areas just behind the curb. Potential locations are shown on Figure 10. Locations will be finalized during design based on several factors including construction impacts, existing utilities, drainage areas, and available right of way. Rain Gardens Rain gardens provide for a natural filtration and storage area for rain water prior to entering the ground or the storm sewer system. This natural process helps to filter out pollutants that are washed from streets and lawns with rainwater. Rain gardens also reduce peak flows during storm events. Potential locations for rain gardens will be identified during the design process. The criteria used in determining the potential rain garden locations include the following: • Catch basin, existing water body, or drain the near proposed location to allow discharge from the rain garden drain tile. • Existing slopes allowing for a rain garden without the need to install a retaining wall. • Existing space acceptable for a rain garden (some locations may be limited by existing sidewalks, mature trees, or right of way constraints. Property owners that indicate a desire to have a rain garden will be contacted, and the area analyzed to determine if a rain garden option will work at a given location. Given their generally smaller footprint, it may be determined that the iron enhanced sand filters are the better option for this project. In addition to the BCWMC requirements, there are several requirements set forth in the City of New Hope's Local Water Management Plan (LWMP) that this project must adhere to. These include the following: • Use a 10-year rainfall event as the minimum criteria for all storm water conveyance facility designs. • Establish and maintain overflow routes from storm water basins and low areas to provide relief during storm conditions which exceed design conditions, where possible. City of New Hope ® Stantec Stantec Project No: 193803542 2017 Northwood North Area Infrastructure Improvements Page 23 L ME ME Proposed Improvements Catch Basin - Proposed Manhole - Proposed Catch Basin - Existing FES - Existing Manhole - Existing Storm Flow Potential Filtration Basin Location —Storm Pipe - Proposed Storm Pipe - Existing Study Area 495406 z I N D<a Z z > a a — a z d w U a D � i 121) I I • 42nd _ , I d V j CL rrm� O � _ z i N EL I Z 41 rn Q C rn 9 Z gb LL d W LLI • o� �I Q 3 d � QI Z 0 2� t 13 �► z Northwood i Q Lake 40 h ve 1140 h oo P �N Proposed Improvements �9 9 o L wo d ve Storm Structures in Poor Condition 'y Catch Basin - Existing FES - Existing Manhole - Existing e c Storm Flow o 0 s Storm Pipe - Existing ��g� 0 Reclaim T '0 Full Reconstruct � �.. Mill and Overlay j 495406 Crysta Figure 11 JJ--J ® Stantec Plymouth H pe Storm Sewer Structures in Poor Condition 200 400 ❑ bbinsd a New Hope, Minnesota eer 1:0,800 �Ar an9lrwl tlacumerR size o18.5x11 �aC"542y'b`ISyP7ole.1=\llom<sh«..r1-d�'.—Pm� a v v mm o��ne aa�e ne o e P o CITY OF NEW HOPE - 2017 NORTHWOOD NORTH AREA INFRASTRUCTURE IMPROVEMENT PROJECT COST ESTIMATES The total cost estimate for work proposed to be completed as part of the 2017 Northwood North Area Infrastructure Improvements project is $5,774,121.47. Detailed cost estimates have been prepared and can be seen in Appendix A. Estimated indirect costs include engineering, legal, fiscal, and contract administration. Summaries of the estimated costs are shown below: TABLE 6 -FULL RECONSTRUCT STREETS COST ESTIMATE (Includes estimated 10% Contingencies and 20% Indirect Cost) Reconstruct STREET FROM TO LENGTH FT STREETS TOTAL COST Gettysburg Ave N 40 '/2 Ave N 42nd Ave N 1,250 $602,525.56 Flag Ave N 401h Ave N 42nd Ave N 1,320 $592,788.50 Ensign Ave N 40'/2 Ave N 42nd Ave N 1,325 $592,330.25 Decatur Ave N 40 1/2 Ave N 41 st Ave N 690 $318,409.91 Cavell Ave N 40 1/2 Ave N 41 St Ave N 675 $319,71 1.21 41 st Ave N Decatur Ave N Boone Ave N 585 $270,014.55 40t" Ave N Ensign Ave N Boone Ave N 775 $350,373.27 Hopewood Ln Ensign Ave N Boone Ave N 530 $245,987.63 Jordan Ave N S of 40'/2 Ave N 40 1/2 Ave N 150 $65,528.13 Totals: 7,300 feet 1.38 miles $3,357,668.99 TABLE 7 -RECLAIM STREETS COST ESTIMATE (Includes estimated 10% Contingencies and 20% Indirect Cost) Reclaim FROM TO LENGTH (FT) STREETS STREET TOTAL COST 415t Ave N/ Gettysburg Ave N Gettysburg Ave N 1,130 $130,813.80 Jordan Ave N Totals: 1,130 feet (0.21 miles) $130,813.80 TABLE 8-MILL & OVERLAY STREETS COST ESTIMATE (Includes estimated 10% Contingencies and 20% Indirect Cost) Mill & Overlay FROM TO LENGTH (FT) STREETS TOTAL STREET COST Jordan Ave N/ Cul-de-sac Boone Ave N 2,860 $166,677.03 40 1/2 Ave N Ensign Ave N 40'/2 Ave N Boone Ave N 1,440 $88,037.30 Totals: 4,300 feet (0.81 miles) $254,714.33 City of New Hope ® Stantec Stantec Project No: 193803542 2017 Northwood North Area Infrastructure Improvements Page 26 TABLE 9 - UTILITY COST ESTIMATE (Includes estimated 10% Contingencies and 20% Indirect Cost) Street Water Main Sanitary Sewer Storm Sewer Utility Total Cost Reconstruct -Gettysburg Ave N $182,118.30 $16,997.50 $102,191.70 $301,307.50 Reconstruct- Flag Ave N $179,873.85 $13,032.50 $79,362.40 $272,268.75 Reconstruct- Ensign Ave N $180,516.70 $12,447.50 $1 12,336.90 $305,301.10 Reconstruct- Decatur Ave N $104,884.00 $6,012.50 $59,150.00 $170,046.50 Reconstruct -Cavell Ave N $106,356.90 $7,832.50 $56,485.00 $170,674.40 Reconstruct - 41 It Ave N $83,788.90 $68,425.50 $76,297.00 $228,511.40 Reconstruct -40'" Ave N $113,991.80 $10,465.00 $41,340.00 $165,796.80 Reconstruct-Hopewood Ln $75,862.80 $6,012.50 $114,042.50 $195,917.80 Reconstruct -Jordan Ave N $37,215.10 $3,412.50 $28,502.50 $69,130.10 Reclaim - 41 S' Ave N/Jordan Ave N $1,300.00 $16,185.00 $41,307.50 $58,792.50 Mill & Overlay - Jordan Ave N/40'/z Ave N $3,250.00 $46,962.50 $7,800.00 $58,012.50 Mill & Overlay - Ensign Ave N 1 $3,250.00 $24,1 15.00 $7,800.00 $35,165.00 Total Project Utility Cost 1 $1,072,408.35 $231,900.50 $726,615.50 $2,030,924.35 TABLE 10-TOTAL PROJECT COSTS (Includes estimated 10% Contingencies and 20% Indirect Cost) Improvement Strategy Total Cost Reconstruct $5,236,623.34 Reclaim $189,606.30 Mill & Overlay $347,891.83 Total Project Cost -F $5,774,121.47 City of New Hope ® Stantec Stantec Project No: 193803542 2017 Northwood North Area Infrastructure Improvements Page 27 CITY OF NEW HOPE - 2017 NORTHWOOD NORTH AREA INFRASTRUCTURE IMPROVEMENT PROJECT FINANCING REVENUES The following are possible sources of funding for the 2017 Infrastructure Improvements project: • Street Improvement Fund • Sanitary Sewer Fund • Sanitary Sewer 1/1 Fund • Water Main Fund • Storm Water Fund • Assessments • Potential Grants ASSESSMENTS Benefiting, tax-exempt properties are proposed to be assessed for street improvements as part of the construction of this project. Figure 12 shows the locations of these properties. Assessments will not be levied against taxable residential and commercial/ industrial properties in accordance with the New Hope's Assessment Policy, nor will any utility improvements be assessed to any benefitting property. The following tabulates the assessment rates for this project: TABLE 11 - PROPOSED ASSESSMENT RATES Commercial Rate Residential Rate Duplex/Zero Lot Line Improvement Strategy per Front Foot per Front Foot Residential Rate per Front Foot Reconstruct $382.52 $255.01 $165.76 Reclaim $52.85 $35.23 $22.90 Mill and Overlay $47.29 $31.53 $20.49 City of New Hope ® Stantec Stantec Project No: 193803542 2017 Northwood North Area Infrastructure Improvements Page 28 The assessable properties with their respective property types and assessments are as follows: TABLE 12 - ASSESSABLE REVENUE Owner Address Improvement Front Property Type p y Yp Assessment StrategyFootage Amount 1 City of New Hope 86 Address Reconstruct 142 Non - $54,317.84 (Northwood Park) Unassigned Residential 2 City of New Hope 8816 Northwood Mill & Overlay 601 Non - $28,421.29 (Northwood Park) Parkway Residential Hammer 4009 Jordan Residential 3 Residence Inc. - Avenue North Mill & Overlay 82.5 - 2 Units $1,690.80 Unit 1 Hammer 4009 Jordan Residential 4 Residence Inc. - Avenue North Mill & Overlay 82.5 - 2 Units $1,690.80 Unit 2 5 Tasks Unlimited 4125 Jordan Reclaim 82.5 Residential $1,889.21 Lodges -Unit 1 Avenue North - 2 Units 6 Tasks Unlimited 4125 Jordan Reclaim 82.5 Residential $1,889.21 Lodges - Unit 2 Avenue North - 2 Units 7 Hennepin Co 911640 1 /2 Reconstruct 82.5 Residential $21,038.33 Forfeited Land Avenue North - Vacant Land 8 Fraser 4069 Flag Reconstruct 82.5 Residential $21,038.33 Avenue North Total Assessments $131,975.79 City of New Hope ® Stantec Stantec Project No: 193803542 2017 Northwood North Area Infrastructure Improvements Page 29 TABLE 13- FUNDING SOURCE Funding Storm Total Source/ Street Water Sewer Sewer Assess- Total Less 40 rn (without Improvement Fund Fund Fund * Fund menu ** Ave N*** 40th Ave N) Street $3,611,221 $131,975 $3,743,197 $350,373 $3,392,824 Water Main $1,072,408 $1,072,408 $113,992 $958,416 Sanitary $231,901 $231,900 $10,465 $221,435 Sewer Storm Sewer $726,616 $726,616 1 $41,340 1 $685,276 Total $3,611,221 $1,072,408 $231,901 $726,616 $131,975 $5,774,121 1 $516,170 1 $5,257,951 * Funding for 1/1 related improvements is estimated at $72,000.00, which can be funded from separate Capital Improvement Projects within the Sewer Fund. **The City of New Hope Assessment is estimated at $82,739. ***As the estimated costs are higher than the original Capital Improvement Plan 2017 Budget, we have identified the 40th Avenue North improvements as a potential bidding alternate. Therefore we have provided funding options for the entire project, and also for excluding the estimated costs of the 40th Ave N improvements. ALTERNATES DISCUSSION This report breaks down the project into logical sections to allow for reduction in scope, if desired, at the time of deciding if the project should move forward into the design stage. As shown in Table 13 above, 40th Avenue North is shown as a potential bidding alternate. Other streets and improvements could also be bid as an alternate in order to review the actual bid costs with the budget amounts. Sumter Filtration Basin Improvements If the project is approved to move forward into the design stage, we recommend including an alternate for storm water basin improvements at the Sumter Filtration Basin located at 55th Avenue North and Sumter Avenue North. Over the past year, staff and engineering have worked together to review potential improvements which could alleviate the maintenance issues created by the Sumter Filtration Basin. This basin was originally installed as part of the Winnetka Green development to provide storm water storage and treatment. Over time, this basin has proved to be difficult to maintain and complaints have been received from neighboring residents. See photo of the basin to the right. Initial improvements options to remove the basin, construct an underground storage and treatment system, and fill and restore the area to match adjacent property grades are estimated to cost approximately $80,000. As these improvements and costs are significant, we recommend exploring competitive bids with the 2017 Northwood North Infrastructure Improvements project. City of New Hope ® Stantec Stantec Project No: 193803542 2017 Northwood North Area Infrastructure Improvements Page 30 VIA XTI =I 0 MAI IN WIl , CITY OF NEW HOPE - 2017 NORTHWOOD NORTH AREA INFRASTRUCTURE IMPROVEMENTS PROJECT PROJECT SCHEDULE Authorize Feasibility Report May 23, 2016 Present Feasibility Report September 26, 2016 Order Public Hearing September 26, 2016 Hold Public Hearing October 24, 2016 Authorize Plans and Specifications October 24, 2016 Hold Open House (90% Plans) January 11, 2017 Approve Plans and Specifications January 23, 2017 Authorize Bids January 23, 2017 Receive Bids February 24, 2017 Award Contract March 13, 2017 Start Construction Spring 2017 Substantial Completion (Excluding Reconstruct Wear Course) Fall 2017 Complete Construction Summer 2018 Hold Final Assessment Hearing Fall 2018 City of New Hope ® Stantec Stantec Project No: 193803542 2017 Northwood North Area Infrastructure Improvements Page 32 CITY OF NEW HOPE - 2017 NORTHWOOD NORTH AREA INFRASTRUCTURE IMPROVEMENTS PROJECT CONCLUSIONS AND RECOMMENDATIONS It is the finding of this study that the proposed improvements are necessary, feasible and cost effective. The following steps are recommended: • Adopt this report as the guide for development of the proposed improvements • Hold a Public Improvement Hearing • Order the preparation of plans and specifications • Review plans and specifications - authorize bidding • Provide alternate bid improvement options, including 40t" Avenue North - Full Reconstruct Improvements, and Sumter Filtration Basin Improvements • Receive bids • Install the public utilities and streets, with construction anticipated to be completed in 2017, and final wear course completion of the full reconstruct areas being in the summer of 2018 • Hold an Assessment Hearing City of New Hope ® Stantec Stantec Project No: 193803542 2017 Northwood North Area Infrastructure Improvements Page 33 Appendix Appendix A Appendix A-1 Preliminary Cost Estimate Summary 2017 Northwood North Area Infrastructure Improvements September 2016 Table A-1 Project Cost Summary: Gettysburg Jordan Ave Jordan Ave Improvement Type Ave - Flag Ave - Ensign Ave - Decatur Ave - Cavell Ave - 41st Ave - * 40th Ave - Hopewood La Jordan Ave - and 41st Ave - and 40th 1/2 Reconstruct Reconstruct Reconstruct Reconstruct Reconstruct Reconstruct Reconstruct - Reconstruct Reconstruct Reclaim Ave - Mill & Street Overlav Street Streets $463,481.20 $455,991.15 $455,638.65 $244,930.70 $245,931.70 $207,703.50 $269,517.90 $189,221.25 $50,406.25 $100,626.00 $128,213.10 Water Main $140,091.00 $138,364.50 $138,859.00 $80,680.00 $81,813.00 $64,453.00 $87,686.00 $58,356.00 $28,627.00 $1,000.00 $2,500.00 Sanitary Sewer $13,075.00 $10,025.00 $9,575.00 $4,625.00 $6,025.00 $52,635.00 $8,050.00 $4,625.00 $2,625.00 $12,450.00 $36,125.00 Storm Sewer $78,609.00 $61,048.00 $86,413.00 $45,500.00 $43,450.00 $58,690.00 $31,800.00 $87,725.00 $21,925.00 $31,775.00 $6,000.00 Total Construction Cost $695,256.20 $665,428.65 $690,485.65 $375,735.70 $377,219.70 $383,481.50 $397,053.90 $339,927.25 $103,583.25 $145,851.00 $172,838.10 Contingencies (10%) $69,525.62 $66,542.87 $69,048.57 $37,573.57 $37,721.97 $38,348.15 $39,705.39 $33,992.73 $10,358.33 $14,585.10 $17,283.81 Indirect (20%) $139,051.24 $133,085.73 $138,097.13 $75,147.14 $75,443.94 $76,696.30 $79,410.78 $67,985.45 $20,716.65 $29,170.20 $34,567.62 Total Project Cost $903,833.06 $865,057.25 $897,631.35 $488,456.41 $490,385.61 $498,525.95 $516,170.07 $441,905.43 $134,658.23 $189,606.30 $224,689.53 * This street has been identified as a potential alternate Appendix A-2 Preliminary Cost Estimate 2017 Northwood North Area Infrastructure Improvements Gettysburg Ave N Reconstruct September 2016 Reconstruct: Full Bituminous, Agg. Base, Granular Borrow, Draintile, Sidewalk & Curb Construction Cost $463,481.20 Continaencies (10%) $46,348.12 Indirect (20%I $92,696.24 Total Cost S602,525.56 Cost Per C L Foot 1250 S482.021 No. Item Units Qty Unit Price Total Price 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 MOBILIZATION LS 1 $18,000.00 $18,000.00 TRAFFIC CONTROL LS 1 $4,500.00 $4,500.00 TEMPORARY MAIL LS 0.125 $3,000.00 $375.00 INLET PROTECTION EA 15 $200.00 $3,000.00 SILT FENCE, TYPE MACHINE SLICED LF 100 $3.20 $320.00 TEMPORARY ROCK CONSTRUCTION EA 4 $1,200.00 $4,800.00 WATER FOR DUST CONTROL TGAL 10 $50.00 $500.00 SALVAGE SIGN EA 5 $30.00 $150.00 SALVAGE AND REINSTALL STREET NAME BLADE EA 3 $200.00 $600.00 REMOVE TREE EA 25 $380.00 $9,500.00 MILL AND DISPOSE OF BITUMINOUS SY 4,500 $3.50 $15,750.00 REMOVE BITUMINOUS PAVEMENT BELOW Y SY 4,500 $2.00 $9,000.00 REMOVE BITUMINOUS PAVEMENT (NO SY 0 $2.25 $0.00 SAWING BITUMINOUS PAVEMENT -STREET LF 165 $4.00 $660.00 REMOVE CONCRETE CURB & GUTTER LF 2,472 $3.00 $7,416.00 REMOVE CONCRETE WALK SF 104 $1.00 $104.00 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 4,300 $0.55 $2,365.00 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 2,300 $1.10 $2,530.00 COMMON EXCAVATION (P) CY 4,000 $15.00 $60,000.00 SUBGRADE EXCAVATION (CVI CY 200 $17.00 $3,400.00 GEOTEXTILE FABRIC TYPE V SY 5,250 $1.30 $6.825.00 SELECT GRANULAR BORROW (MODIFIED) TN 6,000 $11.00 $66,000.00 AGGREGATE BASE, CLASS 5 TN 2,750 $12.75 $35,062.50 6' PVC PERFORATED DRAIN TILE, WITH SOCK LF 2,475 $11.00 $27,225.00 6' PVC SUMP PIPE STUB INCLUDING WYE AND EA 24 $400.00 $9,600.00 6' PVC DRAIN TILE CLEAN OUT WITH METAL EA 10 $500.00 $5,000.00 BITUMINOUS MATERIAL FOR TACK COAT GAL 220 $2.50 $550.00 TYPE SP 12.5 NON -WEARING COURSE TN 550 $55.00 $30,250.00 TYPE SP 9.5 WEARING COURSE MIXTURE (2,C) TN 425 $68.00 $28,900.00 TYPE SP 9.5 BITUMINOUS MIXTURE FOR 90 $1 10.00 $9,900.00 DRIVEWAYS (2,6) TN 6' CONCRETE DRIVEWAY SF 1,182 $5.00 $5,908.50 6' CONCRETE DRIVEWAY APRON SF 2,185 $5.00 $10,925.00 B618 CONCRETE CURB AND GUTTER LF 2,472 $12.00 $29,664.00 MASTIC PRIOR TO WEAR PAVING LF 2,472 $1.10 $2,719.20 4" CONCRETE WALK SF 48 $8.00 $380.00 6' CONCRETE PEDESTRIAN RAMP SF 75 $8.00 $600.00 TRUNCATED DOME SURFACE SF 16 $42.00 $672.00 EC COMPOST BLANKET- BLOWN W/SEED SY 4,200 $2.80 $11,760.00 TOPSOIL BORROW, MNDOT 3877.2B (LV) CY 700 $30.00 $21,000.00 TREE EA 25 $450.00 $11,250.00 SIGN PANELS SF 20 $35.00 $700.00 ZEBRA CROSSWALK, WHITE SF 140 $12.00 $1,680.00 24" SOLID WHITE STOP BAR LF 30 $23.00 $690.00 STREET SWEEPER (WITH PICKUP BROOM) HR 25 $130.00 $3,250.00 Subtotal $463,481.20 Continaencies (10%) $46,348.12 Indirect (20%) $92,696.24 Total Cost $602,525.56 Appendix A-3 Preliminary Cost Estimate 2017 Northwood North Area Infrastructure Improvements Flag Ave N Reconstruct September 2016 Reconstruct: Full Bituminous, Agg. Base, Granular Borrow, Draintile, Sidewalk & Curb Construction Cost $455,991.15 Continaencies (10%) $45,599.12 Indirect (20%I $91,198.23 Total Cost S592,788.50 Cost Per C L Foot 1320 S449.08 No. Item Units QtyUnit Price Total Price 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 MOBILIZATION LS 1 $18,000.00 $18,000.00 TRAFFIC CONTROL LS 1 $4,500.00 $4,500.00 TEMPORARY MAIL LS 0.125 $3,000.00 $375.00 INLET PROTECTION EA 10 $200.00 $2,000.00 SILT FENCE, TYPE MACHINE SLICED LF 100 $3.20 $320.00 TEMPORARY ROCK CONSTRUCTION EA 2 $1,200.00 $2,400.00 WATER FOR DUST CONTROL TGAL 10 $50.00 $500.00 SALVAGE SIGN EA 3 $30.00 $90.00 SALVAGE AND REINSTALL STREET NAME BLADE EA 2 $200.00 $400.00 REMOVE TREE EA 28 $380.00 $10,640.00 MILL AND DISPOSE OF BITUMINOUS SY 0 $3.50 $0.00 REMOVE BITUMINOUS PAVEMENT BELOW Y SY 0 $2.00 $0.00 REMOVE BITUMINOUS PAVEMENT (NO SY 4,000 $2.25 $9,000.00 SAWING BITUMINOUS PAVEMENT -STREET LF 80 $4.00 $320.00 REMOVE CONCRETE CURB & GUTTER LF 2,640 $3.00 $7,920.00 REMOVE CONCRETE SIDEWALK SF 120 $1.00 $120.00 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SY 5,000 $0.55 $2,750.00 REMOVE CONCRETE DRIVEWAY PAVEMENT SY 3,973 $1.10 $4,370.30 COMMON EXCAVATION (P) CY 3,800 $15.00 $57,000.00 SUBGRADE EXCAVATION (CVI CY 200 $17.00 $3,400.00 GEOTEXTILE FABRIC TYPE V SY 5,000 $1.30 $6,500.00 SELECT GRANULAR BORROW TN 5,500 $11.00 $60,500.00 AGGREGATE BASE, CLASS 5 TN 2,750 $12.75 $35,062.50 6' PVC PERFORATED DRAIN TILE, WITH SOCK LF 2,640 $11.00 $29,040.00 6' PVC SUMP PIPE STUB INCLUDING WYE AND EA 30 $400.00 $12,000.00 6' PVC DRAIN TILE CLEAN OUT WITH METAL EA 10 $500.00 $5,000.00 BITUMINOUS MATERIAL FOR TACK COAT GAL 240 $2.50 $600.00 TYPE SP 12.5 NON -WEARING COURSE TN 510 $55.00 $28,050.00 TYPE SP 9.5 WEARING COURSE MIXTURE (2,C) TN 400 $68.00 $27,200.00 TYPE SP 9.5 BITUMINOUS MIXTURE FOR 100 $1 10.00 $1 1,000.00 DRIVEWAYS (2,B) TN 6' CONCRETE DRIVEWAY SF 4,300 $5.00 $21,500.00 6' CONCRETE DRIVEWAY APRON SF 1,500 $5.00 $7.500.00 B618 CONCRETE CURB & GUTTER LF 2,636 $12.00 $31,632.00 MASTIC PRIOR TO WEAR PAVING LF 2,636 $1.10 $2,899.60 4" CONCRETE WALK SF 95 $8.00 $760.00 6' CONCRETE PED RAMP SF 75 $8.00 $600.00 TRUNCATED DOME SURFACE SF 16 $42.00 $672.00 EC COMPOST BLANKET- BLOWN W/SEED SY 4,200 $2.80 $11,760.00 TOPSOIL BORROW, MNDOT 3877.2B (LVI CY 700 $30.00 $21,000.00 TREE EA 30 $450.00 $13,500.00 SIGN PANELS SF 6.25 $35.00 $218.75 ZEBRA CROSSWALK, WHITE SF 108 $12.00 $1,296.00 24" SOLID WHITE STOP BAR LF 15 $23.00 $345.00 STREET SWEEPER (WITH PICKUP BROOM) HR 25 $130.00 $3,250.00 Subtotal $455,991.15 Continaencies (10%) $45,599.12 Indirect (20%) $91,198.23 Total Cost $592,788.50 Appendix A-4 Preliminary Cost Estimate 2017 Northwood North Area Infrastructure Improvements Ensign Ave N Reconstruct September 2016 Reconstruct: Full Bituminous, Agg. Base, Granular Borrow, Draintile, Sidewalk & Curb Construction Cost $455,638.65 Continaencies I10%) $45,563.87 Indirect (20%) $91,127.73 Total Cost S592,330.25 Cost Per C L Foot 1325 $447.04 No. Item Units Qty Unit Price Total Price 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 MOBILIZATION TRAFFIC CONTROL TEMPORARY MAIL INLET PROTECTION SILT FENCE, TYPE MACHINE SLICED TEMPORARY ROCK CONSTRUCTION WATER FOR DUST CONTROL SALVAGE SIGN SALVAGE AND REINSTALL STREET NAME BLADE REMOVE TREE MILL AND DISPOSE OF BITUMINOUS PAVEMENT REMOVE BITUMINOUS PAVEMENT BELOW 3" REMOVE BITUMINOUS PAVEMENT (NO SAWING BITUMINOUS PAVEMENT -STREET REMOVE CONCRETE CURB & GUTTER REMOVE CONCRETE SIDEWALK REMOVE BITUMINOUS DRIVEWAY PAVEMENT REMOVE CONCRETE DRIVEWAY PAVEMENT COMMON EXCAVATION (P) SUBGRADE EXCAVATION (CV) GEOTEXTILE FABRIC TYPE V SELECT GRANULAR BORROW (MODIFIED) AGGREGATE BASE, CLASS 5 6' PVC PERFORATED DRAIN TILE, WITH SOCK 6' PVC SUMP PIPE STUB INCLUDING WYE AND CAP 6' PVC DRAIN TILE CLEAN OUT WITH METAL BITUMINOUS MATERIAL FOR TACK COAT TYPE SP 12.5 NON -WEARING COURSE MIXTURE TYPE SP 9.5 WEARING COURSE MIXTURE (2,C1 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) 6' CONCRETE DRIVEWAY 6' CONCRETE DRIVEWAY APRON B618 CONCRETE CURB & GUTTER MASTIC PRIOR TO WEAR PAVING 4" CONCRETE WALK 6' CONCRETE PED RAMP TRUNCATED DOME SURFACE EC COMPOST BLANKET- BLOWN W/SEED TOPSOIL BORROW, MNDOT3877.2B (LV) TREE SIGN PANELS ZEBRA CROSSWALK, WHITE 24" SOLID WHITE STOP BAR STREET SWEEPER (WITH PICKUP BROOM) LS 1 $18,000.00 $18,000.00 LS 1 $4,500.00 $4,500.00 LS 0.125 $3,000.00 $375.00 EA 8 $200.00 $1,600.00 LF 100 $3.20 $320.00 EA 2 $1,200.00 $2,400.00 TGAL 10 $50.00 $500.00 EA 6 $30.00 $180.00 EA 2 $200.00 $400.00 EA 24 $380.00 $9,120.00 SY 0 $3.50 $0.00 SY 0 $2.00 $0.00 SY 4,400 $2.25 $9,900.00 LF 80 $4.00 $320.00 LF 2,640 $3.00 $7,920.00 SY 115 $1.00 $115.00 SY 3,185 $0.55 $1,751.75 SY 5,314 $1.10 $5,845.40 CY 3,707 $15.00 $55,611.00 CY 200 $17.00 $3,400.00 SY 5,000 $1.30 $6,500.00 TN 5,750 $11.00 $63,250.00 TN 2,750 $12.75 $35,062.50 LF 2,640 $11.00 $29,040.00 EA 30 $400.00 $12.000.00 EA 10 $500.00 $5,000.00 GAL 240 $2.50 $600.00 TN 510 $55.00 $28,050.00 TN 400 $68.00 $27,200.00 38 $1 10.00 $4,158.00 SF SF 3,500 $5.00 $17,500.00 SF 3,500 $5.00 $17,500.00 LF 2,640 $12.00 $31,680.00 LF 2,640 $1.10 $2,904.00 SF 115 $8.00 $920.00 SF 500 $8.00 $4,000.00 SF 20 $42.00 $840.00 SY 4,200 $2.80 $11,760.00 CY 700 $30.00 $21,000.00 EA 20 $450.00 $9,000.00 SF 15.00 $35.00 $525.00 SF 108 $12.00 $1,296.00 LF 15 $23.00 $345.00 HR 25 $130.00 $3,250.00 Subtotal $455,638.65 Continaencies (10%) $45,563.87 Indirect (20%) $91,127.73 Total Cost $592,330.25 Appendix A-5 Preliminary Cost Estimate 2017 Northwood North Area Infrastructure Improvements Decatur Ave N Reconstruct September 2016 Reconstruct: Full Bituminous, Agg. Base, Granular Borrow, Draintile & Curb Construction Cost $244,930.70 Continaencies (10%) $24,493.07 Indirect (20%) $48,986.14 Total Cost S318.409.91 No. Item Units Qty Unit Price Total Price 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 MOBILIZATION TRAFFIC CONTROL TEMPORARY MAIL INLET PROTECTION SILT FENCE. TYPE MACHINE SLICED TEMPORARY ROCK CONSTRUCTION WATER FOR DUST CONTROL SALVAGE SIGN SALVAGE AND REINSTALL STREET NAME BLADE REMOVE TREE MILL AND DISPOSE OF BITUMINOUS PAVEMENT REMOVE BITUMINOUS PAVEMENT BELOW 3" REMOVE BITUMINOUS PAVEMENT (NO SAWING BITUMINOUS PAVEMENT -STREET REMOVE CONCRETE CURB & GUTTER REMOVE BITUMINOUS DRIVEWAY PAVEMENT REMOVE CONCRETE DRIVEWAY PAVEMENT COMMON EXCAVATION (PI SUBGRADE EXCAVATION (CVI GEOTEXTILE FABRIC TYPE V SELECT GRANULAR BORROW (MODIFIED) AGGREGATE BASE. CLASS 5 6" PVC PERFORATED DRAIN TILE, WITH SOCK 6" PVC SUMP PIPE STUB INCLUDING WYE AND CAP 6" PVC DRAIN TILE CLEAN OUT WITH METAL CAP BITUMINOUS MATERIAL FOR TACK COAT TYPE SP 12.5 NON -WEARING COURSE MIXTURE TYPE SP 9.5 WEARING COURSE MIXTURE (2.0 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) 6" CONCRETE DRIVEWAY 6" CONCRETE DRIVEWAY APRON B618 CONCRETE CURB AND GUTTER MASTIC PRIOR TO WEAR PAVING EC COMPOST BLANKET - BLOWN W/SEED TOPSOIL BORROW. MNDOT 3877.213 (LVI TREE SIGN PANELS 24" SOLID WHITE STOP BAR STREET SWEEPER (WITH PICKUP BROOM] LS 1 $10,000.00 $10,000.00 LS 1 $2,500.00 $2,500.00 LS 0.125 $3,000.00 $375.00 EA 8 $200.00 $1,600.00 LF 100 $3.20 $320.00 EA 1 $1,200.00 $1,200.00 TGAL 7 $50.00 $350.00 EA 2 $30.00 $60.00 EA 2 $200.00 $400.00 EA 20 $380.00 $7,600.00 SY 0 $3.50 $0.00 SY 0 $2.00 $0.00 SY 2,100 $2.25 $4,725.00 LF 40 $4.00 $160.00 LF 1,380 $3.00 $4,140.00 SY 3,396 $0.55 $1,867.80 SY 574 $1.10 $631.40 CY 1,952 $15.00 $29,280.00 CY 100 $17.00 $1,700.00 SY 2,600 $1.30 $3,380.00 TN 2,900 $1 1.00 $31,900.00 TN 1,450 $12.75 $18,487.50 LF 1,390 $1 1.00 $15,290.00 EA 15 $400.00 $6,000.00 EA 6 $500.00 $3,000.00 GAL 120 $2.50 $300.00 TN 270 $55.00 $14,850.00 TN 200 $68.00 $13,600.00 TN 80 $1 10.00 $8,800.00 SF 800 $5.00 $4,000.00 SF 2,000 $5.00 $10,000.00 LF 1,390 $12.00 $16,680.00 LF 1,390 $1.10 $1,529.00 SY 2,200 $2.80 $6,160.00 CY 370 $30.00 $1 1,100.00 EA 20 $450.00 $9,000.00 SF 10 $35.00 $350.00 LF 15 $23.00 $345.00 HR 25 $130.00 $3,250.00 Subtotal $244,930.70 Continaencies (10%) $24,493.07 Indirect (20%1 $48,986.14 Total Cost $318,409.91 Appendix A-6 Preliminary Cost Estimate 2017 Northwood North Area Infrastructure Improvements Cavell Ave N Reconstruct September 2016 Reconstruct: Full Bituminous, Agg. Base, Granular Borrow, Draintile & Curb Construction Cost Continaencies (10%) Indirect (20%) Total Cost $245.931.70 $24.593.17 $49.186.34 S319.711.21 No. Item Units Qtv Unit Price Total Price 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 35 36 37 38 39 41 42 MOBILIZATION TRAFFIC CONTROL TEMPORARY MAIL INLET PROTECTION SILT FENCE. TYPE MACHINE SLICED TEMPORARY ROCK CONSTRUCTION WATER FOR DUST CONTROL SALVAGE SIGN SALVAGE AND REINSTALL STREET NAME BLADE REMOVE TREE REMOVE BITUMINOUS PAVEMENT (NO PETR( SAWING BITUMINOUS PAVEMENT -STREET REMOVE CONCRETE CURB & GUTTER REMOVE CONCRETE WALK REMOVE BITUMINOUS DRIVEWAY PAVEMENT REMOVE CONCRETE DRIVEWAY PAVEMENT COMMON EXCAVATION (P) SUBGRADE EXCAVATION (CVI GEOTEXTILE FABRIC TYPE V SELECT GRANULAR BORROW (MODIFIED) AGGREGATE BASE. CLASS 5 6" PVC PERFORATED DRAIN TILE, WITH SOCK 6" PVC SUMP PIPE STUB INCLUDING WYE AND CAP 6" PVC DRAIN TILE CLEAN OUT WITH METAL BITUMINOUS MATERIAL FOR TACK COAT TYPE SP 12.5 NON -WEARING COURSE TYPE SP 9.5 WEARING COURSE MIXTURE (2.C) TYPE SP 9.5 BITUMINOUS MIXTURE FOR 6" CONCRETE DRIVEWAY 6" CONCRETE DRIVEWAY APRON B618 CONCRETE CURB AND GUTTER MASTIC PRIOR TO WEAR PAVING EC COMPOST BLANKET - BLOWN W/SEED TOPSOIL BORROW, MNDOT 3877.2B ILV) TREE SIGN PANELS 24" SOLID WHITE STOP BAR STREET SWEEPER (WITH PICKUP BROOM) LS 1 $10, 000.00 $10.000.00 LS 1 $2,500.00 $2.500.00 LS 0.125 $3,000.00 $375.00 EA 8 $200.00 $1.600.00 LF 100 $3.20 $320.00 EA 1 $1,200.00 $1.200.00 TGAL 10 $50.00 $500.00 EA 2 $30.00 $60.00 EA 2 $200.00 $400.00 EA 10 $380.00 $3.800.00 SY 2,460 $2.25 $5.535.00 LF 40 $4.00 $160.00 LF 1.372 $3.00 $4.116.00 S F 0 $1.00 $0.00 SY 2.000 $0.55 $1.100.00 SY 3.100 $1.10 $3.410.00 CY 2,000 $15.00 $30.000.00 CY 100 $17.00 $1, 700.00 SY 2,600 $1.30 $3.380.00 TN 2.900 $1 1.00 $31.900.00 TN 1.450 $12.75 $18.487.50 LF 1.360 $1 1.00 $14.960.00 EA 15 $400.00 $6,000.00 EA 6 $500.00 $3.000.00 GAL 120 $2.50 $300.00 TN 300 $55.00 $16.500.00 TN 225 $68.00 $15,300.00 TN 40 $1 10.00 $4.400.00 SF 2,000 $5.00 $10,000.00 SF 2.250 $5.00 $11.250.00 LF 1.372 $12.00 $16.464.00 LF 1.372 $1.10 $1.509.20 SY 2.200 $2.80 $6.160.00 CY 370 $30.00 $1 1,100.00 EA 10 $450.00 $4.500.00 SF 10 $35.00 $350.00 LF 15 $23.00 $345.00 H R 25 $130.00 13, 250.00 Subtotal $245.931.70 Continaencies (10%) $24.593.17 Indirect (20%) $49.186.34 Total Cost $319,711.21 Appendix A-7 Preliminary Cost Estimate 2017 Northwood North Area Infrastructure Improvements 41 st Ave N Reconstruct September 2016 Reconstruct: Full Bituminous, Agg. Base, Granular Borrow, Draintile, Sidewalk & Curb Construction Cost $207,703.50 Continaencies (10%) $20.770.35 I ndirect (20%) $41,540.70 Total Cost S270.014.55 Cost Per C/L Foot 585 No. Item Units Qtv Unit PCice Total Pri 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 MOBILIZATION TRAFFIC CONTROL TEMPORARY MAIL INLET PROTECTION SILT FENCE. TYPE MACHINE SLICED TEMPORARY ROCK CONSTRUCTION WATER FOR DUST CONTROL SALVAGE SIGN SALVAGE AND REINSTALL STREET NAME BLADE REMOVE TREE REMOVE BITUMINOUS PAVEMENT (NO SAWING BITUMINOUS PAVEMENT -STREET REMOVE CONCRETE CURB & GUTTER REMOVE CONCRETE WALK REMOVE BITUMINOUS DRIVEWAY PAVEMENT REMOVE CONCRETE DRIVEWAY PAVEMENT COMMON EXCAVATION (PI SUBGRADE EXCAVATION (CV) GEOTEXTILE FABRIC TYPE V SELECT GRANULAR BORROW (MODIFIEDI AGGREGATE BASE. CLASS 5 6" PVC PERFORATED DRAIN TILE. WITH SOCK 6" PVC SUMP PIPE STUB INCLUDING WYE AND 6" PVC DRAIN TILE CLEAN OUT WITH METAL CAP BITUMINOUS MATERIAL FOR TACK COAT TYPE SP 12.5 NON -WEARING COURSE MIXTURE TYPE SP 9.5 WEARING COURSE MIXTURE (2.0 TYPE SP 9.5 BITUMINOUS MIXTURE FOR 6" CONCRETE DRIVEWAY 6" CONCRETE DRIVEWAY APRON B618 CONCRETE CURB AND GUTTER MASTIC PRIOR TO WEAR PAVING 4" CONCRETE WALK 6" CONCRETE PEDESTRIAN RAMP TRUNCATED DOME SURFACE EC COMPOST BLANKET - BLOWN W/SEED TOPSOIL BORROW. MNDOT 3877.213 (LV) TREE SIGN PANELS ZEBRA CROSSWALK. WHITE 24" SOLID WHITE STOP BAR STREET SWEEPER (WITH PICKUP BROOM) LS 1 $8,000.00 $8,000.00 LS 1 $2,000.00 $2,000.00 LS 0.125 $3,000.00 $375.00 EA 10 $200.00 $2,000.00 LF 100 $3.20 $320.00 EA 1 $1,200.00 $1,200.00 TGAL 10 $50.00 $500.00 EA 2 $30.00 $60.00 EA 1 $200.00 $200.00 EA 12 $380.00 $4,560.00 SY 1940 $2.25 $4,365.00 LF 42 $4.00 $168.00 LF 1200 $3.00 $3,600.00 SF 150 $1.00 $150.00 SY 1200 $0.55 $660.00 SY 1200 $1.10 $1,320.00 CY 1700 $15.00 $25,500.00 CY 100 $17.00 $1,700.00 SY 2300 $1.30 $2,990.00 TN 2500 $1 1.00 $27,500.00 TN 1250 $12.75 $15,937.50 LF 1200 $1 1.00 $13,200.00 EA 9 $400.00 $3,600.00 EA 4 $500.00 $2,000.00 GAL 110 $2.50 $275.00 TN 230 $55.00 $12,650.00 TN 175 $68.00 $11,900.00 TN 25 $110.00 $2,750.00 SF 1200 $5.00 $6,000.00 SF 850 $5.00 $4,250.00 LF 1200 $12.00 $14,400.00 LF 1200 $1.15 $1,380.00 SF 150 $8.00 $1,200.00 SF 500 $8.00 $4,000.00 SF 20 $42.00 $840.00 SY 2000 $2.80 $5,600.00 CY 340 $30.00 $10,200.00 EA 12 $450.00 $5,400.00 SF 10 $35.00 $350.00 SF 84 $12.00 $1,008.00 LF 15 $23.00 $345.00 HR 25 $130.00 $3,250.00 Subtotal $207,703.50 Continaencies (10%) $20,770.35 Indirect (20%) $41,540.70 Total Cost $270,014.55 Appendix A-8 Preliminary Cost Estimate 2017 Northwood North Area Infrastructure Improvements 40th Ave N Reconstruct September 2016 Reconstruct: Full Bituminous, Agg. Base, Granular Borrow, Draintile, Sidewalk & Curb Construction Cost $269,517.90 Continaencies (10%) $26,951.79 Indirect (20%) $53,903.58 Total Cost S350.373.27 Cost Per C/L Foot 775 No. Item Units Qtv Unit Price Total Price 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 MOBILIZATION TRAFFIC CONTROL TEMPORARY MAIL INLET PROTECTION SILT FENCE. TYPE MACHINE SLICED TEMPORARY ROCK CONSTRUCTION WATER FOR DUST CONTROL SALVAGE SIGN SALVAGE AND REINSTALL STREET NAME BLADE REMOVE TREE REMOVE BITUMINOUS PAVEMENT (NO SAWING BITUMINOUS PAVEMENT -STREET REMOVE CONCRETE CURB & GUTTER REMOVE CONCRETE WALK REMOVE BITUMINOUS DRIVEWAY PAVEMENT REMOVE CONCRETE DRIVEWAY PAVEMENT COMMON EXCAVATION (PI SUBGRADE EXCAVATION (CV) GEOTEXTILE FABRIC TYPE V SELECT GRANULAR BORROW (MODIFIED) AGGREGATE BASE. CLASS 5 6" PVC PERFORATED DRAIN TILE. WITH SOCK 6" PVC SUMP PIPE STUB INCLUDING WYE AND 6" PVC DRAIN TILE CLEAN OUT WITH METAL CAP BITUMINOUS MATERIAL FOR TACK COAT TYPE SP 12.5 NON -WEARING COURSE MIXTURE TYPE SP 9.5 WEARING COURSE MIXTURE (2.C) TYPE SP 9.5 BITUMINOUS MIXTURE FOR 6" CONCRETE DRIVEWAY 6" CONCRETE DRIVEWAY APRON B618 CONCRETE CURB AND GUTTER MASTIC PRIOR TO WEAR PAVING 4" CONCRETE WALK 6" CONCRETE PEDESTRIAN RAMP TRUNCATED DOME SURFACE EC COMPOST BLANKET - BLOWN W/SEED TOPSOIL BORROW. MNDOT 3877.213 (LV) TREE SIGN PANELS ZEBRA CROSSWALK. WHITE 24" SOLID WHITE STOP BAR LS 1 $1 1,000.00 $1 1,000.00 LS 1 $2,800.00 $2,800.00 LS 0.125 $3,000.00 $375.00 EA 4 $200.00 $800.00 LF 100 $3.20 $320.00 EA 2 $1,200.00 $2,400.00 TGAL 10 $50.00 $500.00 EA 4 $30.00 $120.00 EA 2 $200.00 $400.00 EA 18 $380.00 $6,840.00 SY 2,300 $2.25 $5,175.00 LF 80 $4.00 $320.00 LF 1,540 $3.00 $4,620.00 SF 150 $1.00 $150.00 SY 3,600 $0.55 $1,980.00 SY 1,200 $1.10 $1,320.00 CY 2,200 $15.00 $33,000.00 CY 100 $17.00 $1,700.00 SY 2,900 $1.30 $3,770.00 TN 3,300 $1 1.00 $36,300.00 TN 1,600 $12.75 $20,400.00 LF 1,540 $1 1.00 $16,940.00 EA 17 $400.00 $6,800.00 EA 6 $500.00 $3,000.00 GAL 140 $2.50 $350.00 TN 300 $55.00 $16,500.00 TN 225 $68.00 $15,300.00 TN 75 $1 10.00 $8,250.00 SF 1,200 $5.00 $6,000.00 SF 1,000 $5.00 $5,000.00 LF 1,546 $12.00 $18,552.00 LF 1,546 $1.15 $1,777.90 SF 150 $8.00 $1,200.00 SF 500 $8.00 $4,000.00 SF 20 $42.00 $840.00 SY 2,500 $2.80 $7,000.00 CY 420 $30.00 $12,600.00 EA 20 $450.00 $9,000.00 SF 12 $35.00 $420.00 SF 84 $12.00 $1,008.00 LF 30 $23.00 $690.00 Subtotal $269,517.90 Continaencies (10%) $26,951.79 Indirect (20%) $53,903.58 Total Cost $350,373.27 Appendix A-9 Preliminary Cost Estimate 2017 Northwood North Area Infrastructure Improvements Hopewood Lane Reconstruct September 2016 Reconstruct: Full Bituminous, Agg. Base, Granular Borrow, Draintile, Sidewalk & Curb Construction Cost $189.221.25 Continaencies (10%) $18.922.13 Indirect (20%) $37,844.25 Total Cost S245.987.63 No. Item Units QtV Unit Price Total Price 1 MOBILIZATION LS 1 $7,200.00 $7.200.00 2 TRAFFIC CONTROL LS 1 $1,800.00 $1.800.00 3 TEMPORARY MAIL LS 0.125 $3,000.00 $375.00 4 INLET PROTECTION EA 10 $200.00 $2.000.00 5 SILT FENCE. TYPE MACHINE SLICED LF 100 $3.20 $320.00 6 TEMPORARY ROCK CONSTRUCTION EA 2 $1,200.00 $2.400.00 7 WATER FOR DUST CONTROL TGAL 10 $50.00 $500.00 8 SALVAGE SIGN EA 3 $30.00 $90.00 9 SALVAGE AND REINSTALL STREET NAME EA 2 $200.00 $400.00 10 REMOVE TREE EA 13 $380.00 $4.940.00 11 REMOVE BITUMINOUS PAVEMENT (NO SY 1,727 $2.25 $3.885.75 12 SAWING BITUMINOUS PAVEMENT -STREET LF 80 $4.00 $320.00 13 REMOVE CONCRETE CURB & GUTTER LF 1.050 $3.00 $3.150.00 14 REMOVE CONCRETE WALK SF 150 $1.00 $150.00 15 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SY 2,200 $0.55 $1.210.00 16 REMOVE CONCRETE DRIVEWAY PAVEMENT SY 500 $1.10 $550.00 17 COMMON EXCAVATION (P) CY 1.500 $15.00 $22.500.00 18 SUBGRADE EXCAVATION (CV) CY 100 $17.00 $1.700.00 19 GEOTEXTILE FABRIC TYPE V SY 2.050 $1.30 $2.665.00 20 SELECT GRANULAR BORROW (MODIFIEDI TN 2.200 $1 1.00 $24.200.00 21 AGGREGATE BASE. CLASS 5 TN 1.100 $12.75 $14.025.00 22 6" PVC PERFORATED DRAIN TILE. WITH SOCK LF 1.050 $1 1.00 $1 1.550.00 23 6" PVC SUMP PIPE STUB INCLUDING WYE EA 10 $400.00 $4.000.00 24 6" PVC DRAIN TILE CLEAN OUT WITH METAL EA 4 $500.00 $2,000.00 CAP 25 BITUMINOUS MATERIAL FOR TACK COAT GAL 90 $2.50 $225.00 26 TYPE SP 12.5 NON -WEARING COURSE TN 210 $55.00 $1 1.550.00 27 TYPE SP 9.5 WEARING COURSE MIXTURE TN 160 $68.00 $10.880.00 28 TYPE SP 9.5 BITUMINOUS MIXTURE FOR TN 45 $1 10.00 $4.950.00 29 6" CONCRETE DRIVEWAY SF 300 $5.00 $1,500.00 30 6 CONCRETE DRIVEWAY APRON SF 900 $5.00 $4.500.00 31 B618 CONCRETE CURB AND GUTTER LF 1.050 $12.00 $12.600.00 MASTIC PRIOR TO WEAR PAVING LF 1.050 $1.15 $1.207.50 32 4" CONCRETE WALK SF 150 $8.00 $1.200.00 33 6" CONCRETE PEDESTRIAN RAMP SF 300 $8.00 $2,400.00 34 TRUNCATED DOME SURFACE SF 20 $42.00 $840.00 35 EC COMPOST BLANKET - BLOWN W/SEED SY 1.650 $2.80 $4.620.00 36 TOPSOIL BORROW. MNDOT 3877.213 (LV) CY 275 $30.00 $8.250.00 37 TREE 38 SIGN PANELS 39 ZEBRA CROSSWALK. WHITE 40 24" SOLID WHITE STOP BAR 41 STREET SWEEPER (WITH PICKUP BROOMI EA 16 $450.00 $7,200.00 SF 12 $35.00 $420.00 S F 84 $12.00 $1.008.00 LF 30 $23.00 $690.00 H R 25 $130.00 $3.250.00 Subtotal $189.221.25 Continaencies (10%) $18.922.13 Indirect (20%) $37,844.25 Total Cost $245,987.63 Appendix A- 10 Preliminary Cost Estimate 2017 Northwood North Area Infrastructure Improvements Jordan Ave Reconstruct September 2016 Reconstruct: Full Bituminous, Agg. Base, Granular Borrow, Draintile & Curb Construction Cost Continaencies (10%) Indirect (20%) Total Cost "0.'0'.25 $5.040.63 $10.081.25 S65.528.13 No. Item Units QtV Unit Price Total Price 150 Length 1 MOBILIZATION LS 2 TRAFFIC CONTROL LS 3 TEMPORARY MAIL LS 4 INLET PROTECTION EA 5 SILT FENCE. TYPE MACHINE SLICED LF 6 FLOATING SILT CURTAIN LF 7 TEMPORARY ROCK CONSTRUCTION EA 8 WATER FOR DUST CONTROL TGAL 9 SALVAGE SIGN EA 10 SALVAGE AND REINSTALL STREET NAME EA 11 REMOVE TREE EA 12 REMOVE BITUMINOUS PAVEMENT (NO SY 13 SAWING BITUMINOUS PAVEMENT -STREET LF 14 REMOVE CONCRETE CURB & GUTTER LF 15 COMMON EXCAVATION (P) CY 16 SUBGRADE EXCAVATION (CV) CY 17 GEOTEXTILE FABRIC TYPE V SY 18 SELECT GRANULAR BORROW (MODIFIED) TN 19 AGGREGATE BASE. CLASS 5 TN 20 6" PVC PERFORATED DRAIN TILE. WITH SOCK LF 21 6" PVC SUMP PIPE STUB INCLUDING WYE EA 22 6" PVC DRAIN TILE CLEAN OUT WITH METAL EA 23 BITUMINOUS MATERIAL FOR TACK COAT GAL 24 TYPE SP 12.5 NON -WEARING COURSE TN 25 TYPE SP 9.5 WEARING COURSE MIXTURE TN 26 B618 CONCRETE CURB AND GUTTER LF 27 MASTIC PRIOR TO WEAR PAVING LF 28 EC COMPOST BLANKET - BLOWN W/SEED SY 29 TOPSOIL BORROW. MNDOT 3877.213 (LV) CY 30 TREE EA 31 SIGN PANELS SF 32 24" SOLID WHITE STOP BAR LF 33 STREET SWEEPER (WITH PICKUP BROOM) HR 1 $2,000.00 $2.000.00 1 $500.00 $500.00 0 $3,000.00 $0.00 4 $200.00 $800.00 250 $3.20 $800.00 60 $35.00 $2,100.00 2 $1,200.00 $2,400.00 5 $50.00 $250.00 4 $30.00 $120.00 1 $200.00 $200.00 2 $380.00 $760.00 450 $2.25 $1,012.50 100 $4.00 $400.00 300 $3.00 $900.00 500 $15.00 $7,500.00 50 $17.00 $850.00 450 $1.30 $585.00 450 $1 1.00 $4.950.00 225 $12.75 $2,868.75 250 $1 1.00 $2.750.00 2 $400.00 $800.00 2 $500.00 $1.000.00 25 $2.50 $62.50 60 $55.00 $3.300.00 55 $68.00 $3.740.00 250 $12.00 $3.000.00 250 $1.10 $275.00 400 $2.80 $1,120.00 70 $30.00 $2,100.00 2 $450.00 $900.00 21 $35.00 $717.50 15 $23.00 $345.00 10 $130.00 $1.300.00 Subtotal $50.406.25 Continaencies (10%) $5,040.63 Indirect (20%) $10.081.25 Total Cost $65,528.13 1 2 3 4 5 6 7 8 9 10 11 12 13 14 Appendix A-11 Preliminary Cost Estimate Street Improvements - Jordan Ave and 41 st Ave (Gettysburg Ave to Gettysburg Ave) Full Depth Reclaim September 2016 Reclaim with 3" Overlay: 5% Curb Replacement Construction Cost $100,626.00 Continaencies (10%) $10,062.60 Indirect (20%) $20,125.20 Total Cost S130,813.80 Street Base Improvement (Reclai MOBILIZATION TRAFFIC CONTROL RECLAIM AND SHAPE BITUMINOUS PAVEMENT REMOVE AND REPLACE CONCRETE CURB & REMOVE BITUMINOUS DRIVEWAY PAVEMENT REMOVE CONCRETE DRIVEWAY PAVEMENT AGGREGATE BASE, CLASS 5 - (SPECIAL) MASTIC PRIOR TO WEAR PAVING TYPE SP 9.5 WEARING COURSE MIXTURE (2,B) TYPE SP 9.5 BITUMINOUS MIXTURE FOR 6" CONCRETE DRIVEWAY EROSION CONTROL COMPOST BLANKET - TOPSOIL BORROW, MNDOT 3877.213 (LV) STREET SWEEPER (WITH PICKUP BROOM) LS 1 $4,000.00 $4,000.00 LS 1 $1,000.00 $1,000.00 SY 3,600 $4.50 $16,200.00 LF 420 $30.00 $12,600.00 SF 2,000 $0.55 $1,100.00 SF 400 $1.10 $440.00 TN 500 $20.00 $10,000.00 LF 2,260 $1.10 $2,486.00 TN 700 $58.00 $40,600.00 TN 45 $110.00 $4,950.00 SF 400 $5.00 $2,000.00 SY 500 $2.80 $1,400.00 CY 85 $30.00 $2,550.00 H R 10 $130.00 $1, 300.00 Subtotal $100,626.00 Continaencies H0%) $10,062.60 Indirect (20%) $20,125.20 Total Cost $130,813.80 Appendix A-12 Preliminary Cost Estimate Street Improvements - Jordan Ave and 40th 1 /2 Ave N ( Cul-de-sac to Boone Ave N) 2" Mill & Overlay September 2016 2" Mill & Overlay: 5% Bituminous Patching, 5% Curb Replacement Construction Cost Continaencies (10%) Indirect (20%) Total Cost Street Base Improvement (Mill & 1 MOBILIZATION LS 2 TRAFFIC CONTROL LS 3 MILL BITUMINOUS PAVEMENT - 2" DEPTH SY 4 REMOVE AND REPLACE CONCRETE CURB & G LF 5 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 6 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 7 AGGREGATE BASE, CLASS 5 - (SPECIAL) TN 8 BITUMINOUS PATCHING (SPECIAL) -TYPE SP TN 9 BITUMINOUS MATERIAL FOR TACK COAT GAL 10 TYPE SP 9.5 WEARING COURSE MIXTURE (2,B) TN 1 1 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEW TN 12 6" CONCRETE DRIVEWAY SF 13 MASTIC PRIOR TO WEAR PAVING LF 14 EROSION CONTROL COMPOST BLANKET - SY 15 TOPSOIL BORROW, MNDOT 3877.213 (LV) CY 16 24" SOLID WHITE STOP BAR LF 17 ZEBRA CROSSWALK, WHITE SF 18 STREET SWEEPER WITH PICKUP BROOM HR $128,213.10 $12,821.31 $25, 642.62 S166,677.03 1 $5,200.00 $5,200.00 1 $1, 300.00 $1, 300.00 9100 $0.85 $7,735.00 300 $30.00 $9,000.00 1000 $0.55 $550.00 400 $1.10 $440.00 350 $20.00 $7,000.00 115 $130.00 $14,950.00 455 $2.50 $1,137.50 1110 $58.00 $64,380.00 25 $110.00 $2,750.00 400 $5.00 $2,000.00 5696 $1.10 $6,265.60 350 $2.80 $980.00 60 $30.00 $1,800.00 15 $23.00 $345.00 90 $12.00 $1,080.00 10 $130.00 $1, 300.00 Subtotal $128,213.10 Continaencies H0%) $12,821.31 Indirect (20%) $25,642.62 Total Cost $166,677.03 Appendix A-13 Preliminary Cost Estimate Street Improvements - Ensign Ave N (40th 1 /2 Ave N to Boone Ave N) 2" Mill & Overlay September 2016 2" Mill & Overlay: 5% Bituminous Patching, 5% Curb Replacement Construction Cost Continaencies (10%) Indirect (20%) Total Cost Street Base Improvement (Mill & 1 MOBILIZATION LS 2 TRAFFIC CONTROL LS 3 MILL BITUMINOUS PAVEMENT - 2" DEPTH SY 4 REMOVE AND REPLACE CONCRETE CURB & G LF 5 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 6 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 7 AGGREGATE BASE, CLASS 5 - (SPECIAL) TN 8 BITUMINOUS PATCHING (SPECIAL) -TYPE SP TN 9 BITUMINOUS MATERIAL FOR TACK COAT GAL 10 TYPE SP 9.5 WEARING COURSE MIXTURE (2,B) TN 1 1 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEW TN 12 6" CONCRETE DRIVEWAY SF 13 MASTIC PRIOR TO WEAR PAVING LF 14 EROSION CONTROL COMPOST BLANKET - BLO SY 15 TOPSOIL BORROW, MNDOT 3877.213 (LV) CY 16 24" SOLID WHITE STOP BAR LF 17 ZEBRA CROSSWALK, WHITE SF 18 STREET SWEEPER WITH PICKUP BROOM HR $67,721.00 $6,772.10 $13,544.20 S88,037.30 1 $2, 700.00 $2, 700.00 1 $700.00 $700.00 4,450 $0.85 $3,782.50 150 $30.00 $4,500.00 1,000 $0.55 $550.00 400 $1.10 $440.00 180 $20.00 $3,600.00 55 $130.00 $7,150.00 215 $2.50 $537.50 545 $58.00 $31,610.00 25 $110.00 $2,750.00 400 $5.00 $2,000.00 2,860 $1.10 $3,146.00 225 $2.80 $630.00 30 $30.00 $900.00 15 $23.00 $345.00 90 $12.00 $1,080.00 10 $130.00 $1, 300.00 Subtotal $67,721.00 Continaencies H 0%) $6,772.10 Indirect (20%) $13,544.20 Total Cost $88,037.30 Appendix A-14 Preliminary Cost Estimate 2017 Northwood North Area Utility Improvements Gettysburg Ave N Reconstruct September 2016 GETTYSBURG AVENUE N. RECONSTRUCTION Water Sanitary Storm Total Construction Cost $140,091.00 $13,075.00 $78,609.00 $231,775.00 Continaencies f 10%) $14,009.10 $1,307.50 $7,860.90 $23,177.50 Indirect 2 28,018.20 $2,615.00 $15,721.80 $46,355.00 Total Utilities $182,118.30 $16,997.50 $102,191.70 $301,307.50 A. WATER MAIN No. Item Units Qty Unit Price Total Price I 1 MOBILIZATION LS 1 $5,000.00 $5,000.00 2 TRAFFIC CONTROL LS 1 $1,250.00 $1,250.00 3 REMOVE CIP WATER MAIN LF 1,300 $2.00 $2,600.00 4 REMOVE WATER SERVICE EA 24 $42.00 $1,008.00 5 REMOVE HYDRANT EA 3 $250.00 $750.00 6 REMOVE VALVE AND BOX EA 4 $250.00 $1,000.00 7 TEMPORARY WATER SERVICE EA 0.125 $25,000.00 $3,125.00 8 CONNECT TO EXISTING WM EA 4 $900.00 $3,600.00 9 6" PVC WATER MAIN LF 40 $31.00 $1,240.00 10 8" PVC WATER MAIN LF 1,300 $33.00 $42,900.00 11 6" GATE VALVE AND BOX EA 0 $1,900.00 $0.00 12 8" GATE VALVE AND BOX EA 4 $2,300.00 $9,200.00 13 INSTALL HYDRANT EA 4 $6,500.00 $26,000.00 14 EXTEND HYDRANT BARREL LF 1 $850.00 $850.00 15 DUCTILE IRON FITTINGS LB 746 $3.00 $2,238.00 16 INSULATION - 4" THICK SY 20 $38.00 $760.00 17 IMPROVED PIPE FOUNDATION LF 10 $5.00 $50.00 18 1" CORPORATION STOP EA 24 $200.00 $4,800.00 19 1" CURB STOP AND BOX EA 24 $275.00 $6,600.00 20 1" TYPE "K" COPPER PIPE LF 800 $30.00 $24,000.00 21 CONNECT WATER SERVICE EA 24 $130.00 $3,120.00 Subtotal $140,091.00 Continqencies (10%) $14,009.10 Indirect (20%) $28,018.20 Total Cost $182,118.30 Appendix A- 14 (continued) B. SANITARY SEWER No. Item Units Qty Unit Price Total Price I 1 MOBILIZATION LS 1 $500.00 $500.00 2 TRAFFIC CONTROL LS 1 $125.00 $125.00 3 REMOVE AND REPLACE SANITARY SEWER EA 6 $2,000.00 $12,000.00 FRAME AND RINGS 4 REMOVE EXISTING SANITARY SEWER PIPE LF 0 $25.00 $0.00 5 INSTALL 10" PVC SANITARY SEWER PIPE- LF 0 $105.00 $0.00 SDR 35 6 4" PVC SCHEDULE 40 SANITARY SEWER LF 0 $10.00 $0.00 8 CONNECT TO EXISTING SANITARY SEWER EA 0 $950.00 $0.00 PIPE 9 CONNECT TO EXISTING SANITARY SEWER EA 0 $65.00 $0.00 SERVICE 10 CONNECT TO EXISTING SANITARY SEWER EA 0 $1,600.00 $0.00 STRUCTURE 1 1 REPAIR DOGHOUSE/INVERT EA 1 $450.00 $450.00 12 4' DIAMETER SANITARY SEWER MH BARK SE, LF 0 $475.00 $0.00 13 IMPROVED PIPE FOUNDATION LF 0 $26.00 $0.00 14 TELEVISE SANITARY SEWER LF 0 $35.00 $0.00 Subtotal $13,075.00 Contingencies (10%) $1,307.50 Indirect (20%) $2,615.00 Total Cost $16,997.50 C. STORM SEWER No. Item Units Qty Unit Price Total Price 1 MOBILIZATION LS 1 $3,000.00 $3,000.00 2 TRAFFIC CONTROL LS 1 $750.00 $750.00 3 REMOVE MH OR CATCH BASIN EA 5 $250.00 $1,250.00 4 REMOVE EXISTING STORM PIPE LF 156 $5.00 $780.00 5 12" RCP STORM SEWER FT 470 $30.00 $14,100.00 6 15" RCP STORM SEWER FT 29 $33.00 $957.00 7 18" RCP STORM SEWER FT 0 $35.00 $0.00 8 21" RCP STORM SEWER FT 79 $38.00 $3,002.00 9 24" RCP STORM SEWER FT 23 $40.00 $920.00 10 30" RCP STORM SEWER FT 0 $55.00 $0.00 11 36" RCP STORM SEWER FT 60 $60.00 $3,600.00 12 51"SPAN RCP ARCH STORM SEWER FT 0 $100.00 $0.00 13 4' DIA STORM SEWER CBMH OR MH EA 3 $2,000.00 $6,000.00 14 4' DIA STORM SEWER CBMH OR MH WITH 5' EA 1 $6,700.00 $6,700.00 15 5DIAMETER STORM SEWER MH OR CBMH EA 1 $3,000.00 $3,000.00 16 6' DIA STORM SEWER MH EA 0 $4,000.00 $0.00 17 6' DIA STORM SEWER MH WITH SUMP EA 0 $1 1,000.00 $0.00 18 7' DIA STORM SEWER MH EA 1 $5,200.00 $5,200.00 19 2'x3' DIAMETER STORM CBMH EA 4 $1,600.00 $6,400.00 20 FILTRATION TRENCH LS 0.125 $150,000.00 $18,750.00 21 CONNECT TO EXISTING STORM SEWER EA 2 $750.00 $1,500.00 22 CONNECT TO EXISTING STORM SEWER PIPE EA 2 $750.00 $1,500.00 23 CONNECT TO EXISTING STRUCTURE EA 4 $300.00 $1,200.00 Subtotal $78,609.00 Contingencies (10%) $7,860.90 Indirect (20%) $15,721.80 Total Cost $102,191.70 Construction Cost Continaencies (10%) Total Utilities A. WATER MAIN Appendix A-15 Preliminary Cost Estimate 2017 Northwood North Area Utility Improvements Flag Ave N Reconstruct September 2016 Water Sanitary Storm Total $138,364.50 $10,025.00 $61,048.00 $209,437.50 $13,836.45 $1,002.50 $6,104.80 $20,943.75 179,873.85 $13,032.50 $79,362.40 $272,268.75 No. Item Units Qty Unit Price Total Price 1 MOBILIZATION LS 1 $5,000.00 $5,000.00 2 TRAFFIC CONTROL LS 1 $1,250.00 $1,250.00 3 REMOVE CIP WATER MAIN LF 1,320 $2.00 $2,640.00 4 REMOVE WATER SERVICE EA 30 $42.00 $1,260.00 5 REMOVE HYDRANT EA 3 $250.00 $750.00 6 REMOVE VALVE AND BOX EA 3 $250.00 $750.00 7 TEMPORARY WATER SERVICE EA 0.125 $25,000.00 $3,125.00 8 CONNECT TO EXISTING WM EA 2 $900.00 $1,800.00 9 6'' PVC WATER MAIN LF 1,350 $31.00 $41,850.00 10 6'' GATE VALVE AND BOX EA 4 $1,900.00 $7,600.00 11 8" GATE VALVE AND BOX EA 0 $2,300.00 $0.00 12 INSTALL HYDRANT EA 3 $6,500.00 $19,500.00 13 EXTEND HYDRANT BARREL LF 1 $850.00 $850.00 14 DUCTILE IRON FITTINGS LB 464 $3.00 $1,392.00 15 INSULATION - 4" THICK SY 20 $38.00 $760.00 16 IMPROVED PIPE FOUNDATION LF 338 $5.00 $1,687.50 17 1" CORPORATION STOP EA 30 $200.00 $6,000.00 18 1" CURB STOP AND BOX EA 30 $275.00 $8,250.00 19 1"TYPE "K" COPPER PIPE LF 1,000 $30.00 $30,000.00 20 CONNECT WATER SERVICE EA 30 $130.00 $3,900.00 Subtotal $138,364.50 Continqencies (10%) $13,836.45 Indirect (20%) $27,672.90 Total Cost $179,873.85 Appendix A- 15 (continued) 1 MOBILIZATION 2 TRAFFIC CONTROL 3 REMOVE AND REPLACE SANITARY SEWER FRAME AND RINGS 4 REMOVE EXISTING SANITARY SEWER PIPE 5 INSTALL 10" PVC SANITARY SEWER PIPE- SDR 35 6 4" PVC SCHEDULE 40 SANITARY SEWER SERVICE PIPE 7 CONNECT TO EXISTING SANITARY SEWER PIPE 8 CONNECT TO EXISTING SANITARY SEWER SERVICE 9 CONNECT TO EXISTING SANITARY SEWER STRUCTURE 10 REPAIR DOGHOUSE/INVERT 4' DIAMETER SANITARY SEWER MH BARK SECTION WITH 11 STEP 12 IMPROVED PIPE FOUNDATION 13 TELEVISE SANITARY SEWER C. STORM SEWER LS 1 $500.00 $500.00 LS 1 $125.00 $125.00 EA 4 $2,000.00 $8,000.00 LF 0 $25.00 $0.00 LF 0 $105.00 $0.00 LF 0 $10.00 $0.00 EA 0 $950.00 $0.00 EA 0 $65.00 $0.00 EA 0 $1,600.00 $0.00 EA 1 $450.00 $450.00 LF 2 $475.00 $950.00 LF 0 $26.00 $0.00 LF 0 $35.00 $0.00 Subtotal $10,025.00 Contingencies (10%) $1,002.50 Indirect (20%) $2,005.00 Total Cost $13,032.50 I No. Item Units Qty Unit Price Total Price I 1 MOBILIZATION LS 1 $2,000.00 $2,000.00 2 TRAFFIC CONTROL LS 1 $500.00 $500.00 3 REMOVE MH OR CATCH BASIN EA 2 $250.00 $500.00 4 REMOVE EXISTING STORM PIPE LF 157 $5.00 $785.00 5 12" RCP STORM SEWER FT 365 $30.00 $10,950.00 6 15" RCP STORM SEWER FT 291 $33.00 $9,603.00 7 18" RCP STORM SEWER FT 126 $35.00 $4,410.00 8 21" RCP STORM SEWER FT 0 $38.00 $0.00 9 30" RCP STORM SEWER FT 0 $40.00 $0.00 10 36" RCP STORM SEWER FT 0 $55.00 $0.00 12 51" SPAN RCP ARCH STORM SEWER FT 0 $60.00 $0.00 13 4' DIA STORM SEWER CBMH OR MH EA 5 $2,000.00 $10,000.00 14 4' DIA STORM SEWER CBMH OR MH WITH 5' SUMP EA 0 $6,700.00 $0.00 15 5DIAMETER STORM SEWER MH OR CBMH EA 0 $3,000.00 $0.00 16 6' DIA STORM SEWER MH EA 0 $4,000.00 $0.00 17 6' DIA STORM SEWER MH WITH SUMP EA 0 $11,000.00 $0.00 18 7' DIA STORM SEWER MH EA 0 $5,200.00 $0.00 19 2'x3' DIAMETER STORM CBMH EA 1 $1,600.00 $1,600.00 20 FILTRATION TRENCH LS 0.125 $150,000.00 $18,750.00 21 CONNECT TO EXISTING STORM SEWER STRUCTURE EA 0 $750.00 $0.00 22 CONNECT TO EXISTING STORM SEWER PIPE EA 1 $750.00 $750.00 23 CONNECT TO EXISTING STRUCTURE (DRAINTILEI EA 4 $300.00 $1,200.00 Subtotal $61,048.00 Contingencies (10%) $6,104.80 Indirect (20%) $12,209.60 Total Cost $79,362.40 Appendix A-16 Preliminary Cost Estimate 2017 Northwood North Area Utility Improvements Ensign Ave N Reconstruct September 2016 Construction Cost Contingencies (10%) Total Utilities A. WATER MAIN $138,859.00 $9,575.00 $86,413.00 $234,847.00 $13,885.90 $957.50 $8,641.30 $23,484.70 180,516.70 $12,447.50 $112,336.90 $305,301.10 INo. Item Units Qty Unit Price Total Price I 1 MOBILIZATION LS 1 $5,000.00 $5,000.00 2 TRAFFIC CONTROL LS 1 $1,250.00 $1,250.00 3 REMOVE CIP WATER MAIN LF 1,330 $2.00 $2,660.00 4 REMOVE WATER SERVICE EA 30 $42.00 $1,260.00 5 REMOVE HYDRANT EA 3 $250.00 $750.00 6 REMOVE VALVE AND BOX EA 3 $250.00 $750.00 7 TEMPORARY WATER SERVICE EA 0.125 $25,000.00 $3,125.00 8 CONNECT TO EXISTING WM EA 2 $900.00 $1,800.00 9 6" PVC WATER MAIN LF 1,360 $31.00 $42,160.00 10 6" GATE VALVE AND BOX EA 4 $1,900.00 $7,600.00 11 8" GATE VALVE AND BOX EA 0 $2,300.00 $0.00 12 INSTALL HYDRANT EA 3 $6,500.00 $19,500.00 13 EXTEND HYDRANT BARREL LF 1 $850.00 $850.00 14 DUCTILE IRON FITTINGS LB 528 $3.00 $1,584.00 15 INSULATION - 4" THICK SY 20 $38.00 $760.00 16 IMPROVED PIPE FOUNDATION LF 332 $5.00 $1,660.00 17 1" CORPORATION STOP EA 30 $200.00 $6,000.00 18 1" CURB STOP AND BOX EA 30 $275.00 $8,250.00 19 1"TYPE "K" COPPER PIPE LF 1,000 $30.00 $30,000.00 20 CONNECT WATER SERVICE EA 30 $130.00 $3,900.00 Subtotal $138,859.00 Contingencies (10%) $13,885.90 Indirect (20%) $27,771.80 Total Cost $180,516.70 Appendix A-16 (continued) B. SANITARY SEWER INo. Item Units Qty Unit Price Total Price I 1 MOBILIZATION LS 1 $500.00 $500.00 2 TRAFFIC CONTROL LS 1 $125.00 $125.00 3 REMOVE AND REPLACE SANITARY SEWER EA 4 $2,000.00 $8,000.00 FRAME AND RINGS 4 REMOVE EXISTING SANITARY SEWER PIPE LF 0 $25.00 $0.00 5 INSTALL 10" PVC SANITARY SEWER PIPE- LF 0 $105.00 $0.00 SDR 35 6 4" PVC SCHEDULE 40 SANITARY SEWER LF 0 $10.00 $0.00 8 CONNECT TO EXISTING SANITARY SEWER EA 0 $950.00 $0.00 PIPE 9 CONNECT TO EXISTING SANITARY SEWER EA 0 $65.00 $0.00 SERVICE 10 CONNECT TO EXISTING SANITARY SEWER EA $1,600.00 $0.00 STRUCTURE 11 REPAIR DOGHOUSE/INVERT EA 0 $450.00 $0.00 12 4' DIAMETER SANITARY SEWER MH BARRL LF 2 $475.00 $950.00 SECTION WITH STEP 13 IMPROVED PIPE FOUNDATION LF 0 $26.00 $0.00 14 TELEVISE SANITARY SEWER LF 0 $35.00 $0.00 Subtotal $9,575.00 Contingencies (10%) $957.50 Indirect (20%) $1,915.00 Total Cost $12,447.50 C. STORM SEWER INo. Item Units Qty Unit Price Total Price I 1 MOBILIZATION LS 1 $3,000.00 $3,000.00 2 TRAFFIC CONTROL LS 1 $750.00 $750.00 3 REMOVE MH OR CATCH BASIN EA 5 $250.00 $1,250.00 4 REMOVE EXISTING STORM PIPE LF 117 $5.00 $585.00 5 12" RCP STORM SEWER FT 486 $30.00 $14,580.00 6 15" RCP STORM SEWER FT 656 $33.00 $21,648.00 7 18" RCP STORM SEWER FT 0 $35.00 $0.00 8 21" RCP STORM SEWER FT 0 $38.00 $0.00 9 30" RCP STORM SEWER FT 0 $55.00 $0.00 10 36" RCP STORM SEWER FT 0 $60.00 $0.00 12 51"SPAN RCP ARCH STORM SEWER FT 0 $100.00 $0.00 13 4' DIA STORM SEWER CBMH OR MH EA 7 $2,000.00 $14,000.00 14 4' DIA STORM SEWER CBMH OR MH WITH EA 1 $6,700.00 $6,700.00 15 5DIAMETER STORM SEWER MH OR CBMH EA 0 $3,000.00 $0.00 16 6' DIA STORM SEWER MH EA 0 $4,000.00 $0.00 17 6' DIA STORM SEWER MH WITH SUMP EA 0 $11,000.00 $0.00 18 7' DIA STORM SEWER MH EA 0 $5,200.00 $0.00 19 2'x3' DIAMETER STORM CBMH EA 2 $1,600.00 $3,200.00 20 FILTRATION TRENCH LS 0.125 $150,000.00 $18,750.00 21 CONNECT TO EXISTING STORM SEWER EA 0 $750.00 $0.00 STRl1CTHRF 22 CONNECT TO EXISTING STORM SEWER EA 1 $750.00 $750.00 PIPE 23 CONNECT TO EXISTING STRUCTURE EA 4 $300.00 $1,200.00 Subtotal $86,413.00 Contingencies (10%) $8,641.30 Indirect (20%) $17,282.60 Total Cost $112,336.90 Appendix A-17 Preliminary Cost Estimate 2017 Northwood North Area Utility Improvements Decatur Ave N Reconstruct September 2016 DECATUR AVENUE N. RECONSTRUCTION Water Sanitary Storm Total Construction Cost $80,680.00 $4,625.00 $45,500.00 $130,805.00 Continaencies H0%) $8,068.00 $462.50 $4,550.00 $13,080.50 Indirect 2 16,136.00 $925.00 $9,100.00 $26,161.00 Total Utilities $104,884.00 $6,012.50 $59,150.00 $170,046.50 A. WATER MAIN No. Item Units Qty Unit Price Total Price I 1 MOBILIZATION LS 1 $3,000.00 $3,000.00 2 TRAFFIC CONTROL LS 1 $750.00 $750.00 3 REMOVE CIP WATER MAIN LF 710 $2.00 $1,420.00 4 REMOVE WATER SERVICE EA 15 $42.00 $630.00 5 REMOVE HYDRANT EA 2 $250.00 $500.00 6 REMOVE VALVE AND BOX EA 2 $250.00 $500.00 7 TEMPORARY WATER SERVICE EA 0.125 $25,000.00 $3,125.00 8 CONNECT TO EXISTING WM EA 4 $900.00 $3,600.00 9 6" PVC WATER MAIN LF 720 $31.00 $22,320.00 10 6" GATE VALVE AND BOX EA 1 $1,900.00 $1,900.00 11 8" GATE VALVE AND BOX EA 1 $2,300.00 $2,300.00 12 INSTALL HYDRANT EA 2 $6,500.00 $13,000.00 13 EXTEND HYDRANT BARREL LF 1 $850.00 $850.00 14 DUCTILE IRON FITTINGS LB 350 $3.00 $1,050.00 15 INSULATION - 4" THICK SY 20 $38.00 $760.00 16 IMPROVED PIPE FOUNDATION LF 180 $5.00 $900.00 17 1" CORPORATION STOP EA 15 $200.00 $3,000.00 18 1" CURB STOP AND BOX EA 15 $275.00 $4,125.00 19 1" TYPE "K" COPPER PIPE LF 500 $30.00 $15,000.00 20 CONNECT WATER SERVICE EA 15 $130.00 $1,950.00 Subtotal $80,680.00 Contingencies (10%) $8,068.00 Indirect (20%) $16,136.00 Total Cost $104,884.00 Appendix A-17 (continued) B. SANITARY SEWER No. Item Units Qty Unit Price Total Price I 1 MOBILIZATION LS 1 $500.00 $500.00 2 TRAFFIC CONTROL LS 1 $125.00 $125.00 3 REMOVE AND REPLACE SANITARY SEWER EA 2 $2,000.00 $4,000.00 FRAME AND RINGS 4 REMOVE EXISTING SANITARY SEWER PIPE LF 0 $25.00 $0.00 5 INSTALL 10" PVC SANITARY SEWER PIPE- LF 0 $105.00 $0.00 SDR 35 6 4" PVC SCHEDULE 40 SANITARY SEWER LF 0 $10.00 $0.00 8 CONNECT TO EXISTING SANITARY SEWER EA 0 $950.00 $0.00 PIPE 9 CONNECT TO EXISTING SANITARY SEWER EA 0 $65.00 $0.00 SERVICE 10 CONNECT TO EXISTING SANITARY SEWER EA 0 $1,600.00 $0.00 STRUCTURE 11 REPAIR DOGHOUSE/INVERT EA 0 $450.00 $0.00 12 4' DIAMETER SANITARY SEWER MH BARK SE, LF 0 $475.00 $0.00 13 IMPROVED PIPE FOUNDATION LF 0 $26.00 $0.00 14 TELEVISE SANITARY SEWER LF 0 $35.00 $0.00 Subtotal $4,625.00 Contingencies (10%) $462.50 Indirect (20%) $925.00 Total Cost $6,012.50 EWER 1 MOBILIZATION LS 1 $2,000.00 $2,000.00 2 TRAFFIC CONTROL LS 1 $500.00 $500.00 3 REMOVE MH OR CATCH BASIN EA 2 $250.00 $500.00 4 REMOVE EXISTING STORM PIPE LF 30 $5.00 $150.00 5 12" RCP STORM SEWER FT 330 $30.00 $9,900.00 6 15" RCP STORM SEWER FT 0 $33.00 $0.00 7 18" RCP STORM SEWER FT 0 $35.00 $0.00 8 21" RCP STORM SEWER FT 0 $38.00 $0.00 9 30" RCP STORM SEWER FT 0 $55.00 $0.00 10 36" RCP STORM SEWER FT 0 60 $0.00 12 51"SPAN RCP ARCH STORM SEWER FT 0 100 $0.00 13 4' DIA STORM SEWER CBMH OR MH EA 5 $2,000.00 $10,000.00 14 4' DIA STORM SEWER CBMH OR MH WITH 5' EA 0 $6,700.00 $0.00 15 5DIAMETER STORM SEWER MH OR CBMH EA 0 $3,000.00 $0.00 16 6' DIA STORM SEWER MH EA 0 $4,000.00 $0.00 17 6' DIA STORM SEWER MH WITH SUMP EA 0 $1 1,000.00 $0.00 18 7' DIA STORM SEWER MH EA 0 $5,200.00 $0.00 19 2'x3' DIAMETER STORM CBMH EA 1 $1,600.00 $1,600.00 20 FILTRATION TRENCH LS 0.125 $150,000.00 $18,750.00 21 CONNECT TO EXISTING STORM SEWER EA 0 $750.00 $0.00 22 CONNECT TO EXISTING STORM SEWER PIPE EA 2 $750.00 $1,500.00 23 CONNECT TO EXISTING STRUCTURE EA 2 $300.00 $600.00 Subtotal $45,500.00 Contingencies (10%) $4,550.00 Indirect (20%) $9,100.00 Total Cost $59,150.00 Appendix A-18 Preliminary Cost Estimate 2017 Northwood North Area Utility Improvements Cavell Ave N Reconstruct September 2016 CAVELL AVENUE N. RECONSTRUCTION Water Sanitary Storm Total Construction Cost $81,813.00 $6,025.00 $43,450.00 $131,288.00 Continaencies H 0%) $8,181.30 $602.50 $4,345.00 $13,128.80 Indirect 2 16,362.60 $1,205.00 $8,690.00 $26,257.60 Total Utilities $106,356.90 $7,832.50 $56,485.00 $170,674.40 A. WATER MAIN No. Item Units Qty Unit Price Total Price I 1 MOBILIZATION LS 1 $3,000.00 $3,000.00 2 TRAFFIC CONTROL LS 1 $750.00 $750.00 3 REMOVE CIP WATER MAIN LF 700 $2.00 $1,400.00 4 REMOVE WATER SERVICE EA 15 $42.00 $630.00 5 REMOVE HYDRANT EA 2 $250.00 $500.00 6 REMOVE VALVE AND BOX EA 2 $250.00 $500.00 7 TEMPORARY WATER SERVICE EA 0.125 $25,000.00 $3,125.00 8 CONNECT TO EXISTING WM EA 4 $900.00 $3,600.00 9 6" PVC WATER MAIN LF 700 $31.00 $21,700.00 10 6" GATE VALVE AND BOX EA 2 $1,900.00 $3,800.00 11 8" GATE VALVE AND BOX EA 1 $2,300.00 $2,300.00 12 INSTALL HYDRANT EA 2 $6,500.00 $13,000.00 13 EXTEND HYDRANT BARREL LF 1 $850.00 $850.00 14 DUCTILE IRON FITTINGS LB 316 $3.00 $948.00 15 INSULATION - 4" THICK SY 20 $38.00 $760.00 16 IMPROVED PIPE FOUNDATION LF 175 $5.00 $875.00 17 1" CORPORATION STOP EA 15 $200.00 $3,000.00 18 1" CURB STOP AND BOX EA 15 $275.00 $4,125.00 19 1" TYPE "K" COPPER PIPE LF 500 $30.00 $15,000.00 20 CONNECT WATER SERVICE EA 15 $130.00 $1,950.00 Subtotal $81,813.00 Contingencies (10%) $8,181.30 Indirect (20%) $16,362.60 Total Cost $106,356.90 Appendix A- 18 (continued) 1 MOBILIZATION LS 1 $500.00 $500.00 2 TRAFFIC CONTROL LS 1 $125.00 $125.00 3 REMOVE AND REPLACE SANITARY SEWER EA 2 $2,000.00 $4,000.00 FRAME AND RINGS 4 REMOVE EXISTING SANITARY SEWER PIPE LF 0 $25.00 $0.00 5 INSTALL 10" PVC SANITARY SEWER PIPE- LF 0 $105.00 $0.00 6 4" PVC SCHEDULE 40 SANITARY SEWER LF 0 $10.00 $0.00 8 CONNECT TO EXISTING SANITARY SEWER EA 0 $950.00 $0.00 PIPE 9 CONNECT TO EXISTING SANITARY SEWER EA 0 $65.00 $0.00 SERVICE 10 CONNECT TO EXISTING SANITARY SEWER EA 0 $1,600.00 $0.00 STRUCTURE 1 1 REPAIR DOGHOUSE/INVERT EA 1 $450.00 $450.00 12 4' DIAMETER SANITARY SEWER MH BARK SE, LF 2 $475.00 $950.00 13 IMPROVED PIPE FOUNDATION LF 0 $26.00 $0.00 14 TELEVISE SANITARY SEWER LF 0 $35.00 $0.00 Subtotal $6,025.00 Contingencies (10%) $602.50 Indirect (20%) $1,205.00 Total Cost $7,832.50 EWER 1 MOBILIZATION LS 1 $2,000.00 $2,000.00 2 TRAFFIC CONTROL LS 1 $500.00 $500.00 3 REMOVE MH OR CATCH BASIN EA 6 $250.00 $1,500.00 4 REMOVE EXISTING STORM PIPE LF 250 $5.00 $1,250.00 5 12" RCP STORM SEWER FT 100 $30.00 $3,000.00 6 15" RCP STORM SEWER FT 100 $33.00 $3,300.00 7 18" RCP STORM SEWER FT 0 $35.00 $0.00 8 21" RCP STORM SEWER FT 0 $38.00 $0.00 9 30" RCP STORM SEWER FT 0 $55.00 $0.00 10 36" RCP STORM SEWER FT 0 $60.00 $0.00 12 51"SPAN RCP ARCH STORM SEWER FT 0 $100.00 $0.00 13 4' DIA STORM SEWER CBMH OR MH EA 4 $2,000.00 $8,000.00 14 4' DIA STORM SEWER CBMH OR MH WITH 5' EA 0 $6,700.00 $0.00 15 5DIAMETER STORM SEWER MH OR CBMH EA 0 $3,000.00 $0.00 16 6' DIA STORM SEWER MH EA 0 $4,000.00 $0.00 17 6' DIA STORM SEWER MH WITH SUMP EA 0 $1 1,000.00 $0.00 18 7' DIA STORM SEWER MH EA 0 $5,200.00 $0.00 19 2'x3' DIAMETER STORM CBMH EA 2 $1,600.00 $3,200.00 20 FILTRATION TRENCH LS 0.125 $150,000.00 $18,750.00 21 CONNECT TO EXISTING STORM SEWER EA 0 $750.00 $0.00 22 CONNECT TO EXISTING STORM SEWER PIPE EA 1 $750.00 $750.00 23 CONNECT TO EXISTING STRUCTURE EA 4 $300.00 $1,200.00 Subtotal $43,450.00 Contingencies (10%) $4,345.00 Indirect (20%) $8,690.00 Total Cost $56,485.00 Appendix A-19 Preliminary Cost Estimate 2017 Northwood North Area Utility Improvements 41 st Ave N Reconstruct September 2016 41ST AVENUE N. RECONSTRUCTION Water Sanitary Storm Total Construction Cost $64,453.00 $52,635.00 $58,690.00 $175,778.00 Continaencies H0%1 $6,445.30 $5,263.50 $5,869.00 $17,577.80 Indirect 2 12,890.60 $10,527.00 $11,738.00 $35,155.60 Total Utilities $83,788.90 $68,425.50 $76,297.00 $228,511.40 A. WATER MAIN No. Item Units Qty Unit Price Total Price I 1 MOBILIZATION LS 1 $2,000.00 $2,000.00 2 TRAFFIC CONTROL LS 1 $500.00 $500.00 3 REMOVE CIP WATER MAIN LF 610 $2.00 $1,220.00 4 REMOVE WATER SERVICE EA 9 $42.00 $378.00 5 REMOVE HYDRANT EA 1 $250.00 $250.00 6 REMOVE VALVE AND BOX EA 2 $250.00 $500.00 7 TEMPORARY WATER SERVICE EA 0.125 $25,000.00 $3,125.00 8 CONNECT TO EXISTING WM EA 1 $900.00 $900.00 9 6" PVC WATER MAIN LF 620 $31.00 $19,220.00 10 6" GATE VALVE AND BOX EA 2 $1,900.00 $3,800.00 11 8" GATE VALVE AND BOX EA 1 $2,300.00 $2,300.00 12 INSTALL HYDRANT EA 1 $6,500.00 $6,500.00 13 EXTEND HYDRANT BARREL LF 1 $850.00 $850.00 14 DUCTILE IRON FITTINGS LB 310 $3.00 $930.00 15 INSULATION - 4" THICK SY 20 $38.00 $760.00 16 IMPROVED PIPE FOUNDATION LF 155 $5.00 $775.00 17 1" CORPORATION STOP EA 9 $200.00 $1,800.00 18 1" CURB STOP AND BOX EA 9 $275.00 $2,475.00 19 1" TYPE "K" COPPER PIPE LF 500 $30.00 $15,000.00 20 CONNECT WATER SERVICE EA 9 $130.00 $1,170.00 Subtotal $64,453.00 Contingencies (10%) $6,445.30 Indirect (20%) $12,890.60 Total Cost $83,788.90 Appendix A-19 (continued) 1 MOBILIZATION 2 TRAFFIC CONTROL 3 REMOVE AND REPLACE SANITARY SEWER FRAME AND RINGS 4 REMOVE EXISTING SANITARY SEWER PIPE 5 INSTALL 10" PVC SANITARY SEWER PIPE- SDR 35 6 4" PVC SCHEDULE 40 SANITARY SEWER 8 CONNECT TO EXISTING SANITARY SEWER 9 CONNECT TO EXISTING SANITARY SEWER SERVICE CONNECT TO EXISTING SANITARY SEWER 10 STRUCTURE 1 1 REPAIR DOGHOUSE/INVERT 4' DIAMETER SANITARY SEWER MH BARK12 SECTION WITH STEP 13 IMPROVED PIPE FOUNDATION 14 TELEVISE SANITARY SEWER C. STORM SEWER LS 1 $2,000.00 $2,000.00 LS 1 $1,000.00 $1,000.00 EA 3 $2,000.00 $6,000.00 LF 200 $25.00 $5,000.00 LF 200 $105.00 $21,000.00 LF 60 $10.00 $600.00 EA 2 $950.00 $1,900.00 EA 4 $65.00 $260.00 EA 3 $1,600.00 $4,800.00 EA 0 $450.00 $0.00 LF 1 $475.00 $475.00 LF 100 $26.00 $2,600.00 LF 200 $35.00 $7,000.00 Subtotal $52,635.00 Contingencies (10%) $5,263.50 Indirect (20%) $10,527.00 Total Cost $68,425.50 No. Item Units Qty Unit Price Total Price I 1 MOBILIZATION LS 1 $2,000.00 $2,000.00 2 TRAFFIC CONTROL LS 1 $500.00 $500.00 3 REMOVE MH OR CATCH BASIN EA 8 $250.00 $2,000.00 4 REMOVE EXISTING STORM PIPE LF 550 $5.00 $2,750.00 5 12" RCP STORM SEWER FT 240 $30.00 $7,200.00 6 15" RCP STORM SEWER FT 280 $33.00 $9,240.00 7 18" RCP STORM SEWER FT 0 $35.00 $0.00 8 21" RCP STORM SEWER FT 0 $38.00 $0.00 9 30" RCP STORM SEWER FT 0 $40.00 $0.00 10 36" RCP STORM SEWER FT 0 $55.00 $0.00 12 51"SPAN RCP ARCH STORM SEWER FT 0 $60.00 $0.00 13 4' DIA STORM SEWER CBMH OR MH EA 4 2000 $8,000.00 14 4' DIA STORM SEWER CBMH OR MH WITH 5' EA 0 6700 $0.00 15 5DIAMETER STORM SEWER MH OR CBMH EA 0 3000 $0.00 16 6DIA STORM SEWER MH EA 0 4000 $0.00 17 6' DIA STORM SEWER MH WITH SUMP EA 0 11000 $0.00 18 7' DIA STORM SEWER MH EA 0 5200 $0.00 19 2'x3' DIAMETER STORM CBMH EA 3 $1,600.00 $4,800.00 20 FILTRATION TRENCH LS 0.125 $150,000.00 $18,750.00 21 CONNECT TO EXISTING STORM SEWER EA 0 $750.00 $0.00 22 CONNECT TO EXISTING STORM SEWER PIPE EA 3 $750.00 $2,250.00 23 CONNECT TO EXISTING STRUCTURE EA 4 $300.00 $1,200.00 Subtotal $58,690.00 Contingencies (10%) $5,869.00 Indirect (20%) $11,738.00 Total Cost $76,297.00 Appendix A-20 Preliminary Cost Estimate 2017 Northwood North Area Utility Improvements 40th Ave N Reconstruct September 2016 40TH AVENUE N. RECONSTRUCTION Water Sanitary Storm Total Construction Cost $87,686.00 $8,050.00 $31,800.00 $127,536.00 Continaencies H0%) $8,768.60 $805.00 $3,180.00 $12,753.60 Indirect 2 17,537.20 $1,610.00 $6,360.00 $25,507.20 Total Utilities $113,991.80 $10,465.00 $41,340.00 $165,796.80 A. WATER MAIN No. Item Units Qty Unit Price Total Price I 1 MOBILIZATION LS 1 $3,000.00 $3,000.00 2 TRAFFIC CONTROL LS 1 $750.00 $750.00 3 REMOVE CIP WATER MAIN LF 815 $2.00 $1,630.00 4 REMOVE WATER SERVICE EA 17 $42.00 $714.00 5 REMOVE HYDRANT EA 2 $250.00 $500.00 6 REMOVE VALVE AND BOX EA 2 $250.00 $500.00 7 TEMPORARY WATER SERVICE EA 0.125 $25,000.00 $3,125.00 8 CONNECT TO EXISTING WM EA 2 $900.00 $1,800.00 9 6" PVC WATER MAIN LF 790 $31.00 $24,490.00 10 6" GATE VALVE AND BOX EA 2 $1,900.00 $3,800.00 11 8" GATE VALVE AND BOX EA 2 $2,300.00 $4,600.00 12 INSTALL HYDRANT EA 2 $6,500.00 $13,000.00 13 EXTEND HYDRANT BARREL LF 1 $850.00 $850.00 14 DUCTILE IRON FITTINGS LB 594 $3.00 $1,782.00 15 INSULATION - 4" THICK SY 20 $38.00 $760.00 16 IMPROVED PIPE FOUNDATION LF 160 $5.00 $800.00 17 1" CORPORATION STOP EA 17 $200.00 $3,400.00 18 1" CURB STOP AND BOX EA 17 $275.00 $4,675.00 19 1" TYPE "K" COPPER PIPE LF 510 $30.00 $15,300.00 20 CONNECT WATER SERVICE EA 17 $130.00 $2,210.00 Subtotal $87,686.00 Contingencies (10%) $8,768.60 Indirect (20%) $17,537.20 Total Cost $113,991.80 Appendix A-20 (continued) B. SANITARY SEWER No. Item Units Qty Unit Price Total Price I 1 MOBILIZATION LS 1 $500.00 $500.00 2 TRAFFIC CONTROL LS 1 $125.00 $125.00 3 REMOVE AND REPLACE SANITARY SEWER EA 3 $2,000.00 $6,000.00 FRAME AND RINGS 4 REMOVE EXISTING SANITARY SEWER PIPE LF 0 $25.00 $0.00 5 INSTALL 10" PVC SANITARY SEWER PIPE- LF 0 $105.00 $0.00 6 4" PVC SCHEDULE 40 SANITARY SEWER LF 0 $10.00 $0.00 8 CONNECT TO EXISTING SANITARY SEWER EA 0 $950.00 $0.00 PIPE 9 CONNECT TO EXISTING SANITARY SEWER EA 0 $65.00 $0.00 SERVICE 10 CONNECT TO EXISTING SANITARY SEWER EA 0 $1,600.00 $0.00 STRUCTURE 1 1 REPAIR DOGHOUSE/INVERT EA 0 $450.00 $0.00 12 4' DIAMETER SANITARY SEWER MH BARREL LF 3 $475.00 $1,425.00 SECTION WITH STEP 13 IMPROVED PIPE FOUNDATION LF 0 $26.00 $0.00 14 TELEVISE SANITARY SEWER LF 0 $35.00 $0.00 Subtotal $8,050.00 Contingencies (10%) $805.00 Indirect (20%) $1,610.00 Total Cost $10,465.00 C. STORM SEWER No. Item Units Qty Unit Price Total Price I 1 MOBILIZATION LS 1 $1,000.00 $1,000.00 2 TRAFFIC CONTROL LS 1 $250.00 $250.00 3 REMOVE MH OR CATCH BASIN EA 2 $250.00 $500.00 4 REMOVE EXISTING STORM PIPE LF 30 $5.00 $150.00 5 12" RCP STORM SEWER FT 0 $30.00 $0.00 6 15" RCP STORM SEWER FT 0 $33.00 $0.00 7 18" RCP STORM SEWER FT 30 $35.00 $1,050.00 8 21" RCP STORM SEWER FT 0 $38.00 $0.00 9 30" RCP STORM SEWER FT 0 $40.00 $0.00 10 36" RCP STORM SEWER FT 0 $55.00 $0.00 12 51"SPAN RCP ARCH STORM SEWER FT 0 $60.00 $0.00 13 4' DIA STORM SEWER CBMH OR MH EA 2 $2,000.00 $4,000.00 14 4' DIA STORM SEWER CBMH OR MH WITH 5' EA 0 $6,700.00 $0.00 15 5DIAMETER STORM SEWER MH OR CBMH EA 0 $3,000.00 $0.00 16 6' DIA STORM SEWER MH EA 1 $4,000.00 $4,000.00 17 6' DIA STORM SEWER MH WITH SUMP EA 0 $1 1,000.00 $0.00 18 7DIA STORM SEWER MH EA 0 $5,200.00 $0.00 19 2'x3' DIAMETER STORM CBMH EA 0 $1,600.00 $0.00 20 FILTRATION TRENCH LS 0.125 $150,000.00 $18,750.00 21 CONNECT TO EXISTING STORM SEWER EA 0 $750.00 $0.00 22 CONNECT TO EXISTING STORM SEWER PIPE EA 2 $750.00 $1,500.00 23 CONNECT TO EXISTING STRUCTURE EA 2 $300.00 $600.00 Subtotal $31,800.00 Contingencies (10%) $3,180.00 Indirect (20%1 $6,360.00 Total Cost $41,340.00 Appendix A-21 Preliminary Cost Estimate 2017 Northwood North Area Utility Improvements Hopewood Lane Reconstruct September 2016 HOPEWOOD LA. RECONSTRUCTION Water Sanitary Storm Total Construction Cost $58,356.00 $4,625.00 $87,725.00 $150,706.00 Continaencies H0%) $5,835.60 $462.50 $8,772.50 $15,070.60 Indirect 2 1 1,671.20 $925.00 $17,545.00 $30,141.20 Total Utilities $75,862.80 $6,012.50 $114,042.50 $195,917.80 A. WATER MAIN No. Item Units Qty Unit Price Total Price I 1 MOBILIZATION LS 1 $2,000.00 $2,000.00 2 TRAFFIC CONTROL LS 1 $500.00 $500.00 3 REMOVE CIP WATER MAIN LF 570 $2.00 $1,140.00 4 REMOVE WATER SERVICE EA 10 $42.00 $420.00 5 REMOVE HYDRANT EA 1 $250.00 $250.00 6 REMOVE VALVE AND BOX EA 2 $250.00 $500.00 7 TEMPORARY WATER SERVICE EA 0.125 $25,000.00 $3,125.00 8 CONNECT TO EXISTING WM EA 2 $900.00 $1,800.00 9 6" PVC WATER MAIN LF 550 $31.00 $17,050.00 10 6" GATE VALVE AND BOX EA 2 $1,900.00 $3,800.00 11 8" GATE VALVE AND BOX EA 1 $2,300.00 $2,300.00 12 INSTALL HYDRANT EA 1 $6,500.00 $6,500.00 13 EXTEND HYDRANT BARREL LF 1 $850.00 $850.00 14 DUCTILE IRON FITTINGS LB 512 $3.00 $1,536.00 15 INSULATION - 4" THICK SY 20 $38.00 $760.00 16 IMPROVED PIPE FOUNDATION LF 155 $5.00 $775.00 17 1" CORPORATION STOP EA 10 $200.00 $2,000.00 18 1" CURB STOP AND BOX EA 10 $275.00 $2,750.00 19 1" TYPE "K" COPPER PIPE LF 300 $30.00 $9,000.00 20 CONNECT WATER SERVICE EA 10 $130.00 $1,300.00 Subtotal $58,356.00 Contingencies (10%) $5,835.60 Indirect (20%) $11,671.20 Total Cost $75,862.80 Appendix A-21 (continued) 1 MOBILIZATION 2 TRAFFIC CONTROL 3 REMOVE AND REPLACE SANITARY SEWER FRAME AND RINGS 4 REMOVE EXISTING SANITARY SEWER PIPE 5 INSTALL 10" PVC SANITARY SEWER PIPE- 6 4" PVC SCHEDULE 40 SANITARY SEWER 8 CONNECT TO EXISTING SANITARY SEWER 9 CONNECT TO EXISTING SANITARY SEWER 10 CONNECT TO EXISTING SANITARY SEWER 1 1 REPAIR DOGHOUSE/INVERT 12 4' DIAMETER SANITARY SEWER MH BARK SE, 13 IMPROVED PIPE FOUNDATION 14 TELEVISE SANITARY SEWER 1 2 3 4 5 6 7 8 9 10 12 13 14 15 16 17 18 19 20 21 22 23 STORM SEWER MOBILIZATION TRAFFIC CONTROL REMOVE MH OR CATCH BASIN REMOVE EXISTING STORM PIPE 12" RCP STORM SEWER 15" RCP STORM SEWER 18" RCP STORM SEWER 21" RCP STORM SEWER 30" RCP STORM SEWER 36" RCP STORM SEWER 51"SPAN RCP ARCH STORM SEWER 4' DIA STORM SEWER CBMH OR MH 4' DIA STORM SEWER CBMH OR MH WITH 5' 5DIAMETER STORM SEWER MH OR CBMH 6' DIA STORM SEWER MH 6' DIA STORM SEWER MH WITH SUMP 7DIA STORM SEWER MH 2'x3' DIAMETER STORM CBMH FILTRATION TRENCH CONNECT TO EXISTING STORM SEWER CONNECT TO EXISTING STORM SEWER PIPE CONNECT TO EXISTING STRUCTURE LS 1 $500.00 $500.00 LS 1 $125.00 $125.00 EA 2 $2,000.00 $4,000.00 LF 0 $25.00 $0.00 LF 0 $105.00 $0.00 LF 0 $10.00 $0.00 EA 0 $950.00 $0.00 EA 0 $65.00 $0.00 EA 0 $1, 600.00 $0.00 EA 0 $450.00 $0.00 LF 0 $475.00 $0.00 LF 0 $26.00 $0.00 LF 0 $35.00 $0.00 Subtotal $4,625.00 Contingencies (10%) $462.50 Indirect (20%) $925.00 Total Cost $6,012.50 LS 1 $3,000.00 $3,000.00 LS 1 $750.00 $750.00 EA 5 $250.00 $1,250.00 LF 646 $5.00 $3,230.00 FT 78 $30.00 $2,340.00 FT 0 $33.00 $0.00 FT 29 $35.00 $1,015.00 FT 0 $38.00 $0.00 FT 0 $40.00 $0.00 FT 539 $60.00 $32,340.00 FT 0 $100.00 $0.00 EA 2 $2,000.00 $4,000.00 EA 0 $6,700.00 $0.00 EA 0 $3,000.00 $0.00 EA 1 $4,000.00 $4,000.00 EA 0 $1 1,000.00 $0.00 EA 2 $5,200.00 $10,400.00 EA 2 $1,600.00 $3,200.00 LS 0.125 $150,000.00 $18, 750.00 EA 2 $750.00 $1, 500.00 EA 1 $750.00 $750.00 EA 4 $300.00 $1, 200.00 Subtotal $87,725.00 Contingencies (10%) $8,772.50 Indirect (20%) $17,545.00 Total Cost $114,042.50 Appendix A-22 Preliminary Cost Estimate 2017 Northwood North Area Utility Improvements Jordan Ave N Reconstruct September 2016 JORDAN AVENUE N. RECONSTRUCTION Water Sanitary Storm Total Construction Cost $28,627.00 $2,625.00 $21,925.00 $53,177.00 Continaencies H0%) $2,862.70 $262.50 $2,192.50 $5,317.70 Indirect 2 5,725.40 $525.00 $4,385.00 $10,635.40 Total Utilities $37,215.10 $3,412.50 $28,502.50 $69,130.10 A. WATER MAIN No. Item Units Qty Unit Price Total Price I 1 MOBILIZATION LS 1 $1,000.00 $1,000.00 2 TRAFFIC CONTROL LS 1 $250.00 $250.00 3 REMOVE CIP WATER MAIN LF 300 $2.00 $600.00 4 REMOVE WATER SERVICE EA 2 $42.00 $84.00 5 REMOVE HYDRANT EA 0 $250.00 $0.00 6 REMOVE VALVE AND BOX EA 1 $250.00 $250.00 7 TEMPORARY WATER SERVICE EA 0 $25,000.00 $0.00 8 CONNECT TO EXISTING WM EA 2 $900.00 $1,800.00 9 6" PVC WATER MAIN LF 0 $31.00 $0.00 10 8" PVC WATER MAIN LF 220 $33.00 $7,260.00 11 6" GATE VALVE AND BOX EA 0 $1,900.00 $0.00 12 8" GATE VALVE AND BOX EA 2 $2,300.00 $4,600.00 13 INSTALL HYDRANT EA 1 $6,500.00 $6,500.00 14 EXTEND HYDRANT BARREL LF 1 $850.00 $850.00 15 DUCTILE IRON FITTINGS LB 256 $3.00 $768.00 16 INSULATION - 4" THICK SY 20 $38.00 $760.00 17 IMPROVED PIPE FOUNDATION LF 155 $5.00 $775.00 18 1" CORPORATION STOP EA 2 $200.00 $400.00 19 1" CURB STOP AND BOX EA 2 $275.00 $550.00 20 1" TYPE "K" COPPER PIPE LF 64 $30.00 $1,920.00 21 CONNECT WATER SERVICE EA 2 $130.00 $260.00 Subtotal $28,627.00 Continqencies (10%) $2,862.70 Indirect (20%) $5,725.40 Total Cost $37,215.10 Appendix A-22 (continued) 1 MOBILIZATION 2 TRAFFIC CONTROL 3 REMOVE AND REPLACE SANITARY SEWER FRAME AND RINGS 4 REMOVE EXISTING SANITARY SEWER PIPE 5 INSTALL 10" PVC SANITARY SEWER PIPE- 6 4" PVC SCHEDULE 40 SANITARY SEWER 8 CONNECT TO EXISTING SANITARY SEWER 9 CONNECT TO EXISTING SANITARY SEWER 10 CONNECT TO EXISTING SANITARY SEWER 11 REPAIR DOGHOUSE/INVERT 12 4' DIAMETER SANITARY SEWER MH BARRL SE, 13 IMPROVED PIPE FOUNDATION 14 TELEVISE SANITARY SEWER C. STORM SEWER LS 1 $500.00 $500.00 LS 1 $125.00 $125.00 EA 1 $2,000.00 $2,000.00 LF 0 $25.00 $0.00 LF 0 $105.00 $0.00 LF 0 $10.00 $0.00 EA 0 $950.00 $0.00 EA 0 $65.00 $0.00 EA 0 $1, 600.00 $0.00 EA 0 $450.00 $0.00 LF 0 $475.00 $0.00 LF 0 $26.00 $0.00 LF 0 $35.00 $0.00 Subtotal $2,625.00 Contingencies (10%) $262.50 Indirect (20%) $525.00 Total Cost $3,412.50 No. Item Units Qty Unit Price Total Price I 1 MOBILIZATION LS 1 $1,000.00 $1,000.00 2 TRAFFIC CONTROL LS 1 $250.00 $250.00 3 REMOVE MH OR CATCH BASIN EA 5 $250.00 $1,250.00 4 REMOVE EXISTING STORM PIPE LF 295 $5.00 $1,475.00 5 12" RCP STORM SEWER FT 295 $30.00 $8,850.00 6 15" RCP STORM SEWER FT 0 $33.00 $0.00 7 18" RCP STORM SEWER FT 0 $35.00 $0.00 8 21" RCP STORM SEWER FT 0 $38.00 $0.00 9 30" RCP STORM SEWER FT 0 $40.00 $0.00 10 36" RCP STORM SEWER FT 0 $55.00 $0.00 12 51" SPAN RCP ARCH STORM SEWER FT 0 $60.00 $0.00 13 4' DIA STORM SEWER CBMH OR MH EA 2 $2,000.00 $4,000.00 14 4' DIA STORM SEWER CBMH OR MH WITH 5' EA 0 $6,700.00 $0.00 15 5' DIAMETER STORM SEWER MH OR CBMH EA 0 $3,000.00 $0.00 16 6' DIA STORM SEWER MH EA 0 $4,000.00 $0.00 17 6' DIA STORM SEWER MH WITH SUMP EA 0 $11,000.00 $0.00 18 7' DIA STORM SEWER MH EA 0 $5,200.00 $0.00 19 2'x3' DIAMETER STORM CBMH EA 3 $1,600.00 $4,800.00 20 FILTRATION TRENCH LS 0 $0.00 $0.00 21 CONNECT TO EXISTING STORM SEWER EA 0 $750.00 $0.00 22 CONNECT TO EXISTING STORM SEWER PIPE EA 1 $300.00 $300.00 23 CONNECT TO EXISTING STRUCTURE EA 0 $300.00 $0.00 Subtotal $21,925.00 Contingencies (10%) $2,192.50 Indirect (20%) $4,385.00 Total Cost $28,502.50 Appendix A-23 Preliminary Cost Estimate 2017 Northwood North Area Utility Improvements 41 st Ave & Jordan Ave N (Reclaim) September 2016 JORDAN AVE N & 41STAVE N RECLAIM Water Sanitary Storm Total Construction Cost $1,000.00 $12,450.00 $31,775.00 $45,225.00 Continaencies H0%) $100.00 $1,245.00 $3,177.50 $4,522.50 Indirect 2 200.00 $2,490.00 $6,355.00 $9,045.00 Total Utilities $1,300.00 $16,185.00 $41,307.50 $58,792.50 A. WATER MAIN I No. Item Units Qty Unit Price Total Price I 1 REMOVE AND REPLACE WATER GV BOX EA 2 $500.00 $1,000.00 SECTION Subtotal $1,000.00 Contingencies (10%) $100.00 Indirect (20%) $200.00 Total Cost $1,300.00 1 MOBILIZATION LS 1 $1,000.00 $1,000.00 2 TRAFFIC CONTROL LS 1 $500.00 $500.00 REMOVE AND REPLACE SANITARY SEWER 3 FRAME AND RINGS WITH CONCRETE RINGS EA 5 $2,000.00 $10,000.00 AND FRAME AND EXTERNAL SEAL 4 4' DIAMETER SANITARY SEWER MH BARREL LF 2 $475.00 $950.00 SECTION WITH STEP 5 REMOVE AND REPLACE SANITARY SEWER LF 0 $400.00 $0.00 PIPE (SPECIAL) 6 TELEVISE SANITARY SEWER LF 0 $35.00 $0.00 Subtotal $12,450.00 Contingencies (10%) $1,245.00 Indirect (20%) $2,490.00 Total Cost $16,185.00 C. STORM SEWER No. Item Units Qty Unit Price Total Price I 1 MOBILIZATION LS 1 $1,300.00 $1,300.00 2 TRAFFIC CONTROL LS 1 $325.00 $325.00 3 REMOVE STORM SEWER MH OR CATCH EA 4 $250.00 $1,000.00 BASIN 4 REMOVE STORM SEWER PIPE LF 60 $5.00 $300.00 5 15" RCP STORM SEWER, CL 5 LF 350 $33.00 $11,550.00 6 18" RCP STORM SEWER, CL 5 LF 40 $35.00 $1,400.00 7 2'x3' CATCH BASIN EA 2 $1,600.00 $3,200.00 8 4' DIAMETER STORM SEWER MH OR CBMH EA 3 $2,000.00 $6,000.00 9 4' DIAMETER STORM SEWER MH OR CBMH EA 1 $6,700.00 $6,700.00 WITH 5' SUMP Subtotal $31,775.00 Contingencies (10%) $3,177.50 Indirect (20%) $6,355.00 Total Cost $41,307.50 Appendix A-24 Preliminary Cost Estimate 2017 Northwood North Area Utility Improvements Jordan & 40 1 /2 Ave N (M&O) September 2016 JORDAN AVE N & 40 1/2 AVE N MILL AND OVERLAY Water Sanitary Storm Total Construction Cost $2,500.00 $36,125.00 $6,000.00 $44,625.00 Continaencies H 0%) $250.00 $3,612.50 $600.00 $4,462.50 Indirect 2 500.00 $7,225.00 $1,200.00 $8,925.00 Total Utilities $3,250.00 $46,962.50 $7,800.00 $58,012.50 A. WATER MAIN No. Item Units Qty Unit Price Total Price RFMnVF ANr) RFPI A(-'F WATER (.V Rny SECTION B. SANITARY SEWER EA 5 $500.00 $2,500.00 Subtotal $2,500.00 Contingencies (10%) $250.00 Indirect (20%) $500.00 Total Cost $3,250.00 I No. Item Units Qty Unit Price Total Price I 1 MOBILIZATION LS 1 $2,500.00 $2,500.00 2 TRAFFIC CONTROL LS 1 $1,250.00 $1,250.00 REMOVE AND REPLACE SANITARY SEWER FRAME AND RINGS WITH CONCRETE RINGS 3 EA AND FRAME AND EXTERNAL SEAL 15 $2,000.00 $30,000.00 4 4' DIAMETER SANITARY SEWER MH BARREL LF 5 $475.00 $2,375.00 SECTION WITH STEP 5 REMOVE AND REPLACE SANITARY SEWER LF 0 $400.00 $0.00 PIPE (SPECIAL) 6 TELEVISE SANITARY SEWER LF 0 $35.00 $0.00 Subtotal $36,125.00 Continqencies (10%) $3,612.50 Indirect (20%) $7,225.00 Total Cost $46,962.50 C. STORM SEWER No. Item Units Qty Unit Price Total Price I REMOVE AND REPLACE STORM SEWER 1 FRAME AND RINGS WITH CONCRETE RINGS EA 3 $2,000.00 $6,000.00 AND FRAME Subtotal $6,000.00 Continqencies (10%) $600.00 Indirect (20%) $1,200.00 Total Cost $7,800.00 Appendix A-25 Preliminary Cost Estimate 2017 Northwood North Area Utility Improvements Ensign Ave N (M&O) September 2016 ENSIGN AVE N MILL & OVERLAY Water Sanitary Storm Total Construction Cost $2,500.00 $18,550.00 $6,000.00 $27,050.00 Continaencies H0%) $250.00 $1,855.00 $600.00 $2,705.00 Indirect 2 500.00 $3,710.00 $1,200.00 $5,410.00 Total Utilities $3,250.00 $24,115.00 $7,800.00 $35,165.00 A. WATER MAIN No. Item Units Qty Unit Price Total Price I 1 REMOVE AND REPLACE WATER GV BOX EA 5 $500.00 $2,500.00 SECTION Subtotal $2,500.00 Contingencies (10%) $250.00 Indirect (20%) $500.00 Total Cost $3,250.00 B. SANITARY SEWER No. Item Units Qty Unit Price Total Price 1 MOBILIZATION LS 1 $1,200.00 $1,200.00 2 TRAFFIC CONTROL LS 1 $600.00 $600.00 REMOVE AND REPLACE SANITARY SEWER 3 FRAME AND RINGS WITH CONCRETE RINGS EA 6 $2,000.00 $12,000.00 AND FRAME 4 4' DIAMETER SANITARY SEWER MH BARREL LF 10 $475.00 $4,750.00 SECTION WITH STEP 5 REMOVE AND REPLACE SANITARY SEWER LF 0 $400.00 $0.00 PIPE (SPECIAL) 6 TELEVISE SANITARY SEWER LF 0 $35.00 $0.00 Subtotal $18,550.00 Contingencies (10%) $1,855.00 Indirect (20%) $3,710.00 Total Cost $24,115.00 C. STORM SEWER No. Item Units Qty Unit Price Total Price I REMOVE AND REPLACE STORM SEWER 1 FRAME AND RINGS WITH CONCRETE RINGS EA 3 $2,000.00 $6,000.00 AND FRAME Subtotal $6,000.00 Contingencies (10%) $600.00 Indirect (20%) $1,200.00 Total Cost $7,800.00 Appendix B Appendix B-1 Preliminary Assessments 2017 Northwood North Area Infrastructure Improvements September 2016 Mill & Overlay Subtotal Reclaim Subtotal Total Est Cost Residential FF Commercial FF $254,714.33 7,177.50 600.66 $130,813.80 3,712.50 0.00 Reconstruction Subtotal $3,357,668.99 12,952.50 142.76 Totals $3,743,197.12 23,842.50 743.42 Residential Rate = 2/3*Commercial Rate Duplex/Zero Lot Line Residential Rate = 65%*Residential Rate Estimated Cost = (Residential FF)*2/3*(Commercial Rate)+(Commercial FF)*(Commercial Rate) Mill & Overlay Rates Commercial Rate = Estimated Cost 2/3 x Residential FF + Commercial FF Commercial Rate = $254,714 2/3 x 7,177.50 + 600.66 Commercial Rate = $47.29 per FF Single Family Residential Rate = $31.53 per FF Duplex/Zero Lot Line Residential Rate = $20.49 per FF Reclaim Rates Commercial Rate = $130,814 2/3 x 3,712.50 + 0.00 Commercial Rate = $52.85 per FF Residential Rate = $35.23 per FF Duplex/Zero Lot Line Residential Rate = $22.90 per FF Reconstruct Rates Commercial Rate = $3,357,669 2/3 x 12,952.50 + 142.76 Commercial Rate = $382.52 per FF Residential Rate = $255.01 per FF Duplex/Zero Lot Line Residential Rate = $165.76 per FF Appendix B-2 Preliminary Assessments 2017 Northwood North Area Infrastructure Improvements September 2016 Property Street Front Assessment Assessment Entity Type Improvement Footage Rate Amount 1. City of New Hope (Northwood Park) Non- Reconstruction 142 $382.52 $54,317.84 86 Address Unassigned Residential Reclaim 0 $52.85 $0.00 PID 18-118-21-23-0043 Mill & Overlay 0 $47.29 $0.00 Total Assessment $54,317.84 2. City of New Hope (Northwood Park) Non- Reconstruction 0 $382.52 $0.00 8816 Northwood Parkway Residential Reclaim 0 $52.85 $0.00 PID 18-118-21-34-0082 Mill & Overlay 601 $47.29 $28,421.29 Total Assessment $28,421.29 3. Hammer Residence Inc. - Unit 1 Residential - Reconstruction 0 $165.76 $0.00 4009 Jordan Avenue North 2 Units Reclaim 0 $22.90 $0.00 PID 18-118-21-23-0045 Mill & Overlay 82.5 $20.49 $1,690.80 Total Assessment $1,690.80 4. Hammer Residence Inc. - Unit 2 Residential - Reconstruction 0 $165.76 $0.00 4009 Jordan Avenue North 2 Units Reclaim 0 $22.90 $0.00 PID 18-118-21-23-0045 Mill & Overlay 82.5 $20.49 $1,690.80 Total Assessment $1,690.80 5. Tasks Unlimited Lodges - Unit 1 Residential - Reconstruction 0 $165.76 $0.00 4125 Jordan Avenue North 2 Units Reclaim 82.5 $22.90 $1,889.21 PID 18-118-21-23-0116 Mill & Overlay 0 $20.49 $0.00 Total Assessment $1,889.21 6. Tasks Unlimited Lodges - Unit 2 Residential - Reconstruction 0 $165.76 $0.00 4125 Jordan Avenue North 2 Units Reclaim 82.5 $22.90 $1,889.21 PID 18-118-21-23-01 16 Mill & Overlay 0 $20.49 $0.00 Total Assessment $1,889.21 7. Hennepin Co Forfeited Land Residential - Reconstruction 82.5 $255.01 $21,038.33 9116 40 1 /2 Avenue North Vacant Reclaim 0 $35.23 $0.00 PID 18-118-21-23-0117 Land Mill & Overlay 0 $31.53 $0.00 Total Assessment $21,038.33 8. Fraser Reconstruction 82.5 $255.01 $21,038.33 4069 Flag Avenue North Residential Reclaim 0 $35.23 $0.00 PID 18-118-21-24-0066 Mill & Overlay 0 $31.53 $0.00 Total Assessment $21,038.33 Total Assessment Value $131,975.79 Appendix B-3 Preliminary Assessments 2017 Northwood North Area Infrastructure Improvements September 2016 Street Name From To Residental Properties Residental Properties Front Footage (82.5 LF /lot) Commercial Property Front Footage Total Front Footage A. Mill and Overlay Jordan Ave N/40 1/2 Ave N Cul de sac Boone Ave N 63 5,198 5,198 Ensign Ave N 40 1/2 Ave N Boone Ave N 24 1,980 601 2,581 Mill and Overlay Total 87 7,178 601 7,778 B. Reclaim Jordan Ave N/41st Ave N Gettysburg Ave N Gettysburg Ave N 45 3,713 3,713 Reclaim Total 45 3,713 0 3,713 C. Reconstruct Gettysburg Ave N 40 1/2 Ave N 42nd Ave N 24 1,980 1,980 Flag Ave N 40 1/2 Ave N 42nd Ave N 30 2,475 2,475 Ensign Ave N 40 1/2 Ave N 42nd Ave N 30 2,475 2,475 Decatur Ave N 40 1/2 Ave N 41st Ave N 15 1,238 1,238 Cavell Ave N 40 1/2 Ave N 41st Ave N 15 1,238 1,238 41st Ave N Decatur Ave N Boone Ave N 12 990 990 40th Ave N Ensign Ave N Boone Ave N 17 1,403 1,403 Hopewood Lane Ensign Ave N Boone Ave N 10 825 825 Jordan Ave N S of 40 1/2 Ave N 40 1/2 Ave N 4 330 143 473 Reconstruct Total 157 12,953 143 13,095 Project Totals 289 23,843 743 24,586 Leone Valerie From: Steven Sondrall <SAS@jspwlaw.com> Sent: Tuesday, September 27, 2016 1:05 PM To: Leone Valerie Cc: Paschke Bob; Long, Chris; McDonald Kirk Subject: RE: project 985 - 2017 Northwood North Attachments: public hearing notice - prcj. 985 d3.docx Hi Val — attached is the notice we need published for the 2017 street project. You can mail the property owners the attached notice as well. It has to be mailed at least 10 days before October 24th. I would mail it before October 13th. You may want to send it with a cover letter stating "the reasonable estimate of the impact of the assessment on their property is $ ", and fill in the blank for each property. Call if you have any questions. Chris and Bob, if you see any issues with the notice let me and Val know asap. Steve Please note our new Firm Name is Jensen Sondrall Persellin &'VIr'oods, P.A. and my email address has changed to saaismylaw.com. Steven A. Sandrall JENSE;N SON DRALL PERSELLIN & WOODS. P.A. 8525 Fdinbrook Crossing,, Ste. 201 Brooklyn Park, MN 55443-1968 Phone (763) 424-8811 Fax (763) 493-5193 Direct (763) 201-0211 Cell (612) 616-7187 51S_(R snwlaw.c0111 WARNING: Actual receipt of E-Mail communications should not be assumed. E-Mail communications may be intercepted or inadvertently misdirected. The American Bar Association deems E-Mails a valid authorized form of communication between lawyer and client, however security of this E-Mail message and attachments (if any)cannot be assured. Unless the text indicates otherwise, this E-Mail message and attachments (if any) shall not be deemed legal advice, nor does it create an attorney/client relationship. If the reader of this message is not the intended recipient or authorized to deliver it to the intended recipient, dissemination, distribution or copy of this communication is prohibited. If you received this communication in error, please immediately notify sender via E-Mail reply. From: Leone Valerie [mailto:vleone@ci.new-hope.mn.us] Sent: Tuesday, September 27, 2016 11:27 AM To: Steven Sondrall Subject: RE: project 985 - 2017 Northwood North Oh, good; I thought I needed this by this Thursday. Valerie Leone City of New Hope City Clerk 4401 Xyion Ave N ! New f lope, 'M.N 35428 Office: 763-531-5117 1 Pax: 763-531-5136 vl eonefti. ne w-hope,mn. u s From: Steven Sondrall [rnailto:SAS@jsnwlaw.comj Sent: Tuesday, September 27, 2016 10:48 AM To: Leone Valerie <vleonepci.new-horae.mn.us> Subject: RE: project 985 - 2017 Northwood North No — I will be sending you the notice to publish as well. This notice must be published twice on 10-13 and 10-20. }Tease note our new Firm, Name is .Jensen Sondrall Persellin & Woods, .P.A. and nay email address has changed to sas aAs wlaw.com. Steven A. Sondrall JENSEN SONDRAL 1., P.E.RSE.IJAN & WOODS, P.A. 8525 Edinbrook Crossing, Ste. 201 Brooklyn .Park, MN 55443-1968 Phone (763) 424-8811 Fax (763) 493-5193 Direct (763) 201-021 I Cell (612) 616-7.187 sast'n7g, i suw l aw. co m WARNING: Actual receipt of E-Mail communications should not be assumed. E-Mail communications may be intercepted or inadvertently misdirected. The American Bar Association deems E-Mails a valid authorized form of communication between lawyer and client, however security of this E-Mail message and attachments (if any)cannot be assured. Unless the text indicates otherwise, this E-Mail message and attachments (if any) shall not be deemed legal advice, nor does it create an attorney/client relationship. If the reader of this message is not the intended recipient or authorized to deliver it to the intended recipient, dissemination, distribution or copy of this communication is prohibited. If you received this communication in error, please immediately notify sender via E-Mail reply. From: Leone Valerie[mailto:vleone@ci.new-hope.mn.us] Sent: Tuesday, September 27, 2016 8:55 AM To: Steven Sondrall Subject: project 985 - 2017 Northwood North Did you already send the legal notice for the Oct 24 public hearing to the Sun Post? Valerie Leone City of New Hope I City Clerk 4401 Xyfon Ave N I New Hope, MN 55423 Office: 763-531-5"117 1 .Fax: 763-53.1-51,36 vleoneod. new -hope. mn. u s Tax -forfeited land I Hennepin County Page 1 of 10 Tax -forfeited land Hennepin County, MN When land is forfeited, no taxes are collected. The tax -forfeited land program is intended to make this state-owned land productive, taxable property again. The county administers this process for the state. Friday, April 29, 2016 - spring auction See the Auctions section for additional information specific to this auction. Statute on delinquent real estate taxes - chapter 279 Statute on real estate tax iudgment sales - chapter 280 Statute on real estate tax sales and redemption - chapter 281 Tax -forfeited Land Section tflinfo(aD-hennepin.us Phone: 612-348-3734 Fax: 612-348-9716 A-600 Government Center 300 South 6th Street Minneapolis, MN 55487 M-F, 8 a.m. to 4:30 p.m. Map Expand all information How land becomes tax -forfeited Tax -forfeited land is the result of unpaid property taxes. The process from delinquent taxes to forfeiture is: http://www.hennepin.us/residents/property/tax-forfeited-land 9/27/2016 printdetails.jsp Page 1 of 2 Parcel Data for Taxes Property ID: 18-118-21-24-0066 Address: 4069 FLAG AVE N Municipality: NEW HOPE School Dist: 281 Watershed: 7 Sewer Dist: 01 Owner Name: FRASER Taxpayer Name FRASER & Address: 2400 64TH ST W RICHFIELD MN 55423 Sale Information e 2016 Construction year: 1967 Approx. Parcel Size: 86.15 X 112 Sales prices are reported as listed on the Certificate of Real Estate Value and are not warranted to represent arms -length transactions. Sale Date: October, 2010 Sale Price: $165,000 Transaction Type: Tax Parcel Description The following is the County Auditor's description of this tax parcel. It may not be the legal description on the most recent conveyance document recording ownership. Please refer to the legal description of this property on the public record when preparing legal documents for recording Addition Name: HIPP'S HOPEWOOD HILLS 2ND ADDITION Lot: 012 Block: 001 First Line Metes & Bounds: Full Metes & Bounds: Note: To read full tax parcel description, click here. For term abbreviations, click here. Abstract or Torrens: TORRENS Estimated Market Value: Taxable Market Value: Total Improvement Amount: Total Net Tax: Total Special Assessments: Solid Waste Fee: Total Tax: Land Market Building Market Machinery Market Value and Tax Summary for Taxes Payable 2016 Values Established by Assessor as of January 2. 2015 Property Information Detail for Taxes Payable 2016 Values Established by Assessor as of January 2, 2015 Values: Total Market: Qualifying Improvements Veterans Exclusion Homestead Market Value Exclusion Classifications: Property Type Homestead Status Relative Homestead Agricultural Exempt Status RESIDENTIAL NON -HOMESTEAD EXEMPT http://www l 6.co.hennepin.mn.us/pins/printdetails.j sp?pid=18-118-21-24-0066 9/27/2016 printdetails.jsp Page 1 of 2 Parcel Data for Taxes Payable 2016 Property ID: 18-118-21-23-0116 Address: 4125 JORDAN AVE N Municipality: NEW HOPE School Dist: 281 Construction year: 1980 Watershed: 7 Approx. Parcel Size: IRREGULAR Sewer Dist: 01 Owner Name: TASKS UNLIMITED LODGES Taxpayer Name TASKS UNLIMITED LODGES INC & Address: 2419 NICOLLET AVE S MPLS MN 55404 Sale Information Sales prices are reported as listed on the Certificate of Real Estate Value and are not warranted to represent arms -length transactions. Sale Date: November, 1998 Sale Price: $170,000 Transaction Type: Tax Parcel Description The following is the County Auditor's description of this tax parcel. It may not be the legal description on the most recent conveyance document recording ownership. Please refer to the legal description of this property on the public record when preparing legal documents for recording Addition Name: Lot: Block: First Line Metes & Bounds: Full Metes & Bounds: Abstract or Torrens: Estimated Market Value: Taxable Market Value: Total Improvement Amount: Total Net Tax: Total Special Assessments: Solid Waste Fee: Total Tax: NEW HOPE HIGHLANDS 001 LOTS 19 AND 20 Note: To read full tax parcel description, click here. For term abbreviations, click here. ABSTRACT Value and Tax Summary for Taxes Payable 2016 Values Established by Assessor as of January 2, 2015 Property Information Detail for Taxes Payable 2016 Values Established by Assessor as of January 2, 2015 Values: Land Market Building Market Machinery Market Total Market: Qualifying Improvements Veterans Exclusion Homestead Market Value Exclusion Classifications: Property Type Homestead Status Relative Homestead Agricultural Exempt Status RESIDENTIAL TWO UNIT NON -HOMESTEAD EXEMPT http://wwwl 6.co.hennepin.nm.us/pins/printdetails.j sp?pid=18-118-21-23-0116 9/27/2016 printdetails.jsp Page 1 of 1 Parcel Data for Taxes Payable 2016 Property ID: 18-118-21-23-0045 Address: 4009 JORDAN AVE N Municipality: NEW HOPE School Dist: 281 Watershed: 7 Sewer Dist: 01 Owner Name: HAMMER RESIDENCE INC Taxpayer Name HAMMER RESIDENCE INC & Address: 1909 WAYZATA BLVD E WAYZATA MN 55391 Sale Information Construction year: 1981 Approx. Parcel Size: 75X139X177X75X240 Sales prices are reported as listed on the Certificate of Real Estate Value and are not warranted to represent arms -length transactions. NO SALE INFORMATION ON FILE FOR THIS PROPERTY. Tax Parcel Description The following is the County Auditor's description of this tax parcel. It may not be the legal description on the most recent conveyance document recording ownership. Please refer to the legal description of this property on the public record when preparing legal documents for recording Addition Name: Lot: Block: First Line Metes & Bounds: Full Metes & Bounds: Abstract or Torrens: Estimated Market Value: Taxable Market Value: Total Improvement Amount: Total Net Tax: Total Special Assessments: Solid Waste Fee: Total Tax: Land Market Building Market Machinery Market GORDON'S LAKEVIEW TERRACE 2ND ADDITION 002 001 Note: To read full tax parcel description, click here. For term abbreviations, click here. ABSTRACT Value and Tax Summary for Taxes Payable 2016 Values Established by Assessor as of January 2, 2015 Property Information Detail for Taxes Payable 2016 Values Established by Assessor as of January 2, 2015 Values: Total Market: Qualifying Improvements Veterans Exclusion Homestead Market Value Exclusion Classifications: Property Type Homestead Status Relative Homestead Agricultural Exempt Status RESIDENTIAL TWO UNIT NON -HOMESTEAD EXEMPT http://wwwl 6.co.hennepin.mn.us/pins/printdetails.j sp?pid=18-118-21-23-0045 9/27/2016 Request for Action October 5, 2016 Approved by: Kirk McDonald, City Manager Originating Department: City Manager By: Kirk McDonald, City Manager Agenda Section Work Session Item Number 11.5 Agenda Title Discuss funding for 2017 Northwood North Infrastructure Project (Improvement Project No. 985) Requested Action Staff requests to discuss funding for the 2017 Northwood North Infrastructure Project (NWNP) with the city council. The feasibility cost estimates exceed the capital improvement program estimates, which necessitate a review of the current status of infrastructure funds and a discussion of available options. Representatives from AEM will be in attendance at the meeting along with the city engineer and public works director. Policy/Past Practice It has been the past practice for staff to review the status of funding available for projects prior to proceeding with projects and to discuss funding options available. Background As the council is aware, the feasibility study cost estimates for the 2017 NWNP exceed the capital improvement program cost projections by approximately $725,0000. Alternates for the Northwood South Infrastructure Project were also awarded that exceeded the CIP projections. Taking these factors into consideration, and the fact that the city has funded two JWC projects internally over the last several years, staff recommends that AEM review the status of the funding with the council so the council can provide direction to staff. The options for funding the 2017 NWNP essentially include more internal inter -fund loans from the temporary finance fund and/or TIF funds, reducing the scope of the project and completing over a two-year period, or bonding. Inter -fund Borrowing Per the second quarter financial report, the temporary financing fund has a balance of approximately $2 million and could potentially be used to fund the shortfall. However, per the attachments, the following items should be taken into consideration: In 2014, the city funded New Hope's share ($1.1 million) of the JWC emergency water supply project (wells) from this fund with a 10-year payback from the water fund ($0.20 per month added to water bills). The city did not seek bonding for the project. In 2015, the city funded New Hope's share ($1.35 million) of the JWC water system repair from Minneapolis to Crystal from this fund with a 10-year payback from the water fund ($0.30 per month added to water bills). The city did not seek bonding for this project. In 2016, the Northwood South Infrastructure Project alternate bid to complete additional work in the area was $1.14 million. When compared to the overall 2016 projects fund summary, the shortfall was $514,121, which was funded by the temporary financing fund. I:\RFA\City Manager\ 2016 \ q-2017 Northwood North Funding.docx Request for Action, Page 2 Taking into account that the temporary financing fund has funded approximately $3 million in project costs over the past several years, it would be staff's recommendation that this fund not be used to cover the overage in the 2017 NWNP. Scope of Project The council may want to consider reducing the scope of the project to keep it more in line with original budget projections. The public works director has stated it is a large project and he would not be opposed to completing the project over a two-year period if the funding is not available. With the city's new aggressive pavement management strategy, staff is hesitant to reduce the scope of the project, but it is an available option. Bon dhi The city has not sold any bonds in 2016 and can issue up to $10 million in bank -qualified bonds per year. AEM would need to determine the amount that was needed. The impact on the 2018 tax levy may not be significant, as the general fund tax levy will increase at a lower rate now that the city has achieved the 100% equipment replacement goal. Future bonding for a potential new police department/city hall facility would also need to be taken into consideration. Of course a goal of the city is to increase the bond rating score. Now that the financial management plan is near completion and an EDA report has been prepared, it might be a good idea to see if the city could submit those documents for a small bond issue for the 2017 project and get the rating increase so the potential improved rating was in place if bonds are issued in the future for a new city facility. Attachments • AEM Memorandum • Excerpts 2017 Northwood North Project • Excerpt 2016 2nd Quarter Financial Report • Inter -fund Loan Documentation AEM Memo ABDO EICK & MEYERS1.1.P AEM Financial Solutions' September 28, 2016 Honorable Mayor and City Council City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 We have reviewed the preliminary costs associated with the 2017 improvements to the streets north of Northwood Lake and the projected resources available in the street infrastructure, water, sewer and storm water enterprise funds At this time, we suggest the City consider financing for the 2017 street and utility improvement project. Our recommendation is based on a year-to-date analysis of completed and in -progress projects as well as preliminary information related to the 2017-2021 capital plan. Projected status of funds Street Infrastructure Fund The projected year-end balance for the Street Infrastructure Fund is $250,000 after an interfund loan from temporary financing to fund the alternates related to improvement of the streets south of Northwood Lake in 2016. We recommend the City finance $2,750,000 of the cost to improve the streets north of Northwood Lake in 2017. The total estimated cost for the street portion of the project is $3,743,197. Sewer Fund We project a deficit year-end balance for the Sewer Enterprise Fund. The Sewer Fund has run a deficit balance since 2014. The Fund has brought in an average $285,000 net cash from operating activities, however, increases in charges from the Metropolitan Council have resulted in less cash from operations. In addition, capital improvement costs have exceeded the net cash from operations in each of the past four years. In 2016, an estimated $1 million of infrastructure improvements have been scheduled in the CIP. In 2017, an additional $700,000 of improvements have been scheduled. We recommend the City finance the total cost of the sewer improvements to the streets north of Northwood Lake in 2017, which is estimated at $231,901. In addition, we recommend the City consider an interfund loan of $1,250,000 million in 2016 to provide additional funding for capital improvements as outlined in the CIP. The 2016-2020 Long-term Plan anticipated additional financing in 2018 and 2019 to avoid a deficit balance in the Sewer Enterprise Fund. A combination of debt financing and rate increases should be considered to fund future capital needs. Water Fund The projected year-end balance for the Water Enterprise Fund is $420,000. We recommend the City finance the total cost of the water improvements to the streets north of Northwood Lake in 2017, which is estimated at $1,072,408. The 2016-2020 Long-term Plan anticipated additional financing in 2018 to avoid a deficit balance in the Water Enterprise Fund. A combination of debt financing and rate increases should be considered to fund future capital needs. -1- ABDO EICK & MEYERSI.I,f' AEM Financial Solutions"" September 28, 2016 Storm Water Fund The projected year-end balance for the Storm Water Utility Fund is $50,000. We recommend the City finance the total cost of the storm water improvements to the streets north of Northwood Lake in 2017, which is estimated at $726,616. The 2016-2020 Long-term Plan anticipated additional financing in 2018 and 2019 to avoid a deficit balance in the Storm Water Enterprise Fund. A combination of debt financing and rate increases should be considered to fund future capital needs. History of projects financed internally In the past several years the City has financed several infrastructure improvements internally through the use of interfund loans. The interfund loans have allowed the City to manage cash flow related to capital improvements without the use of bonding. This option has saved the City interest and issuance cost on bonding. In 2014, the City approved a $1,100,000 interfund loan from the Temporary Financing Fund to the Water Fund to support an emergency water well project. A $0.20 rate increase was enacted to repay the loan over a 10 year period. In 2015, the City approved a $1,350,000 interfund loan from the Temorary Financing Fund to the Water Fund to support additional infrastructure improvements. A $0.30 rate increase was enacted to repay the loan over a 10 year period. We recommend cancellation of this interfund loan from temporary financing due to available cash in the Water Fund. In 2016, a $750,000 interfund loan from the Temporary Financing Fund to the Street Infrastructure Fund is recommended to support the alternate construction approved for the streets south of Northwood Lake. The interfund loan will also supplement the construction costs in excess of available bond proceeds. We project the street portion of the project will come in at approximately $4.2 million, while available bond proceeds for the street portion were $2.144 million. In 2016, a $1,250,000 interfund loan from the Temporary Financing Fund to the Sanitary Sewer Enterprise Fund is recommended to support the $1.9 million in capital costs for 2016. Overall, the City has utilized available fund balance to internally finance $3.1 million of infrastructure improvements in the past three years. Funding options General obligation bonds Ehlers has provided a bond run for the proposed financing of the 2017 improvements to the streets north of Northwood Lake. The bond run anticipates bonding for the total cost of the 2017 improvement project. We anticipate financing for the street improvement portion of the project could be reduced to $2,750,000. The anticipated funding need is as follows: -2- ABDO SICK- & 1 Ef-6 LLP AEM Financial Solutions'"' Street $ 2,750,000 Sewer 231,901 W ater 1,072,408 Storm 726,616 4,780,925 September 28, 2016 The strategy of the financing plan is to obtain "bank qualified" financing for the aforementioned project. Maintaining "small -issuer" (under $10,000,000 in a single year) status allows the City to benefit from lower rates on bonds sold. The bond issue has been structured with coupons ranging from 1.20% to 2.65%. The term of the bond is 15 years with a total interest cost of $1,241,647 to maturity on February 1, 2033. Anticipated costs of issuance are $45,000 and the underwriter's discount is estimated at $57,000. Actual costs will be determined on the day of sale based on market conditions. The timing of debt issuance is important to provide capacity for bank qualified financing on the city hall and pool improvements planned for 2017 through 2019. Temporary financing As stated earlier, we are recommending an interfund loan of $750,000 from temporary financing for the Street Infrastructure Fund to offset costs associated with the 2016 Northwoods Lake area south street improvements. In addition, we are recommending an interfund loan of $1,250,000 from temporary financing for the Sanitary Sewer Enterprise Fund to offset costs associated with the 2016 CIP for Sewer. Reduce project As an alternative to financing the 2017 improvement project, the Council may wish to reduce or alter the project plan for the 2017 improvements to the streets north of Northwood Lake. We look forward to the opportunity to explore the funding options for the 2017 improvement projects with the City Council at the October 51 meeting. Sincerely, Victoria Holthaus AEM FINANCIAL SOLUTIONS, LLC -3- CITY OF NEW HOPE, MINNESOTA CAPITAL IMPROVEMENT PLAN - STREET INFRASTRUCTURE FUND 9203 SCHEDULE OF PLANNED CAPITAL OUTLAY 2016 TO 2021 2016 2017 2018 2019 2020 2021 Year to Estimated Estimated Estimated Estimated Estimated Estimated Department R lace Item Cost Amounts Amounts Amounts Amounts Amounts Amounts Public works 2016 169 Sound Wall S 155,332 S 155,332 $ - S - S - $ - $ - Public works 2016 2016 Seal Coat 250,000 250,000 - - - - Public works 2016 49th Avenue Reconstruct - MSA 2,647,146 2,647,146 - - - - Public works 2016 Northwoods Lake South (including alternate) 4,201,329 4,201,329 - - - - Public works 2016 2015 Improvement Project 143,286 143,286 - - - - - Public works 2016 2013 Street Infrastructure 9,396 9,396 - - - - Public works 2016 Winnetka Avenue Quiet Zone 1,666 1,666 - - - - - Public works 2016 Northwoods Lake North 6,241 6,241 - - - Public works 2017 36th Avenue Signal 135,000 - 135,000 - - - Public works 2017 2017 Seal Coat 300,000 - 300,000 - - Public works 2017 2017 Street Infrastructure - Northwood North 3,050,000 - 3,743,197 - - - - Public works 2018 2018 Seal Coat 300,000 - - 300,000 - - - Public works 2018 2018 Street Infrastructure - MSA Boone Mill & Overlay 1,100,000 - - 1,100,000 - - Public works 2019 2019 Seal Coat 325,000 - - - 325,000 - - Public works 2019 2019 Street 2,000,a - 2,000,000 - - Public works 2020 2020 Seal Coat 400, - - 400,000 - -4- REVENUES Property taxes Interest on investments Franchise fees Miscellaneous TOTAL REVENUES EXPENDITURES Capital outlay Public works TOTAL EXPENDITURES EXCESS (DEFICIENCY) OF REVENUES OVER (UNDER) EXPENDITURES OTHER FINANCING SOURCES Transfers in MSA Bond proceeds Sale of Fixed Asset Interf ind loan Interfund loan repayment TOTAL OTHER FINANCING SOURCES NET CHANGE IN FUND BALANCES FUND BALANCES JANUARY 1 FUND BALANCES, DECEMBER 31 CITY OF NEW HOPE, MINNESOTA CAPITAL IMPROVEMENT PLAN - STREET INFRASTRUCTURE FUND 9203 SCHEDULE OF PROJECTED REVENUE, EXPENDITURES AND DEBT Capital Project Fund Projected Activity 2016 2017 2018 2019 2020 2021 Estimated Estimated Estimated Estimated Estimated Estimated $ 1,254,514 $ 1,292,150 $ 1,330,915 $ 1,370,842 $ 1,411,967 $ 1,454,326 9,345 30,031 571 14,001 7,849 21,436 - - 400,000 412,000 424,360 437,091 305.452 - - 1,569.311 1.322,181 1,731.485 1,796.843 1.844.176 1,912,853 14,396 4,178,197 1,400,000 2,325,000 400,000 - 7,414,396 4,178,197 1,400,000 2,325,000 400.000 - (5,845,085) (2,856,016) 331,485 (528.157) 1.444.176 L912,853 2,144,693 mn - - 1 non - - - 2.068.598 (2.946.016) 1.342.985 (615.157) 1,35076 1,828,853 934,516 3,003,114 57,098 1,400,084 784,926 2,143,603 $ 3.003.114 $ 57.098 $ 1.400.084 $ 784.926 $ 2,143.603 $ 3,972,456 -5- CITY OF NEW HOPE, MINNESOTA CAPITAL IMPROVEMENT PLAN - STREET INFRASTRUCTURE FUND 9203 SCHEDULE OF PROJECTED REVENUE, EXPENDITURES AND DEBT - CONTINUEE Debt Service Fund Related Activity 2016 2017 2018 2019 2020 2021 Estimated Estimated Estimated Estimated Estimated Estimated Beginning Balance $ - $ - $ 13,292 $ 26,308 $ 39,050 $ 51,517 Revenue Property taxes - 279,125 273,350 267,575 261,800 256,025 Interest - - - - - Sales - - - - Total Revenue - 279,125 273,350 267,575 261,800 256,025 Expenditures Principle - 183,333 183,333 183,333 183,333 183,333 Interest - 82,500 77,000 71,500 66,000 60,500 Total Expenditures Ending Balance - 265,833 260,333 254,833 249,333 243,833 -6- CITY OF NEW HOPE, MINNESOTA CAPITAL IMPROVEMENT PLAN - SEWER FUND 9300 SCHEDULE OF PLANNED CAPITAL OUTLAY 2016 TO 2021 2016 2017 2018 2019 2020 2021 Year to Estimated Estimated Estimated Estimated Estimated Estimated Department Replace Item Cost Amount: Amounts Amounts Amounts Amounts Amounts Sewer 2016 49th Ave Reconstruct $ 89,670 $ 89,670 $ - $ - $ - $ - $ Sewer 2016 2016 Street Infrastructure - Northwood South 350,649 350,649 - - - - Sewer 2016 Line sewer pipes 300,000 300,000 - - - - Sewer 2016 Lift Station #1 - Sewer Weir improvement, 130,000 130,000 - - - Sewer 2016 Lift Station #1 - Generatoi 85,000 85,000 - - - Sewer 2016 Lift Station telemetry 60,000 60,000 - - - Sewer 2016 Line Lift station 22,572 22,572 - - - Sewer 2016 58th Avenue Lift Station (TIF) 860,000 860,000 - - - Sewer 2016 2015 Infrastructure Improvements 10,913 10,913 - - - Sewer 2017 2017 Street Infrastructure - Northwood North 231,901 - 231,901 - - Sewer 2017 Line sewer pipes 325,000 325,000 - - Sewer 2017 Lift Station #5 Generatoi 85,000 85,000 - - Sewer 2017 Line Lift station 20,000 20,000 - - Sewer 2017 Replace lift station motor & Pump 40,000 - 40,000 - - Sewer Sewer 2018 2018 Line sew -ex -pi Line Lift Swtipp 350,000 20,000 - - - 50:000 2t1,U(10 - - - - - Sewer 2018 Replace lift 51aljpm motor & p 40,000 - - 40 - - - Sewer 2019 2019 Street Id 'structure 500,000 - 500,000 - Sewer 2019 Line sewer pi 350,00o - 350,000 - - Sewer 2019 Replace lift stern motor & 40,0 - 40,000 - Sewer 2020 Line sewer pi :'- 400;. - - - 400,000 - Sewer 2020 Replace lift sla n mo p 40 - - 40,000 $ 1.908.804 $ 701.901 $ 410.000 $ 890.000 $ 440.000 $ - CITY OF NEW HOPE, MINNESOTA CAPITAL IMPROVEMENT PLAN - SEWER FUND 9300 STATEMENTS OF CASH FLOWS Enterprise Fund Projected Activity 2016 2017 2018 2019 2020 2021 Estimated Estimated Estimated Estimated Estimated Estimated CASH FLOWS FROM OPERATING ACTIVITIES Receipts from customers and users S 2,600,000 $ 2,730,000 $ 2,866,500 $ 3,009,825 $ 3,160,316 $ 3,318,332 Payments to suppliers and employee., (2,462.783) (2,585,922) (2,715,218) (2.850,979) (2,993.528)_ (3,143,205) NET CASH PROVIDED (USED) BY OPERATING ACTIVITIES 137,217 144,078 151,282 158,846 166,788 175,128 CASH FLOWS FROM NONCAPITAL FINANCING ACTIVITIES Transfers in - TIF 860,000 - - - - - NET CASH PROVIDED (USED) BY NONCAPITAL FINANCING ACTIVITIES 860.000 - - - CASH FLOWS FROM CAPITAL AND RELATED FINANCING ACTIVITIES Acquisition of capital assets (1,908,804) (701,901) (410,000) (890,000) (440,000) - Intergovernmental - - - - Proceeds from sale of assets - - - - Proceeds from bonds and notes issued A.F 00 Interfnnd loan 00Interfundloan repayment - (147 ) (145,000) (142,500) (140,000) Principal and interest paid on long-term debt 21) (58, (59,135) (58,866) (59,018) Principal and interest paid on long-term debt]F)P(23 fi77) (23,167) 22,667 22,167 NET CASH USED BY CAPITAL AND FINANCING ACTIVITIES CASH FLOWS FROM INVESTING ACTIVITIES Investment earnings NET INCREASE (DECREASE) IN CASH AND CASH EQUIVALENTS CASH AND CASH EQUIVALENTS, JANUARY 1 CASH AND CASH EQUIVALENTS, DECEMBER 31 M, I -.A: (424.825) (904.725) (639,904) (1,117,302) (664,033) (221.185) (2.195) 3.507 (4.064) (8.991) (1&666) (23,825) 570,197 (757,140) (492,687) (967,447) (515,910) (69,883) (219.504) 350.693 (406.447) (899,133) (1,866,581) (2382.491) $ 350,693 $ (406,447) $ (899,133) $ (1,866,581) $ (2,382,491) $ (2,452,374) -g- CITY OF NEW HOPE, MINNESOTA CAPITAL IMPROVEMENT PLAN - WATER FUND 9301 SCHEDULE OF PLANNED CAPITAL OUTLAY 2016 TO 2021 2016 2017 2018 2019 2020 2021 Year to Estimated Estimated Estimated Estimated Estimated Estimated Department Replace Item Cost Amounts Amounts Amounts Amounts Amounts Amounts Water 2016 Reconstruct 49"' State/Aid $ 310,431 $ 310,431 $ - $ - $ - $ - $ Water 2016 Northwoods Lake South 1,051,619 1,051,619 - - - - Water 2016 2015 Infrastructure Improvements 1,360 1,360 - - - - Water 2016 55th Avenue Watermain Replacement 197 197 - - - Water 2017 2017 Northwood N infrastructure 1,072,408 - 1,072,408 - - - Water 2017 JWC - HVAC Roof Unit 250,000 - 250,000 - - - - Water 2017 JWC - Replace Trunk Valve 35,000 - 35,000 - - - - Water 2017 Henn Cty Reconstruct West Broadway 300,000 - 300,000 - - - - Water 2018 JWC - Repaint Water Tower 575,000 - - 575,000 - - - Water 2019 2019 infrastructure project 1,500,000 - - - 1,500,000 - - Water 2019 JWC - Repaint Water Tower 1,600,000 - - 1,600,000 - Water 2019 JWC - Replace Trunk Valve 35,000 - - 35,000 - - Water 2020 Mill & OVerlav 500,000 _ - 500X00 - -9- CITY OF NEW HOPE, MINNESOTA CAPITAL IMPROVEMENT PLAN - WATER FUND 9301 - STATEMENTS OF CASH FLOWS CASH FLOWS FROM OPERATING ACTIVITIES Receipts from customers and users Payments to suppliers and employees NET CASH PROVIDED (USED) BY OPERATING ACTIVITIES CASH FLOWS FROM NONCAPITAL FINANCING ACTIVITIES Transfers out NET CASH PROVIDED (USED) BY NONCAPITAL FINANCING ACTIVITIES CASH FLOWS FROM CAPITAL AND RELATED FINANCING ACTIVITIES Acquisition of capital assets Intergovernmental Proceeds from bonds and notes issued Interfund loan payments Principal and interest paid on long-term debt Principal and interest paid on long-term debt NET CASH USED BY CAPITAL AND FINANCING ACTIVITIES CASH FLOWS FROM INVESTING ACTIVITIES Investment earnings NET INCREASE (DECREASE) IN CASH AND CASH EQUIVALENTS CASH AND CASH EQUIVALENTS, JANUARY 1 CASH AND CASH EQUIVALENTS, DECEMBER 31 Enterprise Fund Projected Activity 2016 2017 2018 2019 2020 2021 Estimated Estimated Estimated Estimated Estimated Estimated $ 3,963,502 $ 4,161,677 $ 4,369,761 $ 4,588,249 $ 4,817,661 $ 5,058,545 (3,216.868) (3.377.711) (3,546,597) (3.723.927) _(3,910.123) (4,105,629)_ 746.634 783.966 823,164 864.322 907,538 952,915 ) 63,64F285,000 (100) (3,135,000) (500,000) - - 000 1,635,000 - - 00,000 --- 34,400)) (111:`• 26) (129,604) (127,957) (126,285) 07122) ) 1 (31' 61) 194 C,C,71 (311,855) (07"A (314,647) (310,634) Mn_667) (99 A67) (705,128) (1,882,105) (540,154) (2,034,125) (1,033,271) (525,586) 13,649 14.200 3,361 6,225 (5.411) (6.722) 55,154 (1,083,939) 286,371 (1,163,579) (131,144) 420,607 1,364,888 1,420,042 336,103 622,474 (541,105) (672,248) S 1.420.042 $ 336.103 $ 622.474 S (541.105) S (672.248) S (251,641) -10- CITY OF NEW HOPE, MINNESOTA CAPITAL IMPROVEMENT PLAN - STORM WATER FUND 930z SCHEDULE OF PLANNED CAPITAL OUTLAY 2016 TO 2021 Department Year to Replace Item Cost 2016 Estimated Amounts 2017 Estimated Amounts 2018 Estimated Amounts 2019 Estimated Amounts 2020 2021 Estimated Estimated Amounts Amounts Storm water 2016 49th Avenue Reconstruct $ 491,127 $ 491,127 $ - $ $ $ $ Storm water 2016 2016 Northwood South infrastructure 432,831 432,831 - Storm water 2016 Watershed - Northwoods Stormwater & Playground 1,325,782 1,325,782 - Storm water 2016 Northwoods Stormwater & Playground 453,380 453,380 - Storm water 2016 Storm Water Project 170,000 170,000 - Storm water 2016 169 Sound Wall 65,000 65,000 - Storm water 2017 2017 Northwood N infrastructure 500,000 - 726,616 Storm water 2017 Storm Water Project 100,000 - 100,000 Storm water 2017 Meadow Lake alum treatment 15,000 - 15,000 Storm water 2018 Storm Water Project 100,000 - - 100,000 - Storm water 2019 2019 infrastructure project 400,000 - - - 400,000 Storm water 2019 42nd ave flooding 400,000 400,000 - Storm water 2019 Required TMDL projects 100,000 - 100,000 - - Storm water 2020 Required TMDL projects 100,000 - 100.000 - -11- CITY OF NEW HOPE, MINNESOTA CAPITAL IMPROVEMENT PLAN - STORM WATER FUND 930� STATEMENTS OF CASH FLOWS En_.p. e F u.d P ;� t Act 'y 2016 2017 2018 2019 2020 2021 Estimated Estimated Estimated Estimated Estimated Estimated CASH FLOWS FROM OPERATING ACTIVITIE! Receipts from customers and users $ 1,025,000 $ 1,076,250 $ 1,130,063 $ 1,186,566 S 1,245,894 $ 1,308,189 Payments to suppliers and employees (587,000) (616.350) (647,168) • (679.526) (713,502) (749,177) NET CASH PROVIDED (USED) BY OPERATING ACTIVITIE' CASH FLOWS FROM NONCAPITAL FINANCING ACTIVITIE Transfers out NET CASH PROVIDED (USED) BY NONCAPITAL FINANCING ACTIVITIE! CASH FLOWS FROM CAPITAL AND RELATED FINANCING ACTIVITIE Acquisition of capital assets Intergovernmental revenue Proceeds from bonds and notes issued Principal and interest paid on long-term debt Principal and interest paid on long-term debt NET CASH USED BY CAPITAL AND RELATE FINANCING ACTIVITIE,' CASH FLOWS FROM INVESTING ACTIVITIE Investment earnings NET INCREASE (DECREASE) IN CASH AND CASH EQUIVALENT: CASH AND CASH EQUIVALENTS, JANUARY 1 CASH AND CASH EQUIVALENTS, DECEMBER 31 438,000 459,900 482.895 507,040 532,392 559,011 (2,938,120) (841,616) (100,000) (900,000) (100,000) - 1,325,782 - - - - - (519,494) (548,163) 183,186 (593,767) 233,869 360,809 1,292.276 772,782 224,619 407.805 (185,962) 47.907 $ 772,782 $ 224,619 $ 407,805 $ (185,962) $ 47,907 $ 408,716 -12- New Hope, Minnesota $6,025,000 General Obligation Road Reconstruction Bonds, Series 2016 Assumes Current Market BQ AA Rates polus 35bps 15 Year Term Sources & Uses Dated 12/29/2016 1 Delivered 12/2912016 Sources Of Funds Par Amount of Bonds Total Sources Uses Of Funds $6,025,000.00 $6,025,000.00 Total Underwriter's Discount (1.000%)60.250.00 Costs of Issuance 57,000.00 Deposit to Capitalized Interest (CIF) Fund 129,700.28 Deposit to Project Construction Fund 5,774,121.47 Rounding Amount 3,928.25 Total Uses Series 2016 GO Road Recon I SINGLE PURPOSE 1 9/22/2016 1 2:12 PM EHLERS $6,025,000.00 LEADERS IN PUBLIC FINANCE -13- New Hope, Minnesota $6,025,000 General Obligation Road Reconstruction Bonds, Series 2016 Assumes Current Market BQ AA Rates polus 35bps 15 Year Term Debt Service Schedule Date Principal Coupon Interest CIF Total P+I Net New D/S Fiscal Total 12/29/2016 - - 08/01/2017 - 70,144.03 (70,144.03) 70,144.03 02/01/2018 - - 59,556.25 (59,556.25) 59,556.25 - 08/01/2018 - - 59,556.25 - 59,556.25 59,556.25 - 02/01/2019 355,000.00 1.200% 59,556.25 414,556.25 414,556.25 474,112.50 08/01/2019 - - 57,426.25 57,426.25 57,426.25 - 02/01/2020 360,000.00 1.300% 57,426.25 - 417,426.25 417,426.25 474,852.50 08/01/2020 - - 55,086.25 - 55,086.25 55,086.25 - 02/01/2021 363,000.00 1.400% 55,086.25 - 420,086.25 420,086.25 475,172.50 08/01/2021 - 52,531.25 52,531.25 52,531.25 - 02/01/2022 370,000.00 1.550% 52,531.25 - 422,531.25 422,531.25 475,062.50 08/01/2022 - - 49,663.75 49,663.75 49,663.75 - 02/01/2023 375,000.00 1.650% 49,663.75 424,663.75 424,663.75 474,327.50 08/01/2023 - - 46,570.00 - 46,570.00 46,570.00 - 02/01/2024 385,000.00 1.750% 46,570.00 - 431,570.00 431,570.00 478,140.00 08/01/2024 - - 43,201.25 43,201.25 43,201.25 - 02/01/2025 390,000.00 1.850% 43,201.25 - 433,201.25 433,201.25 476,402.50 08/01/2025 - - 39,593.75 - 39,593.75 39,593.75 - 02/01/2026 395,000.00 1.950% 39,593.75 - 434,593.75 434,593.75 474,187.50 08/0_1/2026 02/01/2027 - _ 35J42.50 - 405, 50% a.50 35742-S0 440,74 35,742.50 A:40,742, - 476,485.00 08/01/2027 - - 31 1.25 31,591.25 31,5912 - 02/01/2028 415, .00 2. % 1.25 44(,$91.25 446.591.25 478,182.50 08/01/2028 - 130.00 27,1A00 27,130.00 - 02/01/2029 420, .00 f - _ 330.00 - 447,130.00 447,130.0_0 474,260.00 08/01/2029 - n' - 0F � 22,405.00 22,405.00 - 02/01/2030 430,000.00 2.350% 22,405.00 - 452,405.00 452,405.00 474,810.00 08/01/2030 - - 17,352.50 - 17,352.50 17,352.50 - 02/01/2031 440,000.00 2.450% 17,352.50 - 457,352.50 457,352.50 474,705.00 08/01/2031 - - 11,962.50 - 11,962.50 11.962.50 - 02/01/2032 455,000.00 2.550% 11,962.50 466,962.50 466,962.50 478,925.00 08/01/2032 - - 6,161.25 6,161.25 6,161.25 - 02/01/2033 465,000.00 2.650% 6,161.25 471,161.25 471,161.25 477,322.50 Total $6,025,000.00 - $1,241,647.78 (129,700.28) $79266,647.78 $7,136,947.50 - Significant Dates Dated 12/29/2016 First Coupon Date 8/01/2017 Yield Statistics Bond Year Dollars $56,925.56 Average Life 9.448 Years Average Coupon 2.1811782% Net Interest Cost (NIC) 2.2870181% True Interest Cost (TIC) 2.2860796% Bond Yield for Arbitrage Purposes ... ......... I.. . 2.1661526% All Inclusive Cost (AIC) 2.4010331 % IRS Form 8038 Net Interest Cost 2.1811782% Weighted Average Maturity 9.448 Years Series 2016 GO Road Recon I SINGLE PURPOSE 1 9/22/2016 1 2:12 PM 40 EHLERS New Hope, Minnesota $6,025,000 General Obligation Road Reconstruction Bonds, Series 2016 Assumes Current Market BQ AA Rates polus 35bps 15 Year Term Debt Service Schedule Sanitary Water Sewer Storm! Date Principal Coupon Interest Total P+I CIF Net New D/S 105% of Total Revenue Revenue Rei 02/01/2017 - - - - 02/01/2018 - - 129,700.28 129,700.28 (129,700.28) - - - - 02/01/2019 355,000.00 1.200% 119,112.50 474,112.50 - 474,112.50 497,818.13 85,345.39 18,455.32 57 02/01/2020 360,000.00 1.300% 114185150 474,852.50 - 474,852.50 498,595.13 85,345.40 18,455.33 57 02/01/2021 365,000.00 1.400% 110,172.50 475,172.50 - 475,172.50 498,931.13 85,345.40 18,455.32 57 02/01/2022 370,000.00 1.550% 105,062.50 475,062.50 - 475,062.50 498,815.63 85,345.40 18,455.32 57 02/01/2023 375,000.00 1.650% 99,327.50 474,327.50 - 474,327.50 498,043.88 85,345.39 18,455.33 57 02/01/2024 385,000.00 1.750% 93,140.00 478,140.00 - 478,140.00 502,047.00 85,345.38 18,455.32 57 02/01/2025 390,000.00 1.850% 86,402.50 476,402.50 - 476,402.50 500,222.63 85,345.40 18,455.32 57 02/01/2026 395,000.00 1.950% 79,187.50 474,187.50 - 474,187.50 497,896.88 85,343.40_ _ 18,455.31 57 02/01/2027 405,000.00 2.050% 71,485.00 476,495.00 - 476,485.00 500,309.25 85,345.39 18,455.33 57 02/01/2028 415,000.00 2.150% 63182D - 478,182.50 502,091. 85;345.39 18,455.31 57 02/01/2029 420,000.00 2.250% 54:260.00 47 .00 - 474,260.00 497,973.00 85,345.39 18,455.33 57 02/01/2030 430,000.00 2.350% 44,810.00 47 .00 - 474,810.00 498,550.50 85,345.39 18,455.32 57 02/01/2031 440,000-00 2.450% 34,705.00 474., 0.5.00 - 474,705.00_ 498,440.25 85,345.39 18,455.33 57 02/01/2032 455,000.00 2.550% 23,925.00 478PV00' 478,925.00 502,871.`2 85,345.39 18,455.31 57 02/0i/2033 465,000.00 2.650% 12,322.50 477 22.50 477,322.50 501,188.63 85,345.40 18,455.31 57 Total $6.025,000.00 - W1,241,647.73 $7,266 k.78 �_Z9,700.28) $7,136,947.50 $7,493,794.88 $1,280,180.90 $276,829.81 $867. Significant Dates [ )'Ited First C oulxm Date Yield Statistics Bond Year Dollars Average Life Average Coupon Net Interest Cost (NIC)_ True Interest Cost TIC Bond Yield for ArbitrapePuurposes All Inclusive Cost (AIC) Series 2016 GO Road Recon I SINGLE PURPOSE 1 9/22/2016 1 2:12 PM Am_lk W—■.■■ IF- lAc+ New Hope, Minnesota $2,030,924 General Obligation Street Reconstruction Bonds, Series 2016 Issue Summary Revenues = Bond TIC Revenues Date Principal Coupon Interest Total P+I 12/31 /2018 114,915.64 2.300% 46,711.26 161,626.90 12/31/2019 117,558.70 2.300% 44,068.22 161,626.92 12/31 /2020 120,262.54 2.300% 41,364.36 161,626.90 12/31/2021 123,028.59 2.300% 38,598.32 161,626.91 12/31/2022 125,858.25 2.300% 35,768.66 161,626.91 12/31/2023 128,752.98 2.300% 32,873.90 161,626.88 12/31 /2024 131,714.30 2.300% 29,912.60 161,626.90 12/31/2025 134,743.73 2.300% 26,883.16 161,626.89 12/31/2026 137,842.84 2.300% 23,784.06 161,626.90 12/31/2027 141,013.21 2.300% 20,613.68 161,626.89 12/31/2028 144,256.53 2.300% 17,370.38 161,626.91 12/31/2029 147,574.42 2.300% 14,052.48 161,626.90 12/31/2030 150,968.64 2.300% 10,658.26 161,626.90 12/31/2031 154,440.92 2.300% 7,185.98 161,626.90 12/31/2032 157.993.06 2.300% 3,633.84 161,626.90 Total $2,030,924.35 - $393,479.16 $2,4249403.51 Series 2016 GO Sir Recon I Issue Summary 1 9/22/2016 1 2:07 PM EHLERS LEADERS IN PUBLIC FINANCE -16- New Hope, Minnesota $1,072,408 General Obligation Street Reconstruction Bonds, Series 2017 Water Revenues = Bond TIC Revenues Date Principal Coupon Interest Total P+I 12/31 /2018 60,680.00 2.300% 24,665.39 85,345.39 12/31 /2019 62,075.64 2.300% 23,269.76 85,345.40 12/31/2020 63,503.38 2.300% 21,842.02 85,345.40 12/31 /2021 64,963.96 2.300% 20,381.44 85,345.40 12/31/2022 66,458.13 2.300% 18,887.26 85,345.39 12/31/2023 67,986.66 2.300% 17,358.72 85,345.38 12/31/2024 69,550.36 2.300% 15,795.04 85,345.40 12/31 /2025 71,150.02 2.300% 14,195.38 85,345.40 12/31 /2026 72,786.47 2.300% 12,55 8.92 85,345.39 12/31/2027 74,460.55 2.300% 10,884.84 85,345.39 12/31/2028 76,173.15 2.300% 9,172.24 85,345.39 12/31/2029 77,925.13 2.300% 7,420.26 85,345.39 12/31/2030 79,717.41 2.300% 5,627.98 85,345.39 12/31/2031 81,550.91 2.300% 3,794.48 85,345.39 12/31 /2032 83,426.58 2.300% 1,918.82 85,345.40 Total $1,072,408.35 - $207,772.55 $1,280,180.90 Series 2016 GO Sir Recon I Water i 9/2212016 i 2:07 PM EHLERS LEADERS IN PUBLIC FINANCE -17- New Hope, Minnesota $231,901 General Obligation Street Reconstruction Bonds, Series 2017 Sanitary Sewer Revenues = Bond TIC Revenues Date Principal Coupon Interest Total P+I 12/31/2018 13,121.61 2.300% 5,333.71 18,455.32 12/31/2019 13,423.41 2.300% 5,031.92 19,455.33 12/31/2020 13,732.14 2.300% 4,723.18 18,455.32 12/31/2021 14,047.98 2.300% 4,407.34 18,455.32 12/31/2022 14,371.09 2.300% 4,084.24 18,455.33 12/31/2023 14,701.62 2.300% 3,753.70 18,455.32 12/31/2024 15,039.76 2.300% 3,415.56 18,455.32 12/31/2025 15,385.67 2.300% 3,069.64 18,455.31 12/31/2026 15,739.55 2.300% 2,715.78 19,455.33 12/31/2027 16,101.55 2.300% 2,353.76 18,455.31 12/31/2028 16,471.89 2.300% 1,983.44 18,455.33 12/31/2029 16,850.74 2.300% 1,604.58 18,455.32 12/31/2030 17,238.31 2,300% 1,217.02 18,455.33 12/31/2031 17,634.79 2.300% 820.52 18,455.31 12/31/2032 18,040.39 2.300% 414.92 18,455.31 Total $231,900.50 $44,929.31 $276,829.81 DRAFT Series 2016 GO Str Recon i Sanitary Sewer 1 9/22/2016 i 2:07 PM EHLERS LEADERS IN PUBLIC FINANCE - 18 New Hope, Minnesota $726,616 General Obligation Street Reconstruction Bonds, Series 2017 Storm Sewer Revenues = Bond TIC Revenues Date Principal Coupon Interest Total P+I 12/31/2018 41,114.03 2.300% 16,712.16 57,826.19 12/31/2019 42,059.65 2.300% 15,766.54 57,826.19 12/31/2020 43,027.02 2.300% 14,799.16 57,826.18 12/31/2021 44,016.65 2.300% 13,809.54 57,826.19 12/31/2022 45,029.03 2.300% 12,797.16 57,826.19 12/31/2023 46,064.70 2.300% 11,761.48 57,826.18 12/31/2024 47,124.18 2.300% 10,702.00 57,826.18 12/31/2025 48,208.04 2.300% 9,618.14 57,826.18 12/31/2026 49,316.82 2.300% 8,509.36 57,826.18 12/31/2027 50,451.11 2.300% 7,375.08 57,826.19 12/31/2028 51,611.49 2.300% 6,214.70 57,826.19 12/31/2029 52,798.55 2.300% 5,027.64 57,826.19 12/31/2030 54,012.92 2.300% 3,813.26 57,826.18 12/31/2031 55,255.22 2.300% 2,570.98 57,826.20 12/31/2032 56,526.09 2.300% 1,300.10 57,826.19 Total $726,615.50 - $140,777.30 $867,392.80 Series 2016 GO Str Recon I Storm Sewer 1 9/22/2016 1 2:07 PM EHLERS LEADERS IN PUBLIC FINANCE - 19 - New Hope, Minnesota $5,990,000 General Obligation Road Reconstruction Bonds, Series 2017 Assumes Current Market Non-BQ AA Rates polus 35bps 15 Year Term Sources & Uses Dated 05/01/2017 1 Delivered 05/01/2017 Sources Of Funds Par Amount of Bonds $5,990,000.00 Total Sources $5,990,000.00 Uses Of Funds Total Underwriter's Discount (1.000%) 59.900.00 Costs of Issuance $ 7,000.00 Dr.1mit to Capitalized Interest (CIF) Fund 94,173.75 Deposit to Project Construction Fund 5,774,121.47 Rounding Amount 4,804.78 Total Uses $5,990,000.00 Series 2017 GO Road Recon I SINGLE PURPOSE 1 9/22/2016 1 10:52 AM EHLERS LEADERS IN PUBLIC FINANCE -20- r New Hope, Minnesota $5,990,000 General Obligation Road Reconstruction Bonds, Series 2017 Assumes Current Market Non-BQ AA Rates polus 35bps 15 Year Term Debt Service Schedule Date Principal Coupon Interest CIF Total P+I Net New D/S Fiscal Total 05/01/2017 - - - 02/01/2018 - 94,173.75 (94,173.75) 94,173.75 - 08/01/2018 - - 62,782.50 62,782.50 62,782.50 - 02/01/2019 355,000.00 1.100% 62,782.50 417,782.50 417,782.50 480,565.00 08/01/2019 - - 60,830.00 60,830..00 60,830.00 - 02/01/2020 360,000.00 1.200% 60,830.00 - 420,830.00 420,830.00 481,660.00 08/01/2020 - - 58,670.00 58,670.00 58,670.00 - 02/01/2021 365,000.00 1.300% 58,670.00 - 423,670.00 423,670.00 482,340.00 08/01/2021 - - 56,297.50 56,297.50 56,297.50 - 02/01/2022 365,000+00 1.400% 56,297.50 - 421,297.50 421,297.50 477,595.00 08/01/2022 - - 53,742.50 53,742.50 53,742.50 - 02/01/2023 375,000.00 1.550% 53,742.50 428,742.50 428,742.50 482,485.00 08/01/2023 - - 50,836.25 - 50,836.25 50,836.25 - 02/01/2024 380,000.00 1.750% 50,836.25 - 430,836.25 430,836.25 481,672.50 08/01/2024 - 47.511.25 47,511.25 47,511.25 - 02/01/2025 385,000.00 1.900% 47,511.25 - 432,511.25 432,511.25 480,022.50 08/01/2025 - 43,853.75 - 43,853.75 43,853.75 - 02/01/2026 390,000.00 2.000% 43,853.75 - 433,853.75 433,853.75 477,707.50 08/01/2026 - - 39,953.75 - 39,953.75 39,953.75 - 02/01/2027 400,000.00 2.150% 39,953.75 439.953+75 439953.75 479,907.50 08/01/2027 L6.25 - 35,653.7S=i 653: 02/01/2028 410,060.00 115.0°/0 3 - 445,653.75' 4 653:75 481,307.50 08/01/2028 I 3- 3.0,836.25 .,836.25 02/01/2029 420,600.00 2500°l0 31586.25 836.25 4fy"836.25 481,672.50 08/01/2029 _ 50-25 586.2502/01/2030 430,000,00 2.65G% 2 86.25 481,172.50 08/01/2030 - - 19,888.75 - 19,888,75 19,888.75 - 02/01/2031 440,000.00 2.800% 19,888.75 - 459,888.75 459,888.75 479,777.50 08/01/2031 - - 13,728.75 - 13,728.75 13,728.75 - 02/01/2032 450,000.00 2.950% 13,728.75 - 463,728.75 463,728.75 477,457.50 08/01/2032 - - 7,091.25 - 7,091.25 7,091.25 - 02/01/2033 465,000.00 3.050% 7,091.25 - 472,091.25 472,091.25 479,182.50 Total $5,990,000.00 - $1,308,698.75 (94,173.75) $7,298,698.75 $7,204,525.00 - Significant Dates Dated 5/01 /2017 First Coupon Date 2/01 /2018 Yield Statistics Bond Year Dollars $54,567.50 Average Life 9.110 Years Average Coupon _ f 2.3983117% Net Interest Cost (NIC) 2.5080840% True Interest Cost (TIC) 2.4995434% Bond Yield for Arbitrage Purposes 2.3744374% All Inclusive Cost (AIC) 2.6201915% IRS Form 8038 Net Interest Cost 2.3983117% Weighted Average Maturity 9.110 Years Series 2017 GO Road Recon I SINGLE PURPOSE 19/22/2016 10:52 AM EHLERS LEADERS IN PUBLIC FINANCE New Hope, Minnesota $5,990,000 General Obligation Road Reconstruction Bonds, Series 2017 Assumes Current Market Non-BQ AA Rates polus 35bps 15 Year Term Debt Service Schedule Water Sanitary Storm ; Date Principal Coupon Interest Total P+I CIF Net New D/S 105% of Total Revenue Sewer Ref 02/01/2018 - - 94,173.75 94,173.75 (94,173.75) - - - 02/01/2019 355,000.00 1.100% 125,565.00 480,565.00 480,565.00 504,593.25 86,614.62 18,729.78 58 02/01/2020 360,000.00 1.200% 121,660.00 481,660.00 481,660.00 505,743.00 86,614.62 18,729.78 58 02/01/2021 365,000.00 1.300% 117,340.00 482,340.00 482,340.00 506,457.00 86,614.63 18,729.78 58 02/01/2022 365,000.00 1.400% 112.595.00 477,595.00 477,595,00 501,474.75 86.614.63 18,729.78 58 02/01/2023 375,000.00 1.550% 107,485.00 482,485.00 - 482,485.00 506,609.25 86,614.62 18,729.78 58 02/01/2024 380,000.00 1.750% 101,672.50 481,672.50 - 481,672.50 505,756.13 86,614.63 18,729.78 58 02/01/2025 385,000.00 1.900% 95,022.50 480,022.50 480,022.50 504,023.63 86,614.63 18,729.79 58 02/01/2026 390,000.00 2.000% 87,707.50 477,707.50 477,707.50 501,592.88 86,614.61 18,729.78 58 02/01/2027 400,000.00 2.150% 79,907.50 479,907.50 479,907.50 503,902.88 86,614.63 18,729.77 58 02/01/2028 410,000.00 2.350% 71,307.50 481,307.50 481,307.50 505,372.88 86,614.62 18,729.77 58 02/01/2029 420,000.00 2.500% 61,672.50 481,672.50 481,672.50 505,756.13 86,614.63 18,729.78 58 02/01/2030 430,000.00 Z.65 50 48i;1.72.50 505,2:31 3---86,6t4:61 •1"29,'78 58 02/01/2031 440,000.00 2.800% 39,7 .50 50 479,777.50 503),766.38 86,614.63 18,729.78 58 02/01/2032 45i1,000.00 2.950% 27,457.517 �14,182.Si� 50 T4' - 477.457.50 5n1.3 0.38 86,614.62 _ I8,729.78 58 02/O1/2033 465,000.00 3.050% 50 - 479.182 0 503.141.63 86,614.63 18,729.78 58 Total S�1,9901000.00 $1,308,698.75 $7,2 (94,173.75) $7.204,525b $7.564.7t.. '"` 1,299,219.36 5Z80,945.69 $880. Significant Dates Dated First Coulon Date Yield Statistics Bond Year Dollars Average Life Average Coupon Net Interest Co_st_(NIC) True Interest Cost (TIC) Bond Yield for Arbitrage Purposes All Inclusive Cost (AIC) Series 2017 GO Road Recon I SINGLE PURPOSE 1 9/22/2016 1 10:52 AM EHLERS New Hope, Minnesota $2,030,924 General Obligation Street Reconstruction Bonds, Series 2017 Issue Summary - Non-BQ Option Revenues = Bond TIC Revenues Date Principal Coupon Interest Total P+I 12/31/2018 113,257.45 2.500% 50,773.11 164,030.56 12/31/2019 116,088.89 2.500% 47,941.66 164,030.55 12/31/2020 118,991.11 2.500% 45,039.46 164,030.57 12/31/2021 121,965.89 2.500% 42,064.68 164,030.57 12/31/2022 125,015.03 2.500% 39,015.52 164,030.55 12/31/2023 128,140.42 2.500% 35,890.14 164,030.56 12/31/2024 131,343.93 2.500% 32,686.64 164,030.57 12/31 /2025 134,627.52 2.500% 29,403.04 164,030.56 12/31/2026 137,993.21 2.500% 26,037.36 164,030.57 12/31/2027 141.443.04 2.500% 22,587.50 164,030.54 12/31 /2028 144,979.12 2.500% 19,051.44 164,030.56 12/31/2029 148,603.59 2.500% 15,426.96 164,030.55 12/31/2030 152,318.68 2.500% 11,711.88 164,030.56 12/31/2031 156,126.65 2.500% 7,903.90 164,030.55 12/31/2032 160,029.82 2.500% 4.000.74 164,030.56 Total $2,030,924.35 - $429,534.03 $2,460,458.38 DRAFT Series 2017 GO Sir Recon I Issue Summary 1 9/22/2016 1 10:52 AM EHLERS LEADERS IN PUBLIC FINANCE - 23 - New Hope, Minnesota $1,072,408 General Obligation Street Reconstruction Bonds, Series 2017 Water Revenues = Bond TIC Revenues Date Principal Coupon Interest Total P+I 12/31/2018 59,804.41 2.500% 26,810.21 86,614.62 12/31/2019 61,299.52 2.500% 25,315.10 86,614.62 12/31/2020 62,832.01 2.500% 23,782.62 86,614.63 12/31 /2021 64,402.81 2.500% 22,211.82 86,614.63 12/31/2022 66,012.88 2.500% 20,601.74 86,614.62 12/31/2023 67,663.21 2.500% 18,951.42 86,614.63 12/31/2024 69,354.79 2.500% 17,259.84 86,614.63 12/31/2025 71,088.65 2.500% 15,525.96 86,614.61 12/31/2026 72,865.87 2.500% 13,748.76 86,614.63 12/31/2027 74,687.52 2.500% 11,927.10 86,614.62 12/31/2028 76,554.71 2.500% 10,059.92 86,614.63 12/31/2029 78,468.57 2.500% 8,146.04 86,614.61 12/31/2030 80,430.29 2.500% 6,184.34 86,614.63 12/31/2031 82,441.04 2.500% 4,173.58 86,614.62 12/31/2032 84,502.07 2.500% 2,112.56 86,614.63 Total $1,072,408.35 - $226,811.01 $1,299,219.36 Series 2017 GO Slr Recon I Water 1 9/22/2016 1 10:52 AM EHLERS LEADERS IN PUBLIC FINANCE - 24 New Hope, Minnesota _ $231,901 General Obligation Street Reconstruction Bonds, Series 2017 Sanitary Sewer Revenues = Bond TIC Revenues Date Principal Coupon Interest Total P+I 12/31/2018 12,932.27 2.500% 5,797.51 18,729.78 12/31/2019 13,255.58 2.500% 5,474.20 18,729.78 12/31/2020 13,586.96 2.500% 5,142.82 18,729.78 12/31/2021 13,926.64 2.500% 4,803.14 18,729.78 12/31 /2022 14,274.80 2.500% 4,454.98 18,729.78 12/31/2023 14,631.68 2.500% 4,098.10 18,729.78 12/31/2024 14,997.47 2.500% 3,732.32 18,729.79 12/31/2025 15,372.40 2.500% 3,357.38 18,729.78 12/31/2026 15,756.71 2.500% 2,973.06 18,729.77 12/31/2027 16,150.63 2.500% 2,579.14 18,729.77 12/31/2028 16,554.40 2.500% 2,175.38 18,729.78 12/31/2029 16,968.26 2.500% 1,761.52 18,729.78 12/31/2030 17,392.46 2.500% 1,337.32 18,729.78 12/31/2031 17,827.28 2.500% 902.50 18,729.78 12/31/2032 18,272.96 2.500% 456.82 18.729.78 Total $231,900.50 - $49,046.19 $280,946.69 DRAFT Series 2017 GO Sir Recon I Sanitary Sewer 1 9/22/2016 1 10:52 AM EHLERS LEADERS IN PUBLIC FINANCE - 25 - New Hope, Minnesota $726,616 General Obligation Street Reconstruction Bonds, Series 2017 Storm Sewer Revenues = Bond TIC Revenues Date Principal Coupon Interest Total P+I 12/31 /2018 40,520.77 2.500% 18,165.39 58,686.16 12/31/2019 41,533.79 2.500% 17,152.36 58,686.15 12/31/2020 42,572.14 2.500% 16,114.02 58,686.16 12/31/2021 43,636.44 2.500% 15,049.72 58,686.16 12/31/2022 44.727.35 2.500% 13,958.80 58,686.15 12/31/2023 45,845.53 2.500% 12,840.62 58,686.15 12/31/2024 46,991.67 2.500% 11,694.48 58,686.15 12/31/2025 48,166.47 2.500% 10,519.70 58,686.17 12/31/2026 49,370.63 2.500% 9,315.54 58,686.17 12/31/2027 50,604.89 2.500% 8,081.26 58,686.15 12/31/2028 51,870.01 2.500% 6,816.14 58,686.15 12/31/2029 53,166.76 2.500% 5,519.40 58,686.16 12/31/2030 54,495.93 2.500% 4,190.22 58,686.15 12/31/2031 55,858.33 2.500% 2,827.82 58,686.15 12/31 /2032 57,254.79 2.500% 1,431.36 58,686.15 Total $726,615.50 - $153,676.83 $880,292.33 DR-JL:� -.DL_X_ Series 2017 GO Str Recon I Storm Sewer 19/22I2016 1 10:52 AM EHLERS LEADERS IN PUBLIC FINANCE -26- Excerpts: 2017 Northwood North Infrastructure Project/Costs 2017 Northwood North Area Infrastructure Improvements Present Feasibility Report Project 985 September 26, 2016 dft Rating �1-20 21 - 40 --41 -60 s—M-761 - 80 —81 -100 Study Area i s r W N -Op As dist Ave N 9 NorOmmod LEM riorermOo° Pn;` ■ Ave z z w > O a • z 0 i a Y 0 �q �3 a TABLE 1 - PAVEMENT RATING INDEX (PRI) SUMMARY PRI RANGE RATING DESCRIPTION _LENGTH IN FEET I LENGTH IN MILES 0-20 Fairing 1,820 0.34 21-40 Very Poor 1,295 0.25 41-60 Poor 3,820 0.72 61-80 Good 5,795 1.10 81-100 Excellent 0 0.00 TOTALS 13.538 2.41 AVERAGE PRI = 51.42 i-9ff■JIlk 41stAve N I z z w o `J I �� I rZ Ave N 4M Ave N Nopewood Ave N Project Components I m Street Strategies (2.4 miles of improvements) — Full Reconstruction (1.4 miles) — Reclaim (0.2 miles) — Mill & Overlay (0.8 miles) ■ Water Main Replacement — Only street sections with history of breaks — Bolt replacement on non -reconstruct streets (completed by Public Works) ■ Sanitary Sewer Improvements — Spot repairs, Casting Replacement and Manhole Sealing (prevent I & I) ■ Storm Sewer Improvements — Replacement on Full Reconstruct Streets only — Limited Improvements/spot repairs on other streets AN a Mffro1d1ZiIVA1116 Ah Funding Source Current Feasibility Report Estimate Capital Improvement Plan (CIP) Budget Amount Difference Proposed non -city assessment amount $49,236 $3,Q5Q,000 $693,196 Proposed city assessment amount $82,739 Street infrastructure fund $3,611,221 Storm water fund $726,616 $500,000 $226,616 Sanitary sewer fund $231,901 $300,000 -$68,099 Water fund $1,072,408 $1,200,000 -$127,592 Total Estimated Project Costs $5,774,121 $5,050,000 $724,121 Alternates ■ The report breaks down the project into logical sections to allow for reduction in scope, if desired. ■ Alternate 1: As current estimated costs are higher than previously budgeted amounts, 40t" Avenue North has been identified as a potential bidding alternate. ■ Alternate 2: Sumter Filtration Basin — the existing storm water basin has proven to be difficult to maintain, and it is recommended to explore competitive bids with this project to install underground treatment and storage. 'TAIL/DM■ ■e ■ TABLE 13 - FUNDING SOURCE Funding Source/ Street plater Sewer Storm Sewer Assess- Total less 40fh Total (without Improvement Fund Fund Fund * Fund ments Ave N*** 401h Ave N) *** Street $3,611,221 $131,976 $3,743,197 $350,373 $3,392,824 Water Main $1,072,408 $1,072,408 $113,992 $958,416 Sanitary Sewer $231,900 $231,900 $10,465 $221,435 Storm Sewer $726,616 $726,616 1 $41,340 $685,276 Total $3,611,221 $1,072,408 $231,900 $726,616 $131,97 $$5,774,121 1 $516,170 $5,257,951 * Funding for 1/1 related improvements is estimated at $72,000.00, which can be funded from separate Capital Improvement Projects within the Sewer Fund. **The City of New Hope Assessment is estimated at $82,739.28 ***As the estimated costs are higher than the original Capital Improvement Plan 2017 Budget, we have identified the 40th Avenue North improvements as a potential bidding alternate. Therefore we have provided funding options for the entire project, and also for excluding the estimated costs of the 40'h Ave N improvements. Excerpt: 2016 2nd Quarter Financial Report 9001 General 9010 Fire capital projects 9015 Economic development authority 9016 Solid waste management 9017 Ice arena endowment 9021 Police forfeiture 9116 EDA Sinking #9, 02-01 9117 EDA sinking #10, 03-01 9118 EDA sinking #11, 04-1 9119 EDA sinking #12, 04-2 9121 EDA Sinking 9125 2011A Lease Revenue Bonds 9140 Fire pension bond 1196 9145 2010B GO Equipment 9202 City Hall CIP 9203 Street infrastructure 9211 EDA Construction #4, 82-1 9213 EDA construction #5, 85-1 9214 EDA construction #7, 86-1 9215 EDA construction #6/8, 85-2 9216 EDA construction #9; 02-01 9217 EDA construction 410, 03-01 9218 EDA construction #11, 04-1 9219 EDA construction #12, 04-2 9220 EDA construction TIF 11-1 9221 EDA construction TIF 08-1 9222 EDA construction TIF 14-1 9223 Xylon & 45th Ave 9224 Proposed TIF District 2015 9225 Alatis TIF District 11-1 9226 Compass Pointe 9233 Park infrastructure 9242 Temporary fianneing 9250 Capital Project Clearing Fund 9300 Sewer 9301 Water 9302 Golfcourse 9303 Ice arena 9304 Storm water 9305 Street lighttsignal operation 9401 Labor pool 9402 Central garage 9407 Insurance 9408 Vacation leave 9409 Payroll clearing 9410 Information technology 9502 Investment trust 9503 Agency - pass thru 9504 Alliance Benefit Group Total CITY OF NEW HOPE, MINNESOTA UNAUDITED CASH BALANCES BY FUND JUNE 30, 2015, DECEMBER 31, 2015 AND JUNE 30, 2016 Balance 06/30/2015 S 4,675,324 301,526 (167,301) 155,914 5,794 127,158 (192,402) (29,539) (239,035) 23,075 398,253 2,969,958 569,123 1,774,438 3,053,818 166,713 (217,017) (570,490) 113,775 (20,688) (1,767) 6,118,378 1.089,403 �F�t 1.957,�G8 (151,586) Attachment B YTD Balance Balance Change from 12/31/2015 06/30/2016 12/31/2015 S 5,919,206 S 4,877,538 $ (1,041,668) 301,971 455,493 153,522 (1) 1,301,857 765,973 (535,884) (2) 162,248 178,817 16,569 5,794 94 (5,700) 127,381 128,867 1,486 - (278,375) (278,375) (3) 21,885 (3,216) (25,101) - (262,880) (262,880) (27,856) (27,856) 178,639 30,907 (147,732) (4) 394,108 439,390 45,282 934,516 1,807,728 873,212 (5) 344,876 350,512 5,636 (3) 1,708,809 1,729,288 20,479 2,463,560 2,497,121 33,561 (3) 166,208 168,146 1,938 (221,677) (222,217) (540) (608,670) (609,432) (762) 113,223 113,603 380 (121,439) (121,981) (542) (2,519) (3,061) (542) (529) (529) 2,523,440 711,200 (1,812,240) (6) (8,551) (14,948) (6,397) 2,576 2,576 (542) (542) 1,068,416 1,018,516 (49,900) 1,371,825 2;012,514 640,689. 2,144,683 2,184,244 39,561 (522,479) (522,479) (7) 1,171,551 1,364,888 746,349 (618,539) (8) 84,363 86,599 113,195 26;596 581,274 627,939 507,055 (120,884) 994,484 1,292,276 (1,820) (1,294,096) (9) 250,645 262,027 290,808 28,781 4,734,772 4,545,612 4,604,116 58,504 603,113 619,952 556,037 (63,915) 751,587 784,819 969,787 84,968 406,409 664 394,603 393,939 (10) 187,958 313,004 346,732 33,728 5,547 80,249 71,568 (8,681) (270) 3,738 288 (3,450) $ 31,680,526 $ 30,271,556 $ 25,891,729 $ (4,379,827) Item g8plauation of chanees_eccatcr than 5100,000 and 20 a (1) Increase due to transfer of general fund surplus to Fire Capital ($150,000). (2) Variance due to payments on current projects. (3) Variance a result ofproject costs/interfund transfers. (4) Variance due to principal and interest payments in first half. Property taxes will be recorded in second half of 2016. (5) Variance due to intergovernmental revenues in excess of project expenditures year-to-date. (6) Variance due to project costs incurred and spend -down of bond proceeds. (7) See additional detail on Attachment D (8) See additional detail on Attachment D (9) See additional detail on Attachment D (10) Variance due to timing of payrolls. 7 Recent Inter -fund/ Temporary Financing Loan Documentation L WO Originating Department City manager ; Kirk McDonald, City Ma Request for Action Approved for Agenda Agenda Section Ordinances & April 14,2034 Resolutions Item No. B -Kirk McDonald 10.2 Resolution, approving jnterWnd loan and transfer from temporary financing fund to water fund for emergency water suPPIY system (improvement project#929) Requested Action Staff recommends the City Council approve the attached resolution approving interfund loan and transfer from temporary financing , fund to water fund for emergency water supply system. At the March 17,2014, work, session the Council discussed funding New Hopes share of this project internally, and was supportive of the option presented by the cUN7s financial com,,ultant (ARM) and staff, Policy/Past Practice The council has approved interfund loans in the past whert the funds Fire available to save on interest costs and accor . plish city projects. A recent e-xample includes paying off the golf course clubhouse outside debt via an interfund loan frorn the ternporary.fillancing fund and EDA. Background I held oil January 9,2014 the thre-, councils wlartinjougly agreed to move forward witli the construction of an ernergency water supply system, pant cjhy would be responsible for financing their share of the roject, and the estimated cost to New Hope it, $1.1 million. The council. further discussed this matter at the January 21 work session and supported approving a resolution to construct the project along with the other cities. The council also discussed adding. a 20c charge per 1,000 gallon .s of water to pay for New Hope's share of the project and discussed internal financing. At the January 27 council meeting the council approved. a resolution ordering construction of an emergency water supply, and at the February 10 council meeting an ordinance was approved establishing fee for the emergency water supply system. Ilhe 2-N per 1,000 gallon fee will be effective on the April 2014 utility bills. 1� Al M prepared the attadied memo regarding the option of internal financing which was reviewed at p the March 17 council work session, As of December 31, 2013 the temporary financing fund had a balance of $3,128,321,,ind A reconnnends that there are adequate funds to internally finance New .elope' s share of the emergency water supply [system. Based ort the nurnberof gallons of water sold in 2013, it is estimated the new 20t charge will generate ' approximately $122,681 in. revenue per year that would be, utilized to pay off the internal loan. With the addition of a small 1-51% interest rate for an internal Joan, the loan would be repaid in a ten Year period (please see attached amortization schedule), Motion by Second by TO: M Interfuiid-JPI929 m4i4 Request for Action, Page 2 April 14,2014 The attached resolution authorizes an interfund loan and, transfer from temporary financing fund to water fund in the amount of $1.1. million as project expenses are incurred for New Hope's share of the JWC em."ency water supply system, Staff recommends approval of the resolution. Anadiments Resolution March 17,2014 work session minutes March 17,2014 RFA including amortization schedule City of New Hope Resolution 2014- Resolution approving interfund loan and transfer from temporary financing fund to water fund for emergency water supply system (improvement project #9279) WHEREAS, the three city councils of.he10-Int Water Commission (New I -lope, Golden Valley, and Crystal) have unanimously agreed to construct an emergency water supply system; and WHEREAS, at the January 27,2014, council rneeting the council approved a resolution ordering construction of an emergency water supply, similar to the other two cities; and WHEREAS, each city is responsible for financing their share of the project and the estimated cost for New Hope is $1.1 million; and WHEREAS, at the February 10, 2014, council meeting the city council approved an ordinance establishing a fee for the emergency water supply system in the amount of 20� per'1,000 gallons of water, and WHEREAS, the city's financial consultant (AEM) has recommended the city council finance the emergency water supply project infernally with an interfund loan from the temporary financing fund to the water fund to pay for project expenses as they are incurred; and WHEREAS, the interfund loan would be paid back with the 20� per 1,000 gallon fee over a ten year period with a small 1.51 % interest rate for an internal lowt per the attached amortization schedule; and WHEREAS, the city council supports the internal financing option for the emergency water supply projectand the recommendation from AEM. NOW, THEREFORE, BE ITIZESOLVED, by the city council of the city of New Hope, Minnesota that an interfund I om-i and transfer from the temporary financing fund to the water fund in the amount of $1.1 million as project expenses are incurred for the emergency water. Supply system is hereby approved. Adopted by the City Council of the city of New Hope, Heruiepin County,,Miruiesota, this 14th day of April, 2014. Mayor Attest: City Clerk Purchase skates for rental, setup rental area Golf course grills Fairway Unit • Rotary rough mower • Golf carts lease program Directors Paschke and Rader also reviewed proposed (21P project - for years 2016- 2018. Ms. jean McGonn. of AEM reported on the financial aspects related to OF for parks, street, and central garage. She stated the street infrastructure maintains a positive cash bal.-mce and appears to have sufficient resources for the projects planned in the next five years. She stated the park infrastmcture fund cash balance is projected to be negative at the end of 2015 due to the large number of projects scheduled for year 2015. She pointed out if major expenditures are not delayed, the city should consider increasing funding to the park infrastructure by approximately $150)m per year over the next four years, Ms, McCann stated the central garage cash flow assumes replacement is funded at 25% and, operations funded at 100%. She stated funding replacement at 250/0 will. continue to have a negative effect on the overall cash position of the central garage. She noted Council may want to consider increasing the replacement funding level in 2015 to 50%, She also poirited out the 2018 OF a,,surne a public works addition for $2,650,000 paid out of current funds, Ms. NleGann stated by increasing both the pack tax levy and the street tax levy by 3% would result in approximately $45,000 for each fund vvhich equates to a tax increase of $7 for a home valued at $200,000. Council thanked the d:ixectors and AXM representatives for the update. IMP, PROJECT 929� 1 Mayor Flkemken ii.itroduced for discussion item 11,10, Discussion regarding internal Item 11.10 financing for emergency water supply system (improvement project no929). Mr. Krk McDonald, city manager, reported the recent $,20 charge per 1,000 gallons of water will generate approximately $122,681 of revenue per year, fie stated the cfty's share of the emergency water supply systern is $1,1 million. He recommended fi-nancing the cost internally with repayment over Len years. Ms. jean McCann, AEM, stetted the etty's temporary financing ,fund has adequate reserves to manage die internal loan. She recon-imended using a 1,51% interest rate which is the average interest earned on investments. She indicated the $1.1 million loan could be repaid in 10 years at $119,341 per year with final maturity in 2024. Council expressed support for ar, internal loan. Tracking Project Costs Mayor Hemken introduced for discussion item, 11.11, Discussion regarding tracking Item 1.1A1 pxoject costs. Mr. Kirk McDonald, city manager, explained how projects are tracked by Council action and expenses are coded to the corresponding project number by the Finance Departinent. He stated a report can be generated fear expenses/revenues related to an improvement pwject number. City Council Work Session March 17,2014 Page 1-0 Request for Action Originating Department Approved for .Agenda Agenda Section Ordinances & City ManagerJune 22, 2015 Resolutions r: Kirk McDonald, Citya Maner $: Item No. Dirk McDonald 10.2 Ordinance No, 201-5- 14,, An ordinance increasing the fee for emergency water supply/water :main repair Requested Action — Staff requests the City Council approve the attached ordinance to ifund construction and maintenance of the emergency water supply system and costs to repair the 36" water main that provides the water supply from the city of Minneapolis, Policy/Past Practice In the past, the City Council has approved additional charges for major improvement projects to the utility systems serving the city. in February of 2014 the City Council approved a 20d per 1,000 gallons of water charge on utility bills to help fund New Hope's portion of the JWC emergency backup water supply project. Background The Joint Water Commission UWC) is a joint powers entity consisting of the cities of Crystal, Golden Valley, and New Hope, initiated in 1963. Based on this agreement, the three cities built their water distribution systems to be interconnected without reference to city boundaries. The three JWC City Councils met on March 31, 2015, and discussed the need for the 36" water main repair and agreed to pay their respective costs for the project. The estimated cost for the project presented at the meeting was between $5.4 and $5.6 million.'I'he JWC has sought Inds and awarded contracts on the project, and the repair work is currently underway. Favorable bids have been received on the project, and the current estimated cost of the project has decreased to approximately $4.4 million. New Hope is responsible for 30% of the project cost which is roughly $1.35 million. New Hope will need to make a payment for the project to the J VC this summer. 'Pile project cost can initially be paid from the temporary financing fund, and staff recommends the Council consider bonding for the improvement later this year after the utility rate study is completed. Similar to the emergency backup water supply project, staff and A.EM are recommending that an additional charge of 30t per 1,000 gallons of water used be added to water bills effective July (for bills mailed in August) to help fund the repair costs. The city of Crystal recently adopted a fee of $1 per 1,000 gallons on their quarterly bills, At the June 15, 2015, work session Council expressed support for increasing the fee per 1,000 gallons from $.20 to $.50 to address both the emergency water supply and the water main repair. costs. The cost to an average household will be $2.50 per month (based on usage of 5,000 gallons of water). Holton by Second by To: 60•1-d I:1R1'A/C3tyM"ed2ai5/4-ord 2015-14 06,22..75 Request for action, Page 2 June 22, 2015 Attachments Ordinance No. 2015-34 AEM memo Estimated project cost Tri-city council meeting minutes of March 31, 2015 ORDINANCE NO.2015-14 AN\T ORDINANCE INCREASING FEE FOR EMERGENCY WATER SUPPLYIWATER MAIN REPAIR The City Council of the City of New Hope ordains: Section 1. Section 14-50(10)(b)4. "Emergency Water supply/repair" of the New Hope City Code is hereby amended to read as follows: 4, la eps�i�'T = 'L , . S0.50 _ and water main repair costs Section. 2. Effective Date. This Ordinance shall be effective upon its passage and publication. Attest: Dated the 22nd day of June, 2015. "Valerie Leone, City Clerk Kathi llemken, Mayor (Published in the New Hope -Golden Valley Sun -Post the 2nd day of July, 2015.) 1 AGENDA ITEM MEMO TO: KIRK MCDONALD FROM: JEAN MCGANN SUBJECT: JWC PROJECT DATE: JUKE 4, 2015 BACKGROUND The Cities of New Hopes Crystal and Golden Valley, acting as the Joint Water Cornmission GWC) need to repair the water main that provides the water supply from the City of Mioneapolis. All Cities have approved this repair and project casts have been rercived. New Hope is responsible for $L3M of the 54.4M project To pay fax this project, we recommend doing a tcrnpotary internal loan from the Temporary Financing Fund and potentially bonding for this repair. A specific recommemdatiou will be presented to Council with the Utility Rate Study. In addition to the initial paymcrtt for the project, the loanor bond needs to be repaid. In 2014, the City authorized a fee on Water BMs of $0.20 to repay the first emergency water repair. We recommend inrxeasing this fee to $0.50 to repay the loans for both the V, and 2nd cnnetgency water repairs. The loans will be repaid over a period of 10 year. The effective date of this increase should be August 1, 2015. c-) Request for Action Agenda Section Development & March 14, 2016 Planning Approved by: Kirk McDonald, City Manager Item Number 8.2 Originating Department: Public Works By: Bob Paschke, Director Agenda Title -Resolution awarding contract to GMH Asphalt Corporation, for construction of public improvement No. 974, (2016 Northwood South Area Infrastructure Improvement Project) Requested Action Staff recommends that the City Council award a contract to GMH Asphalt Corporation for construction of public improvement No. 974, (2016 Northwood South Area Infrastructure Improvement Project). Staff also recommends that council accept alternates 1, 2 and 3 within the motion to award this contract. Policy/Past Practice The City Council routinely considers public infrastructure improvement projects to extend the useful life of infrastructure and to replace infrastructure that warrants upgrading using the most cost effective method to improve levels of service to the community. Background The proposed 2016 Northwood South area project was discussed at the Council's September 21, 2015 work session, as council chooses to continue with an aggressive pavement management program and expedite improvements in this area. A feasibility study was not required as there are no tax exempt or otherwise assessed properties within the area. Council was approached to authorize the preparation of plans and specifications on November 9, 2015, the motion was unanimous. Street and utility infrastructure funds are being used to fund other major infrastructure projects in 2016; therefore, bonding was discussed for this infrastructure improvement area south of Northwood Lake. Bonding was approved by council on December 17, 2015. A neighborhood meeting was held on January 13, 2016, where the project details were discussed with additional input and feedback received from residents. Council approved plans and specifications and authorized bids on January 25, 2016; staff received bids on March 3, 2016. The project proposes a full reconstruct of Jordan Avenue from 36th Avenue to Northwood Parkway; Gettysburg Avenue from 36th to Hillsboro; Hillsboro from Jordan Avenue to Northwood Parkway; Flag, Ensign and Decatur Avenues from 36th to Northwood Parkway. The utility infrastructure improvements consist of water and storm sewer replacement, with minimal sanitary sewer improvements. Mill and overlay street improvements are considered for Northwood Parkway from Boone to Jordan- Avenue; Independence Avenue from Jordan Avenue to Hillsboro Avenue; Gettysburg Avenue from Gettysburg to Northwood Parkway, as well as Jordan Circle and Boone Circle. Full pavement removal and replacement improvements are considered for Northwood Circle as the depth of 1:\RFA\PUBWORKS\2016\974 2016 Northwood South infrastructure project\974 Award Bid\final-974 Award Project.dooc Request for Action, Page 2 pavement is too thin to complete a mill and overlay. Project Costs Following preliminary survey and field investigation, portions of the initial project scope have changed and cost estimates are higher than previously anticipated. The project includes alternate bidding options; Alternate 1 (Decatur Avenue North) and Alternate 2 (Ensign Avenue North) include full reconstruction improvements and are not included in the project base bid; Alternate 3 (Northwood Circle) includes a full reconstruction improvement option, rather than the base bid full pavement removal improvement option. City Council approved plans and specifications and authorized bidding. Unexpectedly, additional scope to the storm water improvements was added to the project following the watershed review by BARR Engineering (BARR is the consulting engineer for Bassett Creek Watershed Management Commission (BCWMC)). As part of the recent 2015 BCWMC Watershed Management Plan, it is required to meet the Minimal Impact Design Standards (MIDS) performance goal for linear projects. The MIDS flexible treatment options require water quality treatment for the projects creating more than one acre of new and /or fully reconstructed impervious surface. Because of the mandate, filtration basin best management practices (BMP's) had to be designed into the boulevards of the roads that fall under full reconstruction which added approximately $140,000 to the project. Only 21.1 percent of the stormwater treatment from project 938 was credited to project 974 through extensive negotiation with the BCWMC consultant. The proposed project schedule is: Award Contract March 14, 2016 Start Construction Spring 2016 Substantial Completion (Excluding Reconstruct Wear Course) Fall 2016 Complete Construction Summer 2017 Bids Five Bids were received on the bid opening date; costs were very favorable relative to the engineer's estimate with GMH Asphalt Corp as the lowest responsible bidder. The majority of the 2016 Northwood South Area infrastructure project funding will be from bond funds. The breakdown of the base bid total project costs and revenue sources, including 20% indirect, for project No. #974 is shown based on the low bid from GMH. Total r Streets n. sAw Water Main Storm Sewer (69.731%) [2.81 %1 (8.49%) Base Bid $3,670,619.02 $2,559,'509.78 $103,045.28 $6%,578.17 $311,485.78 Alt 1 (Decatur) $412,816.95 $272,573.52. 9,481.66 $90,525.72 $40,134,041 Alt 2 (Ensign) $489,815.06 $a34,614.60 $7,210-158 $97,917.4.5 $50,072.62 Alt 3 (Northwood Circle) $238,191.19 $144,331.52 $5,314.69 $57,406.Zq $31,138.25 Total Project 974 $4,811,442.21 $3,311,029.42 $125,054.02 $942,528.07 $432,830.70 Request for Action, Page 3 The portion of the Northwood Lake Stormwater Infrastructure project 938 that recognizes costs relative to project 974 are being performed by Northdale Construction due to timing and project scopes, those relative costs are shown below. Project 938 has been awarded by Council with the understanding of the symbiotic project scopes. Total Streets Sanitary Sewer Water MainW Project No. 938 Base Bid $517,867.96 $Z29,741.72--1 $7;E59.42 $i99;[?9T.31177,38LiS1 Total Cost Project 974 and $5,329,310.17 $3,540,771.14 S126,709.44 51,051,519.3$ $618,211.2� related Project 938 Funding Bonds have been approved by council to fund the majority of Project No. 974; the respective funds that will be utilized are Street Infrastructure, Storm water, Sanitary Sewer and Water utility reserve funds. The City Manager, Finance Consultant AEM, the City Engineer and Public Works Director have caucused to discuss the finances and availability of funds. Together it was determined and agreed that all portions of project 974 are important to complete at this time relative to the aggressive infrastructure plan council has directed staff to pursue. The base bid came in much lower than the budget, relative to the very favorable bid prices, while considering alternates 1, 2, and 3, and the relative cost from project 938, brings the total project cost above the long term plan budget by an approximate $500,000, of which a portion of the overage was unanticipated due to mandated BMP's from the watershed. Staff is recommending council to approve the base bid with alternates 1, 2, and 3, and to supplement the current available funding through the temporary financing fund for the budget shortfall. Attachments • Resolution • Engineer's memorandum • AEM memorandum • Bid Tab • Barr Engineering Memo to Basset Creek Watershed Management Commission ABDO : , EICK & MEYERS.1 r, AEM Financial Solutions""' MEMO TO: KIRK MCDONALD T FROM: VICTORIA HOLTHAUS SUBJECT: REVIEW OF 2016 PROJECTS AS -BIDS COMPARED TO LT PLAN ESTIMATES DATE: MARCH 4, 2016 Background Per your request we have reviewed the as -bid costs for the 2016 improvement projects to evaluate contract costs as compared to the amounts included in the long-term plan presented in December of 2015. We reviewed the utility and street infrastructure Portions of the following 2016 improvement projects: • Project #962 - 49'h Avenue improvement Project • Project #938 - Northwoods Stormwater and Playground Equipment • Project #974 - Northwoods Area South Infrastructure Improvement Projects • Project #974 - Northwoods Area South Infrastructure Improvement Projects (Alternates) Project #962 - 491h Avenue Improvement Project #962 - 49th Avenue Improvement Project Under / (Over) Funding Source LT Plan As -bid LT Plan Watershed Commission or MSA 2,000,000 2,049,963 (49,963) Street Infrastructure Fund Water Fund 515,000 310,431 204,569 Sanitary Sewer 50,000 89,670 (39,670) Stormwater Fund 690,000 491,127 198,873 3,255,000 2,941,191 313,809 5201 Eden Avenue, Suite 25o Edina, MN W36 052.M.3074 I FAx 652.83$.3261 Project #938 - Northwoods Stormwater and Playground Equipment #938 - Northwoods Stormwater & Playground Funding Source Watershed Commission or MSA Street Infrastructure Fund Water Fund Sanitary Sewer Stormwater Fund LT Plan City of New Hope March 8, 2016 Page 2 Under / (Over) As -bid LT Plan 1,602,182 1,602,182 - - 229,742 (229,742) - 109,091 (109,091) - 1,654 (1,654) 300,000 276,000 24,000 1,902,182 2,218,669 (316,487) Project #974 - Northwoods Area South Infrastructure Improvement Projects #974 - Northwoods Area South Infrastructure Improvement Project Under / (Over) Funding Source LT Plan As -bid LT Plan Watershed Commission or MSA - - _ Street Infrastructure Fund, 2,550,000 2,559,510 (9,510) Water Fund 1,200,000 696,578 503,422 Sanitary Sewer 200,000 103,045 96,955 Stormwater Fund 350,000 311,486 38,514 4,300,000 3,670,619 Project #974 - Northwoods Area South Infrastructure Improvement Projects (Alternates) #974 - Northwoods Area South Infrastructure Improvement Project (Alternates) Funding Source LT Plan As -bid Watershed Commission or MSA - - Street Infrastructure Fund - 751,520 Water Fund - 245,950 Sanitary Sewer - 22,009 Stormwater Fund - 121,345 1,140,823 629,381 Under / (Over) LT Plan (751,520) (245,950) (22,009) (121,345) (1,140,823) People, + .Pr ow.ss Going Bew id R,� City of New Hope March 8, 2016 Page 3 Several bids came in under long-term plan estimates. The following summary by fund provides the aggregate difference from the long-term plan estimates for the City to consider when reviewing the alternate bid proposals. Summary by Fund Under / (Over) Funding Source LT Plan As -bid LT Plan Watershed Commission or MSA 3,602,182 3,652,145 (49,963) Street Infrastructure Fund 2,550,000 3,540,771 (990,771) Water Fund 1,715,000 1,362,050 352,950 Sanitary Sewer 250,000 216,378 33,622 -Stormwater Fund 1,340,000 1,199,958 140,042 9,457,182 9,971,303 (514,121) The City Council may consider additional spend -down of fund balance to cover as -bid costs in excess of amounts estimated in the December long-term plan. Additionally, the City Council may consider an interfund loan from the temporary financing fund to cover cash shortfalls. The internal rate of interest on borrowing is 2%. People (-,oink; '\#.tmbel's Request for Action October 24, 2016 Approved by: Kirk McDonald, City Manager Originating Department: Public Works By: Bob Paschke, Director Agenda Section Public Hearing Item Number 7.3 Agenda Title Resolution Ordering Construction of and Preparation of Plans and Specifications for the 2017 Infrastructure Improvement No. 985 (Northwood North Area Infrastructure Improvement Project). Requested Action Staff is requesting that the Council receive presentation regarding the feasibility design of the proposed 2017 Northwood North infrastructure improvement project. Following the presentation, the public hearing should be opened for comments regarding the project. At the conclusion of the public hearing, staff recommends Council pass a resolution ordering project no. 985 (the 2017 Northwood North infrastructure improvements) and authorize Stantec, the city's consulting engineer, to prepare plans and specifications. Policy/Past Practice The City Council routinely considers public infrastructure improvement projects to extend the useful life of the infrastructure and/or improve the level of service. The city's street infrastructure management strategy has identified areas for maintenance activities in 2017. Background Council authorized preparation of a feasibility report for the 2017 infrastructure project on May 23, 2016. On September 26, 2016, the city engineer presented the feasibility report for this improvement project, where Council reviewed the report and scheduled a public hearing for October 24, 2016. The city clerk notified property owners within the project area regarding the proposed assessments and of a public hearing to be held on October 24, 2016. After closing the public hearing, Council will potentially order construction of the 2017 infrastructure improvement project. If plans and specs are authorized a public informational meeting concerning this project will be scheduled in January, 2017, all residents within the project area will be notified of the date and location of the meeting. The 2017 infrastructure project involves street and utility improvements. Based upon the analysis of utility and street conditions, the project includes streets that have been identified for full reconstruction within the feasibility report are the following: Gettysburg, Flag, Ensign, Decatur, Cavell, 41st, 40th, Hopewood, and a short section of Jordan. If the project proceeds, these streets are proposed for water main, street, specific sanitary and storm water portions to be reconstructed. Streets that are considered for mill and inlay are 40'/z, a portion of Jordan, and a portion of Ensign. Streets where the pavement is in complete failure, such as the northern loop street of 41st and Jordan require reclamation. Using the New Hope assessment policy, the city engineer has determined that the total cost for the street portion of the 2017 street and infrastructure improvement project is $3,392,824. The assessment rates per foot for non-residential properties are $20.49 for edge mill and overlay work, $22.90 for mill and overlay work, and $165.76 for reconstruction work. The 2017 street and infrastructure improvement project includes eight tax exempt properties for assessment, with two being city owned properties. Request for Action, Page 2 Properties to be assessed for the 2017 street and infrastructure improvement project are shown in Appendix B-2. The city clerk has notified the property owners of the public hearing and their proposed assessment. The proposed project schedule is: ■ Hold the public hearing on October 24, 2016 • Authorize plans and specifications on October 24, 2016 ■ Hold Open House (90% plans) January 11, 2017 • Approve plans and specifications on January 23, 2017 • Authorize advertisement for bids on January 23, 2017 • Receive bids on February 24, 2017 • Review bids and award contract on March 13, 2017 • Start construction in Spring 2017 • Substantial Completion Fall 2017 • Complete Construction Summer 2018 Funding In accordance with New Hope's Assessment Policy, the breakdown for estimated revenue sources for the 2017 infrastructure project, including Alternate 1— 40th Avenue Reconstruction is shown in the table below. It will be necessary to bond for a major portion of this infrastructure project. Funding for the project was discussed at the October 5 council special work session. A resolution calling a public hearing on the intention to issue General Obligation Street Reconstruction Plan Bonds was approved at the October 10 council meeting. A portion of the sanitary sewer improvements are related to the city's inflow and infiltration reduction program, and improvements can be applied to reduce surcharge amounts imposed by the Metropolitan Council. Improvement Type Total Project Cost (Including Alternate) Total Project Cost (Excluding Alternate) Streets $3,743,197.12 3,392,823.85 Water Main $1,072,408.35 $958,416.55 Sanita Sewer $231,900.50 $221,435.50 Storm Sewer $726,615.50 $685,275.50 Total Project Cost $5,774,121.47 $5,257,951.40 Attachments • Resolution prepared by the city attorney • City Engineer memorandum • Figure 1— 2017 Proposed Project Area • Appendix A-1 • Appendix B-1, 2, 3 • Figure 12 Tax Exempt properties I:\RFA\PUBWORKS\2016\985 2017 Infrastructure project Northwood North\985 2017 Infrastructure project Public Hearing - order plans and specs City of New Hope RESOLUTION NO. 16-123 RESOLUTION ORDERING CONSTRUCTION OF AND PREPARATION OF PLANS AND SPECIFICATIONS FOR THE 2017 INFRASTRUCTURE IMPROVEMENT NO. 985 (Northwood North Area Infrastructure Improvement Project) BE IT RESOLVED by the City Council of the City of New Hope as follows: 1. Pursuant to Resolution No. 2016-112 adopted at its September 26, 2016 meeting, this Council held a public hearing on the 24th day of October, 2016, at 7:00 p.m. at the New Hope City Hall, 4401 Xylon Avenue North, on the proposed 2017 Infrastructure Im rovement No. 985 of the City. The public hearing was held after notice of the public hearing was duly published on the 13th and 20t" days of October, 2016 in the City's official newspaper the New Hope -Golden Valley Sun -Post in accordance with and as required by law. 2. The Council has examined and approved the City Clerk's Affidavit Of Mailing pertaining to the mailing of notices of said hearing to the owners of all parcels within the area proposed to be assessed, and has examined and approved the mailing list containing the names and addresses of all such owners; and this Council hereby finds, determines and declares that the notice of said hearing was duly mailed to the owners of each and all parcels within the area proposed to be assessed at least 10 days before the October 24, 2016 public hearing in accordance with and as required by law. 3. That all persons desiring to be heard were given an opportunity to be heard at the October 24, 2016 public hearing with respect to the 2017 Infrastructure Improvement Project 985 This Council having considered the views of all persons interested and being fully advised as to the pertinent facts relating to Project No. 985, does hereby determine the improvement is necessary, cost-effective and feasible as detailed in the September 2016 feasibility report prepared by Stantec Consulting Services, Inc., Engineers for the City. Further, the Council hereby determines to proceed with the snaking of said proposed improvement, and said improvement is hereby ordered as proposed in Resolution No. 2016-112. 4. The area proposed to be assessed to pay the cost of said improvement shall include the property described in the notice of public hearing pertaining hereto as described in paragraph 1 of this resolution. 5. Stantec Consulting Services, Inc., as the city engineer, shall prepare plans and specifications for the making of the 2017 Infrastructure Improvement No. 985. 6. The City Council further determines Improvement No. 985 bears no relationship with the City's comprehensive municipal plan and therefore has not referred this project to the New Hope Planning Commission for construction consideration and the City Council further declares, per federal Treasury Regulation § 1.50-2, its official intent to reimburse itself for the costs of the improvement from the proceeds of tax exempt bonds. —1— Adopted by the City Council this 24th day of October, 2016. Kathi Hemken, Mayor r Attest: -fu Valerie Leone, City Clerk P:\Attorney\SAS\l Client Files\2 City of New Hope\99-69851 - 2017 imp proj 985\Resolution Ordering Construction and prep of plans and specs d2.docx —2— Stantec Consulting Services Inc. 2335 Highway 36 West St. Paul MN 55113 Tel: (651) 636-4600 �^ Fax: (651) 636-1311 October 19, 2016 File: 193803542 Attention: Bob Paschke Director of Public Works City of New Hope 5500 International Parkway New Hope, MN 55428 Reference: 2017 Northwood North Area Infrastructure Improvements - Public Hearing and Authorize Preparation of Plans and Specifications Dear Bob, As discussed, we are recommending that a Public Hearing be held and are requesting authorization to prepare plans and specifications for the 2017 Northwood North Area Infrastructure Improvements. A feasibility report and cost estimate has been prepared for this project. The project generally consists of street and utility improvements in the residential area bordered by TH 169 to the west, Northwood Lake to the south, Boone Ave N to the east, and 42nd Ave to the north (see attached project streets map). If the project moves forward, a neighborhood meeting will be held on January 11, 2017. The meeting will involve a presentation of the proposed project and opportunity for attending residents and businesses to provide feedback. The estimated total project cost for the street, water main, sanitary sewer, and storm sewer improvements, including indirect, is approximately $5.774 million as shown below. Improvement Estimated Costs Full Reconstruction - Streets $3,357,669 Reclaim - Streets $130,813 Mill & Overlay - Streets $254,714 Water Main $1,072,408 Sanitary Sewer $231,901 Storm Sewer $726,616 Total Estimated Project Costs $5,774,121 Design with community in mind October 19, 2016 Mr. Bob Paschke Page 2 of 3 Reference: 2017 Northwood North Area Infrastructure Improvements - Public Hearing and Authorize Preparation of Plans and Specifications It is recommended that a Public Hearing be conducted at the October 241h Council Meeting. It is recommended a summary of the project scope be presented again along with the proposed assessment roll. Using cost estimates prepared for the report, assessment amounts were calculated for assessable properties within the project area. The assessable properties and corresponding estimated assessments are shown in the table below: Owner Address Assessment Amount 1 City of New Hope 86 Address Unassigned $54,317.84 2 City of New Hope 8816 Northwood Pkwy $28,421.29 3 Hammer Residence Inc. - Unit 1 4009 Jordan Ave N $1,690.80 4 Hammer Residence Inc. - Unit 2 4009 Jordan Ave N $1,690.80 5 Tasks Unlimited Lodges - Unit 1 4125 Jordan Ave N $1,889.21 6 Tasks Unlimited Lodges - Unit 2 4125 Jordan Ave N $1,889.21 7 Hennepin Co Forfeited Land 9116 40 Y2 Ave N $21,038.33 8 Fraser 4069 Flag Ave N $21,038.33 TOTAL $131,975.79 We recommend closing the Public Hearing. If Council accepts the information presented and chooses to move forward with this project, we then recommend that the Council authorizes the preparation of plans and specifications at the October 24th meeting. Bids would be received in February, 2017 and a contract considered at the March 13th Council Meeting. Construction could be completed in 2017, with final pavement wearing course completed on the reconstruct streets in the summer of 2018. October 19, 2016 Mr. Bob Paschke Page 3 of 3 Reference: 2017 Northwood North Area Infrastructure Improvements — Public Hearing and Authorize Preparation of Plans and Specifications If you have any questions or require further information please call me at (651)604-4808. Sincerely, STANTEC W. " � Christopher W. Long, P.E. Attachments: Figure 1 - 2017 Proposed Project Area Cc: Kirk McDonald, Valerie Leone, Bernie Weber, Shawn Markham, Dave Lemke, John Blasiak - New Hope; Kellie Schlegel, Adam Martinson, Ann Dienhart - Stantec Design with c carnMUnity in min E >11 FL rn tG z z a 0 r° > A 42nd AVE N 0 ,yordan AUr. �- - r C L' Q 4 h's 4'7 41 st Ave N C i 41 st Ave N a' e z U- a Q Ui -- Z pv N ° 0 had' m 40th-11XAVe N z d G � 401h Ave N o` -y 400WOod pkw.Y g Hwelvoori Ave N t 495406 crya Plymouth H CI Ahln o -1� -4 Z-PS M. �pS fl mage caur€esy of USES Ea6var Gtrogtapnics SIC��I:2o16 I-Aicrosoft Corporation Figure 1 2017 Northwood North Area Infrastructure Improvements New Hope, Minnesota vck�a o 200 400 Feef I.AM µt--a—�.pn,v.� Stantec v. �vsv xi v e,s ccv�aNce�oivl�oigµop m.e Appendix A-1 Preliminary Cost Estimate Summary 2017 Northwood North Area Infrastructure Improvements September 2016 Table A-1 Project Cost Summary: Improvement Type p yp ttY 9Totalry Gettysburg Ave - Reconstruct Flag Ave - Reconstruct Ensign Ave - Reconstruct Decatur Ave - Reconstruct Cavell Ave - Reconstruct 41st Ave - Reconstruct 401h Ave - Reconstruct Hopewood La - Reconstruct Jordan Ave - Reconstruct JordanAve and 41st Ave - Reclaim JordanAve and 40th 1/2 Ave - Mill d Ensign Ave -Mill $ Overlay Street Total Construction Cost 10% Contin encies g 20% Indirect Project Cost (including Total Project Cast [Excluding Atiemafe) Streets $463,481.20 $455,991.15 $455,638.65 $244,930.70 $245,931.70 207,703.50 $269,517.90 $189,221.25 $50,406.25 $100,626.00 $128,213.10 $67,721.00 $2.879.382.40 $287,938.24 $575,876.48 $3,743,197.12 $3,392,82U5 'Water Main $140,091.00 $138,364.50 $138,859.00 $80,680.00 $81,813.00 $64,453.00 $87,686.001 $58,356.001 $28.627,00 $1,000.00 $2,500.00 $2,500,00 $824,929.50 $82.492.951 $164,985.90 $1,072,408,35 $958.416.55 :Sanitary Sewer $13,075.00 10,025.00 $9,575.00 $4,625.00 6,025.00 $52,635.00 $8.050.00 $4,625.00 $2,625.00 $12,450.00 $36.125.00 $18,550.00 $178.385-00 $17,838.50 135,677,00 231,900. $221.435.50 :Storm Sewer $78.609.00 $61.048.00 $86.413.00 $45.500.00 $43,450.00 $58,690.00 $31,800.00 $87,725.00 $21,925.00 $31,775.00 $6.000.00 $6,000.00 $558,935.00 $55,893.50 $111,787.00 $726,615.50 $685,275.50 Total Construction Cost 1 $695,256.20 $665,428.65 $690,485.651 $375,735.701 $377.219.70 $383.481.501 $397,053.90 $339,927.25 $103.583.25 $145,851.00 $172,838.10 $94,771.00 $4,441,631.90 Contin encies 10% $69,525.62 $66,542.87 $69.048.57 $37.573.57 $37,721.97 $38,348.15 $39,705.39 $33,992.73 $10,358.33 $14,585.10 $17,283.81 $9,477.10 $444.163.19 Indirect 20% $139,051.24 133,085.73 $138,097.13 $75,147.14 $75,443.94 $76,696.30 $79.410.78 $67,985.45 $20,716.65 $29,170.20 $34,567.62 $18.954.20 $888,326,38 rotal Project Cost $903,833.06 $865,057.25 $897,631.35 $488,456.41 $490,385.61 $498,525.95 $516,170.07 $441,905.43 $134,658.23 $189,606.30 $224,689.53 $123,202.30 $5,774,121.47 $444,163.19 U88,326.3811$5,774,121.47 $5,257,951.40 * This street has been identified as a potential alternate Appendix B-1 Preliminary Assessments 2017 Northwood North Area Infrastructure Improvements September 2016 Mill & Overlay Subtotal Reclaim Subtotal Reconstruction Subtotal Totals Total Est Cost Residential FF $254,714.33 7,177.50 $130,813.80 3,712.50 $3,357, 668.99 12,952.50 $3,743,197.12 23,842.50 Residential Rate = 2/3*Commercial Rate Duplex/Zero Lot Line Residential Rate = 65%*Residential Rate Estimated Cost = (Residential FF)*2/3*(Commercial Rate)+(Commercial FF)*(Commercial Rate) Commercial Rate = Estimated Cost 2/3 x Residential FF + Commercial FF Mill & Overlay Rates Commercial Rate = $254,714 2/3 x 7,177.50 + 600.66 Commercial Rate = $47.29 per FF Single Family Residential Rate = $31.53 per FF Duplex/zero Lot Line Residential Rate = $20.49 per FF Reclaim Rates Reconstruct Rates Commercial Rate = $130,814 2/3 x 3,712.50 + 0.00 Commercial Rate = $52.85 per FF Residential Rate = $35.23 per FF Lot Line Residential Rate = $22.90 oer FF Commercial Rate = $3,357,669 2/3 x 12,952.50 + 142.76 Commercial Rate = $382.52 per FF Residential Rate = $255.01 per FF Duplex/Zero Lot Line Residential Rate = $165.76 per FF Commercial FF 600.66 0.00 142.76 743.42 Appendix B-2 Preliminary Assessments 2017 Northwood North Area Infrastructure Improvements September 2016 Property Street Front Assessment Assessment Type Improvement Footage Rate Amount 1. City of New Hope (Northwood Park) Non- Reconstruction 142 $382.52 $54,317.84 86 Address Unassigned Residential Reclaim 0 $52.85 $0.00 PID 18-1 18-21-23-0043 Mill & Overlay 0 $47.29 $0.00 2. City of New Hope (Northwood Park) Non- Reconstruction 8816 Northwood Parkway Residential Reclaim PID 18-118-21-34-0082 Mill & Overlay 3. Hammer Residence Inc. - Unit 1 Residential - Reconstruction 4009 Jordan Avenue North 2 Units Reclaim PID 18-118-21-23-0045 Mill & Overlay 4. Hammer Residence Inc. - Unit 2 Residential -Reconstruction 4009 Jordan Avenue North 2 Units Reclaim PID 18-118-21-23-0045 Mill & Overlay 5. Tasks Unlimited Lodges - Unit 1 Residential -Reconstruction 4125 Jordan Avenue North 2 Units Reclaim PID 18-118-21-23-0116 Mill & Overlay 6. Tasks Unlimited Lodges - Unit 2 Residential - Reconstruction 4125 Jordan Avenue North 2 Units Reclaim PID 18-118-21-23-0116 Mill & Overlay 7. Hennepin Co Forfeited Land Residential - Reconstruction 9116 40 1 /2 Avenue North Vacant Reclaim PID 18-118-21-23-0117 Land Mill & Overlay 8. Fraser Reconstruction 4069 Flag Avenue North Residential Reclaim PID 18-118-21-24-0066 Mill & Overlay Total Assessment $54,317.84 0 $382.52 $0.00 0 $52.85 $0.00 601 $47.29 $28,421.29 Total Assessment $28,421.29 0 $165.76 $0.00 0 $22.90 $0.00 82.5 $20.49 $1,690.80 Total Assessment $1,690.80 0 $165.76 $0.00 0 $22.90 $0.00 82.5 $20.49 $1,690.80 Total Assessment $1,690.80 0 $165.76 $0.00 82.5 $22.90 $1,889.21 0 $20.49 $0.00 Total Assessment $1,889.21 0 $165.76 $0.00 82.5 $22.90 $1,889.21 0 $20.49 $0.00 Total Assessment $1,889.21 82.5 $255.01 $21,038.33 0 $35.23 $0.00 0 $31.53 $0.00 Total Assessment $21,038.33 82.5 $255.01 $21,038.33 0 $35.23 $0.00 0 $31.53 $0.00 Total Assessment $21,038.33 Total Assessment Value $131,975.79 Appendix B-3 Preliminary Assessments 2017 Northwood North Area Infrastructure Improvements September 2016 Street Name From To Residental Properties Residental Properties Front Footage (82.5 LF /lot) Commercial Property Front Footage Total Front Footage A. Mill and Overlay Jordan Ave N/40 1/2 Ave N Cul de sac Boone Ave N 63 5,198 5,198 Ensign Ave N 40 1/2 Ave N Boone Ave N 24 1,980 601 2,581 Mill and Overlay Total 87 7,178 601 7,778 B. Reclaim Jordan Ave N/41st Ave N Gettysburg Ave N Gettysburg Ave N 45 3,713 3,713 Reclaim Total 45 3,713 0 3,713 C. Reconstruct Gettysburg Ave N 40 1/2 Ave N 42nd Ave N 24 1,980 1,980 Flag Ave N 40 1/2 Ave N 42nd Ave N 30 2,475 2,475 Ensign Ave N 40 1/2 Ave N 42nd Ave N 30 2,475 2,475 Decatur Ave N 40 1/2 Ave N 41st Ave N 15 1,238 1,238 Cavell Ave N 40 1/2 Ave N 41st Ave N 15 1,238 1,238 41st Ave N Decatur Ave N Boone Ave N 12 990 990 40th Ave N Ensign Ave N Boone Ave N 17 1,403 1,403 Hopewood Lane Ensign Ave N Boone Ave N 10 825 825 Jordan Ave N S of 40 1/2 Ave N 40 1/2 Ave N 4 330 143 473 Reconstruct Total 157 12,953 143 13,095 Project Totals 289 23,843 743 24,586 0 E EL 18111321230116 z cry5t Plymouth H a b1b P n W a z rn tU Cq r. n) M LL 42nd AVE N P"fe t821121,11'. f7 6, 0 z 41st Ave N M . a) > Z— I < I > 1811821340082 T Figure 12 Tax Exempt Properties Improvements *Tax Exempt Properties as of Aug 2016 New Hope, Minnesota Stantec cPen o 200 AOO F-1 e Ra Request for Action November 14, 2016 Approved by: Kirk McDonald, City Manager Originating Department: City Manager By: Kirk McDonald, City Manager Agenda Section Public Hearing Item Number 7.1 Agenda Title Resolution giving preliminary approval for the issuance of the city's General Obligation Street Reconstruction Plan Bonds in an amount not to exceed $5,500,000 and adopting the City of New Hope Minnesota Street Reconstruction Plan of 2016 Through 2020 Therefor (Improvement Project 985) Requested Action This is a public hearing to consider the issuance of general obligation street reconstruction bonds for the 2017 street improvements north of Northwood Lake. Staff recommends that the council receive the presentation from Ehlers and Stantec and then open the public hearing for comments. After comments are received, a motion should be passed to close the public hearing, and after Council discussion, a motion should be made to adopt on the resolution. Representatives from Ehlers will be present to explain the process for the issuance of the street reconstruction bonds and the city engineer will be present to review the 2017 project. Policy/Past Practice It is the practice of the city council to approve the sale of bonds in order to help finance development and/or infrastructure projects throughout the city. Background At the October 5 work session, the City Council discussed financing for the proposed 2017 Northwood North infrastructure project and reviewed a memorandum from AEM outlining the current status of the street infrastructure and utility funds. Due to the fact that the feasibility report cost estimates are higher than the CIP projections and due to the fact that alternates were approved for the 2016 Northwood South infrastructure project, AEM recommends that the city issue bonds for all or portions of the 2017 project. At the work session, the council was supportive of issuing bonds in the amount of $4,780,925 and authorizing interfund loans to finance infrastructure improvements north of Northwood Lake. The city has the ability to issue up to $10 million in bank qualified bonds per year and has not issued any bonds this year. At the October 10, 2016, council meeting the council approved a resolution providing for the sale of the bonds and scheduled the public hearing for November 14. The attached public hearing notice was published. Ehlers Ehlers has prepared the attached resolution, five-year street reconstruction plan, and sources and uses statement for the bond proceeds. The council should note that the street plan only includes the street reconstruction project for 2017 (streets north of Northwood Lake) because that is the only project that will be funded with the bond proceeds. The city does have an existing street reconstruction plan that includes projects in future years; however, it is anticipated that future projects will be funded from the street infrastructure fund. If bond proceeds are needed for future projects, the plan could be amended. I:\RFA\City Manager\2016\Q-Public Hearing GO Road Reconstruction Bonds 2016A.docx It should be noted that the amount started in the resolution is "not to exceed $5,500,000" and the street plan (page 6) states that the actual amount of the bonds is estimated to be $4,990,000. That amount would provide $4,780,925 to be deposited in the project construction fund, with the remaining funds used for the cost of issuance and capitalized interest. As noted at the October 10 council meeting and in the Ehlers memo, the council must approve the sale of the street reconstruction bonds by a unanimous vote of its membership present. Although a referendum is not required, voters may petition for a referendum. If a petition with at least 5% of the voters in the last general election is received requesting a vote on the bond issue within 30 days after the public hearing, a referendum vote must be scheduled. The reverse referendum period ends on December 14, 2016, and the offer on the bonds will be presented at the December 19 special council meeting. If the bond sale is approved, the tentative closing/receipt of the funds is December 29. Per the Pre -Sale Report, the annual tax levy for the bonds will be approximately $251,000 per year. Based on the current city's estimated market value of $1,531,499,000, the total amount of outstanding debt cannot exceed $45,944,970. As of November 14, 2016, the city had $4,405,000 subject to the legal debt limit. Stantec The city engineer will be prepared to review a brief recap of the 2017 infrastructure project and discuss the miles of streets that have been improved to date and the miles of street yet to be repaired. A more detailed update on the pavement management plan will be presented at the November 21 council work session. Staff recommends approval of the resolution. Attachments ■ Resolution + Public Hearing Notice • Ehlers Street Reconstruction Plan for Bond Proceeds/Memo/Sources-Uses • Previous Correspondence from AEM • Stantec 2017 Street Improvement Information RESOLUTION NO. 2016-130 RESOLUTION GIVING PRELIMINARY APPROVAL FOR THE ISSUANCE OF THE CITY'S GENERAL OBLIGATION STREET RECONSTRUCTION PLAN BONDS IN AN AMOUNT NOT TO EXCEED $5,500,000 AND ADOPTING THE CITY OF NEW HOPE MINNESOTA STREET RECONSTRUCTION PLAN OF 2016 THROUGH 2O20 THEREFOR A. WHEREAS, the City Council of the City of New Hope, Minnesota (the "City") proposes to issue its general obligation street reconstruction plan bonds (the "Bonds") and adopt the City of New Hope, Minnesota Street Reconstruction Plan of 2016 through 2020 therefor (the "Plan"); and B. WHEREAS, the City has caused notice of the public hearing on the intention to issue the Bonds and on the proposed adoption of the Plan to be published pursuant to and in accordance with Minnesota Statutes, Section 475.58, Subdivision 3b; and C. WHEREAS, a public hearing on the intention to issue the Bonds and on the proposed Plan has been held on this date, following published notice of the hearing as required by law; and NOW, THEREFOR, BE IT RESOLVED by the City Council of the City of New Hope, Minnesota, that the City hereby gives preliminary approval for the issuance of up to $5,500,000 aggregate principal amount of the Bonds. The Plan is hereby adopted, the same being before the City Council and made a part of these proceedings by reference. The City declares its official intent to reimburse itself for the costs of the Plan from the proceeds of the Bonds. The motion for the adoption of the foregoing resolution was duly seconded by Member Hof fe and, after full discussion thereof and upon a vote being taken thereon, the following voted in favor thereof: Hemken, Elder, Hoffe, Lammle, London and the following voted against the same: None Whereupon said resolution was declared duly passed and adopted. by the New Hope City Council on November 14, 2016. Kathi emken, Mayor Attest: Valerie Leone, City Clerk STATE OF MINNESOTA COUNTY OF HENNEPIN CITY OF NEW HOPE I, the undersigned, being duly qualified and Clerk of the City of New Hope, Minnesota, DO HEREBY CERTIFY that I have carefully compared the attached and foregoing extract of minutes with the original minutes of a meeting of the City Council of said City, duly called and held on the date therein indicated, which are on file and of record in my office, and the same is a full, true and complete transcript therefrom insofar as the same relates to a resolution giving preliminary approval for the issuance of the City's general obligation street reconstruction plan bonds and adopting the City's street reconstruction plan therefor. WITNESS my hand this day of , 20_. City Clerk CITY OF NEW HOPE, MINNESOTA NOTICE OF PUBLIC HEARING ON APPROVAL OF THE STREET RECONSTRUCTION PLAN AND THE ISSUANCE OF STREET RECONSTRUCTION BONDS UNDER MINNESOTA STATUTES, SECTION 475.58 Notice is hereby given that the City Council of the City of New Hope, Minnesota (the City), will meet at 7:00 p.m. on November 14, 2016, at the New Hope City Hall, 4401 Xylon Avenue North, New Hope, Minnesota, to conduct a public hearing to obtain public comment on the City's intention to approve the City's Street Reconstruction Plan (the Plan) and issue bonds, in one or more series, in an amount not to exceed $4,780,925 (the Street Reconstruction Bonds), under Minnesota Statutes, Chapter 475.58, Subdivision 3(b), as amended, in order to finance the costs of street reconstruction projects, as described in the Plan. If a petition requesting a vote on the issuance of the Street Reconstruction Bonds is signed by voters equal to five percent of the votes cast in the City at the last general election and filed with the City Clerk within thirty (30) days after the public hearing, the City may issue the Street Reconstruction Bonds only after obtaining the approval of a majority of the voters voting on the question of issuing such bonds. Copies of the proposed Plan are on file and may be inspected at the City during normal business hours. All interested parties are invited to attend the public hearing or to provide written comments to the undersigned, which written comments will be considered at the hearing. Questions regarding this matter may be referred to Valerie Leone, City Clerk, at (763) 531-5117. BY ORDER OF THE CITY COUNCIL NEW HOPE, MINNESOTA /s/ Valerie Leone City Clerk (for publication in the New Hope — Golden Valley Sun Post on October 20, 2016) 2017 through 2021 Five -Year Street Reconstruction Overlay Plan for the City of New Hope, Minnesota November 14, 2016 Prepared by: Ehlers & Associates, Inc. 3060 Centre Pointe Drive Roseville, MN 55113 FREERS & ASSOCIATES INC Table of Contents I. INTRODUCTION................................................................................ 3 II. PURPOSE.............................................................................................3 III. THE STREET RECONSTRUCTION AND OVERLAY PLANNING PROCESS......................................,...................................................... 4 IV. PROJECT SUMMARY........................................................................ 5 V. FINANCING THE STREET RECONSTRUCTION AND OVERLAY PLAN.................................................................................................... 5 PROJECT COSTS........................................................... APPENDIX A PROPOSED SRP BOND ISSUES .................................. APPENDIX B PRE -SALE SCHEDULE ................................................. APPENDIX C RESOLUTIONS/NOTICE OF PUBLIC HEARING ..... APPENDIX D Five -Year Street Reconstruction and Overlay Plan Page 2 City of New Hope Five -Year Street Reconstruction and Overlay Plan 2017 through 2021 I. INTRODUCTION In 2002, the Minnesota State Legislature passed into law a bill which generally exempts city bonds issued under a street reconstruction program from the referendum requirements usually required for bonding expenditures. In 2013 the Legislature amended the law to allow bituminous overlays to be included in the street reconstruction program. II. PURPOSE Street reconstruction or bituminous overlay is a major expenditure of city funds for the reconstruction or overlay of streets. Street reconstruction and bituminous overlay may include utility replacement and relocation and other incidental costs, turn lanes and other improvements having a substantial public safety function, realignments, other modifications to intersect with state and county roads, and the local share of state and county road projects. Except in the case of turn lanes, safety improvements, realignments, intersection modifications, and local share of state and county road projects, street reconstruction does not include the portion of project costs allocable to widening a street or adding curbs and gutters where none previously existed. A Street Reconstruction and Overlay Plan (SROP) is a document designed to anticipate street reconstruction and overlay expenditures and schedule them over a five-year period so that they may be purchased in the most efficient and cost effective method possible. A SROP allows the matching of expenditures with anticipated income. As potential expenditures are reviewed, the city considers the benefits, costs, alternatives and impact on operating expenditures. The City of New Hope, Minnesota (the "City") believes the street reconstruction and overlay process is an important element of responsible fiscal management. Major capital expenditures can be anticipated and coordinated so as to minimize potentially adverse financial impacts caused by the timing and magnitude of capital outlays. This coordination of capital expenditures is important to the City in achieving its goals of adequate physical assets and sound fiscal management. In these financially difficult times good planning is essential for the wise use of limited financial resources. The Street Reconstruction and Overlay Plan is designed to be updated on an annual basis. In this manner, it becomes an ongoing fiscal planning tool that continually anticipates future capital expenditures and funding sources. Five -Year Street Reconstruction and Overlay Plan Page 3 III. THE STREET RECONSTRUCTION AND OVERLAY PLANNING PROCESS The street reconstruction and overlay planning process is as follows; the City Council authorizes the preparation of the SROP. The City staff is instructed to assemble the capital expenditures to be undertaken within the next five years. The City Council then reviews the expenditures according to their priority, fiscal impact, and available funding. From this information, a preliminary street reconstruction and overlay plan is prepared. A public hearing is held to solicit input from citizens and other governmental units. Changes are made based on that input, and a final project list is established. The City Council then prepares a plan based on the available funding sources. If general obligation bonding is necessary, the City works with its financial advisor to prepare a bond sale and repayment schedule. Over the life of the SROP, once the funding, including proceeds from the bond sales becomes available, the individual capital expenditures can be made. In subsequent years, the process is repeated as expenditures are completed as new needs arise. Street reconstruction planning looks five years into the future. For a city to use its authority to finance expenditures under Chapter 475.58, Subdivision 3b, it must meet the requirements provided therein. Specifically, the city council must approve the sale of street reconstruction bonds by a unanimous vote of its membership present. In addition, it must hold a public hearing for public input. Notice of such hearing must be published in the official newspaper of the city at least 10, but not more than 28 days prior to the date of the public hearing. The city council approves the SROP unanimously following the public hearing. Although a referendum is not required, voters may petition for a referendum. If a petition bearing the signatures of at least 5 percent of the votes cast in the last general election requesting a vote on the issuance of bonds is received by the municipal clerk within 30 days after the public hearing, a referendum vote on the issuance of the bonds shall be called (if a vote is taken and the referendum passes, the taxes would be levied on market value rather than tax capacity). Five -Year Street Reconstruction and Overlay Plan Page 4 IV. PROJECT SUMMARY The expenditures to be undertaken with this SROP are limited to those listed in Appendix A and further described in this section. All other foreseeable capital expenditures within the City government will come through other means. The following expenditures have been submitted for inclusion in this SROP, and are expected to be incurred according to the following schedule, subject to changes in construction timing and project financing: 2017 Ex feiiclitures • Reconstruction of streets and utilities within the North Northwood Lake Area 2018 Expenditures • No projects contemplated at this time 2019 Expenditures ■ No projects contemplated at this time 2020 Expenditures ■ No projects contemplated at this time 2021 Expenditures • No projects contemplated at this time V. FINANCING THE STREET RECONSTRUCTION PLAN The total amount of requested expenditures under the Street Reconstruction and Overlay Plan is $5,775,000. If these expenditures are to be funded, that amount of money is anticipated to be generated through existing City funds, tax levy, utility funds and the sale of up to $5,500,000 in bonds over the five-year period. In the financing of the Street Reconstruction Plan, one statutory limitation applies. Under Chapter 475, with few exceptions, cities cannot incur debt in excess of 3% of the assessor's estimated market value for the city. The City's pay 2016 EMV is $1,531,499,000. Therefore, the total amount of outstanding debt cannot exceed $45,944,970. As of November 14, 2016 the City had $4,405,000 subject to the legal debt limit. Five -Year Street Reconstruction and Overlay Plan Page 5 Under the Street Reconstruction Plan, the City will secure up to $5,500,000 in general obligation bonds in the year 2016 to finance various street reconstruction and overlay projects in 2017. The actual amount of general obligation bonds is estimated to be $4,990,000. The general obligation bond issue will be repaid over a 15-year period. The par amount of the issue is based on the amounts listed in Appendix A plus estimated issuance costs. The proposed general obligation street reconstruction bonds (including issuance costs) are shown in Appendix B. Continuation of the Street Reconstruction and Overlay Plan This Street Reconstruction and Overlay Plan should be reviewed annually by the City Council using the process outlined in this Plan. It should review proposed expenditures, make priority decisions, and seek funding for those expenditures it deems necessary for the City. If deemed appropriate, the Council should prepare an update to this Plan. Five -Year Street Reconstruction and Overlay Plan Page 6 APPENDIX A PROJECT COSTS (Capital Expenditures to be funded with Bond Proceeds) The total capital expenditures anticipated for the City's 2016 to 2020 SROP are displayed in the table below. The city anticipates total expenditures of $5,775,000 to fully fund the projects identified in the plan. These projects will be paid for through a combination of existing City funds and the issuance of debt. Year Project Estimated Cost Existing City Bond Issue - Deposit to Funds Construction Fund 2017 North Northwood Lake Area $5,775,000 $994,076 $4,780,924 Reconstruction *Dollar amounts are estimates and subject to change Five -Year Street Reconstruction and Overlay Plan Page 7 APPENDIX B PROPOSED 2016 SROP BOND ISSUE Sources & Uses Dated 12129/2016 1 Delivered 1212912016 Sources Ot Funds Par Amount of Bonds $4.990 000 00 Total Sources Uses Of Funds $4,9901000.00 Total 1ludetwritds Discount (JAM)4g90D_p0 Costs of Issuance 48.000.00 DRe osit to Cu�iptlixed Luemt�(t i ypd I07380.78 r!" t to Project Construction Fund 4,780�24.35 Romding Amount 3,794.87 TOW Uses 54,99000.00 Debt Service Schedule Date Principal Coupon Interest Total P+I Fiscal Total 12/29/2016 08/01/2017 - 58,073.28 58,073.28 - 02/01/2018 49,307.50 49,307.50 107,380.79 08/01/2018 - 49,307.50 49.307.50 - 02/01/2019 295,000.00 1.200% 49,307.50 344,307.50 393,615.00 09/01/2019 - 47,337.50 47,537.50 - 02/01/2020 300,000-00 1.300% 47,537.50 347,537.50 395,075-00 08/01/2020 - - 45,597.50 45,587.50 - 02/01/2021 305,000-00 1.4W,6 45,597.50 350,587.50 396,175-00 09/01/2021 - 43,452.50 43.452.50 02/01/2022 305,000.00 1.5500.E 43,452.50 348,452.50 391,905-00 08/01/2022 - 41,089-75 41,088.75 - 02/01/2023 310,000.00 1.650% 41,088.75 351,088-75 392.177.50 08/01/2023 - - 38,531.25 38.531.25 - 02/01/2024 315.000,00 1.7509E 38,131.25 353.531.25 392.Oa50 08/01/2024 - 35.775-00 35,775.00 - 02/01/2025 325,000.00 1.8500/0 35,775.00 360,775.00 396,550.00 08/01/2025 32,768.75 32,768.75 02/01/2026 330,000.00 1.9500% 32,768.75 362,768.75 395,537.50 08/0U2026 - 29,551-25 2.9,551.25 - 02/01/2027 335,000.00 2.050% 29,551.25 364,551.25 394,102.50 08/01/2027 - _ 26,117.50 26,117.50 - 02/01/2028 340,000.00 2.15Wo 26,117.50 366,117.50 392,235.00 08/01/2028 - - 22,462.50 22,462.50 02/01/2029 350,000.00 2.2509/9 22,462.50 372,462-50 394.925.00 08/01/2029 - - 18,525.00 18,525.00 - 02/01/2030 355,000.00 2.350% 18,525.00 373,525.00 392,050.00 08/01/2030 - - 14,353.75 14,353.75 - 02/01/2031 365,000.00 2.450% 14,353.75 379,353.75 393,707.50 09/01/2031 - 9,882.50 9188250 - 02/01/2032 375,000.00 2.550% 9,882.50 384,882.$0 394,765.00 08/01/2032 - - 5,101.25 5,101.25 - 02/01/2033 395,000.00 2.6509E 5,101.25 390,101.25 395,202.50 Total $4,990,000.00 - $1,027,465.78 $6,017,465.78 Five -Year Street Reconstruction and Overlay Plan Page 8 APPENDIX C Pre -Sale Schedule dated September 30, 2016 5-Year City Street Reconstruction Plan Bond Issuance City of New Hope, Minnesota The City Council must take the following actions before Bonds can be issued: • City Council directs preparation of a 5-Year Street Reconstruction Plan. • City Council conducts a Public Hearing on issuance of Bonds and Street Reconstruction Plan. • City Council approves Bonds and Street Reconstruction Plan by unanimous vote. The table below lists the steps in the issuing process: 10/10/2016 City Council adopts Resolution calling for Public Hearing on issuance of Bonds and on Street Reconstruction Plan. 10/13/2016 Close date to get Notice of Public Hearing on issuance of Bonds and on Street Reconstruction Plan to official newspaper for publication. 10/20/2016 Publish Notice of Public Hearing on issuance of Bonds and on Street Reconstruction Plan (publication no more than 28 days and no less than 10 days prior to hearin date). 11/14/2016 City Council holds Public Hearing at 7:00 p.m, on Bonds and on Street Reconstruction Plan and adopts Resolution giving preliminary approval for their issuance and approving Street Reconstruction Plan by unanimous vote of its membership resent. 11/14/2016 City Council provides for sale of Bonds. 12/14/2016 Reverse referendum period ends within 30 days of the ublic hearing). 12/19/2016 SPECIAL MEETING (regular work session date) City Council accepts offer for Bonds and adopts Resolution -Approving sale of Bonds. 12129/2016 Tentative closing/receipt of funds. sor's Estimated Market Value 1,531,499,000 ly by 3% 0.03 ory Debt Limit 45,944,970 Debt Paid Solely from Taxes (4,405.000) d Debt Limit 41,539,970 Five -Year Street Reconstruction and Overlay Plan Page 9 ABDO EICK & MEYE1 S I.1,11 REM Financial Solutions' September 28, 2016 Honorable Mayor and City Council City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 We have reviewed the preliminary costs associated with the 2017 improvements to the streets north of Northwood Lake and the projected resources available in the street infrastructure, water, sewer and storm water enterprise funds At this time, we suggest the City consider financing for the 2017 street and utility improvement project. Our recommendation is based on a year-to-date analysis of completed and in -progress projects as well as preliminary information related to the 2017-2021 capital plan. Projected status of funds Street Infrastructure Fund The projected year-end balance for the Street Infrastructure Fund is $250,000 after an interfund loan from temporary financing to fund the alternates related to improvement of the streets south of Northwood Lake in 2016. We recommend the City finance $2,750,000 of the cost to improve the streets north of Northwood Lake in 2017. The total estimated cost for the street portion of the project is $3,743,197. Sewer Fund We project a deficit year-end balance for the Sewer Enterprise Fund. The Sewer Fund has run a deficit balance since 2014. The Fund has brought in an average $285,000 net cash from operating activities, however, increases in charges from the Metropolitan Council have resulted in less cash from operations. In addition, capital improvement costs have exceeded the net cash from operations in each of the past four years. In 2016, an estimated $1 million of infrastructure improvements have been scheduled in the CIP. In 2017, an additional $700,000 of improvements have been scheduled. We recommend the City finance the total cost of the sewer improvements to the streets north of Northwood Lake in 2017, which is estimated at $231,901. In addition, we recommend the City consider an interfund loan of $1,250,000 million in 2016 to provide additional funding for capital improvements as outlined in the CIP. The 2016-2020 Long-term Plan anticipated additional financing in 2018 and 2019 to avoid a deficit balance in the Sewer Enterprise Fund. A combination of debt financing and rate increases should be considered to fund future capital needs. Water Fund The projected year-end balance for the Water Enterprise Fund is $420,000. We recommend the City finance the total cost of the water improvements to the streets north of Northwood Lake in 2017, which is estimated at $1,072,408. The 2016-2020 Long-term Plan anticipated additional financing in 2018 to avoid a deficit balance in the Water Enterprise Fund. A combination of debt financing and rate increases should be considered to fund future capital needs. -I- ABDO EICK & MEYERS1.1.1' AFM Financial SoluiionsTm September 28, 2016 Storm Water Fund The projected year-end balance for the Storm Water Utility Fund is $50,000. We recommend the City finance the total cost of the storm water improvements to the streets north of Northwood Lake in 2017, which is estimated at $726,616. The 2016-2020 Long-term Plan anticipated additional financing in 2018 and 2019 to avoid a deficit balance in the Storm Water Enterprise Fund. A combination of debt financing and rate increases should be considered to fund future capital needs. History of projects fmanced internally In the past several years the City has financed several infrastructure improvements internally through the use of interfund loans. The interfund loans have allowed the City to manage cash flow related to capital improvements without the use of bonding. This option has saved the City interest and issuance cost on bonding. In 2014, the City approved a $1,100,000 interfund loan from the Temporary Financing Fund to the Water Fund to support an emergency water well project. A $0.20 rate increase was enacted to repay the loan over a 10 year period. In 2015, the City approved a $1,350,000 interfund loan from the Temorary Financing Fund to the Water Fund to support additional infrastructure improvements. A $0.30 rate increase was enacted to repay the loan over a 10 year period. We recommend cancellation of this interfund loan from temporary financing due to available cash in the Water Fund. In 2016, a $750,000 interfund loan from the Temporary Financing Fund to the Street Infrastructure Fund is recommended to support the alternate construction approved for the streets south of Northwood Lake. The interfund loan will also supplement the construction costs in excess of available bond proceeds. We project the street portion of the project will come in at approximately $4.2 million, while available bond proceeds for the street portion were $2.144 million. In 2016, a $1,250,000 interfund loan from the Temporary Financing Fund to the Sanitary Sewer Enterprise Fund is recommended to support the $1.9 million in capital costs for 2016. Overall, the City has utilized available fund balance to internally finance $3.1 million of infrastructure improvements in the past three years. Funding options General obligation bonds Ehlers has provided a bond run for the proposed financing of the 2017 improvements to the streets north of Northwood Lake. The bond run anticipates bonding for the total cost of the 2017 improvement project. We anticipate financing for the street improvement portion of the project could be reduced to $2,750,000. The anticipated funding need is as follows: -2- ABDO EICK & M YEFS 1. Y AEM Financial Solutions""' Street $ 2,750,000 Sewer 231,901 W ater 1,072,408 Storm 726,616 4,780,925 September 28, 2016 The strategy of the financing plan is to obtain "bank qualified" financing for the aforementioned project. Maintaining "small -issuer" (under $10,000,000 in a single year) status allows the City to benefit from lower rates on bonds sold. The bond issue has been structured with coupons ranging from 1.20% to 2.65%. The term of the bond is 15 years with a total interest cost of $1,241,647 to maturity on February 1, 2033. Anticipated costs of issuance are $45,000 and the underwriter's discount is estimated at $57,000. Actual costs will be determined on the day of sale based on market conditions. The timing of debt issuance is important to provide capacity for bank qualified financing on the city hall and pool improvements planned for 2017 through 2019. Temporary financing As stated earlier, we are recommending an interfund loan of $750,000 from temporary financing for the Street Infrastructure Fund to offset costs associated with the 2016 Northwoods Lake area south street improvements. In addition, we are recommending an interfund loan of $1,250,000 from temporary financing for the Sanitary Sewer Enterprise Fund to offset costs associated with the 2016 CIP for Sewer. Reduce project As an alternative to financing the 2017 improvement project, the Council may wish to reduce or alter the project plan for the 2017 improvements to the streets north of Northwood Lake. We look forward to the opportunity to explore the funding options for the 2017 improvement projects with the City Council at the October 5' meeting. Sincerely, Victoria Holthaus AEM FINANCIAL SOLUTIONS, LLC -3- CITY OF NEW HOPE, MINNESOTA CAPITAL IMPROVEMENT PLAN - STREET INFRASTRUCTURE FUND 9203 SCHEDULE OF PLANNED CAPITAL OUTLAY 2016 TO 2021 2016 2017 2018 2019 2020 2021 Year to Estimated Estimated Estimated Estimated Estimated Estimated Department Replace Item Cost Amounts Amounts Amounts Amounts Amounts Amounts Public works 2016 169 Sound Wall $ 155,332 $ 155,332 $- Public works 2016 2016 Seal Coat 250,000 250,000 - - - Public works 2016 49th Avenue Reconstruct - MSA 2,647,146 2,647,146 - - - Public works 2016 Northwoods Lake South (including alternate) 4,201,329 4,201,329 - - - Public works 2016 2015 Improvement Project 143,286 143,286 - - - - - Public works 2016 2013 Street Infrastructure 9,396 9,396 - - - Public works 2016 Winnetka Avenue Quiet Zone 1,666 1,666 - - - Public works 2016 Northwoods Lake North 6,241 6,241 - - - - Public works 2017 36th Avenue Signal 135,000 - 135,000 - - - - Public works 2017 2017 Seal Coat 300,000 - 300,000 - - - - Public works 2017 2017 Street Infrastructure - Northwood North 3,050,000 - 3,743,197 - - - - Public works 2018 2018 Seal Coat 300,000 - - 300,000 - - - Public works 2018 2018 Street Infrastructure - MSA Boone Mill & Overlay 1,100,000 - - 1,100,000 - - - Public works 2019 2019 Seal Coat 325,000 - - 325,000 - - Public works 2019 2019 Street Intiatst dvre 2,000,0 _ - - 2,000,000 - - Public works 2020 2020 Seal Coat 400. - - - - 400.000 - -4- CITY OF NEW HOPE, MINNESOTA CAPITAL IMPROVEMENT PLAN - STREET INFRASTRUCTURE FUND 9203 SCHEDULE OF PROJECTED REVENUE, EXPENDITURES AND DEBT Capital Proiect Fund Proiected Activi 2016 2017 2018 2019 2020 2021 Estimated Estimated Estimated Estimated Estimated Estimated REVENUES Property taxes $ 1,254,514 $ 1,292,150 $ 1,330,915 $ 1,370,842 $ 1,411,967 $ 1,454,326 Interest on investments 9,345 30,031 571 14,001 7,849 21,436 Franchise fees - - 400,000 412,000 424,360 437,091 Miscellaneous 305,452 - - _ TOTAL REVENUES 1,569,311 1,322,181 1,731,485 1.796.843 1,844,176 1,912.853 EXPENDITURES Capital outlay Public works TOTAL EXPENDITURES EXCESS (DEFICIENCY) OF REVENUES OVER(UNDER)EXPENDITURES OTHER FINANCING SOURCES Transfers in MSA Bond proceeds Sale of Fixed Asset Interfimd loan Interfund loan repayment TOTAL OTHER FINANCING SOURCES NET CHANGE IN FUND BALANCES FUND BALANCES JANUARY 1 FUND BALANCES, DECEM33ER 31 7,414,396 4,178,197 1,400.000 2,325,000 400.000 7,414,396 4,178,197 1,400,000 2,325.000 400,000 (5,845,085) (2,856,016) 331.485 (528,157) 1,444.176 1,912,853 2,068 598 (2,946,016) 1,342,985 (615,15 1,358,676 1,828,853 934,516 3,003,114 57.098 1.400.084 784,926 2.143 603 $ 3,003,114 $ 57.098 $ 1.400.084 $ 784,926 $ 2.143.603 $ 3.972,456 -5- Beginning Balance Revenue Property taxes Interest Sales Total Revenue Expenditures Principle Interest Total Expenditures Ending Balance CITY OF NEW HOPE, MINNESOTA CAPITAL IMPROVEMENT PLAN - STREET INFRASTRUCTURE FUND 9203 SCHEDULE OF PROJECTED REVENUE, EXPENDITURES AND DEBT - CONTINUED Debt Service Fund Related Activi!X 2016 2017 2018 2019 2020 2021 Estimated Estimated Estimated Estimated Estimated Estimated $ - $ - $ 13.292 $ 26.308 S 39.050 $ 51.517 279,125 273,350 267,575 261,800 256,025 - 279.125 273.350 267,575 261.800 256.025 183,333 183,333 183,333 183,333 183,333 82.500 77.000 71.500 66,000 60.500 265,833 260.333 254.833 249.333 243,833 _ _ !r _ . 13292 S 26,308 S 39.050 $ 51,517 $ 63,708 " CITY OF NEW HOPE, NIINNESOTA CAPITAL IMPROVEMENT PLAN - SEWER FUND 9300 SCHEDULE OF PLANNED CAPITAL OUTLAY 2016 TO 2021 2016 2017 2018 2019 2020 2021 Year to Estimated Estimated Estimated Estimated Estimated Estimated Department Replace Item Cost Amounts Amounts Amounts Amounts Amounts Amounts Sewer 2016 49th Ave Reconstruct $ 89,670 $ 89,670 $ $ - $- Sewer 2016 2016 Street Infrastructure - Northwood South 350,649 350,649 - - - - Sewer 2016 Line sewer pipes 300,000 300,000 - - - Sewer 2016 Lift Station #1 - Sewer Weir improvements 130,000 130,000 - - - Sewer 2016 Lift Station #1 - Generator 85,000 85,000 - - - Sewer 2016 Lift Station telemetry 60,000 60,000 - - Sewer 2016 Line Lift station 22,572 22,572 - - Sewer 2016 58th Avenue Lift Station (TIF) 860,000 860,000 - - - Sewer 2016 2015 Infrastructure Improvements 10,913 10,913 - - - Sewer 2017 2017 Street Infrastructure - Northwood North 231,901 - 231,901 - - Sewer 2017 Line sewer pipes 325,000 - 325,000 - - - Sewer 2017 Lift Station #5 Generator 85,000 - 85,000 - - - Sewer 2017 Line Lift station 20,000 - 20,000 - - - - Sewer 2017 Replace lift station motor & Pump 40,000 - 40,000 - - - - Sewer 2018 Line sev,,ei-pipes- ~l 350,000 - - - -3.50,40p - - - Sewer 2018 Line Lift Station 20,000 - - 20,000 - - Sewer 2018 Replace lift siaiion motor & F 40,000 - - 40,00 - - Sewer 2019 2019 Street lafrastnicture 500,000 - - 500,000 Sewer 2019 Line sewer pipes 350,0D.0 - 350,000 - Sewer 2019 Replace lift station motor & Purim 40A - - 40,000 - - Sewer 2020 Line sewer pipes 4.00, - - - - 400,000 - Sewer 2020 Replace lift station motor-& Pump 40 - - - 40.000 - $ 1,908,804 $ 701,901 $ 410.000 $ 890.000 $ 440.000 $ - SIM CITY OF NEW HOPE, MINNESOTA CAPITAL IMPROVEMENT PLAN - SEWER FUND 9300 STATEMENTS OF CASH FLOWS CASH FLOWS FROM OPERATING ACTIVITIES Receipts from customers and users Payments to suppliers and employee., NET CASH PROVIDED (USED) BY OPERATING ACTIVITIES CASH FLOWS FROM NONCAPITAL FINANCING ACTIVITIES Transfers in - TIF NET CASH PROVIDED (USED) BY NONCAPITAL FINANCING ACTIVITIES CASH FLOWS FROM CAPITAL AND RELATED FINANCING ACTIVITIES Acquisition of capital assets Intergovernmental Proceeds from sale of assets Proceeds from bonds and notes issued ` Interfund loan Interfund loan repayment Principal and interest paid on long-term debt Principal and interest paid on long-term debt NET CASH USED BY CAPITAL AND RELATED FINANCING ACTIVITIES CASH FLOWS FROM INVESTING ACTIVITIES Investment earnings NET INCREASE (DECREASE) IN CASH AND CASH EQUIVALENTS CASH AND CASH EQUIVALENTS, JANUARY 1 CASH AND CASH EQUIVALENTS, DECEMBER 31 EBLeB rise Fund Pro,jetted Activitv 2016 2017 2018 2019 2020 2021 Estimated Estimated Estimated Estimated Estimated Estimated $ 2,600,000 $ 2,730,000 $ 2,866,500 $ 3,009,825 $ 3,160,316 $ 3,318,332 (2,462.783) (2,585,922) (2,715.218) (2.850.979) (2.993.528) (3.143.205) 137,217 144,078 151.282 158.846 166.788 175,128 860.000 - - 860.000 - - - (1,908,804) (701,901) (410,000) (890,000) (440,000) - 50,000 - w - - 0,000 - - (147,500) (145,000) (142,500) (140,000) 021) (28,65 (58,737) (59,135) (58,866) (59,018) - (24.1671 (23A67) (23.167) (22.667) (22.167) 424 825 (904.725) (639.904) 1,117.302) 664,033) 221,185 (2,195) 3,507 (4.064) (8.991) (18.666) (23.825) 570,197 (757,140) (492,687) (967,447) (515,910) (69,883) (219,504) 350.693 (406,447) (899.133) (1.866.581) (2.382.491) $ 350.693s $ (406,447) $ 899,133) $ (1,866,581) $ (2,382,491) $ (2,452374 -g- CITY OF NEW HOPE, MINNESOTA CAPITAL IMPROVEMENT PLAN - WATER FUND 9301 SCHEDULE OF PLANNED CAPITAL OUTLAY 2016 TO 2021 2016 2017 2018 2019 2020 2021 Year to Estimated Estimated Estimated Estimated Estimated Estimated Department Replace Item Cost Amounts Amounts Amounts Amounts Amounts Amounts Water 2016 Reconstruct 49`s State/Aid $ 310,431 $ 310,431 $ - $ - $ - $ - $ Water 2016 Northwoods Lake South 1,051,619 1,051,619 - - - - - Water 2016 2015 Infrastructure Improvements 1,360 1,360 - - - Water 2016 55th Avenue Watermain Replacement 197 197 - - - - - Water 2017 2017 Northwood N infrastructure 1,072,408 - 1,072,408 - - - - Water 2017 JWC - HVAC Roof Unit 250,000 - 250,000 - - - - Water 2017 JWC - Replace Trunk Valve 35,000 - 35,000 - - - - Water 2017 Henn Cty Reconstruct West Broadway 300,000 - 300,000 - - - Water 2018 JWC - Repaint Water Tower 575,000 - - 575,000 - - Water 2019 2019 infrastructure project 1,500,000 - - - 1,500,000 - - Water 2019 JWC - Repaint Water Tower 1,600,000 - - 1,600,000 - - Water 2019 JWC - Replace Trunk Valve 35,000 - - - 35,000 - - Water 2020 Mill & Overlav 500.000 - - - IN) 000 _ CITY OF NEW HOPE, MINNESOTA CAPITAL IMPROVEMENT PLAN - WATER FUND 9301 STATEMENTS OF CASH FLOWS 1i111G1 V11Je 1' U11U i 1 V IG%AVU 111.11 V 11 2016 2017 2018 2019 2020 2021 Estimated Estimated Estimated Estimated Estimated Estimated CASH FLOWS FROM OPERATING ACTIVITIES Receipts from customers and users $ 3,963,502 $ 4,161,677 $ 4,369,761 $ 4,588,249 $ 4,817,661 $ 5,058,545 Payments to suppliers and employees (3,216,868) (3,377,711) (3,546,597) (3,723,927) (3,910,123 (4,105,629) _ NET CASH PROVIDED (USED) BY OPERATING ACTIVITIES 746,634 783,966 823,164 864,322 907,538 952,915 CASH FLOWS FROM NONCAPITAL FINANCING ACTIVITIES Transfers out - - - - - - NET CASH PROVIDED (USED) BY NONCAPITAL FINANCING ACTIVITIES CASH FLOWS FROM CAPITAL AND RELATED FINANCING ACTIVITIES Acquisition of capital assets Intergovernmental Proceeds from bonds and notes issued Interfund loan payments Principal and interest paid on long-term debt Principal and interest paid on long-term debt NET CASH USED BY CAPITAL AND RE FINANCING ACTIVITIES CASH FLOWS FROM INVESTING ACTIVITIES Investment earnings NET INCREASE (DECREASE) IN CASH AND CASH EQUIVALENTS CASH AND CASH EQUIVALENTS, JANUARY 1 CASH AND CASH EQUIVALENTS, DECEMBER 31 (1.363,60 T 285,000 575,000 ,fl00'wo - 134.400) J25) (131,226) 07,122) (280,206) (314,261) (96.66-A (94.667) (3,135,000) (500,000) 1,635,000 - (129,604) (127,957) (126,285) (311,855) (314,647) (310,634) (705,128) (1,882,105) (540,154) (2,034,125) (1,033,271) (525.586) 13,649 14,200 3.361 6.225 (5,411) (6,722) 55,154 (1,083,939) 286,371 (1,163,579) (131,144) 420,607 1,364,888 1.420.042 336.103 622.474 (541.105) (672.248) $ 1,420,042 $ 336,103 $ 622.474 $ (541.105) $ (672.248) $ (251.641) -10- CITY OF NEW HOPE, MINNESOTA CAPITAL IMPROVEMENT PLAN - STORM WATER FUND 930z SCHEDULE OF PLANNED CAPITAL OUTLAY 2016 TO 2021 Department Year to Replace Item Cost 2016 Estimated Amounts 2017 Estimated Amounts 2018 Estimated Amounts 2019 Estimated Amounts 2020 2021 Estimated Estimated Amounts Amounts Storm water 2016 49th Avenue Reconstruct $ 491,127 $ 491,127 $ $ $ - $ $ Storm water 2016 2016 Northwood South infrastructure 432,831 432,831 - Storm water 2016 Watershed - Northwoods Stormwater & Playground 1,325,782 1,325,782 - Storm water 2016 Northwoods Stormwater & Playground 453,380 453,380 - - - Storm water 2016 Storm Water Project 170,000 170,000 - - Storm water 2016 169 Sound Wall 65,000 65,000 - - Storm water 2017 2017 Northwood N infrastructure 500,000 - 726,616 - - Storm water 2017 Storm Water Project 100,000 - 100,000 - - - Storm water 2017 Meadow Lake alum treatment 15,000 - 15,000 - Storm water 2018 Storm Water Project 100,000 - - 100,000 Storm water 2019 2019 infrastructure project 400,000 - - 400,000 - Storm water 2019 4rd ave flooding 400,000 - - 400,000 - - Storm water 2019 Required TMDL projects 100,000 - - 100,000 - - Storm water 2020 Required TMDL projects 100,000 - 100.000 - -11- CITY OF NEW HOPE, MINNESOTA CAPITAL IMPROVEMENT PLAN - STORM WATER FUND 930z STATEMENTS OF CASH FLOWS Enterprise Fund Pi—o'c:wud r.ctf'v.iy 2016 2017 2018 2019 2020 2021 Estimated Estimated Estimated Estimated Estimated Estimated CASH FLOWS FROM OPERATING ACTIVITIE: Receipts from customers and users Payments to suppliers and employees NET CASH PROVIDED (USED) BY OPERATING ACTIVITIEc CASH FLOWS FROM NONCAPITAL FINANCING ACTIVITIE Transfers out NET CASH PROVIDED (USED) BY NONCAPITAL FINANCING ACTIVITIE! CASH FLOWS FROM CAPITAL AND RELATED FINANCING ACTIVITIE Acquisition of capital assets Intergovernmental revenue Proceeds from bonds and notes issued r Principal and interest paid on long-term debt Principal and interest paid on long-term debt NET CASH USED BY CAPITAL AND RELA FINANCING ACTIVITIE: CASH FLOWS FROM INVESTING ACTIVITIE' Investment earnings NET INCREASE (DECREASE) IN CASH AND CASH EQUIVALENT! CASH AND CASH EQUIVALENTS, JANUARY 1 CASH AND CASH EQUIVALENTS, DECEMBER 31 $ 1,025,000 $ 1,076,250 $ 1,130,063 $ 1,186,566 $ 1,245,894 $ 1,308,189 (587,000) (616,350) (647,168) (679.526 713502 749,177 438,000 459,900 482,895 507,040 532,392 559,011 (2,938,120) (841,616) (100,000) (900,000) (100,000) - 1,325,782 - - - - 725,00U-- (83.078) (104,992) (133,322) (137,701) (130,930) (134,398) L ._- I2.923. 7.728 _ 2 ,46 4.078 (1.860) 479 (519,494) (548,163) 1292.276 772.782 183,186 (593,767) 233,869 360,809 224.619 407.805 47.907 $ 772.782 $ 224.619 $ 407.805 $ (185.962) $ 47.907 $ 408.716 -12- 2017 Northwood North Area Infrastructure Improvements Public Hearing Project 985 October 24, 2016 Project Location Project Components I m Street Strategies (2.4 miles of improvements) — Full Reconstruction (1.4 miles) — Reclaim (0.2 miles) — Mill & Overlay (0.8 miles) ■ Water Main Replacement — Only street sections with history of breaks — Bolt replacement on non -reconstruct streets (completed by Public Works) ■ Sanitary Sewer Improvements — Spot repairs, Casting Replacement and Manhole Sealing (prevent I & I) ■ Storm Sewer Improvements — Replacement on Full Reconstruct Streets only — Limited Improvements/spot repairs on other streets Pavement Management Strategy Philosophy . Overall Goal —Improve Driving Surface — Provide interim overlays — Limit utility rehabilitation or replacement ■ Water breaks within interim overlays will be addressed and street repaired — Full Reconstruct streets only with extreme amount of water breaks and/or sewer issues ■ Improve Quality of Life ■ Increase Aesthetic Value — Increase in home value ■ Increase Safety ■ Build up Water and Utility Funds ,-r,,nt Pavement Ratini 421 AVE Rating '1-20 21 - 40 41 - 60 �51 - 80 —81 -100 Study Area a; CL 0 2 a) z �Z i 41stAve N 9 a NorOWFOOd e $ Wrtbwood PkwY TABLE 1 - PAVEMENT RATING INDEX (PRI) SUMMARY PRI RANGE_ RATING DESCRIPTION_ LENGTH IN FEET 11MGTH IN MILE� 0-20 _ Failing _ _ 1,820 0.34 21-40 _ Very Poor 1.295 41-60 61-80 Poor _ Good 3,820 5,795 _0.25 T 0.72 1.10 81-100 Excellent 0 0.00 TOTALS '� �1� 13,538 2.41 I AVERAGE PRI = 51.42 4 i st Ave N _ z z 0 r <' Q a sLu 0 m 4a;fi ug Airy 40thAve N Hopewe" Ave N ■1D Street Typical Sections Improvements for the streets in poor condition were generally chosen based on the following: ■ Mill and Overlay — Limited amount of water breaks and utility improvements required — Inability to increase the crown or slope ■ Reclaim — Limited amount of water breaks — Additional storm sewer required — Very poor PRI rating; failing base and pavement ■ Full Reconstruction — Severe history of water breaks — Utility improvements required — Lower PRI Rating ■ Borings and Ground Penetrating Radar (GPR) Data were collected to help determine improvements. Reconstruct Streets - Utility Improvements ■ Water Main: — Replace all existing CIP water main, valves, hydrants, and services to right of way ■ Storm Sewer: — Replace/repair structures and pipes in poor condition — Address drainage concerns — Add additional structures and pipe ■ Sanitary Sewer: — Replace/repair structures in poor condition — Spot repair for failing pipes — Address I&I: ■ Replace all open pickhole castings ■ Seal manholes Storm Water Improvements Similar to the 2016 Northwood South project, the Bassett Creek Watershed Management Commission requires additional storm water treatment and storage due to adoption of MIDS (Minimal Impact Design Standards). ■ Iron -Enhanced Filtration Trench/Rain Gardens — Potential locations are identified on reconstruct streets — Provide filtration and treatment of rain water and pollutants — Reduce peak flows during rain events — Rain Gardens: Locations will be reviewed with interested property owners Ab i I It•ITLa 1 1 [: 42nd AVE°W -Q E l A � • r C � Q r,pts{ .5 0 _ E>' a a i z T r �i *r _ i'iDru'-•`- Proposed Improvements Catch Basin - Proposed • Manhole - Proposed Catch Basin - Existing FES - Existing Manhole - Existing Storm Flow Potential Filtration Basin Location Storm Pipe - Proposed - Storm Pipe - Existing Study Area x r x 41. Ave N x r 41stAve N } ° 9dc z, x w z NorVwxlcd m• LOW . q r&6AVeN PWO + G a a v _41-.M Misc. Improvements Traffic Signs —replace all signs and posts within reconstruct areas ■ Trails/Sidewalks — No new trails or walks are anticipated ■ Street Lights — No plans for replacement or upgrades with this project. Xcel Energy owns the 27 street lights within the proposed project limits. -I- Alternates • The report breaks down the project into logical sections to allow for reduction in scope, if desired. • Alternate 1: As current estimated costs are higher than previously budgeted amounts, 40t" Avenue North has been identified as a potential bidding alternate. ■ Alternate 2: Sumter Filtration Basin — the existing storm water basin has proven to be difficult to maintain, and it is recommended to explore competitive bids with this project to install underground, treatment and storage. L7 AIL/AM N ■ ■ e a _1 I W 11' it i] ile-W4,1,71 PA I W-1�F TABLE 18 - FUNDING SOURCE Funding Source/ Street Water Sewer Storm Sewer Assess- Total Less 40th Total (without Improvement Fund Fund Fund * Fund ments ** Ave N*** 401h Ave N) *, Street $3,611,221 $131,976 $3,743,197 $350,373 $3,392,824 Water Main $1,072,408 $1,072,408 $113,992 $958,416 Sanitary Sewer $231,900 $231,900 $10,465 $221,435 Storm Sewer $726,616 E$726,616 $41,340 $685,276 Total $3,611,221 $1,072,408 1 $231,900 $726,616 $131,976 T $5,774,121 $516,170 $5,257,951 * Funding for 1/1 related improvements is estimated at $72,000.00, which can be funded from separate Capital Improvement Projects within the Sewer Fund. **The City of New Hope Assessment is estimated at $82,739.28 ***As the estimated costs are higher than the original Capital Improvement Plan 2017 Budget, we have identified the 40th Avenue North improvements as a potential bidding alternate. Therefore we have provided funding options for the entire project, and also for excluding the estimated costs of the 40th Ave N improvements. Ah ■ lot- M-11119 Am ■ Funding Source Current Feasibility Report Estimate Capital Improvement Plan (CIP) Budget Amount Difference Proposed non -city assessment amount $49,236 $3,050,000 $693,196 Proposed city assessment amount $82,739 Street infrastructure fund $3,611,221 Storm water fund $726,616 $500,000 $226,616 Sanitary sewer fund $231,901 $300,000 -$68,099 Water fund $1,072,408 $1,200,000 -$127,-5 Total Estimated Project Costs $5,774,121 $50050,000 $724,121 Project Schedule Hold Public Hearing/Authorize Plans Oct 24, 2016 Open House (90% Plans) Jan 111 2017 Approve Plans &Specs/Authorize Bids Jan 23, 2017 Review Bids/Award Project March 13, 2017 Begin Construction Spring 2017 Substantial Completion Fall 2017 Final Completion Summer 2018 Request for Action November 14, 2016 Approved by: Kirk McDonald, City Manager Originating Department: City Manager By: Kirk McDonald, City Manager Agenda Section Development & Planning Item Number 8.1 Agenda Title Resolution providing for the sale of $4,990,000 General Obligation Road Reconstruction Bonds, Series 2016A (Improvement Project 985) Requested Action Staff recommends that the city council approve the attached resolution providing for the sale of $4,990,000 of General Obligation Road Reconstruction Bonds, Series 2016A for the street infrastructure improvements north of Northwood Lake in 2017 (improvement project 985). Policy/Past Practice It is the practice of the city council to approve the sale of bonds in order to help finance development and/or infrastructure projects throughout the city. Background At the October 5 work session, the City Council discussed financing for the proposed 2017 Northwood North infrastructure project and reviewed a memorandum from AEM outlining the current status of the street infrastructure and utility funds. Due to the fact that the feasibility report cost estimates are higher than the CIP projections and due to the fact that alternates were approved for the 2016 Northwood South infrastructure project, AEM recommends that the city issue bonds for all or portions of the 2017 project. At the work session Council was supportive of issuing bonds in the amount of $4,780,925 and authorizing interfund loans to finance infrastructure improvements north of Northwood Lake. The city has the ability to issue up to $10 million in bank qualified bonds per year, and the city has not issued any bonds this year. A public hearing was held earlier on this agenda and the council was requested to give preliminary approval for the issuance of bonds and adopt a street reconstruction plan outlining the use of the bond proceeds. Ehlers has prepared the attached pre -sale report for the bonds and the attached resolution. The resolution authorizes Ehlers to assist the city with the sale of the bonds and to assist with the preparation of an official statement for the bonds. The resolution states that the city council will conduct a meeting on December 19, 2016, at 6:15 pm (prior to the regular work session) for the purpose of considering proposals for and awarding the sale of the bonds. Staff recommends approval of the resolution. Attachments • Resolution r 11/14/16 Pre -Sale Report for Bonds I:\RFA\City Manager\2016\Q-GO Road Reconstruction Bonds 2016A.docx Resolution No. 2016-131 Council Member London introduced the following resolution and moved its adoption: Resolution Providing for the Sale of $4,990,000 General Obligation Road Reconstruction Bonds, Series 2016A A. WHEREAS, the City Council of the City of New Hope, Minnesota has heretofore determined that it is necessary and expedient to issue the City's $4,990,000 General Obligation Street Reconstruction Bonds, Series 2016A under Minnesota Statutes, Chapter 475.58, Subdivision 3(b), as amended (the "Bonds"), in order to finance various street reconstruction projects in the City, as described in a Street Reconstruction Plan (the Plan); and B. WHEREAS, the City has retained Ehlers & Associates, Inc., in Roseville, Minnesota ("Ehlers"), as its independent municipal advisor for the Bonds in accordance with Minnesota Statutes, Section 475.60, Subdivision 2(9); NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of New Hope, Minnesota, as follows: 1. Authorization Find in s. The City Council hereby authorizes Ehlers to assist the City with the sale of the Bonds. 2. Hearin . The City Council held a public hearing on its intention to issue bonds and adopt the Plan at 7:00 p.m. on November 14, 2016. 3. Meetin • Proposal Qp2ning. The City Council shall meet at 6:15 on December 19, 2016, for the purpose of considering proposals for and awarding the sale of the Bonds. 4. Official Statement. In connection with said sale, the officers or employees of the City are hereby authorized to cooperate with Ehlers and participate in the preparation of an official statement for the Bonds and to execute and deliver it on behalf of the City upon its completion. The motion for the adoption of the foregoing resolution was duly seconded by City Council Member Lammle and, after full discussion thereof and upon a vote being taken thereon, the following City Council Members voted in favor thereof: Hemken, Elder, Hof fe, Lammle, London and the following voted against the same: None Whereupon said resolution was declared duly passed and adopted. Dated this 14th day of November, 2016. Mayor Attest: City Clerk 19 EHLERS LEADERS IN PUBLIC FINANCE November 14, 2016 Pre -Sale Report for City of New Hope, Minnesota $4,990,000 General Obligation Road Reconstruction Bonds, Series 2016A Prepared by: Stacie Kvilvang, Senior Municipal Advisor / Director And Jason Aarsvold, Municipal Advisor -m--"_ 1-800-552-1171 1 www.ehlers-inc.com Executive Summary of Proposed Debt Proposed Issue: $4,990,000 General Obligation Road Reconstruction Bonds, Series 2016A Purposes: The proposed issue includes financing for the following purposes: To finance road reconstruction projects in the northern portion of the City's Northwood Lake Area. Debt service will be paid from ad valorem property taxes and utility revenue. The issue includes $107,380.78 in capitalized interest which will be used to make the 8-1-17 and 2-1-18 bond interest payments. Authority: The Bonds are being issued pursuant to Minnesota Statutes, Chapter(s): ■ 475.58 3b The Bonds count against the City's General Obligation Debt Capacity Limit of 3% of estimated market value (EMV). The City's the pay 2016 EMV is $1,531,499,000. Therefore, the total amount of outstanding debt cannot exceed $45,944,970. As of November 14, 2016 the City has $4,405,000 subject to the legal debt limit. The City will hold the required public hearing on its 5-year street reconstruction plan on November 14, 2016. The Bonds will be general obligations of the City for which its full faith, credit and taxing powers are pledged. Term/Call Feature: The Bonds are being issued for a 16-year term (15 years of principal payments). Principal on the Bonds will be due on February 1 in the years 2019 through 2033. Interest is payable every six months beginning August 1, 2017. The Bonds maturing on and after February 1, 2026 will be subject to prepayment at the discretion of the City on February 1, 2025 or any date thereafter. Bank Qualification; Because the City is expecting to issue no more than $10,000,000 in tax exempt debt during the calendar year, the City will be able to designate the Bonds as "bank qualified" obligations. Bank qualified status broadens the market for the Bonds, which can result in lower interest rates. Rating: The City's most recent bond issue was rated AA by Standard & Poor's. The City will request a new rating for the Bonds. If the winning bidder on the Bonds elects to purchase bond insurance, the rating for the issue may be higher than the City's bond rating in the event that the bond rating of the insurer is higher than that of the City. Basis for Recommendation: Based on our knowledge of your situation, your objectives communicated to us, our advisory relationship as well as characteristics of various municipal financing options, we are recommending the issuance of General Obligation Street Reconstruction Bonds because it is the most efficient option available to Presale Report November 14, 2016 City of New Hope, Minnesota Page 1 the City to finance the planned street improvement projects without the use of special assessments as a bond repayment source. Method of Sale/Placement: In order to obtain the lowest interest cost to the City, we will competitively bid the purchase of the Bonds from local and national underwriters/banks. We have included an allowance for discount bidding equal to 1.00% of the principal amount of the issue. The discount is treated as an interest item and provides the underwriter with all or a portion of their compensation in the transaction. If the Bonds are purchased at a price greater than the minimum bid amount (maximum discount), the unused allowance may be used to lower your borrowing amount. Premium Bids: Under current market conditions, most investors in municipal bonds prefer "premium" pricing structures. A premium is achieved when the coupon for any maturity (the interest rate paid by the issuer) exceeds the yield to the investor, resulting in a price paid that is greater than the face value of the bonds. The sum of the amounts paid in excess of face value is considered "reoffering premium." The amount of the premium varies, but it is not uncommon to see premiums for new issues in the range of 2.00% to 10.00% of the face amount of the issue. This means that an issuer with a $2,000,000 offering may receive bids that result in proceeds of $2,040,000 to $2,200,000. For this issue of Bonds we have been directed to use the premium to increase the net proceeds for the project. The adjustments may slightly change the true interest cost of the original bid, either up or down. You have the choice to limit the amount of premium in the bid specifications. This may result in fewer bids, but it may also eliminate large adjustments on the day of sale and other uncertainties. Review of Existing Debt: We have reviewed all outstanding indebtedness for the City and find that there are no refunding opportunities at this time. We will continue to monitor the market and the call dates for the City's outstanding debt and will alert you to any future refunding opportunities. Continuing Disclosure: Because the City has more than $10,000,000 in outstanding debt (including this issue) and this issue is over $1,000,000, the City will be agreeing to provide certain updated Annual Financial Information and its Audited Financial Statement annually as well as providing notices of the occurrence of certain reportable events to the Municipal Securities Rulemaking Board (the "MSRB"), as required by rules of the Securities and Exchange Commission (SEC). The City is already obligated to provide such reports for its existing bonds, and has contracted with Ehlers to prepare and file the reports. Presale Report November 14, 2016 City of New Hope, Minnesota Page 2 Arbitrage Monitoring: Because the Bonds are tax-exempt obligations/tax credit obligations, the City must ensure compliance with certain Internal Revenue Service (IRS) rules throughout the life of the issue. These rules apply to all gross proceeds of the issue, including initial bond proceeds and investment earnings in construction, escrow, debt service, and any reserve funds. How issuers spend bond proceeds and how they track interest earnings on funds (arbitrage/yield restriction compliance) are common subjects of IRS inquiries. Your specific responsibilities will be detailed in the Signature, No -Litigation, Arbitrage Certificate and Purchase Price Receipt prepared by your Bond Attorney and provided at closing. You have retained Ehlers to assist you with compliance with these rules. Other Service Providers: This debt issuance will require the engagement of other public finance service providers. This section identifies those other service providers, so Ehlers can coordinate their engagement on your behalf. Where you have previously used a particular firm to provide a service, we have assumed that you will continue that relationship. For services you have not previously required, we have identified a service provider. Fees charged by these service providers will be paid from proceeds of the obligation, unless you notify us that you wish to pay them from other sources. Our pre -sale bond sizing includes a good faith estimate of these fees, so their final fees may vary. If you have any questions pertaining to the identified service providers or their role, or if you would like to use a different service provider for any of the listed services please contact US. Bond Attorney: Dorsey & Whitney LLP Paying Agent: Bond Trust Services Corporation Rating Agency: Standard & Poor's (S&P) Global Ratings This presale report summarizes our understanding of the City's objectives for the structure and terms of this financing as of this date. As additional facts become known or capital markets conditions change, we may need to modify the structure and/or terms of this financing to achieve results consistent with the City's objectives. Presale Report November 14, 2016 City of New Hope, Minnesota Page 3 Proposed Debt Issuance Schedule Council Calls for Public Hearing on Issuance of Bonds and Street Reconstruction Plan October 10, 2016 Notice of Public Hearing Published October 20, 2016 Pre -Sale Review by City Council: November 14, 2016 Distribute Official Statement: Week of December 5, 2016 Conference with Rating Agency: Week of December 12, 2016 Reverse Referendum Period Ends December 14, 2016 Special City Council Meeting to Award Sale of the Bonds: December 19, 2016 Estimated Closing Date: December 29, 2016 Attachments Sources and Uses of Funds Proposed Debt Service Schedule Resolution Authorizing Ehlers to Proceed With Bond Sale Ehlers Contacts Municipal Advisors: Disclosure Coordinator: Financial Analyst: Stacie Kvilvang Jason Aarsvold Meghan Lindblom Alicia Gage (651) 697-8506 (651) 697-8512 (651) 697-8549 (651) 697-8551 The Official Statement for this financing will be mailed to the City Council at their home address or e-mailed for review prior to the sale date. Presale Report November 14, 2016 City of New Hope, Minnesota Page 4 New Hope, Minnesota $4,990,000 General Obligation Road Reconstruction Bonds, Series 2016A Assumes Current Market BQ AA Rates polus 35bps 15 Year Term Sources & Uses Dated 12/29/2016 1 Delivered 12/29/2016 Sources Of Funds Par Amount of Bonds Total Sources Uses Of Funds $4,990,000.00 $4,990,000.00 Total Underwriter's Discount (1.000%) 49.900,00 Costs of Issuance 48,000.00 Deposit to Capitalized Interest (CIF) Fund 107,380.78 Deposit to Project Construction Fund 4,780,924.35 Rounding Amount 3,794.87 Total Uses $4,990,000.00 Series 2016 GO Road Recon i SINGLE PURPOSE 1 10/14/2016 1 2:28 PM EHLERS LEADERS IN PUBLIC FINANCE New Hope, Minnesota $4,990,000 General Obligation Road Reconstruction Bonds, Series 2016A Assumes Current Market BQ AA Rates polus 35bps 15 Year Term Debt Service Schedule Date Principal Coupon Interest Total P+I Fiscal Total 12/29/2016 - - 08/01/2017 - - 58,073.28 58,073.28 - 02/01/2018 - - 49,307.50 49,307.50 107,380.78 08/01/2018 - - 49,307.50 49,307.50 - 02/01/2019 295,000.00 1.200% 49,307.50 344,307.50 393,615.00 08/01/2019 - - 47,537.50 47,537.50 - 02/01/2020 300,000.00 1.300% 47,537.50 347,537.50 395,075.00 08/01/2020 - - 45,587.50 45,587.50 - 02/01/2021 305,000.00 1.400% 45,587.50 350,587.50 396,175.00 08/01/2021 - - 43,452.50 43,452.50 - 02/01/2022 305,000.00 1.550% 43,452.50 348,452.50 391,905.00 08/01/2022 - 41,089.75 41,088.75 - 02/01/2023 310,000.00 1.650% 41,088.75 351,088.75 392,177.50 08/01/2023 - - 38,531.25 38,531.25 - 02/01/2024 315,000.00 1.750% 38,531.25 353,531.25 392,062.50 08/01/2024 - - 35,775.00 35,775.00 - 02/01/2025 325,000.00 1.850% 35,775.00 360,775.00 396,550.00 08/01/2025 - - 32,768.75 32,768.75 - 02/01/2026 330,000.00 1.950% 32,768.75 362,768.75 395,537.50 08/01/2026 - - 29,551.25 29,551.25 - 02/01/2027 335,000.00 2.050% 29,551.25 364,551.25 394,102.50 08/01/2027 - - 26,117.50 26,117.50 - 02/01/2028 340,000.00 2.150% 26,117.50 366,117.50 392,235.00 08/01 /2028 - - 22,462.50 22,462.50 - 02/01/2029 350,000.00 2.250% 22,462.50 372,462.50 394,925.00 08/01/2029 - - 18,525.00 18,525.00 - 02/01/2030 355,000.00 2.350% 18,525.00 373,525.00 392,050.00 08/01/2030 - - 14,353.75 14,353.75 - 02/01/2031 365,000.00 2.450% 14,353.75 379,353.75 393,707.50 08/01/2031 - 9,882.50 9,882.50 - 02/01/2032 375,000.00 2.550% 9,882.50 384,882.50 394,765.00 08/01/2032 - - 5,101.25 5,101.25 - 02/01/2033 385,000.00 2.650% 5,101.25 390,101.25 395,202.50 Total $4,990,000.00 - $1,027,465.78 $6,017,465.78 - Yield Statistics Bond Year Dollars $47,113.56 Average Lire 9.442 Years Average Coupon 2.1808284% Net Interest Cost (NIC) 2.2867427% True Interest Cost (TIC) 2.2857929% Bond Yield for Arbitrage Purposes 2.1657889% All Inclusive Cost (AIC) 2.4027625% IRS Form 8038 Net Interest Cost 2.1808284% Weighted Average Maturity 9.442 Years Series 2016 GO Road Recon I SINGLE PURPOSE 10/14/2016 2:28 PM 40 EHLERS LEADERS IN PUBLIC FINANCE New Hope, Minnesota $4,990,000 General Obligation Road Reconstruction Bonds, Series 2016A Assumes Current Market BQ AA Rates polus 35bps 15 Year Term Net Debt Service Schedule Fiscal Date Principal Coupon Interest Total P+I CIF Net New D/S Total 12/29/2016 - _ 08/01/2017 58,073.28 58,073.28 (58,073.28) - 02/01/2018 - 49,307.50 49,307.50 (49,307.50) - - 08/01/2018 - - 49,307.50 49,307.50 49,307.50 - 02/01/2019 295,000.00 1.200% 49,307.50 344.307.50 - 344,307.50 393,615.00 08/01/2019 - - 47,537.50 47,537.50 - 47,537.50 - 02/01/2020 300,000.00 1.300% 47,537.50 347,537.50 - 347,537.50 395,075.00 08/01/2020 - - 45,587.50 45,587.50 - 45,587.50 - 02/01/2021 305,000.00 1.400% 45,587.50 350,587.50 350,587.50 396,175.00 08/01/2021 - - 43,452.50 43,452,50 43,452.50 - 02/01/2022 305,000.00 1.550% 43,452.50 348,452.50 - 348,452.50 391,905.00 08/01/2022 - - 41,088.75 41,088.75 - 41,088.75 - 02/01/2023 310,000.00 1.650% 41,088.75 351,088.75 - 351,088.75 392,177.50 08/01/2023 - - 38,531.25 38,531.25 - 38,531.25 - 02/01/2024 315,000.00 1.750% 38,531.25 353,531.25 - 353,531.25 392,062.50 08/01/2024 - - 35,775.00 35,775.00 - 35,775.00 - 02/01/2025 325,000.00 1.850% 35,775.00 360,775.00 - 360,775.00 396,550.00 08/01/2025 - - 32,768.75 32,768.75 - 32,768.75 - 02/01/2026 330,000.00 1.950% 32,768.75 362,768.75 - 362,768.75 395,537.50 08/01/2026 - - 29,551.25 29,551.25 - 29,551.25 - 02/01/2027 335,000.00 2.050% 29,551.25 364,551.25 364,551.25 394,102.50 08/01/2027 - - 26,117.50 26,117.50 26,117.50 - 02/01/2028 340,000.00 2.150% 26,117.50 366,117.50 366,117.50 392,235.00 08/01/2028 - - 22,462.50 22,462.50 22,462.50 - 02/01/2029 350,000.00 2.250% 22,462.50 372,462.50 372,462.50 394,925.00 08/01/2029 - - 18,525.00 18,525.00 18,525.00 - 02/01/2030 355,000.00 2.350% 18,525.00 373,525.00 373,525.00 392,050.00 08/01/2030 - - 14,353.75 14,353.75 14,353.75 - 02/01/2031 365,000.00 2.450% 14,353.75 379,353.75 379,353.75 393,707.50 08/01/2031 - - 9,882.50 9,882.50 9,882.50 - 02/01/2032 375,000.00 2.550% 9,882.50 384,882.50 - 384,882.50 394,765.00 08/01/2032 - 5,101.25 5,101.25 - 5,101.25 - 02/01/2033 385,000.00 2.650% 5,101.25 390,101.25 390,101.25 395,202.50 Total $4,990,000.00 - $1,027,465.78 $6,017,465.78 (107,380.78) $5,910,085.00 - Series 2016 GO Road Recon I SINGLE PURPOSE 1 10/14/2016 1 2:28 PM EHLERS LEADERS IN PUBLIC FINANCE I r N O N N U) C O m C O U L a C LO O M 0 to a) = O _0 a C N�O/ cr- N� C O CO O � L L G C ++ o C)CT U m o � � c 6a Q r 0) E d U d '6 3 c d m N • ' V1 M V 7 n N O 01 m 10 7 0 00 N M 00 00 c4 M 7 n 10 of l- 00 M 10 W +0 M 01 00 CD r- O O� � Vi N 'O N �0 O N h M N 00 00 t N 10 r- M �-' M 01 O CD-ItM N O M Cl '-' N M N N ub t N 'I'1 N N NW) N N N N N N N N Cl N N N N" N N N N N N 0� 01 00 0, 01 00 00 00 00 01 Q, 01 00 O T b b b b 1 �6 b N N N N N N N N N N N N N' N N 00 00 GO 00 00 00 00 00 00 00 00 00 00 00 00 N N N N N N N N N N N V1 N N V1 M M M M M M M M M M M M M M M N V) N N V1 Vl N 4') Vl N N W) V' N h N V) N NW) N N N N N N N N N N 00 00 o0 00 00 0o Oo Oo Oo 00 00 02 Oo rn o 0 o a, o0 0 0 0` rn rn rn o, rn o N N V7 N N N N N N N 'I'I Vl N N N M M M M M M M M M M M M M M M N V1 V1 N N N N N N 00 00 00 W 00 00 00 00 w 00 00 W w 00 w 00 w 00 w 00 N N N N 00 M O 00 M N N O 00 V M M 10 N M �o ll- N N 00 N 10 N 00 m O 'O 'n l- t-\0 '. N N M N T N o0 CD 00 �o [-I O 7 l� 'n O, O �o 00 al N l� b M M 00 00 1p \O M V) O� O O d O h N O N N 0 0 0 N O N Vi kn US V1 l� N O r- N Vi V'i O l-- N N C ti 0r-- O'n m O M" N O �0 CD ^Iq Iq N 01 O [-l- m 7 CIL N M M f'7 M M M M M M M M M M M M 0 00 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 �0000'nNov?N000v,oN O Vl Vi Vi Vi r- N CD r- N Vi Vi O l- 'n N 00 [l- [l- O ll- \0 N M CDM N N O \0 O l� m In �c N N 10 N 7 N N M• Vi O 0, 01 0, O� O� 0� 0, 01 0, 01 O 0� --' M m M M M M M M M M M M M M M 0o O O O O O O o 0 0 0 0 0 0 0 0 � o 0 0 0 1, N o 'n 'n o 0 o v, o N O h h vi p l- N O [- N 'n '� O t- vi N O [� '0 N m O M N M �D O � � 41 '. O v1 V1 --' N O� O h • [� N O O� D1 01 DO DD r r� V) N 7 m N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O C 0 00 0 0 0 0 0 0 0 0 0 N M 7 'Nn b n 0000 � O .--' N cn �t vn b ^-' ^^ ^-' '-' — — — N N N N N N N O O p O O O O O O O O O O O O O Q O CD O O ZS O CDO O O O O C O O O O O C O O O O O O C O O O c o 0 0 0 0 0 0 0 0 0 0 0 O o 0 C 0 C C 0 C 0 0 C C C C 'n O V In O V1 'n q In O O 'n 'ri N In a, O C Cl '-' N M mI- N N �0 l� 00 N M r M M M M M M M M M M M M 00 O N M V N \0 lh 00 0, O ;; N M N N N N N N N N N N M M m m N N 0 0 0 0 0 0 00 0 0 0 0 0 0 0 N N N N N N N N N N N N N N N N N O O O O O O O O O O O O O O O O O N N N N N N N N N N N N N N N N N O O O O O o 0 0 0 0 0 0 0 0 0 0 0 10 r 0 0 0 0 l� Q1 Q1 N 7 ONi 0000 10 r r N 00 N N N DD 00 O N N � N N N N 3 2v I . *]I Request for Action January 23, 2017 Approved by: Kirk McDonald, City Manager Originating Department: Public Works By: Bernie Weber, Acting Director Megan Albert, Project Coordinator Agenda Section Public Hearing Item Number 8.1 Agenda Title Resolution approving plans and specifications and ordering advertisement for bids for the 2017 Infrastructure Improvement No. 985 (Northwood North Area Infrastructure Improvement Project). Requested Action Staff recommends the City Council adopt a resolution approving plans and specifications for the 2017 Northwood North infrastructure project No. 985 and authorize solicitation for bids. Policy/Past Practice The City Council routinely considers public infrastructure improvement projects to extend the useful life of the infrastructure and/or improve the level of service. The city's pavement management plan has identified areas for infrastructure improvements in 2017. Background Council authorized preparation of a feasibility report for the 2017 infrastructure project on May 23, 2016. On September 26, 2016, the city engineer presented the feasibility report for this improvement project, where Council reviewed the report and scheduled a public hearing for October 24, 2016. Following the public hearing, Council ordered preparation of plans and specifications. Due to budget constraints, Council authorized issuance of bond funding, providing payment of $4,990,000 of general obligation street reconstruction bonds at the December 19 Council meeting. An open house was held on January 11 to inform residents of the area about potential impacts of this project. The 2017 infrastructure project involves street and utility improvements. Based upon the analysis of utility and street conditions, the project includes streets that have been identified for full reconstruction as Gettysburg, Flag, Ensign, Decatur, Cavell, 41st, 40th, Hopewood, and a short section of Jordan. These streets are proposed for water main, street, specific sanitary and storm water areas to be reconstructed. Streets that are considered for mill and overlay are 40 1/2, a portion of Jordan, and a portion of Ensign. Streets where the pavement is in complete failure, such as the northern loop street of 41st and Jordan and the east end of Ensign, require reclamation. The proposed project schedule is: ■ Approve plans and specifications on January 23, 2017 • Authorize advertisement for bids on January 23, 2017 • Receive bids on February 28, 2017 • Review bids and consider contract award on March 13, 2017 • Start construction in Spring 2017 • Substantial Completion Fall 2017 • Complete Construction Summer 2018 kequest for Action, Page 2 Funding Bond funds will provide for most of the project funding. Funding will also be from the street, water, sanitary, and storm water funds. Assessments for tax-exempt properties, not owned by the City, are estimated to provide approximately $50,000 in funding. The table below provides the engineer's estimated breakdown of total project costs, depending on the award of Alternates. Improvement Type Total Project Cost (Including Alternates) Total Project Cost (Excluding Alternates) Streets $3, 720,563 $3,398,366 Water Main $1,089,614 $971,768 Sanitary Sewer $207,268 $199,684 Storm Sewer $663,198 $565,920 Total Project Cost $5,680,643 $5,135,738 Attachments • Resolution • Engineer's memorandum • Project Location Map I:\RFA\PUBWORKS\2016\985 2017Infrastructure project Northwood North\985 2017Infrastructure project Public Hearing -order plans and specs City of New Hope Resolution No. 2017- 17 Resolution approving plans and specifications and ordering advertisement for bids for public improvement no. 985 (2017 Northwood North Area Infrastructure Improvements Project) NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of New Hope as follows: 1. Plans and specifications of the proposed 2017 Northwood - North Area Infrastructure Improvements project No. 985 of the City, heretofore prepared by Stantec Consulting Services, Inc., Engineers for the City, have this day been presented to the Council and such plans and specifications are hereby approved, and a copy thereof shall be placed on file in the office of the City Clerk. 2. The City Clerk and the Engineers are hereby authorized and directed to advertise for bids in the New Hope -Golden Valley Sun Post, the official newspaper of the City, and in Finance and Commerce for the construction of said improvement. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 23rd day of January, 2017. - 41 ve'JL Mayor Attest: City Clerk (�' Stantec January 13, 2017 File: 193803542 Stantec Consulting Services Inc. 2335 Highway 36 West St. Paul MN 55113 Tel: (651) 636-4600 Fax: (651) 636-131 1 Attention: Bernie Weber Acting Director of Public Works City of New Hope 5500 International Parkway New Hope, MN 55428 Reference: 2017 Northwood North Area Infrastructure Improvements - Approve Plans and Specifications; Authorize to Bid City Project No.: 985 Dear Bernie, As requested, we have prepared plans and specifications for the 2016 Northwood North Area Infrastructure Improvements project. The project generally consists of street and utility improvements in the residential area bordered by TH 169 to the west, Northwood Lake to the south, Boone Ave N to the east, and 42nd Ave to the north (see attached location plan). The full plan set is available at City Hall for review. An open house was held on January 11 th, where a presentation of the scope of work was provided. Resident questions were answered, and additional input and feedback was received. Anticipated impact to resident yards, including tree removals and landscaping impacts were discussed. If the project moves forward, additional onsite meetings will be held prior to construction. The plans include base bid improvements for full reconstruct, mill and overlay, and full pavement removal or reclaim improvements. The plans also include bidding two alternates, including 40th Avenue North Full Reconstruction and Sumter Filtration Basin Improvements. The total base bid project cost for these improvements, including indirect costs, is currently estimated to be $5,135,738, which is less than the original feasibility study amount of $5,257,951. The breakdown of project costs for the base bid and alternate improvements are shown on the following page. Design 4<. i ccam~izunitv its riii;-d 4. January 13, 2017 Mr. Bernie Weber Page 2 of 3 Reference: 2017 Northwood North Area Infrastructure Improvements - Approve Plans and Specifications; Authorize to Bid Estimated Base Bid Improvements Amount Full Reconstruction - Streets & Utilities $3,977,607 Mill & Overlay - Streets & Utilities $200,565 Full Pavement Removal - Streets & Utilities 101,610 Total Base Bid Improvement Construction Costs $4,279,782 Base Bid Indirect Costs 20% $855,956 Total Est. Base Bid Project Costs $5,135,738 As project costs may be constrained by allowable budget, alternates improvement options will be bid with this project. The Council has the option to award or not award each alternate improvement option. The estimated costs are provided below: Alternate Improvements Estimated Amount Alternate 1: Full Reconstruction - Streets & $387,587 Utilities (40th Avenue North) Alternate 2: Sumter Avenue Filtration Basin $66,500 Total Alternate Improvement Construction Costs $454,087 Alternate Indirect Costs (20%) $90,817 Total Est. Alternate Project Costs $544,904 The summary of improvement types and associated total project costs, including indirect costs, are provided in the table below: Total Project Cost Total Project Cost Improvement Type(including Alternates(Excluding Alternates Streets $3,720,563 $3,398,366 Water Main $1,089,614 $971,768 Sanitary Sewer $207,268 $199,684 Storm Sewer $663,198 $565,920 Total Project Cost $5,680,643 $5,135,738 If Council chooses to move forward with this project, approval of plans and specifications and authorization to advertise for contractor bids could be given at the January 23rd Council meeting. Bids could then be received on February 28th and brought back to Council for review at the March 13th Council meeting. January 13, 2017 Mr. Bernie Weber Page 3 of 3 Reference: 2017 Northwood North Area Infrastructure Improvements - Approve Plans and Specifications; Authorize to Bid Most of the work under this contract will be completed during the spring, summer, and fall of 2017. The final layer of bituminous pavement (wearing course) for the full reconstruct streets will be completed during the summer of 2018. If you have any questions or require further information, please call me at (651)604-4808. Sincerely, STANTEC Christopher W. Long, P.E. Attachments: Figure 1 - 2017 Project Location Plan Cc: Kirk McDonald, Valerie Leone, Megan Albert, Shawn Markham, Dave Lemke, John Blasiak - New Hope; Kellie Schlegel, Adam Martinson, Ann Dienharf, Tyler Johnson - Sfanfec iI PHASE 1 ti I I l �— k— —+ L-___— _JL__� I I y u w m ■r `.0lK '42ND AVE N (csM 9) — L — sib I V* ISM ip -' } f _ „ � IVY+,p PhA5E 2 PHASE 3 . •Al �m x F�"— —� r r! 4m �Wl \ LPN ` •, ` � � � �, 40 mi wu '216 y , J �, I- 4m J1 4M ;ca 4'"� .17 PHASE 3 'sm — Fau t ^�+ �1n na 1 nq 4gs11 ror "Trpi,pzTwirru d aor ini . _!—__---__ s —��HASE2 PHASE 1 i � T � �` rm w>la .lpao�T� 4 ' w} ■' ■ I . IT • � ~ � ; 1 � `• a.- y_ �:- - � "�� .7 � � wci 1�",f i10 I F" I : � I I i I } � 1 Of X PHASE 3PAkK ,xw000 w f _ 1 _: STREET IMPROVEMENTS LEGEND FULL RECONSTRUCTION � .. ALTERNATE FULL RECONSTRUCTION - 40TH AVE N FULL PAVEMENT REMOVAL 2" MILL & OVERLAY PHASE 1 - START APRIL 10, 2017 THRU APPROX, AUGUST 2017 (FINAL PAVEMENT LAYER COMPLETE LATE JUNE 2018) PHASE 2 -START APPROX. LATE ]UNE THRU APPROX. SEPTEMBER 20k ' (FINAL PAVEMENT LAYER COMPLETE LATE JUNE 2018) r PHASE 3 -START APPROX. LATE AUGUST 2017 THRU OCTOBER 2017 (INCLUDES FULL PAVEMENT REMOVAL SECTION ON ENSIGN AVE) LOCATION PLAN'AND PROJECT PHASING CITY OF NEW HOPE FIGURE I �� tec 2017 NORTHWOOD NORTH AREA INFRASTRUCTURE IMPROVEMENTS DATE: 111012017 PROJ, NO.: 193803348 AFFIDAVIT OF PUBLICATION STATE OF MINNESOTA ) ss COUNTY OF HENNEPIN Charlene Vold being duly sworn on an oath, states or ctRirms that he/she is the Publisher's Designated Agent of the newspaper(s) known as: SP Robb/Crystal/NewHope/Go1dV 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 ,,.reek, for 1 Successive week(s); the first insertion being on 02/02/2017 and the last insertion being on 02/02/2017. MORTGAGE FORECLOSURE NOTICES Pursuant to Minnesota Stat. §SW033 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 nown 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 newspapers circulation is in the latter county. By: i I � Designated Agent Subscribed and sworn to or affirmed before me on 02/02/2017 by Charlene Vold. Notary Public ..�.. ,MlIIV1,1h . UARLENE NAME MACPHERSM Notary Public -Minnesota My Commission EWroo Jan 31, YotB ate Information: Lowest classified rate paid by commercial users for comparable space: $46.90 per column inch Ad ID 647393 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., COT, Tuesday, February 28, 2017, at which time they will be publicly opened and read aloud for the famishing of all labor, materials, and all else necessary for the following: 2017 Northwood North Area Infrastructure Improvements Project - City Project No. 985 In general, Work consists of the replacement of water main, services, spdt replacements of sanitary sewer, storm sewer, and street Improve- ments. This Project includes two alternates; Alt. 1 is the reconstruction of 40th Avenue N., and AM. 2 Is the completion of stormwater improve- ments adjacent to Sumter Avenue N. The Project consists of the follow- Ing approximate quantities for the Base Bid: 22,000 SY Remove Bituminous Pavement (Reconstruct Streets only) 28,000 SY Mill Bituminous Pavement 4,200 SY Full Depth Bituminous Pavement Removal (Reclaim Streets) 3,700 LF Storm Sewer Pipe - 12" to 36" 66 EA Storm Sewer Structure 5,600 LF 6" PVC Water Main 1,900 LF 8" PVC Water Main 28,000 TN Select Granular Borrow (Modified) 12,500 TN Class 5 Aggregate Base 1,300 CY Load, Haul, Place, Grade and Compact Petromat Millings 8,300 TN Bituminous Pavement 16200 LF Concrete Curb and Gutter 450 LF Underground Stormwater Filtration Trench The Project consists of the following approximate quantities for the Alternates: 2,500 SY Remove Bituminous Pavement 55 LF RCP Storm Sewer Pipe - 12" to 27" 4 EA Storm Sewer Structure 870 LF 6" PVC Water Main 3,300 TN Select Granular Borrow (Modified) 1.500 TN Class 5 Aggregate Base 490 TN Bituminous Pavement 1,650 LF Concrete Curb and Gutter 10000 CF Underground Stormwater Treatment and Storage System Along with rniscallaneous utllfty improvements, removals, resto- ration, signing, striping and correlated appurtenances. Complete digital Bidding Documents are available at www.questcdn. Corn for $20 by Inputting QueslCDN eBIdDoc #4816940 on the web - 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. An Optlonal Pre -Bid Conte rence will be held at 10 A.M. CDT, on Feb- ruary 16, 2017 a1 NOW Hope City Hall located at 4401 Xylon Avenue North, New Hope, Minnesota. Representatives of Owner and Engineer will be present to discuss the Project. Bidders may attend aril particle pate in the conference. Engineer will transmil to al prospective Bidders of record such Addendum as Engineer considers necessary in response 4o questions arising at the conference. Oral statements may not be re- lied upon and will not be binding or legally effective. 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 dale and time set for the Opening of Bids, No Blds 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 2, 2017 647393 Page 1 of 1 Affidavit of Publication. ADVERTISEMENT FOR BIDS '.ed Bids will be received by the of New Hope, Minnesota, in the City Hall at 4401 Xylon Avenue North, until 10 A.M., CDT, Tuesday, February 28, 2017, 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: 217 Northwood North Area infrw oF}' Wft1BP.41B5 In general, Work consists of the replacement of water main, services, spot replacements of sanitary sewer, storm sewer, and street improvements. This Project includes two alternates: Alt. 1 is the reconstruction of 40th Avenue N., and Alt, 2 is the completion of stormwater improvements adjacent to Sumter Avenue N. The Project consists of the following approximate quantities for the Base Bid: 22,000 SY Remove Bituminous Pavement (Reconstruct Streets only) 28,000 SY Mill Bituminous Pavement 4,200 SY Full Depth Bituminous Pavement Removal (Reclaim Streets) 3,700 LF Storm Sewer Pipe - 12" to 36" 66 EA Storm Sewer Structure 5,600 LF 6" PVC Water Main 1,900 LF 8" PVC Water Main 28,000 TN Select Granular Borrow (Modified) 12,500 TN Class 5 Aggregate Base 1,300 CY Load, Haul, Place, Grade and Compact Petromat Millings f TN Bituminous Pavement LF Concrete Curb and Gutter 45U LF Underground Stormwater Filtra- tion Trench The Project consists of the following approximate quantities for the Alternates: 2,500 SY Remove Bituminous Pavement 55 LF RCP Storm Sewer Pipe -12" to 27" 4 EA Storm Sewer Structure 870 LF 6" PVC Water Main 3,300 TN Select Granular Borrow (Modified) 1,500 TN Class 5 Aggregate Base 490 TN Bituminous Pavement 1,650 LF Concrete Curb and Gutter 10000 CF Underground Stormwater Treatment and Storage System Along with miscellaneous utility improvements, removals, restoration, signing, striping and correlated appurte- nances. Complete digital Bidding Documents are available at www.quertcdn.com for $20 by inputting QyeetCDN eBidDac JMOM. 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 56113, (651) 636.4600. Direct inquiries to Engineer's Project Manager, Kellie Schlegel, at (651) 604-4734. An Optional Pre -Bid Conference w;t1 be held at 10 A.M. CDT, on Lary 16, 2017 at New Hope City located at 4401 Xylon Avenue North, New Hope, Minnesota. Repre- senLatives of Owner and Engineer will be present to discuss the Project. Bidders may attend and participate in the confer- ence. Engineer will transmit to all prospective Bidders of record such Addendum as Engineer considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 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 infonnalities 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 Connnerce February 2, 9, 2017) 11263500 STATE OF MINNESOTA ) (SS. COUNTY OF HENNEPIN ) Description: 2017 Northwood North Area Infrastructure Improvements Project - City Project No, 985Mark Berriman , being duly sworn on oath say she/he is and during all times licrein 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 ruder Minnesota law, including those requirements found in Minnesota Statute Section 331A.02,. (B) She/He further states on that the printed Construction 11263500 hereto printed as it was printed and published there in the English language; that it was first so published on February 02, 2017 for 2 time(s): the subsequent dates of publications being as roT rows: Thu, February 2, 2017 Thu, February 9, 2017 And that the following is a printed copy of the lower case alphabet from A to Z, both inclusive, and is hereby acknowledged as being the size and kind of type used in the composition and publication of said notice, to wit: X abcdc abcder hill lum o oprQsLu y r. R I A4 wxYz 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 HennoiTt County. The newspaper complies with the conditions described in §580.033, subd. 1, clause (1) or (2). If the newspaper's known office of issue is located in the county adjoining the county where the mortgaged premises or some part of the mortgaged premises described in the notice are located, a substantial portion of the newspaper's circulation is in the latter county. Subscribed and Sworn to before me this 9th day of February, 2017 (Notarial Seal) Notary Public, Hennepin County, Minnesota �Mal RR ARAAMM'p'M I'A'I E W @ r Noi.wy Fufalit 10innesota t S my Cornrninaiun Expires Jan si, 20'al �VWU'Ja IM/VYV V W ItIYVYV �N�PVL'YVV'.'VYYft RATE INFORMATION: 1. Lowest classified rate paid by commercial users for comparable space: 2. Maximum rate allowed by law for the above matter: 3. Rate actually charged for the above matter: 16.0000 0.49554 0.4505 Page 1 of 1 Affidavit of Publication 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, Tuesday, February 28, 2017, 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: 2017 Northwood North Area Infra - City Project No. 985 In general, Work consists of the replacement of water main, services, spot replacements of sanitary sewer, storm sewer, and street improvements. This Project includes two alternates: Alt, 1 is the reconstruction of 40th Avenue N., and Alt. 2 is the completion of stormwater improvements adjacent to Sumter Avenue N. The Project consists of the following approximate quantities for the Base Bid: 22,000 SY Remove Bituminous Pavement (Reconstruct Streets only) 28,000 SY Mill Bituminous Pavement 4,200 SY Full Depth Bituminous Pavement Removal (Reclaim Streets) 3,700 LF Storm Sewer Pipe - 12" to 36" 66 EA Storm Sewer Structure 5,600 LF 6" PVC Water Main 1,900 LF 8" PVC Water Main 28,000 TN Select Granular Borrow (Modified) 12,500 TN Class 5 Aggregate Base 1,300 CY Load, Haul, Place, Grade and Compact Petromat Millings 8,300 TN Bituminous Pavement 16200 LF Concrete Curb and Gutter 450 LF Underground Stormwater Filtra- tion Trench The Project consists of the following approximate quantities for the Alternates: 2,500 SY Remove Bituminous Pavement 55 LF RCP Storm Sewer Pipe -12" to 27" 4 EA Storm Sewer Structure 870 LF 6" PVC Water Main 3,300 TN Select Granular Borrow (Modified) 1,500 TN Class 5 Aggregate Base 490 TN Bituminous Pavement 1,650 LF Concrete Curb and Gutter 10000 CF Underground Stormwater Treatment and Storage System Along with miscellaneous utility improvements, removals, restoration, signing, striping and correlated appurte- nances. Complete digital Bidding Docuunents are available at www.questcdn.com for $20 by inputting QmextCDN Aic]Doc #4816940 on the website's Project Search page. Paper Bidding Documents may also be viewed at the City of New Hope and at Stantee, 2335 Highway 36 West, St. Paul, MN 55113, (651) 636-4600. Direct inquiries to Engineer's Project Manager, Kellie Schlegel, at (651) 604-4734. An Optional Pre -Bid Conference will be held at 10 AM. CDT, on February 16, 2017 at New Hope City Hall located at 4401 Xylon Avenue North, New Hope, Minnesota. Repre- sentatives of Owner and Engineer will be present to discuss the Project. Bidders may attend and participate in the confer- ence. Engineer will transmit to all prospective Bidders of record such Addendum as Engineer considers necessary in response to questions arising at the conference, Oral statements may not be relied upon and will not be binding or legally effective. 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 Finance and Cmmnerce February 2, 9, 2017) 11263500 STATE OF MINNESOTA ) (SS. COUNTY OF HENNEPIN ) Description: 2017 Northwood North Area Infrastructure Improvements Project - City Project No- 985M ark Berrilnan ,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 11263500 hereto printed as it was printed and published there in the English language; that it was first so published on February 02, 2017 for 2 time(s): the subsequent ates of publication Bing as ❑ ❑ws: Thu, February 2, 2017 Thu, February 9, 2017 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: �( ohc<lef tijklmnopgrstuvwxyz abcdefyhi I Imnopgrsluvwxyz Mortgage Foreclosure Notices (effective 7/1/2015). Pursuant to Minnesota Statutes §590.033 relating to the publication of mortgage foreclosure notices: The newspaper's known office of issue is located in Hennepin County. The newspaper complies with the conditions described in §580.033, subd. 1, clause (1) or (2). If the newspaper's known office of issue is located in the county adjoining the county where the mortgaged premises or some part of the mortgaged premises described in the notice are luented, a substantial portion of the newspaper's circulation is in the latter county. �,�' Subscribed and Sworn to before me this 9th day of February, 2017 (Nola;,ial Seal) Notary Pub ic, Hennepin County, Minnesota °, At -AM &N0 ne~.AA ^AAAAAAA V~ J. (BIER Noon/ PLbi lic-10innesota „�;r P�1y Carpinission `expires Jan 3t, 2C21 �V4Al'J�V rNWWr1WWWJV�J'Iti°�^N NVJ'� RATE INFORMATION: 1. Lowest classified rate paid by commercial users for comparable space: 2. Maximum rate allowed by law for the above matter: 3. Rate actually charged for the above matter: $ 16.0000 $ 0.49554 $ 0.4505 Request for Action February 21, 2017 Approved by: Kirk McDonald, City Manager Originating Department: Public Works By: Bernie Weber, Acting Public Works Director Agenda Title Discussion regarding the proposed tank access pathway at Northwood Park (project 985). Requested Action Staff would like comments or input from Council on concerns. Agenda Section Work Session Item Number 11.4 Background At the January 23 council meeting, city council approved the Northwood North (project #985) plans and specifications with the condition that alternatives were investigated regarding the proposed parking area at the stormwater retention tank. Residents and council members raised concerns that adding a parking area on Ensign Avenue would create potential traffic hazards in addition to taking away park green space. City Engineer and staff looked into alternative options and decided that a trail section over the tank would be sufficient to allow the necessary equipment to access the tank. During regular park season this trail would be used for pedestrian and bicycle access. The few times a year Public Works needs to access the tank, the Vactor truck would be driven and parked on the trail. Attachments ■ Engineer's Memo • Schematic I:\RFA\PUBWORKS\2017\2017 Work Sessions\Feb 21 Tank Parking at Northwood\Tank Access at Northwood Park.docx r" 0 9 Cp�TRCgA � �o vMG`�Project Manual For 2017 Northwood North Area Infrastructure Improvements Prepared for: City of New Hope, Minnesota City Project No. 985 (3 Stantec February 2017 Stantec Project No. 193803542 DOCUMENT 00 91 13 ADDENDUM 2 2017 NORTHWOOD NORTH AREA INFRASTRUCTURE IMPROVEMENTS CITY PROJECT NO. 985 PROJECT NO. 193803542 NEW HOPE, MINNESOTA February 23, 2017 Number of Pages: 3 (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 @ 2017 Stantec 1 193803542 ADDENDUM 2 0091 13- 1 SECTON 01 50 00 - TEMPORARY FACILITIES AND CONTROLS 1. Page 01 50 00-4, Paragraph 3.04.A. Add the following after Paragraph 3.04.A.10: 11. In case of a leak or break in the temporary water system, Contractor must respond to the Site within 2 hours of notification of the break. SECTION 33 40 00 - STORM DRAINAGE UTILITIES l . Page 33 40 00-1, Paragraph 1.02.A.1. Add the following after Paragraph 1.02.A.1.b: c. Televising of all storm sewer pipe installed under this Contract shall be incidental to the Bid Unit Price for the pipe installation. d. Televising will not be required on draintile or underground storm sewer chambers. 2. Page 33 40 00-3, Paragraph 1.05. Add the following after Paragraph 1.05.D: Televising Reports 1. 2 copies on DVD format of storm sewer televising and 2 copies of written report on conditions. DVD and written reports shall be submitted to both Engineer and Owner. 2. Electronic Copies: Televising reports shall be submitted in PDF format. One PDF shall be created for each section of pipe located between two manholes. Each report shall be named with a number matching the Owner's pipe identification number. The identification number for each section of pipe shall be provided to the Contractor prior to televising. 3. Identification Spreadsheet: Provide in Microsoft Excel format with the Owner's pipe identification number for the pipes that were installed. Individual televising reports, images, and video must correspond to the pipe ID. A sample spreadsheet can be .provided by the Engineer upon request. 4. Any images taken must be provided to the Owner in jpeg format or a format that is approved by the Owner. 5. Reports and video shall be provided for each televising inspection. 3. Page 33 40 00-9, Paragraph 3.03.C.1.b: Remove the words "lamping inspection," and replace with "televising." 4. Page 33 40 00-9, Paragraph 3.03.C.2: Remove the Paragraph in its entirety and replace with the following: 2. Storm Sewer Televising. a. General 1) Televising shall be performed on all newly -constructed storm sewer lines after pipe installation has been completed and accepted. 2) The storm sewer contractor shall assist with providing access to all storm sewer lines after installation has been completed and accepted. 3) Format - The video will be submitted in a DVD format with both audio and video. 4) Camera - The camera will be a self-propelled unit providing color video with the ability to tilt up and down and pan left to right. The camera is to provide color video and still photographs of any defect. 5) Rate - The televising shall be conducted at a rate not to exceed 30 feet per minute. ADDENDUM 2 0 2017 Stantec 1 193803542 0091 13 - 2 b. Line Requirements 1) All lines shall be jetted and vacuumed so that all debris has been removed prior to televising. 2) A small quantity of water is to be introduced into the line prior to televising. Amount shall be determined by the Engineer and coordinated with the Owner's Utility Department. The amount of water shall be sufficient enough to distinguish any sags or alignment problems with the pipe. 3) Each run will consist of a starting and ending MH number, line size, and a zero reading on the counter at the center of the starting MH. 4) The video camera operator shall type into the video the station (distance), and pipe location (right or left side) of any problems they notice while televising the sewer lines. c. Manhole/Catch Basin Requirements 1) Examine starting and ending doghouses for quality of mortar work. 2) Examine all joints to confirm watertight quality of gaskets and seals. 3) While at the bottom of the manhole, the camera will examine for infiltration as high as it can see around the entire structure circumference. d. Report Requirements 1) A technician shall observe the monitor at all times during the televising and record the data. 2) Note locations, length and depth of any sags in the pipe (indicate any depths greater than 1/2-inch). 3) Note locations, length, and depth of any areas of dirt or debris in pipe (indicate any depths greater than inch). 4) Record distance from center of manhole to center of manhole. 5) Note each change in pipe material, including station. 6) Note service tap or pipe connection locations with station and orientation. 7) The complete report and DVD shall be submitted to the Owner/Engineer within 14 days after the completion of the televised segments. 8) Include color photos/images of defects in the written report. e. Review 9) All televising reports and DVDs will be reviewed after the submittal is received. 10) Comments and corrections will be noted and submitted to the Contractor for immediate correction. f. Defects 1) Any defect, faulty joints, cracked pipe, or other deficiency noted by the televising inspection shall be immediately corrected by the Contractor. A plan for repair shall be presented to and approved by the Owner prior to the repair occurring. 2) Repairs shall be approved by Engineer prior to re -televising. 3) The repaired segment shall then be re -televised from manhole to manhole in accordance with this Section, and submit a report within 7 days. No additional compensation shall be awarded for re -televising any repairs or defects in the lines. LIST OF ATTACHMENTS 1. None. END OF DOCUMENT ADDENDUM 2 © 2017 Stantec 1 193803542 0091 13 - 3 This Page Left Blank Intentionally DOCUMENT 00 91 13 ADDENDUM 1 2017 NORTHWOOD NORTH AREA INFRASTRUCTURE IMPROVEMENTS CITY PROJECT NO. 985 PROJECT NO. 193803542 NEW HOPE, MINNESOTA February 17,2017 Number of Pages: 31 (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 © 2017 Stantec 1 193803542 ADDENDUM 1 0091 13- 1 DOCUMENT 00 41 10 - BID FORM 1. Delete this Document in its entirety and add the attached Document 00 41 10(R). The following bid items were added: 33 Water Main Offset 46 14" PVC Storm Sewer 61 Connect to 36" Storm Sewer (Coredrill) 89 Temporary Hydromulch 90 Sediment Control Log 233 Temporary Hydromulch 234 Sediment Control Log Quantities for the following bid items were revised: 44 12" RCP Storm Sewer, CL 5 45 12" PVC Storm Sewer 84 2' x 3' Storm Sewer Catch Basin with 3' Sump 257 Type SP 12.5 Non -Wearing Course Mixture (2,B) 258 Type SP 9.5 Wearing Course Mixture (2,B) SECTION 00 52 10 -AGREEMENT FORM 1. Page 00 52 10-1, Paragraph 4.02.A: Remove the words "September 29, 2017", and replace with "November 10, 2017". 2. Page 00 52 10-2, Paragraph 4.04.A: Remove the Paragraph in its entirety and replace with the following: A. In the event that all Phase 1 and Phase 2 Work (including Alternate No. 1, if awarded) as identified on the Drawings and Project Manual is completed by September 29, 2017, payment otherwise due in the Contract will be adjusted with a lump sum incentive payment of $40,000 via Change Order. Payment of the incentive will be made within 30 calendar days after the above mentioned date. SECTION 01 57 13 -TEMPORARY EROSION AND SEDIMENT CONTROL 1. Page 01 57 13-1, Paragraph 1.02.A.2: Add the following after Paragraph 1.02.A.2.c: d. Temporary Hydromulch: Measurement will be by square yards of area covered by temporary hydomulch. Bid Item will only be paid once per area throughout the duration of the project. Once hydromulch is applied to any area, any maintenance or re -application of temporary hydromulch will be considered incidental to the initial application. This Bid Item shall be used as directed by the Engineer. e. Sediment Control Log: Measurement will be by lineal foot of log installed. Bid Item will only be paid once per linear foot of log used throughout the duration of the project. Relocation of existing sediment logs on -site will be incidental to the initial placement. This Bid Item shall be used as directed by the Engineer. ADDENDUM 1 © 2017 Stantec 1 193803542 0091 13 - 2 SECTION 33 10 00- WATER UTILITIES 1. Page 33 10 00-2: Add the following after Paragraph 1.02.A.1.i: j. Water Main Offset: Measurement will be by each water main offset made. Payment shall include all pipe, fittings, restraints, labor, and materials to complete the offset. 2. Page 33 10 00-9, Paragraph 3.11.B.5: Remove the words "water service". SECTION 33 12 12 - WATER SERVICES 1. Page 33 12 12-5, Paragraph 3.02.B: Remove the Paragraph in its entirety and replace with the following: B. Pressure Testing: All water services will be visually inspected by the Engineer. SECTION 33 40 00 - STORM DRAINAGE UTILITIES 1. Page 33 40 00-2, Paragraph 1.02.A. Add the following after Paragraph 1.02.A.13: 14. A Bid Item has been provided for Connect to 36" Storm Sewer (Coredrill). Measurement will be per each connect and includes all work to connect PVC storm sewer pipe to 36" RCP �- storm sewer pipe. Connection must be core drilled in the field. 2. Page 33 40 00-5, Paragraph 2.06.C: Add the word "plastic" to the end of the sentence. 3. Page 33 40 00-5, Paragraph 2.09.D: Remove the Paragraph in its entirety and replace with the following: D. Storage Chamber: Chambers shall be constructed of plastic, galvanized aluminum, or concrete. Stormtech by ADS or approved equal. 4. Page 33 40 00-6, Paragraph 2.1 l .B: Remove the Paragraph in its entirety and replace with the following: B. PSM Poly Vinyl Chloride (PVC) Pressure Pipe and Fittings 1. General: Pipe and fittings shall be made of compounds conforming to ASTM D1784 in accordance with the material requirements of AWWA C900 (4 inch to 12 inch diameter) or AWWA C905 (14 inches to 48 inches diameter pipe). .. 2. Design: Integral bell gasketed joint and a minimum wall thickness conforming to DR 18. 3. Joints: Elastomeric gasket joints providing a water -tight seal conforming to ASTM D3212 or ASTM F477. 4. Markings: Conform to AWWA C900 and C905 respectively. DRAWINGS 1. Remove the following drawings from the Bid Set Drawings and replace with the attached Revised Drawings. - Drawing G0.04R: Modified storm sewer structure schedule - Drawing G1.01 R: Modified notes ADDENDUM 1 © 2017 Stantec 1 193803542 00 91 13 - 3 - Drawing C5.01 R: Added private utilities - Drawing C5.02R: Added private utilities/pipe revisions - Drawing C5.03R: Updated structure names/added private utilities - Drawing C5.04R: Updated structure names/added private utilities - Drawing C5.05R: Added private utilities - Drawing C5.06R: Added private utilities/pipe revisions - Drawing C5.07R: Pipe revisions - Drawing C8.04R: Corrected unreadable text; added detail - Drawing C8.05R: Corrected unreadable text; added detail LIST OF ATTACHMENTS 1. Document 00 41 10(R) - Revised Bid Form. 2. Drawing G0.04R. 3. Drawing G 1.01 R. 4. Drawing C5.01 R. 5. Drawing C5.02R. 6. Drawing C5.03R. 7. Drawing C5.04R. 8. Drawing C5.05R. 9. Drawing C5.06R. 10. Drawing C5.07R. 11. Drawing C8.04R. 12. Drawing C8.05R. END OF DOCUMENT ADDENDUM 1 © 2017 Stantec 1 193803542 0091 13 - 4 ( JO Stantec BIDDER: DOCUMENT 00 41 10 REVISED BID FORM REVISED BY ADDENDUM NO. 1 2017 NORTHWOOD NORTH AREA INFRASTRUCTURE IMPROVEMENTS PROJECT NO. 193803542 CITY PROJECT NO.985 NEW HOPE, MINNESOTA 2017 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: Addendum Number Addendum Date B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at, or contiguous to, the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at, or contiguous to, the Site (except Underground Facilities) which have been identified in SC-4.02, and (2) reports and drawings of Hazardous Environmental Conditions that have been identified in SC-4.06. E. Bidder has obtained and carefully studied (or accepts the consequences for not doing so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at, or contiguous to, the Site which may affect cost, progress, or performance of the work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) Bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the 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. 02017 Stantec 1 193803542 REVISED BY ADDENDUM NO. 1 00 41 10 - 1(R) REVISED BID FORM I. 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 evaluation concerning Bidder's responsiveness, responsibility, and qualifications before awarding a contract. Bidder hereby waives any and all claims, of whatever nature, against Owner, Engineer and their employees and agents, which arise out of or relate to such investigation and evaluation, and statements made as a result thereof, except for statements that can be shown by clear and convincing evidence to be intentionally false and made with actual malice. Nothing in this paragraph is intended to restrict Bidder's rights to challenge a contract pursuant to law. 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): All specific cash allowances are included in the price(s) set forth below and have been computed in accordance with Paragraph 11.02 of the General Conditions. Unit Prices have been computed in accordance with Paragraph 11.03.13 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. Item Units Qty Unit Price Total Price BASE BID: PART 1: GENERAL 1 MOBILIZATION LS 1 $ $ 2 TRAFFIC CONTROL TOTAL PART 1: GENERAL LS 1 $ PART 2: RECONSTRUCT STREETS (RECON) PART 2A: SANITARY SEWER (RECON) 3 REMOVE AND REPLACE SANITARY SEWER FRAME AND RINGS WITH EA 27 $ HDPE RINGS AND FRAME 4 REMOVE SANITARY SEWER PIPE LF 560 $ 5 REMOVE SANITARY SEWER SERVICE EA 9 $ 6 REMOVE SANITARY SEWER MANHOLE 7 10" PVC SANITARY SEWER PIPE - SDR 35 8 6" PVC SCHEDULE 40 SANITARY SEWER SERVICE PIPE EA 2 $ LF 560 $ LF 275 $ © 2017 Stantec 1 193803542 REVISED BY ADDENDUM NO. 1 00 41 10- 2(R) REVISED BID FORM L No. Item Units Qty Unit Price Total Price 9 10" X 6" PVC WYE EA 9 $ $ 10 REPAIR SEWER SERVICE PIPE EA 30 $ $ 11 CONNECT TO EXISTING SANITARY SEWER PIPE EA 1 $ $ 12 CONNECT TO EXISTING SANITARY SEWER STRUCTURE EA 1 $ $ 13 CONNECT TO EXISTING SANITARY SEWER SERVICE EA 9 $ $ 14 REPAIR DOGHOUSE/INVERT EA 4 $ $ 15 42" DIAMETER SANITARY SEWER MH BARREL SECTION WITH STEP LF 10 $ $ 16 4' SANITARY SEWER MH EA 2 $ $ 17 IMPROVED PIPE FOUNDATION LF 150 $ $ 18 TELEVISE SANITARY SEWER LF 560 $ $ TOTAL PART 2A: SANITARY SEWER (RECON) $ PART 26: WATER MAIN (RECON) 19 TEMPORARY WATER SERVICE LS 1 $ $ 20 REMOVE WATER MAIN LF 7300 $ $ 21 REMOVE WATER SERVICE EA 128 $ $ 22 REMOVE HYDRANT, VALVE AND BOX EA 13 $ $ 23 REMOVE VALVE AND BOX EA 21 $ $ 24 SALVAGE AND REINSTALL GATE VALVE AND BOX EA 1 $ $ 25 CONNECT TO EXISTING WATER MAIN EA 23 $ $ 26 6" PVC WATER MAIN, C900-DR18, WITH TRACER WIRE LF 5600 $ $ 27 8" PVC WATER MAIN, C900-DR18, WITH TRACER WIRE LF 1900 $ $ 28 6' GATE VALVE AND BOX EA 16 $ $ 29 8" GATE VALVE AND BOX EA 17 $ $ 30 HYDRANT, INCLUDING 6" GATE VALVE AND BOX EA 16 $ $ 31 EXTEND HYDRANT BARREL LF 4 $ $ 32 DUCTILE IRON FITTINGS LB 2700 $ $ 33 WATER MAIN OFFSET EA 3 $ $ 34 INSULATION - 4" THICK SY 150 $ $ 35 IMPROVED PIPE FOUNDATION LF 2000 $ $ 0 2017 Stantec 1 193803542 REVISED BY ADDENDUM NO. 1 00 41 10 - 3(R) REVISED BID FORM No. Item Units Qty Unit Price Total Price 36 CONNECT TO EXISTING WATER SERVICE EA 128 $ $ 37 1"CORPORATION STOP EA 128 $ $ 38 1" CURB STOP AND BOX EA 128 $ $ 39 1"TYPE "K" COPPER PIPE LF 3800 $ $ TOTAL PART 213: WATER MAIN (RECON) $ PART 2C: STORM SEWER (RECON) 40 ADJUST STORM SEWER STRUCTURE EA 2 $ $ 41 REMOVE STORM SEWER MH OR CATCH BASIN EA 30 $ $ 42 REMOVE STORM SEWER PIPE LF 1200 $ $ 43 8" PVC STORM SEWER LF 150 $ $ 44 12" RCP STORM SEWER, CL 5 LF 925 $ $ 45 12" PVC STORM SEWER LF 135 $ $ 46 14" PVC STORM SEWER LF 200 $ $ 47 15" RCP STORM SEWER, CL 5 LF 1685 $ $ 48 18" RCP STORM SEWER, CL 5 LF 540 $ $ 49 21" RCP STORM SEWER, CL 4 LF 20 $ $ 50 27" RCP STORM SEWER, CL 3 LF 85 $ $ 51 36" RCP STORM SEWER, CL 3 LF 55 $ $ 52 27" STORM SEWER CATCH BASIN EA 1 $ $ 53 IMPROVED PIPE FOUNDATION LF 250 $ $ 54 2'x3' STORM SEWER CATCH BASIN EA 21 $ $ 55 4' DIAMETER STORM SEWER MH OR CBMH EA 32 $ $ 56 4' DIAMETER FILTRATION STRUCTURE WITH 3' SUMP AND SKIMMER EA 6 $ $ 57 5' DIAMETER STORM SEWER MH OR CBMH EA 1 $ $ 58 5DIAMETER STORM SEWER MH OR CBMH WITH 5' SUMP, ENERGY EA 2 $ $ DISSIPATOR, AND SKIMMER 59 6' DIAMETER STORM SEWER MH OR CBMH EA 1 $ $ 60 INSTALL SNOUT IN EXISTING STRUCTURE EA 1 $ $ 61 CONNECT TO 36" STORM SEWER (COREDRILL) EA 1 $ $ 62 CONNECT TO EXISTING STORM SEWER PIPE EA 17 $ $ © 2017 Stantec 1 193803542 REVISED BY ADDENDUM NO. 1 00 41 10 - 4(R) REVISED BID FORM L Lam, No. Item Units Qty Unit Price Total Price 63 CONNECT TO EXISTING STORM SEWER STRUCTURE EA 1 $ $ 64 CONNECT TO EXISTING DRAINTILE (STREET OR YARD) EA 6 $ $ 65 CONNECT DRAINTILE TO STRUCTURE (COREDRILL) EA 79 $ $ 66 FILTRATION TRENCH/RAIN GARDEN EXCAVATION (CV) CY 905 $ $ 67 FILTRATION TRENCH GEOTEXTILE FABRIC - WOVEN SY 325 $ $ 68 FILTRATION TRENCH GEOTEXTILE FABRIC- NON WOVEN SY 1600 $ $ 69 SAND FILTER MATERIAL CY 50 $ $ 70 IRON -ENHANCED FILTER MEDIA (LV) CY 12 $ $ 71 ANGULAR STONE CY 500 $ $ 72 6" PVC PERFORATED COLLECTION PIPE, WITH SOCK LF 375 $ $ 73 6" PVC NON -PERFORATED COLLECTION PIPE LF 187 $ $ 74 8" PVC DISTRIBUTION PIPE LF 185 $ $ 75 51" X 30" STORMWATER CHAMBER LF 380 $ $ 76 6" FILTRATION BASIN CLEANOUT EA 7 $ $ 77 10" INSPECTION PORT EA 7 $ $ 78 FILTRATION BASIN ACCESS STRUCTURE EA 7 $ $ 79 AUGMENTED SOILS CY 18 $ $ 80 RAIN GARDEN PLANTINGS LS 1 $ $ 81 LAWN EDGING LF 75 $ $ 82 DOUBLE SHREDDED HARDWOOD MULCH CY 5 $ $ 83 6" PERFORATED PVC DRAINTILE, INCLUDING GEOTEXTILE FABRIC, LF 40 $ $ ROCK AND END SECTION 84 2' x 3' STORM SEWER CATCH BASIN WITH 3' SUMP EA 1 $ $ 85 GEOTEXTILE FABRIC TYPE V, RAIN GARDEN SY 30 $ $ TOTAL PART 2C: STORM SEWER (RECON) $ PART 2D: STREETS (RECON) 86 TEMPORARY MAIL LS 1 $ $ 87 INLET PROTECTION EA 76 $ $ 88 SILT FENCE, TYPE MACHINE SLICED LF 850 $ $ 89 TEMPORARY HYDROMULCH SY 15000 $ $ 02017 Stantec 1 193803542 REVISED BY ADDENDUM NO. 1 00 41 10 - 5(R) REVISED BID FORM No. Item Units Qty Unit Price Total Price 90 SEDIMENT CONTROL LOG LF 3000 $ $ 91 TEMPORARY ROCK CONSTRUCTION ENTRANCE TN 700 $ $ 92 WATER FOR DUST CONTROL TGAL 160 $ $ 93 EXPLORATORY DIGGING HR 24 $ $ 94 SALVAGE AND REINSTALL MODULAR BLOCK RETAINING WALL SF 200 $ $ 95 SALVAGE AND REINSTALL TIMBER RETAINING WALL SF 100 $ $ 96 SALVAGE SIGN EA 12 $ $ 97 SALVAGE AND REINSTALL STREET NAME BLADE SIGN ON NEW POST EA 15 $ $ 98 REMOVE TREE EA 170 $ $ 99 MILL AND DISPOSE OF BITUMINOUS PAVEMENT WITH PETROMAT - 3" SY 5050 $ $ DEPTH 100 DISPOSE OF EXISTING STOCKPILED PETROMAT MATERIAL TN 1500 $ $ 101 REMOVE BITUMINOUS PAVEMENT BELOW 3" MILL DEPTH SY 5050 $ $ 102 REMOVE BITUMINOUS PAVEMENT SY 17000 $ $ 103 SAWING BITUMINOUS PAVEMENT -STREET LF 500 $ $ 104 REMOVE CONCRETE CURB & GUTTER LF 14100 $ $ 105 REMOVE CONCRETE WALK SF 1100 $ $ 106 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 19000 $ $ 107 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 16000 $ $ 108 SALVAGE AND REINSTALL DRIVEWAY PAVERS SF 250 $ $ 109 COMMON EXCAVATION (P) CY 24000 $ $ 110 SUBGRADE EXCAVATION (CV) CY 1300 $ $ 111 GEOTEXTILE FABRIC - TYPE V SY 25500 $ $ 112 SELECT GRANULAR BORROW (MODIFIED) TN 28000 $ $ 113 AGGREGATE BASE, CLASS 5 TN 12500 $ $ 114 6" PVC PERFORATED DRAIN TILE, WITH SOCK LF 14000 $ $ 115 6" DRAINTILE CLEANOUT LF 70 $ $ 116 4" PVC SUMP PIPE STUB INCLUDING WYE AND CAP EA 140 $ $ 117 MASTIC ON LIP OF CURB LF 15400 $ $ © 2017 Stantec 1 193803542 REVISED BY ADDENDUM NO. 1 00 41 10- 6(R) REVISED BID FORM f No. Item Units Qty Unit Price Total Price 118 BITUMINOUS MATERIAL FOR TACK COAT GAL 1200 $ $ 119 TYPE SP 12.5 NON -WEARING COURSE MIXTURE (2,B) TN 3000 $ $ 120 TYPE SP 9.5 WEARING COURSE MIXTURE (2,C) TN 2500 $ $ 121 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) TN 250 $ $ 122 6" CONCRETE DRIVEWAY SF 24000 $ $ 123 6' CONCRETE VALLEY GUTTER SF 720 $ $ 124 B618 CONCRETE CURB AND GUTTER LF 15400 $ $ 125 4' CONCRETE WALK SF 550 $ $ 126 6' CONCRETE PEDESTRIAN RAMP SF 825 $ $ 127 TRUNCATED DOME SURFACE SF 120 $ $ 128 EROSION CONTROL COMPOST BLANKET - BLOWN W/SEED SY 25000 $ $ 129 TOPSOIL BORROW, MNDOT 3877.2E (LV) CY 3400 $ $ 130 SIGN PANELS SF 140 $ $ 131 ZEBRA CROSSWALK, WHITE SF 700 $ $ 132 4" SOLID WHITE LINE - PAINT LF 200 $ $ 133 4" DOUBLE YELLOW LINE - PAINT LF 200 $ $ 134 24" SOLID WHITE STOP BAR LF 150 $ $ 135 PAVEMENT MESSAGE, RIGHT-THRU ARROW EA 2 $ $ 136 PAVEMENT MESSAGE, LEFT ARROW EA 2 $ $ 137 STREET SWEEPER (WITH PICKUP BROOM) HR 200 $ $ TOTAL PART 21): STREETS (RECON) $ PART 3: MILL & OVERLAY STREETS (M&O) PART 3A: UTILITIES (M&O) 138 REMOVE AND REPLACE SANITARY SEWER FRAME AND RINGS WITH EA 20 $ $ HDPE RINGS AND FRAME 139 4' DIAMETER SANITARY SEWER MH BARREL SECTION WITH STEP LF 1 $ $ 140 ADJUST VALVE BOX EA 4 $ $ 141 REMOVE AND REPLACE WATER GV BOX SECTION EA 8 $ $ TOTAL PART 3A: UTILITIES (M&O) $ 0 2017 Stantec 1 193803542 REVISED BY ADDENDUM NO. 1 00 41 10 - 7(R) REVISED BID FORM No. Item Units Qty Unit Price Total Price PART 3B: STREETS (M&O) 142 INLET PROTECTION EA 10 $ $ 143 MILL BITUMINOUS PAVEMENT - 2" DEPTH Sy 13,000 $ $ 144 REMOVE AND REPLACE CONCRETE CURB & GUTTER LF 400 $ $ 145 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 1500 $ $ 146 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 1500 $ $ 147 AGGREGATE BASE, CLASS 5 - (SPECIAL) TN 400 $ $ 148 BITUMINOUS PATCHING (SPECIAL) -TYPE SP 12.5 NON -WEARING TN 150 $ $ COURSE MIXTURE(B) 149 BITUMINOUS MATERIAL FOR TACK COAT GAL 650 $ $ 150 TYPE SP 9.5 WEARING COURSE MIXTURE (2,B) TN 1,600 $ $ 151 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) TN 40 $ $ 152 6" CONCRETE DRIVEWAY SF 1500 $ $ 153 EROSION CONTROL COMPOST BLANKET - BLOWN W/SEED SY 240 $ $ 154 TOPSOIL BORROW, MNDOT 3877.2E (LV) CY 35 $ $ TOTAL PART 36: STREETS (M&O) $ PART 4: FULL PAVEMENT REMOVAL STREETS (FPR) PART 4A: UTILITIES (FPR) 155 REMOVE AND REPLACE SANITARY SEWER FRAME AND RINGS WITH EA 4 $ $ HDPE RINGS AND FRAME 156 ADJUST VALVE BOX EA 1 $ $ 157 REMOVE AND REPLACE WATER GV BOX SECTION EA 1 $ $ 158 REMOVE STORM SEWER MH OR CATCH BASIN EA 4 $ $ 159 REMOVE STORM SEWER PIPE LF 50 $ $ 160 12" RCP STORM SEWER, CL 5 LF 65 $ $ 161 15" RCP STORM SEWER, CL 5 LF 175 $ $ 162 IMPROVED PIPE FOUNDATION LF 25 $ $ 163 2'X3' STORM SEWER CATCH BASIN EA 2 $ $ 164 4' DIAMETER STORM SEWER MH OR CBMH EA 1 $ $ 165 4' DIAMETER FILTRATION STRUCTURE WITH 3' SUMP AND SKIMMER EA 1 $ $ 166 4'X6' CATCH BASIN EA 1 $ $ 167 4'X6' CATCH BASIN WITH 5' SUMP, ENERGY DISSIPATOR, AND SKIMMER EA 1 $ $ 0 2017 Stantec 1 193803542 REVISED BY ADDENDUM NO. 1 0041 10-8(R) REVISED BID FORM f L No. Item Units Qty Unit Price Total Price 168 CONNECT TO EXISTING STORM SEWER PIPE EA 1 $ $ 169 FILTRATION TRENCH EXCAVATION (CV) CY 125 $ $ 170 FILTRATION TRENCH GEOTEXTILE FABRIC - WOVEN SY 75 $ $ 171 FILTRATION TRENCH GEOTEXTILE FABRIC - NONWOVEN SY 325 $ $ 172 SAND FILTER MATERIAL CY 15 $ $ 173 ANGULAR STONE CY 100 $ $ 174 6" PVC PERFORATED COLLECTION PIPE, WITH SOCK LF 75 $ $ 175 6" PVC NON -PERFORATED COLLECTION PIPE LF 20 $ $ 176 8" PVC DISTRIBUTION PIPE LF 15 $ $ 177 51" X 30" STORMWATER CHAMBER LF 70 $ $ 178 6" FILTRATION BASIN CLEANOUT EA 1 $ $ 179 10" INSPECTION PORT EA 1 $ $ 180 FILTRATION BASIN ACCESS STRUCTURE EA 1 $ $ TOTAL PART 4A: UTILITIES (FPR) $ PART 48: STREETS (FPR) 181 INLET PROTECTION EA 5 $ $ 182 REMOVE AND REPLACE CONCRETE CURB & GUTTER LF 150 $ $ 183 REMOVE CONCRETE CURB & GUTTER LF 275 $ $ 184 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 500 $ $ 185 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 500 $ $ 186 FULL DEPTH RECLAMATION SY 4600 $ $ 187 SUBGRADE EXCAVATION (CV) CY 100 $ $ 188 AGGREGATE BASE, CLASS 5 TN 100 $ $ 189 TRAIL AGGREGATE (SPECIAL) TN 45 $ $ 190 TYPE SP 12.5 WEARING COURSE MIXTURE (4,B) TN 16 $ $ 191 TYPE SP 9.5 WEARING COURSE MIXTURE (2,B) TN 850 $ $ 192 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) TN 12 $ $ 193 CONCRETE CURB & GUTTER (SPECIAL) LF 275 $ $ 194 6`CONCRETE DRIVEWAY SF 500 $ $ © 2017 Stantec 1 193803542 REVISED BY ADDENDUM NO. 1 00 41 10 - 9(R) REVISED BID FORM No. Item Units Qty Unit Price Total Price 195 6" CONCRETE PEDESTRIAN RAMP SF 90 $ $ 196 TRUNCATED DOME SURFACE SF 24 $ $ 197 EROSION CONTROL COMPOST BLANKET - BLOWN W/SEED SY 400 $ $ 198 TOPSOIL BORROW, MNDOT 3877.28 (LV) CY 55 $ $ 199 STREET SWEEPER (WITH PICKUP BROOM) HR 10 $ $ TOTAL PART 4B: STREETS (FPR) $ BASE BID SUMMARY: TOTAL PART 1: GENERAL TOTAL PART 2A: SANITARY SEWER (RECON) TOTAL PART 2B: WATER MAIN (RECON) TOTAL PART 2C: STORM SEWER (RECON) TOTAL PART 2D: STREETS (RECON) TOTAL PART 3A: UTILITIES (M&O) TOTAL PART 3B: STREETS (M&O) TOTAL PART 4A: UTILITIES (FPR) TOTAL PART 4B: STREETS (FPR) TOTAL BASE BID ALTERNATE 1 - 40TH AVENUE RECONSTRUCT PART 1: GENERAL 200 MOBILIZATION 201 TRAFFIC CONTROL TOTAL PART 1: GENERAL PART 2: SANITARY SEWER 202 REMOVE AND REPLACE SANITARY SEWER FRAME AND RINGS WITH HDPE RINGS AND FRAME 203 REPAIR SEWER SERVICE PIPE 204 42" DIAMETER SANITARY SEWER MH BARREL SECTION WITH STEP TOTAL PART 2: SANITARY SEWER LS 1 $ $ LS 1 $ $ $ EA 4 $ $ EA 5 $ $ LF 3 $ $ © 2017 Stantec 1 193803542 REVISED BY ADDENDUM NO. 1 00 41 10 - 10(R) REVISED BID FORM r No. Item Units Qty Unit Price Total Price PART 3: WATER MAIN 205 TEMPORARY WATER SERVICE LS 1 $ $ 206 REMOVE WATER MAIN LF 870 $ $ 207 REMOVE WATER SERVICE EA 15 $ $ 208 REMOVE HYDRANT, VALVE AND BOX EA 2 $ $ 209 REMOVE VALVE AND BOX EA 3 $ $ 210 CONNECT TO EXISTING WATER MAIN EA 4 $ $ 211 6" PVC WATER MAIN, C900-DR18, WITH TRACER WIRE LF 870 $ $ 212 6" GATE VALVE AND BOX EA 2 $ $ 213 HYDRANT, INCLUDING 6" GATE VALVE AND BOX EA 2 $ $ 214 EXTEND HYDRANT BARREL LF 1 $ $ 215 DUCTILE IRON FITTINGS LB 400 $ $ 216 IMPROVED PIPE FOUNDATION LF 225 $ $ 217 CONNECT TO EXISTING WATER SERVICE EA 15 $ $ 218 1"CORPORATION STOP EA 15 $ $ 219 1" CURB STOP AND BOX EA 15 $ $ 220 1"TYPE K'COPPER PIPE LF 525 $ $ TOTAL PART 3: WATER MAIN $ PART 4: STORM SEWER 221 REMOVE STORM SEWER PIPE LF 35 $ $ 222 REMOVE STORM SEWER MH OR CATCH BASIN EA 2 $ $ 223 12" RCP STORM SEWER, CL 5 LF 25 $ $ 224 27" RCP STORM SEWER, CL 3 LF 35 $ $ 225 IMPROVED PIPE FOUNDATION LF 10 $ $ 226 2'x3STORM SEWER CATCH BASIN EA 2 $ $ 227 4' DIAMETER STORM SEWER MH OR CBMH EA 2 $ $ 228 CONNECT TO EXISTING STORM SEWER PIPE EA 2 $ $ 229 CONNECT DRAINTILE TO STRUCTURE (COREDRILL) EA 4 $ $ TOTAL PART 4: STORM SEWER $ © 2017 Stantec 1 193803542 REVISED BY ADDENDUM NO. 1 00 41 10 - 11(R) Ra�69q�771�]�i]3ul No. Item Units Qty Unit Price Total Price PART 5: STREETS 230 TEMPORARY MAIL LS 1 $ $ 231 INLET PROTECTION EA 5 $ $ 232 SILT FENCE, TYPE MACHINE SLICED LF 100 $ $ 233 TEMPORARY HYDROMULCH SY 2000 $ $ 234 SEDIMENT CONTROL LOG LF 500 $ $ 235 TEMPORARY ROCK CONSTRUCTION ENTRANCE TN 100 $ $ 236 WATER FOR DUST CONTROL TGAL 50 $ $ 237 EXPLORATORY DIGGING HR 4 $ $ 238 SALVAGE SIGN EA 2 $ $ 239 SALVAGE AND REINSTALL STREET NAME BLADE SIGN ON NEW POST EA 2 $ $ 240 REMOVE TREE EA 18 $ $ 241 REMOVE BITUMINOUS PAVEMENT SY 2500 $ $ 242 SAWING BITUMINOUS PAVEMENT - STREET LF 100 $ $ 243 REMOVE CONCRETE CURB & GUTTER LF 1600 $ $ 244 REMOVE CONCRETE WALK SF 175 $ $ 245 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 2600 $ $ 246 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 1200 $ $ 247 COMMON EXCAVATION (P) CY 2400 $ $ 248 SUBGRADE EXCAVATION (CV) CY 150 $ $ 249 GEOTEXTILE FABRIC - TYPE V SY 2950 $ $ 250 SELECT GRANULAR BORROW (MODIFIED) TN 3300 $ $ 251 AGGREGATE BASE, CLASS 5 TN 1500 $ $ 252 6" PVC PERFORATED DRAIN TILE, WITH SOCK LF 1600 $ $ 253 6" DRAINTILE CLEANOUT EA 8 $ $ 254 4" PVC SUMP PIPE STUB INCLUDING WYE AND CAP EA 18 $ $ 255 MASTIC ON LIP OF CURB LF 1650 $ $ 256 BITUMINOUS MATERIAL FOR TACK COAT GAL 125 $ $ 257 TYPE SP 12.5 NON-WEARINGN COURSE MIXTURE (2,B) TN 310 $ $ © 2017 Stantec 1 193803542 REVISED BY ADDENDUM NO. 1 0041 10- 12(R) REVISED BID FORM No. Item Units Qty Unit Price Total Price 258 TYPE SP 9.5 WEARING COURSE MIXTURE (2,B) TN 230 $ $ 259 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) TN 30 $ $ 260 6" CONCRETE DRIVEWAY SF 2600 $ $ 261 B618 CONCRETE CURB AND GUTTER LF 1650 $ $ 262 N' CONCRETE WALK SF 80 $ $ 263 6" CONCRETE PEDESTRIAN RAMP SF 125 $ $ 264 TRUNCATED DOME SURFACE SF 20 $ $ 265 EROSION CONTROL COMPOST BLANKET - BLOWN W/SEED SY 2500 $ $ 266 TOPSOIL BORROW, MNDOT 3877.2B (LV) CY 350 $ $ 267 SIGN PANELS SF 7 $ $ r- 268 STREET SWEEPER (WITH PICKUP BROOM) HR 35 $ $ TOTAL PART 5: STREETS $ ALTERNATE 1 - 40TH AVENUE RECONSTRUCT SUMMARY: PART 1: GENERAL $ PART 2: SANITARY SEWER $ PART 3: WATER MAIN $ PART 4: STORM SEWER $ PART 5: STREETS $ TOTAL ALTERNATE 1 - 40TH AVENUE RECONSTRUCT $ ALTERNATE 2 - SUMTER AVENUE FILTRATION BASIN PART 1: GENERAL L 269 MOBILIZATION LS 1 $ $ 270 TRAFFIC CONTROL LS 1 $ $ �_. TOTAL PART 1: GENERAL $ PART 2: STORM SEWER ` 271 INLET PROTECTION EA 6 $ $ 272 SILT FENCE, TYPE MACHINE SLICED LF 375 $ $ 273 TEMPORARY ROCK CONSTRUCTION ENTRANCE TN 20 $ $ 274 SALVAGE AND REINSTALL SIGN ON NEW POST EA 2 $ $ 0 2017 Stantec 1 193803542 REVISED BY ADDENDUM NO. 1 00 41 10 - 13(R) REVISED BID FORM No. Item Units Qty Unit Price Total Price 275 REMOVE AND REPLACE CONCRETE CURB & GUTTER LF 50 $ $ 276 REMOVE RIPRAP SY 200 $ $ 277 REMOVE STORM SEWER PIPE LF 44 $ $ 278 SALVAGE AND REINSTALL FENCE LF 50 $ $ 279 CLEARING AND GRUBBING LS 1 $ $ 280 15" RCP STORM SEWER, CL 5 LF 9 $ $ 281 4' DIAMETER STORM SEWER MH OR CBMH WITH 5' SUMP EA 2 $ $ 282 CONNECT TO EXISTING STORM SEWER STRUCTURE EA 1 $ $ 283 CONNECT DRAINTILE TO STRUCTURE (COREDRILL) EA 4 $ $ 284 UNDERGROUND FILTRATION AND STORAGE SYSTEM LS 1 $ $ 285 6" PVC PERFORATED DRAINTILE, WITH SOCK LF 50 $ $ 286 EROSION CONTROL COMPOST BLANKET- BLOWN WITH SEED SY 1200 $ $ 287 TOPSOIL BORROW, MNDOT 3877.2E (LV) CY 200 $ $ TOTAL PART 2: STORM SEWER $ ALTERNATE 2 - SUMTER AVENUE FILTRATION BASIN SUMMARY: PART 1: GENERAL $ PART 2: STORM SEWER $ TOTAL ALTERNATE 2 - SUMTER AVENUE FILTRATION BASIN $ BID SUMMARY: TOTAL BASE BID $ TOTAL ALTERNATE 1 - 40TH AVENUE RECONSTRUCT TOTAL ALTERNATE 2 - SUMTER AVENUE FILTRATION BASIN 02017 Stantec 1 193803542 REVISED BY ADDENDUM NO. 1 0041 10- 14(R) REVISED 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. 8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. SUBMITTED on , 2017. If Bidder Is: A Corporation Corporation Name: State of Incorporation: Type (General Business, Professional, Service, Limited Liability): By: (Signature) Name (typed or printed): Title: Attest (CORPORATE SEAL) (Signature of Corporate Secretary) Business Street Address (No P.O. Box #'s): Phone No.: Email: 0 2017 Stantec 1 193803822 REVISED BY ADDENDUM NO.2 0041 10 - 7(R) REVISED BID FORM An Individual Name (typed or printed): By: (Individual's signature) Doing business as: Business Street Address (No P.O. Box Ws): Phone No.: Email.: A Partnershio Partnership Name: By: Name (typed or printed): (Signature of general partner) Business Street Address (No P.O. Box Ws): Phone No.: Email.: END OF DOCUMENT (SEAL) L) © 2017 Stantec 1 193803822 REVISED BY ADDENDUM NO.2 00 41 10 - 8(R) REVISED BID FORM f 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. A Kellie M. Schlegel, P.E. Date: February 3, 2017 License # 46200 END OF SECTION © 2017 Stantec 1 193803542 PROFESSIONAL CERTIFICATIONS 0001 05 - 1 This Page Left Blank Intentionally r SECTION 00 01 10 TABLE OF CONTENTS r 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 1 1 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 00 52 10 Agreement Form 0061 13.13 Performance Bond 0061 13.16 Payment Bond 00 72 05 EJCDC C-700 Std General Conditions of the Construction Contract (2007 Edition) 00 73 05 Supplementary Conditions SPECIFICATIONS GROUP GENERAL REQUIREMENTS SUBGROUP Division 01 - General Requirements 01 0300 Alternates 01 1000 Summary 01 2000 Price and Payment Procedures 01 31 00 Project Management and Coordination 01 3300 Submittal Procedures 01 4000 Quality Requirements 01 5000 Temporary Facilities and Controls 01 57 13 Temporary Erosion and Sediment Control 01 7000 Execution Requirements Division 02 - Existing Conditions 0241 13 Selective Site Demolition SITE AND INFRASTRUCTURE SUBGROUP Division 31 - Earthwork 31 1000 Site Clearing 31 2300 Excavation and Fill 31 2313 Subgrade Preparation 31 32 19 Geosynthetic Soil Stabilization and Layer Separation TABLE OF CONTENTS © 2017 Stantec 1 193803542 0001 10-1 Division 32 - Exterior Improvements 32 11 23 Aggregate Base Courses 32 11 25 Full Depth Reclamation 32 1201 Flexible Paving for Municipal Projects 32 13 14 Concrete Walks, Medians and Driveways 32 16 13 Curbs and Gutters 32 1723 Pavement Markings 32 92 00 Turf and Grasses 32 93 00 Plants Division 33 - Utilities 33 05 05 Trenching and Backfilling 3305 17 Adjust Miscellaneous Structures 33 08 30 Commissioning of Sanitary Sewer Utilities 33 1000 Water Utilities 33 1212 Water Services 3331 00 Sanitary Utility Sewer Piping 3331 14 Sanitary Sewer Services 33 39 00 Sanitary Utility Sewer Structures 33 40 00 Storm Drainage Utilities 33 46 00 Subdrainage Division 34 - Transportation 3441 05 Traffic Signs and Devices END OF SECTION TABLE OF CONTENTS © 2017 Stantec 1 193803542 0001 10 - 2 r-- 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., CST, Tuesday, February 28, 2017, 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: 2017 Northwood North Area Infrastructure Improvements Project - City Proiect No. 985 In general, Work consists of the replacement of water main, services, spot replacements of sanitary sewer, storm sewer, and street improvements. This Project includes two alternates: Alt. 1 is the reconstruction of 40th Avenue N., and Alt. 2 is the completion of stormwater improvements adjacent to Sumter Avenue N. The Project consists of the following approximate quantities for the Base Bid: 22,000 SY Remove Bituminous Pavement (Reconstruct Streets only) 28,000 SY Mill Bituminous Pavement 4,200 SY Full Depth Bituminous Pavement Removal (Reclaim Streets) 3,700 LF Storm Sewer Pipe - 12" to 36" 66 EA Storm Sewer Structure 5,600 LF 6" PVC Water Main 1,900 LF 8" PVC Water Main 28,000 TN Select Granular Borrow (Modified) 12,500 TN Class 5 Aggregate Base 1,300 CY Load, Haul, Place, Grade and Compact Petromat Millings 8,300 TN Bituminous Pavement 16200 LF Concrete Curb and Gutter 450 LF Underground Stormwater Filtration Trench The Project consists of the following approximate quantities for the Alternates: 2,500 SY Remove Bituminous Pavement 55 LF RCP Storm Sewer Pipe - 12" to 27" 4 EA Storm Sewer Structure 870 LF 6" PVC Water Main 3,300 TN Select Granular Borrow (Modified) 1,500 TN Class 5 Aggregate Base 490 TN Bituminous Pavement 1,650 LF Concrete Curb and Gutter 10000 CF Underground Stormwater Treatment and Storage System Along with miscellaneous utility improvements, removals, restoration, signing, striping and correlated appurtenances. Complete digital Bidding Documents are available at www.auestcdn.com for $20 by inputting QuestCDN eBidDoc #4816940 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. © 2017 Stantec 1 193803542 ADVERTISEMENT FOR BIDS 0011 13-1 An Optional Pre -Bid Conference will be held at 10:00 A.M CDT, on February 16, 2017 at New Hope City Hall located at 4401 Xylon Avenue North, New Hope, Minnesota. Representatives of Owner and Engineer will be present to discuss the Project. Bidders may attend and participate in the conference. Engineer will transmit to all prospective Bidders of record such Addendum as Engineer considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. Bid Security in the amount of 5 percent of the amount of the Bid must accompany each Bid in accordance with the Instructions to Bidders. The Owner reserves the right to retain the deposits of the 3 lowest Bidders for a period not to exceed 60 days after the date and time set for the Opening of Bids. No Bids may be withdrawn for a period of 60 days after the date and time set for the Opening of Bids. The Owner reserves the right to reject any and all Bids, to waive irregularities and informalities therein, and further reserves the right to award the Contract to the best interests of the Owner. Kirk McDonald, City Manager City of New Hope, Minnesota END OF SECTION ADVERTISEMENT FOR BIDS © 2017 Stantec 1 193803542 00 11 13 - 2 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS ARTICLE 1 - DEFINED TERMS 1.01 Terms used in these Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. Additional terms used in these Instructions to Bidders have the meanings indicated below: A. Issuing Office - The office from which the Bidding Documents are to be issued and where the Bidding procedures are to be administered. ARTICLE 2 - COPIES OF BIDDING DOCUMENTS 2.02 Complete sets of Bidding Documents shall be used in preparing Bids; neither Owner nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.04 Neither Owner nor Engineer assumes any responsibility for errors or misinterpretations resulting from Bidder's use of electronic downloadable Bidding Documents (Electronic Bidding Documents). In addition to the above items, Bidders using Electronic Bidding Documents are solely responsible for use of such documents, including, but not limited to: A. It is the responsibility of the Bidder to go to QuestCDN's Projects (www.questcdn.com), check for the presence of Bidding Documents (including Addenda), and download documents as they become available. Bidder shall regularly check QuestCDN's projects for Addenda or other additions or revisions to the Bidding Documents through the Bid Opening date, whether or not Bidder has received email notice of Addenda from Stantec or Quest CDN. Please contact QuestCDN.com at 952-233-1632 or info@questcdn.com for assistance in free membership registration, downloading, and working with this digital project information. B. It is the responsibility of the Bidder to verify the intended document size (sheet dimensions) and to verify proper colors (color, or black and white) of the Electronic Bidding Documents prior to reproduction. Bidder shall ensure that the Electronic Bidding Documents are reproduced to the correct and exact scale, and correct colors. C. It is the responsibility of the Recipient of Electronic Bidding Documents from this site to check the electronic data for computer viruses or other harmful coding. ARTICLE 3 - QUALIFICATIONS OF BIDDERS 3.01 To demonstrate Bidder's qualifications to perform the Work, within 5 days of Owner's request, Bidder shall submit written evidence such as financial data, previous experience, present commitments, and such other data as may be called for below: A. Evidence of Bidder's authority to do business in the state where the Project is located. B. Evidence of genuineness of Bid and lack of collusion in conjunction therewith. INSTRUCTIONS TO BIDDERS @ 2017 Stantec 1 193803542 0021 13 - 1 3.02 Bidder is advised to carefully review those portions of the Bid Form requiring Bidder's representations and certifications. ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE 4.01 Subsurface and Physical Conditions A. The Supplementary Conditions identify 1. Those reports known to Owner of explorations and tests of subsurface conditions at or contiguous to the Site. 2. Those drawings known to Owner of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). Copies of reports and drawings referenced in Paragraph 4.01.A will be made available by Owner to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02 of the General Conditions has been identified and established in Paragraph 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions, or information contained in such reports or shown or indicated in such drawings. 4.02 Underground Facilities A. Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the Site is based upon information and data furnished to Owner and Engineer by owners of such Underground Facilities, including Owner or others. 4.03 Hazardous Environmental Condition A. The Supplementary Conditions identify any reports and drawings known to Owner relating to a Hazardous Environmental Condition identified at the Site. B. Copies of reports and drawings referenced in Paragraph 4.03.A will be made available by Owner to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.06 of the General Conditions has been identified and established in Paragraph 4.06 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions, or information contained in such reports or shown or indicated in such drawings. 4.04 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions, other physical conditions, and Underground Facilities, and possible changes in the Bidding Documents due to differing or unanticipated subsurface or physical conditions appear in Paragraphs 4.02, 4.03, and 4.04 of the General Conditions. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the Site, if any, and possible changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work, appear in Paragraph 4.06 of the General Conditions. INSTRUCTIONS TO BIDDERS © 2017 Stantec 1 193803542 0021 13 - 2 4.05 On request, Owner will provide Bidder access to the Site to conduct such examinations, investigations, explorations, tests, and studies as Bidder deems necessary for submission of a Bid. Bidder shall fill all holes and clean up and restore the Site to its former condition upon completion of such explorations, investigations, tests, and studies. Bidder shall comply with all applicable Laws and Regulations relative to excavation and utility locates. 4.06 Reference is made to Article 7 of the Supplementary Conditions for the identification of the general nature of other work that is to be performed at the Site by Owner or others (such as utilities and other prime contractors) that relates to the Work contemplated by these Bidding Documents. On request, Owner will provide to each Bidder for examination access to or copies of contract documents (other than portions thereof related to price) for such other work. 4.07 It is the responsibility of each Bidder before submitting a Bid to: A. examine and carefully study the Bidding Documents, and the other related data identified in the Bidding Documents; B. visit the Site and become familiar with and satisfy Bidder as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work; C. become familiar with and satisfy Bidder as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work; D. carefully study all: (1) reports of explorations and tests of subsurface conditions at or contiguous 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 © 2017 Stantec 1 193803542 0021 13 - 3 determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work. 4.08 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Bidding Documents and applying any specific means, methods, techniques, sequences, and procedures of construction that may be shown or indicated or expressly required by the Bidding Documents, that Bidder has given Engineer written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in the Bidding Documents and the written resolutions thereof by Engineer are acceptable to Bidder, and that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. ARTICLE 5 - PRE -BID CONFERENCE 5.01 A Pre -Bid Conference will be held at 10 A.M., CDT, Thursday, February 16, 2017, at New Hope City Hall (4401 Xylon Ave N, New Hope, MN 55428). Representatives of the Owner and Engineer will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. Engineer will transmit to all prospective Bidders of record such Addenda as Engineer considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 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 INSTRUCTIONS TO BIDDERS © 2017 Stantec 1 193803542 0021 13 - 4 r 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 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 bl days after the Bid Opening, whereupon Bid Security furnished by such Bidders will be returned. 8.03 Bid Security of other Bidders whom Owner believes do not have a reasonable chance of receiving the award will be returned within 7 days after the Bid Opening. ARTICLE 9 - CONTRACT TIMES 9.01 The number of days within which, or the dates by which, Milestones are to be achieved and the Work is to be Substantially Completed and ready for Final Payment are set forth in the Agreement. ARTICLE 10 - LIQUIDATED DAMAGES 10.01 Provisions for liquidated damages, if any, are set forth in the Agreement. ARTICLE 11 - SUBSTITUTE AND "OR -EQUAL" ITEMS 11.01 The Contract, if awarded, will be on the basis of materials and equipment specified or described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is specified or described in the Bidding Documents that a substitute or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. 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 INSTRUCTIONS TO BIDDERS © 2017 Stantec 1 193803542 0021 13 - 5 the Notice of Award will be deemed acceptable to Owner and Engineer subject to revocation of such acceptance after the Effective Date of the Agreement as provided in Paragraph 6.06 of the General Conditions. 12.03 Contractor shall not be required to employ any subcontractor, supplier, individual, or entity against whom Contractor has reasonable objection. ARTICLE 13 - PREPARATION OF BID 13.01 The Bid Form is included with the Bidding Documents. 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. INSTRUCTIONS TO BIDDERS © 2017 Stantec 1 193803542 0021 13 - 6 ARTICLE 14 - BASIS OF BID; COMPARISON OF BIDS 14.01 Unit Price with Alternates A. Bidders shall submit a Bid on a Bid Unit Price basis for each Bid Item of Work listed in the Bid Form and include a separate price for each Alternate described in the Bidding Documents as provided on the Bid Form. The price for each Alternate will be the amount added to or deleted from the Base Bid if the Owner selects the Alternate. In the evaluation of Bids, Owner may select any combination of Alternates or Owner may choose not to accept any Alternate Bids. B. The total of all estimated prices will be the sum of the products of the estimated quantity of each Bid Item and the corresponding Bid Unit Price. The final quantities and Contract Price will be determined in accordance with Paragraph 11.03 of the General Conditions. C. Discrepancies between the multiplication of units of work and Bid Unit Prices will be resolved in favor of the Bid Unit Prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. D. Bids will be compared on the basis of the "Adjusted Total Base Bid" and this amount will be the basis for determining the lowest Bidder. The sum of the Total Base Bid and any combination of Alternates and Substitute Items accepted by the Owner will determine the "Adjusted Total Base Bid." The Owner may choose to not accept any Alternates or Substitute Item Bids. ARTICLE 15 - SUBMITTAL OF BID 15.01 Bid shall be submitted no later than the date and time prescribed and at the place indicated in the Advertisement or Invitation for Bids and shall be enclosed in a plainly marked package with the Project title (and, if applicable, the designated portion of the Project for which the Bid is submitted), the name and address of Bidder, and shall be accompanied by the Bid Security and other required documents. If a Bid is sent by mail or other delivery system, the sealed envelope containing the Bid shall be enclosed in a separate package plainly marked on the outside with the notation "BID ENCLOSED." A mailed Bid shall be addressed to Owner's office. 15.02 The Bid shall include the entire Document 00 41 10, Bid Form. This includes all attachments listed in Article 7.01 of the Bid Form and/or all forms included with the Bid Form. The Contractor may remove or copy these sheets from the Project Manual 15.03 The entire Project Manual should not be submitted with the Bid. ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID 16.01 A Bid may be modified or withdrawn by an appropriate document duly executed in the same manner that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time for the Opening of Bids. 16.02 Bids may be withdrawn after Bid Opening only in accordance with the law. ARTICLE 17 - OPENING OF BIDS 17.01 Bids will be opened at the time and place indicated in the Advertisement or Invitation for Bids and, unless obviously non -responsive, read aloud publicly. An abstract of the amounts of the INSTRUCTIONS TO BIDDERS © 2017 Stantec 1 193803542 0021 13 - 7 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 19.01 If the Contract is awarded, award will be made on the basis of the lowest responsive, responsible, qualified Bidder determined by the Adjusted Total Base Bid. 19.02 Owner reserves the right to reject any or all Bids, including without limitation, nonconforming, nonresponsive, unbalanced, or conditional Bids. Owner further reserves the right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to not be responsible. Owner may also reject the Bid of any Bidder if Owner believes that it would not be in the best interest of the Project to make an award to that Bidder. Owner also reserves the right to waive all informalities not involving price, time, or changes in the Work and to negotiate contract terms with the successful Bidder. 19.03 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than 1 Bid for the Work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. 19.04 In evaluating Bids, Owner will consider whether or not the Bids comply 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 INSTRUCTIONS TO BIDDERS © 2017 Stantec 1 193803542 0021 13 - 8 I 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. 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 © 2017 Stantec 1 193803542 INSTRUCTIONS TO BIDDERS 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. 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: l . Report dated December 29, 2015, prepared by American Engineering Testing, Inc., St. Paul, MN, entitled: "Report of Geotechnical and Pavement Engineering Services: 2016 New Hope Streets - Reconstruction Roadways, New Hope, Minnesota". 2. Report dated December 28, 2015, prepared by American Engineering Testing, Inc., St. Paul, MN, entitled: "Report of Geotechnical and Pavement Engineerinq Services: 2016 New Hope Streets - Mill & Overlay, New Hope, Minnesota". PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION © 2017 Stantec 1 193803542 AVAILABLE PROJECT INFORMATION 0031 00-1 This Page Left Blank Intentionally C*f64L T REPORT OF GEOTECHNICAL AND PAVEMENT ENGINEERING SERVICES 2016 New Hope Streets Reconstruction Roadways Northwood No Area New Hope, Minnesota Datv December 29,2015 Prepared for., City of New Hope Mr. Bob Paschke Director of Public Wo*$ 5500 Wernadonal Parkway New Hope, MN 55428 AET Report No. 28-01069C AmrAWAN ENCINEEPUNG TviTING, INC. December 29, 2015 City of New Hope Mt. Bob Paschke Director of Public Works 5500 International Parkway New Hope, MX 55428 RE: Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets Reconstruction Roadways Northwood North Area New Hope, Minnesota AET Report No. 28-01069C Dear Mr. Paschke: CONSULTANTS * ENVIRONMENTAL * GEOTECHNIGAI *'PAATERIALS * FORENSICS American Engineering Testing, Inc. (AET) is pleased to present the results of our pavement engineering services for the referenced project in New Hope, Minnesota, These services were performed according to our proposal to you dated October 30, 2015. This report is for the roadways planned for reconstruction. The results of testing of the other roadways have been forwarded separately. We are submitting two paper copies of the report to you. An email copy is also being sent to Nellie Schlegel of Stantec. Please contact me if you have any questions about the report. I can also be contacted fot arranging const=tion observation and testing sen4ces. Sincerely, American Engiacering Testing, Inc. Melanie Fiegen, P.E. Pavement Engineer 11 (651) 603-6618 Tif kg Page i 550 Cleveland Avenue North I St. Paul, MN 55114 Phone 651-659-9WI ITMI Free 800-972-8364 Fax 651-669-13791www.amengtost.,ComlAAJEEO ThMisocuffle,it shad sO 04 01 kA1,,mW',uA wr4lefi appme", from Amm-wArl Ep.qnoeyna 11"iwq. inc. I Ropart bfQ#O*lmlO#A *ad PaTtmat tuotewftg SOvices 2016. Ntw nq$* Sto Otgrogiork RW4MO, IRQr&Wo*4 Not* SIGNAMUPAI�l Rtvw Alu&,Ore4 9r. Pavenmt FA&Cer I ttiwoby eii.itri thit this PhA �Pedftjtdon, or ftpn was priqmred by me or andtr my diria ioper�ixjoia abd that I so a duly Limsed Protes"a] Ellgineer undw t6 lAws2ofthe StAte of Nunnewta rx '&bt2qj3,-Aw4n'wnft9wwilwTl6Sft AM: pyn At a page ii than, * cl"r,W the Vca Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Reconstruction Roadways, Northwood North AMERICAN December 29, 2015 ENGINEERING AET Report No. 28-01069C TESTING, INC. TABLE OF CONTENTS TransmittalLetter............................................................................................................................. i SignaturePage................................................................................................................................ ii TABLEOF CONTENTS............................................................................................................... iii 1.0 INTRODUCTION.................................................................................................................... 1 2.0 SCOPE OF SERVICES............................................................................................................ 1- 3.0 PROJECT INFORMATION..................................................................................................... 1 4.0 SUBSURFACE EXPLORATION AND PAVEMENT TESTING .......................................... 2 4.1 Pavement Thickness Testing................................................................................................. 2 4.2 Subsurface Exploration.......................................................................................................... 3 5.0 SITE CONDITIONS................................................................................................................. 3 5.1 Pavement Thickness.............................................................................................................. 3 5.2 Subsurface Soils/Geology...................................................................................................... 5 5.3 Ground Water........................................................................................................................ 5 5.4 Review of Subgrade Properties ................................................. ......................... ........... 5 6.0 RECOMMENDATIONS.......................................................................................................... 6 6.1 Definitions............................................................................................................................. 6 6.2 Existing Pavement Recycling................................................................................................ 7 6.3 Subgrade Preparation............................................................................................................. 8 6.4 Estimated R-value................................................................................................................ 11 6.5 Utility Support, Bedding, and Backfilling....................................................... 7.0 CONSTRUCTION CONSIDERATIONS .............................................................................. 12 7.1 Potential Difficulties............................................................................................................ 12 7.2 Excavation Backsloping...................................................................................................... 12 7.3 Observation and Testing...................................................................................................... 12 8.0 LIMITATIONS....................................................................................................................... 13 Figures 1 - Testing Locations Figures 2 — GPR Pavement Thickness Page iii a - Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Reconstruction Roadways, Northwood North AMERICAN December 29, 2015 ENGINEERING AET Report No. 28-01069C TESTING, INC. STANDARD SHEETS Bedding/Foundation Support of Buried Pipe Utility Excavation Backfilling Ground Penetrating Radar Field Exploration and Testing GPR Data and Analysis Result Sheets APPENDIX B Geotechnical Field Exploration and Testing Boring Log Notes AASHTO Soil Classification System Unified Soil Classification System Subsurface Boring Logs APPENDIX C Geotechnical Report Limitations and Guidelines for Use Page iii Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Reconstruction Roadways A IERICAN December 29, 2015 ENGINEERING Report No. 28-01069 TESTING, INC. 1.0 INTRODUCTION Improvements are proposed for the several streets in the Northwood North Area in the City of New Hope, Minnesota. Eight streets are planned for total reconstruction and additional streets are planned for other rehabilitation. To assist planning and design, you have authorized American Engineering Testing, Inc. (A -ET) to conduct a GPR survey and subsurface exploration program at the site, conduct soil laboratory testing, and perform a geotechnical and pavement engineering review for the project. This report presents the results of the above services at the reconstruction roadways and provides our engineering recommendations for that work. The results of our testing at the other roadways have been presented separately. 2.0 SCOPE OF SERVICES AET's services were performed according to our proposal to you dated October 30, 2015, which you authorized on November 4, 2015. The authorized scope consists of the following: 0 Perform a Ground Penetrating Radar (GPR) survey of the new roadways identified for reconstruction. • Drill and sample 16 standard penetration test (SPT) borings to nominal depth of 12 feet in the roadways planned for reconstruction. • Conduct laboratory gradation, organic or moisture content testing. • Prepare a report showing the subsurface data, pavement thickness data, the estimated R- value, and recommendations for pavement reconstruction. These services are intended for geotechnical purposes. The scope is not intended to explore for the presence or extent of environmental contamination. 3.0 PROJECT INFORMATION The project consists of reconstruction of eight streets in New Hope, Minnesota. The streets slated for reconstruction are Gettysburg Avenue N, Flag Avenue N, Ensign Ave N, Decatur n Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Reconstruction Roadways, Northwood North AMERICAN December 29, 2015 ENGINEERING AET Report No. 28-01069C TESTING, INC. Avenue N, Cavell Avenue N, 40'' Avenue N and Hopewood Lane N in an area identified as 2017 Northwood North Area. The area is generally bounded by 42nd Avenue N on the north, Bassett Creek on the south, Boone Avenue N on the east, and US Highway 169 on the west. The tested roadways are illustrated in Figure 1. We understand this reconstruction will take place at the same general grade and width as that which currently exists. The above stated information represents our understanding of the proposed construction. This information is an integral part of our engineering review. It is important that you contact us if there are changes from that described so that we can evaluate whether modifications to our recommendations are appropriate. 4.0 SUBSURFACE EXPLORATION AND PAVEMENT TESTING 4.1 Pavement Thickness Testing The pavement thickness testing program conducted for the project consisted of a high speed (air coupled) GPR antenna collecting the pavement thickness data at one scan per foot. The data was collected using a 2 GHz antenna, which allows material layer measurements at depths of 18 to 20 inches with a resolution less than about 1/2-inch. The test data and details of the methods used appear in Appendix A. The GPR data was collected on November 25, 2015. We also reviewed GPR data collected in 2014 for the streets north of 40 1/2 Ave. N. Scans of the pavement were collected according to SIR-20 processor settings established by GSSI RoadScan system, approximately in the middle of the traveling lane and in two directions of travel. A calibration file, required for data post - processing, was collected prior to testing. Page 2 of 13 Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Reconstruction Roadways, Northwood North AMERICAN December 29, 2015 ENGINEERING AET Report No. 28-01069C TESTING, INC. The GPR interface identification was accomplished using RADAN 7.0, a proprietary software package included with the GSSI RoadScan system. The software includes tools to aid in delineating pavement layer transitions and automatically calculates the layer depths from the pavement surface using the calibration file(s) collected prior to testing. The identified layer was also compared to the boring data to validate the accuracy of the layer thicknesses. 4.2 Subsurface Exploration For the reconstruction roadways, the subsurface exploration program consisted of 16 SPT borings (Borings BCO1 to BC16). We also reviewed the geoprobe borings (B-68 to B-77) performed in 2014 for a proposed mill and overlay project. The number and approximate locations of borings were chosen by Stantec. These locations were marked in the field by AET prior to drilling for utility clearance. The approximate locations of the borings are illustrated on the attached Figure 1. Subsurface boring logs and details of the drilling methods used appear in Appendix B. The logs contain information concerning soil layering, soil classification, geologic description, and moisture condition. Relative density or consistency is also noted for the natural soils, which is based on the standard penetration resistance (N-value). The laboratory test program consisted of several water content tests. The test results appear on the individual boring logs adjacent to the samples upon which they were performed. 5.0 SITE CONDITIONS 5.1 Pavement Thickness The pavement surfacing is bituminous at all the sampled locations. The recent boring information is summarized in Table 5.1.a. Page 3 of 13 U_ Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Reconstruction Roadways, Northwood North ANIERICAN December 29, 2015 ENGINEERING AET Report No. 28-01069C TESTING, INC. Table 5.1.a — Pavement Thickness Information — Soil Borings Street Borings Bit Base and Base -like material in. in. AASHTO Gettysburg 1-3 5.3 11.3 A-3, A-1-b, A-2-4 Flag 4-6 5.0 8.3 A-1-b Ensign 7-9 5.5 9.3 A-1-b, A-2-4 Decatur 10, 11 5.5 5.5 A-1-b, A-2-4/A-6 415t 12 3.75 14 A-1-b, A-6 Cavell 13 4.5 10 A-1-b 40' 14,15 4.9 9 A-1-b Hopewood 16 4 9.5. A-1-b At the majority of the borings, base -like material consisting of sand with varying amounts of silt and gravel (classified as A-1-b) was encountered beneath the bituminous. At borings BC11 and BC12, the layer contained enough clayey sand inclusions to add A-6 to the classification. And at BC03, BC08, and BC11 the material encountered beneath the pavement was given an AASHTO classification of A-2-4 due to the clayey sand content. Table 5.1.b — Pavement Thickness Information - GPR GPR Thickness Information Street Bituminous Aggregate Base -like material Avg Total, Avg, in. CV* 15th, in. Avg, in. CV* 15th, in. in. Gettysburg, et al 4.6 19% 3.7 9.5 18% 7.7 14.1 40' 5.0 16% 4.1 10.1 13% 8.5 15.1 Hopewood 4.8 17% 4.3 8.8 1 13% 7.9 13.6 Note: CV is the standard deviation divided by the mean, which provides a measurement of the amount of variation in a data set. The lower the value of CV, the more the overall data approximate to the mean. CV is also a useful statistic for comparing the degree of variation from one data set to another, even if the means are drastically different from each other. 15ei denotes the 15a` percentile, the value that 85% of the pavement thickness is greater than and we generally recommend using for design purposes Page 4 of 13 Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Reconstruction Roadways, Northwood North AMERICAN December 29, 2015 ENGINEERING AET Report No. 28-01069C TESTING, INC. Table 5. Lb provides a summary of the average and minimum thicknesses of the surfacing layers determined from the GPR survey, as well as the coefficient of variation (CV) of the average thickness. Figure 2 shows the pavement surface thickness geographically. 5.2 Subsurface Soils/Geology Below the aggregate base -like material, the borings encountered predominantly fill and till soils with some alluvial soils encountered at the northern borings. At Boring BCO2, BC03 and BC07, silty sand or sand layers were encountered. However, at the remaining borings, the soils within the upper 3 to 4 feet of the pavement surface consist mostly of cohesive materials (classified as A-6). 5.3 Ground Water Ground water was not encountered within any of the borings during drilling. If water is encountered during construction, it would likely be in the form of perched water over slow - draining soils. Ground water levels fluctuate due to varying seasonal and annual rainfall and snow melt amounts, as well as other factors. 5.4 Review of Subgrade Properties 5.4.1 Strength/Stability High strength/stability is needed from the upper portion of the subgrade to resist yielding from wheel loads. Although load intensity dissipates with depth, the more critical portion requiring high strength for wheel load resistance is normally considered the upper three feet of the subgrade (defined as the critical subgrade zone in this report). For the most part, the samples retrieved from the upper subgrade zone appear to have a reasonable level of stability based on the N-values and current water contents versus the judged Page 5of13 Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Reconstruction Roadways, Northwood North AMERICAN December 29, 2015 ENGINEERING AET Report No. 28-01069C TESTING, INC. "optimum" water contents. Although variations can occur away from the test locations, the borings suggest the need for subgrade stability correction should not be excessive. 5.4.2 Compressibility Street grades are not planned to be raised. Accordingly, the existing soils will not be subjected to increased static loads. Therefore, soil compressibility should not be an issue provided new fill soils are properly compacted. 5.4.3 Frost Susceptibility f__1 The clayey sands, sandy clays, and lean clays (which appear at most of the test locations) are moderately high in frost heave potential and are subject to weakening upon thaw. 5.4.4 Drainage Upper subgrade drainage properties are, for the most part, slow draining. In the silty/clayey soil subgrade zones, water infiltration will be impeded, and the upper subgrade and aggregate base zones will have extended periods of saturation. The drainage limitation will result in increased periods of saturation and variable moisture content conditions; leading to differential frost effects and greater weakening upon thaw within the frost -susceptible soils present. 6.0 RECOMMENDATIONS 6.1 Definitions The ensuing sections use italicized words, which have the following definitions: Top of grading grade is defined as the grade which contacts the bottom of the aggregate base layer. Sand subbase is a uniform thickness sand layer placed as the top of subgrade (directly below top of grading grade) which is intended to improve the frost and drainage Page 6 of 13 Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Reconstruction Roadways, Northwood North ANIERICAN December 29, 2015 ENGINEERING AET Report No. 28-01069C TESTING, INC. characteristics of the pavement system by better draining excess water in the aggregate base and subbase, by reducing and "bridging" frost heaving, and by reducing spring thaw weakening effects. Critical subgrade zone is the subgrade portion beneath and within three vertical feet of the top of grading grade. A sand subbase, if placed, would be considered the upper portion of the critical subgrade zone. Select Granular Material shall meet the requirements of Mn/DOT Specification 3149.2132. Modified Select Granular Material shall meet the requirements of Mn/DOT Specification 3149.2B2, except that the gradational requirement is modified to having no more than 5% by weight passing the #200 sieve and having no more than 40% by weight passing the #40 sieve. Test roll is a means of evaluating the near -surface stability of subgrade soils (usually non -granular). Suitability is determined by the depth of rutting or deflection caused by passage of heavy rubber -tired construction equipment, such as a loaded dump truck, over the test area. Yielding of less than 1-inch is normally considered acceptable, although engineering judgment may be applied depending on equipment used, soil conditions present, and/or pavement performance expectations. Unstable soils are those soils which do not pass a test roll. Unstable soils typically have water content exceeding the standard optimum water content defined in ASTM:D698 (Standard Proctor test). Organic soils are those soils which have sufficient organic content such that engineering properties/stabilities are affected (generally more than 3% organic content). These soils are usually black to dark brown in color. 6.2 Existing Pavement Recycling The existing bituminous will be removed to prepare the subgrade. It should be possible to recycle these materials, provided they are crushed to an aggregate base -like gradation specification. Crushed bituminous, to be reused as aggregate base, should be blended with existing aggregate base or crushed concrete to meet MnDOT Class 7 Specification 3138.2A2. If excess recycled material is used in the pavement profile (beyond the planned aggregate base layer), for drainage Page 7 of 13 Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Reconstruction Roadways, Northwood North AMERICAN December 29, 2015 ENGINEERING AET Report No. 28-01069C TESTING, INC. reasons it should be placed above any sand subbase layer (as a thickened base) rather than below or mixed within the subbase material. 6.3 Subgrade Preparation 6.3.1 Sand Subbase Incorporation The existing subgrade soils have the following limitations: • The clayey subgrade soils have a relatively low R-value. • Most soils are moderate to poor draining. • Most soils have moderate to high frost heave potential. Due to the above limitations, we recommend a sand subbase be incorporated into the design. The primary approach decision rests on the sand subbase thickness to be used. We recommend the subbase be at least 1-foot thick. Performance could be improved by placing a thicker subbase. Sand subbase layers are typically required to be Select Granular Material. This specification allows for the possibility of a fine grained sand material approaching a silty sand classification. This type of material does not allow for "free" drainage, and the stability can also be affected by the presence of water. Modified Select Granular Material is less affected by water and provides improved drainage. Therefore, you may wish to consider this material if your budget allows. Where there is a need to vary the thickness of the sand subbase along the profile of the road, we recommend the thickness have a taper of no steeper than 10:1 (H:V). This can be steepened to 4:1 in directions perpendicular to the centerline (e.g., meeting in with side streets). The subcut and sand layer placement should extend slightly beyond the outer edge of curbs to maintain frost uniformity. Page 8of13 Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Reconstruction Roadways, Northwood North AMERICAN December 29, 2015 ENGINEERING AET Report No. 28-01069C TESTING, INC. In areas where moderate to slow draining soils will remain below the sand subbase (which will apply to most of the streets), the sand subbase should be provided with proper subsurface drainage to prevent build-up of water within the sand. This can be accomplished by placing short segments of properly engineered drainage lines which are connected to catch basins in low elevation areas (referred to as "finger drains"). Where streets are relatively level, and if finger drains are not frequent, longer parallel drainage lines should be placed through that area to better remove infiltrating water. The need for shorter paths to draintile lines increases as the subbase material becomes less permeable (i.e, less draintile would be needed using Modified Select Granular Material versus Select Granular Material). The less permeable subgrade soils should be graded to promote the flow of water to the finger drains and drainage lines. 6.3.2 Stability Improvement The final subgrade should have proper stability within the critical subgrade zone. In areas where clayey soils or higher silt content soils are exposed, stability should be evaluated using the test roll procedure. Where unstable soils are found under the test roll process, these soils should be improved by means of scarification, drying, and recompaction; or by subcutting and replacement. We recommend the final soils remaining in place be capable of passing a test roll prior to placing the sand subbase. With this, it is our judgment that a test roll should not be necessary on the sand subbase material. In those areas where sandy soils are exposed, we recommend applying surface compaction. This compaction should take place with at least 4 passes of a self-propelled vibratory roller compactor having a drum diameter of at least 3 feet. Overall stability should be evaluated during the compaction process (deflection judgments by a geotechnical/pavement engineer). Instability will likely be a result of wetter clayey/silty soils beneath the exposed sandy. soils. Again, the unstable soils should be improved by means of scarification, drying, and recompaction; or by subcutting and replacement. Page 9of13 Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Reconstruction Roadways, Northwood North AMERICAN December 29, 2015 ENGINEERING AET Report No. 28-01069C TESTING, INC. With the placement of a sand subbase layer, it will be possible to better detect unstable soils within the lower portion of the critical subgrade zone. Without sand subbase placement, test roll evaluation would need to pay special attention to "wavy" or rolling deflection due to deeper unstable conditions. If only the upper rutted soils are reworked in this case, unstable soils below about 1 foot or so could then be undetected and remain beneath the surface, which would affect long-term performance. If a sand subbase is not placed, it may then be necessary to perform subcutting of unstable soils, even if not intended for frost/drainage reasons. If organic soils are found to be present, we recommend removing these soils where present within the critical subgrade zone. We caution that instability of soils present beneath the soils being reworked and compacted may limit the ability to compact the upper soils. In this case, greater depths of subcutting and stability improvement may be needed. 6.3.3 Fill Placement/Compaction Following subcutting and preparation of existing soils, fill can be placed as needed to re -attain subgrade elevation. Fill should be placed per the requirements of MnDOT Specification 2105.31`1 (Specified Density Method). Using ASTM terminology, this specification requires soils placed within the critical subgrade zone be compacted to a minimum of 100% of the standard maximum dry unit weight defined in ASTM: D698 (Standard Proctor test), at a water content 65% to 102% of the standard optimum water content. A reduced minimum compaction level of 95% of the standard maximum dry unit weight can be used below the critical subgrade zone. The sand subbase can be considered part of a composite subgrade; and the top of the subbase can be figured as the top of the 3-foot subgrade zone needing the 100% compaction level. However, the lower (dry) end of the water content range requirement does not need to Page 10 of 13 Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Reconstruction Roadways, Northwood North AMERICAN December 29, 2015 ENGINEERING AET Report No. 28-01069C TESTING, INC. apply to the sands. 6.4 Estimated R-value Based on Table 5-3.3(a) within the MnDOT Pavement Manual (2007) and on our experience, we estimate the limiting A-6 soils have an R-value of 12. Assuming the sand subbase contributes to R-value improvement (rather than granular equivalent. contribution), we recommend assuming the following design R-value for the noted sand subbase thicknesses: • 12 inch sand subbase: R = 25 • 18 inch sand subbase: R = 35 • 24 inch sand subbase: R = 45 6.5 Utility Support, Bedding, and Baclifilling If utility installation/repairs take place, we recommend trenching, installation, repairs, and backfilling be performed prior to final street subgrade preparation and sand subbase placement. With proper pipe bedding, the soils represented by the borings should provide adequate foundation support for utility construction. Special bedding would be needed in cases of trench bottom instability (e.g., softer clays or organic soils) or where the pipe is placed within soils which may create point loads (e.g., bedrock or zones of high gravel content, cobble, and/or boulder laden soils). We refer you to the attached standard data sheets entitled "Bedding/Foundation Support of Buried Pipe" and "Utility Excavation Backfilling" for additional recommendations on utility bedding and for utility backfilling. If ground water enters trenches during construction, we recommend positive dewatering be performed such that bedding placement and pipe installation can be performed in a non -standing Page 11 of 13 Observation sinE Tepog B"recommendafim it ths reportbased o- 4� e ! w at our twt pop 12, of, U . Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Reconstruction Roadways, Northwood North AMERICAN December 29, 2015 ENGINEERING AET Report No. 28-01069C TESTING, INC. boring locations. Since the soil conditions can be expected to vary away from the soil boring locations, we recommend on -site observation by a geotechnical engineer/technician during construction to evaluate these potential changes. Sieve analysis tests should be conducted on sand subbase and aggregate base materials to evaluate compliance with the project material specifications. Soil density and Proctor testing should also be performed on new fill placed in order to document that project specifications for compaction have been satisfied. 8.0 LIMITATIONS Within the limitations of scope, budget, and schedule, our services have been conducted according to generally accepted geotechnical engineering practices at this time and location. Other than this, no warranty, express or implied, is intended. Important information regarding risk management and proper use of this report is given in Appendix B entitled "Geotechnical Report Limitations and Guidelines for Use." Page 13 of 13 i 12' SPT Borings u 4 r� _ APC lready have GPF-; Data and 3.5' `Geoprobes in this -=section from Nov. 014 report (AET 'FR�'eport No. 28-00919A) VIA', �s Full Reconstruct Earthstar Geography Mill and Overlay Crym 2017 Northwood North Area ® Stantec Plymouth Infrastructure Infrastructure Improvements 0 bins a New Hope, Minnesota o boo .00 �t Ft��Qb ,%mWviWtlaeawW.bdl6i11 lIMNI1M�NMIW. h,w+r,r� Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Reconstruction Roadways, Northwood North AN ERICAN December 29, 2015 ENGINEERING Report No. 28-01069C TESTING, INC. Appendix A Ground Penetrating Radar Field Exploration and Testing GPR Data and Analysis Results Sheets Appendix A Ground fenOraflAg ft4hw R04 Expk"d= and Te*U" A.1 FIELD M) ORATIO The, pavement structural conditions at Ow 0o wto a valuawd nondeftwOvdy using Grozd i Radnr. (4GPR). 7U description aftc eqp*roent precedes doe, GPR Doia and Aegis Resultsin this Vp=t ,A19QtJW NT DESCUPTIt3N "I Si OR 1rest System o�d.byA; T is a QSSI toadscim-S that mists of ire G:i'� test yin bgeauat G sit'- c oupkd antenna and a SIR-2D control and -data "udda Proccaot, *a0gins dual Onme s, no QPR. &opwor, Including a SIR 1 data acquisition n, n sys mom DW (Dbtanoe Measming lnsttumchtj, and it tough book with SIR 20 .Fiel,d Prop= consftmw the newest, most sophisticated GSSt gust +swhich wall of excewh all requimuents. to meet AS `144 [1-4749, ASTlcti D 87 Standania. Figum CX providos a View of this egntr l rt Al GSS12,GIfz air -coupled Gl Test System The OPPR, antenna emits a: h* frequency clectroampetic wage into ft nab Odra° in urn. The reflected caused by 'chaWs.in pr erdes wrtliini'the material is detected k, a tecalver antenna and rid for subsequent atr<slysis. 7%6 2 +GHZ ai alqw OPI is capable of collecting radar waved at nuns than 106 si;;nats Persecond. alloys for data to be collected At dui**speeds. alougOic loogitxdinal dimension of the pavemena or brld docks with the antennas faced. at to rear or m frnm of &m vehWe. The antenna used fcsr ltria&= is the Rom antmoa .Model 4105 (1 GH*. Tl OUz antenna, is the current antenna afthoice for road anrVt+y because it combines excellent reschition Olwfte depth pe tration (l S 24 iacbes in pa.YMcW t teariala). The data ooUect an is performed at normal drives speeds (45- 55 mph), req*img. fie lane closures nor causing traffic aongestion. At thin peed the 2 QHa ante= is. capable of poijadng d4taat l400l ntsrYat {i scanlfs The dam collected at a cafe at'about # Vertical scads, filet: Earb vakaYsM c asisted of 512 sample and the record kno in time of emi scan was 1.2 nan"Oponds, Fftnrs used dwing acgnisitIm ware 300 Mz highpan and 1000 iz10W.P ,, .a M test Uieanteana is moyed continuously across the test =14ce and the control unit collects data. at a specified disia noe mcrotmt. lea. this way, the dam Coflecdon rate Is tdapendent of Aa scan rate. Aftemfivaly, scaw6g cas be performed at a c nstud rete, of tom, t~agnirdleas of die s= distance. Single pout eons ran be pied" as well. Dam is reviewed, on -screen and in 6e field to identify reflections and ensure proper data collection pammeters. Field twAn is performed in accordance wig: tfta standard AS' M proodures as described in ASTM D 4695- , °`Stamidard Guide for General Payment Doileadon lyl'ea oineii . A-2.2 System Galibrmtiona %Imarit antenna processing is used get the vr+city of tli #ender material` rotrrtFarizi$ tlu refi,ctlt streng (amplitudes) from a Pavement layer kwftc with a perfect refl000r (a mehil plate). The calibration sc Is obtained with the horn antenna, placedlover a metal plate at the same elevation as a ken obtained aver pavement APP%wix B - Pam 14f 3 AMMQMENOMBFJLTNGTB5MOM Appendix A Ground Penetrating Radar Field Exploration and Testing AET Report No. 28-01069 The same setting for data collection is used for metal plate calibration. Fifteen seconds are need for jumping up and down on the vehicle's bumper to collect the full range of motion for the vehicle's shocks. The filename of raw calibration file is recorded. Survey wheel is calibrated by laying out a long distance (> 50 feet) with tape measure. A.2.3 Linear Distance and Spatial Reference System Distance measuring instrument (DMI) is a trailer mounted two phase encoder system. When DMI is connected to the SIR-20 it provides for automatic display and recording distance information in both English and metric units with a 1 foot (0.3 meters) resolution and four percent accuracy when calibrated using provided procedure in the Field Program. Spatial reference system is a Trimble ProXH Global Positioning System (GPS) that consists of fully integrated receiver, antenna and battery unit with Trimble's new H-StarTM technology to provide subfoot (30 cm) post processed accuracy. The External Patch antenna is added to the ProXH receiver for the position of the loading plate. The External Patch antenna can be conveniently elevated with the optional baseball cap to prevent any signal blockage. A.2.4 Camera Monitoring System A battery operated independent DC-1908E multi -functional digital camera with a SD card is used for easy positioning of the loading plate or of the pavement surface condition at the testing locations. n A.3 SAMPLING METHODS At the project level, the testing interval is set at 12 scans per foot in the Outside Wheel Path (OWP) = 2.5 ft f 0.25 ft (0.76 m f 0.08 m) for nominal 12 ft (3.7 m) wide lanes at a survey speed of approximately 10 mph. Where a divided roadbed exists, surveys will be taken in both directions if the project will include improvements in both directions. If there is more than one lane in one direction the surveys will be taken in the outer driving lane (truck lane) versus the passing lane of the highway. GPR tests are performed at a constant lateral offset down the test section. When GPR tests are performed on bridge decks, multiple survey lines are followed transversely at 2-foot spacing between survey lines. At the network level, GPR tests on one scan per foot are set.to be able to collect data on pavements at driving speeds, without statistically compromising the quality of the data collected. If GPR tests are for the in situ characterization of material GPR data will be collected at two scan per foot at slower driving speeds. AA QUALITY CONTROL (QC) AND QUALITY ASSURANCE (QA) Beside the daily metal plate calibration the DMI is also calibrated monthly by driving the vehicle over a known distance to calculate the distance scale factor. The GPR will be monitored in real time in the data collection vehicle to minimize data errors. The GPR units will be identified with a unique number and that number will accompany all data reported from that unit as required in the QC/QA plan. Scheduled preventive maintenance ensures proper equipment operation and helps identify potential problems that can be corrected to avoid poor quality or missing data that results if the equipment malfunctions while on site. The routine and major maintenance procedures established by the LTPP are adopted and any maintenance has been done at the end of the day after the testing is complete and become part of the routine performed at the end of each test/travel day and on days when no other work is scheduled. To insure quality data, the GPR assessments took place on generally dry pavement surfaces, and data was collected in each wheel path. Appendix B - Page 2 of 3 AMERICAN ENGINEERING TESTING, INC. Appendix A Ground Penetrating Radar Field Exploration and Testing AFT Report No. 28-01069 A.5 DATA ANALYSIS METHODS A.5.1 Data Editing Field acquisition is seldom so routine that no errors, omissions or data redundancy occur. Data editing encompasses issues such as data re -organization, data file merging, data header or background information updates, repositioning and inclusion of elevation information with the data. A.5.2 Basic Processing Basic data processing addresses some of the fundamental manipulations applied to data to make a more acceptable product for initial interpretation and data evaluation. In most instances this type of processing is already applied in real-time to generate the real-time display. The advantage of post survey processing is that the basic processing can be done more systematically and non -causal operators to remove or enhance certain features can be applied. The Reflection Picking procedure is used to eliminate unwanted noise, detects significant reflections, and records the corresponding time and depth. It uses antenna calibration file data to calculate the radar signal velocity within the pavement. A.5.3 Advance Processing Advanced data processing addresses the types of processing which require a certain amount of operator bias to be applied and which will result in data which are significantly different from the raw information which were input to the processing. A.5.4 Data Interpretation The EZ Tracker Layer Interpretation procedure uses the output from the first step to map structural layers and calculate the corresponding velocities and depths. A.6 TEST LIMITATIONS A.6.1 Test Methods The data derived through the testing program have been used to develop our opinions about the pavement conditions at your site. However, because no testing program can reveal totally what is in the subsurface, conditions between test locations and at other times, may differ from conditions described in this report. The testing we conducted identified pavement conditions only at those points where we measured pavement thicknesses and observed pavement surface conditions. Depending on the sampling methods and sampling frequency, every location may not be tested, ' and some anomalies which are present in the pavement may not be noted on the testing results. If conditions encountered during construction differ from those indicated by our testing, it may be necessary to alter our conclusions and recommendations, or to modify construction procedures, and the cost of construction may be affected. A.6.2 Test Standards Pavement testing is done in general conformance with the described procedures. Compliance with any other standards referenced within the specified standard is neither inferred nor implied. A.7 SUPPORTING TEST METHODS Soil Boring/Coring Field Exploration If both pavement thicknesses and subgrade soil types and conditions are desired the shallow coring/boring and sampling is used. The limited number of coring/boring is necessary to verify the GPR layer thickness data. Appendix B - Page 3 of 3 AMERICAN ENGINEERING TESTING, INC. American E. Totint. Jac. 554 Clmbnd Avenue North St. PauL lVtmom 55114 (651) 659,9061 Fax; {f;5 t).9�13'i9 SUMMARY OF GROUND PENETRATING RADAR PROJECT NEW HOPE �016 Test Date Date NOR'I`kWOOD NORTH 1112W15 12f29/16 PROJECT NO. 28-111�i3 ROADS, 40 h due N SUMMARY STATISTICS Units: inches Law om ^0 '9,4 lab •10." •10 . 4 Ave e C1fi 1Si1"i Min. Ave a CV- 15ih Min. �C 4.5 14°16.... 3.9 3.7SA � 11°r6 ' 4.9 4.2 Base 1t1,7 12°l0 9.4 "i.8 $.7. 12% 8.4 6.6 Gowad Ftienetrg Radar ftyemou# m Survey GI'R distance, fed 10q 39Q 400 ISM' American Engineering Testing, Inc. 550 Cleveland. Avenue North St Paul, Minnesota 55114 ?hone: (651) 659-9001 Fax: (651) 659-1379 SUMMARY OF GROUND PENETRATING RADAR PROJECT NEW HOPE 2016 Test Date Date PROJECT NO, 28-00919128-01069C 1011V14 12129/15 `SECTION Northwood North Area ROADS Gettysburg, Flag, Ensign Decatur, Cavell, and 41 st MMARY STATISTICS Units: inches WEB SBNVB Layer Averaq_q 0V 15th Min. Avery i CV 15th Min. AC 4.6 19% 3.7 2,8 43 20% 3.8 3.1 Base 9,5 1811/0 71 5.0 10A 18% 8.5 6.8 Ground Penetrating Radar Pavement Thickness Survey GFR distance, feet 0 t000 2000 3000 4000 5000 6000 7000 0.0 -3.0 d -60 -15.0 N14 V% -2) O Gettysburg Flag C tu Caved 14 .51 -24,0 NNT, B AC ------ 0,WB AC -,NBTB Base STV'AB Base 4- Amens Engineering e. 550 Clw0%d Ar=u8 Nodh St. P84 mmstm 351 I't phone. (65409-01 Flax: (63I.)M-1379 SUMMARY OF GkOUND PENETRATING RADAR. PROJECT NEW HOPE 2016 Test Date Cate NORTHWOOD NORTH 1112OM S t21291115 PROJECT NO. 28-010e9C. ROADS Hop6wow Avenue N . SUMMARY STATISTICS Units:_ ImIm wo 0301 31.0 Ground - - EB Later Averaga Cif 16tl't Mint. Avera CV 15th . Mitt. . AC 4.6 16% 18 3.0 5:2 15% ,. d.6 306 , Eies+e 8.5 'I 1 % 8.5 9% 717 5.8 Penetrating Radar Pavement Thickness Survey GPR diatance, feet too 2 300 400 41 BBw L}BiM AC �,iw—.S Wa-CSt.c NDf.;gA Q Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Reconstruction Roadways, Northwood North AMERICAN December 29, 2015 ENGINEERING AET Report No. 28-01069C TESTING, INC. Appendix B Geotechnical Field Exploration and Testing Boring Log Notes AASHTO Soil Classification System Unified Soil Classification System Subsurface Boring Logs Appendix B Geotechnical Field Exploration and Testing AET Report No. 28-01069 BA FIELD EXPLORATION The subsurface conditions at the site were explored by drilling and sampling 16 standard penetration test borings. The locations of the borings and cores appear on the Figures, preceding this appendix. B.2 SAMPLING METHODS B.2.1 Split -Spoon Samples (SS) - Calibrated to N60 Values Standard penetration (split -spoon) samples were collected in general accordance with ASTM: D1586 with one primary modification. The ASTM test method consists of driving a 2-inch O.D. split -barrel sampler into the in -situ soil with a 140-pound hammer dropped from a height of 30 inches. The sampler is driven a total of 18 inches into the soil. After an initial set of 6 inches, the number of hammer blows to drive the sampler the final 12 inches is known as the standard penetration resistance or N-value. Our method uses a modified hammer weight, which is determined by measuring the system energy using a Pile Driving Analyzer (PDA) and an instrumented rod. In the past, standard penetration N-value tests were performed using a rope and cathead for the lift and drop system. The energy transferred to the split -spoon sampler was typically limited to about 60% of its potential energy due to the friction inherent in this system. This converted energy then provides what is known as an N60 blow count. The most recent drill rigs incorporate an automatic hammer lift and drop system, which has higher energy efficiency and subsequently results in lower N-values than the traditional N60 values. By using the PDA energy measurement equipment, we are able to determine actual energy generated by the drop hammer. With the various hammer systems available, we have found highly variable energies ranging from 55% to over 100%. Therefore, the intent of AET's hammer calibrations is to vary the hammer weight such that hammer energies lie within about 60% to 65% of the theoretical energy of a 140-pound weight falling 30 inches. The current ASTM procedure acknowledges the wide variation in N-values, stating that N-values of 100% or more have been observed. Although we have not yet determined the statistical measurement uncertainty of our calibrated method to October 11, 2011, we can state that the accuracy deviation of the N-values using this method is significantly better than the standard ASTM Method. B.2.2 Disturbed Samples (DS)/Spin-up Samples (SU) Sample types described as "DS" or "SU" on the boring logs are disturbed samples, which are taken from the flights of the auger. Because the auger disturbs the samples, possible soil layering and contact depths should be considered approximate. B.2.3 Direct Push Samples (DP) Sample types described as "DP' on the boring logs are continuous core samples collected by the direct push method. The method consists of a 2.125 OD outer casing with an inner 1.5 inch ID plastic tube driven continuously into the ground. B.2.4 Sampling Limitations Unless actually observed in a sample, contacts between soil layers are estimated based on the spacing of samples and the action of drilling tools. Cobbles, boulders, and other large objects generally cannot be recovered from test borings, and they may be present in the ground even if they are not noted on the boring logs. Determining the thickness of "topsoil" layers is usually limited, due to variations in topsoil definition, sample recovery, and other factors. Visual -manual description often relies on color for determination, and transitioning changes can account for significant variation in thickness judgment. Accordingly, the topsoil thickness presented on the logs should not be the sole basis for calculating topsoil stripping depths and volumes. If more accurate information is needed relating to thickness and topsoil quality definition, alternate methods of sample retrieval and testing should be employed. B.3 CLASSIFICATION METHODS Soil descriptions shown on the boring logs are based on the Unified Soil Classification (USC) system. The USC system is described in ASTM: D2487 and D2488. Where laboratory classification tests (sieve analysis or Atterberg Limits) have been performed, accurate classifications per ASTM: D2487 are possible. Otherwise, soil descriptions shown on the boring logs are visual -manual judgments. Charts are attached which provide information on the USC system, the descriptive terminology, and the symbols used on the boring logs. Appendix A - Page 1 of 2 AMERICAN ENGINEERING TESTING, INC. Appendix B Geotechnical Field Exploration and Testing AFT Report No. 28-01069 Visual -manual judgment of the AASHTO Soil Group is also noted as a part of the soil description. A chart presenting details of the AASHTO Soil Classification System is also attached. The boring logs include descriptions of apparent geology. The geologic depositional origin of each soil layer is interpreted primarily by observation of the soil samples, which can be limited. Observations of the surrounding topography, vegetation, and development can sometimes aid this judgment. BA WATER LEVEL MEASUREMENTS The ground water level measurements are shown at the bottom of the boring logs. The following information appears under "Water Level Measurements" on the logs: • October 11, 2011 and Time of measurement • Sampled Depth: lowest depth of soil sampling at the time of measurement • Casing Depth: depth to bottom of casing or hollow -stem auger at time of measurement • Cave-in Depth: depth at which measuring tape stops in the borehole • Water Level: depth in the borehole where free water is encountered - • Drilling Fluid Level: same as Water Level, except that the liquid in the borehole is drilling fluid The true location of the water table at the boring locations may be different than the water levels measured in the boreholes. This is possible because there are several factors that can affect the water level measurements in the borehole. Some of these factors include: permeability of each soil layer in profile, presence of perched water, amount of time between water level readings, presence of drilling fluid, weather conditions, and use of borehole casing. B.5 LABORATORY TEST METHODS B.5.1 Water Content Tests Conducted per AET Procedure 01-LAB-010, which is performed in general accordance with ASTM: D2216 and AASHTO: T265. B.5.2 Sieve Analysis of Soils (thru #200 Sieve) Conducted per AET Procedure 01-LAB-040, which is performed in general conformance with ASTM: D6913, Method A. B.6 TEST STANDARD LIMITATIONS Field and laboratory testing is done in general conformance with the described procedures. Compliance with any other standards referenced within the specified standard is neither inferred nor implied. B.7 SAMPLE STORAGE Unless notified to do otherwise, we routinely retain representative samples of the soils recovered from the borings for a period of 30 days. Appendix A - Page 2 of 2 AMERICAN ENGINEERING TESTING, INC. BORING LOG NOTES DRILLING AND SAMPLING SYMBOLS TEST SYMBOLS Symbol Deflmition Symbol Deflnition AR: Sample of material obtained from cuttings blown out CONS: One-dimensional consolidation test the top of the borehole during air rotary procedure. DEN: Dry density, pcf B, H, N: Size of flush joint casing DST: Direct shear test CAS: Pipe casing, number indicates nominal diameter in E: Pressuremeter Modulus, tsf inches HYD: Hydrometer analysis COT: Clean -out tube LL: Liquid Limit, % DC: Drive casing; number indicates diameter in inches LP: Pressuremeter Limit Pressure, tsf DM: Drilling mud or bentonite slurry OC: Organic Content, % DR: Driller (initials) PERM: Coefficient of permeability (K) test; F - Field; DS: Disturbed sample from auger flights L - Laboratory DP: Direct push drilling; a 2.125 inch OD outer casing PL: Plastic Limit, % with an inner 1'/2 inch ID plastic tube is driven qp: Pocket Penetrometer strength, tsf (proximate) continuously into the ground. q,: Static cone bearing pressure, tsf FA: Flight auger; number indicates outside diameter in q,,: Unconfined compressive strength, psf inches R: Electrical Resistivity, ohm-cros HA: Hand auger; number indicates outside diameter RQD: Rock Quality Designation of Rock Core, in percent HSA: Hollow stem auger; number indicates inside diameter (aggregate length of core pieces 4" or inore in length in inches as a percent of total core run) LG: Field logger (initials) SA: Sieve analysis MC: Column used to describe moisture condition of TRX: Triaxial compression test samples and for the groundwater level symbols VSR: Vane shear strength, remolded (field), psf N (BPF): Standard penetration resistance (N-value) in blows per VSU: Vane shear strength, undisturbed (field), psf foot (see notes) WC: Water content, as percent of dry weight NQ: NQ wireline core barrel %-200: Percent of material finer than #200 sieve PQ: PQ wireline core barrel RDA: Rotary drilling with compressed air and roller or drag STANDARD PENETRATION TEST NOTES bit. (Calibrated Hammer Weight) RDF: Rotary drilling with drilling fluid and roller or drag bit The standard penetration test consists of driving a split -spoon REC: In split -spoon (see notes), direct push and thin -walled sampler with a drop hammer (calibrated weight varies to provide tube sampling, the recovered length (in inches) of N60 values) and counting the number of blows applied in each of sample. In rock coring, the length of core recovered three 6" increments of penetration. If the sampler is driven less (expressed as percent of the total core run). Zero than 18" (usually in highly resistant material), permitted in indicates no sample recovered. ASTM: D 1586, the blows for each complete 6" increment and for SS: Standard split -spoon sampler (steel; 1.5" is inside each partial increment is on the boring log. For partial increments, diameter; 2" outside diameter); unless indicated the number of blows is shown to the nearest 0. F below the slash. otherwise SU Spin -up sample from hollow stem auger The length of sample recovered, as shown on the "REC" column, TW: Thin -walled tube; number indicates inside diameter in may be greater than the distance indicated in the N column. The inches disparity is because the N-value is recorded below the initial 6" WASH: Sample of material obtained by screening returning set (unless partial penetration defined in ASTM: D1586 is rotary drilling fluid or by which has collected inside encountered) whereas the length of sample recovered is for the the borehole after "falling" through drilling fluid entire sampler drive (which may even extend more than 18"). WH: Sampler advanced by static weight of drill rod and hammer WR: Sampler advanced by static weight of drill rod 94mm: 94 millimeter wireline core barrel V :: Water level directly measured in boring 0: Estimated water level based solely on sample appearance 01REP052C (7/11) AMERICAN ENGINEERING TESTING, INC. AASHTO SOIL CLASSIFICATION SYSTEM AMERICAN ASSOCIATION OF STATE HIGHWAY AND TRANSPORTATION OFFICIALS Classification of Soils and Soil -Aggregate Mixtures Granular Materials Silt -Clay Materials General Classification (35% or less passing No. 200 sieve) (More than 35% passing No. 200 sieve) A-1 A-2 A 7 Group Classification A-7-5 A-1-a A-1-b A-3 A-2-4 A-2-5 A-2-6 A-2-7 A-4 A-5 A-6 A-7-6 Sieve Analysis, Percent passing: No. 10 (2.00 mm) ............................. 50 max. No. 40 (0.425 mm) ............................ 30 max. 50 max 51 min. .... No. 200 (0.075 mm) ............................ 15 max. 25 max. 10 max. 35 max. 35 max. 35 max. 35 max. 36 min. 36 min. 36 min. 36 min. Characteristics of Fraction Passing No. 40 (0.425 mm) Liquid limit ................................... .... .... 40 max. 41 min. 40 max. 41 min. 40 max. 41 min. 40 max. 41 min. Plasticity index ............................... 6 max. N.P. 10 max. 10 max. 11 min. 11 min. 10 max. 10 max. 11 min. 11 min. Usual Types of Significant Constituent Materials Stone Fragments, Fine Silty or Clayey Gravel and Sand Silty Soils Clayey Soils Gravel and Sand Sand General Ratings as Subgrade ..................... Excellent to Good Fair to Poor The placing of A-3 before A-2 is necessary in the "left to right elimination process" and does not indicate superiority of A-3 over A-2. Plasticity index of A-7-5 subgroup is equal to or less than LL minus 30. Plasticity index of A-7-6 subgroup is greater than LL minus 30. Group A-8 soils are organic clays or peat with organic content ?5%. 1000 90 80 70 60 a j 50 40 30 20 10 Liquid Limit and Plasticity Index Ranges for the A-4, A-5, A-6 and A-7 Subgroups Definitions of Gravel. Sand and Silt -Clay The terms "gravel", "coarse sand", "fine sand" and "silt -clay", as determinable from the minimum test data required in this classification arrangement and as used in subsequent word descriptions are defined as follows: GRAVEL - Material passing sieve with 3-in. square openings and retained on the No. 10 sieve. COARSE SAND - Material passing the No. 10 sieve and retained on the No. 40 sieve, FINE SAND - Material passing the No. 40 sieve and retained on the No- 200 sieve. COMBINED SILT AND CLAY - Material passing the No. 200 sieve BOULDERS (retained on 3-in, sieve) should be excluded from the portion of the sample to which the classificaiton is applied, but the percentage of such material, if any, in the sample should be recorded. The tens "silty' is applied to fine material having plasticity index of 10 or less and the term "clayey" is applied to fine material having plasticity index of 11 or greater. PLASTICITY INDEX (PI) 1.0 20 3.0 4.0 5.0 6.0 70 / / / / /// / / Sq�GSoU / / 4 / A-5 A 7 A-4—A-6—T GROUP INDEX CHART Group Index (GI) = (F-35) [0.2+0.005 (LL-40) ] + 0.01 (F-15) 1s� (PI-10) where F = % Passing No. 200 sieve, LL = Liquid Limit, and PI = Plasticity Index 20 N When working with A-2-6 and A-2-7 subgroups the Partial Group Index (PGI) is determined from the PI only. 30 When the combined Partial Group Indices are negative, the Group Index should be reported as zero. 35� 30 0 �•� `� x4p 0 U F 20 ``� 70 0— -10 ample: Then: 82 % Passing No. 200 sieve PGI = 8.9 for LL LL = 38 PGI = 7.4 for PI PI=21 GI=16 01CLS022 (07/11) AMERICAN ENGINEERING TESTING, INC. F r x ilbA #ra :S kb s tided 3 d t At li ► dc�`` 6 mP am w ftzne ° Bel bn the matmal paft the !•i mwmed Wes or ,ra Claret tFs els i i' Wal ed l its iut�ne than St1°�tit case 3�asa � bttpldaAs, camfar ae.v a? `oculy bout of -08tolvaulm rMI064 on i 4 jteve *ft 5 to )fiA flnts mZft &W ib t l Film ruwfy a a W OC'e .. ? KIP i - Mvhvlal 10h..11 Gum Maly vlbd gri "I will" Sargis ar Spa L"ke�fysbd M .: SW We li sw & Oil' -QC pmey WWW god **r—iv more ofOamse tau d are 5°4 . Osvio&wft 5 m 12% Boot raquke dust fie }SSt Qtt to 98a'rSSi7a18: Na b sWft» 5W-s�sm�° s with At SIR& Wlib Haas ZWK as .irH, cif' K � - " iy SVi�51'W4jWW sactd *A 0* firxesmart &T:$MpeonygtixiedSod WOVIt � Imggab j1pes2iglags%L ar 1 :. $C x8nd SP-SC P600 smiad sod V-0 44ay roared ha Clays hors fix i d pl a apt at stay CL :-Om e y ° S(g%5fl%Ot LigWId luAt teas 4V " ' t f p iQ Uf M .., tTp° A _ 10 "V " O .. _» - �y rf St�LC Asaaia?l3 �' Liquid Befit—rotdried ra ttiwe* �ils>KrdC _ '_ gdctmuat�a'aits�vt'� l GH' Fads lair � � LSgWd�nlC,.tl ,� .. dira�la'aeua�,,tkhf"i���lt� ar+ pltaiq k ttv�r"`Jl liar J c i€' t9rtex" tra LMp frame. If Intl ecW s ?j5% act i�ililWiillmzL� �d ` ai"" la prop zartvi� . cif'A _ i.tgtli'd lditil—r�t�ee# beigUWarplotj*,tiat*d i`ff'No GrHt is 1510plus 1`?n. 20 ff WEat alia 'Mmarfly matters dark 1 , Ltd ib.cdm, and ea r<:e in afar `addd Nilfi;SSanel" o' "% t vO'' 11Ae1,/1,,A'1}41�ry✓J�fT$jW in "AWOL ��AL yam,pr- a:YLMyIR $ atvriti I imp.- ., @3, i1 " r1AltlC �~ l - �iL.haeirekT; fo . NOW and rAom ars at abnre W brae. E ',����... � � ,ii�Mr➢�t�1 .*'~ i. 15n ceA4ft17e±AC4'"A'0 r $'1 p + taefnty A lim H OH MLA, OL . U=WM7�1L1 Pk f1§7P 11�6ipJl '. ....��0804aly: bmt a#WSMISNAL O N a8 S=, HAP ART PORU CkTI(3tN Ili E1N +py9�{(�ii�l�L r4ai'.'�' J'"'XI � �q Af £3aW9 k51�i4k5 l : SWUM tyi�r ;gyy4� i4 l' cobvu r10',7nr, �IR`�.v�9 soft:."''. f? �!"aV i` .. �: ,��*vamp y'..y8y. ban P014 Y490'ftft Very sofr 16-v,,�. bw4 aSP tre,1 : oltnxsm} yt ring N�y9m mum sails am slAr abed as not t41 uPttioisluta, d>r , t {ti' d is judged tohot Vie; ei, laad , . a fled sl�altf nd: 1S1 ? ipf noes tb0 k d Limit ptti` pwltak 51&h s► f� un d fbr burdedive ass. viw`bie: Satzmay.t�[lll�Yerslll$it waeercanaent(o aganr' glrablda: Abdo OWW�O}W:47% Witrow" tWi�i#irawta kV�'4V'et{ , ir�>wble�,:ttriAtidmBic+ mneef N*Morkm : Wdo Pao, 3 arq�ea%nfirl�teaesui� Vv dmelibe '", ` ' tde. mloe ly r0aftV& ebi�ekerfd'e twoesOMIL SroaO toms plum( bad_djadod e� card whir sr� try®1 aY edieOr E& ba in str�ic:le�c Q ,�FY4S& 1 f#rlleat so0cm4y aiiect sail PMOZ46L ANERICAN ENGINEERING TESTING, INC. SUBSURFACE BORING LOG AET No: 28-01069C Log of Boring No. BC01 (p. 1 of 1) Project: New Hope 2016 Streets; New Hope, MN DEPTH Surface Elevation GEOLOGY N MC SAMPLE REC FIELD & LABORATORY TESTS WC DEN LL PL o #20 FEET MATERIAL DESCRIPTION TYPE IN' 5" Bituminous pavement FILL . FILL, mostly sand with silt, a little gravel, brown I (A-3) 13 M SS 14 CLAYEY SAND, a little gravel, brown and TILL OR 15 2 gray, stiff, laminations of silty sand (SC) (A-6) FILL fill) 14 M SS 12 13 3(possible 4 LEAN CLAY, grayish brown, firm (CL) (A-6) FINE ALLUVIUM 5 8 M x SS 18 28 6— CLAYEY SAND, a little gravel, brown, very TILL stiff, laminations of silty sand (SC) (A-6) 19 M x SS 14 17 8— 9 10 18 M SS 20 16 11 END OF BORING s V D 7 J u L DEPTH: DRILLING METHOD u WATER LEVEL MEASUREMENTS NOTE: REFER TO t DATE TIME SAMPLED DEPTH CASING DEPTH CAVE-IN DEPTH DRILLING FLUID LEVEL WATER LEVEL THE ATTACHED 0-9'/z' 3.25" HSA g I1/24/I5 9:30 11.5 9.5 9.6 None SHEETS FOR AN n EXPLANATION OF TERMINOLOGY ON COMPLETED: 11/24/15 THIS LOG Q DR: TA LG: SC Rig: 33C 01-DHR-060 03/2011 f ANMRICAN ENGINEERING TESTING, INC. SUBSURFACE BORING LOG AET No: 28-01069C Log of Boring No. BCO2 (p. 1 of 1) Project: New Hope 2016 Streets; New Hope, NIN DEPTH IN Surface Elevation GEOLOGY N MC SAMPLE REC FIELD & LABORATORY TESTS WC DEN LL PL o-#20 FEET MATERIAL DESCRIPTION TYPE IN. 4" Bituminous pavement FILL FILL, mostly sand with gravel and silt, brown .COARSE ::... 1 (A-1-b} 14 M SS 12 13 ALLUVIUM SILTY SAND, a little gravel, medium to fine 2 :• .: OR FILL grained, brown, a little gray, moist, medium dense to loose, lenses of clayey sand (SM) 10 M SS 14 13 3 (A-2-4, A-4) (possible fill) 4 SILTY SAND, a little gravel, brown, moist, MIXED medium dense, lenses of clayey sand (SM) ALLUVIUM 5 (A-2-4) 13 M SS 10 15 6 SILTY CLAY, light grayish brown, stiff, lenses of silty sand (CL-NIL) (A-4) 8 x 12 M x SS 14 23 9 SAND WITH SILT, a little gravel, medium to COARSE fine grained, brown, moist, medium dense ALLUVIUM to (SP-SM) (A-2-4) 17 M SS 18 11 END OF BORING DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO ' 0-91/2' 3.25" HSA DATE TIME SAMPLED DEPTH CASING DEPTH CAVE-IN DEPTH DRILLING FLUID LEVEL .WATER LEVEL THE ATTACHED 11/24/15 8:55 11.5 9.5 9.5 None SHEETS FOR AN EXPLANATION OF BORIN' COMPLETED: 11/24/15 TERMINOLOGY ON DR: TA LG: SC Rig: 33C THIS LOG 03/2011 01-DHR-060 AMERICAN ENGINEERING SUBSURFACE BORING LOG TESTING, INC. AET No: 28-01069C Log of Boring No. BC03 (p. 1 of 1) Project: New Hope 2016 Streets; New Hope, MN D INTH Surface Elevation GEOLOGY N MC SAMPLE REC FIELD & LABORATORY TESTS WC DEN LL PL o-#20 FEET MATERIAL DESCRIPTION TYPE IN' 7" Bituminous pavement FILL FILL, mostly silty sand, a little gravel, brown 1 (A-2-4) 24 M SS 14 2 21 M SS 10 3 4 SANDY LEAN CLAY, a little gravel, brown, a TILL gray, soft (CL) (A-6) 5little 3 M x SS 14 13 6— 7 3 M SS 6 15 8 9 CLAYEY SAND, a little gravel, grayish brown, firm, laminations of silty sand (SC) (A-6) 10 8 M SS 16 20 11 END OF BORING DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO 1 n 0-9 /: 3.25 HSA DATE TIME SAMPLED DE DEPTH ING CAVE-IN P H FLUID LEVEL LEAVEL T� ATTACHED 11/24/15 10:55 11.5 9.5 9.5 None SHEETS FOR AN EXPLANATION OF TERMINOLOGY ON ETED; 11/24/15 COMPLETED: DR: TA LG: SC Rig: 33C THIS LOG 03/2011 01-DHR-060 ANIERICAN ENGINEERING SUBSURFACE BORING LOG TESTING, INC. AET No: 28-01069C Log of Boring No. BC04 (p. 1 of 1) Project: New Hope 2016 Streets; New Hope, NIN DEPTH IN Surface Elevation GEOLOGY N MC SAMPLE REC FIELD & LABORATORY TESTS WC DEN LL PL c,420 FEET MATERIAL DESCRIPTION TYPE IN, 5.5" Bituminous pavement FILL FILL, mostly silty sand with gravel, .brown 1 (A-1-b) 16 M SS 12 19 FILL, mostly sandy lean clay, a little gravel, 2 brown, gray and grayish brown (A-6) TILL 9 M SS 10 18 CLAYEY SAND, a little gravel, brown, stiff to 3 firm (SC) (A-6) 4- 5- 7 M SS 6 16 6 SANDY LEAN CLAY, a little gravel, grayish brown, stiff, laminations of silty sand (CL) (A-6) 8 25 M SS 14 17 9 LEAN CLAY, grayish brown, stiff, laminations FINE silt and silty sand (CL) (A-6) ALLUVIUM 10of 9 M N SS 22 29 11 - I I END OF BORING DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO 0-9`/z' 3.25" HSA DATE TIME SAMPLED DEPTH CASING DEPTH CAVE-IN DEPTH DRILLING FLUID LEVEL WATER LEVEL THE ATTACHED 11/24/15 11:30 11.5 9.5 9.5 None SHEETS FOR AN EXPLANATION OF COMPLETED: 11 /24/15 TERMINOLOGY ON DR: TA LG: SC Rig: 33C THIS LOG 03/2011 01—DHR-060 AMERICAN ENGINEERING TESTING, INC. SUBSURFACE BORING LOG AET No: 28-01069C Log of Boring No. BC05 (p. 1 of 1) Project: New Hope 2016 Streets; New Hope, MN DEPTH Surface Elevation GEOLOGY N MC SAMPLE REC FIELD & LABORATORY TESTS WC DEN LL PL o-#20 IN FEET MATERIAL DESCRIPTION TYPE IN. 4.5" Bituminous pavement FILL FILL, mostly silty sand with gravel, brown 1 (A-1-b) 21 M SS 14 TILL OR 12 CLAYEY SAND, a little gravel, brown, very FILL 2 stiff to stiff (SC) (A-6) (possible fill) 10 M SS 14 14 3 4 CLAYEY SAND, a little gravel, brown, a little TILL light gray, very stiff, laminations of silty sand 5 (SC) (A-6) 16 M SS 16 15 6 CLAYEY SAND, a little gravel, brown, very stiff to stiff (SC) (A-6) 16 M x SS 16 15 8— 9 10 11 14 M SS 20 15 END OF BORING DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO c DATE TIME SAMPLED DEPTH CASING DEPTH CAVE-IN DEPTH DRILLING FLUID LEVEL WATER LEVEL THE ATTACHED 0-9'/2' 3.25" HSA 11/24/15 1 l :50 11.5 9.5 9.5 None SHEETS FOR AN J EXPLANATION OF BORING TERMINOLOGY ON > COMPLETED: 11/24/15 THIS LOG DR: TA LG: SC Rig: 33C 03/2011 01-DnK-060 AMERICAN ENGINEERING TESTING, INC. SUBSURFACE BORING LOG AET No: 28-01069C Log of Boring No. BC06 (p. 1 of 1) Project: New Hope 2016 Streets; New Hope, MN DEPTH IN Surface Elevation GEOLOGY N MC SAMPLE REC FIELD & LABORATORY TESTS WC DEN LL PL o-#20 FEET MATERIAL DESCRIPTION TYPE IN. 5" Bituminous pavement FILL FILL, mostly silty sand with gravel, brown I (A-1-b) 10 M SS 14 15 FILL, mostly sandy lean clay, a little gravel and 2 slightly organic lean clay, brown, a little gray black (A-6) 10 M SS 10 16 3and 4- 5- 7 M SS 8. 19 6 7 8 6 M SS 6 23 9 LEAN CLAY, gray, soft, a lens of sand (CL) FINE (A-6) ALLUVIUM 10 3 M SS 10 40 II END OF BORING DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO 0-91/z' 3.25" HSA DATE TIME SAMPLED DEPTH CASING DEPTH CAVE-IN DEPTH DRILLING FLUID LEVEL WATER LEVEL THE ATTACHED 11/24/15 10:35 11.5 9.5 9.5 None SHEETS FOR AN EXPLANATION OF BORING COMPLETED: 11/24/15 TERMINOLOGY ON DR: TA LG: SC Rig: 33C THIS LOG 03/2011 01-DBR-060 ANIERICAN ENGINEERING TESTING, INC. SUBSURFACE BORING LOG AET No: 28-01069C Log of Boring No. BC07 (p. 1 of 1) Project: New Hope 2016 Streets; New Hope, MN DEPTH Surface Elevation GEOLOGY N MC SAMPLE REC FIELD & LABORATORY TESTS WC DEN LL PL o—#20 IN FEET MATERIAL DESCRIPTION TYPE' 5" Bituminous pavement FILL ki FILL, mostly silty sand with gravel, brown 1 (A-1-b) 24 M SS 12 2 FILL, mixture of silty sand and clayey sand, a gravel, brown (A-24, A-6) '14 M SS 12 8 3little 4 5 6 M SS 10. 9 6 9 M SS 14 10 8 SAND WITH SILT, a little gravel, medium to COARSE fine grained, brown, moist, loose, lenses of silty ALLUVIUM 9 sand (SP-SM) (A-3) T. 10 15 M SS 16 11 END OF BORING J I J J J ' DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO c ' DATE TIME SAMPLED DEPTH CASING DEPTH CAVE-IN DEPTH DRILLING FLUID LEVEL WATER LEVEL THE ATTACHED 0-9'/z' 3.25" HSA SHEETS FOR AN 11/24/15 12:10 11.5 9.5 9.5 None EXPLANATION OF BRING TERMINOLOGY ON COMPLETED: 11/24/15 THIS LOG DR: TA LG: SC Rig: 33C 03/2011 U 1-1JttK-UbL AMERICAN ENGINEERING - TESTING, INC. U SUBSURFACE BORING LOG AET No: 28-01069C Log of Boring No. BC08 (p. 1 of 1) Project: New Hope 2016 Streets; New Hope, MN DEPTH IN Surface Elevation GEOLOGY SAMPLE REC FIELD & LABORATORY TESTS WC DEN LL PL o-#20 FEET MATERIAL DESCRIPTION N MC TYPE IN. 6" Bituminous pavement FILL 1 FILL, mostly silty sand with gravel, a little clayey sand, brown (A-2-4) 17 M SS 14 13 FILL, mostly clayey sand, a little gravel, gray 2 (A-6) TILL OR FILL 15 M SS 12 14 SANDY LEAN CLAY, a little gravel, grayish 3 brown, stiff, laminations of silty sand (CL) (A-6) fill) 4(possible CLAYEY SAND, a little gravel, brown, firm TILL 5 (SC) (A-6) 5 M SS 8 16 5 7 8 6 M SS 6 18 9 SANDY LEAN CLAY, a little gravel, brown, stiff (CL) (A-6) 10 9 M N SS 20 20 11 - END OF BORING DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO 0-9%z' 3.25" HSA DATE TIME SAMPLED DEPTH CASING DEPTH CAVE-IN DEPTH DRILLING FLUID LEVEL WATER LEVEL THE ATTACHED 11/24/15 12:45 11.5 9.5 9.5 None SHEETS FOR AN EXPLANATION OF COMPLETED: 11/24/15 TERMINOLOGY ON DR: TA LG: SC Rig: 33C THIS LOG 03/2011 01-DHR-060 AMERICAN ENGINEERING TESTING, INC. SUBSURFACE BORING LOG AET No: 28-01069C Log of Boring No. BC09 (p. 1 of 1) Project: New Hope 2016 Streets; New Hope, NIN DEPTH Surface Elevation GEOLOGY N MC SAMPLE REC FIELD & LABORATORY TESTS WC DEN LL PL o-420 FEET MATERIAL DESCRIPTION TYPE' IN 5.5" Bituminous pavement FILL FILL, mostly silty sand with gravel, brown 1 (A-1-b) 16 M SS 14 12 FILL, mixture of sandy lean clay, clayey sand 2 and lean clay, a little gravel, gray, brown and (A-6) 15 M SS 8 13 3black 4 5 10 M SS 12 17 6 7 7 M SS 10 20 8 9 SANDY LEAN CLAY, a little gravel, trace TILL roots, gray, firm (CL/SC) (A-6) 10 7 M SS 22 21 11 END OF BORING J J J i J J J h DEPTH: DRILLING METHOD J WATER LEVEL MEASUREMENTS NOTE: REFER TO c DATE TIME S DEPTHD DEPTH CDEPTH FLi DRILLING LVL EVEL TEE ATTACHED 1 �� ? 0-9/x 3.25 HSA 11/24/15 1:15 11.5 9.5 9.5 None SHEETS FOR AN EXPLANATION OF TERMINOLOGY ON COMPLETED: 11/24/15 THIS LOG DR: TA LG: SC Rig: 33C 03/2011 0 i-DHic-06L AMERICAN ENGINEERING SUBSURFACE BORING LOG �- TESTING, INC. L AET No: 28-01069C Log of Boring No. BC10 (pi 1 of 1) Project: New Hope 2016 Streets; New Hope, MN D IPNTH Surface Elevation GEOLOGY N MC SAMPLE REC FIELD & LABORATORY TESTS WC DEN LL PL o-#20 FEET MATERIAL DESCRIPTION TYPE IN. 5" Bituminous pavement FILL FILL, mostly silty sand with gravel, brown 1 (A-1-b) 9 M SS 12 15 FILL, mostly sandy lean clay, a little gravel, 2 brown, gray and grayish brown (A-6) FILL, mostly clayey sand, a little gravel, brown, 7 M SS 10 17 3 grayish brown and dark brown (A-6) 4 FILL, mostly sandy lean clay, a little gravel and sand, brown and grayish brown (A-6) 5clayey 21 M SS 10 14 6 SANDY LEAN CLAY, a little gravel, brown, a TILL little light gray, stiff (CL) (A-6) 15 M SS 12 18 8 9- 10- 15 M SS 20 16 11 END OF BORING DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO 0-91/i 3.25" HSA i DATE TIME SAMPLED DEPTH CASING DEPTH CAVE-IN DEPTH DRILLING FLUID LEVEL WATER LEVEL THE ATTACHED 11/24/15 1:45 11.5 9.5 9.5 None SHEETS FOR AN EXPLANATION OF COMPLETED: 11/24/15 TERMINOLOGY ON DR: TA LG: SC Rig: 33C THIS LOG 03/2011 01-DHR-060 AMERICAN ENGINEERING SUBSURFACE BORING LOG TESTING, INC. AET No: 28-01069C Log of Boring No. BCl1 (p. 1 of 1) Project: New Hope 2016 Streets; New Hope, MN D IPNTH Surface Elevation GEOLOGY N MC SAMPLE REC FIELD & LABORATORY TESTS WC DEN LL PL o-#20 FEET MATERIAL DESCRIPTION TYPE IN' 6" Bituminous pavement FILL I 7 FILL, mixture of silty sand and clayey sand with TILL OR gravel, brown, a little grayish brown (A-2-4, 10 M SS 12 A-6) FILL 18 2 SANDY LEAN CLAY, a little gravel, brown, a little grayish brown, stiff (CL) (A-6) (possible 9 M SS 6 19 3 fill) 4 SANDY LEAN CLAY, a little gravel, brown, TILL stiff to very stiff (CL) (A-6) ' 15 M SS 10 21 6 7 19 M SS 14 19 s 9 10 18 M SS 22 21 II END OF BORING DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO „ 0-9/2 3.25 HSA DATE TIME SAMPLED CASING CAVE-IN FLUID LEVEL LEVEL THE ATTACHED 11/24/15 2:05 11.5 9.5 9.5 None SHEETS FOR AN EXPLANATION OF B G COMPLETED: 11/24/15 TERMINOLOGY ON DR: TA LG: SC Rig: 33C THIS LOG 03/2011 01-DHR-06C AMERICAN ENGINEERING SUBSURFACE BORING LOG TESTING, INC. AET No: 28-01069C Log of Boring No. BC12 (p. 1 of 1) Project: New Hope 2016 Streets; New Hope, MN DEPTH IN Surface Elevation GEOLOGY N MC SAMPLE REC FIELD & LABORATORY TESTS WC DEN LL PL o-#20 FEET MATERIAL DESCRIPTION TYPE IN. 3.75" Bituminous pavement FILL 1 FILL, mixture of silty sand and clayey sand with gravel, brown and grayish brown (A-I-b, A-6) 17 M SS 12 15 CLAYEY SAND, a little gravel, gray and brown TILL OR 2-I mottled, very stiff, laminations of sandy silt (SC) FILL (A-6) (possible fill) 11 M SS 12 18 3 CLAYEY SAND, a little gravel, gray and brown mottled, stiff, laminations of clayey sand with organic fines and sandy silt (SC) (A-6) (possible TILL fill) 5 10 M SS 12 22 LEAN CLAY WITH SAND, a little gravel, dark gray mottled, stiff, laminations of sandy silt (CL) 6 (A-6) SANDY LEAN CLAY, a little gravel, dark gray mottled, very stiff, laminations of sandy silt (CL) ' 8 (A-6) 17 M x SS 14 21 9— 10 11 16 M SS 18 19 END OF BORING DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO 0-9Y2' 3.25" HSA DATE TIME SAMPLED DEPTH CASING DEPTH CAVE-IN DEPTH DRILLING FLUID LEVEL WATER LEVEL THE ATTACHED 11/24/15 1:44 11.5 9.5 11.3 None SHEETS FOR AN EXPLANATION OF BORING COMPLETED: 11/24/15 TERMINOLOGY ON DR: DTS LG: TM Rig: 1C THIS LOG 03/2011 01-DHR-060 AMERICAN ENGINEERING SUBSURFACE BORING LOG TESTING, INC. AET No: 28-01069C Log of Boring No. BC13 (p.1 of 1) Project: New Hope 2016 Streets; New Hope, MN DEPTH Surface Elevation GEOLOGY N MC SAMPLE REC FIELD & LABORATORY TESTS WC DEN LL PL o-420 FEET MATERIAL DESCRIPTION TYPE IN. 4.5" Bituminous pavement FILL SU FILL, mostly silty sand, a little gravel, brown t (A-1-b) 11 M SS 12 15 TILL OR CLAYEY SAND, a little gravel, brown mottled, FILL 2 stiff, laminations of silty sand and sandy silt TILL (SC) (A-6) (possible fill) 11 M SS 12 22 3 SANDY LEAN CLAY, a little gravel, brownish gray and brown mottled, stiff, laminations of 4 sandy silt and clayey sand (CL) (A-6) LEAN CLAY, a little gravel, brownish gray 5 mottled, stiff, laminations of sandy silt and 15 M SS 14 21 clayey sand (CL) (A-6) 6 CLAYEY SAND, a little gravel, brownish gray mottled, very stiff, lenses and laminations of sandy silt and silty sand (SC) (A-6) 17 M x SS 12 16 8— 1 9 CLAYEY SAND, a little gravel, brown, very stiff (SC) (A-6) to N 19 M N SS 24 14 11 — I I - — END OF BORING I F DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO c 1 �� DATE TIME S p D DEPTH NG DEPTH FU DRILLING LEVEL LEVEL THE ATTACHED ? 0-9V2 3.25 HSA 3 11/24/15 1:17 11.5 9.5 11.4 None SHEETS FOR AN D V EXPLANATION OF TERMINOLOGY ON r COMPLETED: 11l24/15 THIS LOG DR: DTS LG: TM Rig: IC 03/2011 U1-Lruc-�o� A IERICAN ENGINEERING SUBSURFACE BORING LOG TESTING, INC. AET No: 28-01069C Log of Boring No. BC14 (p.1 of 1) Project: New Hope 2016 Streets; New Hope, NIN DEPTH IN Surface Elevation GEOLOGY N MC SAMPLE REC FIELD & LABORATORY TESTS WC DEN LL PL 6420 FEET MATERIAL DESCRIPTION TYPE IN. 6" Bituminous pavement FILL SU I FILL, mostly gravelly silty sand, pieces of bituminous, brown (A-1-b) 21 M SS 12 16 TILL OR FILL CLAYEY SAND, a little gravel, brownish gray 2 mottled, very stiff, laminations of sandy silt (SC) - TILL (A-6) (possible fill) 7 M SS 12 18 3 SANDY LEAN CLAY, a little gravel, brownish gray mottled, firm, laminations of sandy silt (CL) 4 (A-6) 5 8 M x SS 12 19 6- SANDY LEAN CLAY, a little gravel, brownish gray, a little dark brown, very stiff, laminations sandy silt and silty sand (CL) (A-6) 23 M SS 1 16 8of 9 CLAYEY SAND, a little gravel, grayish brown, very stiff (SC) (A-6) 10 17 M SS 18 16 I1 END OF BORING DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO 0-9'/z' 3.25" HSA DATE TIME SAMPLED DEPTH CASING DEPTH CAVE-IN DEPTH DRILLING FLUID LEVEL WATER LEVEL THE ATTACHED 11/24/15 11:55 11.5 9.5 11.5 None SHEETS FOR AN EXPLANATION OF BORING COMPLETED: 11/24/15 TERMINOLOGY ON DR: DTS LG: TM Rig: IC THIS LOG 03/2011 01-DHR-060 AN ERICAN ENGINEERING TESTING, INC. SUBSURFACE BORING LOG AET No: 28-01069C Log of Boring No. BC15 (p. 1 of 1) Project: New Hope 2016 Streets; New Hope, NIN DEPTH FEET Surface Elevation MATERIAL DESCRIPTION GEOLOGY N MC SAMPLE TYPE REC IN. FIELD & LABORATORY TESTS WC DEN LL PL o-420 3.75" Bituminous pavement FILL SU I 14 M SS 12 9 FILL, mostly silty sand, a little gravel, pieces of bituminous, grayish brown (A-1-b) FILL, mostly clayey sand, a little gravel and silty sand, pieces of concrete, grayish brown and 2 TILL OR 3 brown (A-6) FILL 14 M SS 12 21 SANDY LEAN CLAY, a little gravel, grayish brown and dark brown mottled, stiff, lenses and 4 laminations of sandy silt (CL) (A-6) (possible fill) 9 TILL SANDY LEAN CLAY, a little gravel, brown and gray mottled, stiff to very stiff, laminations 5 14 M SS 12 16 6 of sandy silt and silt (CL) (A-6) 7 8 14 M SS 14 19 9 10 I1 18 M SS 16 21 END OF BORING DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO 1 " 0-9 /Z 3.25 HSA DATE TIME S�TH DEPTH DEPTH FLUIDLEVEL LEVEL TER T� ATTACHED 11/24/15 12:45 11.5 9.5 11.4 None SHEETS FOR AN EXPLANATION OF BORING COMPLETED: 11/24/15 TERMINOLOGY ON DR: DTS LG: TM Rig: 1C THIS LOG 03/2011 01-DHR-060 AMERICAN ENGINEERING SUBSURFACE BORING LOG TESTING, INC. AET No: 28-01069C Log of Boring No. BC16 (p. 1 of 1) Project: New Hope 2016 Streets; New Hope, MN DEPTH IN Surface Elevation GEOLOGY N MC SAMPLE REC FIELD & LABORATORY TESTS WC DEN LL PL ,#20 FEET MATERIAL DESCRIPTION TYPE IN. 4" Bituminous pavement FILL FILL, mostly silty sand, a little gravel and clayey 1 sand, brown (A-1-b) 13 M SS 12 12 2 FILL, mostly clayey sand, a little gravel and silty sand, grayish brown and brown (A-6) FILL, mostly clayey sand, a little gravel, sandy 11 M SS 12 15 3 silt and silty sand, trace roots, brown and dark grayish brown, a little gray (A-6) 4 CLAYEY SAND, a little gravel, trace roots, TILL OR dark grayish brown and brown mottled, firm, "' FILL 5 laminations of sandy silt and lean clay (SC) 6 M x SS 12 17 (A-6) (possible fill) 6— CLAYEY SAND, a little gravel, trace roots, light brown and dark grayish brown mottled, firm, laminations of sand and lean clay (SC) 8 M SS 12 17 8 (A-6) (possible fill) 9 CLAYEY SAND, a little gravel, light grayish TILL brown mottled, stiff, laminations of sandy silt 10 (SC) (A-6) 14 M SS 16 18 it END OF BORING DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO 0-91/a' 3.25" HSA DATE TIME SAMPLED DEPTH CASING DEPTH CAVE-IN DEPTH DRILLING FLUIDLEVEL WATER LEVEL THE ATTACHED 11/24/15 11:25 11.5 9.5 11.5 None SHEETS FOR AN EXPLANATION OF BORINCOMPLETED: 11/24/15 TERMINOLOGY ON DR: DTS LG: TM Rig: 1C I I I I I THIS LOG 03/2011 01-DB R-060 Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Reconstruction Roadways, Northwood North AMERICAN December, 2015 ENGINEERING Report No. 28-01069C TESTING, INC. Appendix C. Geotechnical Report Limitations and Guidelines for Use M. h l you Mftp yzu rim M �a w irk,.awooxna crtr l x, r:='*vWWm clams; d!WutgL th6 WmaWmF, eI6* ud by, k Of')W4 i Member Ab�t RISK AOX NtigiNT MMMATION. getaiatl engawer seiethe tds fizztirts: i . f Hai �► e f icmtmctiou cot ter tre OM au4lbAl ''tocampa e ter tntCai : i' to M A i 0. � tGat`eu iztecri Mp i d sally I t i i. b+? °prop&" A4d # u � a % `�s� o r PwIaot ate on naily tacr $ Road the 70H Report ems' bIfts b*Vc b� c ral on i # `, d1 d it all, ppt`� on ftepOve DO wt r s� A.S. A Gotedakal In aft "O rf ts Vasbd 94 Atvidtti Set 40l O - t tde ri ' ab efi iiw , t cos, V-bf flieswueWle involviad, its S1 1Ci. wC{r '6�mdoa, the`IMtr€ Af sbuc the a R of twg" to VGYlI t a SUG k U. roamsvwting 3oU, and M�� i . Was fire .. `clef eQ&JftW whit eg6wed Op.1 0", 0. do test")Y au a,9eOte*cad Mort .t was * prep YOU, bat pmpared for yaw prate, + trot pmpamd for the spdcift site v4Acr4 Or Before hPorOAT pwitt thwiges WOM MR& �. wi _: ! .. � c ,. a � - ::v e ! �. at a; �,bd b � +•p'.i- h cr �� � z : '.�3ah � �i�,'+� ' ih.'. .:9i N,. M 1; b'fr9 B''.} � i -# N �• 9agy. a.. .8 �i' 'e:i .. sx: Si :ti i.$ ! �;-" a i.6la iad�'. . ! t. �4 1 ;hQ a a ;"a. a..f t. ' ..i k+: i • a� - i v.�°y-' �! ':1 4.#!h-`. As a ed � , 8l?i�S f oWte."O*' der + eci e Y G t�Z a e .ettr4 + a st a Rsmutma,of i/ i �p ftnpict �}�ipa � � y �p ili of 11"lY bj at qc boc f r ;do not L y S`�rry,.q iyy C {{tyyqqns 4�sgk,Chiup OvtebWal ca&paft mot bead It *a d the #40 WAO *Ot On S ! eW* � * W ... bave b aid the cf ,.<byan-Made ovou, such'" L - cOa t pt4 n or a ' to e; firs' Oft1 l ""1$i antes; ke $, car �11�' sR � "t the , otecW a b� aPP ate . 4s d l l is Mill ra t A otnrci t a or ysis°cpuw : ` pr l [s- i AVpMdIxC-P 102 AMMUCAN WGwMq'MTMlam; Appendix C Geotechnical Report Limitations and Guidelines for Use AFT Report No. 28-01069 C.2.5 Most Geotechnical Findings Are Professional Opinions Site exploration identified subsurface conditions only at those points where subsurface tests are conducted or samples are taken. Geotechnical engineers review field and laboratory data and then apply their professional judgment to render an opinion about subsurface conditions throughout the site. Actual subsurface conditions may differ, sometimes significantly, from those indicated in your report. Retaining the geotechnical engineer who developed your report to provide construction observation is the most effective method of managing the risks associated with unanticipated conditions. C.2.6 A Report's Recommendations Are Not Final Do not overrely on the construction recommendations included in your report. Those recommendations are not final, because geotechnical engineers develop them principally from judgment and opinion. Geotechnical engineers can finalize their recommendations only by observing actual subsurface conditions revealed during construction. The geotechnical engineer who developed your report cannot assume responsibility or liability for the report's recommendations if that engineer does not perform construction observation. C.2.7 A Geotechnical Engineering Report Is Subject to Misinterpretation Other design team members' misinterpretation of geotechnical engineering reports has resulted in costly problems. Lower that risk by having your geotechnical engineer confer with appropriate members of the design team after submitting the report. Also retain your geotechnical engineer to review pertinent elements of the design team's plans and specifications. Contractors can also misinterpret a geotechnical engineering report. Reduce that risk by having your geotechnical engineer participate in prebid and preconstruction conferences, and by providing construction observation. C.2.8 Do Not Redraw the Engineer's Logs Geotechnical engineers prepare final boring and testing logs based upon their interpretation of field logs and laboratory data. To prevent errors or omissions, the logs included in a geotechnical engineering report should never be redrawn for inclusion in architectural or other design drawings. Only photographic or electronic reproduction is acceptable, but recognizes that separating logs from the report can elevate risk. C.2.9 Give Contractors a Complete Report and Guidance Some owners and design professionals mistakenly believe they can make contractors liable for unanticipated subsurface conditions by limiting what they provide for bid preparation. To help prevent costly problems, give contractors the complete geotechnical engineering report, but preface it with a clearly written letter of transmittal. In the letter, advise contractors that the report was not prepared for purposes of bid development and that the report's accuracy is limited; encourage them to confer with the geotechnical engineer who prepared the report (a modest fee may be required) and/or to conduct additional study to obtain the specific types of information they need or prefer. A prebid conference can also be valuable. Be sure contractors have sufficient time to perform additional study. Only then might you be in a position to give contractors the best information available to you, while requiring them to at least share some of the financial responsibilities stemming from unanticipated conditions. C.2.10 Read Responsibility Provisions Closely Some clients, design professionals, and contractors do not recognize that geotechnical engineering is far less exact than other engineering disciplines. This lack of understanding has created unrealistic expectations that have led to disappointments, claims, and disputes. To help reduce the risk of such outcomes, geotechnical engineers commonly include a variety of explanatory provisions in their report. Sometimes labeled "limitations" many of these provisions indicate where geotechnical engineers' responsibilities begin and end, to help others recognize their own responsibilities and risks. Read these provisions closely. Ask questions. Your geotechnical engineer should respond fully and frankly. C.2.11 Geoenvironmental Concerns Are Not Covered The equipment, techniques, and personnel used to perform a geoenvironmental study differ significantly from those used to perform a geotechnical study. For that reason, a geotechnical engineering report does not usually relate any geoenvironmental findings, conclusions, or recommendations; e.g., about the likelihood of encountering underground storage tanks or regulated contaminants. Unanticipated environmental problems have led to numerous project failures. If you have not yet obtained your own geoenvironmental information, ask your geotechnical consultant for risk management guidance. Do not rely on an environmental report prepared for someone else. Appendix C — Page 2 of 2 AMERICAN ENGINEERING TESTING, INC 0 I i M REPORT OF GEOTECHNICAL AND PAVEMENT ENGINEERING SERVICES 2016 New Hope Streets Mill & Overlay Northwood. North Area .aew Dope,, Nfimesota AET Report No. 28-01069C Date: December 28, 2015 Prepared for: City of New Hope" Mr. Bob Paschke Director of Public Works 5500 International Park -way New Hope, MN 55428 AMERICAN ENGINEERING TASTING, INC. December 28, 2015 City of New Hope Mr. Bob Paschke Director of Public Works 5500 International Parkway New Hope, MN 55428 RE: Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets Mill & Overlay Streets Northwood North Area New Hope, Minnesota AET Report No. 28-01069C Dear Mr. Paschke: CONSULTANTS ° ENVIRONMENTAL ° GEOTECNNICAL ° MATERIALS FORENSICS American Engineering Testing, Inc. (AET) is pleased to present the results of our pavement engineering services for the referenced project in New Hope, Minnesota. These services were performed according to our proposal to you dated October 30, 2014. This report is for the roadways planned for mill and overlay. The results of testing of the reconstruction roadways will be forwarded separately. We are submitting two paper copies of the report to you. An email copy is also being sent to Kellie Schlegel of Stantec. Please contact me if you have any questions about the report. I can also be contacted for arranging construction observation and testing services. Sincerely, American Engineering Testing, Inc. Melanie Fiegen, P.E. Pavement Engineer II (651)603-6618 mfiegengamenglest.com Page i 550 Cleveland Avenue North i St. Paul, MN 55114 Phone 651-659-9001 f Toll Free 800-972-6364 Fax 651-659-1379 j www,amengtest.co►ra I AAIEE0 m%�� This docuent shag not be reproduced, except in full. without written approval trorn American Engineering Testing, Inc. r Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Mill & Overlay Roadways, Northwood North AMERICAN December 28, 2015 ENGINEERING AET Report No. 28-01069C TESTING, INC. Prepared for: City of New Hope 5500 International Parkway New Rope, MN 55428 t Attn: Mr. Bob Paschke Director of Public Works SIGNATURE PAGE Prepared by: American Engineering Testing, Inc. 550 Cleveland Avenue North St. Paul, Minnesota 55114 (651) 659-9001/www.amengtest.com Report Authored By: Peer Review Conducted By: Melanie 1{iegen, P.E. Chunhua Han, P.E., PhD Pavement Engineer II Principal Engineer I hereby certify that this plan, specification, or report was prepared by me or under my direct supervision and that I am a duly Licensed Professional Engineer under the laws of the State of Minnesota Date: December 28, 2015 License #: 16711 Copyright 2015 Atnerican Engineering Testing, Inc. All Rights Reserved Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. Page ii Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Mill & Overlay Roadways, Northwood North AMERICAN December 28, 2015 ENGINEERING AET Report No. 28-01069C TESTING, INC. TABLE OF CONTENTS TransmittalLetter............................................................................................................................. i Signature Page.................................................................................................. .. ii ............................ TABLE OF CONTENTS ........................... "' 1.0 INTRODUCTION.................................................................................................................... 1 2.0 SCOPE OF SERVICES............................................................................................................ 1 3.0 PROJECT INFORMATION..................................................................................................... 1 4.0 SUBSURFACE EXPLORATION AND PAVEMENT TESTING .......................................... 2 4.1 Pavement Thickness Testing................................................................................................. 2 4.2 Subsurface Exploration.......................................................................................................... 3 4.3 Pavement Coring.................................................................................................. ................. 3 5.0 TEST RESULTS....................................................................................................................... 3 5.1 Pavement Thickness.............................................................................................................. 3 5.2 Subsurface Soils/Geology...................................................................................................... 4 5.3 Ground Water........................................................................................................................ 5 5.4 Discussions............................................................................................................................ 5 6.0 LIMITATIONS......................................................................................................................... 5 Figure 1 — Approximate Boring Locations Figure 2 — GPR Pavement Thickness APPENDIX A Ground Penetrating Radar Field Exploration and Testing GPR Data and Analysis Result Sheets APPENDIX B Geotechnical Field Exploration and Testing Boring Log Notes AASHTO Soil Classification System Unified Soil Classification System Core Photos Subsurface Boring Logs APPENDIX C Geotechnical Report Limitations and Guidelines for Use Page iii Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Mill & Overlay Roadways, Northwood North AMERICAN December 28, 2015 ENGINEERING Report No. 28-01069C TESTING, INC. 1.0 INTRODUCTION Improvements are proposed for the several streets in the City of New Hope, Minnesota. To assist planning and design, you have authorized American Engineering Testing, Inc. (AET) to conduct a GPR survey and subsurface exploration program at the site, conduct soil laboratory testing, and perform a geotechnical and pavement engineering review for the reconstruction portions of the project. The results of our testing at the reconstruction roadways are presented separately. This report presents the results of our services at the roadways planned for mill and overlay. 2.0 SCOPE OF SERVICES AET's services were performed according to our proposal to you dated October 30, 2015, which was authorized on November 4, 2015. The authorized scope consists of the following: • Perform a Ground Penetrating Radar (GPR) survey of the roadways identified in a sketch supplied by your consultant, Stantec. • Drill and sample six direct push (Geoprobeo) borings to nominal depth of 4 feet in the roadways planned for mill and overlay. • Conduct laboratory gradation and moisture content testing. • Prepare a data report showing the pavement and subsurface thickness data. These services are intended for geotechnical purposes. The scope is not intended to explore for the presence or extent of environmental contamination. `- 3.0 PROJECT INFORMATION The project consists of rehabilitation of numerous streets within New Hope, Minnesota. The area discussed in this report is identified as Northwood North Area and is generally bounded by 42th Avenue N on the north, Bassett Creek on the south, Boone Avenue N on the east, and US Highway 169 on the west. The tested roadways are illustrated in Figure 1. Page 1 of 5 Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Mill & Overlay Roadways, Northwood North AMERICAN December 28, 2015 ENGINEERING AET Report No. 28-01069C TESTING, INC. We understand this rehabilitation will take place at the same general grade and width as that which currently exists. The above stated information represents our understanding of the proposed construction. This information is an integral part of our engineering review. It is important that you contact us if there are changes from that described so that we can evaluate whether modifications to our recommendations are appropriate. 4.0 SUBSURFACE EXPLORATION AND PAVEMENT TESTING 4.1 Pavement Thickness Testing The pavement thickness testing program conducted for the project consisted of a high speed (air coupled) GPR antenna collecting the pavement thickness data at four scans per foot. The data was collected using a 2 GHz antenna, which allows material layer measurements at depths of 18 to 24 inches with a resolution less than about %-inch. The test data and details of the methods used appear in Appendix A. The GPR data was collected on November 10, 2015. We also referred to GPR data that was collected for Jordan/41" Avenue North in 2014. Scans of the pavement were collected according to SIR-20 processor settings established by GSSI RoadScan system, approximately in the middle of the traveling lane and in two directions of travel. A calibration file, required for data post - processing, was collected prior to testing. The GPR interface identification was accomplished using RADAN 7.0, a proprietary software package included with the GSSI RoadScan system. The software includes tools to aid in delineating pavement layer transitions and automatically calculates the layer depths from the pavement surface using the calibration file(s) collected prior to testing. The identified layer was also compared to the boring data to validate the accuracy of the layer thicknesses. Page 2 of 5 i Report of Geotechnical and Pavement Engineering Services t 2016 New Hope Streets, Mill & Overlay Roadways, Northwood North AMERICAN 1 December 28, 2015 ENGINEERING AET Report No. 28-01069C TESTING, INC. 4.2 Subsurface Exploration For the tested roadways, the subsurface exploration program consisted of six direct push r(Geoprobe®) borings (GC01 to GC06). We also referred to a previous geoprobe boring (B-69) performed along Jordan/415t Avenue North in 2014 (AET Project 28-00919). The boring number and approximate locations were chosen by Stantec. The locations were marked in the field by AET prior to drilling for utility clearance. The approximate locations of the borings are illustrated on the attached Figure 1. Subsurface boring logs and details of the drilling methods used appear in Appendix B. The logs contain information concerning soil layering, soil classification, and geologic description. The laboratory test program consisted of water content and sieve analysis tests. The test results appear on the individual boring logs adjacent to the samples upon which they were performed and on data sheets in Appendix B. 4.3 Pavement Coring At the odd numbered borings, we obtained four -inch diameter cores with a diamond bit coring machine. The cores were returned to the laboratory for thickness measurement. The results are included in the boring logs. We also obtained photographs of each core, which are attached Figures C-1 and C-2 in Appendix B. 5.0 TEST RESULTS 5.1 Pavement Thickness 5.1.1 GPR Results A summary of the GPR data for each section is attached in Appendix A. Table 5.1.b provides a statistical summary of the average and 15th percentile thicknesses of the surfacing layers determined from the GPR survey, as well as the coefficient of variation (CV) of the average thickness. Figure 2 is attached at the end of this report and shows the pavement surface thickness geographically. Page 3 of 5 Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Mill & Overlay Roadways, Northwood North AMERICAN December 28, 2015 ENGINEERING AET Report No. 28-01069C TESTING, INC. Table 5.1.b — Pavement Thickness Information - GPR Street GPR Thickness Information Bituminous Aggregate Base Avg, in. CV* 15th, in. Avg, in. CV* 15th, in. Jordan/415t 4.9 20% 3.8 8.3 15% 7.3 Jordan/40.5 5.5 19% 4.4 8.2 32% 5.7 Ensign 5.3 17% 1 4.5 5.7 17% 4.7 te: CV is the standard deviation No divided by the mean, which provides a measurement of the amount of variation in a data set. The lower the value of CV, the more the overall data approximate to the mean. CV is also a useful statistic for comparing the degree of variation from one data set to another, even if the means are drastically different from each other. 15ffi denotes the 15'' percentile and the value that 85% of the pavement layer thickness is greater than, and we generally recommend using for design purposes. 5.1.2 Core — Geoprobe Results The pavement surfacing is bituminous at all the sampled locations. In general, base -like material consisting of sand, with varying amounts of silt and gravel (classified as A-1-b) was found beneath the bituminous at all locations. At boring GC05, a layer of fine sand (classified as A-3) was encountered beneath the aggregate base -like material. The bituminous thickness at the boring locations ranges from 3 inch to 6.5 inches and the average is 5.2 inches. For the aggregate base -like material, the thickness ranges from 4 inches to 13.5 inches and averages 8.1 inches. Please review the boring logs for specific information. 5.2 Subsurface Soils/Geology Below the aggregate base material, the borings generally encountered fill and till soils. The material was classified as A-6 at all seven locations. Please review the boring logs for specific information. Page 4of5 Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Mill & Overlay Roadways, Northwood North AMERICAN December 28, 2015 ENGINEERING AET Report No. 28-01069C TESTING, INC. 5.3 Ground Water No ground water was encountered in the shallow direct push borings. Ground water levels fluctuate due to varying seasonal and annual rainfall and snow melt amounts, as well as other factors. 5.4 Discussions After milling, the existing asphalt pavement needs to be in stable condition with no major repairs needed prior to overlay. The thin pavements (less than 3 inches), as shown in Figure 2, may not be appropriate to a 2-inch mill and overlay. The pavement material conditions below the mill depth, as shown by core photos, should be considered to evaluate the stability of the kept -in - place asphalt pavement. The surface preparation should be dictated by the distresses that are prevalent in the existing pavement. 6.0 LIMITATIONS Within the limitations of scope, budget, and schedule, our services have been conducted according to generally accepted geotechnical engineering practices at this time and location. Other than this, no warranty, express or implied, is intended. Important information regarding risk management and proper use of this report is given in Appendix C entitled "Geotechnical Report Limitations and Guidelines for Use." Page 5 of 5 495406 IN- li � Already have GPR 6 � .-t. ;'Data and 3.5' Geoprobes in this s 'P, f.Lsection from Nov. 2014 report (AET _ 9 Report No. i d AVE N i28-00919A) = y W� LU = k - GCo3 'Go& ' Geoprobes 12' SPT Borings � Full Reconstruct f E a � Mill and Overlay 495406 Cryst Plymouth H e 2017 Northwood North Area Infrastructure Improvements Stantec ❑ binsd a New Hope, Minnesota U �"- Ant =1vVCLE AET Pr*J--+ 29-61069C Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Mill & Overlay Roadways, Northwood North AMERICAN December 28, 2015 ENGINEERING Report No. 28-01069C TESTING, INC. Appendix A Ground Penetrating Radar Field Exploration and Testing GPR Data and Analysis Results Sheets Appendix A Ground Penetrating Radar Field Exploration and Testing AET Report No. 28--01069 A.1 FIELD EXPLORATION The pavement structural conditions at the site were evaluated nondestructively using Ground Penetrating Radar (GPR). The description of the equipment precedes the GPR Data and Analysis Results in this appendix. A.2 EQUIPMENT DESCRIPTION A.2.1 GSSI. GPR Test System The GPR test system owned by AET is a GSSI Roadscan System that consists of a bumper -mounted, 2 GHz air coupled antenna and a SIR-20 control and data acquisition processor, featuring dual channels. The GPR processor, including a SIR-20 data acquisition system, wheel -mounted DMI (Distance Measuring Instrument), and a tough book with the SIR 20 Field Program constitutes the newest, most sophisticated GSSI Test System, which fulfills or exceeds all .requirements to meet ASTM-4748, ASTM D-6087 Standards. Figure C1 provides a. view of this equipment. Figure B1 GSSI 2 GHz air -coupled GPR Test System The GPR antenna emits a high frequency electromagnetic wave into the material under investigation. The reflected energy caused by changes in the electromagnetic properties within the material .is detected by a receiver antenna and recorded for subsequent analysis: The 2 GHz air -coupled GPR is capable of collecting radar waveforms at more than 100 signals per second, allows for data to be collected at driving speeds along the longitudinal dimension of the pavements or bridge decks with the antennas fixed at the rear or in front of the vehicle. The antenna used for Roadscan is the Horn antenna Model 4105 :(2 GHz). The 2 GHz antenna is the current antenna of choice for road survey because it combines excellent resolution with reasonable depth penetration (18-24 inches in pavement materials). The data collection is performed at normal driving speeds (45-55 mph), requiring no lane closures nor causing traffic congestion.. At this peed the 2 GHz antenna is capable of collecting data at 1-foot interval (1 scan/foot). The data were collected at a rate of about 1 vertical scans per foot. Each vertical scan consisted of 512 samples and L the record length in time of each scanwas 12 nanoseconds. Filters used during acquisition were 300 MHz high pass and 5,000 MHz low pass. In a GPR test; the antenna is moved continuously across the test surface and the control unit collects data at a specified distance increment.. In this way,the data collection rate is independent of the scan rate. Alternatively, scanning can be performed at a constant rate of time, regardless of the scan distance. Single point scans can be performed as well. Data is reviewed on -screen and in the field to identify reflections and ensure proper data collection parameters. Field testing is performed in accordance with the standard ASTM procedures as described in ASTM D 4695-96, "Standard Guide for General Pavement Deflection Measurements". A.2.2 System Calibrations Horn antenna processing is used to get the velocity of the ,radar energy in the material by comparing the reflection strengths (amplitudes) from a pavement layer interface with a perfect reflector (a metal plate). The calibration scan is obtained with the horn antenna placed over a metal plate at the same elevation as a scan obtained over pavement. Appendix A -Page I of 3 ANIERICAN ENGINEERING TESTING, INC. Appendix A Ground Penetrating Radar Field Exploration and Testing AFT Report No. 28-01069 The same setting for data collection is used for metal plate calibration. Fifteen seconds are need for jumping up and down on the vehicle's bumper to collect the full range of motion for the vehicle's shocks. The filename of raw calibration file is recorded. Survey wheel is calibrated by laying out a long distance (> 50 feet) with tape measure. A.2.3 Linear Distance and Spatial Reference System Distance measuring instrument (DMI) is a trailer mounted two phase encoder system. When DMI is connected to the SIR-20 it provides for automatic display and recording distance information in both English and metric units with a 1 foot (0.3 meters) resolution and four percent accuracy when calibrated using provided procedure in the Field Program. Spatial reference system is a Trimble ProXH Global Positioning System (GPS) that consists of fully integrated receiver, antenna and battery unit with Trimble's new H-StarTM technology to provide subfoot (30 cm) post processed accuracy. The External Patch antenna is added to the ProXH receiver for the position of the loading plate. The External Patch antenna can be conveniently elevated with the optional baseball cap to prevent any signal blockage. A.2.4 Camera Monitoring System A battery operated independent DC-1908E multi -functional digital camera with a SD card is used for easy positioning of the loading plate or of the pavement surface condition at the testing locations. A.3 SAMPLING METHODS At the project level, the testing interval is set at 12 scans per foot in the Outside Wheel Path (OWP) = 2.5 ft f 0.25 ft (0.76 in t 0.08 m) for nominal 12 ft (3.7 m) wide lanes at a survey speed of approximately 10 mph. Where a divided roadbed exists, surveys will be taken in both directions if the project will include improvements in both directions. If there is more than one lane in one direction the surveys will be taken in the outer driving lane (truck lane) versus the passing lane of the highway. GPR tests are performed at a constant lateral offset down the test section. When GPR tests are performed on bridge decks, multiple survey lines are followed transversely at 2-foot spacing between survey lines. At the network level, GPR tests on one scan per foot are set to be able to collect data on pavements at driving speeds, without statistically compromising the quality of the data collected. If GPR tests are for the in situ characterization of material GPR data will be collected at two scan per foot at slower driving speeds. A.4 QUALITY CONTROL (QC) AND QUALITY ASSURANCE (QA) Beside the daily metal plate calibration the DMI is also calibrated monthly by driving the vehicle over a known distance to calculate the distance scale factor. The GPR will be monitored in real time in the data collection vehicle to minimize data errors. The GPR units will be identified with a unique number and that number will accompany all data reported from that unit as required in the QC/QA plan. Scheduled preventive maintenance ensures proper equipment operation and helps identify potential problems that can be corrected to avoid poor quality or missing data that results if the equipment malfunctions while on site. The routine and major maintenance procedures established by the LTPP are adopted and any maintenance has been done at the end of the day after the testing is complete and become part of the routine performed at the end of each test/travel day and on days when no other work is scheduled. To insure quality data, the GPR assessments took place on generally dry pavement surfaces, and data was collected in each wheel path. Appendix A - Page 2 of 3 AMERICAN ENGINEERING TESTING, INC. Appendix A Ground Penetrating Radar Field Exploration and Testing AET Report No. 28-01069 A.5 DATA ANALYSIS METHODS A.5.1 Data Editing Field acquisition is seldom so routine that no errors, omissions or data redundancy occur. Data editing encompasses issues such as data re -organization, data file merging, data header or background information updates, repositioning and inclusion of elevation information with the data. A.5.2 Basic Processing Basic data processing addresses some of the fundamental manipulations applied to data to make a more acceptable product for initial interpretation and data evaluation. In most instances this type of processing is already applied in real-time to generate the real-time display. The advantage of post survey processing is that the basic processing can be done more systematically and non -causal operators to remove or enhance certain features can be applied. The Reflection Picking procedure is used to eliminate unwanted noise, detects significant reflections, and records the corresponding time and depth. It uses antenna calibration file data to calculate the radar signal velocity within the pavement. A.5.3 Advance Processing Advanced data processing addresses the types of processing which require a certain amount of operator bias to be applied and which will result in data which are. significantly different from the raw information which were input to the processing. A.5.4 Data Interpretation The EZ Tracker Layer Interpretation procedure uses the output from the first step to map structural layers and calculate the corresponding velocities and depths. A.6 TEST LIMITATIONS A.6.1 Test Methods The data derived through the testing program have been used to develop our opinions about the pavement conditions at your site. However, because no testing program can reveal totally what is in the subsurface, conditions between test locations and at other times, may differ from conditions described in this report. The testing we conducted identified pavement conditions only at those points where we measured pavement thicknesses and observed pavement surface conditions. Depending on the sampling methods and sampling frequency, every location may not be tested, and some anomalies which are present in the pavement may not be noted on the testing results. If conditions encountered during construction differ from those indicated by our testing, it may be necessary to alter our conclusions and recommendations, or to modify construction procedures, and the cost of construction may be affected. A.6.2 Test Standards Pavement testing is done in general conformance with the described procedures. Compliance with any other standards referenced within the specified standard is neither inferred nor implied. A.7 SUPPORTING TEST METHODS Soil Boring/Coring Field Exploration If both pavement thicknesses and subgrade soil types and conditions, are desired the shallow coring/boring and sampling is used. The limited number of coringiboring is necessary to verify the GPR layer thickness data. Appendix A - Page 3 of 3 ANIERICAN ENGINEERING TESTING, INC. American Engineering Testing, Inc. 550 Cleveland Avenue North St. Paul, Minnesota 55114 Phone: (651) 659-9001 Fax: (651) 659-1379 SUMMARY OF GROUND PENETRATING RADAR PROJECT NEW HOPE 2016 Test Date Date NORTHWOOD NORTH 10/17/14 12/28/15 PROJECT NO. 28-01069C ROADS Jordan and 41st Avenue N SUMMARY STATISTICS Units: inches Layer Clockwise Counter Clockwise Average CV 15th Min. Average CV 15th Min. AC 4.8 27% 3.6 3.2 5.0 12% 4.5 3.4 Base 8.7 18% 7.1 5.5 1 7.8 9% 7.4 6.0 Ground Penetrating Radar Pavement Thickness Survey GPR distance, feet 0 200 400 600 800 1000 1200 0.0 -3.0 -6.0 -- " ------ -9.0 a v G12.0 -15.0 -18.0 -21.0 -24.0 W-S-EB AC ----- E-N-WB AC W-S-EB Base — — — E-N-WB Base American Engineering Testing, Inc. 550 Cleveland Avenue North St. Paul, Minnesota 55114 Phone: (651) 659-9001 Fax: (651) 659-1379 SUMMARY OF GROUND PENETRATING RADAR PROJECT NEW HOPE 2016 Test Date Date NORTHWOOD NORTH 11/20/15 12/28/15 PROJECT NO. 28-01069C ROADS Jordan and 40.5 Avenue N MMARY STATISTICS Units: inches Layer SB/EB NBNVB Avera a CV 15th I Min. Average CV 15th Min. AC 5.5 17% 4.4 3.7 5.6 20% 4.5 3A Base 8.3 32% 4.8 3.1 8.1 31 % 6.0 3.3 Ground Penetrating Radar Pavement Thickness Survey GPR distance, feet 0 500 1000 1500 2000 2500 3000 0.0 -3.0 _ 4 -9.0 y 012.0 1 1' 1 1i J ♦�J�_���vl 1 1 ai -15.0 ♦ 1 �� ♦P l 1 f J -18.0 -21.0 -24.0 NB/EB AC ----- SB/WB AC NB/EB Base — — — SB/WB Base American Engineering Testing, Inc. 550 Cleveland Avenue North St. Paul, Minnesota 55114 Phone: (651) 659-9001 Fax:(651) 659-1379 SUMMARY OF GROUND PENETRATING RADAR PROJECT NEW HOPE 2016 Test Date Date NORTHWOOD NORTH 11/20/15 12/28/15 PROJECT NO. 28-01069C ROADS Ensign Avenue N SUMMARY STATISTICS Units: inches Layer SB NB Average CV 15th Min. Average CV 15th Min. AC 5.2 18% 4.4 3.8 5.4 15% 4.6 3.9 Base 5.8 15% 4.8 4.0 5.4 22% 4.6 0.0 Ground Penetrating Radar Pavement Thickness Survey GPR distance, feet 0 200 400 600 800 1000 1200 1400 0.0 -3.0 -15.0 -18.0 -21.0 -24.0 NB/EB AC ----- SB/WB AC NB/EB Base — — — SB/WB Base Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Mill & Overlay Roadways, Northwood North AMERICAN December 28, 2015 ENGINEERING Report No. 28-01069C TESTING, INC. Appendix B Geotechnical Field Exploration and Testing Boring Log Notes AASHTO Soil Classification System Unified Soil Classification System Core Photos Subsurface Boring Logs Appendix B Geotechnical Field Exploration and Testing AFT Renort No. 28-01069 13.1 FIELD EXPLORATION The subsurface conditions at the site were explored by drilling and sampling six direct push test borings. The locations of the borings and cores appear on the Figure, preceding this appendix. 13.2 SAMPLING METHODS B.2.1 Split -Spoon Samples (SS) - Calibrated to N60 Values Standard penetration (split -spoon) samples were collected in general accordance with ASTM: D1586 with one primary modification. The ASTM test method consists of driving a 2-inch O.D. split -barrel sampler into the in -situ soil with a 140-pound hammer dropped from a height of 30 inches. The sampler is driven a total of 18 inches into the soil. After an initial set of 6 inches, the number of hammer blows to drive the sampler the final 12 inches is known as the standard penetration resistance or N-value. Our method uses a modified hammer weight, which is determined by measuring the system energy using a Pile Driving Analyzer (PDA) and an instrumented rod. In the past, standard penetration N-value tests were performed using a rope and cathead for the lift and drop system. The energy transferred to the split -spoon sampler was typically limited to about 60% of its potential energy due to the friction inherent in this system. This converted energy then provides what is known as an N60 blow count. The most recent drill rigs incorporate an automatic hammer lift and drop system, which has higher energy efficiency and subsequently results in lower N-values than the traditional N60 values. By using the PDA energy measurement equipment, we are able to determine actual energy generated by the drop hammer. With the various hammer systems available, we have found highly variable energies ranging from 55% to over 100%. Therefore, the intent of AET's hammer calibrations is to vary the hammer weight such that hammer energies lie within about 60% to 65% of the theoretical energy of a 140-pound weight falling 30 inches. The current ASTM procedure acknowledges the wide variation in N-values, stating that N-values of 100% or more have been observed. Although we have not yet determined the statistical measurement uncertainty of our calibrated method to October 11, 2011, we can state that the accuracy deviation of the N-values using this method is significantly better than the standard ASTM Method. B.2.2 Disturbed Samples (DS)/Spin-up Samples (SU) Sample types described as "DS" or "SU" on the boring logs are disturbed samples, which are taken from the flights of the auger. Because the auger disturbs the samples, possible soil layering and contact depths should be considered approximate. B.2.3 Direct Push Samples (DP) Sample types described as "DP' on the boring logs are continuous core samples collected by the direct push method. The method consists of a 2.125 OD outer casing with an .inner 1.5 inch ID plastic tube driven continuously into the ground. B.2.4 Sampling Limitations Unless actually observed in a sample, contacts between soil layers are estimated based on the spacing of samples and the action of drilling tools. Cobbles, boulders, and other large objects generally cannot be recovered from test borings, and they may be present in the ground even if they are not noted on the boring logs. Determining the thickness of "topsoil" layers is usually limited, due to variations in topsoil definition, sample recovery, and other factors. Visual -manual description often relies on color for determination, and transitioning changes can account for significant variation in thickness judgment. Accordingly, the topsoil thickness presented on the logs should not be the sole basis for calculating topsoil stripping depths and volumes. If more accurate information is needed relating to thickness and topsoil quality definition, alternate methods of sample retrieval and testing should be employed. B.3 CLASSIFICATION METHODS Soil descriptions shown on the boring logs are based on the Unified Soil Classification (USC) system. The USC system is described in ASTM: D2487 and D2488. Where laboratory classification tests (sieve analysis or Atterberg Limits) have been performed, accurate classifications per ASTM: D2487 are possible. Otherwise, soil descriptions shown on the boring logs are visual -manual judgments. Charts are attached which provide information on the USC system, the descriptive terminology, and the symbols used on the boring logs. Appendix B - Page 1 of 2 AMERICAN ENGINEERING TESTING, INC. Appendix B Geotechnical Field Exploration and Testing AET Report No. 28-01069 Visual -manual judgment of the AASHTO Soil Group is also noted as a part of the soil description. A chart presenting details of the AASHTO Soil Classification System is also attached. The boring logs include descriptions of apparent geology. The geologic depositional origin of each soil layer is interpreted primarily by observation of the soil samples, which can be limited. Observations of the surrounding topography, vegetation, and development can sometimes aid this judgment. BA LABORATORY TEST METHODS B.4.1 Water Content Tests Conducted per AET Procedure 01-LAB-010, which is performed in general accordance with ASTM: D2216 and AASHTO: T265. B.4.2 Sieve Analysis of Soils (thru 4200 Sieve) Conducted per AET Procedure 01-LAB-040, which is performed in general conformance with ASTM: D6913, Method A. B.5 TEST STANDARD LIMITATIONS Field and laboratory testing is done in general conformance with the described procedures. Compliance with any other standards referenced within the specified standard is neither inferred nor implied. B.6 SAMPLE STORAGE Unless notified to do otherwise, we routinely retain representative samples of the soils recovered from the borings for a period of 30 days. Appendix B - Page 2 of 2 AMERICAN ENGINEERING TESTING, INC. BORING LOG NOTES DRILLING AND SAMPLING SYMBOLS Symbol Definition AR: Sample of material obtained from cuttings blown out the top of the borehole during air rotary procedure. B, H, N: Size of flush joint casing CAS: Pipe casing, number indicates nominal diameter in inches COT: Clean -out tube DC: Drive casing; number indicates diameter in inches DM: Drilling mud or bentonite slurry DR: Driller (initials) DS: Disturbed sample from auger flights DP: Direct push drilling; a 2.125 inch OD outer casing with an inner 1'/2 inch ID plastic tube is driven continuously into the ground. FA: Flight auger; number indicates outside diameter in inches HA: Hand auger; number indicates outside diameter HSA: Hollow stem auger; number indicates inside diameter in inches LG: Field logger (initials) MC: Column used to describe moisture condition of samples and for the ground water level symbols N (BPF): Standard penetration resistance (N-value) in blows per foot (see notes) NQ: NQ wireline core barrel PQ: PQ wireline core barrel RDA: Rotary drilling with compressed air and roller or drag bit. RDF: Rotary drilling with drilling fluid and roller or drag bit REC: In split -spoon (see notes), direct push and thin -walled tube sampling, the recovered length (in inches) of sample. In rock coring, the length of core recovered (expressed as percent of the total core run). Zero indicates no sample recovered. SS: Standard split -spoon sampler (steel; 1.5" is inside diameter; 2" outside diameter); unless indicated otherwise SU Spin -up sample from hollow stem auger TW: Thin -walled tube; number indicates inside diameter in inches WASH: Sample of material obtained by screening returning rotary drilling fluid or by which has collected inside the borehole after "falling" through drilling fluid WH: Sampler advanced by static weight of drill rod and hammer WR: Sampler advanced by static weight of drill rod 94mm: 94 millimeter wireline core barrel T :: Water level directly measured in boring 0: Estimated water level based solely on sample appearance TEST SYMBOLS Symbol Definition CONS: One-dimensional consolidation test DEN: Dry density, pcf DST: Direct shear test E: Pressuremeter Modulus, tsf HYD: Hydrometer analysis LL: Liquid Limit, % LP: Pressuremeter Limit Pressure, tsf OC: Organic Content, % PERM: Coefficient of permeability (K) test; F - Field; L - Laboratory PL: Plastic Limit, % qp: Pocket Penetrometer strength, tsf (approximate) qc: Static cone bearing pressure, tsf q": Unconfined compressive strength, psf R: Electrical Resistivity, ohm-cros RQD: Rock Quality Designation of Rock Core, in percent (aggregate length of core pieces 4" or more in length as a percent of total core run) SA: Sieve analysis TRX: Triaxial compression test VSR Vane shear strength, remolded (field), psf VSU: Vane shear strength, undisturbed (field), psf WC: Water content, as percent of dry weight %-200: Percent of material finer than #200 sieve STANDARD PENETRATION TEST NOTES (Calibrated Hammer Weight) The standard penetration test consists of driving a split -spoon sampler with a drop hammer (calibrated weight varies to provide N60 values) and counting the number of blows applied in each of three 6" increments of penetration. If the sampler is driven less than 18" (usually in highly resistant material), permitted in ASTM: D1586, the blows for each complete 6" increment and for each partial increment is on the boring log. For partial increments, the number of blows is shown to the nearest 0.1' below the slash. The length of sample recovered, as shown on the "REC" column, may be greater than the distance indicated in the N column. The disparity is because the N-value is recorded below the initial 6" set (unless partial penetration defined in ASTM: D1586 is encountered) whereas the length of sample recovered is for the entire sampler drive (which may even extend more than 18"). 01REP052C (7/11) AMERICAN ENGINEERING TESTING, INC. I U- AASHTO SOIL CLASSIFICATION SYSTEM AMERICAN ASSOCIATION OF STATE HIGHWAY AND TRANSPORTATION OFFICIALS Classification of Solis and Soil -Aggregate Mixtures Granular Materials Silt -Clay Materials General Classification (35% or less passing No. 200 sieve) (More than 35% passing No, 200 sieve) A-1 A 2 A-7 Group Classification A-7-5 A-1-a A-1-b A-3 A-2-4 A-2-5 A-2-6 A-2-7 A-4 A-5 A-6 A-7-6 Sieve Analysis, Percent passing: No. 10 (2.00 mm) ............... . ............. 50 max. .... .... .... No. 40 (0.425 mm) ............................ 30 max. 50 max. 51 min. .... .... .... .... .... .... .... .... No, 200 (0.075 mm) ............................ 15 max. 25 max. 10 max. 35 max. 35 max. 35 max. 35 max. 36 min. 36 min. 36 min. 36 min. Characteristics of Fraction Passing No. 40 (0.425 mm) Liquid limit ................................... .... .... 40 max. 41 min. 40 max. 41 min. 40 max. 41 min. 40 max. 41 min. Plasticity index ................................ 6 max. N.P. 10 max. 10 max. 11 min. 11 min. 10 max. 10 max. 11 min. 11 min. Usual Types of Significant Constituent Materials Stone Fragments, Fine Silty or Clayey Gravel and Sand Silty Soils Clayey Soils Gravel and Sand Sand General Ratings as Subgrade .................... Excellent to Good Fair to Poor The placing of A-3 before A-2 is necessary in the Weft to right elimination process" and does not Indicate superiority of A-3 over A-2. Plasticity index of A-7-5 subgroup is equal to or less than LL minus 30. Plasticity index of A-7-6 subgroup is greater than LL minus 30. Group A-8 soils are organic days or peat with organic content>5%. PLASTICITY INDEX (PI) GROUP INDEX CHART 0 1.0 20 3.0 4.0 5.0 6.0 7.0 .50T Group Index (GI) = (F-35) [0,2+0.005 (LL-40) ] + 0.01 (F-15) 1� + PI-10) where F = % PaS51n No 200 sieve LL = I l uld 9C 8C A j6C .� 5C 4C 3( 2( 10 Liquid Limit and Plasticity Index Ranges for the A-4, A-5, A 6 and A 7 Subgroups Definitions of Gravel. Sand and Silt -Clay The terms "gravel", "coarse sand", "fine sand" and"silt-clay",'as determinable from the minimum test data required in this classification arrangement and as used in subsequent word descriptions are defined as follows: GRAVEL - Material passing sieve with 3-in. square openings and retained on the No. 10 sieve. COARSE SAND - Material passing the No. 10 sieve and retained on the No. 40 sieve. FINE SAND - Material passing the No. 40 sieve and retained on the No. 200 sieve. COMBINED SILT AND CLAY - Material passing the No. 200 sieve BOULDERS (retained on 3-in. sieve) should be excluded from the portion of the sample to which the classiricaiton is applied, but the percentage of such material, if any, in the sample should be recorded. . The lens "silo/' is applied to fine material having plasticity index of 10 or less and the term "clayey' is applied to fine material having plasticity index of 11 or greater. i i i i i Sum A-,S U i� i A-5 i A•7 A-4 A G ( o g I q Limit, and PI = Plasticity Index. When working with A 2-6 and A 2-7 subgroups the Partial Group Index (PGI) is determined from the PI only. When the combined Partial Group Indices are negative, the Group Index should be reported as zero. 41 30-L 20 A ^� P 0- IF Example: '82% Passing No. 200 sieve LL = 38 PI=21 Then PGI = 8.9 for LL PGI = 7.4 for PI GI=16 01CLS022 (07/11) AMERICAN ENGINEERING TESTING, INC. UNIFIED SOIL CLASSIFICATION SYSTEM AMERICAN ASTM Designations: D 2487, D2488 ENGINEERING 13 ffi TESTING, INC. MW Criteria for Assigning Group Symbols and Group Names Using Laboratory TestsA Soils More than 50% coarse Less than 5% than 5(m fraction retained fines° Cu<4 and/or I>Cc>3E GP Poorly graded gra retained on on No. 4 sieve No. 200 sieve Gravels with Fines classify as ML or MH GM Silty gravel Fines more than 12% fines c Fines classify as CL or CH GC Clayey graves Sands 50% or Clean Sands Cu>6 and 1<Cc<i SW Weil -graded sand more of coarse Less than 5% fraction passes fines° Cu<6 and/or 1>Cc>3 SP Poorly -graded san No. 4 sieve Sands with Fines classify as ML or MH SM Silty sand • ' Fines mere than 121/v fines n Fines classify as CL or CH SC Clayey sand Fine -Grained Silts and Clays inorganic PI>7 and plots on or above CL Lean cla Soils 50% or Liquid limit less "A" line' more passes than 50 P1<4 or pr lots below ML Sil the No. 200 "A" line sieve organic Liquid limit —oven dried <0.75 OL Organic (see Plasticity Liquid limit —not dried Organic siltK.L,M:o Chart below) Silts and Clays inorganic PI plots on or above "A" line CH Fat cla Liquid limit 50 or more PIplots below "A".fine MH Elastic sil organic Liquid limit —oven dried -10.75 OH Organic clay" Liquid limit— not dried Organic silty c "o Highly organic Primarily organic matter, dark PT Pea soil in color, and organic in odor 2 g o_ SIEWANALYSIS 91 W 5 f4 45 � PARnCLE SIZE IN HLLIMETERS D. .15 ' 29 •C'j}�q U.WS`_ , D-Om D.Ol5xt5=5.8 C i MOMMMMMM �MR.■M■.■ _ s LIQUID LINT 04 Plasticity Chart )TES USED BY AET FOR SOIL IDENTIFICATION AN ^Based on the material passing the 3-in J75-mm) sieve. If field sample contained cobbles or boulders, or both, add "with cobbles or boulders, or both" to group name. °Gravel's with 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 graded gravel with clay "Sands with 5 to 12% fines require 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 ECu=Dw/Drn, Cc.= Dlo x Dw Fif soil contains >15% sand, add "with sand" to group name. olf fines classify as CL-ML, use dual snymbol GC -GM, or SC-SM, If fines are organic, add "with organic fines" to group name. 'If soil contains >15%gravel, add "with gravel" to group name. If Atterberg limits plot is hatched area, soil is a CL-ML silty clay. KIf soil contains 15 to 29% plus No. 200 add "with sand" or "with gravel", whichever is predominant. LIf soil contains >301/o plus No. 200, predominantly sand, add "sandy" to group name. I'lfsoil contains >30% plus No. 200, predominantly gravel, add "gravelly" to group name. NPl>4 and plots on or above "A" line. oPl<4 or plots below "A" line. r`PI plots on or above "A" Iine, 4P1 plots below' A" line. RFiber Content description shown below. Grain Size Gravel Percentages Cgpsistencv of Plastic Soils Relative Density of Non -Plastic Soils Term N-Value, BP F Term N-Value, BPP Term Particle Size 'term Percent Boulders Over 12" A Little Gravel 3% - 14% Very Soft less than 2 Very Loose 0-4 Cobbles 3" to 12" With Gravel 15%- 29%D Soft 2-4 Loose 5 -10 Gravel #4 sieve to 3" Gravelly 30%D - 50"/o Firm 5-8 Medium Dense 11 - 30 Sand #200 to #4 sieve Stiff 9-15 Dense 31- 50 Fines (silt & clay) Pass #200 sieve Very Stiff 16 - 30 Very Dense Greater than 50 Hard Greater than 30 MoistumTiost Condition Layering Notes Peat Description Organic Description (if no lab tests) Soils are described as organic, if soil is not peat (MC Column) D (Dry): Absence of moisture, dusty, dry to and is judged to have sufficient organic fines touch. Laminations: Layers less than Fiber Content content to influence the Liquid Limit properties. M (Moist); Damp, although free water not 3" thick of Term i f Vsual Bs"mate) SliQhrly ornanic used for borderline cases. visible. Soil may still have a high differmaterial Root Inclusions water content (over "optimum'J. or Color. Fibric Peat: Greater than 67% With roots: Judged to have sufficient quantity W (Wet! Free water visible, intended to Heroic Peat: 33 —67% of roots to influence the soil Waterbearing): describe non -plastic soils. Lenses: Pockets or layers Sapric Peat: Less than 33% properties Waterbearing usually relates to greater than /� Trace roots: Small roots present, but not judged sands and sand with silt. thick of differing to be in sufficient quantity to F (Frozen): Soil frozen material or color, significantly affect soil properties. 01CLS021 (07/08) AMERICAN ENGINEERING TESTING, INC. AMERICAN ENGINEERING SUBSURFACE BORING LOG �. ., TESTING, INC. AET No: 28-01069 Log of Boring No. GC01 (p. 1 of 1) Project: New Hope 2016 Streets; New Hope, MN DEPTH IN FEET Surface Elevation MATERIAL DESCRIPTION GEOLOGY N MC SAMPLE TYPE REC IN. FIELD & LABORATORY TESTS WC DEN LL PL o-#20 I 2 3 5.5" Bituminous pavement FILL RICORE DP 39 23 28 16 9" FILL, mostly sand with gravel, brown (A-I-b) FILL, mostly sandy lean clay, brown (A-6) SANDY LEAN CLAY, a little gravel, gray, laminations of sand (CL) (A-6) TILL END OF BORING DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO 0-3.8' Direct Push DATE TINIE SAMPLED DEPTH CASING DEPTH CAVE-IN DEPTH DRILLING FLUID LEVEL WATER LEVEL THE ATTACHED SHEETS FOR AN ' EXPLANATION OF BORING CONTLETED: 11/20/15 TERMINOLOGY ON DR: TK LG: TK Rig: 26R THIS LOG 03/2011 01-DUR-060 AMERICAN ENGINEERING TESTING, INC. SUBSURFACE BORING LOG AET No: 28-01069 Log of Boring No. GCO2 (p.1 of 1) Project: New Hope 2016 Streets; New Hope, MN DEPTH Surface Elevation GEOLOGY N MC SAMPLE REC FIELD & LABORATORY TESTS WC DEN LL PL o-#20 IN FEET MATERIAL DESCRIPTION TYPE IN. 6" Bituminous pavement FILL 8" FILL, mostly sand with gravel, brown (A-1-b) I FILL, mostly sandy lean clay, a little gravel, 2 brown (A-6) DP 46 3 SANDY LEAN CLAY, a little gravel, brown, TILL gray (CL) (A-6) END OF BORING i DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO 0-3.8 Direct Push DATE TIME S DEPTHD DEPTH CDEPTH FLUID LEVEL LVV�L THE ATTACHED SHEETS FOR AN J EXPLANATION OF BORING TERMINOLOGY ON j COMPLETED: 11/20/15 DR: g: TK LG: TK Rig: 26R THIS LOG 03/2011 01-DHR-06C L. AMERICAN ENGINEERING TESTING, INC. SUBSURFACE BORING LOG AET No: 28-01069 Log of Boring No. GC03 (p. 1 of 1) Project: New Hope 2016 Streets; DEPTH FEET Surface Elevation MATERIAL DESCRIPTION GEOLOGY N MC SAMPLE TYPE REC IN. FIELD & LABORATORY TESTS WC DEN LL PL o-#20 I 2 3 3.5" Bituminous pavement FILL ILACURE DP 43 6" FILL, mostly sand with gravel, brown (A-l-b) FILL, mostly clayey sand, a little gravel, brown (A-2-6) FILL, mostly sandy lean clay, a little gravel, brown (A-6) TILL SANDY LEAN CLAY, a little gravel, brown, gray (CL) (A-6) END OF BORING DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO 0-3.8' Direct Push DATE TIME SAMPLED DEPTH CASING DEPTH CAVE-IN DEPTH DRILLING FLUID LEVEL WATER LEVEL THE ATTACHED SHEETS FOR AN EXPLANATION OF COMPLETED: 11/20/15 TERMINOLOGY ON DR: TK LG: TK Rig: 26R TIES LOG 03/2011 01-DHR-060 AMERICAN ENGINEERING TESTING, INC. SUBSURFACE BORING LOG AET No: 28-01069 Log of Boring No. GC04 (p. 1 of 1) Project: New Hope 2016 Streets; New Hope, MN DEPTH Surface Elevation GEOLOGY N MC SAMPLE REC FIELD & LABORATORY TESTS WC DEN LL PL ,#20 FEET MATERIAL DESCRIPTION TYPE IN. 5.5" Bituminous pavement FILL 13.5" FILL, mostly sand with gravel, brown I (A-1-b) 2 DP 46 FILL, mostly sandy lean clay, a little gravel, brown, gray (A-6) 3 END OF BORING DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO 0-3.8 Direct Push DATE TIME SAMPLED DETH CASING DEPTH CDEPTH FLUIILLING D LEVEL WATER LEVEL THE ATTACHED SHEETS FOR AN EXPLANATION OF BORING COMPLETED: 11/20/15 TERMINOLOGY ON 1 DR: TK LG: TK Rig: 26R THIS LOG 03/2011 01-MR-060 r AMERICAN ` ENGINEERING r MmA TESTING, INC. SUBSURFACE BORING LOG AET No: 28-01069 Log of Boring No. GC05 (p.1 of 1) Project: New Hope 2016 Streets; DE IN FEET Surface Elevation MATERIAL DESCRIPTION GEOLOGY N MC SAMPLE TYPE REC IN. FIELD &LABORATORY TESTS WC DEN LL PL o-#20 I 2 3 6.25" Bituminous pavement FILL 11CORE DP 20 4" FILL, mostly sand with silt, a little gravel, dark brown (A-I-b) FILL, mostly sand, a little gravel, brown (A-3) FILL, mostly sandy lean clay, a little gravel, brown (A-6) END OF BORING DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO 0-3.8' Direct Push DATE TIME SAMPLED DEPTH CASING DEPTH CAVE-IN DEPTH DRILLING FLUID LEVEL WATER LEVEL THE ATTACHED SHEETS FOR AN EXPLANATION OF CORING OMPLETED: 11/20/15 TERMINOLOGY ON DR: TK LG: TIC Rig: 26R THIS LOG 03/2011 01-DHR-060 AMERICAN ENGINEERING TESTING, INC. SUBSURFACE BORING LOG AET No: 28-01069 Log of Boring No. GC06 (p. 1 of 1) Project: New Hope 2016 Streets; DEIPTH Surface Elevation GEOLOGY N MC SAMPLE REC FIELD & LABORATORY TESTS WC DEN LL PL o-#20 FEET MATERIAL DESCRIPTION TYPE IN. 6.5" Bituminous pavement FILL I 7" FILL, mostly sand with gravel, brown (A -I -a) FILL, mostly lean clay, a little gravel, brown TILL 2 (A-6) DP 40 FILL, mostly gravel, brown (A-1-a) SANDY LEAN CLAY, a little gravel, brown 3 (CL) (A-6) END OF BORING ' DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO 0-3.8 Direct Push DATE TIME SAMPLED CASING DEPT CAVE-INDEPTH FLUID LEVEL LEVEL THE ATTACHED SHEETS FOR AN EXPLANATION OF BORING TERMINOLOGY ON COMPLETED: 11/20/15 DR: TK LG: TK Rig; 26R THIS LOG 03/2011 01-DHR-06( D r• , ,IL 4 .. 1 R i ,1 r 1 � w �i •1� 9 1 P - I�lTffil1 flIITIIT ilT1ilT f �11Ij f 41 I I 61 P' I N O O O � O z v � '3 W � ° O w { Q o � o U iim�0 z 0 � � a 0 Lj zz �H �zCOD w N o N U p � O °O N N C7 zN w A 0 Cd 3-4 - o z U � o 0 0 N a� a U 0 x A z ��13ITI.�i�liji 2 tasiaPOW..+.-�.— % o U � � O � W a z Fin �U C2awz 0 zW w �" F Report of Geotechnical and Pavement Engineering Services 2016 New Hope Streets, Mill & Overlay Roadways, Northwood North December, 2015 Report No. 28-01069C AMERICAN ENGINEERING TESTING, INC. Appendix C Geotechnical Report Limitations and Guidelines for Use Appendix C Geotechnical Report Limitations and Guidelines for Use AET Report No. 28-01069 CA REFERENCE This appendix provides informationto help you manage your risks relating to subsurface problems which are caused by construction delays, cost overruns, claims, and disputes. This information was developed and provided by ASFE1, of which, we are a member firm. C.2 RISK MANAGEMENT INFORMATION C.2.1 Geotechnical Services are Performed for Specific Purposes, Persons, and Projects Geotechnical engineers structure their services to meet the specific needs of their clients. A geotechnical engineering study conducted for a civil engineer may not fulfill the needs of a construction contractor or even another civil engineer. Because each geotechnical engineering study is unique, each geotechnical engineering report is unique, prepared solely for the client. No one except you should rely on your geotechnical engineering report without first conferring with the geotechnical engineer who prepared it. And no one, not even you, should apply the report for any purpose or project except the one originally contemplated. C.2.2 Read the Full Report Serious problems have occurred because those relying on a geotechnical engineering report did not read it all. Do not rely on an executive summary. Do not read selected elements only. C.2.3 A Geotechnical Engineering Report is Based on A Unique Set of Project -Specific Factors Geotechnical engineers consider a number of unique, project -specific factors when establishing the scope of a study. Typically factors include: the client's goals, objectives, and risk management preferences; the general nature of the structure involved, its size, and configuration; the location of the structure on. the site; and other planned or existing site improvements, such as access roads, parking lots, and underground utilities. Unless the Geotechnical engineer who conducted the study specifically indicates otherwise, do not rely on a geotechnical engineering report that was: + not prepared for you, not prepared for your project, • not prepared for the specific site explored, or • completed before important project changes were made. Typical changes that can erode the reliability of an existing geotechnical engineering report include those that affect: • the function of the proposed structure, as when it's changed from a parking garage to an office building, or from a light industrial plant to a refrigerated warehouse, • elevation, configuration, location, orientation, or weight of the proposed structure, • composition of the design team, or • project ownership., As a general rule, always inform your geotechnical engineer of project changes, even minor ones, and request an assessment of their impact. Geotechnical engineers cannot accept responsibility or liability for problems that occur because their reports do not consider developments of which they were not informed. C.2.4 Subsurface Conditions Can Change A geotechnical engineering report is based on. conditions that existed at the time the study was performed. Do not rely on a geotechnical engineering report whose adequacy may have been affected by: the passage of time; by man-made events, such as construction on or adjacent to the site; or by natural events, such as floods, earthquakes, or groundwater fluctuations. Always contact the geotechnical engineer before applying the report to determine if it is still reliable. A minor amount of additional testing or analysis could prevent major problems. 1 ASFE, 8811 Colesville Road/Suite G106, Silver Spring, MD 20910 Telephone:301/565-2733 www.asfe.or Appendix C — Page 1 of 2 AMERICAN ENGINEERING TESTING, INC ' Appendix C. Geotechnical Report Limitations and Guidelines for Use r AET Report No. 28-01069 C.2.5 Most Geotechnical Findings Are Professional Opinions Site exploration identified subsurface conditions only at those points where subsurface tests are conducted or samples are taken. Geotechnical engineers review field and laboratory data and then apply their professional judgment to render an opinion about subsurface conditions throughout the site. Actual subsurface conditions may differ, sometimes significantly, from those indicated in your report. Retaining the geotechnical engineer who developed your report to provide construction observation is the most effective method of managing the risks associated with unanticipated conditions. C.2.6 A Report's Recommendations Are Not Final Do not overrely on the construction recommendations included in your report. Those recommendations are not final, because geotechnical engineers develop them principally from judgment and opinion. Geotechnical engineers can finalize their recommendations only by observing actual subsurface conditions revealed during construction. The geotechnical engineer who developed your report cannot assume responsibility or liability for the report's recommendations if that engineer doe's not perform construction observation. C.2.7 A Geotechnical Engineering Report Is Subject to Misinterpretation Other design team members' misinterpretation of geotechnical engineering reports has resulted in costly problems. Lower that risk by having your geotechnical engineer confer with appropriate members of the design team after submitting the report. Also retain your geotechnical engineer to review pertinent elements of the design team's plans and specifications. Contractors can also misinterpret a geotechnical engineering report. Reduce that risk by having your geotechnical engineer participate in prebid and preconstruction conferences, and by providing construction observation. C.2.8 Do Not Redraw the Engineer's Logs Geotechnical engineers prepare final boring and testing logs based upon their interpretation of field logs and laboratory data. To prevent errors or omissions, the logs included in a geotechnical engineering report should never be redrawn for inclusion in architectural or other design drawings. Only photographic or electronic reproduction is acceptable, but recognizes that separating logs from the report can elevate risk. C.2.9 Give Contractors a Complete Report and Guidance Some owners and design professionals mistakenly believe they . can make contractors liable for unanticipated subsurface conditions by limiting what they provide for bid preparation. To help prevent costly problems, give contractors the complete geotechnical engineering report, but preface it with a clearly written letter of transmittal. In the letter, advise contractors that the report was not prepared for purposes of bid' development and that the report's accuracy is limited; encourage them to confer with the geotechnical engineer who prepared the report (a modest fee may be required) and/or to conduct additional study to obtain the specific types of information they need or prefer. A prebid conference can also be valuable. Be sure contractors have sufficient time to perform additional study. Only then might you be in a position to give contractors the best information available to you, while requiring them to at least share some of the financial responsibilities stemming from unanticipated conditions. C.2.10 Read Responsibility Provisions Closely Some clients, design professionals, and contractors do not recognize that geotechnical engineering is far less exact than other L _ engineering disciplines. This lack of understanding has created unrealistic expectations that have led to disappointments, claims, and disputes. To help reduce the risk of such outcomes, geotechnical engineers commonly include a variety of explanatory provisions in their report. Sometimes labeled "limitations" many of these provisions indicate where geotechnical engineers' responsibilities begin and end, to help others recognize their own responsibilities and risks. Read these provisions closely. Ask questions. Your geotechnical engineer should respond fully and frankly. C.2.11 Geoenvironmental Concerns Are Not Covered The equipment, techniques, and personnel used to perform a geoenvironmental study differ_ significantly from those used to perform a geotechnical study. For that reason, a geotechnical engineering report does not usually relate any geoenvironmental findings, conclusions, or recommendations; e.g., about the likelihood of encountering underground storage tanks or regulated contaminants. Unanticipated environmental problems have led to numerous project failures. If you have not yet obtained your own geoenvironmental information, ask your geotechnical consultant for risk management guidance. Do not rely on an environmental report prepared for someone else. Appendix C — Page 2 of 2 AMERICAN ENGINEERING TESTING, INC This Page Left Blank Intentionally Stantec THIS BID IS SUBMITTED TO: City of New Hope 4401 Xylon Avenue North New Hope, MN 55428-4898 BIDDER: Valley Paving Inc DOCUMENT 0041 10 REVISED BiD FORM REVISED BY ADDENDUM NO, i 2017 NORTHWOOD NORTH AREA INFRASTRUCTURE IMPROVEMENTS PROJECT NO. 193803542 CITY PROJECT NO. 985 NEW HOPE, MINNESOTA 2017 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter info 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 oil which is hereby acknowledged: Addendum Numbed �m Date 1 2 0 2a 17 B. Bidder has visited the Site and become fomiliarwith and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is fomiliar 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 hos,corefutly studied all: (1) reports of explorations and tests of subsurface conditions at, or contiguous to. the Site and ail drawings of physical conditions in or relating to existing surface or subsurfoce structures at, or contiguous to, the Site (except Underground Focilittes) which hove 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 ospect 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. 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 observotions 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: ©:017Sianlec 1 193803542 ` REVISED BY ADDENDUM NO. 1 00 41 10 - 1(R) REVISED BID FORM 1. Bidder has given Engineer written notice of oil 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 evaluation concerning Bidder's responsiveness, responsibility, and qualifications before awarding a contract. Bidder hereby waives any and all claims, of whatever nature, against Owner, Engineer and their employees and agents, which arise out of or relate to such investigation and evaluation, and statements made as a result thereof, except for statements that can be shown by clear and convincing evidence to be intentionally false and made with actual malice. Nothing in this paragraph is intended to restrict Bidder's rights to challenge a contract pursuant to law. 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): All specific cash allowances are included in the prices) 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 11.03.9 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. Item Units Qty Unit Price Total Price BASE BID: PART 1: GENERAL 1 MOBILIZATION LS t1 $ I �iX1s,$194" 2 TRAFFIC CONTROL LS 1 ; i'L •`fa $ ?-q su TOTAL PART 1: GENERAL $1:i-1 M PART 2: RECONSTRUCT STREETS (RECON) PART 2A: SANITARY SEWER (RECON) 3 REMOVE AND REPLACE SANITARY SEWER FRAME AND RINGS WITH EA 27 $ _ qoo _ �y� 14wo. 4 HDPE RINGS AND FRAME REMOVE SANITARY SEWER PIPE LF 560 $_ — 5 REMOVE SANITARY SEWER SERVICE EA 9 $ ` o $ _ g �_ L 6 REMOVE SANITARY SEWER MANHOLE EA 2 $qW '0 7 10" PVC SANITARY SEWER PIPE - SDR 35 LF 560 $ 3? c l $ 20 725 4 8 6' PVC SCHEDULE 40 SANITARY SEWER SERVICE PIPE LF 275 $ _ $ 02017Stantec 1193BO3542 REVISED BY ADDENDUM NO. 1 00 41 10 - 2tR) REVISED BID FORM r� No. Item Units 4Ny Unit Price Total Price 9 10"X6"PVC WYE EA 9 $ 0-3 L S $_ .? / � 5 ? 10 REPAIR SEWER SERVICE PIPE EA 30 $ /.319.37 $Y/S-/ /o 11 CONNECT TO EXISTING SANITARY SEWER PIPE EA I $ 7Z9 `2 12 CONNECT TO EXISTING SANITARY SEWER STRUCTURE EA I $ / Oo S / $ 13 CONNECT TO EXISTING SANITARY SEWER SERVICE EA 9 $ ' $>� r7 % 14 REPAIR DOGHOUSE/INVERT EA 4 $ zsq -70 $ O/ 15 42" DIAMETER SANITARY SEWER MH BARREL SECTION WITH STEP LF 10 $ 'S5 �.03 $ /40. 16 4' SANITARY SEWER MH EA � $ '1Z $ I L 17 IMPROVED PIPE FOUNDATION LF 150 $ (% $ 1 Z. ! �� 18 TELEVISE SANITARY SEWER LF 560 $ $ TOTAL PART 2A: SANITARY SEWER (RECON) $ C,?03 PART 2B: WATER MAIN (RECON) �) 19 TEMPORARY WATER SERVICE LS I $ 21 $ 2% �• 20 REMOVE WATER MAIN LF 7300 $ y 53 $ 730('A — 21 REMOVE WATER SERVICE EA 128 $ T 1- $ L $ 5 19 % Z. 94- 22 REMOVE HYDRANT, VALVE AND BOX EA 13 $ 71L•S / $ 3 5/G3 23 REMOVE VALVE AND BOX EA 21 $IKL -07 _ $ 3 iK Z 3, 24 SALVAGE AND REINSTALL GATE VALVE AND BOX EA 1 $ $ LZ ,5" $y Lz 3� 25 CONNECT TO EXISTING WATER MAIN EA 23 $ �I(c2 .3 $ 2 2 t . �y 26 6" PVC WATER MAIN, C900-DR18, WITH TRACER WIRE LF 5600 �j $ L . $� 27 8" PVC WATER MAIN, C900-DR18, WITH TRACER WIRE LF 1900 $ T%_2� $ 'S I All.^ 28 6" GATE VALVE AND BOX EA 16 $ !ZZ R.Z $ I LIZ. 29 8" GATE VALVE AND BOX EA 17 $ ►1m-1.3 63 $IS' �I 30 HYDRANT, INCLUDING 6" GATE VALVE AND BOX EA 16 $ S 4�.1 $ y S • oy 31 EXTEND HYDRANT BARREL LF 4 32 DUCTILE IRON FITTINGS LB 2700 $ �. �'O $ 33 WATER MAIN OFFSET EA 3 $�5 (a 3. 2 7 $ S 34 INSULATION - 4" THICK SY 150 $ _ ��. ` 3 $ 35 IMPROVED PIPE FOUNDATION LF 2000 $ �% F I $ 2' o, 02017StaNec 1193BO3542 REVISED BY ADDENDUM NO. 1 00 4110 - 3(R) REVISED BID FORM No. Item Units Qty Unit Price Total Price 36 CONNECT TO EXISTING WATER SERVICE EA 128 $ 7 c) r' $_gq I2• ii 37 1" CORPORATION STOP EA 128 $ t bj . ( $ 2J� 38 1" CURB STOP AND BOX EA 128 $ 2 t 3) $ `L_ 7� I LI � 39 1"TYPE "K" COPPER PIPE LF 3800 $ 35 - $ � 33 TOTAL PART 211: WATER MAIN (RECON) $ PART 2C: STORM SEWER (RECON) EA 2 �� r 40 ADJUST STORM SEWER STRUCTURE $ $ 41 REMOVE STORM SEWER MH OR CATCH BASIN EA 30 $ �I� z . S$ $ / 42 REMOVE STORM SEWER PIPE LF 1200 43 8" PVC STORM SEWER LF 150 $_ 1v �? $ S` 4 - Z -s, 44 12" RCP STORM SEWER, CL 5 LF 925 $ 92 $ ����• 45 12" PVC STORM SEWER LF 135 $ ��. _ $ 46 14" PVC STORM SEWER LF 200 $ �/. $ r7 U 47 15" RCP STORM SEWER, CL 5 LF 1685 $ $ 48 18" RCP STORM SEWER, CL 5 LF 540 $ $ 49 21" RCP STORM SEWER, CL 4 LF 20 $ ��_S $ 50 27" RCP STORM SEWER, CL 3 LF 85 $ �'�. $ 51 36" RCP STORM SEWER, CL 3 LF 55 $ 52 27" STORM SEWER CATCH BASIN EA 1 $ 53 IMPROVED PIPE FOUNDATION LF 250 cat $ $ 2 5n 54 2'x3 STORM SEWER CATCH BASIN EA 21 $ �3`i�. $ �./6 Z-14 55 4' DIAMETER STORM SEWER MH OR CBMH EA 32 $ 56 4' DIAMETER FILTRATION STRUCTURE WITH 3' SUMP AND SKIMMER EA 6 3J $ 57 5DIAMETER STORM SEWER MH OR CBMH EA 1 $ ?s 58 5' DIAMETER STORM SEWER MH OR CBMH WITH 5' SUMP, ENERGY EA 2 $ i I (o, 6 $ Z 2,�331 S Z DISSIPATOR, AND SKIMMER 1 5I7� 59 6' DIAMETER STORM SEWER MH OR CBMH EA $i-►�.� $ 60 INSTALL SNOUT IN EXISTING STRUCTURE EA 1 $ 2 (Z , b °i $ 61 CONNECT TO 36" STORM SEWER (COREDRILL) EA 1 $ I W $ / EA 17 $ .70.Z Z 7 $ I1 113 �. 62 CONNECT TO EXISTING STORM SEWER PIPE 02017Sianlec 1 193803542 REVISED BY ADDENDUM NO. 1 0041 10 - 4(Ri REVISED BID FORM No. Item Units oty Unit Price Total Price 63 CONNECT TO EXISTING STORM SEWER STRUCTURE EA I 1 64 CONNECT TO EXISTING DRAINTILE (STREET OR YARD) EA 6 $ "2-10"L' $ U k-O. IVA 65 CONNECT DRAINTILE TO STRUCTURE (COREDRILL) EA 79 $ _ )'S;o " _ $ 66 FILTRATION TRENCH/RAIN GARDEN EXCAVATION (CV) CY 905 $ Z 1_ jo $`l 1 67 FILTRATION TRENCH GEOTEXTILE FABRIC - WOVEN SY 325 $ ~� $ 11121 Z5 68 FILTRATION TRENCH GEOTEXTILE FABRIC- NON WOVEN SY 1600 $ 2 $ -3yi d 69 SAND FILTER MATERIAL CY 50 $ �fS' $_•.°-Z��.� 6 70 IRON -ENHANCED FILTER MEDIA (LV) CY 1J�2," $_ 3C(� 71 ANGULAR STONE CY 500 $ _ ^%� $ 72 6' PVC PERFORATED COLLECTION PIPE, WITH SOCK LF 375 $ 1�— $ 73 6' PVC NON -PERFORATED COLLECTION PIPE LF 187 $ 1� ,� $ 7'e 7Q 4s 74 8" PVC DISTRIBUTION PIPE LF 185 $ f `lt,r' $ Z `��✓1 �� 75 51 " X 30" STORMWATER CHAMBER LF 380 $ $ 5� 76 6" FILTRATION BASIN CLEANOUT EA 7 $°J $ 77 10" INSPECTION PORT EA 7 $ da $ 78 FILTRATION BASIN ACCESS STRUCTURE EA 7 $_(Ig 7", $ msy." 79 AUGMENTED SOILS CY 18 $ 80 RAIN GARDEN PLANTINGS LS 1 $ybop.� $ -Aa Co 81 LAWN EDGING LF 75 $ , $ 82 DOUBLE SHREDDED HARDWOOD MULCH CY 5 $ v� $ _ 83 6" PERFORATED PVC DRAINTILE, INCLUDING GEOTEXTILE FABRIC, LF 40 $ 21 x $ 4 ROCK AND END SECTION Z Z (� Z `t( 84 2' x 3STORM SEWER CATCH BASIN WITH 3 SUMP EA 1 $ $ 85 GEOTEXTILE FABRIC TYPE V. RAIN GARDEN SY 30 $ 5 00 $ { CC q TOTAL PART 2C: STORM SEWER (RECON) lIo PART 215: STREETS (RECON) C w 86 TEMPORARY MAIL LS 1 $ 87 INLET PROTECTION EA 76 $ S�JCt ) 88 SILT FENCE, TYPE MACHINE SLICED LF 850 $ $ 7 89 TEMPORARY HYDROMULCH SY 15000 $ �• 3� $ VO•' _ 02017 Stanlec 1 193803542 REVISED BY ADDENDUM NO. 1 0D47 10-51R) REVISED BID FORM No. Item Units Qty Unit Price Total Price 90 SEDIMENT CONTROL LOG LF 3000 $ 2- $� $��„lP�ic�L_ 91 TEMPORARY ROCK CONSTRUCTION ENTRANCE TN 700 $ $-Tc7o.- 92 WATER FOR DUST CONTROL TGAL 160 $ 2-2 w $ 3S 7 0 ' 93 EXPLORATORY DIGGING HR 24 $ 175 ' $ 91CQ 94 SALVAGE AND REINSTALL MODULAR BLOCK RETAINING WALL SF 200 $ % z0 o' $ L(';cA 95 SALVAGE AND REINSTALL TIMBER RETAINING WALL SF 100 $ t)J $ 'Lcca' 96 SALVAGE SIGN EA 12 $ Z-s, -75- $_�1=s=_ 97 SALVAGE AND REINSTALL STREET NAME BLADE SIGN ON NEW POST EA 15 $ $ 3y�i0. 98 REMOVE TREE EA 170 $, (L4 $ � 99 MILL AND DISPOSE OF BITUMINOUS PAVEMENT WITH PETROMAT - 3" SY 5050 $,j_`� 3 $ 100 DEPTH DISPOSE OF EXISTING STOCKPILED PETROMAT MATERIAL TN 1500 �7 $ [ $ 101 REMOVE BITUMINOUS PAVEMENT BELOW 3" MILL DEPTH SY 5050 $ 00 $ 102 REMOVE BITUMINOUS PAVEMENT SY 17000 $ 103 SAWING BITUMINOUS PAVEMENT -STREET LF 500 $0 $ 104 REMOVE CONCRETE CURB & GUTTER LF 14100 $ Z S 105 REMOVE CONCRETE WALK SF 1 100 $ U �O $ 106 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 19000 $ $ 107 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 16000 $ �s $ I� r 108 SALVAGE AND REINSTALL DRIVEWAY PAVERS SF 250 $, $ 109 COMMON EXCAVATION (P) CY 24000 $ >*y $ 110 SUBGRADE EXCAVATION (CV) CY 1300 $ bU $ ZO�G11 III GEOTEXTILE FABRIC - TYPE V SY 25500 $ 1. Z O $ ab 112 SELECT GRANULAR BORROW (MODIFIED) TN 28000 $ �.� $ _ .5acflocia _ 113 AGGREGATE BASE, CLASS TN 12500 $ 13_bo $ 114 6" PVC PERFORATED DRAIN TILE, WITH SOCK LF 14000 $ _ p;= $�.5_ 115 6" DRAINTILE CLEANOUT LF 70 $ ��o $ 116 4" PVC SUMP PIPE STUB INCLUDING WYE AND CAP EA 140 qq�� $�_ $ 117 MASTIC ON LIP OF CURB LF 15400 $ $ 7 ` 54 02017SIontec 1 193803542 REVISED BY ADDENDUM NO. 1 0041 10 6(R) REVISED BID FORM M No. Item Units Qty Unit Price Total Price 118 BITUMINOUS MATERIAL FOR TACK COAT GAL 1200 $ $ 3%o 119 TYPE SP 12.5 NON -WEARING COURSE MIXTURE (2,B) TN 3000 $ $ I'S i 120 TYPE SP 9.5 WEARING COURSE MIXTURE (2,C) TN 2500 $ �S $ s Z 1 2 121 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) TN 250 $ Opx $ 1-'Stcu 122 6" CONCRETE DRIVEWAY SF 24000 $ $_ 123 6' CONCRETE VALLEY GUTTER SF 720 $ b.10 $ 124 8618 CONCRETE CURB AND GUTTER LF 15400 $ [1? $ 1 C1 125 4" CONCRETE WALK SF 550 $ cl� $ L!_ii�, 126 6' CONCRETE PEDESTRIAN RAMP SF 825 $ ?J $ 127 TRUNCATED DOME SURFACE SF 120 $ `'� �. �'V $� 128 EROSION CONTROL COMPOST BLANKET - BLOWN W/SEED SY 25000 $ �) O $ 7) "ToO - 129 TOPSOIL BORROW, MNDOT 3877.2E (LV) CY 3400 130 SIGN PANELS SF 140 $ �s $ 131 ZEBRA CROSSWALK, WHITE SF 700 $ Z • G $ 132 4" SOLID WHITE LINE - PAINT LF 200 $ Z $ 133 4" DOUBLE YELLOW LINE - PAINT LF 200 $ 2 S $ $ 134 24' SOLID WHITE STOP BAR LF 150 $ y Z $ C/f. . 135 PAVEMENT MESSAGE, RIGHT-THRU ARROW EA 2 $10 _ $ j�a', Z Y 136 PAVEMENT MESSAGE, LEFT ARROW EA 2 $ $ ✓03, 137 STREET SWEEPER (WITH PICKUP BROOM) HR 200 $ SO `r" $ 1U�� TOTAL PART 21): STREETS (RECON) $ Qfri S. S3 PART 3: MILL & OVERLAY STREETS (M&O) PART 3A: UTILITIES (M&O) 138 REMOVE AND REPLACE SANITARY SEWER FRAME AND RINGS WITH EA 20 $ _ �3UC. _ $ l' 0,z' HDPE RINGS AND FRAME 139 4' DIAMETER SANITARY SEWER MH BARREL SECTION WITH STEP LF 1 $,9+R �` $ 140 ADJUST VALVE BOX EA 4 141 REMOVE AND REPLACE WATER GV BOX SECTION EA 8 $ ^? $ TOTAL PART 3A: UTILITIES (M&O) $ 23,1 d r 02017SIanlec 1 193803542 REVISED BY ADDENDUM NO. 1 00 41 10 - 7(R) REVISED BID FORM No. Item Units Qty Unit Price Total Price PART 3B: STREETS (M&O) r 142 INLET PROTECTION EA 10 $ 71 $ 7SID 143 MILL BITUMINOUS PAVEMENT - 2" DEPTH SY 13�000 $ �• a� $ N >;� �% 144 REMOVE AND REPLACE CONCRETE CURB & GUTTER LF 400 $ 1007 145 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 1500 $ 146 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 1500 $ Q $`5 $ 147 AGGREGATE BASE, CLASS 5 - (SPECIAL) TN 400 $ Z t'� $_I� 148 BITUMINOUS PATCHING (SPECIAL) - TYPE SP 12.5 NON -WEARING TN 150 $ � o $ ) ii COURSE MIXTURE(B) 149 BITUMINOUS MATERIAL FOR TACK COAT GAL 650 $ _ $ 150 TYPE SP 9.5 WEARING COURSE MIXTURE (2,B) TN 1,600 $ $ 151 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) TN 40 $ lc `' $ CAoco 152 6" CONCRETE DRIVEWAY SF 1500 $ $ 153 EROSION CONTROL COMPOST BLANKET - BLOWN W/SEED SY 240 $ 154 TOPSOIL BORROW, MNDOT 3877.2E (LV) CY 35 $ TOTAL PART 311: STREETS (M&O) PART 4: FULL PAVEMENT REMOVAL STREETS (FPR) PART4A: UTILITIES (FPR) 155 REMOVE AND REPLACE SANITARY SEWER FRAME AND RINGS WITH EA 4� $ s__3L. HDPE RINGS AND FRAME 156 ADJUST VALVE BOX EA 1 $ o $ 157 REMOVE AND REPLACE WATER GV BOX SECTION EA 1 $ $ 5� 158 REMOVE STORM SEWER MH OR CATCH BASIN EA 4 $, 4d%y '1y $ N74 "a 159 REMOVE STORM SEWER PIPE LF 50 $ 13 11 $ GSb. 160 12" RCP STORM SEWER, CL 5 LF 65 $ -it "7O $ 7--7/0,-S 161 15" RCP STORM SEWER, CL 5 LF 175 $ H211 $ 75"tv) 162 IMPROVED PIPE FOUNDATION LF 25 $ 0. 1 $ O. 2 S 163 2'X3' STORM SEWER CATCH BASIN EA 2 $ /35D•NJ $ 2 7 coy Ty 164 4' DIAMETER STORM SEWER MH OR CBMH EA 1 $ I $ 3423 $ -il-34 23 165 4• DIAMETER FILTRATION STRUCTURE WITH 3• SUMP AND SKIMMER EA 1 $ .Z 5 �S: "' $ Z Sti.•' EA 1 7 $ i22-� $ 9-72� s� 166 4'X6' CATCH BASIN 167 4'X6' CATCH BASIN WITH 5' SUMP. ENERGY DISSIPATOR, AND SKIMMER EA 1 $ $1 $ Z G (6`r(,. g) 02017SIantec 1 193803542 REVISED BY ADDENDUM NO. 1 00 41 10- 81R) REVISED BID FORM No. Item Units Qty Unit Price Total Price 168 CONNECT TO EXISTING STORM SEWER PIPE EA 1 $ % S 2XII) $ I q. 169 FILTRATION TRENCH EXCAVATION (CV) CY 125 $ $ 170 FILTRATION TRENCH GEOTEXTILE FABRIC - WOVEN SY 75 ���� $ _ $ -Z S 171 FILTRATION TRENCH GEOTEXTILE FABRIC - NONWOVEN SY 325 o $ 2 ~ $ 172 SAND FILTER MATERIAL CY 15 $ Ha" $ 173 ANGULAR STONE CY 1.00 $_ 174 6' PVC PERFORATED COLLECTION PIPE, WITH SOCK LF 75 $ )o 175 6" PVC NON -PERFORATED COLLECTION PIPE LF 20 $ '` $ �(y� 176 8" PVC DISTRIBUTION PIPE LF 15 $ $ 7'Noo 177 51" X V' STORMWATER CHAMBER LF 70 $ �" $ 3` i5� 178 6" FILTRATION BASIN CLEANOUT EA 1 $U oa $ 179 10" INSPECTION PORT EA 1 $ $ 180 FILTRATION BASIN ACCESS STRUCTURE EA 1 $ / 3 ' $ /t TOTAL PART 4A: UTILITIES (FPR) $ % 7 % 3 PART 48: STREETS (FPR) 181 INLET PROTECTION 182 REMOVE AND REPLACE CONCRETE CURB & GUTTER 183 REMOVE CONCRETE CURB & GUTTER 184 REMOVE BITUMINOUS DRIVEWAY PAVEMENT 185 REMOVE CONCRETE DRIVEWAY PAVEMENT 186 FULL DEPTH RECLAMATION 187 SUBGRADE EXCAVATION (CV) 188 AGGREGATE BASE, CLASS 5 189 TRAIL AGGREGATE (SPECIAL) 190 TYPE SP 12.5 WEARING COURSE MIXTURE (4,B) 191 TYPE SP 9.5 WEARING COURSE MIXTURE (2,B) 192 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) 193 CONCRETE CURB & GUTTER (SPECIAL) 194 6" CONCRETE DRIVEWAY 02017 Stanlec 1 193803542 REVISED BY ADDENDUM NO. 1 00 41 10 - 91R) EA 5 $ 71, y $ �% v LF l $ Z �, 7S` $ LF 275 $ A $_ i SF 500 $ �4s $ SF 500 $ a $ SY 4600 $ ��J $�2tto[�. CY 100 $ Z`t, $ ZyOo,' TN 100 $ $ L IZU� TN 45 $ ,zjo $ TN 16 $ ��� $ TN 850 $ $ Ws ito.- TN 12 $ 12 J $ ( SbQ LF 275 $ IC)75' 5' $ Lj SF 500 $ w - $��•� REVISED BID FORM No. Item Units Qty Unit Price Total Price 195 6' CONCRETE PEDESTRIAN RAMP SF 90 �1 � $ % � � eU $ �7 196 TRUNCATED DOME SURFACE SF 24 $f. Z $ ! z�Io 197 EROSION CONTROL COMPOST BLANKET - BLOWN W/SEED SY 400 $ $ 198 TOPSOIL BORROW, MNDOT 3877.2E (LV) CY 55 $ $ ��� �• y� 199 STREET SWEEPER (WITH PICKUP BROOM) HR 10 $ C� t $, O.1 D TOTAL PART 4B: STREETS (FPR) $. - t I J 7 (.— BASE BID SUMMARY: TOTAL PART 1: GENERAL TOTAL PART 2A: SANITARY SEWER (RECON) TOTAL PART 2B: WATER MAIN (RECON) TOTAL PART 2C: STORM SEWER (RECON) TOTAL PART 2D: STREETS (RECON) TOTAL PART 3A: UTILITIES (M&O) TOTAL PART 3B: STREETS (M&O) TOTAL PART 4A: UTILITIES (FPR) TOTAL PART 4B: STREETS (FPR) TOTAL BASE BID ALTERNATE 1 - 40TH AVENUE RECONSTRUCT PART 1: GENERAL 200 MOBILIZATION 201 TRAFFIC CONTROL TOTAL PART 1: GENERAL PART 2: SANITARY SEWER 202 REMOVE AND REPLACE SANITARY SEWER FRAME AND RINGS WITH HDPE RINGS AND FRAME 203 REPAIR SEWER SERVICE PIPE 204 42" DIAMETER SANITARY SEWER MH BARREL SECTION WITH STEP TOTAL PART 2: SANITARY SEWER LS 1 $ 1 C.,yUC: - LS $ (t:Aco a G EA 4 $- QC:L°' — EA 5 $ 37 LF 3 $,_] I.3� $ '�• s- ;70:J1 $ (olej, 71, y 3� sf` 1 4.00-t4t rRMI $ 2.31VIA -°1 $ 151 776, 03111 $ 10QCQL` $ tOlvlT;) r r $ %o V ly- 02017Slonlec 1 193803542 REVISED BY ADDENDUM NO. 1 0041 10- 10(R) REVISED BID FORM No. Item Units Qty Unit Price Total Price 205 PART 3: WATER MAIN TEMPORARY WATER SERVICE LS 1 _ 206 REMOVE WATER MAIN LF 870 207 REMOVE WATER SERVICE EA 15 $ y1"• $ `7e2. 3. 208 REMOVE HYDRANT, VALVE AND BOX EA 2 $ Z` . S Z• $ S C77 -4 209 REMOVE VALVE AND BOX EA 3 $ / 2 Ci $ ��f �oq� I 210 CONNECT TO EXISTING WATER MAIN EA 4 $ `�1a2,.3 7 $ 'y ` yg 211 6" PVC WATER MAIN, C900-DR18, WITH TRACER WIRE LF 870 $ 2A $ z-1,'i&A. 212 6' GATE VALVE AND BOX EA 2 $ I Z Z �.Z $ 7--cm's 213 HYDRANT, INCLUDING 6" GATE VALVE AND BOX EA 2 $ _ Z S , ryV $ /O 5 1 S 2. 214 EXTEND HYDRANT BARREL LF 1 $ 1 �7 LI $ 13 Z Z y 215 DUCTILE IRON FITTINGS LB 400 $ &-• ' $ 216 IMPROVED PIPE FOUNDATION LF 225 $ 0.01 $ 217 CONNECT TO EXISTING WATER SERVICE EA 15 $ -7T 79 $ 111,1115 218 1" CORPORATION STOP EA 15 $ �tPS.�� $ L`i se:sy 219 1" CURB STOP AND BOX EA 15 $ �J � $ 32-71 1 220 1"TYPE V' COPPER PIPE LF 525 $ ' $ -7 3� TOTAL PART 3: WATER MAIN $ 221 PART 4: STORM SEWER REMOVE STORM SEWER PIPE LF 35 $ $ � r, df 2 qt, ' vzS 222 REMOVE STORM SEWER MH OR CATCH BASIN EA $ $ 223 12" RCP STORM SEWER, CL 5 LF 25 $ `�t 3ry $ ZU K �i 224 27" RCP STORM SEWER, CL 3 LF 35 $ I%.! $ 3yo/••3u 225 IMPROVED PIPE FOUNDATION LF 10 $ b . I $ 510 1 226 2'x3STORM SEWER CATCH BASIN EA 2 $ 1347.3L $ Z& P,/ 227 4' DIAMETER STORM SEWER MH OR CBMH EA 2 $ S S`y 2 $ -� J EA 2 $ LW9 ' $ 1192, i y 228 CONNECT TO EXISTING STORM SEWER PIPE 229 CONNECT DRAINTILE TO STRUCTURE (COREDRILL) EA 4 $ 5 � $ xrLo,,�t ? TOTAL PART 4: STORM SEWER $ 02017Stontec 1193803542 REVISED BY ADDENDUM NO. 1 00 4I 10 - 11)R) REVISED BID FORM No. Item Units Qty Unit Price Totw Price PART 5: STREETS 230 TEMPORARY MAIL LS 1 $ 231 INLET PROTECTION EA 5 $ 75.'' $ 232 SILT FENCE, TYPE MACHINE SLICED LF 100 $ �- $ 233 TEMPORARY HYDROMULCH Sy 2000 $ � $ 234 SEDIMENT CONTROL LOG LF 500 $`' $ Ij.r 235 TEMPORARY ROCK CONSTRUCTION ENTRANCE TN 100 $ © $ J_ Jo 236 WATER FOR DUST CONTROL TGAL 50 $ �. $ i ioo_� 237 EXPLORATORY DIGGING HR 4 $ / 7_� a $ �700+ 238 SALVAGE SIGN EA 2 $ `I S ?� $ 5-11'�, 239 SALVAGE AND REINSTALL STREET NAME BLADE SIGN ON NEW POST EA 2 $ .�� $ y(2 r 240 REMOVE TREE EA 18 $ / 2J $ 241 REMOVE BITUMINOUS PAVEMENT Sy 2500 $ �- (00 $ 242 SAWING BITUMINOUS PAVEMENT -STREET LF )00 $ 3 3S $ 243 REMOVE CONCRETE CURB & GUTTER LF 1600 $ •-70 $ � 244 REMOVE CONCRETE WALK SF 175 $ �)C $ IZZ. �iD 245 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 2600 $y `iS $ lI%�• 246 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 1200 $ © . * $ 247 COMMON EXCAVATION (P) CY 2400 $ H, iG $ 248 SUBGRADE EXCAVATION (CV) CY 150 $w % L W $ 249 GEOTEXTILE FABRIC - TYPE V SY 2950 $ 2 Uo $ Sr1 OD. 250 SELECT GRANULAR BORROW (MODIFIED) TN 3300 $ 11.75 $ 38�7 7,S 25) AGGREGATE BASE, CLASS 5 TN 1500 $ / 3.�� $ 252 6' PVC PERFORATED DRAIN TILE, WITH SOCK LF 1600 $ l,lU $ 253 6" DRAINTILE CLEANOUT EA 8 $ 57 $ 7�OOq 254 4" PVC SUMP PIPE STUB INCLUDING WYE AND CAP EA 18 $ ;� $ 255 MASTIC ON LIP OF CURB LF 1650 $ 51 $ Its- rK3'r 256 BITUMINOUS MATERIAL FOR TACK COAT GAL 125 $ $ 257 TYPE SP 12.5 NON-WEARINGN COURSE MIXTURE (2,B) TN 310 $ Uv l $ I Alp 02017SIantec ( 193803542 REVISED BY ADDENDUM NO. 1 0041 10 - 12(R) REVISED BID FORM 7 I LNo. Item Units oty Unit Price Total Price 258 TYPE SP 9.5 WEARING COURSE MIXTURE (2,B) TN 230 $ fi !. py $ rZ {"34 259 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) TN 30 $ 1 ��; $ 3yQL 260 6" CONCRETE DRIVEWAY SF 2600 $ 261 8618 CONCRETE CURB AND GUTTER LF 1650 a� $ _iZ-• - $ 262 *'CONCRETE WALK SF 80 $ $ 3�"•' 263 6' CONCRETE PEDESTRIAN RAMP SF 125 0 $ _ $ 264 TRUNCATED DOME SURFACE SF 20 $ y r.2G $ 265 EROSION CONTROL COMPOST BLANKET - BLOWN W/SEED SY 2500 $ S O $ 266 TOPSOIL BORROW, MNDOT 3877.2E (LV) CY 350 $ I?-• 57 $ /1. 5 rn � 267 SIGN PANELS SF 7 $ S i- JV $ 36 o'S.0 268 STREET SWEEPER (WITH PICKUP BROOM) HR 35 $ �w $ %79:k TOTAL PART 5: STREETS z Z-!S*i O -7, A 757 ALTERNATE 1 - 40TH AVENUE RECONSTRUCT SUMMARY: PART 1: GENERAL $ Zy=QOc PART 2: SANITARY SEWER $ 11ys • ��� PART 3: WATER MAIN $ '7'T joy. Sy PART 4: STORM SEWER $ / % -7{t l.�O�-� 1. PART 5: STREETS � �'ffis TOTAL ALTERNATE 1 - 40TH AVENUE RECONSTRUCT T ALTERNATE 2 - SUMTER AVENUE FILTRATION BASIN PART 1: GENERAL 269 MOBILIZATION 270 TRAFFIC CONTROL TOTAL PART 1: GENERAL LS 1 $ Ulf "' $ �Idt�lY LS I $ PART 2: STORM SEWER 271 INLET PROTECTION EA 6 $ 5 $ . 272 SILT FENCE, TYPE MACHINE SLICED LF 375 $ 2 0�' $ 7 2.5b 273 TEMPORARY ROCK CONSTRUCTION ENTRANCE TN 20 $ $. -n 274 SALVAGE AND REINSTALL SIGN ON NEW POST EA 2 $_ $ - 02017 Slantec 1 193803542 REVISED BY ADDENDUM NO, 1 004I W - 131R) REVISED BID FORM No. Item Units Qty Price Total Price 275 REMOVE AND REPLACE CONCRETE CURB & GUTTER LF 50 rUn�it $� 11 ZO $ 2^I l a. 276 REMOVE RIPRAP SY 200 $ ," Li $ 2-^ 277 REMOVE STORM SEWER PIPE LF 44 $ %3 $ 55-71. L q 278 SALVAGE AND REINSTALL FENCE LF 50 $ �caO�"' $ 2.x _ 279 CLEARING AND GRUBBING LS T $ iJ7�. $ 280 15"RCP STORM SEWER, CL 5 LF 9 $ D L• $ 7`%3• Z 281 N DIAMETER STORM SEWER MH OR CBMH WITH 5SUMP EA 2 $ Z"�W)�-1� $ 282 CONNECT TO EXISTING STORM SEWER STRUCTURE EA 1 -C 283 CONNECT DRAINTILE TO STRUCTURE (COREDRILL) EA 4 $ = '� "' $ � •~ 284 UNDERGROUND FILTRATION AND STORAGE SYSTEM LS i $ 285 6" PVC PERFORATED DRAINTILE, WITH SOCK LF 50 $ / 1. W 3 $ 286 EROSION CONTROL COMPOST BLANKET - BLOWN WITH SEED SY 1200 $ . $ rn 287 TOPSOIL BORROW, MNDOT 3877.2E (LV) CY 200 $ 1975. $ y _ TOTAL PART 2: STORM SEWER $ U I• ALTERNATE 2 - SUMTER AVENUE FILTRATION BASIN SUMMARY: PART 1: GENERAL PART 2: STORM SEWER TOTAL ALTERNATE 2 - SUMTER AVENUE FILTRATION BASIN BID SUMMARY: TOTAL BASE BID TOTAL ALTERNATE T - 40TH AVENUE RECONSTRUCT TOTAL ALTERNATE 2 - SUMTER AVENUE FILTRATION BASIN G2-vj SfanteC' 02017Stantec 1 193803542 REVISED BY ADDENDUM NO. 1 0041 10 - 141R) REVISED BID FORM 6.01 Bidder agrees that the Work will be Substantially Completed and completed and ready for Final Payment in accordance with Paragraph 14.07.8 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: Required Bid Security in the form of 5 percent. 8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. If Bidder Is: --- SUBMITTED on February 28 2017. Corporation Name: Valley Paving Inc (SEAL) State of Incorporation: Minnesota Type (General B ess, Profession ce, Limited Liability): General Business By: _ (Signature) Name (typed or printed): Brent A Carron Title: Vice P si ent Attest _ _ (CORPORATE SEAL) nature rpo to Secretary) Business Street Address (No P.O. Box #'s): 8800 13th Ave E, Shakopee MN 55379 Phone No.: 952-445-8615 © 2017 Stantec 1 193803822 REVISED BY ADDENDUM NO. 2 00 41 10 - 7(R) REVISED BID FORM SECTION 00 41 13 BID FORM ATTACHMENT A RESPONSIBLE CONTRACTOR VERIFICATION AND CERTIFICATION OF COMPLIANCE PROJECT TITLE: 2017 Northwood North Area Infrastructure Improvements Minn. Stat. § 16C.285, Subd. 7. IMPLEMENTATION.... any prime contractor or subcontractor that does not meet the minimum criteria in subdivision 3 or fails to verify that it meets those criteria is not a responsible contractor and is not eligible to be awarded a construction contract for the project or to perform work on the project... Minn. Stat. § 16C.285, Subd. 3. RESPONSIBLE CONTRACTOR, MINNIMUM CRITERIA. "Responsible contractor" means a contractor that conforms to the responsibility requirements in the solicitation document for its portion of the work on the project and verifies that it meets the following minimum criteria: (1) The Contractor: (i) is in compliance with workers' compensation and unemployment insurance requirements; (ii) is currently registered with the Department of Revenue and the Department of Employment and Economic Development if it has employees; (iii) has a valid federal tax identification number or a valid Social Security number if an individual; and (iv) has filed a certificate of authority to transact business in Minnesota with the Secretary of State if a foreign corporation or cooperative. (2) The contractor or related entity is in compliance with and, during the three-year period before submitting the verification, has not violated section 177,24, 177.25, 177.41 to 177.44, 181.13, 181.14, or 181.722, and has not violated United States Code, title 29, sections 201 to 219, or United States Code, title 40, sections 3141 to 3148. For purposes of this clause, a violation occurs when a contractor or related entity: (i) repeatedly faits to pay statutorily required wages or penalties on one or more separate projects for a total underpayment of $25,000 or more within the three-year period; (ii) has been issued an order to comply by the commissioner of Labor and Industry that has become final; (iii) has been issued at least two determination letters within the three-year period by the Department of Transportation finding an underpayment by the contractor or related entity to its own employees; (iv) has been found by the commissioner of Labor and Industry to have repeatedly or willfully violated any of the sections referenced in this clause pursuant to section 177.27; (v) has been issued a ruling or findings of underpayment by the administrator of the Wage and Hour Division of the United States Department of Labor that have become final or have been upheld by an administrative law judge or the Administrative Review Board; or (vi) has been found liable for underpayment of wages or penalties or misrepresenting a construction worker as an independent contractor in an action brought in a court having jurisdiction. Provided that, if the contractor or related entity contests a determination of underpayment by the Department of Transportation in a contested case proceeding, a violation does not occur until the contested case proceeding has concluded with a determination that the contractor or related entity underpaid wages or penalties;* BID FORM ATTACHMENT A 0 2017 Stantec 1 193803542 0041 13 - 1 F (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 363A.36 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 0 2017 Stantec 1 193803542 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 1 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)1 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. Authar' .e7Stg t of )wner or Officer: Printed Name: Brent A Carron Title. Date: Vice President 02/28/17 Company Name: Valley Paving Inc nd sub; A -fore me thi —^-- -WNC:TARV ---------- c y of Not PUBLIC• MU ESOTA 00A Expres JIM. 31, ZZ r My Commission Expires: ,�� - ' 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 2017 Siantec 1 193803542 0041 13 - 3 ATTACHMENT A-1 FIRST -TIER SUBCONTRACTORS LIST SUBMIT WITH PRIME CONTRACTOR RESPONSE PROJECT TITLE: 2017 Northwood North Area Infrastructure Improvements 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 (Legal name of company as registered with the Secretary of State) Name of city where company home office is located S i �'t Lq r ►sue G z.r i�,rL�n►� &Iv w � � t,, Nn. Mt,.51NJ 4 C_ C OLO S fQ-txXx JI 2dt-R 4XVT rL4V ttA-A-- Nw,Ttmt.,% c4�,, L�,�N S�- Hcmkk3S C-MN A (144bU -VLVca fA Ao tc ocA�?J ' VA NO s c.np C�. 5 r^: + l p_ BID FORM ATTACHMENT A 0 2017 Stantec 1 193803542 0041 13 - 4 ATTACHMENT A-2 ADDITIONAL SUBCONTRACTORS LIST PRIME CONTRACTOR TO SUBMIT AS SUBCONTRACTORS ARE ADDED TO THE PROJECT PROJECT TITLE: 2017 Northwood North Area Infrastructure Improvements This form must be submitted to the Project Manager or individual as identified in the solicitation document. Minn. Stat. § 16C.285, Subd. 5.... Ifa. 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. ADDITIONAL SUBCONTRACTOR NAMES I Name of city where company home (Legal name of company as registered with the Secretary of State) office is located BID FORM ATTACHMENT A © 2017 Stontec 1 193803542 0041 13 - 5 i ADDITIONAL SUBCONTRACTOR NAMES Name of city where company home (Legal name of company as registered with the Secretary of State) I office is located SUPPLEMENTAL CERTIFICATION FOR ATTACHMENT A-2 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. Ao zed Sigatu of caner or Officer: Printed Name: Brent A Carron Titl . Date: Vice President 02/28/17 Company Name: Valley Paving Inc © 2017 Stontec 1 193803542 NOTARY PUL-C VINNES011 Caimi in Ewes Jw. 3.jF 1---------- ----------------- ------------------ --. -J END OF SECTION BID FORM ATTACHMENT A 0041 13-6 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Valley Paving, Inc. 880013th Ave E Shakopee, MN 55379 as Principal, hereinafter called Principal, and North American Specialty Insurance Company 650 Elm Street Manchester, NH 03101 a corporation duly organized under the laws of the State of New Hampshire as Surety, hereinafter called Surety, are held and firmly bound unto City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 as Obligee, hereinafter called Obligee, in the sum of Five Percent (50/6) of Total Amount Bid Dollars ( 5% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for (Here insert full name, address and description of project) 2017 Northwood North Area Infrastructure Improvements NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract With another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Si d and sealed t 28th day of February , 2017 . Valley Paving, Inc. ' (Princip al) (Witness) V I QA- Prt st- -if /-)( (T' North American Specialty Insurance Company .. (Surety) (Seal) (Witness) (Title) Lin Ulven, Attorney -in -Fact 1 — 1970 INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 CORPORATE ACKNOWLEDGMENT State of Minnesota ) ) ss County of"—%d* ) 6On this 28th day of February 2017 , before me appeared , to me personally known, who, being by me duly sworn, did say that he/she is the 2:? of Valley Paving, Inc. , a corporation, that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instru ent cUW In behalf of said corporation by authority of its Board of Dire rs, and that said acknowledged said instrument to be the free act and d4(e fAaid W00yo ation , Eq:f*jCcmissionE*,�5,,v LJ.JOHNSON-KADRLIK Nota ublic County, ARYPUBUC 01-IJESOTA M commission expires 31 Zd 3t 2020 Y p SURETY ACKNOWLEDGMENT State of Minnesota ) ) ss County of Hennepin ) On this 28th day of February 2017 , before me appeared Lin Ulven to me personally know, who being by me duly sworn, did say that (s)he is the Attorney -in -Fact of North American Specialty Insurance Company . a corporation, that the seal affixed to the foregoing instrument is the corporate seal of said corporation and that said instrument was executed in behalf of said corporation by authority of its Board of Directors; and that said Lin Ulven acknowledged said instrument to be the free act and deed of said corporation. NICOLE MARIE S1ILLINCS hA WOTARYPUBLIC -IVIINNI`-SOTA 4�My Commission Expiras Notary Public Dakota- ounty, Minnesota Janua131,2020 My commission expires 1/31/202Q NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY WESTPORT INSURANCE CORPORATION GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire and Washington Internnational Insurance Company a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, and Westport Insurance Corporation, organized under the laws of the State of Missouri, and having its principal office in the City of Overland Park, Kansas each does hereby make, constitute and appoint: R. W. FRANK. R. SCOTTEGGINTON, JOHN E. TAUER, CRAIG REMICK, JOSHUA R. LOFrtS, TINA L, DOMASK, ROSS S. SQUIRES, RACHEL. THOMAS, NICOLE STfl-L1NGS, SANDRA M. DOZE. JOHN W. WALSI I. BETSY WRIGHT, JEROME T. OU[ME"r, KURT C. LUNDRI.AD. ERIAN J. OF.STREICH, LIN ULVEN. EMLI,Y KEISER, TFD JORGP.NSEN, MEIANDA C aLODGETT, and R C, AOWMAN JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-inn-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of. ONE HUNDRED TWENTY FIVE MILLION This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on March 24. 2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached," 0`�' p110MA1� C74�O By Sl�l-Stcstn n imam. cn ar cr rrs en u ar ng rat utrrnn unn nsuraarr Cumpau?•n & Senior Vice President of Norlb American Specialty Insuranec Company& Senior Vice President of Westport lnsurance Corporation By i} Mike A. Ito, Senior Vice President of Washington laternatloual Insurance Company '�ibry+p,�uuatptM" & Senior Vice President of Narth American Specialty Insurance Company & Senior Vice President of WrdputI Insurance Corporal lon IN WITNESS WHEREOF, North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this this 21st day of February , 20 17 North American Specialty Insurance Company Washington International Insurance Company State of Illinois Westport Insurance Corporation County of Cook SS: On this 21st day of February , 20 17, before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation and Michael A. ito Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL t M KENNY `... LMY TARY PUBLIC, STATE OF IWNOIS COMMISSION EXPIRES 12/0412017 M. Kenny, Notary Public s I, Jeffrey Goldberg the duly elected Vice President and Assistant Secretary of North American Specialty insurance Company, Washington International Insurance Company and Westport Insurance Corporation do hereby certify that the above and foregoing is a true and con•ect copy of a Power of Attorney given by said North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation which is still in full force and effect, IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 28th day of February , 2017 Jeffrey Goldberg, Vice President & Assistant secretary of Washington International Insurance Company & North American Specialty Insurance Compmiy & Vice President & Assistant secretary or Westport lnsurance Cmpnrutiat ACORL�0 �, CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) 3/17/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsements . PRODUCER Associated Benefits and Risk Consulting 7555 Market Place Drive Eden Prairie MN 55344 CONTANAME: Kelly Grunerud PNGNE 952-947-9700 FAX 952-947-9793 E-MAIL , kelly.grunerud@associatedbrc.com Y�9 associatedbrc.com @ INSURERS AFFORDING COVERAGE NAIC N INSURER A:Zurich-American Ins. Group 40142 INSURED VALLE-1 INSURERB:Cincinnati Insurance Company 10677 Valley Paving, Inc. INSURERC:Zurich American Insurance Co. 16535 & River City Asphalt, Inc. 8800 13th Avenue East INSURER D INSURERE: Shakopee MN 55379 INSURER F : COVERAGES CERTIFICATE NUMBER: 429869440 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 CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDLSUBR INSD WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MMIDD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y GLOO171139-02 6/1/2016 6/1/2017 EACH OCCURRENCE $1,000,000 CLAIMS -MADE X� OCCUR DAMA E T RENTED PREMISES ,.occurrence $100,000 X MED EXP (Any one person) $10,000 Pollution PERSONAL & ADV INJURY $1.000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY FX­] PRO- EOLOC PRODUCTS-COMP/OPAGG $2,000,000 $ OTHER: A AUTOMOBILE LIABILITY Y Y BAP0171137-02 6/1/2016 6/1/2017 Ea accident $1,000,000 BODILY INJURY (Per person) $ X ANY AUTO AUTOS NED AUTODULED BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED PROPERTY DAMAGE Per accident $ $ EAUTOS B X UMBRELLA LIAB X OCCUR EXS0388583 6/1/2016 6/1/2017 EACH OCCURRENCE $10,000,000 AGGREGATE $10,000,000 EXCESS LIAB CLAIMS -MADE DED X RETENTION $10.000 $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE YIN OFFICER/MEMBER EXCLUDED? NIA WC0196191-00 6/1/2016 6/1/2017 PER OTH- X STATUTE ER E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT 1 $1,000,000 A Leased/Rented Equipment CPP 071141-02 6/1/2016 611/2017 Limit $650,000 Deductible $1,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) The following endorsements apply to the name(s)/project(s) listed below only if required by written contract or agreement: General Liability: U-GL-1175 04/13 Primary & Non -Contributory Additional Insured -Owners, Lessees or Contractors for Ongoing & Completed Operations; U-GL-925 Blanket Waiver of Subrogation, CG2417 10/01 Contractual Liability - Railroads, CG2414 4/13 Waiver of Governmental Immunity H Automobile: CA2048 10/13 Blanket Additional Insured; CA2070 10/13 Cov for Certain Ops - Railroad; MSC90B Motor Carrier; CA0444 Blanket Waiver of Subrogation / Umbrella follows underlying insurance forms. City of New Hope, Minnesota and Stantec Consulting Services, Inc. See Attached... CERTIFICATE HOLDER CANCELLATION City of New Hope, Minnesota 4401 Xylon Ave N. New Hope MN 55428 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. /AUTHORIZED REPRESENTATIVE © 1988-2014 ACORD CORPORATION. All rights reservea. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: VALLE-1 I0ZOX131 ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Associated Benefits and Risk Consulting Valley Paving, Inc. & River City Asphalt, Inc. 8800 13th Avenue East POLICY NUMBER Shakopee MN 55379 CARRIER 7IC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE RE: 2017 Northwood North Area Infrastructure Improvements, City Project Nos. 985 / Stantec Project No. 193803542 There is a 30 day notice of cancellation in favor of City of New Hope, Minnesota and Stantec Consulting Services, Inc. (10 days for non-payment of premium). ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD PERFORMANCE BOND Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. CONTRACTOR (Name and Address) Valley Paving, Inc. 8800 13th Ave E Shakopee, MN 55379 OWNER (Name and Address): City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 SURETY (Name, and Address of Principal Place of Business): North American Specialty Insurance Company 650 Elm Street Manchester, NH 03101 CONTRACT Effective Date of Agreement: March 13, 2017 Amount: $4,258,213.71 Description (Name and Location): 2017 Northwood North Area Infrastructure Improvements - City Project No. 985 BOND Bond Number: 2254817 Date (Not earlier than Effective Date of Agreement): March 17, 2017 Amount: $4,258,213.71 Modifications to this Bond Form: None Surety and Contractor, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Performance Bond to be duly executed by an authorized officer, agent, or representative. CONTRACTOR AS PRINCIPAL SURETY Valley Paving, Inc. (Seal) North American Specialty Insurance Company (Seal) Contractor's N me and Cp7rate Seal Surety's Na and Corporate Seal By: By: _ Si ture Si ature (Attac ow of Attorney) Brent A.Carron Print Name i Secretary Title Joshua R. I-oftis Print Name Attorney -in -Fact Title Attest: lgnature Surety Account Representative Title Note: Provide execution by additional parties, such as joint venturers, if necessary. EJCDC C-610 Performance Bond (2007) Prepared by the Engineers Joint Contract Documents Committee. 00 61 13.13 Page 1 of 3 Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to Owner for the performance of the Contract, which is incorporated herein by reference. 1. If Contractor performs the Contract, Surety and Contractor have no obligation under this Bond, except to participate in conferences as provided in Paragraph 2.1. 2. If there is no Owner Default, Surety's obligation under this Bond shall arise after: 2.1 Owner has notified Contractor and Surety, at the addresses described in Paragraph 9 below, that Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with Contractor and Surety to be held not later than 15 days after receipt of such notice to discuss methods of performing the Contract. If Owner, Contractor, and Surety agree, Contractor shall be allowed a reasonable time to perform the Contract, but such an agreement shall not waive Owner's right, if any, subsequently to declare a Contractor Default; and 2.2 Owner has declared a Contractor Default and formally terminated Contractor's right to complete the Contract. Such Contractor Default shall not be declared earlier than 20 days after Contractor and Surety have received notice as provided in Paragraph 2.1; and 2.3 Owner has agreed to pay the Balance of the Contract Price to: 1. Surety in accordance with the terms of the Contract; or 2. Another contractor selected pursuant to Paragraph 3.3 to perform the Contract. 3. When Owner has satisfied the conditions of Paragraph 2, Surety shall promptly, and at Surety's expense, take one of the following actions: 3.1 Arrange for Contractor, with consent of Owner, to perform and complete the Contract; or 3.2 Undertake to perform and complete the Contract itself, through its agents or through independent contractors; or 3.3 Obtain bids or negotiated proposals from qualified contractors acceptable to Owner for a contract for performance and completion of the Contract, arrange for a contract to be prepared for execution by Owner and contractor selected with Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Contract, and pay to Owner the amount of damages as described in Paragraph 5 in excess of the Balance of the Contract Price incurred by Owner resulting from Contractor Default; or 3.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor, and with reasonable promptness under the circumstances: 1. After investigation, determine the amount for which it may be liable to Owner and, as soon as practicable after the amount is determined, tender payment therefor to Owner; or 2. Deny liability in whole or in part and notify Owner citing reasons therefor. 4. If Surety does not proceed as provided in Paragraph 3 with reasonable promptness, Surety shall be deemed to be in default on this Bond 15 days after receipt of an additional written notice from Owner to Surety demanding that Surety perform its obligations under this Bond, and Owner shall be entitled to enforce any remedy available to Owner. If Surety proceeds as provided in Paragraph 3.4, and Owner refuses the payment tendered or Surety has denied liability, in whole or in part, without farther 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 5.1 The responsibilities of Contractor for correction of defective Work and completion of the Contract; 5.2 Additional legal, design professional, and delay costs resulting from Contractor's Default, and resulting from the actions of or failure to act of Surety under Paragraph 3; and 5.3 Liquidated damages, or if no liquidated damages are specified in the Contract, actual damages caused by delayed performance or non-performance of Contractor. 6. Surety shall not be liable to Owner or others for obligations of Contractor that are unrelated to the Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than Owner or its heirs, executors, administrators, or successors. 7. Surety hereby waives notice of any change, including changes of time, to Contract or to related subcontracts, purchase orders, and other obligations. 8. Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the Work or part of the Work is located, and shall be instituted within two years after Contractor Default or within two years after Contractor ceased working or within two years after Surety 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 sureties as a defense in the jurisdiction of the suit shall be applicable. 9. Notice to Surety, Owner, or Contractor shall be hailed or delivered to the address shown on the signature page. 10. When this Bond has been furnished to comply with a statutory requirement in the location where the Contract was to be performed, any provision in this Bond conflicting with said statutory requirement shall be deemed deleted herefrom and provisions conforming to such statutory requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 11. Definitions. 11.1 Balance of the Contract Price: The total amount payable by Owner to Contractor under the Contract after all proper adjustments have been made, including allowance to Contractor of any amounts received or to be received by Owner in settlement of insurance or other Claims for damages to which Contractor is entitled, reduced by all valid and proper payments made to or on behalf of Contractor under the Contract. 11.2 Contract: The agreement between Owner and Contractor identified on the signature page, including all Contract Documents and changes thereto. 11.3 Contractor Default: Failure of Contractor, which has neither been remedied nor waived, to perform or otherwise to comply with the terms of the Contract. 11.4 Owner Default: Failure of Owner, which has neither been remedied nor waived, to pay Contractor as required by the Contract or to perform and complete or otherwise comply with the other terms thereof. FOR INFORMATION ONLY — (Name, Address and Telephone) Surety Agency or Broker: Cobb Strecker Dunphy & Zimmermann, Inc., 150 S. 5th Street, Suite 2800, Minneapolis, MN 55402 _Owner's Representative (Engineer or other party):Stantec Consulting Services, Inc. 2335 Highway 36 West St. Paul, MN 55113 EJCDC C-610 Performance Bond (2007) Prepared by the Engineers Joint Contract Documents Committee. 00 6113.13 Pape 3 of PAYMENT BOND Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. CONTRACTOR (Name and Address) Valley Paving, Inc. 880013th Ave E Shakopee, MN 55379 OWNER (Name and Address): City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 CONTRACT Effective Date of Agreement: March 13, 2017 Amount: $4,258,213.71 SURETY (Name, and Address of Principal Place of Business): North American Specialty Insurance Company 650 Elm Street Manchester, NH 03101 Description (Name and Location): 2017 Northwood North Area Infrastructure Improvements - City Project No. 985 BOND Bond Number: 2254817 Date (Not earlier than Effective Date of Agreement): March 17, 2017 Amount: $4,258,213.71 Modifications to this Bond Form: None Surety and Contractor, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Payment Bond to be duly executed by an authorized officer, agent, or representative. CONTRACTOR AS PRINCIPAL SURETY Valley Paving, Inc. (Seal) North American Specialty Insurance Company (Seal) Contractor's ame and Corporate Seal Surety's Na e a d Corporate Seal By: By: Si ature S' ature (Atta ower Attorney) Attest: Brent A.Carron Print Name Secretary Title Joshua R. Loftis Print Name Attorney -in -Fact Title Attest: Signature Surety Account Representative 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 61 13.16 Page I of 3 1. Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to Owner to pay for labor, materials, and equipment furnished by Claimants for use in the performance of the Contract, which is incorporated herein by reference. 2. With respect to Owner, this obligation shall be null and void if Contractor: 2.1 Promptly makes payment, directly or indirectly, for all sums due Claimants, and 2.2 Defends, indemnifies, and holds harmless Owner from all claims, demands, liens, or suits alleging non-payment by Contractor by any person or entity who furnished labor, materials, or equipment for use in the performance of the Contract, provided Owner has promptly notified Contractor and Surety (at the addresses described in Paragraph 12) of any claims, demands, liens, or suits and tendered defense of such claims, demands, liens, or suits to Contractor and Surety, and provided there is no Owner Default. 3. With respect to Claimants, this obligation shall be null and void if Contractor promptly makes payment, directly or indirectly, for all sums due. 4. Surety shall have no obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a direct contract with Contractor have given notice to Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to Owner, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct contract with Contractor: 1. Have furnished written notice to Contractor and sent a copy, or notice thereof, to Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials or equipment were furnished or supplied, or for whom the labor was done or performed; and 2. Have either received a rejection in whole or in part from Contractor, or not received within 30 days of 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 Surety's expense take the following actions: 6.1 Send an answer to that Claimant, with a copy to Owner, within 45 days after receipt of the claim, 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 Page 2 of 3 9. Surety shall not be liable to Owner, Claimants, or others for obligations of Contractor that are unrelated to the Contract. Owner shall not be liable for payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 10. Surety hereby waives notice of any change, including changes of time, to the Contract or to related subcontracts, purchase orders, and other obligations. 11. No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the location in which the Work or part of the Work is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by Paragraph 4.1 or Paragraph 4.2.3, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Contract, whichever of (1) or (2) first occurs. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12. Notice to Surety, Owner, or Contractor shall be mailed or delivered to the addresses shown on the signature page. Actual receipt of notice by Surety, Owner, or Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13. When this Bond has been furnished to comply with a statutory requirement in the location where the Contract was to be performed, any provision in this Bond conflicting with said statutory requirement shall be deemed deleted herefrom and provisions conforming to such statutory requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory Bond and not as a common law bond. 14. Upon request of any person or entity appearing to be a potential beneficiary of this Bond, Contractor shall promptly 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 performance of the Work of Contractor and Contractor's subcontractors, and all other items for 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 thereof. FOR INFORMATION ONLY — (Name, Address, mid Telephone) Surety Agency or Broker: Cobb Strecker Dunphy & Zimmermann, Inc., 150 S. 5th Street, Suite 2800, Minneapolis, MN 55402 Owner's Representative (Engineer or other): Stantec Consulting Services, Inc. 2335 Highway 36 West St. Paul, MN 55113 EJCDC C-615 Payment Bond (2007) Prepared by the Engineers Joint Contract Documents Committee. 00 61 13.16 Page 3 of 3 CORPORATE ACKNOWLEDGMENT State of Minnesota ) ) ss County of Scott ) On this 1 7th day of March 2017 , before me appeared Brent A. Carron to me personally known, who, being by me duly sworn, did say that he/she is the Vic Pr i d n of Valley Paving, Inc. , a corporation, that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was executed in behalf of said corporation by authority of its Board of Directorypnd that said Vice President acknowledged said instrument to be the free act and deed 964id corporation. /�, CAROL J. JOHNSON.KApRLIK NOTARY PUBLIC .IIM�NIMOTA meson i MY Canrnkaion Exp rep Jn. 31, IOQO State of Minnesota ) ) ss County of Hennepin ) Notary Public tt County, MN My commission expires 1 /31 /2020 SURETY ACKNOWLEDGMENT On this 17th day of March 2017 , before me appeared Joshua R. Loftis , to me personally know, who being by me duly sworn, did say that (s)he is the Attorney -in -Fact of North American Specialty Insurance Company , a corporation, that the seal affixed to the foregoing instrument is the corporate seal of said corporation and that said instrument was executed in behalf of said corporation by authority of its Board of Directors; and that said Joshua R. Loftis acknowledged said instrument to be the free act and deed of said corporation. 4 LIN ULVEN PUB,JC - MiNNESOTA My Commission Expires January 31, 2020 Notary Public Ramsey County, Minnesota My commission expires 1/31/2020 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY WESTPORT INSURANCE CORPORATION GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire and Washington International Insurance Company a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, and Westport Insurance Corporation, organized under the laws of the State of Missouri, and having its principal office in the City of Overland Park, Kansas each does hereby make, constitute and appoint: R. W. FRANK, R. SCOTT EGGINTON, JOHN E. TAUER, CRAIG REMICK, JOSHUA R. LOFTIS, TINA L. DOMASK, ROSS S. SQUIRES, RACHEL THOMAS, NICOLE STILLINGS, SANDRA M. DOZE, JOHN W. WALSH, BETSY WRIGHT, JEROME T. OUIMET, KURT C. LUNDBLAD, BRIAN J. OESTREICH, LIN ULVEN, EMILY KEISER, TED JORGENSEN, MELINDA C. BLODGETT. and R.C. BOWMAN JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: ONE HUNDRED TWENTY FIVE MILLION This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on March 24, 2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." By Steven Anderson, error icePresidento Washington international nsuranceCompany ��j ccCC--,,1f�r & Senior Vice President of North American Specialty Insurance Company A �7GI'Y. �; Ja By 16 & Senior Vice President of Westport Insurance Corporation ft Mike A. Ito, Senior Vice President of Washington International Insurance Company t� & Senior Vice President of North American Specialty Insurance Company & Senior Vice President of Westport Insurance Corporation IN WITNESS WHEREOF, North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this this 21 st day of February , 20 17 North American Specialty Insurance Company Washington International Insurance Company State of Illinois Westport Insurance Corporation County of Cook Ss: On this 21st day of February , 20 17, before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation and Michael A. Ito Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL M KENNY NOTARY PUBLIC, STATE OF IWNOIS MY COMMISSION EXPIRES 12/04I2017 M. Kenny, Notary Public I, Jeffrey Goldberg , the duly elected Vice President and Assistant Secretary of North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company, Washington Intemational Insurance Company and Westport Insurance Corporation which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 17th day of March 12017 Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company & Vice President & Assistant Secretary of Westport Insurance Corporation SECTION 00 52 10 AGREEMENT FORM THIS AGREEMENT is by and between the City of New Hope, Minnesota (hereinafter called Owner) and Valley Paving, 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: 2017 Northwood North Area Infrastructure Improvements. ARTICLE 2 - THE PROJECT 2.01 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: 2017 Northwood North Area Infrastructure Improvements for the City of New Hope, Minnesota. ARTICLE 3- ENGINEER 3.01 The Project has been designed by Stantec (Engineer), who is to act as Owner's representative, assume all duties and responsibilities, and will have the rights and authority assigned to Engineer in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. ARTICLE 4 - CONTRACT TIMES 4.01 Time of the Essence A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. 4.02 Dates for Substantial Completion and Final Payment A. The Work will be substantially completed on or before September 29, 2017, and completed and ready for Final Payment in accordance with Paragraph 14.07 of the General Conditions on or before June 30, 2018. 4.03 Dates for Milestones A. The following Milestones, as defined in the Supplemental Conditions (Section 00 73 05) of the Project Manual, will be completed by the following dates. l . Paving on mill and overlay routes must be completed within 21 calendar days of milling. 2. Pavement cannot be removed from any Phase 2 streets until at least 75-percent (by length) of the streets in Phase 1 have all toleranced class 5 aggregate base material installed on the roadways. 3. If Alternate No. 2 is awarded, all work, including restoration, must be completed within 45 calendar days of beginning of work on Alternate No. 2, including removals. AGREEMENT FORM © 2017 Stantec 1193803542 00 52 10 - 1 4.04 Incentives A. In the event that all Phase 1 and Phase 2 Work (including Alternate No. 1, if awarded) as identified in the Drawings and Project Manual is completed by the specified substantial completion date of September 29, 2017, payment otherwise due in the Contract will be adjusted with a lump sum incentive payment of $40,000.00 via Change Order. Payment of the incentive will be made within 30 calendar days after the above mentioned completion date. B. Absolutely no adjustments in the completion date or completion requirements will be made for any reason in determining eligibility of incentives payment. 4.05 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 suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty), Contractor shall pay Owner $1000 for each day that expires after the time specified in Paragraph 4.02 for Milestones and Substantial Completion until the Work is Substantially Complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining work within the Contract Time or any proper extension thereof granted by Owner, Contractor shall pay Owner $1000 for each day that expires after the time specified in Paragraph 4.02 for completion and readiness for Final Payment until the Work is completed and ready for Final Payment. ARTICLE 5 - CONTRACT PRICE 5.01 Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents an amount in current funds as follows: A. For all Work at the prices stated in Contractor's Bid, attached hereto as an exhibit. The Bid prices for Unit Price Work set forth as of the Effective Date of the Agreement are based on estimated quantities. As provided in Paragraph 11.03 of the General Conditions, estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by Engineer as provided in Paragraph 9.07 of the General Conditions. B. Original Contract Amount is based on the Total Base Bid, plus Alternates 1 and 2 for a total of Four Million, Two Hundred Fifty -Eight Thousand, Two Hundred Thirteen Dollars and Seventy -One Cents ($4,258,213.71). 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 AGREEMENT FORM © 2017 Stantec 1193803542 00 52 10 - 2 (� A. Owner shall make progress payments on account of the Contract Price on the basis of f 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). 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." AGREEMENT FORM © 2017 Stantec 1193803542 00 52 10 - 3 E. Contractor considered the information known to Contractor, information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Contract Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work, (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, including any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Contract Documents; and (3) Contractor's safety precaution programs. F. Based on the information and observations referred to in Paragraph 8.01.E above, Contractor does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 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: l . 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: 2017 Northwood North Area Infrastructure Improvements. 7. Addenda (Numbers 1 to 2, inclusive). 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. AGREEMENT FORM © 2017 Stantec 1193803542 0052 10 - 4 j ARTICLE 10 - MISCELLANEOUS 10.01 Terms A. Terms used in this Agreement will have the meanings stated in the General Conditions and the Supplementary Conditions. 10.02 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 10.03 Successors and Assigns A. Owner and Contractor each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 10.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 10.05 Contractor's Certifications A. Contractor certifies that it has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for or in executing the Contract. For the purposes of this Paragraph 10.05: 1. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process or in the Contract execution; 2. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process or the execution of the Contract to the detriment of Owner, (b) to establish Bid or Contract prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition; 3. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish Bid prices at artificial, non-competitive levels; and 4. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. AGREEMENT FORM © 2017 Stantec 1193803542 0052 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 13, 2017 (which is the Effective Date of the Agreement). Owner: City of Hope, Minnesota G By: - A�--' �Ii"\ J Attest: G'(,+✓.f�c'.0 C%�I� Address for giving notices: CITY CLERK CITY OF NEW HOPE 4401 XYLON AVENUE NORTH NEW HOPE, MN 55428 Designated Representative: Name: KIRK McDONALD Title: CITY MANAGER Address: 4401 XYLON AVE NO NEW HOPE, MN 55428 Phone: 763-531-5100 Facsimile: 763-531-5136 Contractor: Valley Pclving, Inc. Ry: Attest: Address for giving notices: -61 e �5 License No.: (Where Applicable) Designated Representative: Name: 1 )r�11 A V1 Title: Address: Jale �,1�� pee, l�✓� ����1 Phone: END OF SECTION AGREEMENT FORM © 2017 Stantec 1193803542 0052 10 - 6 ME PERFORMANCE 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 Performance Bond to be duly executed by an authorized officer, agent, or representative. CONTRACTOR AS PRINCIPAL SURETY (Seal) (Seal) Contractor's Name and Corporate Seal Surety's Name and Corporate Seal r By: By: Signature Signature (Attach Power of Attorney) Print Name Print Name Title Title Attest: Attest: Signature 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 6113.13 Paae 1 of 3 Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to Owner for the performance of the Contract, which is incorporated herein by reference. 1. If Contractor performs the Contract, Surety and Contractor have no obligation under this Bond, except to participate in conferences as provided in Paragraph 2.1. 2. If there is no Owner Default, Surety's obligation under this Bond shall arise after: 2.1 Owner has notified Contractor and Surety, at the addresses described in Paragraph 9 below, that Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with Contractor and Surety to be held not later than 15 days after receipt of such notice to discuss methods of performing the Contract. If Owner, Contractor, and Surety agree, Contractor shall be allowed a reasonable time to perform the Contract, but such an agreement shall not waive Owner's right, if any, subsequently to declare a Contractor Default; and 2.2 Owner has declared a Contractor Default and formally terminated Contractor's right to complete the Contract. Such Contractor Default shall not be declared earlier than 20 days after Contractor and Surety have received notice as provided in Paragraph 2. l; and 2.3 Owner has agreed to pay the Balance of the Contract Price to: 1. Surety in accordance with the terms of the Contract; or 2. Another contractor selected pursuant to Paragraph 3.3 to perform the Contract. 3. When Owner has satisfied the conditions of Paragraph 2, Surety shall promptly, and at Surety's expense, take one of the following actions: 3.1 Arrange for Contractor, with consent of Owner, to perform and complete the Contract; or 3.2 Undertake to perform and complete the Contract itself, through its agents or through independent contractors; or 3.3 Obtain bids or negotiated proposals from qualified contractors acceptable to Owner for a contract for performance and completion of the Contract, arrange for a contract to be prepared for execution by Owner and contractor selected with Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Contract, and pay to Owner the amount of damages as described in Paragraph 5 in excess of the Balance of the Contract Price incurred by Owner resulting from Contractor Default; or 3.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor, and with reasonable promptness under the circumstances: 1. After investigation, determine the amount for which it may be liable to Owner and, as soon as practicable after the amount is determined, tender payment therefor to Owner; or 2. Deny liability in whole or in part and notify Owner citing reasons therefor. 4. If Surety does not proceed as provided in Paragraph 3 with reasonable promptness, Surety shall be deemed to be in default on this Bond 15 days after receipt of an additional written notice from Owner to Surety demanding that Surety perform its obligations under this Bond, and Owner shall be entitled to enforce any remedy available to Owner. If Surety proceeds as provided in Paragraph 3.4, and Owner refuses the payment tendered or Surety has denied liability, in whole or in part, without further notice Owner shall be entitled to enforce any remedy available to Owner. 5. After Owner has terminated Contractor's right to complete the Contract, and if Surety elects to act under Paragraph 3.1, 3.2, or 3.3 above, then the responsibilities of Surety to Owner shall not be greater than those of Contractor under the Contract, and the responsibilities of Owner to Surety shall not be greater than those of Owner under the Contract. To the limit of the amount of this Bond, but subject to commitment by Owner of the Balance of the Contract Price to mitigation of costs and damages on the Contract, Surety is obligated without duplication for: EJCDC C-610 Performance Bond (2007) Prepared by the Engineers Joint Contract Documents Committee. 00 6113.13 Paee 2 of 3 5.1 The responsibilities of Contractor for correction of defective Work and completion of the Contract; 5.2 Additional legal, design professional, and delay costs resulting from Contractor's Default, and resulting from the actions of or failure to act of Surety under Paragraph 3; and 5.3 Liquidated damages, or if no liquidated damages are specified in the Contract, actual damages caused by delayed performance or non-performance of Contractor. 6. Surety shall not be liable to Owner or others for obligations of Contractor that are unrelated to the Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than Owner or its heirs, executors, administrators, or successors. 7. Surety hereby waives notice of any change, including changes of time, to Contract or to related subcontracts, purchase orders, and other obligations. 8. Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the Work or part of the Work is located, and shall be instituted within two years after Contractor Default or within two years after Contractor ceased working or within two years after Surety 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 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 c page. 10. When this Bond has been furnished to comply with a statutory requirement in the location where the Contract was to be performed, any provision in this Bond conflicting with said statutory requirement shall be deemed deleted herefrom and provisions conforming to such statutory requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 11. Definitions. 11.1 Balance of the Contract Price: The total amount payable by Owner to Contractor under the Contract after all proper adjustments have been made, including allowance to Contractor of any amounts received or to be received by Owner in settlement of insurance or other Claims for damages to which Contractor is entitled, reduced by all valid and proper payments made to or on behalf of Contractor under the Contract. 11.2 Contract: The agreement between Owner and Contractor identified on the signature page, including all Contract Documents and changes thereto. 11.3 Contractor Default: Failure of Contractor, which has neither been remedied nor waived, to perform or otherwise to comply with the terms of the Contract. 11.4 Owner Default: Failure of Owner, which has neither been remedied nor waived, to pay Contractor as required by the Contract or to perform and complete or otherwise comply with the other terms thereof. FOR INFORMATION ONLY — (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 Paae 3 of 3 This Page Left Blank Intentionally i PAYMENT BOND I 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 (Seal) (Seal) Contractor's Name and Corporate Seal Surety's Name and Corporate Seal By: By: Signature Signature (Attach Power of Attorney) Print Name Print Name Title Title Attest: Attest: Signature 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 Page 1 of 3 1. Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to Owner to pay for labor, materials, and equipment furnished by Claimants for use in the performance of the Contract, which is incorporated herein by reference. 2. With respect to Owner, this obligation shall be null and void if Contractor: 2.1 Promptly makes payment, directly or indirectly, for all sums due Claimants, and 2.2 Defends, indemnifies, and holds harmless Owner from all claims, demands, liens, or suits alleging non-payment by Contractor by any person or entity who furnished labor, materials, or equipment for use in the performance of the Contract, provided Owner has promptly notified Contractor and Surety (at the addresses described in Paragraph 12) of any claims, demands, liens, or suits and tendered defense of such claims, demands, liens, or suits to Contractor and Surety, and provided there is no Owner Default. 3. With respect to Claimants, this obligation shall be null and void if Contractor promptly makes payment, directly or indirectly, for all sums due. 4. Surety shall have no obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a direct contract with Contractor have given notice to Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to Owner, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct contract with Contractor: 1. Have furnished written notice to Contractor and sent a copy, or notice thereof, to Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials or equipment were furnished or supplied, or for whom the labor was done or performed; and 2. Have either received a rejection in whole or in part from Contractor, or not received within 30 days of 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 Surety's expense take the following actions: 6.1 Send an answer to that Claimant, with a copy to Owner, within 45 days after receipt of the claim, 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 Page 2 of 3 F, 9. Surety shall not be liable to Owner, Claimants, or others for obligations of Contractor that are unrelated to the Contract. Owner shall not be liable for payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 10. Surety hereby waives notice of any change, including changes of time, to the Contract or to related subcontracts, purchase orders, and other obligations. 11. No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the location in which the Work or part of the Work is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by Paragraph 4.1 or Paragraph 4.2.3, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Contract, whichever of (1) or (2) first occurs. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12. Notice to Surety, Owner, or Contractor shall be mailed or delivered to the addresses shown on the signature page. Actual receipt of notice by Surety, Owner, or Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13. When this Bond has been furnished to comply with a statutory requirement in the location where the Contract was to be performed, any provision in this Bond conflicting with said statutory requirement shall be deemed deleted herefrom and provisions conforming to such statutory requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory Bond and not as a common law bond. 14. Upon request of any person or entity appearing to be a potential beneficiary of this Bond, Contractor shall promptly 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 r performance of the Work of Contractor and Contractor's subcontractors, and all other items for 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 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 6113.16 Page 3 of 3 This Page Left Blank Intentionally r-1 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 ZEN ACEC sd iAlPiti(:.V': COUNCIL OF ENGINMING COW..3\I!S 3 K I L I `ANE4Cw�� INTAOAITT lLIONS AMU merican Society National Society of Professional Engineers Civil 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 IV 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 wwxv.nspe.orR American Council of Engineering Companies 1015 15th Street N.W., Washington, DC 20005 (202) 347-7474 www.acec.or,Q 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.orQ 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 i` r STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 — Definitions and Terminology................................................................................................. 1 1.01 Defined Terms.................................................................................................................... 1 1.02 Terminology........................................................................................................................5 Article2 — Preliminary Matters............................................................................................................... 6 2.01 Delivery of Bonds and Evidence of Insurance...................................................................... 6 2.02 Copies of Documents.......................................................................................................... 6 2.03 Commencement of Contract Times; Notice to Proceed........................................................ 6 2.04 Starting the Work................................................................................................................ 7 2.05 Before Starting Construction............................................................................................... 7 2.06 Preconstruction Conference; Designation of Authorized Representatives ............................. 7 2.07 Initial Acceptance of Schedules........................................................................................... 7 Article 3 — Contract Documents: Intent, Amending, Reuse.................................................................... 8 3.01 Intent.................................................................................................................................. 8 3.02 Reference Standards............................................................................................................ 8 3.03 Reporting and Resolving Discrepancies............................................................................... 9 3.04 Amending and Supplementing Contract Documents............................................................ 9 3.05 Reuse of Documents......................................................................................................... 10 3.06 Electronic Data................................................................................................................. 10 Article 4 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental r Conditions; Reference Points................................................................................................. 11 4.01 Availability of Lands......................................................................................................... 11 4.02 Subsurface and Physical Conditions................................................................................... 11 4.03 Differing Subsurface or Physical Conditions...................................................................... 12 4.04 Underground Facilities...................................................................................................... 13 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.................................................................. 21 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 00 72 05 5.09 Acceptance of Bonds and Insurance; Option to Replace .................................................... 21 5.10 Partial Utilization, Acknowledgment of Property Insurer ................................................... 22 Article 6 - Contractor's Responsibilities............................................................................................... 22 6.01 Supervision and Superintendence...................................................................................... 22 6.02 Labor; Working Hours...................................................................................................... 22 6.03 Services, Materials, and Equipment................................................................................... 23 6.04 Progress Schedule............................................................................................................. 23 6.05 Substitutes and "Or-Equals".............................................................................................. 23 6.06 Concerning Subcontractors, Suppliers, and Others............................................................ 26 6.07 Patent Fees and Royalties.................................................................................................. 27 6.08 Permits..............................................................................................................................28 6.09 Laws and Regulations....................................................................................................... 28 6.10 Taxes................................................................................................................................ 28 6.11 Use of Site and Other Areas.............................................................................................. 28 6.12 Record Documents............................................................................................................ 29 6.13 Safety and Protection........................................................................................................ 29 6.14 Safety Representative........................................................................................................ 30 6.15 Hazard Communication Programs..................................................................................... 31 6.16 Emergencies......................................................................................................................31 6.17 Shop Drawings and Samples............................................................................................. 31 6.18 Continuing the Work......................................................................................................... 33 6.19 Contractor's General Warranty and Guarantee.................................................................. 33 6.20 Indemnification................................................................................................................. 34 6.21 Delegation of Professional Design Services....................................................................... 34 Article7 - Other Work at the Site........................................................................................................ 35 7.01 Related Work at Site......................................................................................................... 35 7.02 Coordination.....................................................................................................................36 7.03 Legal Relationships........................................................................................................... 36 Article 8 - Owner's Responsibilities..................................................................................................... 36 8.01 Communications to Contractor.......................................................................................... 36 8.02 Replacement of Engineer................................................................................................... 37 8.03 Furnish Data..................................................................................................................... 37 8.04 Pay When Due.................................................................................................................. 37 8.05 Lands and Easements; Reports and Tests........................................................................... 37 8.06 Insurance.......................................................................................................................... 37 8.07 Change Orders.................................................................................................................. 37 8.08 Inspections, Tests, and Approvals..................................................................................... 37 8.09 Limitations on Owner's Responsibilities............................................................................ 37 8.10 Undisclosed Hazardous Environmental Condition.............................................................. 38 8.11 Evidence of Financial Arrangements.................................................................................. 38 8.12 Compliance with Safety Program....................................................................................... 38 Article 9 - Engineer's Status During Construction................................................................................ 38 9.01 Owner's Representative.................................................................................................... 38 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Pace ii 00 72 05 I 9.02 Visits to Site..................................................................................................................... 38 9.03 Project Representative....................................................................................................... 39 9.04 Authorized Variations in Work.......................................................................................... 39 9.05 Rejecting Defective Work................................................................................................. 39 i 9.06 Shop Drawings, Change Orders and Payments.................................................................. 39 9.07 Determinations for Unit Price Work.................................................................................. 40 r 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 t10.05 Claims...............................................................................................................................42 Article 11 - Cost of the Work; Allowances; Unit Price Work................................................................ 43 11.01 Cost of the Work.............................................................................................................. 43 11.02 Allowances....................................................................................................................... 46 11.03 Unit Price Work................................................................................................................ 46 r-� Article 12 - Change of Contract Price; Change of Contract Times ........................................................ 47 12.01 Change of Contract Price.................................................................................................. 47 12.02 Change of Contract Times................................................................................................. 48 12.03 Delays...............................................................................................................................48 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work .................. 49 13.01 Notice of Defects.............................................................................................................. 49 13.02 Access to Work................................................................................................................. 49 13.03 Tests and Inspections........................................................................................................ 49 13.04 Uncovering Work.............................................................................................................. 50 13.05 Owner May Stop the Work............................................................................................... 51 13.06 Correction or Removal of Defective Work........................................................................ 51 13.07 Correction Period.............................................................................................................. 51 13.08 Acceptance of Defective Work.......................................................................................... 52 13.09 Owner May Correct Defective Work................................................................................. 52 Article 14 - Payments to Contractor and Completion........................................................................... 53 14.01 Schedule of Values............................................................................................................ 53 14.02 Progress Payments............................................................................................................ 53 14.03 Contractor's Warranty of Title.......................................................................................... 56 14.04 Substantial Completion...................................................................................................... 56 14.05 Partial Utilization.............................................................................................................. 57 14.06 Final Inspection................................................................................................................. 58 14.07 Final Payment.................................................................................................................... 58 14.08 Final Completion Delayed................................................................................................. 59 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Paee iii 00 72 05 14.09 Waiver of Claims............................................................................................................... 59 Article 15 — Suspension of Work and Termination................................................................................ 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. Pace iv 00 72 05 r., ARTICLE 1— DEFINITIONS AND TERMINOLOGY r 1.01 Defined Terms A. Wherever used in the Bidding Requirements or Contract Documents and printed with initial capital letters, the terms listed below will have the meanings indicated which are applicable to both the singular and plural thereof. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda —Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement —The written instrument which is evidence of the agreement between Owner and Contractor covering the Work. 3. Application for Payment —The form acceptable to Engineer which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Bid —The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 6. Bidder —The individual or entity who submits a Bid directly to Owner. 7. Bidding Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 8. Bidding Requirements —The advertisement or invitation to bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 9. Change Order —A document recommended by Engineer which is signed by Contractor and Owner and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. 10. Claim —A demand or assertion by Owner or Contractor seeking an adjustment of Contract Price or Contract Times, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Claim. 11. Contract —The entire and integrated written agreement between the Owner and Contractor concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. 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. Pam 2 of 62 00 72 05 25. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 26. Milestone —A principal event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. 27. Notice of Award —The written notice by Owner to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, Owner will sign and deliver the Agreement. 28. Notice to Proceed —A written notice given by Owner to Contractor fixing the date on which the Contract Times will commence to run and on which Contractor shall start to perform the Work under the Contract Documents. 29. Owner —The individual or entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 30. PCBs —Polychlorinated biphenyls. 31. Petroleum —Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 32. Progress Schedule —A schedule, prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Times. 33. Project —The total construction of which the Work to be performed under the Contract Documents may be the whole, or a part. 34. Project Manual —The bound documentary information prepared for bidding and constructing the Work. A listing of the contents of the Project Manual, which may be bound in one or more volumes, is contained in the table(s) of contents. 35. Radioactive Material —Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 36. Resident Project Representative —The authorized representative of Engineer who may be assigned to the Site or any part thereof. 37. Samples —Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 38. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 3 of 62 00 72 05 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. Pace 4 of 62 00 r 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 f A. The words and terms discussed in Paragraph 1.02.B through F are not defined but, when used t— in the Bidding Requirements or Contract Documents, have the indicated meaning. L B. Intent of Certain Terms or Adjectives: 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of professional judgment by Engineer. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of Engineer as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective is not intended to and shall not be effective to assign to Engineer any duty or authority to supervise or direct the performance of the Work, or any duty or authority to undertake responsibility contrary to the provisions of Paragraph 9.09 or any other provision of the Contract Documents. C. Day: 1. The word "day" means a calendar day of 24 hours measured from midnight to the next midnight. D. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Paae 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 ran 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. Paee 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 t-4 to act as its authorized representative with respect to the services and responsibilities under the Contract. Such individuals shall have the authority to transmit instructions, receive information, render decisions relative to the Contract, and otherwise act on behalf of each respective party. 2.07 Initial Acceptance of Schedules A. At least 10 days before submission of the first Application for Payment a conference attended by Contractor, Engineer, and others as appropriate will be held to review for acceptability to Engineer as provided below the schedules submitted in accordance with Paragraph 2.05.A. Contractor shall have an additional 10 days to make corrections and adjustments and to EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 7 of 62 00 72 05 complete and resubmit the schedules. No progress payment shall be made to Contractor until acceptable schedules are submitted to Engineer. 1. The Progress Schedule will be acceptable to Engineer if it provides an orderly progression of the Work to completion within the Contract Times. Such acceptance will not impose on Engineer responsibility for the Progress Schedule, for sequencing, scheduling, or progress of the Work, nor interfere with or relieve Contractor from Contractor's full responsibility therefor. 2. Contractor's Schedule of Submittals will be acceptable to Engineer if it provides a workable arrangement for reviewing and processing the required submittals. 3. Contractor's Schedule of Values will be acceptable to Engineer as to form and substance if it provides a reasonable allocation of the Contract Price to component parts of the Work. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to Owner. C. Clarifications and interpretations of the Contract Documents shall be issued by Engineer as provided in Article 9. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of Owner, Contractor, or Engineer, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to Owner, Engineer, or any of their officers, directors, members, partners, EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 8 of 62 00 72 05 employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein and all applicable field measurements. Contractor shall promptly report in writing to Engineer any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from Engineer before proceeding with any Work affected thereby. 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 l� 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 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 3.05 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. 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 r- 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 u Conditions. Except for such reliance on such "technical data," Contractor may not rely upon or make any claim against Owner or Engineer, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 11 of 62 00 72 05 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.16.A), notify Owner and Engineer in writing about such condition. Contractor shall not further disturb such condition or perform any Work in connection therewith (except as aforesaid) until receipt of written order to do so. B. Engineer's Review: After receipt of written notice as required by Paragraph 4.03.A, Engineer will promptly review the pertinent condition, determine the necessity of Owner's obtaining additional exploration or tests with respect thereto, and advise Owner in writing (with a copy to Contractor) of Engineer's findings and conclusions. C. Possible Price and Times Adjustments: 1. The Contract Price or the Contract Times, or both, will be equitably adjusted to the extent that the existence of such differing subsurface or physical condition causes an increase or decrease in Contractor's cost of, or time required for, performance of the Work; subject, however, to the following: a. such condition must meet any one or more of the categories described in Paragraph 4.03.A; and b. with respect to Work that is paid for on a unit price basis, any adjustment in Contract Price will be subject to the provisions of Paragraphs 9.07 and 11.03. 2. Contractor shall not be entitled to any adjustment in the Contract Price or Contract Times if: a. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to Owner with respect to Contract Price and Contract Times by the submission of a Bid or becoming bound under a negotiated contract; or b. the existence of such condition could reasonably have been discovered or revealed as a result of any examination, investigation, exploration, test, or study of the Site and EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Paee 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. Pace 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: (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed safely. If Owner and Contractor cannot agree as to entitlement to or on the amount or extent, if any, of any adjustment in Contract Price or Contract Times, or both, as a result of such Work stoppage or such special conditions under which Work is agreed to be resumed by Contractor, either party may make a Claim therefor as provided in Paragraph 10.05. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then Owner may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. If Owner and Contractor cannot agree as to entitlement to or on the amount or extent, if any, of an adjustment in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a Claim therefor as provided in Paragraph 10.05. Owner may have such deleted portion of the Work performed by Owner's own forces or others in accordance with Article 7. G. To the fullest extent permitted by Laws and Regulations, Owner shall indemnify and hold harmless Contractor, Subcontractors, and Engineer, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition, provided that such Hazardous Environmental Condition: (i) was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be included within the scope of the Work, and (ii) was not created by Contractor or by anyone for whom Contractor is EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 15 of 62 00 72 05 responsible. Nothing in this Paragraph 4.06.G shall obligate Owner to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.1-1 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 list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the 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 5.0l.B and 5.02. 5.02 Licensed Sureties and Insurers A. All bonds and insurance required by the Contract Documents to be purchased and maintained by Owner or Contractor shall be obtained from surety or insurance companies that are duly EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Paee 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. Paze 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 t 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. 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 thereon 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 62 00 72 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.B shall contain provisions to the effect that in the event of payment of any such loss, damage, or consequential loss, the insurers will have no rights of recovery against Contractor, Subcontractors, or Engineer, and the officers, directors, 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 5.08.13. 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 2.01.B. Owner and Contractor shall each provide to the other such additional information in respect of insurance provided as the other may reasonably request. If either party does not purchase or maintain all of the bonds EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page'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 equipment. C. All materials and equipment shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 6.04 Progress Schedule A. Contractor shall adhere to the Progress Schedule established in accordance with Paragraph 2.07 as it may be adjusted from time to time as provided below. 1. Contractor shall submit to Engineer for acceptance (to the extent indicated in Paragraph 2.07) proposed adjustments in the Progress Schedule that will not result in changing the Contract Times. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Proposed adjustments in the Progress Schedule that will change the Contract Times shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Times may only be made by a Change Order. 6.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or tz; description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment or material or equipment of other Suppliers may be submitted to Engineer for review under the circumstances described below. 1. "Or -Equal" Items: If in Engineer's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by Engineer as an "or -equal" item, in which case review and approval of the proposed item may, in Engineer's sole discretion, be accomplished without compliance with some or all of the requirements EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 23 of 62 00 72 05 for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if. a. in the exercise of reasonable judgment Engineer determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service. b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the Owner or increase in Contract Times; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in Engineer's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it will be considered a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow Engineer to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by Engineer from anyone other than Contractor. c. The requirements for review by Engineer will be as set forth in Paragraph 6.05.A.2.d, as supplemented by the General Requirements, and as Engineer may decide is appropriate under the circumstances. d. Contractor shall make written application to Engineer for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design, b) be similar in substance to that specified, and c) be suited to the same use as that specified; EJCDC C-700 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 6.05.13. Engineer may require Contractor to furnish additional data about the proposed substitute item. Engineer will be the sole judge of acceptability. No "or equal" or substitute will be ordered, installed or utilized until Engineer's review is complete, which will be evidenced by a Change Order in the case of a substitute and an approved Shop Drawing for an "or equal." Engineer will advise Contractor in writing of any negative determination. D. Special Guarantee: Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. E. Engineer's Cost Reimbursement: Engineer will record Engineer's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not Engineer approves a substitute so proposed or submitted by Contractor, Contractor shall reimburse Owner for the reasonable charges of Engineer for evaluating each such proposed substitute. Contractor shall also reimburse Owner for the reasonable charges of EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. 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 6.06.13), whether initially or as a replacement, against whom Owner may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection. B. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, or other individuals or entities to be submitted to Owner in advance for acceptance by Owner by a specified date prior to the Effective Date of the Agreement, and if Contractor has submitted a list thereof in accordance with the Supplementary Conditions, Owner's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the Bidding Documents or the Contract Documents) of any such Subcontractor, Supplier, or other individual or entity so identified may be revoked on the basis of reasonable objection after due investigation. Contractor shall submit an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity, and the Contract Price will be adjusted by the difference in the cost occasioned by such replacement, and 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. Paae 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. l 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 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 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 14.073 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 C 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 30 of 62 00 72 05 6.15 Hazard Communication Programs A. Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers at the Site in accordance with Laws or Regulations. 6.16 Emergencies A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give Engineer prompt written notice if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If Engineer determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Work Change Directive or Change Order will be issued. 6.17 Shop Drawings and Samples A. Contractor shall submit Shop Drawings and Samples to Engineer for review and approval in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as Engineer may require. 1. Shop Drawings: a. Submit number of copies specified in the General Requirements. b. Data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show Engineer the services, materials, and equipment Contractor proposes to provide and to enable Engineer to review the information for the limited purposes required by Paragraph 6.17.D. 2. Samples: a. Submit number of Samples specified in the Specifications. b. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as Engineer may require to enable Engineer to review the submittal for the limited purposes required by Paragraph 6.17.D. B. Where a Shop Drawing or Sample is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to Engineer's review and approval of the pertinent submittal will be at the sole expense and responsibility of Contractor. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 31 of 62 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 CQ 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: U 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 coordination. 7.03 Legal Relationships A. Paragraphs 7.01.A and 7.02 are not applicable for utilities not under the control of Owner. B. Each other direct contract of Owner under Paragraph 7.01.A shall provide that the other contractor is liable to Owner and Contractor for the reasonable direct delay and disruption costs incurred by Contractor as a result of the other contractor's wrongful actions or inactions. C. Contractor shall be liable to Owner and any other contractor under direct contract to Owner for the reasonable direct delay and disruption costs incurred by such other contractor as a result of Contractor's wrongful action or inactions. ARTICLE 8 — OWNER'S RESPONSIBILITIES 8.01 Communications to Contractor A. Except as otherwise provided in these General Conditions, Owner shall issue all communications to Contractor through Engineer. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Pace 36 of 62 00 72 05 r„_ 8.02 Replacement of Engineer A. In case of termination of the employment of Engineer, Owner shall appoint an engineer to whom Contractor makes no reasonable objection, whose status under the Contract Documents shall be that of the former Engineer. 8.03 Furnish Data A. Owner shall promptly furnish the data required of Owner under the Contract Documents. 8.04 Pay When Due A. Owner shall make payments to Contractor when they are due as provided in Paragraphs 14.02.0 and 14.07.C. 8.05 Lands and Easements; Reports and Tests A. Owner's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to Owner's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at the Site. 8.06 Insurance A. Owner's responsibilities, if any, with respect to purchasing and maintaining liability and property insurance are set forth in Article 5. 8.07 Change Orders A. Owner is obligated to execute Change Orders as indicated in Paragraph 10.03. r_ 8.08 Inspections, Tests, and Approvals U 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. Paee 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 r 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 r 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 r 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. Paee 39 of 62 00 72 05 9.07 Determinations for Unit Price Work A. Engineer will determine the actual quantities and classifications of Unit Price Work performed by Contractor. Engineer will review with Contractor the Engineer's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). Engineer's written decision thereon will be final and binding (except as modified by Engineer to reflect changed factual conditions or more accurate data) upon Owner and Contractor, subject to the provisions of Paragraph 10.05. 9.08 Decisions on Requirements of Contract Documents and Acceptability of Work A. Engineer will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. All matters in question and other matters between Owner and Contractor arising prior to the date final payment is due relating to the acceptability of the Work, and the interpretation of the requirements of the Contract Documents pertaining to the performance of the Work, will be referred initially to Engineer in writing within 30 days of the event giving rise to the question. B. Engineer will, with reasonable promptness, render a written decision on the issue referred. If Owner or Contractor believes that any such decision entitles them to an adjustment in the Contract Price or Contract Times or both, a Claim may be made under Paragraph 10.05. The date of Engineer's decision shall be the date of the event giving rise to the issues referenced for the purposes of Paragraph 10.05.B. C. Engineer's written decision on the issue referred will be final and binding on Owner and Contractor, subject to the provisions of Paragraph 10.05. D. When functioning as interpreter and judge under this Paragraph 9.08, Engineer will not show partiality to Owner or Contractor and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. 9.09 Limitations on Engineer's Authority and Responsibilities A. Neither Engineer's authority or responsibility under this Article 9 or under any other provision of the Contract Documents nor any decision made by Engineer in good faith either to exercise or not exercise such authority or responsibility or the undertaking, exercise, or performance of any authority or responsibility by Engineer shall create, impose, or give rise to any duty in contract, tort, or otherwise owed by Engineer to Contractor, any Subcontractor, any Supplier, any other individual or entity, or to any surety for or employee or agent of any of them. B. Engineer will not supervise, direct, control, or have authority over or be responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Engineer will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Paae 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. 10.02 Unauthorized Changes in the Work A. Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.16 or in the case of uncovering Work as provided in Paragraph 13.04.D. 10.03 Execution of Change Orders A. Owner and Contractor shall execute appropriate Change Orders recommended by Engineer covering: EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Paee 41 of 62 00 72 05 1. changes in the Work which are: (i) ordered by Owner pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08.A or Owner's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Times which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed in accordance with a Work Change Directive; and 3. changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by Engineer pursuant to Paragraph 10.05; provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, Contractor shall 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.B. Each Claim shall be accompanied by claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant believes it is entitled as a result of said event. The opposing party shall submit any response to Engineer and the claimant within 30 days after receipt of the claimant's last submittal (unless Engineer allows additional time). EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Pace 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 11.01.13, 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. Paae 44 of 62 00 72 05 property insurance established in accordance with Paragraph 5.06.D), 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 11.0I.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 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 11.0LB, 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. I ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES r , 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. Any Claim for an adjustment in the Contract Price shall be based on written notice submitted by the party making the Claim to the Engineer and the other party to the Contract in accordance with the provisions of Paragraph 10.05. B. The value of any Work covered by a Change Order or of any Claim for an adjustment in the Contract Price will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.0l.C.2); or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum is not reached under Paragraph 12.0l .B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0I.A.1 and 11.0I.A.2, the Contractor's fee shall be 15 percent; b. for costs incurred under Paragraph 11.0l.A.3, the Contractor's fee shallbe five percent; EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Paee 47 of 62 00 72 05 c. where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent of the amount paid to the next lower tier Subcontractor; d. no fee shall be payable on the basis of costs itemized under Paragraphs 11.0l.A.4, 11.0I.A.5, and 11.01.13; e. the amount of credit to be allowed by Contractor to Owner for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent of such net decrease; and f. when both additions and credits are involved in any one change, the adjustment in Contractor's fee shall be computed on the basis of the net change in accordance with Paragraphs 12.0l.C.2.a through 12.0l.C.2.e, inclusive. 12.02 Change of Contract Times A. The Contract Times may only be changed by a Change Order. Any Claim for an adjustment in the Contract Times shall be based on written notice submitted by the party making the Claim to the Engineer and the other party to the Contract in accordance with the provisions of Paragraph 10.05. B. Any adjustment of the Contract Times covered by a Change Order or any Claim for an adjustment in the Contract Times will be determined in accordance with the provisions of this Article 12. 12.03 Delays A. Where Contractor is prevented from completing any part of the Work within the Contract Times due to delay beyond the control of Contractor, the Contract Times will be extended in an amount equal to the time lost due to such delay if a Claim is made therefor as provided in Paragraph 12.02.A. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by Owner, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. B. If Owner, Engineer, or other contractors or utility owners performing other work for Owner as contemplated by Article 7, or anyone for whom Owner is responsible, delays, disrupts, or interferes with the performance or progress of the Work, then Contractor shall be entitled to an equitable adjustment in the Contract Price or the Contract Times, or both. Contractor's entitlement to an adjustment of the Contract Times is conditioned on such adjustment being essential to Contractor's ability to complete the Work within the Contract Times. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. 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 inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. Owner shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: 1. for inspections, tests, or approvals covered by Paragraphs 13.03.0 and 13.03.1) below; EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Paee 49 of 62 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. Pace 50 of 62 00 72 05 r 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 I 2. correct such defective Work; or 1. 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 00 72 05 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 7205 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 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.D) become due, and when due will be paid by Owner to Contractor. D. Reduction in Payment: 1. Owner may refuse to make payment of the full amount recommended by Engineer because: a. claims have been made against Owner on account of Contractor's performance or 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 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.1 and subject to interest as provided in the Agreement. 14.03 Contractor's Warranty of Title A. Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will 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. Page 56 of 62 00 72 05 f- 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 L Engineer to issue a certificate of Substantial Completion for that part of the Work. 3. Within a reasonable time after either such request, Owner, Contractor, and Engineer shall make an inspection of that part of the Work to determine its status of completion. If Engineer does not consider that part of the Work to be substantially complete, Engineer will notify Owner and Contractor in writing giving the reasons therefor. If Engineer considers that part of the Work to be substantially complete, the provisions of Paragraph 14.04 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 4. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Paragraph 5.10 regarding property insurance. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 57 of 62 00 72 05 14.06 Final Inspection A. Upon written notice from Contractor that the entire Work or an agreed portion thereof is complete, Engineer will promptly make a final inspection with Owner and Contractor and will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 14.07 Final Payment A. Application for Payment: 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 5.04.13.6; b. consent of the surety, if any, to final payment; c. a list of all Claims against Owner that Contractor believes are unsettled; and d. complete and legally effective releases or waivers (satisfactory to Owner) of all Lien rights arising out of or Liens filed in connection with the Work. 3. In lieu of the releases or waivers of Liens specified in Paragraph 14.07.A.2 and as approved by Owner, Contractor may furnish receipts or releases in full and an affidavit of Contractor that: (i) the releases and receipts include all labor, services, material, and equipment for which a Lien could be filed; and (ii) all payrolls, material and equipment bills, and other indebtedness connected with the Work for which Owner might in any way be responsible, or which might in any way result in liens or other burdens on Owner's property, have been paid or otherwise satisfied. If any Subcontractor or Supplier fails to furnish such a release or receipt in full, Contractor may furnish a bond or other collateral satisfactory to Owner to indemnify Owner against any Lien. B. Engineer's Review of Application and Acceptance: 1. If, on the basis of Engineer's observation of the Work during construction and final inspection, and Engineer's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, Engineer is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled, Engineer will, within ten days after receipt of the final Application for EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Paee 58 of 62 00 72 05 Payment, indicate in writing Engineer's recommendation of payment and present the Application for Payment to Owner for payment. At the same time Engineer will also give written notice to Owner and Contractor that the Work is acceptable subject to the provisions of Paragraph 14.09. Otherwise, Engineer will return the Application for Payment to Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case Contractor shall make the necessary corrections and resubmit the Application for Payment. C. Payment Becomes Due: 1. Thirty days after the presentation to Owner of the Application for Payment and accompanying documentation, the amount recommended by Engineer, less any sum Owner is entitled to set off against Engineer's recommendation, including but not limited to liquidated damages, will become due and will be paid by Owner to Contractor. 14.08 Final Completion Delayed A. If, through no fault of Contractor, final completion of the Work is significantly delayed, and if Engineer so confirms, Owner shall, upon receipt of Contractor's final Application for Payment (for Work fully completed and accepted) and recommendation of Engineer, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by Owner for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if bonds have been furnished as required in Paragraph 5.01, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by Contractor to Engineer with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Claims. 14.09 Waiver of Claims A. The making and acceptance of final payment will constitute: 1. a waiver of all Claims by Owner against Contractor, except Claims arising from unsettled Liens, from defective Work appearing after final inspection pursuant to Paragraph 14.06, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from Contractor's continuing obligations under the Contract Documents; and 2. a waiver of all Claims by Contractor against Owner other than those previously made in accordance with the requirements herein and expressly acknowledged by Owner in writing as still unsettled. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. Ali rights reserved. Page 59 of 62 00 72 05 ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 Owner May Suspend Work A. At any time and without cause, Owner may suspend the Work or any portion thereof for a period of not more than 90 consecutive days by notice in writing to Contractor and Engineer which will fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. Contractor shall be granted an adjustment in the Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspension if Contractor makes a Claim therefor as provided in Paragraph 10.05. 15.02 Owner May Terminate for Cause A. The occurrence of any one or more of the following events will justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the Progress Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of Engineer; or 4. Contractor's violation in any 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.B, Contractor shall not be entitled to receive any further payment until the Work is completed. If the unpaid balance of the Contract Price exceeds all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Owner arising out of or relating to completing the Work, such excess will be paid to Contractor. If such claims, costs, losses, and damages exceed such unpaid balance, Contractor shall pay the difference to Owner. Such claims, costs, losses, and damages incurred by Owner will be reviewed by Engineer as to their reasonableness and, when so approved by Engineer, incorporated in a Change Order. When exercising any rights or EJCDC C-700 Standard General Conditions of the Construction Contract Copyright C 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 60 of 62 00 72 05 Ma 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 L 4. reasonable expenses directly attributable to termination. B. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 15.04 Contractor May Stop Work or Terminate A. If, through no act or fault of Contractor, (i) the Work is suspended for more than 90 consecutive days by Owner or under an order of court or other public authority, or (ii) Engineer fails to act on any Application for Payment within 30 days after it is submitted, or (iii) Owner fails for 30 days to pay Contractor any sum finally determined to be due, then Contractor may, EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 61 of 62 00 72 05 upon seven days written notice to Owner and Engineer, and provided Owner or Engineer do not remedy such suspension or failure within that time, terminate the Contract and recover from Owner payment on the same terms as provided in Paragraph 15.03. B. In lieu of terminating the Contract and without prejudice to any other right or remedy, if Engineer has failed to act on an Application for Payment within 30 days after it is submitted, or Owner has failed for 30 days to pay Contractor any sum finally determined to be due, Contractor may, seven days after written notice to Owner and Engineer, stop the Work until payment is made of all such amounts due Contractor, including interest thereon. The provisions of this Paragraph 15.04 are not intended to preclude Contractor from making a 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 © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Pase 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. Pave 63 of 62 00 72 05 This Page Left Blank Intentionally SECTION 00 73 05 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement the Standard General Conditions of the Construction Contract (No. C-700, 2007 Edition) and other provisions of the Contract Documents as indicated below. All provisions which are not so amended or supplemented remain in full force and effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated r' 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.A26 Add the following language at the end of the definition of Milestone: The mill and Overlay Paving Milestone is considered complete when the following have been completed: All Structures have been adjusted on mill and overlay routes. All curb replacement and .patching is complete on mill and overlay routes. All wear course paving is complete on mill and overlay routes. SC-1.01.A44 Add the following language at the end of the definition of Substantial Completion: The Work is considered Substantially Complete on the reconstruct streets when the following have been completed: All work excluding wear course paving and final striping. The Work is considered Substantially Complete on the reclaim and mill and overlay streets when the following have been completed: All work including wear course paving, patching, and restoration. SC-1.02 Add the following new paragraph immediately after Paragraph 1.02.F: G. The Specifications are written in imperative mood and streamlined form. This imperative language is directed to the Contractor, unless specifically noted otherwise. The words "shall be" are included by inference where a colon (:) is used within sentences or phrases. ARTICLE 2 - PRELIMINARY MATTERS SC-2.02 Owner shall furnish to Contractor 1 printed copy and 1 electronic (PDF) version of the Contract Documents. Additional printed copies may be obtained as directed in the Advertisement for Bids. Limitations of use of electronic and printed documents are described in the Instructions to Bidders, General Conditions. SUPPLEMENTARY CONDITIONS © 2017 Stantec 1 193803542 00 73 05 - 1 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: 1. Report prepared by American Engineering Testing, Inc., St. Paul, MN, dated December 29, 2015, entitled: "Report of Geotechnical and Pavement Engineering Services: 2016 New Hope Streets - Reconstruction Roadways, New Hope, Minnesota". 2. Report prepared by American Engineering Testing, Inc., St. Paul, MN, dated December 28, 2015, entitled: "Report of Geotechnical and Pavement Engineering Services: 2016 New Hope Streets - Mill & Overlay, New Hope, Minnesota". E. 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 4.063 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 SUPPLEMENTARY CONDITIONS © 2017 Stantec 1 193803542 00 73 05 - 2 1 t b. Products - Completed Operations Aggregate $1,000,000 c. Personal and Advertising Injury $1,000,000 d. Each Occurrence (Bodily Injury and Property Damage) $2,000,000 e. Property Damage liability insurance will provide Explosion, Collapse, and Underground coverages where applicable. f. Excess or Umbrella Liability 1) General Aggregate $1,000,000 2) Each Occurrence $1,000,000 Umbrella excess liability shall be a combined single limit which shall provide excess liability insurance over Commercial General Liability, Comprehensive Automobile Liability, and Employers Liability. 3. Automobile Liability under Paragraph 5.04.A.6 of the General Conditions: a. Combined Single Limit - Bodily injury and property damage. All owned, non -owned, and hired vehicles. $2,000,000 4. The Contractual Liability coverage required by Paragraph 5.04.B.4 of the ,-. General Conditions shall provide coverage for not less than the following amounts: a. Bodily Injury: Each Person $1,000,000 Each Accident $1,000,000 b. Property Damage: Each Accident $1,000,000 S-' Annual Aggregate $1,000,000 5. The following persons or entities shall be included as additional insured on the Commercial Liability, Comprehensive Automobile Liability, and Umbrella Excess Liability. This coverage shall be primary and noncontributory: a. Owner b. Engineer SC-5.06.A Amend the first sentence of Paragraph 5.06.A to read: A. Contractor shall purchase and maintain during the entire construction period a Builders Risk Property Insurance Policy in the amount of the full replacement cost of the entire Work at the Site. The insurance policy shall comply with the provisions of Paragraph 5.06.A1 through 5.06.A7. A minimum deductible of $1,000 each claim shall apply to this insurance and the risk of loss of the applicable deductible shall be born by Contractor, subcontractor, or others suffering such loss. In addition, the provisions of Paragraphs 5.07, 5.09, and 5.10 shall apply with the exception that Contractor shall act as fiduciary for the insureds as their interest may appear and adjust the loss with the insurance company. SC-5.06.A Add the following new item immediately after Item 5.06.A7: 8. The Builder's Risk Insurance required herein shall apply to projects involving construction of structures and buildings only. The requirements of this Section shall be waived on projects involving only underground utilities, grading, street improvements, and similar construction work but any damage or loss to property shall be at the sole responsibility of Contractor until final acceptance of the Work. 9. Comply with the requirements of Paragraph 5,06C of the General Conditions. SUPPLEMENTARY CONDITIONS © 2017 Stantec 1 193803542 00 73 05 - 3 ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES SC-6.06 Add the following new paragraphs immediately after Paragraph 6.06.G: H. Pursuant to Minnesota Statute, Contractor shall be fully responsible to pay subcontractors, suppliers, and other entities within 10 days of the Contractor's receipt of payment for undisputed services provided by the subcontractor, supplier, or other entity. Contractor shall pay interest of 1-1 /2 percent per month or any part of a month to the subcontractor, supplier, or other entity on any amount not paid on time to the subcontractor, supplier, or other entity. The minimum monthly interest penalty payment for an unpaid balance of $100 or more is $10. For an unpaid balance of less than $100, the Contractor shall pay the actual penalty due to the subcontractor, supplier, or other entity. A subcontractor, supplier, or other entity who prevails in a civil action to collect interest penalties from a Contractor must be awarded its costs and disbursements, including attorney's fees included in bringing the action. I. Owner may furnish to any Subcontractor or Supplier, to the extent practicable, information about amounts paid to Contractor on account of Work performed for Contractor by a particular Subcontractor or Supplier. SC-6.08.A Amend the first sentence of Paragraph 6.08.A by replacing the words "the Supplementary Conditions" with the words "Division 01." SC-6.17 Add the following new paragraphs immediately after Paragraph 6.17.E: F. Contractor shall furnish required submittals with sufficient information and accuracy in order to obtain required approval of an item with no more than three submittals. Engineer will record Engineer's time for reviewing subsequent submittals of Shop Drawings, samples, or other items requiring approval and Contractor shall reimburse Owner for Engineer's charges for such time. G. In the event that Contractor requests a change of a previously approved item, Contractor shall reimburse Owner for Engineer's charges for its review time unless the need for such change is beyond the control of Contractor. SC-6.19.A Delete the words "representation of" in the second sentence. ARTICLE 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: 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 SUPPLEMENTARY CONDITIONS © 2017 Stantec 1 193803542 00 73 05 - 4 f- I through or with the full knowledge and approval of Contractor. RPR shall generally communicate with Owner with the knowledge of and under the direction of Engineer. 2. Schedules: Review the progress schedule, schedule of Submittals, and schedule of values prepared by Contractor and consult with Engineer concerning acceptability. 3. Conferences and Meetings: Attend meetings with Contractor, such as preconstruction conferences, progress meetings, job conferences and other project -related meetings, and prepare and circulate copies of minutes thereof. 4. Liaison: a. Serve as Engineer's liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of the Contract Documents. b. Assist Engineer in serving as Owner's liaison with Contractor when Contractor's operations affect Owner's on Site operations. c. Assist in obtaining from Owner additional details or information, when required for proper execution of the Work. 5. Interpretation of Contract Documents: Report to Engineer when clarifications and interpretations of the Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued by Engineer. 6. Shop Drawings and Samples: a. Record date of receipt of Samples and approved Shop Drawings. b. Receive Samples, which are furnished at the Site by Contractor, and notify Engineer of availability of Samples for examination. c. Advise Engineer and Contractor of the commencement of any portion of the Work requiring a Shop Drawing or Sample submittal for which RPR believes that the submittal has not been approved by Engineer. 7. Modifications: Consider and evaluate Contractor's suggestions for modifications in Drawings or Specifications and report with RPR's recommendations to Engineer. Transmit to Contractor in writing decisions as issued by Engineer. 8. Review of Work and Rejection of Defective Work: a. Conduct on Site observations of Contractor's work in progress to assist Engineer in determining if the Work is in general proceeding in accordance with the Contract Documents. b. Report to Engineer whenever RPR believes that any part of Contractor's work in progress will not produce a completed Project that conforms generally to the Contract Documents or will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated in the Contract Documents, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise Engineer of that part of work in progress that RPR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. 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. © 2017 Stantec 1 193803542 SUPPLEMENTARY CONDITIONS 007305-5 c. Observe, record, and report to Engineer appropriate details relative to the test procedures and systems startups. d. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the results of these inspections, and report to Engineer. 10. Records: a. Maintain at the Site orderly files for correspondence, reports of job conferences, reproductions of original Contract Documents including all Change Orders, Field Orders, Work Change Directives, Addenda, additional Drawings issued subsequent to the execution of the Contract, Engineer's clarifications and interpretations of the Contract Documents, progress reports, Shop Drawing and Sample submittals received from and delivered to Contractor, and other Project related documents. b. Prepare a daily report or keep a diary or log book, recording Contractor's hours on the Site, weather conditions, data relative to questions of Change Orders, Field Orders, Work Change Directives, or changed conditions, Site visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to Engineer. c. Record names, addresses and telephone numbers of Contractor, subcontractors, and major suppliers of materials and equipment. d. Maintain records for use in preparing Project documentation. e. Upon completion of the Work, furnish original set of all RPR Project documentation to Engineer. 11. Reports: a. Furnish to Engineer periodic reports as required of progress of the Work and of Contractor's compliance with the progress schedule and schedule of Submittals. b. Draft and recommend to Engineer proposed Change Orders, Work Change Directives, and Field Orders. Obtain backup material from Contractor. c. Furnish to Engineer and Owner copies of all inspection, test, and system startup reports. d. Report immediately to Engineer the occurrence of any Site accidents, any Hazardous Environmental Conditions, emergencies, or acts of God endangering the Work, and property damaged by fire or other causes. 12. Payment Requests: Review Applications for Payment with Contractor for compliance with the established procedure for their submission and forward with recommendations to Engineer, noting particularly the relationship of the payment requested to the schedule of values, Work completed, and materials and equipment delivered at the Site but not incorporated in the Work. 13. Certificates, Operation and Maintenance Manuals: During the course of the Work, verify that materials and equipment certificates, operation and maintenance manuals and other data required by the Specifications to be 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. SUPPLEMENTARY CONDITIONS © 2017 Stantec 1 193803542 00 73 05 - b it 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: 1. Authorize any deviation from the Contract Documents or substitution of materials or equipment (including "or -equal" items). 2. Exceed limitations of Engineer's authority as set forth in the Agreement or the Contract Documents. 3. Undertake any of the responsibilities of Contractor, subcontractors, suppliers, or Contractor's superintendent. 4. Advise on, issue directions relative to or assume control over any aspect of the means, methods, techniques, sequences or procedures of Contractor's work unless such advice or directions are specifically required by the Contract Documents. 5. Advise on, issue directions regarding, or assume control over safety ( precautions and programs in connection with the activities or operations of Owner or Contractor. 6. Participate in specialized field or laboratory tests or inspections conducted off Site by others, except as specifically authorized by Engineer. 7. Accept Shop Drawing or Sample submittals from anyone other than Contractor. 8. Authorize Owner to occupy the Project in whole or in part. ARTICLE 10 - CHANGES IN THE WORK; CLAIMS SC-10.05.E 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 10.05.E by replacing the words "60 days" with the words "30 days." ARTICLE 11 - COST OF THE WORK; CASH ALLOWANCES; UNIT PRICE WORK SC-11.01.A.5.c Delete Paragraph 1 1.01.A.5.c in its entirety and insert the following in its place: c. Construction Equipment and Machinery: 1. Rentals of all construction equipment and machinery, and the parts thereof in accordance with rental agreements approved by Owner with the advice of Engineer, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. 2. Costs for equipment and machinery owned by Contractor will be paid at a rate shown for such equipment in the [Use rate book appropriate for the Project]. An hourly rate will be computed by dividing the monthly rates by 176. These computed rates will include SUPPLEMENTARY CONDITIONS © 2017 Stantec 1 193803542 00 73 05 - 7 all operating costs. Costs will include the time the equipment or machinery is in use on the changed Work and the costs of transportation, loading, unloading, assembly, dismantling, and removal when directly attributable to the changed Work. The cost of any such equipment or machinery, or parts thereof, shall cease to accrue when the use thereof is no longer necessary for the changed Work. Equipment or machinery with a value of less than $1,000 will be considered small tools. SC-1 1.03 Delete paragraph 1 1.03.D in its entirety and insert the following in its place: D. Payment for the Bid Items on a Unit Price basis under this Contract shall be on the basis of quantities actually used in the construction, regardless of the estimated quantities shown in the Bid Form. No revision to the Contract Unit Prices for the Bid Items shall be considered or allowed due to variations of the actual quantities from the estimated amounts. ARTICLE 12 - CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES SC- 12.01.0 Contractor's Fee. Delete the semicolon at the end of GC 12.01.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-14.02.135 Add the following new item immediately after Item 14.02.65d: e. Contractor's failure to make acceptable submittals in accordance with the accepted schedules. ARTICLE 16 - DISPUTE RESOLUTION SC-16.01 Delete Paragraph 16.01.0 in its entirety and insert the following in its place: C. If the claim is not resolved by mediation, Engineer's action under Paragraph 10.05.0 or a denial pursuant to Paragraphs 10.05.C3 or 10.05.D shall become final and binding 30 days after termination of the mediation, unless within that time period Owner or Contractor: l , elects in writing to demand arbitration of the claim, pursuant to Paragraph SC-16.02, or 2. agrees with the other party to submit the claim to another dispute resolution process. SUPPLEMENTARY CONDITIONS © 2017 Stantec 1 193803542 00 73 05 - 8 r— i 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-16.0I .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: l . 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. The fees and expenses of the arbitrators and any arbitration service shall be shared equally by Owner and Contractor. END OF SECTION © 2017 Stantec 1 193803542 SUPPLEMENTARY CONDITIONS 007305-9 This Page Left Blank Intentionally SECTION 01 03 00 ALTERNATES PART 1 GENERAL 1.01 SUMMARY A. This Section identifies each Alternate by number and describes the basic changes to be incorporated into the Work as part of that Alternate. Refer also to the Specifications and Drawings for information. B. Alternates may be accepted by the Owner in any order and may be used to determine the low Bidder. 1.02 DESCRIPTION OF ALTERNATES A. Alternate No. 1: 40rh Avenue North Full Reconstruct: Furnish the materials and labor necessary to complete the utility and street reconstruction improvements on 40rh Avenue North, between Ensign Avenue North and Boone Avenue North. B. Alternate No. 2: Sumter Avenue Filtration Basin: Furnish the materials and labor necessary to complete storm sewer improvements between Elm Grove Avenue and Sumter Avenue North. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION ALTERNATES © 2017 Stantec 1 193803542 01 03 00 - 1 This Page Left Blank Intentionally SECTION 01 10 00 SUMMARY PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Basic description of the Project and Work restrictions. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment -, 1. All Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 SUMMARY OF WORK A. Project Name: 2017 Northwood North Area Infrastructure Improvements for the City of New Hope, Minnesota, City Project No. 985. B. Description of Work: Project consists of the replacement of storm sewer, water main, services; spot replacement of sanitary sewer; and improvements to the streets in the neighborhood north of Northwood Lake; Alternate 2 consists of stormwater improvements in the area between Elm Grove Avenue and Sumter Avenue North. 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. Pavement removals shall be minimized in an effort to avoid long segments of roadway being rough or gravel for long periods of time. 3. Contractor responsible for snow removal and disposal from the Owner's property if necessary to maintain access and working space during construction. 4. Keep existing driveways and entrances clear and available to the public and to the Owner. 5. If additional space is needed, obtain and pay for such space off Site. SUMMARY © 2017 Stantec 1 193803542 01 10 00 - 1 B. Access to Site 1. Residents shall have access to all side streets and driveways between 7 P.M. to 7 A.M. 2. 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. 3. Existing aggregate base or reclaim material shall be utilized for temporary access. Provide a minimum of 3 inches of existing aggregate base on the streets for temporary access until the final street section is under construction. 1.07 OTHER WORK AT SITE A. Jordan Avenue North to the south of the project limits will have the wear course paved as part of a separate project. Contractor shall coordinate access to the Site with the other Contractor. The completion date for wear course paving of Jordan Avenue North south of Northwood Parkway is June 30, 2017. B. The installation and relocation of electric power, street lights, telephone lines, gas lines, and cable TV by private utilities is anticipated. Work will be both overhead and underground. C. Allow private utility crews free access to the Site and a reasonable amount of time to complete their work. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION SUMMARY 9) 2017 Stantec 1 193803542 01 10 00 - 2 7 SECTION 01 20 00 PRICE AND PAYMENT PROCEDURES PART 1 GENERAL III 11WIV XTAV Mil A. Section Includes 1. Administrative and procedural requirements for allowances, Alternates, pricing of Work, and request for payment procedures. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. All Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 ALTERNATES A. This article identifies each Alternate by number and describes the basic changes to be incorporated into the Work as part of that Alternate. Refer also to the Specifications and Drawings for information. B. Alternates may be accepted by the Owner in any order and may be used to determine the award of Contract consistent with the Instructions to Bidders. C. Alternate No. 1 - 40rh Avenue North Full Reconstruct - Add to Total Base Bid 1. In general the Work of this Alternate No. 1 consists of all costs to furnish the materials and labor necessary to complete the utility and street reconstruction improvements on 40rh Avenue North, between Ensign Avenue N and Boone Avenue N. D. Alternate No. 2 - Sumter Avenue Filtration Basin Improvements - Add to Total Base Bid 1. In general the Work of this Alternate No. 2 consists of all costs to furnish and materials and labor necessary to complete the storm water improvements between Elm Grove Avenue and Sumter Avenue North. 1.04 BID UNIT PRICES A. Provide access and assist Engineer in determining actual quantities of Bid Unit Price work. B. Provide documentation to substantiate Bid Unit Price work. C. If the Contractor delivers and places more of any material that is paid for on a Bid Unit Price basis than is required to perform the Work and thereby causes the materials to be wasted, the quantity wasted will be deducted from the final measurement for that Bid Item. 1.05 PAYMENT PROCEDURES A. Engineer will provide initial Application for Payment Form at the Preconstruction Conference. © 2017 Stantec 1 193803542 PRICE AND PAYMENT PROCEDURES 01 20 00 - 1 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 © 2017 Stantec 1 193803542 01 20 00 - 2 SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION PART 1 GENERAL IKOM u�1 MVIXTU M 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. 4. Electric: Xcel Energy. 5. Traffic Signal: Hennepin County. 6. Gas: Centerpoint Energy. 7. Telephone/Cable/Fiber: Comcast, Spring, CenturyLink, 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. Hennepin County 2. Minnesota Department of Health - Water Main. B. Apply for, obtain, and comply with the provisions of the following permits: 1. MPCA Stormwater Discharges Associated with Construction Activities NPDES General Permit. a. Owner will provide Contractor with necessary information required for application upon request. b. Contractor will pay permit application fee. C. Apply for, obtain, and comply with the provisions of the following permits, which the Owner will waive the permit application fee: PROJECT MANAGEMENT AND COORDINATION 0 2017 Stantec 1 193803542 01 31 00 - 1 1. City Building Permit. D. Apply for, obtain, and comply with other permits, licenses, and approvals which may be required for the Project. 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. All utility work must be completed in 2017. B. All construction staging is shown in the Drawings. C. 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, streets, driveways, and boulevards are disturbed. Therefore, scheduling of Work, maintenance of local traffic, and timely repair of each utility, driveway, and yard are critical to the success of the Project. D. Resident and business notification of Work directly affecting their property is required for all situations. The Owner and Project Inspector will provide notices to residents. 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. PROJECT MANAGEMENT AND COORDINATION © 2017 Stantec 1 193803542 01 31 00 - 2 E. Given the underlying soil type, conditions resulting from precipitation can be devastating to the project. Construction should be coordinated such that disturbed areas are minimized at any given time. An acceptable staging plan is shown in the Drawings. F. The existing aggregate material and/or reclaimed bituminous material that is generated and does not contain Petromat shall be used to ramp driveways and maintain access for the residents within the project area. G. Any additional costs associated with cold weather curing for concrete material will be the responsibility of the Contractor. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION PROJECT MANAGEMENT AND COORDINATION © 2017 Stantec 1 193803542 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 inch by 17 inch sheets showing overall sequence of construction. Organize the schedule by work activity. Identify separate stages of each work activity: 1. List work items in chronological sequence. Show beginning and completion dates of each activity. Include all activities with an estimated duration of 3 days or longer. 2. Format schedule as a horizontal bar chart. Provide separate bars for each activity or trade. 3. Provide space for revisions and notations. 4. Identify interrelations between activities. 5. Include estimated times for preparation of submittals by Contractor, processing and review of submittals by Engineer, fabrication, delivery, installation, testing, start-up, instruction of Owner, and clean-up. C. As Work progresses, revise, update, and resubmit schedule as requested by Engineer. At a minimum, update schedule with each Application for Payment. Show all activities started or finished since previous schedule was submitted and show percentage of completion for each activity. SUBMITTAL PROCEDURES © 2017 Stantec 1 193803542 01 33 00 - 1 3.02 EMERGENCY CONTACT LIST A. Before any Work at the Site is started, submit a typed list on 8.5 inch by 1 1 inch paper outlining 24-hour on -call contacts for the Project. This list shall include the Contractor's safety representative, key representatives from the Contractor, subcontractors, and suppliers. Include the following information for each contact: 1. Company name. 2. Contact person(s). 3. Local and mobile phone numbers. 4. Fax number. 3.03 SHOP DRAWINGS AND MANUFACTURERS' INFORMATION A. Conform to the requirements of the General Conditions, except as modified herein. B. The minimum sheet size shall be 8.5 inches by 1 1 inches. Non -legible copies will not be reviewed. C. Submit a minimum of 3 copies of shop drawings, plus the quantity of copies the Contractor wants returned. Each copy shall contain the following information: 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. E. Engineer will stamp shop drawings and indicate requirements for Contractor's review or resubmittal as follows: 1. "Reviewed" - Appears that items covered by the submittal will, after installation or incorporation into the Work, conform to the Contract Documents and appears to be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. "Reviewed as Noted" - Appears that items covered by the submittal will, after installation or incorporation into the Work, conform to the Contract Documents and appears to be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents, except as noted by Engineer. 3. "Revise and Resubmit" - Appears that items covered by the submittal will not, after installation or incorporation into the Work, conform to the Contract Documents and will not be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. Work cannot proceed until the submittal is revised and resubmitted conforming to the resubmittal procedures described in the General Conditions. F. Engineer will return reviewed submittals to Contractor by U.S. Postal Service general delivery. If Contractor wants Engineer to expedite return delivery, Contractor shall notify Engineer in writing and reimburse Owner for delivery plus 15-percent mark-up. SUBMITTAL PROCEDURES © 2017 Stantec 1 193803542 01 33 00 - 2 a IM- 3.04 TEST REPORTS A. Submit 3 copies of all inspections, tests, and approvals required in the Specification. 3.05 MATERIAL AND SAFETY DATA SHEETS A. Furnish Owner with current copies of Material Safety Data Sheets for all chemicals and products on Site. END OF SECTION © 2017 Stantec 1 193803542 SUBMITTAL PROCEDURES 01 33 00 - 3 This Page Left Blank Intentionally t E SECTION 01 40 00 QUALITY REQUIREMENTS PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Information required for conformance to regulatory requirements. 2. Quality assurance. 3. Procedures to measure and report the quality and performance of the Work. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. All Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCE STANDARDS A. Whenever reference is made to the Minnesota Department of Transportation Specifications, such reference shall mean "Standard Specifications for Construction," 2016 Edition (MnDOT Spec.) and all subsequent revisions and supplements. The word "Engineer" is understood to refer to the Engineer for the Owner. 1.04 SUBMITTALS A. Prior to start of Work, submit testing laboratory name for various specified tests for approval by Engineer. B. Laboratory test results or analysis. C. Manufacturer's certificates of quality control or performance. 1.05 WORKMANSHIP A. Comply with industry standards of the region, except where more restrictive tolerances or specified requirements indicate more rigid standards or more precise workmanship. L- 1.06 TESTS AND INSPECTIONS A. Conform to the requirements of the General Conditions, except as modified herein. r 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. 02017 Stantec 1 193803542 QUALITY REQUIREMENTS 01 40 00 - 1 1.07 LABORATORY REPORTS A. After each inspection and test, submit 3 copies of Laboratory Report to Engineer. B. Include: Date issued, Project title and number, name of inspector, date and time of sampling or inspection, identification of product and Specifications Section, location in the Project, type of inspection or test, date of test, results of tests, and conformance with Contract Documents. 1.08 LABORATORY RESPONSIBILITIES A. Test samples and perform field tests. B. Provide qualified personnel. Cooperate with Engineer and Contractor in performance of services. C. Ascertain compliance with the requirements of the Contract Documents. D. When requested by Engineer, provide interpretation of test results. 1.09 LIMITS ON TESTING LABORATORY AUTHORITY A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents. B. Laboratory may not approve or accept any portion of the Work. C. Laboratory may not assume any duties of Contractor. D. Laboratory has no authority to stop Work. 1.10 MANUFACTURER'S CERTIFICATES A. If requested by Engineer, submit manufacturer's certificate with shop drawings certifying that products meet or exceed specified requirements executed by responsible officer. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION QUALITY REQUIREMENTS © 2017 Stantec 1 193803542 01 40 00 - 2 SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Temporary utilities and miscellaneous temporary facilities required during construction. B. Products furnished but not installed under this Section or products installed but not furnished under this Section. C. Related Sections 1. Section 31 23 00 - Excavation and Fill. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. A Bid Item has been provided for Mobilization. Measurement is Lump Sum. This will be considered payment in full for all work and costs of this Bid Item. The amount of the Lump Sum Bid shall not exceed 5 percent of the Total Base Bid. a. Partial payment of the Lump Sum Bid Item "Mobilization" will be made using a percentage based on the following: Cumulative Percent of Mobilization Item Paid First Partial Payment 50 Percent of original contract amount earned - 25 70 Percent of original contract amount earned - 50 90 Percent of original contract amount earned - 100 100 2. A Bid Item has been provided for Temporary Mail. Measurement is Lump Sum. Payment shall be included in the Base Bid. a. Payment for the Temporary Mail Bid Item shall be made as follows: 1) 50 Percent of the Bid Unit Price will be paid upon completion of the removal of the existing boxes and installation of the temporary mailboxes. 2) 50 Percent will be paid upon completion of the reinstallation of the existing mailboxes and removal of the temporary mailboxes. b. This will be considered payment in full for all costs of this Bid Item. Full repayment for this Bid Item will not be made until all mailboxes are installed properly and accepted by the Post Office and homeowner. c. Contractor shall be responsible for repairing/replacing all mailboxes damaged or destroyed during the Project at no additional cost to the Owner. d. Temporary mailbox locations must be approved by the Post Office. 3. A Bid Item has been provided for Temporary Water Service. No measurement shall be made. Payment shall be by lump sum. Payment shall include the water main pipe, fittings, service lines, staging, ramping, removal, and any other work involved with providing temporary water main and services to affected home and businesses. 4. 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. TEMPORARY FACILITIES AND CONTROLS 0 2017 Stantec 1 193803542 01 50 00 - 1 5. No Bid Item has been provided for Dewatering. Any dewatering required will be considered incidental to the Project with all costs included in the Base Bid. 6. No Bid Item has been provided for Temporary Fence. Any temporary construction fence required for safety will be considered incidental to the Project with all costs included in the Base Bid. 7. A Bid Item has been provided for Traffic Control. Measurement is Lump Sum. a. This shall be considered payment in full for all labor, equipment, and materials associated with the required Traffic Control devices for the entire Project. b. This Bid Item shall include but not be limited to furnishing, installing, and relocating the Traffic Control due to various road closures, daily maintenance, and ultimate removal of all such devices used over the duration of the Contract or as directed by the Engineer: c. Partial payment of the Lump Sum Item "Traffic Control" will be made using a percentage based on the following: Cumulative Percent of Traffic Control Item Paid First Partial Payment 50 Percent of original contract amount earned - 25 70 Percent of original contract amount earned - 50 90 Percent of original contract amount earned - 100 100 8. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2016 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. TEMPORARY FACILITIES AND CONTROLS © 2017 Stantec 1 193803542 01 50 00 - 2 PART 2 PRODUCTS Not Used. PART 3 EXECUTION 3.01 MOBILIZATION A. Move personnel, equipment, materials, and all other items required to complete the Work at the 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 backf low 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. L 3.04 TEMPORARY WATER SERVICE A. During water main construction, install and maintain temporary water services to all homes, apartments, and/or businesses as shown on the Drawings. 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). TEMPORARY FACILITIES AND CONTROLS © 2017 Stantec 1 193803542 01 50 00 - 3 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. 6. Coordinate all Work with the Owner and the Engineer. If staging of the temporary system is necessary, provide a schedule and description of how this is to be accomplished. Submit a plan for temporary service for approval by the Owner. 7. 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. Provide emergency contact numbers for evenings and weekends. 10. 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. 3.07 TRAFFIC CONTROL A. General 1. The Contractor shall provide and maintain all traffic control devices in accordance with the approved Construction Staging Plan. All traffic control devices and other protective measures shall conform to 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. TEMPORARY FACILITIES AND CONTROLS © 2017 Stantec 1 193803542 01 50 00 - 4 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. 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. h. The Contractor shall furnish, install, and maintain "ROAD WORK AHEAD" and "END ROAD WORK" signs in advance of and beyond each end of the construction limits. The Contractor shall also furnish, install, and maintain "ROAD WORK AHEAD" signs in advance of the construction limits on all intersecting roads and streets. i. The staging shall be undertaken to provide street access and local access to adjacent properties as directed by the Engineer. The Engineer may modify the requirements for traffic control as deemed necessary due to field conditions. j. Contractor shall remove traffic control devices at the conclusion of the Work. C. Vehicle Warning Light 1. All Contractors', subcontractors', and suppliers' mobile equipment, which are working in the lane closure or within 15 feet of the lane closure, shall be equipped with operable warning lights which meet the appropriate requirements of the SAE Specifications. This would include any vehicle which enters the traveled roadway at any time. The SAE Specification requirements are as follows: a. 360-Degree Rotating Lights - SAE Specification J845. b. Flashing Lights - SAE Specification J595. c. Flashing Strobe Lights -SAE Specification J 1318. D. Temporary Lane Closures 1. Temporary Lane Closures shall conform to the following: a. A "short-term" lane closure or traffic restriction shall be one that is in -place only during the Contractor's work hours. b. Temporary "short-term" lane closures by the Contractor, consistent with time restrictions, will be permitted during those hours and at those locations approved by the Engineer. Requests for "short-term" lane closures shall be made at least 24 hours prior to such closures. The Contractor shall furnish, erect, and maintain all TEMPORARY FACILITIES AND CONTROLS © 2017 Stantec 1 193803542 01 50 00 - 5 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. Traffic Control Devices 1. Daily inspect and insure that all traffic control devices required by the construction are in accordance with the MMUTCD. Any discrepancy between the actual devices in use and the required devices shall be immediately rectified. At least 1 nighttime inspection shall be made each week. 2. The Contractor shall complete the checklist attached to the end of this Section, each day of each week that traffic control devices for any overnight lane closure or detour are being used on the Project. The completed checklist shall be submitted each working day to the Engineer or the Engineer's designated representative at some mutually agreeable time. 3. The Contractor shall furnish qualified flagpersons to adequately control traffic when needed or as directed by the Engineer. Qualified flagpersons shall comply with the requirements set forth in the Flagging Handbook Section of the Field Manual. Flagpersons are required to protect construction vehicles during unloading of construction materials. 4. Furnish names, addresses, and phone numbers of at least 3 individuals responsible for the placement and maintenance of traffic control devices. At least 1 of these individuals shall be "on call" 24 hours per day, 7 days per week during the time any traffic control devices furnished and installed by the Contractor are in place. 5. Respond to any request from the Engineer to improve or correct the usage of traffic control devices on or related to this Project within 1 hour of the time of notification. 6. Keep all traffic control signs and devices in a legible condition. This shall include but not be limited to removing grime and dust deposited on any device by traffic, natural causes, or when requested by Engineer. 7. The Contractor shall store at least 10 extra Type 1 barricades with flashers, 5 extra Type III barricades, and 10 extra drums, at a convenient location within the Project limits for use in an emergency, as approved by the Engineer. No direct compensation will be made to the Contractor for furnishing and erecting these traffic control devices. 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. 3.08 DETOUR IMPLEMENTATION A. General TEMPORARY FACILITIES AND CONTROLS © 2017 Stantec 1 193803542 01 50 00 - 6 1. The Item Traffic Control shall include all detour signing and barricading identified on the Drawing for the detour. The Contractor shall be responsible for the regular inspection and maintenance of the detour signing and barricade placement. 2. Detour signing work shall be performed as follows: a. All detour signing shall be installed and temporarily covered prior to activating the detour. b. Advance notice of road closure signing (G20-X1 "ROAD CLOSED BEGINNING DATE/TIME") shall be installed and visible for a period of 11 days prior to the activation of the Project detour. The Advance Notice signs, G20-X1, shall be 72 inches by 60 inches. Advance notice of road closure signing shall be paid for under Item 2563.531, Construction Signs - Special at the Contract Bid Price per square foot. c. The detour shall be activated between the hours of 12 A.M. and 4 A.M., unless requested otherwise by the Engineer. This work shall be coordinated with all other work in detour signing to provide traffic a safe, smooth switch to the Project detour. d. The detour shall remain in place until the Project is completed. 3.09 TEMPORARY BARRIERS AND ENCLOSURES A. Temporary Barriers 1. Provide temporary covers, enclosures, markers, and barriers as necessary to protect Work. 2. Damage to the Site caused by removal of temporary fencing, including postholes, shall be promptly repaired by Contractor. During removal at no time shall the Work remain unattended if a dangerous condition exists because of incomplete removal or Site repairing. B. Temporary Fence 1. Install as shown on the Drawings. 2. Maintain and repair fence throughout the duration of the Project. 3. Provide Owner and Engineer with keys or combinations to any locks that maybe used to secure fencing gates. 3.10 ADDITIONAL TRAFFIC CONTROL DEVICES A. General 1. In addition to the traffic control devices shown on the Traffic Control Layouts, the Engineer may require more traffic control as traffic conditions may warrant. 2. The Contractor shall furnish the additional traffic control devices as ordered by the Engineer. 3. The devices shall be installed and maintained in a functional and/or legible condition at all times, to the satisfaction of the Engineer. END OF SECTION TEMPORARY FACILITIES AND CONTROLS 0 2017 Stantec 1 193803542 01 50 00 - 7 TRAFFIC CONTROL CHECKLIST ITEM HOW MANY? 1. Are any devices missing? Yes 0 No Do any devices need repair? Yes 0 No Were all replaced or repaired? Yes 0 No 2. Are any lights (flashers, etc.) not functioning? OYes 0 No Were they all replaced or repaired Yes D No 3. Are any devices improperly placed? Yes ❑ No Were all positions corrected? ®Yes 0 No 4. Do any devices need cleaning? ®Yes 0 No Where all devices cleaned? ®Yes El No ADDITIONAL COMMENTS: The above check was completed by on: (date) at: (time) (name / title) SECTION 01 57 13 TEMPORARY EROSION AND SEDIMENT CONTROL PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Managing storm water runoff and other Project related water discharges to minimize sediment pollution during construction. Related Sections 1. Section 31 23 00 - Excavation and Fill. 2. Section 32 92 00 - Turf and Grasses. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Bid Items have been provided for temporary measures to control soil erosion and sedimentation. Payment at the Bid Unit Price will be considered compensation in full for all Work necessary to complete the Bid Item in full, including installation, maintenance, sediment removal, repairs, and removals. 2. Measurement will be based upon the units as listed below for Bid Items removed, abandoned, or salvaged complete as specified. No measurement will be made of any removals that are not required. The actual quantity installed multiplied by the appropriate Bid Unit Price will be compensation in full for all Work and costs of the following Bid Items. 80-percent partial payment will be made upon installation and 20-percent payment will be made upon removal and restoration. a. Silt Fence: Payment will be by type. Measurement will be in linear feet along the base of the fence, from outside to outside of the end posts for each section of fence. b. 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. c. 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 t= incidental to the Project. This Bid Item shall only be used during extreme wet conditions where the larger rock is required. 3. A Bid Item has been provided for Water for Dust Control. Measurement will be per 1,000 gallons (TGal) applied to the street. Payment will constitute compensation in full for all Work and cost to furnish and install the Water. This Bid Unit Bid Item is intended to pay for water used for dust control only and only at those times that it is requested by leither the Engineer or Owner. a. Water used for the construction of the streets will be considered incidental to the Project. 4. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. TEMPORARY EROSION AND SEDIMENT CONTROL © 2017 Stantec 1 193803542 0157 13 - 1 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2016 Edition (MnDOT Spec.) 1. 2130 - Application of Water for Dust Control. 2. 2573 - Storm Water Management. 3. 2575 - Establishing Turf and Controlling Erosion. B. MPCA's NPDES General Stormwater Permit for Construction Activity. 1.04 SUBMITTALS A. Completed application form for the MPCA's NPDES General Stormwater Permit for Construction Activity (MN R100001) conforming to Section 01 31 00. 1. NPDES permit inspection log resulting from weekly Site inspections. 2. Amendments to the Stormwater Pollution Prevention Plan (SWPPP) for the Project. 3. Completed form for MPCA's Notice of Termination. B. Contractor Prepared Schedules and Plans 1. Erosion Control Schedule: Conforming to MnDOT Spec. 1717.2C and submitted each week that construction is active. C. Certification and Sampling 1. Furnish a manufacturer's certification stating that the material supplied conforms to the requirements of this Section. The certification shall include or have attached typical results of tests for the specified properties, representative of the materials supplied. 1.05 QUALITY ASSURANCE A. Erosion Control Supervisor: Provide an Erosion Control Supervisor to direct the erosion control operations and insure compliance with Federal, State, and Local ordinances and regulations. B. Certified Installers: Provide a certified installer to install or direct installation of erosion or sediment control practices. Certification shall be obtained through the University of Minnesota Erosion Control Inspector/Installer Certification program, or approved equal. 1.06 PERMITS A. Project disturbs 1 or more acres of total land area. Co -submittal with the Owner of a completed NPDES application form for the MPCA's General Stormwater Permit for Construction Activity and the appropriate fees to the MPCA is required. Contractor to Submit Permit application online and Submit a copy of the completed, signed, and dated application form to Owner. B. Permit coverage will become effective 7 days after the Submittal date of the completed application. Or Permit coverage is anticipated to become effective 30 days after the postmarked date of a completed application form and SWPPP submittal to the MPCA. 1.07 SEQUENCING AND SCHEDULING A. Install sediment control measures prior to grading activities. TEMPORARY EROSION AND SEDIMENT CONTROL © 2017 Stantec 1 193803542 01 57 13 - 2 Schedule and coordinate the Work so that permanent erosion and sediment control BMPs, such as basin construction, rip rap placement, and permanent seeding, are directly incorporated into the supplement permanent erosion and sediment control BMPs with temporary BMPs. Place temporary BMPs when permanent erosion control cannot be achieved. Coordinate construction operations so that erosion and sediment control measures (permanent or temporary) are installed and maintained concurrently with the rest of the Work of the Project. C. Coordinate and schedule the Work of subcontractors such that erosion and sediment control measures are fully executed for each operation and in a timely manner over the duration of the Project. Develop a chain of responsibility for all subcontractors and operators on the Project to ensure that permit provisions are adhered to. D. Infiltration areas and constructed infiltration systems should not be constructed until the contributing drainage area and/or adjacent construction has been completely stabilized. When this timing of construction is not possible, the Contractor shall insure sediment from exposed soil areas of the Project does not enter into the infiltration area or system. E. Stabilization timeframes shall conform to the NPDES General Stormwater Permit for Construction Activity. F. Prior to Project shutdown for the winter or other periods of a week or more, the Site shall be C adequately protected from erosion and off Site damage by covering exposed soils with mulch and establishing perimeter controls. G. If the Contractor fails to install erosion or sediment measures, the Engineer may withhold payment from related work until the control measures are undertaken by the Contractor. 1. When the Contractor fails to conduct the quality control program, does not conduct the inspection required in the NPDES permit, or fails to take action ordered by the Engineer to remedy erosion or sediment control problems, the Engineer shall issue a Written Order to the Contractor. 2. The Contractor shall respond within 24 hours with sufficient personnel, equipment, materials, and conduct the required Work or be subject to a $2,000 per calendar day deduction for noncompliance. H. Establish permanent turf in accordance with Section 32 92 00 to prevent excessive soil erosion. PART 2 PRODUCTS b 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 4. 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. TEMPORARY EROSION AND SEDIMENT CONTROL © 2017 Stantec 1 193803542 01 57 13 - 3 B. Hydraulic soil stabilizer may be used in lieu of mulch with the approval of the Engineer. 2.04 HYDRAULIC EROSION CONTROL PRODUCTS A. Conform to MnDOT Spec. 3884. B. Type Hydraulic Mulch C. Type Bonded Fiber Matric (BFM), 100-percent wood fiber mulch. 2.05 EROSION CONTROL BLANKET A. Conform to MnDOT Spec. 3885. 2.06 STORM DRAIN INLET PROTECTION A. Inlet protection for paved streets with concrete curb and gutter: The following methods are acceptable: 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. Rock Log: a. Conform to MnDOT Spec. 3897.2.G. b. Rock 3/4 to 1-1/2 inches crushed or natural rounded aggregate. B. Inlet protection for non -paved surfaces without curb or areas where vegetation will be established. The following methods are acceptable: l . Conform to the details on the Drawings. 2. Silt fence ring, or approved equal: a. Place wire mesh cage in a circular or square confirmation to form a minimum 5 foot diameter zone of protection. b. Geotextile shall be monofilament/monofilament meeting the requirements of MnDOT Spec. Heavy Duty. c. Loose aggregate or a rock log(s) around perimeter of ring to anchor geotextile. 3. Sediment control inlet hat conforming to MnDOT Spec. 2573: a. InfraSafe Sediment Control Barrier by Royal Enterprises (http://www.royalenterprises.net/). 4. Rock filter as shown on the Drawings. 2.07 SEDIMENT CONTROL LOGS: Conform to MnDOT Spec. 3897. A. Straw or wood fiber biorolls, 6 to 7 inches in diameter. B. Compost or rock logs, 6 to 8 inches in diameter. 2.08 FLOATATION SILT CURTAIN A. CONFORM TO THE REQUIREMENTS OF MnDOT Spec. 3887, Light Duty. B. Curtain depth shall extend to the bottom of the water body. TEMPORARY EROSION AND SEDIMENT CONTROL © 2017 Stantec 1 193803542 01 57 13 - 4 2.09 DUST CONTROL A. Water clear and free from suspended fine sediment. B. The Owner may elect to have the Contractor apply a chloride solution for dust control. 1. Calcium Chloride: Conform to MnDOT Spec. 3911. 2. Magnesium Chloride Solution: Conform to MnDOT Spec. 3912. 2.10 TEMPORARY SEED A. Conform to Section 32 92 00. B. General -Sizing, configuration, capacity, and selection of dewatering sediment capture techniques shall be based on Site and flow conditions. The Contractor shall submit the means and methods for review by the Engineer. Sizing of the sediment capture systems will have to be adjusted such that the ultimate discharge water is not visibly different from the receiving water. 2.11 FLOCCULANTS: Conform to MnDOT Spec. 3898. PART 3 EXECUTION 3.01 GENERAL A. Comply with all applicable laws, ordinances, regulations, permit requirements, orders and decrees pertaining to erosion/sediment control and stormwater discharge during the conduct of the Work. B. Take necessary precautions against damage to the Project by action of the elements. C. Implement the Project's NPDES Stormwater Pollution Prevention Plan (SWPPP) and take necessary actions to prevent off Site damage resulting from Work conducted on the Project or Project related stormwater runoff. D. Minimize the amount of disturbed land that is susceptible to erosion at any time. Delineate areas not to be disturbed. 1. Exclude vehicles and construction equipment from area not to be disturbed to preserve natural vegetation. 2. Maintain and preserve riparian and naturally vegetated buffer strips (10 feet minimum distance) along water courses. 3.02 INSTALLATION A. General: Install temporary stormwater management and sediment control devices in conformance with the details, typical sections, and elevations shown on the Drawings. B. The location of temporary stormwater and sediment control devices may be adjusted from that shown on the Drawings to accommodate actual field conditions and increase the effectiveness of the installation. C. Silt Fence: Conform to MnDOT Spec. 2573.3.E 1. Install in the locations shown on the Drawings using the machine sliced installation method, unless directed otherwise by the Engineer. TEMPORARY EROSION AND SEDIMENT CONTROL © 2017 Stantec 1 193803542 0157 13 - 5 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. Mulch 1. For seeded Sites, apply at a rate of 2 tons per acre (4,500 kg/ha). 2. For unseeded Sites, apply at a rate of 2 to 3 tons per acre (4,500 to 6,700 kg/ha), covering the entire soil surface. 3. Distribute mulch evenly by hand or machine and cover the exposed area to a uniform depth. 4. Disk anchor in conformance to MnDOT Sect. 2575.3.D. 5. Anchor mulch immediately to minimize loss by wind or water. Hydraulic Erosion Control Products 1. Apply in conformance with MnDOT Spec. 2575.3.E. 2. Raking or harrowing of soil/seed and slope (cat) tracking shall be done before installation of hydromulch. 3. Apply hydromulch in at least 2 opposing directions so that a shadowing effect leaving the back side of a soil clod unprotected is minimized. 4. Type Hydraulic Mulch a. Application Rate for Slopes greater than 1:4: 2,800 Ibs per acre. 2 applications may be necessary. All other slopes apply at a rate of 2,100 Ibs per acre. 5. Type Bonded Fiber Matrix (BFM) a. Application Rate for Slopes less than 1:3: 3,000 Ibs per acre. b. Application Rate for Slopes between 1:3 and 1:2: 3,500 Ibs per acre. 2 applications shall be necessary. c. Application Rate for Slopes greater than 1:2: 4,500 Ibs per acre. 2 applications shall be necessary. G. Slope (Cat) Tracking 1. Slope tracking consists of operating a dozer up and down slopes so that the cleats of the tracks create grooves perpendicular to the slope. By operating the dozer up and down, the soil surface is firmed and miniature interceptor checks are created. 2. Required on all slopes equal to or steeper than 3:1 (H:V). TEMPORARY EROSION AND SEDIMENT CONTROL © 2017 Stantec 1 193803542 01 57 13 - 6 H. Erosion Control Blanket 1. Install immediately following seeding in accordance with MnDOT Spec. 2575.3.G, and as modified below. 2. Install as shown on Drawings. 3. Raking or harrowing of soil/seed shall be done before installation of erosion control blanket. 4. Install blanket parallel to the direction of flow. 5. If permanent seeding is not available at the time of blanket installation, this material will have to be removed, re -seeded, and installed again as a permanent erosion control measure. If permanent seeding is available at the time of initial installation, a one-time proper installation is acceptable. I. Storm Drain Inlet Protection 1. Provide effective storm drain inlet protection over the life of the Project until all sources with potential for discharging to inlets have been paved or stabilized. 2. Place devices so that driving hazards or obstructions are not created. The devices must be cleaned out regularly and all devices must have an emergency overflow to reduce flooding potential. J. Temporary Sediment Basins 1. Sediment basins shall be excavated as a first priority when grading begins on the Project. The location and outlet configuration are shown on the Drawings. Temporary Sediment Traps 1. Temporary sediment traps are excavated in conjunction with other grading activities. Temporary traps are approximately 2 feet or less in depth with a length to width ratio of 2:4. 2. Effectiveness of sediment traps can be increased by placing a rock weeper at the outlet. L. Filter Berms: Reference detail on Drawings. M. Floatation Silt Curtain 1. Floatation silt curtain shall be installed in locations show on the Drawings and according to the manufacturer's specifications. a. Anchored and secured to prevent any material from passing beneath, over, around, or through the barrier. b. Provide sufficient slack to permit the curtain to rise to the maximum expected high water level, including wave action, without being overtopped and still be in continuous contact with the bottom. 2. Place floatation silt curtain as close to the shoreline or work area as possible. Flotation silt curtain shall not be place across flowing rivers, streams, drainage ditches, or across culvert inlets or outlets. N. Rapid Stabilization 1. Work to be performed under non-schedulable situations requiring rapid stabilization of small critical areas within 200 feet of surface waters to comply with permit requirements. 2. Methods per MnDOT Spec. 2575.3.M with Seed Mix 21-112 or 21-111. TEMPORARY EROSION AND SEDIMENT CONTROL © 2017 Stantec 1 193803542 01 57 13 - 7 3.03 MAINTENANCE A. Conform to MnDOT Spec. 2573.3M, NPDES permit, and as follows: 1. Inspect, maintain, and repair any washouts or accumulations of sediment that occur as a result of the grading or construction. Restoration consists of grade repair, turf re- establishment, and street sweeping of mud and debris tracked from the Site. 2. Inspection of all erosion and sediment control items will take place immediately after each runoff event and at least daily during prolonged rainfall. Any required repairs shall be made immediately. 3. The Contractor shall maintain the temporary sediment control devices until they are no longer necessary and are removed: a. Maintenance consists of keeping the devices functioning properly. b. The Contractor shall repair or replace plugged, torn, displaced, damaged, or non- functioning devices. 4. Upon final acceptance of the Project and establishment of permanent erosion control measures, the Contractor shall remove all temporary erosion control measures. 5. Temporary mulching and temporary seeding/mulching are very effective at controlling erosion. However, these are considered temporary measures. These measures may need to be re-established several times throughout the duration of the Work. b. 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 © 2017 Stantec 1 193803542 01 57 13 - 8 rr SECTION 01 70 00 EXECUTION REQUIREMENTS PART] 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 1. 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 U 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. © 2017 Stantec 1 193803542 EXECUTION REQUIREMENTS 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 © 2017 Startec 1 193803542 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. r This form, Affidavit for Obtaining Final Settlement of Contract with the State of Minnesota and any of its Political or Governmental Subdivisions, is to be signed by a Department of Revenue representative and forwarded to the Owner. Copies of this form can be obtained by writing to the Minnesota Department of Revenue, 600 North Robert Street, St. Paul, MN 55101 or by calling 651-282-9999 or 1-800-657-3594. They are also available on their website: www.revenue.state.mn.us, or via email at with hoidincl.tax @state.mn.us. END OF SECTION EXECUTION REQUIREMENTS © 2017 Stantec 1 193803542 01 70 00 - 3 This Page Left Blank Intentionally M IN SECTION 02 41 13 SELECTIVE SITE DEMOLITION PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Complete or partial removal and disposal or salvage of at grade, above grade, and below grade structures and miscellaneous items. B. Related Sections 1. Section 31 23 00 - Excavation and Fill. 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. Sawing Bituminous Pavement - Street: Per lineal foot along the saw cut line as staked or otherwise marked in the field. Payment will only be made for one saw cut at each location, just prior to wear course pavement. All other sawcutting, including driveways, shall be incidental to the Project. b. Remove Bituminous Pavement: Per square yard without regard to thickness. Bid Item is for removal of bituminous pavement on street sections where Petromat is not present. 1) Material produced from removals, millings, reclaimed aggregate base, etc. that does not contain petroleum -containing fabric (Petromat), shall be used for temporary access during construction and is considered incidental to this Bid Item. If existing material is hauled off site, the contractor shall be responsible to haul on and provide any material necessary to correct any temporary access issues as directed by the engineer incidental to this Bid Item. c. Remove Bituminous Pavement below 3'' Mill depth: Per square yard without regard to thickness. Bid Item is for removal of additional bituminous pavement upon completion of milling on street sections where Petromat is present (anticipated to be Gettysburg Avenue North). 1) Material produced from removals, millings, reclaimed aggregate base, etc. that does not contain petroleum -containing fabric (Petromat), shall be used for temporary access during construction and is considered incidental to this Bid Item. If existing material is hauled off site, the Contractor shall be responsible to haul on and provide any material necessary to correct any temporary access issues as directed by the Engineer incidental to this Bid Item. d. Mill and Dispose of Bituminous Pavement with Petromat - 3" Depth: Per square yard. Bit Item shall be used on reconstruct and full pavement removal streets © 2017 Stantec 1 193803542 SELECTIVE SITE DEMOLITION 024113-1 where Petromat is present in the pavement section. Payment shall include milling, loading, hauling, and disposing off material off -site. 1) Petromat is anticipated on Gettysburg Avenue North e. Mill Bituminous Pavement - 2" Depth: Per square yard. Bid Item shall be used on the mill and overlay streets. f. Remove Concrete Walk: Per square foot without regard to thickness. Includes the removal of the concrete walk, pedestrian ramps, and truncated domes. Saw cut i� considered incidental. g. Remove Concrete Curb & Gutter: Per lineal foot, regardless of type. h. Remove and Replace Concrete Curb and Gutter: Refer to Section 32 16 13. i. Remove Bituminous Driveway Pavement: Per square foot without regard to thickness. Saw cut is considered incidental. j. Remove Concrete Driveway Pavement: Per square foot without regard to thickness. Saw cut is considered incidental. k. Remove Hydrant, Valve and Box: Per each. Includes the removal of the hydrant and adjacent hydrant valve and box. I. Remove Valve and Box: Per each. This item does not include existing hydrant valves. m. Remove Storm Sewer MH or Catch Basin: Per each, regardless of size or depth. n. Remove Sanitary Sewer Manhole: Per each, regardless of size or depth. o. Remove Pipe: Per lineal foot of the type specified, measured from center of junction fittings, catch basins, or manholes, and will include the length of any aprons and fittings. p. 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. q. Remove Sanitary Sewer Service: Per each. Includes the removal of pipe and any fittings, regardless of length or depth. r. Remove and Replace Water GV Box Section: Per each. This Bid Item is for water gate valve boxes found to be broken or unable to raise on the mill and overlay streets. Payment includes removal of existing GV box section, furnish and install a new gate valve box section, and adjustment per specifications. s. Remove Rip Rap: Per square yard. Includes the removal of all rip rap material including any underlying geotextile fabric and aggregate material, regardless of size and depth. t. Salvage Sign: Per each. Payment shall be made on each sign removed, regardless of size; including sign panel, post, and anchor system. Salvaged signs and posts shall be delivered to City of New Hope Public Works. 1) Bid Item does not include street name blade signs. u. Salvage and Reinstall Sign on New Post: Per each. Bid Item is for the small signs on Alternate No. 2. Payment shall be made on each sign salvaged and reinstalled on a new post as specified. Payment shall include new anchor post. v. Salvage and Reinstall Street Name Blade Sign on New Post: Per each. Payment shall be made on each sign salvaged and reinstalled on a new post as specified, regardless of size. Payment shall include installation of new anchor post. Deliver existing post to City of New Hope Public Works. w. Salvage and Reinstall Fence: Per lineal foot. Bid Item is for the privacy fencing in Alternate No. 2. Payment shall include all material and labor required to salvage and reinstall fence, including but not limited to: removal, storage, reinstallation, post foundations, leveling, and backfilling. x. Salvage and Reinstall Driveway Pavers: Per square foot. Bid Item is for the decorative driveway pavers bordering some driveways. Payment shall include all material and labor required to salvage and reinstall pavers, including but not limited to: removal, storage, reinstallation, excavation, sand bedding, compaction, and leveling. SELECTIVE SITE DEMOLITION © 2017 Stantec 1 193803542 0241 13 - 2 r t i i y. Salvage and Reinstall Retaining Wall: Per square foot, for each material type. This Bid Item includes all material and labor required to salvage and reinstall, including but not limited to removal, storage, reinstallation, draintile (if necessary), base material, drainage aggregate, and backfill. 3. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2016 Edition (MnDOT Spec.) 1. 2104 - Removing Pavement and Miscellaneous Structures. 1.04 DEFINITIONS A. Remove: To take away or eliminate from the Site by any method selected by the Contractor, including disposal of material. B. Salvage: To dismantle, disassemble, or remove carefully without damage so the item can be re -assembled, replaced, or reused in a workable condition equal to that existing before removal. C. Abandon: To fill, bulkhead, or close off pipes and structures so that no settlement or flow can occur. 1.05 REGULATORY REQUIREMENTS A. Conform to MnDOT Spec. 2104.3, with the following modifications: 1. Dispose of all materials designated for removal outside the Site at locations selected by Contractor. 2. Stockpile or temporarily store materials designated for salvage at locations provided by Contractor. 1.06 SCHEDULING A. Prior to starting Work, submit for review by the Engineer and approval by the Owner, a schedule showing the commencement, order, and completion dates of the various parts of this Work. B. Fill holes or depressions resulting from removal or salvage immediately. C. Provide temporary surface restoration for traffic continuity where removal or salvage operations are completed within streets, driveways, or parking lots. PART 2 PRODUCTS Not Used. PART 3 EXECUTION 3.01 GENERAL A. Dispose of all items removed, except for those items identified to be salvaged or recycled. Said disposal shall be in accordance with all laws, regulations, statutes, etc. SELECTIVE SITE DEMOLITION © 2017 Stantec 1 193803542 0241 13 - 3 B. Perform removal work without damage to adjacent retained work. Where such Work is damaged, the Contractor shall patch, repair, or otherwise restore same to its original condition at no expense to the Owner. C. Remove debris from the work area as often as necessary, but not less than at least once at the end of each workday. Debris shall be placed in approved containers to prevent the spread of dust and dirt. D. Execute the Work in a careful and orderly manner with the least possible disturbance to the public and occupants of buildings. E. Fill holes resulting from removals consistent with Section 31 23 00. 3.02 EXAMINATION A. Meet with owners of signs to determine requirements for salvage, storage, and replacement. B. Develop plan acceptable to Engineer and postal service for maintaining mail service. Temporary relocations of mailboxes will be necessary. 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. Bituminous Pavement: Saw along the removal line to a minimum depth of 3 inches prior to breaking off the pavement. SELECTIVE SITE DEMOLITION © 2017 Stantec 1 193803542 0241 13 - 4 3.05 REMOVE BITUMINOUS PAVEMENT, PATH, DRIVEWAY A. Remove in accordance with MnDOT Spec. 2104.3.C.2, except as modified below: 1. Saw cut bituminous pavement at the removal limits prior to that removal, unless otherwise approved by the Engineer. 2. Prior to restoring trench areas, the edges of the trench shall be trimmed back to a vertical face on a straight line which is parallel with the centerline of the trench. 3.06 REMOVE CURB AND GUTTER A. Saw cut at removal limits. B. Concrete Curb and Concrete Curb and Gutter: Do not disturb any material beyond the limits required to form for new construction (assumed 12 inches maximum from the back of new work and 6 inches beyond the edge of new driveways). 3.07 PAVEMENT MILLING A. Bituminous 1. Saw cut at removal limits prior to milling process. 2. Mill bituminous surface to the depth specified as shown on the Drawings or as directed by the Engineer. 3.08 MILL AND DISPOSE OF BITUMINOUS PAVEMENT WITH PETROMAT - 3" DEPTH A. Material must be placed in a truck and hauled off -Site. B. The Contractor should anticipate the presence of Petromat material in the existing pavement section on Gettysburg Avenue North. It may be encountered in additional areas as well. C. Petromat is a non -woven pavement reinforcement fabric that is found to contain petroleum or petroleum products. 3.09 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. SELECTIVE SITE DEMOLITION © 2017 Stantec 1 193803542 0241 13 - 5 3.10 REMOVE BITUMINOUS SURFACING A. Work includes pathways and driveways. B. Saw cut bituminous surfacing to full depth at the limits of partial removal prior to that removal, unless otherwise approved by the Engineer. C. Remove bituminous in such a manner that the remaining surfacing is not damaged. D. Prior to restoring trench areas, the edges of the trench shall be trimmed back to a vertical face on a straight line which is parallel with the centerline of the trench. E. When removing existing pathways and driveways, the Contractor shall not disturb any material beyond the limits required to form for new construction (assumed 12 inches maximum from the back of new work and 6 inches beyond the edge of new driveways). 3.11 REMOVE MANHOLES AND CATCHBASINS A. Remove structure in its entirety, including casting, rings, cone section, barrel sections, and base slab. 3.12 REMOVE SECTIONS OF EXISTING PIPE A. Pipes to be abandoned shall be bulkheaded with non -shrink concrete grout 8 inches thick at 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. 3.13 SALVAGE AND REINSTALL A. Salvage operations conform to MnDOT Spec. 2104.3.B. Signs 1. In no case shall a traffic sign or street sign be removed or disturbed by Contractor without prior notification being given to Engineer and then only after satisfactory arrangements have been made for a temporary installation or its disposition. a. Street identification signage shall be maintained at all times due to its importance to the 911 Emergency Response System. b. Remove and salvage all posts, A -frame angle brackets, stringers, as well as the nuts, bolts, and washers. c. Exercise reasonable care against damage to in -place signs during storage and installation. d. Remove signs damaged during construction and replace with new signs. e. Reinstall salvaged signs on new posts in accordance with Section 34 41 05 and 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. SELECTIVE SITE DEMOLITION © 2017 Stantec 1 193803542 0241 13 - 6 3. Removal, temporary re -installation, and replacement shall occur such that mail delivery is not interrupted. 4. Reinstall in locations as shown on Drawings or as directed by Engineer. 5. Mailboxes, posts, and appurtenances damaged during construction shall be replaced with new at no charge to Owner. D. Fences 1. Salvage and store fence and post material where they are in conflict with the Work. 2. After completion of Work, reinstall fence to the condition existing prior to removal. 3. Install temporary snow fence or similar barrier at the end of the working day while the permanent fence is removed. E. Driveway Pavers 1. Remove and salvage existing pavers that interfere with the Work. 2. Prepare paver base material to match existing. 3. Supplement with similar bricks, if necessary. 4. After completion of Work, reinstall pavers to the condition existing prior to removal. E. Retaining Wall 1. Avoid damage to sections of wall to remain. 2. Storage of materials shall be in a location, which will prevent damage during construction. 3. Salvage wall in its entirety, including footings and tiebacks. 3.14 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. 3.15 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 © 2017 Stantec 1 193803542 SELECTIVE SITE DEMOLITION 0241 13-7 This Page Left Blank Intentionally SECTION 31 10 00 SITE CLEARING PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Removal and trimming of vegetation and trees, and stripping and stockpiling of sod and topsoil. B. Related Sections 1. Section 31 23 00 - Excavation and Fill. 1.02 PRICE AND PAYMENT PROCEDURES A. Measure and Payment l . A Bid Item has been provided for Remove Tree. Measurement will be by physical count of each tree and stump removed having a diameter of more than 4 inches at a point 24 inches above the ground surface. Payment will constitute compensation in full for all removal, disposal work, and costs. a. Any trees removed that are 4 inches and greater as measured 24 inches above the ground surface that share the same base shall be considered as 1 tree. 2. A Bid Item has been provided for Clearing and Grubbing. Measurement will be by lump sum for all Project Clearing and Grubbing associated with Alternate No. 2. Payment will constitute compensation in full for all removal, disposal work, and costs, including removal of any trees as shown on the plans. 3. Tree Trimming: This Work shall be considered incidental to the Project. 4. Sod Removal: This Work is considered incidental to the other Work of the Contract. 5. Windfall/Deadfall Removal: This Work shall be incidental to the Project with no direct compensation. 6. Brush Removal: This Work shall be incidental to the Project. 7. Stripping and Stockpiling of Soil: This Work shall be considered incidental to other Work in the Contract. 8. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2016 Edition (MnDOT Spec.) 1. 2101 -Clearing and Grubbing. 2. 2571 - Plant Installation and Establishment. 1.04 DEFINITIONS A. Brush: All bushes, shrubs, and other vegetation that can be cut with a brush scythe or mowing machine, including small isolated trees having a diameter of 4 inches or less at a point 2 feet above the ground surface. SITE CLEARING © 2017 Stantec 1 193803542 31 10 00 - 1 B. Clearing: Cutting, removing, and disposing of trees, shrubs, bushes, windfalls, and other vegetation in the designated areas. C. Grubbing: Removing and disposing of stumps, roots, and other remains in the designated areas. D. Tree Trimming/Pruning: Cutting broken, damaged, or obstructing branches and installing wound dressing. 1.05 QUALITY ASSURANCE A. Burning 1. Onsite burning not allowed. 2. Acquire Minnesota Pollution Control Agency (MPCA) and all required State Permits. 3. Conform to all local regulations. 1.06 SITE CONDITIONS A. Work consists of removing trees and brush within the project limits. B. The Drawings do not specifically show all trees to be removed. C. Protect specimen trees close to Work that are designated to remain but may be damaged by Work. 1.07 SEQUENCING AND SCHEDULING A. Install temporary erosion control measures prior to Work of this Section. B. Complete before or sufficiently ahead of on -going rough grading, excavation, backfill, and compacting for utilities. PART 2 PRODUCTS 2.01 WOUND DRESSING A. Only applied to Oak and Elm trees at the direction of the Engineer or City Forester. B. Asphalt base tree paint. C. Other acceptable materials per Engineer's approval. PART 3 EXECUTION 3.01 GENERAL A. Review removals in the field with the Engineer prior to doing Work. Clearing limits will be clearly marked by the Engineer. B. Assume multiple mobilizations for the Work of this Section. C. Stockpile soil to eliminate contamination with other on Site materials. SITE © 2017 Stantec 1 193803542 31 10 00 2 3.02 CLEARING AND GRUBBING A. Clearing Trees: Cut off, remove, and dispose of trees and brush in the areas designated as a clearing operation. When grubbing is not required, the point of cut off shall be 6 inches above the ground. B. Clearing Brush: Cut even with the ground surface. C. Grubbing: Remove brush, stumps, roots, and other remains to a minimum depth of 6 inches below subgrade for all proposed sections. D. Remove: Removal of trees shall consist of all items described in Clearing Trees and Grubbing in the paragraphs above. E. Backfill all depressions resulting from the grubbing operations in accordance with Section 31 2300. 3.03 TRIMMING AND PRUNING A. As directed by the Engineer, trim trees that are to be saved but interfere with the proposed construction. Paint all cuts with wound dressing. 3.04 STRIPPING A. After clearing and grubbing have been completed, strip sod and topsoil to a line 2 feet outside of areas to be occupied by structures, walks, roadways, areas to be excavated or filled, and other areas shown. B. Stockpile sufficient topsoil to re -spread at a uniform depth of 4 inches to all disturbed areas identified for seeding or sodding: 1. Do not strip within the drip line (branch spread) of trees identified to remain. 3.05 DISPOSAL A. Dispose of all cleared and grubbed material and debris outside the right-of-way at a location selected by the Contractor, except for trees and logs to be salvaged. B. Disposal site should be a properly designated landfill area as determined by appropriate governmental agencies or lands under direct control of the Contractor. C. Stripped materials not used for embankments shall be disposed off Site. D. On Site burial of any debris is not permitted. 1. Haul offsite excess sod and topsoil to allow for 5 inches of new topsoil borrow, and 2 inches of erosion control compost blanket. 3.06 PROTECTION A. Conduct operations so as not to damage surrounding private property. B. Protect trees intended to be saved from injury or defacement during operations. 1. Restrict widths of utility trenches. © 2017 Stantec 1 193803542 SITE CLEARING 31 1000-3 2. Provide protective bracing, sheeting, or box to insure safe Work conditions as incidental to Contract. C. Exercise care to keep salvaged material as clean as possible during operations. D. Install temporary fencing at the construction limits and drip lines of trees to be protected prior to any construction activities in order to protect vegetation. END OF SECTION SITE CLEARING © 2017 Stantec 1 193803542 31 10 00 - 4 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. B. Related Sections 1. Section 01 57 13 - Temporary Erosion and Sediment Control. 2. Section 02 41 13 - Selective Site Demolition. 3. Section 31 10 00 - Site Clearing. 4. Section 31 23 13 - Subgrade Preparation. 5. Section 32 92 00 - Turf and Grasses. b. Section 33 05 05 - Trenching and Backfilling. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l . Bid Items have been provided for various excavation materials, borrow materials, and salvage materials. Measurement and payment shall be at the Bid Unit Price consistent with MnDOT Spec. 2105.4 and 2105.5, except as modified in the following. 2. A Bid Item has been provided for Common Excavation (P). Measurement will be by volume of material in its original position, based on pre -construction cross sections and the design grading grade profile as shown in the Drawings as performed by the Engineer. Quantity shall be calculated and computed as indicated in the Drawings. Payment will include placing and compacting suitable material on Site and disposal of excess material off Site. a. Bid Item includes excavation for driveways on the reconstruct streets only. Common excavation for driveway patching on the mill and overlay and full pavement removal streets shall be incidental. 3. A Bid Item has been provided for Subgrade Excavation (CV). Measurement will be by compacted volume in cubic yards of actual material excavated below the Grading Grade. Payment will include placing and compacting suitable material on Site and disposal of excess material off Site. 4. A Bid Item has been provided for Filtration Trench/Rain Garden Excavation (CV). Measurement will be by compacted volume in cubic yards of actual material excavated below the existing grade for filtration trench and rain garden construction and will be based on field measurements taken by the Engineer and verified by the Contractor. Payment will include disposal of excess material off Site either on -Site as directed by Engineer or off -site. 5. A Bid Item has been provided for Exploratory Digging. Measurement will be by the hour required to complete the excavation, as directed by the engineer. Payment will include all labor, equipment, and materials to complete the excavation including but not limited to removal, backfill, and compaction of suitable material regardless of size, type, or depth of excavation. Bid Item is for locating existing utilities in the Project Area, as per the specifications. EXCAVATION AND FILL © 2017 Stantec 1 193803542 31 23 00 - 1 6. A Bid Item has been provided for Dispose of Existing Stockpiled Petromat Material. Measurement will be by the Ton of material disposed of off -site as determined from weight tickets delivered to the Engineer. Payment will include all costs related to loading and hauling material from the current stockpile location within the Gethsemane Cemetery located at 8151 42nd Avenue North in the City of New Hope. 7. A Bid Item has been provided for Select Granular Borrow (Modified). Measurement will be by the Ton of material compacted in place as determined from weight tickets delivered to the Engineer. Payment will include all costs related to furnishing and installing the material complete in place as specified. a. If the granular material is being wasted or placed excessively thick, the Owner reserves the right to deduct quantities that are in excess of plan thickness. Said quantities shall be based on material weighing 110 pounds per square yard of area per inch of thickness. 8. A Bid Item has been provided for Iron -Enhanced Filter Media (LV). Bid Item is for filtration material surrounding the collection draintile for select sand filtration trenches. Measurement will be based on units of cubic yards of material installed in place. Payment will include iron filings, fine filter aggregate, and all required hauling, mixing, placement, grading, and shaping of material. 9. A Bid Item has been provided for Sand Filter Material. Bid Item is for fine filter material surrounding the collection draintile for select sand filtration trenches. Measurement will be based on units of cubic yards of material installed in place. Payment will include material and all required hauling, placement, grading, and shaping to install material in place as specified. 10. A Bid Item has been provided for Angular Stone. Bid Item is for stone material for sand filtration trench areas. Measurement will be based on units of cubic yards of material installed in place. Payment will include stone, and all required hauling, placement, grading, and shaping of material. 11. A Bid Item has been provided for Trail Aggregate (Special). Bid Item is for angular rock (3-inch minus) to be used in the pavement section for the bituminous trail off of Ensign Avenue N. Measurement will be based on units of tons of material installed in place as determined by weight tickets delivered to the Engineer. Payment will include material and all required hauling, placement, grading, and compaction to install in place as specified. 12. A Bid Item has been provided for Augmented Soils. Measurement will be by cubic yard of material placed, as determined by the Engineer. Payment will include all costs related to furnishing and installing the material complete in place as specified. 13. A Bid Item has been provided for Topsoil Borrow, MnDOT 3877.2B, Loam Topsoil Borrow (LV). Measurement will be by loose volume of material placed in cubic yards. All hauling, placement, bading, 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. 14. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2016 Edition (MnDOT Spec.) 1. 2105 - Excavation and Embankment. 2. 3149 - Granular Material. 3. 3877 - Topsoil Material. EXCAVATION AND FILL © 2017 Stantec 1 193803542 31 23 00 - 2 A 4. 3890 - Compost. 1.04 SUBMITTALS A. Submit the following items consistent with Section 01 33 00: 1. Gradation tests for borrow materials. 2. Topsoil Borrow test indicating material content, organic content, and pH levels. B. Submit the following for the Iron -Enhanced Filter Media: 1. Name and location of the source and gradation results for the aggregate. C. Submit the following for the Augmented Soils: 1. Name and location of the source and gradation results for the sand portion. 2. Certification from compost vendor that their compost has been chemically and biologically tested and found to meet the specifications of MnDOT 3890. 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. l . Grading Grade: Bottom of the fully excavated design section as shown on the Drawings. 2. Common Excavation: Excavation above the grading grade that has not been classified as another form of excavation in this Section. 3. Subgrade Excavation: Excavation below the grading grade that has not been classified as another form of excavation in this Section. 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. Select Granular Borrow (Modified): Conform to the following gradation requirements: Sieve Size Percent Passing #40 0 to 40 # 200 0 to 5 © 2017 Stantec 1 193803542 EXCAVATION AND FILL 31 2300-3 B. Topsoil Material: Conform to MnDOT Spec 3877.2B: Loam Topsoil Borrow. C. Iron -Enhanced Filter Media: Mixture shall be a well -blended mixture of the following components: 1. 5 percent (by weight) of Iron Aggregate. a. High purity (92 to 98 percent Fe) HCA Cast Iron Powder. b. Connelly GPM ETI - CC - 1004 (-8+50) or approved equal. 2. 95 percent (by weight) fine filter aggregate a. MnDOT Spec. 3149.2J. D. Sand Filter Material: 1. Clean sand free of deleterious material meeting MnDOT 3127.2 FA-1, E. Angular Stone: Conform to stormwater chamber Manufacturer's specifications F. Trail Aggregate (Special): 3-inch minus angular rock G. Augmented Soils: 1. 70 percent clean sand free of deleterious material meeting MnDOT 3127.2 FA-1. 2. 30 percent organic leaf compost meeting MnDOT 38903 Grade 2. PART 3 EXECUTION 3.01 GENERAL A. Conform to MnDOT Spec. 2105.3A, or modified herein. 1. Establish traffic control prior to excavations. 2. Establish the specified erosion control devices according to Section 01 57 13 prior to all excavations. 3. Notify utility companies of progress schedule so they can accomplish relocations, removals, and holding of lines. 4. Perform removals consistent with Section 02 41 13. 5. Strip topsoil consistent with Section 31 10 00. 3.02 EXPLORATORY DIGGING A. The intent of this Bid Item is to locate and expose existing public or private utilities in advance of construction and determine if there is a conflict with the proposed improvements. The purpose is to gather information so that alterations can be made in the proposed improvements that, while not changing the scope of the Work, will avoid potential conflicts and avoid delays to the Contractor and the Project schedule. B. This Item is not to be used for the location and exposure of existing private utilities as required by the construction activities to ensure protection of the utility during the work or the safety of the Contractor, their subcontractors, suppliers, and agents. Those activities are considered to be the responsibility of the Contractor and shall be done at the sole expense of the Contractor. C. The locations of all exploratory digging shall be determined and approved by the Engineer prior to any digging. D. The Contractor, in their review of the Project, may also suggest locations for exploratory digging (including potholing) to the Engineer. The Engineer shall review the suggestion EXCAVATION AND FILL © 2017 Stantec 1 193803542 31 23 00 - 4 mil and determine whether they concur that the excavation is required. If the Engineer is in agreement that the pothole is necessary, direction will be given to the Contractor to proceed. E. Contractor shall use care and caution during the excavation activity to avoid damage to the existing utility. 3.03 PREPARATION OF EMBANKMENT A. Conform to MnDOT Spec. 2105.3C, or as modified herein. 1. Engineer's approval is required of all areas where preparation works has been performed prior to the placement of the embankment or fill material. 3.04 EXCAVATION OPERATIONS A. Conform to MnDOT Spec. 2105.3D, or as modified herein. 1. Excavation of unstable material below grade shall be done under the direction of the Engineer as the subsurface conditions are disclosed. 2. Remove muck excavation material so as to minimize disruption to the bottom of the excavation. 3. Notify Engineer immediately of any large boulders or ledge rocks encountered so proper measurement or profile can be made for pay quantities. 4. No solid rock will be allowed within 12 inches of the subgrade. 5. Provide and maintain temporary drainage facilities until permanent facilities are completed. 3.05 EXCAVATION OF FILTRATION TRENCH AREAS A. Excavate to the lines, elevation, grades, and dimensions shown on the Drawings, or as necessary to complete the work shown on the Drawings. Excavation beyond the lines and grades shown in the Drawings or as described herein without the specific direction of the Engineer will be considered unauthorized excavation and shall be remedied at the Contractor's expense by backfilling and compacting as specified for the appropriate situation described herein or as shown on the Drawings. B. Sub -cut all trenches as shown on the Drawings to allow for placement of filter material, topsoil, and pavement section. C. Excavate trenches with a backhoe to minimize compaction of the subgrade. D. Excavation equipment shall not be allowed to travel in the filtration areas once excavation has been completed. E. Rubber -tired construction equipment shall be strictly prohibited from working within excavated areas. As a general requirement, no construction equipment, including skid steer loaders, shall be allowed in the excavations. If this is not possible for some areas, only low ground pressure equipment shall be allowed to complete the work. F. Use only rubber -tired construction equipment when working from the pavement. G. Stability of Excavations: 1. Slope sides of excavations to comply with applicable Laws and Regulations and to provide access for compaction equipment. © 2017 Stantec 1 193803542 EXCAVATION AND FILL 31 2300-5 Provide shoring and bracing where required to comply with Laws and Regulations, or to protect adjacent surface or subsurface features, or to limit activity within construction limits. Contractor shall design shoring and bracing and provide all materials, including piling, uprights, stringers, and cross -bracing in good condition at no additional cost to Owner. Remove all temporary shoring and bracing not specifically indicated in the Drawings or these Specifications to remain. H. Water Controls: 1. Provide all temporary water controls, including diversions as Contractor deems necessary, to prevent surface water from flowing into excavations. 2. Contractor shall dewater any of the work areas that become inundated with water from rainfall or ground water and this work shall be incidental. 3.06 FILTRATION BASIN A. Install draintile and cleanouts according to the Drawings. B. Place filter aggregate according to the Drawings. C. Place iron -enhanced filter media according to the Drawings. D. Install storage chambers in accordance with Manufacturer's recommendations. 3.07 RAIN GARDEN A. Perform Rain Garden excavation as soon as possible after stripping the topsoil. B. Complete excavation and fill for the rain garden immediately after trench backfill and compaction. C. After approval from the Engineer, place geotextile fabric and Augmented Soils. D. Install plantings and engineered wood fiber mulch. E. Place topsoil and erosion control compost blanket. F. Complete finish grading of turf areas within 5 calendar days of starting excavation. 3.08 DISPOSITION OF EXCAVATED MATERIAL A. Conform to MnDOT Spec. 2105.31, or as modified herein. 1. Reclaim and milled materials may only be used as specified in the Drawings or as directed by the Engineer. 2. No disposition of bituminous will be permitted within the Project limits except as specified in the Drawings. 3.09 PLACING EMBANKMENT MATERIALS A. Conform to MnDOT Spec. 2105.3E. EXCAVATION AND FILL © 2017 Stantec 1 193803542 31 23 00 - 6 3.10 COMPACTING EMBANKMENTS A. Conform to MnDOT Spec. 2105.3F, or as modified herein. l . Compaction required for embankment materials shall conform to the Specified Density Method with the testing location and rates being determined by the Engineer. 2. Clayey or silty soil used as fill will need to be placed at a water content sufficient to attain compaction (near the "optimum water content" defined in ASTM D698). It is the Contractor's responsibility to moisture condition the soil (wet or dry) to a uniform condition. Some on Site soils will be wet (or could be dry) and the Contractor shall not claim that this is a changed condition. 3. Backfilling of embankments shall be performed using on Site materials: If the Contractor is unable to meet the specified density requirements using that material due to excess moisture content, they shall immediately notify the Engineer of this condition. 4. The Contractor shall recognize that inclement weather (sometimes heavy) occurs during the construction season and the Contractor shall be responsible for protecting the moisture condition of soils during the construction phase. Such protection measures include sloping of exposed surfaces to promote runoff (avoid ponding) and compacting exposed surfaces prior to rain events to minimize infiltration. 3.11 FINISHING OPERATIONS A. Conform to MnDOT Spec. 2105.3H, 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 © 2017 Stantec 1 193803542 31 23 00 - 7 This Page Left Blank Intentionally SECTION 31 23 13 SUBGRADE PREPARATION PART 1 GENERAL 1.01 SUMMARY 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 1. No Bid Item has been provided for subgrade preparation. Subgrade preparation and all related Work shall be considered incidental to the Project with no direct compensation made therefore. Subgrade preparation shall be completed in accordance with these Specifications, including shaping, grading, compacting, tolerancing, and test rolling. 2. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2016 Edition (MnDOT Spec.) 1. 2105 - Excavation and Embankment. 2. 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 © 2017 Stantec 1 193803542 31 23 13 - 1 PART 3 EXECUTION 3.01 GENERAL A. Subgrade preparations shall be performed to produce the required density, grade, and cross-section. 3.02 PREPARATION A. Inspection of subgrade by test rolling conforming to MnDOT Spec. 2111, or as modified herein. 1. The equipment used for test rolling shall be a Tandom Truck with a gross weight of 45,000 pounds. 2. The road bed will be considered unstable if yielding and rutting is greater than 1-1 /2 inches. 3.03 COMPACTION A. Conform to MnDOT Spec. 2105.31', 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. 3.04 FINISH OPERATIONS A. Subgrade tolerance shall conform to MnDOT Spec. 2105.3H, or as modified below. 1. Not vary by more than 0.05 feet above or below the prescribed elevation at any 1 point where a measurement is made. END OF SECTION SUBGRADE PREPARATION © 2017 Stantec 1 193803542 31 23 13 - 2 SECTION 31 32 19 GEOSYNTHETIC SOIL STABILIZATION AND LAYER SEPARATION PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Geotextile fabric used for street construction. Related Sections 1. Section 31 23 00 - Excavation and Fill. 2. Section 31 23 13 - Subgrade Preparation. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. A Bid Item has been provided for Geotextile Fabric -Type V. Measurement will be based on units of square yards of actual surface area covered by Geotextile Fabric. Payment at the Bid Unit Price shall include all materials, installation, and protection of F installed Geotextile Fabric as specified. The required overlap joint or joint sewing shall be incidental to this fabric item with no direct payment being made. 2. A Bid Item has been provided for Filtration Trench Geotextile Fabric - Woven. Measurement will be based on units of square yards of actual surface area covered by Geotextile Fabric. Payment at the Bid Unit Price shall include all materials, installation, and protection of installed Geotextile Fabric as specified. The required overlap joint or joint sewing shall be incidental to this fabric item with no direct payment being made. 3. A Bid Item has been provided for Filtration Trench Geotextile Fabric - Non -Woven. Measurement will be based on units of square yards of actual surface area covered by Geotextile Fabric. Payment at the Bid Unit Price shall include all materials, installation, and protection of installed Geotextile Fabric as specified. The required overlap joint or joint sewing shall be incidental to this fabric item with no direct payment being made. 4. A Bid Item has been provided for Geotextile Fabric Type V, Rain Garden. Measurement will be based on units of square yards of actual surface area covered by Geotextile Fabric. Payment at the Bid Unit Price shall include all materials, installation, and protection of installed fabric as specified. The required overlap joint or joint sewing shall be incidental to this fabric item with no direct payment being made. 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," 2016 Edition (MnDOT Spec.) 1. 3733 - Geotextiles. GEOSYNTHETIC SOIL STABILIZATION AND LAYER SEPARATION 0 2017 Stantec 1 193803542 31 32 19 - 1 1.04 SUBMITTALS A. Manufacturers Certificate of Compliance which includes the following information: 1. Full product name by trademark and style number. 2. Geotextile polymer type(s). 3. Geotextile physical properties. B. Samples of the Geotextile 1. The geotextile machine direction shall be marked on each sample submitted for testing. PART 2 PRODUCTS 2.01 GEOTEXTILE FABRIC - STREETS A. Conform to the requirements of MnDOT Spec. 3733, Type 5 (non - woven), except as modified below: 1. Materials: The fabric installed on top of the road subgrade shall consist of a polypropylene or polyester filament or yarn, non -woven, needle punched. The fabric shall be inert to commonly encountered chemicals, resistant to ultraviolet radiation, and conform to meet the following minimum Specifications: Geotextile Spec. Test Method Value Grab Tensile Strength ASTM D4632 200 either principal direction, lbs. Grab Tensile ASTM D4632 50 Elongation, Percent, Max. Ultra Violet Light Stability ASTM D4355 70-Percent Retained* Burst Strength ASTM D3786 400 p.s.i., min. (Diaphragm Method) Trapezoid Shear ASTM D4553 80 Strength, lbs. min. (any direction) Puncture Strength ASTM D4833 130 lbs., min. Permittivity (sec-1) ASTM D4491 1.5 Flow Rate ASTM D4491 95 Gal./Min./ft.2 Minimum Fabric Weight 8 oz/sy AOS (U.S. Sieve) ASTM D4751 70 to 100 *Percent retained of specified fabric strength as determined by ASTM D4632 (Grab Tensile) when exposed for 150 hours as per ASTM D4355. GEOSYNTHETIC SOIL STABILIZATION AND LAYER SEPARATION © 2017 Stantec 1 193803542 31 32 19 - 2 7 B. FILTRATION TRENCH GEOTEXTILE FABRIC - WOVEN 1. Conform to underground storage chamber manufacturer's specifications C. FILTRATION TRENCH GEOTEXTILE FABRIC - NONWOVEN 1. Conform to underground storage chamber manufacturer's specifications PART 3 EXECUTION 3.01 PREPARATION A. Excavation: Conform to Section 31 2300. B. Subgrade Preparation: Conform to the requirements of Section 31 23 13. Subgrade shall be toleranced and approved before geotextile placement. 3.02 INSTALLATION - ROADWAY FABRIC A. Conform to MnDOT Spec. 3733.2A except as modified below. B. Place geotextile immediately ahead of the covering operation. 1. No geotextiles shall be left exposed to sunlight during installation for a total of more than 7 calendar days. 2. The geotextile shall be laid smooth without excessive wrinkles. 3. The geotextile shall not be dragged through mud or over sharp objects which could damage the geotextile. C. All adjoining sections of the geotextile shall be overlapped a minimum of 18 inches or sewn using mechanical machine. D. Secure fabric in place by means of stone weights to prevent displacement. E. If geotextile is torn or punctured, the damaged area shall be repaired or replaced 1. The patch shall overlap the existing geotextile a minimum of 3 feet from the edge of any part of the damaged area. 3.03 INSTALLATION -SAND FILTER FABRIC A. Install per manufacturer's specifications. 3.04 FILL PLACEMENT A. Only granular spreading methods that will not tear the fabric shall be used. B. Granular borrow shall not be dropped on the fabric from a height greater than 3 feet 1. Place a minimum of 8 inches of granular borrow on the geotextile prior to the movement of construction equipment. Carefully monitor turning movements. 2. Tracked or wheeled equipment shall not be permitted to drive directly on the fabric. 3. Any ruts occurring during construction shall be filled with additional granular borrow and compacted to the specified density. C. Rain Garden: 1. Augmented Soils shall not be dropped on the fabric from a height greater than 3 feet. © 2017 Stantec 1 193803542 GEOSYNTHEfIC SOIL STABILIZATION AND LAYER SEPARATION 31 3219-3 2. Place a minimum of 8 inches of Augmented Soils on the geotextile prior to the movement of construction equipment. Carefully monitor turning movements. 3. Tracked or wheeled equipment shall not be permitted to drive directly on the fabric. 4. Compaction of Augmented Soils placed above the geotextile fabric will not be required, and shall be avoided. D. Compaction of first lift above the geotextile shall be limited to routing of placement and spreading equipment only. No vibratory compaction will be allowed on the first lift. END OF SECTION GEOSYNTHETIC SOIL STABILIZATION AND LAYER SEPARATION © 2017 Stantec 1 193803542 31 32 19 - 4 SECTION 32 11 23 AGGREGATE BASE COURSES PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Requirements for aggregate base course on a prepared subgrade. B. Related Sections 1. Section 31 23 13 - Subgrade Preparation. 2. Section 32 12 01 - Flexible Paving (Municipal Projects). 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. A Bid Item has been provided for Aggregate Base, Class 5. Measurement will be by the ton of material compacted in place as determined from weight tickets delivered to the Engineer. a. If the aggregate base course material is being wasted or placed excessively thick, the Owner reserves the right to deduct quantities that are in excess of Drawing thickness. Said quantities shall be based on material weighing 110 pounds per square yard of area per inch of thickness. 2. A Bid Item has been provided for Aggregate Base, Class 5 - (Special). Measurement will be by the ton of material compacted in place as determined from weight tickets delivered to the Engineer. This bid item is for use on Mill and Overlay and Full Pavement Removal (Reclaim) streets to correct insufficient sub -base areas as directed by the Engineer. The depth of sub -base correction will typically be a total of 1-foot deep including depth of the existing bituminous section. For example, for a typical 1-foot correction: if the existing bituminous has a thickness of 4 inches, the remaining depth of 8 inches will consist of aggregate base paid under this Bid Item. 3. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2016 Edition (MnDOT Spec.) 1. 2211 -Aggregate Base. 2. 3138 - Aggregate for Surface and Base Courses. 1.04 SUBMITTAL A. Submit gradation report on sample of aggregate base to be used. AGGREGATE BASE COURSES © 2017 Stantec 1 193803542 32 11 23-1 1.05 SEQUENCING AND SCHEDULING A. Construct aggregate base only after all of the following have been completed: 1. Subgrade has been corrected for instability problems and successfully passed a test rolling test performed by the Contractor and witnessed by the Engineer. 2. Subgrade has been checked for conformance to line and grade tolerances (stringline). PART 2 PRODUCTS 2.01 MATERIALS A. Aggregate Base: Conform to MnDOT Spec. 3138, Class 5 aggregate, except as modified herein: 1. 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 shall be done by the Quality Compaction Method. 3. Install aggregate base in accordance with details on Drawings. 4. Deliver weight tickets to Engineer daily. 3.03 FIELD QUALITY CONTROL A. The Owner shall have an independent testing laboratory sample the aggregate base materials, determine the moisture/density relationships and gradation, and perform field moisture/density tests at locations determined by Engineer. B. Line and Grade Tolerance: The final aggregate base surface will be checked for conformance to specified tolerances by the "stringline" method prior to approval to pave the surface. Grade shall be ± 0.03 feet of grade. 3.04 PROTECTION A. Protect aggregate base until it is covered by surface pavement. AGGREGATE BASE COURSES © 2017 Stantec 1 193803542 32 11 23 - 2 r L 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 © 2017 Stantec 1 193803542 AGGREGATE BASE COURSES 321123-3 This Page Left Blank Intentionally SECTION 32 11 25 FULL DEPTH RECLAMATION PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Reclamation of the existing bituminous surfacing and a portion of the existing base material. 2. Add rock. 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 Projects). 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. A Bid Item has been provided for Full Depth Reclamation. Measurement will be by the square yard, based on the actual area of pavement that is reclaimed, regardless of depth. a. Payment for removal of excess material, leveling, and compaction of the material immediately after it is reclaimed is to be included in the Bid Unit Price per square yard. b. The Bid Unit Price is to include the motor grader and any water necessary to maintain the roadway until paved. 2. Finish grading and tolerancing prior to paving is considered incidental to the reclamation. 3. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2016 Edition (MnDOT Spec.) 1. 2105 - Excavation and Embankment. 2. 2111 - Test Rolling. 3. 2112 - Subgrade Preparation. 4. 2211 -Aggregate Base. 5. 3138 - Aggregate for Surface and Base Courses. 1.04 SEQUENCING AND SCHEDULING A. Reclamation of existing bituminous material and aggregate base. FULL DEPTH RECLAMATION © 2017 Stantec 1 193803542 3211 25 - 1 B. Compaction of the reclaimed material by rubber -tired roller is required immediately following the reclamation process, and before excavation and removal of excess material. C. Finish grading and tolerance roadway. PART 2 PRODUCTS 2.01 MATERIALS A. Aggregate Base, Class 5 PART 3 EXECUTION 3.01 GENERAL A. Create an aggregate base course composed of the existing bituminous pavement and a portion of the existing subgrade material. 3.02 PREPARATION A. The Contractor is to provide a 48-hours notice prior to beginning the reclamation process. 3.03 EQUIPMENT A. Contractor to notify the Engineer of the equipment to be used at the preconstruction conference 1. Equipment to be hydrostatically driven. 2. Computerized operation controls. 3. Capable of cutting up to a 12 inch depth in 1 pass. 3.04 THICKNESS REQUIREMENTS A. Typical Reclaimed Section l . Approximately consists of 5 inches of bituminous, 8 inches of subgrade material. 2. Rotating cutter drum to operate parallel to the existing road surface, providing a uniform 10-inch section across the entire roadway. 3. The reclaimed depth is anticipated to be 10 inches, however, if variations occur, the depth shall be between 8 inches and 12 inches. END OF SECTION FULL DEPTH RECLAMATION © 2017 Stantec 1 193803542 3211 25 - 2 SECTION 32 12 01 FLEXIBLE PAVING (MUNICIPAL PROJECTS) PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Hot plant mixed asphalt -aggregate mixtures for wearing and non -wearing pavement courses. 2. Bituminous tack coat. 3. Mastic. B. Related Sections 1. Section 32 11 23 - Aggregate Base Courses. 2. Section 32 16 13 - Concrete Curbs and Gutters. 3. Section 33 05 17 - Adjust Miscellaneous Structures. 1.02 PRICE AND PAYMENT PROCEDURES " A. Measurement and Payment 1. Method of Measurement and Payment shall conform to MnDOT Spec. 2360.4 and 2360.5, except as modified herein. 2. A Bid Item has been provided for Bituminous Material for Tack Coat. a. Measured by volume in gallons at 60 degrees F. b. Payment for bituminous material used for Tack Coat includes compensation in full for all costs incidental to the furnishing and application at the Bid Unit Price per gallon. c. Cleaning of all debris and dirt from the previous bituminous surfaces prior to placement of Tack Coat is included in the Bid Unit Price for Tack Coat. d. Payment for tacking exposed edges of existing bituminous surfaces and concrete curb and gutter in conjunction with non -wearing course placement is considered incidental to the placement of the non -wearing course. 3. A Bid Item has been provided for Mastic on Lip of Curb. a. Measured by lineal foot. b. Cleaning of all debris and dirt from the previous bituminous surfaces prior to placement of mastic is included in the Bid Unit Price for mastic on Lip of Curb. c. Mastic shall be placed on lip of curb in all reconstruct areas only, prior to wear course paving in 2018. 4. Bid Items have been provided for Type SP 12.5 Non Wearing Course Mixture (2,B), Type SP 9.5 Wearing Course Mixture (2,C), Type SP 9.5 Wearing Course Mixture (2,B), Type SP 12.5 Wearing Course Mixture (4,B), and Type SP 9.5 Bituminous Mixture for Driveways (2,B). a. Measured by the weight in tons of material placed and accepted for each specified Bid Item as stated in the Bid Form. Payment shall be made in accordance with the acceptance and payment schedules provided in the MnDOT 2360 Plant Mixed Asphalt Pavement, MnDOT 2016. b. The Bid Unit Price includes both the bituminous course mixture and asphalt binder material. FLEXIBLE PAVING (MUNICIPAL PROJECTS) © 2017 Stantec 1 193803542 32 12 01 -1 c. Partial payment will not exceed 70 percent of the total calculated payment until the required testing and product documentation is received and found to be acceptable to the Engineer. d. The Contractor shall note that all bituminous non wearing course is to be constructed in 2017 and all bituminous wear course on the reconstruct streets is to be constructed in 2018. All bituminous wear course on the mill and overlay and full pavement removal streets is to be constructed in 2017. Except Jordan Ave, which will be paved in 2017 by others on separate contract. All costs associated with the required bituminous construction phasing will be considered incidental to the Project. 5. A Bid Item has been provided for Bituminous Patching (Special) - Type SP 12.5 Non - Wearing Course Mixture (2,B). This Bid Item is for use on Mill and Overlay streets to correct insufficient pavement and/or sub -base areas as directed by the Engineer. The depth of the bituminous patch shall match the existing depth of the pavement in that area minus the depth of the overlay for that area of sub -base correction. Sawcutting, removal of existing pavement and base material, compaction and bituminous material for the patch is considered incidental to the bid Item. a. Measured by the weight in tons of material placed and accepted for each specified Bid Item as stated in the Bid Form. Payment shall be made in accordance with the acceptance and payment schedules provided in the MnDOT 2360 Plant Mixed Asphalt Pavement, MnDOT 2016. b. The Bid Unit Price includes both the bituminous course mixture and asphalt binder material. c. Partial payment will not exceed 70 percent of the total calculated payment until the required testing and product documentation is received and found to be acceptable to the Engineer. 6. Preparation of Bituminous Non Wearing: Measurement and Payment shall be considered incidental and shall include the following: a. Final clean-up of the bituminous non wearing course with a power pickup broom. b. Final adjustment of the structures to conform to Section 33 05 17. 7. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2016 Edition (MnDOT Spec.) 1. 2016 MnDOT Specification 2360 Plant Mixed Asphalt Pavement. A copy can be found at Intttp1!www.dot.state.mn.us/pre-letting/spec/2016/2016specbook.12df a. Within this document replace the words "Department Bituminous Engineer" or "District Materials Engineer" with the word "Engineer." 2. 2357 - Bituminous Tack Coat. 3. 2535 - Bituminous Curb. 4. 3139 - Graded Aggregate For Bituminous Mixtures. 1.04 SUBMITTALS A. Submit mixture design report to the Engineer. Conform to MnDOT Spec. 2360.2.F and 2360.2.G.8, and Division 01. B. Contractors shall submit mix design report for all projects, regardless of the size of the project. FLEXIBLE PAVING (MUNICIPAL PROJECTS) © 2017 Stantec 1 193803542 32 1201 - 2 1 r 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. D. Bituminous cores for testing shall be taken 12 to 48 hours after paving operations. E. Bituminous wearing course on reconstruct streets shall be completed in 2018 as indicated on the Drawings and by the Final Completion Date. 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. Mastic on Lip of Curb 1. Joint and Crack Sealer (Hot -Poured elastic Type): Conform to MnDOT Spec. 3723. E. Mixture Quality Management (Quality Control/Quality Assurance): Conform to MnDOT Spec. 2360.2G, except as modified herein. 1. Quality Control (QC) Testing: The Contractor will be allowed to provide historical testing data from the previous 3 days of production for each mixture type to meet the L 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 L for each mixture type to meet the Production Sampling and Testing Rates indicated in Table 2360.11 for TSR, Aggregate Specific Gravity, and Asphalt Binder Content. 2. Quality Assurance testing will be completed at the discretion of the Engineer, testing rates will not exceed Table 2360.10 and 2360.11. " a. A verification sample will be taken 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) © 2017 Stantec 1 193803542 32 12 01 - 3 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. 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) © 2017 Stantec 1 193803542 32 12 01 - 4 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. i C. Equipment: Conform to MnDOT Spec. 2360.3.B. D. Road Surface Preparation: Conform to MnDOT Spec. 2357.3.C. E. Application 1. At a uniform rate conforming to MnDOT Spec. 2357.3.D (Table 2357-2). 2. Along the front edge of the concrete curb and gutter, prior to placement of both bituminous base and wearing course. 3.05 PAVEMENT DENSITY A. Conform to MnDOT Spec. 2360.3.D, except as modified herein. 1. Pathways, Driveways, Small Parking Lots, Leveling Courses, and Patching shall conform I to Section 2360.3.D.2 - Ordinary Compaction Method. 2. All other Pavement Density shall conform to Section 2360.3.D.1 - Maximum Density Method. 3. Modify Table 2360-21 Lot Determination as indicated below: Daily Production (Tons) Lots 200 to 1,000 1 1,001 to 2,000 2 2,001 to 3,600 3 3,601 to 5,000 4 5,001 + 6 Daily production 0 to 200 tons is at the discretion of the Engineer. B. Vibrating steel drum roller and a pneumatic tired roller employed in conjunction with each other during compaction of all wear courses. 3.01 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. 3.02 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. FLEXIBLE PAVING (MUNICIPAL PROJECTS) © 2017 Stantec 1 193803542 32 12 01 - 5 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) © 2017 Stantec 1 193803542 32 1201 - b 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. Bid Item for 4 Inch Concrete Walk has been included in the Bid Form. Measurement shall be on the basis of in -place square foot. a. Payment of the Bid Item shall include the following: 1) Concrete materials. 2) Subgrade and base preparation. 3) Placement of materials. 4) Finishing. 5) Curing and protection. 6) Reinforcement. 7) Backfilling. b. Excavation for concrete sidewalk is considered incidental. c. Aggregate base beneath concrete sidewalk shall be measured and compensated per Section 32 11 23. 2. A Bid Item has been provided for 6" Concrete Pedestrian Ramp. Measurement shall be on the basis of square feet of ramp actually constructed. a. Measurement of ramp shall not include adjacent concrete curb and gutter. b. Payment shall include the following: 1) Concrete materials. 2) Subgrade and base preparation. 3) Saw cutting of existing concrete sidewalk or bituminous pathway pavement. 4) Placement of materials. 5) Finishing. 6) Curing and protection. 7) Backfilling. c. Excavation for concrete pedestrian curb ramp is considered incidental. d. Aggregate base beneath concrete pedestrian curb ramp shall be measured and compensated per Section 32 11 23. 3. A Bid Item has been provided for Truncated Dome Surface, which is part of the concrete pedestrian curb ramp. Measurement shall be on the basis of square feet of Truncated Dome Surface actually installed. CONCRETE WALKS, MEDIANS, AND DRIVEWAYS © 2017 Stantec 1 193803542 3213 14 - 1 a. Payment shall include the following: 1) Truncated panel materials. 2) Placement of truncated panels. 3) Joint sealing material. 4) Protection of truncated panels during construction. 4. A Bid Item for 6" Concrete Driveway has been included in the Bid Form. Measurement shall be on the basis of in -place square foot of concrete driveway actually constructed. a. Payment of the Bid Item shall include the following: 1) Concrete materials. 2) Sub grade and base preparation. 3) Placement of materials. 4) Finishing. 5) Curing and protection. 6) Reinforcement (keyway substitution). 7) Backfilling. b. Excavation for concrete driveway shall be measured and compensated per Section 31 23 00. c. Aggregate base beneath concrete driveway apron shall be measured and compensated per Section 32 11 23. 5. A Bid Item for 6' Concrete Valley Gutter has been included in the Bid Form. Measurement shall be on the basis of in -place square foot of concrete valley gutter actually constructed. a. Payment of the Bid Item shall include the following: 1) Concrete materials. 2) Subgrade and base preparation. 3) Placement of materials. 4) Finishing. 5) Curing and protection. 6) Reinforcement. 7) Backfilling. b. Excavation for valley gutters shall be measured and compensated per Section 31 2300. c. Aggregate base beneath concrete driveways shall be measured and compensated per Section 32 11 23. 6. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid, 1.03 REFERENCES A. American Society of Testing Materials (ASTM) 1. C260 - Air -Entraining Admixtures for Concrete. B. Minnesota Department of Transportation "Standard Specifications for Construction," 2016 Edition (MnDOT Spec.) 1. 2211 -Aggregate Base. 2. 2461 - Structural Concrete. 3. 2521 -Walks. 4. 2531 - Concrete Curbing. 5. 3702 - Preformed Joint Filers. 6. 3753 -Type 1-D Membrane Curing Compound. 7. 3754 - Poly -Alpha Methylstyrene (AMS) Membrane Curing Compound. CONCRETE WALKS, MEDIANS, AND DRIVEWAYS © 2017 Stantec 1 193803542 32 13 14 - 2 8. 3755 - Linseed Oil Membrane Curing Compound. 1.04 SUBMITTALS A. Submit one 7-day and two 28-day concrete test results for all concrete pours in any given day. B. Submit MnDOT approved design mix for each concrete mix designation used. If a MnDOT approved mix design is unavailable, the Engineer will establish the job mix proportions. 1.05 SEQUENCING AND SCHEDULING A. Construction of pedestrian curb ramps shall be completed prior to the placement of the bituminous walk or pathway. B. Construction of the concrete driveway apron shall begin no sooner than 24 hours after placement of the adjacent concrete curb and gutter with completion within 5 days of curb placement. PART 2 PRODUCTS 2.01 MATERIALS A. Concrete to conform to MnDOT Spec. 2461, except as modified herein. 1. Portland Cement: Conform to MnDOT Spec. 3101. a. Type 3 air -entraining concrete produced by using Type I Portland Cement. 2. Air -Entraining Admixtures: Conform to MnDOT Spec. 3113. a. Conforming to ASTM C260. b. Not to be added to the concrete mixtures in the field without approval from Engineer. 3. Mix Designation and Classification a. Sidewalk, Pedestrian Ramps, and Driveways: Mix No. 31`52A. B. Preformed Joint Filler: Conform to MnDOT Spec. 3702. C. Curing Compound: Conform to MnDOT Spec. 3754. 1. Curing compound shall contain a fugitive dye. 2. Only MnDOT approved membrane curing compounds will be allowed for use. MnDOT shall pre -approve all curing compounds. The most current approved lots and batches with product expiration dates are available from the MnDOT Products website. All tb curing compounds shall comply with the requirements of the MnDOT Curing Compound Manufacturer Approval Program, including pre -testing of all materials by the manufacturer. D. Sub -Grade Base Material 1. Select Granular Material: Conform to Section 31 23 00. 2. Aggregated Base: Conforming to Section 32 11 23. E. Truncated Dome Panels: Approved products. 1. East Jordan Iron Works - Cast Iron, Powder coated - Charcoal Grey. 2. Neenah Foundry Company- Cast Iron, Powder coated -Charcoal Grey. CONCRETE WALKS, MEDIANS, AND DRIVEWAYS © 2017 Stantec 1 193803542 3213 14 - 3 PART 3 EXECUTION 3.01 GENERAL A. Provide copies of batch tickets for concrete mix at the time of material delivery. B. Construct concrete walkway, driveways, and valley gutters at the locations and elevations indicated on the Drawings. C. Construct walkways and medians to conform to the typical section shown on the Drawings. D. Construct concrete driveway aprons to conform to the Drawings. E. Construct concrete valley gutters to conform to the Drawings. F. Construct concrete curb ramp to conform to the Drawings. G. Verify locations with Engineer in the field prior to construction. H. The completed concrete work shall give the appearance of uniformity in surface contour and texture, and shall be accurately constructed to line and grade. The required joints, edges, and flow lines shall show neat workmanship. I. Retempering of concrete which has partially hardened with or without additional materials or water is prohibited. J. Concrete washout locations shall conform to the requirements of the NPDES. 3.02 FOUNDATION PREPARATIONS A. Placement of the aggregate base or granular material to support the concrete work shall conform to Section 32 11 23 or Section 31 23 13. Compaction of subgrade base shall conform to MnDOT Spec. 221 1.3C. B. The foundation shall be approved by the Engineer prior to placement of concrete material. 3.03 FORMS A. Conform to MnDOT Spec. 2521.3C. 3.04 JOINT CONSTRUCTION A. Conform to MnDOT Spec. 2521.3D.2, except as modified herein. 1. Maximum spacing of expansion joints for walkways shall be 60 feet. 2. Match joints of adjacent concrete work. 3.05 METAL REINFORCEMENT A. Conform to MnDOT Spec. 2531.31', except as modified herein. CONCRETE WALKS, MEDIANS, AND DRIVEWAYS © 2017 Stantec 1 193803542 32 13 14 - 4 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. 2521.31D and 2531.3D for slip form or 2531.31 for manual placement, except as modified herein. 1. Any deviation in the design curvature of concrete edges in excess of 3/8 of an inch, measured with a 10-foot straight edge, will be considered unacceptable. 2. Any surface area allowing the entrapment of water at a depth 1 /8 inch or greater will be considered unacceptable. 3. Unacceptable work shall be removed and replaced with acceptable Work as directed by the Engineer. Acceptance of Work by price reduction will not be allowed. B. Pedestrian Curb Ramp - Truncated Dome 1. Truncated Dome Panels - Conform to the manufacturer's recommendations for placement. 2. Truncated dome panels shall be placed (wet set) on a minimum of 6-inches concrete and prior to finishing the adjacent concrete surface of the pedestrian ramp. The joint between the panel and concrete shall be finished with 1/2-inch radius edging tool. 3. Conform to MnDOT Standard Detail Plate No. 7038A or current revision for specified truncated dome surface pattern dimensions. Refer to the Drawings for actual ramp size, shape, and slopes. 4. Multiple Truncated Dome panels shall be of equal size. 5. Joint space between truncated dome panels shall be no greater than 1/4-inch in width. 3.07 CONCRETE CURING AND PROTECTION A. Conform to MnDOT Spec. 2521.3E and 2521.3E.1.a (Membrane Curing Method), except as modified herein. l . 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. 2521.3E.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. CONCRETE WALKS, MEDIANS, AND DRIVEWAYS © 2017 Stantec 1 193803542 3213 14 - 5 3.08 HIGH EARLY CONCRETE A. Conform to MnDOT Spec. 2461.2F.1.b, except as modified herein. 1. High early concrete shall be designed to provide a maximum water/cementitous ratio of 0.38. 2. High early concrete shall be designed to provide a minimum flexural strength of 500 psi and a minimum compressive strength of 3,000 psi in 48 hours. 3. High early concrete may be included as a separate Bid Item or as an Engineer ordered material. In absence of a separate Bid Item for high early strength concrete, compensation will be at an agreed upon price not to exceed 20 percent above the Contract cubic yard price for standard strength concrete for the quantity ordered by the Engineer. The price shall be agreed upon prior to placement. 3.09 BACKFILLING A. Conform to MnDOT Spec.2521.3G, except as modified herein. 1. Perform backfilling to protect the concrete no sooner than 72 hours after placement of the concrete. END OF SECTION CONCRETE WALKS, MEDIANS, AND DRIVEWAYS © 2017 Stantec 1193803542 32 13 14 - 6 SECTION 32 16 13 CURBS AND GUTTERS PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Cast -in -place concrete curbs, and concrete curb and gutter. B. Related Sections 1. Section 32 11 23 - Aggregate Base Courses. 2. Section 32 12 01 - Flexible Paving (Municipal Projects). 3. Section 32 13 14 - Concrete Walks, Medians, and Driveways. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Bid Items have been provided for B618 Concrete Curb and Gutter. Measurement of curb and gutter shall be by the lineal foot measured along the face of the curb at the gutter line. Payment shall include materials, preparation, placement, finishing, curing, protection, reinforcement, and backfilling. Measurement shall not include frames/ castings that are located along the face of curb. a. All water service locations shall be marked with "W" stamp approved by Owner at the time of curb placement. This Work is incidental to installation of the Concrete Curb and Gutter. b. All sump pump stub locations shall be marked with "SS" stamp approved by Owner at the time of curb placement. This Work is incidental to installation of the Concrete Curb and Gutter. c. All drain the clean outs and filtration clean outs shall be marked with "CO" stamp at the time of curb placement. The City/Engineer will supply the "CO" stamp. This Work is incidental to installation of the Concrete Curb and Gutter. 2. Bid Items have been provided for Concrete Curb and Gutter (Special). Measurement of curb and gutter shall be by the lineal foot measured along the gutter line. Payment shall include materials, preparation, placement, finishing, curing, protection, reinforcement, and backfilling. Measurement shall not include frames/castings that are located along the face of curb. a. This Bid Item is for the segments of curb removal and replacement on the full pavement removal streets that are longer than 50' in length. The curb style shall match the existing "V-Curb" that is currently on these streets. 3. Bid Items have been provided for Remove and Replace Concrete Curb & Gutter. Measurement of curb and gutter shall be by the lineal foot measured along the face of the curb at the gutter line, regardless of curb type. This Bid Item includes the curb removal and replacement in the mill and overlay and full pavement removal street improvement areas that are 50' long in length or less, and all curb removal and replacement on Alternate No. 2. Payment shall include sawcutting existing concrete curb, excavation, appropriate removal of concrete off -site, materials, preparation, placement, finishing, curing, protection, reinforcement, and backfilling. Measurement shall not include frames/castings that are located along the face of the curb. CURBS AND GUTTERS © 2017 Stantec 1 193803542 32 16 13 - 1 a. Any street patching that is required to remove and replace the curb and gutter shall be incidental to this bid item. This includes bituminous sawcut, bituminous removal, removal of any base material, compaction, aggregate base, and bituminous patching. b. Curb type shall match existing. 4. No separate measurement or payment for modifications at curb ramps, transition sections, or curb depressions at driveway aprons. 5. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 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," 2016 Edition (MnDOT Spec.) 1. 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. 1.04 SUBMITTALS A. Submit one 7-day and two 28-day concrete cylinder 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. 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. CURBS AND GUTTERS © 2017 Stantec 1 193803542 32 16 13 - 2 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. 3F52C. b. Slip Form Placement Mix No. 3F32C. B. Pre -Formed Joint Filler: Conform to MnDOT Spec. 3702. C. Curing Compound: Conform to MnDOT Spec. 3754. 1. Curing compound shall contain a fugitive dye. 2. Only MnDOT approved membrane curing compounds will be allowed for use. MnDOT shall pre -approve all curing compounds. The most current approved lots and batches with product expiration dates are available from the MnDOT Products website. All curing compounds shall comply with the requirements of the MnDOT Curing Compound Manufacturer Approval Program, including pre -testing of all materials by the manufacturer. PART 3 EXECUTION 3.01 GENERAL A. Provide copies of batch tickets for concrete mix at the time of material delivery to Site. B. Construct concrete curb and gutter at the locations and elevations indicated on the Drawings. C. Construct the style or type of curb and gutter as shown on the Drawings. D. Construct intersection curb radii and transitions sections to conform to the detail on the Drawings. E. Construct transition sections at inlet structures to conform to the detail on the Drawings. F. Construct concrete curb ramp depressions to conform to the detail on the Drawings. G. Construct curb transitions for driveways to conform to the detail on the Drawings. Locations to be verified by Engineer at the time of construction. H. The completed concrete work shall give the appearance of uniformity in surface contour and texture, and shall be accurately constructed to line and grade. The required joints, edges, and flow lines shall show neat workmanship. CURBS AND GUTTERS 0 2017 Stantec 1 193803542 3216 13 - 3 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. 2531.36. 3.04 JOINT CONSTRUCTION A. Conform to MnDOT Spec. 2531.3E, except as modified herein. 1. Maximum spacing of expansion joints for slip formed shall be 200 feet. 3.05 METAL REINFORCEMENT A. Conform to MnDOT Spec. 2531.3F, except as modified herein. 1. Where required, install two No. 4 steel reinforcing rods in lower portion of the curb section with a minimum of 2-inch coverage on all sides. a. Placement at catch basins conform to the details on the Drawings. 3.06 PLACING AND FINISHING A. Conform to MnDOT Spec. 2531.3C, except as modified herein. 1. The top surface of the curb and gutter shall have a brush finish at right angles to the curb line. 3.07 CONCRETE CURING AND PROTECTION A. Conform to MnDOT Spec. 2531.3G and 2531.3G.1.a (Membrane Curing Method), except as modified herein. 1. All surfaces shall be coated with membrane curing compound within 30 minutes after finishing at the specified rate. 2. The membrane -curing compound must be applied in 2 different directions perpendicular to each other. 3. A second application of membrane curing compound shall be applied 4 to 8 hours after the first application at the specified rate. 4. Cold weather curing when temperatures fall below 40 degrees F during placement or within the following 24 hours shall conform to MnDOT Spec. 2531.3G.1.b curing blanket method, except as modified below: CURBS AND GUTTERS © 2017 Stantec 1 193803542 32 16 13 - 4 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. 2461.2F.1.b, except as modified herein. 1. High early concrete shall be designed to provide a maximum water/cementitous ratio of 0.38. 2. High early concrete shall be designed to provide a minimum flexural strength of 500 psi and a minimum compressive strength of 3,000 psi in 48 hours. 3. High early concrete may be included as a separate Bid Item or as an Engineer ordered material. In absence of a separate Bid Item for high early strength concrete, compensation will be at an agreed upon price not to exceed 20 percent above the Contract cubic yard price for standard strength concrete for the quantity ordered by the Engineer. The price shall be agreed upon prior to placement. 3.10 WORKMANSHIP AND FINISH A. Conform to MnDOT Spec. 2531.31, except as modified herein. 1. Any deviation in the design curvature of concrete edges in excess of 3/8 of an inch, measured with a 10-foot straight edge, will be considered unacceptable. 2. Acceptance of Work by price reduction will not be allowed. END OF SECTION CURBS AND GUTTERS © 2017 Stantec 1 193803542 3216 13 - 5 This Page Left Blank Intentionally SECTION 32 17 23 PAVEMENT MARKINGS PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Pavement markings for control and guidance of traffic. B. Related Sections l . Section 32 12 01 - Flexible Paving (Municipal Projects). IF 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Bid Items for pavement markings of each type are provided. Payment of each Bid Item shall be compensation in full for all costs incidental thereto, including but not limited to surface preparation, traffic control measures, maintaining the Work, removal of temporary pavement markers, together with any other expenses incurred in completing the Work that are not specifically included for payment under the Contract Bid Items. a. A Bid Item has been provided for 24" Solid White Stop Bar. 1) Shall be measured by the lineal foot on the basis of length actually applied, at 24-inch width. 2) The second application shall be considered incidental to the payment of the first application. 3) Temporary striping on non -wear shall be incidental. b. A Bid Item has been provided for Zebra Crosswalk, White. 1) Shall be measured by the area of painted crosswalk in square feet on the basis of 3' by 6' blocks actually applied. 2) The second application shall be considered incidental to the payment of the first application. 3) Temporary striping on non -wear shall be incidental. c. A Bid Item has been provided for 4" Solid White Line - Paint. 1) Shall be measured by the lineal foot on the basis of length of lines actually applied, at a 4-inch width. 2) The second application shall be considered incidental to the payment of the first application. 3) Temporary striping on non -wear shall be incidental. d. A Bid Item has been provided for 4" Double Yellow Line - Paint. 1) Shall be measured by the lineal foot on the basis of length of double yellow lines actually applied, at a 4-inch width per line. 2) The second application shall be considered incidental to the payment of the first application. 3) Temporary striping on non -wear shall be incidental. e. A Bid Item has been provided for Pavement Message, Right-Thru Arrow. 1) Shall be measured by each actually applied. 2) The second application shall be considered incidental to the payment of the first application. PAVEMENT MARKINGS © 2017 Stantec 1 193803542 32 17 23 - 1 3) Temporary striping on non -wear shall be incidental. f. A Bid Item has been provided for Pavement Message, Left Arrow. 1) Shall be measured by each actually applied. 2) The second application shall be considered incidental to the payment of the first application. 3) Temporary striping on non -wear shall be incidental. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2016 Edition (MnDOT Spec.) 1. 2582 - Permanent Pavement Markings. 2. 3354 - Preformed Pavement Marking Tape for Permanent Traffic Lane Delineation and Legends. 3. 3590 - Epoxy Resin Pavement Markings. 4. 3591 - High Solids Water Based Traffic Paint. 5. 3592 - Drop -On Glass Beads. 6. Improved Patterned Polymer Pavement Marking Tape for Lines and Selected Symbols and Legends. 7. High Durability Preformed Pavement Markings. 8. The Application Specification for Conventional Pavement Marking Materials. 9. 3-Minute Dry Alkyd and High Solids Latex. 1.04 SUBMITTALS A. 1 copy of the chosen paint/epoxy lot or batch formulation. B. Pavement Marking Contractor Qualifications/Certifications. C. MnDOT Certification approvals. 1.05 SEQUENCING AND SCHEDULING A. Conform to the requirements of MnDOT Specifications. PART 2 PRODUCTS 2.01 MATERIALS A. Paint 1. High Solids Water Based. a. Free of toxic heavy metals, including lead, mercury, and cadmium. b. Track Free Time - 3 minutes or less. c. Yellow Prime Pigment - Colour Index Pigment Yellow No. 65 or No. 75. d. White Color - Flat white. e. Yellow Color - Color No. 33538 of Federal Standard 595. 2. 3-Minute Dry Alkyd. a. Free of toxic heavy metals, including lead, mercury, and cadmium. b. Track Free Time - 3 minutes or less. c. Yellow Prime Pigment - Color Index Pigment Yellow No. 65 or No. 75. d. White Color - Flat white. PAVEMENT MARKINGS © 2017 Stantec 1 193803542 32 17 23 - 2 i e. Yellow Color - Color No. 33538 of Federal Standard 595. B. Glass Beads 1. Conform to MnDOT Spec. 3592. 2.02 EQUIPMENT A. General I. Vehicles used shall be deployed and equipped with traffic control devices set forth in the "Minnesota Manual on Uniform Traffic Control Devices, Field Manual." 2. Shadow vehicle with truck -mounted attenuator shall be used on streets with posted speed equal to or greater than 40 m.p.h. or ADT greater than 1,500 vehicles per day. 3. Equipment used for spray applications shall be capable of applying glass beads by a pressurized system at a rate of at least 25 Ibs/gal. 4. Capable of accumulating footage applied per gun. 5. Stainless steel components in the delivery system required for water -based materials. PART 3 EXECUTION 3.01 GENERAL A. The pavement marking crew shall include at least 1 technical expert knowledgeable in each of the following areas: 1. Equipment operation. 2. Application techniques. 3. Traffic control. 4. Safety regulations. B. The filling of tanks, pouring of materials, or cleaning of equipment shall not be performed on unprotected pavement surfaces, unless adequate provisions are made to prevent spillage of material. 3.02 SCHEDULE A. Paint/Epoxy Pavement Markings 1. Place following completion of bituminous wear course: a. No sooner than 24 hours after placement of bituminous. b. Within 5 working days of completion of bituminous placement. c. A single coat of temporary striping shall be applied upon completion of bituminous base course placement in 2017. d. Two coats of final striping shall be applied upon completion of bituminous wear course placement in 2018. 3.03 PREPARATION A. Locations 1. In general accordance with the Drawings. a. Location of marking designating no passing zones to be coordinated with corresponding traffic signs. 2. The Engineer will place necessary "Spotting" at appropriate points. a. Horizontal control. b. Starting and stopping points. c. Broken line intervals will not be marked. PAVEMENT MARKINGS © 2017 Stantec 1 193803542 32 17 23 - 3 d. Longitudinal joints, pavement edges, and existing markings shall serve as horizontal control when so directed. e. Contractor shall notify Engineer at least 48 hours in advance when requesting spotting locations. 3. Edge lines and lane lines are to be broken only at intersections with public roads and at private entrances if they are controlled by a yield sign, stop sign, or traffic signal. 4. The break point is to be at the start of the radius for the intersection or at marked stop lines or crosswalks. Street Surface 1. Engineer may direct cleaning of surface as necessary immediately prior to marking application. a. Brushing with non-metallic rotary broom. b. Other cleaning method approved by Engineer. c. Air blast following cleaning. 2. Surface must be dry. 3. Minimum surface temperature is 50 degrees F. 3.04 APPLICATION A. General 1. Tolerance a. Width: A tolerance of 1 /4 inch under or 1 /4 inch over the specified width will be allowed for striping provided the variation is gradual and does not detract from the general appearance. b. Length: Broken line segments may vary up to 2-3/4 inches from the specified lengths provided the over and under variations are reasonably compensatory. c. Alignment: Deviations from the control guide shall not exceed 2 inches. d. Establishment of application tolerances shall not relieve the Contractor of his responsibility to comply as closely as practicable with the planned dimensions. 2. Material shall not be applied over longitudinal joints. 3. 4-inch broken line consists of 10 feet of paint and 40 feet space (1 cycle). 4. If same equipment used for different color material with change in color, an amount of material equal to 15 ten -foot long stripes shall be wasted prior to beginning application with the new color. 5. Conditions a. Markings shall not be applied when wind or other conditions cause a film of dust to be deposited on the pavement surface after cleaning and before the marking material can be applied. b. Except when used as a temporary marking, pavement markings shall only be applied in seasonable weather when air temperature is 50 degrees F or higher. Paint 1. Minimum thickness 15 mil. 2. In accordance with the appropriate MnDOT Spec. 3. Painted lines on the bituminous base course shall be applied once. 4. Painted lines on the bituminous wearing course shall be applied twice. C. Glass Beads 1. Shall be applied immediately after application of paint or epoxy markings. 2. Rate of application shall be 8 lbs. per gallon. PAVEMENT MARKINGS © 2017 Stantec 1 193803542 32 17 23 - 4 3.05 CORRECTION OF DEFECTS A. All pavement markings not conforming to the requirements of the Specifications shall be removed and replaced, or otherwise repaired to the satisfaction of the Engineer. B. Where yield computations show a deficiency in material usage of not more than 20 percent, Owner may require satisfactory repair or may accept the Work at a reduced Bid Unit Price that is in direct proportion to the percent of the deficiency. C. Where yield computations show a deficiency in material usage in excess of 20 percent, Owner will require removal and replacement to the satisfaction of the Engineer, unless other means are approved by the Engineer. D. If removal and replacement is required, at least 90 percent of the deficient line shall be removed. E. Width of removal shall be 1 inch wider on all sides than the nominal width of the marking to be removed. F. Removal of unacceptable Work shall be accomplished with suitable blasting or grinding equipment, unless other means are authorized by the Engineer. Bituminous street surfacing shall not be damaged by the removal operation. END OF SECTION PAVEMENT MARKINGS © 2017 Stantec 1 193803542 32 17 23 - 5 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. A Bid Item has been provided for Erosion Control Compost Blanket - Blown with Seed. Measurement will be based upon units of square yards installed in place as specified, including preparing topsoil, preparation of seedbed, fertilizer, seed, and all correlated activity to pneumatically install Erosion Control Compost Blanket with Seed. Maintenance and watering shall be incidental to this Bid Item. 2. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2016 Edition (MnDOT Spec.). B. Minnesota Department of Transportation Seeding Manual 2014 (MnDOT Seeding Manual). 1.04 SUBMITTALS A. Provide the following submittals consistent with Section 01 3300. B. Identification verifying contractor is certified Filtrexx Installer as determined by Filtrexx International, LLC (440-926-8041) or approved equal. C. Compost sample complying with all local, state, and federal regulations, along with a certificate of compliance. Test results can be submitted using the US Composting Council Seal of Testing Assurance Program. D. Product Data: Provide nursery source and invoice for seed to be purchased for this Project. E. Qualifications 1. Nursery: Company specializing in growing and cultivating the specified native seed mixes with documented experience as represented by a list of completed past projects. © 2017 Stantec 1 193803542 TURF AND GRASSES 329200- 1 2. Installer: Company specializing in seeding the specified plants with a minimum of 3-years documented experience as represented by a list of completed past projects. F. Producer's Certificate of Compliance - Written document verifying compliance of mixture of seed furnished. Submit to the Engineer 5 days prior to delivery. Include percentage of various seed species mix, year of production, net weight, date of packaging, location of packaging, seed bags/tags (germination rate, weed seed content), and copy of seed dealer's invoice. G. Species within native seed mixes species shall have their origin documented by the Minnesota Crop Improvement Association (MCIA) to certify that the product is a local ecotype plant. H. Fertilizer manufacturer's certificate of compliance. Written document verifying compliance with fertilizer specified. Label from soil moisture amendment product utilized. 1.05 PLANT ESTABLISHMENT PERIOD A. The Establishment Period for plants shall begin for immediately after installation, with the approval of the Engineer, and continue until the date that the Engineer performs a final inspection. l . 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. Slow release fertilizer. A minimum of 70 percent of the nitrogen component shall be a slow release water insoluble nitrogen. TURF AND GRASSES © 2017 Stantec 1 193803542 32 92 00 - 2 C. Fertilizer shall be complete fertilizer containing 24-percent nitrogen, 12-percent phosphoric acid, and 24-percent potash. D. Provide packet, table, or pellet forms of slow release fertilizers, bearing the manufacturer's guaranteed statement of analysis. 2.03 SEED: Conform to MnDOT Spec. 3876. A. Residential Lawns: Conform to MnDOT Mixture 25-151. 2.04 MULCH: Conform to Section 01 57 13. 2.05 HYDRAULIC SOIL STABILIZER (HYDROMULCH): Conform to Section 01 57 13. 2.06 EROSION CONTROL COMPOST BLANKET A. Grade 2, weed -free compost. B. Compost to be derived from a well -decomposed source of leaf, grass and wood feedstock. C. Produced using an aerobic composting process meeting CFR 503 regulations, including time and temperature data indicating effective weed seed, pathogen and insect larvae kill. D. Free of any refuse, contaminants or other materials toxic to plant growth. E. Non -composted products are not acceptable. F. Particle size for pneumatically applied blanket cover shall pass a 19mm (0.75 inch) sieve, in accordance with TMECC 02.02-B, "Sampling Sieving for Aggregate Size Classification." PART 3 EXECUTION 3.01 EXAMINATION A. Review restoration areas with the Engineer. Determine locations for seed. Schedule for restoration of areas may be revised to fit field conditions. B. Notify the Engineer at least 3 days in advance of hauling topsoil borrow on Site so the Engineer may visually inspect and sample for testing if deemed necessary. C. Finish grades are to be inspected and approved by the Engineer prior to start of restoration. 3.02 DELIVERY AND STORAGE A. Delivery 1. Notify the Engineer of the delivery schedule in advance so the plant material may be inspected upon arrival at the Site. Remove unacceptable plant material from the Site immediately. 2. Deliver fertilizer and lime to the Site in the original, unopened containers bearing the manufacturer's guaranteed chemical analysis, name, trade name or trademark, and TURF AND GRASSES © 2017 Stantec 1 193803542 32 92 00 - 3 in conformance to state and federal law. In lieu of containers, fertilizer and lime may be furnished in bulk and a certificate indicating the above information shall accompany each delivery. 3. During Delivery: Protect seed from contamination. B. Storage 1. Keep seed, lime, and fertilizer in dry storage away from contaminants. 3.03 PREPARATION A. General: Conform to MnDOT Spec. 2575.3A. B. Soil Preparation: Conform to MnDOT Spec. 2574 C. Fertilizers and Conditioners: Conform to MnDOT Spec. 2574.3D. 1. Apply fertilizer at a rate of 400 lbs. per acre (9.2 lbs./1,000 sq. ft.). 2. The fertilizer used shall be a commercial grade slow release complete fertilizer. 3. Where soil pH is lower than 5.5, apply lime at 3 tons per acre (140 lbs./1,000 sq. ft.). 3.04 EROSION CONTROL COMPOST BLANKET- BLOWN WITH SEED INSTALLATION A. Seeding Dates: Conform to Table 2 in the 2014 MnDOT Seeding Manual and MnDOT Spec. 2575: 1. Spring: April 1 -June 1 2. Fall: July 20 - September 20 3. Deviations in planting schedule will be at the approval of the Engineer. B. Seeding Rates: Conform to MnDOT Spec 2575.3 and Table 1 in the 2014 MnDOT Seeding Manual, except as modified herein: 1. For 25-151 seed mix, apply seed at a rate of 120 lbs. per acre. C. Compost Blanket shall be pneumatically applied with blower equipment in a non - compacted layer. 1. Thickness: 2 inches. 2. Injection seeded and fertilized during the process of compost application. 3. Install compost blanket in 1 lift. 4. Application rate: 1 inch of compost equals approximately 135 cubic yards of compost material per acre of application area. a. Contractor shall supply truck load tickets to verify application rate. 3.05 MULCH: Conform to Section 01 57 13. 3.06 HYDRAULIC SOIL STABILIZER (HYDROMULCH) A. Conform to Section 01 57 13. 3.07 TOPSOIL A. Place topsoil subgrade. Final in place depth shall be as shown on the drawings. B. Surface of topsoil shall conform to the final grade. C. Place topsoil so as not to compact underlying soils. Do not compact topsoil. TURF AND GRASSES © 2017 Stantec 1 193803542 32 92 00 - 4 3.08 TURF ESTABLISHMENT A. Water seeded areas as necessary during the establishment period to provide establishment of turf over 90 percent per each square foot of seeded areas and 100 percent of sodded areas. 3.09 MAINTENANCE A. Maintain restored areas in accordance with MnDOT Spec. 2575.3K and in accordance with the 2014 MnDOT Seeding Manual. Contractor is responsible for all maintenance activities as required to ensure proper seed growth, including but not limited weed control, watering, and mowing. B. Restored areas that have been satisfactorily completed and are disturbed by additional construction activity required by the timing and sequencing of the Work shall be restored over to the same requirements of the original work. C. Any seed that does not show definite growth and establishment by the end of the establishment period shall be replaced and established at the proper season by the Contractor at his/her expense. D. Seed maintenance shall be done in conformance with the 2014 MnDOT Seeding Manual - Maintenance Requirements for year 1. E. Watering of seeded areas shall be done throughout the establishment period to ensure establishment of permanent vegetation. The Contractor will work together with the Owner to create a watering schedule to help ensure proper watering of the seeding areas. The watering must be approved prior to occurring by the Owner, and water tickets for seeded areas only must be submitted to the Engineer on a weekly basis. 3.10 INSPECTION AND ACCEPTANCE A. Seeding and turf work will be inspected for acceptance in parts agreeable to the Engineer, provided Work offered for inspection is complete, including maintenance for the portion in question. B. At the conclusion of the establishment period(s), a final inspection of planting(s) will be made to determine the conditions of areas specified for landscaping. 1. All permanent seed species within the applied mix shall be uniformly established over the seeded area. 2. The acceptance of the seed establishment shall be at the Engineer's discretion. C. When inspected landscape work does not comply with requirements, replace rejected Work and continue specified maintenance until re -inspected by Engineer and found to be acceptable. Remove rejected materials from the Site. D. Seed evaluation at the conclusion of the establishment period shall be based on at least 1 species per square foot and 90 percent of seeding per square foot is of the permanent seed species within the applied mix. END OF SECTION TURF AND GRASSES © 2017 Stantec 1 193803542 32 92 00 - 5 This Page Left Blank Intentionally SECTION 32 93 00 PLANTS PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Furnish plants and planting soil required, bed preparation, plant pits, pruning, planting, supplements, backfill, wrapping, staking, protection, watering, mulching, fertilizing, and maintenance. B. Related Sections 1. Section 32 92 00 -Turf and Grasses. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. A Bid Item has been provided for Rain Garden Plantings. Measurement will be Lump Sum. Payment will be considered compensation in full for furnishing and installing, and 3 years' maintenance of all rain garden plantings on the planting schedule included in the Drawings. 2. A Bid Item has been provided for Lawn Edging. Measurement will be per Lineal Foot installed. 3. A Bid Item has been provided for Double Shredded Hardwood Mulch. Measurement will be per Cubic Yard of finished in place volume. 4. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2016 Edition (MnDOT Spec.). B. American National Standards Institute (ANSI) 1. ANSI Z60.1 - American Standard for Nursery Stock. 1.04 SUBMITTALS A. Submit the following items consistent with Section 01 33 00: 1. Product Data: Provide all nursery stock submittal materials in accordance with MnDOT Spec. 2571.2A2. 2. Fertilizer Manufacturer's Certificate of Compliance: Written documentation verifying compliance with chemical analysis of fertilizer furnished. Submit to Engineer 5 days prior to bulk delivery. 3. Installer: Provide documented experience of projects completed within the last 3 years. PLANTS © 2017 Stantec 1 193803542 32 93 00 - 1 1.05 REGULATORY REQUIREMENTS A. Comply with regulatory agency requirements for fertilizer and herbicide compositions. 1.06 SITE CONDITIONS A. When excavation is required for planting, locate and protect all adjacent underground utilities. B. Protect established turf areas during planting operations. 1.07 SEQUENCING AND SCHEDULING A. Planting Seasons 1. Spring: April to June 1. 2. Fail: August 20 to October 1. 3. No Work shall be done when the ground is frozen, snow covered, too wet, or in an otherwise unsuitable condition for planting. 4. No planting shall take place before the irrigation system is installed, tested, and approved. 5. Special conditions may exist that warrants a variance in the specified planting dates or conditions. Submit a written request to the Engineer stating the special conditions and proposal variance. 1.08 QUALITY ASSURANCE A. Qualifications 1. Nursery: Company specializing in growing and cultivating the specified plants with documented experience as represented by a list of completed past projects. 2. Installer: Company specializing in installing and planting the specified plants with a minimum of 3-years documented experience as represented by a list of completed past projects. General: Ship landscape materials with certificates of inspection required by governing authorities. Comply with regulations applicable to landscape materials. C. Do not make substitutions. If specified landscape material is not obtainable, submit proof of non -availability to the Engineer, together with proposal for use of equivalent material. D. Analysis and Standards: Package standard products with manufacturer's certified analysis. For other materials, provide analysis by a recognized laboratory made in accordance with methods established by the Association of Official Agriculture Chemists, whenever applicable. Trees, Shrubs, and Perennials: Provide trees, shrubs, and perennials of quantity, size, genus, species, and variety shown and scheduled for landscape work and complying with recommendations and requirements of ANSI Z60.1 "American Standard for Nursery Stock." Provide healthy, vigorous stock, gown in recognized nursery in accordance with good horticultural practice and free of disease, insects, eggs, larvae, and defects, such as knots, hail damage, sun -scald, injuries, abrasions, or disfigurement. PLANTS © 2017 Startec 1 193803542 32 93 00 - 2 F. Plant Names and Labels: The nomenclature used in the Drawings and Specifications conforms with few exceptions, to that of the current edition of Standardized Plant Names as adopted by the American Joint Committee on Horticulture Nomenclature. G. Workers: Landscaping work shall be performed by personnel familiar with planting procedures, and Work shall be Engineered or under the direction of a qualified planting supervisor. H. Inspection: The Engineer will inspect shrubs and perennials at place of growth before planting, for compliance with requirements for genus, species, variety, size, and quality. Engineer retains the right to further inspect shrubs and perennials for size and condition of balls and root systems, insects, injuries and latent defects, and to reject unsatisfactory or defective material at any time during progress of Work. Remove rejected trees and perennials within 8 hours from the Site. All plant material shall be hardy stock grown in a similar hardiness zone for a minimum of 2 years. Fertilizer Manufacturer's Certificate of Compliance: Written documentation verifying compliance with chemical analysis of fertilizer furnished. Submit to Engineer 5 days prior to delivery. Most Deciduous Trees and Shrubs: Transplant in early spring after ground thaws and buds on trees or shrubs begin to swell, or in fall after leaves drop and before ground freezes. Evergreens: Transplant in late summer to early fall (prone to winter browning if transplanting is delayed to late fall). 1.09 PLANT ESTABLISHMENT PERIOD A. The Establishment Period for plants shall be 3 years, and shall begin upon written approval of Work. PART 2 PRODUCTS 2.01 MATERIALS A. Augmented Soils 1. Conform to Section 31 23 00, Excavation and Fill. B. Lawn Edging 1. 5" black polyethylene. C. Mulch 1. Conform to MnDOT Spec. 3882. 2. Use double shredded hardwood bark mulch, undyed. Contractor must verify that mulch is from a non -termite infested source. D. Fertilizer 1. Provide plant fertilizer that is commercial grade and uniform in composition and conforms to applicable state and federal regulations. 2. Slow release fertilizer. A minimum of 70 percent of the nitrogen component shall be a slow release water insoluble nitrogen. 3. Fertilizer shall contain a minimum percentage by weight 10-10-10 (NKP). E. Compost: Conform to MnDOT Spec. 3890.213. PLANTS © 2017 Stantec 1 193803542 32 93 00 - 3 F. Plant and Nursery Stock: Conform ANSI Z60.1 1. Pruned and shaped prior to digging and balling. 2. Remove all dead, rubbing, damaged, or diseased branches. 3. Root ball minimum diameters and depths shall conform to ANSI Z60.1. G. Geotextile Fabric 1. Conform to Section 31 32 19. 2.02 ACCESSORIES A. Stakes: Softwood, pointed end, free of defects, or rolled steel posts. B. Soil Amendments: Porous ceramics and hydrophilic absorbing polymers used to modify the physical characteristics of poor soils by balancing or managing water and oxygen in the soil will be reviewed for approval based on the information provided by the product label and the manufacturer's recommendations. C. Water: Non -deleterious to plants or animals. D. Rodent Protection: Conform to MnDOT Spec. 2571.2C4. PART 3 EXECUTION 3.01 DELIVERY AND STORAGE A. Delivery 1. Notify 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. Protect plants during delivery to prevent damage to root balls or desiccation of leaves. Protect trees during transport by tying in the branches and covering all exposed branches. 3. The use of equipment, such as "tree spades," is permitted provided the plant balls are sized in accordance with ANSI Z60.1 and tops are protected from damage. 4. 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. Storage 1. Keep seed, lime, and fertilizer in dry storage away from contaminants. 2. Store plants not installed on the day of arrival at the Site as follows: a. Shade and protect plants from the wind when stored outside. b. Heel in bare root plants. c. Protect plants stored on the Project from drying out at all times by covering the balls or roots with moist sawdust, wood chips, shredded bark, peat moss, or other similar mulching material. d. Keep plants, including those in containers, in a moist condition until planted, by watering with fine mist spray. PLANTS © 2017 Stantec 1 193803542 32 93 00 - 4 3.02 PLANT INSTALLATION A. Layout 1. Layout areas for multiple plantings. 2. Stake locations and outline areas. Center holes at staked locations. 3. Verify the location of any underground utilities and adjust locations as necessary 4. Do not start planting work until layout is approved by the Engineer. 5. Make minor adjustments as required. B. Preparing Plant Holes 1. Do not begin Work on plant holes until after finish grading has been completed. 2. Dig plant pits so that they have vertical sides and flat bottoms. When pits are dug with an auger and the sides of the pits become glazed, scarify the glazed surface. Size the plant pits as shown on Drawings, otherwise, the minimum allowable dimensions of plant pits shall be as follows: a. Pit depths shall be 150 mm (6 inches) deeper for shrubs and 225 mm (9 inches) deeper for trees than the depth of ball or root spread; for ball or root spread up to 600 mm (2 feet). b. Pit diameters shall be twice the ball or root spread; for ball or root spread from 600 to 1,200 mm (2 to 4 feet), pit diameters shall be 600 mm (2 feet) greater. c. For ball or root spread over 1,200 mm (4 feet), pit diameters shall be 1-1 /2 times the ball or root spread. 3. Where existing soil is to be used in place, till new ground cover and plant beds to a depth of 100 mm (4 inches). Spread peat uniformly over the bed to depth of 50 mm (2 inches) and thoroughly incorporate it into the existing soil to a depth of 100 mm (4 inches) using a roto-tiller or similar type of equipment to obtain a uniform and well pulverized soil mix. During tillage operations, remove all sticks, stones, roots, and other objectionable materials. Bring plant beds to a smooth and even surface conforming to established grades. 4. In areas of new grading where existing soil is being replaced for the construction of new ground cover and plant beds, remove 100 mm (4 inches) of existing soil and replace with topsoil. Plant beds shall be brought to a smooth and even surface conforming to established grades. Till 50 mm (2 inches) of peat into the topsoil as specified. 5. Using topsoil form earth saucers or water basins for watering around plants. 6. Treat plant saucers, shrub, and ground cover bed areas, prior to mulching, with an approved pre -emergent herbicide. Plant ground cover in areas to receive erosion control material through the material after material is in place. 7. Remove foreign materials and undesirable plants and their roots. Do not bury foreign material beneath areas to be landscaped or restored. Remove contaminated subsoil. 8. Rototill or aerate any planting soil compacted by operations. C. Pruning: Prune immediately prior to planting to remove stock damaged during transport and movement. D. Setting Plants 1. Field Grown and Container Grown Stock. a. Handle balled and bur lapped, and container -grown plants only by the ball or container. Remove container -grown plants in such a way to prevent damage to plants or root system. PLANTS © 2017 Stantec 1 193803542 32 93 00 - 5 b. Set plants plumb and hold in position until sufficient soil has been firmly placed around the roots or ball. Set plants in relation to surrounding grade so that they are even with the depth at which they were grown in the nursery, collecting field, or container. c. Plant perennial and ground cover plants after the mulch is in place. Avoid contaminating the mulch with the planting soil. d. For balled and bur lapped plants, carefully remove excess burlap and tying materials and fold back. Where plastic wrap or treated burlap is used in lieu of burlap, completely remove these materials before backfilling. e. Remove excess soil from the top of BBB and container grown trees to a point at the root flair. Finish grade should not be higher than the root flair. f. Backfill plants with planting soil mixture as specified to approximately half the depth of the ball and then tamp and water. Tamp and water remainder of backfill Planting Soil Mixture; then form earth saucers or water basins around isolated plants with topsoil. Bare -Root Stock a. Soak roots overnight before planting. Protect roots from drying during installation. b. Set plants plumb arranging the roots in a natural position without tangling or turning up to surface. c. Remove damaged roots with a clean cut. Paint cuts larger than 13 mm (1 /2 inch) in diameter with tree wound dressing. d. Carefully work Planting Soil Mixture in among the roots. Tamp and water the remainder of Planting Soil Mixture; then form earth saucers or water basins around isolated plants with topsoil. E. Remove surplus subsoil and topsoil from Site. 3.03 WATERING A. Water each plant within 2 hours of planting. B. Water to thoroughly saturate all planting soil. C. Bring planting soil to specified level within 5 days of initial watering and saturate additional soil. D. Water all plants thoroughly as soil moisture is depleted (at least once per week during periods of average rainfall) until the Work is accepted. 3.04 MULCHING A. Place mulch material as described on details within 48 hours of the second watering, unless otherwise approved by Engineer. Dish top of backfill to allow for mulching. B. Mulch: Provide 3-inch thickness of mulch in planting area and work into top of backfill and finish to maintain dish or level with adjacent finish grades as shown in the Drawings. 3.05 PROTECTION A. General 1. Protect landscape work and materials from damage due to landscape operations, operation by other contractors, trades, and trespassers. 2. Maintain protection during installation and maintenance periods. PLANTS © 2017 Stantec 1 193803542 32 93 00 - 6 3.06 EDGING PLANT BEDS A. Uniformly edge plant beds to provide a clear cut division line between the planted area and the adjacent lawn. B. Install metal edging materials per the manufacturer's recommendations and as indicated in the Drawings. Set top of edging flush with or up to 1 inch above finished grade. Set top of stake 1 /2 inch below top of edging. 3.07 CLEANUP AND RESTORATION A. During landscape work keep pavements clean and work area in an orderly condition. B. Treat, restore, or replace in kind turf, sod, plantings, or other facilities damaged by Contractor's operations. C. Remove all excess excavated soils from plant holes from the Site. D. Collect and dispose of all excess materials, packaging, and containers. 3.08 MAINTENANCE A. During the Plant Establishment Period the Contractor shall 1. Water all plants to maintain an adequate supply of moisture within the root zone. An adequate supply of moisture is the equivalent of 25 mm (1 inch) of absorbed water per week either through natural rainfall or augmented by periodic watering. Apply water at a moderate rate so as not to displace the mulch or flood the plants. 2. Prune plants and replace mulch as required. 3. Replace and restore stakes, guy wires, and eroded plant saucers as required. 4. In plant beds and saucers, remove grass, weeds, and other undesired vegetation, including the root growth, before they reach a height of 75 mm (3 inches). 5. Spray with approved insecticides and fungicides to control pests and ensure plant survival in a healthy growing condition, as directed by the Engineer. 6. Remove plants that die during this period and replace each plant with 1 of the same size and species. 7. The Contractor is not responsible for theft or damage to plants by non -contractor vehicles or vandalism once plants are installed and approved. 3.09 INSPECTION, ACCEPTANCE, AND WARRANTY A. Landscape work will be inspected for acceptance upon completion of all Work. B. Engineer shall inspect work, and provide written acceptance of work. The establishment period and warranty will begin upon written acceptance. C. All plants will have a 3-year establishment and warranty period. D. At the conclusion of the establishment and warranty period, a final inspection of planting will be made to determine the conditions of Work. When Work does not comply with Specifications, Contractor shall replace rejected work. Replacement plants will include a second establishment period. Remove rejected plants and materials from the Site. END OF SECTION PLANTS © 2017 Stantec 1 193803542 32 93 00 - 7 This Page Left Blank Intentionally SECTION 33 05 05 TRENCHING AND BACKFILLING PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Trenching requirements for underground piping and appurtenances, including requirements for excavation, backfill, and compaction. B. Related Sections 1. Section 31 10 00 - Site Clearing. 2. Section 33 10 00 - Water Utilities. 3. Section 33 31 00 - Sanitary Utility Sewer Piping. 4. Section 33 40 00 - Storm Drainage Utilities. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Trench Excavation: Excavation and backfilling of trench shall be included in the price of pipe provided. 2. Pipe Bedding: Considered incidental and shall be included in the price of pipe furnished and installed. 3. Improved Pipe Foundation: At the Bid Unit Price per lineal foot for each 6-inch layer placed below pipe bedding, not including the first 6 inches. a. For example, say 2 feet of foundation material is required under a pipe installed with C-2 bedding. Because 6 inches of material is required for Class C-2 pipe bedding (and therefore incidental), payment will be made for 3 lineal feet of pipe foundation material, 6 inches deep per foot of pipe installed. b. No payment will be made without the knowledge or consent of the Engineer. c. No payment will be made for subgrade rock installed for de -watering purposes only, unless specified. d. No payment will be made for disposing of excavated material off Site that has been created by placement of improved pipe foundation. 4. Temporary Bracing and Sheeting: Considered part of the excavation costs with no additional compensation to Contractor, unless provided for otherwise. 5. Density Tests a. Passing Tests: All costs paid by Owner. b. Failing Tests: All costs charged to and paid by the Contractor. 6. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2016 Edition (MnDOT Spec.) 1. 2105 - Excavation and Embankment. 2. 2451 - Structure Excavations and Backfills. 3. 3149 - Granular Material. © 2017 Stantec 1 193803542 TRENCHING AND BACKFILLING 330505- 1 American Society of Testing Materials (ASTM) 1. C1479 - Standard Practice for Installation of Precast Concrete Sewer, Storm Drain, and Culvert Pipe Using Standard Installations. 2. D2321 - Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity -Flow Applications. 3. D698 - Test Method for Laboratory Compaction Characteristics for Soil Using Standard Effort (12,400 ft-Ibf/ft). 1.04 SUBMITTALS A. Provide the following submittals consistent with Section 01 33 00: 1. Product Data for each Borrow Material: a. Name and location of source. b. Results of gradation tests. 1.05 DEFINITIONS A. Bedding: The soil material adjacent to the pipe which makes contact with the pipe foundation, walls of the trench, and upper level of backfill. The purpose of bedding is to secure the pipe to true line and grade, and to provide structural support to the pipe barrel. B. Foundation: Soil material beneath the pipe bedding. C. Improved Pipe Foundation: Foundation provided by importing material from sources outside the Site. Required when foundation is soft or unstable. D. Filter Aggregate: Free draining mineral product used around drain the pipe. E. Rock Excavation: Includes such rocks that are not decomposed, weathered, or shattered, and which will require blasting, barring, wedging, or use of air tools for removal. Also included are any boulders, concrete, or masonry structure (except concrete pavement, curb and gutter, and sidewalk) exceeding 1 cubic yard. F. Pipe Zone: That part of the trench below a distance of 1 foot above the top of the pipe. G. Sand Cushion: Aggregate bedding material used around pipe in areas where rock excavation is encountered, where pipe insulation is used, and when crossing existing utilities. 1.06 SEQUENCING AND SCHEDULING A. Known existing underground utilities are shown on the Drawings in a general way. Owner does not guarantee the locations as shown on the Drawings. Contractor shall anticipate variations in both the vertical and horizontal locations of underground utility lines from those shown on the Drawings. B. Uncover utilities and verify both horizontal and vertical alignments sufficiently in advance of construction to permit adjustments in the Work. Determine location of existing utilities and identify conflicts before excavating trench for pipe installation. C. Notify Gopher State One Call before starting construction in a given area, requesting utility locations in the field. TRENCHING AND BACKFILLING © 2017 Stantec 1 193803542 33 05 05 - 2 D. Provide continuance of flow of existing sewer and other facilities. E. Backfill and compact all trench excavations promptly after the pipe is laid. 1.07 WARRANTY A. Trench settlements that occur during the correction period and are greater than 1 /2 inch as measured from the beginning to the end of the settlement, as determined by the Engineer, will be repaired in a manner acceptable to the Owner at the Contractor's expense. PART 2 PRODUCTS 2.01 PIPE BEDDING MATERIAL A. Polyvinyl Chloride (PVC) Pipe and High Density Polyethylene (HDPE) Pipe. 1. Comply with MnDOT Spec. 3149.2B1 for granular borrow. a. Noon the Site granular material encountered during construction maybe used without the permission of the Engineer. b. 1-inch maximum aggregate size. B. Reinforced Concrete Pipe (RCP) 1. Class C-1 Bedding a. Undisturbed soil. b. No rocks larger than 3 inches shall be placed within the pipe zone. 2.02 IMPROVED PIPE FOUNDATION MATERIAL A. Comply with MnDOT Spec. 3149.2H Modified 1. Crushing Requirements: At least 50 percent of the material by weight retained on the No. 4 sieve shall have 1 or more crushed faces. 2.03 FILTER AGGREGATE MATERIAL C A. Comply with MnDOT Spec. 3149.2H 2.04 SAND CUSHION MATERIAL A. Comply with MnDOT Spec. 3149.2B.1 for Granular Borrow 1. No on Site granular material encountered during construction may be used without the permission of the Engineer. 2. 1-inch maximum aggregate size. 2.05 BACKFILL MATERIAL A. Suitable materials selected from the excavated materials to the extent available and practical. B. Suitable materials are mineral soils free of rubbish, trees, stumps, branches, debris, frozen soil, oversize stone, concrete and bituminous chunks, and other similar unsuitable material. TRENCHING AND BACKFILLING © 2017 Stantec 1 193803542 33 05 05 - 3 PART 3 EXECUTION 3.01 EXAMINATION A. Prior to construction, inspect existing utility structures and surface features, and document condition. B. Re -inspect foundation soils if rain fall or snow has occurred after initial inspection but prior to placing pipe and bedding. 3.02 PREPARATION A. Notify Utility Owners to field mark their utility locations. B. Protect as necessary surface features, such as utility poles, trees, structures, pavement, etc., that are not designated on the Drawings to be removed. C. Notify utility companies of progress schedule so they can accomplish any necessary relocations and removals that they have agreed to relocate, remove, or support. D. Implement traffic control. E. Complete temporary removal or relocation of surface features, such as fences, shrubs, signs, and mailboxes. F. Strip off existing topsoil from within the trench excavation limits and stockpile. Separate vegetative strippings from salvageable topsoil and dispose of appropriately. G. Crossing Under Existing Utility Lines 1. Use extreme care when excavating in the vicinity of underground utility lines to avoid damage to protective coatings or surfaces. 2. Where possible and as authorized by the utility, temporarily remove the utility line, install the new pipe, and reinstall the utility line. 3. Where existing line cannot be removed or is not feasible to remove, securely support, excavate under, backfill under and around the utility line to 100-Percent Standard Proctor Density. 4. Report and repair damaged lines prior to backfilling trench. 3.03 CONSTRUCTION A. Conform to ASTM C2321, or modified herein. Trench Excavation 1. Excavate trench to alignment and grade shown on the Drawings. 2. The trench width at the surface may vary and depends on the depth of trench and nature of the excavated material encountered. However, it shall be of ample width to permit the pipe to be laid and jointed properly and the backfill to be placed and compacted properly. 3. Correct any part of the trench that is inadvertently excavated below grade with approved material compacted to 100-Percent Standard Proctor Density. 4. Brace, shore, or sheet trench and provide drainage. Comply with applicable State Regulations relating to industrial safety to a safe angle of repose. Angle of repose may TRENCHING AND BACKFILLING © 2017 Stantec 1 193803542 33 05 05 - 4 1 i d be no less than that required by the Accident Prevention Division of the State Industrial Commission or the requirements of the Occupational Safety and Health Act (OSHA), whichever is most restrictive. 5. Pile all excavated material in a manner that will not endanger the Work or obstruct sidewalks, driveways, gutters, etc. 6. Segregate soils in the excavated material that are not suitable for trench backfill and dispose of in a manner that is consistent with the requirements specified herein under "Backfill Above Pipe Zone." 7. Dispose of excess excavated materials off of right-of-ways and easements in a suitable site selected by the Contractor. 8. Haul materials, other than natural soil materials that are suitable as backfill material, to an approved landfill as directed by the Engineer. C. Water Control 1. Dewater the ground as necessary to excavate the trench and install the pipe. All pipe and structures shall be laid in a dry condition prior to Backfill. Maintain groundwater level a minimum of 1 foot below the pipe invert. Measure the rate of flow from dewatering pumps at the beginning of the dewatering operation(s) and once per week thereafter. Keep a daily log of hours pumped. D. Trench Bottom 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. TRENCHING AND BACKFILLING © 2017 Stantec 1 193803542 33 05 05 - 5 3.04 PIPE BEDDING A. Polyvinyl Chloride Sewer Pipe: Bed pipe in accordance with ASTM D2321. B. Reinforced Concrete Pipe: Bed pipe in accordance with Class C-1 Bedding. C. Use only selected materials free from rock, boulders, debris, or other high void content substances to a level 1 foot above the top of pipe. Remove ledge rock, boulders, and large stones to provide at least 6-inch clearance from pipe. D. Dig bell holes of ample dimension at each joint such that the pipe barrel rests continuously on the bedding. 3.05 BACKFILL WITHIN PIPE ZONE A. Backfill immediately after pipe is laid. Restrain pipe as necessary to prevent their movement during backfill operations. B. Place material completely under pipe haunches in uniform layers not exceeding 4 inches in depth. C. Hand (shovel) tamp along pipe within haunch zone. 3.06 BACKFILL ABOVE PIPE ZONE A. Use suitable materials meeting the requirements of Backfill Material. B. Place in uniform depth layers not to exceed 12 inches before compaction. Complete the compaction of each layer before placing material for the succeeding layer. C. Compact each layer by mechanical means until it meets the requirements of MnDOT Spec. 2105.3F1 "Specified Density Method." Trenches shall be compacted to a minimum of 95 percent, except to 100 percent in the upper 3 feet. If the moisture content of the backfill materials is greater than 3 percent above the optimum moisture, compact the materials to a minimum density of 3 pounds/cubic foot less than the Standard Proctor Curve at that moisture content, except that minimum compaction shall be 85 Percent of Standard Proctor Density. D. The method and means of placement and type of compaction equipment used is at the discretion of the Contractor. However, all portions of the trench backfill must meet minimum specified compaction requirements. E. Any deficiency in quantity of backfill material (caused by shrinkage or settlement) shall be supplied at no additional cost to the Owner. F. Excavated material not suitable or required for backfill shall be disposed of outside of the Site. TRENCHING AND BACKFILLING © 2017 Stantec 1 193803542 33 05 05 - 6 3.08 QUALITY CONTROL A. Density Tests: To be performed by an approved soils testing firm at various locations and depths throughout the Site as directed by the Engineer. The Contractor shall cooperate fully and provide assistance as necessary to complete these tests. B. Failed density test areas shall be excavated and re -compacted until the density requirements are met. END OF SECTION TRENCHING AND BACKFILLING © 2017 Stantec 1 193803542 33 05 05 - 7 This Page Left Blank Intentionally 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. 2. Section 33 31 00 - Sanitary Utility Sewer Piping. 3. Section 33 40 00 - Storm Drainage Utilities. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l . Bid Items have been provided for various adjustments. Payment at the Bid Unit Price for all items is considered compensation in full for all materials and Work required to furnish and install the Bid Item in place. 2. Extend Hydrant Barrel: A Bid Item has been provided for Extend Hydrant Barrel. Measurement will be by the lineal foot of adjustment made. 3. Remove and Replace Sanitary Sewer Frame and Rings with HDPE Rings and Frame: Per each sanitary sewer manhole for each type of ring as shown on the Drawings and Bid Form or as directed by the Engineer. Payment includes excavation, removal, replacement of existing frame and rings, compaction, adjustment, and bituminous replacement around frame. 4. Adjust Valve Box: Per each existing water main gate valve box on the mill and overlay or full pavement removal streets. Payment includes excavation, adjustment, and bituminous replacement around valve box. a. Adjustment of the new valve boxes installed under this Contract is incidental to the Bid Unit Price for furnishing and installing the valve and/or valve box. b. Adjustment of valve boxes that require a new valve box section shall be paid under Remove and Replace Water GV Box Section in Section 02 41 13. 5. Adjust Storm Sewer Structure: Per each structure. Payment includes adjustment and bituminous replacement around the structure. a. Adjustment of the new structures installed under this Contract is incidental to the Bid Unit Price for installing the structure. 6. Adjust Curb Box: Adjustment of curb box on new curb boxes installed under this Contract is incidental to the Bid Unit Price for furnishing and installing the curb stop. 7. Adjust Structure: Adjustment of sanitary sewer and storm sewer castings installed under this Contract shall be incidental to the installation of that item/structure. 8. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. American Society of Testing and Materials (ASTM) 1. A48 - Specification for Gray Iron Casting. ADJUST MISCELLANEOUS STRUCTURES © 2017 Stantec 1 193803542 33 05 17 - 1 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. C 150 - 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," 2016 Edition (MnDOT Spec.) 1. 2506 - Manholes and Catch Basins. 2. 3733 - Geotextiles. 1.04 DEFINITIONS A. Adjust Frame and Ring Casting: A change in rim elevation accomplished for manholes or catch basins through the addition or removal of adjustment rings only. Adjustment does not include the addition or removal of sections from the structure. B. Adjust Valve Box: A change in elevation of the top of the valve box accomplished through the raising or lowering of the existing top section of the valve box only. Adjustment does not include the addition or removal of sections from the valve box. C. Remove and Replace Adjustment Rings: The process of removing the existing concrete adjustment rings from an existing structure and placing new rings on manholes and catch basins. 1.05 SEQUENCING AND SCHEDULING A. Contractor, Engineer, and Owner shall inspect all existing structures prior to beginning construction. B. Owner will remove any foreign material found in the existing structures prior to construction. Contractor is responsible for removing any foreign material that enters the structures during construction. PART 2 PRODUCTS 2.01 ADJUSTING RING A. 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. ADJUST MISCELLANEOUS STRUCTURES © 2017 Stantec 1 193803542 3305 17 - 2 F 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. r Maximum amount 15 percent by volume. P_ 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 non -rocking protection. 5. Type and Style: Per details on Drawings. 2.05 VALVE BOX A. Risers 1. Conform to details on Drawings. 2. Conform to the requirements of Section 33 10 00. 2.06 GEOTEXTILE A. Woven filter fabric, 4-1/2 ounces for use in conjunction with HPDE rings. PART 3 EXECUTION 3.01 GENERAL A. The necessary vertical alignment will be determined by the Engineer and generally as indicated on the schedule of adjustments. B. Where existing frame is within 0.10 feet of grade, no adjustment is to be made. C. The frame shall be raised or lowered to match the street or gutter. D. Protect existing structures from damage. E. Prevent sand, concrete, or any other debris from entering the structures. 3.02 PREPARATION A. Call utility owners to field mark their utility locations. B. Contractor to verify exact location of existing utilities. 3.03 ADJUST FRAME AND RING CASTING © 2017 Stantec 1 193803542 ADJUST MISCELLANEOUS STRUCTURES 330517-3 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 adiustinq rings as per the following: 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. 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. ADJUST MISCELLANEOUS STRUCTURES © 2017 Stantec 1 193803542 3305 17 - 4 I 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. 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 114 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 © 2017 Stantec 1 193803542 3305 17 - 5 This Page Left Blank Intentionally SECTION 33 08 30 COMMISSIONING OF SANITARY SEWER UTILITIES PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Testing of sanitary sewer pipe, manholes, fittings, and miscellaneous appurtenances. Related Sections 1. Section 33 31 00 - Sanitary Utility Sewer Piping. 2. Section 33 31 14 - Sanitary Sewer Services. 3. Section 33 39 00 - Sanitary Utility Sewer Structures. 1.02 PRICE AND PAYMENT A. Measurement and Payment 1. Televise Sanitary Sewer: Measurement will be per lineal foot. Payment shall include cleaning lines, televising, providing water for determining sags, reports, videos, photos VI, and other documentation and incidentals to complete the televising as specified. Televising shall typically start and end at manholes. 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. C924 - Standard Practice for Testing Concrete Pipe Sewer Line by Low -Pressure Air Test Method. 2. C969 - Standard Practice for Infiltration and Exfiltration Testing of Installed Precast Concrete Pipe Sewer Lines. 3. C 1103 - Standard Practice for Joint Acceptance Testing of Installed Precast Concrete Pipe Sewer Line. 4. C1244 - Standard Test Method for Concrete Sewer Manholes by Negative Air Pressure. 5. F1417 - Standard Test Method for Installation Acceptance of Plastic Gravity Sewer Lines using Low -Pressure Air. L 1.04 SUBMITTALS A. Submit the following items consistent with Section 01 33 00: 1. Proposed field testing methods. 2. Results of field testing. 3. 2 copies on DVD format of sewer televising and 2 copies of the written report on conditions. DVD and written reports shall be submitted to both Engineer and Owner. 4. Electronic Copies: Televising reports shall be submitted in pdf format. One pdf shall be created for each section of pipe located between two manholes. Each report shall be named with a number matching the Owner's pipe identification number. The identification number for each section of pipe shall be provided to the Contractor prior to televising. COMMISSIONING OF SANITARY SEWER UTILITIES © 2017 Stantec 1 193803542 33 08 30 - 1 5. Identification Spreadsheet: Provide in Microsoft excel format with the Owner's pipe identification number for the pipes that were cleaned and lined. Individual televising reports, images, and video must correspond to the pipe id. A sample spreadsheet can be provided by the Engineer upon request. 6. Any images taken must be provided to the Owner in jpeg format or a format that is approved on by the Owner. 7. Reports and video shall be provided for each televising inspection. PART 2 PRODUCTS Not Used. PART 3 EXECUTION 3.01 EXAMINATION A. Commence test procedures only when pipe and structures are clean and free of dirt, water, or other foreign matter, and for buried pipe, trench has been backfilled. 3.02 FIELD QUALITY CONTROL A. Engineer will observe all tests and visually inspect the Work for compliance. B. Contractor shall provide all material, equipment, and labor required to test the sanitary sewer systems. C. Gravity Pipe Leak Testing 1. General a. Test all systems (pipe and structures) for leakage before being put in service. Notify Engineer of the date and time for each test 1 day prior to actual testing. Test in section length increments deemed necessary by the Engineer. b. Test each section by 1 of the following methods. c. Individual segments MH to MH pipe runs must be tested and accepted by the Engineer prior to starting construction of the next pipe run. 2. Low Pressure Air Test a. Diameter: Less than or equal to 24 inches. b. Must meet criteria set forth in ASTM F1417. c. Groundwater level shall be no higher than 2 feet above the top of pipe at upstream end. d. Acceptable time for loss of 0.5 psig of air pressure shall be the larger of the 2 times below: Pine Size Min. Time (Min's) Time (s/ft of pipe) 8 3:50 0.760 10 4:40 1.187 12 5:40 1,709 15 7:05 2.671 18 8:30 3.846 21 9:55 5.235 24 11:20 6.837 COMMISSIONING OF SANITARY SEWER UTILITIES © 2017 Stantec 1 193803542 33 08 30 - 2 F_ e. Requirement may be waived for reconstruction projects where reconnection of active sewer services prevents testing with permission from Owner. D. Gravity Pipe Deflection Testing 1. Required for all flexible pipe (FRP, PVC, and HDPE). 2. Deflection Testing Methods a. Pipe Diameters Through 24 Inches: Pull mandrel through the pipe by hand (without aid of mechanical pulling devices). b. Pipe Diameters Greater Than 24 Inches Through 36 Inches: Deflections shall be determined by use of a mandrel or a method submitted to and approved by the Engineer. If mandrel is used, it shall be pulled through the pipe by hand (without aid of mechanical pulling devices). c. Pipe Diameters Greater Than 36 Inches: Deflection measurements shall be determined using a mandrel, rigid bar, a circular rigid template, or by a method approved by the Engineer. If mandrel is used, it shall be pulled through the pipe by hand (without aid of mechanical pulling devices). 3. Deflection testing shall be conducted at least 30 days after the pipe has been backfilled to the desired finish grade on all direct bury flexible pipe. 4. 5-percent deflection allowance. 5. Mandrel Diameter Requirements a. Diameter equal to 95 percent of the base inside diameter noted in Appendix XI of ASTM D3034 for PSM PVC pipe (SDR pipe) and calculated from Appendix X2 of ASTM F679 for PS 46 or 115 pipe. b. For all other pipe, the minimum diameter shall be equal to 95 percent of the Average Internal Diameter of the pipe as specified below: 1) Average Internal Diameter = (Average Outside Diameter) minus [2 by 1.06 by (Minimum Pipe Wall Thickness)]. 2) The Average Outside Diameter will be based on applicable ASTM or AWWA Standard. 3) No adjustments to the Average Internal Diameter will be allowed for out -of - roundness, diameter variation, or thickness variation due to manufacture, shipping, and handling. c. Mandrel shall be constructed of rigid steel, be non-adjustable, and have an odd number of legs (9 legs minimum). Its effective length shall not be less than its nominal diameter. 6. Deflection Template/Bar Requirements a. The circular template diameter (or rigid bar length) shall be equal to the mandrel diameter requirements as determined above. b. Circular templates shall be constructed of rigid materials and be non-adjustable. c. Rigid bars shall have a 1-inch diameter circular section, be constructed of steel, and be non-adjustable. 3.03 REQUIREMENTS FOR TEST FAILURES A. Pressure or Leak Test Failure 1. Repair piping as necessary to conform to product requirements. 2. All repair work shall be subject to approval by the Engineer. 3. Chemical type sealants added to the test water will not be permitted. 4. The Engineer may require removal and replacement of pipe in failed test sections. 5. The cost of replacement, repair, and re -testing of failed pipe sections shall be borne by the Contractor. COMMISSIONING OF SANITARY SEWER UTILITIES © 2017 Stantec 1 193803542 33 08 30 - 3 B. Deflection Test Failure 1. Unless otherwise permitted by the Engineer, any over deflected pipe shall be uncovered, and if not damaged, reinstalled. Damaged pipe shall not be reinstalled, but shall be removed from the Site. 3.04 SANITARY SEWER CLOSED CIRCUIT TELEVISION INSPECTION A. General 1. Televising shall be performed on all newly constructed gravity sanitary sewer lines after successful leak testing has been completed and accepted. 2. The sewer contractor shall assist with providing access to all sanitary sewer lines after successful leak and deflection testing has been completed and accepted. 3. Format - The video will be submitted in a DVD format with both audio and video. 4. Camera - The camera will be a self propelled unit providing color video with the ability to tilt up and down and pan left to right. The camera lens shall be capable of turning and looking up each wye or service tap to a minimum distance of the first fitting of the service pipe. The camera is to provide color video and still photographs of any defect. 5. Rate - The televising shall be conducted at a rate not to exceed 30 feet per minute. Line Requirements 1. All lines shall be jetted and vacuumed so that all debris has been removed prior to televising. 2. A small quantity of water is to be introduced into the line prior to televising. Amount shall be determined by the Engineer and coordinated with the Owner's Water and Sewer Department. The amount of water shall be sufficient enough to distinguish any sags or alignment problems with the pipe. 3. Each run will consist of a starting and ending MH-#, line size, and a zero reading on the counter at center of the starting manhole. 4. Each service wye shall be examined using the pan and tilt feature. 5. The video camera operator shall type into the video the station (distance), wye location on either the left or right side of the pipe and any problems they notice while televising the sewer lines. C. Manhole Requirements 1. Examine starting and ending doghouses for quality of mortar work. 2. Examine all joints to confirm watertight quality of gaskets and seals. 3. While at the bottom of the manhole, the camera will examine for infiltration as high as it can see around the entire manhole circumference. 4. Examine vertical outside drops. D. Report Requirements 1. A technician shall observe the monitor at all times during the televising and record the data. 2. Note locations, length and depth of any sags in the pipe (indicate any depths greater than 1 /2 inch). 3. Note locations, length and depth of any areas of dirt or debris in the pipe (indicate any depths greater than 1 /2 inch). 4. Record distance from center of manhole to center of manhole. 5. Note each change in pipe material, including station. 6. Note each wye or service tap location with station and orientation (Example: wye right, 3 o'clock). COMMISSIONING OF SANITARY SEWER UTILITIES © 2017 Stantec 1 193803542 33 08 30 - 4 L 7. The complete report and DVD shall be submitted to the Owner/Engineer within 14 days after the completion of the televised segments. 8. Include color photos/images of defects in the written report. E. Review 1. All television reports and DVDs will be reviewed after the submittal is received. 2. Comments and corrections will be noted and submitted to the Contractor for immediate correction. Defects 1. Any defect, faulty joints, cracked pipe, or other deficiency noted by the television inspection shall be immediately corrected by the Contractor. A plan for repair shall be presented to and approved by the Owner prior to the repair occurring. 2. Repairs shall be approved by Engineer prior to re -televising. 3. The repaired segment shall then be re -televised from manhole to manhole in accordance with section 3.04.F, and submit a report within 7 days. No additional compensation shall be awarded for re -televising any repairs or defects in the lines. END OF SECTION COMMISSIONING OF SANITARY SEWER UTILITIES © 2017 Stantec 1 193803542 33 08 30 - 5 This Page Left Blank Intentionally 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: F� 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. 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. Salvage and Reinstall Gate Valve and Box: Measurement will be based on each Gate Valve and Box salvaged and reinstalled. Payment at the Bid Unit Price shall include furnishing and installing the Valve and Box complete in place as specified. 1) Bid Item is for existing Gate Valve and Box on Jordan Ave N that was installed in 2016. d. Hydrant, including 6 inch Gate Valve and Box: Measurement will be based on units of each Hydrant installed, including the adjacent 6 inch Gate Valve and Box. Payment at the Bid Unit Price shall include furnishing and installing the Hydrant and 6" GV and Box complete in place as specified. e. 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. f. Joint Restraint: No Bid Item has been provided. Joint restraint shall be considered incidental to water main installation with no direct payment made. g. 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. WATER UTILITIES © 2017 Stantec 1 193803542 33 10 00 - 1 h. Temporary Water Main/Service: Refer to Section 01 50 00. i. 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. 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) l . 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. C116 - Protective Fusion -Bonded Epoxy Coatings for the Interior and Exterior Surfaces of Ductile -Iron and Gray -Iron Fittings. 5. C 150 - 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) l . 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. D 1784 - 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. WATER UTILITIES © 2017 Stantec 1 193803542 33 10 00 - 2 s-1 1.04 SUBMITTALS A. Submit Product Data for the following items consistent with Section 01 33 00: 1. Pipe, fittings, valves, and hydrants. 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 shutdown 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 C11 1 /A21.11 latest revision, mechanical joint or push -on: 1. All fitting shall be fusion bonded epoxy coated per ANSI/AWWA C116/A21. L 2.02 POLYVINYL CHLORIDE (PVC) PLASTIC PIPE AND FITTINGS A. General: Pipe shall be made of compounds conforming to ASTM D1784 in accordance with the material requirements of AWWA C900 (4-inch to 12-inch diameter pipe) or AWWA C905 (14-inch to 48-inch diameter pipe). B. Design: Cast-iron pipe equivalent outside diameter with a minimum pressure class (PC) or dimension ratio (DR) as shown on the Drawings. C. Joints: Integral bell with elastomeric gasket joints providing a water -tight seal conforming to ASTM F477. © 2017 Stantec 1 193803542 WATER UTILITIES 331000-3 D. Fittings: Conform to Ductile Iron Pipe (DIP) and Fittings specified under this Section. E. Marking: Conform to AWWA C900 and C905. 2.03 BOLT ASSEMBLIES A. Tee -Head Bolts 1. General: Conform to ANSI/AWWA C1 1 1 /A21.11. 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. E. One 4-1/2 inch steamer 1. All hydrants located a distance of 5 feet or greater beyond the proposed back of curb shall be furnished with a 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. I. 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 Hydrant Marker, or approved equal: 1. Solid red polycarbonate extrusion rod, with reflective strip on end. 2. Galvanized steel base with mounting bracket 3. 48 inches long. WATER UTILITIES © 2017 Stantec 1 193803542 33 10 00 - 4 r 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. P. Color: Painted Waterous Enamel No. V1814-R (Fire Hydrant Red) at the place of manufacture. Q. After installation and testing is complete, the "field coat" of paint shall be applied with a brush. 2.05 GATE VALVE AND BOX A. General Requirement: AWWA C515 or C509. B. Non -rising stem (NRS), opening by turning counter clockwise, 2 inches square operating nut. C. O-ring seals. D. Mechanical joint ends conforming to AWWA C111/A21.11. 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 C1 16/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. WATER UTILITIES © 2017 Stantec 1 193803542 33 10 00 - 5 2.07 PIPE ENCASEMENT A. Material: Polyethylene film conforming to AWWA C105/A21.5 and ASTM A674, tube form. B. Color: Black. C. Film Marking Requirements: Conform to AWWA C105/A21.5 and ASTM A674, including AWWA/ASTM standard, corrosion protection warning and applicable range of nominal pipe diameter size(s) every 2 feet along its length. 2.08 INSULATION A. Polystyrene Insulation: Extruded type conforming to ASTM C578, Type VI, VII, or V. 2.09 TRACER WIRE A. Conform to the applicable requirements of NEMA WC3, WCS, and WC7. B. Shall be Underwriters Laboratories (UL) listed for use in direct burial applications (e.g. USE, UF, or tracer wire). C. Conductor: Minimum No. 10 AWG Copper Clad Steel Tracer Wire rated to 30 volts. D. Outside Identification: Volts (or V), AWG size, UL and designation (ex. "tracer wire"). E. Magnetized Tracer Boxes: Snake Pit Magnetized Tracer Box, www.copperheadwire.com, or approved equal 1. Concrete/Driveway Box. 2.10 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 the inside of pipe. WATER UTILITIES © 2017 Stantec 1 193803542 33 10 00 - 6 D. All jointing of mechanical joint pipe and push -on joint pipe in accordance to AWWA C600. E. Outside of the spigot and the inside of the bell, wire brush, wipe clean and dry. Keep pipe ends clean until joints are made. F. Lay and maintain pipe and appurtenances to the alignment, grade, and location shown on the Drawings. No deviation from the Drawing alignment, grade, or location is allowed, unless approved by the Engineer. No pipe shall be laid in water or when the trench conditions are unsuitable for such Work. G. Provide conductivity throughout the water system by use of conductivity strap, except for HDPE and PVC water main pipe. H. Precautions are to be taken to prevent debris or groundwater from entering the pipe being laid. 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. WATER UTILITIES © 2017 Stantec 1 193803542 33 10 00 - 7 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. 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 l . Place insulation between water pipe and sanitary pipe when water main or service is within 1 foot above or below the sanitary pipe. 2. Place insulation between storm sewer pipe and water main or water service when pipes are separated by less than 2 feet. 3. Place insulation over water pipe where tie-ins or other conditions limit bury depth to less than specified. 3.07 TRACER WIRE A. Attach to magnetized tracer box per manufacturer's specifications 1. Seal tracer wire leads and brass wire harness per manufacturer's specifications. B. Splice shall be accomplished by joining the 2 bare ends of the wires with either a copper mechanical split bolt compression fitting or a crimp -type compression sleeve for copper connections. No other connection is allowed. WATER UTILITIES © 2017 Stantec 1 193803542 33 10 00 - 8 C. All joined splices and connections shall be fully enclosed using a 3M Brand ScotchfilTM Electrical Insulation Putty, or approved equal. The putty shall be fully sealed and bonded on all sides. D. Splices shall not be more frequent than 1 splice per 250 feet. E. Tracer wire shall be laid below all pipe, fittings, and hydrants. 3.08 TEMPORARY WATER SERVICE 1. Refer to Section 01 50 00. 3.09 PIPE CONFLICTS A. Shall apply to any crossings under existing cast iron pipe and any pipe conflicts where a minimum clear separation of 1 foot is not possible. B. Cut the water main beyond the proposed sewer trench wall. C. Remove the abandoned water main and install offset as shown on the Drawings or as encountered during construction. D. All offset piping shall be PVC C900-DR 18. E. Mechanical joint restraints shall not be allowed on cast iron pipe. 3.10 PROTECTION A. Existing valves and hydrants shall be operated by the Owner, unless under emergency situations. 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 1. Minimum Test Pressure: 150 psi. 2. Test Duration: 2 hours. 3. Criteria: No drop in pressure allowed. 4. Testing Gauge: Liquid filled, 4-1/2 inch diameter, labeled in 1-psi increments, such as Ashcroft Model 1082, or approved equal. 5. Test all lines, including hydrant leads, water services, and stubs. WATER UTILITIES © 2017 Stantec 1 193803542 33 10 00 - 9 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. 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) 6Inches 2 3) 8Inches 3 4) 10Inches 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 © 2017 Stantec 1 193803542 33 10 00 - 10 SECTION 33 12 12 WATER SERVICES PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Construction of water service pipe, corporation stops, curb stops and boxes, and all appurtenances. B. Related Sections 1. Section 33 05 05 - Trenching and Backfilling. 2. Section 33 10 00 -Water Utilities. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Water Service Line: Measurement by linear foot of each size and type of pipe measured along the axis of the pipe, from centerline of the water main to termination as shown on the Drawings with no regard to intervening fittings. Payment at the Bid Unit Price per foot shall include cost of all pipe, fittings, laying, excavation, backfilling, and testing a. Placement and compaction of the aggregate material around the corporation stop and gooseneck is incidental to the service line. b. Supplying and installing wooden markers or fence a post is incidental to the service . line. c. Material, placement, compaction, and removal of excess trench material to be included in the Bid Unit Price for Water Service Line. d. All water service locations shall be marked with a "W" stamp approved by Owner at the time of curb placement. This Work is incidental to installation of the Concrete Curb and Gutter. 2. Corporation Stop: By physical count of each size and type installed. 3. Curb Stop and Box: By physical count of each size and type installed, 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. WATER SERVICES © 2017 Stantec 1 193803542 3312 12- 1 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. American Water Works Association (AWWA) 1. C105 - American National Standard for Polyethylene Encasement for Ductile Iron Pipe Systems. 2. C900 - AWWA Standard for Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 Inches through 12 Inches, for Water Distribution. 3. C901 - AWWA Standard for Polyethylene (PE) Pressure Pipe and Tubing, 1/2 Inch (13 mm) Through 3 Inches (76 mm), for Water Service. 1.04 SUBMITTALS A. Submit the Product Data for the following items consistent with Section 01 33 00: 1. Pipe and fittings. 2. Corporation stop and curb boxes. 3. Service saddles. 1.05 SEQUENCING AND SCHEDULING A. Install sanitary sewer, water main, and all pipe deeper than the services prior to the installation of the services. B. Perform testing of new water main prior to reconnecting existing services. C. In the event that connection to a properties' water service requires house access: Notify the Owner a minimum of 72 hours prior to 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. WATER SERVICES © 2017 Stantec 1 193803542 33 12 12-2 2.03 CURB STOP A. Approved Manufacturers 1. Curb Stops - 1 Inch: Mueller No. B-25154, Ford No. B22-444M, or A.Y. McDonald No. f 6104. 2. Curb Stops - 1-1 /2 Inches: Mueller No. B-25154, Ford No. B22-666M, or A.Y. McDonald No. 6104. B. Same size and connection type for inlet and outlet. C. Full opening through the valve body with no smaller restriction allowed. 2.04 CURB BOX A. Approved Manufacturers: Mueller, Minneapolis Pattern H-10300, Ford Model EM2-75-56R or EM2-75-57R, or A.Y. McDonald Model 5614 or 5615. B. Adjustable in height from 78 inches to 90 inches. C. Stationary rods are not required. D. 1-1/4 inch upper section. E. Cover to be 1-1 /2" Offset Set Screw Type; Ess Brothers or approved equal. F. Mueller, Minneapolis pattern base. 2.05 IRON LID COVER A. Ford Al or approved equal. B. Solid cover. C 2.06 SERVICE SADDLES A. Stainless steel. B. Approved Manufacturers: Smith -Blair 372, Ford FS 303, or Cascade CS22. 2.07 TRANSITION FITTINGS A. PolycamO, or equal steel transition fittings or Polycam0 Flared Nut Series 912 shall conform to AWWA C901 for connections to PE Service Pipe. 2.08 TRACER WIRE A. Conform to the requirements of Section 33 10 00. WATER SERVICES © 2017 Stantec 1 193803542 33 12 12 - 3 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. Parallel and upstream of the sewer service line in the same trench where feasible. 2. Installation of new water service pipe by boring, pushing, pulling, jacking, or other trenchless construction method must be approved by the Engineer prior to implementation. 3. 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. 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 lager, conform to Section 33 10 00 for pipe and valve installation. 4. Upon completing the service connection and prior to opening the curb stop, the temporary water service shall be disconnected from the spigot, and the spigot opened. 5. After opening the curb stop, the spigot shall be flushed in an appropriate location until air and/or chlorine is eliminated from the line. 6. If spigot is not available, coordinate flushing with Owner and Engineer. 7. Verify operation of curb stop and stationary rods prior to backfilling. H. All trenches shall be backfilled and compacted in accordance to Section 33 05 05. 3.02 FIELD QUALITY CONTROL A. Do not backfill trench until the service has been inspected and approved by the Engineer. WATER SERVICES © 2017 Stantec 1 193803542 33 12 12 - 4 L B. Pressure Testing: All water services will be pressure tested in conjunction with the water main, conforming to Section 33 10 00. 3.03 PROTECTION A. Mark Each Curb Box 1. Raise curb box to existing grade and mark with lath or stake so Engineer may tie out location. 2. Protect curb box throughout construction. END OF SECTION © 2017 Stantec 1 193803542 WATER SERVICES 331212-5 This Page Left Blank Intentionally SECTION 33 31 00 SANITARY UTILITY SEWER PIPING PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Sanitary sewer gravity pipe, fittings, and miscellaneous appurtenances. B. Related Sections 1. Section 02 41 13 - Selective Site Demolition. 2. Section 33 05 05 - Trenching and Backfilling. 3. Section 33 08 30 - Commissioning of Sanitary Sewer Utilities. 4. Section 33 31 14 - Sanitary Sewer Services. 5. Section 33 39 00 - Sanitary Utility Sewer Structures. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment �y 1. Bid Items have been provided for Sanitary Sewer Pipe. Measurement will be based upon units of lineal feet for each size, and type, regardless of depth for furnishing and installing pipe complete in place as specified, including excavation, backfilling, and compaction. Pipe will be measured from centerline to centerline of manholes or to the connection point of the existing pipe. a. PVC pipe bedding will be paid in accordance with Section 33 05 05. b. Improved pipe foundation material, if necessary, shall be per Section 33 05 05. 2. A Bid Item has been provided for Connect to Existing Sanitary Sewer Pipe. Measurement shall be on the basis of each and shall be considered to include all excavation, labor, materials, and equipment necessary to make the required connection, including core drilling and reconstructing bench/invert if necessary. 3. A Bid Item has been provided for Connect to Existing Sanitary Sewer Structure. Measurement shall be on the basis of each and shall include all excavation, labor, materials and equipment necessary to make the required connection. 4. A Bid Item has been provided for Wyes. Measurement will be based on units of each Wye of each diameter and classification furnished and installed completed in place. 5. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. American Society of Testing and Materials (ASTM) 1. C578 - Specification for Rigid, Cellular Polystyrene Thermal Insulation. 2. D1784 - Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (PVC) Compounds. 3. D3034 - Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings. 4. D3212 - Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. 5. D3262 - Specification for Fiberglass (Glass -Fiber -Reinforced Thermosetting -Resin) Sewer Pipe. SANITARY UTILITY SEWER PIPING © 2017 Stantec 1 193803542 3331 00-1 6. D4161 - Specification for Fiberglass (Glass -Fiber -Reinforced Thermosetting -Resin) Pipe Joints Using Flexible Elastomeric Seals. 7. F477 - Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. 8. F679 - Specification for Poly (Vinyl Chloride) (PVC) Large -Diameter Plastic Gravity Sewer Pipe and Fittings. 9. F794 - Specification for Poly (Vinyl Chloride) (PVC) Profile Gravity Sewer Pipe and Fittings Based On Controlled Inside Diameter. 10. F894 - Specification for Polyethylene (PE) Large Diameter Profile Wall Sewer and Drain Pipe. American Water Works Association (AWWA) 1. C 105 - American National Standard for Polyethylene Encasement for Ductile -Iron Pipe Systems. 2. C1 1 1 - American National Standard for Rubber Gasket Joints for Ductile Iron Pressure Pipe and Fittings. 3. C1 16 - American National Standard for Protective Fusion -Bonded Epoxy Coatings for the Interior and Exterior Surfaces of Ductile -Iron and Gray -Iron Fittings for Water Supply Service. 4. C 151 - American National Standard for Ductile -Iron Pipe, Centrifugally Cast, for Water. 5. C 153 - American National Standard for Ductile -Iron Compact Fittings for Water Service. 6. C900 - Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 Inches Through 12 Inches, For Water Distribution. 7. C905 - Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 Inches Through 48 Inches, For Water Transmission and Distribution. 1.04 SITE CONDITIONS A. Sanitary sewer lines are shown on the Drawings in a general way. Contractor should anticipate minor variations in both horizontal and vertical directions in locating existing system. 1.05 SUBMITTALS A. Submit Product Data for the following items consistent with Section 01 33 00: 1. Pipe and fittings. 2. Transition couplings. 3. Tracer wire. 1.06 SEQUENCING AND SCHEDULING A. Do not pursue Work causing shut off of utility services (gas, water, electric, telephone, TV, etc.) to consumers until the utility owner is contacted and all consumers are notified of the shut-off schedule. B. Verify vertical and horizontal location of sanitary sewers sufficiently in advance of installing new pipe to determine the extent of conflict, if any. C. Successfully complete required inspections and testing before restoration of surface. SANITARY UTILITY SEWER PIPING © 2017 Stantec 1 193803542 3331 00 - 2 PART 2 PRODUCTS 2.01 SOLID WALL PVC PIPE A. PSM Poly (Vinyl Chloride) (PVC) Plastic Pipe and Fittings (4 Inches Through 15 Inches Diameter) l . General: Pipe and fittings shall be made of compounds conforming to ASTM D1784 in accordance with the material requirements of ASTM D3034. 2. Design: Integral bell gasketed joint and a minimum wall thickness conforming to SDR 26 or 35 as shown on the Drawings. 3. Joints: Elastomeric gasket joints providing a water -tight seal conforming to ASTM D3212 or ASTM F477. 4. Marking: Conform to ASTM D3034. 2.02 INSULATION A. Polystyrene Insulation: Extruded type conforming to ASTM C578, Type VI, VII, or V. 2.03 TRANSITION COUPLING A. Coupling consisting of an elastomeric sleeve with incorporating stainless steel tension bands, tightening mechanism, and less than 0.01 inch thick shear ring conforming to ASTM C 1173, Type A. B. Separate bushings are not allowed without approval from the Engineer. PART 3 EXECUTION 3.01 PREPARATION A. Excavation and Preparation of Trench: Conform to Section 33 05 05. B. By -Pass Pumping: Contractor shall be responsible for all items required to maintain sewer flows during construction of the new sanitary sewer line. All Work and costs for this are considered incidental to the Project, unless otherwise specified. C. Erosion control and dewatering in conformance with Section 01 57 13. 3.02 PIPE INSTALLATION A. Trench Excavation and Backfill: Conform to Section 33 05 05. B. Install pipe to the alignment, grade, and location as shown on the Drawings and/or staked in the field. No deviation from the Drawings and/or staked alignment, grade, or location is allowed. Tolerances measured along pipe centerlines or invert as follows: 1. Horizontal: Within 0.50 feet of alignment shown. 2. Vertical: Zero plus and 0.08 feet minus elevation shown with no intermediate high points, level sections, or reverse invert slope. 3. Joint Deflection: No more than 75 percent of the maximum allowable, as recommended by manufacturers of pipe and joint material. SANITARY UTILITY SEWER PIPING © 2017 Stantec 1 193803542 3331 00 - 3 C. Maintain reference line and grade with laser equipment or other equipment approved by the Engineer. Periodically check equipment for adjustment and accuracy. Correct deficiencies in equipment, reference line, and reference grade. Take precautions to prevent deflections in reference line and grade. D. Non -Conforming Pipe Installation: Remove and reinstall. E. Inspect pipe for defects and cracks while suspended immediately prior to installation. F. Install pipe from lower to higher invert elevation with uniform and smooth invert line. G. Install pipe length spigot ends pointing in the direction of flow. H. No pipe is to be laid in water or when trench conditions are unsuitable for such Work. Jointing 1. In conformance with recommendations of manufacturers of pipe and joint material. 2. All joints must be watertight. 3. Hand fill and compact all bell depressions with granular bedding materials to prevent joints from sagging or movement. J. Cleaning and Protection 1. Remove all dirt and debris from the interior of each pipe length as the Work progresses. 2. Protect the exposed end of the pipe with temporary covers or plugs. 3. Protect in place pipe from damage and dislocation. K. Flexible Pipe Installation: Conform to ASTM D2321. Sanitary Sewer Service Connections 1. Wye: a. Wye to be at a 45-degree angle from horizontal. Minor deviations may be required to match elevation of the existing service pipe. b. All existing wye sections included in pipe removal and replacement areas shall be replaced. No reinstallation will be allowed. 2. Risers: Conform to Section 33 31 14. M. Installation of Insulation 1. Insulation over pipe in locations as shown on the Drawings. 2. Insulation is to be placed wherever sanitary sewer line comes within 3 feet of any storm structure or line, or within 5 feet of the ground surface. 3.03 CONNECT TO EXISTING SYSTEM A. Connect to Existing Manhole 1. Connect to existing structure at location shown on the Drawings. 2. If rubber boot exists at manhole opening, connect new pipe to the boot and secure. 3. If manhole opening does not contain rubber boot or the existing boot is damaged, core drill opening in the structure, and install a rubber boot in manhole opening prior to connection of pipe. 4. Make repairs to the structure required due to the Work performed, including installation of doghouse. 5. If necessary, the invert shall be reconstructed to accommodate new flow location. Reconstruction of invert will also be necessary if pipe sizes increase. SANITARY UTILITY SEWER PIPING © 2017 Stantec 1 193803542 3331 00 - 4 B. Connect to Existing Sanitary Sewer Pipe 1. Expose existing sanitary sewer main at location as staked by Engineer. 2. Saw cut existing main to provide a straight joint at connection. 3. Engineer must inspect the sewer pipe condition prior to connection. 4. Connect new pipe to existing pipe with a transition coupling approved by the Engineer: a. Place 1-inch to 2-inch clear rock around the connection to prevent joint offsetting a minimum of 12 inches on all sides of the pipe. b. Concrete collars will not be allowed. 3.04 MANHOLE INSTALLATION A. Conform to the requirements of Section 33 39 00. 3.05 FIELD QUALITY CONTROL A. Testing in conformance with requirements of Section 33 08 30. B. Re -test after corrective measures are completed. C. Cleanup 1. Cleaning Pipe and Structures a. If newly installed mains and structures are kept clean during construction, cleaning will not be required. b. If newly installed mains and/or structures become dirty due to negligence of the Contractor, cleaning will be performed at the sole expense of the Contractor. 2. The bailing or flushing method of cleaning pipe is acceptable only if adequate provisions, acceptable to the Engineer, for keeping dirt and debris out of the existing sewer system. Jetting may be required. 3. Complete prior to final inspection for acceptance. END OF SECTION SANITARY UTILITY SEWER PIPING © 2017 Stantec 1 193803542 3331 00 - 5 This Page Left Blank Intentionally SECTION 33 31 14 SANITARY SEWER SERVICES PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Sanitary sewer service pipe replacement and all appurtenances. Related Sections 1. Section 33 05 05 - Trenching and Backfilling. 2. Section 33 08 30 - Commissioning of Sanitary Sewer Utilities. 3. Section 33 31 00 - Sanitary Utility Sewer Piping. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Bid Items have been provided for 6 inch PVC Schedule 40 Sanitary Sewer Service Pipe (Sanitary Sewer Main Replacement Areas). Measurement will be by linear foot for each size and type of pipe installed as measured along the axis of the pipe with no regard to intervening fittings. Payment at the Bid Unit Price shall be compensation in full for all Work and costs, including excavation, pipe, bedding, backfill, and trench compaction. a. All sewer service locations shall be marked with an "S" stamp approved by Owner at the time of curb placement. This Work is incidental to installation of the Concrete Curb and Gutter. 2. A Bid Item has been provided for Connect to Existing Sanitary Sewer Service (Sanitary Sewer Main Replacement Areas). Measurement will be based on each connection made, regardless of size. Replacement of a section of service pipe is considered one connection, not two connections. Payment at the Bid Unit Price shall include all items required to complete the Work. 3. A Bid Item has been provided for Repair Sewer Service Pipe (Non Sanitary Sewer Main Replacement Areas). Measurement will be based on each sanitary sewer service pipe repaired, regardless of size or length. Payment at the Bid Unit Price shall be compensation in full for all Work and costs, including excavation, pipe, bedding, backfill, trench compaction, connection fittings, and saw cutting. a. Bid Item is intended for areas where the sanitary sewer service pipe conflicts with water main and other utility installation. Sanitary sewer service should be temporarily bypassed and replaced and reconnected upon completion of adjacent utility work. 4. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. American Society of Testing Materials (ASTM) 1. Cl 173 -Specifications for Flexible Transition Couplings for Underground Piping Systems. 2. D1784 - Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (PVC) Compounds. © 2017 Stantec 1 193803542 SANITARY SEWER SERVICES 333114-1 3. D1785 - Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120. 4. D2564 - Specification for Solvent Cements for Poly (Vinyl Chloride) (PVC) Plastic Piping Systems. 5. D2665 - Specification for Poly (Vinyl Chloride) (PVC) Plastic Drain, Waste, and Vent (DWV) Pipe and Fittings. 6. D2672 - Specification for Joints for IPS PVC Pipe Using Solvent Cement. 7. D2855 - Standard Practice for Making Solvent -Cemented Joints with Poly (Vinyl Chloride) (PVC) Pipe and Fittings. 8. D3034 - Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings. 9. D3212 - Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. 10. F477 - Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. 1.04 SYSTEM DESCRIPTION A. This Work shall consist of the construction of sanitary sewer services in accordance with the requirements of the Contract. B. It is the intent of these Specifications to require the some quality of Work be received on the house services in the way of grade and alignment, and shall be required on the main lines and laterals. 1.05 SUBMITTALS A. Submit the following items consistent with Section 01 33 00: 1. Product data for the following items: a. Pipe and fittings. b. Transition couplings. c. Tracer wire. B. Service Risers: Location of riser, including distance along sewer main from downstream manhole and offset distance from sewer main centerline. C. Services: Location of wye from downstream manhole, length of service lines, and depth. 1.06 SITE CONDITIONS A. All Work must be confined to within the limits of construction easements or public right-of- way. B. Verify sanitary sewer service locations prior to the start of any construction. 1.07 SEQUENCING AND SCHEDULING A. Install sanitary sewer, water main, and all pipe deeper than the services prior to the installation of the services. SANITARY SEWER SERVICES © 2017 Stantec 1 193803542 3331 14 - 2 PART 2 PRODUCTS 2.01 MANUFACTURED UNITS A. Poly (Vinyl Chloride) (PVC) Schedule 40 Plastic Pipe and Fittings. 1. General: Pipe and fittings shall be made of compounds conforming to ASTM D1784 in accordance with the material requirements of D1785 and ASTM D2665. PVC DWV fittings shall conform to ASTM D2665. Belled end pipe shall have tapered sockets conforming to ASTM D2672. 2. Design: Integral belled pipe with a minimum wall thickness conforming to Schedule 40 as shown on the Drawings. 3. Solvent Cement Joints: The solvent cement used to join pipe and fittings shall meet the requirements of ASTM D2564. r 2.02 BEDDING MATERIAL A. See Section 33 05 05. 2.03 SEWER LATERIAL CLEAN OUT A. Conform to the detail on the Drawings. 2.04 TRANSITION COUPLING A. Coupling consisting of an elastomeric sleeve with incorporating stainless steel tension bands, tightening mechanism, and less than 0.01 inch thick shear ring conforming to ASTM C 1173, Type A. B. Separate bushings are not allowed without approval from the Engineer. PART 3 EXECUTION 3.01 INSTALLATION A. Governing Code: Minnesota Plumbing Code and any local ordinances which may apply. B. Risers: Support attachment to sewer main wye as shown on Drawings. C. Minimum 1 /4 inch per foot (2 percent) grade, unless otherwise directed by the Engineer. D. Installation: Similar to mainline sanitary sewer pipe installation, conforming to the requirements of Section 33 31 00. E. The installation of solvent cemented joints shall be in accordance with ASTM D2855. F. Terminate 5 feet past property line or as shown on Drawings. G. All proposed service line locations are shown on the Drawings. H. Reconnect Existing Service 1. Saw cut existing sewer service at connection point and remove existing pipe. 2. Engineer must inspect the service pipe condition prior to connection. SANITARY SEWER SERVICES © 2017 Stantec 1 193803542 3331 14 - 3 3. During service reconnections, the Contractor should anticipate variations in size of existing pipe. If a pipe size is encountered that a line item is not present for, the Contractor shall be compensated only for additional material costs associated with the pipe size increase. Likewise, if the pipe size is smaller than anticipated, the Owner shall receive a credit for the material costs associated with the down size in pipe. 4. Connect new pipe to existing pipe with a transition coupling approved by the Engineer. a. Place 1 inch to 2 inches of clear rock around the connect to prevent joint offsetting a minimum of 12 inches on all sides of the pipe. b. Concrete collars will not be allowed. Record Actual Depth and Station at End of Service. 1. Exercise care in determining the depth. 2. The depth recording is incorporated into the "Record Drawings." J. Plug ends with plug and necessary blocking. Repair Sewer Service Pipe l . Saw cut existing sewer service at ends of conflict point and remove existing pipe. 2. Install new water main or other utility below service pipe per specifications. 3. Install new service pipe. 4. Bed new service pipe in 6"-12" of clear rock. 5. Connect new pipe ends to existing service with a transition coupler approved by the Engineer. a. Place 1 "-2" of clear rock around the connection to prevent joint offsetting. b. Concrete collars will not be allowed. 3.02 FIELD QUALITY CONTROL A. Do not backfill trench until the service has been inspected and approved by the Engineer. B. Low pressure air and infiltration testing shall conform to Section 33 08 30 and be performed prior to existing service reconnection (where applicable). C. Tracer Wire Testing: Demonstrate the electrical continuity of the tracer wire. 3.03 PROTECTION A. Mark end of new service with a wooden 2 inches by 2 inches by "variable" marker. 1. Extend 6 inches below and adjacent to the plug. Extend 2 feet above the ground line. 2. Continuous without any breaks. 3. Vertical or plumb. END OF SECTION SANITARY SEWER SERVICES © 2017 Stantec 1 193803542 3331 14 - 4 SECTION 33 39 00 SANITARY UTILITY SEWER STRUCTURES PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Sanitary sewer manholes and miscellaneous appurtenances. B. Related Sections 1. Section 02 41 13 - Selective Site Demolition. 2. Section 33 05 05 - Trenching and Backfilling. 3. Section 33 05 17 - Adjust Miscellaneous Structures. 4. Section 33 08 30 - Commissioning of Sanitary Sewer Utilities. 5. Section 33 31 00 - Sanitary Utility Sewer Piping. 6. Section 33 31 14 - Sanitary Sewer Services. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Refer to Section 33 31 00 for gravity sewer pipe pay items. 2. Bid Items have been provided for 42'' Diameter Sanitary Sewer MH Barrel Section With Step. Measurement will be by lineal foot of barrel section installed as shown on the Drawings. Payment will include the removal and appropriate disposal of the existing sanitary sewer barrel section or rings, furnish and install of a new barrel section, manhole frame and casting, and adjusting rings in place as specified on the Drawings. 3. A Bid Item has been provided for Repair Doghouse/Invert. Measurement will be based upon each structure in which the invert(s) and/or doghouses) are repaired or constructed. Measurement shall be on the basis of each structure in which an invert or doghouse repair is required and shall include all excavation, labor, materials, and equipment necessary to complete the work, including removal of existing invert, debris or roots; preparation of existing surface prior to installation of invert; and all clean-up. 4. Bid Items have been provided for 4' Diameter Sanitary Sewer Manhole. Measurement will be by each, regardless of depth. Payment will include the manhole, manhole frame and casting, external rubber joint seal, and adjusting rings in place as specified on the Drawings. 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. A615 - Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. 2. C139 - Specification for Concrete Masonry Units for Construction of Catch Basins and Manholes. 3. C150 - Specification for Portland Cement. 4. C443 - Specification for Joints for concrete Pipe and Manholes, Using Rubber Gaskets. 5. C478 - Specification for Precast Reinforced Concrete Manhole Sections. SANITARY UTILITY SEWER STRUCTURES © 2017 Stantec 1 193803542 33 39 00 - 1 6. C 923 - Specification for Resilient connectors Between Reinforced Concrete Manhole Structures, Pipes and Laterals. 1.04 SITE CONDITIONS A. Manhole locations are shown on the Drawings in a general way. Contractor should anticipate minor variations in both horizontal and vertical directions in locating existing system. 1.05 SUBMITTALS A. Submit Product Data for the following items consistent with Section 01 33 00: 1. Gaskets. 2. Joint sealants. 3. Manufacturers recommended installation procedures for jointing. 4. Plastic liner materials. Submit shop drawings for the following items consistent with Section 01 33 00: 1. Manholes, including reinforcing, joints, pipe connections, and castings. 2. Shop drawings shall indicate complete information for fabrication and installation of units. Include the following: a. Plans and elevations locating and defining all material furnished by manufacturers. b. Sections and details showing connections, cast -in items, field installed lifting devices, capacities, all openings, and their relation to the structure. C. Submit Manufacturer's Certificate of Compliance for the following items consistent with Section 01 33 00: 1. Castings. 2. Precast maintenance hole sections and steps. 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. 1.06 QUALITY ASSURANCE A. The quality of all materials, the process of manufacture, and the finished sections shall be subject to inspection and approval by the Engineer or other representative of the Owner. Such inspection may be made at the place of manufacture or on the Work after delivery, or at both places and the materials shall be subject to rejection at any time on account of failure to meet any of the requirements specified herein. Material rejected after delivery to the Site shall be marked for identification and shall be removed from the Site at once. All materials which have been damaged after delivery will be rejected and if already installed shall be removed and replaced entirely at the Contractor's expense. B. At the time of inspection, the materials will be carefully examined for compliance with the appropriate ASTM Standard and this Section and with the approved manufacturer's drawings. All precast manhole sections shall be inspected for general appearance, dimension, "scratch -strength," blisters, cracks, roughness, soundness, etc. The surface shall be dense and close -textured. SANITARY UTILITY SEWER STRUCTURES © 2017 Stantec 1 193803542 33 39 00 - 2 C. Imperfections in precast manhole sections may be repaired, subject to the approval of the Engineer, after demonstration by the manufacturer that strong and permanent repairs result. Repairs shall be carefully inspected before final approval. Cement mortar used for repairs shall have a minimum compressive strength of 4,000 psi at 7 days and 5,000 psi at 28 days when tested in 3 inch by 6 inch cylinders stored in the standard manner. Epoxy mortar may be utilized for repairs subject to the approval of the Engineer. D. Manhole Design 1. It is the Contractor's responsibility to have the manhole sections and top and bottom slabs designed and the detailed drawings prepared by a Professional Engineer, experienced in precast concrete manhole design, who is registered in the Project's State. 2. The design of the manhole shall conform to a minimum factor of safety equal to 1.5 for buoyancy and flotation. The hydrostatic loading (water table elevations) shall be determined from the soil borings, unless noted otherwise on the Drawings. 3. The design of the manhole base slab, perimeter walls, and top slab shall be designed for shear strength, flexural strength, and other applicable strengths due to hydrostatic loading. The hydrostatic loading (water table elevations) shall be determined from the soil borings, unless noted otherwise on the Drawings. PART 2 PRODUCTS 2.01 COMPONENTS A. Manhole Sections 1. Precast concrete sections conforming to ASTM C478 and this Section. No lift holes permitted. a. All sections shall be cured by an approved method and shall not be shipped nor subjected to loading until the concrete compressive strength has attained 3,000 psi and not before 5 days after fabrication and/or repair, whichever is longer. b. The date of manufacture and the name and trademark of the manufacture shall be clearly marked on the inside of each precast section. 2. Joints: Rubber gasketed joint forming a water tight seal conforming to ASTM C443. a. Apply external seal to all joints. 3. Water Tight Pipe Connections a. Conform to ASTM C923 for connections between maintenance hole structures and pipes 1) Positive Mechanical Seal a) Required for 24 inches diameter and smaller pipe. b) Kor-N-Seal , PSX, or equal. 2) Integrally Cast Gasket a) Greater than 24 inches diameter pipe. b) A-Lok X-Cel, or equal. b. As shown on the Drawings. B. Steps: Reinforced polypropylene plastic steps with No. 2 deformed grade steel rod. C. Structure Bases 1. Pre -cast integral with bottom section of manhole for all structures 8 foot inside diameter and smaller. All structures supplied smaller than 8 foot inside diameter shall also have pre -cast inverts installed. SANITARY UTILITY SEWER STRUCTURES © 2017 Stantec 1 193803542 33 39 00 - 3 2. Outside Drop: Manhole bottom section to be pre -cast as monolithic base containing lower DIP elbow for drop, as shown on the Drawings. DIP shall conform to Section 3331 00. D. Castings: See Section 33 05 17. 2.02 ACCESSORIES A. Joint Sealers 1. Sealer between upper precast section and casting frame and between all precast sections a. Thickness: 1 inch wide by 3/8 inch thick (minimum). b. High quality, non -hardening, butyl rubber, 98-percent solids that will not harden, shrink or oxidize. c. Ram-nek, or approved equal. B. Mortar 1. Grout a. Cement and fine aggregate as specified for concrete. b. Mix Proportion: 1-part Portland cement, 2-parts sand, by weight. c. Water/Cement Ratio: 0.50 +/- 0.05. d. Non - Setting by prolonged mixing. e. Mix 10 minutes in a power mixer. f. Slump: 6 inches +/- 1 inch. 2. Non -Shrink Grout - Minimum compressive strength of 3,000 psi. C. Adjusting Rings: Conform to Section 33 05 17. D. External Seals External Seals Approved Manufacturer: Infi-Shield Gator Wrap by Sealing Systems Inc. or approved equal. a. External rubber sleeve applied to manhole joints. b. Minimum thickness 60 mils. c. Minimum width 6 inches. PART 3 EXECUTION 3.01 TRANSPORTATION A. Transport precast units by rail or truck in a manner to avoid excessive stress or strain on units. B. Support units during hauling and stockpiling with sufficient hardwood shores to prevent cracking and spalling. Secure units in place to prevent shifting or undesired movements. Location of temporary supports shall be as directed by precast manufacturer. 3.02 MANHOLE INSTALLATION A. Excavation and Preparation of Trench: Conform to Section 33 05 05. B. Set pre -cast concrete sections plumb with a 1 /4 inch maximum out of plumb tolerance allowed. Seal all joints of pre -cast sections with a combination a rubber O-ring set in a SANITARY UTILITY SEWER STRUCTURES © 2017 Stantec 1 193803542 33 39 00 - 4 r- recess and a Ram-nek preformed joint sealer (or approved equal) in sufficient quantity to fill 75 percent of the joint depth. C. Repair the inside of any leaking joint by chemical injection or other approved material to the satisfaction of the Engineer. D. Casting Adjustment 1. Conform to Section 33 05 17. 2. Seal joint at the casting frame seat with 2 rows of joint sealer. E. Steps 1. Set the centerline of each step within each maintenance hole to be within 2 inches of the vertical centerline for the group of steps. 2. Offset step centerline from pipe and drop openings. 3. Install top step at a maximum of 20 inches below top of casting. F. Prevent entrance of dirt and debris from all new and existing manholes. 3.03 DOGHOUSE/INVERT REPAIR A. Repair doghouse or invert as instructed by the Engineer. B. Remove roots or other debris from invert area prior to repair. C. Invert should be constructed to accommodate flow locations and pipe sizes. D. Remove all debris from manhole once work is complete. 3.04 CLEANING A. All new manhole sections shall be thoroughly cleaned of all silt, debris, and foreign matter of any kind prior to final inspection. END OF SECTION SANITARY UTILITY SEWER STRUCTURES © 2017 Stantec 1 193803542 33 39 00 - 5 Manhole/Catch Basin Field Elevation Report ® Stantec Project: Date: Owner: Contractor: Stantec's Resident Project Representative: Contractor's Representative: Stantec Project No: Owner Project No: Contractor is required to complete this form before payment of structure is approved. Structure Location Structure Type Design Invert (from As - Constructed Difference Comments / Quality y Structure Structure Direction of Street Name No. Station invert/flow or Easement (circle one) Plan) Invert ( + / - ) Assurance Location Elevation MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron * As -Constructed Invert Elevation provided by Contractor from measurements taken in the field to nearest 0.01 foot. SECTION 33 40 00 STORM DRAINAGE UTILITIES PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Storm sewer pipe, manholes, catch basins, fittings, and miscellaneous appurtenances. B. Related Sections 1. Section 31 23 00 - Excavation and Fill. 2. Section 32 11 23 - Aggregate Base Courses. 3. Section 32 16 13 - Concrete Curbs and Gutters. 4. Section 33 05 05 - Trenching and Backfilling. 5. Section 33 05 17 - Adjust Miscellaneous Structures. 6. Section 33 46 00 - Subdrainage. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Bid Items have been provided for Storm Sewer Pipe. Measurement will be based on units of lineal feet for each size, type, and class, regardless of depth of pipe furnished and installed complete in place as specified, including excavation, backfilling, and compaction. Pipe will be measured from centerline of structure to centerline of structure: a. Pipe bedding will be paid in accordance with Section 33 05 05. b. Improved pipe foundation material, if necessary, shall be per Section 33 05 05, 2. Bid Items have been provided for Storm Sewer Catch Basin, Manhole (MH), or Catch Basin Manhole (CBMH). Measurement will be based on units of each, according to type and size, regardless of depth, for furnishing and installing structures complete, including casting frame and cover, and adjusting rings in place as specified. 3. Bid Items have been provided for Storm Sewer MH or CBMH with 5' Sump, Energy Dissipator and Skimmer. Measurement will be based on units of each, according to type and size, regardless of depth, for furnishing and installing structures complete, including casting frame and cover, adjusting rings in place as specified, sump, energy dissipator and skimmer. 4. Bid Items have been provided for Storm Sewer MH or CBMH with 5' Sump. Measurement will be based on units of each, according to type and size, regardless of depth, for furnishing and installing structures complete, including casting frame and cover, adjusting rings in place as specified, and sump. 5. A Bid Item has been provided for 4' Diameter Filtration Structure with 3' sump and Skimmer. Bid Item is for the structures immediately upstream of the filtration trench areas as shown in the Drawings. Measurement will be per each unit installed in accordance with the Drawings, regardless of depth, for furnishing and installing the structure complete, including skimmer, casting frame and cover and adjusting rings. 6. A Bid Item has been provided for 2' by 3' Storm Sewer Catch Basin with 3' Sump. Bid Item is for rain garden structure. Measurement will be per each unit installed in accordance with the Drawings, regardless of depth, for furnishing and installing the structure complete, including casting frame and cover and adjusting rings. STORM DRAINAGE UTILITIES © 2017 Stantec 1 193803542 33 40 00 - 1 7. A Bid Item has been provided for Connect to Existing Storm Sewer Pipe. Measurement shall be per each connection made, regardless of type of existing bulkhead or plug, or type of connection made. Payment will include all costs related to making the connection, including removal and disposal of the existing bulkhead or plug, and construction of concrete collar if necessary. B. A Bid Item has been provided for Connect to Existing Storm Sewer Structure. Measurement shall be per each connection made, regardless of size of opening, type of existing bulkhead, or type of existing structure. Saw cutting of the pipe installed in the opening if necessary shall be considered incidental. Core cutting the connection and reconstruction of existing structure invert if necessary shall also be considered incidental to the connection. 9. A Bid Item has been provided for Install Snout in Existing Structure. Measurement shall be per each hooded outlet cover installed. Payment will include all costs related to installing the cover as specified. 10. A Bid Item has been provided for 51 " by 30" Stormwater Chamber. Measurement shall be per lineal foot of chamber installed in place as specified. Payment will include all costs to complete the installation, including end caps. 11. A Bid Item has been provided for 10" Inspection Port. Measurement shall be per each inspection port installed in place as specified. Bid Item is for Inspection Ports on Stormwater Chambers. Payment will include all costs related to installing the port, including riser pipe, connection to stormwater chamber, backfill, and cap. 12. A Bid Item has been provided for Filtration Basin Access Structure. Measurement shall be per each structure installed in place as specified and in accordance with the Drawings. Payment will include all costs related to installing the structure, including pipe, tee, caps, and metal locating pipe. 13. A Bid Item has been provided for Underground Filtration and Storage System. Measurement shall be lump sum for installing system in place as specified. Payment shall include all costs related to installing the system, including design, storage chambers, underdrain, bedding material, backfill material, fill material, excavation for system, outlet control structure, and inlet and outlet pipes and structures as shown on the Drawings. Bid Item is for Alternate No. 2. 14. 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. STORM DRAINAGE UTILITIES © 2017 Stantec 1 193803542 33 40 00 - 2 12. D1248 - Specification for Polyethylene Plastic Molding and Extrusion Materials for Wire and Cable. 13. D1784 - Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds. 14. D2837 - Specification for Standard Test Method for Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials. 15. D3212 - Specification for Joints for Drain and Sewer Plastic Pipe Using Flexible Elastomeric Seals. 16. F477 - Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. 17. F794 - Specification for Poly (Vinyl Chloride) (PVC) Profile Gravity Sewer Pipe and Fittings Based on Controlled Inside Diameter. 18. F894 - Specification for Polyethylene (PE) Large Diameter Profile Wall Sewer and Drain Pipe. B. Minnesota Department of Transportation "Standard Specifications for Construction," 2016 Edition (MnDOT Spec.) 1. 2461 - Structural Concrete. C. American Association of State Highway and Transportation Officials "Standard Specifications for Highway Bridges," 2002 Edition (AASHTO). 1.04 SEQUENCING AND SCHEDULING A. Do not pursue work -causing shut off of utility service (gas, water, electric, telephone, TV, etc.) to consumers until the utility owner is contacted and all consumers are notified of the shut-off schedule. B. Successfully complete required inspections and tests before commencement of Section 32 11 23 and Section 32 16 13. 1.05 SUBMITTALS A. Submit Shop Drawings for storm sewer structures consistent with Section 01 33 00. B. Shop drawings shall indicate complete information for fabrication and installation of units. Include the following: 1. Plans and elevations locating and defining all material furnished by manufacturers. 2. Sections and details showing connections, cast -in items, field -installed lifting devices, capacities, all openings, and their relation to the structure. C. Submit Manufacturer's Certificate of Compliance for the following items: 1. Gray iron castings. 2. Precast manhole sections. D. Manhole/Catch Basin Elevation Report 1. The Contractor shall complete the report attached to the end of this Section for each structure as it is constructed. The completed report shall be submitted each week to the Engineer or the Engineer's designated representative at some mutually agreeable time. STORM DRAINAGE UTILITIES © 2017 Stantec 1 193803542 33 40 00 - 3 PART 2 PRODUCTS 2.01 MATERIALS A. Mortar Materials 1. Cement: Use Type 1 Standard Portland Cement conforming to ASTM C150. 2. Lime: Use normal finishing hydrated lime meeting the requirements of ASTM C206. 3. Mix Proportions a. 1-part cement to 3 parts of suitable plaster sand for mortar used for plastering the exterior walls of block manholes and catch basins, adjusting rings, and lift holes. Use lime or mortar mix in the amount necessary to make a suitable mixture for plastering purposes, but not to exceed 15 percent by volume. b. 1-part Portland cement to 2 parts of sand to which lime or mortar mix may be added, but not to exceed 15 percent by volume for mortar used for laying concrete block. 2.02 STORM MANHOLE AND CATCH BASIN FRAMES AND COVERS A. General Requirement: ASTM A48. B. Material: Class 35 cast iron. Best grade. Free from injurious defects and flaws. C. Type and Style: As shown on Drawing. Covers without grate openings shall be stamped "STORM SEWER." D. All Manhole covers shall have City of New Hope logo. E. Covers with 2 concealed pick holes of approved design. F. Weight: Minimum of 380 lbs. 2.03 STORM MANHOLES AND CATCH BASINS A. General Requirements: ASTM C478 and details on the Drawings. B. Structures and bases shall be of precast concrete. C. Segmental Manhole Blocks: Blocks conform to ASTM C139. Segmental block may be used for the lower portion of structures over large pipe only when approved by the Engineer. D. Manhole Joints: Rubber O-ring gasket type meeting ASTM C443. E. Manhole Steps: Reinforced polypropylene plastic steps with No. 2 deformed grade steel rod. 2.04 ENERGY DISSIPATOR A. SAFL Baffle, or equal. Size per manufacturer's recommendations for specified pipe size. STORM DRAINAGE UTILITIES © 2017 Stantec 1 193803542 33 40 00 - 4 2.05 SKIMMER A. Skimmer for 5' sump structures: 1. "Snout" by Best Management Products, Inc, or equal. B. Skimmer for 3' sump structures: 1. 90-degree PVC bend per Drawing Details. C. Size per manufacturer's recommendations for designated pipe size. 2.06 STORMWATER CHAMBER A. Open -bottomed with curved profile. B. Overlapping joint system. C. Chamber shall be perforated and corrugated. D. StormTech SC-740 or approved equal. 2.07 INSPECTION PORT A. 10" diameter B. StormTech or approved equal. 2.08 FILTRATION BASIN ACCESS STRUCTURE A. Pipe and fittings: Schedule 40 PVC. B. Metal rods: 2' long for locating structure. r 2.09 UNDERGROUND FILTRATION AND STORAGE SYSTEM A. Inlet Pipes: Conform to Paragraph 2.11.B. B. Aggregate Bedding: Conform to Manufacturer's Specifications. C. Embedment Aggregate: Conform to Manufacturer's Specifications. D. Storage Chamber: StormTech chamber or equal. E. Underground system shall provide minimum of 10,000 cubic feet of storage below an elevation of 901. 2.10 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. STORM DRAINAGE UTILITIES © 2017 Stantec 1 193803542 33 40 00 - 5 The design of the manhole shall conform to a minimum factor of safety equal to 1.5 for buoyancy and flotation. The hydrostatic loading (water table elevations) shall be determined from the soil borings, unless noted otherwise on the Drawings. C. The design of the manhole base slab, perimeter walls, and top slab shall be designed for shear strength, flexural strength, and other applicable strengths due to hydrostatic loading. The hydrostatic loading (water table elevations) shall be determined from the soil borings, unless noted otherwise on the Drawings. D. The design computations and the plans shall be certified by the Engineer and submitted to the Owner and the Engineer -of -Record for their permanent record. The design shall be per the most current ACI 318, AASHTO, and the MnDOT Standard Specifications for Construction, except as noted. E. All shop drawings shall clearly identify the name of the responsible engineering firm and the name of the person certifying the plan. Each drawing shall be certified. Provide report certifying that the quality assurance requirements were completed as required. 2.11 PIPE MATERIALS A. Reinforced Concrete (RCP) Pipe and Fittings 1. General Requirement: ASTM C76, Wall B with circular reinforcing. 2. Materials: Conform to the requirements of ASTM C76, Wall B with circular reinforcing. 0- ring gaskets shall be synthetic rubber, circular reinforcing in cross-section, and shall conform to ASTM C361. 3. Pipe Joints: Bell and spigot ASTM C361. 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. PSM Poly (Vinyl Chloride) (PVC) Plastic Pipe and Fittings (4 Inches Through 15 Inches Diameter) 1. General: Pipe and fittings shall be made of compounds conforming to ASTM D1784 in accordance with the material requirements of ASTM D3034. 2. Design: Integral bell gasketed joint and a minimum wall thickness conforming to SDR 26 or 35 as shown on the Drawings. 3. Joints: Elastomeric gasket joints providing a water -tight seal conforming to ASTM D3212 or ASTM F477. 4. Marking: Conform to ASTM D3034. 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. STORM DRAINAGE UTILITIES © 2017 Stantec 1193803542 33 40 00 - 6 3.02 INSTALLATION A. Connect to Existing Structure 1. Connect to existing structure at location shown on the Drawings. 2. Core the hole in the structure and saw cut the pipe flush with the inside wall of the structure. 3. Bulkhead void between outside wall of pipe and edge of opening with mortar and brick. 4. Reconstruct manhole bench/invert. Connect to End of Existing Pipe l . Connect to existing pipe at locations shown on the Drawings. 2. Locate and expose end of existing pipe. 3. Remove existing bulkhead or plug and dispose of off Site. a. Take care not to damage existing pipe. b. Any segment of pipe damaged by Contractor shall be replaced with new materials at no expense to the Project. 4. Utilize standard bell and spigot joint with rubber O-ring gasket if possible. 5. If butt connection must be made to existing pipe, construct concrete collar around joint. Collar shall be minimum 12 inches thick in all locations and shall extend a minimum of 12 inches each way of the joint. C. Pipe Installation 1. Lay and maintain pipe appurtenances to the alignment, grade, and location shown on the Drawings and/or staked in the field. No deviation from the Drawing and/or staked alignment, grade, or location is allowed, unless approved by Engineer. Deviation from grade in excess of 0.05 percent may be cause for removal and relaying pipe at the Contractor's expense. 2. General Pipe Installation Procedures a. Wipe joints clean; apply the manufacturer's recommended lubricant compound over the entire joint surface; center spigot in bell and push spigot home; take care to prevent dirt from entering the joint space; bring pipe to proper line and grade, and secure pipe in place by properly bedding. C 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. D. Skimmer and Energy Dissipator 1. Install per Manufacturer's recommendations and per the Details in the Drawings. STORM DRAINAGE UTILITIES © 2017 Stantec 1 193803542 33 40 00 - 7 E. Stormwater Chamber 1. Install per Manufacturer's recommendations and per the Details in the Drawings. F. Inspection Port 1. Install per Manufacturer's recommendations and per the Details in the Drawings. G. Filtration Basin Access Structure 1. Connect to Stormwater Chamber per Manufacturer's recommendations. 2. Backfill and compact using mechanical compaction methods. H. Underground Filtration and Storage System 1. Install per Manufacturer's recommendations. 2. Contractor shall submit shop drawings and engineered design details for review prior to construction. 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. 9. On structures with a build that contains more than 1-barrel section, the section immediately below the precast top slab shall be maximum 16-inch height. 10. Lift holes neatly mortared up. 11. Install Adjustment Rings and Adjust Casting: Conforming to Section 33 05 17. J. Bulkhead Pipe 1. Bulkhead pipe at locations shown on Drawings with brick, non -shrink concrete grout, or concrete block masonry 8 inches thick. 2. Precast concrete plugs may be used in lieu of bulkhead. Plug must fit snugly into pipe opening and be watertight. 3.03 FIELD QUALITY CONTROL A. Scope 1. All pipeline testing is considered incidental to the Bid cost of the pipe. 2. Engineer to observe and verify that all tests and visual inspections have been completed prior to final acceptance. B. Cleaning 1. Consists of Cleaning the Pipe and Structures a. If newly installed mains and structures are kept clean during construction, cleaning will not be required. STORM DRAINAGE UTILITIES © 2017 Stantec 1 193803542 33 40 00 - 8 r r b. If newly installed mains and/or structures become dirty due to negligence of the Contractor, cleaning will be performed at the sole expense of the Contractor. 2. The bailing or flushing method of cleaning pipe is acceptable only if adequate provisions acceptable to the Engineer for keeping dirt and debris out of the existing sewer system or ponds are employed. Jetting may be required. 3. Complete prior to final inspection for acceptance. C. Required Tests and Inspections 1. Infiltration a. To determine the amount of ground water infiltration into the sewers. b. Test waived if no visible infiltration is observed during the lamping inspection. c. Measurement made by means of 90-degree v-notch weirs placed in the lines as directed by the Engineer. d. Measurements taken at the points where in the Engineer's opinion the flow of water in the sewer is greater than the maximum allowable leakage. e. Maximum Allowable Rate of Leakage: Not more than 100 gallons per mile per inch diameter per day. f. Tests may be taken between individual manholes and the infiltration in any given line must not exceed the specified maximum allowable rate. g. Method of Measurement: Measurement of time for a predetermined volume of flow to occur. 2. Lamping a. Verify installation is to true line and grade. b. Verify installed pipe is structurally sound. c. Verify there are no broken or deflective pipes. d. Verify that joints are all home. e. Verify structures conform to specified requirements. 3.04 PROTECTION A. Plug all entrances and openings to the system promptly and before suspension of operations at the end of working day. B. Secure manholes and structures immediately after completion or before suspension of operations at the end of working day with castings or suitable alternative device. C. Mark all structures to avoid being hit by construction or vehicular traffic. D. Mark each plug location with 4-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 © 2017 Stantec 1 193803542 33 40 00 - 9 Manhole/Catch Basin Field Elevation Report ® Stantec Project: Date: Owner: Contractor: Stantec Resident Project Representative : Contractor's Representative: Stantec Project No: Owner Project No: Contractor is required to complete this form before 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. SECTION 33 46 00 SUBDRAINAGE PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Storm sewer service and drain tile. B. Related Sections 1. Section 33 05 05 - Trenching and Backfilling. 2. Section 33 40 00 - Storm Drainage Utilities. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. A Bid Item has been provided for 6" PVC Perforated Drain Tile, With Sock. Measurement will be by linear feet of pipe along its axis with no regard to intervening fittings for each size and type of pipe. Payment shall include pipe, sock, aggregate, and fittings. 2. A Bid Item has been provided for 6" Drain Tile Cleanout. Measurement will be by each. Payment shall include pipe, fittings, and metal cap. a. Bid Item is for draintile cleanouts for 6" street subgrade draintile. 3. A Bid Item has been provided for 6" PVC Perforated Collection Pipe, with Sock. Bid Item is for filtration trench collection drain tile. Measurement will be by linear feet of pipe along its axis with no regard to intervening fittings for each size and type of pipe. Payment shall include pipe, sock, and fittings. 4. A Bid Item has been provided for 6" PVC Non -Perforated Collection Pipe. Bid Item is for filtration trench/rain garden drain the collection pipe between the filtration trench/rain garden and downstream storm sewer structure. Measurement will be by linear feet of pipe along its axis with no regard to intervening fittings for each size and type of pipe. Payment shall include pipe, bedding, cleanouts and fittings. 5. A Bid Item has been provided for 8" PVC Distribution Pipe. Bid Item is for filtration trench distribution pipe connecting the filtration trench to the upstream and downstream storm sewer structures. Measurement will be by linear feet of pipe along its axis with no regard to intervening fittings for each size and type of pipe. Payment shall include pipe, bedding, connecting pipe to ADS pipe, and fittings. 6. A Bid Item has been provided for 6" Perforated PVC Draintile, Including Geotextile Fabric, Rock and End Section. This Bid Item is for the rain garden. Measurement will be by linear feet of pipe along its axis with no regard to intervening fittings for each size and type of pipe. Payment shall include pipe, geotextile, aggregate, fittings, and aluminum alloy flared end section. 7. A Bid Item has been provided for 4" PVC Sump Pipe Stub Including Wye and Cap. Measurement will be by each stub actually installed from the road draintile to the right of way. Payment shall include non -perforated pipe, bedding, fittings (including wye and cap), cap and metal locating rod. The metal locating rods are 3/4" round steel rods cut to 2' length and are to be buried at the end of the stub for locating purposes. SUBDRAINAGE © 2017 Stantec 1 193803542 33 46 00 - 1 8. A Bid Item has been provided for Connect Draintile to Structure (Coredrill). Measurement will be per each. Payment will include all costs related to core drilling a hole in the storm sewer structure, making the connection, and patching as specified. 9. A Bit Item has been provided for Connect to Existing Draintile. Measurement will be per each. Payment will include all costs related to connecting to existing draintile, including fittings, saw cutting, removal of drain tile, and excavation. a. Bid Item is for connections to existing draintile in the street or to private sump pump draintile in front yards. 10. A Bid Item has been provided for 6" Filtration Basin Cleanout. Measurement will be per each. Payment will include all costs related to furnishing and installing 6" cleanouts for the filter trench draintile, including fittings, wyes, caps, pipe, excavation, compaction and backfill. a. Cleanouts installed along the street subgrade draintile is incidental to the draintile Bid Item. 11. Supplying and installing required markers at service ends shall be considered incidental to the service installation. 12. 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. D1784 - Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated 2. D3034 - Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings. 3. D3212 - Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. 4. D3350 - Specification for Polyethylene Plastics Pipe and Fittings Materials. 5. F405 - Specification for Corrugated Polyethylene (PE) Pipe and Fittings. 6. F477 - Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. B. American Association of State Highway and Transportation Officials (AASHTO) 1. M252 - Corrugated Polyethylene Drainage Tubing. C. Minnesota Department of Transportation "Standard Specifications for Construction," 2016 Edition (MnDOT Spec.) 1. 3733 - Geotextiles. 1.04 SEQUENCING AND SCHEDULING A. Install sanitary sewer, water main, storm sewer, and all pipe deeper than the services prior to the installation of the services. PART 2 PRODUCTS 2.01 PIPE AND FITTINGS A. PSM Poly (Vinyl Chloride) (PVC) Plastic Pipe and Fittings 1. General: Pipe and fittings shall be made of compounds conforming to ASTM D1784 in accordance with the material requirements of ASTM D3034. 2. Design: Integral bell gasketed joint and a minimum wall thickness conforming to Schedule 40. 3. Joints: Elastomeric gasket joints providing a water -tight seal conforming to ASTM D3212 or ASTM F477. SUBDRAINAGE © 2017 Stantec 1 193803542 33 46 00 - 2 4. Perforations: Circular on 3-1/4 inches by 6-1/4 inches centers. Hole size maximum of 3/8 inch and a minimum of 3/16 inch, arranged in 4 rows along the full length of the pipe. 2.02 BEDDING MATERIAL A. See Section 33 05 05. 2.03 FILTER AGGREGATE MATERIAL A. See Section 33 05 05. 2.04 GEOTEXTILE A. Geotextile wrap shall conform to MnDOT Spec. 3733, Type 1. 2.05 METAL LOCATING ROD A. To be used for locating purposes for drain the sump stubs. B. 3/4-inch round steel rods cut to 2-foot lengths and buried at the end of the stub. 2.06 CLEANOUT A. Conform to the detail on the Drawings. PART 3 EXECUTION 3.01 GENERAL A. The location and alignment of the subsurface drains and outlets are shown in a general manner on the Drawings. Exact location and alignment to be determined by the Engineer. 3.02 DRAIN TILE INSTALLATION A. Conform to details on Drawings. B. Construct at locations and elevations determined by Engineer or as shown on the Drawings. C. Pipe Bedding: Filter aggregate. D. Grade: Unless otherwise specified or shown on the Drawings, the grade of pipes shall not be flatter than 1 in 250. E. Install Cleanout on upstream end of the drain pipe. F. Sections of the drainpipe shall be firmly joined. G. If perforated drain pipe is used, the pipe shall be placed so that the perforations are in the position indicated on the Drawings or designated by the Engineer. SUBDRAINAGE © 2017 Stantec 1 193803542 33 46 00 - 3 H. Connections: Connect to hole provided in precast structure. Seal joint with mortar. Core drill connection to structure. I. Compaction: Conform to Section 33 05 05. J. Flushing: After installation has been completed, pipes shall be flushed with sufficient water to remove material that has entered the pipes during construction. 3.03 FILTRATION TRENCH DRAIN TILE INSTALLATION A. Drain the shall be freely flowing from upstream end to drain the outlet. B. At upstream ends of drain the provide a drain the cleanout by extending drain the 4 to 6 inches above the finish grade. Provide a tightly -fitting, removable cap manufactured by the drain the manufacturer for each drain the cleanout. C. Following approval of final grade by the Engineer, lower cleanout and cap to inch below final grade. 3.04 STORM SEWER SERVICE INSTALLATION A. Construct at locations and elevations determined by Engineer or as shown on the Drawings. B. Pipe Bedding: Bedding material. C. Plug upstream end of pipe. D. Sections of the pipe shall be firmly joined. E. Compaction: Conform to Section 33 05 05. 3.05 FIELD QUALITY CONTROL A. Do not backfill trench until the pipe has been inspected and approved by the Engineer. END OF SECTION SUBDRAINAGE © 2017 Stantec 1 193803542 33 46 00 - 4 SECTION 34 41 05 TRAFFIC SIGNS AND DEVICES PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Signs, signposts, and hardware. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. A Bid Item has been provided for Sign Panels. All new signs shall be measured in accordance with MnDOT Spec. 2564.4G. Payment for all sign installation shall be at the Bid Unit Price per unit of measure of square feet and shall include all materials, equipment, and labor necessary to install each sign and post(s) at the staked location. 2. There will be no extra compensation for posts, regardless of length or required configuration. There shall be no extra compensation for post installations in bituminous or concrete surfaces. f 3. Salvaged signs shall be measured and installed as specified in Section 02 41 13. 4. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2016 Edition (MnDOT Spec.) 1. 2564 - Traffic Signs and Devices. 2. 3352 - Signs, Delineators, and Markers. 3. 3401 - Flanged Channel Sign Posts. B. Minnesota Manual on Uniform Traffic Control Devices (MMUTCD). C. Minnesota Department of Transportation Standard Signs Manual. PART 2 PRODUCTS 2.01 MATERIALS A. Sign Material 1. Sign Face Material for Sign Panels: Reflective sheeting conforming to the requirements of MnDOT Spec. 3352.2A2e "Sign Sheeting Type IX." 2. Sign Legend Material for Signs: "Direct Applied" conforming to the requirements of MnDOT Spec. 3352.2A5. B. Square Sign Posts 1. All Type C and Street Name Blade signposts shall be from Telespar or approved equal: a. Bottom section: 2" square, 12-gauge, non -perforated, bronze, with Omni -anchor or approved equal. TRAFFIC SIGNS AND DEVICES © 2017 Stantec 1193803542 3441 05 - 1 b. Top section: 1-3/4" square, 14-gauge, non -perforated, bronze. 1) Bronze finishing to be approved by the Engineer 2. The appropriate length of the upper post shall be determined by the Contractor to meet the construction requirements of the above stated references and herein at each specific location staked by the Engineer. The lower post shall be 6 to 7 feet in length. 3. Attach bottom section to top section with corner bolt. C. Brackets for street name blade signs 1. Brackets: a. Top of post: 1) Round Cap: Lyle AL 808RF, or approved equal. 2) Crosspiece between blades: Lyle AL808CF, or approved equal. b. For mounting sign on post: Lyle BR-95, or approved equal. D. Hardware 1. Bolts: a. 5/1 6-inch stainless steel bolts b. A-304 stainless steel or Grade 5 zinc plated steel. 2. Nylon inserts lock nuts. 3. Nylon washers: a. 1 /32 inch thick. b. Maximum of 3/8 inch inside diameter. c. Maximum of 7/8 inch outside diameter. 4. Stainless steel washer. PART 3 EXECUTION 3.01 GENERAL A. Unless otherwise noted or modified herein, all sections of MnDOT Spec. 2564, all sections of MnDOT's Standard Signs Manual, and Chapter 6 of MMUTCD shall apply. B. The fabrication of all signs and devices shall conform to MnDOT Spec. 2564 and the latest edition of the MMUTCD and the MnDOT Standard Signs Manual. C. The sign number designation indicated on the Drawings shall comply with applicable requirements of MMUTCD and MnDOT Standard Signs Manual. 3.02 CONSTRUCTION A. Sign locations shown on the Drawings are only approximate. The final locations shall be determined in the field by the Engineer. Contractor is responsible for having all underground utilities located prior to installing all signposts. Provide Engineer 48-hour notice prior to sign installations to allow for adequate staking time. B. Fabricate, hole -punch, and mount sign panels in accordance with the standard drawings in the MnDOT Standard Signs Manual. Date the back of each newly installed sign panel with the month and year using a thick permanent black marker pen or furnish and install inventory/I.D. stickers approved by the Owner. C. Install nylon washers between the bolt and the sign face (sheeting). Do not over tighten bolts to the point where the sign sheeting separates from the sign backing, which would TRAFFIC SIGNS AND DEVICES 0 2017 Stantec 1 193803542 3441 05 - 2 0 be cause for rejection and replacement at no additional cost to the Contract. The nylon washers used to protect to sign face shall be 1 /32-inch thick, have a maximum inside diameter of 3/8 inch, and outside diameter of 7/8-inch. There shall also be a stainless steel washer between the nylon washer and the bolt head. D. The bottom section of each signpost shall be mounted into the ground to a minimum depth of 3-1/2 feet. The lower section of post shall be at least 30 inches above the ground to allow for a 12-inch splice and a minimum clearance of 18 inches from the ground to the bottom of the top section of post. The splice of the upper and lower section posts shall be made with 2-5/16 inch stainless steel bolts with nylon insert lock nuts placed in the top and bottom holes of the overlap splice. Where 2 or more single post signs are mounted side by side, they shall be reinforced laterally by at least 2 post sections, bolted at each post, and located approximately at the quarter points. E. Contractor should plan for sign placements in hard surfaced areas prior to any new concrete and/or bituminous paving and provide "box -outs" for each sign in such a location. The "box -out" must be a 6-inch diameter round section of PVC pipe or a 6-inch core cut hole. With either option, the box -out must be to a depth which encroaches the underlying soils. F. Sign panels shall be located relative to concrete curb per Figure 6.3 of the MnDOT Traffic Engineering Manual: 1. Lowest point of any sign panel shall be 7 feet above finished grade at the point of installation. 2. Edge of sign panel shall be no closer than 2 feet from the face of curb. G. The Contractor shall install MnDOT approved/furnished warning stickers on all new Type C sign panels. END OF SECTION © 2017 Stantec 1 193803542 TRAFFIC SIGNS AND DEVICES 3441 05-3 This Page Left Blank Intentionally 4 StanteL February 14, 2017 File: 193803542 Stantec Consulting Services Inc. 2335 Highway 36 West St. Paul MN 55113 Tel: (651) 636-4600 Fax: (651) 636-1311 Attention: Bernie Weber Acting Director of Public Works City of New Hope 5500 International Parkway New Hope, MN 55428 Reference: 2017 Northwood North Area Infrastructure Improvements - Ensign Ave. N. Trail Maintenance Access Drive City Project No.: 985 Dear Bernie, As discussed at the Council Meeting on January 23, 2017, City Council requested further review of the underground tank maintenance access and additional parking (see attached original plan) that was proposed. Concerns were: raised over potential traffic hazards, loss of green space, and impact to adjacent property owners. Based upon the feedback received from the City Council and residents, the original plan to include additional parking spaces along Ensign Avenue North was changed to a trail maintenance access (see attached plan sheet). The new trail maintenance access will be designed and constructed to support the heavy maintenance vehicles. This new trail access will be heavy duty, but appear similar to the trail access constructed last year on the west side of the park (see attached photo), near Hopewood and Ensign. The City Council also discussed exploring pervious pavement options or "green" options to reduce the impact to the park green space. We further explored these options and discussed with staff, and determined these options would be higher in costs and would be more susceptible to failure with the heavy loads and underlying soils. The new trail maintenance access plan was shared with the adjacent property owners along Ensign Avenue North, and residents responded very positively to the change in plans. This trail can not only serve as a maintenance access for staff, but also as a pedestrian and bicycle access without the addition of any new parking spaces. Design with community in mind February 14, 2017 Mr. Bernie Weber Page 2 of 2 Reference: 2017 Northwood North Area Infrastructure Improvements - Ensign Ave. N. Trail Maintenance Access Drive If you have any questions or require further information, please call me at (651)604-4808. Sincerely, STANTEC a-i� 00. X7-, Christopher W. Long, P.E. Attachments: Trail Maintenance Access Plan Sheet; Photo of Trail West Side of Park; Original Proposed Parking Option Cc: Kirk McDonald, Valerie Leone, Susan Rader, Megan Albert, Shawn Markham, Dave Lemke, John Blasiak - New Hope; Kellie Schlegel, Adam Martinson, Ann Dienhart - Stantec Design with c orninunity in rninct BOONE AVE N N uj �I1 cn ,0 0 s z J 1`\ � Y m wLU F- o j w w O p I w f `o I Us b I � Av I — � I r l_ Z z l Q w i Z W 00 LU O r M : 3 F— LU z� 0 a) c 40 3 E 3 � v w LL 0 zz C/) Q LLJ Z 0 Z 0 w 0 0 = Z w Z ON co O 00 m 01 Z 0 0 N N W Q P1.1 Dale; 01/12/201)-209 Drowi,,g name: V \ 1938\.Clive\ 193903542\CAD\Dwg\ 193&"13542_SOUIH XSN'O dng X 11, 193803542_SOUi11-MS 193803542_%5 PL, 193503542 Y M&0 I AND OVERLAY BITUMINOUS ROAOWAY. SFE TYPICAL SEC ION ON SHEET C1.01 \ n16 I 1 _ I 3908 I I 39W �.-- —_—t ___�—__ --. __ .--_ _—_—__-� —_--__ — _ --_— — — �_._._ _—_v—,_—_.J RECLAIM EXISTING BTUMINOUS ROADWAY. MATCH E—ING BITUMINOUS ROADWAY. S! TYPICAL SECTION ON SHEET Cl B1. _ ACTUAL UMTTS OF RECWM PORTION TO _ _ _ _ _ Be oErcTc+olm er THe alert y =�� ----_--- _---- -- IN THE FIELD. 3.13% TC.W INSTALL 1901E V-STYLE CONCRETE NRB & Glfl'TER __.-.,_��_ 167-f MATCH EKLSTIIYG V-STYLE :� _� CONCRETE OIRB & GN INSTALL 12' WOOE k HEAW DUTY 8 TTLM0NOU5 TRAB_ SFE ONSH SECTION ON SHEET Cl .Tlti� 7A0: NOTE` u 1. ALL SPOT ELEVATIONS ARE TO TOP — OF CURB (f/C) OR FINISHED GRADE CEN E JE (FG) 41 L T >< n 1 1 II :g�w 1 II! -42- e iGTRAk¢Tlpe. �I`' MATCH EXISTING �6u 1 CONCRETE Q1RB & GUPFFR MATCH bi TC=90133 17.69 1 I 1 a` 51 _ — _ I �� �_— 1 15 l ± III 21 1 11 1 r N3 AST>f4 I 1 II 1 SIN]I:M fT4.CTINE!i i �I I III I rr MAT _� MATCH FXfSTING 1 I MATCH E#STING PS = 900 50 NORTHWOO PAW --' -^ W -90G]0 -'^ II ---- I I STOAM-7p I .G lUAILO $TC.F7•w.TEp TNvu .+• l765T11G BITLMINOUSTRAIL ENSIGN AVE N H O Lu 11) LLi CZ_ G d 0 W Z 0 r 2 0 0 C6.18 /. .,•�� .4 � . -" � � !IT - . - � - i ~ .' _ *� Yam- •'. � _ _ Request for Action March 13, 2017 Approved by: Kirk McDonald, City Manager Originating Department: Public Works By: Bernie Weber, Acting Director Agenda Section Development & Planning Item Number 8.1 Agenda Title Resolution awarding contract to Valley Paving, Inc. for construction of public improvement project no. 985 (2017 Northwood North Area Infrastructure Improvement Project). Requested Action Staff recommends the City Council award a contract to Valley Paving, Inc. for construction of public improvement no. 985 (2017 Northwood North Area Infrastructure Improvement Project), including award of Alternate 1 and 2. Policy/Past Practice The City Council routinely considers public infrastructure improvement projects to extend the useful life of infrastructure and to replace infrastructure that warrants upgrading using the most cost-effective method to improve levels of service to the community. Background Council authorized preparation of a feasibility report for the 2017 Infrastructure Project on May 23, 2016. On September 26, 2016, the city engineer presented the feasibility report for this improvement project, where Council reviewed the report and scheduled a public hearing for October 24, 2016. Following the public hearing, Council ordered preparation of plans and specifications. An open house was held on January 11, 2017 to inform residents of the area about potential impacts of this project. The 2017 infrastructure project involves street and utility improvements. Based upon the analysis of utility and street conditions, the project includes the full reconstruction of streets Gettysburg, Flag, Ensign, Decatur, Cavell, 41st, 40th, Hopewood and a short section of Jordan. These streets all will have the water main and street fully reconstructed, and will also have specific sanitary and storm water areas reconstructed. Streets that are considered for mill and overlay are 401/z, a portion of Jordan and a portion of Ensign. Streets where the pavement is in complete failure, such as the northern loop street of 41st and Jordan, require reclamation. Bid Results Twelve Bids were received on the bid opening date of February 28, 2017. Bids were very favorable relative to the engineer's estimate, with Valley Paving, Inc. as the lowest responsible bidder. The breakdown of the total project costs (based on the low bid from Valley Paving) in comparison to the engineer's feasibility estimate, including 20% indirect, for project #985 is shown in the table below. Funding Source Feasibility Report Total Project Cost Estimate Valley Paving - Bid with Total Project Costs (Base Bid, Alt. 1 & 2; 20% Indirect) Difference Street Infrastructure Fund $3,743,197.12 $3,197,993.02 -$545,204.10 Storm Water Fund $806,615.50 $854,174.03 $47,558.53 Sanitary Sewer Fund $231,900.50 $142,634.36 -$89,266.14 Water Fund $1,072,408.35 $915,055.04 -$157,353.31 Total Estimated Project Costs $5,854,121.47 $5,109,856.45 -$744,265.02 As shown in the table above, the total project, including both alternates, has come in $744,265.02 under the feasibility report estimate. There is a $47,558.53 overrun in the stormwater budget, which came in over budget, primarily due to higher than anticipated bids received for Alternate 2: Sumter Filtration Basin. All other storm water funded improvements are required by the Bassett Creek Watershed Management Commission. These improvements will lower the nutrient load to Northwood Lake, which is currently impaired by excess nutrients. Although the Sumter Filtration Basin is over the original estimate, the basin has proven difficult to maintain and requires improvements. This project will turn this basin into an underground storage and treatment tank that will effectively treat up to 10,000 CF of neighborhood runoff. Staff recommends completing the improvements that will remove the current need for weekly maintenance the existing basin requires. The proposed project schedule is as follows: Award Contract March 13, 2017 Start Construction April 10, 2017 Substantial Completion (Excluding Reconstruct Wear Course) Fall 2017 Complete Construction Summer 2018 Funding Most of the project funding will be from previously approved bond funds. Funding will also be utilized from Street, Storm Water, Sanitary Sewer and Water Funds. Attachments • Resolution Engineer's Memorandum Project Map City of New Hope Resolution No. 17-37 Resolution awarding contract to Valley Paving, Inc. for construction of public improvement project no. 985 (2017 Northwood North Area Infrastructure Improvement Project). WHEREAS, city staff has identified the need for infrastructure improvements specified in the 2017 CIP; and WHEREAS, the infrastructure improvements in this area are identified to follow the pavement management strategy adopted by Council; and WHEREAS, plans and specifications for the 2017 Infrastructure Improvement Project No. 985 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 2017 Northwood North Infrastructure Improvement Project; and WHEREAS, the base bid of $3,775,531.97 plus Alternates 1 and 2 from Valley Paving, Inc. for a total of $4,258,213.71 is the lowest responsible bid submitted; and WHEREAS, funding is available through bonding and supplemented by specific improvement funds. NOW, THEREFORE, BE IT RESOLVED, 1. That the contract of public improvement project no. 985, the 2017 Northwood North Infrastructure Improvement Project, is awarded- to Valley Paving, 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 13th day of March, 2017. Mayor Attest: IUZ4� i P ///7M40 City Clerk (3 Stante4 March 2, 2017 Stantec Consulting Services Inc. 2335 Highway 36 West, St. Paul MN 55113 Honorable Mayor and City Council City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 Re: 2017 Northwood North Area Infrastructure Improvements City Project No. 985 Stantec Project No. 193803542 Bid Results Dear Honorable Mayor and City Council: Bids were received for the Project stated above on February 28, 2017. Bids were received from 12 contractors, with the low bid coming in at $3,775,531.97 and the high bid at $5,393,873.00. The Table below summarizes the results of the Bids. Contractor Total Base Bid Alt No. I Alf No. 2 Low Valley Paving, Inc. $3,775,531.97 $357,016.54 $125,665.20 #2 S.R. Weidema, Inc. $3,824,608.05 $362,201.60 $121,379.00 #3 Park Construction $3,854,895.10 $450,644.05 $111,155.20 #4 Northdale Construction $3,889,916.27 1 $352,992.86 $105,529.33 #5 GMH Asphalt Corporation $3,913,645.94 $346,425.85 $128,144.50 #6 C.S. McCrossan Const. $4,083,402.60 $379,528.50 $108,777.50 #7 Northwest Asphalt $4,180,876.25 $413,203.35 $132,820.00 #8 RL Excavating, Inc. $4,259,054.30 $425,118.75 $91,617.00 #9 LaTour Construction $4,491,271.90 $412,596.10 $131,775.50 #10 Geislinger & Sons Inc. $4,856,415.00 $447,902.50 $176,915.00 # 11 Kuechle Underground, Inc. $4,904,928.80 $448,380.50 $229,938.50 #12 Veit & Company, Inc. $5,393,873.00 $467,824.50 $182,513.00 Transmitted herewith is a copy of the Bid Tabulation for your information and file. Copies will also be distributed to each Bidder once the Project has been awarded. The low Bidder on the Project was Valley Paving, Inc. with a Total Base Bid Amount of $3,775,531.97. This compares to the Engineer's Opinion of Probable Costs of $4,420,000. The low Bidder on the Project, even when considering awarding any combination of the Alternates, is Valley Paving, Inc. 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 Valley Paving, Inc. should be awarded the Project on the Total Base Bid Amount of $3,775,531.97. The City Council has the option to consider awarding any combination of Alternates with the Base Bid as shown in the table below. ! osign with comirnunily in,, r-nind March 2, 2017 Page 2,of 2 Reference: 2017 Northwood North Area Infrastructure Improvements Bid Options Base Bid Base Bid w/Alt 1 Base Bid w/Alt 2 Base Bid w/Alt 1, 2 Valley Paving, Inc. $3,775,531.97 $4,132,548.51 $3,901,197.17 $4,258,213.71 Should you have any questions, please feel free to contact me at 651-604-4808. Sincerely, STANTEC CONSULTING SERVICES INC. r Christopher W. Long, P.E. Enclosure Design with corn MUnity if) Mind V. PHASE 1-1 � ■ ■ i ■I 2ND AVE N (GSM 9) i _ L fto 410 now ID PHASE 3 Wj Z e , - Q " 1 f ■ I- — I un i,uR ..r w ,110 f1SiR11E N ■ +rl. •� / { J AKff loll, ium - ,>eI , m uw . w •rr� �#'°� �'oloru q,* j4a� an 4W me no E - PHASE 3 gamma ` y ,us Tom- roiTRT rw ,ru mi T ca euw ��+ ,eel s _� "_Lr� � "I, w11 - 1 1 f AS Z i - ' PHASE 1 4IMS a: rr err+.r-�ot+,A , -1 H _r ? � # --� r—,�� r 1 I I r , ,ea,f ? 4n. }✓rw- am 'nl. JIM ISO xi r --m ofwo r �� Jim u��+ —— !`\\ lY}� '�� ���T11'1.7E NORTHWOOD I W f . PAW — STREETIMPROVEMENTS LEGEND _ w FULL RECONSTRUCTION ALTERNATE FULL RECONSTRUCTION - 40TH AVE N ---M FULL PAVEMENT REMOVAL ­0 2" MILL & OVERLAY - f•_+._ y.; PHASE 1 - START APRIL 10, 2017 THRU APPROX. AUGUST 2017 N (FINAL PAVEMENT LAYER COMPLETE LATE JUNE 2018) e 1 f PHASE 2 - START APPROX. LATE CJUNEOMPLETE L THRU NE201APPROX. SEPTEMBER 20 y (FINAL PAVEMENT LAYER COMPLETE LATE JUNE 2018) �/ j \ • �'I°• >I� PHASE 3 - START APPROX. LATE AUGUST 2017 THRU OCTOBER 2017 (INCLUDES FULL PAVEMENT REMOVAL SECTION ON ENSIGN AVE) LOCATION PLAN AND PROJECT PHASING CITY OF NEW HOPE FIGURE 1 ������ 2017 NORTHWOOD NORTH AREA INFRASTRUCTURE IMPROVEMENTS Nµ'ewu DATE: 1/10/2017 PROJ.NO.: 193803348 GORDON L. J@NSEN' MELANIE P. PERSELLIWz STEvEN A. SONDRALL STAcvA. WOODS' Real Property Law Specialist Certified gy The Minnesota State Bar Association 2Licensed-in Illinois/Colorado 3Qualified Neutral Mediator under Rule 114 iE SENSONDRALL PERSELLIN WOODS P.A., ATTORNEYS AT LAW March 24, 2017 Valerie Leone City Clerk City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 8525 EDINBROOK CROSSING, STE. 201 BROOKLYN PARK, MINNESOTA 55443-1968 TELEPHONE (763) 424-8811 ■ TELEFAx (763) 493-5193 www.jspwlaw.com Writer's Direct Dial No.: (763) 201-0265 e-mail saw@jspwlaw.com personal delivery Re: 2017 Northwood North Area Infrastructure Improvements City Project No. 985 Our File No.: 99.10030 Dear Val: Enclosed please find four copies of the contract with Valley Paving, 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. Sin rely, 1 Stacy A. Wo ds, Assistant City Attorney, City of Ne Hope Enclosures cc: Steven A. Sondrall, City Attorney Bernie Weber, Public Works Director Chris Long, City Engineer PAAttomey\SAS\1 Client Files\2 City of New Hope\99-10030 (Public Works general)\Leone ltr - 2017 Northwood North Area Infrastructure Improvements - Project 985.docx WA LLE �AVIN INCORPORATED 8800 13th AVENUE EAST SHAKOPEE, MN 55379 PHONE (952) 445-8615 FAX (952) 445-0355 www.valleypaving.com March 20, 2017 City of New Hope C/O Steve Sondrall Jensen Sondrall Persellin & Woods P.A. 8525 Edinbrook Crossing, Suite 201 Brooklyn Park, NIN 55443-1968 Re: 2017 Northwood North Areas Infrastructure Improvements City of New Hope, MN Please find enclosed 4 copies of the executed Contract documents, Payment/Performance Bond and Insurance Certificates for the above noted project, for further process. Should you have any questions or concerns, please contact our office at 952-445-8615. We thank you for the opportunity to work with you. Sincerely, V LEY PAVIN INC. (aMro1J.adrfikW Office Manager Encl. a •d►t'� 100% RECYCLABLE L": A VETERAN OWNED COMPANY Affirmative Action / Equal Opportunity Employer (�, Sta, tec March 15, 2017 Mr. Brent Carron Valley Paving, Inc. 8800 13th Avenue East Shakopee, MN 55379 Stantec Consulting Services Inc. 2335 Highway 36 West, St. Paul MN 55113 Re: City of New Hope, Minnesota 2017 Northwood North Area Infrastructure Improvements City Project Nos. 985 Stantec Project No. 193803542 Notice of Award/Contract Documents Dear Mr. Butorac: You are notified that your Bid dated February 28, 2017 for the above -referenced Project has been considered. You are the successful Bidder and are awarded a Contract for the amount of $4,258,213.71 for the Total Base Bid, plus Alternate Nos. 1 and 2. Enclosed are four Contract Documents between you and the City of New Hope covering the above -referenced Project. Please complete Specification Document 00 52 10 Agreement Form, Document 00 61 13.13 Performance Bond, and Document 00 61 13.16 Payment Bond. The insurance and indemnity requirements shall be provided. After the bonding company has completed the Contract Documents, forward them to the attorney listed below who will review them for the City of New Hope: Steve Sondrall Jensen Sondrall Persellin 8, Woods, P.A. 8525 Edinbrook Crossing, Ste 201 Brooklyn Park, MN 55443-1968 After the necessary officials have signed the Contracts, the City will distribute the Contracts as follows: 2 copies Valley Paving, Inc. (1 - your file, 1 - your bond company) 1 copy City of New Hope, Attention: Valerie Leone 1 copy Stantec, Attention: Chris Long Upon receipt of a signed Contract and a filed Certificate of Insurance, approved by the City of New Hope's attorney, a pre -construction conference will be scheduled with you and the City of New Hope to review the Project. Sincerely, Christopher W. Long, P.E. Enclosures: Four Contract Documents cc: Valerie Leone, City of New Hope Steve Sondrall, City Attorney 3 bpl zer�p� March 30, 2017 Mr. Brent Carron Valley Paving, Inc. 880013th Avenue East Shakopee, MN 55379 SUBJECT: 2017 Northwood North Area Infrastructure Improvements City Project 985 At its meeting of March 13, 2017, the New Hope City Council approved the contract with your company for project no. 985for $4,258,213.71 for the total base bid plus alternates 1 and 2. Enclosed please find two contract documents. Please submit one to your bonding company. Also enclosed is a Withholding Affidavit for Contractors/IC-134 form (we cannot make final payment to contractors until this is approved by the Minnesota Department of Revenue and submitted to our office per Minnesota Statute 290.97). Please contact Chris Long at Stantec at 651-604-4808 if you have any questions regarding the project. Sincerely, Valerie Leone City Clerk, CMC Enclosures - Contract, IC-134 cc: Bernie Weber, director of public works Chris Long, city engineer Shawn Markham, contract manager CITY OF NEW HOPE 4401 Xylon Avenue North • New Hope, Minnesota 55428-4898 • www. ci.new-hope.mn.us City Hall: 763-531-5100 • Police (non -emergency): 763-531-5170 • Public Works: 763-592-6777 City Hall Fax: 763-531-5136 • Police Fax: 763-531-5174 • Public Works Fax: 763-592-6776 Request for Action September 24, 2018 Approved by: Kirk McDonald, City Manager Originating Department: City Manager By: Valerie Leone, City Clerk -Treasurer Agenda Title Agenda Section Consent Item Number 6.8 Resolution declaring cost to be assessed and ordering preparation of proposed assessments in connection with infrastructure improvement no. 985; and Resolution calling for a public hearing on assessments for infrastructure improvement no. 985 (Northwood North Area Infrastructure Improvement Project) Requested Action Staff is requesting Council adopt two resolutions related to the infrastructure project. The first is to declare the total cost to be assessed and the second is to establish a public hearing on October 22, 2018. 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 On March 13, 2017, Council awarded a contract with Valley Paving, Inc. for $4,258,213.71 for construction of the infrastructure project. The project included street and utility work at Gettysburg, Flag, Ensign, Decatur, Cavell, 41st, 4011, Hopewood, and Jordan Avenue as well as converting the Sumter filtration basin into an underground storage and treatment tank for runoff. A public hearing on the proposed assessment was held October 24, 2016, and tax exempt properties were notified/encouraged to attend the hearing. The project is now complete and it is appropriate to schedule a public hearing for assessments. Staff recommends the public hearing to be held on October 22, 2018. The city engineer has determined the total cost for the street portion of the infrastructure project is ' $3,066,804.48. The assessment rates are outlined on Appendix B-1. The Northwood North area infrastructure improvement project includes eight tax exempt properties for assessments (two of the eight parcels are city - owned). The total proposed assessment roll is $108,131.58 which is lower than the estimated assessment roll of $131,975.79. The properties proposed to be assessed are identified on Appendix B-2. The city attorney has prepared the resolutions. The city clerk will notify the property owners of the public hearing. Funding In addition to assessments, the project funding source includes bonds, street infrastructure fund, storm water, sanitary sewer and water funds. I:\RFA\City Manager\ 2018 \Project 985\09-24-18\q-proj 985 declare cost.docx Request for Action, Page 2 Attachments * Resolution Declaring Cost . • Resolution Calling for Public Hearing • Map • Appendices B-1, B-2, B-3 RESOLUTION NO. 18-107 RESOLUTION DECLARING COST TO BE ASSESSED AND ORDERING PREPARATION OF PROPOSED ASSESSMENT IN CONNECTION WITH INFRASTRUCTURE IMPROVEMENT NO.985 (Northwood North Area Infrastructure Improvement Project) WHEREAS, contracts have been let for the construction of the Northwood North Area Infrastructure Improvement Project No. 985 in the City, and WHEREAS, the total cost of said improvement, including utility costs and street costs, is $4,691,779.82. NOW THEREFORE, BE IT RESOLVED by the City Council of the City of New Hope as follows: 1. The City Council hereby determines the portion of the cost of such improvement to be paid by the city shall be $4,583,648.24, exclusive of the amount the city may pay as a property owner, and the portion of the street cost to be assessed against benefited property owners is declared to be $108,131.58 and that such assessments shall be based upon benefits received by the assessed property without regard to cash valuation. The city shall pay $67,791.55 of the declared assessment amount as a benefited property owner. 2. Assessments shall be payable in equal biaiuival installments due and payable on or before May 151h and Octot)er 15th of each year extending over a period of ten (10) years, the first of the installments to be payable on or before May 15, 2019, and shall bear interest at the rate of six (6%) percent per annum from the date of the adoption of the assessment resolution. 3. The City Clerk, with the assistance of the City Consulting Engineer, shall forthwith calculate the proper amount to be specially assessed for such improvement against every assessable lot, piece or parcel of land within the district affected, without regard to cash valuation, as provided by law, and the Clerk shall file a copy of such proposed assessment in the office of the City Clerk for public inspection. 4. The Clerk shall upon the completion of such proposed assessment, notify the Council thereof. Adopted by the City Council this 24th day of September, 2018. aj_', Andy Hoffe, M or Pro VnV Attest: ' J�o Z21.4 Valerie Lein , City Clerk RESOLUTION NO. 18- 108 RESOLUTION CALLING FOR A PUBLIC HEARING ON ASSESSMENTS FOR INFRASTRUCTURE IMPROVEMENT NO.985 (Northwood North Area Infrastructure Improvement Project) WHEREAS, at the direction of the City Council pursuant to Resolution No. 18-107 , the City Clerk, with the assistance of the City Consulting Engineer, has prepared an assessment roll for the Northwood North Area Infrastructure Improvement Project No. 985, and WHEREAS, the said proposed assessment roll is now on file with the City Clerk and open to public inspection; NOW THEREFORE, BE IT RESOLVED by the City Council of the City of New Hope as follows: 1. A hearing shall be held at 7:00 p.m. on October 22, 2018 in the New Hope City Hall located at 4401 Xylon Avenue North, New Hope, MN 55428 to pass upon such proposed assessment. All persons owning property affected by such improvement will be given an opportunity to be heard with reference to such assessment. 2. The City Clerk is hereby directed to cause a notice of the hearing on the proposed assessment to be published once in the official newspaper at least two weeks prior to the hearing, and the Clerk shall state in the notice the total cost of the improvement. The City Clerk shall also cause mailed notice to be given to the owner of each parcel described in the assessment roll not less than two weeks prior to the hearing. 3. The owner of any property so assessed may, at any time prior to certification of the assessment to the Hennepin County Auditor, pay the whole of the assessment on such property, with interest accrued to the date of payment, to the New Hope Finance Director or Assessment Clerk, except that no interest shall be charged if the entire assessment is paid within 30 days from the adoption of the assessment. An owner may at any time thereafter, pay to the New Hope Finance Director or Assessment Clerk the entire amount of the assessment remaining unpaid, with interest accrued to December 31 of the year in which such payment is made. Such payment must be made before November 14 or interest will be charged through December 31 of the succeeding year. 4. If the adopted assessment differs from the proposed assessment as to any particular lot, piece or parcel of land, the Clerk shall mail to the owner a notice stating the amount of the adopted assessment. Owners must also be notified by mail of any changes adopted by the Council in interest rates or prepayment requirements from those contained in the mailed notice of the proposed assessment. Adopted by the City Council this 24t" day of September, 2018. 1 Andy Hof fe, Mayor p o tem Attest: Valerie Leone, city Clerk p:\Attomey\SAS\1 Client FilesU City of Few Hop09-69851 - 2017 imp. proj 985\Resolution calling pub hrg on assessments.docx F:\Attomey\SAS\l Client Files\2 City of New Hope\99-69621 (2016 street projypmolution calling pub hrg on assessments.docx z > z Z� >r Z" AS U in cc M U-'! �t E_ 42 d AVE N _ _�� ah arl- �ofdzll P,40 4w L an 1811821230116 z ;z 41st Ave N > Z- 0) > 'T ri --- P,er lbo .N— - LU Z— LLJ -'o 11811821246066 r < � 1 LL, z 18118212300.45 Ave K 0 -I-J 1811821230043 40th 112 Ave, N 3400 82 A z�811821� 41 > jgorthwoo pi(wy tTd ry 10 L I-0 Proposed Improvements o Ao Vrr i Tax Exempt Property Reclaim Full Reconstruct Mill and Overlay Figure 12 Stantec Crys Plymouth H a Tax Exempt Properties 0 bbJnsd e Improvements Tax Exempt Properties as ofAug 2016 0 M0 F—i New Hope, Minnesota ..... Appendix B-1 Final Project Assessments 2017 Northwood North Area Infrastructure Improvements September 2018 Mill & Overlay Subtotal Reclaim Subtotal Reconstruction Subtotal Totals Total Final Cost Residential FF $208,687.66 7,177.50 $107,175.85 3,712.50 $2,750,940.97 12,952.50 $3,066,804.48 23,842.50 Residential Rate = 2/3*Commercial Rate Duplex/Zero Lot Line Residential Rate = 65%*Residential Rate Estimated Cost = (Residential FF)*2/3*(Commercial Rate)+(Commercial FF)*(Commercial Rate) Commercial Rate = Estimated Cost 2/3 x Residential FF + Commercial FF Mill & Overlay Rates Commercial Rate = $208,688 2/3 x 7,177.50 + 600.66 Commercial Rate = $38.75 per FF Single Family Residential Rate = $25.83 per FF Duplex/Zero Lot Line Residential Rate = $16.79 per FF Reclaim Rates Commercial Rate = $107,176 2/3 x 3,712.50 + 0.00 Commercial Rate = $43.30 per FF Residential Rate = $28.87 per FF Duplex/Zero Lot Line Residential Rate = $18.77 per FF Reconstruct Rates Commercial Rate = $2,750,941 2/3 x 12,952,50 + Commercial Rate = $313.40 per FF Residential Rate = $208.93 per FF Duplex/Zero Lot Line Residential Rate = $135.80 per FF 142.76 Commercial FF 600.66 0.00 142.76 743.42 Appendix B-2 • Final Project Assessments 2017 Northwood North Area Infrastructure Improvements September 2018 Property Street Front Assessment Assessment Entity Type Improvement Footage Rate Amount 1. City of New Hope (Northwood Park) Non- Reconstruction 142 $313.40 $44,502.80 86 Address Unassigned Residential Reclaim 0 $43.30 $0.00 PID 18-118-21-23-0043 Mill & Overlay 0 $38.75 $0.00 Total Assessment $44,502.80 2. City of New Hope (Northwood Park) Non- Reconstruction 0 $313.40 $0.00 8816 Northwood Parkway Residential Reclaim 0 $43.30 $0.00 PID 18-1 18-21-34-0082 Mill & Overlay 601 $38.75 $23,288.75 Total Assessment $23,288.75 3. Hammer Residence Inc. - Unit 1 Residential - Reconstruction 0 $135.80 $0.00 4009 Jordan Avenue North 2 Units Reclaim 0 $18.77 $0.00 PID 18-118-21-23-0045 Mill & Overlay 82.5 $16.79 $1,385.13 Total Assessment $1,385.13 4. Hammer Residence Inc. - Unit 2 Residential - Reconstruction 0 $135.80 $0.00 4009 Jordan Avenue North 2 Units Reclaim 0 $18.77 $0.00 PID 18-118-21-23-0045 Mill & Overlay 82.5 $16.79 $1,385.13 Total Assessment $1,385.13 5. Tasks Unlimited Lodges - Unit 1 Residential - Reconstruction 0 $135.80 $0.00 4125 Jordan Avenue North 2 Units Reclaim 82.5 $18.77 $1,548.15 PID 18-1 18-21-23-01 16 Mill & Overlay 0 $16.79 $0.00 Total Assessment $1,548.15 6. Tasks Unlimited Lodges - Unit 2 Residential -Reconstruction 0 $135.80 $0.00 4125 Jordan Avenue North 2 Units Reclaim 82.5 $18.77 $1,548.15 PID 18-118-21-23-0116 Mill & Overlay 0 $16.79 $0.00 Total Assessment $1,548.15 7. Hennepin Co Forfeited Land Residential -Reconstruction 82.5 $208.93 $17,236.73 9116 40 1 /2 Avenue North Vacant Reclaim 0 $28.87 $0.00 PID 18-118-21-23-0117 Land Mill & Overlay 0 $25.83 $0.00 Total Assessment $17,236.73 8. Fraser Reconstruction 82.5 $208.93 $17,236.73 4069 Flag Avenue North Residential Reclaim 0 $28.87 $0.00 PID 18-118-21-24-0066 Mill & Overlay 0 $25.83 $0.00 Total Assessment $17,236.73 Total Assessment Value $108,131.58 Appendix B-3 Final Project Assessments 2017 Northwood North Area Infrastructure Improvements September 2018 Street Name From To Residental Properties Residental Properties Front Footage (82.5 LF /lot) Commercial Property Front Footage Total Front Footage A. Mill and Overlay Jordan Ave N/40 1/2 Ave N Cul de sac Boone Ave N 63 5,198 5,198 Ensign Ave N 40 1/2 Ave N Boone Ave N 24 1,980 601 2,581 Mill and Overlay Total 87 7,178 601 7,778 B. Reclaim Jordan Ave N/41st Ave N Gettysburg Ave N Gettysburg Ave N 45 3,713 3,713 Reclaim Total 45 3,713 0 3,713 C. Reconstruct Gettysburg Ave N 40 1/2 Ave N 42nd Ave N 24 1,980 1,980 Flag Ave N 40 1/2 Ave N 42nd Ave N 30 2,475 2,475 Ensign Ave N 40 1/2 Ave N 42nd Ave N 30 2,475 2,475 Decatur Ave N 40 1/2 Ave N 41st Ave N 15 1,238 1,238 Cavell Ave N 40 1/2 Ave N 41st Ave N 15 1,238 1,238 41st Ave N Decatur Ave N Boone Ave N 12 990 990 40th Ave N Ensign Ave N Boone Ave N 17 1,403 1,403 Hopewood Lane Ensign Ave N Boone Ave N 10 825 825 Jordan Ave N S of 40 1/2 Ave N 40 1/2 Ave N 4 330 143 473 Reconstruct Total 157 12,953 143 13,095 Project Totals 1 289 23,843 1 743 1 24,586 CITY OF NEW HOPE NOTICE OF HEARING ON ASSESSMENTS FOR 2017 INFRASTRUCTURE IMPROVEMENT NO. 985 (Northwood North Area Infrastructure Improvement Project) Notice is hereby given that the City Council of the City of New Hope, Minnesota, will meet in the City Hall at 4401 Xylon Avenue North in the City of New Hope, Minnesota, on the 22"d day of October, 2018 at 7:00 p.m. to consider objections to the proposed assessments for the 2017 Northwood North Area Infrastructure Improvement Project No. 985 heretofore ordered by the City Council. 1. The general nature of the improvement, as described in the September 2016 feasibility report entitled 2017 Northwood North Area Infrastructure Improvements, City Project No. 985, prepared by Stantec Consulting Services, Inc., Engineers for the City, is the full reconstruction, full depth reclamation or mill and overlay rehabilitation of approximately 2.4 miles of city streets as hereafter described including replacement of cast iron pipe (CIP) water mains with new polyvinyl chloride pipe (PVC) water main and leads within streets being fully reconstructed and bolt replacement at all water valve locations within streets receiving mill and overlay rehabilitation. Spot repairs including rings and castings replacement will be made to designated sanitary sewer mains and non -conforming manhole covers with open pick holes will be replaced with covers with concealed pick holes to prevent storm water inflow and infiltration into the sanitary sewer system. Spot repairs will be made to designated storm sewers within streets being fully reconstructed as well. However, only the costs for the street improvements are proposed to be specially assessed. The street improvements to be assessed involve three construction strategies including 1) Full Reconstruction involving the complete removal of the existing pavement, base and subgrade materials, curb and gutter and driveway aprons. A new street is constructed with drain tile and sump pump stubs to improve subsurface drainage. The street will be fully reconstructed to a 10 ton standard with a 30 foot width face to face, 2) Full Depth Reclamation consisting of consisting of grinding up the entire pavement section and mixing it with the underlying aggregate base, creating a homogenous roadway base. This material is then shaped and compacted, and excess material is hauled away. A new 3 inch lift of bituminous wear pavement is then placed over the entire roadway. Curb replacement will be completed on areas with severe damage or poor drainage prior to paving, and spot patching will be completed on any areas with soft subgrade soils and 3) Mill and Overlay consisting of milling the upper 2 inches of the existing bituminous surface across the entire width of the street, followed by a 2 inch overlay over the entire bituminous surface. Curb replacement will be completed on areas of severely damaged or poorly draining curb prior to paving. Spot patching will be completed on any severely cracked or failing pavement prior to the new bituminous overlay As set out in Tables 2, 4 and 5 of Stantec Consulting Services' September 2016 feasibility report, the streets included in the project are as follows: a.) for Full Reconstruction — Gettysburg Avenue N from 40 %2 Avenue to 42"d Avenue N; Flag Avenue N from 40 %2 Avenue to 42"d Avenue North; Ensign Avenue N from 40 %2 Avenue to 42"d Avenue N; Decatur Avenue N from 40 t/2 Avenue to 41" Avenue N; Cavell Avenue N from 40 '/2 Avenue to 4 1 " Avenue N; 4 1 " Avenue N from Decatur Avenue to Boone Avenue N; 40th Avenue N from Ensign Avenue to Boone Avenue N; Hopewood Lane from Ensign Avenue to Boone Avenue N; Jordan Avenue N from south of 40 '/2 Avenue to 40 '/z Avenue N; b.) for Full Depth Reclamation — 41 St Avenue/Jordan Avenue N from Gettysburg Avenue to Gettysburg Avenue N; c.) for Mill and Overlay — Jordan Avenue/40 %2 Avenue N from the cul-de-sac to Boone Avenue N; Ensign Avenue N from 40 % Avenue to Boone Avenue N. The street reconstruction project also includes all other appurtenant works and services reasonably required to complete the project. The City allocates annually a portion of real estate taxes to its Street Fund for street projects. Therefore only properties exempt from real estate taxes are specially assessed for the cost of street improvements according to the City's special assessment policy. The tax exempt properties to be assessed for the 2017 Northwood North Area Infrastructure Project 985 are as follows (Table 12/Figure 12 of Stantec Consulting Services' September 2016 feasibility report): Address PID number City of New Hope 18-118-21-23-0043 Northwood Park City of New Hope 18-118-21-34-0082 Northwood Park Hammer Residence, Inc. Unit 1 18-118-21-23-0045 4009 Jordan Avenue North Hammer Residence, Inc. Unit 2 18-118-21-23-0045 4009 Jordan Avenue North Task Unlimited Lodges, Unit 1 18-118-21-23-0116 4125 Jordan Avenue North Task Unlimited Lodges, Unit 2 18-118-21-23-0116 4125 Jordan Avenue North Hennepin County Forfeited Land 18-118-21-23-0117 9116 40 '/z Avenue North Fraser 18-118-21-24-0066 4069 Flag Avenue North ' The total amount proposed to be assessed is $108,131.58. Written or oral objections will be considered at the hearing. An owner of property to be assessed may appeal the assessment to the District Court of Hennepin County pursuant to Minnesota Statutes, Section 429.081 by serving notice of the appeal upon the Mayor or Clerk of the City within 30 days after the adoption of the assessment and filing such notice with the District Court within ten days after service upon the Mayor or Clerk. 2 No appeal may be taken as to the amount of any assessment adopted by the City Council unless a written objection signed by the affected property owner is filed with the Clerk prior to the assessment hearing or presented to the presiding officer at the hearing. All objections to the assessments not received at the assessment hearing in the manner prescribed by Minnesota Statutes, Section 429.061 are waived, unless the failure to object to the assessment hearing is due to a reasonable cause. Under the provisions of Minnesota Statutes, Sections 435.193 to 435.195, the City may, at its discretion, defer the payment of assessments for any homestead property owned by a person 65 years of age or older, retired disabled homeowners or members of the Minnesota National Guard or other military reserves ordered into active service for whom it would be a hardship to make the payments. The procedure for applying for such a deferment is set forth in New Hope Code section 1.60 et. al., a copy of which is available upon request at the office of the City Clerk. The notice of this hearing mailed to property owners contains additional information. Dated: September 27, 2018 BY ORDER OF THE CITY COUNCIL s/Valerie Leone City Clerk (Published in the New Hope -Golden Valley Sun -Post on the 4' day of October, 2018.) 3 AFFIDAVIT OF MAILING HEARING NOTICE IMPROVEMENT PROJECT NO. 985 STATE OF MINNESOTA) COUNTY OF HENNEPIN) ss CITY OF NEW HOPE) I, the undersigned being the duly qualified City Clerk of the City of New Hope, Minnesota, hereby attest and certify that: On October 3, 2016, acting on behalf of the said City, I deposited in the United States mail at New Hope, Minnesota, a copy of the attached notice of a hearing on Improvement Project No. 985, mailed first class, with postage thereon fully prepaid, addressed to the persons at the addresses appearing opposite their respective names, list attached. There is a delivery service by United States mail between the place of mailing and the places so addressed. d.C.� City Clerk Subscribed and sworn to before me this day of VC�f� , 2016. My commission expires January 31, 2021. Notary Public Hennepin County '°"�.� DAVID E WALKER-CRAWFORD a Notary Public State of Minnesota My Commission Expires January 31, 2021 October 3, 2016 Hammer Residence Inc - Unit 1 1909 Wayzata Blvd E Wayzata, MN 55391 Subject: Public Hearing regarding property located at 4009 Jordan Ave. N. Enclosed please find a public hearing notice for October 24, 2016, regarding a proposed infrastructure project impacting your property. A map illustrating the proposed project and proposed type of street work is also enclosed. The reasonable estimate of the impact of the assessment on your property is $1,690.80. I hope you will attend the public hearing to learn more about the proposed project. Sincerely, kd)zt� Valerie Leone, CMC City Clerk Enc. CITY OF NEW HOPE 4401 Xylon Avenue North • New Hope, Minnesota 55428-4898 • www. ci.new-hope.mn.us City Hall: 763-531-5100 • Police (non -emergency): 763-531-5170 • Public Works: 763-592-6777 City Hall Fax: 763-531-5136 • Police Fax: 763-531-5174 • Public Works Fax: 763-592-6776 October 3, 2016 Hammer Residence - Unit 2 1909 Wayzata Blvd E Wayzata, MN 55391 Subject: Public Hearing regarding property located at 4009 Jordan Ave. N. Enclosed please find a public hearing notice for October 24, 2016, regarding a proposed infrastructure project impacting your property. A map illustrating the proposed project and proposed type of street work is also enclosed. The reasonable estimate of the impact of the assessment on your property is $1,690.80. I hope you will attend the public hearing to learn more about the proposed project. Sincerely, Valerie Leone, CMC City Clerk Enc. CITY OF NEW HOPE 4401 Xylon Avenue North • New Hope, Minnesota 55428-4898 • www. ci.new-hope.mn.us City Hall: 763-531-5100 • Police (non -emergency): 763-531-5170 • Public Works: 763-592-6777 City Hall Fax: 763-531-5136 • Police Fax: 763-531-5174 • Public Works Fax: 763-592-6776 October 3, 2016 Tasks Unlimited Lodges - Unit 1 2419 Nicollet Ave S Minneapolis, MN 55404 Subject: Public Hearing regarding property located at 4125 Jordan Ave. N. Enclosed please find a public hearing notice for October 24 2016 regarding a proposed infrastructure project impacting your property. A map illustrating the proposed project and proposed type of street work is also enclosed. The reasonable estimate of the impact of the assessment on your property is $1,889.21. I hope you will attend the public hearing to learn more about the proposed project. Sincerely, Valerie Leone, CMC City Clerk Enc. CITY OF NEW HOPE 4401 Xylon Avenue North • New Hope, Minnesota 55428-4898 • www. ci.new-hope.mn.us City Hall: 763-531-5100 '* Police (non -emergency): 763-531-5170 • Public Works: 763-592-6777 City Hall Fax: 763-531-5136 • Police Fax: 763-531-5174 • Public Works Fax: 763-592-6776 October 3, 2016 Tasks Unlimited Lodges - Unit 2 2419 Nicollet Ave. S. Minneapolis, MN 55404 Subject: Public Hearing regarding property located at 4125 Jordan Ave. N. Enclosed please find a public hearing notice for October 24,201 regarding a proposed infrastructure project impacting your property. A map illustrating the proposed project and proposed type of street work is also enclosed. The reasonable estimate of the impact of the assessment on your property is $1,889.21. I hope you will attend the public hearing to learn more about the proposed project. Sincerely, Valerie Leone, CMC City Clerk Enc. CITY OF NEW HOPE 4401 Xylon Avenue North • New Hope, Minnesota 55428-4898 • www. ci.new-hope.mn.us City Hall: 763-531-5100 • Police (non -emergency): 763-531-5170 • Public Works: 763-592-6777 City Hall Fax: 763-531-5136 • Police Fax: 763-531-5174 • Public Works Fax: 763-592-6776 October 3, 2016 Hennepin County Forfeited Land A-600 Govt Center 300 S. 6th St. f Minneapolis, MN 55487 Subject: Public Hearing regarding property located at 9116 Enclosed please find a public hearing notice for October 24 2016 regarding a proposed infrastructure project impacting your property. A map illustrating the proposed project and proposed type of street work is also enclosed. The reasonable estimate of the impact of the assessment on your property is $21,038.33. I hope you will attend the public hearing to learn more about the proposed project. Sincerely, Valerie Leone, CMC City Clerk Enc. CITY OF NEW HOPE 4401 Xylon Avenue North • New Hope, Minnesota 55428-4898 • www. ci.new-hope.mn.us City Hall: 763-531-5100 • Police (non -emergency): 763-531-5170 • Public Works: 763-592-6777 City Hall Fax: 763-531-5136 • Police Fax: 763-531-5174 • Public Works Fax: 763-592-6776 October 3, 2016 Fraser 2400 64th St. W. Richfield, MN 55423 Subject: Public Hearing regarding property located at 4069 Flag Ave. N. Enclosed please find a public hearing notice for October 24 2016 regarding a proposed infrastructure project impacting your property. A map illustrating the proposed project and proposed type of street work is also enclosed. The reasonable estimate of the impact of the assessment on your property is $21,038.33. I hope you will attend the public hearing to learn more about the proposed project. Sincerely, Valerie Leone, CMC City Clerk Enc. CITY OF NEW HOPE 4401 Xylon Avenue North • New Hope, Minnesota 55428-4898 • www. ci.new-hope.mn.us City Hall: 763-531-5100 • Police (non -emergency): 763-531-5170 • Public Works: 763-592-6777 City Hall Fax: 763-531-5136 • Police Fax: 763-531-5174 • Public Works Fax: 763-592-6776 NOTICE OF PUBLIC HEARING ON PROPOSED 2017 INFRASTRUCTURE IMPROVEMENT NO.985 (Northwood North Area Infrastructure Improvement Project) City of New Hope, Minnesota I. Notice is hereby given that the City Council of the City of New Hope, Minnesota, will meet on October 24, 2016, at 7:00 p.m. at the City Hall, 4401 Xylon Avenue North, in said City for the purpose of holding a public hearing on a proposed street and infrastructure improvement as described hereinafter. 2. The general nature of the improvement, as described in the September 2016 feasibility report entitled 2017 Northwood North Area Infi-astructure Improvement Project, City Project No. 985, prepared by Stantec Consulting Services, Inc., Engineers for the City, is the full reconstruction, full depth reclamation or mill and overlay rehabilitation of approximately 2.4 miles of city streets as hereafter described including replacement of cast iron pipe (CIP) water mains with new polyvinyl chloride pipe (PVC) water main and leads within streets being fully reconstructed and bolt replacement at all water valve locations within streets receiving mill and overlay rehabilitation. Spot repairs including rings and castings replacement will be made to designated sanitary sewer mains and non-confonning manhole covers with open pick holes will be replaced with covers with concealed pick holes to prevent storm water inflow and infiltration into the sanitary sewer system. Spot repairs will be made to designated storm sewers within streets being fully reconstructed as well. However, only the costs for the street improvements are proposed to be specially assessed. The street improvements to be assessed involve three construction strategies including 1) Full Reconstruction involving the complete removal of the existing pavement, base and subgrade materials, curb and gutter and driveway aprons. A new street is constructed with drain tile and sump pump stubs to improve subsurface drainage. The street will be fully reconstructed to a 10 ton standard with a 30 foot width face to face, 2) Full Depth Reclamation consisting of consisting of grinding up the entire pavement section and mixing it with the underlying aggregate base, creating a homogenous roadway base. This material is then shaped and compacted, and excess material is hauled away. A new 3 inch lift of bituminous wear pavement is then placed over the entire roadway. Curb replacement will be completed on areas with severe damage or poor drainage prior to paving, and spot patching will be completed on any areas with soft subgrade soils and 3) Mill and Overlay consisting of milling the upper 2 inches of the existing bituminous surface across the entire width of the street, followed by a 2 inch overlay over the entire bituminous surface. Curb replacement will be completed on areas of severely damaged or poorly draining curb prior to paving. Spot patching will be completed on any severely cracked or failing pavement prior to the new bituminous overlay As set out in Tables 2, 4 and 5 of Stantec Consulting Services' September 2016 feasibility report, the streets included in the project are as follows: a.) for Full Reconstruction — Gettysburg Avenue N from 40 1/2 Avenue to 42"d Avenue N; Flag Avenue N from 40 1/2 Avenue to 421'd Avenue North; Ensign Avenue N from 40 1/2 Avenue to 42nd Avenue N; Decatur Avenue N from 40 1/ Avenue to 41 S1 Avenue N; Cavell Avenue N from 40 1/2 Avenue to 41" Avenue N; 41 s1 Avenue N from Decatur Avenue to Boone Avenue N; 401h Avenue N from Ensign Avenue to Boone Avenue N; Hopewood Lane from Ensign Avenue to Boone Avenue N; Jordan Avenue N from south of 401/ Avenue to 40 1/2 Avenue N; b.) for Full Depth Reclamation — 415r Avenue/Jordan Avenue N from Gettysburg Avenue to Gettysburg Avenue N; c.) for Mill and Overlay — Jordan Avenue/40 1/z Avenue N from the cul-de-sac to Boone Avenue N; Ensign Avenue N from 40 1/2Avenue to Boone Avenue N. The street reconstruction project also includes all other appurtenant works and services reasonably required to complete the project. The City allocates annually a portion of real estate taxes to its Street Fund for street projects. Therefore, only properties exempt from real estate taxes are specially assessed for the cost of street improvements according to the City's special assessment policy. The tax exempt properties to be assessed for the 2017 Infrastructure Project 985 are as follows (Table 12/Figure 12 of Stantec Consulting Services' September 2016 feasibility report): Address PID number City of New Hope 18-118-21-23-0043 Northwood Park City of New Hope 18-118-21-34-0082 Northwood Park Hammer Residence, Inc. Unit 1 18-118-21-23-0045 4009 Jordan Avenue North Hammer Residence, Inc. Unit 2 18-118-21-23-0045 4009 Jordan Avenue North Task Unlimited Lodges, Unit 1 18-118-21-23-0116 4125 Jordan Avenue North Task Unlimited Lodges, Unit 2 18-118-21-23-0116 4125 Jordan Avenue North Hennepin County Forfeited Land 18-118-21-23-0117 9116 40 %2 Avenue North Fraser 18-118-21-24-0066 4069 Flag Avenue North 3. The estimated cost of said improvement is $5,774,121.47, 4. The area proposed to be assessed for the making of said improvement shall include the premises described in paragraph 2. above. At the hearing a reasonable estimate of the impact of the assessment will be available for the proposed assessable properties. 5. All persons interested are invited to appear at said hearing for the purpose of being heard with respect to the making of said improvement. Dated the 26t' day of September, 2016. s\ Valerie Leone Valerie Leone City Clerk (Published in the New Hope -Golden Valley Sun -Post on the 13t' and 20th days of October, 2016.) I h Z 2 Q Z d Z ' I a 4 Q r° o 42nd AVE N AVE N yosdaft 161182 17 [_ i L OT 1811821230116 _ - — A Z- - - Z -� st Ave N' j I st 4T Ave N armor a I z 1 z I am aP -- — ` W CD is W z Avg N l 1 7817821230045 1811821230043 N — U, —1A I 4a11821340082 b__ Z a NDftnwo°d Pt[wY - - s?q Hopewood Ave N i I t•� I ti iI 1 Proposed Improvements o Tax Exempt Property r Reclaim Full Reconstruct Mill and Overlay �vsaun Figure 12 5tantec Crys Tax Exempt Properties M1:Mw K«M•• Plymouth H a Improvements .�:..:n."`x�� � Feel �r.rW.n-w.Ma.�c .i✓lw [] WI a "Tax Exempt Properties asofAug. 2016 ww'. nwr..�w.rMr".w .ew• cr.eoopi�gewiaacenwmn.des.n wr, New Hope, Minnesota 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- per(s) known as: SP Robb/Crystal/NewHope/GoldV with the known office of issue being located in the county of: HENNEPIN with additional circulation in the counties of: HENNEPIN and has full knowledge of the facts stated below: (A) The newspaper has complied with all of the requirements constituting qualifica- tion as a qualified newspaper as provided by Minn. Stat. §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 10/04/2018 and the last insertion being on 10/04/2018. 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: _l,! t�L Designated Agent Subscribed and sworn to or affirmed before me on 10/04/2018 by Darlene MacPherson. 3111,14111f Notary Public "'+ Jessica L Crabb _�= Notary Public ='` Minnesota :'��... r �► MY Commission Expires Imary 31, 2023 Rate Information: (1) Lowest classified rate paid by commercial users for comparable space: $46.90 per column inch Ad ID 863452 CITY OF NEW HOPE NOTICE OF HEARING ON ASSESSMENTS FOR 2017 INFRASTRUCTURE IMPROVEMENT NO. 985 (NORTHWOOD NORTH AREA INFRASTRUCTURE IMPROVEMENT PROJECT) Notice is hereby given that the City Council of the City of New Hope, Minnesota, will meet in the City Hall at 4401 Xylon Avenue North in the City of New Hope, Minnesota, on the 22nd day of October, 2018 at 7:00 p.m. to consider objections to the proposed assessments for the 2017 Northwood North Area Infrastructure Improvement Project No. 985 here- tofore ordered by the City Council. 1. The general nature of the improvement, as described in the Septem- ber 2016 feasibility report entitled 2017 Northwood North Area - ture Impmyem nests, City Project No. 985, prepared by Stantec Consulting Services, Inc., Engineers for the City, is the full reconstruction, full depth reclamation or mill and overlay rehabilitation of approximately 2.4 miles of city streets as hereafter described including replacement of cast iron pipe (CIP) water mains with new polyvinyl chloride pipe (PVC) water main and leads within streets being fully reconstructed and bolt replacement at all water valve locations within streets receiving mill and overlay reha- bilitalion. Spot repairs including rings and castings replacement will be made to designated sanitary sewer mains and non -conforming manhole covers with open pick holes will be replaced with covers with concealed pick holes to prevent storm water inflow and infiltration into the sanitary sewer system. Spot repairs will be made to designated storm sewers within streets being fully reconstructed as well. However, only the costs for the street improvements are proposed to be specially assessed. The street improvements to be assessed involve three construction strategies including 1) Full Reconstruction involving the complete removal of the ex- isting pavement, base and subgrade materials, curb and gutter and drive- way aprons. A new street is constructed with drain tile and sump pump stubs to improve subsurface drainage. The street will be fully reconstruct- ed to a 10 ton standard with a 30 foot width face to face, 2) Full Depth Reclamation consisting of consisting of grinding up the entire pavement section and mixing it with the underlying aggregate base, creating a ho- mogenous roadway base. This material is then shaped and compacted, and excess material is hauled away. A new 3 inch lift of bituminous wear pavement is then placed over the entire roadway. Curb replacement will be completed on areas with severe damage or poor drainage prior to paving, and spot patching will be completed on any areas with soft sub - grade soils and 3) Mill and Overlay consisting of milling the upper 2 inches of the existing bituminous surface across the entire width of the street, followed by a 2 inch overlay over the entire bituminous surface. Curb replacement will be completed on areas of severely damaged or poorly draining curb prior to paving. Spot patching will be completed on any severely cracked or failing pavement prior to the new bituminous overlay As set out in Tables 2, 4 and 5 of Stantec Consulting Services' September 2016 feasibility report, the streets included in the project are as follows: a.) for Full Reconstruction - Gettysburg Avenue N from 40 1/2 Avenue to 42nd Avenue N; Flag Avenue N from 40 1/2 Avenue to 42nd Avenue North; Ensign Avenue N from 40 1/2 Avenue to 42nd Avenue N; Decatur Avenue N from 40 1/2 Avenue to 41 st Avenue N; Cavell Avenue N from 40 1/2 Avenue to 41 st Avenue N; 41 st Avenue N from Decatur Avenue to Boone Avenue N; 40th Avenue N from Ensign Avenue to Boone Avenue N; Hopewood Lane from Ensign Avenue to Boone Avenue N; Jordan Avenue N from south of 40 1/2 Avenue to 40 1/2 Avenue N; b.) for Full Depth Reclamation - 41 st Avenue/Jordan Avenue N from Gettysburg Avenue to Gettysburg Avenue N; c.) for Mill and Overlay - Jordan Avenue/40 1/2 Avenue N from the cul-de-sac to Boone Avenue N; Ensign Avenue N from 40 1/2 Avenue to Boone Avenue N. The street reconstruction project also includes all other appurtenant works and services reasonably required to complete the project. The City allocates annually a portion of real estate taxes to its Street Fund for street projects. Therefore only properties exempt from real estate taxes are specially assessed for the cost of street improvements according to the City's special assessment policy. The tax exempt prop- erties to be assessed for the 2017 Northwood North Area Infrastructure Project 985 are as follows (Table 12/Figure 12 of Stantec Consulting Ser- vices' September 2016 feasibility report): Addreu PID number City of New Hope 18-118-21-23-0043 Northwood Park City of New Hope Northwood Park 18-118-21-34-0082 Hammer Residence, Inc. Unit 118-118-21-23-0045 4009 Jordan Avenue North Hammer Residence, Inc. Unit 218-118-21-23-0045 4009 Jordan Avenue North Task Unlimited Lodges, Unit 1 18-118-21-23-0116 4125 Jordan Avenue North Task Unlimited Lodges, Unit 2 18-118-21-23-0116 4125 Jordan Avenue North Hennepin County Forfeited Land 18-118-21-23-0117 9116 40 1/z Avenue North Fraser 18-118-21-24-0066 4069 Flag Avenue North The total amount proposed to be assessed is $108,131.58. Written or oral objections will be considered at the hearing. An owner of property to be assessed may appeal the assessment to the District Court of Hennepin County pursuant to Minnesota Statutes, Section 429.081 by serving notice of the appeal upon the Mayor or Clerk of the City within 30 days after the adoption of the assessment and filing such notice with the District Court within ten days after service upon the Mayor or Clerk. No appeal may be taken as to the amount of any assessment adopt- ed by the City Council unless a written objection signed by the affected property owner is filed with the Clerk prior to the assessment hearing or presented to the presiding officer at the hearing. All objections to the assessments not received at the assessment hearing in the manner pre- scribed by Minnesota Statutes, Section 429.061 are waived, unless the failure to object to the assessment hearing is due to a reasonable cause. Under the provisions of Minnesota Statutes, Sections 435.193 to 435.195, the City may, at its discretion, defer the payment of assess- ments for any homestead property owned by a person 65 years of age or older, retired disabled homeowners or members of the Minnesota Nation- al Guard or other military reserves ordered into active service for whom it would be a hardship to make the payments. The procedure for applying for such a deferment is set forth in New Hope Code section 1.60 et. al., a copy of which is available upon request at the office of the City Clerk. The notice of this hearing mailed to property owners contains addi- tional information. Dated: September 27, 2018 BY ORDER OF THE CITY COUNCIL /s/ Valerie Leone City Clerk Published in the New Hope -Golden Valley Sun Post October 4, 2018 863452 AFFIDAVIT OF MAILING HEARING NOTICE IMPROVEMENT PROJECT NO. 985 STATE OF MINNESOTA) COUNTY OF HENNEPIN) ss CITY OF NEW HOPE) I, the undersigned being the duly qualified City Clerk of the City of New Hope, Minnesota, hereby attest and certify that: On October 5, 2018, acting on behalf of the said City, I deposited in the United States mail at New Hope, Minnesota, a copy of the attached notice of a hearing on Improvement Project No. 985, mailed first class, with postage thereon fully prepaid, addressed to the persons at the addresses appearing opposite their respective names, list attached. There is a delivery service by United States mail between the place of mailing and the places so addressed. City Clerk � Subscribed and sworn to before me this S day of 6 'l , 2018. My commission expires January 31, 2021. Notary Public Hennepin County �'='ay DAVID E WALKER-CRAWFORD Notary Public State of Minnesota r� My Commission Expires • January 31. 2021 NOTICE OF HEARING ON ASSESSMENTS FOR 2017 INFRASTRUCTURE IMPROVEMENT NO. 985 (Northwood North Area Infrastructure Improvement Project) TO: PROPERTY TO BE ASSESSED: ASSESSMENT: INTEREST RATE/TERM: Hammer Residence Inc. — Unit 1 4009 Jordan Avenue North $1,385.13 6% over 10 years TIME AND PLACE AND Notice is hereby given that the City Council of the City of New Hope, GENERAL NATURE OF Minnesota, will meet in the City Hall at 4401 Xylon Avenue North in the IMPROVEMENTS: City of New Hope, Minnesota, on the 22nd day of October, 2018 at 7.00 p.m. to consider objections to the proposed assessments for the 2017 Northwood North Area Infrastructure Improvement Project No. 985. The general nature of the improvement, as described in the September 2016 feasibility report entitled 2017 Northwood North Area Infrastructure Improvements,City Project No. 985, prepared by Stantec Consulting Services, Inc., Engineers for the City, is the full reconstruction, full depth reclamation or mill and overlay rehabilitation of approximately 2.4 miles of city streets as hereafter described including replacement of cast iron pipe (CIP) water mains with new polyvinyl chloride pipe (PVC) water main and leads within streets being fully reconstructed and bolt replacement at all water valve locations within streets receiving mill and overlay rehabilitation. Spot repairs including rings and castings replacement will be made to designated sanitary sewer mains and non -conforming manhole covers with open pick holes will be replaced with covers with concealed pick holes to prevent storm water inflow and infiltration into the sanitary sewer system. Spot repairs will be made to designated storm sewers within streets being fully reconstructed as well. However, only the costs for the street improvements are proposed to be specially assessed. The street improvements to be assessed involve three construction strategies including CITY OF NEW HOPE 4401 Xylon Avenue North • New Hope, Minnesota 55428-4898 4 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 —1— NOTICE OF HEARING ON ASSESSMENTS FOR 2017 INFRASTRUCTURE IMPROVEMENT NO. 985 (Northwood North Area Infrastructure Improvement Project) TO: Hammer Residence Inc. — Unit 2 PROPERTY TO BE ASSESSED: 4009 Jordan Avenue North ASSESSMENT: $1,385.13 INTEREST RATE/TERM: 6% over 10 years TIME AND PLACE AND Notice is hereby given that the City Council of the City of New Hope, GENERAL NATURE OF Minnesota, will meet in the City Hall at 4401 Xylon Avenue North in the IMPROVEMENTS: City of New Hope, Minnesota, on the22nd day of Oct ber.2019,at7-0012.m. to consider objections to the proposed assessments for the 2017 Northwood North Area Infrastructure Improvement Project No. 985. The general nature of the improvement, as described in the September 2016 feasibility report entitled 2017 Northwood North Area Infrastructure Imlzxavements, City Project No. 985, prepared by Stantec Consulting Services, Inc., Engineers for the City, is the full reconstruction, full depth reclamation or mill and overlay rehabilitation of approximately 2.4 miles of city streets as hereafter described including replacement of cast iron pipe (CIP) water mains with new polyvinyl chloride pipe (PVC) water main and leads within streets being fully reconstructed and bolt replacement at all water valve locations within streets receiving mill and overlay rehabilitation. Spot repairs including rings and castings replacement will be made to designated sanitary sewer mains and non -conforming manhole covers with open pick holes will be replaced with covers with concealed pick holes to prevent storm water inflow and infiltration into the sanitary sewer system. Spot repairs will be made to designated storm sewers within streets being fully reconstructed as well. However, only the costs for the street improvements are proposed to be specially assessed. The street improvements to be assessed involve three construction strategies including 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 —1— NOTICE OF HEARING ON ASSESSMENTS FOR 2017 INFRASTRUCTURE IMPROVEMENT NO. 985 (Northwood North Area Infrastructure Improvement Project) TO: Tasks Unlimited Lodges, Unit 1 PROPERTY TO BE ASSESSED: 4125 Jordan Avenue North ASSESSMENT: $1,548.15 INTEREST RATE/TERM: 6% over 10 years TIME AND PLACE AND Notice is hereby given that the City Council of the City of New Hope, GENERAL NATURE OF Minnesota, will meet in the City Hall at 4401 Xylon Avenue North in the IMPROVEMENTS: City of New Hope, Minnesota, on the 22nd day of October, 2018, at 7.00 p.m. to consider objections to the proposed assessments for the 2017 Northwood North Area Infrastructure Improvement Project No. 985. The general nature of the improvement, as described in the September 2016 feasibility report entitled 2017 Northwood North Area Infrastructure Improvements, City Project No. 985, prepared by Stantec Consulting Services, Inc., Engineers for the City, is the full reconstruction, full depth reclamation or mill and overlay rehabilitation of approximately 2.4 miles of city streets as hereafter described including replacement of cast iron pipe (CIP) water mains with new polyvinyl chloride pipe (PVC) water main and leads within streets being Fully reconstructed and bolt replacement at all water valve locations within streets receiving mill and overlay rehabilitation. Spot repairs including rings and castings replacement will be made to designated sanitary sewer mains and non -conforming manhole covers with open pick holes will be replaced with covers with concealed pick holes to prevent storm water inflow and infiltration into the sanitary sewer system. Spot repairs will be made to designated storm sewers within streets being fully reconstructed as well. However, only the costs for the street improvements are proposed to be specially assessed. The street improvements to be assessed involve three construction strategies including 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 4 Police Fax: 763-531-5174 • Public Works Fax: 763-592-6776 —1— NOTICE OF HEARING ON ASSESSMENTS FOR 2017 INFRASTRUCTURE IMPROVEMENT NO. 985 (Northwood North Area Infrastructure Improvement Project) TO: Tasks Unlimited Lodges, Unit 2 PROPERTY TO BE ASSESSED: 4125 Jordan Avenue North ASSESSMENT: $1,548.15 INTEREST RATE/TERM: 6% over 10 years TIME AND PLACE AND Notice is hereby given that the City Council of the City of New Hope, GENERAL NATURE OF Minnesota, will meet in the City Hall at 4401 Xylon Avenue North in the IMPROVEMENTS: City of New Hope, Minnesota, on the 22nd day of October. 2018, at 7:00 p m. to consider objections to the proposed assessments for the 2017 Northwood North Area Infrastructure Improvement Project No. 985. The general nature of the improvement, as described in the September 2016 feasibility report entitled 2017 Northwood North Area Infrastructure Improvements City Project No. 985, prepared by Stantec Consulting Services, Inc., Engineers for the City, is the full reconstruction, full depth reclamation or mill and overlay rehabilitation of approximately 2.4 miles of city streets as hereafter described including replacement of cast iron pipe (CIP) water mains with new polyvinyl chloride pipe (PVC) water main and leads within streets being fully reconstructed and bolt replacement at all water valve locations within streets receiving mill and overlay rehabilitation. Spot repairs including rings and castings replacement will be made to designated sanitary sewer mains and non -conforming manhole covers with open pick holes will be replaced -with covers with concealed pick holes to prevent storm water inflow and infiltration into the sanitary sewer system. Spot repairs will be made to designated storm sewers within streets being fully reconstructed as well. However, only the costs for the street improvements are proposed to be specially assessed. The street improvements to be assessed involve three construction strategies including 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 —1— NOTICE OF HEARING ON ASSESSMENTS FOR 2017 INFRASTRUCTURE IMPROVEMENT NO. 985 (Northwood North Area Infrastructure Improvement Project) TO: Hennepin County PROPERTY TO BE ASSESSED: 9116 4q�1./2r veA nue North 7 ASSESSMENT: $17,236.73 INTEREST RATE/TERM: 6% over 10 years TIME AND PLACE AND Notice is hereby given that the City Council of the City of New Hope, GENERAL NATURE OF Minnesota, will meet in the City Hall at 4401 Xylon Avenue North in the IMPROVEMENTS: City of New Hope, Minnesota, on the 22nd day of October, 2018..,at 7.00 p.m. to consider objections to the proposed assessments for the 2017 Northwood North Area Infrastructure Improvement Project No. 985. The general nature of the improvement, as described in the September 2016 feasibility report entitled 2017 Northwood North Area Infrastructure m ements City Project No. 985, prepared by Stantec Consulting Services, Inc., Engineers for the City, is the full reconstruction, full depth reclamation or mill and overlay rehabilitation of approximately 2.4 miles of city streets as hereafter described including replacement of cast iron pipe (CIP) water mains with new polyvinyl chloride pipe (PVC) water main and leads within streets being fully reconstructed and bolt replacement at all water valve locations within streets receiving mill and overlay rehabilitation. Spot repairs including rings and castings replacement will be made to designated sanitary sewer mains and non -conforming manhole covers with open pick holes will be replaced with covers with concealed pick holes to prevent storm water inflow and infiltration into the sanitary sewer system. Spot repairs will be made to designated storm sewers within streets being fully reconstructed as well. However, only the costs for the street improvements are proposed to be specially assessed. The street improvements to be assessed involve three construction strategies including 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 —1— NOTICE OF HEARING ON ASSESSMENTS FOR 2017 INFRASTRUCTURE IMPROVEMENT NO. 985 (Northwood North Area Infrastructure Improvement Project) 1193 PROPERTY TO BE ASSESSED: ASSESSMENT: INTEREST RATE/TERM: Fraser 4069 Flag Avenue North $17,236.73 6% over 10 years TIME AND PLACE AND Notice is hereby given that the City Council of the City of New Hope, GENERAL NATURE OF Minnesota, will meet in the City Hall at 4401 Xylon Avenue North in the IMPROVEMENTS: City of New Hope, Minnesota, on the 22nd day, of October, 2018, at 7.00 n.m. to consider objections to the proposed assessments for the 2017 Northwood North Area Infrastructure Improvement Project No. 985. The general nature of the improvement, as described in the September 2016 feasibility report entitled 2017 Northwood North Area Infrastructure Improumen City Project No. 985, prepared by Stantec Consulting Services, Inc., Engineers for the City, is the full reconstruction, full depth reclamation or mill and overlay rehabilitation of approximately 2.4 miles of city streets as hereafter described including replacement of cast iron pipe (CIP) water mains with new polyvinyl chloride pipe (PVC) water main and leads within streets being fully reconstructed and bolt replacement at all water valve locations within streets receiving mill and overlay rehabilitation. Spot repairs including rings and castings replacement will be made to designated sanitary sewer mains and non -conforming manhole covers with open pick holes will be replaced with covers with concealed pick holes to prevent storm water inflow and infiltration into the sanitary sewer system. Spot repairs will be made to designated storm sewers within streets being fully reconstructed as well. However, only the costs for the street improvements are proposed to be specially assessed. The street improvements to be assessed involve three construction strategies including 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 4 Public Works Fax: 763-592-6776 —1— 1) Full Reconstruction involving the complete removal of the existing pavement, base and subgrade materials, curb and gutter and driveway aprons. A new street is constructed with drain tile and sump pump stubs to improve subsurface drainage. The street will be fully reconstructed to a 10 ton standard with a 30 foot width face to face, 2) Full Depth Reclamation consisting of consisting of grinding up the entire pavement section and mixing it with the underlying aggregate base, creating a homogenous roadway base. This material is then shaped and compacted, and excess material is hauled away. A new 3 inch lift of bituminous wear pavement is then placed over the entire roadway. Curb replacement will be completed on areas with severe damage or poor drainage prior to paving, and spot patching will be completed on any areas with soft subgrade soils and 3) Mill and Overlay consisting of milling the upper 2 inches of the existing bituminous surface across the entire width of the street, followed by a 2 inch overlay over the entire bituminous surface. Curb replacement will be completed on areas of severely damaged or poorly draining curb prior to paving. Spot patching will be completed on any severely cracked or failing pavement prior to the new bituminous overlay As set out in Tables 2.4 and 5 of Stantec Consulting Services' September 2016 feasibility report, the streets included in the project are as follows: a) for Full Reconstruction — Gettysburg Avenue N from 401/2 Avenue to 42nd Avenue N; Flag Avenue N from 40 1/2 Avenue to 42nd Avenue North; Ensign Avenue N from 40 1/2 Avenue to 42nd Avenue N; Decatur Avenue N from 40 1/2 Avenue to 41s' Avenue N; Cavell Avenue N from 40 1/2 Avenue to 4151 Avenue N; 41s' Avenue N from Decatur Avenue to Boone Avenue N; 40th Avenue N from Ensign Avenue to Boone Avenue N; Hopewood Lane from Ensign Avenue to Boone Avenue N; Jordan Avenue N from south of 40 1/2 Avenue to 40 1/2 Avenue N; b) for Full Depth Reclamation — 41st Avenue/Jordan Avenue N from Gettysburg Avenue to Gettysburg Avenue N; c) for Mill and Overlay — Jordan Avenue/40 1/2 Avenue N from the cul-de-sac to Boone Avenue N; Ensign Avenue N from 40 1/2 Avenue to Boone Avenue N. The street reconstruction project also includes all other appurtenant works and services reasonably required to complete the project. The City allocates annually a portion of real estate taxes to its Street Fund for street projects. Therefore only properties exempt from real estate taxes are specially assessed for the cost of street improvements according to the City's special assessment policy. AREA PROPOSED TO BE The area proposed to be assessed consists of every lot, piece or parcel of land ASSESSED: benefited by said improvement, which has been ordered made and is as follows, in the City of New Hope, Minnesota: —2— OWNER, ADDRESS, AND Address PID number PID NUMBER: City of New Hope 18-118-21-23-0043 Northwood Park City of New Hope 18-118-21-34-0082 Northwood Park Hammer Residence, Inc., Unit 1 18-118-21-23-0045 4009 Jordan Avenue North Hammer Residence, Inc., Unit 2 18-118-21-23-0045 4009 Jordan Avenue North Tasks Unlimited Lodges, Unit 1 18-118-21-23-0116 4125 Jordan Avenue North Tasks Unlimited Lodges, Unit 2 18-118-21-23-0116 4125 Jordan Avenue North Hennepin County Forfeited Land 18-118-21-23-0117 9116 401/z Avenue North Fraser 18-118-21-24-0066 4069 Flag Avenue North TOTAL AMOUNT OF The total amount proposed to be assessed is $108,131.58. PROPOSED ASSESSMENT: WRITTEN OR ORAL Written or oral objections will be considered at the hearing. OBJECTIONS: RIGHT OF APPEAL: An owner of property to be assessed may appeal the assessment to the district court of Hennepin County pursuant to Minnesota Statutes, Section 429.081 by serving notice of the appeal upon the Mayor or Clerk of the City within 30 days after the adoption of the assessment and filing such notice with the district court within ten days after service upon the Mayor or Clerk. LIMITATION ON APPEAL: No appeal may be taken as to the amount of any assessment adopted by the City Council unless a written objection signed by the affected property owner is filed with the Clerk prior to the assessment hearing or presented to the presiding officer at the hearing. All objections to the assessments not received at the assessment hearing in the manner prescribed by Minnesota Statutes, Section 429.061 are waived, unless the failure to object to the assessment hearing is due to a reasonable cause. —3— ASSESSMENT Under the provisions of Minnesota Statutes, Sections 435.193 to 435.195, the DEFERMENT: City may, at its discretion, defer the payment of assessments for any homestead property owned by a person 65 years of age or older, retired disabled homeowners or members of the Minnesota National Guard or other military reserves ordered into active service for whom it would be a hardship to make the payments. The procedure for applying for such a deferment is set forth in New Hope Code §1-6 et. al., a copy of which is available upon request at the office of the City Clerk. SPECIFIC AMOUNT TO The amount to be specifically assessed against your particular lot, piece, or BE ASSESSED: parcel of land is stated on the first page of this notice. Adoption of the proposed assessment may be taken at the hearing by the Council. INTEREST RATE: If the assessment is not paid within 30 days from the adoption of the assessment roll, interest will accrue on the assessment at the rate of 6%. ASSESSMENT Unless you choose to prepay your assessment, the assessment will be certified INSTALLMENTS: to your real estate taxes commencing with taxes payable in 2019. The assessment will be spread in equal annual installments over 10 years bearing interest at 6%. The first installment will include interest on the total assessment from November 1, 2018, through December 31, 2019, or 14 months' interest. PAYMENT OPTIONS 1. FULL PAYMENT - You may prepay the entire assessment to the Finance THIS YEAR: Director or Assessment Clerk of the City prior to December 1, 2018, when the assessment roll is certified to the County Auditor. To avoid paying interest, you need to prepay the assessment in full within 30 days of the adoption of the assessment. 2. PARTIAL PAYMENT - One parti a I payment per property will be accepted and credited to any special assessment levied against real property in the City within 30 days from the date the City Council adopts a resolution approving said special assessments. Payments must be made to the City Clerk or Assessment Clerk. The remaining unpaid balance will be certified to the County Auditor and apportioned to the property's real estate taxes for payment per the collection procedure established in Minnesota Statute Chapter 429. PAYMENT IN In subsequent years, the principal balance remaining may be paid to the Finance SUCCEEDING YEARS: Director or Assessment Clerk at any time prior to November 14 of any year. October 4, 2018 BY ORDER OF THE CITY COUNCIL sl Valerie Leone, City Clerk Appendix B-2 r Final Project Assessments 2017 Northwood North Area Infrastructure Improvements September 2018 Property Street Front Assessment Assessment Entity Type Improvement Footage Rate Amount 1. City of New Hope (Northwood Park) Non- Reconstruction 142 $313.40 $44,502.80 86 Address Unassigned Residential Reclaim 0 $43.30 $0.00 PID 18-118-21-23-0043 Mill & Overlay 0 $38.75 $0.00 Total Assessment $44,502.80 2. City of New Hope (Northwood Park) Non- Reconstruction 0 $313.40 $0.00 8816 Northwood Parkway Residential Reclaim 0 $43.30 $0.00 PID 18-1 18-21-34-0082 Mill & Overlay 601 $38.75 $23,288.75 Total Assessment $23,288.75 3. Hammer Residence Inc. - Unit 1 Residential - Reconstruction 0 $135.80 $0.00 4009 Jordan Avenue North 2 Units Reclaim 0 $18.77 $0.00 PID 18-118-21-23-0045 Mill & Overlay 82.5 $16.79 $1,385.13 Total Assessment $1,385.13 4. Hammer Residence Inc. - Unit 2 Residential - Reconstruction 0 $135.80 $0.00 4009 Jordan Avenue North 2 Units Reclaim 0 $18.77 $0.00 PID 18-118-21-23-0045 Mill & Overlay 82.5 $16.79 $1,385.13 Total Assessment $1,385.13 5. Tasks Unlimited Lodges - Unit 1 Residential - Reconstruction 0 $135.80 $0.00 4125 Jordan Avenue North 2 Units Reclaim 82.5 $18.77 $1,548.15 PID 18-118-21-23-01 16 Mill & Overlay 0 $16.79 $0.00 Total Assessment $1,548.15 6. Tasks Unlimited Lodges - Unit 2 Residential - Reconstruction 0 $135.80 $0.00 4125 Jordan Avenue North 2 Units Reclaim 82.5 $18.77 $1,548.15 PID 18-1 18-21-23-0116 Mill & Overlay 0 $16.79 $0.00 Total Assessment $1,548.15 7. Hennepin Co Forfeited Land Residential - Reconstruction 82.5 $208.93 $17,236.73 9116 40 1 /2 Avenue North Vacant Reclaim 0 $28.87 $0.00 PID 18-1 18-21-23-0117 Land Mill & Overlay 0 $25.83 $0.00 Total Assessment $17,236.73 8. Fraser Reconstruction 82.5 $208.93 $17,236.73 4069 Flag Avenue North Residential Reclaim 0 $28.87 $0.00 PID 18-118-21-24-0066 Mill & Overlay 0 $25.83 $0.00 Total Assessment $17,236.73 Total Assessment Value $108,131.58 gev j Appendix B-2 Final Project Assessments 2017 Northwood North Area Infrastructure Improvements September 2018 Property Street Front Assessment Assessment Entity Type Improvement Footage Rate Amount 1. City of New Hope (Northwood Park) Non- Reconstruction 142 $313.40 $44,502.80 86 Address Unassigned Residential Reclaim 0 $43.30 $0.00 PID 18-1 18-21-23-0043 Mill & Overlay 0 $38.75 $0.00 Total Assessment $44,502.80 2. City of New Hope (Northwood Park) Non- Reconstruction 0 $313.40 $0.00 8816 Northwood Parkway Residential Reclaim 0 $43.30 $0.00 PID 18-118-21-34-0082 Mill & Overlay 601 $38.75 $23,288.75 Total Assessment $23,288.75 3. Hammer Residence Inc. - Unit 1 Residential - Reconstruction 0 $135.80 $0.00 4009 Jordan Avenue North 2 Units Reclaim 0 $18.77 $0.00 PID 18-118-21-23-0045 Mill & Overlay 82.5 $16.79 $1,385.13 Total Assessment $1,385.13 4. Hammer Residence Inc. - Unit 2 Residential - Reconstruction 0 $135.80 $0.00 4009 Jordan Avenue North 2 Units Reclaim 0 $18.77 $0.00 PID 18-118-21-23-0045 Mill & Overlay 82.5 $16.79 $1,385.13 Total Assessment $1,385.13 5. Tasks Unlimited Lodges - Unit 1 Residential - Reconstruction 0 $135.80 $0.00 4125 Jordan Avenue North 2 Units Reclaim 82.5 $18.77 $1,548.15 PID 18-118-21-23-0116 Mill & Overlay 0 $16.79 $0.00 Total Assessment $1,548.15 6. Tasks Unlimited Lodges - Unit 2 Residential - Reconstruction 0 $135.80 $0.00 4125 Jordan Avenue North 2 Units Reclaim 82.5 $18.77 $1,548.15 PID 18-118-21-23-0116 Mill & Overlay 0 $16.79 $0.00 Total Assessment $1,548.15 7. Fraser Reconstruction 82.5 $208.93 $17,236.73 4069 Flag Avenue North Residential Reclaim 0 $28.87 $0.00 PID 18-118-21-24-0066 Mill & Overlay 0 $25.83 $0.00 Total Assessment $17,236.73 Total Assessment Value $90,894.85 r Leone Valerie From: Leone Valerie Sent: Friday, October 12, 2018 3:24 PM To: Long, Chris Subject: FW: special assessment question re project 985 Will you prepare a revised Appendix B-2" for project 985 that does not include item #7 (PID 18-118-21-23-0117) so I can include it with the Oct 22 agenda packet? Valerie From: Steven Sondrall <SAS@jspwlaw.com> Sent: Friday, October 12, 2018 3:21 PM To: Leone Valerie <vleone@newhopemn.gov> Subject: RE: special assessment question re project 985 If the County only got $2,1001 agree. Steven A. Sondrall 8525 Edinbrook Crossing, Suite 201 Brooklyn Park, MN 55443 Voice (763) 424-8811 Direct (763) 201-0211 Fax (763) 493-5193 585 45 wlaw.com ■ ■ JENSENSONDRALL ■ ■ PIERSELLIN&WOODS P.A., ATTORNEYS AT LAW APlease consider the environment before printing this e-mail. WARNING: Actual receipt of E-Mail communications should not be assumed. E-Mail communications may be intercepted or inadvertently misdirected. The American Bar Association deems E-Mail a valid authorized form of communication between lawyer and client, however security of this E-Mail message and attachments (if any) cannot be assured. Unless the text indicates otherwise, this E-Mail message and attachments (if any) shall not be deemed legal advice, nor does it create the relationship of Attorney/Client. If the reader of this message is not the intended recipient or authorized to deliver it to the intended recipient, dissemination, distribution or copy of this communication is prohibited. If you received this communication in error, please notify sender via e-mail reply. From: Leone Valerie <vleone newho emn. ov> Sent: Friday, October 12, 2018 3:19 PM To: Steven Sondrall <SAS@ispwlaw.com> Cc: McDonald Kirk <kmcdonald _ newhopemn.gov>; Long, Chris <Chris.Long stantec.com> Subject: RE: special assessment question re project 985 Steve, I spoke with the county. The sale date of the property was 11/7/17 for $2,100. They do not "flag" tax forfeited properties of assessments unless they are "levied" assessments. So appears we will have to remove this from the list of tax-exempt properties and not pursue the $17,236 assessment. Do you agree? Val From: Leone Valerie Sent: Wednesday, October 10, 2018 2:16 PM To: Steven Sondrall <SA5 is wlaw.corn> Cc: McDonald Kirk <kmcdonald@newhopemn.gov>; Hoyt Carissa Long, Chris <Chris.Long_@stantec.com> -- Subject: special assessment question re project 985 Importance: High Regarding project 985 — 2017 Northwood North project... 18-118-21-23-0117 was a tax forfeited parcel that abuts 4148 Gettysburg Ave N. to the north. In Oct of 2016 1 sent the notice (of pending assessment) to Hennepin County. This week I sent the notice of the special assessment hearing to the county (the special assessment is $17,236.73). Tami Garcia of Hennepin County (612-543-2427) called me today stating they sold the property about a year ago to Matthew Engebretson, 4148 Gettysburg (he had it combined with his lot), therefore it is no longer tax-exempt. I doubt that Mr. Engebretson was made aware by Hennepin County of the pending assessment. Do we let this go since the tax exempt property is now taxable, or should I be seeking payment from Mr. Engebretson? Valerie Leone New Hope City Clerk 763-531-5117 Carissa Hoyt City of New Hope I Utility Billing 6: Special Assessments 5500 International Pkwy I New .Hope, MN 55428 Office: 763-592-6760 1 Fax: 763-592-6776 utilitybilling@newhopemii.gov s From: Leone Valerie Sent: Wednesday, October 10, 2018 2:16 PM To: Steven Sondrall <SAS@jspwlaw.com> Cc: McDonald Kirk <kmcdonald@newhopemn.gov>; Hoyt Carissa <choyt@newhopemn.gov>; Long, Chris <Chris.Long@stantec.com> Subject: special assessment question re project 985 Importance: High Regarding project 985 — 2017 Northwood North project... 18-118-21-23-0117 was a tax forfeited parcel that abuts 4148 Gettysburg Ave N. to the north. In Oct of 2016 1 sent the notice (of pending assessment) to Hennepin County. This week I sent the notice of the special assessment hearing to the county (the special assessment is $17,236.73). Tami Garcia of Hennepin County (612-543-2427) called me today stating they sold the property about a year ago to Matthew Engebretson, 4148 Gettysburg (he had it combined with his lot), therefore it is no longer tax-exempt. I doubt that Mr. Engebretson was made aware by Hennepin County of the pending assessment. Do we let this go since the tax exempt property is now taxable, or should I be seeking payment from Mr. Engebretson? Valerie Leone New Hope City Clerk 763-531-5117 Appendix B-2 Final Project Assessments 2017 Northwood North Area Infrastructure Improvements September 2018 Property Street Front Assessment Assessment Entity Type Improvement Footage 1. City of New Hope (Northwood Park) Non- Reconstruction 142 86 Address Unassigned Residential Reclaim 0 PID 18-118-21-23-0043 Mill & Overlay 0 2. City of New Hope (Northwood Park) 8816 Northwood Parkway PID 18-1 18-21-34-0082 3. Hammer Residence Inc. - Unit 1 4009 Jordan Avenue North PID 18-1 18-21-23-0045 4. Hammer Residence Inc. - Unit 2 4009 Jordan Avenue North PID 18-118-21-23-0045 5. Tasks Unlimited Lodges - Unit 1 4125 Jordan Avenue North PID 18-118-21-23-0116 6. Tasks Unlimited Lodges - Unit 2 4125 Jordan Avenue North PID 18-1 18-21-23-0116 X.q 7. Henne Co Forfeited Land 9116 142-Avenwe_NoEth �- PID 18-118-21-23-0117 N,AAP` V-L 8. Fraser 4069 Flag Avenue North PID 18-1 18-21-24-0066 Non- Reconstruction Residential Reclaim Mill & Overlay Residential - Reconstruction 2 Units Reclaim Mill & Overlay Residential - Reconstruction 2 Units Reclaim Mill & Overlay Residential - Reconstruction 2 Units Reclaim Mill & Overlay Residential - Reconstruction 2 Units Reclaim Mill & Overlay Residential - Reconstruction Vacant Reclaim Land Mill & Overlay Reconstruction Residential Reclaim Mill & Overlay Rate Amount $313.40 $43.30 $38.75 Total Assessment 0 $313.40 0 $43.30 601 $38.75 Total Assessment 0 $135.80 0 $18.77 82.5 $16.79 Total Assessment 0 $135.80 0 $18.77 82.5 $16.79 Total Assessment $44,502.80 $0.00 $0.00 $44,502.80 $0.00 $0.00 $23,288.75 $23,288.75 $0.00 $0.00 $1,385.13 $1,385.13 $0.00 $0.00 $1,385.13 $1,385.13 0 $135.80 $0.00 82.5 $18.77 $1,548.15 0 $16.79 $0.00 Total Assessment $1,548.15 0 $135.80 $0.00 82.5 $18.77 $1,548.15 0 $16.79 $0.00 Total Assessment $1,548.15 82.5 $208.93 $17,236.73 0 $28.87 $0.00 0 $25.83 $0.00 Total Assessment $17,236.73 82.5 $208.93 $17,236.73 0 $28.87 $0.00 0 $25.83 $0.00 Total Assessment $17,236.73 Total Assessment Value $108,131.58 Leone Valerie From: Hoyt Carissa Sent: Wednesday, October 10, 2018 2:46 PM To: Leone Valerie Subject: RE: special assessment question re project 985 LD siS - Properb; Data ay stern, - City, of Net iv Hope f Property ID � - _ H "s:y# Street Blame }nit Address �T 1 Parcel Search 2 Clear I Pri nt 4 Miev" Photos + I Parcel • dni ntstratron 4 Special.Assessments Search lvl,sster Information Comments Flags Flags lvlass Update I:lass -mod l0ass = dmm Fee klass Comments Update IYlass Payoff Iwlass Payoff n.'Da+ty intere Iviass Payoff for Iwhlltiple P ' Number Conversion ` Transfer~ r� Diviswmg Rollover Caunty Transfers <FTPi J Reports and Inquiries +; I Database LUMes +. I Secumy .Administration ® Save ❑ Clear x Delete Eb Master Copy A Master Search 0 New Detail a Master ReF ` -'A Number: 2vz5El Description: 12G17 NORTHWOOD hi, lP1FRA5T IIi..1l 166Ot117D ►..IIgl ,zsessrr,ent Tctal-- 5108,131.58 Opered-. 17 lrterest Rate: F 6.Q:m.. 1st Hearr•Y:'0 22 2.�15 Pa men t Nt,n bcr; Df:10 2nd Hearir;,: jetYr. Int. Months: 12 1stYr. Payable: 2-015 Lvviod: w Resolution Number: Project Number: H4 Fee: 985 F- ST Property, ID A 18-11S-21-234'045 A 18-119-21-23-0116 IS- 11 & 21-34-DO82 I 18-118-Z1 •t3-;r��3 `-18-11&21-23.0117 _ Mfiscellaneaus Information Fund: Contract Number: Fin:ccou House Street Name 4'D09 -:rsr n:'£ 1-4 £125 or; ar r; a Pl ��69 FI.;, ;:e IJ 881f; Nort vx—c-c Pk:,, 9116 40112 Ave N Interest A( Unit OrigAssessn-.ert Tot 52.77US 53.1.096.31 S17.236.73 523,288.75 S4d.S 2.80 517.236.73 1 u CE E r ` zEE9 i S[sP beet ouae i LOIB KK Bov9 I soli aZaB 009a 9099 Y. 91,59 am vz96 9L9P 0098 yaeP 'Age 9090 seal P44P 098 I aE6E pLBC r I H I � k yty,Tr_ - •Y1[YB ILLS I g � LnP II•�hr•HF m - ' LOS9 a - n SI 7a 7 Im7 ]wi•�r O�H6' 31 P+�arraos• - �... l 1 , , — i x 8 loss gg 9 elr Dole L4 s0LO ersE stee oast x � + Loza + �� � S � eels PPLP �. s[e sole a(ILP saes I sole � � eo[e rn r LLyy �L ' � 1 „ hH^T79RYO" ' 0a99IF SiP yi : i LIIA PIS 1i 14 9L1P [li IBG I 9 ! MIR • hanr��enra i LePL Dose `dr rd3i J g f tape f L m u ..MiH0•CHi[e rue .._..Karlwiz�nr7=-_�, p !i �� cc E Y 7 sazr oLae a P° S 3 S S eon eOPP 4 .t e a '" I.,p r� o y e a. / catP l �zoe ePe ows [e�, •`yJ' dk® E NX --ra•aAr- Sr 4-r- - 7 aces �� 1 r � 9 & � tBe �' 'e' � •e 8 �q4 _r _ i '8� g � $ � 'v_ � a � � � � Dose Lry Loee we �'Et�E � 1 a r�F o epLY � � -N" A►'JiRI►W$A•. � � � �7' � 8�� � �AF � +i � � ti ?1 RLW L�)� W .'gfn\aoon %690e aFDE. �LrZOE i� � � _ LLEP � ���[Z 8L' �_ mg � _ + ti � lose ePa1 .F r�A. � � r•.� ,�} �� _._. � ,,. ease { _-. � � EEas Lee asiP 1 � �' ' eau $ _ "�' $ 3 BOBS i'-', '• o ® n n n t �' .••` r f t 8 SRC + � � M1 � o pg ypL .- � 9Lae &Lea [� pge pp y' s Boer Laei 8eP RP iyy '.� 0 r : � _,�l R L � � $''l'�yy ^, � � y1 $ e � 'S! in X i � df T• A. .3 7L � Yi $ # � � � � ��`P �. 3 Y` �� �y� y �� 0096 i � ar49 � [Oa6 nfEY �'' rY. N. � � ..• �- n �rnr HarsFr� - -� -- • ^ R� � �j. � 6_ • m' � 9 } q yM1 � A� +b }y W � � - X a•Netsrra !• - � -- .. sr • � � 3 5i �, *r ��°.`� bs"" .4 �' •�r•�� • � s _ °°°e w aaos a.0 [eu �.� + � � La: � s a �3 � : � S � � �y & 1 BoaB `� b� � ~ .�. � $ n �wti � ,,� � $�`. +� „• y� � _ �� � �.. iR �R iR ' '•s" � * N x � X °°°e '� � � +y i `�' ,B,a - - �, � q, � §, $F . - iS06 9lOB SIIOe 19itt q r[' 1 'r 8 � Ir 8 8 `a " : Y � 3 S 9 [Los .. 8 S• _ e r !i � � " 8 n r � � sna, � p r f ' � � � seta brcB I + r -eb / �,� '9' IR ^� fStS X X .X i4 8 ,ryP Lob � See .CV X �. -.-._.--'-`!7'81111'vYTl•......--. _.s. ... _.. .,. 4 ,� •9r � $' g9.- IR � � � m � � S ���� f �f,4� .� ..._-- "'Ih9AY•9ii'y [P 4P � �1 .� �` ^ "' - --.. .. -_ .. _ _ ir.lp3f•3�• • - '-- 91 '•-- - - rdP g - �.. _ .. Lam. , � z :'4L.` _ I � n � �N- �71 �..•� � � .� .. �_ i r '�_ + I � � I `� � ♦ `{�'(��� y v S � •r H i � � •� � � ..sole � � � � 8 � Eel[ LOBE } eu �I 4r[e you tCe ass ( r� � .-PL' B••AYE' •• �Q � „� � � I x � f� � ..� _-',�-- _ 2.4 _ _ g _ y � _ � g g P NS p� [�••` 9F� ? y�' � " m 'y" �y gay I »., "�r�-�'� a +__ y y � � s� .y � � fi. G �. � Fi � � ii •. LL66 M �� o � sate Aele i Ole � LL' e. 6K8 � e R � LOae 90aO � � •i _. � "' � m � F• ! 3 }~H+ r7V'4nr•9tlF9�I I'!iP•.. ! :�.. �� 5,1� i y '__ F _... ..� M1 A j KLB el! I [Lie Pile I1L1P5 1 02ti Ed' 6a08 96P! 4-1 '_... Y. ty,y E1La $ r' [y I LPy }' g yy 84E m �' q PL1e 1 lLt6 PM1 Ib �Le Yi ib 1 . � � .ly. Rp aC 40 I [Lae �� , y� sg � 'A�. '• � M ..I i rin * �r eoes f Pso, ap" py x P srla zs;e v X G m rile �, a eLca ._- � BIVb p,S yyyrrr � R f ,S p[ g P7LE � � � � �P •+y �&........ .. .� Lri0 LSSe _ W G � 4 W N i � 'R • 1 � � N� ' �! � i 98M S 7: at Q� j C f27A [f2e J szse '+ 49 �ipl "�% 1 ' r. - -• . •u g t 966 o j BLS£ alB i IbLB • q� •ly $ �� I a S ,k' �Le �4" BLEB CIeL 'Lrs S �` � z v y �L �` �- � b& m � I � p �3 � 4H7 ��� � ��`aYFtii � .� .„ �..g •` �L� � � � !j � e9E � aose Late � LE 7S 7� � � � ! � � � � � 3•�i.,! 3P� 8 � Ln8 � OacB S• ..... - ' S � - •• I'i ►� � � �y6 .�� 7 91Pa � ?4 � 'R n C. n �• %. ��O 9� 1 (� o m u• I'iY'9.hbs 8tlO8Si71N".` • _ .n e. �,$hV-OI148 F7rN•. .•..j fS� .�i �STiI - � � I � 9lES ' N . � � a •- , +LF'FL< � j llsB 'L PLta @�{, i�,� � sPe Ar � p � � � R •G �� � ��. i � � � # :x a � X � � � � R � � e `� e l y �. �n •n $ .'el._ CB �. .4 } i5 r+i 7 ' •y y R $ 2 aEoe II ssn Ili GS Cam a e E u� _ ; ... _ _ .. M M f 4M3d$vllf r+aer �� s H'BAtR Lrroreor _ _ a a R ro $ a _ r' 1j 1 w.y�wwpLw Ww Wwrtl�tn�mwut�[urrpwgrrpL�ttlwpy�Prlwutrpl�lillrrl♦igIw111�InwiH�IIrr111wru�fuwurwurwrtL�ntwlgwpt�ua�Vrr Vl^nIr1111wr1rw11rrurrulwprwurwrrrrr$YF 6rAFFl91N �wrOw 4lrrlr�ulw lu�mrulrmMulwwrlgwlH�llrwlrl^L��wLlf^LIIwiRwrlr�LtM AFFIDAVIT OF PUBLICATION STATE OF MINNESOTA ) ss COUNTY OF HENNEPIN Charlene Vold being duly sworn on an oath, states or affirms that he/she is the Publisher's Designated Agent of the newspaper(s) known as: SP Robb/Crystal/NewHope/GoldV with the known office of issue being located in the county of: HENNEPIN with additional circulation in the counties of: HENNEPIN and has full knowledge of the facts stated below: (A) The newspaper has complied with all of the requirements constituting qualifica- tion as a 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 2 successive week(s); the first insertion being on 10/13/2016 and the last insertion being on 10/20/2016. 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 (he 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 Designated Agent Subscribed and sworn to or affirmed before me on 10/20/2016 by Charlene Vold. Notary Public wvrrmnnr� i)ARLENE MARIE MACPHERSON Notary Public -Minnesota w My Commission Expires Jan 31, 2019 Rate Information: (1) Lowest classified rate paid by commercial users for comparable space: $46.90 per column inch Ad ID 603972 CITY OF NEW HOPE, MINNESOTA NOTICE OF PUBLIC HEARING ON PROPOSE© 2017INFRASTRUCTURE IMPROVEMENT NO, 985 (NORTHWOOD NORTH AREA INFRASTRUCTURE IMPROVEMENT PROJECT) 1. Notice is hereby given that the City Council of the City of New Hope, Minnesota, will meet on October 24, 2016, at 7:00 p.m. at the City Hall, 4401 X&n Avenue North, in said City for the purpose of holding a public hearing on a proposed street and infrastructure improvement as described hereinafter. 2. The general nature of the improvement, as described in the Sep- tember 2016 feasibility report entitled 2017 Northwood North Area In- frastructure Improvement Project, City Project No. 985, prepared by Stantee Consulting Services, Inc., Engineers for the City, is the full re- construction, full depth reclamation or mill and overlay rehabilitation of approximately 2.4 miles of city streets as hereafter described Including replacement of cast iron pipe (CIP) water mains with new polyvinyl chlo- ride pipe (PVC) water main and leads within streets being '{illy recon- structed and bolt replacement at all water valve locations within streets recelving mill and overlay rehabilitation, Spot repairs including rings and castings replacement will be made to designated sanitary sewer mains and non -conforming manhole covers with open pick holes will be re- placed with covers with concealed pick holes to prevent storm water inflow and infiltration into the sanitary sewer system. Spot repairs will be made to designated storm sewers within streets being hilly recon- structed as well. However, only the costs for the street improvements are proposed to be specially assessed. The street improvements to be assessed involve three construction strategies Including 1) Full Recon- struction involving the complete removal of the existing pavement, base and subgrade materials, curb and gutter and driveway aprons. A new street is constructed with drain the and sump pump stubs to improve subsurface drainage. The street will be fully reconstructed to a 10 ton standard with a 30 foot width face to face, 2) Full depth Reclamation consisting of consisting of grinding up the entire pavement section and mixing It with the underlying aggregate base, creating a homog- enous roadway base. This material is then shaped and compacted, and excess material is hauled away, A new 3 inch lift of bituminous wear pavement is then placed over the entire roadway. Curb replacement will be completed on areas with severe damage or poor drainage prior to paving, and spot patching will be completed on any areas with soft suIngrade soils and 3] Mill and Overlay consisting of milling the upper 2 inches of the existing bituminous surface across the entire width of the street, followed by a 2 inch overlay over the entire bituminous surface. Curb replacement will be completed on areas of severely damaged or poorly draining curb prior to paving. Spot patching will be completed on any severely cracked or failing pavement prior to the new bituminous overlay As set out in Tables 2, 4 and 5 of Stantee Consulting Services' September 2016 feasibility report, the streets included in the project are as follows: a.] for Full Reconstruction -- Gettysburg Avenue N from 40 'hAvenue to 42nd Avenue N; Flag Avenue N fmm 40 % Avenue to 42nd Avenue North; Ensign Avenue N from 40 %Avenue to 42nd Avenue N; Decatur Aven we N from 40'h Avenue to 41 st Avenue N; Cavell Avenue N from 40 Y2 Avenue to 41 st Avenue N; 41 st Avenue N from Decatur Av- enue to Boone Avenue N; 40th Avenue N from Ensign Avenue to Boone Avenue N; Hopewood Lane from Ensign Avenue to Boone Avenue N; Jordan Avenue N from south of 401/2 Avenue to 401h Avenue N; b.j for Full depth Reclamation — 41st Avenue/Jordan Avenue N from Gettys- burg Avenue to Gettysburg Avenue N; a.) for Mill and Overlay — Jordan Avenue/40 1� Avenue N from the cuI-de-sac to Boone Avenue N; Ensign Avenue N from 40 '/a Avenue to Boone Avenue N. The street recon- struction project also includes all other appurtenant works and services reasonably required to complete the project. The City allocates annu- ally a portion of real estate taxes to its Street Fund for street projects. Therefore, only properties exempt from real estate taxes are specially assessed for the cost of street improvements according to the City's special assessment policy. The tax exempt properties to be assessed for the 2017 Infrastructure Project 985 are as follows {Fable 12/Figure 12 of Stantec Consulting Services' September 2016 feasibility report}; Addiess City of New Hope 18-118-21-23-0043 Northwood Park City of New Hope 18-118-21-34-0082 Northwood Park Hammer Residence, Inc. Unit 1 18-118-21-23-0045 4009 Jordan Avenue North Hammer Residence, Inc. Unit 2 18-118-21-23-0045 4009 Jordan Avenue North Task Unlimited Lodges, Unit 1 18-118-21-23-0116 4125 Jordan Avenue North Task Unlimited Lodges, Unit 2 18-118-21-23-0116 4125 Jordan Avenue North Hennepin County Forfeited Land 18-118-21-23-0117 9116 401/2 Avenue North Fraser 18-118-21-24-0066 4069 Flag Avenue North 3. The estimated cost of said improvement is S5,774,121.47. 4. The area proposed to be assessed for the making of said improve- mem shall include the premises described in paragraph 2. above. At the hearing a reasonable estimate of the impact of the assessment will be available for the proposed assessable properties. 5. All persons interested are invited to appear at said hearing for the purpose of being heard with respect to the making of said improvement, Dated the 26th day of September, 2016. /s/ Valerie Leone Valerie Leone City Clerk Published in the New Hope -Golden Valley Sun Post October 13, 20, 2016 603972 Request for Action October 22, 2018 Approved by: Kirk McDonald, City Manager Originating Department: Public Works By: Bernie Weber, Director Agenda Section Consent Item Number 6.6 Agenda Title Resolution approving final payment to Valley Paving, Inc. in the amount of $355,494.51 for completion of public improvement project no. 985 (2017 Northwood North Infrastructure Improvements Project) Requested Action Staff recommends that Council pass a resolution and authorize final payment for public improvement project no. 985 (2017 Northwood North Infrastructure Improvement Project) to Valley Paving, Inc. in the amount of $355,494.51. 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 2017 infrastructure project involved street and utility improvements. Based upon the analysis of utility and street conditions, the project includes the full reconstruction of streets Gettysburg, Flag, Ensign, Decatur, Cavell, 41st, 40th, Hopewood and a short section of Jordan. These streets all had the water main and street fully reconstructed, and also had specific sanitary and storm water areas reconstructed. Streets that were milled and overlaid were 401/2, a portion of Jordan and a portion of Ensign. Streets where the pavement was in complete failure, such as the northern loop street of 41st and Jordan, required reclamation. The contractor began work on this project in the spring of 2017. An incentive was added to this project to potentially facilitate an early completion of the project, and prevent utility and roadwork from extending on into the winter and spring of 2018. The contractor met all of the required milestones for the Substantial Completion Incentive and received the $40,000 change order incentive payment in October of 2017. All project work was completed in early summer of 2018, including restoration touch ups and the final wear course paving. Funding The original contract amount for this project was $4,258,213.71. The contract was amended to including one change order, for meeting the required substantial completion milestones, resulting in a revised contract amount of $4,298,213.71. The final construction amount is $3,909,816.52, which is $388,397.19 under the revised contract amount. This underrun was generally due to less material quantities required to construct the improvements for the utilities and street. I:\RFA\PUBWORKS\2018\Council\985 Northwood North\10-22 final payment Attachments • Resolution City Engineer Memorandum Pay Request City of New Hope Resolution No. 18-117 Resolution approving final payment to Valley Paving, Inc. in the amount $355,494.51 for completion of public improvement project no. 985 (2017 Northwood North Infrastructure Improvements Project) WHEREAS, the infrastructure improvement identified follow the pavement management strategy adopted by the Council; and WHEREAS, the city has entered into a contract with Valley Paving, Inc. for construction of the 2017 Northwood North Infrastructure Improvements; and WHEREAS, staff is recommending that the Council adopt a resolution to accept improvement project no. 985 and approve final payment to Valley Paving, Inc. in the amount of $355,494.51; 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 Valley Paving, Inc. NOW, THEREFORE, BE IT RESOLVED, That the City Council accepts the 2017 Northwood North Infrastructure Project from Valley Paving, Inc. 2. That the city manager is hereby directed to authorize the final payment in the amount of $355,494.51. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 22nd day of October, 2018. Mayor Attest: r City Clerk Stantec Consulting Services Inc. 2335 Highway 36 West St. Paul MN 55113 Tel: (651) 636-4600 F, ^'[„ Fax: (651) 636-1311 October 17, 2018 File: 193803542 Attention: Bernie Weber Director of Public Works City of New Hope 5500 International Parkway New Hope, MN 55428 Reference: 2017 Northwood North Area Infrastructure Improvements - Final Payment City Project #985 Dear Bernie, Enclosed find the final pay request and the IC-134 forms for the 2017 Northwood North Area Infrastructure Improvements project. The contractor, Valley Paving Inc., has completed the work in accordance with the contract plans and specifications; therefore, it is recommended that final payment of $355,494.51 is made and the City of New Hope accepts the project. The Original Contract Amount as indicated on the Contractor's Request for Payment is $4,258,213.71. The contract was amended to including one change order, resulting in a Revised Contract Amount of $4,298,213.71. Change Order No. 1, in the amount of $40,000.00, provided additional payment for incentive payment. The Final Construction Amount is $3,909,816.52, which is $388,397.19 under the Revised Contract Amount. This underrun was generally due to less material quantities required to construct the improvements for the streets and utilities. If you have any questions or require further information, please call me at (651)604-4808. Regards, STANTEC CONSULTING SERVICES INC. r Christopher W. Long, P.E. Attachments: Final Pay Request & IC-134's c. Kirk McDonald, Valerie Leone, Megan Albert, Andrew Kramer, Dave Lemke, Shawn Markham, Jim Muellner - New Hope; Ann Dienhart, Kellie Schlegel - Stantec. Design with community in mind Page 1 of 15 NEW HOPE, CITY OF Sta ntec 4401 Xylon Avenue N New Hope, MN 55428 _ Project 985 - 2017 Northwood North Area Infrastructure Improvements Request for Payment No. 7/FINAL Contractor: Valley Paving, Inc. City Project No.: 985 8800 13th Avenue E Stantec Project No.: 193803542 Shakopee, MN 55379 For Period: 3/2/2018 - 9/13/2018 Contract Amounts Original Contract f $4,258,213.71 Contract Changes $40,000.00 Revised Contract y $4,298,213.71 Work Certified To Date Base Bid Items $3.869,816.52 Backsheet $0.00 Change Order $40,000.00 Supplemental Agreement $0.00 Work Order $0.00 Material On Hand $0.00 Total $3,909,816,52 Work Certified This Request for Payment Work Certified To Date Less Amount Retained Less Previous Payments Amount Paid I This Request for Payment Total Amount Paid To Date 985 $207.397.76 1 $3.909.816.52 $0.00 $3,554,322.01 $355,494.51 $3,909,816.52 Percent Retained: 0.00% Amount Paid This Final Request for Payment $355,494.51 I hereby certify that all items and amounts shown are correct for the work completed to date. Contractor: VALLEY PAVING. 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 By: Date: Page 2 of 15 NEW HOPE, CITY OF 4401 Xylon Avenue N New Hope, MN 55428 Project No. 985 Request for Payment No. 7/FINAL 985 Payment Summary No. From Date To Date Work Certified _ Amount Retalned Amount Paid Per Request for Payment Per Request for Payment Per Request for Payment 1 04/01/2017 04/30/2017 $742,830.67 $37,141.53 $705,689.14 2 05/01/2017 05/26/2017 $1,135,369.94 $56,768.50 $1,078,601.44 3 05/27/2017 06/30/2017 $1,004,467.22 $50,223.36 $954,243.86 4 07/01/2017 07/31/2017 $431,801.33 $21,590.07 $410,211.26 5 08/01/2017 08/31/2017 $320,553.97 $16,027.70 $304,526.27 6 09/01/2017 03/01/2018 $67,395.63 ($33,654.41) $101,050.04 7 03/02/2018 09/13/2018 $207,397.76 ($148,096.75) $355,494.51 Totals: $3,909,816.52 $0.00 $3,909,816.52 985 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 Street 2,448,524.54 0.00 2,159,536.52 288,988.02 2,448,524.54 Sanitary 102,698.61 0.00 96,628.68 6,069.93 102,698.61 Water 722,894.27 0.00 690,665.92 32,228.35 722,894.27 Storm 635,699.10 0.00 607,490.88 28,208.22 635,699.10 Totals: $3,909,816.52 $0.00 $3,554,322.00 $355,494.52 $3,909,816.52 Page 3 of 15 NEW HOPE, CITY OF 4401 Xylon Avenue N New Hope, MN 55428 Project No. 985 Request for Payment No. 7/FINAL 985 Project Item Status Quantity Amount This Line Item Description Units Unit Price Contract This Request for Quantity Amount Quantity Request for Payment To Date To Date Payment Part 1: General 1 12021.501 MOBILIZATION LS 1 $163,500.001 11 0.1 $16,350.00 1 $163,500.00 2 12563.601 1 TRAFFIC CONTROL I LS 1 $8,200.001 11 0.1 $820.00 1 $8,200.00 Totals For Section Part 1: General: $17,170.00 $171.700.00 Part 2: Recon - 2A Sanitary Sewer REMOVE AND 3 2104.509 REPLACE SANITARY EA $900.00 27 0 $0.00 22 $19,800.00 SEWER FRAME AND CASTING 4 2104.501 REMOVE SANITARY SEWER PIPE LF $2.86 560 0 $0.00 541 $1,547.26 5 2104.602 REMOVE SANITARY EA $10.40 9 0 $0.00 9 $93.60 SEWER SERVICE 6 2225.0014 REMOVE SANITARY EA $494.20 2 0 $0.00 2 $988.40 SEWER MANHOLE 7 2530.0022 10'. PVC SANITARY LF $37.01 560 0 $0.00 604 $22,354.04 SEWER, SDR 35 6" PVC SCHEDULE 8 2535.00044 40 SANITARY SEWER SERVICE LF $39.08 275 0 $0.00 239 $9,340.12 PIPE 9 2503.602 10" X 6" PVC WYE EA $243.28 9 0 $0.00 9 $2,189.52 10 2503.602 REPAIR SEWER SERVICE PIPE Epp $138.37 30 0 $0.00 30 $4,151.10 CONNECT TO 11 2530.067 EXISTING SANITARY EA $729.49 1 0 $0.00 1 $729.49 SEWER PIPE CONNECT TO 12 2530.0066 EXISTING SANITARY EA $1,300.51 1 0 $0.00 1 $1,300.51 SEWER STRUCTURE CONNECT TO 13 2503.602.00047 EXISTING SANITARY EACH $83.31 9 0 $0.00 9 $749.79 SEWER SERVICE 14 2503.609 REPAIR DOGHOUSE/INVERT EA $254.90 4 0 $0.00 0 $0.00 42" DIAMETER 15 2506.501 SANITARY SEWER LF $851.03 10 0 $0.00 5 $4,255.15 MH BARREL SECTION 4' DIAMETER 16 2506.502 SANITARY SEWER EA $2,562.31 2 0 $0.00 2 $5,124.62 MH 17 2320.00044 IMPROVED PIPE FOUNDATION LF $0.01 150 0 $0.00 60 $0.60 18 2503.603 TELEVISE SANITARY SEWER LF $2.74 560 536 $1,468.64 536 $1,468.64 Totals For Section Part 2: Recon - 2A Sanitary Sewer: 1 $1,468.641 $74,092.84 Part 2: Recon - 2B Water Main 19 2504.601 TEMPORARY WATER SERVICE LS $27,830.81 1 0 $0.00 1 $27,830.81 20 2225.00063 REM EE MOVE WATER LF $4.53 7300 0 $0.00 7081.5 $32,079.20 21 2225.00195 REMOVE WATER EA $46.82 128 0 $0.00 129 $6,039.78 SERVICE 22 2104.503 REMOVE HYDRANT, EA $296.51 13 0 $0.00 15 $4,447.65 VALVE AND BOX 23 2225.00185 REMOVE VALVE AND BOX EA $182.07 21 0 $0.00 15 $2,731.05 24 2225.00740 SALVAGE AND EA $822.30 1 0 $0.00 1 $822.30 REINSTALL GATE Page 4 of 15 NEW HOPE, CITY OF 4401 Xylon Avenue N New Hope, MN 55428 Project No 985 Request for Payment No. 7/1`INAL 985 Project Item Status Quantity Amount This Line Item Description Units Unit Price Contract This Request for Quantity Amount Quantity Request for payment To Date To Date Payment VALVE AND BOX CONNECT TO 25 2610.029 EXISTING WATER EA $962.38 23 0 $0.00 23 $22,134.74 MAIN 6" PVC WATER 26 2504.603 MAIN, C900-DR18, LF $24.69 5600 0 $0.00 5347 $132,017.43 WITH TRACER WIRE 8" PVC WATER 27 2504.601 MAIN, C900-DR18, LF $27.27 1900 0 $0.00 1733.5 $47,272.55 WITH TRACER WIRE 28 2510.0424 BOGATE VALVE AND EA $1,228.29 16 0 $0.00 16 $19,652.64 29 2510.04246 BGATE VALVE AND EA $1,673.63 17 0 $0.00 9 $15,062.67 HYDRANT, 30 2510.0289 INCLUDING 6" GATE EA $5,266.19 16 0 $0.00 15 $78,992.85 VALVE AND BOX 31 2280.0008 EXTEND HYDRANT LF $837.91 4 0 $0.00 0 $0.00 BARREL 32 2510.01 DUCTILE IRON LB $6.60 2700 0 $0.00 2645 $17,457.00 FITTINGS 33 2510.0324 WATERMAIN EA $1,963.27 3 0 $0.00 0 $0.00 OFFSET 34 2502.604 INSULATION - 4" THICK SY $35.23 150 0 $0.00 25.8 $908.93 35 2451.607 IMPROVED PIPE LF $0,01 2000 0 $0.00 29 $0.29 FOUNDATION CONNECT TO 36 2515.0026 EXISTING WATER EA $77.99 128 0 $0.00 129 $10,060.71 SERVICE 37 2515.0016 1" CORPORATION EA $165.91 128 0 $0.00 129 $21,402.39 STOP 38 2515,0021 BOX RB STOP AND EA $218.71 128 0 $0.00 129 $28,213.59 39 2515.00010 1" TYPE "K" COPPER LF $35.32 3800 0 $0.00 3870 $136,688.40 PIPE Totals For Section Part 2: Recon - 213 Water Main: $0.00 $603,814.98 Part 2: Recon - 2C Storm Sewer ADJUST STORM 40 2280.00015 SEWER EA $700.00 2 0 $0.00 2 $1,400.00 STRUCTURE REMOVESTORM 41 2225.00161 SEWER MH OR EA $452.58 30 0 $0.00 16 $7,241.28 CATCH BASIN 42 2225.00062 REMOVE STORM LF $9.31 1200 0 $0,00 873 $8,127.63 SEWER PIPE 43 2630.0458 8" PVC STORM LF $36.75 150 0 $0.00 0 $0.00 SEWER 44 2630.00075 12" RCP STORM LF $40.92 925 0 $0.00 1028 $42,065.76 SEWER, CL 5 45 2630.04605 12'. PVC STORM LF $39.98 135 0 $0.00 20 $799.60 SEWER 46 2630.04606 14'. PVC STORM LF $49.04 200 0 $0.00 198 $9,709.92 SEWER 47 2630.00081 15" RCP STORM LF $39.04 1685 0 $0.00 1588 $61,995.52 SEWER, CL 5 48 2630.02332 18" RCP STORM LF, $40.83 540 0 $0.00 533 $21,762.39 SEWER, CL 5 49 2630.02329 21" RCP STORM LF $47.57 20 0 $0.00 22 $1,046.54 SEWER, CL4 50 2630.02103 27" RCP STORM LF $67.09 85 0 $0.00 89 $5,971.01 Page 5 of 15 NEW HOPE, CITY OF 4401 Xylon Avenue N New Hope, MN 55428 Project No. 985 Request for Payment No. 7/FINAL 985 Project Item Status Quantity Amount This Line Item Description Units Unit Price Contract This Request for Quantity Amount Quantity Request for payment To Date To Date Payment SEWER, CL 3 51 2630.02314 36" RCP STORM LF $116.48 55 0 $0.00 44 $5,125.12 SEWER, CL 3 52 2630.04856 27" STORM SEWER EA $1,178.77 1 0 $0.00 1 $1,178.77 CATCH BASIN 53 2320.00044 IMPROVED PIPE LF $0.01 250 0 $0.00 72 $0.72 FOUNDATION 54 2630.01995 2'x3' STORM SEWER EA $1,341.08 21 0 $0.00 20 $26,821.60 CATCH BASIN 4' DIAMETER 55 2630.00022 STORM SEWER MH EA $1,803.02 32 0 $0.00 29 $52,287.58 OR CBMH 4' DIAMETER FILTRATION 56 2630.00065 STRUCTURE WITH EA $2,575.00 6 0 $0.00 6 $15,450.00 3' SUMP AND SKIMMER 5' DIAMETER 57 2630.00023 STORM SEWER MH EA $3,675.75 1 0 $0.00 3 $11,027.25 OR CBMH 5' DIAMETER STORM SEWER MH 58 2630.0198 OR CBMH WITH 5' EA $11,166,66 2 0 $0.00 1 $11,166.66 SUMP, ENERGY DISSIPATOR, AND SKIMMER 6' DIAMETER 59 2630.00024 STORM SEWER MH EA $5,177.05 1 0 $0.00 1 $5,177.05 OR CBMH INSTALL SNOUT IN 60 2630.01999 EXISTING EA $2,121.69 1 0 $0.00 1 $2,121.69 STRUCTURE CONNECT TO 36" 61 2446.005 STORM SEWER EA $1,508.59 1 0 $0.00 1 $1,508.59 (COREDRILL) CONNECTTO 62 2630.00056 EXISTING STORM EA $702.27 17 0 $0.00 16 $11,236.32 SEWER PIPE CONNECT TO 63 2635.00012 EXISTING STORM EA $1,196.47 1 0 $0.00 1 $1,196.47 SEWER STRUCTURE CONNECT TO 64 2630.00054 EXISTING DRAINTILE (STREET EA $210.00 6 0 $0.00 3 $630.00 OR YARD) CONNECT 65 2635.00045 DRAINTILE TO EA $150.00 79 0 $0.00 54 $8,100.00 STRUCTURE (COREDRILL) FILTRATION 66 2320.00010 TRENCH/RAIN CY $21.50 905 0 $0.00 788.46 $16,951.89 GARDEN EXCAVATION (CV) FILTRATION 67 2315.00114 TRENCH GEOTEXTILE SY $3.45 325 0 $0.00 438 $1,511.10 FABRIC - WOVEN FILTRATION TRENCH 68 2315.00112 GEOTEXTILE SY $2.40 1600 0 $0.00 1155 $2,772.00 FABRIC - NON WOVEN 69 2630.013 SAND FILTER CY $45.30 50 0 $0.00 50.74 $2,298.52 Page 6 of 15 NEW HOPE, CITY OF 4401 Xylon Avenue N New Hope, MN 55428 Project No. 985 Request for Payment No. 7/FINAL 985 Project Item Status !� Quantity Amount This Line Item Description Units Unit Price Contract This Request for Quantity Amount Quantity Request for payment To Date To Date Payment MATERIAL 70 2451.513 IRON -ENHANCED CY $255.00 12 0 $0.00 8.5 $2,167.50 FILTER MEDIA (LV) 71 2630.00133 ANGULAR STONE CY $70.50 500 0 $0.00 175.65 $12,383.33 6" PVC 72 2635.00041 PERFORATED LF $9.15 375 0 $0.00 417 $3,815.55 COLLECTION PIPE, WITH SOCK 6" NOW 73 2635.00021 PERFORATED LF $15.35 187 0 $0.00 0 $0.00 COLLECTION PIPE 74 2635.00022 8 PVC DISTRIBUTION PIPE LF $14.15 185 0 $0.00 84 $1,188.60 51" X 30" 75 2502.603 STORMWATER LF $48.30 380 0 $0.00 350 $16,905.00 CHAMBER 76 2502.602 6" FILTRATION EA $255.00 7 0 $0.00 6 $1,530.00 BASIN CLEANOUT 77 2503.602 10" INSPECTION EA $700.00 7 0 $0.00 6 $4,200.00 PORT FILTRATION BASIN 78 2503.602 ACCESS EA $1,350.00 7 0 $0,00 6 $8,100.00 STRUCTURE 79 2105.607 AUGMENTED SOILS CY $75.00 18 0 $0.00 0 $0.00 80 2571.601 RAIN GARDEN LS $2,800.00 1 0 $0.00 0 $0.00 PLANTINGS 81 12540.603 LAWN EDGING LF $4.10 75 0 $0.00 0 $0.00 82 2575.607 DOUBLE SHREDDED CY $88.00 5 0 $0.00 0 $0.00 HARDWOOD MULCH 6" PERFORATED PVC DRAINTILE, 83 2502.603 INCLUDING LF $25.00 40 0 $0.00 0 $0.00 GEOTEXTILE FABRIC, ROCK AND END SECTION 2' X 3' STORM 84 2506.602 SEWER CATCH EA $2,219.24 1 0 $0.00 0 $0.00 BASIN WITH 3' SUMP GEOTEXTILE 85 2105.604 FABRIC TYPE V. SY $5.00 30 0 $0.00 0 $0.00 RAIN GARDEN Totals For Section Part 2: Recon - 2C Storm Sewer: 1 $0.001 1 $386,970.96 Part 2: Recon - 2D Streets 86 2540.601 TEMPORARY MAIL LS $8,250.00 1 0 $0.00 1 $8,250.00 87 2573.530 INLET PROTECTION EA $75.00 76 0 $0.00 37 $2,775.00 88 2573.502 SILT FENCE, TYPE LF $2.06 850 0 $0.00 0 $0.00 MACHINE SLICED 89 2753.604 TEMPORARY HYDROMULCH SY $0.36 15000 0 $0.00 2726 $981.36 90 2573.533 SEDIMENT CONTROLLOG LF $2.85 3000 0 $0.00 1978.95 $5,640.01 TEMPORARY ROCK 91 2573.609 CONSTRUCTION TN $1.00 700 0 $0.00 203.23 $203.23 ENTRANCE 92 2130.610 WATER FOR DUST TGAL $22.00 160 0 $0.00 85 $1,870.00 CONTROL 93 2453.610 EXPLORATORY HR $175.00 24 0 $0.00 8 $1,400.00 DIGGING 94 2104.618 SALVAGE AND SF $13.00 200 0 $0.00 0 $0.00 REINSTALL Page 7 of 15 NEW HOPE, CITY OF 4401 Xylon Avenue N New Hope, MN 55428 Project No. 985 Request for Pavment No. 7/FINAL 985 Project Item Status Line Item Description Units Unit Price Contract Quantity This Amount This Request for Quantity Amount Quantity Request for payment To Date To Date Payment MODULAR BLOCK RETAINING WALL SALVAGE AND 95 2104.618 REINSTALL TIMBER SF $20.00 100 0 $0.00 50 $1,000.00 RETAINING WALL 96 2104.523 SALVAGE SIGN EACH $25.75 12 0 $0.00 31 $798.25 SALVAGE AND 97 2104.523 REINSTALL STREET NAME BLADE SIGN EA $206.00 15 2 $412.00 17 $3,502.00 ON NEW POST 98 12104.602 REMOVE TREE EA $145.00 170 0 $0.00 134 $19,430.00 MILL AND DISPOSE OF BITUMINOUS 99 2232.604 PAVEMENT WITH SY $1.43 5050 0 $0.00 4520 $6,463.60 PETROMAT - 3" DEPTH DISPOSE OF 100 2105.609 EXISTING STOCKPILED TN $7.95 1500 0 $0.00 158 $1,256.10 PETROMAT REMOVE 101 2104.604 BITUMINOUS PAVEMENT BELOW SY $0.80 5050 0 $0.00 4520 $3,616.00 3" MILL DEPTH REMOVE 102 2104.507 BITUMINOUS SY $1.25 17000 0 $0.00 17387 $21,733.75 PAVEMENT SAWING 103 2104.513 BITUMINOUS PAVEMENT - LF $3.00 500 0 $0.00 555 $1,665.00 STREET REMOVE 104 2104.501 CONCRETE CURB & LF $2.95 14100 0 $0.00 13162 $38,827.90 GUTTER 105 2104.503 REMOVE CONCRETE WALK SF $0.70 1100 0 $0.00 421 $294.70 REMOVE 106 2104.503 BITUMINOUS DRIVEWAY SF $0.45 19000 0 $0.00 17751 $7,987.95 PAVEMENT REMOVE 107 2104.503 CONCRETE DRIVEWAY SF $0.85 16000 0 $0.00 16299 $13,854.15 PAVEMENT SALVAGE AND 108 2104.618 REINSTALL SF $19.00 250 0 $0.00 40 $760,00 DRIVEWAY PAVERS 109 2105.501 COMMON EXCAVATION (P) CY $14.20 24000 0 $0.00 24000 $340,800.00 110 2105.507 SUBGRADE EXCAVATION (CV) CY $15.60 1300 0 $0.00 754.44 $11,769.26 111 2105.604 GEOTEXTILE FABRIC - TYPE V SY $1.20 25500 0 $0.00 24324 $29,188.80 SELECT GRANULAR 112 2105.522 BORROW TN $11.45 28000 0 $0.00 24596.25 $281,627.06 (MODIFIED) 113 2211.501 AGGREGATE BASE, CLASS 5 TN $13.60 12500 0 $0.00 14667.12 $199,472.83 6" PVC 114 2502.541 PERFORATED DRAIN TILE, WITH LF $8.80 14000 0 $0.00 13126 $115,508,80 SOCK 115 2503.602 6" DRAINTILE CLEANOUT Ey 70 0 $0.00 254 $6,858.00 Page 8 of 15 NEW HOPE, CITY OF 4401 Xylon Avenue N New Hope, MN 55428 Project No. 985 Request for Payment No. 7/FINAL 985 Project Item Status Quantity Amount This Line Item Description Units Unit Price Contract This Request for Quantity Amount Quantity Request for Payment To Date To Date Payment 4" PVC SUMP PIPE 116 2502.602 STUB INCLUDING EA $185.00 140 0 $0.00 162.6 $30,081.00 WYE AND CAP 15400 11715 $5,974.65 12072 $6,156.72 117 2540.603 MASTIC ON LIP OF CURB LF $0.51 BITUMINOUS 118 2357.502 MATERIAL FOR GAL $1,15 1200 400 $460.00 530 $609.50 TACK COAT TYPE SP 12.5 NON 119 2360.502 WEAR COURSE MIX TON $51.00 3000 0 $0.00 2464.42 $125,685.42 (2,B) TYPE SP 9.5 120 2360.501 WEARING COURSE TON $60.85 2500 1867.82 $113,656.85 1901.52 $115,707.49 MIX (2,C) TYPE SP 9.5 121 2360.506 BITUMINOUS MIXTURE FOR TN $100.00 250 D $0.00 266.01 $26,601.00 DRIVEWAYS 6" CONCRETE 122 2531.507.00091 DRIVEWAY SO FT $4.85 24000 0 $0.00 26216.5 $127,150.03 PAVEMENT 123 2531.604 6" CONCRETE VALLEY GUTTER SF $6.10 720 0 $0.00 0 $0.00 CONCRETE CURB & 124 2531.501.02315 GUTTER DESIGN LIN FT $11.70 15400 171 $2,000.70 13805.5 $161,524.35 B618 125 2521.501.00040 4" CONCRETE WALK SQ FT $7.90 550 0 $0.00 171 $1,350.90 126 2531-618 6" CONCRETE PEDESTRAIN RAMP SF $8.75 825 0 $0.00 340.3 $2,977.63 127 2351.618 TRUCATED DOME SURFACE SF $41.20 120 0 $0.00 56 $2,307.20 EROSION CONTROL 128 2574.604 COMPOST BLANKET SY $3.10 25000 1064.51 $3,300.00 17127.51 $53,095.30 - BLOWN W/ SEED 129 2574.525 TOPSOIL BORROW, MNDOT 3877.2B(LV) CY $28.75 3400 1562.47 $44,921.01 2933.8 $84,346.75 130 2564.531 SIGN PANEL SF $36.051 140 0 $0.00 123 $4,434.15 ZEBRA 131 2582.503 CROSSWALK, SF $2.06 700 0 $0.00 180 $370.80 WHITE 132 2582.502.11104 4" SOLID LINE WHITE -PAINT LIN FT $1.29 200 110 $141.90 186 $239.94 133 2582.502 4" DOUBLE YELLOW LF $2.58 200 109 $281.22 185 $477.30 LINE - PAINT 134 2582.502.11124 24" SOLID LINE WHITE -PAINT LIN FT $4.12 150 73 $300.76 150 $618.00 PAVEMENT 135 2582.501 MESSAGE, RIGHT- EA $90.64 2 1 $90.64 2 $181.28 THRU ARROW PAVEMENT 136 2582.501.01001 MESSAGE (LEFT EACH $51.50 2 1 $51.50 2 $103.00 ARROW) PAINT STREET SWEEPER 137 2123.610 (WITH PICKUP HOUR $50.00 200 0 $0.00 183 $9,150.00 BROOM) Totals For Section Part 2: Recon - 2D Streets: $171,591.23 $1,880,701.51 Part 3: M&O - 3A Utilities REMOVE AND REPLACE SANITARY 138 2104.601 SEWER FRAME AND EA $900.00 20 0 $0.00 17 $15,300.00 RINGS WITH HDPE RINGS AND FRAME Page 9 of 15 NEW HOPE, CITY OF 4401 Xylon Avenue N New Hope, MN 55428 Project No. 985 Request for Payment No. 7/FINAL 985 Proiect Item Status Quantity Amount This Line Item Description Units Unit Price Contract This Request for Quantity Amount Quantity Request for Payment To Date To Date Payment 4' DIAMETER SANITARY SEWER 139 2506.602 MH BARREL EA $898.01 1 0 $0.00 0 $0.00 SECTION WITH STEP 140 2280.0004 ADJUST VALVE BOX EA $355.00 4 0 $0.00 9 $3,195.00 REMOVE AND 141 2504.602 REPLACE WATER EA $355.00 II 0 $0.00 2 $710.00 GV BOX SECTION Totals For Section Part 3: M&O - 3A Utilities: $0.00 $19,205.00 Part 313: M & O - Streets 142 2573.530 INLET PROTECTION EA $75.00 10 0 $0.00 10 $750.00 MILL BITUMINOUS 143 2104.603 PAVEMENT - 2" SY $0.87 13000 0 $0.00 13900 $12,093.00 DEPTH REMOVE AND 144 2104.501 REPLACE LF $28.75 400 0 $0.00 795 $22,856.25 CONCRETE CURB AND GUTTER REMOVE 145 2104.503.00123 BITUMINOUS SQ FT $0.45 1500 0 $0.00 517 $232.65 DRIVEWAY PAVEMENT REMOVE 146 2104.503.00024 CONCRETE SQ FT $0.85 1500 0 $0.00 245 $208.25 DRIVEWAY PAVEMENT 147 2211.609 AGGREGATE BASE,) TN $26.25 400 0 $0.00 0 $0.00 CLASS 5 - (SPECIAL BITUMINOUS PATCHING 148 2231.500 (SPECIAL) - TYPE SP TN $78.00 150 0 $0.00 54.67 $4,264.26 12.5 NOW WEARING COURSE MIXTURE (B) BITUMINOUS 149 2357.502.00010 MATERIAL FOR GALLON $1.15 650 0 $0.00 865 $994.75 TACK COAT TYPE SP 9.5 150 2360.501.12200 WEARING COURSE TON $55.00 1600 0 $0.00 1586.68 $87,267.40 MIXTURE (2,B) TYPE SP 9.5 151 2360.505 BITUMINOUS TN $100.00 40 18.91 $1,891.00 69.89 $6,989.00 MIXTURE FOR DRIVEWAYS 152 2531.507 6" CONCRETE SF $4.85 1500 0 $0.00 245 $1,188.25 DRIVEWAY EROSION CONTROL 153 2574.604 COMPOST BLANKET SY $3.10 240 0 $0.00 138 $427.80 - BLOWN W/ SEED 154 2105.525.00010 TOPSOIL BORROW CU YD $33.00 35 20 $660,00 20 $660.00 (LVTotals For Section Part 313: M & O - Streets: 1 $2,551.001 $137,931.61 Part 4A: (FPR) - Utilities REMOVE AND 155 2104.602 REPLACE SANITARY SEWER FRAME AND EA $900.00 4 0 $0.00 4 $3,600.00 GRATE 156 2504.602.00034 ADJUST VALVE BOX EACH $355.00 1 0 $0.00 0 $0.00 REMOVEAND 157 2104.602 REPLACE WATER EA $355.00 1 0 $0.00 0 $0.00 GV BOX SECTION REMOVE STROM Page 10 of 15 NEW HOPE, CITY OF 4401 Xylon Avenue N New Hope, MN 55428 Project No. 985 Request for Payment No. 7/FINAL 985 Proje_c_t_Item Status Quantity Amount This Line Item Description Units Unit Price Contract This Request for Quantity Amount Quantity Request for payment To Date To Date Payment 158 2104.602 SEWER MH OR EA $494.19 4 0 $0.00 4 $1,976,76 CATCH BASIN 159 2105.602 REMOVE STROM LF $13.01 50 0 $0.00 50 $650.50 SEWER PIPE 160 2503.603 12" RCP STORM LF $41.70 65 0 $0.00 65 $2,710.50 SEWER, CL 5 161 2503.603 15" RCP STORM LF $42.89 175 0 $0.00 183 $7,848.87 SEWER, CL 5 162 2451.607 IMPROVED PIPE LF $0.01 25 0 $0.00 0 $0.00 FOUNDATION 163 2630.01995 2'x3' STORM SEWER EA $1,350.45 2 0 $0.00 2 $2,700.90 CATCH BASIN 4' DIAMETER 164 2630.00022 STORM SEWER MH EA $1,834.23 1 0 $0.00 1 $1,834.23 OR CBMH 4' DIAMETER FILTRATION 165 2630.00065 STRUCTURE WITH EA $2,575.00 1 0 $0,00 1 $2,575.00 S SUMP AND SKIMMER 166 2506.502 4' X 6' CATCH BASIN EA $9,722.57 1 0 $0.00 1 $9,722.57 4' X 6' CATCH BASIN 167 2506.602 WITH 5' SUMP, EA $20,646.81 1 0 $0.00 1 $20,646.81 ENERGY CONNECT TO 168 2630.00056 EXISTING STORM EA $1,820.71 1 0 $0.00 1 $1,820.71 SEWER PIPE FILTRATION 169 2320.607 TRENCH CY $35.00 125 0 $0.00 144 $5,040.00 EXCAVATION(CV) FILTRATION 170 2315.00114 TRENCH SY $3.45 75 0 $0.00 90 $310.50 GEOTEXTILE FABRIC - WOVEN FILTRATION TRENCH 171 2315.00112 GEOTEXTILE SY $2.40 325 0 $0.00 102 $244.80 FABRIC - NON WOVEN 172 2630.013 SAND FILTER CY $40.00 15 0 $0.00 15 $600.00 MATERIAL 173 2630.00133 ANGULAR STONE CY $80.00 100 0 $0.00 100 $8,000.00 6" PVC 174 2635.00041 PERFORATED LF $10.00 75 0 $0.00 80 $800.00 COLLECTION PIPE, WITH SOCK 6" PVC NON- 175 2635.602 PERFORATED LF $20.00 20 0 $0.00 0 $0.00 COLLECTION PIPE 176 2635.00022 8 PVC LF $20.00 15 0 $0.00 14 $280.00 DISTRIBUTION PIPE 51 "X30" 177 2501.601 STORMWATER LF $55.00 70 0 $0.00 70 $3,850.00 CHAMBER 178 2502.602 6" FILTRATION EA $260.00 1 0 $0.00 1 $260.00 BASIN CLEANOUT 179 2503.602 10" INSPECTION EA $700.00 1 0 $0.00 1 $700.00 PORT FILTRATION BASIN 180 2503.602 ACCESS EA $1,350.00 1 0 $0.00 1 $1,350.00 STRUCTURE Totals For Section Part 4A: (FPR) - Utilities: $0.00 $77,522.15 Page 11 of 15 NEW HOPE, CITY OF 4401 Xylon Avenue N New Hope, MN 55428 Project No. 985 Request for Payment No. 7/FINAL 985 Proiect ltern Status Quantity Amount This [C.ntr.ctl This Quantity Amount Line Item Description Units Unit Price Request for uantity Request for Payment To Date To Date Payment Part 413: (FPR) - Streets 181 2573.530 INLET PROTECTION EA $75.00 5 0 $0.00 $375.00 REMOVE AND 182 2104.501 REPLACE LF $28.75 150 0 $0.0000NCRETE 150 $1,437.50 CURB ANDGUTTER REMOVE 183 2104.501 CONCRETE CURB & LF $8.60 275 0 $0.00 $2,365.00 GUTTER REMOVE 184 2104.503 BITUMINOUS SF $0.45 500 0 $0.00 1847 $831.15 DRIVEWAY PAVEMENT REMOVE 185 2104.503 CONCRETE SF $0.85 500 0 $0.00 220 $187.00 DRIVEWAY PAVEMENT 186 2215.501 FULL DEPTH RECLAMATION SY $2.75 4600 0 $0.00 4255 $11,701.25 187 2105.507 SUBGRADE CY $24.00 100 0 $0.00 193 $4,632.00 EXCAVATION (CV) 188 2211.501 AGGREGATE BASE, TN $4.20 100 0 $0.00 126.77 $532.43 CLASS 5 189 2720.00102 TRAIL AGGREGATE TN $30.00 45 0 $0.00 45 $1,350.00 (SPECIAL) TYPE SP 12.5 190 2360.501 WEARING COURSE TN $155.00 16 0 $0.00 10.27 $1,591.85 MIX (4,B) TYPE SP 9.5 191 2360.501 WEARING COURSE TN $54.00 850 0 $0.00 745.61 $40,262.94 MIX (2,B) TYPE SP 9.5 192 2360.505 BITUMINOUS TN $125.00 12 0 $0.00 24.39 $3,048.75 MIXTURE FOR DRIVEWAYS 193 2531.501.02000 CONCRETE CURB & LF $20.75 275 0 $0.00 275 $5,706.25 GUTTER (SPECIAL) 194 2531.507 6" CONCRETE SF $6.30 500 0 $0.00 0 $0.00 DRIVEWAY 195 2531.618 6" CONCRETE SF $9.75 90 0 $0.00 75 $731.25 PEDESTRAIN RAMP 196 2775.0044 TRUNCATED SF $41.20 24 0 $0.00 24 $988.80 DOMES EROSION CONTROL 197 2574.604 COMPOST BLANKET SY $3.10 400 0 $0.00 285 $883.50 - BLOWN W/ SEED 198 2574.525 TOPSOIL BORROW, CY $32.59 55 20 $651.80 44.1 $1,437.22 MN DOT 3877.2B(LV) STREET SWEEPER 199 2123.610 (WITH PICKUP HR $0.01 10 0 $0.00 28 $0.28 BROOM) Totals For Section Part 413: (FPR) - Streets: $651.80 $78,062.17 , Alt 1 Part 1: General f 200 2520.00100 MOBILIZATION LS $10,000.00 1 0.1 $1,000.00 1 $10,000.00 201 12563.601 TRAFFIC CONTROL LS $10,000.00 1 0.1 _ $1,000.00 1 $10,000.00 Totals For Section Alt 1 Part 1: General: $2,000.00 $20,000.00 Alt 1 Part 2: Sanitary Sewer _ REMOVE AND i 202 2104.509 REPLACE SANITARY EA $900.00 4 0 $0.00 3 $2,700.00 SEWER FRAME AND CASTING Page 12 of 15 NEW HOPE, CITY OF 4401 Xylon Avenue N New Hope, MN 55428 Project No. 985 Request for Payment No. 7/FINAL 985 Projectltem Status Quantity Amount This ^ Line Item Description Units Unit Price Contract This Request for Quantity Amount Quantity Request for Payment To Date To Date Payment 203 2503.602 REPAIR SEWER EA $138.37 5 0 $0.00 1 $138.37 SERVICE PIPE 42" DIAMETER 204 2506.501 SANITARY SEWER LF $851.36 3 0 $0.00 0 $0.00 MH BARREL SECTION Totals For Section Alt 1 Part 2: Sanitary Sewer: $0.001 1 $2,838.37 Alt 1 Part 3: Water Main 205 2504.601 TEMPORARY LS $3,615.40 1 0 $0.00 1 $3,615,40 WATER SERVICE 206 2104.501 RR1EE MOVE WATER L F $4.53 870 0 $0.00 833 $3,773.49 207 2104.501 REMOVE WATER EA $46.82 15 0 $0.00 15 $702.30 SERVICE 208 2104.503 REMOVE HYDRANT, EA $296.52 2 0 $0.00 2 $593.04 VALVE AND BOX 209 2225,00185 REMOVE VALVE EA $182.07 3 0 $0.00 3 $546.21 AND BOX CONNECT TO 210 2504.602 EXISTING WATER EACH $962.37 4 0 $0.00 3 $2,887.11 MAIN 6" PVC WATER 211 2504.603 MAIN, C900-DR18, LF $24.69 870 0 $0.00 833 $20,566.77 WITH TRACER WIRE 212 2510.0424 6 VALVE AND EA $1,228.29 2 0 $0.00 3 $3,684.87 BOX HYDRANT, 213 2510.0289 INCLUDING 6" GATE EA $5,251.96 2 0 $0.00 2 $10,503.92 VALVE AND BOX 214 2280.0008 EXTEND HYDRANT LF $837.21 1 0 $0.00 0 $0.00 BARREL 215 2504.608 DUCTILE IRON LB $6.64 400 0 $0.00 376 $2,496.64 FITTINGS 216 2451.607 IMPROVED PIPE LF $0.01 225 0 $0.00 0 $0.00 FOUNDATION CONNECT TO 217 2503.602.00047 EXISTING SANITARY EACH $77.99 15 0 $0.00 16 $1,247.84 SEWER SERVICE 218 2504.602 1" CORPORATION EACH $165.77 15 0 $0.00 16 $2,652.32 STOP 219 2504.602 CURB STOP & EACH $218.09 15 0 $0.00 15 $3,271.35 BOX 220 2515.00010 1" TYPE "K" COPPER LF $36.56 525 0 $0.00 464 $16,963.84 PIPE Totals For Section Alt 1 Part 3: Water Main: $0.001 $73,505.10 Alt 1 Part 4: Storm 221 2225.00062 REMOVE STORM LF $13.01 35 0 $0.00 35 $455.35 SEWER PIPE REMOVESTORM 222 2225.00161 SEWER MH OR EA $462.98 2 0 $0.00 2 $925.96 CATCH BASIN 223 2503.603 12" RCP STORM LF $81.39 25 0 $0.00 24 $1,953.36 SEWER, CL 5 224 2630.02103 27" RCP STORM LF $97.18 35 0 $0.00 30 $2,916.40 SEWER, CL 3 225 2451.607 IMPROVED PIPE LF $0.01 10 0 $0.00 10 $0,10 FOUNDATION 226 2630.01995 2'x3' STORM SEWER EA $1,347.32 2 0 $0.00 2 $2,694.64 CATCH BASIN 227 2630.00022 4' DIAMETER EA $1,834.24 2 0 $0.00 2 $3,668.48 STORM SEWER MH Page 13 of 15 NEW HOPE, CITY OF 4401 Xylon Avenue N New Hope, MN 55428 Project No. 985 Request for Payment No. 7/FINAL 985 Project Item Status Quantity Amount This Line Item Description Units Unit Price Contract This Request for Quantity Amount Quantity Request for payment To Date To Date Payment OR CBMH CONNECTTO 228 2630.00056 EXISTING STORM EA $1,196.47 2 0 $0.00 2 $2,392.94 SEWER PIPE CONNECT 229 2635.00045 DRAINTILE TO EA $555.00 4 0 $0.00 8 $4,440.00 STRUCTURE (COREDRILL) Totals For Section Alt 1 Part 4: Storm: $0.00 $19,446.23 Alt 1 Part 5: Streets 230 2540.601 TEMPORARY MAIL LS $775.00 1 0 $0.00 1 $775.00 231 2573.530 INLET PROTECTION EA $75.00 5 0 $0.00 5 $375.00 232 2573.502 SILT FENCE, TYPE LF $6.70 100 0 $0.00 0 $0.00 MACHINE SLICED 233 2753.604 TEMPORARY SY $0.36 2000 0 $0.00 0 $0.00 HYDROMULCH 234 2573.533 SEDIMENT CONTROLLOG LF $3,00 500 0 $0.00 83 $249.00 TEMPORARY ROCK 235 2573.609 CONSTRUCTION TN $0.01 100 0 $0.00 63.37 $0.63 ENTRANCE 236 2130.610 WATER FOR DUST TGAL $22.00 50 0 $0.00 20 $440.00 CONTROL 237 2453.610 EXPLORATORY HR $175.00 4 0 $0.00 0 $0.00 DIGGING 238 12104,523 SALVAGE SIGN EACH $25.75 2 0 $0.00 3 $77.25 SALVAGE AND 239 2104.523 REINSTALL STREET EA $206.00 2 0 $0.00 2 $412.00 NAME BLADE SIGN ON NEW POST 240 2104.602 REMOVE TREE EA $144.20 18 0 $0.00 16 $2,307.20 REMOVE 241 2104.507 BITUMINOUS SY $1.60 2500 0 $0.00 2353 $3,764.80 PAVEMENT SAWING 242 2104.513 BITUMINOUS LF $3,35 100 0 $0.00 160 $536.00 PAVEMENT - STREET REMOVE 243 2104.501 CONCRETE CURB & LF $3.70 1600 0 $0.00 1585 $5,864.50 GUTTER 244 2104.503 REMOVE SF $0.70 175 0 $0.00 0 $0.00 CONCRETE WALK REMOVE 245 2104.503 BITUMINOUS SF $0.45 2600 0 $0.00 2644 $1,189.80 DRIVEWAY PAVEMENT REMOVE 246 2104.503 CONCRETE SF $0.85 1200 0 $0.00 1014 $861.90 DRIVEWAY PAVEMENT 247 2105.501 COMMON CY $14.20 2400 0 $0.00 2400 $34,080.00 EXCAVATION (P) 248 2105.507 SUBGRADE CY $16.00 150 0 $0.00 0 $0.00 EXCAVATION (CV) 249 2315.00114 GEOTEXTILE SY $2.00 2950 0 $0.00 2776 $5,552.00 FABRIC, TYPE V SELECT GRANULAR 250 2105.522 BORROW TN $11.75 3300 0 $0.00 2502.28 $29,401.79 (MODIFIED) 251 2211.501 AGGREGATE BASE, TN $13.60 1500 0 $0.00 1474.24 $20,049.66 CLASS 5 Page 14 of 15 NEW HOPE, CITY OF 4401 Xylon Avenue N New Hope, MN 55428 Project No. 985 Request for Payment No. 7/FINAL 985 Protect Item Status Quantity Amount This Line Item Description Units Unit Price Contract This Request for Quantity Amount Quantity Request for Payment To Date To Date Payment 6" PVC 252 2502.541 PERFORATED LF $9.10 1600 0 $0.00 1484 $13,504.40 DRAIN TILE, WITH SOCK 253 2503.602 6" DRAINTILE EA $575.00 8 0 $0.00 8 $4,600.00 CLEANOUT 4" PVC SUMP PIPE 254 2502.602 STUB INCLUDING EA $185.00 18 0 $0.00 21.6 $3,996.00 WYE AND CAP 255 2540.603 MASTIC ON LIP OF LF $0.51 1650 1650 $841.50 1650 $841.50 CURB BITUMINOUS 256 2357.502 MATERIAL FOR GAL $1.15 125 100 $115.00 100 $115.00 TACK COAT TYPE SP 12.5 NON 257 2360.502 WEAR COURSE MIX TON $51.00 310 0 $0.00 297.49 $15,171.99 (2,B) TYPE SP 9.5 258 2360.501 WEARING COURSE TON $54.94 230 200 $10,988.00 200 $10,988.00 MIX (2,B) TYPE SP 9.5 259 2360.505 BITUMINOUS TN $100.00 30 0 $0.00 20 $2,000.00 MIXTURE FOR DRIVEWAYS 260 2531.507 6" CONCRETE SF $5.20 2600 0 $0.00 2740 $14,248.00 DRIVEWAY 261 2531.501 B618 CONCRETE LF $12.00 1650 0 $0.00 1607 $19,284.00 CURB AND GUTTER 262 12521.501 4" CONCRETE WALK SF $7.95 80 0 $0.00 65 $516.75 263 2531.618 6" CONCRETE SF $8.70 125 0 $0.00 73 $635.10 PEDESTRAIN RAMP 264 2775.0044 TRUNCATED SF $41.20 20 0 $0.00 16 $659.20 DOMES EROSION CONTROL 265 2574.604 COMPOST BLANKET SY $3.10 2500 0 $0.00 1708 $5,294.80 BLOWN W/ SEED 266 2574.525 TOPSOIL BORROW, CY $32.57 350 0 $0.00 128A $4,172,22 MNDOT 3877.213(LV) 267 2564.531 SIGN PANELS SF $51.50 7 0 $0.00 12.5 $643.75 STREET SWEEPER 268 2123.610 (WITH PICKUP HR $50.00 35 0 $0.00 30 $1,500.00 BROOM) Totals For Section Alt 1 Part 5: Streets: $11,944.50 $204,107.24 Alt 2 Part 1: General 269 2021.501 MOBILIZATION LS $3,600.001 1 0 $0.001 1 $3,600.00 270 12563.601 TRAFFIC CONTROL I LS 1 $206.001 1 0.1 $20.60 1 $206.00 Totals For Section Alt 2 Part 1: General: $20.60 $3,806.00 Alt 2 Part 2: Storm 271 2573.530 INLET PROTECTION EA $75.00 6 0 $0.00 5 $375.00 272 1570.00137 SILT FENCE, LF $2.06 375 0 $0.00 0 $0.00 MACHINE SLICED TEMPORARY ROCK 273 2573.609 CONSTRUCTION TN $1.00 20 0 $0.00 0 $0.00 ENTRANCE SALVAGE AND 274 2104.523 REINSTALL SIGN ON EA $154.50 2 0 $0.00 1 $154.50 NEW POST REMOVE AND 275 2104.501 REPLACE CONCRETE CURB LF $54.20 50 0 $0.00 50 $2,710.00 AND GUTTER Page 15 of 15 NEW HOPE, CITY OF 4401 Xylon Avenue N New Hope, MN 55428 Project No. 985 Request for Payment No 7/FINAL 985 Protect Item Status Quantity Amount This T Line Item Description Units Unit Price Contract This Request for Quantity Amount Quantity Request for Payment To Date To Date Payment 276 2104.507 REMOVE RIPRAP SY $31.21 200 0 $0.00 190 $5,929.90 277 2225.00062 REMOVE STORM LF $13.01 44 0 $0.00 44 $572.44 SEWER PIPE 278 2104.521 SALVAGE AND LF $50.00 50 0 $0.00 50 $2,500.00 REINSTALL FENCE 279 2230.0002 CLEARING AND LS $1,545.00 1 0 $0.00 1 $1,545.00 GRUBBING 280 2503.603 15" RCP STORM LF $82.58 9 0 $0.00 11 $908.38 SEWER, CL5 4' DIAMETER 281 2506.603 STORM SEWER MH EA $2,741.47 2 0 $0.00 2 $5,482.94 OR CBMH WITH 5' SUMP CONNECT TO 282 2635.00012 EXISTING STORM EA $1,560.60 1 0 $0.00 1 $1,560.60 SEWER STRUCTURE CONNECT 283 2635.00045 DRAINTILE TO EA $200.00 4 0 $0.00 0 $0.00 STRUCTURE (COREDRILL) UNDERGROUND 284 2545.601 FILTRATION AND LS $88,000.00 1 0 $0,00 1 $88,000.00 STORAGE SYSTEM 6" PVC 285 2502.541 PERFORATED LF $13.63 50 0 $0.00 0 $0.00 DRAIN TILE, WITH SOCK EROSION CONTROL 286 2574.604 COMPOST BLANKET SY $3.10 1200 0 $0.00 906 $2,808.60 BLOWN W/ SEED . CY 1 $28.75 287 2574.525 TOPSOIL BORROW, 200 0 $0.00 124 $3,565.00 MNDOT 3877.2B(LV) Totals For Section Alt 2 Part 2: Storm: E $0.001 1 $116,112.36 Change Order 1 - Completion Date Incentive 288 1 2016.621 CONTRACT TIME DOL 1 $40,000.001 1 0 $0.00 1 1 $40,000.00 Totals For Change Order 1 - Completion Date Incentive: $0.00 $40,000.00 Project Totals: $207,397.77 $3,909,816.52 985 Contract Changes Estimated Amount No. Type Date Explanation Amount Paid Incentive payment for meeting project completion date. Approved at 10/23/17 City To Date CO1 Change 2/22/2018 $40,000.00 $40,000.00 Order Council meeting. The incentive amount is $40,000.00. Contract Change Totals: $40,000.00 $40,000.00_1 V AVIN� 880013th AVENUE EAST SHAKOPEE, MN 55379 PHONE (952) 445-8615 FAX (952) 445-0355 www.valleypaving.com 10/11/18 Ann Dienhart Stantec Engineering 2335 Highway 36 West St. Paul, MN 55113 Re; 2017 New Hope Northwood Project IC-134's Dear Ann, In response to your email request on the current IC-134 situation for the project mentioned above, Valley Paving would like to inform you that we have reached out numerous times to both Groundscapes and S&A with no luck in getting back IC-134s. As for S&A land clearing, their contract person is no longer with the company and currently lives out of state. She gave us the owners name and number; however, we have touched base with him, but he has no interest in getting us the needed information to close out this project. I do not believe they are in business any longer as this company was just a hobby for him as I was told. They are currently not working anywhere that I know of, or even quoting anymore. As for Groundscapes, we have paid them more than what was paid to us. We do not have any current invoices here from Rob and after talking with Rob, all we get is that he is not signing it with little to no explanation. We have been calling and emaiiing him weekly, however, he has failed to notify us of his discrepancies if any, I don't know his reasoning for not signing the IC-134, other than he has a problem with Windscapes, however, he is not contracted through them. If possible, I would like to final this project out as I believe we've all been paid for the work completed, beside the retainage being withheld. Sincerely, 13 Carron Valley Paving, Inc. A A%T4 W\ti 100% RECYCLABLE Nff-- =09-� . A VETERAN OWNED COMPANY Affirmative Action / Equal Opportunity Employer DWAV kVA��LE I N INCORPORATED 8800 13th AVENUE EAST SHAKOPEE, MN 55379 PHONE (952) 445-8615 FAX (952) 445-0355 www.valleypaving.com October 15, 2018 Stantec Consulting Services, Inc. 2335 Highway 36 West St. Paul, MN 55113 Attn: Mr. Chris Long, P.E. 0 /Y0 Re: 2017 Northwood North Area Infrastructure Improvements / City of New Hope Final Voucher Please find enclosed the signed Final Vouchers, IC-134 Forms and Lien Waivers for the above noted project, for further process. Should you have any questions or need any additional information, please contact our office at 952-445-8615. Thank you. Sincerely, Office Manager Encl. a �PHA�Z 100°! RECYCLABLE A VETERAN OWNED COMPANY Affirmative Action / Equal Opportunity Employer W&A VINEo 8800 13th AVENUE EAST SHAKOPEE, MN 55379 PHONE (952) 445-8615 FAX (952) 445-0355 www.valleypaving.com 10/11/18 Ann Dienhart Stantec Engineering 2335 Highway 36 West St. Paul, MN 55113 Re: 2017 New Hope Northwood Project IC-134's Dear Ann, In response to your email request on the current IC-134 situation for the project mentioned above, Valley Paving would like to inform you that we have reached out numerous times to both Groundscapes and S&A with no luck in getting back IC-134s. As for S&A land clearing, their contract person is no longer with the company and currently lives out of state. She gave us the owners name and number; however, we have touched base with him, but he has no interest in getting us the needed information to close out this project. I do not believe they are in business any longer as this company was just a hobby for him as I was told. They are currently not working anywhere that I know of, or even quoting anymore. As for Groundscapes, we have paid them more than what was paid to us. We do not have any current invoices here from Rob and after talking with Rob, all we get is that he is not signing it with little to no explanation. We have been calling and emailing him weekly, however, he has failed to notify us of his discrepancies if any, I don't Rnow his reasoning for not signing the IC-134, other than he has a problem with Windscapes, however, he is not contracted through them. If possible, I would like to final this project out as I believe we've all been paid for the work completed, beside the retainage being withheld. Sincerely, B Carron Valley Paving, Inc. 100% RECYCLABLE Affirmative Action / Equal Opportunity Employer A VETERAN OWNED COMPANY Page 1 of 1 DEPARTMENT _1 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 Affldavlt Number: Minnesota ID: Project Owner: Project Number: Project Begin Date: Project End Date: Project Location: Project Amount: Subcontractor Summary 0-156-318-144 15.Oc1-2018 7:32:33 AM VALLEY PAVING INC 41-1348160 ValleyPavingTax Contractor Affidavit 2118361088 5565541 CITY OF NEW HOPE 985 02-Mar-2017 10-Jul-2018 NORTHWOOD NORTH AREA $3,909,816.52 Name ID Affidavit Number ALL STATE TRAFFIC CONTROL INC. 4300984 688955392 NORTHDALE CONSTRUCTION CO INC. 9305174 1248272384 MIDWEST CONCRETE SPECIALTIES INC. 4715615 1603690496 FAHNER ASPHALT SEALERS INC. 8753003 1819779072 WARNING LITES OF MINNESOTA 3086922 151232512 ALVERO LLC 3051898 1540153344 WINCO LANDSCAPE INC 1938328 2020663296 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) w[thholding.tax@state.mn.us. Business hours are 8:00 a.m. - 4:30 p.m. Monday - Friday. Please print this cage for your records using the print or save functionality built into your browser. https://www.r ndor.state.mn.us/tp/eservices/ /Retrieve/0/c-/kyhk_ _ZRdB se0smcdFEcw... 10/15/2018 i �DEPARTMENT . OF REVENUE Contractor Affidavit Submitted Thank you, your Contractor Affidavit has been approved Confirmation Summary Confirmation Number: 2-052-143-552 Submitted Date and Time: 14-Oct-2018 8:56:01 PM Legal Name: ALL STATE TRAFFIC CONTROL, INC. Federal Employer ID: 47-5418502 User Who Submitted: ASTCMN16 Type of Request Submitted: Contractor Affidavit Affidavit Summary Affidavit Number: Minnesota ID: Project Owner: Project Number: Project Begin Date: Project End Date: Project Location: Project Amount: Subcontractors: 688955392 4300984 CITY OF NEW HOPE 2017 NEW HOPE RECON 05-Apr-2017 04-Oct-2017 NORTHWOOD NORTH, NEW HOPE $14,753.51 No Subcontractors Important Messages ' A copy of this page must be provided to the contractor or government agency that hired you. Contact Us If you need further assistance, contact our Withholding Tax Division at 651-282-9999, (toll -free) 800-657-3594, or (email) withholding.tax@state.mmus. Business hours are 8:00 a.m. -4:30 p.m. Monday - Friday. Please print this page for your records using the print or save functionality built into your browser. r NORTHDALE CONSTRUCTION CO INC I Want To Contractor Affidavit Web Confirmation Contractor Affidavit Completed Thank you, your Contractor Affidavit has been approved. Confirmation Summary Confirmation Number. 0-012-710-336 Submitted Dale and Time: 18-Sep-2018 4:36:55 PM Legal Name: NORTHDALE CONSTRUCTION CO INC Federal Employer ID: 41-0876571 User Who Submitted: Ndcc1964 Type of Request Submitted: Contractor Affidavit Affidavit Summary Affidavit Number: 1248272384 Minnesota ID: 9305174 Project Owner: CITY OF NEW HOPE Project Number: 985 Project Begin Dale: 03-Apr-2017 Project End Dale: 08-Jun-2018 Project Location: 2017 NORTHWOOD NORTH AREA INFRASTRUCTURE IMPROVEMENT NEW HOPE Project Amount: $1,319,652.47 Subcontractors: No Subcontractors Important Messages A copy of this page must be provided to the contractor or government agency Thal hired you. Contact Us If you need further assistance, conlacl our Withholding Tax Division at 651-282.9999, (loll -free) 800-657-3594, or (email) witl,holding, tax§slet e.nln.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 to your history, or by clfcking the link below. To Print or email a copy of this confirmation page, dick one of the bullons below. Click hnre io gay.9l+ I� d tdW. Printer Friendly Email Me Close va 712612018 https://www.mndor.state.mn.us/tp/eservices/_/Retrieve/O/c-/bFHnIzVjOH64HtdzPGblwA—?FILES Print2&PARAMS_=664UZ06273451... DEPARTMENT OF REVENUE Contractor Affidavit Submitted Thank you, your Contractor Affidavit has been approved, Confirmation Summary Confirmation Number: 1-406-631-616 Submitted Date and Time: 26-Jul-2018 11:09:11 AM Legal Name: MIDWEST CONCRETE SPECIALTIES INC Federal Employer ID: 41-1963899 User Who Submitted: bbalfe Type of Request Submitted: Contractor Affidavit Affidavit Summary Affidavit Number: 1603690496 Minnesota ID: 4715615 Project Owner: CITY OF NEW HOPE Project Number: 17-11 Project Begin Date: 11-May-2017 Project End Date: 22-May-2018 Project Location, NEW HOPE Project Amount: $358,151.48 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) 800-657-3594, or (email) withholding,tax@state.mn.us. Business hours are 8:00 a.m. - 4:30 p.m. Monday - Friday. Please print hls pagg for your records using the print or save functionality built into your browser. https://www.mndor.state.mn.us/tp/eservices/_/Retrievel0/c-/bFHnIzVjOH64HtdzPGbIwA_?FILE_=Print2&PARAMS= 6649206273452094416 1/1 7/20/2018 NIN e-Services Web Confirmation FAHRNER ASPHALT SEALERS LLC I Want To Contractor Affidavit Web Confirmation Contractor Affidavit Submitted Enter Information Review and Submit compleb Thank you, your Contractor Affidavit has been approved. Confirmation Summary Confirmation Number: 1-786-134.208 Submitted Date and Time: 20Jul-2018 7:29:03 AM Legal Name: FAHRNER ASPHALT SEALERS LLC Federal Employer ID: 11-3804531 User Who Submitted: 8753003 Type of Request Submitted: Contractor Affidavit Affidavit Summary Affidavit Number: 1619779072 Mlnnesole ID: 6753003 Project Owner: CITY OF NEW HOPE Project Number: 17.11 Project Begin Date: 02-Mar-2018 Project End Date: 10Jul-2018 Project Location: NEW HOPE Project Amount: $6,776.00 Subcontractors: No Subcontractors Important Messages A copy of Ihls page must be provided to the contractor or government agency that hired you. Contact Us If you need further assistance, contact our Withholding Tax Division at 651.282-9999. (toll -free) 800-657-3594, or (small) withholdarg.tax@stste.mn.us. 136, mess hours are 8:00 a.m. - 4:30 p.m. Monday - Friday. Now to View and Print this Request You can see copies of your requests by going to your history, or by clicking the link below. To Print or email a copy of this confirmation page, click one of the buttons below Ct Lk here I ggSQy r i y, Printer Friendl Email Me Close 7/i7/2018 https://www.mndor.state.mn.us/tp/eservices/_/Retrieve/O/c-/c5 DrHLEwW5B3ZynK2F16A_?FILE_=Print2&PARAMS_=52108172472... 5 0El"ARTi�4 EN"T - COW REVENUE Contractor Affidavit Submitted Thank you, your Contractor Affidavit has been approved Confirmation Summary Confirmation Number: 0-419-491-520 Submitted Date and Time: 17-Jul-2018 9:67:39 AM Legal Name: WARNING LITES OF MINNESOTA INC Federal Employer ID: 36-4762529 User Who Submitted: wbengtson Type of Request Submitted: Contractor Affidavit Affidavit Summary Affidavit Number: 151232512 Minnesota ID: 3086922 Project Owner: CITY OF NEW HOPE Project Number: 986 Project Begin Dale: 22-Sep-2017 Project End Date: 05-Jul-2018 Project Location: NEW HOPE Project Amount: $1,931.00 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) 800-657-3594, or (email) wdhholding.tax@state.mn.us. Business hours are 8:00 a.m. - 4:30 p.m. Monday - Friday. Please print thispage for your records using the print or save functionality built into your browser. https://www.mndor.state.mn.usltpleservices/ /Retrieve/Olc-/c5 DGHLEwW5B3ZvnK2F16A ?FILE =Print2&PARAMS=521081724725615473 1/1 7/18/2016 https://www.mndor.state.mn.us/tp/eservicW /Retrieve/O/c-/2vhvzxVQgkZbS7pjBwMGBQ—?FILE_=Print2&PARAMS—=32507676505.,. .M D E PA R T M E N'T R' 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: 1-640-128-192 18-Jul-2018 11:43:48 AM ALVERO LLC 46-2582481 alvero Contractor Affidavit 1540153344 3051898 CITY OF NEW HOPE NORTHWOODS AREA 29-Mar-2017 03-Aug-2017 NEW HOPE, HENNEPIN CO $8,300.00 No Subcontractors Important Messages A copy of this page must be provided to the contractor or government agency that hired you. Contact Us F 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 8:00 a.m. - 4:30 p.m. Monday - Friday. Please print thin_pagg for your records using the print or save functionality built into your browser. httns://www.mndor.state.mn.us/to/eservices/ /Retrieve/O/c-/2vhvzxVQgkZbS7piBwMGBQ ?FILE=Print2&PARAMS=325076765052333273 1/1 V17/2018 https:/Avww.mndor,state.mn.us/tp/eservices/ /Retrieve/O/c-/PjsSDLjxVF2WOXsc uWygg_?FILES Print2&PARAMS= 767031656158.. DEPARTMENT OF REVENUE Contractor Affidavit Submitted Thank you, your Contractor Affidavit has been approved Confirmation Summary Confirmation Number: 0-687-816-384 Submitted Date and Time: 17-Jul-2018 12:19:40 PM Legal Name: WINCO LANDSCAPE INC Federal Employer ID: 41-1801528 User Who Submitted: Offmgr99gb Type of Request Submitted: Contractor Affidavit Affidavit Summary Affidavlt Number: 2020663296 Minnesota ID: 1938328 Project Owner: CITY OF NEW HOPE Project Number: 17-11 Project Begin Date: 01-Jun-2017 Project End Date: 30-Sep-2017 Project Location: NORTHWOOD Project Amount: $43,261.21 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) 800-657-3594, or (email) withholding.tax@state.mn.us. Business hours are 8:00 a.m. - 4:30 p.m. Monday - Friday. Please 12rint this pggg for your records using the print or save functionality built into your browser. https://www.mndor.state.mn.usltpleservicesl /Retrieve/O/o-/PjsSDLjxVF2WOXsc_uWygg_?FILE_=Print2&PARAMS—=7670316561580271939 1/1 VALLEWI Y( NCAVpNG0 8800 13th AVENUE EAST SHAKOPEE, MN 55379 PHONE (952) 445-8615 FAX (952) 445-0355 www.valleypaving.com .�iAtT 100% RECYCLABLE RECEIPT AND WAIVER OF MECHANIC'S LIEN RIGHTS Dated 15-Oct 2018 The undersigned hereby acknowledges receipt of the sum of: $3,909,816.52 CHECK ONLY ONE 1.) [ ] as partial payment for labor, skill and material furnished 2.) [ ] as payment for all labor, skill and material furnished or to be furnished (except the sum of $ retainage or holdback) 3.) [X] as full and final payment for all labor, skill and material furnished or to be furnished to the following described real property:( legal description, street address or project name) 2017 Northwood North Area Infrastructure Improvements City of New Hope, Minnesota 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 of exectued by a partnership, it must be signed by a partner K-121.60/01� 1! 80 (Address) Shakopee, Mn 55379 A VETERAN OWNED COMPANY Affirmative Action / Equal Opportunity Employer 1• I WA LL J NPAV I INCORPOR I i3800 13th AVENUE EAST SHAKOPEE, MN 56379 PHONE (952) 445-8615 FAX (952) 445-0355 www.valleypaving.com RECEIPT AND WAIVER OF MECHANIC'S LIEN RIGHTS Dated 18-Sep 2018 The undersigned hereby acknowledges receipt of the sum of: CHECK ONLY ONE 1.) [ ] as partial payment for labor, skill and material furnished 2.) [ J as payment for all labor, skill and material furnished or to be furnished (except the sum of c __ retalnage or holdback) 3.) [X] as full and final payment for all labor, skill and material furnished or to be furnished to the following described real property,( legal description, street address or project name) Final Payment of $1,786.00 to be paid when Valley Paving receives final payment from the City of New Hope for the Northwood North Area Improvement Project $1,786.00 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 retalnage 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: All State Traffic Control Inc. B NOTE: If this instrument is executed by a corporation, It must be signed by an officer, Afire 5) and of exectued by a partnership, it must be signed by a partner. I 100% PECYCLARLE Affirmative Action / Equal Opportunity Employer EIM A MERU OWNED COMPANY VALLE PAVINGe 0 880013th AVENUE EAST SHAKOPEE, MN 55379 PHONE (952) 445-8615 FAX (952) 445-0355 www.valleypaving.com RECEIPT AND WAIVER OF MECHANIC'S LIEN RIGHTS Dated 17—Sep _2018 The undersigned hereby acknowledges receipt of the sum of: CHECK ONLY ONE 1.) [ ] as partial payment for labor, skill and material furnished 2.) [ ] as payment for all labor, skill and material furnished or to be furnished (except the sum of retainage or holdback) 3.) [X] as full and final payment for all labor, skill and material furnished or to be furnished to the following described real property:( legal description, street address or project name) Final Payment of $105,423.23 to be paid when Valley Paving receives final payment from the City of New Hope for the Northwood North Area Improvement Project $105,423.23 and for value received hereby waives all rights apquired 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 of exectued by a partnership, it must be signed by a partner. & 100% RECYCLABLE Nort fe stwction Co., Inc. (Title) A VETERAN OWNED COMPANY Affirmative Action / Equal Opportunity Employer I 7 1 IINCORPORA EM 8800 '13th AVENUE EAST SHAKOPEE, MN 55379 PHONE (952) 445-8615 FAX (952) 445-0355 www.valleypaving.com RECEIPT AND WAIVER OF MECHANIC'S LIEN RIGHTS Dated 26-Jul 2018 The undersigned hereby acknowledges receipt of the sum of: $10,085.41 CHECK ONLY ONE 1,) [ ] as partial payment for labor, skill and material furnished 2.) [ ] as payment for all labor, skill and material furnished or to be furnished (except the sum of $__� retainage or holdback) 3.) [X] as full and final payment for all labor, skill and material furnished or to be furnished to the following described real property( legal description, street address or project name) Final Payment of $18,085,41 to be paid when Valley Paving receives final payment from the New Hope 2017 Northwood North - New Hope Project 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, sltitt 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 ail subcontractors employed by the undersigned have been paid in full, EXCEPT: Midwest C ncrete . eci ties (Title) NOTE: If this instrument is executed by a��— corporation, it must be signed by an officer, (Address) and of exectued by a partnership, it must be signed by a 100%1111CYCLABLI i A VEMAN OWNED COMPANY Affirmative Action / Equal Opportunity Employer INCORPORATED 8800 13th AVENUE EAST SHAKOPEE, MN 55379 PHONE (952) 445-8615 FAX (952) 445-0355 WWW.Valleypaving.com PAZ A%'-1L :nr�-., nrrt�rlait�[ RECEIPT AND WAIVER OF MECHANIC'S LIEN RIGHTS Dated 17-Jul The undersigned hereby acknowledges receipt of the sum of: -. 's� • - '�. - is _ ,_ � , 2018 CHECK ONLY ONE 1.) [ ] as partial payment for labor, skill and material furnished 2.) [ ] as payment for all labor, skill and material furnished or to be furnished (except the sum of $ — retainage or holdback) 3.) [X] as full and final payment for all labor, skill and material furnished or to be furnished to the following described real property:( legal description, street address or project name) Final Payment of $6,247.20 to be paid when Valley Paving receives final payment from the New Hope 2017 Northwood North - New Hope Project $6,247.20 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 of exectued by a partnership, it must be signed by a panne( Fahrner Asphalt Sealers LLC By: r' I �Sevin nrucRUCv— Vice President (Title) 6615USHwy 12W (Address) Eau Claire, WI 54703 A VETERAN OWNED COMPANY Affirmative Action / Equal Opportunity Employer 8800 13th AVENUE EAST SHAKOPEE, MN 55379 PHONE (952) 445-8615 FAX (952) 445-0355 www.valleypaving.com hl U7 100% REC1•CLACLE RECEIPT AND WAIVER OF MECHANIC'S LIEN RIGHTS Dated 17-Jul The undersigned hereby acknowledges receipt of the sum of: CHECK ONLY ONE 1.) [ ] as partial payment for labor, skill and material furnished 9niA 2.) [ ] as payment for all labor, skill and material furnished or to be furnished (except the sum of $ _ _ retainage or holdback) 3.) [X] as full and final payment for all labor, skill and material furnished or to be furnished to the following described real property:( legal description, street address or project name) Final Payment of $883.64 to be paid when Valley Paving receives final payment from the New Hope 2017 Northwood North - New Hope Project $883.64 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: I1 this instrument is executed by a corporation, it must be signed by an officer, and of execlued by a partnership, It must be signed by a partner. Warninq Lites of Minngtspta . �L G it e) ��� LAC.• I.� .• ��r.4,;' . ' �t` (Ad ress) A VETERAN OWNED COMPANY Affirmative Action / Equal Opportunity Employer 8800 13th AVENUE EAST SHAKOPEE, MN 55379 PHONE (952) 445-8615 FAX (952) 445-0355 www.valleypaving.com RECEIPT AND WAIVER OF MECHANIC'S LIEN RIGHTS Dated 17-Jul The undersigned hereby acknowledges receipt of the sum of: CHECK ONLY ONE 1.) [ ] as partial payment for labor, skill and material furnished 2018 2.) [ ] as payment for all labor, skill and material furnished or to be furnished (except the sum of $ retainage or holdback) 3.) [X] as full and final payment for all labor, skill and material furnished or to be furnished to the following described real property:( legal description, street address or project name Final Payment of $740.00 to be paid when Valley Paving receives final payment from the New Hope 2017 Northwood North - New Hope Project $740.00 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: Herness Construction Company NOTE: If this instrument is executed by a corporation, it must be signed by an officer, Herres Construction Co and of exectued by a partnership, it must 5l)7 7 Woodda.le Lane be signed by a partner, i;dina, MN 55424 =tea A VETERAN OWNED COMPANY Affirmative Action / Equal Opportunity Employer ONC®RPOR, TED 8800 13th AVENUE EAST SHAKOPEE, MN 55379 PHONE (952) 445-8615 FAX (952) 445-0355 www.valleypaving.com RECEIPT AND WAIVER OF MECHANIC'S LIEN RIGHTS Dated 17-Jul The undersigned hereby acknowledges receipt of the sum of: 2018 CHECK ONLY ONE 1.) [ ] as partial payment for labor, skill and material furnished 2.) [ ] as payment for all labor, skill and material furnished or to be furnished (except the sum of $ retainage or holdback) 3.) [X] as full and final payment for all labor, skill and material furnished or to be furnished to the following described real property:( legal description, street address or project name) Final Payment of $1810.54 to be paid when Valley Paving receives final payment from the New Hope 2017 Northwood North - New Hope Project $1,810.54 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 of exectued by a partnership, it must be signed by a partner. 100% RECYCLABLE Windscape By: V"b�) Title) l � 4'' (Address) LI1�5�f {�fou[ �lcr�kl3. ►m#05S'07 Cam" A VETERAN OWNED COMPAMV Affirmative Action / Equal Opportunity Employer 0�1 Request for Action October 22, 2018 Approved by: Kirk McDonald, City Manager Originating Department: City Manager By: Valerie Leone, City Clerk -Treasurer Agenda Section Public Hearing Item Number 7.1 Agenda Title Resolution adopting assessments for improvement project no. 985 (Northwood North Area Infrastructure Improvement Project) Requested Action Staff is requesting Council to adopt a resolution to adopt assessments for the 2017 Northwood North Area Infrastructure Project No. 985. Policy/Past Practice Assessments are levied against benefitted, tax-exempt properties, in accordance with New Hope's assessment policy. Background On March 13, 2017, Council awarded a contract with Valley Paving, Inc. for $4,258,213.71 for construction of the infrastructure project. The project included street and utility work at Gettysburg, Flag, Ensign, Decatur, Cavell, 41St, 40111, Hopewood, and Jordan Avenue as well as converting the Sumter filtration basin into an underground storage and treatment tank for runoff. The city engineer has determined the total cost for the street portion of the infrastructure project is $3,066,804.48. The assessment rates and properties proposed to be assessed are outlined on Appendix B-2. The Northwood North area infrastructure improvement project includes seven tax exempt properties for assessments (two of the parcels are city -owned). The total proposed assessment roll is $90,894.85 which is lower than the original proposed assessment roll. On September 24, 2018, Council approved a resolution declaring costs to be assessed and established a public hearing to consider the assessments at the October 22 Council Meeting. The city clerk has notified the property owners of the public hearing and the proposed assessments. No written objections have been received to date. Funding In addition to assessments, the project funding source includes bonds, street infrastructure fund, storm water, sanitary sewer and water funds. Attachments Resolution adopting assessment Appendix B-2 Map I:\RFA\City Manager\2018\Project 985\10-22-18\q-proj 985 assessments.docx RESOLUTION NO. 18 -L 2 n RESOLUTION ADOPTING ASSESSMENT FOR INFRASTRUCTURE IMPROVEMENT PROJECT NO.985 (Northwood North Area Infrastructure Improvement Project) WHEREAS, pursuant to notice duly given as required by law, the City Council met on October 22, 2018 and heard and passed on all objections to the proposed assessment for the 2017 Infrastructure Improvement Project No. 985, and has amended such proposed assessment as it deems just; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of New Hope as follows: 1. Such proposed assessment, a copy of which is attached hereto and made a part hereof is hereby accepted and shall constitute the special assessment against the lands named therein, and each tract of land therein is hereby found to be benefitted by the proposed improvement. 2. Such assessments shall be as follows: a. The assessments shall be payable in equal annual installments extending over a period of ten (10) years, the first of said installments to be payable with general taxes for the year 2019, collectible with such taxes during the year 2019. b. To the first installment shall be added interest at the rate of six percent (6%) per annum on the entire principal amount of the assessment from the date of this Resolution until December 31st of the year in which such installment is payable. To each subsequent installment, when due there shall be added interest for one year at said rate on the unpaid principal amount of the assessment. C. The owner of any property so assessed may at any time prior to the certification of the assessment or the first installment thereof to the County Auditor, pay the whole of the principal amount of the assessment on such property with interest accrued to the date of payment to the City Finance Director or Assessment Clerk, except that no interest shall be charged if the entire assessment is paid within thirty (30) days from the date hereof, and such property owner may at any time prior to November 151h of any year pay to the County Auditor the entire principal amount of the assessment remaining due with interest accrued to December 31" of the year in which said payment is made. 3. The City Clerk shall forthwith transmit a certified duplicate copy of this assessment to the County Auditor to be extended on the tax list of the County. Adopted by the City Council this 22nd day of October, 2018. Kathi Hen k , ayor Attest: I - 7'LC� Valerie Leone, City Clerk Appendix B-2 Final Project Assessments 2017 Northwood North Area Infrastructure Improvements September 2018 Entity Property Type Street Improvement Front Footage Assessment Rate Assessment Amount 1. City of New Hope (Northwood Park) Non- Reconstruction 142 $313.40 $44,502.80 86 Address Unassigned Residential Reclaim 0 $43.30 $0.00 PID 18-1 18-21-23-0043 Mill & Overlay 0 $38.75 $0.00 Total Assessment $44,502.80 2. City of New Hope (Northwood Park) Non- Reconstruction 0 $313.40 $0.00 8816 Northwood Parkway Residential Reclaim 0 $43.30 $0.00 PID 18-1 18-21-34-0082 Mill & Overlay 601 $38.75 $23,288.75 Total Assessment $23,288.75 3. Hammer Residence Inc. - Unit 1 Residential - Reconstruction 0 $135.80 $0.00 4009 Jordan Avenue North 2 Units Reclaim 0 $18.77 $0.00 PID 18-118-21-23-0045 Mill & Overlay 82.5 $16.79 $1,385.13 Total Assessment $1,385.13 4. Hammer Residence Inc. - Unit 2 Residential - Reconstruction 0 $135.80 $0.00 4009 Jordan Avenue North 2 Units Reclaim 0 $18.77 $0.00 PID 18-1 18-21-23-0045 Mill & Overlay 82.5 $16.79 $1,385.13 Total Assessment $1,385.13 5. Tasks Unlimited Lodges - Unit 1 Residential - Reconstruction 0 $135.80 $0.00 4125 Jordan Avenue North 2 Units Reclaim 82.5 $18.77 $1,548.15 PID 18-118-21-23-0116 Mill & Overlay 0 $16.79 $0.00 Total Assessment $1,548.15 6. Tasks Unlimited Lodges - Unit 2 Residential - Reconstruction 0 $135.80 $0.00 4125 Jordan Avenue North 2 Units Reclaim 82.5 $18.77 $1,548.15 PID 18-118-21-23-0116 Mill & Overlay 0 $16.79 $0.00 Total Assessment $1,548.15 7. Fraser Reconstruction 82.5 $208.93 $17,236.73 4069 Flag Avenue North Residential Reclaim 0 $28.87 $0.00 PID 18-1 18-21-24-0066 Mill & Overlay 0 $25.83 $0.00 Total Assessment $17,236.73 Total Assessment Value $90,894.85 1 5 z QI •� A N I� [7 Q 1811821230116 Z�. a� a of 5 1611821 Z d Proposed Improvements Tax Exempt Property Reclaim Full Reconstruct Mill and Overlay Cryst Plymouth H o 0 lbbin d e '14i �ardan Ave ' z a 41st Ave N La LL� 0AyetA .r Z z w j - d m a LL t I ff � .nd A E N - 7 .. m � _ c CoUs — - Z z z w� 1811821240066 Q 2 -- 0 0 ] l� Ca L 40th 112 Ave N I 1811821340082 Figure 12 Tax Exempt Properties Improvements "Tax Exempt Properties as of Aug 2016 New Hope, Minnesota 4' Stantec _ mny lo,ame penlaccepll Ml 0 200 400 �aMm wnMea rol accuucy uoa mmgeleneu Feet euuawe.,=mwioe�aee aemvllmm oey i 1:9,E00IRI oABlml tlocumenlske olB5R11� oIIMEaIu pm/xvy hum the mnlvnla pmN,M v:\Ivu�ohclllra\Ivsemslz� uvigecl,�ia�uvmplpmpnll.u,w Request for Action October 23, 2017 Approved by: Kirk McDonald, City Manager Originating Department: Public Works By: Bernie Weber, Director Agenda Section Development & Planning Item Number 8.3 Agenda Title Resolution approving Change Order No. 1 for Valley Paving, Inc. Contract for the 2017 Northwood North Area Infrastructure Improvements (project no. 985) Requested Action Staff recommends approval of a resolution approving a change order to provide a payment of $40,000 to Valley Paving, Inc. for the substantial completion incentive. 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. An incentive completion date was chosen for this project to potentially facilitate a quicker completion time. Background The 2017 Northwood North Area Infrastructure Improvement project involved street and utility infrastructure improvements within the area north of Northwood Lake, west of Boone Ave and south of 42nd Ave. The project sought to identify streets in the area as either "full reconstruct" or "mill and overlay" improvements. The type of improvement that was selected based on preliminary data such as pavement rating conditions, water main break history and other known utility infrastructure conditions. An incentive was placed in the contract that rewarded Valley Paving $40,000 if they completed all work by September 30, 2017. The purpose of this incentive was to mitigate the construction impact period for residents. All 2017 work has been completed, including restoration, and Valley Paving has met the incentive requirements and are eligible for the incentive payment. Attachments Resolution Memorandum by city engineer Change order #1 I:\RFA\PUBWORKS\2017\2017 Council\985 Northwood North\Completion Incentive\Q&R- Northwood North Change Order l.docx City of New Hope Resolution No. 17-120 Resolution approving Change Order No. 1 for Valley Paving, Inc. Contract for the 2017 Northwood North Area Infrastructure Improvements (project no. 985) WHEREAS, city staff have reviewed the request for Change Order No. 1 from Valley Paving, Inc. relating to the contract for the 2017 Northwood North Area Infrastructure Improvements project to compensate Valley Paving, Inc. for meeting the Substantial Completion incentive; and WHEREAS, Valley Paving, Inc. Change Order No. 1, prepared by the City Engineer is attached hereto requests that the Substantial Completion incentive be approved and paid; and WHEREAS, the City finds that Change Order No. 1, Substantial Completion incentive payment, is reasonable and the City Engineer recommends this approval; and WHEREAS, the City Council has considered this request for Change Order No. 1 to the Valley Paving, Inc. contract relating to City Project No. 985 at its meeting of October 23, 2017. NOW, THEREFORE, BE IT RESOLVED: by the City Council of the City of New Hope that the Change Order No. 1 to the Valley Paving, Inc. contract is approved, but in all other respects the contract shall remain in full force and effect according to its terms. Adopted by the City Council of the city of New Hope, Hennepin County, Minnesota, this 23rd day of October, 2017. J, Mayor Attest: -4.4 -C . A== City Clerk 5 Stantec October 9, 2017 File: 193803542 Stantec Consulting Services Inc. 2335 Highway 36 West St. Paul MN 55113 Tel: (651) 636-4600 Fax: (651) 636-1311 Attention: Bernie Weber, Public Works Director City of New Hope 5500 International Parkway New Hope, MN 55428 Reference: 2017 Northwood North Area Infrastructure Improvements - Change Order No. 1 City Project No.: 985 Dear Bernie: As requested, we have prepared Change Order No. 1 to compensate Valley Paving for the Substantial Completion Incentive payment of $40,000.00. The original goal for the incentive payment within the contract was to incentivize contractors to complete work on schedule, in efforts to mitigate the construction impact period for residents. As all 2017 Work, including restoration, has been completed, Valley Paving has met the incentive requirements and are therefore eligible for the incentive payment. If you have any questions or require further information, please call me at (651)604-4808. Regards, STANTEC CONSULTING SERVICES INC. W. 74 s Christopher W. Long, P.E. Attachments: Change Order No. 1 c. Dave Lemke, Megan Albert - New Hope; Kellie Schlegel, Ann Dienhart, Adam Martinson - Stantec. Design with community in mind (S Stantec Owner: City of New Hope, 4401 Xylon Ave, N., New Hope, MN 55428 Date October 9, 2017 Contractor: Valley Paving, Inc., 8800 13th Ave, E„ Shakopee, MN 55379 Bond CO: N. American Specialty Ins, Co., 650 Elm St., Manchester, NH 03101 Bond No: 2254817 CHANGE ORDER NO. 1 2017 NORTHWOOD NORTH AREA INFRASTRUCTURE IMPROVEMENTS STANTEC PROJECT NO, 193803542 CITY PROJECT NO. 985 Gilrylb � Descrinflon of Work This Change Order provides for payment of the Substantial Completion Incentive of $40,000,00 as per Paragraph 4.04 in Section 00 52 10 of the Project Manual, The Contractor has met all of the incentive requirements, and is therefore eligible for the incentive payment. This Change Order does not provide for any change in the Substantial or Final Completion dates for this project No. Item Contract Unit Total Unit Quantity Price Amount CHANGE ORDER NO. 1 1 INCENTIVE PAYMENT LS 1 $40,000.00 TOTAL CHANGE ORDER NO. 1: $40,000.00 $40,000.00 193803542CH01 xlsm Original Contract Amount Previous Change Orders This Change Order Revised Contract Amount (including this change order) CHANGE IN CONTRACT TIMES Original Contract Times: Substantial Completion (days or date): Ready for final Payment (days or date): Increase of this Change Order: Substantial Completion (days or date): Ready for final Payment (days or date): Contract Time with all approved Change Orders: Substantial Completion (days or date): Ready for final Payment (days or date): Recommended for Approval by: STANTEC Approved by Contractor: VALLEY PAVING, INC. cc: Owner Contractor Bonding Company Stantec Date: /o/%%z Approved by Owner: CITY OF NEW HOPE ��41' - �D Date $4,258,213.71 $0.00 $40,000.00 $4,298,213.71 193803542CHOl.xlsm October 31, 2017 Valley Paving, Inc. 8800 1311, Ave. E. Shakopee, MN 55379 Subject: Incentive payment — change order no. 1— project 985 At its meeting of October 23, 2017, the New Hope City Council authorized change order no for incentive pay for $40,000. Enclosed are signed change order documents. Please forward one copy to your bonding company. Sincerely, Valerie Leone, CMC City Clerk Enc, cc: Bernie Weber, director of public works Chris Long, city engineer CITY OF NEW HOPE 4401 Xylon Avenue North • New Hope, Minnesota 55428-4898 • www. ci.new-hope.mn.us City Hall: 763-531-5100 • Police (non -emergency): 763-531-5170 • Public Works: 763-592-6777 City Hall Fax: 763-531-5136 • Police Fax: 763-531-5174 • Public Works Fax: 763-592-6776